R01-177 RESOLUTION NO. ROI-
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING
THE MAYOR AND CITY CLERK TO EXECUTE TASK
ORDER NO. 01-06 BETWEEN THE CITY OF BOYNTON
BEACH AND CAMP DRESSER AND MCKEE TO
PERFORM DESIGN, PERMITTING AND BIDDING
SERVICES ~>d~QUIRED FOR THE DOWNTOWN
WATERSHED STORMWATER IMPROVEMENTS
PHASE 2, IN AN AMOUNT NOT TO EXCEED $215,260;
AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, Phase 2 of the Downtown watershed Stormwater Improvements
encompasses the following areas:
1. Railroad Avenue from Martin Luther King Jr., Boulevard to Boynton
Beach Boulevard;
2. SE' 4th Street from SE 1s~ Avenue to SE 6th Avenue;
3. SE 3ra Street from Ocean Avenue to SE 1st Avenue; and
WHEREAS, the project will include piping and swale improvements, with
connection to the new Downtown Stormwater Detention Pond;;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1. The City Commission o£ the City of Boynton Beach, Florida does
hereby authorize and direct the Mayor and City Clerk to approve and execute Task Order No.
01-06 with Camp Dresser and McKee to perform design, permitting and bidding services
required for the Downtown Watershed Stormwater Improvements- Phase 2 in an amount not
to exceed $215,260.
Section 2. This Resolution shall become effective immediately upon passage.
PASSED AND ADOPTED this [ day of May, 2001.
CITY O OYN B ACH, FL~ORIDA
Commissioner
ATTEST:
Clerk
Commissioner
ENGINEERING SERVICES TASK ORDER
CITY OF BOYNTON BEACH
TASK ORDER NO. 01-6
DATE: D-I-OI
CDM PROJECT NO. 6276 - 6
I. PROIECT TITLE
Downtown Watershed Stormwater Improvements - Phase 2
ff. BACKGROUND,
.The City is currently completing construction of Phase I improvements which include a
regional wet detention pond in the downtown watershed to provide water quality
improvements, increase recharge through wells, provide flood reduction for public
protection, andextend the City's park system. The Phase 2 system will connect into the
Phase I project and extend the improvements to the south and west.
This task order includes engineering services required to implement the extension of the
Downtown Watershed Stormwater Improvements into three areas as requested by the
City. The engineering services include preliminary design (surveying and utility
locatingt geotechnical investigation, project review with regulatory agencies, stormwater
modeling and preliminary design), final design and preparation of bidding and contract
documents, permitting assistance, bidding services, and meetings and public awareness.
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 4~ day of October
2000 between the City of Boynton Beach (City) and Camp Dresser & McKee Inc. (CDM).
IV. SCOPE OF SERVICES
The Scope of Services shall include engineering services required to implement
improvements to the stormwater management system within the three areas described
below to improve water quality and reduce localized flooding problems within these
areas. This task includes modifications to the CDM 1998 Stormwater Master Plan
Update for the Downtown Watershed and stormwater model to perform an evaluation
of design options including swales, retention/detention areas, and dosed conduit within
the three areas as described below to store, infiltrate and convey excess runoff to the
Downtown Pond after retention/detention and treatment. In addition, details for
replacing deteriorated or undersized potable water lines and roadway improvement
within the three areas will be identified.
0000-DH-INB-MD.DFHBB 1
lmn1215.doc-04/06/O1
Area No. 1 - ~
This area is located within Basin 2 as delineated in the Stormwater Master
Plan Update for Downtown Watershed (August 1998) and includes Railroad
overland fl:ow
a
system piping.
As an alternative to the detention pond and
the master plan update, the City h~s requested that
option
the Railroad
of the
~ide of
to
of
as part
right-
reconstruction
that this
to the
since rto
Area No. 2 -
This area, as defined by the City, includes SE 4m Street from SE 1st Avenue
to is partially located within Basin 2 as
watershed.
nc
overland in
the
and has
~ flows
has been
0000-DFHNB-MD.DFHBB
lmn 1215.doc-04/06/01
6mAvenue
and ' has
requested that CDM following three areas Which have been
identified as potential retention/detention options:
Construction of a dry retention/detention pond on the southeast
comer of the park located at the intersection of SE 6m Avenue and SE
4m S~reet.
Construction of retention/detention areas within the right-of-way of
SE 4t~ Street. This option would take advantage of the large right-of-
way width of SE 4~ Street. Reduction of the existing pavement width
and creation of landscaped areas within the right-of way of SE 4m
.Street would both enhance the aesthetics of the exis~g streetscape
and provide storrnwater retention areas.
3. A combination of options 1 and 2 above.
In addition, the City wishes to replace and/or upsize existing
deteriorated or undersized potable water lines located along SE 4m Street
within Area 2 and reconstruct roadway throughout this work area, which
will be depicted in the Part 2 tasks.
Area No. 3 -
This area inCludes SE 3~a Street from Ocean Avenue to SE Ist Avenue-and
is located within Basin 3 as delineated in the Master Plan Update. This
area has no existing positive discharge and has been identified by the
City as an area with localized flooding problems. The City would like to
construct stormwater piping along SE 3~a Street from Ocean Avenue to SE
1st Avenue, connecting this area to the'existing stormwater management
sys~era.
The detailed Scope of Services is outlined in Exhibit A.
PROJECT STATUS REVIEW
CDM shall provide the City with written monthly status reports for the duration of the
project.
PROJECT SCHEDULE
CDM will commence services upon receipt of written authorization and will complete
the professional engineering services within the schedule inCluded aS Figure 1.
COMPENSATION FOR SERVICES
Tl~e total amount to be paid to CDM by the City under this Task Order shall be a not-to-
exceed amount of $215,26~. A breakdown of the labor hours and other costs associated
with this Task Order are provided in Exhibits B and C.
0000-DFHNB-MD.DFHBB 3
lmnl21$.doc-04/06/01
IN WITNESS WHEREOF, the parties have hereunto set their hands the day and .year first above
CAMP DRESSER & McKee INC.
CITY OF BOYNTON BEACH, FLORIDA
Assodate
Gerald F. l~roening, Mayor
~OYED AS TO FORM.
0000-DFHNB-MD.DFHBB 4
Into 1215.doc-04/06/01
EXHIBIT A
DOWNTOWN WATERSHED STORMWATER IMPROVEMENTS - PHASE 2
SCOPE OF SERVICES
INTRODUCTION
The engineering services to be provided by Camp Dresser & McKee Inc.(CDM) under this task
order include improvements to the stormwater management system within the three areas
described below to reduce localized flooding problems existing within these areas, increase
infiltration into local shallow aquifers and improve water quality. In addition, deteriorated or
undersized potable water lines located in right-of-ways where stormwater piping wilt be
installed, replaced or upsized.
PROIECT DESCRIPTION
The City has recently completed construction of Phase I improvements which include a regional
wet detention pond in the downtown watershed to provide retrofit water quality treatment,
increase recharge through wells, provide flood reduction for public protection, and extend the
City's park system. The Phase 2 system will connect into the Phase I project and extend the
improvements to the south and west. The project will include the evaluation and design of
swales, retention/detention areas, and dosed conduit in the three areas described below to
store, infiltrate and convey excess runoff safely to the Phase 1 pond system after treatment.
Area No. 1 -
This area is located within Basin 2 as delineated in the Stormwater Master Plan
Update for Downtown Watershed (August 1998) and includes Railroad Avenue
from Boynton Beach BouleVard to Martin Luther King Boulevard. This is an
industrial area with no existing positive discharge. The existing condition,
consisting primarily of natural overland flow and infiltration is inadequate,
resulting in localized flooding problems. As part of the stormwater master plan
update a conceptual stormwater management system was designed for this area
consisting of dry detention ponds and associated gravity collection system
piping.
As an alternative to the detention pond and piping system proposed in the
Master Plan Update, the City has requested that CDM evaluate the option of
constructing a retention/detention swale along the east side of the Railroad
Avenue right-of-way from East Boynton Beach Boulevard to Martin Luther King
Jr. Boulevard. This option would include the installation of a catch basin within
the swale and the construction of stormwater piping which would run under the
FEC railroad right-of-way in an easterly direction along NE 4m Avenue to tie into
existing stormwater piping just west of US 1, conveying excess runoff from this
area to the recently constructed stormwater system east of U.S. 1 which
eventually outfalls into the new pond constructed as part of the Phase I
Downtown Watershed Improvements.
0000/lmn1216/4/6/01 A- 1
Area No. 2 -
This .design option would include a jack and bore under the FEC railroad right-
of-way for installation, of the storm~,ater piping, replacement and/or upsizing of
existing, deteriorated or Undersized potal~l~ w~er l~nes located along the route
of the proposed stormwater piping, and roadway reconstruction as required
throughout the work area. Assuming ~t this s~vale and conduit option can
provide the required storage and in~tration capacity, this design o~tion would
be a more cost-effective alternative the detention pond and piping proposed
in the master plan update since no acquisition would be required.
This
6~ Avenue. Area No. 2 is partially
Master Plan
boundary limits of Basin 2
family residential area and has
from this are~
stormwater
4~'', Street from
SE 1st Avenue to SE
within Basin 2 as delineated in the
~outhern
area is p~y a single-
of new
~ the
been
~to the
SE
as potential
Area No. 3 -
on the southeast
the intersection of SE 6~, Avenue and SE
4m Street,
Construction of retention/detention areas within the right-of-way of
SE 4m Street. This option, would take advantage of the large right-of-
way width of SE 4m StreeI. Reduction of the e~cisting pavement width
and creation of landscaped areas within the right-of way of SE 4m
Street would both enhance the aesthetics of the existing streetscape
and provide stormwater ~etention areas.
3. A combination of options 1 and 2 above.
In addition, the City wishes to repla
undersized potable water lines loca!
SE 6~, Avenue and reconstruct road
This area includes SE 3~a Street frOg
located within Basin 3 as delineatec
existing positive discharge and has l
localized flooding problems. The Ci
along SE 3,a Street from Ocean Aver
:e and/or upsize existing deteriorated or
.,d along SE 4m Street from SE 1-'t Avenue to
ray throughout this work area.
Dcean Avenue to SE 1st Avenue and is
in the Master Plan Update. This area has no
een identified by the City as an area with
~r would like to construct storrnwater piping
ne to SE 1s~ Avenue, connecting this area to
an existing 24-inch stormwater pipe at SE 3~ Street and Ocean Avenue which
0000/lmn1216/4/6/01
A-2
TASK
connects to the Phase 1 Downtown Watershed Improvements.
and SE 1st Avenue may
avoid pond: systemi
FINAL DESIGN
Construction of
CDM will
interested
and other
CDM
built's
a
on the
pot hole as
such as records, maps, existing surveys, as-
of the
and other information which may have an impact
city win
CDM will coordinate with utility companies having, or anticipated to have, facilities in the
project area at appromately the 60 percent design level.in order to have utility companies
review CDM's c~esign fOr possible conflicts with their fadlities;, Utilities which maY be in the
right-of-way of the work include wastewater, gas, electric, telephone and cable television.
Subtask 1.3 Surveying Services
CDM will retain a registered Professional Surveyor to provide survey information required to
complete this project. CDM will coordinate with the surveyor during the preliminary design
phase of the p~,oject. The sUrVeyor shah research existing underground utilities and provide a
basemap drawing incorporating survey data for the three areas.
Subtask 1.4 Geotechnical Services
CDM will retain a qualified geotechnical firm to provide geotechnical information required to
complete this project. The geotechnical services that will be performed in the project area
include conducting test borings and geotechnical laboratory analyses, and providing
geotechnical and design recommendations to support the retention/detention swale retrofit
improvements and ot~er elements of the project. The sub-surface soil investigation shall
include soil borings in areas where swales and retention ponds are proposed. Initial and final
saturated soil infiltration rates and overall soil strata saturated hydraulic conductivity tests will
be performed to estimate wet season infiltration rates. Determination of the seasonal high
water table will also be estimated. CDM will obtain sufficient soil borings to determine typical
O000/Inm 1216/4/6/01 A-3
groundwater elevation and material characteristics in the three areas. The geotechnical services
will be provided by Dunkelberger Engineering & Tes~g, Inc. (DE&T).
The results of the geotechnical analyses will be documented in a report containing the
following:
· Presentation of the field and laboratory test procedures used.
Description of subsurface conditions, including subsurface profiles, estimated seasonal
high groundwater table, saturated hydraulic conductivity, maximum and minimum
infiltration rates~ and soil storage capacity (ir.ches).
Subtask 1.5: Meetings Nth Regulatory Agencies ar
CDM will conduct pre-permitting meetings with r
hay4 jurisdiction over this project as needed to dis.
Beach County (PBC), South Florida Water ._Ma~.ag~
of TranspOrtation (FDOT), Depaxax-tent of Health t
system), FEC Railroad (for work identified in Arel
.d Other Stakeholders
.~gulatory agendes which are anticipated to
.'uss permit requirements induding Palm
ment District (SFWMD), Florida DePartment-
for improvements to the water distribution
1 within the FEC right-of-way).
Subtask 1.6 Stormwater Model Evaluation.
This task will include an update ~and extension of the existing CDM 1998 City of Boynton Beach
Stormwater Master Plan u-pdatel Storm Water Management Model (sWMM). The ~nodel will
include consideration of the following items:
This model will be used as the basis for design to a
The model will be revised for appropriate applicat
proposed stormwater improvements. CDM will a]
of stormwater conveyance and retention/detentio]
Subbasin Areas
Design Storms (2.5-inch; 5-year, 24-hour; 10-year, 72-hour; 25-year, 72-hour; and 100-year,
72-hour storms)
Build-Out Land Use Characteristics
Estimation of Pervious and Impervious Areas
Overland Flow Slope and Length (i.e. distant e and slope of runoff areas)
Existing Stormwater Flow Patterns
Storage and Conveyance FeatUres of the Prin tary Stormwater Management System
chieve City-desired Levels of Service (LOS).
~on for evaluation and preliminary design of
so use SWMM to evaluate the required sizes
t facilities.
Subtask 1.7 Technical Memorandum
CDM will prepare a Technical Memorandum summarizing the findings of Subtasks 1.1 through
1.6 above. The memorandum will include co~.ncep, .t~ al design information for recommended
alternative improvements based on the results of ~e stormwater model evaluation performed
under Subtask 1.6, for review by the City. This memorandum will provide suffident detail and
information to depict proposed improvements, describe the level of service achieved and
O000amnl216/ad6/Ol A-4
support the application fora permit from the SFWMD.. CDM will review the
design elements in comparison to Ci.ty and SFWMD design standards:]
drainage as well as any other applicable guidelines.
The technical
retention
xisting known utilities in the right-of-way of swales,
3, The technical
additional
include a
CDM will submi!
Subtask 1;SPreliminary_ Design Review Meeting
development
further with
~f the
Subtask 1.9 Develop Drawings
CDM will develop design drawings with required details sufficient to produce a biddable set of
plans after the Technical Memorandum of subtask 1.7 above has been revieWed and approved
by the City. An approximate sheet count for the design drawings for the project is provided in
Table 1, below:
Table 1:
Sheet Description
Approximate Drawings Sheet Count for the Project
Number of Sheets
Cover Sheet
Index/Notes/Legend/Abbreviations
Key Map
Survey
Plan & Profile Drawings (1" 20')
Typical Sections
R/R Jack & Bore Plan, Profile, Sections & Details
Retention Areas- Plans'& Sections
Swale & Retention Area Landscaping Plan & Details
Cnnl Detmls (Stormwater, water main, utility re ocation)
Total (estimated)
3
11
1
1
2
1
4
26
CDM will prepare the design documents for City review at the 60 and 90 percent completion
levels. CDM Will submit five sets of 24"x36" (full size) and five sets of 12'fxl8"(half size)
ooooam~12~c~,v6to~ A-5
drawings at each review stage. At the completion of the design phase, after permits approval
and utilities companies comments have been addressed, CDM will provide the City with one (1)
set of reproducible contract drawings and CD with the contract drawing files in AutoCAD
Release 14 (or later version).
Subtask 1.10 Contract Forms and Specifications
CDM will prepare contract forms and specification~s, utilizing the Construction Specifications
Institute's (CSI's) sixteen-division, three-part format, and consisting of bidding and contract
forms and documents and specifications providing a technical description of materials,
equipment, construction systems, standards and Workmanship as applied to this project.
City and/or FDOT standard specifications shall be used where available, and may be modified
with the City approval. Special Provisions will be as approved by the City. The City's standard
front-end contract documents wfllbe utilized. CDM shall review the City's front-end
documents and conform the technical specifications to the City's front-end documents.
At the completion of the design phase, CDM will provide ten (10) copies of the contract forms
and specifications to the City.
TASK 2 - PERMYFrlNG ASSISTANCE
CDM will provide permitting assistance required to apply for the necessary permits to construct
this project. It is anticipated that permits will be required from the following agendes with
jurisdiction over the project: South Florida Water Management District (SFWMD), Florida
Department of Transportation (FDOT), Department. of Health (for improvements to the City's
potable water system) and FEC Railroad (for work in Area 1 located within the FEC right-of
way).
CDM will coordinate with regulatory agendes having jurisdiction over this project to facilitate
the permitting of the stormwater, water main and roadway improvements. CDM will prepare
and submit permit package applications that are required or needed to obtain approval from
the agencies. CDM will respond to two Requests For Additional Information (RAIs) from the
agendes to darify information in the permit application package. CDM will attend meetings
with each regulatory agency as needed.
The City will pay all applicable permit fees.
TASK 3- COST ESTIMATING
CDM will prepare an opinion of probable construction cost for the project at the 60 and 90
percent completion milestones and a final opinior~ of probable construction cOSt at the
completion of the project and prior to bid opening.
0000nmm216~n/a~m A-6!
TASK 4 - B~DING SERVICES
CDM will provide services associated with bidding of this project upon acceptance of the
construction plans and contract documents prepared under Task 1. Bidding Services cover the
~tith the advertisement for to the city in the
documents for the ~ construction contract. CDM will
· Assistance to the! City in the preparation of the bid advertisement
· Convening and managing a prebid.conference d~g the advertisement period,
· Assistance-to the City in responding to requests for clarification during the advertisement
period.
· Preparation of addenda in response to valid inquires as necessary, for issuance by the City.
· Preparation of a final opinion of probable cost 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 a recommendation of a bidder for award of contract by the City.
· Assist the City in the preparation of formal contract documents for the award of the
construction contract. The City will provide the necessary sets of contract~documents as
conformed by the City including three (3) sets for CDM.
The City will be responsible for advertising the project. CDM will provide the City with
reprodudble documents for printing of bidding documents. The City will administer the
issuance of bidding documents and addenda among interested bidders.
TASK 5 - MEETINGS AND PUBLIC AWARENESS
CDM will attend up to four public information meetings and/or workshops with City Utility
Department staff and other City Depax:bxxents as requested by the City, to be held at a time and
place to be determined by the City. During these meetings, CDM will help facilitate
coordination of the improvements with other planned improvements and will make
presentations relevant to the design and effect of the improvements on the community and
property owners. CDM will prepare presentation material, assist in facilitating the project
review meetings and answer questions from the public regarding the project.
0000/lmn1216/4/6/01 A-7
PROJECT:
CONTRACT
REFERENCE:
EXHIBIT B
PROJECT BUDGET
Downtown Watershed Stormwater Improvements - Phase 2
Agreement between City of Boynton Beach and
Camp Dresser & McKee Inc. dated October 4, 2000
Labor Category_
Hours
Officer
Technical Specialist
Project Director
Senior Engineer/Scientist
Professional II
Professional I
Senior Support Services
Staff Support Services
Clerical
TOTALLABORCOST
Hourly Rate (S/hr)
OTHER DIRECT COSTS
Copying and Printing
Postage and Shipping
Travel
Computer and CAD
Data and Media
7 $170
110 $138
326 $123
424 $78
288 $67
86 $99
47O $61
230 $39
2,083
TOTAL OTHER DIRECT COSTS
$4,000
1,000
2,000
3,000
500
OUTSIDE PROFESSIONAL SERVICES (Includes 10% Mark-up)
Surveying $23,825
Geotechnical Investigation 5,500
TOTAL OUTSIDE PROFESSIONALS
TOTAL ESTIMATED COST
UPPER LIMIT AMOUNT
Total
$175,438
$10,500
$29~325
$215,263
$215.260
0000-DFHNB.MS.DFHWPB
Imn1~17..o~ B-1
Z