HomeMy WebLinkAboutVII(C) Discussion/ Action Re: Forest Oaks Water Treatment Plant Renovations Award Of Services Authorization 99-004 For Engineering Services To Ivey, Harris & Walls, Inc Agenda 6-01-99
0 Item VII C
,fie
_ r
a
0 1 o
�yl`4, ,. `:s 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
MEMORANDUM
DATE: May 26, 1999
TO: The Honorable Mayor�a- �nddBoard of City Commissioners
FROM: Tony Wierzbicki, E.I. J_G0
Engineer I
THROUGH: David A. Wheeler, P.E./CQ4 4./
Assistant City Engineer/Utilities Director
SUBJECT: Forest Oaks Water Treatment Plant Renovations
Award of Services Authorization 99-004 for Engineering Services
On Wednesday, May 19, 1999, quotations for engineering services were received for the
renovations to the Forest Oaks Water Treatment Plant. The work in this project generally
includes: (1)Preliminary Design Study and Detailed Design of an Emergency Generator
Upgrade, Overhead Bridge Crane Installation in the high service pump room, Landscaping and
Aesthetic Enhancements to the plant site, and (2) Assist the City in the Construction Phase
Engineering Services.
The Forest Oaks Water Treatment Plant is responsible for providing the residents of the City of
Ocoee with approximately fifty-percent of the drinking water. Several upgrades to this plant are
required to continue providing adequate service and to plan for meeting future demands to the
water system and to provide aesthetic enhancements to the plant to lessen the visual impact of the
facility within the neighborhood. These improvements include:
• The removal of the existing alternate power source and the installation of a new standby
power generator capable of providing sufficient power to operate all plant functions
simultaneously. A new fuel tank for the generator will be required to provide enough fuel for
the generator to operate at full load. The existing generator cannot supply standby power for
the entire plant operations. Since the existing generator still has many years of useful life it
will be relocated to one of the City's wastewater lift stations to provide emergency power.
The new generator will also address Y2K concerns in the event power cannot be maintained
to the facility.
v'
THE PRIDE OF WEST ORANGE
• The addition of architectural, landscaping and irrigation improvements to the existing plant
site. These improvements will increase the aesthetic value of the plant within a residential
neighborhood.
• A feasibility study for the installation of an overhead bridge crane within the pump room.
This will establish a safe working environment during routine maintenance and repair of the
high service pumps. This proposal will determine if structural improvements are required and
to make recommendations if modifications to the existing building are required.
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,time extension letter due to incomplete bid submissions
and the quotation from the lowest responding firm. All three quotes are listed below:
Ivey,Harris &Walls, Inc. $31,520.95
Glace &Radcliffe, Inc. $47,183.00
Hartman&Associates, Inc. $52,910.00
The preliminary design study, final design,permitting, bidding and construction services of the
project are to be paid on a time and materials basis with a not to exceed figure as required by the
City.
Staff agrees with the response from Ivey,Harris &Walls, Inc. and feels that this a reasonable
amount for this work. This work will be funded from 1997 Utility bond Issue.
I recommend that the City Commission authorize the Mayor and City Clerk to execute Services
Authorization No. 99-004 with Ivey,Harris &Walls, Inc. in the not-to-exceed amount of
$31,520.95.
Attachments
SERVICES AUTHORIZATION
UNDER
CONTINUING PROFESSIONAL CONSULTING AGREEMENT
FOREST OAKS WATER TREATMENT PLANT RENOVATIONS
C
This Service Authorization,No. 99-004, hereinafter called SA99-004, 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 Ivey,
Harris & Walls, Inc. (the CONSULTANT), dated the 1st 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 Study, Design, Permitting, Bidding, and
Construction Assistance Services as outlined in the attached documentation and listed as:
(1) Ocoee Request for Fee Proposal letter, dated April 22, 1999; (2) Ocoee Questions and
Answers letter, dated May 6, 1999; (3) Time Extension Letter, dated May 13, 1999 and
(4) Ivey, Harris & Wall, Inc. Fee Proposal letter, dated May 19, 1999, relative to the
provision of the Continuing Professional Consulting Agreement.
Section 4 -Period of Service
The CONSULTANT will complete the Preliminary Design Study and Final 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 Study, Design, Permitting, Bidding, and Construction
Assistance Services of this project are provided under this Amendment and shall be in
accordance with Section 5 of the Agreement. The Preliminary Design Study, Final
Design Services, Bidding and Construction Assistance Services will be compensated
under paragraph 5.2.1. This Services Authorization shall not exceed Thirty-One
Thousand Five-Hundred Twenty DOLLARS and Ninety-Five CENTS ($31,520.95) as
outlined in the attached documentation.
IN WITNESS WHEREOF, the parties have executed this Services Authorization No.
SA99-004 the day and year hereinabove set forth.
IVEY, HARRIS &WALLS, INC.
ATTEST:
By:
Name:
Title:
(SEAL)
Date:
APPROVED:
CITY OF OCOEE,FLORIDA
ATTEST:
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 &LARDNER
By:
City Attorney
OC•AA
-. ..:``ice
rf*of coon JAMES W. SHIRA, P.E.
April 22, 1999 CITY ENGINEER/UTILITIES DIRECTOR
150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761
PHONE(407)656-2322 EXT. 142•FAX(407)656-7835
Mr. Bob Rutter, P.E.
Ivey, Harris & Walls, Inc.
631 South Orlando Avenue Suite 200
Winter Park, Florida 32789
RE: Request for Fee Proposal
Emergency Generator for Forest Oaks Water Treatment Plant
Dear Mr. Rutter,
In an effort to better serve the residents of the City of Ocoee, it is necessary to
upgrade/rehabilitate equipment periodically. The Forest Oaks Water Treatment Plant
currently produces approximate three million gallons of water per day. In the event of
power failure, this water plant can be operated using a diesel generator that will only
operate one well and one high service pump.
The City of Ocoee is requesting that Ivey, Harris &Walls, Inc. provide us with a
fee proposal for a Basis of Design Report, detailed design of a standby power source,
•
assist the City in the competitive bidding service and the construction phase engineering
and inspection services of this project. 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 phase and Wage Cost
Multiplier for the Permitting, 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 have over looked,
please include them in your proposal.
Preliminary Design
• Evaluate the current and proposed future power demands for the complete operation
of the plant in the event of power failure; the ability of the MCC panel, the existing
automatic transfer switch and emergency generator to meet these demands and make
recommendations for upgrades to meet the proposed future demands. The complete
operation will consist of operating four well pumps, up to six high service pumps, the
hypochlorite generation system, the chemical feed system and auxiliary power for
office operations. In addition, provide an order of magnitude cost estimate for the
upgrade of each unit and associated wiring.
THE PRIDE OF WEST ORANGE
April 22, 1999
Ivey,Harris &Walls, Inc.
Page 2
• Evaluate the structural integrity of the building infrastructure to determine if an
overhead bridge crane can be installed in the pump room. Propose modifications to
the existing building in the event the installation of an overhead crane will not be
supported by the current building configuration.
• Recommend architectural and landscape upgrades on the north side of the water plant
to make the water plant more aesthetically pleasant without interfering with normal
•
plant operations. .
• Provide a Basis of Design Report for each item to outline the objectives that can be
accomplished and identify the major issues that need to be addressed based upon
conclusions from the Preliminary Design and to provide an estimate of construction to
complete proposed renovations.
Design Phase
• Installation of a diesel generator to accommodate the proposed/future load
requirements.
• Upgrade the MCC Panel to handle the proposed/future load requirements.
'• Propose a suitable automatic transfer switch to detect loss of power and automatically
start the generator set and supply power to operate the plant.
• Provide a weatherproof enclosure suitable for installation in a completely exposed
outdoor environment.
• Size the fuel tank to allow operating the generator to run at full load for not less than
• 24 hours.
• Installation of an overhead bridge crane in the pump room.
. • . Architectural and landscape enhancements on the north side of the water plant.
Permitting Phase
. • Prepare, submit and secure permits in accordance with the Florida Department of
•
• • Environmental Protection for providing,a standby power source, if necessary.
April 22, 1999
Ivey, Harris &Walls, Inc.
Page 3
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 certificate 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.
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. May 5, 1999. 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. May 12, 1999.
The Engineering Staff will review the proposals and prepare its staff
recommendations to the City Commission Meeting to be held on May 18, 1999. If
April 22, 1999
Ivey,Harris &Walls, Inc.
Page 4
approved, the Service Authorization for this project will be executed on that day and
notice to proceed will be issued the next day.
Should you have any questions,please do not hesitate to contact this office.
Sincerely,
CITY OF OCOEE
•
Tony Wierzbic i, E.I.
Engineer I
cc: James W. Shira, P.E., City Engineer/Utilities Director
Ocoee
`Q nf,cooa JAMES W. SHIRA, P.E.
May 6, 1999 CITY ENGINEER/UTILITIES DIRECTOR
150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761
PHONE(407)656-2322 EXT. 142•FAX(407)656-7835
Mr. Bob Rutter, P.E.
Ivey,Harris & Walls, Inc.
631 South Orlando Avenue Suite 200
Winter Park, Florida 32789
RE: Request for Additional Information (RAI)
Request for Fee Proposal
Emergency Generator for Forest Oaks Water Treatment Plant
Dear Mr. Rutter,
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:
Does the City have a survey drawing or site plan(in AutoCAD format) which accurately
depicts the existing conditions, grades and topography at the site? If so, will this be
available to the consultant to use or do we need to plan to provide survey services to
generate a site plan showing existing grades and topographic features?
Answer:
Additional survey work is not anticipated to be necessary. As-Builts do exist and a
sample has been included for your review. If this is sufficient for your use, a copy(in
AutoCAD format)will be made available for your use.
Question No. 2:
Does the City have any geotechnical data available for the site? If so, will this data'be
provided to the consultant, or should we plan on providing geotechnical services to meet
our design needs.
Answer:
The City does not have any current geotechnical information for your use. It is anticipated
that the location of the proposed generator will be in the same general area as the existing
generator and soil data will not be required for construction. If geotechnical services are
required, the City has the following firms under contract and should be utilized for these
services:
L.J. Nodarse &Associates, Inc.
1030 North Orlando Avenue Suite A
Winter Park, Florida 32789
Contact: Dan Duhnam, P.E.
THE PRIDE OF WEST ORANGE
April 22, 1999
Ivey, Harris &Walls, Inc.
Page 2
PSI, Inc.
1675 Lee Road
Winter Park, Florida 32789
Contact: Lance Reeves, P.E.
Universal Engineering Services, Inc.
3532 Maggie Boulevard
Orlando, Florida 32811
Contact: Bruce Woloshin, P.E.
Question No. 3:
Will we be required to provide materials testing and soil density tests during
construction?
Answer: -
The City does not feel that materials testing and soil density tests will be required due to
the limited nature of construction. See response to Question No. 2 in the event that testing
will be required.
Question No. 4:
Does,the City have a pre-established schedule for this project?
Answer:
A pre-established construction schedule for this project does not exist. The City needs to
have the generator upgraded by the end of calendar year 1999 to address Y2K concerns.
The bridge crane and landscaping enhancements are not on as critical of a time frame.
Question No. 5:
Does a topographical survey exist for this water treatment plant site, and if so, in what
form is the survey(i.e., mylar or in an electronic AutoCAD configuration)?
Answer:
Additional survey work is not anticipated to be necessary. As-Builts do exist and a
sample has been included for your review. If this is sufficient for your use, a copy(in
AutoCAD format)will be made available for your use.
Question No. 6:
In order for us to determine the relative scope of design services, please provide an order
of magnitude budget amount that the City has budgeted for architectural and landscape
improvements for this water treatment plant.
April 22, 1999
Ivey, Harris &Walls, Inc.
Page 3
Answer:
The intent is to provide landscaping along the north property line to act as a buffering
device and a minimum of architectural enhancements to improve the aesthetics of the
building in a residential surrounding. A combination of these improvements can be used
to minimize costs while still achieving the objective.
Question No. 7:
For the landscape design services,will the City require that a licensed landscape architect
be used for design?
Answer:
The City will not require the services of a licensed landscape architect due to the nature of
the landscaping improvements. If fhe Consultant chooses to use a licensed landscape
architect, it will be their option.
Question No. 8:
Does the City desire an irrigation system design for the project and if so should the
irrigation system design include the entire facility or only the newly landscaped areas?
Answer:
An irrigation system should be designed to cover the area of the landscaping
improvements. The design should allow for future expansion as well if at some point in
the future the City deems it necessary.
Question No. 9:
One of the Preliminary Engineering tasks ("Evaluate the structural integrity of the
building infrastructure to determine if an overhead bridge crane can be installed in the
pump room. Propose modifications to the existing building in the event the installation of
an overhead crane will not be supported by the current building configuration.") could
result in two very different Design Phase scopes of work. How does the City desire that
we address this question in our Fee Proposal?
Answer:
Due to the order of magnitude in using the existing building versus modifying the
existing building for the overhead bridge crane,the City will modify the Design Phase of
this Proposal to a Wage Cost Multiplier with a not to exceed limit.
Question No. 10:
What types of"Architectural upgrades" does the City have in mind for the north side of
the water treatment plant?
April 22, 1999
Ivey, Harris &Walls, Inc.
Page 4
Answer:
The intent is to provide landscaping along the north property line to act as a buffering
device and a minimum of architectural enhancements to improve the aesthetics of the
building in a residential surrounding. A combination of these improvements can be used
to minimize costs while still achieving the objective.
Question No. 11:
Are adequate Record Drawings/As-Built Drawings and/or files available for use in
design, or will survey and/or site visits for verification of dimensions, etc. be necessary?
Answer:
Additional survey work is not anticipated to be necessary. As-Builts do exist and a
sample has been included for your review. If this is sufficient for your use, a copy(in
AutoCAD format)will be made available for your use.
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
Zai
Tony Wierzbicki, E.I.
Engineer I
enclosure
cc: James W. Shira,P.E., City Engineer/Utilities Director(w/o enclosure)
Ocoee
0
Fp Of GOV JAMES W. SHIRA, P.E.
May 13, 1999 CITY ENGINEER/UTILITIES DIRECTOR
150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761
PHONE(407)656-2322 EXT. 142•FAX(407)656-7835
Mr. Bob Rutter, P.E.
Ivey, Harris & Walls, Inc.
631 South Orlando Avenue Suite 200
Winter Park, Florida 32789 ,
RE: Time Extension for the Request for Fee Proposal
Emergency Generator for Forest Oaks Water Treatment Plant
Dear Mr. Rutter,
The City of Ocoee has extended the bid date on the Forest Oaks Water Treatment
Plant Emergency Generator Upgrade Request for Fee Proposal. The submission date for
the above mentioned proposal is due no later than 5:00 PM May 19, 1999.
This time extension is required because of the incomplete nature of the bids
received. There will be a meeting scheduled for Monday, May 17, 1999 where these
deficiencies will be discussed. You will be contacted to arrange this meeting and your
presenc.e is required.
Should you have any questions, please do not hesitate to contact this office.
Sincerely,
CITY OF OCOEE
.27,(Lee-,i,G,
Tony Wierzbicki, E.I.
Engineer I
cc: James W. Shira, P.E., City Engineer/Utilities Director
David Wheeler, P.E., Assistant City Engineer/Utilities Director
THE PRIDE OF WEST ORANGE
i l \ •
MAY 1 9099 / :747,11!7-1
--,?: I :.:‘
VET, HARRIS s WALLS, Inc.
PLANNING
May 19, 1999 CIVIL ENGINEERING
LANDSCAPE ARCHITECTURE
ECOLOGICAL SERVICES
Mr. James W. Shira, P.E.
City Engineer/Utilities Director T fl ANS P D RTATION D ISION
City of Ocoee
150 N. Lakeshore Drive CONSTRUCTION SERVICES
Ocoee, Florida 34761 •
RE: Request for Fee Proposal
Emergency Generator for Forest Oaks Water Treatment Plant
Dear Mr. Shira:
Attached is our fee proposal for the above referenced project.
Please do not hesitate to call if you should have any questions or comments.
Sincerely,
IVEY, HARRIS &WALLS, INC.
Robert J. Rutter, P.E.
Senior Engineer
RJR:slm
Attachment: Engineering Services Fee Proposal
cc: Murry Bullion, P.E., IH&W
631 South Orlando Avenue
Suite no
Hinter Park, Florida 3118q
TELEPHONE: 401-6iq-8880
F:W S�SERBOBRTROPOSAUOCOEE11725006USLTR139.W PD FAX: 401 6iq-788;
HEEPAfiE:. www.ihw-u{a.com
PART A
SCOPE OF SERVICES
CITY OF OCOEE
EMERGENCY GENERATOR FOR
FOREST OAKS.WATER TREATMENT PLANT
May 18, 1999
The following Scope of Services is for professional engineering services, to be provided by Ivey,
Harris &Walls,Inc. (IH&W/Engineer),• for the City of Ocoee,Florida(City/Client/Owner).
I. GENERAL/BACKGROUND .
The City of Ocoee has requested that Ivey, Harris & Walls, Inc. submit a proposal to provide
engineering services related to the upgrading of the emergency generator for their Forest Oaks Water
Treatment Plant (WTP). The City's requested scope preliminary design phase of professional
services for this portion of the work stated the following:
"Evaluate the current and proposed future power demands for the complete operation of the plant
in the event of power failure: the ability of the MCC panel,the existing automatic transfer switch
and emergency generator to meet these demands and make recommendations for up grades to meet
the proposed future demands.The complete operation will consist of operating four well pumps,up
to six high service pumps, the hypochlorite generation system, the chemical feed system and
auxiliary power for office operations. In addition,provide an order of magnitude cost estimate for
the upgrade of each unit and associated wiring."
In addition, the City's requested scope of services included:
1) `Evaluate the structural integrity of the building infrastructure to determine if an overhead
bridge crane can be installed in the pump room. Propose modifications to the existing
building in the event the installation of an overhead crane will not be supported by the
current building configuration." .
2) "Recommend architectural and landscape upgrades on the north side of the water plant to
make the water plant more aesthetically pleasant." .
1
The last portion of the City's requested preliminary design phase scope of services included the
following:
"Provide a Basis of Design Report for each item to outline the objectives that can be accomplished
and identify the major issues that need to be addressed based upon conclusions from the Preliminary
Design and to provide an estimate of construction to complete proposed renovations."
At a meeting on May 17, 1999 with the three(3) consultants requested to provide a fee proposal,the
City indicated that the remainder of the services associated with this request for proposal would
include design, bidding, permitting and construction phase services for only the electrical system
improvements and the architectural and landscape upgrades to the north side of the WTP. Therefore
these services would not include any additional services related to the overhead crane. At the May
17, 1999 meeting,the City also directed that the design,permitting,bidding and construction phase
services for the project are to be accomplished as separate projects for (1) electrical system
improvements and (2) the architectural and landscape upgrades/improvements.
II. PREMISES/ASSUMPTIONS
This Scope of Services, Man-Hour Estimate and Fee Estimate are based on the following
-premises/assumptions:
a. The City will provide all necessary Record/As-Built drawings, in AutoCAD format,
necessary for the project design. The City will also provide the horsepower requirements of
all proposed new pumps and other equipment for the WTP design condition.
b. The Engineer is not providing land survey or geotechnical services under this contract.
Engineer assumes that these services will not be required for this project.
c. The Engineer assumes that the architectural and landscape upgrades/improvements project
will not require any permits be acquired by the Engineer.
d. The Engineer assumes that the electrical system improvements will require a Construction
Permit from the Florida Department of Environmental Regulation(FDEP).The Engineer has
not included the permit application fee as a part of his reimbursable expenses. Therefore,
payment of the FDEP Permit Application Fee will be the responsibility of the City.
e. Additional Services required as a result of substantial additions to the established Scope of
Services will require additional compensation to the Engineer. The fees for Additional
Services will be based on negotiations between the Owner and the Engineer. Authorization,
by the Owner,to accomplish any additional services will be required prior to the performance
of the additional service(s) by the Engineer.
f. Attendance at meetings (with City staff or related public hearings/meetings), at the request
of the City, not specified in the work task descriptions below shall be considered as
Additional Services authorized by the City and will be invoiced on a time and materials basis
2
at the Engineer's approved rates.The accounting of times for these additional meetings shall
include preparation for meeting(s), travel, attendance and preparation of minutes, as
necessary and appropriate.
g. Construction contract "front end" documents will be provided by the City. Engineer's
technical specifications will be provided in CSI standard specifications format using
Microsoft Word Office 95.
h. Engineer's drawings will be provided in plan view only at the scale(s) utilized in the City
provided Record/As-Built AutoCAD files.
I. Engineer's field visits during the design phase of the project will be solely for the purpose
of identifying significant and apparent above ground deviations with the record drawing files
provided by the City for use in design. The Engineer will not be responsible for any
undiscovered deviations in underground utilities or conditions, or other deviations not
discovered in Engineer's personnel field visits. The City will identify any utility conflicts
during their review of the completion status drawing submittals.
j. The City will provide full-time construction inspection services for the Project. Engineer is
not providing full-time inspection services or survey of as-built conditions, and is providing
only periodic observation of construction.Engineer will,therefore,base his Record Drawings
and any required Certification(s) of Construction on the contractor's mark-up set of as-built
drawings, and the City's inspector's confirmation that the construction of buried facilities
was constructed as shown on the contractor's as-built drawings and in accordance with the
Engineer's drawings and specifications.
k. The Engineer assumes that any public meeting or other meetings with concerned citizens
associated with the project will be the sole responsibility of the City and its staff.
1. The work task descriptions and fee proposal below describe all of the work proposed in this.
Scope of Services to be accomplished by the Engineer for this Project. Therefore, work not
described is not included in the Engineer's Scope of Services. All other services, if needed,
shall be considered as Additional Services.
III. WORK TASK DESCRIPTIONS
Task a. Preliminary Design Phase
Prior to commencing design,the Engineer and his subconsultants (EMI Consulting Specialties, Inc
for electrical systems and Southeast Structural Engineers,Inc. for the overhead crane renovations)
will visit the site and review the Record/As-Built drawings. Following the site visits and review of
existing drawings,the Engineer and his subconsultants will prepare and submit to the City for review
three (3) separate Basis of Design Reports (Electrical Renovations, Aesthetic Renovations and
3
Overhead Crane Renovations). Ivey,Harris &Walls, Inc. Landscape Architecture Department will
be used for the Aesthetics Renovations related work. Four (4) copies of these reports will be
submitted to the City for review and comment. These reports will outline the various objectives that
can be accomplished, identify the major issues that need to be addressed, and provide an estimate
of the constructing the proposed renovations. In conformance with instruction by the City, the cost
estimate of the renovations related to the overhead crane may be an "order of magnitude" type
estimate. The Aesthetics Renovations Basis of Design Report include drawing(s) and minimal text.
Following the review and approval of the Aesthetics Renovations Basis of Design Report the
drawing(s) will be directly incorporated into the initial (30%) design phase submittal.
Following the City's review, the Engineer will schedule and meet with the City to review City
comments regarding the contents of the Basis of Design Reports. The Engineer and his
subconsultants will revise/finalize the Reports, as appropriate, and begin the project design.
Task b. Design Phase
1. Electrical Renovations
The primary work for this set of contract documents will be accomplished by our electrical
subconsultant(see attached EMI Consulting Specialties,Inc. fee proposal). IH&W will develop and
provide the cover sheet and title block, general notes and civil site plan for the'Electrical
Renovations contract drawings. IH&W will also provide and required Division 1, 2 and 3 technical
specifications for this project.
Because the City's schedule for this project requires the completion of the detailed design by July
19, 1999, or about four(4)weeks after the completion of the Basis of Design Report, completion
status review drawings and specifications for this project are proposed to be submitted for City
review and comment at the 75% design completion stage and the 90% design completion stage.
A preliminary Engineer's Opinion of Probable Construction Costs will be provided with the 75%
submittal. A Final Opinion of Probable Construction Costs will be prepared and submitted to the
City within one week after receiving the City's review comments on the 90% submittal.
The Engineer will submit six (6) copies of progress status drawings and specifications to the City
at the 75%design completion level.Following the City's review of the 75%submittal,Engineer will
schedule and meet with the City to receive/review the City's comments on the 75% submittal. The
Engineer will address all City comments, as appropriate, and prepare and forward six (6) copies of
the 90%completion level drawings and specifications to the City for review. Following the City's
review of the 90% submittal, Engineer will meet with the City to receive/review the City's
comments on the 90% design submittal. Engineer will address all City comments, as appropriate,
and prepare the 100% design completion drawings and specifications. One original hard copy and
six(6)prints/copies of the 100%drawings and specifications will be provided to the City for its use
for bidding documents.
4 •
2. Aesthetic Renovations
Design progress status review drawings and specifications for this project are proposed to be
submitted for City review and comment at the 30%, 60% and 90% design completion stages.
Engineer's 100% submittal will be used for project bidding documents. The drawings developed by
the Engineer shall be plan view only drawing sheets with drawing scale(s) matching that of the
Record/As-Built AutoCAD files being provided by the City to the Engineer.Technical specifications
will be in CSI specification format and include those Divisions and Sections required for the project.
The Engineer will submit six (6) copies of progress status drawings and specifications to the City
at each design completion level. Following the City's review of the submittals, the Engineer will
schedule and meet with the City to receive/review the City's comments on the submittal. The
Engineer will address all City comments, as appropriate, and prepare and forward six (6) copies of
the following completion level status drawings and specifications to the City for review. Following
the City's review of the 90%submittal,Engineer will meet with the City to receive/review the City's
comments on the 90% design submittal. Engineer will address all City comments, as appropriate,
and prepare the 100%design completion drawings and specifications. The 100% submittal will be
provided to the Cityas documents for bidding. Six(6) copies and one (1) set of hard copy originals
of the 100%submittal will be provided to the City by the Engineer.
Task c. Bidding Phase Services
Engineer will provide the City with one set of original (reproducible) documents to be used for
printing of bid sets during the bidding process for both projects, as discussed above. (The
reproducible drawings will be on 24 x 36 inch mylar, 3 mil single side matte finish, and all contract
documents and specifications will be on 81/2 x 11 inch white paper,20/50 lb., single sided.)The City
will be responsible for advertising and bidding the projects.
Engineer will provide assistance to the City in responding to written questions received during the
bidding process, evaluating acceptability of substitute materials and equipment, and in the
preparation of addenda. The Engineer will review the bids submitted for the projects and provide
written recommendations regarding award of the projects based on the bids received.
Task d. Permitting Phase
This task is applicable to only the Electrical Renovations Project. The Engineer will prepare and
submit the FDEP Construction Permit for the Electrical Renovations Project. Preparation of the
permit application will involve preparation and submittal to the City of a marked up draft of the
permit application indicating where information from the City is necessary. Upon receipt of the
reviewed markup from the City, the Engineer will prepare the final signed and sealed permit
application to the City for further signatures. The submittal will include three (3) copies of the
Electrical Renovations Project Basis of Design Report and three (3) copies of signed and sealed
project drawings and specifications.
5
The Engineer will begin tracking the permit application one (1) week after the date that the City
submits the application, supporting documents and review fee to the FDEP. The Engineer will
respond, as needed, to any FDEP Requests For Additional Information (RAI's) related to the
Engineer's or his subconsultant's work until the FDEP permit application is approved.
Task e. Construction Phase Services
Engineer will provide limited services during the construction of the Project. These services will
involve the following:
1. Attending and participating in the Pre-Construction Conference to be conducted by
the City with the selected contractor and others.
2. Reviewing shop drawings.
3. Reviewing and assisting the City in Requests For Information (RFIs) from the
selected contractor.
4. Assisting the City in review of Requests for Proposed Changes in the design which
will result in Contract Change Orders.
5. Providing Construction Observations of the Project. Construction observations will
be provided on an every other week basis. A written report of each construction
observation will be provided to the City.
6. Assisting the City in the Substantial and Final Completion Inspections, including a
certification of construction completion in accordance with the plans and
specifications of the projects.
7. Assist the City in the Preparation of Record Drawings for the projects.
Following construction completion,the Engineer use the contractor's as-built mark-ups to develop
Record Drawings for the project. The Engineer will provide the City with AutoCAD release 14
digital files of the Project Record Drawings and Contract Documents and Specifications using
MicroSoft Word Office 95. The contractor's "red line"markups will be provided to the City with
the Engineer's Project Record Drawings submittal.
PART B. SUBCONSULTANT PROPOSALS
Ivey,Harris&Walls,Inc.proposes to use EMI Consulting Specialties,Inc. and Southeast Structural
Engineers,Inc. as subconsultants for electrical and structural engineering services,respectively, for
this Project. Our subconsultants' fee proposals are attached as Exhibit B to this Scope of Services.
PART C. MAN-HOUR ESTIMATE
See Table C for Engineer's detailed man-hour and salary cost estimate.
6
PART D: FEE ESTIMATE/PROPOSAL
Ivey, Harris &Walls,Inc. proposes the following contract type and fee amount.
Wage Cost Multiplier contract with a proposed fee limit of$31,520.95
The proposed fee includes an estimated $2,500.00 for reimbursable fees, $8,357.00 for
subconsultants, $835.70 for subconsultant contract administration(@10%) and$19,828.25 for Ivey,
Harris &Walls, Inc. labor cost estimate, as determined below:
IH&W WAGE COST MULTIPLIER LABOR COST ESTIMATE
a. Direct Labor Costs for Bidding and Construction (see Table C, attached) =$ 6,828.77
b. Overhead Costs ($6,828.77 x 1.5249) =$10,413.19
c. Profit @ 15% of Labor& Overhead Cost($17,241.96 x 0.15) =$ 2,586.29
Subtotal -IH&W Labor Cost (a+b +c) =$1.9;828.25
PART E: PRELIMINARY PROJECT SCHEDULE
IH&W estimates that the total project period for both the Electrical Renovations Project and
Aesthetic Renovations Project will require approximately 29 weeks from notice-to-proceed to
construction completion, as summarized below:
ACTIVITY START FINISH
DESCRIPTION (Calendar (Calendar
Days) Days)
Electrical Renovations
Notice-to-Proceed 0 0
Basic Design Information Received From City 3 3
Prepare Draft Basis of Design Report 10 10
City Review of Draft Basis of Design Report 10 14
Finalize Basis of Design Report 14 21
75%Progress Drawings and Specifications 14 28
City Review of 75% Submittal 28 32
90%Progress Drawings and Specifications 32 42
City Review of 90% Submittal 42 49
` 100%Design Completion 49 55
Bidding and Award 61 105
Construction(90 days) 112 202
7
Aesthetic Renovations
Notice-to-Proceed 0 0
AutoCAD Files Received From City 7 7
Prepare Draft Basis of Design Report 7 21
City Review of Draft Basis of Design Report 21 28
Finalize Basis of Design Report 28 35
30%Progress Drawings and Specifications 35 42
City Review of 30% Submittal 42 49
60%Progress Drawings and Specifications 49 63
City Review of 60% Submittal 63 70
90%Progress Drawings and Specifications 70 77
City Review of 90% Submittal 77 84
100%Design Completion 84 91
Bidding and Award 98 142
Construction (7 weeks) 149 198
8
EXHIBIT B
SUBCONSULTANT FEE PROPOSALS
SOUTHEAST STRUCTURAL ENGINEERS, INC.
Consulting Engineers
1605E East Harwood Street
Orlando, Florida 32803
(407) 898-3353
May 18, 1999 LnSisCEMB
Mr. Robert J.Rutter, P.E.
MAY1999
Ivey, Harris, & Walls, Inc. 1 ,H & W
631 S. Orlando Avenue, Suite 200
Winter Park, Florida 32789
Re: Proposal for Engineering Services
City of Ocoee -Forest Oaks WTP
•
Dear Mr. Rutter:
Southeast Structural Engineers, Inc. is pleased to present this proposal for engineering services.
The scope of our work is outlined below:
Description of Service
Provide a Basis of Design Report for the subject project. The subject of the report will be the
addition of an overhead bridge crane to the existing building at the Forest Oaks. Our services are
further described in the attached Task Fee Schedule.
Fee Compensation
The compensation for our service is indicated in the Task Fee Schedule. It will be billed monthly
as work progresses or upon completion and will not exceed $1,725.00.
Southeast Structural Engineers appreciates this opportunity to provide our service. If you have
any questions, please call.
Sincerely,
g?"--42
Roger A. Barth, P.E.
Principal
May 18, 1999
Mr. Robert J. Rutter, P.E.
Ocoee Forest Oaks WTP
Page 2
Scope of Work/ Task Fee Schedule
Forest Oaks WTP
City of Ocoee
. .:.....:.
Sco...::.of ... Time •>
I. Basis of Design Report
A. Perform a site visit to gather.data and examine the existing structure 5
B. Evaluation of the existing structure for the addition of an overhead bridge crane system 6
C. Provide an Engineering Estimate of Cost to modify existing building to accommodate new crane system 5
D. Provide Design Report 7
..:: <.:;:::::: :: ..... 23
•
,.. � 1.4Oi1RLY,:RATE
$1,72S:Q0 ��:`
05/03/1999 08: 12 4073590748 EMI CONSULTING PAGE 01
EMI Consulting Specialties 2238 Westbourne Drive, Oviedo,Florida 32765
IEMI FAX Date: 05/03/99
Number of pages including cover sheet: 2
To: From:
Bob Rutter,P.E. Willard Hoanshelt
IHW-Orlando •
Phone: Phone: (407)359-0747
•
Fax phone: Fax phone: (407)359-0748
CC:
•
REMARKS: [J Urgent ❑ For your review ❑ Reply ASAP - ❑ Please comment
Please find attached the proposal for the Ocoee genset project.. Thank-you for the opportunity to be of service.
05/03/1999 08:12 407359074E EMI CONSULTING PAGE 02
EMI Consulting Specialties, Inc. EMI Fee Estimate
2238 Westbourne Drive
Oviedo, Fl 32765 DATE ESTIMATE ...
5/3/99 332
CLIENTS NAME/ADDRESS ,
Ivey,Harris&Walls,Inc.
631 S.Orlando Ave,
Suite 200
Winter Park,FL 32789
•
• PROJECT
Ocoee Forest Oaks Genset
•
CATAGORY DESCRIPTION HRS RATE TOTAL . .
TASK I(Preliminary*Design)
Clerical General clerical,filing,invoicing,coorespondence,etc. 2 18.00 36.00
Meetings . Meet w/IHW in Orlando 3 65.00 195.00
Site Visit Data gathering,field investigation 6 65.00 390.00
Engineering Report 8 65.00 520.00 .
SUBTOTAL 1,141.00
TASK II(Final Design)
Clerical General clerical,filing,invoicing,coorespondence,etc. 4 18.00 72.00
Engineering Size back-up gcnset and power system up-grades 12 65.00 780.00
Design(CADD) Design,drafting(CADD),plotting and coordination 30 40.00 • 1,200.00
Meetings Meet with IHW in Orlando 4 65.00 260.00
Cost Estimate Prepare cost for EMI design 2 40.00 80.00
Specification Create,edit and compile design specifications 4 65.00 260.00
SUBTOTAL 2,652.00
TASK III(Bidding&:Contruction)
Clerical General clerical,filing,invoicing,coorespondence,etc. 3 18.00 54.00
Engineering Answer questions during bidding 3 65.00 195.00
Shop Drawing Review and process shop drawings 24 65.00 1,560.00
Permitting Sign and seal 2 65.00 130.00
Site Visit Periodic site vist and final punch list 12 65.00 780.00
Design(CADD) Design,drafting(CADD),plotting and coordination of 3 40.00 120.00
as-builds
SUBTOTAL 2,839.00
If acceptable,please sign below and return to EMI. Thank-you for this opportunity to be of service. TOTAL
$6,632.00
l
TABLE C
IH&W MANHOUR AND SALARY COST ESTIMATE
CITY OF OCOEE
EMERGENCY GENERATOR FOR
FOREST OAKS WATER TREATMENT PLANT
. 19-May-99
WORK TASK DESCRIPTION, ESTIMATED MANHOURS
PERSONNEL CATEGORY $.C.fS)
Task a.Preliminary Design Phase QQM eM Eft CD-II LA LI we (SFE NOTF 2)
-Site Visit&Draft Aesthetic Renovations Basis of Design Report 1.0 2.0 0.0 0.0 8.0 6.0 r, 2.0 $425.28
-Review Draft Electrical Renovations Basis of Design Report 0.0 1.0 0.0 0.0 0.0 0.0 0.0 $31.25
-Review Draft Overhead Crane Renovations Basis of Design Report 0.0 0.5 0.0 0.0 0.0 0.0 0.0 $15.63
-Review Mtg.RE:Aesthetic Renovations Basis of Design Report 0.0• 0.0 0.0 0.0 3.0 0.0 0.0 $70.68
-Review Mtg.RE:Electrical Renovations Basis of Design Report 0.0 3.0 0.0 0.0 0.0 0.0 0.0 ;93.75
-Review Mtg.RE:Overhead Crane Renovations Basis of Design Repo 0.0 3.0• 0.0 0.0 0.0 0.0 0.0 $93.75
-Final Aesthetic Renovations Basis of Design Report 0.5 1.5 0.0 0.0 3.0 3.0. 1.0 $204.71
-Review Final Electrical Renovations Basis of Design Report 0.0 0.5 0.0 0.0 0.0 0.0 0.0 $15.63
-Review Final Overhead Crane Renovations Basis of Design Report 0.0 0.5 0.0 0.0 0.0 0.0 0.0 $15.63
•
• SUBTOTAL a, 1.5 12.0 0.0 0.0 14.0 9.0 3.0 $966.29
•
Task b.Design Phase
1. Electrical Renovations Cover.Site Plan&General Notes Sheets
-75%Civil Drawings and Specs 1.0 3.0 8.0 15.0 0.0 0.0 3.0 $589.25
-75%Review Meeting 0.0 3.0 0.0 0.0 0.0 0.0 0.0 $93.75
-90%Civil Drawings and Specs 0.0 2.0 5.0 6.0 0.0 0.0 2.0 $285.50
-90%Review Meeting 0.0 3.0 0.0 0.0 0.0 0.0 0.0 $93.75
-100%Civil Drawings and Specs 1.0 3.0 3.0 4.0 0.0 0.0 2.0 $280.25
2.' Aesthetics Renovations
-30%Drawings and Specs 1.0 1.0 3.0 6.0 4.0 18.0 3.0 ;704.39
-30%Review Meeting 0.0 0.0 0.0 0.0 3.0 0.0 0.0 $70.68
-60%Drawings and Specs 0.0 1.0 2.0 4.0 1.5 12.0 2.0 5430.19
-60%Review Meeting 0.0 0.0 0.0 0.0 3.0 0.0 0.0 $70.68
-90% Drawings and Specs 0.0 1.0 2.0 3.0 1.0 6.0 2.0 $285.61
-90%Review Meeting 0.0 0.0 0.0 0.0 3.0 0.0 0.0 $70.68
-100%Design Drawings and Specifications 1.0 1.0 1.0 0.0 0.0 0.0 0.0 $79.75
SUBTOTAL b 4.0 18.0 24.0 38.0 15.5 36.0 14.0 $3,054.48 •
Task c. Bidding Phase Services •,
-Response to Bidders Questions/Addenda 0.0 2.0 4.0 1.0 1.0 2.0 2.0 $231.66
-Bid Review and Recommendation 0.5 1.0 2.0 0.0 1.0 0.0 0.5 $108.56
SUBTOTAL c, 0.5 3.0 6.0 1.0 2.0 2.0 2.5 $340.22
Task d.Permitting Phase Services
-Prepare Draft Permit Application 0.0 1.0 3.0 1.0 0.0 0.0 1.0 $110.25
-Prepare Final Permit Application 0.0 1.0 1.0 1.0 0.0 0.0 0.0 $66.25
-Track Permit Application 0.0 0.5 0.0 3.0 0.0 0.0 0.5 $82.63
-Respond to RAI's 0.0 • 1.0 3.0 1.0 0.0 0.0 1.0 $110.25
SUBTOTAL d, 0.0 3.5 7.0 6.0 0.0 _ 0.0 2.5 $369.38
Task e.Construction Phase Services
-Pre-Construction Meetings 0.0 6.0 0.0 0.0 3.0 0.0 0.0 $258.18
-Review Shop Drawings 0.0 2.0 6.0 0.0 1.0 3.0 3.0 $274.46
-Assist City in Review/Answer RFI's 0.0 4.0 4.0 2.0 2.0 2.0 1.5 $330.72
-Assist City in Review/Response to Proposed Changes 0.5 2.0 2.0 2.0 2.0 2.0 1.0 $247.97
-Every Other Week Construction Observations(5 @ 3 hrs) 0.0 3.0 3.0 0.0 3.0 6.0 2.5 $357.23
-Substantial and Final Completion Inspections 0.0 3:0 3.0 0.0 3.0 3.0 1.0 $279.83
-Assist City w/Record Drawings 0.5 2.0 3.0 6.0 1.0 4.0 0.5 $350.01
SUBTOTAL d, 1.0 22.0 21.0 10.0 15.0 20.0 - 9.5 $2,098.40
TOTAL' 7.0 I 58.5 I 58.0 I 55.0 I 46.5 I 67.0 I 31.5 I $6,828.77
I
NOTES: /
1. QOM=QA/QC Manager,PM=Protect Manager,E•ll'Engineer II,CD•II=CAD Tech II,LA=Landscape Architect,LT=Landscape Technician,WP=Word Processor
2.S.C.=Salary Cost