Loading...
1401 Prof Services Ind. Inc. -Redding Gardens/401 EXHIBIT A WORK ORDER FORM Work Order Number CDBG 10ADMI - 01 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Dated: 06/03/2011 Contract/Project Title Redding Gardens Environmental Review Solicitation No: ISanford Project No. jPurchase Order No. Consultant/Contractor: Professional Services Industries, Inc. Consultant/Contractor's Business Address Phone Number, Fax Number and E -mail Address 1743 33 Street, Orlando, Florida 32839 Ph: 407 - 304 -5560 FAX: 407 - 304 -5561 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 x SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS x PRICING ]INFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT X WO TERMS AND CONDITIONS 'TIME FOR COMPLETION: 30 Days of the effective date to 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: $ 2,550.00 Dollar Amount Written Out: Two Thousand Five Hundred Fifty and ­00/100 Dol 1 ars In Witness Whereof, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City as delegated through its City Manager and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATT ST: EXECUTION: Sign , Corporate Officer Signature, Corporate President Cor orat fficer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD 611 1 1 a// nzilliam Purchasing Manager F. Smith Purchasing Manager, Printed Name and Date Signature, Ci Clerk City Manag Tom George, Interim Cit y Manager City Clerk, Printed a and DO City Manager, Printed Name and Date Cl- C14 Aa L }_ Revised: 1 -6 -2011 Work Order (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 t he 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 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. (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. �, &Z i In miation °-`® .ToBuild On Engineering , Consulting • Testing May 9, 2011 via electronic mail: Andrew.thomas @sanfordfl.gov CITY OF SANFORD 300 N. Park Avenue Room 236 Sanford, Florida 32771 Attn: Mr. Andrew Thomas RE: Environmental Review Record 400 Locust Avenue Sanford, Seminole County, Florida PSI Project No. PO- 0663 -44641 Dear Mr. Thomas: In accordance with your request, Professional Service Industries, Inc. (PSI) is submitting this cost estimate to conduct an Environmental Review Records for the above -noted property. PROJECT BACKGROUND AND PROPOSED SCOPE OF WORK PSI understands that the City of Sanford currently owns the subject property and is planning to conduct renovations to the structure in the near future. The funding for the renovations is part of the Community Development Block Grant (CDBG) program. PSI understands that the property consists of two sand parcels identified as 25-19-30 - 5AG -060D -0010 and 30- 19- 31- 511 -OG00 -0010 on the Seminole County Property Appraiser's web site and located at 400 Locust Avenue and owned by the City of Sanford Housing Authority. The property is noted to be developed with seven multi - tenant buildings constructed in 1971. Additionally, gazebos, walk -ways and commons areas are located on the subject property. The ERR will be conducted in general accordance with 24 Code of Federal Regulations (CFR) Part 58 and the National Environmental Policy Act (NEPA). As part of the ERR requirements, the following components will be reviewed in detail to comply with the specific requirements of each regulation. PSI will complete the Statutory Checklists and incorporate the findings into a final report. • Floodplain Management (24 CFR Part 55) • Historic Preservation (30 CFR Part 800) • Noise Abatement (24 CFR Part 51 Subpart B) • Hazardous Operations (24 CFR Part 51 Subpart C) • Airport Clear Zones and Accidental Potential Zones (24 CFR 51 D) Professional Service Industries, Inc. • 1748 33 Street • Orlando, FL 32839 • 407.304.5560 • Fax 407.304.56561 400 Locust Avenue May 9, 2011 Sanford, Seminole County, Florida PSI Proposal No. PO- 0663-44641 • Toxic Chemicals and Radioactive Materials (24 CFR 58.5 (i) (2)) • Endangered Species (CFR 50.3(1)) • Sole Source Aquifers (CFR 50.3(1)) • Coastal Zone Management Act (Sections 307(c), (d)) • Wild Scenic Rivers Act (Sections 7(b), and (c)) • Clean Air Act (Section 176 (c), (d), and 40 CFR 6, 51, 93) • Wetland Protection (Executive Order 11990) • Farmland Protection (CFR 50.3(i)) • Flood Insurance (CFR 50.3(i)) and Floodplain Management (24 CFR 55, Executive Order 11988) • Environmental Justice (CFR 50.3(i)) PSI will also conduct a site visit of the property to observe current conditions at the facility. Additionally, PSI will complete the Noise Assessment Guide (NAG) Worksheet as part of the ERR. A report of findings will be submitted to the City of Sanford. FEES The cost to undertake this effort is estimated at $3,000.00 *. Please note that this fee does not include publication costs for a Finding of No Significant Impact (FONSI), Environmental Impact Statement (EIS), Notice of Early Public Review, or Notice of Explanation, if they are required to be completed. Additionally, this fee does not include preparation of the Notice of Intent to Request Release of Funds (NOI /RROF). *Please note, if PSI is authorized to complete this ERR simultaneously with the three previously submitted projects, a cost reduction of $500.00 will be applied. SCHEDULE PSI's standard time line for a project of this type is typically 15 to 21 work days after we receive written authorization to proceed. This time line is dependent on receipt of information from queried regulatory agencies. Completion of the project may be affected by access to the property, the availability of information, and other factors. AUTHORIZATION To authorize our services, please sign and complete the attached proposal authorization and instructions for payment form, and return one copy of the authorized proposal to our office. We will proceed with the work upon receipt of proposal authorization. PSI will perform the work in accordance with the attached General Conditions, which are incorporated into and made a part of this proposal. PSI also provides an array of complementary environmental and industrial hygiene services to assist our clients in successfully assessing and developing properties such as the one referenced in this proposal. PSI's environmental consultants apply their experience, local geologic knowledge and understanding of industry standards, OMI 400 Locust Avenue Sanford, Seminole County, Florida PSI Proposal No. PO- 0663 -44641 May 9, 2011 environmental risk, and regulatory knowledge to conduct due diligence assessments of a wide range of property types and proposed developments. Please call with any questions you may have, or if PSI can be of additional service. We look forward to working with you on this and future projects. Respectfully Submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. Vicki B. Lewis, LEP Cate M. Landry Environmental Professional/ Environmental Departmen Manager Principal Consultant Attachments: Proposal Authorization & Payment Instructions Property Contact Information General Conditions GIs 400 Locust Avenue May 9, 2011 Sanford, Seminole County, Florida PSI Proposal No. PO -0663 -44641 PROPOSAL AUTHORI7-4TION & PAYMENT INSTRUCTIONS Authorization To execute this proposal, please sign and complete the authorization information below along with applicable payment instructions, and return one copy of the authorized proposal to our office. Authorized By (please print) Signature Title Firm Address City State Zip Code Telephone Date Purchase Order No. 1 Project Tracking No. (if applicable) Payment Instructions If invoice payment is to be made by a party other than the authorizing party above, please provide the following information for whom the invoices are to be billed: Firm Attention Address City State Title Zip Code Telephone Authorizing Party's Relationship to Invoice Payment Party If invoices are to be approved other than by the payment party above, please provide the following information for whom the invoices are to be mailed for approval: Finn Attention Address City State Title Zip Code Authorizing Party's Relationship to Invoice Approval Party Telephone .21 .