Loading...
R05-203 1 RESOLUTION NO. R05-.203 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING EXECUTION OF 5 AMENDMENT NO 1 AND AMENDMENT NO 2 TO 6 TASK ORDER NO. 17, FOR ADDITONAL 7 ENGINEERING SERVICES DIRECTLY RELATED TO 8 A CHANGE IN THE SCOPE OF SERVICES IN THE 9 AMOUNT OF $123,515.00, TO CH2M HILL, INC.; AND 10 PROVIDING AN EFFECTIVE DATE. 11 12 13 WHEREAS, Task Order No. 17 was approved by the City Commission on 14 November 11, 2002 by Resolution R02-198 for $231,970.00; and 15 WHEREAS, Amendment #1 defines modifications necessary to Task Order #17 to 16 compensate CH2M Hill for engineering services related to a change in the scope of services; 17 and 18 WHEREAS, Amendment #2 was generated due to an unforeseen site conditions 19 when a partial collapse of the ground around the drilling pad occurred which resulted in 20 additional engineering and design costs for the project; and 21 WHEREAS, The cost for Amendment #1 ($52,412.00) and Amendment #2 22 ($71,103.00) is not included in Task Order No. 17 for $231,970.00. 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 24 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 25 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption 27 hereof. 28 Section 2. The City Commission of the City of Boynton Beach, Florida does 29 hereby authorize and direct the approval and execution of Amendment #1 and Amendment S:\CA\RESO\Agreements\Task - Change Orders\CH2M Addendum to TO 17.doc #2 to Task Order No. 17 with CH2M HILL for additional engineering services for the final 2 design of Aquifer Storage and Recovery Well, No.2 (ASR-2) in the amount of$123,515.00. 3 Section 3. This Resolution shall become effective immediately upon passage. 4 5 PASSED AND ADOPTED this ~ day of December, 2005. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2 3 CITY OF BOYNTON BEACH, FLORIDA . f) ',/{- ATTEST: Yn. p~ S:\CA\RESO\Agreements\Task - Change Orders\CH2M Addendum to TO 17.doc Task Order No. 17 - Engineering Services for Phase II - Final Design, Bidding Services, Services During Construction and Reports for Aquifer Storage and Recovery Well ASR-2 at the City of Boynton Beach East Water Treatment Plant - Amendment No 2 (Additional Construction Services and Unforeseen Ground Conditions) Background Task Order No. 17 - Engineering Services for Phase II - Final Design, Bidding Services, Services during Construction and Reports for Aquifer Storage and Recovery Well ASR-2 at the City of Boynton Beach East Water Treatment Plant was approved by the City Commission on November 19, 2002. CH2M HILL (CONSULTANT) has been working on this project since that time. Final design and bidding services for ASR-2 are complete and construction has commenced. CH2M HILL submitted Amendment 1 for this project on March 25, 2005. This amendment arose from changes during the final design phase. In summary, Amendment 1 included the following additional services: · Designing the well house for ASR2 mechanical equipment · Additional design services for incorporation of variable frequency drive pump · Modifications of well casing materials · Additional design services for changes in piping configuration · Additional permitting services and coordination with FDEP and PBC Health Department · Additional construction observation services to be performed during the well house construction (services not yet performed) Since this amendment was submitted, two additional changes have occurred that have or will result in increased costs to CH2M HILL and the ability to deliver the project on budget. Both are changes to the original scope and are submitted here as Amendment 2. The first change has arisen due to unforeseen ground conditions at ASR-2. As documented in separate correspondence to the City, partial collapse of surface soils around ASR-2 DFBIT017MOD091405ASR2 V3.DOC occurred during construction on July 16, 2005. This has led to the following additional services being required from CH2M HILL Hill; · Technical Assessment of Collapse · Technical Discussions with the Contractor to review options and determine resolution · Assist the City with Contractor Change Order negotiations · Additional construction management and resident observation services during repair The second change relates to an extended contractor construction period. In summary the total construction period allowed for under the construction contract is 37 weeks. This duration is 7 weeks greater than originally estimated and provided for under the original task order and beyond that allowed for under amendment 1. The period currently allowed for is 30 weeks, made up of; · Original task order, 75 working days (total of 900 man hours), total construction period 90 working days (18 weeks) · Amendment 1 an additional 60 working days (total of 169 man hours), additional construction period of 12 weeks Amendment 2 therefore requests funding for the additional expenses incurred and projected to be incurred by CH2M HILL to complete work relating to unforeseen ground conditions and the extended construction period. This document will amend the original task order scope and budget prepared for Task Order 17 and assumes amendment 1 as submitted on March 25, 2005 is also approved. Scope of Services for Phase II Task 1 - Final Design Services Additional services covered under amendment 1 Task 2 - Bid Phase Services No change Task 3 . Services during Construction Additional Services during construction (SDq will be provided for the ASR-2 construction phase. The additional construction services to be performed by the CONSULTANT are: 3.1 Unforeseen Ground Conditions. The CONSULTANT will provide additional technical assistance, onsite resident observation services and Construction Management Services relating to the collapse of the ASR-2 well which occurred on July 16, 2005. Specific services shall include: · Technical Assessment of Collapse · Technical Discussions with the Contractor to review options and determine resolution · Assist the City with Contractor Change Order negotiations DFB\T017MOD091405ASR2 V3.DOC 2 · Additional construction management and resident observation services during repair 3.2 Additional Construction Management and Resident Observation. The CONSULTANT will provide construction management and onsite resident observation services for an additional 7 weeks. Specific services to be provided are as outlined in the original task order. Task 4 - Engineering Report and Operation and Maintenance Manual Additional services covered under amendment 1 Assumptions The following assumptions were made for the preparation of this Amendment: · Construction observation and construction management services relating to the unforeseen ground conditions assume remedy by the contractor within 60 working days, commencing July 16, 2005. · Construction observation and construction management services are based on 35 work days of additional construction. If construction is delayed further due to the CONTRACTOR or the CITY, the CONSULTANT shall be compensated for additional services beyond the 35 days under a separate addendum to this authorization. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated October 4, 2000 between the City of Boynton Beach and CH2M HILL, Inc. DFBlT017MOD091405ASR2 V3.DOC 3 Compensation Compensation by the CITY to the CONSULTANT for the additional Phase II services will be invoiced on a time and materials basis, with a not-to-exceed limit as shown below, and in accordance with the above referenced Agreement. The estimated compensation for the services described in this Task Order amendment is $71,103 as shown in Table 1 below. TABLE 1 ASR-2 Additional Services City of Boynton Beach Labor Labor Expense Total Hours Cost Cost Task 3.1- Services During 248.5 $26,190 $1,399 $27,589 Construction - Unforeseen Ground Conditions Task 3.2- Services During 426 $39,883 $3,631 $43,514 Construction - Additional Construction Period TOTAL 674.5 $66,073 $5,030 $71,103 A breakdown of estimated labor hours and expenses required to complete Task 3.1 Unforeseen Ground Conditions is provided in Attachment A. Estimated labor costs and expenses required to continue construction management and resident observation tasks during the extended construction period, Task 3.2 were derived by prorating costs allowed for under the original task order. This is considered the simplest calculation method for a lump sum contract. This analysis is shown in Attachment B. The total revised fee is summarized below; Original Budget Amendment 1 Amendment 2 Revised Total Fee $231,970 $ 52,412 $ 71,103 $355,485 DFBlT017MOD091405ASR2 V3.DOC 4 Schedule The detailed construction schedule already developed with the CITY's project manager will not be affected by this amendment. Authorization DATED this day of c'o +h D eeember'" ,2005 C1TYU:CH CH2M HILL, INC. Kurt Bressner ~/;J~ wen~ Vice President, Area Manager City Manager Approved as to Form: Attest / Authenticated: fice of the City Attorney Secretary / Notary DFBIT017MOD09140SASR2 V2.DOC 5 Attachment A: City of Boynton Beach Estimate of Costs, ASR.2 Unforeseen Ground Conditions $150/hr $150/hr $150/hr $77/hr $89/hr $52/hr TOTAL Task D R S G M Support LABOR Smith Olson Skehan Bullman Schilling Staff COSTS EXPENSES TOTAL Collapse Inspection, Review $11,063 and Negotiation of 24 8 10 0 48 0 $10,572 $491 Options, Recommendations Site Inspections to 6 5 0 0 19.5 0 $3,386 $208 $3,593 Date Additional CM and 24 0 4 60 36 4 $12,232 $701 $12,933 RO Services TOTALS 248.5 $26,190 $1,399 $27,589 DFB\T017MOD091405ASR2 V3.DOC "C o .~ (1) a.. c: o .. (.) :;:, ... - en c: o U "C (1) "C c: (1) - >< W N 0:: en <( u) - en o U - o (1) - C'lS E .. en W ..c: (.) C'lS (1) [Q c: o - c: >- o [Q - o >- ~ u [Q - c: (1) E ..c: (.) C'lS == <( (])(])~ Ol(/)(]) roC? .....(])e:: (]) a. (]) <(> >< (]) LUu.. ~ (]) (]) Ol.....(]) roO? .....'Oe:: (]) ro (]) > -I (]) <( u.. (]) (/) C (]) (]) (]) a.u.. >< LU c ..... .Q c u..O -0 U:';::;"O (/) 2ro(])~ ii).....~~ c::lo........ 00= () <( Ib C o :;::; Co E ::l Ib Ib <( (]) (]) u.. ..... o .0 ro -I ..... (]) "E o ~ (/) ro I- 0> ..... Il) fit 00 0> <O_ Il) fit -(])(])(]) ro (]) Ol_ .~ u.. ~ ~ ;<;::ro~c "OOro:; ::t I- @.o 00 ('I') ('I') 0> fit ro(]) c (/) o c (]) :.;::;(])(]) 't5 ~ u.. ::tLU <0 Il) Il) N o ..... fit -(]) ro (]) 8u.. EO "0.0 "Oro <(-I 00 ..... c -0 ro._ c ct)o- ~2~~ 't5ii):;~ "Oco <(0 () ro c '0> 'C o -.:t ..... Il) ('I') -.:t fit ..... ('I') <0_ ('I') fit ('I') 00 00 0> ('I') fit I'- ..... (]) "0 o ~ (/) ro I- N C (]) E "0 C (]) E <( u o o ..; > ~ en ;:i!i ~ ~ o o ::;; ...... o t:: en u.. o R05-~03 AMENDMENT NO.1 TO TASK ORDER NO. U04-16-02 FINAL DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR WATERMAIN REPLACEMENT, STORMWATERMANAGEMENT AND ROADWAY IMPROVEMENTS FOR SOUTHEAST FEDERAL IDGHW AY CORRIDOR PROJECT November 11, 2005 City of Boynton Beach, Florida PBS&J Project No. 140497.00 Background The City of Boynton Beach (CITY) has previously authorized PBS&J (CONSULTANT) to provide professional engineering services relating to neighborhood improvements for the area along the southeastern corridor of Federal Highway (US 1). The work authorized for Task Order No. U04-16-02 consists of various combinations of water, roadway and drainage improvements for the following general areas: Eastern Area (Lying east of US 1): Within an area boundary generally described as SE 7th Avenue (Kepner Drive) on the North to US 1 on the West and to the Intracoastal Waterway on the East and to Riviera Drive on the South, And, Western Area (Lying west of US 1): Within an area boundary generally described as SE 4th Street from SE 6th Avenue on the North to SE 12th Avenue on the South, then West along SE 12th Avenue crossing under the Florida East Coast Railroad and intersecting with SE 1 st Street. A. Expanded Scope Description The CITY has requested that similar work in a contiguous area performed previously by another consultant be integrated into the authorized PBS&J contract (Task Order No. U04-16-02) so that one construction contract is issued for bidding and construction. The limits of the work for the area to be added are as follows: . SE 4th Street from SE 6th Avenue to SE 2nd Avenue (Added Project Area) Changes to design assumptions and criteria to the Consultant's work have been requested and will be implemented as part of the work. The requested change follows a February 11, 2005 meeting between Utility Department staff, Public Works Department staff, Planning and Zoning staff, and members of the CITY's CRA. Results of this meeting Page I of 18 indicated that the scope of the previously performed design work, as well as the scope of the work already underway on PBS&J' s Task Order No. U04-16-02 should be realigned to better fit the CITY's proposed development template, as recent development decisions and commitments occurring within the Western project area subsequent to the initiation of both design projects had not been incorporated into the proposed design work. This document describes the changes or amendments to the original work that are needed to satisfy the new development requirements. As a result, it will be necessary to modify the work and this scope of work reflects such considerations. Certain aspects of the work that have not changed will be reused to the extent allowable for budgetary and time saving purposes. B. Scope of Services Task 1. Survey Phase 1 Survey: PBS&J agrees to use the CITY's original survey completed for the limits of this work (SE 4th Street from SE 6th Avenue to SE 2nd Avenue comprising approximately 1,665 linear feet) and further assumes that the survey information will be adequate to redesign the project. At the CITY's request, no contingency has been allocated to cover any potential voids in the survey information that will be made available to PBS&J by the CITY. Additional survey data, if needed, will be regarded as an Additional Services item. Phase 2 Utility Locating and Surveying: Services of precision locating existing utilities by vacuum excavation and subsequent surveying were not included in the original work nor have they been included in this amendment by request of the CITY. If it is determined that these services are needed due to resolve utility design conflicts, they will be considered an Additional Service Item. Task 2A - Reclaimed Water Main The CONSULTANT will provide professional engineering services for the design and permitting of a reclaimed water main along SE 4th Street. The exact size and location of the main within the 4th Street right of way will be determined during design, but it is the CITY's intent that the CONSULTANT will design the reclaimed main with plugs at each end to be permitted and installed as a dry line until such time as a connection can be made to the CITY's reclaimed system by others or under separate contract. The design of the main will include such appurtenances as valves, tees, fittings, etc. to facilitate the CITY's use of the reclaimed water at various locations along the SE 4th Street route and these appurtenances will be determined during detailed design. A fee of$ 18,900 has been allocated for the design of the reclaimed water main and appurtenances. It is the CONSULTANT's intent that the design of this pipeline and associated appurtenances Page 2 ofl8 will be shown in the common plan and profile drawings used for other project features. The hourly breakdown of this design fee can be found in the Labor and Expense Summary Spreadsheet. The permitting subtask for installation of the reclaimed water main includes the completion and submittal of permit applications to the PBCHD for a dry line installation. Additionally, the CONSULTANT will assist the CITY in the completion and submittal of an application to the SFWMD for Alternative Water Project funding of the reclaimed water main. The process for acquiring funding for these types of projects through the SFWMD is competitive and CONSULTANT makes no warranty that funding will be secured. A fee of $1,100 has been allocated for dry line permitting and a fee of $5,800 has been allocated for funding assistance described above. The hourly breakdown of this fee can be found in the Labor and Expense Summary Spreadsheet. If additional surveyor geotechnical fee is required to complete the design and/or permitting in excess of the allowances allocated for the project, it shall be regarded as an additional service. At the CITY's request, landscape architecture services have been not been included in this task. If these services are subsequently requested by the CITY, they shall be regarded as an additional service. Task 2A Deliverables l. CONSULTANT will include design of reclaimed water main on project design documents and submit these documents to the CITY in accordance with the design deliverables schedule described in Task 2B. 2. CONSULTANT will attend up to eight (8) hours of meetings to discuss permitting and/or funding with authorities having jurisdiction. 3. CONSULTANT will prepare and submit permitting and funding applications to authorities having jurisdiction. Task 2B - Design The CONSULTANT will provide professional design engineering services to the CITY for the following work within the limits of the work (LOW): · Redesign roadway plans to show on-street parking and sidewalks on east and west sides of SE 4th Street. Minimum parking lane widths provided will be the CITY's standard of8 feet. · Redesign roadway to utilize a positive pavement crown in both the north- and south-bound directions and incorporate a raised center roadway median within LOW. Minimum travel lane widths to be used in the design will be the CITY's standard of 11 feet. · Redesign drainage plans to eliminate the iroposed detention/retention pond planned for the northwest comer of SE 4 Street and SE 6th Avenue. · Redesign drainage glans to provide for 1000.10 exfiltration of excess stormwater for the section of SE 4 Street from SE 6th Avenue to SE 2nd Avenue. Page 3 of 18 · Redesign stormwater plans to provide for collection of stormwaters via the combination of periodically spaced valley curb grates, catch basins, and other devices as required in both north-and south-bound directions of SE 4th Street. Collected stormwaters will be disposed of via a centralized exfiltration system under one or both travel lanes of SE 4th Street. · Redesign, if necessary, the proposed water main location and related service lines in accordance with the proposed construction of other project improvements. · Coordinate with FP&L for the removal of existing power poles within LOW. PBS&J will depict on the drawings the proposed locations of new power poles on the right of way. The project area where the power pole relocations are to occur extends along SE 4th Street from SE 12th Avenue to SE 2nd Avenue. · Design electrical distribution system for new light poles along the section of SE 4th Street on both east and west sides of the road (or along center median, whichever location the CITY prefers), extending from SE l2th Avenue to SE 2nd Avenue. Power for the new lights will be via proposed underground conduits. Light pole design will in accordance with CITY standard. Design of lighting system will allow future extension (by others) from SE 2nd Avenue to East Ocean Drive. The work for this task will be the preparation of Drawings and Specifications to be used for bidding and construction, and the integration of these documents with work previously authorized by the CITY as Task Order No. U04-16-02, Southeast Federal Highway Corridor Project into one complete set of construction documents. The specific work to be provided by CONSULTANT will be performed in accordance with the following guidelines: l. CONSULTANT will use available utility plans and maps of the area for location of existing utilities to facilitate new utility and/or roadway construction. Using this data, PBS&J will prepare design plans at various stages and coordinate the proposed water main and storm water piping alignments with existing utility alignments to avoid conflictive routings to the extent possible with the data available. 2. Right of way improvements and sidewalk replacement will be depicted by use of typical standard sections and details keyed to the plan drawings. Driveways will likewise be re-graded and repaired as indicated on typical standard restoration details contained in the drawings. The roadway design for SE 4th Street will utilize curb and gutter design in lieu of swales from SE l2th Avenue to SE 2nd Avenue. 3. Surface details such as fences, sidewalks, curbs, vegetation, signs, poles, etc. will be noted to the extent that they may be materially affected by the construction of the swale, pipeline, driveway, and sidewalk improvements. 4. Existing underground utilities will be shown on the drawings to the extent available based on existing electronic survey information obtained from the CITY. PBS&J assumes that utilities shown on CITY's existing survey are only those located within Page 4 of 18 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). Irrigation system tubing/piping and appurtenances are expected by PBS&J to be excluded from items in the existing survey. 5. Drawings will be provided to the CITY at 60, and 90 percent stages of design completion. The 60 and 90 percent drawings will be provided in full-size format. Drawings for permit review will also be full size format. 6. The Drawings will show locations of new and existing water lines, existing sanitary sewers, and storm water inlets (to the extent these features were included in the existing survey provided to PBS&J by the CITY). Streets, driveways, and sidewalks will be outlined on the Drawings (to the extent included in the existing survey to be provided to PBS&J by the CITY). Drawings will be at a scale of I-inch equals 20 feet. Water main drawings will be prepared using a double panel format (profile for water main improvements will not be provided) while stormwater improvements may be prepared using a plan over profile format. The depiction of these features on the plans is included on the survey performed and provided by PBS&J under Task Order No. U04-16-02. These same items will be shown, to the extent available, using existing survey data obtained by PBS&J from the CITY on the roadway portion ofSE 4th Street from SE 6th Avenue to SE 2nd Avenue. 7. 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. The CITY will provide CONSULTANT with a marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage of design deliverables. For the 60% deliverable, a draft table of contents of the technical specifications, draft bid schedule, and draft measurement and payment section to be used on the project, along with a preliminary cost estimate will be provided. Following the 60% design review meeting, but prior to submittal of the 90% plans, CONSULTANT will submit permit applications to appropriate authorities having jurisdiction, as further described under "Task 3 - Permitting". 8. 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. The CITY will provide CONSULTANT with a marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage of design deliverables. For the 90% deliverable, an updated set of draft specifications and an updated cost estimate will be provided. 9. Upon completion of the 100% documents, CONSULTANT will supply the CITY one (1) set of the final documents (plans and specifications). Additional copies, if needed, will be billed at cost as specified in the negotiated rate schedule. Page 5 of18 10. Every effort will be made to utilize public right of ways for proposed project improvements. There are no fees included for obtaining easements in this Amendment. ll. The location and elevation of CITY established horizontal and vertical control (if any) will be listed on appropriate plan sheets. 12. No additional Community Involvement Meetings (CIM) for the Added Project Area has been included in this amendment at the CITY's request. Fee for one (1) CIM remains unused under Task Order No. U04-16-02 which the CITY may request PBS&J expend at any time. 13. CITY developed standard details applicable to the work will be incorporated into the Drawings. CONSULTANT may modify (as approved by CITY), the CITY standard details as necessary. 14. Specifications are to be prepared by the CONSULTANT for bidding purposes for water main, stormwater, and roadway improvements and the Contract Documents are to be prepared and supplied by the CITY. These documents reflect the following: · Contract Documents will use the CITY's existing "Front End" documents modified by the CITY and CONSULTANT 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, lighting and stormwater improvements. 15. No sanitary sewer improvements have been included in this amendment anywhere. 16. The proposed new water main will consist of 12-inch diameter cement lined ductile iron pipe and fittings. On all abandoned lines, ends will be cut and capped. For abandoned lines 6-inches and larger in diameter, the lines will also be filled with light-weight grout. Unless in conflict with proposed improvements, existing, abandoned water lines will not be removed. 17. Installation of potable water service connections (main to curb stop) will be included in the Contractor's scope of work. Unless shown on the existing survey data to be provided to PBS&J by the CITY (for the Added Project Area), approximate locations of existing meters and service lines will be identified on the drawings by the CITY and provided to PBS&J as part of the 60% design (markup) review, as PBS&J has not allocated any fee for otherwise obtaining this information. This information will assist the Contractor in establishing an appropriate unit price for bidding and in obtaining the required permits. Page 6 of18 18. An opinion of probable construction cost will be prepared for the 60%, 90% and lOO% drawings and specifications. The cost estimate format will be consistent with the bid proposal tabulation sheet for the project. 19. The project drawings have been estimated to consist of the following sheets: T.O. 2 Amend. 1 Sheet No. DrawinS! No. Add. DrawinS! Descriotion I G-O Cover Sheet (Title & Vicinity Map) 2 G-I Index & Key Plan 3 G-2 Genernl Notes & Legend 4 G-3 Typical Sections 5-7 C-I to C- 3 Roadw~ Improvements for SE 4th Street (SE 12 Ave. to SE 6th Ave.) 8-10 C-4 to C-6 Roadway Improvement for SE 4th Street (SE 6th Ave. to SE 200 Ave.) 11-20 C-7 to C-16 Water Main, Drainage, Reclaimed & Roadway Improvements (East Side) 21-22 C-17 C-18 Pavement Matking & Signage 23-28 E-I to E-6 Lighting 29-34 D-I to D-6 Standard Utility & Civil Details 35-38 D-7 to D-1O Standard Electrical Details 39-40 D-II to D-12 Reclaimed Water Details 41 D-7 D-13 Bid Tab Items 42 D-8 D-14 Material Specifications SubTotals 26 16 Total 42 Sheets 20. PBS&J agrees to use original geotechnical investigation work provided to PBS&J by the CITY that was previously completed for the limits of the work (SE 4th Street from SE 6th Avenue to SE 2nd Avenue comprising approximately l,665 linear feet) and further assumes that the geotechnical information will be adequate to redesign the project. To account for any potential voids in the geotechnical information (missing or additional data that is needed) made available to PBS&J, a contingency amount of $3,000 has been included in this amendment. This contingency will be used only with the written permission of the CITY to cover any additional work needed that is not available from the original geotechnical investigation work. PBS&J will engage the services of a geotechnical subconsultant, to the amount of fee allocated ($3,000) for this work. Additional fee, if required by the geotechnical subconsultant to perform the needed testing in the Added Project Area, will be regarded as an Additional Service Item. Task 2B Deliverables: 1. Attend 60%, and 90% drawing review meetings. Page 7 of 18 2. Provide 2 sets of drawings to CITY at 60% (and preliminary opinion of probable cost) 3. Provide drawings to CITY at 90% (including draft bid documents, and preliminary opinion of probable cost) 4. Provide 1 set of final drawings to CITY (including bid documents and final cost estimate) 5. Provide one copy of the geotechnical report and boring logs (to the extent available). 6. Cost Estimates at 60%,900,10 and 100% Task 3 - Permitting The CONSULTANT will assist the CITY in obtaining Palm Beach County Public Health Department (PBCPHD) permits for the water line replacement by completing the permit forms for CITY approvaVsignature and providing drawings and specifications required by the application. Permit application forms, including drawings and specifications, for permitting through the PBCPHD will be submitted to the CITY following incorporation of the 60% design review comments into the plans and specifications (but prior to the 90% design review). The FDEP "Application for General Permit to Construct PWS System Components" application is required when new water mains are to be relocated (i.e. not in the same trench as the existing lines). Permit fees will be paid by the CITY. The CONSULTANT will also assist the CITY in obtaining South Florida Water Management District (SFWMD) permits for the construction of drainage improvements by completing the permit forms for CITY approvaVsignature and providing drawings and specifications required by the application. Permit application forms to the SFWMD, including drawings and specifications, will be submitted to the CITY following incorporation of the 90% design review comments into the plans and specifications. A pre-permit conference with the SFWMD will be held to discuss the proposed drainage improvements contemplated by this project. Permit fees will be paid by the CITY. CONSULTANT will prepare and submit, on the CITY's behalf, a SFWMD dewatering permit application Two copies of the final permitting packages (plus the number of SFWMD required copies) will be submitted to the CITY following incorporation of the 90% design review comments. CONSULTANT will prepare two (2) responses to "request for additional information" made by each of the regulatory agencies following submittal of the permit applications. Additional responses to agency requests for additional information will be considered an Additional Services item. Florida Department of Transportation (FOOT) work permits will not be required for work within the Added Project Area. CITY right of way permits will be required from the CITY of Boynton Beach. The selected contractor will be required to apply for and acquire the necessary right of way Page 8 of18 permit. No fee has been included in this Amendment for CONSULTANT to assist contractor with obtaining these permits. 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, Asbestos HandlinglDisposal notification permits (for handling and disposal of A-C pipe), Archeological !Historical preservation permits, endangered species permits, tree removal permits, assisting contractor with right-of-way permits, etc. Task 3 Deliverables 1. Prepare and submit PBCHD permit application packages for proposed water work and provide CITY with 1 copy of permit application package. 2. Prepare and submit SFWMD permit application packages for proposed stormwater work and provide CITY with 1 copy of permit application package. 3. Prepare and submit SFWMD dewatering permit application package and provide CITY with 1 copy of permit application package. 5.. Respond twice to RFIs from each agency. Task 4 - Bid Phase Services No changes from Task Order No. U04-16-02 for Task 4, Bid Phase Services. Task 5 - Services During Construction The specific SDC phase services to be provided by the CONSULTANT include the following: l. Receive, log, and review shop drawing and product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 10 submittal packages (total, which includes submittals and re- submittals, if required) is included in the budget for SDC phase services. PBS&J will review and return submittals to the Contractor within 10 working days of receipt. 2. Attend monthly construction progress meetings (22 hours has been allocated by PBS&J in this amendment for the Project Manager, as requested by the CITY, to attend monthly progress meetings). Project meetings will be conducted by the PBS&J's Resident Observer. Following the meeting, the Resident Observer will prepare and distribute meeting minutes to the CITY and other attendees. Meetings will be held at the project's field office unless noted otherwise. In addition to monthly progress meetings, weekly progress meetings will also be held and attended by the Contractor, CITY and Resident Observer. PBS&J has not allocated any fee for the Project Manager's attendance at weekly project meetings. Page 9 of 18 3. 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 quotation. A consecutive fifteen (l5) month (65 week) construction period is assumed in budgeting these tasks. 4. Respond in writing to Contractor's Request for Information (RFI) regarding the design documents. A total of twenty five (25) RFI responses have been included in this task. PBS&J will issue technical interpretations and clarifications of the Contract Documents, along with associated support materials, as requested by the contractor. These interpretations will be rendered and a response prepared and submitted to the contractor within one week. 5. Assist CITY in negotiation of Change Orders (CO) and Field Change Directives (FCD) during the 15 month construction period. For the purpose of this amendment, it is assumed that CONSULTANT'S field representative will facilitate the processing ofFCDs and COs as part of the field representative's daily tasks, and it is on this assumption and at the CITY's request that no additional fee and no additional expenses have been included in this amendment for these services. While every effort will be made to process FCDs and COs using the services of the CONSULTANT's field representative at the hours allocated for the field representative, engagement of other members of CONSULT ANT's staff (including SUBCONSUL T ANTS) for handling FCDs and COs, if needed (project Engineer, Senior Project Manager, clerical), will be considered an Additional Services Item. 6. Review work progress at key steps to allow certifications to the SFWMD and PBCPHD that work was completed in general conformance with the Contract Documents. Review to include confirmation that water services were properly pressure tested and bacteriologically sampled to allow a "request for release of facilities to be placed into service" to be filed with the PBCPHD. CONSULTANT will assist the CITY in obtaining the appropriate PBCPHD release for completed facilities by filling out the forms and facilitating submittal to appropriate agencies. 7. 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. Task 5 Deliverables: 1. Review shop drawing and product submittals for up to 10 submittal packages. Page 10 of 18 2. Attend progress meetings, provide a written summary of the issues discussed, prepare and distribute meeting minutes to the CITY and other attendees. 3. Review monthly payment applications; assist the CITY to reconcile the Contractor payment requests, clarifications, and responses to requests for quotations. 4. Respond in writing to Contractor's Request for Infonnation (RFI) regarding the design documents. 5. Prepare and assist CITY in negotiation of change orders and field change directives. 6. Review work progress, review test and sampling data, and assist the CITY in obtaining the appropriate PBCPHD release for completed facilities. 7. Prepare a Contractor "punch list", assist in the determination that Substantial Completion has been achieved, advise the CITY regarding Final Acceptance of the project. Task 6 - Resident Observation This amendment provides for 1,731 hours of Resident Observation services. These hours, combined with 509 hours previously approved under Task Order No. U04-16-02 allows a total of 2,240 hours available for PBS&J to provide full time construction observation services for this project (40 hours per week x 56 weeks). The staff hours added under this amendment have been allocated on a time and materials basis as requested by the CITY for PBS&J's Resident Observer. While the construction time for this project has been estimated by the CONSULTANT to be approximately fifteen (15) months (65 weeks), at the request of the CITY the time allocated for Resident Observation services and related support services has been reduced to thirteen (13) months (56 weeks) as a cost saving measure. Additional resident observation time, if required by CONSULTANT to complete the project, will be considered an Additional Services Item. Additional fee, if needed, will require additional authorization, and fee not used will not be billed. This amendment provides for 29 hours offield services. These hours, combined with 38 hours previously approved under Task Order No. U04-16-02 allows a total of 67 hours (4.5 hours per month for 15 months) allocated for construction matters requiring the Senior Project Manager's attention. This amendment also provides for 6 hours of Clerical support services, which combined with 10 hours previously approved under Task Order No. U04-16-02 allows a total of 16 hours (1 hour per month for 16 months) allocated. Additional time, if required by CONSULTANT to complete the project, will be considered an Additional Services Item. Additional fee, if needed, will require additional authorization, and fee not used will not be billed. Page 11 of 18 As part of this task, the construction will be monitored for compliance with the Contract Documents. Additionally, the supervision of testing, as outlined in the Contract Documents, will be monitored and properly documented. The coordination of resolutions to design and construction issues will also be provided. As required by some permitting agencies and the CITY, upon concurrence by the Construction Inspector and the CITY, the CONSULTANT will issue a Certification of Substantial Completion (using CITY's standard form). CITY will issue Final Acceptance of project. Task 6 Deliverables: One (l) copy of daily observation report, forwarded monthly to CITY. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of the amendment and associated fee. Changes and/or modifications in the above work items for 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. 2. The CITY will provide CONSULTANT an electronic version of "front end" contract documents in MICROSOFT "WORD" format (see attached Standard Procedures and Functions). 3. Acquisition and securing of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the CITY. Additionally, easement surveying and legal costs, if required, relating to easement acquisition have not been included in the scope of services for this amendment and are the responsibility of the CITY. 4. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the CONSULTANT's drawing files by the Contractor using AutocadezOOO. Two sets of signed and sealed RECORD drawings by the Contractor's licensed surveyor will be submitted by the Contractor to the CITY. One set of signed and sealed RECORD drawings will be provided to CONSULTANT for submittal to PBCPHD and SFWMD. 6. Public meetings or hearings are not anticipated for this project, and CONSULTANT has not allocated any hours to attend these proceedings. Additionally, attendance at public meetings or hearings associated with permits applied for in support of the project has not been allocated in CONSULTANT's budget. Page 12 of 18 7. Full time resident observation hours are based on hours of actual observation (Monday through Friday). Limited time has been allocated for administrative work and senior engineering field inspection if needed, up to the hours allocated. Additional resident observation, administrative, and senior engineering services can be provided at an additional cost. 8. The CITY is responsible for all permitting fees, including costs of public notification in local newspapers. 9. A single permit application covering the proposed construction work will be prepared for submittal to each regulatory agency that is specifically included in the permitting scope of work. 10. No surveying services have been included in this amendment at the request of the CITY, as CITY has provided an existing survey of the Added Project Area covered by this amendment to PBS&J. Additional survey services requiring the locating of horizontal and/or vertical alignment of existing surface and subsurface utilities, including other surface and topographical features, if required, will be considered an additional services item. Additionally, no other specialized locating, uncovering, or marking of existing utilities is implied at any location, and no vertical component to existing utility location has been included in this task. PBS&J assumes, for the purposes of this amendment, that all existing utilities, surface and topographical features have been included and accurately depicted in the existing survey to be provided to PBS&J by the CITY. The work effort for precision locating existing utilities using other specialized means, by vacuum excavation, and for establishing horizontal and vertical alignment of new utilities during design or during SDC has not been included in this amendment, but is available as an Additional Service Item. 12. The Contract Documents will be prepared as a single contract (i.e. the water main replacement, stormwater piping, and roadway work will not be prepared as separate packages within the same set of Contract Documents). No pre-purchase of materials and/or equipment is presumed. 13. A single bidding effort is assumed. Re-bidding the project or bidding multiple contracts of is considered an Additional Services Item. 14. Costs for SDC phase geotechnical testing or any other testing to observe Contractor's compliance with Contract Documents has not been included in this amendment and is considered an Additional Services Item. 15. The design fee is based on the federal, state and local codes and standards in effect at the beginning of the project and at the time of the submittal of this amendment. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services Item. Page 13 of 18 16. CONSULTANT will utilize the CITY's standard details and specifications as much as possible. D. Contract Reference This Amendment No.1 to Task Order No. U04-16-02 shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated November 18,2003 between the CITY and PBS&J. 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 in 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. A total of 2,240 hours of resident inspection time has been allocated for this task (plus 67 hours of Senior Project Manager and 16 hours of clerical time). If the period of construction is extended, delayed, or otherwise exceeds this allocation for whatever reason, additional time and expenses will be necessary. 2. Additional permitting assistance in excess of that identified in this Amendment. 3. The task of Services During Construction is based on an estimated 13 months (56 weeks) of construction period from the time of the contractor mobilization to final inspection. If the period of construction is extended, delayed, or otherwise exceeds this allocation for whatever reason, additional time and expenses will be necessary. 4. Assisting the CITY in the settlement of construction contract claims will be an additional service 5. Replacement of water mains, stormwater system improvements, or roadway improvements at locations other than those identified in this amendment. Additional lump sum fees will be developed as requested by the CITY for future work to include additional drawings, revised "front ends" and the preparation of additional bid documents. Bid services and SDC will be extended as appropriate. 6. Field verification (horizontal and vertical) of existing utilities identified as being within the immediate area of the proposed pipeline not already specifically covered under this scope, and vacuum excavation and surveying to locate same. 7. Additional regulatory agency responses exceeding the first two responses to each agency incompleteness notice and/or additional information request. Page 14 of18 8. Survey work required to supplement the CITY's survey exceeding the allocation included in this amendment of $3,000 is considered an Additional Services Item. 9. Geotechnical work required to complete the project exceeding the allocation included in this amendment of $3,000 is considered an Additional Services Item. 10. Work effort that exceeds the fees estimated for time and material services as a result of a change in scope or schedule is considered an Additional Services Item. ll. Threatened or endangered species and species of special concern permitting or relocation work. 12. Archeological/Historical preservation permits, studies, or reports. 13. Surveying, flagging, or other work necessary to secure tree removal permits from the CITY, County, or other jurisdictions. 14. Design modifications to the Construction Contract Documents (i.e. change orders) required during construction as a result of hidden subsurface features, inaccurate City-provided data or City requested changes 15. Unknown subsurface conditions that would require additional effort by CONSULTANT to resolve, including, but not limited to: underground storage tanks (UST), soil contamination, or unknown utility conflicts that were not indicated on City-provided data. l6. Conducting closed circuit TV (CCTV) surveys of existing pipelines. 17. Responses to Contractor's Request for Additional Information (RFI) exceeding the number allocated in the scope are considered an Additional Services Item. 18. Landscape design services have not been included in this amendment at the request of the CITY and are considered an Additional Services Item. 19. Record Drawing preparation has not been included in the scope of this amendment as it is understood that Record Drawings will be prepared by the Contractor. 20. Sanitary sewer design or coordination services have not been included in this proposal at the CITY's request. These and other services can be provided, if desired by the CITY, under separate amendments to Task Order No. U04-16-02. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the CITY. Page IS of 18 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, stormwater drainage system and streets within the project as necessary for the performance of services specified herein. 2. The CITY shall review all drawings and other documents presented by CONSULTANT; obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within reasonable time so as not to delay the services of CONSULTANT. 3. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall obtain approvals and permits from all governmental authorities having jurisdiction over the project. The CITY is responsible for the payment of all permit application fees. 4. The CITY shall provide CONSULTANT information regarding the expected level of service for drainage improvements (permissible drainage water surface elevations, design storm years, etc.), and any existing information (stormwater master plan reports, area drainage studies, nuisance flooding reports, known drainage problem areas, etc.) that would aid in preparation of drainage design in the project area. 5. CITY shall provide equipment and manpower necessary to uncover sanitary sewer or stormwater drainage manholes (buried or under pavement), ifnecessary, to confirm condition, elevations, or obtain other operational information should PBS&J be required to provide these additional service items. 6. CITY shall provide PBS&J with accurate survey in AUTOCAD 2000@ format covering Added Project Area (electronic version already provided). PBS&J assumes, for the purposes of this amendment, that CITY retains ownership of survey and no additional field verification, utility locating, or augmentation of any kind will be required. G. Compensation Compensation by the CITY to the CONSULTANT for tasks will be a combination of lump sum (phase 1 Survey only) and time and material (all other tasks) in accordance with the above mentioned Agreement. Payment for lump sum will be monthly based on a percent complete. Payment for time and materials work will be based on actual hours and costs expended as defined in the Agreement for General Engineering Consulting Services. The estimated compensation of the services in this amendment is shown in Table 1. Page 16 of 18 Table 1: Labor and Expense Summary Task T.O. 2 Amend 1 Total Task 1 - Survey (Lump Sum) $28,662 $28,662 Survey Easement 3,822 3,822 Survey Allowance $3,000 3,000 Task 2 - Design 128,071 99,615 227,686 Task 3 - Permitting 15,455 4,800 20,255 Task 4 - Bid Phase Services 8,750 0 8,750 Task 5 - Services During Construction 44,810 33,777 78,587 Task 6 - Resident Observation 45,300 137,877 183,177 Subconsultants: Geotechnical 7,340 7,340 Geotechnical Allowance 3,000 3,000 Electrical 55,000 55,000 Electrical Allowance 5,534 5,534 Expenses 8,571 7,245 15,8l6 Totals $290,781 $349,848 $640,629 H. Schedules The CONSULTANT will commence work upon receipt of written authorization and will complete all work associated with Tasks 2 and 3 within 3 months from the receipt of authorization. Remaining Tasks 4, 5 and 6 will be dependent upon the CITY's schedule. A detailed schedule is attached which presumes Task 4 will immediately follow permit approval. Page 17 of18 APPROVED BY: CI1Y OF BZ~ ~~CH' FWRIDA By: a~ Kurt Bressner, City Manager Dated this Co day of be~bif , 2005. SUBMilTED BY' :~S&J ~~.-/; Roberto S. Ortiz, P.E. Vice President, Division Manager Dated this If) ty.. day of A/~ Attachments: Exhibit 1 - Summary Exhibit 2 - Expense Summary Exhibit 3 - Staff Mix Page 18 of18 );~ ,2005. Approved As To Form: City Attorney Exhibit 1 - Summary Amendment No.1 to Task Order No. U04-16-02 Southeast Federal Highway Corridor Water Main, Stormwater & Roadway Improvement Project City of Boynton Beach Task Total SURVEY Task 1 - Survey (Lump Sum) Survey Easement Survey Allowance $28,662 $3,822 $28,662 $3,822 $3,000 $3,000 SURVEY TOTAL CONSTRUCTION RELATED SERVICES Task 4 - Bid Phase Services $8,750 $0 $8,750 $44,810 $33,777 $78,587 $45,300 $137,877 $183,177 $98,860 $171,654 $270,514 $8,571 $7,245 $15,816 $7,340 $0 Task 5 - Services During Construction Task 6 - Resident Observation CONSTRUCTION SERVICES TOTAL SUB CONSULTANTS & EXPENSES Expenses Subconsultants: Geotechnical Geotechnical Allowance Electrical Electrical Allowance SUBCONSULTANT & EXPENSE TOTAL EST. CONSTRUCTION COST Construction Estimate % of Design (less electrical sub) % of Design (incl. electrical sub design) % of Dgn, Permit., Bid., Constr. Svcs & Inspect. $2,000,000 6.4% 6.4% 14.5% $3,075,000 $5,075,000 3.2% 4.5% 4.3% 5.1% 11.4% 12.6% - (J Q) .- ~ Q. - e Q) E Q) > o ... Q, E N q CO - I ~ o :J ... o 0 ~ ~:g; Q)O'g ~ 'E 0 0 caO~~ E~ca~ E tn ~ ... ::s ca J: Q) U) I- .~ 1; 'fi Q),SJ:~ca tn_CiiE~ e .......... Q) . Q) 0 Q,o-c_ e )(zQ)U),S WcL1.e~ Q) -.- 0 NE:cam --CQ):E.... :CeJ:=o Q) - ... J:E5-~ J1<(U);:O N ..0 co 0) E 15 0) 'w :E E; o::~ 10 ..- (0_ 0) 0) tf) co 15 l- e: 0> 'en Q) o - o '*' N a. x UJ .ri E Ow 0:: e .~ tn Q) C N ~ tn ca I- --- ..- Q) 15 z Q) Q) ~ C) e ~ E ... Q) Q. M ~ tn ca I- N Q) ...... o Z Q) Q) ~ e o ~ (J ::s ... - tn e o o C) e 'C ::s C tn Q) (J .~ Q) U) It) ~ tn ca I- --- (\") Q) ...... o Z Q) Q) CfJ '-' :E ~ l- e o ~ ca ~ Q) tn .c o - e Q) :'5! tn Q) ~ co ~ tn ca I- "'" "'" to "",- (\") ..- tf) (\") o ..- tf) ~ ~ I- '-' tn Q) tn e Q) Q, )( W <( S o - .c ::s U) l/) U > CfJN "':0 ~cb ..0"- l:::o...r ""'......0 - e: ....!. (\")Q)-' ~:2o lGz 0:: ~ II _ Q) o'E .€ ,*,0 (0 (\")Q) (\") ...... 0> c:i l'll e: tf) "Ol'll X-Q)..c: o......t) a. . l'll EwEE ~c:~e E8tYlu. to 0> Q) '<:t '<:te:l/)":':: @.~ ID 13 l/)O 0.1- 09- l/) Jj 0 I-~ Q) Q) I- U _ l/) (0 .~ :f! ~ .. Q) ~ e: Q) CfJ ::J l'll o>_..c..c: l'llOEt) in ~ '*' 'w 0 2:E(\")o::z o Z~N(Y')..t Exhibit 3 . Staff Mix Amendment No. 1to Task Order No. U04.16.02 PBS&J Southeast Federal Highway Corridor Water Main, Stormwater & Roadway Improvement Project City of Boynton Beach 4.Nov.cl5 Principal SPM PE Sr. Dgnr. Jr. Engr. Sr. Fld Rep Sr. Admin Admin '"iI $185 $150 $95 $60 $75 $77 $52 $40 Hrs SubTotal Task 2 . Desian Task 2A. Reclaimed Water Main 1. Design 40 48 60 60 208 $18,900 2. Dry Line Permitting 4 2 4 10 T $1,100 1 3. Funding Assistance 4 16 16 32 68 . Task 2B. Desian Prepare 60% Drawings: 1. Prepare Base Map Revisions 8 8 32 2 1--. 1 51 $3,950 2. Prepare 60% Roadway Revisions 0 32 60 60 48 0 0 1 201 $17,500 3. Prepare 60% Stormwater Revisions 0 40 60 60 48 0 0 1 209 $18,700 4. Coordinate FP&L Pole Relocations 0 8 4 0 2 0 0 1 15 $1,730 5. Prepare Probable Cost Opinion 1 4 8 0 5 0 0 1 19 $1,900 . i.. ii!:~ia" .i:!:J,il! ",;;.'- ...... Prepare 90% Drawinas: 1. Prepare 90% Roadway Revisions 0 8 40 24 16 0 0 1 89 $7,680 2. Prepare 90% Stormwatar Revisions 0 8 48 24 16 0 0 1 97 $8,440 3. Coordinate FP&L Pole Relocations 0 2 8 4 4 0 0 1 19 $1,640 5. Update Probable Cost Opinion 1 4 8 0 7 0 0 1 21 $2,110 mml hUllIlII,lhilhl1 !!!," ".n "~L " Prepare 100% Drawlnas 1. Prepare 100% Roadway Ravisions 0 4 16 16 3 0 0 0 39 $3,305 2. Prepare 100% Stormwater Revisions 0 4 32 16 16 0 0 0 68 $5,800 4. Finalize FP&L Pole Reiocations 0 2 4 0 4 0 0 2 12 $1,060 5. Update Probabie Cost Opinion 1 3 6 10 $1,085 i!i!!i!~l! ilimm~~l~;H "~ "n ; ; -- Principal SPM PE Sr. Dgnr. Jr. Engr. Sr. Fld Rep Sr. Admin Admin Tot T&M Task 3 . Permitting $185 $150 $95 $60 $75 $77 $52 $40 Hrs SubTotal f;mm~!mmm~~~mm 1. Pre-permitting discussions & activities 2 2 4 $380 2. Prepare FDEP Permits for Water Relocations 2 4 2 2 10 $880 3. Prapara SFWMD Permits for Stormwater Improvaments 8 8 3 2 21 $2,220 4. Prepare FDEP Permit for Reclaimed Dry Line 6 2 4 $1,320 II ::~*::!. !,"',:.,::: ., .. Task 5 . Services Durina Construction 1. Shop Dwg & Submittal Review 5 5 3 13 $1,345 2. Attend Monthly Progress Mtgs, Prepare & Distr. Minutes 22 ~.12 2 11 47 $4,744 3. Review Monthly Pay Requests 8 11 11 2 18 50 $4,999 4. Respond to RFls 20 20 3 13 56 $6,576 5. Prepare & Nagotiate Change Orders & FCDs 4 18 18 -- ~- 2 23 65 $6,174 6. Review test results, Prepare Relaase for FDEP 11 18 -- I--- 2 11 42 $3,904 7. Prepare punch list, final inspection 3 3 4 10 $895 8. Project Closeout, Bond Release, Record Dwgs 2 10 18 32 4 66 $6,140 mil!! ::!:l!iiil! 1i,I :':;~:i!i1;' -- rTask 6 . Resident Observation I I I I I I I I I I I .- I I I I rFull-Time Resident Observation (T&M Estimate) I I 29 I I I I 1731 I I 6 0 $137,877 I i!!!; , l!l~i1 ill! 1Igj' , o' lil~~~I'~;~ ~~~j~~~~~~~~Uj~1Ummmmml!!miiiijiliim,j'i1liillilmhlmliiiiiiiijiiimiI iililhil.lliiilliilmUmilli,'iI!" ::111:" .11 1.11 ,,1111, Iilm!. IGm:;! L lU,."millli.l '.'. mmihll. H!ii;,". ..mi,j" mlll,l!, ....~! . i~:j: ~! . il!!:!i!! ill:!!. !.!r,r~.,! ..... Subtotal Labor Cost Electrical Subconsultant Streetiiiiht Desian and Pole Relocation Coordination Electrical Subconsultant Irriaation Electrical Desian and Controlsl SurveY' Allowance Geotechnical Allowance Expenses From Table 2 Grand Total Combined Lump Sum & T&MI