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