Loading...
1359 D & A Building Services1359 1877 = Eli vw v2_ PURCHASING DEPARTMENT r,. TRANSMI MEMORANDUM To: City Clerk/ City Manager RE: D &A Building Work Order # 2010 -10 -11 -101 The item(s) noted below is /are attached and forwarded to your office for the following action(s): ■ ■ ■ ■ ■ ■ ■ Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return original ❑ Return copy El Special Instructions: Execute work orders ❑ Mayor's signature El Rec endering (� l Q L�j Safe keeping (Vault) Payment Bond ® City Manager Signature ® City Clerk Signature Please advise if you have any questions regarding the above. Thank you! Clerk Transmittal Memo - 2009.doe Date EXHIBIT A WORK ORDER FORM Work Order Number 2010 -10 -11 -101 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: N/A Dated: December 1, 2010 Contract/Project Title IFB 07108 -23 ISanford Project No. I Purchase Order No. 032222 D & A Building Services, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Numberm and E -mail Address 321 Georgia Avenue, Longwood FL 32750 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 TIME FOR COMPLETION: 9/30/2011 Days of the effective date of this Work Order Effective date- this Work Order: 10/7/2010 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: $ $49,200. — Dollar Amount Written Out: Forty nine thousand two hundred dollars In Witness Whereof, the parties hereto have made and executed this Work Order on the respective da es unde each signature: The City taking action on the day of C f� and the Consultant/Contractor by and through its duly authorized corporate officer havina4fie full and com lete authori to execute same. ATTEST' CONSULTANT /C RACTOR Signature gna e, Corporate President KATHY SARABASA /EXECUTIVE VICE PRESIDENT ALBERTO SARABASA /PRESIDENT Corporate Officer (printed name and title) Corporate President, Printed Name Date: 12/2/2010 ATTEST: CITY OF SANFORD l Janet Dougherty, City Clerk Thooffs George, m4im City Manager Date: ? !� EXHIBIT "A "(page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori- zation 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," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they had been set out in its entirety and as further delineated in the specifications, conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and /or services pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail provided however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY. TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery, inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein, provided however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directe to do so by the CITY METHOD OF COMPENSATION: (i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not -To- Exceed Amount without the express written consent of the CITY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANT /CONTRACTORSs compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. The CONS ULTANT /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. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms of the above - referenced Agreement. It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order. DATE �O CERTIFICATE OF LIABILITY INSURANCE 3/23/20 10 sRO� (407) 833 -8998 FAX: (407) 833 -3909 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Stahl Associates Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 605 Crescent Excecutive Court ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. suite 112 Lake Mary FL 32746 INSURERS AFFORDING COVERAGE NA8 # NSURED INSURER A: Ameri sure Insurance CO 19488 3 & A Building Services, Inc. INSURERB:AMerisure Mutual Ins Co 23396 3 & A Window Cleaning Services, Inc INSURERC:Massachuse Bay Insurance 22306 321 Georgia Avenue INSURER D: r.nnerwnnd FL 32750 INSURER E: OLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO TWITHST ANY THE P MAY PERTAIN, THE INSURANCE AFFORDED BY ANY POLICIES DESC BED HEREIN I F N S SUBJECT ALL THE TERMS, EXCLUSIO SAND CON ITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ISR DD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS TYPE OF INSURANCE EACH OCCURRENCE S 1,000,000 G GENERAL LIABBJTY N N $ 50,000 POLICY X PRO- LOC AUTOMOBILE L LIABILITY C COMBINED SINGLE LIMIT $ $ 1,000,000 X A B A ANY AUTO CA2061437 4 4/1/2010 4 4/1/2011 B BODILY INJURY $ $ SCHEDULED AUTOS • H HIRED AUTOS B BODILY INJURY $ $ • N NON -OWNED AUTOS PROPERTY DAMAGE $ $ AUTO ONLY - EA ACCIDENT $ $ GARAGE LIABI A OTHER THAN EA ACC S S _ _ EXCESS I UMBRELLA LIABILITY E EACH OCCURRENCE $ $ 9, 00 0,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN E.L EACH ACCIDENT f ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYE f (Mandatary In NH) K es, descrte under E.L. DISEASE - POLICY LIMIT S SPECIAL PROVISIONS below C OTHER3rd Party Crime DJ 1838083 4/1/2010 4/1/2011 Clients' Property $500,000 D I Pollution Liability 00049600 12 IU ZUV:! I 1;4 J.V sViV - - -- - -- DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES EXCLUSIONS ADDED BY EN60RSEMENT I SPECIAL PROVISIONS Certificate holder is shown as additional insured with regards to general liability per the blanket additional insured endorsement CG748 0304 if required by written contract. Automobile additional insured is also included. (407)688 -5083 City of Sanford Public Works Department 300 N. Park Avenue Sanford, FL 32771 ACORD 25 (2009101) INS025 poo9ol) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO $0 $HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, IT$ AGENTS OR AUTHORIZED REPRESENTATNE Robert Bo wles /DOOLEY ®1988 -2009 ACORD CORPORATION. All rights r eserved. The ACORD name and logo are registered marks of ACORD .; . 9 1 0 , City of Sanford, Florida WS X RM X Item No. CITY COMMISSION MEMORANDUM 08- OCTOBER 27, 2008, AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Marc Hultin, Manager, Parks and Grounds Operations Division SUBMITTED BY: Sherman Yehl, City Manager SUBJECT: Cemetery Landscape Maintenance Contract Award SYNOPSIS: Request for Commission approval for the Sanford Municipal Cemetery Landscape Maintenance Contract for FY 08 -09. FISCALISTAFFING STATEMENT: Funding in the amount of $49,200 for the Landscape Maintenance Contract for the Sanford Municipal Cemetery is available in the Parks & Grounds Division Other Contractual Services of the FY 08/09 budget. BACKGROUND: Bids for Bid # IFB 07/08 -23 for landscape maintenance services at the Sanford Municipal Cemetery have been reviewed and tabulated. The results of the review indicate a recommended award to D & A Building Services, Inc., being the lowest responsive and a responsible bidder. The contract is structured for an award of one year with two one year renewal options. LEGAL REVIEW: Using a contract shell developed by the City Attorney. RECOMMENDATION: It is staff's recommendation that the landscape maintenance contract for Sanford Municipal Cemetery be approved in the amount of $49,200. SUGGESTED MOTION: "I move to approve the award of Sanford Municipal Cemetery Landscape Maintenance bid in the amount of $49,200 to D & A Building Services Inc."