Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WorkOrder Proposal4
300 i3rickell Avenue, Suite 710 Miami, Florida 33131 tel: 305 372-7171 Ma: 305 37 -9157 WORK ORDER PROPOSAL CITY OF MIAMi General Development Plan for K nloch Stormwater Improvements Project No. 5 October 8, :2004 Camp Dresser & McKee !7?.o. f,CO jt1 proposes !c rr3 J!de thz 3 rAcez Ideaafied ,eiow i0Y' u ie p ojec entitled, "General Development Plan for Kinloch Stormwater improvements" pursuant to its Professional Service Agreement with the City of Miami for continuing services for miscellaneous projects, dated lalZjs . Gvt-q GENERAL This proposal is submitted in response to the request by the City of Miami (CITY) for CDM (ENGINEER) to provide a Stormwater General Development Plan (SGDP) for the Kinloch Stormwater improvements Project. The project area as delineated by the CITY is approximately 0.5 sq. mi (320 acres). The project area is bounded to the east by Southwest 42nd Avenue, to the west by Southwest 47th Avenue, to the south by Southwest 8th Street, and to the north by Northwest 7th Street. The project area boundaries are shown on Figure 1. The study area may need to extend beyond these boundaries to account for proper hydraulic boundary conditions. The proposed SGDP will update the water quantity conditions and needs in the kinloch project area. The SGDP will estimate the impacts of existing land uses on flood protection. Also, the SGDP will identify infrastructure strategies to accommodate runoff from these uses for existing conditions, under the following storm events: 5-year, 24-hour10-year, 72-hour; 25-year, 72-hour, and 100-year, 72 hour. It is understood that the objective of the project is to develop Preliminary Engineering Designs to provide flood reduction. To maximize the effectiveness of the Preliminary Design, we propose some early data review and analysis tasks, to use prior work done by others, and to use a model to evaluate alternatives to present to the CITY. S. SCOPE OF WORK ENGINEER shall provide Engineering Services in accordance with the following Scope of Work: A. Task 1- Kickoff Meeting ENGINEER will conduct a kickoff meeting at the beginning of the project with the CITY and other interested stakeholders. ENGINEER will generate and distribute copies of minutes of this meeting. B. Task 2 -Data Collection and Review ENGINEER wilt collect and review available information such as records, maps, existing surveys, topographic information, as-builts plans, requirements of the agencies having jurisdiction over the project and other information which may have an impact on the planning, design, approval, permitting, construction or operation of the project. -1- pd3133 copel.doc 1018/04 consulting • engineering • construction • operations Figure 1 - Map of Project Area -2- pd3133seopel.doe 10/11/04 CITY shall provide aerial photographs in digital form of the study area, if available. Additionally, CITY shall provide, if availabie, data on soils, land use, and impervious area. The ENGINEER will review any available past studies (to be provided by CITY) of the project area and of pertinent surrounding areas including any DERM studies. Eased on these studies, existing stormwater facilities information and topographic data, ENGINEER will determine the hydraulic boundary of the study area, which may be greater than the aforementioned 0.5 sq. mi. Task 3 — Site Visits The ENGINEER will conduct a site visit to visually assess the general conditions of the project area. The ENGINEER will also conduct two additional site visits during the course of the project after rainfall events to observe and document with digital photographs flooding problems observed within the project area. D. Task 4 - Surveying Services ENGINEER will retain a registered surveyor to provide survey information required to delineate drainage basins and to complete modeling (Task 7). This information will include topographic information in City of Miami datum consisting of elevations within street right-of-ways at 100 foot intervals, intersections, and at locations where a change of grade exists. Elevations wilt be taken at roadway centerline, edge of pavement, flow line of curb, front and back of sidewalk, swale and top and bottom and apparent right of way line. In addition, surveyor will obtain rim and invert elevations, pipe sizes, direction and material for accessible and visible utilities. The Surveyor shall use as a basemap GIS maps obtained from the Miami Dade County Information Technology Department (ITD) in AutoCADD DWG format overlayed onto 2003 ortho rectified aerial photographs of the subject project area. Survey data (spot elevations) will be shown on this map. ENGINEER will coordinate with the surveyor to obtain this survey information. Additional survey information will most likely be required for design phase of this project (not included in this scope of work). ENGINEER will obtain available, existing utility information from CITY and utility companies. If existing underground utility information is unavailable or requires verification, the ENGINEER will retain the services of a Contractor to pot hole as needed to obtain field locations of existing utilities which may conflict with proposed improvements. Pot holing is a Contingency Item and not included in this task. The ENGINEER will submit one (1) signed and sealed set of survey drawings and an electronic copy of the survey to the City. E. Task 5 — Geotechnical Services ENGINEER will retain a qualified geotechnical firm to provide geotechnical information required to complete this project The geotechnical services that will be performed in the project area include conducting test borings and geotechnical -3- pd3l33seopelAce 10/VO4 laboratory analyses, and providing geoteohnicai and design recommendations support the proposed design elements of the project. The sub -surface soil investigation shall include: Standard Penetration Test (5), 20 feet deep to including standard soil analysis a Borehole Permeability Test (5), 15 feet deep including saturated hydraulic conductivity, per South Florida Water (41anagemert District • Double Ring Infiltrometer Test (2) The results of the geotechnical analyses will be documented in a report containing the following: • Presentation of the field and laboratory test procedures used. • Description of subsurface conditions, including subsurface profiles, estimated seasonal high groundwater table, saturated hydraulic conductivity, maximum and minimum infiltration rates, and soil storage capacity (inches) The ENGINEER will submit one (1) signed and sealed copy of the geotechnical report to the City. F. Task 6 — Meetings with Regulatory Agencies and Other Stakeholders ENGINEER will conduct up to three (3) pre -permitting meetings with regulatory agencies which are anticipated to have jurisdiction over this project as needed to discuss permit requirements including the Miami Dade Department of Environmental Resources Management (DERM), the South Florida Water Management District (SFWMD) and any other permitting agencies having jurisdiction over this project. G. Task 7- Hydrologic and Hydraulic Modeling for Existing Conditions without Control Measures For hydrology, ENGINEER will develop sub -basin delineations based upon the elevation data. The ENGINEER will estimate width, slope, infiltration, and groundwater parameters. The Directly Connected Impervious Area (DCIA) will be estimated from survey information and aerial photos. ENGINEER will calculate stage -storage areas and overland flow profiles between sub -basins. ENGINEER will estimate rainfall volumes (multipliers) for the 5-, 10- and 25 year storm events. The ENGINEER will multiply these volumes by the South Florida Water Management District (SFWMD) unit hydrographs for the 5-year, 24-hour 10-year, 72-hour, 25 year, 72-hour, and 100-year, 72 hour storm events. The RUNOFF block of XP-SWMM will be used by ENGINEER to compute surface runoff hydrographs for each sub -basin. The HYDRAULICS block of XP- SWMM will be used by ENGINEER to route the runoff through the network, conduits and overland flow. There will be a maximum of 20 sub -basin and 30 -4 - pd3133scopel.doc 104/04 junctions =and '.cnduits. ENGINEER will simulate the 3-year, 24 hour; 10-year, 24 hour; 25-year, 72 hour ; and 100-year, 72 hour storm events. ENGINEER will produce summary tables of flood stages by junction and peak flows for project area outfalls (if any). ENGINEER will then compare the resulting flood elevations and durations to the appropriate Levels of Service (LOS) based on CITY and/or Miami -Dade County criteria. Task 8- Identification and Ranking of Problem Areas Based on the modeling results from Task 7, ENGINEER will update problem areas from those preliminarily identified by CITY. In agreement with CITY, ENGINEER shall rank and prioritize the flood problem areas. Task 9 — Evaluation of Control Measures for Existing Conditions In coordination with CITY, ENGINEER shall identify up to four (4) types of stormwater control measures, which could be exfiltration trenches, baffle boxes, detention and/or retention storage, gravity storm sewers and pump stations and forcemains to attempt to mitigate the ten (10) quantity (flood) problem areas identified under Task 8. These control measures will be grouped in up to three (3) alternatives. Task 10 — Stormwater General Development Report ENGINEER will prepare a Stormwater General Development Report summarizing the findings of Tasks 1 through 9 above. The report will include layouts or General Development Plans for 3 recommended design alternatives (at 1 "=20©' scale on 11 "x17'sheet size) based on the results of the stormwater model evaluation performed under Task 6, for review by the CITY. The report will provide sufficient detail and information to depict proposed improvements, describe the level of service achieved and support the application for a permit from the SFWMD, DERM and other permitting agencies having jurisdiction over this project. ENGINEER will review the project's key design elements in comparison to CITY and SFWMD design standards for roadway and drainage, as well as any other applicable guidelines. K. Task 11 — Project and Quality Management ENGINEER's project manager will prepare monthly written progress reports summarizing activities completed and financial progress. The report will identify any problems, which are ongoing or may be anticipated with respect to schedule, scope, or budget. ENGINEER will provide management functions required to administer the project elements including schedule and budget. The ENGINEER will prepare for and hold regularly scheduled intemal monthly status meetings with key project staff members throughout the life of the project. ENGINEER will maintain a program of -5- pd3l33uapel.doc 10/E/04 quality control th s project, ..oluding review of work : roducts ant by qualified staff. Task 12 - Preliminary (30%) Design (Optional) ell ENGINEER will prepare preliminary drainage plans (to X% level) of the proposed improvements approved by the City, consisting of the following: A Key Sheet ✓ General Notes • Project Layout a Plan and Section Sheets (up to 10) CONTINGENCY - ADDITIONAL SERVICES A CONTINGENCY budget in the amount of $5,000 is included in case during the execution of this project the CITY finds that ADDITIONAL SERVICES are desired of the ENGINEER. These services will be mutually agreed to in writing by the CITY and ENGINEER. N. DATA TO BE PROVIDED BY CITY The following data, if available shall be provided by CITY to ENGINEER within two weeks after the Notice to Proceed: ✓ Copies of past reports (if any) and any electronic of pertinent past models. ✓ Topographic maps of the Basin (in electronic form and such that x, y coordinates and elevation data may readily be imported to Microsoft Excel and/or ESRI ArcView). • Aerial photos of the Basin in electronic form. • Sub -basin delineation (in electronic form, if available). O. ASSISTANCE TO BE PROVIDED BY CITY • Review of draft deliverables and final report. • Attend Progress Meetings. III. SUBCONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. SubConsultant Name Specialty or Expertise Leiter, Perez & Associates, Inc. Land Surveyor Wingerter Laboratories Geotechnical Testing IV. SCHEDULE OF WORK - TIME OF PERFORMANCE The proposed project timeline is shown below and is contingent upon timely receipt of -6- pd3133scopai.doc 1WL 4 survey data and information to be provided by the city. The work wiii start upon receipt of a formal Notice to Proceed. ENGINEER will submit a more detailed project schedule within thirty (30) calendar days after the receipt of the Notice to Proceed. The timeline below projects time up to submittal of draft report. The CITY will review and prepare written comments within two weeks of submittal. Upon receipt of comments from CITY on the Draft, ENGINEER will submit the final version within one week of receipt of such comments. TASK M1 M2 M3 M4 1VI5 Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 Task 9 Task 10 IV. COMPENSATION Consultant shall perform the Work detailed in this Proposal (Tasks 1-11) for a Not to Exceed fee of Two Hundred and One Thousand, Five Hundred and Fifty-three dollars and zero cents ($201,553). Said fee includes a $5,000 Contingency for Additional Services and an Allowance for Reimbursable Expenses required in connection with the Work, which shall be established in an amount not to exceed $3,000. Said Reimbursable Expenses shall be utilized in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes §112.061. CITY will be invoiced monthly, based on hourly billing rates plus reimbursable expenses in accordance with the Professional Services Agreement between the CITY and ENGINEER. Compensation amount and method for Task 12 (Optional Preliminary Design Services) shall be mutually determined by ENGINEER and CITY. ENGINEER will submit monthly invoices, substantiated by written monthly status reports. -7- pd3133seopet.doc 10/11/04 SUMMARY OF COMPENSA ; Task ;f Task Description Fee Amount F e Basis 1 Kickoff Meeting $ 1,462 Not to Exceed 2 Data Collection and Re new $ 7,958 Not to Exceed 3 Site Visits (3) $ 1,578 Not to Exceed 4 Surveying Services $ 1,752 Not to Exceed 5 Geotechnical Services $ 1,752 Not to Exceed 6 Meetings with Regulatory Agencies and Other Stakeholders $ 3,457 Not to Exceed 7 Hydrologic and Hydraulic Modeling for Existing Conditions without Control Measures 1 $ 17,307 Not to Exceed -a 3 identification and Ranking of Problem Areas $ 5, 150 Not to Exceed 9 Evaluation of Control Measures for Existing Conditions $ 8,538 Not to Exceed 10 General Development Report $ 27,794 Not to Exceed 11 Project and Quality Management $ 13,433 Not to Exceed Subconsultants: Not to Exceed Geotechnical $ 3,300 Lump Sum Land Surveyor $100,075 Lump Sum Allowance for Contingencies $ 5,000 Not to Exceed Allowance for Reimbursable Expenses $ 3,000 Not to Exceed V. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Mary D. Benitez, P.E. Submitted by: Victor J. Pujals,"P.E., Vice President Prepared by: 222 Mary D. Senior P pd3133scopel.doc 1W* 4 Rt'itez, P.E. ject Manager -8-