Loading...
HomeMy Public PortalAboutCH2M Hill- Gil Ava Project Professional ServicesCity of Crestview City Clerk Coversheet Doc Ill 110 1111,11A111 1111 II Contracts Year 2015 5/3/2019 TASK ORDER 2 This task order is issued pursuit to the Professional Engineering Services Continuing Services Contract ("AGREEMENT") dated February 9, 2015, between CH2M HILL Engineers, Inc. ("CH2M HILL") and The City of Crestview, Florida ("CLIENT") for services performed for the CLIENT on a Task Order basis. Professional Engineering and Consulting Services for the Gil Ava Street Stormwater System Reconstruction Article A. Purpose: Introduction The stormwater drainage system that receives runoff from the developments in the Ava Gil Street drainage basin incurred substantial damage from the severe rainfall event and subsequent flooding that occurred in April 2014. The stormwater flows overwhelmed the drainage system and severely eroded the easement between Phillips Drive and Jeff Drive. The extent of the erosion on the west side of the easement is in close proximity to and threatening the foundation of residential structures. The CITY applied for and received a grant from the Natural Resources Conservation Service (NRCS) to partially fund the repair of the drainage system. This task order provides for the engineering services necessary to design, bid, and construct the proposed reconstruction. Article B. Scope of Work: Task 1—Design Services The purpose of this task is to prepare the design drawings, specifications and bid documents required for the bidding and construction of the project. The task includes the planning necessary to successfully deliver the project in accordance with the NRCS grant funding requirements, to clearly define the scope of work, and to document a project implementation process. This task also includes the steps necessary for the execution of design services for the project. The project will be delivered in three phases: design development (60 percent complete), contract document preparation and final fix -up, as modified to fit the deliverables required by NRCS. The preliminary drawing list for the proposed design is provided below: Preliminary Drawing List Number Title 1 Cover Sheet 2 Index and Site Location Map 3 Abbreviations 4 Civil Legend and Notes 5 Structural Legend and Notes 1 Number Title 6 Structural Legend and Notes 7 Existing Site Plan 8 Overall Site Plan 9 Erosion Control Plan North 10 Erosion Control Plan South 11 Improvement Plan North 12 Improvement Plan Central 13 Improvement Plan South 14 Plan and Profile — Gil Ave 15 Cross Section — Gil Ave 16 Pipe Profile 17 Civil Details 18 Civil Details 19 Civil Details Task lA - Project Planning and Coordination Planning Documentation CH2M HILL will prepare a detailed work plan for the project. The detailed work plan and schedule will be presented to the CITY and NRCS at the predesign meeting and will form the basis for project delivery. The work plan and schedule will be updated as needed to reflect changes in scope or schedule. This subtask also includes preparation of brief biweekly progress summaries, which will be submitted to the CITY and NRCS by email. Predesign Meeting CH2M HILL will attend a predesign meeting with the CITY and NRCS. The objective of the meeting will be to review the proposed work plan, confirm the CITY's and NRCS' objectives, review proposed services and other needs of the CITY, discuss critical success factors and project preferences for both the CITY and CH2M HILL, discuss the availability of existing data from the CITY and NRCS, and document concerns or risks. The workshop will also be used to obtain additional information from previous projects performed in the area. Notes will be prepared by CH2M HILL to summarize key discussion topics and document decisions made during the predesign. Deliverables Under this task, CH2M HILL will deliver to the CITY the following items: • Detailed Work Plan and Schedule • Biweekly Progress Summaries • Predesign meeting agenda and notes 2 Task 113 - Design Development (60 Percent Complete Design) The objective of this phase of the design process is to develop and document the intent of the design, develop design concepts, and prepare plans that are approximately 60 percent complete. Data Collection CH2M HILL will also review existing documents provided by the CITY and/or NRCS that will facilitate the design of the proposed work. The following data is anticipated to be obtained from the CITY: • As-builts for the original stormwater improvements at Gil Ava Street and Phillips Drive • As-builts for the original stormwater improvements at the end of Jeff Drive • Stormwater flow calculations for the applicable drainage basin • Design criteria and geotech information for the stormwater improvements at the end of Jeff Drive Perform Survey Services CH2M HILL will contract with a surveying firm to perform a boundary and topographical survey for the project area, extending from Phillips Drive to the south side of Jeff Drive. Perform Geotechnicai investigation CH2M HILL will contract with a geotechnical firm to perform a geotechnical investigation of the site, which will include soil borings, soils testing, analysis, and preparation of a stability analysis to be used as a basis for the design of the proposed improvements. CH2M HILL will provide onsite observation of the borings for up to eight (8) hours. Prepare 60 Percent Complete Design Drawings and Specifications CH2M HILL will develop the draft (60-percent complete) plans and specifications and deliver to the CITY and NRCS electronic copies of the draft documents in PDF format for review. CH2M HILL will schedule and conduct a workshop with the CITY to review and resolve comments on the draft documents. CH2M HILL will prepare a summary of the meeting action items. Opinion of Construction Cost Utilizing the 60 percent complete plans, an opinion of construction cost will be developed. The opinion of construction cost will be considered a Class 3 estimate (American Academy of Cost Estimate (RACE) 17R-97) with an range of accuracy of +30% to -20%. Deliverables Under this subtask, CH2M HILL will deliver to the CITY the following items: • Topographical and boundary survey • Geotechnical engineering report from the subcontractor • 60 Percent complete design drawings and specifications • Workshop meeting notes Task 1C—Final Construction Documents CH2M HILL will incorporate the comments from the CITY's and NRCS reviews and CH2M HILL's internal quality control review into the final construction documents. Final plans, 3 specifications, and front-end bid documents will be prepared and submitted to the CITY and NRCS prior to advertising for bid. Utilizing the final plans and specifications, the opinion of construction cost initially developed as part of the 60 percent design phase will be updated. Deliverables Under this subtask, CH2M HILL will deliver to the CITY and NRCS an electronic copy (PDF format) of the final drawings, technical specifications, and front end bid documents. One signed and sealed set of drawings (reduced size) and specifications will be submitted to NRCS as required by the grant. Task 2—Bid Phase Services CH2M HILL will furnish electronic copies of the final construction documents to prospective bidders or other interested parties at a reasonable cost for these copies. During the bid phase, CH2M HILL will communicate with prospective bidders and respond to all questions received in writing. If necessary, CH2M HILL will produce addenda to the contract documents to address questions and changes discovered during the bid phase. CH2M HILL will attend the bid opening and tabulate the bid proposals, perform an analysis of the bids, and make a recommendation to CITY for award of the contract pending legal review. Deliverables Under this subtask, CH2M HILL will deliver to the CITY the following items: • Up to three (3) addenda • Bid tabulation and recommendation • Upon selection of a Bidder by the CITY, CH2M HILL will prepare Conformed Contract Documents and submit an electronic copy to CITY and selected Bidder. Task 3 - Services During Construction and Post -Construction Services CH2M HILL will continue to support the project and provide overall construction administration services and act as the CITY's representative for construction phase activities. The services that are to be provided are listed below. Construction Administration CH2M HILL will verify that the required permits, bonds, and insurance have been obtained and submitted by the Contractor. CH2M HILL shall review the Contractor's applications for payment and the accompanying data and schedules. Such review shall only indicate an evaluation that, to CH2M HILL's knowledge, information, and belief, the work has progressed to the point indicated and the quality of such work is in general accordance with the Contract Documents. CH2M HILL will coordinate the written communications among the Contractor, CH2M HILL, and CITY during construction. CH2M HILL will prepare written communications to the Contractor and provide recommendations to the CITY for written communications between the CITY and Contractor. 4 Submittal Review CH2M HILL shall review, or take other appropriate action, shop drawings and samples, the results of tests and inspections, and other data that the Contractor is required to submit, for general compliance with the Contract Documents. Requests for Information (RFI) CH2M HILL will review the Contractor's RFIs and provide clarification of the contract for construction. CH2M HILL will coordinate such review with the design team and with the CITY, as appropriate. CH2M HILL will coordinate and issue responses to the requests. CH2M HILL will log and track the Contractor's requests. Site Visits CH2M HILL shall make limited visits to the site on an as -needed basis, including one preconstruction meeting and construction progress meetings with Contractor, to assist in observing the progress and quality of the executed work of the Contractor and to assist in determining, in general, if such work is proceeding in accordance with the Contract Documents. The schedule of these site visits is anticipated to be such that it can maximize the purpose of the visit at key points during construction. One preconstruction meeting and up to four (4) site visits, which include any progress meetings, are anticipated during construction. The CITY will provide day-to-day observations during construction. Interpretation and Claims CH2M HILL shall advise the CITY as to interpretations and clarifications of the Contract Documents and, in connection therewith, prepare customary change orders as required. CH2M HILL will receive, log, and notify the CITY about letters and notices from the Contractor concerning claims or disputes between the Contractor and CITY pertaining to the acceptability of the work or the interpretation of the requirements of the contract for construction. CH2M HILL will review such letters and notices and will discuss them with the Contractor as necessary to understand each claim or dispute. CH2M HILL will advise the CITY regarding the Contractor's compliance with the contract requirements for such claims and disputes. CH2M HILL will assist the CITY in discussions with the Contractor to resolve claims and disputes. Final Inspections CH2M HILL will assist the CITY with inspections at substantial and final completions, in accordance with the contract for construction. CH2M HILL will prepare up to two (2) separate punch lists of items requiring completion or correction. CH2M HILL will make recommendations to the CITY regarding acceptance of the work based on the results of the final inspection. The scope of work assumes that the NRCS will be present at either the substantial or final completion inspections and not additional close out site visits will be required. Record Drawings and Certifications CH2M HILL will revise the original design drawings to reflect available record information provided by the Contractor. Three (3) hard copies and one (1) CD with pdf-format drawings will be submitted to the CITY. 5 Assumptions and Specific Conditions The following assumptions have been taken into consideration in the preparation of this Scope of Services and compensation. These assumptions are based on the project scope, which is to deliver to the CITY a completed set of construction documents, contract documents, plans, and specifications of sufficient detail to obtain a reasonably accurate bid for services to construct the proposed improvements and for the Contractor selected to be able to construct the facility and to assist the CITY with the monitoring of the construction of the project, and to provide limited post -construction assistance. Should deviations from these assumptions be required to deliver the services described in this Scope of Services, the scope of work and compensation shall be modified accordingly and approved by the CITY in writing prior to executing the changes to the Scope of Services. Assumptions • Project Limits. - The project will extend from Phillips Drive to just south of Jeff Drive, to include the segment of the existing diversion structure. The extent of the project is shown in Attachment A. Modifications to the existing retention pond at Jeff Drive are not included in this scope of work. • Financial and Performance Reporting. - With input provided by CH2M HILL, CITY to prepare and submit the necessary project financial and performance reports, as required by the NRCS. • Reimbursement Submittals. - CH2M HILL to submit engineering invoices and status reports to CITY during design and construction, as well as contractor's pay request and supporting documentation during construction, as required by NRCS for reimbursement. CITY to provide other documentation and coordinate submittal to NRCS. • Bid Documents. - CH2M HILL current "front-end" legal contract documents and Division 1 and Division 2 documents which have been used on other CITY projects will be used as the basis for the production of bidding documents. CITY will review documents prior to bidding to ensure conformance with latest CITY policy and provisions. • Bid Services. o The project is anticipated to bid as a single project, inclusive of all aspects of the Final Construction Documents, and does not include the prequalification of contractors prior to the bid advertisement. o The inquiry period for Bidders will be limited to the time specified by the CITY, which is assumed not to exceed 30 calendar days. o Up to three (3) addenda will be prepared to address modifications or changes to the Contract Documents. • Design Drawings. Drawings will utilize CH2M HILL standards, as necessary and appropriate. Level of effort is based the number of drawings in the preliminary drawing list presented above. • Stormwater Flow Calculations. The scope of work assumes that the City will provide sufficient calculations and other stormwater flow data from previous projects in the area to facilitate developing design criteria for the improvements. 6 " Easement Acquisition. Surveying and other assistance that are typically associated with the acquisition of temporary or permanent easements are not included in this scope of work. " Materials Testing. As deemed necessary during the construction phase by CH2M HILL and the CITY, the CITY will direct the Contractor to employ independent firms for material testing, specialty inspection, survey, or other services related to verifying the quality of the Contractor's work. The Contractor will schedule these services directly with these agencies as directed. " Permit. The scope of work assumes that local, state or federal permits for the proposed work are not required, therefore does not include tasks for preparing permit applications and associated permit fees. " Services During Construction. o CH2M HILL will conduct a Pre -Construction meeting as part of their services. During the pre -construction meeting, the Contractor will provide the project schedule that is anticipated for construction. The time required by the Contractor to construct improvements will not exceed 60 days from issuance of the Contractor's Notice to Proceed until substantial completion of construction activity and 20 days to obtain final completion of construction activity. o CH2M HILL assumes that the CITY will provide periodic on -site resident observation. CH2M HILL will conduct a total of four (4) site visits, which include attendance at progress meetings. o CH2M HILL assumes a maximum of two (2) change orders during construction. o CH2M HILL will provide review for up to one (1) resubmittal of each of the Contractor's submittals. o CH2M HILL will not have control of or be in charge of, and shall not be responsible for construction means, methods, techniques, sequences, procedures of construction or safety programs and precautions in connection with the work. o CH2M HILL will not be responsible for the acts or omissions of the CONTRACTOR, the CONTRACTOR's subcontractors, or any other persons performing any of the work, or for failure of any of them to carry out the work in accordance with the Contract Documents. Specific Conditions " Reuse of Documents - All reports, drawings, specifications, documents, and other deliverables of Consultant, whether in hard copy or in electronic form, are instruments of service for this Project, whether the Project is completed or not. City agrees to indemnify Consultant and Consultant's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized reuse, change or alteration of these Project documents. " Client Furnished Data - City will provide to Consultant all data in City's possession relating to Consultant's services on the Project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. 7 " Opinions of Cost, Financial Considerations, and Schedules - In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the Project, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate Project cost or schedule. Therefore, Consultant makes no warranty that the City's actual Project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's opinions, analyses, projections, or estimates. " Consultant's Personnel at Construction Site - The presence or duties of Consultant's personnel at a construction site, whether as onsite representatives or otherwise, do not make Consultant or Consultant's personnel in any way responsible for those duties that belong to the City and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. Consultant and Consultant's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except Consultant's own personnel. The presence of Consultant's personnel at a construction site is for the purpose of providing to the City a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Consultant neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. " Construction Progress Payments - Recommendations by Consultant to the City for periodic construction progress payments to the construction contractor(s) will be based on Consultant's knowledge, information, and belief from selective sampling that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by Consultant to ascertain that the construction contractor(s) have completed the work in exact accordance with the construction documents; that the final work will be acceptable in all respects; that Consultant has made an examination to ascertain how or for what purpose the construction contractor(s) have used the moneys paid; that title to any of the work, materials, or equipment has passed to the City free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the City and the construction contractors that affect the amount that should be paid. 8 " City's Insurance - The City will maintain property insurance on all pre-existing physical facilities associated in any way with the Project. The City will provide for a waiver of subrogation as to all City -carried property damage insurance, during construction and thereafter, in favor of Consultant, Consultant's officers, employees, affiliates, and subcontractors. The City will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all Project work including the value of all onsite City -furnished equipment and/or materials associated with Consultant's services. Such policy will include coverage for loss due to defects in materials and workmanship and errors in design, and will provide a waiver of subrogation as to Consultant and the construction contractor(s) (or City), and their respective officers, employees, agents, affiliates, and subcontractors. The City will provide Consultant a copy of such policy. " Contractor Indemnification and Claims - City shall require construction contractor(s) to name City and Consultant as additional insureds on the contractor's general liability insurance policy. City agrees to include the following clause in all contracts with construction contractors, and equipment or materials suppliers: "Contractors, subcontractors, and equipment and material suppliers on the Project, or their sureties, shall maintain no direct action against Consultant, Consultant's officers, employees, affiliated corporations, and subcontractors for any claim arising out of, in connection with, or resulting from the engineering services performed. City will be the only beneficiary of any undertaking by Consultant." " Subsurface Investigations - In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total Project cost and/or execution. These conditions and cost/execution effects are not the responsibility of Consultant. " Record Drawings - Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the Project was finally constructed. Consultant is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. " Access to Facilities and Property - City will make its facilities accessible to Consultant as required for Consultant's performance of its services and will provide labor and safety equipment as required by Consultant for such access. City will perform, at no cost to Consultant, such tests of equipment, machinery, pipelines, and other components of City's facilities as may be required in connection with Consultant's services. Article C. Compensation Provisions: As compensation for providing the services described in Article B. Scope of Services in this task order amendment, the CLIENT shall pay CH2M HILL, in accordance with Section 5 of the Agreement. Compensation for services for this Task Order will be on a time -and - materials basis, according to Exhibit B of the Agreement with a not -to -exceed amount of 9 $118,000. The CONSULTANT will keep the CITY informed of progress so that the budget and/or work effort can be adjusted if found necessary. The time -and -materials sum is based on immediate authorization to proceed. Article D. Period of Service: The proposed schedule and milestone dates for the Project within Task Order 2 are as follows: Authorization to Proceed Termination of Task Order April 16, 2015 January 31, 2016 Article E. Authorized Representatives: The Authorized Representatives designated below are authorized to act with respect to Task Order 9. Communications between the parties and between CH2M HILL's subcontractors shall be through the Authorized Representatives: For the City of Crestview, Florida For CH2M HILL Name: Wayne Steele, Public Services Director Name: William J. Klaus, P.E. Address: P.O. Drawer 1209 Crestview, Florida 32536 Address: 25 W. Cedar Street, Pensacola, FL 32502 Telephone: (850) 682-6132 Telephone: (850) 941-7276 Article F. Authorization: Task Order 2 is effective: Accepted for CLIENT by: Accepted for CH2M HILL by: — r /7 • , , ) _ Na I / , , Name: Davi Stejskal, P.E. Title: Ole.--C/C_ Title: Operations Manager ********* End ******** o SEAS W N 5 NOT A BOUNDARY SURVEY ATTACHMENT A Approximate Limits of Project PH',,):; E_ 0 50 100 200 GRAPHIC SCALE 1.. no. Abbreviations: R/W LR P.SM. S.F. AC LLC SEAS TOTAL ERODED AREA IN RIGHT OF WAY = 16,7123* SF. .385t AC OUT51D)E RIGHT OF WAY = 3.�73S4t SF. .78t AC = RIGHT—OF—WAY = LICENSED SURVEYING h MAPPING BUSINESS PROFESSIONAL SURVEYOR h MAPPER 4. NUMBER =ARE FEET = ACRES = UNITED UABIUTY COMPANY = AND = SEASIDE ENGINEERING i SURVEYING, LLC Legend: Atst.OttA :1 I 8 n 124T16f SF _._.L_ \ AC APPROXIMATE LINTS OF ERODED AREA c 1.;8.76 a SF. .3:2t AC 120.21 SF. .003t AG .14t AG APPROXIMATE UAITS L>F ERODED AREA .ZAC. 40±75a t 2981.7t SF. .07t AC I E ERODED AREA /N RIGHT OF WAY ERODED AREA OUTSIDE OF RIGHT OF WAY APPROXIMATE RIGHT OF WAY UNE Survey Notes: '3 T i 612- 4, 75O 73{ SF. .11t AC 99.1t SF.! .002t AE 1,25EL1t S.F. E .03t ACL 4 I. SEASIDE ENGINEERIR/NG AND SURVEYING LLC (SEAS) HAS NOT BEEN PROVIDED A 1IRE OPINION OR ABSTRACT OF THE PROPERTY SHONN HEREON, NOR HAS SEAS PERFORMED A SEARCH OF THE PUBLIC RECORDS OF OIKALOOS4 COUNTY, FLORIDA. 2 77415 IS A SPECIFIC PURPOSE SURVEY TO DETERMINE 774E APPROXIMATE AREA OF EROSION LYING 1117H/N 7HE PLATTED RIGHT OF WAYS THIS IS NOT A BOUNDARY SURVEY THE LOCATION OF RIGHT OF WAY LINES SHOWN IS APPROXIMATE BASED ON LIMITED TIES TO BOUNDARY CORNERS 3. THERE MAY BE ADDITIONAL RESTRICTIONS AND EASEMENTS NOT SHOWN ON airs DRANING THAT MAY 8E FOUND /N THE PUBLIC RECORDS OF OKALOO.SA COUNTY. FLORIDA 4. UNDERGROUND ENCROACHMENTS IF ANY, WERE NOT LOCATED. 5. SURVEY DATA DEPICTED HEREON NMCI /S OUTSIDE OF THE DESCRIBED PROPERTY DOES NOT IMPLY ONNERSH/P AND /S SHOW STRICTLY FOR INFORMATIONAL PURPOSES ONLY. 6. GRAPHICAL REPRESENTATION OF UTILITIES SCRAG& AND SURVEY MONUMENTS MAY BE EXAGGERATED IN SCALE FOR CLARITY. SEAS Suede EnSnee ingAne S r1n6, I -LC 114 Ems! C div A111uN W1 M50)650-9563 G.cwr, FL 32536 F 0350) 3ii61Y Le. /lift DATE OF SURVEY. 08/04/14 SURVEY FOR: CITY OF CRESTwEW DRANK BY: HMK DATE DRAW..- 08-11-14 T rPE OF SURVEY.' SPECIf7C PURPOSE LEGAL DESCRIPTION: N/A OKALOOSA COUNTY, FLORIDA PLAT BOCK 2 PAGE 122 SECTION 8 TONNSHIP 3N RANGE231. SEAS PROECT No.: 14-130 SHEET OF READ BOOK: 14-41 ©COPYRIGHT SEAS 2014 THIS SHEET IS THE PROPERTY OF SEAS AND IS NOT TO DE REPRODUCED EITHER IN PAPER OR DIGITAL FORMAT WITHOUT EXPRESSED WRTTEN CONSENT FROM SEAS. K.rY E Suns% PSAL Ti /Y. 6ST1 Ti1nMY D. IoNNIL P.AN• FL IR. 010,