1719 Riverwalk Ph III RFQ 13/14-19 CPH1, By accepting this Purchase Order (PO) the Vendor 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 PO. 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
Purchase Order, The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations,
3, Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the
Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to
and accepted by the City prior to the Vendor's receipt of the notice of termination.
4, Terms of shipping are F.O.B. the City's delivery location unless otherwise rioted within the terms of this PO. 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 PO are firm, all Inclusive and consistent with applicable negotiations, bids) and/or quotations The City Is exempt from
the Florida Sales and Use Tax and will furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be
allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted.
6. The Vendor warrants that any material or equipment supplied hereunder is new, un used 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 PO 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. manufacturers" warranties shah 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 purchase 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 furnisher) to the Vendor 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 assumes any and
all liability of whatsoever type or nature for loss or damage to such property.
9, The Vendor 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, tyre. Vendor 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, officers, officials,
employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and
delivery of goods or services contemplated in this purchase order. Nothing herein shall be deemed to affect the rights, privileges, and
immuni
0�6 13/Iy-lq
R�vtr wauc
pti �F
1.1 The CONSULTANT shall 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 the
phase of the U.S. 17-92 RiverWalk Project to which this Scope of Services applies, and will
provide consultation and advice to the CITY during the performance of its services.
1.3 The purpose of the Scope of Services is the design and permitting of the U.S. 17-92
RiverWalk Project (Phase III) within the U.S. 17-92 right of way along Lake Monroe, and
associated roadway, landscape, electrical, traffic calming and beautification in the City of
Sanford. The design project limits are located along U.S. 17-92 from Is' Street to Monroe
Road (CR -1 5), for a distance of three and four tenths (3.40) miles.
—to -a A a 0
1.5 The CONSULTANT is authorized to use the following sub -consultants- provided, howevis
y
that their scope of services and fees are included herein: (a) Bechtol Engineering a
Testing, Inc., (b) Dix.1-11te + Partners, Inc., (c) Brindley Pieters & Associates, Inc., and
Lochrane Engineering, Inc.
ff119 MT 17-1vt MOL
ffliflEMIN, ;pIgMEWRIKS 01541111JEWAIJ
0 wwwr
W
w w
w w
as
UWMMKM��
The CONSULTANT shall horizontally and vertically locate all existing utilities. The horizontal
locates will be performed during the design survey, The vertical locates (subsurface utility
explorations) will occur after the approval of the 30% plans and be performed per each
location (up to sixty-five (65)).
The CONSULTANT shall perform Conceptual Roadway Analyses in coordination wi
RiverWalk trail improvements, including streetscape and traffic calming elements. T
CONSULTANT shall coordinate with the CITY during the Conceptual Design Phase
develop the corridor theme, landscape features, hardscapes, features, and wayfinding a
interpretive signs. The CONSULTANT shall review and analyze various streetscape a
traffic calming elements that will assist in lowering the speeds. The CONSULTANT
prepare conceptual plans identifying the streetscape, traffic calming features and pedestri
crossings. The CONSULTANT shall prepare Preliminary Opinions of Probable Constructi
Cost for the Conceptual Roadway Plans.
Based upon the CITY approved concept plans, the CONSULTANT shall utilize all avallab•
site Information (ie. survey, trail plans, etc.) to prepare Design Development Plans for
preferred roadway improvements. These items are further described as follows:
Paoe 2 of 16
Roadway Geometric Layout: Including but not limited to traffic circles (or round -a-
bouts), parallel parking areas, landscape medians, and landscape bulb -outs.
Hardscape: Specialty paving layout plans and pedestrian sidewalk layout plan.
Landscape plan indicating existing plants/trees to remain and proposed plantings.
All of the drawings for above shall adhere to the CITY, Americans with Disabilities Act (ADA),
and FDOT Standards. Based upon the Design Development documents described above, the
CONSULTANT shall prepare and submit an estimate of probable construction costs for all
roadway improvements. The CONSULTANT shall meet with the CITY staff during the
completion of the Design Development Plans. The CONSULTANT shall also be available to
meet with CITY staff during this phase of the work. The CONSULTANT shall prepare color
renderings of the proposed designs taken from locations to be determined by the
CONSULTANT and the CITY,
5.1 TRAIL ENGINEERING
The CONSULTANT shall provide general project management including, but not limited to,
tracking project budget and schedule. The CONSULTANT shall provide monthly status
reports of the RiverWalk Project. The CONSULTANT shall attend project meetings including,
but not limited to: Three review meetings at the sixty percent (60%), ninety percent (90%),
and one hundred percent (100%) construction plans, and two utility coordination meetings
after sixty percent (60%) and ninety percent (90%) review comments received and reviewed
by the CONSULTANT, project status meetings as requested by the CITY, and two (2)
CITY/County Commission meetings to present the RiverWalk Project. The CONSULTANT
shall assist the CITY in coordinating the road transfer with FDOT.
The CONSULTANT shall prepare Conceptual Trail Plans and associated improvements to
accommodate the trail and pedestrian crossings. The CONSULTANT will prepare conceptual
plans identifying the landscape medians and pedestrian crossings. The CONSULTANT shall
coordinate with the CITY to develop the trail theme/visioning of the RiverWalk Project. The
CONSULTANT shall prepare Preliminary Opinions of Probable Construction Cost for the
Conceptual Trail Plans.
JI11111111 !11111 1111121111111
M111:17'' 11 1111•Il .'M-'MM33=
Immilsoismal funlao
Pepe 3 of 16
. . . . . . . . . . . . .
• Key Sheet
• General Notes Sheet
Summary of Pay Items Sheet (incl. items provided by other professionals under
contract with the CONSULTANT)
Typical Sections Sheet
Summary of Quantities (incl quantities provided by other professionals under contract
with the CONSULTANT)
Project Layout Sheet
• Trail Plan and Profile Sheets
• Roadway Plan Sheets (for pedestrian crossings)
• Drainage Structure Sheets
iN Paving and Drainage Details
9 General Details
N Intersection/Pedestrian Crossing Details
0 Soil Survey Sheet
0 Cross Sections at fifty (50) foot stations
0 Utility Relocation Sheets for Reclaim Water Main (P&P)
a Utility Adjustment Sheets for Reflecting Utility Designs by Othe
0 Seawall Structures Sheets
0 Cantilever/Overlook Sheets
a Signage and Pavement Marking Plans
Pedestrian Signalization Plans (three locations)
Lighting Plans
Landscape Plans
Irrigation Plans
Hardscape Plans
Stormwater Pollution Prevention Plan (SWPPP)
Maintenance of Traffic Plans (Three (3) Phases)
The CONSULTANT shall perform Peer Review Services in addition to the CONSULTANTS
internal Quality Assurance/Quality Control (QA/QC).
For the Utility Adjustment Plans, the CONSULTANT shall evaluate tile existing utilities, both
buried and overhead for conflicts, separation issues, and construction impediments, The
CONSULTANT shall review the existing utilities with the proposed design plans to minity'lize
utility impacts. The CONSULTANT shall coordinate with the owners of the private
communication companies to review potential conflicts and request mark-ups for the project.
6.2 Preliminary Ecological & Wildlife Assessment
Aerial Photograghy: The CONSULTANT shall obtain electronic files and construct a
color aerial covering the project site.
- # �Ie
County, Florida) and field verification for each mapped classification, The dominant
vegetation of each classification shall be recorded. Map product shall be used in
Florida Department of Environmental Protection (FDEP) and U.S. Army Corp of
Engineers (ACOE) permitting.
Threatened and Endangered Species: The CONSULTANT shall review Florida Fish
and Wildlife Conservation Commission (FFWCC) and U.S. Fish and Wildlife Service
(USFWS) web based files and distribution mappings and review the Atlas of Breeding
Survey Coordination: The CONSULTANT shall coordinate with the project surveyor
and/or engineer to provide wetland delineation information such as a map showing the
approximate location of the delineated wetland line (flag numbers). The CONSULTANT
shall review the surveyed wetland line and provide c4ns to the project
surveyor as necessary.
6.3 Florida Department of Environmental Protection Permitting
The CONSULTANT shall prepare ecological elements of an Individual Permit application.
paqe 6 of 16
6
•
1011111 INW-1 11�_ 1 MIN IZZ141100 I Lort IN 11114(off
0 irs
6.4 ACOE Permitting
The CONSULTANT shall prepare a wetland jurisdiction determination (JD) package. For
purposes of this determination, the'CONSULTANT shall prepare the documentation to be
.submitted with the ACOE's JD Form. The JD shall be submitted with the permit application
request This package of information shall include, at a minimum, the following,
• Site Location Map — a street map locating the site.
• U.S. Geological Survey (USGS) Quadrangle Map - excerpt from map showing project
boundary, section, township and range of the project and the latitude and longitude
coordinates of the approximate center of the site.
• Soils Map — tabulation of descriptions of soil types shown on the soils map excerpted
from the County Soil Survey.
• Preliminary Wetland Delineation — print color aerial photograph: 1) property boundary;
2) estimated jurisdictional wetland boundaries; 3) enumeration of each wetland.
• Wettand Studies Description - for each enumerated wetland a summary description of
the wetland type and status (dominate vegetation, disturbance, etc.) as well as a
discussion of contiguity, adjacency or isolation factors (e.g. distances from ditches
and/or other waters).
• Data Form — a completed ACOE data form for each upland community type and each
enumerated wetiand.
• Conduct an on-site meeting with the ACOE to review the JD package and delineated
wetland boundaries.
The CONSULTANT shall prepare and Submit an Individual Permit application to the ACOE.
Based on a preliminary assessment, the proposed project will impact more than 0,5 acres of
wetlands under the regulatory jurisdiction of the ACOE. The CONSULTANT shall modify the
Environmental Resource Permit (ERP) Report for submittal to ACOE to meet AGOE
permitting requirements.
Practicable Alternative Analysis: Assist the CITY with the preparation of an analysis
consistent with Section 404.1(b) CFR. The CONSULTANT shall provide exhibits and
graphics as may be necessary.
Archaeological and Historical Resources: The CONSULTANT shall submit all
archaeological/historical information as prepared by others with the ACOE application.
Any necessary site specific cultural resource assessments are not included,
Prepare and tailor portions of the ERP Application specifically ecological elements of
Sections C and E of Joint ERP Application to meet ACOE requirements.
Provide a narrative description of direct, indirect and adverse cumulative impacts
anticipated as a result of impacts to the wetlands.
Unified Mitigation Assessment Methodology (UMAM): An analysis shall be prepared of
pre- & post -development wetland impacts following the UMAM as required by the
ACOE.
The CONSULTANT shall utilize available preservation and enhancement mitigation
opportunities on the project site and shall coordinate with a Mitigation Bank or
gation Project, if necessary. Coordinate with available mitigation banks, to obtain
current pricing, obtain a mitigation bank credit reservation letter for use in ACOE
permitting. Mitigation design consisting of construction level details is not included.
• Narrative summary of proposed mitigation plan,
• A description of current hydrologic conditions affecting the mitigation area(s),
• A map of vegetation communities in and around the mitigation area(s).
• A detailed schedule for planting, maintenance and monitoring of mitigation area(s).
• A vegetation -planting scheme and schedule for implementation.
• Sources of plants used in mitigation area.
• Measures to be implemented during and after construction to avoid adverse impacts
related to proposed activities.
• A management plan comprising all aspects of operation and maintenance, including,
vegetation establishment and exotic and nuisance species control.
• A proposed monitoring plan to demonstrate success criteria.
• A description of activities proposed to control exotic and nuisance species should they
become established in the mitigation area.
• Mitigation design does not include construction level plans.
• A preliminary cost estimate for mitigation credits verses mitigation within Lake Monroe
for the City to review.
6.6 Requests for Additional Information
'The CONSULTANT shall prepare written responses to two (2) Requests for Additional
Information (RAI) by the FIDEP and the ACOE regarding ecological elements of the ERP
application prepared by the CONSULTANT.
[**J1111vfAJJJr r og
Upon receipt of the CITY and the FDOT's approval of the sixty percent (60%) plans, the
CONSULTANT shall prepare the permit applicafions and support data for the applicable
regulatory agencies, including;
• j�COE
• FDEP, ERP Exemption
• Seminole County Driveway Connection Permit
• FDOT Driveway Connection Permit
• SJRWMD (if needed)
Note: Other required permits are listed under the Environmental Services task of this
proposal.
The CONSULTANT shall coordinate the processing of the applications through the regulatory
agencies, including attendance at meetings with the agencies that may be necessary to
receive the approval, The CITY shall be financially responsible for any application or filing
fee required bythe agencies.
Any modifications to the plans requested by the Regulatory Agencies pertaining to the
infrastructure design in the previously mentioned plans, required to meet code, shall be
addressed by the CONSULTANT as part of these services. Any modifications requested that
are not code issues, or modifications requested by the CITY will be addressed as additional
services Any other permits that may arise during the design or review process, and not
outlined above, will be handled as an additional service,
The CONSULTANT shall prepare a Project Manual, including and referencing the FDOT
Standard Specification, consisting of Technical Specifications and front end bidding
documents (Division 1). The CONSULTANT shall compile the Supplemental Specifications and
Special Provisions for the trail and roadway construction elements of the project and include
them into the Project Manual for the RiverWalk P 4ect.
rol
The CONSULTANT shall perform the Landscape/Hardscape and Lighting design services for
the'Trail and Roadway. The CONSULTANT shall extend the US 17-92 Streetscape from 18t
Street to the RiverWalk P, oject. The Landscape, Hardscape, and Lightning Design Services
are as described in Sections 9.2 through 9.4 below:
The CONSULTANT shall coordinate with the CITY during the Conceptual Design Phase to
develop the RiverWalk Project (Phase 111) theme. Based upon the CITY approved concept
plans, the CONSULTANT shall utilize all available site information (ie. survey, roadway, and
trail plans, etc.) to prepare Design Development Plans for the RiverWalk Project (Phase 111),
These items are further described as follows:
MEN! I R I, WRI! I gill I
PaQe 9 of 16
I I i I I•
i I ir i
111111M 11
: M.
5-11111 11
source.
W W MEMO 2, in] 01117-MRITMIrRIN a if
1,273-11M.1243% 1 34 *1 0
The CONSULTANT shall provide the Electrical Engineering of the Trail and Roadway Lighting
to obtain Construction/Permit Documents. The following design services for Electrical system
include:
• Review project power and lighting requirements for the pedestrian/bike trail and roadway
to meet CITY standards.
• Locate power based on Florida Power and Light (FPL) provided information and the
requirements of the National Electrical Code, and other applicable national standards.
• Select and schedule all pedestrian lighting fixtures in accordance with city provided
fixture information and accepted standards of the Illuminating Engineering Society of
North America (IESNA) for this project type.
• Photometric Studies of walkway lighting.
• Photometric Studies of the roadway lighting
• Specify lrn of all lighting control systems and devices including switches, photocells,
lighting control panels and time clocks.
• Specify circulting of all power systems including panel and feeder schedules and clearly
indicating panel type, voltage and current rating, voltage drop ca cu ations, an A
rating. Specify circuit wire and conduit sizing.
Provide power riser or one-line diagram and tabulate load calculations for Compliance
with the National Electrical Code and all other applicable standards.
incla1i
meet applicable code requirements are included in these basic services.
Estimate of Probable Costs.
x Attend a pre design meeting with CITY and the Design Team.
Conduct a field review of the route.
Obtain Geotechnical Subconsultants soil and groundwater information and soil design
data for his use in designing the seawall and auger anchor system.
Coordinate with the Civil DesignTeam to determine the seawall design geometry and
cantilever overlook locations.
Prepare Design Calculations for the seawall, anchors, and overlook structures,
'Prepare ninety percent (90%) plans and specifications.
Attend the ninety percent (90%) plan review meeting with the design team.
• Respond to RAI's from regulatory and permitting agencies.
• Prepare one hundred percent (100%) plans and specifications.
• Prepare Opinion of Probable Cost.
• Provide assistance r the Bid Phase to respond to RFI's.
12.2 CONSULTANT shall perform Post-Design Services and/or Construction Administration
services in accordance with CITY. The CONSULTANT shall prepare an amendment to the
above Scope of Services to include the Post Design Services to the level agreed upon by the
CITY,
12.3 CONSULTANT shall perform roadway and streetscape design services for the conceptual
designs prepared in Part A. The CONSULTANT shall prepare, an amendment to the above
Scope of Services to Include the Roadway and Streetscape improvements developed in Part A
and include these improvements as an Additive. Alternate to the construction documents.
CITY -FURNISHED INFORMATION
The CONSULTANT shall perform services under the sole benefit of the CITY and shall coordinate the
efforts of Project Team members. The CITY shall provide the CONSULTANT with project -related
technical data. The CONSULTANT will rely upon the accuracy and completeness of CITY -furnished
information in connection With the performance of this scope of services; provided, however, that the
terms and conditions of the underlying agreement prevail.
The CONSULTANT shall provide the following services:
tie ' -back construction areas along the southern shoreline Lake Monroe, and in proposed light po-
l�,j
foundation areas along U.S. 17-92. Perform peer review of the seawall. The following geotechnical
service shall be performed:
1 .0 FIELD SERVICES'
1.1 Site Reconnaissance, Boring Layout, Utility Location Coordination, Survey and GPS for
barge location.
1.3 Standard Penetration Test Borings (Water)
1.4 Install and Remove Casing (Water Borings)
1.5 Mobilization of Men and Equipment- Truck Mounted Drill Rig
1.6 Standard Penetration Test Boring (Land)
1.7 Grout Seal Test Holes (Land)
2.1 Stratification and Visual Classification of Soil Samples
2.2 Soils Classification Testing:
2.2.1
Corrosion Series Tests
2.2.2
Wash 200 Size Analysis
2.2.3
Liquid and Plastic Limits
2.2.4
Moisture Content Determination
Organic Content Determination
Selliverable: Geotechnical Report summarizing the findings, evaluations, and recommended so!!
parameters for use in design and construction.
The CONSULTANT shall provide the following services:
A. Trail Alignment Familiarization: Review background data of the proposed trail alignmen
Review site data and plans to understand opportunities and constrains specific to site (powl
lines, grades, crossings, trail cross sections,
Paae 12 of 15
B., Site Visit and Documentation of Unique Characteristics: Visit the site to review tho
proposed alignment and document the corridor's unique character.
C. Context Review: Review and provide historic background information associated with th
design corridor. A diagrammatic plan shall be produced that illustrates imporftant histo."
locations and their associated stores. Images taken during the site visit shall be included f
inspirational context.
D. Client Meeting. Establish potential interpretive program opportunities and the associatels
signage and way -finding budget.
E. Trail on: Provide conceptual designs associated with the project character in the for
way -finding and interpretive elements unique to this porfion of the corridor, while tying into th
overall Lake Monroe Loop aesthetic. The trail vision shall be Illustrated through sketches an
images. Input shall provide for additional elements associated with the project vision including
site, furnishings, landscape, hardscape treatments, cross sections and overlook nodes -
treatments of these elements can help strengthen Vision and sense of place.,
F. Vision Refinement: Present on. Refine design of interpretive and way -finding elemen
based on CITY input,i Provide input relative to placement, integration and the incorporationwr
the vision into the overall landscape and hardscape aesthetic, via sketches and images.
G. Design Vision Review: Provide design intent review of plans at the 55% Desig
Development and ninety percent (90%) Construction Document phases to ensure the wa
finding interpretive elements and landscape and hardscape features remain consistent wi
the CITY approved vision.
11 111
MIUSTAW
2. Provide written comments on the construction drawings, technical specifications and construction
cost estimate at the sixty percent (60%) and the ninety percent (90%) level of completion.
The areas for the underground utility services which shall be provided by the CONSULTANT are as
follows:
1 ) The full right of way of North French Avenue frorn I", Street to West Seminole Boulevard
including the full intersection of I" Street and North French Avenue fifty (50) feet in all
directions measured from the curve returns.
2) The triangular area containing private property and right of way for the ramps at the
southwesterly corner of the intersection of North French Avenue and West Seminole
Boulevard.
3) West Seminole Boulevard from North French Avenue to the Interstate 4 overpass from the
northerly edge of pavement to the southerly apparent right of way line.
from North French Avenue to the Interstate 4 overpass from the northerly edge of pavement to the
,northerly apparent right of way line. Any underground utilities installed after the previous effort will
also be designated.
Subsurface Scope of Services:
The CONSULTANT shall provide the following services:
RXITWOATWI�
PART A:
CONCEPTUAL ROADWAY DESIGN
Phase No.
Phase Description
Fee
2.1
PROJECT ADMINISTRATION
$20,460
3.1
SURVEY
3.2
Specific Purpose Topographic Survey
$29,380
3.3
Utility Locates
$14,525
Subsurface Utility Explorations (up to 65)
$39,000
4.1
CONCEPTUAL ROADWAY DESIGN ANALYSES
$31,220
4.2
ROADWAY DESIGN DEVELOPMENT
$148,320
Part A Expenses
$4,000
PART A SUBTOTAL
$286,905
PART B:
TRAIL ENGINEERING
Phase No.
Phase Description
Fee
5.1
TRAIL ENGINEERING
5.2
Project Administration
$47,740
5.3
Conceptual Analysis & Design
$20,500
5.4
Preliminary Engineering Analysis & Design
$155,980
5.5
Final Design Phase
$645,275
6.1
ENVIRONMENTAL SERVICES
6.2
Prelim, Eco. Assessment
$6,500
6.3
FDEP Permitting
$9,500
6.4
ALOE Permitting
$8,500
6.5
Wetland Mitigation Design
$4,900
6.6
RAI's
6.7
Meetings/Coordination
$6,000
7.1
PERMITTING PHASE
$55,000
8.1
SPECIFICATIONS
$24,760
9.1
LANDSCAPE/HARDSCAPE: DESIGN SERVICES
9.2
ThemeNision/Conceptual Design
$10,200
Design Development and Construction Docs
$49,680
9.3
Irrigation Design
$5,060
9 A,,
Lighting Design Services
$75,500
10.1
STRUCTURAL DESIGN SERVICES
10.1.1
Seawall and Anchor Design
$235,400
10.1.2
Cantilever Overlook Decks
$66,300
� t■,�w . °.w
ƒ*c /
ff■-w±2144
Monday, August 31, 2015
To: City Clerk/City Attorney/Mayor
RE'. CPH RFQ 13/14-19 Design Services -Riverwalk Phase III
The, itcru(s) noted below is/are attached and forwarded to your, office for the following actions
El Development Order
E] Final Plat (original mylars)
E] Letter of Credit
F] Maintenance Bond
M Ordinance
■
Performance Bond
Resolution
El
Recording
Rendering
E] Safe keeping (Vault)
Deputy City Manager
Payment Bond
Ej City Manager Signature
N City Clerk Attest/Signature
Ej City Attorney/Signature
Once completed, please:
Return originals to Purchasing- Departinent Marisol
Return copies 2
El
Special Instr rn to Purcba 1 9.
sn'
-Ae
M"404, or qkA
4w�
IM
TADcptjbrms\City ClerkTratismittal Mem - 2009,doe
. d�
III
CPH Inc., RFQ 13/14-19 Design Services -Riverwalk Phase III
Af
P acing
Meager Date
I��
Date
7- t --j
Date
F. Authorize the Police Department to expend $535,235 of budgeted FY 2015
Capital funding for the purchase of 18 police vehicles by piggybacking the State
and/or Florida Sheriffs Office contract pricing. [Commission Memo 15-053]
Manager relative to the initial steps to surplus City real property interests.
Commissioner Jones moved to approve Resolution No. 2522. Seconded tfl
JIM,jr?
*31=
Vice Mayor Williams
Aye
Commissioner Woodruff
Aye
Commissioner Jones
Aye
-,-TC—'Approve the agreement with CPH Engineers in the fixed fee amount of $1,860,580
for professional engineering services for Riverwalk Phase 111 (final) and authorize
the City Manager to execute any and all documentation as required. [Commission
33r t r
Commissioner Woodruff moved to approve this item. Seconded by
Vice Mayor Williams
Aye
Commissioner Woodniff
Aye,
Commissioner Jones
Aye
aTY COMMISSION M15MORANDUM 1 5056
APRIL 13,20 15 AGJ�NDA
To; 8onorable Mayor and Members of the City Commission
PREPARF-D 13Y.' Chrislopber Soft, Project, Planner
SUBMITTF-0 BY*# Norton N. Bonaparte Jr., City Managee-111
SuRitm Approve Agreement for Professional So lees for kiverWalk (Final) Phase
HI to Conklin, Porter and Holmes, (CPH)
P; �.A' I �-1
UnifyDowntown & the Waterfront
Promote the City's Distinct Culture
E] Update Regulatory Framework
11 Redevelop and Revitalize Disadvantaged Conurrunitics,
IfWlraes, Inc, (CPR) in the fixed fee amount of $1,860,580 for RiverWalk (Final) Phase M is
requested.
FtscAi./STAFFwGSTA'rc-mENT:
V mmw 1 6111110
On December 15, 2014, the City Cormnission authorized staff to negotiate a contract YAth, the
highest ranked firm in accordance with the Consultants Competitive Negotiation Act (CCNA)
287.055. Staff has completed its negotiations with CPH Engineers in the fixed fee amount of
$1,860,580 and the terms and conditions are consistent -with their existing continuing professional
services agreement.
LEGAL Ram-wo
The City Attorney has previously approved the rriester contract for CPH Engineers, Inc..
RECOMMENDATION.'
Staff recommends that the City Commission approve the, Agreement with CPH Engineers in the
fixed fee amount of $1,960,580 for professional engineering services for RiverWalk (Final) Phase
ill and authorize the City Manager to execute any and all documents as required.
SUGGESTED MOTIOW
"I move. to approve the Agreement with CPUC Engineers in the fixed fee amount of $1,860,580 for
professional engineering services for RiverWaUc (Final) Phase 11 and authorize the City Manager
to execute any and all documents as required."
V,\e&p memosX2015 e&p memoAriverwalk-phiii award of'd&eproposa) cph\Olcc memo professional services recommetidation.tJoc
CITY OF SANFORD
MIAMI
Commission + r
Floor r City Hall
w
MONDAY, April 13, 2015 1 North
7 PM Sanford, Florida
accordanceIn +Americans with DisabirldesAct, personsdisabilities
needing assistance to participate r +wings should contact
City Clerk at 407.688.6010 at least 48 hours in advanceof
w w- r r r •t
I, proce in
record is notprovided by of • w 286.0106)
+w • � w • w s r- r -w
+ ,r _ w r• aw • - w w w w w
w r+ r ' r' +r w r s • w
w+. � • w w. ww
w r rw +r w r w
Meeting call to order w
CEREMONIAL MATTERS:
y/2j Legislative Prayer by Paster Lowman Oliver, St. Paul Missionary Baptist Church.
4�) Pledge of Allegiance.
v'4) Presentations, Proclamations and Awards:
Presentation of Citizens Academygraduation
Proclamationw Publicr
g g�
WS RM -N
,w
ID
Crry CommissioN IAEmoRAKnum 15-046
APRIL 13, 20 15 AGE:NDA
To: Honorable Mayor and Members of the City Conunission
PREPAr,WD SY'.* Cynthia Porter, City Clerk
SUBMITTM f3Y-. Norton N. Bonaparte, Jr., Ci Mana
SUBJE:CT., Consent Agenda
SYNOPSIS:
mmr�
A. APPROVZ� ME SEVINOIX COUNrY COMMUNITY REDEVELOPMENr
AC;MVCY (CRA) SECOND AMZNDMENr rO ME U.S. f7Z92 SMEEr
BEALMIrICArI01VAGREEMEN7'.
Unify Downtown & the Waterfront
Promote the City's Distinct Culture
El Update Regulatory Framework
E] Redevelop and Revitalize Disadvantaged Communities
Approval of Seminole County Community Redevelopment Agency (CRA) second amendment, to
the U.S. 17-92 Street Beautification Projection Agreement is requested.
FISCAL/STAFFING STATEMENT.'
mmmm���
LeciALRevim:
Mlilliff
up, InvIntim.
It is staffs recommendation that the City Commission approve the Seminole County CRA
Second Amendment to the U.S. 17-92 Street Beautification Agreement.
B. APPROVE rHEPROCUREMEN7'INAAfAMOUN7-NOr7'0 Imcww$116,700
rO SKYLINE ELEVATOR, INC FO/? THE CITY HALL ZLEVAMR
E] Unify Downtown & the Waterfront
[j Promote the City's Distinct Culture
E] Update Regulatory Framework
Redevelop and Revitalize Disadvantaged Communit]
SYNOPSIS*.
101.01011.111ulmorim In. IIR- rm". a 6MR710,141R.14111
FisCAL/STAFFING STATemmw:
Funding in an amount not to exceed $116,700 has been budgeted and available in the Facilities
Maintenance Capital Replacement Fund.
Bid # IFB 13/14-30R was competitively bid and Skyline Elevator was the lowest and only
quaed responsive and responsible bidder. Tluis bid was examined and reviewed in comparison
-with current market prices and was determined to be consistent with the best interest of the City
of Sanford. The bid was advertised, posted, opened and evaluated in compliance witb the City
procurement policy on February 26, 2015.
The elevator at City Hall was installed in 1976 and has surpassed its rated life expectancy.
Skyline Elevator will be performing a, complete hydraulic elevator modernization ani
de new float'ji wtd wa-L! covering -s, -all
new controls, door hardware and finishes,. Most of the work will be performed during the
'weekends and the elevator will be operational during weekdays.
LEGAL REVIEW.*
11111�ri�ipiij�
It is Staffs recommendation that the City Commission approve the procurement in an amount
not to exceed $116,700 to Skyline Elevator, Inc. for the City Hall elevator rehabilitation.
C. APPRovErHEPiNALPLArpoRTHORIVBROOKEPHAS,52,ARESIDrNTIAI-
DHvHi-oPmrNrLocAMD Ar f 33 N. WHIM CEDAR ROAD.
n U nify Downtown & the Waterfront
F1 Promote the City's Distinct Culture
[:] Update, Regulatory Framework
R1 Redevelop and Revitalize Disadvantaged Communities
R 3 "din.-STU 5 L� T
A Final Plat for Thombrooke Phase 2, a residential development located at 133 N. White Cedar
Road, has been submitted for approval.
FiSCAL/STAVEVING STATeMENT.'
1 11
MVIINIM I pill I jp� I F I R III I I
The subject property is located north of SR 46 along N. White Cedar Road to Iowa Avenue. The
second phase consists of portions of two parcels totaling 6,6 acres.
On August 26, 2013, the City Commission adopted Ordinance Number 4300 amending the
former Town Center at White Cedar PD Master Plan and replacing it with the Cedar Pointe PD
Master Plan.
Following the Planning and Zoning Commission approval on July 18, 2013, the City
Comirrission approved the Prelnninary Subdivision Plan on August 12, 2013 for the Cedar Pointe
Planned Development, a mixed use residential and commercial development on 68.42 acres
pursuant to all standards and conditions as denoted on the Cedar Pointe PSP submitted on June
19, 2013 subject to the following conditions:
t . Guest parking shall be provided in the area of the 40 -foot wide lots and townhome lots.
2. All air conditioning units shall be placed in the rear ofthe single family detached homes,
3, The width of the road pavement shall be 30 feet wherever the center line radii is less than
100 feet.
4. Street lights are required on N. White Cedar Road as well as on all interior streets in
accordance with the City's Land Development Regulations, Schedule N, Section 3.2-13
Other Utilities, Street lights.
5. Within the 40 -foot wide lot and townhome lot areas of the subdivision, on street parking,
if any, shall be restricted to allow public safety access as well as to restrict any parking
anywhere except within designated parking areas approved by the Cityi.
6. A recreation/community facility will be constructed on Tract F as depicted on the
Planned Development Master Plan submitted June, 19, 2013, unless otherwise reviewed
and approved by staff.
7. Unless specifically requested and approved on the Preliminary Subdivision Plan, any
required elements missing from or not shown on the Preliminary Subdivision Plan shall
otherwise comply with the City's Land Development Regulations.
Since the adoption of the Cedar Pointe PD (Ordinance No. 4300), Taylor Morrison has acq ' uired
59.72 acres of the 68.42 acres site. Taylor Morrison has completed construction on the Phase I
infrastructure and has commenced construction on Phase 2. The Thornbrooke Phase I Final Plat
was approved on August 11, 2014 by the City Commission. The Phase 2 Final Plat contains 20
lots in the 40 foot product and 27 lots in the townhome product.
LEGAL REVIEM.
The Assistant City Attorney has reviewed the Final Plat for conformity with the provisions of
Chapter 177, Florida Statutes and has no legal objection to the plat.
On April 2, 2015, the Planning and Zoning Commission considered the Final Plat for
Thornbrooke Phase 2 for consistency with the approved Preliminary Subdivision Plan and
compliance: with Chapter 177 of the Florida State Statutes subject to the plat meeting all legal
-aid «:
recorded. Staff recorm-nends that the City Commission approve the Final Plat for Thombrooke
Phase 2 as considered by the Planning and Zoning Commission subject to the plat meeting all
legal and technical, requirements as determined by the City Attorney and City Surveyor prior to
being recorded.
Additional comments or recommendations may be presented by staff at the meeting,
D. APPRovr 71HE SPECtAL EVENT PERMIr WfrH AN ALCOHOL AND NOISE
PERMIT FOR rHE ""WINGHOUSEE MAYWEATHER VS, PACQUIAO" EVrNr TO
az HEw ojv SAruRDA Y, MAY 2, 20 15.
STRATEGIC PRIORITIES*.
Unify Downtown & the Waterftont
Promote the City's Distinct Culture
F1 Update Regulatory Framework
E] Redevelop and Revitalize Disadvantaged Comm
SYNOPSIS**
Approval of a special event permit application for the'Winghouse of Sanford on Saturday, May
2, 2015 from 8 Pm unti 1 AM is requested.
[416'ro tv w a- I 014,M) 0 14 We NOTIC.LWIX I R ara Lam #I% Victim
The Winghouse of San -ford is hosting a special event to view what is expected to be the highest
grossing fight in history between eight -division world champion Manny Pacquiao and
undefeated, five -division world champion Floyd Mayweather, Jr. on May 2, 2015 from 8 PM —, I
Am, Closure of the parking area on the immediate west end of the building is requested for three
large television screens and seating from 4 Pm — 1:45 AM. Applicant requests extension of their
alcohol permit to the parking area and a noise permit for amplified sound.
If approved, this would assist in facilitating the strategic priority listed as "Promote the City's
Distinct Culture' in the Imagine Sanford strategic plan approved by the City Commission.
None requested ofthe City Attorney,
R5C0MM5NDAT10N*.
It is staff s recommendation that the City Commission approve the special ev-
r M
ohol and a noise permit for the 'Wingliouse Mayweather vs; Pacquiao' event to be held on
Saturday, May 2, 20 15.
E. APPROVEME SPECZAL EVEN7* PERM17' WITH AN ALCOHOL AND NOISE
PERM17FOR THE 'WOVIE IN ME SQUARE"' ZVEN7' 710 D ON
FMDAY, AfAY22,20f5.
E] Unify Downtown & the Waterftont
Z Promote the City's Distinct Culture
Ej Update Regulatory Framework
E] Redevelop and Revitalize Disadvantaged Communities
Approval of a special event permit application for Movie in the Square on Friday, May 22, 201
from 7 — 9:30 PM is requested.
FiSCAL./STAFFING STA*rEmew:
Costs for City services are estimated to be $693.70 which will be paid for by the Historic
Preservation Downtown Marketing Fund. City services include use of Magnolia Square,
security, closure of Magnolia Avenue, from the Square to 2nd Street, a noise pen -nit and an
alcohol permit.
Christine Dalton, Sanford's Historic Preservation Officer, requests to host a movie night in
Magnolia Square featuring "The Money Pit" in honor of National Historic Preservation Month,
A noise permit and an alcohol permit, allowing for guests to enjoy adult beverages that they
bring with them in open containers, is also requested although no alcohol sales will occur. This
event will also allow staff to determine if this event is beneficial to the City for future Economic
Development sponsored events.
LeGAL REvIEW:
It is staffs recommendation that the City Commission approve the special, event permit with a
street closure, an alcohol permit and a noise permit for the 'Movie in the Square' event to be held
on Friday, May 22, 2015."
F. ACC.WPr AJVD rnr 7 -HE sAmFoRD An?PoRr AumomrYls' FWAivow-,
REPORr FOR MEMSCAL. YE4R EAVED SEF7rAQ3ZR 30, 20 14A)VD 20 f 3.
D Unify Downtown & the Waterfront
Promote the City's Distinct Culture
Update Regulatory Framework
El Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Audited financial statements of the Sanford Airport Authority have been received for the fiscal
years ended September 30, 2014 and 2013.
FISCAL./STAFFING STATEMENT:
M
The report consists of thefinancial statements of the Sanford A' ort Authority for the fiscal
Up
years ended September 30, 2014 and 2013.
The Airport's financial statements have been audited by Moore Stephens Lovelace, a firm of
Licensed Certified Public Accountants. The independent auditors have concluded that the
Airport's financial statements for the fiscal years ended September 30, 2014 and 2013 are fairly
presented in conformity with the principles generally accepted in the United States of America,
it is Staff s recommendation that the City Commission accept and file the Sanford Airport
Authority's Financial Report for the fiscal year ended September 30, 2014 and 2013.
G. ACCEPr AND PmE ME COMPREHMSIVE AjVJ%rUA4 FlivANcrAL Rrponr
,Fol? mEnSCAL YEAR rjVDED SZP7,CMB,6R 30t 20 f4. (WS -4)
STRATZGIC PRIORITIES:
Unify Downtown & the Waterfront
Promote the City's Distinct Culture
Update Regulatory Framework
E] Redevelop and Revitalize Disadvantaged Communities
A Comprehensive Annual Financial Report has been prepared for the fiscal year ended
September 30, 2014.
FISC�AL/STAFFING STATCMW4T.*
NIA
The report consists of management's representations concerning the finances of the City. City
management has established a comprehensive internal control framework that is designed both to
protect the government's assets from loss, theft, or misuse and to compile sufficient and reliable
information for the preparation of our financial statements in conformity with the Generally
Accepted Accounting Principles (GAAP), The City's comprehensive framework of internal
controls has been designed to provide reasonable rather than absolute assurance that the financial
statements will be free from material misstatement.
The City's financial statements have been audited by Moore Stephens Lovelace, P,A., a firm of
Licensed Certified Public Accountants. The independent auditors have concluded that the City's
financial statements for the fiscal year ended September 30, 2014 are fairly presented in
conformity with GAAP.
It is staff's recommendation that the City Commission accept and file the Comprehensive
Annual Financial Report for the fiscal year ended September 30, 2014.
H. APPRoV,5 mrSANFoRD FOP 0,Fnicans AND SrRoZANTs Cm4rcnm
BARGAINING AGREMIMr AND AU71HORIZE IIHE CITY AIANAGER rO
,&xzcurr mr DocumENr upoN RAnncAnm ay rHE OrriczRs AND
S,5RGEANI'S UNION.
El Unify Downtown & the Waterfront
Promote the City's Distinct Culture
Update Regulatory Framework
Redevelop and Revitalize Disadvantaged Communities
9rA7P7-=
Approval of the Fraternal Order of Police (FOP) Lodge 140 Sanford Officers and Sergeants
Collective Bargaining Agreement is requested.
FISCALLS TAFFING STATEMF-NT:
This agreement provides for a one percent (1.0%) wage increase and an -additional two percent
one-time cost. of living lump sum payment for all bargaining unit members this fiscal
yeM r. Funds for the 1.01 reoccurring wage increase are available in the current year budget and
the 2.01 lump sum payment will come from reserves.
BACKGROUND'.*
In addition to the wage increase and cost of living payment, a wellness pyogram with, goals and
incentives will be created, educational requirements were enhanced, the promotion process was
more clearly defined and improved and "off duty detail" rates were increased. The Holiday
Article was modified to provide for -nine (9) paid holidays in order to be more in line with City
reco ized holidays. The Duration Article provides for a reopener for the limited purpose of
gol
discussing Retirement Benefits, This will be a three year agreement with the same wage and cost
of living provisions for the second year of the agreement and a reopener in year two to discuss
wages for year three.
13MESOM92=
It is staff's recommendation that the City Commission approve the Sanford FOP Officers and
Sergeants Collective Bargaining Agreement and authorize the City Manager to execute the
document upon ratification by the Officers and Sergeants Union.
L Appwovz 7wE SrAPF PROPosEa tmPLEmE7vrAnoN oF rHE CtWs
WA Y.IrIlVDING PROGRA M AND rHE Af-LocA rioAr OF rUJVDS AJVD A crioss
AS PROPOSED.
n Unify Downtown & the Waterfront
Z Promote the City's Distinct Culture
0 Update Regulatory Framework
E] Redevelop and Revitalize Disadvantaged Communities
Staff is requesting the City Commission consider the purchase of City Welcome sips (gateway),
promotional banner signs (I't Street and Sanford Avenue), and a downtown promotional sip for
Persiminon Avenue.
FiscAL/STAFFiNG STATF-MF-NT**
�ii 11 MINIMUM 1111111m,11
The Citywide Wayfinding Master Plan was approved by City Commission in 2012. In 2013 the
City Commission approved the Wayfinding Master Plan Amendment. The plan and amendment
create a cohesive sign system that provides brand identity to the City. The Wayfinding system is
intended to provide direction, identify physical locations, and convey information to the public.
The following sign types are included in the approved plan:
Directional Signs
A. Large Vehicular
B: Small Vehicular
C: Kiosk
Physical Location Signs
C- ICiosk
E: Pubj-ic Land & FaciAith
F- Neighborhood Gateway
G: Welcome Sign
H: Welcome Sign with Reader Board
1: Neighborhood Identification
Informational Signs
C: Kiosk
J: Pole Banner
I 1 12 M11 0176
ffim
Five potential "City Welcome" sign locations have been identified (Exhibit B). Existing reader
board signs are shown on the attachments labeled "Location H1 and Location 1-12" (Exhibits C &
D). These signs were installed prior to creation oding program. Locations
GI (Exhibit E), G2 (Exhibit F), and G3 (Exhibit G) are where previous signs existed, and may be
replaced with signs conforming to the new design.
63, The approximate cost for installation of these signs will be $45,000, as opposed to $180,000
for installation of sign type H. The City Commission may want to consider the life cycle of the
existing reader board signs at locations H1 and H2. Staff recommends $30,000 be allocated f,*or
the future installation of Sign Type G at these locations.
The City, Manager has tasked staff with creating a downtown promotional sign for Persimmon
Avenue. The sign is intended to encourage Amtrak AutoTrain passengers to visit downtown.
This proposed sign (Ext H,) is not part of the approved wayfinding plan. Staff has taken
meMsures, however, to ensure that the proposed sign shares certain characteristics with the
overall wayfinding sign design. The approximate cost for the downtown promotional sign -for
Persimmon Avenue is $10,000.
The approximate cost for Sign Type J (Pole Banner) is $100 per double -sided banner. The C Ity
already owns hardware necessary to install banners on up to 30 poles. The banner signs were
intended to promote only City sponsored events. Staff' recommends the City Commission
as additional hardware to ensure all poles on I" Street (between French Avenue and Sanford
Avenue) and Sanford Avenue. (between I" Street and 60' Street) contain promotional banner
signs.
LVGAL RF.V]EtW.*
It is staff s recommendation that the City Commission approve the staff -proposed
imMlementation of the City's Wayfinding Program and the allocation of funds: $75,000 for the
implementation of Sign Type G at locations G1, G2, G3, Hl, and H2, $10,000 for the fabrication
and installation of a downtown promotional sign for Persimmon Avenue, and set aside the
remainder for Sign Type J (Pole Banner). If the City Commission is amenable to this approach,
staff will return to the City Commission with a plan that details the type of banners, duration of
time for banners to be on the sign poles, and the costs for banners and additional hardware.
=39 -mm
Mailing Address
City of Sanford
Post Office Box 1788
Sanford, Florida 32772-1788
11
Physical Address
City Hall
300 North Park Avenue
Sanford, Florida 327 71-1 244
19
Email
bili.srtiith@sanfordfl.gov
Website
WWW.sanfordfl.gov
City Commission
Jeff Triplett
Mayor
Mark McCarty
District I
Dr. Velma 11. Williams
District 2
Randy Jones
District 3
Patricia Mahany
District 4, Vice Mayor
0
City Manager
Thomas George, Acting
0
Purchasing Manager
F. William Smith
Finance Department; Purchasing Division
Request for Statements of Qualifications, Invitation to Negotial
IN I a HOUw.
R 11,074
Date Issued: August 11, 2014
; 1rN• 1 ii ate af�d ", e- juxe 8, 2014 at Z122i
1) CPH Engineering, Inc
2) GAI Consultants
Respectfully,
RFQ 13/14-19 Sanford Riverwalk Phase III
01 -HER ITEMS.
/A- Approve r rn No. 2617, authorizingapplicationtNr
BoatingSeminole County ImprovementProgramB°" gra
[Commission Memo 15-0481
Resolutionr, for the 2015
amountFlorida Boater Improvement Program Grant in the 1 1
the North Shore Boater Rigging Docks and Platform project. [Commission
Memo 15-0491
Approve ResolutionNo. 2619, authorizing the City to enter into a Local
Agency
implementation by City management. r 15-0501
Approve Resolution No. 2620, amending the budget to trarisfer
$4,790,789 (the " from 452-0000-384-
01-00
M 452-4527-536-63-91. •.
Reclamationcomply with the consent order from the Florida Department of
Environmental Protection for the Biological Nutritent Reduction at the North
Water [Commission
E. Approve a Resoluflon No.• + the lease with US Bancorp
the lease -purchase of public safety a r o
16-0521
F. Authorize the Police Department to expend $636,236 of budgeted FY
2015 Capital funding
piggybacking the State and/or Floridacontractpricing.
M 16-053)
E
✓N.
11MIR i
Approve the agreement with CPH Engineers in the fixed fee amount
N$1,860,680♦ NI for RiverWalk
Phase III authorize 11 execute any and all
documentation[Commission"M 16-0561
Scoring Summary
Solicitation Number and Title- RFQ 13/14-19
'Sanford Riverwalk -Phase III
tate Summary
Prepared:
Criteria/Description
Experience with Similar
Ability of Firm and Personnel
Creativity and Value Eng
�'Firms
'Creativity and Value EnE
���References----
Firms Creativity
References
References
Prpject Specific Items
Project Specific Items
'Scorer:
"Scorer: Robert Beall Sub -Total
Sub -Total
,�
'
'Ability of Firm and Personnel
Experience with Similar
Creativity and Value Eng
�'Firms
'F i rms Crea, ti vit y
���References----
References
Prpject Specific Items
'Scorer:
David Martin Sub -Total
Sub -Total
,�
'
'Ability of Firm and Personnel
Experience with Similar Proj.
Creativity and Value Eng
�'Firms
Creativity
References
�Project Specific Items
Scorer:
13111al Iffikhar
Sub -Total
!Grand Total
256
239i'
Phase No.
Phase Descripflon,
Fee
:Z",
PROJECT ADMINISTRATION
$20,460
3.1
SURVEY
32
Specific Purpose'Topographic Survey Utility Locates
$29,380
3,3
Utility Locates
$14,525
Subsurl'ace Utility Explorations (up to 65)
$39,000
4A
CONCEPTUAL ROADWAY DESIGN ANALYSES
$31,220
42
ROADWAY DESIGN DEVELOPMENT
$148,320
PartA Expenses
$4,000
PART A TOTAL
$286,906
AGRF-15MENT BY AND BETWEEN
THE CITY OF SANFORD, FLORIDA AND CPH, INC. FOR RIVERWALK PROJECT
PHASE [if DESIGN SERVICES
NEW
WITNESSETH:
I I Page
•. � a � a b it i
a a • w -a w
•- a s a w a ^� w
• a. a a a a
riw; a • a' a a a a�
• w» w ai w
w •, i w
M a i
• i as ai.
a - a M a '" i • a
i a w
w i
# ^ a s •♦ ♦ a w a
w • • ♦ a
�� a • i
is a w a a w "i
a • �
a IY
a iw • a i M ii a • � •
R • is "`i
a a i� i • w w� • i �w
w w w
• w *" a w
2) Page
IN WITNESS WHEREOF, the City and CPH, Inc. have executed this instrument
for, the purpose herein expressed.
UM -M
THE GITY OF SANFORD
B.
oy)INI Rib ILbuca(ItT-L—
Inter*TVqq 112, Hcuohtn. erre c r
Dated- 3- QQ ttl) k4252ji-� Olrr�-
'Ki J K, t � i i
� �dau
Patricia HUnt
Secretary
Dated:- 6/22/15
Hum
Davi -.'dieract�
President/Director[Treasurer
4 1 ["at, v
C,
BASIC SERVICES OF THE CONSULTANT
1.1 The CONSULTANT shall 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 the
phase of the U.S. 17-92 RiverWalk Project to which this Scope of Services applies, and will
provide consultation and advice to the CITY during the performance of its services.
1.3 The purpose of the Scope of Services is the design and permitting of the U.S. 17-92
RiverWalk Project (Phase 111) within the U.S. 17-92 right of way along Lake Monroe, and
associated roadway, landscape, electrical, traffic calming and beautification in the City of
Sanford. The design project limits are located along U.S. 17-92 from Ist Street to Monroe
Road (CR -15), for a distance of three and four tenths (3.40) miles.
1.4 The CONSULTANT shall provide project management and quality control for the C".
1.6 The CONSULTANT is authorized to use the following sub -consultants; provided, however,
that their scope of services and fees are included herein: (a) Bechtol Engineering and
Testing, Inc., (b) Dix.Hite + Partners, Inc., (c) Brindley Platers & Associates, Inc., and (d)
Lochrane Engineering, Inc.
The CONSULTANT shall provide general project management including, but not limited to,
tracking project budget and schedule. The CONSULTANT shall provide monthly status
reports of the project. The CONSULTANT shall attend project meetings including, but not
limited to: Kick-off meeting, three (3) conceptual analyses meetings, three (3) design
development meetings, project status meetings as requested by the CITY, and two (2)
CITY/County Commission meetings to present the proposed roadway improvements with the
CITY Project Manager, The CONSULTANT shall assist the CITY in coordinating with FOOT,,
3.1 SURVEY
dsmm���= =��
The CONSULTANT shall horizontally and vertically locate all existing utilities. The horizontal
locates will be performed during the design survey, The vertical locates (subsurface utility
explorations) will occur after the approval of the 30% plans and be performed per each
location (up to sixty-five (65)).
The CONSULTANT shall perform Conceptual Roadway Analyses in coordination with
RiverWalk trail improvements, including streetscape and traffic calming elements. The
CONSULTANT shall coordinate with the CITY during the Conceptual Design Phase to
develop the corridor theme, landscape features, hardscapes features, and wayfinding and
interpretive signs, The CONSULTANT shall review and analyze various streetscape and
traffic calming elements that will assist in lowering the speeds. The CONSULTANT shall
prepare conceptual plans identifying the streetscape, traffic calming features and pedestrian
crossings. The CONSULTANT shall prepare Preliminary Opinions of Probable Construction
Cost for the Conceptual Roadway Plans.
available
Based upon the CITY approved conceptual plans, the CONSULTANT shall utilize , all
site information (i.e. survey, trail plans, etc.) to prepare Design Development Plans for the
preferred roadway improvements. These items are further described ass follows..
Roadway Geometric Layout-, including, but not limited to, traffic circles (or round -a-
bouts), parallel parking areas, landscape medians, and landscape bulb -outs.
Hardscaping specialty paving layout plans and pedestrian sidewalk layout plans.
Landscape plan indicating existing plants/trees to remain and proposed plantings.
.60 IM 6MM-1 0 J 11
TffU-CT,9-JJ7Sf -Cf-A-RTTaff" aril six Drum in esumale 01 pf ratle M11SCIM1011 c
roadway Improvements. The CONSULTANT shall meet with the CITY staff during t
completion of the Design Development Plans. The CONSULTANT shall also be available
meet with CITY staff during this phase of the work. The CONSULTANT shall prepare cot
renderings of the proposed designs taken from locations to be determined by t
CONSULTANT and the CITY,
PART B: TRAIL DESIGN
5.1 TRAIL ENGINEERING
'The CONSULTANT shall provide general project management including, but not limited to,
tracking project budget and schedule. The CONSULTANT shall provide monthly status
reports of the RiverWalk Project. The CONSULTANT shall attend project meetings including,
but not limited to: Three review meetings at the sixty percent (60%), ninety percent (90%),
and one hundred percent (100%) construction plans, and two (2) utility coordination meetings
after sixty percent (60%) and ninety percent (90%) review comments received and reviewed
by the CONSULTANT, project status meetings as requested by the CITY, and two (2)
CITY/County Commission meetings to present the RiverWalk Project. The CONSULTANT
shall assist the CITY in coordinating the road transfer with FDOT.
The CONSULTANT shall prepare Conceptual Trail Plans and associated improvements to
accommodate the trail and pedestrian crossings. The CONSULTANT shall prepare conceptual
plans identifying the landscape medians and pedestrian crossings. The CONSULTA T shall
coordinate with the CITY to develop the trail theme/visioning of the RiverWalk Project, The
CONSULTANT shall prepare Preliminary Opinions of Probable Construction Cost 'for the
Conceptual Trail Plans.
EBMMM���
W
M It I I In 01:9 CWTJ LZ
Mnlb
After the CITY, and Seminole County complete their review of the thirty percent (30%) plans
completed under the previous task, then CONSULTANT shall continue with the preparation of
the sixty percent (60%), ninety percent (90%), and one hundred percent (100%) plans and
corresponding Opinions of Probable Construction Costs at the same intervals. The Final
Plans shall include the following sheets at a minimum:
a Key Sheet
a General Notes Sheet
a Summary of Pay Items Sheet (including items provided by other professionals under
contract with the CONSULTANT)
a Typical Sections Sheet
a Summary of Quantities (including quantities provided by other professionals under
contract with the CONSULTANT)
0 Project Layout Sheet
• Trail Plan and Profile Sheets
• Roadway Plan Sheets (for pedestrian crossings)
• Drainage Structure Sheets
11 Paving and Drainage Details
Page 4 of 16
0 General Details
W
Intersection/Pedestrian Crossing Details
• Soil Survey Sheet
a Cross Sections at fifty (50) foot stations
a Utility Relocation Sheets for Reclaim Water Main (P&P)
a Utility Adjustment Sheets for Reflecting Utility Designs by Others
0 Seawall Structures Sheets
0 Cantilever/Overlook Sheets
0 Signage and Pavement Marking Plans
0 Pedestrian Signalization Plans (three locations)
Lighting Plans
Landscape Plans
Irrigation Plans
Hardscape Plans
Stormwater Pollution Prevention Plan (SWPPP)
Maintenance of Traffic Plans (three (3) Phases)
The CONSULTANT shall perform Peer Review Services in addition to the CONSULTANT's
internal Quality Assurance/Quality Control (QA/QC).
For the Utility Adjustment Plans, the CONSULTANT shall evaluate the existing utilities, both
buried and overhead for conflicts, separation issues, and construction impediments. The
CONSULTANT shall review the existing utilities with the proposed design plans to minimize
utility impacts, The CONSULTANT shall coordinate with the owners of the private
communication companies to review potential conflicts and request mark-ups for the project.
The CONSULTANT is not responsible for the design or cost associated with the design of the
relocation of the private communication companies' facifities,Design of relocations to the CITY
reclaim water main shall be performed by the CONSULTANT, shown on relocation plans, and
displayed on the Utility Adjustment Plans.,
Traffic Control Plan Notes and Typical Sections shall be compiled by the CONSULTANT for
the roadway construction portion in accordance with the latest Manual on Uniform Traffic
Control Devices (MUTCD) and the FDOT Design Standards. Project specific traffic control
plans shall be by the CONSULTANT prepared for the roadway and trail construction in three
phases. The plans shall reference the FDOT Design Index, Series 600.
Final Plans shall be prepared by the CONSULTANT in accordance with CITY Standards,
FDOT Design Standards, and FDOT Greenbook with precedence given to CITY Standards.
Stormwater Management shall be designed in accordance with CITY, FDEP, and St. Johns
Water Management District (SJRWMD) requirements, and shall include the "Best
Management Practices" proposed by FDEP. Plans shall be supplied to the CITY in
reproducible form at a suitable scale to fit on an eleven inch by seventeen inch (11"" x 17") plan
sheet and shall be legible, complete in design, and suitable for submittal to the CITY,
Seminole County, and FDOT for review and approval. The plans and cost estimates shall be
reviewed with the CITY at the sixty percent (60%), ninety percent (90%), and one hundred
percent (100%) completion stages, prior to submitting the plans to the permitting agencies.
The CONSUTLANT shall prepare a cost estimate for the yearly Operations and Maintenance
of the RiverWalk Project. Any modifications to the plans requested by the Regulatory
Agencies pertaining to the Infrastructure design In the previously mentioned plans, required to
meet code, shall be addressed by the CONSULTANT as part of these services. Any
modifications requested that are not code Issues, or modifications requested by the CITY will
be addressed as additional services.
ymr=ffwl
The CITY is proposing to construct a trail project to include RiverWalk Project (Phase 111). This
Scope of Services includes all State and Federal permitting for wetland impacts. If mitigation is
required for the proposed project, the CONSULTANT shall propose mitigation in Lake Monroe
for Impacts associated with RiverWalk Project (Phase 111).
6.2 Preliminary Ecological & Wildlife Assessment
Aerial Photoarai)hv: The CONSULTANT shall obtain electronic files and construct a
color aerial covering the project site,
Vegetation and Land Use., The CONSULTANT shall prepare a Vegetation and Land
Use Map covering the project site. The mapping shall follow Level III nomenclature of
the Florida Land Use Cover and Forms Classification System (FLUCFCS), The
approximate acreage of each classification will be tabulated for the site. The map shall
be digitized (ArcView 10.1) based on "desk top" interpretation of features evident on
the DOQQ aerial photography, correlation with soil types (SCS Soil Survey of Seminole
County, Florida) and field verification for each mapped classification. The dominant
vegetation of each classification shall be recorded. Map product shall be used in FDEP
and ACOS permitting.
■ Threatened and Endangered Species: The CONSULTANT shall review Florida Fish
and Wildlife Conservation Commission (FFWCC) and U.S, Fish and Wildlife Service
(USFWS) web based files and distribution mappings and review the Atlas of Breeding
Sites of Herons and Their Allies (FFWCC) to identify recorded listed species within the
project site. The CONSULTANT shall conduct a preliminary survey by general
reconnaissance of the site for the occurrence or potential occurrence of protected
species (threatened, endangered, or special concern). The approximate location of all
observed protected species will be identified on the FLUCFCS map or aerial
photograph prints. Those species referred to as protected are listed under Florida
Administrative Code Chapter (F.A.C.) 68A, Florida Statute Section 581.185, and Code
of Federal Regulations (CFR) (50 CFR 17.11 and 17.12).
0 Wetland Delineation: The approximate wetland limits shall be delineated in the field
with flagging tape and/or stakes in accordance with methodologies outlined In the
ACOS Wetland Delineation Manual (1987), the 2008 Corps Interim Regional
Supplement to the Corps Wetland Delineation Manual., Atlantic & Gulf Coastal Plain
Region and the Florida Unified Wetland Delineation Methodology (Chapter 62-340,
F.A.C.). The CONSULTANT shall delineate the wetland line along project corridor,
Tree SurveV.. The CONSULTANT shall conduct a tree survey in the location of the
*
proposed Trail corridor. The CONSULTANT shall number each tree, record DBH,
species and health. The data collected during the tree survey will assist with a
mitigation plan during project permitting with the CITY and regulatory agencies.
it Survey Coordination: The CONSULTANT shall provide wetland delineation information
such as a map showing the approximate location of the delineated wetland line (flag
numbers). The CONSULTANT shall review the surveyed wetland line and provide
comments/revisions as necessary.
6.3 FDEP Permiffing
The CONSULTAUT skall:
Arrange for and conduct a field review of the estimated welland limits with
representatives of the FDEP after permit application submittal.
Attend pre -application meeting with the FDEP in Orlando, Florida.
Coordinate with the Project Engineer to produce Dredge & Fill permit sketches on eight
and one half inch wide by eleven inch high (8.5 x 11.0") drawings that show wetland
impacts, cross sections, and development plan (assumes ten (10) sheets).
Coordinate with the CITY as may be required in the preparation of the ecological
elements of the Environmental Resource Permit (ERP) Permit application to the FDEP.
The CONSULTANT shall prepare draft responses to ecological questions in Sections
C, E and G of the ERP application,
Unified Mitigation Assessment Methodology (UMAM), An analysis shall be prepared of
pre- & post -development wetland impacts and mitigation value following tile UMAM as
required by the FDEP.
Prepare a Post -Development FLUCFCS Map for purposes of the FDEP permitting.
Mapping shall follow the FLUCFCS (FDOT 1999).
Prepare an assessment of Secondary and Cumulative Impact Analysis.
Archaeological and Historical Resources: Submit all -i ••
information with the FDEP application.
6.4 ACOE Permitting
The CONSULTANT shall prepare a wetland jurisdiction determination (JD) package, For
purposes of this determination, the CONSULTANT shall prepare the documentation to be
submitted with the ACOE's JD Form. The JD shall be submitted with the permit application
request. This package of information shall include, at a minimum, the following:
* Site Location Map — a street map locating the site.
Geological Survey (USGS) Quadrangle Map - excerpt from map showing project
boundary, section, township and range of the project and the latitude and longituA-
• rdinates of the approximate center of the site,
Soils Map — tabulation of descriptions of soil types shown on the soils map excerpted
frM m the County Soil Survey.
Preliminary Wetland Delineation — print color aerial photograph: 1) property boundary;
2) estimated jurisdictional wetland boundaries; 3) enumeration of each wetland.
Wetland Studies Description - for each enumerated wetland a summary description of
the wetland type and status (dominate vegetation, disturbance, etc.) as well as a
discussion of contiguity, adjacency or isolation factors (eg. •. a. ditches
and/or other waters).
Data Form — a completed ACOE data form for each upland community type and each
enumerated wetland.
Conduct an on-site meeting with the ACOE to review the JD package and delineated
wetland boundaries.
The CONSULTANT shall prepare and submit an Individual Permit application to the ACOE.
Based on a preliminary assessment, the proposed project will impact more than 0.5 acres of
wetlands under the regulatory jurisdiction of the ACOE. The CONSULTANT shall modify the
ERP Report for submittal to ACOE to meet ACOE permitting requirements,
Practicable Alternative Analysis: Assist the CITY with the preparation of an analysis
consistent with Section 404.1 (b) CFR. The CONSULTANT shall provide exhibits and
graphics as may be necessary.
Archaeological and Historical Resources: The CONSULTANT shall submit al.'
archaeological/historical information as prepared by others with the ACOE application,
Any necessary site specific cultural resource assessments are not included,
* The CONSULTANT shall prepare and tailor portions of the ERP Application specifically
ecological elements of Sections C and E of Joint ERP Application to meet ACOE
requirements.
0 The CONSULTANT shall provide a narrative description of direct, indirect and adverse
cumulative impacts anticipated as a result of impacts to the wetlanw
: A
NSULTAT of pre- & post -development wetland impacts following the
UMAM as required by the ACOE,
0 The CONSULTANT shall utilize available preservation and enhancement mitigation
opportunities on the project site and shall coordinate with a Mitigation Bank or
Mitigation Project, if necessary. The CONSULTAT shall coordinate with available
gation banks to obtain current pricing, obtain a mitigation bank credit reservation
letter for use in ACOE permitting. Mitigation design consisting of construction level
details is not included.
Mitigation Plan-, It is assumed wetland mitigation (if required) will be accomplished on-site
within Lake Monroe for the RiverWalk (Phase 111) project area. If unable to mitigate within
Lake Monroe, an amendment to this Scope of Services will be necessary.
* Narrative summary of proposed mitigation plan.
* A description of current hydrologic conditions affecting the mitigation area(s).
* A map of vegetation communities in and around the mitigation area(s).
* A detailed schedule for planting, maintenance and monitoring of mitigation area(s).
* A vegetation -planting scheme and schedule for implementation.
* Sources of plants used in mitigation area.
* Measures to be implemented during and after construction to avoid adverse impacts
related to proposed activities.
* A management plan comprising all aspects of operation and maintenance, including,
vegetation establishment and exotic and nuisance species control.
* A proposed monitoring plan to demonstrate success criteria.
* A description of activities proposed to control exotic and nuisance species should they
become established in the mitigation area.
gation design does not include construction level plans,
A preliminary cost estimate for mitigation credits verses mitigation within Lake Monroe
for the City to review.
The CONSULTANT shall prepa!re written responses to two (2) Requests for Additional
Information (RAI) by the FDEP and the ACOE regarding ecological elements of the ERP
application prepared by the CONSULTANT,
Upon receipt of the CITY and the FDOT's approval of the sixty percent (60%) plans, the
CONSULTANT shall prepare the permit applications an support ata for the appica le
regulatory agencies, including,
ACOE
FDEP, ERP Exemption
Seminole County Driveway Connection Permit
FDOT Driveway Connection "`-
'" #
eRWMD (if needed)
Note: Other required permits are listed under the Environmental Services task of this Scope of
Services.
The CONSULTANT shall coordinate the processing of the applications through the regulatory
agencies, including attendance at meetings with the agencies that may be necessary to
receive the approval, The CITY shall be financially responsible for any application or filing
fee required by the agencies.
Any modifications to the plans requested by the Regulatory Agencies pertaining to the
infrastructure design in the previously mentioned plans, required to meet code, shall be
addressed by the CONSULTANT as part of these services. Any modifications requeste t at
are not code issues, or modifications requested by the CITY will be addressed as additional
services Any other permits that may arise during the design or review process, and not
outlined above, will be handled as an additional service, as provided by the CITY.
The CONSULTANT shall perform the Landscape/Hardscape and Lighting design services for
the Trail and Roadway, The CONSULTANT shall extend the US 17-92 Streetscape from ls�
Street to the RiverWalk Project. The Landscape, Hardscape, and Lightning Design Services
are as described in Sections 9.2 through 9.4 below:
The CONSULTANT shall coordinate with the CITY during the Conceptual Design Phase to
develop the RiverWalk Project (Phase 111) theme, Based upon the CITY approved concept
plans, the CONSULTANT shall utilize all available site information (ie. survey, roadway, and
trail plans, etc.) to prepare Design Development Plans for the RiverWalk Project (Phase 111),
These items are further described as follows:
10 Hardscape: Specialty paving layout plans and pedestrian sidewalk layout plan,
Landscape plan indicating existing plants/trees to remain and proposed plantings.
Irrigation: Preliminary irrigation drawings including, sleeving, main line piping and wat
source. I
Tpon Me lesign FelMopment
and submit an estimate of probable construction costs for all improvements. T
CONSULTANT shall meet with the CITY staff during the completion of the Desi
Development Plans. The CONSULTANT shall also be available to meet with Semin
County staff during this phase of the work.
The CONSULTANT shall prepare color renderings of the: proposed designs taken fro
locations to be determined by the CONSULTANT and the CITY,
Based ugonthe_.ie roved Desi lopynent Document . the CONSULTANT shall gre_pal
complete Construction Drawings and Specifications for the work as described above. Bas
upon the final Construction Documents, the CONSULTANT shall prepare and submit
estimate of probable cost for all improvements. The estimate will be itemized by feature
facilitate analysis. The CONSULTANT shall meet with the CITY staff up to three (3) tim
during this phase of the work. The CONSULTANT shall be available to meet once
Seminole County staff during this phase of the work.
The CONSULTANT shall attend the pre-bid conference, shall answer questions which mig
arise during the bidding process, and issue any Addenda that may be necessary. 11
The CONSULTANT shall provide the Electrical Engineering of the Trail and Roadway Lighting
tM, obtain Construction/Permit Documents. The following design services for Electrical system
include:
0 Review project power and lighting requirements for the pedestrian/bike trail and roadway
to meet CITY standards.
A Locate power based on Florida Power and Light (FPL) provided information and the
requirements of the National Electrical Code, and other applicable national standards.
* Select and schedule all pedestrian lighting fixtures in accordance with city provided
fixture information and accepted standards of the Illuminating Engineering Society of
North America (IESNA) for this project type.
M Photometric Studies of walkway lighting.
• Photometric Studies of the roadway lighting
• Specify location of all lighting control systems and devices including switches, photocells,
lighting control panels and time clocks,,
4 Specify circuiting of all power systerns including panel and feeder schedules and clearly
indicating panel type, voltage and current rating, voltage drop calculations, and AIC
rating, Specify circuit wire and conduit sizing.
0 Provide power riser or one -line diagram and tabulate load calculations for compliance
with the National Electrical Code and all other applicable standards.
W Response to building department comments including any required document revision to
meet applicable code requirements are included in these basic services.
0 Estimate of Probable Costs.
The CONSULTANT shall design approximately three thousand eight hundred linear feet
(3,800 LF) of sea wall to replace an existing seawall, design an additional approximately two
thousand seven hundred linear feet (2,700 LF) of new seawall, and design up to three (3)
cantilever overlook structures. The RiverWalk Project (Phase III) begins at the west end of the
seawall being constructed under Phase 11 of the RiverWalk Project and extends west along
U,S. 17-92. The cantilever overlook structures are anticipated to be located at the pedestrian
crossing areas.
• Attend a pre design meeting with CITY and the Design Team.
• Conduct a field review of the route.
• Obtain Geotechnical Subconsultants soil and groundwater information and soil design
data for his use in designing the seawall and auger anchor system.
• Coordinate with the Civil Design Team to determine the seawall design geometry and
cantilever overlook locations,
• Prepare Design Calculations for the seawall, anchors, and overlook structures.
• Prepare ninety percent (90%) plans and specifications.
• Attend the ninety percent (90%) plan review meeting with the design team.
W, Respond to RAI's from regulatory and permitting agencies.
VA, Prepare one hundred percent (100%) plans and specifications.
Prepare Opinion of Probable Cost,
Provide assistance during the Bid Phase to respond to RFI's.
The CONSULTANT shall assist the CITY by attending a pre-bid meeting to discuss ttle
RiverWalk Project With prospective contractors and answer questions they may have about the
project design. The CONSULTANT shall assist in preparing any necessary clarifications or
addendums during the bidding phase. Prior to receipt of bids, the CONSULTANT shall update
the Opinion of Probable Costs for the Riverwalk Project and prepare the estimate on the
project bid form. In concert with the CITY, the CONSULTANT shall review and evaluate the
bids for the RiverWalk Project, attend CITY evaluation meetings and recommend award. The
CITY will be responsible for the costs of printing the bid documents, including plans, to be
used by prospective bidders and others during the bidding and construction phases.
12.2 CONSULTANT shall perform Post -Design Services and/or Construction Administratil
services in accordance with CITY. 'The CONSULTANT shall prepare an amendment to "
above Scope of Services to include the Post Design Services to the level agreed upon by t
CITY.
CITY -FURNISHED INFORMATION
j,,edisirri, selifices u-ider the sole betefit of ft,e C17,1111"tO 4RII otgordila
SCOPE OF SERVICE:
The CONSULTANT shall provide the following services:
Evaluate physical and strength characteristics of subsurface soils In proposed seawall and associated
tie -back construction areas along the southern shoreline of Lake Monroe, and in proposed light pole
foundation areas along U.S. 17-92. Perform peer review of the seawall. The following geotechnical
service shall be performed:
1.0 FIELD SERVICES,
9EN, I - I
barge location.
1.2 Mobilization of Men and Equipment- Barge Mounted Drill Rig
1 .3 Standard Penetration Test Borings (Water)
1.4 Install and Remove Casing (Water Borings)
1 .5 Mobilization of Men and Equipment -Truck Mounted Drill Rig
1,6 Standard Penetration Test Boring (Land)
1,7 Grout Seal Test Holes (Land)
M
2.1 Stratification and Visual Classification of Soil Samples
2.2 Soils Classification Testing:
22.1 Corrosion Series Tests
2.2.2 Wash 200 Size Analysis
2.2.3 Liquid and Plastic Limits
2.2.4 Moisture Content Determination
2-2.5 Organic Content Determination
parameters for use in design and construction.
I•Iiql li�j 111111111111 1; ii�ij I 1 11 111
ii III, I 1 ;11 1
A. Trail Alignment Familiarization: Review background date of tlm proposed trail alignment.
Review site data and plans to understand opportunities and constrains specific to site (power
lines, grades, crossings, trail cross sections, etc.).
B. Site Visit and Documentation of Unique Characteristics: Visit the site to review the
proposed alignment and document the corridor's unique character_
C. Context Review: Review and provide historic background information associated with the
design corridor. A diagrammatic plan shall be produced that illustrates Important historic
locations and their associated stores. Images taken during the site visit shall be included for
inspirational context,
D. Client Meeting: Establish potential interpretive program opportunities and the associated
signage and way -finding budget.
E. Trail Vision: Provide conceptual designs associated with the project character in the form
way -finding and interpretive elements unique to this portion of the corridor, while tying into the
overall Lake Monroe Loop aesthetic. The trail vision shall be illustrated through sketches and
Images. Input shall provide for additional elements associated with the project vision including
site furnishings, landscape, hardscape treatments, cross sections and overlook nodes as
treatments of these elements can help strengthen vision and sense of place.
F. Vision Refinement: Present vision, Refine design of interpretive and way -finding elements
used on CITY input, Provide input relative to placement, integration and the incorporation of
the vision into the overall landscape and hardscape aesthetic, via sketches and images.
G. Design Vision Review: Provide design intent review of plans at the 55% Design
Development and ninety percent (90%) Construction Document phases to ensure the way -
finding interpretive elements and landscape and hardscape features remain consistent with
the CITY approved vision.
11��1111 III; II11111 i I I ill IIIJ 11111�1111 � III
MII I IFill
1. Review the construction drawings, technical specifications and construction cost estimate at the
sixty percent (60%) and the ninety percent (90%) level of completion.
2. Provide written comments on the construction drawings, technical specifications and construction
cost estimate at the sixty percent (60%) and the ninety percent (90%) level of completion.
The areas for the underground utility services which shall be provided by the CONSULTANT are as
follows:
I ) The full right of way of North French Avenue from 1"t Street to West Seminole Boulevard
including the full intersection of 15t Street and North French Avenue fifty (50) feet in all
directions measured from the curve returns.
2) The triangular area containing private property and right of way for the ramps at the
southwesterly corner of the intersection of North French Avenue and West Seminole
Boulevard,
3) West Seminole Boulevard from North French Avenue to the Interstate 4 overpass from the
northerly edge of pavement to the southerly apparent right of way line.
The previously designated underground utilities shall also be verified along West Seminole Boulevard
from North French Avenue to the Interstate 4 overpass from the northerly edge of pavement to the
northerly apparent right of way line, Any underground utilities installed after the previous effort will
also be designated.
5K#T,,T,2iykff,1
NTO 049TORM11101 01TIE4 It 11414PAV
FAIT A,
CONCEPTUAL ROADWAY DESIGN
Phase No.
Phase Descriotion
Fee
21
PROJECT ADMINISTRATION
$20,460
3.1
SURVEY
3,2
Specific Purpose Topographic Survey
$29,380
313
Utility Locates
$14,525
Subsurface Utility Explorations (up to 65)
$39,000
4,1
CONCEPTUAL ROADWAY DESIGN ANALYSES
$31,220
4.2
ROADWAY DESIGN DEVELOPMENT
$148,320
Part A Expenses
$4,000
PART A SUBTOTAL
$286,905
PART B:
TRAIL ENGINEERING
Phase No.
Phase Description
Fee
5.1
TRAIL ENGINEERING
5.2
Project Administration
$47,740
5.3
Conceptual Analysis & Design
$20,500
5.4
Preliminary Engineering Analysis & Design
$155,980
S'S
Final Design Phase
$646,275
611
ENVIRONMENTAL SERVICES
6.2
Prelim. Eco. Assessment
$6,500
63
FDEP Permitting
$9,500
6.4
ALOE Permitting
$8,500
H
Wetiand Mitigation Design
$4,900
6,6
RAI's
6,7
Meetings/Coordination
$6,000
7.4
PERMITTING PHASE
$55,000
6,1
SPECIFICATIONS
$24,760
9A
LANDSCAPEIHARDSCAPE DESIGN SERVICES
9.2
ThemeNision/Conceptual Design
$10,200
Design Development and Construction Docs
$49,680
9.3
Irrigation Design
$5,060
9.4
Lighting Design Services
$75,500
110.1
STRUCTURAL DESIGN SERVICES
%tll
Seawall and Anchor Design
$235,400
101,2
Cantilever Overlook Decks
$66,300
ill BIDDING $.
GEOTECHNICAL
STRUCTURAL. $109,01
• w M M 1 �"w I'
Ordonez, Marisol
Fronr
McDeed, Christopher
Sent:
Thursday, September 17,2015 8:00 AM
To:
Ordonez, Marisol
Subject, RE: Back up- quotes or documentation Req # 64908 and 64909
Here is a list of some of the vendors I reached out to for this type of work.
Protiviti —They would only utilize a block purchase of hours with no scope of work at $200 per hour purchased in blocks
of 40.,
IncWorx Consulting — I don't recall the details on this one, we schedule a call and discussed the project. They did not
provide a quote. I believe they were only interested in doing a full implementation and not just the work we need. IE
their scope would have been training, design meetings, and other City involvement which would be way more than we
needed.
Sharepointmaven — Great site, and great resources, but they only work with SharePoint online installations and not on
Premise. We are an an premise installation.
Rackspace —would only assist if we purchased the hardware/outsourced for a full hosting package.
Planet Technologies —We have actually been using them fore this type of work using our Microsoft credits and their
service has been horrible. Mostly their response time, takes months to schedule a tech to be available and typically the
work is not completed.
Christopher M. McDeed
IT Manager
City of Sanford
Phone: 407.688.5024
From: Ordonez, Marisol
Sent: Wednesday, September 16, 2015 9:08 AM
To: McDeed, Christopher <Chr�istopher.McDeed@Sanfordfl.gov>
Subject: RE: Back up- quotes or documentation Req # 64908 and 64909
Can you provide the name of the other vendor I will add them in the quote field and add a penny with a brief
description? Thanl(s
Purchasing Technician
Finance Dept., Purchasing Div Ste 236
City of Sanford
300 N Park Ave
Sanford, FL 32771-1244
aff-Tffllvs. M 1
email: marisol.ordongK2sanfordfl. ov
web: www.sanfordfl.go
Bids are posted on www.myvendorlink.com
?-A I tA 161 N�
From: McDeed, Christopher
Sent: Tuesday, September 15, 2015 9:48 AM
To: Ordonez, Marisol
Subject: RE: Back up- quotes or documentation Req ft 64909 and 64909
ZEM
Attached is the SOW from Perficient that I worked with them on to develop. I searched out other organizations, most
were not willing to do a project of this small scope and wanted to engage in much more. I did find one other company
that would assist; however, they would not commit to anything other than we could purchase time in 40 hour blocks
and whatever time it took, it took, so I couldn't get a more firm price from them.
As for Nitzan, what do you want for him, his resume, a list of other people interviewed for the opportunity?
Christopher M, M.cDeed
IT Manager
City of Sanford
Phone, 407.688.5024,
From: Ordonez, Marisol
Sent: Tuesday, September 15, 2015 9:38 AM
To: McDeed, Christopher <Ch risto o her. Mc Deed @Sanfo rdfl.gov>
Sp
[41#1411DIOUBUX4180 I IN N K01 gala "NUT
Purchasing Technician
Finance Dept., Purchasing Div Ste 236
City of Sanford
300 N Park Ave
Sanford, FL 32771-1244
Fax: 407.688 .5021
email: 'marisol.ordonez@sanf6rdfl.go
web: www.sanfordfLgqy
rARVAID "I'M114uh
0 a A ik, L, I 'Fil I a f. I N f
ly# avill 1 val a Ima awas 141'aalwAsm V
IN
� �
ti �W ��� � 14"IV �pf d rw �.