R15-061RESOLUTION NO. R15 -061
1
11
1
1
1
1
1
1
1
1
2
2
2
2
A RESOLUTION OF THE CITY OF BOYNTON BEACH,
FLORIDA, APPROVING TASK ORDER U -211-01 WITH AECOM
TECHNICAL SERVICES, INC., IN AN AMOUNT NOT TO
EXCEED $84,969 FOR THE DESIGN OF NECESSARY
IMPROVEMENTS TO THE STORMWATER COLLECTION
SYSTEMS IN THE AREA OF NE 20' AVENUE AND NE 2ND
COURT AND ADJACENT AREAS; AUTHORIZING THE CITY
MANAGER AND CITY CLERK TO SIGN THE TASK ORDER;
AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, several times a year normal and severe rainfall cause localized flooding
in the community around NE 20 Avenue and NE 2nd Court which flooding shuts down
streets and roads and causes hardships and disruptions to community access and egress,
emergency response, school district bus service and attendance; and
WHEREAS, subsequent evaluations, permit research, and field observations
warranted the use of localized exfiltration trenches in lieu of a neighborhood wide
conveyance system to provide for these exfiltration trenches within the project area which
will be designed to mitigate flooding for storm events less or equal to the 5 year design
storm and the system will also minimize street and property flooding resulting from the 10
year event; and
WHEREAS, this Task Order is in accordance with the approval of RFQ 017 -2821-
26
2
28
14/DJL, General Consulting Services, Scope Category B as approved by the City
Commission on July 1, 2014; and
WHEREAS, the City Commission of the City of Boynton Beach upon
recommendation of staff, deems it to be in the best interest of the citizens of the City of
Boynton Beach to approve hereby approve Task Order U -2B -01 with AECOM in an amount
not to exceed $84,969 for the design of necessary improvements to the stormwater collection
C \ Users \prainitol\AppData \Local \Microsoft \Windows \Temporary Intemet FIIes IContent.IE5 \D5LHXT08WECOM_ Task_ Order_( Stormwater_collection)_2015.doc
1
systems in the area of NE 20' Avenue and NE 2 Court and adjacent areas and authorize
the City Manager and City Clerk to sign the Task Order.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
being true and correct and are hereby made a specific part of this Resolution upon adoption
hereof.
Section 2. The City Commission does hereby approve Task Order U -2B -01 with
AECOM in an amount not to exceed $84,969 for the design of necessary improvements to
the stormwater collection systems in the area of NE 20 Avenue and NE 2nd Court and
1111 adjacent areas, a copy of which is attached hereto as Exhibit "A ".
Section 3. The City Commission hereby authorizes the City Manager and City
Clerk to sign Task Order U -2B -01 with AECOM Technical Services, Inc.
Section 4. This Resolution shall become effective immediately upon passage.
PASSED AND ADOPTED this 2 day of June, 2015.
C:\ Users\ prainitolj'AppData \Local\Microsoft \Windows \Temporary Intemet Files \Content.IE5 \D5LHXT08WECOM_ Task_ Order_( Stormwater_collection)_2015.doc
2
CITY OF BOYNTON BEACH, FLORIDA
1
11
1
1
1
1
1
1
1 1
2111
Mayor — Jerry Taylor ✓
Vice Mayor — Joe Casello
Commissioner — David T. Merker ✓
Commissioner — Mack McCray ✓
Commissioner — Michael M. Fitzpatrick ✓
VOTE 5-O
ATTEST:
P A4V� - (,
J t M. Prainito, MMC
qty Clerk
C:\ Users \prainitoj\AppData\Local \Microsoft \Windows \Temporary Internet Files\ Content. IE5\ D5LHXT08 WECOM_Task_Order_(Stormwater collection)_2015.doc
3
AECOM
May 11, 2015
AECOM 305 444 4691 tel
800 Douglas Road Entrance 305 447 3580 fax
Second Floor, North Tower
Coral Gables, Florida 33134
www aecom corn
Michael Low, C. Eng.
Manager, Technical Services
City of Boynton Beach — Utilities Department
124 East Woolbright Road
Boynton Beach, Florida 33435
Subject: Scope of Services and Fee Proposal
NE 20th Avenue Drainage Improvement Project
Task Order #U -213-01
Dear Mr. Low:
As requested, AECOM is pleased to provide this scope of services and fee proposal
for providing the City with engineering services associated with addressing localized
flood reduction and drainage improvement at NE 20"' Avenue and NE 2nd Court.
We look forward to working with the City on this important assignment. Please
contact me at (954) 410 -9677 or (305) 718 -4809 should you have any questions or
comments on the proposal.
Sincerely,
AECAM Technical Services, Inc.
Penkosky, PE
for Project Manager
CC' Michelle Pearcy — AECOM
TASK ORDER # U -213-01
May 11, 2015
FEE PROPOSAL AND SCOPE OF SERVICES
CITY OF BOYNTON BEACH
NE 20th Avenue Drainage Improvement Project
Design, Bid, and Construction Services
A. Project Definition
The City of Boynton Beach (City) contracted Carollo Engineers to provide project
definitions for various projects within the City. One of these projects is at NE
20th Avenue and NE 2nd Court. The initial project definition was as follows:
"Several times a year, normal and severe rainfall events cause localized
flooding in the community near NE 1st Street and NE 6th Avenue. The
flooding shuts down streets and roads. When the streets flood, it causes
hardship and disruptions to community access and egress, emergency
response, school district bus service and attendance. Residents of the
community and elected officials identify flooding as a priority resource
management concern.
This project is a strategy intended to mitigate this community against the
identified flood hazard. The area contributing runoff to this community is
approximately 24 acres. The community is bounded by Gateway Boulevard
on the north, NE 2nd Street on the east, NE 1st Way on the west and NE
20th Avenue on the south (see Exhibit Al). Currently, there is no
stormwater collection infrastructure in the community. Soil infiltration is
therefore the only major means to discharge stormwater generated from this
community. Since flooding is even observed for small storms such the 2-
year event, it can be deduced that the quantity of stormwater runoff
generated from this community far exceeds the infiltration capacity of soil,
which suggests the entire community has the potential to be inundated by
floods that are larger than those experienced in recent times. In order to
reduce flood hazard in the community, this project aims to construct a
stormwater infrastructure system to collect and convey stormwater
generated in this community to an existing conveyance pipe located along
Gateway Boulevard. The pipe along Gateway Boulevard belongs to Palm
Beach County as part of their system.
Stormwater modeling using XP -SWMM has been performed to assist in
identifying the critical flooding areas and also help size the stormwater
infrastructure for this community. The modeling has provided information to
ascertain the severity of the flooding in this area. Several alternatives
1
including infiltration systems and bioswales have been evaluated. The
selected project was based on cost, effectiveness in mitigating the flood
hazard, ease of construction and likelihood of community acceptance. "
Subsequent evaluations, permit research, and field observations warranted the
use of localized exfiltration trenches in lieu of a neighborhood wide conveyance
system as originally thought. The goal is to provide for these exfiltration trenches
within the project area (Exhibit A2) which will be designed to mitigate flooding for
storm events less or equal to the 5 year design storm. The system will also
minimize street and property flooding resulting from the 10 year event.
Exfiltration trenches will be design to accommodate and 1 -hour peak flow.
B. Scope of Services
Given the project definition, the City has asked AECOM to provide the following
services:
• Stomwater Calculations, Final Design Drawings, and Specifications
Preparation
• Permitting
• Bid Phase Services
• Engineering Services During Construction
1.0 Engineering Design Services
1.1 Management
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 Project Meetings
AECOM will attend meetings with representatives of the City as part of
this project, as follows:
a. Project kick -off
b. Design progress / review meetings at the 90% completion milestone
1.3 Field Work
To assist in Final Design, AECOM will perform the following field activities:
F. ,
1.3.1 Geotechnical
AECOM will be providing for geotechnical work through our subcontractor.
The geotechnical proposal is provided in Attachment A.
1.3.2 Survey
AECOM will be providing for site survey through our subcontractor. The
survey proposal and scope of work is provided as Attachment A.
1.4 Final Design Drawings and Technical Specifications
AECOM will provide contract drawings of the project area using the survey
information obtained from field investigations. AECOM will utilize City of
Boynton Beach design and construction standard details or PBC standard
details where applicable in the preparation of the documents required for
this project. A specification sheet contained in the plans, referencing
FDOT standards, will be used when there are no local standards. These
specifications will be based on standard terms commonly used in
construction contracts and will be edited to suit the 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.
The existing drainage system consists of local roadway swales and soil
infiltration. There is no existing outfall for this neighborhood. The
proposed drainage system shall consist of exfiltration trench to provide
some relief to localized flooding. This system shall be designed to a 5-
year, 1 -hour storm event. Hydrologic and hydraulic modeling is not
included in the anaylsis. Water Quality volumes shall be calculated per
the South Florida Water Management District Basis of Review.
The following is the anticipated drawing list for the project (assuming an
approximate project street of 2,500 If as shown):
Sheet No.
Drawing No.
Description
1
G -0
Cover Sheet Title and Vicinity Ma
2
G -1
Drainage Site Plan
3
G -2
General Notes and Abbreviations
4 -8
C -1 to C -5
Plan and Profile
9 -10
C -6 to C -7
Details
11
C -8
Erosion Control Plan
12
C -9
Supplemental Specifications
AXOM
Schedule of Bid Items and Engineer's Estimate
At the 90% completion milestone, AECOM will prepare the
schedule of bid items. AECOM will prepare an engineer's estimate
of probable construction cost based on the schedule of bid items.
Permitting Activities
Permitting activities will consist of the following efforts:
a. Preparation of SFWMD Environmental Resource Permit for the
construction of a surface water management system including an
erosion control plan.
b. Dry-run through the City for ROW permitting.
c. 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 additional agency
requests for additional information will be considered an Additional
Services item. AECOM shall incorporate permit agency comments
into the 100 percent plans.
d. One meeting with each regulatory agency is anticipated.
AECOM will provide half size plans to the permitting agencies as required.
Reasonable and common permitting practices have been assumed in
applying for permits. Up to two copies of the final permitting packages (or
the number of agency required copies per agency) will be submitted with
the 90% plans.
The Contractor will be responsible for obtaining final City ROW permit. If
any de- watering permits are necessary to conduct the work, their
acquisition will be the responsibility of the Contractor. The preparation of
a dewatering permit is not included in this scope of work.
Quality Control Reviews
As part of AECOM's compliance with ISO 9001 certifications and QA/QC
engineering practices, we will be conducting internal value engineering
and QA /QC technical and financial meetings at various completion
milestones for the project to enhance value to the City. Results will be
incorporated into the deliverable at the 90% milestone.
AXOM
Task Deliverables:
AECOM will provide the City the following in electronic copy:
• 90% Contract Documents (drawings and specifications)
• Permit application packages (hard copy as necessary to agency)
• 100% Contract Documents (bid ready)
2.0
Bidding Services
In this
task, AECOM will provide assistance to the City during the bidding and
award of the project to a single general contractor. The following tasks are
anticipated:
By
the City of Boynton Beach:
1.
Bid advertisement and solicitation
2.
Provide for reproduction and distribution of contract documents to prospective
bidders and will maintain a planholders list
3.
Issue addenda as necessary
By AECOM:
1.
Provide the City with electronic copies of the final contract documents
2.
Conduct pre -bid meeting
3.
Prepare pre -bid meeting notes
4.
Respond to prospective bidders' written inquiries on subject matters effecting
our work
5.
Development and prepare Addenda
6.
Assist City in evaluation of bids, and
7.
Provide written recommendation
3.0
Construction Services
AECOM will provide construction services outlined below for the duration
of the project through Final Completion. Refer to the project schedule for
duration. Services are described as follows:
3.1 Management
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.
5
A COM
3.2 Technical Services
3.2.1 Project Meetings
Preconstruction Meeting - AECOM will conduct the preconstruction
meeting between the City and project representatives to assist in
explaining construction administration procedures.
Progress Meetings — It is expected that the City will be conducting
regular progress meetings. AECOM will attend in conjunction with
our inspection services outlined in 3.2.2.
3.2.2 Conformed Documents
AECOM shall provide for Conformed Documents and provide up to
three sets of drawings to the Contractor for permitting. All other
Document copies will be provided electronically.
3.2.2 Engineering Services
AECOM engineers will provide necessary inspections at key points
during project construction to certify our portion of the work. Our
level of effort is budgeted at three hours per week average during
construction (field time estimated at 12 weeks).
3.3 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.
All submittals will be received and returned electronically.
s �
3.4 Proposed Change /Field Orders
As budgeted, AECOM engineers will review up to two change /field 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.
3.5 Substantial Completion /Final Acceptance
Key members of AECOM's team will conduct a substantial completion
inspection of the work with project representatives and the Contractor and
provide written recommendations in the form of a punch list for
acceptance of the work. Once the punchlist items have been completed,
a final inspection will be performed for confirmation.
3.6 Record Drawings and Certification S ubmittals
AECOM will review the signed and sealed record drawings provided by
the Contractor's surveyor showing changes made during construction, as
provided by the contractor, and as required in the contract specifications,
depicting any significant deviations and changes in the Contract Drawings.
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 type
forms and submit them to the governing agencies for final acceptance.
Project Team
The project team will be led by our project manager, Mr. Jim Penkosky, P.E.
The following subcontractor(s) will be used as part of this effort:
• Civil Services (geotechnical)
• Engenuity Group (surveying)
C. Assumptions
Design and Bid Services:
1. Field verification of existing utilities will be limited to those affecting the
project through ground penetrating radar services. Soft digs will not be
performed at this time.
2. If new easements or rights of way are required for the project, assistance in
obtaining these easements /rights of way can be provided as a supplemental
and as an addendum to this contract.
3. Monumentation of the right of way is not included.
4. Traffic Control Plan (MOT) and SWPP Plan will be by the City's selected
contractor.
5. 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).
6. As the impacted construction area is anticipated to be less than 1 acre, a
NPDES Construction permit will not be necessary.
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. Our default submittal will be electronic unless specifically required by permit
to provide hard copies.
12. It is assumed that there are no contaminated soils, endangered species or
habitat, archeological artifacts, or other sensitive environmental issues to be
avoided during the design and construction.
13. The City will provide Autocadd standards that will be followed regarding sheet
borders, fonts, layer names, etc.
14. Attendance at public meetings or hearings associated with public involvement
or with permits applied for in support of the project is not included.
15. 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.
16. For the purposes of this task order, AECOM and City agree that City shall be
deemed satisfied with AECOM's work, provided such work is performed in
accordance with the degree of skill, quality and care ordinarily exercised by
members of the same profession currently practicing in the same location
under comparable.
Construction Services:
1. The City will enter an agreement with the selected contractor.
2. For estimating purposes the duration is projected to be 182 calendar days
after the Contractor `Notice to Proceed' date which includes 12 weeks of
actual construction activities.
3. The City will provide Construction Management and Resident Inspection
Services.
4. All contractor submittals will be processed electronically.
5. Public hearings will not be required.
6. The City will enter an agreement with the selected contractor.
D. Contract Reference
This Task Order shall be performed under the terms and conditions described
within the Consultant Agreement 017 - 2821- 14 /DJL dated July 8, 2014 between
the City of Boynton Beach and AECOM Technical Services, Inc.
E. Additional Services
The following are examples of some specific Additional Services Items that may
be required, but are not included within this Task Order. Generally, a condition
contrary to the work description herein (upon which the design fee is based) is
considered an Additional Services item. Examples include:
1. Development of property descriptions of easements, road rights -of -way,
etc. Preparation of right -of -way or easement boundary surveys.
2. Soft digs should conflicting underground information be found
3. Threatened or endangered species and species of special concern
permitting or relocation work.
4. Archeological /Historical preservation permits, studies, or reports.
5. Analysis of additional corridors
6. NPDES Construction Permit
7. Dewatering plans or permits
8. Groundwater modeling for contaminated sites
9. Construction Management
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 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.
A'COM
G. Compensation
AECOM proposes to perform tasks outlined above under a lump sum basis and
is summarized as follows:
Engineering Design
$32,198
Bid Phase Services
$2,455
Engineering Post-design
$19,649
Geotechnical Services
$3,269
Surveying Services
$23,460
ODCs
$1,150
10% markup on Subs /ODCs
$2,788
Total
$84,969
A cost estimate presenting a breakdown of fees and hours per task is presented
as Attachment I. The individual task level fees are for budgetary purposes only.
H. Project Schedule
The following project schedule has been developed:
Schedule
Task
Time Elapsed to
Task Completion
Task 1 — Project Management
Continuous
Project Kick -off meeting
0 weeks
Task 2 — Engineering Design
Field Work
6 weeks
90% Design and Contract Documents
12 weeks
Permitting
18 weeks
100% Submittal
20 weeks
Task 3 — Bid Phase
28 weeks (est)
Task 4 — Construction Services
26 weeks from
construction NTP
10
CITY OF BOYNTON BEACH
Lori LaVerrieri, City Manager
Attest /Authenticated:
ity Clerk e
Approve as to o
Office of the City rney
AECOM TECHNICAL SERVICES,
INC.
_` /11 /4g
Y, =�g�Kr Pvm c KIM .E LY WINDLOWSISL
®® Notary Public m State at Flori
', .. y Comm. €xpires.Aug 3, 2017
•y " ® ,.�' Commission # FF 025307
II
ll
Business Unit Leader
Title
EXHIBIT Al
NE 20 Avenue Drainage Improvements
(Original Project Definition)
00:ir111111r_�
NE 20th Avenue Drainage Improvements
(Exfiltration Trench Project Area)
A;COM
EXHIBIT A - General Project Location
Legend
Discharge Point;
Proposed HDPE Pipe '.
Size (in)
15
21
w
2
t
At
s,
d
Source: Technical Memorandum — Draft (November 14, 2014) by Carollo Engineers
AXOM
r..L.:L,:a n n
17711f Trench Project Area
AC4M
ATTACHMENT
Fee Estimate
CITY OF BOYNTON BEACH
NE 20th Avenue Drainage Improvement Project - Design, Bid, and Construction Services
ATTACHMENT I - summary of fees
LABOR CATEGORY
HOURLY
RATE
TASK Desl
nations
TOTAL
HOURS
TOTAL
FEES
1.1
Hoursi Rt x Hrs
1.2
Hoursl Rt x Hrs
1.3
Hours Rt x Hrs
1.4
Hoursl Rt x Hrs
Hoursl
1.5
Rt x Hrs
Hoursl
2.0
Rt x Hrs
Consulting/Engineerin
Pro'. Dir., Principal
$230
1
$230
$0
$0
$0
1
$230
1
$230
3
$690
Project Manager QA/QC
$172
$0
$0
$0
6
$1,032
$0
$0
6
$1,032
Senior Project Manager
$206
8
$1,648
4
$824
2
$412
4
$824
3
$618
5
$1,030
26
$5,356
Senior Engineer
$155
$0
6
$930
$0
$0
$0
$0
6
$930
Project Engineer
$130
$0
$0
$0
$0
$0
$0
0
$0
Engineer
$115
1
$115
$0
3
$345
68
$7,820
36
$4,140
8
$920
116
$13,340
Technical Services:
Senior CADD Technician
$113
$0
$0
$0
$0
$0
$0
0
$0
CADD Technician
$102
$0
$0
$0
110
$11,220
8
$816
2
$204
120
$12,240
Construction Manager
$145
$0
$0
$0
$0
$0
$0
0
$0
Project Support Services:
Administrative Support
$71
3
$213
$0
$0
8
$568
3
$213
1
$71
15
$1,065
TOTAL PERSONNEL
13
$2,206
10
$1,754
5
$757
196
$21,464
51
$6,017
17
$2,455
292
$34,653
Direct Costs:
Civil Services eotech
cost
$0
$0
$3,269
$0
$0
$0
$3,269
En enuit (survey)
cost
$0
$0
$23,460
$0
$0
$0
$23,460
ODCs
cost
$100
$50
$0
$300
$200
$0
$650
(515C/Sub mark-up
10%
$10
$5
$2,673
$30
$20
$0
$2,738
TOTAL DIRECT COSTS
$110
$55
$29,402
$330
$220
$0
$30,117
S U B TOTAL
$2,316
$1,809
$30,159
$21,794
$6,237
$2,455
$64,770
LABOR CATEGORY
HOURLY
RATE
TASK De
icinations
TOTAL
HOURS
TOTAL
FEES
3.1
Hoursl Rt x Hrs
3.2
Hoursl Rt x Hrs
33
Hoursl Rt x Hrs
3.4
Hoursl Rt x Hrs
Hoursl
3.5
Rt x Hrs
Hoursl
3.6
Rt x Hrs
Consulting/Engineerin
Pro . Dir., Principal
$230
1
$230
$0
$0
$0
$0
$0
1
$230
ProectManager QA/QC
$172
$0
$0
$0
$0
$0
$0
0
$0
Senior Project Manager
$206
4
$824
8
$1,648
4
$824
2
$412
2
$412
1
$206
21
$4.326
Senior Engineer
$155
$0
$0
$0
$0
$0
$0
0
$0
ProectEngineer
$130
$0
$0
$0
$0
$0
$0
0
$0
Engineer
$115
$0
42
$4,830
38
$4,370
4
$460
8
$920
8
$920
100
$11,500
Technical Services:
Senior CADD Technician
$113
$0
$0
$0
$0
$0
$0
0
$0
CADD Technician
$102
$0
8
$816
4
$408
$0
$0
10
$1,020
22
$2,244
Construction Manager
$145
$0
$0
$0
$0
$0
$0
0
$0
Project Support Services:
Administrative Support
$71
4
$284
1
$71
12
$852
1
$71
$0
1
$71
19
$1,349
TOTAL PERSONNEL
9
$1,338
59
$7,365
58
$6,454
7
$943
10
$1,332
20
$2,217
163
$19,649
Direct Costs:
Civil Services eotech -
En enuit (survey)
ODCs
ODC /Sub mark-up
cost
cost
cost
10%
$0
$0
$50
$5
$150
$15
$0
$0 1
$0
1 $0
$100
$10
$0
$0
$50
$5
$0
$0
$50
$5
$0
$0
$100
$10
$0
$0
$500
$50
TOTAL DIRECT COSTS
1
$55
$165
$110
$55
$55
$110
$550
SUB TOTAL
$1,393
$7,530
$6,564
$998
$1,387
$2,327
$20,199
GRAND TOTAL
$84,969
A[COM 5/1 112 01 5
wx mjenuftn/
group inc.
ENGINEERS SURVEYORS GIS MAPPERS April 27, 2015
Jim Penkosky, P.E.
Senior Project Manager
AECOM
800 South Douglas Road, 2nd Floor, North Tower
Coral Gables, Florida 33134
Via email: Jim.Penkosky @aecom.com
Re: Survey Services
Boynton NE 20th Ave. Drainage Improvement Project
Engenuity Group Project No. 15009.01
Dear Jim:
C. ANDRE RAYMAN, P.S.M.
KEITH B. IACKSON, P.E.
LISA A. TROPCPE. P.E.
Engenuity Group, Inc. is pleased to present you with this proposal to provide
surveying services for the subject project.
Engenuity Group will prepare a "Special Purpose Survey" (Record survey)
pursuant to Chapter 5J- 17.050(10) (b) (k), Florida Administrative Code, and
create a base map to be used for the addition of a localized storm drainage
system per the attached Map, Exhibit "A ". The limits of the project will be as
shown on exhibit "A" and 10 feet outside of the right -of -way lines.
Our effort will be as follows:
1. Prepare a 'Record Survey' / "Special Purpose Survey' of the project
area. With an aerial background. We will use the latest available
Palm Beach county Orthographic aerials.
2. The survey will right -of -way lines developed from found existing
survey property corners and will show property lines from Palm
Beach County Appraisers map and associated recording
information
3. The survey shall be performed using the Florida State Plane
Coordinate system, and the NAVD 1988 vertical system.
4. Set Temporary benchmarks and horizontal control points every
250'
5. The survey will show the locations of electrical conduits, poles,
lights, cables, utility markers, overhead utility lines, transformers,
lighting control panels, etc.
6. The survey will show the locations of catch basins, storm sewer inlets
and associated piping in, and which crosses through the area to
2015 04 -27 Proposal Letter
Project No. 15009.01
Page 1
1280 NORTH CONGRESS AVENUE. SUITE 101 NEST PALM BEACH. FL 33409 T 561.655.1151 r 561.833.9390 t; }.1W,ENGENUITYGROUP.COt,1
be surveyed including the rims, inverts, and sizes of all associated
pipes.
7. The survey will show the location of sanitary sewer manholes (on-
site and in the street and associated piping which crosses through
the area to be surveyed including the sizes and inverts of pipes
8. The survey will show the valves and valve boxes including depth of
box and top of pipe elevations.
9. The survey will show the water meters, backflow preventers and
spigots including depth of box and elevations of pipes and valves.
10. The survey will show the location of shrubs and trees including tree
trunk diameter, name of shrubs and trees or botanical classification
(to the best of the surveyor's knowledge) or any other vegetation
within the right-of-way
H. The survey will show the edge of pavement and centerline of
roads, curbs, gutter and any appurtenances of the area surveyed.
12. The survey will show spot elevations on a 20 foot grid in open space
where possible, and all vertical changes. Elevations will be
referenced to NAVD88 Datum. '
13. The survey will show the paint markings of the underground utilities
as located and marked in the field by Groundhound Detection
Services. A scope and their fee is attached.
14. The deliverable will be:
a) 5 signed and sealed survey plans of the project site
containing the above survey information.
b) An AutoCAD drawing file of the area. Each of the entities,
colors and line types shall be controlled "by layer" and
conform to AIA standards. All site specific fonts shall plot at
3/32" height. ARX or COGO files produced for the survey.
c) Digital photos (electronic files).
Work will be completed within 45 business days of receiving the authorization to
proceed.
Survey Fee: $19,560.00
Groundhound Detection Services Fee $3,900.00
If this proposal is acceptable please execute the attached authorization and
return it to us. If you have any questions, please do not hesitate to call. This
proposal will be open for acceptance until February 19, 2015.
2015 04-27 Proposal Letter
Project No. 15009.01
Page 2
PURSUANT TO FLORIDA STATUTES § 558.0035 (2013)
AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE
HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE
Sincerely,
Kelsey Smith, S.I.T.
Project Manager
Approved by,
C. Andre Rayman, P.S.M.
President
2015 04 -27 Proposal Letter
Project No. 15009.01
Page 3
Authorization: Survey Services
Boynton NE2Um Ave. Drainage Improvement Project
EngenUityGpoup Project No. 15009.01
Proposal Date: April 27.2Ol5
Signature:
ConhoctArnount SurveyFe8: $19
GroundhuV0d Detections Services Fee $3
I am — I am not The Owner of the Property
The Property Owner Is:
Address:
Telephone:
20l504-27 Proposal Letter
Project No. 150090
Page 4
C=�14E:)
GROUND HOUND OETEMOON SERMES, INC." A P r o f e s s i o n a I U t i l i t y L o c a t i n g S e r v i c e
April 24, 2015
Mr. C. Andre' Rayman
Engenuity Group
1201 Belvedere Road
West Palm Beach, FL 33405
arayman engenuitygroup.com
Re: "20` Street Drainage Lines- Boynton Beach"
Mr. Rayman,
Ground Hound Detection Services, Inc. (GHD) is pleased to provide the following proposal for utility locating services.
Electromagnetic induction (EM) and Ground Penetrating Radar (GPR) methods will be used to identify any detectable
utilities for design purposes. As depicted, the outlined right -of -way will be investigated. Portions of this project include
Public Right -Of -Ways /utility easements, GHD will initiate a Sunshine State One Call Design ticket and coordinate to
obtain available recorded information with regards to publicly owned utilities. In some instances it can take up to three
or more weeks to acquire all the available data. The information acquired will be used to assist our crews during the
field investigation. All discoveries will be reviewed on site with Engenuity Surveyors. Please provide the completed
Survey to this office for review.
DESCRIPTION OF SERVICES:
Ground Penetrating Radar (GPR) method transmits electromagnetic waves, which are pulsed at discrete distance /time
intervals. The transmitted pulse radiates through the earth whereby a portion of the energy is reflected from interfaces
of contrasting electrical properties (e.g. pavement and soil interface, soil stratigraphic changes and buried metallic and
nonmetallic objects) while the remaining energy continues until reaching additional reflectors where the process is
repeated. Reflected energy is received by the antennae and recorded for later processing and interpretation. Factors such
as soil moisture, clay content, and variations in the dielectric constants of materials control the effectiveness of the GPR
method. Wet conductive soils severely attenuate GPR signals and thus the effective depth of exploration. The presence
of foreign product leeched into the soil can eschew the data collected. GPR energy cannot transmit through ferrous
objects since metal acts as a pure reflector. GPR energy cannot transmit through ferrous objects since metal acts as a
pure reflector. Freshly- poured concrete (less than 60 days), concrete containing metal fibers, fine -mesh screenings
beneath tile, Styrofoam between floor or roof slabs can inhibit the effective permeability and accuracy of GPR. In order
to accurately conduct a radar survey, orthogonal scans must be made across the target area. Confined or obstructed areas
that restrict an even scanning pattern can impede the data collected and reduce the accuracy of the final results. GPR
does not measure diameter of objects, just their location(s).
Electromagnetic induction is a method in which a transmitter signal is applied by directly coupling to a target. As long
as the target is metallic, a receiver is used to detect the transmitted signal. Passive detection is another technique used to
locate naturally occurring magnetic fields that exist on power cables generating a 50160 Hz signal. Additionally,
passive VLF signals can be detected on other metallic utilities that are typically long in length and are well grounded
electrically.
2930 NW Commerce Park Dr. Sulte 1 Boynton Beach, FL 33424 -4736
PHONE (561)737.9800 FAX: (561)737.1742 WEB: www.groundhound.com EMAIL: Infgftroundhound corn
Page Two
Mr. C. Andre' Rayman
April 24, 2015
Locating underground utilities is not an exact science. Therefore, Ground Hound Detection Services, Inc. (GHD) expresses no
guarantees that using one or any of the available technologies for identifying utilities /structures will identify all utilities /structures
and /or meet the objective of this or any individual project. Engenuity Group understands that limitations within the available
technology, the complexity of site conditions and circumstances beyond the control of GHD may limit the performance /results of
the GHD's services. Project Owners, Engenuity Group and any of its Subcontractors shall hold harmless and indemnify GHD
against any and all losses as a result of inability to locate or misloeate due to limitations within the available technology, the
complexity of site conditions and circumstances beyond its control, but not against negligence on the part of GHD or its employees.
The services provided by GHD shall be performed in accordance with generally accepted professional practices as related to the
nature of services performed. Payment to GHD shall not be contingent upon its performance or results due to any limiting condition
as described. Hand digging is required in all situations when excavating within 24" of GHD's markings.
This proposal constitutes the entire agreement between the parties. The agreement may not be altered, modified or
conditioned in any respect without the prior written consent of all parties. Documents such as but not limited to "change
orders ", "purchase orders ", sub - contract agreements, and statements of terms and conditions of work shall require prior
written acceptance by GHD to be binding. Payment to GHD for work performed pursuant to this proposal shall not be
contingent upon GHD's consent to any proposed alteration, modification or condition to the agreement.
CONDITIONS: Locating underground utilities for design/pre- excavation:
• Utility locations are being provided in an attempt to prevent or reduce the likelihood of damage during excavation
and /or provide design information.
• Areas to be investigated must be level and free of obstructions. EM and GPR discovery may be limited up to 24"
within any vertical impediment, structure or otherwise.
• Results are dependent upon field conditions at the time of locating services.
• GHD's inability to complete the project due to delays, conditions outside GHD's control does not void this
contract.
• If GHD is to produce a drawing (optional, additional fee), customer is responsible for providing an electronic
AutoCAD file for GHD to use as a base to drop its discoveries on. If a file is not available, additional costs and
time to produce the drawing are likely.
• Drawings produced by GHD (optional, additional fee) are not considered to be "survey grade" drawings. GHD
will include dimensions from a fixed feature in the field /drawing to the horizontal position of the target being
depicted. Drawings are not prepared by a licensed Engineer, Surveyor or Draftsman. In addition, drawings are
not prepared to any State survey or drafting standard.
• if GHD reviews its discoveries with others responsible for mapping/data collection, a copy of the file must be
provided to GHD to review for errors and omissions.
• Wherever possible, APWA standards are used for marking.
• GHD is not responsible for, moved, altered, obliterated or maintaining marks. GHD will impose an additional fee
to relocate /remark facilities.
• If underground facilities are damaged, whether marked by GHD or not, it is your obligation to notify a
representative of GHD immediately at the time of damage.
• GHD is not a substitute for Chapter 556 of the FL State Statute (Underground Facility Damage Prevention and
Safety Act). Prior to project construction, excavating contractor is responsible for securing locations of public
utilities through Sunshine State One Call of Florida (Phone # 811).
• Any available as- builts, engineered or other record drawings with regards to any utilities within the project limits
shall be made available to GHD for its review prior to commencement of field work.
• The performance of GHD's services is limited to full and unobstructed access to include but not limited to:
mechanical rooms, manholes, hand holes, vaults, meter rooms, telecom rooms, fixtures (plumbing, electrical,
communication), dispensers, fenced compounds, tanks and structures. Full cooperation from the on site personnel
is necessary to perform a complete investigation.
Page Three
Mr. C. Andre' Rayman
April 24, 2015
COST ESTIMATE:
Electromagnetic, GPR Investigation
• Perform /verify horizontal locations of existing detectable utilities using EM & GPR techniques.
• Mark selected targets on the ground surface as necessary.
• Review all discoveries onsite with Surveyors (a copy of the completed Survey must be provided to our office for
review)
• Public Utility Coordination.
EM & GPR Investigation 2 days @ $1,700/ day $3,400.00
Utility Coordination $ 500.00
Cost Estimate $3,900.00
*There is a four hour minimum for EM and GRP services.
The above cost is effective for 30 days from the date of this proposal. Costs are subject to change upon unforeseen
conditions, any changes will be negotiated accordingly. All service rates include a two man crew. Field time may be
reduced by using added crews. Additional crew members are billed out at $112.50 1man hour.
Provided, in no event shall payment to GHD be made later than 45 days from submission of its invoice, irrespective of
Contractor's receipt of payment from Owner.
Mr. Rayman, thank you for allowing us to present this proposal. Should you have any questions please contact me at:
561 -737 -9800.
Sincerely,
Sean Halsey, South Florida Director
Ground Hound Detection Services, Inc.
Accepted by
Print Name of Signer
Title /Company
Date
Re: "20th Street Drainage Lines- Boynton Beach"
WU,
so
1/ 1/
APPROX. SCALE V=200'
PROJECT AREA 1
1CM0 GEOTECHNICAL COST ESTIMATE
Geotechnical Exploration
Geotechnical - CMT • CEI Boynton NE 20th Ave Drainage Improvement
2394 St. Johns Bluff Road, S
Suite 200
Jacksonville, Florida 32246
tel (904) 641 -1993
fax(904)645 -0057
Engineering /Support Services
Senior Engineer
hr.
Number
$156.00
/hr.
Estimated
Item Description
Unit
of Units
Cost / Unit
Cost
Field Investigation
Staff Engineer
hr.
2 hr.
$90.00
/hr.
Mobilization (Truck)
ea.
1 ea.
$500.00
/ea.
$500.00
Four (4) Six Foot Deep SFWMD Exfiltration Tests
ea.
4 ea.
$350.00
/ea.
$1,400.00
Pavement Coring & Patching
ea.
4 ea.
$75.00
/ea.
$300.00
Utility Clearance/Boring Layout/Coordination
hr.
4 hr.
$90.00
/hr.
$360.00
Subtotal:
$2,560.00
Engineering /Support Services
Senior Engineer
hr.
1 hr.
$156.00
/hr.
$156.00
Project Engineer
hr.
1 hr.
$124.00
/hr.
$124.00
Staff Engineer
hr.
2 hr.
$90.00
/hr.
$180.00
CADD
hr.
3 hr.
$83.00
/hr.
$249.00
Subtotal:
$709.00
TOTAL (Estimated): $3,269.00
Prepared By:
Bruce Khosrozadeh, P.E.
Senior Vice President
4/24/2015
Page 1 of 1