Loading...
1722* Stage Door II Change order 2�C iso — VT,PY" R „, .r za„ t u..... v. Monday, October 05, 2015 -D To: City Clerk RE: Stage Door II Inc- Change Order No. 2 Increase PO 33473.8 IFB 12/13 -11 Sanford Ave Streetscape Project 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 Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest /Signature ❑ City Attorney /Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies Special Instructions: Record keeping – original contract Mo.r4v-t, Orrato-vtierc cj�v- .1 From < T:\Dept_forms \City Clerk Transmittal Memo - 2009.doc 10 S-, 2,-6) 1-S� Date 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 /PURCHASErrERMS.HTML COPIES TO: VENDOR ` ORIGINATING DEPARTMENT PURCHASING &hl DATE: 07/17/13 PURCHASE ORDER PO NUMBER 033473 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 , DATE CHG : 12/02/13 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, FL32772 VENDOR NO:'. 11710 : TO: .SHIP TO:; STAGE, DOOR-ii INC CITY OF�SANFORD 3050 DEE ST ,. APOPKA;'FL 32703 LOCATIONS- ANDQUANT.ITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B;DESTINATION BID OR QUOTATION NO ". : REQ_ UISITION NO. �- UNLESS OTHERWISE INDICATED 09/30/13. NET /30 °` ACCOUNT. NO.: PROJECT NO.: , SEE BELOW NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED'UNLESS'AUTHORIZED BY THE PURCHASING: MANAGER'- CITY OF SANFORD UNITOF ITEM 140' DESCRIPTION QUANTITY ISSUE ". UNIT COST =`EXTENDED COST * CHANGE ORDER, 1 CONSTRUCTION SERVICES FOR SANFORD 962703.62 NA 1:00, 962703.62,. AVE ST � IFB 12kEETS.CAPE /13 =1`1 Reduce PO for an ODP ;City Electric � $52, 324`;P033786 ' - saving 'of O'O'Sales`Taxes. ,$'2,,964 'Redu'ce Line' item' No....1 ;cRA account. _. ------------ - - - - - - - * SHIP INC INSTRUCTIONS ** 300 N. PARK-` AVENUE -TO: SANFORD, FL, 32771 2 -------------------------------- STORMWATER UTILITY WORK °SANFORD 163354:`00 --------- NA ------------------ L: 00 1633541 :.00 AVE ----------------------------------- SHIPRING, INSTRUC --------------- IONS * .. ---------- 300 N..PARK AVENUE -TO: SANFORD, FL'' 32771 APPROVED BY: APPROVED BY: PURCHA CIT ANA 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 /PURCHASErrERMS.HTML COPIES TO: VENDOR ` ORIGINATING DEPARTMENT PURCHASING � DELIVER BY TERMS F,.O .lB.lDESTINATION, BID OR _QUOTATION N0. I - REQUISITION NO.. UNLESS OTHERWISE INDICATED 09/30111- NET/3b 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 :., : Fk_* ic9:* �c* 9r�c* �F* ic* * it *�cit`k9c9:ir *iric * *•k * * *4r`. ... ', _ �.; .; ., * * CHANGE ORDER * -3 C€1NSTRUCTION = SERVICES..FOR SANFORD','-' :00" 00 .00 AVE ST REETS.CAPE ------------------------—----------- SHIPI ING °,INSTRUC IONS * . '3'0 0 N_ PARK AVENUE :% `'` TO : SANFORD; "FL`s 32 "771` � 4 --------------------------------------------------------------- _ PALUCCI PARK WOR K, .. -, 3.0933.,00 -NA , 1.00 30933..00 -----------------------—------------ SHIP ING INSTRUCTIONS --------------------- * *' 300 N.'PARK.AVENUE TO: SANFORD,, FL 32771. ; 5 ------------------------—---------------------- UTILITY WORK .00 I--,--- 00 ------- .00 * * *� SHIPI ING'INSTRUC, IONS 300 N.,;PARK AVENUE,,, TO: SANFORD, AFL 32771 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:U WWW. SANFORDFL. GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING 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:6WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE(CERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING 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 WILCBE'ALLOWED UNLESS AUTHORIZED BY THE PURCHASING. MANAGER - CITY,OF SANFORD ITEM'NO. ' ` DESCRIPTION .. QUANTITY -: UNIT OF' ISSUE UNIT COST EXTENDED COST 9c �k ** *:FAY *4t is 9cic*�c * *ir 4 * CHANGE ORDER ;6 °CHANGE'=ACCT� CODE SEE "LINE 5 ,FUR`= 387550.`fl0 NA L.00 .'18%550.00 DETAILS -- - - - - - - - - - - - - - - - - - - - -- * ** SHIPI - -- ING`INSTRUC IONS ** 30,0, N`. `' PARK, '..AVENUE �: TO. SANFORD;' 'FL' 32771 7 ADDED BRICK DELIVERY, 10000'.0.0 �:NA 1:00,,.x.10000.00 --------------- -- - - - - -- * * * SHIP l - -- ING 'INSTRUC LIONS* 8 0 0' FULTON'STREET TO: SANFORD, ..'FL . 32771 8 ----------------- - - - - -- ADDED -BRICK PLANTERS & BOX ----- - - - - -- 132170.00' - - - -- NA - - -, 1:00 13270.00 MARKERS -- - - - - - - - - - - - - - - - - - -- SHIP,- - -- -- INGINSTRUC IONS, �* 800 FULTON'STREET. TO: SANFORD ,- ' FL::, '3 27,71 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:6WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE(CERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. , REQUISITION NO. UNLESS OTHERWISE INDICATED 0.9/30/13 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 ITEM NO. DESCRIPTION QUANTITY: UNIT OF ISSUE UNIT COST EXTENDED COST ic"** *kkirkirk*k*k•icir�kk *k�i *:Yk7Y is *�rkirkkkk. ... , ,. * : CHANGE ORDER . > ,• - 9 UTILITY 'ITEMS,. ADDED, WATER MAIN:- 112265:00 NA 1::00 112265.00- WM' REMOVAL-; - TAPPING SLEEVE VALVE `,' ' LINESTOPS , ' THRUST,RETRAINT AND CAP ETC... INCREASE,PO <'33473 CHANGE:ORDER NO 1.IFB 12/13 -11 'SANFORD AVE STREETSCAPE PROJECT; Reduce `,PO'for �170,306:26'for'ODP Brick AMerica zn the amount of $142,613.16 and Tremron $27,692.48 PO'33811 & 33810 ;P033810 Tax= Savings of $7,294.18 - Taxes.savings of- $1,464.48 PO 33811 Reduce " PO in the amount ,'of $195,001.50 tax saving of $11,901.50 PO,# 33812; ------------ ----- - - - - -- * ** SHIP - - - - - -- ING INSTRUCTIONS` ** 800 FULTON•.STREET TO.- SANFORD, FL :32771 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: /1WWW.SANFORDFL'.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DELIVER BY TERMS - F.O.B. DESTINATION' BID OR QUOTATION NO. _; REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET /301 PROJECT NO.: ACCOUNT No.: -SEE BELOW :. NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY "." . ' .. ISSU ISSUE UNIT COST UNIT ;EXTENDED COST ., CHANGE-ORDER 10 SEE;,LINE- ITEM,NO. 3,FOR�DETAII,S " 549105:40 "NA 1 00: 549]05.00 - CHANGE ' ACCT CODE, ----- -- - - - - - - - - - - - - - - - - . * *. �SHlPl ----- - - - -.. ING INSTRUCTIONS-, 800, FULTON- `STREET" " TO: SANFORD ; 'FL ` 32771' 11- ------------ ----- - - - - -- CRA PORTION, >SANFORD AVENUE ----- - - - - -- 17583.34 - - - -- NA.,, - -- 1:00 17583.34 - S.TREETS CAPE . .. . INCREASE PO 33473 ----------------- - - - - -- * SHIP --- - ----- ING INSTRUCTIONS 800.FULTON,STREET TO: SANFORD,'FL 32771 12 ---------- ,--------- - : - - --7 STORMWATER PORTION`SANFORD.AVE ----- - - - - -- 1817.12 -- -- NA - - - - -. 1.00 1817.12 STREETSCAPE' ------- - - - - - - - - - - - - * ** SHIP -- - - - - -- ING INSTRUC IONS * *' 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: /1WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMSHTML ' COPIES TO: - VENDOR ORIGINATING DEPARTMENT PURCHASING DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO.. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30'/13 ''' -NET/ 3 0 — ACCOUNT: NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITYrOF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF .IS SUE UNIT COST , :, - EXTENDED COST * CHANGE ORDER a. — -------- — -- - — - — — — — — — - — ' j * ** SHIP, I — — — — — — — IN INST R UCT 1 ONS: ** 800 FULTON STREET TO •,, = 'SANFORDi.FL 327,71 13 - - - -- — ---------- - - - - --—------------ REC IMPACT FEE'PORTION`SANFORD 4044'.08 - - - - — `NA - - - -- T00. 404.08 AVE STREETSCAPE -- — — - . - — — - — — — — -- — — - - — — — — — * * SHIPI - - - -- ING -- INS`I'RUC IONS 800 'FULTON:�STREET j TO':.: SANFORD! FL` 32771 — 14 ------------—-------- 2ND.GEN PORTION,SANFORD AVENUE 42138.38 - - - -- NA.` 1.00 42138.38 STREETSCAPE IFB 12/13 -11 CHANGE' - ORDER NO. 2 ITEM -NO. l WCD #2 REMOVE LINE 'ITEM '` #.58 `FROM 'PAY APPLICATION AND PROVED; COST FOR INSTALLATION. ITEM' NO,. 2 ' WCD #5 PROVIDE _COST FOR -` INSTALLATION OF.. 5 HERITAGE' SEAT ;MARKERS. ITEM -`NO: 3 'WCD #6 —ADD> SEAT WALL TO 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:U INWW SANFORDFL. GOV/ DEPARTMENTS /PURCHASEITERMS.HTML COPIES TO: VENDOR' ORIGINATING DEPARTMENT PURCHASING 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 HTTPiIIWWW. SANFORDFL .GOVIDEPARTMENTSIPURCHASE(CERMS HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 07/17/13 PURCHASE ORDER PO NUMBER 033473 CITY OF SANFORD CHANGE # 8 P.O. BOX 1788 DATE CHG : 12/02/13 PURCHASING OFFICE: 407.688.5030 (360 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.: 858012621681 C -8 . P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11710 TO: SHIP TO: STAGE DOOR II INC CITY OF SANFORD 305'0 "DEE 'ST -, APOPKA, -FL 32703 LOCATIONS AND 'QUANTITIES SPECIFIED FOLLOWING ITEM 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 ITEM NO. DESCRIPTION QUANTITY, UNIT OF ISS 'LIE . ' UNIT COST EXTENDED COST * "CHANGE . ORDER ----- - - - - - - - - - - - - - - - - - - * ** SHIP -- ING'INSTRUC IONS ' ** -800 FULTON STREET_ TO: SANFORD,'FL` 32771 15,.,UTILITY ----------------- LINES,ADDED - - - - -- ----- - - - - -- 1616.43 - - -- NA 1.00' 16.16.43 ----------------------- * ** SHIP ING INSTRUC IONS ** 800 FULTON. STREET TO: SANFORD,' FL' 32771 --------------- ----- - - - - -- - - - -- SUB TOTAL;. 209`6379.97 TOTAL 2096379:97 ------------------------ EQ /ACCT DATE. - - - - -- - -- REQ._`BY -- - - - - -- - " PROJECT AMOUNT ------------------- --------- 060063828 ' 07/09/13 - - - - -- ROBERT BEA, ----- - - - - -- L - - - -- CW :002 9 2703: 62 56010855263.00 000063828 X07/09/13 ROBERT BE ._ L :CW 002 1 3354.00 0240455416300 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:RWWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR < ORIGINATING DEPARTMENT PURCHASING 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 ITEM NO. DESCRIPTION- QUANTITY ANTITY U�NIT'OF ISSUE UNIT COST EXTENDED COST CHANGE ORDER . - .----- ,. - - - - -- - ----------- EQ %ACCT DATE - - - - - - - - - REQ. BY - - - - - - - - - -. PR JECT`; `11MOUNI' - - - - - -- - - -- ------- - - - 000063.828 67/09/13 - -- - - - - - -- ROBERT BEL_ - - - -- - - - -- CW L01 02, 00 _.. 40475416390 - 000 063828= . 07/09/13 ROBERT BE A L ,CW0020933 .00 �� 3240485726300 000063828. 07/09/13 ROBERT BE ,L`.� CW 002 5245305364600 3828 12/02/13 RYAN OSSOWICLKI CW L 002; 11E 75501.0,0 5245305366300 00,0064161. ,01/29/14 ROBERT-B L CW L 002 0000.00 36404 75416390 000064161 01/29/14 ROBERT,BEARL CW 002 3270.00 56'01085526300 ` 000.064161'_01/29/14 ROBERT B L ' CW 002 ` 1. 2265.00 5245305366300 3828 02/18/14 RYAN/CINDY- CW 002 54 9105.00 . 56.010855263.00 "B 000064901 `08/28/15 ROBERT EARL CW Lb 02 7583'.34 5601085526300 „- 000064901° =08`/28/15 'ROBERT BE AIL CW L 002, ,: - 1:817.12 02404554163`00 00`0'064`901 08/28/ 15 ROBERT BEAI L CW 002 4044`..08 3240485726300 00006490f: 'b8/28/15 ROB ERT.,B L CW,002 ` 2138.38 3'6404754163;00 � - � 000064901 08/28/15 ROBERT -,BE . L CW ,062. 1616..43 5245305366300. 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 /PURCHASECTERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING EMIUL PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor 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 PO. 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 Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor'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 PO. 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 PO 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 with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor 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 PO 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 manufacturers' 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 purchase 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 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 assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor 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 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 accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this purchase 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 shall not assign this PO, any rights under this PO 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. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 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 PO 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 shall perform the obligations of this PO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor'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 PO and adjust payment accordingly to comply with the PO. Payment will be made only to the Vendor identified on the PO and for received and accepted goods /services. The City sha It have right at any time to set -off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor 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 PO. 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 PO involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Purchase Order, immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, 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 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's applicable literature relevant to the purchase. The Vendor 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 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 List. 23. In compliance with 8 U.S.C. Section 1324a(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 PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO 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 Purchasing Dept., Tel 407.688.5028 or 407.688.5030 Fax: 407.688.5021 Finance Dept 407.688.5020 SECTION 00626 CERTIFICATE OF SUBSTANTIAL COMPLETION 00AV Project Title Sanford Avenue Streetscape _ Bid No. IFB 12/13 -11 Owner: City of Sanford. Florida _ Contractor: Stage Door II Agreement Date: June 25 2013 This Certificate of Substantial Completion applies to all work under the Contract Documents or the following specified parts thereof if construction is phased by contract: ISSUED TO: Contractor: Stage Door II, Inc. 3050 Dee Street Apopka, FL 32703 The work to which this Certificate applies has been inspected by authorized representatives of Contractor and Owner and that Work is hereby declared to be substantially completed in accordance with the Contract Documents on: 8.28.2014 Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of Contractor to complete and warrant all the Work in accordance with the Contact Documents. All items on the list shall be completed or corrected by Contractor within 30 days of the above date of Substantial Completion. This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligations to complete the Work in accordance with the Contract Documents. Executed by City of Sanford on 8.28.2014 Date 00626 -1 IFB 12/13 -11 Sanford Ave. Streetscape City of Sanford Representative: (Signature) Robert Beall, Project Manager (Printed Name and Title) Contractor accepts this Certificate of Substantial Completion on ?. ?. /y Date Contractor: Stage Do By: (Signature) 7 (Printed Name and Title) 11re- END OF SECTION 00626-2 IFI3 12/13-11 Sanford Ave. Streetscape ll-t4 I r WS X RMX Item No CITY COMMISSION MEMORANDUM 15 — 140.D AUGUST 24, 2015 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Robert Beall, Operations Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Approval of Change Order No. 2 for the S rd Avenue Streetscape Project STRATEGIC PRIORITIES: ® Unify Downtown & the Waterfront ® Promote the City's Distinct Culture ❑ Update Regulatory Framework ® Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of Change Order No. 2 to Stage Door II, Inc. for the Sanford Avenue Streetscape Project QFB 12/13 -11) is requested. FISCALISTAFFING STATEMENT: The total funding requested is an amount not to exceed $129,667.96 and is available from the CRA's project budget and the City's 2nd Generation funds account for contingency which was approved by City Commission on June 24, 2013. BACKGROUND: The Sanford Avenue Streetscape project was substantially completed in August 28, 2014 and staff has been finalizing closeout documents to include bonds, as -built drawings and final lien releases for all subcontractors and vendors on the project. Per the original interlocal agreement with the Sanford Community Redevelopment Agency, contingency funding is available through the 2 °d Generation fund and Sanford Community Redevelopment Agency Capital Budget accounts. The $129,667.96 is for unmarked utilities such as an old abandoned gas line that had to be removed in order to install new water lines, add -on items, design changes from staff during construction, and site conditions that warranted changes in the plan documents. Other charges were for rental of light towers for public safety and contractor overtime hours for working weekends and completing the project ahead of the project schedule. Staff has concluded that no claims should be made against contractors as a result of such changes. LEGAL REviEw: The City Attorney has reviewed and has no legal objection to this matter as presented. e =_ k� q' •:T CN 'r--i y~t .i m:Andrea Youna FaxlD:Morse Aaencv Date:313112014 9:17:40 F'M Paae:3 of 4 STAGDOO -01 AYOUNG CERTIFICATE OF LIABILITY INSURANCE DAT£(M 3/31!122D0114 4 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY'AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the poilcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Morse insurance Agency, Inc 1000 Wekiva Springs Road Longwood, FL 32779 NAME CT Jennifer Jennings pa"c N E.t ; 407 8694200 A/c No): 407) 862 -7656 E -MAIL ADDRESS:jjennings@morseagency.com INSURER (S) AFFORDING COVERAGE NAIC 0 INSURER A: National Trust Insurance Co 20141 INSURED Stage Door A Inc 3050 Dee Street Apopka, FL 32703 INSURERB:FCCI Insurance Group 10178 INSURER C : INSURER D: INSURER E: INSURER F ..� . ...............:, eery. GUVCKALsLS t.crtiirP Kic 1\u1r.u_n. — THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR A TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR X POLICY NUMBER GLOO16179 MMIDDNYY 0410112014 Po MWDD P 04/01/2015 LIMITS EACH OCCURRENCE $ 1000.00 PREMISES Ea occurrence s ,00 MED EXP (Any one person) $ 5,00 22,000,00 PERSONAL 8 ADV INJURY 3 0,40 GENERAL AGGREGATE $ GEWL AGGREGATE LIMIT APPLIES PER POLICY ❑ PRO- JECT FI LOC PRODUCTS - COMPIOPAGO $ 2,000+04 OTHER: AUTOMOBILE LIABILITY C a aecmentSiNaLE LIMIT S 1,004,44 BODILY INJURY (Per person) s A X ANY AUTO ALLOWNED SCHEDULED AUTOS NON OWNED HIRED AUTOS AUTOS X CA0023745 0410 112014 04/0112015 BODILY INJURY (Per accdenQ S ROPER YR AMAGE eracddenf S S A X UMBRELLAUAB EXCESS LiAR X OCCUR CLAIMS -MADE UMS0016349 04/01/2014 04101/2015 EACH OCCURRENCE $ 1,044,00 AGGREGATE s 1,040,40 O STATUTE ER $ DED I X I RETENTION $ 10,000 WORKERS COMPENSATION E.L. EACHACCIDENT' S AND EMPLOYERS' LIABILITY ANY PROPRtETORIPARTNERIEXECUTIVE Yj N 1 OFF)CERIMEMBEREXCLUDED? L_) (Mandatory in NH) NIA E.L. DISEASE -EA EMPLOYE $ E.L. DISEASE - POLICY UMrr $ Scheduled 851,30 13 !tyres, describe under DESCRIPTION OF OPERATIONS below Equipment Floater CM0007489 04/0112014 04/0112015 DESCRIPTION OF OPERATIONS i LOCATIONS t VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) City of Sanford is Included as an additional insured with respects to the General Liability policy as required by written contract on a primary and non - contributory basis and Auto Liability. 30 days notice of cancellation with 10 days for non- payment of premium. Umbrella follows form. L& City of Sanford Attn: Purchasing Manager PO BOX1788 Sanford, FL 32772 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1W - i7oo -Lu __". v..+-.. ay... . _....a.... . ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Change Order No. Project Title Bid No. Owner: Contractor: Agreement Date: SECTION 00860 CHANGE ORDER FORM 2 Sanford Avenue Streetscape IFB 12113-11 City of Sanford Stage Door 11 June 25, 2013 Rm u, I 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 (2) Current Contract Price (Adjusted by Previous Change Orders) (3) Total Proposed Change in Contract Price (4) New Contract Price (item 2 + Item 3) (5) Original Contract Time (6) Current Contract Time (Adjusted by Previous Change Orders) (7) Total Proposed Change in Contract Time (8) New Contract Time (item 6 + Item 7) (9) Original Contract Substantial Completion Date (10) New Contract Substantial Completion Date 00860-1 $2,324,615.00 $2,016,159.17 $ 129,667.96 $2,145,827.13 275 Days 342 Days 75 Days 417 Days April 1, 2014 Oct 24, 2014 ITEM 4 Description of Change: WCD #7; Provide pricing for installation of a cap of the baffle box on E 211 Street. Reason for Change: During construction, it was noted that the proposed baffle box was going to be in conflict with the new waterline installation in the edge of the E 21d St right-of-way. City Staff had the engineer relocate the structure into the east bound section of E 2nd Street. The additional cap over the baffle box is to ensure the baffle box withstanding heavier truck traffic that frequents this roadway. Change in Contract Price: $2,139.92 Change in Contract Time: I day ITEM 6 Description of Change: WCD #8; Change irrigation mainline pipe to Schedule 40 pipe. Reason for Change: The Utility Project Manager recommended increasing the mainline irrigation pipe to Schedule 40 pipe. The Schedule 40 pipe is stronger and less likely to break under pressure fluctuations. Change in Contract Price: $2,040.00 Change in Contract Time: NIA ITEM 6 Description of Change: WCD #9; Replace structure S-9 Reason for Change: Plans called for using the existing structure S-9 on E 3rd Street during realignment of the stormwater line. Contractor found that the existing structure was too small and damaged to receive the new pipe. Staff recommended installation of a new structure at this location. Change in Contract Price: $3,000.00 Change in Contract Time: 10 days 00850-3 ITEM 11 Description of Change: WCD #14; Provide Light Towers Reason for Change: FPL removed the streetlights early in the project and the area was too dark at night for the Sanford Avenue Business Owners. Staff requested the contractors provide light towers to light the area at night. This items was not part of their scope of services. Change in Contract Price: $8,747.46 Change in Contract Time: NIA Vf#T11W1J Description of Change: WCD #15; Overtime Hours Reason for Change: During construction City staff noted that there were a lot of unknown utilities in the ground that was delaying the project and that the amount of weather days was affecting the project. City staff asked that the contractor work on the weekends to make up time on the project and provide cost for this work. Change in Contract Price: $30,947.71 Change in Contract Time: N/A ITEM 13 Description of Change: WCD #16; Remake Seat Cube Tops Reason for Change: Christine Dalton contracted a sign company to sand blast the seat tops to note the heritage of the corridor. The initial approved tops had too much stone aggregate which would chip out during the sandblasting process. New tops had to be fabricated with a polymer grout which made the tops stronger and preferred for the sandblasting. Change in Contract Price: $6,000.00 Change in Contract Time: 10 days Yi#1T1KV Description of Change: Additions/Deletions for Line Item Field Changes Reason for Change: During the project there were several line item changes completed due to field conditions such as additional curbing, replacement of a storm structure (existing structure too old and damaged to keep in place), deletion of 24" storm line, Utility line item changes, etc. Change in Contract Price: $35,942.87 Change in Contract Time: NIA 00850-5 ATTEST (SECRETARY) (CORPORATE SEAL) ATTEST CYNTHM PORTER, CITY CLERK DATE (SEAL) For use and reliance of the Sanford City Commission only. Approved as to form and legality William L. Colbert, City Attorney CONTRACTOR DATE CITY OF SANFORD Jeff Triplett, Ma PRINTED NAME/ BY (SIGNATU DATE END OF SECTION 0850 -7