HomeMy WebLinkAboutTetra TechCONSTRUCTION ENGINEERING AND INSPECTION (CE&I)
SCOPE OF SERVICES
FOR
PROJECT DESCRIPTION:
TASK ORDER NO. 6 PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES
CITY OF CAPE CANAVERAL
NORTH ATLANTIC AVENUE STREETSCAPE IMPROVEMENTS
Financial Project No. 434972-1-58-01, Federal Aid No. 8886-561-A
TABLE OF CONTENTS
1.0 PURPOSE...........................................................................................................2
2.0 SCOPE................................................................................................................2
3.0 LENGTH OF SERVICE....................................................................................... 3
4.0 DEFINITIONS......................................................................................................3
5.0 ITEMS TO BE FURNISHED BY THE CITY TO CONSULTANT ...........................4
6.0 ITEMS FURNISHED BY THE CONSULTANT.....................................................4
6.1 City Documents.......................................................................................4
6.2 Vehicles................................................................................................... 3
6.3 Field Equipment.......................................................................................3
6.4 Licensing for Equipment Operations ....................... ......4
....................
7.0 LIAISON.............................................................................................................. 5
8.0 COOPERATION AND PERFORMANCE OF THE CONSULTANT ...................... 6
9.0 REQUIREMENTS...............................................................................................6
9.1 General....................................................................................................6
9.2 Survey control..............................................................................6
9.3 On-site Inspection....................................................................................7
9.4 Testing.....................................................................................................7
9.5 Engineering Services............................................................................... 8
10.0 PERSONNEL....................................................................................................10
10.1 General Requirements...........................................................................10
10.2 Personnel Qualifications........................................................................10
10.3 Staffing..................................................................................................10
11.0 QUALITY ASSURANCE PROGRAM.................................................................11
11.1 Quality Reviews.....................................................................................11
12.0 PROJECT CLOSE OUT....................................................................................11
12.1 Project Close Out and Final Document Submittal...................................12
13.0 CONSULTANT CONTRACT MANAGEMENT...................................................12
13.1 General..................................................................................................12
14.0 SUBCONSULTANT SERVICES........................................................................12
15.0 OTHER SERVICES...........................................................................................12
16.0 POST CONSTRUCTION CLAIMS REVIEW......................................................13
17.0 CONTRADICTIONS..........................................................................................13
TASK ORDER NO.6 NORTH ATLANTIC AVENUE STREETSCAPE IMPROVEMENTS
CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES
1.0 PURPOSE:
This scope of work describes and defines the services, which are required for
construction engineering, inspection, materials sampling and testing, and contract
administration for the construction project listed below.
2.0 SCOPE:
Tetra Tech (Consultant) shall be responsible for construction engineering, inspection,
and administrative functions as defined in this Scope of Services and referenced
manuals and procedures. The Consultant shall utilize effective control procedures such
that the project listed below is completed in reasonable conformity with the plans,
specifications, and contract provisions.
The project for which the services are required is:
Financial Project ID: 434972-1-58-01
Federal Aid Number: 8886-561-A
Description: North Atlantic Avenue Streetscape Improvements
City/County: City of Cape Canaveral/Brevard
All services shall be performed in accordance with the established standard procedures
and practices of the City and the Florida Department of Transportation (Department) in
conformance with the Department's LAP Policy and Procedures and as described in the
Scope of Services Agreement or as directed by the Department in writing. Prior to
furnishing any services, the Consultant shall be familiar with those City and Department
standard procedures and practices as set forth in the documents listed in Section 5.0 of
this Scope of Services and with informal procedures and practices for construction
engineering and contract administration used by the City and Department.
Compliance with the applicable portions of the most current City and Department
manuals, procedures, and directives shall be a requirement of this agreement.
The Consultant will track the execution of the construction contract in order to ensure
that the Consultant is given timely authorization to begin work. While no personnel shall
be assigned until written notification by the City has been issued, the Consultant shall be
ready to assign personnel within two weeks of notification. For the duration of the
project, the Consultant shall coordinate closely with the City and Contractor to minimize
rescheduling of Consultant activities due to construction delays or changes in scheduling
of Contractor activities.
Other projects developing within the City of Cape Canaveral as related to FDOT
agreements may be added at the City's discretion. The Consultant must perform to the
satisfaction of the City's representative for consideration of additional CE&I services.
3.0 LENGTH OF SERVICE:
The Consultant services for each Contract shall begin upon written notification to
proceed by the City.
The Contractor's project duration is 270 days (9 months). For estimating purposes the
Consultant will be allowed an accumulation of fifteen (15) calendar days to perform
preliminary administrative services prior to the issuance of the Contractor's notice to
proceed and fifteen (15) calendar days subsequent to final acceptance to close out the
Contract. The CE&I Consultant contract duration included in this Task Order No. 6 is 300
calendar days (10 months).
4.0 DEFINITIONS:
A. City Manager: The Chief Executive Officer for the City.
B. City Engineer or Designee: The City's employee assigned to administer the
Construction Engineering and Inspection Program for the City.
C. City Construction Engineer: The City employee assigned to manage the
Construction Engineering and Inspection Contract.
D. City Financial Director: The Administrative Head of the City Finance Department.
E. Public Information Office: The City's office assigned to manage the Public
Information Program.
F. Designer of Record: The Engineer noted on the Construction plans as the
responsible person for the design and preparation of the plans.
G. Consultant: The Consulting firm (Tetra Tech) under contract to the City for
administration of Construction Engineering and Inspection services.
H. Consultant Contract: The written Agreement between the City and the Consultant
setting forth the obligations of the parties thereto, including but not limited to the
performance of the work, furnishing of services, and the basis of payment.
I. Consultant Senior Project Engineer: The Engineer assigned by the Consultant to
manage one or more Construction Projects. This person may supervise other
Consultant employees and act as the lead Engineer for the Consultant.
J. Consultant Project Administrator. The individual assigned by the Consultant to
manage one or more Construction Projects.
K. Contractor: The individual, firm, or company contracting with the City for
performance of work or furnishing of materials.
L. Contract: The written Agreement between the City and the Contractor setting
forth the obligations of the parties thereto, including but not limited to the
performance of the work, furnishing of labor and materials, and the basis of
payment.
5.0 ITEMS TO BE FURNISHED BY THE CITY TO CONSULTANT:
The City on an as needed basis will furnish the following items. The Consultant shall
submit a request in writing for items needed to the Construction Project Manager.
A. Contract documents for each project as follows:
Construction Plans
Special Provisions, General Conditions, Technical Specifications
Copy of Executed Contract
B. The City shall provide office space for the CE&I staff located at the Public
Works Services Office including intemet access. The Consultant will be
copied with and shall comply with all City policies related to intemet use.
C. A list of all City standard forms for use under the terms of this Agreement
will be provided in hard copy or in electronic form as necessary. All
pertinent FDOT memo's directives, procedures, and Standard Forms
shall be accessed through the Department's Internet website.
6.0 ITEMS FURNISHED BY THE CONSULTANT:
6.1 City Documents:
All applicable City documents and any relevant Department documents shall be a
condition of this Agreement either by reference as attachments and/or as
furnished in Section 5.0 C.
6.2 Vehicles
Vehicles will be equipped with appropriate safety equipment and can effectively
cant' out their responsibilities under this agreement. Vehicles shall have the
name and phone number of the consulting firm visibly displayed.
6.3 Field Equipment:
The Consultant shall supply survey, inspection and testing equipment, tools of
the trade necessary to carry out the work under this Agreement. Quality of such
items is to meet the Construction Project Manager's approval.
Hard hats shall have the name of the consulting firm visibly displayed.
Consultant will provide those non -consumable and non -expendable items, which
are normally needed for a CEI project and are essential in order to carry out the
work under this Agreement.
Use -cost equipment described herein and expendable materials under this
Agreement will remain the property of the Consultant and shall be removed at
completion of the work.
The Consultant's handling of nuclear density gauges shall be in compliance with
the FDOT's Manual for Safety and Control of Equipment Containing Radioactive
Materials (a.k.a. Nuclear Manual). The manual's topic number is 675-050-001-b.
The Consultant shall retain responsibility for risk of loss or damage to said
equipment during performance of this Agreement. Field office equipment shall be
maintained and in operational condition at all times.
6.4 Licensina for Equipment Operations:
The Consultant will be responsible for obtaining proper licenses for equipment
and personnel operating equipment when licenses are required.
Licensing of Surface Moisture (Nuclear) Density Gauges shall be obtained
through the State of Florida Department of Health. Only Nuclear Density
Inspectors approved by the Department shall be authorized to operate Surface
Moisture Density Gauges. The Consultant will be responsible for monitoring the
activity of their Nuclear Density Inspectors.
Consultant's personnel operating nuclear surface moisture -density gauges on
City projects are required to comply with Section X of the FDOT's revised
"Manual for Safety and Control of Equipment Containing Radioactive Materials"
(a.k.a. Nuclear Manual).
7.0 LIAISON:
The Consultant shall be fully responsible for carrying out all functions assigned to it by
this Agreement on the construction project. All activities and decisions of the Consultant
relating to the projects shall be subject to review by the City Construction Engineer.
These activities and decisions include but are not limited to Consultant Contract
administrative duties. Consultant Contract administrative duties relating to Invoice
Approval Requests, Personnel Approval Requests, Time Extension Requests, and
Contract Amendment Requests shall be previewed and approved by the City
Construction Engineer.
The Consultant shall coordinate all activities, correspondence, reports, and other
communication related to its responsibilities under this Agreement necessary for the City
Construction Engineer to carry out his responsibilities.
Inspection forces will be required of the Consultant at all times while the Contractor is
working under the construction contract. If Contractor operations are suspended, the
Consultant will reduce its staff appropriately.
In the event that the suspension of contractor operations requires the removal of
Consultant forces from the project, the Consultant will be allowed ten (10) days
maximum to demobilize, relocate, or terminate such forces.
8.0 COOPERATION AND PERFORMANCE OF THE CONSULTANT:
During the term of this Agreement, the City and the Department will review various
phases of Consultant operations, such as construction inspection, materials sampling
and testing, and administrative activities, to determine compliance with this Agreement
and to confirm that construction work and administrative activities are performed in
reasonable conformity with City and the Department policies, plans, specifications, and
Contract provisions. The Consultant shall cooperate and assist City representatives in
conducting the reviews. If deficiencies are indicated, the Consultant shall implement
remedial action immediately upon the approval of the City Construction Engineer. City
recommendations and Consultant responses/actions are to be properly documented by
the City Construction Engineer. No additional compensation shall be allowed for
remedial action taken by the Consultant to correct deficiencies. Remedial actions and
required response times may include but are not necessarily limited to the following:
A. Further subdivide assigned inspection responsibilities, reassign inspection
personnel, or assign additional inspection personnel, within one week of
notification.
B. Replace personnel whose performance has been determined by the City to be
inadequate. Personnel whose performance has been determined to be
unsatisfactory shall be removed immediately.
C. Immediately increase the frequency of job control testing in phases of work that
are the Consultant's responsibility.
D. Increase the scope and frequency of all training conducted by the Consultant.
9.0 REQUIREMENTS:
9.1 General:
It shall be the responsibility of the Consultant to administer, monitor and inspect
the Construction Contract such that the project is constructed in reasonable
conformity with the plans, specifications, and Contract provisions.
The Consultant shall observe the Contractor's work to determine the progress
and quality of the work, identify discrepancies, report significant discrepancies to
the City's Construction Engineer, and direct the Contractor to correct such
observed discrepancies.
No Consultant under contract with the City to perform construction engineering
and inspection or material sampling and testing on a particular project shall
subcontract with the Contractor to perform Quality Control activities on the same
construction project.
The Consultant shall advise the City Construction Engineer of any omissions,
substitutions, defects, and deficiencies noted in the work of the Contractor and
the corrective action taken. Work provided by the Consultant shall not relieve the
Contractor of responsibility for the satisfactory performance of the Construction
Contract.
The City will perform inspection and sampling of materials and
components at locations remote from the vicinity of the project including
structural steel fabrication. City will pay for associated lab costs for the
verification samples taken by the Consultant.
The Consultant shall be specifically responsible for job control samples
determining the acceptability of all materials and completed work items on the
basis of either test results or verification of a certification, certified mill analysis,
Department label, Department stamp, etc. Sampling, testing and laboratory
methods shall be as required by the Department's Standard Specifications or as
modified by the contract provisions.
Documentation reports on sampling and testing shall be submitted to responsible
parties during the same week that the construction work is done
The City Construction Engineer will monitor the effectiveness of the Consultant's
testing procedures through surveillance and obtaining and testing independent
assurance samples.
The Consultant shall be responsible for transporting samples to be tested to the
appropriate laboratory or appropriate local City facility.
9.5 Ennineerina Services:
The Consultant shall perform engineering services included in this Task Order
No. 6 to properly coordinate the activities of all parties other than the Contractor
involved in completing the project. Notwithstanding the above, the Consultant is
not liable to the City for failure of such parties to follow written direction issued by
the Consultant.
Services include maintaining the required level of surveillance of the Contractor
activities, interpreting plans, specifications, and special provisions for the
Construction Contract, maintaining complete, accurate records of all activities
and events relating to the project, and properly documenting all significant project
changes. All recording and documentation will comply with standard City and
Department procedures, formats, and content. For interpretations of the plans,
specifications, and Contract provisions, the Consultant shall consult with the City
Construction Engineer when an interpretation involves complex issues or may
have an impact on the cost of performing the work. When warranted, the City
Construction Engineer may request an interpretation from the Consultant
Designer of Record. The City Construction Engineer shall coordinate all requests
for involvement of the Consultant Designer of Record.
(1) Analyze problems that arise on a project and proposals submitted by the
Contractor and prepare and submit a recommendation to the City
Construction Engineer. The Consultant shall inform the City Construction
Engineer whenever complex issues arise that may have an impact on project
costs or schedule.
(2) Analyze changes to the plans, specifications, or Construction Contract pro-
visions and extra work which appear to be necessary to carry out the intent of
the Contract when it is determined that a change or extra work is necessary
and such work is within the scope and intent of the original Construction
Contract. Recommend such changes to the City Construction Engineer for
approval.
(3) Analyze major problems that arise on the project and prepare a recommen-
dation to the City Construction Engineer.
(4) Verify that the CONTRACTOR is conducting inspections, preparing reports,
and monitoring all storm water pollution prevention measures associated with
the project. For each project that requires the use of the NPDES General
Permit, provide at least one inspector who has successfully completed the
"Florida Storm water, Erosion, and Sedimentation Control Training and
Certification Program for Inspectors and Contractors". The Consultant's
inspector will be familiar with and perform all inspections, reporting and
monitoring according to requirements set forth in the FEDERAL REGISTER,
Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final
NPDES General Permits for Storm water Discharges from Construction
Sites" and guidelines developed by Department.
(5) Monitor each Contractor and subcontractor's compliance with the
specifications and special provisions of the Construction Contract in regard to
payment of predetermined wage rates in accordance with Department
procedures.
(6) The Project Administrator is responsible for reviewing, monitoring, evaluating
and acting upon documentation required for Construction Contract
compliance including EEO Affirmative Actions for the prime contractor and
subcontractor, DBE Affirmative Action, Contractor Formal Training, Payroll,
and Subcontracts. The Project Administrator will assure all related documents
and correspondence are accurate, up to date and will furnish complete
project files for review. The Consultant will comply with the DBE assessment
requirement utilizing the Commercially Useful Function (CUP) DBE
Monitoring Report form 275-021-18.
(7) Produce reports, verify quantity calculations, and field measure for payment
purposes as needed to prevent delays in Contractor operations.
(8) Assist the City in managing inquiries from the public, public officials, and the
news media. Provide information to the City, as requested, regarding project
schedule and progress for preparation of newsletters or for distribution to
adjacent property owners and other interested parties. The City Manager or
designee shall approve all notices, brochures, responses to news media, etc.,
prior to release.
(9) The Consultant shall have a digital camera for photographic documentation of
the preconstruction state and of noteworthy incidents or events which may
include the following:
(a). Pre -construction photographs
(b). Normal and exceptional progress of work
(c). Critical path activities
(d). Accidents showing damage
(e). Rejected or unacceptable work
(f). Unusual construction techniques
(g). Damaged equipment or materials
(h). Any activity, which may result in claims
These photographs will be filed and maintained by the Consultant.
10.0 PERSONNEL:
10.1 General Reguirements and Compensation:
The Consultant shall staff the project with the qualified personnel necessary to
efficiently and effectively carry out its responsibilities under this Agreement
consistent with the approved staffing and fee proposal attached as Exhibit A.
For the professional services set forth in this Task Order No. 6, the City will pay
Tetra Tech a lump sum fee of $156,700.70. For the purpose of providing general
information as to how the lump sum fee was derived, a detailed breakdown is
attached as Exhibit A.
10.2 Personnel Qualifications:
The Consultant shall utilize only competent personnel, qualified by experience,
and education. The Consultant shall submit to the City, in writing, the names of
personnel proposed for assignment to the project, including a detailed resume for
each with respect to salary, education, and experience. A Consultant Action
Request form for personnel approval shall be submitted to the City at least two
weeks prior to the date an individual is to report to work.
Before the project begins, all project staff shall have a working knowledge of the
current FDOT Construction Project Administration Manual (CPAM) and must
possess all the knowledge, skills, and abilities required in obtaining the
necessary certifications for executing or performing the duties of the position they
hold. The Senior Project Engineer and the Project Administrator/Engineer shall
ensure the City and the Department's current practices, policies, and procedures
are met throughout the course of the project. Cross training of the Consultant's
project staff is highly recommended to ensure a knowledgeable and versatile
project inspection team but shall not be at any additional cost to the City and
should occur as workload permits. Current FDOT certifications may be used
until specified time limits as specified in the Construction Training
Qualification Program Manual (CTAP) or expiration of the certification,
whichever occurs sooner. Visit the training page on the FDOT State
Construction Office website for training dates.
10.3 Staffing:
Once authorized, the Consultant shall establish and maintain an appropriate staff
through the duration of construction and completion of closeout of the LAP
Project in conformance with Department Policy.
Proposed staff, including qualifications, must be submitted using Action Request
forms. These will be previewed and approved by the City Engineer or designee.
Previously approved staff, whose performance is unsatisfactory, shall be
replaced by the Consultant within one week of City notification. Personnel
identified in the Consultant technical proposal are expected to be assigned as
proposed and are committed to performing services under this Consultant
Agreement. Personnel changes will require written approval from the City and
Department.
As Contractor operations on a Contract diminish, the Consultant shall
appropriately reduce the personnel it has assigned to that project. Inspection
forces are required of the Consultant at all times while the Contractor is working
on the Contract, but if Contractor operations stop, the Consultant shall reduce its
forces accordingly. The Consultant will be allowed a maximum of ten (10) days
to demobilize, relocate, or terminate its forces in the event conditions occur that
require removing Consultant forces from the project.
11.0 QUALITY ASSURANCE PROGRAM:
11.1 Quality Reviews:
The Consultant shall conduct semi-annual reviews to make certain his own
organization is in compliance with the requirements cited in the Scope of
Services. Quality Reviews shall be conducted to evaluate the adequacy of
materials, processes, documentation, procedures, training, guidance, and
staffing included in the execution of this Contract. Quality Reviews shall also be
developed and performed to assure compliance with specific QA provisions
contained in this Contract. The semi-annual reviews shall be submitted to the
City Construction Engineer in written form no later than one (1) month after the
review.
On short duration CCEI projects (nine months or less), the CCEI shall perform an
initial QA review within the first two (2) months of the start of construction.
12.0 PROJECT CLOSE OUT
Project Close out and Final Document Submittal
Prepare documentation and records in compliance with the Contract Documents,
City and Department LAP Project close out procedure and submit to the City
within 20 days of final acceptance of the Project.
Upon receipt of Record Drawings, certified by a Registered Surveyor from the
Contractor, Consultant will review the Record Drawings for compliance with
contract documents and submit to the City.
13.0 CONSULTANT CONTRACT MANAGEMENT:
13.1 General:
(1) With each monthly invoice submittal, the appropriate Consultant personnel
will provide a reviewed and approved Contract Status Report for the
Consultant Contract. This report will supply the Consultant's accounting of the
additional Contract calendar days allowed to date, an estimate of the
additional Contract calendar days anticipated to be added to the original
Contract schedule time, an estimate of the Contract completion date, and an
estimate of the Consultant funds expiration date per Consultant Contract
schedule for the prime Consultant and for each subconsultant.
(2) When the Consultant identifies a condition that will require an Amendment
Request (AR) to the Consultant Contract, the Consultant Project Principal or
Senior Project Engineer will communicate the need to the City Engineer or
designee for an approval in concept. Once received, the Consultant shall
prepare and submit the AR, and all accompanying documentation to the City
Engineer or designee for approval and further processing. The Consultant
shall submit ARs in a timely manner in order to allow the City adequate time
to process, approve, and execute the AR. The content and format of the AR
and accompanying documentation shall be in accordance with the
instructions and format to be provided by the City.
(3) The Consultant Project Principal or Senior Project Engineer for the project
shall be responsible for performing follow-up activities to determine the status
of each AR submitted to the City.
(4) Invoicing Instructions: Consultant will comply with the City's invoice
procedures for all monthly and final invoicing.
14.0 SUBCONSULTANT SERVICES:
Upon written approval by the City Engineer or designee, and prior to performance of
work, the Consultant may subcontract for engineering surveys, materials testing, or
specialized professional services.
15.0 OTHER SERVICES:
Upon written authorization by the City Engineer or designee, the Consultant will perform
additional services in connection with the project not otherwise identified in this
Agreement. The following items are not included as part of this Agreement, but may be
required by the City to supplement the Consultant services under this Agreement.
A. Assist in preparing for resolution of claims, arbitration hearings or litigation that
occurs during the Consultant Contract time in connection with the project covered
by this Agreement.
B. Provide qualified engineering witnesses and exhibits for any litigation or hearings
in connection with the Contract.
C. Provide on- and off-site inspection services in addition to those provided for in
this Agreement.
16.0 POST CONSTRUCTION CLAIMS REVIEW:
In the event the Contractor for the project submits a claim for additional compensation
and/or time after the Consultant has completed this Agreement, the Consultant shall, at
the written request from the City, analyze the claim, prepare a recommendation to the
City Engineer or designee covering validity and reasonableness of charges, and/or
assist in negotiations leading to settlement of the claim. Compensation will be separately
reimbursed by an Amendment to this Agreement.
17.0 CONTRADICTIONS:
In the event of a contradiction between the provisions of this Scope of Services and the
Consultant's proposal as made a part of their Agreement, the provisions of the Scope of
Services shall apply.
IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by their
duly authorized representatives as of the date written below.
CITY:
CITY OF CAPE CANAVERAL
David Greene, City Manager
ATTEST:
yln M
Angela Apperson, City Clerk
ENGINEER:
Mark A. Rynning,
Executive Vice President,
Water, Environment, and
Infrastructure Group
9.2 Survey Control:
It shall be the Contractor's responsibility to insure that the project is constructed
in accordance with the survey control depicted on the plans.
9.3 On-site Inspection:
The Consultant shall monitor the Contractor's on-site construction activities and
inspect materials entering into the work in accordance with the plans,
specification, and special provisions for the Construction Contract to determine
that the project is constructed in reasonable conformity with such documents.
The City will monitor all off-site activities and fabrication. The Consultant
shall advise the City Construction Engineer in a timely manner of all known
off-site activities and fabrication. The Consultant shall keep detailed accurate
records of the Contractor's daily operations and of significant events that affect
the work.
The standard procedures and practices for inspection of construction projects are
set out in the Department's Construction Manual (CPAM). In general, the
Consultant shall perform in accordance with these standard procedures and
practices and with other accepted practices as appropriate.
Consultant employees responsible for reviewing Work Zone traffic control plan
design, implementation, inspection, and/or for supervising the selection,
placement, or maintenance of traffic schemes and devices in work zones shall be
qualified in accordance with the Department's procedure. Notwithstanding the
above, the Contractor is solely responsible for developing, installing and
maintaining such Work Zone Traffic Control.
9.4 Testina:
The Contractor is responsible for testing. However, as needed the Consultant
shall perform spot field verification testing in conjunction with Contractor's QC
Plan of all component materials and completed work in accordance with the
Construction Contract Documents. If the additional verification testing requires
samples that need to be sent to the lab, the City will pay for the associated lab
costs.
The Consultant shall advise the City Construction Engineer in a timely manner of
all known off-site activities and fabrication. The minimum sampling frequencies
set out in the Department's Materials Sampling, Testing and Reporting Guide
shall be met unless otherwise directed. In general the Consultant will be
responsible for verification testing and sampling consistent with the Contractor's
approved QC Plan and the Department's Materials Sampling, Testing and
Reporting Guide. In complying with the aforementioned guide, the Consultant
shall provide daily surveillance of the Contractor's Quality Control activities at the
project site and perform the sampling and testing of materials and completed
work items that are normally done in the vicinity of the project for verification and
acceptance.