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