Loading...
HomeMy WebLinkAboutItem 08 - 2006 Inflow and Infiltration ProjectAward of Engineering Services Contract - 2006 Inflow and Infiltration Project GSWW, Inc This project is necessitated by aging infrastructure resulting in increased infiltration and inflow of surface water and groundwater into the existing sanitary sewer lines. The additional groundwater and surface water introduced into the sanitary sewer collection system causes excess flow to the wastewater treatment facilities and potential overflows from sewer manholes. The sanitary sewer lines proposed for rehabilitation in this project have been identified by previous investigations to have excessive infiltration and inflow into the lines. The design is proposed to incorporate trenchless construction where the existing lines will be burst in place and simultaneously replaced with a new line. New sewer services and cleanouts will be installed for residents served by the lines in these areas. The construction budget is estimated by GSWW to be approximately $1.6 million dollars and the design fee is proposed as an additional $67,620.00. GSWW specializes in this type of work and is well qualified. Staff recommends approval. JMB 0:\agenda\200612-21-06\Engineering Service Contract GSWW, Inc. February 15, 2006 (10:09AM) PROPOSAL FOR ENGINEERING SERVICES DATE: February 3, 2006 TO: City of Grapevine P.O. Box 95104 Grapevine, Texas 76099 FROM: GSWW, Inc. Civil/Environmental Engineers 11117 Shady Trail Dallas, Texas 75229 Project: 2006 Sanitary Sewer Improvements -Laguna Vista Area (5,235 LF) -Lucas Addition (12,106 LF) -San. Sewer Aerial Crossing at Lipscomb PART IA: PROJECT DATA COLLECTION A. Obtain roadway, storm sewer, water & sanitary sewer as-builts from City. B. Obtain property ownership data from Tarrant Appraisal District. C. Obtain easement and right-of-way information from platted property provided to GSWW by the City. D. Review existing sanitary sewer CCTV logs for the project areas. Logs to be provided to GSWW by the City or White Rock Consultants. E. Review City standards, specifications and special requirements regarding street, water and sewer line construction. F. Obtain plans on any ongoing design work adjacent to the project. G. Request existing plans from utility owners concerning electrical, telephone, cable television, long distance communications and natural gas. H. Meet and discuss with City personnel to determine any special conditions that may affect project design and construction. I. Meet and discuss with City personnel concerning construction phasing and plans preparation. 0 PART IB: PRELIMINARY DESIGN A. Utilize existing G.I.S. data provided by the City of Grapevine to prepare a location map of all sanitary sewers to be replaced. GSWW will attempt to update the Cities G.I.S. data in order to show the existing sanitary sewer actual location. No sanitary sewer profiles will be provided. All sanitary sewer mains and laterals are to be pipe bursted except for the Lipscomb aerial crossing. GSWW will show the approximate location of existing waterlines with the help of City staff. B. All replacements are based on City of Grapevine recommendations. C. Incorporate lot lines into the plans set from information gathered through the G.I.S. data set. D. Submit two 11 x 17 sets of preliminary construction plans at 50%. E. Submit two 11 x 17 sets of preliminary construction plans and specification booklets at 90%. F. Submit two 11 x 17 sets of preliminary construction plans and specification booklets at 100%. G. Prepare and submit any special condition requirements. H. Prepare opinion of probable cost based on preliminary design. I. Maintain contact with City personnel during the project design and attend meetings at 50%, 90% and 100% plans review. J. Prepare TxDOT Permit for construction along Northwest Highway. A. Incorporate City review comments into final design B. Develop any necessary additional design details. C. Develop final quantities and prepare summary sheets. Determine opinion of probable cost estimate based on final design. D. Finalize any special conditions to the contract documents. E. Submit one full-size set of final construction plans, quantities, costs and special conditions to City staff for final review. F. Incorporate City review comments of final design. G. Prepare final signed and sealed plans and specification booklets, quantities, estimated costs and special conditions. PART II: BIDDING PHASE (Laguna Vista & Lucas Areas Onlvl A. Provide 40 full-size sets of prints of the final construction plans and specifications to the City for bidding. (City to advertise and bid project) B. Prepare any addenda, City to distribute. C. Attend pre-bid conference and bid opening. D. Assist the City in checking references of low bidder. E. Prepare conformed documents for construction. PART III: CONSTRUCTION PHASE A. Attend pre -construction meeting and provide responses to requests for information or clarification to the City or Contractor. B. Provide periodic site visits by the design engineer with a written inspection report submitted to the City for each visit. (Maximum 5 visits). C. Review of Contractor's monthly and final payment requests. D. Provide assistance during final observation and acceptance of project. E. After final acceptance of the Project, GSWW will provide construction drawings in digital PDF format and ACAD 2000 drawing files. Due to the nature of the project, 22 x 34 mylar drawing will not be provided. A final set of reproducible color 11 x 17 drawings will be provided. PART IV: SPECIAL SERVICES A. SURVEY FOR DESIGN 1. Per the City of Grapevine, the only survey for this project will be the Lipscomb aerial crossing (400'). 2. Surveyor to establish horizontal and vertical control tied to the City of Grapevine monument system using G.P.S. survey methods. 3. Surveyor to research, deed sketching, corner ties and boundary analysis to determine lot and parcel boundary locations adjacent to the routes surveyed for the Lipscomb sanitary sewer replacement. 4. Survey to locate the sanitary sewer manholes, improvements adjacent to the line, and trees 4" and above within 20' of the sewer alignment. Elevations will be taken on all manhole flowlines, top of exposed sanitary sewer (aerial crossing) and at 50' intervals along the existing route for the Lipscomb sanitary sewer replacement. 5. On the side of the street where the sanitary sewer is located the horizontal and vertical location of the existing facilities from back of curb to the R.O.W. shall be surveyed, including existing pavement and curb, fences, trees, lead walks, and mailboxes. 6. All utility appurtenances such as water valves, fire hydrants, manholes, inlets etc., will be obtained (within the constructions area). 7. Engineer review of surveyor's work. 8. Incorporate survey files into design and reducing data files. B. STRUCTURAL DESIGN 1. Provide the necessary information to Structural Consultant for the design of a sanitary sewer aerial crossing. 2. Incorporate Structural Consultants details into plans set. 3 PART V: EXCLUSIONS A. Drainage plans or drainage design, including drainage area map. B. Sanitary Sewer Capacity Analysis. C. Profile Sheets D. Traffic Control Plans. E. Erosion Control Plans F. Detailed construction staking. G. Full time construction inspection. H. Preparation of Easement descriptions and exhibits. 1. Preparation of Right -of -Way descriptions and exhibits. J. Internal inspection of sanitary sewer lines. K. Trench excavation safety plan. L. Preparation of Contractor's monthly pay estimates. M. Utility Locate Service. N. HEC II & Hydraulic Studies. O. Geotechnical reports. P. Quality control and testing services during construction. Q. Structures: retaining walls, etc. not included in proposal (engineering services includes one sanitary sewer aerial crossings). R. Public Meetings 4 (Section 2) PAYMENT SCHEDULE Payment for engineering services described under (Section 1) - Parts I, II, and III shall be an amount not to exceed Fifty Nine Thousand Seven Hundred Seventy Dollars and Zero Cents ($59,770.00). Special services shall be invoiced on the actual costs plus 15%. The not to exceed amount for special services is Seven Thousand Eight Hundred Fifty Dollars and Zero Cents ($7,850.00). The maximum overall fee established herein shall not be exceeded without written authorization from the City, based on increased scope of services. The following is a summary of the estimated charges for the various elements of the proposed services: Part IA Project Data Collection $ 4,200.00 Part IB Preliminary Design $ 39,400.00 Part IC Final Design $ 7,250.00 Part II Bid Phase Services $ 6,020.00 Part III Construction Phase $ 2,900.00 Estimated Basic Services Subtotal: $ 59,770.00 Part IV: Special Services: a) Survey for Design $ 2,900.00 b) Structural Design $ 4,950.00 Estimated Special Services Subtotal: $ 7,850.00 (Time and Materials Costs Not to Exceed) Total Maximum Fee Not to Exceed $ 67,620.00 5 (Section 3) PROJECT COMPLETION SCHEDULE (Time starts from Written Notice -to -Proceed) *Weeks are considered 5 working days Project Data Collection Preliminary Design 50% City Review Preliminary Design 90% City Review Preliminary Design 100% weeks City Review Final Design Sincerely, GSWW, INC. Dr. Steven D. Sanders, P.E. Executive Vice President 2 weeks 8 weeks 1 weeks 4 weeks 1 weeks 2 I weeks I weeks Total Estimated Completion Time 20 weeks* M GSWW, Inc, OPINION OF PROBABLE COST Civil/ Environmental Engineers & Planners Preliminary Estimate PROJECT: OWNER: City of Grapevine, Texas Job # 1095-001 2006 San. Sewer Improvements DATE: February 3, 2006 -Luca Area -Laguna Vista Area -Dove Road Aerial Crossing ITEM EDESCRIPTION OF UNIT UNIT UNIT QUANTITY PRICE COST 1 Mobilization LS 1 $10,000.00 $10,000.00 2 Trench Safety Design & Implementation LS 1 $3,000.00 $3,000.00 3 Open cut 8' san. Sewer LF 400 $40.00 $16,000.00 4 Rehab ex. 6" or 8" San. Sewer with 8" HDPE San Sewer by Pipe Bursting LF 15780 $45.00 $710,100.00 5 Rehab ex. 12" San. Sewer with 12" HDPE San Sewer by Pipe Bursting LF 1338 $75.00 $100,350.00 6 Rehab ex. 16" San. Sewer with 16' HDPE San Sewer by Pipe Bursting LF 223 $85.00 $18,955.00 7 Pipe Burst Long Side San. Sewer Services with cleaned EA 126 $2,200.00 $277,200.00 8 Open Cut Short Side San. Sewer Services with cleanout EA 159 $450.00 $71,550.00 9 HMAC Pavement TN 100 $75.00 $7,500.00 10 Concrete Curb and Gutter LF 200 $7.50 $1,500.00 11 6" thick Concrete Driveway Repair SY 100 $50.00 $5,000.00 12 4' Diameter Sanitary Sewer MH Replacement EA 37 $3,000.00 $111,000.00 13 Std. Mainline Cleanout Replacement EA 11 $600.00 $6,600.00 14 Turf Establishment SY 6000 $5.50 $33,000.00 15 1 Point Repairs (based on 10% of pipe total) LF 1734. $40.00 $69,364.00 16 8" Sanitary Sewer Aerial Crossing EA 1 $12,500.00 $12,500.00 SUBTOTAL: 10% CONTINGENCY: TOTAL: $1,443,619.00 $144,361.90 $1,587,980.90 In providing opinions of probable construction cost, the Client understands that the Consuitard has no control over the cost or availability of labor, equipment or materials, or over market conditions or the Contractor's method of pricing, and that the Consulfanrs opinions of probable construction cost are made on the basis of the consuitanrs professional judgment and experience. The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the Work will not vary from the Consultant's opinion of probable construction cost