Loading...
Emergency Item #02 - Bluford Avenue Phase II Utility and Streetscape Design Services with Barnes, Ferland & Associates, Inc.Commissioner Wilsen, District 2 and Commissioner Firstner, District 3 t J ocoee florida AGENDA ITEM COVER SHEET Meeting Date: May 2, 2017 Item # (mcrQ6npy Zfvr�.� Reviewed By: Contact Name: Stephen C. Krug Department Director: /-, Contact Number: 6002 City Manager: �� 7 Subject: Bluford Avenue Phase II Utility and Streetscape Design Services with Barnes, Ferland &Associates, Inc. Commissioner Wilsen, District 2 and Commissioner Firstner, District 3. Background Summary: The Commission approved the award of the final design work for the Bluford Avenue Phase II Stormwater and Streetscape Project at the February 21, 2017 meeting to Barnes, Ferland &Associates, Inc. (BFA), Engineer of Record for the utility portion of the project previously awarded under RFQ #1401. The Commission also approved at the same meeting an initial design services fee with BFA for a Not to Exceed amount of $25,000.00 based on a scope which allowed the project design to move forward as the final cost proposal was negotiated and the Contractor was selected through the Construction Manager at Risk solicitation. The City has finalized the scope and completed negotiations with BFA. The Utilities portion will include finalizing the water and wastewater design along with adding a reuse water main to the project. The stormwater and streetscape portion encompasses taking the designs for the roadway, stormwater, streetscape and structural faux bridge over the drainage canal from 30% drawings directly to 90%. The City is reviewing the designs as they are progressing in order to facilitate the contractor starting portions of the construction in productive phases. The total cost for the design is $276,382.04 which includes $31,404.06 for additional survey and geotechnical services if required as the project progresses. Public Works and Utilities recommends approving the design proposal based on the defined scope of work for the Bluford Avenue Phase II Streetscape with BFA under RFQ #1401 for the proposed fee of $276,382.04 to maintain the productive design momentum on the project. Issue: Request the City Commission approve the design work proposal for the Bluford Avenue Phase II Streetscape with BFA under RFQ #1401. Recommendations: Recommend the City Commission approve the design work proposal for the Bluford Avenue Phase II Streetscape with BFA under RFQ #1401 in the amount of $276,382.04, and authorizing the Mayor, City Clerk and Staff to execute the required contract change order and for the City Manager to approve additional work up to the limit of his purchasing authority and up to the allowable budget for unforeseen conditions. Attachments: BFA Scope of Services and Cost Proposal. Financial Impact: The cost of the work is adequately funded in Utilities and Public Works project budgets. Type of Rem: (please mark with an "x') Public Hearing For Clerk's Dept Use: Ordinance First Reading X Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion 8 Direction Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. Pn ___ N/A Review ed by ( ) N/A 2 REA. Environmental Consultants Barnes, Berland and Associates, Inc. April 27, 2017 BFA Project No. 2015-03.4 Mr. Charles Smith, PE Mr. Stephen C. Krug, PE Utilities Director Public Works Director City of Ocoee City Ocoee 1800 A.D. Mims Road 301 Maguire Road Ocoee, FL 34761 Ocoee, FL 34761 Subject: RFQ#1401 Engineering Services for Ocoee West Sanitary Transmission Project (REVISED)Additional Services Scope and Fee Proposal for Engineering Services Bluford Avenue Phase II Task 2 Utility and Streetscape Final Design Services Dear Charles and Stephen: Attached for your review is BFA's revised additional services scope and fee proposal to provide final design engineering services to implement the Bluford Avenue Phase II —Task 2 Utility and Streetscape project. We appreciate the opportunity to assist the City of Ocoee on this important project. If you have any questions or comments regarding this proposal, please contact me. Sincerely, Willie Thomas, PE Vice President Attachments cc: Richard Campanale, PE; City of Ocoee Kurt Luman Jr, PE, CPH 1230 Hillcrest Street• Orlando, Florida 32803 Office (407) 896-8608 • Fax (407) 896-1822 Exhibit A SCOPE OF SERVICES CITY OF OCOEE WEST SANITARY TRANSMISSION PROJECT REVISED ADDITIONAL SERVICES PROPOSAL FOR BLUFORD AVENUE PHASE H—TASK 2 UTILITY AND STREETSCAPE FINAL DESIGN SERVICES This presents BFA Environmental Consultants additional services proposal for performing engineering services required to complete additional scope of work items identified by the CITY. The City of Ocoee wishes to incorporate the proposed design elements of the Bluford Avenue Reconstruction project and the overall Ocoee Downtown Master Plan into the existing engineering contract for the West Sanitary Transmission Project. The existing contract includes design of a new 16-inch and 20-inch wastewater force main,replacement of existing 4-inch and 6-inch potable water main with new 8-inch water main and services, new 8-inch gravity sewer and 2-inch low pressure sewer systems. Project limits for these improvements are located along Bluford Avenue from Delaware Street to just north of Silver Star Road, approximately 3,100 feet. In addition to the utility improvements described, the purpose of this additional services proposal is to incorporate the following additional improvements: • Stormwater and Drainage Design • Roadway and Streetscaping Design • Signage, Pavement Marking and Traffic Signal Design • Maintenance of Traffic (MOT)Development • Coordination with Existing Utilities Incorporation of the additional improvements will be accomplished in two(2)phase of engineering services. Task 1 — Utility and Streetscape Pre-Construction Work is being completed under a separate work authorization. This proposal includes the proposed scope, fee, schedule and all work and services needed to successfully complete the Task 2 Final Design services. Implementation of the proposed improvements will be accomplished utilizing a Construction Management at Risk (CMAR) contract. The Task 2 Final Design services will be completed in conjunction with the CMAR contract. SCOPE OF SERVICES Task 1.0—Project Management 1.1. Project Management BFA will serve as the prime consultant for this project and will coordinate all project tasks and deliverables with the Project Team and sub-consultants as required for successful project completion. Project coordination activities shall include work related to project emails, correspondence and telephone conference calls. The BFA project manager shall coordinate directly with the CITY's project manager for all project related communications with the CITY. BFA#2015-03.4 Exhibit A—Scope of Services—City of Ocoee West Sanitary Transmission Project Additional Services Revised Proposal for Bluford Avenue Phase 11—Task 2 Utility and Streetscape Final Design April 27,2017 Page 2 1.2. Project Meetings In addition to the project meetings included in the Task I work authorization, BFA will also attend up to eight (8) additional project coordination and review meetings with the CITY and CMAR contractor to discuss project alternatives, design revisions, input from CITY staff and CMAR representatives,and implementation considerations for the project. Task 2.0—Design Services 2.1 Water,Wastewater and Reuse Main Design Services BFA will coordinate with the Utilities Department for review and finalizing the water, wastewater and reclaimed water pipeline design elements.This work includes coordination with the CITY, CMAR contractor and BFA subconsultants for modifications and finalization of the utility pipelines design. Coordination with the proposed roadway, drainage and streetscape design will be required to avoid conflicts and proper placement of the utility mains for long term operation and maintenance. BFA will prepare utility pipeline plans for submittal at the 90%and Final design deliverables. 2.2 Roadway Design Services CPH will lead the design services for this project component with BFA coordination. Refer to CPH's scope of services for details. 2.3 Landscape Architecture Design Services CPH will lead the design services for this project component with BFA coordination. Refer to CPH's scope of services for details. 2.4 Structural Design Services CPH will lead the design services for this project component with BFA coordination. Refer to CPH's scope of services for details. 2.5 Additional Survey Design Services 1'o support the additional project design components,additional topographic survey,utility designates and subsurface locates will be required. BFA will perform the survey services on an as-need basis with a not-to-exceed fee limit of$18,240.50. 2.6 Additional Geotechnical Design Services To support the additional project design components, additional geotechnical soil borings and analysis will be required. Our subconsultant, Antillian Engineering, will perform the geotechnical engineering services on an as-need basis with a not-to-exceed fee limit of $13,163.56. BFA#2015-03.4 Exhibit A—Scope of Services—City of Ocoee West Sanitary Transmission Project Additional Services Revised Proposal for Bluford Avenue Phase Il—Task 2 Utility and Streetscape Final Design April 27,2017 Page 3 Task 3.0—Permitting Services BFA will provide FDOT permitting requirements associated with reuse main crossing at Silver Star Road. Permitting services for the proposed force main and water main crossings are included in a previously approved work authorization. CPH will be responsible for all SJRWMD and FDOT permitting services related to the roadway, drainage and streetscape project components. Refer to CPH's scope of services for details. Task 4.0—Utility Coordination BFA understands the CFfY has proposed utility improvements within the Bluford Ave corridor, and has started coordination with Duke Energy to relocate the overhead power (back-feed from side streets or underground the lines). BFA Project Team will coordinate with the CITY and other private utilities to propose a design that minimizes conflict. BFA Project Team will furnish plans of the 60%, and 90% plan stages to the utilities for review and confirmation of utility location. BFA Project Team will attend three utility coordination meetings with utilities located within the project limits. BFA Project Team is not responsible for the design or cost of the relocated utilities. Task 5.0—Bid Phase Services BFA understands the CITY is administering the proposed utility and streetscape construction under a CMAR (Construction Manager at Risk) contract. RFA Team will assist in the bidding of the construction contract by attending the pre-bid meeting,responding to Requests for Information (RFI) during bidding of the project, and assist with preparing the Conformed Documents. SERVICES NOT INCLUDED The following services are not provided as part of this Scope of Services and will require an amendment if requested: I. Post Design Services 2. Construction Engineering and Inspection Services 3. Right-of-Way or Easement acquisition services. 4. Permits or authorization not specifically mentioned in this Scope of Services. 5. Any other issues not specifically described in this proposal SCHEDULE The anticipated schedule to complete the scope of service described above is summarized in the attached project schedule. PROPOSED FEE BFA proposes to complete the services described above based on a total combined lump sum and hourly not to exceed fee of S276,382.04. It is understood that fees for the subject project, including but not limited to, application fees, impact fees, above ground utility relocation design fees, utility connection fees,review fees, etc., will be paid directly by the CITY. BPA 02015-03.4 Exhibit A—Scope of Services—City of Ocoee West Sanitary Transmission Project Additional Services Revised Proposal for Bluford Avenue Phase II—Task 2 Utility and Streetscape Final Design April 27,2017 Page 4 BFA will submit invoices monthly to the CITY for payment. Lump Sum tasks will be billed as percent complete. In addition to the labor compensation outlined above,BFA shall be reimbursed directly for project specific expenditures such as, but not limited to travel, printing and reprographics, meals, postage, and phone usage. Reimbursable expenses will be billed at their actual cost,without increase. BFA#2015-03.4 ) ƒ! ] \ \ \ \ \ \ \ \ \ \ \ / \ CO 0 ( 0 ■ „Ti 0 \ a 0 0 \ \ } j \ } \ In } ! 00 - - III Ca Z 15 CO e t 0\/ � ! ` , or , Cl Cl . . . I ul CT z 0 IS g cc ` 11 a CC - 13 iti -P \ }o / § { \ } - - \ 0 43 to to C_ ) { \ ` _ s .m. m 8 S _ • 5 v o n m m m o 71 z . s m h e n n „ n n s8 » 8 .» 5 8 ng ' m m n a n ,. ' LT oS N. c e CO V ry a a w Of » « » go re p s 5 0 m 48 8 p n n v r .. a m m q o. 8 $ 8 & $ $ g.e 3 42 ; elle r i g i ^ a n m 8 n ^ m m m m o m F oo w o 3 3 E = 2 Z Z 2 c '[ v z s t o y € ` E U) R 2 a M o 3 i e p € - 3 t m 3 8 8 8 I Fa a n a ( x24 0 fir: 8 0. 111 cO 2 • x ) { ; ! ! a • { | • : / }j• " ) a 0 2u • j 12 § ) .a.ro \ § \ Antillian Engineering Geotechnical Services Fee Proposal ANTILLIAN ENGINEERING ASSOCIATES, INC. APPENDIX A FEE ESTIMATE OCOEE WEST SANITARY TRANSMISSION SYSTEM DESCRIPTION UNIT SA1 RATE TOTAL Field Investigation Crew/Equipment Mobilization each 1 $450.00 $450.00 SPT Borings, Segment 1,4 to 10 ft each LF $12.00 $0.00 SPT Borings, Segment 2, 1 to 30 ft each (Jack&bore RR Crossing) LF $12.00 $0.00 SPT Borings, Segment 3, 1 to 30 ft each (Jack&bore RR Crossing) LF $12.00 $0.00 SPT Borings, Segment 4, 2 to 10 ft each LF $12.00 $0.00 SPT Borings, Segment 5, 0 to 10 ft each LF $12.00 $0.00 SPT Borings, Segment 6, 6 to 10 ft each LF $12.00 $0.00 SPT Borings, Segment 7, 1 to 10 ft each LF $12.00 $0.00 SPT Borings, Segment 7, 2 to 30 ft each (HDD Street Crossing) LF 120 $12.00 $1,440.00 SPT Borings, Segment 8, 2 to 30 ft each (Jack&bore RR Crossing) LF 120 $12.00 $1,440.00 SPT Borings, Segment 9, 9 to 10 ft each LF $12.00 $0.00 SPT Borings,Segment 10, 11 to 10 ft each LF $12.00 $0.00 SPT Borings, Segment 11, 0 to 10 ft each LF $12.00 $0.00 Grout Boreholes to Surface (Jack&bore and HDD only) LF $4.00 $0.00 Drill Rig and Crew(other than listed above) hours 2 $180.00 $360.00 MOT(signs and barricades, incl delivery/setup/takedown) days $700.00 $0.00 MOT(flaggers) days $220.00 $0.00 Project Engineer(utility location/coordination) hours 12 $136.55 $1,638.60 Project Engineer(MOT/ROW permits) hours $136.55 $0.00 Project Engineer(field supervision/log boreholes) hours 12 $136.55 $1,638.60 Laboratory Testing Visual classification/sample preparation each 14 $15.00 $210.00 Grain Size Analysis, Single Sieve each 12 $35.00 $420.00 Atterberg Limits each 2 $90.00 $180.00 Organic Content each 0 $35.00 $0.00 Moisture Content each 2 $15.00 $30.00 Engineering Services Project Manager hour 8 $137.99 $1,103.92 Engineer Intern hour 24 $136.55 $3,277.20 Draftsperson hour 8 $84.53 $676.24 $ 12,864.56 AEA PM Ocoee West Sanitary Transmission System Page 1 of 1 9/5/2017 CPH Roadway and Streetscape Design Services Scope and Fee Proposal CITY OF OCOEE BLUFORD AVENUE STREETSCAPE FINAL DESIGN SCOPE OF SERVICES TASK 1 — PROJECT ADMINISTRATION CPH will provide general project management, including, but not limited to communication and coordination with the CITY, preparation of meeting materials and documentation, preparing project billing, preparing invoice report, and tracking project budget and schedule, and attend general project meetings. In addition to the design specific meetings identified below, CPH anticipates up to five stakeholder/coordination meetings as required by the project. CPH understands the CITY is administering the proposed utility and streetscape construction under a CMAR (Construction Manager at Risk) contract. CPH will coordinate with the City's selected contractor during the development of the plans. CPH will attend up to eight coordination meetings with the CMAR contractor during the development of the plans to assist in developing the GMP. CPH will address minor revisions requested by the CMAR and agreed upon by by CITY within the Design Services Task below. If significant revisions to the plans are requested due to the CMAR coordination which causes the estimated Staff-Hours to be exceeded, requested revisions will be addressed as additional services. TASK 2—DESIGN SERVICES 2.1 —Water, Wastewater and Reuse Main Design Services (No Services 2.2—Roadway Design Services CPH will prepare the Construction Plans for the reconstruction and streetscape of Bluford Avenue, from Delaware Street to Silver Star Road. This work effort includes the design needed to provide plans for the project with sufficient information to allow for permitting, bidding, and constructing the project. The design of the project includes plans for the reconstruction of roadway, stormwater modifications, and streetscape improvements. These plans are for the use of the CITY to bid and build the project, and ensure the project is built as designed and to specifications. CPH will design the roadway improvements in accordance with the CITY, FDOT, MUTCD, and ADA design criteria. The Final Design will review the reconstruction/repair techniques for the roadway, horizontal and vertical alignments revisions, and proper cross-section analysis to ensure proper vehicular and ADA connections to existing grade within the CITY's right-of-way or identified easements. Based on initial review of the roadway and proposed improvements, the vertical profiles of the corridors are anticipated to be lowered to ensure positive drainage is maintained. CPH will design roadway modifications to reduce travel lanes to 11-ft wide, increase the sidewalks to 10-ft wide, and include 8-ft wide parallel parking spaces where space is available. CPH will prepare signalization plans to modify the pedestrian signal components to meet current ADA and MUTCD criteria and restore the signal detection loops and pull boxes damaged during the roadway reconstruction. No traffic analysis or signal design is included within this scope of services. CPH will prepare Traffic Control Plans (Maintenance of Traffic) for the roadway reconstruction. CPH will coordinate with the CITY and Utility Design Engineers to prepare the appropriate MOT and/or detour plans. Through previous coordination, the CITY has contracted with another consultant to perform a Downtown Stormwater Master Plan. CPH will coordinate with the City and its consultant to determine the Bluford Avenue outfall points. CPH will design the roadway surface and storm sewer hydraulics within the Bluford Avenue corridor per the FDOT Drainage Manual criteria, connecting to an existing stormwater conveyance system CPH will utilize FDOT Specifications for the roadway construction, incorporating Supplemental Specifications for any revisions, and prepare Technical Specifications for items proposed in the plans not included in the FDOT Specs. The City will be responsible for providing the necessary Front End Documents. CPH will also prepare an Engineer's Estimate of Probable Cost (EEOPC)for the 60% Plans submittal. CPH will submit the 60% Plans and EEOPC to the CITY for review, and will make necessary revisions as requested. CPH will provide a breakdown of the quantities per customary construction units and pay items necessary to construct the project. Based on the CITY's 60% Submittal review, CPH will prepare 90%, and Final Bidding Documents (100%), updated specifications, and an updated EEOPCC for submittal to the CITY. CPH will prepare the construction plan sheets, notes and details to include sheets necessary to convey the intent and scope of the project for the purposes of construction. All elevation related sheets will state the datum used. Based upon the approval of the Preliminary Plans by the CITY, CPH will prepare plans for submittal at the 60%, 90%, and Final Plans stages. The anticipated plan sheets will include the following: 1. Key Sheet 2. Summary of Pay Items 3. General Notes 4. Typical Sections 5. Project Layout Sheet 6. Roadway Plan and Profile Sheets 7. Roadway Cross Sections 8. Miscellaneous Details 9. Signing and Pavement Marking Plans 10. Traffic Control Plan (MOT) 11. SWPPP and Erosion Control Sheets 12. Landscape Plans 13. Irrigation Plans 14. Hardscape Plans 2.3—Landscape Architecture CPH will provide Landscape Architecture design services to implement a Streetscape for Bluford Avenue as described above. The Landscape Architects will work with the Transportation Engineers to identify additional street modifications for traffic calming, incorporation of landscape bulb-outs and parking separation islands, decorative crosswalks, planting design, and irrigation design. Landscape Architecture services also include preparation of presentation drawings/renderings including up to five selected perspective views. Hardscape elements include decorative paving patterns, decorative sidewalk patterns, faux bridge design, and streetscape furniture. This scope of work also includes coordination with the Electrical Engineer for decorative street light selection. CPH Landscape Architects will attend up to five meetings as needed. 2.4—Structural Design Services CPH will provide Structural Engineering design services to support the Streetscape Design for Bluford Avenue as described above. The structural engineer will coordinate with the Landscape Architect to structurally analyze, and provide structural plans and details for the proposed faux bridge enhancements. TASK 3—PERMITTING SERVICES Permitting is anticipated with the St Johns River Water Management District (SJRWMD) and the Florida Department of Transportation (FDOT). It is assumed that the drainage portion will be included in, and connected to a regional stormwater pond, and therefore require a Permit Modification through SJRWMD. For the improvements at Silver Star Road, it is anticipated that a Right-of-Way Utilization Permit will be required from FDOT. CPH will begin the coordination with SJRWMD and FDOT during the preparation of the 60% Plans by attending pre-application meetings. Upon completion and City review of the 60% Plans, CPH will prepare and submit the appropriate permits to SJRWMD and FDOT. CPH will address comments provided by the permitting agencies that pertain to the required design standards. Any modifications requested that are not code or design standards issues, or modifications requested by the permitting agencies that require signfticant plan revisions (as agreed upon by the CITY and CPH) will be addressed as additional services. Any other permits that may arise during the design or review process, and not outlined above, will be handled as an additional service. Permitting and/or application fees will be the responsibility of the City. TASK 4—UTILITY COORDINATION CPH understands the CITY has proposed utility improvements within the Bluford Ave corridor, and has started coordination with Duke Energy to relocated the overhead power (back-feed from side streets or underground the lines). CPH will coordinate with the CITY Utility Designs and other private utilities and propose a design that minimizes conflict. CPH will furnish plans of the 60%, and 90% plan stages to the utilities for review and confirmation of utility location. CPH will attend three utility coordination meetings with utilities located within the project limits. CPH is not responsible for the design or cost of the relocated utilities. TASK 5—BID PHASE SERVICES CPH will assist in the bidding of the construction contract by attending the pre-bid meeting, responding to Requests for Information (RFI) during bidding of the project, and assist with preparing the Conformed Documents. SERVICES NOT INCLUDED The following services are not provided as part of this Scope of Services and will require an amendment if requested: 1. Post Design Services 2. Construction Engineering and Inspection Services 3. Right-of-Way or Easement acquisition services. 4. Permits or authorization not specifically mentioned in this Scope of Services. 5. Any other issues not specifically described in this proposal COMPENSATION Labor CONSULTANT will perform the Scope of Services contained in this Agreement as identified on each task on a lump-sum basis, as identified in the corresponding task of the Scope of Services. The following is the breakdown of fees for each task. Task Task Description Billing Method Fee 1. Project Administration Lump Sum $15,220.00 2. 2.2 Roadway Design Services Lump Sum $88,080.00 2.3 Landscape Architecture Lump Sum $63,730.00 2.4 Structural Design Services Lump Sum $5,440.00 3. Permitting Lump Sum $5,440.00 4. Utility Coordination Lump Sum $4,700.00 5. Bid Phase Services Lump Sum $3,230.00 Estimated Expenses At Cost $2,788.00 TOTAL Lump Sum $188,628.00 It is understood that fees for the subject project, including but not limited to, application fees, impact fees, above ground utility relocation design fees, utility connection fees, review fees, etc., will be paid directly by the CITY. CONSULTANT will submit invoices on a monthly basis to the CITY for payment. Lump Sum tasks will be billed as percent complete. In addition to the labor compensation outlined above, CPH shall be reimbursed directly for project specific expenditures such as, but not limited to travel, printing and reprographics, meals, postage, and phone usage. Reimbursable expenses will be billed at their actual cost, without increase. 9 3.y.7 1 }.7.9. . . .. . }- 9 k 7 " ' ' - i} 7 I! .. ' a 17 7 97 ig EE �. ; 1. I.} 7. 7. _.. . Ea. ;7 S a 3 7 8 1 } l.3.9.. 7 3.3.7.... Ii k a I I.7.}. .1.1.7 }.. . . . 1.1 1a 7 1' 4?, 7 `4iII ` s I i PF3 �