R09-119
II 1
I
i
,
1 : RESOLUTION NO. R89-11 r
2
3 A RESOLUTION OF THE CITY OF BOYNTON
I BEACH, FWRlDA, AUTHORIZING THE CITY
41
51 MANAGER TO EXECUTE TASK ORDER NO. U.....3-
6 08 WITH BROWN AND CALDWELL, FOR DESIGN,
7 BIDDING AND CONSTRUCTION MANAGEMENT
8 SERVICES ON SECTION C OF THE WELLFlELD
9 INTERCONNECTION PIPELINE IN AN AMOUNT
10 NOT TO EXCEED 5423,816.00 PLUS A 50;" OWNERS
11 CONTINGENCY IN THE AMOUNT OF 521,191." FOR
12 A TOTAL BUDGET APPROPRIATION OF 5445,"'.";
13 AND PROVIDING AN EFFECTIVE DATE.
14
15
16 WHEREAS, the Wellfield Interconnection pipeline is one of the Department's most
17 critical projects which will link the west wellfield and the east wellfield allowing water to be
18 pumped from the more plentiful supply in the west to supplement the supply in the east and
19 fully utilize the existing treatment capacity at the East Water Treatment Plant; and
20 WHEREAS, this proposed Task Order involves the pipeline design which will be 36
21 inches in diameter; and
22 WHEREAS, the City Commission of the City of Boynton Beach upon
23 recommendation of staff, deems it to be in the best interest of the citizens of the City of
24 Boynton Beach to authorize execution of Task Order U09-03-08 with Brown and Caldwell,
25 for design, bidding and construction management services of Section C of the Wellfield
26 Interconnection pipeline in an amount not to exceed $423,816.00 plus a 5% owners
27 contingency in the amount of$21,191.00 for a total budget appropriation of $445,007.00.
28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
29 THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
S:\CA\RES~Tak . Ch8nge 0rdenI1Brown IIIld CllIdweIIl.JOll..()34l (Section C w.IfieId).doc
1
J 'T.
1 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
2 ! i 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, authorize and direct the execution by the City Manager of Task Order U09-
6 03-08 with Brown and Caldwell, for design, bidding and construction management services
7 of Section C of the Wellfield Interconnection pipeline in an amount not to exceed
8 $423,816.00 plus a 5% owners contingency in the amount of $21,191.00 for a total budget
9 appropriation of $445,007.00, 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 (6 day of August, 2009.
12 CH, FLORIDA
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28 A TrEST:
29
30
31
32
33
34
Otdelalllrown IIIld ClIIdweIIl.JOll..()34l (Section C WIlIfieId).doc
2
"
co
0
a::
... ()
J:
Q) C) !::.
> ,!W._ 0
1.-
.c( .c lI!:_
....
,I
- U
f:
C/) 0 Q)
(/) iO (/)
If ,,' ",'
0;' .~
cr~
. ..' "~;
~!_""
~
0
il:'.)
'Ii. :
"1
""'-'~~"'''''-'-'---'''-'''''''.'-~--, _ .._>_,_..".___~y_.""....~...~-.- "'-_'''''''''r''.~'t,_',''''."._,_<,..."__.",,...,..,.,,, '_~"""'"_'_"__"""""""_"_"~~-"'''''''''"'_''"_,^'''
,. .
"
. .
___H br-//9
TASK ORDER # U09-43-47
July 27, 2009
FEE PROPOSAL AND SCOPE OF SERVICES
CITY OF BOYNTON BEACH
RAW WATER MAIN INTERCONNECT. SECTION C
DESIGN AND BID PHASE SERVICES
A. Backaround
The City of Boynton Beach (City) has excess capacity to treat raw water at its
East Water Treatment Plant (EWTP); however the raw water must be pre-treated
and then conveyed to the East Water Treatment plant from the well fields near
the West Water Treatment Plant (WWTP). Therefore, the City desires to
interconnect their two water treatment plants to convey average day flows to the
EWTP of 16 mgd and future flows of 20 mgd and to provide for pre-treatment.
The City plans to design and construct this raw water main in four sections:
1. Section A - From the WWTP to Military Trail and Woolbright Road or Golf
Road.
2. Section B - From Military Trail east to Congress Ave (either along
Woolbright Road or down Golf Road)
3. Section C - From Congress Ave to 1.95 along Woolbright Road
4. Existing Facilities - Under 1-95 to the EWTP along Seacrest
1
..--. ." ~,_..,~"..".."_.,......",..,....,."~,,,_,,, ..'..,..,..""'''_I'_"......'._n..'_'_~, ~".,,,,> ~"_;',,..,f~...,,''''....'-...,,.,'''...,____. "__.,-,,,~..._.._,,___ _'._."~.....,""'.,...._.~,,......,_
0,' \,
. .
A 36-inch ductile iron pipe (DIP) will be used for all open cuts whereas a 30-inch
double barrel high density polyethylene (HOPE) raw water main has been
selected by the City for directional drill locations.
Brown and Caldwell (BC) has recently completed a Technical Memorandum
which discusses the preferred route for the Section C raw water main.
Consequently, the City has requested that BC provide this fee proposal to
prepare design drawings and technical specifications for the raw water
interconnect for Section C. This proposal also consists of permitting, bid phases
services, construction administration and full-time observation during
construction described herein.
Section C consists of approximately 7,200 If of raw water main, starting at
approximately 500 feet west of the intersection of Woolbright Road and
Congress Avenue and ending at the eastern property line of the Corporate Way
complex where the connection to the existing system is to be made. Two other
consultants will be addressing the final design, permitting, and bid phase
services for Sections A and B as part of the overall program effort.
B. SCODe of Services
1.0 Project Management
1.1 Manacement
Project Management activities comprise contract administration,
coordination of project staff, monitoring of progress and project costs,
monthly reporting of project progress to the City, and maintaining a project
Quality Management System during the project. These activities occur
from project inception to closeout of overall project tasks.
1.2 Proiect Meetincs
BC will attend meetings with representatives of the City as part of this
project, as follows:
a. Project kick-off
b. Design progress / review meetings at the 60% and 90% completion
milestones
1.3 Qualitv Assurance/ Qualitv Control
BC will be conducting internal value engineering and QA/QC technical and
financial meetings at the 60%, and 90% completion milestones for the
2
_'~_"""""""''''''''''''~''.''''''''. ,,,,,~,,,_,~__~~_,,,,,,_,,,,,,,,,,,,,,,,,,'~"~.''''''~'''r-'''''_''''~''''''''''-'_'~"",""t''''I-'~'''''---'''-''''''''''_'''''_____''''''_'_'.'''~_'''.'"
',' \.
.
project to enhance value to the City. Results will be incorporated into the
deliverables.
2.0 Engineering Design Services:
2.1 Field Work
To assist in Final Design under Task 2.2, BC will perform the following
field activities:
Geotechnical services:
. Drill 6 borings to a depth of 25 feet each to obtain soil properties along
the raw water main route in the vicinity of the directional drill locations.
Borings taken at the deepest point at directional drill locations will
extend to a depth of 45 feet (a total of 3 borings). All borings taken at
directional drill locations will be made off of the proposed center line of
the pipe or will be grouted to prevent frac-outs. Two borings to a 50
foot depth will be made on either side of the E-4 Canal for the
proposed aerial crossing. Five borings to a depth of 15 feet will be
made in areas subject to open cuts.
. laboratory testing of each boring (3-5 samples) to determine corrosive
properties at representative locations. Borings at directional drill
locations will not be subject to corrosive soils testing as HOPE pipe will
be utilized for these locations.
. measurement and recording groundwater levels at each boring
location
. preparation of a geotechnical report which will describe the work
performed and include boring logs
Surveying services:
. services as defined by the Florida Department of Business Regulation
Chapter 61 G17-6 survey type "(i) Record Survey" and "0) Right of Way
Survey", including property lines and easements within the project area
. generate a 1 "=30' scale topographic map of the project area streets
(both in CADD and a reproducible copy), including onsite items as
indicated within the public Right-of Way
. locate sanitary sewer and stormwater manholes and record rim
elevations and select manhole inverts
. locate vegetation within the right-of-way
. provide PSM signed and sealed survey plans
Vacuum extraction (soft dig) - for those areas of concern for anticipated
underground utility issues:
. provide 7 soft dig utility locations
3
'~_>l'''''"""""",,,,,,-~c ...~..",____...--..."_,___,......._.."_...~""_.".__~,o",,,~,,.,,....,.,~ -,"<~,~~.._,~.._.....,_,____,,_..___........_~.______,
'. ".
Should the City request that additional locations be explored, these locations will
be a rate of $300 per hole (not including 10% markup). All additional work must
be performed while the crew is on-site.
2.2 60% and 90% Final Desicn Drawincs and Technical SDecifications
BC will provide raw water main plan and profile drawings of the project
area using the survey information obtained from field investigations. BC
will utilize City of Boynton Beach Utilities design and construction standard
details, FOOT standard details, or PBC standard details where applicable
in the preparation of the documents required for this project. Contract
Documents will be in sufficient detail to enable the contractor to make an
informed bid and carry out the construction work as contemplated.
Design milestones are defined as follows:
. 60% Design Documents - Contract Drawings Plan, Raw Water
System Details, Technical Specifications
. 90% Design Documents - incorporation of 60% comments, Contract
Drawings Profile, Technical Specifications
The following is the anticipated drawing list for the project (assuming a
total of 7,200 LF of raw water main in Section C):
Sheet No. Drawin No.
1 G-O
2 G-1
3 G-2
4-5 C-1 to C-2
6-13 C-3 to C-9
14-17 C-10 to C-13
18 C-14
BC will prepare technical specifications, using City of Boynton Beach
standard technical specifications (January 2009 version). Otherwise
standard CSI format technical specifications necessary for the project and
proven BC standard details will be used to supplement what is needed.
These specifications will be based on standard terms commonly used in
construction contracts and will be edited to suit the project.
2.2.3 Traffic Control Plans
The CONSUL T ANT shall design a Traffic Control Plan to move vehicular
and pedestrian traffic during all phases of construction. The design shall
include construction phasing of ingress and egress to existing property
4
....,~.,.."'...,".,--,~,-'''---+-- "'"""""',.....w...___',""'" ~.'..',...""'".,~.,j_,,,..,,"""_'_"_n_,"__.~......-..-__,__~_,__...-
'" . "
owners and businesses, routing, signing and pavement markings, and
detour quantity tabulations, roadway pavement, drainage structures,
ditches, front slopes, back slopes, drop offs within clear zone, and traffic
monitoring sites.
It is assumed that standard FOOT details will be applicable and that each
plan sheet will not need to be recreated in the TCP set. The County
indicated that they would perform the lane closure analyses necessary for
the permit for this project and this task has been excluded from BC's
scope of services,
The Traffic Control Plan shall be prepared by a certified designer who has
completed training as required by the Florida Department of
Transportation (FOOT). Before proceeding with the Traffic Control Plan,
the CONSUL T ANT shall meet with Palm Beach County Traffic Division
personnel to coordinate the proposed Traffic Control Plan. Proposed road
closings must be reviewed and approved by the County. Diligence shall
be used to minimize negative impacts by appropriate specifications,
recommendations or plans development such as the use of materials
such as sheet piling in the analysis.
Local impacts to consider will be local events, holidays, peak seasons,
and peak hours. It is assumed that an alternate detour route will not be
needed.
2.2.1 Enaineer's Estimate
At the 60% and 90% completion milestones, BC will prepare an
engineer's estimate of probable construction cost. The cost estimated will
be subdivided into separate items as much as practical.
2.2.2 Schedule of Bid Items
At the 60% and 90% completion milestones, BC will prepare the schedule
of bid items.
2.2.3 Deliverables
BC will provide the City three sets of deliverables (Contract Documents)
for each milestone in hard copy. BC will provide four sets of Bid
Documents to the City in hard copy and electronic format (.pdf, .doc, and
.plt files) at the 100% milestone.
2.3 Permittinc Activities
Permitting activities will include the following efforts:
5
<,,,.~-...,.,...,,,,,...,,,, ~~ ~..- " _'-"'_"'_"''''''~"''-''''''''_''''''''''''',,,,,''r'_,,,<~____,,,,,,,___,,~_,________'"""."',""""~~'-"
'" .
a. Preparation of permit application forms for City signature and
supporting documentation. Two copies of the final permitting
packages (plus the number of agency required copies) will be
submitted with the 90% plans for submittal to the PBCHD by the CITY.
b. CONSUL T ANT will prepare response for one (1) Request for
Additional Information (RAI) made by regulatory agencies following
submittal of the permit applications. Responses required by additional
agency requests for additional information will be considered an
Additional Services item. CONSULTANT shall incorporate permit
agency comments into the 100 percent plans set.
c. One meeting with each regulatory agency is anticipated. Additional
meetings will be considered an Additional Services item.
Permitting activities with the following agencies are anticipated:
a, Florida Department of Transportation (FOOT) permit for route and
restoration approval (required for crossing Congress Avenue)
b. Palm Beach County Department of Health (PBC) permit for
constructing a water main
c. Palm Beach County Land Development and Roadway Divisions
(PBC) for route, MOT, and restoration approval
d. Lake Worth Drainage District - Aerial Crossing of the E-4 Canal
BC will prepare the appropriate permit applications during the 90% design
stage. BC has budgeted one RFI per permit but would answer more if
required. A reasonable level of effort has been assumed in obtaining
permits.
The Contractor will be responsible for obtaining PBC ROW, and FOOT
ROW permits as necessary. Preparation of applications for other permits
for the above agencies or for other regulatory agencies beyond that
specified above will be considered an Additional Services item. Such
additional permits not included in this scope of work may include, but not
be limited to, wetland dredge and fill permits, right-of-way construction
permits, Asbestos Handling/Disposal notification permits,
Archeological/Historical preservation permits, endangered species
permits, and tree removal permits. If any de-watering permits are
necessary to conduct the work, their acquisition will be the responsibility of
the Contractor
3.0 Bidding Services
In this subtask, BC will provide engineering services during the bidding
and award of the project for one bid package. In accordance with the
City's Standard Procedures and Functions for Consultants, Procurement
6
"'".'~ """'-~-~<",,- ,,~~,~......,.~""""_._.~-"_.."'~_. _~_""",,--.___,"","-r__",""_'__ ,,--,- ..-
',' .
Services, and Project Management Team, the following tasks are
anticipated:
1. Bid advertisement to be posted by the City
2. Provide three sets of Bid Documents to the City in hard copy and
electronic format (.pdf, .doc, and .plt files) for the City and
DemandStar's use
3, Issue project documents to two plan review rooms selected by the
City
4. Distribute project documents and collect payment from potential
contractors (Document cost will be set by BC)
5. Maintain a planholder's list
6. Provide one Addendum, if required, to City Procurement
7. Conduct and minute a pre-bid conference
8. Respond to prospective bidders' written inquiries
9. Attend bid opening.
10. Tabulate bids
11. Assist the City in evaluation of bids by reviewing the bid tabulations
with respect to the engineers estimate, calling up to 3 references
for up to 3 bidders as requested by the City and providing the City
with a memo of our findings including a recommendation to City
regarding award of bid.
4.0 Construction Services
BC will provide construction services outlined below for the duration of the
project through Final Completion. Services are described as follows:
4.1 Management
Project Management activities comprise contract administration,
coordination of project staff, monitoring of progress and project costs, and
maintaining a project Quality Management System during the construction
services phase of the project.
4.2 Technical Services
4.2. 1 Preconstruction Meeting
BC will conduct the preconstruction meeting between the City and project
representatives to assist in explaining construction administration
procedures.
4.2.2 Conformed Documents
BC shall provide for Conformed Documents and provide up to five sets to
the Contractor for permitting.
7
-......,..",,,-"" 411' ""~~-"_~" '. 1>., ____.....,~,~'__,~,_..._',',.."~ -,-- "."---'''
',' '.
4.2.3 Construction Management
BC will provide for a part-time construction manager for the duration of the
project (estimated at 48 weeks of construction plus 8 weeks of
non construction related activities) who will provide administrative control
and be the focal point between the contractor and engineer. The duties to
be performed by the CM shall consist of:
. Conduct and minute bi-weekly construction progress meetings
(assumed 16 meetings at 3 hours each)
. Monitor and track contractor submittals
. Respond to RFls (6 hours each response for 9 estimated RFls)
. Monitor contractor schedule compliance
. Monitor and track project testing requirements
. With City assistance, address construction related issues with
respect to the general public
. Negotiate required Field Change Directives
. Review and approve monthly applications for payment by the
Contractor
4.2.4 RPR Services
BC shall employ a Resident Project Representative (RPR) to be on site
for the construction duration for work identified under this scope of work
(40 hours per week). For estimating purposes the duration is projected to
be 28 weeks of actual construction activities (at 40 hours per week) plus 4
weeks at 20 hours per week (1,200 hours total). The duties to be
performed by the RPR shall consist of:
. Observation of construction activities and review of workmanship,
. Monitoring the progress of construction and compliance with the
intent of design, and
. Maintain logs of construction activity,
. Develop weekly reports,
. Attend weekly progress meetings with contractor,
. Assist in reviewing pay estimates, review record drawings,
. Review and assist in negotiating change orders.
4.2.5 Engineering Services
The RPR will provide daily construction observations at key points during
project construction to confirm that the construction is in general
conformance with the plans and specifications.
4.3 Contractor Submittals
BC's review of required Contractor submittals will consist of the following
activities:
1. Review shop drawings submitted by the Contractor to determine
general conformance to the design concept and the project manual.
8
.,-,^,,,,,-_.,. k .._,__.... ...~ ".", --,p>,-_._-~-"--
'.'
BC will provide a review and submit comments regarding acceptance
status for each set submitted.
2. Review Contractor pay requests on a monthly basis and provide
written recommendations.
3. BC will respond to requests for information (RFI) by the Contractor. It
is reasonable to expect one RFI every other week during construction,
BC will prepare up to two supplementary drawings to resolve actual
field conditions encountered.
4.4 Proposed Change Orders
As budgeted, BC will review up to three change orders submitted by the
Contractor. Review will address conformance to original design concepts
and cost-effectiveness. BC will evaluate requested price changes and
time extensions for proposed change orders and make recommendations
in writing,
4.5 Substantial Completion/Final Acceptance
Key members of BC's team will conduct a final inspection for the work
with project representatives and the Contractor and provide written
recommendations in the form of a punch list for acceptance of the work.
4.6 Record Drawings and Certification Submittals
BC will review the signed and sealed record drawings showing changes
made during construction provided by the contractor, as required in the
contract specifications, depicting any significant deviations and changes in
the Contract Drawings. The record drawings deliverable to City will
consist of:
. Three sets of signed and sealed drawings
. Copy of drawings on CD-ROM
It is assumed that all required testing will be by the contractor and results
will be provided to BC. BC will provide for Certification of Completion of
Construction forms and submit them to the PBC Health Department for
final clearance.
Project Team
The project team will consist of BC as the lead consultant. This team will be
led by Mr. Joseph Kusnir, PE who will act as project manager. The following
subcontractors will be used as part of this effort:
. Tierra, Inc. (Geotechnical)
9
,....-......'''''---,. ... ., ..., ... ".... .'_..--'-~..... ~... "
','
"H-
. Wantman Group (Survey, Soft dig and MOT Design)
. Bridge Design Associates (Structural Design for Aerial Crossing)
C. Assumptions
Design, Permitting and Bidding Services:
1. Field verification of existing utilities will be limited to those affecting the
project.
2. If new easements or right of ways are required for the project, assistance
in obtaining these easements/right of ways can be provided as a
supplemental and as an addendum to this contract
3. Hydraulic modeling of the raw water system in the project area will not be
conducted.
4. The design drawings will be based on plan scale 1" = 30' horizontal, 1 "=
4' vertical on Palm Beach County property appraiser aerial photos on
24 "x36" paper for construction with reduced prints for construction on
11 "x17" paper (therefore a 22"x34" sheet border will be used).
5. All permitting fees under this scope of work will be paid by the City.
6. Front end documents will be provided by the City for use in the Bid
Documents.
7. The Contract Documents will be prepared as a single package.
8. A single bidding effort is assumed.
9. Conformed Contract Document set incorporating revisions identified
during the bid phase will be provided as part of Engineering Services
During Construction.
10. It is assumed that there are no contaminated soils, endangered species
or habitat, archeological artifacts, or other sensitive environmental issues
to be avoided during the design.
11. The City will provide AutoCAD standards that will be followed regarding
sheet borders, fonts, layer names, etc.
12. Attendance at public meetings or hearings associated with public
involvement or with permits applied for in support of the project is not
included,
10
,."'.,.,.......,~...........'~_.,_._-~'"......~--,-----_._,,..-~......,....---",..,,'.~',,..._',""", -
13. The design is to be based on the local codes and standards in effect at
the beginning of the project. Revisions required for compliance with any
subsequent changes to those regulations is considered an Additional
Services item.
14. Compensation for engineering work in this proposal will be based on a
lump sum method of payment for Tasks 1-3. Task 4 will be based upon
actual time and expenses utilized.
15. If Survey efforts are required outside of the road right of way onto
private property, the City is responsible to notify the affective property
owners and obtain permission prior to the commencement of the survey
mobilization.
16. Monumentation of the right of way is not included.
Construction Services:
1. For estimating purposes the duration is projected to be 240 calendar
days after the Contractor 'Notice to Proceed' date which includes 28
weeks of actual construction activities. This proposal includes funding of
a RPR for 40 hours per week during the duration of construction plus a
total of 80 hours for the two weeks of preconstruction activities and two
weeks for final completion (20 hours per week average).
2. Work hours for the contractor will be an average of 40 hours per week,
Monday through Friday. Additional hours worked (evenings or weekends)
requiring presence of the Resident Project Representative (RPR) will be
compensated with overtime rates.
3. The City will enter an agreement with the selected contractor.
D. Contract Reference
This Task Order shall be performed under the terms and conditions
described within the Consultant Agreement, Two-Year General Consulting
and Engineering Contract dated November 18, 2003 between the City of
Boynton Beach and Brown and Caldwell as extended by the City
Commission on February 21, 2006 (Resolution R06-050) and extended a
second time by the City Commission on February 19, 2008 (Resolution
R08-027).
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
11
",...""..,.,.,....".,..,.~--<",.'~-..'''--''-" "*"-"- ~ ___"b_.."__~~_
','
---
condition contrary to the work description herein (upon which the design fee
is based) is considered an Additional Services item. Examples include:
1. Development of property descriptions of easements, road right-of-ways,
etc. Preparation of right-of-way or easement boundary surveys.
2. Threatened or endangered species and species of special concern
permitting or relocation work,
3. Archeological/Historical preservation permits, studies, or reports.
4. Analysis of additional corridors.
5. Dewatering plans or permits.
These and other services can be provided, if desired by the City, 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 provide BC in a timely manner, all requested and available
record data and information related to the project as necessary for the
performance of the services specified herein.
2. The City shall review all documents presented by BC; obtain advice of an
attorney, insurance counselor, and other as City deems appropriate for
such review and render decisions pertaining thereto within reasonable
time so as not to delay the services of BC.
G. Compensation
BC proposes to perform tasks outlined above for an amount of $408,816. A
cost estimate presenting a breakdown of fees and hours per task is
presented as Attachment I.
Labor Labor
Hours Cost ODCs Total Cost
58 $8,540 $0 $8,540
40 $5,400 $0 $5,400
25 $4,400 $0 $4,400
33 $3,915 $500 $4,415
8 $1,070 $19,965 $21,035
12 $1,605 $38,858 $40,463
1,172 $124,095 $19,487 $143,582
136 $15,000 $375 $15,375
12
~' >j"..~-~""--.,._,,,-,,,,,,,,,,,, ~, .. ",,' . ...""...........'--. III/,,'l'__~"--"'___"""*-
',I
..
3.0 Bid Phase Services 49 $7,440 $2,150 $9,590
4.0 Construction Management 1,605 $164,235 $6,781 $171,016
And Observation RPR *
Totals 3,036 $335,700 $88,116 $423,816
*Estimated Time and Materials
As provided for in the Agreement, compensation for the services provided
shall be due and payable monthly in proportion to the percentage of the
work estimated by Consultant to be completed at the time of bitling for
lump sum tasks. Time and material, where applicable, not to exceed will
be billed monthly under the agreed billing rates.
H. Project Schedule
The following project schedule has been developed:
Schedule Time Elapsed to
Task Task Completion
Task 1 - Project Management Continuous
Project Kick-off meeting o weeks
Task 2 - Engineering Design
Field Work 1 week
60% Design and Contract Documents 15 weeks
90% Design and Contract Documents 19 weeks
100% Submittal 21 weeks
Task 3 - Bid Phase 5 weeks (est)
Task 4 - Construction Services 32.5 weeks (est)
Deliverables (for benefit of determining periodic payments):
1. Survey (30% of design task payment)
2. 60% plan and technical specification submittal (60% of design
payment)
3. 90% plan and technical specification submittal (90% of design
payment)
4. 100% plan and technical specification submittal, including all permits
(100% of design payment and permitting task payment)
5. Bid opening and evaluation (100% of bid processing payment)
6. Construction Services - periodic payments based upon time and
expenses, not to exceed the upper limit specified in the task order.
13
DATED this dS-~ dayof Clccc ~ T- ,2009.
\.J
CITY OF BOYNTON BEACH BROWN AND CALDWELL
~~ -~~5
Blake Guillory, P. .
Vice President
Attest/Authenticated: Title
(Corporate Seal)
~ "mll"1 -
'I\,,~ \
#' ~\,) ........ * ~
~ ~ ...\"1-~\REs .... ~~
~o .c~ Q09 . ~~
~~ .. ~ ~ .. v~
~ .~ {b' 11l-:J~
~~:~ ~ , I ~:';:::=
.. .;IE en . ~~.o-
.:: :8 ~ ~ i$(b:J::!::
-. Q ~~. -
':"':. ..~ ss ... ~~
~... -. ~ ~~. ti~
~ -. -~ .- (J'" ~
",.~ ,... .........~~~,~
"'///'" NOTAR'(? ..,\\,.
. '.' ; !,; . ,,::,\t"
14
,,,,,,,,,,,.,,.,,,"---"".'~'-~'" ,,^~,...,-,,,.,,,,,...,.,.._.,......_-~. --, ........ ~
, .
" .
I
!
l
;
;
i
; ATTACHMENT I
COST ESTIMATE
i
,
I
i
I
i
i
!
I
".....,,,---,""..',,-~,,",,.,............,- 1-- . .'- -,
,
. " ,
ATTACHMENT I
LABOR COST ESTIMATE
BROWN AND CALDWELL
RAW WATER MAIN INTERCONNECT - SECTION C
DESIGN AND BID PHASE SERVICES
Prin. SenIor Senior Senior Engineer Doolgrw -- Senior
PM Eng_ lnopoctor ~ Admin. Support T_
Blllng Labor Rate 200.00 175.00 120.00 100.00 95.00 90.00 75.00 85.00
TASKS
1.0 PROJECT MANAGEMENT
1.1 MANAGEMENT 4 36 2 16 $8,540
1.2 PROJECT MEETINGS 16 16 8 $5,400
1.3 aAIQC 1 24 $4,400
Hour Sublolal 5 76 18 0 0 0 16 8 123
Labor cost Sub_I $1,000 $13,300 $2,180 $0 $0 $0 $1,200 $880 $18,$40
2.0 ENGINEERING DESIGN
2.1 FIELD WORK (THREE SITE VISITS) 3 24 6 $3,915
2.1.1 GEOTECHNICAL(COORDtNATION) 2 6 $1,070
2.1.2 COORDINATION WITH SURVEYOR (AND SOFT DIG) 3 9 $1,60S
2.2.1 80% DESGIN PACKAGE 1 45 240 80 240 30 $88,625
2.2.2 90% DESIGN PACKAGE 1 12 120 80 220 8 $42,880
2.2.3 100% SUBMITTAL 1 10 40 20 40 4 $12,590
2.3 PERMITTING 16 48 24 18 32 $15,000
Hour SubloIaI 3 91 487 0 184 518 0 80 1361
Labor cost Subtotal $800 $15,925 $58,440 $0 $17,480 $48,440 $0 $8,800 $145,115
3.0 BID PHASE SERVICES
3.1 BID PHASE SERVICES 1 32 8 8 $7,440
Hour Subtotal 1 32 8 0 0 0 0 8 49
Labor Coot Subtotal $200 $5,800 $980 $0 $0 $0 $0 $880 $7,440
4.0 CONSTRUCTION MANAGEMENT
4.1 MANAGEMENT 6 20 16 $4,850
4.2.1 PRECONSTRUCTlON MEETING 1 4 8 4 $2,200
4.2.2 CONFORMED DOCUMENTS 1 4 4 16 2 $2,845
4.2.3 CONSTRUCTION MANAGEMENT 102 32 $14,980
4.2.4 RPR SERVICES 1200 $120,000
4.3 CONTRACTOR SUBMITTALS 2 32 8 $4,870
4.4 PROPOSED CHANGE ORDERS 1 2 12 4 $2,330
4.5 SUBMITTAL COMPLETIONIFINAL ACCEPTANCE 2 8 8 4 $2,450
4.6 RECORD DRAWINGS 2 16 24 18 40 4 $10,130
Hour Sublotal 2 19 202 1232 20 58 16 58 160S
Labor Coot Subtotal $400 $3,325 $24,240 $123,200 $1,900 $5,040 $1,200 $4,930 $184,235
Totel Brawn and Ca~'1 Labor. $335,700
Ilbcwpb03\ProjectslGENlBoynlonBaachI136486_lnterconnact_SacIIon ClDasignPropooalDraftlJuly27RevIoIon\AltaChmanl B.xIs 1
~"",-,--" -"'.._",.....'"-,,~.~.,,".""'<'~,,""" '._""..,- ..... 1_ ~-,'-
r .
. .~ .
ATTACHMENTl
BROWN AND CALDWEll.
OTHER DIRECT COSTS AND PROJECT COST SUMMARY
RAW WATER MAIN INTERCONNECT - SECTION C
DESIGN AND BID PHASE SERVICES
NO. OF UNIT TOTAL
UNIT UNITS COST COST
1.0 AIRFARE TRIP 0 $0
2.0 MILEAGE MI. 10,000 $0.550 $5,500
3.0 LODGING AND MEALS DAY 0 $150 $0
4.0 CAR RENTAL DAY 0 $80 $0
5.0 COPYING AND PRINTING
WORK EFFORT PAGE 400 $0.15 $60
DRAFT SPECIFICATIONS PAGE 600 $0.15 $90
FINAL SPECIFICATIONS PAGE 1,500 $0.15 $225
DRAFT BLUE LINES SHEET $1.50 $0
FINAL BLUE LINES SHEET 1,000 $2.00 $2,000
MYLARS SHEET 0 $20.00 $0
COPYING SUBTOTAL $2,375
6.0 COMMUNICATIONS
TELEPHONE LS 1 $300.00 $300
POSTAGE LS 1 $200.00 $200
FEDERAL EXPRESS UNIT 10 $15.00 $150
FAX LS 0 $1.00 $0
COMMUNICATIONS SUBTOTAL $650
7.0 COMPUTER
CADD HOUR 0 $20.00 $0
ENGINEERING HOUR 0 $15.00 $0
WORD PROCESSING HOUR 0 $10.00 $0
COMPUTER SUBTOTAL $0
8.0 SUBCONSULTANTS
WANTMAN GROUP, Inc. (Survey) LS 1 $29,000 $29,000
WANTMAN GROUP, Inc. (Subsurface) LS 1 $4,500 $4,500
WANTMAN GROUP, Inc. (Optional Svcs. -
Encumberance Report) EA 1 $900 $900
WANTMAN GROUP, Inc. (Optional Svcs. -
Additional Sketch and Legal) EA 1 $925 $925
WANTMAN GROUP. Inc. (Traffic Control Plans) LS 1 $15,000 $15,000
BRIDGE DESIGN ASSOCIATES LS 1 $3,880 $3.880
TIERRA LS 1 $18,150 $18,150
SUBCONSULTANTSUBTOTAL $72,355
OTHER DIRECT COSTS SUBTOTAL $80,880
MARKUPONSUBCONSULTANTS $7,236
TOTAL OTHER DIRECT COSTS $88,11S
\\bcwpb03\Projects\GENlBoyntonBeach\ 136466_lnterconnect_Section C\DesignProposaIDraft\July27Revision\Attachment B.lds
CITY CLERK'S OFFICE
MEMORANDUM
TO: Barb Conboy
Utilities Manager
FROM: Janet M. Prainito, CMC
City Clerk
DATE: August 26, 2009
RE: R09-119 Task Order #U09-03-07 Fee Proposal and Scope of
Services City of Boynton Beach Raw Water Main Interconnect
Attached for your information and use are two originals of the above mentioned Task
Order. Since the documents have been fully executed, I have retained one original for
Central File.
Please contact me if there are any questions. Thank you.
~Yn.P~
Attachments
cc: Central File
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2009\Barb Conboy - R09-1l9.doc
S\CC\WP\AFTER COMMISSJON\Departmental Transmlttalsl2009\Barb Conboy R09-119 doc