Loading...
III(F) Approval and Authorization for Expenditure in the Amount of $87,572.00 from the 1997 Utility Bond Issue for Ocoee/Apopka/Winter Garden Reclaimed Water Agreement Agenda 7-16-2002 Item III F "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S. SCOTT VANDERGRIFT Q� i _ 10: C• C CITY OF OCOEE COMMISSIONERS a 150 N. LAKESHORE DRIVE COTNY HOWELL C+ �,. � p SCOTT ANDERSON C.* C) 4., FLORIDA 34761-2258 RUSTY JOHNSON 1.44, •,� (407) 905-3100 NANCY J. PARKER Op 000'0 CITY MANAGER JIM GLEASON MEMORANDUM DATE: June 21, 2002 TO: The Honorable Mayor and Board of City Commissioners FROM: James W. Shira, P.E., City Engineer/Utilities Director SUBJECT: Ocoee/Apopka/Winter Garden Reclaimed Water Agreement Attached for your review and action is a copy of the proposed design services agreement between Boyle Engineering and the City of Apopka for initial design of the reclaimed water interconnecting force main from the Winter Garden effluent disposal site to the Apopka Master Reclaimed Water Pump Station. This design agreement is the one that the City of Ocoee agreed to participate in by virtue of City Commission approval of the Ocoee/Apopka/Winter Garden Interlocal Agreement on April 16, 2002. At that time, we anticipated that this design service could cost approximately $370,000.00, and the agreement called for that cost to split equally among the parties with each paying approximately $123,000.00. Based on Boyle's proposed fee of $262,715.00, Ocoee's share will be approximately $87,572.00. In accordance with the Interlocal Agreement, as progress payment applications are received by Apopka from Boyle, Apopka will request review by both Ocoee and Winter Garden prior to payment. Funding for Ocoee's share of this will be from the proceeds of the 1997 utility bond issue. I recommend that the City Commission approve the expenditure of $87,572.00 in accordance with the terms of the Interlocal Agreement, with any additional expenditure of funds for this project to be separately approved by the City Commission. Attachments poWI ' INTERLOCAL AGREEMENT THIS INTERLO CAL AGREEMENT is made this )(4, day of Apr,L , 2002, by and between the CITY OF WINTER GARDEN, a Florida municipal corporatioti (hereinafter referred to as "Winter Garden"), the CITY OF APOPKA, FLORIDA, a Florida municipal corporation (hereinafter referred to as "Apopka"), and the CITY OF OCOEE, FLORIDA, a Florida municipal corporation(hereinafter referred to as"Ocoee") collectively referred to as the "Tri-Cities". • RECITALS WHEREAS, Winter Garden, Apopka and Ocdee each own and operate a waste water treatment system that produces advanced secondary effluent and public-access quality effluent; and WHEREAS, as a result of growth in population and water demands and as required by the permitting demands of the FloridaDDepartment he District),f the Environmental continue totection nexpand the ) and the St. Johns River Water Management volume of reuse quality effluent; and WHEREAS, Winter Garden currently is supplying reuse quality effluent for irrigation purposes on the Forest Lake Golf Course in Ocoee; and WHEREAS, Winter Garden and Ocoee, did enter into an Interlocal Agreement on September 5, 2000 for the purposes of proceeding forward with the design and study of a Regional Reuse Master Plan; and WHEREAS, in 1985 Apopka began the installation of a water reuse system throughout the city limits and designated a specific corridor for future residential and commercial developments to require the use of reuse water as a way of irrigation; and WHEREAS, Apopka has installed a distribution system for reuse and during the dry season Apopka experiences short-falls in available reuse water and has received permission from the District to supplement the reuse distribution system with augmentation wells; and WHEREAS,the Regional Reuse Master Plan and the demands of reuse water volume show the need for the development of a regional reuse facility that will allow the Tri-Cities to deliver reuse through distribution systems located in Apopka, Ocoee and Winter Garden during both dry and wet weather conditions; and WHEREAS,the upland regions of Apopka may have sufficient percolation capabilities to accept reuse during wet weather conditions as well as dry conditions thereby facilitating efficient regional reuse water distribution and substantially increasing the disposable volume of reuse quality effluent available to the Tri-Cities. The District and the City of Apopka will be 1 conducting a study that will determine the extent of percolation capacity this area will accept; and WHEREAS, the Tri-Cities, in order to facilitate the regional delivery of reilse quality effluent from Winter Garden and Ocoee, need to proceed with the design of a reuse pipeline connection between Winter Garden and Apopka; and WHEREAS, the Tri-Cities hereto have each agreed to contribute to the cost of preparation of the design of the reuse facility pipeline connection ("Reuse Connection") in amount to be determined by the RFP. The amount shall be determined at the conclusion of the RFP analysis as described by this agreement; and NOW,THEREFORE, in consideration of mutual covenants and agreements herein contained the Tri-Cities agree as follows: Section 1 -Incorporation of Recitals. The foregoing recitals are true and accurate and are incorporated herein by reference. Section 2 - Purpose. The purpose of this Agreement is to facilitate selection of a design professional and actual design of the Reuse Connection. Section 3 - Lead Agency. The lead agency for preparation of the request for proposals (RFP) and selection of the design professional for the Reuse Connection shall be Apopka. Section 4 -Request for Proposals. Apopka shall proceed with development of a RFP format. Upon preparation of an initial draft Apopka shall furnish Winter Garden and Ocoee with such draft for review and comment. Winter Garden and Ocoee shall endeavor to conduct their review in a timely fashion and furnish comments on the RFP in writing to Apopka. Apopka shall have prepared in final form and published to respective bidders such RFP prior to May 1, 2002. Apopka shall conduct a review of successful respondents to the RFP in accordance with the normal procedures of Apopka. No final acceptance of respondents to the RFP shall be accepted by Apopka without the consent of Winter Garden and Ocoee, which consent shall not be unreasonably withheld. Section 5 -Payment. 1. Progress payment applications submitted by the design professional shall be approved by the City of Apopka with concurrence of the Cities of Winter Garden and Ocoee prior to payment being made, which approval shall not be unreasonably withheld. 2. Apopka, Ocoee and Winter Garden each shall be responsible for their prorated share which shall be in equal amounts as determined at the conclusion of the RFP analysis as described by this agreement 2 Section 6 - Representations of Apopka. Apopka makes the following representations to Winter Garden and Ocoee: 1. Apopka is duly organized and in good standing under the laws of the State of Florida, and is duly qualified and authorized to carry out the governmental functions and operations set forth in this Agreement. • 2. Apopka has the power, authority, and legal right to enter into and perform the obligations set forth in this Agreement, and the execution, delivery and performance hereof by Apopka (i) has.been duly authorized by the City Council of the City of Apopka; (ii) does not constitute a default under, or result in the creation of any lien, charge, encumbrance of security interest upon the assets of Apopka, except as otherwise provided herein. Section 7 - Representation of Winter Garden. Winter Garden makes the following representations to Apopka and Ocoee: 1. Winter Garden is duly organized and in good standing under the laws of the State of Florida, and is duly qualified and authorized to carry out the governmental functions and operations set forth in this Agreement. 2. Winter Garden has the power, authority, and legal right to enter into and perform the obligations set forth in this Agreement, and the execution, delivery and performance hereof by Winter Garden (i) has been duly authorized by the City Commission of the City of Winter Garden; (ii) does not constitute a default under, or result in the creation of any lien, charge, encumbrance of security interest upon the assets of Winter Garden, except as otherwise provided herein. Section 8 - Representation of Ocoee. Ocoee makes the following representations to Apopka and Winter Garden: 1. Ocoee is duly organized and in good standing under the laws of the State of Florida, and is duly qualified and authorized to carry out the governmental functions and operations set forth in this Agreement. 2. Ocoee has the power, authority, and legal right to enter into and perform the obligations set forth in this Agreement, and the execution, delivery and performance hereof by Ocoee (i) has been duly authorized by the City Commission of the City of Ocoee; (ii) does not constitute a default under, or result in the creation of any lien, charge, encumbrance of security interest upon the assets of Ocoee, except as otherwise provided herein. Section 9 - Statutory Authority. This Agreement shall be considered an Interlocal 3 Agreement pursuant to Chapter 163.01, F.S. A true and correct copy of this Agreement shall be filed with the Clerk of the Circuit Court in Orange County, Florida. Section 10 - Effective Date; Term of Agreement. 1. The effective date of this Agreement shall be the date of the signature of the last party to sign this Agreement(the"Effective Date"). 2. The term of this Agreement shall be for a period of one year beginning. on the Commencement Date of this Agreement. Section 11 - Notices. All notices required pursuant to this Agreement shall be in writing, and shall be delivered to the Tri-Cities by United States mail, postage prepaid, as follows: Winter Garden Representative City of Winter Garden City Manager 251 West Plant Street Winter Garden, Florida 34787 Apopka Representative City of Apopka City Administrator P.O. Box 1229 Apopka, Florida 32704-1229 Ocoee Representative City of Ocoee City Manager Section 12 -Notice. Any notice or document required or permitted to be delivered under this Agreement shall be in writing and shall be deemed delivered at the earlier Of 1) the date received, or 2) three (3) business days after the date deposited in a United States Postal Service depository, postage prepaid,registered or certified mail,return receipt requested. Section 13 - Nonwaiver. Failure by either party to demand compliance with a provision of this Agreement will not constitute a waiver of that party's right to demand compliance with the provision thereafter. 4 Section 14 -Governing Law. This Agreement shall be governed, construed, and controlled in accordance with the laws and rules of the State of Florida. Section 15 - Recordation. Upon execution of this Agreement, the Tri-Cities shall have the right to record this Agreement in the Public Records of Orange County, Florida, at their respective expense. Section 16 -.Time of the Essence. Time is hereby declared to be of the essence to this contract. Section 17 -Term/Modifications/Renewal. ' 1. This Agreement shall expire one (1)year from the commencement date. 2. If for any reason during the term of this Agreement, any local, district, state or federal governments or agencies shall fail or refuse to issues necessary permits or grant necessary approvals, then to the extent that such requirements shall affect the ability of either party to perform any of the terms of this Agreement, the affected party shall be excused from the performance thereof. In such case, the Tri-Cities shall attempt in good faith to modify this Agreement to make it conform with the terms of such required changes. Additionally, the Tri-Cities to this Agreement shall be excused from performing under this Agreement during such time as prevented by act of God. 3. This Agreement may be modified or the expiration extended at any time, by mutual written consent of the Tri-Cities. Section 18 - Severability. If any section, subsection, sentence, clause, phrase or portion of this Agreement is for any reason held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision of such holding, and such holding shall not affect the validity of the remaining portions hereof. Section 19 - Attorney's bees. In the event of any litigation hereunder to enforce or construe the terms of this Agreement, the prevailing party shall be entitled to an award of its reasonable attorney's fees and court costs incurred in such action. Section 20 - Successors, Assigns and Binding Agreement. This Agreement shall be binding upon and inure to the benefit of the Tri-Cities and their respective successors and assigns. In the event that either Winter Garden or Ocoee shall fail to enter into this Agreement the remaining signatories shall proceed with performance under this Agreement and such remaining signatory and Apopka shall adjust the expense contribution called for hereunder to reflect that Apopka and the remaining signatory shall each bear fifty percent(50%) of the cost of the design of the Reuse Connection. Should either Winter Garden or Ocoee fail to enter into this 5 Agreement initially but later requests entry into this or future Agreements, then they will be required to reimburse the other two Cities for their cost to date so that each City shall share the costs equally. Section 21 - Applicable Law. The laws of the State of Florida shall govern the validity, interpretation, construction and performance of this Agreement. Venue for any suit involving this Agreement shall be in Orange County, Florida. Section 22 -.Entire Agreement. This is the entire Agreement between the Tri-Cities, covering everything agreed upon or understood in the transaction, and supersedes all previous letters, correspondence, drafts, and other agreements or documents on the same subject. There are no oral promises, conditions, representations, understandings, interpretations, or terms of any kind as conditions or inducements to the execution hereof in effect between the Tri-Cities. No change or addition is to be made to this Agreement, except by written agreement executed by the Tri-Cities. IN WITNESS WHEREOF, the Tri-Cities have set their hands and seals on the dates below stated. Attest: CITY OF WINTER GARDEN 1 c44.1kti 7241.-Otkr r\ By:40, , , a. ., C TY CLE k4, M; 1882 A\ 1 '(0) 1 j 1 \;_(‘ 1:r40 c e ', _ • °: 1 1M _ 702i I GOR1D ' ,1 J May 6, 2002 P„ Bu, i 2;,,•APOPKA FLORIDA : '.. PHONE;407:70:;-1,-,0 Mr. James W. Shira, PE City Engineer/Utility Director City of Ocoee 150 N. Lakeshore Dr. Ocoee FL 34761 Subj: NW Cities Regional Reuse Partnership Project Dear Mr. Shira: Attached is a copy of the proposal from Boyle Engineering for the design of Phase 1 for the tri-city reuse interconnection system. The cost is $262,715.00. In addition, attached is a copy of the proposal for the wet weather discharge study at the northwest area, along with a copy of the agreement with St. Johns River Water Management District which will contribute 50% of the cost ($28,382); total cost is $56,764. Please review the documents and provide me with any comments you may have. As per our telephone conversation, the wet weather study was not part of Phase 1 agreement, however, it is part of the overall plan. If you have any questions, please do not hesitate to contact us at (407) 703-1731. I look forward to hearing from you. Since e ,, •E A ssistant Public Services Director :lw/JJ Attachments cc: Jack Douglas Mayor:JOHN H.LAND Commissioners: J.WILLIAM ARROWSMITH MARK R.HOLMES BILLIE L.DEAN MARILYN U.MCQUEEN EXHIBIT A SCOPE OF WORK CITY OF APOPKA PRELIMINARY DESIGN, FINAL DESIGN, PERMITTING, BIDDING AND CONSTRUCTION SERVICES FOR NW CITIES REGIONAL REUSE PARTNERSHIP PROJECT May 1,2002 A. GENERAL I. PROJECT DESCRIPTION The City of Apopka(City) has requested that Boyle provide engineering services for the proposed NW Cities Regional Reuse Partnership Project as described in the Project Proposal to the St. Johns River Water Management District dated August 2001. These services will be performed pursuant to a Letter of Authorization and in accordance with the Standard Form of Agreement Between Owner and Engineer for Professional Services between Michaels Engineering Company(succeeded-in-interest by Boyle Engineering Corporation) and the City of Apopka(City), dated September 7, 1970 (hereinafter referred to as the "Agreement"). This Scope of Work includes two related sub-systems of the proposed project: a. A proposed 20-inch pipeline to interconnect the Winter Garden and Apopka reclaimed water systems. b. The proposed Lake Apopka Reclaimed Water Master Pump Station. Reclaimed Water Main Interconnection The northern terminus route of the proposed reclaimed water interconnection is the site of the proposed Lake Apopka Reclaimed Water Master Pump Station. The southern terminus of the proposed reclaimed water interconnection main is the existing reclaimed water piping at southwest corner of the City of Winter Garden's rapid infiltration basin(RIB) site. The proposed route is depicted on Map 1, attached. The length of the proposed reclaimed water main is approximately 18,980 feet. Lake Apopka Reclaimed Water Pump Station The proposed City of Apopka lake Apopka Reclaimed Water Master Pump Station is located along Harmon Road between SR 437A and SR 437. The master planning of this pump station was included in the City of Apopka Reclaimed Water System Master Plan, dated February 1999 and prepared by Boyle NW Cities Reclaimed Water Main Page 1 of 9 Engineering Corporation. The Lake Apopka Pump Master Station is proposed to generally consist of the following: • One 2 million gallon pre-stressed concrete tank • One concrete block building to house electrical equipment(with air conditioning) • Two VFD pumps each rated at approximately 2,400 gallons per minute (gpm) at full rated speed. • Emergency generator system to power at least two pumps • Plant site work • Plant yard piping, electrical and controls systems • Miscellaneous other improvements Based on modeling performed for the City of Apopka Reclaimed Water System Master Plan, this pump station is projected to handle future peak reclaimed water demands of approximately 4,800 gpm. II. PROPOSAL PREMISES AND ASSUMPTIONS Several premises and assumptions have been used in the development of the work task descriptions (Scope of Work), and the estimated project budget provided herein, including the following: General • It is assumed that the Reclaimed Water main Interconnection Project and the Lake Apopka Reclaimed Water Master Pump Station will be designed,permitted, bid and constructed as one project. • The City will provide full-time construction inspection services for the projects. Boyle will provide a minimal level of construction observation services, as specified in this scope of work. • All information provided to Boyle by the City and consultants retained by the City shall be used by Boyle without independent review or verification. Reclaimed Water Main Interconnection • General pipeline route will be in accordance with Map 1, attached. • Construction of the pipeline shall occur without the need for temporary construction and/or permanent easements. • DIPRA corrosion tests are not now anticipated to be required, and are not included in this proposal. • It is anticipated that the plan set will consist of approximately twenty-eight (28) drawings, including five (5) general sheets, seventeen (17) double plan drawings at 1-inch = 20 feet (horizontal) scale, and six (6)profile and detail drawings. NW Cities Reclaimed Water Main Page 2 of 9 • Horizontal (State Plane Coordinates) and Vertical (NGVD 1929) Control Points will be established along the project survey base line at minimum intervals of 1,400 feet. • Survey services will include establishing field locations of existing topographical data, including visible above ground improvements, along the project corridor within the limits as defined. Topographical data will include but not limited to the following locations: road right of way; pavement; power poles; valve boxes; hydrants; ditches; canals; underground utility locations as marked by others; topographical features (breaklines); spot elevations; sanitary sewer manholes; sanitary sewer pipe sizes and inverts; storm sewer inlets; storm sewer/culvert inverts and pipe sizes. • Boyle will rely on the utility locations provided by others without independent review and verification. Digging and/or soft digging to confirm utility locations is not included in this scope of services. • An electronic map of the survey will be prepared showing the existing topographic conditions, known underground utilities, one (1) foot contours, spot elevations, sanitary sewers; storm pipes, inverts and road right of way boundaries. • The construction contract period is estimated at eight (8) months. Lake Apopka Reclaimed Water Pump Station • Survey services for the site of the Reclaimed Water Pump Station will include a boundary of the proposed 10 acre site and topographic information including one(1) foot elevation contours. In addition, a topographic survey, including one (1) foot elevation contours, of a roadway easement across City owned property. The proposed roadway easement is 60 feet wide and approximately 660 feet long. • The City will provide and pay for geotechnical engineering services, as required for the design and construction of the Lake Apopka Reclaimed Water Master Pump Station. • The City will provide available maps and descriptions of the proposed site of Lake Apopka Reclaimed Water Master Pump Station to Boyle, with its notice-to-proceed with the work. • The site area required for pump station improvements is anticipated to be approximately 2.5 to 3.0 acres, including access drive(s) but not including any area(s) to be reserved for future reclaimed water facilities and lake water treatment facilities. • Engineering services related to facilities or improvements to be located outside of the proposed site of the Lake Apopka Reclaimed Water Master Pump Station site are not included in the scope of work for the Lake Apopka Reclaimed Water Master Pump Station. The total area of the facilities site is anticipated to be approximately 40 acres. • The proposed Lake Apopka Reclaimed Water Master Pump Station will consist of site work (grading, chain link fences and entrance gates, paving, onsite storm water drainage and treatment NW Cities Reclaimed Water Main Page 3 of 9 facilities) for the anticipated site area, on site yard piping, meters, valves, gages and fittings, a single 2 million gallon pre-stressed concrete ground storage tank, a four pump VFD vertical turbine can type pump station outfitted with three pumps each capable of pumping approximately 2,400 gpm at 85 psi, emergency generator system housed in a prefabricated sound attenuating enclosure, double wall diesel fuel tank, an air conditioned concrete block structure to house the electrical and controls equipment pump drive controls, electrical and controls systems, conduits and wiring, telemetry system. • It is assumed that the design of the Lake Apopka Reclaimed Water Master Pump Station will include systems to monitor and record reclaimed water flow rates and totals received and pumped, and chlorine residuals and turbidities received and distributed. • The City will determine and provide applicable set backs and other zoning requirements to Boyle at the commencement of design of the proposed Lake Apopka Reclaimed Water Master Pump Station. • It has been assumed that structural design for the proposed pre-stressed concrete tank will be provided by the supplier of the tank. Therefore, structural engineering design services for the pre-stressed concrete tank have not been included in this proposal. Instead, Boyle will include, in the project specifications, a requirement for the submittal of design calculations and signed and sealed drawings from the tank supplier during the shop drawing review process. • It is assumed that the pump station will not require chlorination or re-chlorination facilities. Therefore, this proposal does not include engineering design services for chlorination and/or re- chlorination systems for the pump station. • It is assumed that the pump station will not require a security/intruder monitoring or video surveillance system, gate security code or video monitoring system, or other special security surveillance systems. Therefore, design of these systems is not included in this scope of work/fee proposal. • It is assumed that the contractor selected for the project will be solely responsible for the acquisition of the permits required for the building permits. • It is assumed that the plan set will consist of forty-four(44) drawings, specifically three(5) general sheets, twenty-three (23) design sheets, and sixteen(16) details sheets. • Construction phase services will be required for eight(8)months (the assumed construction period). B. TASK GROUP DESCRIPTIONS This section of the proposal presents the specific project tasks that will be performed as part of this Scope of Work. In addition to the assumptions presented above, certain assumptions have been made in preparing this Scope of Work/Proposal. To the extent possible, they are stated above and herein, and are NW Cities Reclaimed Water Main Page 4 of 9 reflected in the Project Budget attached to this Scope of Work. Services will be provided in accordance with the Agreement as qualified herein. The following describes the work tasks included in this Scope of Work which were utilized to prepare the Project Budget: I. Task Group I - Preliminary Engineering Phase Services a. Reclaimed Water Main Interconnection b. Lake Apopka Reclaimed Water Pump Station Boyle will develop a draft of the Preliminary Design Report (PDR) to guide and support the design of the proposed interconnecting reclaimed water main and the Lake Apopka Reclaimed Water Pump Station. It is anticipated that a maximum of two (2) meetings between Boyle and the staffs of the participating cities will be required to discuss issues related to the preliminary design of the proposed facilities. The design survey will not be initiated until the proposed pipeline route has been agreed to by the participating cities. An analysis of the pipeline's hydraulics will also be accomplished during the preliminary engineering phase to confirm the pipeline sizing and anticipated working pressures. Three (3) copies of the Draft PDR will be provided to the staff's of each of the participating cities, for review and comments. Boyle will schedule and attend one (1) review meeting to receive comments on the Draft PDR. Based on the comments received from cities staffs, Boyle will revise the draft PDR as appropriate and develop the final PDR, prior to commencing final design services. A copy of the final PDR will be included in the FDEP permit application submittal package as backup information. II. Task Group II - Final Design Phase Services a. Reclaimed Water Main Interconnection Boyle will develop design drawings and specifications for the proposed reclaimed water interconnection and submit these for the participating cities' staffs for review at the 60%, 90% completion levels. Upon completion and submittal of the 60% completion level drawings and specifications, Boyle will schedule and attend one (1) review meeting with the cities' staffs to review and receive comments on the submittal. Following the 60% submittal review meeting, Boyle will address the comments received, as necessary, and begin preparation of the 90% drawings and specifications. Upon completion and submittal of the 90% completion level drawings and specifications, Boyle will schedule and attend one (1) review meeting with cities' staffs to review and receive comments on the submittal. Following the 90% submittal review meeting, Boyle will address the comments received, as necessary, and begin preparation of the 100% drawings and specifications. The 100% drawings and specifications will be provided to the City for its use in bidding the project. Boyle will provide to the cities a preliminary engineer's opinion of probable construction cost at the 60% and 90% submittal, and a final opinion of probable construction costs with the 100% drawings and specifications. Geotechnical engineering NW Cities Reclaimed Water Main Page 5 of 9 services will be provided to support the pipeline design in accordance with the proposal attached as Exhibit C. b. Lake Apopka Reclaimed Water Pump Station Boyle will develop design drawings and specifications for the proposed Lake Apopka Reclaimed Water Master Pump Station and submit these for the City's staff review at the 60%, 90% completion level. Upon completion and submittal of the 60% completion level drawings and specifications, Boyle will schedule and attend one (1) review meeting with the City's staff to review and receive comments on the submittal. Following the 60% submittal review meeting, Boyle will address the comments received, as necessary, and begin preparation of the 90% drawings and specifications. Upon completion and submittal of the 90% completion level drawings and specifications, Boyle will schedule and attend one (1) review meeting with the City's staff to review and receive comments on the submittal. Following the 90% submittal review meeting, Boyle will address the City's comments, as necessary, and begin preparation of the 100% drawings and specifications. The 100% drawings and specifications will be provided to the City for its use in bidding the project. Boyle will provide to the City a preliminary engineer's opinion of probable construction cost at the 60% and 90% submittal, and a final engineer's opinion of probable construction costs with the 100% drawings and specifications. Design of proposed instrumentation, controls and mechanical engineering services will be provided in accordance with the proposal attached as Exhibit D. III. Task Group III - Permitting Phase Services The City will prepare and submit all Florida Department of Environmental Protection (FDEP) permits that are required for the project with the exception of the Environmental Resource Permit (ERP) for stormwater permitting related to the Lake Apopka Reclaimed Water Pump Station. It has been assumed that the FDEP will have jurisdiction for the ERP permitting. The City will respond to all requests for additional information related to permit applications prepared by the City. A limited budget is provided for Boyle to assist with the City's permitting efforts. Boyle will prepare the ERP application. The permit application will then be provided to the City for signature. Following receipt of the signed permit application and City's check for the application fee, Boyle will sign the application, attach supporting information and send the package to the FDEP. Boyle will also respond to one(1)request for additional information (RAI) from the FDEP. It has been assumed that the acquisition of building permits will be the sole responsibility of the contractor selected to construct the project. It has also been assumed that the City will prepare applications for right-of-way permits from Orange County and or the Florida Department of Transportation. NW Cities Reclaimed Water Main Page 6 of 9 IV. Task Group IV — Bidding Phase Services It is assumed that the City will be responsible for advertising for bids, issue and track bid documents and receive bids from prospective contractors. Boyle will provide assistance in the bidding phase by attending a pre-bid meeting and responding to requests for information (RFI's) from prospective bidders through written addenda. Boyle will prepare a maximum of two (2) addenda and forward these to the City,who will be responsible for issuing the addenda. V. Task Group V— Construction Phase Services Boyle will attend the pre-construction conference scheduled by the City. It is assumed that the City will provide full-time construction inspection services and review the majority of shop drawings for the project. However, Boyle will review up to thirty (30) key shop drawings, as designated by the City. Boyle will also respond to a maximum of fifteen (15) RFIs from the selected contractor. Boyle will provide up to eight (8) construction observation site visits and attend up to five (5) progress meetings at the site. Boyle will attend one (1) substantial completion inspection with the City and contractor and develop a list of items to be corrected/completed by the contractor. Boyle will attend one (1) final completion inspection with the City and contractor and develop a list of items to be corrected/completed by the contractor. Following final completion of construction and receipt of the contractor's marked up set of as-built drawings, as reviewed and approved by the City's construction representative, Boyle will prepare record drawings and the project certification of completion for submittal to the FDEP. C. SERVICES PROVIDED BY THE CITY This scope of work assumes that the City generally will assume all responsibilities as set forth in the Agreement. In addition, it has been assumed that the City will perform those responsibilities described above and perform the following: • Provide necessary coordination between the participating cities and Boyle. • The City will provide available maps and descriptions of the proposed site of Lake Apopka Reclaimed Water Master Pump Station to Boyle,with its notice-to-proceed with the work. • With regard to the Lake Apopka Reclaimed Water Pump Station, determine and provide applicable set backs and other zoning requirements to Boyle at the commencement of the project. • Provide and pay for geotechnical engineering services, as required for the design and construction of the Lake Apopka Reclaimed Water Pump Station. • Provide available maps and descriptions of the proposed site of Lake Apopka Reclaimed Water Pump Station to Boyle, with its notice-to-proceed with the work. • Review and comment on the Draft Preliminary Design Report. • Review and comment on the 60% and 90%completion level design submittal documents. • Advertise for bids, issue and track bid documents, and receive bids from prospective bidders. NW Cities Reclaimed Water Main Page 7 of 9 • Provide full time construction inspection services for the project. • Prepare and submit FDEP permit applications with the exception of the ERP permit for the Lake Apopka Reclaimed Water Pump Station. • Prepare and submit Orange County and/or FDOT right-of-way permits, if required. • Pay all permit fees. D. DELIVERABLES Boyle will provide the City with the following deliverables: • Up to nine(9) copies of the Draft Preliminary Design Report. • Up to fifteen(15) copies each of the Final Preliminary Design Report. • Up to six (6) copies of the 60%design drawings and specifications submittal. • Up to eight(8) copies of the 90% design drawings and specifications submittal. • Up to eight(8) copies of the 100% design drawings and specifications. • One(1) original set of 100% design drawings and specifications for bidding purposes. • One(1) original set and two (2) copies of the project record drawings. E. PERIOD OF SERVICE Receipt of the letter of authorization shall constitute Boyle's Notice to Proceed. Boyle will submit the Draft Preliminary Design Report within forty-five(45) days after receipt of all requested information. The Final Preliminary Design Report will be completed within fifteen(15) days of receiving all City review comments on the draft report. Boyle will submit the 60%completion level drawings and specifications to the City for review within sixty(60) days after submittal of the final Preliminary Engineering Design Report. Boyle will submit the 90%completion level drawings and specifications to the City for review within forty-five (45) days after receipt of all City comments on the 60%completion submittal. Boyle will submit the 100%completion level drawings and specifications to the City within twenty-five (25) days after receipt of all comments on the 90%completion submittal. All services to be performed under this Authorization are anticipated to be complete within 365 days from the date of receipt of the 90% design review comments from the City,based on an estimated seven(7) week permitting period, forty-five (45) day bidding phase, and an estimated eight(8)month construction period. NW Cities Reclaimed Water Main Page 8 of 9 F. SERVICES NOT INCLUDED Services not included in this scope of work but required will be provided by the City or authorized as an amendment. G. BUDGET The labor budget presented in the attached EXHIBIT B - Project Budget represents the work tasks and associated level of effort anticipated. The City and Boyle agree that: (a) the Work Tasks set forth herein have been used to prepare an estimated project budget, and (b) man-hours, labor costs, non-labor expenses and total budget amount set forth are reasonable. The City and Boyle agree that additions to this Scope of Work may be used as a basis for amending the estimated budget and period of service and that effort beyond this scope of services will not be undertaken without prior written agreement between the City and Boyle. The lump sum method of compensation will be used. The estimated budget for this Scope of Work is $262,715.00. NW Cities Reclaimed Water Main Page 9of9 • fi" `� ,�XII, _ '�I !. /+� `� 4�'O :. (J Oo(� .�\1" - Bp/.� I e•' 1 \'').') b:' t' >�` / .1 - .y \ ' / Nfi"-�`�i - p, 1i+i II '�., \.. - j/'-"�J .'�\� •11, '�^ \..'- - 1_..a . Y, :"`.;• •'`�:l y_,,,'• \ �- ur 1 ;II 1 � yv I i(,-----7.:'-.- ,. t `'' MGrt`+ O \• ' �•'4 I" \ s'''',` \ \, \�^t- �1 . ( --_------'%\ 1 I vglS ,✓e \ `� " . , 1. 'S�-,.V^'Tw+w. • ..'+f ..-_... N 2..••i ..•,•y"r__y ' 6 �•��, ,- ,• �.-.1 HJVW "1 „,_„4„:).,,,....,.,,.! �),"»... '.. r tI,u�«.��ti'sa, �+7�t t * — ---„---,•;.'7 ;'e,-,•:.:,-,,,,. er'r `)j\ ___— I .._•a ,))-.2 /---;\--"----; 1 .� �,_._� t'• ;41',1,0'''',•!"?.,- ! YL•w..,;. ,, A'/:::27. .;-,-� y.•,1 ;..e fiS+Y `,,�, �' I. ''l I I Ir • . , �,.�. ,ill ) .2 ••� fC b.�. :,� ,' , 5,... j l , � ,/ �ritfh I,� tl�1 t} { i ` , j,, Fi(( b t , ('R K-� '"(''\ ) ! 1 1,.`. �� J ", ` '\' ' ; , », �{;,,I 8111`Ohnl1;:i':l,l ti: 1 t ,•----::\.0.°,.:::::- 1 I ` \ 'k'� ,�l \ `l o r ,.-,',4,:',- 4 \ . 1 rt4, t r It ',' ~J� ,l _1 I /; _ .� • �� I _.} \��1'*',- ''''..---„_,.///7//' � l)1�� / I r' I h •, -`�``� r_^.•,,.\ r > rY � '�; _ -,-#) '..,"'., 4 1+,1,� 'iii t,r i u il't Se* ) 1W.,/( ! -'\d ...-'� \ --_� r '..y\Z ,• •^'wy a. � 1. r• 7,q \ Ii X11 ,I t..I I ...\ J '/(1/ ''\� J-�.1 S, t r',4`�,._` /�� if ;!( `._.. ,�--_'";\ _ \\\' r/1S}> �, M'+. {.'f Ir`{I���Iiiltl�i i. tt't",I ltr /'I //f,(//' y I �\--' .\ - t `'- - ---r•:J-� 0,..„\..::;\\,;\ ""�`` at'w:•p ' 1 "�N�' i, /J p f>�,,,,,•n .l'• r �- iu5 ^''\ •-, 1 14-1.iii;:.;\ • J\ or� `._ -. asp .fix.'• �t � a rir �' a w.f \ 1 1-`.\•�^ �� 1j 14 j1 i `-�`, „"" ! \.-^ ;,- >-D tkII f'L;�t / y"y} I rr/' { i ects y .4r t / \ ){ Cl'. �. / ' /.--� ' O \�"`•��\ • � i.. ":.. N, • .rte +.t. •wj+w.• f- `\ 4.;;-";•,._...;..,,,\,•,,,,,T.:::-i''•.ew. ` -'-'/r .a° -f',1 • --•_ _r 1 s`mow _ _�i�`=r _ - `i-'I T"\ ,. , �•I •f,, d`. .� \ ; i J `:tib/� (r (` I`\.` ter /�,rl N3. ``` (.• f' —� ii' i • ..... u \ ',U t�� •?� 'y ,}�� tI `\ �� ._...q'• i• \. `f .Y / -T1, •' --�---t)'''.,-N\,1•,' i' :;I ;'.11; ',. 1`% 1 n i '''✓'..__X1., ,1 /i. w r 1..� .��r�'•�y. `\,.���1,__ccam�\• .•li I 0.._ ....‘,../ /,i ,a 7 "Li'•;' ,'`t. r ,, `1 k. . .1` 1 ..- rr ii' .. - .... !�• 1. 125' �+`, / t \ \ / p/f: r 1. ,'' I t • N. `�1\___.7-`, � ; J/� - ,,,s.•, V \ tee!"',� I 1, �^ : I i I, n :1 a i 1 I.'. a. •' d•k •r ,'I1i ,110h1"------,./� .----- :-.-'---:----'--\-- \\`� `L \\\ ‘ \,,,.., 1--..' t'12 .{34 /rill ( p �1\,( ..1 — - I • . . -: t - I /j' '` `��\. ! r+ \.�J�\ b y • ‘,,i t \ `‘‘`./'•-•, \ ..-c __-_ 1 ray • • • ^\ /-`t '/I i - �'\1 I (, +I •- \\ \` T`'xi' y..j I ,,1/ :J`'• •y i I.• '1.•• C„K.,.. :.-_ *iv r*! `,',...-'1".".•,, ✓��.I \-----.'-- ~` ' ^1 I t i••/'` -~ •`ter 1,t I 1 i �.\`\�•-�s. - "-1 1 • i .. F. if': 1q :. JFi.".•'''' E f \A' k � I/ �1%i t 4'•1 I " "yrs \ f 1 p'. , 1 ' F{Yx' ��� ' phi j, • if 'r. I�' /1 1/4,:t„,____,`` ��\z_:x=` \.-' ' 'I I.. 'a..` 4. '�,.":` �"' pp k,��"a y ...:.--_,,,,------,",',\•`•41:::..N\----;/,/' .I I _ _._�I \1 `\t•" ".-O�.,�` `--� '.`., i '\"t� 1, ;.KIt.�,v»X Kt;:;. k £. ,- � �' �� �" ,..SIN:•,,- x ` 1, / ': a' 'i,Y•' l A _-__ .� 1 •� 1 i_ '�� •• • m -=-'I" �i'I "� AR'1= 4>nC '' ' 1 ."-- / ( /• er Jtl �1{ .,:----_-_-...:,'-.-,;-..-------_-..-_,-:_=.--:::.3,__)'- _% V /% j� V'__ . 'RI `�, tV"r t. 1� r �`Y l ' ^ L_ t`' '1' ..„:2„.:;..5,---;:-.F.... ��,� t' ,.... ,4 I, tt .I - .�r`,.L �`;� 1 �J 'n !• , _ ! "'���+ '"` ''"••( i ,p,'.. .. _ :/. '� � _-_—__-.• ••,,,,,--..\.1 - `„_,�i�'`i�.•... �\,. `tel...,.e•. �i r. .\5t. v;:' .crw`a.itir„.r_.,,',. • /,� 7` __ _.., i' -c�.F��'a..... /,,,,,/,,,! 1-''',ri. l 1 + 1`\`\;,' f' - \' •i• •'•:,•::rl\.`, .. �' y+:..'kt'•: ''o. �.//''rI ----....::, ,i,\_____:,..!_.>)+^i l -,�It�� = '1 •.// T'. '` / 1 r : '�I �';j •^C^., � .1 - ,..• .. . . • <”_ \ �.\ 1- _ 11;I11i :'1 its. / „(, 'G w` --tel;' t_ .' ti\ `'t\ 1,•" tees \../ .4 -,1'a\ in • 1 j t' , I ¢.;,--,r==,‘,.-_-.p.' ., "\ ,2C5!)/.'`�,r� (-„�P i)"1 `\ \ ''1!iHl�..tom /I Mak'29 • ;t ;'r'.'r2:.a .. ':t•" • t �r�• �i---. a �..___�— N 1\ ,1(--• �__, r_`\ Ii �I �/, ! \^J .., ,s r r - 7-4.4,,,.,,,,- '•"� t vr,a .rt.„,rr:$,:. «t,I, r` le Il ~�~� /) 1t.€) \ , 0)/c. 1 1,•J ; \ / l�rr�p- �L�f L,.49; • !I i',-;:,14,'''..; •-!;--''...,, n..W.#t`+'Te' �-° ;.• •� \ ' ",� { "Sld.�r{'+Ay I• _/^,_.„----- ..9, „ ,- f c.\� 1� Y ' � Hwy ' Tr it �.�. . \ ` . 0 / rrl �r Tip” {it.. .! v ( � --� \k �� S1• � � �i-' "1 "fYC '‘ `•'S \” '''.t77‘.1../,1 3T, j.`a- '•c.m --•...:•v„ '�aa,'kk' P* I � �I � r I,e r . Ikti W ,N.'";','. � .s.`wi a �...:� I 1 1 �/%�- \ n _- �7 ..%",----,,-19:51 .45'. rk • �,h' f. 'a. p oma- o ✓f ry~ra[" i , a ir*-� `•L,,tt,k4 •� r /.f+ • . �v`;-".'_-• ,---, -,,,%-z-.....,\\\, -•-...._----ci...,-',. ,/,',',0,4•;., , 4 4,4 ` ',•`{{':' :�'�•';c' p �"'",. �,rvyS;t•',a:4.t\ rr,.•,-- ^�",:,.,. .s+�.,..1z...tr,rxa. \,�'.'', �..c�.'a. �" :- ,• \ ,r .[I''- 1.^'1 , \ At .7 s^,s• 1:7). -.�"a. ':t •y ,r!.!Q•:-•\ �_ -/ 'i { ;, r n;-p . •�•• *r,,,) �YI.iiM,• �tyItel ., ��` \ _'.- ' y1Ia 9 r � L ;k5 ,-- F-= � a.ew.�Jr • y'? • e, � t • ; <� a ' `Y`' . ,, Mt ^2T4-. 'g:--.RbeCfs .`.., y/%Y/,a-;.',r .I: y, � ',..,;,:;'..'''.4Z••.,'",''7;,%. , "I ,0 „,. . -*,'...1-„,a'�.6 ” f__ ! s.�_ "` :'? S ° ''''4,92(7',".•• ',D_^s,' «z ,x,N sa � ° kp SS: ,r,•:. gillf .a x:'.:i-.s": A r�" AK1c F 5" W "K't. ":,- , "e?:rsg..ivO 'aS'..a ,� eXh '"�,`,y:. rM1",�W..tnl • � .•?i: rr „s, ,,. . rry,g.",. ..,y' : �7' . �« �. . �, �+„d tsII' i� - • ''.:.:-.. ,::1;$.4;.....L0,151,,,.' ' a�,:t r,,�, •' ,1 .0. . 4, a r�3 8z a 'p: / ff,,. :. . • ,'. . fi•• • 4."..,44,01'A,/, '. *;e n iAt � x�•��w7. 44:7f,y"�'ra+�t3 LZ a ^, wY4 ' ' ; • z1 -� • .•1c • • ':+ int T ,. °�f.jS *\ +r.r ./!f% . Lluj. G2. ••••e•,.•..,1,• ,, 4 . .e . �,53',"/, ` :n . - ;, ' ` ^` i .' . 'ti` -x r ,.-� y/;17/ .' .. • , . • EXHIBIT B Project Budget NW Cities Regional Reuse Partnership Project CITY OF APOPKA 1-May-02 Personnel Hours Budget t_ .. o e W W `o auU c Task Description s y a c'' CU 1,1 `= o cii Q A ° a Fa m rn 4 as ai e+ u i 1: C inU G ^�a iYi ", Oo b A R MI F 4 c O tn cn 1 c U F .a Z Task Group I-Preliminary Engineering Phase a-Reclaimed Water Interconnection b-Lake Apopka Reclaimed Water Pump Station -Discussions w/City of Apopka staff(source requirements/monitoring) 6 6 1 13 $1,275 $69 $1,344 -Mtg.w/Staffs of City&Partners 6 6 12 $1,230 $76 $1,306 -Site Visits 6 6 12 $1,230 $506 $1,736 -Design Calulations/Pipeline Hydraulic Calculations 8 40 48 $4,040 $614 $4,654 -Coordination w/Electrical Utility 4 2 6 $610 $178 $788 -Preliminary Pipeline Routing Graphics,Civil Site Plan for the PS Site& Schematic Drawings 8 14 18 2 42 $3,350 $286 $3,636 -Preliminary Electrical Plan&Schematic Drawings 6 4 10 $1,040 $190 $1,230 -Preliminary Cost Opinion 6 12 I 19 $1,725 $87 $1,812 -Prepare Draft PDR 12 38 10 8 68 $5,420 $832 $6,252 -Review Meeting With City&Project Partners 4 4 1 9 $865 $42 $907 - Revise/Finalize PDR 8 16 8 r 2 34 $2,850 $740 $3,590 Subtotal 74 142 40 - - - 17 I 273 $23,635 $3,619 $27,254 Task Group II-Final Design Phase a-Reclaimed Water Interconnection Sur` -Horiz.&Vert.Control(State Plane Coordinates and NGVD'29 datum) 4 8 24 36 $3,820 $320 $4,140 -Topographical Field Survey 14 25 140 179 $19,910 $850 $20,760 -Prepare Base Mapping CAD files 241 60 16 100 $8,280 $450 $8,730 -Prepare topographic survey of 10 acre site for the storage and pumping facilities(1'contours). 12 24 24 60 $5,700 $350 $6,050 Survey Subtotal - - - 54 117 204 - 375 $37,710 $1,970 $39,680 Engineering Design 60%Submittal -Loc.Map(s),Cover,Gen.Notes&Details(9 dwgs) 1 4 12 17 $1,210 $151 $1,361 -Pipeline Plan Drawings(1 in=20 ft)(17 double plan dwgs) 4 35 94 133 $9,255 $889 $10,144 -Draft Technical Specifications 3 20 5 28 $2,115 $334 $2,449 -Preliminary Cost Opinion 1 8 1 10 $795 $45 $840 -Review Meeting(1)With City&Project Partners 4 4_ _ 8 $820 $59 $879 ApnwdtkacombprorFlnal Page 1 of 5 Boyle Engineering Corporation Project Budget NW Cities Regional Reuse Partnership Project CITY OF APOPKA 1-May-02 Personnel Hours Budget L L '17 1.13.0 OD fl W U W U 0 L L Task Description 0 y a L co d o H v a . 0e 73. Q to O Cl CP) F to LI F .0 Z 90%Submittal -Review Geotechnical Soils Report 3 4 1 8 5735 $10,734 $11,469 -Location Map(s),Cover,Gen.Notes&Details(9 dwgs) 1 6 10 17 $1,230 $142 $1,372 -Pipeline Plan Drawings(1 in=20 ft)(17 double plan dwgs) 2 32 70 104 $7,210 $342 $7,552 -Prepare Profiles of Major Crossings(2 dwgs) 3 12 24 39 $2,850 $325 $3,175 -Technical Specifications 3 16 4 23 $1,770 $319 $2,089 -Preliminary Cost Opinion 2 6 3 11 $905 $48 $953 -Review Meeting(1)With City&Partners 4 4 8 $820 $49 $869 Finalize(100%)Plans and Specifications -Location Map(s),Cover,General Notes&Details(5 dwgs) 2 4 6 $410 $138 $548 -Pipeline Plan Drawings(1 in=20 ft)(17 double plan dwgs) 2 6 22 30 $2,140 $320 $2,460 -Technical Specifications 1 103 14 $1,015 $267 $1,282 -Final Cost Opinion 1 4 4 9 $690 $47 $737 -Review Meeting(1)With City&Project Partners 4 48 $820 $59 $879 , II.a.Subtotal 39 177 244 54 117 204 13 848 $72,500 $16,238 $88,738 b-Lake Apopka Reclaimed Water Pump Station 60%Submittal 1 -Site Plan,General Notes&Details(4 dwgs) 4 14 22 40 $3,000 $280 $3,280 -Site Civil Drawings(3 plan&3 details dwg) 6 18 34 _ 58 $4,340 $204 $4,544 -Civil Site Work Specifications 4 12 4., 20 $1,600 $80 $1,680 -Structural/Architectural Drawings(5 dwgs) 12 20 35 67 $5,335 $241 $5,576 -Structural/Architectural Specifications 6 16 3 25 $2,115 $150 $2,265 -GST,Pumping&Piping Drawings(3 plans&2 details) 6 18 35 59 $4,405 $227 $4,632 -GST,Pumping&Piping Specifications 6 12 3 21 $1,815 $77 $1,892 -Flow/Quality Monitoring/Process Drawings(2 dwgs) 6 12 24 42 $3,240 $186 $3,426 -Flow/Quality Monitoring/Process Specifications 6 10 3, 19 $1,665 $72 $1,737 -Electrical&Emer.Generator Drawings(8 plans&3 details dwgs) 10 20 52 82 $6,180 $336 $6,516 -Electrical and Emergency Generator Specifications 4 126 22 $1,690 $92 $1,782 -Mechanical Drawings(1 plan&2 details dwgs.) I 1 _ 2 $205 $1,071 $1,276 Mechanical Specfications 1 1 $130 $913 $1,043 -Controls and SCADA Drawings(1 plan&2 details) 1 1 2 $205 $1,212 $1,417 -Controls and SCADA Specfications 1 1 $130 $513 $643 -Preliminary Cost Opinion 4 8 214 $1,250 $317 $1,567 -Review Meeting With City&Project Partners 4 4 8 $820 $259 $1,079 90%Submittal -Site Plan,General Notes&Details(4 dwgs) 4 8 14 26 $2,030 $196 $2,226 Apnwomescombprorflnal Page 2 015 Boyce Engineering Corporation Project Budget NW Cities Regional Reuse Partnership Project CITY OF APOPKA 1-May-02 Personnel Hours Budget r• o 0.0 1.1 be ae ?, a W >U QS W +r n ,C O to) Task Description 1.1© y ca ; d 0 1 EZ a 0 o U t,es a > 4 t u x ° c i To t 0 a` Q _ r`nO rn rn - Fri U F -"1 0 F -Site Civil Drawings(3 plan&3 details dwg) 4 12 20 36 $2,720 $138 $2,858 -Civil Site Work Specifications 4 10 3 17 $1,405 $91 $1,496 -Structural/Architectural Drawings(5 dwgs) 12 21_ 36 _ 69 $5,475 $257 $5,732 -Structural/Architectural Specifications 3 12 3 18 $1,425 $129 $1,554 -GST,Pumping&Piping Drawings(2 plans&2 details) 4 9 20 33 $2,495 $149 $2,644 -GST,Pumping&Piping_SQecifications 2 10 2 14 $1,100 $56 $1,156 -Flow/Quality Monitoring/Process Drawings(2 plans&2 details) 4 8 16 28 $2,160 $124 $2,284 -Flow/Quality Monitoring/Process Specifications 4 12 _ 3 19 $1,555 $72 $1,627 -Electrical&Emer.Generator Drawings(8 plans&3 details dwgs) 8 12 28 48 $3,760 $204 $3,964 -Electrical and Emergency Generator Specifications 4 84 16 $1,300 $71 $1,371 -Mechanical Drawings(3 plans&2 details dwgs 1 1_ _ 2 $205 $661 $866 -Mechanical Specfications 1 1 2 $205 $736 $941 -Controls and SCADA Drawings 1 2 3 $280 $495 $775 -Controls and SCADA Specfications 1 1 2 $205 $467 $672 -PreliminaryCostOpinion 3 8 2 13 $1,120 $314 $1,434 -Review Meeting With City&Project Partners 4 4 8 $820 $259 $1,079 Finalize(100%)Plans and Specifications -Site Plan,General Notes&Details(4 dwgs) 1 2 4 7 $540 $82 $622 -Site Civil Drawings(3 plan&3 details dwg) 2 4 9 15 $1,145, S75 $1,220 -CivilSiteWorkSpecifications 4 8 3 15 $1,255 $85 $1,340 -Structural/Architectural Drawings(5 dwgs) 4 6 8 18 $1,490 $104 $1,594 -Structural/Architectural Specifications 3 8 2 13 $1,080 $114 $1,194 -GST,Pumping&Piping Drawings(3 plans&2 details) 2 3 10 15 $1,135 $95 $1,230 -GST,Pumping&Piping Specifications 1 6 2 9 $670 $102 $772 -Flow/Quality Monitoring/Process Drawings(2 plans&2 details) 2 4 8 14 $1,080 $82 $1,162 -Flow/Quality Monitoring/Process Specifications 4 8 2 14 $1,210 $92 $1,302 -Electrical and Emergency Generator Drawings(8 plans&3 details dwgs_ 6 8 18 32 $2,550 $196 $2,746 -Electrical and Emergency Generator Specifications 4 6 2 12 $1,060 $117 $1,177 -Mechanical Drawings(3 plans&2 details dwgs.) 1 1 2 $205 $287 $492 -Mechanical Specfications 1 1 $75 $211 $286 -Controls and SCADA Drawings 11 2 $205 $239 $444 -Controls and SCADA Specfications ll 1 $130 $211 $341 -Final Cost Opinion 4 6 2 12 $1,100 $64 $1,164 lib.Subtotal 186 389 399 - - - 45 1,019 $81,315 $12,800 $94,115 Subtotal II. 225 566 643 54 117 204 58 1,867 $153,815 $29,038 $182,853 • ApnwcItlescccnbarorFlnal Pape 3 of 5 Boyle Engineering Corporation Project Budget NW Cities Regional Reuse Partnership Project CITY OF APOPKA 1-May-02 Personnel Hours Budget L L b b0 C .3 0W U c Task Description 2 a Q ti 41 eayW a 1eVCO Cd aSS ^ L iD L V > y 1 . C w QI ' rn O C , vi Fri U F- 41 Z - F Task Group III-Permitting Phase The City will be providing all services relative to permitting with FDEP with the exception of the ERP permit that will be required for the Lake Apopka Pump Station Site. -Provide permitting assistance to support the FDEP permits to be prepared by the City. 2 6 1 9 $755 $ 60 $815 • -Prepare Environmental Resource Permit through the FDEP. 4 20 12 _ 4 40 $2,980 $ 250 $3,230 -Respond to requests for additional information(assume 2 RAIs) 2 8 2 1 13 $1,035 $ 75 $1,110 Subtotal III. 8 34 14 - - - 6 62 $4,770 S385 $5,155 Task Group IV-Bidding Phase -Prepare for&Attend Pre-Bid Meeting 3 3 1 2 9 $770 $152 $922 -Respond to Bidder Questions&Prepare Two(2)Addenda 12 32 16 6 66 $5,270 $323 $5,593 Subtotal IV. 15 35 17 - - - 8 75 $6,040 $475 $6,515 Task V-Construction Phase -Attend Pre-Construction Conference 7 2 9 $1,000 $57 $1,057 -Review Up To Thirty(30) Shop Drawing Submittals 30 90 13 133 $11,235 $484 $11,719 -Respond to up to fifteen(15)RFTs 15 35 12 8 70 $5,715 $270 $5,985 -Const.Observ.&Progress Mtgs(5 mtg&8 site visits) 30 50 16 96 $8,370 $408 $8,778 -Substantial Completion Inspection(1)Punchlist 12 2 14 $1,650 $292 $1,942 -Review O&M Manuals 6 16 1 23 $2,025 $319 $2,344 -Final Completion Inspection(1) 10 2 12 $1,390 $81 $1,471 -Prepare Record Drawings and Project Certification 4 14 82 4 104 $7,080 $562 $7,642 Subtotal V. 114 205, 94 - - - 48 461 $38,465 $2,473 $40,938 TOTAL 436 982 808 54 117 204 137 $2,738 $226,725 $35,990 $262,715 Amounts shown are fee. ApiwvcfOMcambptwflnal Page 4 of 5 Boyle Engineering Corporation Project Budget NW Cities Regional Reuse Partnership Project CITY OF APOPKA 1-May-02 Personnel Hours Budget I- biDL = b Rte'. = r. N W W t U = Is, = L O 01 n Task Description "s h 0o 1~ `_Ts = 0 .:t' 1. 61 e 0 U y ra a' d °' C a m . Q in O rn F ai — F .a Z F Personnel Category $/HR Prin/Senior Engr $130.00 Assoc/Assist Engr $75.00 Sr.CADD Operator $65.00 Sr.Land Surveyor $115.00 Survey Tech/CADD $60.00 Three-Person Survey $120.00 Clerical $45.00 ApnvidUeacombprorFInal Page 5 of 5 Boyle Engineering Corporation EXHIBIT C (Geotechnical Engineering Services Proposal) T.. I. ... • Jill: :ii o.PCh. ry `'''A '.inuiroamaoIaI • •Consultants lac. •`r* 47.9t -March 25, 2002 Boyle Engineering Corp, 320 East South Street Orlando, Florida 32801 Attention: Mr. Bob Rutter, P.E. Subject: Proposal for Geotechnical Engineering Services NW CITIES RECLAIMED WATER MAIN Orange County, Florida GEC Proposal No. 2848G Dear Bob: Geotechnical and Environmental Consultants, Inc. (GEC) is pleased to provide this proposal for the above-referenced project. We understand that about 21,800 1.f. of 20-inch reuse water main (3 feet of cover) will be designed. The reuse line alignment follows alongside Fullers Cross Road from the southwest corner of the Winter Garden RIB site, north to Binion Road, and then along Binion Road to Harmon Road, where it turns east and ends about 1500 feet east of Binion Road. The purposes of the geotechnical work will be to explore general subsurface conditions along the route and develop geotechnical engineering recommendations to guide design and installation of the pipeline. GEC proposes to complete auger borings to 10 foot depth (spaced approximately 500 feet on center). We have included 10 SPT borings to 15 feet at 5 jack-and-bore locations. We will issue a written report that will present the boring results, encountered and estimated seasonal high groundwater levels, and our recommendations pertinent to the project. Our Not To Exceed Fee is shown on Attachment 1. The actual units of work may vary from those shown but we will not exceed the total fee without prior approval. We will require some survey control to be pre-established in the field so that we can locate our borings or alternatively be provided with stationed construction plans. . To authorize our services, please sign the attached Proposal Acceptance Sheet and return along i. with a copy of the route survey (showing project stationing)_ ' 1231 Eisl Nlllcrtsl 3111111, UPIe111, FL 12113.4113 • 117/111.1111 fe1417/111-1137 E-mill: leCQpe•C.Cee - - j ._ '•• ; • r ".:•• -: .__ Thank you for considering GEC to assist you with this project, If you have any questions °, "" regarding,ourproposed services, or if we can be of further assistance, please call, :; ; i -Vet/t my yours, if :: ;; GEOTECHNICAL.AND ENVIRONMENTAL CONSULTANTS, INC. y I g-, //ils:700 Bryant P. Marshall, P.E. Chief Engineer • • BPM/ydb GEC Proposal No. 2848G 2 Proposal for Geotechnical Engineering Se>Kces — • NW Cities Reclditned jVater Main -i 1 • • Attachment 1 ` Geotechnical Services • NW CITIES RECLAIMED WATER MAIN Orange County, Florida GEC Proposal No. 2848G •,. Scope: Explore subsurface conditions along 21,8001.f. of reclaimed water line. Jack-and-bore at 5 locations. Borings on approximate 500 ft centers. • No. of Unit Item Tn Units Cost Total 1. Locate Borings/Clear Utilities/Read Water Levels hour 24 $45.00 $1,080.00 2. Mobilize Truck-Mounted Drilling Equipment each 1 300.00 300.00 3. Auger Borings for Reuse Main, 44 0 10' feet 440 7.50 3,300.00 4. SPT Boring for Jack-and-Bore 10 @ 15' feet 150 9.50 1,425.00 5. Laboratory Soil Testing 5.1 Percent Eines each 25 30.00 750.00 5.2 Organic Content each 6 35.00 210.00 6. Project Management and Report 6.1 Senior Engineer hour 8 120-00 960.00 6.2 Project Engineer hour 24 65.00 1,560.00 6.3 CADD Draftsman hour 16 50.00 800,00 6.4 Secretary hour 8 35.00 280.00 N.T.E. TOTAL $10,665.00 Note: No DIPRA corrosion tests included. EXHIBIT D (Instrumentation, Controls and Mechanical Engineering Services Proposal) From: whoanshelt@cfl.rr.com Sent: Saturday, March 09, 2002 9:14 PM To: brutter@boyleengineering.com Subject: Estimate from EMI Consulting Specialties, Inc. Willard C. (Pete) Hoanshelt, P.E. EMI Consulting Specialties, Inc. EMI Consulting Specialties, Inc. Fee Estimate 2238 Westbourne Drive Oviedo, Fl 32765 (407) 359-0747 (407) 359-0748 (Fax) DATE 03/09/2002 ESTIMATE NO. 628 CLIENTS NAME/ADDRESS Boyle Engineering Corporation 320 East South Street Orlando, FL 32801-3592 PROJECT Lake Apopka Master PS CATEGORY DESCRIPTION HRS COST TOTAL Clerical Task I (Preliminary Design) General clerical, filing, invoicing, correspondence, etc. 8 20.00 160.00 Meetings One (1) meeting with Boyle in Orlando 4 75.00 300.00 Engineering Design report, final formatting by Boyle 12 75.00 900.00 Cost Estimate Prepare cost for EMI design 2 45.00 90.00 SUBTOTAL SUBTOTAL 1,450.00 1,450.00 Task II (Final Design) Clerical General clerical, filing, invoicing, correspondence, etc. 12 20.00 240.00 Meetings Three (3) meeting with Boyle in Orlando 10 75.00 750.00 Engineering HVAC, Controls, Fuel system and SCADA interface desig 32 75.00 2,400.00 Design Design, drafting (CADD), plotting and coordination, 40 45.00 1,800.00 (CADD) final formatting by Boyle Drawing List I-1 Symbols I-2 P&ID I-3 Details V-1 Symbols V-2 Schedules V-3 Pump Building FP-1 Fuel System Specification Create, edit and compile design specifications, 16 75.00 1,200.00 final formatting by Boyle Cost Prepare cost for EMI design 2 45.00 90.00 Estimate Permitting Sign and seal 2 75.00 150.00 SUBTOTAL SUBTOTAL 6,630.00 6,630.00 Task III (Bidding) Clerical General clerical, filing, invoicing, correspondence, etc. 3 20.00 60.00 Addendum Create bidding addendum related to EMIs design. 2 75.00 150.00 Design Design, drafting (CADD), plotting and coordination 4 45.00 180.00 (CADD) SUBTOTAL SUBTOTAL 390.00 390.00 Task IV (Construction) Clerical General clerical, filing, invoicing, correspondence, etc. 12 20.00 240.00 Conforming Conforming bidding documents to reflect addendum items 3 45.00 135.00 Permitting Sign and seal 2 75.00 150.00 Shop Review and process shop drawings 24 75.00 1,800.00 Drawing Punch List Site visit to compile final punch list 4 75.00 300.00 Record Dwgs Revise bid documents to reflect as-builds 2 45.00 90.00 Design Design, drafting (CADD), plotting and coordination 6 45.00 270.00 (CADD) SUBTOTAL SUBTOTAL 2,985.00 2,985.00 TOTAL 11,455.00 11,455.00