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