Loading...
HomeMy WebLinkAboutWorkorder Proposal2CONSULTANT WORK ORDER PROPOSAL No. 3 KIN.: CH STORM SEWER IMPROVEMENTS PROJECT PHASE tI PROJECT B-50705 November 15, 2005 COM proposes to provide design services and post design services identified herein for the Kinioch Storm Sewer improvements Project Phase II B-50705 pursuant tc the Professional Service Agreement with the City of Miami for Civil Engineering services, dated October 26, 2004 I. GENERAL In December 2004, the City of Miami (City) authorized CDM to perform a Stormwater General Development Plan (SGDP) for the Kinioch Storm Sewer Improvements project. CDM completed the SGDP and submitted a final report in July, 2005 proposing improvements to the storm sewer system. The City has requested that the recommended improvements be divided into two phases and that a separate set of construction documents be prepared for each phase. Phase 1 includes improvements to Areas 1 and 2, as defined in the SGDP report, and cleaning existing exfiltration systems in Area 3. Phase 11 includes improvements to Area 4 and consists of the addition of a new 48-inch diameter outlet! along Northwest 45th Avenue (tentatively) into the C-4 Canal and addition of new exfiltration systems to Area 4 that will connect to the outfall. CDM understands that Phase I and Phase II will go to public bid and that all of probable improvements will be constructed as two separate construction projects. Phase I improvements were included in a separate work order (Work Order No. 2). This Work Order indudes the design of Phase 11 improvements as presented in the SGDP report including installation of approximately 5300 linear feet of new exfiltration trenches in Project Area 4 and 1500 linear feet of 48-inch diameter pipe and a new outfall into the C-4 Canal from Project Area 4. The Environmental Resources Permit (ERP) Applications to the SFWMD is covered under this Work Order. This Work Order also indudes permitting, bidding services and post design services for Phase 11 improvements. The preliminary estimate construction cost (ENR = 7421.57, July, 2005) for Phase II is approximately $3.18 Million. CDM proposes the following Scope of Services to the City including design, permitting, bidding, utility coordination, and construction post -design services for the Phase II recommended improvements described above. COM KM2023.doe 11/15/2005 N°avernber i 2OC67 WORK ORDER 3 PROPOSAL Page 2 19.. ,SCOPE OF 1 c'A.SK _)`i' MEE i N 7 Following authorization by the City. a kick-off meeting will be held with the City's representatives and CDM to review the project schedule and review conceptual layout of improvements for Phase 91 of the design, and to participate in a site visit to the Kinloch project area to review the location of proposed improvements. B, TASK 2 - CONSTRUCTION DOCUMENTS CDM will prepare complete drawings showing locations of proposed improvements. The proposed layout will be in accordance with the SGDP to the extent practicable and will be coordinated with the existing stormwater system or any other utilities in the project area. CDM will also obtain utility (e.g., power, telephone, cable, water, sewer, and stormwater) informationfor the work area and do utility coordination. CDM will prepare technical specifications for the proposed improvements. CDM will retain a registered surveyor to provide a survey to complete the design drawings. The surveyor will provide elevations and locate surface improvements, visible utilities, and trees in the proposed area of work. CDM will prepare 90 percent documents to be used for permitting. CDM will submit the 90 percent complete drawings to the permitting agencies namely DERM and Public Works. The 100 percent design drawings and specifications will be submitted to the City prior to construction and after permits approval and utility companys' comments have been addressed. CDM will submit two sets of 24"x36" (full-size) sets of drawings to the City and one AutoCAD 2002 format electronic version of the files. C. TASK 3 - COST ESTIMATES CDM will prepare an opinion of probable cost of construction for the project at approximately the 50 percent completion milestone and a final opinion of probable construction cost with the submittal of the final specifications and drawings ready for bid advertisement. D. TASK 4 - PERMITTING COM CDM will submit the necessary permit applications to construct the Phase 1I project from the following agencies with jurisdiction over the project: Miami -Dade County Department of Environmental Resources Management (DERM), and the City's Public Works Department. A permit from the Miami -Dade County Public Work's Department may be required depending on the final location of the outfatl. KM2023.doc 11/15/2005 November 15 2005 WORK ORDER 3 PROI'"OSA. Page 3 DERM lass s"s Permit Application CDM will prepare a DERM Class 11 permit application for submittal to DERM if needed. This application will demonstrate that the first inch of runoff is being retained on site, prior to discharge of stormwater into the C-4 canal, and that discharge into the canal is necessary to alleviate flooding conditions in the northwest portion of the study area. City of Miami Public Works Department Permit (Phase I) CDM will submit 90 percent plans a permit application to the City of Miami Public Works Department. CDM will meet with the City of Miami Public Work Department to review plans. 3. Miami —Dade County Public Works Department Permit CDM will determine if a permit is needed from the Miami -Dade Public Works Department (PWD). In the case that a permit is required from PWD, CDM will prepare and submit the permit application to PWD. 4. SFWIb1D Environmental Resource Permit (ERP) CDM will submit the necessary ERP applications to construct the Phase 11 outfall project to the following agencies with jurisdiction over the project: Miami -Dade County Department of Environmental Resources Management (DERM), and the South Florida Water Management District (SFWMD). CDM will also submit a Conceptual Environmental Resources Permit (ERP) to SFWMD for construction activities stormwater discharges into the C-4 Canal. Eventually, a Construction ERP permit will also be required by SFWMD as well as an environmental review by DERM. All permit application fees will be paid by the City. if additional permits are required they will be considered additional services. CDM will provide approved plans from agencies mentioned above. E. TASK 5 - BIDDING SERVICES CDM will provide services associated with bidding of this project upon acceptance of the construction plans and contract documents prepared under Task 2. KM2023.doc 11/15/2005 •• Ncve.mber 15 2005 WORK ORDER 3 PROPOSAL Page ,.4 Following issuance of the bid documents by the amity, CCM will attend vile ire -bid ;,nferer,ce and subsequent site visit, to interpret and clarify pans and specificationsy., needed at the pre -bid meeting and during the bidding process. If necessary, CDM will prepare clarifications for inclusion in an Addendum to be issued by the City. TASK 6 - POST DESIGN SERVICES 'I. Periodic Site Visits CCM will make up to 3 site visits at intervals appropriate to the various stages of construction to observe the progress of the executed work of the Contractor and to determine, in general, if such work is proceeding in accordance with the Contract Documents. During such visits and on the basis of on -site observations, CDM shall keep the City informed of the progress of the work, shall endeavor to guard the City against defects and deficiencies in such work, and may disapprove or reject work as failing to conform to the Contract Documents. CDM anticipates that the site visits will range from 4 to 8 hours of time and may be performed in coordination with the pre -construction or a weekly construction meeting 2. Review Shop Drawing Submittals Review and approval of shop drawings and samples, the results of tests and inspections and other data which the Contractor is required to submit, at the request of the City. 3. Respond to Request for Information (RFI) and Clarification CDM will respond to written RFIs related to technical interpretation of the drawings and specifications and requested changes to the Work. RFIs will be received, logged, and distributed by the City. TASKS TO BE PERFORMED BY THE CITY • The City will provide a copy of the proposed Division 0, Contract Documents, and Division 1, Contract Administration, for coordinate with the technical specifications. • The City will pay for all required permit fees. ■ The City will publicly bid this contract. The City will perform ail activities related to the procurement process except as noted in Task 5. • The City will have a full-time project manager to monitor the progress and quality of the executed work of the Contractor and to determine, in general, if such work is proceeding in CCU KM2023.doe 11/15/2005 November .15 2005 WORK ORDER 3 PROPOSAL Page 5 accordan� with the Contract Documents. The project manager will prepare daily progress reports and advise. CDM of any Issues or special inspection needs. The City's project manager will provide CDM with shop drawings., materiai submittals, samples, results of laboratory tests, and other data that the Contractor is required to submit for review. The City will undertake project management and maintain comprehensive project records and documentation on file during construction. The City will provide a copy of the City's Drainage Manual and standard technical specifications required for this project, if any, within two weeks after Notice to Proceed. The City will provide a copy of AutoCAD standards required for this project, if any, within two weeks after Notice to Proceed. III. SUBCONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. SubConsultant Name Specialty or Expertise Leiter Perez and Associates Land Surveying 10.42023.doe 11/15/2005 1 • 'vovember .:5 " 01)5 WORK ORDER ,3 PROPOSAL Page 6 IV. SCHEDULE OF WORK - TIME OF PERFORMANCE CDM will commence work within two weeks following written authorization by the CDM anticipates the Tasks in this Scope of Services will be completed according to the schedule presented in Schedule of Work below. Deliverable Total Hours Or Anticipated Delivery Date Preliminary Design Drawings 60 days from kickoff meeting and site visit with City Design Drawings and Specifications (Permit Set) 120 days from receipt of 60% drawing review comments from City authorization after approval of conceptual ERP Final Drawings and Specifications (Bid Set) 30 days from receipt of 90% drawing review comments from City and regulatory agencies KM2023.doc 11/15/2005 November 15 2005 WORK ORDER 3 PROPOSAL. Page 7 : ;din Task dam.; Dara aaa, Task 1 Kickoff Meeting Within 14 days from written NSA Task 2 Preliminary Design60 Drawings days from kickoff meeting 90% Design Drawings and Specifications (Permit Set) 120 days from receipt of authorization from City Final Specification and Drawings (Bid Set) 30 days from receipt of 90% drawing review comments from City and regulatory agencies Task 3 Cost Estimate Submitted at 50% and Final Documents Task 4 DERM Environmental Review Upon Completion of 90% design drawings Dade County Public Works Permit Upon Completion of 90% design drawings if needed City of Miami Public Works Department Permit Upon completion of 90% design drawings ERP Conceptual 60 days after completion of preliminary design ERP Construction Upon completion of 90% drawings Task 5 Bidding Services Upon issuance of bid advertisement through bid evaluation Task 6 General Services During Construction Starting with the pre -construction meeting, these services will be conducted upon proper notification, during the construction period KM2023.doc 11/15/2005 Nove.mber 15 2005 WORK ORDER 3 PRfFC-SAL Page 8 PAYMENT .• ,i-133 C 3MPENSAT1OI Consultant snail perform the Work detailed in this • •osal for a Not -to -Exceed fee dollars, as presented in Attachment A, allowance to be used by the City at its discretion. CDM will submit monthly invoices based on percent complete of the work performed on the $249,850 lump sum portion for Tasks 1 through 5 and on hourly billing rates for the $24,730 not -to -exceed portion estabiished for Task 6. The total reimbursable expense budget for Phase II is $3,000. Hourly billing rates and reimbursable expenses will conform to the Professional Services Agreement between the City and Engineer. invoices will be substantiated by written monthly status reports. For invoicing purposes only the fee breakdown is as follows: SUMMARY OF COMPENSATION - PHASE II Task Task Name Value Task 1 Kickoff Meeting $1,500 Task 2 Construction Documents $194,160 Task 3 Cost Estimates $16,230 Task 4 Permitting $29,700 Task 5 Bidding Services _ $8,260 Subto Tasks 1-5 (Lump Sum) $249,850 t Task 6 Post Design Services ( Not -To -Exceed) $24,730 Reimbursable Expenses Phase II (Not -To -Exceed) $3,000 CSubt�-'base II (Not -To -Exceed) $277,580 ,/ Allowance $12,000 TOTAL PHASE II N-T-E $289,580 COM u►e2023.doc 11/15/2005 November .15 2005 WORK. ORDER 3 PROPOSAL. Pace, 9 V. PROJECT MANAGER 'Consultant's Project Manager for this Work Order assignment will be Ms. Mary Benitez, P,E, Ms Benitez has managed numerous projects in the Miami area, including recent drainage and roadway improvements in six neighborhoods. She has been working as an engineer in CDM's Miami office for over 12 years, Submitted by: l,' -J• Sea -- Prepared by: COPA KM2023.doe 11/15/2005