Loading...
R17-044 1 RESOLUTION NO. R17-044 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND AUTHORIZING THE CITY 5 MANAGER TO SIGN AMENDMENT NO. 2 TO TASK ORDER NO. 6 R13-063-09 WITH CH2M HILL FOR BOYNTON BEACH 7 LANDFILL POST-CLOSURE MAINTENANCE ASSISTANCE IN 8 THE AMOUNT OF $155,904.28, INCREASING THE CURRENT 9 TASK ORDER TO A TOTAL OF $235,046.94; AND PROVIDING 10 AN EFFECTIVE DATE. 11 12 WHEREAS, on December 1, 2015, the City Commission passed Resolution No, R15- 13 149 authorizing task order R13-063-09 in the amount of$47,126.26 to CH2M; and 14 WHEREAS, Amendment #1 to Task Order R13-063-09 was approved by the City 15 Commission on April 22, 2016; and • 16 WHEREAS, during field operations for the repair of cover material on the retired 17 Boynton Beach landfill, a small portion of landfill cover lining material was exposed and 18 found to be damaged and additional design services regarding liner history and repair 19 techniques were required; and 20 WHEREAS, Amendment #2 is to continue the Scope of Services regarding 21 monitoring of the probes set in place; and 22 WHEREAS, staff is recommending that the City Commission approve Amendment 23 No. 2 to Task Order R13-063-09 with CH2M HILL for Boynton Beach Landfill Post-Closure 24 Maintenance Assistance in the amount of$155,904.28. 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 26 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 27 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 28 being true and correct and are hereby made a specific part of this Resolution upon adoption 29 hereof. C:\Users\StanzioneTV ppData\Local\Microsoft\Windows\Temporary Internet Files\Content.IE5\VAGZE6P01CH2M_HIII_Amendment_No_2_Task_Order R13-063-09_- _Reso.doc 30 31 Section 2. The City Commission of the City of Boynton Beach, Florida does 32 hereby approve and authorize the City Manager to sign Amendment No. 2 to Task Order R13- 33 063-09 with CH2M HILL to provide Boynton Beach Landfill Post-Closure Maintenance 34 Assistance in the amount of$155,904.28, a copy of which is attached hereto as Exhibit"A". 35 Section 3. This Resolution shall become effective immediately upon passage. 36 PASSED AND ADOPTED this /e day of 4/7/ , 2017. 37 CITY OF BOYNTON BEACH, FLORIDA 38 39 YES NO 40 41 Mayor— Steven B. Grant t/ 42 43 Vice Mayor—Justin Katz 44 45 Commissioner—Mack McCray 46 47 Commissioner—Christina L. Romelus 48 49 Commissioner—Joe Casello 50 51 52 VOTE >61 53 54 ATTEST: 55 57 �� { • µ � 58 Judy A. Pyle, CMC � § F . ,N> J,, l 59 Cit Clerk , I 60 61 r 62 63 (Corporate Seal) 64 65 C:\Users\StanzioneTtAppData\Local\Microsoft\Windows\Temporary Internet Files\Content.iE51VAGZE6PO\CH2M_Hill_Amendment_No_2_Task_Order_R13-063-09= _Reso(1).doc \`t - 0 -1 Task Order No. R13-O63-09-Amendment Boynton Beach Landfill Post-Closure Maintenance Assist nce A. Background CH2M HILL Engineers,Inc.(CH2M)historically has assisted the City of Boynton Beach (City)with the preparation and certification of semi-annual groundwater sampling reports for the City's Class I landfill (Landfill)in accordance with the Palm Beach County Health Department(PBCHD)Permits for post-closure monitoring. Additionally,CH2M helped the City develop a groundwater investigation program,accepted by the PBCHD,designed to evaluate a decision to cease long-term groundwater monitoring. Concurrent with the groundwater investigation,CH2M assisted the City with implementation of a corrective action plan In response to Consent Order SW-15-08 Issued by the PBCHD.The corrective action plan involved the following activities: e Repair of exposed geomembrane(20-mil very low density polyethylene); 9 Importing and placing granular fill to provide a minimum of 18 inches of soil overlying the geornembrane; • Installation of sod to provide vegetative erosion protect for the newly placed soil;and • Installation and monitoring of landfill gas(LFG) monitoring probes along the northern and eastern perimeter of the Landfill. The LFG monitoring probes were Installed on August 30-31,2016 and allowed to stabilize before sampling began.Three sampling events were then conducted:November 10,2016;November 15,2016;and February 15-16,2017. During the initial sampling events on November 10 and November 15, methane,a constituent of LFG,was detected at Probes GP-7,GP-8,and GP-12 at levels below the Lower Explosive Limit(LEL).No me-thane was detected in any of the other LFG probes during the November sampling events. During the February 15-16,2017 sampling event,two readings were obtained from each probe and methane values for Probe GP-8 exceeded the LEL for methane.With the exception of the LEL exceedance at Probe GP-8,no methane was detected in any of the other LFG probes during the February 2017 sampling event. In response to the exceedance of the LEL at Probe GP-8,the City,with assistance from CH2M,developed an initial gas remediation plan in accordance with Chapter 62-701.530(3)(a), Florida Administrative Code.The plan was to resample all LFG probes currently installed at the landfill and to install additional monitoring probes in the vicinity of Probe GP-8. Resampling of Probe GP-8 on March 1,2017 indicated methane readings above the LEL. The City expanded their response actions to provide for the health,safety and welfare of residents in the vicinity of the Landfill.This scope of services describes the activities provided by CH2M in conjunction with the LFG remediation plan development and implementation. PAGE 1OF5 3. Scope of Services This Is Amendment 2 to Task Order No. R13-063-09.Tasks 1 through 7 were previously authorized under the original Task Order and Amendment 1;therefore,the Tasks under this amendment begin at Task L. Task B®initial Notification and Communicetions Upon measuring the elevated LFG reading from Probe GP-8,CH2M scheduled and conducted a meeting/teleconference with City staff to inform them of the findings,and to provide guidance regarding response and regulatory obligations.The intent of the initial response was to provide protection for the health,safety and welfare of nearby residents and to coordinate planned actions with City staff and regulatory authorities.Following the initial meeting/teleconference with the City,a series of teleconferences were conducted to discuss a response strategy,and to develop notification documents for the PBCHD and the residents near the Landfill.Draft documents were prepared by CH2M,and final documents were prepared and distributed by the City. Deliverables e Draft letter to PBCHD,electronic e List of frequently asked question(FAQs)and responses,electronic Task 9—Notification of Residents n.r r Landfill Following the resampling of the LFG probes and the finding of further elevation of methane readings at Probe GP-8,additional activities were undertaken.These activities included:notification of other City and County officials,including Palm Beach County Fire Rescue;door-to-door notification of residents near the Landfill;additional LFG monitoring data collection from the LFG probes;methane monitoring Inside residences along the north side of the Landfill;and push probe LFG monitoring In the vicinity of Probe GP-8. The initial approach was t0 install additional monitoring probes and passive LFG vent wells in the vicinity of Probe GP-8,but this approach proved unsuccessful because of the slope of the berm,proximity of Probe GP- 8 to the Landfill perimeter fence and a lack of closure as-built information to precisely determine the limits of the membrane. After sampling inside the residences and push probe sampling near Probe GP-8 indicated no positive results for methane,the need for Immediate installation of additional probes and LFG vent wells diminished,and it was decided to postpone the installation until the logistics could be further evaluated. Deliverable Draft letter to residents,electronic Task 10—Development of Contract Documents for Additional Monitoring end Remediation CH2M will assisted the City with the development of contract documents,drawings and specifications for the installation of eight(8)passive LFG vent wells and three(3)additional LFG monitoring probes in the vicinity of Probe GP-8.The City will be responsible for obtaining permission from the residents to install vents and/or probes that need to be located outside the landfill perimeter fence,and may be on residents' property.The City will also obtain the services of a Florida licensed surveyor to conduct a boundary survey to determine the property boundaries of the Landfill property prior to the installation of passive LFG vent wells and/or additional LFG monitoring probes. PA5E2OF� Deliverables O Slte plan drawing showing vent and probe locations,electronic o Drawings showing construction details for the LFG monitoring probes and passive LFG vent wells(e.g., one(1)site plan and two(2)detail drawing—probe and well),electronic • Material specifications for vents and probe construction on detail drawings or as separate document, electronic o Bid Form,electronic Task 11—LFG Monitoring Grogram Under this task,CH2M will conduct monitoring of the LFG probes at the Landfill.There are currently thirteen (13)at the landfill and three(3)additional probes are anticipated to be installed by mid-April 2017.The probes will be monitored on a weekly basis between March 6,2017 and June 2,2017,every other week between June 5,2017 and August 25,2017,monthly for the remainder of Calendar Year(CY)2017 and quarterly during CY 2018.This Is a total of twenty-seven(27)sampling events. CH2M will provide a data report to the City at the end of each sampling event and will maintain a summary table of the data collected since the beginning of sampling in November 2016.Following the completion of the last sampling episode In CY 2018,CH2M will prepare a Technical Memorandum(TM)describing the data collection efforts and summarising the data.The TM will include a recommendation for further monitoring, it appropriate.CH2M will provide the City with a draft TM for review and comment.Following adjudication of any feedback,CH2M will submit the final TM to the City. Deliverables E Monitoring Plan,electronic • Sampling data for each sampling event,electronic • Summary table showing sampling data starting in November 2016.Summary table to be updated and provided to the City following each sampling episode,electronic O Draft TM documenting the LFG sampling efforts,electronic m Final TM documenting the LFG sampling efforts,electronic Task 12—Services During Construction CH2M will provide services during construction including reviewing and responding to up to three(3) contractor submittals of materials for gas probe and vent well installation.CH2M's field support includes daily observation by one CH2M staff member(9 hours per day)for 4 days. Deliverables • Submittal Review Forms,electronic • Construction Logbook,electronic e Sketch showing the location of the passive LFG vent wells and LFG monitoring probes relative to the position of Probe GP8,electronic PAGE3OF5 Task g3-Ongoing Technical end Adminiaerative Support CH2M will continue to provide technical and administrative support regarding potential LFG migration under this task. Support will be provided on an as needed basis up to the level of effort assigned to this task in Table 1—Fee Compensation. For each specific assignment,the deliverables,schedules and the associated costs to complete the work will be confirmed by you or your designee and CH2M prior to beginning work. eilverebie o No specific deliverable under this task.Deliverable will depend on City's needs. C. Assumptions This estimated cost is based on the following assumptions: • The City will be responsible for managing the procurement process for the installation of the monitoring probes and vent wells; a The City will be responsible for submitting documents to the PBCHD and residents; • No subcontractors will be utilized by CH2M during the delivery of the scope included herein;and • The presence or duties of CH2M's personnel et a construction site,whether as onsite representatives or otherwise,do not make CH2M or CH2M's personnel in any way responsible for those duties that belong to the City and/or the construction contractor or other entities,and do not relieve the construction contractor or any other entity of their obligations,duties,and responsibilities,including,but not limited to,all construction methods,means,techniques,sequences,and procedures necessary for coordinating and completing all portions of the construction worts In accordance with the construction Contract Documents and any health or safety precautions required by such construction work. D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement titled Hydrogeological Consulting Services, dated August 19, 2013, between the City of Boynton Beach and CH2M Hill Engineers,Inc.,as amended,and under the terms and conditions described within Task Order P.13- / 053-09,amended herein. E. Compensation Compensation by the City to CH2M will be on a lump sum basis in accordance with the above-referenced Agreement. The estimated compensation for the additional services described in this Task Order Amendment 2 is$155,904.28 as presented In Table 1,which is attached. Material or other changes In the Scope of Services for this work may serve as a basis of modifying the agreement as mutually agreed between CH2M and City. CH2M's Project Manager will notify City's Project Manager In writing if It appears that a deviation from the currently authorized Scope of Services will be necessary. The notification will describe the specific reason for the deviation, and identify the anticipated Impact on the authorized Contract Amount and project schedule.In no event shall the CH2M perform work outside of the scope of services without direct prior authorization from the City. PA40F5 F. Schedule Schedules for activities performed on an as needed basis,or to observe work performed by City contractors will be as mutually agreed by the parties at time of service.The schedule for monitoring services will be as described in Task 11.Data reports for individual sampling episodes will be delivered to the City within one week of the completion of the sampling episode.The draft TM documenting and summarizing the overall sampling activities will be submitted to the City's within 60 days of completing the final sampling episode. The final TM will be submitted to the City within 15 calendar days of the receipt of City comments. G. Authorization APPROVED BY: CITY OF BOYNTON BEACH,FLORIDA APPROVED AS 0 , .R V � By: a w ' ATTORNEY Dated this oa y day of 2017 SUBMITTED BY: CH2M By: Francois Didier Menard,P.E. Vice President Dated this 28th day of March,2017 PAGE 5OF6 TABLE 1.-PEE CORflPEN5AT➢@7N AMENDED QUB.tdTTTPES TASK HOURS RATE TOTAL Task 8-Initial Notification and Communications Principal 15 $ 210.00 $3,150.00 Sr.Project Manager 8 $ 208.14 $1,655.12 Project h+leneger 0 $ 137.74 $0.00 Sr.Technologist 21 $ 191.87 $4,029.27 Sr.Engineer/Scientist 0 $ 155.00 $0.00 Engineer/Scientist 22 $ 120.00 $2,640.00 Jr.Engineer/Scientist 0 $ 90.00 $0.00 Designer 0 $ 105.81 $0.00 Technician 0 $ 103.53 $0.00 Office 0 $ 86.22 50.00 Expenses $905.30 TASK SUBTOTAL $12,329• Task 9-Notification of Residents near Lantflli Principal G $ 210.00 $1,260.00 Sr.Project Manager 16 $ 208.14 $3,330.24 Project Manager 0 $ 137.74 $0.00 Sr.Technologist 2 $ 191.87 $303.74 Sr.Engineer/Sclenttst 0 $ 155.00 50.00 Engineer/Scientist 4 $ 120.00 $480.00 Jr.Engineer/Scientist 0 $ 90.00 $0.00 Designer 22 $ 105.81 $2,327.82 Technician 0 $ 103.53 50.00 Office 2 $ 86.22 5172.44 Expenses $613.60 TA5f3SU AL SASS=4 Task 10-Development of Contract Documents for Additional Monitoring and Rented on Principal 5 $ 210.00 51,050.00 Sr.Project Manager 0 $ 208.14 $0.00 Project Manager 0 $ 137.74 $0.00 Sr.Technologist 11 $ 191.87 $2,110.57 Sr.Engineer/Scientist 0 $ 155.00 $0.00 Engineer/Scientist 16 $ 120.00 $2,160.00 Jr.Engineer/Scientist 0 $ 90.00 $0.00 Designer 0 $ 105.81 $0.03 Technician 0 $ 103.53 $0.00 Office 0 $ 86.22 $0.00 Expenses $444.70 TASK SUBTOTAL $5,765.27 Pada 2 psi 2 TASK HOURS RATE TOTAL Task 11-LEG Monitoring Program Principal 0 $ 210.00 $0.00 Sr.Project Manager 30 $ 208.14 $6,244.20 Project Manager 0 $ 137.74 $0.00 Sr.Technologist 10 $ 191.87 $1,918.70 Sr.Engineer/Scientist 0 $ 155.00 $0.00 Engineer/Scientist 194 $ 120.00 $23,280.00 Jr.Engineer/Scientist 0 $ 90.00 $0.00 Designer 172 $ 105.81 $18,199.32 Technician 0 $ 103.53 $0.00 Office 18 $ 86.22 $1,55L96 Expenses $4,029.10 TASK SU TOTAL $55,223.28 Task 12-Services During Construction Principal 0 $ 210.00 $0.00 Sr.Project Manager 12 $ 208.14 $2,497.68 Project Manager 0 $ 137.74 $0.00 Sr.Technologist 5 $ 191.07 $959.35 Sr.Engineer/Scientist 0 $ 155.00 $0.00 Engineer/Scientist 15 $ 120.00 $1,800.00 Jr.Engineer/Scientist 0 $ 90.00 $0.00 Designer 41 $ 105.81 $4,338.21 Technician 0 $ 103.53 $0.00 Office 5 $ 86.22 $517.32 Expenses $782.65 TASII SUBTOTAL $L!O, 45.22 Tack 13-Ongoing Technical and Administrative Support Principal 26 $ 210.00 $5,460.00 Sr.Project Manager 18 $ 208.14 $3,746.52 Project Manager 0 $ 137.74 $0.00 Sr.Technologist 121 $ 191.87 $23,216.27 Sr.Engineer/Scientist 0 $ 155.00 $0.00 Engineer/Scientist 60 $ 120.00 $7,200.00 Jr.Engineer/Sclent/st 0 $ 90.00 $0.00 Desicner 40 $ 105.81 $4,232.40 Technician 0 $ 103.53 $0.00 Office 90 $ 86.22 $7,759.80 Expenses $4,024.00 TASK SUBTOTAL $55,. 99 AMENDMENT 2 SUBTOTAL $1 i,4c-oa2 AMENDMENT 2 ALLOWANCE(5%) $7,424.00 AMEWOM sitrr 2 TOTAL $155,9,14.30 PREVIOUS TASK ORDER TOTAL $70,242.6 AMENDED TASK ORDER TOTAL $235046. 4 Pce_c of2 • PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. #: 160652 ° ° BOYNTON BEACH,O. FOLOXRIDA 33425-0310 DATE: 12/23/15 VENDOR 507 SHIP TO: . TO: CHEM HILL INC. City of Boynton Beach P.O. BOX 200991 PUBLIC WORKS DEPARTMENT DALLAS, TX 75320 222 N E 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 65513 ORDERING DEPARTMENT: SW/AGGA .4411 0,0iA*ROIA' eletlfMtAgOOEPOAti :,DATE NEEDED: BID NO: COMMISSION APPROVED: Iii.801 Z'0T0:' • .r F1.V.KNDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTIONUNIT COST COST ********°*k**********_*fir**********.*** * CHANGE #: 2 * ` * CHANGE ORDER * DATE CTG: 01/05/17 . . , 29 2'732.56 DL CO #2 -- SITE VISIT & 1.0000 -,,-c.. ,,,f,--�tix- 2'7.32.56 `° TELECONFERENCE WITH- FDEP 30 1622.56 DL CO #2 - TELECONFERENCE WITH LWDD 1.0000 .0": ;2'1622.56 v 31 17620.°70 DL CO #2 - PRODUCE DESIGN CRITERIA 1.0000'V. ' �-'`'S 17620.70," PACKAGE & BID TAB 32 . 3548.84 DL CO #2 .- PREPARE AN OPINION OF 1.0000 ';'..',",...°-4:13548.84 ' PROBABLE CONSTRUCTION COST , 33 7727.56 DL CO #2 - CONTRACTOR SELECTION 1.0000 7727.56 •• ASSISTANCE. 34 33432.76 DL CO #2 - -SERVICES DURING • 1.0000x-' `' W 33432.76 e CONSTRUCTION 35 12457. 68 DL CO #2 - PERIMETER .LANDFILL'GAS 1.0000-V ° 'w. '`'12457.68•°x' PROSE TESTING :p? REMARKS: cr:: ::, LANDFILL POST-CLOSURE MAINTENANCE ASSISTANCE • J TASK ORDER R13-063-09 R15-149 COMMISSION APPROVED 12/1/15" {j• •;,,.. 4-22-2016: Amendment 1 (R16-061) , Commission Approved 4-19-2016. ADD y�32,016.40 to purchase order for additional services on. the Bbynton Beach Landfill Post-Closure,Mantenance/Repair Assistance, 1/5/17•:- CHANGE 0- *ER 2 :iE-ENNTER,LINE. ITEMS' BY PROCUREMENT SERVICES: P.O.1 TOTAL: 79142.66 - :IACCOUNT NO. - PROJECT' 431-2515-534.49-17 DEPARTMENT PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD BOYNTON BEACH,FLORIDA 33425-0310 DATE:#: 160652 12/23/15 VENDOR 507 SHIP TO: TO: CH2M HILL INC. City of Boynton Beach P.O. BOX 200991 PUBLIC WORKS DEPARTMENT DALLAS, TX 75320 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 65513 ORDERING DEPARTMENT: SW/AGGA - INCJUIRIEkttEGARING ?4 HASE-4RD CA: DATE NEEDED: BID NO: COMMISSION APPROVED: OG11742O319 EXTENDED LINER QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST ******** ************************** * CHANGE #: 2 * CHANGE ORDER Y_ * DATE CBG: 01/05/17 *********************************** �^ TASKS IN ORDER TO RECEIVE INVOICES ON PO. \C N � \c�: • ' e, \ N \ LACI %;(21:-; u:) PROCUREMENT SERVICES: P.O.TOTAL: ACCOUNT NO. PROJECT 431-2515-534.49-17 DEPARTMENT PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. #; 160652 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 12/23/15 VENDOR 507 SHIP TO: TO: CH2M HILL INC. City of Boynton Beach P.O. BOX 200991 PUBLIC WORKS DEPARTMENT DALLAS, TX 75320 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 65513 ORDERING DEPARTMENT: SW/AGGA 1NOUIRlES AWARDING P4JRCHJ SE OflDER OAR DATE NEEDED: BID NO: COMMISSION APPROVED: {669)742-&3$0 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST *********************************** * CHANGE #: 1 * CHANGE ORDER * * DATE CHG: 04/22/16 *********************************** 28 32016.40 DL AMENDMENT 1 TO TASK ORDER 1.0000 32016.40 R13-063-09; Additional Tasks related to the Boynton Beach Landfill Post-Closure Maintenance Assistance. ADD $32,016.40 to purchase order for Amendment 1. Commission Approved April 19, 2016. REMARKS: LANDFILL POST-CLOSURE MAINTENANCE ASSISTANCE TASK ORDER R13-063-09 R15-149 COMMISSION APPROVED 12/1/15 4-22-2016: Amendment 1 (R16-061) , Commission Approved 4-19-2016. ADD $32,016.40 to purchase order for additional services on the Boynton Beach Landfill Post-Closure Mantenance/Repair Assistance. PROCUREMENT SERVICES: P.O.TOTAL: 32016.40 ACCOUNT NO. PROJECT 431-2515-534.49-17 DEPARTMENT - PURCHASE ORDER' , CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160652 BOYNTON BEACH,,FLORIDA 33425-0310 . DATE: 12/23/15 VENDOR 507 ° SHIP TO: • 'TO: CH2ri HILL INC. . , City of Boynton Beach P.O. BOX 200991 = = :`'`5 PUBLIC WORKS DEPARTMENT DALLAS, TX 75320 't ;::"•t t: , 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 , . II REQUISITION NO. 65513 ORDERING DEPARTMENT: SW/,ALGA NOVe4O4 : DATE NEEDED: BID NO: COMMISSION APPROVED: t6,61/7424310, L"XiJ NUSD LINE# . QUANTITY UOM ITEM NO. AND DESCRIPTION . UNIT COST COST 1 120.00 HR SITE VISIT "& TELECONFERENCE -.;'i>-: :'vim 12, 0000 1440.00 W/FDEP-ENGINEER . 2 155.00 HR SITE VISIT& TELECONFERENCE 2.0000 310.00 W/FDEP-SR ENGINEER ° • 3 208.14 HR SITE VISIT & TELECONFERENCE - - =,`'' 4.0000, 832.56 • W/FDEP-SR PROJECT MGR . , 4 150.00 DL SITE VISIT & TELECONFERENCE "1.0000 150.00 W/FDEP-EXPENSES . . 5 120.00 HR TELECONFERENCE W/LWDD-ENGINEER, - 4.0000 480.00 6 155.00 HR TELECONFERENCE W/LWDD-SR 2.0000 310 .00 ENGINEER 7 208.14 HR TELECONFERENCE W/LWDD-SR PROJECT 4.0000 832.56 MGR 8 1.00 EA TELECONFERENCE '.VII/LWDD-EXPENSES .0001 ° .00 ' 9 86.22 HR PRODUCE DESIGN CRITERIA PACKAGE Sr .6.0000 517.32 BID TAB-OFFICE 10 120.00 HR PRODUCE DESIGN CRITERIA PACKAGE & 60.0000 7200.00 BID TAB-ENGINEER • 11 155.00 HR PRODUCE DESIGN CRITERIA PACKAGE & - 10.0000 1550.00 BID TAB-SR ENGIN 12 208.14 HR PRODUCE DESIGN CRITERIA PACK & -ICD. 17.0000 3538.38 .-BID TAB-SR PRJ MCR 13 1.00 EA - PRODUCE DESIGN CRITERIA PACKAGE & .0001 .00' BID TAB-EXPENSES 14 120.00 HR PREPARE OPINION OF PROBABLE CONST 14.0000 1680.00 COST-ENGINEER 15 155.00 HR PREPARE OPINION OF PROBABLE CONST 2.0000 310.00 COST-SR ENGINEER '1. PROCUREMENT SERVICES: 1 P.0..TOTAL: ,ACCOUNTNO. PROJECT !'+,431-2515-534.49-17 DEPARTMENT PURCHASE ORDER , CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD. P.O. #: 160652 BOYNTON BEACH,FOLORI A 33425-0310 DATE: 12/23/15 VENDOR 507 SHIP TO: TO: CH2M HILL INC. City of Boynton Beach P.O. BOX 200991 PUBLIC WORKS DEPARTMENT DALLAS, TX 75,320 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 D REQUISITION NO, 65513 ORDERING DEPARTMENT: SW/AGGA ''1 I1II;llI S 00131uG i 11RG0,.. J. ' _ DATE NEEDED: BID NO: COMMISSION APPROVED: {ss711421Q EXTENDED LINE# QUANTITY UOM. ITEM NO. AND DESCRIPTION UNIT COST COST 16 208.14 HR PREPARE OPINION OF PROBABLE CONST 4.0000 ` 832.56 COST-SR PRJ MGR . 17 . 1. 00 EA PREPARE OPINION OF PROBABLE CONST .0001 .00 COST-EXPENSES • 18 86.22 HR, 'CONTRACTOR SELECTION ASST-OF.FICE ' ' . 6..0000 . , 517.32 19 120.00 HR CONTRACTOR SELECTION 16.0000 1920.00 ASST-ENGINEER 20 155. 00 HR. CONTRACTOR SELECTION ASST-SR 12.0000 1860.00 ENGINEER .. 21 208.14 HR CONTRACTOR SELECTION ASST-SR ,ice, 16.0000 . 3330.24 PROJECT MGR ' 22 100.00 DL CONTRACTOR SELECTION :1.0000. 100. 00 ASST-EXPENSES 23" 86.22 HR SERVICES DURING ''J ` . 40.0000 3448.80 CONSTRUCTION-OFFICE 24 120.00 HR SERVICES DURING _ r�" 80.0000 9600.00• CONSTRUCTION-ENGINEER . 25 155. 00 HR ' SERVICES DURING CONSTRUCTION-SR 4.0000 620.00 ' ENGINEER '. 26 208%14 HR SERVICES DURING CONSTRUCTION-SR 18.00.00 3746.52 PROJECT MGR. 27 2000.00 DL SERVICES DURING ' 1.0000 ' 2000. 00 CONSTRUCTION-EXPENSES REMARKS: LANDFILL POST-CLOSURE MAINTENANCE ASSISTANCE . ' PROCUREMENT SERVICES: P.O.TOTAL: 47126..26 ACCOUNT NO. PROJECT , ! 431-2515-534.49-17 DEPARTMENT . PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD p O, $k: 160652 BOYNTON BEACH, FOLOOXRIDA 33425-0310 DATE: 12/23/15 VENDOR 507 SHIP TO: TO: CH2M HILL INC. City of Boynton Beach P.O. BOX 200991 PUBLIC WORKS DEPARTMENT DALLAS, TX 75320 222 N.E. 9TH AVENUE BOYNTON"BEACH, FL 33435 REQUISITION NO. 65513 ORDERIN&3 DEPARTMENT: SW/.AGA , goitimnoTtpula puhmtAsEciRDEricALL DATE NEEDED: BID NO: COMMISSION APPROVED: '6611742.010 E XTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST TASK ORDER R13-063-09 R15-149 COMMISSION APPROVED 12/1/15 I PROCUREMENT SERVICES: P.O.TOTAL: I • A�CCO[7Z'T NO. PROJECT 431-2515-534.49-17 DEPARTMENT 15 — k c4mac. Task Order No. R13-063-09 Boy on Be ch Landfill Past-Closure Mainte .nce Assisanc A. Background Since 2010 CH2M HILL Engineers,Inc.(CH2M)has assisted the CEw of':.ynton Beach(City)with the preparation and certification of semi-annual groundwater sampling reports for the City's Class 1 landfill (Landfill)in accordance with the Palm Beach County Health Department(PBCHD)Permit Number 124522-005-SF for post-closure monitoring. Additionally,CH2M helped the City develop a groundwater Investigation program,accepted by the PBCHD,designed to evaluate a decision to cease long-term groundwater monitoring. The hydrogeologic Inveestls,etion is expected to take place during Fiscal Year 2015/15;this Investigation Is not considered as part of this scope of work. Concurrently,CH2M's proposed scope of work in this proposal is aligned with the City's goal to meet regulatory guidelines by repalrinB sections of final cover damaged by erosion during the Ione-term care period of the City's Landfill. The professional services consist of the following activities,which are detailed in the Scope of Worx: s CH2M will conduct a brief site visit to review the findings of the September 3,2015 Florida Department of Environmental Protection Inspection Checklist. o CH2M will convene a teleconference with Florida Department of Environmental Protection (FDEP)officials to confirm the process and requirements to obtain regulatory approval for required remedial actions prior to the City procuring a qualified contractor and commencing repairs to the final cover system;CH2M will facilitate a teleconference with the City and the Lake Worth Drainage District(LWDD)to discuss procurement of access approval and to memorialize any LWDD permit or restoration requirements in the procurement• doge pre. red by the City; • CH2M will prepares a written corrective action plan(CAP)as required by Question 3.4 in the September 3,2015 Florida Department of Environmental Protection inspection Checklist.It Is assumed that the design criteria package including a grading plea wilt serve as the basis for the CAP,which will be submitted to FDEP by the City. e CH2M will prepare a design criteria package,which will be Included in the procurement package prepared by the City; e CH2M will prepare an opinion of probable construction cost based upon estimated quantities. The estimate will include mobilization/demobilization,granular fill,topsoil,and sod or seed covering; o CH2M will serve as a technical resource during the bid review process;and 6 CH2M will provide limited services during construction Including submittal reviews and field observation necessary to prepare the certification of construction completion documentation at the conclusion of the project for submission to FDEP, PAGEIOFr B. Scope of Servi s The scope of services included in this authorization are ea follows: Task 2-Site Visit and Teleconference with FDEP CI-12M will conduct a brief site visit with City staff to review the findings of the September 3,2W.5 Florida Department of Environmental Protection inspection Checldist. CH2M will then facilitate a teleconference with the City and FDEP to confirm the requirements to obtain regulatory approval for required remedial actions prior to commencing repairs to the final cover system. CH2M will prepare a meeting agenda for distribution and discussion with attendees.The teleconference Is expected to last up to two(2)hours. Following the meeting,CH2M will prepare a draft meeting summary,Identifying critical discussion points for review and comment by all participants. For budgetary purposes, It Is assumed the Principal,Senior Project Manager and Project Manager will participate in the teleconference on behalf of CH2M. Deliverables Agenda,electronic - Draft and Final Meeting Summary(draft for review by all) Task 2 Teleconference with LWDD CH2M will facilitate and participate in a teleconference with the City and LWDD representatives to negotiate access approval to the site and address any LWDD requirements in the procurement package prepared by the City. For budgetary purposes,It is assumed the Principal and Senior Project Manager will participate on behalf of CH24i. livereblee - Agenda,electronic Draft and Final Meeting Summary(draft for review by all) Teak 3--Produce fold Package end Bid Form CH2M will prepare a written corrective action plan that will serve as the basis for the bid package that includes construction drawings,technical construction specifications,a site plan that delineates the work limits and a grading plan.The bid package will be Incorporated Into the procurement package prepared by the City. it should be noted that CH2M will need to obtain current topographic information from the City to prepare preliminary design drawings.It is assumed that the City will engage a qualified surveying firm to perform a pre-construction survey. CH2M will provide technical assistance to the City to develop the scope of work for the selected surveying firm. Using the pre-construction survey,CH2M will develop plans for construction of the final cover of portions where erosion damage has occurred and will include standard erosion control drawings or FDOT call outs(e.g.,slit fence,hay les)where needed. PAM 2©F7 CH2M will prepare and submit a draft bid package for the City's review end comment.For budgetary purposes,It is assumed that the Senior Project Manager and Project Manager will participate in a teleconference with the City following the dmf b submittal to discuss written comments received from the City and respond to questions.The City is requested to provide one set of consolidated written comments prior to the teleconference.CH2M will respond to the City's comments to finalize the bid package that will be incorporated Into the procurement package prepared by the City. Once the bid package has been approved by the City,CH2M will provide electronic files.CH2M will prepare a bid form In MS-Word format for Inclusion in the City's front-end documents. Deliverables Draft and final corrective action plan. — Draft and final bid package. aid Form. Tusk 4—Prepare an Opinion of Probable Construction Cost CH2M will prepare an opinion of probable construction cost based upon estimated quantities.The estimate will Include mobillzatlon/demobllizatlon,granular fill,topsoil,and sad or seed covering. Bid quantities will be based upon either 1.5,CV or SV as appropriate. CH2M will perform a quantity take-off based on the best available information,Inducible the most recent FDEP Inspection Report. Deliverable - Opinion of Probable Construction Cost based upon estimated quantities. Task 5—Contractor Selection Asnistence CH2M will assist the City as a technical resource during the bid evaluation phase. Activities include attending the pre-bid meeting and providing technical input during the evaluation including responding to bidder questions and preparin;addenda. Once bids are received,CH2M will review the bids submitted and provide a summary for City consideration prior to contractor selection.CH2M will conduct a teleconference with the City to discuss pro and cons,as well as any outstanding issues related to CH2M's technical review. Deliverables - Attend pre-bid meeting. - Respond to bidder questions and provide technicol input to addenda. - Prepare draft and final bid evaluation summary memorandum. PASEJCF7 Task 6—Semi, a During Conatrcection CH2M will provide services during construction including reviewing and responding to up to fifteen(15) c ntrectar submittals including the location of the borrow pits)where granular materiel end topsoil will be obtained. CH2M's field support includes daily observation by one CH2M staff member(4 hours)for 10 days. Following project completion,CH2M will draft,finalize and submit to FDEP an application for certification of construction completion,signed end sealed by a professional engineer,at the completion of this project. A draft of the application for certification of construction completion will be submitted for review and comment by the City.CFi2iM will adjudicate City comments and finalize the application prior to submission to FOEP.Following submittal to FDEP,CH2M will respond to up to 2(two)Requests for Additional Information within this task order.Upon acceptance by FDEP,the Certification of Construction Completion should be placed In the operating record. >ellneraiA es • Submittal Review Forms - Submittal Tracking Log • Construction Logbook - Draft and final certification of construction completion for submission to FDEP - Response to up to 2(two)Requests for Additional Information C. Assumptions This estimated cost is bused on the following assumptions: e Additional meetings with the City,FDEP,PBCHD or the contractor are not Included in this scope of services. © The City will be responsible for satisfying any site access requirements negotiated under Task 2. e The City will complete the site survey by December 4,2015. e The City will be responsible for managing the procurement process and meeting the timelines presented In the Consent Order. • The City will review and provide comments on the draft Bid Pacirage and draft Bid Form within one(1)week of submittal by CH2M. • The City will be responsible for submitting all required documents to the PBCHD as specified in the Consent Order. • CH211/M is not responsible for City nor contractor delays that result in penalties specified In the Consent Order. e Nio subcontractors will be utilized by CH2M during the delivery of the scope Included herein. m The City is responsible for continuing the yearly maintenance program Implemented for the post closure monitoring period as specified in the Consent Order. m If the duration of the selected Contractor's work is greater than the time assumed in this Task Order or if the City self-perform,some of the inspections during construction,the level of effort for the services during construction may be amended. AMIE 4OF? D. Contract Reference This Task Order shall be perf,mied under the terms rind conditions described within the A reemeM titled Hydrogeologicel Consulting Services, dated August 19, 2013, between the City of Boynton Beach end CH2M Hill Engineers,Inc.,as amended. E. Compensatfr n Cormper cation by the City to CH2M will be on a time and materials basis to accordance with the above- mentioned Agreement. The estimated compensation for the services described in this Task Order Is $47,126.26 as presented in Table 1. TABLE 1. TAS?( HOURS HATE TOTAL 1.Site Nhit end Teleconference with H)EP Engineer 12 $120.00 $1,440.00 Senior Engineer 2 $155.00 $310.00 Senior Project Manager 4 $208.14 $832.56 Expenses $150.00 SUBTOTAL $2,732.55 2.Teleconference with LWDD Engineer 4 $120.00 $480.00 Senior Engineer 2 $155.00 $310.00 Senior Project Manager 4 $208.14 $832.56 Expenses $0.00 3LAITIOTAL $1,622.50 3.Produce Decign Criteria Package and Bid Tab Office 6 $116.22 $517.32 Engineer 60 $120.00 $7,200.00 Senior Engineer 10 $155.00 $1,550.00 Senior Project Manager 17 $208.14 $3,538.38 Expenses $0.00 SUBTOTAL $12,805.70 4.Prepare en Opinion of Probable Construction Cost Engineer 14 $120.00 $1,680.00 Senior Engineer 2 $155.00 310.00 Senior Project Manager 4 $208.14 $832.56 Expenses $0.00 SUBTOTAL $2,822.55 5.Contractor Seleethrt Assl nce POE 6OF7 Office 6 $t..22 $517.32 Engineer 16 $120.00 $1,920.00 Senior Encinuer 12 $155.00 $1,660.00 Senior Project Manager 16 $208.14 $3,330.24 Expenses $100.00 SUBTOTAL $7,73Z56 6.Strokes Duo-kg Cansitruclon Office 40 SE6.22 $3,443.80 Engineer 80 $120.00 $9,600.00 Senior Engineer 4 $155.00 $620.00 Senior Proiszt Mancger 18 $208.14 $3,746.52 Expenses $2,000.00 SUBTOTAL $1.9,416.32 TOTAL $47,126.26 F. Schedule CH2M estimates that Its scop a of work will be completed es presented below In Table 1. Every effort will be made to expedite the completion of the tasks. Table 1 Project Echedulo ActM Com. Date Notice to Proceed Issued to CH2M December 2,2015 Site Visit and Teleconference with FIDEP carriber 31,2015 Teleconference with LWDD Janus 8,2016 Draft Id Pac e and Bid Form Janua 29,2016 Final C,d Pe-icrQ and Bid rearm February 12,2016 Submit en Opinion of Probable Construction Cost Febrile 12 2516 Cit Advertises Bid Pursuant to the Consent Order March 4,2016 Controctor Selection Assistance April 22,2016 Services louring Construction itme 24,2016 PAGE60F7 G. Autth,,.rfizati,.;• APP BY: careo BOYNTON BEACH, FLORIDA e.43 (Dac, dzyof-fr,-.•—i__;1117:2015, = SUBMITTED BY: CH2M .,...-- 11flattw / .1y , PE V!c.c,Fr;-;gident rand Area Wits ne2er D:3te2 VAC:,_SI_dol; 20X.5 17.t..93CF7