94
REQUEST FOR PROPOSAL MATERIALS TESTING AND SPECIAL INSPECTION SERVICES FOR RSMP PHASE 1B The Rochester Joint Schools Construction Board, on behalf of the Rochester Schools Modernization Program, is seeking proposals for materials testing and special inspection services during construction/renovation of the following Phase 1b schools: John Williams School No. 5 Henry Hudson School No. 28 East High School Edison Technology Campus Issue Date: May 7, 2013 Rochester City School District Facilities Modernization Program 1776 N. Clinton Ave. Rochester, NY 14621

REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

REQUEST FOR PROPOSAL

MATERIALS TESTING AND SPECIAL

INSPECTION SERVICES FOR RSMP PHASE 1B

The Rochester Joint Schools Construction Board, on behalf of the

Rochester Schools Modernization Program, is seeking proposals

for materials testing and special inspection services during

construction/renovation of the following Phase 1b schools:

John Williams School No. 5

Henry Hudson School No. 28

East High School

Edison Technology Campus

Issue Date:

May 7, 2013

Rochester City School District

Facilities Modernization Program

1776 N. Clinton Ave.

Rochester, NY 14621

Page 2: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 1

Rochester Joint Schools Construction Board

1776 N. Clinton Avenue, Rochester, New York 14621 Telephone: 585-512-3806

REQUEST FOR PROPOSAL

Date: May 7, 2013 From: Rochester Joint Schools Construction Board Thomas Renauto, Executive Director

Send Proposals to: Rochester Joint Schools Construction Board Attn: Thomas Renauto, Executive Director 1776 N. Clinton Avenue Rochester, NY 14621 Tel. (585) 512-3806 [email protected] Submit Questions to: [email protected]

RFP SCHEDULE DATES

1. RFP issued to Service Providers May 7, 2013

2. Deadline for submittal of questions, clarifications and modifications regarding

the RFP by service providers/potential responders.

May 13, 2013

3. Answers to questions and/or modifications issued by Addendum and posted

on the RJSCB website: www.rcsdk12.org/rsmp

May 20, 2013

4. Submittal Deadline for Request for Proposals. May 23, 2013

5. Interviews with Short Listed Service Providers (anticipated). May 28, 2013

6. Award (anticipated). June 10, 2013

Page 3: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 2

Request for Proposal -- Materials Testing and Special Inspection Services INDEX 1.0 Purpose of Request for Proposal

2.0 District Information

3.0 Rochester Joint Schools Construction Board (RJSCB) Information

4.0 Scope of Services

5.0 Records and Reports

6.0 Distribution of Reports

7.0 Final Report of Special Inspections

8.0 Communication

9.0 Owner Responsibilities

10.0 Contractor Responsibilities

11.0 RFP Review Criteria

12.0 Submittal Requirements/Responding to the RFP

13.0 Insurance Requirements

14.0 Interview/Selection Process

15.0 Questions

16.0 Equal Opportunity

17.0 Procurement Process

18.0 Appendices

Appendix A: Offerers’ Affirmation of Understanding of and Agreement Pursuant to State

Finance Law §139-j (6) (b)

Appendix B: Offerers’ Certification of Compliance with State Finance law §139-k (5)

Appendix C: Form of Offerers’ Disclosure of Prior Non-Responsibility Determination

Appendix D: Quality Assurance Plan for Edison

19.0 Attachments Attachment A: Fee Submittal Forms

Attachment B: NYS Education Department Office of Facilities Planning Statement of Special Inspections and Tests

Attachment C: Diversity Program (DP) Forms Form DP-1: Schedule of MBE/WBE/DBE/SBE Participation

Form DP-2: MBE/WBE Letter of Commitment to Perform

Form DP-3: Monthly Employment Utilization Report

Form DP-3a Monthly EBE Utilization Report (with Instructions)

Promise of Non-Discrimination

Good Faith Efforts Checklist

20.0 Form of Agreement

Page 4: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 3

Request for Proposal -- Materials Testing and Special Inspection Services

1.0 PURPOSE OF REQUEST FOR PROPOSAL

The Rochester Joint Schools Construction Board (RJSCB) on behalf of the Rochester City School District

(RCSD) seeks the services of Materials Testing and Special Inspection firms with expertise in various phases

of design and construction of public school buildings.

Phase 1 of the Rochester Schools Modernization Program, which started in 2011 is governed by the

Rochester Joint Schools Construction Board (RJSCB) to modernize the Rochester City Schools. Phase 1

includes twelve schools, which have been further defined as Phase 1a and Phase 1b.

This RFP is specific to four (4) of the Phase 1b schools. The RJSCB reserves the right to issue contracts to

multiple materials testing and special inspection firms which may possess full and comprehensive

professional services, as well as firms specializing in a specific area, if so desired. The four (4) schools for

which the RJSCB is seeking materials testing and special inspection services are as follows:

o John Williams School No. 5

o Henry Hudson School No. 28

o East High school

o Edison Technology Campus

It is anticipated the selected firm(s) will review, test, inspect and document existing conditions; perform

required tests of construction materials and assemblies according to applicable codes, regulations, and

standards and document results; and perform and document required special inspections. The various

services shall include but not be limited to: soil testing and analysis, reporting and consulting services,

inspection, testing, and reporting of concrete, masonry, asphalt, steel, and other materials.

All services will be provided in accordance with the governing laws of the State of New York, the New York

State Education Department, the City of Rochester, and the Rochester City School District. The services to

be provided will include compliance with all due dates and deadlines, coordination with RCSD internal

departments and outside consultants, as well as monitoring of all required policies and procedures for the

proper and successful administration under the direction of the appropriate RCSD administrative staff and

the RJSCB or representatives thereof.

2.0 DISTRICT INFORMATION The Rochester City School District (RCSD) is located in western New York State on the south shore of Lake

Ontario and is bisected by the Genesee River. It has a city population of over 200,000 and a metropolitan

population of over 700,000. The RCSD serves more than 30,000 students in pre-Kindergarten through grade

12 and an additional 15,000 adult students in continuing education programs. It operates 123 centers of

learning: 60 Pre-K sites, 40 primary schools, and 23 secondary schools. RCSD currently employs

approximately 7,500 employees. The District budget for 2011-12 is approximately $682,000,000.

Page 5: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 4

3.0 ROCHESTER JOINT SCHOOLS CONSTRUCTION BOARD (RJSCB) INFORMATION The seven-member RJSCB was established by legislation to oversee the Rochester School Modernization

Program (RSMP), which is a three-phase joint initiative of the Rochester City School District and the City of

Rochester to update and improve school facilities. This estimated $1.2 billion program is expected to span

about 15 years. Only the Phase 1 program has been approved to date and services being requested under

this RFP are only for four (4) of the twelve (12) school projects in Phase 1.

4.0 SCOPE OF SERVICES The firm(s) selected to provide materials testing and special inspection services (“Testing/Inspection firm”)

for the RJSCB Project must have a team of qualified professionals with the necessary qualifications and

credentials, training, knowledge, experience and certifications to perform all materials testing and special

inspection services for the Project.

The firm(s) must ensure that there is full coverage of all required materials testing and special inspections by

at least one (1) entity among the team. Verification that the proposed special inspectors, technicians and

agent inspectors meet the minimum qualifications indicated on the attached “Schedule of Special

Inspections” (specification section 01 45 00) must be included in the proposal.

The selected firm(s) shall submit compliance documentation that meets the basic requirements of ASTM

E329 “Recommended Requirements for Independent Laboratory Qualifications” published by the American

Council of Independent Laboratories. For each area of expertise (soils, concrete, steel, masonry, asphalt,

etc.), provide evidence that personnel are certified and meet minimum technical requirements that are

equivalent to ASTM E329 for equipment and procedures utilized in the testing and inspection of

construction and materials used in construction. Provide evidence that the testing agency has the

necessary equipment to perform lab and field tests per requirements of New York State Education

Department and the Statement of Special Inspections included in Attachment B to this RFP and the

construction specifications. At minimum, field inspectors for concrete, soils, steel, masonry, fire-proofing,

and fire stopping shall have valid certification cards issued by ACI, ICC/ICBO, AWS for applicable discipline.

The professional engineer responsible for supervision of technical staff shall review, sign, and stamp all

reports. The selected firm(s) and individual(s) must maintain required professional licenses and

registrations throughout the life of the contract with the RJSCB.

Performance Requirements Upon 24-hours notice from the Construction Manager and/or Prime Contractor, the Testing/Inspection firm

shall respond to the project site to perform such tests or inspections as requested. The Testing/Inspection

firm may be required to visit multiple sites and/or perform multiple types of inspections on the same day.

The Testing/Inspection firm shall submit, within 48-hours a certified, typed report of each inspection, or

similar service to the Construction Manager, Architect, Program Manager, Contractor, and Owner. The

Testing/Inspection firm shall provide a draft report of all inspections to the Construction Manager and the

Contractor at the conclusion of each inspection or test. The Testing/Inspection firm shall maintain a log at

the project site of all inspections, defects, and deficiencies noted.

Page 6: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 5

The RJSCB expects that team members brought forward as part of the proposal process will be assigned to

the program through completion. The RJSCB expects that the staff will respond to the Construction

Manager, Architect, Program Manager, Prime Contractor, and/or Owner in a timely manner.

Special inspector and testing laboratories shall:

Cooperate with the Owner, Program Manager, RCSD, Architect, Engineer(s), Construction Manager,

and General Construction Contractor.

Provide qualified personnel, as required, upon 24-hour notice.

Coordinate sequence of activities to accommodate required quality assurance and quality control

services with a minimum of delay, and to avoid necessity of removing and replacing construction to

accommodate testing and inspecting.

Prepare a schedule of tests, inspections, and similar quality-control services required by the

Contract Documents.

Perform specified inspections, sampling, and testing of materials as required by technical

specifications for each of the four phase 1b projects.

Comply with project specifications sections 01 45 00, 01 45 10, and 01 45 23 for each project.

Ascertain compliance of materials with the requirements of the Contract Documents.

Keep records and submit reports as outlined in the project specifications for special inspection and

structural testing for each project.

Assist in preparing punch lists of uncompleted work, non-conformance reports, and deficiency

notices.

Assist in preparing responses to contractor’s change notices, claims, and correspondence when

necessary.

Should any material be delivered to the site or installation of material that does not conform to the

requirements of the Contract Documents, the Testing/Inspection firm shall immediately notify the

Construction Manager, General Construction Contractor, Architect, and Structural Engineer.

Should the laboratory test of materials indicate non-compliance or failure to meet the specification

requirements, the Testing/Inspection firm shall immediately notify the Architect, Construction Manager,

Engineer, and General Construction Contractor to determine whether remedial action is necessary.

Services

Special inspections and structural testing services shall be in accordance with Chapter 17 of the Building

Code of New York State (BC-NYS). A general list of required testing and inspection services may include

some or all of the services outlined below. The RJSCB reserves the right to revise the scope of services prior

to the execution of a contract to: (1) reflect changes arising out of this proposal process; (2) incorporate

any RJSCB requirements adopted after the publication of this Request for Proposal, and (3) incorporate any

other changes it deems necessary.

The proposer must include in its proposal, acknowledgment and acceptance that testing not listed in the

“Schedule of Special Inspections” (Specification section 01 45 00) may be required during construction.

4.1 Existing Conditions: Perform forensic tests and/or inspections when directed by the Construction

Manager.

Page 7: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 6

4.2 Required Tests: Materials testing will be as required by the construction documents, code, and the

New York State Commissioner of Education and all referenced standards. These tests may include

but are not limited to: rock removal/blasting, shoring and underpinning, earthwork, soils, erosion

and sediment control, concrete, asphalt pavement, masonry, steel, fireproofing, and fire alarm and

smoke detection. Some construction documents may require performance of other testing as well.

Materials Testing services include but are not limited to the following:

4.2.1. Soils

Sampling of all types of Soils In-Situ or Borrow

Laboratory compaction curves, checkpoints, moisture/density, plasticity, gradation

Classification and testing of controlled fill materials

Field compaction testing using a nuclear density meter

Coordination and supervision of additional borings and test pits when required

4.2.2. Concrete

Concrete/Gunite Compression ASTM C39

Compressive Strength Tests of Concrete, Mortar, and Grout

Concrete/Shotcrete Cores ASTM C42

Lightweight Concrete Compression ASTM C495

Flexural Test ASTM C78/Strength Determinations of Concrete

Non-shrink Grout ASTM C1107

Unit Weight of Hardened Concrete ASTM C567

Drying Shrinkage ASTM C157

Moisture/Vapor Emission & Ph ASTM F1869

Laboratory Trial Batch ASTM C192

Fully-Equipped ASTM C1077-87 Laboratory

Mix Design Review for Concrete, Grout, Gunite, Mortar, and Shotcrete

Complete Aggregate Quantitative/Qualitative Testing

Epoxy Coating Thickness

Floor Flatness/Levelness

4.2.3. Masonry

Mortar Cylinders ASTM C780

Grout Prisms ASTM C39

Composite Masonry Prisms ASTM E447

Core Compression ASTM C140/C39

Core Shear Test DSA

Core Tensile

Block Compression ASTM C140

Block Moisture Content & Absorption ASTM C140

Block Shrinkage ASTM C426

Page 8: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 7

In place shear strength

Selected Masonry Unit Qualitative Testing

Visual inspection on condition of masonry units

4.2.4. Steel

Rebar tensile ASTM A615 and A706

Rebar bend ASTM A615 and A706

Steel Tensile Strength ASTM A37

4.2.5. Asphalt

Perform laboratory tests for mix density (Marshall Test).

Take samples of un-compacted paving mixtures and compacted pavement in

accordance to AASHTO or ASTM Standards.

Perform extraction/gradation tests when directed by the Program Manager.

Perform in-place density tests using a nuclear density meter.

Take core samples for thickness and density.

Perform finished surface testing of each hot-mix asphalt course for compliance with

smoothness tolerances.

4.2.6. Other Special Testing and Inspection

Pre-stressed/Post-Tension Cables ASTM A416

Bolt Tensile, Nut and Bolt Proof Tests ASTM A370

Hardness Test ASTM A370

Coating Thickness of ferrous and non-ferrous metals

Torque Testing

Welder Procedure Specification Review

4.2.7. Fire Resistive Materials

Cementitious Fireproofing density UBC 736

Cementitious Fireproofing Adhesion/Cohesion UBC 736

Cementitious Spray Applied Fireproofing

Intumescent Paint Thickness

Intumescent Fireproofing

Fire Caulk/Fire-stopping

4.2.8. Other Services (as needed)

Coring/Rock Coring

Moisture/Vapor Emission

Moisture Content (wood)

Roofing Materials

Waterproofing Materials

Page 9: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 8

4.3 Required Inspections: Special inspections will be as required by the construction documents and

its referenced standards. These special inspections may include but are not limited to: concrete,

asphalt, masonry, structural steel, groundwater, vibration monitoring, and other special inspections

such as roofing, waterproofing, vapor barrier lay down, crack monitoring, and the scope work

required to the support Edison Educational Campus [Appendix D].

Inspection services include but are not limited to the following:

4.3.1. Soils Inspection

Verify materials below footings are adequate to achieve the design bearing capacity

Verify excavations are extended to proper depth and have reached proper material

4.3.2. Concrete Inspection

Reinforcing Steel ID

Reinforcing Steel Placement

Pre- and Post-Tensioning

[for additional requirements see Appendix ‘D’]

Placement

Shotcrete

4.3.3. Masonry Inspection

Inspection of Layup

Block and Brick Sampling

Precast Inspection

4.3.4. Structural Steel

Structural Steel Erection

Structural Steel Welding

Shop Fabrication

Weld Procedure Qualification Testing and Specification Review

High-Strength Bolt Inspection and Testing

Drilled in anchors

Non-destructive Inspection of Structures and Components

Infra-red

Radiography

Ultrasonic

4.2.5. Asphalt

Review of material certificates.

Review mix designs.

Inspect placement of hot mix asphalt.

Prepare reports summarizing all observations and test results.

4.3.6. Groundwater Vapor Intrusion

Page 10: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 9

Foundation waterproofing

4.3.7. Vibration Monitoring

4.3.8. Other Special Inspections

Vapor Barrier Laydown

Roofing

Waterproofing

Crack Monitoring

4.4 Billing Procedures: The testing laboratory will be reimbursed on a unit cost basis up to the lump

sum defined in the proposal. Additional tests will be authorized, if necessary, with advance notification and approval by the Construction Manager and/or Program Manager. The laboratory is to submit invoices on a monthly basis, with the invoice indicating the job name, with the name, number, and dates of each test performed, and shall include DP-3 forms.

4.5 Reimbursables: The RJSCB will engage and pay for the services of the Testing/Inspection firm.

Mileage expenses for local travel to job sites within the Rochester City School District are non-reimbursable expenses. Expenses for out-of-town travel for inspections are billable reimbursable expenses.

4.6 Retesting or Reinspecting: Contractor shall be responsible for cost of retesting or reinspecting of

work failing to comply with the requirements of the Contract Documents.

5.0 RECORDS AND REPORTS Detailed reports of each test or inspection shall be prepared. General information to be provided for all

reports generated includes the following:

1. Project name and number

2. Date of test or inspection

3. Name of Testing Agency or Inspecting Agency

4. Name of Technician or Inspector

5. Weather conditions

6. Locations and elevations of specific areas tested or inspected referenced to gridlines

7. Description of test or inspection

8. Reference to applicable ASTM standard

9. Summary of observations, results, and recommendations

10. Description of areas of materials requiring retesting or re-inspection

11. Unusual conditions

For concrete compressive strength test reports, the following information must also be included in addition

to the above-referenced items:

1. Name of Contractor and concrete supplier

2. Name of concrete testing service

3. Name of technician making and testing specimens

4. Truck number and delivery ticket number

5. Date and location within the structure of concrete placement

Page 11: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 10

6. Concrete type, class, mix proportions of materials, and design compressive strength at

28-days

7. Slump, air content, unit weight, and concrete temperature

8. Total time period between batching and completing placement for each truck

9. Compressive strength and type of break for each test

10. Field reports for concrete inspection shall contain the general information noted above

plus ambient temperature and cylinder numbers

Test reports for masonry materials shall include proportions, composition, and compressive strength in

addition to the general information referenced above.

6.0 DISTRIBUTION OF REPORTS Testing/Inspection firm shall submit reports to the Construction Manager, Licensed Design Professional

(Architect), Program Manager, Contractor, and Owner within seven (7) days of the inspection or test. Legible handwritten reports may be submitted if final typed copies are not available.

7.0 FINAL REPORT OF SPECIAL INSPECTIONS At the completion of work, the Testing/Inspection firm shall submit a Final Report of Special Inspections to

the Construction Manager, Architect, Program Manager, Contractor, and the Owner stating work was completed in substantial conformance with the Contract Documents and that appropriate inspections and tests were performed.

At completion of work, the Testing/Inspection firm shall compile the inspection and test reports into a final

report of project-specific special inspections. The Final Report of Special Inspections shall state that the

required inspections have been performed and shall outline non-conforming work not corrected resolved.

The Testing/Inspection firm shall submit the Final Report of Special Inspections by school to the

Construction Manager, Architect, Program Manager, Contractor, and the Owner.

8.0 COMMUNICATION The Testing/Inspection firm shall immediately notify the Construction Manager, Architect, Program

Manager, Contractor, and the Owner by telephone and via e-mail of test results failing to comply with the requirements of the Contract Documents.

The Testing/Inspection firm shall immediately notify the Construction Manager and Contractor of work found to be in non-conformance with the Contract Documents during the inspections. If the non-conforming work is not corrected while the Testing/Inspection firm is onsite, the Testing/Inspection firm shall notify the Construction Manager, Architect, and Program Manager within 24-hours (one business day) and issue a non-conformance report. If the non-conforming work is not corrected within

seven (7) days after issuance of the non-conformance report, the Testing/Inspection firm shall notify the Construction Manager, Architect, Program Manager, and Contractor.

9.0 OWNER RESPONSIBILITIES

Owner will provide the Testing/Inspection firm with a complete set of Contract Documents sealed by the

Licensed Design Professional and approved by the New York State Education Department.

Page 12: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 11

10.0 CONTRACTOR RESPONSIBILITIES Contractor shall cooperate with the Testing/Inspection firm and his agents so special inspections and

testing may be performed without hindrance.

Contractor shall notify Testing/Inspection firm at least 24 hours in advance of a required inspection or test. Contractor shall provide incidental labor and facilities to provide access to the work to be inspected or

tested; to obtain and handle samples at the site or at the source of the products to be tested; to facilitate

tests and inspections, and shall provide for storage and curing of test samples.

Contractor is responsible for the safe assembly and stability of scaffolding. If special inspections or testing

require the use of the Contractor’s scaffolding to access work areas, the Contractor shall provide a

competent person to perform a daily evaluation of the scaffolding to verify it is safe to use. Contractor

shall notify Testing/Inspection firm of this review before each use.

Contractor shall keep the latest set of Construction Drawings, field sketches, accepted shop drawings, and

specifications at the project site for field use by the special inspectors and testing technicians. Contractor

shall perform remedial work if required and sign non-conformance reports stating remedial work has been

completed. Contractor shall submit signed reports to the Testing/Inspection firm as the work proceeds.

The Testing/Inspection firm shall not relieve the Contractors of their obligation to perform work in

accordance with the requirements of the Contract Documents or from implementing an effective Quality

Control Program. Contractor shall be solely responsible for construction site safety. 11.0 RFP REVIEW CRITERIA

The written responses to the following points shall be used as criteria for developing a list of firms that will

be invited for interviews prior to final selection by the RJSCB. Please specifically identify the following for

consideration that relate to the project(s) for which the firm is submitting Fee Submittals (Attachment A):

1. Relevant materials testing and special inspections consultancy experience over the past 10 years.

2. Location of business operations for team members in the greater Rochester area.

3. If partnering with another firm or consultant, whether the team members have worked together on previous projects.

4. Specific team members assigned to the project along with their professional background, experience and qualifications.

5. References received on behalf of the firm as well as for the individual project team members.

6. Quality of work performed previously by the firm in the greater Rochester area (if any) according to the criteria below. Please specify projects and provide information where applicable including the name of a knowledgeable owner contact.

7. Ability to meet the goals set forth in the Preliminary Diversity Plan.

Page 13: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 12

Performance Criteria:

Document Quality (i.e. Completeness, Accuracy, Coordination of Disciplines)

Adherence to the Owner’s Construction Management Standards

Flexibility to the Owner’s Changes

Adherence to the Project Schedule

Coordination with Project Design and Management Team

The RJSCB, with its Program Manager (Gilbane/Savin), will evaluate proposals based on the experience and

demonstrated abilities of the firms with respect to the above listed criteria. Based on the RFP responses,

the RJSCB may interview as many firms as it deems necessary to determine which firm(s) can provide the

most effective services as an experienced materials testing and special inspections consultant. Minority-

Owned and Women-Owned firms are encouraged to respond. See the RJSCB’s Equal Opportunity

statement in Section 16 of this RFP.

12.0 SUBMITTAL REQUIREMENTS/RESPONDING TO THE RFP

12.1 E-Mail Indicating Interest. Service providers who intend to respond to this RFP are requested to

notify the RJSCB’s Executive Director by sending an e-mail to: [email protected] with the RFP name in

the subject line. Please indicate the name, address, telephone, fax number, and e-mail address of

the service provider (firm) and contact person.

12.2 Submission. Submit ten (10) copies of all requested information in paper form and one (1)

electronic copy (compact disk) to the offices of the Rochester Joint Schools Construction Board

located at 1776 N. Clinton Ave., Rochester, NY 14621; Attention: Tom Renauto, Executive Director

no later than 2 o’clock P. M. on May 23, 2013. Firms are encouraged to submit Fee Submittals for

all four schools subject to this RFP (see Attachment A). RJSCB reserves the right to reject all

proposals, to split up the contract award by school to multiple proposers, or to award all school

project contracts to a single proposer.

12.2.2 The RJSCB reserves the right to award to multiple firms at the discretion of the Program

Manager. All of the aforementioned scope of services shall be required of the selected and

assigned firm(s).

12.2.3 Full day and half day per diem prices for services, and unit prices for testing, are to be

submitted on the enclosed Fee Submittal Forms [Attachment A].

12.3 Statement of Qualifications. The responding firm’s statement of qualifications should clearly and

accurately demonstrate specialized knowledge and experience required for consideration for

materials testing and special inspection services. Responsive proposals should provide

straightforward, concise information that satisfies the requirements specified below.

The responding firm shall be able to provide testing and inspection services in accordance with the Building Code of New York state, recommended practices prescribed by the American Council of Independent Laboratories, and specification sections 01 45 00, 01 45 10, and 01 45 23 for each of the four (4) projects. In that regard, the responding firm shall be a firm engaged in testing, inspection, and consulting, serving the RJSCB and its representatives in an unbiased and

Page 14: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 13

independent manner, with honesty and competence in protecting the interests of the Board. The responding firm shall submit resumes of inspectors with the bid proposal and shall identify inspector’s certifications. Minimum qualifications of special inspection agents are indicated in the specifications section 01 45 00 (Quality Control).

It is expected that special Inspections will be performed by agents who have relevant experience in the category of inspections indicated. The Testing/Inspection firm shall submit to the Licensed Design Professional and Construction Manager for review, a copy of the qualifications of the individual inspectors and technicians who will be performing inspections or tests.

Prior to award, the Owner and the Program Manager will consult with the Architect of Record

regarding the proposal/qualifications of the bidder and the individuals who will be performing the

inspections and/or tests.

The Testing/Inspection firm shall disclose current or past business relationships or any potential

conflict of interest with Contractors or Subcontractors whose work will be inspected or tested.

Each submittal shall include a Statement of Proposer’s Qualifications in the form provided in this

RFP on the stationary of the proposing firm. The statement shall bear the signature and title of an

authorized representative of the responding firm.

The following information should be provided on the proposer’s stationary and submitted with

the proposal. All questions must be answered and the data given must be clear and

comprehensive. The responding firm may submit any additional information he/she desires.

1. Name of Proposer

2. Permanent Main Office Address

3. Date of Organization

4. Legal form of ownership. If a corporation, date of incorporation

5. How many years have you been engaged in the services you provide under your present name?

6. Experience in work similar in scope of services and in importance to this proposal. 7. List not less than three (3) client references for who services similar to this Request for

Proposal are currently, or have previously been provided. Include for each client:

o Name of Organization o Appropriate gross cost of agreement o Date services started o Services being provided o Responsible official, address and telephone number of person available as a reference.

8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why?

10. Describe any pending litigation or other factors that could affect your organization’s ability to perform this agreement.

11. Names, titles, reporting relationships, and background and experience of the

principal members of your organization, including the officers. Indicate which individuals are authorized to bind the organization in negotiations with the RJSCB.

12. Name, title, address and telephone number of the individual to whom all inquiries about this

submittal should be addressed.

Page 15: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 14

13. Sample Reports. Examples/samples of the firm’s deliverables for the following should be included in

the RFP: Soil Report(s); Concrete; Steel, and a Deficiencies Report.

14. Fee Submittal. Refer to the schedule attached for testing unit prices and hourly rates. Complete and

submit Fee Submittal Forms included as “Attachment A,” together with any further information requested

herein.

15. Preparation Costs. All costs incurred in the preparation and presentation of the proposal shall be

wholly absorbed by the proposer.

The RJSCB reserves the right to reject any and all proposals, and to request clarification of information from

any firm submitting a proposal. In addition, the RJSCB reserves the right to award the contract to the firm

to its own advantage and to negotiate compensation with the preferred firm(s).

13.0 INSURANCE REQUIREMENTS

13.1 Insurance Policies: The Testing and Inspection Services contract that will be developed for the work

on this program will have the following insurance requirements. All respondents to this RFP are

presumed to be able to meet these requirements:

Commercial General Liability Limits

Per Occurrence Limit: $1,000,000

General Aggregate (other than Products/Completed Operations): $2,000,000

Products and Completed Operations: $2,000,000

Personal and Advertising injury: $1,000,000

Fire Damage Legal Liability: $ 300,000

Medical Payments, any one person: $ 10,000

Business Automobile: $1 million per accident

Professional Liability Insurance: $1 million per claim / $2,000,000 aggregate

Workers’ Compensation: Statutory amount Employer’s Liability: $500,000.00

Excess/Umbrella (for general aggregate and auto liability only): $5 million

The RJSCB shall be a certificate holder and an additional named insured on such policies on a primary and non-contributory basis. The selected firm(s) will be required to furnish the RJSCB with a certificate of insurance evidencing that it has complied with the obligations under this section of the RFP. In addition, the selected firm(s) shall require its sub-consultants, if any, to carry similar liability insurance, to name the RJSCB as a certificate holder and an additional insured on such policies and to furnish the RJSCB with certificates of insurance establishing compliance with this obligation. Thirty (30) Days Notice of Cancellation is required. Selected firms are responsible for the payment of all insurance premiums. All liability policies (excluding workers compensation and

Page 16: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 15

professional) shall include the following as additional insured on a primary and non-contributory basis: Rochester Joint School Construction Board (RJSCB); the City of Rochester; the Rochester City School District (RCSD); Gilbane Building Company; County of Monroe Industrial Development Agency (COMIDA); Trustee-Deutsche Bank Trust Company Americas; Savin Engineers PC; Construction Manager of Record; and Architect/Engineer of Record. A waiver of subrogation in favor of Rochester Joint School Construction Board (RJSCB); the City of Rochester; the Rochester City School District (RCSD); Gilbane Building Company; County of Monroe Industrial Development Agency (COMIDA); Trustee-Deutsche Bank Trust Company Americas; Savin Engineers PC; Construction Manager of Record; and Architect/Engineer of Record applies to general liability, automobile liability, umbrella and worker's compensation (GL additional insured, ongoing & completed operations, form CG2010 1185 or equivalent - to be attached to certificate). Copies of all additional insured/primary and non-contributory/waiver of subrogation endorsements must be attached to the certificate. Policies shall include a 30 day notice of cancellation to Rochester Joint School Construction Board (RJSCB).

13.2 Indemnification & Hold Harmless:

The selected firm will be required to agree to the indemnify provisions that are included in Section 10.3 of the proposed Agreement between Owner and Consultant which is attached hereto.

14.0 INTERVIEW/SELECTION PROCESS

Proposals will be reviewed, evaluated, and scored by a panel composed of RSMP and RJSCB staff, based on

the selection criteria, as well as the unit prices submitted by proposers (see Attachment A - Fee Submittal

Forms). A short list of firms will be established. Short-listed firms will be notified via e-mail of their

interview date, time and location. It is anticipated that firms will be notified by noon on May 24, 2013

regarding interviews, which are scheduled for May 28, 2013.

After the interviews have taken place, the firm(s) will be ranked and the highest-ranking firm(s) will be

contacted regarding contract execution. Final selection of the firm(s) is expected to occur at the RJSCB

meeting on June 10, 2013. Depending upon the submissions, staffing levels of the responding firms, and

the interviews, the RJSCB will determine whether to award a contract to any of the short-listed firms. The

RJSCB may award a contract to a responding firm for more than one school project.

Contracts will be negotiated with the successful firms after approval of award by the RJSCB. Contracts, if

any, will be for a lump sum negotiated price, based upon estimated quantities and proposer unit prices

established during the proposal and interview process (see Section 20, Form of Agreement).

15.0 QUESTIONS

Prospective firms are entitled to ask questions about the RFP and the nature of the services being solicited

in accordance with the procedure for the submission of such questions specified in this RFP.

In lieu of a pre-proposal conference, any questions regarding the RFP or selection process should be

submitted via email to [email protected] by 12:00 noon on May 13, 2013. Submitted questions and answers

will be provided to all solicited firms via email by Addendum by 5 pm on May 20, 2013 barring any

unforeseen circumstances.

Page 17: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 16

16.0 EQUAL OPPORTUNITY

The RJSCB recognizes the need to take action to ensure that minority and women-owned business

enterprises, disadvantaged business enterprises, and minority and women employees and principals are

given the opportunity to participate in the performance of contracts of the RJSCB.

This opportunity for full participation in our free enterprise system by persons traditionally, socially and

economically disadvantaged is essential to obtain social and economic equality. Accordingly, the RJSCB

fosters and promotes the participation of such individuals and business firms in contracts with the RJSCB.

Each firm for this undertaking should acknowledge its understanding and support of the social policy herein

stated and will be expected to demonstrate its efforts to solicit the participation of such individuals as

partners, and/or employees. In this regard, the RJSCB expects the successful firm to undertake or continue

the existing programs to ensure that minority group members and women are afforded equal employment

opportunities without discrimination.

The RJSCB is committed to providing Women, Minorities, Women and Minority-Owned Businesses, and Disadvantage Businesses with equal opportunities in the performance of contracts. In order to achieve the Business Development goals of the Program, each contractor, supplier, professional service firm or other business providing goods or services with a Board contract of $20,000 or more shall strive to and use best

efforts to meet the above stated commitment of the RJSCB regarding the participation and use of Women,

Minorities, Women and Minority Owned Business and disadvantaged Businesses. One of the principal goals

of the RJSCB is to support workforce development and the creation of diversification opportunities. As

such, all contractors, suppliers, professional service firms and/or other business entities providing goods or

services under a RJSCB contract of $20,000 or more shall agree to comply with the following workforce

diversity rules and requirements:

Minority Workforce: 20% of project personnel, including skilled trades people, trainees, journeymen, apprentices and supervisory staff

Female Workforce: 6.9% of project personnel, including skilled trades people, trainees, journeymen, apprentices and supervisory staff

The RJSCB is also committed to the meaningful participation of qualified minority-owned, women-owned,

disadvantaged business entities and small business entities throughout the RSMP. In order to meet this

commitment, all contractors, suppliers, professional service firms and/or other business entities providing

goods or services under a RJSCB contract of $20,000 or more shall agree to engage qualified minority-

owned, women-owned, disadvantaged business entities and small business entities to assist in the

completion of all work under any such contract. With each contract of $20,000 or more, the selected

contractor, supplier, professional service firm and/or other business entity agrees to provide for the

following:

Minority-Owned Business entities shall participate in a minimum of 15% of each contract or purchase order

Women-Owned Business entities shall participate in a minimum of 5% of each contract or purchase order

Disadvantaged Business entities shall participate in a minimum of 2% of each contract or purchase order

Small Business entities shall participate in a minimum of 5% of each contract or purchase order

Page 18: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 17

The RJSCB reserves the right to revise, adjust and/or modify the above goals for contracts awarded at a

later date in Phase I of the RSMP and for contracts awarded in Phases II and III of the RSMP. Any firms

requiring assistance in meeting the above commitments of the RJSCB can contact the Independent

Compliance Officer (ICO) Mr. Windell Gray at 585-334-8240.

The responding firm must submit all Diversity Program (“DP”) compliance forms included in Attachment C

in accordance with the instructions set forth therein. All initial and monthly DP forms must be complete

with all necessary certifications included, and timely submitted to the ICO for approval prior to award of

contract by the RJSCB, or as a pre-condition of payment after contract award.

17.0 PROCUREMENT PROCESS

Pursuant to State Finance Law §§139-j and 139-k, this Request for Proposals includes and imposes certain

restrictions on communications between the Board and an Offerer during the procurement process. An

Offerer/bidder is restricted from making contact from the earliest notice of intent to solicit offers

through final award and approval of the Procurement Contract by the Board (“restricted period”), to

other than the Board’s Procurement Officer unless it is a contact that is included among certain statutory

exceptions set forth in State Finance Law §139-j (3) (a). The Board’s Procurement Officer(s) for this

Governmental Procurement, as of the date hereof, is identified in this Request for Proposals. Board

employees are also required to obtain certain information when contacted during the restricted period and

make a determination of the responsibility of the Offerer/bidder pursuant to these two statutes. Certain

findings of non-responsibility can result in rejection for contract award and in the event of two findings

within a four (4) year period; the Offerer/bidder is debarred from obtaining government Procurement

Contracts. Further information about these requirements may be obtained from the Procurement Officer.

Procurement Officer: Thomas Renauto Executive Director

Rochester Joint Schools Construction Board 1776 N Clinton Ave., Rochester, NY 14621 Phone: (585)-512-3806

Page 19: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 18

APPENDIX A

OFFERER’S AFFIRMATION OF UNDERSTANDING OF AND

AGREEMENT PURSUANT TO STATE FINANCE LAW §139-j (6) (b)

Background:

State Finance Law §139-j (6) (b) provides that:

Every Governmental Entity (including, voluntarily, the Rochester Joint Schools Construction Board, the “Board”) shall seek written affirmations from all Offerers as to the Offerer’s understanding of an agreement to comply with the Board’s procedures relating to permissible contracts during a Governmental Procurement pursuant to State Finance Law §139-j(3).

Instructions:

In connection with all proposals, bids, RFP’s, etc., the Board must obtain the following affirmation of

understanding and agreement to comply with procedures on procurement lobbying restrictions regarding

permissible contacts in the Restricted Period for a Procurement Contract in accordance with State Finance

Law §139-j and §139-k:

Offerer affirms that it understands and agrees to comply with the Rochester Joint Schools Construction

Board’s Procurement Disclosure Policy, which Policy conforms to the requirements of State Finance Law

§139-j (3) and §139-j(6)(b).

BY

*LEGAL NAME OF FIRM OR CORPORATION AUTHORIZED SIGNATURE

ADDRESS TYPED NAME OF AUTHORIZED SIGNATURE/TITLE

CITY, STATE, ZIP CODE TELEPHONE/DATE

*Indicate the complete legal name of your firm or corporation. Do not abbreviate. If a corporation, use name as it appears on corporate seal.

Page 20: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 19

APPENDIX B

OFFERER CERTIFICATION OF COMPLIANCE WITH

STATE FINANCE LAW §139-K (5)

By signing below, I certify that all information provided to the Rochester Joint Schools Construction Board with

respect to State Finance Law §139-k is complete, true and accurate.

BY

*LEGA N *LEGAL NAME OF FIRM OR CORPORATION AUTHO AUTHORIZED SIGNATURE

ADDRESSOCIAL SECURITY OR TAX ID NUMBER TYPED N NAME OF AUTHORIZED SIGNATURE/TITLE

CITY, SS STATE, ZIP CODE TELEP P PHONE/DATE

*Indicate the complete legal name of your firm or corporation. Do not abbreviate. If a corporation, use name as it appears on corporate seal.

Page 21: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 20

APPENDIX C

FORM OF OFFERER DISCLOSURE OF

PRIOR NON-RESPONSIBILITY DETERMINATION

Name of Individual or Entity Seeking to Enter into the Procurement Contract:

Address:

Name and Title of Person Submitting this Form:

Date:

1. Has any Government Entity made a finding of non-responsibility regarding the individual or entity

seeking to enter into the Procurement Contract in the previous four years?

(Please circle): No Yes

If yes, please answer the next questions:

2. Was the basis for the finding of non-responsibility due to a violation of State Finance Law §139-j?

(Please circle):

No Yes

3. Was the basis for the finding of non-responsibility due to the intentional provision of false or

incomplete information to a Government Entity? (Please circle):

No Yes

4. If you answered yes to any of the above questions, please provide details regarding the finding of

non-responsibility below.

Governmental Entity:

Date of Finding of Non-Responsibility:

Basis of Finding of Non-Responsibility: ________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ (Add additional pages as necessary)

Page 22: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 21

5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement

Contract with the above-named individual or entity due to the intentional provision of false or

incomplete information? (Please circle):

No Yes

6. If yes, please provide details below:

Governmental Entity:

Date of Termination or Withholding of Contract:

Basis of Termination or Withholding:

(Add additional pages as necessary)

Offerer certifies that all information provided to the Rochester Joint Schools Construction Board with respect to State Finance Law §139-k is complete, true and accurate.

By: Date:

Signature:

Page 23: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 22

APPENDIX D

Quality Assurance Plan to meet the Special Inspection

Requirements of the Existing Post-Tensioned Concrete Repair

for:

Edison Technical & Occupational Education Center

655 Colfax Street

Rochester, NY 140606

RE&LS Project # 80-11-112

Page 24: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 23

1. Preface The basis for the special inspection program is to insure that proper evaluation and repair of the existing unbounded post-tensioned elevated concrete slabs is met. 2. Reference for additional information:

1) Structural repair drawings S000.0, S000.1, S100.1-S100.4, and S400.0-S400.2 by LaBella Associates, PC dated February 22, 2013.

2) “Edison Technical and Occupational Education Center” drawings 201-218 by Northrup, Kealber

& Kopf dated November 30, 1976 for “General Construction Work, Structural”

3) “Edison Technical and Occupational Education Center” drawings S-2 thru S-18 by Stresssteel Corp dated May 25 thru June 30, 1977 for prestressing tendon shop drawings depicting tendon layout the include number of tendons per web, tendon side and end profiles, and anchorage systems.

4) “Edison Technical High School Post-Tensioning Investigation” Report by Vector Corrosion

Technologies, LTD dated August, 2012.

5) Guide for Evaluation and Repair of Unbonded Post-Tensioned Concrete Structures (PTI DC80.3-12/ICRI 320.6)

6) Guide for Design of Post-tensioned buildings (PTI DC20.9-11)

3. Existing Post-Tensioned Concrete Slab System

Edison Technical and Occupational Education Center is a four story (three stories above grade and a basement), concrete structure located in Rochester, NY and was constructed circa 1977. The structure consists mostly of post tensioned waffle slabs; however there is one area of post tension, flat slab. Other areas of the structure, consisting of columns and minor slab transition areas, are mildly reinforced cast in place concrete. The stair towers and the auditorium are steel framed with cast in place concrete slabs and are not included as part of this scope of work The Edison Technical Building post-tensioned concrete slabs were constructed using a “stuffed” or “push-though” steel cable system. This system is comprised of a steel cable being “stuffed into a loose, preformed plastic sheathing system that is provided moisture and corrosion protection by the injection of a rust-inhibiting PT coating as per MTI M10.2

4. Detailed Evaluation and Repair Guidelines Scope of work: The following items are to be performed to address the issues related to the post tension system:

1. Field verify the existing tendon locations provided in the referenced documents using Non-Destructive Testing (NDT) methods as appropriate in referenced item #5.

2. Replace all currently known failed tendons and tendons listed as having a “high potential for corrosion” as per drawings referenced in item #1.

Page 25: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 24

3. Remove and replace any failed grout pockets. Install non electrified galvanic protection at all exterior anchors. Apply a waterproofing membrane over any grout pockets that are exposed. This includes tendons that are at, above or below grade. The galvanic protection discussed includes the addition of a zinc ribbon that is in electrical contact with the anchor head or tendon. This type of protection does not include the use of any external electrical source and is based solely on the electrochemical potential characteristics of the steel and zinc.

4. Dry the existing tendon sheaths to minimize further corrosion of the tendons.

5. Regrease the existing tendon sheaths.

6. Replace the existing tendons that have indications of high potential for corrosion based on evaluation of the existing air being extracted from within the tendons’ sheaths using ASTM C876 Corrosion Potential Testing (CPE). The intent is to make NDT evaluations giving consideration to measurement of the existing air from within the tendons’ plastic sheathing for temperature, relative humidity, and dew point.

7. In several locations in the basement the concrete ribs of the waffle slab have severely cracked

(horizontally) around the location of the tendons and vertical cracks have developed in several intersecting rib corners. It is recommended that the ribs that contain horizontal cracks be repaired with new concrete and that the vertical cracks and column cap cracks be repaired utilizing epoxy injection.

5. Project Safety Guidelines

While it is not the burden or accepted liability of the Architect or Engineer to direct the contractor regarding means or methods, the following safety restrictions shall be imposed:

1. No persons shall be allowed to occupy any portion of the existing building’s area where work is being done during the de-tensioning or pre-stressing operations where the tendon repair work is completed. It shall be the burden of the contractor to insure properly written requests are provided to the Owner, or the Owner’s representative, outlining times for when this requirement can be met for their approval. Approval shall be received from the owner by the contractor 14 days prior to the contractor commencing either tendon de-tensioning or stressing operations

2. Occupancy shall be allowed during all other tendon repair operations, except for tendon de-tensioning or stressing operations. It is permissible for the areas where tendon repair work is being done with the contractor’s and owners or owner’s representative’s approval.

3. Lift-off testing shall not be allowed without full elimination of all other testing methods and prior approval by the engineer. It shall be the burden of the contractor to provide written documentation of a minimum of five (5) previous projects with which the same conditions existed and lift-off testing was successfully completed without incidence. All written documentation shall be submitted to Engineer for review 14 working days prior to scheduling lift-off testing.

Minimum Post-Tensioning Contractor Qualifications: Contractor – The contractor shall have a minimum 10 years of proven experiences in the installation and repair of unbounded post tensioning systems and a minimum 5 years of proven experience in conventional reinforced concrete construction. All field personnel shall be knowledgeable in the contents of Post Tensioning Institute (PTI) training programs as required to execute their recommended guidelines.

Page 26: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 25

1. All on-site supervisory personnel shall have a minimum of 5 years’ experience working with post tensioned structures and hold a current PTI level I Unbonded PT –Field Installation Certification.

2. During all post tensioning and stressing operations, a current Level II Unbonded Post Tensioning Iron Worker with 5 years of proven minimum experience shall be present.

Special Inspector – The owner’s third party special inspector shall have a minimum 10 years of proven experience in the installation and repair of unbounded post tensioned structures and hold a current PTI Level II Unbonded Post Tensioning Inspector Certification. The special inspector shall meet the additional qualifications as follows:

1. Having an understanding of the existing post tensioning systems and components provided by the documents referenced above. That includes types of processing steel anchorages, sheathing and corrosion protection.

2. Having knowledge of the post tension design process and basic principles of post tensioning systems. While it does not require detailed design experience, the inspector should have a basic knowledge of load balancing, initial and stage stressing, anchorage zone bursting, tension eruption, and hydraulic force/pressure.

3. Experience in all phases of field installation and plant fabrication procedures.

4. Experience inspecting conventionally reinforced concrete structures. Tendon Repair Construction Sequence:

1. All existing tendon locations shall be properly marked as required for positive identification prior to starting repair procedures.

2. All drilling and tendon excavations shall be conducted such that there is no damage to the existing tendons.

3. All tendon excavations shall be sized to provide the adequate space required for construction operations, however care and consideration shall be given not to oversize the excavations.

4. The tendon repair operations shall be completed and the concrete excavations and drill holes shall be repaired to match or exceed the existing concrete slab strengths

Tendon Repair - Special Inspector Responsibilities: The special inspector’s responsibilities shall include the three phases for all post-tensioning systems as follows

Verify contractor’s personnel qualifications.

Material manufacturing

Tendon installation

Tendon stressing

Concrete repair operations Complete post-tensioning field log

Individual post-tensioning inspection form

Page 27: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 26

The special inspector shall coordinate with the owner, contractor, engineer and testing laboratory in meeting monitoring guidelines, tracking areas of repair work being completed and keeping current on report submittal procedures. Full-time or continuous site inspection shall be required during:

Tendon de-tensioning and stressing operations,

Tendon extraction and associated corrosion

Potential testing (CPE) results,

Measurement and mapping of all broken cable “layouts” and high corrosion areas of replaced tendons,

At completion of drying operations,

At completion of re-greasing operations

Removal and review of all anchor grout pocket removal and regrouting,

Placement of added permanent waterproofing membrane over repaired anchored grout pockets and installation of non-electrified galvanic protection at exterior anchors.

Part-time or periodic site inspection shall be required:

During concrete tendon excavations

During excavated strand testing operations

During drying operations

During re-greasing operations

After removal of deleterious concrete and cleaning of excavated concrete areas prior to placement of concrete patching

After placement of concrete repair patching The special inspector shall recommend tendon replacement:

When found to be broken

When found to have a high potential for corrosion based upon CPE readings that: a. have less than -350 mV for half-cell corrosion potential survey method b. greater than 0.007 kg/kg for post-tech PT corrosion evaluation method

when tendon anchorages have deteriorated and loosened

when anchorage zone pocket grout materials have cracked, shrunk, spalled or disintegrated

when the formation of efflorescence has formed in the anchor pocket and the tendon has loosened or its CPE reading is:

a. between -200 mV and -350 mV for half-cell corrosion potential survey method b. between .003 kg/kg and .007 kg/kg for post-tech PT corrosion evaluation method

Page 28: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 27

Post Tensioning Field Log

Project Name_______________________ Job #____________________

Floor and

Pour #

Inspection

date

P/T Mill

Certificates

(Date Received)

Ram

Calibration

(Date Received)

Systems

Information

(Date Received)

Stressing Records

Remarks

Date

Submitted

Date

Accepted

Page 29: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 28

INDIVIDUAL POST TENSIONING INSPECTION FORM

Project Name Firm/Individual

Performing Inspection:

Project Location Firm Address:

Date

Firm Phone #:

Checklist Items

Yes

No

N/A

Comment

1. Material Manufacturing

A. Are fixed end wedges evenly and adequately seated in the anchor?

B. Is excessive sheathing stripped at the fixed end?

C. Is the plastic sheathing of sufficient and uniform thickness?

D. Is the grease evenly applied and of consistent texture?

E. Does the strand appear to be of new quality, free of corrosion when sheathing and grease are removed?

F. Are the anchors properly cast with smooth wedge holes?

G. Are the wedges free of rust and steel shavings, and of consistent quality?

H. Are mill reports and certifications available for the pre-stressing steel and other components, as required by the specifications?

2. Tendon Installation

A. Are the tendon high and low points at the correct elevation?

B. Are the tendon profiles smooth and correctly shaped (parabolic, circular, or straight) between reference points?

C. Do the tendons have excessive horizontal wobble?

D. Is the sheathing damaged, and if so, has it been repaired?

E. Does the chair or support-bar system conform to contractor documents?

F. Are the stressing anchors securely fastened to the form with appropriate pocket formers?

G. Is bursting steel installed behind the anchorages as required by the Contract Documents?

H. Has the method of concrete placement been reviewed as to its effect on tendon stability during placement?

I. Has the conventional steel placement been reviewed?

3. Tendon Stressing

A. Are the stressing anchor wedge holes free of grout, dirt, and plastic?

B. Is a consistent dimension used for elongation datum mark on the stand?

C. Is the stressing equipment well maintained, and are calibration charts available?

D. Is the stressing ram operator careful with the equipment and consistent from tendon to tendon?

E. Are the tendons stressed slowly enough to allow the strand to overcome as much friction as possible prior

Page 30: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 29

to seating?

F. Are the wedges seated evenly and under pressure?

G. After elongation approval, are the tendon tails cut off well inside the pocket to allow proper grout cover?

H. Are pocket surfaces sufficiently clean to allow good grout bond during and after patching?

Page 31: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 30

ATTACHMENT A:

FEE SUBMITTAL FORM

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However,

as part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be

provided for multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and

asphalt on the same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

John Williams School No. 5 PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Compressive Strength Tests – Mortar cylinders

Page 32: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 31

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

A. Sprayed Fire-Resistance (Thickness & Density)

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

Page 33: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 32

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

10. OTHER SERVICES (List)

A. Inspection of Drilled Piers

B. Inspection of pre-cast concrete items

C.

D.

E.

Page 34: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 33

ATTACHMENT A:

FEE SUBMITTAL FORM

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However,

as part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be

provided for multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and

asphalt on the same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

Henry Hudson School No. 28 PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Compressive Strength Tests – Mortar cylinders

Page 35: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 34

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

A. Sprayed Fire-Resistance (Thickness & Density)

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

Page 36: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 35

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

10. OTHER SERVICES (List)

A. Inspection of Drilled Piers

B. Inspection of pre-cast concrete items

C. Seismic Resistance

D. Cold-Formed Steel Framing

E. Structural Wood

F. Backflow Prevention Devices

Page 37: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 36

ATTACHMENT A:

FEE SUBMITTAL FORM

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However,

as part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be

provided for multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and

asphalt on the same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

East High School PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Compressive Strength Tests – Mortar cylinders

Page 38: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 37

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

A. Sprayed Fire-Resistance (Thickness & Density)

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

Page 39: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 38

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

10. OTHER INSPECTION & TESTING SERVICES (List)

A. Drilled Piers

B. Pre-cast concrete items

C. Pre-stressing Techniques & Installation

D. Tendons & Anchorages

E. Grouting of Tendons

F. Welding of Reinforcing Bars

G. Pre-stressing Force Measurements

H. Seismic Resistance

I. Cold-Formed Steel Framing

J. Structural Wood

Page 40: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 39

ATTACHMENT A:

FEE SUBMITTAL FORM

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However,

as part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be

provided for multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and

asphalt on the same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

Edison Technology Campus PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Compressive Strength Tests – Mortar cylinders

Page 41: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 40

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

A. Sprayed Fire-Resistance (Thickness & Density)

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

Page 42: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 41

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. TENDON REPAIR INSPECTION & TESTING

A. New York State Licensed Professional Engineer hourly

B. New York State E.I.T. / Project Manager hourly

C. Corrosion Specialist hourly

D. Certified Post-Tensioning Inspector per diem

E. Full-time Inspector De-Tensioning & Stressing per diem

F. Full-time Inspector Drying & Re-greasing per diem

G. Half-time Inspector De-Tensioning & Stressing per diem

H. Half-time Inspector Drying & Re-greasing per diem

10. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

11. OTHER SERVICES (List)

A. Drilled Piers

B. Pre-cast concrete items

C. Welding of Reinforcing Bars

D. Pre-stressing Force Measurements

E. Seismic Resistance

Page 43: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 42

F. Cold-Formed Steel Framing

G. Structural Wood

Page 44: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 43

ATTACHMENT B:

NYS EDUCATION DEPARTMENT OFFICE OF FACILITIES PLANNING

STATEMENT OF SPECIAL INSPECTIONS AND TESTS

(SEE PAGES 44 THROUGH 48)

Page 45: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 44

Page 46: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 45

Page 47: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 46

Page 48: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 47

Page 49: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 48

Page 50: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 49

ATTACHMENT C:

DP FORMS

INSTRUCTIONS FOR USE OF THE ATTACHED DP FORMS:

1. DP -1: SCHEDULE OF EBE PARTICIPATION

This form is to be completed and submitted with the response to the RFP. The selected respondent

shall be required to resubmit its final version showing all those contractors and or vendors it has

entered into agreement with to meet the goals for participation by Eligible Business Enterprises

(“EBEs”), defined within the RSMP Diversity Plan (e.g., MBE’s, WBE’s, SBE’s and DBE’s).

2. DP -2: EBE LETTER OF INTENT TO PERFORM

This form is required of the selected contractor. The contractor must fill these out and secure

signatures from all EBE firms being proposed as subcontractors. Documents are to be submitted three

calendars after receipt of notice to award.

3. INSTRUCTIONS FOR DP-3 (MONTHLY EMPLOYMENT UTILIZATION REPORT)

4. DP – 3: MONTHLY EMPLOYMENT UTILIZATION REPORT

This form provides a monthly summary of employment manpower utilization. It is used to track the

diversity of a particular contractor’s manpower and his responsiveness to the objectives illustrated in

the Diversity Plan. The selected contractor is required to submit this form on a monthly basis.

5. INSTRUCTIONS FOR DP-3a (MONTHLY EBE UTILIZATION REPORT)

6. DP – 3: MONTHLY EBE UTILIZATION REPORT

This form provides a monthly summary of work provided by EBE’s listed in the Utilization Plan (DP-1).

The selected contractor is required to submit this form on a monthly basis.

7. PROMISE OF NON-DISCRIMINATION

8. GOOD FAITH EFFORTS CHECKLIST

In the event that the percentage goals for EBE utilization goals have not been met as indicated in the

DP-1 “Schedule of EBE Participation” (a/k/a, “EBE Utilization Plan”), this checklist must be completed to

indicate the efforts that Bidder/ Proposer undertook in attempting to meet Diversity Program goals.

Page 51: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 50

EBE UTILIZATION PLAN (DP-1) Rochester Schools Modernization Program

1. Project : 2. Bidding on Contract No./Contract Description

3. Bidding Contractor Name / Address / Phone No. / Fax No. / FEIN

4. Submittal Date (MM / DD / YY)

5. Original Form

Revised Form

Project Goals: MBE - 15% WBE - 5% DBE - 2% SBE - 5%

6. Name/Address/Phone No. and FEIN

of Proposed M/WBE, DBE or SBE

7.

Certified

as EBE

8. Performance

Category 9. Scope of Services to be provided

10. Proposed Dollar

Amount

Certification Statement - the below signed, being an authorized representative of the bidding company, hereby certifies that the above information

is accurate and has been discussed with the proposed M/WBE, SBE or DBE prior to the submission of the accompanying bid proposal.

11. Bidding Company Official's Name and Title (Print): 12. Bidding Company Official's Signature 13. Date Signed 14.

Page

______________________________ _________________________

(Name (Title) By: ____________________________________ ____ / ____ / ____ ____ of ____

Page 52: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 51

EBE LETTER OF INTENT TO PERFORM / RSMP DP-2 FORM

This form is to be completed and submitted to the ICO by the apparent successful bidder/proposer within three calendar days following notice of award of contract. RSMP PROJECT: ___________________________ BIDDER/PROPOSER: ________________________ The undersigned has agreed to enter into a formal agreement with the above Bidder/Proposer to perform work in connection with the above Project, contingent upon execution of a contract between Project owner and Bidder/Proposer.

Detailed description of work items to be performed by Eligible Business Enterprise (EBE): _____________________________________________________________________________ (indicate labor, supplier, broker, etc.) at the following price (approximate): $ ______________. If EBE is listed a supplier or broker, attach proper substantiating information, including but not limited to a product manufacturer letter indicating the EBE is a recognized distributor, vendor, representative, etc. of the applicable product(s). Failure to include or promptly supplement with substantiating information is grounds for rejection of the proposed EBE. Indicate whether EBE is a: Solo practitioner ____ Partnership: ____ Corporation or LLC ____ or Joint Venture ______. If a joint venture, provide all information requested herein of the EBE for all parties/firms comprising the joint venture, and attach all appropriate certifying information. Please note the category of the EBE subcontractor or joint venture that applies and attach the appropriate certification or substantiating document(s): ____ Disadvantaged Business Enterprise (DBE) ____Minority-Owned Business Enterprise (MBE) ____Small Business Enterprise (SBE) ____Women-Owned Business Enterprise (WBE)

The total value of EBE participation under the parties’ intended agreement is $________.; which is ____% of the total Bid or Proposal. This EBE is currently certified as a MBE, WBE, DBE or SBE in the above-indicated performance category. As evidence of this fact, attached is a certification letter from the appropriate certifying authority confirming the current MBE, WBE, DBE or SBE status and the applicable performance category. Failure to include said certification letter(s) to the satisfaction of the ICO is grounds for rejection of the proposed EBE.

Should any revisions to this pending agreement be necessary after the submission of this form, the Bidder/Proposer shall immediately resubmit the necessary revised forms to the attention of the ICO for consideration.

Page 53: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 52

The undersigned will enter into a written agreement for the work described herein upon the approval of the Project owner and award/execution of a contract with RJSCB to Bidder/Proposer. _____________________________________ _____________________________________ Bidder/Proposer Company Name Proposed EBE Company Name ______________________________________ _____________________________________ Address Address _____________________________________ _____________________________________ Phone Number Phone Number ____________________________________ ______________________________________ Company Officer Name & Title (Print) Company Officer Name & Title (Print) _________________________ ___ /___ / ___ _________________________ ___ /___ / ___ Company Officer Signature Date Company Officer Signature Date

For RJSCB Use Only

_______________________________ _______________, 20___ Owner Signature Date ________________________________ _______________, 20___ ICO Signature Date

Page 54: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 53

Instructions on Completion of the

Monthly Employment Utilization Form (DP-3)

1. Project: - name of Project that this form submission is applicable to. 2. Reporting Period (MMM/YYYY) ____/________: indicate the monthly period

reporting on, i.e. JUL 2012. Hours reported on this report shall include all hours on the first day of the month through and including the last day of the applicable month.

3. Reporting Contractor Name/Address/Phone No./Fax No. – name/address/phone/fax

of reporting entity.

4a. Reporting Contractor is a ( )1st Tier -or- ( ) Lower Tier Contractor: the reporting entity is to either.

4b. Only if a lower tier contractor, indicate to whom you are a subcontractor: only if the reporting entity is other then a first tier contractor, indicate what company/firm you have a direct contractual agreement with relative to this 1st tier Project contract. If you are a first tier contractor leave blank or indicate N/A.

5. Construction Trade Class. – indicate in the space(s) provided below this title, the applicable trade classification group, i.e. Electrician, Carpenter, Mason, Laborer, etc, which the reporting entity utilized during this reporting period.

6. (a) Total All Hours by Trade M (Male) F (Female) – under the 6a. M - column, infill the total number of

male hours for each trade/grade classification listed, subtotaling at after each trade, for this reporting period. Under the 6a. F - column, infill the total number of female hours for each trade/grade classification listed, subtotaling at after each trade, for this reporting period.

(b – e) Minority Hours by Trade M (Male) F (Female) – under each M – column, infill the total number of male hours for each trade/grade classification and each minority category listed, subtotaling at after each trade, for this reporting period. Under each F – column, infill the total number of female hours for each trade/grade classification and each minority category listed, subtotaling at after each trade, for this reporting period.

7. Minority % of Total Hours – the percentage of total minority hours of all hours worked, the sum of columns 6b.- 6e. divided by the sum of column 6a. Only one figure for each trade classification. ie ((6b.M + 6b.F + 6c.M +6c.F + 6d.M + 6d.F + 6e.M + 6e.F) / (6a.M + 6a.F)).

8. Female % of Total Hours – the percentage of total female hours of all hours

worked, the total number reported in 6a.F divided by the sum of total numbers reported in 6a. M and 6a.F. Only one figure for each trade classification. ie (6a.F/(6a.M + 6a.F))

Individuals that qualify in both a minority category and the female category should

not be counted in both the minority and female percentage figures, as the above percentage calculation will generate (items 9. & 10.)

Page 55: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 54

9. Total Number of Employees – total number of male and total number of female employees utilized in each trade and grade classification, subtotaling at after each trade, for this reporting period.

10. Total Number of Minority Employees – total number of male minority and total number of female minority employees utilized in each trade and grade classification, subtotaling at after each trade, for this reporting period.

11. Reporting Company Official’s Printed Name and Title - reporting company official’s printed name/ title.

12. Reporting Company Official’s Signature – reporting company official’s original signature. By signing this form, this individual is certifying that the information provided on the form has been reviewed prior to its submission and is accurate to the best of his/her knowledge.

13. Date Signed: Date of signature. 14. Page: - indicate page number and total number of pages submitted. Attached as

many pages as necessary.

Page 56: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 55

MONTHLY EMPLOYMENT UTILIZATION REPORT - DP-3/RSMP ROCHESTER SCHOOLS MODERNIZATION PROGRAM

1. Project : 2. Reporting Period (MMM / YYYY) _________ / ___________

3. Reporting Contractor Name / Address / Phone No. / Fax No. 4a. Submitter is a ( ) 1st Tier - or - ( X ) Lower Tier Contractor

4b. If a lower tier contractor, with whom you are in contract: _______

Project Goals : Minority - 20% Women - 6.9 %

5.

EMPLOYEE

6a. 6b. 6c. 6d. 6e. 7. 8. 9. 10.

POSITION Total All Hours by Service

Black not of

Hispanic Origin

(Hours)

Hispanic (Hours)

Asian/ Pacific

Islander (Hours)

American Indian or Alaskan Native (Hours)

Minority % of Total Hours

Female % of Total Hours

Total No. of

Employees

Total No. of

Minority Employee

s

M F M F M F M F M F M F M F

Grand Total

Certification Statement - the below signed, being an authorized representative of the reporting company, hereby certifies that the above information represents all the hours worked by the reporting company's employees on the above noted Project site during the above noted month.

11. Reporting Company Official Printed Name and Title 12. Reporting Company Official's Signature 13. Date Signed 14.

Page

______________________________ _________________________ ____________________________________ ____ / ____ / ____ ____ of ____

Page 57: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 56

INSTRUCTIONS FOR COMPLETING THE MONTHLY EBE UTILIZATION REPORT (DP-3a/RSMP) FORM

This form must be submitted on a monthly basis. For the month under consideration, this form must be completed by every contractor/entity providing on-site labor engaged in work associated with the 1st tier contract scope.

For the purposes of completing this form, “on-site labor” is considered to include only labor hours consumed on the Project site in the production of physical work. This would specifically exclude any supervisory hours, and exclude any hours involved in hauling material/equipment deliveries to/from the Project site. The hours involved in the off/on loading of said deliveries would be included only if the personnel involved were not employees of the trucking company.

Example – ABC Contracting is receiving an on-site material delivery from Acme Trucking. Acme’s truck driver’s hours would not be included on this form, but ABC’s personnel who are responsible to unload this delivery would be included. If Acme personnel were responsible to unload this delivery, these hours would be excluded.

For the month under consideration, each 1st tier contractor must submit a completed DP-3/RSMP form for each entity that has provided on-site labor engaged in work associated with the scope of the 1st tier contract. This submission shall be made as part of the monthly payment requisition package and to the ICO. If after the start and prior to the completion of the 1st tier contractor’s scope, the 1st tier contractor does not submit a monthly payment requisition package, the 1st tier contractor shall either 1) forward a (“No-Labor”) notice advising that there was no on-site labor utilized under its contract scope for the month under consideration or 2) shall forward completed DP-3/RSMP forms for the month under consideration. Whether submitting a monthly payment requisition package or not, DP-3/RSMP forms or “No-Labor” notice must be forwarded to the ICO.

In addition to required submissions noted above, the same submissions must be made by the 1st tier contractor directly to the ICO no later than the 5th day of the following month. (i.e. October 2012 DP-3’s/RSMP or No-Labor Notice(s) must be received by November 5, 2012.)

Page 58: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 57

FORM DP-3a MONTHLY EBE UTILIZATION REPORT

_________________/____________

Month Year Project Name:

Contract No.:

Contractor/Service PRovider Name:

Address:

Phone No.:

Fax No.:

Original Contract Amount:

Change Orders to Date:

Current Contract Amount:

MBE % of Current Contract:

WBE % of Current Contract:

DBE % of Current Contract:

SBE % of Current Contract:

Subcontractor

Name EBE

Original Sub-

contract

Change Orders to Date

Total Current

EBE Sub-

contract

Amount Paid to Date to

EBE

Total Amt of

Invoices Submitted to Date

Cancelled Checks

Submitted to Date

1. DP-3A is to be submitted monthly. 2. List all EBE subcontractors, even after their work is substantially complete. 3. When adding a subcontractor, attach a revised DP-1 and DP-2 to this form. 4. Attach invoices and cancelled checks to this form.

BY: ____________________________________ Dated: ___________________, 20___

Contractor Representative Signature

Page 59: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 58

PROMISE OF NON-DISCRIMINATION

KNOW ALL MEN BY THESE PRESENTS, that I/we, ____________________________________ (Name of bidder/proposer), (hereinafter “Company”), in consideration of the privilege to submit Proposals on contracts funded, in whole or in part, by the Rochester Joint Schools Construction Board (herein, “RJSCB” or “Owner”), hereby consents, covenants and agrees as follows:

(1) No person shall be excluded from participation in, denied the benefit of, or otherwise be discriminated against on the basis of race, color, national origin or gender in connection with any bid submitted to Owner or the performance of any contract resulting from;

(2) That it is and shall be the policy of this Company to provide equal opportunity to all

business persons seeking to contract or otherwise interested in contracting with this Company, including various local small business enterprises;

(3) In connection herewith, I/We acknowledge and warrant that this Company has been made

aware of, understands and agrees to make Good Faith Efforts to solicit EBE’s to do business with this Company;

(4) That the promise of non-discrimination as made and set forth herein shall be continuing in

nature and shall remain in full force and effect without interruption;

(5) That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made a part of, and incorporated by reference into, any contract or portion thereof which this Company may hereafter obtain;

(6) That the failure of this Company to satisfactorily discharge any of the promises of non-

discrimination or Good Faith Efforts to attain the EBE utilization Goals and reporting requirements, as made and set forth in this Section 00 43 31, shall constitute a material breach of contract entitling the Owner to declare the Contract in default and to exercise any and all applicable rights and remedies, including but not limited to, cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and/or forfeiture of compensation due and owing on a contract.

By: _______________________________________ Date: _____________, 20____ (Sign) Name: _________________________________________ (Print name) Its: __________________________________________ (Print title)

Page 60: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 59

GOOD FAITH EFFORTS CHECKLIST

Pursuant to the requirements set forth in the RFP, in consideration of the privilege to submit Proposals on contracts funded, in whole or in part, by RJSCB, ___________________________ (Proposer), hereby attests that we have exercised the following Good Faith Efforts to comply with RSMP Diversity Program goals, in addition to my /our regular and customary solicitation process:

We have delivered written notice to three available certified EBE’s for each potential subcontracting or supply category in the Contract and all potential subcontractors or vendors which requested information on the Contract.

We have provided all potential subcontractors or vendors with adequate information as to plans, specifications, relevant terms and conditions of the Contract, bonding requirements, and the last date and time for receipt of price quotations.

We have attended a special meeting called to inform business and individuals of subcontracting or supply opportunities.

We have, in accordance with normal industry practices, divided the contract into economically feasible segments that can be performed by an EBE.

We have provided a written explanation for rejection of any potential subcontractor or vendor to the EBE, including the name of the firm proposed to be awarded the subcontract or supply agreement, where price competitiveness is not the reason for rejection.

We have actively solicited, through sending letters or initiating personal contact, EBE’s in all feasible and appropriate categories providing subcontracting opportunities for the contract under consideration.

We have utilized the services of available community organizations and associations, contractors' groups, and trade associations known to publicize contracting and procurement opportunities, for the purpose of obtaining assistance in the contacting and recruitment of EBE’s for the RJSCB’s contract under consideration.

We have advertised in publications of general circulation in the Rochester MSA trade publications and other media owned by, or otherwise focused or marketed to EBE’s, and the advertisement identifies and describes the specific subcontracting or other opportunity in reasonable detail.

We have conducted discussions with interested EBE’s in good faith, and provided the same willingness to assist EBE’s as has been extended to any other similarly situated subcontractor.

We have taken steps to ensure that all labor supervisors, superintendents, and other on-site supervisory personnel are aware of and carry out the obligation to maintain a non-discriminatory work environment, free of harassment, intimidation and coercion at all construction sites, offices and other facilities to which employees are assigned to work.

Page 61: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 60

(GOOD FAITH EFFORTS CHECKLIST continued…)

Please identify below all subcontractors, suppliers, or a joint venture partner you invited to participate that declined.

1. Name of Subcontractor/Vendor: ________________________________

Phone #: _____________________________________________________

Address______________________________________________________

Date of Offer to Participate: _____________________________________

Date Offer was Declined:________________________________________

Reasons Given for Declining:

____________________________________________________________

Please note all categories of ownership that apply:

____ African American Business Enterprise

____Asian American Business Enterprise

____Hispanic American Business Enterprise

____Majority Enterprise

____ Native American Business Enterprise

____Small Business Enterprise

____ Women-Owned Business Enterprise

2. Name of Subcontractor/Vendor: ________________________________

Phone #: _____________________________________________________

Address______________________________________________________

Date of Offer to Participate: _____________________________________

Date Offer was Declined:________________________________________

Reasons Given for Declining:

____________________________________________________________

Please note all categories of ownership that apply:

____ African American Business Enterprise

____Asian American Business Enterprise

____ Hispanic American Business Enterprise

____Majority Enterprise

____ Native American Business Enterprise

____Small Business Enterprise

____ Women-Owned Business Enterprise

3. Name of Subcontractor/Vendor: _______________________________

Phone #: ____________________________________________________

Address_____________________________________________________

Date of Offer to Participate: _____________________________________

Date Offer was Declined:________________________________________

Reasons Given for Declining:

Page 62: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 61

____________________________________________________________

Please note all categories of ownership that apply:

____ African American Business Enterprise

____Asian American Business Enterprise

____Hispanic American Business Enterprise

____Majority Enterprise

____ Native American Business Enterprise

____Small Business Enterprise

____ Women-Owned Business Enterprise Name of Subcontractor/Vendor

4. Name of Subcontractor/Vendor: _______________________________

Phone #: ____________________________________________________

Address_____________________________________________________

Date of Offer to Participate: _____________________________________

Date Offer was Declined:________________________________________

Reasons Given for Declining:

____________________________________________________________

Please note all categories of ownership that apply:

____ African American Business Enterprise

____Asian American Business Enterprise

____ Hispanic American Business Enterprise

____Majority Enterprise

____ Native American Business Enterprise

____Small Business Enterprise

____ Women-Owned Business Enterprise Name of Subcontractor/Vendor

By: _______________________________________ Date: _____________, 20____ (Sign) Name: _________________________________________ (Print name) Its: __________________________________________

(Print title)

Page 63: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 62

AGREEMENT BETWEEN OWNER & CONSULTANT

Following is the Agreement between _________________________ (the Consultant) located at _________ ________________________________ and the Rochester Joint Schools Construction Board (the “Owner”) located at 1776 North Clinton Avenue, Rochester NY 14621 for Materials Testing and Special Inspection consulting services for Phase 1b of Phase 1 of the Rochester Schools Modernization Program. This document establishes the Terms and Conditions of the Consulting Services that will be provided. 1. SCOPE OF THE PROJECT

1.1 The project scope for which the Materials Testing and Special Inspection consulting services are being provided is for Phase 1b of the Rochester Schools Modernization Program (the "Program") for the Owner. This includes the renovation and/or building additions that will be provided for four (4) of the twelve (12) school projects included in Phase 1 of the Program, specifically the following schools: John Williams School No. 5; Henry Hudson School No. 28; East High School; and Edison Educational Campus. This Agreement allows for an extension of the contract after the completion of work at the 1b schools for materials testing and special inspection consulting services at the remainder of the phase 1b schools, if the RJSCB so desires.

2. SCOPE OF CONSULTING SERVICES

2.1 The Consultant shall provide the services as specified in Exhibits A – Scope of Services & Appendix D – Post-Tensioning at Edison Educational Campus.

3. THE OWNER'S RESPONSIBILITIES

3.1 The Owner shall assist the Consultant by providing access to school facilities and placing at the Consultant's disposal all available information pertinent to the Program. The Owner will provide the following items: Information describing the work planned for each of the proposed Phase 1b projects as prepared by the Project Architect for each of the projects. (Note: Initially, this may only include that information provided in Comprehensive School Facilities Modernization Plan-Phase 1 dated January 31, 2011 or progress or interim reports on the Phase 1 schools).

3.2 The Owner's Program Manager is authorized to act in the Owner's behalf with respect to review and approval of various submittals and filings and the decisions that are required for the timely completion of these services.

4. SCHEDULE OF WORK

4.1 Upon selection of the Consultant by the Owner at its Board meeting on June 10, 2013, the Consultant is authorized to commence work on these Consulting services as listed in Exhibit A - Scope of Services and Appendix D – Post-Tensioning at Edison Educational Campus. It is anticipated that these Consulting services will be completed by December 24, 2014 following the completion and startup of the last of the projects in Phase 1b.

5. BASIC COMPENSATION

5.1 Basic Services shall include all of the items listed in Exhibit A-Scope of Services and the Owner shall pay Consultant for the Basic Services based on the breakdown of the project costs as specified in Exhibit C, in accordance with the procedures set forth in Section 9.3.

5.1.1 Total Contract Value reflecting all services described in paragraph 9.1 shall be as follows for each

school project listed below (as applicable):

Page 64: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 63

School Project: Contract Amount:

John Williams School # 5 (PK-8) $__________

Henry Hudson School # 28 (PK-8) $__________

East High School $__________

Edison Educational Campus $__________

5.2 Reimbursable Expenses:

5.2.1 In addition to the Basic Compensation, the Owner shall reimburse the Consultant for a) Reproduction costs of final reports if Owner requests in excess of 10 copies.

5.2.2 Reimbursable Expenses will be billed at the actual cost of the expenditure, without any markup

or administration expense.

5.3 Invoices: 5.3.1 Subject to the provisions of Exhibit C, Consultant will provide Owner with monthly invoices for all services and Reimbursable Expenses broken down by school project.

6. ADDITIONAL SERVICES 6.1 Additional services are services that are requested in writing by the Owner for work that exceeds the

details in the Scope of Services described herein.

6.2 Compensation for Additional Services shall be invoiced to the Owner at the rates provided in the Cost for Services (Exhibit C), or by other agreed upon method. The Consultant will submit to the Owner an Authorization for Additional Services that describes the requested services and the not-to-exceed cost proposal. The Owner's written authorization shall be required for additional services to commence. CONSULTANT'S ACCOUNTING RECORDS

6.3 Records of Reimbursable Expenses and Consultant's direct personnel time shall be kept on the basis of generally accounting principles and shall be available to the Owner or the Owner's representative at mutually convenient times at the Consultant's office.

7. TERMINATION OF THIS AGREEMENT

7.1 This Agreement may be terminated by either party upon seven (7) days written notice should the other party fail substantially to perform in accordance with its terms through no fault of the party initiating the termination.

7.2 In the event that the Program is delayed by Owner or is permanently abandoned, the Owner upon at least seven (7) days written notice to the Consultant may terminate this Agreement.

7.3 In the event of termination, not the fault of the Consultant, the Consultant shall be compensated for services performed to the termination dated, together with Reimbursable Expenses then due.

8. MISCELLANEOUS PROVISIONS

8.1 Unless otherwise specified, this Agreement shall be governed by the laws of the State of New York.

8.2 Any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events not later than the date payment is due to the Consultant pursuant to Article 9.

Page 65: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 64

8.3 The Owner and the Consultant, respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party of this Agreement and to the partners, successors, assigns and legal representatives of such other party with respect to all covenants of the Agreement. Neither the Owner nor the Consultant shall assign, sublet or transfer any interest in this Agreement without the written consent of the other.

8.4 This Agreement represents the entire and integrated agreement between the Owner and the Consultant and supersedes all prior negotiations, representations or agreements either written or oral. This Agreement may be amended only by written instrument signed by both Owner and Consultant.

8.5 Consultant’s fee is subject to equitable adjustment by negotiation if agreed scope is changed or if services are not completed by December 24, 2014 if such delay is not due to the fault of the Consultant.

9. OTHER CONDITIONS:

9.1 Use of Consultant's Documents: 9.1.1 All forms, specifications, and reports prepared under this Agreement shall become the

property of the Owner as they are completed by Consultant or its employees or consultants and in all cases no later than completion of the work and payment in full of all monies due to the Consultant. Consultant will provide Owner with reproducible and editable electronic files when requested or as a final submittal under the Agreement. Due to the Owner's needs for use of these documents future program activities, Consultant agrees to waive any authorship rights or exclusive copyright, common law, or statutory rights that might affect Owner's use. Consultant is permitted to retain copies for reference but may not publicly disclose them or use them on other projects without Owner's written authorization. The Owner agrees, to the fullest extent permitted by law, to indemnify and hold the Consultant harmless from any claim, liability or cost (including reasonable attorneys' fees and defense costs) arising or allegedly arising out of reuse or modification of the documents by the Owner or any person or entity that acquires or obtains them from Owner.

9.2 Insurance:

9.2.1 Consultant shall purchase and maintain, during the Term, at its own cost and expense, the insurance coverage described on Exhibit D. Prior to the full and final execution of this Agreement by both parties, Consultant shall provide the Owner with certificates of insurance evidencing such. All such policies, except workers compensation and professional liability policies, shall name the Rochester Joint Schools Construction Board, Gilbane Building Company, Savin Engineers, P.C., the Rochester City School District, the City of Rochester, the Architect of Record, the Construction Manager, the County of Monroe Industrial Development Agency (COMIDA), Deutsche Bank Trust Company Americas (the Trustee) as additional insureds on a primary and non-contributory basis, and shall incorporate a provision requiring the giving of written notice to the Owner at least thirty (30) business days prior to the cancellation, non-renewal or modification of any such policies. Upon request Consultant will promptly provide the Owner with a copy of the policy of insurance. Consultant shall not change the terms and conditions of any insurance policy, except under prior written approval of the Owner, which shall not be unreasonably withheld.

9.3 Indemnity:

9.3.1 Consultant hereby agrees to indemnify and hold the Board, the Program Manager, the Construction Manager, the Architect, and any subsidiary, parent or affiliate corporation of the Board, including the RCSD and the City of Rochester, and their trustees, directors, officers,

Page 66: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 65

Board members, agents and employees (collectively, the “Indemnities”) harmless from all losses, indemnities may incur (i) to the extend arising out of or resulting from the Consultant’s performance of the Services which results in bodily injury or physical or actual damage to the

property of the Consultant or its agents, subcontractors, sub-consultants, employees or

licensees; (ii) to the extent arising out of or resulting from any violation by the Consultant of

state, federal, or local law, rule or regulation which results in bodily injury or physical or actual

damage or the imposition of a fine, penalty, or other charge; or (iii) arising out of or resulting

from the negligence or willful misconduct of the Consultant or the Consultant’s agents,

subcontractors, sub-consultants, employees or licensees; provided, however, that nothing

contained herein shall be construed as requiring the Consultant to indemnify the Indemnities

or any of them for any claim for damage or loss of any kind when said damage or loss was

caused in whole or in part by the negligence or willful misconduct of the Indemnities or any of

them.

9.3.2 The Consultant shall include in each agreement with a subcontractor and/or sub-consultant for the Project, a provision substantially similar to this Subparagraph which provides that such subcontractors and/or sub-consultants shall indemnify the Consultant and the Indemnities for all losses, claims, liabilities, injuries, damages and expenses, including attorneys’ fees, that the Consultant or the Indemnities may incur arising out of or resulting from such subcontractor’s performance of services, violation of state, federal, or local law, rule or regulation, or negligence.

9.4 Diversity Plan Compliance

9.4.1 Consultant(s) shall at all times in the performance of its work, as well as in its hiring and employment practices, fully comply with all rules, guidelines and requirements set forth in the RSMP Diversity Plan (see Exhibit E). Consultant shall also fully comply with all Federal, New York State and City of Rochester laws, statutes, ordinances and regulations as well as any special requirements outlined in the Contract Documents during the term of this Agreement, including the completion of all forms and documents (including without limitation DP forms) that the Board or its independent compliance officer may request in connection with such diversity requirements. This requirement includes, but is not limited to, Consultant’s continuing obligation to comply with all Equal Employment Opportunity and Diversity Goals referenced in, or incorporated as a part of, the RSMP.

Page 67: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 66

This Agreement entered into as of the last date written below.

OWNER ROCHESTER JOINT SCHOOLS CONSTRUCTION BOARD Signature: _______________________________________ Print Name: _______________________________________ Title: _______________________________________ Date: _______________________________________ CONSULTANT ____________________________________________________ Signature: _______________________________________ Print Name: _______________________________________ Title: _______________________________________ Date: _______________________________________ Approved as to Form and Correctness ________________________________ Name

Page 68: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 67

EXHIBIT A

SCOPE OF SERVICES The firm shall provide materials testing and special inspection services (“Testing/Inspection firm”) for the RJSCB

Project, with a team of qualified professionals, and with the necessary qualifications and credentials, training,

knowledge, experience and certifications to perform all materials testing and special inspection services for the

Project.

The firm must ensure that there is full coverage of all required materials testing and special inspections by at

least one (1) entity among the team. Special inspectors, technicians, and agent inspectors shall meet the

minimum qualifications indicated on “Schedule of Special Inspections” (specification section 01 45 00).

The firm shall submit compliance documentation that meets the basic requirements of ASTM E329

“Recommended Requirements for Independent Laboratory Qualifications” published by the American Council

of Independent Laboratories. For each area of expertise (soils, concrete, steel, masonry, asphalt, etc.),

personnel shall have certifications and meet minimum technical requirements that are equivalent to ASTM

E329 for equipment and procedures utilized in the testing and inspection of construction and materials used in

construction. The testing agency shall have the necessary equipment to perform lab and field tests per

requirements of New York State Education Department and the Statement of Special Inspections included in

Attachment B to the RFP and the construction specifications. At minimum, field inspectors for concrete, soils,

steel, masonry, fire-proofing, and fire stopping shall have valid certification cards issued by ACI, ICC/ICBO, AWS

for applicable discipline. The professional engineer responsible for supervision of technical staff shall review,

sign, and stamp all reports. The selected firm(s) and individual(s) must maintain required professional licenses

and registration throughout the life of the contract with the RJSCB.

Upon 24-hours notice from the Construction Manager and/or Prime Contractor, the Testing/Inspection firm

shall respond to the project site to perform such tests or inspections as requested. The Testing/Inspection firm

may be required to visit multiple sites and/or perform multiple types of inspections on the same day. The

Testing/Inspection firm shall submit, within 48-hours a certified, typed report of each inspection, or similar

service to the Construction Manager, Architect, Program Manager, Contractor, and Owner. The

Testing/Inspection firm shall provide a draft report of all inspections to the Construction Manager and the

Contractor at the conclusion of each inspection or test. The Testing/Inspection firm shall maintain a log at the

project site of all inspections, defects, and deficiencies noted.

The RJSCB expects that team members brought forward as part of the proposal process will be assigned to the

program through completion. The RJSCB expects that the staff will respond to the Construction Manager,

Architect, Program Manager, Prime Contractor, and/or Owner in a timely manner.

Special Inspector and testing laboratories shall:

Cooperate with the Owner, Program Manager, RCSD, Architect, Engineer(s), Construction Manager,

and General Construction Contractor.

Provide qualified personnel, as required, upon 24-hour notice.

Page 69: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 68

Coordinate sequence of activities to accommodate required quality assurance and quality control

services with a minimum of delay, and to avoid necessity of removing and replacing construction to

accommodate testing and inspecting.

Prepare a schedule of tests, inspections, and similar quality-control services required by the Contract

Documents.

Perform specified inspections, sampling, and testing of materials as required by technical

specifications for each of the four phase 1b projects.

Comply with project specifications section 01 45 00, 01 45 10, and 01 45 23 for each project.

Ascertain compliance of materials with the requirements of the Contract Documents.

Keep records and submit reports as outlined in the project specifications for special inspection and

structural testing for each project.

Assist in preparing punch lists of uncompleted work, non-conformance reports, and deficiency notices.

Assist in preparing responses to contractor’s change notices, claims, and correspondence when

necessary.

Should any material be delivered to the site or installation of material that does not conform to the

requirements of the Contract Documents, the Testing/Inspection firm shall immediately notify the

Construction Manager, General Construction Contractor, Architect, and Structural Engineer.

Should the laboratory test of materials indicate non-compliance or failure to meet the specification

requirements, the Testing/Inspection firm shall immediately notify the Architect, Construction Manager,

Engineer, and General Construction Contractor to determine whether remedial action is necessary.

Special inspections and structural testing services shall be in accordance with Chapter 17 of the Building Code

of New York State (BC-NYS). A general list of required testing and inspection services may include some or all

of the services outlined below. The RJSCB reserves the right to revise the scope of services prior to the

execution of a contract to: (1) reflect changes arising out of this proposal process; (2) incorporate any RJSCB

requirements adopted after the publication of this Request for Proposal, and (3) incorporate any other

changes it deems necessary.

The proposer acknowledges and accepts that additional testing not specifically listed in the “Schedule of

Special Inspections” (specification section 01 45 00) may be required during construction.

1.0 Existing Conditions: Perform forensic tests and/or inspections when directed by the Construction

Manager.

1.1 Required Tests: Materials testing will be as required by the construction documents,

code, and the New York State Commissioner of Education and all referenced standards.

These tests may include but are not limited to: rock removal/blasting, shoring and

underpinning, earthwork, soils, erosion and sediment control, concrete, asphalt pavement,

masonry, steel, fireproofing, and fire alarm and smoke detection. Some construction

documents may require other testing that must also be performed.

1.2 Materials Testing services include but are not limited to the following:

Page 70: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 69

1.2.1. Soils

Sampling of all types of Soils In-Situ or Borrow

Laboratory compaction curves, checkpoints, moisture/density, plasticity, gradation

Classification and testing of controlled fill materials

Field compaction testing using a nuclear density meter

Coordination and supervision of additional borings and test pits when required

1.2.2. Concrete

Concrete/Gunite Compression ASTM C39

Compressive Strength Tests of Concrete, Mortar, and Grout

Concrete/Shotcrete Cores ASTM C42

Lightweight Concrete Compression ASTM C495

Flexural Test ASTM C78/Strength Determinations of Concrete

Non-shrink Grout ASTM C1107

Unit Weight of Hardened Concrete ASTM C567

Drying Shrinkage ASTM C157

Moisture/Vapor Emission & Ph ASTM F1869

Laboratory Trial Batch ASTM C192

Fully-Equipped ASTM C1077-87 Laboratory

Mix Design Review for Concrete, Grout, Gunite, Mortar, and Shotcrete

Complete Aggregate Quantitative/Qualitative Testing

Epoxy Coating Thickness

Floor Flatness/Levelness

1.2.3. Masonry

Mortar Cylinders ASTM C780

Grout Prisms ASTM C39

Composite Masonry Prisms ASTM E447

Core Compression ASTM C140/C39

Core Shear Test DSA

Core Tensile

Block Compression ASTM C140

Block Moisture Content & Absorption ASTM C140

Block Shrinkage ASTM C426

In place shear strength

Selected Masonry Unit Qualitative Testing

Visual inspection on condition of masonry units

1.2.4. Steel

Rebar tensile ASTM A615 and A706

Rebar bend ASTM A615 and A706

Page 71: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 70

Steel Tensile Strength ASTM A37

1.2.5. Asphalt

Perform laboratory tests for mix density (Marshall Test).

Take samples of un-compacted paving mixtures and compacted pavement in accordance

to AASHTO or ASTM Standards.

Perform extraction/gradation tests when directed by the Program Manager.

Perform in-place density tests using a nuclear density meter.

Take core samples for thickness and density.

Perform finished surface testing of each hot-mix asphalt course for compliance with

smoothness tolerances.

1.2.6. Other Special Testing and Inspection

Pre-stressed/Post-Tension Cables ASTM A416

Bolt Tensile, Nut and Bolt Proof Tests ASTM A370

Hardness Test ASTM A370

Coating Thickness of ferrous and non-ferrous metals

Torque Testing

Welder Procedure Specification Review

1.2.7. Fire Resistive Materials

Cementitious Fireproofing density UBC 736

Cementitious Fireproofing Adhesion/Cohesion UBC 736

Cementitious Spray Applied Fireproofing

Intumescent Paint Thickness

Intumescent Fireproofing

Fire Caulk/Fire-stopping

1.2.8. Other Services (as needed)

Coring/Rock Coring

Moisture/Vapor Emission

Moisture Content (wood)

Roofing Materials

Waterproofing Materials

2.0 Required Inspections: Special inspections will be as required by the construction documents and its

referenced standards. These special inspections may include but are not limited to: concrete,

asphalt, masonry, structural steel, groundwater, vibration monitoring, and other special inspections

such as roofing, waterproofing, vapor barrier lay down, crack monitoring, and the scope work

required to the support Edison Educational Campus [Appendix D].

Page 72: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 71

Inspection services include but are not limited to the following:

2.1 Soils Inspection

Verify materials below footings are adequate to achieve the design bearing capacity

Verify excavations are extended to proper depth and have reached proper material

2.2 Concrete Inspection

Reinforcing Steel ID

Reinforcing Steel Placement

Pre- and Post-Tensioning

*for additional requirements see Appendix ‘D’+

Placement

Shotcrete

2.3 Masonry Inspection

Inspection of Layup

Block and Brick Sampling

Precast Inspection 2.4 Structural Steel

Structural Steel Erection

Structural Steel Welding

Shop Fabrication

Weld Procedure Qualification Testing and Specification Review

High-Strength Bolt Inspection and Testing

Drilled in anchors

Non-destructive Inspection of Structures and Components

Infra-red

Radiography

Ultrasonic

2.5 Asphalt

Review of material certificates.

Review mix designs.

Inspect placement of hot mix asphalt.

Prepare reports summarizing all observations and test results. 2.6 Groundwater

Vapor Intrusion

Foundation waterproofing

2.7 Vibration Monitoring

Page 73: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 72

2.8 Other Special Inspections

Vapor Barrier Laydown

Roofing

Waterproofing

Crack Monitoring

3.0 Billing Procedures: The testing laboratory will be reimbursed on a unit cost basis up to the lump sum defined in the proposal. Additional tests will be authorized, if necessary, with advance notification and approval by the Construction Manager and/or Program Manager. The laboratory is to submit invoices on a monthly basis, with the invoice indicating the job name, with the name, number, and dates of each test performed, and shall include DP forms.

3.1 Reimbursable: The RJSCB will engage and pay for the services of the Testing/Inspecting

firm. Mileage expenses for local travel to job sites within the Rochester City School District are non-reimbursable expenses. Expenses for out-of-town travel for inspections are billable reimbursable expenses.

3.2 Retesting or Re-inspecting: Contractor shall be responsible for cost of retesting or re-inspecting of

work failing to comply with the requirements of the Contract Documents.

4.0 RECORDS AND REPORTS

Detailed reports of each test or inspection shall be prepared. General information to be provided for all reports generated includes the following:

1. Project name and number

2. Date of test or inspection

3. Name of Testing Agency or Inspecting Agency

4. Name of Technician or Inspector

5. Weather conditions

6. Locations and elevations of specific areas tested or inspected referenced to gridlines

7. Description of test or inspection

8. Reference to applicable ASTM standard

9. Summary of observations, results, and recommendations

10. Description of areas of materials requiring retesting or re-inspection

11. Unusual conditions

4.1 For concrete compressive strength test reports, the following information must also be included in

addition to the above-referenced items:

1. Name of Contractor and concrete supplier

2. Name of concrete testing service

3. Name of technician making and testing specimens

4. Truck number and delivery ticket number

Page 74: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 73

5. Date and location within the structure of concrete placement

6. Concrete type, class, mix proportions of materials, and design compressive strength at

28-days

7. Slump, air content, unit weight, and concrete temperature

8. Total time period between batching and completing placement for each truck

9. Compressive strength and type of break for each test

10. Field reports for concrete inspection shall contain the general information noted above

plus ambient temperature and cylinder numbers

Test reports for masonry materials shall include proportions, composition, and compressive strength

in addition to the general information referenced above.

5.0 DISTRIBUTION OF REPORTS Testing/Inspection firm shall submit reports to the Registered Design Professional (Architect) within seven (7)

days of the inspection or test. Legible handwritten reports may be submitted if final typed copies are not available.

6.0 FINAL REPORT OF SPECIAL INSPECTIONS At the completion of work, the Testing/Inspection firm shall submit a Final Report of Special Inspections to the

Construction Manager, Architect, Program Manager, Contractor, and the Owner stating work was completed in substantial conformance with the Contract Documents and that appropriate inspections and tests were performed.

At the completion of work, the Testing/Inspection firm shall compile the inspection and test reports into a final

report of project-specific special inspections. The Final Report of Special Inspections shall state that the

required inspections have been performed and shall delineate non-conforming work not corrected or

resolved.

The Testing/Inspection firm shall submit the Final Report of Special Inspections by school to the Construction

Manager, Architect, Program Manager, Contractor, and the Owner.

7.0 COMMUNICATION

The Testing/Inspection firm shall immediately notify the Construction Manager, Architect, Program Manager, Contractor, and the Owner by telephone and via e-mail of test results failing to comply with the requirements of the Contract Documents.

The Testing/Inspection firm shall immediately notify the Construction Manager and Contractor of work found

to be in non-conformance with the Contract Documents during the inspections. If the non-conforming work is not corrected while the Testing/Inspection firm is onsite, the Testing/Inspection firm shall notify the Construction Manager, Architect, and Program Manager within 24-hours (one business day) and issue a non-conformance report. If the non-conforming work is not corrected within seven (7) days after issuance of the non-conformance report, the Testing/Inspection firm shall notify the Construction Manager, Architect, Program Manager, and Contractor.

Page 75: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 74

8.0 OWNER RESPONSIBILITIES Owner will provide the Testing/Inspection firm with a complete set of Contract Documents sealed by the

Registered Design Professional and approved by the New York State Education Department.

9.0 CONTRACTOR RESPONSIBILITIES Contractor shall cooperate with the Testing/Inspection firm and his agents so special inspections and testing

may be performed without hindrance.

Contractor shall notify Testing/Inspection firm at least 24 hours in advance of a required inspection or test. Contractor shall provide incidental labor and facilities to provide access to the work to be inspected or tested;

to obtain and handle samples at the site or at the source of the products to be tested; to facilitate tests and

inspections, and shall provide for storage and curing of test samples.

Contractor is responsible for the safe assembly and stability of scaffolding. If special inspections or testing

require the use of the Contractor’s scaffolding to access work areas, the Contractor shall provide a competent

person to perform a daily evaluation of the scaffolding to verify it is safe to use. Contractor shall notify

Testing/Inspection firm of this review before each use.

Contractor shall keep the latest set of Construction Drawings, field sketches, accepted shop drawings, and

specifications at the project site for field use by the Special Inspectors and Testing Technicians. Contractor

shall perform remedial work if required and sign non-conformance reports stating remedial work has been

completed. Contractor shall submit signed reports to the Testing/Inspection firm as the work proceeds.

The Testing/Inspecting program shall not relieve the Contractors of their obligation to perform work in

accordance with the requirements of the Contract Documents or from implementing an effective Quality

Control Program. Contractor shall be solely responsible for construction site safety.

10.0 COMMITMENT

Upon 24-hours notice from the Construction Manager and/or Prime Contractor, the Service Provider shall

respond to the project site to perform such tests or inspections as requested.

The Service Provider may be required to visit multiple sites and/or perform multiple types of inspections on

the same day. The service provider shall submit, within 48-hours a certified, typed report of each inspection,

or similar service to the Construction Manager, Architect, Program Manager, Contractor, and Owner. The

Service Provider shall provide a draft report of all inspections to the Construction Manager and the Contractor

at the conclusion of each inspection or test. Service Provider shall maintain a log at the project site of all

inspections, defects, and deficiencies noted.

The RJSCB expects that team members brought forward as part of the proposal process will be assigned to the

program through completion. The RJSCB expects that the staff will respond to the Construction Manager,

Architect, Program Manager, Prime Contractor, and/or Owner in a timely manner.

Page 76: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 75

EXHIBIT B

SCHEDULE FOR SERVICES

Task School Construction Phase

1 John Williams School No. 5 7/1/13 to 8/29/14

2 Henry Hudson School No. 28 7/1/13 to 8/18/14

3 East High School 7/1/13 to 9/01/14

4 Edison Educational Campus 7/1/13 to 12/24/14

School No. 5

Submittals: 6/11/13 – 7/31/13

Abatement & Demo: 7/1/13 – 8/16/13

Construction: 8/19/13 – 8/1/14

Punch List & Commissioning: 5/19/14 – 8/29/14

Final Completion: 8/29/14

School No. 28

Submittals: 2/11/13 – 6/21/13

Move-out to Swing space: 6/24/13 – 7/8/13

Early site work: 6/25/13 – 7/25/13

Abatement & Demo: 7/29/13 – 11/18/13

Additions: 10/7/13 – 5/27/14

Renovations: 9/16/13 – 8/5/14

Final Site work: 4/22/14 – 8/4/14

Punch List & Commissioning: 7/3/14 – 7/31/14

Final Completion: 8/18/14

East High School

Submittals: 4/18/13 – 7/1/13

Abatement & Demo: 7/1/13 – 8/12/13

Construction – Summer 1: 7/9/13 – 8/26/13

Construction – Summer 2: 7/1/14 – 8/26/14

Final Completion: 9/1/14

Edison Tech:

Construction begins: 7/1/13

Abatement / Demo: 7/1/13 – 8/12/13

Abatement / Demo: 7/1/14 – 7/29/14

Site work (multiple phases): 7/1/13 – 8/21/14

Demolish Tennis Courts: 7/1/13 – 9/2/13

Library (2nd floor) and Plaza: 7/1/13 – 7/24/14

STEM AoHS (3rd floor): 7/1/13 – 7/24/14

Kitchen & Servery (2nd floor): 7/1/14 – 8/29/14

Science Rooms (3rd floor): 7/1/14 – 11/14/14

Page 77: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 76

Boilers: 5/12/14 – 9/1/14

Foundation & Slab work: 7/1/13 – 10/30/14

Punch List & Commissioning 1: 7/21/14 – 8/1/14

Punch List & Commissioning 2: 8/15/14 – 8/29/14

Punch List & Commissioning 3: 11/10/14 – 11/14/14

Final Completion: 12/31/14

Page 78: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 77

EXHIBIT C

COST FOR SERVICES:

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However, as

part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be provided for

multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and asphalt on the

same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

John Williams School No. 5 PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

Page 79: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 78

B. Inspections – Half Day per diem

C. Compressive Strength Tests – Mortar cylinders

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

Page 80: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 79

A. Sprayed Fire-Resistance (Thickness & Density)

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

10. OTHER SERVICES (List)

E. Inspection of Drilled Piers

F. Inspection of pre-cast concrete items

C.

D.

E.

Page 81: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 80

EXHIBIT C

COST FOR SERVICES:

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However, as

part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be provided for

multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and asphalt on the

same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

Henry Hudson School No. 28 PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

Page 82: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 81

C. Compressive Strength Tests – Mortar cylinders

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

A. Sprayed Fire-Resistance (Thickness & Density)

Page 83: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 82

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

10. OTHER SERVICES (List)

A. Inspection of Drilled Piers

B. Inspection of pre-cast concrete items

C. Seismic Resistance

D. Cold-Formed Steel Framing

E. Structural Wood

F. Backflow Prevention Devices

Page 84: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 83

EXHIBIT C

COST FOR SERVICES:

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However, as

part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be provided for

multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and asphalt on the

same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

East High School PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

Page 85: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 84

C. Compressive Strength Tests – Mortar cylinders

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

Page 86: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 85

A. Sprayed Fire-Resistance (Thickness & Density)

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

10. OTHER INSPECTION & TESTING SERVICES (List)

A. Drilled Piers

B. Pre-cast concrete items

C. Pre-stressing Techniques & Installation

D. Tendons & Anchorages

E. Grouting of Tendons

F. Welding of Reinforcing Bars

G. Pre-stressing Force Measurements

H. Seismic Resistance

I. Cold-Formed Steel Framing

J. Structural Wood

Page 87: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 86

EXHIBIT C

COST FOR SERVICES:

It is the intent to enter into an agreement with a testing agency for testing and inspection services specified. However, as

part of the Proposer’s Approach; discounted and competitive full-day and half-day per diem rates can also be provided for

multi-discipline inspectors whom are able to provide combined inspections for soils, concrete, rebar, and asphalt on the

same day.

INSPECTION AND TESTING – ITEM DESCRIPTION

Edison Technology Campus PER UNIT COST/UNIT

1. SOILS & FOUNDATION

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Modified Proctor Tests

D. Gradation & Sieve Analysis

E. Compaction Testing (minimum 10 tests/callout)

F. Moisture Content

G. Footing bottom / Bearing capacity tests

H. Other anticipated soils/foundation testing

2. CAST-IN-PLACE CONCRETE

A. Rebar Inspection and Pre-placement – Full Day per diem

B. Rebar Inspection and Pre-placement – Half Day per diem

C. Batch Plant Inspection – Half Day per diem

D. Cast-in-Place Inspection and sampling – Full Day per diem

E. Compressive Strength Tests (cylinders) each

3. MASONRY

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

Page 88: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 87

C. Compressive Strength Tests – Mortar cylinders

D. Compressive Strength Tests – Grout prisms

E. Composite Masonry Prisms

F. In-place Shear Strength Tests

4. STRUCTURAL STEEL

A. Inspection – Full Day per diem

B. Inspection – Half Day per diem

C. Shop Inspection – Full Day per diem

D. Shop Inspection – Half Day per diem

E. Torque Testing Per diem

C. Magnetic Particle Testing lump sum

5. ASPHALT

A. Inspections – Full Day per diem

B. Inspections – Half Day per diem

C. Mix Density Test (Marshall Test) each

D. In-Place Density using Nuclear Density Meter each

F. Core Sampling and Testing each

6. FLOOR FLATNESS

A. Surveys per diem

B. Equipment lump sum

7. FIRE-RESISTANCE

A. Sprayed Fire-Resistance (Thickness & Density)

Page 89: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 88

B. Adhesion / Cohesion

C. Intumescent Paint Thickness Check

D. Intumescent Fireproofing

8. FIRE-STOPPING

A. Fire Caulk Testing/Inspection

9. TENDON REPAIR INSPECTION & TESTING

A. New York State Licensed Professional Engineer hourly

B. New York State E.I.T. / Project Manager hourly

G. Corrosion Specialist hourly

H. Certified Post-Tensioning Inspector per diem

E. Full-time Inspector De-Tensioning & Stressing per diem

F. Full-time Inspector Drying & Re-greasing per diem

G. Half-time Inspector De-Tensioning & Stressing per diem

H. Half-time Inspector Drying & Re-greasing per diem

10. OVERSIGHT OF TESTING & INSPECTION TEAM

A. New York State Licensed Professional Engineer

B. New York State E.I.T. / Project Manager

11. OTHER SERVICES (List)

A. Drilled Piers

B. Pre-cast concrete items

C. Welding of Reinforcing Bars

Page 90: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 89

D. Pre-stressing Force Measurements

E. Seismic Resistance

F. Cold-Formed Steel Framing

G. Structural Wood

Page 91: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 90

EXHIBIT D

INSURANCE REQUIREMENTS

Service Provider shall obtain and maintain the following insurance with limits not less than those indicated as follows:

(a) Workers' Compensation Insurance (and such other forms of insurance which Program Provider is required by law to provide) covering all employees engaged in the Services hereunder in accordance with the statutory requirements of the jurisdiction in which such Services are to be performed.

(b) General Liability Insurance (including contractual liability coverage and completed operations coverage) with a combined single limit of not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate.

(c) Automobile Liability insurance covering all motor vehicles owned or leased engaged in the performance of Services hereunder. Limits of liability shall not be less than one million dollars ($1,000,000) combined single limit, for the accidental injury to or death of one or more persons or damage to or destruction of property as a result of one accident.

(d) Excess Liability Insurance above the amounts specified in (b) and (c) of this Exhibit "D" in the amount of five million dollars ($5,000,000).

(e) Professional Liability Insurance with a combined single limit of not less than one million dollars

($1,000,000) per claim and two million dollars ($2,000,000) aggregate.

Summary of Commercial General Liability Limits:

Per Occurrence Limit: $1,000,000

General Aggregate (other than Products/Completed Operations): $2,000,000

Products and Completed Operations: $2,000,000

Personal and Advertising injury: $1,000,000

Fire Damage Legal Liability: $ 300,000

Medical Payments, any one person: $ 10,000

The RJSCB shall be a certificate holder and an additional named insured on such policies on a primary and non-contributory basis. The selected firm will be required to furnish the RJSCB with a certificate of insurance evidencing that it has complied with the obligations under this section of the RFP. In addition, the selected firm shall require its sub-consultants, if any, to carry similar liability insurance, to name the RJSCB as a certificate holder and an additional insured on such policies and to furnish the RJSCB with certificates of insurance establishing compliance with this obligation. Thirty (30) Days Notice of Cancellation is required. Selected firms are responsible for the payment of all insurance premiums.

Page 92: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 91

All liability policies (excluding workers compensation and professional) shall include the following as

additional insured on a primary & non-contributory basis: Rochester Joint School Construction Board

(RJSCB); the City of Rochester; the Rochester City School District (RCSD); Gilbane Building Company;

County of Monroe Industrial Development Agency (COMIDA); Trustee-Deutsche Bank Trust Company

Americas; Savin Engineers PC; Construction Manager of Record; and Architect/Engineer of Record. A

waiver of subrogation in favor of Rochester Joint School Construction Board (RJSCB); the City of

Rochester; the Rochester City School District (RCSD); Gilbane Building Company; County of Monroe

Industrial Development Agency (COMIDA); Trustee-Deutsche Bank Trust Company Americas; Savin

Engineers PC; Construction Manager of Record; and Architect/Engineer of Record applies to general

liability, automobile liability; umbrella and worker's compensation (GL additional insured, ongoing and

completed operations, form CG2010 1185 or equivalent - to be attached to certificate). Copies of all

additional insured/primary and noncontributory/waiver of subrogation endorsements must be

attached to certificate. Policies shall include a 30 day notice of cancellation to Rochester Joint School

Construction Board (RJSCB).

Page 93: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 92

EXHIBIT E

EQUAL OPPORTUNITY

The Rochester Joint Schools Construction Board (RJSCB) recognizes the need to take action to ensure that

minority and women-owned business enterprises, disadvantaged business enterprises, and minority and

women employees and principals are given the opportunity to participate in the performance of contracts of

the RJSCB.

This opportunity for full participation in our free enterprise system by persons traditionally, socially and

economically disadvantaged is essential to obtain social and economic equality. Accordingly, the RJSCB fosters

and promotes the participation of such individuals and business firms in contracts with the RJSCB. Each firm

for this undertaking should acknowledge its understanding and support of the social policy herein stated and

will be expected to demonstrate its efforts to solicit the participation of such individuals as

partners, and/or employees. In this regard, the RJSCB expects the successful firm to undertake or continue the

existing programs to ensure that minority group members and women are afforded equal employment

opportunities without discrimination.

The RJSCB is committed to providing Women, Minorities, Women and Minority-Owned Businesses, and

Disadvantage Businesses with equal opportunities in the performance of contracts. In order to achieve the

Business Development goals of the Program, each contractor, supplier, professional service firm or other

business providing goods or services with a Board contract of $20,000 or more shall strive to and use best

efforts to meet the above stated commitment of the RJSCB regarding the participation and use of Women,

Minorities, Women and Minority Owned Business and disadvantaged Businesses. One of the principal goals of

the RJSCB is to support workforce development and the creation of diversification opportunities. As such, all

contractors, suppliers, professional service firms and/or other business entities providing goods or services

under a RJSCB contract of $20,000 or more shall agree to comply with the following workforce diversity rules

and requirements:

Minority Workforce: 20% of project personnel, including skilled trades people, trainees, journeymen, apprentices and supervisory staff

Female Workforce: 6.9% of project personnel, including skilled trades people, trainees, journeymen, apprentices and supervisory staff

The RJSCB is also committed to the meaningful participation of qualified minority-owned, women-owned,

disadvantaged business entities and small business entities throughout the RSMP. In order to meet this

commitment, all contractors, suppliers, professional service firms and/or other business entities providing

goods or services under a RJSCB contract of $20,000 or more shall agree to engage qualified minority-owned,

women-owned, disadvantaged business entities and small business entities to assist in the completion of all

work under any such contract. With each contract of $20,000 or more, the selected contractor, supplier,

professional service firm and/or other business entity agrees to provide for the following:

Minority-Owned Business entities shall participate in a minimum of 15% of each contract or purchase order

Page 94: REQUEST FOR PROPOSAL · 5/7/2013  · 1.0 Purpose of Request for Proposal 2.0 District Information 3.0 Rochester Joint Schools Construction Board (RJSCB) Information 4.0 Scope of

RFP-Materials Testing & Special Inspection RFP 1b 5-7-13 93

Women-Owned Business entities shall participate in a minimum of 5% of each contract or purchase order

Disadvantaged Business entities shall participate in a minimum of 2% of each contract or purchase order

Small Business entities shall participate in a minimum of 5% of each contract or purchase order

The RJSCB reserves the right to revise, adjust and/or modify the above goals for contracts awarded at a

later date in Phase I of the RSMP and for contracts awarded in Phases II and III of the RSMP. Any firms

requiring assistance in meeting the above commitments of the RJSCB can contact the Independent

Compliance Officer (ICO) Mr. Windell Gray at 585-334-8240.

The responding firm must submit all Diversity Program (“DP”) compliance forms included in Attachment C

to the RFP in accordance with the instructions set forth therein. All initial and monthly DP forms must be

complete with all necessary certifications included, and timely submitted to the ICO for approval prior to

award of contract by the RJSCB, or as a pre-condition of payment after contract award.