Loading...
1254-Bellomo-HerbertEXHIBIT A -1 WORK ORDER FORM applicable to work items less than $50,000 CITY OF SANFORD, FLORIDA Work Order Number: Master Agreement/Contract Number: 0090308.1101100 Dated: September 2, 2008 Contract/Project Title: Ft. Mellon Park Maintenance Facility Interior Architecture Solicitation No: RFQ 06 -07 -15 Sanford Project No: Purchase Order No: Consultant/Contractor: Bellomo- Herbert & Company, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail address: 801 N. Orange Avenue Suite 730, Orlando, FL 32801 Phone) 407 -422 -4845 Fax) 407 -422 -0699 E -mail) frank(a-)bellomo- herbert.com ATTACHMENTS TO THIS WORK ORDER: METHOD OF COMPENSATION: [ ] DRAWINGS /PLANS /SPECIFICATIONS [X] FIXED FEE BASIS [X] SCOPE OF SERVICES [ ] TIME BASIS - NOT -TO- EXCEED AMOUNT [ ] SPECIAL CONDITIONS [ ] TIME BASIS - LIMITATION OF FUNDS [ ] PURCHASE ORDER (REQUIRED) [ ] TIME FOR COMPLETION: The services to be provided by the CONSULTANT /CONTRACTOR shall commence upon execution of this Work Order by the parties and shall be completed within the time frame of thirty days of the effective date of this Work Order. Failure to meet the stated completion time requirement may be grounds for termination for default. Work Order Amount: Six thousand Dollars ($ 6,000.00 ) NOTE: The total dollars (cumulatively) associated with this Work Order including future change orders shall not exceed $50,000 without City Commission Approval. IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on the respective dates under each signature by and through its duly authorized corporate officer having the full and complete authority to execute same. ATTEST.' B y : 20TI -1 PFEE.Y Corporate Secretary or Witness ATTEST. 4 u Z anet Dougherty, City ClerIV Date: 1110/09 CITY OF SANFORD " 13 Ix Printed Name and Title sanpur 111908 -WO -Mod 1 010809 1 of 2 EXHIBIT "A" - SCOPE OF SERVICES PROJECT: FT. MELLON PARK MAINTENANCE FACILITY INTERIOR ARCHITECTURE CONTRACT DOCUMENTS Bellomo- Herbert & Company, Inc. (hereinafter referred to as the LANDSCAPE ARCHITECT) and the City of Sanford (hereinafter referred to as the CITY) hereby agree as follows: I. DESCRIPTION OF WORK The LANDSCAPE ARCHITECT has been requested by the CITY to provide professional services to complete Contract Documents for the proposed Ft. Mellon Park Maintenance Facility Interior Architecture. II. GENERAL SCOPE OF THE WORK The part of the Project for which the LANDSCAPE ARCHITECT is to perform services is generally described as follows: A. TASK I — CONTRACT DOCUMENTS 1. Based upon a previously approved floor plan the LANDSCAPE ARCHITECT shall prepare complete Contract Documents for the interior of the facility. These items are further described as follows: a. Floor plan b. Door Schedule c. Finish Schedules d. Mechanical Systems e. Electrical f. Plumbing All of the drawings above shall adhere to the Americans with Disabilities Act (ADA). The Contract Documents shall be completed and submitted to the CITY for review at the 90% and 100% stages of completion. The 100% drawings shall include modifications made to the 90% drawings as requested by the CITY during their review. These 100% drawings shall constitute the final bid set for the project, and shall also include the 100% complete project specifications. All of the drawings above shall adhere to the Americans with Disabilities Act (ADA). IV. ADDITIONAL SERVICES Additional Services beyond the basic services provided by the LANDSCAPE ARCHITECT and outlined herein shall be compensated as outlined in the Prime Agreement. Ft Mellon Park Interior Architecture Contract Documents January 10, 2009 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 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 CONS U LTANT/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