Loading...
1420* SMW Geo Science Change Order 11(4m kl PURCHASING DEPARTMENT T RANSMITTAL MEMO RANDUM To: City Clerk /Deputy City Manager RE SMW GeoScience PO 32783 Change Order No. 1 increase PO for $4,226 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) ❑ Letter of Credit Rendering c �- F Maintenance Bond Safe keeping (Vault) F Ordinance Deputy City Manager ❑ Performance Bond ❑ Resolution ❑ City Manager Signature ❑ ® City Clerk Attest/Signature Once completed, please: ® Return originals to Purchasing ❑ Return copies EJ Special Instructions: Please attest Change Order No. 1 increase on PO for $4,226 Marisol Ordoclez From Date TADept_Forms \City Clerk Transmittal Memo - 2009.doe WORK ORDER CHANGE FORM Work Order No. Project Title C }y ( Qy 1 �1�Y (.� YOU lDO Project Number W os Bid No. �-F & - w Owner: City of Sanford, Florida Contractor: S M \m b L I e e Work Order Date: W ► � d, dU 1 This Work Order Change is necessary to cover changes in the work to be performed under the Work Order referenced above. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued STANDARD SPECIFICATIONS of the contract, work order, solicitation indicated above of apply to and govern all work under this Work Order Change. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Current Contract Price (Adjusted by Previous Change Orders) (2) Total Proposed Change in Contract Price (3) New Work Order Price (Item 2 + Item 3) (4) Current Contract Time (Adjusted by Previous Change Orders) (5) Total Proposed Change in Contract Time (6) New Contract Time (Item 4 + Item 5) (7) Original Contract Substantial Completion Date (8) New Contract Substantial Completion Date Description of Change: � wo h ockndS �MOv��12 Reason for Change:�� C Change in Contract Price: Change in Contract Time: U .i VU l; OD WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for the adjustment of the Work Order Price and Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order Change represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Work Order Change. Execution of this Work Order Change shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Work Order Change. APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Work Order Change; and It is expressly understood and agreed that the approval of the Work Order Change shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: �- (Secretary) m S 2- Date (Corporate Seal) ATTEST: Q2WA - 140ek�- kZv (Signature) q7 - /o? /'R Date (Seal) Contractor Date Ci ty of S anford Owner V� Deputy City Manager Printed Name and Title By (Si natu ) Date END OF SECTION EXHIBIT "A" WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY shall serve as authorization 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 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 CONS ULTANT /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 CONS ULTANT /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 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. sanpur 111908 -WO 2 of 2 Ak SMW GeoSciences, Inc. p. 407.426.2836 f. 321.422.0979 668 N. Orlando Ave. e Suite 1009A e Maitland, Florida 32751 www.smwgeosciences.com April 2, 2012 TO: Bill Marcous Manager, Utility Support Services 300 N Park Ave Sanford, FL 32771 SUBJECT: Attached Proposal for Wetland Monitoring Well Repairs and Maintenance Explanation of City of Sanford's Portion Dear Mr. Marcous: The attached proposal to the City of Sanford and the City of Lake Mary is to cover necessary maintenance activities associated at eight equally shared CUP compliance wetland monitoring sites. As indicated, the total for all services billed to both cities will not exceed $8,452. of which the City of Sanford wj.l.!- responsible for its share or half of the total. The fee to the City of Sanford will not ex ed $4,226. / Sincerely, SMW GeoSciences, Inc. / �� v Sarah M. Whitak6r, P.G. President water use perrr0ting • regional water supply planning groundwater modeling • wetland monitorinq • well construction SMW GeoSciences, Inc. 668 N. Orlando Ave. ® Suite 1009A + Maitland, Florida 32751 p. 407.426.2836 f. 321.422.0979 www.smwgeosciences.com March 13, 2012 TO: Bill Marcous Manager, Utility Support Services 300 N Park Ave Sanford, FL 32771 Bruce Paster Public Work Director P.O. Box 958445 Lake Mary, FL 32746 SUBJECT: Proposal for Wetland Monitoring Well Repairs and Maintenance City of Sanford - CUP No. 162 City of Lake Mary - CUP No. 8282 Dear Mr. Marcous and Mr. Paster: SMW GeoSciences, Inc. (SMW) provides this proposal to the City of Sanford and the City of Lake Mary for maintenance activities on data loggers installed in monitoring wells associated with the Cities' wetlands monitoring program. The same eight wetland monitoring sites are identified in the City of Sanford's and the City of Lake Mary's Consumptive Use Permits. On October 24, 2011, SMW field personnel performed a site visit to inspect the current conditions at each monitoring location. A second site visit was performed on February 8, 2012 following authorization to proceed with wetland monitoring services, to document the conditions within each well and to download water level data. A summary of observations and recommendations have been provided in a separate document. Based upon our discussions with City staff and our meeting on February 13, 2012, the following scope of services and cost estimate are provided. Table 1, on the following page, presents a summary of recommended monitoring well repairs at each wetland monitoring site. water use pert nifting • regional water supply planning groundwater modeling • wetland monitorina • well construction Table 1. Summary of Recommended Monitoring Well Repairs Wetland ID and Location Replace Direct Read Cable with Custom Length Cable Label Well (well tags) Clean Optical Reader Per Manufacturer's Specifications Remove Data Logger and Send to Manufacturer For Repairs Clean and Paint Well Casin A Forested wetland bisected ✓ ✓ ✓ ✓ by Lake Mary Road Forested wetland in Lake B ✓ ✓ ✓ ✓ Forest development C Lake Myrtle ✓ ✓ ✓ ✓ ✓ Forested wetland at Alaqua ✓ ✓ ✓ ✓ Lakes development E Yankee Lake ✓ ✓ ✓ ✓ ✓ Forested wetland south of F SR 17 and north of Velhem ✓ ✓ ✓ ✓ Rd Unnamed lake, west of G ✓ ✓ ✓ ✓ Timacuan Blvd H Lake Sten ✓ ✓ ✓ ✓ Fees: Task 1: Project Management and Coordination Time and fees associated with general project administration, project management, conference calls, discussions with Solinst (data logger manufacturer), and meetings are included in this task. We will invoice only for time spent in accordance with our hourly rates. For this task we have allowed for 15 hours of field and professional time which includes time already spent. Fee Not -To- Exceed: $1,875, Task 2: Replace Direct Read Cables, Clean Optical Readers, Clean and Repaint Protective Well Casings SMW will replace direct read cables in all wells with custom length cables, install well tags, clean optical readers in all data loggers and clean and repaint all protective well casings. Direct Read Cables (8): $947. Materials: $162. Field Labor: $1,680. Total Fixed Fee: $2,789, Proposal - Wetland Monitoring Well Repairs and Maintenance Page 2 of 4 City of Sanford - CUP No. 162 City of Lake Mary - CUP No. 8282 March 13, 2012 Task 3: Field Labor for Data Logger Repairs SMW will remove the data loggers at the Lake Myrtle site and Yankee Lake site and ship the data loggers to the manufacturer, Solinst, for repairs. Field Labor (weekly water level readings): $960. Field Labor (remove and reinstall equipment): $480. Total Fixed Fee: $2,464. Task 4: Data Logger Repairs (Lake Myrtle and Yankee Lake) Repair costs are unknown at this time; therefore, this task estimate is based on the maximum cost, which is data logger replacement in both monitoring wells. Maximum Repair Cost Fee Not To Exceed: $1,024. Task 5: Letter Modification to Remove Rainfall Reporting Requirement SMW will submit letter modifications for the City of Sanford and the City of Lake Mary requesting that the rainfall reporting requirements be removed. Total Fixed Fee: $300. The grand total for all services included in this proposal will not exceed $8,452. Limitations This proposal does not include any time spent for troubleshooting any unforeseen problems that may arise related to issues with the integrity of the wells and equipment or data logger reliability outside the scope identified in Table 1. If the scope provided herein does not resolve all data downloading issues, an additional scope of services will be provided. We appreciate the opportunity to provide our services and look forward to working with you on this project. If you have any questions concerning this proposal, please feel free to contact our office. Sincerely, SMW GeoSc' Inc. Sarah M. Whitak r, P.G. President Proposal - Wetland Monitoring Well Repairs and Maintenance Page 3 of 4 City of Sanford - CUP No. 161 City of Lake Mary - CUP No. 8181 March 13. 2012 SMW GeoSciences, Inc. 2012 FEES FOR SERVICES Professional Services Principal $1 75.00 /hour Senior Professional Engineer $150.00 /hour Professional Engineer $120.00 /hour Professional Geologist $120.00 /hour Senior Hydrogeologist $110.00 /hour Senior Hydrologist $100.00 /hour Staff Engineer $90.00 /hour Staff Geologist $90.00 /hour Environmental Specialist $75.00 /hour Senior Administrative Assistant $60.00 /hour Clerical /Administrative $55.00 /hour Technical Services Senior Modeler $225.00 /hour Modeler $200.00 /hour Wetlands Biologist $125.00 /hour Drafting/GIS Technician $75.00 /hour Field Technician $75.00 /hour Additional Expenses: cost + 20% Subcontractors cost + 20% Mileage 504 /mile All Invoices will be due and payable within 30 days of receipt. Proposal - Wetland Monitoring Well Repairs and Maintenance Page 4 of 4 City of Sanford - CUP No. 162 City of Lake Mary - CUP No. 8282 March 13, 2012