Loading...
1499* CPH Engineers PO 33133 CEI Services- Thursday, November 01, 2012 PURCHASING DEPARTMENT T RANSMITTA L MEMORANDUM To: City Clerk and Mayor RE CPH Engineers Inc PO 33133 and Work Order No. 44 Looping Project CEI Services The item(s) noted below is /are attached and forwarded to your office for the following action(s): `T ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering v ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager �/- ( - F 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 KeepiW_ Marisol Ordonez From Date T:\Dept_ forms \City Clerk Transmittal Memo - 2009.doc DATE: 10/31/12 PURCHASE ORDER PO NUMBER 033133 PURCHASING OFFICE: 407.888.6030 ACCOUNTS PAYABLE: 407.888.8020 FACSIMILE: 407.688.6021 VENDOR NO.: 219 TO: CPH ENGINEERS, INC 500 WEST FULTON ST P.O. BOX 2808 SANFORD, FL 32772 -2808 CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012821881 C =8 SUBMIT INVOICES TO; ACCOUNTS PAYABLE FINANCE DEPT, P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION N0. REQUISITION NO. UNLESS OTHERWISE INDICATED 63491 09/30/13 NET /30 ACCOUNT NO.- 452 - 4530 - 536.63 -03 PROJECT NO .: DW1104 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 SR 46, NARCISSUS AVE, MEISCH RD & 83755.00 NA 1.00 83755.00 5TH ST, 4TH ST RED CLEVELAND; CPH PROJECT NO. Z6582 WATER MAIN LOOPING PROJECTS CEI SERVICES, SUB TOTAL 83755.00 TO L 83755.00 APPROVED BY: ai*�4. -'. � '��oc I PURCHASING AGENT APPROVED BY: - CITY MANA ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER, T141 VENDOR IS RESPONSI @LE TO 9WFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHAft OR @ER AND AT HTTP:// WWW. SANFORDFL. GOVIDEPARTMENTSIPURCHASEITERMS .HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING EXHIBIT A WORK ORDER FORM Work Order Number CPH -44 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: CCNA Contract Dated: September 12, 2011 Contract/Project Title Water Main Looping Projects Construction Phase Services Solicitation No: RFQ 10/11 -06 Sanford Project No. DWS90120 I Purchase 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: 548 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: $83,755.00 Dollar Amount Written Out: Eighty -three thousand seven hundred fifty -five 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. CONS U LTANT /CONTRACTOR ATTEST: EXECUTION: 1 Signature, Corporate Officer Signature, Corporate President q 'I L I "12- q r I 2 Linda M. Gardner, Sec/Treasurer David A. Gierach Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD Signature, Purchasing Manager F. William Smith Purchasing Manager, Print 6d Name and Date Signature, CWy Clerk Vayiett City Clerk, i ted Na0he and Date Mayor, 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 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 �) - -Q WS RM _1877 `Z Item No. CITY COMMISSION MEMORANDUM 12-161.D OCTOBER 22, 2012 AGE NDA TO: Honorable Mayor and Members of the City Commission PREPARED BY Paul Moore, Utility Director SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Engineering Services during Construction Water Main Looping Project SYNOPSIS: 6 „ ,l P `d/ Approval of engineering services during construction for a water main looping project is requested. FISCALJSTAFF'ING STATEMENT: The cost of the engineering services by the consultant, CPH Engineers, is $83,755.00. Funding will come from the FDEP loan/grant program. BACKGROUND: On March 12, 2012, the City Commission approved the design by CPH Engineers of a water line looping project. The information from this design was used to produce the bid package for the construction improvements. There is a need for engineering services during construction. Attached is a scope of services for this engineering work from CPH Engineers. The cost is $83,755:00. LEG REvIEw: N/A RECOMMENDATION: It is staffs recommendation to approve the Work Order to CPH Engineers in the amount of $83,755.00 for engineering services during construction of the water main looping project. SUGGESTED MOTION: "I move to approve the Work Order to CPH Engineers in the amount of $83,755.00." Attachment: CPH Scope of Services and Work Order September 12, 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 - CEI Services CPH Project No. Z6582 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 wzuzo. cplzengineers. corn We are pleased to present the attached proposal for the construction phase services for the construction of new potable water transmission main at five locations throughout the City in order to complete looping of the water distribution system. The water main looping projects are 1) SR 46 Water Main (PQL 3); 2) Narcissus Ave. Water Main (PQL 5); 3) Meisch Rd. and 5th St. Water Main (PQL 7); 4) Red Cleveland Blvd. Water Main (PQL 12); and 5) 4th St. Water Main (PQL 14). We propose to provide the services outlined in the attached Scope for a total fee of $83,755. 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. Katriin Bowman, P.E., CCS Vice President/Associate JAZ6582- 2012\Sanford \WM Looping Projects \WM Looping CEI Proposal to City 09- 12- 12.doc SCOPE OF SERVICES WATER MAIN LOOPING PROJECTS September 12, 2012 CPH Engineers, Inc. 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 construct new potable water transmission main at five locations throughout the City in order to complete looping of the water distribution system. The water main looping projects are: SR 46 Water Main (PQL 3) Construction of approximately 880 -ft of new 10" water main along the south side of SR 46 from Upsala Rd. to the east, connecting to existing City of Sanford water main located east of Upsala Rd. 2. Narcissus Ave. Water Main (PQL 5) Construction of approximately 1500 -ft of new 10" water main along the south side of Narcissus Ave. between N. Kennel Rd. and N. White Cedar Rd. 3. Meisch Rd. and 5th St. Water Main (PQL 7) Construction of approximately 2490 -ft of new 8" water main along the south side of 5th St. between Aero Lane and Meisch Rd., and along the west side of Meisch Rd. between 5th St. and St. Johns Parkway. 4. Red Cleveland Blvd. Water Main (PQL 12) Construction of approximately 3980 -ft of new water main along the west side of Red Cleveland Blvd. and Control Tower Rd. between Marquette Ave. and the existing water main located approx. 1000 -ft north of Airport Blvd., east of the Orlando Sanford International Airport terminal. Scope of Services - WM Looping CEI - 09- 12- 12.doc Page 1 of 6 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services September 12, 2012 5. 4th St. Water Main (PQL 14 Construction of approximately 1300 -ft of new 6 " -8" water main along the south side of 4th St. from Crescent Blvd. extending east to unopened R/W (May River Ct.) and then south along the unopened RAN to the Celery Key subdivision, connecting to existing 6" water main located on Casa Marina PI. 2.1 Task 1 - Construction Phase Services 2.1.1 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. 2.1.2 The CONSULTANT shall prepare the agenda, coordinate and attend the preconstruction meeting, and issue meeting notes. 2.1.3 The CONSULTANT shall attend Monthly Progress Meetings during construction between the start of Field Work and Substantial Completion (Up to 10 Meetings). The CONSULTANT will also prepare meeting agendas, and issue meeting notes. Note it is anticipated the overall field construction shall take approximately forty -two (42) weeks, and the overall construction Contract Time will be approximately forty -eight (48) weeks between the Notice to Proceed and construction closeout. 2.1.4 The CONSULTANT shall check 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. The CONSULTANT shall coordinate with the CITY on distribution of submittals and compilation of the submittal review comments of all parties, distribute reviewed submittals (including comments) to the Contractor. 2.1.5 The CITY shall, on a monthly basis, field review the Contractor's application for payment in terms of construction quantities and completion of items for which payment is requested. The CONSULTANT shall take CITY's reviewed construction quantities and review the payment application 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 Scope of Services - WM Looping CEI - 09- 12- 12.doc Page 2of6 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services September 12, 2012 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. After the CITY has made payment to the Contractor, the CONSULTANT shall, on a monthly basis, prepare FDEP SRF disbursement certifications and disbursement request packages to the CITY for review, make revisions requested by CITY, and provide a final copy of the disbursement request package to the CITY for transmittal to FDEP. 2.1.6 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 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 Scope of Services - WM Looping CEI - 09- 12- 12.doc Page 3 of 6 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services September 12, 2012 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. 2.1.7 The CONSULTANT shall provide limited inspection services which amount to approximately 7 hours per week for 42 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, 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. 2.1.8 The CONSULTANT shall meet with FDEP SRF staff to conduct its two site visits (one during construction, one at the completion of construction), and will assist FDEP during its review of records at the CONSULTANT's office. Scope of Services - WM Looping CEI - 09- 12- 12.doc Page 4 of 6 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services September 12, 2012 These two visits will serve as the only two visits conducted by FDEP SRF staff for all of the water main looping projects. 2.1.9 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. 2.1.10 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. 2.1.11 The CONSULTANT shall compile closeout documents (including contractor bonds, certificates of completion). The CONSULTANT shall prepare statements of completion (qualified if necessary) certifying completion of the work, and submit statements in accordance with the Contract Documents, and the requirements of FDEP. 2.1.12 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. 2.1.13 The CONSULTANT recognizes its obligation to report to the CITY all design errors or omissions that may be discovered 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: Boundary Survey Scope of Services - WM Looping CEI - 09- 12- 12.doc Page 5 of 6 SCOPE OF SERVICES Water Main Looping Projects Surveying, Design, Permitting, Bidding, and Construction Phase Services September 12, 2012 2. ALTA/ACSM Land Title Survey 3. Survey of Ordinary High Water /Mean High Water 4. Construction Layout 5. Review of weekly certified payrolls for compliance with Davis Bacon wage requirements. 6. Conducting Labor Standards Interviews during construction. 7. Underground Utility Designation /Location. Scope of Services - wM Looping CEI - 09- 12- 12.doc Page 6 of 6 Florida Department of Rick Scott Environmental Protection Governor Bob Martinez Center 2600 Blair Stone Road Jennifer Carroll Tallahassee, Florida 32399 -2400 Lt. Governor Herschel T. Vinyard, Jr. Secretary August 31, 2012 Ms. Migdalia Hernandez Water Resources Engineer City of Sanford P.O. Box 1788 Sanford, Florida 32771 Re: DW59012 City of Sanford - Supply, Treatment, and Distribution Dear Ms. Hernandez: This is to provide you with documentation of the approval, effective August, 31, 2012, of the plans and specifications entitled "Technical Specifications Sanford Water Main Looping Projects, July 2012." Approval of plans and specifications does not guarantee funding by the State Revolving Fund (SRF). The plans and specifications conform to Chapter 62 -552, Florida Administrative Code and the administrative requirements of the Drinking Water SRF loan program. We did not review the plans and specifications' technical components to avoid duplicating permitting agency or agencies efforts. Please submit the bidding information to the Bureau for review after bid opening and evaluation. Do not award any contract until the Bureau concurs with your award recommendations. Improper or unauthorized procurement may result in the disqualification of contract costs for funding. The approved plans and specifications are contained in the document submitted to the Department August 21, 2012. Changes to the accepted plans and specifications prior to bid opening are to be made by addendum. Changes made after bid opening are to be accomplished by change order. All addenda and change orders must be submitted to the Bureau for review. Please call Greg Brown, P.E., the Bureau's Project Manager, at 850/245 -8371 for further information. Sincerely, Robert E. Holmden, P.E., Chief Bureau of Water Facilities Funding REH /gmb cc: Kim Dodson, FDEP, Central District, Orlando, Florida www. dep.state.fl. us