HomeMy Public PortalAboutpj consultingCONSULTING SERVICE AUTHORIZATION (CSA)
Service Authorization Number 2019-1
Project: PJ Adams Utility Relocation Construction Administration — Segments I, 2, & 3
This Service Authorization, when executed, shall be incorporated in and shall become an integral part of
the original Agreement for Consulting Services dated 2/26/2018 between the City of Crestview (CITY)
and Atkins (CONSULTANT).
1. Project Description: The CONSULTANT shall provide Post Design Services for bidding and
construction administration for the relocation of the CITY's water/sewer facilities. All materials
sampling and testing shall be performed by the roadway/utility contractor for the project.
H. Scope of Services:
This project will include the following tasks: The CONSULTANT will attend a pre -bid meeting
and provide appropriate responses to any requests for additional information or bidding questions
received during the bidding process. Any necessary addendums or revisions to the plans will be
prepared by the CONSULTANT. The CONSULTANT will review all received bids for
conformance, unbalanced bid items, and provide recommendation of award, as required. Upon
award, the CONSULTANT will provide construction administration services including:
• Responding to requests for information related to water and sewer relocation items.
• Shop drawing review of water and sewer relocation items.
• Attendance at a pre -construction meeting and provide part-time on -site inspection services.
• Attendance at periodic on -site construction meetings with the contractor, utility owners, and
other affected parties as directed by the CITY.
• Coordination with County and other agencies on any issues related to the design/construction of
the utility relocation plans.
• Review Red line as -built information provided by the contractor on any required field change to
the layout of facilities as designed due to unforeseen circumstances. Prepare final plans (Bubble
or highlight changes) based on field changes and submit final record drawings to the CITY.
• Final walk-through of water and sewer facilities and punch list review.
See Attachment "A".
1I1. Items to be furnished by CITY at no expense to the CONSULTANT:
A. Designate in writing a person to act as the CITY representative with respect to the work to be
performed under this agreement. Such person shall have complete authority to transmit
instructions, receive information, interpret and define policies and snake decisions.
B. Obtain and transmit as -built drawings from the utility contractor and provide to the
CONSULTANT for review.
Page 1 of 2
IV. Time of Performance
The Scope of Services will be completed within 365 days after receipt of Notice to Proceed,
except for delays beyond the reasonable control of the CONSULTANT. The above noted items
of performance are not, however, a warranty or guarantee that the noted services will be
completed within such period.
V. Fees to be paid
For the Scope of Services as described, the CONSULTANT shall be paid a lump -sum fee of
$48,955.00 for professional services, according to the Fee Proposal contained in the attached
proposal letter first referenced above.
Project Total:
S48,955.00
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in duplicate and
sealed the day and year first above written.
ATKINS NORTH AMERICA, INC.
By:
Title:
Gregdxy/S. Allen, PE
Senior Project Director
Date: ,j.-31^I9
CITY OF CRESTVIEW, FLORIDA
By.
Date:
Attes
. B. Whitten, Mayor
Elizabeth Roy, City Clerk
Approved as to Substance:
By:
Wayne Steele, Public Services Director
Date:
Page 2 of 2
SCOPE OF SERVICES
ATKINS
Member of the SNC-Lavatin Group
Scope of Work
PJ Adams Utility Relocation Construction Administration Segment 1, 2, & 3
City of Crestview
May 2019
The following is a scope of services which defines those tasks necessary to perform construction administration
tasks for the relocation of the City of Crestview's Water/Sewer utilities associated with the proposed roadway
improvements to PJ Adams Parkway being proposed by Okaloosa County in Crestview, Florida. Herein after all
references to the CiTY will mean City of Crestview and all references to the CONSULTANT will mean Atkins.
The CONSULTANT shall provide Post Design Services for bidding and construction administration for the
relocation of the CITY's water/sewer facilities. All materials sampling and testing shall be performed by the
roadway/utility contractor for the project. To accomplish the objectives outlined above in a manner that meets the
CITY's requirements, the following scope items have been identified.
1.0 CONSTRUCTION ADMINISTRATION
The CONSULTANT' understands that the intent is for the County's roadway contractor to construct the water &
sewer improvements. The CONSULTANT will attend a pre -bid meeting and provide appropriate responses to any
requests for additional information or bidding questions received during the bidding process. Any necessary
addendums or revisions to the plans will be prepared by the CONSULTANT. The CONSULTANT will review all
received bids for conformance, unbalanced bid items, and provide recommendation of award, as required. Upon
award, the CONSULTANT will provide construction administration services including:
• Responding to requests for information related to water and sewer relocation items.
• Shop drawing review of water and sewer relocation items.
• Attendance at a pre -construction meeting and provide part-time on -site inspection services.
• Attendance at periodic on -site construction meetings with the contractor, utility owners, and other
affected parties as directed by the CITY.
• Coordination with County and other agencies on any issues related to the design/construction of the
utility relocation plans.
• Review Red line as -built information provided by the contractor on any required field change to
the layout of facilities as designed due to unforeseen circumstances. Prepare final plans (Bubble or
highlight changes) based on field changes and submit final record drawings to the CITY.
Final walk-through of water and sewer facilities and punch list review.
The CONSULTANT services shall be billed on a monthly basis based on the job classifications included in the
Professional Engineering Services contract (RFP # 17-I214-PS). The project will be limiting amount based on the
services needed during construction of the utility relocations design by the CONSULTANT. Mott MacDonald is a
subconsultant to Atkins and provided the structural design for the pipe crossings. Mott MacDonald's fee for RFI's
and inspection has been included and will only be utilized as needed.
1
2.0 ADDITIONAL SERVICES
Services authorized by the CITY other than those specifically listed above shall be considered additional services
and the CONSULTANT shall be compensated as described in the Fee Summary. Additional services may include,
but are not limited to the following:
1. Making revisions to drawings, specifications, or other documents when such revisions are inconsistent
with written approvals or instructions previously given and are due to circumstances beyond the control of
the CONSULTANT.
2. Providing services of professional consultants other than as is specifically provided for under this scope of
services.
3. Preparing supporting data and other services in connection with agency approvals if extensive studies
and/or analysis are required beyond that which is incidental to this scope of services.
4. Any changes or modifications required due to changes in the project directed by the CITY.
5. Preparing to serve or serving as an expert witness in connection with any public hearing, arbitration, or
legal proceeding.
6. Additional effort required to design and/or permit the water line relocation not included in the current
scope.
7. Additional topographic survey services.
3.0 CLIENT RESPONSIBILITIES
I. Designate in writing a person to act as the CITY representative with respect to the work to be performed
under this agreement. Such person shall have cornplete authority to transmit instructions, receive
information, interpret and define policies and make decisions.
2. Obtain and transmit as -built drawings from the utility contractor and provide to the CONSULTANT for
review.
2
f�L Mott MacDonald
UVu 220 W Carden St. Suite 700
Pensacola, FL 32502
MOTT """ T 850.484.6011 www.mottmac.com
MACDONALD
AAl00003S f 80000I$ 160000b763
March 21.2018
Greg Allen. P.E.
Atkins North America, Inc.
2114 Airport Boulevard
Suite 1450
Pensacola. FL 32504
RE: P.J. Adams Parkway
Sanitary Sewer Pipe Bridge
Post -Design Services Estimate
Mr. Allen.
The proposed sanitary sewer pipe bridge for the P.J. Adams Parkway project utilizes ductile iron pipe with timber
support bents. Design plans currently provide full details for layout and installation. but the following post -design
activities may be requested to facilitate the construction and inspection process:
1. Submittal Reviews — $1,500
This work includes the review of alternate pipe clamps. expansion joints. u-bolts. concrete anchors, treatmnent
materials or other items that differ from plans: precast manhole shop drawing: material or construction test
reports.
2. Site Visits - $1,500
This work includes two site visits to perfomt intermediate and post -construction inspections of pipe bridge
installation.
We estimate a total potential cost of $3.000.00 to perform structural post -design services for the pipe bridge to be
billed on a time and materials basis.
Sincerely.
Bart F. Hendricks, P.E.
Mott MacDonald Florida. LLC
bart. he nd ricks€ mon mac.com
ATKI NS
SNC • LAVALIN Member of the SNDLavalln Group
PJ ADAMS CONSTRUCTION ADMINISTRATION
Cost Proposal — By Task
City of Crestview
DESCRIPTION
PRICE
Construction Administration
$45,955.00
Mott MacDona Id
$3,000.00
Total Extended Price
$48,955.00