Loading...
301-CPH-1st St Storm Sewer Upgrades 4 SO ( clVOTM Rib PURCHASING DEPARTMENT ". TRANSMITTAL MEMORANDUM To: City Clerk RE: CPH Engineers Inc PO. 32576 and Work Order No. CPH -028 First St Storm Sewer Upgrade $32,670.00 The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Ma or' s si ui ature ❑ Final Plat (original mylars) ecording ❑ Letter of Credit Rendering ) ❑ Maintenance Bond e keeping (Vau ❑ Ordinance ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Signature Once completed, please: ❑ Return original ❑ Return copy 0 Special Instructions: Safe keeping A l i From Date TADept_fonnsCity Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number CPH -028 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Q11306.116R00 Dated: Contract/Project Title: First St. Stroh Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) Solicitation No Sanford Project No (Purchase Order No Consultant/Contractor: CPH Emgineers, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 500 West Fulton Street, Sanford, FL 32771 Phone: 407 - 322 -6841 Fax: 407 - 330 -0639 Email Address: kbowman @cphengineers.com } ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS X FIXED FEE BASIS X SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING [INFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 270 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ $32,670.00 Dollar Amount Written Out: Thirty two thousand six hundred seventy and 00/100 In Witness Where of, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City through its City Commission taking action on the and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: � c t Signature, Corporate Officer Signature, Corporate President Linda M. Gardner, Sec/Treasurer e -O / ,d // David A. Gierach, P.E. v r21 Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD /***— i.a. :z / ��i...� re ; urchasing Manager Purchasing Manager, Printed N me and Date itrA jliCej • L.4 Signature, ity Cler J Signature, eVilanager _ J kt I i t 1 ` 1 �j / � f/ , " . 9 /g.--// // Y` City Clerk, Prin d Name a /j, Date / City Manager, Printed Na e a : D. e Revised: 1 -6 -2011 WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY shall serve as authorization for the CONSULTANT /CONTRACTOR to provide goods and /or services for the above project as set out in the Scope of Services which is attached as Exhibit "A," to that certain Agreement cited on the face of this Work Order which is incorporated herein by reference as if it had been set out in its entirety and as further delineated in the specifications, conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and /or services pursuant to this Work Order, its attachments and the above - referenced Agreement. If this Work Order conflicts with said Agreement, the Agreement shall prevail. TERM: This work order shall take effect on the date of its execution by the CITY and expires upon final delivery, inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein. METHOD OF COMPENSATION: (1) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not - To - Exceed Amount without the express written consent of the CITY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANT /CONTRACTOR's compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. The CONSULTANT /CONTRACTOR's compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms of the above - referenced Agreement. It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order. O . 500 West Fulton Street Sanford, Florida 32771 August 23, 2011 Eo. Box 2808 .,::.; Sanford, Florida 32M -2808 Phone: 407322.6841 Mr. John Reichardt Fax 407.330.0639 Operations Manager City of Sanford Public Works Dept. wurur•cphengineers.eom , P.O. Box 1788 ,f t Sanford, Florida 32772 Re: First St. Strom Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) CPH Project No. Z6582.00 Dear John: We are pleased to present this proposal for the upgrading of the existing storm sewer pipeline and inlets along First St. from approximately 300 -ft east of the Sanford Ave. intersection to the east side of the Chapman Ave. intersection. The project will include connecting the upgraded storm sewer to the Pump Branch box culvert crossing of First St., which is located west of Chapman Ave. and installing baffle box structures upstream of the connections to Pump Branch. We propose to provide the services outlined in the attached Scope as follows and Work Order Topographic Surveying $4,650.00 Design Phase Services $28,020.00 Total $32,670.00 We appreciate the opportunity to provide these services. If you have any questions regarding the project or proposed services, please do not hesitate to call. Sincerely, CPH Engineers, Inc. /114A e N. Katriina Bowman, P.E., CCS Vice President/Associate Cc: Bilal Iftikhar, P.E. J:17a582.00- 20111SanfordlFirst St. Storm Sewer UpgradeslFirst St Strom Sewer Upgrades Proposal to City 08- 23-11.doc Engineers • Surveyors • Architects (AA26000926) • Planners • Landscape Architects • Environmental Scientists • Construction Management • Desir nIBuild c oflD SCOPE OF SERVICES First St. Strom Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) August 23, 2011 BASIC SERVICES OF THE CONSULTANT 1.1 The CONSULTANT agrees to perform professional engineering services in connection with the project as hereinafter stated. 1.2 The CONSULTANT will serve as the CITY's professional engineering representative in those phases of the project to which this Scope of Services applies, and will give consultation and advice to the CITY during the performance of his services. 1.3 The purpose of the project is to reduce flooding on First St., which has a history of flooding during high intensity rain events near the museum. The project includes upgrading the existing storm sewer pipeline and inlets along First St. from approximately 300 -ft east of the Sanford Ave. intersection to the east side of the Chapman Ave. intersection. The project will include connecting the upgraded storm sewer to the Pump Branch box culvert crossing of First St., which is located west of Chapman Ave. and installing baffle box structures upstream of the connections to Pump Branch. Exhibit A contains an aerial map of the location of the First St. storm sewer that will be upgraded (the Pump Branch box culvert will not be upgraded). 2.1 Task 1 - Surveying Services for Pump Branch Ditch Enclosure 2.1.1 The CONSULTANT, through its survey department, will conduct a topographic survey within approximate right -of -way limits of E. 1 Street beginning at the west right -of -way line of Sanford Avenue extending east to approximately 20 -ft east of the east right -of -way line of Chapman Avenue for a total length of approximately 1,200 linear feet. The topographic survey will include locating four (4) storm sewer structures outside the Sanford Ave. R/W in order to show storm sewer pipelines that connect to the First St. storm sewer. 2.1.2 The topographic survey will include locating visible improvements including mailboxes, driveways, signs, fences and the edge of pavement. 2.1.3 The topographic survey will also include locating above ground visible utility components such as utility poles, traffic signal poles and controller cabinets, transformers, telecommunication service boxes, meter boxes, valve boxes, J:1Z6582.00- 2011 \Sanford \First St. Storm Sewer Upgrades \Scope of Services - First St. Strom Sewer Upgrades 08- 23- 11.doc Page 1 of 4 @ gi SCOPE OF SERVICES First St. Strom Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) Surveying, Design, and Permitting Services August 23, 2011 and hydrants. The survey will also locate marked utilities, including City of Sanford water mains, reclaimed water mains and sewer force mains marked by the City (If completed at the time of the field survey). 2.1.4 Surveying of below grade utilities is limited to the following: A. Visible and accessible gravity sanitary sewer inverts and diameters will be measured at visible and accessible sanitary sewer manholes. The horizontal locations and vertical top elevation measured at the manhole rim will also be surveyed. If the lids are welded shut or unable to be opened by the survey field crew, the surveying of the inverts and connecting pipeline will be done only if the City is able to remove the lids. Note: At no time will field crews enter structures. B. Visible and accessible storm sewer pipeline inverts and diameters will be measured at each end of the pipeline, measured at visible and accessible storm sewer structures such as manholes, mitered end sections, endwalls, curb inlets, and grate inlets. The horizontal locations and vertical top elevation measured at the storm structure will also be surveyed. If the lids are welded shut or unable to be opened by the survey field crew, the surveying of the inverts and connecting pipeline will be done only if the City is able to remove the lids. Note: At no time will field crews enter structures. 2.1.5 Isolated trees with a trunk diameter of 6" diameter at breast height (dbh) and larger will be located; however, where there are thick stands of trees the tree line will be located. 2.1.6 The survey will show spot elevations including swales, edge -of- pavement, and centerline at 50' cross sections, with additional spot elevations shown at structures and major changes in grade. 2.1.7 The surveying services identified in Task 1 does not include Platting, boundary surveying, field locating right -of -way and lot lines, Underground Utility location beyond what is described in paragraph 2.1.4, ALTA/ACSM Land Title Survey; locating wetland flagging, and surveying of Ordinary High Water / Mean High Water, preparation of sketches and description and easement documents. J:\Z6582.00- 2011 \Sanford \First St. Storm Sewer Upgrades \Scope of Services - First St. Strom Sewer Upgrades 08- 23- 11.doc Page 2 of 4 @ SCOPE OF SERVICES First St. Strom Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) Surveying, Design, and Permitting Services August 23, 2011 2.2 Task 2 - Design and Permitting Services 2.2.1 The CONSULTANT will coordinate with its in -house Surveyor to obtain the topographic survey of the First St. from Sanford Ave. to east of Chapman Ave., and will conduct a field review of the route and completed survey to assess construction areas and add information to completed survey as necessary. 2.2.2 The CONSULTANT will prepare preliminary stormwater calculations in order to determine approximate storm sewer sizing and assess cover and crossings of the storm sewer system in relation to the existing street and other utilities. In the event there is a conflict with the new storm sewer and the existing water main, every effort will be taken to avoid water main relocations. In the event water main relocations are needed, these will be shown on the construction plans; however, other than relocations for storm sewer crossings, no other water main relocations or upgrades are included in the design, and permitting of water main relocations or water main upgrades is not included. Additionally, the CONSULTANT will submit documentation to the St. Johns River Water Management District (SJRWMD) in order to apply for a permit exemption (the CONSULTANT will pay the $100 permit exemption fee). 2.2.3 The CONSULTANT will prepare a plan view of the proposed improvements. The preliminary plan will show not only the improvements to the storm sewer, but also proposed inlet locations and minor street re- grading for inlet placement. The preliminary plans will also show the proposed location of the baffle box structures upstream of the Pump Branch box culvert at the two tie in locations on the west side and east side of Pump Branch. The CONSULTANT will also prepare a Preliminary Opinion of Probable Construction Cost (POPCC) of the proposed improvements, and will submit three (3) copies of the preliminary plans and POPCC to the City. 2.2.4 The CONSULTANT will meet with City to review the preliminary plans and POPCC. . 2.2.5 The CONSULTANT will revise plans based on City review, and prepare stormwater calculations and conduct hydraulic modeling of the proposed storm sewer upgrades. Copies of the hydraulic modeling / stormwater calculations will be provided to the City. J:1Z6582.00- 2011 \Sanford \First St. Storm Sewer Upgrades \Scope of Services - First St. Strom Sewer Upgrades 08- 23- 11.doc Page 3 of 4 @ SCOPE OF SERVICES First St. Strom Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) Surveying, Design, and Permitting Services August 23, 2011 2.2.6 The CONSULTANT will prepare Final Construction Plans (90% complete) consisting of: 1. Cover Sheet 2. Summary of Quantities 3. Survey Sheet 4. Key Sheet and Structure Data Sheet 5. General Notes 6. Plan and Profile (2 Sheets) 7. Details 2.2.7 The CONSULTANT will update the POPCC and submit three (3) sets of 90% plans and the OPCC to the City, and will meet with the City to review plans, make revisions to the plans based on City review. 2.2.8 The CONSULTANT will prepare a Project Manual consisting of Technical Specifications and front end bidding documents, and will submit three (3) copies to the City for review. 2.2.9 The CONSULTANT will revise the plans, project manual, and OPCC based on City comments, and submit three (3) copies of 100% plans (22 "x34" sheet size) and the Project Manual (8 "x11" sheet size) to the City. PDF copies of the plans and Project Manual will also be provided to the City. 2.2.10 The CONSULTANT will assist the City during the Bid Phase of the project consisting of preparing written responses to Bidder questions and preparing addenda for the City's use during the Bid Phase. J:\Z6582.00- 2011 \Sanford\First St. Storm Sewer Upgrades \Scope of Services - First St. Strom Sewer Upgrades 08- 23- 11.doc Page 4 of 4 EXHIBIT A Project Location Map / Aerial First St. Storm Sewer Upgrades (E. of Sanford Ave. to E. of Chapman Ave.) V V p iii ~L £ 4 H CP 2 i i! $ 1 0: V Ca.za -. ..�. �, E - s, v��rr s 1 . • : 3 _ 3PV,G � ' f � h � • act, a� c ci .r . ' f•_, NFORD '''''.4',':'-',,,,-,-; a 7�' ' ado a1::::''.'**w,''': � r , . , ... ., .� o cl / #x S , � j ei dnr f z c ! • n , 1. '',.:I.7,,t4, : ' , fN,...IIIII fa a I . i t uillo 'is._ ' i 12 VC { J ,,,,4" O CYPRESS AVE r * • (n { 12 VCF'.' • a . j 1 , • $ n O ti , ;7' u ° ., ' � + ; // 7 ,, / 1: io cc PINE AE m sicl 11) i "3" . 660 , � ` x 1 i t or� m c A N m4 CN { � -w PUMP g :‘,.. { , NCH SOX C 5 k 70; .f new. 0 I - , 3. RVC GO RCP s i� 1 . , i C H APMA N AVE 4k a o x ,, sac a - , ;';4:11?-1- IF . 4h I ," r ! I.• ..giiiii zivc ti . " , tk • i ifilll 1 n r $ d t F 3 9 d 3 R 4 , 5 . - $ , '? a Ems I ` .�,:, a fy i DATE: 09/01/11 PURCHASE ORDER PO NUMBER 032576 CITY OF SANFORD P.O. BOX 1788 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681C-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 219 TO: SHIP TO: CPH ENGINEERS, INC CITY OF SANFORD 500 WEST FULTON ST 800 FULTON STREET P.O. BOX 2808 SANFORD, FL 32771 SANFORD, FL 32772 -2808 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62846 ACCOUNTNO.: 402- 4045 - 541.63 -00 PROJECTNO.: ST093 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD UNIT OF ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST 1 DESIGN SERVICES FOR STORM SEWER 32670.00 NA 1.00 32670.00 UPGRADES 1ST STR FROM SANFORD AVENUE TO CHAPMAN AVENUE SUB -TOTAL 32670.00 TOTAL 32670.00 o e( j/ APPROVED BY: ��� /� �✓ # APPROVED BY: PURCH G AGE ,e5V CITY MAN ER 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