Loading...
1370 CPH 6th St Resurfacing1-md i I PURCHASING DEPARTMENT T RANSMI'TTAL MEMO RANDUM To: City Manager /City Clerk RE: CPH Work Order No. CPH6STRR for $19,960.00 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 original ❑ Return copy Special Instructions: Need executed signatures (both parties). ❑ Mayor's signature ° a l ao � 1 endering ❑ Safe keeping (Vault) F Payment Bond C./ ® City Manager Signature ® City Clerk Signature Please advise if you have any questions regarding the above. Thank you! "W From a4 .- Date C�7 0 T:\Dept_forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number CPH6STRR CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Q1 1306.116R00 Dated: 2006 Contract/Project Title 6th Street Road Resurfacin Solicitation No: ISanford Project No. RS0710 I Purchase Order No. Consultant/Contractor: CPH Engineers Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address P.O. Box 2808, Sanford, FI 32772 -2808 Ph. 407.322.6841 Fax. 407.330.0639 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS X FIXED FEE BASIS X SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 200 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City 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 indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ 19,960.00 Dollar Amount Written Out: Nineteen Thousand Nine Hundred Sixty Dollars ------------------------------------------------------- 00 /xx In Witness Where of, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City through its City Commission taking action on the and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: Signature, Corporate Officer - Signature, Corporate President Linda M. Gardner, Secretary-Treasurer David A. Gierach, P.E. - President Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD Sign ature, Manager E. ,' M a 51y) Purchasing Manager, Printed Name and Date Signature, City Clerk Signature ity Manager -- ��v��c, T�rtQr Z —�o. 1t 1 TtJr�P_ Z —�—(i De « f City Clerk, Printed Name and Date City Manager, Printed Name and Date Revised: 1 -6 -2011 February 3, 2011 Mr. Robert A. Beall, Jr. Project Manager, CPSI City of Sanford Public Works Dept. P.O. Box 1788 Sanford, Florida 32772 Re: 6th Street Resurfacing (Pecan Ave to U.S. 17 -92) CPH Project No. S0658.03 Dear Robert: 500 West Fulton Street Sanford, Florida 32771 P.O. Box 2808 Sanford, Florida 32772 -2808 Phone: 407.3226841 Fax: 407.330.0639 www.cphengineers.com We are pleased to present the attached proposal for the surveying and design of the resurfacing 6th Street from Pecan Avenue to U.S. 17 -92. The project will include minor regrading to improve the collection of stormwater runoff, design of underdrain to reduce impacts caused by existing high water tables, and add sidewalk and reconstruct driveway aprons within the City's right -of -way. We propose to provide the services outlined in the attached Scope as follows and Work Order: Topographic Surveying Services $4,000.00 Design Services $15,960.00 Total $19,960.00 We appreciate the opportunity to provide these services. If you have any questions regarding the project or proposed services, please do not hesitate to call. Sincerely, CPH Engineers, Inc. 1v'I� U � I- N. Katriina Bowman, P.E., CCS Vice President/Associate JAS0658.03Tontractl6th St. Proposal to City 02 -03- 11.doc 1 9 Engineers • Surueyors • Architects (AA26000926) • Planners • Landscape Architects • Environmental Scientists • Construction Management • Design /Build SCOPE OF SERVICES 6 Street Resurfacing (Pecan Ave to U.S. 17 -92) Surveying and Design Phase Services February 3, 2011 BASIC SERVICES OF THE CONSULTANT 1.1 The CONSULTANT agrees to perform professional engineering services in connection with the project as hereinafter stated. 1.2 The CONSULTANT will serve as the CITY's professional engineering representative in those phases of the project to which this Scope of Services applies and will give consultation and advice to the CITY during the performance of the services. 1.3 The purpose of the project is to resurface 6 Street from Pecan Avenue to U.S. 17 -92, conduct minor regrading to improve the collection of stormwater runoff, design underdrain to reduce impacts caused by existing high water tables, and add sidewalk and reconstruct driveway aprons within the CITY's right -of -way. The CONSULTANT will provide the CITY with surveying and design services for the project. 1.4 It is understood that the road resurfacing project, including the construction of new sidewalk, underdrain, and the reconstruction of driveway aprons, will be performed by the CITY and will not be released for bids for construction by outside parties. Therefore, the CONSULTANT will not prepare a Project Manual consisting of front end bidding documents and technical specifications for this project. 2.1 Task 1 - Surveying Services 2.1.1 The CONSULTANT, through its survey department, will conduct a topographic survey of 6 St. from Pecan Ave. to the west edge of pavement of U.S. 17 -92. The survey will show the location of easements, lot lines, and rights -of -way based on recorded plats and deeds of record. 2.1.2 The topographic survey will include locating accessible visible improvements including mailboxes, driveways, signs, fences and the edge of pavement. 2.1.3 The topographic survey will also include 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. The survey will also locate marked utilities, including City of J: \S0658.03 \Contract \Scope of Services - 6th St. Resurfacing 02- 03- 11.doc ". M w' I. L. T �j um i1� Page 1 of 3 SCOPE OF SERVICES 6 th Street Resurfacing (Pecan Ave to U.S. 17 -92) Surveying and Design Phase Services February 3, 2011 Sanford water mains, reclaimed water mains and sewer force mains marked by the City (If completed at the time of the field survey). 2.1.4 Surveying of below grade utilities is limited to the following: A. Gravity type sanitary sewer pipeline inverts and diameters will be measured at visible and accessible sanitary sewer manholes. The horizontal locations and vertical top elevation measured at the manhole rim will also be surveyed. B. Storm sewer pipeline inverts and diameters will be measured at each end of the pipeline, measured at visible and accessible storm sewer structures such as manholes, mitered end sections, endwalls, curb inlets, and grate inlets. The horizontal locations and vertical top elevation measured at the storm structure will also be surveyed. 2.1.5 Isolated trees with a trunk diameter of 6" diameter at breast height (dbh) and larger will be located; however, where there are thick stands of trees the tree line will be located. 2.1.6 The survey will show spot elevations including swales, edge -of- pavement, and centerline at 50' cross sections, with additional spot elevations shown at structures and major changes in grade. 2.2 Task 2 - Design Services 2.2.1 The CONSULTANT will attend a kick off meeting with City to discuss proposed roadway reconstruction including base construction options. 2.2.2 The CONSULTANT will conduct a field review of the route and completed survey to assess construction areas and add information to the completed survey as necessary. Since there are some inaccessible areas along the project corridor due to the on -going construction of the Sanford Gasification Plant (SGP) Remedial Construction project, the area between Holly Ave. and Cloud Branch will not be fully surveyed. In this area, information will be added to the base of the construction plans using as -built information from the SGP project. JAS0658.031Contract\Scope of Services - 6th St. Resurfacing 02 -03- 11.doc Page 2 of 3 SCOPE OF SERVICES 6 th Street Resurfacing (Pecan Ave to U.S. 17 -92) Surveying and Design Phase Services February 3, 2011 2.2.3 The CONSULTANT will add Cloud Branch 6th St. Crossing proposed construction to the 6th St. resurfacing construction plans. 2.2.4 The CONSULTANT will regrade the road as needed to improve drainage and eliminate pocketed low areas, while utilizing the inlets and storm sewer that connects to the new SGP project stormwater pond. 2.2.5 The CONSULTANT will prepare preliminary plans consisting of plan view of the road repaving including proposed sidewalk construction and driveway apron reconstruction. 2.2.6 The CONSULTANT will a Prepare Preliminary Opinion of Probable Construction Cost ( POPCC), submit preliminary plans and POPCC to the City. 2.2.7 The CONSULTANT will meet with the City to review preliminary plans and POPCC, and will make revisions as requested by the City. 2.2.8 The CONSULTANT will prepare Final Construction Plans (90% complete) consisting of: 1. Cover Sheet 2. Summary of Quantities 3. Survey 4. Typical Section and General Notes 5. Site Plan and Dimensions (2 Sheets, 1 " =20' Scale) 6. General Details 7. Signing and Marking Plans (2 Sheets, 1"=20' Scale) 2.2.9 The CONSULTANT will meet with City to review 90% plans, make revisions as requested by City. . 2.2.10 The CONSULTANT will Update POPCC and prepare OPCC. 2.2.11 The CONSULTANT will submit plans to SGP consultant, coordinate with the SGP Group as needed concerning the proposed reconstruction of 6th St. 2.2.12 The CONSULTANT will revise the plans, OPCC based on City comments, submit 100% plans to the City (ACAD files and PDF files). JAS0656.031Contract\Scope of Services - 6th St. Resurfacing 02 -03- 11.doc Page 3 of 3 pin%i PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: Mayor /City Clerk RE: Miller Pipeline Corp., Work Order SWPRMP $425,000 W c� The item(s) noted below is /are attached and forwarded to your office for the following action(s): El Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ® Return original ❑ Return copy El Special Instructions: Need executed signatures (both parties). ® Mayor's signature ❑ Recording ❑ Safe keeping (Vault) n and ❑ City Manager Signature a--� ® City Clerk Signature Please advise if you have any questions regarding the above. Thank you! GAktot� From c9-7— / / Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number SWPRMP CITY OF SANFORD FLORIDA Master Agreement/Contract Number: IFB 09/10 -10 Dated: 10/20/2010 Contract/Project Title Storm Water Pipe Rehabilitiation Solicitation No: ISanford Project No. ST0902 jPurchase Order No. Consultant/Contractor: Miller Pipe Corp Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 727 Cheston Street, New Symrna Beach, FI 32168 Ph. 800.967.3388 Fax. 352.383.6607 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS X FIXED FEE BASIS SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 242 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City 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 indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ 425,000 Dollar Amount Written Out: Four Hundred Twenty -Five Thousand ------------------------------------------------------------- -00 /xx In Witness Where of, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City through its City Commission taking action on the ilI0/,,2 ©t/ and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: TION: Signature, Corporate Officer S natu e, Corporate CEO CFO Nina Turner, Asst. Secretary 2/3/11 Douglas S. Banning, Jr, CEO /CFO 2/3/11 Cor orate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD SigKature, Purchasing Manager Purchasing Manager, Pri to Name and Date I le — Signature, City Clerk., Sign re, Mayor ity Clerk, Printed Name and Date Mayor, Printed Name 6fid Date Revised: 1-b -2011 WS RM x Item No. 0.e CITY COMMISSION MEMORANDUM 1 1. 001.E JANUARY 10, 201 1 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY Russ Sheibenberger, Stormwater /Streets Superintendent SUBMITTED BY Thomas George, Interim City Manager SUBJECT Miller Pipe Corp- Contract for Services n SYNOPSIS: evi Approval of a procurement to provide rehabilitation services for stormwater lines is requested. FISCAL/STAFFING STATEMENT: Total cost will not exceed $425,000. Funding for this Procurement is available in the 2010/2011 Stormwater Utility Fund. BACKGROUND: Storm lines in the historic district are located in alleys that are on an average of 8' to 10' deep which makes it impossible to fix by conventional means due to the proximity of private property and buildings. Many are ageing and in need of lining in order to prevent failures. LEGAL REVIEW: City contract IFB 09/10 -10 has been review and approved by City Attorney. RECOMMENDATION: It is staff's recommendation that the City Commission approve procurement from Miller Pipe Corp in an amount not to exceed $425,000 to provide cured in -place lining for storm lines. SUGGESTED MOTION: 9 w, m� "I move to approve procurement from Miller Pipe Corp. not to exceed $425,000."