Loading...
Item 8C v~e. CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Hopkins Creek -Final Design Services SUBMITTED BY: Rick Carper, P.E., Public Works Director/~G DATE: July 13, 2006 AGENDA ITEM #8C JULY 24, 2006 BACKGROUND: City efforts to acquire the parcel required for construction of the Hopkins Creek Regional Retention Facility are nearing fruition. In April 2003, Camp, Dresser & McKee, Inc. (CDM) was chosen as the Hopkins Creek Design Consultant following RFP evaluation. CDM submitted the Preliminary Design Report and 30% Engineering Design to the City in November 2003 under a Scope of Services negotiated in June 2003. This report is a request to enter into an agreement with CDM to complete the Design of the Hopkins Creek Facility and to provide Construction Engineering & Inspection services during actual construction of the pond. BUDGET: The FY2006 Stormwater Capital Account (470-0000-538-6300) has $1,300,000 budgeted for construction of the Hopkins Creek Pond (Project PW0309). CDM's budget for the project is $128,792. This is a not too exceed cost figure. RECOMMENDATION: Authorize the City Manager to execute the agreement with CDM for final design of the Hopkins Creek Regional Retention Facility, for construction engineering services and for grant ~" application assistance during the design and construction phases. ATTACHMENTS: 1. CDM Budget Proposal 2. CDM Hopkins Creek Regional Stormwater Facility Design and Permitting Scope of Services ~"" REVIEWED BY CITY MANAGER: July 24, 2006 Regular Meeting i-~ V i~ -F+ f~ ~ O ~ ~ ~+-' ~ ~ ~ O N V W Q ~ .~ '+ H~ ,, ~ '~ .+ '~~ ~ ~U 5i r , V ~~ ~ ~ ~ h-~ it .~ 0 x ~7) ~. v ~~x .~ ~ eNa ~ o E" o C] H O ~n xH .~ y F" ~ .~ .v. vi, U w Q ~'' H U O d .~ Q b~D ~ .~ .~ Q W y ~ v ~ •~ ~ o P, C u O .~ ~ Q H .` :~ .~ a F O O ~ n ~ n O M ~ O r+ r, oo .~ ~ ~ ,~ ui ri ,~ ~ ~ ~ EFi v3 EA Va ~ ~ EF, ffr EA ~ N ~ ~ N ~ ~ M H ~ ~ ( 0 0 eM N ~ ~ ~ N M ~ N ~ M ~ ~--i Q~ ~ ~ v v O N 0 0 O N N O ~ ~ ~ ~ ~ '~ ~ N O U ~, H C 0 0 O O 00 0 0 0 0 ~ ~ ~ •~ H Cr v ~ ~ C N d~ ~ eM O O N N ~ ~ . -. y ~--~ N ~ ~ [ N v [~ ~} eh d~ O c0 ~ N ~ O N ~ N ~ c c +) fV o 0 l1i N O O N ~' ~ 0 0 0 N ~ N n ~ c~ M e-i ~} O O N N 0 0 0 0 0 0 d~ N 0 'Lf v y ~ W u d .v Q ~ y ~ z H "~ is ~ O ~ C ~ ~- ~ o ~ o . o ~ ~ o ~ x ~, ~ dQ d ~ 3 ~i ~ y •~ R ~" ~ ~ O C '~ '~ ~ ~ ~ '~ ~ H .~ ~ ~ T1 u ~? ~ : , v ~ ~ ~ y vi d m ~ y y i ~ "~ n er ~'. ( p . ~ U '.+ N ~'"' r+ N M P~ ~', Cn 0 0 o o o ~ ,ri o ~ ~ ~ o o o rr (mil M d~ lf) ~D C~ OC Q~ AGENDA ITEM #SC JULY 24, 2006 C tc? ~ `y: N eM M O~ N ~O 00 ,~. 00 eM t11 p 4MA ESA ESA N N O O O ~ ~ O N ~ c+i ui ~ O N w 0 ~` Q U y uJ C rn L -p N ~ N ~ 7 ~ ty0 ~ N ~ na~~ 0 ~o 0 00 0 0 0 ~ t1~ ~ O ~ In ~-• ~D ~ M m o0 ~ ~ '-+ rl ao r'I r+ N o+ N d+ '-+ '-+ M N ~D N O 00 ~C GO O+ l~ ,~..~ EH EA ff3 ER fR N r-i e-i M N cry eM a0 O EH ffl O ~-+ ~--~ fR ~ N ~ d3 rl iA fR ~) EA iR O O O to 0 0 O O O ~--~ ~ to m (V ~O O O O cV ~ ~ ~ f» c~ c~i U ~ ° °° ~ n ° ~ r" z y O. ~ ~ o ~ ~ ~ iJ fi . n ~ d ~ ~ y 0 '~ V y y ..~ ~ y v z Q o U ~ o U ~ w ~ °~' o ~ c ~ ~ ~ ~ ~, ~ C. ~ O V ~ ~ a ~ N .1.+ ~ OJ ~ ~ ~ ~ y y ~ ~ ~ F, ~ , ~ eo O d o ~ ~ O N N F" .i~ CC U o v a`~i iq ~ ~ ;~ Q ~ ~" p + _ w _ `~ O o U ~ W U S li H F ~.. AGENDA ITEM #8C JULY 24, 2006 Exhibit A ~. This is EXHIBIT A, consisting of 11 pages, referred to in and Part of the Agreement between OWNER and ENGINEER for Professional Services dated , Initial: OWNER ENGINEER ENGINEER'S Services Article 1 of the Agreement is amended and supplemented to include the following agreement of the parties. ENGINEER shall provide Basic and Additional Services as set forth below. "' I. Background and Purpose In 2002, CDM updated the City of Atlantic Beach Stormv~~ater Master Plan (SWMP) and recommended tl-~e construction of a stormwater regional facility to reduce flooding problems in the Hopkins Creek watershed. Problems on Aquatic Drive, Forrestal Road, and Cavalla Road range from nuisance road to home flooding. As part of the SWMP Update, CDM identified a ~„ site for the construction of 6.5-acre stormwater facility that was phased into three distinct projects. Phase I (this project) consists of the construction of a 1.7-acre facility, as shown on Figure 1. CDM will provide the following services to assist the City of Atlantic Beach (City) in designing and permitting Phase I of the Hopkins Creek facility. The project scope consists of generating the preliminary design report, survey, geotechnical ~, exploration, wetland determination, environmental assessment, permitting, and development of construction plans and specifications. The specific tasks to perform the work are as follows: „~ II. Scope of Services CDM intends to use Ghiotto & Associates as part of its project team to collect the survey, Geoengineering and Testing (GTI) for geotechnical services, Environmental Resource Solutions ~"' (ERS) for the wetlands Environmental Resource Permit (ERP) support services, and Aerostar Environmental Services Inc. (Aerostar) for a Phase 1 Environmental Site Assessment for the parcel. The CDM team shall complete the following tasks: Task 1-Preliminary Design Report CDM will use the Hopkins Creek primary stormwater management system (PSWMS) RUNOFF and EXTTtAN hydrologic/hydraulic models developed for the SWMP (and as modified for the ~. SWMP Update) and modify the models as necessary. These revisions, as determined by CDM, will be based on latest available topographical survey. CDM will prepare two refined „~ alternatives for the detention area in the selected 1.7-acre area in various configurations. The alternatives will identify new conveyance systems to the proposed detention area and modification of existing conveyance systems. Page 1 of 11 (Exhibit A -ENGINEER'S Services) "~' AGENDA ITEM #SC JULY 24, 2006 Exhibit A ~. CDM will calculate the "live" and permanent detention pool volumes for the regional detention ~" pond to quantify the treatment provided (ac-ft and inches) for the watershed. The model results will be presented in tabular form for peak stages in the PSWMS and peak flows at the outfall. These tables will be used as the supporting documentation for the permit application package to be submitted to SJRWMD as described in Task 6 below. Task 2 -Survey Services ~. CDM will coordinate the work to be completed by the subconsultant under this task. The subconsultant will collect the topographic and utility survey information necessary to design the proposed improvements defined in this task. The survey services will include a boundary survey with legal description for the parcel to construct the proposed regional stormwater facility and topographic information as 1-ft contours of the acquired parcel(s) for design and ~. preparation of construction plans. The subconsultant will contact utility companies to obtd;n utility- locations. The utility location, ~„~ both horizontal and vertical, shall be surveyed by the utility owner and shown in the construction plans. The survey will establish a State Plane Coordinate NAD 83/1990 baseline for horizontal and NGVD 1929 for vertical control, cross sections, wetlands flagging, soil borings location, soft digs to locate potential utilities conflicts, and invert elevations of utilities within the project area. The survey services will also include a depiction on the construction plans of existing rights-of-way and easements. The following survey work will be provided by the subconsultant: ^ Tree survey to Atlantic Beach requirements (locate trees greater than 6 inches at breast height). ^ Research and acquire horizontal and vertical control near the project and deeds for property owners along the project including existing easements or right-of-ways. ^ Establish State Plane Coordinate control at the project by GPS methodology for three points using City of Atlantic Beach, FDOT, and/or Jacksonville monumentation. ^ Locate and map up to 10 soil borings within the project area. ^ If necessary, locate and map up to 1,000 linear feet of jurisdictional wetland flagging placed by ERS. ^ Horizontal and vertical verification of existing underground utilities, where potential conflicts exist in the proposed design. Four soft digs are estimated for budget purposes. ^ Project documents will be produced and submitted to the City in AutoCAD 2000 and Microsoft Word. Page 2 of 11 (Exhibit A -ENGINEER'S Services) ~,. AGENDA ITEM #8C JULY 24, 2006 Exhibit A ^ Right-of-Way maps and Topographic Survey will be delivered on 24"x36" sheets at 1"=40' scale showing parcel data, plotted line work, baseline of survey and monumentation. Task 3 - Phase I Environmental Site Assessment ~"' Aerostar will provide a Phase I Environmental Site Assessment (ESA) for the regional stormwater facility parcel. The Phase I ESA will be performed by Aerostar in compliance with the American Society for Testing and Materials (ASTM) specifications developed for performing "~ ESAs (E-1527-00, 2000). ASTM E-1527-00 segregates the ESA process into four sections. The efforts to be completed under this task are defined by the following subtasks: ~" Task 3.1 Records Review Principal elements of this part of the ESA will be performed by Aerostar to determine if there are environmental conditions associated with the site and surrounding area, which are the subject of regulatory agency actions, and to evaluate the history of the ESA site. Evaluating the environmental status of the site with respect to regulatory actions will be completed by Aerostar by reviewing information contained in agency databases, and by reviewing files maintained by local office of the Florida Department of Environmental Protection (FDEP), City of Jacksonville, and the City of Atlantic Beach. DataMap Technology Corporation (DataMap) or EDR are companies that routinely perform database searches. Aerostar will provide the site location and the search radius. The minimum search radius will ~„ be one mile in accordance with ASTM standards. The databases for the following will be searched: ^ National Priorities List (NPL) ^ Comprehensive Environmental Response, Compensation, and Liability Information System (CERCLIS) ^ Resource Conservation and Recovery Information System (RCRIS)-Treatment, Storage, or Disposal Facility (TSD) ^ Resource Conservation and Recovery Information System (RCRIS)-Generators (GEN) ^ State Hazardous Waste Sites (SHWS) ^ Solid Waste Landfills (SWL) ^ Leaking Underground Storage Tanks (LUST) ^ Registered Underground Storage Tanks (RUST) ^ Emergency Response Notification System (ERNS) Information regarding the stormwater facility site and adjacent parcels identified in the database search will be confirmed by reviewing files maintained by FDEP, City of Jacksonville, "'~' Page 3 of 11 (Exhibit A -ENGINEER'S Services) AGENDA ITEM #8C JULY 24, 2006 Exhibit A and City of Atlantic Beach. File searches will be conducted after an initial reconnaissance of the site and surrounding area and facilities in the vicinity of the ESA site are identified. Historical aerial photographs of the site and adjacent areas will be provided, obtained, and examined to evaluate the history of the site. In addition to the obvious changes of the property such as land use and/or development, more subtle features such as disturbances of the land, significant discharges of pollutants, and the general effects of site use and operations will be interpreted from historical aerial photographs. Large-scale aerial photographs from the 1940s are available from the City of Jacksonville. ~' Task 3.2 Site Reconnaissance The main objective of the site reconnaissance is to identify environmental conditions associated with the current and historical uses of the property and potential off-site conditions which ~" could affect the subject properties. Aerostar will perform the site inspection in a phased approach. The first phase will. be a preliminary inspection performed after results of the database search are reviewed. This preliminary inspection will be used to confnm results of the database search, identify potential offsite sources of contamination and to identify physical features in the vicinity of the site such as drainage features. Utility services, such as water and sewer service, and dates of connection will also be identified. The second phase of the site inspection will be performed by Aerostar after completion of the record review/ historical evaluation of the property and actual and/or potential environmental conditions, including stained soil, stressed vegetation and sheen/discoloration of surface water will be identified. Condition of surrounding areas will also be visually examined. Site boundaries that are visible from the subject parcel will be examined. General housekeeping practices of the operations on neighboring parcels will be noted. Task 3.3 Interviews Reasonable and practical efforts will be made to speak with those people who are knowledgeable about the site and its history (e.g., site owners). In order to ensure that ~,,, information obtained from interviews is reliable, the same questions are typically asked of more than one interviewee. Information provided in interviews will be, if possible, confirmed by reviewing written documentation. Prior to the interviewing process, most of the historical information regarding the site has been reviewed. The person being interviewed will be asked about the person's knowledge of the ~,,, history of the site, operations and personal knowledge of potential environmental conditions. The person may also be queried on information contained in agency files. There is no set requirement for conducting an interview; however, reasonable attempts will be made to obtain as much reliable information as possible without the interview being perceived as an adversarial interrogation. Task 3.4 Report The Phase I ESA report will be prepared following the format recommended in ASTM E-1527- 00. Prior to finalization of the report and at the request of the City of Atlantic Beach, associated ~'"" costs for additional services for any environmental unsafe parcels (Phase II) investigations will ~"" Page 4 of 11 (Exhibit A -ENGINEER'S Services) ~** AGENDA ITEM #8C JULY 24, 2006 Exhibit A ~. be provided. A Phase R ESA report (if necessary) will be additional services to this Scope of Services. Task 4 - Geotechnical Data CDM will coordinate the work to be completed by the subconsultant. The work to be completed by the geotechnical subconsultant is defined below. Task 4.1 Subsurface Investigations Based on the proposed design, the geotechnical program shown in Table 1 is recommended. >: ,~ z ,.. ~, . , .m ~... .~ , _ .. ~. ,,;.. Proposed ~t~ructt4res Number"I,Type ofi'Bdrings `' Depth`Below~Gro.Und =~~ -`' ' ~ ~ ~ ~ : '~~" '~ ~ surface .(feet) Ilrriproverr~er~ts _ ~, ¢~~ ~~r~ r ~ g _,_ ~, ~~~ ,,,. ~ , e, ~ ..~ a ~ "d ..__ ~ ,.~ 10 Augers 5 Field Permeabilities 1.7-Acre Detention Pond Site 30 2 Muck probes The auger borings will be drilled by the subconsultant using a 4-inch diameter truckmounted '" continuous flight auger or a 3-inch diameter hand bucket auger. Each sample will be removed from the auger in the field and then examined and visually classified by the crew chief. Water level observations will be made in the boreholes during the drilling operation. The boreholes ~" will be backfilled with soil cuttings upon completion. Hand probes (muck probes) will be conducted by the subconsultant at the proposed inflow and ~"' outflow structure locations to preliminarily measure the depth of soft organic soils. These probes are performed byhand-pushing ifi-inch diameter steel pipe into the ground until penetration is refused. The depth is recorded as the estimated depth of soft sediment/muck. Additionally, the field permeability tests will include installing asolid-walled PVC casing, snugly fit, into a 4-inch diameter auger borehole. The depth of the tests will depend on the ~"' anticipated depth of the pond. The bottom of the pipe will be open and raised 1 foot above the bottom of the boring. The bottom 1 foot of the boring will be gravel-packed. The tests will be run as "constant head" tests by maintaining the water level in the casing at the top of the casing. If relatively high permeability soils are present, the tests will be run as "falling head" tests in which the rate of water drop within the casing will be measured. Task 4.2 Laboratory Testing Routine laboratory visual classification will be performed by Aerostar, along with specific tests deemed necessary (i.e., sieve analysis, Atterberg limits and organic contents). The soils encountered will be classified in accordance with the AASHTO Soil Classification System and/or the Unified Soil Classification System (USCS). Series corrosion tests will be conducted to ~,. determine the environmental classification for substructures. Page 5 of 11 (Exhibit A -ENGINEER'S Services) AGENDA ITEM #8C JULY 24, 2006 Exhibit A Task 4.3 Geotechnical Analysis and Report The subconsultant will analyze the collected data to evaluate general subsurface conditions and provide engineering recommendations to guide site preparation and earthwork construction. Soil permeabilities and pond geotechnical design parameters will be provided. The report will state whether any unsuitable soil types such as organic muck, rock, or hardpan soils are present. In addition, Aerostar will provide an estunate of the seasonal high groundwater levels and saturated hydraulic conductivities at the boring locations. Two copies of the report will be provided, along with separate copies of our soil boring profiles for inclusion on the plan cross sections. Task 5 -Construction Documents CDM will prepare construction documents for the regional detention facility and the inflow and outflow structures. Task 5.~ Construction Plans and Specifications ,,,, CDM will prepare plans and specifications for the construction of the proposed regional detention pond and the inflow and outflow structures. ~, Construction plans and specifications shall conform to FDOT (as applicable) design criteria, including clear zone requirements and format. CDM will prepare 11-inch by 17-inch plans (1 inch = 40 feet). CDM will work with City staff to develop the layout plan for the proposed ~. improvements within the parcel to the extent possible without impacting adjacent properties and / or identified utilities. ,,,, CDM will submit 50, 90 and 100 percent plans to the City for review. This task includes three review meetings with City staff at 50, 90 and 100 percent design milestones. CDM will prepare an opinion of the construction cost of the proposed improvements (Task 5.2 below) at the 50, 90 +~ and 100 percent submittals. After the 50 percent design milestone has been reviewed and approved by the City, CDM will prepare the design documents for the 90 percent design plans. At this time, CDM will provide a constructibility review of proposed minor modifications in the design by the City, and update the hydraulic modeling if necessary. The construction plans will consist of up to 19 plan sheets listed in Table 2 below and include the performance of specific work and preparation of details and documents as follows: ^ Pond Typical Sections ^ Plan and Profile of improvements (inflow and outflow points) ^ Soil and geotechnical survey ^ Access road details (if necessary) ^ Stormwater structures ""~ Page 6 of I 1 (Exhibit A -ENGINEER'S Services) AGENDA ITEM #8C JULY 24, 2006 Exhibit A ^ Pond Details ^ Control structures and details (including weir details) ^ Cross Sections ^ Erosion and sediment control Plan FDOT standards and specifications shall be used or maybe modified as recommended by CDM with City approval. Table 2 describes the sheet count for the construction plans: ~. 4i ~ - ~ y~ S , . ~' .Y x ~'.~1, rkatr.~ ~_ ~,> ~,T, :SHEET D SC_ R _TIO[V ~ _ _ ~..NUMBE,(2~0~'SH ETS,~ Cover ~ Index/Key and General Notes ~ Wetland Areas Summary and Tree Survey ~ Lake Control Structures (Inflow and Outflow) 2 Existing Plan Section Corner ~ References/Horizontal Control Plan and Profile 2 Proposed Pond Plan and Survey ~ Soil and Geotechnical Survey ~ Pond Cross Sections ~ Dewatering Plan ~ Access road detail ~ Channel Cross Sections ~ Erosion and Sediment Control ~ Miscellaneous Details and Culvert(s) 2 Mitigation, Planting Plans, and Landscape 2 TOTAL 19 CDM will submit five copies of 11" x 17" (half sizes) format at each scheduled design milestone for City review. The City's review comments will be incorporated into the final construction ^" documents (Plans and specifications) as mutually agreed upon. CDM will furnish one reproducible (22" x 34") set of final construction documents to the City prior to bid advertisement. Task 5.2 Probable Construction Cost Estimate CDM will provide an opinion of the probable cost of construction for the project at the 50, 90 "~' and 100 percent completion milestones and prepare a final opinion of the probable construction cost estimate at the completion of the design. Task 6 -Permit Assistance CDM shall prepare and submit an ERP package to the St. Johns River Water Management District (SJRWMD) and United States Army Corp of Engineers (USAGE) for their review and ~. Page 7 of I l (Exhibit A -ENGINEER'S Services) ~,. AGENDA ITEM #8C JULY 24, 2006 Exhibit A approval for the regional facility. CDM will monitor the permits throughout the approval ~"" process. CDM will prepare and submit a permit package application to the SJRWMD and USACE and ~" respond to up to two Requests for Additional Information (RAIs) to clarify information in the permit application package. ~" Task 6.1 Meetings with the SJRWMD and USACE CDM will meet with representatives of the SJRWMD and USACE to discuss the objectives of the overall project and to clarify the level of permitting needed for the proposed regional detention ~"' facility. A total of two meetings are estimated for budgeting purposes. Task 6.2 Permit Application `~' .CDM will work with SJRWMD and USACE to facilitate the permitting of this project. CDM will prepare an ERP application and coordinate work efforts with SJRWMD. The following elements are typically required in the ERP application: ^ Brief report of project ^ Basin delineation ^ Peak flow quantities and analysis (Mean Annual, 25 year, and 100 year-24 hour storms) ^ Construction sequence or phases (if applicable) ^ Proposed construction layout ^ Construction techniques ^ Stormwater treatment and control techniques ^ Wetland delineation and mitigation plan (if necessary) ^ Construction plans The City will pay all permit application fees. Task 6.3 Wetlands Assessment ERS will prepare a wetlands assessment report addressing wetlands and other potential environmental impacts, on-site mitigation, and/or planting plans for the parcel. If necessary, ERS shall evaluate the feasibility of providing mitigation within the proposed flood attenuation/water quality facilities (regional stormwater facility). If feasible, on-site mitigation shall be incorporated in the final design and construction plans for the regional flood attenuation/water quality facility. ERS will delineate and flag wetlands within the project per the USACE and SJRWMD ~. methodologies. The survey subconsultant will perform survey of the established wetland line(s). If necessary, ERS will also coordinate with the City to prepare an onsite mitigation plan Page 8 of I 1 (Exhibit A -ENGINEER'S Services) AGENDA ITEM #8C JULY 24, 2006 Exhibit A to offset identified wetland impacts. The mitigation plan may include a monitoring plan and ~• maintenance program. The monitoring and maintenance programs are not included in this scope of work. ERS will perform a Threatened and Endangered (T&E) Species Survey and prepare a report for submittal to SJRWMD and USACE as part of these work efforts. CDM and ERS will coordinate with the City to respond to up to two RAI comments pertaining to wetland and environmental ~"' issues. The following elements are typically required in the environmental assessment report: ^ Threatened and Endangered Species Classification System ^ Methodology ^ Results ^ Summary ^ Wildlife Methodologies Guidelines ^ Threatened and Endangered Species Observed on the Site ^ Field Data Logs for Pedestrian Surveys ^ General Description of Wetland Communities ^ Wetland Qualitative Evaluation Summaries Task 7 -Bidding Services CDM shall assist the City in preparing bid documents. Construction specifications shall refer to the FDOT specifications as applicable. CDM shall only be required to prepare Special Provisions or Technical Specifications for items not covered by the FDOT specifications to be incorporated to the City's front-end contract documents. CDM will attend the pre-bid and pre-construction conferences, and interpret and clarify plans and specifications as necessary at the meetings and during the bidding process. Up to three meetings are estimated for budgeting purposes. CDM will assist the City and provide issue clarification related to the construction plans during the bidding phase of the project. The City will be responsible for the bid tabulation evaluations. The City will preside over the pre-bid conference with the bidders. CDM will prepare up to two addendums, if necessary, to clarify bidders questions during the bidding period. CDM will assist the City to determine the "Amount of Liquidated Damages" per delay days for failure to complete the work by the construction contractor based on FDOT Standard Specifications Road and Bridge Construction (2000). This amount will be included in Bid documents. Procurement of the bids will be the City's responsibility. Task 8 -Public Presentations CDM will assist the CITY in preparing the materials necessary for three public information meetings to be held at a time and place to be determined by the City within Atlantic Beach. Up ~" Page 9 of 11 (Exhibit A -ENGINEER'S Services) ~• AGENDA ITEM #8C JULY 24, 2006 Exhibit A to three "E" size board will be prepared for each meeting as well as one PowerPoint (Up to 20 slides) presentation relevant to the design and affect of the improvements on the community and property owners. CDM has budgeted time to prepare the necessary information for up to three public presentations. Task 9 -Services During Construction (Not to exceed portion of scope) The City will be responsible for the general administration of the construction contract. The City will provide all resident inspection and provide construction administration during construction. CDM shall have no responsibility or authority over the construction contractor's means, methods or techniques of construction, nor for construction site safety or safety '~ programs incident to the construction contractor's work. The City will prepare record or "As-built" drawings as required for submittal to the SJRWMD. CDM will provide the City a Project Certification letter based on the "Asbuilt" drawings provided by the City indicating that the project has been completed according to plans. The following services are included by CDM: ^ Prepare one addendum to clarify bidder's questions during the bidding period. Bid tabulation will be performed by the City. ^ Attend apre-construction conference with the City's Construction Manager present. ^ Conduct up to three site visits to confirm that the work is being performed according to the Contract Documents, and will make recommendations regarding resolution of issues that may arise during the course of the project related to the construction documents. ^ Respond to contractor Requests for Information (RFIs). Up to five RFIs are budgeted for this project. ~. ^ Review the shop drawing submittals for compliance with the requirements of the Contract Documents. Ten shop drawings are budgeted for this project. Resubmittals of rejected shop ~. drawings will be counted within the ten shop drawing budget for this task. Task 10 -Grant Funding Support (Not to exceed portion of scope) This is a not to exceed task and provides support to the City of Atlantic Beach, by CDM, in identifying and submitting for potential grant opportunities. There are several sources of grant funding at the state and federal level that this project maybe eligible for, and CDM would provide the support necessary to apply for these funding mechanisms. Typically, these grant applications require a brief write-up of the project and documentation of the expected benefits from a water quality and water quantity standpoint. Depending on the grant submittal requirements, it maybe necessary to apply a simple water quality model to demonstrate expected pollutant load reductions. In addition, some grant applications require simple time value of money calculations of the load reduction costs, on an annual dollar per pound of pollutant removed basis. ~"' Page 10 of I 1 (Exhibit A -ENGINEER'S Services) ~. ~w AGENDA ITEM #8C JULY 24, 2006 Exhibit A III. Schedule Within one month after the Notice to Proceed, CDM shall provide a project schedule. The total time for completing CDM's design services required under this Work Order is 12 months from the date of the Notice to Proceed. The issuance of the ERP is dependent upon the SJRWMD and the USACE. The completion of the construction services (Task 9) will be dependent on the construction contractor. IV. Budget The CDM Team will complete the services listed in Tasks 1 through 8 for a lump sum fee shown on Table 3. CDM will invoice monthly based upon the percentage of completion by task. Task 9 and outside professionals shall be not-to-exceed upper limit as shown on Table 3. Page ] 1 of l 1 (Exhibit A - ENGINEER' S Services)