Loading...
HomeMy WebLinkAboutWorkOrder Proposal3CONSULTANT WORE( ORDER PROPOSAL No. 2 'K NLOCH STORM SEINER IMPROVEMENTS PROJECT PHIAS PROJECT $- 50705 November 15, 2005 CDM proposes to provide design services and post design services identified herein for the Kinloch Storm Sewer Improvements Project Phase i and Preliminary Design and Permitting of Phase ii, B-50705 pursuant to the Professional Seriice 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 Stomiwater General Development Plan (SGDP) for the Kinloch Storm Sewer Improvements project. CDM completed the SGDP and submitted a final report in July 2005 proposing improvements to the storm sewer system. This proposal addresses the stormwater system improvements recommended for the Kinloch project area, as presented in the SGDP report. 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 of existing exfiltration systems in Area 3. Phase II includes improvements to Area 4 and consists of the addition of a new 48-inch diameter outfall 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 11 will go to public bid and that all probable improvements will be constructed as two separate construction projects. The preliminary estimate construction cost (ENR = 7421.57, July, 2005) for Phase! and II is approximately $0.96M and $3.18M, respectively. For Phase I, this Work Order includes design, permitting, bidding services and post design services of improvements to Areas 1 and 2, and deaning of existing exfiltration systems in Area 3. Design, bidding, and post -design services for Phase II, including preparation and submittal of the Conceptual Environmental Resources Permit (ERP) to South Florida Water Management District (SFWMD) and the Construction ERP are covered under Work Order No. 3. Completion of Phase II is contingent upon approval of the Conceptual ERP by SFWMD, required for the proposed outfall. Kinloch Storm Sewer Improvements: — Phase I: Installation of approximately 1740 linear feet of new exfiltration trenches in Project Areas 1 and 2, and deaning existing exfiltration trenches in Area 3. — Phase 1I: 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. KM2o22.doe 11/1512005 November 'l 3, 2OO5 WORT{ ORDER 2 RROI=OSAL. Page COM proposes the following Scope of Services to the City including design, permitting, bidding, utility coordinator, and orstr. ctior': pot -design services fcr the recommended Improvements as described above. it, SCOPE OF WORK A. TASK 1 — KICKOFF MEETING Following authorization by the City, a kick-off meeting will be Reid with the City's representatives and CDM to review the project schedule and review conceptual layout of improvements for Phase 1 of the design, and to participate in a site visit to the Kinloch project area to review the location of proposed improvements. 8. 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) information for 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; locate surface improvements, visible utilities and trees in the proposed area of work. COM 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 permit approval and utility companys' comments have been addressed. CDM will submit two sets of 24536" (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. KM2022.doc 11/15/2005 November 15, 2005 WORK ORDER 2 PROPOSAL ?age 3 .fiTASK 4 PERMITTING COM will submit the necessary permit applications to construct the Phase i 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. 1. DERM Class II Permit Application CDM will prepare a DERM permit application for submittal to DERM if needed. This application will demonstrate that Areas Land 2 will be serviced by additional exfiltration systems and no stormwater will be discharged to surface waters. 2. City of Miami Public Works Department Permit (Phase I) CDM wilt submit 90 percent plans and 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. 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 Phase I upon acceptance of the construction plans and contract documents prepared under Task 2. Following issuance of the bid documents by the City, CDM will attend one pre -bid conference and subsequent site visit to interpret and clarify plans and specifications as needed at the pre -bid meeting and during the bidding process. If necessary, CDM will prepare clarification for inclusion in an Addendum to be issued by the City. F. TASK 6 - POST DESIGN SERVICES 1. Periodic Site Visits CDM 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, COM KM2022.doc w1snoos November 15, 200b WORK ORDER 2 P RAJ Page 4 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. TASK 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 all 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 accordance 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, material 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. KM2022.doc 11/15/2005 November 15, 2005 WORK ORDER 2 PROPOSAL Page 5 The City will provide a coy of the City's Drainage Manual and standard teri'n c;a4 specifications required for this project, if any; vwithin two weeks; after Millie to Prrnses . The City. ! vide of !� 1?D a. ui a d for thin, i any,t �1 5+:. Oil provide '� copy litC'� standards �dy..i,, . �.r e :.. q..ia..f',".et , +� l uii:" two weeks after Notice to Proceed. 111. SUSCONSULTANTS The b.Icv listed Bub -Consultants willassist in the performance c the Work. SubConsuitant Name Specialty or Expertise Leiter, Perez & Associates Surveying IV. SCHEDULE OF WORK — TIME OF PERFORMANCE CDM will commence work within two weeks following written authorization by the City. CD141 anticipates the Tasks in this Scope of Services will be completed according to the schedule presented in Schedule of Work below. Schedule of Deliverables Total Hours Or Anticipated Delivery Date Design Drawings and Technical Specifications (Permit Set) 120 calendar days from kick-off and site visit with the City. Final Drawings and Specifications (Bid Set) 30 days from receipt of drawing review comments from City and regulatory agencies. CDM KM2022.doc 11HSJ2005 November 15, 2005 WORK ORDER 2 PRCFOSAV Page 6 Schedule of Work Task Task Name Duration Task 1 Kickoff Meeting Within 14 days from written authorization to proceed Task 2 9O% Design Drawings and Specifications (Permit Set) 120 days from kickoff meeting with City Final Specification and Drawings (Bid Set) 30 days from receipt of drawing review comments from City and regulatory agencies Task 3 Cost Estimate Submitted at 50% and Final Completion Task 4 DERM Class II Permit Application Upon completion of 90% design drawings City of Miami Public Works Department Permit Submittal Upon completion of 90% design drawings Task 5 Bidding Services Upon issuance of bid advertisement through bid evaluation Task 6 Post Design Services Starting with the pre -construction meeting, these services will be conducted upon proper notification, during the construction period through completion of record drawings. V. PAYMENT AND COMPENSATION Consultant shall perform the Work detailed in this Proposaljor a Not to Exceed fee 41.1.111443 dollars, as presented in Attachment nl $5,0owance to be used by the City at its discretion. CDM will submit monthly invoices, based on percent complete of the work performed on the $89,023 lump sum portion for Tasks 1 through 5, and on hourly billing rates for the $12,420 not -to -exceed portion for Task 6. The total reimbursable expense budget for Phase 1 is $2,000. 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: CCU KM2022.doc 12/28/2005 November 15, 2005 WORK ORDER 2 PROPOSAL 'age '7 SUMMARY OF COMPENSATION - PHASE 1 Task Task Name Value Task 1 Kickoff Meeting $1,980 Task 2 Construction Documents 370,420 Task 3 Cost Estimates $6,443 Task 4 Permitting $6,850 Task 5 Bidding Services $3,330 Subtotal Tasks 1-5 (Lump Sum) $89,09,3 Task 6 Post Design Services (Not -To -Exceed) $12,420 Reimbursable Expenses Phase I Tasks 1- 6 (Not -To -Exceed) $2,000 ()1.%y— Phase I Tasks 1-6 ( Not -To -Exceed) 103,4�f Total I Allowance S5,0 '" ` �� Total Phase I (NTE) ,443 A VI. 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. ov Submitted by: C. amio s e,-1 41c4 d. COM KM2022.doc 12/28/2005