Loading...
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