Loading...
HomeMy Public PortalAboutBaxter & Woodman, Inc. (Mathews Consulting, Inc.) Minor Drainage Repairs-Inventory & Technical Memorandum 02/2020TOWN OF GULF STREAM Engineering Services for Minor Drainage Repairs - Inventory & Technical Memorandum DATE: February 10, 2020 BACKGROUND The Town of Gulf Stream (Town) has observed extended roadside ponding and the resulting tire rutting at the edge of pavement along many areas of the core. The Town has requested that Baxter & Woodman, Inc. (Consultant) perform an inventory of these problem locations and provide and. inventory and construction cost estimate to provide point solutions to alleviate the ponding. DESCRIPTION OF WORK The Town has observed numerous locations within the core area where ponding and rutting alongside the roadways has been occurring. The areas of focus will be along the following roadways: 1. Polo 2. Gulfstream 3. Old School Road 4. Banyan (Gulfstream to Polo) 5. Lakeview (Gulfstream to Polo) SCOPE OF WORK The services provided under this authorization will be divided into defined tasks as follows: • Task No. 1 — Field Inventory • Task No. 2 — Technical Memorandum w/Cost Estimate The specific scope of services to be provided by the Consultant in this Proposal includes the following: Task 1 — Field Inventory 1.1 Following a rain event, conduct a field inventory to identify ponding and rutting locations. Identify location and provide description of issue observed in the field. Provide photo documentation. Baxter & Woodman, Inc. Task 2 — Technical Memorandum 2.1 A Technical Memorandum will be prepared which will including a listing with the following: a. Location b. Description of problem c. Recommended solution may include: i. Add curb along edge of pavement at turn radius. ii. Provide 1 -foot ± wide asphalt pavement strip along edge of pavement to prevent rutting from parked vehicles. Asphalt strip would slope away from the roadway. iii. Provide stone or rock shoulder treatment along edge of pavement to prevent rutting from parked vehicles. Provide slope away from the roadway. iv. Cut roadside swales and re -sod to direct runoff from the edge of roadway. v. Remove grass in front of drainage inlets and provide asphalt drainage inlet apron to allow runoff to reach in the inlet. vi. Adjust drainage inlet tops and grates and/or sawcut and raise road where settlement has occurred around drainage inlets. d. Sufficient detail, standard construction details, requirements and dimensions will be included in the Memorandum so that the document could be issued for construction bids in the form of a location plan and details. 2.2 Unit price quantities (in the form of a Schedule of Values) and a construction cost estimate for the recommended improvements will be prepared. 2.3 Consultant shall submit a Draft of the Technical Memorandum to the Town for review and comment. We will attend a meeting to discuss the Memorandum and receive comments and will finalize the Memorandum. Consultant shall provide four (4) copies of the final Memorandum to the Town and in .pdf format. ASSUMPTIONS In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/or modifications in the above work items or these assumptions are considered an Additional. Services Item under the terms of the contract. Assumptions include: 1. Note that this work is intended to address the roadway ponding, trapped water along the roadways and roadside rutting on a short-term basis. Full roadway reconstruction or milling and overlaying an entire length of roadway to improve the slope along the road will be coordinated with the proposed excavation work required for the watermain and roadway rehabilitation projects outlined in the 2 Baxter & Woodman, Inc. 2. 3. 4. 5. CIP. Also to be considered, will be the excavation work recommended in the septic to sanitary sewer study just underway. Bidding services are not included herein. Surveying services are not included. Direction of slope will be estimated visually based on the flow pattern of the stormwater runoff. A contract manual will be provided consisting of Division 1 GENERAL REQUIREMENTS and other technical specification sections as necessary. No permitting is anticipated nor included. ADDITIONAL SERVICES Additional services can be provided, if desired by the Town, under separate Proposal(s) or by an amendment to this Proposal. Services performed will be on an as -directed basis, in accordance with a written Notice to Proceed from the Town. SCHEDULE The completion dates for this work will be as follows: Engineering Services Time from NTP Task 1 — Field Inventory 21 calendar days* Task 2 — Technical Memorandum 60 calendar days * Contingent on the occurrence of a sufficient rain event 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 Exhibit B. Tasks Task 1 — Field Inventory Task 2 — Technical Memorandum Reimbursable Expenses Cost $ 2,208.00 (Lump Sum) $ 7,306.00 (Lump Sum) $_.._._.350.00_(Not-to-Exceed) Total $ 9,864.00 Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in Exhibit B. 3 Baxter & Woodman, Inc. 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 Rebecca Travis (Vice President) duly authorized to execute same. TOWN OF GULF STREAM: By: _ By: Date:� C/ ao Date: BAXTER & WOODMAN, INC.: Rebecca Travis, Vice President 4 Baxter & Woodman, Inc. C N .6 m N O O co G N ci O � H4 fA U 0 0 0 0 0 0 0 co co 0 0 to cfl v H N N r " M t!") 6e 69 � t � G O O E a m o 0 o d `m o m r M O co O O N N 01 - Ir U 21 O N O d ~ O O O 0 x CD M Lll G t6 G Otu U ' O p O O O N c6 if} U — L 0 a J O N O N LL o r N N V) N IX r M M c C M co 411 O N O O d •r- 2 O O O 4L ip (D d O O O O O O •C O O N N 0 O� O O O O O O O Vi LL W 0) � 69 tOA a a Vl fA N C N O is fO o d N 41.1 ' E E U ffNVO i Of E N G N NN C N N m N r G D E o o O _a O W c a E �, x ca G L) c • m Grn c m i V O d c c Ci c� N c o M m fa 3 C m.. ao 3 12 0 cLL ei cn cA ` c c o a v c m $ a n 0 E p H LL ii F d �� J i'n (A rn � a 6 Z r N (7 N N ci F