R03-036
II
RESOLUTION NO. R03-~
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA, APPROVING
THE RECOMMENDATION BY SOUTH CENTRAL
REGIONAL WASTEWATER TREATMENT AND
DISPOSAL BOARD TO FUND THE TASK ORDER FOR
HAZEN & SAWYER TO COMPLETE DESIGN AND
CONSTRUCTION SERVICES FOR THE NEXT PHASE
OF THE PLANT'S REUSE PROGRAM, IN THE TOTAL
AMOUNT OF $88,000, TO BE DIVIDED EQUALL Y
BETWEEN THE CITY OF BOYNTON BEACH AND
THE CITY OF DELRAY BEACH; AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, pursuant to the direetion of the South Central Regional Wastewater
Treatment and Disposal Board, staff has proeeeded with the planned expansion of the eurrent
reuse program; and
WHEREAS, as part of that proeess, the plant has been granted a $600,000 grant
from South Florida Water Management District to be alloeated for on-site plant expansion,
rovided that eonstruetion of the plant expansion must proeeed within twelve months of the
grant issue date; and
WHEREAS, the proposed eonstruetion will modify the on-site reuse facilities to
allow for inereased produetion and on-site storage of the reuse water;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF BOYNTON BEACH, FLORIDA THAT:
Section 1.
The City Commission of the City of Boynton Beach, Florida, does
ereby authorize and approve the reeommendation by South Central Regional Wastewater
reatment and Disposal Board to fund the Task Order for Hazen & Sawyer to eomplete
esign and eonstruetion serviees for the next phase of the plant's reuse program in the total
amount of $88,000, to be divided equally between the City of Boynton Beach and the City of
elray Beaeh,
Seetion 2.
This Resolution shall take effeet immediately upon passage.
:ICAIRESOlAgreementsISCRWTD -Hazen and Sawyer Task Order Approval.doc
II
PASSED AND ADOPTED this ~ day of Mareh, 2003.
ACH, FLORIDA
:ICAIRESOlAgreementsISCRWTD -Hazen and Sawyer Task Order Approval.doc
(<t Q;)
~
R03-03Gf
ENGINEERING SERVICES TASK ORDER
CITY OF BOYNTON BEACH
TASK ORDER NO. 01-05, Amendment No.2
DATE: MAQc.K 18, 2003
CDM PROJECT NO. 6276 - 5
1. PROTECT TITLE
Additions to the Stormwater Management Improvements and
Water Main Replacement Project
II. BACKGROUND
Camp Dresser & McKee Inc. (CDM) has been retained by the Gty 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 Gty has
identified the need to also implement stormwater improvements for the Rider Road area
located adjacent to the NE 7th Street area, and therefore requested this amendment for
surveying, design, permitting and cost estimating for stormwater improvements in the
Rider Road area. The Gty 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.
III. 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 Gty and CDM.
IV, 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 7th Street area. This amendment also includes
several modifications to the NE 7m Street stormwater improvements project requested by
the City, application for a permit exemption for the 20 outfall treatment devices, CDM
acting as Engineer of Reeord 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 II project, for which CDM is
already under contract for bidding services.
1
N:lOOOOlbs7379 Revised Task Order,doc
The detailed Scope of Services are included in Exhibit A.
V. PROTECT STATUS REVIEW
CDM shall provide the City with written monthly status reports with monthly invoices
for the duration of the project.
VI. 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 Band C.
IN WITNESS WHEREOF, the parties have hereunto set their hands the day and year first above
written.
CAMP DRESSER & McKee INe.
CITY OF BOYNTON BEACH, FLORIDA
~
Kurt Bressner, City Manager
NCIA/?if /Jrr6f
David F. Holtz, P.E.
Associate
2
N:lOOOOlbs7379 Revised Task Order,doc
EXHIBIT A
STORMW ATER 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 I south between Rider Road and NE 10th Avenue, as shown in Figure 1.
A description of the sub tasks comprising the scope of services for this task is as follows.
Subtask 1.1 - Topographic 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 Hvdraulic Analvsis
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 I 24-hr, 25-yr In-hr, and 100-yr In-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:\OOOOlbs7379 Revised Exhibit Adoc
A-I
-......
~..SlUh III SludyM.
~........., A_
+
mnsultlng -englnHrlng. consrtucdon. operattoM
.
Figure 1
aty a Boynton Beach
Stormwa1er Management Improvements
Palm Beach County Ortho Photos
ClIVI
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,
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 inclusion 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 10TH 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 10th A venue 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:\OOOOlbs7379 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 STORMW ATER 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 PROTECT
Per the City's direction, the drawings and specifications for the project will be separated into
two construction project sets as follows:
. Set 1: 20 outfall treatment devices
. Set 2: NE 7th 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:\OOOOlbs7379 Revised Exhibit 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 A ward and contracts for execution.
N:\OOOOlbs7379 Revised Exhibit Adoc
A-S
EXHIBIT B
PROJECT BUDGET
PROJECT:
Additions to Stormwater Management Improvements and Water Main
Replacement
CONTRACT
REFERENCE:
Agreement between City of Boynton Beach and
Camp Dresser & McKee Inc. dated October 4, 2000
Labor Category
Hours Hourly Rate ($/hr) Total
14 $138
15 $144
48 $123
70 $78
64 $67
28 $99
128 $61
70 $39
437
$33,054
$10,00
500
1,000
500
Project Director
Technical Specialist
Senior Engineer /Scientist
Professional II
Professional I
Senior Support Services
Staff Support Services
Clerical
TOTAL LABOR COST
OTHER DIRECT COSTS
Reproduction and Supplies
Travel
Computer and CAD
Postage and Shipping
TOTAL OTHER DIRECT COSTS
$3,000
OUTSIDE PROFESSIONAL SERVICES (With 10% Mark-Up)
Surveying
Geotechnical
$7,000
2,750
TOTAL OUTSIDE PROFESSIONALS
$9,750
TOTAL ESTIMATED COST
$45,804
UPPER LIMIT AMOUNT
$45,800
N:\OOOOlbs7379 Revised ExhibU El-l,doc
B-1
o
!=
III
I
X
W
<(
W
0:
<(
o
<(
o
0:
0:
W
o
0:
W
I
t-
o:
o
LI-
I 00
Ot-
<(z
WW
Ill~
ZW
0>
t-O
zO:
>-0..
O~
Ill~
Ll-W
Ot-
>-00
t->-
-00
Ot-
Z
W
~
W
(9
<(
Z
<(
~
0:
W
t-
<(
~
~
0:
o
t-
OO
00
t-
Z
W
~
W
0:
=>
o
W
0:
0:
=>
o
I
0:
o
III
::5
LI-
o
>-
0:
<(
::2:
~
=>
00
mt)
U:=
"2 .~
.s:: <J
<J Q)
Q) 0-
I-CJ)
-00
.9!. '0
~ ~
Q.o
-'"
UI
<U
I-
Ul
S (ij
0=
1-8
OOOOC\l
/,-0)C\l 0) v
CX!.....ot')t')
..- (f')'" r-: C\l'" T"'""-
~~~~~
(;
~ l!!
...J ~
2~
o
I-
~~~c;;~
OJ
<J
.~
U
vvOCCC\l
't::
o
0-
0.
~
CJ)
~ogoo
Iii
ti)
,Q a
i 8:
CJ)cE
C\lO~OO
<U
c:
o
'ijj
U1-
Q)
e
Q.
OJ
c:
o
.~ =
.2!
e
Q.
C\l~COCCv
O~COCCCO
~ iii
o Q)
"2.E
Q) OJ
CJ)Jj
C\lCOCOvC\l
--C\lC\lC\I...-
,-OC\l""",""P"""
<U
l!!
<C
'C
<U
o
a:
UI
'E
Gl
iii E
'C ~
a: e
Q) 0.
-= .E
~ E
UI Gl
C I
Gl CJ)
~ 'E
> U1Q)
oO-~ '~ E
OJ Gl
.E ~ ~
~ ,2 ~
0; :;~
~>.eQ)~
c~~J;
~~~~I,~
~:c~oo~.~
c: fa- 'Q> 0 ,5; 0;
~o~~EUJ
iii8.-o'ijj~o;
Qj~~~tf8
~, ,
E",":~~~~
(; ~
rn~
<U
~.:o
-'" ~
~CJ)
I-
~,.... ,.... ,......
.x:::i!.x.x
(I)(I)(I)U)
~~:5~
::J ::J ::J ::J
CJ) CJ) CJ) CJ)
o
v
LO
C'i
~
CC
v
C\l
o
C\l
v
co
....
o
v
0'
<U
CJ)
cb
9
s
Q.
UI
'E
Gl
E
Q)
is
9
.E
Gl
~
c:
Q)
~
.s::
S
~
w
z
Q)
-=
o
c:
OJ
'ijj
Q)
'C
Gl
a:
C\l
-'"
UI
<U
I-
CC
LO
....
C'i
~
o
v
CC
CC
v
o
C\l
....
co
C\l
o
c:
,Q
Qj
ti)
0.
E
~
Q.
iii
Qj
~
E
(;
ti)
Gl
-=
.2
(;
~
Gl
c:
Gl
C:l
~
c:
Gl
E'
Gl
E
w
..,
-'"
UI
<U
I-
CC
C\l
or-:
~
C\l
....
C\l
o
o
o
v
co
o
o
c:
OJ
'ijj
Gl
C
c:
'0;
::E
iii
Qj
~
Gl
-=
.2
'E
o
<J
Gl
a:
o
iii
Gl
c:
'6>
c:
w
v
-'"
UI
<U
I-
v
v
co
v'
~
CC
co
v
C\l
co
....
v
CC
co
v
C\l
v
'0
Q)
'2
Q.
Q)
<J
'~
c
'E
Gl
E
Qj
l!!
I-
]!
'5
o
o
C\l
o
c:
o
~
~
Gl
CJ)
LO
-'"
UI
<U
I-
C\l
I'-
I'-
'<t-
~
v
LO
o
C'i
t')
~
C\l
co
/'-
t')
v
co
....
o
I'-
o
....
CC
C\l
....
C\l
CC
C\l
v
v
co
co
....
o
I'-
CC
CC
v
.......
I
U
C\l
LO
....
v
v
....
'"
;<
d
:;;
~
UI
II)
<J
'~
Gl
~
c:
'C
'C
iii
'C
..
,!1l
>
..
II:
t:;
j
M
..
'"
"
.9
~
'"
:6
"
i
~
in
co
-'"
UI
<U
I-
....J
<(
I-
o
~
::::J
en
The City of
Boynton Beach
'~o'< N"i',
~ . /--, ()'
~.~~t~
"t2,_~ ' ". -<-}'
",. or: :-)<":.,-"..' ,.1,
;,' '!. '.' '. !1 i OfJ tlt"';. (";.1
i.lTV,'; '".,.. l <JI:./."",
. ,I I , '. ~\ ,;) OF ~ If',:.'
. .,....
LTtihtiesl)eparbnent
124 E, Woolbright Rood
Boynton Beach. F10rida 33435
Phone (561) 742-6400
FAX: (561)742-6298
"'~ ,'iAr' ;;, O~ j _ ... -
. . ,-.. l'n I- ,0
O~CEOFTHEDDffiCTOROF
UTILITIES
LETTER OF TRANSMITTAL
TO: Janet Prainito,
City Clerk
DATE: March 25, 2003
RE: Original Document for File
TRANSMITTED HEREWITH ARE mE FOLLOWING ITEMS:
C .
D
N
D
oPles ate 0, escnptlOn
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 of3/18/03,
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: . 'L )
KenT, Riseley,
Contract Coordinator