Loading...
HomeMy WebLinkAbout1988-03-22; City Council; 9340; ACCEPT BIDS AND AWARD CONTRACT FOR THE CONSTRUCTION OF CALAVERA HILLS COMMUNITY PARK, PHASE 2- CIP)OF CARLSBAD - AGEt4CI)Bll.L flo/l" 1' I (. TITLE: AB# y35@ MTG. 03/22/88 ACCEPT BIDS AND AWARD CONTRACT FOR THE CONSTRUCTION OF CALAVERA I DEPT. MP I HILLS COMMUNITY PARK, PHASE 2 DEPT. P CITY AI CITY Mi I I n w > 0 K a e 4 z 0 F 0 4 .. 5 z 3 0 0 R€GOMM€ND€D AGTION; Adopt Resolution No. ff-f,, accepting bids and awarding contract for the construction of Calavera Hills Community Par> Phase 2, Project No. 3245. Adopt Resolution No. fly// awarding a consultant agreemer with Testing Engineers Incorporated for resident inspection ar materials testing services. ITEM EXPLANATION: On January 5, 1988, the City Council approved plans specifications, and contract documents and authorized tl advertisement of bids for the construction of the Calavera Hill Community Park, Phase 2, Project No. 3245. On March 2, 198E ten (10) sealed bids were received for this project: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Western Summit Constructors Inc. Neko Corporation J.A. Stewart Construction Killgallon Construction Crest Construction L.R. Hubbard Construction EVH Incorporated Commercial Builders NET Enterprises T.B. Penick 61 Sons $2,023,000 2,040,000 2,045,000 2,088,738 2,095,000 2,098,000 2,160,000 2,197,000 2,239,000 2,311,000 Staff has examined the bid documents, verified references a] licenses, and the Purchasing Officer has certified the adequac of project bonding for the low bidder Western Summit Constructoi Incorporated. Staff, therefore, recommends award for tl construction of this project to Western Summit Constructor: Incorporated. Phase 2 of the Calavera Hills Community Park project includes tl installation of parking facilities, two (2) lighted tenn courts, outdoor basketball courts, picnic areas, one (1) light1 adult softball field, and construction of a 19,000 square fol gymnasium/community center similar in design to the Stagecoal Park facility. The contractor will be allowed nine (9) mont: construction time for the gymnasium and tennis courts. T: contract requires the installation of all remaining faciliti and landscaping within six (6) months of beginning t construction so that the grass and trees will be established the time of the opening of the Phase 2 portion of the park. 0 0 Page 2 of Agenda Bill No. fy@ Because of the overall complexity and structural experti: required of this project, as well as the current and projectt workload of the Municipal Projects inspection personnel, staj solicited proposals from consulting firms for resident inspectic and materials testing services. Following review of proposa: and personnel interviews, Testing Engineers Incorporated of S: Diego was identified as the firm providing the most experienct and qualified resident inspector for this project. The attachc consultant agreement with Testing Engineers outlines the requirc scope of work and resident inspection services to be performc during construction of the project on behalf of the City. Sta: recommends approval of the attached consultant agreement. FISCAL IMPACT: In the 1986-87 Capital Improvement Program budget, the Ci. Council appropriated $2,500,000 for the construction of th project. A summary of the estimated project costs is as follow; Construction $2,023,000 Construction contingencies (10%) 202,000 Project administration 45,000 Construction inspection 40,000 Materials testing 5,000 Utility connection fees 5,000 Miscellaneous project costs including blueprinting, reproduction of documents, and related costs 10,000 Total Estimated Project Cost $2,330,000 Available Project Funding $2,500,000 Anticipated Available Project Balance $ 170,000 EXHIBITS: 1. Location Map. 2. Resolution No. ffif4 accepting bids and awarding a contra for the construction of Calavera Hills Community Park, Pha 2, Project No. 3245. 3. Resolution No. @-f7 awarding a consultant agreement wi the firm of Testing Engineers Incorporated for reside inspection and materials testing services. 4. Consultant Agreement with Testing Engineers Incorporated. I LOCATION MAP ELM AVENUE ~ 1 2 3 e e RESOLUTION NO. 88-86 I A RESOLUTION OF THE CITY COUNCIL OF THE BIDS, AWARDING CONTRACT NO. 3245 FOR THE CONSTRUCTION OF THE CALAVERA HILLS COMMUNITY PARK, PHASE 2. CITY OF CARLSBAD, CALIFORNIA, ACCEPTING 4 5 WHEREAS, the City Council of the City of Carlsbz 6 7 California, has determined it necessary and in the pubi Hills Community Park; and 8 interest to construct the remaining portion of the Calave 9 WHEREAS, the lowest responsible bid for said project P lo l1 submitted by Western Summit Constructors, Incorporated in 1 amount of $2,023,000; and 12 WHEREAS, there is sufficient project funding available 13 the City's Capital Improvement Program budget to construct tl 14 15 project; City of Carlsbad, California, as follows: 16 NOW, THEREFORE, BE IT RESOLVED by the City Council of 1 17 /// I.8 1. That the above recitations are true and correct. l9 i /// 2o 21 /// //I 22 /// 23 /// 24 /// 25 /// 26 /// 27 1 /// 28 Ij /// 11 ll e 0 1 2. That the bid of $2,023,000 by Western Summ. 2 Constructors, Incorporated, for the construction of sa 3 4 project is hereby accepted and the Mayor and City Clerk a hereby authorized to executed a contract hereafter. 5 PASSED, APPROVED AND ADOPTED at a regular meeting of t 6 9 8 1988, by the following vote, to wit: 7 Carlsbad City Council held on the 22nd day of March AYES: Council Members Lewis, Kulchin, Pettine, Mamaux and Larson 10 11 12 13 NOES: None ABSENT : None I I ;',! , C-LAUDE :y' j;2 '"' ,/ !, 4' /-' , I. / ,' /' ,. - c i I . ,c :' ./ - ,a';.! ";/I.,) A. LEWIS, Mayor l4 ATTEST: Z, City Clerk City Clerk 17 I( (SEAL) l8 I 19 I I 20 21 22 /I 23 24 25 li 26 27 20 /I 1 2 3 * a RESOLUTION NO e 88-87 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AWARDING A CONSULTANT AGREEMENT WITH TESTING ENGINEERS INCORORATED FOR RESIDENT INSPECTION AND MATERIALS TESTING SERVICES 4 California, has determined it necessary, desirable, and in th 5 WHEREAS, the City Council of the City of Carlsbad ' public interest to construct Phase 2 of the Calavera Hill 7 Community Park; and 8 WHEREAS, the City has solicited proposals from qualifie 9 firms to provide resident inspection and materials testir: lo l4 NOW, THEREFORE, BE IT RESOLVED by the City Council of tk l3 identified to perform this work for the aforementioned project l2 WHEREAS, the firm of Testing Engineers Incorporated has bee 'I. services for the aforementioned project: and City of Carlsbad, California, as follows: 15 16 17 18 19 20 21 22 23 24 25 26 21 1. \\\ \\\ \\\ i \\\ \\\ \\\ \\\ \\\ \\\ \\\ \\\ I 1 \\\ That the above recitations are true and correct. 28 \\\ II II) e 1 2 3 4 5 6 I 8 9 10 11 12 13 14 15 Id 17 I 19 I 18 20 21 22 23 24 25 26 27 28 2. That a consultant agreement with the firm of Test Engineers Incorporated is hereby approved and the Mayor City Clerk are authorized to execute said agreement. 3. Upon execution of the agreement by the Mayor, the ( Clerk is hereby authorized and directed to return one sic copy of the agreement to the Municipal Projects Department processing. PASSED, APPROVED AND ADOPTED at a regular meeting of Carlsbad City Council held on the 22nd day of March 1988, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Pettine, Mamaux and Larson NOES: None ABSENT : None /:/ p ,! " /, ,/I - ,/ -:/ ' .i P;/7& 1) ,/kc &,,??] - -, CLAUDE A. LEWZS, Mayor rT, 2hUmKR&Z, City Clerk KABEN R. KUNDTZ, Deputy City Clerk (SEAL) 0 0 AGREEMENT FOR INSPECTION AND MATERIALS TESTING SERVICES THIS AGREEMENT, made and entered into as of the di of , 1988, by and between the CITY OF CARLSBAD, municipal corporation, hereinafter referred to as I1City,l1 a: TESTING ENGINEERS, hereinafter referred to as lrConsultant.ll RECITALS City requires the services of an inspection and materia testing consultant to provide the necessary services f construction of the Calavera Hills Community Park, Phase 11, a Fire Station No. 5 project; and Consultant possesses the necessary skills and qualificatio to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and t mutual covenants contained herein, City and Consultant agree follows: 1. CONSULTANT'S OBLIGATIONS The Consultant shall perform resident inspection i materials testing services on demand by the City for constructj of the Calavera Hills Community Park, Phase 11, and Fire Stati No. 5 projects as described in the City's January 28, 1988 2 February 22, 1988 Requests for Proposals and Testing Engineel proposals attached hereto and designated as Exhibits A and (both attached) . The Consultant shall provide all transportation and spec: equipment required to perform the services as provided for this agreement. The inspector provided by the Consultant shi 0 0 have qualifications noted in Exhibits A. No substitution inspectors will be allowed without prior City approval. Sa inspector shall be available to work concurrently on the Park a Fire Station projects herein described. 2. CITY OBLIGATIONS The City shall provide, through the contractor, a des telephone, and workspace for use throughout the project at ea site. The City will make secretarial services available to t inspector at its office at 2075 Las Palmas Drive, Carlsbad. 7 City will provide the inspector copies of plans a specifications and consumable supplies used for inspection. 3. PROGRESS AND COMPLETION The work under this Contract will begin upon fourteen (1 days notice by the City and continue through the life construction of both projects. 4. FEES TO BE PAID TO CONSULTANT The fee payable to the Consultant shall be $32.00 per hc with no overtime differential for inspection services established in attached Exhibit B. No other compensation 1 services will be allowed except those items covered supplemental agreements per Paragraph 7, !*Changes in Work.Il 5. PAYMENT OF FEES Payment of fees shall be monthly within thirty (30) days receipt and verification of Consultant's invoice. 0 e 6. CHANGES IN WORK If, in the course of this Contract, changes seem merited the Consultant or the City, and informal consultations with t other party indicate that a change in the conditions of t Contract is warranted, the Consultant or the City may request change in Contract. Such changes shall be processed by the Ci in the following manner: A letter outlining the requir changes shall be forwarded to the City by Consultant to infc them of the proposed changes along with a statement of estimat changes in charges or time schedule. After reaching mutc agreement on the proposal, a supplemental agreement shall prepared by the City and approved by the City Council. St supplemental agreement shall not render ineffective or invalide unaffected portions of the agreement. Changes requirj immediate action by the Consultant or City shall be ordered the City Engineer who will inform a principal of the Consultant firm of the necessity of such action and follow up with supplemental agreement covering such work. 7. COVENANTS AGAINST CONTINGENT FEES The Consultant warrants that their firm has not employed retained any company or person, other than a bona fide emplo! working for the Consultant, to solicit or secure this agreeme] and that Consultant has not paid or agreed to pay any company person, other than a bona fide employee, any fee, commissil percentage, brokerage fee, gift, or any other considerat contingent upon, or resulting from, the award or making of t 0 e agreement. For breach or violation of this warranty, the Ci shall have the right to annul this agreement without liabilit or, in its discretion, to deduct from the agreement price consideration, or otherwise recover, the full amount of such fe commission, percentage, brokerage fee, gift, or contingent fee. 8. NONDISCRIMINATION CLAUSE The Consultant shall comply with the State and Feder Ordinances regarding nondiscrimination. 9. TERMINATION OF CONTRACT In the event of the Consultant's failure to prosecut deliver, or perform the work as provided for in this Contrac the City may terminate this Contract for nonperformance notifying the Consultant by certified mail of the termination the Contract. The Consultant, thereupon, has five (5) work! days to deliver any documents owned by the City and all work progress to the City Engineer. The City Engineer shall make determination of fact based upon the documents delivered to C: of the hours of work which the Consultant has performed which usable and of worth to the City in having the Contri completed. Based upon that finding as reported to the C Council, the Council shall determine the final payment of ' Contract. 10. DISPUTES If a dispute should arise regarding the performance of w under this agreement, the following procedure shall be used resolve any question of fact or interpretation not otherw 0 e settled by agreement between parties. Such questions, if tht become identified as a part of a dispute among persons operati] under the provisions of this Contract, shall be reduced 1 writing by the principal of the Consultant or the City Enginee: A copy of such documented dispute shall be forwarded to bo. parties involved along with recommended methods of resoluti, which would be of benefit to both parties. The City Engineer principal receiving the letter shall reply to the letter alo with a recommended method of resolution within ten (10) days. the resolution thus obtained is unsatisfactory to the aggriev party, a letter outlining the dispute shall be forwarded to t City Council for their resolution through the Office of the Ci Manager. The City Council may then opt to consider the direct solution to the problem. In such cases, the action of the Ci Council shall be binding upon the parties involved, althou nothing in this procedure shall prohibit the parties seeki remedies available to them at law. 11. SUSPENSION OR TERMINATION OF SERVICES This agreement may be terminated by either party uy tendering thirty (30) days written notice to the other part In the event of such suspension or termination, upon request the City, the Consultant shall assemble the work product and I same in order for proper filing and closing and deliver si product to City. In the event of termination, the Consult: shall be paid for work performed to the termination date. T City shall make the final determination as to the portions 0 e tasks completed and the compensation to be made. Compensation 1 be made in compliance with the Code of Federal Regulations. 12. STATUS OF THE CONSULTANT The Consultant shall perform the services provided fr herein in Consultant's own way as an independent Contractor a' in pursuit of Consultant's independent calling, and not as employee of the City. Consultant shall be under control of t City only as to the result to be accomplished and the personn assigned to the project, but shall consult with the City provided for in the request for proposal. The Consultant is an independent contractor of the Cit The payment made to the Consultant pursuant to this contra shall be the full and complete Compensation to which t Consultant is entitled. The City shall not make any Federal State tax withholdings on behalf of the Consultant. The Ci shall not be required to pay any workers' compensation insuran on behalf of the Consultant. The Consultant agrees to indemni the City for any tax, retirement contribution, social securit overtime payment, or workers' compensation payment which the Ci may be required to make on behalf of the Consultant or 2 employee of the Consultant for work done under this agreement. The Consultant shall be aware of the requirements of t Immigration Reform and Control Act of 1986 and shall comply wj those requirements, including, but not limited to, verifying I eligibility for employment of all agents, employee subcontractors and consultants that are included in tl agreement. e e 13. HOLD HARMLESS AGREEMENT The City, its officers, and employees shall not be liab for any claims, liabilities, penalties, fines, or any damage goods, properties, or effects of any person whatever, nor f personal injuries or death caused by, or claimed to have be caused by, or resulting from, any intentional or negligent act errors or omission of Consultant or Consultant's agent employees, or representatives. Consultant agrees to defen indemnify, and save free and harmless the City and its office and employees against any of the foregoing liabilities or clai of any kind and any cost and expense that is incurred by the Ci on account of any of the foregoing liabilities, includi liabilities or claims by reason of alleged defects in any pla and specifications. 14. ASSIGNMENT OF CONTRACT The Consultant shall not assign this Contract or any pa thereof or any monies due thereunder without the prior writt consent of the City. 15. SUBCONTRACTING If the Consultant shall subcontract any of the work to performed under this Contract by the Consultant, Consultant sh? be fully responsible to the City for the acts and omissions Consultantls subcontractor and of the persons either directly indirectly employed by the subcontractor, as Consultant is : the acts and omissions of persons directly employed Consultant. Nothing contained in this Contract shall create i 0 e contractual relationship between any subcontractor of Consulta and the City. The Consultant shall bind every subcontractor a every subcontractor of a subcontractor by the terms of th Contract applicable to Consultant's work unless specifical noted to the contrary in the subcontract in question approved writing by the City. 16. PROHIBITED INTEREST No official of the City who is authorized in such capaci on behalf of the City to negotiate, make, accept, or approve, take part in negotiating, making, accepting, or approving of 2 architectural, engineering, inspection, construction or materj supply contractor, or any subcontractor in connection with t construction of the project, shall become directly or indirect interested personally in this Contract or in any part therec No officer, employee, architect, attorney, engineer, or inspect of or for the City who is authorized in such capacity and behalf of the City to exercise any executive, supervisory, other similar functions in connection with the performance this Contract shall become directly or indirectly interesl personally in this Contract or any part thereof. 17. VERBALLY AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, age] or employee of the City, either before, during, or after ' execution of this Contract, shall affect or modify any of . terms or obligations herein contained nor such verbal agreemr or conversation entitles the Consultant to any additional paymi whatsoever under the terms of this Contract. 0 a 18. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, 'IHold Harmle Agreementrgg all terms, conditions, and provisions hereof sha insure to and shall bind each of the parties hereto, and each their respective heirs, executors, administrators, successor and assigns. 19. EFFECTIVE DATE This agreement shall be effective on and from the day a year first above written. 20. CONFLICT OF INTEREST The Consultant shall file a Conflict of Interest Stateme with the City Clerk of the City of Carlsbad in accordance wi the requirements of the City of Carlsbad Conflict of Inter€ Code. 21. INSURANCE The Consultant shall obtain and maintain a policy liability insurance from an insurance company authorized to be business in the State of California, in an insurable amount not less than one million dollars ($1,000,000). This insura1 shall be in force during the life of this agreement and shz not be cancelled without ten (10) days prior notice to the Cit] 0 m The City shall be named as an additionally insured on th policy. The Consultant shall furnish a certificate of sa insurance to the City upon request. IN WITNESS WHEREOF, we have hereunto set our hands and seals. TESTING ENGINEERS CITY OF CARLSBAD; Bv5*?d@ 3/q/?3s - hww M4~rtczl~~ Title Mayor APPROVED AS TO FORM: ATTESTED: Assistant City Attorney City Clerk 2075 LAS PALMAS DRIVE CARLSBAD, CALIFORNIA 92009.4859 Office of the Municipal Pmiects .? 0 a Citp of Carlabab January 28, 1988 (SEE ATTACHED LIST OF CONSULTANTS) TELEP (819) 4 REQUEST FOR PROPOSAL - RESIDENT INSPECTION SERVICES - FIRE STATION #5, PROJECT NO. 3242 The City of Carlsbad is soliciting proposals for a qualifi resident building inspector. Selection will be made primarily the qualifications of the individual proposed by your fil CALAVERA HILLS COMMUNITY PARK, PHASE 11, PROJECT NO. 3245 Selected finalists will be invited to the City for an interviet CONSTRUCTION DESCRIPTION The second phase of the Calavera Hills Community Pz construction includes a 19,000 square foot gymnasium z Community Center building. Exterior walls are masonry bloc The gymnasium roof has timber planking and joists supported tapered steel girders. Interior rooms in the Community Cent building are of conventional wood stud wall construction. The park site is located at the corner of Elm and Tamarz Avenues in the city of Carlsbad. The Phase I improvements to t southern half of the park site are now complete. The Phase I1 northern half was graded during the construction of the southc half. The Community Center and gymnasium building will be nea1 identical to the existing facilities at Stagecoach Park, 34 Mision Estancia, Carlsbad, Other site improvements include a parking lot, picnic areas, baseball field, tennis courts, and an outdoor basketball caul Complete landscaping, irrigation, drainage, and a sports lightj system will also be installed. Total construction costs z estimated to be $1.8 million. EXHIBIT A e e Page Two January 28, 1988 REQUEST FOR PROPOSAL - RESIDENT INSPECTION SERVICES The second project is inspection services for Fire Station This would be site grading and construction of an industrial f station at the City's Public Safety and Service Center, 2 Orion Way, Carlsbad. The 12,000 square foot fire station ; masonry block construction, and is estimated to cost $ million. Construction will begin approximately in May, 1988 continue through January, 1989. JOB DESCRIPTION The selected resident inspector will be onsite to assure t all building and site improvements are constructed according the plans and specifications. The inspector shall have pr responsibility for quality assurance during the constructi This includes special inspection of all masonry work, fi welding, and structural connections. The inspector shall ch timber grade stamps and manufacturer certifications for building materials delivered onsite. The resident inspector will maintain a daily written record all construction activities and attend weekly job s construction progress meetings. The inspector will coordin with the contractor to schedule field compaction and construct material tests. The inspector will monitor working conditions so that construction activities are performed safely and do not endan the general public. The inspector will also act as the Cit enforcement agent for all codes and ordinances governing contractor's work. The inspector will review the contractor's Schedule of Values judge and make report on its reasonableness. The inspector w also review the contractor's critical path method schedule foresee any potential activity conflicts. The inspector w also review the contractor's monthly progress payment requests verify the work has actually been completed. If the contrac submits a claim for extra work or time extension, the inspec will review the cost documentation or anticipated impact critical path activities. The inspector will provide his own vehicle for travel to and f the job site and any small tools needed. The City will provide, through the contractor, a desk, telepho and workspace for use throughout the project at each site. City will make secretarial services available to the inspector its office at 2075 Las Palmas Drive, Carlsbad. The City w also provide the inspector copies of plans and specifications any consumable supplies. 0 0 Page Three January 28, 1988 REQUEST FOR PROPOSAL - RESIDENT INSPECTION SERVICES The City's Project Manager will process all payment requests , change orders. He will also coordinate architectural submitt( and site visits by design professionals. 9UALIFICATIONS The resident inspector must be certified for masonry and gene] building inspection by a recognized local governmental age1 such as the City of San Diego or Orange County. The ideal candidate will have several years of experience in b( building and general engineering construction. This experiel may be as an inspector, project manager, or construction enginc working for a contractor, owner, or agency. The firm providing the City with the services of a residc inspector must sign a standard City service agreement indemnify and hold the City harmless against claims result: from the actions of the firm and its resident inspector. f selected firm must maintain $1,000,000 in liability coverage : errors and omissions and name the City as additional insured. SELECTION PROCEDURE Please respond by Monday, February 22, 1988, with t qualifications of the individual your firm proposes as Reside Inspector. Include that individual's resume and list of rea construction projects. Please indicate the individual responsibility on each project and a contact person who would familiar with the candidate's performance. Between February 23 and March 2, 1988, I will schedule intervic at my office for the few individuals judged to be most qualific Final selection of the Resident Inspector will be made by Mal 24, 1988. The se.lected Resident Inspector must be available j work throughout the life of both projects. - FEE The Resident Inspector will be an employee of the firm providj his services. The firm shall provide the City with a montk billing for resident inspection services. The firm shall sped in this proposal an hourly rate that will cover all expenses st as salary, benefits, transpartation, and insurance. This rz will be charged against time actually spent working in Carlsbz whether at the job site or the City office. 0 Page Four January 28, 1988 REQUEST FOR PROPOSAL - RESIDENT INSPECTION SERVICES At times, the inspector may work more than forty (40) hours week. This is particularly likely during the times the 1 Station is being constructed concurrently with the Pa Otherwise, some work weeks may be less than forty (40) hours week. In any case, only straight time will be paid inspection services beyond forty (40) hours per week or b performed during the weekend. Normal r ntractor work time is daylight hours from Monday through Fr day. The contractor apply for permission to work on weekends. If you have any questions regarding this project, please cont me at (619) 438-1161, extension 4383. The City appreciates looks forward to any response your firm may have. ~3y*4y2&-&?!2;c?*v. GARY KELLISON Project Manager GX:mjd c: Municipal Projects Manager Pat Entezari, Project Manager I 0 0 71 ””” Testing Engineers-San Diego ;c A Dfvrsfon of Unfted States Testfng Company. InC r; * (. I +\.* ~ “J 3467 Kurtz St., P. 0. Box 80985. San Diego. Ca. 92138 (61 9) 225-9641 ai. +fl: m 2956 Industry Street, Oceanside, California 92054 (679) 757-0248 - -_ \~*,<”--- -” ” ~ February 18, 1988 CITY OF CARLSBAD Office of the Municipal Projects 2075 Las Palmas Drive Carlsbad, California 92009-4859 I Attention: Mr. Gary Kellison Subject: Resident Inspection Services Calavera Hills Community Park, Phase 11, Project No. 3242 Fire Station #5, Project No. 3242 I Dear Mr. Kell ism! Testing Engineers-San Diego appreciates the opportunity to provide this proposal for Inspection Services as outlined in your letter dated January 20, 1988. We have examined the requirements of the Resident Building Inspector for the Calavera Hills Community Park, Phase 11, Project No. 3245lFire Statior No. 5, Project No. 3242, and haveenclosed a Fee Schedule and the qualificz of Mr. Gerry H. Hirata, whom we feel will meet ,your expections. Testing Engineers-San Diego, a division of United States Testing Company, Inc., has provided its services to numerous clients throughout San Diego County since 1946. It is our goal to provide quality service in a prompt, professional manner. Our staff Qf registered engineers, special inspector: and laboratory technicians offers our client one of the largest and most competent construction consultant organizations in Southern California. United States Testing Company, Inc., is the nation’s largest, and most diversified independent testing laboratory, serving clients for the past 108 years from our laboratories throughout the North American Continent. Thank you for your consideration of our firm. We would appreciate you inviting Testing Engineers-San Diego to work on your next project. Very Truly yours, TESTING ENGINEERS-SAN DIEGO Si gned :=?A Steven P. KWf, Branch Manager TESTING ENGINEERS-SAN DIEGO/Oceanside Branch (A Subsidiory of United States Testing Co., Inc.) 2956 Industry Street Oceanside, California 92054 e 0 YJ 7 Testing Engineers-San Diego ” “I /a- , ”“ 3467 Kurtz St., P. 0. Box 80985. San Diego. Ca. 92138 (619) 225-9641 -,,--- ,,%S A Divwon of United Slates Testlng Company. /nC ,,$C <;,; -?qy “2 ,, - 2956 lndustry Street, Oceanside, California 92054 (61 9) 757-0248 / ””” February 18, 1988 CITY OF CARLSBAD Office of the Municipal Projects 2075 Las Palmas Drive Carlsbad, California 92009-4859 Subject: Resident Inspection Services Calavera Hills Community Park, Phase 11, Project No. 3245 Fire Station #5, Project No. 3242 Schedule of Fees Resident Inspection Services $32.00 per I This hourly rate covers all expenses including salary, benefits, transportation, and insurance. It has been taken into cnsideration that only straight time will be charged if services extend beyond forty (40) hours per week or work performed during the weekend. Si gned , Branch Manager TESTING ENGNIEERS-SAN DIEGO/Oceanside Branch (A Subsidiory of United States Testing Co., Inc.) 2956 Industry Street Oceanside, California 92054 e e 2075 LAS PALMAS DRIVE CARLSBAD, CALIFORNIA 920094859 Office of the Municipal Projects Mittf of (aarlsbnb TE (61' February 22, 1988 Testing Engineers Attention: Mr. Steven Kobzeff 2956 Industry Street Oceanside, California 92054 CALAVERA HILLS COMMUNITY PARK, PHASE 11, PROJECT NO. 3245 REQUEST FOR PROPOSAL - MATERIALS TESTING The City of Carlsbad is soliciting proposals from mate testing firms for laboratory and field tests for the construc of the Calavera Hills Community Park, Phase 11. AntiCiF tests will include: 1. Soils compaction 2. Asphalt and base compaction 3. Concrete cylinder compressive strength 4. Masonry mortar and grout cylinder compressive strengths Additionally, the following tests may be requested by the Cit the contractor cannot properly certify the construction matel used in the Community Center building: 1. Rebar tension tests 2. Steel coupon tension tests 3. Load test of completed masonry walls Please review the attached plans and specifications to estak an estimated project budget for field and laboratory mate] testing. Construction of the project will begin in April, 1 and continue through January, 1989. Resident inspection sen are covered by your previous proposal, Please specify a per test charge for work performed il laboratory. Specify an hourly rate when work is performec site. The cost of individual test reports should be includt the charge for that time. List site pick-up charges and poi of laboratory test cylinders separately so the City may, a1 option, perform this senrice. EXHIBI e 0 Page Two January 22, 1988 REQUEST FOR PROPOSAL - MATERIALS TESTING Additionally, the materials testing firm is requested to prel a final project test report, summary, and recommendations. there is an additional charge for this service upon pro: completion, please specify a fixed lump sum price within 1 proposal. The City of Carlsbad appreciates your previous efforts on bel of the City. Selection of a materials testing firm will be I approximately March 14, 1988. Please call me at 438-1: extension 4383, if you have any questions or need additic information. GARY KELLISON Project Manager GK: gsk Attachment: plans and specifications P.S. Please contact me to schedule an interview for Mr. Gc Hirata on March 3 or 4, 1988. The City is favorably impressec his qualifications. 0 0 i -71 Testing A Olvtslon of Engineers-San United States Testrng Company. Diego lnC j3fj -@A 3467 KurtzSt.. P.O. 80x80985. San Diego. Ca. 92138(619) 225-9641 )!;, -e: -Ei* - z 2956 Industry Street;Oceanside. California 92054 (679) 757-0248 ",=A "6 i March 1, 1988 ! CITY OF CARLS8AD Office of the Municipal Projects 2075 Las Palmas Drive Carlsbad, California 92009-4859 Attention: Mr, Gary Kellison Subject : Materials Testing Calavera Hi1 1s Communit.y Park, Phase I I, Pro,iect No. 3245 Dear Mr. Kellison: Testing Engineers-San Diego appreciates th? opportunity to Drovide this proposal for materials testing as outlined in your letter dated February 22, 1988. We have examined the drawings and specifications fqr the Calavpra t(i ]I< Community Park, Phase 11, Project No. 3245, and have preoared a fee schedule (enclosed), for the testing and inspection requirements. The Resident insDection services were covered by our orevious prooosal, dated February 18, 1988. The enclosed fee schedule addresses the fDllawing items. 1. Soils compaction 2. Asohalt and base compaction 3. Concrete cy1 inder compressive strength 4. Masonry mortar and grout cy1 inder corn7rTrcive strenqths 5. Rebar tension tests 6. Steel coupon tension tests 7. Load test of cw@let.erf masnnrv w?lls Also included for your convenience is 2 co~y of qIJr fee sch?dt.lle which WJS submitted in January 1988, to the City of Carlsbad-O.:"ce of the Purchasing Officer. Testing Engineers-San Diego, a division of United States Testing Company Inc., has provided its services to n!cmcrnlrF client: ttlrwJ9hnltt. San 9iqqg County since 1946. It is our goal to provide quality service in a prompt, Drofessional manner. Our staff of registered 2nqineet-5, snoci21 in<??c:ar; and laboratory technicians offers our client one of the largest and most competent construction consultant organizations in Southern California. united States Testing Company, Inc., is the nation's largest, and most diversified independent testing laboratory, serving clients far the nast 108 years from our laboratories throughout the North American Continent. i e 0 ., I I .I , I 1 I Page Two CITY OF CARLSBAD March 1, 1988 I Thank you for your consideration of our firm. We would appreciate you inviting Testing Engineers-San Diego to work on your next Droject. I Very truly yours, TESTING ENGINEERS-SAN DIEGO Si gned : "=ddq - Steven P. Kobzeff, Braw nager TESTING ENGINEERS-SAN DIEGO/Oceanside Branch (A Subsidiary of United States Testing Co., Inc.) 2956 Industry Street Oceanside, California 92054 SPK /k k I 0 0 ____ - Testing Engineers-San Diego .," -Fl A DIvls,on of Unfred Srates Teesrfng Cornoany. Inc ,,;-c - 3467 KurtzSt.; P.O. 60x 80985. San D/ego. Ca. 92138 (6191 225-9641 t; 3--n f., - "" ~,; -?...! "" - - 2956 industry Street. Oceanside. California 92054 (6191 757-0248 I ."" March 1, 1988 CITY OF CARLSBAD Office of the Municipal Projects 2075 Las Palmas Drive Carlsbad, California 92009-4859 Subject: Materials Testing For Calavera Hills Czmunity Park, Phase 11, Project No. 3245 Schedule of Fees ITEM TOTAL 1. SOILS - soils technician for in place density (sand cone or nuclear method) 16 hours at *53?.!1(3 par hn!lr $ 544.00 2. BASE MATERIAL - Soils technician frr in place de2;ity (sand cgn~ c,r nuc1ca.r method) 8 hours at *$34.00 per hour 5 274.00 3. ASPHALT - Technician for in place density (nuclear method) 6 hours at *$34.00 per hour $ 204.00 4. CONCRETE - Concrete COmPreSSiOn test - 7 sets of 3 cylinders per set (21 samples total) $10.00 per sample $ 210.00 - Concrete field technician - At City of Carlsbad option - Y32.00 per hour 5. MASONRY - Mortar sample comDression test - 55 sets of 3 samples per set (165 sampler: total) SlO.Or! Der <?rn;~!e S1,650.00 I I e 0 Page Two March 1, 1988 CITY OF CARLSBAD - Grout sample compression test - 25 sets of 3 samples per set (75 samples total) 910.00 per sample 9 750.00 - Load test for masonry wall, at City of Carlsbad option Materi a1 s Engineer at $60.00 per hour minimum 4 hour ciarge. This test can not be estimated with data supplied. 6. REINFORCING STEEL - At City of Carlsbad option see attached itemized schedule 7. STEEL COUPON - At City of Carlsbad option, see attached itemized schedule 8. MISCELLANEOUS - Sample pick-up, at City cf Carlsbad option, 525.00 wr hour (minimum charge 1 hour) - Completion report, 4 hours of Staff Engineer time at $50.00 per hour B 200.00 ESTIMATED TOTAL 93,832 .OO CONTINENCY $1,168 $5,000 * NOTE: Minimum 2 hour charge per visit The above quantities are for budgetary purposes only. The actual number of tests and hours of inspection required are dependent upon the pro.ject schedule and conditions. We will invoice only for the actual work performed. Signed: >?dm Steven P. Kobzeffwanch Manager TESTING ENGINEERS-SAN DIEGO/Oceanside Branch (A Subsidiary of United States Testing Co., Inc.) 2956 Industry Street Oceanside, California 92054 0 t City of Carlsbad Proposal for Testing Services December 18, 1987 Page - 3 - 9. MASONRY BRICK - Absorption - Compression - Efflorescence - Rupture IO. MASONRY MORTAR AND GROUT - Compression - Mortar - Compression - Grout 11. ADOBE BLOCK - Absorption - Compression - Erosion - Rupture - Moisture 0 $1 5 .OO Each $17.00 Each $1 7 .OO Each $20.00 Each $10.00 Each $10.00 Each . $1 5 .OO Each $1 8 .OO Each Prices Quoted on Request $20.00 Each $15.00 Each 0 0 ‘ -I Im- Testing Engineers-San Diego ,,$e A Dfnsfon of United Slates Testing Company. Inc. - -1 3467 KurtzSt., P.O. Box 80985. San Diego. Ca. 92738(679)225-9641 t1 &-n” , m 2956 /nduSiry Sfreef, Oceanside. California 92054 (619) 757-0248 ~ -v- 7.” d ”” December 18, 1987 CITY OF CARLSBAD Office of the Purchasing Officer 1200 Elm Avenue Carlsbad, California 92008 Subject: Request for Proposal for Testing Services SCHEDULE OF FEES 1. SOILS - *In Place Density (Sand Cone Method) $27.00 Per Test - *In Place Density (Nuclear Method) and/or *Moisture Content ;n Place (Nuclear Method) 525.50 Per Test - “R” Value $120.00 Per Test - Soils Investigation Reports $50.00 Per Hour - Percolation Prices Quoted on *NOTE: MINIMUM TWO (2) TESTS PER VISIT Request 2. CONCRETE - Mix Design $70.00 Each - Mix Design Review $55.00 Each - Compressive Strength $10.00 Each - Flexural Strength $25 .OO Each - Slump Test, Concrete Cylinder Fabrication, Yield, Air Entrainment Tests $30.00 Per Hour 3 s AGGREGATES ~ - Sieve Anaylsis - Fine Aggregate $40.00 Each - Sieve Analysis - Coarse Aggregate $35 .OO Each - L A Abrasion $110.00 Each - Organic Impurities $40 .OO Each 1 e 0 * City of Carlsbad December 18, 1987 Page - 2 - Prsoana? fsr Testinq Services 4. REINFORCING STEEL - Tensile Strength #3 - #ll Bar $25.00 Each - Tensile Strength #14 and Larger $45 .OO Each - Ductility Test $20.00 Each 5. STRUCTURAL STEEL - Tensile Strength - Ductility Test - Ultrasonic Testing - Coupon Fabrication $25 .OO Each $20.00 Each $40.00 Per Hour $35 .OO Each. 6. ASPHALT CONCRETE/PAVEMENT BASE - Plant Inspection $32.00 Per Hour - Mix Design Prices Quoted on - Asphalt Extraction, including Gradation $90.00 Per Sample - C;L TRANS Aggregate Base Compliance Testin -. Sand Equivelant . $50.00 Each .c - Sieve Analysis $35.00 Each - R-value $1 20 .OO Each - Sand Equivelant $50.00 Each - Sieve Anaylsis $35 .OO Each - R-value $120.00 Each (Nuclear Method) $26.00 Per Test ** Nuclear Denseometer when results are used for acceptance. Request - Public Works Aggregate Base Compliance Testing - *In Place Density of Asphaltic Concrete * NOTE: Core samples recomnended for corelation of A/C and ++NOTE: Minimum Two (2) Tests per visit. 7. MASONRY CONSTRUCTION - Prism Compression Test $75.00 Each 8. MASONRY BLOCK - Absorption - Compression - Drying Shrinkage - Moisture $20.00 Each $27.50 Each $45.00 Each $20.00 Each