Loading...
R05-084 II 1 2 3 4 5 6 7 8 9 10 11 12 13 14 RESOLUTION NO. R os-oerl A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF AN RFQ TO JORDAN, JONES AND GOULDING; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR DESIGN, PERMITTING, BID PHASE AND SERVICES DURING CONSTRUCTION OF THE WEST WATER TREATMENT PLANT IMPROVEMENT PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on December 26, 2004, the City of Boynton Beach issued a Request 15 for Qualifications for professional engineering services for design, pennitting, bid phase 16 services and services during constuction for the West Water Treatment Plant Improvement 17 Proj ect; and 18 WHEREAS, a Selection Committee reviewed the seven consultant packages 19 received in response to the RFQ and selected three finns as the most qualified; and 20 WHEREAS, on April 19, 2005, the City Commission conducted interviews with 21 the three short-listed finns and selected the engineering finn of Jordan, Jones and Goulding 22 as the Consultant; and 23 WHEREAS, an Agreement for Professional Services has been negotiated with 24 Jordan Jones and Goulding, Inc. 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 26 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 27 Section 1. The foregoing "Whereas" clauses are hereby ratified and confinned 28 as being true and correct and are hereby made a specific part of this Resolution upon 29 adoption. S:\CA\RESO\Agreements\Bid Awards\Award of RFQ - Jordan Jones Goulding.doc II Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 2 approves the award of an RFQ to Jordan, Jones and Goulding, Inc. and authorizes the City 3 Manager to execute a Consultant Agreement for Engineering Services for the West Water 4 Treatment Plant Improvements. 5 Section 3. That this Resolution shall become effective immediately. 6 PASSED AND ADOPTED THIS ~ day of May, 2005. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 ATTEST: 23 24 25 26 27 28 29 CITY OF BOYNTON BEACH, FLORIDA ¿ÞLÍ- ;¡;::oner . commi:sLr ~þfv--- Commissioner S:\CA\RESO\Agreements\Bid Awards\Award of RFQ - Jordan Jones Goulding.doc Ros-oe4- CONSULTANT AGREEMENT FOR ENGINEERING SERVICES FOR THE WEST WATER TREATMENT PLANT IMPROVEMENTS THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and ..JORDA~.J"Io.ìE.st bðvLbIJJr.. hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Consultant is retained by the City to perform CONSULTANT services in connection with the project designated ENGINEERING SERVICES FOR THE WEST WATER TREATMENT PLANT IMPROVEMENTS. 2. SCOPE OF SERVICES. Consultant agrees to perform the services, identified on Exhibit "B" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. TIME FOR PERFORMANCE. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. Consultant shall perfonn all services and provide all work product required pursuant to this agreement byl 0 c. calendar days from the date written notice is given to proceed, unless an extension of such time is granted in writing by the City. 4. PAYMENT. The Consultant sh~ll be paid by the City for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to Consultant shall not exceed 4c; 0) on (') without express written modification of the agreement signed by the City. b. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for project completed to date. Such vouchers will be checked by the City, and upon approval thereof, payment will be made to the Consultant in the amount approved. c. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this agreement and its acceptance by the City. d. Payment as provided in this section shall be full compensation for work perfonned, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The Consultant's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after final payments. Copies shall be made available upon request. CA-l Task Order No. U05-01 City of Boynton Beach West Water Treatment Plant Improvements Á. Background The City of Boynton Beach (City) owns and operates the West Water Treatment Plant (Plant). The Plant utilizes nano-filtration technology and currently has a peak water treatment capacity of 10 million gallons per day (MGD), including a 20% blend. The permitted water supply is in excess of this volume and the City is desirous of increasing the treatment capacity to more closely match the supply capacity. The City's Capital Improvement Plan identifies several other improvements to the Plant that the City desires to implement at this time. These improvements include the addition of a vertical cartridge filter to handle increased production; the replacement of existing filter membranes in trains 4,5 and 6 to match units recently installed in units 1,2, and 3; the conversion of the gaseous chlorine disinfection to an on-site generation system; installation of a finished water pump and related modifications such as instrumentation and electrical work. The City also intends to improve the facility's roofing system to meet current building code requirements and build redundancy into the emergency power generation system at the Plant by adding emergency generation and fuel storage capacity to protect the integrity of the water supply and delivery systems during extended power outages. In addition to the above improvements, this scope of work adds those facility modifications necessary to accommodate Palm Beach County interconnection to supply finished water. Interconnection flows can be directed to on-site ground storage or to the discharge side of the Plant's finished water pumps, going directly to the distribution system. The current situation allows only for manual control of the Plant interconnect. This project adds a modulating control value and accompanying flow meter to allow the Plant to automatically control the rate of flow. Instrumentation improvements will be added to control flow and to provide input to the automatic feeding of finished water chemicals. Should the City determine that a ground storage tank is necessary to provide additional ground storage capabilities at the Plant, said fee shall be negotiated separately from this Task Order at the City's discretion. 1 Table A-I sets forth an order of magnitude level estimate ofproject construction costs. Project Scope Summary and Costs Table A-I Estimated Construction PLANT UP-GRADING Cost, $ Second Emergency Diesel Generator and fuel storage tank 800,000 Add vertical cartridge filter 600,000 Install 3 additional pressure vessels in trains 4, 5, & 6; replace existing 400,000 train 4, 5 & 6 membrane elements, plus new elements for added vessels Change to on-site Generation 1,000,000 Related Instrumentation and Electric Modifications 140,000 nstall Finished Water Pump 200,000 Piant Security Improvements 100,000 INTERCONNECTION IMPROVEMENTS Automating Interconnection Control and piping modifications 100,000 SUBTOTAL WEST WATER TREATMENT PLANT 3,340,000 Construction contingency (15%) 500,000 trOTAL 3,840,000 B. Scope Of Services The following project tasks have been developed to ensure project success: Task I - Project Initiation Activities and Project Meetings 1.1 Prepare Detailed Project Management Plan · The purpose of this subtask is to prepare a plan which clearly informs each team member of their assigned responsibilities, budget, schedule and products. 1.2 Monitor Project Schedule · The project manager will develop an overall project schedule (using Microsoft Project) which will be updated, per City requirements. The schedule will include task activities, start/completion dates, subtask interrelationships, deliverable milestones and key interface points with the City. 1.3 Monthly Status Reports · Provide City with detailed monthly status reports which identify work completed by subtask, task, work anticipated, cash flow, percent complete, schedule and any significant events affecting the project's progress. 2 1.4 Conduct Kick-off Meeting · An initial kick-off meeting with City staff and the Project Team will be conducted to establish the formal lines of communication, goals, objectives and review schedule. 1.5 Project Review Meetings · Prepare for and conduct three project review meetings with City staff at the 30 percent, 60 percent and 90 percent stages. 1.6 Project Coordination Meetings · In addition to the more formal meetings described under Subtask 1.5, up to five informal project review and status meetings will be held with the City. These meetings will be important to ensure a well-coordinated project and to ensure that important input from City staff is incorporated into the planning effort. Task 2 - Quality Control/ Quality Assurance 2.1 Technical Quality Checks · Under this subtask, senior Consultant technical reviews of the project will be conducted. It is anticipated that senior Consultant personnel will be involved initially to ensure that the appropriate and most cost-effective systems will be designed. Senior Consultant engineers will maintain involvement to conduct spot checks on the project as it progresses through the design cycle. 2.2 Coordination Cross-check · At the 90 percent stage, a senior Consultant engineer will conduct a constructability review and coordination cross-check review of the design. Task 3-Basis of Design Report 3.1 Basis of Design Report will include: · Design data · Design Project description · Standards (structural, architectural, mechanical, electrical and instrumentation) · Process Piping and Instrumentation Design 3 · Process calculations · Site and building plans · Process systems · Utilities 3.2 Submit Design Report to the City Task 4-Surveying 4.1 Perform ground control survey. 4.2 Develop as-built locations and elevations for existing facilities affected by improvements. Task 5-Civil Design 5.1 Prepare Civil Plans and Specifications · Prepare general documents to present the civil engineering design, including Plant site layout; and to coordinate plan, design data, demolition plan, grading, roadway and paving design, outside piping, drainage design (surface and subsurface) and site utilities. This task shall include final design and production of general/civil drawings. 5.2 Prepare Set of Calculations · Prepare, check and catalog a set of detailed design calculations for the project. Calculations will indicate assumptions employed, drainage design criteria, formulae used with references noted, pavement design criteria, and sketches. Task 6 - Piping, Process and Instrumentation Design 6.1 Prepare Piping, Process and Instrumentation Design · The approach to the modifications to the existing design is to prepare process piping and instrumentation drawings that are based on the existing design, and add modifications. Task 7-Architectual Design 7.1 This task shall include final design and production of architectural drawings for the building modifications. Architectural elements shall be detailed sufficiently so that construction contractors can perform detailed takeoffs of materials. Particular attention shall be shown to coordination of work with other disciplines, callout of elevations and detailing of floor drains and slopes. Design of architectural elements shall be in conformance with the current edition of the Florida Building 4 Code (latest edition) and all other applicable codes. Architectural specifications shall include divisions 7, 8 and 9. Task 8 - Structural Design 8.1 Evaluate Structural Systems · Evaluate the various structural systems available and perform detailed design of all structural modifications and production of final structural drawings. Final drawings shall be detailed for takeoff of basic materials by construction contractors. · Prepare, check and catalog a set of detailed design calculations for the project. Calculations will indicate assumptions employed, structural design criteria, formula used with references noted, and sketches. · Prepare structural specifications. Task 9 - ProcesslMechanical Design 9.1 Preparation of plans and specifications will include the following activities: · Evaluate and select the type and size of all major equipment items including: pumps, motors, membranes, cartridge filters, etc. Verify the availability and schedule for major mechanical equipment. · Determine size and type of piping and valves to be used. · Develop the control requirements and evaluate integration into existing control system. · Prepare, check and catalog a set of detailed design calculations for the project. Calculations will indicate assumptions employed, design criteria, formulae used with references noted, hydraulic design criteria and sketches, pump curves, system-head curves, and motor sizing. · Prepare plan drawings as summarized in the attached drawing list. · Mechanical specifications. · Design data sheets for each major piece of mechanical equipment. Task 10 - Electrical Design 10.1 Preparation of plans and specifications will include the following activities: 5 . Evaluate electrical power system redundancy. The power distribution system evaluation shall include load analysis and evaluation, equipment selection and layout, short circuit analysis, and conduit/conductor sizing and routing for power distribution, instrumentation and control circuits. Systems evaluation shall be in accordance with recognized industry standards and applicable local and national codes. . Prepare electrical construction drawings and specifications if the system evaluation justifies the need for an additional generator. Electrical drawings shall include site utilities plans, building power distribution and grounding plans, lighting plans, control diagrams, one-line diagrams and installation details. Drawings shall be sufficiently detailed to present material quantities, sizes, ratings, and specific installation requirements. Plan drawings shall locate power distribution, lighting, control and utilization equipment. Circuit requirements shall be depicted by homerun designation referenced to the applicable one-line diagram. Drawings shall indicate the routing of all conduit 3-inch diameter and larger. The routing of all site utilities duct banks shall be depicted. Power distribution system one-line diagrams shall be prepared for each major system component including unit substations, switchgear, and motor control centers. The equipment ratings and circuit requirements for power and lighting panel boards shall be prepared in schedules. · Prepare control diagrams for each motor controller exclusive of those controllers provided as integral components of a process equipment package. Control diagrams shall depict the power and control interface between the motor controller, the process equipment, and all ancillary control and protective devices. Interface requirements to packaged control systems shall be depicted as conduit and conductor requirements on one-line diagrams. Manufacturer's submittal documentation for each packaged control system will detail the actual termination requirements for all power and control circuits. · Perform an area classification analysis to determine material and installation requirements for all project areas. Area classification shall be based on the anticipated environmental conditions. Applicable codes and standards shall be utilized for determination of hazardous area classifications. Selection of equipment materials of construction and installation methods shall be based on the area classification. · Compile manufacturer's product literature and budgetary prices for all significant components of each system. · Coordinate with other design disciplines to insure constructability and maintenance of Plant operations. · Prepare plan drawings as required to support modifications. 6 . Electrical specifications . Design data sheets for each major piece of electrical equipment. Task 11 - Front-End Documents 11.1 Review City's General and Special Conditions portion of the specifications and prepare Supplemental Conditions. 11.2 Prepare Liquidated Damages estimate. 11.3 Prepare bidding schedule for the Contract. . Review City Specifications and prepare completed set of technical specifications. Task 12 - Sequence of Construction and Scheduling 12.1 Prepare a pre-bid construction schedule that identifies the expected contract duration. 12.2 Prepare a specification section identifying the critical components of construction and their relationship to other construction components and/or Plant operation. Task 13 - Milestone Cost Estimates 13.1 Prepare construction cost estimate at the completion of the 60, 90 and 100 percent design phases to include as a minimum costs for: concrete, earthwork, architectural, electrical, structural, mechanical, major equipment, and major piping. Develop factors or percentages to be used in estimating such items as electrical and instrumentation, Contractor's mobilization, overhead and profit, and construction contingencies. 13.2 Prepare a [mal cost estimate (100 percent) for the bid documents for determination of the official opinion of probable cost. Task 14 - Submittals to City 14.1 Prepare submittal packages for City reviews at the 30, and 90 design completion stages. A progress 60% submittal will be prepared for the City, but design work will continue to limit schedule impact. 14.2 Once all design work is complete, the drawings and specifications will be assembled and prepared for printing. Activities include: 7 · Affixing professional engineer's seals and signatures. · Collating all sheets and specifications. · Assigning sheet numbers in numerical sequence. · Preparing printing instructions. 14.3.3 Provide six copies of each submittal package to the City. Assembled package shall include final bid set of drawings and specifications ready for City's review. Task IS-Permitting 15.1 Provide all permitting services to the City for the work to be performed. Task 16 - Bid Period Services 16.1 Schedule and conduct a pre-bid conference. At pre-bid conference, provide a tour of the site to bidders and distribute notes from the conference. 16.2 Receive and respond to questions from bidders concerning clarifications to drawings and specifications. Prepare addenda, as required, for revisions to the drawings and specifications for issue by Owner prior to bid date. The Engineer will respond to questions by prospective bidders via written addendum. 16.3 Attend the bid opening. Evaluate bid proposals, prepare a bid evaluation letter report, and prepare a recommendation to the Owner regarding contract award. Attend a meeting with the Owner and potential awardee, if required. 16.4 Assist Owner in obtaining required documents from Contractor and in awarding construction contracts. C. Contract Reference This task order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services by and between the City of Boynton Beach and the engineer. D. Additional Services Additional services, if requested by the City will be provided under an amendment to this Task Order, or under separate contract at the City's discretion. 8 E. Obligations Of The City The City will provide information and documentation pertinent to this project within thirty (30) calendar days from receipt of the executed contract agreement and Notice to Proceed. F. Compensation The budgets for each Sub-task and corresponding percent value are as follows: Task 1 - $12,000 Task 2 - $10,000 Task 3 - $64,000 Task 4 - $8,000 Task 5 - $33,000 Task 6 - $34,000 Task 7 - $50,000 Task 8 - $49,000 Task 9 - $92,000 Task 10 -$52,000 Task 11- $10,000 Task 12- $1,000 Task 13- $18,000 Task 14- $1,000 Task 15- $16,000 Task 16- $40,000 Total Fees = $490,000 Compensation for services rendered under this Task Order will be based on a Lump Sum Fee of $490,000. Monthly invoices will be based on "percent complete" in accordance with individual sub-task values listed in this section. A list of assumptions associated with the proposed fees is attached in Table 1. G. Schedule It is anticipated that this effort will be concluded within two hundred six (206) calendar days after receipt of a Notice to Proceed (NTP). Individual Tasks will be completed within the stated number of days following the NTP as follows: Task 1 - 206 days Task 2 - 206 days Task 3 - 60 days Task 4 - 60 (overlaps BOD phase Task 3) days Task 5 - 90 days Task 6 - 90 days Task 7 - 90 days Task 8 - 90 days Task 9 - 90 days 9 Task 10 - 90 days Task 11- 90 overlaps detailed design Tasks #5 - 10 days Task 12- 90 overlaps detailed design Tasks #5 - 10 days Task 13- 150 overlaps detailed design Tasks #4 - 10 days Task 14- 150 overlaps detailed design Tasks #4 - 10 days Task 15- 70 days Task 16- 50 days 10 APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: JktL---. Kurt Bressner, City Manager Dated this aO day of ,2005. SUBMITTED BY: JORDAN, JONES & GOULDING, INC. By: f3, 7Ý~.(' ~~ I lJA~f ß.,ü./cieMJ N , Title Dated this 2Ç.~ day of rmMQ'1 ,2005 Attachments 11 Table 1 City of Boynton Beach, Florida West Water Treatment Plant LIST OF ASSUMPTIONS Assumption Architectural walls for bulk and salt tanks are not included. Roof repair is limited to hurricane roof tie downs, roof replacement or major structural design is not included. Building extension will be required to house the proposed generator. The proposed generator will match the existing Existing fuel storage space allows the addition of a second fuel tank. Proposed chemical tanks will be located outdoors in an above ground containment area. Adequate power supply to the Plant is available to power the proposed improvements. It is assumed that as-built AUTOCAD drawings of the existing facilities will be provided by the City Temporary chlorine system will be required to allow removal of the chlorine gas system. Proposed on-site chlorine generators and feed pumps will be housed in the existing chlorine storage room. Existing equipment inside the chlorine storage room will be removed. Architectural or structural modifications to the chlorine storage room are not included. Existing access roads will be used to deliver future salt deliveries. Plant security improvements will be limited to moving the south fence further south. Cameras and access gates are not defined and are not included. Modifications to the existing electrical switchgear is limited to changes need to add a second generator. Existing chlorine feed lines and pioint will be used to feed the on-site generated chlorine solution. Review period by the City of two weeks is assumed for each submittal. CITY CLERK'S OFFICE MEMORANDUM TO: Barb Conboy Utilities Manager FROM: Janet M. Prainito City Clerk DATE: May 20, 2005 RE: Consultant Agreement for Eng9ineering Services for the West Water Treatment Plant Improvements - ROS-084 Attached for your information and files are two fully executed originals of the above mentioned document. Since this Agreement did not require any additional signatures, I have kept one original for our files. Please contact me if there are any questions. Thank you. Attachments S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\Barb Conboy - Consultant Agreement - JJ&G for WWTP Improvements - 05-17-05.doc