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