Loading...
HomeMy WebLinkAbout100-92 RESOLUTIONl • • • RESOLUTION NO. inn -99 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH CRAFTON, TULL AND ASSOCIATES IN THE AMOUNT OF $20,250 WITH A 10% CONTINGENCY OF $2,025, TOTALING $22,275 FOR THE DESIGN AND CONSTRUCTION MANAGEMENT FOR SEALING, WATERPROOFING, AND PERFORMING MISCELLANEOUS REHABILITIATION TO THE MUNICIPAL PARKING GARAGE. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYSRTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Crafton, Tull and Associates in the amount of $20,250, with a 10% contingency of $2,025, totaling $22,275 for the design and construction management for sealing, waterproofing, and performing miscellaneous rehabilitiation to the municipal parking garage. A copy of the contract authorized for execution hereby is attached hereto narked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7th day of July , 1992. ATTEST: By: APPROVED: • • herei INC., to as • AGREEMENT For ENGINEERING SERVICES For WATERPROOFING CONCRETE REPAIR & MISCELLANEOUS REHABILITATION WORK For MUNICIPAL PARKING GARAGE 25 East Meadow Fayetteville, Arkansas HIS AGREEMENT, made and entered into this % day of , 1992, by and between the CITY OF FAYETTEVILLE, ARKANSAS, aftef referred to as the "Owner", and CRAFTON, TULL & ASSOCIATES, Consulting Engineers of Fayetteville, Arkansas, hereinafter referred the "Engineer". WITNESSETH THAT: WHEREAS, the Owner desires to rehabilitate the Municipal Parking Garage within the City of Fayetteville; and WHEREAS, the Engineer has sufficient experienced personnel and equipment to perform the work described in this Agreement; NOW THEREFORE, in consideration of the mutual covenants and agreementa herein contained, the Owner and the Engineer, the parties hereto, stipulate and agree that the Owner does hereby employ the Engineer to perform the required engineering services as hereinafter set out; and the Engineer agrees to provide said services. Section 1. DESCRIPTION OF PROJECT the Engineer shall perform all work and provide all services required to develop detailed plans and specifications and to provide construction management for the waterproofing, concrete repair and miscellaneous rehabilitation construction for the Municipal Parking Garage. The scope of work is as follows: 1. Project scoping and planning meeting with city. 2. Preparation of project budgets, contract documents and scope of services. • 3. Perform field surveys, using the information from the assessment report surveys and investigation. 4. Prepare construction plans, contract documents, and specifications and submit to the city for review and approval. Meet with the city to review plans and specifications. 5. Prepare project cost estimates. 6. Assist the city with advertising for bids, review bids and make recommendation for award. 7. Schedule and conduct a preconstruction conference to coordinate the activities of the involved parties to the project. 8. Provide construction administration services in connection with contract paperwork and general oversight of construction and resolution of problems. 9. Provide construction observation during construction to monitor progress and quality of work and process applications for payment. Section 2. COMPENSATION The basis and compensation for this contract shall be a lump sum of $16,850.00 for the design, plan preparation, and construction administration services. In addition, resident observation as required will be at the attached hourly rates, estimated to be $3,400.00. Payments shall be made on a monthly basis as the work progresses. Section 3. GENERAL CONSIDERATIONS A. Termination of Contract for Cause If, through any cause, the Engineer shall fail to fulfill in timely and proper manner his obligations under this contract, or if the Engineer shall violate any of the covenants, agreements. or stipulations of this contract, the Owner shall thereupon have the right to terminate this contract by giving written notice to the Engineer of such termination and specifying the effective date hereof, at least five days before the effective date of such termination. In such event, all finished or unfinished documents, data, studies, and reports prepared by the Engineer under this contract shall, at the option of the Owner become its property, and the Engineer shall be entitled to receive just and equitable compensation under this contract for any satisfactory work completed on such documents. 2 Notwithstanding the above, the Engineer shall not be relieved of liability to the Owner for damages sustained by the Owner by virtue of any breach of the contract by the Engineer, and the Owner may withhold any payments to the Engineer for the purpose of setoff until such time as the exact amount of damages due the Owner from the Engineer is determined. B . Termination for Convenience of Owner The Owner may terminate this contract any time by a notice in writing from the Owner to the Engineer. If the contract is terminated by the Owner as provided herein, the Engineer will receive just and equitable compensation under this contract. C. Changes The Owner may, from time to time, request changes in the scope of the services of the Engineer to be performed hereunder. Such changes, including any increase or decrease in the amount of the Engineer's compensation, which are mutually agreed upon by and between the Owner and the Engineer, shall be incorporated in further written amendments to this contract. D . Personnel 1. The Engineer represents that he has, or will secure at his own expense, all personnel required in performing the services under this contract. Such personnel shall not be employees of, or have any contractual relationship with the Owner. 2. All the services required hereunder will be performed by the Engineer, or under his supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under state and local law to perform such services. 3. No person who is serving sentence in a penal or correctional institution shall be employed on work under this contract. E. Compliance with Local Laws The Engineer shall comply with all applicable laws, ordinances, and codes of the state and local government and shall commit no trespass on any public or private property in performing any of the work embraced by this contract. F. Assignability The Engineer shall not assign any interest in this contract, and shall not transfer any interest in the same (whether by assignment or - 3 • novation) without the prior written approval of the Owner; provided, however, that claims for money due or to become due the Engineer from the Owner under this contract may be assigned to a bank, trust company, or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be furnished promptly to the Owner. G. Access to Records The Owner, the U. S. Department of Housing and Urban Development, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers and records of the Engineer doing work under this contract which are directly pertinent to a specific grant program for the purpose of making audit, examination, excerpts, and transcriptions. H. Estimates Since Engineer has no control over the cost of labor, materials or equipment or over the methods of determining prices, or over competitive bidding or market conditions, the estimates of costs provided are to be made on the basis of Engineer's experience and qualifications and present his best judgment, being familiar with the industry, but engineer cannot and does not guarantee that established costs will not vary from estimates prepared. I. Insurance Engineer shall secure and maintain such insurance as will protect him from claims under the Workmen's compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this contract. J. Successors and Assigns Each party of this contract binds himself and his partners, successors, executors, administrators and assigns to the other party of this contract in respect to all covenants of this contract. Neither party shall assign, sublet or transfer his interest in this contract without the written consent of the other. Section 4. EQUAL OPPORTUNITY PROVISIONS During the performance of this contract, the Engineer agrees as follows: A. The Engineer will not discriminate against any employee or applicant far employment because of race, color, religion, sex, or national origin. The Engineer will take affirmative action to ensure that applicant are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Engineer agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. B . The Engineer will, in all solicitations or advertisements for employees placed by or on behalf of the Engineer, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. Section 5. CONFLICT OF INTEREST A. Interest of Owner No officer, employee, or agent of the Owner who exercises any functions or responsibilities in the review or approval or in connection with the carrying out of the project to which this contract pertains shall have any personal interest, direct or indirect, in this contract. B . Interest of Certain Federal Officials No member of, or delegate to, the Congress of the United States, and no Resident Commissioner, shall be admitted to any share or part of this contract, or to any benefit to arise herefrom. C. Interest of Engineer The Engineer covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the above described project area, or any parcels therein, or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The Engineer further covenants that in the performance of this contract, no person having any such interest shall be employed. Section 6. PROJECT SCHEDULE This project will be completed within 60 calendar days, beginning with written notice to proceed. - 5 • Section 7. OTHER PROVISIONS In connection with this project, the Owner shall: A. Give thorough consideration to all documents presented by the Engineer and inform the Engineer of all decisions within a reasonable time so as not to delay the work of the Engineer. B . Make provisions for the employees of the Engineer to enter public and private lands as required for the Engineer to perform necessary preliminary surveys and investigations. C. Obtain the necessary lands, easements and rights-of-way for the construction of the work. D . Furnish the Engineer such plans and records of construction and operation of existing facilities, or copies of same, bearing on the proposed work as may be in the possession of the Owner. Such documents or data will be returned to the Owner upon completion of the work or upon the request of the Owner. E . Pay the cost of making necessary soundings, borings, analyses of materials and laboratory work exclusive of the Engineer's supervision thereof. F. Pay al: plan review costs and all cost of advertising in connection with the project. All plans and specifications prepared by the Engineer under this contract shall become the property of the City and may be used by the City for construction purposes upon payment of the consideration due the Engineer hereunder for preparation of said plans and specifications. This agreement shall be binding upon the parties hereto, their partners, heirs, successors, administrators and assigns; and neither party shall assign, sublet or transfer his interest in this agreement without the prior written consent of the other party hereto. ft • IN WITNESS WHEREOF, the Owner has caused these present to be executed in its behalf by its duly authorized representatives, and the said Engineer by its duly authorized representatives, and the parties hereto have set their hands and seal on the date heretofore set out. Attest: rl It TY LERAK Attest: CITY OF FAYETTEVILLE, ARKANSAS FRED ORSANGER, MAYOR CRAFTON, IULL & ASSOCIATES, INC. BO; R. C'1 ON. PRESIDE C;'Ite/4111:-ViR7--X LEM, SECRETARY/TREASURER • • 111100! 11'!1111 A11 SCOP! OF SIITICSS CO15111 101 O00011RI P1IPA11TI01 IA11tPl00►I16 110 Ie1A11LITATIOI I11ICIPAL PIIIII6 611161 CRI 0► I1Ytnivit i DIICIIPTI01 1. PlOJEC? !COPTIC 110 PL111I16 !ATTIC VITT 111 CI'S. 2. P119111TI01 01 PIOJICT ID161TS, COIRACT DOCII11TS, 110 SCOPE OF Sa1ICIs. 3. Pter011 AILD Events, 0IIe6 111 IIrOtIIT101 P101 Tie ISSlSSUh? 11101? S0I6II1 110 111111161'101. 6. Plaut CO11111Ct101 P1111, COI11ACT IOCDIIITS, 110 SPIC111CR1011 AID 11111! TO '11 CIT! 101 1111111 110 IPPIOTAL. 1117 11111 TI! CIT! TO 117111 P1111 AID SPICIPICITIOIS. 5. P119111 P1OJICt COST ISTIIlf1S. 6. 11111' Ill CI?T 11t1 AI11ITIII16 P01 BIOS, 111111 1101 110 1111 !ICON! IIDATIO1 101 1111D. T. ICIe10L1 110 COIDDC? 1 PRICOISTIIIC?I01 C01PIUIICe TO 00011IIAt1 111 /C1I1I?IIS OP T11 11/06610 PARAS TO 111 PROJECT. 1. PIO►IDI COISTIOCTI01 AOIIIISTIITIR SIIIICII I1 COIIICTIO1 IIT! C01MMICT 911111011 AID 6I1I1AL OTLISICIT 01 COISnOCT101 API 111060T101 01 91011011. 1. ROTIDI COISnuCTIoi 01111111101 BURIN COIS?IOCt101 TO 101IT01 Pe0CVISS 11D 00111I?I 01 1011 11D PIOCISS APPLICMTI011 101 PATRIOT. Jail 12, 1132 1/11001 11111171 11611111 PI0J10 SDP1IPISII6 CLIIICAL ?ICl11CIA1 1/611111 11611!51 // // // // / 1 1 1 1 li 1 21 160 11 1 1 1 1 1 12 32 1 4 32 1 Ito be melded ea am hourly bugs) r /1 // /1 35 116 111 21 • • • 1111001 UTINIR 111 SCOPE 01 SIRIICU COISRICTIOI IOCUUTS P11P1111101 11111PI001I16 01 1E1111LI11TI01 NVIICIPAL P111110 611161 CIT! OF PIRTTIPILLI 3011 ll, 1112 lilt Sunny u« CLUICIL 11111111116 TICUICIII PROJECT I16IUU SuPERTis[16 Uc11111 TOTAL DIIICT 11101 COST 01110 01111/1/ 1 I1.321 ! OIUCT 0111110 1 121.121 TOTAL L1101 11PIISE PIIITII6 III R1PIOOIC7I01 C0D CIIRGES (111 10115 1 $111 PROFIT P10JICT DUIGI UG111E1110 TOTAL ESTIUTU COIIROCTIOI OUERTU101 CIUGES: 11 III. 1T 11 111. IT 11.51 /1001 : 111.11 /1008 111.11 /100 : 125.41 11001 1110 SI,112 $2,451 1533 :ass:::: $5,514 11,137 11,114 113,545 1350 11,01 $1,355 :::::::: 135.11 HOUR : 12,101 165.11 /100 2 11,311 13,411 • CRAFTON. TULL EFFECTIVE & ASSOCIATES. INC. PEE SCHEDULE MARCH 29. 1992 ARCHITECT/ENGINEER VIII ARCHITECT/ENGINEER VII ARCHITECT/ENGINEER VI ARCHITECT/ENGINEER V ARCHITECT/ENGINEER IV ARCHITECT/ENGINEER III ARCHITECT/ENGINEER II ARCHITECT/ENGINEER I PROFESSIONAL VIII PROFESSIONAL VII- ---r PROFESSIONAL VI PROFESSIONAL V PROFESSIONAL IV PROFESSIONAL III ADMINISTRATIVE ASSISTANT II ADMINISTRATIVE ASSISTANT I INSPECTOR III INSPECTOR II INSPECTOR I PARTY CHIEF INSTRUMENT MAN ROD MAN CADD OR PERSONAL COMPUTER WITH PERSONAL COMPUTER PLOTTER $65/HR $60/HR $55/HR $50/HR $45/HR $40/HR $35/HR $30/HR $45/HR $40/HR $35/HR $30/HR $25/HR $20/HR $20/HR $15/HR $35/HR $30/HR $25/HR $32/HR $22/HR $16/HR $20/HR $10/HR .40 • (if .A.11 ci �! , 2- '.. , 1. T „ 11 -/ e • V'or "tit"' Modification of Engineering Services Contract page 1 of 1 Project no. 92016-0010 Contract No. 380 Amendment/Modification No. Contractor: Crafton-Tull and Associates P.O. Box 549 2800 North 2nd Street Rogers, Arkansas 72757-0549 Accounting and Appropriation data: Account no. 2130-9130-5411-00 Increase in Contract Amount: Lump sum amount of $4,412.34 Previous contract amount: estimated amount $20,250.00 (design - lump sum $16,850.00, construction observation based on actual hours required - estimated at $3,400.00) Revised Contract Amount: $24,662.34 (estimated amount) Description of Modification/Scone of Work Add to the existing Engineering Services contract all work necessary to review/revise the parking deck project, plans and specifications and re -bid the project in early February 1993. This scope is further defined on attachment "A" of this amendment, the estimate of services from Crafton-Tull. Except as specifically provided above, all terms and conditions of the contract dated 7 July 1992 shall remain in full force and effect. Name and title of signers: date signed 7'7T -9 !4r. Bob Crafton, P.E. r Dan Brown, P.E. Crafton-Tull and Associates tit/ 4440444 Fred Hanna, Mayor City of Fayetteville Enc: Attachment "A" date signed //<T43 .:..y Ilff Fayettt•).t! 1e MLJn .j 1. .s tidi P.rr1. 1rr, Gar 'sae Proposed Col ti •lrt Aodandurl Serard Cl.i1 l:':IrI, 11011!11ONfll_ URViCES • •'l E. rRGl1IJll) BEYOND 3RIC:IN'IL I'3NItlltr7 Iter Err1g. U-ri ,ul1 . No. u.r;.cr'_at s•, ;;)fir , ter.h. En„ . ,1:,1• fir• I•I•a I•aa*sa ••aa 1•Y.• 1.0 9pee f]cat1VI117(1V.:.:a1lb, Incbid inrt 8 • 131 C de! nt- and y.- ler al 1'1:1.. 11'IJ. ()pan .L $)( CL on some roller -fa :O 1 tent, :.1...:;. •:r.nt Anti. aIJ I.fi'- Codt11t. .it ReV let.. inc • ..•3e p n. ect COSI 1404 r .n 1 .J1•uI : n]s :. _1)tIW .e've. ih:l CLLr Wil' LLdntl 1:e is ac.:'d .1 ] .hirij sic hire 1:'vel3- 2 1 a0 i -.l. _..! .fie r.:1-7 41 ft. advert t lrlllllj •(tl' ••. Jr I])•1 .. .'?VI et, 1:....1•• ant, flak( .. LJFMe nrlrl.T• Lor •uia--:l- I tI 1: VI) N0lf ' ' ..,.;1 1 0)1 NEL F Cr.7, EY TIP 13JR6:1 ONSU'_ :: Nf. . '11:.71.1;1: 'r )l:: a. it Lier •;I.r SJmrl..ry .. f • C.1 u.' 1.: 11 ••j ec.1 - 1f:•nee• i utlervi`nzl. ... r1; D1 rte t P Ov'l••r•evr ss �y ". ,'Z>: rn : • V•J1:1 -e! 'f e.,.l I. .117` 1F 11' n 1y 3114 Pe.7r C CL•. t L •.t;t1coat rnaa rr Serv't: '1111 'k .': ( ¶.v 1y,L:•b b• i. 11 J' - ,)tri Proo.). _ Arlie 1t;:Jr. r • ICT ;13e .,f :an `u.'nr. _,r pr 11 el 1 ,rsoet.t •.n sal vi r:r: I: el • 'Q.(n-^ ill I '•r -t .r .I tt•I :Ipp::r ! :to LI 'o1' )J•;,•, •::1='rt.: . .7 •3 iet.1 :Ll •.• ..: S,e t.. ."'y ler floor. v 9:' :l rlrl nit •mc 1 1 • .. l•.. I, 11 .11: n-.. 1l. 4 Kevie..l Kediasset REQUEST For the Fayetteville City Council meeting of N/A FROM: 7rn BtadevS Name COUNCIL ACTION REQUIRED: En ineerina) Division RA1& WarICS Department r5Set AI93 L L gMoaok Mayor at at atiachedA L`&a4}}oq• Toll %x +he parkin, COST TO CITY: *41412.3q Cost of this Request 2/3o -goo-44 /1 Account Number (Maio- echo Project Number e 401 315. aineeteirnea- oar caniradat (10- IAD deeKre.L5 Pcg!°t- tiO Categor4/Project Budget $ 22/19(o14 o Funds Used To Date s 304,599.00 Remaining Balance Category/Project Name Program Name Ofp grate PAJAMA Z/SO-1/30-5'fltaa Fund BODGMT I!: / .1 Budget C rdinator Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/LEASE REVIEW: - he Accoytntiqg 4Ianager f � Date / -CCS City Attorr sjr' S Date /7. `7 Xu A rring Officer In I f • J ate ,/ Al 1 Auditor ate GRANT APPLICATION REVIEW: Internal Auditor Date BT RECOMMENDATION: csU VN Administr tivs Ser Afriki Mayor ass Director Date fate in Date Date L D to i 4 1NE CITY OF •AYETTEVIELE ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor • Thru: Kevin Crosson, Public Wor j' roc Don Bunn, City Engineer s"�— riiii From: Jim Beavers, Engineering / Date: 15 January 1993 Re: Proposed amendment to the engineering services contract with Crafton-Tull for the parking deck rehabilitation. 1. Background: The proposed project for maintenance and rehabilitation of the parking deck was an approved 1992 project, budgeted from the off- street parking fund. The proposed project will include surface rehabilitation, sealing, waterproofing, stair replacement, concrete repairs and miscellaneous rehabilitation to the Municipal Parking Garage. An Engineering services contract was negotiated and subsequently approved by the Board at the 17 March 92 meeting with Crafton- Tull Engineering for the investigation and analysis phase only for the parking facility. The design phase could not be negotiated until the analysis was complete and the scope of the project determined. The scope of the analysis/report included the investigation of the parking surfaces, miscellaneous rehabilitation and a "check-up" of the existing structure. The analysis/report, received 1 June 92 from Crafton-Tull details various items in need of rehabilitation and no major structural problems. This report (enclosure one) noted that the overall structural condition of the parking facility is good, however, there are major water infiltration and leakage problems which effect both the life and serviceability of the structure. The required repairs include: concrete surface repair, crack sealing, deck coating/sealing, exterior wall finish, stair rehabilitation (existing stair pans are very rusted), electrical upgrade to meet code, soil and light pedestal settlement, replace entrance and exit ramps at south wall, and west alley entrance/exit problems. (It :oust be noted that the parking deck is approximately 12 years old with little maintenance performed in the past.) An engineering services contract for the design, bidding and construction management phases of the project was negotiated and subsequently approved (7 July 92) with Crafton-Tull & Associates. The design was completed and the project advertised on September 20 and 27th. Bids were opened on October 12 and presented at the October 14, 1992 Board Agenda session. 2. First project bidding and subsequent postponement. Bid opening. Bids were opened at 2:00 on 12 October 1992 with the following results: Marinoni Midland Oakridge Engineers Construction Development Builders Estimate Base Bid $522,000.00 $477,000.00 $475,800.00 $312,600 In addition to the low bid of $475,800.00 as submitted by Oakridge Builders, a 10% contingency of $47,580.00 was requested. (A contingency will be needed for potential rehabilitation items that cannot be discovered prior to bidding. Items such as additional crack and joint repairs and additional concrete repairs discovered after excavation.) The total estimated construction costs in October 1992 were thus $523,380.00. Due to the difference between the bids and the engineer's estimate, Mr. Jim Burke, P.E. (the design engineer from Crafton- Tull) met with representatives of the low bidder and material suppliers. The estimates were examined to determine the difference between the engineer's estimate and the bid price, and to determine if there were any unnecessary elements in the specifications. Subsequently, the engineer prepared a formal recommendation not to award the construction contract. The engineer's recommendation to not award the contract was based upon the large price difference between the bid and the estimate for the concrete leveling course. The engineer stated that the winter weather and concerns over the quantity of leveling concrete had resulted in higher prices. Thus the engineer recommended that the City cancel the October bids and re -bid the project for the Spring of 1993. (Please refer to letter dated 14 October 93, enclosure two). 3. Existing Contract. Contract no. 380, dated 7 July 1992: Original contract amounts: Design - lump sum $16,850.00 Construction observation based on actual hours required - estimated at $3,400.00) Total estimated amount - $20,250.00. 2 4. Proposed amendment. The proposed amendment to Crafton-Tull's engineering contract will add to the existing Engineering Services contract all work necessary to review/revise the parking deck project, plans and specifications and then re -bid the project in February 1993. The proposed increase in price is $4,412.34. The revised Contract Amount is $24,662.34 (estimated total). 5. Schedule. We plan to advertise the revised plans in February and begin construction in late March or April. 6. Budget. The 1993 budget for off-street parking includes $380,000.00 for the parking deck rehabilitation (in addition to $29,375.00 committed in 1992). Refer to page 72 of the budget, account no. 2130-9130-5411.00. 7. Action Requested. Mayor's execution of the proposed contract amendment. Four original amendments have been signed by Mr. Bob Crafton and are enclosed for the Mayor's signature. The City clerk should retain one and return the other three to Engineering. Enc: 1. Copy of the Enginering report dated 29 May 92 (please return to Engineering). 2. Copy of letter from Crafton-Tull dated 14 Oct 92. 3. Four originals of proposed amendment no. 1 for signature. 3 • • Principals Danny L. Bruen P.E Bob H Crofton. P.E. Thoma E. Hopper, P.E. R.E. Reece. PE Davd Swearingen. A.I.A. Lemuel H. TIII, P.E. October 14, 1992 Crofton, hill & Associates, Inc. Architects & Engineers Mr. Don Bunn, City Engineer City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 RE: Bid No 92-47 Waterproofing, Repair and Renovation of the Municipal Parking Garage 25 East Meadow Fayetteville, Arkansas Dear Mr. Bunn: Amebae. EvarMt L Bak P.E James L. Burls, P.E. D.E. Chipman. P.E. James W. Woolson, A.I.A. Robert A. Morgan, P.E. Rick 0. Ross. R.LS. Gary Wain Ryes. A.I.A. James P. Sweanngsn, A.I.A. I met with Mr. Bob Greer, Oakridge Builders, on October 13, 1992 to discuss the differences between our Engineer's Estimate and the bid price submitted by Oakridge. Due to the different methods of cost Engineer's Estimate and the Oakridge could not be made. However, the cost items were obtainable: calculations between the Bid, an item -per -item comparison comparisons for the following A. Waterproofing, Crack and Joint Repair, and Deck Coating: Engineer's Estimate = $ 114,250 Oakridge Bid = $ 117,800 3.1% over Estimate B. Repair and Reconstruction of the South Stair: Engineer's Estimate = $ 11,705 Oakridge Bid = $ 10,000 14.6% under Estimate C. Leveling Course: Engineer's Estimate = $ 53,575 Oakridge Bid = $ 210,000 292% over Estimate Due to the substantial difference in the Leveling Course costs, I made several additional inquires concerning this item. Some of the factors affecting this quote were: a) Material costs for this item were quoted in the $37,000 range. This suggests that preparation and labor costs would be $173,000. PO Rnx '605 / inn N rnllwo 1 rr.rottm.i•Ia Arkoncnc 797no 10n0. • G.., t rn....... tcn41 Ae•1 cneC • • • • • • • Bid 92-47 Page 2 b) Some subcontractors noted the number of working days, 75, shown in the Contract Specifications, as an additional cost. c) The time of year in which this work would have to be performed affected some quotes. d) The subcontractors bidding this item did not use the information provided on the Construction Drawings to calculate the actual volume of material required. An approximate square footage of covered area was estimated from the drawings and an estimated thickness was applied over this entire area. From this cost comparison and these inquiries, Engineer's Estimate for this item was somewhat believe that the item's bid price reflects the performed. Please note that if the Engineer's Estimate for from the Oakridge Total have been 2.2% over the I believe that the law; however, I do not intent of work to be difference between Oakridge Bid cost and the the Leveling Course ($156,425) is subtracted Bid Price ($475,800), the Bid Price would Engineer's Estimate S ince this one item has caused the increase in the project costs, little cost saving benefit is achieved by deleting any of the other items from the job. Also, any deletion would be difficult to recommend since the items are so interrelated to one another. For reference, please note that the cost of a new parking structure o f equal size to this garage would cost approximately $2,200,000. Therefore, it is our recommendation that this bid not be awarded at this time. The project should be planned to be re -bid this following spring (1993). By re -bidding the project in the spring, the temperature and weather concerns should not be a factor for this Leveling Course item. Also, the quantity of the leveling material can be shown on the drawings, hopefully to better explain the intent of this work item. Due to the nature of the problems this project is correcting, I would not recommend extending the rehabilitation work beyond this next spring. The severity of the problems, as well as the associated costs of repair, are likely to begin to magnify geometrically over time if the project is delayed beyond this time. I would recommend that the following remedial repairs be performed before the winter weather begins: 1) Drill two or three 1/4 south stair. This will treads. 2) Cover the deteriorated inch diameter holes in each tread at the decrease the buildup of ice on these surface area on the southeast ramp with