Loading...
1216* Reiss Engineering IFB 10/11-10 1166 e.z. u,± VITOM -I w �yOHllj� Wednesday, July 30, 2014 0 ti PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM .--:. Clerk To: Ci tyC1 e / RE: Reiss Engineering Inc IFB 10/11-10 Water Improvement Project CIP Change Order No. 1 Increase PO 33606-1 The item(s) noted below is/are attached and forwarded to your office for the following action(s): I I ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Record'• ❑ Letter of Credit ❑_- Ren I ering ❑ Maintenance Bond E Safe ' -= • s . . S El Ordinance a ■- ;. • anage ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Makiso-G Ordo-tr&z. , I From w Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc DATE: 10/24/13 PURCHASE ORDER PO NUMBER 033606 CITY OF SANFORD CHANGE $$ : 1 P.O. BOX 1788 DATE CHG: 07/15/14 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.:858012621681C-8 P.O. BOX 1788 SANFORD,FL 32.772 VENDOR NO.: 10661 TO: SHIP TO: REISS ENGINEERING, INC CITY OF SANFORD 1016 SPRING VILLAS POINT 300 N. PARK AVENUE SUITE 2000 SANFORD, FL 32771 WINTER SPRINGS, FL 32807 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/14 NET/30 64011 ACCOUNT NO.: 451-4520-536 . 31-00 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 UNIT COST EXTENDED COST **********************************i * * CHANGE ORDER * 1 PROJECT ADMINISTRATION 3890 . 00 NA 1 . 00 3890 . 00 SCOPE OF SERVICES ATTACHED 2 DESKTOP EVAL AND PROJECT 12480 . 00 NA 1 . 00 12480 . 00 DEVELOPMENT 3 DISTRIBUTION WATER QUAL AND 19500 . 00 NA 1 . 00 19500 . 00 ACTION PLAN 4 ORIGINAL AUX PLANT START UP OF 3800 . 00 NA 1 . 00 3800 . 00 4 .5 MGD WAS EX- pected. estimated starts up now expected to be lower at 2 .4 MGD Increase PO for $3 , 800 Change Order No. 1 SUB-TOTAL 39670 . 00 TOTAL 39670 . 00 • 4;7w.4r , • APPROVED BY: �////i�=� '�� / APPROVED BY: � � • / O�SI G '"T / CITY MA/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 PROJECT NO. IFB 10/11-10 SECTION 00850 CHANGE ORDER FORM Change Order No. One (1) Project Title Distribution Water Quality Action Plan Bid No. N/A Owner: City of Sanford, FL Contractor: Reiss Engineering Agreement Date: 06/19/2014 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Original Contract Price $ 35,870 (2) Current Contract Price (Adjusted by Previous Change Orders) $ N/A (3) Total Proposed Change in Contract Price $ 3,800 (4) New Contract Price (Item 2 + Item 3) $ 39,670 (5) Original Contract Time 60 Days (6) Current Contract Time (Adjusted by Previous Change Orders) N/A Days (7) Total Proposed Change in Contract Time 7 Days (8) New Contract Time (Item 6 + Item 7) 67 Days (9) Original Contract Substantial Completion Date N/A (10) New Contract Substantial Completion Date N/A 00850-1 PROJECT NO. IFB 10/11-10 CHANGES ORDERED ITEM 1 Description of Change: Reiss Engineering will evaluate the Water Quality Action Plan at a lower flow of 2.4 MGD from the Auxiliary Plant for startup and update results to the flushing schedule. Reason for Change: Original Auxiliary Plant start-up of 4.5 MGD was expected. Estimated start-up is now expected to be lower, at 2.4 MGD Change in Contract Price: $3,800 Change in Contract Time: 7 Days ITEM 2 Description of Change: N/A Reason for Change: N/A Change in Contract Price: N/A Change in Contract Time: N/A ITEM 3 Description of Change: N/A Reason for Change: N/A Change in Contract Price: N/A Change in Contract Time: N/A ITEM 4 Description of Change: N/A 00850-2 PROJECT NO. IFB 10/11-10 Reason for Change: N/A Change in Contract Price: N/A Change in Contract Time: N/A ITEM 5 Description of Change: N/A Reason for Change: N/A Change in Contract Price: N/A Change in Contract Time: N/A CHANGE ORDER SUMMARY Change in Change in No. Description Contract Price Contract Time 1 Evaluate WQ Action Plan at lower flow of 2.4 MGD $3,800 7 days 2 3 4 5 TOTAL $3,800 7 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract 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 Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order 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 Change Order. APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS 00850-3 PROJECT NO. IFB 10/11-10 The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: 4/SS 6-AltlA.,66.Z. i f/l1 G Contractor /-LL �/ - r r' ✓J rfc CA4i-14 A e6-�!"/ZccS/.4c�i1-f T 1S i�� .'I( cret�ryj Printed me and o O i/ et/ Iti 0-,e.t,te;4 Date By ignature) 07 o9 05/V (Corporate Seal) Date ATTEST: City of Sanford Owner /Q' Deputy City Manager, Tom George (Signature) VV Printed Name and Title --t —c 1,^ i 4 ure By Si Date Y ( g n ure) 2//V/74 (Seal) Date END OF SECTION I 00850-4 __ I r woiii 87K�� Item No. (0 • A CITY COMMISSION MEMORANDUM 14.1 13 JUNE 9, 20 14 AGENDA To: Honorable Mayor and Members of the City Corn ission Y Y PREPARED BY Cynthia Porter, City Clerk SUBMITTED BY: Norton N. Bonaparte,Jr., Ci y Manager SUBJECT: Consent Agenda SYNOPSIS: Approval of the consent agenda is requested. A. AWARD BID TO ESTEP CONSTRUCTION, INC. FOR THE CONSTRUCTION OF SIDEWALK BETWEEN PERSIMMON AVENUE AND COASTLINE PARK, IN AN AMOUNT NOT TO EXCEED$451, 165. SYNOPSIS: Approval of bid award to the lowest responsive and responsible bidder, Estep Construction, Inc. is requested. FISCALISTAFFING STATEMENT: The bid amount for Estep Construction, Inc. is $451,165 of which $422,747 is being reimbursed by the Florida Department of Transportation(FDOT) and the remaining amount is being funded through the Second Generation Sales Tax. BACKGROUND: The Local Agency Program (LAP) Grant project will complete 10-feet wide sidewalks and ramps that comply with the Americans with Disabilities Act and creates a connection on Persimmon Avenue from Southwest Road to West 8th Street and West 8th Street from Persimmon Avenue to Poplar Avenue connecting it to Coastline Park and the Goldsboro Trailhead. This will allow for pedestrians to get to their destinations safely. As this LAP Grant project is located within the Federal Highway System, certain aspects of the project are subject to FDOT regulations. This means that an FDOT certified contractor must be procured according to FDOT requirements and specifications. FDOT regulations for LAP projects require prequalification of contractors. The lowest bidder, Parthenon Construction Company, was not FDOT prequalified and was determined to be non-responsive under that criterion. Estep Construction is FDOT prequalified and, thus, is a responsive bidder under that criterion. RECOMMENDATION: It is staffs recommendation that the City Commission approve the award of IFB13/14-22 to Ferguson Enterprises and increase Purchase Order #33674 in an amount not to exceed $90,000 for the purchase of storm structures, manhole covers and grates. C. APPROVE INTERLOCAL AGREEMENT BETWEEN SEMINOLE COUNTY AND THE CITY OF SANFORD RELATING TO COMMUNITY BLOCK DEVELOPMENT GRANT PROGRAM ADMINISTRATION. (WS-4.A) SYNOPSIS: Approval of an Interlocal Agreement between Seminole County and the City relating to administration of the City's Community Development Block Grant program is requested. FISCAL/STAFFING STATEMENT: The U.S. Department of Housing and Urban Development (HUD) for Program Year 2013 (October 1, 2013 through September 30, 2014) has allocated $428,791 in CDBG funding and for program Year 2014 (October 1, 2014- September 30, 2015) has allocated $379,551 to the City of Sanford. There is 20% of the funding allocated each program year for program planning and administration. The 20% will be assigned to Seminole County. There will be no cost to the City for this program. BACKGROUND: In 2010 the City of Sanford became an entitlement community and ceased participation in the Seminole County Urban County Entitlement Jurisdiction. August of 2010 the City of Sanford submitted to HUD its Five-Year 2010-2014 CDBG Consolidated Plan and in October of 2010 HUD approved the Five-Year Consolidated Plan. As noted in Section 6 of the Consolidated Plan, Goldsboro and Georgetown neighborhoods are designated as the target areas. Upgrading the infrastructure (including the housing infrastructure) in the CDBG target areas is the major focus of the CDBG Program. Consequently, the majority of the CDBG funding has been and will continue to be directed to the City's target areas. The Plan committed 80% of the CDBG funding being expended to improve the quality of life for low income persons. The priorities and objectives stated in the Consolidated Plan are: • Rehabilitation and upgrade infrastructure in low income / moderate target areas (Goldsboro and Georgetown) • Make improvements to or develop new public facilities • Provide public services to low and moderate income residents • Provide for demolition and clearance of unsafe, vacant, and dilapidated structures • Provide opportunity for affordable housing, in-fill construction on cleared lots • Provide homeowner occupied housing rehabilitation to low and moderate income residents • Expand economic development opportunities for target area