Loading...
R07-022 I i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 " RESOLUTION NO. R07- ~ A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING EXECUTION OF TASK ORDER NO. U07-20-1 WITH W ANTMAN GROUP, INC., TO PROVIDE ENGINEERING SERVICES FOR ROUTE ANAL YSIS, FIELD SURVEY, DESIGN, PERMITTING AND BID PHASE SERVICES FOR THE REGIONAL FORCE MAIN AND SOUTHEAST 6TH AVENUE LIFT STATION PROJECT IN THE AMOUNT OF $591,280.00, PLUS AN OWNER'S CONTINGENCY OF 10% IN THE AMOUNT OF $59,128.00 FOR A TOTAL BUDGET APPROPRIATE OF $650,408.00; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Wantman Group, Inc., has been requested to design a new lift station to intercept flow and alleviate the over capacity on existing lift station 356, and to provide an alternate force main to the existing force main along Ocean Avenue in accordance with the Lift Station 356 Wastewater Conveyance System Capacity Analysis as prepared by CH2MHill dated December, 2003; and WHEREAS, the task order was negotiated usmg the General Consulting and Engineering Services Contract (RFQ #065-2821-03/CJD), which was renewed and approved by the City Commission on February 21,2006; and WHEREAS, the City Commission of the City of Boynton Beach upon recommendation of staff, deems it to be in the best interest of the citizens of the City of Boynton Beach to approve and authorize the execution of Task Order No. U07 -20-1 with the Wantman Group, Inc., to provide engineering services for route analysis, field survey, design, permitting and bid phase services for the Regional Force Main and Southeast 6th A venue Lift Station project in the amount of $591,280.00, plus an owner's contingency of 10% in the S:ICAIRESOlAgreementslTask - Change OrderslWantman Group - U07-20-1.doc " amount of$59,128.00 for a total budget appropriate of $650,408.00. 2 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 3 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 4 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 5 being true and correct and are hereby made a specific part of this Resolution upon adoption 6 hereof. 7 Section 2. The City Commission of the City of Boynton Beach, Florida does 8 hereby approve and authorize the execution of Task Order No. U07-20-1 with the Wantman 9 Group, Inc., to provide engineering services for route analysis, field survey, design, permitting 10 and bid phase services for the Regional Force Main and Southeast 6th A venue Lift Station 11 project in the amount of $591,280.00, plus an owner's contingency of 10% in the amount of 12 $59,128.00 for a total budget appropriate of $650,408.00, a copy of which is attached hereto 13 as Exhibit "A". 14 15 16 Section 3. This Resolution shall become effective immediately upon passage. {REMAINDER OF PAGE INTENTIONALLY LEFT BLANK} S:ICAIRESOlAgreementslTask - Change OrderslWantman Group. U07-20-1.doc II Ii PASSED AND ADOPTED this ~ day of February, 2007. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 CITY OF BOYNTON BEACH, FLORIDA ~)yif~ ~Ta . ATTEST: ~~ 'In. City lerk /' ~f~ .-----' S:ICAIRESOlAgreementslTask - Change OrderslWantman Group. U07-20-1.doc R07- o~ TASK ORDER NO. U07-20-1 - Regional Force Main Project (Ocean Avenue to the Regional Waste Water Treatment Plant located on Congress Avenue and the LWDD 30 Canal). Field Survey, Final Design, and Permitting for the force main improvements and the S.E. 6th Avenue waste water lift station. A. Background Wantman Group, Inc. (CONSULTANT) has been requested to design a new lift station to intercept flow and alleviate the over capacity on existing lift station 356, and to provide an alternate force main to the existing force main along Ocean Avenue in accordance with the "Lift Station 356 Wastewater Conveyance System Capacity Analysis" as prepared by CH2MHill dated December 2003. The City of Boynton Beach (CITY) has requested that the CONSULTANT provide the route analysis, field survey, design, permitting and bid services to the CITY in the execution of this project. The project is to be executed using the traditional design, bid, and construction method. It is not the CITY's intention to update or re-confirm the CH2MH Study. The CITY is to provide the sizing of the force main and the lift station to the CONSULTANT. The CITY has requested that the CONSULTANT prepare two (2) separate sets of plans. The first set is for the Force Main and the second set is for the Lift Station. The projects are to be bid and constructed independent of each other. B. Scope of Services Task 1 - Route Analysis CONSUL T ANT will review existing water, sewer and other utilities, and existing right- of-way maps to determine the most feasible route for the waster water force main. CONSULTANT shall make field visits to assist in the route selection. Page 1 of 12 Task 2 - Field Survey CONSULTANT will prepare a scope of services for the execution of a route survey for approximately 22,000 feet of roadway within the project area. The survey will begin by compiling existing right-of-way information along the proposed corridor. The survey will identify all above ground features within the right-of-way and will extend 5 feet beyond the limits of the right-of-way into private property to collect topographic elevations, conflicts, and encroachments that may affect the design. As part of the scope, the CONSULTANT will collect existing topographic elevations along the center-line of pavement, at the edge of pavement, bottom of swale and at the edge of the right-of-way. Specific utilities to be identified will include manholes (sanitary and stormwater), catch basins, valves, water meters, and utility poles. All vegetation (trees and shrubs) located within the right-of-way will be located. Wherever possible, the CONSULTANT will remove manhole covers and identify invert elevations for sanitary and stormwater utilities. The CONSULTANT will obtain copies of atlas sheets from the CITY for water, sanitary, stormwater, and traffic control, and incorporate these utilities wherever present. The CONSULTANT will prepare survey on full sized drawings at a I-inch equals 20 feet (20: 1) scale and submit the survey in both electronic and paper copies. CONSULTANT will review the survey and make necessary changes and collection of additional information prior to submission and review by the CITY. Following the review and approval ofthe base survey, the CONSULTANT will submit the drawings to local utility companies (gas, telephone, communications, and electric) to incorporate information regarding the locations and sizes of underground utilities. Additional utility information will be added to the survey to show the approximate location, however, the CONSUL T ANT will not certify its exact placement. CONSUL T ANT will excavate critical utility crossings by utilizing "SOFT DIG" to obtain an x y z coordinate. Soft dig utilizes a vacuum system that can open a hole approximately 6 inches wide and 8 feet deep. CONSULTANT understands that the CITY is developing a survey / CADD standard. Therefore, the survey will be prepared using industry standards (Florida State Plane) and CITY's formatting guidelines. The CITY may provide and hang notices on door knobs to notify homeowners that survey crews will be working in the area. Task 3 . Design The CONSULTANT will provide professional engineering services to the CITY for the construction of approximately 22,000 feet of a new force main (FM) and installation of a new lift station (LS). The new FM will consist of 20 to 24 inch diameter epoxy lined ductile iron pipe and fittings. At the crossing of I-95, a HDPE pipe will be upsized to accommodate for the thicker wall thickness. The LS shall be a tri-plex pump station with VFD and a capacity of approximately 3,000 to 5,000 gallons per minute (gpm), and will include a short section of gravity sewer main from the existing main on SE 6th Avenue to the proposed wetwell. A generator similar to the one installed at the East Water Treatment Plant and controlled air will be included (ie: Self contained with belly tank). The work will include preparation of Drawings and Specifications to be used for bidding and construction. The CONSULTANT will provide two (2) separate design packages, one for the FM and one for the LS. The specific scope of services to be provided by CONSULTANT in this Task Order include the following: 1. Call utility location company Sunshine State One Call to verify utility locations. 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 that shown on utility record drawing information. Verification is to be by visual observation of surface features of utilities (i.e., manholes, valve boxes, cable boxes, fiber optic markers, etc.). At critical points, "Soft Dig" will be used to locate and verify locations of existing utilities. For purposes of providing an estimate, it is assumed that 25 holes will be needed. If additional are needed, this will be considered an extra. 2. Review available utility plans, atlases, and maps of the area for location of existing utilities. Coordinate the proposed force main alignment with existing utility alignments to avoid conflictive routings to the extent possible. 3. Swale improvements and sidewalk replacement will be depicted by use of typical standard sections and details keyed to the plan drawings. Driveways will likewise be regraded and replaced as indicated on typical standard restoration details contained in the drawings. 4. Surface details such as fences, sidewalks, walls, curbs, vegetation, signs poles, etc. will be noted to the extent that they may be materially affected by the construction of the force main. 5. Existing underground utilities will be shown on the Drawings based on available information obtained from CITY and as verified by the field survey information discussed above. Utilities shown are only those located within the work area that will materially effect construction of the improvements (i.e. water or sewer mains, telephone conduits and cable, fiber optic or electrical lines). 6. Drawings will be provided to the CITY at the 30 (route analysis), 60, 90, and 100 percent stages of design completion. The 30, 60, 90 and 100 percent drawings will be provided in full-size (22" x 34") format. Drawings for permit review will be full size (22" x 34") format. 7. The Drawings will show locations of existing water lines, sanitary sewers, drainage and other utilities. Streets, driveways, and sidewalks, will be outlined on the Page 3 of 12 Drawings. Plan drawings will be at a scale of I-inch equals 20 feet. Profile drawings will be at a scale of I-inch equals 2 feet. All drawings are to be plan over profile. 8. Upon completion of the 30% and 60% drawings, CONSULTANT will supply the CITY four (4) sets of review documents. The CONSULTANT will attend a 30% and 60% design-review workshop with CITY personnel to receive and discuss review comments regarding the documents. The CITY will provide CONSULTANT with a marked set of the documents containing the CITY's consolidated comments for use in preparation of the next stage of design deliverable. For the 60% deliverable, the "non-standard" draft specifications will be provided. 9. Upon completion of the 90% drawings, CONSULTANT will supply the CITY four (4) sets of review documents. The CONSULTANT will attend a 90% design-review workshop with CITY personnel to receive and discuss review comments regarding the documents. The CITY will provide CONSULTANT with a 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 technical specifications will be provided. 10. Upon completion of the 100% documents, CONSULTANT will supply the CITY three (3) sets of the final documents with appropriate copies of permit applications for signature. The CONSULTANT will transmit the signed permits to the appropriate agencies on behalf of the CITY. 11. The location and elevation of CITY established horizontal and vertical control (if any) will be listed on appropriate plan sheets. 12. CONSULTANT will attend up to four (4) Community Involvement Meetings (CIM) as directed by the CITY. The CONSULTANT will prepare limited presentation materials. 13. CITY developed standard details applicable to the work will be incorporated into the Drawings. CONSULTANT will modify, as necessary with CITY approval, the CITY standard details. 14. Specifications are to be prepared by the CONSULTANT for bidding purposes for the force main and lift station, and the Front-End Contract Documents are to be prepared by the CITY. These 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. Division 1 through 3 technical specifications will utilize the CITY's master specifications modified by CONSULTANT as appropriate for the project. . Separate bid schedules will be provided for the FM and LS improvements. 15. An opinion of probable construction cost will be prepared for the 60%, 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 60% and 90% design review and at the time the advertisement for bids is published. Page 4 of 12 16. The project drawings are expected to consist of the following sheets: Estimated Sheet Count for Regional Force Main City of Boynton Beach Sheet No. Drawing No. Description 1 G-l Cover Sheet (Title & Vicinity Map) 2 G-2 Key Map 3 G-3 General Notes, Legend, and Abbreviations 4 - 47 C-l to C-44 Plan at 1" = 20' scale/Profile at 1 "=2' (Single Panel Format - plan over profile) 48 - 55 D-l to D-8 Civil Standard Details (Restoration) 56 P-l Bid Tabulation Items 57 P-2 Material Specifications Estimated Sheet Count for Lift Station SE 6th Avenue City of Boynton Beach Sheet No. Drawing No. Description 1 G-l Cover Sheet (Title & Vicinity Map) 2 G-2 Key Map 3 G-3 General Notes, Legend, and Abbreviations 4-13 LS-l to LS-I0 Lift Station Plans 14 - 22 LS-ll to LS-18 Detail Sheets 23 - 27 S-1 to S-5 Structural Plans 28 - 29 E-l to E-2 Electrical Plans 30 - 31 A -1 to A-2 Acoustical 32 P-l Bid Tabulation Items 33 P-2 Material Specifications Page 5 of 12 Task 4 - Subconsultants 4.1 Geotechnical. CONSULTANT shall furnish the services of a professional geotechnical engineer (Tierra Geotechnical) to provide subsurface investigations of the project area that will include: . Perform up to forty (40) standard penetration tests (SPT) borings to an average depth often (10) feet. . Perform up to four (4) standard penetration tests (SPT) borings to an average depth of sixty (60) feet. . Evaluate field data collected and provide geotechnical engineering evaluation report. 4.2 Structural. CONSUL T ANT shall furnish the services of a professional structural engineer (Bridge Design Associates) to provide structural design associated with the Lift Station. 4.3 Electrical. CONSUL T ANT shall furnish the services of a professional electrical engineer (Smith Engineering Consultants, Inc.) to provide electrical design associated with the Lift Station. 4.4 Acoustical. CONSULTANT shall furnish the services of a professional acoustical engineer to provide sound abatement associated with the Lift Station. CONSUL T ANT will contract the services of the geotechnical, structural and electrical firms directly. These services will be provided on a time and material basis with a 10% markup (as specified in negotiated rate schedule) on the subcontracted fees to manage the subconsultant's work and prepare the subcontracting documents. CONSUL T ANT will review subconsultant scope of services with the CITY prior to authorizing each subconsultant to begin work. Task 5 . Permitting The CONSULTANT will assist the CITY in obtaining two (2) Palm Beach County Public Health Department (PBCHD) permits for the force main and the lift station by completing the permit forms for CITY approval/signature and providing required drawings necessary to obtain the permits. Permit application forms including drawings for permitting through the PBCHD will be submitted to the CITY concurrent with delivery of the 90% design documents. The FDEP "Long-Form" permit application is required. Fees will be paid by the CITY. The CONSULTANT will also assist the CITY in obtaining the Palm Beach County Right-of- W ay Construction-Utility Permit for any utilities crossing or within Palm Beach County Rights-of-Way. Permit application forms including drawings for permitting Page 6 of 12 through the Palm Beach County Land Development Division will be submitted to the CITY concurrent with delivery ofthe 90% design documents. No permit fee is required. The CONSULTANT will also assist the CITY in obtaining Lake Worth Drainage District (L WDD) permits for canal crossing by completing the permit forms for CITY approval/ signature and providing required drawings and background information. Permitting for the L WDD will be performed concurrently with issuance of the 90% design documents. Permit fees will be paid by the CITY. The CONSULTANT will also assist the CITY in obtaining the Florida Department of Transportation (FDOT) Utility Permit for the crossing of I-95. Permit application forms, including drawings and specifications for permitting through the FDOT will be submitted to the CITY concurrent with delivery of the 90% design documents. Fees will be paid by the CITY. The CONSULTANT will also assist the CITY in obtaining a permit to cross the CSX and FEC rights-of-way. Permit application forms, including drawings and specifications for permitting through the CSX and FEC will be submitted to the CITY concurrent with delivery of the 90% design documents. Fees will be paid 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, Palm Beach County, FDOT, CSX, FEC and L WDD by the CONSULTANT. CONSULTANT will prepare two (2) responses to each "request for additional information" made by regulatory agencies following submittal of the permit applications. Additional responses to agency requests for additional information will be considered an Additional Services item. City right-of-way and Palm Beach County Roadway work permits for work conducted within City rights-of-way and County rights-of-way will be required from the City of Boynton Beach and Palm Beach County. It is the intent of this project to require the CITY's selected contractor to apply for and acquire the necessary work permits. In addition, if any de-watering permits are necessary to conduct the work, their acquisition will also 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. (Also include as applicable to the project, FDOT, FEC, CSX, etc.) Preparation of other permits for the above agencies (or for other regulatory agencies) beyond that specified above will be considered an Additional Services item. Examples of typical permits not included in this scope of work include wetland dredge and fill permits, Asbestos Handling/Disposal notification permits, Archeological/Historical preservation permits, endangered species permits, tree removal permits, environmental, etc. Page 7 of 12 Task 6 - Bid Phase Services The CONSULTANT will prepare two separate bid packages, one for the force main and one for the lift station. The bid phase services are to be performed for each package. Bid phase services to be performed by the CONSULTANT will be consistent with the guidelines in the "Standard Procedures and Functions for Consultants, Procurement Services, and the Project Management Team, " provided by the CITY and will include the following: 1. Prepare Contract Document packages (i.e. drawings and specification) for CITY advertisement and bidding purposes. Drawings to be full size (22" x 34") format. 2. Distribute copies of the Contract Documents to the prospective bidders. The cost for production of the contract documents will be borne by the bidders through purchase of the construction documents from CONSULTANT. Maintain records of the plan holders list and provide a copy of the list to the CITY on a weekly basis. 3. Provide document mailing and pre-bid services, such as maintaining plan holder's list, answering questions from potential bidders, and providing technical information to the CITY for Contract Document addenda and distribution to the plan holders; addenda will be issued by Procurement Services for the CITY. 4. Respond to questions from prospective bidders and suppliers and provide technical information to the CITY for addenda that will be issued by Procurement Services as appropriate. Technical information for up to three addenda is assumed in the budget for Bid Phase Services. 5. Review bid packages received, prepare bid tabulation sheet and due diligence form and recommend award. 6. Assist the CITY in conforming and preparing Contract Documents for execution by the CITY selected Contractor. Assist in the review of Contract Documents and bonds before forwarding to the CITY for execution. 7. Issue integrated Conformed sets of Contract Documents including, the Schedule of Bid Items, the Contract, and the General Conditions for Construction, Technical Specifications and project construction drawings. Supply two (2) sets of Conformed Contract Documents and electronic drawings for the City and awarded contractor. C. Assumptions In addition to, the work items discussed above, the following assumptions were made in establishing the scope of this Task Order 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. Separate plans, permitting, etc. will be prepared for both the FM and LS. 2. The scope and budget are based on the FM being constructed in public rights-of-way. Page 8 of 12 3. CONSULTANT has not included any fees for replacement and/or rehabilitation of any existing utilities in this Task Order. If required by CITY, an Amendment to this Task Order will be executed for this work. 4. The CITY will provide CONSULTANT an electronic version of "front end" contract documents in MICROSOFT WORD format (see attached Standard Procedures and Functions ). 5. Surveying and legal work necessary to prepare document for and to secure easements (temporary and permanent) required for installation of the FM is the responsibility of the CITY. Any title searches required will be prepared by the CITY. 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 be provided to CONSULTANT for each submittal to FDOT, FEC, CSX, PBCE, L WDD and PBCHD. 7. CONSULTANT will attend up to four (4) public meetings or hearings regarding the project. However, attendance at public meetings or hearings associated with permits applied for in support of the project is not included in the budget 8. Construction RPR hours for the FM are based on 13 months of actual construction (Monday through Friday) at 8 hours per day, for a total of 2,253 man-hours. Construction RPR hours for the LS are based on 9 months of actual construction (Monday through Friday) at 8 hours per day, for a total of 1,560 man-hours. 9. The CITY is responsible for all permitting fees, including costs of public notification in local newspapers. 10. The CITY will provide CONSULTANT an electronic version of CITY standard FM and LS details in AUTOCAD Version 2000 format. 11. Two permit applications covering the proposed construction work will be prepared for submittal to each regulatory agency. One set for the FM and one set for the LS. 12. No pre-purchase of materials and/or equipment is presumed. 13. A single bidding effort is assumed, one each for the FM and LS. Re-bidding of the project is considered an Additional Services item. 14. The design is to be based on the federal, state and 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. 2005 between the City of Boynton Beach and Wantman Group, Inc. Page 9 of 12 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 permitting assistance in excess of that identified in this Task Order. 2. Additional lump sum fees will be developed as requested by the CITY for future work to include additional drawings, revised "front ends" and the preparation of additional bid documents. Bid services, SDC, and RPR will be extended as appropriate. 3. Field verification (horizontal or vertical) of existing utilities beyond those described in this Task Order. 4. Additional regulatory agency responses beyond two (2) responses to an agency incompleteness and/or additional information request. 5. Development of property descriptions of easements, road rights-of-way, etc. Preparation of right-of-way or easement boundary surveys. 6. Threatened or endangered species and species of special concern permitting or relocation work or other environmental permitting. 7. Archeological/Historical preservation permits, studies, or reports. 8. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. 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, drainage system, traffic control and streets within the project as necessary for the performance of services specified herein. This includes painting the locations of water mains and sanitary sewers and laterals in the field for the CONSULTANT. 2. The CITY shall review all drawings and other documents presented by CONSULTANT; 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. Page 100f12 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 Compensation by the CITY to the CONSULTANT for Tasks 1, 2, 3a, 6a and 6b will be on a lump sum basis. Tasks 3b, 4, 5a and 5b will be on a time and material basis. The estimated compensation for the services described in this Task Order is $591,280.00 as shown in Table 1 below. TABLE 1: LABOR AND EXPENSE SUMMARY Labor Labor Expenses Total Basis of Hours Cost Cost Payment Task 1 - Route Analysis 92 $13,080 $500 $13,580 Lump Sum Task 2 - Field Survey 974 $116,600 $12,500 $129,100 Lump Sum Task 3a - Design Phase (FM) 2,271 $244,750 $5,000 $249,750 Lump Sum Task 3b - Design Phase (LS) 700 $80,690 $5,000 $85,690 Time and Material Task 4 - Subconsultant Services N/A N/A $52,800 $52,800 Time and Material Task 5a - Permitting Phase (FM) 158 $18,410 $5,000 $23,410 Time and Material Task 5b - Permitting Phase (LS) 70 $7,910 $3,000 $10,910 Time and Material Task 6a - Bid Phase Services (FM) 108 $10,520 $2,500 $13,020 Lump Sum Task 6b - Bid Phase Services (LS) 108 $10,520 $2,500 $13,020 Lump Sum Totals 4,481 $502,480 $88,800 $591,280 Page 11 of 12 H. Schedule The completion dates for this work will be as follows (starting at written notice-to- proceed). A detailed schedule is attached. Engineering Services Time per Phase Cumulative Time Task 1 - Route Analysis 1 Month 1 Month Task 2 - Field Survey 2 Months 3 Months Task 3 - Design Phase (I) 6 Months 9 Months Task 4 - Subconsultants N/A N/A Task 5 - Permitting Phase (2) 4 Months 13 Months Task 6 - Bid Phase 3 Months 16 Months (1) Subconsultant services will be completed during Task 3 - Design Phase. (2) FEC and CSX may take longer. APPROVED BY: ~~TY OF BOYNT~LORIDA _ Kurt Bressner, City Manager Dated this ~day of Februa..l''t , 2007 SUBMITTED BY: W ANTMAN GROUP, I C. By: Joel Wantman, Chairman Dated this /5 day of ~ ,2007 MIProposals\MUNICIPAL PROPOSALSICity of Boynton BeachIRegional FM and S.E. 6th LSITask Order No. I Rev 1.1207.doc Page 12 of 12 I ..... o ~ c m ~ 1:' :;; .. w ~ ~ .. ...., z o i= ~ fI) I- u.. :J c z < z < ::E Zw 3:0 00:: cf2 ~..J <C< WZ 0::0 ala Ww wO:: LL.:I: o < W III Z o I- Z >- o III u.. o ~ (3 o o .,; '" ... o o .,; '" ... o o o m ... o o o '" ... o o .,; :: ... o o o '" ~ ... o o o <0 ... o o .,; m ... en S .. ~ >- 't: :::I o J: >-i ~ '$ I en I :E 1.2>> i~ '"0 ,e: i m, IUl, 0.: m' E, >- ~~i ::;g OJ ~~~i c( Q) ._ Q) U) w~~E~ !:i .~ i!1~ 8.1 ~&J:13~1 , I~ I i <0 ~ NI "'N~ 5ic:o.q- I"'''' ~ ! "''''... caJ:au"D I~ I... .1 I I i 8 I I! I ' II I ! I I i o o o o N '" o o N o N ~i .,! Ul' .. J: 0. I!! :::I iO .J: J! o I- o o .,; GO II) .; ~ I II I I I, II I I : i I ti~- -~! . I I I~ ~!l8 ~ ~ ;! gl , i ... o o .,; o II) ... i I i N NIN N N N N ... I I . I, 0 10 co 00'0 0 0 to 'co I ,I.{') N "lOt...... i ... i I i , ... , i,'ol,'Olig iCO,lO N i : ... o o .,; GO en 11)- I i I I ... : I "" I o ~ ",,1~lio'~ '" N NV:N I I i 01 ~I .., . 'I I ! i ~ N N'co,C:01ool"l:t I ... I o o .,; o en .; I ... -H~ l' I~ !:2 ~ -J <l;' :2:: <(' ~ :::! o ll: Iltl u: -J ~ ~ I~ ;,;::, e: o OJ ITdl;' -giS oJ~ ~~ -gl~ .o-o! ii~,~~ I ~li~11 ~ ~18E ~.~::: ~ ~I.e ~ tQ -g :g o..Ul.-~m",i ~c>~so:!NI ~ "5i 8. 0 Ct: :R ~i 'x := ..c!Lo -g .c Io...j iZ ~ :! ~:,g : :: ~I > ~ ~ ~1l> a ~ ~: ~ C"O _r ~ :.;::; CtI ._. U) ~ ffi 21~ g ~ ~ ~ g~8"fi'~;;;m05i !:!:!mfl)5iol~~~e- u. s>+.o:: m 0:::0 0:: en w ..!.ciu "0." - OJJ: i i ,~ ,g N I I 818 01'0 00 0'" L{)-""""- w:w ~ ..... m :! N o "" o o m '" o ~ N ~ "'>t: 10 N ., en .. J:' 0., I!! :::I o J: ii o I- ..... oj :: ... , o o .,; o ~ ",- N ~ ION 0 COVa>oc.oLl)oo.q- ""'('\1 ...................NCO...... ,~ ... i o o .,; o II) N ~ ... I o o .,; ~I ... I~I ~ I I , T , i N N co co ~Io M...... f'-.OO I ... o o .,; ..... ~ ... .., ... , , 1 "'1 o o .,; o II) .0 II) : ... o N , ~ NI""o 0 to """I :..q- N I ... !l I 1 01 ~! o ~i N ~, <Ii ~, ... o o .,; ~ o .-:- I II~ . - " . I. i i I i I I , loiol ~i""l I ' i I I I I I I 101 , !~I I I ... ... ). ~ ~ III Q ijj it . ltl u.. -J ~ ~ o <0 ..... I " ~ :Eo (/)1 ~~ OI! J: II ~I ~:E 1<Il, ."" Ul II! :il'@~ .~ g '''''I!! 0:: c: ~i:H ~ g ~ ~;~ ~1"5i tt:5 U) Zl2 .~ t5 g a: co .c ti U ~ ~ ~ E Gi,:!: ~ ~ ~ ~ ~ 5i W Q) g iJl ii)' .!!! Q) :2 m ~ ~ c::;;UU~a.cm::;;Ow cv .c U "Q! , , CD -I C)!~ I 1 , i II :.. 1M , o ~ : .....1 ;::1 ~I ...1 I g I g I ~ ~ I ... o o o o o .n ... o o .,; o o on ... o ~ o o .,; o N N ... <0 <0 m o o ::! ~ N- GO ... o ... o ... I 81 "'I , 1 i o o .,; o o N- '" '" '0 ... <Il OJ m a. o '" N o o .,; o II) N .., ... ;::: ~ o o .,; <D .., .-:- N ... ... ... o o !J co : , ....1 .. .., ., en .. J: 0. I!! :::I o J: ii o l- I :&;1 u: :2: Cl ~ o Ul ~ -J ~ ~ ~ III I i 1 I I 1 I ,.....1 I I ~I I 0 !~I 0 :~I ~I CO; 1 ..... I~ I 0 I 0 C I I'" I "'1 .,. N .,; W 0 III I 01 0 0 0 0 0 I:' :> I 01 0 0 0 0 0 .. w 0: 0 0 c:i c:i 0 ::l 0:: .." ~ CIO ;:;: oj C;; N c: 1<0 00 01 ~'I N CIO CIO .., .. mOl "'N CION<O 0' ",' I '" ~ '" ri 0 ci ~. .., !lO "'~ N"'Ol ....., .., ... ~ N .....i ..... ~ .., .., I I i i I i ...i ... .,. I ... ... I 0 I 0 00 88 00 0 0 0 . 0 ~I 0 0 0 0 00 00 0 0 I 0 I 0 0 c:i 0 0 00 00 do 0 c:i c:i c:i 0 0 0 0 00 00 00 0 0 0 : 0 0 0 0 0 00 00 000 00 0 0 I 0 0 lli lli 0 I 0('") cilIi aJ-"fI!t'- N lli lli l:::l rti .,. ... o' ~ N ~.,. a"'~ .,. .,. : "" ... ~ .,..,. .,. I ..... o ~ C en" ~ I:' :> .. w ~ It: .. .., z o i= ~ (/) l- LL :J o z cs: z Ci: ::iE Zw 3:0 00:: cf2 :lI::...J cCCS: WZ 0:::0 0:18 Ww wO:: u..J: o cs: W llJ Z o I- Z ~ o llJ LL o ~ <3 r-+- : I I~ I I '1 <Xl o o 0 ... ... ... ... N N I ~i 1 ... ~ u.c ~~m i5~fii goe- mU.w ...c .. co 1 : <Xl o 0' ~I o N o .; ... o o o o LO N ... o o o o LO N ... o o o o N N- ... o o o ;g N ... o ... o ... o N o o o o '" N ... o ... o N o o o o N .; ... "'1 o o o <Xl ..... I~ .G> .. .. J:: 0.. fl ;:J 0' :I: ~ o I- ... +-:-I---r-- i ' ~ (!) ~ Q 5! 1lI tlJ ll: -J ~ ~ 1lI :;), II) I i <Xl <Xl o 0 ~ o ... ... N , I 1 ~I I ! o N , ,''' ! I : I I II I ! I I I~ c I IC>> .Q ~ i :~ E ~ I I ell) G> I I Q~ ~ -t' m-lUJt- _ ca .c I I , : !~I ! ... r-: m i ... o o o o LO N ... o o ~I NI i i ~: 01 ...: ! ~I o I o o N o o N ...,.i 1 :1 i ..' ..' J:: 0..' fl ;:J o :I: ,~ i~ I! ! 01 ~I 0, ~i .; ~I 0' ...' 0,,; co' "'I , ... ... o o o o LO N ... o o ci o o ",- ... o o ci o .. ok ... 0' o o ... o N o o ci <Xl o ok ... ... ... ... ... ... o o o o '" N 0' 01 01 o! co: ..;: I ... I ..., : i I I 1 ..i I --+--+- o o ci o .. ui ~I 01 ~I ...1 ... 01 o 0] <Xl' ..... o o ci co "'- ~ ... ... I~ i(!) ~ ~ 1lI II) -J (!) ~ ~ 1lI tlJ ll: ~I,tlJ ~: I~ II) ,I? 1 I 1 II , , 0000 0000 0000 ~ g:5 ~ T'""-c.,.rcti N" OlLOMO lO~6lt1l) ... ... o o ci <Xl <'( ~ '" '" ... ; ~ E ~: '0 Jg ~ - a:~e-~ m C:w::- 08.. ..J It-..c en ~~cil~ 10 ~ I~ Q) -l ,I- '~I ,It: 0.. , 1 I 1 , , I I ! I i I ! I ! ! I , , I I ;;:; ... ... ~ ;:J o I 0; o I- I : I ! 1 ~ I ! ! I I II I I ;! NI ::i 01 , I ... ;:J o :I: ... ., Q. leD ~+ c( II~ j I I I iN I~ o o m '" co ;!: i~ i '" '0 '" G> Ol '" D.. N o LO m 'N j"'" 1 i , I I I~ I~ I~ .. " I~ f! ;:J o J:: ~ o I-