Loading...
R11-079 1 1 1 ~} 15 16 i 1 ~ ~ $ ~ t RESOLUTION NO. Rll- OiCf A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE INTERIM CITY MANAGER TO EXECUTE AMENDMENT NO.1 TO TASK ORDER NO. U08-5-01 WITH CH2M HILL FOR DESIGN, PERMITTING AND SERVICES DURING CONSTRUCTION FOR THE CENTRAL SEACREST CORRIDOR DRAINAGE IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT WHICH REDUCES THE SCOPE AND AMOUNT FROM $678,668 TO $285,300; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, under Task Order No. U08-05-0 1 approved by the City Commission on October 21, 2008, CH2M Hill was to provide professional design, permitting and bidding services with the balance of the Task Order for construction management services during the construction period for the Central Seacrest Corridor Drainage Improvements and Water main Replacement; and 1 ~ WHEREAS, the project was put on hold due to lack of funding after completing i 2~ sewer improvements and making some fixes for localized sub-standard immediate water and I I 211 stormwater needs; and d WHEREAS, a revised scope of services to the Task Order has been developed which I ! 23 outlines the tasks required to complete the design, renew the applicable permits and bid the 2~ project for construction; and I 2~ WHEREAS, the revised scope of services in Amendment No. 1 outlines the specific I 2d services to be performed by CH2M Hill while overseeing the design impacts and answering I 271 design-related questions that arise during the construction phase; and I 2~ WHEREAS, staff is recommending that the City Commission approve Amendment ! 2~ 3~ 311 I I No. 1 to Task Order U08-5-0 1 with CH2M HILL reducing the scope of services and amount from $678,668 to $285,300 for design, permitting and services during construction for the Central Seacrest Corridor Stormwater Improvements and Water Main Replacement Project. C:\Oocuments and Settings\pylej1local Sett,ngs\Temporary Internet Filas\OlKABICH2M HI/I Task Order U08-5-01 (amendment No 1 ).doc I i I i ! ; I ~ I , 1 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 2 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 3 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 4 being true and correct and are hereby made a specific part of this Resolution upon adoption 5 hereof. 6: Section 2. The City Commission of the City of Boynton Beach, Florida does 71 hereby approve and authorize the Interim City Manager to execute Amendment No.1 to Task 8! Order No. U08-5-01 with CH2M HILL reducing the scope of services and amount from I 9: $678,668 to $285,300 for design, permitting and services during construction for the Central 10! Seacrest Corridor Stormwater Improvements and Water Main Replacement Project, a copy of 11 which is attached hereto as Exhibit "A". 12 Section 3. This Resolution shall become effective immediately upon passage. "th.. 13 PASSED AND ADOPTED this~ day of July, 2011. CITY 0 BOYNTON BEACH, FLORIDA 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ATTEST: 28 29 30 31 32 33 34 .' iguez ~ eJ1l-ocal SellingslTemporary Internel FlleslOLKABICH2M Hili TasK Order U08-S-01 (amandment No 1 ).doc R 1l-07'1 Amendment #1 to Task Order No. U08-5-01 Central Seacrest Corridor: Design, Permitting and Services During Construction for Stormwater Improvements and Water Main Replacement A. Background CH2M HILL (CONSULTANT) has previously completed final design contract documents and permitting services for the Central Seacrest Corridor (CSC) Drainage Improvements and Water Main Replacement project for the City of Boynton Beach (CITY) under Task Order No. 25 which was approved by the CITY July 15, 2003. Final design documents associated with Task Order No. 25 were submitted to the CITY in June 2006. All permits to be secured by the CONSULTANT as part of Task Order No. 25 were obtained and submitted to the CITY in 2006. Due to funding issues, the project was not moved forward to bid and construction phases at that time. In May 2008, the CITY requested the CONSULT ANT make certain revisions to the proposed water main, sanitary sewer, and storm water improvements that were designed and delivered under Task Order No. 25. Task Order U08-5-01 provided for modifications to the design contract documents, as well as updates of permits which had lapsed or expired and provided for bid phase, administration during construction (SDC), and resident observation services. Task Order U08-5-01 was authorized, but only Tasks 1 and 2 were completed. The CITY has since requested that additional water mains (Phase II) be added to the project, increasing the scope of the proposed work. The additional water mains to be replaced includes all of the additional undersized mains within the boundaries of the existing CSC project area and will likely include tie-ins to water mains on Woolbright Rd. and Boynton Beach Boulevard. Amendment No.1 to Task Order No. U08-5-01 provides the services required to complete the final design of the additional water mains (Phase II), including survey services as required, update the existing contract documents (both Phases) and fully re-permit the project to include the additional scope of work (both Phases). Amendment No.1 will provide a revised scope and fee for Tasks 1 and 2. Task 3 will be completed as described in the Task Order U08-5-01. Tasks 4 and 5 of Task Order U08-5-01 will be deleted and managed under a future contract. B. Scope of Services for Phases I and II Task 1 - Design The CONSULTANT, under CITY guidance, will provide professional engineering services for modifying the contract documents that were prepared under Task Order No. 25 for the Central Seacrest Corridor Drainage Improvements and Water Main Replacement project. AMENDMENT _1_REV_5 AMENDMENT NO.1 TO TASK ORDER NO. UOB-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT The specific scope of design services to be provided by CONSULTANT in this Amendment #1 to Task Order U08-5-01 includes the following: 1. Drawings: Per guidance from CITY staff, CONSULTANT will revise drawings to 100%. The following revisions to the drawings, specifications and contract documents are anticipated: a. Phase I and Phase II will be designed and constructed as separate packages to provide flexibility. Notes will be added to the drawings to clarify phasing NTP requirements. The intent is to bid both phases as a single project and use an alternate process to add or delete work as determined to be in the best interests of the CITY. In either case, the drawings will be organized so that they can be easily split into two separate drawing sets. b. The service needs for the properties on Boynton Beach Boulevard, within the project limits and served by the main in the alley, will be evaluated and recommendations provided for possible alternatives to open-cut excavation the state highway layout. Options with pros and cons will be presented for the CITY's decision. This scope item considers that some variation of proposed water mains, and appurtenances, including fire hydrants will be required on Boynton Beach Boulevard to serve these properties. c. Final design will be provided for the replacement of all undersize water mains in the remainder of the project area (estimated 55 plan sheets) and connections to the existing system. Design services will utilize existing topographic and locational surveys. d. Surface restoration details will be provided to account for swale reconstruction (including irrigation replacement) and repair of damaged or inadequate pavement and road base. e. Notes will be added to the drawings to clarify water main certification procedures, the need to get new water mains in service quickly and the contractor's requirement to use a City approved service connection contractor. f. Prepare MOT's to support proposed water main work in FDOT right of ways (Boynton Beach Boulevard and Woolbright Road).. Design services will include topographic and locational survey as required to complete the base plans. An allowance is included for the anticipated survey once the requirements have been defined by the initial project work. g. Phasing limits, and limits of construction will be revised to reflect modifications described in Item a. 2. Specifications: CONSULTANT to modify the CITY's latest edition of their Master Technical Specifications, Division 1 through 3 as appropriate for the project. Contract Documents will use CITY's existing "Front-End" conditions, modified as appropriate for this project. CONSULTANT will replace the existing Technical Specifications with the CITY's 2011 edition, modified as appropriate for this project. 3. Quantity Take-Off: CONSULTANT will conduct a quantity take-off for each phase of the phased and revised design contract documents. AMENDMENT NO.1 TO TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT 4. Schedule of Bid Items: CONSULT ANT will prepare two (2) Schedules of Bid Items for the phased and revised design contract documents in accordance with the CITY's standard format. 5. Cost Estimate: CONSULT ANT will prepare an engineer's opinion of probable cost for each of the revised design contract documents. The accuracy of the engineer's cost estimate is anticipated to be within 10% + / - of the actual as-bid construction cost of the project 6. 100% Design Contract Documents: Upon completion of the 100% design contract documents, CONSULTANT will supply the CITY four (4) full-size sets of 100% review documents for each bid package. It is understood that both phases will be bid as a single contract with option for the City to delete or continue with Phase II as appropriate to the circumstances at the time. The CONSULTANT will attend a 100% design-review workshop with CITY personnel to receive and discuss review comments regarding both sets of documents. The CITY will provide CONSULTANT with one marked set with each document containing the CITY's consolidated comments for use in preparation of the final bid documents. For the 100% design deliverable the CONSULTANT will provide the following: drawings, specifications, schedule of bid items, engineer's cost estimate. 7. Bid Documents: CONSULTANT will incorporate changes identified in the 100% design workshop into the final bid documents. Task 2 - Permitting As part of the services provided under the previous Task Order No. 25 the CONSULTANT secured the following permits for this project: . Palm Beach County Utilities - Right Of Way, approved 02/13/06, expired 08/13/06. . Palm Beach County Health Department - Water, approved 12/01/05, expired 12/01/10. . SFWMD - Surface Water, approved 01/11/06, expired 01/11/11. . Florida Department of Transportation - Utility, approved 11/07/05, expired 04/07/06. The CONSULTANT will apply for the above series of permits using the expanded work and utilities for the applications. In addition, the CONSULT ANT will assist the CITY in applying for new permits with current fees for the following permits covering the expanded project scope, however it is assumed that the entire project, with the two phases will be permitted together: . Palm Beach County Utility RO.W permit (Seacrest) . FDOT utility permit for work in Boynton Beach Boulevard and Woolbright Road. . Palm Beach County Health Dept. permit for water distribution improvements . SFWMD Surface Water Permit The CONSULTANT will complete the permit application form(s) and submit them to the CITY for approval! signature. The CONSULTANT will then submit the CITY executed AMENDMENT NO.1 TO TASK ORDER NO. UQ8-S-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT application form(s) along with any required drawings, specifications and/ or supporting documentation to the governing agency for approval. Any permit fees will be paid by the CITY. CONSULTANT will prepare two (2) responses to each "request for additional information" made by regulatory agencies following submittal of the permit applications. Additional responses to agency requests for additional information will be considered an Additional Services item. It is the intent of this project to require the selected contractor(s) to apply for and acquire the necessary work permits. In addition, if any de-watering permits are necessary to conduct the work, their acquisition will also be the responsibility of the contractor. CONSULTANT, through the CITY, will provide the contractor with necessary site figures and data to support the permitting effort. Preparation of other permits for the above agencies (or for other regulatory agencies) beyond that specified above will be considered an Additional Services item. Examples of typical permits not included in this scope of work include wetland dredge and fill permits, asbestos handling/ disposal permits, contaminated soil handling/ disposal permits, archeological/historical preservation permits, endangered species permits, tree removal permits, etc. Task 3 - Bid Phase Services Task 3 of Task Order U08-5-01 is still open and the budget available for this project. Bid phase services to be performed by the CONSULTANT will be consistent with the guidelines in the "Standard Procedures and Functions for Consultants, Procurement Seroices, and the Project Management Team," provided by the CITY and will include the following: 1. Prepare Contract Document packages (i.e. drawings and specification) for CITY advertisement and bidding purposes. Drawings to be full size (22 x 34 inch) format. Distribute copies of the Contract Documents to the prospective bidders. Maintain records of the plan holders list and provide a copy of the list to the CITY on a weekly basis. The cost for production of the contract documents will be borne by the bidders through purchase of the construction plans from CONSULTANT. The cost of the contract documents shall include all CONSULTANT cost associated with reproduction, processing and mailing the contract documents to prospective bidders. 2. Respond to questions from prospective bidders and suppliers and prepare addenda as appropriate. Preparation of up to three addenda for issuance by the City is assumed in the budget for Bid Phase Services. 3. Participate in a pre-bid meeting with interested contractors and CITY staff. Prepare and distribute meeting minutes. Prepare bid addendums as required for issuance by the CITY. 4. Review bid packages received, document the due diligence process, and recommend award. 5. Prepare conformed set of Contract Documents for execution by the CITY selected Contractor. Conformed set will include addenda issued during the bid phase incorporated into the documents and the Contractor's Schedule of Bid Items. AMENDMENT NO.1 TO TASK ORDER NO. U08-S-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWA TER IMPROVEMENTS AND WA TER MAIN REPLACEMENT CONSULTANT will provide CITY two (2) full-size (22 x 34 inch), and two (2) half-size (11 x 17 inch) sets (total of four complete sets) of the conformed Contract Documents. 6. It is expected that the two phases will be bid as one contract with provisions providing flexibility to the City. If necessary and as determined by the CITY, the need to complete this process again for Phase II will be considered an additional service. Task 3A as contained in this amendment will be to provide additional bid phase services as described above if directed by the City to construct Phase II of the project as a separate contract. Engineering Contingency During Construction A contingency for required engineering design services during construction is established for use as directed by the CITY if the construction phase services are provided by another consultant. Expected services to be provided under this item include but are limited to the following: . Value engineering services and negotiations with the selected Contractor prior to the start of construction. . Design changes required by unexpected conditions or changes to the design as requested by the CITY or regulatory agencies. . Design changes required by changes in conditions resulting from recent construction of other facilities within the project area that did not exist during project design . Assistance with RFI's, submittal evaluation or contractor questions concerning the design intent. . Preparation of record drawings for permit certification. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope and associated fee. Changes and/ or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. The project area is identified as the Central Seacoast Corridor with the project boundaries as provided on maps provided to the CONSULTANT on March 2, 2011. 2. The scope and budget are based on a closed system with exfiltration basins and/ or a swale type system (i.e. no positive outfall). 3. The CITY will provide CONSULTANT an electronic version of "front end" contract and technical specification documents in MICROSOFT "WORD 2003" version or newer forma t. 4. Surveying and legal work necessary to prepare documents for and to secure easements (temporary and permanent) required for installation of the piping and improvements are the responsibility of the CITY. 5. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the CITY. AMENDMENT NO.1 TO TASK ORDER NO. U08-S-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWA TER IMPROVEMENTS AND WATER MAIN REPLACEMENT 6. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, CONSULT ANT makes no warranty that CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. 7. The CITY is responsible for all permitting and advertising fees, including costs of public notification in local newspapers. CONSULTANT shall not be responsible for Regulatory Agency delays or any delays beyond CONSULTANT's direct control. 8. The Contract Documents will be prepared as a single, complete contract document (i.e. the water main replacement and stormwater piping work will not be prepared as separate packages within the same set of Contract Documents) with the limits of Phase I and Phase II clearly delineated. 9. Re-bidding of the project beyond the first bidding period is considered an Additional Services item. 10. The design is to be based on the federal, state and 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. 11. Public outreach activities are the responsibility of the CITY. 12. The relocation of water service connections (back yard to front yard) between the meter and each residence are not included in this project. D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated October 4, 2000 (renewed by City Commission February 19, 2008) between the City of Boynton Beach and CH2M HILL. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Amendment. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the fee is based) is considered an Additional Services Item. Examples include: 1. Additional design or bid phase services in excess of that specified in this Amendment. 2. Additional permitting assistance in excess of that identified in this Amendment. 3. Construction phase services (SDC). 4. Replacement of small diameter water mains and stormwater improvements at locations other than those identified in this Amendment No.1 to Task Order U08-5-01 and the Central Seacrest Corridor (Boynton Beach Boulevard to Woolbright Road) Final Design, Permitting, and Seroices During Construction for Stormwater Imprauements and Water Main Replacement (Task Order No. 25). Additional fees will be developed as requested by the AMENDMENT NO.1 TO TASK ORDER NO. UOB-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWA TER IMPROVEMENTS AND WATER MAIN REPLACEMENT CITY for future work to include additional drawings, revised "front ends" and the preparation of additional bid documents. 5. Additional regulatory agency responses beyond the first response to an agency incompleteness and/ or additional information request. 6. Development of property descriptions of easements, road right-of-ways, etc. Preparation of right-of-way or easement boundary surveys. 7. Threatened or endangered species and species of special concern permitting or relocation work. 8. Archeological!Historical preservation permits, studies, or reports. 9. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. These and other services can be provided, if desired by the CITY, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the CITY. F. Obligations of the CITY 1. The CITY shall designate a Project Manager and Owner's Representative as the single point of contact for this project. 2. The CITY shall review all drawings and other documents presented by CONSULTANT; obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within 30 days so as not to delay the services of CONSULTANT. 3. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall obtain approvals and permits from all governmental authorities having jurisdiction over the project. The CITY is responsible for the payment of all permit application fees. G. Compensation Compensation by the CITY to the CONSULTANT for services will be as described in Task Order U08-5-01 and shall be on a Time and Material (T&M) basis. T&M services will be invoiced for the amount of work actually required by the project. The budgeted fee for each of the tasks described in Amendment 1 to Task Order U08-5-01 is shown in Table 1 below. Each task shall be billed by the CONSULTANT to completion. The CONSULTANT shall not perform work beyond the total cost for each task shown in Table 1 without written authorization from the CITY. AMENDMENT NO.1 TO TASK ORDER NO. U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITTING, AND SERVICES DURING CONSTRUCTION FOR STORMWATER IMPROVEMENTS AND WATER MAIN REPLACEMENT TABLE 1: LABOR AND EXPENSE SUMMARY - AMMENDMENT NO.1 Phases I and II - Central Seacrest Corridor City of Boynton Beach labor labor Total Hours Cost Expenses Cost Task 1 - Design Phase 517 $74,516.00 $4471.00 $78,987.00 Task 1 - Survey Allowance $15,000 $15,000.00 Task 2 - Permitting Phase 172 $24,671.00 $1480.00 $26,151.00 Sub-Total 689 $99,187.00 $20,951 $120,138.00 Task 3A - Phase II Bid Services 100.6 $14,304.00 $858.00 $15,162.00 (if required) Engineering Contingency $150,000.00 Total $285,300.00 H. Schedule The CONSULTANT will commence design and permitting services upon receipt of written authorization and commence with the completion of the Phase 2 design. A detailed schedule will be developed in cooperation with the CITY's Project Manager and Owner's Representative during the initial Task of this project. 8 AMENDMENT NO, 1 TO TASK ORDER NO, U08-5-01 CENTRAL SEACREST CORRIDOR DESIGN, PERMITIlNG, AND SERVICES DURING CONSTRUCTION FOR STORMWA TER IMPROVEMENTS AND WATER MAIN REPLACEMENT APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: rt~;:~-~ City Manager Dated this I day of ~ ,2011. SUBMITTED BY: CH2M HILL, INC. By: \ ~ Brenda Z. Van Ravenswaay, P.E. Vice President Dated this ft day of ~ ,2011 0' 9 The City of Boynton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 E-mail: prainitoj@bbfl.us www.boynton-beach.org July 20, 2011 CH2M HILL ATTN.: BRENDA Z. VAN RAVENSWAAY, P.E. 800 FAIRWAY DRIVE, SUITE 350 DEERFIELD BEACH, FL 33441 Re: Resolution No. R11-079 - Amendment #1 to Task Order No. U08-S-01 - Central Sea crest Corridor: Design, Permitting and Services During Construction for Stormwater Improvements and Water Main Replacement Dear Ms. Van Ravenswaay: Attached for your handling are three original Amendments to the above-mentioned Task Order. Once the Amendments have been executed, please return them to the City Clerk's Office for further processing. I will return an original Amendment once the documents are fully executed. If you have any questions, please do not hesitate to contact me. Very truly yours, CITY OF BOYNTON BEACH ~-/r). p~ 4,et M. Prainito, MMC City Clerk Attachments (3 Amendments) S:\CC\WP\AFTER COMMISSION\Other Transmittal Letters After Commission\2011\Rll-079 - Amendment #1 to Task Order #UOB-S-01 - Central Seacrest Corridor. doc America's Gateway to the Gulfstream CITY CLERK'S OFFICE MEMORANDUM TO: Barb Conboy Utilities Manager FROM: Janet M. Prainito, MMC City Clerk DATE: August 2, 2011 RE: Rll-079 Amendment # 1 to Task Order No. U08-S-01 Central Sea crest Corridor: Design, Permitting and Services During Construction for Stormwater Improvements and Water Main Replacement 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. ~'m.~ Attachments cc: Central File S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2011 \Barb Conboy - Rll-079.doc S:\CCIWPIAFTER COMMISSIONIDepartmental Transmlttals\2011\Barb Conboy - R11-079 doc