Loading...
HomeMy WebLinkAboutCamp Dresser & McKee Inc. Task Order No. 6 - Central Winds Park Stormwater Improvements 2011 10 14 TASK ORDER NUMBER 6 FOR Central Winds Park Stormwater Improvements This Task Order dated 060"mm19,,,, 2011, by and between the City of Winter Springs and Camp Dresser & McKee, Inc. (CDM), is mutually agreed upon and declared an authorized Task Order based on the Agreement for Engineering Services dated September 10, 2008 (RFQ# 008/08/BF). The scope of services, schedule, and fees shall be per the attached letter from CDM dated June 2011. CITY: ENGINEER: �P r . By: - - -... — BY _......... .. Print Name/Title Pri t Name/Tn le Kevin L. Smith City Mana der Ot.Y` ..m Lt.✓ ,4f.S Date: y1 Y �/m Date:,��" ..'�.....°�0�� CONTINUING ENGINEERING SERVICES FOR THE CITY OF WINTER SPRINGS TASK ORDER NO. 6 - CENTRAL WINDS PARK STORMWATER IMPROVEMENTS JUNE 2011 I. PURPOSE This is a task authorization that references the Continuing Engineering Services Agreement dated September 10,2008 between Camp Dresser&McKee Inc. (ENGINEER)and the City of Winter Springs(CITY) to provide consulting services for the design and permitting associated.with stormwater improvements within the Central Winds Park.Within the project area(Figure 1)there are flood concerns (specifically for the dog park)as well as safety,maintenance,and access issues (perimeter ditch) for the users of the park. Central Winds Park is located within the CITY limits,and is maintained by CITY staff. This project will focus on improving usability,safety and access between the dog park and the ball fields. The project locations are the dog park and ball field perimeter ditch as shown in Figure 1. Pending evaluation,anticipated improvements include approximately 1,600 lineal feet of pipe to replace the existing ditch beginning at or near an existing driveway culvert and ending prior to the wooded area the north. Also,installation of a ditch bottom inlet,baffle box and exfiltration trench are anticipated to serve the dog park. Limited impacts are expected for surface waters(ditch)only with no wetland analysis (UMAM) or mitigation efforts anitipated. II. SCOPE OF SERVICES Task 1-Data Collection The CITY shall provide the following information that is available for the project including existing record drawings,or as-built drawings,plat maps,GIS data,photos,permits,and any other pertinent project data that has not already been provided to the ENGINEER. Subtask 1.1 Site Visit-The ENGINEER will perform a total of one (1) site visit to evaluate the condition of the site. The ENGINEER will compare the site survey (Subtask 1.2)with observed field conditions and contact the CITY in the case of significant discrepancies that would require a modification to this scope of services. Subtask 1.2 Survey Coordination and Review-This task includes coordination with a professional land surveyor to obtain needed horizontal and topographic survey information. The ENGINEER will contract for the services of a professional land surveyor,Southeastern Surveying and Mapping Corporation(SSMC) to collect detailed survey. The survey will be in sufficient detail to produce 1-foot contour maps identifying; cm 1 SA0000%LATNB1Winter SpdngslWO No Mcope_t t June27.ducx p • Minimum of 2 site bench marks relative to NAVD88 Datum using Seminole County control, • Above ground utility features, • Right-of-way/easement, • Trees 4-inch diameter and larger, • Adjacent property owners, • Ditch information including top of bank,toe of slope,and water elevations, • Existing drainage structures adjacent to and within the project area. At this time no utility locates (soft digs)or additional survey for underground utilities are anticipated. If after review of the survey,and/or review by the utility companies it is determined that conflicting utilities may exist,the cost for additional survey and/or soft digs will be negotiated separately. Subtask 1.3 Geotechnical Coordination and Review-This task includes professional geotechnical services to obtain data necessary to support project design. 1. Review any previous geotechnical investigations provided by the City for the Central Winds Park facility. 2. Arrange for a subsurface exploration program. 3. Arrange for a local geotechnical testing lab to conduct limited laboratory classification testing to verify soil classification. Tests will include natural moisture content,organic content, sieve analyses,and percent fines determinations. 4. Perform analyses related to geotechnical engineering aspects of earthwork construction using existing data and the data obtained from the field and laboratory testing programs,and prepare a design memorandum. 5. Design assistance for performing drawdown calculations for the proposed exfiltration system. Task 2-Design Plans Subtask 2.1 30%Design Plans -The ENGINEER will review the data collected in Task 1 and prepare a preliminary(30%)set of design plans with the intent of maintaining the current level of service based upon the 25-year/24-hour storm event for permitting purposes. The Engineer will present the 30% design plans to the CITY for cm 2 SA00001LATNS\Winter SpdngMVVO No SlScope 11 June27.dac: a review and comment.The design will include;drawings,certified survey,the geotechnical report,and calculations in sufficient detail for the CITY to assess the design. The ENGINEER will meet with the CITY to discuss in detail the design.Upon completion of the meeting the ENGINEER will incorporate mutually agreed upon comments into the design plans. Subtask 2.2 Final Design Plans-The ENGINEER will prepare plans and specifications in sufficient detail that the project may be permitted and competitively bid.Final plans shall be prepared based on the Florida Department of Transportation (FDOT)format and presented on 11-inch x 17-inch medium. It is anticipated the project will require a total of 9 sheets as represented in Table 1.Specifications will be referenced to FDOT Standard Specifications for Road and Bridge Construction(latest edition)with supplemental Special Provisions provided for items not covered within the FDOT Standards.Supplemental Conditions shall be written by the ENGINEER directing interested bidders to utilize the CITY's Division 0 and Division 1 specifications which will be supplied by the CITY. The ENGINEER shall provide a digital copy(PDF format) of the work plan for review and comment by the CITY. One review meeting is anticipated corresponding to the 90% submittal. Review comments received from the CITY will be incorporated into the final work plans as mutually agreed upon by the CITY and the ENGINEER. The ENGINEER will prepare the bid documents and provide to the CITY in PDF and AutoCAD 2008 format. Table 1 Anticipated Sheet Count .............. s... .... Sheet ... . ._ Scale No. of Sheets Cover/Index N/A 1 General Notes/Summary of Quantities N/A 1 __.. .................. ......w....... _ ... ..................... Plan and Profile V=30' 4 .. .................___ _.._ ......... . .. � e . .... ... .... Structures and Details N/A 3 Task 3- Permit Assistance Subtask 3.1 Hydrologic&Hydraulic Evaluation In order to support a more comprehensive understanding of the system within the study area under existing and proposed conditions,the ENGINEER will create an ICPR model representing the primary drainage system within the project area. Other areas upstream and downstream will be incorporated into the model to the extent that 3 S900001LATNB1Winter SpringslWO No Mcope_I I June27.docx inflows and tailwater conditions are adequately accounted for. Model simulations will be performed for existing conditions for the mean annual,25-and 100-year 24-hour design storm events.The simulations will use the St.Johns River Water Management District(SJRWMD)rainfall volumes and distributions to determine rates and volumes of stormwater runoff and generate runoff hydrographs. The hydrographs will then be routed through the hydraulic models to determine design peak stages and flows for the modeled systems.The results will aide in support of the proposed design. Subtask 3.2 Permitting It is anticipated that the SJRWMD will require a Standard General Environmental Resource Permit(ERP)which is a joint permit with the US Army Corps of Engineers (ACE). The ENGINEER will arrange a pre-application meeting with SJRWMD to discuss the objectives of the overall project and to clarify the level of permitting needed for the proposed improvements. The ENGINEER will work with the SJRWMD to facilitate the permitting of this project. An ERP is required to address surface water impacts and the design of new or alteration to existing stormwater management systems. The ERP application is a joint application which will be forwarded to the ACE for their review. No other significant coordination with ACE or need for additional information is anticipated.The ERP application requires information on the site,environmental considerations,plans, construction schedule,sequencing(if applicable),and techniques,drainage information,operation and maintenance of stormwater system,legal documentation, and water use. Site information includes a map of the project area delineating soil types,recent aerial photographs delineating project boundaries,basin delineation; peak flow quantities and analysis for the design storms required by SJRWMD (mean annual,25-and 100-year 24-hour storms) seasonal high water and normal pool elevations for onsite surface waters and receiving surface waters,and water table elevations. It is anticipated that the limits and impacts to the surface waters will be determined using the ditch top of bank,and that there are no onsite wetlands or mitigation requirements. The project area falls outside of FEMA designated floodplain.The ENGINEER will indicate this as part of the permitting process,and no requirement of compensating floodplain storage is anticipated. For budgeting purposes,the ENGINEER will respond to up to one Request for Additional Information(RAI) to clarify information presented in the permit application package.The CITY shall be responsible for all application fees. No other permits are anticipated,including City,County,FDOT, ACE,FDEP,or FEMA permits.The successful bidder will be responsible for obtaining dewatering and NPDES permits if necessary. 4 S:10000LLATNBI1Winter SpringslWO No 6%Scope_11 JuneA.docx Task 4 - Meetings and Coordination Subtask 4.1 Meetings and Coordination-The ENGINEER will participate in the following meetings; • 30% submittal meeting, • Pre-application meeting with SJRWMD, • Site visit with SJRWMD, • 90% submittal meeting. Task 5- Bidding and Construction Services - Not Provided at this Time No bidding or construction services are included within this scope of services. It is anticipated that the CITY will be responsible for all post design services. Any services rendered by the ENGINEER during the bidding or construction phases of the project shall be considered outside the Scope of Services and negotiated separately. III. SCHEDULES AND TIME CONSTRAINTS The ENGINEER will complete Tasks 1 through 4 within seven months after a notice- to-proceed is issued from the CITY. Within ten days after the Notice to Proceed,the ENGINEER shall provide the CITY a project schedule. IV. COMPENSATION Payment will be in accordance with the CITY's Continuing Engineering Services Agreement.Total Compensation for services,materials, supplies,and any other items or requirements necessary to complete the work,will be on a Lump Sum basis.The ENGINEER shall perform the design and construction services defined in this authorization for$47,985 as set forth in Table 2. 5 S.100001LATNB1Winter SpringMWO No Mcope_71 June27.docx Y U `oll"Y, �+ I i i 1 y �I Y � o d Figure No. 1 CmProject Area consulting•engineering•construction•operations N aw Cl) 0 V� r • • •,• 1�r tp N V S�J 0 _ fi"� 000000 � \ m pW f0 N n �uf ~ J Hf E9 fA to.9 m V9 fig Q �x oNoaovovm haw= a¢ O N u c en h Cy 0 0 0 O 0 0 0 0 O .2 to N 15 r \ h 0 o v 0. 4 eq e oOoW0000 • in I O � lz In co d�7•�N � � O O O N S W OD � q a .Zi g'= 3yv 0 O c4 w O I Y Q 3 F+ d d MA N v c w ° o o m m `o C O N a U O U d x 71� 9 o M c c of i.'.., o. w0 N.0 U Of-. 4r Z o o m-o E..m 45 v C5 m c=aim N M , N n � O cw� v tl"an � d ai c U_ L Z m N O C N m a m C 0 N '12 2 O O C m c U o Z O ti W N aEL U7 ' U IT C C V U W } N U N N __ cc o m d m W 2 ~ 60