boca raton city of 201 west palmetto park road· boca …

22
CITY HA LL 201 WEST PALMETTO PARK ROA BOCA RATON, FL 33432- 3795 CITY OF PHONE: (561 ) 393-7700 (FOR HEARING IMPA IRED) T DD: (56 1) 338- 1226 Boca Raton www.myboca.us August 20, 2018 TO: Mayor and City Council FROM: Leif J. Ahnell, C.P.A., C.G.F.O. City Manager SUBJECT: Resolution for Work Order No. 2 with Currie Sowards Aguila Architects, Inc., Agreement No . 2018-016, dated May 4, 2018, for Professional Design Services for Fire Station No. 6 RECOMMENDATION: I recommend approval of the attached Resolution, which authorizes the City Manager to execute Work Order No. 2 with Currie Sowards Aguila Architects, Inc. (CSA) for Professional Design Services for Fire Station No. 6. BACKGROUND: In 1986, Fire Station 6 was designed and built at 1901 Clint Moore Road, Boca Raton FL 33496. The structure is approximately 5168 square feet situated on 1. 05 acres with easement constraints. The portfolio of fire stations in the City of Boca Raton have been brought up to modern standards with the exception of this structure which lacks dormitory facilities, medical decontamination room, protective clothing storage, laundry room and an adequate fitness area. The apparatus bay cannot house a standard 4 door cab medical transport unit. It is the intent of the City of Boca Raton to demolish the existing building and construct a new fire station within the same site footprint, similar in design and construction of existing Fire Station 7. The City selected CSA under RFP 2018-016. Work Order No.1 was previously executed by the City on August 3, 2018 and provides services for the Relocation and Temporary Fire Station No. 6 Site Plan, new Site Plan, and professional design services for Site Plan Approval. All work will be issued by Work Orders. Work Order No.2 will provide professional design services for the Demolition of the existing building, Schematic Design of the new Fire Station 6, Design and Construction drawings, permitting, bidding and LEED design and certification. Services also provide for project coordination and Guaranteed Maximum Price recommendation for the City selected Construction Manager at Risk. FISCAL IMPACT: The total estimated cost is $241,194.00 which has been budgeted for FY 18 and will be funded through account 181 -4471-541.65-83, CIP project number 250016. Document originated by: Kaylla K. Dixon, Construction Contract Administrator, Municipal Services STAY CONNECTED I) CJ @ - AN EQUAL OPPORTUNITY EMPLOYER -

Upload: others

Post on 11-Jun-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Resolution 131-2018CITY HA LL 201 WEST PALMETTO PARK ROAD· BOCA RATON , FL 33432-3795CITY OF
PHO NE: (561 ) 393-7700 (FOR HEARING IMPAIRED) TDD: (561) 338-1226Boca Raton www.myboca.us
August 20, 2018
FROM: Leif J. Ahnell , C.P.A. , C.G.F.O. City Manager
SUBJECT: Resolution for Work Order No. 2 with Currie Sowards Aguila Architects, Inc. , Agreement No. 2018-016, dated May 4, 2018, for Professional Design Services for Fire Station No. 6
RECOMMENDATION: I recommend approval of the attached Resolution, which authorizes the City Manager to execute Work Order No. 2 with Currie Sowards Aguila Architects, Inc. (CSA) for Professional Design Services for Fire Station No. 6.
BACKGROUND: In 1986, Fire Station 6 was designed and built at 1901 Clint Moore Road, Boca Raton FL 33496. The structure is approximately 5168 square feet situated on 1.05 acres with easement constraints. The portfolio of fire stations in the City of Boca Raton have been brought up to modern standards with the exception of this structure which lacks dormitory facilities, medical decontamination room, protective clothing storage, laundry room and an adequate fitness area. The apparatus bay cannot house a standard 4 door cab medical transport unit. It is the intent of the City of Boca Raton to demolish the existing building and construct a new fire station within the same site footprint, similar in design and construction of existing Fire Station 7.
The City selected CSA under RFP 2018-016. Work Order No.1 was previously executed by the City on August 3, 2018 and provides services for the Relocation and Temporary Fire Station No. 6 Site Plan, new Site Plan, and professional design services for Site Plan Approval. All work will be issued by Work Orders.
Work Order No.2 will provide professional design services for the Demolition of the existing building, Schematic Design of the new Fire Station 6, Design and Construction drawings, permitting, bidding and LEED design and certification. Services also provide for project coordination and Guaranteed Maximum Price recommendation for the City selected Construction Manager at Risk.
FISCAL IMPACT: The total estimated cost is $241,194.00 which has been budgeted for FY 18 and will be funded through account 181-4471-541.65-83, CIP project number 250016.
Document originated by: Kaylla K. Dixon , Construction Contract Administrator, Municipal Services
STAY CONNECTED I) CJ @
- AN EQUAL OPPORTUNITY EMPLOYER -
AUTHORIZING THE CITY MANAGER TO EXECUTE WORK
ORDER NO. 2 WITH CURRIE SOWARDS AGUILA
ARCHITECTS, INC. FOR THE PURPOSE OF
PROFESSIONAL ENGINEERING SERVICES FOR THE
DESIGN AND CONSTRUCTION OF FIRE STATION NO. 6;
PROVIDING FOR SEVERABILITY; PROVIDING FOR
REPEALER; PROVIDING AN EFFECTIVE DATE
WHEREAS, the City of Boca Raton, pursuant to Resolution No. 66-2018, has entered
into an agreement with Currie Sowards Aguila Architects, Inc. for the purpose of providing
professional engineering services for the design and construction of Fire Station No. 6 (the
"Agreement"); and
WHEREAS, said agreement provides that, prior to the commencement of any
work under the Agreement, a specific work order must be approved by a resolution of City Council;
and
WHEREAS, such work order has been prepared and a copy theref is attached hereto;
now therefore
1
1
2
3
4
5
6
7
8
9
1O
11
12
13
14
15
16
17 18 19 20 21 22 23 24 25 26 27 28 29 30
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BOCA
RATON:
Section 1. That the City Manager be authorized to execute Work Order No. 2 with
Currie Sowards Aguila Architects, Inc., a copy of which is attached hereto, together with such
nonmaterial changes as may be acceptable to the City Manager.
Section 2. That the cost of Work Order No. 2 authorized by the resolution shall not
exceed $241 ,194.00 ( either payable at an hourly rate or by lump sum payment, or a combination
thereof, as specified in the work order}, subject to authorization of additional expenditures
pursuant to the Procurement Code of the City of Boca Raton.
Section 3. If any section, subsection, clause or provision of this resolution is held
invalid, the remainder shall not be affected by such invalidity.
Section 4. All resolutions or parts of resolutions in conflict herewith shall be and hereby
are repealed.
Section 5. This resolution shall take effect 10 days after adoption.
PASSED AND ADOPTED by the City Council of the City of Boca Raton this
__ day of ________, 2018.
ATTEST:
~ro I
MAYOR SCOTT SINGER DEPUTY MAYOR JEREMY RODGERS
COUNCIL MEMBER MONICA MAYOTTE COUNCIL MEMBER ANDREA LEVINE O'ROURKE COUNCIL MEMBER ANDY THOMSON
2
08/23/18
Consulting Services Work Order
City ofBoca Raton Fire Station No. 6
This Work Order, when executed, shall be incorporated in and become an integral part of the Agreement for professional services between the City of Boca Raton (CITY), Florida and Currie Sowards Aguila Architects, Inc. (CONSULT ANT), dated May 4, 2018, hereafter referred to as the Agreement.
Project Background
Work Order No. 2, includes professional design services required for the preparation of construction documents, permitting and bidding services for the demolition of existing building and a new two-story approximately' 12,000 square foot facility for the Boca Raton Fire Station No. 6 located at 1901 Clint Moore Road in Boca Raton, Florida.
Services shall include preparation of permit and construction documents and bid assistance, including specifications, attendance at required public meetings, and coordination with CITY staff and CITY selected Construction Manager at Risk (CMR).
In 1986, Fire Station No. 6 was designed and built at 1901 Clint Moore Road, Boca Raton FL 33496. The structure is approximately 5168 square feet situated on 1.05 acres more or less with easement constraints. The portfolio of fire stations in the City of Boca Raton have been brought up to modem standards with the exception of this structure which lacks dormitory facilities, medical decontamination room, protective clothing storage, laundry room and an adequate fitness area. The apparatus bay cannot house a standard 4 door cab medical transport unit. It is the intent of the City ofBoca Raton to demolish the existing building and construct a new fire station within the same site footprint, similar in design and construction of existing Fire Station No.7.
Upon the completion of temporary facility construction for Fire Station No. 6 and obtaining all permits, it is the intent ofthis project to move the operations to a temporary off-site trailer.
All deliverables from Work Order No.1 shall be incorporated in Work Order No. 2. Work Order No. 1 services included relocation to Temporary Fire Station 6, Site Plan for Temporary Fire Station, new Fire Station No. 6 Site Plan and design services for Site Plan approval.
1 of 18
Scope of Services
The following is a description ofthe Scope of Services to be provided under this Work Order No. 2, listed in Attachment C, but are not limited to:
• Existing Fire Station No. 6 Building: o Demolition plans for existing building including all site amenities. Existing site
improvements shall include but not be limited to pavements, parking area improvements, retaining walls, fencing and landscape;
o Identification ofexisting conditions; o Preparation of demolition documents for permitting; o Permitting and Bidding assistance; o Assisting the C:MR in preparing the Demolition cost estimate and project schedule; o Assistance during the demolition period.
The services required include, but are not limited to, field verification and documentation, preparation of demolition documents, assisting the CMR in Permitting and Bidding assistance, and Contract Administration services.
• New Fire Station No. 6 Building: o Preparation of the construction documents for permitting and bidding; o Permitting and Bidding; o Review of CMR Construction cost estimate and project schedule; o LEED design and Certification
The services required include, but are not limited to, Field Verification and Documentation, Schematic Design, Design Development Documents, Construction Documentation, Assist the CMR in Permitting, Review the Guaranteed Maximum Pricing as prepared by the CMR, and Bidding services.
During the preparation of these documents, CONSULTANT shall coordinate with CITY and the CMR for constructability, permitting, bidding, and budget compliance. Submittals shall be made to the CITY for their review and comment. CONSULT ANT shall coordinate with the Sustainable Design sub-consultant for LEED requirements upon CITY approval. CONSULTANT shall coordinate with CITY for low voltage, security, CCTV, card access, keying hardware and others requirements. CONSULTANT shall make available to the CMR the drawings for all permitting and other regulatory agencies to obtain all necessary approvals. CONSULT ANT shall perform all presentations and attend all meetings as required by all permitting and other regulatory agencies.
CONSULTANT is responsible for the quality control (QC) oftheir work and ofits sub-consultants. Sub-consultants for these tasks will include Thompson Youngross Engineering Consultants, LLC (TYEC) for electrical, mechanical, plumbing, and fire protection; McCarthy and Associates dba Pennoni & Associates, Inc. (McCarthy) for structural design; Diversified Consulting & Engineering Services (DCES) for all civil design systems; Dave Bodker Landscape Architecture I Planning, Inc. (Bodker) for final landscape and irrigation systems; and LEED coordination as required with The Spinnaker Group Management, LLC (Spinnaker).
2 ofl8
Task 1- Demolition Plans of Existing Building and Schematic Design ofNew Proposed Building Services:
Demolition Plans of Existing Building Services: • CONSULTANT shall attend kick-off meeting and prepare and distribute an agenda and
meeting minutes for the projects. • CONSULTANT shall submit a project schedule for CITY review and approval, within
ten (10) business days after receiving Notice-to-Proceed (NTP) and prior to beginning work a project.
• CONSULTANT shall accurately record the existing conditions of the building and the site, as necessary, to proceed with demolition plans and specifications.
• CONSULTANT shall attend progress meetings and prepare and distribute an agenda and meeting minutes for the projects.
• CONSULTANT shall assist the Cl\.1R as needed to provide itemized demolition cost estimate and updated project schedule as required.
• CONSULT ANT shall prepare required demolition plans and specifications of existing building structure and foundation. Details sufficient for the demolition ofall structures, and existing site improvements, including but not limited to pavements, parking areas, dumpster enclosures, selected perimeter walls, landscaping areas, etc.
• CONSULTANT shall review and coordinate Demolition ofExisting Building documents and itemized demolition cost estimate with CMR.
• CONSULTANT shall provide quality assurance reviews for the project. • CONSULTANT shall assist the CMR in obtaining all required permits and approvals from
CITY, regulatory agencies, and authorities having jurisdiction, for this project prior to the bidding.
• CONSULTANT shall prepare presentations and attend permit meetings with CITY, regulatory agencies, and authorities having jurisdiction; record and prepare meeting minutes. ·
• CONSULT ANT shall respond to all permit comments from CITY, regulatory agencies, or authorities having jurisdiction, providing supplemental information as required during the permitting process through the issuance of the clarification or drawings/addendums as needed.
• CONSULT ANT in conjunction, with the CMR is responsible for determining which permits are required and which agencies are applicable to the project.
Schematic Design of New Proposed Building Services: • CONSULT ANT shall review all data furnished, including building design program, project
budget, site conditions, applicable building codes, space allocations, and special CITY requirements.
• CONSULT ANT shall prepare functional space plans based on previously approved program for CITY review.
• CONSULTANT shall calculate areas and volumes, and analyze plan efficiency of the design by usable area, area per person or other method.
• CONSULT ANT shall analyze comparative systems with all sub-consultants.
3 ofl8
• CONSULTANT shall prepare a general description of the project, including proposed materials and equipment outlines.
• CONSULTANT shall begin research on finish materials, equipment, furniture, fixtures and all required building systems. CONSULTANT shall create products and materials file.
• CONSULT ANT shall start project outline list of anticipated specifications sections. • CONSULTANT shall submit Schematic Design documents for CITY review and approval.
These documents shall include, but not limited to, drawings, descriptions, general notes, calculations, outline specification listing, illustrative sketches and renderings, preliminary review of itemized construction cost estimate and updated project schedule as prepared by the CMR, proposed finish materials, fixed furniture, fixtures and all required building systems for CITY review and approval.
• CONSULTANT shall review and coordinate Schematic Design documents and itemized construction cost estimate with CMR.
• CONSULTANT shall attend all coordination meetings with CITY to address review comments.
• CONSULTANT shall prepare presentation ofoptional design features and variations. • CONSULT ANT shall incorporate all changes and comments by the CITY after
presentation. • CONSULTANT shall obtain written approval of Schematic Design documents by CITY. • CONSULT ANT shall obtain written authority to proceed with Design Development phase
by CITY.
• CONSULTANT shall prepare Design Development documents based on the approved Schematic Design documents, the sufficiently annotated and detailed to adequately convey the size and character of the project and further define the finish materials, equipment, fixed furniture, fixtures, structural, mechanical, electrical and any special systems.
• CONSULTANT shall define Design Development documents for code compliance and provide code requirements to the CITY.
• CONSULTANT shall review results of all investigations and tests, including soil borings, and analysis.
• CONSULTANT shall define actual occupancy for each area, prepare area calculations (net and gross), review building design program and verify compliance for CITY review.
• CONSULTANT shall provide report completed by the structural engineer on their review of applicable regulations.
• CONSULTANT shall coordinate with the mechanical and electrical engineers to: - contact utility companies and public authorities for services and initiate approval process; - investigate and report on their review ofapplicable local, public and utility regulations; - notify the Architect of space and location requirements for systems; - provide all outputs to CITY for review.
4 ofl8
• CONSULT ANT shall prepare and present Design Development documents and submit for CITY review. These documents shall include, but not be limited to, drawings, details, descriptions, calculations, specifications, renderings, color boards ofroom finish materials, review updated itemized construction cost estimate prepared by the CMR, updated project schedule, and updated finish materials, furniture, fixtures and all required building systems for CITY review and approval.
• CONSULTANT shall review and coordinate Design Development documents and updated itemized construction cost estimate with CMR.
• CONSULTANT, including sub-Consultants shall present Design Development documents and obtain all required permits and approvals with various CITY departments and all required regulatory agencies. CONSULTANT shall provide a report of the review comments and respond to all permit comments from CITY, regulatory agencies, or authorities having jurisdiction, providing supplemental information as required during the permitting process through the issuance of the clarification, report, or drawings/addendums as needed.
• CONSULT ANT shall attend all coordination meetings with CITY to address and review comments.
• CONSULTANT shall obtain CITY's written approval of Design Development documents.
• CONSULTANT shall obtain CITY's written authorization to proceed to Construction Documents phase.
Task 3 - Construction Documentation (CD) Services:
• CONSULT ANT shall prepare Construction Documents based on the approved Design Documents necessary to secure a building permit. Bid specifications shall be prepared in conjunction with the drawings. Documents will be LEED compliant with a LEED NC 4.0 scorecard to document possible credits achieved. Building will be submitted to USGBC for LEED certification after CITY approval and request.
• CONSULTANT shall finalize the finish materials, equipment, fixed furniture such as cabinetry,.fixtures, structural, mechanical, electrical and any special systems selection.
• CONSULTANT shall prepare final calculations ofnet and gross areas. • CONSULTANT shall review updated itemized construction cost estimate with CMR. • CONSULTANT shall coordinate with CMR on costs and constructability elements • CONSULT ANT shall submit 3 0%, 60%, and 90% of construction documents for CITY
review. CITY shall provide comments to CONSULT ANT within 14 days of receiving the submittal.
• CONSULTANT shall attend all coordination meetings with CITY to address review comments. CONSULTANT shall prepare the meeting agenda, record and submit meeting minutes to CITY.
• CONSULT ANT shall incorporate all changes and comments by the CITY after presentation.
• Once all comments are addressed, or if no comments or corrections are necessary, CONSULT ANT shall submit the Final Plans and Specifications, and any other
5 ofl8
document required for a complete design by CITY. CONSUL TANT shall provide three (3) original signed and sealed sets of the Final Design Package (24" x 36" plan sheets), together with an electronic copy.
• CONSULTANT shall assist CMR and CITY in filing documents for final approvals and permits.
• CONSULTANT shall obtain CITY's written approval of Construction Documents. • CONSULTANT shall obtain CITY's written authorization to proceed to Permitting
phase.
Task 4 - Permitting, Guaranteed Maximum Pricing and Bidding Services:
Permitting Services: • CONSULTANT shall assist the CMR in obtaining all required permits and approvals from
CITY, regulatory agencies, and authorities having jurisdiction, for this project. • CONSULTANT shall submit the drawings to the CMR for submission to all permitting
and grant agencies to obtain all necessary approvals prior to the bidding. • CONSULTANT shall respond to all permit comments from CITY, regulatory agencies, or
authorities having jurisdiction, providing supplemental information as required during the permitting process through the issuance of the clarification or drawings/addendums as needed.
• CONSULTANT shall attend permit meetings with CITY, regulatory agencies, and authorities having jurisdiction, record and prepare meeting minutes, and provide documentation to the CITY.
• CONSULTANT will assist the CMR in determining which permits are required and which agencies are applicable to the project.
Guaranteed Maximum Pricing Services: • CONSULTANT shall make available all documents to the CITY and the Construction
Manager at Risk (CMR) to obtain and review final bids, review Guaranteed Maximum Price (GMP) from CMR, and assist in securing any required construction permits from applicable permitting agencies.
• CONSULTANT shall be available to respond to any questions that arise, and prepare any supplemental drawings or plan revisions that may be necessary to comply with the Guaranteed Maximum Price (GMP) and obtain a permit for construction.
Bidding Services: • CONSULTANT shall provide all documentation required for bidding and execution of
construction services. • CONSULTANT shall attend the pre-bid meeting. CONSULTANT shall prepare and
distribute an agenda and pre-meeting minutes for the project. • CONSULT ANT shall coordinate with the CMR to respond to questions from prospective
bidders by answering bid questions, providing supplemental information as required during the bidding process through the issuance of the clarification or drawings/addendums as needed.
6 of l8
Task 5 - Leadership in Energy and Environmental Design (LEED) Certification Services:
• The LEED Certification task shall be directed in writing by the CITY, after the Construction Manager at Risk provides an accurate cost estimate (GMP).
The CONSULT ANT and Sustainable Design subconsultant shall prepare the necessary documents as required by the United States Green Building Coalition (USGBC) with a goal of achieving Certified (40-49 points) level. Services include, but are not limited to Registration to LEED on­ line, payment of registration and certification fees, conduct required design charrette, record credits, and assist the design team with relevant sustainable choices. If the CITY decides not to proceed with LEED accreditation, then this task shall not be required. Sub-consultant to provide LEED consulting services will be The Spinnaker Group Management, LLC, for coordination with USGBC, and Thompson Youngross Engineering Consultants, LLC for the energy modeling requirements.
Other Project Assumptions
Services to be provided by the CITY and other related key assumptions include:
1. CITY to provide required boundary and topographic survey for the existing building site. 2. CITY to provide copies of existing information regarding the existing building to be
demolished. 3. CITY to provide to the CONSULTANT any available information for CITY provided
furniture, fixtures, and equipment affecting the design of the new facility. 4. CITY shall provide all information related to audio/visual and communication system
and equipment. CONSUL TANT shall coordinate with CITY and CITY vendors for implementation.
5. CITY shall make available any relevant CITY staffmember with knowledge of CITY preferences of systems, including card access, keying, lighting fixture selection for maintenance optimization, etc.
Work Order Performance and Deliverables
The proposed labor cost and associated expenses for the consulting services described in this Work Order are summarized below and detailed in Attachment "A". Labor costs, sub-consultant costs and associated expenses for Architectural/Engineering services are tabulated below on a Lump Sum and Not to Exceed (NTE) basis, and are consistent with the Agreement. The compensation for the work set forth in this work order shall not exceed $241,194.00.
7 of 18
Sub- Consultant
CSA $22,500.00 TYEC McCarthy
2 Design CSA $36,100.00 TYEC $6,300.00 $45,650.00 Development McCarthy $1,800.00 Services Bodker $1,450.00
3 Construction Documentation (CD) Services
CSA $70,000.00 TYEC McCarthy
Total Fees: $234,194.00
J;otg(f:i2]ect Fees andlixpenses $:J41,lJ..4.00i
Tasks 1 through 4 shall be payable as a combination of Lump-Sum fee and Not-to-Exceed as noted above. Task 5, if selected will be invoiced as a Lump-Sum fee. Invoicing shall be submitted monthly based on percent completion of each Task and submission of a proper invoice to the CITY.
For any task in this Work Order identified as payable on a lump sum basis, the term "lump sum" shall mean that all services and related deliverables described in such task shall be completed/performed by CONSULTANT in full to the satisfaction ofthe CITY as detailed in this Work Order and the Agreement for Professional Services between CONSULTANT and the
8 of 18
Summary of Proposed Reimbursable Expenses:
Reimbursable expenses billed in accordance with the Agreement= $7,000.00 (NTE)
Task# Description Expense Cost 1-4 External Printing expenses $2,700.00 5 LEED associated registration and certification fees $4,300.00
Note: Any reimbursable amount not used shall not be invoiced.
Deliverables: CONSULTANT shall submit one (1) original set ofall deliverables, along with one (1) electronic copy in DWG, PDF, Word, Excel and Microsoft Project file format, as required.
Task 1- Demolition of Existing Building and Schematic Design of New Proposed Building Services:
Demolition ofExisting Building Services: • Meeting agenda prior the meeting and meeting minutes for the Kick offmeeting, progress
meetings, and pem1it meetings within three (3) calendar days of the meeting. • Project schedule after each progress meeting where revisions to the schedule have been
made or recognized within three (3) calendar days ofthe meeting. • Review of CMR Itemized demolition cost estimate. • As-built drawings representing existing conditions. • Complete demolition plans and specifications. • Assist CMR in obtaining a Demolition permit and approvals from CITY, regulatory
agencies, and authorities having jurisdiction, for this project prior to the bidding. • Provide presentations and attend permit meetings with CITY, regulatory agencies, and
authorities having jurisdiction. • Provide responses to all permit comments from CITY, regulatory agencies, or authorities
having jurisdiction, providing supplemental information as required during the permitting process through the issuance of the clarification or drawings/addendums as needed, within three (3) calendar days from receipt of the questions.
Schematic Design ofNew Proposed Building Services: • Functional space plans.
9 of18
• Schematic concept plan alternatives. • Site development and analysis. • Schematic building plans and elevations. • Conceptual civil, landscape, irrigation, :rvIBP, structural systems and all other building
systems plans, base calculations, main plans sketches and sections, including standard typical details as required.
• Narratives and reports as required. • Meeting agenda prior the meeting and meeting minutes for each progress meeting within
three (3) calendar days of the meeting. • Project schedule after each progress meeting where revisions to the schedule have been
made or recognized within three (3) calendar days ofthe meeting. • Review of Cl'vfR. prepared Preliminary construction cost estimate. • Schematic site development with CITY comments incorporated. • Schematic Design documents with CITY comments incorporated. • Updated narratives and reports.
Task 2 - Design Development Services:
• Complete Design Development documents to include, but are not limited to, drawings, details, descriptions, general notes, calculations, specifications, renderings, color boards ofroom finish materials, review of updated itemized construction cost estimate as prepared by Cl'vfR. and updated project schedule, updated finish materials, fixed furniture, fixtures and all required building systems for CITY review and approval.
• Conceptual civil, landscape, irrigation, :rvIBP, structural systems and all other building systems drawings, base calculations, main plans sketches and sections, including standard typical details as required.
• Code compliance requirements. • Meeting agenda prior the meetings, and meeting minutes for each coordination meeting
within three (3) calendar days of the meeting • Updated itemized construction cost estimate and updated project schedule after each
coordination meeting where revisions to the schedule have been made or recognized within three (3) calendar days of the meeting.
• Assist the Cl'vfR. in obtaining All required permit and approvals from CITY, regulatory agencies, and authorities having jurisdiction, for this project.
• Provide presentations and attend permit meetings with CITY, regulatory agencies, and authorities having jurisdiction.
• Provide responses to all permit comments from CITY, regulatory agencies, or authorities having jurisdiction, providing supplemental information as required during the permitting process through the issuance ofthe clarification or drawings/addendums as needed, within three (3) calendar days from receipt of the questions.
10 of 18
• Updated color and material selections. • Updated nan-atives and reports. • Final Design Development drawings, with CITY comments incorporated for CITY
review.
Task 3 - Construction Documentation Services
• Complete Construction Documents to include, but are not limited to, drawings, details, descriptions, notes, schedules, calculations, specifications, renderings, color boards of room finish materials, review updated itemized construction cost estimate prepared by the CMR and updated project schedule, updated finish materials, furniture, fixtures and all required building systems for CITY review and approval. Documents will be LEED compliant with a LEED NC 4.0 scorecard to document possible credits achieved.
• 30% Construction Documents package including construction documeQts, specifications, all permit revisions, review updated itemized construction cost estimate prepared by the CMR and updated project schedule is required. CITY shall provide comments to CONSULTANT within 14 days of receiving the submittal.
• 60% Construction Documents package including construction documents, specifications, all pennit revisions, review updated itemized construction cost estimate prepared by the CMR and updated project schedule is required. CITY shall provide comments to CONSULT ANT within 14 days of receiving the submittal.
• 90% Construction Documents package including construction documents, specifications, all permit revisions, CMR prepared updated itemized construction cost estimate and updated project schedule is required. CITY shall provide comments to CONSULTANT within 14 days of receiving the submittal.
• Final reports and nan-atives. • Final material and color boards. • Three (3) original signed and sealed sets of 100% Construction Documents package
including construction documents, specifications, all permit revisions, updated itemized construction cost estimate and updated project schedule is required.
• Meeting agenda prior the meetings, and meeting minutes for each coordination meeting within three (3) calendar days of the meeting
• Obtain USGBC for LEED certification after CITY approval and request.
Task 4 - Permitting, Guaranteed Maximum Pricing and Bidding Services
Permitting Services: • Meeting agenda prior the meeting and minutes from the pennit meeting within tlrree (3)
calendar days of the meeting. • Provide responses to all permit comments from CITY, regulatory agencies, or authorities
having jurisdiction, providing supplemental information as required during the pennitting process through the issuance ofthe clarification or drawings/addendums as needed, within three (3) calendar days of receipt ofthe questions.
11 of 18
Guaranteed Maximum Pricing Services: • Provide on-going efforts, clarifications and assistance during the Construction Manager
at Risk (C:MR) GMP process; and pennit review which includes, but is not limited, to the following:
• Assist the CITY and CMR in filing documents required for CITY and all permit approvals.
• Respond to GMP coordination and RFis from the CMR. • Provide Addenda, ifnecessary, to clarify responses and/or drawing revisions during the
GMP process for the CMR to update their bidding set., • Provide an electronic set ofprints and specifications on file for the CITY.
Bidding Services: • All documentation required for bidding and execution ofconstruction services within
seven (7) calendar days after CITY' s approval ofthe 100% of construction documents. • Coordinate with the CMR to respond to all questions from prospective bidders by
answering Requests for Information, providing supplemental information as required during the bidding process through the issuance ofthe clarification or drawings/addendums as needed, within three (3) calendar days ofreceipt ofthe questions.
• Memo of recommendation for bid responses within five (5) calendar days of receipt of the bids.
Task 5 - Leadership in Energy and Environmental Design (LEED) Certification Services:
Ifthis item is selected by the CITY, the CONSULTANT's subconsultant shall submit required documents to USGBC for review and acceptance.
12 of 18
Project Schedule and Completion Dates:
The duration and completion times ofall tasks are as indicated in the project schedule shown in Attachment "B" and are summarized as follows:
Task# Description Time to Complete from Notice To Proceed (in days)
1 Demolition plans ofExisting Building and Schematic Design ofNew Proposed Building Services
21 working days
2 Desirn Development Services 35 working days 3 Construction Documentation (CD) Services 95 working days 4 Pe1mitting, Guaranteed Maximum Pricing
and Bidding Services 70 working days, schedule controlled by Building Department and other permitting agencies.
5 LEED Certification (Design) Services Design portion complete prior to permit issuance. Construction credits to be completed after final closeout.
The project shall be completed 240 working days from the time a notice to proceed is received.
The CITY shall provide a separate, written ''Notice to Proceed" for Task 4 and 5.
The CONSULTANT shall not commence work on this Work Order as approved by the CITY to include as part of the Agreement referenced above without a written "Notice to Proceed" from the Director of Municipal Services.
13 ofl8
- - -----------
--------------
~~~~~
IN WITNESS WHEREOF, the CITY ofBoca Raton, at a regular meeting thereof, by action ofthe City Council and directing the foregoing be adopted, has caused these presents to be signed by the City Manager, after execution by Currie Sowards Aguila Architects, Inc. (CONSULTANT), and this Work Order shall be effective as of the date ofexecution ofthis Work Order by the City Manager.
CITY OF BOCA RATON:
d Legal Sufficiency:
Attest: Date: _____________
14 ofl8
(See attached)
15 ofl8
ATTACHMENT "A"
SCHEDULE OF FEES - WORK ORDER 2 - 08/01/ 2018
Currie Sowards Aguila Architects (NTE) CSII Total I tielmb JO!al
Principal Proj. Arch Proj. M gr Cadd I Cadd II Admin Labar Siib-Consult IEl\penses fees
225.00 185.00 155.00 95.00 85.00 65.00 Totals (NT£) t~ I (NJIE) \IS&ND:l TASK DESCRIPTION Task 1 - Demolition o f Existing Building and Sch ematic Design of New Prooosed Building Services
Demolition plans, details, & notes 2 8 10
Review approved pre liminary design 2 4 6 8 6 26
Coard scope with sub-consultants 2 8 10 4 10 34
Prepare demolition p lan 6 8 8 22
Review svstem options 4 9 21 4 6 44
Prepare spec TOC 2 8 10
Coordinate wi th CMR 2 4 0.38 6.38465
Prepare SO submittal for review l 2 3 4 1 11
Consultant Total Hours 13 23 60 32 34 1.38 163
NTE Consultant Fee Total 2,92S.O0 4,255.00 9,300.00 3,040.00 2,890.00 90.00 $22,500.00 22,500.00 7,825.00 750.00 31,075.00
LS Thompson Youngross Engineering Consultants - MEP $4,725.00
LS McCarthy & Associates - Structural $1,350.00
LS Dave Bedker Landscape Archit ecture - Landscaping $1,750.00
Total Task 1 - Fee amount $30,325.00 $22,500.00 $7,825.00 $750.00 $31,075.00
Task 2 - Design Development Services
Review Schematic Design Docs 4 4 20 15 12
Finalize all space allocations 4 4 12 8 8
Coordinat e wi th Sub-Consultants 2 12 5 2
Begin Outline specifications 2 12 4
Finalize system selections 8 16 4 4
Finalize material finishes 4 4 12 8 16
Begin hardw are selections 8 4 4
Coordinate wi th City provided items 12 6
Prepare DD submittal for review (30%) 2 4 4 4
Miscellaneous tasks 2 4 4 2 4
Consultant Total Hours 14.00 30.00 112.00 54,00 52.00 8 270
NTE Consultant Fee Total 3,150.00 5,550,00 17,360.00 5,130.00 4,420.00 520 $36,100.00 36,100.00 9,550.00 750.00 46,400.00
LS Thompson Youngross Engineering Consultants - MEP $6,300.00
LS McCarthv & Associates - Structural $1,800.00
LS Dave Bedker Landscape Ar chitecture - Landscaping $1,450.00
Total Task 2 - Fee amount $45,650.00 $36,100.00 $9,550.00 $750.00 $46,400.00
Task 3 - Construction Documentation (CO} Services
Review Design Development Docs 4 4 20 14 12 54
Implement review comments 2 8 32 68 24 134
Coordinate wi th Sub-Consultants 24 40 64
Prepare final specifications 4 6 72 24 106
Finalize all materials and finishes 2 4 10 16 32
Prepare & submit 60% docs 4 5 2 11
Coordinate wi th CMR 12 24 36
Consult w it h permittine: authorit ies 6 6
Review and coordinate all documents 5 4 16 12 8 45
Preoare and submit 90% docs 4 4 2 10
Make documents ready for bid & permit 4 2 8 12 10 2 38
Miscellaneous tasks 2 4 5 4 4 1 20.308
Consultant Total Hours 23 38 207 183 74 31 556
NTE Consultant Fee Total 5,175.00 7,030.00 32,085.00 17,385.00 6,290.00 2,035.02 $70,000.00 70,000.00 42,200.00 BOO.DO 113,000.00
LS Thompson Youngross Engineering Consultants - MEP $12,600.00
LS McCarthy & Associates - Struct ural $5,850.00
LS Dave Bedker landscaoe Architecture - landscaping $1,750.00
LS Diversified Consulting & Englneering Services - Civil $22,000.00
Total Task 3 - Fee amount $112,200.00 $70,000.00 $42,200.00 ~00 $113,000-00
Task 4 - Permitting, Guaranteed Maximum Pricim~ and Bidding Services
Coordinate with CMR on required docs 1 l 2 4 8
Respond to anv RFls 1 2 6 8 4 21
Respond to permit review comments 2 2 4
Implement required plan revisions l 8 4 13
Re·issue revised documents 4 2 6
Meet ings with City staff 1 2 3
Miscellaneous tasks 1 4 2 2 3 12
Consultant Total Hours 2 8 16 18 18 5 67
NTE Consultant Fee Tota! 450.00 1,480.00 2,480.00 1,710.00 1,530.00 325.00 $7,976.00 7,976.00 2,475.00 400.00 10,851.00
LS Thompson Youngross Engineering Consultants - MEP $1,575.00
LS Dave Bedker landscape Architecture - landscaping $900.00
Total Task 4 • Fee amount $10,451.00 $7,976.00 $2,475.00 $400.00 $10.AS1.00
Task 5 - LEED Certification (design) Services LS The Spinnaker Group- LEED consultant $20,568.00 0.00 35,568.00 4,300.00 39,868.00
LS Thompson Youngross Engineering Consultants - Energy Modeling $15,000.00
Tota l Task 5 - Fee amount $35,568.00 0.00 35,568.00 $7,000.00 42,568.00
Sammarvaf.Fees Total Consult ant Labor (NTE) $136,576.00
To ta l Sub-Consultant (LS) $97,618.00
Total Reimbursables $7,000.00
All Totals SZIL194.l)O
City of Boca Raton Fire Station No. 6 Project Schedule
CITY OF SOCA RATON-FIRE STATION~ WORK ORDER 2- PROJ!aCT PRODUCTION SCHEDULE
AUGUST l . 2018
ID , .uk Ki:n I 0u~t1on I Sun I Flnllh i!J2:l A~ 1~~c.1-i111~~•~::B:!~~•;:21:t.:~~•~e!1~ ~~•~;2l~t:;1;;int-tiF3•1~~\9,:z.J~';~\~24:!~lc;•;:21 "'1t~~~Q~ ~g•~~~3S~ut7•~~21 t~~~ •;ORK ORDER 2
~ • NOTICETOPP.OCEE0
I 21'* Fri011"1"i
~ - REVIEW______ I 1 d•1P.lc.n 10120.'l8! Llc:11111'20115
DESIGN DEVELO?MENT 35 d.ay,1 f.lc'n~1D/1511 e. Fri 11/3011e
; X~::-..~-:t~-:~:~t~:~: '71 ~ rrt.iEIMITTAL I 1d;ay -ria/2ij}lfll Fri 3.r.:z1mv
i "i • i ~ 100%00CUI.EN7SSUSMITTAL 1 1dayl f.1on4115.'1i! Mon/ 1511i
~ -:~::~::,:,::no•··· ). -~~.~ -~':,"';::~.:;;;;:
9/U. "t.iiiiioli-h"=--+---~--''--+--+---;-- -;---;-- -...ji - ~f: I !i 1 ~s i10/2.9 l 1011' 11,'JO ,
12.'l:~ ;
i I i
1/1
Pff)gr-uI J,llttr.cn•
P.ollt,d UpTa1k
ATfACHMENT •l',C" Work Order No. 2
City of Boca Raton Fire Station No. 6 Master List ofTasks -Required by Fire Department
See attached schedule General Description of Services- Major and Minor
The following is a general description of services that may be requested ofthe CONSULTANT: 1. Meetings with Fire-Rescue Staff, City Staff and the City Council to receive conceptual ideas,
refine the project objectives, answer questions on the work product, etc. 2. Review ofCost Estimates prepared by the CMR 3. Conceptual Artist Rendering 4. Conceptual Site Plan 5. Conceptual Floor Plan 6. Asbestos Survey 7. Geotechnical (Soil Density Testing) Survey 8. Final Site Plan. 9. Final Floor Plans. 10. Final Artist Rendering (For Community Appearance Board permit submittals). 11. Environmental Survey (Audit) & Plan. 12. Monument Sign Plans. 13. Paving, Pavement Marking & Signage Plans. 14. Storm-water Drainage Plans. 15. Potable Water Plans (including on-site fire hydrant & fire main). 16. Sanitary Sewer Plans. 17. Landscape Irrigation Plans. 18. Landscape Plans. 19. Dumpster Enclosure Plan. 20. Electrical Plans. 21. Plumbing Plans. 22. Mechanical Plans (Air Conditioning/Heating). 23. Special Equipment Plans (PlymoVent Exhaust System, etc.). 24. Telephone, Computer, & Cable TV Wiring Plans. 25. Public Address System Plans. 26. Fire Sprinkler Plans. 27. Fire Alann Plans. 28. Emergency Generator, Generator Enclosure & Fuel Tank Plans. 29. Elevator Plans. 30. Emergency Traffic Light Plans (ifneeded). 31. Equipment Schedules (doors, windows, etc.). 32. Technical Specifications. 33. Interior Space Planning. 34. Interior Furnishings Schedule. 35. Other Documents Deemed Necessary for Complete Construction Documents (ie. Elevations). 36. As-Built Plans. 37. Plans for the removal of leased modular structure and demolition of temporary facilities. 38. Structural Analysis
17 ofl8
39. Entrance Roadway Plans (separate from on-site improvements). 40. Construction Administration - Upon approval of WO#3, the architectural firm shall provide
services during construction to include: review of contract submittals; responses to questions and issuance ofclarifications related to the documents; perfo1m periodic observations ofthe work to insure compliance with the requirements and intent of the construction documents; review the contractor's request for payments; review and prepare change orders and construction change directives as may be required; perfo1m final punch-list review in accordance with the contract; and final project close-out.
41. Temporary Fire Station Construction Documents-The CONSULTANT shall provide documents as needed for the placement of a temporary mobile trailer on the designated site. The documents will include indication of the location ofthe trailer, ramps and stairs, screen enclosures, parking and driveway layout, required informational and traffic control signage, station signage, fencing, domestic water connection riser to existing hydrant, sanitary holding tank location, FPL electrical power connection riser, and BellSouth telephone connection. The CONSULTANT shall assist the CITY in obtaining necessary permits and approvals, including but not limited to Florida DOT, City Planning & Zoning Site Plan approval, and City Building Pennit.
42. Preliminary meetings with City ofBoca Raton Municipal Services Department personnel and other professional team members (Limit 6 hours, 2 meetings@ 3 hours each).
43. Meetings with South Florida Water Management District (SFWMD) and Lake Worth Drainage District (L WDD) to detennine drainage design parameters (Limit 6 hours, 2 meetings@ 3 hours each).
44. Prepare a storm water management plan and report to obtain conceptual approval. 45. Review meetings with City ofBoca Raton personnel and other professional team members
(Limit 9 hours, 3 meetings @3 hours each). 46. Prepare a master storm water collection system plan. 47. Prepare a master water distribution system plan. 48. Prepare a master sanitary sewer collection system plan. 49. Prepare an engineer's estimate of cost. 50. Obtain conceptual permits from the South Florida Water Management District and the Lake
Worth Drainage District.