HomeMy WebLinkAbout*1316 CDM Smith, Inc. WO No.3PURCHASING DEPARTMENT
T RANSMI TTAL MEMORANDUM
TO: City Clerk
RE CDM Smith, Inc PO 32860 and Work Order No. 3 for $47,380
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
Once completed, please:
® Return originals to Purchasing
❑ Return copies
Special Instructions:
Please keep for safe keeping
Marisol Ordonez
rom
❑ Mayor's signature
❑ Recordin
endering
Safe keeping (Vault
Deputy City Manager
❑ Payment Bond
❑ City Manager Signature
❑ City Clerk Attest/Signature
�1101 czl , �� Date
f
TADept_ forms \City Clerk Transmittal Memo - 2009.doc
DATE: 05/01/12
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 10835
TO:
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681C-8
CDM SMITH, INC
2301 MAITLAND CENTER PKWY
STE 300
MAITLAND, FL 32751
PO NUMBER 032860
CHANGE #: 1
DATE CHG: 05/01/12
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
300 N. PARK AVENUE
SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/12
NET /30
ACCOUNT NO.: SEE BELOW PROJECT NO.:
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
*
* CHANGE ORDER
*
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
1
CUP MODIFICATION
.00
.00
.00
SANFORD AUXILIARY WTP ASR PROJECT
WORK ORDER CUP
ASSITANTACE AND
2
CONSULTANT COORDINATION
.00
.00
.00
3
SEE LINE ITEM 1 AND 2 FOR DETAILS
47380.00
NA
1.00
47380.00
CHANGE PROJECT
code per Ryan, 5.1.12
SUB
TOTAL
47380.00
TOT
IL
47380.00
--
EQ /ACCT DATE REQ. BY
----- - - - - --
- --
- - - --
PROJECT
- - - --
- - - - --
- - - - - --
AMOUNT
----------------------------------
000063167 04/18/12 MIGDALIA H
----- - - -
RNANDEZ
DW
101
7380.00-
5245305366303
2345 05/01/12 RYNA OSSOW
KI
DW
103
7380.00
5245305366303
---------------------------- - - - - --
----- - - - - --
- - - --
- - - - - --
- - - --
APPROVED BY:
PURCHASING AGENT
APPROVED BY: _T�Q� &Z
CITY MA GER
I ,,
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASEITERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 05/01/12
PURCHASE ORDER PO NUMBER 032860
CITY OF SANFORD
P.O. BOX 1788
PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE
ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT.
P.O. BOX 1788
FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 85801 2621681 C -8 SANFORD, FL 32772
VENDOR NO.: 10835
TO: SHIP TO:
CDM SMITH, INC CITY OF SANFORD
2301 MAITLAND CENTER PKWY 300 N. PARK AVENUE
STE 300 SANFORD, FL 32771
MAITLAND, FL 32751
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/12
NET /30
63167
ACCOUNT NO.: 452-4530-536.63-03 PROJECT NO.: DW 110 1
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
1
CUP MODIFICATION
20460.00
NA
1.00
20460.00
SANFORD AUXILIARY WTP ASR PROJECT
WORK ORDER CUP
ASSITANTACE AND
2
CONSULTANT COORDINATION
26920.00
NA
1.00
26920.00
SUB
TOTAL
47380.00
TOTAL
47380.00
APPROVED BY:
PURCHASIZ
APPROVED BY:
CITY MANAG
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
P
TIME FOR COMPLETION: 240 Days of the effective date of this Work Order
Effective date- this Work Order:
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: $ $47,380
Dollar Amount Written Out: Forty seven thousand three hundred - eighty dollars XX11.00
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
ATTM: NaTARL/ EXECUTION:
G'
na urm r i2 Signature, orporate President
�r f
MY COMMISSION # DD 992033 y n .
EXPIRES: August 30, 2014 �' c
Cor Date Corporate President Printed Name and Date
CITY OF SANFORD
Signat re, Purchasing Manager
"W' r 2* ,` 5/ 1 ZO l�
Purchasin Manager, Printed Name iind Date
Signature, My Clerk v Signature, Cl nager
' DeP
Tom George. • Ci M
anag er
City Clerk, Prirftd Name ad d Date Ci Manager, Printed Name and Date Amifemf• � R!In1�
City of Sanford
Sanford Auxiliary WTP ASR Project
Work Order CUP Assistance and Consultant Coordination
March 2012
I. PURPOSE
The City of Sanford is continuing its ASR Cycle Testing and Implementation program
with the additional purpose of assisting the City with its Safe Drinking Water Act
(SDWA) water quality compliance requirements in 2013. The scope of work outlined
below includes tasks associated with modification of the City's existing ASR
Consumptive Use Permit through the SJRWMD and coordination with the City's other
consultants involved in the water quality upgrades to the Auxiliary Water Treatment
Plant.
This work assignment references the Agreement between CITY and ENGINEER dated
July 12, 2010.
II. GENERAL SCOPE OF SERVICES
The ENGINEER's Scope of Services is provided below:
Task 1 CUP Permit Renewal
The ENGINEER shall prepare an application to modify the existing ASR CUP permit for
an increased allocation for cycle testing to evaluate the City's ability to meet the SDWA
water quality compliance requirements and projected demand. The ENGINEER will
review the City's historic water usage over the last 5 years and projected demands in
support of the requested 'increase in allocation. The ENGINEER will coordinate with the
SJRWMD and the City regarding permit modification details and will respond to one
Request for Additional Information from the SJRWMD. An allowance of $1,000 is
included in this work order for reimbursement of permit fees related to the CUP
modification request.
Task 2 Consultant Coordination
The City has plans to upgrade the Auxiliary WTP with ozone and granular activated
carbon (GAC) treatment to increase water treatment levels and meet future water
quality requirements. The ENGINEER will coordinate with, review plans, and attend
meetings as necessary with the City's other consultants involved in the plant upgrades,
as it relates to the ASR system and future operations. The ENGINEER has budgeted an
allocation of 200 hours for this coordination work. If the required coordination time
exceeds this allowance, the ENGINEER will request additional compensation from the
City.
III. DELIVERABLES
This scope shall result in the following deliverables:
S�`0000�LAT\WSa ford,ASWCD\t F'FQNsai to Sanford0321 t 2&o
1. CUP Modification Documents
2. Consultant Coordination review of documents.
IV. SCHEDULE/DURATION
This scope of work is expected to be completed by December 31, 2012.
V. COMPENSATION
Payment will be in accordance with the City of Sanford Agreement for Engineering
Services with CDM Smith. Total compensation for services, materials, supplies, and
other items or requirements necessary to complete the work based on a "Lump Sum' fee
provided in Table 1. The ENGINEER shall perform these services for a lump sum fee of
$47,380. The ENGINEER will submit monthly invoices based upon services performed
and completed by the ENGINEER.
S:1M0 LATN'BlSmfotd to S.fb,d 032112 -doc
7aNt1
Clt} 4fS -r-d, FlMds
CUP N$odifkadm ad Ca In tCwWta dm
Pmprat (L..pSaa)
b4aH zoli
e
Raaa
hirayt/
Samar
P.0
M1a[
d23X
Tak
u
O /SCU
illD
illt
i
Rfaatla2�
!f2!
oo
MR
f]oL
11]0 H.4
wn
8
Jfti MR
i
/
JI00 SGT
xf
S4GPart
!10 M.4
xn s
Rd�3..
ISO MR
T0W
Nwn
Tod
/a3e+
OOCY
Taea.'a
1 {
1
2
Tom
VPK3
�f Gaw3ra'ai
D
12
20
1.58]
2,}10
1040
16
21
a3
a
3 70]0
M
p
12
{ 1800
0000
I t0.tYl
43
60
104
200
S "/.500
S 13000
21
]2
0i
2p]
]A'3]
66'0
10
18
261$
SCO
{ i,UO
2.110
M
i!
— im
i
1+0
$2.1
150
200
350
3 1f IDO
S ]t UO
D i xw
S 1
]0
} 0O.a50
3 MO20
I S 0
EXHIBIT "A "(page 2)
WORK ORDER
TERMS AND CONDITIONS
Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori-
zation 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 provided, however, that the
CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY
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
provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the
CITY
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 CONS ULTANT /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.
(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.
WORK ORDER TERMS AND CONDITIONS
1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and
Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the
"City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents,
volunteers, etc.
2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be
varied only by written amendment signed by the parties. All modifications in performance, including but
not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by
the parties. Time is of the essence of the lawful performance of the duties and obligations contained in
the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously
pursue Vendor /Contractor's obligations.
3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for
default by written notice to the Vendor /Contractor. The City shall have no liability to the
Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and
delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of
termination.
4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this
WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is
acknowledged by an authorized City representative"
5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or
quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the
Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be
allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted.
6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused
condition and free from defects in title, workmanship, defects in design and in full compliance with the
specifications defined by the City in the order. The goods or services furnished under this WO are
covered by commercial warranties for such goods or services and that the rights and remedies
provided therein are in addition to and do not limit those available to the City. A copy of these
warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery.
7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods
and /or services with the requirements of this Work order and to reject any delivery not in compliance If
any deficiency is not visible at the time of delivery the City reserves the right to take and /or require
appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect
8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City,
be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in
good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and
all liability of whatsoever type or nature for loss or damage to such property.
9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws,
ordinances, regulations, authority and codes and authority having jurisdiction over the purchase.
10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend
the City, its agents, servants, officers, officials and employees, or any of them, from and against any
and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other
legal costs such as those for paralegal, investigative, and legal support services, and the actual costs
incurred for expert witness testimony, arising out of or resulting from the performance or provision of
services required under this Agreement, provided that same is caused in whole or in part by the error,
omission, act, failure to act, breach of contract obligation, malfeasance of officers, officials, employees,
agents or subcontractors of Vendor /Contractor. Additionally, the Vendor /Contractor accepts responsibility
for all damages resulting in any way related to the procurement and delivery of goods or services
contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the City as set forth in Section 768.28, Florida Statutes.
11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to
become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior
written consent of the City.
WORK ORDER TERMS AND CONDITIONS -Page 2
12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the
City except as may be required to perform this WO.
13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance
with the City's shipping and packaging specification and good commercial practice. Each package shall
be labeled indicating the addressee of each package or shipment and the applicable WO number. All
shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations
published in 49CFR 1399, OSHA regulations 29 CFR 4999.
14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and
under no circumstances shall it be considered as agent or employee of the City.
15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and
City policies and procedures.
16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper
invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing
address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment
terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City
has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO.
Payment will be made only to the Vendor /Contractor identified on the WO and for received and
accepted goods /services. The City shall have right at any time to set -off any amounts due to the
Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the
case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best
interests of the City.
17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance
No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash
discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever
is later.
18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where
the City conducts operations, the Vendor /Contractor shall request information from the Purchasing
Manager regarding insurance coverage requirements. In circumstances where insurance is required,
Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to
cancel this Work Order, immediately suspend performance by the Vendor /Contractor at
Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is
verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to
disbarment from the City's Vendor /Contractor List.
19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the
City hereunder shall not constitute or be construed as a waiver of any such provision or right and the
same shall continue in force.
20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable
precautions, protective measures and provide any additional relevant information, including MSDS,
related to the Material being purchased herein.
21. The City shall have the right at no additional charge to use all or portions of material found in the
Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to
advise the City of any updated information relative to the foregoing literature and documentation with
timely written notice.
22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid
or transact business with the City in excess of Category Two for a period of thirty -six (36) months from
the date of being removed from the City's Vendor /Contractor List.
23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act
(INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally
cancel this WO with any contractor who knowingly employs unauthorized alien workers.
WORK ORDER TERMS AND CONDITIONS -Page 3
24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In
any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of
the Eighteenth Judicial Circuit in and for Seminole County, Florida