Loading...
HomeMy WebLinkAboutTetra Tech (CE&I) Scope of ServicesCONSTRUCTION ENGINEERING AND INSPECTION (CE&I) SCOPE OF SERVICES FOR PROJECT DESCRIPTION: TASK ORDER NO. 6 PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES CITY OF CAPE CANAVERAL NORTH ATLANTIC AVENUE STREETSCAPE IMPROVEMENTS Financial Project No. 434972-1-58-01, Federal Aid No. 8886-561-A TABLE OF CONTENTS 1.0 PURPOSE...........................................................................................................2 2.0 SCOPE................................................................................................................2 3.0 LENGTH OF SERVICE....................................................................................... 3 4.0 DEFINITIONS......................................................................................................3 5.0 ITEMS TO BE FURNISHED BY THE CITY TO CONSULTANT ...........................4 6.0 ITEMS FURNISHED BY THE CONSULTANT.....................................................4 11.0 6.1 City Documents.......................................................................................4 6.2 Vehicles................................................................................................... 3 11.1 Quality Reviews.....................................................................................11 6.3 Field Equipment.......................................................................................3 12.0 6.4 Licensing for Equipment Operations ....................................... ......4 7.0 LIAISON.............................................................................................................. 5 8.0 COOPERATION AND PERFORMANCE OF THE CONSULTANT ...................... 6 9.0 REQUIREMENTS...............................................................................................6 9.1 General....................................................................................................6 9.2 Survey control..............................................................................6 9.3 On-site Inspection....................................................................................7 9.4 Testing.....................................................................................................7 9.5 Engineering Services............................................................................... 8 10.0 PERSONNEL....................................................................................................10 10.1 General Requirements...........................................................................10 10.2 Personnel Qualifications........................................................................10 10.3 Staffing..................................................................................................10 11.0 QUALITY ASSURANCE PROGRAM.................................................................11 11.1 Quality Reviews.....................................................................................11 12.0 PROJECT CLOSE OUT....................................................................................11 12.1 Project Close Out and Final Document Submittal...................................12 13.0 CONSULTANT CONTRACT MANAGEMENT...................................................12 13.1 General..................................................................................................12 14.0 SUBCONSULTANT SERVICES........................................................................12 15.0 OTHER SERVICES...........................................................................................12 16.0 POST CONSTRUCTION CLAIMS REVIEW......................................................13 17.0 CONTRADICTIONS..........................................................................................13 TASK ORDER NO.6 NORTH ATLANTIC AVENUE STREETSCAPE IMPROVEMENTS CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES 1.0 PURPOSE: This scope of work describes and defines the services, which are required for construction engineering, inspection, materials sampling and testing, and contract administration for the construction project listed below. 2.0 SCOPE: Tetra Tech (Consultant) shall be responsible for construction engineering, inspection, and administrative functions as defined in this Scope of Services and referenced manuals and procedures. The Consultant shall utilize effective control procedures such that the project listed below is completed in reasonable conformity with the plans, specifications, and contract provisions. The project for which the services are required is: Financial Project ID: 434972-1-58-01 Federal Aid Number: 8886-561-A Description: North Atlantic Avenue Streetscape Improvements City/County: City of Cape Canaveral/Brevard All services shall be performed in accordance with the established standard procedures and practices of the City and the Florida Department of Transportation (Department) in conformance with the Department's LAP Policy and Procedures and as described in the Scope of Services Agreement or as directed by the Department in writing. Prior to furnishing any services, the Consultant shall be familiar with those City and Department standard procedures and practices as set forth in the documents listed in Section 5.0 of this Scope of Services and with informal procedures and practices for construction engineering and contract administration used by the City and Department. Compliance with the applicable portions of the most current City and Department manuals, procedures, and directives shall be a requirement of this agreement. The Consultant will track the execution of the construction contract in order to ensure that the Consultant is given timely authorization to begin work. While no personnel shall be assigned until written notification by the City has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, the Consultant shall coordinate closely with the City and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. Other projects developing within the City of Cape Canaveral as related to FDOT agreements may be added at the City's discretion. The Consultant must perform to the satisfaction of the City's representative for consideration of additional CE&I services. 3.0 LENGTH OF SERVICE: The Consultant services for each Contract shall begin upon written notification to proceed by the City. The Contractor's project duration is 270 days (9 months). For estimating purposes the Consultant will be allowed an accumulation of fifteen (15) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed and fifteen (15) calendar days subsequent to final acceptance to close out the Contract. The CE&I Consultant contract duration included in this Task Order No. 6 is 300 calendar days (10 months). 4.0 DEFINITIONS: A. City Manager: The Chief Executive Officer for the City. B. City Engineer or Designee: The City's employee assigned to administer the Construction Engineering and Inspection Program for the City. C. City Construction Engineer: The City employee assigned to manage the Construction Engineering and Inspection Contract. D. City Financial Director: The Administrative Head of the City Finance Department. E. Public Information Office: The City's office assigned to manage the Public Information Program. F. Designer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. G. Consultant: The Consulting firm (Tetra Tech) under contract to the City for administration of Construction Engineering and Inspection services. H. Consultant Contract: The written Agreement between the City and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. I. Consultant Senior Proiect Engineer: The Engineer assigned by the Consultant to manage one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. J. Consultant Proiect Administrator. The individual assigned by the Consultant to manage one or more Construction Projects. K. Contractor: The individual, firm, or company contracting with the City for performance of work or furnishing of materials. L. Contract: The written Agreement between the City and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. 5.0 ITEMS TO BE FURNISHED BY THE CITY TO CONSULTANT: The City on an as needed basis will furnish the following items. The Consultant shall submit a request in writing for items needed to the Construction Project Manager. A. Contract documents for each project as follows: Construction Plans Special Provisions, General Conditions, Technical Specifications Copy of Executed Contract B. The City shall provide office space for the CE&I staff located at the Public Works Services Office including intemet access. The Consultant will be copied with and shall comply with all City policies related to internet use. C. A list of all City standard forms for use under the terms of this Agreement will be provided in hard copy or in electronic form as necessary. All pertinent FDOT memo's directives, procedures, and Standard Forms shall be accessed through the Department's Internet website. 6.0 ITEMS FURNISHED BY THE CONSULTANT: 6.1 City Documents: All applicable City documents and any relevant Department documents shall be a condition of this Agreement either by reference as attachments and/or as furnished in Section 5.0 C. 6.2 Vehicles Vehicles will be equipped with appropriate safety equipment and can effectively carry out their responsibilities under this agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed. 6.3 Field Equipment: The Consultant shall supply survey, inspection and testing equipment, tools of the trade necessary to carry out the work under this Agreement. Quality of such items is to meet the Construction Project Manager's approval. Hard hats shall have the name of the consulting firm visibly displayed. Consultant will provide those non -consumable and non -expendable items, which are normally needed for a CEI project and are essential in order to carry out the work under this Agreement. Use -cost equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. The Consultant's handling of nuclear density gauges shall be in compliance with the FDOT's Manual for Safety and Control of Equipment Containing Radioactive Materials (a.k.a. Nuclear Manual). The manual's topic number is 675-050-001-b. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. 6.4 Licensing for Equipment Operations: The Consultant will be responsible for obtaining proper licenses for equipment and personnel operating equipment when licenses are required. Licensing of Surface Moisture (Nuclear) Density Gauges shall be obtained through the State of Florida Department of Health. Only Nuclear Density Inspectors approved by the Department shall be authorized to operate Surface Moisture Density Gauges. The Consultant will be responsible for monitoring the activity of their Nuclear Density Inspectors. Consultant's personnel operating nuclear surface moisture -density gauges on City projects are required to comply with Section X of the FDOTs revised "Manual for Safety and Control of Equipment Containing Radioactive Materials" (a.k.a. Nuclear Manual). 7.0 LIAISON: The Consultant shall be fully responsible for carrying out all functions assigned to it by this Agreement on the construction project. All activities and decisions of the Consultant relating to the projects shall be subject to review by the City Construction Engineer. These activities and decisions include but are not limited to Consultant Contract administrative duties. Consultant Contract administrative duties relating to Invoice Approval Requests, Personnel Approval Requests, Time Extension Requests, and Contract Amendment Requests shall be previewed and approved by the City Construction Engineer. The Consultant shall coordinate all activities, correspondence, reports, and other communication related to its responsibilities under this Agreement necessary for the City Construction Engineer to cant' out his responsibilities. Inspection forces will be required of the Consultant at all times while the Contractor is working under the construction contract. If Contractor operations are suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 8.0 COOPERATION AND PERFORMANCE OF THE CONSULTANT: During the term of this Agreement, the City and the Department will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement and to confirm that construction work and administrative activities are performed in reasonable conformity with City and the Department policies, plans, specifications, and Contract provisions. The Consultant shall cooperate and assist City representatives in conducting the reviews. If deficiencies are indicated, the Consultant shall implement remedial action immediately upon the approval of the City Construction Engineer. City recommendations and Consultant responses/actions are to be properly documented by the City Construction Engineer. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Replace personnel whose performance has been determined by the City to be inadequate. Personnel whose performance has been determined to be unsatisfactory shall be removed immediately. C. Immediately increase the frequency of job control testing in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of all training conducted by the Consultant. 9.0 REQUIREMENTS: 9.1 General: It shall be the responsibility of the Consultant to administer, monitor and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and Contract provisions. The Consultant shall observe the Contractor's work to determine the progress and quality of the work, identify discrepancies, report significant discrepancies to the City's Construction Engineer, and direct the Contractor to correct such observed discrepancies. No Consultant under contract with the City to perform construction engineering and inspection or material sampling and testing on a particular project shall subcontract with the Contractor to perform Quality Control activities on the same construction project. The Consultant shall advise the City Construction Engineer of any omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action taken. Work provided by the Consultant shall not relieve the Contractor of responsibility for the satisfactory performance of the Construction Contract. The City will perform inspection and sampling of materials and components at locations remote from the vicinity of the project including structural steel fabrication. City will pay for associated lab costs for the verification samples taken by the Consultant. The Consultant shall be specifically responsible for job control samples determining the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, Department label, Department stamp, etc. Sampling, testing and laboratory methods shall be as required by the Department's Standard Specifications or as modified by the contract provisions. Documentation reports on sampling and testing shall be submitted to responsible parties during the same week that the construction work is done The City Construction Engineer will monitor the effectiveness of the Consultant's testing procedures through surveillance and obtaining and testing independent assurance samples. The Consultant shall be responsible for transporting samples to be tested to the appropriate laboratory or appropriate local City facility. 9.5 Engineering Services: The Consultant shall perform engineering services included in this Task Order No. 6 to properly coordinate the activities of all parties other than the Contractor involved in completing the project. Notwithstanding the above, the Consultant is not liable to the City for failure of such parties to follow written direction issued by the Consultant. Services include maintaining the required level of surveillance of the Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract, maintaining complete, accurate records of all activities and events relating to the project, and properly documenting all significant project changes. All recording and documentation will comply with standard City and Department procedures, formats, and content. For interpretations of the plans, specifications, and Contract provisions, the Consultant shall consult with the City Construction Engineer when an interpretation involves complex issues or may have an impact on the cost of performing the work. When warranted, the City Construction Engineer may request an interpretation from the Consultant Designer of Record. The City Construction Engineer shall coordinate all requests for involvement of the Consultant Designer of Record. (1) Analyze problems that arise on a project and proposals submitted by the Contractor and prepare and submit a recommendation to the City Construction Engineer. The Consultant shall inform the City Construction Engineer whenever complex issues arise that may have an impact on project costs or schedule. (2) Analyze changes to the plans, specifications, or Construction Contract pro- visions and extra work which appear to be necessary to carry out the intent of the Contract when it is determined that a change or extra work is necessary and such work is within the scope and intent of the original Construction Contract. Recommend such changes to the City Construction Engineer for approval. (3) Analyze major problems that arise on the project and prepare a recommen- dation to the City Construction Engineer. (4) Verify that the CONTRACTOR is conducting inspections, preparing reports, and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Storm water, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector will be familiar with and perform all inspections, reporting and monitoring according to requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm water Discharges from Construction Sites" and guidelines developed by Department. (5) Monitor each Contractor and subcontractor's compliance with the specifications and special provisions of the Construction Contract in regard to payment of predetermined wage rates in accordance with Department procedures. (6) The Project Administrator is responsible for reviewing, monitoring, evaluating and acting upon documentation required for Construction Contract compliance including EEO Affirmative Actions for the prime contractor and subcontractor, DBE Affirmative Action, Contractor Formal Training, Payroll, and Subcontracts. The Project Administrator will assure all related documents and correspondence are accurate, up to date and will furnish complete project files for review. The Consultant will comply with the DBE assessment requirement utilizing the Commercially Useful Function (CUP) DBE Monitoring Report form 275-021-18. (7) Produce reports, verify quantity calculations, and field measure for payment purposes as needed to prevent delays in Contractor operations. (8) Assist the City in managing inquiries from the public, public officials, and the news media. Provide information to the City, as requested, regarding project schedule and progress for preparation of newsletters or for distribution to adjacent property owners and other interested parties. The City Manager or designee shall approve all notices, brochures, responses to news media, etc., prior to release. (9) The Consultant shall have a digital camera for photographic documentation of the preconstruction state and of noteworthy incidents or events which may include the following: (a). Pre -construction photographs (b). Normal and exceptional progress of work (c). Critical path activities (d). Accidents showing damage (e). Rejected or unacceptable work (f). Unusual construction techniques (g). Damaged equipment or materials (h). Any activity, which may result in claims These photographs will be filed and maintained by the Consultant. 10.0 PERSONNEL: 10.1 General Requirements and Compensation: The Consultant shall staff the project with the qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement consistent with the approved staffing and fee proposal attached as Exhibit A. For the professional services set forth in this Task Order No. 6, the City will pay Tetra Tech a lump sum fee of $156,700.70. For the purpose of providing general information as to how the lump sum fee was derived, a detailed breakdown is attached as Exhibit A. 10.2 Personnel Qualifications: The Consultant shall utilize only competent personnel, qualified by experience, and education. The Consultant shall submit to the City, in writing, the names of personnel proposed for assignment to the project, including a detailed resume for each with respect to salary, education, and experience. A Consultant Action Request form for personnel approval shall be submitted to the City at least two weeks prior to the date an individual is to report to work. Before the project begins, all project staff shall have a working knowledge of the current FDOT Construction Project Administration Manual (CPAM) and must possess all the knowledge, skills, and abilities required in obtaining the necessary certifications for executing or performing the duties of the position they hold. The Senior Project Engineer and the Project Administrator/Engineer shall ensure the City and the Department's current practices, policies, and procedures are met throughout the course of the project. Cross training of the Consultant's project staff is highly recommended to ensure a knowledgeable and versatile project inspection team but shall not be at any additional cost to the City and should occur as workload permits. Current FDOT certifications may be used until specified time limits as specified in the Construction Training Qualification Program Manual (CTAP) or expiration of the certification, whichever occurs sooner. Visit the training page on the FDOT State Construction Office website for training dates. 10.3 Staffing: Once authorized, the Consultant shall establish and maintain an appropriate staff through the duration of construction and completion of closeout of the LAP Project in conformance with Department Policy. Proposed staff, including qualifications, must be submitted using Action Request forms. These will be previewed and approved by the City Engineer or designee. Previously approved staff, whose performance is unsatisfactory, shall be replaced by the Consultant within one week of City notification. Personnel identified in the Consultant technical proposal are expected to be assigned as proposed and are committed to performing services under this Consultant Agreement. Personnel changes will require written approval from the City and Department. As Contractor operations on a Contract diminish, the Consultant shall appropriately reduce the personnel it has assigned to that project. Inspection forces are required of the Consultant at all times while the Contractor is working on the Contract, but if Contractor operations stop, the Consultant shall reduce its forces accordingly. The Consultant will be allowed a maximum of ten (10) days to demobilize, relocate, or terminate its forces in the event conditions occur that require removing Consultant forces from the project. 11.0 QUALITY ASSURANCE PROGRAM: 11.1 Quality Reviews: The Consultant shall conduct semi-annual reviews to make certain his own organization is in compliance with the requirements cited in the Scope of Services. Quality Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Contract. Quality Reviews shall also be developed and performed to assure compliance with specific QA provisions contained in this Contract. The semi-annual reviews shall be submitted to the City Construction Engineer in written form no later than one (1) month after the review. On short duration CCEI projects (nine months or less), the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. 12.0 PROJECT CLOSE OUT Project Close out and Final Document Submittal Prepare documentation and records in compliance with the Contract Documents, City and Department LAP Project close out procedure and submit to the City within 20 days of final acceptance of the Project. Upon receipt of Record Drawings, certified by a Registered Surveyor from the Contractor, Consultant will review the Record Drawings for compliance with contract documents and submit to the City. 13.0 CONSULTANT CONTRACT MANAGEMENT: 13.1 General: (1) With each monthly invoice submittal, the appropriate Consultant personnel will provide a reviewed and approved Contract Status Report for the Consultant Contract. This report will supply the Consultant's accounting of the additional Contract calendar days allowed to date, an estimate of the additional Contract calendar days anticipated to be added to the original Contract schedule time, an estimate of the Contract completion date, and an estimate of the Consultant funds expiration date per Consultant Contract schedule for the prime Consultant and for each subconsultant. (2) When the Consultant identifies a condition that will require an Amendment Request (AR) to the Consultant Contract, the Consultant Project Principal or Senior Project Engineer will communicate the need to the City Engineer or designee for an approval in concept. Once received, the Consultant shall prepare and submit the AR, and all accompanying documentation to the City Engineer or designee for approval and further processing. The Consultant shall submit ARs in a timely manner in order to allow the City adequate time to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the City. (3) The Consultant Project Principal or Senior Project Engineer for the project shall be responsible for performing follow-up activities to determine the status of each AR submitted to the City. (4) Invoicing Instructions: Consultant will comply with the City's invoice procedures for all monthly and final invoicing. 14.0 SUBCONSULTANT SERVICES: Upon written approval by the City Engineer or designee, and prior to performance of work, the Consultant may subcontract for engineering surveys, materials testing, or specialized professional services. 15.0 OTHER SERVICES: Upon written authorization by the City Engineer or designee, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the City to supplement the Consultant services under this Agreement. A. Assist in preparing for resolution of claims, arbitration hearings or litigation that occurs during the Consultant Contract time in connection with the project covered by this Agreement. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Provide on- and off-site inspection services in addition to those provided for in this Agreement. 16.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Contractor for the project submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, the Consultant shall, at the written request from the City, analyze the claim, prepare a recommendation to the City Engineer or designee covering validity and reasonableness of charges, and/or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by an Amendment to this Agreement. 17.0 CONTRADICTIONS: In the event of a contradiction between the provisions of this Scope of Services and the Consultant's proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by their duly authorized representatives as of the date written below. CITY: CITY OF CAPE CANAVERAL David Greene, City Manager ATTEST: Vl�. nom, Angela Apperson, City Clerk ENGINEER: Mark A. Rynning, Executive Vice President, Water, Environment, and Infrastructure Group 9.2 Survey Control: It shall be the Contractor's responsibility to insure that the project is constructed in accordance with the survey control depicted on the plans. 9.3 On-site Inspection: The Consultant shall monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specification, and special provisions for the Construction Contract to determine that the project is constructed in reasonable conformity with such documents. The City will monitor all off-site activities and fabrication. The Consultant shall advise the City Construction Engineer in a timely manner of all known off-site activities and fabrication. The Consultant shall keep detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The standard procedures and practices for inspection of construction projects are set out in the Department's Construction Manual (CPAM). In general, the Consultant shall perform in accordance with these standard procedures and practices and with other accepted practices as appropriate. Consultant employees responsible for reviewing Work Zone traffic control plan design, implementation, inspection, and/or for supervising the selection, placement, or maintenance of traffic schemes and devices in work zones shall be qualified in accordance with the Department's procedure. Notwithstanding the above, the Contractor is solely responsible for developing, installing and maintaining such Work Zone Traffic Control. 9.4 Testin : The Contractor is responsible for testing. However, as needed the Consultant shall perform spot field verification testing in conjunction with Contractor's QC Plan of all component materials and completed work in accordance with the Construction Contract Documents. If the additional verification testing requires samples that need to be sent to the lab, the City will pay for the associated lab costs. The Consultant shall advise the City Construction Engineer in a timely manner of all known off-site activities and fabrication. The minimum sampling frequencies set out in the Department's Materials Sampling, Testing and Reporting Guide shall be met unless otherwise directed. In general the Consultant will be responsible for verification testing and sampling consistent with the Contractor's approved QC Plan and the Department's Materials Sampling, Testing and Reporting Guide. In complying with the aforementioned guide, the Consultant shall provide daily surveillance of the Contractor's Quality Control activities at the project site and perform the sampling and testing of materials and completed work items that are normally done in the vicinity of the project for verification and acceptance.