Loading...
R03-086 RESOLUTION NO. R03- ~) ,~/ff A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING EXECUTION OF TASK ORDER NO. 01-14 TO CAMP, DRESSER & MC KEE, INC., IN THE AMOUNT OF $43,800 FOR BIDDING PHASE SERVICES AND CONSTRUCTION ADMINISTRATION FOR THE TWENTY OUTFA! STRUCTURES STORMWATER IMPROVEMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the outfall treatment devices were incorporated in the INCA Stormwater Management and Water main Replacement project; and WHEREAS, due to the lengthy SFWMD permitting process associated with the complexity of the INCA project, and time constraints placed by Lake Worth Lagoon Grant Committee staff determined it would be appropriate to "bundle" the outfall treatment devices with Area 2 of the Downtown Watershed Phase 2 of 3 project; and WHEREAS, the City is receiving $325,000 in matching funds from the Lake Worth Lagoon Grant Committee for the construction/installation of the twenty pollution control devices at existing outfall locations that are currently discharged into the Lake Worth Lagoon without treatment, and it is imperative that this item move along as a stand alone project to comply with time constraints imposed by this grant; and WHEREAS, this task order includes the following engineering services: · Modifications of existing drawings and specifications, and creation of new drawings and specifications, as necessary to bid the water quality improvement devices as a stand-along project; · Bidding phase services; · Construction administration services WHEREAS, the City Commission, upon staff's recommendation, has deemed it appropriate, and in the best interests of the public, to approve Task Order No. 01-14 for Camp, Dresser & McKee, in the amount of $43,800.00. NOW, THEREFORE, BE IT RESOLVED BY TI-IE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 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 hereby authorize and direct execution of Task Order No. 01-14 for Camp, Dresser & McKee, in the amount of $43,800.00. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this -~,~ day of May, 2003. Commissioner ENGINEERING SERVICES TASK ORDER CITY OF BOYNTON BEACH TASK ORDER NO. 01-14 DATE: CDM PROJECT NO. 6276 - 14 I. PROJECT TITLE Water Quality Improvement Devices at Existing Outfalls Bidding and Construction Administration II. BACKGROUND The City has received a grant to provide pollution-control devices on 15 existing stormwater ouffalls, which currently discharge into the Lake Worth Lagoon without treatment. The outfall treatment devices were to be implemented along with other stormwater management projects planned in the City. However, since the outfall treatment devices are ready to proceed to construction and the City's grant includes specific time&ames for project completion, the City will separate this work from other projects still awaiting permits, and will proceed to bidding and construction as soon as possible. This Task Order includes engineering services required to reorganize the drawings and bid documents to separate the previously designed project (NE 7th Street Stormwater Improvements) in two independent projects. 1. INCA Stormwater Management and Water Main Improvements. 2. Water Quality Improvement Devices at existing outfall. This Service Task Order is for the Water Quality Improvement Devices at existing outfalls. III. CONTRACT REFERENCE This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated the 4th day of October 2000 between the City of Boynton Beach (City) and Camp Dresser & McKee Inc. (CDM). IV. SCOPE OF SERVICES The Scope of Services for this task order shall include the following tasks related to modification of the bidding and contract documents for procurement and construction of the water quality improvements devices as a stand-alone project: Modifications of existing drawings and specifications, and creation of new drawings and specifications, as necessary to bid the water quality improvement devices as a stand-alone project. 1 C:\ Documents and Set~ngs\ flemingp\ Local Settings\Temporary Internet Files\OLK1D\bs7545.doc-04/17/03 · Bidding services. · Limited construction administration services. The detailed Scope of Services is outlined in Exhibit A. PROTECT STATUS REVIEW CDM shall provide the City with written monthly status reports with monthly invoices for the duration of the project. PROJECT SCHEDULE CDM will commence services upon receipt of written authorization and will complete the professional engineering services within the schedule included as Figure 1. The construction administration service runs concurrently with the construction contract period. In the event the contractor does not complete the work within the designated contract period, additional compensation for time-dependent services will be required. COMPENSATION FOR SERVICES The total amount to be paid to CDM by the City under this Task Order shall be a lump sum amount of $43,800. A breakdown of the labor hours and other costs associated with this Task Order are provided in Exhibits B and C. IN WITNESS WHEREOF, the parties have hereunto set their hands the day and year first above written. CAMP DRESSER & McKee INC. CITY OF BOYNTON BEACH, FLORIDA David F. Holtz, P.E. Associate Kurt Bressner, City Manager 2 N:\ 0000\ bs7545.doc-04/11/03 Z ILl 0 EXHIBIT A WATER QUALITY IMPROVEMENT DEVICES AT EXISTING OUTFALLS SCOPE OF SERVICES TASK 1 - REORGANIZATION OF EXISTING CONTRUCTION DRAWINGS AND BIDDING DOCUMENTS At the City's request CDM will prepare a stand-alone set of bidding documents for the construction of the water quality improvement devices. CDM will modify and reorganize existing drawings and specifications to create a separate set of drawings and specifications, as necessary, to bid the water quality devices as a stand-alone project. TASK 2 - BIDDING SERVICES CDM will provide services associated with bidding of this project upon acceptance of the construction plans and contract documents prepared under Task 1. Bidding Services cover the period beginning with the advertisement for bids and ending with assistance to the City in the preparation of formal contract documents' for the award of the construction contract. CDM will provide the following bidding services: · Upon City's acceptance of the construction plans and contract documents, CDM will submit approved design plans and technical specifications to the project management team (PMT). · Technical specifications will be submitted on a CD in a Adobe Acrobat format (pdf). · Schedule of bid items will be submitted on a CD. · Construction plans will be submitted in hard copy. · Plans plot files will be submitted on a CD in AutoCAD format. · Provide bound copies of construction documents for sale and distribution. · Submit three (3) bound copies of construction documents to PMT for distribution (procurement, city clerk's office and PMT). · Maintain the plan holders list. · Update the plan holders list with assistance of the City's procurement services on a weekly basis. · Respond to Contractor's technical questions via issuance of written addenda. A-1 · Attendance at pre-bid meeting. · Provide procurement services with written addenda addressing contract changes prior to bid opening. · Attendance at the bid opening. · Prepare bid tabulation and recommendation of award. · The City will be responsible for advertising the Project. CDM will provide the City with the necessary documents and digital files for bidding through DemandStar by Onvia. The City will administer the bid information entered on the Demand Star by Onvia System. TASK 3 - LIMITED CONSTRUCTION ADMINISTRATION CDM will provide services associated with construction administration as described below: · Attend the Preconstruction Conference. · Distribute construction drawings (nUmber as required by Contract) to the Contractor. Provide four (4) sets (2 sets of 36" x 24" (full size) and 2 sets of 12" x 18" (half size)) of construction plans (signed and sealed) to the City. · Review shop drawings and material certificates as requested by the City. · Conduct up to 20 periodic site visits to the job site. The number of site visits will be limited to the amount necessary for Engineer Certification. · Review field and laboratory testing certificates provided by the testing firm hired by the Contractor. · Attend up to 10 periodic meetings, a minimum of monthly, to discuss and agree on construction scheduling, problems and/or techniques. · Prepare and process field change directive/change orders as required. · Attend the substantial completion inspection. · Review the final project closeout documents. · Prepare construction record drawings incorporating all of the changes made during construction using the Contractor's records, and as-built drawings certified by a Licensed Surveyor. · Furnish the City with record drawings on diskette using AutoCAD R14 format and two sets of prints. · Respond to Contractor's request for additional information. A-2 PROJECT: CONTRACT REFERENCE: EXHIBIT B PROJECT BUDGET Water Quality Improvement Devices At Existing Out. falls Agreement between City of Boynton Beach and Camp Dresser & McKee Inc. dated October 4, 2000 Labor Category_ Officer Technical Specialist Project Director Senior Engineer/Scientist Professional II Professional I Senior Support Services Staff Support Services Clerical TOTAL LABOR COST OTHER DIRECT COSTS Copying and Printing Postage and Shipping Travel Computer and CAD Data and Media TOTAL OTHER DIRECT COSTS TOTAL ESTIMATED COST LUMP SUM AMOUNT Hours Hourly Rate (S/hr) $2,000 1,000 2,000 2,000 500 4 $178 13 $150 14 $144 92 $129 138 $82 82 $70 4 $103 30 $64 62 $41 419 Total $36,380 $7,500 $43,88O $43.800 0000-DFHNB-M$.DFHWPB 1~$7545 EXHIBIT a.cloc B-1 X LL~ w~ renU.I Om >-> >.. u.I F- Z ILl W 0 0 ©