Loading...
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