Loading...
R03-039RESOLUTION NO. R03- O~ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING EXECUTION OF AMENDMENT NO. 2 TO TASK ORDER NO. 01-05 BETWEEN THE CITY OF BOYNTON BEACH AND CAMP DRESSER AND MCKEE (CDM) IN THE AMOUNT OF $45,800 FOR ADDITIONAL ENGINEERING SERVICES FOR THE INCA STORMWATER MANAGEMENT IMPROVEMENTS AND WATER MAIN REPLACEMENT PROJECT (FORMALLY REFERRED TO AS THE NE 7TM AVE. AND NE 10TM AVENUE PROJECT); AND PROVDING AN EFFECTIVE DATE. WHEREAS, the City Commission approved Task Order No. 01-05 to CDM on May 2001 for services related to surveying, design, permitting and cost estimating to allow us to to the bidding stage of the INCA project; and WHEREAS, on March 19, 2002, the Commission approved Amendment No. 1 to Task Order for the addition of North and South Roads into the project due to the nature of the two (2) activities and the potential to benefit from the design and cost efficiencies; WHEREAS, as a result of numerous community involvement meetings by staff with residents of INCA, several changes to the design plans and project scope have resulted; WHEREAS, the City has been actively acquiring individual parcels of land to stormwater retention, which has resulted in the need for additional work from consulting engineer; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF CITY OF BOYNTON BEACH, FLORIDA, THAT: - Change Orders\Consultant - CDM Task Order~l-O5.doc Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as true and correct and are hereby made a specific part of this Resolution upon adoption Section 2. The City Commission of the City of Boynton Beach, Florida does authorize and direct the execution of Amendment No. 2 to Task Order No. 01-05 to Dresser & McKee (CDM) for additional engineering services for the INCA Management Improvements and Water Main Replacement project in the amount 800.00. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this t~, day of March, 2003. Commissioner J I:\CA\l~E$O~Agreements\Task - Change Orders\Consultant - CDM Task OrderOl-05.doc ENGINEERING SERVICES TASK ORDER CITY OF BOYNTON BEACH TASK ORDER NO. 01-05, Amendment No. 2 CDM PROJECT NO. 6276 - 5 I. PROJECT TITLE Additions to the Stormwater Management Improvements and Water Main Replacement Project II. BACKGROUND Camp Dresser & McKee Inc. (CDM) has been retained by the City of Boynton Beach (City) to implement stormwater improvements for the NE 7th Street area, water main replacement, North and South Roads and 20 outfall treatment devices. The City has identified the need to also implement stormwater improvements for the Rider Road area located adjacent to the NE 7m Street area, and therefore requested this amendment for surveying, design, permitting and cost estimating for stormwater improvements in the Rider Road area. The City has held numerous workshops with the affected communities to discuss the projects and receive feedback. Several changes to the project have resulted from these workshops and/or grant requirements, which are also included in this amendment. CONTRACT REFERENCE This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated the 4th day of October 2000 between the City and CDM. SCOPE OF SERVICES The Scope of Services shall include surveying, design, permitting, technical reviews, cost estimating and bidding services related to the implementation of the stormwater improvements to the Rider Road area. The work will be implemented with the planned stormwater improvements to the NE 7· Street area. This amendment also includes several modifications to the NE 7th Street stormwater improvements project requested by the City, application for a permit exemption for the 20 outfall treatment devices, CDM acting as Engineer of Record for the water main replacement, separation of the drawings and specifications into two project sets, and bidding services for the NE 7th Street Improvements project. Bidding of the 20 outfall treatment devices will be conducted with the Downtown Watershed Improvements - Phase li project, for which CDM is already under contract for bidding services. 1 N:\OOOO\bs7379 Revise(J Task Order. doc The detailed Scope of Services are included in Exhibit A. Mo PRO}'ECT STATUS REVIEW CDM shall provide the City with written monthly status reports with monthly invoices for the duration of the project. COMPENSATION FOR SERVICES The total amount to be paid to CDM by the City under this Task Order shall be a not-to- exceed amount of $45,800. A breakdown of the labor hours and other costs associated with this Task Order are provided in Exhibits B and C. IN WITNESS WHEREOF, the parties have hereunto set their hands the day and year first above written. CAMP DRESSER & McKee INC. David F. Holtz, P.E. Associate CITY OF BOYNTON BEACH, FLORIDA Kurt~ager 2 N:~OOOVas7379 Revised Task Order. doc EXHIBIT A STORMWATER MANAGEMENT IMPROVEMENTS FOR THE RIDER ROAD AREA SCOPE OF SERVICES The scope of services for this Amendment No. 2 to Task Order 01-05, is described below. TASK 1 - STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS FOR THE RIDER ROAD AREA CDM will perform the design of the proposed surface water management system to improve water quality and decrease the nuisance flooding experienced by the residents in the Rider Road area. The additional project area is located on Rider Road and a small stretch of road heading north/south between Rider Road and NE l0th Avenue, as shown in Figure 1. A description of the subtasks comprising the scope of services for this task is as follows. Subtask 1.1 - Tol~o~raphic Survey CDM will employ the services of a licensed professional surveyor, registered in the State of Florida, to conduct surveying services in the project area. A specific-purpose topographic survey will map the project area with a contour interval of 0.5 feet. Spot elevations along the crown of the streets will be identified at 50-foot intervals. The survey contours will reflect existing building pads, roadways, swales, culverts, and depressed areas. The survey will identify known underground and overhead utilities and will identify right-of-way monuments. In addition, stormwater structures, roadways, and inverts of stormwater pipes will be identified. The horizontal datum for the survey will be NAD 1983 State Plane Coordinates and the vertical datum will be the NGVD 1929. The topographic map and data obtained by the surveyor will be used to perform hydrologic and hydraulic analyses for the project area and to develop design drawings depicting existing conditions and site improvements. The survey will be in digital format. Surveying services to map and provide legal descriptions of easements, which may be required for project implementation, are not currently identified and are not included. A budget of $7,000 is included for obtaining the above survey information. Subtask 1.2 - Hydrologic And Hydraulic Analysis CDM will use the data collected from Subtask 1.1 to update the model prepared for the NE 7th Street Area. CDM will use the model to estimate the peak flows from the 2.5 inch, 5-yr/24-hr, 25-yr/24-hr, 25-yr/72-hr, and 100-yr/72-hr storm events. Based on the topographic survey and information gathered on hydraulic structures, a hydraulic routing analysis will be performed for the recommended improvements. The results of the hydraulic analysis will be used to identify maximum water surface elevations for the low-lying areas that are currently N:\0000~s7379 Revised Exhibit A. doc A-1 Figure 1 City oi' Boynton Beach Stormwater Management Improvements Palm Beach County Orll~o Photos subjected to nuisance flooding. The results of the model modifications will be used in the stormwater improvements design and Environmental Resource Permit application for the revised project boundaries. Subtask 1.3 - Design Of Stormwater Management System Improvements Based on the modeling results of Subtask 1.2, CDM will design the stormwater management system improvements for the expanded project area. CDM will prepare construction drawings and specifications for the project, based on the topographic survey provided under Subtask 1.1, and the design activities described above. The drawings will include the road grading details, plan and profile of the roads, and details of the culverts, inlets, and treatment structures. A description and estimate of the number of drawings required to depict work for the improvements, as part of the NE 7th Street project, are presented in Table A-1. Table A-1 Drawings List - Stormwater Management System Improvements for Rider Road Sheet Description I No. Of Sheets Plan and Profile Sheets (Scale 1" = 20') I 1 Detail Sheets 1 Total 2 Subtask 1.4 - Permitting Assistance The Environmental Resource Permit (ERP) application for the NE 7th Street Stormwater Improvements project and all supporting calculations and data will be modified to include the additional impervious area associated with Rider Road and adjacent developments. In addition, jurisdictional wetlands delineation for the mangrove area of Pond No. 2 and a seagrass survey were conducted by CDM for indusion in the ERP application. Subtask 1.5 - Cost Estimating CDM will include the Rider Road area when preparing the engineer's estimate of probable cost of construction for the implementation of the project at the 90 percent and final stages of the design process. TASK 2 -RE-DESIGN OF THE NE 10TM AVENUE IMPROVEMENTS (CUL-DE-SAC) Based upon City direction and the first workshop with the community, CDM proceeded with the final design and preparation of drawings to modify NE l0th Avenue to include a cul-de-sac at the intersection of NE 10th Avenue and NE 7th Street. This effort included meetings with City staff to discuss cul-de-sac design requirements and amenities for the large stormwater pond, as well as design of sanitary sewer and water main modifications. After the second public workshop and homeowner's association meeting, CDM was directed by the City to revise the cul-de-sac design on NE 10th Avenue to remain a through street. This N:\OO00'~bs7379 Revised Exhibit A. doc A-3 required CDM to redesign the roadway layout, water and sewer relocation modification, and the stormwater pond design at this intersection. TASK 3 - EMERGENCY GENERATOR FOR THE STORMWATER PUMP STATION At the City's request, and due to the critical nature of an operational pump station, CDM designed an emergency backup electrical generator to provide power to the stormwater pump station in case of a power outage. The emergency generator will provide adequate power to energize the 18,000 gpm, 100 horsepower stormwater pump and operate the system in case of a power outage. TASK 4 - ENGINEER OF RECORD FOR THE WATER MAIN DESIGN CDM will become the Engineer of Record for the water main design. Included in this task will be the evaluation of the current design based upon the review and evaluation and preparation and submittal of a request to modify the permitted Engineer of Record with the Palm Beach County Health Department. TASK 5 - SEPARATION OF 20 OUTFALL TREATMENT DEVICE PROJECT Per the City's direction, the drawings and specifications for the project will be separated into two construction project sets as follows: · Set 1: · Set 2: 20 outfall treatment devices NE 7~h Street Area stormwater improvements, North and South Road stormwater improvements and water main replacement Separate covers, table of contents, index sheets and civil detail sheets will be prepared for each drawing set. The technical specifications will also be separated into two sets. These changes will be required for bidding and construction of the two projects separately. A separate application for a permit exemption was prepared for the 20 outfall treatment device project and submitted to the South Florida Water Management District. The exemption will allow this project to be implemented separately from the other project. TASK 6 - BIDDING SERVICES CDM will provide services associated with bidding of the project upon acceptance of the construction plans and contract documents. Bidding services cover the period beginning with the advertisement for bids and ending with execution of the construction contracts by the City and Contractor. CDM will provide the following bidding services: · Preparation of detailed bid forms and schedule of bid items. · Assistance to the City in the preparation of the bid advertisements. · Convening and managing a pre-bid conference during the advertisement period. N:\0~7379 Revised ExJ~ibit A. doc A-4 · Assistance to the City in responding to requests for clarification during the advertisement period. · Preparation of addenda in response to valid inquiries as necessary. · Preparation of the final opinion of probable cost of construction for the project prior to the receipt of bids. · Attendance at the bid opening. · Assistance to the City in tabulating and evaluating all bids received. · Preparation of recommendation of a bidder for award of contract by the City. The City will be responsible for advertising the projects. CDM will provide the City with reproducible documents for distribution of bidding documents. The City will administer the issuance of bidding documents and addenda among interested bidders, and will prepare the Notice of Award and contracts for execution. N:\0000~bs7379 Revised Exhibit A. doc A-5 EXHIBIT B PROJECT BUDGET PROJECT: CONTRACT REFERENCE: Additions to Stormwater Management Improvements and Water Main Replacement Agreement between City of Boynton Beach and Camp Dresser & McKee Inc. dated October 4, 2000 Labor Category Hours Project Director Technical Speciahst Senior Engineer/Scientist Professional II Professional I Senior Support Services Staff Support Services Clerical Hourly Rate (S/hr) Total TOTALLABORCOST OTHER DIRECT COSTS Reproduction and Supplies Travel Computer and CAD Postage and Shipping TOTAL OTHER DIRECT COSTS OUTSIDE PROFESSIONAL SERVICES (With 10% Mark-Up) Surveying Geotechnical TOTAL OUTSIDE PROFESSIONALS TOTAL ESTIMATED COST UPPER LIMIT AMOUNT 14 $138 15 $144 48 $123 70 $78 64 $67 28 $99 128 $61 70 $39 437 $10,00 5O0 1,000 5OO $33,054 $3,000 SZ000 2t750 $9,750 $45,804 $45,8OO N:\0000~as7379 Revised Exhibit B-1 .doc B-1 w >- 0 I- Z Z 0 of Beach Ufflities Department 124 E. Woolbright Road Boynton Beach, Florida 33435 Phone (561) 742-6400 FAX: (561) 742.6298 OFFICE OF THE DIRECTOR OF UTILITIES LETTER OF TRANSMITTAL TO: Janet Prainito, DATE: March 25, 200;} City Clerk RE: Original Document for File TRANSMITTED HEREWITH ARE THE FOLLOWING ITEMS: Co ties Date No. Description Orig. 03/18/03 1 Resolution R03-039 REMARKS: Original Resolution R03-039 is attached for your files regarding Task Order 01- 05, Amendment #2, Camp Dresser & McKee Inc., Commission Meeting of 3/18/03. Originals also sent to: Camp Dresser & McKee Inc. Barb Conboy, Utilities Manager CC: Paul Fleming, Sr. Project Manager Bob Kenyon, Deputy Utilities Director Mark Law, Deputy Utilities Director File SIGNED: ~ _I~en T. Riseley,~ Cohtract Coordinator