Loading...
HomeMy WebLinkAboutIII(D) Approval And Authorization For Mayor And City Clerk To Execute Work Order No. 23 In The Amount Of $35,702.00 To PEC For Design Services Of Pioneer Key II Drainage Improvements Master Drainage Plan Agenda 6-19-2001 Item III D "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR G COMMISSIONER - Ocoee. S. SCOTT VANDERGRIFT �. CITY OF OCOEE .+R. • Q, COMMISSIONERS I"� 6; DANNY HOWELL 150 N. LAKESHORE DRIVE SCOTT ANDERSON nt;,. :. .v OCOEE, FLORIDA 34761-2258 RUSTY JOHNSON yr a? NANCY J.PARKER or boy CITY MANAGER JIM GLEASON MEMORANDUM DATE: June 7,2001 TO: The Honorable Mayor and Board of City Commissioners FROM: Richard Lee Engineer I, Engineering/Utilities Department R'L' SUBJECT: Pioneer Key II Drainage Improvements Master Drainage Plan (Work Order No. 23) During October 1997, Professional Engineering Consultants (PEC) completed 100% plans and secured an Environmental Resource Permit (ERP) from the St Johns River Water Management District(SJRWMD). At that time,the City decided not to proceed further with advertisements of bids due to costs associated with the project. Afterwards, the City approached Orange County, specifically the Department of Housing and Community. Development to fund the proposed �_— project under the Community Development Block Grant (CDBG) Program. The County approved the City's request for the grant in return for which the City agreed to acquire all necessary easements for the project and pay for the cost of professional services. It was agreed at that time that the City would pay for the cost of Design services and that the County would pay for the cost of Construction. In the following years, 1999 and 2000, the City of Ocoee managed to secure the necessary easements that were needed for the Pioneer Key II Drainage Improvements. During October 2000, the County requested that the City re-evaluate the original design since the construction of the Western Beltway reduced the drainage area contributing runoff to the Pioneer Key II drainage system. As part of an agreement between PEC and the City (Work Order No. 23), PEC has since then completed the design services associated with the new changes to the aforementioned project. The project is now entering its construction phase, and the remaining cost for Professional Services is $35,702.00. Due to CDBG time limitations, work was initiated on the design revisions prior.to execution of this work order. Funds for this project will be allocated from our present Stormwater Fund. The Engineering Staff recommends compensati s _ PEC for their services with Pioneer Key II Drainage Improvements. 1 1 powl "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR G COMMISSIONER 'Ocoee S. SCOTT VANDERGRIFT °? CITY OF OCOEE _ aftr i - 'C.. � COMMISSIONERS 1 y D. 150 N. LAKESHORE DRIVE SCOTT ANDERSON As his OCOEE, FLORIDA 34761-2258 RUSTY JOHNSON yf� �,� (407) 905-3100 NANCY J.PARKER , OP':G00'O' CITY MANAGER JIM GLEASON Action Items: In accordance with the following procedures, I recommend that the City Commission authorize the Mayor and City Clerk to execute Work Order # 23 with PEC in the amount of$35,702.00 for the Design services of Pioneer Key II Drainage Improvements. Attached are the following items: *Work Order for Engineer Services Agreement *Scope of Services (Attachment"A") *Manhour and Fee Estimate(Exhibit"B") *Hourly Rate Sheet(Exhibit"C") *Estimate of Other Direct Costs (Exhibit"D") RL Attachments cc: James W. Shira, P.E., City Engineer/Utilities Director David A. Wheeler, P.E.,Assistant City Engineer/Utilities Director PowI ProtestQ.cgee'sWate6Resqurces^6 WORK ORDER FOR ENGINEER'S SERVICES AGREEMENT WORK ORDER NO. 23 PROJECT: Pioneer Key II Drainage Improvements ENGINEER: Professional Engineering Consultants, Inc. Execution of the Work Order No. 23 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. 23, 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. TIME FOR COMPLETION: The work authorized by this Work Order shall be completed by June 30, 2002. COMPENSATION: The CITY shall compensate the ENGINEER a negotiated fixed fee in the amount of Thirty-three Thousand Two Hundred Two Dollars ($33,202.00) for the professional services required under this Work Order. An additional amount, not to exceed Two Thousand Five Hundred Dollars ($2,500.00) 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 P-0339.WO IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this th day of , 2001 for the purpose stated herein. • TEST: PROFESSIO AL ENGINEERING CONSULTANTS,INC. By: Kenneth R. Hooper, Principal Date: � ATTEST: APPROVED: CITY OF OCOEE, FLORIDA Jean Grafton, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY ON , 2001 this day of , 2001. UNDER AGENDA ITEM NO. FOLEY & LARDNER By: City Attorney 2 P-0339.WO Pioneer Key II Drainage Improvements ATTACHMENT "A" Scope of Services ATTACHMENT "A" SCOPE OF SERVICES for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS I. PURPOSE During October of 1997, PEC completed 100% Construction Plans and secured the ERP permit from the St. Johns River Water Management District(SJRWMD)in order to construct the proposed Pioneer Key II drainage conveyance improvements as part of the City's capital improvement program. At that time, the City Commission elected not to proceed forward with advertisement of bids due to the costs of the proposed improvements. Since that time, the City of Ocoee approached Orange County, and specifically the Department of Housing and Community Development, to fund the proposed project under the Community Development Block Grant (CDBG) Program. The City of Ocoee submitted a request and received approval from Orange County to fund the drainage improvements under the CDBG Program as long as the City secured all the necessary easements. During 1999 and 2000, the City of Ocoee pursued, and secured, the necessary easements and/or lots from residents within the mobile home park in order to satisfy their commitment to Orange County. During October of 2000, Orange County requested that the City re-evaluate the original design since the construction of the Western Beltway reduced the drainage area contributing runoff to the Pioneer Key II drainage system. The purpose of this project is to redesign the proposed drainage improvements; revise the Construction Plans and Technical Provisions; and receive approval from the various review agencies in order to construct the conveyance improvements within Pioneer Key II Mobile Home Park. It is understood that the City of Ocoee will pay the cost of the professional services, and Orange County will fund the cost of construction. Following is a detailed scope of work and the associated fees (Exhibit "B") anticipated for this project. 1. The ENGINEER shall revise the Hydrologic / Hydraulic Analysis to account for the Western Beltway drainage system and the reduction in the contributing drainage area. The modeling will involve a Critical Storm Duration Analysis in order to properly design the proposed conveyance improvements. 1 P-0339.SCO ATTACHMENT "A" SCOPE OF SERVICES for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS 2. The ENGINEER shall update the Construction Plans, Technical Provisions and the Engineer's Cost Estimate to reflect the revised conveyance system design. All calculations, design parameters, surveys and construction plans shall be submitted in English Standard Units. The Construction Plans consist of the following ten (10) sheets: • Cover Sheet (Sheet 1) • General Notes and Summary of Quantities (Sheet 2) • Project Vicinity and Location Maps (Sheet 3) • Demolition/ Removal Plan and Profile (Sheet 4) • Proposed System - Plan and Profile (Sheet 5) • Drainage Structures (Sheet 6) • Standard and Miscellaneous Details (Sheets 7 - 10) The ENGINEER shall prepare a Technical Provision Document to support the construction plans which will be included in the final bid package. This document will conform to the County's Technical Provision Standards. In addition, a digital copy of the Technical Provisions will be submitted to Orange County in Microsoft Word and/or Excel format. It should be pointed out that the construction plans will not contain cross-section sheets or a maintenance of traffic plan. 3. The ENGINEER shall coordinate with the various utility entities in order to verify/confirm the existence of existing underground utilities in the vicinity of the proposed drainage improvements. 2 P-0339.SCO ATTACHMENT "A" SCOPE OF SERVICES for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS 4. The ENGINEER shall prepare probable construction costs for the proposed drainage improvements. Statements of probable construction costs and detailed cost estimates prepared by the ENGINEER represents his best judgment as a design professional familiar with the construction industry. It is recognized, however, that the ENGINEER has no control over the cost of labor,materials, or equipment; over the contractor's methods of determining bid prices; or over competitive bidding or market conditions. Accordingly, the ENGINEER cannot and does not guarantee that bids will not vary from any statement of probable construction cost or other estimates prepared by him. 5. The ENGINEER shall prepare and submit a request for a "non-substantial/letter" modification to the existing permit to the St. Johns River Water Management District (SJRWMD). The "non-substantial/letter" modification shall consist of the following documents (submit two (2) signed and sealed copies): • 1 to 2 page transmittal letter stating the reasons for the modifications; • Revised Drainage Calculations; and • Revised Construction Plans. 6. The ENGINEER shall finalize the Construction Documents (Construction Plans and Technical Provisions)based on "minor" review comments from Orange County (Engineering, Highway Construction and Purchasing Divisions). 7. The ENGINEER shall attend a pre-construction meeting with Orange County and the selected contractor to address any specific comments and/or questions prior to construction. 8. The ENGINEER shall prepare "As-Built" Drawings based on the Contractor's "As-Built" Survey. In addition, the ENGINEER shall prepare and submit the As-Built Certification form to the SJRWMD (Palatka). 3 P-0339.SCO ATTACHMENT "A" SCOPE OF SERVICES for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS II. CONDITIONS AND ASSUMPTIONS The following conditions and assumptions are noted as qualifications to this proposal. 1. If the SJRWMD denies the request for a non-substantial modification and upgrades the modification to a General or Individual ERP application, then the ENGINEER shall prepare an amendment to cover the additional time associated with a "formal" permit submittal. 2. This scope of work has assumed that no wetland mitigation is required by the SJRWMD and therefore no fees have been budgeted for an environmental subconsultant. 3. For the purpose of this proposal, it is assumed that a Maintenance of Traffic (MOT) Plan will not be part of the construction plans but will be prepared by the contractor prior to construction. 4. Since the proposed construction activities are less than five (5) acres of disturbed land, a NPDES construction permit application is not required to be submitted to the Environmental Protection Agency. 5. This scope of work has assumed that the ENGINEER shall provide no construction administration services (e.g., conduct monthly site inspections, review shop drawings, etc.) with the exception of attending the pre-bid and pre-construction meetings. 6. Construction testing services, geotechnical engineering and testing, boundary and topographic surveys, landscape and irrigation design and non-utility engineering (e.g., power, gas, telephone, cable television, site lighting) services will be provided by others. 7. Underground utility location information will be provided by the servicing utility. Any utility investigation required in addition to information made available by the utility companies may be provided as an additional service performed based on the attached hourly rate sheet(Exhibit "C"). In the case where an underground contractor is required, those costs will be billed directly to the Owner as they are incurred. 4 P-0339.SCO ATTACHMENT "A" SCOPE OF SERVICES for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS III. ADDITIONAL ENGINEERING SERVICES The following Additional Engineering Services are not included under the Basic Scope of Professional Services. These services, if required, may be performed upon proper authorization by the City. 1. Services which would be required to prepare and process a St. Johns River Water Management District (SJRWMD) Environmental Resource Permit (ERP) application will be provided as an Addendum to this Work Order agreement. 2. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, Owner's schedule or character of construction. 3. Services resulting from revising previously accepted studies, reports, design documents or Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond Engineer's control.. 4. Services resulting from the award of more than one individual prime contract for construction of the Project. 5. Further biding and negotiating services including assistance in connection with bid protests and rebidding or renegotiating contracts for construction, materials, equipment or services, provided that rebidding is not required by errors or omissions of the Engineer. 6. Providing any type of property surveys or related engineering services needed for the transfer of interests in real property, field surveys for design purposes, engineering services needed for the transfer of interest in real property, field surveys for design purposes, engineering surveys, staking to enable Contractor(s) to proceed with their work, and providing other special field surveys. 5 P-0339.SCO ATTACHMENT "A" SCOPE OF SERVICES • for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS 7. Preparing to serve or serving as a consultant or witness for Owner in any litigation, arbitration or other legal or administrative proceeding involving the Project. 8. Services in connection with work directive changes and changes orders to reflect changes requested by Owner. 9. Services in making revisions to construction documents occasioned by the acceptance of substitutions proposed by Contractor; and services after the award of each contract in evaluating and determining the acceptability of more than three substitutions proposed by Contractor. 10. Additional or extended services during construction made necessary by a significant amount of defective or neglected work of the Contractor, acceleration of the progress schedule involving services beyond normal working hours, and default by any Contractor. 11. Services to verify the accuracy of drawings or other information furnished by Owner. 12. 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. 13. Survey services related to construction survey and/or as-built surveys. 6 P-0339.SCO ATTACHMENT "A" SCOPE OF SERVICES for WORK ORDER NO. 23 PIONEER KEY II - DRAINAGE IMPROVEMENTS IV. COMPENSATION 1. Engineering services itemized herein shall be performed on a Lump Sum Basis. Attached is an estimate of the required manhours and associated labor costs (Exhibit "B"). DESCRIPTION AMOUNT a. Civil Engineering Services $33,202.00 b. Reimbursable Expenses $2,500.00 c. TOTAL $ 35,702.00 2. Additional Engineering Services: Any engineering services authorized by the Owner and performed as an Additional Engineering Service shall be performed on a time-and-material basis pursuant to the attached standard hourly rate sheet (Exhibit "C"), or agreed additional lump sum amount. 3. Reimbursable Expenses: Reimbursable expenses, such as plotting and printing of drawings and specifications, deliveries, required travel, and postage, incurred in connection with all Basic and Additional Engineering Services shall be paid by the Owner. Reimbursable expenses for the subject project will be paid to the Engineers at a lump sum rate of$2,500.00. 4. Permit Fees: Permitting application fees associated with any required permits for the Project shall be paid by the Owner. 7 P-0339.SCO Pioneer Key II Drainage Improvements EXHIBIT "B " Manhour and Fee Estimate ATTACHMENT " B Manhour and Fee Estimate Work Order No. 23 Pioneer Key II Drainage Improvements ' • Project: Senior.' Project AutoCAD ,. Task Description. ,... : ;:` Manager;. , , ; Engineer :, '. Engineer .: Technician Task (Effective Date May 22,2001) . , (Hamstra) . - (Bruegger) (Staff) (Staff) Subtotal Hourly Rate' $125.00. : , . ..$98:00. $80.00 . $60.00 Revise the Hydrologic/ Hydraulic Analysis 2.0 16.0 24.0 0.0 42.0 Prepare 90% Construction Plans and Specifications 1.0 19.0 70.0 45.0 135.0 Prepare 100% Construction Plans and Specifications 2.5 20.0 0.0 24.0 46.5 Plot Half-Size Plans and Transmit to Utility Companies 2.5 3.0 0.0 4.5 10.0 General Coordination with Orange County and Ocoee 2.0 4.0 0.0 2.0 8.0 Attend Status Meeting with Orange County/ Ocoee 3.5 0.0 0.0 0.0 3.5 Prepare "Final" Construction Plans and Specifications 8.0 23.0 0.0 19.5 50.5 Prepare/ Submit a Letter Modification to the SJRWMD 2.5 8.0 0.0 4.0 14.5 Attend the On-Site Pre-Bid Meeting 6.0 0.0 0.0 0.0 6.0 Coordinate with County/ Contractors during the Bid Period 20.0 16.0 0.0 0.0 36.0 Attend the Pre-Construction Meeting at Public Works 4.0 0.0 0.0 0.0 4.0 Prepare/ Submit"As-Built" Drawings and Certification to WMD 1.0 8.0 0.0 16.0 25.0 Submit"Final" Work Products (Digital Files) 1.0 2.0 0.0 2.0 5.0 HOURS 56.0 119.0 94.0 117.0 386.0 FEES $7,000.00 $11,662.00 $7,520.00 $7,020.00 $33,202.00 PERCENT BREAKDOWN 14.5% 30.8% 24.4% 30.3% 100.0% Total Labor Costs (PEC) ==> $33,202.00 Reimbursable Expenses (PEC) ==> $2,500.00 TOTAL FEE (Work Order No. 23) __> $35,702.00 Pioneer Key II Drainage Improvements EXHIBIT "C" Hourly Rate Sheet EXHIBIT "C" HOURLY RATE SHEET Division Manager $140.00 / Hour Department Manager $125.00 / Hour Senior Engineer / Senior Planner $ 98.00 / Hour Senior CADD Designer / Engineer $ 80.00 / Hour CADD Designer / Jr. Engineer / Planner $ 60.00 / Hour CADD Operator $ 55.00 / Hour Engineering Assistant $ 60.00 / Hour Word Processor / Secretary $ 50.00 / Hour Clerical Support $ 45.00 / Hour Registered Land Surveyor $ 85.00 / Hour Land Surveyor $ 65.00 / Hour Survey 2-Man Crew $100.00 / Crew Hour Survey 3-Man Crew $120.00 / Crew Hour Photocopies $ 0.25 / Each Mileage $ 0.345 / Mile Blueprints $ 1.00 / Sheet Plotting Charges Bond 11x17 $ 0.25 24x36 $ 1.20 30 x 42 $ 1.75 Vellum 11 x 17 $ 1.30 24x36 $ 6.00 30 x 42 $ 8.75 Mylar 11 x 17 $ 3.90 24 x 36 $18.00 30 x 42 $26.25 Color 8.5 x 11 (laser printer) $ 1.00 11 x 17 $ 8.00 24 x 36 $36.00 30 x 42 $52.50 Raster Plots Black/White 11 x 17 $ 2.65 18x24 $ 3.50 24x36 $ 5.00 30x42 $ 6.50 Color • 11 x 17 $ 8.00 18 x 24 $18.00 24 x 36 $36.00 30 x 42 $52.50 Fax $ 1.00 / Page Government Permits As Required Out of Office Printing At Cost Unit Prices Effective Until June 30, 2001 Pioneer Key II Drainage Improvements EXHIBIT "D " Estimates of Other Direct Costs EXHIBIT "D" ESTIMATE OF OTHER DIRECT COSTS for the PIONEER KEY II DRAINAGE IMPROVEMENTS 1. Copies (5 /Page) No. of Sets • Draft Submittal (90%): - Technical Provisions (assume 100 Pages) 5 • Draft Submittal (100%): - Technical Provisions (assume 100 Pages) 5 • Final Submittal: - Technical Provisions (assume 100 Pages) 5 • Status Reports and Miscellaneous Correspondence: (assume 250 Pages) • Total Copies = [(15 x 100) + 250] x 50/Page = $87.50 2. 24" x 36" Bond Plots ($3.50/Sheet) No. of Sets • 90% Submittal: - Construction Plans (10 sheets) 5 • 100% Submittal: - Construction Plans (10 sheets) 5 • Utility Locate Request - Construction Plans (10 sheets) 3 • Permit Submittal: - Construction Plans (10 sheets) 5 • Final Submittal: - Construction Plans (10 sheets) 40 • Total Prints = [(5 + 5 + 3 + 5 + 40) x 10] x $3.50/Sheet = $2,030.00 3. Miscellaneous Expenses (Faxes, courier charges, photographs, color copies, mounting of exhibits, etc.) say $382.50 4. Total Estimated Reimbursable Expenses = $2,500.00 D-1 P-0339.ODC