Loading...
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