Loading...
Exh 8D AGENDA ITEM SD JUleTE 9, 2003 CITY OF ATLANTIC BEACIi CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Hopkins Creek Basin Retention Pond Project Design Contract SUBMITTED IIY: Robert S. Kosoy, P.E. Director of Public Works DATE: June 2,2003 BACKGROUND: At the Apri128; 2003 Commission meeting, the City Commission authprized staff to begin negotiations with the top-ranked firm, Camp, Dresser. & McKee (CDM), for engineering services for the Hopkins Creek BasinRetention Pond Project.. On May 30, 2003, CD1YI submitted a proposal, which is broken down into three phases. The first phase is for a preliminary. design report and extensive survey services. The second phase is for environmental -site assessment, special services, design, permitting. assistance, bidding and public presentations... The final phase is for services during construction. The cost is as follows: Phase A: $ 42,022.00 ..Phase B: $106,989.50 Phase C: $ 10,142.00 Total: $159,153.50 - BUDGET: This will be funded as a budget modification to the 470-0000-538- 6300 account. COMMENDATION: Award the contract for Phase A only at this time for Hopkins Creek Basin Retention Pond Project to Camp, Dresser & McKee in the amount of $42,022. ATTACFIENT: l . Letter from CDM dated 5/28/03. 2. Scope of Services and Cost Proposal dated 5/27/03... VLEWED B4' CITE' AGER: AGENDA ITEM 8D JUNE 9,.2003 8659 Baypine Road, Suite 200 Jacksonville; Florida 32256 tel: 904 731-7109 ~., fax: 904 731-0465 May 28, 2003 ~~f' ~ .,' Mr. Robert S. Kosoy, P.E. ..Public Works Director City of Atlantic Beach 1200 Sandpiper Lane - Atlantic Beach,. Florida 32233-4318 Subject: City of Atlantic Beach ..Hopkins Creek Regional Stormwater Facility Scope of Services and Budget Dear Mr. Kosoy: CDM is pleased to submit this scope of services for the design of the Hopkins Creek Regional Stor>,nwater Facility for your review and comments. This scope was developed based on previous conversations and. modified based on our latest meeting of May 22, 2003. As we Have discussed at our last aneeting, the following items were modified from the original scope and budget: ^ Added tree survey ® Chaizged the number, of plans submittal for reviews from 4 to 3 ® Reduced the number of construction drawings. from 25 to 19 ~ Reduced the. number of meetings for. certain. tasks ® Moved the services during construction and the outside professional costs to a not-to-exceed section of the budget. We trust that the enclosed proposal meets your expectations for a comprehensive scope of services that will contribute t® t11e successful development of Plans and Specifications for the above referenced project. e are lookingward to working dvith you on this project. If you have any questions or comments regar'~ i g this scope of services, please callus at (904) 731-7109.. .Sincerely, ~~ ~ ti..- Patrick R. Victor, P.E. Principal Ca>np Dresser & McKee-.Inc. Ha20376_Atlantic BeachlHopkins_Scope_Transmittal.doc consulting • engineering • construction • operations AGENDA ITEM 8D JUNE 9, 2003 City of Atlantic Beach Hopkins Creek Regional Storrnwater Facility.. Design and Permitting Scope of Services CDM May 27, 2003. L Background and Purpose In 2002, CDM' updated the City of Atlantic Beach Storrnwater Master Plan (SWMP) and recommended the construction of a stormwater regional facility to reduce flooding problems in the Hopkins Creek watershed. Problems. on Aduatic 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 facilitythat was phased into three distinctprojects. Phase I (this project) c®nsists 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: IL 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 (FRS) 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 storrnwater management system (PSWMS) 'RUNOFF and EXTRAN hydrologic/hydraulic models developed for the S4VMP (and as modified for the SWIVIl' 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. seleetedl.7-acre area in various configurations. The alternatives will identify new conveyance systems to the proposed detention area and modification of existing - conveyance systems. µ_ AGENDA ITEM 8D ~ > ~ ~ ~ «w, { _ y~ ~ ~~ 1~ ?~ ~ "~,. ~,, ~,~P JUNE 9; 2003 S ,..r ~ r ~ ! JJCCC _ t _ ~ ~ _ -1` ~ J lc ~. r. E -_... y •il. • r - 4 7 F~ ~ ~ ` ~ ,i a y I,.~.+•k' 'P -0 ~r ~i ~y7711 ° ~F ,. ;~ t . i,,~ - is -. .1 '}"S..' j !' .~~}~y~, r € *'+-fin' ~.. ~' ~ a. :;~ ..~ '4 ..•~ ~ ~~, X ~ .~e'r*r~i s .,e 4 r ,a~`* vrl {.! .s ~ y 4 ~i r~i.~~~d _- ~ ~ ^k ~ } ~- ~(~y',f _~„,,~ ~+.,.t, '.mil "~ry' S ~• ~~~~y ,~A •~{~".~, ~A+ .`.Y' 1~ 1, .l ~ 41 Y.. ~ V~ i :`'~~~ +.• '~ ...~ ~ _i ai_ , '~' ~a. !~ 0 ,~'~ 1 ~'~. T ry `t(~ - Pr "'~ ~ # ~• n~`T- an.f F' , .. ~ 514 ,y L r ~, T -iA~.a~l<A ':-.T,~~ ~~ i `-~ t~ yy[F. ~ ~+~.~'~ ~'~ rn - ~ ,~"' ~' ~' ~ '~ I ' '~ ,`~- ~ f .. y -rte '~ ~''~ ~;. `~-~~ X : 1~Ss. r , S +'9~t ~"+, . ~_ i"a.S t tr~, r,P ~~ y , 4r~ ,fi ;"Y F,Z ~~ ~ ~ y~e # t__ ~ ~ ~~ ~ I ' r T fIT ,i"f 'n~ ~ k nip ,2^Y..~ ~ ~ P f ~. .#~_s._ ~~ ' }„sib ~ti s ~~ ~ #~ ~~~ ~ ~ ~ Y ~ 1*n ~ _ d~ „~ ~ .'(~• ~ ~~4 ' ,.~ ~ ~ ~ ~ R'~ $ '3 , -. x . f ' ~., a '~ - ~` '_ ~ [ ~ ~,.. _ _ .1 *.. ~. ~v,' '~'~ • ~-~ -. ~ i" '6~.. ~', a `t' ~ s , ~, a '~ ~..- ~ a . :fir • ~kx.:,~. ~ .~ " -yK }~ ~~~ ~ d i"V Fs:,., ~ rKV .. ••fi `SY~~ g4-:.~~~a"~' i'ce',' 9 ~r is + '1 - C ~ `lti' ~~ r~~~~~~ ?'. ~~ JI - 4 _ ~~ ~ _ ~ rM r ~ry35~ ..t~ ter' ~ ~- i ~ ~ ~~ - ...~ ~ ~ ~ ~ ~#~; yy g r "~ ., ~ ~. F H ~LW ~ ~ i ~. ~, ;, .q~.,,tt-~+F,;~:,...• , _,.. ,q ~ ,«J''?`n-~u.r.,::_:> 1 -,._,Y.~ ° ~t:-y#~..t # , .. _ - .-..:,y._..e _ + _- J~.r"~ 4.+,c.. ~~ ..-_ .... _.._ ~ .,. , - _._. '., { '. _.. a®~4w:~v~ $;-.~,.,W~ awe .`".. ... ... m SCALE 200 0 200 400 Feet Fig.1 ..City of Atlantic Beach Napkins Creek Regi®r-al Storm~r/ater Facility AGENDA ITEM 8D JUNE 9, 2003 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 iri the PSWMS and peak flows at the outfall. These tables will be used as the supp®rting 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 willcontact utility companies to obtain utility locations: Theutility 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 J utilities within the project area. The survey services. will also include a depiction an the construction plans of existing rights-of-way and easements. The following survey work will be provided by the subcansultant: ^ 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 methodolagy 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 1,0001inear 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. 2 C:Wroja~ FoldersWtlanfic_Beach\Scope_Budga6Fiopkins_Cesign_final9.doc AGENDA ITEM 8D JUNE 9, 2003 ^ Project documents will be produced and submitted to the City in AutoCAD 2000 and Microsoft Word. ^ Right-of-Way maps and Topographic Survey will be delivered on 24"x36" heats at 1"=40' scale showing parcel data, plotted line work, baseline of survey and monumentation. Task 3 - Phase I Environmental Site Assessment Aerostat will provide a Phase I Environmental Site Assessment (ESA) for the xegional stormwater facility parcel: The Phase I ESA will be performed by Aerostat in compliance with the American Society for Testing and 1VIaterials (ASTIVI) 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 Aerostat to determine. if there are environmental conditionsassociatedwith 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 Aerostat by reviewing information contained in agency databases, and by reviewing files maintained by Ioca1 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. Aerostat 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: ^ 1Vational 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) 3 C:~Pmject_FolderslAganlic_Beach\Scope_BodgeNHopkins_Oesign futall.doc - - - AGENDA ITEM 8D .JUNE. 9, 2003 s 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, 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 thesite. In addition to the obvious changes of the..property such as landuse and/or development, more subtle features such as disturbances of the Iand, 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 3.7 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 confirmresults of the database search, identify potential off- site 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-will include the actual examination of the subject properties. At this time, evidence of 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 t® the interviewing process, most of the historical information regarding the site has been reviewed. The person being interviewed will. be asked ab®ut the person's 4 C:\Projacl_FoldersWlantic BeacMScope_BUdgetUiopkins_Design flnaN.doc AGENDA ITEM 8D .JUNE 9, 2003 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 setrequirementfor 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 LESA report will be prepared following the. format recommended in ASTIVL 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 be provided: A Phase II 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. TABLE 1 .Proposed Struc4ures Number 0 Type of Borings Depth Below Ground !Improvements Surface. (feet) 10 Augers 1.7-Acre Detentian Pond Site 5 Field Permeabilities 30 2 Muck probes The auger borings will be drilled by the subconsultant using a 4-inch diameter. truck- mounted 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 by hand-pushing 1/2-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 5` C:\Project_FPWersWtlanGc Beach\ScoPe_BudgetWOPkiris_Design_ffiall.doc AGENDA,I'TEM 8D JUNE 9, 2003 ..depend on the anticipated depth of the pond. The bottomof 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 testswill be run as "constant head" tests by maintainingthe 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. , 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 permeablities 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 estimate 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 sectians. .Task 5 -Construction Documents CDM will prepare construction documents-for the regional detention facility and the inflow and outflow structures. ,Task 5.1 Construction Plans and Specifications CD1VI 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 confarm 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,. 6 C:\Pmlect_FaklersWNantic_6eachlScoPe_Bud9et\HOPkins_Design_finali.doc - AGENDA ITEM 8D .JUNE 9; 2003 CDM will. provide a constructbility 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) ^ SoiI and geotechnical survey _ ^ .Access road details (if necessary) ^ Stormwater structures `^ Pond Details ® Control structures and details (including weir details) ^ Crass Sections ^ Erosion and sediment control Plan FDOT standards and. specifications shall be used or may be modified as .recommended by CDM with City approval. Table 2 describes the sheet count for the construction. plans: - ~ C:V'mjed_Folders~AtlenUC_Beaeh~.Scope_BudgeflHopkins_Design_finall.doc -_ - --_.-__~€-1~ET-CJ ~S~Fvl9~~l~l6'F ~ :-t`a~Irl Lc~d`i ~1' ~f~~. _„_-_..__--__._ Cover 1 --- - Index/Ke and General Notes 1 Wetland Areas Summa and Tree Surve 1 Lake Control Structures Inflow and Outflow 2 Existing Plan SectiomCorner References/Horizontal Control i Plan and Profile 2 Pro .used Pond Plan and Surve 1 Soil and Geotechnical Surve 1 Pond Cross Sections 1 Dewaterin Plan 1 Access road detail 1 Channel Cross Sections 1 Erosion and Sediment`Control 1 Miscellaneous Details and Culverts 2 Miti ation, Plantin Plans, and Landsca e 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. CDIWI 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 percentcompletion 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 (USACE) for their review and 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 8 C:V'rojecl_FoltlersVWantic_Beach\Scope_BudgefWopkins_Design fnaH.doc -. AGENDA ITEM 8D JUNE 9, 2003 proposed regional detention facility. A total of two. meetings are estimated for budgeting purposes.. Task 6.Z Permit Application CDM will work with SJRWMD and USAGE to facilitate the permitting of this projects 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 140 year-24 hour storms) e .Construction sequence or phases (if applicable). ^ Proposed construction Layout ^ Construction techniques ^ Stormwater treatment and control techniques m 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 plansfor the regional flood attenuation/water quality facility.. ERS will delineate and flag wetlands within the project per theUSACE 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 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 USAGE as part of these work efforts. CDM. and ERS will coordinate with the City to respond to up to-two RAI comments pertaining - C1Prgect_FoldersWtlantic Beacht.Scope_ButlgeflHOpkins_Design_finall.doc AGENDA ITEM 8D JUNE 9, 2003.: 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 Biddocuments. 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. IJp 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. _ io C:\Pmjecl_Folders\Atlantic_Beach\Scope_BodgetWopkins_Design finalt.doc- - AGENDA ITEM 8D JUNE. 9; 2Q03 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 contracfor'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 °'As- built" drawings provided by the City indicating that the project has been_cornpleted 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. s Conduct tip to three site visits to confirm that the work is being performed. according to the Contract bocuments, and will .make recommendations.regarding resolrxtion of issues that may arise during the caurse of the project related to the construction documents. ® Respond to contractor Requests for Information (RFIs). Up to five RFIs are .budgeted for this project. e Review the shop drawing submittals for compliance with the requirements of the Contract Documents. Ten shop drawings are budgeted-for this project. Re- submittals of rejected shop drawings. will be counted within he ten shop drawing. budget for this task. 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 USAGE. 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 showm on Table 3. CDM will invoice monthly,based upon the percentage of 11 C:\Pmjecl_FoldersV~tlantic Beach\Smpe_8udgetWopkias_Design finaN:doc Table 3 City of Atlantic Beach Hopkins Creek .Regional Stormwater Facility Design and Permitting Budget Estimate May 27,`2003 CDM Senior CAD Total Loaded Technical Project Design Operato Dollar Per. Task Descrf tion Princi al Advisor Mana er En ineer Desi ner r Clerical Total Hour Per Task Task. 1.0 Preliminar desi n re ort 2 16 40 60 100 8 24 250 $ 20,658. 2.O Surve services - 0 0 4 6 0 4 4 18 $ 1,364 3.0 Phase I enviromnental Site Assessment 0 0 4 4 0 0 4 12 $ 957 4:0 Geotechnical data 0 0 4 4 0 2 2 12 $ 990 5.0 Construction documents 5.1 Flans and S ecifications 2 24 70 110 160 350 40 756 $ $4,049 5.2 Probable costs 2 4 8 24 30 0 8 76 $ 6;248 6.O Permit assistance 6.1 Meetin s with S RWNID and USACE 0 12 16 4 0 -0 4 36 $ 4,257 6:2 Permit a lication 0 18 32 40 8' 24 40 162 $ 13,574- 6.3 Wetlands assessment 0 0 4 4 0 2 2 12 $ 990 7.0 Biddin services 0 2 30 0 0 0 32 64 $ 4,950 8.0 Public resentations 0 12 20 0 0 40 12 84 $ 6,985 9.0 Services Burin construction Not to exceed amount 0 2 40 24 0 40 24 130 $ 1Q142 Total Hours 6 90 272 280 298 470 196 Loaded labor $ 858 $ 14,850 $ 29,920 $ 24,640 $ 19,668 $27,143 $ 8;085 Other Direct Costs Number Cost ' Total CAD Com uter GIS 105 $12.00 $1,260 Microcom uter 80 $6.00 $480 Ex iess Service 10 $10.00 $100 Co ies 1,000 $0.15 $150 Half Size Set Copies 950 $0.50 $375 Full Size Set Copies 100 $2.50. $250 Total $1,990 Total Labor Cost (Lump Sum) $ 115,022- Total Labor Cost Not to Exceed Sum $ 10,142 Outside Professionals Not to exceed amount $ 32,000 Other Direct Costs Lum Sum $1,990 Total Lum Sum Cost $117,012 Total Not fo Exceed Cost $ 42,142 Total Bud et $159,154 SUrV@ 20,000 Phase I 3,500 Geotechi 5,000 Wetland 3,500 Phasin Breakdown Phase A -..Tasks 1 and 2 lus Survey $' 42,022.00 Phase B -Tasks 3 through 8 lus-other Ops and ODCs $ 106,989.50 Phase C -Task 9 only $ 10,142.00 Total $ 159;154 G~ ~ Z t~ ~ ro ~ o ki W -~-- - - AB Hopkins_Design_Scope_final~hased.xls d Outside Professionals