Loading...
HomeMy WebLinkAboutC2005-025 - 1/12/2005 - NA CITY OF CORPUS CHRISTI AMENDMENT NO.1 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY" and HDR Engineering, Inc. hereinafter called 'Engineer" agree to the following amendments to the Contract for Engineering Services for Wood River Lift Station and Force Main Ul~qrade as authorized by Original Contract I October 21,2003 I Motion No. 2003-375 I $236,332.00 I Changes in project scope as outlined in the attached Exhibit A have resulted in the need to adjust the fees for professional services accordingly. The revised fees are as summarized on the attached Exhibit B. All other terms and conditions of the October 21, 2003 contract between the City and Engineer, and any amendments to that contract, which are net specifically addressed herein, shall remain in full force and effect. CITY OF CORPUS CHRISTI Ronald F. Massey, g~te Assistant City Manager ED ~l'el R. Escobar, P.E. Date Director of Engineering Services HDR EN~INEEBING, INC. Carl E. Crull, P.E. Date Vice President 5151 Flynn Parkway, Suite 314 Corpus Christi, TX 78411 (361) 857-2216 Office (361) 857-0509 Fax A'I-rES~ L/~/2 City Secretary APPROVED AS TO FORM As i~tant City Atlome~ Date Project Number: 7148 Funding Source: Encumbrance Number: 2005-025 01/12/05 HDR Engineering November 5, 2004 Mr. Joe Trejo, P.E. Assistant Director of Engineering Services City of Corpus Chdsti P.O. Box 9277 Corpus Chdsti, TX 78469-9277 Re: Wood River Lift Station Upgrades and Force Main Extensions City Project No. 7148 Dear Mr. Trejo; On October 15, 2004, HDR Engineering submitted the final Design Memorandum for the Wood River Lift Station Upgrades and Force Main Extensions. During our review meeting of November 1,2004, you indicated that a request tO proceed with the design was needed. This letter is to request that formal approval be given to proceed with the design phase of this project. We have discussed the recommended route and surveying requirements with our surveying subconsultant. They advise that 'it will take 60 days to complete the topographic and boundary surveys for the force main. We are also requesting that the City provide dght of entry permission from the affected land owners to perform the surveying. Attached is a list of the property owners from the appraisal distdct record s. Our letter of August 13, 2004 to Mr. Escobar ouUined several changes to the scope of the project from what was initially contemplated. These changes warrant a review of the scope and fee for the project. We request that the contract be amended to increase the fee for these changes. These changes are reiterated below. The Design Memorandum submitted in March 2004 included four altemate routes. These routes were discussed dudng pdor scoping meetings. In the final rewew meeting, a fifth alternate route was requested. This route was included in the Design Memorandum and resubmitted SubsequenUy a sixth route was requested. These additional routes have resulted in additional effort on our part both m preparation of the altemates and additional rewew meetings. We have expended approximately $4,500 in this effort There have been several additions to the lift station portion of the work; an emergency generator and odor control facilities. Neither of these was discussed in the initial scoping meeting. The estimated construction cost of these items is $110,000. We propose an increase in the fee for basic services of $8,250 for design services associated with these items. AMD. NO. 1 EXHIBIT "A" 5,s~ r~,~,~'~ov ~:l~,~Page I of 3 HDR Engiae~riao, Inc. Mr. Joe Tmjo, P.E. November 5, 2004 P~ge 2 of 3 3. The altemate route six (6) is approximately 4,300 feet longer than alternate route . four (4). This will result in the need for-3 or 4 additional plan/profile sheets. We estimate that the cost to prepare these additional sheets at $4,000. The initial routes considered were entirely within the City Limits where utility and right of way records are easily accessible. The proposed route outside the .City limits will entail more effort in identifying and addressing potential utility conflicts. Construction within the. dght of way will also entail coordination with the county which was not initially envisioned. We estimate that the cost of the additional utility coordination and coordination with Nueces County and Nueces County Water Control and Improvement Distdct No 3 to be $4,500_ = In our contract, we included $15,494 under Special Services for permitting. This · was to be used primarily for the preparation of Traffic Control Plans to address the construction along F.M 624 and satisfy all the TXDOT requirements. With the new route, the traffic control component will be much reduced. The TXDOT involvement will be limited to crossing FM 624 at County Road 69 and crossing US 77. We estimate that the traffic control plan preparation and permitting with TXDOT to be $7,500. This would result in a reduction in this item of $7,994. Based on our conversation on Monday, it appears that there will be an additional change in the scope. TXDOT is proposing a location for the casing under U.S. 77 about 600' south of where it was initially proposed. The cost of an additional 1200' of line may be equivalent to the cost to bore under U.S. 77 at a location closer to the initial location. It is our understanding that the City now desires to include the crossing under U.S. 77 in this contract. The design of the crossing of U,S 77 will necessitate an additional plan sheet and additional specifications as well as coordination with TXDOT and affected utilities. We estimate the cost of this work to be $5,650. The longer route and the addition of the bodng under U.S. 77 will increase the construction time frame as well as our involvement in the construction phase services. We estimate the additional effort dudng the construction phase to be $2,200 In summary the changes in fees for the various phases of the work are Preliminary Phase + $ 4,500 Design Phase + $ 22,400 Construction Phase + $ 2,200 Special Services - $ 7,994 TOTAL + $ 21,106 HDR Enolaoerlag, Inc. AMD. NO. 1 EXHIBIT "'A' Page 2 of 3 M~ Joe Trejo, P,E. November 5, 2004 Pa~Te 3 of 3 The changes in fee are shown on the attached table which shows the current fee and the amended fee. Your favorable review of this amendment to the contract is appreciated. We have taken the liberty of preparing an amendment to the contract for your review. We are requesting authorization to proceed with the design phase of this project. We have not authorized any survey work until the route was approved. Our first step will be to complete the negotiations of the surveying fee with Pyle and Associates so they can proceed with that part of the work. Should you have any questions, please call. Sincerely; HDR Engineering, Inc. Cad E. Crull, P.E. Vice President Attachments AMD. NO. 1 EXHIBIT "A" Page 3 of 3 WOOD RIVER LIFT STATION AND FORCE MAIN UPGRADE (Project No. 714.8) SUMMARY OF FEES I BASIC SERVICES PreliminapJ Phase 2 Design Phase 3 Bid Phase 4 Construction Phase Subtotal Basic Services I ADDITIONAL SERVICES Permit Preparation 2 ROW Acquisition Survey 3 Topographic Survey 4 Construction Observation Services 5 Start-up Services 6 Warranty Phase Subtotal Additional Services I TOTAL ORIGINAL AMENDMT. CONTRACT NO. 1 $21,288.00 $4,500.00 66,888.00 22,400.00 7,196.00 0.00 22,136.00 2,200.00 117,508.00 29,100.00 15,494.00 (7,994.00) 22,000.00 0.00 22,250.00 0.00 50,490.00 0.00 2,494.00 0.00 6,096.00 0.00 118,824.00 (7,994.00) $236,332.00 $21,106.00 TOTAL $25,788.0O 89,288.00 7,196.00 24,336.00 146,608.00 7,500.00 22,000.00 22,250.00 50,490.00 2,494.00 6,096.00 110,830.00 $257,438.00 AMD. NO. '1 EXHIBIT "B" Page I of 1