Loading...
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