Loading...
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