Loading...
R04-024 RESOLUTION NO. R04- O,c~q A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING EXECUTION OF TASK ORDER NO. U04-14-01 TO MATHEWS CONSULTING, INC., (MCI) TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR THE N.W. 17TM AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT IN THE AMOUNT OF $332,360.00; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the N.W. 17th Avenue project area covers approximately 30,500 feet of roadway sited for Stormwater improvements, in addition to water main replacement, new service connections and site restoration; and WHEREAS, the Utilities Department and MCI have developed a detailed scope of services that outline sub-tasks required for this project, which consists of seven (7) sub-tasks to accomplish the necessary improvements to this neighborhood, as follows: · Task 1 - Prepare Route survey - Execute survey, prepare scope of services · Task 2 - Geotechnical Services - Provide subsurface investigations · Task 3 - Design Phase - Provide drawings and specifications for bidding · Task 4 - Permitting Phase - Assist City in obtaining all required permits · Task 5 - Bid Phase Services - Prepare bid documents packages, assist in recommendation for award of bid · Task 6 - Construction Phase Services - Review shop drawings, pay applications, conduct construction meetings · Task 7 - Resident Project Representation - Full time representation during construction NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF ~:\CA\RESOgAgreements\Task - Change Orders\MCI - Task Order U04-14-01 .doc 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 the approval and execution of Task Order U04-14-01 to Mathews Consulting, Inc., (MCI) in the amount of $332,360.00, to provide professional ~engineering services for the N.W. 17th Avenue Stormwater and Water Main Improvement Project. Section 3. PASSED AND ADOPTED this This Resolution shall become effective immediately upon passage. i"/ day of February, 2004. ~TTEST: CITY OF BOYNTON BEACH, FLORIDA Cymmissione~ - - Task Order UO4-14-O1.doc TASK ORDER NO. U04-14-01 - N.W. 17~' AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION Task Order No. U04-14.01. N. W. 17TM Avenue Stormwater and Water Main Improvement Project. Final Design, Permitting, and Services During Construction A. Background The City of Boynton Beach has identified the N.W. 17th Avenue Stormwater and Water Main Improvement Project to be completed under the City's current C.I.P. The CITY has requested that Mathews Consulting (CONSULTANT) provide design, permitting, services during construction (SDC) assistance, and resident project representative (RPR) services to the CITY in the execution of this project. The project is to be executed using the traditional design, bid, and construct method. This Task Order will be submitted as a stand alone document. It addresses fees for professional services to provide design, permitting, bid phase, SDC and RPR services. The project area is shown in Attachment 1. The water mains in the project area shown in Attachment 1 will be replaced as required. The ponding areas shown in Attachment 2 will be provided with stormwater improvements. B. Scope of Services for Phase I Task 1. Survey CONSULTANT will prepare a scope of services for the execution of a route survey for approximately 30,500 feet of roadway within the project area. The survey will identify all above ground features within the right-of-way and will extend 5 feet into private property to collect topographic elevations, conflicts, and encroachments. As part of the scope, the surveyor will collect existing topographic elevations along the center-line of pavement, at the edge of pavement, and at the edge of the right-of-way. Specific utilities to be identified will include manholes (sanitary and stormwater), catch basins, valves, water meters, and utility poles. All vegetation (trees and shrubs) located within the right-of-way will be located. Wherever possible, the surveyor will remove manhole covers and identify invert elevations for sanitary and stormwater utilities. The surveyor will obtain copies of atlas sheets from the City for water, sanitary, stormwater, and traffic control, and incorporate these utilities wherever present. The locations of driveways and pavement within the right-of-way, as well as the material of construction will also be identified and plotted on the base survey. All vegetation and encroachments (flag poles, lighting, fences, and walls) will be identified and located on the survey. Significant trees and shrubs will be uniquely identified while less significant planting beds will be identified by dimension only. MATHEWS 1/23/2004 1 CO cN...,S,~, ~.~.,.~..',Z TASK ORDER NO. U04-14-01 - NW. 17= AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITFING, AND SERVICES DURING CONSTRUCTIOn! The surveyor will prepare survey on full sized drawings at a 1-inch equals 20 feet (20:1) scale and submit the survey to CONSULTANT in both electronic and paper copies. CONSULTANT will review the survey and request changes and collection of additional information prior to review by the City. Following the review and approval of the base survey, the CONSULTANT will direct the surveyor to submit the drawings to local utility companies (gas, telephone, communications, and electric) to incorporate information regarding the locations and sizes of underground utilities. Additional utility information will be added to the survey to show the approximate location, however, the surveyor will not certify its exact placement CONSULTANT will contract the services of the surveyor directly. This service will be provided on a time and materials basis with a 0% markup on the subcontracted fee to manage the surveyor's work and prepare the subcontracting documents. It is CONSULTANT's understanding that the CITY does not maintain a surveying standard. Therefore, the survey will be prepared using industry standards and Mathews Consulting, Inc. formatting guidelines. Task 2 - Geotechnical CONSULTANT shall furnish the services of a professional geotechnical engineer to provide subsurface investigations of the project area that will include: 1. Perform up to twenty (20) standard penetration tests (SPT) borings to an average depth often (10) feet. 2. Perform up to fifteen (15) open hole exfiltration tests to an average depth of six (6) feet. 3. Evaluate field data collected and provide geotechnical engineering evaluation report. CONSULTANT will contract the services of the geotechnical firm directly. This service will be provided on a time and material basis with a 0% markup (as specified in negotiated rate schedule) on the subcontracted fee to manage the geotechnical work and prepare the subcontracting documents. Task 3. Design The CONSULTANT will provide professional engineering services to the CITY for the replacement of existing water mains and installation of new storm water improvements (exfiltration trench) 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 Task Order include the following: Call utility location company such as "No-Cuts" to verify utility locations. Perform site investigation activities including a "field survey" of the project area to verify water line, sanitary sewer, and other utilities locations and alignments are consistent with that shown MATHEWS 1/23/2004 2 TASK ORDER NO, U04-14-01 - N.W. 17m AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION 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.). 2. 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. 3. Swale improvements and sidewalk replacement will be depicted by use of typical standard sections and details keyed to the plan drawings. Driveways will likewise be regraded and replaced as indicated on typical standard restoration details contained in the drawings. Swales will be improved on both sides of the road to promote enhanced area drainage. 4. Surface details such as fences, sidewalks, walls, curbs, vegetation, signs poles, etc. will be noted to the extent that they may be materially effected by the construction of the swale, pipeline, driveway, and sidewalk improvements. 5. Existing underground utilities will be shown on the Drawings based on available information obtained from CITY and as verified by the field survey information discussed above. Utilities shown are only those located within the work area that will materially effect construction of the improvements (i.e. water or sewer mains, telephone conduits and cable, fiber optic or electrical lines). Utility locations will be verified by CONSULTANT through a subcontractor such as "No Cuts" and will be reimbursed by the CITY on a time and materials basis plus a 0% mark up (as specified in negotiated rate schedule) on the subcontracted fee. For the purpose of this proposal, $12,000.00 (as specified in negotiated rate schedule) has been added as an expense item for this task. 6. Drawings will be provided to the CITY at the 60, 90, and 100 percent stages of design completion. The 60, 90 and 100 percent drawings will be provided in full-size (22" x 34") format. Drawings for permit review will be full size (22" x 34") format. 7. The Drawings will show locations of new and existing water lines, existing sanitary sewers, and new storm water exfiltration trench and inlets (if any). Streets, driveways, and sidewalks, will be outlined on the Drawings. Plan drawings will be at a scale of 1- inch equals 20 feet. Profile drawings will be at a scale of 1-inch equals 2 feet. 8. Upon completion of the 60% drawings, CONSULTANT will supply the CITY two (2) sets of review documents. The CONSULTANT will attend a 60% design-review workshop with CITY personnel to receive and discuss review comments regarding the documents. For the 60% deliverable, draft specifications will be provided. 9. Upon completion of the 90% drawings, CONSULTANT will supply the CITY two (2) sets of review documents. The CONSULTANT will attend a 90% design-review workshop with CITY personnel to receive and discuss review comments regarding the documents. For the 90% deliverable, draft specifications including front-end information will be provided. 10. Upon completion of the 100% documents, CONSULTANT will supply the CITY one (1) set of the final documents with appropriate copies of permit applications for signature. The CONSULTANT will transmit the signed permits to the appropriate agencies on behalf of the CITY. 1/23/2004 MATHEWS CONSULTING INC TASK ORDER NO. UO4-14-01 - N W 17~ AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION l 1. The stormwater 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 three (3) Community Involvement Meetings (CIM) as directed by the CITY. 14. CITY developed standard details applicable to the work will be incorporated into the Drawings. CONSULTANT will modify, as necessary with CITY approval, the CITY standard details. 15. Specifications are to be prepared by the CONSULTANT for bidding purposes for the water main and storm water improvements and the Front-End Contract Documents are to be prepared by the CITY. These documents are to reflect the following: · 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. · Separate bid schedules will be provided for the water main and stormwater improvements. · The new water main will consist of 6-inch diameter and larger cement lined ductile iron pipe and fittings. · The existing water mains will be abandoned in place. On all lines, ends will be cut and capped. For lines larger than 6-inches in diameter, the lines will also be filled with light-weight grout. Unless in conflict with proposed improvements, existing water lines will not be removed. 16. An opinion of probable construction cost will be prepared for the 60%, 90% and 100% drawings and specifications. The cost estimate format will be consistent with the bid proposal tabulation sheet for the project. The cost opinion will be provided to the CITY during the 60% and 90% design review and 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.W. 17th Avenue Stormwater and Water Main Improvement Project City of Boynton Beach Sheet No. Drawing No. Description I G-1 Cover Sheet (Title & Vicinity Map) 2 G-2 Key Map 3 G-3 General Notes, Legend, and Abbreviations 4-50 C-I to C-47 Water Main, Stormwater and Swale Improvements o Plan at 1" = 20' scale/Profile at I"=2" (Single Panel Format - plan over profile) MATHEWS 1/23/2004 4 ~') TASK ORDER NO, U04-14-01 - N.W. 17~ AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN. PERMI'I-I'ING. AND SERVICES DURING CONSTRUCTION Estimated Sheet Count for N.W. 17th Avenue Stormwater and Water Main Improvement Project City of Boynton Beach Sheet No. Drawing No. Description 51 D-1 Civil Standard Details (Restoration) 52 D-2 Civil Standard Details (Restoration) 53 D-3 Civil Standard Details (Restoration) 54 D-4 Water- Standard Details 55 D-5 Water- Standard Details 56 D-6 Drainage - Standard Details 57 D-7 Drainage - Standard Details 58 P-I Bid Tabulation Items 59 P-2 Material Specifications Task 4. Permitting The CONSULTANT will assist the CITY in obtaining Palm Beach County Public Health Department (PBCHD) permits for the water line 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 specifications, for permitting through the PBCHD will be submitted to the CITY concurrent with delivery of the 90% design documents. The FDEP "Long-Form" permit application is required. Fees will be paid by the CITY. The CONSULTANT will also attend one meeting with Palm Beach County to discuss method of crossing Seacrest Boulevard (e.g. open cut or directional drill). 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. CONSULTANT assumes that the completion of the "Standard General" Sections A, C, and E, of the Environmental Resource Permit application will be required for this project. A pre-application meeting will be held with SFWMD to verify permit requirements. 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 PBCHD, Palm Beach County, and SFWMD by the CITY. 1/23/2004 5 MATHEWS TASK ORDER NO. U04-14-01 - N.W. 17~ AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMII-I'ING, AND SERVICES DURING CONSTRUCTION CONSULTANT will respond to up to two (2) "requests 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. City right-of-way and Palm Beach County Roadway work permits for work conducted within City rights-of-way and County right-of-way (Seacrest Boulevard) will required from the City of Boynton Beach and Palm Beach County. It is the intent of this project to require the CITY's selected contractor to apply for and acquire the necessary work permits. In addition, if any de-watering permits are necessary to conduct the work, their acquisition will also be the responsibility of the contractor. CONSULTANT, through the CITY, will provide the contractor with necessary site figures and data to support the permitting effort. 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, FDOT utility accommodation permits, Asbestos Handling/Disposal notification permits, Archeological/Historical preservation permits, endangered species permits, tree removal permits, etc. Task 5- Bid Phase Services Bid phase services to be performed by the CONSULTANT will be consistent with the guidelines in the "Standard Procedures and Functions for Consultants, Procurement Services, and the Project Management Team, "provided by the CITY and will include the following: 1. Prepare Contract Document packages (i.e. drawings and specification) for CITY advertisement and bidding purposes. Drawings to be full size (22" x 34") format. 2. Distribute copies of the Contract Documents to the prospective bidders. The cost for production of the contract documents will be borne by the bidders through purchase of the construction plan from CONSULTANT. Maintain records of the plan holders list and provide a copy of the list to the CITY on a weekly basis. 3. Provide document mailing and pre-bid services, such as maintaining plan holder's list, answering questions from potential bidders, and providing technical information to the CITY for Contract Document addenda and distribution to the plan holders; addenda will be issued by Procurement Services for the CITY. 4. Respond to questions from prospective bidders and suppliers and provide technical information to the CITY for addenda that will be issued by Procurement Services as appropriate. Technical information for 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. 6. Review bid packages received, prepare bid tabulation sheet and recommend award. 1/23/2004 6 MATHEWS TASK ORDER NO U04-14-01 - NW 17~ AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION Task 6 - Services During Construction The specific SDC phase services to be provided by the following: CONSULTANT include the 1. Prepare agenda and conduct pre-construction conference 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 30 submittals is included in the budget for SDC phase services. 3. Attend construction progress meetings every two weeks and provide a written summary of the issues discussed. Project meetings will be conducted by the Project Engineer with the Resident Observer also in attendance. Following the meeting, the Project Engineer will prepare and distribute meeting minutes to the City and other attendees. Meetings will be held at the site construction trailer. Sixteen progress meetings are included in the budget for this task. 4. Review monthly payment applications submitted in a format acceptable to the CITY. Assist the CITY to reconcile the Contractor payment requests, clarifications, and responses to requests for quotations. A eight month construction period is assumed in budgeting these tasks. 5. Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. 6. Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the 8 month construction period. For the purpose of this task order, it is assumed that up to 6 CO and 12 FCD will be prepared during the 8-month construction period. Task 7 - Resident Project Representative Services The Resident Project Representative phase services to be provided by the CONSULTANT include the following: o Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the construction of the work in a total period of not-to-exceed eight (8) months for the construction contract. Activities performed under this task consist of furnishing a RPR during the construction of the project, to observe the performance of the work of the Contractor, who will: Serve as CONSULTANT's liaison with construction contractor, working principally through the contractor's construction manager and assist him in understanding the intent of the contract documents. Conduct on-site observations of the work in progress to assist in determining if the work is proceeding in accordance with the contract documents and that completed work conforms with the contract documents. Report, in writing, whenever CONSULTANT believes that work is unsatisfactory, faulty or defective, or does not conform to the contract documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment. 1/23/2004 7 MATHEWS TASK ORDER NO. UO4-14-O1 - NW. 17' AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION o Accompany visiting inspectors representing public or regulatory agencies having jurisdiction over the project. Record, in writing, the outcome of these inspections and report same to CITY. Consider and evaluate construction contractor's suggestions for modifications in drawings or specifications and report them to CITY, in writing. CONSULTANT shall make recommendation for action by the CITY. Furnish to the CITY weekly written reports of progress of the work, the level of detail of which will be sufficient to determine the progress of all activities on the contractor's construction schedule. Review work progress at key steps to allow certifications to the SFWMD and PBCHD that work was completed in substantial conformance with the Contract Documents. Review to include verification that water mains 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 PBCHD. Assist the CITY in obtaining the appropriate PBCHD release for completed facilities. In conjunction with CITY staff, make preliminary and final inspections and assist in the preparation of a Contractor "punch list" to achieve Substantial Completion. Review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. CONSULTANT shall be involved with the project through Contractor Closeout. Advise the CITY that Final Acceptance of the project has been reached in accordance with the Contract Documents. LIMITATIONS OF AUTHORITY Except 1. 2. 3. 4. upon written instructions of CONSULTANT, Resident Project Representative: Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. Shall not exceed limitations on CONSULTANT's authority as set forth in the Contract Documents. Shall not undertake any of the responsibilities of Contractor, Subcontractors or Construction Manager, or expedite the Work. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. Shall not authorize Owner to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests. C. Assumptions In addition to, the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/or modifications 1/23/2004 8 MATHEWS TASK ORDER NO. U04-14-01 o N.W. 17~ AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTIOH 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. CONSULTANT has not included any fees for replacement and/or rehabilitation of sewer pipe, manholes, and sewer services in this Task Order. If required by CITY, an Amendment to this Task Order will be executed for this work. 3. The CITY will provide CONSULTANT an electronic version of "front end" contract documents in MICROSOFT "WORD 97" version format (see attached Standard Procedures and Functions). 4. 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. 5. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the CITY. 6. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two sets of signed and sealed RECORD drawings will then be submitted by the Contractor to the CITY. One set of RECORD drawings will be provided to CONSULTANT for submittal to PBCHD. 7. CONSULTANT will attend up to two public meetings or hearings regarding the project. However, attendance at public meetings or hearings associated with permits applied for in support of the project is not included in the budget 8. Construction RPR hours are based on 30 weeks of actual construction (Monday through Friday) at 8 hours per day, for a total of 1,200 man-hours. 9. The CITY is responsible for all permitting fees, including costs of public notification in local newspapers. 10. The CITY will provide Mathews Consulting, Inc. an electronic version of CITY standard water main, stormwater, and street details in AUTOCAD Version 2000 format 11. A single permit application covering the proposed construction work will be prepared for submittal to each regulatory agency. 12. 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. 13. The Contract Documents will be prepared as a single contract (i.e. the water main replacement and stormwater 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. 14. A single bidding effort is assumed. Re-bidding of the project is considered an Additional Services item. MATHEWS 1/23/2004 9 TASK ORDER NO UCH-14-01 - NW. 17~ AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN PERMI'I-rlNG, AND SERVICES DURING CONSTRUCTION 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. 16. Contractor will be required to apply for and obtain Palm Beach County Right-of-Way Construction Utility Permit for Seacrest Boulevard. D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated November 18, 2003 between the City of Boynton Beach and Mathews Consulting, Inc. 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 Task Order. o Additional permitting assistance in excess of that identified in this Task Order. Construction phase services are based on an estimated eight (8) month construction period from the time of the contractor notice-to-proceed to final inspection. If the period of construction is extended, additional time and expenses will be necessary. Assisting the CITY in the settlement of construction contract claims. Replacement of small diameter water mains and stormwater improvements at locations other than those identified in this Task Order. 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, SDC, and RPR will be extended as appropriate. Field verification (horizontal or vertical) of existing utilities identified as being within the immediate area of the proposed pipeline. Additional regulatory agency responses beyond the first 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. 1/23/2004 10 MATHEWS TASK ORDER NO. U04-14-01 - NW. 17 AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMI'I-rlNG, AND SERVICES DURING CONSTRUCTIOH 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. 12. Design modifications to the Construction 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. This includes painting the locations of water mains and sanitary sewers and laterals in the field for the surveyor. 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. 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 Tasks 1, 2, 6, and 7 will be on a lump sum basis in accordance with the above mentioned Agreement. Task 1 - Survey, Task 2 - Geotechnical, Task 6 - Services During Construction, and Task 7 - Resident Project Representative 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 $332,360.00 as shown in Table 1 below and detailed in Attachment 3. 1/23/2004 11 MATHEWS TASK ORDER NO. U04-14-01 - NW 17 AVENUE STORMWATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERM 'I-DNG, AND SERVICES DURING CONSTRUCTION TABLE 1: LABOR AND EXPENSE SUMMARY Labor Labor Hours Cost Expenses Total Cost Task 1 - Prepare Route Survey $91,500 $91,500 Task 2 - Geotechnical Services $7,000 $7,000 Task 3 - Design Phase 1,048 $95,990 $14,000 $109,990 Task 4 - Permitting Phase 46 $4,000 $500 $4,500 Task 5 - Bid Phase Services 37 $3,295 $3,295 Task 6 - Services During 293 $29,575 $500 $30,075 Construction (SDC) Task 7 - Resident Project 1,200 $84,000 $2,000 $86,000 Representative (RPR) Totals 2,624 $216,860 $115,500 $332,360 H. Schedule The completion dates for this work will be as follows (starting at written notice-to-proceed). Engineering Services Task 1 - Survey Time per Phase 4 Months Cumulative Time 4 Months Task 3 - Design o) 6 Months 10 Months Task 4 - Permitting 2 Months 12 Months Task 5 ~ Bidding 2 Months 14 Months Task 6 - SDC (2) 8 Months 22 Months (1) Geotechnical will be completed during Task 3 - Design Phase. (2) RPR Services will be completed during Task 6 - Services During Construction. 1/23/2004 12 MATHEWS TASK ORDER NO. U04-14-O1 ~ NW. 17~ AVENUE STORMVVATER AND WATER MAIN IMPROVEMENT PROJECT - FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION APPROVED BY: CITY OF BOY'NTON BEACH, FLORIDA By: ~ Kurt Bressner City Manager Dated this /oc/ day of 2004. SUBMITTED BY: Mathews Consulting, Inc. David L. Mathews, P.E. Vice President Dated this Zg ''J day of -~'. ~ o,, ~.~ ,2004. 1/23/2004 13 MATHEWS CONSULTING ~c City of Boy. on Beach Task Order No. U04-14-01 N. W. 17th Avenue Stortrovater and Wat~. Main Improvement Project Pro'ect Summ Fees Subconsultant- Avirom & Associates {)eotechnical Subconsultant - DE& T Services Field Verification Involvement Meetings Subconsultant - Ground I- I Services A_p_plicafions d M~.~_~_SFVVMD Assistance Construction Administration Services ~ Conference 1 hrs~vk~__ Review )lications for Payment 3ompletion Substantial/Final Inspections - Prepare "punch list'' Resident Inspector $70 4 4 1200 1,200 1,204 Reimbumable $2,000 $500 $500 Sut Labor Subtotal Hours Labor Total Costs Subconsultant Costa Total Subconsultant Mul_q~plier Subconsultant Total Reimbursable Attachment 3 Mathews Consulting, Inc.