Loading...
301-CPH-17-92 Beautification Project " EXHIBIT A WORK ORDER FORM f(e~ -t- (otf)tp Po -=t 3llo'ffo 30fYifj; ;:'''~! :;E: LL. J"'"I"l ~ Work Order Number: 101 ~: ~ ~"::;.,,,. CITY OF SANFORD, FLORIDA Master Agreement/Contract Number: Q111306.116ROO Dated: Nov 16. 2006 l::f~ I~:> (""', -, c-....: Contract/Project Title: 17 -92 Beautification Proiect ~ Solicitation No: N/A Sanford Project No: PG 0901 Purchase Order No: Consultant/Contractor: CPH Enaineers Consultant/Contractor's Business Address, Phone Number, Fax Number and E-mail address: 500 W. Fulton Street PO Box 2808: Sanford. FL 32772-2808 ATTACHMENTS TO THIS WORK ORDER: METHOD OF COMPENSATION: [] DRAWINGS/PLANS/SPECIFICATIONS [X] FIXED FEE BASIS [X] SCOPE OF SERVICES [X] TIME BASIS - NOT-TO- EXCEED AMOUNT [] SPECIAL CONDITIONS [X] TIME BASIS - LIMITATION OF FUNDS [ ] 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 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: Thirty-four thousand dollars Dollars ($ 34.000.00 ) /N WITNESS WHEREOF, the parties hereto have made and executed this Work Order on the respective dates under each signature: the CITY through its City Commssion taking action on the _ day of , , and the CONSUL TANT/CONTRACTOR by and through its duly authorized corporate officer having the full an~ complete authority to execute same. fflST: UJ;. -W!J qJ WnaA.-) Byf-!^,PLM. ~~~ Corporate Secretary or Witness CONSULTANT/CONTRACTOR: Co p~ ttJj~N'l.~I(SJ Il\Ic. \ ~ Corporate President ~ Q>li cJ ~-2 Iraq Date: ~ CM~ IZ~J.. ' et Dougherty, City Clerk~ - For the use and reliance of the City of Sanford only. Approved as to form and legal sufficiency. Date: Linda Kuhn, M or l4 ~l b; /s/ William L. Colbert William L. Colbert, City Attorney WORK ORDER TERMS AND CONDITIONS t, : ''''''-'':;.' ,1 ;;~;j :::t:: CL eel ,,-I EXHIBIT "A"(page 2) 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 r 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. ~,:j = <".I: Ci.l <0 <0 N 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 COMPENSA TION: (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. 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. 'JI. @[fJ0iJ SCOPE OF SERVICES exht h'IT The City of Sanford 17-92 Beautification Proiect (Park Street to Airport Drive) Landscape, Hardscape, Electrical Services and Permitting Services BASIC SERVICES OF THE CONSULTANT 1.1 The CONSULTANT agrees to perform professional Landscape Design services in connection with the project as hereinafter stated. 1.2 The CONSULTANT will serve as the CITY's professional Landscape Architectural 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 provide landscape/hardscape design, electrical engineering services, coordination with FDOT and permitting for the beautification project of U.S. Highway 17-92 from Park Drive South to Airport Drive. The scope of work specifically addresses landscaping of the medians, decorative stamped concrete treatment of the median noses, and the replacement of the existing lighting with new decorative light poles and fixtures in the median of U.S. Highway 17-92 between Park Street to Airport Drive (approximately 1 mile). 1.4 The CONSULTANT will coordinate with FDOT to ensure to the greatest extent practical that this work correlates with the scheduled re-pavement of U.S. Highway 17- 92. 2.1 Task 1 - Landscape and Hardscape 2.1.1 Conceptual Site Plan Phase The CONSULTANT will use an ACAD base file provided by the CITY in order to prepare a conceptual site plan and one typical sketch for presentation to the City staff andlor Council as necessary. The plan and sketch will be colored renderings that will depict conceptual layout of the plant material and hardscape design for the median treatments and the location ofthe proposed decorative light fixtures. 2.1.2 Preliminary Landscape/Hardscape Plan Upon approval of the conceptual plan by the City, the CONSULTANT will prepare a preliminary landscape plan. The preliminary landscape plan will be designed in compliance with the City of Sanford and Seminole County CRA's design criteria. The plan will be drawn to scale over the base provided by the City and will indicate design intent, but not be at the construction document level. Plant types will be identified but . . not plant quantities or descriptions. Work will include an estimate of probable cost. The preliminary plan will include the conceptual configuration and locations of the specialty pavement, i.e. decorative stamped concrete. 2.1.3 Final Landscape/Hardscape Plan Upon Owner's approval of the preliminary landscape plan, and authorization to proceed, the CONSULTANT will prepare a Final Landscape Plan that will be responsive to review comments from Owner's and Local Jurisdiction. This drawing will be a construction document and include a plant list with plant names, quantity and description, planting details, stamped pavement details and general notes regarding implementation requirements. Work will include an estimate of probable cost. 2.1.4 Not Included · Irrigation design . More than 3 revisions to the plan per City, County and/or FDOT comments · Signage design and locations · As-Built Drawings · Construction Administration · Site visits and inspections · Surveying services 2.2 Task 2 Electrical Design Services 2.2.1 Electrical Engineering Design: The CONSULTANT will hire Clear Engineering as the electrical engineering sub consultant to provide design services for lighting. The design will comply with FDOT Standards and City Standards for power circuiting to the median lighting. Design will include power circuiting to roadway lighting with provision for receptacles in base of poles of Holiday lighting, which will require metered electrical services and panels. 2.2.2 Electrical specifications will be provided on the drawings. 2.2.3 Up to three design review meetings as needed with Design Team, City of Sanford and FDOT for electrical and lighting. 2.2.4 Shop drawing review included in basic services. 2.2.5 Not Included: · More than 3 design review meetings as listed above. · Site visits/inspections . Responses to contractor's request for value engineering and/or substitutions. 2.3 Task 3: FDOT Permitting and City of Sanford and Seminole County CRA Revie 2.3.1 The CONSULTANT will upon receipt of the City's approval of the respective plans listed above, the CONSULTANT will prepare the permit applications and support data, as applicable, for all applicable regulatory agencies, including: . . , '. · FDOT Special Use Permit · City of Sanford · Seminole County CRA 2.3.2 The CONSULTANT will include on the construction plans Traffic Control plan details using current FDOT indexes. Traffic control general notes and or specifications will also be prepared and included in the construction documents. 2.3.3 The CONSULTANT will coordinate the processing of the applications through the regulatory agencies, including attendance at a limited number of meetings with the agencies that may be necessary to receive the approval. Within this service are up to two (2) meetings or conference calls with each of the regulatory agencies, one (1) submittal of the applications and supporting documents, and two (2) responses to agency comments. In order to minimize travel, meetings with multiple agencies will be scheduled, when possible. Meetings required beyond these will be handled as additional service, and billed in accordance with our Standard Hourly Rates. 2.3.4 The CONSULTANT will prepare an Opinion of Probable Construction Cost (OPCC) and Project Manual consisting of Technical Specifications and front end bidding documents, and will submit the OPCC and Project Manual to the City for review. The CONSULTANT will make changes to the Project Manual as a result of City review comments. 2.4 Task 4: Bidding and Award Phase Services 2.4.1 The CONSULTANT will provide bidding services consisting of preparation of the Bid Advertisement, distribution of bidding documents, answering bidder questions, and preparing addenda. 2.4.2 The CONSULTANT will provide award phase services including preparation of the bid tabulation, contacting low bidder references, reviewing bidder provided bonds and insurance certificates, preparing contract award recommendation to CITY, preparing contracts and Notice to Proceed documents for CITY execution. PAYMENT 3.1 Compensation paid to the CONSULTANT for the services described herein shall be a lump sum fee of $34,000. The lump sum fee for the scope of services described herein does not include direct reimbursement for out-of-pocket expenses. Time and expense to attend meetings and to provide construction administration services over and above the allotted will be billed hourly in accordance with the Standard Classification Billing rates as shown in Exhibit "A" & "B" (attached), plus reimbursable expenses such as travel, long distance phone calls, prints, and copies. Reimbursable expenses will be paid for at actual cost thereof, without increase. FINAL DELlVERABLES 4.1 CPH shall submit to the City a signed and sealed printed original and electronic copy in Auto Cad 2008 or 2004 of the Final Construction Documents. Technical Specifications will be prepared in Word 2003 Microsoft.