HomeMy WebLinkAboutIII (E) Approval and Authorization for Mayor and City Clerk to Execute Addendum No. 01-3 to PEC's Contract in the Not-to-Exceed Amount of $98,321.00 for the Conserv II Re-Pump Station Design Proposal Agenda 8-07-2001
Item III E
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER
Ocoee S.SCOTT VANDERGRIEI
�# a CITY OF OCOEE COMMISSIONERS
150 N. LAKESHDRE DRIVE DANNY HOW ELL
ANDERSON
rFO 4 OCOEE,F1 ORIDA 34761-2258 RUSTY JOHNSON
tf*
C! G00��`? (407)905-3100 NANCY I. PARKER
CI MANAGER
lIM GLEASON
MEMORANDUM
DATE: July 25, 2001
TO: The Honorable Mayor and Board of City Commissioners
FROM: James W. Shira, P.E., City Engineer/Utilities Director '
SUBJECT: Consery II Re-Pump Station Design Proposal �(
Attached for your review and action is a design proposal from PEC. This proposal
covers preliminary and final design, permit preparation and submittal and bidding
assistance.
This re-pump station will allow us to maintain a consistent pressure in the Maguire Road
reclaimed water line regardless of supply pressure fluctuations in the Consery II
reclaimed water line.
PEC proposes to provide the services outlined in their attached proposal for a not-to-
exceed fee of $98,321.00. Payment of the design fee will be made from the proceeds
of the 1997 utility bond issue as planned. Construction of the reclaimed water re-pump
station will be funded by the 1997 utility bond issue as well as by a $50,000.00
matching grant which we received from the St. John's River Water Management
District.
I recommend that the City Commission authorize the Mayor and City Clerk to execute
Addendum NO. 01-3 to PEC's contract in the not-to-exceed amount of $98,321.00.
JWS/jbw
Attachment
Power
EmlectOcoeeaYt 1Resources5e'
ADDENDUM NO. 01-3 TO
AGREEMENT FOR CONSULTING ENGINEERING SERVICES
INCLUDING
ENGINEERING SERVICES FOR
CITY OF OCOEE
RECLAIMED WATER BOOSTER PUMPING FACILITY
This Addendum No. 01-3 hereinafter called the Addendum, as of this day of
2001, shall constitute an Addendum to the Agreement for Consulting
Engineering Services between the City of Ocoee, Florida (the CITY) and Professional
Engineering Consultants, Inc., 200 East Robinson Street, Suite 1560, Lake Eola Centre,
Orlando, Florida (the CONSULTANT), dated the 21st day of August, 1984, 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 - Services of the Consultant
1.1 The CONSULTANT shall perform the Engineering Services as outlined in the
attached proposal (P-1099R1) dated July 12, 2001 relative to the provision of design
phase services and construction administration services to the CITY.
Section 2 - Compensation
2.1 Compensation by CITY for engineering services for the Reclaimed Water-Booster
Pumping Facility and Construction Administration Services is provided under this
Addendum shall be computed under Paragraph 6.1.2.3 of the Agreement, utilizing
the Lump Sum Method of Compensation with the compensation for this authorization
not-to-exceed $98,321 as outlined in the attached proposal (P-1O99R1) and manhour
fee.
Section 3 - Time of Completion
3.1 The CONSULTANT shall provide the design services within a 90 day period (3
months) from the notice-to-proceed, and the construction administration services
within a 180 day period (6 months) from the notice-to-proceed for construction as
outlined in the attached proposal.
IN WITNESS WHEREOF, the parties have executed this Addendum No. 01-3 the day the
year hereinabove set forth.
,11ES,.T: ,Cl l�w.cy By. �� R.
, ANC
A 1"1/EST: �!/J Kenneth R. Hooper, Principal
Date: 67
BOARD OF CITY COMMISSIONERS
CITY OF OCOEE, FLORIDA
By:
ATTEST: S. Scott Vandergrift, Mayor
Date:
For the use and reliance
of City of Ocoee only.
Approved as to form and
legality this
day of , 2001.
City Attorney
K.\ENV\DOCUMENT\O!!\OCOEft\OIADN\018ADN,wpd 2
PEC
PROFESSIONAL ENGINEERING CONSULTANTS, INC.
July 12, 2001 P-1099R1/MK-04
OE/PRO01
Mr. James W. Shira, P.E.
Utilities Director/City Engineer
City of Ocoee
I 150 N. Lakeshore Drive
Ocoee, FL 34761
SUBJECT: City of Ocoee
RE: Proposal for Engineering Services for
Reclaimed Water Booster Pumping Facility
Dear Mr. Shira:
We are pleased to present a proposal for Engineering Services related to the Maguire Road
Reclaimed Water Pumping Facility. The Engineering Services include preliminary engineering,
final engineering, permitting, grant administration assistance, and bidding services for the
construction of a Reclaimed Water Booster Pumping Facility located west of Maguire Road and
north of Roberson Road.
The source of reclaimed water will be the existing 54-inch Consery II reclaimed water main
(RWM) jointly owned by Orange County and the City of Orlando. The City of Ocoee and
Consery II have entered into an interlocal agreement to provide reclaimed water to the City of
Ocoee's southern reclaimed water service area. A reclaimed water booster pumping facility is the
most cost effective and beneficial to the City of Ocoee to provide reclaimed water at sufficient
pressures from the connection point at the Consery II RWM to the City's reclaimed water
distribution system. A 29,000± s.f. parcel(Stone tract)within the Maguire Road/Roberson Road
vicinity has been selected for the siting of a Booster Pumping Facility and a future on-site 0.5 MG
reclaimed water storage tank. The reclaimed water booster pump building will initially house two
(2) high service pumps and ultimately house four(4) high service vertical can pumps with variable
frequency drives. PEC has assisted the City in obtaining a matching grant for $50,000 from the
St. Johns River Water Management District for the design/permitting of a reclaimed water booster
pump station at the selected site.
The design services include the design of a Reclaimed Water Booster Pumping Facility including
necessary valves and appurtenances for a future storage tank. In addition, PEC will locate the
concrete pad for the Flow Control Structure to ensure accessibility and to comply with Conserve
II requirements.
li We propose to perform the engineering services described herein based on the following
compensation method with a total not-to-exceed amount of $98,321. Of the total fee amount:
engineers Engineering air Community`
planners
su +evor 200 East Robinson Street • Suite 1560 • Orlando. Fiorillo 32901 • 40F422-8062 • FAX 40T849-9401
v in99avMn.a
Mr. 1aln2,2 a1W Shwa,,v n_ ONPROOI
July rz,x
Page i
(a) $26,034 represents fees for preliminary design including geotechnical and
surveying services, electrical engineering, structural engineering;
(b) $52,280 represents fees for final design including preparation of construction
plans, specifications and related bidding documents;
(c) $8,117 represents fees for permitting assistance (This does not include
permit fees as the City will pay for all permit fees directly.);
(d) $7,416 represents fees for assistance during pre-construction, assistance
during the bidding phase including attending the pre-bid conference,
preparing addenda, responding to bidders questions, review of bids,
attendance of the pre-award conference, and preparation of
recommendation of award; and
(e) $4,473 represents fees for the preparation of corresponding Change Order
for Maguire Road Improvements Project, Segment 1 and 2 which
addresses the connection to the 54-inch Reclaimed Water Main and
the pipe configuration from the connection point to the 15 ft.
easement.
Construction Administration (CA) Services for the pump station is not provided in this proposal.
Construction Administration Services may be provided under a different proposal upon the request
of the City. If the City desires to complete the construction services with City staff, PEC will
provide assistance as requested on an hourly basis.
Enclosed for your review arc man-hour estimates per task included in Attachment A, total design
cost estimates shown in Attachment B, and proposals in Attachment C from survey, geotechnical,
electrical and structural subconsultants.
We appreciate the opportunity to provide our engineering services for this assignment. If you have
any questions or require additional information, please do not hesitate to contact the undersigned.
Sincerely,
PROFES IONAI ENGINEERING CONSULTANTS, INC.
K Ho per, .P.
Principal
KH/SMC/cs
K:\...\OE\PROOI\P-1099R1
Enclosures:
(l) Attachment A- Manhour Estimates (3) Attachment C-Subconsultant Proposals
(2) Attachment B - Cost Estimates
cc: Stephanie M. Chang, PEC
P-1099R1/NIx-o4
July Mr.lameslames W.Shire,r.r. oEPR001
1
I4Page.3 3 zoosI
ATTACHMENT "A-a" - MAN-HOUR ESTIMATES
Task Description / Labor Classification / Hours
No Scope of Services Prin. P.M. Enyr. Tech. CADD wP Total
Premise: The scope of services presented below consists of preliminary design,
final design, limited permitting, and bidding services for the City of Ocoee
Reclaimed Water Booster Pumping Facility.
A PRELIMINARY DESIGN
1 Collect and review available County water, sewer and drainage atlas maps, "as- 1 8 9 4 0 I 23
built" plans, and other pertinent information made available to the engineer.
2 Field inspect conditions and verify the approximate locations of existing utilities. 0 8 8 0 2 0 18
3 Analyze data and determine the pump sizes and characteristics for the high service 2 3 6 2 2 2 17
pumps. Investigate and discuss with City proposed pumps and pump station.
4 Preparepreliminary design indicating pump configuration,site requirements,power 2 8 12 6 1 1 30
requirements, pump type and characteristics, and other related design criteria
including a pipe stubout for future storage tank.
5 Meet/discuss with FDEP and FDOT proposed project scope. Determine specific 2 8 10 0 3 2 25
permitting requirements.
6 Coordinate surveying work to establish boundaries and locations. (See also 0 4 8 0 7 2 21
Attachment B-External Associate Costs.)
7 Coordinate soils investigation to address removal of unsuitable materials, canal 0 5 6 0 2 2 15
crossings, dewatering, jacking and boring, trench stability, pipe bedding, fill
suitability of excavated soil/utility line installation thrust considerations and backfill
and compaction requirements. Estimate daily discharge rates for temporary
dewatering during construction (data required for SIRWMD permit application).
(See also Attachment B -External Associates Costs.)
8 Field Engineering (Surveying Services)
a Perform boundary survey of site. Includes preparation of legal description sketches.
b Provide meets and bounds description of property with reference to legal
description.
c Verify location and ownership of site and adjacent properties.
d Perform topographic survey of site for contours at 50 ft. grid. Reduce notes and See Attachment B -
prepare topographic survey map at t" = 20' scale. External Associates Cost
e Provide bench run and establish a minimum of two(2) project benchmarks for the
site using Orange County benchmarks based on mean sea level. Benchmarks shall
consist of a railroad spike on a power pole or tree or a 4" x 4" concrete post.
f Improvement locations - locate all visible utilities, culverts, driveways, fences,
walls, structures, vents, etc.
g Tree location -locate all trees greater than 8-inch basal diameter.
9 Make final adjustments in pipe alignments, pump layout and other related design 0 8 16 0 6 1 31
criteria.
10 Revise and prepare preliminary planning cost estimate based on adjustments caused l 4 9 5 0 2 21
by unsuitable soils, conflicts, permitting requirements, etc.
@. P-IU99a1/MK-M
Mn JunesB. OFJPROO1
July 2001 9Eire,Y.
Page 4
ATTACHMENT "A-a" - MAN-HOUR ESTIMATES
Task Description / Labor Classification / flours
No Scope of Services Prin. P.M. Engr. Tech. CADD WP Total
l l Meet with City staff at 30 percent design completion level to review preliminary 1 6 6 0 4 1 18
engineering data and estimates before proceeding with the final design.
SUBTOTAL TASK A- Preliminary Design 9 62 90 17 27 14 219
PIa99RIMIX-01
July 12.2Co'2 Shin.r.L. ollr1oal
PaJulr I5 OI
PoBr 5
ATTACHMENT "A-b" - MAN-HOUR ESTIMATES
Task Description / Labor Classification / Hours
No Scope of Services Prim P.M. Engr. Tech. CADD WP Total
B FINAL DESIGN
1 Prepare Contract Drawings(24" x 36") as follows: 5 40 60 30 100 0 235
- Cover Sheet
- Key Map and Index Sheet
- Location Map and General Notes
- Legend Sheet
- Existing Site Plan
- Site Plan and Geometry
- Yard Piping Plan
- Grading Plan
5 - Standard Detail Sheets
1 - Sheets Total
2 Prepare Contract Specifications with CSI format and City of Ocoee Standard 4 18 40 0 0 32 94
General Conditions.
3 Meet with City staff at 60 percent and 90 percent completion levels to review the 2 12 12 0 8 4 38
status of the work. (Provide three(3) sets of documents at each phase.)
4 Prepare final cost estimate prior to advertising the project. 1 7 13 5 0 4 30
5 Final preparation of Contract Documents and furnish three (3) copies of the I 2 4 0 8 8 23
completed contract documents to the City.
SUBTOTAL TASK B -Final Design 13 79 129 35 116 48 420
rv1099u11n1K-M
Mc Iona Shin.P.0 01202001
JulyPg 16 P001 01
I'ac 6
ATTACHMENT "A-c" - MAN-HOUR ESTIMATES
Task Description / Labor Classification / Hours
No Scope of Services prin. P.M. Engr. Tech. CADD WP Total
C PERMITTING
1 PEC prepares and submits permit application for site plan through City's 2 6 6 0 4 I 19
Development Review Committee. (Includes one(1) meeting.)
2 PEC prepares and submits permit application to City's Building Department for 1 5 5 0 4 I 16
pre-approval of electrical plans.
3 Prepare and submit final documents to FDEP with permit application. (City to pay 1 S 10 0 4 4 27
all required permit application fees.)
4 Prepare sturmwater design and permit application with supporting documentation 1 5 40 0 8 5 59
for submittal.
NOTES:
I. Permit application fees to be paid directly by Owner.
2. It is presumed that the NPDES Notice of Intent and Storm Water Pollution
Prevention Plan is not required since the total "disturbed land area" is less
than five(5)acres.
SUBTOTAL TASK C-Permitting 5 24 61 0 20 I 121
P-1099R1I IX.n4
Jury Shim v.r: OPJPR001
July 12.¢,2001
Page]
ATTACHMENT "A-d" - MAN-HOUR ESTIMATES
Task Description / Labor Classification / Hours
No Scope of Services Prin. P.M. Engr. Tech. CADD WP Total
D BIDDING AND AWARD SERVICES
1 Upon bid advertisement by the City, PEC will mail or deliver plans and 1 2 4 2 0 20 29
specifications to Contractors who appropriately respond to the advertisement for
bids. (PEC to charge for and keep monies obtained from bidders for reproduction
of bidding documents.)
2 Maintain record of Bidders. Provide City weekly copy of"Bidders List". 0 0 0 0 0 6 6
3 Attend one(1) Pre-Bid Conference to answer technical questions from bidders. 0 4 4 0 0 4 12
4 Prepare and mail by certified mail (or other secured means) clarifications and 1 8 17 0 8 6 40
addenda, as approved by the City, to all holders of complete sets of full size
bidding documents.
5 Attend Bid Opening (conducted by City of Ocoee). 0 0 0 0 0 0 0
6 Review and tabulate bids and provide City a Recommendation of Award. I 2 4 0 0 1 8
7 Investigate and advise the City as to the acceptability of the three (3) lowest 0 2 4 0 0 1 7
apparent Bidders. (City to provide one(1) copy of all bid proposals received to
PEC.)
8 Conform the Contract Drawings and Specifications. PEC to provide one (I) 1 3 6 0 4 4 18
original set of Contract Documents to the City for execution.
SUBTOTAL TASK D - Bidding and Award Services 4 21 39 2 12 42 120
Mr.James W.shire. P P-I099kI/NIX•01
July 12.2001 OEIPRIXn
Page e
ATTACHMENT "A-e" - MAN-HOUR ESTIMATES
Task Description / Labor Classification / Hours
No Scope of Services Prin, P.M. Engr. CAM CADU WP Total
E CONSTRUCTION ADMINISTRATION (CA) CONSTRUCTION PHASE
SERVICES FOR THE MAGUIRE ROAD IMPROVEMENTS PROJECT
SEGMENT I AND 2 CHANGE ORDER WHICH ADDRESSES THE
CONNECTION TO THE 54-INCH RECLAIMED WATER MAIN AND THE
PIPE CONFIGURATION PROM THE POINT OF CONNECTION TO THE 54-
INCH RWM TO THE 15 FT. EASEMENT ON THE EAST SIDE OF MAGUIRE
ROAD.
1 Review and approve Shop Drawings, Product Data and Samples. 0 I 4 0 0 2 7
2 Review field questions and or problems (RFIs) and provided interpretation of 0 2 4 1 0 2 9
Contract Documents. Issue written clarifications or interpretations of Contract
Documents as necessary.
3 Prepare and assist in negotiation of Change Order. 0 I 8 12 2 5 28
4 Review, recommend and assist in negotiation of contract modifications. Item 1 2 9 10 2 5 29
includes Owner initiated RFPs and evaluation/recommendation of CPS'.
SUBTOTAL TASK E - Construction Administration (CA) I 6 25 23 4 14 73
TOTAL-ALL TASKS 32 192 344 77 179 129 953
Mr.Junes W.Shin.I&1t P-1099R1/MK 04
July 12.2001 olO01001
Pegs 9
ATTACHMENT B - COST ESTIMATES 11
Hourly TASK A TASK B TASK C TASK D TASK E TOTAL LABOR
LABOR CLASS Rate Pol.Des Final Des Permitting Bidding Const. HOURS COST
Adimn
Direct Labor
Principal $120.00 9 13 5 4 1 32 $3,840
Project Manager $80.00 62 79 24 21 6 192 $15,360
Engineer $65.00 90 129 61 39 25 344 $22,360
Technician $62.00 17 35 0 2 23 77 $4,774
CADD $55.20 27 116 20 12 4 179 $9,881
Word Processor $40.00 14 48 II 42 14 129 $5,160
Sub-Total Hours 219 420 121 120 73 953
Sub-Total Labor $14,994 $26,758 $8,029 $7,161 $4,432 $61.374..80 $61,375
Avg. Hrly Rate $68.47 $63.71 $66.36 $59.68 $60.71
External Associates
PEC (Survey) $4,600 $0 $0 $0 $0 $4,600
EMI(Electrical) $0 $14,712 $0 $0 $0 $14,712
Southeast (Structural) $0 $10,380 $0 $0 $0 $10,380
Nodarse(Geotechnical) $6,340 $0 $0 $0 $0 $6,340
Sub-Total Ext. Associates $10,940 $25,092 $0 $0 $0 $36,032..00. $36,032
Other Direct Costs
Photocopies 8 1/2"x 11" $5 $90 $10 $20 $3 $128
Blueprinting 24" x 36" $0 $80 $5 $20 $5 $110
Plotting 11" x 17" Bond $50 $65 $5 $30 $5 $155
Plotting 24" x 36 Mylar $0 $100 $20 $20 $20 $160
Telephone/Fax $10 $30 $5 $80 $3 $128
Mileage $10 $50 $40 $40 $3 $143
Postage $5 $5 $3 $30 $2 $45
Parcel Post $20 $10 $0 $15 $0 $45
Sub-Total ODC $100 $430 $88 $255 $41 f$914.00 . $914
Total Costs
Total Costs $26,034 $52,280 $8,117 $7,416 $4,473 $98.320:80. $98,321
Y-1099a1/MK-M
Mc lams Shin,Y.L:. OFJPRO01
14July1 2001
Page 10
PREMISES TO PROPOSAL
General
I. All information to be provided by the Owner/City is presumed to he accurate information and no verification of this data
will be required.
2. Work under this authorization shall not begin until all information which will enable the ENGINEER to proceed with this
assignment is received by PEC.
3. The generation of new data which may be required also is not included in this scope of services provided by this proposal,
except as specifically stated herein.
4. Engineering documents provided herein are not intended or represented to be suitable for reuse by the client or others on
extensions of the project or on other projects and that such reuse or modification by the client or the client's consultant
without the written verification or adaptation by the Engineer for the specific purposes intended will be at the client's sole
risk and without liability or legal exposure to the Engineer or the Engineer's consultants.
Preliminary Design
I. Copies of all information related to the existing system, including as-huilts or record drawings will be provided to the
Engineer at no cost by the City.
2. It is assumed that all easements, maps and legal descriptions for the property and ROW have already been acquired.
Final Design
1. Contract Specifications will utilize PEC's Standard front-end bidding documents and Standard technical specifications.
2. Wetand impacts will require ajoint permit from FDEP/ACOE.
3. Revisions at 30%, 60%, and 90% progress completion stages will be completed by PEC upon receipt of corresponding
review comments from all departments of Owner's staff with sign-oft by Owner's project manager or designated contact.
Bidding and Award
I. Bidding documents will be distributed by PEC. PEC will charge and keep monies obtained from bidders for sets of bidding
documents.
2. One(I) Addendum(if necessary)will be prepared and distributed by PEC.
Construction Administration Services
I. This proposal addresses inclusion of the required wet tap to the Consery II 54-inch Reclaimed Water Main into the current
Maguire Road Improvements, Segment I and Segment 2 project.
2. Reclaimed Water Main roadway crossing from east of Maguire Road to proposed Pump Station site is not included as work
to be performed under the current Maguire Road Improvements, Segment I and Segment 2 project. Therefore,same is not
included as part of the Construction Administration Services proposal.
3. This proposal includes required coordination of wet tap plans and specifications with Consery II. Note, it is PEC's
understanding that the wet tap and piping to be installed under the ongoing construction project shall be constructed pursuant
to Consery II requirements.
1030 North Orlando Avenue, Suite A
L OOARSE Winter Park, Florida 32789
407.740.6110, (F) 407.740.6112
AGREEMENT
W01-G-228 /JWC
Professional Engineering Consultants
200 East Robinson Street, Suite 1560, Orlando, Florida 32801
This AGREEMENT entered into this 12th day of June 2001, by and between Nodal se & Associates, Inc. and
Professional Engineering Consultants(Hereinafter referred to as CLIENT).
Project Name: City of Ocoee - Reclaimed Water Pump Station
Project Location: Ocoee,Florida
Project Owner:
Property Owner: _ - ----
Scope of Work and Compensation for Authorized Services
General Conditions: See reverse side.
Scope of Work Subsurface Exploration and Geotechnical Engineering Evaluation
&Compensation: Fee Estimate : S 6,340.00
Special Conditions: -
Instructions & Authorization for Payment
For Payment of Services,invoice to:
Attn:
ttn:
itle:
Address:
City: State: Zip Code: Telephone:
If invoices are to be approved, please indicate who will approve:
Attn:
ttn:
Address:
Title:
City:
State: Zip Code: Telephone:
The undersigned hereby accepts all terms and conditions set forth in this AGREEMENT including the General Conditions
set forth on the reverse side, and warrants that he/she has full authority to bind CLIENT.
Client/Authorized Agent: No• • e & A ,-a' at-z, Inc.
(sfae oul word that does not certain) /�/dd ( '
By: By:Jay .
Title: Title:S-nior -'ffi , 6/12/01
Date Date
GENERAL CONDITIONS
1. PARTIES AND SCOPE OF WORK: Noiarse&Associates,Inc.(hereinafter referral to as'N&A')shall include said company,or its particular division,subsidiary or affiliate performing
the work. 'Work'means the specific gmmchnical,analytical,testing or service to be performed by N&A as set forth in N&A's proposal,the Clients'acceptance thereof,both incorporated
herein by this reference.and these General Conditions. 'Clieni refers to the person or business entity ordering the work to be done by N&A If the client is ordering me work on behalf of another,
the Client represents arid warrens that the Client is the duly authorized agent of said party for the purpose of ordering and directing said work. Unless otherwise stated in writing.the client assumes
sole responsibility for reasonably determining whether the quantity and the nature of the work ordered by the Client is reasonably adequate and sufficient for the Clients intended purpose. Client
shall communicate these General Conditions to each and every third parry to wham the Client transmits any pan ofN&A's work. N&A's work Is for the exclusive use of Client,and is disclosed
principal. In no event shall N&A have any duty or obligation to any third parry greater than dip se fink in N&A's proposal.Clients acceptance thereof and these General Conditions. The ordering
of work from N&A shall constitute acceptance of the terms of N&A is proposal and these General Conditions.
2. TESTS AND ENSPECITONS: Client shall cause all toss and inspections of the site.materials and work performed by N&A or others to be timely and properly performed in accordance
with the plans,specifications and contract documents,and N&A'S reconthffindations NSA shall not be liable for any claims for loss.damage o injury by Client any third parry unless all tests
and inspectionsbeen have so performed and unless s N&A's recommendations have been follower by Client In the event Outall such tests and inspections arc not so performed or N&c'a
recommendations not so followed,Client agrees to indemnify,defend and hold N&A,Is officers,employees,and agents harmless from arty and all claims,suits,losses,costs and expenses,
including,but not limiW to court costs and reasonable attomey's fors arising out of the failure to perform such tests and inspections or follow N&A's recommendations except to the extent that
such failure is the result of the negligence,willful or wanton act or omission of N&A,is officers,agents or employees.
3. SCHEDULING OF WORK: If N&A is required to delay commencement of the wort or if,u embarking upon its work.N&A is required to stop or interrupt the progress of its work
• result of changes in the scope of the work requested by the Client,to fulfill the recur:mas of third parties.interruptions in the progress of construction,or teller causes beyond the exclusive
reasonable control of N&A,additional charges ill be applicable and payable by Chien.
4. ACCESS TO SITE: Client will arrange and provide such access to die site as is ne .nforN&A to perform die work. N&A shall take reasonable measures and precautloprecautions to minimize
damage to the site and any improvements located thereon as the result of its work or the use of is equipment. However,restoration costs are not included in the contract fee,and Clien expressly
• N&A for liability for any damage to the site,and agrees that N&A shall not be reponsible for the cast of restoring the site to its original condition. If Client desires
res or requires N&A to
restore the siteies
original condition,then upon written request and agreement by Clientto pa)the cost thereof.NSA will perform such additional work as is necessary to repair damage to the
site caused by its work or the use of its equipment.
5. DAMAGE TO EXISTING MAN-MADE OBJECTS: Unless th agreed, m writing,NSA is not responsiblefor locating subsurface or latent conditions. Client Qindemnify
and hold N&A harmless from all clans suits,losses costs and expens d g y'fees for y personal Injury,death or property damage arising out of or related to subsurface
or latent conditions or damage to subsurface or latent objects,structures,lines or tend ms'nest the actual or potential presence and location thereof was not revealed in writing to N&A by Clent.
6, RESPONSIBILITY: N&A's work shall not nclude determining.supervising or tffiptementing diem methods.techniques,sequencesor procedures of constructionN&A shall not
be responsible for evaluating,reporting or affecting job conditionsconcerning health.s welfare N&AY work or failure to perform sameshall not inany wy excuse any contractor.
subcontractor or supplier from performance of its work in accordance wth the contract documents.
), SAMPLE DISPOSAL: Unless otherwise agreed in writing.test spm will he disposed of immediately uponcompletion of the test and all drilling samples or specimens will be disposed
of at our discretion after a period of seven(7)days after submission of N&A's ssoils rev-,.
8. PAYMENT Client hall he invoiced once each month for work performedd F the preceding p iod. Client agreesto pay e h Invoice withinthirty(30)day f its receipt. The Client
further aB pay interest on all amounts invoiced and nor paid witthin said thirty 0i day period at the f eighteen(IS)percent per (or the permitted under
applicable law,whichever is the lesser) nil paid. Client agrees to pay N&A s COSt of calourn of all amounts which renAin due and unpaid after sixty(60)days.including
and reasonable
• oney's fees. Failure to make payment within 30 days of invoice shall constitute a release of N&A from any and all claims which Client may have either in tortorcontract,and whether known
or unknown at the time.
9. TERMINATION: This Agreement may be terminated by either party upon(7)seven days prior written notice. In the event of termination.NSA shall be compensated by Client for 211
services performed up to and including the termination date ncluding reimbursable expenses.and for the completion of such se es and records as arc necessary to place N&A's files in order
aV ent s aro:p professional reputation and/or errors and omissions claims. Upon tem...amar of this agreement.N&A shall have no further liability to Client for any work to be performed under
this agreement.
10. WARRANTY: N&A's services will be performed,is findings obtained and its reports prepared in accordance with its proposal,Client's acceptance thereof,these General Conditions.
and with generally accepted principals and practicesthe industry. In performing preffiss.cpal services.N&A will use that degree of care d skill ordinarily exercised under similars
by members of its profession. This w cony is in lieu of all other warranties or s,either expressed or implied. Statements made in N&A reports are opinions based upon its engineering
judgement and arc not to be construed as representations of Oct.
In the event of any breach of this agreement by N&A or should N&A any of- pre tess.orid employeesbe found to have been negligent the performing ofp f 'ork or
to have made and benched any expressed or implied warrany presentationpresemation or contraca then Chem,all parties ng through Client and all parties ing to have y relied upon NSA's
work agree that the maximum aggregate amount of the liability of N&A is officers,employees and agents shall be limited to S500.tl.00 or the total amount of the! paid t N&A for
its services
performed with rc µu to the project whichever amount is greater. Clime expres , a_howldges that it has received consideration for this agreement to limit liability in the form of a lower
contract price.
Chem may.upon written requestreceived within five days of Client's
acceptance hereof eas lr e the limit ofNSA's liability to S500,000.00 or the amount of N&A's fee whichever is the greater,
by agreeing to pay NSA a sumequivalentt an additional amount of of the anal fee to be charged for N&A's services. This charge construednot to be as being a charge fur insurance
of
any type,but is increased consideration for the greater liability nvolved.
11. INDESNIIY: Subject to:he foregoing damage limitatiom,N&A agrees to,n'esvfy and hold Clientharmless from and against any and all claims,suits, and expenses,including
reasonable aaomej s fees and court costs arising solely out of N&A's negligence. Client agrees to indemnify and hold harmless N&A from and against any and all claims,suits,costs and expenses
including reasonable attorneys fees and court costs arising out of Client's negligence. In Me even:that Client or Client's principal shall bring any suit,cause of action,claim or counterclaim against
N&A,the parry initiating such action shall pay to N&A the costs and expenses incurred by NSA to investigate,answer and defend it.including reasonable attorney's and witness fees and court costs
to the extent that N&A shall prevail in such suit.
12. ARBITRATION: Anything contained in any other contract document notwithstanding,N&A shall not be bound by an provision or agreement(a)requiring or providing for arbitration of
disputrs orcontroversies arising out of N&A's work or these general conditions,(b)wherein N&A waives its rights to a mechanic's lien.or(c)conditioning N&A's right payment upon payment
by a third party
13. PROVISIONS SEVERABLE: In the event any of the provisions of these general:c:i ions should be found to be unenforceable,it shall be stricken and the remaining provisions shall be
enforceable.
14. VENUE AND APPLICABLE LAW: This Agreement shall be governed by and connived in accordance with the laws of the Stare of Florida, Except with respect for the riling and/or
determination of any mechanic liens,in the event of any other legal or equitable acdee arising mtler this agreement,the venue of action shall lie exclusively within either the state courts of
Florida located In Orange County,Florida,or the United Sens District Court for the NLECI:Distinct of Florida,Orlando Division.and the panics hereto do specifically waive any other jurisdiction
and venue.
IS, DISCOVERY OF UNANTICIPATED HAZARDOUS l L&TERIAt St N&A and Client agree that the discovery of unanticipated hazardous materials constifntes a changed condition
mandating a renegotiation of the scope of work or termination of services. N&A and Client also agree that the discovery of unanticipated hazardous materials may make is necessary for N&A to
take immediate measures to protect health and safety. Client agrees to compensate N&A for any time spent and expense incurred by N&A m protect employees and the public's health and safety
N&A agrees to notify Cliem as soon as practical should unanticipated hazardous ials or suspected hazardous 1 be ed. In ddi- Client y claim against N&A and
agree to defed irdemutify and save N&A harmless from any claim or liability for ju or loss ending from NSA discovery f unanticipated hazardous p ed hazardous materials.
Client also agrees to compensate N&A for any time spent and expense ncurred by N&A in defense of any such claim,with such compensation to be based upon N&A prevailing fee schedule and
.,nice....lmhntsement nnlicv relative to recovery of direct protect toss. `-"lw
WIDEST a & caIv eO .
Leila Hodane.RE
SENIORYIa PRESIDEHM JUN 1 3 2001 4111,0DARSE
Michael?rein P.E R 6 ASSOCIATES, E N C.
ha PRESIDEN6 .E•C. sge$n'•
Richard Acne,P.E epica I, E N •la• ental Consulting& Materials Engineering
Maureen Reenter O","�
Darlene Bradley rj�y�TO'
Daniel Dunham.RE1 r.eE CC h .. - :
Darrell Nanecki,P.E. June 12, 2001 B -J _I 1 •
Sylvia iammal Project No. W01-G-228
?mad Mari,P.E.
DanielStanfill.PE • -
David Twedell 'P6E
Sandn Winkler •ciiarr-a
-.. - . .,.
Ms. Stephanie M. Chang, E.I.
Professional Engineering Consultants
I 200 East Robinson Street, Suite 1560
Orlando, Florida 32801
I
Proposal to Provide Subsurface Exploration and
Geotechnical Engineering Evaluation
City of Ocoee - Reclaimed Water Pump Station
Ocoee, Florida
Dear Ms. Chang:
Nodarse & Associates, Inc. (N&A) is pleased to present this proposal for providing a
subsurface exploration and geotechnical engineering evaluation for the above-referenced
project. The purpose of the exploration is to obtain geotechnical engineering data to assist
in the design of foundations for the pump station at the above-referenced site. This
proposal outlines our understanding of the project, presents a recommended scope of
services, and contains a time and cost estimate for providing those services.
PROJECT AND SITE DESCRIPTION
The project site is located in Section 31, Township 22 South, and Range 28 East in Orange
County, Florida. More specifically the site is located on the west side of Maguire Road
approximately 400 feet north of its intersection with Roberson Road. We understand that
the project will consist of a High Service Pump (HSP) Station and an Electrical/Equipment
Building with a planned future phase consisting of a Ground Storage Tank.
1030 N.Orlando Avenue
SuiteA According to the United States Department of Agriculture(USDA) Soil Conservation
Winter Park,f 32789 Service (SCS) soil survey for Orange County, the surficial soils at the site consist
predominantly of Ona fine sand (26). Typically these soils have a seasonal high ground
Phone 407.740100 water table that is within 10 inches of the natural ground surface without man-made
Ear 407.740.6111 drainage improvements.
rdane@nodaraemm
BUILD ON OUR EXPERIENCE
rarrcnuvri iC . vnun nitro • TRNPR • WFST PRIM BEACH • WINTER PARK
Professional Engineering Consultants
Project No. WOI-G-228 I ODARSE
Page 2
PROPOSED SCOPE OF SERVICES
The proposed scope of services is based on the supplied information and our experience
in the area with sites and projects similar to this one, as well as your specified boring
program. Our exploration is planned to include the following:
• Stake boring locations and clear utilities at the site.
• Mobilize truck mounted rotary drilling equipment and/or cone penetration
equipment to the site.
• Perform two (2) Standard Penetration Test (SPT) borings to an average depth of
50 feet and one (1) Standard Penetration Test (SPT) boring to a depth of 120 feet
in the proposed future ground storage tank area.
• Perform two (2) Standard Penetration Test (SPT) borings to an average depth of
25 feet for the HSP building and Electrical/Equipment Building..
• Perform visual classification and required laboratory testing of the soil samples
obtained from the borings. Laboratory testing may include grain size and/or
Atterberg limit analysis to verify visual classification of soil types.
• Analyze the field and laboratory data to develop engineering recommendations for
the project.
The results of the exploration will be presented in a geotechnical engineering report. This
report will address the following items:
• Existing site conditions.
• Exploration, testing and sampling methods.
• Subsurface soil conditions encountered and soil classifications.
• Depth to groundwater at the time of the exploration and estimated seasonal high
groundwater levels.
• Foundation design recommendations including estimated settlements and allowable
bearing pressures.
Professional Engineering Consultants
Project No. WO1-G-228 l ODARSE
Page 3
• A discussion of general site preparation techniques, fill compaction, bedding for
pipe, removal of unsuitable materials, etc.
PROJECT SCHEDULE
Based on our present schedule, we are prepared to mobilize to begin the field operations
on this project within about ten (10) days of your authorization to proceed. We anticipate
the field portion of the study to be completed in approximately three (3) days. Engineering
analysis, necessary laboratory work, and report preparation should be completed within
approximately ten (10) days after the completion of field work.
ESTIMATED COSTS
A Scope of Services and Fee Estimate is attached to this proposal and will be applicable
for services on this project. The final cost of services will be computed from actual units
of work performed in accordance with this Scope of Services and Fee Estimate. For
budgetary planning, we estimate the total cost of services for the described exploration will
be approximately $6,340.00. These fees are based on our most recent continuing contract
with the City of Ocoee.
In computing this budget figure, we have assumed the site is accessible to our field crew,
that we have right of entry to the site, and that we will not experience excessive delays due
to rubble at borehole locations or for other reasons beyond our control. If such conditions
are encountered that could cause the cost of the exploration to exceed the budget figure,
we will notify the client and obtain approval for the additional work before we proceed
AUTHORIZATION
To authorize us to proceed with this project, please execute and return to us a copy of the
attached Proposal Acceptance Sheet or a your subcontract format. Authorization should
be indicated by the person or firm responsible for payment of our invoice. Please note the
attached Acceptance Sheet forms a part of this proposal and that our terms are "Net 30
Days."
Professional Engineering Consultants
Project No. WOl-G-228 I OOARSE
Page 4
CLOSURE
N&A appreciates the opportunity to submit this proposal, and we look forward to working
with you on this project. If you have any questions or if we can provide any additional
information, please feel free to call us at your convenience.
Sincerely,
NODARSE & ASSOCIATES, NC.
Jay W. Cas r, .E. Daniel C. Stanfill, P.E.
Senior 93 t cal Engineer Vice President
W]GEO"dW 1-PROl�i4EO.WO ICS.PRoK,SALS,PRO-6-12.01 vorPOIWIWCISW
SCOPE OF SERVICES AND FEE ESTIMATE
CITY OF OCOEE - RECLAIMED WATER PUMP STATION -
OCOEE, FLORIDA
N&A PROJECT NO. W01-G-228
DESCRIPTION OF WORX I QTY. RATE USNTF AMOUNT
I. FIELD EXPLORATION
A. Mobilization of Crew and Equipment 1 S 200.00 each $ 200.00
B. Standard Penetration Test (SPT) Borings (2 to 25 If.,
2 to 50 If. and 1 to 120 If.)
-0 to 50 ft. 200 $ 8.00 per If. 1,600.00
-50 to 100 ft. 50 S 10.00 per If. 500.00
-100 to 150 ft. 20 S 17.50 per If. 350.00
C. Grout Seal Borings (2 to 50 If. and 1 to 120 If.)
-0 to 50 ft. 150 S 3.00 per If. 450.00
-50 to 100 ft. 50 S 4.00 per If. 200.00
-100 to 150 ft. 20 S 6.00 per If. 120.00
D. Temporary Casing Allowance
-0 to 50 ft. 50 S 5.50 per If. 275.00
-50 to 100 ft. 20 $ 6.50 per If. 130.00
E. Site Reconnaissance/Utility Coordination
-Senior Engineering Technician 6 S 35.00 per hour 210.00
Subtotal S 4,035.00
II. LABORATORY TESTING
A. Visual Classification
-Senior Engineering Technician 3 S 35.00 per hour S 105.00
B. Grain Size (-200) 4 S 25.00 per test 100.00
C. Organic Content 3 S 30.00 per test 90.00
D. Atterberg Limits 3 S 60.00 per test 180.00
E. Natural Moisture Content 6 $ 5.00 per test $ 30.00
Subtotal $ 505.00
III. ENGINEERING AND TECHNICAL SERVICES
A. Senior Project Manager 4 S 85.00 per hour 340.00
B. Senior Project Engineer 16 $ 65.00 per hour 1,040.00
C. CADD Operator 10 S 30.00 per hour 300.00
D. Word Processing 4 S 30.00 per hour 120.00
Subtotal S 1,800.00
TOTAL $ 6.340.00
INTRAOFFICE MEMORANDUM
TO: STEPHANIE CHUNG
FROM: DAVID A.WHITE
SUBJECT: CITY OF OCOEE PUMP STATION AND STORAGE TANK SITE,MAGUIRE ROAD
DATE: 6/7/01
CC: TOM KELLEY,KEN HOOPER,ART AUSTEN
We have reviewed the above site and have prepared 'a scope of work and estimated level of effort to
perform those survey services we understand as necessary to prepare a boundary, location and
topographic survey of the property for use in the preparation of a site plan.
Scope of Work
Boundary, Location and Topographic Survey.
A boundary survey of the site will be performed based on the legal description furnished. The
property will be monumented and all above ground improvements will be located.
The topographic survey will encompass the property and 25 feet outside the property limits. All
elevations will be based on mean sea level based on Orange County benchmarks. Elevations will be
obtained on a 50 foot grid and will include sigh ficant breaks in grade. Two on site bench marks will
be established as part of the work effort.
The survey will culminate in a CARD file as well as a signed and sealed manuscript of the property.
A legal description of the proposed easement to Orange County to be defined for the reclaimed
water line will be prepared and shown on the survey as well as a separate document. The so LT CVwill
be prepared at a scale of 1"=0'.
We estimate the level of effort to perform the above to be $ 2,800.00 dollars. We can commence
within one working day from notice to proceed and can complete the assignment within 5 working
days.
Based on information you have provided we understand that the City of Ocoee now has an Arbor
ordinance. All trees 8 inch diameter at breast height will be located and shown on the survey and in
the CADD file. The site is wooded and we anticipate 12 hours of effort to locate all trees on the site.
This effort with the CADD work required to add and label die information to the survey represents
an additional $ 1,800.00 dollars of effort, bringing the total estimate for the survey to $ 4,600.00
dollars.
Thanks for the opportunity of working with you on this assignment. Should you have ahy questions
or comments please advise.
ATTACHMENT "A"
SCOPE OF SERVICES
OCOEE RECLAIMED WATER PUMPING STATION
(6/5/01)
GENERAL
I. EMI will attend meetings in Orlando and answer questions in written form and coordinate with
other disciplines.
2. EMI will provide Electrical, HVAC and Instrumentation specifications and provide a hard and
electronic media copy to PROFESSIONAL ENGINEERING CONSULTANTS, INC., for final
formatting.
3. EMI will provide original velum drawings and Auto-Cad Version 14 dwg. Files. EMI will
provide periodic check sets (90% & 100%) for review by PROFESSIONAL ENGINEERING
CONSULTANTS,INC.
4. EMI will provide an engineers opinion of probable cost related to our design.
TASK I(Design Phase)
Electrical
1. EMI will provide engineering design services for the distribution of electrical normal power
including, lighting, conduit and wire sizing, power distribution design, resolving electrical
permitting issues, lightning protection system, grounding system. EMI will coordinate with
local power utilities. Item(s)that will require electrical design work are as follows:
1. Electrical Room
3. Chemical Feed Systems(Chlorine&Ammonia)
4. Electrical Building
5. Pump Pad
PRELIMINARY DRAWING LIST
E1 ABBREVIATIONS
E2 SYMBOLS&GENERAL NOTES
E3 POWER RISER DIAGRAM
E4 CONTROL DIAGRAMS AND SCHEDULES
E5 DETAILS
E6 SITE PLAN
E7 ELECTRICAL BUILDING—LIGHTING PLAN
ES ELECTRICAL BUILDING—POWER PLAN
INSTRUMENTATION
I. EMI will assist PROFESSIONAL ENGINEERING CONSULTANTS, INC., in providing the
design of the control systems, including the pump station, flow and level metering, analyzers
and other related field instrumentation. No telemetry included.
PRELIMINARY DRAWING LIST
II ABBREVIATIONS
12 P&ID DIAGRAM
13 DETAILS
HVAC
I. EMI will provide the design services related to the ventilation and air-conditioning of the
following spaces:
Ventilation(No Heat)
Chlorine Feed Rooms
Heating&Air-conditioning
Main Electrical Room
Drawing List
V-I SYMBOLS&ABBREVIATIONS
V-2 SCHEDULES
V-3 PUMP BUILDING
PLUMBING
I. EMI will provide the design services related to the interior plumbing systems including sanitary waste,
vent and potable water systems from 5 feet of building exterior of the following spaces:
Floor Drains
Drawing List
P-1 SYMBOLS&ABBREVIATIONS
P-2 SCHEDULES
P-3 PUMP BUILDING
TASK II(BIDDING SERVICES)
I. EMI will answer question in written form to PROFESSIONAL ENGINEERING
CONSULTANTS,INC.,regarding clarification of its design.
2. EMI will prepare a written addendum as required to clarify its design which are within the
scope of this proposal.
3. EMI has not included within this scope of services any pre-bid meetings or conferences.
•
ITEMS TO BE FURNISHED BY PROFESSIONAL ENGINEERING CONSULTANTS,INC.
I. PROFESSIONAL ENGINEERING CONSULTANTS, INC., will designate a person to act as
the PROFESSIONAL ENGINEERING CONSULTANTS, INC., representative with respect to
the services to be performed under this agreement Such person shall have complete authority
to transmit instruction, receive information, interpret and define PROFESSIONAL
ENGINEERING CONSULTANTS, INC., policies and decisions with respect to materials,
equipment and systems pertinent to END's services.
2. PROFESSIONAL ENGINEERING CONSULTANTS, INC., will provide bidding documents
including drawings and specifications at no cost to EMI.
3. PROFESSIONAL ENGINEERING CONSULTANTS, INC., will provide base drawings in an
AutoCAD R14 format at no cost to EMI.
FEES TO BE PAID
For the scope of services describes above,we estimate our fees to be S14,712.00 based upon the attached
hourly fee schedule.
05/29/2001 12:43 407359074E EMI CONSULTING PAGE 01
EMI Consulting Specialties, Inc. Fee Estimate
2238 Westboume Drive -
Oviedo, Fl 32765
(407) 359-0747 DATE ESTIMATE...
(407) 359-0748 (Fax) 65P01 212
CLIENTS NAME/ADDRESS 9 S . GA
..d 'O=wa°srt
°" Pete__ ✓JoaNcCeel11
Professional Engineering Consultants,Inc ice
n G s
200 E.Robinson Street • . -L= __j _ ✓r W` j
Suite 1560 i,_., r
Orlando,FL 32801 Il'°'°
• PROJECT
Ocoee Reclaim
CATEGORY DESCRIPTION HRS RATE TOTAL
TASK I (Final Design)
Clerical jI General clerical,filing,invoicing,coorespondence,it:. 24 20,00 430.00
Engineering i Power sytem design,controls,lighting,conduit and cd e, 75 75,00 5,625.00
•i ventilation and A/C of Reuse electrical room.no
generator.(4)-VFD 75 HP pumps
I Engineering I-VAC 12` 75.00 900.00
j Engineering Plumbing I0! 75.00 750.00
Dcsign(CADD) Design,drafting(CADD),plotting and coordination 110 40.00 4,400 00
I Meetings Meet w/PEC Orlando 3 75.00 600.00
Specification Create,edit and compile design specifications 12 I 75.00 900.00
Cost Estimate Prepare cost for EMI design 4 40.00 160.00
Permitting Sign and seal for DEP 2 75.00 150.00
SUBTOTAL 13,965,00
TASK II(Bidding)
Clerical General clerical,filing,invoicing,coorespondence,etc. 4 18.00 72.00
Addendum Create bidding addendum,related to EMI,design. 3 75.00 600.00
Engineering Answer question during bidding 75.00 75.00
SUBTOTAL 747.00
) o Of
1 � O i
`__. . O s T, •
40 na . �;
N O
, r o 4
_... - ■M 'b''` ' ' r V TOTAL S14,71200
SOUTHEAST STRUCTURAL ENGINEERS, INC.
Consulting Engineers
P.O. Box 560027
Orlando, Florida 32856-0027
1407) 857-5559
RECEIVED
June 28, 2001 JUN 2 8 2001
Ms. Stephanie Chang P.E.C.,INC. OAL0.g90
PEC/Professional Engineering Consultants, Inc. wow( COPY YN
200 E. Robinson Street, Suite 1560 ORIGINATOR
Orlando, FL 32801 ONE COPY s ROUTE to
Re: Proposal for Engineering Services
City of Ocoee Reclaimed Water Booster Pumping Facility FILE
ORIG
Dear Ms. Chang, TO
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 construction documents for subject project.
The design items to be provided are described:
• Reclaimed Water Pumping Station
• Electrical Building
The construction documents will describe the structural and incidental architectural components. Our
design is limited to applicable specification sections in Division 3, 4, 5, 6, 7 and 8.
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 $10,380.00.
Southeast Structural Engineers appreciates this opportunity to provide our service. If you have any
questions, please call.
Sincerely,
Roger A. Barth, P.E.
Principal
June 28, 20001
Ms. Stephanie Chang
City of Ocoee
Reclaimed Water Booster Pumping Facility
Page 2
Scope of Work/Task Fee Schedule
Reclaimed Water Booster Pumping Facility
Labor Classifications - .
Task Description/Scope of Work
Principal Silencer Totals
I. Design Phase
A. Prepare Design Drawings 50 68 118
D. Cost Estimate 12 - 12
C. Prepare Project Specifications 10 - 10
D. Review and coordinate work of PLC and other sub-consultants 6 8 14
TOTAL r..srIMATED MAN HOURS FOR ALL TASKS 98 16 154
HOURLY RATE $75.00 $5500 •
ESTIMATED EXPENSES 1$35000
TOTAL ESTIMATED FEE S5.850.00 $4,180.00 S10,32000
Sheet Index - Proposed
SI General Notes, Abbreviations, Index and Key Plan
S2 Reclaimed Water Pumping Station
S3 Electrical Building - Foundation Plan
S4 Electrical Building - Building Sections
S5 Electrical Building -Elevations
S6 Electrical Building - Roof Framing Plan
S7 Building Details, Door and Window Schedules and Details
S8 Structural Details