Loading...
R03-076RESOLUTION NO. R03- O'1 ~O A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING EXECUTION OF AMENDMENT NO 1 TO TASK ORDER NO. 14 TO CH2M HILL, INC., IN THE AMOUNT OF $246,579.00 FOR THE PROFESSIONAL DESIGN, PERMITTING, BIDDING, CONSTRUCTION PHASE AND RESIDENT OBSERVATION SERVICES FOR NE 17TM AVENUE DRAINAGE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on June 18, 2002, the City Commission approved Task Order 14, authorizing CH2M Hill Inc., to complete the design for Phase 1 of this project, that consisted of surveying and geotechnical data collection, runoff modeling, preparation of a preliminary design, and to conduct a preliminary meeting with the SFWMD to present the project and discuss permitting requirements; and WHEREAS, in addition, CH2M Hill prepared a Preliminary Design Memorandum outlining the design elements and the technical specifications/standards that form the basis of the detailed design as well as an estimate of probable construction cost; and WHEREAS, Task Order No. 14 is now 100% complete in accordance with the approved schedule and within the funding limit; and WHEREAS, professional services covered in this amendment to Task Order No. 14 include complete design, permitting, bidding, and construction phase services throughout a projected 270 day construction period, Final Acceptance and project closeout. WHEREAS, the City Commission, upon staff's recommendation, has deemed it appropriate, and in the best interests of the public, to approve this amendment to Task Order No. 14 for CH2M Hill., for the professional design, permitting, bidding, construction phase and resident observation services for NE 17th Avenue Drainage Improvements and Water Main Replacement Project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S:\CA\RESO~Agreernents\Task - Change Orders\CH2M Hill Task order - Amd to 14.doc Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2. The City Commission of the City of Boynton Beach, Florida does ihereby authorize and direct the approval and execution of Amendment No. 1 to Task Order 14 for CH2M Hill, in the amount of $246,579.00 for professional design, permitting, bidding, iconstruction phase and resident observation services for NE 17th Avenue Drainage Improvements and Water Main Replacement Project. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this ~ day of May, 2003. ATTEST: S:\CA\RESO~greements\Task - Change Orders\CH2M Hill Task order - Amd to 14.doc Task Order No. 14- Amendment No. 1 Completion of Water and Stormwater Design and Services During Construction A. Background CH2M HILL (CONSULTANT) has submitted the Preliminary Design of the N.E. 17th Avenue Drainage Improvements and Water Main Replacement for the CITY of Boynton Beach (CITY). Based on approval of the Preliminary Design, the CITY requested that CONSULTANT provide design, permitting and services during construction (SDC) assistance to the CITY in the execution of this project. The project is to be executed using the traditional design, bid, and construct method. This Amendment No. 1 to Task Order 14 addresses fees for professional services to provide design, permitting, bid phase, SDC and resident observation services. B. Scope of Services for Phase I Task 1 - Design The CONSULTANT will provide professional engineering services to the CITY for the replacement of the existing asbestos cement water mains and installation of new storm water improvements within the project area. The work will include preparation of Drawings and Specifications to be used for bidding and construction. The specific scope of services to be provided by CONSULTANT in this Amendment No. 1 includes the following: 1. Call utility location company, such as "No-Cuts", and perform site investigation activities including a "field survey" of the project area to verify water line, sanitary sewer, and other utilities locations and aligrtments are consistent with that shown on utility record drawing information. Verification is to be by visual observation of surface features of utilities (i.e., manholes, valve boxes, cable boxes, fiberoptic markers, etc.). Review available utility plans, atlases, and maps of the area for location of existing utilities. Coordinate the proposed water main and storm water piping alignments with existing utility alignments to avoid conflictive routings to the extent possible. Swale improvements and sidewalk replacement will be depicted by use of typical standard sections and details keyed to the plan drawings. Driveway aprons will remain as is and will not be replaced unless impacted by construction activities. Swales will be improved on both sides of the road to promote enhanced area drainage. Topographic details such as fences, sidewalks, walls, curbs, vegetation, signs poles, etc. will be noted to the extent that they may be materially affected by the construction of the swale, water main, storm water improvements, and sidewalk improvements. o DFB\DRAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 1 TASK ORDER NO, 14 - AMENDMENT NO, 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION Existing underground utilities will be shown on the Drawings based on best available information obtained from Utilities and as verified by the field survey information discussed above. Utilities shown are only those located within the work area that will materially affect construction of the improvements (i.e. water or sewer mains, telephone conduits and cable, fiber optic or electrical lines). CITY utility locations will be verified by CITY personnel and a utility locating service, such as "No Cuts". Drawings will be provided to the CITY at the 60, 90, and 100 percent stages of design completion. The 60 percent drawings will provided in half-size format and the 90 and 100 will provided in full-sized format. Drawings for permit review will be full size format. o The Drawings will show locations of new and existing water lines, existing sanitary sewers, and storm water inlets (if any). Streets, driveways, and sidewalks, will be outlined on the Drawings. Plan drawings will be at a scale not smaller than 1-inch equals 20 feet and will be double panel format. Upon completion of the 60% drawings, CONSULTANT will supply the CITY four (4) sets of review documents. The CONSULTANT will attend a 60% workshop with CITY personnel to receive and discuss review comments regarding the documents. The CITY will provide CONSULTANT with a marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage design deliverable. For the 60% deliverable, a table of contents listing of specifications will be provided. Upon completion of the 90% drawings, CONSULTANT will supply the CITY two (2) sets of review documents. The CONSULTANT will attend a 90% workshop with CITY personnel to receive and discuss review comments regarding the documents. The CITY will provide CONSULTANT with a marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage design deliverable. For the 90% deliverable, draft specifications will be provided. 10. Upon completion of the permit drawings, CONSULTANT will supply the CITY three sets of the final documents with appropriate copies of permit applications for signature. The CONSULTANT will transmit permits to appropriate agencies on behalf of the CITY. 11. The storm water improvements and new water main will be located within the right-of- way of neighborhood streets. 12. The location and elevation of CITY established horizontal and vertical control (if any) will be listed on appropriate plan sheets. 13. CONSULTANT will attend two Community Involvement Meetings (CIM). 14. CITY standard developed details applicable to the work will be incorporated into the Drawings. CONSULTANT will modify, as necessary, the CITY standard details. 15. Specifications and Contract Documents for bidding purposes are to be prepared by the CONSULTANT for the water main and storm water improvements. These documents are to reflect the following: DFB~DRAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 2 TASK ORDER NO. 14 - AMENDMENT NO. I COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION · Contract Documents will use the CITY's existing "Front-End" conditions modified by the CITY as appropriate for this project. Division 1 through 16 technical specifications will utilize the CITY's master specifications modified by CONSULTANT as appropriate for the project. All proposed modification to CITY's specifications will be submitted to CITY for approval of modifications. · Separate bid schedules will be provided for the water main and stormwater improvements. · The new water main will consist of 8-inch cement lined ductile iron pipe and fittings. · The existing water mains will be abandoned in place or removed and disposed of. Removal and disposal of asbestos cement lined piping to be consistent with worker safety regulations, as specified in the documents. · Installation of meter service connections will be included in the Contractor's scope of work on a unit price basis. Approximate locations of service connections will be identified on the drawings to assist the Contractor in establishing an appropriate unit price for bidding. 16. An opinion of probable construction cost based on the 90 and 100 percent drawings and specifications will be prepared. The cost estimate format will be consistent with the bid proposal for the project. The cost opinion will be provided to the CITY at the time the advertisement for bids is published. 17. The project drawings are expected to consist of the following sheets: Estimated Sheet Count for N.E. 17th Avenue Water Main and Stormwater Improvements City of Boynton Beach Sheet No. Drawing No. Description 1 G-0 Cover Sheet (Title & Vicinity Map) 2 G-1 General Notes, Legend, Abbreviations 3 G-2 Index Sheet 4-11 C-1 to C-8 Water Main and Swale Improvements -- Plan at 1" = 20' (Double Panel Format) 12 D-1 Civil Standard Details (Restoration) 13 D-2 Water - Standard Details, Thrust Restraint Schedule 14 D-3 Water - Standard Details 15 D-4 Drainage - Standard Details 16 D-5 Drainage - Standard Details Task 2 - Permitting The CONSULTANT will assist the CITY in obtaining Palm Beach County Public Health Department (PBCPHD) permits for the water main replacement by completing the permit forms for CITY approval/signature and providing required drawings and specifications necessary to obtain the permits. Permit application forms, including drawings and DFB\DRAFT TASK ORDER 14AMEND 1 04 02 03.DOC 3 TASK ORDER NO. 14 - AMENDMENT NO, 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION specifications, for permitting through the PBCPHD will be submitted to the CITY concurrent with delivery of the 90% design documents. The FDEP "Long-Form" permit application is required as the project is in excess of 5,000 lineal feet and the new water mains are to be relocated (i.e., not in the same trench as the existing lines). Fees will be paid by the CITY. The CONSULTANT will also assist the CITY in obtaining South Florida Water Management District (SFWMD) permits for the construction of exfiltration trenches by completing the permit forms for CITY approval/signature and providing required drawings and background information. Permitting for the SFWMD will be performed concurrently with issuance of the 90% design documents. According to a pre-application meeting held with SFWMD, the completion of the "Standard General" Sections A, C, and E, of the Environmental Resource Permit application will be reqttired for this project. This assumption will be used to budget the labor effort for this task. Permit fees will be paid by the CITY. Two copies of the final permitting packages (plus the number of agency required copies) will be submitted with the 90% plans for submittal to the PBCPHD and SFWMD by the CITY. CONSULTANT will prepare two (2) response to each "request for additional information" made by each regulatory agency following submittal of the permit applications. Additional responses to agency requests for additional information will be considered an Additional Services item. Preparation of other permits for the above agencies (or for other regulatory agencies) beyond that specified above will be considered an Additional Services item. Examples of typical permits not included in this scope of work include wetland dredge and fill permits, NPDES/FDEP Notice of Intent and SWPPP, FDOT utility accommodation permits, Asbestos Handling/Disposal notification permits, Archeological/Historical preservation permits, endangered species permits, tree removal permits, etc.. Task 3 - Bid Phase Services Bid phase services to be performed by the CONSULTANT include: 1. Prepare Contract Document packages (i.e. drawings and specification) for CITY advertisement and bidding purposes. Drawings to be half size (11 x 17 inch) format. 2. Distribute copies of the Contract Documents to the prospective bidders and maintain records of the plan holders list and provide a copy of the list to the CITY. o Provide document mailing and pre-bid services, such as assistance with advertisement, maintaining plan holder's list, answering questions from potential bidders, and issuing Contract Document addenda to the plan holders. Respond to questions from prospective bidders and suppliers and issue addenda as appropriate. Issuance of up to three addenda is assumed in the budget for Bid Phase Services. 5. Prepare agenda and conduct a pre-bid meeting with interested contractors and CITY staff. Prepare and distribute meeting minutes. DFB~RAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 4 TASK ORDER NO. '14 - AMENDMENT NO. 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION Review bid packages received, prepare bid summary, and recommend award. Assist the CITY in conforming and preparing Contract Documents for execution by the CITY selected Contractor. Assist in the review of Contract Documents and bonds before forwarding to the CITY for execution. Task 4 - Services During Construction The specific SDC phase services to be provided by the CONSULTANT include the following: 1. Prepare agenda and conduct pre-construction meeting with selected Contractor and CITY staff. Prepare and issue written minutes of meeting. 2. Review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 24 submittals is included in the budget for SDC phase services. 3. Attend monthly construction progress meetings and provide a written summary of the issues discussed. Project meetings will be held by the Project Engineer, with the Resident Observer in attendance. Prepare and distribute meeting minutes. Meetings will be held at the site office. Nine monthly progress meetings are included in the budget for this task. Review monthly payment applications submitted in a format acceptable to the CITY. Assist the CITY to reconcile the Contractor payment requests, clarifications, change orders and responses to requests for quotations. A nine month construction period is assumed in budgeting these tasks. Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. Review work progress at key steps to allow certifications to the SFWMD and PBCPHD that work has been completed in substantial conformance with the Contract Documents. Review to include verification that water services were properly pressure tested and bacteriologically sampled to allow a "request for release of facilities to be placed into service" to be filed with the PBCPHD. Assist the CITY in obtaining the appropriate PBCPHD release for completed facilities. In conjunction with CITY staff, make substantial completion and final inspections and assist in the preparation of a Contractor "punch list". Review completion of identified punch list items to assist in the determination that Final Acceptance has been reached by the Contractor. Advise the CITY that Final Acceptance of the project has been reached in accordance with the Contract Documents. Task 5 - Resident Observation The resident observation phase services to be provided by the CONSULTANT include the following: 1. Provide an onsite construction observer. The resident observer will be onsite for a nine month period. For budgeting purposes, the construction observer is assumed to be on site for 40 hours each week for 32 weeks. DFB\DRAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 5 TASK ORDER NO, 14 - AMENDMENT NO. 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Amendment and associated fee. Changes and/or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. The scope and budget are based on a closed system with exfiltration basins and/or a swale type system (i.e. no positive outfall). 2. The CITY will provide CH2M HILL an electronic version of "front end" contract documents in MICROSOFT "WORD 2000" version format. o Surveying and legal work necessary to prepare document for and to secure easements (temporary and permanent) required for installation of the piping and improvements is the responsibility of the CITY. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the CITY. The CONSULTANT will not be responsible for the preparation of RECORD drawings. Signed and sealed RECORD drawings to be furnished by the CITY for submittal to PBCPHD. 6. CONSULTANT is not required to attend any public meetings or hearings associated with permits applied for the project. 7. Full time construction observation will be provided as an option to be selected by the CITY. Construction observation hours are based on 32 weeks of actual construction (Monday through Friday) at 8 hours per day, for a total of 1,280 man-hours. 8. The CITY is responsible for all permitting fees, including costs of public notification in local newspapers. 9. The CITY will provide CONSULTANT an electronic version of CITY standard water main and street details in AUTOCAD Version 12 format. 10. Permit applications covering the proposed construction work will be prepared and submitted to SFWMD and PBCDOH. 11. The design does not include survey work for verification of horizontal and vertical alignment of existing utilities within the project area. Utility location will be developed based upon the best information available from the owning utilities and information developed by the CITY. The design fee does not include survey work for establishing horizontal and vertical alignment of new utilities either during design or during SDC. 12. The Contract Documents will be prepared as a single contract (i.e. the water main replacement and storm water piping work will not be prepared as separate packages within the same set of Contract Documents). No pre-purchase of materials and/or equipment is presumed. 13. A single bidding effort is assumed. Re-bidding of the project is considered an Additional Services item. DFB\DRAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 6 TASK ORDER NO. 14 - AMENDMENT NO. 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION 14. Costs for SDC phase geotechnical testing to verify Contractor's compliance with Contract Documents are not included in the design fee estimate. 15. The design is to be based on the Federal, State and Local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services item. D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated October 4, 2000 between the City of Boynton Beach and CH2M HILL. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Amendment. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the design fee is based) is considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Amendment. o Additional permitting assistance in excess of that identified in this Amendment. Construction phase services are based on an estimated nine month construction period from the time of the contractor mobilization to final inspection. If the period of construction is extended, additional time and expenses may be necessary. Assisting the CITY in the settlement of construction contract claims. Replacement of small diameter water mains and stormwater improvements at other locations than those identified in this Amendment and in Task Order 14. Additional lump sum fees will be developed as requested by the CITY for future work to include additional drawings, revised "front ends" and the preparation of additional bid documents. Bid services and SDC will be extended as appropriate. Field verification (horizontal or vertical) of existing utilities identified as being within the immediate area of the proposed mains. Additional regulatory agency responses beyond the second response to an agency incompleteness and/or additional information request. Development of property descriptions of easements, road right-of-ways, etc. Preparation of right-of-way or easement boundary surveys. 9. Threatened or endangered species and species of special concern permitting or relocation work. 10. Archeological/Historical preservation permits, studies, or reports. 11. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. DFB~DRAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 7 TASK ORDER NO. 14 - AMENDMENT NO. 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION 12. Design modifications to the Contract Documents (i.e., change orders) required during construction. These and other services can be provided, if desired by the CITY, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the CITY. F. Obligations of the CITY 1. The CITY shall provide the CONSULTANT in a timely manner, record data and information related to the sewer system, water distribution system and streets within the project as necessary for the performance of services specified herein. 2. The CITY shall review all drawings and other documents presented by CONSULTANT; obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within reasonable time so as not to delay the services of CONSULTANT. 3. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall obtain approvals and permits from all governmental authorities having jurisdiction over the project. The CITY is responsible for the payment of all permit application fees. G. Compensation Compensation by the CITY to the CONSULTANT for all tasks except Task 4, 5, and responses to additional requests for additional information from SFWMD and PBCDOH will be on a lump sum basis in accordance with the above mentioned Agreement. Task 4, 5, and responses to additional requests for additional information from SFWMD and PBCDOH will be invoiced on a time and materials basis for the amount of work actually required by the project. The estimated compensation for the services described in this Task Order is $246,579 as shown in Table 1 below. DFB~)RAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 8 TASK ORDER NO. 14 - AMENDMENT NO. 1 COMPLETION OF WATER AND STORMWATER DESIGN AND SERVICES DURING CONSTRUCTION TABLE 1: LABOR AND EXPENSE SUMMARY Phase I - NE 17th Ave, Stormwater Improvements City of Boynton Beach Labor Total Labor Hours Cost Expenses Cost Task 1 - Design Phase 562 $46,774 $4,386 $51,160 Task 2 - Permitting Phase 120 $11,584 $1,682 $13,266 Responses for additional 136 $12,752 $1,558 $14,310 information from SFWMD and PBCDOH Task 3 - Bid Phase Services 44 $3,884 $1,343 $5,227 Task 4 - Services During 770 $67,604 $5,212 $72,816 Construction Task 5 - Resident Observation 1280 $89,800 $89,800 Totals $142,598 $103,981 $246,579 H. Schedule The CONSULTANT will commence design and permitting services upon receipt of written authorization and will complete all work associated with Task 1 and Task 2 of this Amendment to Task Order 14 within six (6) months from the receipt of authorization. APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA Kurt Bressner, City Manager Dated this {~lay of Iq~:~ , 2003. SUBMITTED BY: CH2M HILL, INC. Vice President, Area Manager '3uk ~r,[ 2003. Dated thisJqday of , DFB\DRAFT TASK ORDER 14 AMEND 1 04 02 03.DOC 9 Z