1473 Crom Engineeringi m—.877-
PURCHASING DEPARTMENT
TRANSMITTAL MEMORANDUM
To: City Clerk/ City Manager
RE: Crom Engineering & Construction PO 32542 -2 Change Order $94,528
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 originals to Purchasing
❑❑ Return copies
Special Instructions:
❑ Mayor's signature
❑ Recordin y
;a ( / 2 keeping (Vault)
U Payment Bond
City Manager Signature
❑ City Clerk Attest/Signature
Marisol Ordonez
From
I d-'3
Date
T:\Dept_ forms \City Clerk Transmittal Memo - 2009.doc
DATE: 08/15/11
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 10287
TO:
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681C-8
CROM ENGINEERING AND CONSTRUCT
SERVICES, INC
250 S. W. 36TH TERRACE
GAINESVILLE, FL 32607
PO NUMBER 032542
CHANGE #: 2
DATE CHG: 11/28/11
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
LOCATIONS AND QUANTITIES
SPECIFIED FOLLOWING ITEM
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/11
NET /30
ACCOUNT NO.: SEE BELOW PROJECT NO.:
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
UNIT OF
ITEM NO.
DESCRIPTION
QUANTITY
ISSUE
E
UNIT COST
EXTENDED COST
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
*
* CHANGE ORDER
*
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
1
REPAIR 1 PRESTRESSED CONCRETE
30628.00
NA
1.00
30628.00
GROUND STORAGE
TANK @ AUXILIARY WATER PLANT, ALL
PARTS, LABOR,
EQUIPMENT, SERVICE & OTHER
MISCELLANEOUS ITEMS PER
ATTACH QUOTE
APPROVED BY C.C. 07/11/2011
* ** SHIP
ING INSTRUCTIONS
**
1201 W. SEMINOLE BL
TO:
SANFORD, FL 32771
2
---------------------------------------------------------------
CHANGE ACCOUT NO. CAPITAL FUND
45942.00
NA
1.00
45942.00
ACCT AS OF FY 11.12
--------------------------------------------------------------
SHIP
ING INSTRUCTIONS
**
1201 W. SEMINOLE BL
TO:
SANFORD, FL 32771
------------------------------------
---------------------------
APPROVED BY: APPROVED BY:
PURCH'ASIfYdArENT CITY ANAGER
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 /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 08/15/11
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 10287
TO:
CROM ENGINEERING AND CONSTRUCT
SERVICES, INC
250 S. W. 36TH TERRACE
GAINESVILLE, FL 32607
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/11
NET /30
ACCOUNT NO.: SEE BELOW 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
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
*
* CHANGE ORDER
*
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
3
INCREASE PO 32542 FOR ADDITIONAL
5650.00
NA
1.00
5650.00
SAND BLASTING
SEE CHANGE ORDER NO. 2012 -001
ATTACHED
PROPOSAL 3B JOB. NO. 2011.S.071
REPAIRS TO THE 1.0 -MG GROUND
STORAGE TANK AT
AUXILIARY TREATMENT PLANT.
IFB 10 /11 -16R
* ** SHIP
ING INSTRUCTIONS
**
300 N. PARK AVENUE
TO:
UTILITY DEPARTMENT
SANFORD, FL 32771
---------------------------------------------------------------
SUB
TOTAL
82220.00
TOT
),L
82220.00
---------------------------- - - - - --
EQ /ACCT DATE REQ. BY
----- - - - - --
- - - --
PR
- - - - - --
JECT
-- - - - - --
AMOUNT
---------------------------- - - - - --
000062787 07/12/11 RICHIE CAS
----- - - - - --
LLA
- - - --
- - - - - --
-- - - - - --
0628.00
5145625364600
2787 11/28/11 RYAN OSSOW
KI
45942.00
5245205364600
APPROVED BY:
PURCHaflNG AGENT
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 85801 2621681 C -8
PO NUMBER 032542
CHANGE #: 2
DATE CHG: 11/28/11
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
LOCATIONS AND QUANTITIES
SPECIFIED FOLLOWING ITEM
APPROVED BY:
ITY MANA ER
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 /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 08/15/11
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 10287
TO:
CROM ENGINEERING AND CONSTRUCT
SERVICES, INC
250 S. W. 36TH TERRACE
GAINESVILLE, FL 32607
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/11
ACCOUNT NO.: 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 I
ISSUE
UNIT COST
EXTENDED COST
*
* CHANGE ORDER
*
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
------------------ ----------------------------------
EQ /ACCT DATE REQ. BY
PR
--
- - - - - --
JECT
- - - - - --
-- - - - - --
AMOUNT
-- - - - - --
---------------------------- - - - - --
000063043 01/05/12 RICHARD CA
----- - - - - --
ELLA
- - -
5650.00
5245205364600
---------------------------- - - - - --
----- - - - - --
- - - --
- - - - - --
-- - - - - --
APPROVED BY:
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
PO NUMBER 032542
CHANGE #: 2
DATE CHG: 11/28/11
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
LOCATIONS AND QUANTITIES
SPECIFIED FOLLOWING ITEM
PURCHASING AGENT
APPROVED BY:
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 /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
�c'n1vFnRnl
WORK ORDER CHANGE FORM
Work Order No. 2012-001
Project Title Repairs to 1MG Prestressed Concrete Tank
Project Number
Bid No. IFB 10 /11 -16R
Owner: City of Sanford, Florida
Contractor: Crom Engineering & Construction Services
Work Order Date: December 16, 2011
This Work Order Change is necessary to cover changes in the work to be
performed under the Work Order referenced above. The GENERAL
CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued
STANDARD SPECIFICATIONS of the contract, work order, solicitation
indicated above of apply to and govern all work under this Work Order
Change.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
(1)
Current Contract Price (Adjusted by Previous Change Orders)
$ 76,570.00
(2)
Total Proposed Change in Contract Price
$5,900.00
(3)
New Work Order Price (Item 2 +Item 3)
$ - n _ 00= $82 , 220
(4)
Current Contract Time (Adjusted by Previous Change Orders)
Days
(5)
Total Proposed Change in Contract Time
Days
(6)
New Contract Time (Item 4 + Item 5)
Days
(7)
Original Contract Substantial Completion Date
Days
(8)
New Contract Substantial Completion Date
Days
Description of Change: Addition of more intensive sandblasting of the tank done
to remove the areas of existing coating that had abnormally high bond
s_t ran�-rthc
old protective coating needs to be removed before new
Reason for Change:
Change in Contract Price:
Change in Contract Time:
$5,900 - $250.00 deduction = ($5,650)
WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for
the adjustment of the Work Order Price and Time as a result of increases or decreases in cost
and time of performance caused directly and indirectly from the change. Acceptance of this
Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order
Change represents an equitable adjustment to the Agreement and that CONTRACTOR shall
a
waive all rights to file a Contract Claim or claim of any nature on this Work Order Change.
Execution of this Work Order Change shall constitute CONTRACTOR's complete acceptance
and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant
to this Work Order Change.
APPROVAL. AND CHANGE ORDER AUTHORIZATION
ACKNOWLEDGMENTS
The aforementioned change, and work affected thereby, is subject to all provisions of the
original Agreement and specifically changed by this Work Order Change; and
It is expressly understood and agreed that the approval of the Work Order Change shall have
no effect on the original Agreement other than matters expressly provided herein.
ATTEST: CECS, Inc.
Contractor
r'
Jeffe D. KaWass. Presiden
(Secr (ry) Prated Ti le o Officer
December 28. 2011_
Date y ture)
(Corporate Seal)
December 28, 2011
Date
ATTEST:
(Si 'ature)
j , (q is
Date
(Seal)
CITY OF SANFORD
Owner
Jeff Triplett, Ma
Printed Name and Title
Date
END OF SECTION
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
Work Order (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 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.
(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.
S - snail.
E G S
1 N G 0 R F R A T E D
Is ON000010001
December 28, 2011
Via Email: case Ilar Dsanfordfl.gov
Mr. Richard Casella
City of Sanford
Utility Department/Plants Division
P.O. Box 1788
Sanford, FL 32772 -1788
Re: Change Order Proposal No. 3 B
Repairs to the 1.0 -MG Ground Storage Tank @ Auxiliary Treatment Plant
City of Sanford P.O. No. 032542
CECS Job No. 2011 -S -071
Dear Mr. Casella:
As requested, Crom Engineering and Construction Services, Inc. (CECS) is submitting this
change order proposal to modify the scope of work for the project referenced above as
described below in accordance with all applicable codes and standards including OSHA and
AMA.
SERVICES TO BE FURNISHED BY CECS
A. Deducts:
(1) Deletion of recoating the aerator platform handrails and the horizontal
section of aerator piping with a protective epoxy coating such as Tnemec
Series N140 from the scope of work.*
* Note : The aerator platform handrails and horizontal section of aerator
piping were determined by CECS to require additional attention and,
therefore, were not coated. The additional handrail and aerator piping
work will be performed by others.
This work is associated with the following tank:
1,000,000- Gallon Ground Storage Tank
95' -0" 1 D x 19' -0" SWD
(Crom Tank No. 1964 -M -013)
CROM ENGINEERING Cr CONSTRUCTION SERVICES, INC.
13801 SW Archer Road - Gainesville, Florida 328D8 •352 -548 -3349 • Fax 352 - 548 -3449
2011 -S -071 — Change Order Proposal No. 3 B December 28, 2011
Sanford, Florida Page 2
2. QUOTATION
We are prepared to carry out this work in accordance with the foregoing for the
following pricing:
Deduct Painting of Handrails & Horizontal Aerator Pipe: ($250.00)
Final payment, including any changes in contract amount, shall be made within 30
days of the completion of the work. Final payment shall not be held up because of
delays in testing. Owner shall pay CECS interest at 12% per annum on any overdue
amounts.
3. ACCEPTANCE
This change order is offered for your acceptance. The return to this company of a
copy of this change order proposal with your acceptance endorsed thereon within the
time aforesaid will constitute a contract between us. This change order shall be made
a part of the original contract agreement.
Sincerely,
CROM ENGINEERING & CONSTRUCTION SERVICES, INC.
Kyle J. Monroe Jeff D. Malpass, P.E.
Project Manager President
lnlj
ACCEPTED
SIGN: Original Contract Value: J76,570.00
PRINT: Net Previous Change Orders: 5 9$ , 0.00
TITLE: Value C.O.P. No. 3: ($250.O
DATE: New Contract Value: $82220.00