R09-118
n h.-,^'",,_....,,'~"".,t,.,'" ".,'
1 RESOLUTION NO. R09-II~
2
3 A RESOLUTION OF THE CITY OF BOYNTON BEACH,
4 FLORIDA, AUTHOIUZING THE CITY MANAGER TO
5 EXECUTE TASK ORDER NO. U19-15-05 WITH AECOM,
6 . INC., FOR DESIGN, BmDING AND CONSTRUCTION
7 MANAGEMENT SERVICES ON SECTION A OF THE
8 WELLFlELD INTERCONNECTION PIPELINE IN AN
9 AMOUNT NOT TO EXCEED 5561,496.01 PLUS A 5%
10 OWNERS CONTINGENCY IN THE AMOUNT OF
11 528,075.00 FOR A TOTAL BUDGET APPROPRJATION
12 OF Sg,,571.00; AND PROVIDING AN EFnCTIVE
13 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, Section A will commence at the West Water Treatment plant,
21 extending eastward along Boynton beach Boulevard, and then southward along Military
22 Trail to Woolbright Road, a distance of approximately 8,100 linear feet (1.53 miles); and
23 WHEREAS, the City Commission of the City of Boynton Beach upon
24 recommendation of staff, deems it to be in the best interest of the citizens of the City of
25 Boynton Beach to authorize execution of Task Order U09-15-05 with AECOM, Inc., for
26 design, bidding and construction management services of Section A of the Wellfield
27 Interconnection pipeline in an amount not to exceed $561,496.00 plus a 5% owners
28 contingency in the amount of $28,075.00 for a total budget appropriation of $589,571.00.
29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
30 THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
S:\CAIRESOIAgrMmenta\T"k - CIw1ge OrdersIAECOM U09-1!Hl5 (Seclion A WeIIIield).doc
1
f I"-"',,-~ -_...._ _"."."~._.^,. ,.._,__,.._.. __ '_'.""""_""""""_'."'"""_~"_"'''_;",' .^.....~'..._......"_, ".' . ~'. ,..,......,_.,-'""""'..,-_.< """-,_.".,."",, _~',." -"";'1" -"'~>.'~,~
1 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, authorize and direct the execution by the City Manager of Task Order U09-
6 15-05 with AECOM, Inc., for design, bidding and construction management services of
7 Section A of the Well field Interconnection pipeline in an amount not to exceed $561,496.00
8 plus a 5% owners contingency in the amount of $28,075.00 for a total budget appropriation
9 of $589,571.00, 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 ~ day of August, 2009.
12
13
14
15
16
17
18
19
20
21 co~ Ronald Weiland
22
23
24
25
26
27
28 ATTEST:
29
30
31
32
33
34
2
.__~,,,,,,,,,,~,,,,,~_,,,,~,_,,,,,,,,,,,,,,,,-""-"'-'_""'''''_'A' "~~,,~,~_">"_'..,,, ,,"'- _."......,......,..........,--.,_....._--~_..._'-....<".~~".". ...."...".-...~.._.......-
(c'b .;/19
I AECOM
TASK ORDER." U09.1S-GS
July 27, 2009
FEE PROPOSAL AND SCOPE OF SERVICES
CITY OF BOYNTON BEACH
RAW WATER MAIN INTERCONNECT. SECTION A
DESIGN, BID, AND CONSTRUCnON SERVICES
AJacktlround
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 plan from the wett 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.
The City plans to design and construct this raw water main in four sections:
1. Section A - From the WWTP to Military Trail and south to Woolbright
Road.
2. Section B - From Military Trail east to Congress Ave along Woolbright
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
~"'_"C"~_~;~"""'_. ....--__~~"....i....."""...,...-..,...~-W...-'----.,.',.,-.----..,--.....~-.....
I AECOM
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 will be needed
for directional drill locations.
AECOM has recently completed a Technical Memorandum which discusses the
preferred route for the Section A raw water main. Consequently, the City has
requested that AECOM provide this fee proposal to prepare design drawings and
technical specifications for the raw water interconnect Section A and. This
proposal also consists of permitting and bid phases services described herein.
Section A consists of approximately 8,100 If of raw water main. Two other
consultants will be addressing the final design, permitting, and bid phase
services for Sections Band C as part of the overall program effort.
Engineering Services and Resident Project Representative Services during
construction are outlined in this proposal for Section A.
B. Scoae of Services
1.0 Project Management
1.1 Manaaement
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 engineering design phase of the
project.
1.2 Proiect Meetinas
AECOM will attend meetings with representatives of the City as part of
this project, as follows:
a. Project kick-off
b. Design progress I review meetings at the 60% and 90% completion
milestones
c. Palm Beach County Land Development and Roadway Divisions
presubmittal
d. Florida Department of Transportation (FOOT) presubmittal
e. Pre-bid meeting
f. Bid opening
Construction related meetings are included in Task 4.0.
2
.. ,,,,--,,,,,--,~,,,",.,,,,.....,,--....,.....,-- ,....,...-l" ' .,.,....--_._._''''''',..,...,.........''''''".~-'''------'''''''''''....,...,.,.~'~.. .~"--
I AECOM
1.3 Qualitv Assurancel Quality Control
As part of AECOM's compliance with ISO 9001 certifications and QAlQC
engineering practices, we will be conducting internal value engineering
and QAlQC technical and financial meetings at the 10%, 30%, 60%, and
90% completion milestones for the 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, AECOM will perform the
following field activities:
2. 1. 1 Geotechnical services:
. advance eight borings to a depth of 10 feet each to obtain soil
properties (approximately every 1000 If along the raw water main
route). GPS coordinates will be provided for each boring.
. advance four borings to a depth of 25 feet in the area of two
anticipated direction bores. GPS coordinates will be provided for each
boring.
. laboratory testing of each boring (8 samples) to determine corrosive
properties at representative 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
2.1.2 Surveying services:
. Provide a topographic survey of the project corridor, which is defined
as an area 75' in width with ending limits as defined in Section A (to
the south end of Woolbright Road on Military Trail). This corridor width
is intended to generally encompass % of the adjoining road right of
way and extend 15' beyond the road right of way.
. services as defined by the Florida Administrative Code Chapter
61G17-6.004 survey type "(12) Topographic Survey" which will include
roadway right of way, property lines and easements within the project
area as shown from filed plats.
. generate a 1 "=30' scale topographic map of the project area (both in
CADD and a signed and sealed copy), including all visible
improvements within the project corridor.
. locate all visible utilities and measure invert elevations of storm and
sanitary sewer structures within the project corridor. Overhead utility
lines will be shown upon the map.
3
_...--f""",,,~,,,,,._...,---~._,-~,,,,~~-,,,,,._,,,,-",..,,,,..,-,..,"-.,~.~.,,...,"'""",....~~."'.__...._-',.",...~-..,..-'''--_.-
I AECOM
. surveyor to coordinate with Sunshine One and have all utilities within
the project corridor identified. These utilities are to be shown on the
survey map.
. locate landscaped areas and trees within the project corridor.
. provide PSM signed and sealed survey plans
2.1.3 Vacuum extraction (soft dig) - for those areas of concern for
anticipated underground utility issues:
. provide 10 soft dig utility locations
. Should the City request that additional locations be explored, these
locations are $300 per hole (not including 10% markup). All additional
work must be performed while the crew is on-site. Otherwise a setup
fee of $300 not including markup would be imposed.
2. 1.4 Easement Identification Services - AECOM will provide assistance
to the City regarding possible easement acquisition for a possible route
along the Regional Seminary of St. Vincent located at Military Trail.
. Assist the City in discussions with the Seminary property owner
regarding the potential to obtain a utility easement along the roadway
for the purpose of installing the proposed raw water main. This effort
will consist of researching the affected property owner, contacting that
property owner to request a meeting to describe the project, the
request for an easement, the process, a proposed cost, and legal
documents for an easement should the property owner be amenable.
It is noted that easements are not required for the project; therefore,
the easements will only be pursued if the property owners are
cooperative and timely.
. Prepare sketch and legal descriptions for easements, if needed.
. Research existing plats and right of way maps to use as base maps for
the proposed project.
. Provide title research regarding easements of record for specific areas
as defined by the City and designer. Up to two properties may be
researched.
An allowance of $15,000 has been assigned to this subtask.
2.2 60% and 90% Final Desian Drawinas and Technical Soecifications
AECOM will provide raw water main plan drawings of the project area
using the survey information obtained from field investigations. AECOM
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.
4
..<><...".,,.....,,.,..........~_~~ .___---.',.,....,.....,,"'~"""'"'-,,.,...~~-"'.."-....-...---.,....-,.-."'~v---~-"-....,
I AECOM
Design milestones are defined as follows:
. 30% Design Documents - Completion of survey, geotechnical, soft
dig, and Contract Drawings Plan
. 60% Design Documents - Raw Water System Details, draft 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 8,100 If of raw water main in Section A):
Sheet No. Drawin No.
1 G-O
2 G-1
3 G-2
4 C-1
5-8 C-2 to C-5
9-23 C-6 to C-20 rofile
24-27 C-21 to C-24
AECOM 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 AECOM 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.
2.2.1 Surge Analysis
As part of the design, AECOM will perform a preliminary pipeline surge
analysis for the length of raw water pipe from the West WTP connection
point to the discharge point at the East WTP.
2.2.2 Traffic Control Plans
AECOM shall design a Traffic Control Plan to move vehicular and
pedestrian traffic during all phases of construction. The design
shall consider construction phasing of ingress and egress to
existing property owners and businesses, routing, temporary
signing and pavement markings, detour quantity tabulations (as
applicable), and drop offs within clear zone created by construction
activities.
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.
5
> ,.,,,'.......,,.,'....,.,.,...~..~.__.. ~,__~__..,-"'-..,..,~--"'"...",.,,-,._.-..;--<-,,. ""'......~........_..........,..._-..'''_.,...,'_'_"...~n.,'c.__'_~_..~
I AECOM
Although the County indicated that they would perform the lane
closure analyses necessary for the permit for this project, it is
assumed that one lane closure analysis will be prepared by the
consultant.
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, AECOM shall meet with Palm Beach County Traffic
Division and FOOT 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 during construction by use of appropriate
specifications and designs in the project's construction.
It is assumed that trench boxes will be applicable for use on the
project; should unforeseen conditions require that temporary sheet
pile be necessary, an amendment to this agreement will be
required.
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.
2.2.3 Engineer's Estimate
At the 60% and 90% completion milestones, AECOM will prepare
an engineer's estimate of probable construction cost. The cost
estimated will be subdivided into separate items as much as
practical.
2.2.4 Schedule of Bid Items
At the 60% and 90% completion milestones, AECOM will prepare
the schedule of bid items.
2.2.5 Deliverables
AECOM will provide the City three sets of deliverables (Contract
Documents) for each milestone in hard copy. AECOM will provide
four sets of Bid Documents to the City in hard copy and electronic
format (.pdf, .doc, and .dwg files) at the 100% milestone.
6
'."."-~'''''''~'".._", ".....~ I . .. f____."""""-_..__~___ ~_..._-"".-
I AECOM
2.3 Permittina Activities
Permitting activities will consist of the following efforts:
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. AECOM will prepare responses for up to two Requests for Additional
Information (RAI) made by regulatory agencies following submittal of
the permit applications. Responses required by additionat agency
requests for additional information will be considered an Additional
Services item. AECOM shall incorporate permit agency comments
into the 100 percent plans set.
c. Up to two meetings with each regulatory agency is anticipated.
Additional meetings will be considered an Additional Services item.
Permitting activities with the following agencies are anticipated:
d. Florida Department of Transportation (FOOT) permit for route and
restoration approval
e. Palm Beach County Department of Health (PBC) permit for
constructing a water main
f. Palm Beach County Land Development and Roadway Divisions (PBC)
for route, MOT, and restoration approval
AECOM will provide half size plans to the permitting agencies as required.
Reasonable and common permitting practices have 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,
ArcheologicaVHistorical 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, M&E will provide engineering services during the bidding
and award of the project for one bid package. In accordance with the
7
~-~,~"-,,,,,---<,~- .- "'.',._---------,;~--;..........""""'---~.~"_..~~-_...__.
I AECOM
City's Standard Procedures and Functions for Consultants, Procurement
Services, and Project Management Team, the following tasks are
anticipated:
1. Bid advertisement to be posted by the City
2. Provide four 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 three plan review rooms selected by
the City
4. Distribute project documents and collect payment from potential
contractors
5. Maintain a plan holders list
6. Provide one Addendum, if required, to City Procurement
7. Conduct and minute a pre-bid conference (tasked under 1.2)
8. Respond to prospective bidders' written inquiries
9. Attend bid opening (tasked under 1.2)
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 three
references for up to three 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. and make
recommendations to City regarding award of bid
4.0 Construction Services
AECOM will provide construction services outlined below for the duration
of the project through Final Completion. Services are described as
follows:
4.1 Manaaement
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 construction services phase of
the project.
4.2 Technical Services
4.2.1 Preconstruction Meeting
AECOM will conduct the preconstruction meeting between the City
and project representatives to assist in explaining construction
administration procedures.
8
~"____"""''''''''''''''''''''''''''_'c' .......-.....-_,..,....... Ii'" ~..........,.,..__..._~_,_._""..' .......~-,---~_..-. ------
I AECOM
4.2.2 Conformed Documents
AECOM shall provide for Conformed Documents and provide up to
five sets to the Contractor for permitting.
4.2.3 Construction Management
AECOM will provide for a part-time construction manager for the
duration of the project (estimated at 31 weeks of construction plus
4 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
. monitor and track contractor submittals
. monitor contractor schedule compliance
. monitor and track project testing requirements
. Negotiate required Field Change Directives
. Review and approve monthly applications for payment by the
contractor
. with City assistance, address construction related issues with
respect to the general public
This effort has been estimated at an average of 16 hours per week
for the total of 35 weeks.
4.2.4 RPR Services
AECOM 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 31 weeks of actual construction
activities. The duties to be performed by the RPR shall consist of:
. daily 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 bi-weekly progress meetings with contractor,
. assist in reviewing pay estimates, review record drawings,
. review and assist in negotiating change orders.
9
,....-,..._...."'___..e....._ .--,--_..._,......,.,,-~.~"'--~_.,""-~..,~,.~--_.."'~..._~._...-.---~---
I AECOM
The RPR will also be available for the two weeks of preconstruction
activities and two weeks for final completion (20 hours per week
average)
4.2.5 Engineering Services
AECOM engineers will provide necessary inspections at key points
during project construction to certify our portion of the work.
4.3 Contractor Submittals
AECOM'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.
AECOM 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 via the Construction Manager.
3. AECOM will respond to requests for information (RFI) by the
Contractor. It is reasonable to expect one RFI every other week during
construction. AECOM will prepare up to two supplementary drawings
to resolve actual field conditions encountered.
4.4 Proposed Chanae Orders
As budgeted, AECOM engineers will review up to four change orders
submitted by the Contractor. Review will address conformance to original
design concepts and cost-effectiveness. AECOM will evaluate requested
price changes and time extensions for proposed change orders and make
recommendations in writing via the Construction Manager.
4.5 Substantial Completion/Final Acceptance
Key members of AECOM'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 Drawinas and Certification Submittals
AECOM will review the signed and sealed record drawings showing
changes made during construction, as 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:
10
'--'--'-"'~'.""""--~"'---""'-;._---'- ....._---------""'_.,,,..."""'-~'~.......- ~. . . . . . ....,...,--------'
I AECOM
. 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 AECOM.
AECOM 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 AECOM as the lead consultant. This team will
be led by Mr. Brian Stitt who will act as principal-in-charge. Our project manager
will be Mr. Jim Penkosky, P.E. The following subcontractor(s) will be used as
part of this effort:
. Dunkelberger Engineering & Testing (geotechnical)
. I nframap , Corp. (soft dig)
C. AasumDtions
Design and Bid 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. Survey efforts will be 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.
4. Monumentation of the right of way is not included.
5. Hydraulic modeling of the raw water system in the project area will not be
conducted.
6. 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).
7. All permitting fees under this scope of work will be paid by the City.
8. Front end documents will be provided by the City for use in the Bid
Documents.
9. The Contract Documents will be prepared as a single package.
10.A single bidding effort is assumed.
11.lt 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
'-"'",""'-~~-""" ,.,--,..,,.,.,,..,.,- ... ,..."_..,......'"_,~_'"""-.'.A_""..'<~,,,..,......
I AECOM
12. The City will provide Autocadd standards that will be followed regarding sheet
borders, fonts, layer names, etc.
13. Attendance at public meetings or hearings associated with public involvement
or with permits applied for in support of the project is not included.
14. 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.
15. Compensation for engineering work in this design proposal (Tasks 1-3) will be
based on a lump sum method of payment. Easement Identification services
under Task 2.2 will be an allowance and paid under a time and materials
agreement in accordance with approved contract rates. Estimates are based
on a design notice to proceed by July 1, 2009 for the schedule duration
herein.
Construction Services:
1. For estimating purposes the duration is projected to be 300 calendar days
after the Contractor 'Notice to Proceed' date which includes 31 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). The CM has been budgeted for an average of
16 hours per week for a 35 week activity duration.
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.
4. Compensation for engineering work in this construction services proposal
(Task 4) will be based on a time and materials method of payment in
accordance with approved contract rates. Estimates are based on a
contractor notice to proceed by July 1, 2010 for the schedule duration herein.
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
Metcalf & Eddy 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. A..ona. 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
12
,~'''~'''----,.,-~. ."-'-', l.~ ....--.____~ .____._~._.__~__~__.._c,~
I AECOM
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 rig ht-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, 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. OblilltiOM of the City
1. The City shall provide AECOM 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 AECOM; 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 AECOM.
G. Corn_nation
AECOM proposes to perform tasks outlined above for an amount of $561,496. A
cost estimate presenting a breakdown of fees and hours per task is presented as
Attachment I.
The fees are summarized below:
Labor Labor Subal
Hours Fee ODCa Total Fee
138 $19,658 $550 $20,208
60 $9,080 $880 $9,960
36 $7,164 $110 $7,274
576 $76,328 $28,294 $104,622
1140 $124,416 $2,310 $126,726
92 $10,402 $550 $10,952
63 $6,299 $0 $6,299
130 $19670 $550 $20 220
1996 $205,584 $10,725 $216,309
202 $24,176 $440 $24,616
13
._...,._,."'.....~,~_.~_. ...........,---- _... n~ ---~" ~~.......,--_._~..--..~.....---"'.,-.~-~.....---.
I AECOM
4.4 Pf Chanae Orders 14 $1,918 $55 $1,973
4.5 Substantial Completion 28 $3,724 $110 $3,834
4.6 Record Drawinas/Certifications 68 $8,228 $275 $8,503
Totals 4,543 $516,647 $44,8-49 $161,418
Percentage of lump sum payment shall be determined based upon the
percentage complete for each sub-task (Le.- Field work, 60% design, 90%
design, 100% design). During construction, all reimbursement shall be on a time
and expense basis, while staying within the not-to-exceed limits.
H. Proiect Sctaeclule
The following project schedule has been developed:
Schedule Time Elapeed to
Task ~
Task 1 - Project Management Continuous
Project Kick-off meeting o weeks
Task 2 - Engineering Design
Field Work 12 weeks
60% Design and Contract Documents 18 weeks
90% Design and Contract Documents 22 weeks
100% Submittal 26 weeks
Task 3 - Bid Phase 34 weeks (est)
Task 4 - Construction Services 42 weeks from
construction NTP
14
I AECOM
I
-\" LLL'-~~-\-
DATED this :)8 day of ,2009.
CITY OF BOYNTON BEACH AECOM USA, INC.
~~~4-e~ ~^- ~ ~ -tf:~p
urt Bressner, City Manager
District Vice President
Attest! Authenticated: Title
1n.R .
Attest! Authenticated:
~~~~
Notary
NOTARY PUBUC-STATE OF FLORIDA
~ Katherine B. Cole
. Commission # DD535736
Expires: APR. 20, 2010
Bonded Thru Atlantic Bonding Co., Inc.
15
""""-,,,.-,._.. ~... '....".~._. ~ I - """"" ...._"-..'-~
I AECOM
ATTACHMENT I
COST ESTIMATE
CITY OF BOYNTON BEACH
Raw Water Main Interconnect Section A - Design, Bid, and Construction Services
ATTACHMENT I - summary of fees
TASK o.ianatlons
LABOR CATEGORY HOURLY 1.1 1.2 1.3 2.1 2.2 2.3 3.0 TOTAL TOTAL
RATE Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs HOURS FEES
inNrIna:
Proi. D1r.. PrlncIpaJ $199 4 $796 $0 $0 $0 2 $398 $0 1 $199 7 $1 393
IProi. Dlr.. QA/QC\ $199 $0 $0 36 $7,164 $0 $0 $0 $0 311 $7,164
SenIorProlectMa- $1n 78 $13.808 32 $5.664 $0 6 $1.062 78 $13806 16 $2.832 8 $1.416 218.- $38,586
Sr. P . \tratflCDlaii) $1n $0 8 $1,416 $0 $0 52 $9.204 6 $1.062 $0 III $11 682
$129 $0 $0 $0 $0 60 $7.740 $0 $0 --.r $7.740
$100 32 $3200 12 $1.200 $0 24 $2.400 316 $31.600 40 $4.000 36 $3.600 4iiit $46.000
Senior Enalneer (traffic Dlan\ $100 $0 8 $800 $0 $0 92 $9.200 2 $200 $0 1021 $10,200
Engineer $89 $6 $0 $0 8 $712 140 $12.460 12 $1,068 $0 1IOJ $14240
Proitsaional SurveyorlMaDDe $113 2 $226 $0 $0 220 $24860 $0 $0 $0 2221 $25086
Survey Technician $76 $0 $0 $0 80 $6.080 $0 $0 $O:::!l $6,_
SUMlV Crew (3-Dersori\ $180 $0 $0 $0 220 $39,600 $0 $0 $O..!!!J $39,600
TeeIInIeaI~: I
semor $104 2 $208 $0 $0 12 $1,248 336 $34.944 8 $832 2 $208 3101 $37440
$81 $0 $0 $0 $0 60 $4.860 $0 $0 It $4,860
SenIor FIekJ tive $132 2 $264 $0 $0 $0 $0 $0 $0 2 S264
SenIor Insoector $85 $0 $0 $0 $0 $0 $0 $0 0 $0
PraIect SlIDIIOI't 8ervIces:
ISenIor Administrative $81 8 $648 $0 $0 2 $162 $0 $0 2 $162 12 $972
Admltlistratlve $51 10 $510 $0 $0 4 $204 4 $204 8 $408 14 $714 .a $2.040
TOTAL NNEL 138 $1@ eo 59.080 31 $7.114 m $76328 1140 *1240418 t2 110.402 83 51.211 ~
Direct Costs:
Dunkelberaer (oeotechl cost $0 $0 $0 $8.885 $0 $0 $0 $8.885
InfraMao (10ft dial cost $0 $0 $0 $3.000 $0 $0 $0 $3 000 i
oOCa cost $500 $800 $itler $200 $2.100 $500 SO $4 200,
ODCISub marlt-uD 10% $50 $80 $10 $1209 $210 $50 $0 $1.6091
EesementAlIowance $0 $0 $0 $15.000 $0 $0 $0 $15000 I
TOTAL .. \ANln.. J!! J!i: sff. :Ii!! SUi. l!!: 10 ::III!:
1
SUB TOT A [f $20 208 59.110 S1:274 S1ME: $128,728 S10,852 Jt!! l!!!m:
Metcalf Eddy 7/27/2009
o.
LABOR CATEGORY HOURLY 4.1 4.2 4.3 4.4 4.6 4.8 TOTAL TOTAL
RATE Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs Hours Rt x Hrs .HOURS FEES
Conau lneertna:
Pn:li. D1r., PrIncI eI $199 6 $1,194 $0 $0 $0 $0 2 $ a $1,592
Proj. D1r. PRncI .. 1QA/QC) $199 8 $1,592 so $0 $0 $0 $1.592
Senior PI'OIect , anaaer $1n 80 $14,160 70 $12390 52 $9,204 8 $1,416 12 $2,124 16 $2, $42,126
Sr. Prolect Mar traffic plan) $177 $0 20 $3,540 8 $1.416 $0 $0 $4,956
ProIect $129 $0 $0 $0 $0 $0 $0
Senior Enoineer $100 12 $1,200 104 $10400 114 $11,400 4 $400 16 $1,600 24 $2 274 $27,400
SenIor traffic plan) $100 $0 $0 $0 $0 $0 0 $0
ElIQineer $89 $0 $0 16 $1,424 $0 $0 1. $1,424
Profeeslonal SurveyorlMappe $113 $0 $0 $0 $0 $0 0 $0
Sufvey Technician $76 $0 $0 $0 $0 $0 0 $0
Sutvev Crew (3..person) $180 $0 $0 $0 $0 $0 0 $0
Technical ServIces:
Senior Designer $104 $0 24 $2,496 $0 $0 $0 24 $2 48 $4,992
Deslaner $81 $0 $0 $0 $0 $0 0 $0
SenIor FIeld Representative $132 $0 568 $74,978 $0 $0 $0 .. $74,978
Senior Insoector $85 $0 1168 S99,280 $0 $0 $0 11181 $99.280
!
Project 8ullPOft Services: 1
SenIor AdmInJstratIve $81 10 $810 12 $972 4 $324 $0 $0 $0 26 $2,106
Administrative $51 14 $714 30 $1,530 8 $.408 2 $102 $0 2 $1 II $2,856
TOTAL RSONNEL 130 S11170 1_ 184 202 $24.178 14 $1.118 28 $3.724 .. 24311
Direct Coata:
Dunkelberaer (aeotech) coat $0 $0 $0 $0 $0 $0
InfraMao (soft dia) coat $0 $0 $0 $0 $0 $0
ODes coat $500 $9,750 $400 $50 $100 $ $11 050
OOCJSub mark-uD 10% $50 $975 $40 $5 $10 $1,105
Easement Allowance $0 $0 $0 $0 $0 $0
lI!: nt .... J![ 1110 112.111
SUB TOTAL im!: $211l![ If8 SUfS $3.134
GRAND TOTALI I I I
MetcaK Eddy 7/2712009
CITY CLERK'S OFFICE
MEMORANDUM
TO: Barb Conboy
Utilities Manager
FROM: Janet M. Prainito, CMC
City Clerk
DATE: August 26, 2009
RE: R09-llB Task Order #U09-lS-0S 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.~
Attachments
cc: Central File
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2009\Sarb Conboy - R09-1l8.doc
S \CC\WPIAFTER COMMISSION\Departmental Transmlttals\2009\Barb Conboy - R09-118 doc