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