Loading...
1208-American Infras. Tech Corp1d48* EXHIBIT A WORK ORDER FORM Work Order Number: CITY OF SANFORD, FLORIDA Master Agreement/Contract Number: B011508.104R01 Dated: Jan 15, 2008 Renewed Contract/Project Title: Sewer Rehab by RICIP Lining Solicitation No: IFB 07/08 -07 Sanford Project No: WQ 0704 Purchase Order No: Consultant/Contractor: American Infrastructure Technologies Corporation Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail address: 8799 US Hwy 31, Hanceville, AL 35077 Phone: 256.739.4747 FAX: 256.737.1871 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION: [ ] DRAWINGS /PLANS /SPECIFICATIONS [ ] FIXED FEE BASIS [ ] SCOPE OF SERVICES [ ] TIME BASIS - NOT -TO- EXCEED AMOUNT [ ] SPECIAL CONDITIONS [ ] TIME BASIS - LIMITATION OF FUNDS [X] SCOPE OF SERVICES W /UNIT PRICING [X] UNIT PRICE BASIS - NOT -TO- EXCEED AMOUNT 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 427 (four hundred twenty seven) days of the effective date of this Work Order. Failure to meet the stated completion time requirement may be grounds for termination for default. NOT TO EXCEED Amount: Two million three hundred thousand Dollars ($ 2,300,000. - - 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 complete authority to execute same. ATTE T. B : 2A flAl� Corporate Secretary or Witness -- - -j!, CONSULTANT /CONTRACTOR: ,I�/IJE,PiQKItiJ �F�95/,puC7U,� 7( DG��S ��PA77dr✓ Corporate President /� Date: /b�h CITY OF ORD Linda Kuhn, M or I ui M V 7 °s rd F T 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," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they 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 and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits 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. Scope of Service To meet the requirements of this project the CONSULTANT /CONTRACTOR shall install furnish the following items to complete the subject project: 1. Perform all work to the satisfaction of the CITY according to the attached proposal. 2. Comply with all requirements listed under attached Exhibit "A" Davis Bacon —ARRA Contract Language. 3. 6" pipe has been added to the work proposal. There are many circumstances that will not allow 6" pipe to be lined. If there are any offsets, protruding laterals, etc., in the line then the line will not be line -able due to sizing constraints of televising and camera equipment which doesn't include point repairs required to facilitate liner installation which will be either performed by others or performed as additional work. 4. The CONSULTANT /CONTRACTOR represents to the CITY that it is well versed in the requirements of the work and well understands the scope, nature and requirements of the work. 5. The CONSULTANT /CONTRACTOR understands that it must rigidly comport to the requirements of the work which is funded by Federal Economic Stimulus Funding and that it must provide high quality goods and services which are subject to post audits. Item Description ON U/M Price Amount Work Proposal Breakdown la Carriage Cove — 6" Cured -in -Place Pipe 5155.82 LF $27.00 $139,207.28 lb Carriage Cove — 8" Cured -in -Place Pipe 5,452.49 LF $27.00 $147,217.34 lc Carriage Cove —10" Cured -in -Place Pipe 913.27 LF $35.00 $31,964.53 Id Carriage Cove —12" Cured -in -Place Pipe 760.33 LF $41.00 $31,173.60 2 Country Club Manor— 8" Cured -in -Place Pipe 6,467.00 LF $27.00 $174,609.00 3a Hidden Lakes Estates I & II — 8" Cured -in -Place Pipe 15,219.00 LF $27.00 $410,013.00 3b Hidden Lakes Estates I & 11 -10" Cured -in -Place Pipe 7,600.00 LF $35.00 $266,000.00 4 Park Ridge — 8" Cured -in -Place Pipe 5,865.75 LF $27.00 $158,375.25 5a Sanora— 8" Cured -in -Place Pipe 5,781.00 LF $27.00 $156,087.00 5b Sanora —10" Cured -in -Place Pipe 2,756.00 LF $35.00 $96,460.00 6a Sunland — 6" Cured -in -Place Pipe 398.00 LF $32.00 $10,746.00 6b Sunland— 8" Cured -in -Place Pipe 3,910.00 LF $27.00 $105,570.00 6c Sunland —10" Cured -in -Place Pipe 1,739.00 LF $35.00 $60,865.00 6d Sunland —12" Cured -in -Place Pipe 2,338.00 LF $41.00 $95,858.00 7 Woodmere Park (Praver Homes) — 8" Cured -in -Place Pipe 10,586.00 LF $27.00 $285,822.00 8 Wynnewood — 8" Cured -in -Place Pipe 4,816.00 LF $27.00 $130,032.00 Total Proposal: $2,300,000.00 STATE OF FLORIDA STATE REVOLVING FUND (SRF) PROJECT SPONSOR'S DAVIS -BACON CERTIFICATION Project Sponsor: Amrican Infrastructure Technologies Corggration Project Naive: sewer I/i 'Infrastructure Rebabilitation Project Number: Starting Date: Sept. f . 2009 Ending Date: I certify to the best of my knowledge and belief that the above referenced project complies with Section 1606 (Davis.Bacon and Related Acts) of the American Recovery and Reinvestment Act (ARRA) and that all laborers and mechanics employed by contractors and subcontractors during the above referenced period were paid wages at rates not less than those listed on the prevailing wage rate contained in the contract documents and that all applicable provision& of -the Davis -Bacon and Related -Acts -have - been met. I understand that falsifying information on this certification may be grounds for termination of the ARRA loan agreement r the Sponsors Authorized Represents ►ed Name and Title of the Sponsors Authorized Representative Page 1 of 2 INSTRUCTIONS FOR COMPLETING PROJECT SPONSOR'S DAVIS -BACON CERTIFICATION The purpose of the Project Sponsor's Davis -Bacon Certification is to certify the identified SRF project complies with Section 1606 (Davis -Bacon and Related Acts) of ARRA for the period identified on the form This form must accompany all draw requests. The Project Sponsor's representative must complete this form. Please provide the name of the Project Sponsor, project name, SRF project number and covered period. Please certify that the identified SRF project complies with Section 1606 of ARRA by signing the form and including the typed name and title of the Project Sponsor's representative. The State of Florida's Clean Water SRF program will use the above referenced form to document compliance with Section 1606 of ARRA. The form will be on of the project name listed on the form. Page 2of2 1 l Ni 1 11.1 To Whom It May Concern: Capw*H@@dWwhn 8799 Highway 31 Hanceville, AL 35077 Phow : (256) 7384747 Fox: (256 )-737 -1871 August 20 2009 In reference to the "General Decision: FL20080030 07/242009" this is to va* that American Infrastructure Technologies Corporation will meet or exceed the wage rates concerning the upcoming project in Sanford, Florida. Thank yon, . Kenneth Giddens, President American Inffastructure Technologies Corporation