Loading...
R97-181RESOLUTION R97-/,¢/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING AMENDMENT TO THE PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF BOYNTON BEACH AND CAMP, DRESSER & McKEE, INC., TO PROVIDE FOR EXPANSION OF SERVICES TO INCLUDE CONTINUING CONTRACT SERVICES RELATED TO THE STORM WATER MASTER PLAN; PROVIDING AUTHORITY TO THE MAYOR TO EXECUTE THE AMENDMENT AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City entered into an Agreement for ProfessiOnal Services with Camp, Dresser & McKee, Inc., on December 16, 1991, hereinafter "Agreement"; and WHEREAS, the AGREEMENT contemplated continuing engineering consulting services in conjunction with the development of a master storm water management program; and WHEREAS, the City, in conjunction with redevelopment efforts in and near the land which is the subject of the master storm water management program has requested further evaluation, data development, and recommendations regarding storm water management; and WHEREAS, Camp, Dresser & McKee, Inc., have proposed additional services related to storm water management such services being within the anticipated scope of their original AGREEMENT; and WHEREAS, the City Administrative staff has made recommendations to the Commission supporting the expansion of services proposed by Camp, Dresser & McKee, Inc.; and WHEREAS, amendment of the AGREEMENT in the manner hereinafter set forth will facilitate the fasttracking of the storm water management project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The City Commission hereby confirms the foregoing whereas clauses are true and correct findings of the Commission necessary to support ~his Resolution. Section 2. The City Commission does hereby authorize the Mayor to execute an Addendum to the Agreement for Professional Services between the City and Camp, Dresser & McKee, Inc., to expand a scope of services as described in Engineering Services Work Authorization #4, dated October 9, 1997, a copy of which is attached hereto as Exhibit "A" and the Storm Water Discharge Well Scope of Services ( to be designated Work Authorization #3) attached hereto as Exhibit "B". Section 3. Funding for the revised Scope of Services will be from the funds available in the 1996 Series Bond Issue and are capped as follows, unless amended by Resolution of the City Commission: Work Authorization #3 $82,170.00 Work Authorization #4 $378,581.00 Section 4. This Resolution shall become effective immediately upon passage and adoption. PASSED AND ADOPTED THIS 1997. DAY OF ATTEST: Ci~ Clerk CITY OF BOYNTON BEACH, FLORIDA Vice~,,¢ ay. or~ , Commissioner WORK AUTHORIZATION NO. ENGINEERING SERVICES WORK AUTHORIZATION 4 DATE: October 9, 1997 CDM PROJECT NO. I. PROJECT DESCRIPTION Design, permitting and bidding services for regional facilities. Implementation for Basin 1 in the Downtown Watershed. II. CONTRACT REFERENCE This Work Authorization shall be performed under the terms and conditions described within the Master Agreement for Stormwater Utility Projects'dated the 16th day of December 199t by and between the City of Boynton Beach and Camp Dresser & McKee Inc. III. SCOPE OF SERVICES IV. The City has requested this scope of services to update and implement ~the Stormwater Master Plan for the Downtown Watershed within the corporate boundaries of the City (Study Area). The Downtown Watershed is essentially bounded by NE 10th Avenue to the north, the Intracoastal Waterway to the east, Seacrest Boulevard to the west and SE 5th Avenue to the south. The Engineer will design and permit a regional facility plan to provide retrofit treatment and attenuation of runoff from existing and proposed development in Basin 1. Attached herewith are the Scope of Service and Exhibits A through D which detail the work effort for this Work Authorization: PROJECT STATUS REVIEW The Engineer shall provide the City with a stormwater facility design and necessary permits to implement improvements for the Downtown Watershed. PROJECT SCHEDULE AND DELIVERABI The Engineer shall commence services immediately upon authorization and complete all services requested by the City within a period of 9 months from receipt of written notice to proceed or the Engineer's receipt of survey data, whichever is later. jm1146.wpd October 9, 1997 I VI. CONSULTING ENGINEER INSURANCE REOUIREMENTS Workers' Compensation Insurance in accordance with Florida Statutes. Comprehensive Automotive Liability with a minimum coverage of $1,000,000 annual aggregate for bodily injury or accidental death. Comprehensive General Liability with a minimum limit of $1,000,000 annual aggregate covering property damage. Liability. for Property Damage, while operating motor vehicle, with minimum limits of $1,000,000 annual aggregate. Contractual Liability including limits established for Items VI B, C, andD. above. Professional Liability with minimum limits of $1,000,000 annual aggregate. VII. COMPENSATION FOR SERVICES The total amount to be paid to the Engineer by the City of Boynton Beach under this Work Authorization for Tasks 1 through 9 services shall not exceed the upper limit amount of Three Hundred Seventy Eight Thousand, Five Hundred Eighty One Dollars ($378,581). The Engineer will invoice the City on a monthly basis as required for payment. Exhibits A through D detail the Budget Estimate for Tasks 1 through 9. VIII. TERMINATION This Work Authorization may be terminated by the City, upon thirty (30) days written notice to the other party; If terminated, the Engineer shall complete, and shall be paid for., services rendered through the date of termination. [REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY] jm1146.wpd 2 Octobea- 9. 1997 /j, Scott Mil!er_ October 15, 1991 Page 2 ' IMPLEMENTATION The third and final segment, implementation, concerns the ordinances, billing and public education necessary.for the installation of the user fee. Many of the functions of the existing water and sewer utility can be adapted to perform these tasks. Since the tasks to be performed by the consultant cannot be determined now, no scope or fee schedule is submitted. Alternatives We instructed C.D.M. to structure their proposal and cost sc~edule to provide as basic a master plan as needed to meet the obligations for our Comprehensive Plan and information re¢'uirements for the Storm Water Funding Study. We further ln~'tructed them to provide a scope of services and fee schedule for the first two segments of the study so both could be approved si; ultaneously if Commission so agreed. The Justification for th: s approach is to shorten the time to implementation and miz lmize the initial cost. It is our intention that the master . plan, so structured, could be revisited in three to five years after implementation of the storm water utility. This approach wi 1 provide for a more knowledgeable master plan development in th later phaser since current data, regarding operation and ma ntenance cost and flooding areas, is inadequate in the absence of any department to record. It bo1 sim con of ommendation is the recommendation of this staff that Commission approve h the Master Plan and Storm Water Funding studies ultaneously., To aid in this decision, scope of services and sultant fee schedules have been included as back up. Also luded are xerographic copies of photos of the five flood areas which only the first three will be studied in depth in this initial master plan. /gb Mike Kazunas Bob Kenyon File IN WITNESS WHEREOF, the parties have hereunto set their hands the day and year first above written. CAMP DRESSER & MCKEE INC. Donald G. Munksgaard, P.E., DEE Senior Vice President CITY OF BOYNTON BEACH, FLORIDA file: 0000-DGMNB-MD.DGMWP jm1146, wpd October 9, 1997 3 CITY OF BOYNTON BEACH STORMWATER IMPROVEMENTS DOWNTOWN REGIONAL FACILITY DESIGN - BASIN I SCOPE OF SERVICES OCTOBER 1997 CAMP DRESSER & MCKEE INC. INTRODUCTION For the purpose of this scope of services, the term CITY refers to the City of Boynton Beach, Florida and the term CDM refers to Camp Dresser & MCKee Inc. CDM will provide design, permitting, and bidding services for three downtown regional wet detention facilities in the City of Boynton Beach to provide retrofit treatment and attenuation of excess runoff from the City prior to discharge to the Intracoastal Waterway. The retrofit detention ponds will serve about 40 acres of tributary area in Basin 1 of the Downtown Watershed (east of US-I). The CITY desires to "fast track" this project to proactively address water quality and to coincide with ongoing downtown redevelopment efforts. The design services provided by CDM will include the preparation of contract documents, construction plans, specifications, a construction cost estimate, and an annual operation and maintenance cost estimate. The permitting services provided by CDM will include the engineering required to obtain the necessary permits to construct this project including an Environmental Resource Permit (ERP). It is anticipated that there will be three permits as discussed in Task 6. CDM will also provide engineering services during bidding related to pre-bid activities, addenda, and bid opening. CDM has provided the scope for construction services, but not included them in the budget proposal at this time. The engineering services to be provided by CDM are more specifically described below. BACKGROUND The City of Boynton Beach (CITY) entered into a professional services agreement with CDM (Engineer) to develop a Stormwater Master Plan, assist the CITY in preparation of an Environmental Protection Agency (EPA) National Pollutant Discharge Elimination System (NDPES) Municipal Separate Storm Sewer System (MS4) permit application, and assist in implementation of facilities and funding. CDM is updating the Stormwater Master Plan for certain areas within the corporate boundaries of the City Downtown watershed. CDM has provided a letter report estimating the regional bpOa14.wpd Page 1 of 12 facility needs and capital costs to provide retrofit treatment of runoff from existing and proposed development in the City's Downtown watershed (approximately 346 acres), which is essentially bounded by the NE 10th Avenue to the north, the Intracoastal Waterway to the east, Seacrest Boulevard to the west, and SE 5th Avenue to the south. The City has identified fourteen potential parcels for use as regional detention sites. Four of these parcels appear necessary to serve Basin 1 (A, B, D, and E). Parcel C would also be desirable if available. The following preliminary design elements have been identified by CDM and will be included in the design and permitting services: A pond that includes construction of a 0.25 acre pond (Parcel A), a 4.75 acre regional pond (Parcel B), and a 1.2 acre regional pond (Parcels D and E). These three ponds will be interconnected. · The three ponds will be interconnected with pipes form 18 inches to 60 inches with approximate length of 5500 LF. · An outlet structure to control the flow to the outfall. An outfall that either parallels the Florida Department of Transportation (FDOT) outfall for Boynton Beach Boulevard or street flows into the mangrove wetlands along the Intracoastal Waterway. · Treatment of the first 1.0 to 2.5 inches of runoff from the area, and a 14-day hydraulic residence time in the ponds during the rainy season. · An equalization channel or closed conduit between the three ponds. · Baffle boxes at the pond inlets to provide pretreatment of solids and floatables to facilitate maintenance. Based on this background, the following tasks will be performed by CDM and the CITY as noted: TASK 1 - DATA ANALYSIS AND SURVEY CDM will provide needed survey, utility inventory, and geotechnical data through the use of Subconsultants CDM will request existing utility lines be field delineated by the CITY in the O ° r ad rights of way and by hand marking needed data and locations on CITY-supplied lt°Pographic aerial maps along prehmmary stormwater pipeline routes. CDM will compile and review the CITY-supplied data. CDM will have a wetlands scientist perform a wetland jurisdictional determination on Parcels A, Page 2 of 12 B, C and D. The wetland line will be flagged and numbered. The line will be surveyed after the SFWMD and United States Army Corps .of Engineers (USACOE) have verified'the'wetland line for each parcel. CDM will inclUde potential Wetlands on the respective pond plan design sheets. CDM will have a wetland scientist visit Parcels A, B, C, and D to determine the vegetative comm~ty types present on-site and not listed maintained by the' Fish TASK 2, ENVIRONMENTAL'AUDIT The City of Boynt°n Beach is acquiring property located in downtown Boynton Beach to implement the stormwater master plan and improve discharge water quality. Parcel A comprises 0.25 acres of vacant land. Parcel B comprises 4.75 acres and is vacant land with no structures on the property.: Parcels D and E comprise 1.2 acres and are also vacant land. Prior to purchase of these Parcels, the City of Boynton Beach desires to investigate the overall environmental condition of the property to identify any existing or potential environmental liabilities associated with hazardous substances, materials, Or wastes due to current or previous use of the property. To fulfill this objective, CDM will perform aPhase I Environmental Assessment (EA). The EA will consist of the follOwing activities: · An on-site visit to inspect the property to identify visible evidence of releases of hazardous substances, waste, or materials. Evaluation of adjacent properties to identify potential sources of environmental contamination that has or could potentially affect the subject property. This evaluation will involve observing the adjacent properties where possiblei without accessing the properties. Inquiries will also be made with City and County environmental agency personnel about known sites with environmental compliance concerns in the adjacent vicinity of the subject properties. Review of available historical records to evalUate the historical use of the properties. Site- specific reports, aerial photographs, Chain of Title search, and other available property records will be reviewed. The current property owner or owner's representative will also be interviewed regarding the property use and history, if possible. Inquiry with federal, state, and local environmental regulatory agencies to determine if there are non-compliance notices or permit violations against current or pervious property owners. This task will include a review of regulatory database information for the subject property and surrounding properties within a 1/2-mile radius. bpO814.wpd Page 3 of 12 No environmental samples will be collected for the Phase I EA. The CITY will be immediately notified in the event any Phase II audit activities involving sample collection/analysis or further in-depth evaluations are recommended as a result of the Phase I EA findings. Potential Phase II EA services would be performed under a separate authorization. The methodology and findings of the EA will be presented in a draft letter report for the CITY's review. A final letter report incorporating the CITY's review comments will then be prepared. The draft letter report will be provided Within four weeks of authorization: to proceed. TASK 3 - SOUTH FLORIDA WATER MANAGEMENT DISTRICT PREAPPLICATION MEETING CDM will meet with the SFWMD and CITY staffto discuss permitting issues, including pre- versus post-development improvements, potential drain wells, wetlands issues and retrofit treatment.. CDM.WIll produce a summary letter of issues discussed at the meeting. These permitting requirements will be incorporated into the design plans and specifications, as well as the joint application for an Environmental Resource Permit (ERP) from the SFWMD and United States Army Corps of Engineers (USACOE). TASK 4 - PREPARATION OF CONTRACT DOCUMENTS CDM will prepare construction contract documents, including design plans (drawings), and ~pecifications suitable for inviting constructio, n bids for this project. The contract forms, bidding instructiOns, and administrative procedures will utilize the Engineers Joint Contract Documents Committee (EJCDC) bidding documents. The technical specifications will utilize the ?onstmction Specifications Institute's sixteen division, three part format. The design will include detailed drawings, specifications, tables, charts, schedules, and other documentation as may be necessary for the project. CDM will evaluate and design the site improvements, three interconnected detention ponds, ~nterconnectmg conveyance and control structures. This evaluation will be based upon the EPA S WMM computer model. CDM will provide up to 35 design plan sheets as listed in Table 1. At approximately the 30%, 60% and 90% completion levels of the contract documents, CDM will submit one reproducible set of progress [trails of the contract documents to the CITY for review (plans and specifications). CDM will also conduct review meetings with the CITY (Task 8) and address appropriate CITY review comments. CDM will submit three copies, and one additional reproducible set of final contract documents to the CITY one week prior to the initial bid advertisement for the project. The reproducible copy will include a set of design plans on vellum and a hard copy of the specifications. Page 4 of 12 TASK 5 - COST ESTIMATE AND PHASING PLAN CDM will develop an estimate of probable construction cost for the project as well as annual operation and maintenance cost estimates. CDM will develop a phasing plan for the construction construction, for, the cost prior itoi the. opening of bids. TASK 6- PERMIT ASSISTANCE CDM will prepare up to three applications fOr permits which will be required for this project: Permit-related work shall include furnishing required data, drawings, and other information associated with the permit application forms.. CDM will submit the permit applications to the CITY for review and meet with the CITY to. discuss the CITY's review comments (Task 8). CDM will incorporate review and approval. Permit application fees :will be paid by the CITY. ~:to be obtained shall include those permits required by: · South Florida Water Management District/United States Army Corp of Engineers. · Palm Beach County Environmental Resource Management (ERM). · Florida Department of Transportation (FDOT) utility permit to cross Ocean Avenue and US 1 with pipes to interconnect the regional facilities. The Contractor will obtain the City of Boynton Beach Building Permit. CDM will provide one agency Request for Additional Information (RAI) response as part of this budget for each permit application. Additional RAI responses will be additional services to this Agreement as identified in Task 11. It is our understanding that an EPA NPDES Notice of Intent for disturbing a project area greater than five acres is not required for this project. TASK 7, SERVICES DURING BIDDING CDM will provide the following services during bidding: Answer questions posed by prospective bidders according to the gUidelines established in the bidding documents; attend the pre-bid meeting and pre-bid site visit; distribution of non. refundable plans and .specifications; prepare and submit up to two addenda to the CITY for distribution prior to receipt of bids; attend the bid opening; and review bids. The CITY will provide plans and specifications to potential bidders. bpO814.wpd Page 5 of 12 TASK 8 - MEETINGS AND PRESENTATIONS A series of up to 10 meetings will be held for the project. · These include: One kick-off meeting~ · SF~ pre-application meeting. · 30% design review. · 60% design review. · 90% design review and permit application review. · Meeting with SJRWMD to present the design and ERP application. · One field meeting with Agency staff. · One meeting to present final design to CITY staff. · One presentation to City Council. · One presentation to the SFWMD Governing Board (if necessary). TASK 9 - FINANCIAL ASSISTANCE CDM Will assist the CITY in Financial evaluations as listed below: 9.1 Financial Analysis - CDM will apply unit rates to the total annual costs and determine whether the charge per ERU is adequate to produce sufficient revenue coverage. Based on efforts defined in previous tasks, CDM will determine the necessary charge per ERU. 9.2 Assessment of Availability Charge - CDM will consider alternative methods to charge parcels in the Downtown Watershed an equitable fee to recover the capital cost of regional stormwater facilities in Basin 1. CDM will use the regional cost estimates from Task 5 and quantify two potential alternative fee structures to allocate costs. Potential structures will include parcel relative runoff volume based on imperviousness and parcel area relative to basin area. CDM will meet with CITY representatives to discuss alternatives and document findings in a brief letter report. 9.3 Grant Funding Assistance - CDM will evaluate various funding sources for the Downtown Regional Facility Stormwater Improvements for the City of Boynton Beach. CDM will develop a one page City Profile which includes the demographical information of the CITY and specific information about the project. Based on the City Profile, CDM will evaluate available local, regional, state and federal funding sources for the project. bp08~n.~,~ Page 6 of 12 Specifically, CDM will evaluate the availability of funds from the South Florida Water Management District (SFWMD), Florida Department of Transportation (FDOT), Florida Department of Community .Affairs (FDCA), Florida Department of Environmental Protection (FDEP), U.S. ArmyCorp of Engineers (USACOE), U.S. Environmental Protection Agency (USEPA) and other federal agencies such as Housing and Urban a 2 to 3 ect action to obtain funding. TASK 10, ADDITIONAL SERVICES (Not budgeted at this time.) During the project, the CITY may need Additional Services of CDM. Upon written authorization from the CITY, CDM will provide the following services on a time and material reimbursement basis or as may be negotiated with the CITY: · RAI responses beyond one response in Task 6. · Additional meetings beyond those listed in Task 8. Services resulting from significant changes in the general scope, extent or character of the project or its design including, but not limited to, changes in size, complexity, or character of construction; and revising previously accepted studies, reports, design documents, or contract documents when such revisions are required by changes in laws, roles, regulations, ordinances, codes, or orders enacted subsequent to the preparation of such studies, reports, or documents, or are due to any other causes beyond CDM's control. · Providing renderings or models for the CITY's use. · Services to make measured drawings of or to investigate existing conditions of facilities, or to verify the accuracy of drawings or other information furnished by the CITY. · Preparing documents for alternate bids requested by the CITY for the 'Contractor's work which is not executed or documents for out-of-sequence work. · Providing property surveys or related engineering services needed for the transfer of interests in real property. · Preparing to serve or serving as a consultant or witness for the CITY in any litigation, arbitration, or other legal or administrative proceeding involving the project. · Assistance to CITY for grants or loans to implement the project beyond What has been identified. bpO814.wpd Page 7 of 12 · Potential design adjustments or changes during construction due to field conditions not identified by the CITY in Task 1. · Potential Phase II environmental audit or field sampling services. · Potential construction services in Task 11. Construction services will be based on a construction time of 270 days. · Provision of a stormwater pump station, if required. TASK 11 - GENERAL SERVICES DURING CONSTRUCTION (Not budgeted at this time) Consultant shall provide General Engineering Services during the proposed contract construction period of 270 days (gmonths) to Substantial Completion. General Engineering Services shall include the following: 11.1 Preparation of formal contract documents for the award of the construction contract (distribution of copies will be performed by CITY) 11.2 Consult with and advise the CITY and act as its representative as provided .in the General Conditions of the Construction Contract. 11.3 Provide project and quality management comprised of periodic project status reporting meetings and submittal of monthly status reports, project administration activities including project records and information on the contract. 11.4 Conductthe preconstmction conference and monthly progress meetings during construction, generate and distribute copies of minutes of these meetings. 11.5 Issue instructions of the CITY to the Contractor; issue necessary sketches, interpretations and clarifications of the Contract Documents; have authority, as the CITY's representative, to require special inspection or testing of the work; and act as initial interpreter of the requirements of the Contract Documents pertaining to the execution and progress of the work. 11.6. Review and approval of shop drawings and samples, the results of tests and inspections and other data which the Contractor is required to submit. The costs of reviewing substitute products as submitted by the Contractor, shall be separately billed to the CITY and payment made to Consultant. Reimbursement to the CITY, by the Contractor, shall be as defined within the construction Contract Documents. 11.7 Make periodic visits to the site at intervals appropriate to the various stages of Construction to observe, as an experienced and qualified design professional, the progress of the executed work of the Contractor and to determine, in general, if Page 8 of 12 11.8 such work is proceeding in accordance with the Contract Documents. During such visits and on the basis of on-site observations, the Engineer shall keep the CITY informed of the progress of the work, shall endeavor to guard the CITY against defects and deficiencies in such work and may recommend disapproval or rejection of work as failing to conform to the Contract DocUments. Based on and on the schedules, writing, payments and in 11.9 11.10 11.11 11.12 11.13 11.14 Maintain a computerized document: of documents and shop drawin~ ect. Conduct site visit(s) to determine if the project or portions thereof are substantially complete in accordance with the prepare and issue the punch list and certificate completion/correction of punch list items through site visits as necessary. accordance with the Contract Drawings. Provide services in connection with preparing final certifications of completion of construction to regUlatory agencies at the time of final completion of construction. Provide services in connection with preparing change orders to reflect adjustments to the construction project. This task does.not include any legal assistance, nor evaluation of major claims (over $50,000) submitted by the contractor. Processing of changes requested by the CITY are included to the extent that they do not require additional design or engineering. If additional design, redesign or engineering is required, through no fault of the ConSultant, additional fees may be required, and if so, will be negotiated prior to performing any such design, redesign or engineering. Perform review of the contractor's initial schedule and review of the contractor's monthly updates; keep CITY informed of any perceived problems with the schedule. Incorporate as-built information Provided by the contractor into a set of Record Drawings. Within 60 days of final completion of the construction contract deliver one complete set of reproducible drawings and AutoCAD files of the Record Drawings. bpO814.wpd Page 9 of 12 SCHEDULE The design work and ERP application will be prepared and submitted by December 31, 1997. It is anticipated that all tasks will be completed in six to nine months after Notice to Proceed. The duration of permit review by the agencies will determine the final schedule. BUDGET The budget for Tasks 1 through 9 is a Not to Exceed amount of $378,581. CDM will invoice monthly based on incurred costs up to the Not to Exceed limit. The subconsultant services will be provided as Not to Exceed contracts as well. The additional services in Tasks 10 and 11 will be negotiated at a later date. boOS'14.wpd Page 10 of 12 CITY OF BOYNTON BEACH STORMWA TER IMPROVEMENTS DOWNTOWN REGIONAL FACILITY DESIGN- PHASE I COVER, LOCATION MAP LEGEND ;AND NOTES E =E PLAN AND LE 3 PROFILE 5 PROFILE 6 ~FILE 7 12 OCEAN AVENUE :EAN AVENUE AT NE 4TH AVE ;HEET ,¸4 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 34 35 bp0814.wpd Page 11 of 12 EXHIBIT A City of Boynton Beach Stormwater Improvements Downtown Regional Facility Design - Basin 1 NOT TO EXCEED Total CDM Salary Cost - Tasks 1 - 9 Outside Professional (2) Other Direct Costs (3) TOTAL - NOT TO EXCEED (1) Table B-2 (2) Table B-4 (3) Table B-3 $316,940 $38,420 $23,221 $378,581 bpO815.xls 10/8/97 Page 1 Direct Costs EXHIBIT C City of Boynton Beach Stormwater Improvements Downtown Regional Facility Design - Basin 1 SUMMARY OF DIRECT COSTS OTHER DIRECT COSTS NUMBER COST! TOTAL kUTOCAD 720 $12.00 $8,640 MICROCOMPUTER 400 $6.00 $2,400 DATA ACQUISITION ' 1 $100.00 $100 AERIAL PHOTOGRAPHS 10 $6.00 $60 FEDERAL EXPRESS i5 $30.00 $450 POSTAGE 300 $0.32 $96 TELEPHONE 20 $10.00 $200 AUTOMOBILE MILEAGE 4,000 $0.30 $1,200 AUTOMOBILE RENTAL 10 $75.00 $750 AlP, FARE :4 $200.00, $800 MEALS 20 $30 00 i $600 ROOMS 15 $85.00' $1:,275 PLAN SET copras 900 ' $2.00 $L800 MYLARS 30 $40.00 $1,200 SEPIAS 30 $40.00: $1',200 COPIES 20,000 ~ $O. lOi $2,000 REPORT BINDINGS 50 $ i.00: ' $50 PRESENTATION BOARDS 20 $20.00: $400 TOTAL $23,221 bpOS15.xls 10/8/97 P~el 09/25/1997 17:31 4076895955 I:~I,4<ELEERGER ENGR PAGE 02 SEP 25 '97 05:25P~ )DUNKELBERGER ENGINEERING & TESTING, INC. · Geotecl~nical · Materials Testing/Inspection · Environmental Cemp Dresser and McK~ ~nc. 1950 Summit P~'k Drive Suite 300 Orlando, l:lorid~ 32S 10 September 25, 1997 Proposal No. P-97-21-568 Attention: Subject: Stennwater Improvment Project Boynton Beach, Florida As verb,,lly requested by your Mr. Stewart lt~___senheirner, P,O., we are pleased to submit this proposal for 8eotechnical services in connection with the desisn of the abovc-re~erencod project, We understand that the project is to include construction of stonnwater piping (48 inches in diameter), a sheet pile bulkhe~, and possibly one (1) new pump station structure. As presently planned, the ba~e slab of the wet well in the pump station will bottom ~t about 15 .feet below the existing ground n rt'aco. Our proposed fl~d services for the project will involve drilling six (6) Standard Penetration Test (SPT) borinl~ to a depth of 25 feet near the bulkhead location, three (3) optional SPT borings, also 25 feet deep, ~r the proposed pump station and twenty (20) auger borin~, each 15 feet deep, along the pipeline alignment. Further, our services will include laborato~' review of the recovered soil samples, laboratory testing of select sempies, and prepa~tion of an engineering report presenting the soils data and geotechnicsl design recommendations pertaining to foundation support, piPe bedding, excavations, backfills, lateral earth pressures, and dewatering. In addition, a nearby area that is SUspected to contain surt'~ce organic soil ("muck") will be explored with a minimum of' 12 hand probes. That data will be summarized and made part of the We are in a position to begin the test borings within several days atter receiving your notice to proceed. We will coordinate the field activities with you and the utility personnel a~ may be necessary. The coordinefion will include veri~ing equipment access and utility clearance at the boring locations. 154S Donne Road · West Palm Beach, Florida 33409 Telephone (561) 689-4299 * Fax (561) 689-5955 01/!6/1992 21:17 14074787B22 FRS & ASSOCIATES PAGE 82 OCT 07 '97 0~:33PN F.R.S. & ASSOCIATES, INC. g01 NORT]4PoIEr PAi~ONAY WEST PALM BEACH, FLORIDA 3:M07-1 ~3 LAND ~URVEYORS LJadO PLANNERS C.~RY P. WILL JAMS, P.L$. October 7, 1997 PLt. John Ladner Camp, Dresser & HcKee, Inc. 2301 Maitland Center Parkway Suite 300 Maitland, Florida 32751 Dear Nr. Ladner: F.R.S. & Associates, Inc. is pleased =o submi~ for your considerat£On the enclosed proposal for conducting land surveying services. We propose to provide ~hese professional services to Camp, Dresser & McKee, Inc., am .shown in Exhibit accordancewiththe terms and conditions set forth in and "C" included within our proposal. Please review the Scope of Work and fee shown in Exhibit "A#; there may be some items that you ~eel are unnecessary or are being suppliedbyo~her sources. If you have any questions or COmments, do not hesitate to con,act us. If you would like us to proceed with the work, please execute one copy of our proposal, and return i= to my attention a~ your earliest convenience, we are looking forward ~o working with you on this project. Sincerely, F. R.S. & AS~CIATES, INC. Gary P. Williams, P.L.$. Director of Survey OW:pp ~nc. proposal\cdm, sdi TELEPHONE (S~1) 4~a-7178 'FAX (~81) 476,792~ PAGE 83 8i/15/1~92 21:17 i~074787922 FRS & ASSOCIATES OCT 87 '97 0~:33PM FOC~X~XT '°A" 8¢OPZ OF 8F~VXCF~ FOR ¢ITX OF BOL'NT~ BF~CI[ IITORKIFAT:B~ DPJLTMAd~ ]3~]~OVBM~NTB asz'v$cee will bo done on · hou,c~l:)al~l al outlined ~n Exhibit "C". DES~PTION OF WOP. K A~.~Az A PORTION OF S.E. 1ST AVENUE EAST OF U.S. ~1, S.E. 6TH STREET FROM S.E. 2ND AVENUE TO THE EASTERLY'EXTENSION OF BOYNTON BEACH B~VD., BOYNTON BEACH BLVD. FROM THE EXISTING EAST END TOTHE INTRACOASTALWATERWAY, N.E. 4TH AVENUE FROM APPROXIMATE WEST R/W OF U.S. $1 EAST TO THE WEST SIDE OF DRAINAGE AREA "B", A?~-EY WAY JUST EAST OF U.S. ~1, FROM N.E. 4TH AVENUE TO .E. 5TH AVENUE, A PORTION OF N.E. 6TH~ AVENUE FROM ALLEY TO MANGROVES AND NORTH THROUGH HARBOURHALL ~ SOUTH LINE OF BOYNTON BEACH, OCEAN AVENUE FROM S.E, WEST TO ~UST WEST OF U.S. #1. SEE ATTACHED HIGHLIGHTED MAP. ESTABLISH BASELINE AT 100' INTERVALS IN PIPE CORRIDOR AREAS. TIE-IN PROPERTY CORNERS TO ESTABLISH THE RIGHT-OF-WAY OF THE ABOVE REFERENCEDROADS. VERTICAL CONTROL- SET BENCHNARKS ALONG PIPE CORRIDOR AT 600 INTERVALS. LOCATION OF ABOVE GROUND MANMADE IMPROVEMENTS (EX.:PAVEMENT, UTILITIES, FENCES, ETC.). CROSS SECTIONS AT 100' INTERVALS ALONG PIPE CORRIDOR TO EXTEND 25~ OUTSIDE OF RIGHT-OF-WAY. TIE-IN UNDERGROUND UTILITIES. (UTILITIES TO BE MARKED BY O HERS). AS-~UILT DATA ON STORM & SANITARY STRUCTURES ALONG CONRIDORS. VERIFY TOPOGRAPHIC ELEVATIONS BY SPOT ELEVATIONS ON DRAINAGE AREA "B" (TO WEST EDGE OF MANGROVES). N"ERIFY TOPOGRAPHIC ELEVATIONS BY SPOT ELEVATIONS ON DRAINAGE AREAS "A", "D" AND 89/25/1997 i7:3i 4876895955 DUNKELBERGER ENGR PAGE 83 SEP 25 '97 05:~5PN Camp D~ ~ McKe~ Inc, Propo~i No. P-.97-21-.$68 Pag~ 2 Based upon our general knoWlcd~ of ~ subma'Fac~ conditions of' th~ site area and an interpretation of your requirements,-we are willing to provide the s~rvicts d~scrib~l above rot · not-to-exceM budget amount of $!;700 to S6,400, with the upper-bound amount including tl~ pump ration borings. A breakdown ofthe budget amount is furnished on the attachment. Wo appreciste tim opponuni~ to submit this proposal and'look forward to b&ing of service. If you have questions or need additional information, please call. Sincerely, cc: Addresse~ (:2) Attachment: Budget Estimate Accepted this e-~,~ day of_~_~-z-~ ~', 1997 Ap PROVE D/~'~,T'~FO R M: CI~'Y ATTORNEY SEP 25 '97 OS:2SPM Proposal No. P-97-21-$68 ATF. A~ Budget Estimate Geotechnicsi Services L Project Stsrtup snd Coordination F. ngin~s l~x~~c~ and Coordination: 2 @ :60. °ur .................................. Utility Clurafl~ and Stakins: 5 hours (~ $3$.00/hour ................... Mobilization ofDrill Ria and Crew .................................. Field Explorations A. B. C. D. Bulkhead: SPT borings - 6 x 25' ~ S8.$O/L.F ............................ L.. Pump Station: SPT borings - 3x 25' ~ S8.50/L.F. (optional) ........ Muck Area: 12 hand probes x 8 L.F./probe ~ S3.00/L.F ....... : ........ ?il~iine: Auscr Borir~s - 20 x l~' (~ S6.S0/L.F. ............................ 120.00 175.00 !00.00 1.275.00 (637.~o) 288.00 1.9~0.00 Laboratory Soib Testing Ensinecr's ltevicw end Ch.tqificalion (per ~hc United System) of Soil Samples: 1 hour (~ $60.00/hour .............................. Sieve Analysis: 4 samples (~ $45.00 ~tch .................................. Organic Content: 6 simples ~ S30.00 each .................................. IS0.00 180,00 Office Engineering and RepoFt (dsm summary, calculations, meetings and report prepsration) B. C. D. Principal En$inecr: 4 hours (~ SS5.00/hour .................................. 340.00 Sta.ff~neer: 8 hours (~ $60.0G/hour .................................. 480.00 CAI)D/Graphics: 10 hours @ $40.00/hour .................................. 400.00 Word Processin$: 6 hours (~ $30.00/hour .................................... 180.00 ESTIMATED BUDGET TOTAL tS S,72L00 to ~S6,36S. S0 WMv~jt pump station With pump s~ation 8],/16/1992 21:17 14874787922 FRS & ASSOCIATES PAGE 84 OCT 07 '97 08:33PM CERTIFIED BOUNDARY SURVEY OF DRAINAGE AREAS "A', "B", "D' AND HEll . LOCATE 50 POINT LOCATION FINISH FLOOR ELEVATIONS. PREPARE SKETCH AND LEGAL DESCRIPTION FOR UTILITY EASEMENTS WHERE PIPE CORRIDOR IS NOT IN ROAD RIGHT-OF-WAY. ESTIMATE 3 DESCRIPTIONS e $250.00 EACH. LOCATE 41 BORING HOLES. LOCATE 50 WETLAND DELINEATION FLAGS (X, Y, Z). PREPARE AUTOCAD BASE NAP OF DATA COLLECTED (X, Y, Z FILE). FILE TO BE ON STATE PLANE COORDINATE SYSTEM WITH ELEVATIONS ON N.G.V.D. 29 DATUM. CONTOUR LINES TO BE SHOWN INSIDE PIPE CORRIDORS. NOT TO ADDITIONAL WORK: See Exhibits "B" and "C' attached hereto. If you concur wi~h the foregoing and wish us =o proceed wi~h aforementioned work, please execute one copy of this proposal and return the same ~o ~heundersigned. Fees e~ated in this agreement ars valid for one hundred eighty (180) days from ~he date of this agreement by AGREBDTO ~is day of CAMP, DRESSER & NCKEE, INC. · 1997. By: JOHN LADNER Titie: PAGE 85 0]./16,/1992 2].:17 ~,074787cJ22 FRS & ASSOCIATtSS OCT 1 basis. (See Exhibit ) 1 an hourly f Reimbursable expenses shall include printing, courier sevr~.ices necessary)", and travel time if'outside Palm Beach' County It is further understood =ha~ failure =o make payment in full within 30 days from receipt of invoice(s) will cauee a service charqe of 1.5% per month ~o be added to unpaid balances with the maximum of 18% per annum. The surveyor may elect ~o delay ~he perfurmance of further services until suni time as payment is made. In the even~ of litiga~ion, cCllec~ion fees, in~lu~ing attorney ousts, cour~ costs, etc. shall be borne by the Clien~ INITIALS'. CAHP, DRESSER & MCKEE, I~C. ~./~6/~992 21:~7 ~4074787922 FRS & ASSOCIATES PAGE 06 OCT 07 '97 B~.:33PM _Once ~he scops of any additional services is dst------= -:-~ ~m~nuQ, ~ne.r a new proposal for same will be submi=.~ed to ~le Client, or work will 2 Man Survey Crew 3 Man Survey Crew Survey Computer & Technician Drafting P.L.S. $80,00 per hour $85.00 per hour $50.00 per hour $35.00 per hour $75.00 per hour Reproduction=: Blueline Prints (In-house) Copies Photostats, Mylar Reproduciblss, outside Printing, Maps and Documents $3.00 per sheet $1.00 per sheet At Cost INITIALS: F. R. S. f~(~SOCIATES, INC. CAk~, DRESS~ & MCGEE, INC. CDM Camp Dresser & McKee Inc. 6650 Seuthpoint P~rk'way, Suite ~30 J 8Gk$onville, FloriCl~ 32216 Tel; 904281-0170 Fax: 004 281-0323 September 9, 1997 P. 2-"6 Utility Director Beach Blvd. each, FL 33437 Subject: City of Boynton Beach Stormwater Management Program Implementation DoWntown Watershed Stonnwat~r Well Proposal Dear Mr, Guidry: As per your request, Camp Dresser & McKee Inc. (CDM) is pleased to present this draft scope and budget to evaluate, design, permit, construct, and test a pilot stormwater discharge well in the Doxy=town Watershed. The well would be constructed as close as possible to the anticipated regional facility site in basin 1 (east of US-l) such that it could become a production well for the ultimate solution. ] I£you have any questions or comments, please call me at (904) 281-0170. Sincerely, CAMP DR.ESSER & McKEE 1NC.. Michael F. Schmidt ~ . Pnnc~pal Wate~ Resource g~gineer enclosure CC: Peter Mazzella Don Munksgaard Lisa Abemcthy CITY OF BOYNTON BEACH STORMWATER DISCHARGE WELL FEASIBILITY STUDY SCOPE OF SERVICES The City of Boynton Beach is considering several alternatives for the treatment and discharge of excess stormwater in the City's Downtown Watershed. Due to the lack of availability of suitable land, one of the alternatives under consideration is the use of stormwater wells (sometimes called drain wells). Such.wells have been constructed and used successfully in other parts of Florida. To construct such a well, it must first be permitted through the Florida Department of Environmental Protection (FDEP) as a Class V injection well. The permit application must be reviewed by the Underground Injection Control Technical Advisory Corn_mi. 'ttte (UIC-TAC) of which FDEP is 'd',e lead agency, A permit typically requires thst a drainage well be cased to protect the underground source of drinking water (USDW) which is defined by state regulations as groundwater having less than 10,000 milligrams:per liter (rog/l) of total dissolved solids (TDS) content. Drain wells are thus required to have casing installed below the base of the USDW. At the proposed test ama~ near the Intracoas~al Waterway, rite depth at which the base of the USDW typically occurs in the surficial aquifer system is greater than 150 to200 feet below land surface. This Scope of Services is developed to assist the City in evaluating, designing, permitting, constructing, and testing the feasibility of using stormwater drain wells in coastaI Boynton Beach for discharge of excess stormwater runoff. The project is proposed to be completed in t~'o phases. Phase I of the project involves a preliminar~ assessment as to drain weft feasibility. If the results ofth~ first phase indicatelthat a suitable site can be selected based on hydrologic, water quality,, and physical properties, activities associated with Phase II will be implemented as desired by the City, The majority of the Phase II activities will be focused on the evaluation of an exploratory welt, including its design, permitting, construction, and testing. The following Scope of Services incorporates those activities anticipated under Phases I and II of this project that will be performed by Camp Dresser & McKee Inc. (CDM). For the purpose of this Scope of Services, the term City refers to the City of Boynton Beach and the term ENOLNEER refers to CDM. SCOPE OF SERVICES Phase I - Prelim.i.n, ary Assessment and Coneeptu0l_Design Devel .opm, ent To adequately assess drain well feasibility, issues related to aquifer characteristics, permitting requirements, and physical constraints will need to be studied and evaluated. The Phase I tasks are designed to accomplish this and will consist of the folloadng tasks. Task 1.0 - Data and Perrait Feasibility Evaluation Based. on available data, the ENGINEER will review aquifex ch~acteristics to confirra the suitability of the geologic, hydrologie; and water quality properties of potential drain well sites in Boynton Beach As part of this task, stafffrom the.Underground Injection Control (UIC) section of the FDEP and South Florida Water Management District (SFWMD) will be contacted to discuss in Palm Task 2.0- Based on the with rec, will prepared a technical memorandum. emorandum along test well., Should the results of the Phase I indicate that there is a high probability of Success in implementing a from a technical and regulatory viewpoint, the :project will then proceed to proposed approach, discussed below, has been selected to address both the technical and permitting aspects of project. The technical : be developed so tha~ ssue a permit. Task 1,0 - Permitting Assistance Under this task, 'the formal permit application to the UIC-TAC, and submitted by the ENG~EER. In support of the permit application will and submittal of a. drilling and information on the geology and the development of engineering concepts related to well construction, testin regu!atc applicatior questions meeting, well design report and specifications as required by permit. and Task Z0 - Well Design Memorandum The ENGINEER will prepare a Well Design Memorandum which will include plan and profile views of the well in addition to well specifications. u'.~ - ~-J~;.¢'l I ,.-.U('I JHL.~,bUf'{¥'IL=r P. 5/6 Task 3~0 - Exploratory Well Construction and Testing To construct the exploratory weIl and to perform the injection test, a drilling company v~ill be contracted directly by CDM. A eontxact agreeraent for this work will be prepared and executed. The preIiminary design report and the Class V injection well permit will be used as the technical guidance documents for the drilling contractor during construction and testing operations. CDM w/Il provide a project representative to observe that construction activities are being performed in accordance with the permit and prelimi~ design report, and to assist in the evaluation of lithologic and water quality data. ConstruCtion obserVation is budgeted on a 75 percent basis. The sequence of construction will be zones in the surfieial aquifer system. hole construction will be used to the exploratory, well w/Il be installed to a depth betow the base ¢ is completed, the remainder of the pilot hole wilI 1 injection tested to determine its sUitabili source will be zone. If the additional testing drain well of the system. a pilot hOle to identify potential receiving gic data c°llec~ed during pilot design. Once tiffs is accomplished, reamed out and a casing will be After the casing installation depth and I be converted to the initial Task 4.0 - Construction and Testing Report Preparation nee those act~v~hes m Task ~ 0 have . ~, · · ......... . . been successfully completed, a report summanzan~ the ,w_.e_a con~stm.cuon..aetails _aju.a re. sting msul~ will ~e prepared by the ENOmEER. The rel~ort will mscuss me mgnincance ot the testing results as they relate to implementing: an ex anded drai · ~, P n wel! program to ser~e the City's needs for stormWater management ia the Downtown Watershed. The results from tiffs evaluation will serve as a template? for ~lesign, permitting, and construction Of other well~ Task 5.0 - Meetings/Coordination The attendance of two meetings with coordinatBn during construction and mcorporated under thxs task. for under this task. Additionally, and the contractor is MINUTES - REGULAR CITY COMMISSION MEETING BOYNTON BEACH, FLORIDA NOVEMBER 19, 1991 Commissioner Aguila moved to adoPt proposed Resolution No. R91-187. Vice Mayor Harmening secon~d the motion, which carried .o e Proposed Resolution No. R91~188 Re: Approve contract agreement between the City of Boynton Beach and Camp Dresser and McKee, Inc., reference the development of a Storm Water Master Plan and Storm Water Funding Study (Storm Water Utility) for the City of Boynton Beach Attorney Cherof read proposed Resolution No. R91-188 by title only: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING AND DIRECTING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND CAMP DRESSER & MCKEE, INC., TO PROVIDE PROFESSIONAL ENGINEERING SERVICES REGARDING THE MASTER PLAN/STORM WATER UTILITY FUNDING STUDY; A:COPY OF THE CONTRACT IS ATTACHED f HERETO AS EXHIBIT #A"; AND PROVIDING AN EFFECTIVE DATE. Vice Mayor Harmening moved to approve proposed Resolution No. R91-188. Commissioner Aguila seconded the motion which carried 5-0. m Proposed Resolution No. R91-189.Re: Agreement between the City of Boynton Beach and Palm Beach County, for a joint project participation in construction of water mains along U~ #1, South of Turner Road, to serve the Tradewind Estates Subdivision and surrounding commercial area in unincorporated Palm Beach County Attorney Cherof read proposed Resolution No. R91-189 by title only: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING ADMINISTRATIVE ACTION TO PROCESS WATER ANDSEWER SERVICE AGREEMENTS FOR THE TRADEWIND ESTATES SUBDIVISION; AND PROVIDING AN EFFECTIVE DATE. Vice Mayor Harmening moved to adopt proposed Resolution No. R91-189. Commissioner Matson seconded the motion which carried 5-0. Proposed Resolution No. R91-190 Re: Antidiscrimination Policy on funding and use of facilities 21- TO: MEMORANDUM Utilities #91-519 J. Scott Miller, City Manager F ROM: John A. Guidry, Director of Utilities DATE: October i7, 1991 SUBJECT: History Master Plan/Storm Water Utility Consultant Negotiations Camp Dresser and McKee, Inc. Agenda Item, November 5, 1991 - City Commission Meeting On February 7, 1991, the City'requested qualifications for professional services related to the Master Plan and formation of a Storm Water Utility. On June 25, 1991, City Commission selected the firm of Camp Dresser and McKee, Inc. (C.D.M.) as the best of e firms presenting. Negotiations and exchange of information h C.D.M. has been on:going since this time. The results of these negotiations are now ready to be presented to City Commission for their consideration. Description We have broken the task into three segments which can be performed tndepehdently. STORM WATERMASTER PLAN The first segment, Phase I, Storm Water Master Plan, is the logical first step in any storm water program. The purpose of this master plan is to define existing conditions, identify problem areas, develop a capital improvement plan, estimate costs and make recommendations as to funding alternates. STORM WATER FUNDING STUDY The second segment, Storm Water Funding Study, typically follows the master plan since it addresses the funding requirements therein outlined. It's purpose is to balance the proposed costs against the possible revenue generated by a user fee. Tasks include: projection of annual costs, revenue analysis, land parcel assessments, revenue potential and billing review. The result of this stage will be a technical report outlining the justifications for a storm water utility and recommended user fees.