Loading...
HomeMy WebLinkAboutHR Green, Amendment #1 to PSA, Cont No. 1012HRGreen: HR GREEN, INC. PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO, 1 THIS AMENDMENT, made this 8th day of June, 2020 by and between, City of Waterloo the CLIENT, and HR GREEN, INC. (hereafter "COMPANY"), for professional services concerning: Shaulis Road Preliminary and Final Design hereby amends the original Professional Services Agreement dated April 6, 2020 as follows: The CLIENT and COMPANY agree to amend the Scope of Services of the original Professional Services Agreement and previous amendments as follows: See Attachment A COMPANY Project Number: 190428.02 The CLIENT and COMPANY agree to amend other provisions of the original Professional Services Agreement and previous amendments as follows: N/A In consideration for these services, the CLIENT AGREES to adjust the payment for services performed by COMPANY on the following basis: ® Per current rate schedule with the maximum fee to be increased by eighty-nine thousand, two - hundred fourteen Dollars ($ 89,214.00) The total authorized compensation after this Amendment, including the original Professional Services Agreement and all previous Amendments, is six hundred thirty-three thousand, nine hundred eighty- nine Dollars and seventy-five Cents ($ 633,989.75) THIS AMENDMENT is subject to all provisions of the original Professional Services Agreement. THIS AMENDMENT, together with the original Professional Services Agreement and all previous amendments represents the entire and integrated AGREEMENT between the CLIENT and COMPANY. THIS AMENDMENT executed the day and year written above. City of Waterloo, Iowa HR GREEN, INC. By: Quentin Hart, Mayor Date: 06/01/2020 Dlgryally signed by James E. Halverson JamesE. Halverson: ON:C OS. Eealvarsonahrgreen. cam. G='HR Green, Inc', GV=GS, Midwest.05,2813 33 James E. Halverson Oale', 2020,05,2813.33.OS05'00 By: James E. Halverson, Vice President Date: May 28, 2020 Version2.0 12172018 \ hrgreen.com\HRG\Data120191190428.021Admin\Contract\Client\Amend011sa1-200601-WaterlooShaulisRoadDesign.docx Contract Amendment 1 Attachments Shaulis Road Preliminary and Final Design HR Green #190428.02 Page 1 of 5 ATTACHMENT A - SCOPE OF SERVICES The following tasks in the original PSA Scope of Services will be removed from the contract: TASK F - CULVERT DESIGN Further evaluation of the existing bridge and other options involving culverts, resulted in the decision to not include new culverts. Thus, this task is being removed from the scope of service. The following tasks will be expanded within the Scope of Services to be performed by the COMPANY: TASK C - GEOTECHNICAL SERVICES The COMPANY will contract with a licensed geotechnical COMPANY to perform the tasks described in Task C 1. Field Investigation 1.3 Bridge Borings Conduct soil borings at two (2) locations, to depths of approximately 45 feet or auger refusal. Rock coring will be performed about 15 feet into bedrock in one of the borings. Observe and record groundwater levels. Prepare boring logs. Provide a report including the geotechnical portion of the IDOT LRFD pile design including drag forces and recommended structural resistance level. Additional laboratory testing and engineering services related to these additional borings is included. The following tasks will be added to the Scope of Services to be performed by the COMPANY: TASK J - BRIDGE DESIGN 1. Preliminary Bridge Design 1.1 Preliminary Bridge Design, TS&L Preparation, and OPC This task includes the effort for the COMPANY to prepare Type, Size, and Location (TS&L) plans for the proposed bridge at a scale of 1" = 20' printed half-size (11 x 17 drawings resulting in a print scale of 1" = 40'). The drawings will include a Situation Plan and a General Elevation consisting of a longitudinal section along the roadway and will show roadway curve and profile data and traffic data. Additional information provided will be based on the Iowa DOT Bridge Design Manual Section 3.2.9 titled "Preliminary Situation Plans" and its associated commentary. TS&L plans shall be prepared in accordance with Iowa DOT, Iowa DNR and USACOE requirements to facilitate preliminary agency review and approval. It is anticipated that TS&L plans will be prepared for one bridge which will require one Situation Plan sheet. In addition, it is anticipated that one Site Plan sheet and one Miscellaneous Detail sheet will be created to show areas of interest outside the typical Situation Plan sheet and to show any special details that are determined to be needed. Prepare a preliminary Opinion of Probable Construction Cost. Preliminary construction cost opinions shall be based on preliminary estimated quantities for major construction items (e.g. pavement, bridges, earthwork, drainage, etc.). Detailed quantity takeoffs will not be developed for the preliminary construction cost opinion. Unit price data will be provided by the Iowa DOT. The construction cost opinion will be submitted with the Preliminary Plans. A-1 Contract Amendment 1 Attachments Shaulis Road Preliminary and Final Design HR Green #190428.02 Page 2 of 5 1.2 Survey, Geotechnical, and Utility Coordination This task includes effort for The COMPANY to coordinate with the surveyor and roadway engineer after receiving the survey data and with the geotechnical engineer during preparation of, and following receipt of, the geotechnical report in order to establish design parameters for foundation analysis. This task also includes effort for The COMPANY to coordinate with local utilities in an effort to resolve utility conflicts. 1.3 Scour and Revetment Analysis This task includes effort for The COMPANY to perform scour analysis and to determine the size and location of revetment. 1.4 Quality Control and Quality Assurance Reviews This task includes effort for The COMPANY to perform a Quality Control and Quality Assurance review prior to submittal of the Preliminary Plans. The effort includes assembling data and plan sets for overall reviews of content for accuracy and completeness. 2. Final Bridge Design This Phase includes the final bridge and roadway design, preparation and submittal of check and final plans. This Scope of Services assumes the following: • The final bridge will be a five span continuous slab bridge with pile bent piers and integral abutments with pile foundations where the piles can be driven to bearing in rock. • The bridge design and detailing will be non-standard because the bridge is longer than the standard three span continuous concrete slab bridge and because of the sidewalk on the north side of the bridge. 2.1 Final Bridge Design This task includes the effort for The COMPANY to perform final design of the bridge including the deck slab, abutments, piers, barrier rails, and fence. 2.2 Check and Final Plan Preparation Preparation of Check and Final bridge plans will be completed in accordance with the applicable portions of the Iowa DOT's Bridge Design Manual. • Prepare check plans and specifications for submittal to the client for review. • Prepare an Opinion of Probable Construction Cost After review of the check plans by the Client, the Consultant will perform the following tasks: • Incorporate review comments into the final plans. • Update Opinion of Probable Construction Costs, if necessary. • Submit all required documents to the Client to begin the letting process. 2.3 Quality Control and Quality Assurance Reviews This task includes effort for The COMPANY to perform a final QA/QC review for compliance with the scope of services, work plan, and standards applicable to the project 3. Construction Phase Design Services It is anticipated that The COMPANY will assist the Client with the following limited design related services during the construction phase of the project: • Respond to RFI's and provide clarification of the bridge design intent on an as -requested basis, A-2 Contract Amendment 1 Attachments Shaulis Road Preliminary and Final Design HR Green #190428.02 Page 3 of 5 • Perform wave equation analysis for pile driving, and • Perform shop drawing submittal review. A more detailed scope of services and fees will be identified, detailed and submitted to the Client on or before completion of Phase 3 — Final Design, which will require a supplemental agreement for incorporation into the contracted work. TASK K — DRAINAGE DESIGN Due to the desire to include an urban pavement cross section with curbs and gutter, pavement and storm sewer drainage design is required. The following tasks will accomplish this goal. 1. Preliminary Drainage Design Complete hydrologic and hydraulic investigations will be completed in accordance with Chapter 2 of Iowa SUDAS for proposed surface storm sewer. Includes modeling of corridor drainage and pavement spread calculations to facilitate placement of intakes and structures along mainline and at intersections with side roads. Hydraulic modeling resulting in the sizing of storm sewer pipes and development of a hydraulic gradeline is also included. The minor (design) storm recurrence interval will by 10 years, while the major (check) storm will be 100 years. It is assumed the storm sewers will outlet to existing or proposed ditches that will maintain existing drainage patterns. Due to the nature of the project, storm water detention and/or quality improvement practices will not be included. 2. Final Drainage Design This item consists of final design and drafting of storm sewers, storm sewer inlets, and manholes. A short memo describing the storm water design approach and results will also be submitted. A drainage map and output from the storm water computer model shall be attached to the memo. Storm Sewer (M Sheets) showing plan view, profile view, tabulations, and modified standard details will be developed and incorporated into the Check and Final plans. The drawings will match the locations and scale of the roadway plan and profile sheets. DELIVERABLES: • Preliminary Plans (PDF format) - Preliminary Bridge Plans (T.S. & L. plans) Preliminary Roadway Plans - Preliminary Storm Sewer Plans • Check Plans (PDF format) - Stormwater Drainage Report Complete set of Check Plans - Opinion of Probable Construction Costs Structural Calculations (if required) • Final Plans (1 hard copy & pdf format) - Complete set of Final Plans - Updated Opinion of Probable Construction Costs A-3 Contract Amendment 1 Attachments Shaulis Road Preliminary and Final Design HR Green #190428.02 Page 4 of 5 ADDITIONAL CONDITIONS, UNDERSTANDINGS AND ASSUMPTIONS: The scope of services and estimated effort is based on the following assumptions concerning the project's situation and associated design elements: • Utilities There are known utilities involved in this project at this time, as noted below: - A fiber optic line was observed about 7' from the north edge of the existing bridge with a fiber optic vault on each end of the bridge. A gas line is located 4' from the north edge of the bridge as well. - The survey identified a water line 7' from south edge of the bridge. A sanitary sewer main is located 80' from the western edge of the existing bridge slab. The scope of services, and estimated effort, assumes only minor utility coordination to relocate the utilities to avoid the bridge construction. It is assumed that no utilities will be incorporated into the final bridge construction. A-4 Contract Amendment 1 Attachments Shaulis Road Preliminary and Final Design HR Green #190428.02 Page 5 of 5 ATTACHMENT B - FEE AND SCHEDULE PROFESSIONAL SERVICES FEE: TASK C: GEOTECHNICAL SERVICES TASK F: CULVERT DESIGN TASK J: BRIDGE DESIGN TASK K: DRAINAGE DESIGN HRG Labor HRG Expenses Subconsultants Extension $ .00 $ .00 $ 5,225.00 $ 5,225.00 -$ 48,340.00 $ .00 $ .00 -$ 48,340.00 $ 98,579.00 $ .00 $ .00 $ 98,579.00 $ 33,750.00 $ .00 $ .00 $ 33,750.00 $ 83,989.00 $ .00 $ 5,225.00 $ 89,214.00 Note: The unspent budget from TASK F — CULVERT DESIGN has been refunded as indicated by the negative amount shown above. A-5