R09-065
rr I
1 RESOLUTION NO. R09-0bS
2
3 A RESOLlJTION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, AlJTHORIZING EXECUTION BY
5 THE CITY MANAGER 0);' TASK ORDER NO. U09-17-
6 04 IN THE AMOlJNT OF $62,719.00 WITH
7 ENGENUITY GROUP, INC., TO PROVIDE DESIGN,
8 BIDDING AND CONSTRUCTION PHASE SERVICES
9 FOR IMPROVEMENTS AT MASTER LIFT STATION
10 NO. 801; AND PROVIDING AN EFFECTIVE DATE.
11
12
13 WHEREAS, Master lift station 801 was originally constructed in the 1970's. It has
14 undergone a series of moditications o\er the years that have. in part. converted it from
15 having its pumps in a dry pit to having them in the wet well.: and
16 WHEREAS, additional changes are required to make this transition complete; and
17 WHEREAS, the City Commission of the City of Boynton Beach upon
18 recommendation of staff. deems it to be in the best interest of the citizens of the City of
19 Boynton Beach to authorize execution of lask Order U09-17-04 in the amount of
20 $62.719.00 to Engenuity Group. Inc.. for design. bidding and construction phase services for
21 improvements at master lift station 801.
22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
24 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
25 being true and correct and are hereby made a specitic part of this Resolution upon adoption
26 hereof
27 Section 2. The City Commission of the City of Boynton Beach, Florida does
28 hereby authorize and direct the approval and execution by the City Manager of Task Order
29 U09-17-04 in the amount of $62,719.00 to Engenuity Group, Inc.. for design, bidding and
30 construction phase services for improvements at master lift station 801. a copy of which is
S \CA\RT SO\Agreements\Task ChangQ Orders\lngenulty Group I ask Order LJ09-1 /..04 doc
. -
I
1 attached hereto as Exhibit "A".
2 Section 3. This Resolution shall become effective immediately upon passage.
.s:r..
3 PASSED AND ADOPTED this J.t day of ApriL 2009.
4
5 CITY OF BOYNTON BEACH, FLORIDA
6 ~~~ "
7
8
9
. L ( ...- Z'. -- -:-;- 'J
10 I c'c~r' ( c..- ,- /
- , /
~. v___........._ ___~ --- ---~-
11 ~T W~Od:OW~
12
13
14 Commissioner
15
16
17
18
19
20 Commissioner ~ Marlene Ross
21 ATTEST:
22 ~:uL Y1J, Jk><.ul"
23
24 Jan M. Prainito, CMC
25 C y Clerk
26
27
SICAIRf-SOlAgreementslTask Change Orderslf-ngenUlty Group- fask Order U091,' 04 doc
Roq - ofo5
ENGINEERING CONSULTING SERVICES FOR REHABILITATION OF LIFT
STATION NO. 801
Task Order #U09-17-4
BACKGROUND
The City of Boynton Beach (CITY) is requesting Engenuity Group, Inc.
(CONSULTANT) to perform pump sizing calculations, prepare construction drawings
and specifications, prepare bid documents, assist the CITY in obtaining bidders and
evaluating bids, administer the construction contract, and observe the rehabilitation of
Lift Station No. 801.
SCOPE OF SERVICES
TASK 1- DESIGN
A. Meet with CITY to define and clarify CITY'S requirements for the Project and
available data.
B. Prepare drawings indicating the scope, extent, and character of the electrical,
paving, structural, and wastewater work to be performed and furnished by the
CONTRACTOR. More specifically this includes the following:
1. Abandon in place the existing 'can' type lift station.
2. Evaluate the existing pumps to determine if they are adequately sized for
the current flows. If not, determine the required pump sizes.
3. Change the site electrical service from aboveground to underground.
4. Relocate the generator fuel lines away from the window.
5. Relocate the existing window fan to the wall.
6. Replace the control panels.
7. Remove both windows and cover openings with concrete block.
8. Remove the existing asphalt pavement and re-pave.
9. Install latches to fasten the double-doors to the concrete floor and the
chain-link fence gates to the ground.
10. Provide louvers for the generator exhaust opening that meet the Florida
Building Code wind load requirements.
C. Review and modify, as needed, the technical specifications provided by the CITY.
D. Prepare an opinion of the probable construction cost at the 60% and 95% design
completion stages based on CONSULTANT'S best judgment as an experienced
and qualified professional engineer generally familiar with the construction
industry. Since CONSULTANT has no control over the costs of labor, materials,
equipment or services furnished by others, or over the CONTRACTOR'S
methods of determining prices, or over competitive bidding or market conditions,
CONSULTANT cannot and does not guarantee that proposals, bids or actual
Page 1 of6
Construction Cost will not vary from opinions of probable Construction Cost
prepared by CONSUL T ANT.
E. Prepare for review and approval by CITY, its legal counsel and other advisors
contract agreement forms, general conditions, supplementary conditions, bid
forms, invitations to bid, and instructions to bidders (all of which shall be the
CITY'S standard documents).
F. Attend up to three (3) coordination/document review meetings.
G. Items to be furnished by CITY:
1. Front-end contractual documents in Microsoft Word format.
2. Technical information on the existing pumps.
3. Drawings of the existing pump station.
H. This proposal does not include the following:
1. Preparation of a South Florida Water Management District dewatering
permit application.
2. Reproduction of drawings and specifications for CONTRACTOR'S use
during construction.
3. Design of landscaping and irrigation.
4. Preparation of a Health Department permit application.
TASK 2 - BIDDING
A. Assist CITY in advertising for and obtaining bids for the Work. This includes
reproduction of the bid documents and selling the bid documents.
B. Attend pre-bid conference and issue minutes.
C. Issue Addenda as appropriate to clarify, correct, or change the Bidding
Documents.
D. Attend the Bid opening and prepare Bid tabulation sheets. Perform due diligence
review of bidder's qualifications and make a recommendation for award of
contract.
E. Assemble contracts and issue a Notice of Award.
F. Perform cursory review of signed contracts, bonds, and insurance certificates
received from CONTRACTOR and transmit to CITY for signing of contracts.
G. Provide five (5) copies of conformed drawings and specifications for construction
(two to the CONTRACTOR, two to the CITY, and one for the ENGINEER),
following award of contract.
Page 2 of6
TASK 3 - CONSTRUCTION
A. Preconstruction Conference. Conduct a Preconstruction Conference prior to
commencement of Work at the Site and prepare minutes.
B. Permits. Sign and seal appropriate number of construction drawings and give to
CONTRACTOR for CONTRACTOR to submit to the Palm Beach County
Building Department for permit approval.
C. Visits to Site and Observation of Construction. In connection with observations
of CONTRACTOR'S work in progress while it is in progress:
1. Make visits to the site at intervals appropriate to the various stages of
construction, as CONSULTANT deems necessary, in order to observe as
an experienced and qualified design professional the progress and quality
of the Work. Such visits and observations by CONSULTANT, are not
intended to be exhausti ve or to extend to every aspect of
CONTRACTOR'S work in progress or to involve detailed inspections of
CONTRACTOR'S work In progress beyond the responsibilities
specifically assigned to CONSULTANT in the Contract Documents, but
rather are to be limited to spot checking, selective sampling, and similar
methods of general observation of the Work based on CONSULTANT'S
exercise of professional judgment. Based on information obtained during
such visits and such observations, CONSULTANT will determine in
general if CONTRACTOR'S work is proceeding in accordance with the
Contract documents, and CONSULTANT shall keep CITY informed of
the progress of the Work.
2. CONSUL T ANT will not, during such visits or as a result of such
observations of CONTRACTOR'S work in progress, supervise, direct, or
have control over CONTRACTOR'S work nor shall CONSULTANT have
authority over or responsibility for the means, methods, techniques,
sequences, or procedures of construction selected by CONTRACTOR, for
safety precautions and programs incident to regulations applicable to
CONTRACTOR'S furnishing and performing the Work. Accordingly,
CONSULTANT neither guarantees the performance of any
CONTRACTOR nor assumes responsibility for any CONTRACTOR'S
failure to furnish and perform its work in accordance with the Contract
Documents.
Page 3 of6
D. Clarifications and Interpretations; Field Change Directives. Issue necessary
clarifications and interpretations of the Contract Documents as appropriate to the
orderly completion of CONTRACTOR'S work. Such clarifications and
interpretations will be consistent with the intent of and reasonably inferable from
the Contract Documents. CONSULTANT may issue Field Change Directives
authorizing minor variations from the requirements of the Contract Documents.
E. Progress Meetings. Attend monthly progress meetings. Prepare agenda, conduct
meetings, and issue minutes.
F. Shop Drawings and Samples. Review and approve or take other appropriate
action in respect to Shop Drawings and Samples and other data which
CONTRACTOR is required to submit, but only for conformance with the
information given in the Contract Documents and compatibility with the design
concept of the completed Project as a functioning whole as indicated in the
Contract Documents. Such review and approvals or other action will not extend to
means, methods, techniques, sequences or procedures of construction or to safety
precautions and programs incident thereto. CONSULTANT has an obligation to
meet the CONTRACTOR'S submittal schedule that has earlier been acceptable to
CONSULTANT.
G. Applications for Payment. Based on CONSULTANT'S on-site observations as
an experienced and qualified design professional, CONSULTANT will review
pay applications and either recommend payment or return the pay application to
the CONTRACTOR for correction.
H. Inspections and Tests. Require such special inspections or tests of
CONTRACTOR'S work as deemed reasonably necessary, and receive and review
all certificates of inspections, tests, and approvals required by Laws and
Regulations or the Contract Documents. CONSUL T ANT'S review of such
certificates will be for the purpose of determining that the results certified indicate
compliance with the Contract Documents and will not constitute an independent
evaluation that the content or procedures of such inspections, tests, or approvals
comply with the requirements of the Contract Documents. CONSULTANT shall
be entitled to rely on the results of such tests. Field-testing of materials is not
included in CONSULTANT'S scope of services.
I. Record Drawings. Review Record Drawings prepared and certified by the
CONTRACTOR'S Florida licensed surveyor and the CONTRACTOR.
1. Completion of Construction Certifications. Prepare construction completion
certifications and submit to the following agencies:
1. City of Boynton Beach.
2. Palm Beach County Building Department.
Page 4 of6
K. Substantial Completion. Promptly after notice from CONTRACTOR that
CONTRACTOR considers the entire Work ready for its intended use, in company
with CITY and CONTRACTOR, conduct a review of the work to determine if it
is Substantially Complete.
L. Final Notice of Acceptability of the Work. Conduct a final review to determine if
the completed Work of CONTRACTOR is acceptable.
M. Contract Time. CONSULTANT'S services during construction are dependent
upon the timely performance of CONTRACTOR'S work. CONSULTANT'S
services are based on a construction Contract Time of 150 calendar days for final
completion of the work. If the CONTRACTOR exceeds such period of time,
CONSUL T ANT'S compensation shall be subject to an equitable adjustment.
CONTRACT REFERENCE
Above is performed under the terms and conditions described within the Agreement for
General Engineering and Consulting Services dated November 18,2003, with renewals,
between the City of Boynton Beach and Engenuity Group, Inc.
ADDITIONAL SERVICES
Anything that may be needed and can or may be assigned by an amendment/change to
the Task Order.
OBLIGATIONS OF THE CITY
See Task 1, paragraph G.
Page 5 of6
COMPENSATION
The CITY shall pay CONSULTANT a lump sum fee of $36,570.00 for Tasks I and 2,
and a fee not to exceed $26,149.00 for services under Task 3. Task 3 services are to be
paid based on actual time and material expended. A breakdown of the fees is shown in
the attached Table (Exhibit A), which is included in this Task Order. The
CONSUL T ANT shall furnish monthly invoices to the CITY detailing the amount
requested with appropriate supporting documentation.
SCHEDULE
60% design complete in 90 days.
95% design complete in 120 days.
100% Bid Documents in 150 days.
Method of Payment for lump sum portion - the CITY shall tie percentages of lump sum
payment to the acceptance of deliverables.
APPROVED BY:
::TY OF BOt;;EACH. FL:RIDA
Kurt Bressner
City Manager
Dated this i. 30 . 6~ day of ,2009.
SUBMITTED BY:
ENGENUITY GROUP, INC.
()JJJ{j~ ,2r ~
By: I!\ ) \ \_/"-_ '1 . ~
[isa A. Tropepe. P. E. .
Vice President
Attest! Authenticated:
Secretary
Page 6 of6
Exhibit A
Fee Breakdown
Prof.
Description Sr. Proj Man Project Eng Designer Sr Admin Survey Crew Surveyor Field Rep
Hourly Rate $142,00 $105,00 $77 ,00 $59.00 $132,00 $108,00 $84.00
Task 1- Design Phase
Labor Hours 37 54 30 5 8 4 2
Labor Cost $ 5,254.00 $ 5,670.00 $ 2,310.00 $ 295.00 $ 1,056.00 $ 432.00 $ 168.00
Expenses $ 570.00
Design Fee $ 15,755.00
I I
Task 2- Bidding Phase
Labor Hours 4 20 3 14 0 0 0
Labor Cost $ 568.00 $ 2,100.00 $ 231.00 $ 826.00 $ - $ - $ -
Expenses $ 590.00
Bidding Fee $ 4,315.00
Task 3- Construction Phase
Labor Hours 9 76 0 17 0 0 82
Labor Cost $ 1,278.00 $ 7,980.00 $ - $ 1,003.00 $ - $ - $ 6,888.00
Expenses $ 700.00
Construction Fee $ 17,849.00
Smith Engineering Consultants Inc.
Project Project
Engineer Engineer Assistant Engineer CADD Designer Clerical (Linda
Description (Larry Smith) (Jim Debay) (Steve Hockman) (Terry Smith) Smith)
Hourly Rate $125.00 $125.00 $95.00 $65.00 $45.00
Tasks 1 2, 3
Labor Hours 80 30 80 40 12
Labor Cost $ 10,000.00 $ 3,750.00 $ 7,600.00 $ 2,600.00 $ 540.00
Expenses $ 310.00
Total Subconsultant Fee $ 24,800.00
Page 1 of 1
The Citg ol BoljDtOD Beach
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@ci.boynton-beach.fI.us
www.boynton-beach.org
MEMORANDUM
TO: Pete Mazzella
Deputy Director of Utilities
FROM: Janet M. Prainito
City Clerk
DATE: May 1, 2009
SUBJECT: R09-065 - Engineering Consultin Services for Rehabilitation of
Lift Station No. 801 Task Order U09-17-4
Attached for your information and files are two (2) fully executed agreements and a
copy of the Resolution mentioned above.
Since the agreements have been fully executed, I have retained one (1) original for
Central File.
Thank you.
t!r- Yn . p~
Attachments (3)
C: Central File
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2009\Pete Mezzella R09-065.doc
America's Gateway to the Gulfstream