Loading...
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,%'