1482* CPH Upsala Rd Utility RelocationsPURCHASING DEPARTMENT
T RANSMITTA L MEMO RANDUM
To: City Clerk
RE CPH- Upsala Rd Utility Relocations- Design Permitting and Construction Phase Services
CPH WO No. CPH 035 for $42,684
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
❑ Mayor's signature
❑ �e
Safe keeping (Vault
Deputy ity anager
❑ Payment Bond
El City City Manager Signature
® City Clerk Attest/Signature
-.- -0n complet , please:
C— A� Return ginals to Purchasing
urn copies
r AAX - at . e ,01It
Special Instructions:
s4e- l�eepirrg- l
C C' Ap prov -4!
Mari sol Ordonez
L- Fro
Date
TADept_ forms \City Clerk Transmittal Memo - 2009.doc
EXHIBIT A
WORK ORDER FORM
Work Order Number CPH -035
CITY OF SANFORD FLORIDA
Master Agreement/Contract Number: CCNA
Dated: 9/12/2011
Contract/Project Title Upsala Rd. Utility Relocations
Solicitation No: RFQ 10/11 -06
Sanford Project No.
Purchase Order No.
Consultant/Contractor:
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
X
PRICING IINFORMATION
UNIT PRICE BASIS -NOT TO EXCEED AMOUNT
WO TERMS AND CONDITIONS
TIME FOR COMPLETION: 365 Days of the effective date to 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: $42,684.00
Dollar Amount Written Out: Forty -two thousand six hundred eighty -four 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 Manager 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:
If
Signature, Corporate Officer Signature, President
Linda M. Gardner, Sec/Treasurer David A. Gierach, P.E., President
Corporate Officer Printed Name, Title and Date Printed Name, Title and Date
CITY O;NFO
a u rchasing Manager
F. William Smith
Purchasing Manager, Printed Name and Date
Signature ity Cl erW City Mana r
�� �o / • ' A ey44 = Norton N. Bonaparte, Jr.
City Clerk, Priht6d Name Date City Manager, 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.
WORK ORDER TERMS AND CONDITIONS
1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor 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 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
March 15, 2012
Mr. Paul Moore, P.E.
Utility Director
City of Sanford Utility Dept.
P.O. Box 1788
Sanford, Florida 32772
Re: Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart -Smith Canal)
Design, Permitting, and Construction Phase Services
CPH Project No. Z6582.00
Dear Paul:
500 West Fulton Street
Sanford, Florida 32771
P.O. Box 2808
Sanford, Florida 32772 -2808
Phone: 407.322.6841
Fax: 407.330.0639
www.cphengineers.com
We are pleased to present this proposal for the relocation of City owned force main, reclaimed water
main, and potable water main along Upsala Rd. between St. Johns Parkway and the Lockhart-Smith
Canal as required in order to accommodate construction by Seminole County. We propose to
provide the services outlined in the attached Scope as follows and attached Work Order:
Task No.
Description
Total Fee
1
Design and Permitting Services
$20,849.00
2
Construction Phase Services
$21,835.00
Total $42,684.00
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.
N. Katriina Bowman, P.E., CCS
Vice President/Associate
Upsala Rd. Utility Relocations Proposal to City 03 -1 S12.doc
Engineers • Surveyors • Architects (AA26000926) • Planners • Landscape Architects • Environmental Scientists • Construction Management • Design /Build
SCOPE OF SERVICES
UPSALA RD. UTILITY RELOCATIONS
(St. Johns Parkway to Lockhart-Smith Canal)
March 15, 2012
CPH Engineers, Inc.
Design, Permitting, and Construction Phase Services
BASIC SERVICES OF THE CONSULTANT
1.1 The CONSULTANT agrees to perform professional engineering services in
connection with the project as hereinafter stated.
1.2 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 his services.
1.3 The purpose of the project is to relocate CITY owned force main, reclaimed
water main, and potable water main along Upsala Rd. between St. Johns
Parkway and the Lockhart-Smith Canal as required in order to accommodate
construction of new 42" storm sewer pipeline and inlets that will be
constructed by Seminole County to alleviate localized flooding.
2.1 Task 1 - Design and Permitting Services
2.1.1 The CONSULTANT shall field review the route and survey provided by the
County to assess construction areas.
2.1.2 The CONSULTANT shall prepare preliminary plans consisting of a plan view
of the proposed utility relocations, plus proposed valves and connection
points and shall prepare a Preliminary Opinion of Probable Construction Cost
(POPCC).
2.1.3 The CONSULTANT shall meet with the CITY to review the preliminary
drawings and POPCC, and shall revise the plans based on CITY review.
2.1.4 The CONSULTANT shall prepare construction plans (1140 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
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 1 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
Survey Sheets (Using Survey Provided by the County)
Key Sheet and General Notes
Plan and Profile (3 Sheets, 1" = 20' Scale)
Utility Details
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).
2.1.6 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.
2.1.7 The CONSULTANT shall meet with the Seminole Co. R/W Coordinator to
review the proposed construction.
2.1.8 The CONSULTANT shall fill out and submit the permit applications and plans
to the Florida Department of Environmental Protection (FDEP), and Seminole
County. Included in this cost is the FDEP permit application fee ($250), which
will be paid to FDEP by the CONSULTANT on behalf of the CITY.
2.1.9 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 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.
2.1.10 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.
2.3 Task 3 - Construction Phase Services
2.3.1 The CONSULTANT shall prepare the agenda, coordinate and attend the
preconstruction meeting, and issue meeting notes.
2.3.2 The CONSULTANT shall attend Progress Meetings during construction. This
Scope is based on attending at total of 2 Progress Meetings. Note it is
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 2 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart -Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
anticipated the overall field construction shall take approximately eight (8)
weeks, and the overall construction Contract Time will be approximately
twelve (12) weeks between the Notice to Proceed and construction closeout.
2.3.3 The CONSULTANT shall review and approve shop drawings, catalog data,
diagrams, illustrations, schedules, samples, test and inspection results and
other data the Contractor is required to submit, but only as to conformance
with the overall design concept of the project and compliance with the Plans,
Specifications, and other Contract Documents.
2.3.4 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 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. Such
recommendations shall constitute representations to the CITY, that are
expressions of the CONSULTANT's opinion, based on CONSULTANT's
observations and review as well as input from the CITY, that the work has
substantially progressed to the point indicated and that, to the best of the
CONSULTANT's knowledge, information and belief, the quality of the work is
in accordance with the Contract Documents (subject to an evaluation of the
work as a functioning project upon Substantial Completion and to the results
of any subsequent tests called for in the Contract Documents and to any
qualifications specifically stated in the CONSULTANT's approval). By
recommending an application for payment, the CONSULTANT shall not be
deemed to have represented that the CONSULTANT has made any
examination to determine how and for what purposes the Contractor has used
the monies paid on account of the Contract Price, or that title to any of the
Contractor's work, materials, or equipment has passed to the CITY free and
clear of any liens, claims, security interests or encumbrances. Such
representations shall at no time be considered as a legal obligation of the
CONSULTANT. However, the CONSULTANT shall provide guidance to the
CITY and evaluate applications for payment based upon generally acceptable
practices and principles.
2.3.5 The CONSULTANT shall provide construction administration services during
construction, which includes the following: responding to requests for
additional information from either the CITY or the Contractor and preparing
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 3 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
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 the CITY or the Contractor; reviewing the Contractor's
schedule on a monthly basis and providing written comments to the CITY and
Contractor on the schedule status as needed; reviewing requests for changes
to the Contract Time or Contract Price and making recommendations to the
CITY; preparing Work Directive Change and Change Orders and making
recommendation to the CITY on such changes; and making minor revisions to
the Construction drawings or specifications as needed in conjunction with
field changes reviewed by the CITY and the Contractor. The CONSULTANT
will not be required to make exhaustive or continuous on -site observations as
to the quality or quantity of completed work; the CONSULTANT will not be
responsible for the construction means, methods, techniques, sequences, or
procedures or the safety precautions incidental thereto. The CONSULTANT's
efforts will be directed toward providing assurance to the CITY that the
completed project will substantially conform to the Contract, plans, and
specifications, but the CONSULTANT will not be responsible for the
Contractor's failure to perform the construction work in accordance with said
documents unless the CONSULTANT should have observed and reported
such matters to the CITY. The CONSULTANT shall keep the CITY informed
as to the progress of the work to guard the CITY against defects and
discrepancies and coordinate with the CITY and the Contractor as to
disapproving or rejecting work which fails to meet the project plans,
specifications or other Contract Documents.
2.3.6 Throughout construction, the CONSULTANT shall provide inspection services
which amount to approximately 5 hours per week for 8 weeks during
construction. The CONSULTANT shall observe work during execution to
observe construction methods and techniques, and shall selectively observe
delivered materials on -site or at their source (not including materials testing)
as to compliance with the Contract Documents. Neither full -time observation
at any work site nor observation of all work sites while Contractor is working is
anticipated as necessary by the CONSULTANT. If it is determined that, due
to construction progress (or lack thereof) or other related matters that
additional time and cost or other changes than enumerated in this scope of
services are required to adequately address the construction inspection or
administration items; then the CONSULTANT shall bring this situation to the
CITY's attention and shall furnish services as may be agreed upon per a
negotiated change in the authorized fee. The CITY will provide inspection
services that will supplement the inspection conducted by the CONSULTANT,
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 4 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart -Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
as determined by the CITY to be within its resources, but the CONSULTANT
shall primarily inspect the work of the Contractor. Through on -site
observations of the work in progress and field checks of installed work,
materials and equipment, the CONSULTANT shall provide further protection
for the CITY against defects and deficiencies in the work, but this inspection
and observation work shall not make the CONSULTANT responsible to find
or note all discrepancies in the work nor for the Contractor's failure to perform
the construction work in accordance with the plans, specifications or other
contract documents unless the CONSULTANT should have reasonably found
or noted such matters.
2.3.7 The CONSULTANT shall, in conjunction with other CITY representatives
conduct punch list and final inspections of the in -place work to determine if
the work is completed substantially in accordance with the plans,
specifications and other contract documents. These inspections shall form
the basis for the CONSULTANT's review and recommendation for payment
on the Contractor's final pay request.
2.3.8 The CONSULTANT shall review Contractor provided record drawings and
other as -built data for installed facilities and bring any apparent discrepancies
between the as -built conditions and the design conditions to the attention of
the CITY. The CONSULTANT shall coordinate with the Contractor regarding
provision of the construction record drawings prior to final on -site inspections
and punch list preparation. The CONSULTANT shall also prepare and
furnish to the CITY three signed and sealed sets of record drawings and one
electronic copy (PDF or ACAD format) of the record drawings showing those
changes made during the construction based on the data noted above.
2.3.9 The CONSULTANT shall prepare statements of completion (qualified if
necessary) certifying completion of the work, and submit statements in
accordance with the Contract Documents, regulatory agencies and CITY
requirements.
2.3.10 Geotechnical testing, or other construction related testing, serving as the
CITY's construction quality control, is assumed to be unnecessary and is not
included. If it is later determined these services are necessary, the work shall
be conducted as an additional service and a separate fee.
2.3.11 The CONSULTANT recognizes its obligation to report to the CITY all design
errors or omissions that may be discovered during construction.
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 5 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
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. ALTA/ACSM Land Title Survey
3. Geotechnical subconsultant services
4. Survey of Ordinary High Water /Mean High Water
5. Environmental wetlands / ecological services
6. Construction Layout
7. Underground Utility Designation /Location
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 6 of 6
SCOPE OF SERVICES
UPSALA RD. UTILITY RELOCATIONS
(St. Johns Parkway to Lockhart -Smith Canal)
March 15, 2012
CPH Engineers, Inc.
Design, Permitting, and Construction Phase Services
BASIC SERVICES OF THE CONSULTANT
1.1 The CONSULTANT agrees to perform professional engineering services in
connection with the project as hereinafter stated.
1.2 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 his services.
1.3 The purpose of the project is to relocate CITY owned force main, reclaimed
water main, and potable water main along Upsala Rd. between St. Johns
Parkway and the Lockhart-Smith Canal as required in order to accommodate
construction of new 42" storm sewer pipeline and inlets that will be
constructed by Seminole County to alleviate localized flooding.
2.1 Task 1 - Design and Permitting Services
2.1.1 The CONSULTANT shall field review the route and survey provided by the
County to assess construction areas.
2.1.2 The CONSULTANT shall prepare preliminary plans consisting of a plan view
of the proposed utility relocations, plus proposed valves and connection
points and shall prepare a Preliminary Opinion of Probable Construction Cost
(POPCC).
2.1.3 The CONSULTANT shall meet with the CITY to review the preliminary
drawings and POPCC, and shall revise the plans based on CITY review.
2.1.4 The CONSULTANT shall prepare construction plans (1140 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
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 1 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
Survey Sheets (Using Survey Provided by the County)
Key Sheet and General Notes
Plan and Profile (3 Sheets, 1" = 20' Scale)
Utility Details
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).
2.1.6 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.
2.1.7 The CONSULTANT shall meet with the Seminole Co. RM Coordinator to
review the proposed construction.
2.1.8 The CONSULTANT shall fill out and submit the permit applications and plans
to the Florida Department of Environmental Protection (FDEP), and Seminole
County. Included in this cost is the FDEP permit application fee ($250), which
will be paid to FDEP by the CONSULTANT on behalf of the CITY.
2.1.9 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 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.
2.1.10 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.
2.3 Task 3 - Construction Phase Services
2.3.1 The CONSULTANT shall prepare the agenda, coordinate and attend the
preconstruction meeting, and issue meeting notes.
2.3.2 The CONSULTANT shall attend Progress Meetings during construction. This
Scope is based on attending at total of 2 Progress Meetings. Note it is
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 2 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
anticipated the overall field construction shall take approximately eight (8)
weeks, and the overall construction Contract Time will be approximately
twelve (12) weeks between the Notice to Proceed and construction closeout.
2.3.3 The CONSULTANT shall review and approve shop drawings, catalog data,
diagrams, illustrations, schedules, samples, test and inspection results and
other data the Contractor is required to submit, but only as to conformance
with the overall design concept of the project and compliance with the Plans,
Specifications, and other Contract Documents.
2.3.4 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 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. Such
recommendations shall constitute representations to the CITY, that are
expressions of the CONSULTANT's opinion, based on CONSULTANT's
observations and review as well as input from the CITY, that the work has
substantially progressed to the point indicated and that, to the best of the
CONSULTANT's knowledge, information and belief, the quality of the work is
in accordance with the Contract Documents (subject to an evaluation of the
work as a functioning project upon Substantial Completion and to the results
of any subsequent tests called for in the Contract Documents and to any
qualifications specifically stated in the CONSULTANT's approval). By
recommending an application for payment, the CONSULTANT shall not be
deemed to have represented that the CONSULTANT has made any
examination to determine how and for what purposes the Contractor has used
the monies paid on account of the Contract Price, or that title to any of the
Contractor's work, materials, or equipment has passed to the CITY free and
clear of any liens, claims, security interests or encumbrances. Such
representations shall at no time be considered as a legal obligation of the
CONSULTANT. However, the CONSULTANT shall provide guidance to the
CITY and evaluate applications for payment based upon generally acceptable
practices and principles.
2.3.5 The CONSULTANT shall provide construction administration services during
construction, which includes the following: responding to requests for
additional information from either the CITY or the Contractor and preparing
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 3 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
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 the CITY or the Contractor; reviewing the Contractor's
schedule on a monthly basis and providing written comments to the CITY and
Contractor on the schedule status as needed; reviewing requests for changes
to the Contract Time or Contract Price and making recommendations to the
CITY; preparing Work Directive Change and Change Orders and making
recommendation to the CITY on such changes; and making minor revisions to
the Construction drawings or specifications as needed in conjunction with
field changes reviewed by the CITY and the Contractor. The CONSULTANT
will not be required to make exhaustive or continuous on -site observations as
to the quality or quantity of completed work; the CONSULTANT will not be
responsible for the construction means, methods, techniques, sequences, or
procedures or the safety precautions incidental thereto. The CONSULTANT's
efforts will be directed toward providing assurance to the CITY that the
completed project will substantially conform to the Contract, plans, and
specifications, but the CONSULTANT will not be responsible for the
Contractor's failure to perform the construction work in accordance with said
documents unless the CONSULTANT should have observed and reported
such matters to the CITY. The CONSULTANT shall keep the CITY informed
as to the progress of the work to guard the CITY against defects and
discrepancies and coordinate with the CITY and the Contractor as to
disapproving or rejecting work which fails to meet the project plans,
specifications or other Contract Documents.
2.3.6 Throughout construction, the CONSULTANT shall provide inspection services
which amount to approximately 5 hours per week for 8 weeks during
construction. The CONSULTANT shall observe work during execution to
observe construction methods and techniques, and shall selectively observe
delivered materials on -site or at their source (not including materials testing)
as to compliance with the Contract Documents. Neither full -time observation
at any work site nor observation of all work sites while Contractor is working is
anticipated as necessary by the CONSULTANT. If it is determined that, due
to construction progress (or lack thereof) or other related matters that
additional time and cost or other changes than enumerated in this scope of
services are required to adequately address the construction inspection or
administration items; then the CONSULTANT shall bring this situation to the
CITY's attention and shall furnish services as may be agreed upon per a
negotiated change in the authorized fee. The CITY will provide inspection
services that will supplement the inspection conducted by the CONSULTANT,
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 4of6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
as determined by the CITY to be within its resources, but the CONSULTANT
shall primarily inspect the work of the Contractor. Through on -site
observations of the work in progress and field checks of installed work,
materials and equipment, the CONSULTANT shall provide further protection
for the CITY against defects and deficiencies in the work, but this inspection
and observation work shall not make the CONSULTANT responsible to find
or note all discrepancies in the work nor for the Contractor's failure to perform
the construction work in accordance with the plans, specifications or other
contract documents unless the CONSULTANT should have reasonably found
or noted such matters.
2.3.7 The CONSULTANT shall, in conjunction with other CITY representatives
conduct punch list and final inspections of the in -place work to determine if
the work is completed substantially in accordance with the plans,
specifications and other contract documents. These inspections shall form
the basis for the CONSULTANT's review and recommendation for payment
on the Contractor's final pay request.
2.3.8 The CONSULTANT shall review Contractor provided record drawings and
other as -built data for installed facilities and bring any apparent discrepancies
between the as -built conditions and the design conditions to the attention of
the CITY. The CONSULTANT shall coordinate with the Contractor regarding
provision of the construction record drawings prior to final on -site inspections
and punch list preparation. The CONSULTANT shall also prepare and
furnish to the CITY three signed and sealed sets of record drawings and one
electronic copy (PDF or ACAD format) of the record drawings showing those
changes made during the construction based on the data noted above.
2.3.9 The CONSULTANT shall prepare statements of completion (qualified if
necessary) certifying completion of the work, and submit statements in
accordance with the Contract Documents, regulatory agencies and CITY
requirements.
2.3.10 Geotechnical testing, or other construction related testing, serving as the
CITY's construction quality control, is assumed to be unnecessary and is not
included. If it is later determined these services are necessary, the work shall
be conducted as an additional service and a separate fee.
2.3.11 The CONSULTANT recognizes its obligation to report to the CITY all design
errors or omissions that may be discovered during construction.
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 5 of 6
SCOPE OF SERVICES
Upsala Rd. Utility Relocations
(St. Johns Parkway to Lockhart-Smith Canal)
Design, Permitting, and Construction Phase Services
March 15, 2012
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. ALTA/ACSM Land Title Survey
3. Geotechnical subconsultant services
4. Survey of Ordinary High Water /Mean High Water
5. Environmental wetlands / ecological services
6. Construction Layout
7. Underground Utility Designation /Location
Scope of Services - Upsala Rd. Utility Relocations 03- 15- 12.doc
Page 6 of 6