R02-026RESOLUTION NO. R02-
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA,
AUTHORIZING AND DIRECTING THE MAYOR AND
CITY CLERK TO EXECUTE AN AGREEMENT
BETWEEN THE CITY OF BOYNTON BEACH,
FLORIDA AND INSITUFORM TECHNOLOGIES, INC.;
AND PROVDING AN EFFECTIVE DATE.
WHEREAS, the City Commission has determined that it is in the best interests of
the residents of the City to execute an Agreement between the City of Boynton Beach and
Insituform Technologies, Inc. for the in-place pipe process for reconstruction of sewer
~ipelines and lateral services utilizing Broward County Board of County Commissioners
Quotation #0207799, and
WHEREAS, the City's Utility Department has identified 350 feet of sewer main
and forty-three laterals that are in need of rehabilitation in this project located along NE
1s~ Lane from NI5 26th Avenue to Gateway Boulevard and Chapel Hill Boulevard, and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
~F THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1. The City Commission of the City of Boynton Beach, Florida does
ereby authorize and direct the Mayor and City Clerk to execute an Agreement between
the City of Boymon Beach and Insimform Technologies. Inc.
Section 2. That this Resolution shall become effective immediately upon
,assage.
PASSED AND ADOPTED this gq day o£Fcbmary, 2002.
,Dec-27-01
¢/
11:12A Gordon
lnsituform
Marshall
Worldwide Pipeline
Rehabilitation
www. JtT$ituform.com
813-754-4553
P.02
2892 Hammock Ddve
Plant City, FL 33567
Tel: 954-325-3600
Fax: 813-754-4553
gmarshall@insituform.com
December 27, 2001
Mr. Anthony J. Lombardi
Supervisor
Boynton Beach, City of
124 E Woolbright Rd
Boynton Beach, FL 33435-6040
Re: Insituform Lining Process and Laterals on NE Ist Lane and Chapel Hill Blvd.
Dear Anthony:
Insituform Technologies, Inc. is pleased to offer this quote on lining NE 1st Lane the laterals and
the laterals on Chapel Hil Blvd. The prices are from the existing Broward County Contract.
NE 1st Lane From Gateway Blvd.
350 LF of 8" x 6mm $ 36.00 LF
Light Cleaning $ 1.00 LF
Service Reconnections 14 $100.00 EA
$12,600.00
$ 325.00
$ 1,400.00
Lateral lining from Gateway Bird to NE 26m Street
Lateral Lining up to 20 LF (31) $3,060.00 EA
$94,860.00
Chapel Hill Blvd. Laterals (10) $3,060.00 EA
$30,600.00
Total $139,785.00
The City of Boynton Beach has agreed to dig-up the laterals at the City's cost if the lining process
fails. Insituform will not bill for any failed lines.
The terms and conditions governing this proposal are as follows:
Proposal Inclusions:
Certificate of Insurance with standard coverage
· Pre-installation video inspection recorded on VHS tape
· Thorough cleaning of the existing pipe prior to installation
· Post-installation video inspection recorded on VHS tape
· Standard one year warranty
· Reinstatement of service connections
· Actual field measurements w~ll determine final invoice quantities
Proposal Exclusions:
· Premiums for special insurance coverage requirements
· Point repairs of any collapsed sections of the existing pipe line
· Permits
- · Dewatering
· Disposal site for debris removed during cleaning
Dec-27-01 11:13A Gordon Marshall 813-754-4553 P.03
Mr. Anthony Lombardi
December 27, 2001
Page 2 of 2
Please note that if any hazardous or toxic materials are encountered during the
project, the Owner will be responsible for the removal and disposal of the materials
Clearing and stabilization of sewer easement for equipment access.
Proposal Terms:
Payment due within 30 days of completion of the project
Partial monthly payments may be requested
· Proposal valid for 45 days
LIMITED WARRANTY
IN LIEU OF ALL OTHER EXPRESSED, IMPLIED AND/OR STATUTORY.
WARRANTIES, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS
FOR A PARTICULAR PURPOSE, CONTRACTOR AGREES TO CORRECT ANY
DEFECTS IN THE MATERIALS OR SERVICES PROVIDED BY CONTRACTOR
WHICH ARE BROUGHT TO THE ATTENTION OF CONTRACTOR WITHIN ONE YEAR
FOLLOWING COMPLETION OF CONTRACTOR'S WORK, PROVIDED OWNER
AFFORDS CONTRACTOR SUITABLE ACCESS AND WORKING CONDITIONS TO
ACCOMPLISH SUCH CORRECTION.
Mutual Release of Consequential Dama.qes:
Neither party shall be liable to the other for consequential damages relating to or arising
out of the Contract.
We appreciate the opportunity to quote on this project. If you have any questions, please
call me at 954-325-3600.
Respectfully,
INSITUFORM TECHNOLOGIES, INC.
Gordon Marshall, Regional Representative
Owner Acceptance:
Date:
Please sign and return one copy of this proposal to this office for our files
01/30/02 WED 10:55 FAX 99543578535 BRWD CO PURCHSNG ~001
ITEM
BROWARD COUNTY BOARD OF COUNTY COMMISSIONERS
AGENDA ITEM #
NEXT ITEM
Meeting Date
04118/00
Page 1 of 2
[(tentCy appmpd, atc Action ~ M~on, Aut~ er R~¢re~n[ ~ tte~ an~ }d¢nti~ the out~
~%~es inc for the reconstruction of sewers and manhotes,3uot~?on ~pber P2
~~ d, ~ ,,,u,~,~~jj~ ~'~.source' °pen end c°n[ract t° ln~ituf°rm..
~~~nt of $753,587.25 for the Environmental Operauons utws~on ane
authorize the Director of Purchasing to renew the contract for ~o, one year periods. The
initial contract shall commence on the date of award and terminate ~o years from that date....
Why is Action Necessa~: In a~ordance with the Broward County Procurement Code, 21.31 .a.4
the Board must approve Contracts over $100,000.
What Action Accomplishe~: This contra~ will cover the required so, ices br trenchless pipe
reconstruction of sanitaw sewer mains through the installation of a pipe li~er inside the existing
sewer lines.
~ tam. ~e ~mt ~e~ in~ude~ the Ag~
THE pURCHASING DIVISION AND THE ENVIRONMENTAL OPE~TIONS DIVISION
RECOMMEND APPROVAl OF THE ABOVE MOTION.
Insituform Ternologies, Inc. was Board standardized as-a sole source, sole brand product for
repairing pipe on 11124187, item number 16
(t~clre pmj¢~ co~[ app~ b~e[ am~nt and a~unt ~m~r, ~urce ¢ ~mt~. and
a~ fulura ~di~
The funding source for this requ irement is 4610 126 8548 6500, Water and Wastewater Fund,
estimated amount $753,587.25. The dollars for each requirement will be encumbered at the
time of release.
¢'1~.~. numb~.r exhibits nun'ledcal~/.)
~. ~::'2,'~?~¢::::L~:' '~ ,~':'..-'_ '~'"'~'
~~' ...... ' ..... Tyl~e Name, TRio, AgenCy ~nd Pho~
Si~n~ e: ~ate; Phi[lip C. Allen, Director
'~_ _ ~'~;tq-O ~ Fipan~ & Administrative Se~i~s Dept.
ur o ~e, ,
P~rchasi~9 Division ~ 357~070
Fo~ 107-1-A Re~ ~ APPROVED AS ~~
CI~ A~ORN~
AG
SAND AND SEA
VILLAGE MHP
Nicldes Bird
CTR
1500
) Chippewa Cir
BO YNTON BEACH
MALL ·
t 3343e
1000
OAK.WOOD
· BOY'~'~ON P~ ·
~. SHOP, CTR
CONGRESS MS
[]
·
BUILDING
) C~mb~dge P~ (
33462
C~'~merce Rd
~// QUANTUM
BUSINESS /
~ARK .I
~ Boynton
Beach
0.5 mile
RC ~
GR
Bo
PIONEER PAR~
NE!
1 Spicebeny Cir
/LAKES OF
0
OceanIAv
sw ]O~h~Av
Main Bird
treetFinder Map
AG
CHANTICLER
VILLAS
JOINS PAGE 68
AH'
33426
One irsch equals O.41rr~e
Al
33435
0.5 tTt~e
·
INDUSTRIAL
PARK
LAKE IDA
OFFICE B
INSITUFORM Fax :9042923198 Jan 24 2002 15:22 P. 02
Certificate o~ Insurance
THIS CERT]F~C^'rE 15 t~U~ A~ A MAWR OF ~'~O~ ONlY AN~ CO~ NO ~IG~ U~ YOU ~E C~I~CA~ HOLDER. ~S C~IF~A~ L~ N~ AN
[NSU~ ~1~ AND ~ N~ AMID, ~D. OR AL~R ~E COV[~GE AF~RDED BY T~ ~LI~ ~5~ BE~W.
This Is tO Certify that
P. O, BOX
JACK$ONVI?.T.~, i~, 32203-1629
I
Ube, rt .
8dctre~s of ~"
Insured.
at the seue data efth~ ,certificate, insured by ~8 Core.ny u ...r~e. f ~e p~l~Cies) listed I~lOw, The ins.u, rance offorOed .bye? llst~.lx~.icy(ies), is .suE/act to all their terns, exclusions
~ ~itiefls and ;s not altered by any requirement, term ~r condit=n of any contm~ or other doc~meflt'wiffi te~ t~ wfli~h th~s ;ettiT~.ate may ge ;~uecl,
TYPE OF POUCY
WORKERS
COMPENSATION
GENERAL UABlUTY
[~OCCURRENCE
QCLAIM8 MADE
dJTOMOBILE UABIUTY
OWNED
NON-OWNED
HIRED
EXP. DATE
* r'~ CONT)NUOU6
[] ~CrENDEO
] POUC¥ TERM
07/0112002
07/0112002
DATE
07101/2002
,THER
POLICY NUMBER
WC7-641.004218-011
RG2-641-004218-031
AS2-641-004218-021
LIMIT OF LIABIUTY
COVERAGE Al=FORDED UNDER WC
LAWOF THE FOLLOWffflG $TATE~:
AL AZ AR CA CO CT FL GA ID
IL IN IA KS KY LA ME MA MI
MN MS MO MT NE NH NM NY
NC OK RI SC SD TN TX UT WI
HI
EMPLOYERS LIABILITY
Bodily Injury By A~ideclt
1,000.000 A~c~ont
Bodily Injury By Disease
PoliGy
1,000,000 Limit
Bodily Injury By Disease
1 ,DO0,OOO Each
G&naml Aggregate - Other then Pmdu ~t.s/Completed Operations
2,000,000
Products/Completed Operations Aggregate
2,000,000
Bodily Injury and Property Damage Liability
1,000,000 O<=u~
Personal Injury P~ ~
1.000,000 Organ..on
Other FIRE DAMAGE
100.000
Othe~ MEDICAL PAYMENTS
10,000
Each Accident. Single
1,000,000 Limit a.I. a~d P.D.
Combined
~.i. and P.D. Ea~m ~;~'~
Each Accident ~ Oc~rrence
Each Accident or Oee, un~nce
~DDITIONA~ COMMENT8
THE CiTY OF BOYNTON BEACH I$ INCLUDED AB ADDITIONAL INEURED UNDER GENERAL LIABILITY AND AUTO AB RESPECTS
THE OPERATIONS OF THE iNSURED
Denise M. Wieberg u
AUTHORIZED RBI~.~SENTAT1V~
St. Loui~ (314) 84~-0r~)0
OFFIC~ PHONE NUMBER DATE 19~iU~
INSITUFORM Fax :9042925198 J'an 24 2002 15:22 P. 05
JLo~k~o~ ~ompa.uLes/~C,
HOLDER. THW OERTIFIC:ATEDOES NOTAMEND, EXTENDOR
ALTERTHE COVER),GEAFFORDED BYTHEPOUCIESBELOW.
¢OMP~rf
COMPANIES; AFFORDING COVERAGE
I
TYPE OF INSURAHGE
PROI)rd~TY
INI AND M&I~NE
MC123500408-00
A
"o?/o~/o~ o?/o~/o2 xi
¢OVGRED ~
"'5 ~RSONaL ~
! GOgff4P....q.q INCOME
j:
$
S
$
i3:M~SG0414-O0
LOG~TION OF PREMISP. S/DESGRIP'TIQN OP PROPERTY
$
S
o?/o~/o~ o?/o~/o2 See =eZov
$
Pe~ ~ob S~e/pro~ec~ L~Lm.~.C $2,000,000~ T~a~uo~ L~m.'i.~ $2,000,000;
Sa~hquake an~ Y~oo~ Sub~:Lu~s $~,000,000.
BOX 310
~O'Z'flTO~ BB&CK FL 33425-03~0
Task Order No. 11
October 15, 2001, revised Jan 24, 2002
Technical Services for Design, Bidding and Construction Phase
for the Replacement of Sanitary Sewers Street and Swale
Improvements on NE 19 Ave., Under the General Agreement for
Professional Services between CH2U HILL and the City of
Boynton Beach
A. Background
The sanitary sewer adjacent to fl~e easement north of NE 19~' Ave., between NW 1" St. and
NE 1" Way, has on numero~as ~ceasiov, s backed up and frequently requires cleaning and
mainten,-uxce to maintain flows. The sewer is a relatively shallow line Ja~talled by the area's
developer, serving only the 8 or 9 houses between the two north/south, streets. Difficulties
j.~ cleaning m~d televising the line have lead the City to susp¢~:t that the line is also flat or
not constructed to consistent grade and that it n~y be clogged with roots or other
obst-ructioos. The line was installed above the interceptor sewer which is in the same
easement, presumably since the interceptor would have required laterals that were too deep
(+/- l0 feet).
The collection sewer, apparently 6-inch VCP, has backex't up into at least one home on more
than one occasion and is a continual maintenance problem. In addition, it is not actxmlly
located in the easen~ent that the original sewer is located in. There are no record drawings
of this line and it appears that it is tied into the deeper sewer at one of the original lateral
connections near where the deep sewer turn.~ south towards NE 19 Ave.
Even the deeper sewer in the easement is a problem due to i~s depth, age and encroachment
into the easement and over the access points from the abutting residential proI.~erties. There
are also munerous other utilities reported to be in this easement including gas, cable and
overhead electric. None are shown on the record drawings. Although the deeper sewer has
not demonstrated any unexpected problems, it is a 15-inch diameter VCP ,xnd it is over 50
years old. The main extends, fi~rough back yard easements, to the east and south. In
addition to the s~xme access ,and maintenance problen~, it is reasonable to expect that this
rnaJn would exl~ibit problems typical to aging VCP sewers including cr~cked and coil.aped
pipe sections, open or leaking joints and poor lateral connections.
The intent o~ this project is to move the sewer out into the stm~s and eliminate the above
problems. The later-ds will be re-located around the homes as necessary. The prelmm~ary
cost estimate for this corrstr~ction of ~e proposed sewer line is approxirna rely $175,000.
To minimize disruption to neighborhoods, the City will coordinate implementation of its swale
improvement program on tim streets receiving the sewer main improvements. On these streets,
the project will incorporate drainage improvements including swale, driveway m~d sidew~k
reconstruction commensurate with the sewer main work arid bid in the same construction
contract.
DFBlli~14A2.3.DOC
The CITY has requested engineering services from CH2M I-IILL (CONSULTANT) to implement
the NE 19* Ave. Area sewer and swale improvements m the general area bounded by NE 19~
Ave. to the south, NE 1'~ Way to the east, NE 1" Street to the west and NE 20~' Ave. to the north.
Based on current knowledge of the system, the downstream extent of the project is expected to
the manhole on NE 19~ Ave. where the existing sewer comes in from the north. Items included
irt this Task Order provide for the preparation of biddable construction doCuments and bid
phase services.
B. Scope of Services
Task 1 - Design
The CONSULTANT will provide professional enginecrirtg services to the CITY for replacement
of the 6-inch sewer main serving the ab. ore-described area and the swale improvernerdm along
the same section of streets. The Work will include preparation of Drawings and Specifications to
be used for bidding and construction.
The specific scope of services to be provided by the CONSULTANT in this Task Order includes
~rhe following:
1. Perform a walk through of the area identified for new sewers to verify water line,
sanitary sewer and other utility locations and aligrtments based on observations of
manholes and surface features.
2. Determine appropriate pothole locations for incltL~ion into the survey sub-contract.
Potholes will determine top of pipe elevations relative to taearby permm~ent
structures or pavement surface. All pipes that cross the path of proposed piping
should be located. In addition arty pipe paralleling and within 10 feet of proposed
path of the mew piping shall be potholed and elevations determined every 250 feet.
3. Perform a field survey, utilizing a licensed surveyor, of the streets identified as
follows:
· NE 20~' Ave - 420 LF
· NE 1" Way- 240 LF
· NE 19~' Ave - 340 LF
4. The survey will need to provide topography and street cros,,=-sections and well as
location of all surface features, including vegetation, manholes (with inverts),
driveways, walks and curbing. Using surface features, existing record drawings,
known utility intormation and City mapping prepare base plans for the project.
5. Prepare Construction Drawings for sewer main replacement and the swale
improvements, Note: Swale improvements will only extertd as far as the sewer
mains or to the next driveway and will include both sides of the street. Swale design
will be based orr details developed for the Seacrest Estate~ water main project.
Provide five copies of 75 percent and 100 percent complete Drawings to the CITY for
review. CONSULTANT shall meet with the CITY to discu~ review comments after
each respective submittal. CITY comments shall be incorporated into the Drawings
as appropriate. It is expected that the CONSULTANT will coordinate with the
CITY's construction services group.
DFBlOO14.A?.3.~
01/2572002 12:50 954-6S0-6010 CH2M HILL
· Drawings w~l be provided at the 75% and 100% (bid documents) stages. The 75%
drawings will be provided at half-size.
The Drawhags will show the new sewer mains in plan and profile view and the
service laterals from the mains to the backs of the homes in plan view only. Spot
elevations will only be provided ~t conflicts, Drawings will be a ~ale of 1" -- 20'.
· The new sewer mains willbe located within the fight-of-ways of the
neighborhood streets.
· Swale improvements and sidewalk replacement will be shown by use of
standard sectioixs keyed to the plan drawings. Driveways to be regraded and
zeDlaced will be shown on the drawings. Swales and ch'iveways will be replaced
on both sides of any sl~eets where sewer main improvements are made.
· Provide to the CITY five copies of full-size final Drawilxgs along with an
electroixic version of the Drawings in DWG file format, compatible with the
CITY's AutoCAD systerm
· All existing and proposed right-of-ways shall be indicated and dimensioned, as shall
public utility easements.
Drawings will show locations of existing water lines, sanitary sewers, and storm
sewer inlets. Streets, driveway, and builclings will be outlined or~ the Drawing.
Existing pavements shalI be indicated and climensiorually located within the right-of-
· Rim elevations and pipe inverts on all sanitary sewer manholes and storm ~wer
inlets shall be indicated.
· Accessible benchmarks shall be listed on all plans using N.G.V.D.
· Topographic details such as fences, sidewalks, walls, curbs, vegetation, signs poles,
etc. wilt be shown as required to fully depict the swale, drivbway and sidewalk
improvements.
· Existing underground utilities will be shown on the Drawings based on field survey
and existing record information. Utilities shown are only those utilities located
within the work area. Utility locations will be verified with City personnel and "No-
Cuts".
The project will require the Contractor to provide internal CCTV or SSET surveys of
all installed sewers as well as the existing sewer in the easement. The existing sewer
will be surveyed after all the old service laterals have been sealed off.
· The CiTY's Standard Details shall be incorporated into the Drawings.
· The project cltawings are expected to consist of the following sheets:
DFB10014Ae.3.DOC
01/25/2002 12:50 954-698-6010 CH2M HILL PAGE 05
Estimated Sheet Count for NE 19a Ave. Sewer Replacement
City__9_(Bo,'nton Bea..ch _.
Sheet No. "Draw-.m..g No. Title
1 G-1 Co¢er Sheet
2 G-2 .. Le eg~n_ds ....._.
3 C-1 Overall Site Plan
4-6 C-2. to C-4 "' Sewer and Swale Improvements Plan
7 ..... . D-1 . Typical Swale Sections and Details
8 D-2 i Typical Driveway and Sidewalk Detail.q
9 ..... D-3 Standard Det~ails
10 13-4 - Standard Details ,
6. Prepare and submit a standard Palm Beach Courtty Health Department permit
application package for the construction of the replacement sewer. As part of the
application process, CH2M HILL will prepare revisions or provide additional
information as required by the Health Department in their review of the permit
application package.
7. Prepare Specifications and Contract Documents for bidding purposes for the sewer
rna~ replacement and swale improvement work.
Contract Docannents will use the City's existing "front-end" modified as
appropriate for this project. Division 1-16 technical specifications will. utilize the
CiTY's master specifications modified as appropriate for this project.
· Separate bid schedules will be provided for the sewer main and the swale
related work.
· The new sewer mains will be 6 or g-inch diameter, SDR 26 PVC, unless
otherwise instructed by the CITY.
· The existing sewer mains willbe cut and abandorted in place. Manhole tops will
be removed and filled or otherwise abandoned as instructed by the CITY. The
existing rear easement sewer will be TV inspected and all abandoned service
laterals will be sealed off.
· Specifications will indude all restoration requirements, limitation on Contractor
activities in residential neighborhoods andpublic notification requirements.
The contract docttments will provide for coordination and'taking of temporary
construction easements for the routing of service laterals to individual lxoroes by
the contractor, Installation of house services will be included in the Contract
Documents.
8. Prepare a cost estimate based on the bid proposal for the project.
Task 2- Bid Phase Services
Bid ~>hase services to be performed by the CONSULTANT axe:
[;)F~1(X)14A2.3.OOC
4
01/25/2002 1~:50 954-69~-6010 CH2M ~ILL ~AG~ 0~
1. Prepare Draw~g and Specification packages for bidding purposes.
Respond to questSons from prospective bidders and suppkiers and issue addenda as
appropriate.
3. Review the bids received and recommend award.
Task 3- Services During Construction
The specific construction, phase services or services during comtructfon (SDC) to be provided by
the CONSULTANT include the following:
Prepare agenda amd Conduct pre-construction conference with selected contractor.
Prepare and issue written meeting minutes of meeting.
2. Review submittals for ger~eral compliance with the design concept of the project and the
provisions of the Contract Documents.
3. Attend regular on-site construction progress meetings and provide a written summary of
the issues discussed. Meetings w/Il be informal but shall include City staff, the Contractors
superintendent and/or foreman and the CONSULTANT in attendance, wtxo will prepare
and distribute minutes. Four progress meetings have been budgeted.
4. Review and reconciliation of the contractor payment requests, darffications, change orders
and requests for quotations. This is also based on a basic 8-week constructior~ period.
5. Respond to contractor requests for information or ~terpretatiorm.
6. In conjunction with CITY staff, make preliminary and final inspectior%s and prepare and
assist in the resolution of the contract ptmc_h list. Advise the CITY as to the Substantial a_nd
Final Completion of the project in accordance with the Contract Documents.
7. Prepare and submit to the CITY an electronic version of the Record Drawir~gs and one full-
size set of reproducible drawings. The Record Drawings will show the changes made
dming construction, based on marked prints, drawings, and other data provided by the
contractor.
C. Assumptions
The following assumptions were made for the preparation o~ this Task Order:
1. The City will provide "front-end" contract docttments in digital format if they have
changed from what the CONSULTANT already has.
2. The City will provide standard sewer main and street details in digital format.
3, Tkere ~ no permitting requirements anticipated for this project.
4. Definition of and taking of any easements will be the responsibility of the City.
D. Additional Services
The following are examples of some specific additional services that may be required, but ate
not irtcluded within this Scope of Services.
DFB10014A23.DOC
01/25/2002 12:50 954-698-6010 CH2R HILU PAGE 07
1. Additional supervision or construction observation in excess of that specified in Lkis
Task Order.
2. Consta-action phase services are based on an estimated 8 weeks of actual consmaction
from ~e ~xe of contractor mobilization to final inspection. If the period of consb'ucfion
is extended, additional time and expenses may be necessary.
3. Assist~n$ the Ci~ in the sefflement of const~ttcfion contractor claims.
These and other services can be provided, if desired by the CITY, under separate Task Order(s)
or by am amendment to this Task Order. Services performed will be on an as-directed basis in
accordance with a written Notice to Proceed from the Utilities Director.
E. Obligations of the CITY
1. The CITY shall provide to the CONSULTANT, as required for the performance of
services specified herein, record data and Lrfformation ~elated to the sewer system, water
distn~oution syste~x and streets within the project.
2. The CITY shall review ali drawings arid other doctunents presented by CONSULTANT;
obtain advice of an attorney, insurance counselor, and others as CITY deems
appropriate for such review and tender decisions pertaining thereto within a reasonable
time so as not to ttttteasonably delay the services of CONSULTANT.
3. With assistance by CONSULTANT, as descn-bed herein, the CITY, as applicant, shall
obtain approvals and permits from all governmental authorities having jurisdiction over
the project. The CITY is responsible for the payment of all permit fees.
F, Compensation
Compensation by the C1TY to CONSULTANT for all tasks except 3.3 will be on a lump sum
basis in accordance with the Agreement. Task 3~3, Resident Observation will be invoiced on a
time and materials basis for the amount of work actually required by the project. The estimated
compe~ation for the services described in this Task Order is $40~234.00 as described in [he table
below:
DF~1OO14A28,OOC
NE 19~ Ave+ Sewer and Swale Replacement
City of Boynton Beach
Labor Labor Expense Grand
Hours Cost Cost Total
Task 1 - Construction Documents 110 $12,600 $370 $12,970
Task la- Survey N/A ~70 $3,150 $3,520
Task lb - Perm/tfing 24 $2,650 $1b0 $2,800
Task 2 - Bid Phase Services 35 $3,334 $810 $4,t44
Task 3 - Services During Construction 140 $15,500 $1,300 $16,800
Task 3.3 - Resident Observation~
Total
*Removed
$34,434.00 $5,780.00 $40,2.~00
G. Schedule
The 75 percent complete Drawings (including field survey) will be completed within 60 days
from the Notice to Proceed. The 100 percent compleie Drawings will be completed within
30 days of receipt of the CITY's review commen~ on the 75 percent Draw/rigs.
APPROVED BY:
~ ......,
By:Gec~o,t~ F."
Dated this J__ day of /Vi ffR~ ,20m.
CI-t2M HILL, INC.
By:
Thomas M. McCormick, P.G.
Vice President, Area Manager
Dated this __ day of
,2001.
DF1~10014A23.oOC
CITY ATTORN E?
7