Loading...
HomeMy WebLinkAboutItem 09 - Fire Station No. 5 Foundation RepairsITEM 0 MEMO TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL n FROM: ROGER NELSON, CITY MANAGER�Z.. MEETING DATE: FEBRUARY 5, 2002 SUBJECT: FIRE STATION NO. 5 FOUNDATION REPAIRS - RESOLUTION & AWARD OF CONTRACT RECOMMENDATION: City Council consider adopting a resolution declaring an emergency and awarding a design and construction services contract to Hayward Baker, Inc. in the amount of $79,506.00 to repair the foundation of Fire Station No. 5, authorize staff to execute said contract, and take any necessary action. FUNDING SOURCE: Construction Mobilization $ 2,500.00 3.1% Cutoff Wall 55,151.00 69.4% Concrete Sidewalk 8,730.00 11.0% Site Regrading 7,875.00 9.9% Sod Replacement 2,250.00 2.8% Irrigation Repair 3,000.00 3.8% TOTAL $79,506.00 100.0% Funding 1999 GO Bond Interest $39,292.00 Acct. No. 177-48840-010-210 Developer Deposit Interest 40,214.00 Acct. No. 178-78400 TOTAL $79,506.00 January 28, 2002 (1:52PM) BACKGROUND: The original contractor for Fire Station No. 5, AMEX Construction, Inc. failed to complete the construction of the project and filed for bankruptcy. The Surety Company, AMWEST Surety Insurance Company, has been declared insolvent by the Bankruptcy Court in Nebraska. On December 19, 2000, City Council approved termination of the construction contract with AMEX Construction. Subsequently, the City Council approved several contracts with Vandel and Overstreet, Inc. to complete the construction of Fire Station No. 5. In mid 2001, staff began to notice that elevation changes were occurring within the Fire Station. To determine the cause of the foundation movement, staff hired an independent Structural Engineer, Frank Neal, P.E. and an independent Geo -technical Engineer, Charles M. Jackson, P.E. to review the problem. Mr. Jackson reviewed the initial soils report, soils test results from the construction period and dug additional test holes to ascertain the soil composition at different locations around the building. Over a period of several months, Mr. Neal took measurements of the building to determine the movement of the structure. Based upon their investigation, Mr. Neal and Mr. Jackson feel that the movement of the structure is caused by water saturating the clays located beneath the foundation. The water causes the clays to swell resulting in an upward pressure that is creating the movement. Mr. Neal and Mr. Jackson recommend specialized remedial measures to solve the problems. These measures include the construction of a concrete cutoff wall on the west, north and east sides of the foundation below grade to prevent additional water from reaching the clay soils beneath the foundation. The Engineers also recommend that site improvements be implemented to direct water away from the foundation of the building. These site improvements include the construction of concrete barriers along the east and west sides of the building that will be tied into the walkway at the rear of the building. In addition, a drainage swale will be constructed at the base of the existing retaining wall located at the rear of the building. This drainage swale will collect the water from the adjacent property to the north and route the flow away from the foundation of the building. Re -grading of portions of the site will be necessary to direct surface water away from the building. This re -grading will include adjustment and repair of existing irrigation lines impacted by the work as well as re -sodding of the disturbed areas. January 28, 2002 (1:52PM) Hayward Baker, Inc. has an outstanding record of addressing and correcting similar types of problems. Both Mr. Neal and Mr. Jackson highly recommend Hayward -Baker, Inc. for this type of specialized remedial foundation and site work. Staff recommends approval. V WMAINO R:\AGENDA\02-05-02\Fire Station No. 5 Foundation RI January 28, 2002 (1:52PM) Hayward Baker Inc. 2510 Decatur Avenue Fort Worth,Texas 76106 Tel: 817-625-4241 Fax: 817-626-2749 January 21, 2002 City of Grapevine Public Works/Internal Services 501 Shady Brook Drive Grapevine, Texas 76051 Attention: Mr. Robert H. Price Reference: Cut -Off Wall and Site Improvements Fire Station Number 5 Grapevine, Texas HBI File No. F013001 Gentlemen: HAYWARD BAKER A Keller Company Hayward Baker Inc. (HBI) is pleased to present this proposal for a cut-off wall and site improvements on the above referenced project. This Quotation is based on the following: a. A site visit conducted by Ed Radford of Hayward Baker, Inc. on December 4, 2001. b. Geotechnical information as provided by CMJ Engineering Inc. dated August 15, 2001 and August 28, 2001. C. Additional information as given to HBI. This letter and its attachments constitute HBI's proposal and will be made part of any contract between the City of Grapevine and HBI. The acceptance of the price of this proposal shall evidence the concurrent acceptance of all terms and conditions recited herein or incorporated by reference. INTRODUCTION HBI understands that the fire station was constructed on an engineered fill that overlies a zone of expansive clay. The engineered fill is somewhat porous in nature and is allowing a source of water to migrate to the expansive soils thus resulting in upward vertical movement of the foundation. The source of the water is not known at this time but is believed to be from outside the confines of the building foundation. HBI has investigated the cost of providing a G: RER013001r Calkforn+a • Florida • Georo • Illinois • lov,a • Maryland • N^.. sa 4 LLER Ne<vYork • Texas • Wash _ . British Cc umbia • Mex .o C _y www.haywardbaker.com water cut-off with a cast -in-place water barrier as well as a grout curtain to eliminate the migration of water below the foundation. Because the depth of the cut-off will only need to extend approximately six (61 feet below grade, it will more cost effective to construct a water cut-off than to provide a grout curtain. The cut-off wall will extend around the west, north, and east sides of the structure. The cut- off wall will be excavated to the bottom of the sandy fill or material or 6' minimum depth and backfilled with a concrete mix. The cut-off wall will also be wrapped in a 10 mil polyethylene to provide additional moisture protection. In addition to the cut-off wall, HBI will install concrete barriers at the surface for the east and west sides of the building. These surface barriers will extend six (6') feet away from the foundation and tie in with the concrete sidewalk at the back of the building. A drainage swale will also be constructed at the back of the building at the bottom of the retaining wall. The drainage swale will allow water from the adjacent property to be collected and routed away from the foundation of the fire station. The drainage swale will also collect any moisture generated by the weep holes in the retaining wall. In addition to the concrete moisture barriers, some re -grading will be performed to allow surface water to flow away from the structure. Initially it appeared that pump stations would need constructed to allow for collection and removal of the surface water however, a recent survey by HBI reveals that there is adequate fall to the curb line. Re -grade of the site will allow for a sheet drain from the foundation to the street with a minimum of 2% fall. The construction activities will require replacement of a portion of the irrigation lines and additional sod. At this time the actual cost of the irrigation repair is unknown because the extent of the repairs will not be determined until the construction efforts are complete. HBI will request an allowance for the irrigation repairs. TECHNICAL CONSIDERATIONS A cast -in-place cut-off wall will provide the best source of protection against water migration, in our opinion. The concrete, in combination with the polyethylene will provide a barrier that extends through the sandy soils and keys in to the clays below. The moisture will not easily move through the clays and additional movement of the structure will be nominal. The repair will also deter any surface water from collecting around the structure and possibly getting behind the cut-off wall. It will be extremely important to maintain the joints of the sidewalks surrounding the structure. If the joints are not maintained then moisture could migrate below the structure and activate the expansive soils below resulting in additional heave and potential structural damage. The repair recommended relies on the educated assumption that the source of the water is from outside the confines of the structure footprint. If it is determined at any time that the source is within the building footprint then additional repairs will be required. QUALITY ASSURANCE AND QUALITY CONTROL PROGRAM HBI will employ a full-time, qualified superintendent throughout the course of the project. A daily site report will also be produced describing each day's activities at the site. These forms will be made available to the client on a daily basis. HBI will also continuously monitor elevations of the treatment areas to monitor for any undesired movement. HBI will forward all HAYWARD BAKER A Keller Company data relevant to elevation monitoing. Monitoring will include laser levels, water levels and/or other survey instruments. The client is free to employ a third party for observation and testing if so inclined but will bear all associated costs. ACCEPTANCE CRITERIA Acceptance of the project will be based on a successful completion of the work and final approval of the site bye HBI and the City of Grapevine. CONSTRUCTION SEQUENCE 1. A notice to proceed and written acceptance of this proposal has been issued to HBI. 2. HBI will work with the client to locate and clearly mark all utilities that may be affected by the work. 3. Crews, equipment and materials will be mobilized to the project site. 4. HBI will coordinate with supervisory resource to ensure complete operation of facility at all times. 5. Excavation and construction of the cast -in-place cut-off wall. The wall will be constructed in three phases to minimize the amount of unsupported structure. Each subsequent phase will not begin until the concrete from the previous phase has cured for a minimum of 24 hours. 6. Grading and placement of sidewalks and drainage swale. 7. Re -grade of site drainage and final grading. 8. Replacement and repair of irrigation system. 9. Replacement of sod. 10. Clean-up and demobilization of crews and equipment. FIELD LAYOUT The limits of the work area shall be reviewed with HBi's superintendent. HBI will coordinate all layout for the construction activities. ACCESS Complete access to the work area should be provided to HBI for work during normal Business hours. It is our intent to work between the hours of 7:00 am to 5:00 pm, Monday thru Saturday. This schedule is subject to change if specific needs of the client are requested. HAYWARD BAKER A Keller Company We have attached our schedule of prices and list of conditions herein. This letter and its attachments constitute HBI's proposal and will be made a part of any contract between the City of Grapevine and HBI. The acceptance of the price of this Proposal shall evidence the concurrent acceptance of all terms and conditions recited herein or incorporated by reference. We trust this proposal is of interest to you and we look forward to being of service. If we can be of any assistance in clarifying any points in this proposal, please contact us at (817) 625- 4241. Sincerely, Hayward Baker Inc. Ed Radford Project Manager Enclosures HAYWARD BAKER A Keller Company 0 SCHEDULE OF PRICES Hayward Baker, Inc. (HBI) proposes to perform the work described in the accompanying letter for the following unit prices subject to the following terms and conditions. ITEM ESTIMATED UNIT TOTAL NO. DESCRIPTION QUANTITY UNIT PRICE PRICE 01 Mobilization 1 EA $ 2,500.00 $ 2,500.00 02 Cut-off Wall • 262 LF $ 210.50 $ 55,151 .00 (Labor, Equipment and Materials) 03 Concrete Sidewalk and 970 SF $ 9.00 $ 8,730.00 Drainage Swale (Labor, Equipment and Materials) 04 Site Re -grade 4,500 SF $ 1.75 $ 7,875.00 (Labor, Equipment and Materials) 05 Sod Replacement 4,500 SF $ 0.50 $ 2,250.00 (Labor and Materials) 06 Irrigation Repair 1 LS $ 3,000.00 $ 3,000.00 BAKER A Keller Company Totals: $ 79,506.00 SPECIFIC TERMS AND CONDITIONS The following facilities and services are to be provided to HBI by others free of all costs to HBI Sequence: Work is to be made available in a sequence that will enable HBI to work efficiently and systematically without restriction. Progression of the Work: HBI's proposal is based upon carrying out the work in an unobstructed manner during regular working hours, Monday through Friday, in a single uninterrupted visit to the site. HBI reserves the right to work overtime or weekends at HBI's own discretion without incurring charges for inspection, site overhead or other consequential charges. In the event that HBI's work is interrupted for any reason beyond our control HBI shall be compensated at the rate of $4,000.00 per shift, or $500.00 per hour for standby of the crew and equipment. At the present time, HBI anticipates commencing work on-site within3 weeks after receipt of a written order to commence work. It is anticipated that the work will require 2 to 3 weeks to complete. Engineerinq: All plans, specifications and designs, necessary for the work. Permits and Easements: All site permits and easements required to legally perform the work. Water Supply: Adequate supply of clean fresh potable water supplied to within 200 feet of HBI's operations at the rate of 50 gpm at 25 psi. Site Yard: An area shall be provided on-site, adjacent to the work, for HBI's equipment, storage yard, workshop, and site office(s). Labor Affiliations: This proposal is made with the understanding that HBI will employ open shop labor. In the event that union labor must be used the client will pay for any cost differential. Hazardous Material: In the event that HBI encounters any hazardous material on the site, which has not been rendered harmless, HBI shall immediately stop work in the area affected and report the condition in writing to the Owner and Engineer. To the fullest extent permitted by law, the Owner and Contractor shall indemnify and hold harmless HBI, their agents, consultants, and employees from and against all claims, damages, losses and expenses, including but not limited to attorney fees arising out of or resulting from performance of the work in the affected area. The following additional terms and conditions will apply to the proposed work: Liquidated Damages: HBI requires that no liquidated damages or other time -related penalties be applied to the work. Bonds: The cost of a bond premium is not included in the contract price. HBI will furnish a Payment and Performance Bond at 0% of 1 % of the final contract amount if desired. Payment for any bonds furnished by HBI will be invoiced separately at the time such bonds are furnished. Confidentiality: All specifications, drawings and technical data submitted by HBI are to be treated as confidential and shall.not be used for any purpose other than the evaluation of this bid, nor shall such information be disclosed to any third party for any purposes without the express written consent of HBI. Such information shall remain HBI's property and be returned to HBI upo i demand. ED` A Alk KER A Keller Company Period of Acceptance: This Proposal is offered for acceptance for a period of 30 days. Exclusions: Any items of work not specifically included in this proposal shall not be the responsibility of HBI. GENERAL TERMS AND CONDITIONS Payment Terms: Progress payments will be submitted monthly and shall be payable within 30 days of the invoice date. All other amounts due, including retention (if any), will be paid in full within 45 days of substantial completion of HBI's work, regardless of the anticipated project completion date. An interest charge of 1-p% percent per month will be added to invoice amounts not paid within 30 days from date of invoice. All costs of collection, including attorney's fees and court costs, will be added to unpaid invoice amount. Changed Conditions: If the ground, structure, or site conditions differ from those that we ought reasonably to have foreseen having regard to the information supplied to us and referred to on this proposal, we reserve the right to obtain an equitable price adjustment to compensate us for extra work as a result of the changed condition. Insurance: HBI will provide the following insurances within limits as shown. Comprehensive General' Liability: $1,000,000.00 (Combined Single Limit, Bodily Injury and Property Damage) Automobile Liability: $1,000,000.00 (Combined Single Limit, Bodily Injury and Property Damage) Workman's Compensation: Statutory Force Majeure: HBI cannot accept any liability for default or delay in the completion of the work when caused by strike, riot, war, or Act of God or other similar circumstances beyond HBI control. Limitation of Liability: We will perform the work in a professional manner in cooperation with soils engineer. However, we cannot accept liability on any further damage to the structure, landscaping, utilities, french drains, septic systems, wells, etc. and!or any consequential damages that may result from the normal performance of the work. All utilities and other services left in place shall be located, exposed, and shown to our on site representative prior to commencement of work. Liability: No liability can be accepted by HBI, nor shall HBI accept as in any way responsibility for defects of any kind whatsoever arising from a cause which is outside HBI's immediate control or knowledge, or for any fault in the junction between HBI =s work and subsequent work carried out by others. Indemnity: Subject to the terms of the Liability Clause above, and to the correct soil conditions having been provided to us prior to our work, HBI shall indemnify and hold harmless the Owner and their employees from and against all claims, damages, losses, and expenses, including attorneys: fees, but only to the extent arising out of negligent performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to the injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act of HBI, its WAYWARD BAKER A Keller Company Subcontractor, anyone directly or indirectly employed by anyone of them or anyone for whose acts any of them may be liable. The limit of our Liability shall be $1,000,000.00. Standard Construction Contracts: As an alternate to accepting H13I9s proposal as the contract document, HBI considers the "Standard Form Construction Contract" as prepared jointly by AGC, ASA and the ASC, 1994 Edition to be balanced and fair to all parties. Such contract, with no changes to the standard text thereof, along with this proposal and the specific documents herein, could form the contract for the work herein proposed. Any other contract form will require our review. 0 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GRAPEVINE, TEXAS DECLARING AN EMERGENCY, APPROVING AND AFFIRMING A CONTRACT WIITH HAYWARD BAKER, INC. IN THE AMOUNT OF SEVENTY NINE THOUSAND, FIVE HUNDRED AND SIX DOLLARS ($79,506.00) FOR THE CONSTRUCTION OF A CUTOFF WALL AND SITE IMPROVEMENTS TO FIRE STATION NO. 5 LOCATED AT 2801 GRAPEVINE MILLS BOULEVARD, FINDING AND CONCLUDING THAT TAKING OF COMPETITVE BIDS WAS UNNECESSARY BECAUSE THE EXPENDITURE IS FOR A PROCUREMENT NECESSARY TO PRESERVE AND PROTECT THE PUBLIC HEALTH AND SAFETY OF THE CITY'S RESIDENTS; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the original contractor for Fire Station No. 5, AMEX Construction, Inc. was unable to complete its contractural obligations to complete the construction of the project; and WHEREAS, AMEX Construction, Inc. did not issue a Maintenance Bond on said project; and WHEREAS, the Surety Company, AMWEST Surety Insurance Company, has been declared insolvent by the Bankruptcy Court in Nebraska; and WHEREAS, Fire Station No. 5 has been experiencing foundation movement as a result of subfoundation soils which contain clays swelling as a result of water penetrating the area located beneath the foundation; and WHEREAS, Fire Station No. 5 provides fire services to the Northeast portion of the City; and WHEREAS, it is imperative that the source of the water which is causing this movement needs to be isolated from the subfoundation in order to minimize, if not stop, the movement of the foundation; and WHEREAS, it is known that Hayward Baker, Inc. has an outstanding record of addressing and correcting similar types of problems in other situations; and WHEREAS, the proposal from Hayward Baker, Inc. in the amount of SEVENTY NINE THOUSAND, FIVE HUNDRED AND SIX DOLLARS ($79,506.00) is the only bid sought for such work; and WHEREAS, immediate construction of the cutoff wall and site improvements is necessary to protect the health and safety of the residents of Grapevine without the taking of public bids. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GRAPEVINE, TEXAS: Section 1. That all of the above premises are found to be true and correct and are incorporated into the body of this resolution as if copied in their entirety. Section 2. That the Contract between the City Of Grapevine and Hayward Baker, Inc. in the amount of Seventy Nine Thousand, Five Hundred and Six dollars ($79,506.00) for the construction of a cutoff wall and site improvements for Fire Station No. 5 is approved and affirmed. Section 3. That the expenditure in Section 2 is hereby declared an emergency. Section 4. That staff is hereby authorized to execute said contract with Hayward Baker, Inc. Section 5. That this resolution shall take effect immediately upon its passage and approval. PASSED AND APPROVED BY THE CITY COUNCIL OF GRAPEVINE, TEXAS on this the 5th day of February, 2002. ATTEST: RES. NO. 2 } APPROVED AS TO FORM: