Loading...
R08-061 II 1 RESOLUTION NO. R08-0" I 2 3 A RESOLUTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AUTHORIZING THE CITY 5 MANAGER TO EXECUTE AMENDMENT NO 1. TO 6 TASK ORDER NO. U07-4-3 IN AN AMOUNT NOT TO 7 EXCEED $167,500.00 WITH CAMP, DRESSER & 8 McKEE, INC., FOR THE FINAL DESIGN AND 9 PERMITTING OF THE SODIUM HYPOCHLORITE 10 ON SITE GENERATION SYSTEM; AND PROVIDING 11 AN EFFECTIVE DATE. 12 13 14 WHEREAS, Amendment No 1 to Task Order No U07-4-3 governs the final design 15 and permitting of the structural, mechanical and electrical system upgrades required to install 16 the recently purchased Sodium Hypochlorite Onsite Generation system at the East Water 17 Treatment Plant; and 18 WHEREAS, the City Commission of the City of Boynton Beach upon 19 recommendation of staff, deems it to be in the best interest of the citizens of the City of 20 Boynton Beach to authorize the City manager to execute Amendment No.1 to Task Order 21 U07-4-3 in the amount of$167,500.00 with Camp Dressker & McKee, Inc. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 24 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption 26 hereof. 27 Section 2. The City Commission of the City of Boynton Beach, Florida does 28 hereby authorize and direct the approval and execution by the City Manager of Amendment 29 No.1 to Task Order U07-4-3 in the amount of $167,500.00 with Camp Dresser & McKee, SICAIRESOlAgreementslTask - Change OrderslCamp Dresser Amendment No.1 to TO U07-04-3.doc II 1 Inc., for the final design and permitting of the Sodium Hypochlorite Onsite Generation 2 System to be located at the East Water Treatment Plant, a copy of which is attached hereto 3 as Exhibit "A". 4 Section 3. This Resolution shall become effective immediately upon passage. VL/ 5 PASSED AND ADOPTED this L day of May, 2008. 6 7 CITY OF BOYNTON BEACH, FLORIDA 8 ~,' , '/ ; '. / /' 9 ::0"")..// 10 11 12 13 14 15 16 Commissioner - Ronald Wei~ 17 18 N~~~G 19 Commissioner - Woodro\VL. Hay 20 .- ;J;;~L/~- 21 22 Commissioner - Marlene Ross 23 ATTEST: 24 25 26 net M. Prainito,.. 2 City Clerk 28 29 30 (Corporate Seal) S:ICAIRESOlAgreementslTask - Change OrderslCamp Dresser Amendment NO.1 to TO U07-04-3.doc /(05-00/ CITY OF BOYNTON BEACH Amendment No.1 to ENGINEERING SERVICES TASK ORDER NO. U07- 4-3 I. PROJECT TITLE City of Boynton Beach East Water Treatment Plant Disinfection System Upgrade - Final Design and Design-Build Services II. BACKGROUND Governmental agencies, such as the Environmental Protection Agency (EP A) and the Department of Homeland Security, have been strongly encouraging utilities to stop the use of gaseous chlorine facilities. With the potential health impacts due to accidental exposure and the increased liability associated with gaseous chlorine, many utilities have considered alternative, safer disinfection practices. The City of Boynton Beach (City) wishes to convert their existing gaseous chlorine disinfection system at the East Water Treatment Plant (EWTP) to an on-site sodium hypochlorite generation system. Camp Dresser & McKee Inc. (hereinafter referenced as ENGINEER) shall perform the following Scope of Services to complete the Final Design and Construction with a Guaranteed Maximum Price (GMP) of the EWTP Disinfection System Upgrade Project. At 90% design, the GMP for the construction of the Project will be provided to convert the project from a traditional Design-Bid-Build to a Design-Build delivery by CDM. At that stage, if the City desires, a new Task Order will be issued for the final completion of the Design- Build Project. The East Water Treatment Plant Disinfection System Upgrade Project includes the following components: . Conversion of chlorination system from chlorine gas to on-site sodium hypochlorite generation (OSG). The on-site sodium hypochlorite generation system equipment will be procured through a direct purchase; . Design of a new hypochlorite storage tank area and brine storage tank structure. This design will include a secondary containment structure with a salt loading station and water softening equipment; . Design of modifications to the existing chlorine gas building and chlorine gas scrubber area, including installation of new metering equipment and removal of existing chlorine gas equipment; and . Design of the new FPL service that provides a dedicated feed from a temporary transformer located near the OSG system and a new 1,200 amp service entrance rated distribution switchboard distributing power to the OSGs; and design of modifications to the existing MCC-3. Under a separate contract, the plant electrical system will be modified. The CONI 1 N\6276\W LB3356- FINAL doc modifications include the increase of the existing main service entrance and additional standby generation to handle the entire plant at 24 mgd capacity, including the new OSG system. The feed to the OSG system will be transferred to the main plant service after the electrical improvements are completed. III. CONTRACT REFERENCE This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services RFQ No. 065-2821-03jCJD, Scope A: Water Plant Expansion and Capacity Replacement. IV. SCOPE OF SERVICES Task Order no. U07-4-3 was approved on August 23,2007 to complete the preliminary design and permit application for the OSG system. The following is a description of the Scope of Services to be provided under this Task Order Amendment No.1. Task 1- Final Design This task includes the preparation of drawings and specifications, conducting formal reviews of the contract documents at 60% and 90% completion levels, and developing an opinion of probable construction cost for the design. Specific work products will include two draft contract document sets during 60% and 90% levels of completion. An opinion of probable cost will be developed at 60%. At 90% a Guaranteed Maximum Price (GMP) for the construction of the Project will be provided to convert the project from a traditional Design-Bid-Build delivery to a Design-Build delivery by CDM. At that stage, if the City desires, a new Task Order will be issued for the final completion of the Design-Build Project. Subtask 1.1 Preparation of Procurement Packages Engineer will prepare early procurement documents. A procurement package will be prepared as follows: . Specification section 11515 - Onsite Sodium Hypochlorite Equipment ENGINEER will issue the documents for procurement package based upon specification section 11515 to single system supplier to procure system through a direct purchase based upon pricing extended to another local utility. ENGINEER will review bill of materials and shop drawings to select the specific items to be included in this package. Subtask 1.2 Preparation of Contract Documents ENGINEER will prepare final construction drawings and specifications suitable for conversion to a Design-Build project. The technical specifications will utilize the Construction Specifications Institute (CSI) sixteen-division, three-part format. The design shall be complete (as applicable to the Project) site improvements, building, appurtenances, process and ancillary CONI 2 N\6276\WLB3356-FINAL doc equipment, accessories, wiring, piping, foundations, substructures, electrical controls, instrumentation, telemetry, metering, process equipment and mechanical facilities. The design shall also include detailed drawings, specifications, tables, charts, schedules, and other documentation as may be necessary for the Project. ENGINEER will utilize the City's standard specifications and front end documents. The preliminary list of drawings is provided in Exhibit A. The list of drawings may change as the design occurs and the final list will include necessary drawings required to construct all included improvements to the complete water treatment plant facilities. Subtask 1.3 Periodic Review of Work Perfonned At approximately the 60% and 90% completion levels of the contract documents, the ENGINEER will submit three sets (3) of progress drafts of the contract documents to the City staff for review. A review meeting will be conducted with City staff, and address appropriate City review comments. Subtask 1.4 Opinion of Probable Construction Cost ENGINEER will prepare an opinion of the probable construction cost at the 60% completion level for the project. The opinion of probable construction cost shall be delivered to the City with the 60% drawings and specifications. Subtask 1.5 Constructability Review ENGINEER will involve the CDM Constructors and subcontractor staff during the design to obtain input on potential constructability issues. An initial site visit and constructability review of the current design will be performed. A more detailed constructability review will be performed at the 60% and 90% levels. Subtask 1.6 Design-Build Construction Cost ENGINEER will prepare an estimate of construction cost at the 90% completion level for the project. A Guaranteed Maximum Price (GMP) will be prepared at this level to convert the Project to a Design-Build delivery project. The GMP will include both the remainder of the design and the construction of the Project by CDM. Task 2 - Permitting Services ENGINEER will prepare application for permits as may be required and related to the Project. Permit-related work shall include furnishing required data, drawings and other information requested to obtain required permits. ENGINEER will submit permit applications to City staff for review and will meet with the City as required to discuss the City's review comments. ENGINEER will revise the applications as required and submit to appropriate regulatory agencies for review and approval. The permits to be obtained by ENGINEER include the following: . Palm Beach County Health Department permit (applied for under original Task Order) CDI\4I 3 N: \6276\W LB3356- FINAL doc . The construction contractor will be required to obtain a building permit for the Project. The City's building permit process will require project approval during the design phase. A set of drawings and specifications will be submitted to the City for review at the 90% completion level. Three (3) signed and sealed sets of drawings will be submitted to the Building Department at the start of the bidding process to begin the permitting process. . The Palm Beach County Department of Environmental Resources Management (DERM) will require permits for the storage of water treatment plant chemicals (i.e., commercial grade sodium hypochlorite). . EP A may require an NPDES Stormwater Construction Notice of Intent application and preparation of a Stormwater Pollution Prevention Plan if any offsite discharges are anticipated. These plans are required to be submitted by the construction contractor. ENGINEER will provide drawings and specifications requested by the construction contractor for the submittal, if applicable. V. ASSUMPTIONS The City shall provide the following contributions to the work order unless otherwise available through public resources: . Copies of all record drawings for the existing site plan and chlorine gas facilities, electronic format preferred. . Monthly operating reports for EWTP including chlorine dosing and plant flows; and . Review of ENGINEER work products within the time assigned in the project schedule. The schedule allows for one (1) week of reviewing period by the City. VI. COMPENSATION FOR SERVICES The compensation for the work set forth in this Work Order for Tasks 1 and 2 shall be a not-to- exceed amount of $167,500 as detailed in Exhibit B. CDM shall submit monthly invoices to the City. Payments shall be based on actual documented costs for labor, subconsultants and expenses of the project, as supported by written monthly status reports. VII. DELIVERABLES . CDM will prepare 60% and 90% design drawings and specifications for review and comment by the City. CDM will provide three (3) copies of each for review by the City. . At the 90% level, following receipt of the City's review comments, CDM will provide updated drawings and specifications per City's comments. CDM will provide three (3) copIes. . Opinion of probable cost will be submitted with the 60% design. . GMP for completion of design and construction will be submitted at 90% level. CONI 4 N\6276\W LB3356- FINAL doc VIII. PROJECT SCHEDULE AND COMPLETION DATES The duration and completion times of all tasks are summarized as follows: Task Time to Complete from Notice to Proceed (Working Days) Task 1- Final Design 90 Task 2 - Permitting (services) 60 The project as described above will be completed within 120 working days from the time a notice to proceed is received. There are many factors that can affect the completion of this project within the time expected. It is assumed that major equipment will be pre-purchased by the City. Equipment to be pre-purchased by the City includes: . Onsite generation Sodium Hypochlorite Equipment. It is expected that equipment supplier will have the availability to provide the equipment within the time frame required for accelerated construction. Also, the time to obtain permits can vary depending upon the reviewers' comments. Permitting delays can defer both the final design development and the construction start date. APPROVED BY: SUBMITTED BY: C~ONBEACH CAMP DRESSER & MCKEE INC. d=2J CnL By: ~ By: Kurt Bressner David L. Collins, P.E., BCEE City Manager Associate Dated this _day of 2008 Dated this ~daYOf~2008 CONI 5 N"16276IWLB3356-FINAL doc !i~~~~~g ~~~g 8 m ~~~~~~~ ~~~~ ~ ~ m~N~~~~ ~~~~ E fR"WWWWWW WW6'tW .... 8~~888g 8888 ~ w ~~WNvvM NNNW ~ U M~ (Ii cD Cl o 6'tWtltffl6'tWffl tfottltWtl't ... o g~~~~~~ ~~~~ ~ ~~ m~f2~~'1'!2~~:!~~ L()LfiLfi~ ~ ~c3 f- 6'tffltlttltfflWW fflf:f.tW4llt .. ,., ..c ..::.::: <D 0 ~~ ~~~~~~~ ~~~~ ~ o I- (,0 ..- ..-- ..-- ..-- ..-- ,........ :r: '" <0 ~ ooaaNvv~ 0000 ~ <ON..--..-- ..--..--..--M ~ U ~ f- ~ g " 0 "'0 .~ 0 ~ ~ ..-- B~ accocoo 0000 "i ~ rJ) " '" ~ '" ~ <Xl III " I "~ ~~~~~~~ ~~~~ " " VI Cl ~ (fl ~ 0 00 ~ o~ 0 ro ~ ~l "~~ ~~~~~~~ ~~~~ ~ ffi~ (J)~ W :E '" ~ w 'w It: " 0 50 ~ ~N g~ ~~"~~,.... NOVO ro NNN " u: e- "o,~ "0 ,.... ~ N N ro V ~ ,.... ,.... ,.... ~ " a..C:~C ::)_ w UJ O~ Eft J: '2' 0 ~a.. ou~ :! ~~ "E"~ro NOONNO~ vvvN 5~ ~~m ,....OONMMVN ,.... LL ~ ::;; ~ O:::J _ "' ~ ~ "~.9 'f? 0 ~i ~"~ ~~~~g~~ 0000 ~ ~ ~ 0 Eft VI 0 :e .... V) di ~ ,f ~ .~ ~,.... N N N NON ,~~~~ v,....,....~,....,....~ vvv,.... is rJ)::;; ~ ... ~ w " 0)",,, 1Il _ " ~ ~ g ~ ~ il ijj _ <3 Q) 8 a.. ~ c ~~-g~~~ c: " ~ ~ 0 "- 2 0 ~ e~o~~~ ~~ ~ I- ~~~~"~8 2"5. b o 0 "" 0 = " ;;! > ~ 0) f- a a ~ u ~ 3 b ffi .... "~.~ I ~~"~~~~~(J)'~"E'~~ 1Il1ll"1Il"C (.?"E,,"- I,~ a.. a.. ,2 .c ~ .~ s, Z a.. Q) a.. ~ '~ ~ ~ &. ~ 8 ~ .~ ~ ,~~ ~ ~ Q)O I I I I I IO~:2C::::O~ 1ij(ij~"!~~~~(ija::"3Wa..:o c:::: .1: M M M M M ('I') ,!; w m 0 Z ~ >.u. u.a.. m ~ M 'V o I CITY CLERK'S OFFICE MEMORANDUM TO: Barb Conboy Utilities Manager FROM: Janet M. Prainito City Clerk DATE: May 8, 2008 RE: R08-061 - AMENDMENT NO.1 TO Engineering Services Task Order No. U07-4-3 Attached for your information and files are two fully executed originals of the above mentioned Task Order. Since the documents have been fully executed, I have retained one original for Central File. Please contact me if there are any questions. Thank you. ~ ~Yn. p~ chments cc: Central File S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2008\Barb Conboy - R08-061 - Engineering Services. doc S:ICCIWPIAFTER COMMISSIONIDepartmental Transmittals\200BIBarb Conboy - ROB-061 - Engineering Services. doc