Loading...
301-CPH-Amendment 27 Amendment No. 27 To Agreement For Continuing Services For Final Design and Construction Plans For Utility Improvements / Relocation: Associated With Lake Mary Boulevard Phase III, East Lake Mary Boulevard (Airport Entrance Road to S.R. 46) and Airport Boulevard Phase II B (Beltway Overpass to C.R. 46 A) Between The City of Sanford, Florida And Conkiln, Porter and Holmes - Engineers, Inc. This Agreement made on the __day of ,1997 between the CITY OF SANFORD, FLORIDA (hereinafter called the City) and CONKLIN, PORTER AND HOLMES-ENGINEERS, INC. (hereinafter called the Engineer), is mutually agreed upon and declared an authorized Amendment to an Agreement dated December 17, 1987, between the parties, herein setting forth the scope, terms and conditions of the work herein authorized. In case of any conflict between this Amendment and the aforementioned Agreement 9f December 17, 1987, this Amendment shall govern for the work described herein. WHEREAS, the construction of the widening of Airport Boulevard and widening and extension of East Lake Mary Boulevard creates the need for relocation and extension of City utilities, and WHEREAS, the City has requested the Engineer to perform certain professional engineering services in connection with this work The City and the Engineer for the considerations named herein agree as follows: SECTION General 1.1 Introduction 1.1.1 The Engineer is assisting the City in Design of several utility projects as shown on Table A which lists the projects, opinion of probable cost and year to be constructed. Figure A shows project locations. The tables shows ten projects, three of which are the subject of this proposal. These projects are "C", "F" and "H". As part of the overall planning for the utility projects the City determined as part of project F ( East lake Mary Boulevard, 17 & 92 to Sanford Avenue) and H (East Lake Mary Boulevard end Silver Lake Drive to Plant Site and S.R. 46) that utility upgrades and extensions should be constructed in support of growth in the vicinity of the Airport. As a result a new 18" watermain is proposed from 17 & 92 to Sanford Avenue on East Lake Mary Boulevard (project F). In addition a new 12" watermain and 8" forcemain is proposed from the existing end of Silver Lake Drive to State Road 46 on proposed East Lake Mary Boulevard extension (project H) and to the future wastewater plant location on the Airport property. 1.1.2 In addition to the above described work Seminole County has taken the position to have all utilities on future road widening projects located in the area provided between the back of curb and the right-of-way line. As a result the existing utilities on Airport Boulevard from the S.R. 417 overpass to C.R. 46 A must be relocated from beneath proposed pavement. A new 18" forcemain and 18" watermain will be installed along Airport Boulevard from 17 & 92 to Old Lake Mary Road. The existing 12" watermain from Old Lake Mary Road to C.R. 46 A along Airport Boulevard will remain but a new 12" watermain will be installed on Old Lake Mary Road from C.R. 46 A to Airport Boulevard. 1.1.3 The purpose of this proposal is to provide Final Design, preparation of plans and specifications and permitting of the utility improvements described above. SECTION 2 Scope of Services General Work Description The Scope of Services for each road section is shown below. A Plan of Study is attached as Exhibit B which shows the estimated man-hours for each work item identified below. 2,1 Airport Boulevard from 17 & 92 to C,R, 46 A and Old Lake Mary Road from Airport Boulevard to C,R, 46 A ( Project C) 2.1.2 This project includes a new 18" watermain and 18" forcemain from 17 & 92 to Old Lake Mary Road on Airport Boulevard and a new 12" watermain on Old Lake Mary Road from Airport Boulevard to C.R. 46 A. Specific services proposed include the following: 2.1.3 Meeting and coordinating with the City of Sanford and Seminole County to obtain available data and information on existing plan availability and existing utility and other information in the project area. 2,1,4 Determine in conjunction with the City, if the work should be performed under a JPA or separately contracted by the City. Discuss possible alternatives for the project area with City and make recommendations. 2,1.5 Review and discuss the proposed utility relocations with the County and City within the project limits. Provide the County with preliminary marked-up roadway plans showing the location of the proposed utilities for the County's use for updating their plans. 2.1.6 Obtain soils investigation data from the County's geotechnical consultant which will be provided by the County for use in design. The City will provide additional data, if required. 2.1.7 Employ surveyor to provide survey of Old Lake Mary Road from Airport Boulevard to C.R. 46 A to serve as base for preparation of plans for 12" watermain eXtenSiOn. 2.1.8 Utilize AutoCAD or Mylar roadway base drawings and survey base for Old Lake Mary Road at a 1 "= 20' scale as a base for preparation of construction plans for utility relocation work. The City shall be responsible for obtaining base roadway drawings or AutoCAD files for Engineer's use in preparation of final plans, Prepare the following plans: '1 Cover Sheet 2-3 General Note Sheet / Quantity Sheet / Specifications 4-20 Single Plan and Profile Utility Improvement Plan at a 1 "= 20' scale 21-22 Miscellaneous Detail Sheet 2.1.9 Prepare Technical Specifications and Contract Documents. 2.1.10 Develop quantities and opinion of probable construction costs. 2.1.11 Provide the City and County with a copy of final engineering plans to update the utility locations on the roadway plans prior to sending the plans for bidding. 2.1.12 Provide the City with Mylar reproducibles and two signed and sealed record sets of drawings. 2.1.13 Coordinate with FDEP and assist the City in obtaining FDEP Wastewater Collection System/Potable Water Distribution System permits. 2.1.14 Assist the City in preparation of a Seminole County Right-of-Way Utilization Permit and CSX Railroad Right of Way Consent Agreement. 2.1.15 Coordination and reviews with the City, Seminole County, FDOT, CSX and Seminole County Roadway Design Engineering Consultants. 2.2 East Lake Mary Boulevard from 17 & 92 to Sanford Avenue (Project F) 2.2.1 This project includes a new 16" watermain from 17 & 92 to Sanford Avenue on East Lake Mary Boulevard and forcemain relocations. Specific Services proposed include the following: 2.2.2 Meeting and coordinating with the City of Sanford and Seminole County to review available data and information on existing plan availability and existing utility and other information in the project area. We will assist the City in planning for upgrades to the water and sewer utilities along Lake Mary Boulevard from 17 & 92 to Sanford Avenue. 2.2.3 Review proposed roadway plans and check and review the potential conflict locations, evaluate the utility relocations including evaluation of water mains and force mains in the project area. Determine in conjunction with the City, if the work should be performed under a JPA or separately contracted by the City. Discuss possible alternatives for the project area with City and make recommendations. 2.2.4 Review and discuss the proposed utility relocations with the County and City within the project limits. Provide the County with preliminary marked-up roadway plans showing the location of the proposed utilities for the County's use for updating their plans. 2.2.5 Obtain soils investigation data from the County's geotechnical consultant which will be provided by the County for use in design. The City will provide additional data, if required. 2.2.6 Utilize AutoCAD or Mylar roadway base drawings at a 1 "= 20' scale as a base for. preparation of construction plans for utility relocation work. The City shall be responsible for obtaining base roadway drawings or AutoCAD files for Engineer's use in preparation of final plans. Prepare the following plans: 1 Cover Sheet 2-3 General Note Sheet / Quantity Sheet / Specifications 4-17 Single Plan and Profile Utility Improvement Plan at a 1"= 20' scale 18-19 Miscellaneous Detail Sheet 2.2.7 Prepare Technical Specifications and Contract Documents. 2.2.8 Develop quantities and opinion of probable construction costs. 2.2.9 Provide the City and County with a copy of final engineering plans to update the utility locations on the roadway plans prior to sending the plans for bidding. 2.2.10 Provide the City with Mylar reproducibles and two signed and sealed record sets of drawings. 2.2.11 Coordinate with FDEP and assist the city in obtaining FDEP Wastewater Collection System/Potable Water Distribution System permits. 2.2.12 Assist the City in preparation of a Seminole County Right-of-Way Utilization Permit. 2.2.13 Coordination and reviews with the City, Seminole County, FDOT and Seminole County Roadway Design Engineering Consultants. 2.3 East Lake Mary Boulevard from Existing End of Silver Lake Drive to State Road 46 and to the Future Wastewater Plant site located on the Airport Property (Project H) 2.3.1This project includes a new 12" watermain and 8" forcemain on East Lake Mary Boulevard from the existing end of Silver Lake Drive to S.R. 46 and to the future wastewater plant location on the Airport property. Specific services proposed · include the following: 2.3.2 Meeting and coordinating with the City of Sanford and Seminole County to review available data and information on existing plan availability and existing utility and other information in the project area. 2.3.3 Review proposed roadway plans and check and review proposed utility locations within the road right-of-way. Coordinate and employ surveyor to obtain route survey from East Lake Mary Boulevard to the future Wastewater Plant site. 2.3.4 Review and discuss the proposed utility relocations with the County and City within the project limits. Provide the County with preliminary marked-up roadway plans showing the location of the proposed utilities for the County's use for updating their plans. 2.3.5 Obtain soils investigation data from the Cou nty's geotechnical consultant which will be provided by the County for use in design. The City will provide additional data, if required. 2.3.6 Utilize AutoCAD or Mylar roadway base drawings and route survey data to the future wastewater plant site at a 1"= 20' scale as a base for preparation of construction plans for utility relocation work. The City shall be responsible for obtaining base roadway drawings or AutoCAD files for Engineer's use in preparation of final plans. Prepare the following plans: 1 Cover Sheet 2-3 General Note Sheet / Quantity Sheet / Specifications 4-32 Single Plan and Profile Utility Improvement Plan at a 1 "= 20' scale 33-34 Miscellaneous Detail Sheet 2.3.7 Prepare Technical Specifications and Contract Documents. 2.3.8 Develop quantities and opinion of probable construction costs. 2.3.9 Provide the City and County with a copy of final engineering plans to update the utility locations on the roadway plans prior to sending the plans for bidding. 2.3.10 Provide the City with Mylar reproducibles and two signed and sealed record sets of drawings. 2.3.11 Coordinate with FDEP and assist the city in obtaining FDEP Wastewater Collection System/Potable Water Distribution System permits. - 2.3.12 Assist the City in preparation of a Seminole County Right-of-Way Utilization Permit. 2.3.13 Coordination and reviews with the City, Seminole County, FDOT and Road Consultants. 2.4 Miscellaneous 2.4.1 Please note the utility relocation drawings will be prepared using the roadway drawings prepared by others and we will have no immediate knowledge of the accuracy of the existing information provided to us. We will recommend dig ups by the City of a few target locations to field verify the existing utility locations. If the existing utility locations are found to be different from what is shown on the County's or FDOT's plans, we may request additional survey for proper development of the engineering plans which can be provided as an additional service. 2.4.2 The subsurface investigation report for each project will be provided to us by the County. If additional soil borings are needed for proper development of our final engineering plans, additional soils work may be needed. This service would need to be obtained as an additional service to our contract or contracted separately with the information provided to us. SECTION 3 Additional Services of the Engineer 3.1 If authorized by the City, the Engineer shall furnish or obtain from others the following additional services, or the City may provide these services separately or directly with the provider. Such additional services will be paid for by the City as outlined in Section 5. 3.1.1 Additional services due to significant changes in the scope of the project or its design including, but not limited to, changes in size, complexity, character of construction or due to time delays in initiating or completion of the work as described herein. 3.1.2 Provide through sub-consultants, soils, environmental scientist (jurisdictional and permitting) services, construction quality control testing, or other specialist services including real estate/right-of-way agents, project/construction management, financial/budgetary consultant, and bookkeeping/accounting services. If these services are subsequently determined advisable during the course of the work, they may be considered for authorization as an additional service under this Section or separately provided by the City. 3.1.3 Except as otherwise provided herein, services or additional costs associated with revising previously accepted studies, reports, or other documents prepared by the Engineer when such revisions are due to causes beyond the Engineer's control. 3.1.4 Additional services resulting from public protests· administrative hearings, or · similar matters. 3.1.5 Preparing to serve and/or serving as an Expert Witness for the City in any litigation, public headrig, condemnation proceeding, right-of-way or easement acquisition or negotiation, or other legal / administrative proceeding. 3.1.6 Furnishing additional sets of pdnts of drawings and other Documents beyond those designated in Section 2. 3.1.7 Additional engineering services required by revisions to regulations (after the date of this Amendment) as applicable to the Florida Department of Environmental Protection, the St. Johns River Water Management District, Corps of Engineers, Seminole County, FDOT, or other regulatory agency requirements or revisions necessary due to changes in the Road Improvement Plans. 3.1.8 Additional services in connection with the project including services normally fumished by the City as described in Section 4 herein and services not otherwise provided for in this Agreement. SECTION 4 City Responsibilities 4.1 The City will: 4.1.2 Advise the Engineer of his requirements for the project and designate a person to act as the City's representative with respect to the work to be performed under this Amendment, and such person shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions pertinent to the work covered by this Amendment. 4.1.3 Obtain and provide data requested that is reasonably available on the project along with operational and maintenance requirements and easement and right-of- way requirements. 4.1.4 Guarantee access to and make all provisions for the Engineer to enter upon public and private lands as required for the Engineer to perform his work under this Amendment. 4.1.5 Make facilities accessible for inspection. 4.1.6 Examine all studies, reports, sketches, schedules, and other documents presented by the Engineer and render decisions pertaining thereto within a reasonable time so as not to delay the work of the Engineer. 4.1.7 Assist in obtaining approval of all governmental authorities having jurisdiction over the project, and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 4.1.8 Fumish or direct the Engineer in writing to provide at the City's expense, any sub- consultant services not designated in Section 2, if advised by the Engineer and City concurs that they are necessary. 4.1.9 Provide such legal, accounting, financial and insurance counseling services as may be required forthe project, and such auditing services as the City may require. 4.1.10 Give prompt written notice to the Engineer whenever the City observes or otherwise becomes aware of any defect in the Project. 4.1.11 Obtain AutoCAD or Mylar base drawings of the Road Improvement Plans to serve as a base for preparation of the Utility Relocation Plans. 4.1.12 Designate location of Water Reclamation Facility site on the Airport property and acquire right-or-way or easement for water and sewer lines from Wast Lake Mary Boulevard to new Water Reclamation Facility site. SECTION 5 Payment 5.1 Payment for services and expenses of the Engineer to be as set forth below: 5.1.1 Principals and Employees of the Engineer. 5.1.2 Compensation paid Engineer for services described herein and rendered by principals and employees assigned to the Project will be computed by multiplying Direct Personnel Expense (defined in paragraph 5.2.3 herein) times a factor of 1.95 plus all reimbursable expenses. The fee for the engineering services described in Section 2, plus out of pocket expenses as described in 5.2.1 below at actual cost thereof, plus sub-consultant expenses at actual cost thereof shall not exceed $197,987.93. A "Task" breakdown is attached as Exhibit B and provides a proposed Man-hour and Expenses cost breakdown and fee calculation. 5.2 Reimbursed Expenses 5.2.1 Expenses for items not specifically valued herein are to be reimbursed to the Engineer at the actual cost thereoff Said expenses shall include transportation and subsistence of principals and employees, when traveling in connection with the project, toll telephone calls, telegrams, prints, photocopies, and similar project- related items. Monies collected from plan holders in the form of "non-refundable bid deposits" for Contract Document purchase, will be deposited in Engineer's account and at the conclusion of the bidding process, a check for total bid deposits received will be issued to the City. 5.2.2 The City will make prompt monthly payments in response to Engineer's monthly statements without retention for all categories of services rendered under this Agreement and for reimbursable expenses incurred. 5.2.3 Direct Personnel Expense used as a basis for payment shall mean the salaries and wages paid to principals and employees of all classifications engaged directly on the Project, plus the cost of fringe benefits including but not limited to, social security contributions, worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. For purposes of this Amendment, Direct Personnel Expense shall be considered an amount equal to 1.48 times applicable salaries and wages. 5.2.4 Charges for the services rendered by principals and employees as witnesses in any litigation, hearing or proceeding will be computed at a rate of $600.00 per day or any portion thereof (but compensation for time spent in preparing to appear in any such litigation, hearing or proceeding will be computed in accordance with the payment method as set forth in Paragraphs 5.1.2 and 5.2.1 herein). 5.2.5 If this Agreement is terminated during prosecution of the services prior to completion of the services of Section 2, payments to be made in accordance with Paragraph 5.1.2 and 5.2.1 on account of that and all prior work under this Amendment shall be due and payable, and shall constitute total payment for services rendered. In addition, upon termination, the Engineer shall be paid for any additional services authorized and rendered under Section 3. 5.2.6 Services provided by outside sub-consultants will be billed at the direct cost without increase. SECTION 6 General Conditions 6.1 Since the Engineer has no control over the cost of labor, materials, or equipment or over any construction Contractors method of determining pdces, any opinion of probable construction cost which may be provided in the services of this Amendment are made on the basis of his experience and qualifications and represent his best judgment as a design professional familiar with the construction industry, but the Engineer cannot and does not guarantee that bids or the construction cost will not vary from opinions of probable cost prepared by him. Similar limitations apply to construction schedules reviewed or prepared by the Engineer. 6.2 The City and the Engineer each binds himself and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators, and assigns of such other party in respect to all covenants of this Amendment. Nothing herein shall be construed as creating any personal liability on the part of any officer or agency of any public body which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the City and the Engineer. 6.3 The Engineer agrees to initiate work promptly upon receipt of authorization to proceed and to prosecute the work in an expeditious and timely manner until the Project is completed. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment the dayand year first above written. CITY: (ATTEST ~ SEAL) C ty~l d _' , o an or, or, a : :: ENGINEER: (ATTEST &SEAL) Conkiln, Porter &Holmes - Engineers, Inc. Paul E. Porter, P.E. President Date: <: ( i ( FXHIBIT A Project Summary Table and Figure TABLE A PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST FOR CITY OF SANFORD UTILITY RELOCATIONS ROAD PROJECT FY '96-'97 FY '97-'99 FY '88-'98 FY '89-'00 A S.R. 417 (Southgate Road and State Street) $188,973 $188.973 B Airport Boulevard Phase II "A" (U.S. 17-92 to S.R. 417 OVerpass) $301,076 $30t,076 C Airport BOulevard Phase II "B" (S.R. 417 Overpass to C.R. 46-A) $85,040 $1,388,97 I $1 t474~017 D Airport BOulevard Phase lll (C.R. 46-AtoS.R. 46) $71,852 $71,852 E S.R. 417 (C.R. 46-NCountW Club Road) $604,006 $604,006 $1 I208,012 F East Lake MaW Boulevard (U.S. 17-92 to Sanford Avenue) (16"win) $35,739 $583,734 ~ $319~473 G East Lake MaW Boulevard (Sanford Avenue to Exist. End of Silver Lake Drive) (16" wm& 16" FM) $669,751 $334,903 $11004~664 East Lake MaW Boulevard (Exist. End of Silver Lake Drive to Plant Site) and 12" WM & 8" FM to SR 46 $105,553 $504,312 $1,219,731 I $t ,829t897 I CR 46-A (Upsala Road to West of I-4 City Portion and Tri-party Agreement) See NOte 1 $700,000 $211,050 $91 t ,060 J CR46-APhase111 (Upsala RoadtoC.C. Road and Airpad BIvd. OId Lake Mary Rd.) See NOte 2 TOTALS $226,332 $3,061,803 $2,93t,591 $1,388,97 $7,008,704 NOTES: 1. (I) Total estimated cc~t: $911.050. Countyto reimburse: $230.013. City portion: $681.037 2. (J) Road design nOt complete, cannOt estimate cost. [""1Engineering sen/ices required Design SenAces for all other projects shown are already funded by the City. I $3,923,087 Engineering Fee as a percent of construction cost $197,983 = 5.4% $3.696.755 FXHIBIT B Plan of Study 1. Airport Boulevard from 17 & 92 to CR 46 A ITEM DESCRIPTION P E T D S ESTIMATED EXPENSES 1, Meeting and Coordinating with City and County, to 4 8 4 $25,00 obtain data and information on existing plan availability & existing utilities. 2. Review proposed roadway plans, check & review 2 16 16 4 potential conflict locations, evaluate utility relocation including evaluation of water mains & forcemains. Discuss alternatives with City. 3. Review & discuss proposed utility relocations with the 2 4 8 16 12 $100.00 City and County. Provide County with preliminary marked-up roadway plans w/proposed utility locations. 4, Obtain Soils investigation data from geotechnical 4 consultants 5. Obtain survey of Old Lake Mary Road from Airport $5,400.00 BIvd, To C.R. 46 A Survey Sub- Consultant 6. Utilize AutoCAD or Mytar roadway base drawings and survey of Old Lake Mary Road at 1 "=20' scale as base for preparation of construction plans for utility relocation. Prepare the following plans: a. Cover Sheet 1 4 8 2 $25.00 b. General Note Sheet / Quantity Sheet / 2 4 8 12 8 $50.00 Specifications (2 sheets) c. Single Plan & Profile Utility Improvement Plan @ 17 102 170 340 15 $675.00 1"=20' (17 sheets) d. Miscellaneous Detail Sheet (2 sheets) 4 4 8 12 4 $50.00 7. Prepare Technical Specifications &Contract 3 24 12 Documents 8, Develop Quantities &Opinion of Probable 2 4 16 4 Construction Cost 9. Provide City and County with a final engineering plans 2 4 6 6 $100.00 prior to bidding, 10, Provide the City with Mylar reproducibles & two signed 4 4 4 $400.00 and sealed record sets of drawings. 11. Coordinate w/FDEP and the City in obtaining FDEP 12 24 6 6 $100.00 Wastewater Collection System / Potable Water Distribution System Permit r 2. E..t . ke Ma yfr m :i:7 & 9 :t0Sa.ferd A,,a.-e ITEM DESCRIPTION . :':: :: :: . · :P: E T D S ESTIMATED ..... EXPENSES 14. Meeting and Coordinating with City and County, to 4 8 4 $25.00 obtain data and information on existing plan availability & existing utilities. 15. Review proposed roadway plans, check & review 2 8 8 4 potential conflict locations, evaluate utility relocafion including evaluation ofwater mains and forcemains. Discuss alternatives with City. 16. Review & discuss proposed utility relocations with the 2 4 8 16 12 $100.00 City and County, Provide County with preliminary marked-up roadway plans w/proposed utility locations, 17, Obtain Soils investigation data from geetechnical 4 consultants 18. Utilize AutoCAD or Mylar roadway base drawings at 1 "=20' scale as base for preparation of constructions plans for utility relocation. Prepare the following plans: a. Cover Sheet 1 4 8 2 $25.00 b. General Note Sheet / Quantity Sheet I 2 4 8 12 8 $50.00 Specifications (2 sheets) c. Single Plan & Profile Utility Improvement Plan @ 14 42 70 140 15 $675,00 1"=20' (14 sheets) d. Miscellaneous Detail Sheet (2 sheets) 4 4 8 12 4 $50.00 19. Prepare Technical Specifications &Contract Documents 3 24 12 20. Develop Quantities & Opinion of Probable Construction 2 4 16 4 Cost 21. Provide City and County with a final engineering plans 2 4 6 6 $100.00 prior to bidding. 22. Provide the City with Mylar reproducibles &two signed 4 4 4 $400.00 and sealed record sets of drawings. 23. Coordinate w/FDEP and the City in obtaining FDEP 12 24 6 6 $100.00 Wastewater Collection System / Potable Water Distribution System Permit 24. Assist the City in preparation of Seminole County Right 8 16 8 4 $75.00 of Way Utilization Permit 25. Coordination & Revisions w/the City, FDOT, Seminole 2 8 16 16 6 $100.00 County & road Consultants. TOTAL 34 134 186 228 91 $1,700.00 P = Principal = 34 X 92.9 = $3,159.62 E = Engineer = 134 X 68.8 = $9,225.90 T = Technician = 186 X 59.0 = $10,985.16 D = Dra~sman = 228 X 41.3 = $9,416.40 S = Secreta~ = 91 X 29.5 = $2,684.50 Expenses $1,700.00 TOTAL $37,171.58 3. East Lake Mary Boulevard from End of Silver Lake Drive to State Road 46 to the future Wastewater Plant Site Located on the Airport Property ITEM DESCRIPTION P E T D S ESTIMATED EXPENSES 1. Meeting and Coordinating with City and County, to 4 8 4 $25.00 obtain data and information on existing plan availability. 2. Review proposed roadway plans, and evaluate utility 16 16 16 4 $8,200.00 locations within the right-of-way. Employ surveyor for Survey Sub- route survey to the future wastewater plant location on Cons~Itant the airport site. 3. Assist the City in planning for utilities to serve 24 24 40 16 development at the airport and in the area surrounding the airport.. 4. Review & discuss proposed utility locations with the 8 8 24 40 12 $200.00 City and County. Provide County with preliminary marked*up roadway plans w/proposed utility locations. 5. Obtain Soils investigation data from geotechnical 4 consuitants 6. Utilize AutoCAD or Mylar roadway base drawings and route survey at 1 "=20' scale as base for preparation of constructions plans for utility improvements. Prepare the following plans: a. Cover Sheet 1 4 8 2 $25,00 b. General Note Sheet / Quantity Sheet / 2 4 8 12 8 $50.00 Specifications (2 sheets) c. Single Plan & Profile Utility improvement Plan @ 29 145 232 464 30 $1,350.00 1 "=20' (29 sheets) d. Miscellaneous Detail Sheet (2 sheets) 4 4 8 12 4 $50.00 7. Prepare Technical Specifications &Contract 3 24 12 Documents 8. Development Quantities & Opinion of Probable 4 8 32 8 Construction Cost 9. Provide City and County with a final engineering plans 2 4 6 6 $200.00 prior to bidding. 10. Provide the City with Mylar reproducibles & two signed 4 4 4 $800.00 and sealed record sets of drawings. 11. Coordinate w! FDEP and the City in obtaining FDEP 12 24 6 6 $200.00 Wastewater Collection System / Potable Water Distribution System Permit =~3:EaSt L.ak~ Mary e0UleVa:~d fij0rn End:'~f:~ilV~ =~ke.~r~ve ~0:~tate:~ad 46 ~ , ::: . :: to the futq Fe WaStew~te:~. Plant s~tq.~cqted~ ~ ~9 ~rppd Prqp~: ,- : ;~ ~ ITEM DESCRIPTION ............... P ' ;;E .....T D S ESTIMATED ' * ~ENSES 12. Assist the Ci~ in preparation of Seminole Coun~ 8 16 8 4 $150.00 Right of Way Utilization Permit 13. Coordination & Revisions w/the Ci~, FDOT, 16 16 24 24 6 $200.00 Seminole CounW & road Consultants. TOTAL 109 285 436 584 126 $11,450.00 P = Principal = 109 X 92.9 = $10,129.37 E = Engineer = 285 X 68.8 = $19,622.25 T = Technician = 436 X 59.0 = $25,750.16 D = Draftsman = 584 X 41.3 = $24,119.20 S = Secretary = 126 X 29.5 = $3,717.00 Expenses $11,450.00 TOTAL $94,787.98