Loading...
Exh 8H•~ - a AGENDA ITEM NO:_~~ DATE: ~ - ~ a - q q CITY OF ATLANTIC BEACH CYTY COMMISSION MEETING STAFF REPORT AGENDA ITEM: SUBMITTED BY: DATE: Engineering Design Contract for Atlantic Beach and Buccaneer Sewer System Improvements Robert S. Kosoy, P.E./Director of Public Works ~~~~ April 6, 1999 BACKGROUND: As part of the Public Works Capital Improvement Program, we are making improvements to the sewer system at several locations throughout the City, in accordance with the current approved budget. We have attached a copy of the Request for Proposals which outlines the work azeas. We advertised our Request for Proposals on January 17, 1999. Proposals were received on February 12, 1999 and staff evaluated the firms on February 25, 1999. We received seven proposals, and staff determined Gee & Jenson to be the most qualified firm to perform the required services. On March 8, 1999, the City Commission authorized staff to negotiate a contract with this firm. Staff budgeted a total of $522,000.00 for design, surveying, permitting and construction of this project. However, the engineer's estimated construction cost for the project is $651,475.00, primarily due to the depth of the new gravity sewer main from the Shangri-La lift station. Staffhas negotiated a contract with Gee and Jenson to perform design services for this project in the amount not to exceed 577,886.00, which includes surveying, geotechnical, electricaUmechanical and permitting efforts. Therefore, the total estimate for the project is $729,361.00. The engineer will design the project such that portions of the project can be bid and awarded separately, if necessary, in order to remain within the total Sewer Utility Fund Budget (page 152 of FY98/99 Budget). RECOMMENDATION: Award the contract for Engineering Design for Atlantic Beach and Buccaneer Sewer System Improvements in the amount of $77,886.00. Authorize the City Clerk to send notification of the award to the firm, and authorize the City Manager to sign the contract with Gee & Jenson. ATTACHMENTS: 1. Request for Proposals 2. Contract proposal from Gee & Jenson dated March 30, 1999 3. Letter from Gee & Jenson, with construction cost estimate, dated Mazch 30, 1999 4. Proposals from all firms on file w' City Clerk ~~ REVIEWED BY CITY MANAGER: REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES DESIGN AND PLAN PREPARATION FOR ATLA\~TIC BEACH AND BUCCANEER SEWER SYSTEM IMPROVEMENTS The City of Atlantic Beach, Florida is soliciting for proposals from professional engineering firms to provide engineering services to design improvements to the sewer system in the Atlantic Beach and Buccaneer Utility Districts. Proposals must be submitted in triplicate by Friday, 4:30 Pl~i, February 12, 1999 and addressed to: Mr. Robert S. Itosoy, P.E., Director of Public ~Vorks 1200 Sandpiper Lane Atlantic Beach, FL 32233 ,~ The scope of work involves: 1. Preparation of design plans and specifications for sewer rystem improvements at various locations throughout the City, as directed by the City staff. 2. Within thirty (30) days from the date of Ageement, develop a Preliminary Design to: A. Upgade nvo lift stations located at Fairway Villas and Park Street. B. Replace approximately 1000 feet of force main at lift station C. C. Add a master lift station to the Atlantic Beach ~t%aste~vater Treatment Facilitv_• and modify incoming force mains accordingly. D. Abandon the Shangi La lift station (Buccaneer District). 3. Present five (5) sets of the Preliminary Plans, with cost estimates and time schedules of the major tasks for the remaining design, bidding and consm~ction to the City Staff for review. As directed by City Staff, make corrections or re~~sions to the Preliminary Plan. This will act as the 30% submission. 4. Within sixty (60) days from the date of Ageement, develop and submit for review five (~) sets of 60%plans of the Final Design to include: A. All plan and detail sheets for the project, showing p~unps, controls, pipe sizes, locations, profiles, design elevations, road profiles, with sufficient details to adequately discuss and review the plans and design. B. Cost estimates and major task schedules for the remaining design, bidding and construction. 5. As directed by City Staff, make corrections or revisions to the 60% plans. 6. Immediately after the corrections are made, submit Florida Department of Environmental Protection (FDEP) permit applications to the FDEP and the Regulatory• and Environmental Services Department with all necessary information. Any necessary process fees will be fimded from the Ciry of Atlantic Beach. Respond immediately to requests for additional information. Prepare and submit the Florida Department of Transportation and State roadway utility and access permit applications. Coordinate closely with the Ciry Staffdtuing the permit process. 7. Within twenty (20) days from the date of approval of all permits, develop and submit for review to the Ciry Staff five (5) sets of 100% plans of the Final Design to include: Page 1 of 2 REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES DESIGN AND PLAN PREPARATION FOR ATLANTIC BEACH AND BUCCANEER SEWER SYSTEM IMPROVEMENTS A. All plan sheets and specifications completed. B. All detail sheets completed. C. Coordinate with the City staff to establish dates for Pre-Bid meetings, PrequalificationdeadBnes, advertisement and bid opening dates, and the date of tentative award. D. All specifications completed, including the Invitation to Bid and and Bid Form. E. Final cost estimates and major task schedules for the remaining bidding and construction. 8. Prepare plans and specifications as necessary for the bidding phase to be sold to bidders through the City Purchasing Department Attend the Pre-Bid meeting, and assist City staff to respond to questions from the bidders, and prepare any necessary bid addendiuns. The firms responding to this Request for Proposals must include detailed information concerning the following criteria for selection: 1. StaffCompetence and Availability during the entire project period, including detailed resumes. Rating weight - 30%. 2. Past similar project experience, including size, construction costs, and familiarity with water main design. Rating weight - 20° o. 3. References with telephone numbers. Rating tiveight - 10%. 4. Project Approach, with specific tasks outlined for each phase as outlined above. Rating weight - 30% 5. Ciurent Workload for the firm and the selected project team. Rating weight - 5%. 6. Financial Information, including the most recent audit sarnmary for the firm and the ciuTent certificate of insurance. Rating weight - 5%. All proposals will be reviewed by City Staff, and a submittal of the proposals of the five top rated firms will be made to the City Commission. Selecrion will be determined by the City Commission. 1\Tegotiation of fees will commence upon City Commission approval, and the Standard Form of Agreement (EJCDC) will be developed for signatures. All work will commence immediately following signing and approval of the Agreement. All questions concerning the submittal of proposals mast be addressed to ~VIr. Robert S. Kosoy, P.E., Director of Public ~Vorks. Igo questions ma_v be directed to any other party. Submit three (3) copies of the proposal. Page 2 of 2 r` March 30, 1999 City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, FL 32233-4381 Attn: Robert S. Kosoy, P,E. Public Works DireLtor GEE & JENSON Engineers • Architects • Planners. Inc. SINCE 1951 9452 Phillips Highway, Suite 4 Jacksonville. FL 32256 Telephone (904) 292-9097 Fax (904)292-4206 Re: Master WWTP Lift Station and Various Lift Station Improvements Gentlemen: We are pleased to submit the following proposal for professional services in connection with design and bidding for the Master WWTP Lift Station and Various Lift Station Improvements. Gee & Jenson Engineers-Architects-Planners, Inc., hereinafter referred to as the ENGINEER, proposes to furnish professional services for City of Atlantic Beach, hereinafter referred to as t the OWNER for the scope outlined below for the fees stipulated herein. Scope of Services The ENGINEER will perform the following: 1. Perform design services for a new Master Lift Station located at Atlantic Beach WWTP site. 2. Perform design services for a new force main (1,600 LF) from Lift Station C to W~tiTP site. 3. Perform design services for abandonment of existing Shangri La Drive Lift Station and new gravity sewer approximately 9001inear feet. 4. Perform design services for improvements to Fairways Villas Lift Station including new concrete block building, electrical control system replacement, replace pumps/motor and modify piping. 5. Perform design services for improvements to Park Street Lift Station including demolish fiberglass enclosure, construct new concrete block building and modify piping. 6. Perform Bidding Services for the above. Additional services as mutually agreed upon by both parties. t Enginaerrrq a EB ppp297a • Arcnnecare • M 0000656 • :antlscape arcnnecare ~ LC COOOC50 • WnA S,mreyrp . lB 000297a ~`. City of Atlantic Beach Attn: Robert S. Kosoy, P.E. March 30, 1999 -Page 2 Items to be Furnished by OWNER At No Expense to the ENGINEER Assist ENGINEER by furnishing, at no cost to the ENGINEER, all available pertinent information including prev{ous reports; all permit application and governmental inspection fees; and any other data relative~to performance of the above services for the project. It is agreed and understood that the accuracy and veracity of said information and data may be relied upon by ENGINEER without independent verification of the same. Designate in writing a person to act as the OWNER's representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define the OWNER's policies and decisions with respect to materials, equipment, elements and systems pertinent to the ENGINEER'S services. If no person is designated, the ENGINEER will assume the individual signing this agreement has authority to act as OWNER'S representative. Time of Performance Items 1 through 5 of the Scope of Services will be completed within 125 calendar days afrer receipt of Notice to Proceed except for delays beyond the reasonable control of the ENGINEER. Fees to be Paid For Items 1 through 6 of the Scope of Services the ENGINEER shall be paid a fee based upon the attached Rate Schedule. See Exhibit A. In addition to the fees specified above, the ENGINEER shall be reimbursed for direct non-salary expenses, including, but not limited to, computer charges, equipment rental, automobile travel at $0.33 per mile, $0.55 per mile for four-wheel drive vehicles, commercial air travel at cost, long distance telephone, subsistence, printing and reproduction, computer plotting, plus Florida sales taxes, if applicable. We estimate the cost of these services and reimbursables to be $77,886. This in a "Not to Exceed" amount without Owner approval. Invoices for services rendered are prepared monthly and are due and payable within thirty (30) days from date of the invoice. OWNER agrees to pay such invoice within the time frame specified in Section 218.70, et seq., Florida Statutes, the'Florida Prompt Payment Act'. .~ ~' ~' K~ City of Atlantic Beach Attn: Robert S. Kosoy, P.E. March 30,1999 -Page 3 Payments which are not received within sixty (60) calendar days from the date of invoice will be considered sufficient cause for ENGINEER to discontinue performing and providing services until payment in full is received. If ENGINEER is required to take action to collect past due invoices, the OWNER will pay all legal fees and costs. This contract shall be governed by the laws of the State of Florida, and the appropriate venue for any actions arising out of the agreement would be Jacksonville, Florida. In the event the ENGINEER is involved in providing services to assist the OWNER in applying for and processing applications or permits, the fee for such service will not be related to final approval or denial. All application or permit fees to agencies, associated with documents submitted by the ENGINEER on behalf of the OVVNER,yshall be paid to the agency by the O~'VNER. If paid by ENGINEER there will be a 10% processing fee added. Insurance The ENGINEER and the OWNER shall each procure and maintain professional liability insurance for protection from claims arising out of performance of professional services caused by any negligent error, omission or act for which the insured is legally liable. This insurance will be commensurate with the value of the project and of an aggregate annual limit of not less than $2,000,000 and by an insurance company acceptable to the ENGINEER. Estimates Since the ENGINEER has no control over the cost of labor and materials or over competitive bidding and market conditions, the estimates of construction cost provided for herein are for general information only and are made in accordance with the applicable standard of care. Accordingly, the ENGINEER does not guarantee the accuracy of such estimates when compared to the Contractors' bids or the project construction cost. Termination This Agreement may be terminated by either party by giving thirty (30) days advance written notice. The ENGINEER shall be paid for services rendered to the date of termination on the basis of a reasonable estimate of the portion of services completed prior to termination and shall be paid for all reasonable expenses resulting from such termination and for any unpaid reimbursable expenses. y l City of Atlantic Beach Attn: Robert S. Kosoy, P.E. Mazch 30, 1999 -Page 4 Ownership and Use of Documents Drawings, specifications, and electronic data files as instruments of service are and shall remain the property of the ENGINEER whether the project for which they are made is executed or not. The OWNER shall be permitted to retain copies, including reproducible copies, of drawings, specifications, and hard copies of electronic data files for information and reference in connection with the OWNER's use and occupancy of the project. The OWNER agrees to indemnify and hold harmless ENGINEER in the event said instruments of service are used by OWNER or with OVVNER's approval on any addition to this project or any other project unless ENGINEER specifically agrees to such use in writing. Code and Re~ulatorv Compliance The ENGINEER prepares documents in accordance with lcno«~n codes and resolutions and relies n on his experience to evaluate their applicability to designs, products, studies and decisions that aze part of the services to the OWNER. Local interpretations of codes and regulations may vary and, therefore, require input from authorities having jurisdiction over the project. During meetings and permit processing phases specific interpretations are made by these authorities that are effectively official decisions of the agency. Such changes can impact the cost and/or schedule of the project and cannot be controlled by the ENGINEER. These conflicts include but are not limited to the follo~vin~: Application of ne~v codes and/or regulatory criteria not published, enacted or applied at the time the agreement between the ENGINEER and the OWNER vas entered into. Changes in agency staff, conflict or changes in official interpretations of existing codes and regulations, or in the inclusion of a particular code or regulation as to their applicability to the project, made after the agreement was entered into. Such occurrences can be imposed during and after design, and in extreme cases during or after construction. y Conflicting interpretations of agency inspectors or representatives during or after construction. For the above reasons and others, the OWNER or the contractor shall not depend upon the design contract documents to proceed in any ~vay with an activity that will incur costs or liability prior to receipt of permits or agency approvals. Additionally, the OWNER agrees that changes . ~~ w r ~ ~~ :. - t ~ ~ City of Atlantic Beach Attn: Robert S. Kosoy, P.E. March 30, 1999 -Page 5 ~~ made by these authorities after receipt of permits or approvals are beyond the ENGINEER's control. Subject to the direction of the OWNER, the ENGINEER will respond accordingly. Any professional services provided by the ENGINEER associated with meetings, design or contract document modifications, preparation of change orders, new permits or any other task associated with the resolution of matters brought about by the occurrence of the above are not considered part of the ENGINEER'S basic services and will be compensated for as additional services. Acceptance Acceptance of this proposal may be indicated by the signature of a duly authorized official of the OWNER in the space provided below. One signed copy of this proposal returned to the ENGINEER will serve as an Agreement between the two parties and as Notice to Proceed. This contract ~r~ill be binding on the parties hereto and parties' successors and assigns. Should this ~, proposal not be accepted within a period of thirty (30) days from the above date, it shall become null and void. Very truly yours, GEE & JENSON Engineers-Architects-Planners, Inc. Joh'n~. Collins, Jr., P.E. Vice President Accepted by: CITY OF ATLANTIC BEACH By: Print Name and Title: Date: JEC:sd \Va~c19S999~51DocslAtlantic Beach Proposal.Dac w ~ ~' GEE & JENSON ENGINEERS-ARCHITECTS-PLANNERS, INC. ,~ SCHEDULE A 1999 TITLES SENIOR PRINCIPAL PRINCIPAL SENIOR TECHNICAL SPECIALIST PROJECT MANAGER SENIOR PROFESSIONAL PROFESSIONAL SENIOR DESIGNER SENIOR FIELD REPRESENTATIVE SENIOR TECHNICAL SUPPORT, DESIGNER FIELD REPRESENTATIVE TECHNICAL SUPPORT CLERICAL SURVEY CREW: 4 Person 3 Person 2 Person COMPUTER TIME CADD EQUIPMENT RATES EFFECTIVE THROUGH DECEMBER 31, 1999 HOURLY RATES 150 125 95 90 80 70 60 60 50 SO 4~ 3~ 2~ 100 90 70 8 l :. DESIGN FEE PROPOSAL 3124/99 ATLANTIC BEACH AND BUCCANEER SEWER SYSTEM IMPROVEMENTS ATLANTIC BEACH, FLORIDA LABOR COSTS - - - WORK BREAKDOWN PRIN SR TECH PM ENG SR.DES SEC TOTAL HOURLY RATE $125.00 595.00 $90.00 $70.00 $60.00 525.00 Meetings/Client Review 2 0 6 6 0 4 51,310.00 Field Investigations . 0 0 4 16 16 0 52,440.00 Preliminary DesignMydrauGc Analysis 0 0 8 32 0 0 52,960.00 Engineering Coordination 0 0 0 6 0 2 5470.00 Utility Coordination 0 0 0 6 0 2 5470.00 SurveylGeotechnical Coordination 0 0 0 6 0 4 5520.00 Cover Sheet 0 0 1 0 2 0 5210.00 Index of Drawings 0 0 0 0 4 0 5240.00 General Notes/Legend 0 0 0 0 4 0 5240.00 Location Map 0 0 1 0 4 0 5330.00 PARK STREET LIFT STATION Demolition Plan 1 0 0 1 4 8 0 5850.00 Foundation and Roof Plan-Struct. 0 0 0 10 10 0 51,300.00 Sections and Details-Struct. 0 0 0 10 10 0 51,300.00 Mechanical Piping PIaNSections 0 0 4 20 24 0 53,200.00 FAIRWAYS VILLAS LIFT STATION Foundation and Roof Plan-Struct. 0 0 0 10 10 0 51,300.00 Sections and Details-Struct. 0 0 0 10 10 0 51,300.00 Mechanical Piping PIaNSections 0 0 4 20 24 0 53.200.00 SHANGRI l.A DRIVE LIFT STATION Gravity Sewer Plan and Profile 0 0 1 16 16 0 52,170.00 Gravity Seaver Plan and Profile 0 0 1 16 16 0 52,170.00 Derrwlition Plan 0 0 1 4 8 0 5850.00 MASTER LIFT STATION-WWfP Site/Grading Plan 0 0 2 4 8 0 51,065.00 Yard Piping Plan 0 0 2 4 8 0 5940.00 Piping Plan-Mechanical 1 0 4 20 24 0 53.325.00 Piping Sections-Mechanical 0 0 4 20 24 0 53,200.00 Details-Mechanical 0 0 2 16 24 0 52.740.00 Foundation Plan-Strucural 0 0 0 20 20 0 52.600.00 Sections-Structural ~05 ~p I 0 0 0 20 20 0 52.600.00 Details-Structural ~~ F 0 0 0 20 20 0 52.600.00 FORCE MAIN-LS "C" TO MASTER LS Force Main -Plan 0 0 1 6 16 0 51,470.00 Force Main -Plan 0 0 1 6 16 0 51,470.00 Force Main -Plan 0 0 1 6 16 0 51.470.00 Miscellaneous Details 0 0 1 4 16 0 51,330.00 Quality ControUReview Comments 1 0 4 8 16 4 52,105.00 Specifications 1 0 6 20 0 24 52,665.00 Cost Estimates 0 0 8 20 0 0 52.120.00 FDEP Permit Applications 0 0 4 12 4 4 51,540.00 Coordination w/Other Disciplines 0 0 2 12 8 0 51,500.00 Bidding Process 0 0 4 ' 32 0 16 53,000.00 SUBTOTAL DIRECT LABOR COST 5 0 78 442 406 60 564,445.00 ~' • w f REIMBURSIBLE COSTS Quantity Unit Price Mileage 250 mi. 0.30 375.00 Blue Printing 250 sht 1.00 3250.00 ~ CADD Plotting 0 sht 10.00 30.00 CADD Computer Charges 0 Hr 8.00 30.00 Copying 2500 copy 0.10 5250.00 Flm and Processing 1 Is. 10.00 510.00 Postage ~ 4 Is. 5.00 ~ 320.00 SUBTOTAL REIMBURSABLE COSTS 5605.00 SUBCONSULTANTS Survey-Shangrita Dr. 51,100.00 Survey-Donners Rd. 5425.00 Geotechnical ~ 51,860.00 ElectricallMechanical 59,451.00 SUBTOTAL CONSULTANTS 512,836.00 TOTAL PROPOSED PRICE 377,886.00 ti l ~. GEE & JENSON Engineers • Architects • Planners. Inc. SWCE 195t 9452 Phillips Highway, Suite 4 Jacksonville, FL 32256 Telephone (904) 292-9097 Fax (904) 292-4206 t Mr. Robert Kosoy, P.E. Director of Public Works City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, Florida32233-4381 Reference: Master WWTP Lift Station and Various Lift Station Improvements Dear Mr. Kosoy: At your request, we have estimated the Construction Costs for this project to be $651,475. This estimated cost is higher than the budgeted amount of $522,000 due to the depth of the new gravity sewer main from the Shangri-La lift station. A copy of the Construction Cost Estimate breakdown is attached for your information Thank you for the opportunity to assist the City of Atlantic Beach. If you have any questions, please call me. Sincerely yours, ~~C ; , Jo n E. Collins, Jr., P.E. Vice President mfm/ Encl. Eny~neemg s EB 000291A • Arcnnecaxe M M 0000656 • lanCS.^.aca orcn~;e~yre ~ LC 0000050 • land Surveyrp ~ LB 000:914 P .. . ATLANTIC BEACH /BUCCANEER SEWER SYSTEM IMPROVEMENTS ' ESTIMATED CONSTRUCTION COSTS j~C TAL COST A. PARK STREET LIFT STATION 1. Demolish Fiberglass Enclosure $5,000 2. Construct New Concrete Block Building (15'x12') ~ 520,000 3. Pump Piping Modifications $5,000 4. Pump/Control Electrical Modifications 510,000 SUBTOTAL CONSTRUCTION COST $40,000. B. FAIRWAYS VILLAS LIFT STATION ' 1. Construct New Concrete Block Building (15'x12') $20,000 2. Replace Electrical Components in Panel $10,000 3. Replace 4" Pumps/Motorsl $20,000 4. Piping Modifications 510,000 SUBTOTAL CONSTRUCTION COST S60,000 C. SHANGRI LA DRIVE LIFT STATION 1. Construct New 8" Sanitary Sewer (900') $65,000 2. Construct New Sanitary Sewer Manholes (3) $15,000 3. Construct New 6" Sewer Services (18) S5,500 4. ~ Construct Connections to Existing Lift Stations S5,000 5. Disconnect Force Main Connection $1,000 6. Remove Electrical/Mechanical Equipment $5,000 7. Abandon Wetwelf $5,000 8. Sitework 525,000 SUBTOTAL CONSTRUCTION COST S126,500 D. MASTER LIFT STATION 1. Construct New Precast Wetwell (14'x12') S40,000 2. Construct New Concrete Dry Pit (20'x20') $60,000 3. New 6"Submersible Dry Pit Pumps/Motors 560,000 4. PipingNalves/Fittings $35,000 5. 18" Bypass Line $30,000 6. Electrical/Instrumentation 550,000 7. Sitework 55,000 SUBTOTAL CONSTRUCTION COST $280,000 E. j IFT STATION "C" FORCE MAIN 1. Construct New 8" PVC Force Main (1,600') $32,000 2. Connection to Existing 8" Force Main S1,000 3. Connection to New Wetwell $2,000 4. Valves/Fittings $5,000 5. Sitework 520,000 SUBTOTAL CONSTRUCTION COST $60,000 TOTAL CONSTRUCTION COST (A,B,C,D1,E) S566,500 CONTINGENCY (15%) $84,975 TOTAL PROJECT COST (A,B,C,D1,E) S651,475 Page 1