HomeMy WebLinkAbout1075-Bellomo-Herbert-Exhibit A & B-Work Order 2
QdJ- la l cs-t
EXHIBIT "B"
WORK ORDER
FOR
PROFESSIONAL ARCHITECTURAL ENGINEERING SERVICES AGREEMENT
(RFQ 04/05-12)
t'/
WORK ORDER NO.: 2
PURCHASE ORDER NO.:
(For billing purposes only, to be assigned by
CITY after execution.)
PROJECT: Fort Mellon Park Construction Documents
CITY: SANFORD, A MUNICIPAL CORPORATION OF THE STATE OF FLORIDA
CONSULTANT:
Bellomo-Herbert & Company. Inc.
Execution of the Work Order by CITY shall serve as authorization for the CONSULTANT to provide for
the above project, professional services as set out in the Scope of Services attached as Exhibit "A," to that
certain Agreement of January 19,2006 between the CITY and the CONSULTANT and further delineated in the
specifications, conditions and requirements stated in the following listed documents which are attached hereto
and made a part hereof.
A TT ACHMENTS:
[] DRA WINGS/PLANS/SPECIFICATIONS
[X] SCOPE OF SERVICES
[] SPECIAL CONDITIONS
[ ]
The CONSULTANT shall provide said services pursuant to this Work Order, its attachments and the
above-referenced Agreement, which is incorporated herein by reference as if it had been set out in its entirety.
Whenever the Work Order conflicts with said Agreement, the Agreement shall prevail.
TIME FOR COMPLETION: The work authorized by this Work Order shall be commenced upon
issuance of a Notice to Proceed by CITY and shall be completed within two hundred and forty (240) calendar
days.
METHOD OF COMPENSATION:
(a) This Work Order is issued on a:
[X] FIXED FEE BASIS
[] TIME BASIS METHOD WITH A NOT-TO-EXCEED AMOUNT
[] TIME BASIS METHOD WITH A LIMIT A TION OF FUNDS AMOUNT
(b) If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT shall
perform all work required by this Work Order for the sum of three hundred and ninety-two thousand, two
hundred DOLLARS ($392,200.00). In no event shall the CONSULTANT be paid more than the Fixed Fee
Amount.
(c) If the compensation is based on a "Time Basis Method" with a Not-to-Exceed
Amount, then the CONSULTANT shall perform all work required by this Work Order for a sum not
exceeding
N/A
DOLLARS ($
). The CONSULTANT'S
compensation shall be based on the actual work required by this Work Order.
(d) If the compensation is based on a "Time Basis Method" with a Limitation of Funds
Amount, then the CONSULTANT is not authorized to exceed the Limitation of Funds amount of
N/A
DOLLARS ($
) without prior written
approval of the CITY. Such approval, if given by the CITY, shall indicate a new Limitation of
Funds amount. The CONSULTANT shall advise the CITY whenever the CONSULTANT has
incurred expenses on this Work Order that equals or exceeds eighty percent (80%) of the Limitation
of Funds amount. The CITY shall compensate the CONSULTANT for the actual work performed
under this Work Order.
Payment to the Consultant shall be made by the CITY in strict accordance with the
payment terms of the above-referenced Agreement.
It is expressly understood by the CONSULTANT that this Work Order, until executed by
the CITY, does not authorize the performance of any services by the CONSULTANT and that the CITY, prior
to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT 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.
"
IN "TITNESS WHEREl,.." the parties hereto have made and exel"...(ed this Work Order
, '7J1; /iJ - p(~
on this 6l. Cj day of ~( ~/fi- , 20~, for the purposes stated herein.
~iJff- By:
(CORPORA TE SEAL)
Date: ~ . 2 J. 0 ({/
ATTEST:
CITY COMMISSION
SANFORD, FLORIDA
BY~ ~ ::S~
LWD KUHN, MAYOR
Date: r - 5-- ()~
:A.N~~~HERTY .~
Clerk to the
City Commission
Sanford, Florida.
F or use and reliance of the
City of Sanford, Florida, only.
Approved as to form and legal
sufficiency.
As authorized for execution by the ,
City Commission at its (2U C0-d ((/
20Di2, regular meeting. 0
City Attorney
Attachment (s): Scope of Services
.;
EXHIBIT "C"
RATE SCHEDULE
Principal................................. $125.00
Senior Associate .................... $105.00
Landscape Architect.............. $ 85.00
Construction Administrator... $ 75.00
Landscape Designer .............. $ 65.00
Landscape Technician........... $ 55.00
Administrati ve....................... $ 40.00
EXHIBIT "A" SCOPE OF SERVICES
PROJECT:
FT. MELLON PARK PART 'B' / CONTRACT DOCUMENTS AND
BIDDING PHASE SERVICES
Bellomo-Herbert & Company, Inc. (hereinafter referred to as the LANDSCAPE ARCHITECT)
and the City of Sanford (hereinafter referred to as the CITY) hereby agree as follows:
I. DESCRIPTION OF WORK
Following the completion of Master Plan for Ft. Mellon Park (Part 'A'), the LANDSCAPE
ARCHITECT has been requested by the CITY to provide professional landscape architectural
services to the CITY for completion of the Ft. Mellon Park Contract Documents, Permitting and
Bidding Phase services.
II. GENERAL SCOPE OF THE WORK
The part of the Project for which the LANDSCAPE ARCHITECT is to perform services is
generally described as follows:
A. TASK 1 - CONTRACT DOCUMENTS PHASE
1. Based upon the previously approved Master Plan, the LANDSCAPE ARCHITECT shall
prepare complete Contract Documents for the items indicated in the Final Master Plan
dated April 7, 2006, including, but not necessarily limited to:
. Grading and Drainage to include:
· Master Grading and Drainage Plan for all phases
. Site Utilities & Infrastructure to include:
· Potable water
· Sanitary Sewer
· Site lighting and electrical distribution
. Roadway Modifications (Seminole Boulevard)
. Sidewalks and patios
. Modifications to Lake Carolla
. Buildings and Structures to include:
· Small Restroom
· Large Restroom with office
· Maintenance Facility Building (approximately 1000 square feet under
roof)
· (2) Tennis Courts and related parking area.
· Pavilions and shelters
· Decorative and Screen Walls
· Trellis( es)
· Retaining Walls
. Landscaping
Ft. Mellon Park Construction Documents
August 21. 2006
. Irrigation
. Site Furnishings
. Splash Pad/Interactive Fountain
. Basketball Courts
. Bocce Ball Courts
· Decorative Fountain
. Fitness Trail
. Tot lots and Fort themed play area
. Roadway crosswalk improvements
The Contract Documents shall be completed and submitted to the CITY for review at the
30%, 60%, 90% and 100% stages of completion.
The 30% drawings shall fix and describe the overall character and extent of the project.
As listed above, these services include a Design Task that will provide plans, elevations
and sections for all structures. This element will clearly establish the character/design
intent of the architectural components for the entire project in order to ensure the
cohesive implementation of the project vision over an extended period of time. These
drawings shall be submitted to the CITY for review and comment.
The 60% drawings shall include modifications made to the 30% drawings as requested by
the CITY during their review. Additionally, the 60% drawings shall include details for the
accurate bidding and construction of the project. This 60% submittal shall also include
outline specifications for CITY review.
The 90% drawings shall include modifications made to the 60% drawings as requested by
the CITY during their review. Additionally, the 90% drawings shall include additional
details for the accurate bidding and construction of the project. This 90% submittal shall
also include complete specifications for the project.
The 100% drawings shall include modifications made to the 90% drawings as requested
by the CITY during their review. These 100% drawings shall constitute the final bid set
for the project, and shall also include the 100% complete projects specifications.
Estimates of probable cost shall be submitted at the 30%, 60%, 90% and 100% plan
review stages.
It is anticipated that the total construction value of the items described above is
approximately eight million dollars ($8,000,000.00).
All of the drawings above shall adhere to the Americans with Disabilities Act (ADA).
2. Meetings and Presentations
Ft. Mellon Park Construction Documents
August 21. 2006
The LANDSCAPE ARCHITECT shall meet with the CITY staff following the
completion of the 30%, 60% and 90% stages of the project.
B. TASK 2 - PERMITTING PHASE
The LANDSCAPE ARCHITECT will prepare and file applications for all necessary
permits, licenses and approvals from local and state agencies of the government having
jurisdiction over the project and will diligently pursue such permits, licenses and
approvals until such time as permits are either issued to the CITY or are denied by the
issuing agency. The LANDSCAPE ARCHITECT will exercise professional skill in
executing these services. However, the LANDSCAPE ARCHITECT cannot and does not
guarantee the action of any governmental agency, official or proceeding. All required
fees will be paid by the CITY.
D. TASK 3 - BIDDING
The LANDSCAPE ARCHITECT shall assemble all construction documents into a single
bid set for construction of the work. This bid set shall be for constructed improvements of
a value to be determined by the CITY. Should budgeting not allow for bidding and
construction of the entire $8,000,000.00 of improvements, a Phase 1 bid set will be
prepared equal in construction value to the available budget. Additional bid sets which
may become necessary for future bidding and construction shall be completed at a later
date, and will be authorized by future Work Order(s) for compensation to be determined
at that time.
It is understood that the bid set completed under this Work Order shall include all
elements which may be required to be constructed by grants received by the CITY.
In addition to completing the bid documents described under this Work Order, the
LANDSCAPE ARCHITECT shall attend the pre-bid conference, shall answer questions
which might arise during the bidding process, shall issue any Addenda that may be
necessary, shall attend the bid opening, and shall assist the CITY in the review of the bids
received.
III. COMPENSATION
As compensation for the above described work, the LANDSCAPE ARCHITECT shall receive
lump sum professional services fees broken out as follows:
Task 1 - Contract Documents:
. 30% Contract Documents:
. 60% Contract Documents:
. 90% Contract Documents:
. 100% Contract Documents:
Task 2 - Permitting:
Task 3 - Bidding:
$103,329.00
$103,329.00
$103,329.00
$ 34,443.00
$ 24,240.00
$ 23,530.00
GRAND TOTAL
$392,200.00
August 21, 2006
Ft. Mellon Park Construction Documents
IV. ADDITIONAL SERVICES
Additional Services beyond the basic services provided by the LANDSCAPE ARCHITECT and
outlined herein shall be compensated as outlined in the Prime Agreement.
Ft. Mellon Park Construction Documents
August 21, 2006
~ 00 V> N ~.O .
~ 0
lJl !! 0 0 0 \l 0 0 0 e "H
c: 0 ~ 0 (I) ~ 0 ~ (I) -"lll
::l 0:(1)
!!!. ::l ::l .., ::l Ul
S: Ul Ul 3 Ul to' ~,,..
::l - ;xl - ::; ;xl - ;xl o:z
lQ ;xl .., (I) .., (I) .., (I) ::l =: 'lll
(I) l: < l: 3' < l: <
< ~ CD' ~ CD' ~ CD' e 5::3
CD' ee (I) (1)'(1)
o' :IE 0' :IE 0' :IE < (I).
:IE ::l ::l ::l (I) -.
e e e 0' 3"
't:l ee
0 0 0 3
n n n
l: l: l: (I)
3 3 3 ::l
-
(I) (I) (I) W
::l ::l ::l 0
- - ur
Ul Ul ~
0
.... CD en
0 0 0
0 ;!. ~
~ 0
0
~ ~ s: s: s: s: s: ~ ~
(I) (1) ~ ~iCJl
(1) (1) 0 0 0 0 0 0. 0.
0. 0. ::l ::l ::l ::l ::l ~ ~ (1) (1),_
~ ~ ~ ~ ~ ~ ~ 0. o.'lll
- - - ~ - <0 ~:;:+
~ ~ ~ m
0) 0) 0) 0) U1 U1 U1 U1 U1 0)
25 25 25 25 25 25 25 25 25 25 0:
-..j -..j -..j -..j -..j -..j -..j 0) 0) 0) 0)'
~ ~ s: s: ~ ~
-I (1) (1) ~'''T1
~ (1) (1) 0 ~ ::I" 0 ~ 0. 0.
0. 0. ::l C ::l ~ ~ (1) S'
~ ~ ~ ~ ~ ~ ~ ~ ~ 0. -.
(Jl
j;0 - j;0 - <0::1"
V> ~ ~ m
U1 0) 0) 0 V> U1 <0 N <0 U1
25 25 25 25 25 25 25 25 25 25 25
-..j -..j -..j -..j -..j -..j -..j -..j 0) 0) 0)
CJl
*:
(1)
3
rr
~
N
0
0
0)
0
n
0
rr
.~
'N
0
0
'0)
\l
III
lC
(1)
I
I
I
z
.0
<
,(1)
.3
i[
N
o
.0
'0)
()
o
::l
~
C"T1
s:l.o
cr ;:+
::lS:::
e~
0-
nO
c ::l
3
(1)
::l
Cii
e
(1)
~
3
rr
~
N
o
o
0)