Loading...
R09-066 " I 1 RESOLUTION NO. R09- Oralo 2 3 A RESOLUTION O:F THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND AUTHORIZING EXECUTION BY 5 THE CITY MANAGER OF AMENDMENT NO. 1 TO TASK 6 ORDER NO. U07-20-1 WITH W ANT MAN GROUP, INC., TO 7 PROVIDE PROFESSIONAL CONSTRUCTION MANAGEMENT 8 SERVICES FOR THE REGIONAL FORCE MAIN PROJECT IN 9 THE AMOUNT OF $570,362.50, PLUS AN OWNER'S 10 CONTINGENCY OF 5ult, IN THE AMOUNT OF $28,518.00 FOR A 11 TOTAL BUDGET APPROPRIA TE OF $598,880.50; AND 12 PROVIDING AN EFI<~ECTIVE DATE. 13 14 15 WHEREAS, The City Commission approved Task Order #U07-20-1 on February 20, 16 2007, for the Wantman Group, Inc., to provide professional design, permitting and bidding 17 services for the Regional Force Main Project: and 18 WHEREAS, the City has requested the Wantman Group, Inc., provide services during 19 construction including construction phase sen ices (construction management and inspection) 20 fur this project; and 21 WHEREAS, the City Commission of the City of Boynton Beach upon 22 recommendation of staff. deems it to be in the best interest of the citizens of the City of 23 Boynton Beach to approve and authorize the execution of Amendment NO.1 to Task Order 24 Nu. U07-20-1 with the Wantman Group. Inc.. to pruvide prufessional construction 25 management services for the Regional Force Main Pruject in the amount of $570,362.50, plus 26 an owner's contingency of 5% in the amount of $28,518.00 for a total budget appropriate of 27 $598,880.50. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 29 THE CITY 01<' BOYNTON BEACH, FLORIDA, THAT: S'\CA\RESO\Agreements\Task Change Orders\Amendmern No 1 to Wantman Group UO/-20 1 doc II I 1 Section 1. The foreguing "Whereas" clauses are hereby ratified and confirmed as 2 being true and correct and arc hercby made a spccific 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 the execution by the City Manager of Amendment No.1 to Task 6 Order No. U07-20-1 with the Wantman Group, Inc., to provide professional construction 7 management services for the Regional Force Main Project in the amount of $570,362.50, plus 8 an owner's contingency of 5% in the amount of $28.518.00 for a total budget appropriate of 9 $598.880.50, a copy of which is attached hereto as Exhibit "A '". 10 Section 3. This Resolution shall become effective immediately upon passage. ~r 11 PASSED AND ADOPTED this ~, day of April, 2009. 12 13 CITY OF BOYNTON BEACH, FLORIDA 14 #r--? 15 16 17 //,' ,/ / c ..., -? ./ /e."". .-L I:.- .' 18 (. . /':: L - L- (1::...""-" G ~-- . ' --t '-< 19 V ice Mayo' ~:H~y /' 20 21 22 23 /~ 24 -_._-- '--- - -- --~-_. ~ 25 co,~cr - Jos .guez 26 ATTEST: .' /; ~ 27 _/ 'd', . -...... .- --- ---~- --- 28 ( 'ommissioner Marlene Ross 29 30 31 32 33 34 S \CA\RI::SO\Agreements\Task - Change Orders\Amendment No 1 to Wantman Group U07 20 1 doc RoCf - i>bCo TASK ORDER NO. U07-20-1 Amendment No. 1 - Regional Force Main Project (Ocean Avenue to the Regional Waste Water Treatment Plant located on Congress Avenue and the LWDD 30 Canal). Additional Design and Permitting Services, and Services During Construction for the force main improvements and the S.E. 6th Avenue waste water lift station. A. Background Wantman Group, Inc. (CONSULTANT) has designed a new lift station to intercept flow and alleviate future peak flows to existing lift station 356, and an alternate force main to the existing force main along Ocean Avenue. The Lift Station located on S.E. 6th Avenue within Pence Park is an initial 2 pump station with a 12 foot by 12 foot wet well. The total length of the force main is approximately 24,000 feet. The City of Boynton Beach (CITY) has requested that the CONSULTANT provide several design and permitting revisions, and services during construction (SDC) and resident project representative (RPR) services to the CITY in the execution of this project. The project is to be executed using the traditional design, bid, and construction method. The CITY has directed the CONSULTANT to alter the design plans to include an air scrubber system for odor control and to separate the force main contract document into 2 distinct packages, one for the jack and bore segments and the other for the open cut and directional drill segments. The CITY requested that the CONSULTANT prepare three (3) separate sets of plans. The first set is for the Force Main Open Cut and directional drill sections (FM-OC), the second set is for the Force Main Jack & Bore sections (FM-JB) and the third set is for the Lift Station (LS). The projects are to be bid and constructed independent of each other but shall be considered as constituent projects that are interdependent upon each other. Page 1 of 10 B. Scope of Services DESIGN SERVICES Task 1 -Odor Control System As required by the Palm Beach County Health Department, the CITY directed the CONSULTANT to incorporate an air scrubber system to provide odor control for the LS. The CONSULTANT has provided design coordination with Siemens to select the appropriate odor control system for the LS. The additional services also included site design, plans, details, cost analysis, technical specifications and design coordination with the electrical and structural subconsultants. The CONSULTANT has also incorporated the necessary odor control system documents and calculations (provided by Siemens) required to obtain the Palm Beach County Health Department permit. Task 2 - Separate FM Plans The CITY has requested that the CONSULTANT separate the jack and bore crossings from the existing force main (FM) bid package. This will require the existing plans be split into two packages. One for the jack and bore crossings of 1-95, CSX Railroad, Florida East Coast (FEC) Railroad and Woolbright Road. The remaining open cut and directional drill of Seacrest Boulevard will need to be repackaged. The CONSULTANT will provide the following additional services: Subtask 2.1 Design Services The CONSULTANT will modify the existing FM package. CONSUL T ANT will revise existing cover, key map, plan & profile and detail sheets to delete the proposed jack and bore areas. CONSUL T ANT will also revise the existing bid tab and existing technical specifications. The CONSULTANT will develop a separate Jack and Bore package. The CONSULTANT will prepare a new set of plans to include cover, key map, plan & profile and details sheets for the proposed jack and bore crossings. CONSULTANT will also prepare an additional bid tab and an additional technical specification for only the jack and bore related activities. Subtask 2.2 Permitting Services The CONSULTANT will discuss the proposed separation of the plans with the Palm Beach County Health Department (PBCHD), Palm Beach County Engineering (PBCE), Florida Department of Transportation (FDOT), CSX Railroad (CSX), Florida East Coast Railroad (FEC) to determine if additional permitting will be required. For purposes of developing this Amendment, it is assumed that no additional permitting will be required. Page 2 of 10 Subtask 2.3 Bidding Services The CONSULTANT will prepare an additional separate bid package for the jack and bore areas and will perform the bid phase services as described in the original task order for this project. The bidding services will include: 1. Distributing copies of the Contract Documents to the prospective bidders and maintain records of the plan holders list. 2. Attendance at one (1) pre-bid meeting. 3. Answer questions from potential bidders, and providing technical information to the CITY for Contract Document addenda and distribution to the plan holders. 4. Review bid packages received, prepare bid tabulation sheet and due diligence form and recommend award. 5. Assist the CITY in conforming and preparing Contract Documents for execution by the CITY selected Contractor. CONSTRUCTION SERVICES Task 3. Services During Construction The CONSULTANT will provide services during construction (SDC) for three separate construction contracts, one for the Force Main Open Cut sections (FM-OC), the second for the Force Main Jack & Bore sections (FM-JB) and the third set for the Lift Station (LS). The FM-OC construction period shall not exceed eighteen (18) months, the FM-JB shall not exceed five (5) months and the LS construction period shall not exceed nine (9) months. The eighteen months for the FM-OC contract includes the installation of the Congress A venue valve cut-ins. For purposes of developing this Amendment, it is assumed that only two of the three separate construction periods will overlap at the same time and the total contract time for all contracts is eighteen (18) months. This provides a significant economy of scale by doing contracts concurrently. The specific SDC phase services to be provided by the CONSULTANT include the following for each construction contract: Subtask 3.1 Pre-Construction Conference Prepare agenda and conduct pre-construction conference with selected Contractor and CITY staff with CITY'S "Standard Preconstruction Forms". Prepare and issue written minutes of meeting. CONSULTANT will provide Contractor two (2) full size (22 x 34 inch) and two (2) half size (11 x 17 inch) sets of the conformed Contract Documents for each Contract. CONSUL T ANT will provide Contractor conformed Contract Documents (Front-end and Technical Specifications, and Construction Plans) in electronic format to facilitate Contractor's preparation of as-built drawings. Page 3 of 10 Subtask 3.2 Submittal Review Receive, log, and review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. One review of each submittal 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 3.3 Progress Meetings Attend construction progress meetings, prepare pre-issue agenda, and provide a written summary of the issues discussed using the CITY's "Standard Weekly Progress Meeting" format. Project meetings will be conducted by the Project Engineer with the Resident Observer also in attendance. Following the meeting, the Project Engineer will prepare and distribute DRAFT meeting minutes to the City and other attendees for meeting participant review and comment within one (1) day of the meeting conclusion. FINAL minutes shall be issued within three (3) business days after the conclusion ofthe meeting. Meetings will be held at the offices of the CITY Utility Department unless noted otherwise. Twenty one (21) progress meetings for the FM-OC, four (4) for the FM-JB and twelve (12) for the LS are included in the budget for this subtask. Subtask 3.4 Pay Estimate Review Review monthly payment applications 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. Monitor the construction schedule monthly and report to the CITY conditions which may cause delay in completion. Assist the CITY to reconcile the Contractor payment requests, clarifications, and responses to requests for quotations. Subtask 3.5 Construction Clarifications Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. 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. For the purpose of this task order, up to 5 RFIs will be responded to during the FM-OC construction period, up to 2 RFIs for the FM-JB construction period and up to 3 RFIs for the LS construction period. Subtask 3.6 Construction Changes Review and negotiate Change Orders (CO) and Field Change Directives (FCD) during the construction period. For the purpose of this Amendment, 8 COs / FCDs will be prepared during the FM-OC construction period, 1 COs / FCDs during the FM-JB construction period and 3 COs / FCDs during the LS construction period. Page 4 of 10 Subtask 3.7 Periodic Field Inspections CONSULTANT will visit the project site an average of nine (9) hours a month for the actual field construction time frame of sixteen (16) months for the FM-OC, two (2) months for the FM-JB and seven (7) months for the LS. The construction time frames for this subtask has been shortened for the FM-OC and FM-LS by 2 months as each construction contract starts off slowly and winds down at the end. The construction time frame for the JB has been shortened by an additional 1 month due to additional set-up time. Subtask 3.8 Certification of Construction Complete CONSULTANT shall certify to FDOT, FEC, CSX, PBCE, LWDD and PBCHD based on visible project features, CONSULTANT's inspections and, review of record drawings and testing reports that the project was constructed in substantial accordance with the plans and specifications submitted in the permit applications. For budgeting purposes, the CONSULTANT will be required to process not more than six (6) individual requests for releases for the FM-OC, not more than four (4) individual request for releases for the FM-JB and not more than one (1) individual request for releases for the LS. Task 4 . Resident Project Representative Services The CONSUL T ANT will provide resident project representative services during construction for three separate construction periods, one for the FM-OC, one for the FM- JB and one for the LS. For purposes of developing this Amendment, it is assumed that only two of the three separate construction periods will overlap and the total contract time for all contracts is eighteen (18) months. This provides an economy of scale by doing the contracts concurrently. The Resident Project Representative services to be provided by the CONSULTANT include the following: Subtask 4.1 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 sixteen (16) months (347 working days) for the FM-OC construction contract and seven (7) months (152 working days) for the LS construction contract. The RPR will provide only part-time (2 hours/day) during the installation of the FM-JB period of not-to-exceed three (3) months (65 working days). Each construction time frame for this subtask has been shortened by 2 months as each construction contract starts off slowly and winds down at the end. Activities performed under this task consist of furnishing a RPR during the construction of the project, to observe the quality and performance 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 CONSUL T ANT's liaison with Construction Contractor, working principally through the Contractor's Project Manager or Project Superintendent and assist them in understanding the intent of the Contract Documents. Page 5 of 10 . 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 with the contract documents. Report, in writing, 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 CITY, in writing. CONSULTANT shall make recommendation for action by the CITY. . Furnish to the CITY weekly written reports of progress of the work, the level of detail of which will be sufficient to determine the progress of all activities on the contractor's construction schedule. The CONSULTANT shall provide to the CITY the RPR's daily inspection reports (handwritten) and digital photos (paper copy & electronic copy). The reports and digital photos will be provided on a weekly basis. . 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. . 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. Subtask 4.2 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. In consultation with the CITY, CONSULTANT will issue the Substantial Completion Punchlist and the Certificate of Substantial Completion. Advise the CITY that Final Acceptance of the project has been reached in accordance with the Contract Documents. Page 6 of 10 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 CITY 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. CONSULTANT has not included any fees for replacement and/or rehabilitation of any existing utilities in this Task Order. If required by CITY, an Amendment to this Task Order will be executed for this work. 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. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two sets of signed and sealed RECORD drawings will then be submitted by the Contractor to the CITY. Sufficient sets of RECORD drawings will be provided to CONSULTANT for each submittal to FDOT, FEC, CSX, PBCE, L WDD and PBCHD. 4. The CITY is responsible for all permitting fees, including costs of public notification in local newspapers. 5. No pre-purchase of materials and/or equipment is presumed. 6. A single bidding effort is assumed, one each for the FM-OC, FM-JB and LS. Re- bidding ofthe project is considered an Additional Services item. Page 7 of 10 D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated February 19, 2008 between the City of Boynton Beach and Wantman Group, Inc. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Task Order. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the construction 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. Construction phase services shall not exceed eighteen (18) months for the FM-OC, five (5) months for the FM-JB and nine (9) months for the LS from the time of the contractor notice-to-proceed to final inspection. If the period of construction is extended, additional time and expenses will be necessary. 3. Assisting the CITY in the settlement of construction contract claims. 4. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. 5. Design modifications to the Construction Contract Documents (i.e., change orders) required during construction. 6. Expert witness services that may arise out of any disputes. 7. Conflict of time required between the FM-OC, FM-JB and LS may require additional field personnel. 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 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. 2. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall obtain approvals and permits from all governmental authorities having jurisdiction Page 8 of 10 over the project. The CITY is responsible for the payment of all permit application fees. G. Compensation Compensation by the CITY to the CONSULTANT for all tasks will be on a Time & Materials (T &M) basis in accordance with the above mentioned Agreement. The estimated compensation for the services described in this Task Order is $570,362.50 as shown in Table 1 below. TABLE 1: LABOR AND EXPENSE SUMMARY Labor Hours Labor Cost SubJExp Total Cost Task 1 - Odor Control System 48 $6,167.50 $3,675.00 $9,842.50 Task 2 - Separate FM Plans 223 $26,220.00 $1,300.00 $27,520.00 Task 3a - SDC (FM-OC) 748 $94,080.00 $16,700.00 $110,780.00 Task 3b - SDC (FM-JB) 217 $25,405.00 $2,000.00 $27,405.00 Task 3c - SDC (LS) 358 $45,405.00 $18,850.00 $64,255.00 Task 4a - RPR (FM-OC) 2,313 $229,540.00 $18,500.00 $248,040.00 Task 4a - RPR (FM-JB) 184 $16,880.00 $1,200.00 $18,080.00 Task 4c - RPR (LS) 610 $59,440.00 $5,000.00 $64,440.00 Totals 4,701.00 $503,137.50 $67,225.00 $570,362.50 H. Schedule The completion dates for this work will be as follows (starting at written notice-to- proceed). A detailed schedule is attached. Engineering Services Time per Phase Cumulative Time Task 1 - Odor Control System Y2 Month ~ Months Task 2 - Separate FM Plans 1 Month 1 ~ Months Task 3a - SDC (FM-OC) 18 Months 19~ Months Task 3b - SDC (FM-JB) Concurrent Concurrent Task 3c - SDC (LS) Concurrent Concurrent Task 4a - RPR (FM-OC) Concurrent Concurrent Task 4b - RPR (FM-JB) Concurrent Concurrent Task 4c - RPR (LS) Concurrent Concurrent Page 9 of 10 APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: K~a~A ~~ Kurt Bressner City Manager Dated this ~O day of Cl. ~ \""" '\ \ ,2009. SUBMITTED BY: W ANTMAN GROUP, INC. By Jt2fh/ r ~'- David K. Brobst Senior Vice President Dated this 27 day of February , 2009. M:\Proposals\Municipal Proposals\City of Boynton Beach\Regional FM and S.E. 6th LS\Task Order No. I Amendment No. I \Scope of Services - 02.26.09.doc Page 10 of 10 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 ... I . ,,~! ... I Hourly Rates $ 215.00 $ 175.00 $ 125.00 $ 100.00 $ 100.00 $ 60.00 I 1 ODOR CONTROL SYSTEM I .-- 1.1 Design Actual Manhours Charged 2.00 5.00 30.50 10.50 48.00 1.2 Subconsu~ant (Structural) - Bridae Design (1500) $1,650.00 1.3 Subconsu~ant (Electrical) - Sm~h Eng (1250) __ .__ .. $1,375.00 1.4 Expenses $650.00 __un ..__ _ ~___ 1-----1 ~ Total Hours Task 1 __ ~_ 2.00 5.00 30.50 10.50 0 0 48.00 : ~- _. __ $ 128.49 __ : TOTAL FEE - TASK 1 _ $ 43ll.:flll......!......_ 875.00 $ 3,812.50 $ 1,050.00 $ - $ - $3,025.00! $650.00 $ 9,842.50 i I . ... i __ 2 _.~RATE FM PLANS --:-- ~- -~_.....:.....__ e-- ---- ~~~----=-J- .._~-_. __ __. ~ _+___.__ , ... DE"'. SERVIC" ;- ---=#==; L I =-= {.- 2~a =~:i~9;X~stlng FM Plans. f=L~ .... '. 0 0 - 0.. r - --.- tOO --- -- I 0 -- - -.. - -- b Cover Sheet ==t 1 1 1 ! 3 c KevMap --- -- ___on 1 1 1 r .----- 3 d Plan & Profile 3 sheets . .. ----=---.. ..._ __..' - 1 6 -16- u_ -------- -.. - 23 __ e Details sheets 1 1 8 10 f Bid Tab 0 4 0 - 4 . -~ ---. ---. --f--.--- 9 Material Specs 2 4 0 _ _ __ 6 h Qualitv Control Review I 2 4 4 4 14 n ... -f---._-- I Expenses I $0.00 $500.00 Total Hours Phase 2.1 a 2 10 21 30 0 0 63 ---- : -----.... $ 123.89 SUBTOTAL FEE-ModifyExistingFMPlans $ 430.00 $ 1,750.00 $ 2,625.00 $ 3,000.00 $ - $ _ $0.00 $500.00 $ 8,305.00 ---- ------ ---------------------------------------------- ------- --------------- .-.---------------.-.-- ------- -------------- 2.1 b Separate Jack and Bore Plans _____ =:t _ _ a Meetinas 0 0 ~ 0 0 1---_ b Cover Sheet _ 1 1 1 3 c Kev MaD 1 1 1 _I-- __n__ 3 ____ d Plan & Profile 3 sheets 1 8 16 25 I---- e Details sheets ------ . --f---- - 1 1 8 -. - 10 _ ___ f Bid Tab 0 4 0 4 - a Material Specs 2 4 0 6 h Quality Control Review 2 4 4 4 14 __ ___ I Expenses. _____ _ ~_~ _ $500.00 Total Hours Phase2.1b _ __ 2 10 23 30 0 0 _ 65 $ 123.92 SUBTOTAL FEE - Separate Jack and Bore Plans $ 430.00 $ 1,750.00 $ 2,875.00 $ 3,000.00 $ _ $ _ $0.00 $500.00 $ 8,555.00 Page 1 of 4 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 'H", .."' .. 'M,"," 2.2 PERMITTING SERVICES (J & B) -. -- -- ----.-.- ... a Notify PBCHD, FOOT, CSX, PBCE and FEC 1 5 3 9 b PBCE 2nd Penn~ ..- 0 0 0 0 0 PBCHD 3 Drv Line Pennits - --- -t- O 0 0 0 c 0 --- d Expenses $0.00 $0.00 Total Hours Phas~2.2 _ - 0 1 -- . 5 0 0 3 9 $ 108.89 SUBTOTAL FEE - Permitting Services $ - $ 175.00 $ 625.00 $ - $ - $ 180.00 $0.00 $0.00 $ . 980.00 I_~ '''--, -. -- --- --..- -----.. . - - - - - - - - - - - - - - - - - - - - - - - -;- - - - -. - - - - - - _ _ _. _ _ _ _ _ _ _ _ _ _. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ~ _ _ _ _ _ _ _ _ _ _ _ _ _ _ u _ _ _ _ _ _ _ _ _ _ _ _ __ --------i------ 1--__ 2.3 BIDDING SERVICES (J & B) --j' j __....+ . , ---- Additional Bidding Phase Services :-tI.- ...2._ I 10 24 --,- 30 0 20 .. - ___ __.~ .l_______ a 86 I I b ., Expenses I , i $0.00 $300.00 , - - . Iotal Hours Phase 2.3 --; ). t 1..-t-...1Q...-+-..?.4...- ..+ _30_ -1 0 I 20 I I 8 86 h-- 1 09~O7 .-..-1-....-. -- .. SUBTOTAL FEE - Bidding Services "--- $ 430.00 $ 1,750.00 $ 3,000.00 $ 3,000.00 $ $ 1,200.00 $0.00 $300.00 $ 9,680.00 ..- . .- ..I-- --- . ----r-:- 1--- TOTAL FEE - TASK 2 I .- $ 1,290.00 $ 5,425.0p_ ..J_.9,125.00 $ 9,000.00 $ - $ 1,380.00 $ - $ 1,300.00 $ 27,520.00 I 3a FM-OC 1 _. 1----. SERVICES DURING CONSTRUCTION ( FM-OC ) .--- .--- -----.-- ._~ ..- 3.1 Pre-Construction Conference 1 Meetina 8 8 I-- 4 8 28 3.2 Submittal Review ------ -------- 48 - 1---.. 8 Submittals 16 _.__ 32 16 112 3.3 Progress Meetings .. 21 Meetings 42 147 21 210 . ---.- n 3.4 Pay Estimate Review 18 Applications 18 54 18 -I- 90 3.5 Construction Clarifications 5 RFI's 4 5 20 n______ --- -. 29 , 3.6 Construction Changes ------ .- 8 COI Field Chanaes 16 9 57 32 -- 3.7 Periodic Field Insoections -----. 16 Months 4 24 144 --~~..--- --. 8 180 3.8 Certification of Construction ComDlete 6 Agencies 6 30 6 42 3.9 Subconsu~ant (Structural) - Bridae Design (8320) $9,200.00 3.10 Expenses $7,500.00 Total Hours Task 3a 8 135 467 48 4 86 748 TOTAL FEE - TASK 3a $ $ 23,625.00 $ 58,375.00 $ $ 400.00 $ 5,160.00 $9,200.00 $7,500.00 $ 110,780.00 $ 12~.?! ... .. 1,720.00 4,800.00 Page 2 of4 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 Iiil.; __ I ______ ~_______ ____~~I~~__ -----~+t___---- _~~ 3b FM.JB SERVICES DURING CONSTRUCTION ( FM.JB _~ ~____ 3.1 Pre-Construction Conference 1 Meeting 4 8 4 4 20 3.2 Submittal Review 4 Submittals 8 16 24 8 56 3.3 Prooress Meetings 4 MeetinQs 8 28 4 40 3.4 Pay Estimate Review 5 Applications 5 15 5 25 3.5 Construction Clarifications 2 RFl's 4 2 8 -- 14 3.6 Construction ChanQes __~~I-- 1 COI Field Changes 2 4 uu __ ___ _u._~ _~ _ ~ 1--. __ ___~ .___ _ 8 3.7 Periodic Field Insoections 2 Months 4 3 18 1 26 3.8 Certification of Construction Complete 4 Agencies 4 --1--- 20 4 28 3.9 Expenses ___ - .-- $2,000.00 _~ __ Total Hours Task 3b 8 __ _~__. 1-_ . 1_1~ _ 24 4 28 ~I-- _ _ 217 u I Iii $ 117.07 ----- I TOTAL FEE - TASK 3b $ - $ 6,300.00 $ 14,625.00 $ 2,400.00 $ 400.00 $ 1,680.00, $ . $2,000.00 $ 27,405.00 I .. _ _ _ _ _ _ _ _ -:1 .-_ ~= ==~. _. _ _ _ _ _. _. _. _ _ _ _ _.- _ _ _ _ _ _ _ _ _. _ . _. _ :.......:- __:...:-::.. :...-:::. _ _. _ _ _ _ _ _ _. _ _ _ _ _ _. _. _ _ _. _ __ . _. _. _ _ . _. _. _. _ _ _. _. _ L _ _ _ _. 3c LS ~RVICESDURINGCONSTRUCTION(LS) ~ __ -~~--=--- __ __I .. ._: --~---------- ----- - ------ .--- _ 3.1 Pre-Construction Conference 1 Meeting _ _ u _. 4 8 4 4 20 3.2 Submittal Review _ . _ 4 Submittals __j--_ 8 16 24 8 _~ ___2!l__. __ ___._____ 3.2 Prooress Meetinas I . _ 12 Meetings 24 72 _n 12 108 3.4 Pay Estimate Review 9 Aoolications __ _ __. _~ __ 2J... __ _ _ ~ 9_ _ _ _... _ ' 45 3.5 Construction Clarifications PO 3 RFl's --co-I u --~-t--- -~3.---t----J1....-- ___un 19 3.6 Construction Chanaes 3 COI Field Changes 6 12 3 I 21 3.7 Periodic Field Insoections 7 Months 4 11 63 4 82 3.8 Certification of Construction Complete 1 Agencies 1 5 I 1 I --- ---.- 7 u_ ~ 3.9 Subconsuttant (Structural) - Bridge Design (8500) _ _ _ _ ______ ___ __. _ _~,350_.QQ ____ __ 3.9 Subconsuttant (Electrical) - Sm~h Ena (5000) 1 $5,500_00 - --~- ---- t----. '_00_ 3.10 Expenses $4,000.00 Total Hours Task 3c I 8 66 215 24 4 41 358 -- ~ - $ 126.83 TOTAL FEE. TASK 3c $ 1,720.00 $ 11,550.00 $ 26,875.00 $ 2,400.00 $ 400.00 $ 2,460.00 $14,850.00 $4,000.00 $ 64,255.00 4a FM-OC RESIDENT PROJECT REPRESENTATIVE (FM-OC) _~__ f--- 4.1 Insoections 347 Working Davs __ __u_ __ _2,221 -l-- 32 +--- u 2,253 4.2 Substantial and Final Inspections 12 Inspections 48 12 60 . 4.3 Expenses ______ _ $18,500.00 Total Hours Task 4a 0 0 0 0 2,269 44 2,313 $ 99.24 I-- L-- -----I!!!~~J:EE. TASK.fa $ - J- ...: _ ~__ - $ - $ 226,900.00 $ 2,640.00 $ . $18,500.00 $ 248,040.00 Page 3 of 4 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 ,.:~ .. ... ..,m ______L_ I -+- ~b FM-JB RESIDENT PROJECT REPRESENTATIVE ( FM-JB) ---.---. I 4.1 InsOf!Ctions 65 Working Days 130 34 --. .~-~_.~._. 164 nno_ __....._ 4.2 Substantial and Finallnsoeclions 4 Inspections 16 4 20 -- 4.3 Expenses -.- $1 200.00 I ----- Total Hours Task 4b 0 0 0 0 146 38 184 $ 91.74 ~ .-- ------------,.------ ~~---j-~~= _ TOTAL FEE-TASK4b__ . $ - $ - $ - $ - $ 14,600.00 $ 2,280.00 $ - $1,200.00 $ 18,080.00 - - - _________t-_-_ ____ -_._~-~_._-_._~-~-~-~_._- -..-..-..- -..-..--- -------- . .-.-.---i-------- ~-~---- ------- ---.-.-- ---~-- 4c LS RESIDENT PROJECT REPRESENTATIVE ( LS) --.---- ...-- -- ! 4.1 Insoeclions 195 Working Days ~..-- --. 555 I ---3S-- - i-- _ _~90 --- f- :~ Substantial and Final Inspections - 2 InspectlOns- .. f--- t- - --Tn ~.- -1-- 16 mJ ---~_!..-1.=----- --~_. -- --1 I 20 Expenses I I ! I $5,000.00 I - -~ I I ~ .._57_1 ___+ ~-- -----1 8--~---+$. 97.44 - Total Hours Task 4c - -- --- I 0 0 0 39 ..-.... i ..- I TOTAL FEE - TASK 4c $ - i$ - 1$ $ - _+,!_~?,,!O.O~~O+$ 2,340.00 $ - $5,000.00 $ 64,440.00 i I -------- --- -_.._~- I I I - -- --- -----+ ! :=~- - =t I - - c------ ---- ..-- - - 1.__- _._ -+---- PROJECT TOTALS $27,075.00 $40,150.00 $ 570,362.50 --- ---------- I 1------ . Total Proiect $570,362.50 -- -t- -- --- - -- Less Subconsultants $27,075.00 -- Less Expenses $40150.00 ____u___ -- - - - - .. - "-- WGI Fee $503,137.50 --_._--- -- - - .-.-"-- -- --- ...-- Total Hours 4,701.00 Avg Rate per Hour $107.03 Total hours Der cateaorv .------ .. 32 273 903 197 2998 299 Page 4 of 4 The Citlj 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@cLboynton-beach,f1,us www,boynton-beach.org MEMORANDUM TO: Pete Mazzella Deputy Director of Utilities FROM: Janet M. Prainito City Clerk DATE: May 1, 2009 SUBJECT: R09-066 - Amendment #1 to Regional Force Main Project (Ocean Avenue) Task Order No U07-20-1 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. ~'m. p~ Attachments (3) C: Central File S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\ZOO9\Pete Mezzella R09-066.doc America's Gateway to the Gulfstream