Loading...
R06-117 II 1 RESOLUTION NO. R06- if7 2 3 A RESOLUTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AUTHORIZING EXECUTION OF 5 TASK ORDER NO. U06-7-2 IN THE AMOUNT OF $212, 6 522.23 WITH ERDMAN ANTHONY OF FLORIDA, 7 INC., (D/B/A CROSSROADS ENGINEERING & 8 SURVEYING) TO PROVIDE DESIGN, PERMITTING, 9 BIDDING AND CONSTRUCTION PHASE SERVICES 10 FOR LIFT STATION REHABILITATIONS AND 11 REBUILD PROJECT FOR LIFT STATIONS 101, 202, 12 ' 313, 404 AND 610; AND PROVIDING AN EFFECTIVE 13 DATE. 14 15 16 WHEREAS, the City of Boynton Beach has determined that five (5) lift stations in 17 various locations do not meet current standards and need to be reconstructed or rehabilitated 18 to improve the City's sanitary sewer system; and 19 WHEREAS, Task Order #U06-7-2 with Erdman Anthony of Florida, Inc., will 20 provide professional engineering services to recommend and determine the most effective 21 method for replacement or rehabilitation ofthree of the five existing lift stations; and 22 WHEREAS, The designs for Lift Stations 101 and 313 have already been completed 23 and Erdman Anthony will coordinate and incorporate the plans into a single set of drawings 24 for bidding purposes; and 25 WHEREAS, the City Commission of the City of Boynton Beach upon 26 recommendation of staff, deems it to be in the best interest of the citizens of the City of 27 Boynton Beach to authorize execution of Task Order U06-7-2 in the amount of$212,522.23 28 with Erdman Anthony of Florida, Inc. (d/b/a Crossroads Engineering & Surveying). 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 30 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S:\CA\RESOlAgreemenls\Task - Change Orders\Erdman Anlhony-TaskOrderU06-7_2.doc II Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 2 being true and correct and are hereby made a specific part of this Resolution upon adoption 3 hereof. 4 Section 2. The City Commission of the City of Boynton Beach, Florida does 5 hereby authorize and direct the approval and execution of Task Order U06-7-2 in the amount 6 of $212,522.23 with Erdman Anthony of Florida, Inc., (d/b/a Crossroads Engineering & 7 Surveying) for engineering services to provide design, permitting, bidding and construction 8 phase services for Lift Station Rehabilitations and Rebuild Project for Lift Stations 101,202, 9 313,404 and 610, a copy of which is attached hereto as Exhibit "A". 10 Section 3. This Resolution shall become effective immediately upon passage. 11 PASSED AND ADOPTED this ~ day of July, 2006. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 ATTEST: 30 ~ 31 32 33 34 CITY OF BOYNTON BEACH, FLORIDA - Change Orders\Erdman Anlhony-TaskOrderU06-7_2.doc Task Order No. U06-7-2 Lift Station 101, 313, 202, 404 and 610 R~-1l1 A. Background Lift Station 101 is located near Briney Breezes. The Sewage from the community of Briny Breezes flows to the City of Boynton Beach's (the CITY's) Lift Station (LS) 103. The sewage from LSl03 flows to the south via two routes: a 4" force main on the west side of SR AlA, and LS 101 in the St. Andrews golf course community. Both stations are older and not constructed to current standards. The CITY desires to remove LS103 from service and to replace or upgrade LS 101. Additionally, there is a 4" force main within the SR AlA right of way on the east side of the highway. The force main on the east side of SR AlA experiences low flow, particularly during the summer months. This results in stagnation that causes odor problems at the down stream manhole. To improve the flow in this force main, the CITY desires to install an interconnect under SR AlA near the north limits of the eastern force main. Erdman Anthony previously contracted with the City of Boynton Beach to perform the survey, design and limited construction observation for the lift station and a force main interconnect. The design is complete and permitted and the construction related services have not yet begun. The City desires to delete the remaining portion of that contract and expand the services provided by Erdman Anthony during construction. The City anticipates completing the force main interconnect with staff personnel. The City desires to incorporate the construction plans for the lift station reconstruction into a single set of plans for the five lift stations so that they can be bid and constructed together. Lift Station 313 is located at NW3rd St and NW 13th Ave and is an older lift station that was damaged in the hurricanes and needs replacing. The station reconstruction was designed and permitted by Kimley Horn, Inc. The City desires for those construction plans to be incorporated into the single set of plans for the five lift stations without redesign, permit modification or any other changes so that all five lift stations can be bid and constructed together. Lift Stations 202, 404 and 610 are three older sanitary sewer lift stations owned by the City of Boynton Beach that were constructed with a small, shallow, can-style wet well with a separate dry well for the pumps and valves. This type of construction does not meet the CITY's current standards and the stations have neared their design life. Therefore, the CITY desires to upgrade or replace these three lift stations to meet the current design criteria. The three lift stations are located as follows: · LS 202 at New Palm Way and Lake Street near the Intracoastal Waterway · LS 404 between Main Blvd. and South Blvd. just east of 1-95 · LS 610 south of Neptune Dr. and east of Congress Ave. This Task Order will be submitted as a stand-alone document. It addresses fees for Erdman Anthony of Florida, Inc. (the CONSULTANT), to supply professional services for the described design, permitting, bid phase, construction observation and certification services. The construction documents will be prepared in one set of plans and the CITY will bid and construct these facilities together. Each lift station will be permitted separately due to their locations. TASK ORDER NO.2 - Lift Station 101, 313, 202, 404, and 610 Replacements B Scope of Services for Phase I Task 1 - Analysis The CONSULTANT will investigate the existing conditions including the following for LS 202, 404 and 610: 1. Field review the sites in coordination with the neighboring community (if deemed necessary) and CITY staff. Assess the physical dimensions of the existing lift stations for their suitability to be upgraded. 2. As an optional service, obtain a soil boring for the approximate location of the proposed lift stations to provide the Contractors with adequate information related to the level of effort they will experience in excavating the wet well. This service will be performed by CONSULTANT'S subconsultant, Dunkelberger Engineering & Testing, Inc. 3. Estimate the flow and head conditions for the lift stations and recommend a size, depth, and pump for the lift station. 4. Perform Utility Coordination Efforts as follows: A. Obtain documents of record, where available, related to the existing conditions including utility company record drawings, roadway plans, proposed improvements, right-of-way maps, and flow data for the existing lift stations. Review available utility plans, atlases, and maps of the area for location of existing utilities. Coordinate the proposed facilities with existing utility alignments to avoid conflicting routings to the extent possible. B. Perform site investigation activities including a field survey of the project area to verify water line, sanitary sewer, and other utilities locations and alignments are consistent with those shown on utility record drawings. Document surface details such as fences, sidewalks, walls, curbs, vegetation, sign poles, etc. to the extent that they are visible and may be materially affected by the construction of the proposed improvements. It is assumed that CITY personnel will obtain the dimensions and data for the confined spaces (inside the wet well and dry well). C. Show existing underground utilities on the Drawings based on available information obtained from the CITY and as verified by the field review discussed above. Only those utilities located within the work area that will materially affect construction of the improvements (i.e., water or sewer mains, telephone conduits and cable, fiber optic or electrical lines ) will be shown. D. Utility locations will be verified by CONSULTANT through our sub consultant F.R. Aleman using soft-dig technology at a charge of $275 per spot location. For the purposes of this proposal, it was assumed that there would be 15 spot locations to be located. 5. Analyze the flows and recommend upgrade or replacement of the existing lift station. 2 TASK ORDER NO.2 - Lift Station 101, 313, 202, 404, and 610 Replacements 6. For LS 404 coordinate with FPL regarding the availability of three phase power, inquire with FPL as to the effort needed to bring three phase power to this location, review the availability of easements and/or rights of way for the corridor (assumed to be approximately 1000') and coordinate with FPL to extend their three phase service to the site concurrently with the construction of the lift station (assumes that FPL will be able to provide three phase service, that right of way is available, that the cost is acceptable, and that FPL will produce all survey and design needed for the effort). The coordination with FPL will be performed by the project electrical engineer. Smith Engineering Consultants, Inc. will serve as the project electrical engineer as a sub-consultant to the CONSULTANT. Task 2 - Design The CONSULTANT will provide professional engineering services to the CITY for the analysis and upgrade or replacement of the existing lift stations. 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 CONSULTANT in this Task Order includes the following LS 202, 404 and 610: 1. Drawings will be provided to the CITY at the 60, 90 and 100 percent stages of design completion. The 90 and 100 percent drawings will be provided in full-size format. Drawings for permit review will be full size format. 2. The Drawings will show locations of new and existing water lines, existing sanitary sewers, and storm water inlets, if any. Streets, driveways, and sidewalks will be outlined on the Drawings. Plan drawings will be at a scale of linch equals 20 feet on 24"x36" sheets. 3. Upon completion of the 60 and 90 percent drawings, CONSULTANT will supply the CITY two (2) sets ofreview documents. The CONSULTANT will attend a design- review workshop with CITY personnel to receive and discuss review comments regarding the 90 percent submittal. The CITY will provide CONSULTANT with a single marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage of design deliverable. For the 90% deliverable, draft specifications will be provided. 4. The CONSULTANT will transmit the 90% submittal and signed permits to the appropriate agencies on behalf of the CITY. 5. Upon completion of the 100% documents, CONSULT ANT will supply the CITY three (3) sets of the final documents with appropriate copies of permit applications for signature. 6. It is assumed that all of the improvements will be located within existing easements or rights-of-way. 7. The location and elevation of established horizontal and vertical control (if any) will be listed on appropriate plan sheets. 3 TASK ORDER NO.2 - Lift Station 101, 313, 202, 404, and 610 Replacements 8. CITY -developed standard details applicable to the work will be incorporated into the Drawings. CONSULTANT will modify, as necessary, the CITY's standard details. 9. Specifications for the improvements are to be prepared by the CONSULTANT for bidding purposes and the CITY will prepare the Contract Documents. These Contract Documents are to reflect the following: . Contract Documents will use the CITY's existing "Front-End" conditions modified by the CITY as appropriate for this project. The CITY will provide master technical specifications that will be modified by CONSULTANT as appropriate for the project. · The project will be prepared as one set of plans and bid documents and will be constructed as a single project. . The existing lift stations will be replaced or upgraded. 10. An opinion of probable construction cost will be prepared by CONSULTANT for the 90% and 100% drawings and specifications. The cost estimate format will be consistent with the bid proposal tabulation sheet for the project. The cost opinion will be provided to the CITY during the 90% design review and at the time the advertisement for bids is published. 11. The project drawings are expected to consist of the following sheets: Estimated Sheet Count C't f B t B h Ity 0 oyn on eac Sheet No. Description 1 Cover Sheet (Title & Vicinity Map) 2 General Notes, Legend, Abbreviations 3 Lift Station 101 Plan 4-8 Lift Station 313 Plans 9 Lift Station 202 Plan (1"=20') 11 Lift Station 404 Plan (1"=20') 12 Lift Station 404 Electrical Plan 13 Lift Station 610 Plan (1"=20') 14-16 Construction Details 12. The project electrical engineer will review the plans, details and specifications. Task 3 - Permitting The CONSULTANT will assist the CITY in obtaining Palm Beach County Health Department (PBCHD) permits for the lift station replacements for LS 202,404 and 610 by completing the permit application forms for CITY approval/signature and providing required drawings and specifications necessary to obtain the permits. Permit application forms, including drawings and specifications, for permitting through the PBCHD will be submitted to the CITY concurrent with 4 TASK ORDER NO.2 - Lift Station 101,313,202,404, and 610 Replacements delivery of the 90% design documents. PBCHD permit fees will be paid directly by the CONSULTANT and will be reimbursed by the CITY. Two copies of the final permitting packages (plus the number of agency required copies) will be submitted with the 90% plans for submittal to the PBCHD by the CITY. CONSULT ANT will prepare responses for up to two (2) "requests for additional information" made by regulatory agencies following submittal of the permit applications. Responses required by additional agency requests for additional information will be considered an Additional Services item. CONSULTANT shall incorporate permit agency comments into the 100 percent plans set. If any de-watering permits are necessary to conduct the work, their acquisition will be the responsibility of the Contractor. CONSULTANT, through the CITY, will provide the Contractor with necessary site figures and data to support the permitting effort. Preparation of applications for other permits for the above agencies or for other regulatory agencies beyond that specified above will be considered an Additional Services item. Such additional permits not included in this scope of work may include, but not be limited to, wetland dredge and fill permits, right-of-way construction permits, Asbestos Handling/Disposal notification permits, Archeological/Historical preservation permits, endangered species permits, and tree removal permits. Task 4 - Bid Phase Services Bid phase services to be performed by the CONSULTANT will include the following for LS 101,313,202,404 and 610: 1. The CITY will prepare Contract Document packages (i.e., drawings and specification) for CITY advertisement and bidding purposes. 2. The CONSULT ANT will distribute copies of the Contract Documents to the prospective bidders for a fee that the CONSULTANT may charge to the Contractors. The CONSULT ANT will maintain a record of all Contractors who purchase Contract Documents from the CONSULTANT. 3. The CITY will maintain a record of prospective bidders to whom bidding documents have been issued. 4. The CONSULTANT will respond to questions from prospective bidders and suppliers and provide technical information to the CITY for addenda that will be issued by the CITY as appropriate. Technical information for four questions from bidders resulting in one addendum is assumed in the budget for Bid Phase Services. Services related to the issuance of additional addenda would be treated as Additional Services. 5. Attend the pre-bid meeting that will be held at the CITY and organized and run by the CITY. 5 TASK ORDER NO.2 - Lift Station 101, 313, 202, 404, and 610 Replacements 6. Consult with the CITY concerning proposed substitute materials and equipment, determine their acceptability and make a recommendation to the CITY. 7. Attend the bid opening, review bid tabulation, and assist the CITY in evaluating bids or proposals and in preparing and awarding contracts for construction, materials, equipment, and services. 8. Assist the CITY in preparing Contract Documents for execution by the CITY's selected Contractor by reviewing the Contract Documents and bonds prepared by the CITY for execution with the Contractor. 9. CONSULTANT will issue a Conformed Set showing all changes and addenda to the plans and specifications at the close of the Bidding period. Task 5 - Services During Construction and Construction Phase Services The Services During Construction and Construction Phase services (SDC) to be provided by the CONSULTANT include the following for LS 101,313,202,404 and 610: 1. Review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 20 shop drawings is included in the budget for SDC phase services. 2. CONSULTANT shall attend and participate in a pre-construction conference with selected Contractor and CITY staff. The CITY shall prepare and issue written minutes of meeting. 3. Review Contractor's payment applications, determine the amounts owed to the Contractor, and recommend payments to the Contractor in such amounts. It is assumed that three pay applications per lift station will be submitted. Processing of additional pay applications will be treated as Additional Services. 4. Periodically visit the site in order to observe the progress and quality of the various aspects of the Contractors' work. Attend weekly meetings with the Contractor to review the project, project status, questions, concerns, and anticipated activities for the upcoming weeks. Additional site visits and meetings will be treated as Additional Services. It is assumed that the construction duration will be 10 months with daily site visits of approximately 3 hours each, including travel time, for 8 of those months. 5. During such visits and on the basis of such observations, provide recommendations to the CITY, if appropriate, that the Contractor's work in progress be disapproved or rejected if it is deemed in our professional opinion that such work will not produce a completed project that conforms to the Contract Documents. 6. Issue necessary interpretations and clarifications of the Contract Documents by issuing bulletins or responding to requests for information (RFI' s) submitted by the Contractor. It is assumed that 20 RFI's will be submitted. Processing of additional RFI's will be treated as Additional Services. 6 TASK ORDER NO.2 - Lift Station 101, 313, 202, 404, and 610 Replacements 7. Evaluate and determine the acceptability of substitute materials, methods or equipment proposed by the Contractors. It is assumed that 2 substitute materials, methods and/or equipment will be submitted. Processing of additional substitutes will be treated as Additional Services. 8. Receive and review certificates of inspections, testing and approvals required by the Contract Documents. It is assumed that the test results will be submitted in a single package for each lift station and reviewed as one item. 9. Review Field Change Directives and Change Orders (FCD's) during the construction period. For the purpose of this task order, it is assumed that up to 10 FCD's will be prepared during the construction period. Processing of additional FCD's will be treated as Additional Services. 10. The project electrical engineer will coordinate with FPL if needed during the construction effort, will attend the lift station start up, will produce a punch list of any items noted deficient at the start up, and will attend the final inspection to observe the completion of the punch list items. Task 6 - Project Close-out Phase The project close-out phase services to be provided by the CONSULTANT include the following for LS 101,313,202,404 and 610: 1. Review Record Drawings prepared and submitted by the Contractor showing those significant changes made during the construction process. Review test results (density, pressure, pump start-up, etc.) prepared and submitted by the Contractor showing conformance with the Contract Documents. Receive and review maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests, and approvals assembled by the Contractors in accordance with the Contract Documents. Assist CITY and Contractors in training the CITY's staff to operate and maintain the project. Assist the CITY in developing systems and procedures for control of the operation and maintenance of the project. 2. In conjunction with CITY staff, make preliminary and final inspections and assist in the preparation of a Contractor "punch list" to achieve Substantial Completion. Review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. Advise the CITY when Final Acceptance of the project has been reached in accordance with the Contract Documents. Complete an Engineer's Substantial Completion form as supplied by the City. 3. Provide certifications to the PBCPHD when work was completed in substantial conformance with the Contract Documents. Review to include verification that the system was properly tested to allow a "request for release of facilities to be placed into service" to be filed with the PBCPHD. Assist the CITY in obtaining the appropriate PBCPHD releases for completed facilities. 7 TASK ORDER NO.2 - Lift Station 101,313,202,404, and 610 Replacements C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Amendment and associated fee. Changes and/or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. The CITY will provide copies of any records in their possession regarding existing facilities in the vicinity (atlases, plans, record drawings, easements, etc.) and historical flow data for the existing lift stations including water meter data if deemed appropriate (number of meters, flow history for meters, etc.). 2. The CITY will obtain the interior dimensions of the wet and dry wells and other necessary data for LS 202,404 and 610. Erdman Anthony staff will not enter these confined spaces. 3. The CITY will provide CONSULT ANT an electronic version of "front end" Contract Documents in MICROSOFT WORD format. 4. Survey and acquisition of any easements (construction or permanent) for the improvements will be the responsibility of the CITY. 5. For the purposes of this proposal, it is assumed that the lift stations will be bid, let and constructed simultaneously as a single project. Should they be separated, additional charges would apply. 6. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two sets of signed and sealed RECORD drawings will then be submitted by the Contractor to the CITY. One set of RECORD drawings will then be provided to CONSULTANT for submittal to PBCPHD. 7. Attendance at public meetings or hearings associated with public involvement or with permits applied for in support of the project is not included in the budget. 8. Construction observation hours are based on attending only the specific efforts listed with each effort anticipated at 3 hours including travel time, unless otherwise noted. Since the construction duration is outside our control and since the level of observation required could vary significantly depending on the contractor's performance on this particular project, this effort is proposed to be billed hourly. 9. The CONTRACTOR is responsible for all permitting fees, including costs of public notification in local newspapers. 10. The CITY will provide CONSULT ANT an electronic version of CITY standard water main and street details in AUTOCAD format. 11. This Task does not include survey work during the construction phase, such as construction stake-out, as-built, etc. 8 TASK ORDER NO.2 - Lift Station 101,313,202,404, and 610 Replacements 12. No pre-purchase of materials and/or equipment is presumed. 13. It is assumed that the proposed lift stations will include concrete wet wells, with dual submersible pumps and valve pits based on the CITY's standard detail sheets including the electrical diagrams and control panels. 14. A single bidding effort is assumed. Re-bidding of the project for any reason is considered an Additional Services item. 15. Costs for SDC phase geotechnical testing to verify Contractor's compliance with Contract Documents are not included in the design fee estimate. 16. The CONSULTANT must use due care and meet a reasonable standard of skill and competence in observing the work and endeavoring to determine if the work is in accordance with the Contract Documents. The CONSULT ANT shall not be held accountable for observing every act of the Contractor and cannot guarantee performance of the Contractor. 17. The CONSULTANT shall not supervise or direct the work, nor instruct the Contractor on how to perform. The CONSULT ANT is not responsible for the Contractor's means and methods or job site safety. 18. The design is to be based on the local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services item. D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated November 18, 2003 between the City of Boynton Beach and Crossroads Engineering & Surveying (Resolution 03-182), assigned to Erdman Anthony of Florida, Inc. on June 15,2004 (Resolution R04-089) and extended by the City Commission on February 21,2006 (Resolution R06-050). E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Task Order. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the design fee is based) is considered an Additional Services item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Amendment. 2. Additional permitting assistance in excess of that identified in this Amendment. 9 TASK ORDER NO.2 - Lift Station 101,313,202,404, and 610 Replacements 3. Construction phase services are based on the estimated construction period from the time of the Contractor mobilization to final inspection. If the period of construction is extended, additional time and expenses will be necessary. 4. Assisting the CITY in the settlement of construction contract claims. 5. Additional regulatory agency responses beyond the second response to an agency request for additional information. 6. Development of property descriptions of easements, road right-of-ways, etc. Preparation of right-of-way or easement boundary surveys. 7. Threatened or endangered species and species of special concern permitting or relocation work. 8. Archeological/Historical preservation permits, studies, or reports. 9. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. 10. Design modifications to the Construction Contract Documents (i.e., change orders) required during construction. These and other services can be provided, if desired by the CITY, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as-directed basis in accordance with a written Notice to Proceed from the CITY. F. Obligations of the CITY 1. The CITY shall provide the CONSULTANT in a timely manner, record data and information related to the sewer system, water distribution system and streets within the project as necessary for all the performance of services specified herein. 2. The CITY shall review all drawings and other documents presented by CONSULT ANT and obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within reasonable time so as not to delay the services of CONSULTANT. 3. With assistance by CONSULTANT, as described 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 application fees. G. Compensation In accordance with the above mentioned Agreement, compensation by the CITY to the CONSULTANT for Task I-Analysis, and Task 2-Design will be on a lump sum basis and compensation for Task 3-Permitting, Task 4- Bidding, Task 5-Construction, and Task 6-Project Closeout will be on a time and materials basis for the amount of work actually required by the 10 TASK ORDER NO.2 - Lift Station 101,313,202,404, and 610 Replacements project. The estimated time and compensation for the services described in this Task Order is as shown in Exhibits A and B attached. H. Schedule The CONSULTANT will commence design and permitting services upon receipt of written authorization and will complete all work associated with this Task Order in accordance with the attached schedule shown on Exhibit C. K:\Business-Development\proposals\City of Boynton Beach\2 Year gen.consult.contract\LS 202 404 610 Proposal.doc 11 Iii z>- <t::Z ~o o~ c.::Z u..J< o CO "0 " '" ..;- o ..;- oJ o N '" c;:; o f5 '" III Q) aal(C ~ 5 ~ U5 C (tI .t: 1)':2 ::J co J, a; E '" Z i:: U 0 oS- ~ Q) '- 0 (;5 a.. ...J 0 o o .0 ci> "0 iD -o~ > C') ~ ~ o 0 m u: 1Il~ E ~ 0; Q) o..lIl '" E ~<<; cr:o.. N~ ~ ~ ..;- N I'- m ,.I, .0 > f';- ~ co ~ .0 ~ X ~ .l!! " C') ~ ~ ~ ~ { f';- ~ <0 'ID LO ~ ~ ~ ~ ~ a. t o t ~ . I ~ o <D ~ o g <D ~ @ 00 ~ ~ ~ ~ ~ ~ ...J <( (/) o 0- o a: 0- UJ ~ a: 0- m f- ill I X UJ en o UJO ci) W ~ W CJ '" CJ:;:o; :;:II:UJ II:W'?;> W UJ .;; UJzU CJe,,<( iiiiiio; <( W (5 IDOl- o o C') NO ~ ;;t; ..,f.o mcD ~U> 00 .0 .0 r-..: ,....: N C') ..;- .0 it it '" u ~ o C') co N cO N m N N .0. (1')- 0 Z?~ II: W o II: o :lo:: III II: ~ ~ (I} ~ o "Z' ~ :> 'Z' Q) "Z' UJ Q) UJ Q) :i: (/J " (/J I- (ij 0 en u.. o ~ "~ 0 ~ g w .... * ~ '~g ~5w:!! ~o;o;o;<( ~ c: c: .2 ~ Q).2.2U.... ~88dJ~ "0 Q) "0 "0 > Q) .c B Q; "0 o -'" ~ ;; (/J ...J III " Q) o Cl Cl <<; " J:: "c 0 '0; ~ ~ ~ cO :J C o :J E 0 <ll E III <ll III Q) ~ Z 008 o 0 () .0 (tj~ 15 I- 0000 0000 o <Xi 0 Lri eDNeDO ~~{fl{fl 'c ~ ~ ~ 8 8 :Jo~dLriLri ~~ ~~~ 1i5 o () ~8~~~f'-.~g 'c .0 <D <D ~ ~ :J (tj 15 f- Q)~~~~~.gg (/)" -I- ~ lIJ 03 Q) .c (/) U)~oo 1ii NN (/) '0 ci z Q)~~;:""~ N::X_x:X_x~ U5lo;q.~~ c: cO N N ~ .2: Qi "0 0; o .Q o ~ g g ~ :~ (J)~~ ~t5 ~t:8. oE C '-E III -;,; ~ !!1.oQ)IIlIll~" ><:J~~~~~ UJ(/)0 C[o..:20 ~ ~ (f) 0> " a. I'- ~ ~ '0 o z I~ 8 0 a; ~ ;;t; C') I'- .0 itU>~ o m ..;- g 0; (5 I- Q; a. III .!!! ~ Q) Q) LL " o ~ .2 l'i a. <( E Q; a.. C Q) E t '" a. Q) o g .!!! ~ :5 0; Q) I ,?;> " :J o o J:: o '" Q) III E 0; ~ -0 0..1- 1i5 0 0 0 0 q 0 0 0 0 .0 ui 0 0 () N N 8 .0 0 it it ;$. oJ ~ III " " 0 0 += ~ .~ 0 0 en ...J Q; Q) ~ > Q) " " C - 5g 0; 0 0 Q) w -e "2 0 J:: '" 0; t> 0 't: 0 Q) :J ." lIJ (5 III U 0; .c Q) Q) :J Q) (5 0 CJ (/J UJ I- lIJ C .;g "S lIJ C o o .0 :J (/) Iii z>- <(Z ~o of!: c::.::Z w< o CO "0 C '" ..;- o ..;- N o N '" C;; o III C o CD ~ ~ en '" .t: :2 ~ .;., a; E '" z iil a: 13 ~~-c .~ ~ LU t-- ~ Q: 0 0 UJ l- e:( ::2: ~ (j) UJ a: ::> o I u.. LL ;!: (/) e:( I- iii I X W ~ o I- ;; c Q) ~ 0 Iii >- a. Q) '" is CfJ 0-5 C Q) W I- o ~ 'c Cl Q) "C7.i CfJi'l o e ~ a. is (/J 0. Q5 Q) 0 Q) a: 0 <5c"Cci a: 'i5l Q; Jj[[~ o u 0 Q) U '0 ~ Q: is C ~ iil;; ~ Cii 2: ~ ~ ~~O~ (5 ~ 'c Cl Q) 'w CfJi'l o c5 ~ Q: is CfJ 0. OJ CD .... '5~~~ Q: 'c, Oi ~ L5iLc7J o 13 <5 .~ ~ a. is 0; III a :s I- ~ ~ ~ o Iii I 0. o ~ o Q) zc7j "5 2 d "c z ::) a 2 III '" iji E ~ ~ E ~ ~ ~ o Ol Q) 1ii o gggggggg ciON cO c.Oooc.ci C"')~"""'O)LOCOc.oO) N coma 00 ;;; ii:;;~;;t;;t; '" '" o o c:i o o. ;;; 0. Q) cr: 0 "0 0 a; u:i i.i:~ o 0000 0000 cicicio 0>tA-tA-1'-- '" '" o ~ o o o u:i '" ~~~~ aiZ'" ~ o o ..,; <Xl '" ~ ~ ~ ~ ~ g ~I~ {fl(fl(fl{flOtl7gJo ..;- ..;- '" '" o o c:i o ;;; 00000 00000 cic::iocia '" '" CD :J:. '" fii~ 00000 00000 c::i ci to ~ 0 (fl{fi""'OOt17 "'''l. ~~ o o c:i ..;- ;;; 00 00 ci ci ..;-'" <Xl '" ~o~~~~ci~ C"') '" 'l:t co C"') C"') ID C"') CD C\J .,.... (fl{fl{fl{fl et:i '" # t!- o 0 co ..;- O#~~## LO C\J a a # eft #- #- # # ?fl ooao~oo rf. #- #- #. #- #- 09- accoSSOD #g;~~#~8 oU')O'>voO)O) ##~####. aabooao LO T'"" .,...........,.... T'"' ~Ici~ 000 ..;- <Xl <Xl LO.,....ci '" ;;; ~!ci~ ..;- <Xl <Xl m en ~ .0 '" ;;; CD ~ 0 ~ ~ ~ g ~I ~ "d"OCO~OO~~ 0000000 M C"') C"') C"') C"') C"') ...... <( CfJ CfJ CfJ <( CfJ CfJ w...J...J .-l w....J...J CfJ ...J .E III C o <= '5 C C ~ 8 0 c c fti .~ 2'~ -5 ~ ~ '0 ~ 'g ~.~~~~>- ~ ~ ~ ~ o iTI :5 ~ "0 Q) Oi ~ u:: .<:: a. ~ N (f'j ~ Q) ~ Q) III '" .<:: 0. '" .E o "0 '5 o C) ...J a. LL .* ~ ~.~ (ij C Q) B <( a: -" u1c:ci~ 00000 00000 ciON..;;tW ~~~~:; mN;;;;;;.o &'7{fl..,...,.->nb; o o c:i o o u:i '" 000 000 ci c:i N CDtI7M "l. '" ;;; ~o 00 c;S ~ N ~ N '" ~~~~~~ "'tEA-COlO o ~ ('I') ...... c\T fF) N '" '" ~~~;ci~ OtA-OOc.Dv v "d" C") C\J N (fl cr;j '" '" ~~~~~~ "d"tA-C\IC'>tO to LOMLO N {fl et:i '" '" ~~~~~~ C\J <c:t C\J (0 I,{) ....... C\J C\J ...... f"-. ~~&7 g ~ # ~ ~ CO) 0 CO) CO) cf~## o 0 0 0 CO) 0 M ('F) #cf## 000 0 ~ # # # go g g # cf # cf ~ ~ ~ ~ ~ ~;e ~I~ ~ <c:t ~ ~ ~ 0 0 0 ...... <c:t ...... ...... CfJ <( CfJ CfJ ...J w...J...J C o ~ lii III 0. Ol Q) C rt ~ fg E ~ ~ "C .:; C ~ '" III C ~ ~ C) -(jj a:: .~ Q) Q) "0 ~ ii ~ Q) ~ :m ~ a.. <( .<:: a. .c III ~ 6 CTi 1ii E (.J :g ~ ~ 0. 0 III C) ~ Q) co (ij _ 0. 0. '" W ~ <5 rt a.. 15 N M -.:i ~ CfJ ...J Ol C 'iji III Q) C) o a. "0 C '" III C o ~ g> _S2 E2: 'E '" Iii 0 a. I M~~ Q) III 0 ma...15 .<:: :J a. ~ CfJ 00 00 ;'j' ;'j' t- t- SJiJi 000000 aooooo OONOOO Y)~w~~ Efl~~;;~ o 0 0 0 0000 ooui~ N CD 0 ex) to ~ "';;;~ = <i> ~o 00 00 '" o 0 a 0 0000 00000 Y)0tA-tA- N '" ~o",~~~~~~ 0) (0('1)0)...... ~ ~ ~ ~...... ('I). '" ~o o 0 o ci '" 00000000 00000000 oc\iccioocicici tA-t'--('I)~EI)tA-tA-EI) ~~ ~o o 0 ci 00 o <i> mo 00 ci 0 N N '" '" ..;- .. '" o 0 o 0 ci ci '" <Xl '" 000 000 ci 0 0 00'" ~~ ~~~~ci~ OtA-ooCXJ C\J C\J ('l') ...... EI) EI) N '" ~o o 0 N N co co t- t- ..;- .. '" 00 00 o 00 "'<Xl '" 000 000 ci ci ci NN'" ~2 ~~~~ci~ C\I EI) C\I ('I) 0) C\I C\I CO) ('I) EI) tA- N '" ~o o 0 N N t- t- CD CD '" 00000000 00000000 ciNc.OOOOOO EI) lOO'J<c:t(O(O(O ;;EI)~~~~~ 10 00 o 00 ..;- 0 <Xl N .0 '" <F- o cf~#cfg~~~~ o <c:t 0 0 Ii) C\J Ii) C\I C\I <F- o # cf cf cf # # # # # g~~OOOOOO <F- o # # # cf # # # cf # 000000000 <F- o '" ~~~~cf~cf~~ <c:t ...... I,{) lO 0 C\I 0 C\I C\I <F- o ~ cf cf cf cf cf cf cf # cf 000000000 ..................l,{)lOlDlOlOl,{) ~I ~ o CXJ <c:t ~ ~ CXJ CXJ CXJ ~I~ CD ~ COCXJ<c:t<c:t~<c:tcoco~ o oaoooooo~ '" o ...... ...... (0 ...... C\J ...... ...... ...... <( <( <( <( <( <( <( <( <( wwwwwwwww III 1:: Q) E :J C) III o Iii "0 "0 13 "0 C)~:o :5 g B ~ ~ ~ u.J (ij ~ : &} ~ ~rto fi: ~ III Iii "0 III "0 Qi :0 "0 >-c "0 -" 0 ~ m~E cng01~~~ ~g:sc.cdB "C~~~g>.g :OwES-Et5 O&"C~8.og ~B~.o c: c"C~~:g8 ._cc.~.o~ ~&~.~~-~ ~~~~~~ Q) III "0 Q) E o 1: o C) '" ~ ~ !!2 .E :J mCfJ NM-.:iuicci""':oo Iii z>- <(z ~o oFI= c<:Z LUoe( '" '0 f- ;: C Q) g u i;; ,., 0.. Q) '" ~ (/) dl-5 C Q) W f- <5 ~ 'c 0) Q) "00 (/)~ o CO "0 C '" ..;- o ..;- N o N C'i C;; o c5 ~ a: ~ (/) 0. iD Q) 0 Q) II: 0 c5c:-co C: "i5'J Q5 JjlLEfl o o ~ III C o <LJ $ % (/) '" ~ :2 :.J .;, 13 0 Q) U "e- ~ 0.. i5 C 5l a> ;: ~ m 2: ~ ;a ~~O~ Qi E ~ tV tJ cn-5~ .~~Jj~~ a: 0 (; ~ 'c 0) CD '00 (/) ~ (; '0 ~ a: ~ (/) 0. Co Q) .... '5 l!! ~ ~ a: "0, a; 2: Jj u:: ~ o u 0 Q) to '0' @ a: i5 UJ l- e:( ::2 i= (/) UJ ex: => o I u.. LL <( l- (/) e:( I- gj I >< UJ ~ ~ (5 :J f- :i! CJ) 'c :; :::J o i;; I 0. '0 ~ o Q) Z V5 '0 ~ o 'c Z :::J ~ * "iij E ~ ~ E ~ c=- O Cl Q) [3 0000000000 0000000000 g~g~cig~~g~ 00 ~ C\J c.o :g: C\J O. C") C\J ,.... ~ ~fic5~~~~gf Y}W ""'fF7 o o o o q ;;; 0. Q) II: 0 "0 0 OJ Lri u::: ~ (; 000 000 ci ci ci '" <LJ 0 ~~~ ~ Efl 00000 00000 ocicicilri o 0 0 c.o C\I ~~2~~ ;;; o o .,; CO '" ~ ~ ~ ~ ~ ~ ~ ~ ~I ~ f:FJ-fF7y}f:hY7f:FJ-tR-{R.~fh o o o o ;;; ~~~~~!ci~ OOONOON C\I C\I ~ ('l') v to ('l') YimMYiY7Y7..-ci Yifh ~ 000 000 000 0"'0 ..;- "! N '" ~~~~!ci~ f>J~~~~~ Efl~g~fhfF7......~ '" '" o 0 a 0 0000 ci ci ci ci vER-(OC\J co f"-......... N '" o o o ... ;;; 000 000 ci ci ci ..;- <LJ <LJ CO '" '" '" '" '" ~~~~~id~ C\I C\I (0 "d" co ,.... g~~;;;;;;"'~ '# '# '# #- # '# '# # # 000000000 l!) LO lJ') t,{) Ln 1.0 L{) I.{) 1.0 (; # '# ~ # eft eft '# # # 00&000000 cf#cf.cf.rf?fi.rflcftcf. 000000000 ggggggggg v vv":::tv'ltv<Q' cf.tf.#rf~#### aaooboooo ...... It) ...... ...... ...... ..- ...... ..- ..- g 00 ~ ~ g ~ 00 ~ ~I ~ ('f)COVC"?dC\lVC\!V 000000000 ~"-~~~~C\JLO~ <( <( <( <( <( <( <( <( <( WWWWWWWWW Cl III III C C .~ ~ ~ 5 ~ ~ ~ n-c....a. ~g-~~ c: ..c (lJ ctI o (/J .... 0.. U ;: 0. ;: an .!!! -g .~ Q) > Q) > CJ) Q) t:: Q.) ",II: <(II: a: ~ III C Q ... C "0 o C ~ ~ ~ 2: E 1!l Q) 0 0. ~ ~ K C"O III o C c ~ t5 ro __(J) 0 "'3 2~LL2(J} ~oa:~~ ~~;~~ =g :~ [.~ ~ '~ ~ ~ aJ '~ 0.. (/)II: II: II: N M -.:t t.ri cD " cO !o 00 ci t.ri 0'" '" co ~-.i N '" III i;; "0 o Q) Cl C '" .c " ;: .~ (ij Q) (5 II: :E o)&J 000 000 ci ci ci ..;- '" C') ..;- ~ co ogr;; ;;; ~ ~~~d~~ o an an 0 a:> <.o~man<.o ~~-~~ '" ~ ~ ~I ~ ~ tA-tA-gJtA-f'-. '" C'i '" ~~Ici~~ O{l}OO<.o N "'d" to "'d" M NuicD '" "'''' '" ~~Id~~ NtA-"'d"tOO '" <LJ ~ M NcDN- '" '" <LJ '" ~~Id~~ (\J 0 "'d" <.0 0 __ N a:> _ ;;$ ~g '" #. rfi rfi 000 '" "' '" rfi rf- rfi 000 rfi rfi rfi 000 rfi #. rfi ~ 0 ~ rfi rfi #. 000 ~ '" ~ o co g ~ gl ~ ~ ~ to ~ 000 an ~ an (/J <( <( --' W W III 0; :J C C m ~ '" Q) ~ .~ ~ ~ " "" 'E Q) " s ~ ~ ~~ '; (J) ~ c o "0 '" ~ 5 ~ 'E .~ ~ ~ ~ ~ ~ ~ ~ Q) .~ ~ ~ ~a:<(u.. .c 0.. ~ C\i M o 0 0 0 o 0 a:> N ci N cO C"S ~~gJ~ ..f-.:iM ~~&?~ N '" "0 Q) "0 6 > Q) .c .9 to ~ "E o " o l\i o E (ij :J (5 (/Jf- (/) --' Cl C "c iii E ~ a (ij E '0 5 f- E Qi <(z Lift Stations 101, 313, 202, 404 and 610 Boynton Beach ERDMAN ~ ANTHONY iiJj.~ EXHIBIT C PROJECT WORK SCHEDULE Cummulative Task Duration from Description Duration Start Date Phase 1 -Analysis Notice to Proceed 0 o weeks Research and site visit 2 2 weeks Analyze Flows 2 4 weeks Phase 2-Design and Plans Preparation 60% plans and permits 3 7 weeks City review 2 9 weeks 90% plans and permits 3 12 weeks City review 2 14 weeks specs and cost estimates 3 15 weeks 100% plans, specs and costs 2 16 weeks Phase 3-Permitting Submit to PBCPHD 1 13 weeks Receive RFI 2 15 weeks Respond to RFI 2 17 weeks Receive permit 2 19 weeks Phase 4-Bidding Prepare bid packages 2 18 weeks Issue bid packages 1 20 weeks Bid opening 6 26 weeks Award contract 8 34 weeks Phase 5-Construction Receive and review shop drawings 4 38 weeks Pre work meeting 2 40 weeks Construction 37 77 weeks Phase 6-Project Close Out Review record drawings, tests 2 79 weeks Submit certifications 1 80 weeks Pre-final inspection 1 80 weeks Final inspection 2 82 weeks APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: ,2006 Dated this ~ day of SUBMITTED BY: ERDMAN ANTHONY OF FLORIDA INC. d/b/a CROSSROADS ENGINEERING & SURVEYING By: t Office of the City Attorney CITY CLERK'S OFFICE MEMORANDUM TO: Karen Risely Utilities Department FROM: Janet Prainito City Clerk DATE: July 27, 2006 RE: R06-117 Task Order No. U06-7-2 Lift Station 101 Attached are two original documents for the above-mentioned Task Order and a copy of the Resolution. We have retained one original for Central File. Please contact me if there are any questions. Thank you. ~ 'tn.~ Attachments S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2006\Karen RiselyR06-117 Task Order No. U06-7-2 Lift Station 101,doc