Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
III (E) Approval and Authorization for the Mayor and City Clerk to execute Services Authorization No. 99-002 with Glace & Radcliffe, Inc. in the not-to-exceed amount of $34,560.00 for Vehicle and Material Storage Building
Agenda 1-19-99 • .__ Item III E a �� n 0 ylf•or©coo,/. IAMES W. SHIRA, P.E. CITY ENGINEER/ UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(4071656-2322 EXT. 142•FAX(407)656-7835 MEMORANDUM DATE: January 14, 1999 TO: The Honorable Mayor and Board of City Commissioners FROM: David A. Wheeler, P.E./.2*' _- Assistant City Engineer/Utilities Director SUBJECT: Vehicle and Material Storage Building Award of Services Authorization 99-002 for Engineering Services On Wednesday, December 16, 1998, quotations for engineering services were received for the construction of a Vehicle and Material Storage Building at the Wastewater Treatment Facility on A.D. Mims Road. The work in this project generally includes: (1) Detailed Design of the Building and Site Improvements and (2) Assist the City in the Construction Phase Engineering Services. The Vehicle and Material Storage Building will be located adjacent to the Operations Building along the road to the employee parking lot. It will be designed in general accordance with the Conceptual Plan produced by Gee& Jenson,Inc. The building will have six bays for vehicle storage,three rooms for small mechanical equipment storage, and one large room for water and sewer system spare parts. There will be a pipe storage bin attached to the building on the south side. The project will also include some landscaping around the building and site drainage improvements. Quotations were received from all three Engineering Firms contacted. The attached documents include the original scope letter from Staff to the three Engineering Firms, questions and responses to further define the scope and the quotation from the lowest responding firm. All three quotes are listed below: Glace& Radcliffe, Inc. $34,560.00 Ivey, Ilarris& Walls, Inc. $72.943.62 Ilartman&Associates, Inc. $80,500.00 THE PRIDE OF WEST ORANGE The design portion of the project is to be paid as a lump sum expense and the permitting, bidding and construction services are to be paid on a time and materials basis with a not to exceed figure. The time and materials part of the project is to be as required by the City. Staff has reviewed the proposal submitted by Glace& Radcliffe and discussed the significant difference between their costs and the other two proposals with them. While they now feel that they left some items out of their proposal, Glace &Radcliffe stated that they were prepared to do the work to the City's satisfaction and at their loss. Therefore, staff agrees with the response from Glace &Radcliffe, Inc. This work will be funded from the 1997 Utility Bond Issue. I recommend that the City Commission authorize the Mayor and City Clerk to execute Services Authorization No. 99-002 with Glace&Radcliffe, Inc. in the not-to-exceed amount of $34,560.00. Attachments SERVICES AUTHORIZATION UNDER CONTINUING PROFESSIONAL CONSULTING AGREEMENT VEHICLE and MATERIAL STORAGE BUILDING This Service Authorization,No. 99-002, hereinafter called SA99-002, as of this day of , 1999, shall constitute an Addendum to the Continuing Professional Consulting Agreement between the City of Ocoee,Florida (the CITY) and Grace and Radcliffe, Inc. (the CONSULTANT), dated the 1" day of September, 1998, hereinafter referred to as the AGREEMENT. WHEREAS, the CITY and CONSULTANT entered into an AGREEMENT whereby the CITY retained the CONSULTANT to provide professional engineering services as required from time to time, and WHEREAS the CONSULTANT will perform consulting engineering services for the CITY as herein defined. NOW, THEREFORE, in consideration of the mutual covenants and promises hereinafter set forth on the part of both parties to be kept and performed,the parties do mutually agree as follows: Section 1 and 2 - Services of the Consultant The CONSULTANT shall perform the Design, Permitting, Bidding, and Construction Assistance Services as outlined in the attached documentation and listed as: (1) Ocoee Request for Fee Proposal letter, dated November 20, 1998; (2) Ocoee Questions and Answers letter, dated December 8, 1998; and (3) Glace & Radcliffe Fee Proposal letter, dated December 16, 1998, relative to the provision of the Continuing Professional Consulting Agreement. Section 4 -Period of Service The CONSULTANT will complete the Design services in accordance with the attached documentation. The Bidding and Construction Assistance will begin at the City's direction and be completed in accordance with the attached documentation Section 5- Compensation Compensation by CITY for the Design, Permitting, Bidding, and Constmction Assistance Services of this project are provided under this Amendment and shall be in accordance with Section 5 of the Agreement. The Design services will be compensated under paragraph 5.2.2. The Bidding and Construction Assistance services will be compensated under paragraph 5.2.1. This Services Authorization shall not exceed Thirty-Four Thousand Five-Hundred-Sixty DOLLARS ($34,560.00) as outlined in the attached documentation. IN WITNESS WHEREOF, the parties have executed this Services Authorization No. SA99- 001 the day and year hereinabove set forth. GLACE & RADCLIFFE,INC. ATTEST: By: Name: Title: (SEAL) Date: APPROVED: CITY OF OCOEE,FLORIDA A 1 1 EST: Jean Grafton, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE OCOEE CITY CITY OF OCOEE, FLORIDA APPROVED COMMISSION AT A MEETING HELD AS TO FORM AND LEGALITY this ON , 1999 day of , 1999. UNDER AGENDA ITEM NO. FOLEY Be LARDNER By: City Attorney Ocoee 0 . a ' a 0 November 20, 1998 `., .` \\�l'ae c000` JAMES W. SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(407)656-2322 EXT. 142•FAX(407)656-7835 Joe Margio, P.E. Glace and Radcliffe & Inc. 800 S. Orlando Avenue Maitland, Florida 32751 RE: Request for Fee Proposal Vehicle and Material Storage Building Dear Mr. Margio: In January of 1997, the City of Ocoee had a Utility Bond Issue to finance various projects throughout the City. One of those projects was to construct a Vehicle and Material Storage Building at the Ocoee Wastewater Treatment Facility. The City employed Gee & Jenson EAP, Inc. to perform the Conceptual Design Programming/Site Evaluation phase of this project. The initial plan was to complete the project as a design/build approach. Design Criteria documents would be used to competitively bid the project to design/build teams. The City has decided to complete the project as a full design and competitive bid to contractors. Attached, please find a copy of that Evaluation Report completed by Gee & Jenson. The City of Ocoee is requesting that Glace & Radcliffe, Inc. provide us with a fee proposal for designing the project and assisting in the construction phase engineering services. The proposal shall be prepared in accordance with the Continuing Professional Consulting Agreement dated September 1, 1998. The proposal shall be a combination Lump Sum for the Design and Permitting phases and Wage Cost Multiplier for the Bidding and Construction phases. The Ocoee Engineering staff has determined that the following tasks will need to be performed. If you feel that there are additional tasks which we may have over looked please include them in your proposal. Design Phase • Review and familiarization with the Conceptual Design Programming/Site Evaluation Report and the proposed site location. - • Geotechnical exploration of the site for design of the structure and the stormwater facilities will be by one of the City's contracted firms. Scope to be determined by your firm's requirements. THE PRIDE OF WEST ORANGE • Any surveying of the site for design of the facilities will be by one of the City's contracted firms. Scope to be determined by your firms requirements. • • Detailed design of the site amenities to include site grading, pavement improvements, sewer line relocation and stormwater facilities. • Detailed design of a metal type building for the Vehicle and Material Storage Building, including interior walls, electrical, plumbing, and sprinkler systems. The free standing shelves for the material storage area will be purchased and installed by the City. • Prepare detailed plans and specifications of the project and an opinion of probable construction cost. Permitting Phase • Prepare, submit and secure a stormwater permit in accordance with the St. Johns River Water Management District. • Prepare, submit and secure permits in accordance with the Florida Department of Environmental Protection for connection of the building to the city's drinking water and sanitary sewer systems, if necessary. Bidding Phase • Provide the City with one set of original documents to be used for printing of bid sets to be used during the bidding process. The City will be responsible for advertising and bidding the project. • Provide assistance in response to written questions received during the bidding process. Provide assistance in the preparation of any addendum which may need to be sent out in response to questions and/or changes in the design. • Provide a written review and a recommendation on award based upon the bids received. Construction Phase • Attend and participate in the Pre-Construction Conference to be conducted by the City with the selected contractor. • Review shop drawings for the project • Review and assist the City in response to Requests For Information RFIs from the contractor. • Assist the City in review of Requests for Proposed Changes in the design which will result in contract Change Orders. • Provide every other week observations of the project and provide the City with a written report of that construction observation. • Assist the City in the Substantial and Final Completion Inspections and provide the City with a certification of construction in accordance with plans and specifications of the project. • Assist the City in the preparation of As-Built record drawings of the project. • Assist the City in the Big Weanie Roast for the project dedication. The City will accept written requests for additional information related to the scope of this project. These requests will be accepted until 5:00 P.M. December 3, 1998. All written requests will be answered in writing, with a copy of each response mailed to each of the three engineering firms receiving this letter. You are requested to provide your proposal including a detailed schedule and completion date by 5:00 P.M. December 9, 1998. The Engineering Staff will review the proposals and prepare its staff recommendation to the City Commission for the regular City Commission Meeting to be held on December 15, 1998. If approved, the Service Authorization for this project will be executed on that day and notice to proceed will be issued the next day. It is the City's desire to be ready to proceed with the Bidding Phase on or about March 1, 1999. Should you have any questions, please do not hesitate to contact this office. Sincerely, CITY of O/COEE /J 0. David A. Wheeler, P.E. Assistance City Engineer/Utility Director cc: Jim Shira, City Engineer • • OS. V�J`*ar GO, JAMES W. SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR I50 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(407)656-2322 EXT. 142•FAX(407)656-7835 December 8, 1998 Joe Margio, P.E. Glace& Radcliffe, Inc. 800 South Orlando Avenue Maitland, Florida 32751 RE: Vehicle & Material & Storage Building Request for Fee Proposal Dear Mr. Margio: The following questions were submitted by the Engineering Consultants requested to submit on this proposal request. The questions are provided as they were submitted and appropriate responses are given. Question No. 1: Will a Phase I Environmental Site Assessment be required for the buildings that are to be demolished (i.e., is asbestos used in the buildings to be demolished, or were hazardous chemicals or materials stored in the buildings?) Answer: No, a Phase I Environmental Site Assessment will not be required for the relocation of the portable sheds and the demolition of the block building on the south end of the site. Question No. 2: Are demolition plans to be included in the scope of services or will the City demolish the existing buildings? Answer: The portable sheds will need to be relocated across the parking lot to the west for use by the Utility Department during the construction of the new building; a new concrete slab will not be required for the relocation. The building on the south end of the site and the concrete slabs under the temporary sheds will need to be demolished as part of the project and accomplished by the contractor as part of the construction requirements. Question No. 3: If yes, is the demolition to be included in the opinion of probable construction cost? Answer: Yes, see response to previous question. THE PRIDE OF WEST ORANGE Joe Margio December 8, 1998 Page 2 Question No. 4: Is landscaping design to be included in the proposal for landscaping around the new building? If yes, please indicate requested areas to be landscaped on a site plan for the wastewater treatment plant. Answer: Yes landscaping will need to be included in this project design. See the attached drawing for the areas requiring landscaping. Question No. 5: If bids received are higher than the engineer's opinion of probable construction cost,will the engineer be expected to redesign the project at no additional cost to the City? Answer: the City budgeted approximately $500,000 for the design and construction of this facility. We do not anticipate spending a significant amount above that figure. Therefore, the construction cost of the project will be within the expected limits of the project budget or it will not be advertised. Question No. 6: Under the "Design Phase Task"on page 2 of the City's letter dated November 20, 1998 for geotechnical and surveying services,we interpret that the engineer will provide a scope (descriptions) only of work necessary and that the City will contract separately for geotechnical and surveying work with the City's contracted fines. We have assumed that no geotechnical nor surveying costs will be included in our proposal. Is this correct? If not, please provide us with a list of firms and contact names and phone numbers for the City's contracted geotechnical and surveying firms. Answer: The intent of the statement in the proposal was for each of you to use our contracted firms and for you to coordinate with them in preparing your proposal and to include appropriate costs for them to do the work based upon your scope of services. The three geotechnical limns are: L.I. Nodarse & Associates, Inc. (407) 740-6110 Contact: Dan Dunham PSI, Inc. (407) 645-5560 Contact: Larry Moore Unviversal Engineering Sciences, Inc. (407) 423-0504 Contact: Bruce Woloshin Joe Margio December 8, 1998 Page 3 We intended to present the recommended Surveying Firms to the City Commission for approval at the December 1, 1998 Commission Meeting, but that was delayed by staff. Therefore, each of you may select a surveying firm of your choice for this project to be included within the proposal. Question No. 7: Section I of the Gee and Jenson's report indicates that several new parking spaces and pavement improvements are proposed for the Phase 1 improvements. Please indicate on the large scale (1"= 50') site plan for the wastewater treatment plant, the desired locations for pavement improvements and new parking spaces. Answer: Please refer to the attached drawing which will indicate the area of design for this proposal. Question No. 8: Would the stormwater permitting for this project be a modification of an existing stormwater permit for the wastewater treatment plant site or will this be a new permit encompassing this project only. If this is to be a modification of the existing stormwater permit, please provide us with the existing stormwater system locations for the stormwater retention pond and conveyance structures i.e., stormwater pipes and manholes) and with any other pertinent information for the existing stormwater system. Answer: All costs associated with permitting will be done on a wage cost multiplier basis with a set limit for this proposal of$10,000. Question NO. 9: Is the certification noted in the City's letter within the construction phase solely for the purpose of the City in addition to the certifications required by other permitting agencies (i.e., SJRWMD and DEP)? Answer: Certification includes those required by all permitting agencies and a certification to the City that the project was constructed in accordance with the plans and specifications. Question No. 10: Because of the current status of the project(previous preliminary design work accomplished), can one assume that only 60%, 90%and 100% (Bid Documents) submittals will be required for this project? Answer: Yes, that will be an acceptable plan at this stage of the project. Joe Margio December 8, 1998 Page 4 Question No. 11: What will the task "Assist the City in the preparation of As-Built record drawings of the project" entail? Answer: Use the"red line" markups that the contractor produces to convert the design/construct drawings to record drawings in a digital format and provide the digital file and one set of reproducible mylars to the City. The"red line"markups will also be returned to the City. Question No. 12: The Building Program Document suggests that toilet facilities may be required. Who will decide and when? Answer: That will be decided during the initial stages of the design between the City staff and the consultant. Question No. 13: Who will define and specify the storage units, shelving,workbenches and racks that are identified in the Building Program Document? Answer: The City will define, specify, purchase and install the storage units,shelving, workbenches and racks within the building. Question No. 14: Who will define and specify the fire curtain and welding equipment for the Workshop? Answer: The City currently owns some welding equipment and may purchase additional equipment at a later date, not as a part of this project. We planned on a free standing fire curtain that could be moved out of the way when not needed; and therefore, would not be specified nor purchased under this project. Question No. 15: Is the "certification of construction in accordance with the plans and specifications of the project" meant to consist only of the Water Management District and DEP, if necessary, certification forms? Answer: Certification includes those required by all permitting agencies and a certification to the City that the project was constructed in accordance with the plans and specifications. Joe Margio December 8, 1998 Page 5 • Question No. 16: Does the A.D. Mims Road WWTF have any existing SJRWMD stormwater system permit which has included the stormwater runoff from this proposed building? Was this building previously addressed in any previous permit? Answer: This building was not included under the current SJRWMD permit when the WWTP was renovated in 1994. See response to question no. 8 for additional information. Question No 17: In your letter, you state that the scope of services includes assistance to the City in preparation of as-builts. We are assuming that this means that the consultant is to obtain field generated, redlined as-built plans from the contractor, record the contractor's redlined as-built information onto a set of mylar originals, and provide the City with one set of mylar originals and one set of record drawing blueprints. Is this assumption correct? Answer: See question no. 11. Please disregard item no. 8 under construction phase services it was not omitted during staff review. I trust that this additional information will assist you in completing your proposal. Should you wish to discuss this matter further, please do not hesitate to contact this office. Sincerely, CITY of OCOEE David A. Wheeler, P.E. Assistant City Engineer/Utility Director cc: .lames W. Shim, P.E., City Engineer/Utilities Director G R GLACE &RADCLIFFE, INC. 1�et Consulting Engineers consu ring a 630 N.Wymare Road,Suite 370•Maitland,Florida 32751 A WCG,Inc.Company (407)647-6623 fax:(407)539-0575 E-mail:wcg@grboa.com December 16, 1998 Mr. David A. Wheeler,P.E. Assistant City Engineer/Utility Director City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 Re: Vehicle and Material Storage Building Glace and Radcliffe #FP567.104 Dear Mr. Wheeler: Per your request, we are pleased to submit the attached fee proposal related to the engineering services for the Vehicle and Material Storage Building. This proposal has been prepared to address the required scope of work as presented in your letter dated November 20, 1998. If the proposal is acceptable in its present form, we are prepared to commence work immediately upon authorization from the City. We appreciate the opportunity to submit the attached fee proposal for consideration by the City. We look forward to working with you and the rest of the City staff on this important project. If you should have any questions or comments,please don't hesitate to call our office. Sincerely, GL CE AND RADCLIFFE, INC. e Margio, PE Project Manager Cc: Curtis Burkett—Civil Division Director c\proposals\ocoee\Ietjas4.doc • Engineering Services Proposal For VEHICLE AND MATERIAL STORAGE BUILDING CITY OF OCOEE December 16, 1998 BACKGROUND In January of 1997, the City of Ocoee had a Utility Bond Issue to finance various projects throughout the City. One of those projects was to construct a Vehicle and Material Storage Building at the Ocoee Wastewater Treatment Facility. The initial plan was to complete the project as a design/build approach. Design Criteria documents would be used to competitively bid the project to design/build teams. The City has decided to complete the project as a full design and competitive bid to contractors. The City has requested that Glace and Radcliffe (the "Engineer") provide a proposal for engineering services related to designing the Vehicular and Material Storage Building and assisting in the construction phase engineering services. The following Scope of Services will be performed by the Engineer for this project and is based on the City's letter dated November 20, 1998, from Mr. David A. Wheeler, P.E. The proposed scope of work includes services,final design and preparation of plans and specifications, cost estimating, bidding services, and construction phase services. SCOPE OF WORK Design Phase 1. Review Existing Conceptual Design Programming/Site Visit Review and familiarization with the Conceptual Design Programming/Site Evaluation Report and the proposed site location. 2. Coordinate Geotechnical Investigation and Analysis Geotechnical exploration of the site for design of the structure and the stormwaterfacilities will be by one of the City's contracted firms. G&R will contract with one of the City's approved firms to provide these services and have included a fee within our proposal. -1- 3. Coordinate Site Survey All surveying of the site for design of the facilities will be provided by Glace & Radcliffe, Inc. in-house survey division. The scope of services is as follows: • Review the existing site plan • Set a baseline of construction tied to local horizontal and vertical control. • Provide a topographic survey locating all natural and man made features within the project limits shown on the site plan provided by the City. • Locate all underground gravity utilities both horizontally and vertically. • Contact the various utility owners with utilities in the survey area and have them flag their lines in the field and furnish G&R with a depth. The flagged utilities will be located and shown on the survey drawing. • Gather sufficient vertical data to prepare a digital terrain model (DTM) for identifying existing contours. 4. Preparation of Construction Plans Detailed design of the site amenities to include site grading, pavement improvements, sewer line relocation and stormwater facilities. It is anticipated that the construction plans will consist of the following sheets: 1 Cover Sheet 1 General Notes & Informational Sheet 1 Site Survey 1 Site Grading & Drainage Plan Sheet 1 Utility Plan Sheet 1 Metal Building Plan Sheet 1 Metal Building Sections & Details 1 Electrical Sheet 1 Mechanical Sheet 1 Life Safety (Fire Sprinkler) Sheet 2 Site Details (2 sheets) Progress sets of construction plans will be submitted to the City for review at the 50%, 90%, and 100% completion levels. Five sets of plans will be submitted at each submittal. The plans will be developed in AutoCAD format. 5. Design of Metal Building Detailed design of a metal type building for the Vehicle and Material Storage Building, including interior walls, electrical, plumbing, and sprinkler systems. The free standing shelves for the material storage area will be purchased and installed by the City. -2- 6. Preparation of Technical Specifications The Engineer will prepare technical specifications and bid schedule, which are in conformance with City's standard specifications. The documents will be submitted (five copies per submittal)to the City for review at the 90% and 100% completion level. At final completion, the Engineer will submit one unbound set of original specifications and bid form to the City. The City will incorporate the technical specifications and bid form with the City's standard front-end documents and complete the final packaging of the entire bidding document for issue to bidders. The City will be responsible for advertising and bidding the project. 7. Preparation of Construction Cost Estimate The Engineer will prepare and submit a construction cost estimate of the project based on the completed contract documents. The estimate will be submitted at the 100% completion level. Permitting Phase 8. Permitting Prepare, submit and secure a stormwater permit in accordance with the St. Johns River Water Management District. The Engineer will coordinate with SJRWMD and will prepare and submit any required permitting documents for the modifications to the stormwater system and groundwater conditions. 9. FDEP Potable Water and Sanitary Sewer Permit Applications Prepare, submit and secure permits in accordance with the Florida Department of Environmental Protection for connection of the building to the City's drinking water and sanitary sewer systems, if necessary. Bidding Phase 10. Clarification /Addenda Provide assistance in response to written questions received during the bidding process. Provide assistance in the preparation of any addendum, which may need to be sent out in response to questions and/or changes in the design. -3- 11. Bid Evaluation and Recommendation of Award Provide a written review and a recommendation on award based upon the bids received. The Engineer will perform a bid evaluation for the pavement restoration project. This bid evaluation will include a certified tabulation of bids, plus a detailed review of the bid package from the lowest responsive bidder. The review of the lowest responsive bid will include an inspection of the bid package for completeness, errors and omissions, evaluation of the listed experience on similar projects, evaluation of other submitted data and review of the references. Following bid evaluation, the Engineer will prepare and submit a recommendation of Contract Award. Construction Phase The Engineer will provide basic general services during construction. The Scope of Work during construction is based on the assumption that the construction period from Notice-to- Proceed to final completion of construction will be three (3) months. During construction phase, the following scope of work will be performed. 12. Attend Pre-construction Conference Attend and participate in the Pre-Construction Conference to be conducted by the City with the selected contractor. 13. Shop Drawing Review The Engineer will review shop drawings submitted by the Contractor. Activities for this task include maintaining a submittal log/record, reviewed shop drawings and providing review comments and transmitting copies of reviewed shop drawings to the City staff and the Contractor. The Engineer will determine the acceptability of substitute materials proposed by the Contractor. 14. RFI Assistance / Change Order Preparation Review and assist the City in response to Requests for Information (RFI's) from the contractor. Assist the City in review of Requests for Proposed Changes in the design, which will result in contract Change Orders. 15. Scheduled Site Visits Provide every other week observations of the project and provide the City with a written -4- • report of that construction observation. 16. Substantial and Final Completion Inspections The Engineer will perform site inspections at substantial completion and final completion. Each inspection will include a "walk through"of the entire project,formation of a punch list for deficient work and formalization and transmittal of the punch list to the Contractor and City representatives. 17. Preparation of Record Drawings The Engineer will obtain redline as-built drawings from the Contractor and will prepare as- built drawings on the information received from the Contractor. The Engineer will not perform any specialized services to verify the as-builts received from the Contractor. The as-built drawings will be prepared on the ink-on-mylar originals. The Engineer will submit one set of as-built mylar originals and three sets of as-built blueprints to the City. 18. Big Wienie Roast The Engineer will assist the City in the Big VVienie Roast for the project dedication. CITY OF OCOEE RESPONSIBILITIES AND ACTIVITIES The City of Ocoee will perform the following activities: 1. Provide available "as-built" AutoCAD drawings for existing site 2. Review of the Contract Documents at the 50%, 90%, and 100% design levels and submittal of review comments to the Engineer. 3. Provide project standard front-end documents for the project manual. -5- SCHEDULE The services described above are anticipated to be completed in accordance with the following summary. 1. Site survey will be completed in eight working days following the Notice to Proceed and the receipt of the site plan drawing from the City in AutoCAD format. 2. Submittal of Contract Documents at 50% completion level will be within 20 working days from completion of the site survey. 3. Submittal of Contract Documents at 90% completion level will be within 20 working days from receipt of City's 50% review comments. 4. Submittal of Contract Documents at 100% completion will be within 10 working days after receiving the City's review comments for the 90% completion Contract Documents. COMPENSATION Compensation to the Engineer for services performed under this fee proposal will be in accordance with the lump sum method as described in the Contract. The total lump sum amount to be paid to the Engineer as compensation for engineering services provided is $34,560.00. A breakdown of this professional service fee is shown in Attachment No. 1. -6- EXCLUSIONS The following tasks and activities are not included in the scope of work and have not been made part of this fee proposal. These services can be provided by the Engineer under an additional authorization issued by the City. • Additional design meetings • Changes to the documents during or after bidding as a result of the Owner's direction to change the scope of work • Pre-bid conference • Conforming contract documents • Progress meetings during construction • Full-time RPR services during construction phase • Providing copies of plans and specifications beyond the number specified herein • No boundary work or vacuum excavates is included in this scope of services. TABLE 1 SUMMARY OF FEES Ocoee Vehicle and Materials Storage Building Senior Description Principal Engineer Engineer Designer Drafter Clerical Total Manhours- Final Design Phase(See Table 2) 0 47 56 158 8 1 270 Raw Labor Wage Rate ($/hr) $ 110.00 $ 87.00 $ 60.00 $ 54.00 $ 45.00 $ 13.00 Total Labor Cost $ - $ 4,089.00 $ 3,360.00 $ 8,532.00 $ 360.00 $ 13.00 $ 16,354.00 Metal Building Design Subconsultant-TLC (mechanical, electrical, fire protection, plumbing) $ 11,300.00 Geotechnical Investigation (Universal) $ 1,616.50 Site Topographic Survey (Glace& Radcliffe) $ 4,780.00 Other Direct Costs(See Table 3) $ 509.00 Total Compensation (Total Labor Fee plus ODCs) $ 34,559.50 TOTAL LUMP SUM FEE FOR ENGINEERING SERVICES (rounded to nearest dollar) $ 34,560.00 TABLE 2 MANHOUR ESTIMATES Ocoee Vehicle and Materials Storage Building Senior Total Activi Description Principal Engineer Engineer Designer Drafter Clerical Manhours Design Phase 1. Review existing Conceptual Design Programming:Site visi 3 1 4 2. Coordinate gectechnical investigations 4 4 3. Coordinate Site Survey 4 4 4. Preparation of Construction Plans 0 a. Site Grading 6 12 24 42 b. Pavement Improvements 4 4 c. Sewer Line Relocation 6 6 d. Stormwater Facilities 4 8 16 28 5. Design of Metal Building 4 8 12 6. Preparation of Technical Specifications 6 6 12 T. Preparation of cost estimate 2 6 8 Permitting Phase 8. SJRWMO Permitting and Coordination 2 16 40 58 9.FDEP Potable Water and Sanitary Sewer Permit Applications 2 8 16 26 Bidding Phase 10.Clarification I Addenda 2 4 6 10.Evaluate Bids;Recommend award 1 4 5 ConstructionPhase 11. Attend Pre-construction Conference 2 2 12.Shop Drawing review 2 8 10 13. RFI Assistance/Change Order Preparation 2 8 10 14.Scheduled Site Visits 4 12 16 15.Substantial and Final Completion inspections 4 4 8 16.Prepare record drawing 1 4 5 'TOTAL MANHOURS 0 47 56 158 8 1 270 TABLE 3 SUMMARY OF OTHER DIRECT COSTS Ocoee Vehicle and Materials Storage Building Total Unit Total Description Quantity Units Cost Cost Reproduction •Photocopies 1,500 each $ 0.05 $ 75 Blueprints 120 each $ 0.50 $ 60 1/2-size Computer Plots 12 each _ $ 5.00 $ 60 Full-size Computer Plots 24 each $ 6.00 $ 192 Full-size Mylar Rots 6 each $ 12.00 $ 72 Subtotal - Reproduction $ 459 Computer Services Engineering 0 hours $ 14.00 $ - CAD Drafting 0 hours $ 10.00 $ - Document Processing 0 hours $ 5.00 $ - Subtotal -Computer Services $ - Communications, Faxes $ - Postage, Freight, Courier $ 50 Miscellaneous $ - TOTAL $ 509