Loading...
*1301 Murphy Pipeline CO 213Q� iF P z PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM°= To: City Clerk/ Mayor RE: Change Order o.2 B 07/08 -09 Murphy Pipeline Contractors, Inc 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) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Signature Once completed, please: ❑ Return original ❑ Return copy Special Instructions: Safe keeping g_ change order to PO # 31784 Please advise if you have any questions regarding the above. Thank you! IN From I // Date T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc Mmz� Contract/Agrecment Name: Approval: Department Director /z 5-11 Date Date Date Fina4 ire —doir � ws I X �)�� Item No. p 1 + = 1877 = J CITY COMMISSION MEMORANDUM 10.02 JANUARY 25, 2010 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY Paul Moore, Utility Director �T SUBMITTED BY Tom George, Interim City Manager 10 SUBJECT Work Order #2 to Murphy Pipeline for Water Distribution Improvements SYNOPSIS: Approval of Work Order #2 to Murphy Pipeline for Water Distribution Improvements is requested. FISCA STATEMENT: Work Order #2 to Murphy Pipeline is for $195,433. Funds will come from the American Recovery and Reimbursement Act (ARRA) stimulus program administered by the Florida Department of Environmental Protection (FDEP). BACKGROUND: On May 13, 2009, FDEP approved the City's water distribution system improvement project under the ARRA stimulus package. The project involves rehabilitating old water lines using the pre - chlorinated pipe bursting methodology. On September 14, 2009, the City Commission approved a Work Order to Murphy Pipeline in the amount of $2,600,000 for the pipe bursting project. On December 14, 2009 the City Commission approved the purchase of AMR water meters to be used in this ARRA funded pipe bursting project. The cost of these meters was $100,000. In order for these water meters and associated materials to be included as part of the Murphy Pipeline project FDEP says that a work order needs to be issued. Attached is Work Order #2 to Murphy Pipeline in the amount of $195,433 for AMR meter installation to include all parts and a GIS survey of all improvements. LEGAL REVIEW: The Assistant City Attorney has reviewed and signed off on this Work Order. RECOMMENDATION: It is staff's recommendation to approve Work Order #2 to Murphy Pipeline in the amount of $195,433. SUGGESTED MOTION: "I move to approve Work Order #2 to Murphy Pipeline." L , Attachment: Work Order #2 EXHIBIT A WORK ORDER FORM CITY OF SANFORD, FLORIDA Work Order Number: 2 Master Agreement/Contract Number: Q62809.1471301 Dated: Renewed June 29, 2009 Contract/Project Title: Potable Water Distribution Quality Improvements: Pipe Replacement/Rehabilitation (Pipe Bursting) Solicitation No: IFB 07/08 -09 Sanford Project No: WD0803 Purchase Order No: 031784 Consultant/Contractor: Murphy Pipeline Contractors, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail address: 4700 North Pearl St., Jacksonville, FL 32206 ; Attention: Andrew Mayer ATTACHMENTS TO THIS WORK ORDER: METHOD OF COMPENSATION: [ ] DRAWINGS /PLANS /SPECIFICATIONS [X] FIXED FEE BASIS [X] SCOPE OF SERVICES, Exhibit A [ ] TIME BASIS - NOT -TO- EXCEED AMOUNT [ ] SPECIAL CONDITIONS [ ] TIME BASIS - LIMITATION OF FUNDS [X] PRICING, Exhibit B [ ] UNIT PRICE BASIS - NOT -TO- EXCEED AMOUNT TIME FOR COMPLETION: The services to be provided by the CONSULTANT /CONTRACTOR shall commence upon execution of this Work Order by the parties and shall be completed within the time frame of four hundred twenty seven (427) days of the effective date of this Work Order. Failure to meet the stated completion time requirement may be grounds for termination for default. Work Order Amount: One hundred ninety five thousand four hundred and forty three dollars ($ 195,433.00 ) 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 25th day o January, 2 010, and the CONSULTANT /CONTRACTOR by and through its duly authorized corporate officer having the full and complete authority to execute same. ATTEST.• s. , By: Corp We Secretary or Witness ( 9m, �-, k - A , �4__ anet Dougherty, City Cle For the use and reliance of the City of Sanford only. Approved as to form and legal sufficiency CONSULTANT /CONTRACTOR: Corporate President Date: la-0 fFrJ,, ma ?r e i rr�i Date: See attached Docume t A"rova Form William L. Colbert, City Attorney 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 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. (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. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. 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. EXHIBIT "A" Construction costs adjustment to include replacement of obsolete meters and installation parts. Provide as- built GIS database with GPS survey accuracy of maximum 6'± horizontal and vertical for all newly installed valves, fire hydrants and similar fittings. A list of residential units is attached for your use. Exhibit B MPC IJ Murphy Pipeline C c)ntFactors, Inc 4700 North Pearl Street Tel. 904.764.6887 Jacksonville, FL 32206 Fax 904.764.5886 January 25, 2010 Migdalia Hernandez, M.S.E Water Resources Engineer P.O. Box 1788 Sanford, FL 32771 Office 407.688.5104 Fax 407.688.5091 Reference Pre- chlorinated Pipe Bursting Services, IFB 07/08 -09 Murphy Pipeline Contractors, Inc. is pleased to quote the additional Scope of Work for the City of Sanford, FL. Per our discussions, this construction cost adjustment will include: 1. Replacement of obsolete meters and related installation parts 1 Allowance $ 164,775.00 2. Providing as -built GIS data for the City of Sanford with GPS survey accuracy of 6 -inch +/- horizontal and vertical for all newly installed valves, fire hydrants and similar fittings. 1 Lump Sum $ 30,668.00 The total cost for this work is $ 195,443.00 Thank you for the opportunity to be of service. If you should have any questions, please do not hesitate to call. Regards, Murphy Pipeline Contractors, Inc. William F. "Bill' Huffman, PE Project Manager MPC Sanford WO 2 Quote 2010 0125