1730 CPH RFQ 14/15-19 SR 46 Utility Relocations DesignEj I ml- I
- ETTEIRT&I
/J3o
Tuesday, November 10, 2015
Toe City Clerk
RE: RFQ 14/15 -19 SR 46 Utility Relocations Design Services Agreement —CPH
Inc.,
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
❑ Mayor's signature
❑ Recording_ _
endering
® Safe keeping (Vi
> y g
❑ Payment Bond
❑ City Manager Signature
❑ City Clerk Attest/Signature
❑ City Attorney /Signature
Special Instructions: Record keeping — original contract
Ma4-4o4, Orotoc�'
From
T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc
Date
i
Contract Agreement Name: RFQ 14/15 -19 SR 46 Utility Relocations Design
Services Agreement —CPH Inc.,
. ,
Finance Di ector
city
N
alqjo-
Date
Date
AGREEMENT BY AND BETWEEN
TYR �ITX
• S4.
THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
A�day of AAng! �{ , 2015, by and between the City of Sanford, Florida, a
Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300
North Park Avenue, Sanford, Florida 32771, and CPH, Inc., a Florida corporation, (CPH,
Inc. throughout)") whose address is 500 West Fulton Street, Sanford, Florida 32771,.
The City and CPH, Inc. may be collectively referenced herein as the "parties".
WITNESSETH:
IN CONSIDERATION of the mutual covenants, promises, and representations
contained herein and other good and valuable consideration, the receipt and sufficiency
of which is hereby acknowledged, the parties hereto agree as follows:
Section 1. Recitals. The above recitals are true and form a material part of
this Agreement upon which the parties have relied.
Section 2. Authority. Each party hereto represents to the other that it has
undertaken all necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations imposed on it.
The persons executing this Agreement for each party certify that they are authorized to
bind the party fully to the terms of this Agreement.
Section 3. Scope of Agreement. This Agreement is for the goods and
services as set forth in Exhibit "A" and Exhibit "B". which include the procurement
solicitation documents, the responses thereto from CPH, Inc. and the Purchase Order
and documents related thereto as issued by the City (all of which are incorporated
herein as if fully set forth herein verbatim) and it is recognized that CPH, Inc. shall
perform services as otherwise directed by the City all of such services to include all
labor and materials that may be required including, but in no way limited to, the goods
and services provided by subconsultants as may be approved by the City within the
amount of compensation to be paid to CPH, Inc.
Section 4. Effective Date and Term of Agreement. This Agreement
shall take effect on the date that this Agreement is fully executed by the Parties hereto.
This Agreement shall remain in effect until the services provided as set forth in Exhibit
"A" have been fully performed in accordance with the requirements of the City; provided,
however, that, the indemnification provisions and insurance provisions of the City's
standard contractual terms and conditions shall not terminate and the protections
afforded to the City shall continue in effect subsequent to such services being provided
by CPH, Inc. No services have commenced prior to the execution of this Agreement that
would entitle CPH, Inc. for any compensation therefor.
a - e
tr
Section 5. Compensation. The parties agree to compensation as set forth
in Exhibit "B" (the City's Purchase Order). This is a fixed fee agreement and all goods
and services necessary for the services and the procurement are included in the fixed
fee payable to CPH, Inc.
Section 6. Standard Contractual Terms and Conditions. All "Standard
Contractual Terms and Conditions ", as provided on the City's website, apply to this
Agreement. Such Terms and Conditions may be found at the City website
(www. Sanford FL. gov). The parties shall also be bound by the purchasing policies and
procedures of the City as well as the controlling provisions of Florida law.
Section 7. CPH, Inc.'s Mandatory Compliance with Chapter 119, Florida
Statutes, and Public Records Requests.
In order to comply with Section 119.0701, Florida Statutes, public records laws,
CPH, Inc. must:
(A). Keep and maintain public records that ordinarily and necessarily would be
required by the City in order to perform the service.
(b). Provide the public with access to public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(c). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized by
law.
(d). Meet all requirements for retaining public records and transfer, at no cost,
to the City all public records in possession of CPH, Inc. upon termination of the contract
and destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. All records stored electronically must be
provided to the City in a format that is compatible with the information technology
systems of the City.
(e). If CPH, Inc. does not comply with a public records request, the City shall
enforce the contract provisions in accordance with this Agreement.
(f). Failure by CPH, Inc. to grant such public access and comply with public
records requests shall be grounds for immediate unilateral cancellation of this
Agreement by the City. CPH, Inc. shall promptly provide the City with a copy of any
request to inspect or copy public records in possession of CPH, Inc. and shall promptly
provide the City with a copy of CPH, Inc.'s response to each such request.
Section 8. Time is of the Essence. Time is hereby declared of the essence
as to the lawful performance of all duties and obligations set forth in this Agreement.
Section 9. Entire AgreementlModification. This Agreement, together with all
"Standard Contractual Terms and Conditions", as provided on the City's website, and
including, without limitation, the exhibits hereto, constitutes the entire integrated
agreement between the City and CPH, Inc. and supersedes and controls over any and
all prior agreements, understandings, representations, correspondence and statements
whether written or oral in connection therewith and all the terms and provisions
contained herein constitute the full and complete agreement between the parties hereto
to the date hereof. This Agreement may only be amended, supplemented or modified by
a formal written amendment of equal dignity herewith.
Section 10. Severabillity. If any term, provision or condition contained in this
Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to persons or
circumstances other than those in respect of which it is invalid or unenforceable, shall
not be affected thereby, and each term, provision and condition of this Agreement shall
be valid and enforceable to the fullest extent permitted by law when consistent with
equity and the public interest.
Section 11. Waiver. The failure of the City to insist in any instance upon
the strict performance of any provision of this Agreement, or to exercise any right or
privilege granted to the City hereunder shall not constitute or be construed as a waiver
of any such provision or right and the same shall continue in force.
Section 12. Captions. The section headings and captions of this Agreement
are for convenience and reference only and in no way define, limit, describe the scope
or intent of this Agreement or any part thereof, or in any way affect this Agreement or
construe any provision of this Agreement.
Section 13. Counterparts. This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original, but all of which,
taken together, shall constitute one and the same document.
Section 14. Binding Effect. This Agreement shall be binding upon and
inure to the benefit of the successors in interest, transferees and assigns of the parties.
Each party hereto represents to the other that it has undertaken all necessary actions to
execute this Agreement, and that it has the legal authority to enter into this Agreement
and to undertake all obligations imposed on it. The signatories hereof represent that
they have the requisite and legal authority to execute this Agreement and bind the
respective parties herein.
Section 15. Remedies. The rights and remedies of the parties, provided for
under this Agreement, are in addition to any other rights and remedies provided by law
or otherwise necessary in the public interest.
3 1 P a ge
C11
Section 16. Governing law, Venue and Interpretation. This Agreement is
to be governed by the laws of the State of Florida. Venue for any legal proceeding
related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for
Seminole County, Florida. This Agreement is the result of bona fide arms length
negotiations between the City and CPH, Inc., and all parties have contributed
substantially and materially to the preparation of the Agreement. Accordingly, this
Agreement shall not be construed or interpreted more strictly against any one party.
than against any other party and all provisions shall be applied to fulfill the public
interest.
IN WITNESS WHEREOF, the City and CPH, Inc. have executed this instrument
for the purpose herein expressed.
Attest.
THE CITY OF
By:
r Jeff Triplett
Cynthig Porter, City Clerk Mayor
Dated: —I 1- 1 -7 - 15 Dated:
Attest.
r 1►,L'�
F
By: Jf °
David A. Gierach
Patricia Hunt President/Director/Treasurer
Secretary Dated: I I -q- 11�
DATE: 11/04/15 PURCHASE ORDER
PO NUMBER '034523
CITY OF SANFORD
P.O. BOX 1788
PURCHASING OFFICE: 407:688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE
ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT,
P.O. BOX 1788
FACSIMILE: 407.688.5021 - FLORIDA TAX EXEMPT NO.: 858012621681 C-8
SANFORD, FL 32772
VENDOR NO.: 219
TO: SHIP TO:
CPH,INC CITY OF SANFORD
500 WEST FULTON ST 300 N PARK AVENUE
SANFORD, FL 3277 -1 SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
SID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
55015:
09/3,0/16
NET /30
ACCOUNT NO.: PROJECT NO.:
452 - 4 .. 30= 536.45 -0O
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
1
SR 46 UTILITY RELOCATION
220158.00
NA
1.00
.220158.00
(MELLONVILLE & SR 41:5)
RFQ 14/15 -19
SURVEYING SERVICES $19,075
ENVIRONMENTAL /ECOLOGICAL SERVICES
$ 45,180.00
GOPHER TORTOISE PERMITTING AND
RELOCATIONS
(SF NEEDED) $16,937
DESIGN AND PERMITTING SERVICES
$95,925
POST 'DESIGN AND SERVICES $ 43,041
TOTAL OF $ 220,158.00
SUB
TOTAL
220158.00'
TOTAL
220158.00
APPROVED BY. ¢ APPROVI BY'
I PURCHA AG NT CITY MANAGER
ALL PACKAGES AND INVOICES ASSOCIATED WITH T S P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP:/I WWW. SANFORDFL. GOV( DEPARTMENTSIPURCHASEITERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
1, By accepting this Purchase Order (PD) 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. arms and Conditions may be varied only by written amendment signed
2, All information referenced is hereby incorporated into the PD. These T
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 PD in whole or in part at any time for default by written notice to the
Vendor. The 04, 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 noted within the terms of this 00. Regardless of the indicated F.O.B.
point, the City does not accept title until the delivery is acknowledged by an a uthorized City representative"
5. Prices stated on this PD are firm, all inclusive and consistent with applicable negotiations, bid(s) and/or quotations. The City is exempt from
the Florida Sales and Use Tax and will Furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be
allowed unless explicitly indicated on the PD, This order is hereby cancelled, if pricing is omitted.
6. The Vendor warrants that any material or equipment Supplied hereunder is new, unused condition and free from defects in title,
workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished
under this PD 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 manufa cturers'warranties shall be
furnished at the time of delivery.
7, The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and/or services with the requirements
of this 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 ty's demand,
8, All tools or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the 'CI
be used only an 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. Tile Vendor actrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and
authority having jurisdiction over the purchase.
10. To the fullest extent permitted by law, the Vendor 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
immunities of the City as set forth in Section 768.28, Florida Statutes.
11, The Vendor shall not assign this PD, any rights under this PD or any monies due or to become due hereunder nor delegate or subcontract any
obligations or work hereunder wl thout the prior written consent of the City.
12. The Vendor shall not disclose the existence of this PD without prior written consent of the Citly except as may be required to perform this PO.
13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging
specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the
applicable PD number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in
49CFR 1399, OSHA regulations 29 CFR 4999.
14, The Vendor shall perform the obligations of this PD as an independent contractor and under no circumstances shall It be considered as agent
or employee of the City,
15. The Vendor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures.
16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor's
name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment
terms; g) Description of goods/services; 11) quantity; I) Unit price; j) Extended price; k) Total, The City has the right to reconcile invoice with
the PD and adjust payment accordingly to Comply with the PD. Payment will be made only to the Vendor identified on the PD and for received
and accepted goodsiservices. The City shall have right at any time to set-off any amounts due to the Vendor against any amounts owed to
the City by the Vendor and shall in the case of Vendor default retain the right to further adjust payments as consistent with the best interests
of the City.
17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the
City and the stipulations, terms and conditions of this PD. Any cash discount period will date from receipt of invoice, receipt of actual delivery
or date of invoice, which ever is later,
18. It this PD involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall
request Information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required,
Vendor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Purchase Order, immediately suspend
performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance
with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List.
19. The failure of the city to enforce any provision of this PD, exercise any right or privilege granted to the City hereunder shall not constitute or
be construed as a waiver of any such provision or right and the same shall continue in force.
20, The Vendor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any
additional relevant information, including MSDS, related to the Material being purchased herein.
21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor's applicable literature relevant to
the purchase. The Vendor agrees to advise the city of any updated Information relative to the foregoing literature and documentation with
timely written notice.
22. A person or affiliate Who has been removed from the City's Vendor list may not submit, a bid or transact business with the City in excess of
Category Two fora period of thirty-six (36) months from the date of being removed from the City's Vendor Lisr,
23. in compliance with 8 U.S,C, Section 1324a(e) [Section 274A(e) of tire immigration and Nationality Act (INA)], the City will not intentionally
make an award or upon discovery of a violation will unilaterally cancel this PD with any contractor who knowingly employs unauthorized alien
workers.
24, This PD shall be governed by and Interpreted in accordance with the laws of the State of"Florida. in any action or proceeding required to
enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circult in and for Seminole County, Florida
Purchasing Dept., Tel 407.688.5028 or 407.688.5030 Fax: 407.688.5021
Finance Dept 407.688.SO20
October 8, 2015
Mr. Paul Moore, P,E,
Utility Director
City of Sanford Utility Dept.
P.O, Box 1788
Sanford, Florida 32772
Re: SR 46 Utility Relocations
(Mellonville Ave. to SR 415)
Dear Paul:
5()o West Fullon Strix't
Sanford, FL 327". 1
Phone: 4073110441
Fnx; 407.330-0039
V\/e are pleased to present the attached proposal for the relocation of existing utilities along a 23
mile stretch of SR 46 between Mellonville Ave. and SR 415. Our proposed fee is summarized as
follows:
Task
No.
Description
Surveyincl Services
Labor
$18,975.00
Ex enses
$100.00
Permit
AE!pl. Fees
Subconsultants
Total
$19,075.00
1
Environmental /Ecological
Services
$43,800.00
$530.00
$850.00
$45,180.00
3
Gopher Tortoise Permitting
and Relocations (if
Needed)
$5,65000
$180.00
$1,757.00
$9,350.00
$16,937,00
4
Design and Permitting
Services
$9422500
-.00
$800.00
$900♦00
$95,925.D0
5
Post Design Services
$42,010
$1,031.00
$43,041-00
TOTAL
We appreciate the opportunity to provide these services. if you have any questions regarding the
project or attached-proposed Scope of Services, please do not hesitate to call.
Sincerely,
CPH, Inc.
N, Katriina Bowman, P.E., CCS
Vice President/Associate
SCOPE OF SERVICES
October 8, 2015
CPH, Inc.
Limited Survey, Design, Permitting, and Post Design Services
BASIC SERVICES OF THE CONSULTANT
1.1 CPI, Inc., herein identified as CONSULTANT agrees to perform professional
engineering services in connection with the project as hereinafter stated.
1.2 The CONSULTANT shall serve as the CITY's professional engineering
representative in those phases of the project to which this Scope of Services
applies, and shall give consultation and advice to the CITY during the
performance of its services.
1.3 The purpose of the project is to relocate existing utilities along a 2.7 mile
stretch of SR 46 between Mellonville Ave. and SR 415. The CITY's utilities
are required to be relocated to accommodate the SR 46 widening to be
constructed by the Florida Dept. of Transportation (FDOT). This Scope of
Services proposes relocating City owned utilities from the SR 46 Right-of-
Way {R/W) onto the Orlando Sanford International Airport (OSIA) property
between Mellonville Ave. and Beardall Ave. The advantage of this is it gets
the new City utilities away from large wet ditches and culverts proposed to be
constructed on the south side of SR 46. Also, another potential advantage is
that in the event there are future FDOT projects (such as a recreational trail,
traffic signals or additional drainage improvements) on the south side of SR
46 between Mellonville Ave. and Beardall Ave., the City utilities will be outside
FDOT R/W and FDOT won't be able to demand City relocations for utilities on
the airport property.
2.1 Task I - Surveying Services
2AA The CONSULTANT will perform a Topographic Survey 20 feet south of the
new south right of way line of SR 46 lying between Mellonville Avenue and
the east right of way line of Beardall Avenue being approximately 10,775
linear feet. Topographic Survey will include a 10' overlap north and south of
the 20 feet as per Chapter 5J-17 of the Florida Administrative Code in
compliance with the standards of practice of surveying and mapping of the
RZIMMM
scope a semees - SR 46 Utility Rejocations 1040-1 5.v.10tx
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
State of Florida. The CONSULTANT will utilize existing control points as
indicated on State of Florida Department of Transportation Contract Plans
Financial Project ID 240216-2-52-01
2.1.2 The topographic survey includes locating visible improvements within the
survey area. The topographic survey also includes locating above ground
visible utility components such as utility poles, traffic signal poles and
controller cabinets, transformers, telecommunication service boxes, meter
boxes, valve boxes, and hydrants.
2.1.3 The CONSULTANT will locate wetland lines as flagged by as part of the
CONSULTANT's Environmental / Ecological Services conducted under Task
2. The CONSULTANT will collect topographic data within dry/accessible
wetland areas up to deep muck or water.
2.1.4 Trees along the survey corridor will be located by survey where the existing
trees are 24-inch diameter and larger at breast height. All other trees that are
either smaller than 24 inches or are outside the survey corridor will not be
surveyed_
2.1.5 The survey will show spot elevations including swales, edge-of-pavement,
and centerline at 100' cross section spacing with additional spot elevations
shown at structures and changes in grade-
2.1.6 The project coordinate system will be based horizontally on the North
American Datum 83 (NAD 83). The project will be referenced to state plane
coordinates by field locating published control points. The National Geodetic
Survey control points will be researched and verified in the field. This base of'
reference will be used to establish the coordinate system for the project.
2-1-7 The project will be based on the North American Vertical Datum 88 (NAVD
88). The project will be referenced to these published elevations by field
locating published benchmarks. The National Geodetic Survey benchmarks
will be researched and verified in the field. Horizontal and vertical control
points will be established for the project as required by the standards of
practice of the State of Florida Rule Chapter 5J-17, Florida Administrative
Code 5J-17.052 (3)(b)1 b. and 5J-17.052 (3)(d) as follows, which requires
Benchmarks to be set no farther than 1,200 feet apart along the route since
the proposed construction is a water main.
Scope of Sermicez -SR, 46 Utiky RoIcMliom 10,08-15 do--.
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
2.1.8 The CONSULTANT will provide to the CITY three (3) signed and sealed
copies and one (1) PDF copy of the Topographic Survey at the completion of
its work.
2.2 Task 2 • Environmental I Ecological Services
2.2.1 The CONSULTANT will conduct an ecological assessment of the State Road
46 Utility Relocation Area along the south side of State Road 46 from
Mellonville Avenue to Beardall Avenue to accommodate the widening of State
Road 46. Throughout the project, the CONSULTANT will meet or participate
in telephone conferences with the Client, and/or other project consultants as
necessary to properly coordinate performance of the contracted tasks.
2.2.2 In order to prepare preliminary plans for submittal to FDEP and the ALOE as
quickly as possible, the wetland lines along the project corridor will be flagged
by the CONSULTANT as one of the first environmental services tasks. All
wetland delineations Will be,based on a 20-foot wide corridor and will extend 5
feet outside project limits. The wetland boundaries will be delineated
according to methodologies outlined in the 1987 Corps Wetland Delineation
Manual and Supplemental documents and the Florida Unified Wetland
Delineation Methodology (Chapter 62-340, F.A.C.). The wetland limits will be
identified by numbered flagging and/or staking. Seasonal high and normal
pool elevations will be marked in the field within the delineated wetlands, if
applicable.
2.2.3 Habitat and land use mapping will include a field survey of the corridor and 30
feet on each side of the corridor and interpretation of aerial photographs to
delineate the approximate extent and configuration of existing vegetation and
land uses of the site. Mapping will follow the Florida Land Use, Cover and
Forms Classification System (FLUCFCS) (FDOT 1999). A Preliminary
Habitat & Land Use map (FLUCFCS, map) will be prepared for use in project
permitting. CPH will also prepare a Post- Development FLUCFCS Map for
purposes of the permitting process.
2.2.4 A preliminary wildlife survey will be conducted through general
reconnaissance of the corridor and 30 feet on each side of the corridor, for
the occurrence or potential occurrence of protected species (threatened,
endangered or species of special concern). The approximate location of all
observed protected species will be identified on the FLUCFCS Map, CPH
shall provide advisement in a memorandum to the Client documenting the
Page 3 of 10
Sool* of Ssrvicas-SR 45 Wkly Rel"MUMIS 10-03-15-ftty
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design SeRiices
October 8, 2015
findings of the wildlife survey. Species specific surveys are not included in
this task but can be provide as an additional service.
2.2.5 For the FDEP ERP environmental permitting, this scope includes arranging
for and conducting a field review of the estimated wetland limits 'with
representatives of FDEP as part of the permit application submittal. It is
anticipated the field review will take one (1) day.
2.2.6 The CONSULTANT will obtain a letter from the State Historic Preservation
officer for inclusion with the application to address -Archaeological and
Historical Resources. Any necessary site specific cultural resource
assessments are not included.
2.2.7 The CONSULTANT will attend one (1) pre-application meeting with FDEP.
2.2.8 The CONSULTANT will coordinate with the CITY as may be required in the
preparation of the ecological elements of the ERP application to FDEP.
2.2.9 The CONSULTANT will conduct an analysis of pre- and post-development
wetland impacts and mitigation value following the Unified Mitigation
Assessment Methodology (UMAM). The UMAM variables will. include the
following: Adjacent upland support/wetland buffer; Water quality input and
treatment systems; Wildlife utilization; Wetland vegetative cover; and Field
indicators of hydrology. Relative weighting factors will include: Established
watershed issues; Benefits to important adjacent areas; Threatened or
endangered species; and Scarce habitats. Support information for purposes
of the baseline UMAM will include: Soil Map; Topography Map; and Area
Hydrology/Drainage Map. The post-development UMAM -analysis will also
require the weighting of each UMAM variable before the final UMAM value is
calculated.
2.2.10 The CONSULTANT will coordinate the approval of a Mitigation Plan to
compensate for any proposed unavoidable and adverse wetland impacts, if
required. The CONSULTANT assumes credits would be purchased from a
Mitigation Bank.
2.2.11 This scope includes preparation of written responses to two (2) Request for
Additional Information (RAI) by the FDEP regarding elements of the ERP
application prepared by the CONSULTANT.
Scope oiServtzes- SP46UMAy Relamtrom 10-0845d=
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
2.2.12 The level of ACHE permitting required depends on the amount of wetland
impacts. Impacts that are less than 0.5 acres can be permitted under the
Nationwide Permit, which is a simplified process. Where impacts are 0.5
acres or greater, more detailed ACOE perm itting (ACOE individual permit)
and coordination with ACOE is required. For the purposes of this Scope, it is
assumed wetland impacts will NOT exceed 0.5 acres. The CONSULTANT
will prepare and submit a letter request to the ACOE for issuance of a
Nationwide Permit (NWP). This task includes the following: exhibits and
graphics as may be necessary, including Project boundaries on USGS
quadrangle map; Names of all wetlands and/or water bodies to be dredged,
filled, etc.-, 8.5" by 11.0" drawings that show wetland impacts, cross sections,
and conceptual development plan; descriptions of the proposed project;
Acreage of wetlands or other surface water to be disturbed; and Narrative
summary of proposed mitigation plan, as applicable to supplement the FDEP
ERP submittal.
2.2.13 For ACOE jurisdictional determination, the CONSULTANT will prepare a
wetland jurisdiction determination. For purposes of this determination, the
CONSULTANT will prepare and submit to ACOE a "jurisdiction request
packag&'. This package will include the following: Site Location Map — a
street map locating the site; 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; wetland location map — with wetlands
numbered with federal jurisdiction identified.
2.2.14 For ACOE jurisdictional determination, the CONSULTANT will prepare a
wetland jurisdiction determination. For purposes of this determination, The
CONSULTANT will prepare and submit to ACOE a "jurisdiction request
package",. This package will 'include the following: Site Location Map — a
street map locating the site; 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; wetland location map — with wetlands
numbered With federal jurisdiction identified.
2.2.15 The CONSULTANT will provide a, narrative description of direct, indirect and
adverse cumulative impacts anticipated as a result of impacts to the wetlands.,
.Scope eSemizes- SP 46 UWAY Retucallms 104)&15-d0C(
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design SeRtices
October 8, 2015
2.2.16 The CONSULTANT will prepare written responses to two (2) RAI by the
ALOE regarding the Nationwide Permit prepared by the CONSULTANT.
2-3 Task 3 - Gopher Tortoise Permitting and Relocations (if Needed)
2.3.1 According to Florida Fish and Wildlife Conservation Commission (FFNNGC)
regulations, project activities within 25 feet of a gopher tortoise burrow will
require consultation and permitting to address the presence of the tortoise.
Based on the findings of the ecological assessment conducted under Task 2
(item 1), in the event gopher tortoises have been found within the construction
area or within 25-ft of the construction area, the CONSULTANT will prepare
and submit a permit application to the FFWCC for the off-site relocation of
tortoises, field locate burrows using hand held GPS, plot locations on aerial
map, submit to FFWCC along with permit application, meet with FFWCC,
respond to FFWCC BFI's. This Scope of Services is based on the
assumption that up to 10 active gopher tortoise burrows will be found within
the construction area or within 25-ft of a construction area, and includes the
FFWCC mitigation contribution fee which is $207 (for the first 5 active gopher
tortoise burrows) + $310 1 active gopher tortoise burrow for each additional
active gopher tortoise burrow (more than 5 active gopher tortoise burrows but
no more than 10 active gopher tortoise burrows), resulting in a total FFWCC
mitigation contribution fee of $1,757.00.
2.3.2 The CONSULTANT will conduct gopher tortoise burrow excavation and
relocation, based on a total of 10 gopher tortoises requiring relocation, and
will conduct any pre and post notifications with FFWCC and coordinate with
the recipient site.
2.4 Task 4 - Design and Permitting Services
2.4.1 The CONSULTANT shall review FDOT plans and the need for a potential
project corridor on airport property. The CONSULTANT shall provide
information to the City on the proposed project alignment and proposed
construction.
2.4.2 Microstation CAD files will be provided by FDOT to the CONSULTANT. The
CONSULTANT shall convert the Microstation files to ACRD files, and set up
sheets and borders using converted fonts and line types. The portion of the
Scope of Spmzsy- SR 46 UOURY RekaMHMS 10-08-A&dGu
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
project that is surveyed airport property will be added to the FDOT provided
drawings.
2.4.3 The CONSULTANT shall field review the route and completed survey to
assess construction areas and add information to completed survey as
necessary.
2.4.4 The CONSULTANT shall attend the FDOT utility coordination meeting along
with City staff. The purpose of the coordination meeting is to determine City
utility relocation sequencing and activity durations in conjunction with FDOT
construction since City and FDOT construction will be taking place at the
same time.
2.4.5 The CONSULTANT shall meet with the CITY and FDOT to coordinate the
Utility Work by Utility Agency/Owner (UAOs). The CONSULTANT will assist
the CI-17Y with the information needed to fill out the forms.
2.4.6 The CONSULTANT shall meet with the airport staff to coordinate the
proposed construction on airport property and review airport construction
requirements,
2.4.7 The CONSULTANT shall prepare- preliminary plans (60% design plans)
consisting of plan view of the reclaimed water main (showing open cut,
directional drill, and lack and bore construction), plus proposed valves,
fittings, and connection points. The CONSULTANT shall also prepare a
Preliminary Opinion of Probable Construction cost (POPCC) based on the
60% plans.
2.4.8 The CONSULTANT shall submit the 60% Plans (one set full size 22 "x34" and
three sets half size 11 "x1 7"); three copies of the POPCC (81/2" xi 1 "); and one
CD containing PDF files of the plans and POPCC. The CONSULTANT shall
meet with the CITY to review 60% plans and POPCC, and shall make minor
revisions as requested by CITY.
2.4.9 The CONSULTANT shall prepare construction plans (13980 linear feet route)
that will be approximately 90% complete. The construction plans to be
prepared under this Scope of Services include:
3> Cover Sheet
)> Summary of Quantities
SCGpe! Of Services - SR 45 UW.fty RetmaliOnS 10-05-15-d=
SCOPE, OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
Survey (Approx. 9 Sheets)
they Sheet
General Notes
> Plan and Profile - (24 sheets, 1 "=20' scale)
Utility Details (1 Sheet)
2.4,10 The CONSULTANT shall prepare the FDOT required Utility Work Schedule
(UWS) for all of the CITY's utility relocations. The U\NS will be submitted to
the CITY for review, and upon CITY review, CITY comments will be
incorporated within the UWS. The Uk/VS will then be submitted to FDOT.
2.4.11 The CONSULTANT shall prepare a Project Manual consisting of Technical
Specifications and front end bidding documents, and will update the POPCC
by preparing an Opinion of Probable Construction Cost (OPCC). Airport
requirements (such as safety and badging) will be included in the Project
Manual and notes on the construction plans.
2.4.12 The CONSULTANT shall submit to the CITY and the airport the 90% Plans
(one set full size 22"x34" and three sets half size 11 "x17 "); three copies of the
OPCC (812' x11 "); three copies of the Project Manual (81/2" x11 ") and one CD
containing PDF files of the plans, OPCC, and Project Manual. The
CONSULTANT shall meet with the CITY to review 90% plans, OPCC, and
Project Manual and shall make minor revisions as requested by CITY.
2.4.13 The CONSULTANT shall address FDOT comments on the submitted UWS
and revise the UWS as required by FDOT.
2.4.14 The CONSULTANT shall fill out a total of tip to two (2) Florida Department of
Environmental Protection (FDEP) Permit Applications (one for the force main
relocations and one for the water main relocations). The CONSULTANT shall
submit the applications and plans to FDEP, and respond to request(s) 'for
additional information from FDEP as needed. Note: This item includes
payment of two FDEP Permit Application Fees: $650 for the water permit
application fee plus $250 for the sewer permit application fee.
2.4.15 The CONSULTANT shall provide written responses 'to FDEP concerning
requests for additional information. The CONSULTANT will revise the
drawings in response to FDEP comments as needed (draft responses will be
sent to the CITY for its review).
Scope at SLrA:e!,- SR 46 UVIRY Relocallotr ("a-15dc=
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
2.4.1 G The CONSULTANT shall submit the 100% Plans (one set full size 22 'x34"
and three sets half size 11 "x17 "); three copies of the OPCC (81/2" x11 "); and
two copies of the Project Manual: and one CD containing PDF files of the
plans, OP CC, CC, and Project Manual to the CITY.
2.5 Task 5 - Post Design Services
2.5.1 The CONSULTANT shall provide bid phase assistance to the CITY consisting
of preparing written responses to bidder questions forwarded by the CITY;
issuing to the CITY clarifications as needed to clarify the design; and
preparing addenda items for the CITY's use.
2.5.2 The CONSULTANT shall prepare conformed documents and distribute up to
10 sets of the conformed Contract Documents for Contractor and City use
during construction.
2.5.3 The CONSULTANT shall prepare the agenda, coordinate and attend
preconstruction meeting, issue meeting notes.
2.5.4 The CONSULTANT shall review Shop Drawings and submittals, coordinate
with the CITY on distribution of submittals and compilation of the submittal
review comments of all parties, distribute reviewed submittals (including
comments) to the Contractor.
2.5.5 The CITY shall, on a monthly basis, field review the Contractor's application
for payment in terms of construction quantities and completion of items for
which payment is requested, The CONSULTANT shall take CITY's reviewed
construction quantities and review the payment application package
submitted by the Contractor, and recommend approval in writing of payments
to the Contractor in such amounts, in consultation with the CITY and in
consideration of its own general knowledge of the status of work based on its
field reviews, and based on its review of items such as required Releases of
Lien. It is assumed there will be nine (9) Applications for Payment during
construction.
2.5.6 The CONSULTANT shall provide limited construction administration services
during construction, which includes the following: responding to requests for
additional information from either the CITY or the Contractor and preparing
written responses as needed; attending field reviews as requested by either
the CITY or the Contractor; reviewing proposed changes to the work
Page 9 of 10
Scope off, Services - SR 45 LOW RelocabonS 10,06-15 W—M.'
SCOPE OF SERVICES
SR 46 Utility Relocations (Mellonville Ave. to SR 41
Limited Survey, Design, Permitting, and Post Design Services
October 8, 2015
presented by either CITY or the Contractor, The CONSULTANT will issue all
instructions of the CITY to the Contractor and prepare routine Change Orders
for the CITY's use as required. The budget for this Task is based on
approximately 2 hours per week for 39 Weeks during construction.
2.5,7 Inspection during construction will be by the CITY- 'The CONSULTANT will
provide limited inspection in the amount of approximately four (4) hours per
week for thirty-nine (39) weeks during field construction.
2.5.8 Along with the CITY, the CONSULTANT shall attend the Final Walk Through
and Prepare the Punch List.
2.5.9 The CONSULTANT shall prepare Record Drawings based on survey
information (ACAD files) provided by Contractor and information provided by
the CITY inspectors. Three signed and sealed sets of the record drawings
(on 22"x34" paper) plus PDF files and AutoCAD files of the record drawings
will be provided to the CITY.
2.5.10 The CONSULTANT shall provide closeout documents, including required
certifications to regulatory agencies.
Not Included
The following related services are not included in the Scope of Services, but can be
provided at a later date at an additional fee, upon approval of the City:
1. Boundary Survey
2. ALTA/ACSM Land Title Survey
3. Preparation of Easement documents
4. Construction Layout
5. Performance of any additional field studies /surveys, site analysis or similar
investigations if required by FDEP or ACOE.
6. A Section 7 or a Section 10 consultation for impacts to federally listed
protected species
7. Field surveys, management plans and permitting for impacts to State listed
protected species other than up to ten (10) Gopher Tortoise Permitting and
Relocations identified in Task 3
3- Preparation of Easement documents,
9- Construction Layout
Page 10 of 10
Scope at SeNms- SR 4S UNity Relocations 10-0S.15.dccx
+ s 1t
ATTACHMENT A
CPH, Inc.
SR 46 Utility Relocations (Mellonville Ave. to SR 415)
Task
No.
Description
Labor
Expenses
Permit Appl.
Fees
Subconsultants
Total
1
Surveying SerVices
$18,975.00
$100.00
$19,075 00
2
Environmental I Ecological
Services
$43,800.00
$530.00
$850.00
$45,180.00
3
Gopher'Tortoise Permitting and
Relocations (if Needed)
$5,650.00
$180.00
$1,757.00
$9,350.00
$16,937i00
4
Design and Permitting Services
$94,225-00
$800.00
1 $900.00
$95,925.00
Post Design Services
$421,010.00
$1,031-001
$43,041.00
ITOTAL $220,158.00
SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-1
ATTACHMENT
CPH, Inc.
SR 46 Utility Relocations (Mellonville kwre. to SR 415)
SR a6 UMW Relocations - Manhours and FeeSchedule A-2
tai
w
3,
CL >.
CIL
C3
U)
a. 0
.2
Cost by Task
ITEM
ITEM
DESCRIPTION
DESCRIPTION
0
U) a
(n L) I
M M 1
0
W
Hourly Rates
596.00
$135.00,
$90.00 15130.0111
$60M
TASK I - SURVEYING SERVICES
SU V Ylt
TASK E IG
The CONSULTANT will perform a
I Th CONSULTANT
I
Topographic Survey 20 feet south of the new
graphic S"v,
7
south right of way line of SR 46 Iving between
south right of way
MeIlDriville, Avenue and the east right of way
M'llonville Men"
line of Beardall Avenue being approximately
line, of B ard,11
10,T75 linear feet. Topographic Survey Will
include a 10' overlap north and south of the
20 feet as per Chapter 5J-17 of the Florida
Administrative Code in compliance with the
standards of practice of surveying and
mapping of the State of Florida
10
87
40
1 010
$119,075.00
1 -
2
1 2
i
12
i
2
jo
87
40
�-, 0 (1)
ftOTALTASK1 -
SR a6 UMW Relocations - Manhours and FeeSchedule A-2
ATTACHMENTA
CPH, Inc.
SR 46 Utility Relocations (14ellonville Ave. to SR 415)
SR 46 UtilitV Relocations - Manhours and Fee Schedule 10-08-15ANX A-Z
6
61
E E r
E
w' Cost byTas
ITEM DESCRIPTION
W A rn u W
Hourly
TASK 2 - IENWRONMENTAL I ECOLOGICAL SERVICES
assessment of the State
Tfie—CONSULTANT Will conduct an ecological asses
The CONSULTANT
_ it,*
46 Utility Relocation Area along the South side of State Road 46
Road 4 Ij "y Re
R
from Mellonvitle Avenue to Beardall Avenue to accommodate the
.fi.nvi
Ile Avenue morn M
widening of State Road 46. Throughout the prujee�l. the CONSULTANT
widening
will meet or participate in telephone conferences with the Client, andlor
"I" meet or pan'.
other , consultants ther project consultants as necessary to properly coordinate
'13
2 $50
performance f I econtractedlasks.
art im n of th
10
2 In order to prepare preliminary plans forsubmival to FDEP andthe
ACOE, as quickly as possible, the walland lines along the project corridor
will be flagged by the CONSULTANT as one of the first environmental
services tasks, All wetland delineations will be based on -a 20 -foot wide
corridor and will extend 5 feet outside project limits, The Weiland
boundaries will be delineated according to methodologies outlined in lite
1967 Corps Welland Delineation Manuel and Supplemen101 documents
and the Florida Unified Weiland Delineation Methodology (Chapterfiz-
340, F,A.C.), The wetland limits vAJ be identified by numbered flagging
and/or staking. Seasonal high and normal pool elevations will be marked
in the field within the delineated wellands, If applicable,
$850 $40 51.690,00
Habitat and land use mapping will Include a field survey of the corridor
13
and 30 feet on each side of the corridor and Interpretation of aerial
photographs to delineate the approximate extent and configuration of
existing vegetation and land uses of the site. Mapping will follow the
Florida Land Use, Cover and Forms Classification System (FLUCFCS)
(FOOT 1999). A Preliminary Habitat & Land Use map (FLUCFCS map)
will be prepared for use in project permiffing. CPH will also prepare a
Post-Development FLUCFCS Map Jor purposes of the permitting
S50
5.1,470.00
4
4
process.
A preliminary wildlife survey will be conducted through general
reconnaissance of the corridor and 30 feet on each side of the corridor,
for the occurrence or potential occurrence of protected species
M
!I
(threatened, endangered or species of special concern). The
loc ation of all observed protected species will be identified
!17
approximate
an the FLUCFCS fylzp. CPH snail provide advisement In a memorandum
to the Client documenting the findings of the wildlife survey. Species
the Client 0
specific surveys are not Included in this task but can be provide as an
p y
6
6
4
2
Z150
S1,970.00
n service.
additional Service.
o
additional d
a
For the FOEP ERP permitting, this scope includes
For R environmental
arranging for and conducting a field review of the estimated walland
arranging d
g
IF
limits with representatives of FDEP as part of the permit application
in It w p
Submittal. It is anticipated the field review will take one (I) day.
a
submittal.
I
The CONSULTANT will obtain a letter from the State Historic
CONSULTANT
C 0 L
The U
$30
$1.030.00
6
Preservation officerfar inclusion with the application to address
tion
Preservation
Archaeological and Historical Resources. Any necessary site specific
rEP.
520
5395.00
ural resource assessments are not included.
cultes
The CONSULTANT will attend one (1) fite-Whca"On meating'W"
4__
1
530
DEP,
FDEP:
The CONSULTANT will coordinate with the CITY as may be required In
t he
a
the preparation of the ecological elements of the ERP application to
preparation
re
3
3
:4,1 30.00
9
FDEP.
The CONSULTANT will conduct an analysis Of file- and I)Ost-
development wafiand impacts and mitigation value following the Unified
(AUgation Assessment Methodology (Uti!AM). The UMAM variables will
include the following: Adjacent upland support1welfand buffer. Mier
quality Input and treatment systems; %fflilifi ffe uIlFrialion; Welland
vegetative cover; and Field indicators of hydrology. Relative weighting
factors will include; Established watershed issues; Benefits to important
adjacent areas; Threatened or endangered species-, and SCafce h6bilsts.
Support Information W purposes of the baseline UMAM will include: Soil
Map: Topography'MaP; and Area Hydrology /Drainage Map, Tile Post-
development UMAM analysis willolso require the weighting of each
UMAM variable before the final UMAM value! Is calculated.
8
6 3
1 S50
52.505,00
2 1
1
1
SR 46 UtilitV Relocations - Manhours and Fee Schedule 10-08-15ANX A-Z
SR 46 Utility Relocations - Mannours and Fee Schedule IMB-l5.YJSx A4
EITEM.DESCRIP
E
E Z
<
Cost
by Tas
Tinm
ul ;
IT-50.00
ul in
$125-00
Ell to
$105.00 $105.00
550-111)
lHourly
Rates
-
The CONSULTANT vAl I cootd�31e approval, or a Mitigation Plan to.
compensate for any proposed unavoidable and adverse w2flilnd impacts.
if
required. The CONSULTANT assumes credits would be purchased
from a millaaVon Bank
This scope includes preparation ofwrition responses to two (2) Request
11
for Additional Information (RAI) by the FDEP regarding elements of the
35
20
S30
11157500
ERP ao lication D_ Dared by the CONSULTANT. is
The level of ALOE permitting initting required dapelloiS on the amount of
12
wetland impacts. Impacts that are less than 0.5 acres can be permitted
under the Notionwide Permit, Which is a simplified process. Mere
0.5 acres or greater. more detailed ACOE permitting (ACOE
impacts are
Individual permit) and coordination will, ACOE is required. For the
purposes of this Scope, it is assumed Wattand impacts Will NOT exceed
0.5 acres. The CONSULTANT will prepare and submit a letter request ton
Ole ACOE for issuance of B Nationwide Permit (NV4P). This task includes
the following: exhibits and graphics as may be necessary, including
Project boundaries on USGS quadrangle map: Names of all wetlands
andror Water bodies to be dredged, filled, etc,*. 9.5" by 11.0' drawings that
show weUand impacts, cross sections. and conceptual development Plan
descriptions of the proposed project, Acreage Of wetlands or Other,
surface crater to be citsturbed: and Narrative summary Of proposers
W
nifigation plan. as applicable to supplement the FDEP ERP submittal.
20
4
2
5:50
53,465.00
1
For ACOE lurisdictionall determination. the CONSULTANT will prepare a
5
13
Welland jurisdiction determinatiDn. For purposes of this determination,
the CONSULTANT will prepare and submit to ACOE a jurisdiction
request package". This package will include the follovAng: Site Location
Map - a street map locating the site; USGS Quadrangle Map - excerpt
from map showing project boundary, section, township and range Of file
project and the latitude and longitude coordinates of the approximate
center of the site; Soils Map - tabulation Of descriptions of sail types
shown an the sorts map excerpted from the County Sail Survey: wetland
location map -with Wetlands numbered with federal jurisdiction
20
2
$50
'S2.420.00
1
lidentified.
For _ACOE jurisdictional Werarinalion. the CONSULTANT Will VIIII-1-
t
i4
, ,
wallandjurisdictionclaterminallian. For purposes of this determination.
jurisdiction
The CONSULTANT will prepare and submit to ACOE a 'jurisdiction
T
request equest package. This package. will include the falloviing: Site Location
_ r
Map - a street map locating the site; USGS Quadrangle Map - excerpt
from mall showing project boundary, section, Im-4riship and range of Ole
the latitude and longitude coordinates of the approximate
he
project and
center of the site; Sons Map - tabulation of descriptions of suit types
shown on the soils map excerpted from the County Soll Survey; Welland
location map - with virellands numbered With federal jurisdiction
identified. 1, indirect
The CONSULTANT Will provide a narrative description of ifirec
1
-
10
$40
11.215.00
Hs
and adverse "mutative impacts antidpated as a result Of impacts to the
wetlands. -
The CONSULTANT will prepare written responses to two (2) RAI by the
-
20
H
4
2
I
sic
52,950.00
16
ACOE regarding the Nationwide Permit prepared by the CONSULTANT.
16
10
530
$5,200.00
fib
TASK 2
1 i18
115
_'
1 fit
32
it $860
if 5530
545.180.00
FTRTAL
SR 46 Utility Relocations - Mannours and Fee Schedule IMB-l5.YJSx A4
ATTACHMENTA
CPH, Inc.
SR 46 Utility Relocations IMellonvillo Ave, to SR 415)
Subconsultants and Recipient Site Fees
Description
t'SuassHty
Units
Unit Cost,
Cos
Gopher T, orIUSe Excavation C011SU hant - Elackh e Rental Of Needed)
DAY
I S90OW00
$1.nu.001
-
TG_opherTorioise Recipient Site Fee (J0x$8U0)-IfNeeded
10
EA
I 5 °00. 40
S=8.000_00
en acn nn
<
3: 2
= .
.5.1
0
L_
.
In
Cost by Tas;
ITEM
lHourly
DESCRIPTION
Rates
W M
r-150.06
$125.60
5`105
—
TASK 3 -GOPHER TORTOISE PERNII I [ING AND RELOCATIONS IF NEEDED)
I
Aiiccnfing to Flontia Fish andIUMidlita Conservation Commission
(FFWCC) regulations, project activities Within 25 feet of a gophelolicise
burrow will require consultation and permitting to address the presenw ol
the tortoise. Based on the findings of the e--rijoglical assessment
conducted underTask 2 (lem 1). in the event gopher tortIoNes have been
found within the construction area or within 2541 of the construction area,
the CONSULTANT will prepare and submit a permit application to file
FFWCC for the off -site relocation of tortoises, field locate burrows using
hand field GPS, plot locations on aerial map, submit to FFWCC along
with permit application, meet with FFWCC. respond to FFWCC RFI's,
This Scope of Services is based on the assumption that up to 10 active
gopher tortoise burrowswill be found within the construction area of
within 2541 of a construction area, and includes the FFWCC mitigation
contribution fee which is 5207 (for Ole first 5 active gopher tortoise
burrows) + $3101 active gopher tortoise burrow for each additional active
gopher tortoise burrow (more than 5 active gopher tortoise burroWa but
more than 10 active gopher tortoise burrov4), resulting in a total
1no
FFWCC mitigation contribution fee of $1,757.00
5I.7
5100
1 $4,537.001
2
The CONSULTANT will conduct gopher tortoise burrow excavation and
relocation, based on a total of 10 gopher tortoises requiring relocz5on,
and will conduct any pre and post notifications with FFWCC and
with the recipient site,
f
12
12
580
$3'054'00
coordinate
20
1 20
6
2
[I L TASK 3
Subconsultants and Recipient Site Fees
Description
t'SuassHty
Units
Unit Cost,
Cos
Gopher T, orIUSe Excavation C011SU hant - Elackh e Rental Of Needed)
DAY
I S90OW00
$1.nu.001
-
TG_opherTorioise Recipient Site Fee (J0x$8U0)-IfNeeded
10
EA
I 5 °00. 40
S=8.000_00
en acn nn
SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xts?. A-5
ATTACHMENT A
CPH, Inc.
SP 46 U011tv Relocations (MellOnville Ave. to SR 415)
SR 4S WilityReiOcalionA -Manhours and Fee Schedule I0-0S-15AIsy A-6
W
75
Ck
0-
<
n.
Cost
by Tas
ITEM
DESCRIPTION
FH-outly Rates_
0
Si50.00
5125.00 1$115-001
T-1-05.00
595.00
Sam I
I
TASK 4 - DESIGN AND PERMITTING SERVICES
The CONSULTANT shall review FDOT plans and the need
for & potential project corridor On airport PloPeAY, T110
CONSULTANT shall provide information to the City on the
1
10
G
52.835.0
.goosed project alignment and pto adconstruction.,_
Micr"aliort CAD fifes will be provided by FOOT to the
2
3
1
2
CONSULTANT, The CONSULTANT shall convert the
Micro3lation fifes to ACAD rites, and set up sheets and
borders using convened fonts and line types, The portion o
the project that is surveyed airport property will be added to
30
52.55D.
the FOOT provided dirmvin_03.
2
The CONSULTANT shall field reviuW the route and
completed survey to assess construction areas and add
e20
S1,080-0c
information to completed survey as necessary.
4
4
4
The CONSULTANT st,.all attend the FOOT utility
coordination meeting along with City staff. The purpose 01
the coordination Meeting is to determine City utility
relocation seauencing and activity durations, in conjunction
with FOOT construction since City and FDOT construction
4
will ,, lakmti ol3m at the some time. —
—TS10
_ CO, and FOOT to
h CONSULTANT snalimeetwun the CIR
T 7
coordinate Ina Utility WoTh by Utility Age". /Owner (UAO5}
7
The CONSULTANT will assist the CITY wilt, the information
headed to fill nut the forms-
2
2
The CONSULTANT S11211 Meet Wt"' lFe astpgn staff to
coordinate the proposed construction on airport Property
sic
and roview airport construction requiremenilS.
The CONSULTANT shall Prepare prelims" a"' plans (EO%
lts"
design plans) consisting of plan view at fit reclaimed water
main (showing open cut, directional drill, and jack and bore
construction), plus proposed valves, fiflings, and connection
points. The CONSULTANT -.hall also prepare a Preirminar)
opinion at probabia Construction Cost (POPCC) based on
2
24
SSG
S5,530.0
the 601A plans
4
5
1
The CONSULTANT shall submit the 60% Plans (one set full
size 2,Tx34'and three sets half size 11'x.17"); three copies
of the POPCC (814* x41`); arid one CD rontaining PDF riles
of the plans and POPCC, The CONSULTANT shall meet
,Willi the CITY to review 60% plans and POPCC, and shall
1
S50
S1,2
make minor revisions as requested by CITY.
4
The CONSULTANT shall prepare construction plarib ( 13—
linear feet route) that will be approximately 90% complete.
The construction plans to be prepared under this Scope of
Services include
1
2
Sl 0
S285,0
Cover Sheet
M9
4
2
SID
-71 —0
Sgis.0
Summary of Ouantifiris
---
-
5265,0
Survey _(Approx. 9 Sheets l
Kov Sheet
2
2
2
:R;l 0
General Note-
2
72
192
'40
1
S240
7-1651"100.
Plan and Profile (Z4 Ghosts. 1-20, Scale)
1
SID
S295.
Utility Details (I Sheet)
110
The CONSULTANT: shall prepare the FOOT required Utility
Vvork Schedule (UWS) for sit Of the CIlys utility
relocations. The UWS will be submitted to the CITY for
'view, and upon CITY review. CITY comments will be
incorporated within the UWS. The UWS will then be
12
2
$20
Z-3,12D..
4
11
CO UM shall prepare a Project Manual
TLbirrilledSa
consisting of Technical Specifications and front end bidding
documents, and will update the Popee by preparing an
Opinion at probable Construction Cost (OPCC). Aftpart
requirement% (Such as safety and badqiriZ) will be included
ki the Project Manual and notes an the construction plans
8
2
520
52.485. 0c
SR 4S WilityReiOcalionA -Manhours and Fee Schedule I0-0S-15AIsy A-6
SR 46 Utility Relocations - Manhours arid Fee Schedule I O.08-1 5AIV A-7
cL
lu
n
Ct
:Z5M
U�
ii
U
F.,
<
Ti
<
R
Cost by T as
Cost by
ITEM
DESCRIPTION
5960.00
Si50A0
5125.00
5115.00
5105.OQ
585.00 '
S'0.'
W
=
Hourly Rates
12
The CONSULTANT shall submit 10 file CITY and the 1777
the 900A Plans (one set full size 22'x34° and three sets half
size 11'x1'); three copies Of the OPCC (BY7 x11' }; three
corgas of the Protect Manual (BW x11') and One CD
containing poir files of the plans, OPCC, and Project
Manual. The CONSULTANT shall meet with the CITY to
review 90% plans, OPCC, and Project Manual and shall
S1.260.
make minor revisions as reougsted by CITY"
s F
The CONSULTANT .hall address FE30T comments on the
N U T d
CONSULTANT A
T C
4
4
SID
S955.0
M
submitted UWS and revise the Uws as recuired by :'DOT
It d U an d
submitted
' I ca a
The CONSULTANT shall fill cut a Wet OfuP to two (2)
A T
CONSULTANT
C 0 L
2
4
14
an'
Department of Environmental Protection (FDEP)
Department n r
de D
Florida F
te
permit AI)p-,ications lone for the force main relocations and
P 0 the
so T
one for the water main relocations). The CONSULTANT
7 for the m re
armll submit the applicaijons arid plans to FDEP, and
respeld to tequast(s) for additional injormation from FDEP
as to
as needed: Note' . This item includes payment Of two FDEP
de -
Permit Application Fees; 5650 for the Water Permit
'm " ce F for
he
appljOation fee plus $250 for the sewer Permit application
4
2
2
5900
8f
521,070.
15
15
FDEP
The CONSULTANT will provide illencesponsestot-utt'
The CONSULTANT le 'es 'O
The LT T "i'l pro id -
a.2, The
cOncconcerning requests for additional information. The
concerning requal or
-a
CONSULTANT will revise the drawings in response to
CO SUIT T
:r
as as
FDEP comments as needed (drat responsozwill be sent to
55
5:30.0
Ih—eC,,,Y _for its review'.
,, ,u dirt tans one set l.
size r2*Y.34*and three sets half see 1 !*XI7*); three copies
of the OPCC (SN* x11'); and WD Copies Of Ina Protect
Manual; and orke CD corgaining PDF files of it* plans,
$50
$110,
OPCC, and Project Manual to the CITY.
122
288
8
311
31
;grm
1 5800
$96.926.0
ITOTAL TASK 4 _
SR 46 Utility Relocations - Manhours arid Fee Schedule I O.08-1 5AIV A-7
ATTACHMENT A
CPH, Inc.
SR 46 Utility Relocations (Mellonville Ave. to SR 06)
SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-B
W
f.:i Z
'2
.2
0
Cost by
DESCRIPTION
CL
-9, IS
0
I
a.
V
0"
WX I
Task
-
1
Hourly Rams
5160.D9
50.00
51
0-1
TASK 5 - POST DESIGN SERVICES
I
The CONSULTANT shall provide bid phase assistance to
the CITY consisting of preparing written responses to bidder
questions forwarded by the CITY; Issuing to the CITY
clarifications as needed to clarify the design; and preparing
6
2
3
'51,840.001
addenda hems for the CITY"s use.
2
4
The CONSULTANT shall prepare conformed documents
and distribute up to 10 sets of the conformed Contract
I
5400
5610.00
Documents for Contractor and City use during construction.
1
3
The CONSULTANT shall prepare the agenda, coordinate
and attend preconstruction meeting. issue meeting notes,
4
The CONSULTANT shall review Shop Drawings and
submittals, coordinate with the CITY on distribution of
submittals and compilation of the submittal review
comments of all parties, distribute reviewed submittals
S1,255-00
(including comments) to the Contractor,
5
The CITY shall, an a monthly basis, field review the
Contractor's application for payment in terms of construction
quantities and completion of items for which payment is
requested. The CONSULTANT shall take Crl-Y's reviewed
construction quantities and review the payment application
package submitted by the Contractor. and recommend
approval In writing of payments to the Contractor in such
amounts, In consultation with the CITY and in consideration
of Its own general knowledge of the status of work based on
its field reviews, and based on its review of Items such as
required Releases of LLien. It is assumed there will be nine
27
1
$45
S3.950-OC
I(S) Applications for Payment during construction.
5
6
The CONSULTANT shall provide limited construction
administration services during construction, which includes
the foltoviing: responding to requests for additional
information from either the CITY or the Contractor and
preparing written responses as needed. attending field
reviews as requested by either the CITY or the Contractor,
reviewing proposed changes to the work presented by either
CITY or the Contractor. The CONSULTANT will Issue all
instructions of the CITY to the Contractor and prepare
routine Change Orders for the CnYs use as required. —the
budget for this Task is based an approximately 2 hours per
39
siss
$10.491.00
week for 39 Weeks during onstruction.
39
7
Inspection during construction will be by the CITY. The
CONSULTANT will provide limited inspection in the amount
141911-.00
of approximately four (4) hours per weeY for thirty-nine (39)
117
S390
$10
_I9.6 5,30
weeks during field construction.
39
a
-- .
Along with the CITY, the CONSULTANT shall attend the
5
$10
Final Walk Through and prepare the Punch List
3
The CONSUL I ANT shall prepare Record urawings based
i
on survey Information (ACAD files) provided by Contractor
and information provided by the CITY Inspectors. Three
signed and seated sets of the record drawings (on 22x34'
paper) plus PDF files and AuloCAD files of the record
$20
$2,635,13C
ldrawings will be provided to the CITY.
10 1 he UU11,161.11. A sna i provi e closeout ocurricrits,
lincluding
2
1
510
1 $450.00
required certifications to regulatory agencies
1
1
2217
1 18
1 S43.041 -Ryo
OT AL TASK 5
SR 46 Utility Relocations - Manhours and Fee Schedule 10-08-15.xlsx A-B
CPHEN-1 OP ID: KM
CERTIFICATE OF LIABILITY INSURANCE
--- ;DATIR (M1WDt)tyyM
F
I 0212!i/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW- THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 1f SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does notconfer rights to the
certificate holder in lieu of such endorsetnent(s).
PRODUCER
Jackson, Collinsworth &
Johnson Insurance Agency, LLC_
2208 Hillcrest Street
NA, �sc_' Kristin McIntosh
P""NE -445-1076
11". _... E�,): 321445-1117 (101:321
E*" A L
REss.. certs@jcj4nsurance,com
ii
INSURERfsl AFFORDING COVERAGE I
NAIC 0
Orlando. FL 32803
Mark I— Jackson
INSURERA! Continental Casualty GD=2gy 120443
MED EXP (ArW om moni
INSURED CPH, Inc.
CPH Engineers- Inc.
500 West Fulton Street
Sanford, FL 32771
INSURER 13: Valley FOr a Insurance Company
120508
ImiuRER c: Transportation Insurance
120494
INSUREFU'RU Insurance Gompa
113056
GEN'LAC-13PEGATE LitAITAPPLI=S PER'
POLICY r-v-7
I Lou
%co
OTHER:
AUTOMOBILIZ LIABILITY
PRODUCTS-COMPIOPAGG
S z'000,00 0
INSURER E:
IUSURERF.'
B
7_71 ANY AUTO
ALLOWNED SCHEDULED
AUTOS AUTOS
NON-OWNED
X HIRED AUTO AUTOS
U()VtKAUt=t� Icr% I %M�JI " 1. WINA-11.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THF POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS:
INSR
LTR
A
TYPEOFINSURANCE
X COMMERCIAL GENERAL LIABILITY
CLAIM&MADE 17X occur,
X Contractual Liab
IN, ?;n9
wwvl 1651
POLICY NUMBER
POLICY Eft-
(61MIDDrYYYY� 1A.1l0oM'vv0_
041Q112015
11.CT EXP I
r4
0410112016
iEmp
LIMITS
EACH OCCURRENCE
c 1,000,000
-0-ATI-AM; T-CWTED
30t,00 0i
MED EXP (ArW om moni
5 6,000
PERSONAL & ADV INJURY
S 11,000,000
X
XCU
GENERALAGGREGATE
S 2 '000'000
GEN'LAC-13PEGATE LitAITAPPLI=S PER'
POLICY r-v-7
I Lou
%co
OTHER:
AUTOMOBILIZ LIABILITY
PRODUCTS-COMPIOPAGG
S z'000,00 0
Sen.
VEDISINGLELIIATT
S
B
7_71 ANY AUTO
ALLOWNED SCHEDULED
AUTOS AUTOS
NON-OWNED
X HIRED AUTO AUTOS
x
0410112015
0410112016
BODILY INJURY (Per pvsonl
BDOILY INJURViFor 2=iaant)
S
S
S
C
D
UMBRELLA U413 N OCCUR
EXCESSUAS CLAth%-MADE
NtA
I
IPSW...
OP000039
0410015
=
.-
0110112015
0410112015
04j0`112016
I
0110112016
0410112016
OCCURRENCE
Is
AGGREGATE
Is 61000,000
ER�
X I STATUTE I fz
Is
--i;.7D I x loacal
WORKER ENSA710N
AND WFLOYE 'LIABILITY YIN
ITNER]EXECUTIVE
ANY PROPRIETORIPAP
OFFICERIMEMSER CXCLUDED7
(Mandaloty in NH)
It destribeundar
UNS56RIPTION OF OPERATIONS below
(Professional Liab
Claims-Made Form
E.L. EACH ACCIDENT
S 1,000,00C
E.L. DISEASE -E. EMPLOYEE
S I'mo,00C
=I DISEASE - POLICY Litar Is 1,000,00t
Per Claim 21000,000
Aggregate 2,000,000
DESC Rtprrofl OF OPERATIONS I LOCATIONS I VEHICLES (ACORO 101, Additional RornntIA, fithaduir, may be 211-6d If 010 SPAM Is "I'luir'-d)
City of Sanford is listed as additional insured as res to General &
Auto Liability, Umbrella follows form, General Liability Primary & Non-
Contributory.
SANF178 SHOULD ANY OF'THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Sanford ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Puchasing Manager
P.0, Box 4788. AUTI4ORt=O REPRESEMIA"VE
Sanford, FL 32771
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
City of Sanford, Florida
INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR
SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES
r, MP- 11012: When contract cost not to exceed $500,000, 160 days and no unusual hazards exist
Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to
commencing any work, a Certificate of Insurance which verifies coverage in compliance
with the requirements outlined below. Any work initiated Without completion of this
requirement shall be unauthorized and the City will not be responsible (Ref: items
17 and 18, standard terms and conditions included with City of Sanford Purchase
Order).
2. The City reserves the right, as conditions warrant, to modify or increase insurance
requirements outlined below as may be determined by the project, conditions and
exposure. Outline of Requirements:
Certification:
1 of 3 insurance Requirements
UP TO VENDOR POLICY LIMITS, BUT
COVERAGE REQUIRED
WITH MINIMUM POLICY
-1
LIMITS OF:
Workers' Compensation
Employers Liability $ 500,000
*Certificates of exemption are not acceptable in lieu of workers
Each Accident $500,000
Disease $500,000
compensation insurance
Commercial General Liability shall include- Bodily injury liability,
Property Damage liability, Personal Injury liability and
$ 1,000,000 Per Occurrence
Advertising injury liability Coverages shall include: Premises!
$ 1,000,000 General Aggregate
Operations, Products/Compleled Operations; Contractual liability;
Independent Contractors, Explosion, Collapse, Underground
Comprehensive Auto Liability, CSL, shall include "any auto` or
$ 1,000,000 Combined Single Limit
shall include all of the following: owned leased., hired, non-owned
$ 1,000,000 General Aggregate
autos, and scheduled autos.
Professional Liability (when required)
$ 1,000,000 Minimum
Builder's Risk (when required) shall include theft, sinkholes,
site storage, transit, installation and equipment breakdown.
100% of completed value of additions
Permission to occupy shall be included and the policy shall be
and structures
endorsed to cover the interest of all parties, including the City of
Sanford, all contractors and subcontractors
$1,000,000 Aggregate: No per vehicle
Garage Keepers when required)
maximum preferred
$1,000,000 Combined Single Limit
Garage Liability (IMhef? required)
$1,000,000 General Aggregate
Certification:
1 of 3 insurance Requirements
It is noted that the City has a contractual relationship with the named vendor, contractor or
provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work
order, contract or other form of commitment by the City of Sanford, whether in writing or not and
has no such contractual relationship with the Contractor's insurance carrier. Therefore, the
onus is on the Contractor to insure that they have the insurance coverage specified by the City
to meet all contractual obligations and expectations of the City. Further, as the Contractor's
insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to
the Contractor for relief as a result of any damages or alleged damages for which the Contractor
is responsible to indemnify and hold the City harmless. it is understood that the Contractor may
satisfy relief to the City for such damages either directly or through its insurance coverage;
exclusions by the insurance carrier not withstanding, the City will expect relief from the
Contractor.
• The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered primary to
City coverage and shall not Contain co- insurance provisions.
• All policies, except for professional liability policies and workers compensation policies shall
name the City of Sanford as Additional insured,.
• Professional Liability Coverage, when applicable; will be defined on a case by case basis.
• in the event that the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be issued 30 clays prior to -said expiration date.
• All limits are per occurrence and must include Bodily Injury and Property Damage.
• All policies must be written on occurrence form, not on claims made Form, except for
Professional liability.
• Self insured retentions -shall not be allowed on any liability coverage
• In the notification of cancellation: The City of Sanford shall be endorsed onto the
policy as a cancellation notice recipient. Should any of the above described policies
be cancelled before the expiration date thereof, notice shall be delivered to the City
of Sanford in accordance with the policy provisions.
• All insurers must have an A.M. Best rating of at least A -VII.
• It is the responsibility of the Contractor to responsible to erasure that all Subcontractors
retained by the Prime Contractor shall provide coverage as defined herein before and
after and are the responsibility of said Prime Contractor in all respects.
• Any changes to the coverage requirements indicated above shall be approved by the City
of Sanford, Risk Manager
Address of "Certificate Holder" is: City of Sanford; Attention: Purchasing Manager;
P.O? Box 1788 (300 id Park Avenue); Sanford, FL 32771 Phone: 407.688.5028/5030
FAX: 40 7.688.5021
All certificates of insurance, notices, etc, must be provided to the above address.
Certification:
The undersigned accepts and agrees to meet all of the insurance coverage requirements
terms, conditions and cedification(s) stated herein before and after and further agrees to
maintain and provide the designated coverage during the life of the identified document. Also,
when the coverage requirements stated herein before and after are specifically referenced by
2 of 3 insurance Requirements
applicable solicitation, purchase order or contract document those terms, conditions and
coverage requirements are incorporated into that document as if fully set forth in verbatim
CPH Engineers, inc-
F'
n� ' - -
� -- M � ----
Authorized Signature
David A. Gierach, P-E.
Printed Name
3 of 3 Insurance Requirements
January 19, 2012
Date
President
Title
Cllentg: 5132
4CPHENGI
�x�
D&T- p'li'voorr"
12101/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the polic (ies) must be endorsed. if SUBROGATION is WAN—ED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not Confer rights to the
certificate holder in lieu of such andorsoment(s).
PRODUCER
Willis of Florida, Inc,
300 Colonial Center Parkway, Suite 120
Lake Mary, FL 32746
407-562-2470
a. Galge
NA, 01,1 I —A `f R
PHONE,
(AtC,No Ext): 407-562-2470 1ECR N 91
E; 1'. 10A I'j S S
JJJSuRER(S) AFFORDING COVERAGE
I'MOV
INSURER A. National Fire ins Co, of Hartfor
20478
INSURED
CPH Engineers, Inc.
P.O. Box 2808
Sanford, FL 32772-2808
INSURER a. Transportation Insurance Go
20494
INSURER c: FCC] Insurance Go.
10178
INSURER D
0410112012
JIISUREF E
S
IRSU9ER F.'
5300 ,001)
THIS IS To CERTIFY THAT THE POLICIES OF INSURANCE LISTED 13ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUhI-ENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY T14E POLICIES DESCRIBED HEREIN IS SUBJECT" TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE PEEN REDUCED BY PAID CLAIMS.
INSRI
LTP
TYPEOFINSURANCE
0
0
us
a
FOUCYNOMBER
t FUUGT EFF
1.1,=o NYYY1
P
50.58M-7
LIMITS
A
GENERAL LIABILITY
7X
CLAff.JS-MADE F-X1 OCCUR
X
04026882477
04/01=1`1
0410112012
EACH OCCURRENCE
S
PsEM DAMA
KRgMT5%nw1
5300 ,001)
MED EXP (Any VIV patICA)
S10,000
PERSON;kL & AOV MURY
31,00.000
A+
c
OCP
GENERAL AGGREGATE
52,000.000
G--VL AGGREGATE 1.14ITTAPPLIES PER'
rRooucTs - cotipjap AGG
$2,000,00
COIAD
S1,000,090
A
7 POLICY FlF COT F-� LW
AUTONIOBILELIASILITY
X
04026882463
0410112011
04101120
ii ANY AUTO
BODILY INJURY (PW zCdt1;;;;M
ALLOVO4-PO SCHEDULED
AUTOS *UTOS
NEO X HIRED AUTOS
I X AUTO$
PROP. - DAMAGE
tFCratcslenfD
Is
is
UMBRELLA LAO
CUP4026882494
0410112011
04V12012
EACH OCCURRENCE
35,000,000
AGGREGATE
55,000,000
HOCCUR
EXCESS LAS
CLMASA4ADE
I
DEC I I RETENTIONS
$ —
C
WCAYXnS COMPENSATION
AND EMPLOYERV LIABfIXIl YIN
M4YPRGP;ZL--TCWJ;IARTNERraECLVINE
OFF, I 7fN4
(Uanazzarywoi)
it vd-:. dasedw uAdt",
DESCRIPTION OF OPERATIONS beIm
141A
--
DolWC12AI2510
Gi/01/2012
01/011201
X Torly"
E.L EACH ACCIDENT.
S1,000.000
E.L.01S SE-EA--4FLoyEEJs1,000.000
-
OESCHIPTIONOF OPERATIONS [LOCATIONS J VEHICLES (AltachACIORD 101, AddIIJ0=IRM:'tkrSn0t1UI6, H roar gPSea is r4rlUlY dl
RE; C-aneral (Engineering City of Sanford is nam ad as additional Insured.
City of Sanford
P. 0. Box 1788
Sanford, 32772-1788
ACORD 25 (201(0105) 1 of
44363019114362403
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE "pIRA:IJON DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED, RFPRESENTATWE
k:.' -I %10014V I U Allunu u-M' — 1-- -11 v —
The ACORD name and logo are registered nriatts ofACORD BGAIG
OP ID: KR
DATE (IIhVDDrMY)
CERTIFICATE OF LIABILITY INSURANCE 1210illi
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sh AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the polig(ieS) must be endorsed, If SUBROGATION IS WAIVED, subject to
the•tarms and conditions of the policy, certain policies may require an Endorsement. A statement on this cortifIcate does not confor rights to the
certificate holder In lieu Of such endorsament(s).
PRODUCER 407-644-5722
Lykes insurance, Inc. - WP 407-626-1363
P, 0. Box 2703
Winter Park, FL 32790
Mark E. -Jackson A129051
ONOAM'2�CT Kristin Rodriguez
PHONE :407-478-4979 u rIa :407 628.1363
aua mss, krodriguez @lykesinsurance.com
A-I" 2 t1F"R1inv-,CPHZN-1
"Aw
INSURERS} AFFORDING COVERAGE
P
flilrdl V=,
IUSURED CPH Englivers, Inc,
600 West Fulton Street
Sanford, FL 32771
INSURERA!Uberty ins. Underwriters
INSURERS.
GENERALLIARFLffy
INSURER C:
D!
-INSURER
INSURER E!
EACH OCCURRENCE
I INSURERF:
uRhNitu
JEa o=urrArm)
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY'PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSION'S AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
'OFINSURANCE
VOLP
";,I
POUCYNUMSER
P
flilrdl V=,
POLICY
YI
Ir.Iw0DMYYI
LAUTS
GENERALLIARFLffy
EACH OCCURRENCE
uRhNitu
JEa o=urrArm)
17
COMMERCIAL GENERAL LIABILITY
hie -0 EXP (Ary 0M Perron)
� rLAzis-AAOE OCCUR
PERSONAL&ADVIRJURY
4
GENERALAGGREGATE
S
GEtTL,1.CGPeGATEU%Jn APPLIES PER:
FRCIDUI-TS -COMWOPAGG
S
PolicyQ 5'
;W E-1 Loc
AUTOXiORILELIABILITY
COMBINEDS114GLELMAT
(Ea =idwI)l
EDOILY INJURY (Per persm)
S
ANY AUTO
BODILY INJURY (Paroz-odom)l
s
ALLUAWEID AUTOS
SCHEOULEOAUTOS
PROPERTY DAIAAGE
FS
HREDAUTCS
F
I
v o N - ov M -'- 0 A u TOS
(
1-5
. -
I
UMBRELLA LIAR
EACH CCCURREI)CF
I's
EXCESS LIAGI
AGGREGATE
I a
DEDU--TlBL-=
15
RETENTION ...5
WORKERS COMPENSATION
A.-IV WAPLOYERS'LtABILYTY YiN
ANY PROPRIETORIPARTHERIEX5CUTIVE r--1
OFFICER4,10ASER EX=DED?
NIA
EL EACH ACCIDENT
S.
( MondatorlinNIQ
SLDISEASE-5""PlOyrr
S
EL. DISEASE -POLICY Lihin'
if , PERAmom
. �Pofaw
Professional Liab
04101111
04101112
(Ea claim
Claims -made policy
�RETRO DATE - 31311981
Aggregate
DESCRI OH OPOP-.RATIONSJLOCA-#IOIISIVE-HgZ�E�g Attach ACORD10t, AddRionat Rore;rksschtrjula, )(more spacti.- required)
Libarty7nsurance Underwriters: A (I xcollent) XV
SANFORD
SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, 140TICE WILL BE DELIVERED IN
City of Sanford ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 17711 AVMDFUZFB REPRESENTATIVE
Sanford, FL 32-772-1778
ACORD 25 (200=9) The ACORD name and logo are registered marks of ACORD
WS - RM
.Item No. 9.13
CITY COMMISSION MEMORANDUM 15-178
OcToBEFz 12, 20 IS AGENDA
TO: Honorable Mayor and Members of the CA3, Commission
PREPARED By: F.'William Smith, Purchasing Manager
SUBMMED 13Y*. Norton N. Bonaparte, Jr-, City Manager
SUBJECT. Ranking of Firms, RFQ 14/15-19 SR 46 Utility Relocations Design
Services
STRATEGIC PRIORITIES:
Unify Downtown & the Waterfront
Promote the City's Distinct Culture
E] Update Regulatory Framework
F] Redevelop and Revitalize Disadvantaged Communities
Approval of ranking, of firms competing in a Consultants Competitive Negotiation Act (CCNA).
t�l on
process to provide professional services for design and permitting applicable to Design of 'SR 46
Utility Relocations is hereby requested.
FISCAL/STAFFING STAXEMENT:
Funding is being made available -via State loans one Florida DEP.
BACKGROUND'.
The solicitation for acquisition of engineering services is governed by the Consultows Competitive
4:1
Negotiation Act (CCNA).
On July 23, 2015, Solicitation Number. RFQ 14/15-19, was advertised in the Orlando Sentinel and
posted on the City's web site to invite all interested firms to compete for this work. It is noted that
out of '51 firms who downloaded the, submission documents applicable to this solicitation, four
firms actually submitted. CPH Engineers QCPH), Barnes, Ferland & Associates, Inc. BEA, Cher,
Moore & Associates and Inwood Consulting, Inc.
The CCNA anticipates the ranking of no fewer than three most highly qualified firms.
The following is a brief report which summarizes the evaluations by the staff selection com-mittee
tasked with evaluating and scoring the respondents with both firms being deemed most highly
qualified:
The firms of Barnes, Ferland & Assoc, Clien-Moore and Inwood Consulting
all received a 5 point addition to their scores based on distribution of work
which is reflected in the scores above.
The CC X4 provides that determining whether a firm is qualified, the City shall consider such
factors as the ability of professional personnel; whether a firm is a certified minority business
enterprise; past performance; -willingness to meet time and budget requirements; location; recent,
current, and projected workloads of the firms; and the volume of work previously awarded to each
firl-n by the agency, with the object of effecting an equitable distribution of contracts among
qualified firms, provided such distribution does not violate the principle of selection of the most
highly qualified firms. Over the past five years, CPH has received $6,292,197 in City work while
the other three firms have not been. assigned work by the City. This distribution of work results in
a five point addition per scorer.
The CCNA requires that the City shall negotiate a contract with the most qualified firm for
professional services at a compensation which the City determines to be fair, competitive, and
reasonable. In making such determination the City must conduct a detailed analysis of the costs of
the professional services required in addition to considering their scope and complexity.
LEGAL RF.VIFw:
If awarded, the City Attorney will engage in Contract preparation. The City Attorney concurs with
the stated requirements of the CCATA.
City staff recommends that the City Commission consider this request to waive presentations,
approve ranking of firms and authorize the City Manager to negotiate an award in the order of
ranking including the execution of all documents as required.
ar 0 • ,
Option A - "I move to waive presentations, to approve the ranking of firms designating the firm of
as number 1; the firm of as number 2, and the firm of
as number 3., and to authorize the City Manager to negotiate a contract with
the firm (s) in the order of ranking in compliance with the CCNA, and to effect the award by the
execution of all documents as required to complete the selection process."
Option B - "I move to require staff to schedule presentations to be made to the City Commission
by the participating firms with delineation of ranking to be approved by the City Commission at
the completion of presentations. At that time the City Manager will be authorized to negotiate an
Barnes,
Chen-
Inwood
SCORER
Ferland
Moore
Consulting
CPH
& Assoc
Chris Smith
39
63
51
70
Jeff Davis
47
157
65
84
Richard Blake
64
53
58
70
LE2
Total
150
173
2 4J
The firms of Barnes, Ferland & Assoc, Clien-Moore and Inwood Consulting
all received a 5 point addition to their scores based on distribution of work
which is reflected in the scores above.
The CC X4 provides that determining whether a firm is qualified, the City shall consider such
factors as the ability of professional personnel; whether a firm is a certified minority business
enterprise; past performance; -willingness to meet time and budget requirements; location; recent,
current, and projected workloads of the firms; and the volume of work previously awarded to each
firl-n by the agency, with the object of effecting an equitable distribution of contracts among
qualified firms, provided such distribution does not violate the principle of selection of the most
highly qualified firms. Over the past five years, CPH has received $6,292,197 in City work while
the other three firms have not been. assigned work by the City. This distribution of work results in
a five point addition per scorer.
The CCNA requires that the City shall negotiate a contract with the most qualified firm for
professional services at a compensation which the City determines to be fair, competitive, and
reasonable. In making such determination the City must conduct a detailed analysis of the costs of
the professional services required in addition to considering their scope and complexity.
LEGAL RF.VIFw:
If awarded, the City Attorney will engage in Contract preparation. The City Attorney concurs with
the stated requirements of the CCATA.
City staff recommends that the City Commission consider this request to waive presentations,
approve ranking of firms and authorize the City Manager to negotiate an award in the order of
ranking including the execution of all documents as required.
ar 0 • ,
Option A - "I move to waive presentations, to approve the ranking of firms designating the firm of
as number 1; the firm of as number 2, and the firm of
as number 3., and to authorize the City Manager to negotiate a contract with
the firm (s) in the order of ranking in compliance with the CCNA, and to effect the award by the
execution of all documents as required to complete the selection process."
Option B - "I move to require staff to schedule presentations to be made to the City Commission
by the participating firms with delineation of ranking to be approved by the City Commission at
the completion of presentations. At that time the City Manager will be authorized to negotiate an
award in the order of Tanking, as required by the CCNA, and to execute all documents as required
to complete the selection process."
Attachments: (1) RIFQ 14115-19 Announcement.
(2) Individual scoring sheets of each firm.
SR 46 UTILITY RELOCATIONS FROM MELLONVILLE AVENUE TO SR 416 -- DESIGN SERVICES
k — Purchasing Division
14gg
iFa City of Sanford Florida
300 N. Park Avenue (P.O. Box W88) Sanford, Florida 32771
Phone: 407.688.6028 FAX: 407.688.5021 email: purchasing@santordfl.gov
REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFO) Date issued: July 23,201-5
REQUEST FOR STATEMENTS OF QUALIFICATIONS TO ACQUIRE
SOLICITATION PROFESSIONAL SERVICES APPLICABLE TO THE CCNA FOR SR 46 UTILITY 11
TITLE
RELOCATIONS DESIGN _2
SOLICITATION NUMBER
RFQ 14116-19
Deliver Resi3onses to
300 N Park Avenue (City Hall)
Room- 236
Response Opening Location
10104816
Notes;
INSTRUCTIONS, SUBMISSION DOCUMENTS,
ADDENDA AS IT OCCURS, ETC. MAY BE
OBTAINED AT:
WWW.tvlYVEN DO RLINK.COM
Blackout Period/Cone of ADA Assistance
Silence applies: I Call:
06-46-15 thru 08-30-15 407.688.5025 48
1 hours in advance
DATE and TIME OF CONFERENCE
NIA
WWW.SANFORDFL.GOVIINDEX.ASPX'?PAGE=681
RFI's and/or Questions must be directed to:
on wvvw.mvvendortink.com, or by email at
pu hasing(a).sanfordfl-gov
The City of Sanford, Florida (City) hereby requests written proposals for7professional services as governed by the
CCNA requirements of the State of Florida for Limited Survey, Design, Permitting and Post Design Services
applicable to the SR 46 Utility Relocations from Mellonville Ave. to SR 415. The City reserves the fight to require
presentations including a section with questions and answers from the top three highest score consultants- The
City may request informal interviews with short-listed responders.
www.mvvendorlink.com is the official solicitation posting site for the City. Information, applicable forms,
documents, specifications, instructions, etc. are available at no cost to all interested parties for review,
downloading and printing at this site. Also, information regarding addenda, responses to RFI's, plan-holder lists,
evaluation results, etc. are posted on this site. Electronic notification is provided to registered plan-holders as
related to each specific solicitation.
A Cone of Silence/Black-out-period applies to this solicitation: Attempts to contact City
Commission members, members of the Evaluation and Selection Committee or any other City official
and/or employee other than through the City of Sanford Purchasing Manager during this procurement
process shall not be allowed. Any attempts to contact, fraternize, or influence personnel indicated
above may result in disqualification of the offending party or firm.
RFQ 14115-19 SR 46 UTILITY RE, OCATIONS DESIGN
L'aT`.�f1 �i1T._t:f CP i'4 TMTT rrV DVI r'►rA'rTr -*VC" QU`—W
E
Barnes,
Chen-
Inwood
6
E
Criteria /Description
U
CPH
Ferland &
Moore
Consult
_.
*-
ism.
Assoc
j
18
Ability of Firm and its Professional Personnel
.1 Project team (PI) mostly has the proper level of
4
experience, organization adequate
8
.2 PT has all required experience and disciplines,
12
organization is adequate
.3 PT has appropriate experience, properly organized
1s
Sub Total
18
E
8
12
2
16
Firm's Experience with Projects of a Similar
Type and Size
4
.1 Has experience with 1 or 2 similar successful
8
projects _
12
.2 Has experience with 3-5 similar projects, l of these
16
Sub Total
26
12
16
!
3
12
Project Administration,
Management and Value Engineering
4
�
Ability
.1 Expected to balance project costs, schedules and
F
design fees within budget
.2 Expected to track, review and aggressively
12
Sub
T otal
8
4
$
8
20
Firm`s Creativity
4
.1 Utilizes only generally accepted existing concepts
4
.2 Uses some creative content with existing concepts
6
.3 Creative content of original design elements and
12
features
16
4 Creative original content of novel and innovative
20
16
4
4
4
Sub
Total
5
12
references
.1 Successfully Completed Similar Projects
3
.2 Change Orders or Contract Amendments Were
3
Timely and Appropriate
3
.3 Projects completed within budget and on time
3
Sub Total
9
3
3
6
6
7
Other
.1 Firm located within the State of Florida
2
2 Certification by Office of Supplier Diversity
3
Sub Total
2
5
2
2
7
2s
Project Specific lterns
.1 Experience working with FDDT projects
1-8
..2 Experience with utility relocation projects
1 -7
Sub Total
15
10
11
12
`i�3TAL 84 42
52
60
L'aT`.�f1 �i1T._t:f CP i'4 TMTT rrV DVI r'►rA'rTr -*VC" QU`—W
I SCORING AND EVALUATION OF ORAL PRESENTATION(() - "CCNA" (page 2)
d
E
E
;E C
9 (L
n-,
Criteria/Description
TOTAL
1
50
I
Firm's understanding of the Project and Approach
—
—
Sub Total
2
30
Firm's, ability to provide services within schedule and budget including consideration
of firm's recent, current and projected workload(s)
Sub Total
3
20
Managerial methods used in the design and administration of
the project
Sub Total
TOTAL
Amount firm has been paid by the City for work during the last 5 years
(up to $100,000 - 5 points) ($100,000-$250,000 - 4 points) ($250,000-$500,000 -.3 points)
--";500,000-$1,000,000 - 2 points) ($1,000,000-$5,000,000 -1 point) (over $5,000,000 - 0 points)
SCORING COMPONENTS
Points resulting from amount City paid to firm during the last 6 years (0-5)
Total Points per the evaluation of Written Submissions (100)
Total Points per the presentation(s) (100)
GRAND TOTAL - POINTS (205)
Notes
Firm Being Evaluated: Project:
11-0 1 Corer: Jeff Davis Date:
VVrW JAM 4-10 QP AC, 7TTIT rrV IZPiVI Tied -A71nWC -nVC,1t--W
Yi9imin: 1 11% g rivi.31
RFO 1411549 SIZ 46 11TTIATV RRIPrATIC)NI; DESIGN
E
Barnes,
Chen-
Inwood
E c
Criteria/Description
Q
CPH
Ferland &
Moore
Consult
I* a
U-
Assoc
19
Ability of Firm and its Professional Personnel
.1 Project team (PI) mostly has the proper level of
4
experience, organization adequate
8
2 PT has all required experience and disciplines,
12
organization is adequate
.3 PT has appropriate experience, properly organized
18
f
Sub
Total
18--
12
8
2
16
Firm's Experience with Projects of a Similar
Type and Size
4
1 Has experience with I or 2 similar successful
8
projects.
12
2 Has experience with 3-5 similar projects, I of these
16
Sub Total
12
3
12
Project Administration,
Management and Value Engineering
4
Ability
.1 Expected to balance project costs, schedules and
8
design fees within budget
.2 Expected to track, review and aggrersively
12
Sub Total
8
I 4
4
4
20
Firm's Creativity
4
.1 Utilizes only generally accepted existing concepts
4
.2 Uses some creative content with existing concepts
6
.3 Creative content of original design elements and
12
features
16
.4 Creative original content of novel and innovative
20
12
12
12
Sub Total
12
References
.1 Successfully Completed Similar Projects
3
.2 Change Orders or Contract Amendments Were
3
Timely and Appropriate
3
.3 Projects completed within budget and on time
3
Sub Total
9
9
9
1 9
6
7
Other
.1 Firm located within the State of Florida
2
2 Certification by Office of Supplier Diversity
3
Sub Total
2
5
2
2
7
is
Project Specific Items
.1 Experience working with FDOT projects
1-8
.2 Experience with utility relocation projects
1-7
Sub Total
8
9
5
10
1--COTAL
70
59
48
53
RFO 1411549 SIZ 46 11TTIATV RRIPrATIC)NI; DESIGN
SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2)
.M
0 c
tz,.r-
st c
Criteria/Description
TOTAL
50
Firm's understanding of the Project and Approach
Sub Total
30
Firm's ability to provide services within schedule and budget including consideration
of firm's recent current and projectedworkload(s)
Sub Total
3
20
Managerial methods used in the design and administration of
the project
Sub Total
TOTAL
Amount firm has been paid by the City for work during the last 5 years
(up to $100,000 - 5 points) ($100,000-$250,000 - 4 points) ($250,000-$500,000 - 3 points)
B500,000-$1,000,000 - 2 points) ($1,000,000-$5,000,000 - I point) (over $5,000,000 - 0 points)
SCORING COMPONENTS
Points resulting from amount City paid to firm during the last 5 years (0-5)
Total Points per the evaluation of Written Submissions (100)
Total Points per the presentation(s) (100)
GRAND TOTAL - POINTS (205)
Notes
Firm Being Evaluated: Project:
,,--,corer: Richard Blake Date:
'R1?0 14115-19 q1R 46T7TTTJTV RKLOrATTONRTIFST('>N
PVC) dAT1T1T STS' PV I r1rATT01VQ "VRIM-N
Barnes,
Chen-
Inwood
E
'P, C
Criteria/Description
0
(U
CPH
Ferland &
Moore
Consult
Assoc
18
Ability of Firm and its Professional Personnel
.1 Project team (PI) mostly has the proper level of
4
experience, organization adequate
8
.2 PT has at( required experience and disciplines,
12
organization is adequate
.3 PT has appropriate experience, property organized
18
Sub Total
12
4
-8
8
2
16
Finn's Experience with Projects of a Similar
Type and Size
4
,I Has experience with 1 or 2 similar successful
8
projects .
12
.2 Has experience with 3-5 similar projects, I of these
16
1
Sub Total
16 I
8
12
12
3
12
Project Administration,
Management and Value Engineering
4
Ability
.1 Expected to balance project costs, schedules and
8
design fees within budget
-2 Expected to track, review and aggressively
12
Sub Total
8
4
9
4
20
FirrWs Creativity
4
A Utilizes only generally accepted existing concepts
4
.2 Uses some creative content with existing concepts
6
.3 Creative content of original design elements and
12
features
16
-4 Creative original content of novel and innovative
20
I Sub Total
1 12
4
12
6
5
12
References
'1 Successfully Completed Similar Projects
3
.2 Change Orders or Contract Amendments Were
3
Timely and Appropriate
3
.3 Projects completed within budget and on time
3
Sub Total
1 9
1 3
6
6
6
7
Other
.1 Firm located within the State of Florida
2
.2 Certification by Office of Supplier Diversity
3
Sub Total
2
5
2
2
7
Is
Project Specific Items
.1 Experience working with FDOT projects
1-8
.2 Experience with utility relocation p[ojects
1-7
Sub Total
11
6
10
TOTAL
70
34
58
:4:5
PVC) dAT1T1T STS' PV I r1rATT01VQ "VRIM-N
SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2)
C
Criteria/Description
TOTAL
50
Firm's understanding of the Project and Approach
Sub Total
2
k
Firm's ability to provide services within schedule and budget including consideration
of firm's recent, current and projected workload(s)
Sub Total
3
20
Managerial methods used in the design and administration of
the project
Sub Total
TOTAL
Amount firm has been paid by the City for work during the last 5 years
(up to $100,000- 5 points) ($100,0004250,000 -- 4 points) ($250,000-$500,000 - 3 points)
2 points) ($1,000,000-$5,000,000 - 1 point) (over $5,000,000 - 0 points)
SCORING COMPONENTS
Points resulting from amount City paid to firm during the last '5 years (0-5)
Total otal Points per the evaluation of Written Submissions (100)
Total Points per the presentation(s) (100)
GRAND TOTAL - POINTS (205)
Notes
Firm Being Evaluated: Project:
,—corer: Chris Smith Date:
PRO dir, FTTTT.IITV RV.1.nrATFnN.qDR-qJr,%'