Loading...
HomeMy WebLinkAboutTask Order No. 2013-4, North Atlantic Remaining Design & Bidding Services I i 'BRAD T,BLAIS,P.E. Quentin L. Hampton Associates, Inc. TELEPHONE.FAX:(386)781-3977 DAVID A.KING,P.E. ANDREW M.GIANNINI,P.E. Consulting Engineers EMAIL:glha @glha.com KEVIN A.LEE,P.E. P.O.DRAWER 290247 PORT ORANGE,FLORIDA 32129.0247 i April 26,2013 I Mr.Jeff Ratliff Public Works Director City of Cape Canaveral ,a P.O. Box 326 Cape Canaveral, FL 32920 i NORTH ATLANTIC AVENUE STREETSCAPE Remaining Design and Bidding Service 1 Dear Mr. Ratliff: 1 J Enclosed is our proposed task order for the remaining design tasks for the above referenced project. The scope of work includes the work that was excluded/postponed from the first task order due to the limited funds allocated last fiscal year. This task order includes the remainder of 1 the permitting assistance, bidding assistance and construction phase services. As discussed at our April 24 meeting, the task order does not include landscaping and irrigation design services. We understand the City will contract directly with Brad Smith Associates, Inc. (BSA). QLH will coordinate the design effort with BSA. Also as requested, we have included full time inspection for an estimated 6 month construction 1 duration. i I Please review the task order and return one executed copy if found acceptable. Contact our office if you have any questions or need additional information. Sincerely, QUE P ON ASSOCIATES, INC. ' il David A. King, P.E. , Kevin A. Lee,P.E. Vice President V Project Engineer IDAK/KAL:mt/el 1 ) Enclosures cc:QLH files i i j 4 j 1 cc002 design_bidding 1 1 4 4 i TASK ORDER NO 2013-4 i TO AGREEMENT FOR ENGINEERING SERVICES QUENTIN L.HAMPTON ASSOCIATES,INC.(QLH)AND CITY OF CAPE CANAVERAL,FLORIDA Revised 4/26/13 PROJECT: North Atlantic Avenue Streetscape-Remaining Design and Bidding Services i 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: 1 Engineer shall provide said professional services pursuant to the Agreement. RESPONSIBILITY OF THE CITY: Provide the Engineer the necessary guidance regarding design variations upon presentation and recommendation of such from the Engineer. 1 BACKGROUND: 1 The City has planned for the North Atlantic Avenue Improvements Project in the City's adopted Capital Improvement Program (CIP), project number G03. The City contracted Brad Smith Associates, Inc. (BSA) to prepare a planning study which was subsequently adopted by the City. The City desires to proceed with the design of the project in FY 2012 with work beginning in November 2011. Bidding and construction is planned to begin in FY 2013 and span into FY 2014. $1.421 M has been programmed for construction in the CIP. The City previously contracted with the Engineer to provide design phase services. Due to limited funding at that time, the landscaping and irrigation design, a portion of the permitting effort and bidding assistance was excluded from that task order. Additional funds were to be budgeted in FY2013 for this postponed work. j I SCOPE OF WORK: Landscape and Irrigation Design: The City will contract with Brad Smith Associates, Inc (BSA) directly for these services. QLH will coordinate BSA's work with the overall streetscape design. R Permitting-QLH will prepare applications and supporting information for the following permits: 1 • SJRWMD Environmental Resource Permit • FDOT Right-of-Way Connection Permit for work at SR A1A QLH will submit the application packages to the agencies and respond to all reasonable RAI's. QLH will also coordinate the review/approval of the Canaveral Blvd signalization design by Brevard County Traffic. Processing FDOT approval via their Electronic Review process, if the project is funded via their LAP or JPA programs,is not included. An allowance for permit fees are included. , Bidding Assistance: 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 j cc002 desig&bidding i 1 i I 1 • 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 PHASE ASSISTANCE: Construction Contract Administration: QLH will provide the following services during the construction phase: I 1. Coordinate execution of contracts 2. Schedule and preside over preconstruction conference 1 3. Issue Notice to Proceed to Contractor J 4. Review shop drawings/material submittals S. Address Contractor questions 6. Twice per month site visits 7. Review of monthly Contractor pay requests 8. Review of Contractor as-built drawings 9. Review change orders 10. Prepare final record drawings,utilizing Contractor as-builts and inspector sketches,etc. 11. Determine substantial completion. 12. Provide final inspection 13. Recommend final payment 14. Coordinate execution of final paperwork 15. Provide Certificate of Completion to permitting agencies. i Construction Project Representative: QLH will provide a qualified full-time inspector to provide the following services during the construction phase: I1. 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. Address citizen complaints 6. Review contractor's soil and erosion control efforts 7. Review contractor's monthly pay requests/quantities 8. Prepare supplemental as-built sketches 9. Review contractor's as-built surveys 10. Review contractor's locating efforts of existing utilities 11. Coordinate responses to contractor's Requests For Information(RFIs) 12. Coordinate engineer's field directives 13. Coordinate material and field tests. : TIME FOR COMPLETION: The professional services authorized by this Task Order are scheduled for completion according to 1 the following schedule commencing from the date of this Task Order. Landscape and Irrigation Design Coordination Per BSA's schedule Permitting Per SJRWMD/FDOT schedule Bidding Assistance Per City schedule Construction Phase Assistance Assumed 7 month construction The above time frames do not include City review Mmes. 1 , . t i t 1 cc002 design_bidding 1 1 i i i . a 1 COMPENSATION: The fee for these services is estimated at$87,997.50 based on the following schedule: I Landscape and Irrigation Design Coordination Allowance $1,035.00 Permitting Lump Sum $3,900.00 I Bidding Assistance Lump Sum $3,887.50 I Construction Phase Assistance* Lump Sum $77,175.00 ii Allowances(printing,etc.) Allowance $2,000.00 TOTAL $87,997.50 1 *Resident Project Representative(Inspector)portion of fee to be billed at actual hours expended. i CITY OF CAPE CANAVERAL,FLORIDA l i i Dated: (,/g///j By !.-f ,,..2.,„,_ 3 David Greene,City Manager QUEN'IDK.T1AM T ASSOCIATES,INC. : : Dated: I w 1 43 By: David A. King, P.E. i l i 1 i 1 ) 1 1 i I 1 l 1 j 1 i 4 1 1 1 1 F. i i 1 cc002 design_bidding 881/� p888 p8Q 888p88888 ° 8 °h 888888880888888 _O M m O t�11 OI N M N N O N, N 00 N V01 N 0 0 0 0 CO O Lfl v N N ui N pp11 O O CC CO 00 0011 CO to r-I N el N c► e-1 e-1 00W00 N M N N tin e-1 N 01 �V!VV!!" Ch N V N N } f. fD e-1 e-1 N r-1 M oft r-1 M N M 1" V► V1 IA V} V} M. WI. VT V1 UT N to Vf N V1 V1 an aM V/ V1 U) V/ V/ V) V/ in 1A V1 4.4 II 3 i 1 e e e , e 1 e e e 1 1 e e 1 e e 1 1 e e e 1 1 1 1 1 1 CS _o ai I VI .$ V1 • • N N • f N 14 to V? 414 ■1 Vf V! 1 • H N N V) 11 Vf ■f 4.4 V/ Vf Uf VT 1.11 V/ Vf 4.1 J • O Y1 N N e-/ rl N N N CO CO N 0 N 0 N rl 0 1'/j e-1 0 N N M VI N 0 N 0 0 0 N -i O J N 1 . I H W ... > i V O o to 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W .e. in N W z CL .. O J !Joo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 NtO00 100 0 0 4 .4. 0 0 W a is v's W , J V1 W Q W Z Z i r1 e"I el ei N 0 0 0 0 N 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 CO 0 0 0 0 ' LLI N v W h+ 5Wa511 a Q z W N r1 'i N N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e4 0 0 0 0 g u W ZNa og g u Z i e� oo o N 0 1 0 ~ 0 0 0 0 0 O O O N D O O N O e/ 0 0 0 0 I= D: c J z m L7 in 1 11 IA h < < < a 00 e-1 O N eti N N ei N 0 N N N e-1 it ,_, M H V N e-1 e l N N N el CI re Q` >'O O N a h v G a,n ro z I, e6 to g 22 CU i 41 O CD O R O 41 C`i 0 E 0 N Y v m u u o a�i b e v v m °D `o • y y +-e 0 9 y O .O an d C •N 2 V go 2 p w m �Cq ; v •G C G o ° N to a 'm °� °1 c c o Tn $ a o 0 Y y1 A a E c v E 3 c Io o O - eu,�j > " E N N 3 a 0 v w iVI u C Ol CU 16 a O O aj OD Q O/ O N v >' C e3 13 2 u o 00 v aw N c v m to v II 0 3 0 >- t'' v o y m w a • OD G oo c o CO "c m E E u a` ti 0 A 0 u Y . a m u s c ^ c V s v co 0 o c 3 E - IL X n o D 2 c c c w v ` a c c x cz v+ $ �" v c m v o E 0 o c G a 13 ,J a c 0 0 0 c o a v a to a O d ,,, a v m v' d u c W 15 u a o o u v (a c 43 E c I a v 0 o N a v c OD �' ovc m d c v c v H ° c b y v y a3i v a a v v m v E v °o v '• a v a ;, 0 a a, :• 11 > y y v a ' d > o m1 o u en ? -0 3 t v N e_ c C1 v 3 _a_Q ag ea a b Q Q �_d_te_E a Q_ u u 1n !^_oe_Q H_oc re cc ,a O a oc_3 m 0 1 1 < m 'u 0 "8 V • C i d 4 4 ., 888 880, 8 § § 7 N In "a co c ,^!1 n N N 00 r G m L N N N N N N V► h C 4 a, 8 8 $ " QQ QQ `, d # V G E r. O 1 N N N O To a ` N N N N N 1A v c 1 m O j aO V 9 J N N O N O O q 2 d J it a O E c D o 2 W cc L./ O N K / 0 $ 0 LL c W m U'I O O W- u O _ ° G 0. JJIjooz I O O N a W r '�^ m � V c V O a ti = W u c i U 8 2 W O Z , O O1 0 0 L m 14 .44 CO W 1 N r F. p L E W VI W E O m 4 Q ` E 3 ZZ M Z V W W Z \ 1-1 o n o o n 0 m E. Q ° 2 u a Q Z N .. N V I. W 1. n Z O '^ < a L ' 1 ' ! a o CC ° C c O m ,' Z c a s Z 1 I i. o o W H E a C'9 v o Z H N E 'E io Z O 01 H O N a F. m E a N h o O n CI CWG ��U U v o c Tn 3 4 a w v C 1. a, $ O C m y a E ~ a, m c CV w H v o R y C ^ v •' w _O F C O a r L C w E - C m a, d d 1 O m u x C Ti a N d _o a O t V N a) fO a, 'o a! E m p O a n u t m v %51 _ e n. c d C O u IA m r v , 2 C C C Y vC � c @ c C _ v ? O C O Q m s u .7 E. z m a 1 z W o $ U i