Loading...
574 Ardaman & Assoc WO# SMLM11 51 VW 019 r:',,-, RitO e ;. — 1877 = 0 r..,,; (,) PURCHASING DEPARTMENT '� TRANSMITTAL MEMORANDUM f To: City Clerk/ City Manager c 4 ; RE: Ardaman & Associates Work Order No. SMLM11 for $11,402.80 The item(s) noted below is /are attached and forwarded to your office for the following actio 0 s): //\\ '1 ,. El Development Order El Mayor's signature 11 I `11 ,' V ,/,0 '5' ❑ Final Plat (original mylars) II ; ecore in • ❑ Letter of Credit NI Rendering `-'1, v v I ) 1 ❑ Maintenance Bond ❑ Safe keeping (Vault) ❑ Ordinance \ A ❑ Performance Bond ❑ Payment Bond ❑ Resolution ® City Manager Signature ® City Clerk Signature Once completed, please: ❑ Return original ❑ Return copy Special Instructions: For executed signatures on both parties. Sanford Marina on Lake Monroe (SMLM11) t Please advise if you have any questions regarding the above. Thank you... -- _____ ii9A264,19,.ta From Date T:\Dept_forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM A l Work Order Number S (kll - t ( 1 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: 574 Dated: 3/22/2011 Contract/Project Title Sanford Marina on Lake Monroe Solicitation No: CCNA (Sanford Project No. (Purchase Order No. Consultant/Contractor: Ardaman & Associates, Inc Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 8008 S Orange Avenue Orlando, FL 32809 Attn: Division Manager Churck Cunningham, P.E. ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS FIXED FEE BASIS x SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS X PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT x WO TERMS AND CONDITIONS TIME FOR COMPLETION: 90 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City (N /A) 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: $ $11,402.80 Dollar Amount Written Out: Eleven thousand four hundred and two 80/100 In Witness Whereof, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City as delegated through its City Manager and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: litt, A i /------- Signature, Corporate Officer Signature, Corporate President Clarfrf j/• eyn„, V'ce Orr, .?-2?-11 Nadim F. Fuleihan, Sc.D., P.E. 3/23/2011 Corporate Officer rinte Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD 4 n t , Purchasing Manager //114.---- F. William Smith Purchasing Manager, Printed Name and Date , C ? i t-O L /K • 4(.4 AU: Signature, y Clerk City Man er 3 079 // Tom George, Interim City Manager City Clerk, Printed Name and Date City Manager, Printed Name and Date Revised: 1 -6 -2011 - Ardaman & Associates, Inc. imidNi Geotechnical, Environmental and February 10, 2011 Materials Consultants Proposal File No. 11 -60 -060 City of Sanford 300 N. Park Avenue Sanford, Florida 32772 -1788 Attention: Mr. Chris Smith Subject: Proposal for Water Quality Testing Proposed Boat Slips Sanford Marina on Lake Monroe Sanford, Seminole County, Florida • Dear Mr. Smith: As requested, we are pleased to present this proposal for conducting water quality testing for the subject project. Based on discussion with you, the proposed development includes constructing ten boats slips on the east side of Veterans Memorial Park at the Sanford Marina. The scope of our work will include collecting water samples at the location of the proposed boat slips, as well as the west side of Veterans Memorial Park for background comparison. These water samples will then be tested for parameters requested by Department of Environmental Protection (DEP). The following summarizes our proposed scope of work and associated fees for conducting the subject exploration. FIELD EXPLORATION AND TESTING As requested by DEP, water samples will be obtained from two separate locations. The first will be at the location of the proposed boat slips on the east side of Veterans Memorial Park. The second location will be at a background location (we suggest the west side of the Park outside of the marina) to provide background parameters. In addition, a replicate sample for specific parameters will be obtained from one chosen water depth at both sampling locations. Water samples obtained at one location in the marina and at the background locations will be tested in the field by our technician for the following: Parameter Frequency Depth Dissolved Oxygen 4 -hour intervals through a 1' below surface; mid - depth; 1' 24 -hour period above bottom Salinity (Conductance 4 -hour intervals through a 1' below surface; mid - depth; 1' will be substituted) 24 -hour period above bottom Turbidity (NTU's) Once when metal samples 1' below surface; mid -depth are collected ph Once 1' below surface; mid - depth; 1' above bottom Specific Conductivity Once 1' below surface; mid - depth; 1' above bottom 8008 S. Orange Avenue 32809, Post Office Box 593003, Orlando, Florida 32859 -3003 Phone (407) 855 -3860 FAX (407) 859 -8121 Louisiana: Alexandria, Baton Rouge, Monroe, New Orleans, Shreveport Florida: Bartow, Cocoa, Fort Myers, Miami, Orlando, Port Charlotte, Port St. Lucie, Sarasota, Tallahassee, Tampa, West Palm Beach City of Sanford Proposal File No. 11 -60 -060 -2- LABORATORY TESTING Water samples obtained at one location in the marina and at the background location will be sent to a NELAC certified laboratory for the following tests: Parameter Depth Frequency BOD Total N (TKN, NO -N, NO -N, 1' below surface; mid - depth; Once Unionized Ammonia) 1' above bottom Total P Oil and Grease FL — PRO Surface Once Total PAH 10 samples, once per day, Fecal and Total Coliform 1' below surface in a 30 -day period Hardness or Calcium and Mid -depth Magnesium Total Arsenic Total Cadmium Total Chromium VI Mid -depth or depth of Once Total Copper maximum conductance / salinity Total Lead Total Mercury Total Zinc ENGINEERING REPORT All data developed during the exploration will be submitted in a written report upon conclusion of the study. City of Sanford Proposal File No. 11 -60 -060 -3- COST ESTIMATE The costs associated with the aforementioned tasks are attached. The total cost will not be exceeded without prior authorization. CLOSURE We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If this proposal meets with your approval, please indicate your acceptance by signing and returning the attached Proposal /Project Acceptance sheet. Please call if you have any questions or require additional information. Very truly yours, ARDAMAN ASSOCIATES, INC. ai 4. k(.... n C. Bates, P.E. Charles H. Cunningham, P.E. Senior Project Engineer Division Manager ZCB /CHC /nfm 1160- 06OPP.DOCX (2011 PP) Cost Estimate for Water Quality Testing Proposed Boat Slips Sanford Marina on Lake Monroe Sanford, Seminole County, Florida Item 1 Unit 1 Unit Rate I Frequency I Unit Quantity I Extension Field Sampling and Testing Dissolved Oxygen Meter Day $118.00 - -- _ 1 $118.00 pH / Conductivity Meter _ Day $28.00 - -- 1 $28.00 Turbidity Meter Day $64.00 - -- 1 $64.00 30 hrs for initial sampling; 9 days x Sr. Engineering Technician Manhour $66.00 4hr /day for fecal /coliform sampling 66 $4,356.00 $4,566.00 Laboratory Testing BOD Each $28.75 3 @ site, 3 @ background, 1 8 $230.00 replicate @ each Total N (TKN, NO -N, NO3 -N, Each $73.60 3 @ site, 3 @ background, 1 8 $588.80 Unionized Ammonia) replicate @ each Total P Each $23.00 3 @ site, 3 @background, 1 8 $184.00 replicate @ each Oil and Grease Each $86.25 1 @ site, 1 @background, 1 4 $345.00 replicate @ each FL -PRO Each $97.75 1 @site, 1 @background, 1 4 $391.00 replicate @ each Total PAH Each $115.00 1 @site, 1 @background, 1 4 $460.00 replicate @ each Fecal and Coliform Each $46.00 1 @site, 1 @ background over 10 20 $920.00 consecutive days Hardness Each $17.25 1 @ site, 1 @background, 1 4 $69.00 replicate @ each Total Arsenic Each $13.80 1 @site, 1 @background, 1 4 $55.20 replicate @ each Total Cadmium Each $13.80 1 @site, 1 @ background, 1 4 $55.20 replicate @ each Total Chromium VI Each $40.25 1 @ site, 1 @ background, 1 4 $161.00 replicate @ each Total Copper Each $13.80 1 @ site, 1 @ background, 1 4 $55.20 replicate @ each _ Total Lead Each $13.80 1 @ site, 1 @ background, 1 4 $55.20 replicate @ each Total Mercury Each $115.00 1 @site, 1 @ background, 1 4 $460.00 replicate @ each Total Zinc Each $13.80 1 @site, 1 @background, 1 4 $55.20 replicate @ each Subtotal $4,084.80 Engineering Senior Engineer Manhour $141.00 - -- 4 $564.00 Project Engineer Manhour $111.00 - -- 16 $1,776.00 CADD Draftsperson Manhour $57.00 - -- 4 $228.00 Technical Secretary Manhour $46.00 - -- 4 $184.00 Subtotal $2,752.00 TOTAL $11,402.80 F WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this WO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this Work order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty-six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida