HomeMy WebLinkAbout2023 12 11 Regular 500 - East and West Wastewater Treatment Facilities Design and Construction ServicesREGULAR AGENDA ITEM 500
CITY COMMISSION AGENDA | DECEMBER 11, 2023 REGULAR MEETING
TITLE
East and West Wastewater Treatment Facilities Design and Construction Services
SUMMARY
The City of Winter Springs owns and operates two major wastewater treatment
facilities: the East and West facilities. Both treatment facilities require major
improvements to meet current and future community growth. The City issued a
Request for Qualifications (RFQ #01-23 SB) in January 2023 and selected Carollo
Engineers, Inc. as the most qualified consultant (under the Consultants’ Competitive
Negotiation Act, CCNA, process) to provide the services required to replace these two
facilities, including:
• Detailed Design Development,
• Permitting Assistance,
• Contractor Selection (CMAR – Construction Manager at Risk),
• Contractor (CMAR) Coordination,
• Project Funding Support, Grant Research, and Grant Application,
• Community Outreach/Public Involvement,
• Asset Management,
• Engineering Services During Construction,
• In-Field Construction Inspection Services, and
• Post-Construction Services (i.e., start-up of the treatment facilities and operational
support).
The total fee for all of the services provided above, including sub-consultant fees (site
civil, geotechnical, survey, and environmental subconsultants) is $12.9 million dollars
(the base detailed design fee is $7.3 million). As highlighted in the bullet points above,
this fee includes engineering design and additional services to provide
guidance/management for the new facilities. These facilities are not limited to the
wastewater plant but also include their associated pumping facilities (i.e., onsite pump
stations) and overall site development. Funding Support (to retain our State Revolve
Funding and pursue additional available grant funding), Public Involvement and
Outreach (to ensure the residents of Winter Springs are up-to-date on the ongoings of
the project and have their questions answered), and Engineering Services During
Construction, which includes Contractor Coordination & Operational Support (to
ensure existing facilities are operating as-normal and within compliance during
construction of the new facilities), are priorities of this project and included in the
overall fee. The design and construction replacement of these two facilities will be
ongoing for the next 4-5 years. However with a project of this magnitude, there are
always certain inherent risks associated with unforeseen conditions that could
603
influence the project’s trajectory. These could include land acquisition,
weather/environmental factors, regulatory changes, etc.
FUNDING SOURCE
RECOMMENDATION
Staff recommends the Commission approve the Scope of Work provided by Carollo to
provide listed services required to replace the East and West Wastewater Treatment
Facilities for a total of $12.9 million. Additionally, Staff requests the Commission
authorize the Interim City Manager and the City Attorney to prepare and execute any
and all applicable contracts and documents consistent with this agenda item.
604
1
EXHIBIT A
SCOPE OF SERVICES
East and West Wastewater Treatment Facilities
Design and Construction Phase Services
CITY OF WINTER SPRINGS
November 29, 2023
SECTION 1 INTRODUCTION
The City of Winter Springs (City) owns and operates two wastewater treatment facilities
(WWTFs): the East and West WWTF. Both facilities need major improvements to meet current
and future community growth. The City has retained Carollo Engineers, Inc. (Engineer) to
provide the services detailed in this Scope of Work per the Agreement Number__________
dated _____________________.
This Project scope is for the improvements to the City’s East and West WWTFs.
The Conceptual Design Report (CDR) was completed previously for both the East and West
WWTFs. As defined in the CDRs, major elements of the Project include:
1. Influent lift station
2. New headworks
3. New secondary treatment System, including:
a. Biological nutrient removal basins
b. Secondary clarifiers
c. Return activated sludge pumping system
d. Waste activated sludge pumping system (and tie into existing portable solids
handling system)
e. Process aeration blowers and building
4. New tertiary filtration system
5. New chlorine disinfection system, including:
a. Contact chamber
b. Sodium hypochlorite storage and feed facilities
6. Effluent transfer pumps
7. Reclaimed water pump station
8. Plant utility water pumping system
9. New electrical feed, distribution, and buildings
10. New standby generation system
11. Operations building (East WWTF only)
12. Admin and operations building (West WWTF only)
605
2
13. Site work, HVAC, plumbing, electrical, SCADA/I&C, and other ancillary improvements to
support the major Project elements.
To the greatest extent possible, the East and West WWTFs will be designed with a one-plant,
two-site concept. The design approach will be to standardize the facilities noted above to make
each plant as similar as possible to improve consistency with construction, operation, and
maintenance. This Scope and associated Fee are based upon developing one set of
specifications that will be used for the East and West WWTFs and one Computer Aided Design
Drafting (CADD) model that will be site adapted for each WWTF.
The work focuses on the development of construction documents including plans,
specifications, and other documents supporting establishment of a Guaranteed Maximum Price
(GMP) to be negotiated by the City’s selected Construction Manager at Risk (CMAR). Engineer
services will also include the necessary Project and quality management, permitting assistance,
and public involvement services. The Construction Phase services focus on the support of the
construction project including engineering services during construction (ESDC). The work
breakdown structure (WBS) for the entire Project is shown below.
Work Breakdown Structure and Relevant Project Phase
TASK
100 – Project Management
200 – Detailed Design Development
300 – Permitting Assistance
400 – CMAR Coordination
500 – Project Funding Support
600 – Public Involvement Assistance
700 – Asset Management
800 – Engineering Services During Construction
900 – City-Directed Allowances
SECTION 2 SCOPE OF SERVICES
Engineer will complete the following scope.
TASK 100 – PROJECT MANAGEMENT
Engineer will perform various project management and monitoring activities throughout the
Project, generally following PMI (Project Management Institute) methods, and as delineated in
the following tasks and sub-tasks.
101 – Project Plan
Develop a Project Plan that will identify and detail the proposed project management
activities for the duration of the Project. Specific components of the Project Plan will
include project background and scope; project requirements; identification of project team
and associated contact information; project schedule of meetings, workshops, submittal
milestones, and review dates; project budget and task breakdown; communication and
interface controls; a change management log that captures significant changes agreed
606
3
upon by the City and the Engineer; a risk register; and document control and
management plan. The Project Plan will be coordinated with the Quality Management
Plan and Permitting Assistance Plan.
Deliverables: Project Plan, PDF only
102 – Project Controls and Reporting
Develop monthly progress reports and invoices throughout the Project that identify the
following:
1. Work completed since the previous report.
2. Work anticipated in the upcoming month.
3. Project status, including scheduled and actual percent complete of the major tasks.
4. Budget status, including contracted amount, total spent to date, amount remaining,
percent spent, and actual percent complete.
5. Schedule status, including variances in the project schedule by milestone and/or
deliverable, and total project.
6. Dates of anticipated milestones and/or deliverables in the upcoming month.
7. List of coordination and/or information required, including responsible parties.
8. List of problems encountered (if any) and proposed resolution, including technical,
budgetary, and schedule problems.
9. List of potential scope changes, including a brief description and reason for change,
along with potential impact on budget and schedule.
10. List of issues needing resolution, including party(s) involved and date required so as
not to impact project schedule.
11. List of all major reviews and number conducted month to date compared to the
estimated amounts for items such as submittals, request for information (RFIs), design
clarifications (DCs), etc.
Develop and maintain project logs documenting key decisions and action items
throughout the project duration.
Deliverables: Monthly Progress Reports and Invoices, Decision Log, and Action
Log; PDF only
103 – Project Schedule
Develop and maintain a project progress schedule during the design phase. The
schedule is maintained in MS Project format. Each activity of the scope of services herein
will be incorporated into the WBS of the schedule. Project timelines, along with
identification of task inter-relationships, will be provided in a Gantt format. Schedule will
include both original baseline and actual progress.
A draft refined baseline project schedule will be submitted to the City for review and
approval three weeks following receipt of written NTP from the City. The project schedule
will be updated monthly and delivered (electronically) to the City as part of the monthly
progress report and invoice. The monthly schedule will include initial baseline, actual
progress, status of actual versus initial baseline, and projected completion of tasks.
607
4
The project delivery method is Construction Manager at Risk (CMAR). When the CMAR
is selected and under contract with the City, the schedule and updates will be provided
for incorporation into the CMAR’s overall project schedule.
Deliverables: Draft and Final Updated Baseline Project Schedule and Monthly
Updates, MS Project and PDF formats
104 – Project Meetings
Prepare and distribute agendas and meeting notes for each meeting. Agendas will be
submitted to the City at least two days prior to the meeting. Meeting notes will be
submitted to the City no more than five days following each meeting. Meetings will be
hybrid (in person and via MS Teams).
Design Kickoff Meeting. Conduct a Design Kickoff Meeting approximately three weeks
following receipt of written NTP from the City. Meeting objective will be to review the
scope of work, schedule, and project plan.
Monthly Project Meetings. Conduct monthly project meetings with City representatives
throughout the design phase to keep the City informed of the project progress and obtain
input and direction. The monthly meetings will include the presentation of completed and
upcoming scope items, as well as technical items for City review and approval, results
from data collection, and other outstanding project issues.
Deliverables: Meeting Agenda and Summary Notes, PDF only
105 – Project Coordination
Prepare and coordinate necessary sub agreements required for the Project and manage
the subconsultant Engineers throughout the Project.
106 – Council Meetings/Presentations
As required by City, prepare relevant materials (i.e., presentation slides, renderings, etc.)
regarding the Project for presentation and discussion with the City Council and/or other
City management representatives. Materials up to the amount budgeted will be prepared.
Deliverables: Presentation Materials, MS PowerPoint and PDF
TASK 200 – DESIGN DEVELOPMENT
Engineer will prepare detailed construction contract documents for the Project that will be used
by the CMAR to construct the project, prepare the construction cost model and corresponding
guaranteed maximum price (GMP), prepare the project schedule, equipment and subcontractor
procurement, and for permitting through regulatory agencies.
The design will be developed using CADD 3D software to enhance visualization during design
and construction as follows:
1. The various structures and buildings will be developed in a 3D format with applicable
extractions from the associated 3D models to create 2D drawings (plans and sections) for
adding applicable details and annotations as part of the interim review submittals identified
herein.
2. The 3D models will be updated throughout design development and reviewed with City staff
during regularly scheduled progress meetings and supplemental coordination meetings with
City O&M staff and Contract Operator. The models will be in viewable PDF format.
608
5
3. To encourage standardization of construction and operations, in addition increase design
efficiency; a one model approach will be maintained for both the East and West WWTFs to
the greatest extent possible and site adapted for each location.
The detailed design will consist of a multi-discipline design effort generally described by the
following elements:
1. General/Civil/Site Work – The general/civil design will include hydraulic analysis,
development of plant layout and survey control, site drainage, paving, and grading, and
location of yard piping. Where necessary to define vertical alignment, yard piping profiles will
be included for gravity pipelines and pressure pipes greater than 12 inches in diameter.
2. Architectural – The architectural design will include the development of basic building
layouts, conformance to the existing overall site theme and site security requirements, and
selection of building materials. A building code occupancy plan will also be developed.
Building designs will include Operations Building (East WWTF), Operations and
Administration Building (West WWTF), blower/electrical building, various canopy structures,
and other miscellaneous support buildings. Engineer will conduct a meeting with City
representatives to identify building layout needs and requirements prior to development of
layouts.
3. Structural – The structural design will include the development of structural design criteria,
selection of structural construction materials, design of foundations and foundation
treatment, and design of the structural members for the various required facilities.
4. Process/Mechanical – The process mechanical design will include development of the
detailed control and operation schemes for the various processes and process units. The
mechanical design will include determination of equipment performance and characteristics
required, selection of mechanical equipment, location and arrangement of the equipment
(with tag numbers) and associated piping, design of the equipment and the associated
piping, and design of the supports for equipment and piping. Components of the required
odor control systems, including foul air ventilation and treatment, will be included in the
mechanical design. In general, tag numbers for all electrically actuated valves 4-inches or
greater will be included on mechanical drawings.
5. HVAC/Plumbing/Fire Protection – The heating, ventilation, and air conditioning (HVAC)
design will include the development of HVAC systems required for the various buildings and
areas, including equipment, ductwork, and ancillary devices. The plumbing design will
include the development of potable and non-potable water and drainage systems required
for the various buildings and areas. The fire protection design will be a performance
specification only and will include fire suppression systems required for the various buildings
and areas, including wet sprinklers and alarm systems. It is assumed that motor control
center (MCC) areas and electrical control rooms will be provided with non-water-based fire
suppression systems. The plumbing and fire protection design will be coordinated with utility
requirements.
6. Electrical – The electrical design will include an assessment of new plant power
requirements, coordination with the existing East and West WWTF power distribution
systems, design of power distribution and lighting systems for buildings and areas,
development of motor control schemes, design of MCCs and power conduits, and
identification of area classifications, based on City’s input and approval of recommended
strategies and manufacturers. The electrical design will be coordinated with the City and the
local electrical provider’s requirements. Specific items relative to standard electrical
drawings and specifications will be as follows:
609
6
a. Overall site electrical plan identifying major electrical components (service entrance,
primary switchgear, standby generators, duct banks, and electrical manholes); load
calculations; area power, lighting, grounding, and receptacle plans; area classification
(class and division); general notes, key notes, and detail callouts. Engineer will also
provide duct bank section cuts showing conduit arrangement. Plan drawings will not
include point-to-point conduit routing.
b. MCC design will include MCC front-face elevations (not to scale) and single-line
diagrams identifying process equipment, panels, and other electrical power
requirements.
c. Panel layout design will include front exterior (face) elevation layout with general
dimensions only. Description of general panel components, including wiring and color-
coding standards, will be included in the technical specifications. Layouts for panels
provided by manufacturers to be provided as part of an engineered package with
equipment will not be included in Engineer’s design drawings. Panel layout drawings will
not include interior layouts; internal and external wiring/connection diagrams; bill of
materials; detailed labeling; or detailed dimensional drawings. Technical specifications
will include provisions requiring equipment manufacturers and panel builders to provide
this additional level of detail as part of the submittal process, for Engineer and City
review and approval.
d. Electrical design will include lighting fixture and panel schedules and specification for
lightning protection systems for buildings and basins.
e. Electrical design will not include detailed cable/conduit schedules, cathodic protection,
wide area network (WAN), loop diagrams (analog), wiring diagrams (discrete signals), or
point-to-point control wiring diagrams. Specific requirements for supplier(s) to submit
detailed analog loop diagrams and discrete signal wiring diagrams (in hardcopy and
electronic format) as part of the shop drawing submittal process will be included in the
technical specifications.
7. Instrumentation and Controls – The instrumentation and controls (I&C) design will include
specification of instrumentation hardware and software required to accomplish the
distributed control and operation scheme(s), design of alarm and display systems, functional
layout of area control centers, and selection of control and monitoring instruments.
Instrumentation design will include only on-site facilities. Specific items relative to standard
I&C drawings and specifications will be as follows:
a. Provide block diagram(s) and network diagram(s) for the plant control system.
b. Provide process and instrumentation diagram (P&ID) drawings based on a vertical
hierarchy of layers (or bands) ordered from top to bottom as follows:
i. SCADA (telemetry interface only)
ii. PLC
iii. LCP
iv. FIELD (process equipment and field instrumentation)
c. Repetitive and/or redundant process controls will be identified as “typical of (number)” as
appropriate. Manufacturer’s packaged equipment will be shown on P&IDs as a “black
box” with only the interface monitoring and control signals identified. Tag numbers for all
equipment, motorized valves, and instrumentation will be included on P&IDs. P&IDs will
610
7
not include PLC I/O addresses, pipe fittings, or pipe sizes. Control descriptions will be
included in the specifications. P&IDs will not be provided for the following systems:
i. Closed circuit television (CCTV) and/or security systems (including controlled gate
access)
ii. Fire detection and alarm systems
iii. Telephone and plant intercom/paging systems
iv. HVAC systems, including supply and exhaust fans, louvers, ACUs, and AHUs
(unless specifically tied to odor control or other process)
v. Process laboratory facilities
vi. Bridge cranes and/or monorails
vii. Maintenance service equipment
viii. Automatic overhead coiling doors (except for truck loading bay area)
ix. Storm water drainage
x. Landscape irrigation
d. Design will include “typical” schematics supplemented with tables for multiple products.
Repetitive and/or redundant equipment items will not be identified with individual
schematics. Wire numbers and PLC input/output (I/O) terminal assignments will also not
be included.
8. Other Disciplines - Plant fire alarm system consisting of a riser diagram and technical
specification. Security system power and controls including card readers, and door contacts.
In addition to assignment of tag numbers for new equipment and instrumentation, any
equipment and instrumentation that will be “reused” will be “re-tagged” for consistency, along
with updated overall control system block diagram.
NOTE: Security-related components (i.e., associated EI&C plans and specifications) will be
included in a separate package to protect and maintain confidentiality/security, unless
specifically directed otherwise by the City.
201 – Site Investigations
201.1 – Geotechnical Investigation. Engineer will coordinate a geotechnical investigation
at both the East and West WWTF sites to include the drilling and sampling of test borings
to determine subsoil conditions and provide samples for laboratory testing. Number and
depth of borings are detailed in attached subconsultant scope. Engineer will submit draft
Geotechnical Investigation Report to the City and CMAR for review. Engineer will further
coordinate and consult with the geotechnical subconsultant and the CMAR during
detailed design.
The CMAR shall review the Geotechnical Investigation Report and supporting data and
coordinate any additional investigations that they may determine to be necessary. Costs
to perform any additional geotechnical investigation(s) shall be borne directly by the
CMAR and not the Engineer.
Deliverables: Draft and Final Geotechnical Investigation Report, PDF only
611
8
201.2 – Topographical and Site Surveys. The Engineer will coordinate a survey of site
topographical and key existing facilities features to document the current conditions and
surface features of the area proposed for the new and modified facilities. Site survey will
also include identification of staked geotechnical borings and horizontal grid development
for design of new facilities and site/civil improvements. Subsurface utility excavation
(SUE) is also included to locate piping and other buried infrastructure. Details of site
survey scope are outlined in attached subconsultant scope.
Deliverables: Draft and Final Site Topographical Maps, PDF only
201.3 – Environmental Investigations. Engineer will arrange an environmental
investigation of the site to support the permitting efforts described in this Scope of Work.
Engineer will delineate the boundary of all wetlands within 50-feet of proposed
construction activities. Wetland boundaries will be field located using consecutively
numbered flagging and the location of each flag will be collected using handheld GPS
equipment. The field flagging will also be included with the site survey to determine if the
wetlands are delineated properly. Details of environmental investigations are outlined in
attached subconsultant scope.
202 – 30% Design Submittal Package
The 30 percent design submittal is intended to expand the preliminary design concepts
and strategies and in 3D and 2D format to support collaborative design development with
City and CMAR. A design review workshop will be held with the City and CMAR following
submittal of the 30 percent design package. Note, at 30% design, the intent will be to
develop a single common design (East and West) which focuses on the major structures,
sizing and key equipment. After 30%, the design of each respective facility will be further
detailed and adapted to the site.
The 30 percent design review submittal will generally consist of the following:
1. Engineering Report – The Engineer will provide a report summarizing the 30 percent
design to support permitting.
2. 3D Model – The Engineer will provide various perspective and sectional views of each
process area to convey the layout of each process area.
3. Instrumentation and Controls Drawings – I&C drawings will include general notes,
legend, and abbreviations; plant control system architecture and block diagrams; and
preliminary process and instrumentation diagrams (P&IDs). Engineer will develop
preliminary P&IDs for the various process systems required. No control system data
communication routing plans; control equipment location plans; or instrumentation
installation typical and/or specific details and equipment control schematics will be
included in this review submittal.
4. Technical Specifications –Engineer will develop a list [outline] of technical
specifications expected for the Project. List of specifications will be arranged in
tabular format by CSI Division.
5. Typical Details – Engineer will develop a list [outline] of typical details expected for the
Project. List of typical details will be arranged in tabular format by discipline.
6. Equipment and Instrumentation List – The preliminary Equipment and Instrumentation
List developed as part of the PDR will be updated throughout the project to
incorporate City input and final selections by the CMAR.
612
9
Deliverables: Electronic version in PDF format of Review Drawings, Technical
Specifications (list only), and Typical Details (list only) for City and CMAR
203 – 60% Design Submittal Package
The 60 percent review submittal will include applicable updates from the 30 percent
review submittal, including the incorporation of applicable 30 percent submittal review
comments provided by City and CMAR. Engineer will provide a 30 percent design
submittal comments log with the 60 percent review submittal. A design review workshop
will be held with the City and CMAR following submittal of the 60 percent design package.
At the 60% design level and beyond, the 30% “common design” will be applied to each
facility. The intent will be to initially design the East WWTF, immediately followed by the
West WWTF.
The 60 percent design review submittal will generally consist of the following:
1. 3D Model: – The Engineer will provide various perspective and sectional views of
each process area to convey the layout of each process area. Detailed drawings will
be issued as needed by the CMAR for their GMP development.
2. General Drawings – The General drawings will include applicable updates from 30
percent drawing set, plus preliminary construction staging areas, temporary facilities,
and site access designations for each of the two sites (East and West).
3. Instrumentation and Controls Drawings – The I&C drawings will include applicable
updates from 30 percent drawing set, plus preliminary control equipment location
plans; and preliminary instrumentation mounting details and preliminary control
schematics for equipment and instrumentation.
4. Technical Specifications – The 60 percent specification set will include technical
specifications. Engineer will also submit supplemental summary sheets for City review
relative to preliminary selection of major products, acceptable manufacturers, and
methods. Control descriptions will also be substantially complete and provided to the
City as part of the 60 percent design specifications review submittal. Specifications
will be coordinated with the CMAR based on design package needs for continued
development of the cost estimate.
5. Typical Details – Engineer will compile and develop the typical details expected for
the project.
6. Equipment and Instrumentation List – The Equipment and Instrumentation List will be
updated accordingly.
Deliverables: Electronic in PDF format of Review Drawings, Technical
Specifications. and Typical Details for City and CMAR
204 – 90% Design Submittal Package
The 90 percent submittal will include applicable updates from the 60 percent review
submittal, including the incorporation of applicable review comments provided by City and
the CMAR, plus the incorporation of typical details from book form into the drawing set.
The work effort for this item will include close coordination with the CMAR to provide
design information needed to assist in the continued development of the GMP. This
design package will be used by the CMAR to determine his final guaranteed maximum
price (GMP). This design package is also intended to be used for agency review for
613
10
permitting and approvals. A design review workshop will be held with the City and CMAR
following submittal of the 90 percent design package.
Deliverables: Electronic in PDF format of Review Drawings, Technical
Specifications, and Typical Details for City and CMAR
205 – Final (100%) Contract Documents
The 100 percent (final) Contract Documents will include applicable updates from the 90
percent review submittal, any design changes from CMAR early work packages, and
applicable comments provided by City and the CMAR, plus applicable City Department
and agency review comments. Engineer will finalize, electronically seal, and submit all
design drawings and technical specifications in the appropriate format following receipt of
all review comments provided by City and other review agencies. Engineer will provide a
copy of final design submittal comments log to City with the final submittal.
Deliverables: Electronic in PDF format of Review Drawings, Technical
Specifications and Typical Details for City and CMAR
TASK 300 – PERMITTING ASSISTANCE
Engineer will perform various permitting coordination and assistance activities throughout the
Design Phase, as delineated in the following tasks and sub-tasks. Specific permits, plans and
reviews anticipated under this Project include the following. Engineer will coordinate with the
permitting agencies on behalf of the City and complete permit applications related to the Project.
When appropriate, pre-submittal meetings will be held with the agency to assist with the
permitting process.
301 – FDEP Permit
Engineer will schedule and conduct a pre-application meeting with FDEP during the 30%
design package development. Prepare for the meeting with drawings and design criteria
to assist with understanding the Department’s permitting requirements for the Project.
Prepare and submit the FDEP construction permit and engineer’s report in coordination
with the City’s review and input. Engineer will respond to any comments or requests for
additional information (RAIs).
302 – Site Permitting
Engineer will consult with the City Building Department to determine the permitting
requirements for construction of the improvements proposed under this Project including
any special stormwater or utility requirements. This also includes leading the
NPDES/404 permit application, in coordination with the environmental aspects (sub-
consultant). This task will include scheduling and attendance at the Pre-Application
Request Conference, and associated fees. After determination of the permitting
requirements, Engineer will prepare and submit the permit application and supporting
documents. Engineer will respond to any comments or requests for additional information
(RAIs).
Engineer will submit for environmental permits as required for each site in coordination
with subconsultants. Engineer will prepare and submit the permit application and
supporting documents. Engineer will respond to any comments or requests for additional
information (RAIs).
Note for all permitting, permit application fees shall be paid directly by the City.
614
11
Deliverables: Draft and final permit applications and associated documents, PDF
only
TASK 400 – CMAR COORDINATION
The purpose of this task is to assist the City with the CMAR project delivery. This includes
selecting one Construction Manager at Risk (CMAR) to develop a guaranteed maximum price
(GMP) for the construction of the two WWTFs and oversee and coordinate the construction. The
Engineer will assist the City in their review of the cost estimates and GMP proposal submitted
by CMAR. As part of the collaborative nature of the CMAR delivery approach the Engineer will
coordinate the detailed design with the CMAR.
401 – Procurement Planning
The purpose of this subtask is to establish the plan for development of the procurement
documents and execution of the procurement process, as well as to prepare the
documentation and complete the GC/CM justification and approval process.
Engineer will review the City’s existing procurement codes, policies and procedures, and
review requests for qualifications (RFQ) and requests for final price proposals (RFPPs)
previously utilized by the City for GC/CM contracting.
Deliverables: Draft and final Procurement Planning Memo, PDF only
402 – Procurement Document Development
The purpose of this subtask is to prepare request for qualification (RFQ) documents and
to support the City in developing the CMAR Agreement including preparation of CMAR
scope of services and technical documentation to accompany the CMAR Agreement.
402.1 - Develop Request for Qualifications (RFQ)
Engineer will assist with preparation of RFQ documents, including the solicitation
document, a list of reference documents, submittal forms, and City standard procurement
forms. It is assumed that an industry recognized template will be used as the basis for the
RFQ with inputs from the City’s existing procurement documents. The Engineer will
prepare draft and final RFQ solicitation documentation and meet with the City to discuss
review comments. Engineer will assist City in assembling RFQ documents for issuance.
Deliverables: Draft and final RFQ documentation, PDF only
402.2 - Develop CMAR Agreement Scope of Services Exhibits
Engineer will develop CMAR scope of service exhibits that document the selected CMAR
scope requirements during design, construction, and startup testing/commissioning.
Specifically, Engineer will develop the following exhibits:
1. Design Phase Scope of Services that documents the CMAR responsibilities during
design phase of Project including project management and coordination, design and
constructability reviews, cost development and submittals, subcontractor
procurement, and the guaranteed maximum price (GMP) proposal.
2. City’s Requirements Specifications that serve as the City’s construction general
requirements (i.e., City’s Division 0 and any Division 1 specifications) that document
the CMAR responsibilities during the construction phase of the Project including
project management and coordination, quality control, schedule and cost
management and reporting, record keeping, temporary facilities requirements, and
startup/commissioning responsibilities. To the extent possible, the City’s existing
615
12
general requirement specifications will be integrated into specifications specific to the
Project.
Engineer will meet with City for three, 2-hour coordination meetings to discuss
development of CMAR scope of services documents.
Deliverables: Draft and final Design Phase Scope of Services exhibit, Draft and
final City’s Requirements Specifications, PDF only
403 – Procurement Process Support
Engineer will support the City in administering the RFQ phase of the procurement
process by providing the following services:
1. Assist the City in conducting a pre-statement of qualification (SOQ) meeting with
interested parties to explain project and procurement process/expectations.
2. Assist the City in responding to questions received from potential CMAR teams
regarding the RFQ/SOQ. Engineer will draft responses to questions for City review
and approval and assist in issuing RFQ addenda as necessary.
3. Review SOQ received from potential CMAR teams and prepare a SOQ Review
Summary Matrix for use by the City. Engineer will determine if minimum submittal
requirements have been satisfied for each SOQ and notify City accordingly.
4. Engineer will prepare a scoring matrix in accordance with the scoring prescribed in
the RFQ, and for use by the City in scoring SOQs submitted.
Deliverables: Pre-SOQ Meeting agenda, presentation materials, and minutes; Draft
and final RFQ addenda; Draft and final SOQ Review Summary Matrix; Draft and
final Scoring Matrix (in Excel)
404 – GMP Proposal Review and Amendment Support
Engineer will review the guaranteed maximum price (GMP) proposal submitted by CMAR
to evaluate costs and to determine compliance with CMAR Agreement requirements.
Engineer will notify the City and the CMAR of any deficiencies and coordinate with the
City and CMAR to revise GMP proposal documents for acceptance by the City and
incorporation into the Construction Phase Amendment. Engineer will review
subcontractor bids submitted by CMAR has provided in the GMP proposal, review costs
for all self-performed work, and review contingency justification and values. Engineer will
coordinate with the City’s legal counsel as required to prepare the Construction Phase
Amendment. It is assumed that City’s legal counsel will prepare and assemble
amendment with Engineer providing input regarding content and format of amendment.
Deliverables: GMP proposal review summary, PDF only
405 – Cost Model and GMP Reviews
The purpose of this subtask is to assist the City in their review of the cost estimates and
GMP proposal submitted by the CMAR, and to assist with completion and negotiation of
the Construction Phase Amendment.
Engineer will review construction cost estimates (“cost models”) provided by CMAR at the
30, 60, and 90 percent design milestones. Engineer’s costs estimate review will
specifically include the following:
1. Evaluate compliance of cost estimates with cost submittal requirements.
2. Review direct and indirect unit costs, including review of general conditions costs.
616
13
3. Review/audit supplier and subcontractor quotes and request supplemental quotes, as
necessary.
4. Compare costs with other applicable projects.
5. Perform review of contingency values proposed by CMAR.
Engineer will provide City with summary memorandum of cost review findings and
recommendations after review of each cost estimate.
Deliverables: Cost review summary memorandum (3 total), PDF only
406 – CMAR Coordination
During the detailed design and construction phases of the project, Engineer will
coordinate with the CMAR as part of the collaborative delivery approach. This will include
phone calls, emails, meetings, and workshops.
TASK 500 – PROJECT FUNDING SUPPORT
Engineer will provide support, identification, and pursuit of loan and grant funding for
implementation of the Project.
501 – Funding Opportunities Support
Engineer will support the City in identifying funding opportunities for the Project, including
the FDEP SRF program, potential grants and other funding sources. Engineer will assist
as needed and requested by the City and the City’s staff to facilitate the flow of funds
from the funding agencies. Engineer will represent the City before the FDEP and others
in settling any issues relative to the disbursement process and compliance requirements
that may arise during the planning and design phases of the Project. Advice and
guidance will be provided to the City in the development of planning, design, and
procurement documents that meet the requirements of the funding agencies.
502 – Bidding/Procurement Document Preparation Services
Engineer will advise and assist the City in the preparation of bidding/procurement
documents with conditions and provisions as may be required by the FDEP. Engineer will
assist the City in obtaining appropriate documents for compliance with the federal Davis-
Bacon Act, American Iron and Steel requirements, and other compliance requirements for
inclusion in the procurement documents. Engineer will advise the City in the preparation
of the Site Certification and other supporting documents as may be required to obtain
approval of the FDEP. Engineer will coordinate with the City to assist in gaining approval
of the plans, specifications, procurement documents, contract documents, and supporting
documents by the FDEP so that the Project is ready to proceed to construction.
503 – Design Loan Disbursement Requests
Engineer will gather and assemble the monthly invoices for engineering services,
administrative services, and other SRF eligible costs along with supporting backup
documentation as required by the FDEP necessary to prepare the disbursement
requests. Engineer will review the invoices to verify SRF eligibility. Engineer will prepare
the disbursement requests and submit the requests to the City for review, approval,
signing, and submittal to the FDEP.
504 – Construction Loan Request for Inclusion (RFI)
617
14
Engineer will review available information and assemble the supporting documents and
prepare a draft SRF RFI for a construction loan for the Project in accordance with the
requirements of the FDEP. The RFI will be submitted to the City for review, approval,
signing, and for submission to the FDEP. Engineer will respond to any questions or
comments relative to the RFI on the City’s behalf to confirm the Project meets the
requirements for listing on the fundable portion of the SRF Priority List. Engineer will
attend the SRF Priority List meeting on behalf of the City and report the results of the
meeting to the City.
505 – Construction Loan Application
Engineer will coordinate with the City’s Finance Department and assist as needed in
preparing the SRF construction loan application. Engineer will provide comments and
recommendations relative to the application and application process. Engineer will assist
the City in completing the final construction loan application and the submittal of the
required documentation to the FDEP. Engineer will assist the City in the preparation of a
draft loan authorizing resolution or ordinance and certifications as may be necessary to
complete the application process. Engineer will coordinate with the City and the FDEP to
gain approval of the application. Engineer will review the draft loan agreement that will be
prepared by the FDEP. Engineer will comment and advise the City as to the provisions of
the draft agreement, communicate with the FDEP to negotiate any needed revisions to
the draft agreement, and respond to comments and questions on the City’s behalf.
Engineer will provide guidance on the execution and filing of the final agreement with the
FDEP.
506 – Pre-bid / Procurement Services
Engineer will assist with the preparation of the advertisement and bidding of the Project
and participate in the pre-bid coordination as needed, including the CMAR work
packages meet funding criteria. Engineer will advise and assist the City in preparing the
bid submittal package for the FDEP to gain authorization for contract award.
507 – Construction Phase Support
Engineer will review the CMAR’s invoices for compliance with the loan program
requirements and submit requests for reimbursements monthly.
Deliverables: Presentation Materials and information for Funding Documents, MS
PowerPoint and PDF
TASK 600 – PUBLIC INVOLVEMENT ASSISTANCE
The purpose of the Public Involvement Assistance is to aid the project team in their
communication with the community surrounding the project sites and City-wide residents. It is
the intention of the public involvement portion of the Project to keep affected stakeholders
informed of proposed changes to the site, consider comments from and listen to potentially
affected interests, and work with the project team to make sure that alternatives are developed
which consider the feedback obtained from the public input, as may be requested by the City.
601 – Project Media Updates Support to City
Engineer will develop project information documents (flyers, newsletters, presentation
data) as needed to be distributed to the local community residents and businesses
around the project areas, either in hardcopy of electronic (email and City Website) format.
618
15
The task effort may vary or be adapted to the project needs, but will be based upon the
allotted budget.
Deliverables: Draft and Final Newsletters (type to be determined with City)
602 – Preparation and Attendance for Stakeholder Meetings
Engineer will coordinate, prepare, and attend (virtual or in person) meetings with the
public or City personnel or other interested parties to provide updates on various WWTF
components and construction activities. Meetings up to the amount in the attached
budget are anticipated.
Deliverables: Meeting notes, PDF only
603 – Facility Renderings
Engineer will develop and update architectural renderings in 2D and 3D format plus
applicable architectural material boards for assistance in communicating proposed
facilities to the public, City management, elected officials, and other interested
stakeholders.
Deliverables: Renderings and Boards (Number and type of copies up to budgeted
amount)
604– General Facility Support
Engineer will coordinate with City management and staff (i.e., City’s engineers,
operations, engineering, etc.) throughout the design phase including meetings, calls, and
site visits to address design items. This continued coordination will provide documented
information for decisions made and include site visits to meet with Operations staff for
continued input and collaboration.
Engineer will coordinate with the City’s Contract Operator throughout the duration of the
design process. Time in this task may also include technical support, regulatory support,
public outreach, or other as-needed support related to interim operation of the existing
WWTF’s.
TASK 700 – ASSET MANAGEMENT COORDINATION
701 – Update City Asset Registry
Engineer will review and confirm the Asset Registry of the East and West WWTFs assets
as-builts following completion of construction and commissioning of both WWTFs. The
registry will be reviewed to align with as-built drawings and final vendor O&M manual
submittals. Final revisions will be transmitted to the City’s team in Microsoft Excel file
format.
702 – Preventive Maintenance Schedules
Engineer will collect and organize vendor prescribed maintenance for East WWTF and
West WWTF equipment assets. Engineer will coordinate a workshop with the City to
review and select assets from the final asset registry for development of preventive
maintenance (PM) schedules. The workshop will determine triggers to maintenance
schedules such as calendar intervals, runtime, and key performance indicators. Based on
selected assets and final vendor O&M manual submittals, Engineer will compile a draft
spreadsheet of maintenance schedules. A workshop will be coordinated with City staff to
619
16
review the schedules. Following the review workshop, a final spreadsheet will be
delivered to the City for implementing PMs schedules.
703 – Preventive Maintenance Templates
Based on selected assets and final vendor O&M manual submittals, Engineer will assist
the City with development maintenance tasks for creating and implementing PM
templates. Engineer will compile an Excel spreadsheet of maintenance tasks for City
review. A workshop will be coordinated with City staff to review the maintenance tasks
spreadsheet. Following the review workshop, a final spreadsheet will be delivered to the
City for implementing PM templates.
704 - Asset Management Business Processes
Defined processes for adding and replacing assets is a key element of a sustainable
asset management plan. Engineer will coordinate a business process workshop to review
and document the City’s current and future best practices for evaluating refurbishing and
replacing critical assets. Best practices will evaluate impactful elements such as lead
times for major rework of rotating equipment, replacement ordering and design services,
and condition assessments the City can incorporate into remaining useful life
calculations.
Deliverables: Asset registry, PM schedules, and PM templates (MS Excel); and
workshop presentations (PDF of slides)
TASK 800 – ENGINEERING SERVICES DURING CONSTRUCTION
TASK 810 – PROJECT ADMINISTRATION SERVICES DURING CONSTRUCTION
Engineer will perform general project administration activities throughout the Construction
Phase, as delineated in the following tasks and sub-tasks:
811 – Representation on Behalf of the City
Engineer will consult with and advise the City and act as its representative during
construction. Engineers of record will make site(s) visits at periods appropriate to the
various stages of construction to inspect, as an experienced and qualified professional,
the progress and quality of the executed work of CMAR and to determine if such work is
proceeding in accordance with the construction documents.
Engineer’s efforts will be directed toward providing a degree of confidence for City’s that
the completed work of CMAR will conform to the Contract Documents, but Engineer will
not be responsible for the failure of CMAR to perform the work in accordance with the
construction documents.
Based on on-site examination of materials, equipment, and workmanship, Engineer will
keep City informed of the progress of the work, will endeavor to guard City against
defects and deficiencies in such work, and will disapprove or reject work failing to
conform to the construction documents. This task will include the following items:
a. Attend pre-construction [kickoff] conference: Engineer will attend pre-construction
conference. At the conference, Engineer will identify field services to be provided by
Engineer and discuss appropriate coordination procedures. Engineer will assist
CMAR in preparation of agenda for the meeting.
620
17
b. Provide construction administration, quality assurance, and coordination: Engineer
will provide construction administration and quality assurance services during the
course of construction regarding the overall technical correctness of the construction
phase services and that specified procedures are being followed and that schedules
are being met. Engineer will provide coordination functions during the construction
phase as follows:
i. Hold coordination meetings with the City representative and other City staff as
needed monthly.
ii. Coordinate with regulatory and approving agencies and utilities as required.
iii. Coordinate the work of specialty subconsultants assigned to the Project.
Deliverables: Miscellaneous Project Documents (PDF only)
812 – Administer the Construction Schedule
Engineer’s opinions concerning the various scheduling documents produced or used by
the CMAR are for information and are not controlling on the CMAR. It is the CMAR’s
responsibility to continue to exercise its independent judgment concerning means,
methods, and sequences of construction it employs. The CMAR remains solely
responsible for meeting contract time(s) identified in the construction documents.
a. Review baseline schedule: Engineer will review and critique the CMAR's baseline
schedule in accordance with the construction documents. Engineer will examine the
work sequence, durations, interim milestones, and other scheduling features in
accordance with the requirements of the construction documents. Engineer will
prepare a summary of the baseline schedule review comments and will meet and
discuss the schedule comments with the CMAR and the City's representative.
b. Review progress schedule updates: Engineer will review the CMAR’s progress
schedule updates to the construction schedule in accordance with the construction
documents. Engineer will perform a review of progress accomplished during the
period and compare to planned schedule and discuss significant discrepancies with
the CMAR. Engineer and CMAR will establish, based on the data, the percent of
Project completion. Engineer will meet with CMAR on monthly basis to review and
update the schedule data. Based upon the schedule update, Engineer will
recommend processing progress payments. The primary performance of the task will
be performed under Task 840.
Task effort is based on receiving thirty six (36) monthly schedules, including one baseline
schedule, from the CMAR.
Deliverables: Baseline Schedule Review Comments Summary (electronic format
only)
813 – CMAR Progress Payments
Engineer will review, prepare comments, and reach agreement with the CMAR on the
progress represented in the CMAR’s schedule of values. The monthly schedule update,
schedule of values, in combination with Engineer’s field inspections, and the progress
schedule shall be used by Engineer to determine the appropriateness of the CMAR’s
request for payment.
621
18
Engineer, as an experienced and qualified professional, and on review of applications for
payment and the accompanying data and schedules, determine the amounts owed to
CMAR and recommend in writing, payments to CMAR in such amounts; such
recommendations of payment will constitute a representation to City, based on such
inspections and review, that:
a. the work has progressed to the point indicated;
b. to the best of Engineer's knowledge, information, and belief, the quality of such work
is in accordance with the construction documents (subject to an evaluation of such
work as a functioning Project upon Substantial Completion, to the results of any
subsequent tests called for in the construction documents, and to any qualifications
stated in the recommendation); and
c. payment of the amount recommended is due and owed to the CMAR.
d. For unit price work, Engineer’s recommendations for payment will be a determination
of completed quantities of such work.
Task effort is based on receiving thirty six (36) Pay Applications from the CMAR.
Deliverables: Recommendation of Progress Payments (PDF only)
814 – Substantial and Final Completion Inspection
Following notice from the CMAR, Engineer will conduct an inspection to determine if the
Project or the work associated with interim milestones is substantially complete in
accordance with the construction documents. If Engineer considers the work substantially
complete, Engineer will deliver to the City and the CMAR the Certificate of Substantial
Completion and the punch list, the date for completion of the punch list, and recommend
the division of responsibilities between the City and the CMAR. If the work is not
substantially complete, the process shall be repeated until the work is substantially
complete.
Engineer will, upon completion of the punch list items as notified by the CMAR, make
final inspection to determine if the finished work has been completed to the standard
required by the construction documents, determine whether required inspections and
approvals for permit compliance have been satisfactorily completed, and CMAR has
fulfilled the obligations so that Engineer may recommend, in writing, final payment to
CMAR and may give written notice to City and the CMAR that the work is acceptable,
subject to any conditions therein expressed and in consultation with the City whether the
work is finally complete. At or prior to the final inspection, Engineer will request the CMAR
prepare and furnish:
a. Certification that all obligations for payment for labor, materials or equipment related
to the work have been paid or otherwise satisfied;
b. certification that all insurance and bonds required of the CMAR beyond final payment
is in effect and will not be canceled or allowed to expire without notice to the City;
c. the written consent of surety for final payment;
d. record document information is complete and submitted;
e. all keys, manuals, required spare parts, guaranties and warranties, and other
documents necessary for close-out of the work; and
622
19
f. verification of permit close-out including the Certification of Occupancy.
If the work is not finally complete, the process shall be repeated until the work is finally
complete.
Promptly after the work is determined to be finally complete and Engineer determines that
the CMAR has properly submitted the items required for final inspection, Engineer will
determine whether the CMAR is entitled to final payment.
Engineer’s recommendation that the CMAR is entitled to final payment constitutes
Engineer’s representation to the City that:
a. the work complies with (a) the construction contract documents, (b) applicable building
codes, rules or regulations of all governmental authorities having jurisdiction over the
Project, and (c) applicable installation and workmanship standards;
b. the CMAR has submitted proper Final Completion close-out documents; and
c. the CMAR is entitled to final payment.
Engineer will provide to the City, at the time it submits a signed final payment request
from the CMAR, all Final Completion close-out documents.
Engineer will not be responsible for the acts or omissions of any CMAR, or subcontractor,
or any of the CMAR’s or subcontractor(s)’ agents or employees or any other persons
(except Engineer’s own employees and agents) at the site(s) or otherwise performing any
of the CMAR’s work; however, nothing contained in Tasks 821 through 824, inclusive,
shall be construed to release Engineer from liability for failure to properly perform duties
in accordance with this scope of services.
Task effort is based on performing two (2) Substantial Completion inspections and one
(1) Final Completion inspection, as requested from the CMAR.
Deliverables: Certificate of Substantial Completion, Punch-List, and Final
Completion Documentation (electronic format only)
TASK 820 – ENGINEERING SERVICES DURING CONSTRUCTION
821 – Review Submittals, Shop Drawings, and Test Results
Engineer will receive, review, evaluate, and distribute (or take other action in respect of)
shop drawings, samples, test results, and other data which CMAR is required to submit.
Engineer’s review shall be for conformance with the design concept of the Project and
compliance with the information given in the construction documents. Such review or
other action shall not extend to means, methods, sequences, techniques, or procedures
of construction selected by CMAR, or to safety precautions and programs associated
thereto. Engineer will receive and review (for general contents as required by the
construction documents) maintenance and operating schedules and instructions,
operation and maintenance manuals, guarantees, and certificates of inspection, which
are to be assembled by CMAR in accordance with the construction documents.
Engineer will maintain a submittal log showing dates of submittal, transmittal action to
other subconsultants, dates of return, and review action using the CMAR’s web-based
document system. Copies of the log shall be furnished to the City and the CMAR at bi-
weekly meetings. Engineer will promptly and in accordance with Project schedule
623
20
requirements, review and approve, reject, or take other action on the CMAR’s request for
substitutions. Engineer will not approve any proposed substitution unless such
substitution conforms to the Project design concept and the construction documents
including the contract price.
Task effort is estimated based on receiving an estimated total of 750 shop drawing
submittals. Submittal review efforts are based upon a maximum of two (2) reviews per
submittal and that no more than fifty percent (50%) of the total number of first submittals
will require two (2) reviews.
Deliverables: Shop Drawing Log, Shop Drawing Review Comments (electronic
format only).
822 – Requests for Information (RFIs)
Engineer will render interpretation and responses necessary for the proper execution and
progress of the Project on written request of either the City or the CMAR and submit
written responses to the City’s representative and CMAR accordingly. Responses will be
provided within five working days upon receipt by the Engineer, or as agreed to by the
City. Engineer will render all interpretations or decisions in good faith and in accordance
with the requirements and intent of the Contract Documents. Task effort is based upon an
estimated total of 300 RFIs.
Deliverables: RFI Log and RFI Responses (electronic format only)
823 – Design Clarifications and Interpretation
Engineer will issue the City’s instructions to CMAR; issue necessary interpretations and
clarifications of the construction documents; have authority, as City’s representative, to
require special inspection or testing of the work; act as initial interpreter of the
requirements of the construction documents and judge the acceptability of the work
thereunder; and make decisions on all claims of City and CMAR relating to the
acceptability of the work or the interpretation of the requirements of the construction
documents pertaining to the execution and progress of the work. Engineer will render
interpretations or decisions in good faith and in accordance with the requirements of the
construction documents.
Engineer will respond to the City’s representative and/or CMAR to clarify and/or interpret
technical or design-related questions. Routine technical interpretations shall be
responded to under Task 400. Engineer will respond to issues raised during construction
regarding interpretation and clarification of the contractual administrative and technical
requirements of the construction documents. Engineer will serve as the City’s advisor in
resolution of these issues.
Task effort is based on issuing an estimated total of 70 Design Clarifications to the
CMAR.
Deliverables: Interpretation Responses and Clarifications (electronic format only)
824 –Changes and Change Orders
Engineer, without the City’s prior approval, may authorize or direct minor changes in the
Work which are consistent with the intent of the construction contract documents and
which do not involve a change in Project cost, time for construction, Project scope,
aesthetics, or approved design elements. Any such minor changes shall be implemented
by written field order. Except as provided in this paragraph, Engineer shall not have
624
21
authority to direct or authorize changes in the Work without the City’s prior written
approval; however, Engineer shall provide a copy of any written field order to the City.
Engineer will promptly consult with and advise the City concerning, and shall administer
and manage, all change order requests and change orders. Engineer will prepare, when
requested by the City, required drawings, specifications, and other supporting data
regarding minor changes, change order requests, and change orders. Engineer will
prepare and submit change order requests explaining the merits for the change and a
recommendation for the City’s approval and acceptance. Engineer will negotiate an
agreement with the CMAR as to scope of work and cost, time or both associated with the
change in Work. The change order shall include a written justification for the cost of the
Work.
Engineer will administer and manage minor changes, change order requests, and change
orders on behalf of the City. Change orders shall be prepared on a standard form
provided by the City.
Should a change order request be accepted by the City in the absence of an agreement
with the CMAR as to cost, time, or both, Engineer will:
a. receive and maintain all documentation pertaining to the change order request
required of the CMAR;
b. examine such documentation on the City’s behalf;
c. take such other action as may be reasonably necessary or as the City s may request;
and
d. make a recommendation to the City concerning any appropriate adjustment in the
construction cost and/or time and prepare a change order for CMAR’s acceptance
and City approval.
Changes and substitutions shall be limited to the scope of the Project as defined by the
construction documents or additional work as may be requested by the City.
Task effort is based on issuing an estimated total of 10 Change Orders to the CMAR.
Deliverables: Field Orders, Potential Change Order (PCO) Documentation, and
Change Order Directives (electronic format only)
825 – Material Test Lab Services
To be provided by CMAR. No scope under this task will be provided by Engineer.
826 – Record Drawings
Engineer will prepare a set of record drawings showing those changes made during
construction. Record drawing information shall be based on marked-up prints, drawings,
and other data furnished by CMAR to the Engineer, which the Engineer will review for
accuracy and completeness.
Engineer will prepare the following:
a. Two (2) full-size black line copies and three (3) half-size black line copies for submittal
to the City. Record drawing information will be added electronically to existing
AutoCAD files by the Engineer as the record set. The record drawings will be
conformed to reflect shop drawing review, substitutions, clarifications, and change
625
22
order information. The original cover sheet with all the signatures and Engineer’s
seals will be used for the record drawings.
b. Electronic files representing record drawing information, including both AutoCAD and
PDF formats will be provided. (Note: The record drawing electronic files will be used
as facility drawings by the City. The set of record drawings defined above will
represent the official record drawing set for the Project.)
Engineer’s RPR will review and coordinate the record drawings. The record drawings will
be available to the City within sixty (60) calendar days of receipt of all data in its entirety
from the CMAR.
Deliverables: Record Drawings (hardcopy and electronic format)
827 – Site Visits and Factory Tours
Contract documents require factory acceptance testing (FAT) of major project
components prior to delivery to the construction site. These tests are intended to confirm
proper operation and compliance with contract documents. The Engineer will review and
provide comments on the protocol submitted by CMAR outlining FAT activities. Engineer
will plan for and attend factory acceptance tests as applicable for the following systems:
a. Major pumps and equipment
b. Tertiary filters
c. PLC control panels
d. Motor control centers
e. Stand-by engine generators
828 – Construction Close-out Permitting
Engineer will prepare and submit to the appropriate City and State agencies permitting
documents to close out the permits acquired during the Design Phase. Engineer will
prepare and submit the following to FDEP for construction completion certification and
project closeout:
a. Form 62-620.910(12), Notification of Completion of Construction for
Wastewater Facilities or Activities
b. Form 62-620.910(13), Notification of Availability of Record Drawings and Final
Operation and Maintenance Manuals
c. Form 62-555.900(9), Certification of Construction Completion and Request for
Clearance to Place Permitted PWS Components into Operation
It is assumed the CMAR will obtain all permits required by the City Building Department.
Engineer will provide supporting documents to the CMAR as required to obtain these
permits.
TASK 830 – RESIDENT SERVICES DURING CONSTRUCTION
The Resident Engineer (RE) and various Inspectors will be furnished and will act as directed by
the Engineer, to assist Engineer in inspecting performance of the work of the CMAR. Through
more extensive on-site inspections of the work in progress and field checks of materials and
equipment by the RE and Inspectors, Engineer will endeavor to provide further protection for
City against defects and deficiencies in the work of CMAR; but the furnishing of such RPR
representation will not make Engineer responsible for construction means, methods,
626
23
techniques, sequences or procedures, or for safety precautions or programs, or for CMAR
failure to perform their work in accordance with the construction documents.
The RPR/RE, as Engineer's agent, will act as directed by and under the supervision of the
Engineer, and will confer with the Engineer. The RPR’s dealings in matters pertaining to the on-
site work shall in general be only with Engineer and CMAR, and dealings with subcontractors
shall only be through or with the full knowledge of CMAR. Written communication with City will
be only through or as directed by the Engineer, and when appropriate, may be through the RE.
Duties and Responsibilities
831 – Field Administration
The RPR/RE will provide part-time services up to the time budgeted to assist the City,
Engineer, and CMAR with the following activities:
a. Schedules: Review the progress schedule, schedule of Shop Drawing submissions
and schedule of values prepared by CMAR, and in consult with the Engineer
concerning their acceptability.
b. Meetings: Attend pre-construction conference and periodic construction progress
meetings.
c. Liaison: Serve as Engineer’s liaison with CMAR, working principally through CMAR’s
superintendent, and assist the superintendent in understanding the meaning of the
construction documents. Assist Engineer in serving as City’s liaison with CMAR when
CMAR’s operations affect City’s on-site operation. As directed by the Engineer, assist
in obtaining from City additional details or information, when required at the job site
for proper execution of the work.
d. Shop Drawings and Samples: Shop drawings and samples which are furnished by
CMAR will be received and reviewed as defined in Task 821. Advise Engineer and
CMAR or its superintendent prior to the commencement of any work requiring a shop
drawing or sample submission if the submission has not been approved by the
Engineer.
e. Interpretation of Construction Documents: Receive and transmit clarifications and
interpretations of the construction documents to/from the CMAR and Engineer as
described in Task 823. The RPR will notify the City’s representative of Engineer’s
decision prior to issuance to the CMAR.
f. Changes: Consider and evaluate CMAR's suggestions for changes in drawings or
specifications and report suggestions with recommendations to the Engineer. Notify
the City’s representative of changes or alterations believed to be in the City’s best
interest. Provide the City’s representative with support information of proposed
changes. Prepare drawing, details, and specifications needed to describe and justify
the change. Prepare an estimate of the cost and time impact of the change and
negotiate scope, cost, and schedule with the CMAR.
g. Records: Maintain at the job site files for correspondence, reports of job conferences,
shop drawings and samples submissions, reproductions of original construction
documents including all addenda, change orders, field orders, additional drawings
issued after the execution of the construction contract, Engineer's clarifications and
interpretations of the construction documents, progress reports, and other Project
related documents.
627
24
h. Prepare daily reports recording CMAR's work performed on the job site, major
construction equipment on-site, weather conditions, data relative to questions of
extras or deductions, list of visiting officials and representatives of manufacturers,
fabricators, suppliers and distributors, daily activities, decisions, on-site equipment,
subcontractors on-site, inspections in general and specific inspections in detail as to
inspecting test procedures. Send record copies to the Engineer.
i. Maintain notes to be capable of cross referencing the CMAR’s record drawing
information for accuracy and completeness.
j. Maintain a digital photographic file of the progress of the construction activities
throughout the duration of the Project. This photo file will consist of color digital
photographs taken to document specific construction activities where the information
may be of future value. The photographs will be labeled as to the subject, and date of
the photo and the photos will be kept in files which have been formatted to represent
the specific construction area of the Project.
k. Reports: Each month, furnish to the City Project progress meeting minutes (as the
construction contract status report) describing the progress of the work and CMAR's
compliance with the approved progress schedule and schedule of shop drawing
submissions. The report will include as a minimum:
i. Total Project cost to date
ii. Total Project cost during the period
iii. Planned versus actual progress
iv. Actual and/or potential defaults or violations of the construction documents
v. Remedies to the above
vi. Change order activity summary
vii. Other Project issues.
l. The RPR/RE will consult with the design engineers and City in advance of scheduled
major tests, inspections or start of important phases of the work.
m. Promptly notify City of any accident relating to the Project.
n. CMAR Pay Applications: Review applications for payment with CMAR for compliance
with the established procedure for their submission and forward those with
recommendations to the Engineer, noting particularly their relation to the schedule of
values, work completed, and materials and equipment delivered at the site but not
incorporated in the work.
o. Certificates, Maintenance and Operation Manuals: During the work, review and
determine that certificates, maintenance and operation manuals and other data
required to be assembled and furnished by CMAR are applicable to the items actually
installed; and deliver this material to the Engineer for review and forwarding to City
prior to final acceptance of the work.
p. Start-up Assistance: Start-up services shall be sufficient to transfer finished work from
a construction status to operating, functional system(s). Such services may include
review of CMAR's start-up plan, prepare and coordinate a start-up plan and
procedures for City personnel use, supervise during start-up procedures, and assist
City personnel during a period of initial operation.
628
25
q. Special Inspection: During the work, arrange and coordinate Special Inspections for
structural, mechanical, and electrical work as required by the Special Inspection
Certificates required by the City.
832 – On-Site Inspection and Review of Work
The RPR/RE (with Inspectors) will maintain a presence at the Project site to be
knowledgeable about the progress and quality of the work to:
a. Conduct on-site inspections of the work in progress to assist Engineer in determining
if the work is proceeding in accordance with the construction documents and that
completed work conforms to the construction documents.
b. Report to Engineer whenever it is believed that any work is unsatisfactory, faulty, or
defective, or does not conform to the construction documents, or does not meet the
requirements of inspections, tests or approval required to be made, or has been
damaged prior to final payment; and advise Engineer when it is believed work should
be corrected or rejected or should be uncovered for inspection, or requires special
testing, inspection, or approval.
c. Verify that tests, equipment, and systems start-up and operating and maintenance
instructions are conducted as required by the construction documents and in
presence of the required personnel, and that CMAR maintains adequate records
thereof; inspect, record and report to the Engineer appropriate details relative to the
test procedures and start-ups.
d. Accompany visiting inspectors representing public or other agencies having
jurisdiction over the Project, record the outcome of these inspections, and report to
the Engineer.
833 – Completion
The RE will assist Engineer EORs during the inspection for Substantial Completion and
Final Completion (Final Acceptance) as follows:
a. Before Engineer issues a Certificate of Substantial Completion, submit to CMAR a list
of inspected items requiring completion or correction (“punch list”) in accordance with
the requirements of the construction documents.
b. After the CMAR has completed the work of the list and upon request of the CMAR,
the RPR/RE will conduct final inspection with the Engineer, City, and CMAR. If
necessary, prepare a final list of items to be completed or corrected in accordance
with the requirements of the construction documents.
c. After the CMAR has completed the work of the final list and upon written notice from
the CMAR, review and determine that items on the final list have been completed or
corrected and make recommendations to the Engineer concerning acceptance.
Limits of Authority
Except upon written instructions, the RPR/RE:
a. will not authorize any deviation from the construction documents or approve any
substitute materials or equipment;
b. will not undertake any of the responsibilities of CMAR, subcontractors or CMAR's
superintendent, or expedite the work;
629
26
c. will not advise on or issue directions relative to any aspect of the means, methods,
techniques, sequences or procedures of construction unless such is specifically called
for in the construction documents;
d. will not advise on or issue directions as to safety precautions and programs in
connection with the work; and
e. will not authorize City to occupy the Project in whole or in part.
Deliverables: Miscellaneous Project Documents (Daily Work Reports, Monthly
Progress Reports, Substantial/Final Completion Certificates with Punch lists,
Digital Progress Photos)
TASK 840 – START-UP AND COMMISSIONING PHASE DURING CONSTRUCTION
841 – Start-Up, Testing, and Operational Assistance
The City’s Contract Operator will provide Startup and Commissioning services, the
Engineer will provide guidance to the Operator, up to the amount budgeted.
842 – Training Services
Training will be provided by the City’s Contract Operator. No scope under this task will be
provided by Engineer.
843 – Warranties
Provide services after completion of the Construction Phase, such as inspections upon
request during the 12-month warranty period, reporting discrepancies under guarantees
in the construction documents, and assistance for resolution of defects to be corrected
under warranty.
Deliverables: Warranty Assistance Report(s) (electronic format only)
844 – MOPO Coordination
CMAR will be working at an operating wastewater treatment facility, and as such there
may be planned shutdowns associated with the new work that will need to be performed
within the vicinity of existing structures, process areas, piping, etc. Extensive coordination
is required with the CMAR to keep plant shutdowns to a minimum.
Engineer will review the CMAR’s proposals and plans for temporary conveyance and/or
processing facilities. For work within the areas of process shutdowns, review list of labor,
materials, estimation of time, equipment necessary, and written description of the
proposed work
845 – Electronic O&M Manual Development
No scope under this task will be provided by Engineer.
TASK 900 – CITY-DIRECTED ALLOWANCES
During the Project, the City may elect to engage the Engineer on additional or supplemental
services not specifically included in this Scope of Services herein. Reimbursement of
supplemental services can be handled through a subsequent Amendment or use of available
allowance and/or contingency funds associated with the Project.
901 – General Contingency
630
27
In order to provide flexibility for the City to add tasks and or to provide for unforeseen
additional efforts, a general contingency is being provided. For example, the general
contingency could be used to cover any additional design effort if it is decided during the
design development stage that the City desires additional improvements to the solids
handling system at either WWTF. The contingency will only be used upon the
authorization of the City.
631
28
SECTION 3 ASSUMPTIONS
1. The East and West WWTFs will each be rated for an approximate 1.5 mgd maximum month
average daily (MMAD) flow and load design capacity.
2. Project will be procured using the CMAR alternative project delivery method, and assumes
that a single CMAR will be selected to procure and construct both facilities.
3. The East and West WWTFs will be designed so that the two facilities are standardized to the
greatest extent possible. As such, the facilities will be designed using one CADD model that
is site adapted. Common specifications and typical details will be used for both WWTFs.
Design fees assume that the two facility designs will progress sequentially without a delay
between the designs.
4. The East and West WWTFs are anticipated to be constructed sequentially with some
construction overlap. As the CMAR will set the final schedule with the City, the construction
schedule is not final. Resident Inspector and project oversight hours are estimated based
on a 36 month construction duration with anticipated staffing levels of expertise for each
discipline. Changes in project schedule or required staff expertise may impact the estimate.
If additional support is required beyond the scoped budget or level of expertise, the
Engineer will require additional fees to support/oversee the projects.
5. It is anticipated that new facilities will be constructed “next to” the existing facilities with
ample property to minimize construction risk and phasing. Modifications, phasing and/or
upgrades to the existing structures are not included in this design except for the
interconnection to the existing influent sewer, reclaim discharge, waste sludge systems and
the demolition of abandoned facilities following the startup of the new facilities. If
construction of the new facilities is to overlap the existing facilities, this will require more
design details and construction coordination to minimize risk and to maintain existing facility
operations, not currently included in this scope.
6. Design will be based on the applicable codes and standards as adopted by the City at the
time of the 30 Percent Design Review Submittal. Applicable codes and standards will apply
only to new buildings, structures and associated facilities, as well as expansions and major
modifications to existing buildings and structures. Existing buildings, structures, and facilities
shall not be subject to revised codes or standards compliance.
7. Electrical system studies, including short circuit, protective device coordination, and arc flash
hazard analysis shall be provided by the CMAR (or others) during construction, based on
the actual equipment being provided, to be reviewed by Engineer. Preliminary short circuit
calculations will be completed by Engineer during this Detailed Design Phase to size
electrical equipment short circuit ratings. City shall provide existing electrical system study
model (base) files, to the extent these are available.
8. Survey and SUE are included, but limited based on the survey scope. Additional
SUE/potholing of existing underground facilities and utilities required for design and/or
construction shall be by the CMAR if required.
9. Construction-related permits − including but not necessarily limited to SWPPP and NOI for
stormwater; excavation, dirt moving and dust control permits; and traffic/grading permits −
shall be by the CMAR.
10. Engineer will not be responsible for the means, methods, techniques, sequences, or
procedures of construction selected by CMAR (unless otherwise specified in the
construction contract documents) or the safety precautions and programs associated with
632
29
the work of CMAR and will not be responsible for the CMAR's failure to carry out Work in
accordance with the Contract Documents.
11. Engineer will furnish on-site part-time Resident Project Representative (RPR), a part-time
Project Administrator (PA), throughout the Project duration. Additional part-time Specialty
Inspectors will also be assigned to this Project at critical points in the construction, as well as
periodic general inspection by design engineers. Additional office-related services will be
completed by other Project personnel accordingly. Additional inspectors can be included if
requested, along with associated fee, if requested by the City.
12. A 12-month warranty period will follow Substantial Completion.
13. Operation manuals (electronic or paper) are not included and can be added to this Scope of
Work, along with the associated fees, if requested by the City.
14. Standard Operating Procedures (SOPs) are not included and can be added to this Scope of
Work, along with the associated fees if requested by the City.
15. Startup and Commissioning support will be provided mainly by the City’s contract operator.
Engineer will provide minimal support.
16. CMAR shall maintain a set of active Record Drawings at the Project site, consisting of
applicable redline markups to the drawings (hardcopy or electronic copy) in accordance with
the Contract Documents. Redline drawings will be made available to the Engineer for use in
developing final electronic Record Drawings. Weekly availability of redline markups to
maintain Record Drawings in "real-time" throughout the duration of the Project is preferred.
17. Permitting Fees. All permitting fees will be paid for directly by the City.
18. Contract Amendments. Subsequent Construction Phase services, which may include office-
related and field-related services during construction, will be included in a separate future
contract and amended to the existing Contract with the City.
19. Project Deliverables. Engineer will produce and submit draft and final reports and interim
milestone review packages in electronic format for review by the City and CMAR throughout
the Design Phase, as identified herein. Electronic copies of the various deliverables will be
provided in PDF only, no hard copies of reports, design drawings nor specifications will be
provided. City shall agree to review draft project deliverables and provide comments to
Engineer in a timely fashion, typically within two (2) weeks of submittal.
20. Electrical: Existing facilities will not be re-powered from new service. Existing starters and
feeders for existing equipment will remain in place and not require replacement.
21. Systems Integration (Programming). Existing systems will not be re-tagged or re-
programmed. No PLC or SCADA programming is included in this Scope of Services. Control
systems integration (programming) for this Project will be completed by others (responsibility
of the CMAR).
22. Surveys: Assumes environmental surveys will have no impact on project design or
permitting, beyond anticipated wetlands at the East WWTF. No archaeological
investigations are required. No evaluation of potential soil, groundwater, or surface water
contamination are included in this Scope of Services.
23. Document Management. Construction document management and document control will be
through the CMAR’s web-based system. Various documentation submitted by CMAR (i.e.,
shop drawings, RFIs, schedules, reports, etc.) shall be available and transmitted in
electronic format, as required by Contract Documents.
633
30
24. Designation of Construction Documents. Construction Contract Documents (“construction
documents”) referenced herein generally consist of the CMAR agreement, general
conditions, supplemental conditions, drawings, standard details, specifications, addenda,
and executed change orders prepared for construction of the Project.
25. Project Deliverables. Engineer will produce and submit draft and final deliverables in
hardcopy format for review by the City and CMAR, as identified herein. Electronic copies of
the various deliverables will generally be provided in PDF format. City shall agree to review
draft project deliverables and provide comments to Engineer in a timely fashion, typically no
later than within two (2) weeks of submittal unless otherwise mutually agreed to by the
Engineer and City.
SECTION 4 SERVICES NOT INCLUDED
The following services are not included in the above-described Scope of Services but may be
provided during the course of the Project. If requested by the City, the following services shall
be provided by the Engineer for additional compensation as agreed by the Engineer and the
City.
1. Easement legal sketch and descriptions.
2. Systems Integration/Programming.
3. Phase I and II Environmental Assessments.
4. Ownership and encumbrance (O&E) reports for right-of-way by City.
5. Title searches.
6. Structural Analysis of existing structures.
7. Condition Assessment of existing structures or equipment.
8. Archeological investigations or reporting.
9. Evaluation of potential soil, groundwater, or surface water contamination.
10. Material Testing will be performed by the CMAR.
11. Programming.
SECTION 5 FEE
Total compensation for the Scope of Services described herein shall not exceed a value of
$12,918,090 as detailed in the attachment. The detailed design phase of the project shall be
billed on a lump sum basis. The construction phase of the project shall be billed on a time and
materials basis. Allowances shall be billed on a time and materials basis.
SECTION 6 SCHEDULE
Engineer will observe the time limitations; however, should there be delays in receiving
information or in obtaining data, subsequent authorization, approvals, and review comments
from the City, the schedule will be updated and adjusted as mutually agreed upon by the
Engineer and the City. Engineer shall not be responsible for delays that occur as the result of
action or inaction of the City, CMAR, or other agencies. This detailed design phase is estimated
to be eighteen (18) months in duration, with the East WWTF being fully designed prior to the
634
31
design completion of the West WWTF. The construction phase is estimated to be thirty six (36)
months in duration. Note this schedule is dependent upon many outside factors including
property acquisition, funding, and contractor schedule.
635
32
ENGINEERING SERVICES – FEE SCHEDULE
See attached spreadsheet with summary by task.
Note the design portion of Project will be billed monthly as a percent complete of the lump sum
amount. The construction portion of the project will be billed on an hourly (time and material)
basis.
*City will reimburse Engineer for services that are considered out of scope or unexpected up to
the City’s Contingency amount. Upon the request for services from the City, Engineer will
prepare and submit to the City a brief written scope and the anticipated fees. Engineer will not
proceed with any additional services until the City and Engineer have mutually agreed to the
additional scope and fees, and Engineer has received written approval from the City.
636
City of Winter Springs, FL
Professional Engineering Services
East and West Wastewater Treatment Facilities
Overall Engineering Cost Summary
TASK 100 200 300 400 500 600 700 800 900
PHASE
Project
Management
Design
Development
Permitting
Assistance
CMAR
Coordination
Project Funding
Support
Public
Involvement
Assistance
Asset
Management ESDC Contingency TOTAL COST
Design 464,614$ 6,277,918$ 171,758$ 450,525$ -$ -$ 7,364,815$
Funding, Public Involvement, Contingency 105,862$ 636,467$ 405,357$ 1,147,686$
Construction Services 406,235$ -$ 14,233$ -$ 3,415,121$ 3,835,589$
Funding, Public Involvement, Asset
Management, Contingency 121,000$ 157,000$ 82,000$ 210,000$ 570,000$
Total 870,849$ 6,277,918$ 185,991$ 450,525$ 226,862$ 793,467$ 82,000$ 3,415,121$ 615,357$ 12,918,090$
Notes:
Detailed Design will be billed monthly as a Lump Sum Base Design Fee 7,364,815$
Construction Phase Services will be billed monthly as Hourly/Time and Materials Construction Estimate 90,000,000$
Design as % of Construction 8.2%
ESDC as % of Construction 4.3%
November 29, 2023
637
Principal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant TechnicianCAD TechnicianClerical / WP291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$
100 PROJECT MANAGEMENT 102 312 114 38 328 480 0 0 76 90 1,540 335,514.00 6,500.00 122,600.00 0.00 0.00 0.00 0.00 464,614.00
101 Project Plan 4 8 2 2 24 2 42 10,249.72 10,249.72
102 Project Controls and Reporting 18 40 72 18 148 31,112.94 31,112.94
103 Project Schedule 4 16 16 16 32 84 15,057.76 15,057.76
104 Project Meetings (monthly)36 144 72 36 288 288 72 36 972 208,272.60 5,000.00 122,600.00 335,872.60
105 Project Coordination 16 80 16 80 192 46,030.08 46,030.08
106 Council Meetings / Presentations 24 24 24 24 4 2 102 24,790.90 1,500.00 26,290.90
200 DESIGN DEVELOPMENT 266 1,200 2,728 2,304 4,000 4,122 3,010 3,532 3,574 978 25,714 4,825,902.04 11,500.00 953,400.00 446,985.00 248,138.00 140,184.00 98,793.68 6,277,917.72
201 Site Investigations 14 24 8 0 48 96 26 0 56 6 278 51,493.92 1,500.00 14,100.00 0.00 248,138.00 140,184.00 98,793.68 554,209.60
Geotechnical Investigation 2 4 2 16 16 2 16 2 60 10,856.74 500.00 98,793.68 110,150.42
Topographic and Site Surveys 4 4 2 16 40 24 40 2 132 21,786.60 500.00 14,100.00 140,184.00 176,570.60
Environmental Investigations 8 16 4 16 40 2 86 18,850.58 500.00 248,138.00 267,488.58
202 30% Design Development 60 208 272 500 548 752 364 484 472 164 3,824 737,139.80 2,000.00 140,895.00 53,638.20 0.00 0.00 0.00 880,034.80
Preliminary Design Development (East & West Combined) 40 160 240 500 500 600 320 320 400 80 3,160 630,013.40 2,000.00 140,895.00 772,908.40
Drawing Submittal 8 16 40 24 80 40 40 248 35,162.08 35,162.08
Engineering Report 4 16 16 16 80 16 80 24 40 292 45,728.32 45,728.32
Workshop / meeting 8 16 16 32 32 4 4 8 4 124 26,236.00 26,236.00
0.00
203 60% Design Development 68 392 1,182 792 1,432 1,472 1,228 1,444 1,258 164 9,432 1,777,862.76 3,000.00 375,720.00 169,854.30 0.00 0.00 0.00 2,156,582.76
60% Design Development - East 32 200 850 500 1,000 950 850 1,000 850 56 6,288 1,181,566.28 1,500.00 375,720.00 1,558,786.28
60% Design Development - West 20 160 300 250 400 450 350 400 360 24 2,714 519,401.92 1,500.00 520,901.92
Deliverable Documents - Drawings/Specifications 8 16 16 40 40 24 40 40 80 304 50,048.56 50,048.56
Workshop / meeting 8 16 16 2 32 32 4 4 8 4 126 26,846.00 26,846.00
204 90% Design Development 68 392 1,066 792 1,432 1,222 1,048 1,244 1,248 404 8,916 1,670,600.48 3,000.00 328,755.00 169,854.30 0.00 0.00 0.00 2,002,355.48
90% Design Development - East 32 200 750 500 1,000 750 720 720 720 160 5,552 1,061,811.20 1,500.00 328,755.00 1,392,066.20
90% Design Development - West 20 160 300 250 400 400 300 480 480 160 2,950 535,904.80 1,500.00 537,404.80
Deliverable Documents - Drawings/Specifications 8 16 40 40 24 40 40 80 288 46,038.48 46,038.48
Workshop / meeting 8 16 16 2 32 32 4 4 8 4 126 26,846.00 26,846.00
205 Final (100%) Design Development 56 184 200 220 540 580 344 360 540 240 3,264 588,805.08 2,000.00 93,930.00 53,638.20 0.00 0.00 0.00 684,735.08
100% Design Development - East 24 80 100 100 270 270 160 160 250 80 1,494 273,269.30 1,000.00 93,930.00 368,199.30
100% Design Development - West 24 80 100 100 270 270 160 160 250 80 1,494 273,269.30 1,000.00 274,269.30
Deliverable Documents - Drawings/Specifications 8 24 20 40 24 40 40 80 276 42,266.48 42,266.48
300 PERMITTING ASSISTANCE 26 52 0 0 40 120 0 24 0 42 304 59,457.74 2,000.00 110,300.00 0.00 0.00 0.00 0.00 171,757.74
301 FDEP Permit 14 40 20 60 12 22 168 34,180.50 2,000.00 36,180.50
302 Site Permitting 12 12 20 60 12 20 136 25,277.24 110,300.00 135,577.24
400 CMAR COORDINATION 168 294 394 44 320 636 0 0 0 56 1,912 436,405.30 9,500.00 0.00 4,620.00 0.00 0.00 0.00 450,525.30
401 Procurement Planning 24 24 18 2 24 8 100 24,007.58 1,500.00 25,507.58
402 Procurement Document Development 24 24 80 2 160 40 330 66,261.60 1,500.00 67,761.60
403 Procurement Process Support 16 14 32 72 134 29,425.76 1,500.00 4,620.00 35,545.76
404 GMP Proposal Review and Amendment Support 16 8 32 60 116 25,567.16 1,500.00 27,067.16
405 Cost Model and GMP Reviews 16 80 160 40 320 240 8 864 196,157.84 1,500.00 197,657.84
406 CMAR Coordination 72 144 72 80 368 94,985.36 2,000.00 96,985.36
500 PROJECT FUNDING SUPPORT 4 48 64 0 112 256 0 0 0 24 508 103,861.84 2,000.00 0.00 0.00 0.00 0.00 0.00 105,861.84
501 Funding Opportunities Support 2 16 32 40 90 19,577.60 2,000.00 21,577.60
CITY OF WINTER SPRINGS
PROFESSIONAL ENGINEERING SERVICES FOR DETAILED DESIGN
EAST AND WEST WASTEWATER TREATMENT FACILITIES
November 29, 2023
Nadic* Wekiva*L&S*ESA*Fee Proposal Breakdown
LUMP SUM LABOR PORTION - ENGINEERING TEAM
Other Direct Costs (ODCs) TOTAL PROJECT COSTSTasks Task and Sub-Task Description
Total Labor HoursKimley Horn Total Labor CostFilename: E WinterSprings Fee 11-29-2023 Carollo.xlsx
Worksheet: Design Phase Page 1 of 2 UPDATED: 12/5/2023 638
Principal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant TechnicianCAD TechnicianClerical / WP291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$ Nadic* Wekiva*L&S*ESA*LUMP SUM LABOR PORTION - ENGINEERING TEAM
Other Direct Costs (ODCs) TOTAL PROJECT COSTSTasks Task and Sub-Task Description
Total Labor HoursKimley Horn Total Labor Cost502 Bidding / Procurement Documentation Preparation 8 24 32 40 16 120 24,068.80 24,068.80
503 Design Loan Disbursement Requests 4 8 16 80 108 20,901.84 20,901.84
504 Construction Loan Request for Inclusion (RFI)4 16 8 24 52 11,223.68 11,223.68
505 Construction Loan Application 2 8 16 16 40 8 90 18,303.92 18,303.92
506 Pre-bid / Procurement Services 8 8 32 48 9,786.00 9,786.00
507 Not Included in Design Phase Fee 0 0.00 0.00
600 PUBLIC INVOLVEMENT ASSISTANCE 564 16 176 2 858 1,000 80 80 160 40 2,976 627,966.98 8,500.00 0.00 0.00 0.00 0.00 0.00 636,466.98
601 Project Media Updates Support to City 160 320 480 119,536.00 1,000.00 120,536.00
602 Preparation and Attendance for Stakeholder Meetings 160 240 400 94,832.80 1,500.00 96,332.80
603 Facility Renderings 4 16 16 2 48 80 80 160 40 446 64,135.68 1,000.00 65,135.68
604 General Facility Support 400 250 1,000 1,650 349,462.50 5,000.00 354,462.50
700 ASSET MANAGEMENT COORDINATION 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Not Included in Design Phase Fee
800 ENGINEERING SERVICES DURING CONSTRUCTION 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Not Included in Desing Phase Fee
1,130 1,922 3,476 2,388 5,658 6,614 3,090 3,636 3,810 1,230 32,954 6,389,107.90 40,000.00 1,186,300.00 451,605.00 248,138.00 140,184.00 98,793.68 8,107,143.58
900 ALLOWANCES
General Contingency (5%)0 0.00 405,357.18
0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 405,357.18
1,130 1,922 3,476 2,388 5,658 6,614 3,090 3,636 3,810 1,230 32,954 6,389,107.90 40,000.00 1,186,300.00 451,605.00 248,138.00 140,184.00 98,793.68 8,512,500.76
Notes:
1. Subconsultants marked-up 10% 0.75 0.14 0.05 0.03 0.02 0.01
TOTAL COST WITH ALLOWANCES
TOTAL PROJECT COSTS
TOTAL ALLOWANCE COSTS
Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx
Worksheet: Design Phase Page 2 of 2 UPDATED: 12/5/2023 639
Sr. Construction MangerResident EngineerInspectorSpeciality InspectorsPrincipal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant ProfessionalCAD TechnicianClerical / WP250.63$ 228.05$ 133.89$ 176.05$ 291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$
100 PROJECT MANAGEMENT AND MEETINGS 40 80 120 0 126 440 178 2 0 444 0 0 8 162 1,600 302,947.04 11,500.00 85,800.00 5,987.52 406,234.56
101 Project Plan - Update for CM phase 4 8 2 2 12 2 30 6,889.12 6,889.12
102 Project Controls and Reporting 40 40 80 160 40 360 66,553.20 66,553.20
103 Included in Design Phase Fee 0 0.00 0.00
104 Project Meetings (monthly)40 40 120 40 240 160 160 80 880 156,679.20 10,000.00 85,800.00 5,987.52 258,466.72
106 Subconsultant Management 18 72 72 36 198 41,984.28 41,984.28
107 Council Meetings / Presentations 24 40 16 40 8 4 132 30,841.24 1,500.00 32,341.24
200 DESIGN DEVELOPMENT 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00
Included in Design Phase Fee 0 0.00 0.00
300 PERMITTING ASSISTANCE 0 0 0 0 8 16 4 0 12 16 0 0 0 8 64 14,232.96 0.00 0.00 0.00 14,232.96
400 CMAR COORDINATION 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00
401 Included in Design Phase Fee 0 0.00 0.00
402 Included in Design Phase Fee 0 0.00 0.00
403 Included in Design Phase Fee 0 0.00 0.00
404 Included in Design Phase Fee 0 0.00 0.00
405 CMAR Coordination 0 0.00 0.00
500 PROJECT FUNDING SUPPORT 0 0 0 0 16 48 48 0 96 192 0 256 0 8 664 117,690.00 3,000.00 0.00 0.00 120,690.00
501 Included in Design Phase Fee 0 0.00
502 Included in Design Phase Fee 0 0.00
503 Included in Design Phase Fee 0 0.00
504 Included in Design Phase Fee 0 0.00
505 Included in Design Phase Fee 0 0.00
506 Included in Design Phase Fee 0 0.00
507 Construction Phase Support 16 48 48 96 192 256 8 664 117,690.00 3,000.00 120,690.00
600 PUBLIC INVOLVEMENT ASSISTANCE 0 24 0 0 72 192 120 0 0 224 0 0 0 72 704 152,572.16 3,500.00 0.00 0.00 156,072.16
601 Project Updates 24 16 16 16 72 11,482.88 11,482.88
602 Preparation and Attendance for Stakeholder Meetings 32 32 64 128 28,599.36 1,000.00 29,599.36
603 Included in Design Phase Fee 0 0.00 0.00
604 General Coordination with City 72 144 72 144 72 504 112,489.92 2,500.00 114,989.92
700 ASSET MANAGEMENT COORDINATION 0 0 0 0 4 18 4 0 84 278 0 0 0 22 410 77,408.48 4,500.00 0.00 0.00 81,908.48
701 Update City Asset Registry 2 4 32 120 12 170 31,209.16 31,209.16
702 Preventive Maintenance Schedules 2 4 4 10 2,198.40 1,000.00 3,198.40
703 Preventive Maintenance Templates 4 32 90 8 134 24,999.14 1,000.00 25,999.14
704 Asset Management Business Processes 2 8 4 16 64 2 96 19,001.78 2,500.00 21,501.78
0.00
800 ENGINEERING SERVICES DURING CONSTRUCTION 580 928 2,020 1,672 34 404 968 60 2,210 3,070 660 2,920 1,180 392 17,098 2,968,934.00 38,750.00 325,500.00 81,937.24 3,415,121.24
810 Project Administration Services During Construction 416 0 0 0 4 88 82 4 44 0 0 0 0 40 678 166,305.14 10,000.00 56,200.00 0.00 232,505.14
811 Rep on Behalf of the City 0 0.00 10,000.00 56,200.00 66,200.00
Preconstruction Conference 8 4 8 4 4 4 32 8,631.76 8,631.76
812 Administer the Construction Schedule 0 0.00 0.00
Baseline Schedule Review 8 2 2 12 3,088.30 3,088.30
Progress Schedule Updates Review 36 36 72 18,045.36 18,045.36
813 Contractor Progress Payments 54 54 15,714.00 15,714.00
814 Substantial and Final Comp Inspection 0 0.00 0.00
RESIDENT INSPECTION ENGINEERING TEAM
Other Direct Costs (ODCs) Wekiva*TOTAL PROJECT COSTSTasks Task and Sub-Task Description
Total Labor HoursTotal Labor CostKimley HornFee Proposal Breakdown
CITY OF WINTER SPRINGS
PROFESSIONAL ENGINEERING SERVICES FOR CONSTRUCTION PHASE
EAST AND WEST WATER RECLAMATION FACILITIES
November 29, 2023
Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx
Worksheet: CM Phase Page 1 of 3 UPDATED: 12/5/2023 640
Sr. Construction MangerResident EngineerInspectorSpeciality InspectorsPrincipal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant ProfessionalCAD TechnicianClerical / WP250.63$ 228.05$ 133.89$ 176.05$ 291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$
RESIDENT INSPECTION ENGINEERING TEAM
Other Direct Costs (ODCs) Wekiva*TOTAL PROJECT COSTSTasks Task and Sub-Task Description
Total Labor HoursTotal Labor CostKimley Horn Substantial Comp Insp 124 16 20 20 180 45,307.72 45,307.72
Substantial Comp Documentation 80 20 100 21,783.00 21,783.00
Final Comp Insp 100 8 20 20 148 36,964.60 36,964.60
Final Comp Documentation 60 20 80 16,770.40 16,770.40
820 Engineering Services During Construction 120 112 0 0 28 296 854 56 2,114 3,050 660 2,900 1,180 352 11,722 2,008,502.78 8,000.00 245,700.00 60,408.04 2,322,610.82
821 Review Submittals, SD, Tests 40 40 10,025.20 1,000.00 11,025.20
Civil/Site 40 24 24 88 17,123.68 57,200.00 74,323.68
Landscape 0 0.00 0.00
Structural & Architectural 24 24 24 72 13,113.60 34,268.08 47,381.68
Mechanical/Process 150 400 600 600 1,750 306,276.50 306,276.50
HVAC/Plumbing 200 400 600 116,030.00 116,030.00
Electrical 150 350 500 600 1,600 277,269.00 122,900.00 400,169.00
Instrumentation & Control 150 400 600 600 1,750 306,276.50 306,276.50
Submittal Log Updates 36 36 36 108 13,766.40 13,766.40
822 Requests for Information 40 40 10,025.20 10,025.20
Civil/Site 10 20 30 6,431.00 1,000.00 65,600.00 73,031.00
Demolition 20 20 20 60 11,387.60 11,387.60
Landscape 0 0.00 0.00
Structural & Architectural 10 20 20 50 8,825.40 15,923.60 24,749.00
Mechanical/Process 40 80 80 80 40 160 80 560 98,026.80 98,026.80
HVAC/Plumbing 20 40 40 40 140 28,650.80 28,650.80
Electrical 40 40 80 100 40 160 80 540 91,522.60 91,522.60
Instrumentation & Control 40 40 80 100 40 160 80 540 91,522.60 91,522.60
RFI Log Updates 36 36 36 108 13,766.40 13,766.40
823 Design Clarifications and Interpretation 40 40 8 24 24 16 240 160 100 80 320 80 1,132 188,174.92 188,174.92
824 Changes and Change Orders 0 0.00 1,000.00 1,000.00
Minor Changes (Field Orders)16 20 24 40 40 60 80 280 45,761.52 45,761.52
Change Orders 40 12 20 24 40 40 60 80 316 54,726.72 54,726.72
Final Comp Documentation 8 8 20 20 40 40 136 20,669.04 20,669.04
825 Material Test Lab Services (provided by CMAR)0 0.00 0.00
826 Record Drawings 16 8 40 80 40 120 120 400 240 600 1,664 255,158.00 2,500.00 4,644.64 262,302.64
827 Site Visits and Factory Tours 16 24 40 80 16,525.28 2,500.00 5,571.72 24,597.00
828 Construction Close-out Permitting 4 4 30 38 7,448.02 7,448.02
830 Resident Services During Construction 44 704 2,020 1,672 0 0 0 0 0 0 0 0 0 0 4,440 736,388.32 18,000.00 0.00 21,529.20 775,917.52
831 Field Administration 0 0.00 15,000.00 21,529.20 36,529.20
Review Schedule Updates 36 72 108 25,442.28 25,442.28
Preconstruction Conference 8 8 8 24 4,900.56 4,900.56
Contract Administration 624 1,248 1,872 309,397.92 309,397.92
832 On-Site Inspection and Review of Work 0 0.00 0.00
Inspector - General Civil & Structural 624 624 1,248 193,402.56 193,402.56
Mechanical Inspection 312 312 54,927.60 54,927.60
Elec./ I&C Inspection 624 624 109,855.20 109,855.20
833 Completion 0 0.00 0.00
Substantial Comp Inspection 40 40 80 12,397.60 1,500.00 13,897.60
Substantial Comp Documentation 20 20 40 6,198.80 6,198.80
Final Comp Inspection 40 32 72 10,989.20 1,500.00 12,489.20
Final Comp Documentation 40 20 60 8,876.60 8,876.60
840 Start Up & Commissioning Services During Construction 0 112 0 0 2 20 32 0 52 20 0 20 0 0 258 57,737.76 2,750.00 23,600.00 0.00 84,087.76
841 Start Up, Testing, and Ops Assist 8 2 4 16 8 8 46 9,946.64 500.00 23,600.00 34,046.64
842 Training Services 0 0.00 0.00
843 Warranties 24 8 12 12 12 68 14,087.04 750.00 14,837.04
844 MOPO Coordination 80 8 16 40 144 33,704.08 1,500.00 35,204.08
845 Electronic O&M Manual Development (not included)
Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx
Worksheet: CM Phase Page 2 of 3 UPDATED: 12/5/2023 641
Sr. Construction MangerResident EngineerInspectorSpeciality InspectorsPrincipal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant ProfessionalCAD TechnicianClerical / WP250.63$ 228.05$ 133.89$ 176.05$ 291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$
RESIDENT INSPECTION ENGINEERING TEAM
Other Direct Costs (ODCs) Wekiva*TOTAL PROJECT COSTSTasks Task and Sub-Task Description
Total Labor HoursTotal Labor CostKimley Horn620 1,032 2,140 1,672 260 1,118 1,322 62 2,402 4,224 660 3,176 1,188 664 20,540 3,633,784.64 61,250.00 411,300.00 87,924.76 4,194,259.40
900 ALLOWANCES
General Contingency (5%)0 0.00 209,712.97
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 209,712.97
620 1,032 2,140 1,672 260 1,118 1,322 62 2,402 4,224 660 3,176 1,188 664 20,540 3,633,784.64 61,250.00 411,300.00 87,924.76 4,403,972.37
Notes:
1. Subconsultants marked-up 10%
2. Fee estimate at current rates and current available staff
TOTAL PROJECT COSTS
TOTAL ALLOWANCE COSTS
TOTAL COST WITH ALLOWANCES
Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx
Worksheet: CM Phase Page 3 of 3 UPDATED: 12/5/2023 642
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
November 20, 2023
Scott Richards, P.E.
Project Manager
Carollo Engineers
200 E. Robinson Street, Suite 1400
Orlando, FL 32801
Re: Wastewater Treatment Facility (RFQ 01-23-SB)
Kimley-Horn and Associates, Inc. (“Consultant” or “Kimley-Horn”) is pleased to submit this
letter scope (the “Scope”) to Carollo Engineers (“Prime”) for the design phase services of the
Winter Springs’ (“City”) Wastewater Treatment Facility Replacements. Kimley-Horn will be
responsible for the design of the influent pump stations, effluent transfer pump stations, high
service pump stations, the site civil and stormwater management, and assess any off-site
force main or lift station improvements that directly impact the operations for the East and
West Wastewater Treatment Facilities (“East WWTF” and “West WWTF”). Engineering
construction services have been included in this scope and will be invoiced on a Time and
Materials basis.
Specific Scope of Services:
Task 100 –Project Meetings
Kimley-Horn will attend the following project meetings for the design of each facility.
A.Design Kickoff Meeting. Kimley- Horn will attend a Design Kickoff Meeting
approximately two weeks following receipt of written NTP from the City and executed
agreement with the Prime.
B.Bi-Monthly Project Meetings. Kimley-Horn’s Project Manager (PM) will attend Bi-
monthly project meetings with Prime and City representatives throughout the Detailed
Design Phase, for the design of the East WWTF, to keep the City informed of the
project progress and obtain input and direction. Expected design schedule is 12
months. Therefore, twenty-five (25) meetings have been included within this scope of
services.
C.Monthly Project Meetings. Kimley-Horn’s PM will attend monthly project meetings with
Prime and City representatives throughout the Detailed Design Phase, for the design
of the West WWTF, to keep the City informed of the project progress and obtain input
and direction. Expected design schedule is 12 months. Therefore, thirteen (13)
meetings have been included within this scope of services.
D.Monthly Project Meetings. Kimley-Horn’s lead Site Civil engineer will attend monthly
project meetings with Prime and City representatives throughout the Detailed Design
Phase, for the design of the East and West WWTF, to keep the City informed of the
project progress and obtain input and direction. Expected design schedule is 12
months. Therefore, thirteen (13) meetings have been included within this scope of
643
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
services.
E.Supplemental Project Meetings. Kimley-Horn will attend additional design workshops,
design reviews, and coordination meetings with the Prime, City and/or other project
stakeholders to obtain timely input and feedback on the progression of the Project.
These meetings may include key interaction with City operations and maintenance
(O&M) staff (including their contract operators) regarding equipment details, process
layouts, and other pertinent technical items. Attendance at meetings will be
coordinated with Prime. Eight supplemental meetings over the (12) months of design
with various staff and stakeholders are included within this scope of services.
F. Design Deliverable Submittal Review Meetings.Kimley-Horn will attend the following
review meetings following the various interim milestone review submittals. Prime, City,
and CMAR shall participate in the meetings and provide review comments at that time.
Consultant will attend each submittal review meeting (30%, 60%, 90%, 100%) and a
final design review meeting. Five (5) submittal review meetings are included within this
scope of service.
· 30 Percent Design Submittal Review Meeting – Consultant will attend and
participate in the submittal review meeting following the 30-percent design
submittal to City and CMAR.
· 60 Percent Design Submittal Review Meeting –Consultant will attend and
participate in the submittal review meeting following the 60-percent design
submittal to City and CMAR.
· 90 Percent Design Submittal Review Meeting – Consultant will attend and
participate in the submittal review meeting following the 90-percent design
submittal to City and CMAR.
· 100 Percent Design Submittal Review Meeting – Consultant will attend and
participate in the submittal review meeting following the 100-percent design
submittal to City and CMAR.
· Final Design Review Meeting – Consultant will attend and participate in the
submittal review meeting following the final design submittal to City and
CMAR.
Task 200 –Detailed Design Development
Kimley-Horn will lead the design of the following items including coordination and integration
into the overall design documents provided by the Prime. Additional scope details can be
found in Task 207.1, 207.2, 208.1, 208.2.
· Influent Pump Station – East and West WWTFs
· High Service Pump Station – East and West WWTFs
· Site Civil and Stormwater Management – East and West WWTFs
Kimley-Horn will provide the following site design services for plan development and permit
application review submittals based upon the site layout provided by the Prime. Kimley-Horn
will prepare plans and details for each task using Civil 3D Auto CADD 2022. The Prime will
be using Revit 200 BIM LOD 200 Software which will require the Prime to export the Revit
Model into a CADD .dwg file for the site design services.
644
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
Task 201- Site Investigation
Kimley-Horn will coordinate with the Prime for the needed information to complete each
design task. Kimley-Horn will review and integrate the following information provided by the
Prime into the site/civil plan sheets. Kimley-Horn will coordinate with the Prime if there is
missing or conflicting data.
The documentation and services required for the site investigation includes:
· Geotechnical investigation provided by the Prime
· Topographical and facility site survey provided by the Prime
· Environmental investigation provided by the Prime including the
environmental engineering services, evaluation, and reports.
· Any additional information needed to complete the site/civil design and/or
stormwater design will be coordinated by the Prime with the other contracted
subconsultants.
· Researching As-Built drawings and implementing the drawings into the base
design files.
Task 202 –Site Civil and Stormwater Management Design
Kimley-Horn will lead the design for the site civil and stormwater management work for the
East Wastewater Treatment Facility and West Wastewater Treatment Facility including:
· Site plans
· Paving, grading and drainage plans
· Site permitting, additional details can be found in Task 300
· Stormwater management design plans
· Stormwater permitting, additional details can be found in Task 300
Task 202.1 –Civil Site and Stormwater Management Construction Plans for the East WWTF
The East Wastewater Treatment Facility has developed about ten (10) acres of a thirty-eight
(38) acre parcel that is owned by the City. The City has dedicated a portion of this parcel to
be a park, currently the Sam Smith Park. Kimley-Horn will coordinate with the Prime to
design a new wastewater treatment facility with minimal impact to the existing facility,
stormwater ponds, and the site’s cut and fill soil balances. This task includes two (2) minor
revisions to the base design. Minor revisions beyond this amount will be considered out of
scope and will be billed at the current hourly rate.
Kimley-Horn will provide the following site civil and stormwater management design
drawings for 30%, 60%, 90%, 100% and final design deliverable submittal packages.
A.Site Plan: Kimley-Horn shall prepare a Site Plan, as indicated above, with associated
infrastructure. The Site Plan shall include the following: site geometry, process
structures, administration building, building setbacks; roadway and parking including
handicap spaces (if applicable); landscape island locations; boundary identification;
loading areas; pedestrian walks; pavement marking including stop bars, directional
arrows, parking striping, and construction details.
B.Paving, Grading and Drainage Plans:Kimley-Horn shall prepare design plans for the
site paving, grading and drainage systems. The design plans shall include pipe
645
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
materials and sizing; grate and invert elevations; surface parking including pavement
structural section; subgrade treatment; curbs; horizontal control; sidewalks; driveway
connections; spot elevations and elevation contours; demolition; interfacing from
paved surfaces to buildings; construction details and specifications and includes
erosion and sedimentation control measures.
C.Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Notes: To
support the stormwater management design documents, Kimley-Horn shall prepare
plans in accordance with FDEP and EPA requirements, notes and details for erosion
control throughout and around the construction limits of the project. The task includes
the development of the SWPPP sheet(s) as needed to support both the permitting and
construction documents.
D.Stormwater Design:Kimley-Horn will prepare a detailed stormwater pond design
utilizing the City of Winter Springs’ and St. Johns River Water Management District
(SJRWMD) criteria for the Wastewater Treatment Facility. The stormwater design will
include a detailed pre-development and post-development drainage basin analysis for
the project limits in order to identify the pre-development discharge rates that will need
to be maintained or reduced in the post-development condition. The stormwater
design will be consistent with the City of Winter Springs and SJRWMD requirements
for water quality and attenuation. A detailed drainage report will be prepared to
summarize the stormwater design and be included with the City of Winter Springs and
SJRWMD permit submittals.
E.Demolition, Grading and Drainage Plans:Kimley-Horn shall prepare design plans for
site grading and drainage systems following the demolition of the existing WWTF. The
design plans shall include pipe materials and sizing; grate and invert elevations;
subgrade treatment; spot elevations and elevation contours; and interfacing with
paved surfaces.
F.Record Drawings: Kimley-Horn shall prepare record drawings based on the data
provided by the Prime and their subcontractors.
Task 202.2 –Civil Site and Stormwater Management Construction Plans for the West WWTF
The West Wastewater Treatment Facility has developed about eight (8) acres of a nineteen
(19) acre parcel that is owned by the City. They City is intending to utilize an additional ten
(10) acres to construct the new West WWTF. Kimley-Horn will coordinate with the Prime to
design a new wastewater treatment facility with minimal impact to the existing facility,
stormwater ponds, and the site’s cut and fill soil balances. This task includes two (2) minor
revisions to the base design. Minor revisions beyond this amount will be considered out of
scope and will be billed at the current hourly rate.
Kimley-Horn will provide the following site, civil and stormwater management design
drawings for 30%, 60%, 90%, 100% and final design deliverable submittal packages.
A.Site Plan: Kimley-Horn shall prepare a Site Plan, as indicated above, with associated
infrastructure. The Site Plan shall include the following: site geometry, process
structures, building setbacks; roadway and parking including handicap spaces (if
646
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
applicable); landscape island locations; boundary identification; loading areas;
pedestrian walks; pavement marking including stop bars, directional arrows, parking
striping, and construction details.
B.Paving, Grading and Drainage Plan:Kimley-Horn shall prepare design plans for the
site paving, grading and drainage systems. The design plans shall include pipe
materials and sizing; grate and invert elevations; surface parking including pavement
structural section; subgrade treatment; curbs; horizontal control; sidewalks; driveway
connections; spot elevations and elevation contours; demolition; interfacing from
paved surfaces to buildings; construction details and specifications and includes
erosion and sedimentation control measures.
C.Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Notes: To
support the stormwater management design documents, Kimley-Horn shall prepare
plans in accordance with FDEP and EPA requirements, notes and details for erosion
control throughout and around the construction limits of the project. The task includes
the development of the SWPPP sheet(s) as needed to support both the permitting and
construction documents.
D.Stormwater Design:Kimley-Horn will prepare a detailed stormwater pond design
utilizing the City of Winter Springs and St. Johns River Water Management District
(SJRWMD) criteria for the Wastewater Treatment Facility. The stormwater design will
include a detailed pre-development and post-development drainage basin analysis for
the project limits in order to identify the pre-development discharge rates that will need
to be maintained or reduced in the post-development condition. The stormwater
design will be consistent with the City of Winter Springs and SJRWMD requirements
for water quality and attenuation. A detailed drainage report will be prepared to
summarize the stormwater design and be included with the City of Winter Springs and
SJRWMD permit submittals.
E.Demolition, Grading and Drainage Plans:Kimley-Horn shall prepare design plans for
site grading and drainage systems following the demolition of the existing WWTF. The
design plans shall include pipe materials and sizing; grate and invert elevations;
subgrade treatment; spot elevations and elevation contours; and interfacing with
paved surfaces.
F.Record Drawings: Kimley-Horn shall prepare record drawings based on the data
provided by the Prime and their subcontractors.
Task 207 – East Wastewater Treatment Facility Pump Stations
The East Wastewater Treatment Facility is comprised of two (2) package plants that
processes about 1 million gallons per day (MDG) of wastewater treatment capacity. One of
the package plants receives flow directly from the force main system comprised of eighteen
(18) lift stations. The other package plant receives flow directly from the on-site lift station
(1E). The 1E lift station receives flow from ten (10) lift stations within the wastewater
collection system. An assessment conducted in 2017 stated the 1E lift station was showing
signs of aging and that the pumps and valving had been replaced multiple times. A new
influent pump station will replace the existing 1E lift station and will be designed to receive
647
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
the flow from the East WWTF’s sewer shed.
The reclaimed water produced at the East WWTF is pumped to either a 3.0 MG storage tank
to be sent to the consumers, wet weather storage pond, or the various disposal sites on the
East side of the City. The high service reclaimed pump station pumps the reclaimed water
from the storage tank to the consumers or to the disposal sites. The high service pump
station consists of four (4) vertical turbine pumps, one (1) jockey pump and three (3) larger
pumps.
A new high service reclaimed pump station will be designed to pump the current volume,
improve distribution pressure, and pump future reclaimed water demands for the East
WWTF.
Kimley-Horn will prepare plans and details for each task using Revit software for integration
into the overall Prime design package.
Task 207.1 –Construction Plans for the East WWTF Influent Pump Station
A. Kimley-Horn will use the buildout wastewater demands established in the wastewater
model and master plan to prepare the design calculations supporting the detailed
design of the influent pump station. The design will include the influent pump station
wet well calculations to provide adequate volume for the average day, max day, and
peak hour flow conditions.
B. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by
the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting
with Prime, City staff, and CMAR to review the deliverable, discuss questions and
comments, and kickoff the 60% design efforts.
C. Kimley-Horn will contract an electrical engineering subconsultant to perform the
required electrical design for the proposed influent pump station. This work will include
configuring the power feed for the new pumps and VFDs, control systems, lighting,
and lightning protection.
D. Kimley-Horn will prepare 60% design plans and specifications for the proposed influent
pump station and electrical improvements. Kimley-Horn will attend the 60% design
review meeting with Prime, City staff, and CMAR to review the deliverable, discuss
questions and comments, and kickoff the 90% design efforts.
E.Kimley-Horn will prepare 90% design plans and specifications for the proposed influent
pump station and electrical improvements. Kimley-Horn will attend the 90% design
review meeting with Prime, City staff, and CMAR to review the deliverable, discuss
questions and comments, and kickoff the final design efforts.
F.Kimley-Horn will prepare 100% design plans and specifications for the proposed
influent pump station and electrical improvements. Kimley-Horn will attend the 100%
design review meeting with Prime, City staff, and CMAR to review the deliverable,
discuss questions and comments, and kickoff the final design efforts.
G. Kimley-Horn will prepare final design plans and specifications for the proposed influent
pump station and electrical improvements. Kimley-Horn will attend the final design
648
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
review meeting with Prime, City staff, and CMAR to review the deliverable, discuss
questions and comments, and kickoff the construction GMP efforts.
H. Kimley-Horn will prepare Construction Documents (CDs) which will include the
following sheets:
· Site Plans
· Utility Plans
· Mechanical Plans: including the yard piping to connect the influent pump
station to the WWTF process.
· Structural Plans
· Electrical Plans
Task 207.2 –Construction Plans for the East WWTF High Service Pump Station
A. Kimley-Horn will use the buildout reclaimed water demands, established in the
reclaimed water model and master plan, to prepare the design calculations supporting
the detailed design of the high service pump station. The design will include the
calculations to provide adequate volume for the average day, max day, and peak hour
flow conditions.
B. Kimley-Horn will use the East WWTF process design flow rate to prepare the design
calculations supporting the detailed design of the high service pump station.
C. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by
the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting
with Prime, City staff, and CMAR to review the deliverable, discuss questions and
comments, and kickoff the 60% design efforts.
D. Kimley-Horn will contract an electrical engineering subconsultant to perform the
required electrical design for the proposed pump station. This work will include
configuring the primary and secondary power (East WWTF generator) for the new
pumps and VFDs, control systems, lighting, and lightning protection.
E. Kimley-Horn will prepare 60% design plans and specifications for the proposed pump
stations and electrical improvements. Kimley-Horn will attend the 60% design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the 90% design efforts.
F.Kimley-Horn will prepare 90% design plans and specifications for the proposed pump
station and electrical improvements. Kimley-Horn will attend the 90% design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the final design efforts.
G.Kimley-Horn will prepare 100% design plans and specifications for the proposed pump
station and electrical improvements. Kimley-Horn will attend the 100% design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the final design efforts.
H. Kimley-Horn will prepare final design plans and final specifications for the proposed
pump stations and electrical improvements. Kimley-Horn will attend the final design
649
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
review meeting with Prime, City staff, and CMAR to review the deliverable, discuss
questions and comments, and kickoff the construction GMP efforts.
I. Kimley-Horn will prepare Construction Documents (CDs) which will include the
following sheets:
· Site Plans
· Utility Plans
· Mechanical Plans: including the yard piping to connect the high service pump
station to the reclaimed water storage tank.
· Structural Plans
· Electrical Plans
Task 208 – West Wastewater Treatment Facility Pump Stations
The West Wastewater Treatment Facility is comprised of two (2) package plants that
processes about 1 million gallons per day (MDG) of wastewater treatment capacity. One of
the package plants receives flow directly from the force main system comprised of eleven
(11) lift stations and the other package plant receives flow from an off-site master lift station
(7W). A new influent pump station will be designed to receive the flow from the West
WWTF’s sewer shed.
The reclaimed water produced at the West WWTF is pumped to either a 3.0 MG storage
tank to be sent to the consumers, wet weather storage pond, or the various disposal sites on
the West side of the City. The high service pump station pumps the reclaimed water from
the storage tank to the consumers or to the disposal sites. The high service pump station
consists of five (5) vertical turbine pumps, one (1) jockey pump and four (4) larger pumps.
A new high service reclaimed pump station will be designed to pump the current volume,
improve distribution pressure, and pump future reclaimed water demands for the West
WWTF.
Kimley-Horn will prepare plans and details for each task using Revit software for integration
into the overall Prime design package.
Task 208.1 –Construction Plans for West WWTF Influent Pump Station
A. Kimley-Horn will use the buildout wastewater demands, established in the wastewater
model and master plan, to prepare the design calculations supporting the detailed
design of the influent pump station. The design will include the influent pump station
wet well calculations to provide adequate volume for the average day, max day, and
peak hour flow conditions.
B. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by
the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting
with Prime, City staff, and CMAR to review the deliverable, discuss questions and
comments, and kickoff the 60% design efforts.
C. Kimley-Horn will contract an electrical engineering subconsultant to perform the
required electrical design for the proposed influent pump station. This work will include
configuring the power feed for the new pumps and VFDs, control systems, lighting,
650
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
and lightning protection.
D. Kimley-Horn will prepare 60% design plans and specifications, for the proposed
influent pump station and electrical improvements. Kimley-Horn will attend the 60%
design review meeting with Prime, City staff, and CMAR to review the deliverable,
discuss questions and comments, and kickoff the 90% design efforts.
E.Kimley-Horn will prepare 90% design plans and specifications for the proposed influent
pump station and electrical improvements. Kimley-Horn will attend the 90% design
review meeting with Prime, City staff, and CMAR to review the deliverable, discuss
questions and comments, and kickoff the final design efforts.
F.Kimley-Horn will prepare 100% design plans and specifications for the proposed
influent pump station and electrical improvements. Kimley-Horn will attend the 100%
design review meeting with Prime, City staff, and CMAR to review the deliverable,
discuss questions and comments, and kickoff the final design efforts.
G. Kimley-Horn will prepare final design plans and specifications for the proposed influent
pump station and electrical improvements. Kimley-Horn will attend the final design
review meeting with Prime, City staff, and CMAR to review the deliverable, discuss
questions and comments, and kickoff the construction GMP efforts.
H. Kimley-Horn will prepare Construction Documents (CDs) which will include the
following sheets:
· Site Plans
· Utility Plans
· Mechanical Plans: including the yard piping to connect the influent pump
station to the WWTF process.
· Structural Plans
· Electrical Plans
Task 208.2 –Construction Plans for the West WWTF High Service Pump Station
A. Kimley-Horn will use the buildout reclaimed water demands, established in the
reclaimed water model and master plan, to prepare the design calculations supporting
the detailed design of the high service pump station. The design will include the
calculations to provide adequate volume for the average day, max day, and peak flow
conditions.
B. Kimley-Horn will use the West WWTF process design flow rate to prepare the design
calculations supporting the detailed design of the high service pump station.
C. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by
the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting
with Prime, City staff, and CMAR to review the deliverable, discuss questions and
comments, and kickoff the 60% design efforts.
D. Kimley-Horn will contract an electrical engineering subconsultant to perform the
required electrical design for the proposed pump stations. This work will include
651
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
configuring the primary and secondary power (East WWTF generator) for the new
pumps and VFDs, control systems, lighting, and lightning protection.
E. Kimley-Horn will prepare 60% design plans and specifications for the proposed pump
stations and electrical improvements. Kimley-Horn will attend the 60% design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the 90% design efforts.
F.Kimley-Horn will prepare 90% design plans and specifications for the proposed pump
stations and electrical improvements. Kimley-Horn will attend the 90% design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the final design efforts.
G.Kimley-Horn will prepare 100% design plans and specifications for the proposed pump
stations and electrical improvements. Kimley-Horn will attend the 100% design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the final design efforts.
H. Kimley-Horn will prepare final design plans and specifications for the proposed pump
stations and electrical improvements. Kimley-Horn will attend the final design review
meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions
and comments, and kickoff the construction GMP efforts.
I. Kimley-Horn will prepare Construction Documents (CDs) which will include the
following sheets:
· Site Plans
· Utility Plans
· Mechanical Plans: including the yard piping to connect the high service pump
station to the reclaimed water storage tank and ground storage tank(s).
· Structural Plans
· Electrical Plans
Task 300.1 – Permitting Assistance for the East WWTF
Kimley-Horn will prepare and submit, on the Prime and City’s behalf, the civil related
permitting packages for review/approval of construction documents required to obtain the
following Agency approvals. When appropriate, pre-submittal meetings will be held with the
agency to assist with the permitting process. Kimley-Horn will monitor the review cycles and
respond to the agency comments, as required, to support and expedite permit issuance.
· City Building Permits
· FDEP/ State 404, St. John’s River Water Management District (SJRWMD)
Kimley-Horn will prepare the needed material to assist the Prime with the following FDEP
Permits.
· Constructing a Domestic Wastewater Collection/Transmission System
Task 300.2 – Permitting Assistance for the West WWTF
Kimley-Horn will prepare and submit, on the Prime and City’s behalf, the civil related
permitting packages for review/approval of construction documents required to obtain the
652
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
following Agency approvals. When appropriate, pre-submittal meetings will be held with the
agency to assist with the permitting process. Kimley-Horn will monitor the review cycles and
respond to the agency comments, as required, to support and expedite permit issuance.
· City Building Permits
· FDEP/ State 404, St. John’s River Water Management District (SJRWMD)
Kimley-Horn will prepare the needed material to assist the Prime with the following FDEP
Permits.
· Constructing a Domestic Wastewater Collection/Transmission System
Task 400.1 – Engineering Construction Services East WWTF
Kimley Horn will provide the Engineering Construction Services specifically stated below:
A.Pre-Construction Conference. Kimley Horn’s PM and lead Site Civil engineer will
attend a Pre-Construction Conference before the start of construction.
B.Bi-Monthly Project Meetings. Kimley-Horn’s Project Manager (PM) will attend Bi-
monthly project meetings with Prime, City representatives, and Contractor throughout
the construction of the East WWTF. Expected construction schedule is 12 months.
Therefore, twenty-four (24) meetings have been included within this scope of services.
C.Monthly Project Meetings. Kimley-Horn’s lead Site Civil engineer will attend monthly
project meetings with Prime, City representatives, and Contractor throughout the
construction of the East WWTF. Expected design schedule is 12 months. Therefore,
twelve (12) meetings have been included within this scope of services.
D.Site visits. Kimley-Horn’s Senior Engineers will attend up to four (4) site visits to
address RFI, field revisions, design modification, etc.
E.Inspections and Tests. Kimley Horn will attend (5) site visits for site inspection, testing
and the start-up of all pumps and equipment which will include inspection of
Contractor's work and may receive and review certificates of inspections within
Consultant’s area of responsibility. Consultant’s review will be solely to determine that
the results indicate compliance with the Contract Documents and will not be an
independent evaluation that the content or procedures of such inspections, tests, or
approvals comply with the Contract Documents. Consultant is entitled to rely on the
results of such tests.
F.Clarifications and Interpretations. Kimley Horn will respond to reasonable and
appropriate ten (10) Contractor requests for information made in accordance with the
Contract Documents and issue necessary clarifications and interpretations. Any orders
authorizing variations from the Contract Documents will be made only by Client.
G.Shop Drawings and Samples. Kimley Horn will review and take appropriate action in
respect to Shop Drawings and Samples and other data which Contractor is required
to submit, but only for general conformance with the Contract Documents. Such review
and action will not extend to means, methods, techniques, equipment choice and
usage, schedules, or procedures of construction or to related safety programs. Any
action in response to a shop drawing will not constitute a change in the Contract
Documents, which can be changed only through the Change Orders.
653
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
a. Substitutes and "or-equal/equivalent." Kimley Horn will evaluate and determine
the acceptability of substitute or "or-equal/equivalent" materials and equipment
proposed by Contractor in accordance with the Contract Documents.
b. Kimley Horn expects to receive 10 shop drawings per pump station. The shop
drawings will be reviewed and returned within 14 business days once received
from the Prime or Contractor.
Note these rates are based on 2023 rates between Prime and Kimley-Horn. These rates are
subject to annual escalation as the duration of the project extends.
Kimley-Horn shall have no responsibility for any contractor’s means, methods, techniques,
equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor
shall Kimley-Horn have any authority or responsibility to stop or direct the work of any
contractor. Kimley-Horn’s visits shall be for the purpose of endeavoring to provide the Client
a greater degree of confidence that the completed work of the contractor(s) will generally
conform to the construction documents prepared by Kimley-Horn. Kimley-Horn neither
guarantees the performance of contractors, nor assumes responsibility for any contractor’s
failure to perform their work in accordance with the contract documents.
Task 400.2 – Engineering Construction Services West WWTF
Kimley Horn will provide the Engineering Construction Services specifically stated below:
A.Pre-Construction Conference. Kimley Horn will attend a Pre-Construction Conference
before the start of construction.
B.Monthly Project Meetings. Kimley-Horn’s Project Manager (PM) will attend monthly
project meetings with Prime, City representatives, and Contractor throughout the
construction of the West WWTF. Expected design schedule is 12 months. Therefore,
twelve (12) meetings have been included within this scope of services.
C.Site visits. Kimley-Horn’s Senior Engineers will attend up to four (4) site visits to
address RFI, field revisions, design modification, etc.
D.Inspections and Tests. Kimley Horn will attend (5) site visits for site inspection, testing
and the start-up of all pumps and equipment which will include inspection of
Contractor's work and may receive and review certificates of inspections within
Consultant’s area of responsibility. Consultant’s review will be solely to determine that
the results indicate compliance with the Contract Documents and will not be an
independent evaluation that the content or procedures of such inspections, tests, or
approvals comply with the Contract Documents. Consultant is entitled to rely on the
results of such tests.
E.Clarifications and Interpretations. Kimley Horn will respond to reasonable and
appropriate ten (10) Contractor requests for information made in accordance with the
Contract Documents and issue necessary clarifications and interpretations. Any orders
authorizing variations from the Contract Documents will be made only by Client.
F.Shop Drawings and Samples. Kimley Horn will review and take appropriate action in
respect to Shop Drawings and Samples and other data which Contractor is required
to submit, but only for general conformance with the Contract Documents. Such review
654
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
and action will not extend to means, methods, techniques, equipment choice and
usage, schedules, or procedures of construction or to related safety programs. Any
action in response to a shop drawing will not constitute a change in the Contract
Documents, which can be changed only through the Change Orders.
a. Substitutes and "or-equal/equivalent." Kimley Horn will evaluate and determine
the acceptability of substitute or "or-equal/equivalent" materials and equipment
proposed by Contractor in accordance with the Contract Documents.
b. Kimley Horn expects to receive 10 shop drawings per pump station. The shop
drawings will be reviewed and returned within 14 business days once received
from the Prime or Contractor.
Note these rates are based on 2023 rates between Prime and Kimley-Horn. These rates are
subject to annual escalation as the duration of the project extends.
Kimley-Horn shall have no responsibility for any contractor’s means, methods, techniques,
equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor
shall Kimley-Horn have any authority or responsibility to stop or direct the work of any
contractor. Kimley-Horn’s visits shall be for the purpose of endeavoring to provide the Client
a greater degree of confidence that the completed work of the contractor(s) will generally
conform to the construction documents prepared by Kimley-Horn. Kimley-Horn neither
guarantees the performance of contractors, nor assumes responsibility for any contractor’s
failure to perform their work in accordance with the contract documents.
Schedule
Kimley-Horn will begin services upon receipt of an executed contract, the data requested, and
design related documents have been provided by the Prime, listed above in section 201.
Kimley-Horn will adhere to the mutually agreed upon schedule with the Prime and City.
655
kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511
Method of Compensation
Kimley-Horn will complete the above scope of services on a lump sum fee of $1,597,600.00
inclusive of office overhead expenses. A breakdown of the fee by task is as follows:
Task Description (Lump Sum)Fee
100.1 Project Meetings – East WWTF $78,500.00
100.2 Project Meetings – West WWTF $44,100.00
200 Site Investigation $14,100.00
202.1 Civil Site Construction Plans for the East WWTF $160,500.00
202.2 Civil Site Construction Plans for the West WWTF $263,300.00
207.1 Construction Plans for the East WWTF –
Influent Pump Station
$158,200.00
207.2 Construction Plans for the East WWTF –
High Service Pump Station
$127,900.00
208.1 Construction Plans for the West WWTF –
Influent Pump Station
$120,700.00
208.2 Construction Plans for the West WWTF –
High Service Pump Station $108,700.00
300.1 Permitting Services – East WWTF $62,300.00
300.2 Permitting Services – West WWTF $48,000.00
Design Sub Total $1,186,300.00
400.1 Engineering Construction Services (T&M) – East
WWTF $205,650.00
400.2 Engineering Construction Services (T&M) – West
WWTF
$205,650.00
Engineering construction Services Sub Total $411,300.00
Total $1,597,600.00
We appreciate the opportunity to provide these services to you. This scope and fee to be
attached to the Prime’s contract as Exhibit A. Please do not hesitate to contact me if you have
any questions.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
Julia Felter, P.E.Lance Littrell, P.E.
Project Manager Vice President
656
Project Name:Client:Carollo Engineers Date of Fee Estimate:City of Winter Springs
Continuing Civil Engineering Services
Task #Task name P2 P3 P4 P5 P7 P8 D7 D8 CO6 Admin (N4)Sub Total Hours Labor Rounded
Sub-Total
Labor
Total
100.1 East Projet Meetings - Kickoff/ Bi-Montly (25 meetings, 6hrs/mtg)150 150 31,800.00$
100.1 East Projet Meetings - Kickoff/ Montly (13 meetings, 6hrs/mtg)78 78.0 13,500.00$
100.1 East Project Meetings - Supplimental (8 meetings, 6hrs/mtg)48 48 96 17,800.00$
100.1 East Project Meetings - Design submittals (5 meetings, 8hrs/mtg)40 40 80 15,400.00$
100.1 SubTotal -$78,500.00$
100.2 West Projet Meetings - Kickoff/ Montly (13 meetings, 4hrs/mtg)52 52 104 20,100.00$
100.2 West Project Meetings - Supplimental (8 meetings, 4hrs/mtg)32 32 64 12,400.00$
100.2 West Project Meetings - Design submittals (5 meetings, 6hrs/mtg)30 30 60 11,600.00$
100.2 Sub Total -$44,100.00$
201 Site Investigation/ Data research 40 20 20 80 14,100.00$14,100.00$
202.1 East Plant - Site/Civil, Stormwater Design 225 200 215 50 100 50 100 940 160,500.00$160,500.00$
202.2 West Plant - Site/Civil, Stormwater Design 250 370 392 100 110 100 200 1522 263,300.00$263,300.00$
207.1 East Plant Pump Stations - Influent Lift station 64 275 160 80 50 40 33,000.00$669 125,200.00$158,200.00$
207.2 East Plant Pump Stations - High Service Pump Station 160 150 120 40 25 30 33,000.00$525 94,900.00$127,900.00$
208.1 West Plant Pump Stations - Influent Lift station 60 150 100 70 50 40 33,000.00$470 87,700.00$120,700.00$
208.2 West Plant Pump Stations - High Service Pump Station 120 100 100 40 25 30 33,000.00$415 75,700.00$108,700.00$
300.1 East Permitting 120 120 20 40 10 310 62,300.00$62,300.00$
300.2 West Permitting 80 82 20 40 10 232 48,000.00$48,000.00$
Design Sub Total 1,054,300.00$1,186,300.00$
400.1 Engineering Construction Services (T&M) - East WRF
Constuction Meeting - Kickoff/Bi-Montly (25 meetings, 8 hrs/mtg)200 200 42,400.00$42,400.00$
Construction Meetings/site visit (1 per month, 13 meetings, 8hr/mtg)104 36 140 21,400.00$21,400.00$
Construction site visits ( 4 - 8 hr/mtg)32 32 64 17,400.00$17,400.00$
Testing, Inspection, Start-up (5 additional visits)40 40 80 11,800.00$11,800.00$
Clarifications and RFIs (10)60 50 40 15 40 10 215 32,800.00$32,800.00$
Shop Drawing Review (10 per station)120 60 20 200 28,600.00$28,600.00$
Electrical Engineering Sub 24 15 55,850.00$39 5,600.00$61,450.00$
400.2 Engineering Construction Services (T&M) - West WRF
Construction Meetings/ site visit (1 per month, 13 meetings, 8hr/mtg)104 104 36 244 43,400.00$43,400.00$
Construction site visits (as needed, up to 4 - 8 hr/mtg)32 32 64 17,400.00$17,400.00$
Testing, Inspection, Start-up (5 additional visits)40 40 80 11,800.00$11,800.00$
Clarifications and RFIs (10)60 50 40 15 40 10 215 32,800.00$32,800.00$
Shop Drawing Review (10 per station)120 60 20 200 28,600.00$28,600.00$
Electrical Engineering Sub 24 15 55,850.00$39 5,600.00$61,450.00$
Engineering Construction Services Sub Total 299,600.00$411,300.00$
Typical Distribution of Hours 5.8%17.8%25.8%26.3%4.4%3.9%5.0%4.9%1.5%2.5%15.3%
Total Hours =440 1347 1953 1995 334 294 380 370 300 162 243,700.00$7575.0 1,353,900.00$1,597,600.00$
Continuing Civil Engineering Services (2023)136.00$158.00$173.00$212.00$260.00$282.00$142.00$142.00$93.00$93.00$
Labor Effort per category 59,900$212,900$337,900$423,000$86,900$83,000$54,000$52,600$27,900$15,100$243,700$
Labor
EXHIBIT A: FEE ESTIMATE BREAKDOWN Calculate Cost & Rates based on:
Winter Springs WWTFs 11/20/2023
Staff (hours)
657
5401 South Kirkman Road
Suite 475
Orlando, FL 32819
407.403.6300 phone
407.403.6301 fax
esassoc.com
SCOPE OF SERVICE
CITY OF WINTER SPRINGS WEST AND EAST WATER RECLAMATION FACILITY
ENVIRONMENTAL SERVICES, WINTER SPRINGS, FLORIDA
ESA is pleased to provide the following Scope of Service (SOS) for ecological and hydrologic
assistance to Carollo Engineers (Carollo) in support of two projects located at the City of Winter
Springs (City) West (WSWWRF) and East (WSEWRF) Water Reclamation Facilities, in Winter
Springs, Florida. The proposed ecological/hydrologic support will focus on environmental permitting
services for the proposed expansion of these two facilities. At this time, it is anticipated that an
Environmental Resource Permit and a State 404 Permit from the Florida Department of Environmental
Protection (FDEP), may be required for both facilities due to the anticipated impacts to jurisdictional
water resources. A discussion of the required tasks related to this Scope of Service (SOS) is provided
below.
REQUIRED TASKS
Task 1 – Field Reconnaissance and Desktop Review for WSWWRF and WSEWRF
ESA will perform a desktop review of all available data, as well as perform site reconnaissance
activities to obtain any pertinent information that will be required for the submittal of the appropriate
agency permitting packages, and to ascertain the current site conditions at WSWWRF and WSEWRF.
Subtask 1A - WSWWRF Permitting
Subtask 1B - WSEWRF Permitting
Additional information will be collected during Task 1, regarding potential on-site mitigation options.
These reviews will include, but are not limited to the following:
• Desktop Review of Project Limits – A desktop review will be conducted of the site to
determine any potential constraints that may currently exist. This includes, but not limited to,
National Wetlands Inventory (NWI), National Resource Conservation Service (NRCS) Soils
and United States Geographical Survey Topographic databases. Listed species databases will
be reviewed as well including the Audubon Florida EagleWatch Bald Eagle Nest Locator and
the U.S. Fish and Wildlife Service (FWS) Wood Stork Nesting Colonies and Core Foraging
Areas.
• Community Structure/Vegetation Mapping – ESA will record existing wetland conditions,
including vegetative structure and quality in order to quantify preservation values and to
determine if additional restoration activities would be needed to increase the on-site
mitigation value, specifically for the wetlands located in and around the WSEWRF.
658
Error! Reference source not found.
June 2, 2023
Page 2
• Hydrologic Field Review – As part of the field activities, biologists will verify the hydrology
at the site and assess potential hydrologic improvements. Upstream and downstream
hydrologic connections and offsite contributing basins shall also be evaluated as well as any
hydrologic constraints as part of the initial field activities.
• Wetland/Waterbody Delineation – In areas that have not been surveyed, ESA will delineate
wetlands and waterbodies in accordance with 62-331 and 62-340, Florida Administrative
Code (F.A.C.) within each facility property limits. In addition, all other surface water (OSW)
features within the proposed construction area will be reviewed and field located, where
applicable. The limits of the wetland and waterbody features will be marked with field
flagging and located utilizing a sub-meter Trimble GPS unit. Upon completion of the field
review, the coordinates of the GPS locations and data files will be provided to the Carollo.
• Preliminary Listed Species Survey – During the site review a preliminary listed species survey
will be conducted to determine the potential for the existence of state and federally listed
species and/or their habitat within the project limits of both facilities.
• Seasonal High/Normal Pool Water Level Elevation Determination – During the field review,
three (3) seasonal high-water elevations and if possible, three (3) normal pool water
elevations will be established within each on-site wetland system. The elevations will be set
with aluminum nails and clearly marked with flagging in order for surveyors to locate and
record the vertical elevations. Additional hydrologic data may also be collected at this time.
• Florida Master Site File TRS Search – A database search will be conducted with the
Department of Historical Resources (DHR) to identify any previously recorded
archaeological and cultural resource sites.
Task 2 – Environmental Reporting and Meetings
Upon completion of Task 1, Task 2 will include the preparation of an Environmental Report, to be
completed for each facility.
Subtask 2A - WSWWRF Permitting
Subtask 2B - WSEWRF Permitting
ESA will conduct Pre-Application meeting(s) with Florida Department of Environmental Protection
(FDEP) for both State and Federal permitting requirements to discuss potential permitting activities. As
part of the pre-application meetings, ESA will prepare and present all obtained data during desktop
review and initial field activities.
659
Error! Reference source not found.
June 2, 2023
Page 3
Subsequent to regulatory meetings, ESA will develop an Environmental Constraints Report for each
facility. Each report will define the environmental constraints that exist within the property limits of
each facility, as well as detailing the current site conditions, quantifiable project impacts, and mitigation
options with estimated costs. These reports will be utilized to discuss the best options for the City, in
moving forward through the permitting process for both facilities. Portions of each report will also be
utilized as part of each facility’s permit package. In support of the Environmental Report, Geographic
Information System (GIS) Exhibit Preparation (GIS mapping) will be utilized to produce the
environmental graphics for both Environmental Reports.
Budget under this task will also support, one (1) meeting with Carollo and City staff, to discuss and
finalize the options the City would like to explore during the permitting process.
It is important to note that mitigation alternatives available for water resource impacts are extremely
constrained within this watershed/basin. At this time, no known mitigation banks (approved by the
permitting agencies) exist with a Service Area that covers the facility projects. It is assumed that on-
site preservation of the existing wetlands systems, specifically the systems located at and around
WSEWRF, will be the City’s priority mitigation strategy for water resource impacts associated with
Projects. However, since the exact amount of required mitigation is not known at this time, additional
mitigation alternatives may need to be researched, as the amount of wetland impact may exceed the
amount of wetland preservation available on the project sites. Additionally, hydrologic improvements
and/or potential restoration alternatives within the WSEWRF wetlands may need to be included as part
of a Mitigation Plan for the permit packages. Therefore, if additional improvements to the existing
wetland system is required, a Mitigation Plan will be developed for the submittal of the permit
packages. Should additional areas need to be reviewed for potential mitigation alternatives, those
services are included under Task 5 - Additional Services.
Task 3 – Permitting
ESA will assist Carollo in preparing and submitting two (2) separate permitting packages for the
proposed project activities:
Subtask 3A - WSWWRF Permitting
Subtask 3B - WSEWRF Permitting
Permitting activities under these subtasks will include the following for each subtask listed above:
• FDEP ERP/FDEP State 404 Permit Application Preparation – ESA will assist in the
preparation of the joint Environmental Resource Permit (ERP) application, by providing any
environmental information required in Section C and Section I of the application, this will
include Table 1 – Project Wetland and Other Surface Water Impact Summary. ESA will also
660
Error! Reference source not found.
June 2, 2023
Page 4
provide any requested information related to restoration design, if necessary, in Section E as well
as any associated signed and sealed design plan sheets which may need to be incorporated for
natural systems/wetland restoration design only. Note, it is assumed that all permitting shall be
through FDEP. This shall be verified during the pre-application meetings mentioned above in
Task 2.
• Mitigation Options and Determination – At this time, it is assumed that on-site preservation of
the existing WSEWRF wetland system will be the priority mitigation strategy, however, should
additional mitigation measures be required within this system, the Mitigation Plan detailing
system improvements will be included, as discussed in Task 2.
• Uniform Mitigation Assessment Method (UMAM) Preparation – UMAM evaluations for direct
and secondary impacts will be completed for impacts to both project wetlands to determine the
amount and type of compensatory mitigation that will be required.
• Reflag of Wetland Limits - In accordance with FDEP permitting guidelines all wetland limits
must be clearly marked with flagging for the site review. ESA scientists will reflag the limits
prior to the site meeting with the FDEP in order to expedite the review process.
• FDEP Meeting and Request for Additional Information (RAI) Responses – The budget will
include time for one (1) additional FDEP meeting to discuss the Project elements and will also
include time for two (2) RAIs from each agency, for both facilities.
Task 4 - Agency Coordination
Subtask 4A - WSWWRF Permitting
Subtask 4B - WSEWRF Permitting
ESA will coordinate with the permitting agencies in regards to any environmental issues associated with
the proposed projects. This includes:
• Attending Agency Required Meetings – ESA will attend a pre-application meeting with the
permitting agencies under Task 1 and an additional agency meeting under Task 2. However,
based on potential mitigation options, an additional meeting may be required that is covered
under this task.
• Field Meeting with Agencies – ESA will coordinate and meet with agency representatives to
review wetland delineations and existing site conditions. Budget will be based on two (2)
field meetings per facility.
• United States Fish and Wildlife Service (USFWS) Coordination – If required, ESA will
conduct early consultation with the USFWS for both facilities, in regards to potential impacts
each project may have on federally listed species.
661
Error! Reference source not found.
June 2, 2023
Page 5
Task 5 – Additional Services
Subtask 5A – Environmental Support Services
This additional services task will include time to investigate the environmental constraints
associated with the potential development/utilization of property for wastewater disposal
alternatives and/or potential mitigation alternatives. Time budgeted under this task will include
wetland delineations and evaluations, hydrologic evaluations/studies, investigations of
jurisdictional connections, listed species habitat reviews and meetings based on a 20-acre site
within Seminole County as well as any design elements required for permitting.
Considerations
• Formal listed species surveys or permitting are not included in this SOS.
• A Mitigation Plan for the WSEWRF wetlands are included within this SOS. Should the
Mitigation Plan need to include creation or additional wetland enhancements outside the
WSEWRF, these services may be covered under Task 5 – Additional Services, up to that
budgeted amount. Should the service exceed the budgeted amount, an additional Scope of
Service will be required.
• Permitting fees will be paid by City of Winter Springs directly to FDEP, and are not included
in this SOS.
• Land Survey, including topography, is not included in this SOS. Legal descriptions of the
property placed under preservation will be required prior to permit issuance.
• An Alternative Analysis is not included in this SOS.
• Mitigation fees are not included in the SOS.
• ESA is not responsible for any existing property encumbrances.
• ESA is not responsible for any required legal documents or execution that will be necessary
as part of the permitting strategy.
• Formal cultural resource surveys are not included in this SOS.
• Local ordinance permitting (i.e. arbor permitting) is not included in this SOS.
• Phase I site assessments are not included in this SOS.
• Site Access will be provided by Carollo.
662
Error! Reference source not found.
June 2, 2023
Page 6
Compensation
Costs associated with this SOS identified above can be flexible, depending upon the level of service
required. Total costs associated with the tasks outlined within this SOS is provided, below.
Task 1 Desktop and Field Reviews for Both Facilities
Subtask 1A WSWWRF $ 17,488.00
Subtask 1B WSEWRF $ 23,792.00
Task 2 Report Preparation and Meetings
Subtask 2A WSWWRF $ 22,704.00
Subtask 2B WSEWRF $ 43,920.00
Task 3 Permitting
Subtask 3A WSWWRF $ 37,500.00
Subtask 3B WSEWRF $ 17,492.00
Task 4 Agency Coordination
Subtask 4A WSWWRF $ 8,988.00
Subtask 4B WSEWRF $ 8,988.00
Task 5 Additional Services
Subtask 5A Environmental Services $ 33,672.00
Miscellaneous Costs (Mileage, Data Management, Field Equipment) $ 11,036.00
Total $ 225,580.00
663
711 N Orange Ave, Suite A
Winter Park, FL 32789
Phone: (321) 972-4989
Wekiva Project Number: 23-201
August 23, 2023
Scott Richards, PE
Carollo Engineers, P.C.
200 East Robinson Street, Suite 1400
Orlando, FL 32801
Re: Proposal for Structural Engineering & Ancillary Architectural Services
West WRF and East WRF Improvements
City of Winter Springs (City), Florida
Dear Mr. Richards,
Wekiva Engineering, LLC (Wekiva) is pleased to submit this proposal to provide structural
engineering services to Carollo Engineers (Carollo) for the above referenced project. It is our
understanding that the existing facilities are currently at capacity and/or in need of
improvements. The proposed improvements are to provide a rated capacity of 1.5 MGD for
each facility.
SCOPE OF SERVICES
It is our understanding that the proposed expansion will include the following structures and
structural scope items:
•Influent Lift Station
•Headworks
•Biological Nutrient Removal Basins
•(2) Clarifiers
•RAS/WAS Pump Stations
•Aeration Blower Building
•Filters (Assumed to be Disc Filters w/ elevated access platforms and
containment/retaining wall since the structure may be below grade) with canopy
and bridge crane.
•Chlorine Contact Basin
•Effluent Transfer Pump Station
•Chemical Containment and Storage Structure
•Reclaimed Pump Stations
•Electrical Buildings (Assumed to be (2) and they are to be single-story masonry
buildings)
•Reject Pond Modifications
•Miscellaneous Equipment Slabs including Generators
•Access Stairs and Platforms
•Miscellaneous Modifications to the Existing Facilities to accommodate proposed
process changes
•Operations Building at the East WRF (Outlined in Task 2)
•Administration and Operations Building at the West WRF (Outlined in Task 3)
All items listed above are to occur at each facility except where noted otherwise. The structures
are intended to be as similar as possible at each site although some minor modifications are
anticipated to suit the given site. Preliminary site plans have been provided to assist with this
scope preparation.
664
711 N Orange Ave, Suite A
Winter Park, FL 32789
Phone: (321) 972-4989
Task 1A: Preliminary through Final Design for East WRF (Includes 30%, 60%, 90% & 100%
Submittals): Wekiva staff will prepare structural drawings and specifications for the
modifications and improvements noted above. We will also prepare ancillary architectural
drawings for the electrical buildings and canopies contained within the scope which will be
labeled “S” drawings. These will include a life safety plan as required per the building
department review. Wekiva will coordinate with the geotechnical engineer to indicate the
required design loading and the minimum soil boring requirements. There are anticipated to be
approximately 86 drawings. There are anticipated to be standard division 3, 4, 5, 7, 8, 9 and 13
specifications. Wekiva will attend weekly virtual design meetings or as often as required to
facilitate the design. Wekiva will also attend design review meetings virtually or at the City’s
office to review the submittal milestone documents. All design CAD work is anticipated to be
performed using Revit software.
Task 1B: Preliminary through Final Design for West WRF (Includes 30%, 60%, 90% & 100%
Submittals): Wekiva staff will prepare structural drawings and specifications for the
modifications and improvements noted above. We will also prepare ancillary architectural
drawings for the electrical buildings and canopies contained within the scope which will be
labeled “S” drawings. These will include a life safety plan as required per the building
department review. Wekiva will coordinate with the geotechnical engineer to indicate the
required design loading and the minimum soil boring requirements. There are anticipated to be
approximately 86 drawings. There are anticipated to be standard division 3, 4, 5, 7, 8, 9 and 13
specifications. Wekiva will attend weekly virtual design meetings or as often as required to
facilitate the design. Wekiva will also attend design review meetings virtually or at the City’s
office to review the submittal milestone documents. All design CAD work is anticipated to be
performed using Revit software.
Task 2: Preliminary through Final Design (Includes 30%, 60%, 90% & 100% Submittals) for East
WRF Operations Building Only: Wekiva staff will prepare structural and architectural drawings
and specifications for the proposed Operations Building. There are anticipated to be
approximately 11 drawings. If this task is included in Wekiva’s scope, then these drawings will
be incorporated into the overall drawing set. All design CAD work is anticipated to be
performed using Revit software.
Task 3: Preliminary through Final Design (Includes 30%, 60%, 90% & 100% Submittals) for West
WRF Administration & Operations Building Only: Wekiva staff will prepare structural and
architectural drawings and specifications for the proposed Administration & Operations
Building. There are anticipated to be approximately 16 drawings. If this task is included in
Wekiva’s scope, then these drawings will be incorporated into the overall drawing set. All
design CAD work is anticipated to be performed using Revit software.
Task 4: CMAR Coordination Phase Services: Wekiva staff will assist Carollo staff with the
answering of Contractor questions, reviewing Contractor cost estimates at each milestone.
Task 5: Services During Construction: Wekiva staff will assist Carollo staff with the following
services:
•Attend up to eight (8) progress meetings via Teams.
•Review shop drawing submittals with one (1) resubmittal (Assumed to be
approximately seventy (70) submittals total)
•Review and respond to RFI’s (Assumed to be fifty (50) RFI’s)
•Perform up to a total of twenty (20) site visits for the following milestones:
▪(8) Construction progress visits at each facility
▪(1) Substantial completion visit at each facility
▪(1) Final completion visit at each facility
•Review Testing Data
•Prepare record drawings based on Contractor provided markups of the drawings.
665
711 N Orange Ave, Suite A
Winter Park, FL 32789
Phone: (321) 972-4989
COST AND SCHEDULE
Wekiva proposes to undertake the work described above on a lump sum fixed fee basis at a
total price of $410,550 for tasks 1 through 4. Wekiva proposed to perform the services
associated with Task 5 on a time and expense fee basis for a total price of $79,931.60 (See
Table for additional fee breakdown). The following is a breakdown of the proposed fee per
task:
•Task 1A $187,850
•Task 1B $154,500
•Task 2 $27,600
•Task 3 $36,400
•Task 4 $4,200
•Task 5 $79,931.60
•Total w/o Task 5 $410,550
•Total w/ Task 5 $490,481.60
TERMS AND CONDITIONS
Wekiva will begin work immediately upon your notice to proceed. We will issue monthly
invoices for the work accomplished during the calendar month. We appreciate the opportunity
to submit this proposal to Carollo and we look forward to a successful collaboration on this
project. If you have any questions or need further information, please call.
Sincerely,
John Sobczak, P.E.
Member
666
Table 1 - Engineering Services Fee
Structural Engineering Services
West WRF and East WRF Improvements
Winter Springs, FL
August, 2023
Task Task Man-hours By Category Totals
No Description Principal
Project
Engineer Engineer Drafting Clerical Hrs Cost
$182.00 $134.40 $106.40 $67.20 $50.40
1 Services During Construction
Attend Coodination Calls and Meetings 24 8 0 0 0 32 $5,443.20
Review Shop Drawings 70 80 60 4 20 234 $31,152.80
Review RFIs 40 10 40 20 5 115 $14,476.00
Perform Site Visits 90 0 30 0 0 120 $19,572.00
Review Testing Data 10 6 15 0 0 31 $4,222.40
Prepare Record Drawings 5 8 10 30 0 53 $5,065.20
Total Project Cost $79,931.60
667
Page 1 of 5
May 17, 2023
Scott Richards, PE
Carollo Engineers
200 Robinson Street, Suite 1400
Orlando, FL 32801
Subject: Winter Springs East WRF Replacement Project
Dear Scott,
We appreciate your consideration of L&S Diversified, LLC to provide professional
surveying services for the above referenced project. Below we have outlined a
proposed schedule of services and the associated fees for this project.
SCOPE OF SERVICES
Project Description
Carollo has been tasked with upgrading two (2) Water Reclamation Facilities (WRF’s)
located within the City of Winter Springs. L&S Diversified has performed previous
survey and subsurface utility engineering service at both the East and West WRF sites
for Carollo and the City of Winter Springs. Additional surveying and SUE services will be
required each site to provide the design team with proper information for design and
permitting the intended improvements. Below is a general scope of services that will be
used on an as-needed basis.
East WRF
Additional topographic surveying in the areas necessary for proposed
improvements throughout the project site.
Tree survey, wetland flag survey and the location of Geotechnical borings.
o Wetland flags will be set by subconsultant and located by L&S
Diversified.
o Geotechnical borings will be performed by subconsultant and located by
L&S Diversified.
Lift station survey to include topographic survey, detailed information of the
wet well and valve vault and location of existing underground utilities that
connect to the existing plant.
Additional Subsurface Utility Engineering within the area of the proposed
improvements and at connection points to the existing infrastructure.
o 20 test holes to be performed at locations provided by the client.
Miscellaneous professional surveying services to include but not limited to:
o Document review coordination.
o Property staking and coordination.
o Other professional surveying services as needed.
668
Page 2 of 5
Establish Survey Control
L & S Diversified shall establish horizontal and vertical control monuments to facilitate
site engineering. The monuments shall be established so that there is clear line of site
between them. Horizontal coordinates shall be referenced to Florida State Plane, North
American Datum of 1983 (NAD83). Elevations shall be referenced to North American
Vertical Datum of 1988 (NAVD88).
Topographic, Tree, Wetland & Utility Survey
L & S Diversified will provide all labor, equipment and resources necessary to research,
locate and/or establish the required site control and perform a topographic and/or
hydrographic survey.
Topographic Survey: RTK/GPS or conventional data acquisition at a 50-foot grid within
the project limits, plus 10 feet outside project limits; location and elevation of existing
improvements and visible above ground utilities; and setting at least 5 site bench marks
to facilitate engineering for the project site.
Tree Survey: the location and description of all specimen trees as required by client or
municipality.
Wetland Delineation Survey: the location of wetland flags as established by an
environmental engineer.
Geotechnical Boring Survey: the location of geotechnical borings as established by a
geotechnical engineer.
Sub-Surface Utility Survey: the location and description of sub-surface utilities (paint &
flags) as marked by L & S Diversified.
The topographic will be displayed at one foot contours and will be based on the North
American Vertical Datum (NAVD) of 1988.
The Topographic Survey will be prepared in accordance with the State of Florida
Standards of Practice Chapter 5J-17, Florida Administrative Code, as set forth by the
Board of Professional Surveyors and Mappers, pursuant to Section 472.027, Florida
Statutes.
Deliverables
Survey in pdf and dwg format.
669
Page 3 of 5
Subsurface Utility Designation – Quality Level “B”
L & S Diversified will field mark (paint & flags) all public sub-surface utility mains found
excluding service lines, gravity sewer lines and irrigation, within the project limits shown
above.
Route or Area: as requested by the client
A Sunshine 811 “Design” ticket will be requested for the areas described to determine
the utility providers within the project limits and to notify them of the request for
coordination with the L & S utility locator. These areas will be scanned for underground
utilities using electronic detection devices and Ground Penetrating Radar (GPR). Any
utilities detected and found within the project limits will be surface painted and flagged
with the appropriate color as recognized by the National Utility Locating Contractors
Association (NULCA), or if marked by others, will be verified by the L & S utility locator.
Underground utilities that are detectable by the above methods, where surface
evidence exists or where plans are provided to L & S showing the locations thereof can
be designated. However, some underground utilities may not be made of a conductive
material or may not return a GPR echo and therefore cannot be designated with
electronic prospecting equipment or GPR. Without surface evidence or existing plans, as
provided to L & S, identification and designation of any utilities that might exist would
then require soft excavation and would need to be determined by the client as
additional services.
Aerial utilities and appurtenances, underground storm sewer structures or pipes,
underground gravity sanitary manholes and pipes, gravity laterals and other services or
the location of other underground objects such as underground fuel tanks, irrigation
equipment and/or irrigation systems and their appurtenances are not included in the
scope of this project.
Deliverables
Sunshine State 811 “Design” ticket will be requested and documentation of this and any
information obtained from the utility companies, or their representatives will be
provided, field sketches of the designated utilities and site photographs.
Subsurface Utility Excavation – Quality Level “A”
L & S will perform up to twenty (20) soft excavation test holes at positions determined
by the client. A Sunshine 811 ticket request will be called to allow 72 hours in advance of
the proposed excavation as is required by law. The utility at each position will be
verified both horizontally and vertically up to a depth of approximately ten (10) feet. L
& S is capable of soft excavating to a depth of six (6) feet and air probing to a depth of
ten (10) feet. It is possible that ground water intrusion and/or soil conditions at any
given position could prevent a clear identification of any utility or obstruction.
670
Page 4 of 5
The depth and size of each utility will be measured and noted on a Subsurface Utility
Report for each position, and if visible, the composition of the material of the pipe will
also be noted. However, the condition of the material will not be determined by
L & S as this is not within our expertise. Each position will be restored to near pre-
excavated condition with the excavated soil or like materials such as an asphalt or
concrete patch.
Deliverables
Sunshine State 811 “Locate” ticket will be requested and documentation of this and any
information obtained from the utility companies, or their representatives will be
provided, field sketches of the designated utilities, site photographs, and test hole
reports.
The table below summarizes the costs associated with this proposal. Please review
this information and let us know if you have any questions.
Description Amount
1-2 Person Survey Field Crew $ 22,400.00
Mapping Technician $ 19,200.00
Professional Surveyor and Mapper $ 3,200.00
PM Survey $ 7,290.00
SUE Coordinator $ 5,320.00
1-2 Person SUE Field Crew $ 21,700.00
PM SUE $ 2,160.00
Estimated Time and Materials $ 81,270.00
Schedule
L & S Diversified will begin the Survey on the subject property within 5 working days
after receipt of your executed Notice to Proceed (NTP). This does not apply if extensive
title work is involved, extensive certification requirements are needed, or if an
ALTA/ACSM Survey is required. Proposed fee and schedule shown hereon is valid for up
to 45 days from the date of receipt. We prefer at least 48 hours of notice for scheduling
of a field crew.
Due to the nature of the project and the ongoing development of the design, L&S
Diversified and the design team will develop a realistic timeline based on each task for
the project. The requested survey and/or SUE work will be performed as expeditiously
as possible to keep the overall project schedule.
Additional Services
If the client desires to change or expand upon these proposed services, an additional fee
shall be negotiated. This renegotiation shall be accomplished prior to commencing the
671
Page 5 of 5
additional work, and may be necessary for any of the following services which are not a
part of this contract:
Locating and/or flagging Flood Zone Line or Normal High Water Line (NHWL), tidal
records, or locating ‘0’ or specific elevations, Research and ordering additional Maps,
Records or Materials necessary for completing these specified tasks; client-imposed
requirements not covered herein; Additional Certifications or Affidavits not specified
herein; Elevation Certifications; Wetland Delineation or Location; sub-surface Excavation
or Underground Utility Location; Extensive Title Review and Plotting of Easements;
Offsite Surveys or Sketches; Vertical Topographic information unless outlined in this
proposal; Requests by Third Parties (Buyer’s Attorney, Seller’s Attorney, Lender or
Lender’s Counsel, Real Estate Agents, Title Company Personnel, etc.) for additions,
deletions or revisions to be made to the survey drawings or maps before or after initial
submittal to client; Additional Meetings and Errands not covered herein which are
necessary to complete these specified tasks; Client-Authorized on-site instruction given
to field crew for extra field work not covered herein; Client-approved overtime;
Additional ALTA Table A Items.
Reimbursables such as overnight mailings, sending electronic files, copying charges,
blueprinting costs, plotting of extra drawings not covered herein, delivery, shipping, or
rush charges, etc. will be billed as an Extra cost on a Time, Materials and Expense basis.
It may be necessary for the Project Manager to call the client to receive verification and
authorization for Extra Costs stated above in the preceding paragraph, and may further
require the client to sign an Additional Work Authorization Form for any out-of-scope
requests.
All public entity or jurisdictional agency fees are to be paid directly by the client prior to
obtaining approvals or permits. These fees include, but are not limited to, platting,
impact, re-zoning, permitting, review and application fees. L & S Diversified has no
control over the procedures of public entities or jurisdictional agencies, and therefore,
cannot guarantee timing and outcome of permits and entitlements related to this
site/project.
Thank you for this opportunity and we look forward to working with you on this exciting
new project. Should you have any questions, please do not hesitate to call.
Sincerely,
L & S Diversified, LLC
Brad Alexander, PE, PSM May 17, 2023
Vice President
672
L&S Diversified Survey Crew (1-2)Survey Crew (3)SUE Crew (1-2)SUE Crew (3)
Rates $140.00 $185.00 $155.00 $195.00
Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee
Service Item
101 Survey Control 24.00 24.00 $3,360.00
104 Topographic Survey 60.00 60.00 $8,400.00
106 Tree Survey 40.00 40.00 $5,600.00
107 Wetland Survey 24.00 24.00 $3,360.00
108 Geotechnical Borings 12.00 12.00 $1,680.00
115 Utility Designation 60.00 60.00 $9,300.00
116 Utility Testholes 80.00 80.00 $12,400.00
160.00 0.00 140.00 0.00 300.00 $44,100.00
Mapping Technician PSM Survey PM Survey Coord SUE Coord SUE PM
Rates $100.00 $160.00 $135.00 $95.00 $95.00 $135.00
Hours Hours Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee
Service Item
201 Survey Control 8.00 4.00 8.00 20.00 $2,520.00
206 Topographic Survey 32.00 10.00 16.00 58.00 $6,960.00
208 Tree Survey 12.00 2.00 10.00 24.00 $2,870.00
209 Wetland Survey 8.00 2.00 10.00 20.00 $2,470.00
210 Geotechnical Borings 8.00 2.00 10.00 20.00 $2,470.00
218 Utility Designation 40.00 40.00 12.00 92.00 $9,420.00
219 Utility Testholes 24.00 16.00 4.00 44.00 $4,460.00
215 Opinions and Reports 60.00 60.00 $6,000.00
192.00 20.00 54.00 0.00 56.00 16.00 338.00 $37,170.00
Reimbursables
Quantity Rate
Plotting (Bond Paper) 24" x 36"$3.50 $0.00
Plotting (Bond Paper) 11"x 17"$2.50 $0.00
Plotting (Bond Paper) Other $1.50 $0.00
Color Printing/Copying 11"x 17"$0.75 $0.00
Color Printing/Copy 8 1/2" x14"$0.65 $0.00
Color Printing/Copy 8 1/2" x11"$0.60 $0.00
B&W Print/Copy 11" x 17"$0.70 $0.00
B&W Print/Copy 8 1/2" x 14"$0.60 $0.00
B&W Print/Copy 8 /12" x 11"$0.55 $0.00
USB $0.00
Recording Fee $0.00
Permits $0.00
Maintenance of Traffic $0.00
$0.00
Total Fee $81,270.00
Service Items 201-220
Service Items 101-117
673
Page 1 of 5
May 17, 2023
Scott Richards, PE
Carollo Engineers
200 Robinson Street, Suite 1400
Orlando, FL 32801
Subject: Winter Springs West WRF Replacement Project
Dear Scott,
We appreciate your consideration of L&S Diversified, LLC to provide professional
surveying services for the above referenced project. Below we have outlined a
proposed schedule of services and the associated fees for this project.
SCOPE OF SERVICES
Project Description
Carollo has been tasked with upgrading two (2) Water Reclamation Facilities (WRF’s)
located within the City of Winter Springs. L&S Diversified has performed previous
survey and subsurface utility engineering service at both the East and West WRF sites
for Carollo and the City of Winter Springs. Additional surveying and SUE services will be
required each site to provide the design team with proper information for design and
permitting the intended improvements. Below is a general scope of services that will be
used on an as-needed basis.
West WRF
Additional topographic surveying in areas necessary for proposed
improvements throughout the proposed project site.
Additional Subsurface Utility Engineering within the area of the proposed
improvements and at connection points to the existing infrastructure.
o 10 test holes to be performed at location provide by the client.
Additional off site Subsurface Utility Engineering
Miscellaneous professional surveying services to include but not limited to:
o Document review coordination.
o Property staking and coordination.
o Other professional surveying services as needed.
Establish Survey Control
L & S Diversified shall establish horizontal and vertical control monuments to facilitate
site engineering. The monuments shall be established so that there is clear line of site
between them. Horizontal coordinates shall be referenced to Florida State Plane, North
674
Page 2 of 5
American Datum of 1983 (NAD83). Elevations shall be referenced to North American
Vertical Datum of 1988 (NAVD88).
Topographic, Tree, Wetland & Utility Survey
L & S Diversified will provide all labor, equipment and resources necessary to research,
locate and/or establish the required site control and perform a topographic and/or
hydrographic survey.
Topographic Survey: RTK/GPS or conventional data acquisition at a 50-foot grid within
the project limits, plus 10 feet outside project limits; location and elevation of existing
improvements and visible above ground utilities; and setting at least 5 site bench marks
to facilitate engineering for the project site.
Tree Survey: the location and description of all specimen trees as required by client or
municipality.
Wetland Delineation Survey: the location of wetland flags as established by an
environmental engineer.
Geotechnical Boring Survey: the location of geotechnical borings as established by a
geotechnical engineer.
Sub-Surface Utility Survey: the location and description of sub-surface utilities (paint &
flags) as marked by L & S Diversified.
The topographic will be displayed at one foot contours and will be based on the North
American Vertical Datum (NAVD) of 1988.
The Topographic Survey will be prepared in accordance with the State of Florida
Standards of Practice Chapter 5J-17, Florida Administrative Code, as set forth by the
Board of Professional Surveyors and Mappers, pursuant to Section 472.027, Florida
Statutes.
Deliverables
Survey in pdf and dwg format.
Subsurface Utility Designation – Quality Level “B”
L & S Diversified will field mark (paint & flags) all public sub-surface utility mains found
excluding service lines, gravity sewer lines and irrigation, within the project limits shown
above.
Route or Area: as requested by the client
675
Page 3 of 5
A Sunshine 811 “Design” ticket will be requested for the areas described to determine
the utility providers within the project limits and to notify them of the request for
coordination with the L & S utility locator. These areas will be scanned for underground
utilities using electronic detection devices and Ground Penetrating Radar (GPR). Any
utilities detected and found within the project limits will be surface painted and flagged
with the appropriate color as recognized by the National Utility Locating Contractors
Association (NULCA), or if marked by others, will be verified by the L & S utility locator.
Underground utilities that are detectable by the above methods, where surface
evidence exists or where plans are provided to L & S showing the locations thereof can
be designated. However, some underground utilities may not be made of a conductive
material or may not return a GPR echo and therefore cannot be designated with
electronic prospecting equipment or GPR. Without surface evidence or existing plans, as
provided to L & S, identification and designation of any utilities that might exist would
then require soft excavation and would need to be determined by the client as
additional services.
Aerial utilities and appurtenances, underground storm sewer structures or pipes,
underground gravity sanitary manholes and pipes, gravity laterals and other services or
the location of other underground objects such as underground fuel tanks, irrigation
equipment and/or irrigation systems and their appurtenances are not included in the
scope of this project.
Deliverables
Sunshine State 811 “Design” ticket will be requested and documentation of this and any
information obtained from the utility companies, or their representatives will be
provided, field sketches of the designated utilities and site photographs.
Subsurface Utility Excavation – Quality Level “A”
L & S will perform up to ten (10) soft excavation test holes at positions determined by
the client. A Sunshine 811 ticket request will be called to allow 72 hours in advance of
the proposed excavation as is required by law. The utility at each position will be
verified both horizontally and vertically up to a depth of approximately ten (10) feet. L
& S is capable of soft excavating to a depth of six (6) feet and air probing to a depth of
ten (10) feet. It is possible that ground water intrusion and/or soil conditions at any
given position could prevent a clear identification of any utility or obstruction.
The depth and size of each utility will be measured and noted on a Subsurface Utility
Report for each position, and if visible, the composition of the material of the pipe will
also be noted. However, the condition of the material will not be determined by
L & S as this is not within our expertise. Each position will be restored to near pre-
excavated condition with the excavated soil or like materials such as an asphalt or
concrete patch.
Deliverables
676
Page 4 of 5
Sunshine State 811 “Locate” ticket will be requested and documentation of this and any
information obtained from the utility companies, or their representatives will be
provided, field sketches of the designated utilities, site photographs, and test hole
reports.
The table below summarizes the costs associated with this proposal. Please review
this information and let us know if you have any questions.
Description Amount
1-2 Person Survey Field Crew $ 12,320.00
Mapping Technician $ 14,200.00
Professional Surveyor and Mapper $ 2,560.00
PM Survey $ 3,510.00
SUE Coordinator $ 2,660.00
1-2 Person SUE Field Crew $ 9,300.00
PM SUE $ 1,620.00
Estimated Time and Materials $ 46,170.00
Schedule
L & S Diversified will begin the Survey on the subject property within 5 working days
after receipt of your executed Notice to Proceed (NTP). This does not apply if extensive
title work is involved, extensive certification requirements are needed, or if an
ALTA/ACSM Survey is required. Proposed fee and schedule shown hereon is valid for up
to 45 days from the date of receipt. We prefer at least 48 hours of notice for scheduling
of a field crew.
Due to the nature of the project and the ongoing development of the design, L&S
Diversified and the design team will develop a realistic timeline based on each task for
the project. The requested survey and/or SUE work will be performed as expeditiously
as possible to keep the overall project schedule.
Additional Services
If the client desires to change or expand upon these proposed services, an additional fee
shall be negotiated. This renegotiation shall be accomplished prior to commencing the
additional work, and may be necessary for any of the following services which are not a
part of this contract:
Locating and/or flagging Flood Zone Line or Normal High Water Line (NHWL), tidal
records, or locating ‘0’ or specific elevations, Research and ordering additional Maps,
Records or Materials necessary for completing these specified tasks; client-imposed
requirements not covered herein; Additional Certifications or Affidavits not specified
herein; Elevation Certifications; Wetland Delineation or Location; sub-surface Excavation
or Underground Utility Location; Extensive Title Review and Plotting of Easements;
677
Page 5 of 5
Offsite Surveys or Sketches; Vertical Topographic information unless outlined in this
proposal; Requests by Third Parties (Buyer’s Attorney, Seller’s Attorney, Lender or
Lender’s Counsel, Real Estate Agents, Title Company Personnel, etc.) for additions,
deletions or revisions to be made to the survey drawings or maps before or after initial
submittal to client; Additional Meetings and Errands not covered herein which are
necessary to complete these specified tasks; Client-Authorized on-site instruction given
to field crew for extra field work not covered herein; Client-approved overtime;
Additional ALTA Table A Items.
Reimbursables such as overnight mailings, sending electronic files, copying charges,
blueprinting costs, plotting of extra drawings not covered herein, delivery, shipping, or
rush charges, etc. will be billed as an Extra cost on a Time, Materials and Expense basis.
It may be necessary for the Project Manager to call the client to receive verification and
authorization for Extra Costs stated above in the preceding paragraph, and may further
require the client to sign an Additional Work Authorization Form for any out-of-scope
requests.
All public entity or jurisdictional agency fees are to be paid directly by the client prior to
obtaining approvals or permits. These fees include, but are not limited to, platting,
impact, re-zoning, permitting, review and application fees. L & S Diversified has no
control over the procedures of public entities or jurisdictional agencies, and therefore,
cannot guarantee timing and outcome of permits and entitlements related to this
site/project.
Thank you for this opportunity and we look forward to working with you on this exciting
new project. Should you have any questions, please do not hesitate to call.
Sincerely,
L & S Diversified, LLC
Brad Alexander, PE, PSM May 17, 2023
Vice President
678
L&S Diversified Survey Crew (1-2)Survey Crew (3)SUE Crew (1-2)SUE Crew (3)
Rates $140.00 $185.00 $155.00 $195.00
Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee
Service Item
101 Survey Control 16.00 16.00 $2,240.00
104 Topographic Survey 40.00 40.00 $5,600.00
106 Tree Survey 12.00 12.00 $1,680.00
107 Wetland Survey 12.00 12.00 $1,680.00
108 Geotechnical Borings 8.00 8.00 $1,120.00
115 Utility Designation 40.00 40.00 $6,200.00
116 Utility Testholes 20.00 20.00 $3,100.00
88.00 0.00 60.00 0.00 148.00 $21,620.00
Mapping Technician PSM Survey PM Survey Coord SUE Coord SUE PM
Rates $100.00 $160.00 $135.00 $95.00 $95.00 $135.00
Hours Hours Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee
Service Item
201 Survey Control 6.00 2.00 4.00 12.00 $1,460.00
206 Topographic Survey 24.00 8.00 10.00 42.00 $5,030.00
208 Tree Survey 6.00 2.00 4.00 12.00 $1,460.00
209 Wetland Survey 6.00 2.00 4.00 12.00 $1,460.00
210 Geotechnical Borings 4.00 2.00 4.00 10.00 $1,260.00
218 Utility Designation 24.00 20.00 8.00 52.00 $5,380.00
219 Utility Testholes 12.00 8.00 4.00 24.00 $2,500.00
215 Opinions and Reports 60.00 60.00 $6,000.00
142.00 16.00 26.00 0.00 28.00 12.00 224.00 $24,550.00
Reimbursables
Quantity Rate
Plotting (Bond Paper) 24" x 36"$3.50 $0.00
Plotting (Bond Paper) 11"x 17"$2.50 $0.00
Plotting (Bond Paper) Other $1.50 $0.00
Color Printing/Copying 11"x 17"$0.75 $0.00
Color Printing/Copy 8 1/2" x14"$0.65 $0.00
Color Printing/Copy 8 1/2" x11"$0.60 $0.00
B&W Print/Copy 11" x 17"$0.70 $0.00
B&W Print/Copy 8 1/2" x 14"$0.60 $0.00
B&W Print/Copy 8 /12" x 11"$0.55 $0.00
USB $0.00
Recording Fee $0.00
Permits $0.00
Maintenance of Traffic $0.00
$0.00
Total Fee $46,170.00
Service Items 201-220
Service Items 101-117
679
Orlando Office Miami Office
601 N. Hart Boulevard NADIC 15291 NW 60th Avenue, Suite 106
Orlando, Florida 32818 Email: nadic@nadicinc.com Miami Lakes, Florida 33014
Phone: (407) 521-4771 Fax: (407) 521-4772 Phone: (305) 359-5740
May 30, 2023
Carollo
200 Robinson Street, Suite 1400
Orlando, FL. 32801
Attention: Mr. Brian Graham, PE.
Chief Technologist / Vice President
RE: Geotechnical Engineering Fee Proposal for
City of Winter Springs East WRF Improvements
NADIC Proposal No. PQ.GEO-CV23026
Dear Mr. Graham
NADIC is pleased to submit this fee estimates to provide geotechnical engineering services for
the proposed improvements to the City of Winter Springs East Water Reclamation Facility
(WRF). The city plans to improve the Esat WRF with construction of the following major unit
processes and structures:
• Influent (headworks) structure
• Odor control pad for headworks
• Process basins (one three train basin with common walls)
• Two secondary clarifiers
• RAS/WAS pump station pad or structure
• Splitter box for secondary clarifiers
• A Disk filter structure
• Two common walled chlorine contact tanks with a transfer pump station
• Blower /electrical building
• Operations/admin building
• Miscellaneous chemical storage pads and pump stations
NADIC services for this project will consist of providing geotechnical engineering services for each
of the process facilities and structures, including evaluation of existing subsurface conditions,
foundation design recommendations and construction considerations.
Geotechnical Project Approach
The geotechnical engineering services will be provided in general accordance with the Winter
Springs Public Works and Utilities Department requirements and guidelines. The geotechnical
evaluation will begin with a review of all available project information, and the proposed
geotechnical exploration program. Additional resources include the Seminole County Soil Survey,
published Geological Surveys and bulletins, historical geotechnical/boring information within the
project area and any other pertinent information that could be provided by the owner, including
construction records. We will also conduct a field reconnaissance to assess conditions with respect
to the anticipated geotechnical exploration, foundation design and project construction.
680
Carollo May 30, 2023
Winter Springs East WRF Improvements
NADIC Project No. PQ.GEO-CV23026 Page 2 of 5
NADIC
The geotechnical project approach presented herein briefly discusses our understanding of the
project based on the project scope provided via email dated May 24th 2023. We understand that
some of the proposed processes/structures will be constructed within areas that are currently
wooded. Access to these locations may require access creation to allow dry rigs for site
exploration.
Field reconnaissance trips will be conducted to evaluate maintenance of traffic (MOT) and property
access concerns for the field exploration program.
The field-testing program will include Standard Penetration Test (SPT) boring. NADIC will stake
the boring and obtain utility clearance prior to field exploration. Visual classification of retrieved
soil samples will be performed in the laboratory by a geotechnical engineer in accordance with
ASTM Standards. The engineer would select specimens for laboratory testing, which would be
expected to include soil-gradation analyses, organic-content tests, natural-moisture-content tests, and
Atterberg limits test series.
Scope of Geotechnical Services
We understand the project will consist of providing design level geotechnical services for the
proposed WRF improvements. Based on this assumption, our understanding of the proposed
project and experience with similar projects, our scope of services is provided below:
1. Coordination with Design Project Manager and attend project meetings, if necessary.
2. Coordination of boring locations, including field reconnaissance.
3. Mobilization of and mud bug mounted drill rigs and men.
4. Provide maintenance of Traffic (MOT) during the drilling operations.
5. Perform an exploration program consisting of:
a. Influent (headworks) structure: A total of two (2) Standard Penetration Test (SPT)
borings to depth of 30 feet below existing grade.
b. Odor control pad for headworks: One (1) SPT boring to a depth of 25 feet below
existing grade.
c. Process basins (one three train basin with common walls): Four (4) SPT borings to
depth of 40 feet below existing grade.
d. Two secondary clarifiers: Two (2) SPT borings to depth of 50 feet below existing
grade.
e. RAS/WAS pump station pad or structure: One (1) boring to a depth of 30 feet below
existing grade.
f. Splitter box for secondary clarifiers: One (1) boring to a depth of 40 feet below
existing grade.
g. A Disk filter structure: One (1) boring to a depth of 30 feet below existing grade.
h. Chlorine contact tanks with a transfer pump station: Two (2) boring to depth of 30
feet below existing grade.
i. Blower /electrical building: One (1) boring to a depth of 25 feet below existing
grade.
j. Operations/admin building: One (1) boring to a depth of 25 feet below existing
grade.
k. Miscellaneous chemical storage pads and pump station: One (1) boring to a depth of
25 feet below existing grade.
681
Carollo May 30, 2023
Winter Springs East WRF Improvements
NADIC Project No. PQ.GEO-CV23026 Page 3 of 5
NADIC
6. Collect groundwater level measurement and estimate normal wet seasonal high groundwater
level.
7. Perform visual soil classification as per ASTM D-3282 and D-2487.
8. Perform laboratory tests on selected representative soil samples. Laboratory test will
include grain-size analyses, organic content, Atterberg limits, and moisture content tests.
Based on the results of the field exploration and laboratory visual classification, geotechnical
engineering assessments regarding site suitability for the improvements will be formulated. The
report will include the following:
1. Review of readily available published geologic and topographic information, including the
appropriate Quadrangle Map published by the United States Geological Survey (USGS), the
"Soil Survey of Seminole County, Florida" published by the United States Department of
Agriculture (USDA) Natural Resources Conservation Service (NRCS) and Site Historical
geotechnical engineering reports and data
2. A Site Plan showing boring location
3. Report of Standard Penetration Test (SPT) Borings indicating the general subsurface
conditions encountered at each proposed project site, noting any anomalies or features
which could affect construction
4. Discuss groundwater conditions encountered and estimated seasonal high groundwater
levels
5. Engineering evaluation of field and laboratory visual classification data as well as
derivations of design soil parameters and an interpretation of the subsurface conditions
with respect to the proposed maintenance construction
6. Discuss foundation system or alternative systems recommendation for consideration,
including:
a. Recommendation for allowable bearing pressures at the proposed bottom of the
foundation elevations for shallow foundation. The reports shall include bearing
pressures in terms of net allowable pressures. For purposes of this report, the net
allowable bearing pressure is the ultimate pressure per unit area of the foundation
that can be supported by the soil in excess of the pressure due to the surrounding
soil at the foundation bearing level, divided by a factor of safety of 3
b. Recommendation for foundation types such as slabs on grade, shallow spread
footings, or deep foundations
c. If deep foundation is the preferred option, recommendation for capacity based on
skin friction, end bearing or both, with corresponding factors of safety.
Recommendation will include pile driving criteria and methods to verify pile
capacity during construction as well as soil parameters for lateral load analysis of
deep foundations d. Pipe trench and backfill recommendations, if applicable
e. Removal or treatment of unsuitable soils, if applicable
f. Use of on-site soils for controlled fill, including compaction density requirements
and moisture content criteria for use throughout the project
7. Temporary excavations, including recommended slopes, critical heights, etc., based on
soil types, if necessary. Recommendation should include lateral earth pressures for design
of substructure and retaining walls. Lateral earth pressures for both active and at-rest,
and drained and submerged conditions should be provided
8. Recommended design parameters for retaining structures including friction coefficients
682
Carollo May 30, 2023
Winter Springs East WRF Improvements
NADIC Project No. PQ.GEO-CV23026 Page 4 of 5
NADIC
and passive pressure (if applicable) for calculating resistance against sliding
9. Dewatering recommendations based on soil types and groundwater levels, if necessary
10. Backfill and bedding recommendation, including on site material suitability and
availability.
11.Identification of critical design or construction details, including groundwater levels
(seasonal fluctuations) and influence of construction on adjacent structures.
12.Submit draft and final geotechnical reports.
The geotechnical investigations and analysis reports would contain the factual subsurface data
including: the boring logs, detailed laboratory result sheets, and a summary of the laboratory
data as well as evaluations and recommendations in the initial geotechnical report. The final
evaluation shall be based on the actual design and shall consider both design parameters and
constructability. If, in the opinion of the review professional, Consultant or CITY, additional
geotechnical data is required for preparation of the final reports, the additional data shall be
provided under an amendment to the subcontract. The final reports shall indicate the anticipated
performance of the subsurface material to be encountered on the project both during and after
construction, under the loading conditions, use, and types of excavations anticipated.
Proposed roadway soil survey and pavement evaluation are not included in this proposal. Also,
this proposal does not include investigation for potential possible soil and groundwater
contamination.
Cost Estimate
In accordance with the proposed scope of services, we estimate the cost of Geotechnical Services
to be $44,906.22
Additional work required beyond the scope of services not included in this proposal, or as caused
by factors beyond NADIC's control, will be invoiced on a time and expense basis. Additional
work will not be performed without prior authorization.
We sincerely appreciate the opportunity of submitting this proposal, and look forward to working
with you, Carollo and the City of Winter Springs. Please do not hesitate to contact the
undersigned if you have any questions or if you need additional information.
Sincerely,
NADIC ENGINEERING SERVICES, INC.
Godwin N. Nnadi, Ph.D., P.E.
Principal Engineer
Geotechnical\2023\CV23026 Winter Springs East WRF- May 30, 2023.pro
Attachment:
Geotechnical Fee Computation for East WRF Improvements – Time & Material
683
PQ.GEO-CV23026 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST
WINTER SPRINGS EAST WRF
WINTER SPRINGS, FLORIDA
Page 1
5/30/2023
WEST WEST TOTAL
Component/Unit Description UNIT WRF QTY RATE WRF COST
I. FIELD EXPLORATION:
1. Crew & Equipment Mobilization:
Ea.0 $380.00 $0.00 $0.00
Ea.1.0 1 $550.00 $550.00 $550.00
Ea.0 $3,000.00 $0.00 $0.00
Ea.1.0 1 $750.00 $750.00 $750.00
Ea.2 2 $55.00 $110.00 $110.00
Ea.0 $120.00 $0.00 $0.00
Hr.0 $270.00 $0.00 $0.00
Ea.0 $6.00 $0.00 $0.00
Clearing Equipment Day 1 1 $2,400.00 $2,400.00 $2,400.00
Chainsaw Day 2 2 $70.00 $140.00 $140.00
712-MOT Support Vehicle Hr.32 32 $120.00 $3,840.00 $3,840.00
GPS Rental Day 1 1 $100.00 $100.00 $100.00
2. Standard Penetration Test Borings(ASTM D-1586):
LF 580 580 $22.00 $12,760.00 $12,760.00
LF 0 $24.50 $0.00 $0.00
LF 0 $40.00 $0.00 $0.00
3. Field Permeability Tests:
Ea.0 $371.00 $0.00 $0.00
4. Grout Boreholes: Truck/Mud Bug:
440-Geo Grout Boreholes - Truck/Mud Bug 0-50 Ft Hr.380 380 $9.50 $3,610.00 $3,610.00
441-Geo Grout Boreholes - Truck/Mud Bug 50-100 F Hr.0 $10.50 $0.00 $0.00
5. Site Reconnaissance/Field Coordination:
a.- Engineer Hr.2 2 $98.34 $196.68 $196.68
b. - Senior Engineering Technician Hr.8 8 $74.00 $592.00 $592.00
6. CBR/LBR Sample Collection:Hr 0 $74.00 $0.00 $0.00
7 Pavement Coring:Ea.0 $280.00 $0.00 $0.00
Totals for Field Exploration $25,048.68 $25,048.68
II. LABORATORY TESTING:
1. Visual - Engineer hrs.6 6 $98.34 $590.04 $590.04
2. Grain Size Analysis:
822- Soils Particle Size Anlys AASHTO T88 (No Hy Ea.0 $120.00 $0.00 $0.00
812 -Soils Material Finer then 200 Sieve FM 1 Ea.23 23 $55.00 $1,265.00 $1,265.00
432-Geo Field Permeability 0-10 Ft Open-End Boreh
700-MOT Arrow Board/Advance Warning Vehicle
701-MOT Attenuator Truck/Energy Absorption Vehi
708-MOT Provide Channeling Devices - Cone
478-Geo SPT Truck/Mud Bug 0-50 Ft
479-Geo SPT Truck/Mud Bug 50-100 Ft
480-Geo SPT Truck/Mud Bug 100-150 Ft
603-Mobilization Asphalt Coring Equipment
612-Mobilization Drill Rig Truck Mount
610-Mobilization Drill Rig Track Mount
614-Mobilization Mudbug/All Terrain Vehicle
706-MOT Portable Sign
Nadic Engineering Services, Inc.
601 N. Hart Blvd.,
Orlando, FL. 32818
Phone: 407 521 4771
Fax: 407 521 4772 684
PQ.GEO-CV23026 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST
WINTER SPRINGS EAST WRF
WINTER SPRINGS, FLORIDA
Page 2
5/30/2023
WEST WEST TOTAL
Component/Unit Description UNIT WRF QTY RATE WRF COST
819-Soil Organic Content Ignition FM 1-T 267 Ea.8 8 $55.00 $440.00 $440.00
826-Soil Plastic Limit & Plasticity Index AASHTO T Ea.8 8 $55.00 $440.00 $440.00
811-Soil Liquid Limit AASHTO T89 Ea.8 8 $55.00 $440.00 $440.00
817-Soils Moisture Content Laboratory AASHTO T2 Ea.29 29 $18.50 $536.50 $536.50
805-Soils Corrosion Series FM 5-550 through 5-553 Ea.5 5 $215.00 $1,075.00 $1,075.00
810-California Bearing Ration/Soil Limerock Bearin Ea.0 $370.00 $0.00 $0.00
Totals for Laboratory Testing $4,786.54 $4,786.54
III. ENGINEERING AND TECHNICAL SERVICES:
1. Principal Engineer hrs.10 10 $214.35 $2,143.50 $2,143.50
2. Senior Project Manager hrs.0 0 $181.13 $0.00 $0.00
3. Senior Engineer hrs.24 24 $162.09 $3,890.16 $3,890.16
4. Engineer:hrs.45 45 $98.34 $4,425.30 $4,425.30
5. Senior Engineering Technician hrs.36 36 $74.00 $2,664.00 $2,664.00
6. Senior CADD/GIS Support hrs.20 20 $86.53 $1,730.60 $1,730.60
7. Secretarial/Clerical:hrs.4 4 $54.36 $217.44 $217.44
Totals for Engineering and Technical Services $15,071.00 $15,071.00
Totals for all Services $44,906.22 $44,906.22
Nadic Engineering Services, Inc.
601 N. Hart Blvd.,
Orlando, FL. 32818
Phone: 407 521 4771
Fax: 407 521 4772 685
Orlando Office Miami Office
601 N. Hart Boulevard NADIC 15291 NW 60th Avenue, Suite 106
Orlando, Florida 32818 Email: nadic@nadicinc.com Miami Lakes, Florida 33014
Phone: (407) 521-4771 Fax: (407) 521-4772 Phone: (305) 359-5740
May 30, 2023
Carollo
200 Robinson Street, Suite 1400
Orlando, FL. 32801
Attention: Mr. Brian Graham, PE.
Chief Technologist / Vice President
RE: Geotechnical Engineering Fee Proposal for
City of Winter Springs West WRF Improvements
NADIC Proposal No. PQ.GEO-CV23027
Dear Mr. Graham
NADIC is pleased to submit this fee estimates to provide geotechnical engineering services for
the proposed improvements to the City of Winter Springs West Water Reclamation Facility
(WRF). The city plans to improve the Esat WRF with construction of the following major unit
processes and structures:
• Influent (headworks) structure
• Odor control pad for headworks
• Process basins (one three train basin with common walls)
• Two secondary clarifiers
• RAS/WAS pump station pad or structure
• Splitter box for secondary clarifiers
• A Disk filter structure
• Two common walled chlorine contact tanks with a transfer pump station
• Blower /electrical building
• Operations/admin building
• Miscellaneous chemical storage pads and pump stations
NADIC services for this project will consist of providing geotechnical engineering services for each
of the process facilities and structures, including evaluation of existing subsurface conditions,
foundation design recommendations and construction considerations.
Geotechnical Project Approach
The geotechnical engineering services will be provided in general accordance with the Winter
Springs Public Works and Utilities Department requirements and guidelines. The geotechnical
evaluation will begin with a review of all available project information, and the proposed
geotechnical exploration program. Additional resources include the Seminole County Soil Survey,
published Geological Surveys and bulletins, historical geotechnical/boring information within the
project area and any other pertinent information that could be provided by the owner, including
construction records. We will also conduct a field reconnaissance to assess conditions with respect
to the anticipated geotechnical exploration, foundation design and project construction.
686
Carollo May 30, 2023
Winter Springs West WRF Improvements
NADIC Project No. PQ.GEO-CV23026 Page 2 of 5
NADIC
The geotechnical project approach presented herein briefly discusses our understanding of the
project based on the project scope provided via email dated May 24th 2023. We understand that
some of the proposed processes/structures will be constructed within areas that are currently
wooded. Access to these locations may require access creation to allow dry rigs for site
exploration.
Field reconnaissance trips will be conducted to evaluate maintenance of traffic (MOT) and property
access concerns for the field exploration program.
The field-testing program will include Standard Penetration Test (SPT) boring. NADIC will stake
the boring and obtain utility clearance prior to field exploration. Visual classification of retrieved
soil samples will be performed in the laboratory by a geotechnical engineer in accordance with
ASTM Standards. The engineer would select specimens for laboratory testing, which would be
expected to include soil-gradation analyses, organic-content tests, natural-moisture-content tests, and
Atterberg limits test series.
Scope of Geotechnical Services
We understand the project will consist of providing design level geotechnical services for the
proposed WRF improvements. Based on this assumption, our understanding of the proposed
project and experience with similar projects, our scope of services is provided below:
1. Coordination with Design Project Manager and attend project meetings, if necessary.
2. Coordination of boring locations, including field reconnaissance.
3. Mobilization of and mud bug mounted drill rigs and men.
4. Provide maintenance of Traffic (MOT) during the drilling operations.
5. Perform an exploration program consisting of:
a. Influent (headworks) structure: A total of two (2) Standard Penetration Test (SPT)
borings to depth of 30 feet below existing grade.
b. Odor control pad for headworks: One (1) SPT boring to a depth of 25 feet below
existing grade.
c. Process basins (one three train basin with common walls): Four (4) SPT borings to
depth of 40 feet below existing grade.
d. Two secondary clarifiers: Two (2) SPT borings to depth of 50 feet below existing
grade.
e. RAS/WAS pump station pad or structure: One (1) boring to a depth of 30 feet below
existing grade.
f. Splitter box for secondary clarifiers: One (1) boring to a depth of 40 feet below
existing grade.
g. A Disk filter structure: One (1) boring to a depth of 30 feet below existing grade.
h. Chlorine contact tanks with a transfer pump station: Two (2) boring to depth of 30
feet below existing grade.
i. Blower /electrical building: One (1) boring to a depth of 25 feet below existing
grade.
j. Operations/admin building: One (1) boring to a depth of 25 feet below existing
grade.
k. Miscellaneous chemical storage pads and pump station: One (1) boring to a depth of
25 feet below existing grade.
687
Carollo May 30, 2023
Winter Springs West WRF Improvements
NADIC Project No. PQ.GEO-CV23026 Page 3 of 5
NADIC
6. Collect groundwater level measurement and estimate normal wet seasonal high groundwater
level.
7. Perform visual soil classification as per ASTM D-3282 and D-2487.
8. Perform laboratory tests on selected representative soil samples. Laboratory test will
include grain-size analyses, organic content, Atterberg limits, and moisture content tests.
Based on the results of the field exploration and laboratory visual classification, geotechnical
engineering assessments regarding site suitability for the improvements will be formulated. The
report will include the following:
1. Review of readily available published geologic and topographic information, including the
appropriate Quadrangle Map published by the United States Geological Survey (USGS), the
"Soil Survey of Seminole County, Florida" published by the United States Department of
Agriculture (USDA) Natural Resources Conservation Service (NRCS) and Site Historical
geotechnical engineering reports and data
2. A Site Plan showing boring location
3. Report of Standard Penetration Test (SPT) Borings indicating the general subsurface
conditions encountered at each proposed project site, noting any anomalies or features
which could affect construction
4. Discuss groundwater conditions encountered and estimated seasonal high groundwater
levels
5. Engineering evaluation of field and laboratory visual classification data as well as
derivations of design soil parameters and an interpretation of the subsurface conditions
with respect to the proposed maintenance construction
6. Discuss foundation system or alternative systems recommendation for consideration,
including:
a. Recommendation for allowable bearing pressures at the proposed bottom of the
foundation elevations for shallow foundation. The reports shall include bearing
pressures in terms of net allowable pressures. For purposes of this report, the net
allowable bearing pressure is the ultimate pressure per unit area of the foundation
that can be supported by the soil in excess of the pressure due to the surrounding
soil at the foundation bearing level, divided by a factor of safety of 3
b. Recommendation for foundation types such as slabs on grade, shallow spread
footings, or deep foundations
c. If deep foundation is the preferred option, recommendation for capacity based on
skin friction, end bearing or both, with corresponding factors of safety.
Recommendation will include pile driving criteria and methods to verify pile
capacity during construction as well as soil parameters for lateral load analysis of
deep foundations d. Pipe trench and backfill recommendations, if applicable
e. Removal or treatment of unsuitable soils, if applicable
f. Use of on-site soils for controlled fill, including compaction density requirements
and moisture content criteria for use throughout the project
7. Temporary excavations, including recommended slopes, critical heights, etc., based on
soil types, if necessary. Recommendation should include lateral earth pressures for design
of substructure and retaining walls. Lateral earth pressures for both active and at-rest,
and drained and submerged conditions should be provided
8. Recommended design parameters for retaining structures including friction coefficients
688
Carollo May 30, 2023
Winter Springs West WRF Improvements
NADIC Project No. PQ.GEO-CV23026 Page 4 of 5
NADIC
and passive pressure (if applicable) for calculating resistance against sliding
9. Dewatering recommendations based on soil types and groundwater levels, if necessary
10. Backfill and bedding recommendation, including on site material suitability and
availability.
11.Identification of critical design or construction details, including groundwater levels
(seasonal fluctuations) and influence of construction on adjacent structures.
12.Submit draft and final geotechnical reports.
The geotechnical investigations and analysis reports would contain the factual subsurface data
including: the boring logs, detailed laboratory result sheets, and a summary of the laboratory
data as well as evaluations and recommendations in the initial geotechnical report. The final
evaluation shall be based on the actual design and shall consider both design parameters and
constructability. If, in the opinion of the review professional, Consultant or CITY, additional
geotechnical data is required for preparation of the final reports, the additional data shall be
provided under an amendment to the subcontract. The final reports shall indicate the anticipated
performance of the subsurface material to be encountered on the project both during and after
construction, under the loading conditions, use, and types of excavations anticipated.
Proposed roadway soil survey and pavement evaluation are not included in this proposal. Also,
this proposal does not include investigation for potential possible soil and groundwater
contamination.
Cost Estimate
In accordance with the proposed scope of services, we estimate the cost of Geotechnical Services
to be $44,906.22
Additional work required beyond the scope of services not included in this proposal, or as caused
by factors beyond NADIC's control, will be invoiced on a time and expense basis. Additional
work will not be performed without prior authorization.
We sincerely appreciate the opportunity of submitting this proposal, and look forward to working
with you, Carollo and the City of Winter Springs. Please do not hesitate to contact the
undersigned if you have any questions or if you need additional information.
Sincerely,
NADIC ENGINEERING SERVICES, INC.
Godwin N. Nnadi, Ph.D., P.E.
Principal Engineer
Geotechnical\2023\CV23026 Winter Springs West WRF- May 30, 2023.pro
Attachment:
Geotechnical Fee Computation for West WRF Improvements – Time & Material
689
PQ.GEO-CV23027 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST
WINTER SPRINGS WEST WRF
WINTER SPRINGS, FLORIDA
Page 1
5/30/2023
WEST WEST TOTAL
Component/Unit Description UNIT WRF QTY RATE WRF COST
I. FIELD EXPLORATION:
1. Crew & Equipment Mobilization:
Ea.0 $380.00 $0.00 $0.00
Ea.1.0 1 $550.00 $550.00 $550.00
Ea.0 $3,000.00 $0.00 $0.00
Ea.1.0 1 $750.00 $750.00 $750.00
Ea.2 2 $55.00 $110.00 $110.00
Ea.0 $120.00 $0.00 $0.00
Hr.0 $270.00 $0.00 $0.00
Ea.0 $6.00 $0.00 $0.00
Clearing Equipment Day 1 1 $2,400.00 $2,400.00 $2,400.00
Chainsaw Day 2 2 $70.00 $140.00 $140.00
712-MOT Support Vehicle Hr.32 32 $120.00 $3,840.00 $3,840.00
GPS Rental Day 1 1 $100.00 $100.00 $100.00
2. Standard Penetration Test Borings(ASTM D-1586):
LF 580 580 $22.00 $12,760.00 $12,760.00
LF 0 $24.50 $0.00 $0.00
LF 0 $40.00 $0.00 $0.00
3. Field Permeability Tests:
Ea.0 $371.00 $0.00 $0.00
4. Grout Boreholes: Truck/Mud Bug:
440-Geo Grout Boreholes - Truck/Mud Bug 0-50 Ft Hr.380 380 $9.50 $3,610.00 $3,610.00
441-Geo Grout Boreholes - Truck/Mud Bug 50-100 Hr.0 $10.50 $0.00 $0.00
5. Site Reconnaissance/Field Coordination:
a.- Engineer Hr.2 2 $98.34 $196.68 $196.68
b. - Senior Engineering Technician Hr.8 8 $74.00 $592.00 $592.00
6. CBR/LBR Sample Collection:Hr 0 $74.00 $0.00 $0.00
7 Pavement Coring:Ea.0 $280.00 $0.00 $0.00
Totals for Field Exploration $25,048.68 $25,048.68
II. LABORATORY TESTING:
1. Visual - Engineer hrs.6 6 $98.34 $590.04 $590.04
2. Grain Size Analysis:
822- Soils Particle Size Anlys AASHTO T88 (No Hy Ea.0 $120.00 $0.00 $0.00
812 -Soils Material Finer then 200 Sieve FM 1 Ea.23 23 $55.00 $1,265.00 $1,265.00
603-Mobilization Asphalt Coring Equipment
612-Mobilization Drill Rig Truck Mount
610-Mobilization Drill Rig Track Mount
614-Mobilization Mudbug/All Terrain Vehicle
706-MOT Portable Sign
432-Geo Field Permeability 0-10 Ft Open-End Boreh
700-MOT Arrow Board/Advance Warning Vehicle
701-MOT Attenuator Truck/Energy Absorption Veh
708-MOT Provide Channeling Devices - Cone
478-Geo SPT Truck/Mud Bug 0-50 Ft
479-Geo SPT Truck/Mud Bug 50-100 Ft
480-Geo SPT Truck/Mud Bug 100-150 Ft
Nadic Engineering Services, Inc.
601 N. Hart Blvd.,
Orlando, FL. 32818
Phone: 407 521 4771
Fax: 407 521 4772 690
PQ.GEO-CV23027 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST
WINTER SPRINGS WEST WRF
WINTER SPRINGS, FLORIDA
Page 3
5/30/2023
WEST WEST TOTAL
Component/Unit Description UNIT WRF QTY RATE WRF COST
819-Soil Organic Content Ignition FM 1-T 267 Ea.8 8 $55.00 $440.00 $440.00
826-Soil Plastic Limit & Plasticity Index AASHTO T Ea.8 8 $55.00 $440.00 $440.00
811-Soil Liquid Limit AASHTO T89 Ea.8 8 $55.00 $440.00 $440.00
817-Soils Moisture Content Laboratory AASHTO T2 Ea.29 29 $18.50 $536.50 $536.50
805-Soils Corrosion Series FM 5-550 through 5-553 Ea.5 5 $215.00 $1,075.00 $1,075.00
810-California Bearing Ration/Soil Limerock Bearin Ea.0 $370.00 $0.00 $0.00
Totals for Laboratory Testing $4,786.54 $4,786.54
III. ENGINEERING AND TECHNICAL SERVICES:
1. Principal Engineer hrs.10 10 $214.35 $2,143.50 $2,143.50
2. Senior Project Manager hrs.0 0 $181.13 $0.00 $0.00
3. Senior Engineer hrs.24 24 $162.09 $3,890.16 $3,890.16
4. Engineer:hrs.45 45 $98.34 $4,425.30 $4,425.30
5. Senior Engineering Technician hrs.36 36 $74.00 $2,664.00 $2,664.00
6. Senior CADD/GIS Support hrs.20 20 $86.53 $1,730.60 $1,730.60
7. Secretarial/Clerical:hrs.4 4 $54.36 $217.44 $217.44
Totals for Engineering and Technical Services $15,071.00 $15,071.00
Totals for all Services $44,906.22 $44,906.22
Nadic Engineering Services, Inc.
601 N. Hart Blvd.,
Orlando, FL. 32818
Phone: 407 521 4771
Fax: 407 521 4772 691
December 11, 2023
City of Winter Springs
Design and Construction Services for the East & West Wastewater Treatment Facilities
692
CAROLLO / 2
// Scope of Services
More than just “a design scope”
•Detailed Design Development
•Permitting Assistance
•Contractor Selection (CMAR – Construction Manager at Risk)
•Contractor (CMAR) Coordination
•Project Funding Support, Grant Research, and Grant Application
•Community Outreach/Public Involvement
•Asset Management
•Engineering Services During Construction
•In-Field Construction Inspection Services
•Post -Construction Services (i.e., start-up of the treatment facilities and operational support)
693
CAROLLO / 3
updatefooter0323.pptx/3updatefooter0323.pptx/3// Scope of Services
More than just the treatment basins
•Wastewater treatment plants
•Headworks, odor control, biological treatment basins, sludge pumping systems, clarifiers, tertiary filters, chlorine disinfection system, etc.
•All associated site civil, electrical, structural, geotechnical, survey, and environmental work
•Influent and effluent (reclaimed) pump stations
•Associated transfer pump stations
•Site storage
•Chemical building
•New electrical feed, distribution, and buildings
•New standby generation system
•Admin/operations building
•Education area (for school field trips, community visits, etc.)
•Parking lot, roads, stormwater, trees, etc.
694
CAROLLO / 4
updatefooter0323.pptx/4updatefooter0323.pptx/4// Build for Today, Plan for Tomorrow
Provide New Wastewater Facilities that…
•Are reliable
•Operate efficiently
•Meet current regulations (and can be modified to meet future regulations)
•Align with the City’s growth and associated treatment needs (plans for future population growth)
•Provide operational support to keep existing plants in compliance during construction of existing plants
695
CAROLLO / 5
// Schedule: a Phased/Overlapped Approach
1. Detailed Design
o Begin at East WWTF with West WWTF to overlap/follow
Phased design will allow for design efficiencies and savings
2. CMAR Procurement
Early CMAR procurement allows for continued maintenance and operation of the
existing WWTF challenges while the new facilities are designed and constructed
3. Permitting
4. Funding
5. Construction
o Begin at East with West to overlap/follow
Common design, common equipment efficiencies and savings
696
CAROLLO / 6
// Engineering Cost Summary
Project Phase/Task Total Cost % of Construction Cost*
Design Development $ 6,277,918 7.0%
Management, Permitting, CMAR Selection Process $ 1,086,897 1.2%
Funding, Public Involvement $ 742,329 0.8%
”Design Services” Total $ 8,107,144 9%
Engineering Services During Construction & Resident Inspection $ 3,415,121 3.8%
Management, Funding, Public Involvement, Asset Management $ 780,468 0.9%
”Construction Services” Total $ 4,195,589 4.7%
Contingency $ 615,357
Total Cost $ 12,918,090 14%
*Based off an estimated construction cost of $90,000,000.
697
CAROLLO.COM
Thank You!
698
CAROLLO / 8
updatefooter0323.pptx/8updatefooter0323.pptx/88
Build for today, plan for tomorrow
699
CAROLLO / 9
updatefooter0323.pptx/9updatefooter0323.pptx/9700
CAROLLO / 10
updatefooter0323.pptx/10updatefooter0323.pptx/1010701
CAROLLO / 11
updatefooter0323.pptx/11updatefooter0323.pptx/1111702