HomeMy Public PortalAbout14-8886 EAC ConsultingSponsored by: City Manager
RESOLUTION NO. 14 -8886
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA- LOCKA, FLORIDA, TO AUTHORIZE
THE CITY MANAGER TO ENTER INTO AN
AGREEMENT WITH EAC CONSULTING, INC., IN AN
AMOUNT NOT TO EXCEED ONE MILLION THREE
HUNDRED SIXTY NINE THOUSAND DOLLARS
($1,369,000.00), FOR THE PREPARATION OF THE
DESIGN CRITERIA PACKAGE FOR THE CITY
INFRASTRUCTURE IMPROVEMENTS AS REQUIRED
TO ISSUE AN RFP, PAYABLE FROM ACCOUNT
NUMBERS 35- 5356314 AND 43- 5386314, A BUDGETED
ITEM; PROVIDING FOR INCORPORATION OF
RECITALS; PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City must approve a design criteria package (DCP) in order to
issue Request for Proposals (RFP) for the design build services to implement FDEP
funded citywide infrastructure projects; and
WHEREAS, the City Commission of the City of Opa -locka desires to authorize
the City Manager to enter into an agreement with EAC Consulting, Inc., for the
preparation of the design criteria package, as required to issue an RFP for the design build
services.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY
COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa- locka, authorizes the City
Manager to enter into an agreement in substantially the form attached, with EAC
Consulting, Inc., in an amount not to exceed One Million Three Hundred Sixty Nine
Thousand Dollars ($1,369,000.00), for the preparation of the Design Criteria Package
Resolution No. 14 -8886
(DCP), for the City infrastructure improvements as required to issue an RFP, payable from
Account Numbers 35- 5356314 and 43- 5386314, a budgeted item.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 15`h day of December, 2014.
Attest to:
Approved as to form and legal sufficiency:
Joan Flores Joseph S. Geller John Dellagloria
City lerk GREENSPOON MARDER, PA
City Attorney
Moved by: VICE MAYOR HOLMES
Seconded by: COMMISSIONER SANTIAGO
Commission Vote: 4 -0
Commissioner Kelley:
YES
Commissioner Pinder:
RECUSED
Commissioner Santiago:
YES
Vice -Mayor Holmes:
YES
Mayor Taylor:
YES
2
City of Opa -Locka
Agenda Cover Memo
Commission Meeting
Item Type:
Resolution
Ordinance
Other
X
Date: 12/10/2014
(EnterX in box)
Fiscal Impact:
Ordinance Reading:
1st Reading
2nd Reading
(EnterX in box)
Yes
No
(EnterX in box)
x
Public Hearing:
Yes
No
Yes
No
(Enter X in box)
x
X
Funding Source:
(Enter Fund & Dept)
Advertising Requirement:
Yes
No
Ex:
(EnterX in box)
Account# 35- 5356314 and
x
43- 5386314
Contract /P.O. Required:
Yes
No
RFP /RFQ /Bid #:
(Enter X in box)
x
Strategic Plan Related
Yes
No
Strategic Plan Priority Area:
Strategic Plan Obj. /Strategy: (list the
(Enter X in box)
specific objective /strategy this item will address)
x
Enhance Organizational Q
Bus. & Economic Dev
Is required in order to move ahead
Public Safety
Quality of Education 0
with the capital improvement
program, funding, budget
Qua]. of Life & City Image '.
Communcation 0
planning, and implementation
strategy.
Sponsor Name
Department:
CIP
Short Title:
Agreement with EAC Consulting, inc. for the preparation of Design Criteria Package for Florida Department of
Environmental Protection (FDEP) Agency funded State Revolving (SRF) Projects.
Staff Summary:
A design criteria package (DCP) is required to issue RFP for the design build services per Consultants Competitive
Negotiation Act (CCNA) 287.055. The design criteria package means concise, performance- oriented drawings or
specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient
information to the bidders for the design build infrastructure projects UP. The DCP will be submitted to FDEP for
approval as is required to issue RFP for the SRF projects.
Proposed Action:
Staff recommends approval in order to prepare and issue RFP for the citywide SRF projects. FDEP approved DCP
is required to issue RFP for the design build services to implement FDEP funded citywide infrastructure projects.
Attachment:
1. Agenda
2. Copy of draft agreement
3. Copy of Resolution# 13-8540,13-8595
4.' EAC Proposal for DCP Praparation
OQp LOCk4
� ? O
'e.
MEMORANDUM
oq onsi ¢�
To: Mayor
Myra L. Taylor
Vice Mayor
Timothy Holme
Commissioner
Jos ph L. el e
Commissioner
Luis . Sa fi
Commissioner
Tere a n
FROM: Kelvin L. Baker, City
DATE: November 25, 2014
RE: Agreement with EAC Consulting, inc. for the preparation of Design Criteria Package
for Florida Department of Environmental Protection (FDEP) Agency funded State
Revolving (SRF) Projects.
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA,
FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN
AGREEMENT WITH EAC CONSULTING, INC. IN THE AMOUNT NOT TO
EXCEED ONE MILLION THREE HUNDRED SIXTY NINE THOUSAND
DOLLARS ($1,369,000.00) FOR THE PREPARATION OF THE DESIGN
CRITERIA PACKAGE AS REQUIRED FOR THE DESIGN BUILD RFP PAYABLE
FROM ACCOUNT 35- 5356314 AND 43- 5386314. THE CONSULTING FEE WILL
BE FUNDED BY FLORIDA DEPARTMENT OF ENVIRONMENTAL
PROTECTION (FDEP) THROUGH STATE REVOLVING LOAN SYSTEM.
Description: A design criteria package (DCP) is required to issue RFP for the design build services per
Consultants Competitive Negotiation Act (CCNA) 287.055. The design criteria package means concise,
performance- oriented drawings or specifications of the public construction project. The purpose of the
design criteria package is to furnish sufficient information to the bidders for the design build infrastructure
projects RFP. The DCP will be submitted to FDEP for approval as is required to issue RFP for the SRF
projects.
Account Number: 35- 5356314 and 43- 5386314
Financial Impact: The consulting fee for the preparation of the design criteria package will be funded by
FDEP.
Implementation Time Line: As soon as possible.
Legislative History: Resolution # 13 -8540, 13 -8595
Recommendation(s): Staff recommends approval in order to prepare and issue RFP for the citywide SRF
projects. FDEP approved DCP is required to issue RFP for the design build services to implement FDEP
funded citywide infrastructure projects.
Analysis: Upon City Commission authorization, the selected firm will be engaged in assisting the City
preparing the design criteria package as required to issue RFP for the design build projects per CCNA
287.055.
ATTACHMENT(S):
1. Copy of draft agreement
2. Copy of Resolution# 13 -8540, 13 -8595
3. EAC Proposal for DCP Preparation
PREPARED BY: Mohammad Nasir, PE, City Engineer and CIP Director
END OF MEMORANDUM
EAC Consulting, Inc.
November 25, 2014
Mohammad Nasir, P.E.
City Engineer /Director of Capital Improvement Projects
3400 NW 135th Street, Building B
Opa- Locka, FL 33054
Re: Proposal for the Preparation of the Design and Construction Criteria Plans and
Specifications Package as required to issue Design Build RFP for the SRF CIP Projects
Dear Mr. Nasir,
EAC Consulting, Inc., as part of its capital improvements engineering contract with the City of
Opa -locks respectfully submits this professional services fee proposal to develop the design and
construction criteria package for the city's Request for Design Build Services (RDBS) of their Clean
Water Capital Improvements. Based on the planning documents approved and funded by the
Florida Department of Environmental Protection (FDEP), the RDBS includes right of way
improvements for storm water drainage and wastewater system infrastructure within identified
streets /roadways within the city limits.
The complete RDBS package will include two separate volumes:
Volume 1 will be used by the City to advertise the project and will be based on the Request
for Proposal previously submitted to the FDEP SRF office, and will include Advertisement
Documents, General Requirements and Scope of Services, Evaluation of Qualifications
and Technical and Price Proposal, and other details and will be prepared by the City's
Purchasing Department to complete the procurement process.
2. Volume 2 will be prepared by EAC Consulting and will include a 30 percent level design
criteria package, a more detailed scope, established design criteria, performance
requirements, and bid and contract parameters for the project.
Our services on this project for the preparation of the RDBS Volume 2 will be supported by our
sub consultants —
Premiere Design Solutions, Inc., for Surveying and Mapping
Professional Service Industries, Inc. for Soils Testing and Geotechnical Engineering
Services
The anticipated scope of work is as itemized within Attachment 1. It is our understanding that
the City will amend our existing services contract to incorporate the requisite services.
815 NW 57 Avenue, Suite 402 1 Miami; FL 33126 1 Phone: 305 -264 -2557 1 Fax: 305 -264 -8363 1 www,eacconsult.com I CA # 7011
Please find enclosed the following attachments to this fee proposal letter:
1. Attachment 1— Scope of Services
2. Attachment 2 — Project Budget
We look forward to your approval of this proposal and our continued participation in the capital
improvements program within the great City of Opa- locka. A written authorization to proceed
with services will be required for us to commence engineering services.
Please feel free to call me at 305 - 265 -5400 with any questions you may have.
Respectfully,
EAC Consulting, Inc.
Donna Grace, P.E.
Project Manager
cc: Michael Adeife, P.E
Page 2 of 9
TTACHMENT 1
Scope of Services
Our scope of services is comprised of the following specific tasks assignments and /or delivery packages.
The services to be provided by EAC Consulting, Inc. under this project will consist of the following:
1. Aboveground Topography Surveying & Mapping.
2. Geotechnical Engineering Services.
3. Preliminary Utilities Investigation & Coordination.
4. Concept Review and Coordination with Authorities Having Jurisdiction.
5. Development of Technical Construction Specifications and /or Provisions for Proposed.
6. Development of RFP Scope Document including the following appendices developed and or
compiled based on existing City of Opa -locka records:
i. Appendix A — FDEP State Revolving Fund Program Supplementary Conditions
ii. Appendix B — Construction Safety and Health Policy
iii. Appendix C — Preliminary List of Existing Customers
iv. Appendix D — Utility Company Letters (As- builts to be provided to selected Design
Builder)
V. Appendix E - Applicable Standard Details
vi. Appendix F — City of Opa -locka Sewer Atlas Pages (As- builts to be provided to selected
Design Builder)
vii. Appendix G — Notice Door Hanger Specifications /Detail for Residents / Business
Owners
7. Development of Design Criteria for Proposed Infrastructure Improvements.
8. Development of Design Build Indicative Plans for Storm water & Drainage Improvements (30%
Design Phase),
9. Development of Design Build Indicative Plans for Wastewater System Infrastructure
Improvements (30% Design Phase).
10. Technical Support Services to the City for Administrative and Contractual Specifications relating
to the RDBS.
11. Hydraulic Modeling evaluation of the wastewater system to assist in prioritizing projects.
Page 3 of 9
TASK 1: SURVEYING AND MAPPING
This task will include a topographic specific purpose survey of the areas described in the table above
by our sub consultant — Premiere Design Solutions, Inc. This survey will include location and elevations
of all above ground and visible features including edge of pavement, valve covers, manholes, slabs,
poles, above ground utilities, pull boxes, curbing, landscaping, trees, catch basins, etc., within the
survey area. The control and Right -Of -Way (ROW) already performed for the Client by other
consultants and will be utilized to include ROW lines, property lines, recorded easements, benchmarks
found, nails set and elevations to all found features at least every 50'.
A benchmark will first be identified to obtain vertical and horizontal datum as close as possible, as well
as research available benchmark information for this area. Once on site, benchmark information will
be located and transferred to each of the project sites. Then a topographic survey of the project areas
will be performed to generate the topographic surveys with cross sections of elevation points at no
more than 50', or closer if deemed necessary. Elevations will be shown using NGVD 29 Datum if a
benchmark is found near the project area. If no benchmark is found within 250 feet of any of the project
area boundaries, an assumed datum will be established and used to generate elevation points.
TASK 2: GEOTECHNICAL EVALUATION
This task will provide subsurface exploration and geotechnical evaluation of the project area to
efficiently and successfully perform engineering design and ascertain the suitability of existing
subsurface materials by our sub consultant — Professional Service Industries Inc. Specifically the
geotechnical and soil borings engineering scope includes:
This task will include 200 Standard Penetration Test (SPT) borings to depths of 12 feet below grade and
108 percolation tests in accordance with South Florida Management District (SFWMD) procedures at
depths of 15 feet below grade. The SPT borings will be performed with truck - mounted machinery using
rotary drilling procedures. Samples of the in -place materials will be recovered with a standard split
barrel driven with a 140 -pound hammer falling 30 inches (the Standard Penetration Test in accordance
with ASTM D1586).
After completion of drilling, all boreholes will be backfilled with excavated soil /rock, asphalt patched
where necessary and the site generally cleaned, as required.
Underground utility clearance will be required prior to commencing the drilling of the borings.
Therefore, "Sunshine One -Call" Service will be contacted to obtain underground public utility
clearance. It is assumed that any private underground utilities existing in the exploratory area will be
identified to EAC by the city and /or others.
The geotechnical engineer will review the soil samples and representative samples will be tested for
physical properties such as gradation, moisture content and organic content, if deemed necessary.
Using the results of the field exploration and laboratory test results, geotechnical recommendations
for foundation design /related construction will be prepared. The results of which will be transmitted
in a report which will specifically contain information as follows:
1. Project Location plan sheet(s) showing the location of the soil borings and percolation tests.
2. Logs of the exploratory borings, which furnish the results of the SPT sampling.
3. Requirements for site preparation.
Page 4 of 9
4. A general discussion on typical bedding recommendation for the pipes.
5. An anticipation of groundwater levels and methods for handling groundwater during
construction.
6. Results of percolation tests (hydraulic conductivity value "k").
The assessment of site environmental conditions or the presence of pollutants in the soil, rock or
ground water of the site is beyond the proposed scope of this exploration.
TASK 3: WASTEWATER SYSTEM HYDRAULIC MODELING
EAC will develop a wastewater system hydraulic model of the existing and proposed wastewater
collection system network using InfoSwmm modeling software to help the City's CIP department
prioritize the implementation of the proposed improvements. This task will include 1) the development
of analyses criteria to be used to evaluate the hydraulic model, 2) field data collection for model
calibration, and 3) model evaluation with proposed upgrades.
TASK 4: DESIGN CRITERIA PLANS & SPECIFICATIONS DOCUMENT
This task includes engineering services related to investigation, assessment of existing conditions,
preparation of proposed engineering design calculations and plans to the 35% level, project design
requirements and an implementation plan to achieve the project's goal. In addition, this task includes
the development of full project and construction specifications applicable to the scope of work
included as part of the RDBS.
This phase involves providing pertinent design and construction data on the construction drawings and
technical specifications. Drawings will be in AutoCAD. Technical specifications and other required
written documents will be in Microsoft Word. Designs will be in accordance with Miami -Dade County
standards, the Florida Department of Environmental Protection (FDEP), the Miami Dade County Fire
Department, the City of Opa- locka, and the Ten State Standards, and will conform to FDOT guidelines
as it relates to work within or proximity to state owned and maintained right of way. Specific tasks in
this phase consist of the following:
• Utility contacts and As -built Record information obtained from the various entities
• Development and Preparation of Project Key Sheet
• Development and Preparation of base maps and general information plans for the project.
• Development and Preparation of Project Layout Plan
• Development and Preparation of Preliminary Horizontal Alignment Plan Sheets. Design
Plans (approximately 30% completion level, at 1 inch = 40 ft. scale) showing: proposed
horizontal pipe alignment, survey information, existing utilities based on unverified As -Built
Records as provided by the city, boring locations, , proposed interconnections with existing
infrastructure and areas along the alignments requiring "special treatment" resulting from
possible utility conflicts /relocations.
• Design Plans (approximately 30% completion level, at 1 inch = 40 ft. scale) showing
Preliminary Milling and Resurfacing Plans
• Development of Construction Technical Specifications Package as well as Special Provisions.
• Perform Preliminary Quantity Take offs.
• Preparation of Preliminary Opinion of Probable Construction Costs,
Page 5 of 9
This task includes a wide range of engineering tasks such as - Coordination meetings with City CIP staff,
meetings with Public Works staff, meetings with all applicable stakeholders, Site Assessment and Field
Review of Existing Conditions.
This task also involves utility coordination and identifying potential conflicts that need to be resolved
prior to the commencement of design services. Specifically, the task encompasses contacting all
existing utility owners within the project limits and request for copies of as built information of their
respective facilities located within the project limits. EAC shall proceed to notify these utility owners
of impending proposed design work and request for concerns and potential conflicts between the
proposed work and their respective utilities. Information on future planned development by each
respective utility owner will also be requested to ensure that pertinent coordination is implemented.
This will enable utility owners to provide valuable input to the design process to ensure a properly
coordinated progression of the project.
The assessment of site environmental conditions or the presence of pollutants in the soil, rock or
groundwater of the site is beyond the scope of this proposal.
TASK 5: DCP REVIEW WITH AUTHORITIES HAVING JURISDICTION
This is a contingency hourly rate task by the EAC team to undertake limited review of the developed
DCP package with authorities having jurisdiction to seek early input from all respective permitting
jurisdictions as identified in this scope of services. Various jurisdictional agencies have technical and
non - technical review responsibility for the construction contract documents. The consultant shall assist
the City in this process by participating in meetings, teleconferences and /or discussions with these
agencies. EAC shall submit required copies to all applicable authorities having jurisdiction for
processing and review. EAC shall coordinate the reviews of each of these agencies and implement
comments provided by these agencies.
ACSIIMPT1nNS
The following assumptions guide the execution of this Task Authorization:
1. EAC will use its professional judgment to reasonably rely upon the information and data provided
by City of Opa -locks or obtained from generally acceptable sources within the industry.
2. Meetings with permit agencies include limited participation in this scope of services. It is assumed
that no more than one initial permitting meeting will be required per agency. Preparation and
submittal of permit application(s) to permitting agencies not expressly defined herein are not
expected during the execution of this scope. EAC will initiate the permits identified herein;
however, it is anticipated that the selected and contracted Design -Build firm will need to complete
all permits. It is further assumed that the Design -Build firm will incorporate revisions needed to the
design based on Requests for Additional Information (RAI) and comments resulting from the
permits initiated by EAC.
3. If needed, preparation of legal description /sketches for land to be acquired or easements required
along the alignment will be provided as an additional service by EAC.
4. It is understood that EAC is only responsible for the preparation of a Design Criteria Package for the
design -build procurement. The preparation of calculations to validate the service requirements,
pipe size and capacity determination are not included in this proposal.
5. The Opinion of Probable Construction Cost to be developed under this scope of work will consider
costs necessary for a design -build firm to provide a complete system, tested and ready to place in
Page 6 of 9
service including, but not limited to, professional fees (engineering, testing, construction
inspections & administration), labor, equipment and installation.
6. The Full Route Survey conducted under this scope of work shall be performed in accordance with
survey standards for the development of construction drawings and used by EAC to prepare Design
Criteria Package drawings. The survey will be signed /sealed by a Florida Licensed Land Surveyor.
7. The geotechnical evaluation will be limited to Standard Penetration Test (SPT) borings and
percolation testing to determine the hydraulic conductivity of the subsurface for the purpose of
storm water drainage exfiltration systems. This report will not address temporary facilities,
including sheeting, shoring, bracing, and groundwater control systems, required to facilitate
construction of the permanent facilities, since these facilities are part of each Design -Build
Contractor's unique means and methods for performing the construction. The purpose of the
geotechnical report is to set the contractual baseline for the subsurface conditions for the Design -
Build teams.
8. It is understood that this scope of work includes preparation of Design Criteria and Performance
Requirements, and may contain Technical Specification requirements, as needed. This scope of
work also assumes that a separate Volume of complete Technical Specifications prepared in the 16
Division three -part Construction Specifications Institute (CSI) format will not be required as part of
the RDBS.
9. This fee proposal does not include preparation and completion of the Request for Design Build
Services Volume 1 as described in the second paragraph of this document.
10. It is understood that this scope of work does not include assistance during Design Build Contract
Procurement phase. If services during this phase is required, EAC will, at its discretion, submit
additional compensation request, based on additional scope as determined, for City approval prior
to commencing services.
11. It is also understood that any Environmental Conditions Assessment and Permitting will be
conducted by the Design Build contractor.
Page 7 of 9
EXCLUSIONS FROM SCOPE OF SERVICES
1. Title search or ownership determination
2. Assistance during Design Build Procurement period
3. Assessment of regulatory feasibility of mitigation projects (such as identifying locations
where exfiltration trenches cannot be installed due to groundwater contamination, etc.).
4. Groundwater and Pipe Corrosivity Tests
5. Electrical/ Power Systems recommendations
6. FPL and Overhead Cable Undergrounding Master Planning
7. Design of Other underground or overhead utilities.
8. Any professional service not identified within stated scope of services.
9. Urban Master Planning
10. Environmental Assessment Permitting
11. Permit applications to applicable jurisdictions for initial processing and approval.
DELIVERABLES
EAC will provide the following to the City:
• Three (3) sets of the DCP Documents for review and approval
• Four (4) sets of the DCP Documents for transmittal to the Florida Department of
Environmental Protection (FDEP)
• Three (3) Signed and Sealed Finalized Geotechnical Reports
• Three (3) Signed and Sealed Finalized Topography Survey for Project Limits
• Electronic CADD Files of the DCP Plans
• Electronic *Pdf Files of all Reports, DCP Plans, all DCP Specifications, and Surveys
• DCP Plans and Specifications Documents will be made available to the city for sale to
interested Design Build Contractor Teams.
Page 8 of 9
ATTACHMENT 2
Project Budget
Our lump sum fee proposal summarized as follows includes all professional services from EAC
Consulting, Inc. and our team of sub consultants covering various disciplines required to complete the
services listed above.
Description
Fees
Task 1- Surveying & Mapping
$375,000.00
Task 2 - Geotechnical Evaluation
$74,000.00
Task 3 — Wastewater Hydraulic Modeling
$90,000.00
Task 4 — Design Criteria Plans and Specifications Document
$825,000.00
Task 5 — Contingency for Review with Authorities Having Jurisdiction
$5,000.00
Total Fee
$1,369,000.00
Page 9 of 9