R09-186
II
1 RESOLUTION NO. R09-186
2
3 A RESOLUTION OF THE CITY OF BOYNTON BEACH,
4 FLORIDA, AUTHORIZING THE CITY MANAGER TO
5 EXECUTE TASK ORDER NO. UI0-03-08 WITH BROWN AND
6 CALDWELL, FOR THE DESIGN, PERMITTING, BIDDING AND
7 CONSTRUCTION PHASE SERVICES ASSOCIATED WITH THE
8 REPLACEMENT OF A SUBAQUEOUS FORCE FROM CITY
9 LIFT STATION NO 102 IN AN AMOUNT NOT TO EXCEED
10 $73,817.00 PLUS A 5% CONTINGENCY IN THE AMOUNT OF
11 $3,691.00 FOR A TOTAL BUDGET APPROPRIATION OF
12 $77,508.00; AND PROVIDING AN EFFECTIVE DATE.
13
14
15 WHEREAS, on January 22, 2009, a 6-inch diameter force mam under the
16 Intracoastal Waterway was noted to be leaking wastewater; and
17 WHEREAS, the leak was repaired that same evening but the repair failed again on
18 March 12,2009; and
19 WHEREAS, the physical integrity of the remaining pipeline is now doubtful and it
20 is necessary to replace the pipeline with a new line that is impervious to the type of corrosion
21 which caused the pipeline to fail; 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 UlO-03-08 with Brown and Caldwell,
25 for design, permitting, bidding and construction phase services associated with the
26 replacement of a subaqueous force from City lift station No. 102, under the Intracoastal
27 Waterway in an amount not to exceed $73,817.00, plus a 5% contingency amount of
28 $3,691.00, bringing the total approved value to $77,508.00.
29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
30 THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
\lapps3\autoIData\63\ltems\631850\390IReso _ -Brown_and _CaldwelL U 1 0-03-08_( LS _ 1 02). doc
1
II
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 City Manager to execute Task Order UI0-03-08
6 with Brown and Caldwell, for design, permitting, bidding and construction phase services
7 associated with the replacement of a subaqueous force from City lift station No. 102, under
8 the Intracoastal Waterway in an amount not to exceed $73,817.00, plus a 5% contingency
9 amount of $3,691.00, bringing the total approved value to $77,508.00, a copy of which is
10 attached hereto as Exhibit" A".
11
Section 3.
This Resolution shall become effective immediately upon passage.
12
PASSED AND ADOPTED this 15th day of December, 2009.
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29 ATTEST:
30
31
32
33
34
35
,- --------
~
.P~
IReso_ -Brown_and_CaldweILU1 0-03-Q8_(LS_1 02) doc
2
Roq -1St.
TASK ORDER NO. UI0-03-08
DECEMBER 15, 2009
FEE PROPOSAL AND SCOPE OF SERVICES
CITY OF BOYNTON BEACH
SUBAQUEOUS FORCE MAIN REPLACEMENT FOR
LS 102
DESIGN, BID PHASE AND CONSTRUCTION PHASE
SERVICES
A. Background
The City's 6-inch sewage force main crossing the Intracoastal Waterway (leW) from LS
102 (see aerial photo below) was found to be leaking in recent past. The leak was
repaired with a suitable fitting, but again was found to be leaking due to failure of the
repair sleeve. The City desires to now replace the force main crossing the ICW in its
entirety due to concerns about the long term integrity of the pipe. The existing force
main was constructed in 1985 using a cement-lined ductile iron 6-inch diameter pipe. It
appears that the existing pipe may have failed due to intense, isolated corrosion on the
exterior of the pipe. The new force main will be an 8-inch inside diameter pipe
constructed of high density polyethylene (HDPE) and will not be subject to corrosion.
This scope of services describes the tasks involved in the replacement of the existing
pipeline through surveying, geotechnical investigation, design, permitting, bidding and
construction services.
B. Scope of Services - Phase 1, Data Collection
The CONSULTANT will provide survey, geotechnical, and environmental assessment
support services using subconsultants for Phase I and the fee for this work will be on a
lump sum basis. CONSULTANT will manage subconsultants and be responsible for the
accuracy of the information provided. Included in the data collection will be a project
kickoff meeting with the CONSULTANT, CITY and subconsultants. Data to be
collected will include:
Task Order No. UIO-03-08 Force Main Replacement for LS 102
Ij'-~
Aerial Photo Depicting the Approximate Location of the Existing Force Main and
Location of the Proposed Replacement Force Main.
Survey:
Topo of entrance and exit location for directional bore, property corners, existing
easements, location and elevation of existing utilities (limited to immediate area of
construction using record drawings to the extent possible), bathometric survey of bottom
Intracoastal Waterway profile. wetland and other areas of environmental concern
(flagged by environmental subconsultant), geotechnical boring locations and elevations
(flagged by geotechnical engineer), existing force main location. surface features
including but not limited to roads, sidewalks, rights of way, power poles, property
corners, trees and shrubs, bulkheads and seawalls, drains and stormwater features, other
utilities (gas, water, electric, cable) to the extent possible. Utilities found will be
designated including gas. water and cable. Utilities designated will be marked in the
field with paint and flags. A field sketch will be provided along with digital photos of the
project site. All areas will be assumed accessible to survey staff and vehicles and are in
public right-of-way or eITY will have obtained permission for access to the areas.
Survey will be provided in one 24x36 hard copy, signed and sealed and one electronic
copy in Autocad 2008 formatted in accordance with the City of Boynton Beach's Utilities
standards. During this stage of the project. the surveyor will provide title research for
one parcel of the feW for the existence of easements in the immediate vicinity of the
proposed project. Previous determinations by FDEP resulted in the finding that no
submerged land easement is needed as this portion of the lew was excavated from
uplands.
Data collection for up to 6 potholes has been included in this scope (excavation provided
by others ).
Task Order No. UIO-03-08 Force Main Replacement for LS 102
Geotechnical:
Geotechnical boring information on east and west banks of Jew to a depth of
approximately 50 feet below land surface (approximately 30 feet below the channel), pH
of the borings at the approximate elevation of the directional bore's lowest point, soil
classifications, groundwater levels, standard penetration tests, review of USDA soil
survey, geotechnical report (2 hard copies and one electronic copy), and cement grouting
of all bore holes to surface.
Environmental Assessment:
Perform site reconnaissance to determine extent and classify surface vegetation and
wildlife, subsurface vegetation and wildlife, evaluation of potential impact from proposed
activities, two hard copies of report and one electronic copy of report of findings
including location map, aerial photo, underwater survey transect map and underwater
vegetative coverage map.
C. Design - Phase 2
The eONS UL T ANT will design the new force main crossing the ICW using the
directional bore method and other methods as required, and will depict the tie-ins to the
existing force main on the east and west banks and prepare construction documents
(plans and specifications) depicting same. eONSULTANT will utilize the CITY's
standard detail drawings (to be provided electronically by eITY) during the preparation
of plans and standard front-end contract documents (to be provided electronically by
CITY) in the preparation of the specifications. In addition to the project kickoff meeting
described in the data collection section, eONSUL T ANT will attend project review
meetings with the CITY at approximately the 60%, 90% and 100% levels of completion.
Oeliverables during these meetings will include two (2) full size sets of plans. Draft
specifications will be provided at the 60% stage and final specifications (5 sets and
electronic copyl and plans (5 sets full size and POP copy) provided at the 100% stage.
The CONSULTANT will utilize the services of an in-house national directional bore
expert to provide technical review and oversight during the design phase. Design will
attempt to minimize disruption to utility services, to the environment, to the public in
general, and to adjacent properties to the extent possible. This scope has been prepared
assuming the proposed force main will be one size larger (8-inch inside diameter) than
the existing pipeline (6-inch inside diameter). Design will consider and incorporate if
necessary standby pumping as required to accomplish the installation. Design will
address restoration of disturbed areas. An engineer's estimate of probable construction
cost will be prepared at approximately the 60%, 90% and 100% milestones. The extent
of design for the project will encompass the replacement of the force main only with no
implications of lift station design repairs or other work either to be designed by the
CONSULTANT or prepared by others and incorporated into the plans prepared by the
CONSULT ANT. The fee for Phase 2, Oesign will be on a lump sum basis.
Task Order No. UI0-03-08 Force Main Replacement for LS 102
D. Permitting - Phase 3
eONSULTANT will conduct a pre-application meeting with the FDEP for the
Environmental Resource Program (ERP) permit and FDEP Utility Permit and prepare
permit applications for the project as outlined below on a lump sum basis. A total of two
(2) Requests for Additional Information (RAn for each permit have been assumed for
this phase. The lump sum fee for this phase represents an estimate of the level of effort to
be performed. However. it is possible that due to reasons beyond the control of the
eONSUL T ANT, the level of effort required may be greater than that estimated, and the
CITY agrees to compensate the CONSULT ANT for additional fee on a time and
materials basis upon submittal of written documentation justifying services
Permit applications to prepared and submitted include:
FDEP Utility Application (DEP Form 62-694.300(8)(a))
While this project may be classified as a repair/replacement effort and not subject to
permitting, increasing the force main size will likely require a permit application and fee.
Additionally, it has been our experience that lCW crossings do not qualify under a
general permit status ($250 fee) and will require an individual permit ($500 fee).
Application fees will be paid by the eITY.
FDEP Environmental Resource Permit (ERP)
Submittal of the ERP to FDEP triggers an automatic forwarding of the application and
relevant information by the FDEP to the Corps of Engineers for concurrent review. The
ERP application and required accompanying information usually results in the
preparation of a fairly large document. Also, a severance fee will be required for each
cubic yard of material removed by the directional drill typically equivalent to about $1.25
per yard unless the removed material is disposed of in a landfill. The permit application
fees will be paid by the CITY.
E. Assistance During Bidding - Phase 4
The CONSULT ANT will provide assistance to the eITY during the bidding phase of the
project based on a lump sum fee. Services to be provided include the following:
. Attendance at the Pre-Bid Conference
. Answering Bidder's Questions
. Issuing Addenda
. Attendance at the Bid Opening
. Review of Bids Received
. Reference eheck
Task Order No. UIO-03-08 Force Main Replacement for LS 102
· Recommendation of Award Letter
F. Construction Phase Services - Phase 5
The eONSULTANT will provide the following services during construction on a lump
sum basis:
· Attend Preconstruction Meeting
Includes preparation of meeting minutes and meeting agenda
· Review Submittals and Pay Requests
CONSULTANT will review contractor's equipment and material submittals for
conformance with the contract documents and process the submittals in a timely
manner. CONSULTANT will review and process the contractor's monthly pay
requests and make written recommendations for payment.
· Onsite Construction Observation
CONSULT ANT will provide part time onsite construction observation services
including witnessing and documenting pressure testing of the pipeline following
installation. A total of 80 hours of on-site observation has been included in the
fee for this phase. CONSULTANT and/or his subconsultant will meet with
regulatory agencies on site for the required regulatory preconstruction meeting.
· Project Closeout
Following installation of the pipeline. eONSULTANT will prepare record
drawings using certified information supplied by the contractor's surveyor.
CONSULTANT will review and process final pay estimate and provide three
paper copies of record drawings and one electronic copy of record drawings.
G. Assumptions
The following assumptions were made in establishing and preparing the scope of services
for this project. Changes and/or modifications in the above work items are considered
Additional Services under the terms of the contract. Assumptions include:
I. The project includes the IeW crossing at the location described and does not
include additional force main. water main or other utility replacement work.
Replacement force main in this proposal is that generally defined by the green
line on the aerial photo on page 2 of this proposal.
2. Potholing existing utilities (i.e. the excavation and backfilling) has not been
included in this proposal and has been assumed to be provided by the CITY or by
others directly contracted to the CITY. The collection of survey data once the
hole is excavated has been included in this proposal.
Task Order No. UI0-03-08 Force Main Replacement for LS 102
3. The CITY will provide access to and assist in record drawing location and
retrieval.
4. The elTY will mark their underground utilities in a timely manner to facilitate
the survey.
5. No pump station work (including electrical work) has been included.
6. Surface easements (temporary construction and permanent) have not been
included in this proposal.
7. Attendance at public meetings and hearings is not included.
8. Work under the Permitting phase has been based on eONSUL TANT's estimation
of the level of effort required based on his experience with similar projects.
Should the level of effort required exceed that of the estimate, it is understood
that the eITY will compensate CONSULTANT on a time and materials basis for
the additional hours required using the hourly rates established in the master
contract. Possible reasons for exceeding the estimated fee may include (but not
be limited to): Lengthy Request(s) for Additional Information (RAI) from
regulatory agencies, unknown subsurface conditions in the form of unknown
pipelines or geology that would interfere with the proposed bore alignment,
groundwater contamination, property disputes, or various environmental issues
(seagrass issues, endangered species, damage to environment during construction,
etc.).
9. All permit application fees will be paid by CITY.
H. Contract Reference
This task order shall be performed under the terms and conditions described within the
Agreement for General Engineering Consulting Services dated November 18, 2003
between the eity of Boynton Beach and Brown and Caldwell and extended by the eity
Commission on February 21. 2006 (Resolution R06-050) and extended a second time by
the eity Commission on February 19,2008 (Resolution R08-027).
I. Additional Services
The following are examples of some specific Additional Services that may be required,
but are not included within this Task Order. Generally, a condition contrary to the work
descriptions in Sections B, C, D, E and F or assumptions in Section G (upon which the
design fee is based) is considered an Additional Services Item. Examples include:
1. Development of property descriptions of easements, road rights of ways, etc.
Preparation of right of way or easement boundary surveys.
2. Threatened or endangered species or species of special concern permitting,
Environmental Impact Statements, or relocation work. (these items are not
included in nor are thought to be required in the Environmental Assessment under
Data Collection, Section B at the time of this writing).
3. Archeological/Historical preservation permits, studies or reports.
Task Order No. UIO-03-08 Force Main Replacement for LS 102
4. Analysis of additional directional bore crossing locations.
5. Addition of other utility repair, utility replacement, or utility rehabilitation work
not specifically described herein.
6. Landscape design services.
7. Confirmation of existing underground utility locations using vacuum excavation
and other means exceeding the accuracy of a standard utility metal locator.
8. eonstruction surveys.
9. Force main condition assessment services.
10. Hydraulic modeling.
11. Rebidding the project.
12. Design modifications to the eonstruction Documents (i.e. change orders) during
construction.
13. Reprographic costs for additional copies of documents exceeding those specified
in this proposal.
14. Ground or groundwater contamination issues.
15. Additional effort related to eonstruction Services exceeding eONSULTANT's
budgeted hours.
These and other services can be provided, if desired by the eITY, under separate Task
Order(s) or by 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.
J. Obligations of the CITY
I. The eITY shall provide eONSUL T ANT in a timely manner record data and
information related to the force main, lift station and other utility lines in the
immediate area of proposed construction for performance of the services specified
herein.
2. The CITY shall review all drawings and other documents presented by
CONS UL T ANT and obtain advice of an attorney, insurance counselor, or others
as CITY deems necessary and appropriate for such review and render decisions
pertaining thereto within reasonable time so as not to delay the services of
eONSUL T ANT.
3. The CITY shall promptly pay eONSULTANT invoices and promptly request and
facilitate the issuance of permit fee checks required to accompany permit
applications.
4. The CITY shall allow eONSULTANT unlimited access to force main and LSI02
during the duration of this project.
Task Order No. UIO-03-08 Force Main Replacement for LS 102
K. Compensation
In accordance with the above mentioned Agreement, compensation by the elTY to the
CONSULTANT will be on a lump sum basis except where specifically noted otherwise.
The estimated time and fee for the services described in this Task Order are as shown in
Exhibit A, attached.
L. Schedule
The eONSULTANT will commence the project, beginning with data collection upon
written notice to proceed and will complete Sections B, e, and D within 90 days.
Sections E and F will be completed following receipt of permits at the direction of the
CITY. A detailed schedule has been attached as shown on Exhibit B.
The rest of this page is intentionally blank.
Task Order No. UI0-03-08 Force Main Replacement for LS 102
AUTHORIZATION
APPROVED BY:
CITY OF BOYNTON BEACH
Dated this day of ~ ~b 2009
CITY OF BOYNTON BEACH
Brown and Caldwell
Kurt B~
City Manager
~~
Albert Basulto
Vice President
~m.
C Y Clerk
Approved as to Form:
Attest/Authenticated:
Secretary / Notary
lS 102 FORCE MAIN REPLACEMENT ENGINEERING BUDGET
CITY OF BOYNTON BEACH
CSMI Chief Project CADD Constr. Admin. Labor
Task # Task Oescrjntion QAiQC En ineer Enaineer Desianer Insoector Sunnort Clerical Hours Labor Cost OOC's Subconsultants Total Fee Percent of Fee
1.00 Data Collection 1 2 3 1 4 0 11 $1,405 $70 $23,274 $24,749 34%
2.00 Desion 4 40 24 40 2 4 "' $15,670- $470 $16,140 22%
3.00 Permittina 2 32 40 12 2 6 94 $13,640 $409 $14,049 19%
4.00 Assistance Durina Biddinn 0 8 4 0 2 4 18 $2.490 $125 $2,615 4%
5.00 Construction Phase Services 2 32 8 80 4 0 126 $15,490 $n5 $16,265 22%
Total Labor Hours 9 "' 71 61 80 14 14 237 $48,695 $1,849 $23,274 $73,817 100%
Approved Hourly Rate
Totall;ibor Fee
$175
$1,575
$190
$21,660
$140
$9,940
$90
$5,490
$100
$8,000
$85
$1,190
$60
$840
Subconsultants Included:
EW Consultants (Environmental)
Whidden Surveying
Tierra (Geotechnical)
$9,900
$5.921
$7.453
Subconsultant Total
$23,274
EXHIBIT B - PROPOSED PROJECT SCHEDULE
LS 102 FORCE MAIN REPLACEMENT PROJECT
CITY OF BOYNTON BEACH
2
Notice to Proceed
Execute Sub Agreements
FDEP PreDesi n Meetin s
Survey & Hydro raphic
Environmental Assessment (Surface & Benthic)
Design & Plan Pre aralian
FDEP Utility Permit Application
FDEP Utility Permit Obtain
ERP Permit Ap lication
ERP Permit Obtain
Advertise Bids
Open Bids
Award Contract
NTP Construction
Substantial Com lelien
Final Completion
Close out
Months
3
4
5
6
7
8 9 10 11 12