Loading...
1216-Reiss Engineering, Inc.EXHIBIT A MY. WORK ORDER FORM Work Order Number: CITY OF SANFORD, FLORIDA raw Master Agreement/Contract Number: Q022908.141 R02 Dated: February 29, 2008 Contract/Project Title: Potable Water Distribution Quality Improvements: Pipe Replacement/Rehabilitation Quality Tracking and Compliance Solicitation No RPQ 05/06 -15 Sanford Project No: Purchase Order No: Consultant/Contractor Reiss Engineering Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail address: Reiss Environmental Inc 12001 Research Parkway Suite 228, Orlando, FL 32826 Attention: Robert Reiss President Phone: 407.679.5358 ATTACHMENTS TO THIS WORK ORDER: [ ] DRAWINGS /PLANS /SPECIFICATIONS [X] SCOPE OF SERVICES [ ] SPECIAL CONDITIONS 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 four hundred twenty seven (427) 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: Eighty six thousand two hundred Dollars ($ 86,200. -- IN 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 14th day of September 2009 , and the CONSULTANT /CONTRACTOR by and through its duly authorized corporate officer having the full and ccrr.p!ete authority to execute same. CONSULTANT /CO nt kc.o: f ru-s k . Date: 1 ` 7 k -22 -ng q E CITY OF NFORD net Dougherty, City Cl V - — Linda uhn, ayor Date: 9 - a--q -,)I METHOD OF COMPENSATION: [X] FIXED FEE BASIS [ ] TIME BASIS - NOT -TO- EXCEED AMOUNT [ ] TIME BASIS - LIMITATION OF FUNDS EXHIBIT "A "(page 2) 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 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. Potable Water Distribution Quality Improvements: Pipe Replacement/Rehabilitation Quality Tracking and Compliance As part of the City's water quality improvements the City requested that Reiss Engineering Inc. (REI) update the hydraulic model. This update will include the upgraded pipes and evaluate the distribution system rehabilitation and compliance with State and Federal rules. To accomplish this task REI will conduct the following tasks: REI will compare the existing model to the current water system shapefiles, and update the model with new or corrected structures (pipes, pumps, tanks) based on the latest information. In addition, REI will meet with the City to review updated wholesale connections, pump curves, tank geometry and levels, and piping information in the model to confirm accuracy with actual field new upgrade infrastructure. This task includes corrections to the existing structure of the hydraulic models with addition of new wholesale demands and new infrastructure built. Model(s) must be updated in the City's water system map from the previous models to assess water quality /quantity improvements achieved with infrastructure upgrades. The following tasks are to be completed under this hydraulic water quality /quantity improvements upgrades: a. Water System Demand Allocation Update — To accurately simulate the distribution flows improvements the City needs to update the model demands which will provide information regarding the existing water demand throughout the City and maximize the ability of using the model to improve the manual and automatic (HydroGuard) flushing programs. The City's new flushing program will conserve a significant amount of flushing water and quantify the improvement in the distribution system velocity to assure existing and future development water quality improvement. b. Pipe replacement Review and Water Quality Tracking - REI will update the model with the proposed pipe replacement and looping projects information including pipe layout, size, material, installation year, and C- factor. REI will convert (as needed), review and verify the field collected GIS data completeness. REI will identify locations for special before and after construction chlorine and DBP sampling. REI will review the special and other standard chlorine residual concentrations, disinfection by- product (DBP) concentrations and water age results before and after construction to estimate distribution system improvements based on construction of selected projects. Update Flushing Program Model with new improved distribution system infrastructure - The need of the flushing program was included in the City's Water Facilities Plan Addendum 1 which was approved in April 2009. Base on actual and new valve locations, REI will modify flushing plan to reduce water loss. Reiss must be responsible for this program quality control and execution. REI will observe and ensure flushing program protocol is being followed. d. Water Quality Sampling - REI will observe water quality sampling events conducted by City staff to ensure that proper techniques as stated in the flushing protocol are used. This will be done for both pre- and post - samples taken during observations by REI. As stated in the flushing protocol, pre - samples will be taken the morning of flushing and will approximately account for one half hour in time for each zone. The City is responsible for sample collection and analysis expenses. e. Distribution System Rehab and DBP Compliance Report - As part of the City's water quality improvement projects to be completed with grant funds, the City requested that REI document the distribution system pipe rehabilitation, looping and flushing improvements to ensure compliance to applicable state and federal rules. In addition, REI will review and summarize monitoring data. The City is responsible for sample collection and analysis expenses. REI will update the distribution system schematic as needed. REI conduct one report review meeting with the City. The professional services set forth in this scope of work, the City will compensate REI a lump sum fee not to exceed $86,200.