Loading...
R09-065 rr I 1 RESOLUTION NO. R09-0bS 2 3 A RESOLlJTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AlJTHORIZING EXECUTION BY 5 THE CITY MANAGER 0);' TASK ORDER NO. U09-17- 6 04 IN THE AMOlJNT OF $62,719.00 WITH 7 ENGENUITY GROUP, INC., TO PROVIDE DESIGN, 8 BIDDING AND CONSTRUCTION PHASE SERVICES 9 FOR IMPROVEMENTS AT MASTER LIFT STATION 10 NO. 801; AND PROVIDING AN EFFECTIVE DATE. 11 12 13 WHEREAS, Master lift station 801 was originally constructed in the 1970's. It has 14 undergone a series of moditications o\er the years that have. in part. converted it from 15 having its pumps in a dry pit to having them in the wet well.: and 16 WHEREAS, additional changes are required to make this transition complete; and 17 WHEREAS, the City Commission of the City of Boynton Beach upon 18 recommendation of staff. deems it to be in the best interest of the citizens of the City of 19 Boynton Beach to authorize execution of lask Order U09-17-04 in the amount of 20 $62.719.00 to Engenuity Group. Inc.. for design. bidding and construction phase services for 21 improvements at master lift station 801. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 24 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specitic part of this Resolution upon adoption 26 hereof 27 Section 2. The City Commission of the City of Boynton Beach, Florida does 28 hereby authorize and direct the approval and execution by the City Manager of Task Order 29 U09-17-04 in the amount of $62,719.00 to Engenuity Group, Inc.. for design, bidding and 30 construction phase services for improvements at master lift station 801. a copy of which is S \CA\RT SO\Agreements\Task ChangQ Orders\lngenulty Group I ask Order LJ09-1 /..04 doc . - I 1 attached hereto as Exhibit "A". 2 Section 3. This Resolution shall become effective immediately upon passage. .s:r.. 3 PASSED AND ADOPTED this J.t day of ApriL 2009. 4 5 CITY OF BOYNTON BEACH, FLORIDA 6 ~~~ " 7 8 9 . L ( ...- Z'. -- -:-;- 'J 10 I c'c~r' ( c..- ,- / - , / ~. v___........._ ___~ --- ---~- 11 ~T W~Od:OW~ 12 13 14 Commissioner 15 16 17 18 19 20 Commissioner ~ Marlene Ross 21 ATTEST: 22 ~:uL Y1J, Jk><.ul" 23 24 Jan M. Prainito, CMC 25 C y Clerk 26 27 SICAIRf-SOlAgreementslTask Change Orderslf-ngenUlty Group- fask Order U091,' 04 doc Roq - ofo5 ENGINEERING CONSULTING SERVICES FOR REHABILITATION OF LIFT STATION NO. 801 Task Order #U09-17-4 BACKGROUND The City of Boynton Beach (CITY) is requesting Engenuity Group, Inc. (CONSULTANT) to perform pump sizing calculations, prepare construction drawings and specifications, prepare bid documents, assist the CITY in obtaining bidders and evaluating bids, administer the construction contract, and observe the rehabilitation of Lift Station No. 801. SCOPE OF SERVICES TASK 1- DESIGN A. Meet with CITY to define and clarify CITY'S requirements for the Project and available data. B. Prepare drawings indicating the scope, extent, and character of the electrical, paving, structural, and wastewater work to be performed and furnished by the CONTRACTOR. More specifically this includes the following: 1. Abandon in place the existing 'can' type lift station. 2. Evaluate the existing pumps to determine if they are adequately sized for the current flows. If not, determine the required pump sizes. 3. Change the site electrical service from aboveground to underground. 4. Relocate the generator fuel lines away from the window. 5. Relocate the existing window fan to the wall. 6. Replace the control panels. 7. Remove both windows and cover openings with concrete block. 8. Remove the existing asphalt pavement and re-pave. 9. Install latches to fasten the double-doors to the concrete floor and the chain-link fence gates to the ground. 10. Provide louvers for the generator exhaust opening that meet the Florida Building Code wind load requirements. C. Review and modify, as needed, the technical specifications provided by the CITY. D. Prepare an opinion of the probable construction cost at the 60% and 95% design completion stages based on CONSULTANT'S best judgment as an experienced and qualified professional engineer generally familiar with the construction industry. Since CONSULTANT has no control over the costs of labor, materials, equipment or services furnished by others, or over the CONTRACTOR'S methods of determining prices, or over competitive bidding or market conditions, CONSULTANT cannot and does not guarantee that proposals, bids or actual Page 1 of6 Construction Cost will not vary from opinions of probable Construction Cost prepared by CONSUL T ANT. E. Prepare for review and approval by CITY, its legal counsel and other advisors contract agreement forms, general conditions, supplementary conditions, bid forms, invitations to bid, and instructions to bidders (all of which shall be the CITY'S standard documents). F. Attend up to three (3) coordination/document review meetings. G. Items to be furnished by CITY: 1. Front-end contractual documents in Microsoft Word format. 2. Technical information on the existing pumps. 3. Drawings of the existing pump station. H. This proposal does not include the following: 1. Preparation of a South Florida Water Management District dewatering permit application. 2. Reproduction of drawings and specifications for CONTRACTOR'S use during construction. 3. Design of landscaping and irrigation. 4. Preparation of a Health Department permit application. TASK 2 - BIDDING A. Assist CITY in advertising for and obtaining bids for the Work. This includes reproduction of the bid documents and selling the bid documents. B. Attend pre-bid conference and issue minutes. C. Issue Addenda as appropriate to clarify, correct, or change the Bidding Documents. D. Attend the Bid opening and prepare Bid tabulation sheets. Perform due diligence review of bidder's qualifications and make a recommendation for award of contract. E. Assemble contracts and issue a Notice of Award. F. Perform cursory review of signed contracts, bonds, and insurance certificates received from CONTRACTOR and transmit to CITY for signing of contracts. G. Provide five (5) copies of conformed drawings and specifications for construction (two to the CONTRACTOR, two to the CITY, and one for the ENGINEER), following award of contract. Page 2 of6 TASK 3 - CONSTRUCTION A. Preconstruction Conference. Conduct a Preconstruction Conference prior to commencement of Work at the Site and prepare minutes. B. Permits. Sign and seal appropriate number of construction drawings and give to CONTRACTOR for CONTRACTOR to submit to the Palm Beach County Building Department for permit approval. C. Visits to Site and Observation of Construction. In connection with observations of CONTRACTOR'S work in progress while it is in progress: 1. Make visits to the site at intervals appropriate to the various stages of construction, as CONSULTANT deems necessary, in order to observe as an experienced and qualified design professional the progress and quality of the Work. Such visits and observations by CONSULTANT, are not intended to be exhausti ve or to extend to every aspect of CONTRACTOR'S work in progress or to involve detailed inspections of CONTRACTOR'S work In progress beyond the responsibilities specifically assigned to CONSULTANT in the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on CONSULTANT'S exercise of professional judgment. Based on information obtained during such visits and such observations, CONSULTANT will determine in general if CONTRACTOR'S work is proceeding in accordance with the Contract documents, and CONSULTANT shall keep CITY informed of the progress of the Work. 2. CONSUL T ANT will not, during such visits or as a result of such observations of CONTRACTOR'S work in progress, supervise, direct, or have control over CONTRACTOR'S work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by CONTRACTOR, for safety precautions and programs incident to regulations applicable to CONTRACTOR'S furnishing and performing the Work. Accordingly, CONSULTANT neither guarantees the performance of any CONTRACTOR nor assumes responsibility for any CONTRACTOR'S failure to furnish and perform its work in accordance with the Contract Documents. Page 3 of6 D. Clarifications and Interpretations; Field Change Directives. Issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of CONTRACTOR'S work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. CONSULTANT may issue Field Change Directives authorizing minor variations from the requirements of the Contract Documents. E. Progress Meetings. Attend monthly progress meetings. Prepare agenda, conduct meetings, and issue minutes. F. Shop Drawings and Samples. Review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which CONTRACTOR is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. CONSULTANT has an obligation to meet the CONTRACTOR'S submittal schedule that has earlier been acceptable to CONSULTANT. G. Applications for Payment. Based on CONSULTANT'S on-site observations as an experienced and qualified design professional, CONSULTANT will review pay applications and either recommend payment or return the pay application to the CONTRACTOR for correction. H. Inspections and Tests. Require such special inspections or tests of CONTRACTOR'S work as deemed reasonably necessary, and receive and review all certificates of inspections, tests, and approvals required by Laws and Regulations or the Contract Documents. CONSUL T ANT'S review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. CONSULTANT shall be entitled to rely on the results of such tests. Field-testing of materials is not included in CONSULTANT'S scope of services. I. Record Drawings. Review Record Drawings prepared and certified by the CONTRACTOR'S Florida licensed surveyor and the CONTRACTOR. 1. Completion of Construction Certifications. Prepare construction completion certifications and submit to the following agencies: 1. City of Boynton Beach. 2. Palm Beach County Building Department. Page 4 of6 K. Substantial Completion. Promptly after notice from CONTRACTOR that CONTRACTOR considers the entire Work ready for its intended use, in company with CITY and CONTRACTOR, conduct a review of the work to determine if it is Substantially Complete. L. Final Notice of Acceptability of the Work. Conduct a final review to determine if the completed Work of CONTRACTOR is acceptable. M. Contract Time. CONSULTANT'S services during construction are dependent upon the timely performance of CONTRACTOR'S work. CONSULTANT'S services are based on a construction Contract Time of 150 calendar days for final completion of the work. If the CONTRACTOR exceeds such period of time, CONSUL T ANT'S compensation shall be subject to an equitable adjustment. CONTRACT REFERENCE Above is performed under the terms and conditions described within the Agreement for General Engineering and Consulting Services dated November 18,2003, with renewals, between the City of Boynton Beach and Engenuity Group, Inc. ADDITIONAL SERVICES Anything that may be needed and can or may be assigned by an amendment/change to the Task Order. OBLIGATIONS OF THE CITY See Task 1, paragraph G. Page 5 of6 COMPENSATION The CITY shall pay CONSULTANT a lump sum fee of $36,570.00 for Tasks I and 2, and a fee not to exceed $26,149.00 for services under Task 3. Task 3 services are to be paid based on actual time and material expended. A breakdown of the fees is shown in the attached Table (Exhibit A), which is included in this Task Order. The CONSUL T ANT shall furnish monthly invoices to the CITY detailing the amount requested with appropriate supporting documentation. SCHEDULE 60% design complete in 90 days. 95% design complete in 120 days. 100% Bid Documents in 150 days. Method of Payment for lump sum portion - the CITY shall tie percentages of lump sum payment to the acceptance of deliverables. APPROVED BY: ::TY OF BOt;;EACH. FL:RIDA Kurt Bressner City Manager Dated this i. 30 . 6~ day of ,2009. SUBMITTED BY: ENGENUITY GROUP, INC. ()JJJ{j~ ,2r ~ By: I!\ ) \ \_/"-_ '1 . ~ [isa A. Tropepe. P. E. . Vice President Attest! Authenticated: Secretary Page 6 of6 Exhibit A Fee Breakdown Prof. Description Sr. Proj Man Project Eng Designer Sr Admin Survey Crew Surveyor Field Rep Hourly Rate $142,00 $105,00 $77 ,00 $59.00 $132,00 $108,00 $84.00 Task 1- Design Phase Labor Hours 37 54 30 5 8 4 2 Labor Cost $ 5,254.00 $ 5,670.00 $ 2,310.00 $ 295.00 $ 1,056.00 $ 432.00 $ 168.00 Expenses $ 570.00 Design Fee $ 15,755.00 I I Task 2- Bidding Phase Labor Hours 4 20 3 14 0 0 0 Labor Cost $ 568.00 $ 2,100.00 $ 231.00 $ 826.00 $ - $ - $ - Expenses $ 590.00 Bidding Fee $ 4,315.00 Task 3- Construction Phase Labor Hours 9 76 0 17 0 0 82 Labor Cost $ 1,278.00 $ 7,980.00 $ - $ 1,003.00 $ - $ - $ 6,888.00 Expenses $ 700.00 Construction Fee $ 17,849.00 Smith Engineering Consultants Inc. Project Project Engineer Engineer Assistant Engineer CADD Designer Clerical (Linda Description (Larry Smith) (Jim Debay) (Steve Hockman) (Terry Smith) Smith) Hourly Rate $125.00 $125.00 $95.00 $65.00 $45.00 Tasks 1 2, 3 Labor Hours 80 30 80 40 12 Labor Cost $ 10,000.00 $ 3,750.00 $ 7,600.00 $ 2,600.00 $ 540.00 Expenses $ 310.00 Total Subconsultant Fee $ 24,800.00 Page 1 of 1 The Citg ol BoljDtOD Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@ci.boynton-beach.fI.us www.boynton-beach.org MEMORANDUM TO: Pete Mazzella Deputy Director of Utilities FROM: Janet M. Prainito City Clerk DATE: May 1, 2009 SUBJECT: R09-065 - Engineering Consultin Services for Rehabilitation of Lift Station No. 801 Task Order U09-17-4 Attached for your information and files are two (2) fully executed agreements and a copy of the Resolution mentioned above. Since the agreements have been fully executed, I have retained one (1) original for Central File. Thank you. t!r- Yn . p~ Attachments (3) C: Central File S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2009\Pete Mezzella R09-065.doc America's Gateway to the Gulfstream