Loading...
HomeMy WebLinkAboutC2005-066 - 2/22/2005 - Approved CITY OF CORPUS CHRISTI AMENDMENT NO. 8 CONTRACT FOR PROFESSIONAL SERVICES This City of Corpus Christi, Texas hereinafter called "CITY", and HDR En~lneerln¢l Inc., hereina[ter catted "CONSULTANT", agree to the following amendments to the Contract for Professional Services for Sanitary Sewer Trunk Main Rehabilitation, as authorized and administratively amended by: Original Contract Amendment No. 1 Amendment No. 2 Amendment No. 3 Amendment No. 4 Amendment No. 5 Amendment No. 6 Amendment No. 7 Mamh 28, 2000 May 16, 2000 August 7, 2001 February 26, 2002 March 6, 2002 April 10, 2003 September 5, 2003 March 29, 2004 Motion No. M2000-096 $396,574 Administrative Approval $14,412 Administrative Approval $7,110 Administrative Approval $10,500 Administrative Approval $3,250 Administrative Approval $6,500 Administrative Approval $24,906 Administrative Approval $24,954 1. DECLARATIONS. "CITY" desires to engage "CONSULTANT" to provide services in connection with City's project, described as follows ("PROJECT"): · West Point/Greenwood Trunk Main Rehabilitation · Staples Street Trunk Main Rehabilitation · Omaha Street Trunk Line Rehabilitation · Antelope 24-inch Trunk Main Rehabilitation · Infiltration/Inflow Related Collection System Enhancement Program at South Staples, Timbergate, Cimmaron, Sycamore · Moore Plaza Line Sanitary Sewer Rehabilitation · Allison WWTP Trunk Main Line "A" (MH 4975-MH 10921) and Line "B" (MH 10917-MH 10916) · Greenwood Trunk Main System · IH 37, SH 286 Crosstown Expressway, SH 358 Padre Island Drive Cleaning and Televising · Manhole Replacements-Old Brownsville Road 2005 · Freeway System Cast Iron Pipe Rehabilitation 2. SCOPE OF WORK. "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as "Exhibit A". 3. FEE. The 'CITY' agrees to pay the "CONSULTANT" for services provided in accordance with Exhibit "A", Scope of Services, and Fee under this AMENDMENT NO. 8, a total fee not to exceed $182,436.00 (in figures), (One Hundred Eight'v-Two Thousand, Four Hundred Thirty-Slx Dollars and Zero Cents) (in words), for a total restated fee not to exceed $670,642.00 (in figures), (Six Hundred SevenW Thousand, Six Hundred Forty-Two Dollars and Zero Cents (in words). 4. INVOICE. "CONSULTANT" shall submit invoices for the PROJECT in acoordanco with the accompanying sample attached as "Exhibit C". For services provided in the Preliminary Phase, Design Phase, and Bid Phase, "CONSULTANT" will submit monthly invoice statements lor services rendered. For services provided in the Construction Phase, the invoice statement will be based ,,mnn th,~ n~r,-'~nt r~f ,"r, mpletion et the construction contract. "CITY" will make prompt monthly 2005-066 'CONSULTANT" monthly estimates. 02/22/05 AMD. NO, 8 Page 1 el 2 M2005-062 ,~,m,~ ~ ~.~.~.~ ~ .~ HDR Engineering Assistant City Manager HDR ENGINEERING INC. Carl Gruff, P.E., Vice President 5151 Flynn Parkway, Suite 314 Corpus Christi, TX 78411 APPROVED AS TO FORM: (361) 857-2216 Office r~q)ir ~,~of 'E (361) 857-0509 Fax ngineering Services (Date) Operating Depa~ment (Date) Project Number: 7335 & 7336 Funding Source: 550950-4500-00000- 550950-4500-0gO00- Encumbrance Number: AMD. NO. 8 · Page 2 of 2 I--DR ONI- ('()h. II~AN~' .ll,tn.l' .%'olution.; ' January 25, 2005 Ange(Es~obar, P.E., Director Mr Department o~o~gineering Services City of Corpus Chr'rst~ P.O. Box 9277 Corpus Christi, TX 78469-~77 R~: Sanitar~ Sewer Trunk Main Rehabilitationj Proposed Amendment No. Manhole Replacements & Cast Iron Pipe Rehabilitation Under Freeway System Dear Mr. Escobar; One of the purposes of the Greenwood Sanitary Sewer Trunk Main Cleaning project (#7292) was to ascertain the cause of the settlement of'the manhole at the Home Rd/Navigation Blvd. and Old Brownsville Rd intersection. Due to the condition of this manhole and the adjacent lines, attempts to determine the cause have not been successful. Two other manholes in this area have also settled; one at the Omaha/Old Brownsville Rd. intersection and another near the end of the present Omaha pavement. In conversations with Engineering and Wastewater personnel, HDR Engineering has been asked to prepare bid documents to replace these manholes. The Primary purpose of the IH-37, SH 286 (Crosstown Expressway) and SH 358 (Padre Island Dr.) - Sanitary Sewer.Cleaning and Televising project (#7304) was to ascertain the condition of the sanitary sewer lines under the freeway system. The project included cleaning a number of cast iron pipe crossings ranging in size from 8" to 30" diameter. Some of the crossings that were labeled on the City base maps as VCP were discovered to be CIP (there may be more). To date, there are 21 crossings in the project that are CIP. These cast iron pipes were placed under the freeway system at the time it was built on the premise that cast iron pipe would withstand the embankment and construction loads better than vitrified clay. The cast iron pipe crossings that have been cleaned to date are severely tuberculated and deteriorated most likely due to the action of H2S gases or the resistivity of the surrounding soil. Initially the goal was to remove all the tuberculation. However after cleaning the first cast iron segment and discovering the fragile condition of the line (along with many holes), the contractor was instructed to clean [he pipes sufficiently to restore as much of the flow capacity as possible without damaging the pipe. Even with the reduced cleaning efforl:, a second segment was discovered with multiple holes. The rehabilitation of both these segments using the CIPP process is the subject of a change order on the City Council agenda on December 21. In conversations with Engineering and Wastewater personnel, HDR Engineering has been asked to prepare bid documents to rehabilitate all the cast iron pipe segments under the freeway system. For the manhole replacements, we envision removing the existing manholes, installing 4 drilled shaft piers through the underlying sand layer to a lower clay layer, constructing a 10' xl0' concrete base, and installing a new fiberglass manhole. The portions of the lines adjacent to these manholes that have settled will also be replaced to the proper grade. The work on the manholes will require extensive bypass pumping. All work within Old Brownsville Rd. will require HDR Engine!ring, Inc, AMD. NO. 8 EXHIBIT "'A" Page I of 7 Mr. Angel Es~obar, P.E. January 25, 2005 Psge 2 of 4 coordination with, and a permit from, TXDOT. Our preliminary estimate of the construction costs to replace these three manholes is $810,000. For the cast iron pipe crossings, we will evaluate the service area to ascertain the amount of flow as well as the capacity of the existing fine. From that the most appropriate rehabilitation method will be determined -- ClPP or pipe bursting. The rehabilitation of these line segments will require coordination with TXDOT. Tom Bacon has indicated that he would like to include the 36" line at Doss St. (IH-37 and Crosstown, upper end of the Salt Flats line) as an additive alternate to this project. He also indicated a desire to rehabilitate the manholes on the ends of the crossings. If the CIPP process is used, additional line cleaning will be required to make the lines ready for the liner. Assuming that the rehabilitation method for all the crossings is CIPP, and based on the change order pricing for the two crossings that are being rehabilitated as well as previous bid pdces, our preliminary estimate of the construction costs is $1,750,000. If pipe bursting is necessary for capacity reasons, [his figure could be higher. There are two crossings in the Calallen/Annaville area that the master plan indicates to have a parallel line in the future. A decision will need to be made as to whether to make these crossings larger to accommodate the future flows. If that is the case then boring and casing will be necessary at those locations. HDR is pleased to assist the City with these projects. Due to the diverse nature of the work, two sets of bid documents and two construction contracts are envisioned. We propose that this work be authorized as Amendment No 8 to our current contract. Our fee proposal for this work is $76,618 for the manhole replacements and $67,878 for the freeway crossings rehabilitation. Construction observation services are an Additional- Service. We have budgeted 280 hours of construction observation for the manhole replacement project and 120 hours for the cast iron line rehabilitation project. The total fee for basic service is $144,496 and for additional services $37,940 for a total fee of $182,436. The fee breakdown by project and phase is: Design Phase Bid Phase Construction Phase BASIC SERVlCES SUBTOTAL Construction Observation (Additional Service) TOTAL FEE Manhole Replacements ,$46,107 $ 7,196 $25,315 $76,618 $26,180 $102.798 Cast Iro~ Line Rehabilitation $35,249 $ 6,431 $26,198 $67,878 $11,760 $79.638 Our proposed approach to the manhole replacement project is A. DESIGN PHASE 1) Review soil boring information to determine foundation parameters 2) Prepare bypass pumping scenarios 3) Prepare traffic control plans HDfl Engil.aring, Inc. AMD. NO. 8 EXHIBIT "A" Page 2 of 7 Mr Angel Escobar, P.E. January 25, 2005 Page 3 of 4 4) Discuss traffic control package with TXDOT and receive their concurrence, 5) Prepare foundation plans 6) Prepare bid package. 7) Prepare opinion of probable cost. 8) Submit 100% package for review. B. BID PHASE 1) Attend prebid meeting 2) Prepare addenda 3) Prepare bid tabulation 4) Recommend award C. CONSTRUCTION PHASE 1) Attend preconstruction conference 2) Provide clarification to specifications 3) Review submittals 4) Prepare change orders 5) Attend final inspection 6) Eight site visits 7) Construction observation services (Additional Service) Our proposed approach to the Freeway Crossing Rehabilitation project is: A. DESIGN PHASE 1 ) Review service areas to determine flows and adequacy of each of the crossings. 2) Determine most appropriate rehabilitation method for each crossing. 3) Use location maps and aerial photographs from cleaning contract for the site plans. 4) Using TXDOT's standard traffic control details for shod duration operations, select the most appropriate detail for the specific location. 5) For locations where the standard details are not applicable, prepare a traffic control plan. 6) Discuss traff~c control package with TXDOT and receive their concurrence. 7) Prepare pipe bursting specification. 8) Prepare bid package. 9) Prepare opinion of probable cost. 10) Submit 100% package for review. B. BID PHASE 1) Attend prebid meeting 2) Prepare addenda 3) Prepare bid tabulation 4) Recommend award C. CONSTRUCTION PHASE 1) Attend preconstruction conference 2) Provide clarification to specifications 3) Review submittals AMD. NO. 8 EXHIBIT "A" Page 3 of 7 Mr Angel Escobac PE January 2~ 2005 Page 4 of 4 4) Prepare change orders 5) Attend final inspection 6) Six site visits 7) Construction observation services (Additional Service) We propose to have 100% bid packages ready for review within 75 calendar days of authorization to proceed with the work; The schedule is dependent upon TXDQT's review and concurrence with the project approach and the tra~c control measures at each location. Should this proposal be acceptable, please process the necessary amendment to our contract so that we can begin work. If you have any questions, please call. ~arl E. Crull, P.E. vice President CC: Chades Baish, Project Manager Attachment: Preliminary Construction Cost Estimates AMD. NO. 8 EXHIBIT "A" Page 4 of 7 PROJECT SCHEDULES (1) Manhole Replacements - Old Brownsville Road (Project No. 7335) DAY DATE Wednesday February 23, 2005 Friday May 6, 2005 Friday May 20, 2005 Wednesday June 8, 2005 Monday (2) June 13 and 20, 2005 Wednesday June 22, 2005 Wednesday June 29, 2005 Monday July 25, 2005 Friday TBD ACTIVITY Begin Design Phase 60% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion (2) Freeway System Cast Iron Pipe Rehabilitation (Project No. 7336) DAY DATE Wednesday February 23, 2005 Friday April 29, 2005 Friday May 13, 2005 Friday May 27, 2005 Monday (2) June 5 and 13, 2005 Wednesday June 15, 2005 Wednesday June 22, 2005 Monday July 18, 2005 Friday TBD ACTIVITY Begin Design Phase 100% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion AMD. NO. 8 EXHIBIT "A" Page 5 of 7 o i8§~888888888888 Z AMD. NO. 8 I EXHIBIT "A" Page 6 of 7 ~8°°°°°°°888°°°°°°°°°°°°°° Q88888888§§88888888§§~8888 < ...... ~ '~d~ '~ '~ .... ~ oooo~o_o8o~~ ~oo~ 0 m,m IAMD. NO. 8 EXHIBIT "A" Page 7 of 7 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Chrisii Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: HDR Enqineerin(;], Inc. STREET: 5151 Flvnn Parkway, Suite 314 FIRM Is: 1~ Corporation X 2. Partnership.__ 5. Other CITY: Comus Christi ZIP: 7{1411 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side el this page or attach separate sheet. State the names of each employee of the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership In the above named I'lrm. Name Job ~fle and City Del)admen[ (If k~ow'n) N/A State Ute names of each official of the City of Corpus Christi having an ownership Interest constituting 3*.4, or more of the ownership In Ute above named I'lrm. Name Title N/A State the names of each board member of the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership In the above named I'lrm. Name Board, Commlsslo~ or Commiltee N/A Slate the names of each employee or officer of a consultant I'or Ute City of Corpus Christi who worked on any matter related to Ute subject of this co~b'act and has an ownership Interest constituting 3.,.~ or more of the ownerehlp In the above named firm. N/A CERTIFICATE I certify that all information provided is true and correct as of the date et this statement, that I have not knowingly withheld disclosure of any intormation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Carl E. Crull, P.E. Title: Vice President Signature of Certifying Person: ~/~""~~ Date: IEXHIBIT "B" I .Page 1 of 2 DEFINITIONS a. Board Member. A member ot any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. Em.ployee. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an ~ndebendent contractor c. Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship as self-employed person, par~ership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes ol taxation, are treated as non-profit organ zat ons. d. Official. The Mayor, members ot the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent trL~st, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnersh p agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. IEXHIBIT "B" Page 2 of 2 I '~ o nn nn n~