Loading...
HomeMy Public PortalAboutWater Main Improvements Agmt (St Road A1A) Phase 2TOWN OF GULF STREAM Engineering Services for State Road AlA Water Main Improvements — Phase 2 DATE: February 21, 2019 BACKGROUND The Town of Gulf Stream desires to replace the existing 6 -inch water main, north of Golfview Drive, along State Road A l A, then west on Sea Road, then north on County Road and then west to the end of Little Club Road. As part of previous improvements (Phase 1) the Town replaced the existing 8 -inch force main along State Road (S.R) AIA, south of Golfview Drive with a new 12 -inch water main. The Town has requested that Baxter & Woodman (Consultant) provide data collection preliminary design, detailed design, permitting and bidding services in the execution of this project. DESCRIPTION OF WORK The limits of the water main replacement are presented on Exhibit 1. The replacement water main along S.R, A I will be minimum 12 -inch diameter. The replacement water main along all other roadways will be 8 -inch diameter. All water main piping will be installed using either the open cut trench method or horizontal directional drilling method (HDD). Water main installation using the HDD method will be considered at locations where water service connections are not required. The water main improvements are as follows; • Design a 12 -inch water main (approx. 3,200 -ft.) on S.R. A 1 A, north of Golfview Drive • Design a 8 -inch water main (approx. 300 -ft.) on Sea Road • Design a 8 -inch water main (approx. 1,300 -ft) on County Road •. Design a 8 -inch water main (approx.. 1,000 -ft) on Little Club Road • Connect to all side roads along pipeline route • Directional drill or alter alignment in areas of Australian Pines, where feasible • Fire Hydrants (500 ft. residential and 1,000 ft. non-residential) • Valves (8 -inch and smaller shall be gate valves; 12 -inch valves shall be butterfly type) • Water Services (2 -inch meters and services) • Driveway Restoration • Pavement trench repair when crossing roads • Abandonment of existing 6 -inch water mains 04/17/19 ��F all f - isimm, rv;, At 1AWPVO " r: Gtlit��'�� re rr�� M vp E SCOPE OF WORK The services provided under this authorization will be divided into defined tasks in order to perform the required engineering services. The following is the description of the tasks to be completed by the Consultant: Task No. 1 - Client Workshops/Meetings Up to four (4) client workshops/meetings and three (3) Commission meetings shall be attended by Consultant and Town staff. Consultant shall provide a written summary of the issues discussed at the workshop meetings. These include review meetings for the following: Item 1.1 Kickoff Meeting for the purpose of verifying the Town's goals, objectives and design standards for the project. Lines of communication for the project will also be established. Item 1.2 50% Design Review Meeting. Item 1.3 75% Design Review Meeting. Item 1.4 100% Design Review Meeting. Item 1.5 Commission Meetings (up to 3) Task No. 2 — Data Collection Item 2.1 - SurveN Verification Consultant shall furnish the services of its in-house professional land surveyor to provide survey services. The survey services shall consist of field topography including locating existing vertical and horizontal control (GPS Localization), baseline stationing (established from south to north and west to east), and all above and below ground existing facilities and utilities within the full right-of-way (including 5 -feet back on each side of the right-of-way) of the established construction limits. The survey control will be referenced from the Palm Beach County Control Network which is the North American Datum of 1983 and the 1990 adjustment for horizontal control and the North American Vertical Datum of 1988 for vertical control. The survey work shall include the following: Topography survey at 50 -foot intervals and at major ground elevation changes to depict existing ground profile at proposed project area. All topographical surveys shall have stationing established from south to north and west to east (station numbering system will be reviewed and approved by the Project Engineer). This shall be accomplished by creating a baseline in the field to collect pertinent data which shall include the following: a. Location of all visible fixed improvements within the right-of-ways (including visible fixed improvements that would pertain to engineering design lying 5 feet outside of R -O -W on each side or up to existing privacy fence/wall), easements and parcels of the project limits, including physical objects, roadway pavement, driveways, sidewalks, walls, curb, drainage swales, shrubs, trees, sprinkler heads and control valves, lift stations, signs, fences, power poles, buildings, and any other encumbrances, including point of curvature and point of tangency. Specific attention shall be given to the existing trees (Australian Pines, etc.) along X Ocean Boulevard s b. Location of all known above and below ground existing utilities: FP&L, AT&T, Cable TV, Natural Gas, Potable Water (pipe diameter, TOP, valves 02/21/19 TON, fire hydrants, and meters), Force Mains (pipe diameter, TOP, and valves TON), Sanitary Sewer (pipe diameter, manhole inverts and direction, rite elevations, laterals, and clean -outs w/in 5-171. R -O -W), Storm Sewers (pipe diameter, manhole inverts and direction, catch basins, and rim/grate elevations), and all other accessible structures. This will include coordination with Sunshine (i.e. One Call) and the Town. Underground piping shall be pot -holed and survey data collected to denote the actual horizontal and vertical locations of all utilities located. C. Identify all platted rights-of-way lines within the project limits (including bearing and distances for centerline), lot numbers, housebuilding address, ownership lines, block numbers and dedicated easements according to recorded plats. A title/records search is not included in the project scope, d. Cross-section elevations shall be indicated every 50 feet, at a minimum, to indicate centerline grades,, edge of pavement grades and shoulder grades, low points and all right-of-way lines. Intermediate grades shall be indicated at all grade breaks, driveways and sidewalks. Two grades (one at the right-of-way line and one 5 feet back) shall be indicated on the driveways to indicate direction of grade. e. The survey shall show the limits of FDOT Rights -of -Way for State Road A I A (i.e. N. Ocean Blvd). f The survey shall show the limits of all Town Rights -of -Way for Sea Road and County Road. g. The survey shall clearly indicate all private property limits which encompass Little Club Road which is a privately owned drive. The Town shall coordinate access with the Little Club Homeowners Association, as required, to facilitate all work which will be performed on private property. h. The survey shall include topography of the complete intersection, 50 feet beyond radius returns, at the terminal end of each street. i. Provide and reference benchmarks at maximum 600 -foot intervals. Elevations to be referenced to an existing established Town or County Benchmark. 2. The above topographical survey data will be prepared in AutoCAD (Version 2016) format at a plan scale of 1 "=20' horizontal. as one continuous file. Baxter & Woodman's standard layering system shall be followed. Item 2.2 Geotechnical CONSULTANT shall use the services of a professional geotechnical engineer to provide subsurface investigations of the project area that will include: 1, Perform up to ten (10) standard penetration test (SPT) borings to an average depth of ten (10) feet. 02/21/19 Perform up to six (6) SPT borings to an average depth of 30 -fl along water main segments which are designed to be installed using the HDD method. Coordinate and secure all necessary permits from FDOT for all work located within FDOT rights-of-way, 4. Maintenance of traffic for all geotechnical field work. Evaluate field data collected and provide geotechnical engineering evaluation report. The soil boring locations will be shown on the design drawings and the geotechnical report will be included in the contract specifications. Item 2.3 Field Verification Consultant shall furnish the services of a professional underground services company to provide underground field locations (i.e. soft -digs) of affected existing utilities. The work shall consist of measuring and recording the approximate horizontal, vertical, width and depth data of affected utilities within the project limits. The soft -digs cost $500 each. Consultant has budgeted $20,000 (40 soft -digs) for the project. Consultant shall determine the number of field locations required after the 50% design has been completed. CONSULTANT shall meet with the Town to discuss the number of field verifications that should be charged to under this subtask. Only actual soft - digs taken and approved by the Town will be billed. Additionally, a $10,000 allowance has been included in the scope for the completion of utility targeting using ground penetrating radar (GPR) within specific locations along the proposed water main alignment. The Town will only be billed for the cost to perform utility targeting at the specific locations desired by the Consultant. Item 2.4 Water Meter Stud\ CONSULTANT shall field review the existing water meter box locations and the size of the meters. A spreadsheet shall be developed that will provide street name; house address and meter sizes. Town staff shall mark the locations of the water services, before CONSULTANT begins this work item. Task No. 3 —Final Design Final design shall consist of the completion of an alignment study followed by the preparation of Contract Specifications, Contract Drawings (plan/profile), and Final Construction Cost Opinion for the selected water main alignment. A summary of the work items to be performed as part of Task No, 3 are included herein. Item 3.1 Utility Coordination Consultant shall coordinate with utility agencies (Electric, Telephone, Gas, and Cable TV) which have infrastructure within the areas within the selected pipeline corridor to collect record information. This Item includes reconciling apparent discrepancies between record information and existing photographic and field -verification information. Item 3.2 Water Main Corridor Analx sis Consultant shall identify potential routes for the replacement of the existing 6 -inch water main; north of GolfView Drive, along State Road A 1 A, then west on Sea Road, then north on County 02/21 /19 Road and then west to the end of Little Club Road. This Item shall include a corridor analysis of routing alternatives with verification of utilities based on review of available water, sewer and drainage atlas maps and review of visible above -ground features. The corridor analysis shall evaluate and list all Town, County, and FDOT right of ways (ROWS) needed for pipe routing. This task will evaluate space and alignment feasibility only within the ROWS, and shall not include negotiation with the agencies for actual use of the ROW. Consultant shall meet with each agency to obtain feedback on the use of their ROW for the water main. Consultant shall obtain existing site data and record plan information and develop base plans from surveys, record drawings and Town supplied snaps. As part of the corridor analysis, the Consultant shall confer with the Town's certified arborist consultant to discuss potential methods to mitigate impacts to the Australian Pines located along S.R. AIA. Consultant shall prepare a Preliminary Design Report (PDR) which shall summarize the results and findings of the Water Main Corridor Analysis. Three (3) hard copies and one (1) PDF copy of the PDR will be submitted for review by the Town. Consultant shall attend one (1) meeting with Town staff to discuss the PDR and receive comments. The Final PDR will incorporate Town comments and three (3) hard copies and one (1) PDF copy shall be submitted. Item 3.3 Construction Documents for Water Main Design Preparation of construction documents shall include contract drawings and technical specifications. Contract drawings shall include: cover sheet, general notes, plwVprofile drawings, and miscellaneous detail sheets. The drawing scale shall be 1 -inch equals 20 feet for pipeline plan and 1 -inch equals 2 feet for pipeline profile. Consultant shall prepare the engineering design elements on topographic survey information in an AutoCAD release 2016 format. Contract documents shall include: "front-end" documents and technical specifications. The front-end documents shall be prepared by the Town for review and inclusion into the final Bid Set documents by Consultant Drawings and specifications (four copies) shall be submitted for Town review at 50% (plan view only, no specifications), 75% (plan/profile), and 100% (planJprofile) stages. Consultant shall meet with the Town to discuss comments, and incorporate comments into final documents. Consultant shall furnish with the 100% design drawings, one (1) set of AutoCAD Version 2016 files in electronic format on flash drive. Item 3.4 Construction Cost Opinion Preparation of construction cost opinion at 50%, 75%, and 100% design stages. The construction cost opinion shall reflect changes in general scope, extent or character of design requirements incorporated during the various design review stages. Item 3.5 Qualit\ Assurance Consultant shall provide an internal QA/QC construction review of the 100% Design Documents (e.g. drawings, specifications and cost opinions). 02/21/19 Item 3.6 Public Outreach Meetines Consultant shall attend up to two (2) group meetings with the homeowners in the project area. This will also include the development of presentation materials for the public meeting for the affected residents. Task No. 4 — Permitting During the Final Design Phase, Consultant shall meet with the potential permitting and other interested agencies to determine all potential pennitting requirements. Agencies anticipated to have interest in the project include: Florida Department of Transportation (FDOT) and Palm Beach County Health Department (PBCHD). 1. Permit applications shall be completed as required for FDOT: ■ Utility Permit 2. Permit applications shall be completed as required for PBCHD: ■ Potable Water Main Associated permit application fees shall be determined by Consultant and paid by Town. In addition to preparing the permit applications for appropriate regulatory agencies, Consultant shall assist the Town in consultations with the appropriate authorities. Consultation services shall include the following: Attend up to one (1) pre -application meeting with the staff of each of the regulatory agencies 2. Respond to request(s) for additional information from each regulatory agency. Task No. 5 - Bidding Services Item 5.1 Bid Advertisement Consultant shall assist Town in advertising for and obtaining bids or negotiating proposals for construction (including materials, equipment and labor). 11 is anticipated that work shall be awarded under a single construction contract. Consultant shall sell the bidding documents and shall maintain a record of prospective bidders to whom bidding documents have been issued. The Town shall also post the bid documents on Demand Star. Item 5.2 Pre -Bid Conference Consultant shall prepare agenda and conduct a mandatory pre-bid conference with interested potential bidders and Town staff. Consultant shall provide a written summary of issues discussed. 02/21119 Item 5.3 Bid Clarification Consultant shall issue addenda and shall provide supplemental information or clarification, as appropriate; to interpret, clarify, or expand the bidding documents to all prospective bidders during the bid period. Item 5.4 Contract Award Consultant shall attend the bid opening, prepare bid tabulation sheet and assist Town in evaluating bids and proposals, and in assembling and awarding contract for construction. Consultant shall submit to Town written recommendation concerning contract award. ASSUMPTIONS Work described herein is based upon the assumptions listed below. If conditions differ from those assumed in a manner that will affect schedule of Scope of Work. Consultant shall advise Town in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to Consultant will be negotiated with Town. 1. Town will provide Consultant record drawings of all available existing facilities and proposed facilities, which shall serve as the basis of design in this project. The information will be provided to Consultant within 5 calendars of NTP. Consultant will add this information to the design drawings in plan view only. 2. Town personnel will assist in limited field verification of affected existing Town facilities and provide pot -holing for existing water mains in the project area. 3. Consultant can assume that all existing and proposed water main alignment is within Town of Gulf Stream and FDOT rights-of-way with the exception of the water main alignment along Little Club Road, which is a private driveway. 4. Town will be responsible for any acquisition of easements (including temporary) for construction of the water main. Legal description and sketches of required easements, including temporary construction easements, are not included in this Work Order. If required by the Town, they will be provided under a subsequent Work Order. 5. Surveying and legal work necessary to prepare document for and to secure easements (temporary and permanent) required for installation of the piping and improvements is the responsibility of the Town. 6. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the Town. 7. The Town is responsible for all permitting fees, including costs of public notification in local newspapers. 8. A single bidding effort is assumed. Re -bidding of the project is considered an Additional Services item. 9. The design is to be based on the federal, state and local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services Item. 02/21/19 8 10. Consultant assumes that there are no contaminated soils or groundwater in the project area. ADDITIONAL PROVISIONS The services described herein will be provided in accordance with the current generally accepted standards of the engineering profession. Reasonable material changes between work tasks, or level of effort actually required and those budgeted, may serve as a basis for modifying this scope and budget, as mutually agreed to between Consultant and the Town. • Consultant is entitled to rely upon the accuracy of historical and existing data and information provided by the Town and others without independent review and verification. Consultant is not responsible for the means, methods, sequences, techniques or procedures of Town and vendor operations or for safety precautions and programs. • Any Opinion of the Construction Cost prepared by Consultant represents its judgment as a design professional and is supplied for the general guidance of Town. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual costs to the Town. DELIVERABLES TASKS DELIVERABLES QUANTfTY 1. Client Workshops/ Review Notes/Comments I – Set per Meeting Meetings 2. Data Collection Survey 1 – Survey Drawings Geotechnical Report Utility Tar getinc Soft Dies 1 – Set of Electronic Files 2 – Report 1 – ReLort 50% Drawings & Specs 4 – Sets (22" x 34") 3 al Design 75% Drawings & Specs 4 – Sets (22" x 34") 100% Drawings & Specs 4 – Sets (22" x 34") 4. Permittinj _ v — ^ Permit Applications 1 –Set each Permit _ 5. Bidding Bid Sets 20 – Sets (22' x 34`) - -----__J 02121il9 11� U A 0 N O N G A i u d O 0 z � V 06 y N Q 7 'C Q N T A � T Olm N N N T N O a N o o c a 3 M c c m `m m o eft Cf Z n m m F - o m z C m CD e CL 'a � � � a � Q � J d U m O C e � C W A O LL 0 � n o f € s H cY_t o }- e C `a rD Fo- io- z Y ►- 3 3 vi N a m SUMMARY OF PROPOSED FEES: Compensation by the Town to Consultant for the services described in this Work Order will be in accordance with the method of payment indicated below and detailed in Attachment B. Tasks Task I —Client Workshops/Meetings Task 2 — Data Collection Utility Locate Allowance Geotechnical Allowance Task 3 — Final Design Task 4 — Permitting Task 5 — Bidding Reimbursable Expenses Cost $ 8,863.00 (Lump Sum) $ 33,441.00 (Lump Sum) $ 33,000.00 (Not -to -Exceed) $ 18,700.00 (Not -to -Exceed) $ 70,198.00 (Lump Sum) $ 4,862.00 (Lump Sum) $ 4,912.00 (Lump Sum) 1. 4.000.00 (Not -to -Exceed) Total $ 177,976.00 Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in Attachment B. 02121!19 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. TOWN OF GULF STREAM, through an authorized official of the Town and Baxter & Woodman. Inc. signing by and through Jason A. PuesleN (Vice President) duly authorized to execute same. TOWN OF �GULF STREAM: By: > i r` Date: 4-12-19 BAXTER & WOODMAN, INC. ason A. Pugsley, P.E., > l e- esident Date: 02/21/19 12 ATTACHMENT B Town of Gulf Stream Syme Road AJA Water Alain Improvements - Phase 2 Budget Summary Baxter Wendman. Inc. Labor es . ion and ou:y„ ale. Prinapel ISenior Eng. Senhr Sr, Prof, Surrey Crew, Sub - Emil ! Engineer Engineer Technician inspector 6uveyo.• (2 party; Clerical T.W Coneu3anl Task No. Ilam Destr{ctian 3165.00 $160.00 $712.00 3110.0E $110.01) 316D.00 $126.00 568.00 Labor I Services 1 CTtem-iYoiia�slMaa_tiepi ..31.400 1 _ 11 �-OtimeeIInS 4 1E 12-6096 Deslon Review Meetinyn 4 ' -8---- 1 57,400 - 1 S 7S-SDesrgni a- iBecOnq 4 j 6 -- ' 1 _$1,400 r 14100%Design Review Meeting 4 6 4 J 1 fl—."b 1 3 Daard Meibrr0e 1uo to 3- Ij 9- 32,833 _ _ — F 1 1.1 ei� _ 2 _ 1 I 0 33 0 7 .i 0 D J 38,665_ P Date Collection ` 21 She TopogpraWc, Survey - 1 j 8 72 36 118 326,907 2 2 Geateohnlre7 (A!lawsna) 2 4 4 3778 317,OD0.08 - - 2.3 Flald Verification (Allowance) 2 _ _ 6 _ _ _ 1111,662 i $30,000.00 2.4 Waley Meier Stud, - Subtotal 2 7 --- 0 _ 12 30 72 B 9 36 115 t 0 $2,664 $33,441 3 Final Design J{i 31 Utd'nr Coordination 2 8 15 2 $3,012 S2 Water Main Corridor An Isis 6 - 28 6 3.3 ConsWction Documents for Water Mem Design 3 3a 5016 Deem Drawings 3 Yechnksl Spedfications _ _ 70_ 1 t 516,124 15 _ 30 110 - I P 324.244 3 3b 75s'o Design Drawings 8 Technical SOecificallons 3,3E 10q%Deblgn Drawinps6Tecnniwi 2neGfmgions 12 30 W B 317734 3.4 ConstauNibn Cosl OpTnbn - -4 - 16 6 $3,112 I ..._ __. 3.s Ouai'i Assuranos 12 $1.320 3.6 Public O6rtnskh Meeting (lolal of 2) — _ - --- - -8 8 - 4 -. _ 8ubwL1 64 0 _ ._._22 .._ 269 16 b 4 peradaioq 62,706 - J.i FDOT Utility ROWPenh 8 0 2 4 4,2 PSCMD Water Main Permsi 5 6 2 4 62,t54 - 3ubloml td _ 0 __._ 74 4 U 0 0 _i 6 34,b62 r 6 eltlanp _ 1. -- -- r 5,1 Did Ad"r isemeni - 2 4 2 $914- I _ 62 P—Wvfd Con(erenbe 4 4 - - - -- 2 31,244 0battifnlicdon 4 6 4 2 64 COM,841 Award 2 4 1 _31.908 -� 3846 - -- subtotal 12 0 16 4 0 -0 0 1 311,912 - Labor Subtotal Hours 122 0 353 3401 32 38 718 43 5172,276 $47.000 Libor Subtotal CoslS $20,130 36 337,296 338,390 ..$3,520 _ $5,400 $14,_616_ I $2,924 ) _ Labor ToW Coln ((Lump Sum) 5/22,276 11 r6uoconsu9ant CONS Total f47,000 6uoconeuOaniMukipl)e� Subcensutlant Total (Allowance, Na-m-Excaed', 591,7x0 _ -- Reimbursable Errpensea iNot<o-Exceed) $4000 ' I Project Total (Lump Sum, Inol Atlawances)3177,976 Baxter Wendman. Inc.