Loading...
*301 CPH WO No. 025, permitting services Marina Dock OFD PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: CPH Engineers Inc., PO No. 32538 Work Order No. CPH no. 025 1 31 PERMITTING SERVICES - MARINA DOCK The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Signature Once completed, please: ❑ Return original ❑ Return copy Special Instructions: Safe Keeping Please advise if you have any questions regarding the above. Thank you... c jil a 2 4 . 6t p #0,a1 From Date T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc DATE: 08/11/11 PURCHASE ORDER PO NUMBER 032538 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. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681C-8 P.O. BOX 1 788 SANFORD, FL 32772 VENDOR NO.: 219 TO: SHIP TO: CPH ENGINEERS, INC CITY OF SANFORD 500 WEST FULTON ST 300 N. PARK AVENUE P.O. BOX 2808 SANFORD, FL 32771 SANFORD, FL 32772 -2808 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62818 ACCOUNT NO.: 310-4048-572.63-00 PROJECT NO.: PW 11 O 3 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CIT Y O F SANFORD UNIT OF ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST 1 PERMITTING SERVICES 18000.00 NA 1.00 18000.00 CPH WORK ORDER # 025 MARINA DOCK PERMITTING FOR DOCKS 11 NEW MOORING AREAS ON LAKE MONROE ENVIRONMENTAL SERVICES SUB -TOTAL 18000.00 TOTAL 18000.00 APPROVED BY: r k s - �`� '� APPROVED BY: PURCHASING AGENT I CITY 1 • ANAGER 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.H COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING 1 EXHIBIT A WORK ORDER FORM Work Order Number CPH -025 CITY OF SANFORD FLORIDA r Master Agreement/Contract Number: Q11306.116R00 / 3Q! Dated: 8/8/11 Contract/Project Title Marina Dock Permitting Services Solicitation No: Sanford Project No.p( (10 (Purchase Order No. Consultant/Contractor: CPH Emgineers, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 500 West Fulton Street, Sanford, FL 32771 Phone: 407 - 322 -6841 Fax: 407 - 330 -0639 Email Address: blessard @cphengineers.com ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS FIXED FEE BASIS X SCOPE OF SERVICES X TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS X PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 150 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: $ $18,000.00 Dollar Amount Written Out: Eighteen Thousand Dollars 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: ��iL.. I. ' . . 4 / IA Signature, Corporate Officer Signature, Corporate President Linda M. Gardner, Sec/Treasurer Dg'o8' Z9 // David A. Gierach 6 — 6-° Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD V lid 1 �v� 1 G p Signature, Purchasing Manager cvvAT v OE \--,■CNC,\SCL4 ` ( tt ,1 P'Urchasing Manager, Printed Name an Date •/'i_ L • J A . ' . Signature, City C '' k Signature,; Manager •JW 4C City Clerk, Printed Name and Date City Mana•er, Printed Na e and Date Revised: 1 -6 -2011 EXHIBIT "A -1" WORK ORDER TERMS AND CONDITIONS Execution of this Work Order along with an appropriate Purchase Order(PO) by the CITY 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," to that certain Agreement cited on the face of this Work Order which is incorporated herein by reference as if it 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. If this Work Order conflicts with said Agreement, the Agreement shall prevail. 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. METHOD OF COMPENSATION: (i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall erform I p 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. 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 as delegated by the City Commission and not until then. A copy of this executed Work Order along with a PO will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the PO Number must be indicated on all invoices germane to the Work Order. It is noted that the executed PO must be issued prior to proceeding with work identified by this Work Order sanpur 111908 - WO - Mod 1 010809 2 of 2 0 a? SCOPE OF SERVICES 500 West Fulton Street Sanford, Florida 32771 City of Sanford P.O. Box 2808 Sanford, Florida 32772 -2808 Marina Dock Permitting Services Phone: 407.322.6841 Fax: 407.330.0639 BASIC SERVICES OF THE CONSULTANT www.cphengineers.com 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 or environmental consultant 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 his services. 1.3 The purpose of the project is to permit the addition of dock structures to accommodate 11 new mooring areas for 11 boats, including the PTF Museum boat, parallel to the Veteran Memorial Park on Lake Monroe. Permit applications will be submitted to the FDEP and the ACOE. 2.1 Task 1 - Environmental Services 2.1.1 Prepare permitting documents depicting the new dock structures. 2.1.2 Prepare Section A of the ERP application for the applicant's signature. Prepare Section C of the ERP application. Prepare Section E (applicable items in sections I, II, III and Tables 1 and 4) of the ERP application. The ERP application will be submitted to the FDEP and ACOE and all other agencies as may be required once completed and signed. CPH will process necessary permitting mentioned in this section 2.1.3 Prepare engineering drawings depicting and detailing the construction methods for the docks. The engineering drawings will be signed and sealed by a professional engineer and will be used for bidding and construction purposes. 2.1.4 Coordinate with contractors to obtain information regarding construction methods. 2.1.5 Conduct survey of the proposed dock area for lake bottom topography, current water elevation, elevation and location of the seawall adjacent to the proposed new docks. 2.1.6 Meet with the client approximately 3 times during the permitting process. Engineers • Surveyors • Architects (AA26000926) • Planners • Landscape Architects • Environmental Scientists • Construction Management • Design /Build 0 gi) SCOPE OF SERVICES Dock Permitting for Docks for 11 new Mooring areas on Lake Monroe Environmental Permitting Services August 2, 2011 2.1.7 Attend one meeting with FDEP after the ERP application submittal to review site conditions. Attend one meeting with ACOE after the ERP application submittal to review site conditions. 2.1.8 Prepare graphics, exhibits and figures relative to the permit application processing. 2.1.9 Coordinate with the FFWCC regarding manatee issues. Respond to one letter requesting additional information about the proposed project. 2.1.10 Conduct approximately 2 office meetings with FDEP. 2.1.11 Prepare two (2) responses to Requests for Additional Information (RAI) from the FDEP. This does not include additional survey or environmental studies. Should these items be required the City shall be notified and an Extra Work Authorization shall be provided for review and approval. 2.1.12 Prepare two (2) responses to Requests for Additional Information (RAI) from the ACOE. This does not include additional survey or environmental studies. Should these items be required the City shall be notified and an Extra Work Authorization shall be provided for review and approval. 2.1.13 Obtaining a SSL for the proposed dock area is not required pursuant to Chapter 67 -2017. 3.0 CLIENT RESPONSIBILITIES 3.1 Access The Client shall guarantee access to and make provisions for CPH to enter public or private lands as required by CPH to perform their work under this Agreement. 3.2 Permit Fees The client shall be responsible for all fee associated with permit application submittals. 4.0 FEES AND COMPENSATION SCOPE OF SERVICES Dock Permitting for Docks for 11 new Mooring areas on Lake Monroe Environmental Permitting Services August 2, 2011 The Consultant shall perform all tasks in the Scope of Services on an hourly plus expense reimbursement basis, not to exceed $ 18,000 without written client authorization. Invoices will be submitted monthly. Amounts due will be computed based on actual hours by personnel classification expended on the task. A description of services performed under each task will accompany each invoice. In addition to the fees identified above, the Consultant shall also be reimbursed for expenditures made specifically for the project such as: Printing and reprographics; travel and subsistence; computer charges; telephone charges; shipping charges, postage, and courier service charges; purchase of maps and similar documents; etc. Invoice payments must be kept current for services to continue. If the client fails to pay any invoice due within 45 days of the date of the date of the Invoice, CPH may, without waiving any other claim or right against Client, suspend services under this agreement until CPH has been paid in full all amounts due CPH and /or any of its consultants and subcontractors. WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the ContractorNendor /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, officers, officials, employees, or agents. 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. w 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