Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2010-01TASK ORDER N0.9
AMENDMENT NO. 1
TO PROFESSIONAL ENGINEERING SERVICES AGREEMENT DATED AUGUST 12, 2003
West Side Force Main Additional Services
Prepared for:
City of Clermont (City)
Prepared by:
AECOM USA, Inc. (Successor in Interest to Boyle Engineering Corporation)
General
The City has prepared plans to build the West Side Force Main to transfer wastewater from the West
Side Wastewater Treatment Facility (WWTF) to Lift Station E-4, which is tributary to the East Side
WRF. The City desires to revise the proposed locations of two segments of the planned route for the
West Side Force Main and to create a separate Force Main contract and a separate contract for the West
Side WWTF improvements. These services are described in more detail below:
Scope of Services
The following presents the specific tasks, which will be performed as part of this Amendment. Because
of the nature of this work, certain assumptions have been made in preparing this Amendment. To the
extent possible, these assumptions are stated herein and are reflected in the budget for services. If the
work tasks required are different from the assumptions presented herein or if the City desires additional
services, the resultant changes in scope and budget will serve as a basis for developing an Amendment
as agreed to by both the City and AECOM. Unless specifically modified by this Amendment, all
services and conditions of Task Order No. 9 remain in full affect. AECOM's scope of services for this
Amendment includes the following:
Task Group 1-West Side Force Main Additional Design
In reviewing the proposed alignment plans for the West Side Force Main with the City's Public Works
Department, it was determined that the proposed force main route along Fifth Avenue would cause
significant traffic disruptions during construction. It was agreed that the force main route should follow
Fourth Street, Magnolia Avenue, and Second Street from Chestnut to Minnehaha in lieu of using Fifth
Street. This necessitated additional survey and geotechnical investigations of the revised force main
route, along with revisions to the plan and profile drawings for the force main. Under this Task Group,
AECOM will provide the following services:
1.1 Force Main Plans: AECOM will prepare 6 new plan/profile sheets for revising the force main
route to follow Fourth Street, Magnolia and Second Street from Chestnut to Minnehaha (in lieu
of following Fifth Street) and to follow Bowman Street and Palm Lane from Minnehaha to
AECOM 1 November 20, 2009
Task Order No. 9, Amend. No. 1 WSFMAddser 11-14--08.doc
Disston Ave. (in lieu of following Minnehaha to Disston Ave.) - a revised route of
approximately 3,100 feet.
1.2 Additional Survey: AECOM will arrange and coordinate additional topographic and utilities
survey for the revised route.
1.3 Additional Geotechnical Investigations: AECOM will arrange and coordinate additional
geotechnical investigation for the revised route.
1.4 Electrical Design: AECOM will prepare electrical drawings for a new MCC building and
generator for the new pumps at the West Side Equalization Basin (in lieu of reusing the
existing MCC and generator at the existing operations building, as originally included in Task
Order No. 9).
1.5 13VAC & Controls: AECOM will subcontract with EMI for the HVAC and
instrumentation/controls design for new pumps, MCC building, and generator at the West Side
WWTF.
1.6 Review Meeting: AECOM will attend and summarize one additional meeting with the City to
review the revised force main route and will incorporate the Ciry's comments into the final
plans.
Task Group 2 -West Side Force Main Re-Routing
During the initial bidding of the West Side Force Main, there were a number of questions regarding use
of open cut and horizontal directional drilling along West Avenue between Minneola and Juniata Streets.
The City has determined that the segment of the proposed force main route along Minneola (from
Twelfth Street to West Avenue) and along West Avenue (from Minneola to Juniata) should be relocated
to follow Desoto, Eleventh and Juniata Streets from Twelfth Street to West Avenue. In addition, it was
determined that the segment of the force main route along Bowman from Chestnut to Palm Lane should
be relocated along Drew Avenue from Chestnut to Palm Lane. This will also require additional
surveying and geotechnical investigations. Under this Task Crroup, AECOM will provide the following
design services:
2.1 New Force Main Plan/Profile Sheets: AECOM will prepare seven (7) new plan/profile
sheets for re-routing the force main route to follow Desoto, Eleventh and Juniata Streets from
Twelfth Street to West Avenue and following Drew Avenue from E. Minnehaha to Palm Lane.
2.2 Additional survey: AECOM will arrange and coordinate additional topographic and utilities
survey for revised route.
2.3 Revise West Side Force Main Plans: AECOM will revise the West Side Force Main
drawings to include the new plan/profile sheets and submit 90% documents to the Ciry for
review. AECOM will attend one meeting with the City to receive review comments and revise
the drawings to incorporate the City's continents.
2.4 Preliminary Opinion of Construction Cost: AECOM will update the preliminary opinion of
probable construction costs for the revised routes.
AECOM 2 November 20, 2009
Task Order No. 9, Amend. No. 1 wsFnnnddse~ 11-14-08.doc
2.5 Specifications: AECOM will update the technical specifications for the project to incorporate
City comments on the Bid Set.
2.6 Review Meeting: AECOM will attend one (1) meeting to review the revised 100 percent plans
showing the revised force main alignment, and incorporate City comments into final Bid Set.
Task Group 3 -Bidding Phase Services-West Side FM & West Side WWTP Improvements
Task Order (TO) 9 included a fee of $31,463 for Bidding Phase Services. This fee was based upon the
East Side WRF project, the West Side FM project, and the West Side WWTP project be combined into
one construction project and advertised and bid as one project. Subsequent to authorization of TO 9, the
scope of work was revised to create two construction projects,. and two associated bidding efforts:
1. The East Side WRF project was advertised as one project, and
2. The West FM project and the West Side WWTP advertised together as a separate project.
After bids were received for each project, a construction contract was awarded for the East Side WRF
project. However, it was decided that the West Force Main project would be separated into two projects
and rebid. These two projects were:
3. The West Side FM project
4. The West Side WWTP project
AECOM and the CITY agree that the budgeted cost for bidding the combined West Side FM/WWTP
project will not be charged to the City. Therefore, the scope of work for this amendment includes
AECOM providing four (4) sets of bid phase services, and only invoicing the City for three (3) sets of
bid phase services.
For each bid phase service, AECOM will provide assistance to the City in distributing bid documents,
answering questions from bidders, receiving and evaluating bids, and recommending award of the
contract, as described below. Services related to bid protests are not included. The duration of the
bidding phase is assumed to be 60 days. Separate bid efforts will occur for each project, and construction
contracts will be awarded for each project.
Separate budgets are established for each bid phase service:
East Side WRF $29,867
West Side FM/West Side WWTP $20,735
West Side FM $16,692
West Side WWTP $16,691
Total Base Budget for Bid Phase Services $83,985
Adjustments:
TO 9 Bid Phase Budget ($31,463)
West FM/West WWTP Bid Phase Budget $20 735
Total Adjustment for Bid Phase Services ($52,198)
AECOM 3 November 20, 2009
Task Order No. 9, Amend. NO. 'I WSFMAddSer 11-14-08.doc
Net Amendment 1 to TO 9 Bid Phase Budget 31787
The budget for Bid Phase Services shown in Attachment C, Project Budget, corresponds to the above
calculations.
Task Group 4 -Permitting
Under this Task Group, AECOM will provide permitting services in accordance with the following:
4.1 FDEP Permit Modification: Prepare a request for modification to the FDEP Construction
Permit for the West Side Force Main to include the revised force main routes.
The City will pay all FDEP permit application fees. Permitting services and fees related to wetlands or
threatened and endangered species are not included in this scope of services. Such services, if required,
will be provided as an additional service as mutually agreed to by the City and AECOM.
Task Group 5 -Project Management
AECOM will provide project management services including preparation of subconsultant task orders;
preparations of project instruction manual; preparation and maintenance of the project schedule;
preparation of project progress reports and general management of the tasks performed by AECOM and
its subconsultants.
Task Group 6 -Additional Design Services for Splitting the Force Main
and Lift Station Bid Documents.
The City has concluded that it would be beneficial to the overall project schedule to separate the force
main work from the West Side WWTF work. Two sets of construction contract documents will be
developed including one that describes the West Side Force Main work and one that combines the work
at the West Side WWTF. AECOM will provide the following additional services:
6.1 Revise FM plans as Separate Bid Package: Prepare a separate set of drawings for only the
proposed West Side Force Main work. Drawings related to the West Side WWTF will be
removed. The general sheets and details will be revised to reflect the change including
revisions to the cover sheet, drawing borders, sheet numbers and sheet index.
6.2 Revise FM profile along Hooks Street East of US 27: The profile of the force main in this
part of the route will be revised to be consistent with the latest version of the Intertec plans for
the developer furnished off-site utilities.
6.3 Revise Drawings for EQ Lift Station as Separate Bid Package: Prepare a separate set of
drawings for the proposed West Side WWTF equalization Lift Station work. Drawings related
to the West Side Force Main will be removed. The general sheets and details will be revised to
reflect the change including revisions to the cover sheet, drawing borders, sheet numbers and
sheet index.
AECOM 4 November 20, 2009
Task Order No. 9, Amend. No. 1 wsFMaddse~ »-~a-oa.ao~
6.4 Revise Force Main Specifications for separate Bid Package: Prepare a separate set of
technical specifications for the Force Main project including revised General Conditions and
Requirements.
6.5 Revise Lift Station Specs for separate Lift Station Bid Package: Prepare a separate set of
technical specifications for the Lift Station project including revised General Conditions and
Requirements.
6.6 Modify Bid Form & Measurement and Payment Section for Force Main Contract: Update
the bid form and Measurement and Payment section in the specifications to reflect the revised
Force Main alignment.
6.7 FDOT ROW Utilization Permit Renewal Update: Apply to the FDOT for an extension to the
ROW Utilization Permits that have been issued for the Force Main project.
Services. Not included
The following services are not included in this Amendment:
1. Services associated with wetlands permitting or mitigation.
2. Endangered species specific surveys.
3. Services related to hazardous wastes.
4. Filing FDEP forms to add major users to the wastewater system.
5. Permit fees.
6. Boundary surveys.
7. Assistance with preparing legal descriptions or acquisition of easements or additional property.
8. Construction Phase Services for the West FM and modifications to the West Side WWTF.
9. Resident Project Representative (RPR) services related to the West FM and modifications to the
West Side WWTF.
10. Preparation of operations and maintenance manuals related to the West FM and modifications to
the West Side WWTF.
City's Responsibilities
The City shall be responsible for providing the following in a timely manner so AECOM can complete
its work and not delay the performance of services.
1. Designate the City Engineer, or their designated agent, to act as City's representative with
respect to the services to be rendered under this Agreement. The City Engineer or their agent
AECOM 5 November 20, 2009
Task Order No. 9, Amend. No. 1 WSFMAddSer 11-14-o8.doc
shall have complete authority to transmit instruction, receive information, and interpret and
define City's policies and decisions with respect to AECOM's services for this Project.
2. Provide available information about rights of way along the pipeline route.
3. Furnish as-built drawings, specifications, geotechnical reports, and surveys for existing utilities
along the pipeline route.
4. Promptly review, comment on, and return AECOM's submittals. Ten (10) days have been
allocated. in the schedule for each City review.
5. Copy and distribute conformed documents.
6. Promptly advise AECOM when the City becomes aware of any defect, deficiency or changed
condition.
7. Pay all permit application fees.
8. Provide other such services and assistance as needed to expedite and complete this Project.
9. All information provided to AECOM by the City, and others retained by the City, shall be used
without verification. However, AECOM shall use engineering knowledge and experience to
identify reasonably identifiable errors.
Deliverables (AECOM)
AECOM will provide the City the following deliverables:
1. Sufficient sets of each permit application to supply the permitting agency plus one (1) copy for
the City's files.
2. Five (5) copies of the 90% construction documents for the revised force main routes.
3. Five (5) copies of the final construction documents.
Period of Service
Receipt of a signed Amendment will constitute anotice-to-proceed (NTP). Otherwise, the schedule will
commence when all the requested data have been received by AECOM. The additional design services
included in this Amendment will follow the following schedule:
• Complete prepazation of separate bidding documents for the force main work: Three (3) weeks
following NTP.
• Complete design of the force main route revisions as presented in Task Group 3 : Eight (8) weeks
from NTP.
It is expected that services under this Amendment will be complete within 150 days of the notice-to-
proceed.
AECOM 6 November 20, 2009
Task Order No. 9, Amend. No. 1 WSFMAddSer 11-14-08.doc
subconsultants
AECOM will provided geotechnical engineering and surveying through the use of subconsultants as
stated below. Proposals from AECOM's subconsultants are attached to this scope of work (Attachment
B).
• Geotechnical Engineering: Geotechnical and Environmental Consultants, Inc.
• Surveying: Southeastern Surveying and Mapping
Additional Provisions
The services described herein will be provided in accordance with the current generally accepted
standards of the engineering profession. Certain assumptions have been made in preparing this
scope of services. To the extent possible, they are stated herein and are reflected in the budget
estimates included in this scope of services. Reasonable material changes between work tasks, or
level of effort actually required and those budgeted, may serve as a basis for modifying this
scope and budget, as mutually agreed to between City and AECOM.
AECOM is entitled to rely upon the accuracy of historical and existing data and information
provided by City and others without independent review and verification. AECOM is not
responsible for the means, methods, sequences, techniques or procedures of City and Contractor
operations or for safety precautions and programs.
• Any Opinion of the Construction Cost prepared by AECOM represents its judgment as a design
professional and is supplied for the general guidance of City. Since AECOM has no control over
the cost of labor and material, or over competitive bidding or market conditions, AECOM does
not guarantee the accuracy of such opinions as compared to contractor bids or actual costs to
City.
Documents, drawings, and specifications, and electronic information/data, including computer
aided drafting and design ("CADD"), prepazed by AECOM pursuant to this agreement are not
intended or represented to be suitable for reuse by City or others on extensions of the Project or
on any other project. Any use of completed documents for other projects and any use of
incomplete documents without specific written authorization from AECOM will be at City's sole
risk and without liability to AECOM. City assumes full responsibility for such changes unless
City has given AECOM prior notice and has received from AECOM written consent for such
changes. Electronic data delivered to City is for City's convenience and shall not include the
professional stamp or signature of a AECOM engineer or azchitect. City agrees that AECOM
shall not be liable for claims, liabilities or losses arising out of, or connected with the decline of
accuracy or readability of electronic data to inappropriate storage conditions or duration.
• City will require that any construction contractor performing work in connection with the Project
hold harmless, indemnify and defend City, AECOM their consultants, and each of their directors,
officers, agents and employees from any and all liabilities, claims, losses, damages and costs,
including attorneys' fees, arising out of or alleged to arise from the construction contractor's
performance of the work described in the construction contract documents, but not including
AECOM 7 November 20, 2009
Task Order No. 9, Amend. No. 1 WSFMAddser 11-14-0S.doc
liability that maybe due to the sole negligence of City, AECOM, their consultants, or their
directors, officers, agents and employees.
City also will require that the construction contractor provide workers' compensation and
commercial general Liability insurance, including completed operations and contractual liability,
with the latter coverage sufficient to insure the construction contractor's indemnity, as above
required; and such insurance shall include City, AECOM, their consultants, and each of their
directors, officers, agents and employees as additional insureds. The insurance afforded to these
additional insureds shall be primary insurance. If the additional insureds have other insurance
which might be applicable to any loss, the amount of the insurance provided under this paragraph
shall not be reduced or prorated by the existence of such other insurance.
City will provide a copy of the construction contract documents before they are executed in order that
AECOM may confirm that the above requirements have been met. City agrees to forward to AECOM a
complete copy of the fully executed construction contract documents. The documents copied to
AECOM will include, but not be limited to, the executed agreement, bonds, insurance certificates and
endorsements.
Compensation
AECOM shall be paid in accordance with Section 3 of the Agreement. A budget showing the estimated
number of hours and other project fees for the tasks described within the Amendment is presented in the
Project Budget (Attachment C). These budgeted amounts were used to determine the lump sum of One
Hundred Fifty-Three Thousand Two Hundred Seventeen Dollars ($153,217.00) for Amendment No. 1.
AECOM will invoice monthly, based on percent complete for each Task Group as determined by
AECOM.
Authorization
This Amendment serves as an Exhibit to the Consultant Agreement dated, August 12, 2003, between the
City of Clermont and AECOM USA, Inc. is hereby incorporated into this Amendment by reference.
IN WITNESS WfIEREOF, AECOM and CrrY have executed this Amendment No. I this
~~ ' ~ day of , 200 .
"AECOM"
AECOM USA, Inc.
~~C~„
CITY OF CLERMONT
By. _~ ~
A. Thomas Brown, PE
Distract Vice President
Attachment A -Proposed Force Main Route Revisions
Attachment B - Stibconsultant Proposals
Harold S. Turville, 3r.
Mayor
AECOM 8 November 20, 2009
Task Order No. 9, Ar send. No. 1 WSFM/addSer_11-14-OS.doc
Attachment C -Project Budget
AECOM 9 November 20, 2009
Task Order No. 9, Amend. No. 1 wsFMaddse~ 11-14-08.doc
:~;
ul-1:V:t 1£%tx. 3AN L3i1~ - f~~ ~_ _.i. -_ _ - - •-'=-- _.-
I 11~ }-- r . ~ Q
. ..~..
i +
:~r ~
----
. ---
tt 1I~ -~ ~-_`-~.
i r. , ; a
it I'' ~ ~ ~ - -- . _ ~ - - ~~ , - 1 '•~ , .. ~l{/
~II if I t. _-' ( ~IrN-1~ -~~'jt ! C: if~
._ .. .~ -
_.
. .. ,_ ~_ _
..
F---= .
... .;.._ - ~ ._---~ I F
I I_ _~:`_ i ~ I ~_~ _ Ji _I i' -Tt,-LJ! i - z..~ I •• ~ -'>--~, -- - p Q
_fr ;. _(~;; _l_. r~.1Lx - i ;..~.f~ -f ?: 1--:;_:, '1'e:'~. `I I ~";;'t"ti id_T lrli I)-~ .._ !y ~
.1 % ~ _. y."l_ _~ _~~.~ (~-"'~'?I - \ I: - .?s~~l ;~-f}?.~ri 1- ~' t~:~;•~•1 -F~ !r. -- O ~
_ ~ _s ; ..i:~:...
'L}. I t'tlr SI'lY7- ~~~- ~. ~_.i L. '~p:;Yt', ~"~.1r'h'
s: I i I ' 11!i 1 I I ~ i I ~ ..~ iY ~~~. .I~~--.~1-(I , •~.I-s -.SY tit:. zyj.
`~ , _ F" ~j,'~~ ,.1-=]--~ 1111x1 ~~:~.~.?-~~~~~::~ ~ ~°" l I iii x
-fie: •, . ..,`S~iC';S-._ .J -, ~ w
,~,.,- C
n a 1 fi
r 3. .::.j~,ll-.'t:~s.: L _J I j ~
T.I . ,_ •, .~ {,fill 1~1 a , ,
-- E i~` ~1~ ~~~~ ;.~~i ..
._ r'~
a t I ~~ rr_~ ~ ~ -- - - - - --- - t -- -
_ :- ~r ~ - i --, _l5 ,
~ l- -i I' _i, it I _
~ ~ ~- ~.
. ~1. ~1 rte... _•t~~-7.'78.. ,.w !''~ Yt_:~'^I•r~..__, ~. s-_.., ~ LI Cn
.~- ~•
1,,,,
! M1I ~ I
i
Jams M. Dunn, I!, P.S-M.
Brian R Garvey, F.~.
Gary 6. Krick, P.S.M.
Myron F. Lucas, P.S.N.
Thomas K. Mead, F.S.M.
Timothy Mosby, P.S.M.
.lames L. Peiersen, F.S.M.
Lary V+'. Prescott, F.S.M.
t~f1~~i ~.i~~~~
. ~
~~ ~ , \
SOUiN~AS7-crZN SURVc"YIfV6 & MAPPING COCCr?
SUrTVFI'/Nu^ FLJR1Dk Sth+Gc" 19?2
William ~. Rowe, P.S.Ni.
Marcia E. Russel;, P.S.N.
Gecroe E. Snyder, P.S.M.
Roder Lcrsway, F.S.N. (Retired)
Donna L Canney, C.S.T.; N
prank i3. Henr)~, C.S.T., JV
David M. Rentfrow, C.S.T.. IV
Celeste B. van welder, C.S.T., I\'
land Surveying & Mapping Services • SuG-Surface Ufility Desiarafion 8 6o~-arion Services - vv^PS ksse( Inventories - Geoff; 2phic intom;ation Sysiems
Februa.~~ 6, 2007
E-1!'Iait: rl~ctiburn~>.bovleea~~irieerinQ.com
I\6i. Michael Clibu-n. P.E.
Project Manager
Boyle Engineering Corporation
320 East South Street
Oziando. Florida 32801
RE: Cite of C}:ermoIIt Force NEain r'Zoute Survey (Ref>Ised Roate.3,0©(1-~ Iinear feet)
Section 25. Tovs7aslaip 22 Sautia, Rauae 25 East, Lake Count-c°, Florida
Dear Mr. Cliburn,
V~%e are pleased to subrut our re`rised Proposal for Serve}ring Services and Subsurface Utility
Designation and Verification on the above referenced project.
Praj ect Lzmits:
From the intersection of West Minnehaha Avenue and 2°~ Street, run North along 2`~ Street to
V,%est Ma.,~na}ia Street then West along V1est Magnolia. Street to 4~' S*.~-eet; then North along nth
Street to Chestnut Street then West along Chestnut Street to tie into the previous survey at S`I'
Street
scoP;/ of ~~JoRx: T4sx ~
Pro~~ide Serve}=ing Services in accordance with Chapter 61 G17-6 F.A.C. to include the
foilowin~:
l . Perform a Tcpograp~^.ic and Utility Survey af~er horizontal and ver'~ical control is in pace.
Survey to conform to the Cin~ of Clermorit's Scope of Work ";.xhibii A".
2. Perform cross-sections at 100 foal intervals.
3. Power poles ~rithin 10 feet beyond the existing right-of--way u~ili be located only.
4. Private irrigation will not be located.
5. Topographic Survey Maps will include right-of--way lines anal Digital Terrain Models
(DTM's}.
The iznal product for Task I will be four (4) certified prints and an e}eetronic i ie on disk for your use.
OFFICE c500 Ail American Boulevard, Orandd, Fierida 326 i D 4071232-8580 Fax 4D7,' 282-0'~~ 5 e-real: inin(a3southezsternsun~evinc.~m
LOCA710NS i .3D Hiehway 9D, Chipley, Florida 32428 850/ 638-0790 rax 850/ fi33-8069 a-main infof~souineastemsuvevim.com