Loading...
HomeMy WebLinkAboutTask Order No. 2013-2 3 Mil Gallon Reclaimed Water Tank TASK ORDER NO. 2013- 2 TO AGREEMENT FOR ENGINEERING SERVICES QUENTIN L. HAMPTON ASSOCIATES, INC. (QLH)AND CITY OF CAPE CANAVERAL,FLORIDA Revised 4/25/13 PROJECT: Three Million Gallon Reclaimed Water Storage Tank Execution of this Task Order by the City, shall serve as authorization for Engineer to { provide professional services for the above project. RESPONSIBILITY OF THE ENGINEER: Engineer shall provide said professional services pursuant to the Agreement. j RESPONSIBILITY OF THE CITY: Provide the Engineer the necessary guidance regarding design variations upon presentation and recommendation of such from the Engineer. BACKGROUND: The City has planned for a new 3 million gallon reclaimed water storage tank in the City's Capital Improvement Program (CIP) as project number WW22. The City recently acquired a State Revolving Fund (SRF) loan from Florida Department of Environmental Protection (FDEP). The City desires to proceed with the design of the project. Bidding and construction is expected to be completed in Fiscal Year 2014. The estimated construction cost is$1.9M. SCOPE OF WORK: Survey: QLH will utilize Kugelmann Surveying, Inc. to collect an existing conditions survey of the proposed storage tank site located on a portion of the City's wastewater treatment plant site. The survey will include collection of topographic conditions, existing improvements and underground facilities as marked by the City. Geotechnical Investigations: QLH will utilize Ardaman and Associates, Inc. to conduct a geotechnical investigation of the proposed storage tank site and prepare earthwork and foundation recommendations for use by the pre-engineered, pre-stressed concrete storage tank company(Crom and/or other approved equal). Preliminary Engineering Report: A preliminary design report for the City's consideration and for use in the permitting of the improvements with FDEP will be prepared. The report will address the site layout, tank sizing,piping sizing and routing,and operational guidelines. Subsurface Utility Engineering (SUE): QLH will utilize vacuum excavation equipment to locate proposed piping tie in points and other items critical to the design. A $2,000 allowance for the SUE effort is included. cc003 proposal revised 4-25-13 Design: QLH will prepare the required civil and mechanical design products including construction drawings and specifications. QLH will also prepare construction cost estimates. The tank design will include a roof parapet and roof drains in order to minimize stormwater runoff and to maximize reclaimed water augmentation. A $9,000 structural engineering design (Noble Structural Group, Inc.) allowance is included if a pile or other special foundation is required due to the existing soils. Submittals to the City will be made at 30%, 60% and 90% design phases to solicit City review and comments. QLH will meet with City staff upon submittal of design products and throughout design as needed. Permitting - QLH will prepare permit application packages, including engineering calculations for the following permits: • SJRWMD/FDEP Environmental Resource Permit Modification (modification of existing stormwater permit) • FDEP Minor Revision to a Wastewater Facility or Activity Permit (modification of existing FDEP operating permit) QLH will respond to all reasonable Requests for Additional Information (RAls). The City will be responsible for all permit application fees. Bidding and Construction Phase Assistance: Bidding: QLH shall assist the City in the public bidding of the project by completing the following work items: • Preparation of bidding documents per CITY standards • Distribution of documents to potential bidders/plan rooms • Preparation/Issuance of any addenda • Addressing of all potential bidder quotations • Attend pre-bid meeting • Review received bids • Prepare certified bid tabulation • Investigate low bidder(s) qualifications • Prepare bid award recommendation letter Construction Contract Administration: QLH will provide the following services during the construction phase: • Coordinate execution of contracts • Schedule and preside over preconstruction conference • Issue Notice to Proceed to Contractor 11 • Review shop drawings/material submittals • Address Contractor/CITY questions • Twice per month site visits j cc003 proposal revised 4-25-13 1 1 l i 5 • Review of monthly Contractor pay requests • Review of Contractor as-built drawings a a • Review change orders • Prepare final record drawings,utilizing Contractor as-builts and inspector sketches,etc. • Determine substantial completion. • Provide final inspection • Recommend final payment • Coordinate execution of final paperwork • Provide Certificate of Completion to permitting agencies. E � Construction Project Representative: QLH will provide a qualified part-time inspector to provide the following services during the construction phase: 1 1. Attend pre-construction conference 2. Assist Engineer with shop drawing review 3. Observe contractor's construction activities 4. Document construction activity via daily reports/logs 5. Review contractor's soil and erosion control efforts 6. Review contractor's monthly pay requests/quantities 7. Prepare supplemental as-built sketches 1 8. Review contractor's as-built surveys 9. Review contractor's locating efforts of existing utilities 1 10.Coordinate responses to contractor's Requests For Information (RFIs) 11. Coordinate engineer's field directives 12.Coordinate material and field tests A TIME FOR COMPLETION: The professional services authorized by this Task Order are scheduled for completion according to the following schedule commencing from the date of this Task Order. I Survey/Geotechnical 45 days Preliminary Engineering Report 15 days Subsurface Utility Engineering 15 days Design 60 days Permitting Per SJRWMD/FDEP schedule Bidding Assistance Per City Schedule Assumed 6 month contract Construction Phase Assistance (4 months actual construction) i The above time frames do not include City review times. 1 COMPENSATION: The fee for these services is estimated at$129,622.75 based on the following schedule and I the attached breakdown: i I tt i cc003 proposal revised 4-25.13 Design/Permitting Lump Sum $68,397.75 Bidding Assistance Lump Sum $4,950.00 Construction Phase Assistance Lump Sum $54,275.00 Allowances Lump Sum $2,000.00 TOTAL $129,622.75 CITY OF CAPE CANAVERAL, FLORIDA Dated: 67 Z y f /3 By: l.9 v►,.•• 1 David Greene,City Manager QUENTIN L. HA TON ASSOCIATES, INC. Dated: s/ci 13 By: L 1 David A. King, P.E. 1 gg 1 li li cc003 proposal revised 4-25-13 1 1 1 0 V1 0 0 0 0 0 0 u1 0 0 0 0 0 0 Ws o r` o o 0 0 0 o r. 0 0 0 o S 1 3 o Ni ui o 0 0 0 0 r: o o vi o ui o ig O in u1 00 .-1 o N M V1 01 u1 u1 N O n O N to .i l0 CO. 01 f\ '•-1 M 01 at 01 en N O tel i '1)m f\ M N N 01 M a N mi. Lti N N N N Ol M L! N 10 N in Lf N 1.4 '# in. N N t/! in. r/! {A in. 0 N O 0 n O S O S in ' 3 L N 0 0 N 0 0 O S2 ni n °o .°n m X10 ut 0 25 Q m t0 N N 0 e� rl N N In M 1 '- v! .n 1/ y/). v! •/1. v! H v! •( v! v! N y/! v! Vf 0 0 0 0 0 0 0 0 0 0 o 0 v 4 0 0 it, N 0 0 0 0 0 0 0 0 0 0 0 m O M 0 0 al v en Li Z i . u• I— ; cu I l'- , 4 y Z ;t, c7 W 5 sc L,, i < 0 YO Q t #& t •-1 .-1 N -1 CO t0 N N a ve 00 O N O O LL CC To C W s v ra Q W , r r 00 Q Q ur =* N rl CO 00 V1 .-I .--I t0 N N N O N 0 O 01 ▪ = Z W m > e A .� H U ar ■W Q W , , v y IA d -iNi. c VW Z s u1 fO o 11. �' Z 4 { '-I O N O 00 l0 N N N N N 01 O 01 O 0 M u al O ZO t e,-..., O U • Q in O• H L � . O a v co .-I m O Mf M O O Y c c 0 E• Os " .-• ai W CI a _ (.,,, M l0 N a .-I 01 Ot 1A II in TO 10 3 inn vii , H rn C Z+on fc0 `" rc0 CO c '+ CU C VN, 0 11N�� 3 E 17/ Ln IT TA a. C C ,n ;5 - coo C 'O M o o w p a s m o U' t ..... 0 m as > c a a C v a c °o Cc Y a U 0 o N N y +C'' X W 00 C in h C W N H cc C C_ F O ti; 'C N 00 al Luc 'O d N C L 'fl c c Y _ a n m:� E o 0 0- N 0 N 7 U U y i a c u oa oa 'a n a+ v a \O i 7 u° C T U C al a1 ate-. OD +' t7 ` C C 00 v+-'i H NioE ' ° 13 -- _ IC3v 3 fo a00 m CO i N c C d! 7 0 0 C d = 0 0 N 'C O D U o 0 N C7 0_ N 10 01_LL 0_ m Q_ U U Co O<_ Q O._ Z .--I N u 1 u 1 1;E i - II Ardaman &Associates, Inc. Geotechnical,Environmental and March 19, 2013 Materials Consultants Proposal File No 1323-052 t Quentin L. Hampton Associates, Inc. PO Drawer 290247 4 4401 Eastport Parkway Port Orange, Florida 32129-0247 Phone:(386)761-6810 41 Attention: Mr. David King, P.E. Email:dking@glha.com Subject: Proposal for Subsurface Soil Exploration and Geotechnical Engineering Evaluation Proposed 3-MG Ground Storage Tank g City of Cape Canaveral WWTP Cape Canaveral, Florida I Dear Mr. King: 1 As requested, we are pleased to present this proposal for conducting a subsurface soil exploration and geotechnical engineering evaluation for the subject project. Based on information provided by Mr. David King, P.E. with Quentin L. Hampton Associates, Inc. (QLH)and on discussion with Mr. King, the proposed development includes constructing an above-ground approximately 3 million-gallon ground storage tank. 1 l We anticipate that the storage tank will be a pre-stressed concrete tank. We understand that the tank will be approximately 110 to 125 feet in diameter and up to 30 feet high. Preliminarily, the anticipated ground contact weight due to the tank is estimated at approximately 2,200 pounds per square foot (psf) based on the tank dimensions and assuming a fluid unit weight similar to that of water for the tank contents. Actual tank loading conditions will need to be provided by the Client for our analyses. Based on anticipated soil conditions,the tank may be founded on a deep pile foundation system. The vicinity of the proposed tank location is developed as a WWTP facility. We anticipate that the additional fill necessary to bring the tank area to final grade is less than 2 feet. The following summarizes our proposed scope of work and associated fees for conducting the subject exploration. a FIELD EXPLORATION i The field exploration program will include the following: ( Description Number of Borings Depth Below Ground Surface(feet) Ground Storage Tank I (Center) 1 SPT 125 g Ground Storage Tank 1 SPT 75 (Perimeter of 393 ft) 4 SPT 50 1 1300 N.Cocoa Boulevard.Cocoa.Florida 32922 Phone(321)632.2503 FAX(321)636-4657 Louisiana; Alexandria.Baton Rouge.Monroe.New Orleans.Shreveport Flonda. Bartow.Cocoa.Fort Myers.Miami.Orlando.Port Charlotte.Port St.Lucie,Sarasota.Tallahassee,Tampa,West Palm Beach h { 1 2 QLH--Cape Canaveral Storage Tank Proposal File No. 1323-052 1 The SPT borings will be drilled using a procedure similar to the Standard Penetration Test outlined in ASTM D-1586. The borings will be sampled at 18-inch intervals to 10 feet deep and at 5-foot intervals below 10 feet. Each sample will be removed from the sampler in the field and then examined and visually classified by our crew chief. Representative portions will be sealed and packaged for transportation to our laboratory for further analysis as required. Water level observations will be made in the boreholes during the drilling operation. Cone penetration test (CPT) soundings may be substituted for some of the SPT borings. If soft clay soils are encountered within the vertical reaches of the borings, two relatively undisturbed Shelby tube samples of the clay will be collected and returned to our laboratory for examination and 1 testing. 1 LABORATORY PROGRAM Routine laboratory visual classification of the retrieved soil samples will be performed by a Geotechnical Engineer. In addition, specific classification tests deemed necessary (i.e., sieve analysis, organic content, moisture content, and Atterberg limits) may be performed on select soil samples. In addition, if soft clay is encountered in the borings, an incremental consolidation test (ASTM D-2435)will be performed on one of the Shelby tube samples of clay collected from the site. ENGINEERING ANALYSIS AND REPORT Engineering analysis of all data obtained will be made to evaluate general subsurface conditions and to develop engineering recommendations to guide site preparation and foundation support for the tank structure. For the tank, an evaluation of one shallow foundation system will be performed. We will calculate estimated settlement associated with the structure foundation loads provided by the Client. If the estimated settlement is deemed to be excessive, axial capacities and recommendations for driven pile foundations will be provided. We will analyze up to two different pile types and up to three different pile sizes. Lateral analysis of the pile foundations is not included in our scope of services. An estimate of the normal seasonal high groundwater table level at the boring locations will also be provided. The results of our analyses, together with all data developed during the exploration, will be submitted in a written report upon conclusion of the study. COST ESTIMATE The costs associated with the aforementioned tasks are estimated as follows. The total cost will not be exceeded without prior authorization. } Site Reconnaissance, Boring Layout, and Utility Locate by Project Engineer: 2 hours @$108.00/hour. $ 216.00 Mobilize Drilling Crew and Equipment(lump sum): $ 300.00 SPT Borings: 1 boring x 125 I.f. and 4 borings x 50 I.f. (0-50 I.f.): 250 Lf. @$14.00/f.f. $3,500.00 (50- 100 I.f.): 75 I.f. @$18.00/I.f. $1,350.00 (100-- 125 I.f): 25 I.f @$21.00/Lf. $ 525.00 i 1 1 a 3 QLH—Cape Canaveral Storage Tank Proposal File No. 1323-052 I 1 1 Collecting Two Shelby Tube Samples (If Soft Clay Encountered) ' 3 crew hours @ $165.00/crew hour $ 495.00 Grout Boreholes: 350 If © $3.50/I1. $1,225.00 Opening Shelby Tube Samples and Unit Weigh/Classification: 2 samples @$59.00/sample $ 118.00 Laboratory Classification Testing Allowance: estimate $ 300.00 Laboratory Consolidation Test(If Necessary): 1 test @$600.00/test $ 600.00 Senior Project Engineer:4.5 hours @$127.00/hour $ 571.50 a Project Engineer: 16 hours @$108.00/hour $1,728.00 I CADD Draftsperson: 5 hours @ $55.00/hour $ 275.00 1 Technical Secretary: 3 hours @ $46.00/hour $ 138.00 TOTAL COST $11,341.60 --1—o424= $14,w,1.7c T.duc1..+5 W. below If temporary casing is needed to prevent borehole collapse during drilling or due to artesian conditions, a cost of$8.70 per linear foot of casing installed between 0 and 50 feet deep, $10.85 per linear foot between 51 and 100 feet deep, and $13.50 per linear foot between 101 and 125 feet deep will be added to the above total Additional costs may be incurred if artesian groundwater conditions I are encountered and addition ime is required to stop the flow of water and seal the boreholes. IS,zc.,1-.S TERMS AND CONDITIONS This proposal is subject to the following terms and conditions: (1) access to boring locations is to be P J I readily available to our truck-mounted drilling equipment, (2)the proposed number of borings and the boring depths will be adequate, (3) Ardaman &Associates will not take responsibility for damages to underground structures and/or services that are not located by Sunshine One-Call. The client's and/or owner's assistance will be needed to identify on-site utility locations, and (4) exploration or evaluation 1 of the environmental (ecological or hazardous/toxic material related) condition of the site and subsurface is not included in this evaluation. , 1 1 11 i I 1 i i i 1 1 1 i 1 i i 1 4 QLH—Cape Canaveral Storage Tank 1 Proposal File No. 1323-052 i I CLOSURE i We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If this proposal meets with your approval, please indicate your acceptance by issuing a , subcontract. Please call if you have any questions or require additional information. I Very truly yours, ARDAMA &ASSOCIATES, INC. D fd Fickey, P.E. r7,9#1.% Manning, P? Project Engineer Branch manager DBF/JPM/dbf s i 1 i 1 i i 8 i i i s l i i i I j s 1 I i 1 I 1 I t 1 1 1 I s 3 i I r I I4 j j 4 I 4 I NOBLE STRUCTURAL GROUP, INC. 1 1 i , CONSULTING ENGINEERS 1 Subject: Proposal for Structural Engineering Services for a Pile supported Storage Tank Foundation at Cape Canaveral WWTP j PROFESSIONAL SERVICES AGREEMENT Noble Structural Group., Inc.is pleased to present this proposal for structural engineering services related to the subject project. We understand this project to consist of designing a pile supported floor slab foundation for an approximately 125'diameter x 30'high storage tank.The design of this type of foundation system will be required if, based on the tank manufacturer loads,preliminary geotechnical analysis deems shallow foundations not feasible. 1 NSG's Scope of Services will include: I Design and Drawings 1. Based on recommendations in the final Geotechnical Report and loads from the prestressed concrete tank manufacturer, design piles,slab and grade beams(or drop panels)to support the tank. 2. Coordinate the connections of prestressed tank walls to the reinforced concrete foundations. j 3. Provide structural drawings for above noted items. We anticipate the following drawings will be submitted: Pile Layout / Slab and Grade Beam Plan / Sections and Details / General Notes Bidding and Construction 4. Clarify drawings and answer bidder questions during bid phase 5. Assist City as requested in evaluating structural bids 6. Review structural submittals related to the tank substructure. 7. Perform up to(3)on-site inspections at critical phases of construction. EXCLUDED SERVICES NSG's services do not include services other than structural engineering. j } COMPENSATION Our fee for the above described Scope of Services is as follows: Design and Drawings $7,500 Bidding and Construction $1,500 1 Additionally requested services will be billed at the hourly rates below: j Project Engineer, PE $130/Hour Al CAD Designer $70/Hour : Clerical $55/Hour . LIMITATIONS OF LIABILITY To the maximum extent permitted by law,the Client agrees to limit the Consultant's liability for the Client's damages on an individual claim to a sum not exceeding the Consultant's fee on the individual project. This limitation shall apply regardless of the cause of the action or legal theory pled or I asserted. 1 j CHANGED CONDITIONS a If,during the terms of this Agreement,circumstances or conditions that were originally contemplated 1 by or known to the Consultant are revealed,to the extent that they effect the scope of services, 1 i j PHONE 321.635.9344.220 CORAL SANDS DRIVE STE.3,ROCKLEDGE,FL 32955 . FAX 321.635.9343 i 3 i 1 1 1 T. NOBLE STRUCTURAL GROUP, INC. CONSULTING ENGINEERS compensation,schedule,allocation of risks or other material terms of this Agreement,the Consultant may call for renegotiation of appropriate portions of this Agreement. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement,in accordance with the Termination Provision hereof. I BILLING AND PAYMENT TERMS PAYMENT DUE. Invoice for design services shall be submitted by the Consultant upon completion of final drawings. Bid and Construction phase services will be invoiced monthly based on services performed. Invoices shall be considered past due if not paid within 30 calendar days of the due date. INTEREST. If payment in full is not received by the consultant within 30 calendar days of the due date, invoices shall bear interest at one-and-one half(1.5)percent(or the maximum rate allowable by law, whichever is less)of the PAST DUE amount per month,which shall be calculated from the invoice due date. Payment thereafter shall first be applied to accrued interest and then to the unpaid principal. 4 COLLECTION COSTS. If the Client fails to make payments when due and the Consultant incurs any i costs in order to collect overdue sums from the Client,the Client agrees that all such collection costs incurred shall immediately become due and payable to the Consultant. Collection costs shall include, 1 without limitation,legal fees,collection agency fees and expenses,court costs,collection bonds and reasonable Consultant staff costs at standard billing rate for the Consultant's time spent in efforts to collect. This obligation of the Client to pay the consultant's collection costs shall survive the term of this Agreement or any earlier termination by either party. I SATISFACTION WITH SERVICES. Payment of any invoice by the Client to the Consultant shall be taken to mean that the Client is satisfied with the Consultant's services to the date of payment and is not i aware of any deficiencies in those services. SUSPENSION OF SERVICES The Consultant Reserves the right to withhold or suspend services if payment for services rendered is I not received in accordance with the terms of this agreement. The Client is not relieved of any outstanding debt during periods of suspended or withheld services by the Consultant. LIMITATIONS OF LIABILITY To the maximum extent permitted by law,the Client agrees to limit the Consultant's liability for the Client's damages on the project to a sum not exceeding the Consultant's fee on the project. This limitation shall apply regardless of the cause of the action or legal theory pled or asserted. I j EXECUTION Signing below is indication of acceptance of the terms of this Agreement. This proposal is valid for a ) period of sixty(60)days. I I k 3/26/13 I i I David King, P.E. Date Andrew Noble, P.E. Date Quentin L.Hampton Associates,Inc Noble Structural Group,Inc. I 1 PHONE 321.635.9344.220 CORAL SANDS DRIVE STE.3,ROCKLEDGE,FL 32955 . Fax 321.635.9343 9 r x i '` _-=_ KUGELMANN LAND SURVEYING, INC. 30 North Tropical Trail, Suite B-Merritt Island, Florida 32953 Phone (321) 459-0930 Fax (321) 459-9413 1 1 i i I March 19, 2013 1 David King, P.E. Quentin L. Hampton Associates, Inc. PO Drawer 290247 Port Orange, FL 32129-0247 i I Re: Topographic Surveying Services for the Proposed 3 Million Gallon Reclaimed Storage Tank, Cape Canaveral,Florida. i I Dear David: Pursuant to your request, Kugelmann Land Surveying, Inc. (KLS)is pleased to present 1 this proposal for professional surveying services to the above referenced project. The deliverable documents shall be the preparation of a topographic survey depicting the existing conditions. Cad drawings will be produced on Bentley MicroStation PC Version 8 platform and will be available in Bentley or AutoCAD format upon request. Based on your information, we propose to provide the following specific professional services: I 1 1. The topographic survey will include but not be limited to the location of the all k existing improvements. Spot elevation at fifty-foot intervals and any other elevations necessary to depict the storm drain run-off. The limit of the survey shall be from river/fence to the west, fence line with park to the north,river/fence to the south and east to the west side of the admin building(building east of existing north tank). Also the location of all underground utilities marked by the Sunshine locators and the location of any soft digs within the area, (40 hours two 1 man field crew: $3,800.00). 2. Stake out proposed borings, (4 hours two man field crew:$380.00). 3. Locate SUE/vacuum locations of buried pipes, (4 hours two man field crew: $380.00). 4. Computer drafting for map preparation, (32 hours office: $1,760.00). I5. Project supervision and calculations, (5 hours-Professional Land Surveyor $475.00). 1 g i 1 1 1 i A A 5 1 Our proposed lump sum fee for the services described above would be as follows: $6,795.00 Conditions: 1) The depths of subsurface utilities are not included except where they are exposed at the soft dig locations. 2) The location of endangered species habitat and/or environmental areas is not part of this proposal. 3) All surveying services shall meet or exceed the Minimum Technical Standards established by the Florida Board of Professional Surveyors and Mappers as set forth in Chapter 5J-17 F.A.C. 4) Any additional services not specifically described herein that are requested by the Client will accrue additional charges based on our hourly rates.No additional services will be provided unless authorized by the Client. The professional services described herein are based on the following rate schedule: JOB 77111:' B I Tl:.S P1;B11011? Professional Land Surve or $95.00 Two Man Crew 95.00 Cad Operator 55.00 Should you have any questions or comments regarding this proposal,please feel free to call. We would like to thank you for the opportunity to provide these services and we look forward to working with you on this project. 1 Sincerely, i cn J� Lac)d- - '� 1 David J. Kugelmann, P.L.S. President tt 2