R09-066
" I
1 RESOLUTION NO. R09- Oralo
2
3 A RESOLUTION O:F THE CITY OF BOYNTON BEACH,
4 FLORIDA, APPROVING AND AUTHORIZING EXECUTION BY
5 THE CITY MANAGER OF AMENDMENT NO. 1 TO TASK
6 ORDER NO. U07-20-1 WITH W ANT MAN GROUP, INC., TO
7 PROVIDE PROFESSIONAL CONSTRUCTION MANAGEMENT
8 SERVICES FOR THE REGIONAL FORCE MAIN PROJECT IN
9 THE AMOUNT OF $570,362.50, PLUS AN OWNER'S
10 CONTINGENCY OF 5ult, IN THE AMOUNT OF $28,518.00 FOR A
11 TOTAL BUDGET APPROPRIA TE OF $598,880.50; AND
12 PROVIDING AN EFI<~ECTIVE DATE.
13
14
15 WHEREAS, The City Commission approved Task Order #U07-20-1 on February 20,
16 2007, for the Wantman Group, Inc., to provide professional design, permitting and bidding
17 services for the Regional Force Main Project: and
18 WHEREAS, the City has requested the Wantman Group, Inc., provide services during
19 construction including construction phase sen ices (construction management and inspection)
20 fur this project; and
21 WHEREAS, the City Commission of the City of Boynton Beach upon
22 recommendation of staff. deems it to be in the best interest of the citizens of the City of
23 Boynton Beach to approve and authorize the execution of Amendment NO.1 to Task Order
24 Nu. U07-20-1 with the Wantman Group. Inc.. to pruvide prufessional construction
25 management services for the Regional Force Main Pruject in the amount of $570,362.50, plus
26 an owner's contingency of 5% in the amount of $28,518.00 for a total budget appropriate of
27 $598,880.50.
28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
29 THE CITY 01<' BOYNTON BEACH, FLORIDA, THAT:
S'\CA\RESO\Agreements\Task Change Orders\Amendmern No 1 to Wantman Group UO/-20 1 doc
II I
1 Section 1. The foreguing "Whereas" clauses are hereby ratified and confirmed as
2 being true and correct and arc hercby made a spccific part of this Resolution upon adoption
3 hereof.
4 Section 2. The City Commission of the City of Boynton Beach, Florida does
5 hereby approve and authorize the execution by the City Manager of Amendment No.1 to Task
6 Order No. U07-20-1 with the Wantman Group, Inc., to provide professional construction
7 management services for the Regional Force Main Project in the amount of $570,362.50, plus
8 an owner's contingency of 5% in the amount of $28.518.00 for a total budget appropriate of
9 $598.880.50, a copy of which is attached hereto as Exhibit "A '".
10 Section 3. This Resolution shall become effective immediately upon passage.
~r
11 PASSED AND ADOPTED this ~, day of April, 2009.
12
13 CITY OF BOYNTON BEACH, FLORIDA
14 #r--?
15
16
17 //,' ,/ /
c ..., -? ./ /e."". .-L I:.- .'
18 (. . /':: L - L- (1::...""-" G ~-- . ' --t '-<
19 V ice Mayo' ~:H~y /'
20
21
22
23 /~
24
-_._-- '--- - -- --~-_. ~
25 co,~cr - Jos .guez
26 ATTEST: .' /; ~
27 _/ 'd', .
-...... .-
--- ---~- ---
28 ( 'ommissioner Marlene Ross
29
30
31
32
33
34
S \CA\RI::SO\Agreements\Task - Change Orders\Amendment No 1 to Wantman Group U07 20 1 doc
RoCf - i>bCo
TASK ORDER NO. U07-20-1 Amendment No. 1 -
Regional Force Main Project (Ocean Avenue to
the Regional Waste Water Treatment Plant located
on Congress Avenue and the LWDD 30 Canal).
Additional Design and Permitting Services, and
Services During Construction for the force main
improvements and the S.E. 6th Avenue waste
water lift station.
A. Background
Wantman Group, Inc. (CONSULTANT) has designed a new lift station to intercept flow
and alleviate future peak flows to existing lift station 356, and an alternate force main to
the existing force main along Ocean Avenue. The Lift Station located on S.E. 6th Avenue
within Pence Park is an initial 2 pump station with a 12 foot by 12 foot wet well. The
total length of the force main is approximately 24,000 feet.
The City of Boynton Beach (CITY) has requested that the CONSULTANT provide
several design and permitting revisions, and services during construction (SDC) and
resident project representative (RPR) services to the CITY in the execution of this
project. The project is to be executed using the traditional design, bid, and construction
method.
The CITY has directed the CONSULTANT to alter the design plans to include an air
scrubber system for odor control and to separate the force main contract document into 2
distinct packages, one for the jack and bore segments and the other for the open cut and
directional drill segments.
The CITY requested that the CONSULTANT prepare three (3) separate sets of plans.
The first set is for the Force Main Open Cut and directional drill sections (FM-OC), the
second set is for the Force Main Jack & Bore sections (FM-JB) and the third set is for the
Lift Station (LS). The projects are to be bid and constructed independent of each other
but shall be considered as constituent projects that are interdependent upon each other.
Page 1 of 10
B. Scope of Services
DESIGN SERVICES
Task 1 -Odor Control System
As required by the Palm Beach County Health Department, the CITY directed the
CONSULTANT to incorporate an air scrubber system to provide odor control for the LS.
The CONSULTANT has provided design coordination with Siemens to select the
appropriate odor control system for the LS. The additional services also included site
design, plans, details, cost analysis, technical specifications and design coordination with
the electrical and structural subconsultants. The CONSULTANT has also incorporated
the necessary odor control system documents and calculations (provided by Siemens)
required to obtain the Palm Beach County Health Department permit.
Task 2 - Separate FM Plans
The CITY has requested that the CONSULTANT separate the jack and bore crossings
from the existing force main (FM) bid package. This will require the existing plans be
split into two packages. One for the jack and bore crossings of 1-95, CSX Railroad,
Florida East Coast (FEC) Railroad and Woolbright Road. The remaining open cut and
directional drill of Seacrest Boulevard will need to be repackaged. The CONSULTANT
will provide the following additional services:
Subtask 2.1 Design Services
The CONSULTANT will modify the existing FM package. CONSUL T ANT will revise
existing cover, key map, plan & profile and detail sheets to delete the proposed jack and
bore areas. CONSUL T ANT will also revise the existing bid tab and existing technical
specifications.
The CONSULTANT will develop a separate Jack and Bore package. The
CONSULTANT will prepare a new set of plans to include cover, key map, plan & profile
and details sheets for the proposed jack and bore crossings. CONSULTANT will also
prepare an additional bid tab and an additional technical specification for only the jack
and bore related activities.
Subtask 2.2 Permitting Services
The CONSULTANT will discuss the proposed separation of the plans with the Palm
Beach County Health Department (PBCHD), Palm Beach County Engineering (PBCE),
Florida Department of Transportation (FDOT), CSX Railroad (CSX), Florida East Coast
Railroad (FEC) to determine if additional permitting will be required. For purposes of
developing this Amendment, it is assumed that no additional permitting will be required.
Page 2 of 10
Subtask 2.3 Bidding Services
The CONSULTANT will prepare an additional separate bid package for the jack and
bore areas and will perform the bid phase services as described in the original task order
for this project. The bidding services will include:
1. Distributing copies of the Contract Documents to the prospective bidders and
maintain records of the plan holders list.
2. Attendance at one (1) pre-bid meeting.
3. Answer questions from potential bidders, and providing technical information to the
CITY for Contract Document addenda and distribution to the plan holders.
4. Review bid packages received, prepare bid tabulation sheet and due diligence form
and recommend award.
5. Assist the CITY in conforming and preparing Contract Documents for execution by
the CITY selected Contractor.
CONSTRUCTION SERVICES
Task 3. Services During Construction
The CONSULTANT will provide services during construction (SDC) for three separate
construction contracts, one for the Force Main Open Cut sections (FM-OC), the second
for the Force Main Jack & Bore sections (FM-JB) and the third set for the Lift Station
(LS). The FM-OC construction period shall not exceed eighteen (18) months, the FM-JB
shall not exceed five (5) months and the LS construction period shall not exceed nine (9)
months. The eighteen months for the FM-OC contract includes the installation of the
Congress A venue valve cut-ins. For purposes of developing this Amendment, it is
assumed that only two of the three separate construction periods will overlap at the same
time and the total contract time for all contracts is eighteen (18) months. This provides a
significant economy of scale by doing contracts concurrently.
The specific SDC phase services to be provided by the CONSULTANT include the
following for each construction contract:
Subtask 3.1 Pre-Construction Conference
Prepare agenda and conduct pre-construction conference with selected Contractor and
CITY staff with CITY'S "Standard Preconstruction Forms". Prepare and issue written
minutes of meeting.
CONSULTANT will provide Contractor two (2) full size (22 x 34 inch) and two (2) half
size (11 x 17 inch) sets of the conformed Contract Documents for each Contract.
CONSUL T ANT will provide Contractor conformed Contract Documents (Front-end and
Technical Specifications, and Construction Plans) in electronic format to facilitate
Contractor's preparation of as-built drawings.
Page 3 of 10
Subtask 3.2 Submittal Review
Receive, log, and review Shop Drawing and Product submittals for general conformance
with the design intent and provisions of the Contract Documents. One review of each
submittal is included in the budget for SDC phase services. CONSULTANT will review
and return submittals to CITY and CONTRACTOR within 14 days of receipt.
Subtask 3.3 Progress Meetings
Attend construction progress meetings, prepare pre-issue agenda, and provide a written
summary of the issues discussed using the CITY's "Standard Weekly Progress Meeting"
format. Project meetings will be conducted by the Project Engineer with the Resident
Observer also in attendance. Following the meeting, the Project Engineer will prepare
and distribute DRAFT meeting minutes to the City and other attendees for meeting
participant review and comment within one (1) day of the meeting conclusion. FINAL
minutes shall be issued within three (3) business days after the conclusion ofthe meeting.
Meetings will be held at the offices of the CITY Utility Department unless noted
otherwise. Twenty one (21) progress meetings for the FM-OC, four (4) for the FM-JB
and twelve (12) for the LS are included in the budget for this subtask.
Subtask 3.4 Pay Estimate Review
Review monthly payment applications submitted in a format acceptable to the CITY.
CONSULTANT shall verify the quantities as represented on the pay request and make a
recommendation to the CITY to proceed with the payment as requested or as modified
based on CONSULTANT review. Monitor the construction schedule monthly and report
to the CITY conditions which may cause delay in completion. Assist the CITY to
reconcile the Contractor payment requests, clarifications, and responses to requests for
quotations.
Subtask 3.5 Construction Clarifications
Respond in writing to Contractor's Request For Information (RFI) regarding the design
documents. CONSULTANT shall issue interpretations and clarifications of the Contract
Documents, along with associated support materials, as requested by the Contractor.
These interpretations will be rendered and a response prepared and submitted to the
Contractor within one week. For the purpose of this task order, up to 5 RFIs will be
responded to during the FM-OC construction period, up to 2 RFIs for the FM-JB
construction period and up to 3 RFIs for the LS construction period.
Subtask 3.6 Construction Changes
Review and negotiate Change Orders (CO) and Field Change Directives (FCD) during
the construction period. For the purpose of this Amendment, 8 COs / FCDs will be
prepared during the FM-OC construction period, 1 COs / FCDs during the FM-JB
construction period and 3 COs / FCDs during the LS construction period.
Page 4 of 10
Subtask 3.7 Periodic Field Inspections
CONSULTANT will visit the project site an average of nine (9) hours a month for the
actual field construction time frame of sixteen (16) months for the FM-OC, two (2)
months for the FM-JB and seven (7) months for the LS. The construction time frames for
this subtask has been shortened for the FM-OC and FM-LS by 2 months as each
construction contract starts off slowly and winds down at the end. The construction time
frame for the JB has been shortened by an additional 1 month due to additional set-up
time.
Subtask 3.8 Certification of Construction Complete
CONSULTANT shall certify to FDOT, FEC, CSX, PBCE, LWDD and PBCHD based on
visible project features, CONSULTANT's inspections and, review of record drawings
and testing reports that the project was constructed in substantial accordance with the
plans and specifications submitted in the permit applications. For budgeting purposes,
the CONSULTANT will be required to process not more than six (6) individual requests
for releases for the FM-OC, not more than four (4) individual request for releases for the
FM-JB and not more than one (1) individual request for releases for the LS.
Task 4 . Resident Project Representative Services
The CONSUL T ANT will provide resident project representative services during
construction for three separate construction periods, one for the FM-OC, one for the FM-
JB and one for the LS. For purposes of developing this Amendment, it is assumed that
only two of the three separate construction periods will overlap and the total contract time
for all contracts is eighteen (18) months. This provides an economy of scale by doing the
contracts concurrently. The Resident Project Representative services to be provided by
the CONSULTANT include the following:
Subtask 4.1 Inspections
Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the
construction of the work in a total period of not-to-exceed sixteen (16) months (347
working days) for the FM-OC construction contract and seven (7) months (152 working
days) for the LS construction contract. The RPR will provide only part-time (2
hours/day) during the installation of the FM-JB period of not-to-exceed three (3) months
(65 working days). Each construction time frame for this subtask has been shortened by
2 months as each construction contract starts off slowly and winds down at the end.
Activities performed under this task consist of furnishing a RPR during the construction
of the project, to observe the quality and performance of the construction work, and to
determine, in general if the construction is proceeding in accordance with the contract
documents so that an engineering certification can be made regarding the construction of
the proposed improvements. The RPR shall:
. Serve as CONSUL T ANT's liaison with Construction Contractor, working
principally through the Contractor's Project Manager or Project Superintendent
and assist them in understanding the intent of the Contract Documents.
Page 5 of 10
. Conduct on-site observations of the work in progress to assist in determining if
the work is proceeding in accordance with the contract documents and that
completed work conforms with the contract documents. Report, in writing,
whenever CONSULTANT believes that work is unsatisfactory, faulty or
defective, or does not conform to the contract documents, or does not meet the
requirements of inspections, tests or approval required to be made, or has been
damaged prior to final payment.
. Accompany visiting inspectors representing public or regulatory agencies having
jurisdiction over the project. Record, in writing, the outcome of these inspections
and report same to CITY.
. Consider and evaluate Construction Contractor's suggestions for modifications in
drawings or specifications and report them to CITY, in writing. CONSULTANT
shall make recommendation for action by the CITY.
. Furnish to the CITY weekly written reports of progress of the work, the level of
detail of which will be sufficient to determine the progress of all activities on the
contractor's construction schedule. The CONSULTANT shall provide to the
CITY the RPR's daily inspection reports (handwritten) and digital photos (paper
copy & electronic copy). The reports and digital photos will be provided on a
weekly basis.
. Review Contractor As-Built Information on a monthly basis to confirm proper
updates are being made.
. Observe all flushing and pressure testing of the piping.
. Assist the Contractor in coordinating all required density testing, etc. as required
by the Construction Documents.
. RPR shall work with the Contractor and develop a Daily Quantity Sheet (based on
the approved Schedule of Values) to be reviewed and accepted each day agreeing
to the quantities of Schedule of Value items installed.
Subtask 4.2 Substantial and Final Inspection
In conjunction with CITY staff, make preliminary and final inspections and assist in the
preparation of a Contractor "punch list" to achieve Substantial Completion. Review
completion of identified punch list items to assist in the determination that Substantial
Completion has been achieved by the Contractor. In consultation with the CITY,
CONSULTANT will issue the Substantial Completion Punchlist and the Certificate of
Substantial Completion. Advise the CITY that Final Acceptance of the project has been
reached in accordance with the Contract Documents.
Page 6 of 10
LIMITATIONS OF AUTHORITY
Except upon written instructions of CONSULTANT, Resident Project Representative:
1. Shall not authorize any deviation from the Contract Documents or approve
any substitute materials or equipment.
2. Shall not exceed limitations on CONSULTANT's authority as set forth in the
Contract Documents.
3. Shall not undertake any of the responsibilities of Contractor, Subcontractors
or Construction Manager, or expedite the Work.
4. Shall not advise on or issue directions relative to any aspect of the means,
methods, techniques, sequences or procedures of construction unless such is
specifically called for in the Contract Documents.
5. Shall not authorize CITY to occupy the Project in whole or in part.
6. Shall not participate in specialized field or laboratory tests.
C. Assumptions
In addition to the work items discussed above, the following assumptions were made in
establishing the scope of this Task Order and associated fee. Changes and/or
modifications in the above work items or these assumptions are considered an Additional
Services Item under the terms of the contract. Assumptions include:
1. CONSULTANT has not included any fees for replacement and/or rehabilitation of
any existing utilities in this Task Order. If required by CITY, an Amendment to this
Task Order will be executed for this work.
2. The CITY will provide CONSULTANT an electronic version of "front end" contract
documents in MICROSOFT WORD format (see attached Standard Procedures and
Functions).
3. Deviations from the Final Design Drawings will be compiled by the Contractor and
electronically incorporated onto the drawing files. Two sets of signed and sealed
RECORD drawings will then be submitted by the Contractor to the CITY. Sufficient
sets of RECORD drawings will be provided to CONSULTANT for each submittal to
FDOT, FEC, CSX, PBCE, L WDD and PBCHD.
4. The CITY is responsible for all permitting fees, including costs of public notification
in local newspapers.
5. No pre-purchase of materials and/or equipment is presumed.
6. A single bidding effort is assumed, one each for the FM-OC, FM-JB and LS. Re-
bidding ofthe project is considered an Additional Services item.
Page 7 of 10
D. Contract Reference
This Task Order shall be performed under the terms and conditions described within the
Agreement for General Engineering Consulting Services dated February 19, 2008
between the City of Boynton Beach and Wantman Group, 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 in Section B or assumptions of Section C (upon which the
construction fee is based) is considered an Additional Services Item. Examples include:
1. Additional supervision or construction observation in excess of that specified in this
Task Order.
2. Construction phase services shall not exceed eighteen (18) months for the FM-OC,
five (5) months for the FM-JB and nine (9) months for the LS from the time of the
contractor notice-to-proceed to final inspection. If the period of construction is
extended, additional time and expenses will be necessary.
3. Assisting the CITY in the settlement of construction contract claims.
4. Surveying, flagging, or other work necessary to secure tree removal permits from the
City, County, or other jurisdictions.
5. Design modifications to the Construction Contract Documents (i.e., change orders)
required during construction.
6. Expert witness services that may arise out of any disputes.
7. Conflict of time required between the FM-OC, FM-JB and LS may require additional
field personnel.
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 reVIew all drawings and other documents presented by
CONSULTANT; obtain advice of an attorney, insurance counselor, and others as
CITY deems appropriate for such review and render decisions pertaining thereto
within reasonable time so as not to delay the services of CONSULTANT.
2. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall
obtain approvals and permits from all governmental authorities having jurisdiction
Page 8 of 10
over the project. The CITY is responsible for the payment of all permit application
fees.
G. Compensation
Compensation by the CITY to the CONSULTANT for all tasks will be on a Time &
Materials (T &M) basis in accordance with the above mentioned Agreement. The
estimated compensation for the services described in this Task Order is $570,362.50 as
shown in Table 1 below.
TABLE 1: LABOR AND EXPENSE SUMMARY
Labor Hours Labor Cost SubJExp Total Cost
Task 1 - Odor Control System 48 $6,167.50 $3,675.00 $9,842.50
Task 2 - Separate FM Plans 223 $26,220.00 $1,300.00 $27,520.00
Task 3a - SDC (FM-OC) 748 $94,080.00 $16,700.00 $110,780.00
Task 3b - SDC (FM-JB) 217 $25,405.00 $2,000.00 $27,405.00
Task 3c - SDC (LS) 358 $45,405.00 $18,850.00 $64,255.00
Task 4a - RPR (FM-OC) 2,313 $229,540.00 $18,500.00 $248,040.00
Task 4a - RPR (FM-JB) 184 $16,880.00 $1,200.00 $18,080.00
Task 4c - RPR (LS) 610 $59,440.00 $5,000.00 $64,440.00
Totals 4,701.00 $503,137.50 $67,225.00 $570,362.50
H. Schedule
The completion dates for this work will be as follows (starting at written notice-to-
proceed). A detailed schedule is attached.
Engineering Services Time per Phase Cumulative Time
Task 1 - Odor Control System Y2 Month ~ Months
Task 2 - Separate FM Plans 1 Month 1 ~ Months
Task 3a - SDC (FM-OC) 18 Months 19~ Months
Task 3b - SDC (FM-JB) Concurrent Concurrent
Task 3c - SDC (LS) Concurrent Concurrent
Task 4a - RPR (FM-OC) Concurrent Concurrent
Task 4b - RPR (FM-JB) Concurrent Concurrent
Task 4c - RPR (LS) Concurrent Concurrent
Page 9 of 10
APPROVED BY:
CITY OF BOYNTON BEACH, FLORIDA
By: K~a~A ~~
Kurt Bressner
City Manager
Dated this ~O day of Cl. ~ \""" '\ \ ,2009.
SUBMITTED BY:
W ANTMAN GROUP, INC.
By Jt2fh/ r ~'-
David K. Brobst
Senior Vice President
Dated this 27 day of February , 2009.
M:\Proposals\Municipal Proposals\City of Boynton Beach\Regional FM and S.E. 6th LS\Task Order No. I Amendment No. I \Scope of Services - 02.26.09.doc
Page 10 of 10
FEE BREAKDOWN
AMENDMENT NO.1
CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION
February 26, 2009
... I . ,,~! ...
I Hourly Rates $ 215.00 $ 175.00 $ 125.00 $ 100.00 $ 100.00 $ 60.00
I
1 ODOR CONTROL SYSTEM I
.-- 1.1 Design Actual Manhours Charged 2.00 5.00 30.50 10.50 48.00
1.2 Subconsu~ant (Structural) - Bridae Design (1500) $1,650.00
1.3 Subconsu~ant (Electrical) - Sm~h Eng (1250) __ .__ .. $1,375.00
1.4 Expenses $650.00
__un ..__ _ ~___
1-----1 ~ Total Hours Task 1 __ ~_ 2.00 5.00 30.50 10.50 0 0 48.00
: ~- _. __ $ 128.49
__ : TOTAL FEE - TASK 1 _ $ 43ll.:flll......!......_ 875.00 $ 3,812.50 $ 1,050.00 $ - $ - $3,025.00! $650.00 $ 9,842.50
i I . ... i
__ 2 _.~RATE FM PLANS --:-- ~- -~_.....:.....__ e-- ---- ~~~----=-J- .._~-_. __ __. ~ _+___.__
, ... DE"'. SERVIC" ;- ---=#==; L I
=-= {.- 2~a =~:i~9;X~stlng FM Plans. f=L~ .... '. 0 0 - 0.. r - --.- tOO --- -- I 0 -- - -.. - --
b Cover Sheet ==t 1 1 1 ! 3
c KevMap --- -- ___on 1 1 1 r .----- 3
d Plan & Profile 3 sheets . .. ----=---.. ..._ __..' - 1 6 -16- u_ -------- -.. - 23 __
e Details sheets 1 1 8 10
f Bid Tab 0 4 0 - 4
. -~ ---. ---. --f--.---
9 Material Specs 2 4 0 _ _ __ 6
h Qualitv Control Review I 2 4 4 4 14
n ... -f---._--
I Expenses I $0.00 $500.00
Total Hours Phase 2.1 a 2 10 21 30 0 0 63
---- : -----.... $ 123.89
SUBTOTAL FEE-ModifyExistingFMPlans $ 430.00 $ 1,750.00 $ 2,625.00 $ 3,000.00 $ - $ _ $0.00 $500.00 $ 8,305.00
---- ------ ---------------------------------------------- ------- --------------- .-.---------------.-.-- ------- --------------
2.1 b Separate Jack and Bore Plans _____ =:t _ _
a Meetinas 0 0 ~ 0 0
1---_ b Cover Sheet _ 1 1 1 3
c Kev MaD 1 1 1 _I-- __n__ 3 ____
d Plan & Profile 3 sheets 1 8 16 25
I---- e Details sheets ------ . --f---- - 1 1 8 -. - 10 _ ___
f Bid Tab 0 4 0 4
- a Material Specs 2 4 0 6
h Quality Control Review 2 4 4 4 14
__ ___ I Expenses. _____ _ ~_~ _ $500.00
Total Hours Phase2.1b _ __ 2 10 23 30 0 0 _ 65
$ 123.92
SUBTOTAL FEE - Separate Jack and Bore Plans $ 430.00 $ 1,750.00 $ 2,875.00 $ 3,000.00 $ _ $ _ $0.00 $500.00 $ 8,555.00
Page 1 of 4
FEE BREAKDOWN
AMENDMENT NO.1
CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION
February 26, 2009
'H",
.."' .. 'M,","
2.2 PERMITTING SERVICES (J & B) -. -- -- ----.-.-
...
a Notify PBCHD, FOOT, CSX, PBCE and FEC 1 5 3 9
b PBCE 2nd Penn~ ..- 0 0 0 0 0
PBCHD 3 Drv Line Pennits - --- -t- O 0 0 0
c 0
--- d Expenses $0.00 $0.00
Total Hours Phas~2.2 _ - 0 1 -- . 5 0 0 3 9
$ 108.89
SUBTOTAL FEE - Permitting Services $ - $ 175.00 $ 625.00 $ - $ - $ 180.00 $0.00 $0.00 $ . 980.00 I_~
'''--, -. -- ---
--..- -----.. . - - - - - - - - - - - - - - - - - - - - - - - -;- - - - -. - - - - - - _ _ _. _ _ _ _ _ _ _ _ _ _. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ~ _ _ _ _ _ _ _ _ _ _ _ _ _ _ u _ _ _ _ _ _ _ _ _ _ _ _ __ --------i------
1--__ 2.3 BIDDING SERVICES (J & B) --j' j __....+ . , ----
Additional Bidding Phase Services :-tI.- ...2._ I 10 24 --,- 30 0 20 .. - ___ __.~ .l_______
a 86 I
I b .,
Expenses I , i $0.00 $300.00 , - -
. Iotal Hours Phase 2.3 --; ). t 1..-t-...1Q...-+-..?.4...- ..+ _30_ -1 0 I 20 I I 8
86 h-- 1 09~O7
.-..-1-....-. --
.. SUBTOTAL FEE - Bidding Services "--- $ 430.00 $ 1,750.00 $ 3,000.00 $ 3,000.00 $ $ 1,200.00 $0.00 $300.00 $ 9,680.00 ..- . .-
..I-- --- . ----r-:-
1--- TOTAL FEE - TASK 2 I .- $ 1,290.00 $ 5,425.0p_ ..J_.9,125.00 $ 9,000.00 $ - $ 1,380.00 $ - $ 1,300.00 $ 27,520.00
I
3a FM-OC 1 _. 1----.
SERVICES DURING CONSTRUCTION ( FM-OC ) .--- .--- -----.-- ._~ ..-
3.1 Pre-Construction Conference 1 Meetina 8 8 I-- 4 8 28
3.2 Submittal Review ------ -------- 48 -
1---.. 8 Submittals 16 _.__ 32 16 112
3.3 Progress Meetings .. 21 Meetings 42 147 21 210
. ---.- n
3.4 Pay Estimate Review 18 Applications 18 54 18 -I- 90
3.5 Construction Clarifications 5 RFI's 4 5 20 n______ --- -. 29
,
3.6 Construction Changes ------ .- 8 COI Field Chanaes 16 9 57
32 --
3.7 Periodic Field Insoections -----. 16 Months 4 24 144 --~~..--- --. 8 180
3.8 Certification of Construction ComDlete 6 Agencies 6 30 6 42
3.9 Subconsu~ant (Structural) - Bridae Design (8320) $9,200.00
3.10 Expenses $7,500.00
Total Hours Task 3a 8 135 467 48 4 86 748
TOTAL FEE - TASK 3a $ $ 23,625.00 $ 58,375.00 $ $ 400.00 $ 5,160.00 $9,200.00 $7,500.00 $ 110,780.00 $ 12~.?!
... .. 1,720.00 4,800.00
Page 2 of4
FEE BREAKDOWN
AMENDMENT NO.1
CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION
February 26, 2009
Iiil.;
__ I ______ ~_______ ____~~I~~__ -----~+t___---- _~~
3b FM.JB SERVICES DURING CONSTRUCTION ( FM.JB _~ ~____
3.1 Pre-Construction Conference 1 Meeting 4 8 4 4 20
3.2 Submittal Review 4 Submittals 8 16 24 8 56
3.3 Prooress Meetings 4 MeetinQs 8 28 4 40
3.4 Pay Estimate Review 5 Applications 5 15 5 25
3.5 Construction Clarifications 2 RFl's 4 2 8 -- 14
3.6 Construction ChanQes __~~I-- 1 COI Field Changes 2 4 uu __ ___ _u._~ _~ _ ~ 1--. __ ___~ .___ _ 8
3.7 Periodic Field Insoections 2 Months 4 3 18 1 26
3.8 Certification of Construction Complete 4 Agencies 4 --1--- 20 4 28
3.9 Expenses ___ - .-- $2,000.00
_~ __ Total Hours Task 3b 8 __ _~__. 1-_ . 1_1~ _ 24 4 28 ~I-- _ _ 217 u
I Iii $ 117.07
----- I TOTAL FEE - TASK 3b $ - $ 6,300.00 $ 14,625.00 $ 2,400.00 $ 400.00 $ 1,680.00, $ . $2,000.00 $ 27,405.00 I
.. _ _ _ _ _ _ _ _ -:1 .-_ ~= ==~. _. _ _ _ _ _. _. _. _ _ _ _ _.- _ _ _ _ _ _ _ _ _. _ . _. _ :.......:- __:...:-::.. :...-:::. _ _. _ _ _ _ _ _ _. _ _ _ _ _ _. _. _ _ _. _ __ . _. _. _ _ . _. _. _. _ _ _. _. _ L _ _ _ _.
3c LS ~RVICESDURINGCONSTRUCTION(LS) ~ __ -~~--=--- __ __I .. ._: --~---------- ----- - ------ .--- _
3.1 Pre-Construction Conference 1 Meeting _ _ u _. 4 8 4 4 20
3.2 Submittal Review _ . _ 4 Submittals __j--_ 8 16 24 8 _~ ___2!l__. __ ___._____
3.2 Prooress Meetinas I . _ 12 Meetings 24 72 _n 12 108
3.4 Pay Estimate Review 9 Aoolications __ _ __. _~ __ 2J... __ _ _ ~ 9_ _ _ _... _ ' 45
3.5 Construction Clarifications PO 3 RFl's --co-I u --~-t--- -~3.---t----J1....-- ___un 19
3.6 Construction Chanaes 3 COI Field Changes 6 12 3 I 21
3.7 Periodic Field Insoections 7 Months 4 11 63 4 82
3.8 Certification of Construction Complete 1 Agencies 1 5 I 1 I --- ---.- 7 u_ ~
3.9 Subconsuttant (Structural) - Bridge Design (8500) _ _ _ _ ______ ___ __. _ _~,350_.QQ ____ __
3.9 Subconsuttant (Electrical) - Sm~h Ena (5000) 1 $5,500_00
- --~- ---- t----. '_00_
3.10 Expenses $4,000.00
Total Hours Task 3c I 8 66 215 24 4 41 358
-- ~ - $ 126.83
TOTAL FEE. TASK 3c $ 1,720.00 $ 11,550.00 $ 26,875.00 $ 2,400.00 $ 400.00 $ 2,460.00 $14,850.00 $4,000.00 $ 64,255.00
4a FM-OC RESIDENT PROJECT REPRESENTATIVE (FM-OC) _~__ f---
4.1 Insoections 347 Working Davs __ __u_ __ _2,221 -l-- 32 +--- u 2,253
4.2 Substantial and Final Inspections 12 Inspections 48 12 60
. 4.3 Expenses ______ _ $18,500.00
Total Hours Task 4a 0 0 0 0 2,269 44 2,313
$ 99.24
I--
L-- -----I!!!~~J:EE. TASK.fa $ - J- ...: _ ~__ - $ - $ 226,900.00 $ 2,640.00 $ . $18,500.00 $ 248,040.00
Page 3 of 4
FEE BREAKDOWN
AMENDMENT NO.1
CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION
February 26, 2009
,.:~ .. ... ..,m
______L_ I -+-
~b FM-JB RESIDENT PROJECT REPRESENTATIVE ( FM-JB) ---.---. I
4.1 InsOf!Ctions 65 Working Days 130 34 --. .~-~_.~._. 164
nno_ __....._
4.2 Substantial and Finallnsoeclions 4 Inspections 16 4 20 --
4.3 Expenses -.- $1 200.00
I
----- Total Hours Task 4b 0 0 0 0 146 38 184
$ 91.74
~ .-- ------------,.------
~~---j-~~= _ TOTAL FEE-TASK4b__ . $ - $ - $ - $ - $ 14,600.00 $ 2,280.00 $ - $1,200.00 $ 18,080.00
- - - _________t-_-_ ____
-_._~-~_._-_._~-~-~-~_._- -..-..-..- -..-..--- -------- . .-.-.---i-------- ~-~---- ------- ---.-.-- ---~--
4c LS RESIDENT PROJECT REPRESENTATIVE ( LS) --.---- ...-- --
! 4.1 Insoeclions 195 Working Days ~..-- --. 555 I ---3S-- - i-- _ _~90
--- f- :~ Substantial and Final Inspections - 2 InspectlOns- .. f--- t- - --Tn ~.- -1-- 16 mJ ---~_!..-1.=----- --~_. --
--1 I 20
Expenses I I ! I $5,000.00
I - -~ I I ~ .._57_1 ___+ ~-- -----1 8--~---+$. 97.44
- Total Hours Task 4c - -- --- I 0 0 0 39
..-.... i
..- I TOTAL FEE - TASK 4c $ - i$ - 1$ $ - _+,!_~?,,!O.O~~O+$ 2,340.00 $ - $5,000.00 $ 64,440.00
i I -------- --- -_.._~- I
I I
- -- --- -----+ ! :=~- - =t I
- -
c------ ---- ..-- - - 1.__- _._ -+---- PROJECT TOTALS $27,075.00 $40,150.00 $ 570,362.50
--- ---------- I
1------ . Total Proiect $570,362.50
-- -t- --
--- - -- Less Subconsultants $27,075.00
-- Less Expenses $40150.00
____u___ -- - - - - .. - "-- WGI Fee $503,137.50 --_._---
-- - - .-.-"-- -- --- ...-- Total Hours 4,701.00
Avg Rate per Hour $107.03
Total hours Der cateaorv .------ .. 32 273 903 197 2998 299
Page 4 of 4
The Citlj 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@cLboynton-beach,f1,us
www,boynton-beach.org
MEMORANDUM
TO: Pete Mazzella
Deputy Director of Utilities
FROM: Janet M. Prainito
City Clerk
DATE: May 1, 2009
SUBJECT: R09-066 - Amendment #1 to Regional Force Main Project (Ocean
Avenue) Task Order No U07-20-1
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.
~'m. p~
Attachments (3)
C: Central File
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\ZOO9\Pete Mezzella R09-066.doc
America's Gateway to the Gulfstream