HomeMy WebLinkAbout1163 Brown & Caldwell Sewer Line RehabC
mi 0,
PURCHASING DEPARTMENT
T RANSMI TTAL MEMORANDUM .Z-
To: City Clerk
RE: Brown & Caldwell I/I Sewer Lining Rehabilitation Work Order No. 2 $39,798
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
Once completed, please:
❑ Return original
❑ Return copy
Special Instructions:
❑ Mayor's signature
❑ Recording
e� Z Safe keeping (Vault)
❑ Payment Bond
❑ City Manager Signature
❑ City Clerk Signature
Please advise if you ave any questions regarding the above. Thank yo ...
From Date
TADept_ forms \City Clerk Transmittal Memo - 2009.doc
EXHIBIT A
WORK ORDER FORM
Work Order Number 2
CITY OF SANFORD FLORIDA
Master Agreement/Contract Number: RFQ 05/06 -15
Dated: December 2009
Contract/Project Title: 1/1 Sewer Lining Rehabilitation
Solicitation No: IFB 09/10 -10 "
IWW5901101
Purchase Order No
Consultant/Contractor: Brown and Caldwell
Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address
850 Trafalgar Ct., Suite 300, Maitland, FL 32751
ATTACHMENTS TO THIS WORK ORDER
METHOD OF COMPENSATION
DRAWINGS /PLANS /SPECIFICATIONS
FIXED FEE BASIS
X
SCOPE OF SERVICES
X
TIME BASIS -NOT TO EXCEED AMOUNT
SPECIAL CONDITIONS
TIME BASIS - LIMITATION OF FUNDS
X
PRICING IINFORMATION
UNIT PRICE BASIS -NOT TO EXCEED AMOUNT
WO TERMS AND CONDITIONS
TIME FOR COMPLETION: 30- Aug -11 Days of the effective date of this Work Order
Effective date- this Work Order: Date of Execution by City
Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution
of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet
the stated completion requirement may be grounds for termination for default.
Work Order Amount: Dollars Expressed in Numbers: $ $39,798
Dollar Amount Written Out: Thirty nine thousand seven hundres and ninety eight with XX/1.00
In Witness Where of, the parties hereto have made and executed this Work Order on the
respective dates under each signature: The City through its City Commission taking action on the
and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete
authority to execute same.
CONSULTANT /CONTRACTOR
ATTEST: EXECUTION:
Signature, Corporate Officer Signatu s a asd�..��
1 � /
N' fr -Lt'A" ' V I / maw /V /3S '000-6.. w /$ va
Printed Name, Title and Date Pri d Name and Dat
CITY OF SANFORD
Sign ure, P r asing Manager
f AlD r-d 13 2 _ 6 //
'a rrh
V I
Purchasing Manager, P and Date
Signature, City Clerk Signature, Ci Manager
—
City Clerk, Printed Name and Date City Manager, Manager,l Printed Name and Date
Revised '1 -6 -2011
DATE: 09/21/09
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 7417
TO:
BROWN AND CALDWELL
850 TRAFALGAR COURT
SUITE 300
MAITLAND, FL 32751
PO NUMBER 031776
CHANGE #: 1
DATE CHG: 05/05/11
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD,FL32772
SHIP TO:
CITY OF SANFORD
300 N. PARK AVENUE
SANFORD, FL 32771
DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/10 NET /30
ACCOUNT NO.: SEE BELOW PROJECT NO.:
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT OF UNIT COST EXTENDED COST
k* i k* icit * *F * *ickeY�c *ic * *ic * * * ,r ick **
* CHANGE ORDER
1 SEWER REHABILITATION WORK I/I
STIMULUS PACKAGE
TECHNICAL SERVICES AND NOT TO
EXCEED THE AMOUNT OF
12/15/2010 GRANT 9/18/2009 END
NO. WW590100 APPROVED BY CC
9/14/09
2 INCREASE PO FOR ADDITIONAL
SERVICES
296000.00 1 NA 1 1.00
39798.00 NA 1.00
SUB TOTAL
39798.00
335798.00
335798.00
- ----- ----- ------ - ------------------------------------- -------
____ ______ - - - -- ----- - - - - --- - - -- - - - - - -- -
EQ /ACCT DATE REQ. BY
- - -
PR JECT -- AMOUNT
---------------------------- - - - - - --
000061976 09/16/09 HERNANDEZ WQ 704 2S6000-00
8045275366300
0002 04/05/11 M HERNANDE / B SMITH WQ 704 9798.00
5145645366300
� G{�1
APPROVED BY: APPROVED BY
PURCH S ENT CITY MA GER
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
v /
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP:// WWW. SAN FORDFL. GOV /DEPARTMENTS /PUR CHASE/TER MS. HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
WORK ORDER TERMS AND CONDITIONS -Page 2
12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the
City except as may be required to perform this WO.
13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance
with the City's shipping and packaging specification and good commercial practice. Each package shall
be labeled indicating the addressee of each package or shipment and the applicable WO number. All
shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations
published in 49CFR 1399, OSHA regulations 29 CFR 4999.
14. The Vendor /Contractor shall perform the obligations of this WO as an Independent contractor and
under no circumstances shall it be considered as agent or employee of the City.
15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and
City policies and procedures.
16. After each delivery, the Vendor /Contractor shall provide to the 'bill to address" an original, "proper
invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing
address, b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment
terms; g) Description of goodstservices; h) quantity; 0 Unit price; j) Extended price; k) Total. The City
has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO.
Payment will be made only to the Vendor /Contractor identified on the WO and for received and
accepted goods/services. The City shall have right at any time to set -off any amounts due to the
Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the
case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best
interests of the City.
17. Payment of invoices will be In compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance
No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash
discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever
is later.
18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where
the City conducts operations, the Vendor /Contractor shall request information from the Purchasing
Manager regarding insurance coverage requirements. In circumstances where insurance is required,
Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to
cancel this Work Order, immediately suspend performance by the Vendor /Contractor at
Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance Is
verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to
disbarment from the City's Vendor /Contractor List.
19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the
City hereunder shall not constitute or be construed as a waiver of any such provision or right and the
same shall continue in force.
20. The Vendor /Contractor shall notify the Purchasing Manager of any Inherent hazard and applicable
precautions, protective measures and provide any additional relevant information, including MSDS,
related to the Material being purchased herein.
21. The City shall have the right at no additional charge to use all or portions of material found in the
Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to
advise the City of any updated information relative to the foregoing literature and documentation with
timely written notice.
22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid
or transact business with the City in excess of Category Two for a period of thirty-six (36) months from
the date of being removed from the City's Vendor /Contractor List.
23. In compliance with 8 U.S.C. Sectionl324a(e) [Section 274A(e) of the Immigration and Nationality Act
(INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally
cancel this WO with any contractor who knowingly employs unauthorized alien workers.
WORK ORDER TERMS AND CONDITIONS -Page 3
24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In
any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of
the Eighteenth Judicial Circuit in and for Seminole County, Florida
EXHIBIT "A"
SCOPE OF SERVICES
CITY OF SANFORD
PROJECT MANAGEMENT OF
SANITARY SEWER
COLLECTION SYSTEM REHABILITATION
March 31, 2011
The City of Sanford Utility Department has embarked on a program of protecting the
Lake Monroe Watershed. Included in this program are improvements to the sanitary
sewer collection system to reduce infiltration and inflow (UI) into the system and to
reduce the potential for sanitary sewer overflows (SSOs) due to pipe failures.
The City has been evaluating and rehabilitating the sanitary sewer system on a priority
and continuous basis since 2005 as funding has become available. An existing force
main pipe that extends along Highway 17 -92 from near Lake Mary 131% d. to Airport Blvd.
has had numerous failures caused by deterioration of the pipe material. These pipe
failures are difficult for City Utility Staff to manage because the force main extends along
the busy 17 -92 highway and provides sanitary sewer serN ice to numerous commercial
businesses along that corridor. These include restaurants and hotels that cannot be
without sewer service. The City of Sanford's Utility Department wishes to remedy the
situation by lining the force main and restoring it to acceptable condition to near -new
condition.
The trenchless technology methods being used by the City to line existing defective
gravity sewer pipes can also be used to rehabilitate the force main. This method will not
require digging trenches to replace the old pipes but will require excavating and creating
access points along the route of the force main for use in the lining process. Using
trenchless technology disruptions to the public will be minimized during the project.
New pipe liners will be inserted into the old force main pipe at the access points and
steam will be applied to expand and solidify the liner, resulting in new pipe within the
existing deteriorated force main.
The City of Sanford Utility Department has been very successful obtaining grants from
the State of Florida for the sanitary sewer rehabilitation program. Since the lining
program began, the State has awarded three grants to the City totaling $700,000.
In 2009 the Utility Department competed against with other utilities within the state to
obtain stimulus funds through the American Recovery and Reinvestment Act (AARA).
This fund is administered through the SRF program of FDEP. Utility Department Staff is
to be commended for the hard work that resulted in their being offered a $2.6 million
loan through the SRF (State Revolving Fund) program. Most applicants were not so
fortunate because funding was so limited. That project is nearing completion and the
State of Florida has offerred the City of Sanford an additional $201,000 for pipe lining
work. The Utility Department has chosen the force main along Highway 17 -92 as their
current top priority for pipe rehabilitation.
The City of Sanford wishes to employ an engineering firm to check and document the
work and upon completion, certify to the City that the work was done according to
standards and billed accurately. In addition, there is the need to keep the public and
commercial establishments along Highway 17 -92 informed of the work. Brown and
Caldwell (BC) is in a position to provide these services to the City of Sanford because of
familiarity with the sanitary sewer collection system, the sewer rehabilitation program
since 2004; and the work currently being for the on -going SRF /ARRA sewer pipe lining
project. BC is under a continuing engineering contract to provide services needed by the
City. The details of the work to be performed are described in the following Scope of
Services.
SCOPE OF SERVICES
Task l: Construction Inspection and Administration the Project
The City desires an independent engineer to certify that the work completed was done
according to standards and billed accurately by the contractor. This requires periodic on-
site inspections, review of television images and documentation of the completed work,
review of invoices and orderly documentation of the program. Task I addresses the
services provided to satisfy City, State and Federal requirements.
1.1: Establish Project Spreadsheets. BC will coordinate with Utility Staff to establish
accurate and detailed spreadsheets to document the segments of the force main that are to
be lined. The spreadsheets will be used throughout the project to track completed line
segments. This information "Ill be used to verify contractor invoices and ultimately
constitute the documents that reflect all work completed.
Time: 7 Hours Estimated Budget: $686
1.2: Kick Off Meeting with Contractor and City. BC will schedule and facilitate a
kick off meeting prior to the initiation of construction. The purpose of the meeting will
be to establish lines of communication among the City, Contractor and BC. Expectations
for work documentation and proper invoicing protocols will be communicated and
discussed. In addition, proper procedures for responding to public and media inquires
will be established.
Time: 6 Hours Estimated Budgett: $1,032
1.3: Provide Spot Checks on Contractor's Work at Job Sites. To responsibly certify
the proper completion of lining work, BC will field check the Contractor's work. It is not
practical to provide full -time on -site inspection but all television images of the lined pipe
segments will be reviewed under sub task 1.6.
Time: 24 Hours Estimated Budget: $3,584
1.4: Review and Rectify Monthly Invoices, DVDs and Spreadsheets. BC will be
provided monthly invoices, pay requests, and spreadsheets summarizing work completed
(schedule of values) by the Contractor. In addition the lining Contractor will provide
DVDs of television images taken of all lined pipe segments. BC will review the images
to provide a visual review of the complete lining. BC will also compare the completed
work as documented on the DVDs with work billed within the invoices and documented
on the spreadsheets. Discrepancies will be resolved with the Contractor and City prior to
recommending payment.
Time: 66 Hours Estimated Budget: $8,912
1.5: Prepare Letters Recommending Invoice Payment. After any discrepancies are
resolved and BC is satisfied the work has been successfully completed and accurately
invoiced, a letter to the City will be prepared recommending payment.
Time: 24 Hours Estimated Budget: $3,512
1.6: Provide Engineer's Certifications. When all work has been satisfactorily
completed. BC will provide certifications to the City of Sanford.
Time: 12 Hours Estimated Budget: $2,008
1.7: Project Coordination and Management. BC's Project Manager will coordinate
meetings and communication with City staff, the Contractor. and BC Staff. It is
anticipated that monthly status meetings will be held with City Staff as well as additional
meetings and communications during the course of the lining project.
Time: 44 Hours Estimated Budget: $7,792
Expenses. Brown and Caldwell will incur travel expenses during the course of the work
described in Task 1. These will be billed without markup and at the prevailing Federal
mileage allowance rate.
Task 2: Public Information Services
The City of Sanford has a history of keeping the public informed of construction projects
and this sanitary sewer lining project is no exception. The Utility Department wishes to
inform businesses along the Highway 17 -92 route in advance of this work so they are not
surprised and also to minimize the number of inquiring calls to the City. BC has
developed a plan to provide this service to meet the needs of the City. It will include the
following sub- tasks.
2.1: Project Website. BC will work with City staff to maintain a project website. BC's
Public Information Specialist will work directly with appropriate City staff to update the
web site bi- weekly for up to four updates, to include the current project status and
anticipated next steps.
Time: 12 Hours Estimated Budget: $1,792
2.2: Provide Advance Letters to Customers. BC will coordinate with the Contractor
and City staff for the production and mailing of letters approximately two weeks in
advance of pipe lining work. The letters will provide an explanation of the work to be
done, what the customers can expect to occur, and a schedule.
Time: 14 Hours Estimated Budget: $1,260
2.3: Coordinate with Risk Management. Due to the trenchless technology that will be
used during much of the project, it is unlikely that damage claims will be filed by
customers. Flowever, in the event there are damage claims BC will provide up to eight
hours assistance to the City's Risk Management Department.
Time: 8 Hours Estimated Budget: $1,712
2.4: Information Management. BC will provide coordination of public information
throughout the project period. BC will meet or communicate with City staff to maintain a
flow of information to the public.
Time: 16 Hours Estimated Budget: 52,808
Task 3: Additional Services
There is some uncertainty regarding the level of effort required to check the lining
contractor's work through on -site visits and through the review of the DVDs and related
documentation of the lining process. The above estimate is based on Brown and
Caldwell's recent experience with alining project. There was excellent cooperation
among all parties involved in the project; however the project at hand may involve a
different lining contractor so the working relationship and work product may be different.
If that is the case or if the City of Sanford requests additional services an amount of
$4,000 is included in the budget for these additional services.
BUDGET
Brown and Caldwell will perform the above stated Scope of Services on a Time Basis
Method as set forth in the Continuing Services Contract between the City of Sanford and
BC. The work will be performed on a time and expense basis with a cost not to exceed
$39,798. The basis for the not -to- exceed amount is prescribed in the following page
along with assumptions and budgeted staffing requirements to provide the service
described in Tasks 1 and 2 as well as $4,000 for Additional Services if approved by the
City of Sanford Utility Department Director. It is understood that BC has the flexibility
to shift hours and dollars among tasks and sub - tasks.