Loading...
R04-144 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 27 28 29 30 RESOLUTION NO. R04- ~ A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA.. AUTHORIZING EXECUTION OF TASK ORDER NO. U04-7-1, FOR FURNISHING DESIGN, PERMITTING, BID PHASE, CONSTRUCTION OBSERVATION, AND CERTIFICATION SERVICES FOR THE REPLACEMENT OF LIFT STATION NO. 101, AND ADDITIONAL SEWER FORCE MAIN TO ERDMAN ANTHONY OF FLORIDA, INC., D/B/A CROSSROADS ENGINEERING & SURVEYING, IN AN AMOUNT NOT TO EXCEED $31,660; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Lift Station No. 101 is located in the vicinity of St. Andrews Golf Course, serving a number of residential and commercial establishments along SR A-l-A; and WHEREAS, staff also seeks to connect two existing sewer force mains on either side of SR A-l-A, for the purpose of increasing system efficiency and reducing odor due to stagnant conditions; and NOW, THEREFORE, BE IT RESOLVED BY THE 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 the approval and execution of Task Order No. U04-7-1 with Erdman Anthony of Florida, Inc., d/b/a Crossroads Engineering & Surveying for furnishing design, permitting, bid phase, construction observation, and certification services for the replacement of Lift Station No. 101, and additional sewer force main to Erdman Anthony of .~:\CA\RESOXAgreements,,Task - Change Orders\Crossroads U04-7-1.0oc 1 Florida, inc., d/b/a Crossroads Engineering & Surveying, in an amount not to exceed 2 $31,660. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this 7 day o£ September., 2004. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 ATTEST: 25 26 27 CITY OF BOYNTON BEACH, FLORIDA S:\CA',RESO~Agreernents\Task - Change Orders\Crossroads U04-7-1.doc Task Order No. U04-7-1 Lift Station 101 Replacement and Force Main A. Background Sewage from the community of Briny Breezes flows to the City of Boynton Beach's (the CITY's) Lift Station (LS) 103. The sewage from LS103 flows to the south via two routes: a 4" force main on the west side ofSR A1A, and LS101 in the St. Andrews golf course community. Both stations are older and not constructed to current standards. The CITY desires to remove LS103 from service and to replace or upgrade LS101. LS101 is a small, shallow can-style station. Additionally, there is a 4" force main within the SR A1A right of way on the east side of the highway. The force main on the east side ofSR A1A experiences low flow, particularly during the summer months. This results in stagnation that causes odor problems at the down stream manhole. To improve the flow in this force main, the CITY desires to install an interconnect under SR A1A near the north limits of the eastern force main. These features are shown on the attached sketch as provided by the CITY. This Task Order will be submitted as a stand-alone document. It addresses fees for Erdman Anthony of Florida, Inc., d.b.a. Crossroads Engineering & Surveying (the CONSULTANT), to supply professional services for the described design, permitting, bid phase, construction observation and certification services. The construction documents will be prepared and permitted in two separate sets to allow the CITY the flexibility of constructing these facilities separately. B Scope of Services for Phase I Task 1 - Analysis The CONSULTANT will investigate the existing conditions including the following: 1. Field review the site in coordination with the property owner and CITY staff. Assess the structural stability of the existing lift station for its suitability should it be upgraded. As an optional service, obtain a soil boring for the approximate location of the proposed lift station (LS 101) to provide the Contractors with adequate information related to the level of effort they will experience in excavating the wet well. This service will be performed by CONSULTANT'S subconsultant, Dunkelberger Engineering & Testing, Inc. As an optional servico, obtain a soil boring for the approximate location of the force main interconnect and a recommendation for the jack and bore or directional bore. This service will be performed by CONSULTANT'S subconsultant, Dunkelberger Engi.neering & Testing, Inc. 4. Coordinate with FDOT regarding the method of installation of the force main interconnect (open cut, jack and bore, or directional bore). TASK ORDER NO. 1 - Lift Station 101 Replacement and Force Main 5. Estimate the flow in the existing force mains and recommend a size and material for the interconnect. 6. Estimate the flow and head conditions for the LS101 and recommend a size, depth, and pump for the lift station. 7. Perform Utility Coordination Efforts as follows: mo Obtain documents of record, where available, related to the existing conditions including utility company record drawings, SR A1A roadway plans, SR A1A proposed improvements, right-of-way maps, and flow data for the existing LS 101 and LS103. Review available utility plans, atlases, and maps of the area for location of existing utilities. Coordinate the proposed force main alignment with existing utility alignments to avoid conflicting routings to the extent possible. Bo 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 those shown on utility record drawings. Document surface details such as fences, sidewalks, walls, curbs, vegetation, sign poles, etc. to the extent that they are visible and may be materially affected by the construction of the proposed improvements. Show existing underground utilities on the Drawings based on available information obtained fi.om the CITY and as verified by the field review discussed above. Only those utilities 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) will be shown. Utility locations will be verified by CONSULTANT through our sub consultant F.R. Aleman using soft-dig technology at a charge of $250 per utility. For the purposes of this proposal, it was assumed that there would be 6 utilities to be located. 8. Analyze the flows and recommend upgrade or replacement of the existing lift station. Recommend odor control measures for the lit~ station and down stream manholes. Task 2 - Design The CONSULTANT will provide professional engineering services to the CITY for the analysis and upgrade or replacement of the existing LS101 and installation of new force main interconnect within the SR A1A right-of-way. 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 includes the following: Drawings will be provided to the CITY at the 90 and 100 percent stages of design completion. The 90 and 100 percent drawings will be provided in full-size format. Drawings for permit review will be full size format. 2 TASK ORDER NO. I - Lift Station 101 Replacement and Force Main b 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 of linch equals 20 feet on 24"x36" sheets. Upon completion of the 90 percent drawings, CONSULTANT will supply the CITY two (2) sets of review documents. The CONSULTANT will attend a design-review workshop with CITY personnel to receive and discuss review comments regarding the 90 percent submittal. The CITY will provide CONSULTANT with a single marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage of design deliverable. For the 90% deliverable, draft specifications will be provided. The CONSULTANT will transmit the 90% submittal and signed permits to the appropriate agencies on behalf of the CITY. Upon completion of the 100% documents, CONSULTANT will supply the CITY three (3) sets of the final documents with appropriate copies of permit applications for signature. It is assumed that all of the improvements will be located within existing easements or rights-of-way. The location and elevation of CITY-established horizontal and vertical control (if any) will be listed on appropriate plan sheets. CITY-developed standard details applicable to the work will be incorporated into the Drawings. CONSULTANT will modify, as necessary, the CITY's standard details. Specifications for the improvements are to be prepared by the CONSULTANT for bidding purposes and the CITY will prepare the Contract Documents. These Contract 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. The CITY will provide master technical specifications that will be modified by CONSULTANT as appropriate for the project. · The project will be prepared as one set of plans and bid documents and will be constructed as a single project. · The new force main is expected to consist of 4-inch diameter epoxy lined ductile iron pipe and fittings. · The existing LS101 will be replaced or upgraded. The existing LS 103 will be removed by the CITY. The removal of LS 103 will not be included in the plans. 3 TASK ORDER NO. I - Lift Station 101 Replacement and Force Main 10. An opinion of probable construction cost will be prepared by CONSULTANT for the 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 90% design reviexv and at the time the advertisement for bids is published. 11. The project drawings are expected to consist of the following sheets: Estimated Sheet Count City of Boynton Beach Sheet No. Description I Cover Sheet (Title & Vicinity Map) 2 General Notes, Legend, Abbreviations 3 Summary of Pay Items and Pay Item Footnotes 4 Lift Station Plan (1"=20') 5 Force Main Plan (1"=20') 6-8 Construction Details 9 FDOT MOT Standard Index Task 3 - Permitting The CONSULTANT will assist the CITY in obtaining Palm Beach County Public Health Department (PBCPHD) permits for the lift station replacement and force main by completing the permit application 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 PBCPHD will be submitted to the CITY concurrent with delivery of the 90% design documents. Permit fees will be paid directly by the CITY and are not included in the fee for this project. The CONSULTANT will also assist the CITY in obtaining a Florida Department of Transportation (FDOT) permit for the construction of force main within the road fight-of-way by completing the permit application forms for CITY approval/signature and providing required drawings and background information. Permitting for the FDOT will be performed concurrently with issuance of the 90% design documents. Permit fees will be paid directly by the CITY and are not included in the fee for this project. 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 FDOT by the CITY. CONSULTANT will prepare responses for up to two (2) "requests for additional information" made by regulatory agencies following submittal of the permit applications. Responses required by additional agency requests for additional information will be considered an Additional Services item. If any de-watering permits are necessary to conduct the work, their acquisition will 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. 4 TASK ORDER NO. I - Lift Station 101 Replacement and Force Main Preparation of applications for other permits for the above agencies or for other regulatory agencies beyond that specified above will be considered an Additional Services item. Such additional permits not included in this scope of work may include, but not be limited to, wetland dredge and fill permits, Palm Beach County right-of-way construction permits, Asbestos Handling/Disposal notification permits, Archeological/Historical preservation permits, endangered species permits, and tree removal permits. Task 4 - Bid Phase Services Bid phase services to be performed by the CONSULTANT will include the following: 1. The CITY will prepare Contract Document packages (i.e., drawings and specification) for CITY advertisement and bidding purposes. 2. The CITY will distribute copies of the Contract Documents to the prospective bidders. 3. The CITY will maintain a record of prospective bidders to whom bidding documents have been issued. The CONSULTANT will respond to questions from prospective bidders and suppliers and provide technical information to the CITY for addenda that will be issued by the CITY as appropriate. Technical information for one addendum is assumed in the budget for Bid Phase Services. Services related to the issuance of additional addenda would be treated as Additional Services. 5. It is assumed that a pre-bid meeting will not be held for these two small projects. 6. Consult with the CITY conceming proposed substitute materials and equipment, determine their acceptability and make a recommendation to the CITY. Attend the bid opening, review bid tabulation, and assist the CITY in evaluating bids or proposals and in preparing and awarding contracts for construction, materials, equipment, and services. Assist the CITY in preparing Contract Documents for execution by the CITY's selected Contractor. Assist in the review of Contract Documents and bonds before forwarding to the CITY for execution. Task 5 - Services During Construction The Services During Construction (SDC) phase services to be provided by the CONSULTANT include the following: Review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 8 shop drawings is included in the budget for SDC phase services. 2. Prepare agenda and conduct a pre-construction conference with selected Contractor and CITY staff and with the FDOT. Prepare and issue written minutes of meeting. TASK ORDER NO. 1 - Lift Station 101 Replacement and Force Main 3. Review Contractor's payment applications, determine the amounts owed to the Contractor, and recommend payments to the Contractor in such amounts. 4. Periodically visit the site in order to observe the progress and quality of the various aspects of the Contractors' work. The following site visits are included: · Lift station: material review, site preparation, wet well installation, start-up. · Force main: material review, pipe line installation (anticipate 8 hour night-time effort), pressure test. During such visits and on the basis of such observations, provide recommendations to the CITY, if appropriate, that the Contractor's work in progress be disapproved or rejected if such work will not produce a completed project that conforms to the Contract Documents. 6. Issue necessary interpretations and clarifications of the Contract Documents by issuing bulletins or responding to requests for information submitted by the Contractor. 7. Evaluate and determine the acceptability of substitute materials and equipment proposed by the Contractors. 8. Receive and review certificates of inspections, testing and approvals required by the Contract Documents. Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the construction period. For the purpose of this task order, it is assumed that up to 2 COs and 4 FCDs will be prepared during the construction period. Processing of additional COs or FCDs will be treated as Additional Services. Task 6 - Project Close-out Phase The project close-out phase services to be provided by the CONSULTANT include the following: Based upon the marked-up prints, drawings, and other data furnished by the Contractor, prepare a set of reproducible record prints of drawings showing those significant changes made during the construction process. 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. Advise the CITY that Final Acceptance of the project has been reached in accordance with the Contract Documents. o Provide certifications to the FDOT and PBCPHD that work was completed in substantial conformance with the Contract Documents. Review to include verification that the system was properly tested to allow a "request for release of facilities to be placed into 6 TASK ORDER NO. 1 - Lift Station 101 Replacement and Force Main service" to be filed with the PBCPHD. Assist the CITY in obtaining the appropriate FDOT and PBCPHD releases for completed facilities. Receive and review maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests, and approvals assembled by the Contractors in accordance with the Contract Documents. Assist CITY and Contractors in training the CITY's staff to operate and maintain the project. Assist the CITY in developing systems and procedures for control of the operation and maintenance of the project. 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 CITY will provide CONSULTANT an electronic version of"front end" Contract Documents in MICROSOFT WORD format. 2. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the CITY. For the purposes of this proposal, it is assumed that the two projects will be bid, let and constructed simultaneously as a single project. Should they be separated, additional charges would apply. 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 then be provided to CONSULTANT for submittal to PBCPHD. 5. Attendance at public meetings or hearings associated with public involvement or with permits applied for in support of the project is not included in the budget. Construction observation hours are based on attending only the specific efforts listed with each effort anticipated at 3 hours including travel time, unless otherwise noted. Since the construction duration is outside our control and since the level of observation required could vary significantly depending on the contractor's performance on this particular project, this effort is proposed to be billed hourly. 7. The CITY is responsible for all permitting fees, including costs of public notification in local newspapers. 8. The CITY will provide CONSULTANT an electronic version of CITY standard water main and street details in AUTOCAD format. 9. 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 TASK ORDER NO. I - Lift Station 101 Replacement and Force Main 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. 10. No pre-purchase of materials and/or equipment is presumed. 11. It is assumed that~the proposed lift station will include a concrete wet well, with dual submersible pumps and a valve pit based on the CITY's standard detail sheets including the electrical diagrams and control panel. 12. A single bidding effort is assumed. Re-bidding of the project for any reason is considered an Additional Services item. 13. Costs for SDC phase geotechnical testing to verify Contractor's compliance with Contract Documents are not included in the design fee estimate. 14. The CONSULTANT must use due care and meet a reasonable standard of skill and competence in observing the work and endeavoring to determine if the work is in accordance with the Contract Documents. The CONSULTANT shall not be held accountable for observing every act of the Contractor and cannot guarantee performance of the Contractor. 15. The CONSULTANT shall not supervise or direct the work, nor instruct the Contractor on how to perform. The CONSULTANT is not responsible for the Contractor's means and methods or job site safety. 16. 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 November 18, 2003 between the City of Boynton Beach and Crossroads Engineering & Surveying. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Task Order. 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. 2. Additional permitting assistance in excess of that identified in this Amendment. 8 TASK ORDER NO. 1 - Lift Station 101 Replacement and Force Main Construction phase services are based on the estimated construction period from the time of the Contractor mobilization to final inspection. If the period of construction is extended, additional time and expenses will be necessary. 4. Assisting the CITY in the settlement of construction contract claims. 5. Field verification (horizontal or vertical) of existing utilities identified as being within the immediate area of the proposed improvements. 6. Additional regulatory agency responses beyond the second response to an agency request for additional information. 7. Development of property descriptions of easements, road right-of-ways, etc. Preparation of right-of-way or easement boundary surveys. 8. Threatened or endangered species and species of special concem permitting or relocation work. 9. Archeological/Historical preservation permits, studies, or reports. 10. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. 11. 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 all the performance of services specified herein. The CITY shall review all drawings and other documents presented by CONSULTANT and 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 In accordance with the above mentioned Agreement, compensation by the CITY to the CONSULTANT for Task 1-Analysis, and Task 2-Design will be on a lump sum basis and compensation for Task 3-Permitting, Task 4- Bidding, Task 5-Construction, and Task 6-Project 9 TASK ORDER NO. 1 - Lift Station 101 Replacement and Force Main Closeout will be on a time and materials basis for the amount of work actually required by the project. The estimated time and compensation for the services described in this Task Order is as shown in Exhibits A and B attached. H. Schedule The CONSULTANT will commence design and permitting services upon receipt of written authorization and will complete all work associated with this Task Order in accordance with the attached schedule shown on Exhibit C. K:'~Business-Development'dh'oposals\City of Boynton BeachX2 Year gen.consult.contract~S 10 I'xLS 101 Proposal.doc 10 ~$ ooooo8o 8 888 8 8°8oooooooo oo oooooo 8 888°88 ..... ~ ~ 0000§80 8 888  . ooooooo . ooooooooo ooooooo ........ ooooooo~ ;~ o oo go~ ~ o~ o ......... ~ ..... o ~o ~~ -~ ~g~o oo ~o ~o oo~~ooo o~~~o oo o ~o - o .... 0 An Erdman Anthony Company 1402 Royal Palm Beach Blvd., Bldg. 500 Royal Palm Beach, Ftodda 33411 )hone: 561~753-9723 fax: 561-753-9724 Project Name: Location: Lift Station 101 and Force Main SR AIA, Bdney Breezes Date: 7-JulY4 EXHIBIT B - PRICE PROPOSAL BASIC SERVICES: DESIGN SERVICES Tolal Activity Salary Cost $27,233.00 Expenses $427.00 Optional Services $4,000.00 TOTAL AMOUNT $31,660.00 Expenses Submittal: Size No. of Sets Sheets per Set Total Units Cost per unit Total Cost Correspondance 8.5"xl 1" I n/a 100 $0.10 $10.00 ~lans 24"x36" 20 8 160 $1.50 $240.00 ~lans 11 "x17" 20 8 160 $0.20 $32.00 Vlylars for submittal 24"x36" I 8 8 $5.00 $40.00 ::)vemi~lht Shipping or local delivery n/a n/a Wa 7 $15.00 $105.00 rotal $427.00 Optional Services tDescription Geotechnical Investi~/afion ubsurface Utility Locations oral co tI $1,500.00! $4,000.00~ Lift Station 101 and Force Main SR AIA, Briney Breezes EXHIBIT C PROJECT WORK SCHEDULE Description Duration Estimated Start Date Estimated Completion Date Phase I -Analysis Notice to Proceed Research and site visit Analyze Flows Phase 2-Design and Plans Preparation 90% plans and permits specs and cost estimates 100% plans, specs and costs Phase 3-Permitting Submit to PBCPHD Receive RFI Respond to RFI Receive permit Submit to FDOT Receive RFI Respond to RFI Receive permit Phase 4-Bidding Prepare bid packages Issue bid packages Bid opening Award contract Phase 5-Construction Receive and review shop drawings Pre work meetings Construction Phase 6-Project Close Out Prepare record drawings Submit certifications Pre-final inspection Review O&M manual Final inspection weeks weeks weeks 3 weeks 2 weeks I weeks I weeks 4 weeks 2 weeks 2 weeks I weeks 4 weeks 2 weeks 2 weeks 2 weeks I weeks 4 weeks 2 weeks 4 weeks 2 weeks 6 weeks 1 weeks I weeks 1 weeks I weeks 1 weeks 8/1/2004 8/1/2004 8/8/2004 8/15/2004 8/15/2004 11/7/2004 9/5/2004 9/12/2000 10/10/2004 10/24/2004 9/5/2000 9/12/2004 10/10/2004 10/24/2004 11/7/2000 1/1/2005 1/8/2005 2/5/2005 2/19/2005 3/19/2005 4/2/2005 5/14/2005 5/21/2005 5/21/2005 5/21/2005 5/28/2005 8/1/2004 8/8/2004 8/15/2004 9/5/2004 8/29/2004 11/14/2004 9/12/2000 1 O/10/2004 10/24/2004 11/7/2004 9/12/2004 10/10/2004 10~24~2004 11/7/2004 11/21/2004 1/8/2005 2/5/2005 2/19/2005 3/19/2005 4/2J2005 5/14/2005 5/21/2005 5/28/2005 5/28/2005 5/28/2005 6/4/2005 APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: ~ Kurt Bressner City Manager Dated this t ( day of ~ ,2004 ! SUBMITTED BY: ERDMAN ANTHONY OF FLORIDA INC. dgo/a CROSSROADS ENGINEERING & SURVEYING By: J~SM X~.~Presi~ Approved as to Form: Attest/Authenticated: Office of the City Attorney Secretary