HomeMy WebLinkAboutexhibits!Iit .a# 41Thrnti
JORGE C. CANO, P.E.
Director
JOE ARRIOLA
City Manager
October 15, 2003
PBSJ
2001 NW 107Th Ave.
Miami Florida 33172-2507
Attn: Patricia Carney,P.E.
Dear Mrs. Carney:
Re: Pinehurst Storm Sewer Retrofitting, B-5683 — Work Order Authorization.
This work order is deemed to incorporate by reference the term and conditions of the
Professional Service Agreement between the City of Miami ("City") and PBSJ dated
May 13, 2002. The undersigned will perform this work in compliance with the foregoing
Agreement.
1.- SCOW of services
The scope of services are detailed in Exhibit "A", attached hereto and made part hereof.
2.- Time of performance
The schedule for performance of the work is detailed in Exhibit "B", attached hereto and
made a part hereto.
3.- Comnensattgn
The work will be performed for a fee guaranteed not to exceed the sum of
$144,960. The City shall not be liable for any cost, fee, or expenditure above set
forth in this . section. The above quoted fee includes an allowance for
reimbursable expenses that comply with the requirements of the Agreement. Any
eligible reimbursable expenses shall conform to the limitations of §112.061, Fla.
Stat.
4.- Subconsultants
Subconsultants were not specified on this proposal.
DEPARTMENT OF CAPITAL IMPROVEMENTS
444 S.W. 2 nd Avenue, 8th Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (3051416-I153
Mailinc Address: P.O. Box 330708 Miami, FL 33233-0708
PBSJ
Pinehurst Storm Sewer Retrofitting, B-5683
Page No. 2
5.- Estimated Construction Cost
An estimated construction total cost of $ 1,200,000.00 has been established for this
project.
6.- Funding
Source of founding is CIP .Number 352191, in district 1, for the project entitled
"Pinehurst Storm Sewer Retrofitting , B-5683".
7.- Attachements
a) Professional Services Agreement between PBSJ and The City of Miami,
dated May 13, 2002.
b) Scope of Services for "Pinehurst Storm Sewer Retrofditting,B-5683":
Exhibit "A" & Exhibit "B".
Authorized by: Accepted and accepted by:
Jorge C. Cano, P.E PBSJ.
C.Y.P. Director Patricia Carney, P.E.
Approved as to legal form Insurance requirement approved:
and correctness:
Alejandro Vilarello, Dianne Ericson,
City Attorney Risk Management Administrator
Priscilla A. Thompson Date Witness
City Clerk
JCIJO/CGIMAV/mav
An employee -owned company
September 12, 2003
Mr. Cesar Gonzalez
Project Manager
Capital Improvement Projects Department AppRO
City of Miami
444 SW 2'd Ave. f� 1".:i
M,.s4.
Miami, FL 33130
RE: City of Miami Pinehurst Area Stormwater System Design
File: 01-1341.04 #1
Dear Mr. Gonzalez:
As per your request we are submitting a proposal, herein, for the above referenced project.
PROJECT UNDERSTANDING
The overall intent of this project is to provide storm sewer system modifications to serve the area, or
basin, bounded by NW 28th Street to the north, NW 20th Street to the south, NW 17th Avenue to the
west and NW 12th Avenue to the east. It is the intent of the City to provide additional french drain
systems, solid piping, catch basins, manholes, pollution retardant structures and water control
structures prior to the positive outfall to Wagner Creek in order to provide water quality treatment
prior to discharge to, and inhibit the discharge of solids into, Wagner Creek, generally in accordance
with the Pinehurst Stormwater Drainage System Conceptual Design Report (PSDSCDR) prepared for
this area by PBS&J in October of 2002.
SCOPE OF WORK (EXHIBIT A)
TASK 1— PROJECT MEETINGS
PBS&J anticipates holding four (4) meetings throughout the duration of the project including a project
kick-off meeting, a coordination meeting with the Department of Environmental Resoursces
Management (DERM), a 50% design review meeting and a 90% design review meeting. PBS&J will
prepare and transmit meeting minutes to the City within five working days of each meeting.
2001 Northwest 107th Avenue, Miami, Florida 33172-2507 • Telephone (305) 592-7275 • www.pbsj.com
Mr. Cesar Gonzalez
September 12, 2003
Page 2 of 5
TASK 2 -- DATA COLLECTION
Task 2,1 Survey
As part of this task, PBS&J will collect topographic information to support the analysis and design of
the drainage improvements for this project. PBS&J will obtain roadway cross -sections at 100-foot
intervals. Cross sections will also be obtained at low and high points. Cross -sections will be limited to
25 feet on either side of the existing centerline of the roadway (assumed 50 right-of-way). Cross -
sections will include elevations taken at the centerline, edges of pavement, top of curb, front and back
of sidewalk, bottom of swales (where .applicable), and the approximate right-of-way lines. PBS&J will
also obtain grate and invert elevations on all existing drainage and sanitary structures in the roadways in
which drainage improvements are proposed. The City will assist PBS&J in cleaning debris within
structures if required for access. PBS&J will also set vertical control and benchmarks for construction
along the survey route. PBS&J will obtain all topographic data with electronic field books and prepare
base map drawings in AutoCAD 2000.
TaskTalls.22___SggiggWa
The objective of the geotechnical investigation is to determine the hydraulic conductivity of soils in the
project area. For this purpose subsurface data will be collected by a geotechnical subcontractor
performing two constant head percolation tests. PBS&J will determine the exact location of the tests
in consultation with the City.
Boreholes will be a minimum depth of fifteen (15) feet below existing grade. Borehole procedures will
be in accordance with the South Florida Water Management District (SFWMD) and Miami -Dade
County Department of Environmental Resources Management (DERM) Standards. The borehole will
be logged during boring to determine the soil/rock stratification. The geotechnical subcontractor will
also classify the soil/rock cuttings recovered during boring. A report will summarize the test
nomenclature, location, depth, test head, water intake measured at specified intervals, and hydraulic
conductivity calculated according to the SFWMD procedures. The borehole will be backfilled upon
completion.
Task 2.3 Existing Utility Verification
As part of this task, PBS&J will collect existing utility information in the form of as -built and record
drawings from the various utility owners to support the analysis and design of the drainage
improvements for this project. The existing utility information found will be incorporated into the base
map drawings provided under Task 2.1.
APPRO D
AS
BY: DATE° --4-1103
100.E
�1
Mr. Cesar Gonzalez
September 12, 2003
Page 3 of,5
TASK 3 — FINAL DESIGN
These improvements will be designed in accordance with the PSDSCDR. The PSDSCDR outlined the
conceptual length of exfiltration trenches required to provide water quality treatment prior to discharge
to Wagner Creek. The PSDSCDR estimated that an additional 6,700 linear feet of french drain would
be designed to aid with the Wagner Creek Water Quality.
A stormwater collection system drainage analysis will be performed using topographic survey data, and
the hydraulic conductivity data from geotechnical investigations. Any variations from the PSDSCDR
will be implemented as part of this task. Pollution retardant structures, water control structures, french
drains, solid piping, manholes and inlets will be incorporated into the design. The plan drawings will be
prepared at 1" = 30' horizontal scale, and profile sheets will be prepared at 1" = 3' vertical scale. All
drawings will be developed in Autocad 2000 format. PBS&J will submit 50 percent and 90 percent
complete drawings to the City in order to solicit comments prior to finalizing these drawings. One
week following the 50 percent and 90 percent submittals, PBS&J will attend a meeting with the City to
obtain comments on each submittal. PBS&J will then develop final design drawings to be used by the
City in constructing the improvements.
TASK 4 - STORMWATER PERMIT APPLICATION
PBS&J will use information from the previous tasks to prepare the permit application on behalf of the
City to submit to Department of Environmental Resources Management (DERM), and South Florida
Water Management District (SFWMD), if necessary.
TASKS 5 - BID SPECIFICATIONS
PBS&J will prepare a portion of the bid specifications, consisting of the table of contents to the
specifications, the bid form and the special provisions, to solicit construction cost proposals from
contractors. These specifications will be written in accordance with the City's requirements. Any
additional requirements from local or state agencies will be incorporated, as needed.
APPROVED
AS
BY:
DATE! U 9i (oj
3
Mr. Cesar Gonzalez
September 19, 2003
Page 4 of 5
TASK 6 -BID ASSISTANCE AND ENGINEERING SERVICES DURING CONSTRUCTION
PBS&J will attend on pre -bid conference, respond to pre -bid RFI's as required, prepare addenda, and
tabulate and evaluate bids.
It is assumed, herein, that the City will receive and log shop drawings and technical submittals required
to be submitted by the Construction Contractor. The City will then transmit these submittals to PBS&J
for review. PBS&J will review and return submittals to the City within ten working days of receipt.
The review will be in accordance with PBS&J specifications and for conformance with the design
concept and compliance with the Contract Documents.
PBS&J will visit the project at intervals appropriate to the various stages of construction to observe the
progress and quality of work. PBS&J will not provide daily inspection or construction oversight as
part of this proposal.
SCHEDULE (EXHIBIT B)
Sch edu1
PBS&J is proposing the following schedule for this project:
Submittal Description
50% Design Submittal
50% Design Review Completed
90% Design Submittal
90% Design Review Completed
Final Design Submittal
Total Schedule
* Dates are assuming a Notice to Proceed date of September 26, 2003.
Approximate Completion
Date
December 5, 2003
December 19, 2003
January 16, 2004
January 30, 2004
February 14, 2003
Approximate Duration
from Notice to Proceed
10 weeks
2 weeks
4 weeks
2 weeks
2 weeks
20 weeks
APPROVED
AS f
BY: ,.
DATE:. • a.:. 03
CiDoamam and smaomaYel.ocu+ru+a1r Sams Pkia.KIWILOPOSALPtossa09000DOC
Mr. Cesar Gonzalez
September 12, 2003
Page 5 of 5
FEE
PBS&J is proposing a lump sum fee of $144,960 to complete this work (see attached table for
breakdown of fees) and is based on less than 10% of the conceptual construction cost estimate, which
ranges from the City's estimate of $1,400,000 to PBS&J's estimate of $1,700,00.
EXCLUSIONS
The following items are not included in this proposal:
• Inspection Services
• Construction Certification
• Environmental Assessments
• Environmental Remediation
• ICPR Modeling
• Public Hearings
• As-Builts
We are ready to commence this work immediately upon your authorization. We appreciate the
opportunity to present this proposal and look forward to working with you. Should you have any
question, please contact me at (305) 514 - 3218.
Sincerely,
PBS&J
Patricia Carney, P.E.
Program Manager
South Florida Environmental Program
}�j
§ P.. LLLL M�S:i• MA
1 {gyp/1
C.AwitclowialliPPROPOSALPhre0091003,DOC
PEW
PB Si
Project: City of Miami Pinchurst Area St nnwater System Phase II
PROFESSIONAL
.LIBOR
Project
Manager
QAIQC
Engineer ,
Project
Engineer
Engineer I
Drafting
Technician
Document
Technician
TOTAL HOURS
TOTAL COST
PER TASK
1 PER TASK
PER TASK
Rate (S/hr) Description
S110.00
S125.00
,
S90.00
S60.00
S55.00
$38.50
.
Tasir 1
Project Meetings
16.0
24.0
24.0
8.0
72
4%
S 5,668.00
S 21,625.00
S 67,616.00
S 8,6250
S 4,456.00
S 12,356.00
Task 2
Data Collection
4.0
70.0
40.0
220.0
10.0
344
20%
Task 3
Fin11 Design
40.0
60.0
270.0
220.0
320.0
. 16.0
926
55%
Task 4
Stonmwater Permit Application
8.0
2.0
32.0
18.0
58.04
9.0
127
7%
Task 5
Bid Specifications
10.0
2.0
17.0
16.0
0.0
16.0
61
4%
Task 6
Bid Assistance and ESDC
20.0
4.0
60.0
24.0
40.0
16.0
164
10%
Total Hours
98.0
68.0
473.0
3420
638.0
75.0
I694
Sob -Total - Professional Labor
S10,780 00
SSrM00 M
S42,570A0
820,520 10
535,190.00
S2,887.50
S 120,347.50
% of Total Hours
6%
4%
28%
20%
38%
41
% of Total Cost
9%
7%
35%
17 %
29%
2%,
Direct Expenses
Survey
Geaotechttical Testing
Other Directs at 3%
Miami DintaEspenses
TOTAL
Say
.i•d.e....usommilerMaidifel.e,.il.
Pnir 1d1
S 20,000.00
S 1,000.00
S 3,620.00
5 24,62ao@
S 114,967.50
$ 144,960.001
*.sa AM lWWIvmoa