Loading...
R02-052RESOLUTION NO. R02- 05 ~ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE TASK ORDER NO. 01-05, BETWEEN THE CITY OF BOYNTON BEACH AND CAMP, DRESSER & MC KEE IN THE AMO~T OF $59,500 FOR THE STORMWATER MANAGEMENT IMPROVEMENTS AND WATER MAIN REPLACEMENTS FOR THE NORTH AND SOUTH ROADS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, this project is necessary to alley/ate stormwater issues on North and Roads due to overloading of the existing system; and WHEREAS, this task order amendment will requ/re surveying, geotechnical investigations, preliminary and final design and permitting services and is a component best implemented as an amendment to the on-going task order for Stormwater Management Improvements and Water Main Replacement for the NE 7th and NE l0th Avenue project; and WltEREAS, the City Commission upon recommendation from staff, deems it and in the best interest of the residents and citizens of the City to approve Task Order No. 01-05 in the amount of $59,500 to Camp, Dresser & McKee for the gtormwater Management Improvements and Water Main Replacements for the North and South Roads. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION TI-IE CITY OF BOYNTON BEACH, FLORIDA, TI/AT: Section 1. The City Commission of the City of Boynton Beach, Florida does authorize and direct the Mayor and City Clerk to approve and execute Task Order 01-05 in the amount of $59,500 to Camp, Dresser & McKee for the Stormwater Management Improvements and Water Main Replacements for the North and South Roads. Section 2._ This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this It:~ day of March, 2002. Commissioner · - ~-~ask Order 01-05 031103 ENGINEERING SERVICES TASK ORDER CITY OF BOYNTON BEACH TASK ORDER NO. 01-05, Amendment No. 1 DATE: Iq - CDM PROJECT NO. 6276 - 5 I. PROJECT TITLE Stormwater Management Improvements for the North and South Roads Area BACKGROUND C~amp Dresser & McKee, Inc. (CDM) has been retained by the City of Boynton Beach (City) to implement stormwater improvements for the NE 7a~ Street area. The City has identified the need to also implement storrnwater improvements for the North and South Roads area located several blocks north of the NE 7m Street area, and therefore requested this amendment for engineering services to include the additional area in the project. This amendment will include surveying and geotechnical investigation, design, permitting and cost estimating for stormwater improvements in the North and South Roads area. The intent will be to construct the combined improvements in a method referred to as Engineer, Procure and Construction Management at Risk (EPCM), in which CDM will serve as Construction Manager and oversee the construction activities of suppliers and subcontractors to construct the improvements. 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 4th day of October 2000 between the City and CDM. IV. SCOPE OF SERVICES The Scope Of Services shall include surveying, design, permitting, technical reviews, cost estimating and public relations related to the implementation of the stormwater improvements to the North and South Roads area. The work will be implemented with the planned stormwater improvements to the NE 7th Street area. The detailed Scope of Services are included in Exhibit A. V. PROJECT STATUS REVIEW CDM shall provide the City with written monthly status reports during the duration of the project 0000-DFHNB -MD.Db-14It B de1423-02/13/02 VII, PROFECT SCHEDULE CDM will commence services upon receipt of written authorization and will complete the professional engineering services within the schedules provided in Figure No. 1. COMPENSATION FOR SERVICES The total amount to be paid to CDM by the City under this Task Order for surveying, geotechnical investigation, design, permitting and cost estimating shall be a not-to- exceed amount of $59,500. A breakdown of the labor hours and other costs associated with this 1'ask Order are provided in Exhibits B and C. Once the design and permitting is completed and a Guaranteed Maximum Price for each of the three areas of work has been determined, the EPCM contract, as generally outlined in Exhibit D, will be authoriz, ed for construction of the work. IN WITNESS WHEREOF, the parties have hereunto set their hands the day and year first above written. CAMP DRESSER & McKee INC. D~vid F. Hol~z~ ~.E./ Associate CITY OF BOYNTON BEACH, FLORIDA G~erald F. Broenmg, Mayor APPRO~ CiTY ATTOR N ~'~ 0000 'DFHNB'MD 'DI~'HBB 2 de 1423 -02/13~02 FIGURE 1 PRELIMINARY PROJECT SCHEDULE CITY OF BOYNTON BEACH STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS FOR THE NORTH AND SOUTH ROADS AREA MONTHS TASKS 1 2 3 4 5 6 Task 1.0 - Topographic Survey and Geotechnical Investigation ~ ~ Task 2.0- Hydrologic and Hydraulic Analysis ~ ~ Task 3.0 - Design ~ ~ Task 4.0 - Permitting Assistance ~ ~ Task 5.0 - Meetings and Public Awareness ~ ~ Task 6.0 - Cost Estimating , , ~ bs6783.xls-2/13/02 EXHIBIT A STORMWATER MANAGEMENT IMPROVEMENTS FOR THE NORTH AND SOUTH ROADS AREA SCOPE OF SERVICES The scope of services for this task order, as an amendment to Task Order 01-05, is described below. STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS FOR THE NORTH ROAD AND SOUTH ROADS AREA CDM will perform the design of the proposed surface water management system to,improve water quality and decrease the nuisance flooding experienced by the residents in the North Road and South Road area. The project is bounded by the C-16 canal to the north, U.S. Highway 1 to the west, the Intracoastal Waterway (ICW) to the east, and South Road to the south as shown irt Figure 1. The project area is located immediately west of the ICW in a relatively flat area and currently is not served by a stormwater system. The area experiences frequent nuisance flooding of streets and lawns. A description of the tasks comprising the scope of services for this amendment is as follows. TASK 1.0 - TOPOGRAPHIC SURVEY AND GEOTECHNICAL INVESTIGATIONS CDM will employ the services of a licensed professional surveyor, registered in the State of Florida, to conduct surveying services in the project area. A specific-purpose topographic survey will map the project area with a contour interval of 0.5 feet. Spot elevations along the crown of the streets will be identified at 50-foot intervals. The survey contours will reflect existing building pads, roadways, swales, culverts, and depressed areas. The survey will identify known underground and overhead utilities and will identify right-of-way monuments. In addition, stormwater structures, roadways, and inverts of stormwater pipes will identified. The horizontal datum for the survey will be NAD 1983 State Plane Coordinates and the vertical datum will be the NGVD 1929. The topographic map and data obtained by the surveyor will be used to perform hydrologic and hydraulic analyses for the project area and to develop design drawings depicting site improvements. The survey will be in digital format. Surveying services to map and provide legal descriptions of easements, which may be required for project implementation, are not curr. ently identified and are not included, but may be provided via amendment of this task order, if needed. A budget of $12,000 is included for obtaining the above survey information. Geotechnical Investigations will be performed at appropriate locations to assist in the design of the stormwater management system. It is anticipated that two borings will required along each street. In addition, geotechnical data will be obtained via this amendment for NE 7~h Street. A budget of $2,500 is included for obtaining geotechnical information. z LU TASK 2.0 - HYDOLOGIC AND HYDRAULIC ANALYSIS CDM will use the data collected from Task 1 to delineate the tributary area for the watershed. CDM will divide the study area into subbasins and estimate the peak flows from the 2.5 inch, 5- yr/24-hr, 25-yr/24-hr, 25-yr/72-hr, and 100-yr/72-hr storm events. Based on the topographic survey and information gathered on hydraulic structures, a hydraulic routing analysis will be performed for the recommended improvements. The results of the hydraulic analysis will be used to identify maximttm water surface elevations for the iow-lying areas that are currently subjected to frequent flooding. A letter report will be developed to identify the recommended improvements. TASK 3.0 - DESIGN OF STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS Based on the recommendations of the letter report developed under Task 2.0, CDM will design the stormwater management syste,m improvements for the project area. The design will likely include inverted road crowns for the streets or swales if possible, culverts, inlets, and a treatment device at the out/all. CDM will prepare construction drawings and specifications for the project, based on the topographic survey provided under Task 1, and the design activities described above. The drawings will include the road grading details, plan and profile of the roads, and details of the culverts, inlets, and treatment structures. A description and estimate of the number of drawings required to depict work for the improvements, as part of the NE 7m Street project, are presented in Table A-1. Table A-1 Drawings List - Stormwater Management System Improvements for North and South Roads Sheet Description No. Of Sheets Plan and Profile Sheets (Scale 1" = 20') 4 Detail Sheets 2 Total 6 Task 4.0 - PERMITTING ASSISTANCE CDM will coordinate with the South Florida Water Management District (SFWMD) to submit the necessary applications and related technical information to obtain a permit for the implementation of the project. This proposal is based on responses to two Request for Additional Information (RAI) from the regulatory agendes. The City will be responsible for all fees associated with the permit applications. TASK 5.0 - MEETINGS AND PUBLIC AWARENESS CDM will participate in up to two (2) meetings with City staff and residents of the community, as required during the course of the project. S:\0000~bs6699.doc-2/13/02 A-2 CDM will coordinate with the City and assist in preparing presentation boards to inform the residents of the proposed stormwater improvements within the project area. TASK 6.0 - COST ESTIMATING CDM will prepare the engineer's estimate of probable cost for the construction fro the implementation of this project at the 60 percent and 90 percent stages of the design process. At the final design stage (100 percent) CDM will prepare the final engineer's cost estimate for construction that will be used to establish a Guaranteed Maximum Price for the implementation of this project as an amendment to this task order. S:\0000~bs6699.doc-2/1~i/02 A-3 EXHIBIT B-1 PROJECT BUDGET PROJECT: CONTRACT REFERENCE: Stormwater Management Improvements for North and South Roads Area Agreement between City of Boynton Beach and Camp Dresser & McKee Inc. dated October 4, 2000 Labor Category_ Project Director Technical Specialist Senior Engineer/Scientist Professional II Professional I Senior Support Services Staff Support Services Clerical TOTALLABORCOST OTHER DIRECT COSTS Reproduction and Supplies Travel Computer and CAD Postage and Shipping TOTAL Ollq-ER DIRECT COSTS Hours. Hourly Rate (S/hr) Total 14 $138 19 $144 54 $123 72 $78 80 $67 32 $99 236 $61 24 $39 531 $500 500 1,000 500 $40,786 $2,500 OUTSIDE PROFESSIONAL SERVICES (With 10% Mark-Up) Surveying Geotechnical Investigations TOTAL OUTSIDE PROFESSIONALS $13,200 3,000 $16,200 TOTAL ESTIMATED COST UPPER LIMIT AMOUNT $59,486 $59,500 0000-DFHNB-MS. DFHWPB S:\0000\de1424~./'I 3/02 B-1 < Z © [.~ ;>