Loading...
1499 CPH EngineersI i4aq ` —i7 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM d To: City Clerk RE: CPH Water Main Looping Project CPH WO No. CPH 034 for $107,468.00 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 Once completed, please: ® Return originals to Purchasing ❑ Return copies El Special Instructions: Safe keeping MarisolOrdonez From Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc DATE: 03/27/12 PURCHASE ORDER PO NUMBER 032832 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 219 TO: CPH ENGINEERS, INC 500 WEST FULTON ST P.O. BOX 2808 SANFORD, FL 32772 -2808 SHIP TO: I 41 CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. flwi SUBMIT INVOICES TO: ACCOUNTS PAYABLE UNLESS OTHERWISE INDICATED FINANCE DEPT. NET /30 P.O. BOX 1788 SANFORD, FL 32772 , .ti 4s NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION V - 4 SHIP TO: I 41 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 09/30/12 NET /30 63127 ACCOUNT NO.: 452-4530-536.63-00 PROJECT NO.: DW 1 1 0 1 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 WATER MAIN AT UPSALA RD 107468.00 NA 1.00 107468.00 (PQL3) & NARCISSUS AVE, WATER MAIN (PQL5), MEISCH RD & 5TH ST WATER MAIN (PQL 7)& 4TH ST WATER MAIN (PQL 14), RED CLEVELAND BLVDM WATER MAIN (PQL 12), NEW CELERY AVE WATER MAIN (PQL 15). CPH PROJECT NO. 26582 PROJECT # DW590120 WATER MAIN LOOPING SUB TOTAL 107468.00 TOT %L 107468.00 K 1 > APPROVED BY: 4 /7 PURCHA NG AGENT CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 APPROVED BY: q • I CITY MAN/ R 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 0 LO a°r WORK ORDER TERMS AND CONDITIONS 05 1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and 06' CZ 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, r= volunteers, etc. 2. All information referenced is hereby incorporated into the WO. 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 Work Order, The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor'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 WO. 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 WO 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 /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused 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 WO 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 manufacturer's 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 Work 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 /Contractor 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 /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor /Contractor 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 /Contractor 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 of officers, officials, employees, agents or subcontractors of Vendor /Contractor. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work 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 /Contractor shall not assign this WO, any rights under this WO 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. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida It- Work Order (page 2) WORK ORDER TERMS AND CONDITIONS #J Gig Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori -`�' Cn zation 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," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they 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 cp pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order b conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevai provided, however, that the i r CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY 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 provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY METHOD OF COMPENSATION: (i) 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. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. 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. February 22, 2012 Mr. Paul Moore, P.E. Utility Director City of Sanford Utility Dept. P.O. Box 1788 Sanford, Florida 32772 Re: Water Main Looping Projects CPH Project No. Z6582 Dear Paul: cr� 't We are pleased to present this proposal for the water main looping projects that are located at six locations throughout the City that are proposed in order to improve water age throughout the City's potable water distribution system. We propose to provide the services outlined in the attached SCona ac f(;Iln A/C nnrJJ attanc=rrJ 1l\/rork Order: r- Design, Environmental, 500 West Fulton Street� Sanford, Florida 32771 Probable Construction Project Name r P.O. Box 2808 . 4, Sanford, Florida 32772 -2808 Narcissus Ave. Water Main PQL 5 $28,785 Phone: 407.322.6841 Meisch Rd. and 5th St. Water Main (PQL 7) Fax: 407.330.0639 www.cphengineers.com $33,140 We are pleased to present this proposal for the water main looping projects that are located at six locations throughout the City that are proposed in order to improve water age throughout the City's potable water distribution system. We propose to provide the services outlined in the attached SCona ac f(;Iln A/C nnrJJ attanc=rrJ 1l\/rork Order: r- Since a number of the projects are relatively small in terms of the amount of proposed construction, we have combined the SR 46 water main looping with the Narcissus Ave. water main looping project into a single construction project and have also combined the Meisch Rd. / 5 St. water main looping with the 4" St. water main looping into a single construction project as shown above. 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. U N. Katriina Bowman, P.E., CCS Vice President /Associate JAZ6582.00- 2011 \Sanford \WM Looping Projects\WM Looping Proposal to City 02- 22- 12.doc Engineers • Surveyors • Architects (AA26000926) • Planners • Landscape Architects • Environmental Scientists • Construction Management • Design /Build Design, Environmental, Preliminary Opinion of Geotechnical, and Probable Construction Project Name Permitting Cost SR 46 Water Main At Upsala Rd. (PQL 3) and Narcissus Ave. Water Main PQL 5 $28,785 $563,937 Meisch Rd. and 5th St. Water Main (PQL 7) and 4th St. Water Main PQL 14 $33,140 $513,244 Red Cleveland Blvd. Water Main PQL 12 $23,970 $328,160 New Celery Ave. Water Main PQL 15 $21,573 $154,768 Total $107,468 $1,560,109 Since a number of the projects are relatively small in terms of the amount of proposed construction, we have combined the SR 46 water main looping with the Narcissus Ave. water main looping project into a single construction project and have also combined the Meisch Rd. / 5 St. water main looping with the 4" St. water main looping into a single construction project as shown above. 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. U N. Katriina Bowman, P.E., CCS Vice President /Associate JAZ6582.00- 2011 \Sanford \WM Looping Projects\WM Looping Proposal to City 02- 22- 12.doc Engineers • Surveyors • Architects (AA26000926) • Planners • Landscape Architects • Environmental Scientists • Construction Management • Design /Build EXHIBIT A WORK ORDER FORM Work Order Number CPH - 034 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: CCNA Contract Dated: September 12, 2011 Contract/Project Title Water Main Looping Projects Solicitation No: RFQ 10/11 -06 Sanford Project No. DW590120 jPurchase Order No. Consultant/Contractor: CPH Engineers, 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 FIXED FEE BASIS X SCOPE OF SERVICES X TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS X PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 730 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: $107,468.00 Dollar Amount Written Out: One hundred seven thousand four hundred sixty -eight and 00/100 In Witness Whereof, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City as delegated through its City Commission taking action on the 12th day of September, 2011 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: re, Corp ate Officer Signature, Corporate President Peter -Joh � 7atu . utch, Executive Vice President ZS //Z David A. Gierach Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD Signat e, P urchasing Manager w� F. WillianAmith Purchasing Manager, Por#ed Name and Date Signature, ity Clerk or Triplett J'�/� City Clerk, Printed Name and Date Ma r, Printed Name and Date Revised: 1 -6 -2011 Work Order (page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori- zation 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," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they 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 and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY 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 provided however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY METHOD OF COMPENSATION: (i) 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. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. 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. SCOPE OF SERVICES WATER MAIN LOOPING PROJECTS February 22, 2012 CPH Engineers, Inc. Design and Permitting Services BASIC SERVICES OF THE CONSULTANT 1.1 The CONSULTANT agrees to perform professional engineering services in connection with the project as hereinafter stated. 1 7 Th CONS' II TA NT h II n the CITY, nr fll(•[+1l� --I enginee r .& iiie vvi vL- r i Siiaii serve aS ais vii 1 FNSC'iicaaivi c- iyI iccrInJ 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 his services. 1.3 The purpose of the project is to loop potable water main at a number of locations throughout the City in order to reduce water age in the CITY's potable water distribution system. The water main looping is proposed at the following locations as described below and shown on the aerial maps contained in Attachment A: SR 46 Water Main (PQL 3) At this location, approximately 1100 -ft of new 10" water main is proposed on the south side of SR 46 from Upsala Rd. to the east, connecting to the existing 8" water main that is located west of Central Park Drive. Narcissus Ave. Water Main (PQL 5) At this location, approximately 1500 -ft of new 10" water main is proposed along the north side of Narcissus Avenue from 100 -ft east of North Kennel Road west to North White Cedar Road. Meisch Rd. and 5th St. Water Main (PQL 7) At this location, approximately 2630 -ft of new 8" water main is proposed along the west side of Meisch Rd. from St. Johns Parkway north to West 5th St., then west along the south side of West 5th St. to Aero Lane. Red Cleveland Blvd. Water Main (PQL 12) At this location, approximately 4100 -ft of new 8" water main is proposed along the west side of Red Cleveland Boulevard from 100 -ft north of Marquette Avenue north along the west side of Red Cleveland Boulevard to the existing water main that is east of the Airport Terminal. Scope of Services - WM Looping - 02- 22- 12.doc Page 1 of 5 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services February 22, 2012 E. 4 th St. Water Main (PQL 14) At this location, approximately 1300 -ft of new 8" water main is proposed from Casa Marina PI. SW through Tract A between Lots 34 and 35, Celery Key and then NW around retention pond to May River Ct., and then along the east side of May River Ct. to E. 4th St. New Celery Ave. Water Main (PQL 15) At this location, approximately 1960 -ft of new 8" water main is proposed along the west side of new Celery Ave. between SR 415 and existing Celery Ave. The new water main in this location is proposed to be constructed after FnnT completes the construction of new Celery Ave. as part of the SR 415 widening project. 2.1 Task 1 - Design and Permitting Services 2.1.1 The surveying of the water main looping projects is not included in this Scope of Services. The CONSULTANT shall field review the route using the completed survey provided by the CITY to assess construction areas, and proposed new water main location. 2.1.2 The CONSULTANT shall hire a geotechnical consultant to drill 1 -4 soil borings per water main looping project location. The number of soil borings per location are as follows: SR 46 Water Main (PQL 3) - two 15 -ft SPT borings; Narcissus Ave. Water Main (PQL 5) - two 6 -ft auger borings; Meisch Rd. and 5th St. Water Main (PQL 7) - three 6 -ft auger borings; , Red Cleveland Blvd. Water Main (PQL 12) - four 8 -ft auger borings; E. 4th St. Water Main (PQL 14) - one 8 -ft auger boring. No borings are proposed along New Celery Ave. (PQL 15) since the road construction which includes clearing and grading has not yet occurred. The results of the geotechnical exploration will be presented in a geotechnical engineering report, which will address the following items: Existing site conditions Exploration, testing, and sampling methods Subsurface soil conditions encountered and soil classifications Depth to groundwater at the time of the exploration and estimated seasonal high groundwater levels; Pipeline design recommendations, including excavation and fill recommendations and pertinent soil parameters, and whether the existing soils are suitable for use during construction for bedding and backfilling; Construction recommendations (site preparation, use of unsuitable soils, dewatering, bedding, backfill) will also be included in the report. Scope of Services - WM Looping - 02- 22- 12.doc Page 2 of 5 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services February 22, 2012 2.1.3 The CONSULTANT shall prepare preliminary plans consisting of a plan view of the proposed water main, plus proposed valves, connection points and proposed hydrant locations, and prepare a Preliminary Opinion of Probable Construction Cost (POPCC) for each water main looping project. Since a number of the water main looping projects are relatively small in terms of the amount of proposed construction, the SR 46 water main looping will be combined with the Narcissus Ave. water main looping project into a single construction project and the Meisch Rd. / 5th St. water main looping will be combined with the 4th St. water main looping into a single construction project. 2.1.4 The CONSULTANT shall meet with the CITY to review the preliminary drawings and POPCC, and shall revise the plans based on CITY review. 2.1.5 The CONSULTANT shall prepare construction plans that will be approximately 90% complete. The construction plans to be prepared under this Scope of Services include SR 46 Water Main (1100 linear feet route) and Narcissus Ave Water Main (1500 linear feet route) Cover Sheet Summary of Quantities Key Sheet General Notes Sheet Plan and Profile - SR 46 (2 Sheets, 1" = 20' Scale) Plan and Profile - Narcissus Ave. (3 Sheets, 1" = 20' Scale) Utility Details Meisch Rd. / 5th St. Water Main (2630 linear feet route) and E. 4 th St. Water Main (1300 linear feet route) Cover Sheet Summary of Quantities Key Sheet General Notes Sheet Plan and Profile - Meisch Rd. / 5 th St. (5 Sheets, 1" = 20' Scale) Plan and Profile - E. 4 St. (2 Sheets, 1" = 20' Scale) Utility Details Red Cleveland Blvd (4100 linear feet route) Cover Sheet Summary of Quantities Scope of Services - WM Looping - 02 -22 -12 doc Page 3 of 5 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services February 22, 2012 Key Sheet General Notes Sheet Plan and Profile (7 Sheets, 1" = 20' Scale) Utility Details New Celery Ave (2000 linear feet route) Cover Sheet Summary of Quantities Key Sheet General Notes Sheet Plan and Profile (4 Chectc 1 " = 20' Sale) Utility Details Note: The New Celery Ave. Water Main looping cannot occur until after FDOT constructs New Celery Ave., which is anticipated to be complete in 2014. 2.1.6 For each water main looping project identified in 2.1.5, the CONSULTANT shall prepare a Project Manual consisting of Technical Specifications and front end bidding documents and update the POPCC by preparing an Opinion of Probable Construction Cost (OPCC). 2.1.7 For each water main looping project identified in 2.1.5, the CONSULTANT shall submit three (3) sets of the 90% plans, Project Manual, and the OPCC to the CITY, and shall meet with the CITY to review the plans, Project Manual, and OPCC and shall make revisions based on CITY review. 2.1.8 For each water main looping project that has work proposed in Seminole County RAN the CONSULTANT shall meet with the Seminole Co. R/W Coordinator to review the proposed construction. 2.1.9 For each water main looping project, the CONSULTANT shall fill out and submit the permit applications and plans to the Florida Department of Environmental Protection (FDEP), Florida Department of Transportation (FDOT), and Seminole County, as applicable. Included in this cost is the FDEP permit application fee ($650) per water main looping project, which will be paid to FDEP by the CONSULTANT on behalf of the CITY. 2.1.10 For each water main looping project, the CONSULTANT shall revise the plans, specifications, Project Manual and OPCC based on CITY, County, FDEP, and FDOT comments, submit three (3) copies of the plans and OPCC to the CITY, assist the CITY during the Bid Phase of the project consisting of Scope of Services - WM Looping - 02- 22- 12.doc Page 4 of 5 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services February 22, 2012 preparing written responses to bidder questions forwarded by the CITY; issuing to the CITY clarifications as needed to clarify the design; and preparing draft addenda items for the CITY's use. 2.1.11 For each water main looping project, the CONSULTANT shall prepare conformed documents and distribute up to 10 sets of the conformed Contract Documents for the Contractor and CITY use during construction. Not Included The following related services are not included in the Scope of Services, and are not anticipated to be required, but can be provided at a later date at an additional fee, upon approval of the CITY: 1. Boundary Survey 2. Topographic Survey 3. ALTA/ACSM Land Title Survey 4. Survey of Ordinary High Water /Mean High Water 5. Construction Layout 6. Underground Utility Designation /Location 7. Construction Phase Services Scope of Services - WM Looping - 02- 22- 12.doc Page 5 of 5 Attachment A Aerial Maps 1 inc!'. - 5 fC•--t I inch = 500 feet Project No. S06101 I inch = 500 feet Project No. S06101 i inch - 500 feet i inch; 500 feet Project No. S06101 Legend (Note: not all Items are shown on map) ■ENE01 Piping Improvement =1or-m PQ, Water Quality (Abandoned) ■ossmi PQL, Water Quality Loops (Proposed New Main) A Private Active Wells ® Private SepticTanks SanfordWTP City Active Wells Water Lines ' Service Area City Limit - —,_ . N v v CABANA VIEW WAY r r, !�4 " p xCORAL�REEF,!CT r te! . , Q O 1 inch = 500 feet ri Ui MARATHON LN el $r J ,w O & HAVENZ I' - KEY R z o p at N U � w CELERY AVE Q p ` J W J W rl v iw ?awl NATION_RD z 1 inch = 500 feet Project No. S06101 ri Ui MARATHON LN el ,w O & HAVENZ I' - KEY R z o � w CELERY AVE Q p ` J W J W Project No. S06101 a 0 N I 11 1 RM X fCs�9 Item No. _0 Sl o CITY COMMISSION MEMORANDUM 12.7 & MARCH 1 2, 2012 AGENDA 111 TO: Honorable Mayor and Members of the City Commission PREPARED BY: Paul Moore, Utility Director SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager S UBJECT: Water Main Pipe Looping SYNOPSIS: Approval of CPH Engineers, Inc. (CPH) scope of services to design water main looping in order to improve water age throughout the City's potable water distribution system is requested. FISCA STATEMENT: The cost of CPH's proposal is $107,468. Funds are available from the State SRF loan. BACKGROUND: The Water Facilities Plan was updated and approved by the City Commission in April 2009. Under this plan, the City identified an estimated total of $ 17,787,499 needed on pipe rehabilitation projects. The scope of work proposed by CPH will provide technical and engineering services for water main looping for the water quality improvement project. CPH is currently under a CNNA Master Contract to provide engineering services to City. LEGAL REVIEW: W RECOMMENDATION: It is staff's recommendation that the City Commission approve the Work Order to obtain the identified services from CPH Engineers, Inc. in the amount of $107,468. SUGGESTED MOTION: "I move to approve the Work Order to CPH Engineers, Inc. in the amount of $107,486 to obtain the identified Services applicable to Water Main Looping Project." Attachment: CPH Engineering, Inc. Work Order and Scope of Services Page 1 of 2 MOORE, PAUL From: Smith, Bill Sent: Tuesday, February 28, 2012 8:49 AM To: Lindsay, Cynthia; MOORE, PAUL Cc: HERNANDEZ, MIGDALIA Subject: RE: Agenda memo March 12, 2012 Paul, this confirms that I have reviewed subject Agenda Item and recommend submission as written. Thank you, F. William "Bill" Smith, Purchasing Manager City of Sanford P.O. Box 1788 Sanford, FL 32772 Please note change in telephone and FAX numbers: Tel: 407.688.5028 Fax: 407.688.5021 From: Lindsay, Cynthia Sent: Tuesday, February 28, 2012 8:45 AM To: MOORE, PAUL; Smith, Bill Cc: HERNANDEZ, MIGDALIA Subject: RE: Agenda memo March 12, 2012 Paul, This is good. From: MOORE, PAUL Sent: Monday, February 27, 2012 3:11 PM To: Smith, Bill; Lindsay, Cynthia Cc: HERNANDEZ, MIGDALIA Subject: FW: Agenda memo March 12, 2012 Cindy and Bill - Attached is a draft City Commission Agenda concerning a CPH engineering proposal. If you have any comments please let me know. If it looks fine please send an email saying that too. When I give Jan the final version I need an email from you both saying that you reviewed it. Thanks. From: PARRISH, ALTHEA Sent: Monday, February 27, 2012 2:58 PM To: MOORE, PAUL Subject: Agenda memo March 12, 2012 Althea Parrish 2/28/2012 Page 1 of 1 MOORE, PAUL From: Lindsay, Cynthia Sent: Tuesday, February 28, 2012 8:45 AM To: MOORE, PAUL; Smith, Bill Cc: HERNANDEZ, MIGDALIA Subject: RE: Agenda memo March 12, 2012 Paul, This is good. From: MOORE, PAUL Sent: Monday, February 27, 2012 3:11 PM To: Smith, Bill; Lindsay, Cynthia Cc: HERNANDEZ, MIGDALIA Subject: FW: Agenda memo March 12, 2012 Cindy and Bill - Attached is a draft City Commission Agenda concerning a CPH engineering proposal. If you have any comments please let me know. If it looks fine please send an email saying that too. When I give Jan the final version I need an email from you both saying that you reviewed it. Thanks. From: PARRISH, ALT' -A Sent: Monday, FebrU To: MOORE, PAUL Subject: Agenda me Althea Parrish Utility Coordinate City of Sanford New Phone & Fa. 407 - 688 -5107 (oi 407 - 688 -5091 (fa 2/28/2012