HomeMy WebLinkAboutVI (F) Design Service Proposal- Phase I Stormwater Capital Improvement ProjectsAGENDA 5-7-96
Item VI F
JAMES W. SBIRA, P.E.
CITY ENGINEER / UTILITIES DIRECTOR
150 N. LAKESHORE DRIVE • OCOEE, FLORIDA 34761
PHONE (407) 656-2322 EXT. 142 a FAX (407) 656-7835
MEMORANDUM
DATE: April 25, 1996
TO: The Honorable Mayor and Board of City Commissioners
FROM: James W. Shira, P.E.
City Engineer/Utiliti irector
SUBJECT: Design Service Proposal - Phase I Stormwater Capital Improvement Projects
Attached for your review is a copy of a proposal submitted by Professional Engineering
Consultants, Inc. (PEC) for design services for the referenced projects.
Phase I of the stormwater capital improvement program consists of twenty identified problem
areas, containing a total of seventy-eight individual drainage related projects. PEC's proposal
covers the design, surveying, permitting, geotechnical and administrative work required to prepare
permit application and construction contract documents and drawings for each of the seventy-eight
individual projects.
PEC's proposed fee for this work is $267,440.00, with an allowance for direct reimbursables in
the amount of $5,000.00. The tasks to be performed for this fee amount are listed in the table
below with each task shown as a percentage of the anticipated $1,760,000.00 construction cost.
......;::.;:.;:.;:.;:.;:.;;:.::.;:.;:.;:.;:.;;:
>: er..o....1i.....ease>>Cos>ieako<>>:>:<:<:»»>:»>:>:>::>::>::::<::::»»:::
::::.g .:::::::::::::::::::::::::::::::::.
Construction Documents
$116,570.00
6.6%
Permitting Services
$28,340.00
1.6%
Construction Administration
$34,495.00
2.0%
Land Surveying
$69,535.00
4.0%
Geotechnical Services
$185500.00
1.1 %
Direct Reimbursable Costs
$5,000.00
0.3%
TOTAL FEES
$272,440.00
15.5%
d��
THE PRIDE OF WEST ORANGE
The total fee, at 15.5% of the anticipated construction cost, is a relatively high percentage., There
are two primary reasons for the percentage being higher than would be expected for a single large
project. First, the total fee is based on seventy-eight individual small construction projects. As
such, the economy of scale that usually accompanies larger projects is lost. Each location has its
own unique site constraints, existing conditions and proposed improvements. Second, we are
working under a tight time schedule, trying to get as much of this work as possible completed
before this year's heavy rains arrive. We might be able to group some of the projects together
in advance, but this would take time, and we feel that we should begin construction as quickly as
possible. We do however, expect that we will be able to reduce our expenses in the categories
of Construction Documents, Construction Administration and Land Surveying by working closely
with the selected contractors to minimize the amount of documentation they require, and by
handling a significant portion of the Construction Administration by City staff. Until we have
selected our contractors though, we will have no way of knowing the potential cost savings, and
thus are requesting approval of this fee proposal at its full amount of $272,440.00.
We are working on selection of contractors for these drainage construction projects and need to
have the design work in progress so we can get to work as soon as possible on the construction
projects we so desperately need. -
I recommend that the City Commission authorize the Mayor and City Clerk to execute Work
Order No. 10 in the not -to -exceed amount of $272,440.00.
7WS/jbw
WORK ORDER FOR
ENGINEER'S SERVICES AGREEMENT
WORK ORDER NO. 10
PROJECT -
Master Drainage Plan (Phase I Capital Improvement Program)
ENGINEER: Professional Engineering Consultants, Inc.
Execution of the Work Order No. 10 shall serve as authorization of ENGINEER to provide
professional engineering services as described in Attachment "A" which is attached hereto and
made a part hereof.
ENGINEER shall provide said service pursuant to Work Order No. 10, its attachment and that
certain Agreement of June 2, 1992 between CITY and ENGINEER which is incorporated herein
by reference as if it had been set out in its entirety. Whenever the Work Order conflicts with said
Agreement, the Agreement shall prevail.
TEVYE FOR COMMIPLETION: The work authorized by this Work Order shall be completed by
December 31, 1997.
COMPENSATION: The CITY shall compensate the ENGINEER on an hourly 'oasis with a not -
to -exceed amount of Two Hundred Sixty -Seven Thousand Four Hundred Forty Dollars
($267,440.00) for the professional services required under this Work Order. An additional
amount, not to exceed Five Thousand Dollars ($5,000.00) shall be paid as direct reimbursable
charges for copying and reproduction expenses. Engineer shall perform all work required by this
Work Order; but, in no event shall ENGINEER be paid more than the fixed fee set forth. above
without authorization of the CITY.
1
IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this
16th day of April, 1996 for the purpose stated herein.
ATTEST: PROFESSIONAL ENGINEERING CONSULTANTS, INC.
+-tl- By:
Kenneth R. Hooper, Vice- resident
Date: --
ATTEST: BOARD OF CITY COMMISSIONERS
CITY OF OCOEE, FLORIDA
By:
Date:
For the use and reliance
of City of Ocoee only.
Approved as to form and
legality this
day of 1996.
City Attorney
S. Scott Vandergrift, Mayor
11
ATTACHMENT "A"
SCOPE OF SERVICES
WORK ORDER NO. 10
PRASE I CAPITAL IMPROVEMENT PROGRAM
The purpose of this project is to implement the City of Ocoee's Phase I Capital Improvement
Program (CIP). The CIP consists of nineteen (19) specific drainage problem areas and one (1)
conglomerate problem area which includes 59 miscellaneous roadway and drainage improvements
throughout the City. These problem areas are identified and discussed in detail in an engineering
report prepared by PEC entitled "Stormwater Drainage Problem Areas" (dated December of
1995). As indicated in said report, PEC's evaluation of these problem areas has been limited, and
in some instances, based on field observations only without the benefit of the necessary
geotechnical and survey information and associated engineering analysis. Therefore, it must be
understood that the corrective actions proposed in this Scope of Services may require revisions as
further data collection and engineering analysis ensue.
Based on the complexity of each project; the level of effort to prepare construction drawings; the
character of each drainage improvement; and the permit requirements, the identified twenty (20)
drainage problem areas associated with the Phase I Capital Improvement Program have been
grouped into the following categories:
GROUP I PROJECTS (Underdrain Related Improvements)
• Problem Area No. 1 - Dovetail Court (Coventry Subdivision);
• Problem Area No. 6 - Coventry Subdivision;
• Problem Area No. 19 - Sawmill Subdivision; and
• Problem Area No. 31 - Prairie Lakes Boulevard (Forest Oaks Subdivision).
GROUP II PROJECTS (Miscellaneous Drainage Improvements)
• Problem Area No. 3
• Problem Area No.
16a
• Problem Area No.
17
• Problem Area No.
18
• Problem Area No.
23
• Problem Area No.
25
• Problem Area No.
29
- Flewelling Street/Russell Drive Intersection;
- Pioneer Key I Mobile Home Park;
- Ocoee Hills Road/Pinewood Lane Intersection;
- Bluford Avenue/Orlando Avenue Intersection;
- Sullivan Ditch (Silver Star Road);
- Franklin Street Area; and
- Doreen Avenue/Lady Avenue Intersection.
1 P -5188R
GROUP III PROJECTS (Minor Drainage Improvements)
• Problem Area No. 4 - Kimball Drive;
• Problem Area No. 20 - Little Spring Hill/Northern Durango Intersection;
• Problem Area No. 21 - Windswept Court (Highlands Subdivision);
• Problem Area No. 26 - Lakeview Village;
• Problem Area No. 27 - Nancy Ann Terrace; and
• Problem Area No. 28 - Miscellaneous Drainage and Roadway improvements.
GROUP IV PROJECTS (Major Flood Control Projects)
• Problem Area No. 2a - Pioneer Key II Mobile Home Park;
• Problem Area No. 9 - Sawmill Subdivision (southwest pond outfall system); and
• Problem Area No. 11 - Forest Oaks Subdivision (off-site basin outfall system).
The ENGINEER shall perform the following Basic Scope of Professional Services as necessary
for each project Group to accomplish the work required for the twenty (20) drainage problem
areas identified in the Phase I Capital Improvement Program.
A
Lit
Geotechnical Engineering Services - The following general geotechnical engineering
services are to be provided for each problem area (No. 1, 6, 19, and 31):
1. Hand auger borings approximately every 300 feet along the alignment of the
proposed underdrain system.
2. Estimate the seasonal high groundwater elevation within the right-of-way and/or
along the property lines.
3. Estimate the seasonal high groundwater elevation and the hydraulic conductivity
of the existing stormwater pond(s) receiving the discharge associated with the
proposed underdrain system.
4. Prepares a project memorandum summarizing the test results and recommendations
(e.g., location, diameter, and lineal footage of the proposed underdrain system)
and a pond recovery analysis
Land Surveying Services - The following general land surveying services are to be
provided for each problem area (No. 1, 6, 19, and 31):
2 P -5188R
1. Conduct an abbreviated topographic survey of the project limits which shall include
ground elevations along the right-of-way; edge of pavement; top of curb and
gutter; centerline of roadway; and/or property corners.
2. Prepare a reproducible copy of the approved construction plans and/or the recorded
plat for the project area with abbreviated contours for use in the preparation of the
construction drawings. Property boundaries, easements, roadways, driveways,
mailboxes, etc. will be located on the above referenced base plan. Field location
is = included. The Contractor shall coordinate with the applicable entity and
locate all underground utilities, above ground and underground utilities (e.g.,
storm sewer, water, sanitary sewer, electrical, telephone, etc.).
3. Installation of two (2) vertical benchmarks within the project area. Vertical datum
for establishment of each benchmark will be based on Orange County datum gL
local assumed datum.
4. Where conflicts with existing utilities are anticipated, a vertical location between
structures will be required. Two (2) vertical location surveys are included for each
problem area.
C. Civil Engineering Services - The following general engineering services are to be provided
for each problem area (No. 1, 6, 19, and 31):
1. The ENGINEER shall coordinate with the City and subconsultants to facilitate the
final design of the proposed drainage improvements (underdrain system).
2. The ENGINEER shall prepare construction drawings for the proposed drainage
improvements which includes, but is not limited to, the following:
• Cover Sheet, Vicinity Map, and Index of Drawings;
• Overall Site Plan and General Notes;
• Plan Sheets; and
• Detail Sheets.
3. The ENGINEER. shall prepare technical specifications to address the design
elements contained in the construction drawings. It is anticipated that the City
shall prepare and provide the "front-end" document and general conditions.
4. The ENGINEER shall prepare and process a single St. Johns River Water
Management District (SJRWMD) Environmental Resource Permit (ERP)
application for all underdrain related projects.
3 P -5188R
5. The CITY shall conduct a pre-bid meeting; review bids and make recommendation
to the City Commission; conduct a pre -construction meeting; review and process
shop drawings; coordinate with the contractor to resolve construction related
issues; perform site visits to observe progress and quality of work; and submit the
certification to the regulatory agencies as required by permits obtained for the
project.
6. The ENGINEER shall prepare "Record Drawings." Record dxawings will be
prepared based on as -built record plans kept, maintained and provided by the
project- Site Contractor.
A. Geotechnical Engineering Services - The following general geotechnical engineering
services are to be provided for each problem area (No. 3, 17, 18, and. 29)-
1. Conduct one (1) permeability test in the vicinity of the proposed exfiltration
system.
2. Conduct two (2) to three (3) 20 -foot auger borings.
3. Perform a recovery analysis calculation.
4. Prepare an engineering report summarizing test results and recommendations,
including location, depth, and lineal footage of proposed exfiltration system.
B. Land Surveying Services - The following general land surveying services are to be
provided for each problem area (No. 3, 16a, 17, 18, 23, 25, and 29):
1. Conduct an abbreviated topographic survey of the project limits which shall include
ground elevations along the right-of-way; edge of pavement; top of curb and
gutter; centerline of roadway; and/or property corners.
2. Prepare an AutoCAD base plan at a scale of 1 " =20' of the project area with
abbreviated contours for use in preparation of construction drawings. Property
boundaries, easements, roadways, driveways, mailboxes, above ground and
underground utilities (storm sewer, water, sanitary sewer, electrical, telephone,
etc.), will be located as necessary on the above referenced plan.
3. Installation of two (2) vertical benchmarks within the project area. Vertical datum
for establishment of each benchmark will be based on Orange County datum gr,
local assumed datum.
4 P -5188R
4. Where conflicts with existing utilities are anticipated, a vertical location between
structures will be required. Two (2) vertical location surveys are included for each
problem area.
5. Preparation of legal descriptions and sketches for the proposed drainage easements.
C. Civil Engineering Services - The. following general engineering services are to be provided
for each problem area (No. 3, lba, 17, 18, 23, 25, and 29):
1. The ENGINEER shall coordinate with the City and subconsultants to facilitate the
final design of the proposed drainage improvements (stormwater exfiltration and/or
conveyance system).
2. The ENGINEER shall conduct a pre -application meeting with the St. Johns River
Water Management District (SJRWMD) to determine the design criteria and/or
permitting requirements.
3. The ENGINEER shall prepare engineering calculations for sizing the proposed
exfiltration and/or storm sewer system.
4. The ENGINEER shall prepare construction drawings for the proposed drainage
improvements which includes, but is not limited to, the following:
® Cover Sheet, Vicinity Map, and Index of Drawings;
Overall Site Plan and General Notes;
Plan Sheets; and
R Detail Sheets.
5. The ENGINEER shall prepare technical specifications to address the design
elements contained in the construction drawings. It is anticipated that the City
shall prepare and provide the "front-end" document and general conditions.
6. The ENGINEER shall, prepare and process a single SJRWMD Environmental
Resource Permit (ERP) application for all related projects (e.g., exfiltration
systems or secondary systems).
7. The CITY shall conduct a pre-bid meeting; review bids and make recommendation
to the City Commission; conduct a pre -construction meeting; review and process
shop drawings; coordinate with the contractor to resolve construction related
issues; perform site visits to observe progress and quality of work; and submit the
certification to the regulatory agencies as required by permits obtained for the
project.
5 P -5188R
8. The ENGINEER shall prepare "Record Drawings. " 1Zecord drawings will be
prepared based on as -built record plans kept, maintained and provided by the
project Site Contractor.
A. Land Surveying Services - The following general land surveying services are to be
provided for each problem area (No. 4, 20, 21, 26, and 27):
1. Conduct an abbreviated topographic survey of the project limits which shad include
ground elevations along the right-of-way; edge of pavement; top of curb a.nd
gutter; centerline of roadway; and/or property corners.
2. Prepare an AutoCAD base plan at a scale of V =20' of the project area with
abbreviated contours for use in preparation of construction drawings. Property
boundaries, easements, roadways, driveways, mailboxes, etc. will be located on
the above referenced plan. Field location is = included. The Contractor shall
coordinate with the applicable entity and locate all underground utilities, above
ground and underground utilities (e.g., storm sewer, water, sanitary sewer,
electrical, telephone, etc.).
3. Installation of two (2' ) vertical benchmarks within the project area. Vertical datum
for establishment of each benchmark will be based on Orange County datum Qr
local assumed datum.
B. Civil Engineering Services - The following general engineering services are to be provided
for each problem area (No. 4, 20, 21, 26, and 27):
1. The ENGINEER shall coordinate with the City and subconsultants to facilitate the
final design of the proposed drainage improvements.
2. The ENGINEER shall prepare a schematic plan (one sheet) to depict the proposed
improvements.
3. The ENGINEER shall prepare technical specifications to address the design
elements contained in the construction drawings. It is anticipated that the City
shall prepare and provide the "front-end" document and general conditions.
4. The ENGINEER has received a formal permit exemption from the SJRWMD,
therefore, no allowance has been provided for permit related activities.
5. The CITY shall conduct a pre-bid meeting; review bids and make
to the City Commission; conduct a pre -construction meeting; review and process
6 P -5188R
shop drawings; coordinate with the contractor to resolve construction related
issues; perform site visits to observe progress and quality of work; and submit the
certification to the regulatory agencies as required by permits obtained for the
project.
C OU 1 Y PROJECT (Problem Area No. 2A)
A. Land Surveying Services - The following land surveying services are to be provided:
1. Conduct a topographic survey of the project area, including three (3) sections of
roadway, (70 feet by 40 feet of Periwinkle Key Drive; 110 feet by 40 feet of Sand
Dollar Key drive; and 200 feet by 90 feet of Palm Drive), and 540 feet by 30 feet
of open space located along the proposed storm sewer route (i.e., between and/or
behind existing lots). The approximate acreage of the project area is 1.0 acre.
Ground elevations, at minimum, will be taken at the right-of-way, edge of
pavement, top of curb and gutter, and centerline or roadway, and shall extend no
less than fifteen (15) feet either side of the proposed storm sewer system.
2. Prepare, an AutoCAD base plan at a scale of 1"=20' of the project area with one -
foot contours for use in preparation of construction drawings. Property bound-
aries, easements, roadways, driveways, mailboxes, above ground and underground
utilities (storm sewer, water, sanitary sewer, electrical, telephone, etc.), will be
located on the above referenced base plan.
3. Installation of two (2) vertical benchmarks within or adjacent to the project
boundary. Vertical datum for establishment of each benchmark will be based on
Orange County datum.
4. Locate two (2) 2 -inch PVC watermains vertically where tie-ins are proposed. Four
(4) vertical location surveys are anticipated. Where conflicts with existing utilities
are anticipated, a vertical location between structures will be required. Seven (7)
vertical location surveys are anticipated.
5. Preparation of legal descriptions and sketches for three (3) proposed drainage
easements.
B. Civil Engineering Services - The following engineering services are to be provided:
1. The ENGINEER shall coordinate with the City and subconsultants to facilitate the
final design of the proposed drainage improvements (closed conveyance system).
7 P -5188R
2. The ENGINEER shall conduct a pre -application meeting with the St. Johns River
Water Management District (SJRWMD) to determine the design criteria and
permitting requirements.
3. The ENGINEER shall prepare an engineering report and drainage calculations for
sizing the proposed conveyance facilities arid quantify possible downstream
impacts.
4. The ENGINEER shall prepare construction drawings for the proposed drainage
improvements which includes, but is not limited to, the following:
• Cover Sheet, Vicinity Map, and Index of Drawings;
• Overall Site Plan and General Notes;
• Three (3) Plan and Profile Sheets (1'"=20'); and
® Two (2) Detail Sheets.
5. The ENGINEER shall prepare technical specifications to address the design
elements contained in the construction drawings. It is anticipated that the City
shall prepare and provide the "front-end" document and general conditions.
6. The ENGINEER shall prepare and process the St. Johns River Water Management
District (SJRWMD) - Environmental Resource Permit (ERP) Application to allow
construction of the proposed drainage improvements.
C. Construction Administration Services - The following construction administration services
are to be provided:
1. Attend one (1) pre-bid meeting, if required, to answer questions concerning the
design, specifications, or other matters related to the project.
2. Review bids with respect to the contractor's ability to perform the required work
and provide a recommendation to the City.
3. Attend one (1) pre -construction meeting, if required, to answer questions
concerning the design, specifications, or other matters related to the project.
4. Review and process shop drawing submittals.
5. Coordinate with the City and Contractor to assist with resolution of construction
related issues and provide interpretation and clarification of the construction
documents.
8 P -5188R
6. Make site visits at intervals appropriate to the various stages of construction to
observe the progress and quality of the various .aspects of the Contractor's work.
Based on observations and/or information obtained during such visits, reports shall
be provided advising of the work progress and whether the work is proceeding in
generalconformance with the construction documents. It is estimated that an
average of four (4) site visits will be required through the project constriction
phase.
7. Preparation of "Record Drawings" required for submittal of project certifications.
Record -drawings will be prepared based on as -built record plans kept, maintained
and provided by the project Site Contractor.
8. Prepare certification to the regulatory agencies as required by permits obtained for
the project.
GROUP IV PROJECT (Problem Area No, 9)
A. Geotechnical Engineering Services - The following geotechnical engineering services are
to be provided:
1. Review existing data and reports.
2. Estimate the seasonal high groundwater elevation.
3. Conduct eight (8) borings to a depth of forty (40) feet to characterize the soils and
aquifer.
4. Collect bottom samples to characterize bottom. material of existing stormwater
pond.
5. Conduct four (4) permeability tests.
6. Conduct groundwater modeling calculations.
7. Prepare an engineering report summarizing the test results and recommendations.
B. Land Surveying Services - The following land surveying services are to be provided:
1. Conduct a topographic survey of the stormwater pond extending to the surrounding
residential structures on all sides (approximately 11 acres) and along the proposed
low-level drawdown structure (approximately 2,000 feet by 20 feet - 0.9 acres).
Ground elevations, at minimum, will be taken along the centerline of the proposed
9 P -5188R
alignment and shall extend no less than twenty (20) feet either side of the proposed
outfall system.
2. Prepare an AutoCAD base plan at a scale of 1"=20' of the project area with one -
foot contours for use in preparation of construction drawings. Property bound-
aries, easements, roadways, driveways, mailboxes, above ground and underground
utilities (storm sewer, water, sanitary sewer, electrical, telephone, etc.), will be
located on the above referenced base plan.
3. Installation of two (2) vertical benchmarks within or adjacent to the project
boundary. Vertical datum for establishment of each bencrunark will. be based on
Orange County datum.
4. Where conflicts with existing utilities are anticipated, a vertical location between
structures will be required. Four (4) vertical location surveys are included in this
estimate.
5. Preparation of legal descriptions and sketches for five (5) proposed drainage.
easements.
C. Civil Engineering Services - The following engineering services are to be provided:
1. The ENGINEER shall collect and examine available information pertaining to the
subject stormwater pond (e.g., construction plans, geotechnical report, drainage
calculations, etc.).
2. The ENGINEER shall coordinate with the City's Geotechnical Consultant to obtain
and review the soil/groundwater limitations and recommendations prepared for the
subject stormwater pond.
3. The ENGINEER shall investigate the following retrofit alternatives:
a. Retrofit the existing pond - Analyze the existing pond for the ' 100 -year
storm event and determine if the performance can be improved (e.g.,
removing the bottom organic layer) and what the associated impacts would
be.
b. Provide a low-level drawdown (e.g., bleed -down orifice) to Lake
Hackney/Prairie Lake. Determine if a low-level drawdown is physically
feasible, and investigate the impact, for the 100 -year storm event, to Lake
Hackney/Prairie Lake and the surrounding property owners.
10 P -5188R
4. The ENGINEER shall prepare an engineering report documenting the results of the
retrofit alternative investigation and PEC's recommendations.
5. The ENGINEER shall conduct a pre -application meeting with the St. Johns River
Water Management District (SJR'YVMD) to determine the design criteria and
permitting requirements.
6. The ENGINEER shall coordinate with the City and subconsultants to facilitate the
final design of the proposed drainage improvements (outfall system).
7. The ENGINEER shall prepare engineering calculations for modeling the 100 -year
flood event, as well as for ,sizing the proposed drainage outfall improvements.
8. The ENGINEER shall prepare construction drawings for the proposed drainage
improvements (low-level drawdown structure and outfall pipe) which includes, but
is not limited to, the following:
Cover Sheet, Vicinity Map, and Index of Drawings;
Overall Site Plan and General Notes;
Four (4) Plan and Profile Sheets (1."=20'); and
® One (1) Detail Sheet.
9. The ENGINEER shall prepare technical specifications to address the design
elements contained in the construction drawings. It is anticipated that the City
shall prepare and provide the "front-end" document and general conditions.
10. The ENGINEER shall prepare and process the St. Johns River Water Management
District (SJRWMD) - Environmental Resource Permit (ERP) Application to allow
construction of the proposed drainage improvements.
D. Construction Administration Services - The following construction administration services
are to be provided:
L Attend one (1) pre-bid meeting, if required, to answer questions concerning the
desiCD
gn, specifications, or other matters related to the project.
2. Review bids with respect to the contractor's ability to perform the required work
and provide a recommendation to the City.
3. Attend one (1) pre -construction meeting, if required, to answer questions
concerning the design, specifications, or other matters related to the project.
4. Review and process shop drawing submittals.
11 P -5188R
5. Coordinate with the City and Contractor to assist with resolution of construction
related issues and provide interpretation and clarification of the construction
documents.
6. Make site visits at intervals appropriate to Ile various stages of construction to
observe the progress and quality of the various aspects of the Contractor's work.
Based on observations and/or information obtained during such visits, reports shall
be provided advising of the work progress and whether the work is proceeding in
general conformance with the construction documents. It is estimated that an
average of four (4) site visits will be required through the project construction
phase.
7. Preparation of "Record Drawings" required for submittal of project certifications.
Record drawings will be prepared based on as -built record plans kept, maintained
and provided by the project Site Contractor.
8. Prepare certification to the regulatory agencies as required by permits obtained for
the project.
GROUP N PROJECT (Problem Area No. 11;
A. Land Surveying Services - The following land surveying services are to be provided:
1. Conduct a topographic survey of the project area (approximately 1,350 feet by 40
feet - 1.2 acres). Ground elevations, at minimum, will be taken at the right -of
tD
way, edge of pavement, top of curb and gutter, and centerline of roadway, along
the centerline of the proposed alignment, and shall extend no less than twenty (20)
feet either side of the proposed outfall system.
2. Prepare an AutoCAD base plan at a scale of 1"=20' of the project area with one -
foot contours for use in preparation of construction drawings. Property bound-
aries, easements, roadways, driveways, mailboxes, above ground and underground
utilities (storm sewer, water, sanitary sewer, electrical, telephone, etc.), will be
located on the above referenced base plan.
3. Installation of two (2) vertical benchmark within or adjacent to the project
boundary. Vertical datum for establishment of each benchmark will be based on
Orange County datum.
4. Where conflicts with existing utilities are anticipated, a vertical location between
structures will be required. Two (2) vertical location surveys are anticipated.
12 P -5188R
5. Preparation of legal descriptions and sketches for five (5) proposed daainage
easements.
B. Civil Engineering Services - The following engineering services are to be provided:
i . The ENGINEER shall coordinate with the City and subconsultants to facilitate the
final design of the proposed drainage improvements (stormwater conveyance
system).
2. The ENGINEER shall conduct a pre -application meeting with the St. Johns River
Water Management District (SJRWMD) to determine the design criteria and
permitting requirements.
3. The ENGINEER shall conduct a pre -application meeting with the Florida Central
Railroad to determine the permitting requirements.
4. The ENGINEER shall prepare engineering calculations for sizing the proposed
conveyance system.
5. The ENGINEER shall prepare construction drawings for the proposed drainage
improvements which includes, but is not limited to, the following:
Cover Sheet, Vicinity Map, and Index of Drawings;
• Overall Site Plan and General Notes;
Three (3) Plan and Profile Sheets (1"=20'); and
® Two (2) Detail Sheets.
6. The ENGINEER shall prepare technical specifications to address the design
elements contained in the construction drawings. It is anticipated that the City
shall prepare and provide the "front-end" document and general conditions.
7. The ENGINEER shall prepare and process the St. Johns River Water Management
District (SJRWMD) - Environmental Resource Permit (ERP) Application to allow
construction of the proposed drainage improvements.
8. The ENGINEER shall prepare and process the Florida Central Railroad (FCR)
Right -of -Way Utilization Permit Application.
C. Construction Administration Services - The following construction administration services
are to be provided:
1. Attend one (1) pre-bid meeting, if required, to answer questions concerning the
design, specifications, or other matters related to the project.
13 P -5188R
2. Review bids with respect to the contractor's ability to perform the required work
and provide a recommendation to the City.
3. Attend one (1) pre -construction meeting, if required, to answer questions
concerning the design, specifications, or other matters related to the project.
4. Review and process shop drawing submittals.
5. Coordinate with the City and Contractor to assist with resolution of construction
related- issues and provide interpretation and clarification of the construction
documents.
6. Make site visits at intervals appropriate to the various stages of construction to
observe the progress and quality of the various aspects of the Contractor's work.
Based on observations and/or information obtained during such visits, reports shall
be provided advising of the work progress and whether the work is proceeding in
general conformance with the construction documents. It is estimated that an
average of four (4) site visits will be required through the project construction
phase.
7. Preparation of "Record Drawings" required for submittal of project certifications.
Record drawings will be prepared based on as -built record plans kept, maintained
and provided by the project Site Contractor.
8. Prepare certification to the regulatory agencies as required by permits obtained for
the project.
This proposal is based on the following conditions and assumptions:
1. Preparation of documents for utility relocations are not included.
2. Preparation of permit applications or negotiations with permitting authorities other than
those specifically listed hereinbefore are not included.
3. Though permit applications are prepared according to the applicable regulatory agency
regulations, codes and laws, we cannot guarantee the approval of the permits by the
various agencies, due to circumstances beyond our control. Unusual or extensive request
for additional information by regulatory agencies may be provided as an additional service
upon authorization by the City.
14 P -5188R
4. Underground utility location information will be provided by the servicing utility for all
of the aforementioned projects. Additionally, a limited number of vertical surveys have
been included in this proposal for the Group II, III and IV projects. However, if
additional vertical location surveys are necessary beyond those estimated under
Professional Services, then these services may be provided as an additional engineering
service upon authorization by the City.
5. Preparation of quantity take -offs and probable construction- cost estimates are not included.
6. Construction layout surveys are not included.
7. Construction testing services for the project shall be provided by the contractor under the
Construction Contract, or by the City.
8. Preparation of documents for right-of-way or easement acquisition are not included other
than those specifically listed herein.
rem
The following Additional Engineering Services are not included under the Basic Scope of
Professional Services. These services, if required, may be performed for any of the problem areas
referenced above, upon proper authorization by the City.
1. Services resulting from significant changes in the general scope, extent or character of the
Project including, but not limited to, changes in size, complexity or character of the
project; and revising previously accepted studies, reports, or design documents when such
revisions are required by changes in laws, rules, regulations, ordinances, codes of orders
enacted subsequent to the preparation of such studies, reports or documents, or are due to
any other causes beyond ENGINEER's control.
2. Prepare for review and approval by Owner or its legal counsel contract agreement forms,
general conditions and supplementary conditions, bid forms, invitations to bid and
instructions to bidders.
3. Field surveys for staking to enable Contractor(s) to proceed with their work, and/or
providing other special field surveys (e.g., wetland, building foundation, geotechnical
boring control, as -built surveys, etc.).
4. Services required due to conditions different from those itemized under Basic Scope of
Professional Services or due to events beyond the control of the ENGINEER.
F:\c1er\1d\pro\p-5188R
15 P -5188R
ATTACH M ENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
f:\p IerV d),datMwor k -10
Task No
Task Description
Principal
(White)
(Hooper)
Project
Manager
amstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn(Tarbox)
Project
Engineer
CADD
Designer
3 -man-
Survey
Crew
Word
Processor
(Haves)
Task
Subtotal
Hourly Rate
$105.00
lt95.00
85.00
70.00
60.00
$60.00
$85.00
$35.00
PROBLEM AREA No. 1 - DOVETAIL COURT(Group I Project
CONSTRUCTION DOCUMENTS
Coordination
2
1
2
1
6
Pre-Appl. SJRWMD
2
2
1
5
Engineering Calculations
2
4
12
4
22
Construction Drawings
2
8
30
40
Technical Specifications
4
2
6
Task Hours
2
7
0
201
121
301
01
79
Task Fee
$210.001
$665.001
$0.001
$1.400-001
$720.00
$1,800.00
$0.001
$280.00
$5,075.00
PERMITTING SERVICES
SJRWMD ERP
1
1 2
2
2
4
11
Task Hours
0
1
0
2
2
2
0
4
11
Task Fee
$0.00
$95.00
$0.001
$140.00
$120.00
$120.00
$0.00
$140.00
$615.00
CONSTRUCTION ADMINISTRATION SERVICES
Prepare Record Drawings
4
8
1
13
Task Hours
0
0
0
4
0
8
0
1
13
Task Fee
$0.001
$0,00
$0.00
$280.00
$0.00
$480.00
$0.00
$35.00
$795.00
LAND SURVEYING
SERVICES
Topographic Survey
1
2_
4
8
-'
15
Benchmarks
_
- .
_
- 2
31
.1 Itility Survey
1
2
_ 2
�4
Task Hours
1
0
_ 0
0
6
12
0
2.3
Task FeeX105,00
K0.00_-
- 340.00
0.00 --$0.001 $360.00 1 $1,020.00
Total Labor Costs
Subconsultants (Geotechnical) -
TOTAL FEE FOR PROBLEM AREA 1
L_�O.OU $1.825.00
$8;310.00
_ $1,500.00
$9,810.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivisicn construction plans and. record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. No analysis of 'mpacts to existing retention/detention ponds will be performed.
4. It is assumed !-,,at a group ERP permitfrom SJRWMD will be required. Group permits will include Problem Areas No. 1, 6, 19, and 31.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10'
PHASE I CAPITAL IMPROVEMENT PROGRAM
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. No analysis of impacts to existing retention/detention ponds will be performed.
4. It is assumed t' ., 5 a group ERP permit from SJRWMD will be required. Group permits will include Problem Areas Na 1, 6, 19, and 31.
Registered
Surveyor
Senne
Senior
Engineer
(Gwinn__l
Project
Engineer
(Tarbox)Crew
Designer
-man
Survey
or
Processor
Ha
Task
Subtotal
Task No.
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Hourly Rate105.00 95.00 85.00
PROBLEM AREA No. 6 - COVENTRY SUBDIVISION(Group I Pro' cS
70.00
X60.00
QO
85.00
$35.00
CONST>r UC'TION DOCUMENTS
Coordination
2
2
4
1
9
Pre-Appl. SJRWMD
2
2
1
5
Engineering Calculations
2
8
16
430
_
Construction Drawin
2
16
60
78
Technical Specifications
4
_
2
6
Task Hours
2
8
0
34
16
60
0
8
128
Task Fee
$210.00
$760.00
$0.00
$2,380.00
$960.00
$3,600.00
$0.00
$?80.00
$8,190.00
i
PERMITTING SERVICES
SJRWMD ERP
1
2
2
2
4
11
Task Hours
0
1
0
2
2
2
0
4
11
Task Fee
$0.00
$95.00
$0.00
$140.00
$120.00
$120.00
_ $0.00
$140.00
$615.001
CONSTRUCTION ADMINISTRATION SERVICES
Pre are Record Drawin
4
8
1
13
Task Hours
0
0
0
4
0
8
0
1
13
Task Fee
$0.001
$0.00
$0.00
$280.00
$0.00
$480.00
$0.00
$35.00
$795.00
LAND SURVEYING
SERVICES
Topographic Surve
1
2
8
20
31
Benchmarks
2
8
10
Utility Survey
1
1
4
6
Task Hours
2
0
3
0
0
10
32
0
47
Task Fee
210.00
0.00
255.00
0.00
X0.00
.00 2 720.00
.00
785.00
Total Labor Costs
Subconsultants (Geotechnicala
TOTAL FEE FOR PROBLEM AREA 6
$13,385.00
$2,000.00
$15,385.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. No analysis of impacts to existing retention/detention ponds will be performed.
4. It is assumed t' ., 5 a group ERP permit from SJRWMD will be required. Group permits will include Problem Areas Na 1, 6, 19, and 31.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox
CADD
Designer
3 -man
Survey
Crew
Word
Processor
Ha
Task
Subtotal
Hourly Rate
105.00
95.00
85.00
70.00
60.00
>O.00L
5.00
35.00
PROBLEM AREA No. 19 - SAWMILL SUBDIVISION(Group I Project)
CONSTRUCTION DOCUMENTS
Coordination
2
1
4
1
8
Pre-Appl. SJRWMD
2
2
1
5
I.Engineering Calculations
4
8
4
16
Construction Drawing,
2
32
60
g4
Technical Specifications
4
_
2
6
i
Task Hours
2
9
0
50
0
60
0
8
129
Task Fee
$210.00
$855.00
$0.00
$3,500.00
$0.00
$3,600.00
$0.00
$280.00
$8,445.00
PERMITTING SERVICES
SJRWMD ERP
1
2
2
2
4
11
Task Hours
0
1
0
2
2
2
0
4
11
Task Fee
$0.00
$95.00
$0.00
$140.00
$120.001
$120.00
$0.00
$140.00
$615.00
CONSTRUCTION ADMINISTRATION SERVICES
-'
Prepare Record Drawinqs
4
8
1
13
Task Hours
0
0
0
4
0
8
0
1
13
Task Fee
$0.00
$0.00
$0.00
$280.00
$0.00
$480.001
_
$0.00
$35.00
$795.00
LAND SURVEYING
SERVICES
Topoqraphic Survey
4
6
20
30
Benchmarks
1
1
4
6
Utility Survey
1
4
1
8
14
Easement Survey
0
Task Hours
1
0
9
0
0
8
32
0
50
Task Fee 1
$105.001
$0.001765.00
so.00
0.00
$480.00
$2,720.00,
$0.00,
$4,070.00
Total Labor Costs
Suboonsultants (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 19
$13,925.00
$2.000.00
$15,925.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed local tnnchmarks may be used in lieu of Orange County datum.
3. No analysis of 'Impacts to existing retention/detention ponds will be performed.
4. It is assumed tint a group ERP permit from SJRWMD will be required. Group permits will include Problem Areas No. 1, 6, 19, and 31.
ATTACH MEN T "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
Hoo
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn
Project
Engineer
(Tarbox)Crew
CADD
Designer
3--manWord
Survey
,. Bio U unrn wvR-
Processor
(Hayes)
�
Task
Subtotal
Hourly Rate 105.00 95.00
PROBLEM AREA No. 31 - PRAIRIE LAKES BOULEVARD(Group
85.00
I Project
70.00
_ $60.00
_ 60.00
$85.001
$35.00
CONSTRUCTION DOCUMENTS
Coordination
2
1
2
1
6
Pre-Appl. SJRWMD
2
2
1
5
Engineering Calculations
2
4
12
4
22
Construction Drawings
2
8
24
34
Technical Specifications
4
2
6
Task Hours
21
71
01
201
121
24
0
81
73
Task Fee
1 $210.001
$665.001
$0.001
$1,400.001
$720.001
$1,440.00
$0.00
$280.001
$4,715.00
PERMITTING SERVICES
SJRW MD ERP
1
2
2
2
4
11
Task Hours
0
11
01
2
2
2
0
4
11
Task Fee
$0.00
t95 001
$0.00 1
$140.00
$120.00
$120.00
$0,00
$140.00
$615.00
CONSTRUCTION
ADMINISTRATION SERVICES
Pre are Record Drawings
4
RI
1
1
13
Task Hours
0
01
01
41
0
81
01
1
13
Task Fee
$0.00
$0.00
$0.00
$280.00 I
$0.00
$480.00
$0.00
$35.00
$795, 00
LAND SURVEYING
SERVICES
Topographic Survey
1
2
4
B
15
Benchmarks
1
2
3
Utili Survey
1
2
2
5
Task Hours
1
0
4
0
06
12
0
23
Task Fee
105.00
$0.00
$340.00
0,00
0.00
360.06
1 020.001
$0.001
$1,825.00
_
Total Labor Costs
Subconsultants (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 31
_
$7,950.00
$1,500.00
$9,450.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. No analysis of impacts to existing retention/detention ponds will be performed:
4. It is assumed ',",,at a group ERP permitfrom SJRWMD will be required. Group permits will include Problem Areas No. 1, 6, 19, and 31.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE_
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Tas k Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbo
CADD
Designer
3 -man
Survey
Crew
Word
Processor
(Hayes)
Task
Subtotal
Hourly Rate $105.00 $95.00 85.00
PROBLEM AREA No. 3 - FLEWELLING STREET/ RUSSELL DRIVE(Group
70.00
II Project)
60.00
.00
85.00
35.00
CONSTRUCTION DOCUMENTS
Coordination
1
1
2
_
1
5
.Pre-Appl. SJRWMD
2
2
1
5
Engineering Calculations
2
4
8
4
18
Construction Drawings
2
4
401
48
Technical Specifications
4
2
6
Tas k Hours
1
71
01
161
8
40
0
8
80
Tas k Fee
PERMITTING SERVICES
$105.00
$665.00
$0.00
$1,120.00
$480.00
$2,400.00
$0.00
$280.00
$5,050.00
SJRWMD ERP
1
2
8
8
2
21
Tas k Hours
0
1
0
2
8
8
0
2
21
Task Fee
$0.001
$95.00
$0.00
$140.00
$480,00
$480,00
$0.00
$70.00
$1,265.00
CONSTRUCTION ADMINISTRATION SERVICES
Prepare Record Drawings
4
8
1
13
Task Hours
0
0
0
4
0
8
0
1
13
Task Fee
$0.00
$0.00
$0.001
$280.00
$0.00
$480.00
$0.00
$35.00
$795.00
LAND SURVEYING
SERVICES
o o ra hic Survey
1
2
2
8
13
Benchmarks
1
1
8
10
Utility Survey
1
1
4
2
8
Easement Survey/ROW
1
10
10
8
29
Tas k Hours
3
01
14
0
0
17
26
0
60
Tas k Fee
315.00
0.00
1 190.00
0.00
0.00
$1,020.00
2 210.00
0.00
735.00
Total Labor Costs
SubconsuM-nts (Geotechnical)
TOTAL FEE FOR PROBLEM AREAS
$11,845.00
$1,500.00
$13,345.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdiv's ion construction plans and record plat
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. It is assumed that a group EAP permit from SJRWMD will he required. Group permits wi!I incl!ide Problem P.reas No. 3, 17, 18, and 29.
ATTACHMENT "B"
MANHOLIR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn
Project
Engineer
(Tarbox)Crew
CADD
Designer
3 -man
Survey
Word
Process
Ha or
Task
Subtotal
Hourly Rate
105.00
95.00
85.00
70.00
60.0060.00
85.00
5.00
PROBLEM AREA No. 16A - PIONEER KEY I (Group
II Protect)
CONSTRUCTION DOCUMENTS
Coordination
1
2
1
4
Pre-Appl. SJRWMD
2
2
1
5
Engineering Calculations
2
8
8
2
20
Construction DrawinM
2
24
40
66
Technical Specifications
4
2
6
Task Hours
,Task Fee
PERMITTING SERVICES
0
$0.00
71
$665.00
0
$0.00
401
$2,800.00
$480.00
40
$2,400.00
0
$0.00
6
$210.001
101
$6,555.00
SJRWMD ERP
2
1
8
8
81
30
Task Hours
o
2
0
8
8
81
0
==4
30
Task Fee
$0.00
$190.00
$0.00_,
$560.00
$480.00
$480.00
- $0.00
$140.00
$1,650.00.
CONSTRUCTION ADMINISTRATION SERVICES
--
Prepare Record Drawings4
_
8
1
13
Task Hours
01
0
0
4
0
8
0
1
13
Task Fee
$0.001
$0.00
$0.00
$280.00
$0.00
$480.00
$0.00
$35.00
$795.00
LAND SURVEYING
SERVICES
Topographic Surve
1
1
_
6
16
i�
24
Benchmarks
1
4
5
Utility Suney
1
_
4
5
Easement Survey/ROW
1
1
2
4
Task Hours
3
0
31
0
0
6
26
0
38
Task Fee
315.001
_$Q.00J___$255.00J
$0.0010.00 360.00
'Total Labor Costs
Subconsultants (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 16a
$2,210.00
$0.00
$3,140.00
i
$12,340.00
$0,00
$12,340.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. It is assumed that a group ERP permit from SJRWMD will be required. Group permits will include Problem Areas No. 16a, 23 and 25,
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn
Project
Engineer
arbor,
CADD
Designer
3 -man
Survey
Crew
Word
Processor
Ha
Task
Subtotal
Hourl Rate
105.00
95.00
85.00
70.00
$-60.E
85.00
$35.00
PROBLEM AREA No. 17 - OCOEE HILLS ROAD PINEWOOD LANE
----t6-0-Q0---
(Group II Project)
CONSTRUCTION DOCUMENTS
Coordination
1
2
1
4
Pre-Appl. SJRWMD
2
2
1
5
Engineering Calculations
2
4 8
_
1
15
Construction Drawings
1
4
40
45
Technical Specifications
4
2
6
Task Hours
0
6
0
16 81
40
0
51
75
Task Fee
$0.00
$570.00
$0.00
$1,120.00 $480.001
$2,400.00
$0.00
$175.001
$4,745.00
PERMITTING SERVICES
SJRWMD ERP
1
2 8
8
2
21
Task Hours
0
1
0
2 8
8
0
2
21
Task Fee
$0.00
$95.00
$0.00
$140.00 $480.00
$480.00
$0.00
$70.00
$1,265.00
CONSTRUCTION ADMINISTRATION SERVICES
Prepare Record DrawinM
4
8
1
13
Task Hours
0
0
ol
4 0
8
01
13
Task Fee
$0.00
$0.00
$0.00
$280.00 $0.00
$480.00
$0.00
$35,00
$795.00
LAND SURVEYING
SERVICES
Topographic Surve
1
1
4
8
14
Benchmarks
1
2
8
11
Utility Sung
1
1
Easement Survey
1
4
_
8
13
Task Hours
2
0
6
0 0
15
16
0
39
Task Fee
1 $210.001
$0.00
$510.00
$0.00 _ $0.00 900.00
Total Labor Costs
Subconsultants (Geotechnicao
TOTAL FEE FOR PROBLEM AREA 17
1 360.00
_
000
-
_ ?_ 980.00
$9,785.W
$1 500,0)
$11,285.001
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed loca, benchmarks may be used in lieu of Orange County datum.
3. It is assumed?--., a group ERP permit from SJRWMD will be required. Group permits W li include Problem Areas Na 3, 17, 18, and 29.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Project
Engineer
(Tarbor
CADD
Designer
3 -man
Survey
Crew
Word
Processor
Ha
Task
Subtotal
Hourly Rate $105.00
PROBLEM AREA No. 18 - BLUFORD AVENUE/ORLANDO
$95.00 $85.00
AVENUE= (Group
_(Gwinn) _
$70.00 60.00
II Project__
_ 60.00
$85.00
35.00
CONSTRUCTION DOCUMENTS
Coordination
1
2
1
4
Pre-Appl. SJRWMD
2
2
- 1
.
5
Pre-Appl. FDOT
2
_
2
1
5
Engineering Calculations
2
4 4
1
11
Construction Drawings
2
2
_
32
_
36
Technical Specifications
4
2
6
Task Hours
0
9
0
16 4
32
0
6
67
Task Fee
PERMITTING SERVICES
1 $0.001
$855.00
$0.00
$1,120.00 $240.00
$1,920.00
$0.00
_$210.00
$4,345.00
SJRWMD ERP
1
2 8
8
2
21
FDOT(Utility & Drainage)
2
8 8
4
22
Task Hours
0
3
0
10 16
8
0
6
43
Task Fee
$0.00
$285.00
$0.00
$700.00 $960.00
$480.00
$0.00
$210.00
$2,635.00
CONSTRUCTION ADMINISTRATK)N SERVICES
Prepare Record Drawing,
2
4
1
7
Task Hours
01,
0
0
2 0
4
0
1
7
Task Fee
$0.00 I
$0.00
$0.00
$140.00 $0.00
$240.00
$0.00
$35.00
$415.00
LAND SURVEYING
SERVICES
Topographic Surve
1
4
8
13
Benchmarks
2
2
Utility Survey
1
1
4
6
Easement Survey/ROW
1
4
4
9
Task Hours
2
0
6
0 0
8
14
0
30
_$4
Total Labor Costs
Subconsultants(Geotechnical)
TOTAL FEE FOR PROBLEM AREA 18
$9,785.00
$1,500,00
$11,285.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed !ocal benchmarks may be used in lieu of Orange County datum.
3. It is assumed t;t a group ERP permit from SJRWMD will be required. Group permits will include Problem Areas No. 3, 17, 18, and 29.
ATTACHMENT "B"
MANHDUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox
CADD
Designer
3 -man
Survey
Crew
Word
Processor
(Hayes)
Task
Subtotal
HourIV Rate
105.00
$95.00
$85.00
70.00
60.00
60.00
.35.00
5.00
PROBLEM AREA No. 23 - SULLIVAN / SILVER STAR DITCH Grouel! Project)
_
CONSTRUCTION
DOCUMENTS
Coordination
2
2
-
1
5
Pre- I. SJRWMD
2
2
1
5
Engineering Calculations
2
4
8
4
18
Construction Drawings
2
4
16
22
Technical Specifications
4
- P
6
Task Hours
Task Fee
PERMITTING SERVICES
0
$0.00
8
$760.00
0
$0.00
161
$1 120.00
8
$480.00
16
$960.00
0
$0.00
_ 8
$290.00
56
$3,600.00
SJRWMD ERP
2
4
8
81
4
26
Task Hours
0
2
0
4
81
0
4
26
Task Fee
$0.00
$190.00
$0.00
$280.00
0-480.G0
$480.00. $0.00
$140.00
$1,570.00
CONSTRUCTION ADMINISTRATION SERVICES
Prepare Record Drawings
4
8
1
13
Task Hours
01
0
01
4
0
8
0
1
13
Task Fee
$0.001
$0.00
$0.00
$280.00
$0.00
$480.00
$0.00
$35.00
$795.00
LAND SURVEYING
SERVICES
Topographic Surve
1
2
6
4
13
Benchmarks
1
2
1
6
10
ROW
8
8
16
Task Hours
2
0
4
0
0
15
18
0
39
Task Fee
$210.00,
$0.00,
$340.00,
$0.00,0.00,
$9M00I
$1,530.00,0.00
$2,980.00
Total Labor Costs
Subconsultants (Geotechnicap
TOTAL FEE FOR PROBLEM AREA 23
$8,945.00
$0.00
$8,945,00
NOTE:
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. It is assumed th t a group ERP permit from SJRWMD will be required. Group permits will include Problem Areas No. 16a, 23 and 25.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn
Project
Engineer
(Tarbox)Crew
CADD
Designer
3 -man
Survey
Word
Processor
(Hayes)
Task
Subtotal
Hourl Rate
105.00
95.00
85.00
70.00
60.00
60.00
85.00
35.00
AN
PROBLEM AREA No. 25 - FRANKLIN STREET AREA Grou p II Project)
CONSTRUCTION DOCUMENTS
Coordination
2
2
1
5
Pre-Appl. SJRWMD
2
2
1
5
Pre-Appl. FDOT
2
2
1
5
Engineering Calculations
2
4
16
4
26
Construction Drawings
2
8
40
50
Technical Specifications
4
2
6
Task Hours
0
10
0
22
16
40
0
9
97
Task Fee
$0.00
$950.00
$0.00
$1,540.00
$960.00
$2,400.00
$0.00
$315.00
$6,165.00
PERMITTING SERVICES
SJRWMD ERP
2
4
8
8
4
26
FDOT(Utility & Drainage)
4
8
16
8
36
Task Hours
0
6
0
12
24
8
0
12
62
Task Fee
$0.00
$570.00
$0.00
$840.00
$1,440.00
$480.00
$0.00
$420.00
$3,750.00
CONSTRUCTION ADMINISTRATION SERVCIES
Prepare Record Drawings
4
8
1
13
Task Hours
0
0
0
4
0
8
0
1
13
Task Fee
$0.00
$0.00
$0.00
$280.00
$0.00
$480.00
$795.00
LAND SURVEYING
SERVICES
Topographic Surve
1
4
_
8
24
37
Benchmarks
1
4
6
11
Utility Survey
1
6
16
24
Easement Survey
1
4
16
21
Task Hours 1
31
0
10
01
0
341
461
0
93
I Task Fee 1
$31,9,001
so -00
$050.00
, 0
$2.040.00.3
Total Labor Costs
Subconsultants (Geotechnicaq
TOTAL FEE FOR PROBLEM AREA 25
$17,825,00
$0.00
$17,825.00
NOTE;
1. Construction plans will be prepared by utilizing reproductions of existing subdivision construction plans and record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. It is assumed th ;", a group ERP permit from SJRWMD will be required. Group permits will include Problern Areas Na 16a, 23 and 25.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Principal Projact Registered
Task No. Task Description (White) Manager Surveyor
(Hooper) Hamstra Senne
Hourly Rate 105.00 95.00 $85.00
PROBLEM AREA No. 29 - DOREEN AVENUE/LADY AVENUE INTERSECTION
Senior Project
Engineer Engineer
Gwinn (Tar x)
$70.00 $60.00
(Group li Pro;ect)
CADD 3 --man Word -�
Designer Survey Processor Task
Crew (Hayes) Subtotal
$60.00 $85.� 35.00
CONSTRUCTION DOCUMENTS
Coordination
1
2
1 4
Pre- I. SJRWMD
2
2
1 5
Pre- I. FDOT
2
2
1 5
Engineering Calculations
2
4
4
1 11
Construction Drawinqs
2
2
32
36
Technical Specifications
4
2 6
Tas k Hours
0
9
0
16
4
32
0 6 67
Task Fee
$0.00
$855.00
$0.00
$1,120,00
$240.00
$1,920.00
$0.00 $210.00 $4,345.00
PERMITTING SERVICES
SJRWMD ERP
1
2
8
8
2 21
Task Hours
0
1
0
2
8
8
0 2 21
Task Fee
$0.00
$95.00
$0.00
$140.00
$480.00
$480.00
$0.00 $70.00 $1 265.00
CONSTRUCTION ADMINISTRATION SERVICES
Prepare Record Drawinas
2
4
1 7
Task Hours
0
01
01
2
0
4
0 1 7
Task Fee
$0.00
$0.00 1
$0001
$140.00
$0.00
$240.00
$0.00 $35.00 $415.00
LAND SURVEYING
SERVICES
Topographic Surve
1
4
8 13
Benchmarks
2 2
Utility Survey
1
1
4 6
Easement Survey/ROW
1
4
4
g
Task Hours
2
0
6
0
0
8
14 0 30
Task Fee
$0.001510.00
0.
480,00J
$1,190.0010.00 2 390.00
Total Labor Costs
Subconsultants (Geotechnicao
TOTAL FEE RD PROBLEM AREA 29
$8,415.00
$1,500,00
$9,915.00
NOTE:
1. Construction plans will be prepared by utilizing reproductions. of existing subdivision construction plans and record plat.
2. Assumed local benchmarks may be used in lieu of Orange County datum.
3. it is assumed that a group ERP permit from SJRWMD will be required. Group permits gill include Problem Areas No. 3, 17, 18, and 29.
ATTACHM ENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox
CADD
Designer
3—man
Survey
Crew
Word
Processor
(Hayes)
Task
Subtotal
Hourly Rate
105.00
95.00
85.00
70.00
60.00
60.00
85.00
35.00
PROBLEM AREA No. 4 — KIMBALL DRIVE(Group III Project
CONSTRUCTION DOCUMENTS
Coordination
1
2
1
4
Construction Drawings
1
4
12
1
18
Task Hours
0
2
0
6 0
12
0
2
22
Task Fee
$0.00
$190.00
$0.00
$420.00 $0.00
$720.00
$0.00
$70.00
$1,400.00
LAND SURVEYING
SERVICES
Topographic Surve
1
1
6
8
16
Benchmarks
1
4
4
9
Utility Survey
1
2
4
7
Task Hours
2
0
4
0 0
10
16
0
32
Task Fee
1 $210.001
$0.001340.00
0.001 $0.001
$1,300.001
$1,360.00
0.00
$2 510.00
Total Labor Costs
Subconsultanis (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 4
$3,910.00
$0.00
$3,910.00
NOTE: Construction plans will be prepared by utilizing reproductions of
existing subdivision construction plans and record plat.
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
Hoo
Project
Manager
Hamstra
Registered
Surveyor
Senn
Senior
Engineer
Gwinn
Project
Engineer
Tarbox
CADD
Designer
3—man
Survey
Crew
Word
Processor
(Hayes)
Task
Subtotal
Hourly Rate
105.00
95.00
85.00
70.00
60.00
60.00____$85.00...35.00
PROBLEM AREA No. 20 — LITTLE SPRING HILL / NORTHERN DURANGO(Group III Project)
CONSTRUCTION DOCUMENTS
Coordination
1
4
4
2
11
Schematic
8
12
20
Task Hours
0
1
0
12 0
16
0
2
31
Task Fee
$0.00
$95.00
$0.00
$840.00 $0.00
$960.00
$0.00
$70.00
$1,965.00
LAND SURVEYING SERVICES
Topographic Surve
1
1
2
4
8
Benchmarks
1
4
5
ROW I.D.
8
4
12
Task Hours
1
0
9
0
0
3,1
12
0
25
Task Fee
$105.0o,
$0.00,
$765.00,
$0.00,0.00
180.00
$1.020.00
$6.00,
$2.070.00_
Total Labor Costs
Subconsultants (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 20
— $4,035.00
so.ryj
$4,035.00
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox)
CADD
Designer
3—man
Survey
Crew
`Nord
Processor
(Hayes)
Task
Subtotal
Hourly Rate
105.00
____$95.001
$85.00
$70,00
$60.00
60.00
85.00
$35.00
PROBLEM AREA No. 21 — WINDSWEPTCOURT(Group III Project)__
CONSTRUCTION
DOCUMENTS
DOCUMENTS
Coordination
1
2
1
4
Engineering Calculations
2
2 8
—
2
14
Construction Drawings
1
8
16
25
Technical S ectications
4
2
6
Task Hours
01
41
0
16 81
161
0
5
49
Task Fee
1 $0.001
$380.001
$0.00
$1,120.00 $480.00
$960.00
$0.00
$175.001
$3,115.00
CONSTRUCTION
ADMINISTRATION SERVICES
Prepare Record Drawings
_
2
4
1
7
Task Hours
0
0
0
2 0
4
0
— 1
7
Task Fee
$0.00
$0.00
$0.00
$140.00 $0.00
$240.00
$0.00
$35.00
$415.00
LAND SURVEYING SERVICES
Topographic Surve
1
1
2
4
8
Benchmarks
2
2
Task Hours
1
0
1
0 0
2
6
0
10
Task e
0 00
000
5 0
0 00 000
0--1510—OQ-
$0.00
-tA9n n]
Total Labor Costs
Subconsultants (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 21
$4,350.00
$0.00
$4,350.00
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox
CADD
Designer
3 -man
Survey
Crew
Word
Processor
(Haves)
Task
Subtotal
Hourly Rate
105.00
$95.00
$85.00
70.0060.00
60.00
$85.00
35.00
PROBLEM AREA No. 26 - LAKEVIEW VILLAGE(Group III
Pro ct
ENGINEERING INVESTIGATION
Data Collection
2
1
3
Coordination w/ TV
2
1
3
Coordination w/ Geotech.
2
1
3
Summary Report
4
2
2
8
Task Hours
1 0
01
0
10
01
21
01
5
17
Task Fee
1 $0.001
$0.001
$0.00
$700.00
$0.00
$120.001
$0.001
$175.001
0
CONSTRUCTION
DOCUMENTS
Coordination
1
2
1
q
Construction Drawincp
2
4
12
18
Technical Specifications
q
2
6
Task Hours
0
3
0
10
0
12
0
3
28
Task Fee
1 $0.001
$285.001
$0.00
$700.00
$0.00
$720.00
' $0.00 1
$105.001
$1 810.00
CONSTRUCTION
ADMINISTRATION SERVICES
_
Prepare Record Drawincls
2
4
1
7
Task Hours
0
0
0
2
0
4
01
1
7
Task Fee
$0.00
$0.00
$0.00
$140.00
$0.00
$240.00
$0.001
$35.00
$415.00
LAND SURVEYING
SERVICES
Topographic Surve
1
2
4
7
Benchmarks
1
1
1
3
Utility Survey
1
1
2
Easement Survey
1
1
1
1
4
Task Hours
i 21
01
31
01
0
4
7
0
16
Task Fee
210.00
0.00
255.00
0.00
0.00
240.00
595.00
.00
1 300.00
Total Labor Casts
Subconsukants (Geotechnicaq
TOTAL FEE FOR PROBLEM AREA 26
$4,520.00
$1,500.00
$6,020.00
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASEI CAPITAL IMPROVEMENT PROGRAM
Task No.
Task Description
Principal
(White)
Hoo er
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox
CADD
Designer
3—man
Survey
Crewe
Word
Processor
(Hayes)
Task
Subtotal
Hgqdy Rate
$105.00
tog.00
85.00
70.00
60.00
60.00
85.00
$35.00
PROBLEM AREA No. 27 — NANCY ANN TERRACE(Group
III Project
CONSTRUCTION DOCUMENTS
Schematics
2
10
20
8
40
Task Hours
0
2
0
10 0
20
8
0
40
Task Fee
$0.00
$190.00
$0.00
$700.00 $0.00
$1,200.00
$680.00
$0.00
$2,770.00
CONSTRUCTION ADMINISTRATION SERVICES
Misc. Construction Issues
4
1
5
Site Visits
2
1
3
Task Hours
0
0
0
6 0
0
0
2
8
Task Fee
0.00
$0.00
0.00
420.00 0.00
0.000.00
70.00
490.00
Total Labor Costs
Subconsultants Geotechnical
TOTAL FEE FOR PROBLEM AREA 27
$3,260.00
$0.00
$3,260.00
ATTACHMENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
Hoo er
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn
Project
Engineer
Tarbox
CADD
Designer
3—man
Sunray
Crew
Word
Processor
(Haves)
Task
Subtotal
HourIV Rate
$105.00
$95.00
$85.00
$70.00
smool
$60.00185.00
35.00
PROBLEM AREA No. 28 — MISCELLANEOUS DRAINAGE AND ROADWAY(Group III Project
CONSTRUCTION ADMINISTRATION SERVICES
Misc. Construction Issues
40
40
8
88
Task Hours
0
0
0
40 0
40
0
8
88
Task Fee
$0.00
$0.00
$0.00
$2,800.00 $0.00
$2,400.00
$0.00
$280.00
$5,480.00
LAND SURVEYING SERVICES
Miscellaneous
1
8
20
29
Task Hours
1
0
8
0 0
0
20
0
29
Task Fee
105.000.00
X680.00
0.00 0.00
0.00
$1 700.00
0.00
!JI485.00
Total Labor Costs
Subconsultants (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 28
$7,965.00
$0.00
$7,965.00
ATTAC H M ENT "B"
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(WNte)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne)
Senior
Engineer
(Gwinn)
Project
Engineer
(Tarbox
CADD
Designer
3—man
Survey
Crew
Word
Processor
(Hayes)
Task
Subtotal
HourIV Rate
105.00
95.00
85.00
70.00
60.00
60.00
85.00
35.00
PROBLEM AREA No. 2A — PIONEER KEY II(Group IV Project)
CONSTRUCTION DOCUMENTS
Coordination
1
2
1
4
Pre—Appi. SJRWMD
2
2
•1
5
Engineering Calculations
8
12
24
4
48
Construction Drawings
4
40
120
164
Technical Specifications
4
2
6
ask Hours
1 01
151
01
601
241
1201
227
ask Fee
1 $0.001
$1,425.001
$0.001
$4,200.001
$1,440.00
1 $7,200.00
1
$14,545.00
PERMITTING SERVICES
SJRWMD ERP
4
2
121
24
16
66
Task Hours
0
4
2
12
24
16
0
8F--
66
Task Fee
$0.00
$380.00
$170.00
$840.001
$1,440.00
$960.001 $_0.00
$280.00
$4,070.00
CONSTRUCTION ADMINISTRATION SERVICES
Pre—Bid M eetl ng
4
1
51
Bid Review
I 8
_^
2
`10
Pre—Construction Meeting
4
4
_
_
1
g
Shop Drawings
2
12
1
15
Misc. Construction Issues
8
_
2
i0
Site Visits
10
1
2
12
Prepare Record Drawings
2
8
12
2
24
Prepare Certifications
1
2
_
1
4
Task Hours
0
9
0
.56
0
12
0
12
89
Task Fee
$0.00
$855.001
$0.00
$3,920.00
$0.00
$720.00
$0.00 1
$420.00
$5,915.00
LAND SURVEYING SERVICES
0 o ra He Survey
1
4
_
12
24
41
Benchmarks
1
4
4
9
Utility Survey
1
4
_
4
16
25
Easement Survey/ROW
1
4
6
12
_
_
23
Task Hours
3
0
13
0
0
26
56
0
98
Task Fee
1 $315.001
$0.00
$1105.00
1 $0.001
$0.00
$1,560.00 1
$4,760.00
$0.00
$7 740.00
Total Labor Costs
Subconsultarls (Geotechnical)
TOTAL FEE FOR PROBLEM AREA 2a
$32,270.00
$0,00
$32,270.00
ATTACHMENT 'B'
MANHOUR AND FEE ESTIMATE
Work Order No. 10
PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(White)
(Hooper)
Project
Manager
amstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn
Project
Engineer
(Tarbox)Crew
CADD
Designer
3 -man
Survey
Word
Processor
(Hayes)
Task
Subtotal
Hourly Rate
105.00
95.00
85.00$70.001
$6q.00
60.00
85.00
35.Q0
PROBLEM AREA No. 9 - SAWMILL SUBDIVISION - SOUTHWEST POND(Group
IV Project
ENGINEERING INVESTIGATION
Data Collection
8
16
2
26
Coordination
1
4
1
1
6
Retrofit Alternatives
8
24
40
24
q
100
Summary Report
4
8
16
16
12
56
SJRWMD Meeting
2
2
2
6
Task Hours
0
15
0
46
72
400
21
194
Task Fee
$0.00
$1.425.00
$0.00
$3,220.00
$4 320.00
$2 400.00
$0.00
$735.001
$12.100.00
CONSTRUCTION DOCUMENTS
Coordination
1
4
2
7
-Engineering Calculations
4
8
24
12
2
50
Construction Drawings
2
16
60
78
Technical Specifications
4
2
6
Task Hours
0
7
0
32
24
72
0
6
141
Task Fee
1 $0.001
$665.00
$0.00
$2,240.001
$1,44(
$4 320.00
$0.001
$210.001
$8,875.00
PERMITTING SERVICES
SJRWMD ERP
4
12
16
8
8
48
Task Hours
0
4
0
12
16
8
0
8
48
Task Fee
$0.00
$380.00
$0.00
$840.00
$960.00
$480.00
$0.00
$280.00
$2.940.00
CONSTRUCTION ADMINISTRATION SERVICES
Pre -Bid Meetinq
4
1
5
Bid Review
8
2
10
Pre -Construction Meeting
4
4
1
9
Shop Drawings
2
12
1
15
Misc. Construction Issues
8
2
10
Site Visits
10
2
12
Prepare Record Drawings
2
8
122
24
Prepare Certifications
1
2
-
-
1
4
Task Hours
0
9i
01
56
0
12
0
12
89
Task Fee
$0.00
$855.00
$0.00
$3 920.00
$0.00
$720.60
$0.00
$420.00
$5,915.00
LAND SURVEYING SERVICES
Topographic Surve
1
1
8
30
401
Benchmarks
8
8
Utility Survey
1
1
8
-
10
Easement Survey
4
8
24
36
Task Hours
20
6
0
0
16
70
0
94
Task Fee
_-
210.00
0.00
5 1
$0.001 $0.001 $960-001
Total Labor Costs
Subconsultants (Geotechnical)
TOTAL FEE FOP. PROBLEM AREA 9
$5,950.0010.00
7 630.00
$37,460.00
$4,000.00
$41,460.00
ATTAC H M ENT "B'
MANHOUR AND FEE ESTIMATE
Work Order No. 10
?s3 PHASE I CAPITAL IMPROVEMENT PROGRAM
Task No
Task Description
Principal
(WHte)
(Hooper)
Project
Manager
Hamstra
Registered
Surveyor
Senne
Senior
Engineer
Gwinn)
Project
Engineer
STarbox
CADD
Designer
3 -man
Survey
Crew
Word
Processor
(Hayes)
Task
Subtotal
Hourly Rate
$105.00
$95.00
$85.00
$70.00
Jq0.00
60.00
$85.00
$35.00
PROBLEM AREA No. 11 - FOREST OAKS SUBDIVISION(Group
IV Project
CONSTRUCTION DOCUMENTS
_
Coordination
1
4
1
6
Pre -A . SJRWMD
2
2
1
5
Pre -A . FC Railroad
2
2
_
1
5
Engineering Calculations
2
4
16
4
P6
Construction Drawings
2
24
_
80
i06
Technical Specifications
4
_
_ 2
6
Task Hours
0
9
0
401
16
80
0
9
154
Task Fee
$0.00
$855.00
$0.00
$2,600.001
$960.00
$4,800.00
$0.001
$315.00
$9,730.00
PERMITTING SERVICES
SJRWMD ER
4
12
16
16
8
5611
FC Railroad
2
8
8
8
4
30
Task Hours
0
6
0
20
24
24
0
12
86
Task Fee
$0.00
$570.00
$0.00
$1,400.00
$1,440.001
$1,440.00
_
$0.00
$420.00
$5,270.00
CONSTRUCTION ADMINISTRATION SERVICES
Pre -Bid Meeting
4
1
5
Bid Review
8
2
10
Pre -Construction Meeting
4
4
1
9
Shop Dravdn s
2
12
1
15
Misc. Construction Issues
8
2
10
Site Visits
10
2
12
Prepare Record Drawings
2
8
121
2
24
Propare Certifications
1
2
1
4
Task Hours
0
9
0
56
0
12
0
12
89
Task Fee
$0.00
$855.00
$0.00
$3,920.00
$0.00
$720.00
$0.00
$420.00
$5,915.00
LAND SURVEYING SERVICES
0 o ra He Survey
1
8
12
16
37
Benchmarks
8
8
Utility Survey
1
4
20
4
29
Easement Survey
1
6
4
16
27
Task Hours 1
31
01
18
00
36
44
0
101
Task Fee
315.00
0.00
$1,530.00,
0.00
0.00
2 160.00
3 740.00
0.00
F.74501)
Total Labor Costs
Subconsultants (Geotechnical)
TOTAL. FEE FOR PROBLEM AREA 11
$28,660.00
$0,00
$28,660.00