Loading...
1208* American Infrastructure Technologies WOW7—a PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: Work Order for American Infrastructure Technologies No. SLR -01 for $75,000 PO# 32492 The item(s) noted below is /are attached and forwarded to your office for the following action(s): S o l Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution // Mayor's signature Recording Rendering Safe keeping (Vault) Once completed, please: ❑ Return original ❑ Return copy El Special Instructions: Work order and a copy of the PO. Payment Bond City Manager Signature City Clerk Signature Please advise if you have any questions regarding the above. Thank you... From Date T:\Dept_ forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM DD Work Order Number CITY OF SANFORD FLORIDA Master Agreement/Contract Number: ) A O a Dated: May 12, 2011 Contract/Project Title Sewer Line Rehabilitation Construction Solicitation No: IFB 09/10 -10 Sanford Project No. I Purchase Order No. Consultant/Contractor: American Infrastructure Technologies Corp. Consultant/Contractor's Business Address, Phone Number, Fax Numberm and E -mail Address 8799 United States Highway 31 Hanceville, Alabama 35077 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 TIME FOR COMPLETION: FY 11 -12 Days of the effective date of this Work Order Effective date- this Work Order: 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: $ $75,000 Not including TBD item $50.00+ Dollar Amount Written Out: Seventy -five thousand dollars NOT INCL possible Change Order for Lateral Reconnections. 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 9th day of May ?,O 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 Sig - na e, Corporate Officer Signature, Corporate President oo JA2kA 6;we lCx aiDlivi �/G /l i i LE2 P /1E'S1p , CAi Sl /G�11 Corporate Officer (printed name, title, and date Corporate President (printed name, title, and date CITY OF SANFORD / 1 Signature, Vy Clerk Sigs P4khasing Manager Smith Jan Dou hertv F. Will m City Clerk (printed name & date) Purchasin Manage (printed name & date nat re, Mayor Triplett — O Mayor, (panted name & date) 0 C> � � 4i B) APPROVAL OF AWARD OF CONTRACT FOR AMBULANCE. BILL NG AND RELATED SERVICES. FISCAL/STAFFING STATEMENT: Funding for this effort is provided by and based upon fees collected from private insurers, Medicare, Medicaid, other governmental programs, individual patients and t heir responsible BACKGROUND: The Contractor is to provide complete medical billing and accounts receivable management services for the City as related to rescue ambulance billing and related professional services. LEGAL: Contract documents have been prepared and provided by the City Attorney. RECOMMENDATION: It is Staffs recommendation that the City Commission approve the "piggyback" contract with Advanced Data Processing, Inc. (DBA Intermedix) for the procurement of rescue ambulance billing and related professional services. C) APPROVAL OF SEWER LINE REHABILITATION CONSTRUCTION - AMERICAN INFRASTRUCTURE TECHNOLOGIES CORP. FISCAL/STAFFING STATEMENT: The sewer line rehabilitation work will cost $75,000. Funds are available in the account titled Repair & Maintenance Service / Utility Lines in the Sewer Collection Division. BACKGROUND: On September 14, 2009, the City Commission approved a contract with AITC for sewer line rehabilitation. They were the lowest bidder for this work (Bid # IFB 07/08 -07). The current agreement with AITC is valid until 12/31/11. City staff has found several sewer line pipe segments in need of re- lining. The total line length is 3,020 feet. Based on the bid's unit price the cost for this work totals $75,000. LEGAL REVIEW: The City Attorney will develop a work order for the Mayor's signature. M-167 CITY COMMISSION MEMORANDUM 1 1 -075.0 MAY 9, 2011 AGENDA WS �R]M Item No. / y TO: Honorable Mayor and Members of the City Commission PREPARED BY: Paul Moore, Utility Director SUBMITTED BY Tom George, Interim City Manager / S UBJECT: Sewer Line Rehabilitation Construction American Infrastructure Technologies Corp. YNOPSIS: P Approval of a work order to American Infrastructure Technologies Corporation (AITC) for sewer line rehabilitation work is requested. FISCAL/STAFFING STATEMENT: The sewer line rehabilitation work will cost $75,000. Funds are available in the account titled Repair & Maintenance Service / Utility Lines in the Sewer Collection Division. BACKGROUND: On September 14, 2009, the City Commission approved a contract with AITC for sewer line rehabilitation. They were the lowest bidder for this work (Bid # IFB 07/08 -07). The current agreement with AITC is valid until 12/31/11. City staff has found several sewer line pipe segments in need of re- lining. The total line length is 3020 feet. Based on the bid's unit price the cost for this work totals $75,000. LEGAL REVIEW: The City Attorney will develop a work order for the Mayor's signature. RECOMMENDATION: It is staffs recommendation that the City Commission approve the issuance of a worker order to AITC for $75,000 for sewer line rehabilitation. SUGGESTED MOTION: "I move to approve the issuance of a work order to AITC for $75,000 for sewer line rehabilitation." r— r. ; I T b� Attachment: Quote from AITC 4k]W American Infrastructure Technologies Corporation Shall inmlement the hiehest standards of Me construction indusirv April 21, 2011 1 71 Corporate Headquarters 8799 Highway 31 Hanceville, AL 35077 Phone: (256) 739 -4747 Fax: (256) 737 -1871 Quote No: AIT 04212011 Mr. Cedric Coleman Phone: 407 - 330 -5639 City of Sanford Utility Department ;+ Fax: 407 - 330 -5646 .P.O. Box 1788 Sanford, FL 32772 -1788 RE: ' Line Rehabilitation for 2010 -2011 fiscal year Dear Mr. Coleman: American Infrastructure Technologies Corporation has prepared the following pricing proposal based on the information we have received. (Firm Proposal) Item ::..:_: Desch tion _ s._. P, Q5', U/lYI :..: _ . ..:.... ,... . price Amount Line Rehabilitation for 2010 -2011 fiscal year 1 CO- 1041830 230 LF $24.00 $5,520.00 2 1041820- 1041830 260 LF $24.00 $6,240.00 3 1041830 - 1041840 610 LF $24.00 $14,640.00 4 Buffer tank- 1710460 205 LF $24.00 $4,920.00 5 1710460 - 1710470 200 LF $24.00 $4,800.00 6 0821590a- 0821590 240 1 EA $24.00 $5,760.00 7 0821590- 0821560 260 LF $24.00 $6,240.00 8 184350 - 1843550 145 LF $24.00 $3,480.00 9 2420830 - 2420870 245 LF $24.00 $5,880.00 10 1030970- 1020980 365 LF $24.00 $8,760.00 11 1731120 - 1731130 (Note 10" Pipe) 260 1 LF $31.00 $8,060.00 12 Internal service line intrusions to be removed (hammer taps) 2 EA $350.00 $700.00 13 Lateral re- connections to the newly line pipe 1 TBD $50.00 TBD . . Total Bid: $75,000.00 American Infrastructure Technologies Corp. Tim Bixler V.P. of Operations This proposal is proprietary and confidential, and the exclusive property of American Infrastructure Technologies Corporation and shall not be copied or disseminated without prior written consent Disclosure to third parties, in whole or In part, is not authorized. WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the ContractorNendor /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 DATE: 06/07/11 PURCHASE ORDER PO NUMBER 032492 CITY OF SANFORD P.O. BOX 1788 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11155 TO: SHIP TO: AMERICAN INFRASTRUCTURE TECH C CITY OF SANFORD 8799 US HWY 31 1201 W. SEMINOLE BL HANCEVILE, AL 35077 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62762 ACCOUNT NO.: 4 51- 4 5 4 0 - 5 3 6 .4 6- 0 5 PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD OF UNITE ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST 1 SEVERAL SEWER LINE SEGMENTS IN 75000.00 NA 1.00 75000.00 NEED OF RE- LINING TOTAL LINE LENGTH IS 3020 FT QUOTE. NO. AIT04212011 WORK ORDER NO. SLR -01 SUB TOTAL 75000.00 TOT L 75000.00 eflLE COPY APPROVED BY: APPROVED BY: G PURC G NT CITY MAN ER ALL PACKAGES AND INVOICES ASSOCIATED ITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF E STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING