1429 Inwood Consulting Engineers-RW PH 2- 187 f
t
PURCHASING DEPARTMENT
TRANSMITTAL MEMORANDUM
To: City Manager
RE: NEPA Study for Phase II Sanford River Walk Project Work order for $6,000
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:
❑ Mayor's signature
❑ Recordi
afe keeping (Vault t
❑ Payment Bond
® City Manager Signature
❑ City Clerk Attest/Signature
Return to Purahasing whe executed by City Manager.
From
/ 0/'
Date
TADept_formACity Clerk Transmittal Memo - 2009.doc
EXHIBIT A ,
WORK ORDER FORM
Work Order Number
CITY OF SANFORD FLORIDA"
Master Agreement/Contract Number:
Dated: r.
Contract/Project Title NEPA Study for Phase II of the Sanford Riverwalk Project
Solicitation No:
ISanford Project No.
I Purchase Order No.
Consultant/Contractor: Inwood Consulting Engineers, Inc.
Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address
3000 Dovera Drive, Suite 200, Oviedo, FL 32765
407.971.8850 (0) 407.971.9855 (F) email: ebuck @inwoodinc.com (�
ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION
DRAWINGS /PLANS /SPECIFICATIONS X I FIXED FEE BASIS
X
SCOPE OF SERVICES
TIME BASIS -NOT TO EXCEED AMOUNT
SPECIAL CONDITIONS
TIME BASIS - LIMITATION OF FUNDS
PRICING IINFORMATION
UNIT PRICE BASIS -NOT TO EXCEED AMOUNT
WO TERMS AND CONDITIONS
TIME FOR COMPLETION: 90 Days 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: $ $6,000.00
Dollar Amount Written Out: Six Thousand Dollars and No Cents
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 corp orate officer having the full and complete authority to execute same.
CONSULTANT /CONTRACTOR
ATTEST: EXECUTION:
6 - [� /� Z. wa�
(•/
Signature, Corporate Officer Signature, Corporate President
Edwin H. Buck, III, Exec. Vice President, 10/04/11 Alex B. Hull, IV, President, 10/04/11
Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date
CITY OF SANFORD
ign re, rc g Manager
F. William Smith
Purchasing Manag rinted Name and Date
U
Signature, City Clerk i ager
Norton N. Bonaparte, Jr., C ity Manage
City Clerk, Printed Name and Date City Manager, Printed Name and Date — d
Revised: 1�6 -2011
SCOPE OF SERVICES and FEE PROPOSAL
Project Description
The intent of this task is to obtain a Type I Categorical Exclusion for Phase II of the
Sanford Riverwalk Project on behalf of the City of Sanford (CITY). The project
consists of construction of a multi -use trail, seawall reconstruction and construction
of parking and other pedestrian and bicycle amenities.
The task consists of providing the following services:
1. Task A - Coordination with the Florida Department of Transportation (FDOT)
for review of the project as a Type I Categorical Exclusion. This task includes
phone calls, attending meetings, emails, gathering information and previous
studies, document reviews, and any work necessary to coordinate the FDOT
analysis of the project.
2. Task B - Development of a Environmental Justice Technical Memorandum
outlining the methodology used to determine that disproportionate and
adverse impacts to users of the existing shoreline will not result from this
project.
The above described improvements are hereinafter called the PROJECT. Inwood
Consulting Engineers, Inc. (INWOOD) will furnish the CITY the following services
under this PROJECT:
A. Task A - FDOT Coordination
Inwood will provide all necessary coordination with the FDOT for review of the project
as a Type I Categorical Exclusion on behalf of the CITY. This task includes phone calls,
attending meetings, emails, gathering information and previous studies, document
reviews, and any work necessary to coordinate the FDOT analysis of the project. This
work will be performed and compensated on an hourly, not to exceed basis at the
direction of the CITY. Inwood shall provide a summary of work activities to justify
billable hours and be compensated based on the following hourly rates.
Project Manager
$170.00
Senior Environmental Scientist
$120.00
Project Engineer
$120.00
Public Involvement Specialist
$105.00
GIS Specialist
$90.00
Administrative
$70.00
Fees for Task A shall not exceed $2,500.00 unless authorized with a supplemental
agreement to this contract.
Page 1 of 2
B. Task B - Environmental Justice Technical Memorandum
In coordination with the FDOT, Inwood will develop and document a public outreach
program that targets traditionally underserved populations using the existing seawall and
the lake shore for fishing. The following tasks are anticipated.
1. Prepare field questionnaire for use with interviewing current facility users.
2. Conduct field surveys. INWOOD will conduct two days of surveys of
existing users of the lake shore for fishing. A minimum of 50 surveys will be
conducted. Surveys will be performed on one day between Monday and
Friday and one weekend day.
3. Prepare technical memorandum to document the survey results and the public
outreach effort.
Task B will be performed for a Lump Sum Fee of $3,500.00
If you find these terms acceptable, please sign where indicated below and return one
signed original for our files.
Sincerely,
Edwin H. Buck, III, P.E.
Executive Vice President
AGREED AND ACCEPTED BY:
SIGNATURE: -T
NAME AND TITLE: o& ?e4w !T � � k& vr0 g W 0 a
I
DATE:
Page 2 of 2
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 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 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.