Loading...
2107 RFQ 14/15-19 SR 46 Utility RelocationSANFORD Description `Quantity Unit Extended Piire 1 4524530-536-46-00 SR46 niftyBel—SiOns (Mell II Aveto SR46) $220,158.00 - - Approved 6yCC on 10/12/15 see Bill Smith £., approval DESCRIPTION PURCHASING DEPARTMENT UISSUEF UNIT COST F<TFNoeo cos, TRANSMITTAL I EM® DUM *+x+xxxxx+++++++++xxxxxxxxxxx+++++ CHANGE ORDER TO: City Clerk/Mayor NA. 1.00 220158.00 1 ++xxx+x++++++++xxxxxxx+++++x+++++ SR 46 UTILITY RELOCATION -& SR 415) ii U �me1\Gw(l1e 60567.75 �F s�yi� RFQL14/1519 The items) noted below is/me attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Final Plat ❑ Mayor's signature SURVEYING SERVICES $19,075 ENVIRONMENTAL/ECOLOGICAL SERVICES $ 45,180.00 (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) RELOCATIONS (IF NEEDED) $16,937 ❑ Ordinance ❑❑Performance Deputy City Manager Bond Resolution ❑ Payment Bond ❑ ❑ City Manager Signature POST DESIGN AND SERVICES $ 43,041 ❑ City Clerk Atlest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies Special Instructions: L­4f3ojad¢y'enr S1:er6PDiat_Fi,, i,e_PR,1.F)_Fo -2018 Aoc Purchasing Division Requisition Form Department Utility Department Contact Person Paul M.Ore Vendor CPH Address C—DISU P.—PIKatriina Bowman Email - Tel Requisition It 310@ 1ig Date City of Sanford PO BOX 1788 Sanford, FL Seminole 32772 Phone: 407-688-5030 F-407-588-5021 vAvwsanfordO.goY PO # Date 10/14/15 -Lme It.. I.Snot Code Description `Quantity Unit Extended Piire 1 4524530-536-46-00 SR46 niftyBel—SiOns (Mell II Aveto SR46) $220,158.00 - - Approved 6yCC on 10/12/15 see Bill Smith £., approval DESCRIPTION QUANTITY UISSUEF UNIT COST F<TFNoeo cos, Deliverylnstructions: (meq I4 i� IR C�A-Ppro/ek opj Mho �o. 140. Finance ,s.uBMr BudgetTrancfer Override Aaounts (initials) Additional Comments: ]FRMS NET/30 Attached: Rm OR GUSTATION NO. 5COPe of Services ACCOUNT no.: SEE BELOW PRO DGTN... NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS ATH EO BY THEPURCHASING MANAGER -CITY OF SANFORD Approved 6yCC on 10/12/15 see Bill Smith £., approval DESCRIPTION DATE: 11/04/15 PURCHASE ORDER PO NUMBER 034623 CITY OF SANFORD CHANGE $I : 1 P.O. BOX 1788 DATE CHC: 01/12/16 PURCHASING OFFICE: 407.688.5030 1300 NORTH PARK AVENUE) SUBMIT INVOICES TO:A000UNTS PAYABLE AC NTS PAYABLE. L107.688 -Ce ,1 UUU;V�llR�jjjq\\\\ ))) ��� SANFORD, FLORIDA 32772 FINANCE DEPT FACSIMILE. 40].688.5021 1pJ` FLORIDA TAX EXEMPT N0.. 0580126216B1C-8 PO 30%1]882]]2 VENDOR NO.: 219 TO: SHIP TO: FLG CPH,INC CITY OF SANFORD 500 WEST FULTON ST 300 N. PARK AVENGE SANFORD, FL 32771 SANFORD, FL 32771 DELNER BY 09/3U/16 ]FRMS NET/30 1. YESTRATIGN UNLESS OTHERWISE INDICATED Rm OR GUSTATION NO. RESUPITION NO. ACCOUNT no.: SEE BELOW PRO DGTN... NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS ATH EO BY THEPURCHASING MANAGER -CITY OF SANFORD ITEM N0. DESCRIPTION QUANTITY UISSUEF UNIT COST F<TFNoeo cos, 1 *+x+xxxxx+++++++++xxxxxxxxxxx+++++ CHANGE ORDER 220158.00 NA. 1.00 220158.00 1 ++xxx+x++++++++xxxxxxx+++++x+++++ SR 46 UTILITY RELOCATION -& SR 415) 60567.75 NA 1.00 60567.75 .� RFQL14/1519 SURVEYING SERVICES $19,075 ENVIRONMENTAL/ECOLOGICAL SERVICES $ 45,180.00 GOPHER TORTOISE PERMITTING AND RELOCATIONS (IF NEEDED) $16,937 DESIGN AND PERMITTING SERVICES $95,925 POST DESIGN AND SERVICES $ 43,041 TOTAL OF $ 220,158.00 2 SEE LINE ITEM NO. 1 FOR DETAILS 159590.25 NA 1.00 159590.25 ADD PROJECT CODE To L 220158.00 SUB TOTAL 220158.OD TOTAL 220158.00 ----------------------------------------------- EQ/ACCT DATE REQ. BY ----- PR ------- JECT -------- AMOUNT ___________ 000065015 10/14/15 PAUL MOORE ___________ _____ _______ ________ 0567.75 5245305364600 5015 01/12/16 PETER STAF IERI WW 401 1 9590.25 5245305364600 APPROVED BY: APPROVED BY: PU AS- AGENT CITY M91 AGER ALL ES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PUgcHAs1 ORDER NUMaEA. THE VnNp01 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 HTTPSANDWRANFORDFL.GOVOEPARTMENTWPURCHASEffMMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 11/04/15 PURCHASING OFFICE: 407688.5030 ACCOUNTS PAYABLE: 40].688.5020 VENDOR NO.: 219 TO: CPH, INC 500 WEST FULTON ST SANFORD, FL 32771 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT N0.: 858012621HIC-e PO NUMBER 034623 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER eY 09/30/16 TERMS NET/30 urvLEss oTHERwISE lrvo careD ID Oft OUOTAT UN N REOU SITI.N 11. 65015 ACCOUNT NO.: 452-4530-536.46-00 PROAECTS., DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED PURCHASING MANAGERCITYOF SANFORD _NG ITEM N0. DESCRIPTION QUANTITY UISSUEFUNIT COST EXTENDED COST 1 SR 46 tTTILITY RELOCATION 220158.00 NA. 1.00 220158.00 (MELLONVILLE & SR 415) RFQ 14/15-19 SURVEYING SERVICES $19,075 ENVIRONMENTAL/ECOLOGICAL SERVICES $ 45,180.00 GOPHER TORTOISE PERMITTING AND RELOCATIONS (IF NEEDED) $16,937 DESIGN AND PERMITTING SERVICES $95,925 POST DESIGN AND SERVICES $ 43,041 TOTAL OF $ 220,158.00 SUB TOTAL 220158.00 To L 220158.00 ' APPROVED BY. 'a APPROVED BY: PURCHAEUN AGENT CITY MANAGER Internal Use Only ALL READ AGE5ANDA NV CES ASS ALL AT THE TAN S D TERMS] AND CONDITIONS PURCHASE ID ORDER NUMBER. RE T RESPONSIBLETO CAREFULLY Amount Paid'Chedc No. pate READ ono coMPLv WITH FTHIS PulcxasE pgDla A TTP:IIWWW SANFOROFL GOVIOEPARTMENTSIPUPCHASE/TERMS HTML U COPIES T0. 111101 OR G NATING DEPARTMENT PURCHASING 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 ApP 5011 Wcm Fulloo sane[ -f 1, FL3281 Phones 41177226<41 Fan: 407.33( 06t, We are pleased to present the attached proposal for the relocation of existing utilities along a 2.7 mile stretch of SR 46 between Mellonville Ave. and SR 415. Our proposed fee is summarized as follows: Task Permit No. Description Labor Expenses Appl. Fees Subconsultants Total 1 Surveying Services $18,975.00 5100.00 $19,075.00 2 Environmental / Ecological Services $43,800.00 5530.00 $850.00 $45,180.00 3 Gopher Tortoise Permitting and Relocations (If Needed) $5,650.00 S180.00 $1,757.00 $9,350.00 $16,937.00 4 Design and Permitting Services $94,225.00 $800.00 $900.00 $95,925.00 5 Post DesignServices $42,010.00 $1,031.00 $43,041.00 TOTAL $220,156.00 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. Katrina Bowman, P.E., CCS Vice President/Associate 0 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)lb. 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 SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) October 8, 2015 CPH, Inc. Limited Survey, Design, Permitting, and Post Design Services BASIC SERVICES OF THE CONSULTANT 1.1 CPH, 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 (RAN) onto the Orlando Sanford International Airport (OSA) 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 RNV and FDOT won't be able to demand City relocations for utilities on the airport property. 2.1 Task 1 - Surveying Services 2.1.1 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 Page 1 of 10 B 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 / 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 ACOE 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 2 of 10 Page 3 of 110 SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services 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. Page 4 of 10 0 SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 2.2.16 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 (FFWCC) 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 RFI'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 / 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 ACAD files, and set up sheets and borders using converted fonts and line types. The portion of the 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 ACOE 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 permitting (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 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. 2.2.14 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. Page 5 of 10 ' 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 FOOT to coordinate the Utility Work by Utility Agency/Owner (UAOs). The CONSULTANT will assist the CITY 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 jack 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"x17"); three copies of the POPCC (8'fC x11"); 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: ➢ Cover Sheet ➢ Summary of Quantities Page 6 of 10 Page 7 of 10 SCOPE OF SERVICES s SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 Survey (Approx. 9 Sheets) ➢ Key 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 UWS will be submitted to the CITY for review, and upon CITY review, CITY comments will be incorporated within the UWS. The UWS 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 (81/:" x11"); three copies of the Project Manual (8%" 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 up 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). Page 8 of 10 SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) 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 B. Preparation of Easement documents 9. Construction Layout Page 10 of 10 F SCOPE OF SERVICES SR 46 Utility Relocations (Mellonville Ave. to SR 415) Limited Survey, Design, Permitting, and Post Design Services October 8, 2015 2.4.16 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 (8%" x11"); and two copies of the Project Manual; and one CD containing PDF files of the plans, OPCC, 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 Attachment A Project Approach / Fee Schedule ATTACHMENTA CPH, Inc. SR 46 Utility Relocations (Mellonville Ave. to SR 415) Task No. Description Labor Expenses Permit pp. Fees Subconsultants Total 1 Surveyin Services $18,97500 $100.00 $19,075.00 2 Environmental / Ecological Services $43,800.00 $53000 $850.00 $45,180.00 3 Gopher Tortoise Permitting and Relocations (if Needed) $5,650.00 $180.00 $1,767,00 $9,35000 $16,937.00 4 Design and Permitting Services $94,225.00 $800.00 $900.00 $95,925.00 5 Post Design Services $42,010.00 $1,031.00 $43,041.00 TOTAL $220,158.00 sR 46 uaiav Re----.-Eye.-dI.Ia ft I-- A-1 ATTACHMENTA CPN, Inc. SR46Uti1ity Relocations(Mellan.J11 Ave.to SR4151 SR -11 Re.— A-2 snbs uerry Rumwlarrs-nlcnwu�s anarre scneauie iaoe-is.xicx A-3 A-4 1 � ®®NUNN A-5 it - - � ","""��',�. A -G ATTACHMENTA CPH,_ 7m�m ®�®®®® I Mons■©■' ■ENNEN ■■■son MOMMOM Monson A -S A.7 CPHEN-1 OP ID: KM CERTIFICATE OF LIABILITY INSURANCE F THIS CERTIFICATE 15 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 INSURER151, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CER71PICATE HOLDER. IMPORTANT: if the certificate held,, is An ADDITIONAL INSURED, the poticy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the Mrmsandconditbns of the policy, certain policies may require an endorsement. A -tic.- on this certificate does no[canfer nahls to the certificate Nolaer in lieu of such endorsement s1. JacksontColBnsworth& Johnson lnsuanw A9enry, LLC. 2208 Hillcresl5lreet Omand, FL 32803 Mark E- Jackson c. Kristin McIntosh s,,:321M5.111] N., 321-445-1076 C,r[5 suano¢.coIn _ n•Continental Casualty Comepan 20443cp uaeo CPN, Inc. CPM Engineea, Inc. 500 West Fulton Street Sanford, FL 32771 Nsuaa aValley Farge Insurance Company 120508 c.re: Ix;ueaR Transportation Insurance 20494 —,—RLI lnsuan.B Compam[13056 +wE6 J 4 cora Cla c H. X ICSD99618199 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTNSTANOING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS ITH CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. im - nF –moi uR��anll isdTjWp xuc ovrvtrvv F,r % I nroorc Workers' Compensation A XI carr G ry Employers Liability $ 500,000 'Certificates of exemption are not acceptabte in lieu of workers 1,0110,00 +wE6 J 4 cora Cla c H. X ICSD99618199 1 asai rans 0410112016 a pales Q� 300,00 n s Nor W, m. our 1 5,00 ConCacWal liab to 81,000,000 Per Occurrence Operations PreductElCompleted Operations Contractual/ bility; $ 1,000,000 General Aggregate 1,000,00 X XGU Comprehensive Auto Liability, CSL, shall include "any auto" or STAY i -Was a/; of the following: owned, leased, hired, non -owned 2.000�OOU'i C 111.11 Avvr-1En $ 1,000,000 General Aggregate Professional Liability (when required) S 1,000,000 Minimum C�THY X:,Ecr Loc 1 site storage, transit, installation and equipment breakdown. Deem Ca 2.000,00 100% of completed value of additions ��Oa09es1s204 and stmctump res Sanford all contractors and subcontractors Em 1000,00 L[L walury $1,000,000 Aggregate: No pervehicle maximum preferred Garage Liability (when required) l�Eaga emiwR 1,000,00 B Xio . 0 x 041all-ne IHIlar2016 oD LY NJu —I{ X EonLTos H AM— I Taav€a�rL� 5 5,600,00 AA so 6,000,00 C ssu s.M.,oE 5994618218 04/01/2015 0410112016 EOFXAIL 10000 o =rsertlorv4 t_ , wna.1 e,MFFN,ATDN arR�onl�r am exm D — -1Em 11v Y'� Dn,v�arnaieer ec ,"a.leyrn Nxl I..a.a�alo�,,,,w, N, PSW000240 01!01!21115 �. 0110'112016 X n..,E I €dH_ =_ - _ 1,000,00 L ,ncxac 1.000,00 er msusE IBL. DISEASF.PO 1,000,00 t) IProtessional LoboAT RDPO018939 0410112015 041012016 Per Claim ],000,0 Claims -Made Form Aggregate 2.000,0 of Sanford is Initial as aas dditional insured respts to Gene al &reNmau.rauan o.N.�,. sox•al to AufoLiability'Umbrella follows form. General Liability is Primary & Iii CERTIFICATEHOLDER CANCELLAHON SANF776 sHOULDANYOFTHEABOV lEo R19EOPo1.1CIESeE'AuCELLEOBEFORE Gily of Sanford THE —RATIONDATE ATE THEREOF, PROVISIONS Attu: Puchasing Menage, NOTICE aLL BE DELIVERED IN ACCORDANCEvnT POLICY P.O. Boz 1788 m R.I Ta Sanford, FL 32771 ^u � £ N f//Hs 01111.2014 ACORD CORPORATION. All rights reserved. ACORD 25 12014101) The ACORD name and logo are registered marks of ACORD 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 shalt 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 days 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 Trust have an A.M, Best rating of at least A -VII. • Iti s the responsibility of the Contractor to responsible to ensure 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 N Park Avenue); Sanford, FL 32771 Phone: 407.688.5028/5030 FAX: 407.688.5021 • 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 certification(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 City of Sanford, Florida INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES • MP -11012: When contract cost not to exceed $500,000, 180 days and no unusual hazards exist 1. 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 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. January 19, 2012 Data Authorized Sigg e"I / David A. Gi—eche P.E. President Printed Name Title 2 Of 3 Insurance Requirements 3 of 3 Insurance Requirements UP TO VENDOR POLICY LIMITS, BUT COVERAGE REQUIRED WITH MINIMUM POLICY LIMITS OF: Workers' Compensation Employers Liability $ 500,000 'Certificates of exemption are not acceptabte in lieu of workers Each Accident $ 500,000 compensation insurance Disease $ 500,000 C—niarcal General Liability Shelf include- Bodily Injury liatility, Property Damage liability, Personal Injury liability and Admirhsinginjury liability Coverages shall include Pramrasel 81,000,000 Per Occurrence Operations PreductElCompleted Operations Contractual/ bility; $ 1,000,000 General Aggregate Independent Contractors Explosion, Collapse Underground Comprehensive Auto Liability, CSL, shall include "any auto" or STAY i -Was a/; of the following: owned, leased, hired, non -owned $ 1,000,000 Combined Single Limit autos, and scheduled autos. $ 1,000,000 General Aggregate Professional Liability (when required) S 1,000,000 Minimum Builders Risk (when required) shall include theft, sinkholes, off 1 site storage, transit, installation and equipment breakdown. Permission to occupy shall be included and the policy shall be 100% of completed value of additions endorsed to cover the interest of all parties, including the City of and stmctump res Sanford all contractors and subcontractors Garage Keepers (when required) $1,000,000 Aggregate: No pervehicle maximum preferred Garage Liability (when required) $1,000,000 Combined Single Limit $1,000000 General Aggregate Certification: 1 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. January 19, 2012 Data Authorized Sigg e"I / David A. Gi—eche P.E. President Printed Name Title 2 Of 3 Insurance Requirements 3 of 3 Insurance Requirements Client#:5132 4CPHENGI ACORD,. CERTIFICATE OF LIABILITY INSURANCE ° THIS CERTIFICATE ISm55UE0 AS A MATTER OF INFORMATION ON LY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOM NOT APFIRMATNELY ORNEGATIVELY AMEND, EXTEND Al -TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURE(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT:I(UN. certiflrate h.Iaer 1. 1, ADDITIONAL INSURED, thep°IicyOI,,Rmust be endorsed. I( SUBROGATION IS WAIVED, s S.et to the forms and conditions of Ow policy, cortaln policies may require en entl.rsemeM. A sufenrenf on this c 11f.te Boos not cooter rigM1!s t. the namrmma homer IR Il.p repo, eoaora.m.Nrye1. ZUIS of Florida, Inc. 300 Colonial Center Parkway, Suite 120 Lake Mary, FL 32746 40]562-24]0 Rebecca Gaige !.40]-562-24]0 d0]-562-2480 l.— IxsuRFRla AcrcaDlrccovFRASE cr sB. National Fire lne Co of Hartfor 20478 _ uaee CPH Engineers, Inc, P.O. Bou 2808 Sanfortl, Fl 32772-208 _ o. Transportatbn Insurance Co -20494 p. FCC, Insurance Co._ 40170 wsuBeR °: Ixsu.snp: _ o NnYarx Faao+l s -PSrGDwaxM PY e VERAGES CERTIFICATE NUMBER: REVISION NUMBER: INBURANOE LISTED eELOYI HAVeB S_US10NS Ano CONDUONS O111111— RAI 11 OF ES. tial Ts 3110RUN1VN MAY INIVE .N REIXICED BYDPAIDaCC U. 3 SUBJECT TO ALL THE TE 5 I"}ra iv .11MII—E O vot,cvxUxaE4 nlrwovTiv meinlorcom'ri unms A DENFBALLAmr." %cowl e u«,pE Qo Dp., X OCP = c?FG41ep uoraPn Pam A A O.L-111 Xf X x overs X n W D 1 X X C4026502477 C4026882463 1 4(0112011 41U1I2U11 —I 04KNJ201 2 041011201 s1,000000 $ [ 300000 (MECO („ y s1oLaoo __ si Og0,00D (_ ez.Doo 060 nes $2,000000 1,000,000 IaL --___. q QIP orFR cy x prnavatuuae o.I EE20p397.Ottt ETRE DATE -]1111581 'CUP40268B2494 b/DI Wil 14111,2012 ucxoc s3000000 s5 DDD DOD . C u�vsMucsov s xx �v EO �ry�scO '"a"mvE ""1 a SANFORD City of Sanford PO Box 1778 Sanford, FL 327724778 DOMC12A12510 110112012 01/01/201 X "c TM s1000000 __ E s1 000 000 51.00D.000 RE: Genemi Engineering City "of Sanlord is named as additional Insuretl Ia, nmom.oaeo¢,.mu..al CERTIFICATE HOLDER CANCELLATION City of BBnfcrtl P.O. Box 1788 Sanford, 32772-1786 IIII IS F.W "I DATE NOTIMV ILL as o ry ccoBOANCE wlm THE Poucv Paovls!Oxs. sL ERED Irl ACDRD 25(SILUNS5) Loft The 4COR0 nameanelogoare reBismmamarks ofACORDV aV 1YXV V"yyV�Vµ'V'Ym,g,rr.servap. #53630191M362403 aGAIG 0 1 ( ws _ ((RI�M-t� ✓ 6r�� Item ND. Or.1J - CITY COMMISSION MEMORANDUM 15178 OCTOBER 12, 2015 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: F. William Smith, Purchasing Manager SUBMITTED BY: 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 _ ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of ranking of firms competing in a Consultants Competitive Negotiation Act (CCNA). process to provide professional services for design and permitting applicable to Design of SR 46 Utility Relocations is hereby requested. FISCAL/STAFFING STATEMENT: Funding is being made available via State loans from Florida DEP. BACKGROUND: The solicitation for acquisition of engineering services is governed by the Consultants Competitive 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 31 firms who downloaded the submission documents applicable to this solicitation, four firms actually submitted, CPH Engineers (CPH), Barnes, Ferland & Associates, Inc. BFA, Chen 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 committee tasked with evaluating and scoring the respondents with both firms being deemed most highly qualified: OP 10: KR Ad=® ° IruavDmvwn CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS TIFICATE DOES NOT AFFIRMATIVELY OR NEGATNELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INEURER(SI, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If a, N-11 to hold., k an ADDITIONAL INSURED, the p.liry(ieal must J.-N.—II. 11 BUBROGARON 15 WAIVED, suhlbct t, the tem,s anJ condi[lom of tl,o p.licy, certain po0cies may requlrean enJorsement A z!atemon[ on Nis c.rtiDcato Joos not roof., rights to ll,e certi(Icate holaer In Ilau of sech entlorseman!(s Lakes Insurance, Ine.-407-6445722 WP Y 40T.628.1363 P. O. BOX 2703 1NmR Park, FL 32790 Mark E. Jackson A129051 c cT KNHtU RCd lB.. we: 407-078.49]9 x,.407.628.1363 u -�A°'�s. krodri0rie �1 kesinsurance:com .GPHEN-1 an ws porn CPH Engineers, IU,. 500 West Fulton Street Sanlord, FL 32771 1991]°P sn>.Libertyulns's U'nderw NB. --- I.vsuxen e: Ixsu.snp: _ o NnYarx Faao+l s -PSrGDwaxM PY e IxsunsxF—� THIS 5 TO CERT EY THAT THE POL C Es OF NSUEANCE L STED BELOW HAVE BEEN CSSUFU TO TH EITHEUSED R OO NDMEN ANAOTH FOR TIE POI CY PER OD NGATEDT NOTYv1ThISTAND NO ANY REQUIREMENT. TERM OR CONE ilOrl OF C T RESPECT TO VMICH THIS E ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED s DESCRIBED HEREIN I6 6USJECT TO ALL THE TERMS. POLICIES HAVE B=_ XCLli3 IESLIMITS SHOWNMAYDatt'--_ xt m mc°rcvoYVY P°nw. _ 1 11-1 r snaoEe❑.rare caanccRECAre Lwn,wvuesEE": _ cv�"ate eLE unalum , s aNNED'Avms 'i i CPH i"^"^" � —_. _. _ _ o NnYarx Faao+l s -PSrGDwaxM PY e I eaNaPALAa.Rts>TE ;e _ 'FncDlx,+s.cw:meua s _...... �: CExpI�NEp NGtE.:!.9i ur0 Unngs 63 51 us,ePSLw Liav ! acwR Jeff Davis 47 57 65 EnOHCccORRENCE s sFry xE9 ex worm tveOxA� ol`sca 64 53 58 Total IaL --___. q QIP orFR cy _ 174 EE20p397.Ottt ETRE DATE -]1111581 DA101111 04101112 IE a,m Liberty insr�ra�ee LlndeiwriteisR [a ed A (E�cellentj XV �' aa'tlenal sxswne xnaaolo.xmo,o.wal: rasa"=al CERTIFICATE HOLDER CANCELLATION SANFORD City of Sanford PO Box 1778 Sanford, FL 327724778 THE EXPIRATIONTM GATE VTNEFFOF, NOICELL 6E DELIVERED 11 cCO DANC.`ANNTNE POLICY PRO DONS. AVs I a14 0 1988-2009 D CORPORATION. All AgUN reserved. ADDED 25 (2009109) TheACORO name and logo are mgistered ma1ks.1 ACORD • t ne orals or names, Pe"Nom & Assoc, Chen -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 CCNA provides that determining whether a firm is qualified, the City shall consider such factors m 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 firm 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. 'Phis 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 REVIEW: If awarded, the City Attorney will engage in Contract preparation. The City Attorney concurs with the stated requirements of the CCNA. RECOMMENDATION: 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. SUGGESTED MOTION: 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, Inwood SCORER Ferland Chen - Consulting CPH & Assoc Moore Chris Smith39 63 51 70 Jeff Davis 47 57 65 84 Richard Blake 64 53 58 70 Total 150 173 _ 174 224 • t ne orals or names, Pe"Nom & Assoc, Chen -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 CCNA provides that determining whether a firm is qualified, the City shall consider such factors m 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 firm 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. 'Phis 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 REVIEW: If awarded, the City Attorney will engage in Contract preparation. The City Attorney concurs with the stated requirements of the CCNA. RECOMMENDATION: 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. SUGGESTED MOTION: 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 ranking, as required by the CCNA, and to execute all documents as required to complete the selection process." Attachments: (1) RFQ 14/15-19 Announcement. (2) Individual scoring sheets of each firm. SCORING AND EVALUATION OF WRITTEN SUBMISSIONS - "CCNA" SR 46 UTILITY RELOCATIONS FROM MELLONVILLE AVENUE TO SR 415 - DESIGN SERVICES �. City of Sanford Florida - Purchasing Division 300 N. Park Avenue (P.O. Box 1788) Sanford, Florida 32771 Ev REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) Date Issued: July 23, 2015 SOLICITATION REQUEST FOR STATEMENTS OF QUALIFICATIONS TO ACQUIRE TITLE PROFESSIONAL SERVICES APPLICABLE TO THE CCNA FOR SR 46 UTILITY Firm's understanding of the Project and Approach - E RESPONSE DUE: OPENING DATE & TIME `o 08-24-2015 at 2:00 P.M. Barnes, Chen- Inwood Z .iztlu. .c Criteria/Description second floor) CPH Federici & Moore Consult N/A Notes: INSTRUCTIONS, SUBMISSION DOCUMENTS, GENERAL INFORMATION ABOUT ADDENDA AS IT OCCURS, ETC. MAY E CITY OF SANFORD PURCHASING: OBTAINED AT: Assoc Blackout Period/Cone of ADA Assistance RFI's and/or Questions must be directed to: 9 18 Ability of Firm and its Professional Personnel pu rch asing (csanfordfl.00v 06-46-15 third 08-30-15 407.688.5025 48 .1 Project team (PT) mostly has the proper level of 4 The City of Sanford, Florida (City) hereby requests written proposals for professional 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 right 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. —nnyvendorlink.com is the official solicitation posting site for the City. Information, applicable farms, experience, organization adequate 8 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 .2 PT has all required experience and disciplines, 12 organization is adequate .3 PT has appropriate experience, properly organized 18 Sub Total SS 8 8 12 2 16 FtrWs 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, 1 of these 16 Sub Total 16 12 16 16 3 12 Project Administration, Management and Value Engineering 4 Ability .t Expected to balance project costs, schedules and 8 design fees within budget 2 Expected to track, review and aggressively 12 Sub Total 8 4 8 8 20 Firm's Creativity 4 .1 Utilizes only generally accepted existing cenceple 4 .2 Uses same creative content with existing concepts 6 .3 Creative content of original design elements and 12 features 16 .4 Creative original cement of novel and innovative 20 Sub Total 16 4 4 4 5 12 References .1 Successfully Completed Similar Projects 3 .2 Change Odor 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 Stale of Florida 2 .2 Certification by Once of Supplier Diversity 3 Sub Total 2 5 2 2 7 15 Project Specific Items .1 Experience working with FDOT projects 1-8 .2 Experience With utility relocation pr leets 1-7 Sub Total 15 10 11 12 'TOTAL 84 42 52 60 SR 46 UTILITY RELOCATIONS FROM MELLONVILLE AVENUE TO SR 415 - DESIGN SERVICES �. City of Sanford Florida - Purchasing Division 300 N. Park Avenue (P.O. Box 1788) Sanford, Florida 32771 4 -m— Phone: 407.688.5028 FAX: 407.688.5021 email: purchasing@sanfordfi.gov REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) Date Issued: July 23, 2015 SOLICITATION REQUEST FOR STATEMENTS OF QUALIFICATIONS TO ACQUIRE TITLE PROFESSIONAL SERVICES APPLICABLE TO THE CCNA FOR SR 46 UTILITY Firm's understanding of the Project and Approach RELOCATIONS DESIGN SOLICITATION NUMBER RESPONSE DUE: OPENING DATE & TIME RFQ 14/15-19 08-24-2015 at 2:00 P.M. Deliver Responses 4o Response Opening Location 300 N Park Avenue (City Hall) NON -PUBLIC OPENING OCCUR IN THE OFFICE OF THE Room- 236 PURCHASING MANAGER ON THE INDICATED DATE AND I second floor) TIME THERE IS NO PRE -PROPOSAL CONFERENCE DATE and TIME OF CONFERENCE SCHEDULED OR ANTICIPATED N/A Notes: INSTRUCTIONS, SUBMISSION DOCUMENTS, GENERAL INFORMATION ABOUT ADDENDA AS IT OCCURS, ETC. MAY E CITY OF SANFORD PURCHASING: OBTAINED AT: WWW.MWENDORLINK.COM WWW.SANFORDFL.GOVIINOEX.ASPX?PAGE=881 Blackout Period/Cone of ADA Assistance RFI's and/or Questions must be directed to: Silence applies: Call: on www.mvvendorlink.com or by email at Total Points per the presentation(s) (100) pu rch asing (csanfordfl.00v 06-46-15 third 08-30-15 407.688.5025 48 hours in advance The City of Sanford, Florida (City) hereby requests written proposals for professional 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 right 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. —nnyvendorlink.com is the official solicitation posting site for the City. Information, applicable farms, 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. REQ 14115-19 SR 46 UTILITY RELOCATIONS DESIGN SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) _E u • Criteria/Description TOTAL 1 50 Firm's understanding of the Project and Approach Sub Total 2 3o Firm's ability to provide services within schedule and budget including consideration of firm's recent, current and projected workload(s) Sub Total 3 2g 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) '4500,000-$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 5 years (Oft) 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: Jeff Davis Date: SCORING AND EVALUATION OF WRITTEN SUBMISSIONS - "CCNA" RFO 14115-19 SR 461ITTLITV RRLOCATInNS nRSif_N SCORING AND EVALUATION OF WRITTEN SUBMISSIONS - "CCNA" E E E Criteria/Description go TOTAL 1 50 Firm's understanding of the Project and Approach Firm's understanding of the Project and Approach 6 E 1c Sub Total o 3o Barnes, Chen- Inwood Sub Total p Criteria/Description v CPH Ferland & Moore Consult c1 g TOTAL a Amount firm has been paid by the City for work during the last 5 years Assoc SCORING COMPONENTS Points resulting from amount City paid to firm during the last 5 years (0-5) 1 18 Ability of Firm and its Professional Personnel Notes Notes .1 Project team (PT) mostly has the proper level of 4 Firm Being Evaluated: Project: experience, organization adequate 8 I f .2 PT has all required experience and disciplines, 12 organization is adequate .3 PT has appropriate experience, propedy organized 18 Sub Total 18 12 8 8 2 16 Firm's Experience with Projects of a Similar Type and Size 4 1 .1 Has experience with t or 2 similar successful 8 projects . 12 .2 Has experience with 3-5 similar projects, 1 ofthese 16 Sub Total 12 8 8 8 3 12 Project Administration, m Manageent 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 t2 - Sub Total 8 4 4 4 20 Firm's Creativity 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 t6 A Creative original content of novel and innovative 20 Sub Total 13 12 12 12 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 9 9 9 6 7 Other .1 Firm located within the State of Florida 2 .2 Carifcalion by Dffce of Supplier Diversity 3 Sub Total 2 5 2 2 7 15 Project Specific Items 7 .1 Experience working with FDOT projects 1-B .2 Experience with utilly, relocation preset. 1-7 -TOTAL Suh Total 8 9 5 to ,TOTAL 70 59 48 53 RFO 14115-19 SR 461ITTLITV RRLOCATInNS nRSif_N SCORING AND EVALUATION OF WRITTEN SUBMISSIONS - "CCNA" . SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) E E E Criteria/Description go TOTAL 1 50 Firm's understanding of the Project and Approach Firm's understanding of the Project and Approach _ - Sub Total Sub Total o 3o Barnes, Chen- Inwood Sub Total p CriterialDescription 20 CPH Ferland & Moore Consult U g TOTAL Amount firm has been paid by the City for work during the last 5 years Amount firm has been paid by the City for work during the last 5 years Assoc SCORING COMPONENTS Points resulting from amount City paid to firm during the last 5 years (0-5) 1 18 Ability of Firm and its Professional Personnel Notes Notes .1 Project team (PT) mostly has the proper level of 4 Firm Being Evaluated: Project: expenenes, organization adequate 8 .2 PT has all required experience and disciplines, 12 organization is adequate .3 PT has appropriate experience, propedy organized 18 Sub Total 12 4 8 8 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, 1 of these 16 Sub Total 16 8 12 12 3 12 Project Administration, Management and Value Engineering 4 Ability .1 Expected to balance project at, schedules and 8 design fees within budget .2 Expected to track, review and aggressively 12 - Sub Total 8 4 8 4 4 20 Firm's Creativity .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 Sub Total 12 4 12 6 5 12 References A 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 6 6 6 7 Other .1 Finn located within the Sate of Florida 2 .2 Certification by Office of Supplier Diversity 3 Sub Total 2 5 2 2 7 15 Project Specific Items .1 ExpenencewcrkJ.9 with FDOT projects 1-8 .2 Experience with utility relocation juriests 1-7 -TOTAL Sub Total 11 6 10 8 70 3458 46 . SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) _ - E E Criteria/Description go TOTAL 1 50 Firm's understanding of the Project and Approach Firm's understanding of the Project and Approach Sub Total Sub Total 2 3o Firm's ability to provide services within schedule and budget including consideration of firm's recent, current and projected workload(s) Firm's ability to provide services within schedule and budget including consideration of firm's recent, current and projected workload(.) Sub Total Sub Total 3 20 Managerial methods used in the design and administration of the project used in the tlesign antl atlminitratin of Sub Total Sub Total TOTAL TOTAL Amount firm has been paid by the City for work during the last 5 years 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) -'6500,000-$1,000,000-2 points) ($1,000,000-$5,000,000-1 point) (ever $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 Notes Firm Being Evaluated: Project: ,= Richard Blake Data: RFO 14/15-19 SR 46 UTILITY RELOCATIONS DESIGN SCORING AND EVALUATION OF ORAL PRESENTATION(S) - "CCNA" (page 2) _ - E 'x Criteria/Description TOTAL 9 50 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(.) Sub Total 3 ]��­thculs used in the tlesign antl atlminitratin of 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) '6500,000-$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 5 years (0-5) Total Points per the evaluation of Written Submissions (100) Total Points per the presentation(.) (100) GRAND TOTAL - POINTS (205) Notes Firm Being Evaluated: Project: corer: Chris Smith Date: PFO 14/15-19 SR 46 nTrT.ITV RFLnCATTnNS nVRICN RFO 14/15-19 SR 46 UTILITY RELOCATIONS DESIGN