Loading...
883-Glatting Jackson W.O. 09 WORK ORDER FOR PROFESSIONAL PLANNING, LANDSCAPE ARCHITECTURAL, ARCHITECHTURAL AND ENGINEERING SERVICES AGREEMENT (RFPS 00/01 - 08) WORK ORDER NO.: 09 PURCHASE ORDER NO.: PROJECT: CITY: CONSULTANT: JACKSON) (For billing purposes only, to be assigned by CITY after execution.) Ft. Mellon Park Final Site Plan SANFORD, A MUNICIPAL CORPORATION OF THE STATE OF FLORiDA GLATTING JACKSON KERCHF. R ANGLIN LOPEZ RINEHART~ INC (GLATTING Execution of the Work Order by CITY shall serve as authorization for the CONSULTANT to provide for the above project, professional services as set out in the Scope of Services attached as Exhibit "A," to that certain Agreement between the CITY and the CONSULTANT and further delineated in the specifications, conditions and requirements stated in the following listed documents which are attached hereto and made a part hereof. ATTACHMENTS: [ ] DRAWINGS/PLANS/SPECIFICATIONS [X] SCOPE OF SERVICES [ ] SPECIAL CONDITIONS The CONSULTANT shall provide said services pursuant to this Work Order, its attachments and the above- referenced Agreement, 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 commenced upon issuance of a Notice to Proceed by CITY and shall be completed within ONE HUNDRED AND EIGHTY (180) calendar days. METHOD OF COMPENSATION: (a) This Work Order is issued on a: [X] FIXED FEE BASIS [ ] TIME BASIS METHOD WITH A NOT-TO-EXCEED AMOUNT [ ] TIME BASIS METHOD WITH A LIMITATION OF FUNDS AMOUNT (b) Compensation is based on a "Fixed Fee Basis" with a Not-to-Exceed Amount, then the CONSULTANT shall perform all work required by this Work Order for a sum not exceeding $ Sixty five thousand seven hundred and fifty-nine dollars, ($65,759.00). In no event shall the CONSULTANT be paid more than the Fixed Fee Amount. Payment to the Consultant shall be made by the CITY in strict accordance with the payment terms of the above-referenced Agreement. It is expressly understood by the CONSULTANT that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this c~ ATTEST: dayof c~]~ Sharon K. Lamantia, Secretary (CORPORATE SEAL) ATTEST: By: Date: ,20Oc~ for the pur~ ~ses stated herein. JANE[DOUGHERTY Clerk to the City Commission Sanford, Florida. CITY COMMISSION D, F A Brady Lessard, M.~YOR Date: '[/'Z 5--A g--. GLATTING ~ACKSON KERCHER ANGLIN LOPEZ RINEHART David L. Barth Jay H. Exum Jack E Glattmg Carey S Hayo Jay ]K. Hood Timothy T Jackson William C. Kercher, Jr. Walter M Kulash Sharon K. Lamantia S. P. aymond Lopez John H. Percy John E Ranehart Gregory A. Bryla Dawd R. Claus Charles E Cobble Michael R. Cochran Jeflhey S Collins Pdchard E. Durr, Jr Bruce C. Hall David M. Kumer Frank A Jaskiewicz Gaff D. Lacey William D Lites Edward J. McKinney Thomas J. McMacken. Jr. Douglas A. Metzger John J. Moore 111 Timothy R Palermo Troy E Russ Jodi L R. unnann Kelley J. Samuels Peter C. Sechler Nathan E Silva Laura K.Wur ner Ronald L. Urbaniak G Wade Walker Gary E Warner Community Planning 33 East Pine Street Orlando, Florida 32801 P: 407 843 6552 F: 407 839 1789 www. glatting.com License # EB 0005812 Exhibit A SCOPE OF SERVICES Professional Planning, Landscape Architectural, Architectural and Engineering Services City of Sanford: RFPS 00/01 - 8 WORK ORDER NO.: 09 Ft. Mellon Park - Final Site Plan Glatting Jackson Project No. 16871.0 August 1,2002 The Glatting Jackson team is pleased to provide this scope of services to the City of Sanford, hereinafter referred to as City. 1.0 PROJECT DESCRIPTION 1.1 The project is the Final Site Planning of Ft. Mellon Park in Sanford as a first step toward a full construction document. The planned vision for the park was initially depicted at a conceptual level in the Downtown Plan. Ft. Mellon Park is bounded by Seminole Boulevard, Sanford Avenue, First Street and San Juan Avenue. The Western portion of the site from Sanford Avenue has been included in a separate RFQ for the development ora Conference Center by Seminole County. The Client is the City and Owner of Ft. Mellon Park. 1.2 The Client desires to retain Glatting Jackson to assist as the Project Landscape Architect to develop more detailed Site Plan drawings for the park, including the following specific criteria: 1.21 Hotel Conference Center. Westem end ofPark is reserved for a Hotel Conference Center by Others. The Plan will include the most recent available footprint for this development. 1.22 Community Center Recreation Activities. Eastern end of the Park is envisioned as a Community Center with neighborhood recreational facilities as shown in the Downtown Plan. The Site Plan for this area will be developed with capabilities based on need. 1.23 Museum Expansion. The Design shall include capability for expansion of the Sanford Museum. 1.24 Grand Park Space. The Final Site Plan shall include park amenities including strolling paths, band shell pavilion, landscape and park amenities as described in the Downtown Plan. 1.25 Lake CarolaJSite Drainage. The Final Site Plan shall outline solutions for Glaning Jackson Kercher Anglin Lopez Rinehart, Inc. Page I of 4 2.0 PART 2.1 site drainage and general site infrastructure. This shall include the requirement of Lake Carola to be redeveloped as an expanded landscape feature, possibly hardscaped, and with the capability of accepting up to 80% of the stormwater from the Hotel/Conference Center site. 1.26 Cost Estimates and Phasing. The Final Site Plan shall include schematic level cost estimates, and a summary of Phasing Options based on review with the Client. The concluded Final Site Plan and Cost Estimates are intended to be at sufficient detail to begin Construction Documents on a selected Phase 1 (which may actually include the entire park) as a next step. SCOPE OF SERVICES I - Base Information, Meetings and Programming Project Management and Coordination of Subconsuitants - Glatting Jackson shall manage the project with the Client and coordinate the work of subconsultants. Additional professionals working under direct contract to Glatting Jackson shall include: 2.2 2.3 Nodarse & Associates, Inc. Geotechnical WBQ Design & Engineering Civil Engineering PEC, Inc. Surveying Meetings - Glatting Jackson shall meet with the Client up to five (5) times to review progress and status of the project. This shall include a team Kick Off Meeting, programming discussions with City Staff project team and review of interim design submittals. Additional meetings shall be provided as an additional service to this agreement. Base Material - Glatting Jackson shall obtain basic survey and soils information necessary to support the work according to the attached scopes of service for the geotechnical, civil engineer and survey subconsultants. (Attachments A, B, and C) The Client shall provide any other available background information on site utilities, infrastructure, buildings, Hotel/Conference Center plans, or other program/expansion requirements. PART II - Final Site Design 2.4 Infrastructure Evaluation - Glatting Jackson will coordinate the work of WBQ in evaluating the infrastructure/utility issues necessary to support the site. This evaluation shall be primarily focused on stormwater issues necessary to accommodate the plan, and 80% of the Conference Center site. This evaluation shall include review of soil and survey data, volume calculations, and a pre- Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. Page 2 of 4 2.5 2.6 2.7 2.8 application meeting with St. John's River Water Management District to determine the proposed permitting criteria for the site. Deliverable: Based on the Final Site Plan, the team shall produce a technical memorandum outlining options for stormwater management and recommendations for further study if applicable. Additionally, the team shall produce construction documents to a schematic level, showing proposed ponds, water and wastewater lines and shall prepare a preliminary opinion of probable cost. Site Plan Alternatives - Based on initial survey, drainage and infrastructure information, as well as programming input from the Client and the Steering Committee, Glatting Jackson shall develop up to three (3) alternative layouts for Ft. Mellon Park. Glatting Jackson shall review these plans one (1) time with the Client and one (1) time with the Steering Committee £or the purpose of identifying preferred aspects of the various plans. We do not anticipate making revisions to the Site Plan Alternatives during this review process. If revisions or additional alternatives are requested by the Client, they shall be provided as an additional service. Deliverable: Three (3) hand drawn plans of Ft. Mellon Park at a scale approximately 1 "=100~ over a computer survey base. Preliminary Final Site Plan - Based on review of the preliminary site plan alternatives, Glatting Jackson shall develop a preliminary preferred Final Site Plan. Glat~ing Jackson shall review this draft plan one (1) time with the Client for the purpose of confirming preferred aspects of the plan and identifying phasing options. A preliminary opinion of cost shall be developed at this level. Deliverable: One (1) plan of Ft. Mellon Park at a scale of approximately l"=100' over a computer survey base. Some items, such as hardscape, will be generated on AutoCAD, other items, such as landscape, shall be hand drawn. Draft Schematic Level Cost Estimate. Final Site Plan - Based on review of the draft Final Site Plan, the Final Site Plan will be prepared in AutoCAD for use in the schematic Engineering Construction drawings and as a base for a final Illustrated Plan. Deliverable: AutoCAD based Site Plan of the Park. Final Site Plan shall be incorporated into Schematic Engineering Documents outlined in 2.4. Schematic Opinion of Probable Cost will be provided with identified Phase I development plan cost also estimated. Supportive Graphic Illustrations - Glatting Jackson shall produce limited (as defined below) elevation, sketch and plan graphics to describe the design ideas. These graphics will be made available to the Client in print form and to the public Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. Page 3 of 4 3.0 (viathewebsite). Deliverable: Products include: a hand illustrated plan rendering of the park at a scale of approximately 1'=100', up to two (2) perspective sketches of the park, and one to two (1-2) other illustrated details or diagrams to describe the park. These graphics will be presented in a 30"x42" presentation poster. ASSIGNED PERSONNEL The following personnel from Glatting Jackson will be assigned to this project, and will have the responsibilities described: William C. Kercher, Jr. - Peter C. Sechler - Jeffrey Figueras Manuel- 4.0 COMPENSATION 4.1 4.2 4.3 Principal-In-Charge Project Manager/Landscape Architect 5 Landscape Designer 2 The fee for Parts I and 11 shall be a lump sum of the following parts, including direct expenses and is broken down as follows. Part I - The fee for Part 1 shall be billed as a lump sum of Twenty two thousand, one hundred thirty two dollars ($22,132.00), including direct expenses. Part II - The fee for Part II shall be billed as a lump sum of Forty three thousand, six hundred and twenty seven dollars ($43,627.00), including direct expenses. Part III - The fee for Additional Services, shall be billed using the attached Hourly Rate Schedule or as an agreed upon fixed fee. 4.4 Hourly Rate Schedule / Other Direct Costs - Please refer to the attached Hourly Rate Schedule for hourly rate charges and for information concerning other direct costs. 4.5 Subconsultant Fees - Fees for subconsultants working on this project under direct contract with Glatting Jackson are listed below. These fees are included in the fees detailed above. Nodarse & Associates Geotechnical $ 2,275.00 WBQ Design and Engineering Civil Engineer 18,899.00 PEC, Inc. Surveying 9,850.00 4.6 Retainer - No retainer will be required. Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. Page 4 of 4 ProjectName: Ft. Mellon Park Final Site Plan Project Number: 16871.0 GLATTING JACKSON KERCHER ANGLIN LOPEZ RINEHART, INC. HOURLY RATE SCHEDULE Principal 3 $200 Ecologist 3 $105 Principal 2 $175 Ecologist 2 $85 Principal 1 $150 Ecologist I $65 Planner 4 $125 Landscape Architect 4 $125 Planner 3 $105 Landscape Architect 3 $105 Planner 2 $85 Landscape Architect 2 $85 Planner 1 $65 Landscape Designer 2 $75 Transportation Engineer 4 $150 Landscape Designer 1 $65 Transportation Planner 5 $150 G1S Specialist 2 $85 Transportation Planner 4 $125 GIS Specialist 1 $65 Transportation Planner 3 $105 Graphic Artist 2 $85 Transportation Planner 2 $85 Graphic Artist 1 $65 Transportation Planner 1 $65 Administrative Assistant $50 Ecologist 4 $125 Technician $50 Increase In Hourly Rates - Glatting Jackson shall conduct a review of hourly rates on an annual basis and may, upon notification to the Client, increase such rates in our sole discretion. Other Direct Costs - Other direct costs incurred in completing the scope of services are included in the fees for each part of the Scope of Services detailed in the Agreement. Other direct costs may include, but are not limited to, costs for reproduction, printing, photocopying, photography, courier services, automobile mileage and other expenses. Direct costs for any Additional Services shall be negotiated under separate agreement. Application Fees- All application, filing, and permit fees, including, without limitation, all fees to local, regional and state governments and agencies, shall be paid by the Client directly to the appropriate agency at the required time. Client Initials_~ Glatting Jackson Initials Glattlng ,Jackson Kercher A nglin Lopez Rinehart, lnc rev February 2001 ~REgDENT Leila Nodarse,ZE. SENIOR RCE PI~SEDENT Michael PreJm, VICE PRESIDENTS Richard Acree, Darlene Bradley Daniel Dunham, Da.eli HanechJ, RE. Sylvia Jammal Fouad MasrJ, RE. Daniel Stan f~ll, David Twedell Sandra Winkler ! ! ! 1030 N. Orlando AVenue Su~eA Winter Po~ FL 32789 Phone: 407148.6110 Fax: 407J4g.h112 nodan~@nodarS~com Attachment A July 18, 2002 Project No. W02-G-276 9DARSE Geotechnicol, Environmentol Consulting & Moteriols Engineering Mr. Peter C. Sechler Glatting Jackson, Kercher Anglin Lopez Rinehart, Inc. 33 East Pine Street Orlando, Florida 32801 Proposal to Provide a Preliminary Subsurface Exploration and Geotechnical Engineering Evaluation Fort Melon Park Improvements Sanford, Florida Dear Mr. Sechler: Nodarse & Associates, Inc. (N&A) is pleased to present this proposal for providing a preliminary subsurface exploration and geotechnical engineering evaluation for the above-referenced project. The purpose of the exploration is to obtain geotechnical engineering data to assist in site development at the above-referenced site. This proposal outlines our understanding of the project, presents a recommended scope of services, and contains a time and cost estimate for providing those services. SITE AND PROJECT DESCRIPTION The project site is approximately 18 acres in size and is bordered to the north by Seminole Boulevard, to the south by First Street, to the west by Sanford Avenue and to the east by San Juan Avenue in Sanford, Florida. Based on supplied information, it is our understanding that improvements are proposed for the existing Fort Melon Park in Downtown Sanford. It is also our understanding that the western portion of the site may include a County Convention Center. The remainder of the site will primarily consist of "green areas" with some recreational courts and minor facilities. Lake Corolla, located toward the central portion of the site, may be expanded/improved to accommodate additional stormwater from site development. PROPOSED SCOPE OF SERVICES The proposed scope of services is based on the supplied information and our experience in the area with sites and projects similar to this one. Our exploration is planned to include the following: BUILD ON OUR EXPERIENCE JACKSONVILLE · ORMOND BEACH · TAMPA · WEST PA~ BEACH · WINTER PARK Glatting Jackson, Kercher Anglin Lopez Rinehart, Inc. Nodarse & Associates, Inc. Project No. W02-G-276 Page 2 Allow up to two (2) days for a senior engineering technician to perform a site reconnaissance, stake boring locations, coordinate underground utility clearance at the site, perform about eighteen (18) hand auger borings to depths of about 6 feet throughout the site, and muck probing, if necessary. Mobilize mud bug drilling equipment and crew to the site. Perform two (2) machine auger borings to depths of about 12 feet adjacent to Lake Corolla. Also obtain one (1) soil sample for laboratory permeability testing. Perform visual classification and required laboratory testing of the soil samples obtained from the borings. Laboratory testing may include grain size and/or organic content analysis to verify visual classification of soil types. Laboratory testing will also include one (1) falling head permeability test on a soil sample obtained adjacent to Lake Corolla. · Analyze the field and laboratory data to develop preliminary geotechnical engineering recommendations for future site development. The exploration will be supervised by a qualified geotechnical engineer registered in the state of Florida, and the results of the exploration will be presented in a geotechnical engineering report. This report will address the following items: · Existing site conditions. · Exploration, testing and sampling methods. · Subsurface soil conditions encountered and soil classifications. · Depth to groundwater at the time of the exploration and estimated seasonal high groundwater levels. · A preliminary geotechnical engineering evaluation of the general suitability of the soil and groundwater conditions for future development. PROJECT SCItEDULE Based on our present schedule, we are prepared to mobilize to begin the field operations on this project within about three (3) to five (5) days of your authorization to proceed. We anticipate the field portion of the study to be completed in approximately two (2) to Glatting Jackson, Kercher Anglin Lopez Rinehart, Inc. Nodarse & Associates, Inc. Project No. W02-G-276 Page 3 three (3) days. Engineering analysis, necessary laboratory work, and report preparation should be completed within approximately one (1) to two (2) weeks after the completion of field work. ESTIMATED COSTS For budgetary planning, we can perform the described geotechnical services for a lump sum of $2,275.00. In computing this budget figure, we have assumed the site is accessible to our field crew, that we have right of entry to the site, and that we will not experience excessive delays due to rubble at borehole locations or for other reasons beyond our control. If such conditions are encountered that could cause the cost of the exploration to exceed the budget figure, we will notify the client and obtain approval for the additional work before we proceed. AUTHORIZATION To authorize us to proceed with this project, please execute and return to us a copy of the attached Proposal Acceptance Sheet. Authorization should be indicated by the person or firm responsible for payment of our invoice. Please note the attached Acceptance Sheet forms a part of this proposal and that our terms are "Net 30 Days." CLOSURE N&A appreciates the opportunity to submit this proposal, and we look forward to working with you on this project. If you have any questions or if we can provide any additional information, please feel free to call us at your convenience. Sincerely, NODARSE & ASSOCIATES, INC. 'as N. Jammal, E.I. Project Engineer Richard G. Acree, P.E. Senior Geotechnical Engineer Vice President Attachment: Agreement Attachment B ~"Design & Engineering July 15, 2002 Mr. Pete Sechler, Project Manager Glattmg, Jackson, Kercher, Anglin, Lopez & Rhinehart, Inc. 33 E. Pine Street Orlando, Florida 32801 Re~ Civil Engineering Services Proposal Fort Mellon Park- Schematic Design Dear Pete: WBQ De. sign & .Engineering, Inc. is pleased to present this proposal for additional professional civil engmeenng sermces. Our scope of services and proposed fees are attached. We look forward to working w/th you on this project. Sincerely, WBQ Design & Engineering, Inc. Derek Burke, P.E. President Enclosures 201 N. Magnolia Avenue · Suite 200 · Orlando, FL 32801 (407) 839-4300 · Fax: (407) 839-1621 · E-mail: wbq@wbq.com FORT MELLON PARK SCHEMATIC DESIGN CML ENGINEERING SERVICES GENERAL DESCRIPTION WBQ will provide the following services: · General analysis of existing site, including review of survey and soils data for suitability for planned redevelopment. · Detailed analysis of Lake Carolla for the purpose of modification of lake to accommodate 80% of required Stormwater Runoff volume and treatment requirement for the planned Seminole Conference Center site. · Schematic Engineering drawing showing general stormwater/drainage approach for site, including general pipe sizing. · Informal review with SJRWMD to discuss proposed improvements for the site, including Lake Carolla. · Sttmmary Memorandum outlining solutions, schematic level opinion of cost, and permitting issues. Il. ASSEMBLE DATA WBQ will review existing site data for the study area, including hydrologic data, flooding history, and documentation of hydraulic structures. In addition, WBQ will assemble data and information from coordination meetings with the City of Sanford. Field reconnaissance will be performed to verify the extent and condition of the stormwater basins and the flood control structures in the study area. The data collected will be used as the basis for the stormwater management plan. Soils and survey data, provided by others, will be reviewed and the data incorporated into the engineering analysis. III. MEETINGS/COORDINATION IV. WBQ will attend 4 meetings with the client and/or jurisdictional agencies and 4 meetings with the design team to coordinate activities and discuss project direction. The meetings include a pre-application meeting with St. Johns River Water Management District to determine the proposed permitting criteria for the site. SITE STORMWATER OPTIONS WBQ will identify stormwater flow patterns and develop a drainage basin map for the study area including Lake Carolla. A maximum of two stormwater management options will be developed. The intent is to provide attenuation and treatment of stormwater for the 1 development of the park. In addition, 80% of the runoff that will be generated from the proposed Sanford Conference Center will be managed in Lake Carolla, if feasible. WBQ will generate preliminary drainage calculations in accordance with City of Sanford design standards and St. Johns River Water Management District criteria. These preliminary drainage calculations will include treatment volume calculations and detention pond sizing. WATER AND SEWER OPTIONS WBQ will identify a maximum of two options for wastewater collection, potable water supply and site fire protection. WBQ will review as-built data provided by the City of Sanford and field survey data. An analysis of flow demand and existing treatment capacities will be completed. Recommendations for upgrades to supply sources will be provided if necessary. VI. EXHIBITS AND DOCUMENTS WBQ will document the results of the stormwater analysis in a brief Technical Memorandum. The Memorandum will identify opportunities and constraints related to stormwater management strategies for future development, and alternative stormwater management strategies as applicable. The Memorandum will also provide recommendations for areas of further study and analysis. Construction documents will be developed to a schematic level. Proposed ponds and storm structures will be shown together with preliminary pipe sizes. Water supply and wastewater collection lines will be shown. A preliminary opinion of probable cost for site development will be developed based on the schematic construction documents. The following items are clarifications to this proposal: 1. The terms and conditions of this proposal are valid for 12 months. 2. Public meetings are not included. 3. Review fees required by the City Building Department are not included. Submittal/Review fees to the permitting agencies are also not included. 4. Permitting is not included. 5. Survey and geotechnical information will be provided to WBQ. 2 planners Attachment C PEC PROFESSIONAL ENGINEERING CONSULTANTS, INC, July 23, 2002 JUL 2. 4 , C,l~ting Jackson ~nglin Lopez Rinehart~'lnc. Mr. Peter Sechler Glatting Jackson Kercher Anglin Lopez Rinehart Inc. 33 East Pine Street Orlando, Florida 32801 PSDW4-CS Dear Mr Sechler: Re: Fort Mellon Park, Phase 2 Professional Engineering Consultants, Inc. (PEC) is pleased to submit our proposal for professional surveying and mapping services in connection with the above referenced site. We propose to perform a boundary and topographic survey of the site. The project site is defined as Mellon Park being bounded by Sanford Avenue, First Street, Sna Juan Avenue and Seminole boulevard. The boundary survey will locate all above ground improvements. The location survey will include the adjacent streets and seawall. A legal description of the site will be prepared of the project site. The topographic survey will establish elevations on the site. Two site benchmarks Mil be established. Elevations will be based on mean sea level relative to Seminole County benchmarks. All trees will also be located. Utility inverts will be measured and other underground utilities will be surveyed based on the above ground markings of the utility locating agencies. The survey will then be merged with the previous survey to culminate in a signed and sealed boundary survey manuscript and CADD file of the entire Mellon Park block. The survey will also include the topography of the small pond/lake bottom. We are prepared to commence immediately, upon notice to proceed, and anticipate completion of the survey of this assignment within ten (10) working days. We propose to perform the boundary survey for $ 9,850.00 dollars. Thank you for the opportunity of submitting this proposal. Very truly yours, fi~FESSIONAL EN .GINEERING CONSULTANTS, INC. ~Yavid A. White, P.S.M. Vice President ' ~, ,~=.--8~2 ' FA>'~07849 9401