Loading...
HomeMy WebLinkAbout2107 RFQ 14/15-19 SR 46 Utility Relocation�y}FO$p e e s� • J FINANCE DEPARTMENT Fsr, tai i PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk/Mayor RE: 12 �-C7 Iu � v�� -1 (-Me�`Onv�'lk2 -� Z*�-` V1 The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies Special Instructions: Li,v� 13oja,kz Ei &e - From SharePoint_Finance_Purchasing_Forms - 2018.doc g1og�19 Date DATE: 11/04/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 219 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) ,0 SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 PO NUMBER 034623 CHANGE #: 1 DATE CHG: 01/12/16 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CPH,INC CITY OF SANFORD 500 WEST FULTON ST 300 N. PARK AVENUE SANFORD, FL 32771 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/16 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 UNIT OF ISSUE UNIT COST EXTENDED COST * CHANGE ORDER 1 SR 46 UTILITY RELOCATION 60567.75 NA 1.00 60567.75 (MELLO & SR 415 ) :�- RFQ 15L19 SURVEYING SERVICES $19,075 ENVIRONMENTAL/ECOLOGICAL SERVICES $ 45,180.00 GOPHER TORTOISE PERMITTING AND RELOCATIONS (IF NEEDED) $16,937 DESIGN AND PERMITTING SERVICES $95,925 POST DESIGN AND SERVICES $ 43,041 TOTAL OF $ 220,158.00 2 SEE LINE ITEM NO. 1 FOR DETAILS 159590.25 NA 1.00 159590.25 ADD PROJECT CODE SUB TOTAL 220158.00 TOTAL 220158.00 ---------------------------------- EQ/ACCT DATE REQ. BY ----------- ----- PROJECT ------- -------- AMOUNT ---------------------------------- 000065015 000065015 10/14/15 PAUL MOORE ----------- ---- ---------------------- ------- E0567.75 -------- 5245305364600 5015 01/12/16 PETER STAF IERI WW 401 1 9590.25 5245305364600 ---------------------------------- ----------- ----- ------- -------- APPROVED BY: APPROVED BY: CITY M� GER 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.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING A IN4 . INR2 PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the PO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this PO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this PO are firm, all inclusive and consistent with applicable negotiations, bid(s) and/or quotations. The City Is exempt from the Florida Sales and Use Tax and will furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor warrants that any material or equipment supplied hereunder is new, un used condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this PO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturers' warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and/or services with the requirements of this purchase order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and/or require appropriate corrective action upon the discovery of any deficiency, non-compliance, or defect 8. All tools or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this purchase order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor shall not assign this PO, any rights under this PO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 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 PO 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 shall perform the obligations of this PO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor'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 goods/services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the PO and adjust payment accordingly to comply with the P0. Payment will be made only to the Vendor identified on the PO and for received and accepted goods/services. The City sha II have right at any time to set-off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor 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 PO. 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 PO involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Purchase Order, immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, 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 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's applicable literature relevant to the purchase. The Vendor 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 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 List. 23. In compliance with 8 U.S.C. Section 1324a(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 PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO 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 Purchasing Dept., Tel 407.688.5028 or 407.688.5030 Fax: 407.688.5021 Finance Dept 407.688.5020 Purchasing Division Requisition Form Department Utility Department Contact Person Paul Moore Vendor CPH Address Contact Person IKatriina Bowman Email Tel Requisition # 65015 PO # Date A01 City of Sanford PO Box 1788 Sanford, FL Seminole 32772 Phone: 407-688-5030 Fax: 407-688-5021 www.sanfordfl.gov 10/14/15 Line Item Account Code Description Quantity Unit Extended Price 1 452-4530-536-46-00 SR 46 Utility Relocations $220,158.00 (Mellonville Ave to SR 46) Delivery Instructions: Finance Manager Budget Transfer Override Accounts (initials) Additional Comments: Attached: Scope of Services Approved by CC on 10/12/15 see Bill Smith for approval M`I Internal Use Only Amount PaidCheck No. Date DATE: 11/04/15 6-kl-\ PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 219 TO: CPH, INC 500 WEST FULTON ST SANFORD, FL 32771 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 PO NUMBER 034623 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 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 09/30/16 NET/30 65015 ACCOUNT NO.: 452-4530-536.46-00 PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 SR 46 UTILITY RELOCATION 220158.00 NA 1.00 220158.00 (MELLONVILLE & SR 415) RFQ 14/15-19 SURVEYING SERVICES $19,075 ENVIRONMENTAL/ECOLOGICAL SERVICES $ 45,180.00 GOPHER TORTOISE PERMITTING AND RELOCATIONS (IF NEEDED) $16,937 DESIGN AND PERMITTING SERVICES $95,925 POST DESIGN AND SERVICES $ 43,041 TOTAL OF $ 220,158.00 SUB TOTAL 220158.00 TOTAL 220158.00 APPROVED BY :)l_zwAPPROVED BY: � CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH TKfS 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.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING October 8, 2015 Mr. Paul Moore, P.E. Utility Director City of Sanford Utility Dept. P.O. Box 1788 Sanford, Florida 32772 Re: SR 46 Utility Relocations (Mellonville Ave. to SR 415) Dear Paul: 500 West Fulton Street Sanford, FL :2771 1'11011e: -407.322.0841 Fax: 407.330.0639 We are pleased to present the attached proposal for the relocation of existing utilities along a 2.7 mile stretch of SR 46 between Mellonville Ave. and SR 415. Our proposed fee is summarized as follows: Task Permit No. Description Labor Expenses Appl. Fees Subconsultants Total 1 Surveying Services $18,975.00 $100.00 $19,075.OD 2 Environmental / Ecological Services $43,800.00 $530.00 $850.00 $45,180.OD 3 Gopher Tortoise Permitting and Relocations (If Needed) $5,650.00 $180.00 $1,757.00 $9,350.00 $16,937.OD 4 Design and Permitting Services $94,225.00 $800.00 $900.00 $95,925.00 5 Post Design Services $42,010.00 $1,031.00 $43,041.00 TOTAL $220,158.00 We appreciate the opportunity to provide these services. If you have any questions regarding the project or attached proposed Scope of Services, please do not hesitate to call. Sincerely, CPH, Inc. A(`JL N. Katriina Bowman, P.E., CCS Vice President/Associate SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) October 8, 2015 CPH, Inc. Limited Survey, Design, Permitting, and Post Design Services BASIC SERVICES OF THE CONSULTANT 1.1 CPH, Inc., herein identified as CONSULTANT agrees to perform professional engineering services in connection with the project as hereinafter stated. 1.2 The CONSULTANT shall serve as the CITY's professional engineering representative in those phases of the project to which this Scope of Services applies, and shall give consultation and advice to the CITY during the performance of its services. 1.3 The purpose of the project is to relocate existing utilities along a 2.7 mile stretch of SR 46 between Mellonville Ave. and SR 415. The CITY's utilities are required to be relocated to accommodate the SR 46 widening to be constructed by the Florida Dept. of Transportation (FDOT). This Scope of Services proposes relocating City owned utilities from the SR 46 Right -of - Way (RNV) onto the Orlando Sanford International Airport (OSIA) property between Mellonville Ave. and Beardall Ave. The advantage of this is it gets the new City utilities away from large wet ditches and culverts proposed to be constructed on the south side of SR 46. Also, another potential advantage is that in the event there are future FDOT projects (such as a recreational trail, traffic signals or additional drainage improvements) on the south side of SR 46 between Mellonville Ave. and Beardall Ave., the City utilities will be outside FDOT RNV and FDOT won't be able to demand City relocations for utilities on the airport property. 2.1 Task 1 - Surveying Services 2.1.1 The CONSULTANT will perform a Topographic Survey 20 feet south of the new south right of way line of SR 46 lying between Mellonville Avenue and the east right of way line of Beardall Avenue being approximately 10,775 linear feet. Topographic Survey will include a 10' overlap north and south of the 20 feet as per Chapter 5J-17 of the Florida Administrative Code in compliance with the standards of practice of surveying and mapping of the Page 1 of 10 Scope of Services -SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 State of Florida. The CONSULTANT will utilize existing control points as indicated on State of Florida Department of Transportation Contract Plans Financial Project ID 240216-2-52-01 2.1.2 The topographic survey includes locating visible improvements within the survey area. The topographic survey also includes locating above ground visible utility components such as utility poles, traffic signal poles and controller cabinets, transformers, telecommunication service boxes, meter boxes, valve boxes, and hydrants. 2.1.3 The CONSULTANT will locate wetland lines as flagged by as part of the CONSULTANT's Environmental / Ecological Services conducted under Task 2. The CONSULTANT will collect topographic data within dry/accessible wetland areas up to deep muck or water. 2.1.4 Trees along the survey corridor will be located by survey where the existing trees are 24 -inch diameter and larger at breast height. All other trees that are either smaller than 24 inches or are outside the survey corridor will not be surveyed. 2.1.5 The survey will show spot elevations including swales, edge -of -pavement, and centerline at 100' cross section spacing with additional spot elevations shown at structures and changes in grade. 2.1.6 The project coordinate system will be based horizontally on the North American Datum 83 (NAD 83). The project will be referenced to state plane coordinates by field locating published control points. The National Geodetic Survey control points will be researched and verified in the field. This base of reference will be used to establish the coordinate system for the project. 2.1.7 The project will be based on the North American Vertical Datum 88 (NAVD 88). The project will be referenced to these published elevations by field locating published benchmarks. The National Geodetic Survey benchmarks will be researched and verified in the field. Horizontal and vertical control points will be established for the project as required by the standards of practice of the State of Florida Rule Chapter 5J-17, Florida Administrative Code 5J-17.052 (3)(b)1 b. and 5J-17.052 (3)(d) as follows, which requires Benchmarks to be set no farther than 1,200 feet apart along the route since the proposed construction is a water main. Page 2 of 10 Scope of Services - SR 46 Utility Relocations 10-06-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 2.1.8 The CONSULTANT will provide to the CITY three (3) signed and sealed copies and one (1) PDF copy of the Topographic Survey at the completion of its work. 2.2 Task 2 - Environmental / Ecological Services 2.2.1 The CONSULTANT will conduct an ecological assessment of the State Road 46 Utility Relocation Area along the south side of State Road 46 from Mellonville Avenue to Beardall Avenue to accommodate the widening of State Road 46. Throughout the project, the CONSULTANT will meet or participate in telephone conferences with the Client, and/or other project consultants as necessary to properly coordinate performance of the contracted tasks. 2.2.2 In order to prepare preliminary plans for submittal to FDEP and the ACOE as quickly as possible, the wetland lines along the project corridor will be flagged by the CONSULTANT as one of the first environmental services tasks. All wetland delineations will be based on a 20 -foot wide corridor and will extend 5 feet outside project limits. The wetland boundaries will be delineated according to methodologies outlined in the 1987 Corps Wetland Delineation Manual and Supplemental documents and the Florida Unified Wetland Delineation Methodology (Chapter 62-340, F.A.C.). The wetland limits will be identified by numbered flagging and/or staking. Seasonal high and normal pool elevations will be marked in the field within the delineated wetlands, if applicable. 2.2.3 Habitat and land use mapping will include a field survey of the corridor and 30 feet on each side of the corridor and interpretation of aerial photographs to delineate the approximate extent and configuration of existing vegetation and land uses of the site. Mapping will follow the Florida Land Use, Cover and Forms Classification System (FLUCFCS) (FDOT 1999). A Preliminary Habitat & Land Use map (FLUCFCS map) will be prepared for use in project permitting. CPH will also prepare a Post -Development FLUCFCS Map for purposes of the permitting process. 2.2.4 A preliminary wildlife survey will be conducted through general reconnaissance of the corridor and 30 feet on each side of the corridor, for the occurrence or potential occurrence of protected species (threatened, endangered or species of special concern). The approximate location of all observed protected species will be identified on the FLUCFCS Map. CPH shall provide advisement in a memorandum to the Client documenting the Page 3 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 findings of the wildlife survey. Species specific surveys are not included in this task but can be provide as an additional service. 2.2.5 For the FDEP ERP environmental permitting, this scope includes arranging for and conducting a field review of the estimated wetland limits with representatives of FDEP as part of the permit application submittal. It is anticipated the field review will take one (1) day. 2.2.6 The CONSULTANT will obtain a letter from the State Historic Preservation officer for inclusion with the application to address Archaeological and Historical Resources. Any necessary site specific cultural resource assessments are not included. 2.2.7 The CONSULTANT will attend one (1) pre -application meeting with FDEP. 2.2.8 The CONSULTANT will coordinate with the CITY as may be required in the preparation of the ecological elements of the ERP application to FDEP. 2.2.9 The CONSULTANT will conduct an analysis of pre- and post -development wetland impacts and mitigation value following the Unified Mitigation Assessment Methodology (UMAM). The UMAM variables will include the following: Adjacent upland support/wetland buffer; Water quality input and treatment systems; Wildlife utilization; Wetland vegetative cover; and Field indicators of hydrology. Relative weighting factors will include: Established watershed issues; Benefits to important adjacent areas; Threatened or endangered species; and Scarce habitats. Support information for purposes of the baseline UMAM will include: Soil Map; Topography Map; and Area Hydrology/Drainage Map. The post -development UMAM analysis will also require the weighting of each UMAM variable before the final UMAM value is calculated. 2.2.10 The CONSULTANT will coordinate the approval of a Mitigation Plan to compensate for any proposed unavoidable and adverse wetland impacts, if required. The CONSULTANT assumes credits would be purchased from a Mitigation Bank. 2.2.11 This scope includes preparation of written responses to two (2) Request for Additional Information (RAI) by the FDEP regarding elements of the ERP application prepared by the CONSULTANT. Page 4 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 2.2.12 The level of ACOE permitting required depends on the amount of wetland impacts. Impacts that are less than 0.5 acres can be permitted under the Nationwide Permit, which is a simplified process. Where impacts are 0.5 acres or greater, more detailed ACOE permitting (ACOE individual permit) and coordination with ACOE is required. For the purposes of this Scope, it is assumed wetland impacts will NOT exceed 0.5 acres. The CONSULTANT will prepare and submit a letter request to the ACOE for issuance of a Nationwide Permit (NWP). This task includes the following: exhibits and graphics as may be necessary, including Project boundaries on USGS quadrangle map; Names of all wetlands and/or water bodies to be dredged, filled, etc.; 8.5" by 11.0" drawings that show wetland impacts, cross sections, and conceptual development plan; descriptions of the proposed project; Acreage of wetlands or other surface water to be disturbed; and Narrative summary of proposed mitigation plan, as applicable to supplement the FDEP ERP submittal. 2.2.13 For ACOE jurisdictional determination, the CONSULTANT will prepare a wetland jurisdiction determination. For purposes of this determination, the CONSULTANT will prepare and submit to ACOE a "jurisdiction request package". This package will include the following: Site Location Map — a street map locating the site; USGS Quadrangle Map - excerpt from map showing project boundary, section, township and range of the project and the latitude and longitude coordinates of the approximate center of the site; Soils Map — tabulation of descriptions of soil types shown on the soils map excerpted from the County Soil Survey; wetland location map — with wetlands numbered with federal jurisdiction identified. 2.2.14 For ACOE jurisdictional determination, the CONSULTANT will prepare a wetland jurisdiction determination. For purposes of this determination, The CONSULTANT will prepare and submit to ACOE a "jurisdiction request package". This package will include the following: Site Location Map — a street map locating the site; USGS Quadrangle Map - excerpt from map showing project boundary, section, township and range of the project and the latitude and longitude coordinates of the approximate center of the site; Soils Map — tabulation of descriptions of soil types shown on the soils map excerpted from the County Soil Survey; wetland location map — with wetlands numbered with federal jurisdiction identified. 2.2.15 The CONSULTANT will provide a narrative description of direct, indirect and adverse cumulative impacts anticipated as a result of impacts to the wetlands. Page 5 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 2.2.16 The CONSULTANT will prepare written responses to two (2) RAI by the ACOE regarding the Nationwide Permit prepared by the CONSULTANT. 2.3 Task 3 - Gopher Tortoise Permitting and Relocations (If Needed) 2.3.1 According to Florida Fish and Wildlife Conservation Commission (FFWCC) regulations, project activities within 25 feet of a gopher tortoise burrow will require consultation and permitting to address the presence of the tortoise. Based on the findings of the ecological assessment conducted under Task 2 (item 1), in the event gopher tortoises have been found within the construction area or within 25 -ft of the construction area, the CONSULTANT will prepare and submit a permit application to the FFWCC for the off-site relocation of tortoises, field locate burrows using hand held GPS, plot locations on aerial map, submit to FFWCC along with permit application, meet with FFWCC, respond to FFWCC RFI's. This Scope of Services is based on the assumption that up to 10 active gopher tortoise burrows will be found within the construction area or within 25 -ft of a construction area, and includes the FFWCC mitigation contribution fee which is $207 (for the first 5 active gopher tortoise burrows) + $310 / active gopher tortoise burrow for each additional active gopher tortoise burrow (more than 5 active gopher tortoise burrows but no more than 10 active gopher tortoise burrows), resulting in a total FFWCC mitigation contribution fee of $1,757.00. 2.3.2 The CONSULTANT will conduct gopher tortoise burrow excavation and relocation, based on a total of 10 gopher tortoises requiring relocation, and will conduct any pre and post notifications with FFWCC and coordinate with the recipient site. 2.4 Task 4 - Design and Permitting Services 2.4.1 The CONSULTANT shall review FDOT plans and the need for a potential project corridor on airport property. The CONSULTANT shall provide information to the City on the proposed project alignment and proposed construction. 2.4.2 Microstation CAD files will be provided by FDOT to the CONSULTANT. The CONSULTANT shall convert the Microstation files to ACAD files, and set up sheets and borders using converted fonts and line types. The portion of the Page 6 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 project that is surveyed airport property will be added to the FDOT provided drawings. 2.4.3 The CONSULTANT shall field review the route and completed survey to assess construction areas and add information to completed survey as necessary. 2.4.4 The CONSULTANT shall attend the FDOT utility coordination meeting along with City staff. The purpose of the coordination meeting is to determine City utility relocation sequencing and activity durations in conjunction with FDOT construction since City and FDOT construction will be taking place at the same time. 2.4.5 The CONSULTANT shall meet with the CITY and FDOT to coordinate the Utility Work by Utility Agency/Owner (UAOs). The CONSULTANT will assist the CITY with the information needed to fill out the forms. 2.4.6 The CONSULTANT shall meet with the airport staff to coordinate the proposed construction on airport property and review airport construction requirements. 2.4.7 The CONSULTANT shall prepare preliminary plans (60% design plans) consisting of plan view of the reclaimed water main (showing open cut, directional drill, and jack and bore construction), plus proposed valves, fittings, and connection points. The CONSULTANT shall also prepare a Preliminary Opinion of Probable Construction Cost (POPCC) based on the 60% plans. 2.4.8 The CONSULTANT shall submit the 60% Plans (one set full size 22"x34" and three sets half size 11 "x17"); three copies of the POPCC (8'h" x11 "); and one CD containing PDF files of the plans and POPCC. The CONSULTANT shall meet with the CITY to review 60% plans and POPCC, and shall make minor revisions as requested by CITY. 2.4.9 The CONSULTANT shall prepare construction plans (13980 linear feet route) that will be approximately 90% complete. The construction plans to be prepared under this Scope of Services include: ➢ Cover Sheet ➢ Summary of Quantities Page 7 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 ➢ Survey (Approx. 9 Sheets) ➢ Key Sheet ➢ General Notes ➢ Plan and Profile - (24 sheets, 1 "=20' scale) ➢ Utility Details (1 Sheet) 2.4.10 The CONSULTANT shall prepare the FDOT required Utility Work Schedule (UWS) for all of the CITY's utility relocations. The UWS will be submitted to the CITY for review, and upon CITY review, CITY comments will be incorporated within the UWS. The UWS will then be submitted to FDOT. 2.4.11 The CONSULTANT shall prepare a Project Manual consisting of Technical Specifications and front end bidding documents, and will update the POPCC by preparing an Opinion of Probable Construction Cost (OPCC). Airport requirements (such as safety and badging) will be included in the Project Manual and notes on the construction plans. 2.4.12 The CONSULTANT shall submit to the CITY and the airport the 90% Plans (one set full size 22"x34" and three sets half size 11"x17"); three copies of the OPCC (8'/2" x11"); three copies of the Project Manual (8'/2" x11") and one CD containing PDF files of the plans, OPCC, and Project Manual. The CONSULTANT shall meet with the CITY to review 90% plans, OPCC, and Project Manual and shall make minor revisions as requested by CITY. 2.4.13 The CONSULTANT shall address FDOT comments on the submitted UWS and revise the UWS as required by FDOT. 2.4.14 The CONSULTANT shall fill out a total of up to two (2) Florida Department of Environmental Protection (FDEP) Permit Applications (one for the force main relocations and one for the water main relocations). The CONSULTANT shall submit the applications and plans to FDEP, and respond to request(s) for additional information from FDEP as needed. Note: This item includes payment of two FDEP Permit Application Fees: $650 for the water permit application fee plus $250 for the sewer permit application fee. 2.4.15 The CONSULTANT shall provide written responses to FDEP concerning requests for additional information. The CONSULTANT will revise the drawings in response to FDEP comments as needed (draft responses will be sent to the CITY for its review). Page 8 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 2.4.16 The CONSULTANT shall submit the 100% Plans (one set full size 22"x34" and three sets half size 11"x17"); three copies of the OPCC (81/2" x11"); and two copies of the Project Manual; and one CD containing PDF files of the plans, OPCC, and Project Manual to the CITY. 2.5 Task 5 - Post Design Services 2.5.1 The CONSULTANT shall provide bid phase assistance to the CITY consisting of preparing written responses to bidder questions forwarded by the CITY; issuing to the CITY clarifications as needed to clarify the design; and preparing addenda items for the CITY's use. 2.5.2 The CONSULTANT shall prepare conformed documents and distribute up to 10 sets of the conformed Contract Documents for Contractor and City use during construction. 2.5.3 The CONSULTANT shall prepare the agenda, coordinate and attend preconstruction meeting, issue meeting notes. 2.5.4 The CONSULTANT shall review Shop Drawings and submittals, coordinate with the CITY on distribution of submittals and compilation of the submittal review comments of all parties, distribute reviewed submittals (including comments) to the Contractor. 2.5.5 The CITY shall, on a monthly basis, field review the Contractor's application for payment in terms of construction quantities and completion of items for which payment is requested. The CONSULTANT shall take CITY's reviewed construction quantities and review the payment application package submitted by the Contractor, and recommend approval in writing of payments to the Contractor in such amounts, in consultation with the CITY and in consideration of its own general knowledge of the status of work based on its field reviews, and based on its review of items such as required Releases of Lien. It is assumed there will be nine (9) Applications for Payment during construction. 2.5.6 The CONSULTANT shall provide limited construction administration services during construction, which includes the following: responding to requests for additional information from either the CITY or the Contractor and preparing written responses as needed; attending field reviews as requested by either the CITY or the Contractor; reviewing proposed changes to the work Page 9 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 presented by either CITY or the Contractor. The CONSULTANT will issue all instructions of the CITY to the Contractor and prepare routine Change Orders for the CITY's use as required. The budget for this Task is based on approximately 2 hours per week for 39 Weeks during construction. 2.5.7 Inspection during construction will be by the CITY. The CONSULTANT will provide limited inspection in the amount of approximately four (4) hours per week for thirty-nine (39) weeks during field construction. 2.5.8 Along with the CITY, the CONSULTANT shall attend the Final Walk Through and Prepare the Punch List. 2.5.9 The CONSULTANT shall prepare Record Drawings based on survey information (ACAD files) provided by Contractor and information provided by the CITY inspectors. Three signed and sealed sets of the record drawings (on 22"x34" paper) plus PDF files and AutoCAD files of the record drawings will be provided to the CITY. 2.5.10 The CONSULTANT shall provide closeout documents, including required certifications to regulatory agencies. Not Included The following related services are not included in the Scope of Services, but can be provided at a later date at an additional fee, upon approval of the City: 1. Boundary Survey 2. ALTA/ACSM Land Title Survey 3. Preparation of Easement documents 4. Construction Layout 5. Performance of any additional field studies/surveys, site analysis or similar investigations if required by FDEP or ACOE. 6. A Section 7 or a Section 10 consultation for impacts to federally listed protected species 7. Field surveys, management plans and permitting for impacts to State listed protected species other than up to ten (10) Gopher Tortoise Permitting and Relocations identified in Task 3 8. Preparation of Easement documents 9. Construction Layout Page 10 of 10 Scope of Services - SR 46 Utility Relocations 10-08-15.docx Attachment A Project Approach / Fee Schedule ATTACHMENT A CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 415) Task No. Description Labor Expenses Permit Appl. Fees Subconsultants Total 1 Surveying Services $18,975.00 $100.00 $19,075.00 2 Environmental / Ecological Services $43,800.00 $530.00 $850.00 $45,180.00 3 Gopher Tortoise Permitting and Relocations (If Needed) $5,650.00 $180.00 $1,757.00 $9,350.00 $16,937.00 4 Design and Permitting Services $94,225.00 $800.00 $900.00 $95,925.00 5 Post Design Services $42,010.00 $1,031.00 $43,041.00 TOTAL $220,158.00 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A'1 ATTACHMENT A CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 4151 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A'2 m N 0 3 L N — a c' a ITEM DESCRIPTION a` in in in ii U in E <n 0 0 W 1 w Cost by Task Hourly Rates 1 $145.00 1$130.00 $95.00 $135.00 $90.00 $130.00 1 $60.00 TASK 1 - SURVEYING SERVICES 1 The CONSULTANT will perform a Topographic Survey 20 feet south of the new south right of way line of SR 46 lying between Mellonville Avenue and the east right of way line of Beardall Avenue being approximately 10,775 linear feet. Topographic Survey will include a 10' overlap north and south of the 20 feet as per Chapter 5J-17 of the Florida Administrative Code in compliance with the standards of practice of surveying and mapping of the State of Florida 2 12 10 87 40 5 3 1 100 $19,075.00 TOTAL TASK 1 2 12 10 87 40 5 3 1 100 $19,075.00 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A'2 ATTACHMENT CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 415) SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-3 `o d m y m R d LL CH O C O C O C .gym C Q m V E E C ITEM DESCRIPTION w " . rn w in w " w C9 U a c. w Cost by Task Hourly Rates $150.00 $125.00 1 $105.00 $105.00 $60.00 TASK 2 - ENVIRONMENTAL / ECOLOGICAL SERVICES 1 The CONSULTANT will conduct an ecological assessment of the State Road 46 Utility Relocation Area along the south side of State Road 46 from Mellonville Avenue to Beardall Avenue to accommodate the widening of State Road 46. Throughout the project, the CONSULTANT will meet or participate in telephone conferences with the Client, and/or other project consultants as necessary to property coordinate performance of the contracted tasks. 10 13 2 $50 $3,295.00 2 In order to prepare preliminary plans for submittal to FDEP and the ACOE as quickly as possible, the wetland lines along the project corridor will be flagged by the CONSULTANT as one of the first environmental services tasks. All wetland delineations will be based on a 20 -foot wide corridor and will extend 5 feet outside project limits. The wetland boundaries will be delineated according to methodologies outlined in the 1987 Corps Welland Delineation Manual and Supplemental documents and the Florida Unified Wetland Delineation Methodology (Chapter 62- 340, F.A.C.). The wetland limits will be identified by numbered flagging and/or staking. Seasonal high and normal pool elevations will be marked in the field within the delineated wetlands, if applicable. 6 6 2 1 $850 $40 $1,690.00 3 Habitat and land use mapping will include a field survey of the corridor and 30 feet on each side of the corridor and interpretation of aerial photographs to delineate the approximate extent and configuration of existing vegetation and land uses of the site. Mapping will follow the Florida Land Use, Cover and Forms Classification System (FLUCFCS) (FDOT 1999). A Preliminary Habitat & Land Use map (FLUCFCS map) will be prepared for use in project permitting. CPH will also prepare a Post -Development FLUCFCS Map for purposes of the permitting process. 8 4 $50 $1,470.00 4 A preliminary wildlife survey will be conducted through general reconnaissance of the corridor and 30 feet on each side of the corridor, for the occurrence or potential occurrence of protected species (threatened, endangered or species of special concern). The approximate location of all observed protected species will be identified on the FLUCFCS Map. CPH shall provide advisement in a memorandum to the Client documenting the findings of the wildlife survey. Species specific surveys are not included in this task but can be provide as an additional service. 6 6 4 2 $50 $1,970.00 5 For the FDEP ERP environmental permitting, this scope includes arranging for and conducting a field review of the estimated wetland limits with representatives of FDEP as part of the permit application submittal. It is anticipated the field review will take one 1 day. 8 $30 $1,030.00 6 The CONSULTANT will obtain a letter from the State Historic Preservation officer for inclusion with the application to address Archaeological and Historical Resources. Any necessary site specific cultural resource assessments are not included. 1 1 2 $20 $395.00 7 The CONSULTANT will attend one (1) pre -application meeting with FDEP. 4 1 $30 $690.00 8 The CONSULTANT will coordinate with the CITY as may be required in the preparation of the ecological elements of the ERP application to FDEP. 18 10 3 $4,130.00 9 The CONSULTANT will conduct an analysis of pre- and post - development wetland impacts and mitigation value following the Unified Mitigation Assessment Methodology (UMAM). The UMAM variables will include the following: Adjacent upland support/welland buffer; Water quality input and treatment systems; Wildlife utilization; Welland vegetative cover; and Field indicators of hydrology. Relative weighting factors will include: Established watershed issues; Benefits to important adjacent areas; Threatened or endangered species; and Scarce habitats. Support information for purposes of the baseline UMAM will include: Soil Map; Topography Map; and Area Hydrology/Drainage Map. The post - development UMAM analysis will also require the weighting of each UMAM variable before the final UMAM value is calculated. 2 8 8 3 $50 $2,505.00 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-3 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-4 `o m A N A A d LL d❑ d d CL 7 _ C Q N 0 m m m E d ITEM DESCRIPTION > w r i > a) w in r w m C7 v a a w Cost by Task Hourly Rates $150.00 $125.00 $105.00 $105.00 $60.00 10 The CONSULTANT will coordinate the approval of a Mitigation Plan to compensate for any proposed unavoidable and adverse wetland impacts, if required. The CONSULTANT assumes credits would be purchased from a Mitigation Bank 8 3 $1,180.00 11 This scope includes preparation of written responses to two (2) Request for Additional Information (RAI) by the FDEP regarding elements of the ERP application prepared by the CONSULTANT. 18 35 18 20 8 $30 $11,575.00 12 The level of ALOE permitting required depends on the amount of wetland impacts. Impacts that are less than 0.5 acres can be permitted under the Nationwide Permit, which is a simplified process. Where impacts are 0.5 acres or greater, more detailed ACOE permitting (ACOE individual permit) and coordination with ACOE is required. For the purposes of this Scope, it is assumed wetland impacts will NOT exceed 0.5 acres. The CONSULTANT will prepare and submit a letter request to the ACOE for issuance of a Nationwide Permit (NWP). This task includes the following: exhibits and graphics as may be necessary, including Project boundaries on USGS quadrangle map; Names of all wetlands and/or water bodies to be dredged, filled, etc.; 8.5" by 11.0" drawings that show wetland impacts, cross sections, and conceptual development plan; descriptions of the proposed project; Acreage of wetlands or other surface water to be disturbed; and Narrative summary of proposed mitigation plan, as applicable to supplement the FDEP ERP submittal. 1 5 20 4 2 $50 $3,465.00 13 For ACOE jurisdictional determination, the CONSULTANT will prepare a wetland jurisdiction determination. For purposes of this determination, the CONSULTANT will prepare and submit to ACOE a "jurisdiction request package". This package will include the following: Site Location Map — a street map locating the site; USGS Quadrangle Map - excerpt from map showing project boundary, section, township and range of the project and the latitude and longitude coordinates of the approximate center of the site; Soils Map — tabulation of descriptions of soil types shown on the soils map excerpted from the County Soil Survey; wetland location map — with wetlands numbered with federal jurisdiction identified. 1 20 2 $50 $2,420.00 14 For ACOE jurisdictional determination, the CONSULTANT will prepare a wetland jurisdiction determination. For purposes of this determination, The CONSULTANT will prepare and submit to ACOE a "jurisdiction request package". This package will include the following: Site Location Map — a street map locating the site; USGS Quadrangle Map - excerpt from map showing project boundary, section, township and range of the project and the latitude and longitude coordinates of the approximate center of the site; Soils Map — tabulation of descriptions of soil types shown on the soils map excerpted from the County Soil Survey; wetland location map — with wetlands numbered with federal jurisdiction identified. 1 10 $40 $1,215.00 15 The CONSULTANT will provide a narrative description of direct, indirect and adverse cumulative impacts anticipated as a result of impacts to the wetlands. 2 20 4 2 $10 $2,950.00 16 The CONSULTANT will prepare written responses to two (2) RAI by the ACOE regarding the Nationwide Pennit prepared by the CONSULTANT. 8 8 16 10 4 $30 $5,200.00 TOTAL TASK 2 65 116 115 61 32 $850 $530 1 $45,180.0011 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-4 ATTACHMENTA CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 415) Subconsultants and Recipient Site Fees Estimated Description Quantity Units Unit Cost;$1,3;50�.0O Gopher Tortoise Excavation Consultant - Backhoe Rental (If Needed) 1.5 DAY $900.00 GopherTortoise Recipient Site Fee (10x$800) - IfNeeded 10 EA $800.00 $8,000 $9,350.00 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-5 `o d m y rs m d u- W O W d_ �, d __ Q N y � m O .7 � O d C Q 0 E C ITEM DESCRIPTIONw " 0 ` w in � w 0 N t9 � a o w Cost by Task Hourly Rates 1 $150.00 $125.00 $105.00 $105.00 $60.00 TASK 3 - GOPHER TORTOISE PERMITTING AND RELOCATIONS IF NEEDED 1 According to Florida Fish and Wildlife Conservation Commission (FFWCC) regulations, project activities within 25 feet of a gopher tortoise burrow will require consultation and permitting to address the presence o the tortoise. Based on the findings of the ecological assessment conducted under Task 2 (item 1), in the event gopher tortoises have been found within the construction area or within 25 -ft of the construction area, the CONSULTANT will prepare and submit a permit application to the FFWCC for the off-site relocation of tortoises, field locate burrows using hand held GPS, plat locations on aerial map, submit to FFWCC along with permit application, meet with FFWCC, respond to FFWCC RFI's. This Scope of Services is based on the assumption that up to 10 active gopher tortoise burrows will be found within the construction area or within 25 -ft of a construction area, and includes the FFWCC mitigation contribution fee which is $207 (for the first 5 active gopher tortoise burrows) + $310 / active gopher tortoise burrow for each additional active gopher tortoise burrow (more than 5 active gopher tortoise burrows but no more than 10 active gopher tortoise burrows), resulting in a total FFWCC mitigation contribution fee of $1,757.00 1 8 8 6 1 $1,757 1 $100 $4,537.00 2 The CONSULTANT will conduct gopher tortoise burrow excavation and relocation, based on a total of 10 gopher tortoises requiring relocation, and will conduct any pre and post notifications with FFWCC and coordinate with the recipient site. 1 12 12 1 $80 $3,050.00 TOTAL TASK 3 2 20 20 6 2 $1,757 $180 $7,587.00 Subconsultants and Recipient Site Fees Estimated Description Quantity Units Unit Cost;$1,3;50�.0O Gopher Tortoise Excavation Consultant - Backhoe Rental (If Needed) 1.5 DAY $900.00 GopherTortoise Recipient Site Fee (10x$800) - IfNeeded 10 EA $800.00 $8,000 $9,350.00 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-5 ATTACHMENT A CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 415) SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-6 d m m R W u C O d LL ' a m a W •C Q N O O t;C O o V �' E C a ITEM DESCRIPTION a` V) r`n 0- C7 c m F U a. Tas w Cost by Hourly Rates $160.00 $150.00 $125.00 $115.00 $105.00 $85.00 $60.00 TASK 4 - DESIGN AND PERMITTING SERVICES 1 The CONSULTANT shall review FDOT plans and the need for a potential project corridor on airport property. The CONSULTANT shall provide information to the City on the proposed project alignment and proposed construction. 1 6 2 3 1 1 16 $30 $2,835.013 2 Microstation CAD files will be provided by FDOT to the CONSULTANT. The CONSULTANT shall convert the Microstation files to ACAD files, and set up sheets and borders using converted fonts and line types. The portion o the project that is surveyed airport property will be added to Rhe FDOT provided drawings. 30 $2,550.0 3 The CONSULTANT shall field review the route and completed survey to assess construction areas and add information to completed survey as necessary. 4 4 $20 $1,080.0 4 The CONSULTANT shall attend the FDOT utility coordination meeting along with City staff. The purpose of the coordination meeting is to determine City utility relocation sequencing and activity durations in conjunction with FDOT construction since City and FDOT construction will be taking lace at the same time. 4 4 $35 $1,095.0 5 The CONSULTANT shall meet with the CITY and FDOT to coordinate the Utility Work by Utility Agency/Owner (UAOs). The CONSULTANT will assist the CITY with the information needed to fill out the forms. 2 2 1 $10 $600.00 6 The CONSULTANT shall meet with the airport staff to coordinate the proposed construction on airport property and review airport construction requirements. 8 4 1 $10 $1,730.0 7 The CONSULTANT shall prepare preliminary plans (60 design plans) consisting of plan view of the reclaimed water main (showing open cul, directional drill, and jack and bore construction), plus proposed valves, fillings, and connection points. The CONSULTANT shall also prepare a Preliminary Opinion of Probable Construction Cost (POPCC) based on the 60% plans 4 6 1 16 2 1 24 1 1 $30 $5,530.0 8 The CONSULTANT shall submit the 60% Plans (one set full size 22"x34" and three sets half size 11 "x17"); three copies of the POPCC (8%" x11"); and one CD containing PDF files of the plans and POPCC. The CONSULTANT shall meet with the CITY to review 60% plans and POPCC, and shall make minor revisions as requested by CITY. 4 4 1 1 $50 $1,255.0 9 The CONSULTANT shall prepare construction plans (1398 linear feet route) that will be approximately 90% complete. The construction plans to be prepared under this Scope of Services include: $0.00 Cover Sheet 1 2 $10 $285.0 Summary of Quantities 1 1 4 2 $10 $915.0 Survey (Approx. 9 Sheets 3 $10 $265.0 Key Sheet 1 3 $10 $380.0 General Notes 1 2 2 2 1 $10 $870.0 Plan and Profile 24 sheets, 1"=20' Scale 2 72 96 192 240 1 $240 $65,900.0 Utility Details (1 Sheet) 1 2 $10 $295.0 10 The CONSULTANT shall prepare the FDOT required Utility Work Schedule (UWS) for all of the CITY's utility relocations. The UWS will be submitted to the CITY for review, and upon CITY review, CITY comments will be incorporated within the UWS. The UWS will then be submitted to FDOT. 4 8 12 2 $20 $3,120.0 11 The CONSULTANT shall prepare a Project Manual consisting of Technical Specifications and front end bidding documents, and will update the POPCC by preparing an Opinion of Probable Construction Cost (OPCC). Airport requirements (such as safely and badging) will be included in the Project Manual and notes on the construction plans. 4 6 8 1 2 $20 $2,495.00. SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-6 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-7 d d d A W a c 01 O LL CL m a W n V m 'E = Q m BE c n .. c ITEM DESCRIPTIONa` c Win Q. C7 rn F U a w Cost by Tas Hourly Rates $160.00 $150.00 $125.00 $115.00 $105.00 $85.00 $60.00 12 The CONSULTANT shall submit to the CITY and the airport the 90% Plans (one set full size 22"x34" and three sets half size 11"x17"); three copies of the OPCC (81/2" x11"); three copies of the Project Manual (81/2" x11 ") and one CD containing PDF files of the plans, OPCC, and Project Manual. The CONSULTANT shall meet with the CITY to review 90% plans, OPCC, and Project Manual and shall make minor revisions as requested by CIT`(. 4 4 1 1 $200 $1,260.0 13 The CONSULTANT shall address FDOT comments on the submitted UWS and revise the UWS as required by FDOT 2 1 4 1 $10 $955.0 14 The CONSULTANT shall fill out a total of up to two (2) Florida Department of Environmental Protection (FDEP) Permit Applications (one for the force main relocations and one for the water main relocations). The CONSULTANT shall submit the applications and plans to FDEP, and respond to request(s) for additional information from FDEP as needed. Note: This item includes payment of two FDEP Permit Application Fees: $650 for the water permit application fee plus $250 for the sewer permit application fee. 4 2 2 2 $900 $10 $2,070.0 15 The CONSULTANT will provide written responses to FDEP concerning requests for additional information. The CONSULTANT will revise the drawings in response to FDEP comments as needed (draft responses will be sent to the CITY for its review 1 1 1 $5 $330.0 16 a !submit e ou size 22"x34" and three sets half size 11"x17"); three copies of the OPCC (8%" x11"); and two copies of the Project Manual; and one CD containing PDF files of the plans. OPCC, and Project Manual to the CITY. 1 $50$110.0 TOTAL TASK 4 1 3 1 125 1 122 268 6 311 31 1 $900 $800 $95,925.0 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-7 ATTACHMENT A CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 415) SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-8 v rn m y c W C JT � d N N rel iai N =_ W u C a d m ° c= a Cost b DESCRIPTIONa` in in w a` U) 0 c�1 w Task Hourly Rates 1 $160.00 1 $150.00 $125.00 $115.00 $85.00 $60.00 TASK 5 - POST DESIGN SERVICES 1 The CONSULTANT shall provide bid phase assistance to the CITY consisting of preparing written responses to bidder questions forwarded by the CITY; issuing to the CITY clarifications as needed to clarify the design; and preparing addenda items for the CITY's use. 2 4 6 2 3 $1,840.00 2 The CONSULTANT shall prepare conformed documents and distribute up to 10 sets of the conformed Contract Documents for Contractor and City use during construction. 1 1 1 1 1 $400 $610.00 3 The CONSULTANT shall prepare the agenda, coordinate and attend preconstruction meeting, issue meeting notes. 2 5 1 $935.00 4 The CONSULTANT shall review Shop Drawings and submittals, coordinate with the CITY on distribution of submittals and compilation of the submittal review comments of all parties, distribute reviewed submittals (including comments) to the Contractor. 1 1 8 1 $1,255.00 5 The CITY shall, on a monthly basis, field review the Contractor's application for payment in terms of construction quantities and completion of items for which payment is requested. The CONSULTANT shall take CITY's reviewed construction quantities and review the payment application package submitted by the Contractor, and recommend approval in writing of payments to the Contractor in such amounts, in consultation with the CITY and in consideration of its own general knowledge of the status of work based on its field reviews, and based on its review of items such as required Releases of Lien. It is assumed there will be nine (9) Applications for Payment during construction. 1 5 27 1 1 1 $45 $3,960.00 6 The CONSULTANT shall provide limited construction administration services during construction, which includes the following: responding to requests for additional information from either the CITY or the Contractor and preparing written responses as needed; attending field reviews as requested by either the CITY or the Contractor; reviewing proposed changes to the work presented by either CITY or the Contractor. The CONSULTANT will issue all instructions of the CITY to the Contractor and prepare routine Change Orders for the CITY's use as required. The budget for this Task is based on approximately 2 hours per week for 39 Weeks during construction. 39 39 1 $156 $10,491.00 7 Inspection during construction will be by the CITY. The CONSULTANT will provide limited inspection in the amount of approximately four (4) hours per week for thirty-nine (39) weeks during field construction. 39 117 $390 $19,695.00 8 Along with the CITY, the CONSULTANT shall attend the Final Walk Through and Prepare the Punch List 1 3 5 1 $10 $1,170.00 9 The CONSULTANT shall prepare Record Drawings based on survey information (ACAD files) provided by Contractor and information provided by the CITY inspectors. Three signed and sealed sets of the record drawings (on 22"x34" paper) plus PDF files and AutoCAD files of the record drawings will be provided to the CITY. 1 1 1 1 8 1 16 1 $20 $2,635.00 10 a s a provide closeout documents, ncluding required certifications to regulatory agencies 1 2 1 $10 $450.00 TOTAL TASK 5 0 92 9 217 18 10 $1,031 $43,041.00 SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-8 CPHEN-1 OP ID: KM . R CERTIFICATE OF LIABILITY INSURANCE D YY)ft.� 02125/20/5 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Jackson, Collinsworth & Johnson Insurance Agency, LLC. CONTACT NAM=_: Kristin McIntosh '.No Ez : 321 A45-1117 FAX No): 321-445-1076 'E RESS: Certs C -insurance.com 2208 Hillcrest Street Orlando, FL 32803 COMMERCIAL GENERAL LIABILITY Mark E. Jackson INSURERISI AFFORDING COVERAGE NAIC k INSURERA:Continental Casualty Company 20443 INSURED CPH, Inc. CPH Engineers, Inc- 500 West Fulton Street Sanford, FL 32771 INSURER e: Valley Forge Insurance Company 20508 INSURERC:Trans ortation Insurance 120494 INSURER D: RLI Insurance Company _113056 INSURER E: INSURER F; 04/01/2015 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE dDD-CT5IT6♦� IN D I WVD POLICY NUMBER POLICY EFF M1IM/DDlYWY POLICY EXP MMIDDfYYYV LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS -MADE I „ J OCCUR X C5099618199 04/01/2015 04101/2016 OA.tA 'eNY D curreI _ 300,00 PREMISES Ea ocnt: X MED EXP (Anyone person) 5,00 Contractual Liab X XCU PERSONAL & ADV INJURY 5 1,000,000 AGGREGATE LIMIT APPLIES PER, GENERAL AGGREGATE TE2,000,000 GEN'L POLICY i " I ECT ❑ LOC PRODUCTS - COMP/OP AGG 15 2,000,00 Emp Ben. I S 1,000,000 OTHER: I AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 Ea accident BODILYINJURY(PerPerron) S 13 ANY AUTO X 05099618204 04/01/2015 04/01/2016 JX ALLOWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) S PROPERTY DAMAGE S Peracddeni X NON -OWNED HIRED AUTOS AUTOS S X I UM1IBRELLA LIAO X OCCUR EACH OCCURRENCE s 5,000,000 AGGREGATE Is 5,000,000 C EXCESS UAB CLAIMS.MADE C5099618218 04/01/2015 04101/2016 OED I X I RETENTIONS 10000 Is D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRTOR/PARTNERIEXECUTIVE YIN IE OFFICERIMEMBER EXCLUOED7 Ya (htandalory in NH) N / A PSW0002907 01/0112015 01/01/2016 X I SPER O TATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 it yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S 1,000,00 D Professional Liab RDPOO18939 04101/2015 04/01/2016 Per Claim 2,000,00 Claims -Made Form I Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Rema, Its Schedule, maybe attached it mora sparo is required) City of Sanford is listed as additional insured as respects to General & Auto Liability, Umbrella follows form. General Liability is Primary & Non - Contributory. SANF178 City of Sanford Attn: Puchasing Manager P.O. Box 1788 Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVEE O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD City of Sanford, Florida INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES • MP -11012: When contract cost not to exceed $500,000, 180 days and no unusual hazards exist Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible (Ref: items 17 and 18, standard terms and conditions included with City of Sanford Purchase Order). The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. Outline of Requirements: Certification: 1 of 3 Insurance Requirements UP TO VENDOR POLICY LIMITS, BUT COVERAGE REQUIRED WITH MINIMUM POLICY LIMITS OF: Workers' Compensation Employers Liability $ 500,000 "Certificates of exemption are not acceptable in lieu of workers Each Accident $ 500,000 compensation insurance Disease $ 500,000 Commercial General Liability shall include- Bodily injury liability, Property Damage liability; Personal Injury liability and $ 1,000,000 Per Occurrence Advertising injury liability Coverages shall include: Premises/ $ 1,000,000 General Aggregate Operations; Products/Completed Operations; Contractual liability, Independent Contractors, Explosion; Collapse, Underground Comprehensive Auto Liability, CSL, shall include "any auto" or $ 1,000,000 Combined Single Limit shall include all of the following: owned, leased, hired, non -owned $ 1,000,000 General Aggregate autos, and scheduled autos. Professional Liability (when required) $ 1,000,000 Minimum Builder's Risk (when required) shall include theft, sinkholes, off site storage, transit, installation and equipment breakdown. Permission to occupy shall be included and the policy shall be 100% of completed value of additions endorsed to cover the interest of all parties, including the City of and structures Sanford, all contractors and subcontractors Garage Keepers (when required) $1,000,000 Aggregate: No per vehicle maximum preferred Garage Liability (when required) $1,000,000 Combined Single Limit $1,000,000 General Aggregate Certification: 1 of 3 Insurance Requirements It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier not withstanding, the City will expect relief from the Contractor. • The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not Contain co-insurance provisions. • All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured,. • Professional Liability Coverage, when applicable, will be defined on a case by case basis. • In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. • All limits are per occurrence and must include Bodily Injury and Property Damage. • All policies must be written on occurrence form, not on claims made Form, except for Professional liability. • Self insured retentions shall not be allowed on any liability coverage . • In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered to the City of Sanford in accordance with the policy provisions. • All insurers must have an A.M. Best rating of at least A -VII. • It is the responsibility of the Contractor to responsible to ensure that all Subcontractors retained by the Prime Contractor shall provide coverage as defined herein before and after and are the responsibility of said Prime Contractor in all respects. • Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager • Address of "Certificate Holder" is: City of Sanford; Attention: Purchasing Manager; P.O. Box 1788 (300 N Park Avenue); Sanford, FL 32771 Phone: 407.688.5028/5030 FAX: 407.688.5021 • All certificates of insurance, notices, etc. must be provided to the above address. Certification: The Undersigned accepts and agrees to meet all of the insurance coverage requirements, terms, conditions and certifications) stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the identified document. Also, when the coverage requirements stated herein before and after are specifically referenced by 2 of 3 Insurance Requirements applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document as if fully set forth in verbatim . CPH Engineers, Inc. Authorized Signature David A. Gierach, P.E. Printed Name 3 of 3 Insurance Requirements January 19, 2012 Date President Title Client#: 5132 4CPHENGI ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE (fARVDDNYYY) 12101/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, cortain policies may require an endorsement. A statement on tills certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Willis of Florida, Inc. 300 Colonial Center Parkway, Suite 120 Lake Mary, FL 32746 407-562-2470 CONTACT NAME: Rebecca Galge PH, 407-562-2470 FAx 407-562-2480 Ext1c E PH, ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC INSURER A: National Fire Ins Co of Hartfor 20478 INSURED INSURER B: Transportation Insurance CO _ 20494 CPH Engineers, Inc. P.O. Box 2808 F If+suRERc:CC[ Insurance Co. 10178 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO JF:" LOC Sanford, FL 32772-2808 INSURER0: A AUTOMOBI-EUABILITY IX ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS X AUTOS X INSURER E C4026882463 INSURER F 04101/201 E�nocd DtSWGLEUnnT $1,000,000 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY DE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL'SU8R INSR W IVD POLICY NUM POLICY EFF YYYBER GIM/DDN POLICYEXP h1M/DDNYYY LIGHTS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X C4026882477 4/0112011 04101/2012 EACH OCCURRENCE s110001000 DAMAGE TO RENTED PREMISES (Ea occurrence) s300,000 MED EXP (Any one parson) S 10,000 PERSONAL 8 ADV INJURY $1,000,000 X OCP GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO JF:" LOC PRODUCTS - COMP/OP AGG s2,000,000 $ A AUTOMOBI-EUABILITY IX ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS X AUTOS X C4026882463 4/01/2011 04101/201 E�nocd DtSWGLEUnnT $1,000,000 BODILY INJURY (Por person) S BODILY INJURY (Por accidonl) S PROPERTY DAMAGE Peraccidenl$ S B X UMBRELLA LIAROCCUR EXCESS LIAR HCLAIMS-MADE CUP4026882494 _ 4101/2011 04/01/2012 I EACH OCCURRENCE $5,000,000 AGGREGATE s5,000,000 OED RETENTIONS ( S C WORKERS COMPENSATION AND Y 1 NITS AND EMPLOYERS' LI ANY PROPRIETORIPARTHER/EXECUTIVEE.L OFFICERIAEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPE RATIONS below N N A I ODI WC12AI2510 0110112012 01/01/2013 X , WC STATU- OTIi- EACH ACCIDENT 31 l000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 .T L DESCRIPTION OF OPERATIONS! LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: General Engineering City of Sanford is named as additional insured. _ I CMI IrIVA I o nULUCK UANUtLLA I JUN City of Sanford SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P. O. BOX 1788 ACCORDANCE WITH THE POLICY PROVISIONS. Sanford, 32772-1788 AUTHORIZED REPRESENTATIVE 01 U00 -LULU AL, UKLJ U1.JK1'UKA I IUN. All ngnts reserved. ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3630191M362403 BGAIG OP ID: KR � CERTIFICATE OF LIABILITY INSURANCE DATE (tA111YYYYJ 12!001!11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsoment(s). PRODUCER 407-644.5722 Lykes Insurance, Inc. - WP 407-628-1363 CONT CT Kristin Rodriguez PHONE 4D7-478-4979 jnc,No): 407-628-1363 EAMAILo Ell: P. O. Box 2703 Winter Park FL 32790 Mark E. Jackson A129051 ADDRESS: krodriguez@lykesinsurance.com DUC cuST r EIERn ,ID,:CPHEN-1 INSURER(S) AFFORDING COVERAGE NAIC P INSURED CPH Engineers, Inc, INSURERA:Liberty Ins. Underwriters 19917 500 West Fulton Street Sanford, FL 32771 INSURER a: — INSURER C: I INSURER D: INSURER E:_Ij_______ _ INSURER F • COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERIAS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN5121 LTR TYPE OF INSURANCE POLICYNUMBER POLICY EFF IAtdIDD/YYYY POLI EXP MMIDWYYYY I LIMITS GENERAL LIABILITY EACH OCCURRENCE I S �DAMAGETO RENT I COMMERCIAL GENERAL LIABILITY _.. 1 CLAIIAS•A".FOE 1:1 OCCUR I I PREMISES (Ea occurrence) I S ACED EXP (Any one person) 5 I PERSONALE ADV INJURY 5 Ir __ GENERAL AGGREGATE S GEN 'LAGGREGATELIMIT APPLIES PER: PRODUCTS - COtAPIOPAGG S POLICY c T LOC ! 5 AUTOMOBILE LIABILITY COMBINED SINGLE UMIT S (Ea accident} ANY AUTO ------'------ EODILY INJURY (Per person) S ALL OL15+IED AUTOS eODILY INJURY (Per accident)+ S I ' SCH-EOULEDAUTOS HIREDAUTOS PROPERTY DAMAGE j S (PeraccdcaQ 5 NON -DAV EO AUTOS $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE I AGGREGATE 15 DEDUCTIBLE I S RETENTION S Is WORKERS COMPENSATION AND EMPLOYERS'LIABIUTY YIN ANY PROPRIETOR.PARTNER,'EXECUTIVE CFFICERAADABER EXCLUDED? ❑ I N I A I 7 CY Tit. E.L. EACH ACCIDENT 5 E.L. DISEASE - EA EMPLOYEE S (Mandator/ In NH) If x0s, describe under DESCRIPTION OF OPERATIONS below ---- E.L. DISEASE - POUCY I WIT S A Professional Liab EE20D397-0111 04101/11 04101!12 Ea claim 2,000,000 Claims -made policy RETRO DATE - 313/1981 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLESAttach ACORD 101, Additional Remarks Schedule, If more space Is royuired) Liberty Insurance Underwriters: Rated A (Excellent) XV GtK I It-IGA I t HULULK GANGELLATIUN SANFORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sanford ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1778 Sanford, FL 32772-1778 AUTHORIZED REPRESENTATIVE ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD IDLia1J5 CpbDn a - Q uN6-j �S WS RM Item No. CITY COMMISSION MEMORANDUM IS- 178 OCTOBER 12,20 1 S AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: F. William Smith, Purchasing Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Ranking of Firms, RFQ 14/15-19 SR 46 Utility Relocations Design Services STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of ranking of firms competing in a Consultants Competitive Negotiation Act (CCNA). process to provide professional services for design and permitting applicable to Design of SR 46 Utility Relocations is hereby requested. FISCAL/STAFFING STATEMENT: Funding is being made available via State loans from Florida DEP. BACKGROUND: The solicitation for acquisition of engineering services is governed by the Consultants Competitive Negotiation Act (CCNA). On July 23, 2015, Solicitation Number, RFQ 14/15-19, was advertised in the Orlando Sentinel and posted on the City's web site to invite all interested firms to compete for this work. It is noted that out of 31 firms who downloaded the submission documents applicable to this solicitation, four firms actually submitted, CPH Engineers (CPH), Barnes, Ferland & Associates, Inc. BFA, Chen Moore & Associates and Inwood Consulting, Inc. The CCNA anticipates the ranking of no fewer than three most highly qualified firms. The following is a brief report which summarizes the evaluations by the staff selection committee tasked with evaluating and scoring the respondents with both firms being deemed most highly qualified: • The firms of Barnes, Ferland & Assoc, Chen -Moore and Inwood Consulting all received a 5 point addition to their scores based on distribution of work which is reflected in the scores above. The CCNA provides that determining whether a firm is qualified, the City shall consider such factors as the ability of professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. Over the past five years, CPH has received $6,292,197 in City work while the other three firms have not been assigned work by the City. This distribution of work results in a five point addition per scorer. The CCNA requires that the City shall negotiate a contract with the most qualified firm for professional services at a compensation which the City determines to be fair, competitive, and reasonable. In making such determination the City must conduct a detailed analysis of the costs of the professional services required in addition to considering their scope and complexity. LEGAL REVIEW: If awarded, the City Attorney will engage in Contract preparation. The City Attorney concurs with the stated requirements of the CCNA. RECOMMENDATION: City staff recommends that the City Commission consider this request to waive presentations, approve ranking of firms and authorize the City Manager to negotiate an award in the order of ranking including the execution of all documents as required. SUGGESTED MOTION: Option A - "I move to waive presentations, to approve the ranking of firms designating the firm of as number 1; the firm of as number 2, and the firm of as number 3, and to authorize the City Manager to negotiate a contract with the firm(s) in the order of ranking in compliance with the CCNA, and to effect the award by the execution of all documents as required to complete the selection process." Option B - "I move to require staff to schedule presentations to be made to the City Commission by the participating firms with delineation of ranking to be approved by the City Commission at the completion of presentations. At that time the City Manager will be authorized to negotiate an Barnes, Inwood SCORER Ferland Chen- Consulting CPH Moore & Assoc Chris Smith 39 63 51 70 Jeff Davis 47 57 65 84 Richard Blake 64 53 58 70 Total 150 173 174 224 • The firms of Barnes, Ferland & Assoc, Chen -Moore and Inwood Consulting all received a 5 point addition to their scores based on distribution of work which is reflected in the scores above. The CCNA provides that determining whether a firm is qualified, the City shall consider such factors as the ability of professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. Over the past five years, CPH has received $6,292,197 in City work while the other three firms have not been assigned work by the City. This distribution of work results in a five point addition per scorer. The CCNA requires that the City shall negotiate a contract with the most qualified firm for professional services at a compensation which the City determines to be fair, competitive, and reasonable. In making such determination the City must conduct a detailed analysis of the costs of the professional services required in addition to considering their scope and complexity. LEGAL REVIEW: If awarded, the City Attorney will engage in Contract preparation. The City Attorney concurs with the stated requirements of the CCNA. RECOMMENDATION: City staff recommends that the City Commission consider this request to waive presentations, approve ranking of firms and authorize the City Manager to negotiate an award in the order of ranking including the execution of all documents as required. SUGGESTED MOTION: Option A - "I move to waive presentations, to approve the ranking of firms designating the firm of as number 1; the firm of as number 2, and the firm of as number 3, and to authorize the City Manager to negotiate a contract with the firm(s) in the order of ranking in compliance with the CCNA, and to effect the award by the execution of all documents as required to complete the selection process." Option B - "I move to require staff to schedule presentations to be made to the City Commission by the participating firms with delineation of ranking to be approved by the City Commission at the completion of presentations. At that time the City Manager will be authorized to negotiate an award in the order of ranking, as required by the CCNA, and to execute all documents as required to complete the selection process." Attachments: (1) RFQ 14/15-19 Announcement. (2) Individual scoring sheets of each firm. SR 46 UTILITY RELOCATIONS FROM MELLONVILLE AVENUE TO SR 415 — DESIGN SERVICES , City ®f Sanford Florida — Purchasing Divisi®n O 300 N. Park Avenue (P.O. Box 1788) Sanford, Florida 32771 0► Phone: 407.688.5028 FAX: 407.688.5021 email: purchasing@sanfordfl.gov y1877- REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) Date Issued: July 23, 2015 REQUEST FOR STATEMENTS OF QUALIFICATIONS TO ACQUIRE SOLICITATION PROFESSIONAL SERVICES APPLICABLE TO THE CCNA FOR SR 46 UTILITY TITLE RELOCATIONS DESIGN SOLICITATION NUMBER RESPONSE DUE: OPENING DATE & TIME RFQ 14/15-19 08-24-2015 at 2:00 P.M. Deliver Responses to Response Opening Location 300 N Park Avenue (City Hall) NON —PUBLIC OPENING OCCUR IN THE OFFICE OF THE Room- 236 PURCHASING MANAGER ON THE INDICATED DATE AND (second floor) TIME THERE IS NO PRE -PROPOSAL CONFERENCE DATE and TIME OF CONFERENCE SCHEDULED OR ANTICIPATED N/A Notes: INSTRUCTIONS, SUBMISSION DOCUMENTS, GENERAL INFORMATION ABOUT ADDENDA AS IT OCCURS, ETC. MAY BE CITY OF SANFORD PURCHASING: OBTAINED AT: www.IVIYVENDORLINK.COM wwW.SANFORDFL.GOV/INDEX.ASPX?PAGE=881 Blackout Period/Cone of ADA Assistance RFI's and/or Questions must be directed to: Silence applies: Call: on www.m\lvendorlink.com or by email at purchasing cD,,sanfordfl.00v 06-46-15 thru 08-30-15 407.688.5025 48 hours in advance The City of Sanford, Florida (City) hereby requests written proposals for professional services as governed by the CCNA requirements of the State of Florida for Limited Survey, Design, Permitting and Post Design Services applicable to the SR 46 Utility Relocations from Mellonville Ave. to SR 415. The City reserves the right to require presentations including a section with questions and answers from the top three highest score consultants. The City may request informal interviews with short-listed responders. www.myvendorlink.com is the official solicitation posting site for the City. Information, applicable forms, documents, specifications, instructions, etc. are available at no cost to all interested parties for review, downloading and printing at this site. Also, information regarding addenda, responses to RFI's, plan -holder lists, evaluation results, etc. are posted on this site. Electronic notification is provided to registered plan -holders as related to each specific solicitation. one of Silence/Black-out-period applies to this solicitation: Attempts to contact City FC ommission members, members of the Evaluation and Selection Committee or any other City official and/or employee other than through the City of Sanford Purchasing Manager during this procurement process shall not be allowed. Any attempts to contact, fraternize, or influence personnel indicated above may result in disqualification of the offending party or firm. RFQ 14/15-19 SR 46 UTILITY RELOCATIONS DESIGN SCORING AND EVALUATION OF WRITTEN SUBMISSIONS-"CCNA" o Barnes, Chen- Inwood ® E Criteria/Description 0 CPH Ferland & Moore Consult �j LL Assoc 18 Ability of Firm and its Professional Personnel .1 Project team (PT) mostly has the proper level of 4 experience, organization adequate 8 .2 PT has all required experience and disciplines, 12 organization is adequate .3 PT has appropriate experience, properly organized 18 Sub Total 18 8 8 12 2 16 Firm's Experience with Projects of a Similar Type and Size 4 .1 Has experience with 1 or 2 similar successful 8 projects . 12 .2 Has experience with 3-5 similar projects, 1 of these 16 Sub Total 16 12 16 16 3 12 Project Administration, Management and Value Engineering 4 Ability .1 Expected to balance project costs, schedules and 8 design fees within budget 2 Expected to track, review and aggressively 12 Sub Total 8 4 8 8 20 Firm's Creativity 4 .1 Utilizes only generally accepted existing concepts 4 .2 Uses some creative content with existing concepts 6 .3 Creative content of original design elements and 12 features 16 .4 Creative original content of novel and innovative 20 Sub Total 16 4 4 4 5 12 References .1 Successfully Completed Similar Projects 3 .2 Change Orders or Contract Amendments Were 3 Timely and Appropriate 3 .3 Projects completed within budget and on time 3 Sub Total 9 3 3 6 6 7 Other .1 Firm located within the State of Florida 2 .2 Certification by Office of Supplier Diversity 3 Sub Total 2 5 2 2 7 15 Project Specific Items .1 Experience working with FDOT projects 1-8 .2 Experience with utility relocation projects 1-7 Sub Total 15 10 11 12 `i OTAL 84 42 52 60 SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) E E• Criteria/Description TOTAL 1 50 Firm's understanding of the Project and Approach Sub Total 2 30 Firm's ability to provide services within schedule and budget including consideration of firm's recent, current and projected workload(s) Sub Total 3 20 Managerial methods used in the design and administration of the project Sub Total TOTAL Amount firm has been paid by the City for work during the last 5 years (up to $100,000 - 5 points) ($100,000-$250,000 - 4 points) ($250,000-$500,000 - 3 points) '-,500,000-$1,000,000 - 2 points) ($1,000,000-$5,000,000 - 1 point) (over $5,000,000 - 0 points) SCORING COMPONENTS Points resulting from amount City paid to firm during the last 5 years (0-5) Total Points per the evaluation of Written Submissions (100) Total Points per the presentation(s) (100) GRAND TOTAL - POINTS (205) Notes Firm Being Evaluated: Project: corer: Jeff Davis Date: SCORING AND EVALUATION OF WRITTEN SUBMISSIONS - "CCNA" D Vn 1 All G In QD AL TTTTT TTV WVT nd" A TTnXTQ 'nVQTli AT c Barnes, Chen- Inwood R• Criteria/Description 0 CPH Ferland & Moore Consult v u. Assoc 1 18 Ability of Firm and its Professional Personnel .1 Project team (PT) mostly has the proper level of 4 experience, organization adequate 8 .2 PT has all required experience and disciplines, 12 organization is adequate .3 PT has appropriate experience, properly organized 18 Sub Total 18 12 8 8 2 16 Firm's Experience with Projects of a Similar Type and Size 4 .1 Has experience with 1 or 2 similar successful 8 projects . 12 .2 Has experience with 3-5 similar projects, 1 of these 16 Sub Total 12 8 8 8 3 12 Project Administration, Management and Value Engineering 4 Ability .1 Expected to balance project costs, schedules and 8 design fees within budget 2 Expected to track, review and aggressively 12 Sub Total 8 4 4 4 20 Firm's Creativity 4 .1 Utilizes only generally accepted existing concepts 4 .2 Uses some creative content with existing concepts 6 .3 Creative content of original design elements and 12 features 16 .4 Creative original content of novel and innovative 20 Sub Total 13 12 12 12 5 12 References .1 Successfully Completed Similar Projects 3 .2 Change Orders or Contract Amendments Were 3 Timely and Appropriate 3 .3 Projects completed within budget and on time 3 Sub Total: 9 9 9 9 6 7 Other .1 Firm located within the State of Florida 2 .2 Certification by Office of Supplier Diversity 3 Sub Total 2 5 2 2 7 15 Project Specific Items .1 Experience working with FDOT projects 1-8 .2 Experience with utility relocation projects 1-7 Sub Total 8 9 5 10 TOTAL 70 59 48 53 D Vn 1 All G In QD AL TTTTT TTV WVT nd" A TTnXTQ 'nVQTli AT SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) E • c� Criteria/Description TOTAL 1 50 Firm's understanding of the Project and Approach Sub Total 2 30 Firm's ability to provide services within schedule and budget including consideration of firm's recent, current and projected workload(s) Sub Total 3 20 Managerial methods used in the design and administration of the project Sub Total TOTAL Amount firm has been paid by the City for work during the last 5 years (up to $100,000 - 5 points) ($100,000-$250,000 - 4 points) ($250,000-$500,000 - 3 points) -'$500,000-$1,000,000 - 2 points) ($1,000,000-$5,000,000 - 1 point) (over $5,000,000 - 0 points) SCORING COMPONENTS Points resulting from amount City paid to firm during the last 5 years (0-5) Total Points per the evaluation of Written Submissions (100) Total Points per the presentation(s) (100) GRAND TOTAL - POINTS (205) Notes Firm Being Evaluated: Project: _--.corer: Richard Blake Date: n T1Vl t All= I On AL TTTTT TTV nTPT !1!•A TTlIATQ Y'%VQTIIXT SCORING AND EVALUATION OF WRITTEN SUBMISSIONS e "CCNA" TTA 1 A - I . ! - .1 .1- - I- -- ♦ --n TT C Ti XT o Barnes, Chen- Inwood c ECriteria/Description 0 CPH Ferland & Moore Consult vW Assoc 1 18 Ability of Firm and its Professional Personnel .1 Project team (PT) mostly has the proper level of 4 experience, organization adequate 8 .2 PT has all required experience and disciplines, 12 organization is adequate .3 PT has appropriate experience, properly organized 18 Sub Total 12 4 8 8 2 16 Firm's Experience with Projects of a Similar Type and Size 4 1 Has experience with 1 or 2 similar successful 8 projects . 12 .2 Has experience with 3-5 similar projects, 1 of these 16 Sub Total 16 8 12 12 3 12 Project Administration, Management and Value Engineering 4 Ability .1 Expected to balance project costs, schedules and 8 design fees within budget 2 Expected to track, review and aggressively 12 Sub Total 8 4 8 4 20 Firm's Creativity 4 .1 Utilizes only generally accepted existing concepts 4 .2 Uses some creative content with existing concepts 6 .3 Creative content of original design elements and 12 features 16 .4 Creative original content of novel and innovative 20 Sub Total 12 4 12 6 5 12 References .1 Successfully Completed Similar Projects 3 .2 Change Orders or Contract Amendments Were 3 Timely and Appropriate 3 .3 Projects completed within budget and on time 3 Sub Total 9 3 6 6 6 7 Other .1 Firm located within the State of Florida 2 .2 Certification by Office of Supplier Diversity 3 Sub Total 2 5 2 2 7 15 Project Specific Items .1 Experience working with FDOT projects 1-8 .2 Experience with utility relocation projects 1-7 Sub Total 11 6 10 8 TOTAL 70 34 58 46 TTA 1 A - I . ! - .1 .1- - I- -- ♦ --n TT C Ti XT • SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) �. E • cs Criteria/Description TOTAL 1 50 Firm's understanding of the Project and Approach Sub Total 2 30 Firm's ability to provide services within schedule and budget including consideration of firm's recent, current and projected workload(s) Sub Total 3 20 Managerial methods used in the design and administration of the project Sub Total TOTAL Amount firm has been paid by the City for work during the last 5 years (up to $100,000 - 5 points) ($100,000-$250,000 - 4 points) ($250,000-$500,000 - 3 points) -.1$500,000-$1,000,000 - 2 points) ($1,000,000-$5,000,000 - 1 point) (over $5,000,000 - 0 points) SCORING COMPONENTS Points resulting from amount City paid to firm during the last 5 years (0-5) Total Points per the evaluation of Written Submissions (100) Total Points per the presentation(s) (100) GRAND TOTAL - POINTS (205) Notes Firm Being Evaluated: Project: ,corer: Chris Smith D IPA 1A/1 C_10 QD A4 TTTTT TTV DTT Ad- A9rYn TQ TITQTCN Date: