HomeMy WebLinkAbout1606*Killebrew Inc. RFQ 11/12-02 Change order 7t 1( 6
S71t-, �N� , Wednesday, Januar , 13 e.
�-—1877—`7 7.
r
PURCHASING DEPARTMENT r
TRANSMITTAL MEMORANDUM
To: City Clerk
RE: kIebevJ 5nC. O r`� e
,
%i
pI5,Q . bua,i--.0-7 ciA9 - • •- ifita-
I
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
Development Order I I Mayor's signature
Final Plat(original mylars) I I Recording
Letter of Credit : ..r.-' .=
_ Maintenance Bond ® Safe keeping(Vault)
Ordinance 2 S-•ut Cit . a-_er
Performance Bond [ I Payment Bond
I I Resolution I I City Manager Signature
❑ I I City Clerk Attest/Signature
Once completed,please:
Return originals to Purchasing
Return copies
II
Special Instructions:
Marisol Ordonez /1.-p-7.-L,
From Date
T:\Dept_fonns\City Clerk Transmittal Memo-2009.doc
DATE: 01/02/13 PURCHASE ORDER
PO NUMBER 033224
CITY OF SANFORD CHANGE # : 2
P.O. BOX 1788 DATE CHG: 04/02/13 .
PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE na:i
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.: 11849
TO: SHIP TO: L.°
KILLEBREW, INC CITY OF SANFORD x
PO BOX 6258 300 N. PARK AVENUE U
LAKELAND, FL 33807-6258 SANFORD, FL 32771
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
**********************************i{
* *
* CHANGE ORDER *
*
**********************************4
1 METER REPLACEMENTS AT THE . 00 . 00 . 00
FOLLOWING LOCATIONS:
PAGE SCHOOL, MARINER VILLAGE AND
TWO METERS
ON SEMINOLE COUNTY BLDG AND MED
ART BLDG
STATE REVOLVING LOAN DW159120
2 SEE LINE ITEM NO. 1 FOR DETAILS 113675 . 00 NA 1 . 00 113675 . 00
CHANGE ACCT CODE
3 WATER QUALITY IMPROVEMENT 127129 . 00 NA 1 . 00 127129 . 00
PROJECT
RFQ 11/12-02; LARGE METER
INSTALLATION FOR
VARIOUS LOC"mT( MC - 1 AT MAPTNFR
VILLAGE, 3
SEMINOLE CC kT
MEDICAL ART
BUILDING. . .CHANGE ORDE OrJ\lki : OTAL-T 240804 . 00
AL 240804 . 00
APPROVED BY:
I� �.✓ �/ APPROVED BY:
PURCHASIN arGENT CITY MA GER
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
DATE: 01/02/13 PURCHASE ORDER -
PO NUMBER 033224
CITY OF SANFORD CHANGE # : 2
P.O. BOX 1788 is
DATE CHG: 04/02/13
PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE C
ACCOUNTS PAYABLE:407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. , 'd
P.O.BOX 1788 CN
FACSIMILE:407.688.5021 FLORIDA TAX EXEMPT NO.:858012621681C-8 SANFORD,FL 32772 C`,1
VENDOR NO.: 11849 "
ill
TO: SHIP TO:
KILLEBREW, INC CITY OF SANFORD
PO BOX 6258 300 N. PARK AVENUE
LAKELAND, FL 33807-6258 SANFORD, FL 32771
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
**********************************.
* i
* CHANGE ORDER '`
* i
**********************************i
REQ/ACCT DATE REQ. BY PROJECT AMOUNT
0000063577 12/18/12 MIGDALIA HERNANDEZ DWL103 . 00
45245305366300
63577 04/02/13 RYAN OSSOWSKI DWL103 113675 . 00
45245305366303
4000064083 11/19/13 M HERNANDEZ DW1103 127129 . 00
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/PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
PROJECT NO. IFB 10/11-10
r4
SECTION 00850
CHANGE ORDER FORM
Change Order No. 1
Project Title Water Quality Improvement Project
Bid No. RFQ 11/12-02, PO 033224, Requisition No. 63577
Owner: City of Sanford
Contractor: Killebrew, Inc.
Agreement Date: January 2, 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 $4,000,000.00
(2) Current Contract Price (Adjusted by Previous Change Orders) $4,000,000.00
(3) Total Proposed Change in Contract Price $127,129.00
(4) New Contract Price (Item 2 + Item 3) $4,127,129.00
(5) Original Contract Time 360 Days
(6) Current Contract Time (Adjusted by Previous Change Orders) 360 Days
(7) Total Proposed Change in Contract Time 90 Days
(8) New Contract Time (Item 6 + Item 7) 450 Days
(9) Original Contract Substantial Completion Date November 1, 2013
(10) New Contract Substantial Completion Date February 1, 2014
00850-1
PROJECT NO. IFB 10/11-10
CHANGES ORDERED
ITEM 1 —Large Meter Installation
Description of Change: Five large meter installation (1 at Mariner Village, 3 at Seminole
County Building; and 1 at the Medical Art Building)
Reason for Change: Under the SRF Agreement No. 590120, the City requested $1,577,388.60
to purchase AMR meters hardware from Municipal Water Works. All obsolete residential and
commercial meters are part of this meter exchange proposal. To save SRF funds, the original
plan was to perform meter exchanges in-house. City staff was able to complete all small meter
installations (3/4" to 2"). However, due to lack of skills and necessary equipment for the large
meters installation, the City decided to contract-out the large meter installation. As Killebrew's
agreement and Bid solicitation (attached) includes all services associated with the City's Water
System CIP, the City decided to use them for large meter installation. The price for each large
meter installation is negotiated using established procedures under Killebrew's Agreement and
installation guidance from the AMR meter approved hardware vendor (Municipal Water Works).
Payment and Construction Bonds are in place for the $4,400,000 (attached).
The final work completion date issued to Killebrew, Inc. under the Notice to Proceed is
November 1, 2013. During the large meter field installation review, it was noticed that the
majority of these large meters are not meeting the State Plumbing Code and/or pipe rehab is
needed to accommodate new meter. As a result, each meter will have to be re-design and
approved by the City's Utility Engineer before construction. The original contract time did not
provide for time for the City and Contractor to review sites in field, prepare draft construction
drawings, review/modify drawings, and approve drawings for construction of meter assemblies.
Change in Contract Price: 127,129.00
Change in Contract Time: 90 days
CHANGE ORDER SUMMARY
Change in Change in
No. Description Contract Price Contract Time
1 5 large meters installation 127,129.00 90 days
TOTAL 127,129.00 90 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
00850-2
PROJECT NO. IFB 10/11-10
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.
00850-3
PROJECT NO. IFB 10/11-10
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. 77
ATTEST: 4' L-L-r-a )
Contractor n
L -- ��1'1�1 5 i - JJ�aM0/4) u�
(Secretary)Secreta Printe• ame and Title of Offic-
r
Date :y (Signature)
`Q/3D /3
(Corporate Seal) Date
ATTEST: (`k'(/ C( `1 Ur_%
1
Owner iatt6eoy�e.
Hawyr.
(Signs ure) Printe Name and Titl
/G
Date By (Sig ture)
//// f/JJ
(Seal) Date
END OF SECTION
00850-4