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