Loading...
2010-02TASK ORDER N0.27 TO PROFESSIONAL ENGINEERING SERVICES AGREEMENT DATED AUGUST 12, 2043 Construction Phase Services for West Side Force Main and West EQ Pump Station, Prepared for: City of Clermont (City) Prepared by: AECOM USA, Inc. (Successor in Interest to Boyle Engineering Corporation) General The City of Clermont (City) plans to build the West Side Force Main to transfer wastewater from the West Wastewater Treatment Facility (WWTF) to Lift Station E-4, which is tributary to the East Side Water Reclamation Facility (WRF). Under a separate construction contract, an equalization Lift Station will be constructed at the West WWTF. These projects will be constructed under two separate construction contracts. The City has requested AECOM provide construction phase services for these construction contracts as described below: Scope of Services The following presents the specific tasks, which will be performed as part of this Task Order. Because of the nature of this work, certain assumptions have been made in preparing this Task Order. 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 a Task Order as agreed to by both the City and AECOM USA, Inc. (AECOM). AECOM's scope of services for this Task Order includes the following: Task Group 1-West Side Force Main Construction Phase Engineering Services AECOM will provide limited construction phase services related to the project. The duration of the construction phase is assumed to be six (6) months. The schedule is compressed since the City plans to purchase some of the pipe materials in advance of the award of the contract. Under this Task Group, AECOM will provide construction phase services in accordance with the following: 1.1 Conform Contract Documents: AECOM will update the drawings from the addenda and incorporate the addenda and original executed contract documents into the project manual to conform the contract documents. 1.2 Construction Contract: After the City awards the bid, AECOM will assist the City with compiling and executing the Construction Contract. AECOM 1 November 20, 2009 Task Order No. 27 To2~ west ca>>-ZO-os.doo 1.3 Pre-Construction Conference: AECOM will prepare an agenda, conduct, and summarize a Pre-Construction Conference with representatives for the City and Contractor to provide a clear understanding of the objectives and goals to be achieved in this Project. 1.4 Progress Meetings. AECOM will attend up to six (6) monthly construction progress meetings to review the contractor's progress and discuss construction issues. AECOM will review the meeting summaries prepared by the construction contractor. 1.5 Site Visits: Engineers from AECOM will make up to four (4) specialty site visits to observe the construction progress as requested by the City's representative on the West Side Force Main work. 1.6 Shop Drawing Review: AECOM will review up to ten (10) submittals and re-submittals provided by the contractor. AECOM will maintain a submittal lag. 1.7 Contractor Pay Requests: AECOM will review up to six (6) monthly pay requests from the construction contractor. 1.8 Substantial Completion Review: AECOM will conduct a construction review of the Project with City and Contractor to confirm substantial completion of construction in substantial compliance with Construction Documents. 1.9 Final Punch List: Based on the results of the Substantial Completion Review, AECOM will prepare a final contractor's punch list, which details uncompleted and/or improperly constructed items identified during the substantial completion review and submit this list to Contractor and City. 1.10 Final Inspection: AECOM will conduct a final inspection of the Project with the City and Contractor to review completion of construction in compliance with the Construction Documents. 1.11 Record Drawings: Based on information provided to AECOM by the Contractor and City, AECOM will prepare and provide City with a set of reproducible record drawings that incorporate significant changes made during construction. Task Group 2 -Construction Phase Engineering Services for the West EQ Pump Station AECOM will provide limited construction phase services related to the project. The duration of the construction phase is assumed to be ten (10) months. Under this Task Group, AECOM will provide construction phase services in accordance with the following: 2.1 Conform Contract Documents: AECOM will update the drawings from the addenda and incorporate the addenda and original executed contract documents into the project manual to conform the contract documents. 2.2 Construction Contract: After the City awards the bid, AECOM will assist the City with compiling and executing the Construction Contract. AECOM 2 November 20, 2009 Task Order No. 27 T027 West CA11-20-09.doc 2.3 Pre-Construction Conference: AECOM will prepare an agenda, conduct, and summarize a Pre-Construction Conference with representatives for the City and Contractor to provide a clear understanding of the objectives and goals to be achieved in this Project. 2.4 Progress Meetings. AECOM will attend up to ten (10) monthly construction progress meetings to review the contractor's progress and discuss construction issues. AECOM will review the meeting summaries prepared by the construction contractor. 2.5 Site Visits: Engineers from AECOM will make up to two (2) specialty site visits to observe the construction progress as requested by AECOM's on-site representative and/or the City's representative on the EQ Pump Station work. 2.6 Requests for Information: AECOM will evaluate twelve (12) requests for information (RFI) and respond to those requests. AECOM will maintain a RFI log. 2.7 Shop Drawing Review: AECOM will review up to forty (40) submittals and re-submittals provided by the contractor. AECOM will maintain a submittal log. 2.8 Contractor Pay Requests: AECOM will review up to ten (10) monthly pay requests from the construction contractor. 2.9 Requests for Proposed Changes (RFC's): AECOM will assist the City in reviewing and negotiating up to ten (10) RFC's, and preparing and processing up to one (1) change order. 2.10 Substantial Completion Review: AECOM will conduct a construction review of the Project with City and Contractor to confirm substantial completion of construction in substantial compliance with Construction Documents. 2.11 Final Punch List: Based on the results of the Substantial Completion Review, AECOM will prepare a final contractor's punch list, which details uncompleted and/or improperly constructed items identified during the substantial completion review and submit this list to Contractor and City. 2.12 Final Inspection: AECOM will conduct a final inspection of the Project with the City and Contractor to review completion of construction in compliance with the Construction Documents. 2.13 Record Drawings: Based on information provided to AECOM by the Contractor and City, AECOM will prepare and provide City with a set of reproducible record drawings that incorporate significant changes made during construction. 2.14 Prepare aDemolition/Abandonment Report to FDEP: AECOM will prepare and submit a Demolition/Abandonment Report to inform FDEP of the construction procedures to remove the West WWTF from service. AECOM 3 November 20, 2009 Task Order No. 27 T027 West CA11-20-09.doc 2.15 Equipment Operation and Maintenance Manuals: AECOM will review the Equipment Operation and Maintenance Manuals for the major items of equipment that were furnished and installed as part of the construction contract. 2.16 Provide Subconsultant Services: AECOM will provide the services of EMI Consulting Specialties, Inc. Task Group 3 -Project Management AECOM will provide project management services including prepazation of subconsultant task orders; preparations of project instruction manual; prepazation and maintenance of the project schedule; preparation of project progress reports and general management of the tasks performed by AECOM and its subconsultants Services Not Included The following services aze not included in this Task Order: 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. Resident Project Representative (RPR) services related to the West FM, LS improvements and modifications to the West Side WWTF. 9. Preparation of operations and maintenance manuals related to the West FM, LS improvements 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 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. Furnish as-built drawings, specifications, geotechnical reports, and surveys for existing utilities along the pipeline route. 3. Promptly review, comment on, and return AECOM's submittals. Ten (10) days have been allocated in the schedule for each City review. AECOM 4 November 20, 2009 Task Order No. 27 T027 West CAl 1-20-09.doc 4. Copy and distribute conformed documents. 5. Promptly advise AECOM when the City becomes aware of any defect, deficiency or changed condition. 6. Pay all permit application fees. 7. Provide other such services and assistance as needed to expedite and complete this Project. Deliverables (AECOM) AECOM will provide the City the following deliverables: 1. One (1) set of reproducible conformed documents and the electronic CADD files. 2. One (1) set of reproducible record drawings. 3. Three (3) sets of monthly reports. 4. Three (3) sets of the draft and final abandonment report. 5. One (1) copy of RFI responses. 6. One (1) copy of the submittals to permitting agencies. Period of Service Receipt of a signed Task Order will constitute anotice-to-proceed (NTP). The schedule will coincide with the construction schedule for each project. The longest construction schedule is for the West EQ Pump Station at 295 days. Record drawings will be supplied within 60 days of receiving complete record drawing information from the Contractor through the City. It is expected that services under this Task Order will be complete within 355 days of the notice~o-proceed. The above time represents the time indicated in the construction bid documents. The awarded contractor may require additional time extensions due to unforeseen conditions. These extensions may require additional engineering services that can be provided as mutually agreed to by the City and AECOM through an amendment to this Task Order. Subconsultants AECOM will provide instrumentation and mechanical engineering through the use of subconsultants as stated below. Proposals from AECOM's subconsultants are attached to this scope of work (Attachment B). • EMI Consulting Specialties, Inc.: Instrumentation/Mechanical Engineering 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 AECOM 5 November 20, 2009 Task Order No. 27 T027 West CA11-20-09.doc scope of services. To the extent possible, they are stated herein and aze 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 mazket conditions, AECOM does not guazantee 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 ("CARD"), prepared by AECOM pursuant to this agreement aze 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 an AECOM engineer or architect. 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 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 aze executed in order that AECOM may confirm that the above requirements have been met. City agrees to forward to AECOM a AECOM 6 November 20, 2009 Task Order No. 27 T027 West CA11-20-09.doc 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 Task Order is presented in the Project Budget (Attachment B). These budgeted amounts were used to determine the lump sum of One Hundred Fifty-three Thousand Four Hundred Fifty-four Dollars ($153,454) for Task Order No. 27. AECOM will invoice monthly, based on percent complete for each Task Group as determined by AECOM. Authorization This Task Order serves as an Exhibit to the Consultant Agreement dated, August 12, 2003, between the City of Clermont and AECOM Engineering Corporation, and is hereby incorporated into this Task Order by reference. IN WITNESS WHEREOF, AECOM and CITY have executed this Task Order No. 27 this / a T~ day of ~Q,ri,~~~_, 20~D . "AECOM" AECOM USA, Inc By: ~~~~. "CITY" CITY OF CLERMONT By: A. Thomas Brown, PE District Vice President Attachment A - Subconsultant Proposals Attachment B -Project Budget Harold S. Turville, Jr. Mayor AECOM 7 November 20, 2009 Task Order No. 27 T027 West CA11-20-09.doc E~ Caasul.ting Specialties; inc. ? 23 $ ~~ e~ ii:bo~,ar,se ~i~~ e O~Tledo, Fl 332"16~ (4G 1`~ 3 ~ 9-0 %~ ~ CLI=N i S 11RfJ~S ; ~DDR~SS ~ '3o}>~e?/n_sineerinQ Corporation 320 r..as`~ South Sweet Orlande;rlorida 32801-3592 fee ~s~~~a~e DF;' ~ STUJ~AT NO. 3!9;2007 1087 PROJECT Clermont Vest Side Cf; T EGORY DESCR4PTION HP,S COST TOTAL Clerical Shop Draining Site ~%isit Punch List RFI Addenaum Creneral clerical; n~ing, invoicing, cosesponaence, etc. Review and process shop d~~.win~. Two (2) site visits during construction Site visit to compz7e. nasal punch list Re:sponaing to RFIs reatEd to r1~IIs desi~. Create bidoing addendum relaied to E]vIIs design SUBTOTAL 4 24 8 5 4 3 24.00 110.00 110.00 110.00 110.00 110.00 96.00 2.E~40.00 880.00 X50.00 440.00 330.00 4,936.00 ~_.-- ra ~-~.\ Paa~ 2 Ci 3 m U m .O a .~.+ s. d U w 0 U s. 0 ~.. d .~ .> L ~_ O i ~ ~ ;; a ^a Fr ~ W m s3 y ~~ '. -a U ~ N d L ^C d L Oj d ~3 N 1~ O ro -+ b ~ ~ b N b Q N P N P N V+ -y+ N n ~'Pl N P h v. N ~ m h ~. N ~ N v. --. n m .. Q n m m m b N m y Af ~ ' h o q P M -. m M N m m N - 1~ t~ O o n b - N Q h ~o M A P o b m m a b N N O m je~o H y y y y y y y y y y y y y y y y y y y y y y y y H y M y y y H y H H r1 t~ O Q -+ n ~ P b ~° O Af -~ h N O N N H1 N P N P m N t~ M e~/L N .~ .°`-. N Q N V t~ q ~ P Nl ~ N V m h b M m M1 Q N --~ ~ Q b o b m A P h -+ d h b N m 1Oge'I-IION IBao y y y M y y y y y y y y y y y y y y M y y y y y y y H y y N y y y N d b ~ b M a A O~ .'~ sane~jnsamgng N P H y N M Q I~ P O O ~n N O N N M1 N Q N N t~ t+f f2 h V! q N P N of t~ m P -~ t~ A m P N m b rl t~ O b ~ m rf P N ~ -~ P ~ r vbi q -+ 1~ h N W aa3 ]ogeZ-no y y y y y y y y y y y y y y y y y y y y y y y y H K y y Vf Of{E ~ y 0 ~ y 0 h M 0 b of M 0 b N y 0 N N y 0 ~ N y m N y O N y o n e~f y y v~ N 1° Y P y y q -~ y N N y ~ y N M N y O N N y O N ~ y P m y ~ -+ y 1 y OHO v1 N y b b a y P ~ y ~ 1~1 y y y O m F Q ~ K y N W y y ti t~ H smog [Bjo b --~ -+ P N O Q m N h ~ m P b -+ 1~ O b ~ O .+1 N O M m P b N O e~f N ~° Q N1 N A P t~ O ~ t~ h V1 l~+?]ai m P N b P O ~° N N -. m N P P N O m b 0 P 0 --~ ~° N N E -~ P ti ^ SaII`dISaQ QQV N O N N N O P .y O ;IIBjSIS ~° m m b O b m N m OP H N m m N N ° N m O N m N M P O P O ~ d m P P b a 0 ~ a>srws R~ I ]oiII P l~1 P M II ]oiII b N N P N b •~ O b m P m m P A P N b O P m y 0 P 0 .-. b m P m P b P N P b P [Bf117 . P O. -+ N -+ N N -+ O. N P b ~ O 7 C o ° g ~ ° ~' U W A ~ ~ .~ ~ o U Q ° ~ .. o U ~ ~ ~ o $ o o ~ s h ~ ~ s d ~ o b ~ ~ e ~ S ~ a ~ & ~ ~ ° ~ 5 ~ d a o @ ~ ~ y o ~ o P ° U ~ y s. v ~ ~ v ~ v ~ 8 ,? v a ~ a v° .a A ~ ~ ~ 9 ~ ~ d ~ ~° ~ o Z ~ ~ ~ d ° ~ e ~ ~ S a ~ 'gym o .$ ° p s e ~ 8 ~ 8 ~ $ ¢ -5 a ~ ° ~ o ~ g ~ ~ ~ c ~ 'S s e ~ a o ~ a a ° ~ gg E~ ~ E a y, ., a ~ ~ ° m ° ~ ~ a a° A '~ G & ° ~ Z o. a ~ 3 .~ ~ 'v 0 7 ~ 3 ~ U ~ ~ ~ a ~ G U J o v ~ e °° w o ~ U ~ ° c r ° m o ~ .. ESs. °' ~ 9 ~ '° QQ .. ~ '° v ~ ~ . . v ~J a ~J ~ 3 . ~ .° g i ° ~ 'G '6 a ~ d ~ ~ ~ ° ~ g ~ SS b a e a s a ~ ~ ~i ~ a U Q P. < P 4 a 4 V 0. o ., _ ? U a w Q ~ P U ~ o N ~ y h e = M C 7 S y N N N ° N N N N N N N N N N N N IA (O U 4 Y O f d U W O Y ~~ p p ~ ~ 0 O 0 O ~ ~ ~ ~ p N ~ O ~ ~ a= o = 9 B^'$ c a~a'~ o 6U ~ ~ N ~ $ ~ Q ScYwS ~;~ ~ U ~ b ~" a .~ .+ m 3 ffl r cy m O L a Y w ~gd, d U r , S. d r ~ y w ~ ~~ 4~ ~ ~ ~a ¢ ~w o • ~ y ~ '~ J ~ s V N ~ ~ ~ A i' G i4 O ~ V~~, i ~ N 0/ ~O w ~ ~'O ~ ~ 3 ~ '.i 1 Memo To: Wayne Saunders, City Manager From: Tamara Richardson, PE, City Engineer CC: Date: January 4, 2010 Re: Construction Phase Services West Side Force Main and West EQ Basin Task Authorization No. 27 AECOM (Successor in Interest to Boyle Engineering Corp.) In August 2005, the City of Clermont Council authorized Boyle Engineering to perform engineering services to expand the East Water Reclamation Facility (EWRF). The project included the design and construction of a force main from the West Wastewater Plant to the newly expanded EWRF and modifications to the West Wastewater Plant. During the design of the EWRF expansion, the City opted to split the force main project and the West EQ Basin from the plant expansion in an effort to obtain more competitive bids. Task Authorization No. 27 provided $153,454.00 in engineering fees for the construction phase services of these two projects. I recommend approval of the additional fees of $153,454.00 for AECOM for engineering fees related to the construction phase services for the West Side Force Main and West EQ Basin Modifications.