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