Loading...
HomeMy WebLinkAboutItem E(06) Consideration of Agreement with the Florida Fish & Wildlife Conservation Commission for a $200,000 gratn to design, permit, and construct a sediment removal structure for the Bluford Ave Drainage System ��Center of Good Lip44.. AGENDA ITEM COVER SHEET •Meeting Date: November 2, 2004 Item # Reviewed By: Contact Name: Bob Zaitooni Department Director: e Contact Number: 6002 City Manager: Subject: Agreement with Florida Fish &Wildlife Conservation Commission Background Summary: The Florida Fish and Wildlife Conservation Commission has granted $200,000 for design, permitting, and construction of a sediment removal structure for the Bluford Avenue drainage system. The proposed structure will improve the quality of the runoff draining into Starke Lake. Issue: Execute the Agreement with the Florida Fish and Wildlife Conservation Commission. Recommendations Recommend City Commission to approve the Agreement and authorize Mayor and City Clerk to execute the Agreement. Attachments: Agreement Financial Impact: The $200,000.00 authorization was budgeted in the City's FY 04/05 CIP and will be reimbursed by the Florida Fish and Wildlife Conservation Commission. Type of Item: ❑ Public Hearing For Clerk's Dept Use: ❑ Ordinance First Reading El Consent Agenda ❑ Ordinance First Reading 0 Public Hearing ❑ Resolution 0 Regular Agenda ❑ Commission Approval ❑ Discussion&Direction ® Original Document/Contract Attached for Execution by City Clerk 0 Original Document/Contract Held by Department for Execution Reviewed by City Attorney ID//Via It 0 N/A Reviewed by Finance Dept. io/14/(4 0 N/A Reviewed by ( ) 0 N/A Mayor `off Cesatet of Good Lt Commissioners S. Scott Vandergrift - ;,,,,; ..T.,,�� Danny Howell,District 1 Scott Anderson,District 2 City Manager Rusty Johnson, District 3 Robert Frank — Nancy J. Parker, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Bob Zaitooni,Director of Public Works DATE: October 25, 2004 RE: Agreement for$200,000 Grant with the Florida Fish & Wildlife Conservation Commission ISSUE Should the Honorable Mayor and City Commission approve Agreement with the Florida Fish&Wildlife Conservation Commission for$200,000 to design, permit, and construct a sediment removal structure for the Bluford Avenue drainage system? BACKGROUND/DISCUSSION City Commission and staff have always strived to improve the quality of the surface runoff discharging into our lakes. Upon an application for a grant, the Florida Fish and Wildlife Conservation Commission has granted $200,000 for the design, permitting, and construction of a sediment removal structure for the Bluford Avenue drainage system. The structure is intended to remove the suspended solids, which are the major source of the pollutants from the runoff and therefore improve the quality of the water draining into Starke Lake. The Bluford Avenue drainage system, collects and drains a major portion of the old part of downtown Ocoee. The structure will be constructed at or near the current City Hall ditch on the east side of Bluford Avenue. FWC Contract No. 04037 CONTRACT THIS CONTRACT is entered into between the FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION, whose address is 620 South Meridian Street, Tallahassee, Florida 32399-1600, hereinafter referred to as the "COMMISSION," and the CITY OF OCOEE, whose address is 150 N. Lakeshore Drive, Ocoee Florida, 34761, hereinafter referred to as the "CITY." NOW THEREFORE,the COMMISSION and the CITY,for the considerations hereafter set forth,agree as follows: 1. The CITY shall perform the services and specific responsibilities as set forth in Attachment A,entitled Scope of Services, attached hereto and made a part hereof. 2. The CITY shall be licensed as necessary to perform under this Contract as may be required by law, rule, or regulation, and shall provide evidence of such compliance to the COMMISSION upon request. 3. This Contract shall begin upon execution by both parties and end June 15,2005,inclusive. In accordance with Section 287.058(2),Florida Statutes,the CITY shall not be eligible for reimbursement for services rendered prior to the execution date of this Contract nor after the termination date of the Contract. 4. As consideration for the services rendered by the CITY under the terms of this Contract,the COMMISSION shall reimburse the CITY for materials and labor associated with planning, designing and constructing a sediment removal structure at the Bluford Avenue site. Payment shall be on a cost reimbursement basis in an amount not to exceed$200,000. The CITY shall be responsible for all other project costs in excess of that amount and for any project cost items not specified. Invoices must be submitted prior to payment consideration and must follow the procedures specified in this Contract and in Attachment B. 5. The COMMISSION shall pay the CITY for satisfactory service upon submission of invoices, accompanied by required reports or deliverables, and after acceptance of services and deliverables in writing by the COMMISSION'S Contract Manager. Each invoice shall include the FWC Contract Number and the Contractor's Federal Employer Identification (FEID)Number. An original and two (2) copies of the invoice shall be submitted. The COMMISSION shall not provide advance payment. All bills for amounts due under this Contract shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. Invoices shall be submitted on a convenient schedule but not more frequently than monthly. 6. The CITY shall be reimbursed on a cost reimbursement basis in accordance with Comptroller Contract Payment Requirements as shown in the Department of Financial Services,Bureau of Accounting and Auditing, Voucher Processing Handbook, Chapter 4., C., I., attached hereto and made a part hereof as Attachment B. 7. The Florida Single Audit Act requires all non-State organizations who are recipients of State financial assistance to comply with the audit requirements of the Act,pursuant to Section 215.97, Florida Statutes. In addition, recipients and sub-recipients of federal financial assistance must comply with the Federal Single Audit Act requirements of OMB Circular A- 133. Therefore,the CITY shall be required to comply with the audit requirements outlined in Attachment C,titled Requirements of the Federal and Florida Single Audit Acts, attached hereto and made a part of the Contract, as applicable. In accordance with Section 216.347, Florida Statutes,the CITY is hereby prohibited from using funds provided by this Contract for the purpose of lobbying the Legislature,the judicial branch or a state agency. 8. For Contracts whose term extends beyond the State fiscal year in which encumbered funds were appropriated, the State of Florida's performance and obligation to pay is contingent upon an annual appropriation by the Legislature. 9. Invoices,including backup documentation,shall be submitted to:Attention Deanna Vinson, Florida Fish Wildlife Conservation Commission, 601 West Woodward Avenue, Eustis, Florida, 32726-4560. 10. This Contract shall terminate immediately upon the COMMISSION giving written notice to the CITY in the event of fraud, willful misconduct,or breach of this Contract. 11. The COMMISSION may terminate this Contract at any time with or without cause by a written notice by certified mail, return receipt requested, from the COMMISSION to the CITY. Upon receipt of such notice, the CITY shall, unless the notice directs otherwise, immediately discontinue all work and services. 12. Upon termination of this Contract,the CITY shall promptly render to the COMMISSION all property belonging to the COMMISSION. For the purposes of this section, property belonging to the COMMISSION shall include, but shall not be limited to, all books and records kept on behalf of the COMMISSION. 13. The CITY recognizes that the State of Florida,by virtue of its sovereignty,is not required to pay any taxes on the services or goods purchased under the terms of this Contract. 14. Unless a notice of change of address is given, any and all notices shall be delivered to the parties at the following addresses: cjV City of Ocoee 150 N. Lakeshore Drive Ocoee,Florida 34761 Attention:Buddy Elmore Commission Bruce V. Jaggers Florida Fish and Wildlife Conservation Commission 601 W. Woodward Ave. Eustis,Florida 32726-4560 15. No waiver or modification of this Contract or of any covenant,condition,or limitation herein contained shall be valid unless in writing and lawfully executed by the parties. The COMMISSION may at any time,by written order designated to be a modification,make any change in the work within the general scope of this Contract(e.g.,specifications,schedules, method or manner of performance, requirements, etc.). However, all modifications are subject to the mutual agreement of both parties as evidenced in writing. Any modification that causes an increase or decrease in the CITY'S cost or the term of the Contract shall require a formal amendment. 16. The CITY shall perform as an independent contractor and not as an agent,representative,or employee of the Commission. 17. The CITY covenants that it presently has no interest and shall not acquire any interest,which would conflict in any manner or degree With the performance of services required. 18. The parties agree that there is no conflict of interest or any other prohibited relationship between the CITY and the COMMISSION. 19. The CITY warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law,and that such self-insurance offers protection applicable to the CITY'S officers, employees, servants and agents while acting within the scope of their employment with the CITY. 20. To the extent required by law, the CITY will either be self-insured for Worker's Compensation claims,or will secure and maintain during the life of this Contract,Workers' Compensation Insurance for all of its employees connected with the work of this project. If any work is subcontracted, the CITY shall require the subcontractor similarly to provide Workers'Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CITY. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers'Compensation law.In case any class of employees engaged in hazardous work under this Contract is not protected under Workers' Compensation statutes, the CITY shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the COMMISSION,for the protection of his employees not otherwise protected. 21. Employers who have employees who are engaged in work in Florida must use Florida rates, rules,and classifications for those employees. In the construction industry,only corporate officers of a corporation or any group of affiliated corporations may elect to be exempt from workers'compensation coverage requirements. Such exemptions are limited to a maximum of three per corporation and each exemption holder must own at least 10% of the corporation. Independent contractors, sole proprietors and partners in the construction industry cannot elect to be exempt and must maintain workers'compensation insurance. 22. This Contract may be unilaterally canceled by the COMMISSION for refusal by the CITY to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CITY in conjunction with this Contract. 23. The CITY shall maintain accurate books, records, documents and other evidence that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract,in accordance with generally accepted accounting principals. The CITY shall allow the COMMISSION, the State, or other authorized representatives, access to periodically inspect,review or audit such documents as books,vouchers,records, reports, canceled checks and any and all similar material. Such audit may include examination and review of the source and application of all funds whether from the state, local or federal government,private sources or otherwise. These records shall be maintained for five (5) years followingthe close of this Contract. In the event any work is subcontracted, the CITY sall require each subcontractor to similarly maintain and allow access to such records for audit purposes. 24. Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However,nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28,Florida Statutes. 25. No person,on the grounds of race,creed,color,national origin,age,sex,or disability,shall be excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to discrimination in performance of this Contract. 26. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity;may not submit a bid,proposal or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit bids,proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 27. In accordance with Section 287.133(2Xa),F.S.,a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not perform work as a grantee, contractor, supplier, subcontractor, consultant or by any other manner under a contract with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,F.S.,for Category Two,for a period of 36 months from the date of being placed on the convicted vendor list. 28. This Contract is an exclusive contract for services and may not be assigned in whole or in part without the written approval of the COMMISSION. However, the COMMISSION authorizes the CITY to subcontract as needed to complete the services required herein. 29. The CITY shall perform the services in a proper and satisfactory manner as determined by the COMMISSION. 30. It is understood by the parties that remedies for damages or any other remedies provided for herein shall be construed to be cumulative and not exclusive of any other remedy otherwise available under law. 31. This Contract has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Contract shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this Contract shall be prohibited or invalid under applicable law,such provision shall be ineffective to the extent of such prohibition or invalidity,without invalidating the remainder of such provision or the remaining provisions of this Contract. Any action in connection herewith, in law or equity, shall be brought in Leon County,Florida. 32. The parties hereto do not intend nor shall this contract be construed to grant any rights, privileges or interest to any third party. 33. As consideration of this Contract, the parties hereby waive trial by jury in any action or proceeding brought by any party against any other party pertaining to any matter whatsoever arising out of or in any way connected with this Contract. 34. This Contract represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Contract shall only be valid when they have been reduced to writing, and duly signed by each of the parties hereto, unless otherwise provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed through their duly authorized signatories on the day and year last written below. CITY OF OCOEE FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION S. Scott Vandergrift,Mayor Kenneth D.Haddad,Executive Director Date: Date: Beth Eikenberry,City Clerk (SEAL) Date: APPROVED BY THE OCOEE CITY Approved as to form and legality: COMMISSION AT A MEETING HELD ON ,2004, FWC Attorney UNDER AGENDA ITEM NO. FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE,FLORIDA; APPROVED AS TO FORM AND LEGALITY THIS DAY OF 4004. FOLEY& LARDNER LLP BY: City Attorney Ocoee,Florida 34761 FEID No: 58-00-094593-54C Remittance Address: 150 N. Lakeshore Drive Ocoee,Florida 34761 List of attachments included as part of this Contract: Specify Letter! Type Number Description Attachment A Scope of Services Attachment B Comptroller Cost Reimbursement Requirements Attachment C FederalFlorida Single Audit Act Requirements Exhibit 1 State Financial Assistance Award Exhibit 2 Engineering Services to the City Exhibit 3 City Proposal Exhibit 4 Engineering Revised Cost Estimate ATTACHMENT A Scope of Services BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE This project was formerly entitled McKey Street Water Quality Improvements Project. Starke Lake is a (203-acre) water body in an urbanized portion of the City of Ocoee (Orange County). Starke Lake is one of the FWC Orlando Urban Fishing Project Fab Five lakes and multiple fishing events are conducted in and around the lake each year. Storm water runoff contributes a significant nutrient and sediment load to the lake. The City of Ocoee is in the process of conducting basin and drainage studies. One goal of these studies is to upgrade and retrofit city stormwater systems. Page 2 of Exhibit 2 summarizes the status of individual projects to date. The Bluford Avenue structure will remove sediments and pollutants from stormwater draining from an urbanized and industrial section of Ocoee, immediately west of Starke Lake. This drainage will ultimately become part of another stormwater drainage improvement project (City Hall Ditch Drainage Improvements). Together,these two projects will treat approximately 50 percent of the stormwater draining to Starke Lake. The City contracted with a consulting firm to evaluate the cost and benefit in creating a storm water treatment system. The estimated cost of the design, permitting and construction of the Bluford Avenue sediment removal system is approximately$200,000 (Exhibits 2 and 3). TASK 1 —ENGINEERING AND PERMITTING The City of Ocoee will contract with qualified environmental engineering firm(s)to provide the services specified in Exhibit 2,Attachment A(pages 1-7). In addition,the engineer and/or City will request written correspondence from other agencies which may become involved in the permitting portion of the project including the US Fish and Wildlife Service,Florida Fish and Wildlife Conservation Commission,Army Corps of Engineers and Florida Department of Environmental Protection. Following completion of 90 percent construction plans approved by the City,the engineer will finalize the Environmental Resource Protection (ERP) application and submit signed and sealed copies to the St. Johns River Water Management District for construction permitting. TASK 2—CONSTRUCTION PHASE Upon receipt of all documents(permits,constructions plans,etc.)confirming that the project is ready to begin, the City will solicit bids through the City's Purchasing Department for the actual construction of the project. The design,permitting,and construction cost estimate for the project is $200,000 (Exhibits 2 and 3). The City will coordinate construction and will select and supervise contractors during the construction phase. Task 3—COST REIMBURSEMENT The COMMISSION will reimburse the CITY for materials and labor associated with planning, designing and constructing a sediment removal structure at the Bluford Avenue site. Invoices must be submitted prior to payment consideration and must follow the procedures specified in the CONTRACT and ATTACHMENT B. ATTACHMENT B Comptroller Contract Payment Requirements Department of Financial Services, Bureau of Accounting and Auditing Voucher Processing Handbook(10/07/97) Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.) Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved contract budget should be reimbursed. Listed below are examples of types of documentation representing the minimum requirements: (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges,fringe benefits,other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour,a document reflecting the hours worked times the rate of pay will be acceptable. (2)Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3)Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. (4)Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds,the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code,regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. (5)In-house charges: Charges which may be of an internal nature(e.g.,postage,copies,etc.)may be reimbursed on a usage log that shows the units times the rate being charged. The rates must be reasonable. (6)Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate,then the calculation should be shown. Pursuant to 216.346, Florida Statutes, a contract between state agencies including any contract involving the State University system or the State Community College system, the agency receiving the contract or grant moneys shall charge no more than 5 percent of the total cost of the contract or grant for overhead or indirect cost or any other cost not required for the payment of direct costs. ATTACHMENT C REQUIREMENTS OF THE FLORIDA AND FEDERAL SINGLE AUDIT ACTS The administration of resources awarded by the Florida Fish and Wildlife Conservation Commission (Commission)to the Contractor/Grantee(recipient)may be subject to audits and/or monitoring by the Commission as described in this section. Monitoring In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to,on-site visits by Commission staff,limited scope audits as defined by OMB Circular A- 133, as revised, and/or other procedures. By entering into this agreement,the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Commission. In the event the Commission determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Commission staff to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Comptroller or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133,as revised. In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this agreement indicates Federal resources awarded through the Commission by this agreement. In determining the Federal awards expended in its fiscal year,the recipient shall consider all sources of Federal awards,including Federal resources received from Commission. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions OMB Circular A-133, as revised,will meet the requirements of this part. In connection with the audit requirements addressed in Part I,paragraph 1.,the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A- 133,as revised. If the recipient expends less than$500,000 in Federal awards in its fiscal year,an audit conducted in accordance with the provisions of OMB Circular A-133,as revised,is not required. In the event that the recipient expends less than$500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133,as revised,the cost of the audit must be paid from non-Federal resources(i.e.,the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). PART II: STATE FUNDED This part is applicable if the recipient is a non-state entity as defined by Section 215.97(2)(1),Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of$500,000 in any fiscal year of such recipient, the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Executive Office of the Governor and the Comptroller;and Chapters 10.550 (local governmental entities)or 10.650(nonprofit and for-profit organizations),Rules of the Auditor General. EXHIBIT 1 to this agreement indicates state financial assistance awarded through the Commission by this agreement. In determining the state financial assistance expended in its fiscal year,the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Commission other state agencies, and other non-state entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a non-state entity for Federal program matching requirements. In connection with the audit requirements addressed in Part II,paragraph 1,the recipient ball ensure that the audit complies with the requirements of Section 215.97(7),Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(d),Florida Statutes,and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97,Florida Statutes,is not required. In the event that the recipient expends less than$500,000 in state financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97,Florida Statutes,the cost of the audit must be paid from the non-state entity's resources(i.e.,the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). PART III: OTHER AUDIT REQUIREMENTS Not Applicable PART N: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised,and required by PART I of this agreement shall be submitted,when required by Section.320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient directly to each of the following: The Commission at the following address: Audit Director Florida Fish and Wildlife Conservation Commission Bryant Building, Room 170 620 S. Meridian St. Tallahassee, FL 32399-1600 The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville,IN 47132 Other Federal agencies and pass-through entities in accordance with Sections.320(e)and(f),OMB Circular A-133, as revised. Pursuant to Section.320 (f),OMB Circular A-133, as revised,the recipient shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor,to the Commission at the following address: Audit Director Florida Fish and Wildlife Conservation Commission Bryant Building,Room 170 620 S. Meridian St. Tallahassee, FL 32399-1600 Copies of financial reporting packages required by PART II of this agreement shall be submitted by or on behalf of the recipient directly to each of the following: The Commission at the following address: Audit Director Florida Fish and Wildlife Conservation Commission Bryant Building, Room 170 620 S. Meridian St. Tallahassee,FL 32399-1600 The Auditor General's Office at the following address: Auditor General's Office G74 Claude Pepper Building 111 West Madison Street Tallahassee,FL 32399-1450 Copies of reports or the management letter required by PART III of this agreement shall be submitted by or on behalf of the recipient directly to: The Commission the following address: Audit Director Florida Fish and Wildlife Conservation Commission Bryant Building,Room 170 620 S. Meridian St. Tallahassee,FL 32399-1600 Any reports, management letter,or other information required to be submitted to the Commission pursuant to this agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for- profit organizations),Rules of the Auditor General, as applicable. Recipients, when submitting financial reporting packages to the Commission for audits done in accordance with OMB Circular A-133 or Chapters 10.550(local governmental entities)or 10.650 (nonprofit and for-profit organizations),Rules of the Auditor General,should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. Contact the Commission's Audit Director by phone at(850)488-6068. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five(5)years from the date the audit report is issued,and shall allow the Commission or its designee,Comptroller,or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Commission or its designee,Comptroller,or Auditor General upon request for a period of five(5)years from the date the audit report is issued,unless extended in writing by the Commission. EXHIBIT— 1 FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Not Applicable COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: Not Applicable STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: MATCHING RESOURCES FOR FEDERAL PROGRAMS: Not Applicable SUBJECT TO SECTION 215.97. FLORIDA STATUTES: State Agency: Florida Fish and Wildlife Conservation Commission State Program: Aquatic Habitat Enhancement and Restoration Section CSFA No.: 77.016 Recipient: City of Ocoee,Florida Amount: $200,000 COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: See Attachment A for performance and compliance requirements. EXHIBIT-2 ENGINEERING SERVICES TO THE CITY PROFESSIONAL ENGINEERING CONSULTANTS, INC. March 12, 2004 P4063 Mr. Robert Zaitooni,P.E. Deputy Public Works Director City of Ocoee 301 Maguire Road Ocoee, Florida 34761 Re: Bluford Avenue Sediment Removal Structure Work Order No.26 Dear Robert: Per your request,please find enclosed four(4)copies of the following documents for your review and approval associated with the above referenced project: • Work Order For Engineer's Services Agreement; • Scope of Services (Attachment "A"); • Manhour and Fee Estimate(Attachment "B"); • Hourly Rate Sheet(Attachment "C"); • Estimate of Indirect Expenses (Attachment "D"); and • Subconsultant Fee Proposals(Attachment "E"). We appreciate the opportunity to provide our services for this assignment and look forward to our continued working relationship with you and City staff on this project. If you have any questions or need any additional information, please do not hesitate to contact me directly at 407-422-8062, extension 194, or by e-mail at dwh@peconline.com. Sincerely, PROFESSIONAL NGINE - CONSULTANTS,INC. David W. H. a, P.E. Principa : ormwater Department Manager DWH/l1b K:\LD\PRO\P-4063.1tr.wpd Enclosures cc: David Wheeler, City of Ocoee Buddy Elmore, City of Ocoee Jim Petersen, Southeastern Surveying Devo Seereeram,Devo Engineering D.J. Silverberg,Lotspeich and Associates, Inc. engineers "Engineering Our Community" planners sun eyors 200 East Robinson Street•Suite 1560.Orlando,Florida 32801 .407/422-8062•FAX 407/849-9401 SUMMARY OF CITY OF OCOEE STORMWATER WORK ORDERS Work Order Project Name (PEC Job No.) Status No. 1 NPDES Part 1 Permit Application(0E-158) :` Complete, 2 Citywide Data Collection and Digital Mapping(0E-172) Co replete Cin lets` 3 Northwest Ditch Drainage Basin Study (0E-173) _ p 4 NPDES Part 2 Permit Application (0E-177) i3 t , ompletex_fi�' 5 Spring Lake/Lake Johio Drainage Basin Study (0E-188) ;`n a -0.414101.00. 6 Citywide Drainage Maintenance Program(0E-195) `� Ctmplete £ 7 Lake Lotta Drainage Basin Study (0E-207) %srCotnpiete '. 8 Starke Lake/Lake Olympia Drainage Basin Study (0E-208) w Ct mplete. 9 McCormick Road Drainage Basin Study On Hold 10 Phase 1 Capital Improvement Program-Design Services (0E-262) 11 Prairie Lake/Lake Meadow Drainage Basin Study (0E-260) Complete r 12 Lake Bennett Drainage Basin Study (1) 13 Phase 1 Capital Improvement Program-C.A. Services (0E-257) Complete 14 Lake Addah Drainage Basin Study (2) 15 Lake Stanley Drainage Basin Study (OC-233) (3) 16 South Maguire Drainage Basin Study On Hold 17 Lake Lilly/Lake Pearl Drainage Basin Study (2) 18 Lake Lucy/Lake Florence Drainage Basin Study(OC-233) (3) 19 Black Lake Drainage Basin Study On Hold 20 Lake Olympia Estates -Groundwater Seepage Improvements On Hold 21 Reflections-Groundwater Seepage Improvements (0E-367) 'Complete s 22 Lake Olympia/Starke Lake Control Structure Modification (0E-370) ,Commplete, ; 23 Pioneer Key II Drainage Improvements (0E-369) Complete T 24 Log Run Court Drainage Improvements (0E-386) Out to Bid 25 Center Street Stormwater Pond Under Review 26 Bluford Avenue Sediment Removal Structure Under Review NOTES: (1) The Florida Department of Transportation will analyze this basin in the future to address the known flooding problems along State Road 50. (2) The Orange County Stormwater Management Division will analyze these basins in the future as part of the Big Wekiva River Stormwater Management Master Plan(SWMMP). (3) PEC has completed these basins(September 2003)as part of the Big Wekiva River SWMMP for the Orange County Stormwater Management Division. K:U.A\PRO\P-4063su mmary.wpd Bluford Avenue Sediment Removal Structure Work Order for Engineer' s Services Agreement WORK ORDER FOR ENGINEER'S SERVICES AGREEMENT WORK ORDER NO. 26 PROJECT: Bluford Avenue Sediment Removal Structure ENGINEER: Professional Engineering Consultants, Inc. Execution of the Work Order No. 26 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. 26, 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 December 31, 2004. COMPENSATION: The CITY shall compensate the ENGINEER a negotiated fixed fee in the amount of Forty Four Thousand Eight Hundred Thirty Four Dollars($44,834.00)for the professional services required under this Work Order. An additional amount,not to exceed Seven Hundred Fifty Dollars ($750.00), 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-4063.WO IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this th day of , 2004 for the purpose stated herein. ATTEST: PROFESSIONAL ENGINEERING CONSULTANTS,INC. By: ` gt ' . Dav " amstra, Principal R. Craig Bat erson, Vice President Date: March 12, 2004 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 , 2004 this_day of , 2004. UNDER AGENDA ITEM NO. FOLEY &LARDNER By: City Attorney 2 P-4063.WO Bluford Avenue Sediment Removal Structure ATTACHMENT "A" Scope of Services ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO. 26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE I. PURPOSE The City of Ocoee has recently received a contribution from the Florida Fish and Wildlife Commission to partially fund the construction of a sediment removal structure. Specifically, to install a sediment removal structure in the vicinity of Bluford Avenue and the City Hall ditch (refer to Figures 1 and 2). The purpose of the proposed sediment removal structure is to capture the TSS (Total Suspended Solids) and other pollutants associated with the urban runoff from the Bluford Avenue right-of-way as well as the area associated with downtown Ocoee. The objective of this project is to provide engineering services for the design and preparation of construction drawings,technical specifications and applicable permits,in order to provide a complete bid document package to implement the proposed water quality improvement project within the Starke Lake watershed. It should be pointed out that the proposed improvements do not involve upgrading the existing storm sewer system within the Bluford Avenue right-of-way. II. PROFESSIONAL ENGINEERING SERVICES: Professional Engineering Consultants,Inc.(ENGINEER)shall provide engineering services enumerated below. Engineering services shall include the following tasks: 1. The ENGINEER shall compile technical data and costs associated with the various sediment removal structures (e.g., sedimentation baffle box, CSR StormCeptor, CDS Technologies, BaySaver Separator System,etc.)and provide recommendations based on the targeted pollutants. 2. The ENGINEER shall conduct a"kick-off'meeting with the City of Ocoee and the Florida Fish and Wildlife Commission. 3. The ENGINEER shall coordinate with the City of Ocoee and the St. Johns River Water Management District (SJRWMD) to collect and review construction plans and/or drainage calculations associated with the study area. 1 P-4063.S CO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO. 26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE 4. The ENGINEER shall conduct a detailed field review to confirm the limits of the contributing drainage area;establish the current land use;establish the hydraulic connectivity;and finalize the survey scope of services. The ENGINEER shall also coordinate with the Environmental Subconsultant(Lotspeich&Associates,Inc.)to identify and locate jurisdictional wetlands in the vicinity of the outfall pipe within the City Hall ditch (refer to Attachment "E"). 5. The ENGINEER shall coordinate with the Geotechnical Subconsultant (Devo Engineering) regarding a subsurface investigation in the vicinity of the proposed sediment removal structure (refer to Attachment "E"). 6. The Survey Subconsultant(Southeastern Survey and Mapping,Inc.)shall conduct the necessary surveys for the development of the construction plans and technical provisions. Surveys shall also include the location of all known utilities in the field through coordination with the various utility service providers. It is anticipated that the following survey-related services will be performed by the Survey Subconsultant(refer to Attachment "E"): a. Topographic/location survey of the area immediately east of Bluford Avenue, south of the City Hall ditch,and west of City Hall in the vicinity of the proposed sediment removal structure (approximately a 50-foot by 50-foot area); b. Topographic / location survey of Bluford Avenue, immediately south of the Bluford Avenue cross-culvert(approximately a 50-foot by 50-foot area); c. Perform the following miscellaneous services: • Coordinate with all utility companies and locate all existing utilities within the vicinity of the proposed improvements as well as Bluford Avenue; • Establish recoverable baseline of survey/construction within project limits to use as horizontal reference for the preparation of construction plans; and • Research plats and establish horizontal control to verify that the proposed improvements lie within the existing rights-of-way and/or City Hall property. 2 P-4063.SCO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO.26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE The Survey Subconsultant (Southeastern Surveying and Mapping, Inc.) shall supply the ENGINEER AutoCAD (Version 14 or later) base maps depicting the existing topographic features in the vicinity of the proposed improvements. The survey subconsultant shall provide the City of Ocoee and the ENGINEER signed and sealed copies of all final work products (AutoCAD base maps, field notes and the Surveyor's Report). 7. The ENGINEER shall coordinate with the City of Ocoee and the various utility entities in order to verify/confirm the existence of existing underground utilities in the vicinity of the proposed sediment removal structure, as well as the Bluford Avenue right-of-way. 8. The ENGINEER shall conduct a pre-application meeting with the SJRWMD to establish the design criteria, type of permit and the permit application fee. 9. The ENGINEER shall perform a hydraulic analysis of the existing Bluford Avenue storm sewer system. The purpose of the analysis is to determine if the existing system has sufficient hydraulic capacity and to demonstrate that the installation of the sediment removal structure will not cause upstream localized flooding due to a minor increase in the HGL elevation. 10. The ENGINEER shall prepare a Technical Memorandum documenting the hydrologic and hydraulic analysis. 11. For the proposed improvements, the ENGINEER shall prepare all Construction Plans and Technical Specifications necessary for a complete and single bid package to award for construction. All design parameters,surveys and construction plans shall be submitted in English Standard units. At a minimum,it is anticipated that the preparation of construction drawings for the proposed improvements will include the following six (6) sheets: • Title Sheet (1 sheet) • General Notes and Summary of Quantities (1 sheet) • Overall Site Plan/Location Map (1 sheet) • Plan View of the Sediment Removal Structure and Outfall Pipe (1 sheet) • Sediment Removal Structure Details (1 sheet) • Standard and Miscellaneous Details (1 sheet) 3 P-4063.SCO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO. 26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE The ENGINEER shall prepare Technical Specifications to support the construction plans which will be included in the final bid package. It is anticipated that the City of Ocoee shall prepare and provide the "front-end" documents and general conditions. 12. The ENGINEER is responsible for preparing and submitting an Environmental Resource Permit (ERP) Application to the SJRWMD (Altamonte Springs Service Center) required for construction. The ENGINEER is also responsible for supplying responses for all reasonable "requests for additional information" (RAI) letters from the WMD in order to acquire the necessary permits. In other words, the ENGINEER shall be responsible for addressing all technical issues but will not be required to defend an administrative hearing without additional compensation. 13. The ENGINEER shall prepare probable construction costs for the proposed water quality 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. 14. The ENGINEER shall also conduct two (2) status meetings with the City of Ocoee during the duration of the assignment. 15. The ENGINEER shall attend a pre-construction meeting with the City of Ocoee and the selected contractor to address any specific comments and/or questions prior to construction. 4 P-4063.SCO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO. 26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE III. CONDITIONS AND ASSUMPTIONS The following conditions and assumptions are noted as qualifications to this proposal. 1. This Scope of Work has assumed that no permanent drainage and/or temporary construction easements will be required. It is assumed that the proposed sediment removal structure and the outfall pipe improvements will be located within the existing Bluford Avenue right-of-way or within the City Hall property. If, due to utility conflicts, the proposed improvements require additional temporary construction and/or permanent drainage easements, then the survey subconsultant (Southeastern Surveying and Mapping, Inc.) shall prepare an amendment to the work order to provide additional services to prepare the necessary easement documents. 2. This scope of work does not include relocation and/or permitting with the Florida Department of Environmental Protection (FDEP) for existing water and/or wastewater utilities within the Bluford Avenue right-of-way. 3. It is the responsibility of the ENGINEER to visually verify that the "surveyed" above ground information(e.g.,light poles,fire hydrants,water meter boxes,etc.)utilized in the preparation of the construction plans has been located. 4. Since the proposed improvements are less than 1 acre of disturbed surface area,a NPDES permit (Storm Water Pollution Prevention Plan and a Notice of Intent) will not be required. 5. This scope of work has assumed that no wetland mitigation is required by the SJRWMD as well as no formal authorization (e.g., consent of use, easements, or leases) from FDEP to construct works within state sovereign submerged lands. 6. 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. 7. 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-construction meeting. 5 P-4063.SCO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO.26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE IV. 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 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. 2. 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. 3. Services resulting from the award of more than one individual prime contract for construction of the Project. 4. 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. 5. 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. 6. Preparing to serve or serving as a ENGINEER or witness for OWNER in any litigation, arbitration or other legal or administrative proceeding involving the Project. 7. Services in connection with work directive changes and changes orders to reflect changes requested by OWNER. 6 P-4063.SCO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO. 26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE 8. Services in making revisions to construction documents occasioned by the acceptance of substitutions proposed by the Contractor; and services after the award of each contract in evaluating and determining the acceptability of more than three substitutions proposed by the Contractor. 9. 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. 10. Services to verify the accuracy of drawings or other information furnished by OWNER. 11. 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. 12. Survey services related to construction survey and/or as-built surveys. 7 - P-4063.SCO ATTACHMENT "A" SCOPE OF SERVICES WORK ORDER NO. 26 for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE V. 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 (Attachment "B"). DESCRIPTION AMOUNT a. Civil Engineering Services $ 35,850.00 b. Survey Services $ 3,452.50 c. Geotechnical Services $ 2,335.00 d. Environmental Services $ 3,196.50 e. Reimbursable Expenses $ 750.00 f. TOTAL $45,584.00 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(Attachment"C"),or agreed additional lump sum ambunt. 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 ENGINEER at a lump sum rate of$750.00(Attachment"D"). 4. Permit Fees: Permitting application fees associated with any required permits for the Project shall be paid by the OWNER. 8 P-4063.SCO d ,,,..5 �, .' a`a by, `�` . �;'#i` A1gyRy Y '� iA4} '� +' i l •i `fi: '' •A• I7` ; L .._ k�.�+,w 'S, *�,, ? 'L• i�,j+ 3"'?} G moi- 5.�� A *�.'°i � '" G 1'x �c f j1 F ' n „.: * ,:,,„_:"A"..,1 '•,�,� �,`°fifY . SR. 'S ''---4f114-'''''n '� • 1 .,�,�i.#- „> ,+Y. as• s� #`;' �• .. "".,'' a: :. F I. T mss.' k Yi'.f!i a k . ....A,.-.1„,,,,,...„,141.-..,,,,,--„,„ by ',.,..14,-.. �'�` ''• ` f O ' � 1 '' p � O{a ." r 'cam v ;t il k ;" YC a',..,4-:..: ::::::;., - f S J �+� 1 !i `"� i� �� 7 �i' di r.^ I,�p ;.: tti- „p� tit ti-V - -'..-- , `F' •a,. r :,,,, , --,.,,,,,,•-:,,,,,,,,,4-, s ',..,:,:it„, ...,.,,,,,, �+,. R+ , > 4,,-. i' dig ,,'.?,.:::''',.z.:1-)i- `_ �,x'. ;i Al $ g 0 R 9 r g z C� %Y..-.4— ` 7 , 2 's ;y�� et fif .' i v F f .t�v �.: s%; s” I) - ' '" Y. ,,.. .,, F.f4,,wx �,,,,,,,,,-;,.7„,_;,.. a Yra�z tirn `.`' ck € �' ;4 `':it-,,-0,'4 z,� ak• • F `• {�. r—n' — �"a9 • � ,,.,=1,,,-3,.,.,,„,,,,..„-„,$,-.-,.,,..,- . �' rsk � Jit e .p �•� jj ,s .a,' # d ,,,IL.,,,, x ..x. L¢;=.,' x "' a .. �.v.`- }e' :" t-,-..:--- ",�r' Kr 'Sfs BAy z. �,`t y,•'� �' � `,'''rs1�a# -'.i t. _ �ti F 'e. �,y �,'' ttq't .qf'' fit,- e+ I *• t 1 ,€ g, aka Y 1' Kr y i l I M1�FE� A'b`p-' - `' s 7 1 ,r a3 1�, r3' ". .,. lq :' e '3 1 s`„r r- Z',f.f 4',,,-.. - "K.'1 y , • ,app § °' ,;,...a.-,,:„., J„ �, ♦ Luw #...�'�. '£� h�+aw3Y t ''� �.,:.!,4*. �. it''':. H w'k» ¥�: � � y, x: F �1 3• r :;�5 2' '!/.,2"%;',/:,`*'' �.` �� v h t, aM +«,y. 4":44' f r sem` x sir ----IF': ; '''`"M3'� t _ ._ '-4 s -«i t'. ;$4' 1 'gyp; Sa �'-X{..+ . at, I I l kl a ha 1 d � K • i ? *.+6 '40,..*'-' .: •-.II ' \- , i" ^,�'4,▪ A "' {^ '' _ -. +S 1 '+., -i-,,,,,--,',,,-- y[S. :a s,su�ss,, .0 c F3X rsy- i< L y f ,3 s"+� •_&&.�. i gam. .,f X,p-r<ia'" z d itfr. 0 ¢. i . .µ. i �r' '", "� rice•?p.;ti' -.''7,-...,,,,;,,...,----'- w--', - ,> _ 4,,,P1-1,"- c,;° ,, _•,:,-..,;i° R -S 3 .-'::'.!.3'44.;11-11 ,. >. `ay � ® ,.',,::f..,,, :,,, °w»k wl"v,:i .f. y ��° ,� .:sem gyw die , r 4 ti eW -4.,,,,u-Ar- ?Av �r 4 �LL, ^ +`�4i r�,7 y.... `4 e" 74''-4,4,:'n-.,. c TS rj¢ * °` r' +f :' r '�Wfi y ,j. _ `' a., ,,,,u., ,,,, ; d ��`n�;: ,,. .r T .;. ,i�' yp r yk+,%q51 r' sc�y.., '� �a kiss - a 5 a� r ,„,.7.„ . y'�*a .at ,�k Ate . y_.. .'_ _ K� ,: .+.* . r''°t z kik $ m ' S.. 7 � ".. '-'Z'n'.....-:74- ,,44: 44 ' ' '4' .'X- '''''' - q i - - -'- ao ;'-... t.,- ,- --, ". "'- . ,,. 4---i''''..7;04:41:11i47:sicT.:--:,' � .k✓ :,.;) >�"� s�„:,,,t. :-.1*.... ',....a> s '` ' Sk as "r�, , � �` 8 '$r wa�"� •`� -,r a� i'- r �^� 4 ¢: ���fri& :�; �' w � t e V. ��. '4...4e:„,_ �, r'_ -44—,`�,.� �.'� �• ��>� 5% .n .k ,.'.r _ �� = FORD--~A - --:'---- .1,'''461 0 '''4 ''.k.*, -' l'.44'.. 4 # 1, --.,,, .-,.,. -1,471,n.: $ 1. FD� co O •., - 0, 0D sq•a ��-' -�� x % i�'S �i- .. , _ - ,,,,,, . ,,,,, ,,,... .-, '.Z.�• k• �'� z' r O�Q. t. -,..,:z .„ ,,_,- . ..• „ �y,�lj�.e,^t,i,4^ „,-,,,,,,, , ..1.. t r}a f i + n v . r :� i,7` e yama - � -� k4* . • A ' 1 i ?'4^ "t '- .' . .w2'kk s y I a t 1 II % ,...,7_,,.....0 e t„y� • ' . i• r 4' �q� yYj'i� TT ..iii- .; "_ !. 4''i.-.144.or i ¢' ' !b• '..42'. •.' Y 3M• S 1 �+er� • 05 r j _�� 1 t'y„xt . i.: ,Yt '; LR YV C� Y 'rte` p\ • , t w�'. v .,{ -'4, ;44'.'''':,,F1, ? i aF'f �,,��aaa y4' ” ��.eps�{, t �- '14 Tri o m`' t `Y+ _17 AA i # ! 13 i tik -. , .... - ...--7-;-• —i 1 1-- k --.1- . 1 IL \, -, \, ‘) \ \ 4 TA YLO i 0 1 ,I, ‘. 1 ..., -n, 1 \ ,, ..0, , '\1-- )--; ,.. . marp_sr_?=.5i- 1 m 1 \ I , I x‘.4 z fri ,o,,, ! t.*: I ' N 1 I 1 . , --. 1Ln 1 , --i, ii. i'l : i I )01,A, 4A, 1 _ _L _ ___ "------1----- ---t., _ ,..__D--7.-7.„ _ . --1 1 ( , 7 • \ f- 2 HI BA VE , . 1 1 I i 1 , , 1 , 1 1 -----r-- _ 1cil r_ _.3, 1 r,. -- I ___ .. _-___-1 --.- 1 1 1 i 1 I I 1 1 I 1 I -v - I - -1 1 : 1 1 I ; ; I i 1 1 .,,--'14%47. L_ -7- 1 mrrEr Ave- ---ing_ _.__......,1---",.../ I - .. _ _ _ _ , L____ 1- ... .__ ___ .._I — -I o 1 I I 1 * ‘ * I x I 1 . , . :MT Il 1 I 1*, I r- --- I ._1 11____ _ -< -i 1 i 1 1 I _ __ L tivi CU BERLAND AVE c I 1 L • ,_, z! ; . (n. --r, r ] , 1 — ' : i j I -- I 1 x 1 1 1 m1 ____ _ --, 1 i 1 , , , , , , , 1 , , ) , 1 , , i y 1_ 1 _ I__L! xi I 1__ 1 , • 5i - 1---T----I ---- 7 _______1- -17----_- -_-::.,,,,i_____„I I i 1 1 : • I , I I 4 , ' 1....-7 ' I ,- 1- , —, , b-u . • r — L , S 81=OrORD- A E V • cf .7.."..."„ „I— >[17__ji_ LJ____7.,....___ ] • I-----, 7 0 . . . , 1 K >X x 0 0 CD C, 0 Z . • Irr C \' ' *i -6- 0 x,- --- z o 0 z rn 1 0 • 0 rri rn ,_1: 1 __ _ _. , . . . . . . - . „..._,/ . . , --- - . -, ‘ --- . i k joi„, ( _,, 33 r„. • ,.;-- .). . ---- - LAKEW•OC AVE I .„ K C) -/- ;, • \ 0 / r --•-- ...,I. inply i -Ill _Kiel' i 0 > \ -- - HI il i In I F.— TA 1 [----r-1 \ l• lc -'. 1 -II 1 i I ...:, __• ...------'4* / p'szl - V, --,--, Bluford Avenue Sediment Removal Structure ATTACHMENT "B" Manhour and Fee Estimate N L(', Ln N1- Ln tD Ln N N COD N Ln ,^-i l�0 M ..-.i N in N N M 7 i o0 O ,-•i .--i O O O O cr .-i O O O O ,4N .--i O O CO .-•i N O .--i a co ul Cr L L QC) a o 4,0 •N Q 1.11 1- O O CO O O .--i N O er Tr CD O N N N t0 O O O .--i 7 per+ c Q 0;�. Lv a o L o a) p O it N 8 a3 W ,r ef• Co N ,a- O yr Co d' T' d' CO N .-1 Lo L LLI4fl. f0 - Eka 0 a, a, . i O m — N E .0 Q"�'u► O l 0 io c. Em . c) 00o000o . 1-4I- to0 .-I .•+ O .-i00000 2 LU Z 0 Z a, ,�+ p rn W LL w a i.Z ca 'G _ ci. .10 , cu L a) o Ill a LU -cc = -; ..- , ,,. , -, c 'in a, 2 S la C0 i0CU j .. E .- CENs5c cc ' a te Q 0a ^ a . . ) O C CU U v o 0 w - O c . > -, vv c L- ca o an °' p Q cC pp O an —I a) w •4 \ w ° fr) '2�' ` CLL, � 0 CZs \ ytm . fan OL.L. ° v1w m "� d � C 0E CC Cy ++ -• C 00 SO CC 0 U t O a, U 0 7 v) 8 17 . o ++ aO , a.. to vIn p ca w p w ..G: UbCC � U ° a ° ;fa fo , c ›. UC C a, v, E N E_ N N Q L. 001 cn ( Ln c o `_' c v° in a, a) 3 a; Z. a, cco C C _ \ .-, a) co 8 . 3a E ' ,� 'a CD in CD _ , t •a, co 0 a, U ^' c `3_ E- Y = .c _c a o_ c E cco 8' o F- > 0 •- c E C cn c t co c co 3 a o a tc. c s ca a°), ` „IP- n. o -0 w ;u 3 c c }t�Ri, c y O O >-. IL E �>- O c -c * E Q p ,n o ° o `° ;c > 3 t3> $ 3 a c = a ° o a boa--. a) rn ••- D 0 o W a, w7nca Et o ` t41 a` (0Ya ,> ,aa c to + ' � v v a, co a, vIn cv a tn C 0aEo oo o 3 it, ct o c ' = E U VaC _ ' Letoo - N- U . U ra. ° ++_ . +_+ aa >. � rnN 01 22cOt w v .C � ii fl L = o o' -0 a, Ow � ° C a c co a) (0 aa; N a co co F, s 61 ( F, 2 I- N it *- 1- v sLI- t o c cc t Eiv ct 2 2 v v .0y a) -a "0 v v = .o ` co co e .o ca L, o co co - (Cl C E a,> oC + 0C 0O 0O 0O +0 C t a s oC 11'a o.D ii2a 112a a co 2a b = ce 0 0 0 U U U a U a a a O' U a ¢ a a a U a ¢ cn i0 O 0 a in Uu1 0 O a 2 CO O N •O LA 6 Ti F_ . Ln CO p CD 1 MLA U N M O � M CO M N LA' n n n n II II II II II II 0 -L 0 II II II II II II -0 cnoa` 3o moo �- to) p � N N • n .e UN 0} .N-. CO tA- cp L.- 41 Q c 3 O c.,C) a N. In o C . 09 :Li n LA N AAQ 40 �, O Q -f-',.•,„m!',------a):� a a m *+ N E `va'i O p o W • a care M ' ul W LL C a Z 'C . I 'Q Y � { d7 ,: et t RI ir a , Q ' 41 Q `N 0 m - ,--'-'6'(.42..f!:: C71 N CT • C "Tw , C c CU Ia L Cl .= ` a W ki tO :R Z; o > N ▪ q • _1 v 0 r. O e > L C v W Z L Li! ZU - c 3 46 L O a c o c c O p + u c i ce LIJ U O 4., N v U jp I- - ECU c In Lu 4. V) w 3 c u = a w w o = c ti w a O v) W C9 ce IH Bluford Avenue Sediment Removal Structure ATTACHMENT "C" Hourly Rate Sheet ATTACHMENT "C" HOURLY RATE SHEET Division Manager $145.00/Hour Department Manager $135.00/Hour Sr. Engineer/Sr. Planner $115.00/Hour Sr. CADD Designer/Engineer $ 87.00/Hour CADD Designer/Jr. Engineer/Planner $65.00/Hour CADD Operator $60.00/Hour Engineering Assistant $60.00/Hour Word Processor/Secretary $55.00/Hour Clerical Support. $45.00/Hour Professional Surveyor and Mapper $95.00/Hour Survey 2-Man Crew $110.00/Crew Hour Survey 3-Man Crew $145.00/Crew Hour Mileage $ 0.375/mile Copies (In-House) B&W 8.5 x 11 $0.13/page 8.5 x 14 $0.17/page 11 x 17 $0.26/page All other sizes $0.20/SF Color 8.5 x 11 $1.50/page 8.5 x 14 $1.50/page 11 x 17 $2.00/page • 13 x 19 $2.75/page Blueprints $1.00/page Plotters OCE-Plotter All B&W Plots $0.20/SF B&W Mylars $3.50/SF HP 1055 Color Plotter All Color Plots $6.00/SF All B&W Sizes $0.20/SF Overnight Parcels Actual Cost/Fed.Express Rate Facsimile $0.50/page Postage Actual Cost Government Permits Actual Cost Reference Data (Codes, Maps, Aerials, etc.) Actual Cost Unit Prices Effective Until June 30,2004 Bluford Avenue Sediment Removal Structure ATTACHMENT "D" Estimate of Indirect Expenses ATTACHMENT "D" ESTIMATE OF INDIRECT EXPENSES for the BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE 1. Copies(50/Page) No.of Sets • 100% Submittal: -Technical Specifications(assume 100 pages) 5 • Final Submittal: -Technical Specifications(assume 100 pages) 5 • Drainage Calculations,ERP Application and Miscellaneous Correspondence: (assume 2,500 Pages) • Total Copies = [(10 x 100) +2,500] x 50/Page =$175.00 2. 24" x 36" Bond Plots ($1.00/Sheet) No. of Sets • 90% Submittal: -Construction Plans (6 sheets) 5 • 100% Submittal: -Construction Plans (6 sheets) 5 • SJRWMD Permit Submittal: -Construction Plans (6 sheets) 5 • RAI Submittals: -Construction Plans (6 sheets) 5 • Final Submittal: -Construction Plans (6 sheets) 35 • Total Prints = [(5 + 5 +5 +5 +35) x 6] x$1.00/Sheet = $330.00 3. Miscellaneous Expenses (Faxes, mileage, courier charges, photographs, color copies,half-size construction plans for utility locate requests, mylar plots, etc.) say$245.00. 4. Total Estimated Reimbursable Expenses =$750.00 P-4063.odc Bluford Avenue Sediment Removal Structure ATTACHMENT "E" Subconsultant Fee Proposals ❑ Southeastern Surveying ❑ Devo Engineering ❑ Lotspeich and Associates, Inc. Myron F. Lucas, P.S.M. James M.Dunn, Thomas K.Mead,P.S.M. H,P.S.M. !< '1?'t� ���•.. Larry R.Efird,P.S.M. °i _'iii - Dominick Oquendo, P.S.M. Brian R.Garvey,P.E. — �`r James L Petersen,P.S.M. William L.Gilbert, P.S.M. SII%J ��1• „\a Charles E. Purdee,P.S.M. Daniel J.Henry,P.S.M. SOUTHEASTERN SURVEYING&MAPPING CORP William C. Rowe,P.S.M. Gary B.Krick,P.S.M. SURVEYING FLORIDA SINCE 1972 Rickey J.Travis,P.S.M. Land Surveying&Mapping Services•Sub-Surface Utility Designation&Location Services•GPS Asset Inventories•Geographic Information Systems March 11, 2004 FAX NO: (407)849-9402 Mr. David Hamstra, P.E. Professional Engineering Consultants, Inc 200 East Robinson Street, Suite 1560 Orlando Florida 32801 RE: South Bluford Avenue at Municipal Complex Dear Mr. Hamstra, We are pleased to submit our Proposal for surveying services on the above referenced project. SCOPE OF WORK: Provide Surveying Services in accordance with Chapter 61G17-6 F.A.C. to include the following: 1. Establish horizontal control network relative to an assumed meridian. • 2. Establish vertical control network based on Orange County Vertical Control Points. 3. Locate all utilities as evidenced by above ground features or as marked by utility company representatives. 4. Establish the position of right-of-way lines based on existing recovered monumentation, Deeds and record plat geometry. 5. Locate all improvements and obtain spot elevations with breakline delineations sufficient for the creation of a digital terrain model.. 6, Locate trees 6" in diameter at breast height and larger within the survey area. 7. Topographic coverage will be limited to the area between the West right-of-way line plus 5 feet and extending Easterly to the police vehicle parking area from the South toe of slope of the City Hall Ditch southerly approximately 100 feet. USaNer'dmin'DATA1Propoanl\PEC'South Blulbrd Avenua.wpd neCVsG QCHn All An+nn..nn O...d....n.4 P'1.l. ,l r. Cl...i.L..000•n An7 l net,'acort An7 r ,r. n.A .. .....tl.l..t..a..-...r,....,.,.........-.....1-_-_-. Page 2 Mr. David Hamstra South Bluford Avenue 8. Perform drainage study survey to include pipe lengths, pipe diameters, inverts and pavement elevations at each structure for the secondary drainage system within Lyle Street, McKey Street, Floral Street, Cumberland Street and South Bluford Avenue upstream of the proposed sediment removal structure to be delivered in reduced field note format. The final product will be four(4) certified prints, and an electronic file on disk for your use. Our fee for the above referenced work is outlined on the attached fee schedule. We anticipate completion of the above described work within three(3) weeks after receipt of a written notice to proceed. Payment is expected within thirty(30) days of invoice. We look forward to the opportunity to work with you on this project. Sincerely, 64/ - j14. es L. Petersen, P.S.M. Vice President/Project Manager JLPjp! If the above scope,period of service and method of compensation meets with your approval,please execute below and fax to Southeastern Surveying&Mapping Corp.as notice to proceed along with the notice of commencement. ACCEPTED BY: Signature of Party Responsible for Payment Printed Name Date -kill= 1?�ll NServeMdmin\DATAWropo,ApEc�9ourh Bluford Avenus.wpd W L L`==� M........L.n 8 0 8 8 8 8 8 3 8 I 0 0 0 0 0 0 0 0 0 _ 0.0 u� _ , i• . • f4100 i • U 8 8 8 ,A 8 $ 8 8 $ 8 g 8 8 8 8 8 8 8 8 8 ... .v •. Cry 14: - 41. 441 ' � 1 8 8 8 8 8 8 8 8' 1 V4 U 1 5 8 8 8 8 8 8 8 8 - 3 8 8 8 8 8 8 8 8 8 v O o 0 1 N h 8888 F x m. N N —. N < •-• �? t° h (.7% Q h • N Q Q Cl, Q �3 p p p p 1 t1 ❑ ! 8, 8 80~ 8 8 8 8 8 8 • Z w i r, 0 c 0 Oy P r 64 69 0 0 0 69 I7.1 -. $ $ 8 8 $ 8 $ $ 8,y • G B .o - •• 8 ' . 8, 8, 8 8 8 8! f PI g o g c o MI t , , . , , $ 8 44 44 , 6 . 41,3; '0 '0 '0 '0 ' o ZIel••• O •••• N N 3 0 0 $ 8 $ � 8 8 U° a ado $ $ $ 8 N g 8 N 1 1 i A o - N I 3,3 gs 40 CPO 'a . ',ill. 6 1 a 1 o��..��11 1 ' j ' `� coy a6u ° 1 " ti+ a, ° 1 9 DEVO SEEREERAM, PH.D., P.E. iEV i, fINEMNimmililp "r cO "AIM cEahxrx e+ aca �l/ ...,,�.. CONSULTING GEOTECHNICAL ENGINEER FLORIDA REGISTRATION No. 48303 Geotechnical Engineering • Ground Water Modeling • Software Development • Subcontract Drilling 5500 Alhambra Drive * Orlando, Florida 32808-7004* Phone: 407-290-2371 8 Fax: 407-298-9011 e-mail: devo@devoeng.com www.devoeng.com Date: March 8, 2004 cDevo's Project No. not yet assigned To: Professional Engineering Consultants, Inc. Stormwater Management Department 200 East Robinson Street, Suite 1560 Orlando, Fl 32801 phone:407-422-8062 fax: 407-849-9401 attention: DAVId HAMSTRA, P.E. IPROPOSAL FOR GEOTECHNICAL ENGINEERING SERVICES I BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE CITY OF OCOEE, FLORIDA Dear Mr. Hamstra: We understand that Professional Engineering Consultants, Inc. (PEC) is about to initiate a design for a sediment removal structure for Bluford Avenue in Ocoee, Florida. The proposed structure will be located within the green area of the city hall complex, and it will discharge to the city hall ditch. DEVO SEEreeram,Ph.D.,P.E. Consulting Geotechnical Engineer Proposal far Center Street Pond-Page I OBJECTIVES The objectives of our investigation are as follows: a Investigate and assess soil & ground water conditions within the footprint of the proposed sediment removal structure. Provide recommendations for excavation/dewatering of the structure pit, preparation of the foundation subgrade, and backfill material, and compaction requirements. Other design inputs include lateral earth pressures acting on the structure, uplift forces due to hydrostatic pressure, and allowable bearing pressure. a Provide geotechnical data along pipe trench alignment and earthwork recommendations for pipe trench excavation, bed preparation, and backfill. SCOPE OF WORK OO FIELD SERVICES • Call in utility clearance O One (I) 20 ft SPT boring in approximate footprint of proposed structure • Two (2) hand auger borings along the pipe alignment O Measurement of depth to stabilized water table in the borehole o Horizontal locations of borings to be staked out by our staff • Elevation survey of boring (if required) to be performed by project surveyor OO LABORATORY TESTING SERVICES o Visual & tactile examination and classification of soil samples OO DELIVERABLES • Report documenting the geotechnical field and laboratory test data, interpretation of this data, results of analyses, and recommendations relative to the items listed under Objectives. Typical exhibits in our geotechnical reports include the following: O Site Vicinity Map (on IISGS 7.5 minute series quadrangle base map); NRCS soils map; OO Boring Location Plan (on an appropriate base map); and® Graphic Boring Profiles Showing the Interpreted DEVO SEErEEram,Ph.D.,P.E. Consulting Geotechnical Engineer Proposal for Center Street Pond-Page 2 Soil Stratigraphy (with annotated laboratory test results and water table measurements). DATA TO BE PROVIDED BY CLIENT The following information is required from the engineer and/or client: o PEC will provide a report-ready borehole location plan in autocad format. o Provide ground surface elevations at boring location (if needed) o Onsite benchmark to facilitate our confirmatory elevation survey (if needed) o I set of project plans (if available) SCHEDULE This work can be completed within 3 weeks of your authorization to proceed. ESTIMATED FEE The estimated fee for these services is itemized in Table I (attached). Note that this fee estimate assumes that PEC will provide a report-ready borehole location plan in autocad format. Feel free to contact us if there are any questions or if any clarifications are needed. Contact phone numbers are as follows: Deuo cell phone:321-229-8208 (good for euenings&weekends): Devo office:407-290-2371 Sincerely, Deus Seeatee'cam. Devo Seereeram, Ph.D., P.E. DEVO Seereeram,Ph.D.,P.E. Consulting Geotechnical Engineer Proposal for Center Street Pond-Page 3 ITEMIZATION OF WORK & ASSOCIATED COST BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE UNIT DESCRIPTION OF WORK ITEM UNIT COST QUANTITY TOTAL GEOTECHNICAL FIELD SERVICES Mobilization of drill rig sum $200.00 1.0 $200.00 Field technician for utility clearance and coordination with drill rig,&measure stabilized hr $60.00 9.0 $540.00 water table, and hand auger borings SPT borings for sediment structure ft $9.00 20.0 $180.00 (1 borings at 20 ft deep) GEOTECHNICAL LABORATORY TESTING SERVICES Visual&tactile examination of soil samples hr $40.00 1.5 $60.00 DATA INTERPRETATION & REPORT PREPARATION Senior Engineer hr $90.00 5.0 $450.00 Project Engineer hr $80.00 6.0 $480.00 CADD Graphics hr $50.00 6.0 $300.00 REPORT REPRODUCTION Report printing, binding&delivery each $25.00 5.0 $125.00 TOTAL FOR ALL TASKS $2,335.00 DEVo Seereeram,Ph.D.,P.E. Consulting Geotechnical EngineEr Proposal for Center Street Pond-Page 4 Lotspeich and Associates, Inc. ECOLOGICAL CONSULTANTS SCOPE OF SERVICES FOR ECOLOGICAL CONSULTING SERVICES • BLUFORD AVENUE SEDIMENT REMOVAL STRUCTURE in Sections 17 and 18, Township 22 South, Range 28 East City of Ocoee, Orange County, Florida prepared for: Professional Engineering Consultants,Inc. 200 East Robinson Street, Suite 1560 Orlando,Florida 32801 9 March 2004 L&A No.2004-045.00 Doc:\2004-045-SOS-09C04.wpd 2711 West Fairbanks Avenue,Winter Park, Florida 32789-3314 (407) 740-8482 FAX (407) 645-1305 www.lotspeichandassociates.com Scope of Services Bluford Avenue Sediment Removal Structure L&A No.2004-046.00 Doc:\2004-046-SOS-09C04.wpd 9 March 2004 Page 1 This Scope of Services sets forth the terms under which Lotspeich and Associates,Inc.(L&A) (the Consultant) will provide ecological consulting services to Professional Engineering Consultants, Inc. (PEC) (the Client). SUBJECT: Bluford Avenue Sediment Removal Structure in Sections 17 and 18,Township 22 South,Range 28 East City of Ocoee, Orange County,Florida 1.0 SCOPE OF SERVICES Provide necessary biological support data in order to represent the Client's interest with governmental agencies with statutory authority regulating land use in the state of Florida, and provide ecological consulting services needed for compliance with the potential permitting requirements of the U.S. Army Corps of Engineers (USACE), the St. Johns River Water Management District (SJRWMD), the Florida Fish and Wildlife Conservation Commission (FFWCC),the U.S. Fish and Wildlife Service(USFWS),and the city of Ocoee in compliance with existing rules,regulations,and policies as of the date of initiation of this Scope of Services. Specifically, the city of Ocoee proposes to construct and install a sediment control structure prior to a discharge point to the "City Hall Ditch",which then outfalls to Starke Lake. The Scope of Services is separated into tasks for clarity. The services outlined within Task I include the research and compilation of the ecological documentation necessary to evaluate the project area and determine any potential impacts associated with the proposed drainage improvements, while Task II includes coordination necessary for permitting the proposed improvements with the applicable regulatory agencies. This Scope of Services is further defined by the attached Summary Fee Sheet and the tasks outlined below. • 1.1 Task I -Preliminary Ecological Assessment/Field Identification of Wetlands 1.1.1 Research existing publishedliterature and available documents pertinent to the project site. 1.1.2 Request a database search from the USFWS and the FFWCC for the presence of federal and state listed plant and animal species. 1.1.3 Review site conditions and field flag/delineate the limits of wetland/surface water areas potentially within the jurisdiction of governmental agencies with statutory permitting authority following the Corps of Engineers Wetlands Delineation Manual(1987)and the Unified Wetland Delineation Methodology for the State of Florida dated 1 July 1994. 1.1.4 Coordinate with surveyors in locating the wetland flags, as necessary. Scope of Services Bluford Avenue Sediment Removal Structure L&A No.2004-046.00 Doc:\2004-046-SOS-09C04.wpd 9 March 2004 Page 2 1.2 Task II - Report/Permit Coordination 1.2.1 Prepare an ecological summary report for inclusion in the appropriate permit applications which will include the following information pertinent to the project site: • Existing site conditions (including a FLUCFCS map); • Approximate landward extent of wetlands; • Potential for occurrence of listed and wetland dependent plant and animal species; • A discussion of secondary and cumulative impacts associated with the • project, and; • A discussion of avoidance and minimization of wetland impacts associated with the project. 1.2.2 Coordinate with State Historic Preservation Officer (SHPO) to determine the presence or potential presence of any historically or archeologically significant areas within the project site. 1.2.3 Assist in preparation of an Environmental Resource Permit (ERP) joint application for submittal to the USACE and the SJRWMD. . 1.2.4 Respond to one(1)round of Requests for Additional Information(RAI)from the permitting agencies. 1.2.5 Coordination/meetings with project team(limited to three(3)Sr.Environmental Specialist hours). 2.0 ADDITIONAL SERVICES The following additional services may be provided at the Client's request and authorization. Additional services are not covered under the limiting fee for this Scope of Services. Upon written authorization,these services shall be provided by the Consultant and billed to the Client in accordance with the current year's Fee Schedule: 2.1 Meetings in excess of those defined above. 2.2 Conduct quantitative surveys for listed plant or animal species. 2.3 Develop management plans for any on-site listed plant and animal species. 2.4 Prepare responses to additional RAIs from the SJRWMD and/c r the USACE. Scope of Services Bluford Avenue Sediment Removal Structure L&A No.2004-046.00 Doc:\2004-046-SOS-09C04.wpd 9 March 2004 Page 3 2.5 Develop and/or implement preliminary or final mitigation plans to satisfy permitting requirements relevant to wetland, upland, and listed species impacts. 3.0 LIMITING ASSUMPTIONS The following assumptions outline the limits of defined tasks as required of Lotspeich and Associates,Inc.to provide the requested ecological consulting services for the Bluford Avenue Sediment Removal Structure project. 3.1 The landward extent of jurisdictional wetlands within the project area will be field flagged once for the Bluford Avenue Sediment Removal Structure project. If greater than a three-month period elapses between agency Jurisdictional Determinations and the field location of wetland flags such that additional site investigations are necessary to facilitate the location of the wetland flags, these services will be submitted as an additional cost. 3.2 If natural disasters or vandals should remove flags, the flags will be reset. The additional hours required for this service will be limited to those estimated for Item 1.1.3. 3.3 If governmental regulations change during the course of this project or between initial field reviews and permit application submittal such that additional site reviews are requested by the governmental agency, any such required modifications or additional site reviews will be submitted as an additional cost. Environmental permitting criteria will be established during pre-application meetings with the applicable governmental agencies prior to final project design. 3.4 Modifications to the final work product performed at the request of the Client that are not the result of the Consultant's errors or omissions shall be billed to the Client on an hourly basis as additional services in accordance with the current year's Fee Schedule. 3.5 No subsurface, soil, water, archeological or hazardous materials investigations are included within the scope of this project. 3.6 Services in addition to or in excess of tasks and hours identified in Section 1.0 will be considered additional services and will require a modification to the contract. 3.7 The Consultant assumes no responsibility for work performed by others or for terms or agreements not specifically described herein. Our agreement is to provide the services described herein in a thorough, competent, and professional manner and cannot in any manner be construed by the Client as a guarantee or warranty of assurance that the results obtained and the reports and data provided will result in approval by any agency, administrative board, or governmental unit of the proposed activities to be undertaken by the Client. Scope of Services Bluford Avenue Sediment Removal Structure L&A No.2004-046.00 Doc:\2004-046-SOS-09C04.wpd 9 March 2004 Page 4 3.8 The parties deem the work to be done as the performance of services of a landscape architect or engineer within the meaning and intent of the Florida Statute 713.03. 3.9 The Consultant shall not be considered in default of this agreement for delays in performance caused by circumstances beyond the reasonable control of the nun- performing party. For purposes of this agreement,such circumstances include,but are not limited to, abnormal weather conditions;floods,earthquakes,fire,epidemics;war, - riots, and other civil disturbances; strikes, lockouts,work slowdowns, and other labor disturbances;sabotage;judicial restraint;and inability to procure permits,appointments, licenses, or authorizations from any local, state, or federal agency for any of the supplies,materials,accesses,or services required to be provided by the Consultant under this agreement. Should such circumstances occur,the non-performing party shall, within a reasonable time of being prevented from performing, give written notice to the other party, describing the circumstances preventing continued performance and the efforts being made to resume performance of this Scope of Services. 3.10 The services will be performed on behalf of and solely for the exclusive use of the Client and it's successors or assigns. 3.11 The services performed by the Consultant shall be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the environmental consulting profession in the same locale and acting under similar circumstances and conditions. Except as set forth herein,the Consultant makes no other representation, guarantee, or warranty, expressed or implied, in fact or by law, whether of merchantability,fitness for any particular purpose or otherwise, concerning any of the services that may be furnished by the Consultant to the Client. 3.12 This Scope of Services is based on existing rules,regulations, and policies in force on the date of this agreement. 3.13 Permit fees are not included within this Scope of Services. 3.14 Engineering drawings prepared for inclusion in permits will be prepared by others and are not included within this Scope of Services. Presentation materials will be prepared by others. 3.15 Permit applications, if necessary, are to be completed by others. Np1oN V1 .o0 • - 1st- r r0 ri101+v1b CO CO CO 'o N n h S v 10 vi.-. l�r1 t:O as Q+ -. co 01 7 O%a0 r1 10 Vt r ao b sO o0 N O h O 10 V .-�y•-.� N y y.-.y en r1 01 N CO 00 y 01 y H y fA O O S. 00 .. y 1.1 K y Nt. y y H GO H F y F ofv1 v1 00 N BOO r1 N 00 rn 0 Lv J Q N X k pp p pp pp >1 v -O n 8 n r S 0 0 *o a .�.•i y y y H y n S .9 yU C -. O Z E 1' -d 7t3 _ a o-.a---oa..c) "._I = U 3 >` u �Mpro+88 ecflg8A8 `. 9 m, 1%. 't Ig Hy H oogi �y N _ r1 u �ua 4' a M g z Vim. t . .....-�00 ...NO-+O 0 W pgE. a S q N ,., y ti pyl �jw F Q y� Q �' �,� r,88�'8 0 � w w o 2 4 •o N 4 m = v, '4„- �ggri1 8 C7 w y r/1 2 o g t . a °a ws % (n ws O O IL. u a E eo O 3 w z a. NNoo NOONO co w0. N3 w Q` ` a o a 4,1 o g rA8N'S 88888 a yU hi ya i. = W o -0.3.0 00000 r cl uo q. Fr. 2 9 • E < opo 00)vo1 00 el... -0i'C N a a3au ,Oahu 0 pp U '� . y f v9 y 7 E J co a 'yO uu N � 43 U V Q 2 a c ....v.-• b—N'vr1 r, Y y y x N w .. g 7 O . a a` 95 A a e uN u ., s0ue 0 B N _ I u a a L'.. a Q 'a a °o � o u O LQ . o e oO 1_ � N- E r � U '�?0. U a -she. �� 6'v 4 =4 r" y °D 3 co 0Z .KyUV3CO 'O 0 w3 .. v0 ss^.7� a ia U gO u I So ME- - v H 3 01 a s .... 0 . 0 ic aagUga..ua F C h - �•-•Nr1er -.N r1<r00 a u •— •!�•NN NNN 3 C ` [. I q G -....-..-...... FZ ix 1 Bluford Avenue Sediment Removal Structure L&A File Name:/2004-045-09C04.XLS RATES FOR MISCELLANEOUS&RETMRTTRSABLE EXPENSES Description Ouantity Rata Total Reproduction: Mylars 0 $7.80 $0.00 Blueline Prints 6 $0.78 $4.68 Film Kodak Film/200 Speed/24 Exposure 1 $4.89 $4.89 Film Processing/24 Exposure Roll 1 $7.98 $7.98 Copies 150 $0.07 $10.50 Mileage 60 $0.29 $17.40 Telephone/Fax: Per Month 2 $10.00 $20.00 Postage: Per Month 2 $10.00 $20.00 $85.45 L&A will direct cost the expenses requested herein by assigning a unique project number to each approved expense related to this project as is the policy for all projects. L&A Project No:2004-045.00 3/9/04 L&A File Name:/2004.045-09C04.XLS EXHIBIT-3 CITY PROPOSAL Mayor ,S.�e Center of Good Ll� g Commissioners S.Scott Vandergrft _ Danny Howell,District 1 Scott Anderson,District 2 City Manager COE- 4. 1 Rush Johnson,District 3 Jun Gleason "{° Nancy J.Parker,District 4 December 11,2003 Mr. Jim Sweatman Greater Orlando Sport Fisheries Project Florida Game&Fresh Water Fish Commission 924 N. Magnolia Avenue, Suite 315 Orlando, Florida 32803 RE: Candidate Projects for Funding Dear Mr. Sweatman: The City of Ocoee is pleased to present two(2)candidate projects for funding by the Florida Game& Fresh Water Fish Commission. Both of our candidate projects are aimed at improving the quality of the stormwater discharge into Starke Lake, one of the premier lakes in Orange County. These projects are very important to the community and have not been addressed to date due to severe funding shortfall. As shown on the enclosed concept reports,prepared by our consultant,the City has taken substantial steps and interest to maintain the water quality in Starke Lake. The intended projects include: 1. City Hall Ditch Drainage Improvements-$254,000. 2. McKey Street Water Quality Improvements-$190,000. Enclosed are 2 copies of each report for your review and consideration.We appreciate the opportunity to submit these 2 candidate projects and if you have any questions or require additional information,please contact me at(407) 905-3100 x 6002. Sincerely, CITX OF OCOEE Robert B. Zaitooni, P.E. Deputy Director Public Works/City Engineer RZ Cc: David Wheeler, P.E., Public Works Director Buddy Elmore, Streets Supervisor City of Ocoee• 150 N Lakeshore Drive•Ocoee, Florida 34761 phone: (407)905-3100•fax: (407)656-8504•www.ci.ocoee.fl.us ,S•�,e Center of Good L• Wc,a • cQ E.EVt' McKEY STREET WATER QUALITY IMPROVEMENTS Introduction The Starke Lake Drainage Basin covers approximately 894-acres within the City of Ocoee, Florida. A drainage basin study for the Starke Lake/Lake Olympia watersheds was performed by Professional Engineering Consultants, Inc (PEC) in March 1996. The storm water system in this land-locked basin is primarily a ditch/storm sewer system that provides little or no treatment prior to entering Starke Lake. In fact, the storm water collection system in the vicinity of McKey Street provides no treatment whatsoever before directly discharging into Starke Lake (please refer to Photo #1 found on the following page). Therefore, in order to provide some level of treatment, a pollutant removal structure such as a baffle box or CDS unit will be installed in-line with the McKey Street drainage system. Furthermore, since this is a highly urban sub-basin, the main pollutant contributed to Starke Lake is sediment. Baffle boxes and other types of pollutant removal structures are able to intercept this sediment and allow it to settle out, thereby discharging cleaner water into Starke Lake. Project Description The installation of a pollutant removal structure for this area can be done in two ways. First, a large capacity structure can be implemented near the terminus of the storm sewer system. Please see the location marked (1) on the attached exhibit. An alternative to this is the implementation of up to three smaller structures throughout the storm sewer system. These locations are marked (2) on the attached exhibit. Both of these alternatives should be explored in order to determine which one will provide the best water quality treatment within the constraints of the project budget. Also, a detailed evaluation of various commercially available pollutant removal structures (i.e., Baffle Box, StormCeptor, CDS, Vortechs, Baysaver, etc.) should be prepared during engineering and design in order to select the most efficient system for removing the targeted pollutants. An approximate cost estimate for this project is attached for your review. Conclusion This project is intended to integrate with the City of Ocoee's downtown revitalization project. This project involves the repaving of many of the roadways and adding landscaping to areas within the downtown commercial area in the vicinity of City Hall. These improvements will beautify the downtown area and along the same lines, attract more people to the area surrounding Starke Lake. Therefore, it makes sense to concurrently retrofit the storm sewer system in this area in order improve the water quality of Starke Lake, arguably the areas most attractive feature. PEC I Professional Engineering Consultants,Inc. center of Good Li,. 4, ,. • ( 0 C°ET ,,, -741=-top-A_LA' McKEY STREET WATER QUALITY IMPROVEMENTS -7-, ',;,...c#4-z,.,- ,-,-. , -•.,.-,,,-.,, , -'-'71-a-'- ..q.•'•:. '-' '-..,• ..„, • , ,,.• , •" "::-----v -1,"'--41.----'•-•'1'- -- - :., ,,... ' • ‘4.....,4--& l'•-• ---,--,_-N••• ----2" -,_,•-, - - .,'-'•1--••,-cf•-- ;" ',17--- ,-.- -- " - ,F:-.-_,••••• ',' ---;>"- .*•.,414 , .."- ..,,-.'A,,,, -, -"e.--r, ...,,s-- •••,`•,-, _,- ,. _.----A • ;.., .,,tv-_-•,..24A.•__ -L... ,..4.'11 •:.,:.1,...-11,4„; , ' • -=----? • •••,. ,,,-..4"-_,-,..,,, - '-' -i..-• ---- 4e.A.- -•,,,_'5-4t- "" _,-.- 10 - --:'•-,N4 --7-s•t... i a•-• . ) • E , _ _:-___ • -- ' 7— •-•• ' --,_ .- -...,„ .,......-- -........ --- -.„ - -•,„„,„. ' -,.•. '----. Photo #1...Typical McKey Street Right-of-Way, Looking East PEC I Professional Engineering Consultants, Inc. PEC/PROFESSIONAL ENGINEERING CONSULTANTS, INC. engineers planners surveyors Suite 1560 Eola Park Centre 200 East Robinson Street Orlando,Florida 32801 407/422-8062 PROJECT : McKEY STREET WATER QUALITY IMPROVEMENTS OCOEE,FLORIDA Center P.N. 0E-180 • tbeof Good f�t� (filename:CH Cost.xls) 6 CHECKED : DAVID W.HAMSTRA,P.E. Aj CO DATE : December 11,2003 =1 SUBJECT : ENGINEERS PRELIMINARY PROBABLE COST OF CONSTRUCTION DESCRIPTION QUANTITY UNIT UNIT PRICE UNIT AMOUNT Purchase Price of Structure 1 Ls. $30,000.00 $30,000 Installation of Structure 1 l.s. $70,000.00 $70,000 Site Restoration Activities 1 I.s. $10,000.00 $10,000 SUB-TOTAL $110,000 Mobilization(10 percent) ___>>> $11,000 TOTAL $121,000 Contingencies(15 percent) _=»> $18,150 Design&Permitting Fees =__>>> $50,000 GRAND TOTAL $189,150 NOTES: 1. This cost estimate does not include those costs which pertain to right-of-way or drainage easement acquisition for the installation of the proposed structure(s)or utility adjustment. 2. This cost estimate is intended to cover the purchase and installation of either one large capacity structure or up to three smaller capacity structures. Lr--LJ .1- - I _ • § l 11- T r''iL..F A I. Z C ;.?ice r - • b NI I: T C ; i /. • I� — Y b a , v _ 1 I 7:6 FT- n ( j: \t_\ ,, \ i (� Pi, -----o /.. ........‹) _ ' : .-en• r Er) ❑ Q p lr- EXHIBIT-4 ENGINEERING REVISED COST ESTIMATE PEC PROFESSIONAL ENGINEERING CONSULTANTS, INC. July 8, 2004 0E-180 1-1.0 Mr. Buddy Elmore, Supervisor City of Ocoee Streets/Stormwater 301 Maguire Road Ocoee,Florida 34161 Re: Bluford Avenue Pollutant Removal Structure Dear Buddy: Per your request, the following letter is intended to provide you an approximate total cost to design, permit and construct the above referenced project. It is our understanding that the Florida Fish and Wildlife Conservation Commission (FWCC) will partially fund the project which is intended to reduce the pollutant loadings form a 29 acre urbanized drainage basin in the vicinity of McKey Street and Bluford Avenue to Starke Lake (refer to the attached figure). As you are aware, we submitted a scope of work and fee estimate for professional services on March 12, 2004. The following provides a summary of the costs to design, permit and prepare bid documents: • Design,Permit and Bid Documents $36,600.00 • Survey Services 3,452.50 • Environmental Services 3,196.50 • Geotechnical Services 2,335.00 • Total Fees $45,584.00 • With respect to construction costs, we estimate an approximate value of $150,000 based on similar sized pollutant removal structures, utility relocation, open road cuts, maintenance of traffic, and site restoration costs. Therefore, we anticipate the total cost of the project to be approximately$200,000. If you have any questions, please contact me directly as 407-422-8062, extension 194, or by e-mail at dwh@peconline.com. Very truly yours, PEC/PROFES 7 ONAL ENG I G CONSULTANTS,INC. Davi• a,P.E. Principal/Stormwater Department Manager DH/lh K:\LD\0E-180\102a It Elmore.wpd cc: Robert Zaitooni, City of Ocoee Bruce Jaggers,FWCC engineers Engineering Our Community" planners ............... ')frl Cant Dn hinnnn Cfrnnl.Cnifn 1 gall•rlrIanfln Mnrirla Qr)Q111 Ar17/A'V) Qr1Cn-[AV An7/oAn WAWA