HomeMy WebLinkAboutV (C) Approval and Authorization for Mayor and City Clerk to Execute Services Authorization SA03-001 in Accordance with the Hartman & Associates, Inc. Proposal for Design, Bidding and Construction for Jamela Water Plant Agenda 4-15-2003
be Center of Good
ma‘ Item V C
a�or t �4ao Comruis ionere
S Scott Vandergrirt h a u Danny Rowell, Di-h iot I
}� Sent Andennn. District2
( ttv N1 mavpr ;_411 ®��; j M 12n tv Johnson. Di tri i :3
Aim Glta�:on s ���a"'444;;;/// Nano .I I vkcr Dntict I
MEMORANDUM
DATE: April 8, 2003
TO: The Honorable Mayor and Board of City Commissioners
FROM: David A. Wheeler, P.E., Director of Public Works
SUBJECT: Proposal for Design, Bidding and Construction Phase Services
For the Reconstruction of the Jamela WTP Project
With Hartman &Associates, Inc.
Attached for your review is Services Authorization SAO3-001 to the Agreement for
Consulting Engineering Services between the City of Ocoee and Hartman & Associates,
Inc. (HAI) for the design, bidding and construction phase services for the reconstruction
of the Jamela Water Treatment Plant Project. This work is necessary to bring the water
treatment plant back into compliance with the Florida Department of Environmental
Protection (FDEP) in relation to the physical nature of the facility.
The proposed Addendum is comprised of three main components:
1. Design services include a preliminary and final design tasks along with permitting
through the FDEP. Also included in this phase will be surveying of the site for
accurate location of all structures, pipelines and property boundaries and
geotechnical subsurface exploration of the site.
2. Bidding phase services consist of the preparation and distribution of bid sets of
drawings and specifications including all addenda, review of submitted bids, and
preparation of conformed copies of bid documents after award of the contract.
3. Construction phase project management, shop drawing review and approval,
contract management services and inspection management services.
The attached proposal details the services to be provided by HAI in the completion of
this important project. The project will include the construction of a new pumping
facility, which will blend into the neighborhood, conversion of the disinfection process
from gaseous chlorine to liquid bleach, removal of the elevated tank, and possible
rehabilitation of the ground storage tank. The conversion of the disinfection process
Qtc ni Ocoee • I'sO N Lakeshore Drive- Ococe Florida 31761
phone: (.107)905-3I00- tax. (1(17)(, 6-SSOJ • w‘ro_LI ocoee.tlus
will remove the possibility of a leak which could be hazardous to the surrounding
residents.
The proposed fee for this work, inclusive of subconsultant fees, is $ 145,102.00. Staff
believes that this proposal will adequately provide for a new facility at the Jamela WTP
site and resolve the issues with FDEP.
I recommend that the City Commission authorize the mayor and City Clerk to execute
Services Authorization SA03-001 in the amount of $145,102.00 in accordance with HAI's
proposal dated March 25, 2003.
daw/jbw
Attachment
SERVICES AUTHORIZATION
UNDER
CONTINUING PROFESSIONAL CONSULTING AGREEMENT
JAMELA WATER TREATMENT PLANT IMPROVEMENTS PROJECT
This Service Authorization, No. 03-001, hereinafter called SA03-001, as of this day
of , 2003, shall constitute an Addendum to the Continuing Professional
Consulting Agreement between the City of Ocoee, Florida (the CITY) and Hartman & Associates,
Inc. (the CONSULTANT), dated the 1" day of September, 1998, hereinafter referred to as the
AGREEMENT.
WHEREAS, the CITY and CONSULTANT entered into an AGREEMENT whereby the CITY
retained the CONSULTANT to provide professional engineering services as required from time to
time, and WHEREAS the CONSULTANT will perform consulting engineering services for the CITY
as herein defined.
NOW, THEREFORE, in consideration of the mutual covenants and promises hereinafter set
forth on the part of both parties to be kept and performed, the parties do mutually agree as follows:
Section 2 and 3 - Services of the Consultant
The CONSULTANT shall perform the design, bidding, and construction phase services as
described in detail in the Agreement and as outlined in the attached documentation and listed
as: Hartman &Associates, Inc. Proposal letter, dated March 25, 2003, relative to the provisions
of the Agreement for Continuing Consulting Engineering Services.
Section 5 - Period of Service
The CONSULTANT will complete the design, bidding, and construction phase services in
accordance with the attached documentation. The design will be completed within 125 days for
submission for permit review by the Florida Department of Environmental Protection in
accordance with the attached documentation.
Section 6- Compensation
Compensation by CITY for the design, bidding and construction phase services of this project
is provided under this Amendment and shall he in accordance with Section 5 of the Agreement.
This Services Authorization shall not exceed One Hundred-Forty-Five Thousand One Hundred
Two DOLLARS ($145,102.00) as outlined in the attached documentation.
IN WITNESS WHEREOF, the parties have executed this Services Authorization No.
SA03-001 the day and year hereinabove set forth.
HARTMAN & ASSOCIATES, INC.
ATTEST:
By:
Name:
Title:
(SEAL)
Date:
APPROVED:
CITY OF OCOEE, FLORIDA
ATTEST:
Jean Grafton, City Clerk S. Scott Vandergrilt, 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 , 2003
day of ,2003. TINDER AGENDA ITEM NO.
FOLEY Sc. LARDNER
By:
City Attorney
HARTMAN & ASSOCIATES, INC.
(INK.w. engineers,hydrogeologisis,surveyors&management consultants "`sN
""""
1..3INK 0 30E.PS
ChEricEW Drake.EN.
C.MalthOw.N1
n 1 .K�.eA fn. 1
aaO„AA.OUA,,,. March 25,2003 1IAI#03.0034.M00-w.,`i:„%C:"
Irn1101 WNELIL PE
Via Hand Delivery
Mr.David A. Wheeler,P.E.
Utilities Director
City of Ocoee
150 N Lakeshore Drive
Ocoee,Florida 34761
Subject: Scope of Services and Fee Proposal for Professional Services for
Improvements to the Jamela Water Treatment Plant
Dear Mr.Wheeler:
Please find attached our detailed engineering Scope of Services and Fee proposal for the subject project.
We have tried to include as much detail in our Scope of Services as possible to provide you with an idea
of our approach to this Project. We have broken-down our compensation by phases per your request.
The total combined fee, including a Wage Cost Multiplier with a maximum not to exceed fee for the
Design,Permitting,Bidding and Construction phases of the Project,would be$145,102.00. We have also
attached to our Scope of Services a preliminary list of the design drawings that we intend to provide for
this Project and we have also included a proposed design and construction schedule.
If you should have any questions with regard to this proposal, we would at your request be willing to
meet with you to discuss this Project and this Scope of Work and Fee Proposal. Of course, if you wish to
delete any items within our Scope of Work we will be willing to work with you to reduce the proposed
fee as well.
We are looking forward to the possibility of working with you and your staff on this Project, as well as
other future projects. We at HAI consider the City of Ocoee to be a very important client. As I have
stated above, if you have any questions regarding this proposal, please do not hesitate to contact me at
your earliest convenience.
Very truly yours,
Hartman& Associates, Inc.
faetiler
Iiarold E. Schmid .E.,DEE..
Vice President
Attachments
TEL/slM03.0034.M00/corresp/wheeler.hes.doc
C: Troy E. Layton,P.E.,DEE
Brian C.Matejcek, E.1.
201 EAST PINE STREET • SUITE 1000 • ORLANDO,II.32801
l'IJ.E PI ION E(407)839-i955 • FAX(407)Hi93790 • wwwconsullhei Rom
ORlANDO FORT MYERS PIA NIATION N(I KSONV1I.LE DESTIN
SCOPE OF SERVICES AND FEE PROPOSAL
FOR
THE CFFV OF OCOEE, FLORIDA
IMPROVEMENTS TO TILE JAMELA WATER TREATMENT PLANT
SCOPE OF SERVICES
This Scope of Services is based on recent correspondence from the City of Ocoee to
Richard Lou, P.E. at Florida apartment of Environmental Protection, dated December
I I, 2002 with regard to Compliance/Maintenance Violations.
Design Team
HAI proposes the following design team to perfonn the various elements of the proposed
Scope of Services.
Project Management/Contract Documents - HAI
Site/Civil - I IAI
Irrigation System - I IAI
Structural/Incidental Architectural - Engineering Technologies, Consulting
Engineers
Electrical - EMI Consulting Specialties (EMI)
Landscape Architecture - I IAI
Survey - Southeastern Surveying
Geoteehnical - Nodarse&Associates
Ground Storage Tank Inspection - Crom
Preliminary Design Phase
• 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 one (I) raw water
supply well pump, up to four (4) high service pumps, the hypochlorite feed
system, and chemical feed system. In addition, provide an order of magnitude
cost estimate for the upgrade of each unit and associated wiring.
• Evaluate past inspection reports of the elevated tank and provide recommendation
based on life cycle, hydraulic, and future maintenance costs.
TEA Uslmhn g/corresp/Scope
HAI t/03.0034.M00 -1- 032503
• Recommend architectural and landscape enhancements to make the water
treatment plant more aesthetically pleasing to adjoining residential property
owners.
• Evaluate overall telemetry requirements for the operation at all of the water
treatment facilities.
• Evaluate Crom's inspection report with regard to the ground storage tank and
provide recommendations for rehabilitation.
• Evaluation the City's existing hydraulic model (operation and calibrated) and
provide assistance in reviewing to a point of selection criteria for future high
service pumping units.
• Evaluate the existing wells on site based on a step drawdown test and aquifer
performance test. The results would be summarized with recommendations.
• Evaluate the water systems surge issues with the Jamela elevated tank out of
service and provide recommendations. The analysis would be inclusive of a surge
anticipator valve at the south plant, but not limited as the only proposed
improvement.
• Provide a letter type Preliminary 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 provide a
preliminary opinion of probable construction costs to complete proposed
renovations.
Final Design
• The final design task will include preparation of construction drawings, technical
specifications and contract documents for the proposed water treatment plant
improvements. Documents shall include drawings and specifications covering:
(1) General drawings including cover sheet, index of drawings, key and
location map(s) and abbreviations.
(2) Civil/site drawings for all site work and grading necessary for the
proposed improvements.
(3) Electrical design for upgrades to the Motor Control Center to handle
existing and future electrical load requirements. The electrical design will
include an aitomatic transfer switch matched to the existing or proposed
emergency power generator set.
TEL/slm/mg/corresp/Scope
11AI #03.0034.M00 -2- 032503
(4) Based on the recommendations included in the Preliminary Design Report,
structural, electrical, and mechanical Drawings and Specifications for the
proposed high service pump building will be included.
(5) Landscaping enhancements and irrigation drawings for the water treatment
plant.
The design drawings for this Project will be produced using AutoCAD version
2000. The contract documents and technical specifications will be produced
using Microsoft Word. Computer compact discs containing all drawing and
specification files will be transmitted to the City at the completion of the Project.
HAI will provide the City with three (3) copies of documents and will attend
review meetings at 60 and 95 percent complete stages of the project. Review
meetings will be held following the City's review of each submittal stage, to
discuss concerns and/or comments that the City may have regarding each
submittal.
HAI will prepare for review and approval contract agreement forms, general
conditions, supplementary conditions, bid forms, invitations to bid and
instructions to bidders, and will assist in the preparation of other related
documents.
All comments received from the City following the 60 and 95 percent submittal
reviews will be incorporated into the 100 percent drawing and project manual
submittal in preparation for release for bidding.
At the 100 percent submittal stage, HAI will provide the City with an opinion of
probable construction costs based on the final contract documents. Although this
construction cost estimate will be prepared using standard and accepted
construction estimating methods, it may not reflect final construction costs. This
estimate should only be considered as HAI's opinion of probable construction
costs. HAI cannot control contractor bidding practices, market conditions nor
other economic factors.
Permitting and Coordination Meetings with FDEP
• HAI will prepare the permit application form for submittal to the FDEP. HAI will
respond to up to two (2) Requests for Additional Information by the FDEP. The
City will pay for the permit application fec. No other permitting is anticipated for
the proposed project.
• HAI will attend up to six (6) coordination meetings with FDEP to review the
project status, design, recommended program, construction and other issues
related to the Jamela WTP.
TEL/slm/mg/corresp/Scope
11AI #03.0034.M00 -3- 032503
Bidding Phase
• HAI will provide the City with complete bidding services inclusive of printing of
bid sets, advertising the project for bidding, sending out bidding documents to
prospective bidders, and holding the bid opening at City Hall. IIAI intends
presiding at pre-bid meetings and will be present at bid opening.
• During the bidding process, HAI will assist the City in preparing written
responses to written questions received by prospective bidders. IIAI will also
assist the City in the preparation of any addenda necessary for the original design
during the bidding process.
• IIAI will review the bids received and will provide a written response to the City
regarding HAI's review with a recommendation for award of the Project.
Construction Phase
• HAI will attend and participate in a Pre-Construction Conference to he conducted
by the City with the selected Contractor.
• HAI will review shop drawings or other required Contractor submittals up to two
(2) times per submittal for general conformance with the Contract Documents.
• IIAI will assist the City in providing written responses to Requests For
Information (RFI's) from the Contractor. HAI will also assist the City in review
of Requests For Proposed Changes to the Contract Documents prepared by HAI,
which will result in contract change orders.
• During ongoing construction activities, the IIAI project manager or an I IAI team
member will visit the building site on a biweekly basis. HAI will provide a brief
written report to the City regarding these construction observations. The HAI
project manager will visit the project site on a monthly basis to meet with the City
representative(s) and the Contractor for the monthly progress meeting. Other IIAI
team members will visit the Project site on an irregular basis to observe
construction activities related to site/civil, landscape architecture, and building
structural, architectural and electrical.
• Appropriate HAI team members will conduct substantial and final completion
walk throughs for the Project to determine if the work has been completed in
substantial accordance with the Contract Documents. HAI will prepare a
composite punch list as a result of these walk throughs.
• At the completion of construction following the disposition of all punch list items
and upon the submission of all project close out items and documentation by the
Contractor, IIAI will provide certification of the Project to the City. The
TEVslm/mg/eorresp/Scope
HAI it03.0034.M00 -4- 032503
Certification will be based on the limited biweekly site visits and the substantial
and final project walk throughs and will state to the knowledge, information and
belief of the certifying engineer that the Project has been constructed in
substantial compliance with the approved Contract Documents, is in accordance
with commonly accepted engineering procedures, is consistent with applicable
standards of engineering practice and is not a guarantee or warranty, either
expressed nor implied.
• HAI will assist the City in the preparation of Record Drawings for the project.
Record Drawings will be prepared incorporating changes made during the
construction phase of the Project based on data furnished to IIAI by the
Contractor in the form of red lined construction drawings. IIAI will provide
one(I) set of 24 inch by 36 inch, 3 mil, single mat mylar original "Record
Drawings" and one(1) electronic copy of the "Record Drawings' to the City.
II. COMPENSATION
The proposed compensation for engineering services to be provided as outlined in the
Scope of Services described above is as follows:
Description Estimated Fee
Preliminary Design Phase $19,560.00
Final Design Phase 81,110.00
Permitting 7,200.00
Coordination Meetings with FDEP 3,000.00
Bidding Phase 4,200.00
Construction Phase 28,532.00
Reimburssables(mylars and printing) 1,500.00
Total $I45,102.00
The Wage Cost Multiplier for IIAI employees that will work on this Project will be 2.75,
for Design, Permitting, Bidding and Construction Services. For the Scope of Services
detailed herein for this Project the Total Not to Exceed Fee for Design, Permitting,
Bidding and Construction Services is $145,102.00.
TEUslm/mg/corresp/Scope
IIAI tt03.0034.M00 -5- 032503
III. PROJECT SCI-11!DUI,E
The anticipated project schedule for performance of the Preliminary and Final Design
Phases, Permitting, Bidding Phase and Construction Phase is as follows:
Description Calendar Days
Preliminary Design Phase 40 days
City Review and Meeting 5 days
Y
60'% Final Design 30 days
City Review and Meeting 5 days
95% Final Design 30 days
City Review and Meeting 5 days
100% Final Design 10 days
Permitting* 60 days
Bidding Period 30 days
Award of Contract 30 days
Construction Period 210 days
* Concurrent with Bidding and Award of Contract
TE Wslm/mg/corresp/Scope
I IAI #03.0034.M00 -6- 032503
ATTACHMENT A
THE CITY OF OCOEE,FLORIDA
IMPROVEMENTS'1'O THE
JAMELA WATER TREATMENT PLANT
PRELIMINARY LIST OF DESIGN DRAWINGS
Sheet Drawing
No. No. Title
1 -- COVER SHEET
2 G-I LOCATION MAP,GENERAI.NOTES AND DRAWING INDEX
3 G-2 LEGEND AND ABBREVIATIONS
Civil
4 C-I DEMOLITION
5 C-2 SITE GEOMETRY ANI)GRADING PLAN
6 C-3 CIVIL DETAILS
Landscape Architecture
7 L-1 LANDSCAPING PLAN AND DETAILS
Irrigation System
8 LI-I IRRIGATION PLAN AND DETAILS
Structural/Architecture
9 S-I 111611 SERVICE PUMP BUILDING PLAN &SECTIONS
10 S-2 CHEMICAL FACILITIES PLAN & SECTIONS
I I S-3 STRUCTURE FOUNDATIONS AND DETAILS
12 S-4 BUILDING DETAILS
Mechanical
13 M-I PUMPING UNITS PLAN &SECTIONS
14 M-2 CHEMICAL FEED SYSTEMS PLAN & SECTIONS
15 M-3 PROJECT DETAILS
16 M-4 PROJECT DETAILS
Electrical
17 E-I ELECTRICAL SITE PLAN
18 F-2 POWER RISER DIAGRAM
19 E.-3 ELECTRICAL ROOM PLAN AND SCHEDULES
20 E-4 ELECTRICAL DETAILS
TEL/slm/mg/corresp/Scope
HAl #03.0034.M00 -7- 032503