Loading...
1443 Core Construction W/O # TCCC11/12PURCHASING DEPARTMENT TRANSMirrm. MEMORANDUM TO: Mayor/City Clerk RE: The item(s) noted below is/are attached and forwarded to your office for the following action(s): LI) F -I Development Order Mayor's signature M Final Plat (original mylars) c etc F� Letter of Credit F_J,-I�enderring rSafe ./Rendering F� Maintenance Bond (Vault) F-1 Ordinance F-1 ❑ Performance Bond -B-6—nd- --Rayrnent-B 0 n Resolution E] City Manager Signature z:1 ❑ Z City Clerk Attest/Signature Once completed, please: F-1 Return originals to Purchasing F-1 Return copies El Special Instructions: Return to Purchasing when executed by Mayor and City Clerk k (,q- ( Dp L/ From TADept–tbrms\City Clerk Transmittal Memo - 2009.doc 11/1/0 I bate DATE: 11/01/11 PURCHASE ORDER PO NUMBER 032660 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.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 8864 TO: SHIP TO: CORE CONSTRUCTION GROUP,INC CITY OF SANFORD PO BOX 550009 800 FULTON STREET ORLANDO, FL 32805-0009 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12_ NET/30 62953 - -_ PROJECT NO.: ACCOUNT NO.: 136-4047-541.63-84 RS0706 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 1 SPEED TABLES - RAISED CROSSWALKS 100000.00 NA 1.00 100000.00 CITYWIDE TRAFFIC CALMING PROJECT CITY WIDE SUB TOTAL 100000.00 TOTAL 100000.00 APPROVED BY- .�;� �PURCHfAdihbXENT APPROVED BY: X441 /CITY MANAGE 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:/fWWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING EXHIBIT A WORK ORDER FORM Work Order Number TCCC11/12 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: B01 1707.11 SR02 Dated: 10/2012010 Contract/Project Title Traffic Calming (Speed Tables/ Raised Crosswalks) Solicitation No: IFB 09/10-26 ISanford Project No. RS0706 Purchase order No. Consultant/Contractor: Core Construction Consultant/Contractor's Business Address, Phone Number, Fax Number and E-mail Address P.O. Box 550009, Orlando, F1 32855-0009 407.428.9566 Fax: 407.201.2624 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS/PLANS/SPECIFICATIONS X FIXED FEE BASIS SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS -LIMITATION OF FUNDS PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT X WO TERMS AND CONDITIONS TIME FOR COMPLETION: 350 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ 100,000 Dollar Amount Written Out: One Hundred Thousand------------------- — -- – ------ _____00/xx In Witness Where of, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City through its City Commission taking action on 10/24/11 and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT/CONTRACTOR ATTEST: EXECUTION: Signature, Carpo to Officer Sig attire, Corporate President pwaetl' tz tO/ I bA-vla Izotz -'ecol-0110,0 44A ( Pez - (V Corporate Officer Printed Name, Title and Date 'Corporate President, Printed Name and Date, CITY OF SANFORD Si 6ture, Purchasing Manager Purchasing ManNer, Prirft6d t4ame and Date Signature,Oity Clerk to Mayor al/l I City Clerk, Printed Name,6nd Date Mayor, lbrinted Name and Date Revised: 1-6-2011 WORK ORDER TERMS AND CONDITIONS Execution ofthiallorkOnderbvthe CITY �shall serve ooauthorization 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," to that certain Agreement cited on the face of this Work Order which is incorporated herein by reference asifithad been set �nom� conditions and requirements obahsd in the listed out in its entirety and �e further delineated m �Ua aPeoono' y���ULT/\NT/�{]NTF0\�TC�Fln�d|pnzvd�oeid documents which are attached hereto and made a part hereof.The C�/ ` ~~ goods and/or services pursuant to this Work Order, its attachments and the above -referenced Agreement If this Work Order conflicts with said Agreement, the Agreement shall prevail. TERM: ^ This work order shall take effect on the date ofits execution by the CITY and expires upon final delivery, inepection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein. METHOD OF COMPENSATIOAk 0 FIXED FEE BASIS. If the �m n is based on o "Fixed Fee Basis,"thenthe`' (�[�/���Lj[T��NT/C[�yj-[RA��T(��� shall perform all mmd< required by this Work Order for the Fixed Fee Amount indicated asthe Work Order Amount. The fixed feel keaDall-inclusive Firm Fixed Price binding the CONSULTANT/CONTRACTOR to complete the work for the Fixed Fee Amount regardless ofthe costs of performance. In no event shall the CONSULTANTICONTRACTOR be paid more than the Fixed Fee Amount " (T\K8EBASIS VV|THANOT TUEXCEE�}/\KAOUNT.ifthe co[npensadooisbased ona''Ti0eBasis K8�bnd ` ' with Not -to -Exceed Amount than tho[>ON8ULlQANT7CONTRACTOR shall perform all work required bvthis \�orkOrder for aeurnnot exceeding the amount ind�abadosthe VVorkOrder Amount. |nnoevent is �~tha CONSULTANT/CONTRACTOR authorized to incur expenses exceeding the Not -To -Exceed Amount without the express written consent ofthe CITY. Such consent will normally beiDthe form ofan amendment tothis Work order. The CONS i]LTAN7/C[}Nl[R/\CTOR'ecompensation shall bebased on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. "~° (iii) . ~ � BASIS WITH A LIMITATION ()F FUNDS AMOUNT. If the compensation is based on e "Time Basis Method" ' with a Limitation of Funds Amount, then the amount identified as the Work Order Amount ~stbeLimibs�onofFundsamountwh�hahaUnotbeexceedadvx�hout 'orwh�enapproval ofthe becomes oppnn/e|' � given by the C|TY, will indicate o new Limitation of Funds amount.Tha ~'''' CONSULTANT/CONTRACTOR shall advise the CITY whenever the CONSULTANT/CONTRACTOR has incurred expenses nnthis Work Order that equals orexceeds eighty penceMt(8O%)ofthoLi[ndationof 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. The CITY shall make hothe CONSULT Rklstrict accordance with the payment terms of the Agreement It is expressly understood by the CONS ULTANT/CC}NTRACTORthat this Work Order, until executed by the CITY,does not outhohzethe pe�onnanmaofany services bxtho(�{}N0ULT�`�JT7{�[�0TF�\CTO/��and that the QTY. prior to bo its execution of the Work Order, reserves ' the right to authohze a party other than the CONSULTANT/CONTRACTOR to perform the services called for under this Work Order if it is determined that to do ooksinthe best interest nfthe CITY. The CONSULTANT/CONTRACTOR ah�| axec�efh�V0o� O��fi�t�d �e CITY second. This Work ex�out� by CITY Acopy ofthis executed VVork(�rdeF O[��Fbec�nne��f�/c�v��nd��d}O0�pon- o� ^ � . along with a Purchase Order will be forwarded to the CONSULTANT/CONTRACTOR at the completion of that action. It is noted that thp-Purchase Order Number must be indicated on all invoices germane to the Work Order. o`' |\ �7 h/ ~ T' � ~J0/ WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the ContractorNendor/Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the aCity". The term "City" is used in a broad's.ense 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/Contractors 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. kk 01. to .4 tD dL 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/Contractors name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; 0 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/Contractors 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 per 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. Secfion1324a(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. ,,,pr 4 1, okk 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 0 " , �) " 0 \0 YaMA WS RM X Item No. 6 - CITY COMMISSION MEMORANDUM I I- 187.G OCTOBER 24, 2011 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Jeffrey J. Davis, Senior Inspector SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Approval of Procurements for Concrete S ices ices SYNOPSIS: Approval of three procurements for concrete services is requested. FISCAL/STAFFING STATEMENT: Funds in the amount of $550,000 are requested and are available in the Fiscal Year 2011/12 budget from Second Generation One Cent Sales Tax account. BACKGROUND: Three procurements totaling $550,000 are requested for Core Construction Group, Inc., contract # B01 1707.115802 and are divided as follows: $250,000 sidewalk repair, $200,000 new sidewalk construction an LEGAL Rpvww: Assistant City Attorney prepared and approved the current contract and extension to year 2013. RECOMMENDATION: It is staff's recommendation that the City Commission approve all three procurements for concrete services with Core Construction Group, Inc. for the total amount $550,000. SUGGESTED MOTION: "I move to approve all three procurements with Core Construction Group, Inc. totaling $550,000 for concrete services." W WE i:=moi 0 C`l IF