Loading...
HomeMy Public PortalAboutBaxter & Woodman, Inc. (Mathews Consulting, Inc.) Minor Drainage Improvements 08/2020TOWN OF GULF STREAM Construction Management Services for Minor Drainage Improvements DATE: August 3, 2020 (Revised August 13, 2020) BACKGROUND The Town of Gulf Stream contracted with Baxter & Woodman (B&W) (Consultant) to perform a field investigation to identify areas alongside roadways within the Town that experience ponding and rutting. These findings were documented in a technical memorandum. The Town is currently under contract with a General Contractor working on a water main replacement project within the Town. The Town dcsires to change order the proposed minor drainage improvements presented in the Technical Memorandum. The Town has requested that B&W to provide construction management and inspection services under our General Engineering contract with the Town for the minor drainage improvements work (see Exhibits 1-A through 1-C for limits of proposed work). 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 performed by the Consultant: Task No. 1 — General Administration. Pro iect & Insnection Coordination B&W's Construction Manager will provide general construction administration as required for the Contract. This includes coordination with the Town and Contractor to answer design related questions or clarifications. Consultant will review and track all pay item quantities. Task No. 2 — Site Observations Consultant shall provide a construction field representative to periodically visit the construction site to monitor the work (approximately 3 hours/day) during construction of the minor drainage improvements in a total period of not -to -exceed 6 weeks (which equates to 90 hours) for the minor drainage improvements work only. Field reports will be prepared to describe the current activity. The field representative will promptly relay any concerns to the Town and Engineer. 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. B&W assumes that all existing and proposed infrastructure roadway/pipeline alignments are within the CITY's, rights-of-way and/or approved easements. 2. Town personnel will assist in limited field verification of affected existing Town facilities. 3. B&W assumes that there are no contaminated soils or groundwater in the project area. 4. This scope of work does not include review of contractor pay applications, construction schedules or change orders. If these services are required by the Town, they will be acknowledged in writing and performed on an hourly basis. 5. Contractor shall provide Town with final Record Drawings. ADDITIONAL SERVICES The following are examples of some specific Additional Services Items that may be required, but are not included within this Scope of Work. Generally, a condition contrary to the work description or assumptions (upon which the Contract fee is based) is considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Contract. 2. Assisting the Town in the settlement of construction contract claims will be an additional service. These and other services can be provided, if desired by the Town, under separate Contract(s) or by an amendment to this Contract. Services performed will be on an as -directed basis in accordance with a written Notice to Proceed from the Town. CONTRACT PERFORMANCE The services will be provided based on time and expenses not to exceed $24}606.00 using the Hourly Rate Schedule shown below. These rates will also apply to any Additional Services authorized by the Town Principal $165.00 Sr. Engineer $150.00 Engineer $112.00 Sr. Inspector $110.00 Inspector $90.00 Sr. Eng. Tech $110.00 CADD $95.00 Clerical $68.00 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: /0n�v4l"4 COMM �f — Date: _ D__N/W-0;;�O_— BAXTER & WOODMAN, INC. By: Rebecca Travis, Vice President Date: " ZC� Bermuda Ln 0 N Z N a z 00 o d O m O W H 9C a on m LL 3 � � m w C a > 5 `o m m a° Q Z 0 C v w 0 0 0 v a M K NCD a a a a a El l l ( l a 0 0 N Z N a z 00 o d O m O W H 9C a on w W Ir DC a on (3 PAIS ueaoo N Y ■ N N ■ �e J9 uee t ■ S � m fn ■ 1� �, 3 d v M N ■ ■ J(l 010d N N ■ N■ � 3 IL 13) C 0 m � C mo C Z N � A d N � C d d d rn� 3 mp C d d a m � d z C7 ,N a a a W Q Q Q o > lei to 0 o 0 to 00 Iii lo1 a G of J �❑� I Q I I I (� � 0 w W Ir DC a on (3 0 r m 2 X W U) C _G V O J L CL 4) W 4) L L E C we W L CO 0 � m 7 C ow 4- E O E 3u Lv r W H N _3 m O 3 .a GJ t u N OE: Z J J (/) J (/� J } } } Z LL LL LL LL a } LL a N J a a {n V) V) (n In l!1 In W {n In W W W c -I rl O O O O O Lr)O O N N 0 -1r-I N r -I r -I N r -I 1 V N W 0 Z H J w x W W C7 J Z 66 J of Q a � w Z cr- j'j, CC W = U LU 0 co 0 Z (an m > O 0 u O LL cc Om W LL m X (D Zw cc u a O a = m CO V cr 06 ZZ xU LU Q w Z w cr U X W -j a w = V)i LL Z 2 Z z J p C7 Z Z _ O (D d LLJ z Z LU J H w u p U Q Z 0 � Z dS a Q J ma s> Z a Q W O H _ aac p - m = -- co p V) cOc Q Co o O,LJ o a w Q O va, a m Z w Z _ Z W D a m O m > O w z a m Q a > W U = j d } j LL O O CC 0 Z p O OLn W m U" z w > J Z w w o- a O o z Z Z cr > a LU m =) DW 2 a LLJ a m U z O w',zgw � w — Wp cr LL p a; w LL w > cc z @� > w U w w u p 0 O a z z LU O w u z g 0- w O O w o aa' °C H g O a= LL w Q a z ` C Q (7 2= J u w rL a Z a Q V) O `� 0 m ra.1 u 0� O w Z O p Q u a � J a J o x Q z o 0- w o a a } m ? z a> L w� cc = Z o LL U Lu a zZ a a a o a Q m Q O d Z G a W j Z = H ? CO Ln Z Uj C Z O zV) O Z N z N o V) cr K W Q w w} a a d O w co V) Lu LI) co � °� 021 z N w H N `n U a z D a W J O W O z m> w (.7 a 0� _ V) Z w > a O LLp �_ a� a Q z u w O O a o- u Vii E 2 gd m F- w Z cr a O d a Lni I W - :1 N a 2 u O u m w m C7 D LL a 0-1 J ul w 0 2 lD I� o0 Ol .-i c -I .--t r�-I c -I -.0-4 W m z a a a a a a a a a Q a a c a a Q a a a