*1305 Bellomo Herbert Riverwalk Ph 2�- o05
�I m
PURCHASING DEPARTMENT
T RANSMITTAL MEMO RANDUM
TO: City Clerk
RE: WO ✓lc. Dvder %`�Gllomo ,r �✓er� �� ���
P/1 T�
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
Mayor's signature
Recording
Rendering
Safe keeping (Vault)
Once completed, please:
❑ Return original
❑ Return copy
m
Special Instructions:
Safe Keeping Co J
Payment Bond
City Manager Signature
City Clerk Signature
Please advise if you have any questions regarding the above.
Thank you!
�Hof�
From
�11,;L-IA 0 /�
Date
T:\Dept_ forms \City Clerk Transmittal Memo - 2009.doc
EXHIBIT A
WORK ORDER FORM
Work Order Number: a�� ✓• ��
CITY OF SANFORD, FLORIDA ,{
Master Agreement/Contract Number: ✓ Dated: /— �O? ^°� ��
Contract/Project Title: Riverwalk Phase II
Solicitation No: Sanford Project No: r �'� Purchase Order No:
Consultant/Contractor: Bellomo Herbert & Company, Inc.
Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail address:
833 Highland Avenue, Suite 201, Orlando, Florida 32803 Phone (407) 422 -4845 Fax (407) 422 -0699
e -mail address frank(cDbellomo- herbert.com
ATTACHMENTS TO THIS WORK ORDER
[ ] DRAWINGS /PLANS /SPECIFICATIONS
[x] SCOPE OF SERVICES
[ ] SPECIAL CONDITIONS
[ ] UNIT PRICING SCHEDULE
METHOD OF COMPENSATION:
[x] FIXED FEE BASIS
[ ] TIME BASIS - NOT -TO- EXCEED AMOUNT
[ ] TIME BASIS - LIMITATION OF FUNDS
[ ] UNIT PRICE BASIS - NOT -TO- EXCEED AMOUNT
TIME FOR COMPLETION: The services to be provided by the CONSULTANT /CONTRACTOR shall
commence upon execution of this Work Order by the parties and shall be completed within the time frame of
sixty (60) days
of the effective date of this Work Order. Failure to meet the stated completion time requirement may be
grounds for termination for default.
Work Order Amount: X Fixed ❑ Not to Exceed
Eighty eight thousand four hundred twenty Dollars ($ 88,420.00 )
IN WITNESS WHEREOF, the parties hereto have made and executed this Work OrdeLp the respective dates
under each signature: the CITY through its City Commssion taking action on the 1 0 day of 11, and
the CONSULTANT /CONTRACTOR by and through its duly authorized corporate officer having the full And complete
authority to execute same.
CON TA CTOR:
Frank Bellomo, President
Printed Name and Title ,.
an
10
CITY OF SANFO
Jeff Triplett, Mayor
EXHIBIT "A "(page 2)
WORK ORDER
TERMS AND CONDITIONS
Execution of this Work Order by the CITY shall serve as authorization for the CONSULTANT /CONTRACTOR to
provide goods and /or services for the above project as set out in the Scope of Services which is attached as Exhibit "A,"
as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are
incorporated herein by reference as if they had been set out in its entirety and as further delineated in the specifications,
conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The
CONSULTANT /CONTRACTOR shall provide said goods and /or services pursuant to this Work Order, its attachments
and the above - referenced Agreement and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the
Agreement and exhibits shall prevail.
TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery,
inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein.
METHOD OF COMPENSATION:
(i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the
CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee
Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the
CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs
of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee
Amount.
(ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method"
with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required
by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event
is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not -To- Exceed
Amount without the express written consent of the CITY. Such consent will normally be in the form of an
amendment to this Work Order. The CONSULTANT / CONTRACTOR' compensation shall be based on
the actual work required by this Work Order and the Labor Hour Rates established in the Master
Agreement.
(iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis
Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount
becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the
CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The
CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR
has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of
Funds amount. The CONSULTANT /CONTRACTOR's compensation shall be based on the actual work
required by this Work Order and the Labor Hour Rates established in the Master Agreement.
(iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price
Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the
amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish
amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project
Manager. Prior written approval by the City is required to adjust the not to exceed amount.
The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms
of the above - referenced Agreement.
It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the
CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY,
prior to its execution of the Work Order, reserves the right to authorize a party other than the
CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do
so is in the best interest of the CITY.
The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work
Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order
along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action.
It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order.
EXHIBIT "B" SCOPE OF SERVICES
PROJECT: RIVERWALK PHASE II
Bellomo- Herbert & Company, Inc. (hereinafter referred to as the CONSULTANT) and the City of
Sanford (hereinafter referred to as the CITY) hereby agree as follows:
I. DESCRIPTION OF WORK
The CONSULTANT has been requested to provide professional landscape architectural
services to the CITY for the completion of conceptual design drawings for the proposed Sanford
Riverwalk Phase II, located from the end of Riverwalk Phase I at French Avenue and West
Seminole Boulevard (US Highway 17 -92), west to County Road 15, approximately 3.06 miles. It
is proposed that Riverwalk Phase II shall be located on the north side US Highway 17 -92
between the existing roadway and the south side of Lake Monroe.
II. GENERAL SCOPE OF THE WORK
The part of the Project for which the CONSULTANT is to perform services is generally
described as follows:
A. TASK 1 — SITE VISIT
The CONSULTANT shall visit the project site to best understand potential project opportunities
and constrains. Extensive photographs of the overall project area shall be taken for use in
project planning and design. These photographs shall be provided to the CITY in digital format.
B. TASK 2 — SURVEY
From the existing sidewalk at the Interstate 4 exit ramp, east side of Interstate 4 at Orange
Boulevard east along the southwest and south side of Lake Monroe at US Highway 17 -92 to the
west end of the Sanford Riverwalk Phase I project. (Approximately 3.06 miles)
1. Locate all improvements (including the seawall and any seawall tie -backs which may be
visible on the ground surface) and utilities, as evidenced by above ground features or as
marked by the designated utility company representative.
2. Obtain spot elevations on natural ground and existing improvements suitable for
interpolation of one foot contours to be shown on the final drawing. Perform cross - sections
at 100 foot intervals.
3. Establish benchmarks and horizontal control points at 1,000 foot intervals. Horizontal control
points will be relative to Florida State Plane Coordinates and vertical control will be relative
to NAVD'88 datum.
4. Topographic coverage will be limited to 2 feet south of the centerline northerly to the
seawall; in areas of no seawall, the survey will be extended to the tree line. Drainage
structures lakeside of the road will be detailed. Obtain the invert elevation ONLY of
connecting pipes on the southerly side.
5. Refer to FDOT maps to establish the corridor right -of -way.
6. Horizontally locate and field mark (paint & flags) all public subsurface utility mains found
excluding irrigation within the project area. The final product will be a field drafted plan sheet
or utility designation field sketch(s) of the project area reflecting all pertinent data for your
use.
C. TASK 3 — GEOTECHNICAL ENGINEERING
This scope of work will include determining if the bearing capacity and other soil characteristics
are suitable to construct the proposed Riverwalk. We will also explore the soil stratigraphy
adjacent to the proposed retaining walls and seawalls. Design or evaluation of retaining walls
and /or seawalls are not included in the scope of this proposal.
FIELD EXPLORATION
The field exploration program is based on performing a soil boring at each approximate 200 -foot
interval along the proposed trail alignment. A 15 -foot deep auger boring is planned at each
200 -foot interval with the following three exceptions. First, at 1,000 -foot intervals, substitute a
25 -foot deep SPT boring for the auger boring. Second, where a retaining wall is planned,
substitute a 15 -foot deep SPT boring for the auger boring. Third, in the area of the seawall, a
15 -foot SPT boring will be performed at 100 -foot intervals except at each 1,000 foot interval,
where a 25 -foot boring will be performed.
Considering the boring plan as outlined above for the 3.06 -mile Riverwalk alignment, the field
exploration program will include the following:
Description
Number of
Borings
Depth Below Ground
Surface (feet)
Sidewalk
17 SPT
25
54 AB
15
Retaining Wall
7 SPT
15
Sea Wall
10 SPT
15
The SPT borings will be drilled using a procedure similar to the Standard Penetration Test
outlined in ASTM D -1586. The borings will be sampled at 18 -inch intervals to 10 feet deep and
at 5 -foot intervals below 10 feet. Each sample will be removed from the sampler in the field and
then examined and visually classified by our crew chief. Representative portions will be sealed
and packaged for transportation to our laboratory for further analysis as required. Water level
observations will be made in the boreholes during the drilling operation. Cone penetration test
(CPT) soundings may be substituted for some SPT borings.
Maintenance of traffic (MOT) will be needed to complete our borings at many of the proposed
boring locations. This MOT will include lane closures and /or signage and cones, in accordance
with FDOT standards. The work necessary for the MOT is included in this scope of services,
including procuring any permits which may be required by state and /or local agencies. The cost
of such permits are the responsibility of the CITY.
We recommend that the project surveyor locate our borings horizontally and vertically (i.e.;
determine the elevation of the ground surface at the boring locations). This information will
increase the accuracy of the data obtained. We assume that the surveyor will be retained by
the client to provide these services.
LABORATORY PROGRAM
Routine laboratory visual classification will be performed along with specific classification tests
deemed necessary (i.e., percent fines and organic contents).
ENGINEERING ANALYSIS AND REPORT
Engineering analysis of all data obtained will be made to evaluate general subsurface
conditions and to develop engineering recommendations to guide site preparation and sidewalk
support. In addition, we will provide the soil stratigraphy obtained from the retaining wall and
seawall borings.
Our recommendations for the sidewalk, together with all data developed during the exploration,
will be submitted in a written report upon conclusion of the study.
D. TASK 4 — CONCEPT DESIGN
1. The LANDSCAPE ARCHITECT shall provide the following Concept Design sketches to
indicate the proposed design of the project:
a. Three (3) cross sections of the proposed Riverwalk Phase II project. Cross section 1
shall graphically indicate the proposed design of the Riverwalk at areas where
existing elevations between the roadway surface of Seminole Boulevard and the top
of the existing seawall are significant enough to require the use of a retaining wall on
the roadway side of the Riverwalk. Cross section 2 shall graphically indicate the
proposed design of the Riverwalk where no retaining wall is necessary. Cross
section 3 shall indicate the proposed design of the Riverwalk at the existing creek
where an elevated bridge /boardwalk will be required.
b. One enlarged plan view of each of the above three conditions shall be provided.
C. An enlarged plan view of a proposed parking area and elevated Lake Monroe
overlook/fishing area shall also be completed.
Each of the above described Concept Sketches shall be rendered for public presentation.
2. The LANDSCAPE ARCHITECT shall prepare an Estimate of Probable Cost for the
construction of Riverwalk Phase II based upon the Concept Design sketches described
above.
3. The LANDSCAPE ARCHITECT shall prepare a one page informational "flyer" for use by the
CITY in informing the public about the project. This document will be delivered to the CITY
in electronic format. Copies of the document which may be needed for dissemination to the
public are the responsibility of the CITY.
C. TASK 5 — MEETINGS
1. The LANDSCAPE ARCHITECT shall attend one City Commission workshop to present the
proposed design.
2. The LANDSCAPE ARCHITECT shall attend one meeting with the Florida Department of
Transportation to review the proposed design.
3. The LANDSCAPE ARCHITECT shall attend one meeting with representatives of the St.
Johns River Water Management District.
III. COMPENSATION
As compensation for the above described work, the LANDSCAPE ARCHITECT shall receive
lump sum professional services fees of $88,420.00 as broken out below.
• Task 1 — Site Visit $ 840.00
• Task 2 — Survey $23,870.00
• Task 3 — Geotechnical Engineering $52,000.00
• Task 4 — Concept Design $ 9,260.00
• Task 5 — Meetings $ 2,450.00
TOTAL
$88,420.00
IV. ADDITIONAL SERVICES
Additional Services beyond the basic services provided by the LANDSCAPE ARCHITECT and
as outlined herein shall be compensated as outlined in the Prime Agreement.
'a' -yra"L'
= 187777 --
WS RM X
Item No. 9 "r
CITY COMMISSION MEMORANDUM 'I 1-001.F
JANUARY 1 0, 2011 AGENDA
TO: Honorable Mayor and Members of the City Commission
PREPARED BY: Christopher Smith, Project Manager
SUBMITTED BY Tom George, Interim City Manager
SUBJECT Work Order for RiverWalk, Phase II
r�
YNOPSIS:
Approval of a work order for the preliminary planning design and engineering (PDE) required for
the Sanford RiverWalk, Phase II for Bellomo Herbert and Company, Inc. and a budget transfer
from the Second Generation One Cent Sales Tax, Seminole County Cost Share account, is
requested.
FISCA STATEMENT:
Funding for this project is available in the $2.9M Seminole County Cost Share portion of the
Second Generation One Cent Sales Tax.
BACKGROUND:
Sanford RiverWalk, Phase I, spanning from Mellonville Avenue to French Avenue was completed
in 2004. Phase II is proposed along US 17/92 from French Avenue to CR 15. Due to recent
coordination efforts between the Florida Department of Transportation (FDOT), Seminole County
and the City, this project is progressing to the design stage.
This project will provide a consistent rural pedestrian RiverWalk theme along US17/92 on the
north side of the roadway along Lake Monroe between the roadway pavement and the current
seawall. The project design concept includes a concrete 14' wide multi -use path along the entire
lakefront, a pedestrian bridge at Mill Creek, some seawall replacement at the eastern end and
ample shoreline protection where there is no seawall present along the western portion.
Bellomo Herbert and Company, Inc has provided a fixed fee proposal in the amount of $88,420 for
the PDE conceptual work and will be able to provide concept ideas to the City Commission at the
next available workshop. The continuing contract for Bellomo Herbert and Company, Inc. is
current and in good standing with the city.
LEGAL REVIEW:
N/A
T',
RECOMMENDATION:
Staff recommends the City Commission approve a Work Order Bellomo..Herbert and
Company, Inc in the fixed fee amount of $88,420 for the Sanford RiVer'Walk Phase II PIKE concept
and a budget transfer from the Seminole County Cost Share of the Seeorid Caeneratin ;One Cent
Sales Tax as necessary.
SUGGESTED MOTION:
"I move to approve the Consent Agenda."
Attachments: Exhibit "A" Work Order, Bellomo Herbert and Company, Inc.
Exhibit `B" Scope of Services
TAE &P Memos\2010 UP Memos \CC Memo RiverWalk PH II Prelinary PDE Proposal.doc