Loading...
R08-042 31 II 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 RESOLUTION NO. R08- 0 '-\ ~ A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING EXECUTION OF TASK ORDER NO. U08-14-01 IN AN AMOUNT NOT TO EXCEED $328,390.00 ALONG WITH APPROVAL OF AN OWNER'S CONTINGENCY OF 10% IN THE AMOUNT OF $32,839.00 FOR A TOT AL BUDGET APPROPRIA TION OF $361,229.00 TO MATHEWS CONSULTING, INC., FOR CONSTRUCTION ADMINISTRATION SERVICES RELATED TO THE SOUTHEAST FEDERAL HIGHWAY CORRIDOR; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Mathews Consulting, Inc., is currently under task order for the design 18 of a regional reclaimed water main system that will interface with the Southeast Federal 19 Highway Corridor project significantly at both the northern and southern limits of the 20 Southeast Federal Highway Corridor Project; and 21 WHEREAS, staff has determined that it would be more efficient to procure the 22 services of Mathews Consulting, Inc, for construction administration as Mathews 23 Consulting, Inc., will be an integral part of both projects as they progress; and 24 WHEREAS, the City Commission of the City of Boynton Beach upon 25 recommendation of staff, deems it to be in the best interest of the citizens of the City of 26 Boynton Beach to approve and authorize execution of Task Order U08-14-01 in an amount 27 not to exceed $328,390.00 along with approval of an owner's contingency of 10% in the 28 amount of $32,839.00 for a total budget appropriation of $361,229.00 to Mathews 29 Consulting, Inc. 30 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S\CA\RESOlAgreements\Task - Change Orders\Mathews - TO U08-14-01.doc II Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 2 being true and correct and are hereby made a specific part of this Resolution upon adoption 3 hereof. 4 Section 2. The City Commission of the City of Boynton Beach, Florida does 5 hereby approve and authorize execution of Task Order U08-14-0 1 in an amount not to 6 exceed $328,390.00 along with approval of an owner's contingency of 10% in the amount of 7 $32,839.00 for a total budget appropriation of $361,229.00 to Mathews Consulting, Inc, for 8 construction administration services related to the Southeast Federal Highway Corridor 9 project, a copy of which is attached hereto as Exhibit "A." 10 Section 3. This Resolution shall become effective immediately upon passage. 11 PASSED AND ADOPTED this ~ day of April, 2008. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 33 34 35 36 CH, FLORIDA . P/l~ ange OrderslMathews - TO U08-14-01doc TASK ORDER NO. U08-14-Q1 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT Task Order No. U08-14-01 Construction Management - SE Federal Highway Corridor Infrastructure Improvement Project e"h. b~+ A 'Ro ce -o~8.. A. Background The City of Boynton Beach (CITY) has previously contracted with others (PBS&J) for design, permitting and bidding services relating to neighborhood improvements (e.g. water, sewer, stormwater, reclaimed water, and roadway) for the area along the southeastern corridor of Federal Highway (US I). The project is currently moving into the bidding stages. The CITY has requested that Mathews Consulting (CONSULTANT) provide Construction Management Services for the project. ORfG I NAL This Task Order No. U08-14-01 provides the scope of work for construction administration and resident inspection services for the SE Federal Highway Corridor Infrastructure Improvement Project. B. Scope of Services The Engineering Services of CONSULTANT shall include the following tasks: · Task 1 - Services During Construction · Task 2 - Resident Project Representative Services The specific scope of services to be provided by CONSULTANT in this Task Order includes the following: Task 1 - Services During Construction (SDC) The specific SDC phase services to be provided by the CONSULTANT include the following: Subtask 1.1 Pre-Construction Conference Prepare agenda and conduct pre-construction conference with selected Contractor and CITY staff in accordance with CITY's "Standard Preconstruction Forms". Prepare and issue written minutes of meeting. Subtask 1.2 Submittal Review 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 50 submittals (total, which includes submittals and re-submittals, if required) is included in the budget for SDC phase services. CONSULTANT will review and return submittals to CITY and Contractor within 14 days of receipt. Subtask 1.3 Bi-Weekly Meetings Attend construction progress meetings with the CITY and Contractor every two weeks and provide an agenda and written summary of the issues discussed. Project meetings will be conducted by the 11/15/2007 ~ MATHEWS___ CO~~.YhI~lg"g~~~, TASK ORDER NO. U08-14-01 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT Construction Manager with the Resident Project Representative also in attendance. Following the meeting, the Construction Manager will prepare and distribute meeting minutes (within 24 to 36 hours after meeting) to the CITY and other attendees. Meetings will be held at the Field Trailer located at the project site. Forty-eight (48) progress meetings are included in the budget for this task. Subtask 1.4 Pay Estimate Review Review monthly payment applications (total of 20) submitted in a format acceptable to the CITY. CONSULTANT shall verify the quantities as represented on the pay request and make a recommendation to the CITY to proceed, with the payment as requested, or as modified based on CONSULTANT review. A 20-month construction period is assumed in budgeting this task. Subtask 1.5 Construction Schedule Review Monitor the construction schedule monthly and report to the CITY conditions which may cause delay in completion. Subtask 1.6 Construction Clarifications Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. A total of forty-five (45) RFI responses have been included in this task. CONSULTANT shall issue 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. If required, CONSULTANT will obtain answers to RFI's from the Design Engineer (PBS&J) for those items that need design clarification. Subtask 1.7 Construction Changes Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the 20-month construction period. For the purpose of this task order, it is assumed that up to 5 CO and 30 FCD will be prepared during the 20-month construction period. Subtask 1.8 Periodic Field Inspections CONSULTANT's Construction Manager will visit the project site an average of 8 hours a month for the twenty (20) month construction time frame. Subtask 1.9 Certification of Construction Complete CONSULTANT shall certify to SFWMD, FDOT, PBCHD, and FEC Railway based on visible project features, CONSULTANT's inspections and review of testing reports that the project was constructed in accordance with the plans and specifications submitted in the permit applications. Certification will include 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 PBCHD. It is assumed that up to 6 partial releases and one final release will be prepared for PBCHD. 11/15/2007 2 MATHEWS ~ ----~---------- CO~~.Yk~St.~~~. The City of Boynton Beach <1C......._-.-.. ~-, / I ~ . . City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@cLboynton-beach.f1.us www.boynton-beach.org April 7, 2008 Ms. Rene Mathews, P.E. Mathews Consulting 1475 Centrepark Boulevard West Palm Beach, FL 33401 Re: Resolution No. R08-042 - Task Order No. U08-14-01 Construction Management - BE Federal Hi2hway Corridor Infrastructure Improvement Project Agreement Dear Ms. Mathews: Attached for your information and files is a copy of Resolution No. R08-042 and the fully executed agreement mentioned above. If you have any questions, please do not hesitate to contact me. Very truly yours, CITY OF BOYNTON BEACH Yn.P~ J: net M. Prainito, CMC City Clerk Attachment S: \ CC\ WP\AFTER COMMISSION\ Other Transmittal Letters After Commission \2008 \ Mathews Consulting Inc _ SE Federal HWY improvement project.doc America's Gateway to the Gulfstream TASK ORDER NO. U08-14-D1 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT Construction Manager with the Resident Project Representative also in attendance. Following the meeting, the Construction Manager will prepare and distribute meeting minutes (within 24 to 36 hours after meeting) to the CITY and other attendees. Meetings will be held at the Field Trailer located at the project site. Forty-eight (48) progress meetings are included in the budget for this task. Subtask 1.4 Pay Estimate Review Review monthly payment applications (total of 20) submitted in a format acceptable to the CITY. CONSULTANT shall verify the quantities as represented on the pay request and make a recommendation to the CITY to proceed, with the payment as requested, or as modified based on CONSUL T ANT review. A 20-month construction period is assumed in budgeting this task. Subtask 1.5 Construction Schedule Review Monitor the construction schedule monthly and report to the CITY conditions which may cause delay in completion. Subtask 1.6 Construction Clarifications Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. A total of forty-five (45) RFI responses have been included in this task. CONSUL T ANT shall issue 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. If required, CONSULTANT will obtain answers to RFI's from the Design Engineer (PBS&J) for those items that need design clarification. Subtask 1.7 Construction Changes Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the 20-month construction period. For the purpose of this task order, it is assumed that up to 5 CO and 30 FCD will be prepared during the 20-month construction period. Subtask 1.8 Periodic Field Inspections CONSULTANT's Construction Manager will visit the project site an average of 8 hours a month for the twenty (20) month construction time frame. Subtask 1.9 Certification of Construction Complete CONSUL T ANT shall certify to SFWMD, FDOT, PBCHD, and FEC Railway based on visible project features, CONSULTANT's inspections and review of testing reports that the project was constructed in accordance with the plans and specifications submitted in the permit applications. Certification will include 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 PBCHD. It is assumed that up to 6 partial releases and one final release will be prepared for PBCHD. 11/15/2007 2 ~ MATHEWS CO~~.Y!I~SI:~~~ TASK ORDER NO. U08-14-01 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT Subtask 1.10 Substantial and Final Inspection 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 2. Resident Project Representative Services The Resident Project Representative Phase services to be provided by the CONSULTANT include the following: Subtask 2.1 Inspections Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the construction of the work in a total period of not-to-exceed 415 working days (for a total of 3,320 hours) for the construction contract. Activities performed under this task consist of furnishing an RPR during the construction of the project, to observe the quality of the construction work, and to determine, in general, if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The RPR shall: · Serve as CONSULTANT's liaison with construction contractor, working principally through the contractor's superintendent and assisting him in understanding the intent of the contract documents. · Conduct on-site observations of the work in progress to assist in determining if the work is proceeding in accordance with the contract documents and that completed work conforms to the contract documents. Report, in writing to the CITY, whenever CONSULTANT believes that work is unsatisfactory, faulty or defective, or does not conform to the contract documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment. · Accompany visiting inspectors representing public or regulatory agencies having jurisdiction over the project. Record, in writing, the outcome of these inspections and report same to CITY. · Consider and evaluate construction contractor's suggestions for modifications in drawings or specifications and report them to the CITY, in writing. CONSULTANT shall make recommendation for action by the CITY. · Review Contractor As-Built information on a monthly basis to confirm proper updates are being made. · Observe all flushing and pressure testing of the piping. · Assist the Contractor in coordinating all required density testing, etc. as required by the Construction Documents. 11/15/2007 3 ~ MATHEWS CO~~YEm~SC~~~. TASK ORDER NO. U08-14-01 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT · CONSULTANT shall provide to the CITY the RPR's daily inspection report (handwritten) and digital photos (paper copy & electronic copy). The reports and digital photos will be provided on a weekly basis. · RPR shall work with the Contractor and develop a Daily Quantity Sheet (based on the approved Schedule of Values) to be reviewed and accepted each day agreeing to the quantities of Schedule of Value items installed. LIMITATIONS OF AUTHORITY Except upon written instructions of CONSULTANT, Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed limitations on CONSULTANT's authority as set forth in the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors or Construction Manager, or expedite the Work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5. Shall not authorize Owner to occupy the Project in whole or in part. 6. Shall not participate in specialized field or laboratory tests. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/ or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. CITY shall provide CONSULTANT with four (4) sets of Conformed Construction Documents. 2. 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 by Florida Registered Surveyor will then be submitted by the Contractor to the CITY. Two sets of RECORD drawings will be provided to CONSULTANT for submittal to PBCHD and SFWMD. 3. The construction man-hours are based on the following: · Construction duration (NTP issued to Contractor) = 611 calendar days (436 working days) · SDC Services (NTP to Final Payment) = 671 calendar days (479 working days) · RPR Services (would start 30 days after NTP issued) = 581 calendar days (415 working days) which equates to 3,320 inspection hours (Monday through Friday) at 8 hours per day. Weekend work and/or night-time work is not included in this scope and budget. If SDC or RPR is extended beyond above, then an Amendment to this Task Order will be executed for the additional work. 4. Contractor will be required to secure any dewatering permits. 11/15/2007 4 ~ MATHEWS CO~~.YhTII':'!SL~~~, TASK ORDER NO. UDB-14-Q1 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated November 18, 2003 between the City of Boynton Beach and Mathews Consulting, Inc. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Amendment. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the construction management fee is based) is considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Task Order. 2. Assisting the CITY in the settlement of construction contract claims will be an additional service. 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 obtain the services of the Design Engineer of Record (PBS&J) to provide any required re-design in a timely manner. G. Compensation Compensation by the CITY to the CONSULTANT for all tasks will be on a Not-to-Exceed (time utilized) basis in accordance with the above mentioned Agreement. The estimated compensation for the services described in this Task Order is $328.390.00 as shown in Table 1 below and detailed in Attachment 1. 11/15/2007 5 ~ MATHEWS CO~~.Yh!~SL~~~, TASK ORDER NO. UOB-14-D1 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT TABLE 1: LABOR AND EXPENSE SUMMARY Labor Labor Expenses Total Cost Hours Cost Task 1 - Services During Construction 785 $ 72,390 $ 2,000 $ 74,390 Task 2 - Resident Project 3,320 $ 249,000 $ 5,000 $ 254,000 Representative (RPR) Totals 4,105 $ 321,390 $ 7,000 $ 328,390 H. Schedule The completion dates for this work will be as follows (starting at time that Contractor is issued award of the Construction Contract). Ene:ineerin~ Services Time per Phase Task 1 - Services During Construction 479 working days Task 2 - RPR 415 working days 11115/2007 6 ~ MATHEWS CO~,~Yh~,5tg~~~ TASK ORDER NO. UOB-14-01 CONSTRUCTION MANAGEMENT- SE FEDERAL HIGHWAY CORRIDOR INFRASTRUCTURE IMPROVEMENT PROJECT APPROVED BY: CITY OF BOYNTON BEACH, FL~ By: ~ Kurt Bressner City Manager Dated this f day of ----'l..p.~ ( 8 , 20cy(. SUBMITTED BY: By: Rene L. Presiden Dated this ~ay of ~ov. ,2007. 11/15/2007 7 MATHEWS ~ --------------- CO~~.YED.~S_L~~~. City of Boynton Beach Task Order No. U08-14-01 Construction Management - SE Federal Highway Corridor Infrastructure Improvement Project Proiect SummarY Fees Labor Classification and Hourlv Rates Senior Principal Senior Field Resident Senior Cadd Admin. Sub- Engineer Engineer Repres. Inspector Eng. Tech Designer Support Total Consultant Reimbursable Task No. Task Descriotion $130 $120 $95 $75 $85 $80 $50 Labor Services Expenses 1 Services Durlna Construction 1.1 Pre-Construction Conference 9 4 1 $1,205 $50 1.2 Submittal Review 10 50 50 $8,550 $500 1.3 Bi-Weeklv Meetinas everv 2 weeks\ 100 25 $10,750 $200 1.4 Pay Estimate Review 50 $4,750 $200 1.5 Construction Schedule Review 25 $2,375 $150 1.6 Construction Clarifications 20 80 $10,000 1.7 Construction Chanoes 20 100 10 $12,400 $200 1.8 Periodic Field Insoections 160 $15,200 $200 1.9 Certificate of Construction Comoletion 35 10 $5,050 $500 1.10 SubstantiallFinallnsoections - Preoare "ounch list" 18 8 $2,110 Subtotal 45 40 592 4 0 0 104 $72 390 $2 000 2 Resident Prolect Reoresentallve Services 2.1 Inspections 3.320 $249,000 $2.000 Subtotal 0 0 0 3,320 0 0 0 $249 000 $5 000 Labor Subtotal Hours 45 40 592 3,324 0 0 104 Labor Subtotal Costs $5,850 $4,800 $56,240 $249,300 $0 $0 $5,200 $321,390 $0 $7.000 Labor Total Costa $321 390 Subconsunant Costs Total $0 Subconsultant Multiolier 1.1 Subconsultant Total $0 Reimbursable Exoenses $7,000 Project Total $328,390 Attachment 1 Mathews Consulting, Inc. The City of Boynton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@cLboynton-beach.f1.us www.boynton-beach.org MEMORANDUM TO: Barb Conboy Utilities Manager FROM: Janet M. Prainito City Clerk DATE: April 14, 2008 SUBJECT: R08-042 - Task Order No. U08-14-1 Attached for your information and files, is a copy of Resolution # R08-042 and two original executed documents Task Order No. U078-14-1. That was approved by the City Commission at their regular meeting on April 1, 2008. If I can be of any additional service, please do not hesitate to contact me. Thank you. ~ Yn. Hu;,~ Attachments (2) c: Central File S:\CC\WP\AFfER COMMISSION\Departmental Transmittals\2008\Karen Riseley, CPP8 - R08-042.doc America's Gateway to the Gulfstream