Loading...
HomeMy WebLinkAbout1996 02 26 Consent Item B COMMISSION AGENDA IT EM B REGULAR CONSENT X INFORMATIONAL February 26, 1996 Meeting MGR ;(V,., IDEPT //1--- Authorization REQUEST: Public Works Department Requesting Emergency Authorization to Execute Amendment 49 for Engineering Services - Hayes Road Bridge Replacement and Roadway/Drainage Improvements PURPOSE: The purpose of this Board item is to request emergency authorization to execute Amendment 49 - Consulting Engineering Services for the Hayes Road Bridge Replacement and RoadwaylDrainage Improvements with Conklin, Porter & Holmes Engineers, Inc. CONSIDERATIONS: This project is needed to prevent further damage to public and private property. It was originally scheduled for FY 1996/97 for design and permitting with construction to occur in FY 1997/98. The project scope of work is for the replacement of the Hayes Road bridge over Gee Creek including the pedestrian walkway, raising the Hayes Road! Alton Road intersection, and eliminating the open drainage ditch from that intersection. The adjacent resident at 599 Alton Road is experiencing progressive erosion from Gee Creek partially attributable to the drainage ditch from the Hayes/Alton intersection. The erosion is threatening a shed and could impact the house should a major storm event occur. The resident wants to perform some corrective action in the immediate future but is concerned the effort will be wasted if the drainage ditch outlet is not modified. We propose to accelerate the construction schedule to relocate the ditch outfall away from the residence so no adverse impact is made to their permanent repairs to protect the shed and residence. The bridge, constructed in 1961, has been determined to be ''functionally obsolete" according to July, 1995 bridge inspection report :from DOT. The pedestrian walkway was identified as a flow restriction for the 25 year storm event in the Gee Creek study by Singh offen & Associates. The Hayes Road/Alton Road intersection is low and has traditionally been the first road to be closed during major storm events including twice in 1995. As Hayes Road is the only collector road serving the North Orlando Ranches area to the north, it is imperative that this road remain open during times of emergencies. Amendment 49 includes for the consulting engineer to provide surveying services, bridge and roadway design, permitting with the Corp of Engineers, St. John's Water Management District and/or Department of Environmental Protection, bid document and specification preparation, and bidding services. Bid results will be brought back to the Commission for consideration. FUNDING: The cost for Amendment 49 is $40,000. Funds are available in the Transportation Impact Fee Reserve Account ($776,500) that can be transferred to the consulting services line code to cover the cost. It is estimated that the project will cost $500,000. Funds for engineering services for this project will be expended by August 31, 1996. RECOMMENDATION: I recommend that authorization be given to the City Manager to execute Amendment 49 for Consulting Engineering Services for the Hayes Road Bridge Replacement and DrainageIRoadway Improvements to be paid from the Consulting Services line code of the Transportation Impact Fee Fund. IMPLEMENTATION SCHEDULE: The scope of services should be completed by August 1, 1996 providing 90 days for permitting from the regulatory agencies. Construction could begin approximately thirty days later. ATIACHMENTS: 1. Amendment 49 COMMISSION ACTION: . I " AMENDMENT 49 TO AGREEMENT DATED NOVEMBER 27, 1984 FOR HA YES ROAD BRIDGE IMPROVEMENTS BETWEEN THE CITY OF WINTER SPRINGS AND CONKLIN, PORTER & HOLMES. ENGINEERS, INC. This Amendment dated , 1996, by and between the City of Winter Springs (hereinafter called the OWNER) and Conklin, Porter & Holmes. Engineers, Inc. (hereinafter called the Engineer), is mutually agreed upon and declared an allthorized Amendment to an Agreement dated November 27, 1984, between the parties, herein setting forth the scope, terms and conditions of the services herein authorized. The appropriate provisions of the November 27, 1984, Agreement apply as fully as if repeated herein. SECTION 1 GENERAL ro- 1.1 The ENGINEER shall provide all services required to complete each task to the extent of the scope of work as defined and set out in this Amendment. The ENGINEER shall perform professional services as hereinafter stated in accordance with good engineering practices. 1.2 Using the survey, soils, and available drainage reports, the ENGINEER will prepare Final Engineering designs, drawings, specifications, and Opinion of Probable Construction Costs to construct a new bridge structure at the Hayes Road crossing at Gee Creek. The ENGINEER will also provide bidding services for '" the work and channel improvements more specifically described in Section 3, aIJd will prepare, submit, and monitor regulatory agency for the joint Environmental Resource Permit for the 81. Johns River Water Management District, Florida Department of Environmental Regulation, and Corps of Engineers as it concerns dredge and fill and water flow issues. 1.3 The ENGINEER will prepare designs, plans, and technical specifications for the approach roadway (400 feet north and 200 feet south of the bridge and 400 feet down Alton Road). 1.4 The bridge has been inspected by FDOT in July, 1995, and has been described as functionally obsolete by FDOT. There are numerous minor deficiencies on the bridge and the channel stabilization under the bridge is in bad condition. 1.5 The footbridg~ (parallel to the roadway bridge) has been identified as a hydraulic restriction in the Gee Creek flow channel and revisions are required to this bridge. We recommend that the sidewalk be incorporated into the new bridge design. SECTION 2 BASIC SERVICES OF THE ENGINEER 2.1 The ENGINEER will serve as the CITY'S professional representative in those phases of work to which this Amendment applies, and will give consultation and advice to the CITY during the period of performance of services. 2.1.1 The ENGINEER will attend and participate in conferences with the CITY to keep them appraised of the progress of the work, receive their instructions, and will also coordinate their work with subcontractors and pertinent regulatory agencies. 2.1.2 The ENGINEER represents that all personnel engaged in the work shall be fully qualified. Any and all subconsultants will be submitted to the CITY for approval. SECTION 3 SCOPE OF SERVICES 3.1 GENERAL 3.1.1 Obtain survey cross sections of the creek bed for 50 feet up and downstream of the existing bridge and on each side of the bridge and one at the footbridge. Obtain survey information on culture, topography, utilities and cross-sections 400 feet north of the bridge, 200 feet south and 400 feet down Alton Road and other items as detailed in the survey proposal.. 3.1.2 Perform some additional hydraulic analysis to determine headloss, velocity, and water surface elevations through the proposed structure utilizing the FEMA flows and water surface elevations from the current FEMA maps and reports will be required. No detailed hydraulic study of the total upstream portion of the Gee Creek Basin is contemplated as being necessary nor included in the scope of this work. We will utilize existing data and modeling already performed by others. We understand that the existing bridge is capable of passing the 25 year storm. Therefore, the new design will maintain as closely as possible the existing cross- sectional area of the channel. The footbridge is restricting flow and will be incorporated into the new roadway bridge design. 3.1.3 Obtain soils work in the immediate area at the bridge. Two 25 foot borings will be obtained. 3.1.4 Evaluate two alternatives for passing the flow safely through this section of Gee Creek. Prepare a letter report with an opinion of probable cost and a recommendation for City review and direction. 3.1.5 Raise the pavement grade on the north side of the bridge and down Alton Road. This will require the raising of the inlets at the intersection of Alton and Hayes. The existing inlet locations will not be relocated. Address flow culvert and inlet capacities and correct if required. 3.1.6 Reroute the existing storm water outfall for the intersection of Hayes and Alton to a new headwall at the bridge. Include in the plans the filling of the existing ditch and slope stabilization. No stormwater water quali~ improvements are included or anticipated as this is a replacement project with no increase in impervious area. . 3.1.7 Prepare plans and specifications for the stabilization of the creek bank 50 feet upstream and downstream of the bridge including the area under the bridge. 3.1.8 3.1.9 3.1.10 3.1.11 3.1.12 3.1.13 3.3 3.3.1 3.3.2 3.3.3 3.3.4 Prepare fmal design for the relocation of utilities. There are two telephone cable conduits (600 pair each) in the existing streamflow cross-sectional area which must be relocated. The existing subaqueous force main and water main crossing will be converted to aerial crossings mounted on the side of the new bridge. Re-align bridge as possible within the available right-of-way to remove the slight curve in the roadway. Also eliminate the traffic flow restriction caused by the narrow width of the existing bridge. Prepare all necessary calculations and designs required to prepare plans and technical specifications for the proposed construction of the bridge. Include walkways on both sides of the bridge and approaches meeting FDOT criteria. Bridge will be designed for H20 loading and two lanes of traffic. Incorporate guardrails, handrails and width for FDOT criteria. Coordinate final design with CITY, subcontractors, and regulatory agencies. Prepare and submit for review by the OTY, ENGINEER's Opinion of Probable Construction Cost for bridge, roadway and channel improvements. Preparation of technical specifications and construction drawings for bridge and channel improvements for review and approval by the CITY. It is anticipated that roadway improvements, asphalt leveling and surface course is to be placed in a iUntinuous operation over the roadway and the bridge surface. The construction contractor will be responsible for the entire job as shown on the bridge plans. PERMITS Preparation and submission of the required Environmental Resource Permit application with associated items for the dredge and fill aspects of the project. It is agreed that the CITY will execute all required permits as "OWNER," and will pay all required application or review fees of regulatory agencies. It is further agreed that the permitting approach will be to permit the bridge as a replacement with no additional streamflow capacity. Since we will not increase impervious area during construction, we have not planned for stormwater quality treatment improvements. Preparation and submission of the required FDEP permit to relocate the water mam. Preparation and submission of the required FDEP permit to relocate the force roam. Response to general and reasonable requests for additional information from the regulatory agencies. 3.4 BIDDING SERVICES The ENGINEER will provide thes~ services after separate authorization and Notice to Proceed from the OWNER. 3.4.1 Prepare advertisement for bid for placement in appropriate publications by the OWNER. 3.4.2 Distribute and keep records of the distribution of documents to bidders and suppliers. 3.4.3 Issue addenda to the documents as required. 3.4.4 Answer questions of bidders and suppliers. No interpretations of the documents shall be made, other than through issuance of addenda to the documents. 3.4.5 Attend the bid opening and OWNER'S meetings at which time bids are to be opened and contracts awarded. o 3.4.6 Evaluate the bids and assist the OWNER in the selection of the construction contractor. 3.4.7 Consult with the OWNER and participate in all decisions as to acceptability of subcontractors and other persons and organizations proposed by the general contractor for these portions of the work for which subcontractor approval is required by the documents. 3.4.8 Prepare and review contracts, bonds, insurance certificates, construction schedules and other portions of the Contracts in order to assist the OWNER in his determination as to whether to issue a Notice to Proceed to the Contractor. 3.5 ADMINISTRATION OF CONSTRUCTION SERVICES Construction phase services are available and can be provided as a supplement to this Amendment. SECTION 4 SUPPLEMENTARY SERVICES OF THE ENGINEER 4.1 If authorized in writing by the OWNER prior to the rendering of such services, the ENGINEER will furnish or obtain under subcontracts, supplementary .services of the following types which will be paid for by the OWNER as described in SECTION 6, Paragraph 6.1.2. 4.2.1 Additional services due to significant changes in the scope of the project or its design including, but not limited to, changes in size, complexity, character of construction or due to time delays in initiating or completion of the work as described herein. 4.2.2 Additional services in connection with the project including services normally furnished by the OWNER as described in Section 5 herein and services not otherwise provided for in this Amendment. 4.2.3 Preparing to serve and serving as an expert witness for the OWNER in any protest, litigation, or other proceeding involving the project. 4.2.4 Additional engineering services required by revisions to regulations (after the date of this Amendment) as applicable to the Florida Department of Environmental Protection, the St. Johns River ,Water Management District, or other regul~~ory agency requirements. 4.2.5 Provide, through a subconsultant, additional surveying services if required or req~ested by the OWNER. 7..;.:.-',: 4.2.6 Provide, through a subconsultant, additional soils investigation services if required or requested by the OWNER. SECTION 5 THE OWNER'S RESPONSIBILITIES 5.1 The OWNER will: 5.1.1 Advise the ENGINEER of his requirements for the project and designate a person to act as the OWNER's representative with respect to the work to be performed under this Amendment, and such person shall have complete authority to transmit instructions, receive information, interpret and define the OWNER's policies and decisions pertinent to the work covered by this Amendment. 5.1.2 Guarantee access. to and make all provision for the ENGINEER to enter upon public and private lands as required for the ENGINEER to petform his work under this Amendment. 5.1.3 Provide data requested that is reasonably available on the existing utility systems, population and projections, land use arid planning information. 5.1.4 Provide personnel to locate facilities and mow, trim, or otherwise make them accessible for inspection. 5.1.5 Examine all studies, reports, sketches, and other documents presented by the ENGINEER and render decisions pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. 5.1. 6 Obtain approval of all governmental authorities having jurisdiction over the project, and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 5.1.7 Furnish, or direct the ENGINEER i.I1 writing to provide at the OWNER's expense, necessary additional services as stipulated in Section 4 of this Amendment, or other services as required. 5.1.8 Provide such legal, accounting, and insurance counseling services as mGl~7 be required for the project, and such auditing services as the OWNER may re~. · ire. r> 5.1.9 Give prompt written notice to the ENGINEER whenever the OWNER observes or otherwise becomes aware of any defect in the Project. SECTION 6 PAYMENT 6.1 PAYMENT Payments for services and expenses of the ENGINEER to be as set forth below: 6.1.1 Compensation paid ENGINEER for services described herein and rendered by principals and employees assigned to the Project will be computed by multiplying Direct Personnel Expense (defined in Paragraph 6.2.3 herein) times a factor of 2.0 plus all reimbursable expenses. The fee for the engineering design and permitting scope of services described in Section 3 shall not exceed $32,050.00. In addition, there are outside consultant fees for Surveying services in the amount of $1,950.00 and $2,500.00 for soils services. The total project amounts to a "Lump Sum" fee of $36,500.00, not including bidding and construction administration services. In addition, there are outside consultant fees for Surveying services in the amount of $1,950.00 and $2,500.00 for soils services. The total project amounts to a "Lump Sum" fee of $36,500.0D, not including bidding'and construction administration services. The fee for the bidding services described herein shall not exceed $3,,500.00 and can be authorized separately by the OWNER. The total for the scope of services described herein is a "Lump Sum" fee of $40,000.00. 6.2 REIMBURSED EXPENSES 6.2.1 Expenses for items not specifically valued herein are to be reimbursed to the ENGINEER at the actual cost thereof. Said expenses shall include transportation and subsistence of principals and employees, when traveling in connection with the Project, toll telephone calls, telegrams and similar project-related items. 6.2.2 The OWNER will make prompt monthly payments in response to ENGINEER's monthly statements without retention for all categories of services rendered under this Amendment and for reimbursable expenses incurred. 6.2.3 Direct Personnel Expense used as a basis for payment shall mean the salaries and wages paid to principals and employees of all classifications engaged directly on the Project, plus the cost of fringe benefits including but not limited to, social security contributions, worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. For purposes of this Amendment, Direct Personnel Expense shall be considered an amount equal to 1.48 times applicable salaries and wages. 6.2.4 Charges for the services rendered by principals and employees as witnesses in any litigation, hearing or proceeding in accordance with Paragraph 4.2.3 will be computed at a rate of $400.00 per day or any portion thereof (but compensation for time spent in preparing to appear in any such litigation, hearing or proceeding will be computed in accordance with Paragraph 6.1.1 and 6.2.1 herein). 6.2.5 . If this Amendment is terminated during prosecution of the services prior to completion of the services of Section 3, payments to be made in accordance with Paragraph 6.1.1 and 6.2.1 on account of that and all prior work under this Amendment shall be due and payable, and shall constitute total payment for services rendered. In addition, upon termination, the ENGINEER shall be paid for any Additional Services authorized and rendered under Section 4. 6.2.6 The ENGINEER shall promptly begin work on the services authorized by this Amendment upon receipt of notice to proceed from the OWNER. SECTION 7 GENERAL CONDITIONS 7.1 Since the ENGINEER has no control over the cost of labor, materials, or equipment, or over any construction contractor's method of determining prices, any opinions of probable construction cost which may be provided in the services of this Amendment are made on the basis of his experience and qualifications and represent his best judgement as a design professional familiar with the construction industry, but the ENGINEER cannot and does not guarantee that bids or the construction cost will not vary from opinions of probable cost prepared by him. 7.2 The OWNER and the ENGINEER each binds himself and his partners, successors, executors, administrators and assigns to the other party of this Amendment and to partners, successors, executors, administrators, and assigns of such other party in respect to all covenants of this Amendment. Nothing herein shall be construed as creating any personal liability on the part of any officer or agency of any public body which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the OWNER and > the ENGINEER. SECTION 8 8.1 The ENGINEER agrees to prosecute the work in a timely manner until the Project is completed. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment the day and year first above written. OWNER: City of Winter Springs, Florida ATTEST & SEAL By: Date: ENGINEER: Conklin, Porter & Holmes - Engineers, Inc. ATTEST & SEAL L' da Gardner, Secretary / easurer By:~~5r.{/.fres. Date: .2 ~ b amend49ja.dl ATIACHMENT A SURVEYING PROPOSAL Tnnklepaugh February 15, 1996 SUR V E Y I N G S E R V ICE SIN C. Conklin, Porter and Holmes Engineers, Inc. 1104 East Robinson street Orlando, Florida 32801 Attention: Mr. Terry Zaudtke RE: Survey Services @ Gee Creek Bridge & Hayes Road Proposal #96-034 Dear Terry, Tinklepaugh Surveying Services, Inc.., is pleased to present the following proposal: . SCOPE Provide topographic information along the above referenced site including the existing bridge, cross walk, full right of way detail along Hayes Road. extending two hundred (200) feet South of the bridge and four hundred (400) feet. North of the bridge. Full right of way detail along Alton Street extending four hundred (4QO) feet East of Hayes Road will be shown. Cross sections of the creek will be taken along the East and West sides of the bridge, the West side of the cross walk and fifty (50) feet East and West of the bridge. Elevations will be based on Seminole County datum. Above ground and surface indication of utilities servicing the site will be located. In addition, prior to commencing the field work, we will contact the various utilities to flag the location of any underground lines affecting the site. These lines as flagged by the responding utility companies will also be shown on the survey. FEE: . . . . $1,950 The terms of this agreement shall be valid for client acceptance for thirty (30) days. 1104 E. Robinson Street. Orlando, Florida 32801 . 407/422-0957 Fax: 407/648-1036 ,> .- Conklin, Porter & Holmes, Inc. AttN; T. Zaudtke 02/15/96 Page -2- . 96-034 Invoices are due and payable at time of receipt; in the case of delinquent accounts (90. days or over) the C1ient,agrees to pay, in addition to the full face amount of the invoice, all reasonable collection, andlor attorney's fees required 'in the process of collection. Four sets of the survey, signed and sealed, will be provided at job c9mpletion. Additional prints, pick-ups or delivery, and other identifiable direct, out .of 'pocket expenses will't)e invoiced at a muftrp'fier of 1.25. . We sincerely appreciate your choosing Tinklepaugh Surveying Services, Inc." for .a proposal and look forward to working with you on this project.:. Sincerely, - " TINKLEPAUGH SURVEYING SERVICES, INC. adLLV,~ Arthur W. Tucker Vice President If this proposal is satisfactory, please have the financially responsible party execute and return one copy to this office as our authorization to proceed. ACCEPTANCE OF CONTRACT BY: Name Title Date' AWT:gs - , ATTACHMENT B TIMETABLE Notice to Proceed Survey Completion 90 % Design Completion (45 Days) Review by City and Final Completion (15 Days) Submit Permits Expected Permitting Completion Date (90 Days) - March 1, 1996 (No later than) March 15, 1996 April 15, 1996 May 1, 1996 May 1, 1996 August 1, 1996