Loading...
1241 Goldsboro Trail Master Plan Bellomo HerbertM M. EXHIBIT "A" SCOPE OF SERVICES PROJECT: GOLDSBORO TRAIL MASTER PLAN AND PHASE H CONTRACT �'*+ DOCUMENTS AND BIDDING PHASE SERVICES dl�' Bellomo -Herbert & Company, Inc. (hereinafter referred to as the LANDSCAPE ARCHITECT) and the City of Sanford (hereinafter referred to as the CITY) hereby agree as follows: I. DESCRIPTION OF WORK The LANDSCAPE ARCHITECT has been requested to provide these provide professional landscape architectural services to the CITY for completion of the Goldsboro Trail Master Plan and Phase II Contract Documents, Permitting and Bidding Phase services. H. GENERAL SCOPE OF THE WORK The part of the Project for which the LANDSCAPE ARCHITECT is to perform services is generally described as follows: A. TASK 1- DATA COLLECTION: 1. The CITY shall forward all information related to the site to the LANDSCAPE ARCHITECT for use in the completion of this Task Authorization. Such information may include, but is not limited to the following: • Boundary, topographic and tree survey • Site utility surveys/information (as may be available) 2. The LANDSCAPE ARCHITECT shall collect, organize and evaluate all existing information essential to the project site. 3. The LANDSCAPE ARCHITECT shall visit the project site to further familiarize themselves with the site and the surrounding area. B. TASK 2 - GEOTECHNICAL & ENVIRONMENTAL SERVICES 1. Geotechnical services will consist of the exploration of subsurface conditions along the trail alignment by completing three hand auger borings to approximately 6 feet below existing ground surface. Since the trail is not to be designed for support of vehicle loads a 500 foot spacing of the borings will be sufficient to obtain representative subsurface conditions to support the trail design. A geotechnical engineering report will be issued which will document the boring and laboratory test results and present recommendations relative to the trail design. Goldsboro Trail Master Plan and Construction Documents October S. 2008 EXHIBIT "A" SCOPE OF SERVICES PROJECT: GOLDSBORO TRAIL MASTER PLAN AND PHASE 11 CONTRACT DOCUMENTS AND BIDDING PHASE SERVICES Bellomo- Herbert & Company, Inc. (hereinafter referred to as the LANDSCAPE ARCHITECT) and the City of Sanford (hereinafter referred to as the CITY) hereby agree as follows: I. DESCRIPTION OF WORK The LANDSCAPE ARCHITECT has been requested to provide these provide professional landscape architectural services to the CITY for completion of the Goldsboro Trail Master Plan and Phase II Contract Documents, Permitting and Bidding Phase services. H. GENERAL SCOPE OF THE WORK The part of the Project for which the LANDSCAPE ARCHITECT is to perform services is generally described as follows: A. TASK 1- DATA COLLECTION: 1. The CITY shall forward all information related to the site to the LANDSCAPE ARCHITECT for use in the completion of this Task Authorization. Such information may include, but is not limited to the following: • Boundary, topographic and tree survey • Site utility surveys/information (as may be available) 2. The LANDSCAPE ARCHITECT shall collect, organize and evaluate all existing information essential to the project site. 3. The LANDSCAPE ARCHITECT shall visit the project site to further familiarize themselves with the site and the surrounding area. B. TASK 2 - GEOTECHNICAL & ENVIRONMENTAL SERVICES 1. Geotechnical services will consist of the exploration of subsurface conditions along the trail alignment by completing three hand auger borings to approximately 6 feet below existing ground surface. Since the trail is not to be designed for support of vehicle loads a 500 foot spacing of the borings will be sufficient to obtain representative subsurface conditions to support the trail design. A geotechnical engineering report will be issued which will document the boring and laboratory test results and present recommendations relative to the trail design. 2. Environmental services will consist of the testing of soil along the railroad alignment to assess the potential for arsenic and other chemical constituents that may be present from former railroad operations including herbicide application and the use of wood preservation agents for railroad ties. Three soil samples will be collected from the center of the railroad bed from the ground surface to approximately I foot below. The samples will be analyzed for arsenic, pesticides and semi - volatile organics. In the case that contaminates are present in the soil, additional environmental analyses will need to be conducted which is not covered in this scope of service or the below proposed contract amount. In the completion of the above- listed environmental tasks, a report will be prepared containing detailed discussions of the investigation activities, analytical results and provide conclusions and recommendations based on the data. Maps and applicable field and analytical data will also be presented. C. TASK 3 - CONCEPTUAL MASTER PLAN 1. Based upon the information and programming received during a preliminary meeting held on July 23, 2008, the LANDSCAPE ARCHITECT shall prepare a Conceptual Master Plan for the project. This concept plan shall indicate the location of the completed Phase I section of the trail (located between 13" and 16" Streets); the location and layout of the proposed Phase R section of the trail (located between 16 and 18 Streets); the layout and location of the proposed Phase III section of the trail (located between 8 th and 13 Streets); additions to Coastline Park to become the Goldsboro Trail trailhead location; and associated site amenities desired by the CITY. Such amenities may include, but are not limited to: • Benches • Trash receptacles • Lighting • Signage • Crosswalks • Paved multi- purpose trail 2. Meeting #l: The LANDSCAPE ARCHITECT shall meet with the CITY to review the completed Conceptual Master Plan. The Conceptual Master Plan shall be presented to the CITY as an un- rendered drawing, suitable for discussion regarding the inclusion of some or all of the features described above and their placement on the project site. 3. Order of Magnitude Cost Estimate: In addition to the completed Conceptual Master Plan, the LANDSCAPE ARCHITECT shall complete an order of magnitude cost estimate of the proposed project, broken out by feature and phase to facilitate analysis. D. TASK 4 — FINAL MASTER PLAN 1. Based upon the comments received during the Conceptual Master Plan phase of the work (as described in H.B, above), the LANDSCAPE ARCHITECT shall integrate comments and revise the Conceptual Master Plan to provide one Final Master Plan. This Final Master Plan shall be presented as a rendered drawing, suitable for presentation. 2. As a part of the Final Master Plan, the LANDSCAPE ARCHITECT shall prepare one rendered cross section of the proposed Goldsboro Trail to graphically represent the proposed project elements. 3. Order of Magnitude Cost Estimate: In addition to the completed Master Plan drawing, the LANDSCAPE ARCHITECT shall complete an order of magnitude cost estimate of the proposed project, broken out by feature and phase to facilitate analysis. 4. Meeting #2: The LANDSCAPE ARCHITECT shall meet with the CITY to review the completed Final Master Plan and Cost Estimate. No public or City Commission presentation is included. E. TASK 5 — PHASE U CONTRACT DOCUMENTS 1. Based upon the previously approved Master Plan, the LANDSCAPE ARCHITECT shall prepare complete Phase R Contract Documents for the items indicated in the Final Master Plan, including, but not necessarily limited to: • Key Map • Summary of Pay Items and General Notes • Grading and Drainage • Typical Cross Section(s) • Trail Layout • Miscellaneous Details • Site lighting and electrical distribution • Intersection Details including Signing and Striping • Traffic Control Sheet and Notes • Landscaping • Irrigation • Site Furnishings The Contract Documents shall be completed and submitted to the CITY for review at the 90% and 100% stages of completion. Estimates of Probable Cost shall be submitted at the 90% and 100% plan review stages. All of the drawings above shall adhere to the Americans with Disabilities Act (ADA). Goldsboro Trail Master Plan and Construction 17ocuments October 8. 2008 2. Meetings and Presentations The LANDSCAPE ARCHITECT shall meet with the CITY staff following the 90% stage of the project. F. TASK 6 - PERMITTING This Task anticipates that the project will be exempt from a St. Johns River Water Management District (SJRWMD) Permit. The LANDSCAPE ARCHITECT's sub - consultant engineer will perform a drainage analysis in an effort to obtain a Letter of Exemption for the project. This Task also includes the necessary coordination with the SJRWMD to discuss permitting criteria, applicability and review initial concerns. Upon substantial completion of the drawings, the web will prepare a Letter of Exemption for submission to the SJRWMD. The LANDSCAPE ARCHITECT will respond to one (1) Request for Additional Information (RAI) to the SJRWMD. The LANDSCAPE ARCHITECT will exercise professional skill in executing these services. However, the LANDSCAPE ARCHITECT cannot and does not guarantee the action of any governmental agency, official or proceeding. All required fees will be paid by the CITY. G. TASK 7 — BIDDING PHASE SERVICES The LANDSCAPE ARCHITECT shall assemble all construction documents into a single bid set for the construction of the Phase II portion of the work. The LANDSCAPE ARCHITECT shall provide electronic copies of the entire contract document set for distribution by the CITY to interested bidders. A maximum of 5 sets of blueprint copies of the plans shall be provided during the course of the project. In addition to completing the bid documents described under this Work Order, the LANDSCAPE ARCHITECT shall attend the pre -bid conference, shall answer questions which might arise during the bidding process, shall issue any Addenda that may be necessary, shall attend the bid opening, and shall assist the CITY in the review of the bids received. III. COMPENSATION As compensation for the above described work, the LANDSCAPE ARCHITECT shall receive a lump sum professional service fee of $51,685.00, broken out as follows: Task 1: Data Collection Task 2: Geotech & Environmental Task 3: Conceptual Master Plan Task 4: Final Master Plan Task 5: Phase 11 Contract Documents Task 6: Permitting Task 7: Bidding $ 1,990.00 $ 6,362.00 $ 5,150.00 $ 7,285.00 $22,423.00 $ 4,384.00 4,091.00 TOTAL $51,685.00 Goldsboro 1UU Magpj Plan and Construction Documents October 8 2008 IV. ADDITIONAL SERVICES Additional Services beyond the basic services provided by the LANDSCAPE ARCHITECT and outlined herein shall be compensated as outlined in the Prime Agreement. Goldsboro Trail Master Plan god Construction Documents October 8.2008 EXHIBIT "A" WORK ORDER FORM CITY OF SANFORD WORK ORDER FOR PROFESSIONAL ARCHITECTURAL ENGINEERING SERVICES AGREEMENT WORK ORDER NO: PROJECT: Goldsboro Trail Master Plan & Phase II Contract Documents CONSULTANT: Bellomo- Herbert & Co. Inc. Execution of the Work Order by the CITY shall serve as authorization for the CONSULTANT to provide for the above project, professional services as set out in the Scope of Services attached as Exhibit "A," to that certain Agreement of September 3, 2008 between the CITY and the CONSULTANT and further delineated in the specifications, conditions and requirements stated in the following listed documents which are attached hereto and made a part hereof. ATTACHMENTS: [ ] DRAWINGS /PLANS /SPECIFICATIONS [X] SCOPE OF SERVICES [ ] SPECIAL CONDITIONS [] The CONSULTANT shall provide said services pursuant to this Work Order, its attachments and the above - referenced Agreement, which is incorporated herein by reference as if it had been set out in its entirety. Whenever the Work Order conflicts with said Agreement, the Agreement shall prevail. TIME FOR COMPLETION: The work authorized by this Work Order shall be commenced upon issuance of a Notice to Proceed by the CITY and shall be completed within one hundred and fifty (150) calendar days. METHOD OF COMPENSATION: (a) This Work Order is issued on a: [X] FIXED FEE BASIS [ ] TIME BASIS METHOD WITH A NOT -TO- EXCEED AMOUNT [ ] TIME BASIS METHOD WITH A LIMITATION OF FUNDS AMOUNT (b) If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT shall perform all work required by this Work Order for the sum of Fifty one thousand six hundred and eighty five DOLLARS ($ 51,685.00 ). In no event shall the CONSULTANT be paid more than the Fixed Fee Amount. (c) If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT shall perform all work required by this Work Order for a sum not exceeding ($ ) . The CONSULTANT's compensation work required by this Work Order. DOLLARS shall be based on the actual (d) If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the CONSULTANT is not authorized to exceed the Limitation of Funds amount of DOLLARS ($ ) without prior written approval of the CITY. Such approval, if given by the CITY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall advise the CITY whenever the CONSULTANT has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount, The CITY shall compensate the CONSULTANT for the actual work performed under this Work Order. (e) Payment to the CONSULTANT shall be made by the CITY in strict accordance with the payment terms of the above - referenced Agreement. (f) It is expressly understood by the CONSULTANT that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT 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. IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on the respective dates under each signature: the CITY through its City Commission taking action on the day of , 200_, and the CONSULTANT signing by and through its duly authorized corporate officer having the full and complete authority to execute same. V Corporate Secretary or Witness TTEST Janet Dougherty, Co Clerk Date: ((/4�� 7 CO Frank' ellomo MRAC.SIMMONS Notary Public, State of Florida Corporate President My comm. expires July 25 2012 No. DD784069 Date: ( Z • 141'09 Bonded thru Ashton Agency, inc. (800)451 -4854 CITY OF-SANFORD Linda Kulhn Mayor For the use and reliance of the City of Sanford only. Approved as to form and legal sufficiency. /s /William L. Colbert William L. Colbert, City Attorney CITY OF SANFORD