Loading...
1316* CDM Wk Order #20 ift-1877— PURCHASING DEPARTMENT jr TRANSMITTAL MEMORANDUM a TO: City Clerk/ City Manager RE: Camp Dress & McKee (CDM) work order no. 2 for $10,000 The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit ❑ Ma e Rende l � ❑ Renderig d n Safe keeping (Vault_)-, ❑ Payment Bond C i ty ity Manager Signature City Clerk Signature Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return original ❑ Return copy D Special Instructions: For executed signatures on both parties. Please advise if you have any questions regarding the above From Thank you 'Date TADept-formsWity Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number 2 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: 1316 7/12/2010 Contract/Project Title Site 10 Stormwater Sampling Station Solicitation No: NA Sanford Project No. Purchase Order No. Consultant/Contractor: C M Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 2301 Maitland Center Parkway, Suite 300, Maitland, FL 32775 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS/PLANS /SPECIFICATIONS X IFIXED FEE BASIS SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 210 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City 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 indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ $10,000 Dollar Amount Written Out: Ten thousand no /100 In Witness Where of, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City through its City Commission taking action on the and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete author to execute s ame. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: Signatur C rate Officer Signature, , P!"te President `a��r��fiwa�t�i 3 3 Zbt� a lC f� ess 3 3 - -aoti Officer Printed Name, Title and Date Printed Name and Date — Corporate CITY OF SANFORD Si(fhafurelfirchasing Manager Purchasing Manager, Printed Name and Date �^ Signature, ty Clerk U Signature, City Wanager D o eAtg S e �7 1 City Clerk, PrintedName and Cffi City Manager, Printed Name and Date Revised: 1 -6 -2011 EXHIBIT "A "(page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY and the issuance of a notice to proceed, 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," 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 provided, however, that the CONSULTANT /CONTRACTOR shall not Proceed with work until directed to do so by the CITY 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; Provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY 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 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. (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. City of Samford Sanford Wastewater Facility (Site 10) Site 10 Monitoring Program Assistance - Change Order No.1 Purchase Order No. 032074 February 2011 1. PURPOSE As part of the Lake Jesup Basin Management Action Plan BMAP, the Florida Department of Environmental Protection (FDEP) has devebped a long -term monitoring plan for the Lake Jesup Basin. As a condition of both the Lake Jesup BMAP and the City of Sanford's (CrI Y's) Sanford /North WWTF Wastewater Permit Renewal, the CITY is required to Implement a long -term monitoring plan for Site 10. The requirements will also be regulated through the CITY's corresponding NPDES Municipal Separate Stormwater System (MS4) permit The CITY has requested support for the monitoring requirements outlined in the Sanford Wastewater Facility (Site 10) bng -tam monitoring plan. Specifically, the CITY is requested the Camp Dresser k McKee, Inc. ( ENGINEER) to furnish and install one monitoring station for water quality sampling at Site 10 prior to discharge to Lake Jesup. This Change Order provides additional training and on-call services associated with the monnitoring station. This task assignment references the Renewal Agreement between CITY and ENGINEER dated January 12,2W9 for Engineering Services (RFQ 05/06.15). IL ENGINEER'S SERVICES At the request of the CITY, the ENGINEER's services may include equipment procurement, re- installation, training, and coordination with the CITY. The ENGINEER shall supply the personnel, essential equipment, and facilities to accomplish the tasks identified in this work order. III.GENERAL SCOPE OF SERVICES The ENGINEER's Scope of Services Is provided below: - The ENGINEER has installed the following under the IndtW scope of services: ■ Lockable equipment shdW, • One automatic sampler for surface water collection, • One continuous stage/ velocity /flow measuring (SCO 750 Flow Module); is One tipping bucket rain gage (SCO 674), C� additional site constraints relative to the MS4 monitoring requirements. The costs associated with additional training sessions are summarized in Table 2 Tick 3.2 On Gil Services for Site 10 Monitoring Troubles1woting - During the February 3, 2011 training session and site visit, the CM requested additional services for future on-call services to assist staff. At the request of the CITY, the ENGINEER may provide the following services in support of the Site 10 monitoring: • Troubleshooting sampling equipment; • Data evaluation and sampler programming modifications; • Data management for reporting; and • Equipment calibration or maintenance. Based on the duration of the MS4 monitoring requirements, the ENGINEER has estimated an additional 10 months for on all services. The ENGINEER has allocated one hour per month for project administration and a total of 28 hours for on all services. IV. SCHEDULF/DURATION Tasks 2 and 3 will be completed within ten months of issuance of the notice to proceed, or as requested by the CITY for on call services. V. COMPENSATION Payment will be in accordance with the City of Sanford Agreement for Engineering Services with CDM (RFQ 05/06 -15). Total compensation for services, materials, supplies, and other items or requirements necessary to complete the work based on a "Not to Exceed" fee provided in Table 2. The ENGINEER shall perform the services defined in Change Order No. l for a Not to Exceed fee of $10,000. The ENGINEER will submit monthly invoices based upon services performed and completed by the ENGINEER. a+r. w w+rM�w�n�ur. w � s � � w • w