Loading...
1352* Core ConstructionPURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: Mayor /City Clerk C �r fw' :: LE Cwt OD RE: Work Order No. 13STCCGI , (F& 0 0111 D— a� / 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, plea (--- Return original Return copy Special Instructions: Need executed signatures (both parties). ® Mayor's signature ❑ Recorder ❑ Payment Bond — ❑ City Manager Signature — � ® City Clerk Signature Please advise if you have any questions regarding the above. Thank you! 0 A# From Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number 13STCCGI CITY OF SANFORD FLORIDA Master Agreement/ContractNumber: Dated: 10/22/2010 Contract/Project Title 13th Street road Reconstruction Project Solicitation No: ISanford Project No. 10JPAS Purchase Order No. Consultant/Contractor: Core Construction Group Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 1126 Division Avenue, Suite C, Orlando, FI 32805 Ph. 407.428.9566 Fax. 407.428.9584 email. ccgifl @yahoo.com ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS X JFIXEDFEEBASIS 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 WO TERMS AND CONDITIONS TIME FOR COMPLETION: 240 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: $ 50,000 Dollar Amount Written Out: Fifty 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 the a ( (y I2O I 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: 01/f Signature, Corpo ate Officer gidnatde, Corporate President kAji 2 R(912 - .5CERF[1Qrz -pl -ZS -20 S\/CD f141DE12 - D1- ZS- Zol! Corporate Officer Printed Name Title and Date Corporate President Printed Name and Date CITY OF SANFORD i;e� ' Sig turd, urchasi g Manager /'' /] W1 [ - Q01 /, Purchasing Manager, P ' ted N and Date Zi Signature, Clerk i e, M r Jeff 7r iplett 2/23/2011 City Clerk, Printed me and Yate Mayor,/Printed Name and Date Revised: 1 -6 -2011 N, wS RM x Item No. CITY COMMISSION MEMORANDUM 'I 'I -- 020.E FEBRUARY 'I4, 20'I 1 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY Jeffrey J. Davis, Senior Inspector SUBMITTED BY: Thomas George, Interim City Manager S UBJ ECT: Approval of Procurements for 13'' Street Road Rehabilitation Services. SYNOPSIS: ppr val of three procurements to reconstruct 13'' Street between 17 -92 and Sanford Avenue is requested. FISCALISTAFFING STATEMENT: The requested amount of $202,000 is available from the Street Division Capital Improvement Fund in the Fiscal Year 2010/11 budget. BACKGROUND: Three Procurements are included in the identified project, which require City Commission approval: $74,000 to Asphalt Recyclers Inc. for full depth asphalt reclamation, $78,000 to The Middlesex Corporation for in place asphalt services and $50,000 to Core Construction Group Inc. for concrete curb and sidewalk repair. Competitive requirements have been met by piggyback agreements per Seminole County Contracts IFB- 6000806-10 and IF13- 600562 -09. Also, the concrete curb and sidewalk work is included in City of Sanford contract resulting from IFB 09/10 -25. LEGAL REVIEW: Applicable piggyback contracts and the City of Sanford contract were prepared by the City Attorney. RECOMMENDATION: It is staff's recommendation that the City Commission approve the three Procurements. SUGGESTED MOTION: � C0 "I move to approve the three recommended procurements in the amount of $74,000 to Asphalt Recyclers Incorporated, $78,000 to The Middlesex Corporation and $50,000 to Core Construction Group Incorporated."