Loading...
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