Loading...
1415 Avcon Station 38M5 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: Avcon/ Work Orders No. ST38 -01 for Station 38 Structural Hardening Study for $7,500 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 Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return original ❑ Return copy El Special Instructions: Please execute work order and return to Purchasing ® Mayor's signature Safe keeping (Vault) ment Bond ❑ City Manager Signature ® City Clerk Signature Please advise if you have any questions regarding the above From O 1 Thank you... 4 � Da e TADept_ forms \City Clerk Transmittal Memo - 2009.doc DATE: 08/24/11 PURCHASE ORDER PO NUMBER 032552 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.: 85801 26 21 681 0 -8 P.O. BOX 1 788 SANFORD, FL 32772 VENDOR NO.: 11550 TO: SHIP TO: AVCON, INC CITY OF SANFORD 5555 E MICHIGAN ST STE 20 1303 S. LAKE AVE. ORLANDO, FL 32822 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62804 ACCOUNT NO.: 001-3001-522.31-00 PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 STRUCTURAL HARDENING STUDY OF 7500.00 NA 1.00 7500.00 STATION 38 Per proposal dated July 22, 2011 determine the improvements appropriate to raise the MWFRS building elements to a wind load of 130 mph and provide an estimate of the probable cost. SUB TOTAL 7500.00 TOT L 7500.00 APPROVED BY: APPROVED BY: PURC SING AGENT CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING EXHIBIT A WORK ORDER FORM Work Order Number ST38 -01 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: CCNA Date: 8/3/2011 Contract/Project Title Structural Hardening Study of Station 38 Solicitation No; ISanford Project No. IPurchase Order No. Consultant/Contractor: Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address Avcon, 5555 E Michigan St. Ste 200, Orlando, FL 32822 Attn: Rich Baldocchi, PE ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS x FIXED FEE BASIS x SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS x PRICING (INFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT x WO TERMS AND CONDITIONS TIME FOR COMPLETION: 30 days Days of the effective date to 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: $ $7,500 Dollar Amount Written Out: Seven thousand, five hundred dollars 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 j authorized corporate officer having the full and complete authority to execute same. f CONSULTANT /CONTRACTOR ATTEST: EXECUTION: Signature, Corporate Officer Signature, Corporate President / 41 C K '�-!aL D0CC14 1 , 11_P �I/ SAS - OC - OP Siti/c sr-L- I/ Corporate Officer Printed Name, Title and Date Corporate President, Printed N me and Date CITY OF SANFORD nature, Purchasing Manager F. William Smith Purchasing Manager, Printed Name and Date 'WV l Signature, City C� rk City Mana Tom George, Interim City Manager City C", , Printe Name and Date City Manager, Printed Name and Date Revised: 1 -6 -2011 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 hip 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 Sect � 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. Section 1 324a(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 "CON, Inc. BRHng Rates 2010 Proposed Hourly Rates UNIT PRICE Billing Position Rate Principal $220.00 Sr. Project Manager $185.00 Project Manager $155.00 Sr. Engineer $125.00 Project Engineer $110.00 Engineer $90.00 Sr. Engineering Technician $80.00 Engineering Technician $60.00 Clerical $50.00 Reimbursable Expenses ITEM UNIT PRICE 11 X 17 PLOTTING EA $8.50 11 X 17 XEROXGRAPHIG BOND EA $0.15 8.5 X 11 COPIES EA $0.05 AVCON, INC. ENGINEERS & PLANNERS 5555 E. Michigan Street Suite 200 Orlando, FL 32822 -2779 Phone: (407) 599 -1122 Email: avcon @avconinc.com www.avconinc.com July 22, 2011 Chief Gerard T. Ransom Fire Chief City of Sanford Fire Department 1303 S. French Avenue Sanford, Florida 32771 Reference: City of Sanford Fire Station No. 38 Structural Hardening Study Dear Chief Ransom: AVCON, INC. ( AVCON) is pleased to present this proposal for Professional Engineering Services for the above referenced project. This scope is based on our understanding from our meeting on July 21, 2011 at the Fire Station No. 38, and the drawings reviewed at the Public Safety Building. We understand the results of this study may be used as part of a grant application to procure funding to implement building hurricane strengthening of the main wind force resistance system ( MWFRS) to current structural code requirements. The individual tasks we propose are as follows: 1) Data collection and review: Review the existing building plans to determine the construction details and load bearing elements. 2) Site visits: AVCON will schedule and conduct a site visit to verify that the visible structural elements match the existing drawings. 3) Preliminary Structural Calculations: Based on the information obtained, AVCON will provide a preliminary structural evaluation of walls, columns, beams, joists, and roof connections to determine the wind load rating of the existing elements. 4) Conceptual Methods of Structural Improvements: AVCON will determine the types of improvements that would be appropriate to raise the MWFRS building elements to a wind load rating of 130 mph. The analysis will not include non - essential elements or elements that are rated by the manufacturer. AVCON will research existing manufacturers of these elements, such as roofing material, flashing, doors and windows and provide the manufacturers rating. If the rating is below current codes, or we are unable to determine the rating, we will provide a cost to replace the element in question. 5) Opinion of Probable Cost: The final report will include an estimate of the probable cost to upgrade the structure to the 130 mph wind loading. These will be preliminary costs based on the findings of the study. Final design and engineering estimates are not included in this scope of services. CIVIL & STIlt (`fIRAL * AIRPORT & AVIATION CO\SVIA - INC • TR.ANSPORTATION DESIGN & PL:�INING Chief Gerard T. Ramson July 22, 2011 Page 2 6) Schedule: AVCON is prepared to proceed immediately with the Professional Engineering Services outlined herein upon receipt of your acceptance and authorization. We estimate a period of 30 calendar days from your notice to complete this project. 7) Compensation: AVCON proposes to provide the services of this Proposal for a lump sum fee of $7,500.00. Thank you for the opportunity to offer our services to you on this assignment. Should you require additional information, please do not hesitate to call. Sincerely, AVCON I C F Baldocchi, P.E. Vice President RAL • AMPORT & • TRANSPORTATION DESIGN & PLANNING