HomeMy WebLinkAbout1075-Bellomo-Herbert-Exhibit B & C-Work Order 3
Ccn - 1075
EXHIBIT "A" SCOPE OF SERVICES
rr
PROJECT:
FT. MELLON PARK (PART 'C') I MISCELLANEOUS REQUESTED
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 geotechnical investigations, playground re-designs, electrical
engineering re-design, development of Phase 1 a and 1 b Master Plans and cost estimates, and
modification of contract documents to include a Phase 1 b Additive Alternate.
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- GEOTECHNICAL INVESTIGATIONS
1. The LANDSCAPE ARCHITECT shall provide on site geotechnical investigation
and a completed geotechnical engineering report, outlining soil types encountered,
estimated seasonal water table, and recommendations regarding the stormwater
system and structural engineering designs for the proposed park improvements.
B. TASK 2 - PLAYGROUND RE-DESIGNS
1. Following completion of the design of the playground area, including the
proposed fort play structure and ship play structure, and the inclusion of these
elements in the 90% contract documents, the LANDSCAPE ARCHITECT has
been requested by the CITY to investigate the possibility of utilizing a different
playground manufacturer offering a modification to the design and materials
originally proposed. This phase of additional work includes meeting with each of
the two manufacturers, meeting with CITY staff with each of the manufacturers,
visiting and photographing an existing playground constructed by one of the
proposed manufacturers, and receiving estimates of probable costs from each.
c. TASK 3 - ELECTRICAL SYSTEM RE-DESIGN
1. In an effort to reduce the estimated cost of Phase 1 a of the proj ect, as directed by
the City Commission, the LANDSCAPE ARCHITECT shall provide are-design
Work Order #3 - Ft. Mellon Park Misc. Services
August 31, 2007
of the electrical system proposed for the project, indicating a new point of
connection for the electrical service, the elimination of modifications to the
electrical system in areas outside of Phase 1 a, and the deletion of some of the
electrical devices originally proposed for Phase 1.
D. TASK 4 - DEVELOPMENT OF PHASE lA liB MASTER PLANS
1. At the direction of the City Commission and staff, the LANDSCAPE
ARCHITECT has been directed to separate the Phase 1 Master Plan into a Phase
1 a and Phase 1 b Master Plan, and provide estimates of probable cost for each. In
addition, the LANDSCAPE ARCHITECT has been directed to attend a City
Commission workshop to present the results of this design modification and costs.
E. TASK 5 - MODIFICATION OF CONTRACT DOCUMENTS TO INCLUDE
AN ADDITIVE AL TERNA TE (PHASE IB FACILITIES)
1. At the request of the City Commission, the LANDSCAPE ARCHITECT shall
modify the contract documents previously completed to include an Additive
Alternate consisting of the Phase 1 b elements presented to the Commission, These
modifications shall include electrical, landscape, irrigation and utility designs.
III. COMPENSATION
As compensation for the above described work, the LANDSCAPE ARCHITECT shall receive
lump sum professional services fees of $24,724.50 as broken out below.
.
Task 1 - Geotechnical Investigations
Task 2 - Playground Re-Designs
Task 3 - Electrical System Re-design
Task 4 - Phase lA & IB Master Plans
Task 5 - Additive Alternate
$4,900.00
$2,813.25
$8,200.00
$3,851.25
$4,960.00
.
.
.
.
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.
Work Order #3 - Ft. Mellon Park Misc. Services
August 31. 2007
EXHIBIT "B"
WORK ORDER
FOR
PROFESSIONAL ARCHITECTURAL ENGINEERING SERVICES AGREEMENT
(RFQ 04/05-12)
WORK ORDER NO.: 3
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 & Comoanv. 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.
ATTACHMENTS:
[] DRA WINGSIPLANS/SPECIFICA TIONS
[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 sixty (60) 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 LIMITATION 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 twenty four thousand. seven hundred and twenty
four and 50/100 DOLLARS ($24.724.50). In no event shall the CONSULTANT be paid more than the Fixed
Fee Amount.
(c) If the compensation is based on a "Time Basis Method" with a Not-to-Exceed
Amount, then the CONSULTANT shall perform all work required by this Work Order for a sum not
exceeding
NIA
DOLLARS ($
). The CONSULTANT'S
compensation shall be based on the actual work required by this Work Order.
(d) Ifthe 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
NIA
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 WITNESS WHEREOF, the parties hereto have made and executed this Work Order
J S'ifr day of @rt!ii~ , 20tL] for the purposes stated herein.
on this
By: ~
Frank~
(CORPORATE SEAL)
Date:
1.5' 01
ATTEST:
CITY COMMISSION
~FL:A j
UN A KUHN~
Date: tf)f!ijfuv I~ ~07)7
914t1iK.i~
- ANET DOUGHERT .
Clerk to the
City Commission
Sanford, Florida.
As authorized :or exe?17 by ~ i
CIty CommIssIOn at It lJ?) ,
20dpz;;:;;g- !~I- J
F or use and reliance of the
City of Sanford, Florida, only.
Approved as to form and legal
sufficiency.
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
Administrative................. .......$ 40.00