Loading...
1590* Ed Waters & Sons PO 33457.1 Chg order 2 69,6 'it- 1 1 swo 1,JR1tj k Friday,November 14, 2014.,..,,C—1877—'1 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: Ed Waters & Sons Contracting PO 33457.1 Change Order no. 2 US 17-92 Riverwalk Phase II IFB 12/13-15 The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit n Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Ma 1-i4o-1, OroLo +I'� I ��( 7 From l l `D ate T:\Dept_forms\City Clerk Transmittal Memo-2009.doc DATE: 07/01/13 PURCHASE ORDER p0 NUMBER 033457 CITY OF SANFORD CHANGE # : 1 P.O. BOX 1788 DATE CHG: 10/13/14 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 32772 VENDOR NO.: 11949 TO: SHIP TO: ED WATERS & SONS CONTRACTING, CITY OF SANFORD 3375 AGRICULTURAL CENTER 300 N. PARK AVENUE DR. , SANFORD, FL 32771 ST AUGUSTINE, FL 32092 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 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 UNIT COST EXTENDED COST * * CHANGE ORDER * **********************************.A 1 CONSTRUCTION SERVICES FOR SANFORD 4923470 . 82 NA 1 . 00 4923470 . 82 RIVERWALK PHASE II; IFB NO. 12/13-15 (1) . BASE BID, FROM FRENCH AVENUE TO THE HOSPITAL WHICH INCLUDES AN IMPROVED PARKING AREA LOCATED AT THE FORMER POLICE BENEVOLENT SITE, PEDESTRIAN BRIDGE, LANDSCAPING AND LIGHTING. (2) . ALTERNATE ONE, WHICH EXTENDS THE RIVERWALK TO TERWILLIGER LANE NEAR REGATTA SHORES APARTMENTS. (3) . ALTERNATE TWO, WHICH IS A SHORT SEGMENT FROM THE ZOO TO THE I-4 RIGHT-OF-WAY. 2 APPROVAL OF CHANGE ORDER NO. 2 267608 .21 NA 1 . 00 267608 .21 ADDING 84 MORE DAYS TO COMPLETE THE SANFORD RIVERWALK PH II CANTILEVER DECK AND IMPROVEMENTS LOCATED ADJACENT TO CENTRAL FL REGIONAL HOSPITAL IS BEING REQUESTED. . . SUB-TOTAL 5191079 . 03 TOTAL 5191079. 03 ' APPROVED BY• --/ � % APPROVED BY: / PUR' IG AGENT / CITY MA GE. 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 DATE: 07/01/13 PURCHASE ORDER p0 NUMBER 033457 CITY OF SANFORD CHANGE # : 1 P.O. BOX 1788 DATE CHG: 10/13/14 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 32772 VENDOR NO.: 11949 TO: SHIP TO: ED WATERS & SONS CONTRACTING, CITY OF SANFORD 3375 AGRICULTURAL CENTER 300 N. PARK AVENUE DR. , SANFORD, FL 32771 ST AUGUSTINE, FL 32092 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 ACCOUNT NO.: 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 **********************************'F * * CHANGE ORDER * **********************************, REQ/ACCT DATE REQ. BY PROJECT AMOUNT 0000063817 06/25/13 ROBERT BEALL PWL101 4923470 . 82 31040475416300 63817 10/20/14 CATHY LOTEMPIO/BI PWL101 267608 . 21 31040475416300 APPROVED BY: APPROVED BY: PURCHASING 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/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING Stiff0190 1871777 1 PUBLIC WORKS DEPARTMENT MEMORANDUM To: Bill Smith, Purchasing Manager FROM: Cathy LoTempio, Fiscal Technician DATE: October 8, 2014 RE: Increase Purchase Order Please increase Purchase Order 33457 to Ed Waters & Sons Contracting Co. in the amount of $267,608.21 using account number 310-4047-541.63-00 with Project Code PW1101. This increase is due to adding (84) contract days to complete the Sanford Riverwalk Phase II cantilever deck and improvements located adjacent to the Central Florida Regional Hospital. City Commission approved this item on 7/14/14. The new total for the purchase order is $5,191,079.03. Please contact me if you have any questions. Thank you. ib.8. veo 7fNFO1thItem No. CITY COMMISSION MEMORANDUM 14-- 124.0 JULY 14, 2014 AGENDA To: •norable May. .nd Members of the City Commission PREPARED BY: Robert Beall, Proje,t Manager SUBMITTED BY: : ° :• • =•• s arte,Jr., City Manager SUBJECT: Approve Change Order#02 to Ed Waters an ons Contracting Co. SYNOPSIS: Approval of Change Order #02 to Ed Waters and Sons Contracting Co. (EW&S) in an amount not to exceed $267,608.21 and adding 84 contract days to complete the Sanford RiverWalk Phase II cantilever deck and improvements located adjacent to the Central Florida Regional Hospital is being requested. FISCAL/STAFFING STATEMENT: Funds for Change Order #02 in the amount not to exceed $267,608.21 are requested and are available through project funds from the Seminole County's Cost Share Funds for the Sanford Riverwalk Phase II project. BACKGROUND: Central Florida Regional Hospital requested certain enhancements which include a cantilevered overlook be added in front of the hospital. City staff as well as Seminole County agreed with the enhancements and CPH Engineers were directed to design such improvements. These enhancements will help to better identify the new entrance of the Hospital along Seminole Boulevard and add a future crossing to the RiverWalk. The requested additional funds and days requested were negotiated by City Staff, CPH and the contractor to facilitate completion of this portion of the project. LEGAL REVIEW: The City Attorney has no legal objection. RECOMMENDATION: It is staff's recommendation that the City Commission approve Change Order #2 to EW&S in the amount not to exceed $267,608.21, and 84 additional contract days for the completion of Sanford Riverwalk Phase II project. SUGGESTED MOTION: "I move to approve Change Order #2 to Ed Waters and Sons Contracting Co. in the amount not to exceed $267,608.21, and 84 additional contract days for completion of the Sanford Riverwalk Phase II project." Attachment: Change Order# 2 US 17-92 RiverWalk Phase II SECTION 00950 CHANGE ORDER FORM Change Order No. 002 Project Name: US 17-92 RiverWalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) 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 $ 4,923,470.82 (2) Current Contract Price (Adjusted by Previous Change Orders) $ 4,923,470.82 (3) Total Proposed Change in Contract Price $ 267,608.21 (4) New Contract Price (Item 2 + Item 3) $ 5,191,079.03 (5) Original Contract Time 305 Days (6) Current Contract Time (Adjusted by Previous Change Orders) 305 Days (7) Total Proposed Change in Contract Time 84 Days (8) New Contract Time (Item 6 + Item 7) 389 Days (9) New Contract Substantial Completion Date August 24th, 2014 FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-1 06-25-2014 SPECLIB040811 DATE: 07/01/13 PURCHASE ORDER PO NUMBER 033457 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.:858012621681C-8 P.O.BOX 1788 SANFORD,FL 32772 VENDOR NO.: 11949 TO: SHIP TO: ED WATERS & SONS CONTRACTING, CITY OF SANFORD 3375 AGRICULTURAL CENTER 300 N. PARK AVENUE ST AUGUSTINE, FL 32092 SANFORD, FL 32771 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET/30 63817 ACCOUNTNO.: 310-4047-541. 63-00 PROJECTNO.: PW1101 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER-CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF UNIT COST EXTENDED COST ISSUE 1 CONSTRUCTION SERVICES FOR SANFORD 4923470 .82 NA 1.00 4923470 .82 RIVERWALK PHASE II• IFB NO. 12/13-15 (1) . BASE BID, FROM FRENCH AVENUE TO THE HOSPITAL WHICH INCLUDES AN IMPROVED PARKING AREA LOCATED AT THE FORMER POLICE BENEVOLENT SITE, PEDESTRIAN BRIDGE, LANDSCAPING AND LIGHTING. (2) . ALTERNATE ONE, WHICH EXTENDS THE RIVERWALK TO TERWILLIGER LANE NEAR REGATTA SHORES APARTMENTS. (3) . ALTERNATE TWO, WHICH IS A SHORT SEGMENT FROM THE ZOO TO THE 1-4 RIGHT—OF—WAY. SUB—TOTAL 4923470.82 TOTAL 4923470 .82 APPROVED BY: 41111 r-si--4160-!/.dle- APPROVED BY: / ■ ljC..f'`" PURCHA ,G A I T / CITY MAN / R 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.GOVIDEPARTMENTSIPURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING US 17-92 RiverWalk Phase II CHANGES ORDERED ITEM 1 Description of Change: Additional Work Authorization for the construction of Cantilevered Structure adjacent to the Central Florida Regional Hospital per Work Change Directive No. 07 Reason for Change: Contract modification to include additional improvements to the Sanford RiverWalk Phase I I Project at the request of City Staff. Change in Contract Price: $267,608.21 Change in Contract Time: 43 Days ITEM 2 Description of Change: Contract Time Extension to account for accumulated project Weather Days, Holidays, and/or Special Event days that the Contractor was unable or not allowed to continue construction activities per FDOT Specification requirements Reason for Change: Standard Contract Time extension for non-compensatory contract day adjustments to account for days that the Contractor was not allowed or able to perform Construction activities due to the weather conditions, Holidays, or special events. Change in Contract Price: $0.00 Change in Contract Time: 41 Days ITEM 3 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-2 06-25-2014 SPECLIB040811 US 17-92 RiverWalk Phase II CHANGE ORDER SUMMARY No. Description Change in Change in Contract Price Contract Time 1 WCD No. 07 — Hos.ital Cantilevered Structure $ 267,608.21 43 Da s 2 WCD No. 10 —Weather, Holiday & Event Adjust. $ 0.00 41 Days TOTAL $ 267,608.21 84 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. FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-3 06-25-2014 SPECLIB040811 US 17-92 RiverWalk Phase II 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 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./� WITNESS to CONTRACTOR: ED Vvu„'tre.2—c ) l 5ms 714. G Contractor ■i A A K-L £y1bf-24161-- P - l Pri d NO e and Title of Officer Date (By..(Sig .,ture) Io(Z<-f)l./ Date (Corporate Seal) - ATTEST: City of Sanford Owner ae�L %2 c�z het t,�i�o2 • (Sign ture) � 1 Printed Na and Ti - Date By (Si gnat r:5 Y ( 9 N (Seal) Date END OF SECTION FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-4 06-25-2014 SPECLIB040811 US 17-92 Riverwalk Phase II SECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0010 Project Name: US 17-92 Riverwalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 101h, 2013 (Notice to Proceed August 151, 2013) Effective Date: June 251h, 2014 Description of Change: Contract Time extension to account for rain days, holidays, and/or event days as recorded by the City throughout the Construction period. Reason for Change: City and FDOT Construction Project Administrator have maintained records of the days that the Contractor has been unable to work due to holidays, adverse weather conditions, and/or special events throughout the project. The attached logs/records are provided for justification of the proposed Contract Period Extension. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $ 0.00 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. FPIN: 430913-1-58168-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12113-15 00945-1 2014-06-03(Revised 2014-06-25) SPECUB040811 1 US 17-92 Riverwalk Phase 11 Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below X Other (Contract Administrator's Contract Time Adjustment Letters) Estimated change in Contract Time = 41 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: /. 4°.‘;‘,., /44/400.---) ‘;47/15/ CPH, Inc. Date Executed By: 61pz7�,f- Owner' Aurlrized Representative Date /s) '+ ( ZS' ILI Contraefor'i Authorized Representative Date END OF SECTION FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No.IFB 12/13-15 00945-2 2014-06-03(Revised 2014-06-25) SPECLIB040811