HomeMy WebLinkAbout1530* Kilbrew15 36 �r
a
vpRi Monday, July 07, 2014
PURCHASING DEPARTMENT
TRANSMITTAL MEMORANDUM
To: City Clerk
RE: Kilebrew, Inc PO 33534.2 RFQ 11/12 -02 4th St Watermain Looping
Ph II CIP
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
Once
completed, please:
❑
Return originals to Purchasing
❑
Return copies
Special Instructions:
Bonds need to be recorded anditetlrri
to Purchasing attention
Marisol
Mo,r4o-L Orolo-v' e�
pq
From Date
T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc
FA
DATE: 09/03/13
IPURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 11849
TO:
KILLEBREW, INC
PO BOX 6258
LAKELAND, FL 33807 -6258
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
PO NUMBER 033534
CHANGE #: 2
DATE CHG,: 11/27/13
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
300 N. PARK AVENUE
SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/13
NET /30
63887
ACCOUNT NO.: 452- 4530 - 536.63 -03 PROJECT NO DW1104
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
* CHANGE ORDER
*
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
1
4TH ST WATERMAIN LOOPING PH 2
101380.00
NA
1.00
101380.00
CIP(RFQ 11/12 -02)
WATER TREAMENT PLANTS; WELL FIELDS
AND WATER
QUALITY. SRF LOAN DW159120
2
INCREASE PO FOR ADDITIONAL ITEMS
127070.00
NA
1.00
127070.00
Narcissus Ave Water Main
Looping;PSL 5; DW1104
See Scope of Services Phase 3;
1400 -ft of new 10"
North side of Narcissus Ave from
100ft East of
North Kennel Rd West to North
White Cedar Rd.
Reduce PO per Final Change Order
- $12,508.00
4th St Water Main PQL 14 final
adjustment... MH /PM
SUB
TOTAL
228450.00
TOTAL
228450.00
APPROVED
APPROVED BY:
�GF3�A8iNG AG� CITY M AGECS���„
ALL PACKAGES AND INVOICES ASSOCIATED W H THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER THE VENDOR RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF TH STANDARD TERMS AND CONDITIONS PROVIDED ON THE R VERSE SIDE OF THIS PURCHASE ORDER
AND A HTTP: //WVI/W.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML
PIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
CHANGE ORDER
Change Order No. 2 (Final)
Agreement Title: Water Quality Improvement Projects (CI P) - RFQ 11/12 -02 - DW59120
Project Name: Water Main Looping Projects - Phase 2 - 4th St. Water Main (PQL 14)
Owner: City of Sanford
Contractor: Killebrew Inc. (Vendor No. 11849, City P.O. No. X82)
P.O. Date: 9/3/13
This Change Order is necessary to cover changes in the work to be performed under
this Agreement. The Agreement, General Conditions, Supplementary Conditions, and
Technical Specifications contained in the Project Manual 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. Current Contract Final Completion Date
7. Total Proposed Change in Contract Time
8. New Contract Time (Item 6 + Item 7)
9. New Contract Final Completion Date
$ 113,888.00
$ 240,958.00
$ (12,508.00)
$ 228,450.00
120 Days
120 Days
3/27/14
0 Days
120 Days
3/27/14
Water Main Looping Projects - Phase 2 - 4th St. Water Main CHANGE ORDER NO. 2 (FINAL)
Page 1 of 4
ITEM 1
Description of Change
Reason for Change:
Change in Contract Price
Change in Contract Time
ITEM 2
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 3
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
CHANGES ORDERED
Work Change Directive No. 1
See attached executed copy of Work Directive No. 1
$3,265.00
0 Days
Work Change Directive No. 2
See attached executed copy of Work Directive No. 2
$360.00
0 Days
Final Quantity Adjustment
Quantity revisions to reflect final installed quantities
($16,133.00)
0 Days
Water Main Looping Projects - Phase 2 - 4th St. Water Main CHANGE ORDER NO. 2 (FINAL)
Page 2 of 4
CHANGE ORDER SUMMARY
No.
Description
Change in Contract Price
Change in Contract Time
1
Work Change Directive No. 1
$3,265.00
0
2
1 Work Change Directive No. 2
$360.00
0
3
Final Quantity Adjustments
$16,133.00
0
TOTAL
$12,508:00
0 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
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.
Water Main Looping Projects - Phase 2 - 4th St. Water Main CHANGE ORDER NO. 2 (FINAL)
Page 3 of 4
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.
WITNESS to CONTRACTOR:
Date
ATTE T:
j` r
'4 44
(Signature) Gd f
Date
(Seal)
Killebrew, Inc.
Contractor
William C. Thomas, IV PhD, P.E. - President
Printed Name and Title o Office
By (Signature)
g11y/ ry
Date
(Corporate Seal)
City of Sanford
Owner
Thomas J. George - Deputy City Manager
Printed Name and Title
By (Signat e)
V67r// X
Date If
Water Main Looping Projects - Phase 2 - 4th St. Water Main CHANGE ORDER NO. 2 (FINAL)
Page 4 of 4
ATTACHMENTS
CHANGE ORDER NO. 2
CITY OF SANFORD
WATER MAIN LOOPING PROJECTS - PHASE 2 - 4TH ST. WATER MAIN (PQL 14)
CHANGE ORDER NO. 2 SUMMARY
CHANGE ORDER SUMMARY
No.
Description
Change in
Contract
Price
Change in
Contract Time
1
Work Change Directive No. 1
$3,265.00
0
2
Work Change Directive No. 2
$360.00
0
6
1 Final Quantity Adjustments
($16,133.00)
0
TOTAL
12,508.00)
_Days
M=M
Work Directive No.: I
Agreement Title- Water Quality Improvement Projects (CIP) - RFC 11112-02 - DW59120
Name of Project: Water Main Looping Projects - Phase 2 - 4th St. Water Main (PqL_14) _
Project No.: DW1 104
If a claim is made that the above chan 'ave affected 'Oontract, Price or Contract Time, any
e on
claim for a Change Order based will involve one of the following methods of
determining the effect of the chan
Water Main Looping Projects - Phase 2
4'h St Water Main Looping (PQL 14) WORK CHANGE DIRECTIVE NO, I
Page I of 3
Documentation - Change Order No. 2 - Iterr, 1 (PG. 'I of 3)
Method of Determining the Change In Contract Time
Contractor's Records
Engineer's Records
As Specified Below
NIA Other
Estimated change in Contract Time = 0 days. If the change involves an additional
increase, estimated time is not to be exceeded without further authorization.
Water Main Looping Projects - Phase 2
St. Water Main Looping (POL 14) WORK CHANGE DIRECTIVE
Page 2 of 3
Documentation - Change Order No. 2 - Item 1 (Pg. 2 of 3)
From: Ian Lund <Ian @killebrewinc.net >
Sent: Tuesday, October 29, 2013 9:56 AM
To: Morris, David
Cc- MIKE.WATSON@Sanfordfl.gov, Bowman, Katriina (P.E.); Rich Bushart
Subject: 4th Street Wet Tap
David,
The 6x6 tap price of $2,500 from the Celery project will not work out on the e street project. Per our discussion in the
*11,
'Yn the 4th St
field we did not dewater the Celery tap but had to out on Casa Marina. The dewatering of the w et V "
project will cost an additional $765.00 for a total of $3,265.00. Can I just add this item to the ka est or do we need
some formal work order?
• Well Points —40LF @ $11 / LF (10% Mark Up included
• I Day pump rental and gas - $325 / Day
W�
MAN=
Project Manager
Safety Director
Office — (863)701-0273
Fax - (863)701 -9204
www,killebrewinc.net,
E
z
Water Main Looping Projects - Phase 2
4th St Water Main Looping (PQL 14)
Page 3 of 3
Documentation - Change Order No. 2 - Item 1 (Pg. 3 of 3)
Contractor:
SECTION 00845
Water QualRy Improvement Projects (CIP) - RFQ 11112-02 - DW59120
Water Main LoODing Proiects - Phase 2 - 4th St. Water Main (POL 14)__
033534
City of Sanford
t V"
X.-�
Water Maln Looping Projects - Phase 2
41*h St Water Main Looping (POL 14) Page I of 2 WORK CHANGE DIRECTIVE NO.1
Documentation - Change Order No. 2 - Item 2 (Pg. I of 2)
Method of Determining the Change in Contract Time
Contractor's Records
Engineer's Records
As SpeciW Below
NIA Other
Estimated change in Contract Time = 0 jays. If the change involves an additional
increase, estimated time is not to be exceeded without further authorization.
Water Main Looping Projects - Phase 2
e St. Water Main Looping (POL 14) WORK CHANGE DIRECTIVE NO. 2
Page 2 of 2
Documentation - Change Order No. 2 - Item 2 (Pg. 2 of 2)
CITY OF SANFORD
WATER MAIN LOOPING PROJECTS - PHASE 2 - 4TH ST. WATER MAIN (PQL 14)
FINAL QUANTITY ADJUSTMENTS (CHANGE ORDER NO. 2 - ITEM 3)
NO.
DESCRIPTION
UNITS
CONTRACT I
QUANTITY
FINAL
INSTALLED
QUANTITY
QUANTITY
ADJUSTMENT
UNIT COST
CHANGE IN
TOTAL COS
4TH ST. WATER MAIN LOOPING (PQL 14)
Et
Mobilization
LS
1
0
$6,100.00
$0.00
E2
Maintenance of Traffic
LS
1
0
$1,265.00
$0.00
E3
Preconstruction Video
LS
1
0
$550.00
$0.00
E4
Erosion and Sediment Control
LS
1
0
$300.00
$0.00
E5
Silt Fence
LF
870
6
196
$2.00
$392.00
E6
Clearin and Grubbin
LS
1
0
$4,500.00
$0.00
E7
Fittin s
TN
0.56
0.02
$14,000.00
$280.00
E8
6" PVC or DI Water Main Open Cut
LF
730
64
66
$42.00
$2,772.00
EBA
B" PVC Water Main Open Cut
LF
20
14
6
$43.00
$258.00
E9
8" PE Water Main Directional Drill
LF
599
599
0
$60.00
$0.00
E10 .
E11
8 "x6" Tapping Sleeve and Valve
6 "x2" Service Saddle
EA
EA
1
1
0
1
1
0
$4,500.00
$900.00
$4,500.00
$0.00
E12
6 "xt" Service Saddle
EA
1
1
0
$900.00
$0.00
E13
Connect to Existing 2" Water Main
EA
1
1
0
$300.00
$0.00
E14
6" Gate Valve
EA
2
2
0
$1,100.00
$0.00
E15
Fire Hydrant Assembly
EA
1
1
0
$3,550.00
$0.00
E16
Air Release Valve
EA
1
1
0
$5,500.00
$0.00
E17
Blowoff Assembly
EA
1
1
0
$800.00
$0.00
E18
Install New 1" Water Service Line
LF
22
22
0
$29.00
$0.00
Connect New 1" Water Service to Existing Meter
EA
1
1
0
$600.00
$0.00
Open Cut Remove and Replace Asphalt Pavement
Tempos Jumper Connection
SY
EA
12
1
0
1
12
0
$50.00
$600.00
$6$0.00
$0.00
Soddin (St. Au ustine
SY
233
570
337
$3.00
$1,011.00
r
Soddin (Bahia)
SY
1173
627
546
$2.00
$1,092.00
han a Directive Items
Install 6 "x6" Ta in Sleeve andValve
pen ut Remove and Replace xistIng idewalk
EA
SY
1
8.0
1
8.0
0
0.0
$3,265.00
$45.00
$0.00
$0.00
Sub -total 4th Street Water Main Looping) ($8,883.00
NARCISSUS
AVE. WATER MAIN LOOPING (PQL 5
61
Mobilization
LS
1
1
0
$7,500.00
$0.00
B2
Maintenance of Traffic
LS
1
1
0
$3,200.00
$0.00
B3
Preconstruction Video
LS
1
1
0
$550.00
$0.00
B4
Erosion and Sediment Control -
LS
1
1
11235
0
$300.00
B5
Silt Fence
LF
1300
300
0
$2.00
$0.00
B6
Clearing and Grubbing
LS
1
1
0
$10,400.00
$0.00
B7
Fittings
TN
0.80
.34
0.46
$14,000.00
$6,440.00
B8
10" PVC or DI Water Main Open Cut
LF
1253
18
$45.00
$810.00
B9
10" PE Water Main Directional Drill
LF
149
149
0
$65.00
$0.00
B10
Remove Plug and Connect to Existing 12" Water Main
EA
1
1
0
$1,200.00
$0.00
B11
Remove Plug and Connect to Existing B" Water Main
EA
1
1
0
$1,200.00
$0.00
B12
10" Gate Valve
EA
2
2
0
$1,900.00
$0.00
B13
Fire Hydrant Assembly
EA
2
2
0
$3,550.00
$0.00
B14
Blowoff Assembly
EA
1
1
0
$800.00
$0.00
B15
B16
Tempos Jumper Connection
Remove and Replace Existing Hog Wire Fence
EA
LF
1
620
1
620
0
0
$550.00
$10.00
$0.00
$0.00
617
Sodding (Bahia)
SY
2200
2200
0
$2.00
$0.00
Sub -total (Narcissus Ave. Water Main Looping) ($7,250.00
OTAL $16,13100
Attachment - C.O. No. 2 W M Looping.xlsx Documentation - Change Order No. 2 - Item 3 (Pg. 1 of 1)
CONSENT OF SURETY TO FINAL PAYMENT
WE, United Fire and Casualty Company, having heretofore executed Performance and
Payment Bonds No. 54- 192177 for the Project known as Water Quality Improvement Projects,
in the amount of $4,400.000 hereby agree that City of Sanford, hereinafter referred to as
OWNER may make full payment of the final estimate of a portion of the bonded work, including
the retained percentage, to the CONTRACTOR, Killebrew, Inc.. This Consent of Surety
applies to the portion of the overall work known as the Water Main Looping Projects - Phase
2-4 th St. Water Main Logging (PQL 14). constructed under City Purchase Order No. P.O.
No. 033534, and included improvements as follows:
A. 4th St. Water Main (PQL 14) Construction of approximately 1300 -ft of new 6 " -8"
water main along the south side of 4th St. from Crescent Blvd. extending east to
unopened R/W (May River Ct.) and then south along the unopened R/W to the
Celery Key subdivision, connecting to existing 6" water main located on Casa
Marina PI.
B. Narcissus Ave. Water Main (PQL 5): At this location, approximately 1400 -ft of
new 10" water main is proposed along the north side of Narcissus Avenue from
100 -ft east of North Kennel Road west to North White Cedar Road.
The Surety concurs that full payment to the CONTRACTOR for the above identified portion of
the overall work is appropriate and the Surety expressly releases the OWNER from all liability to
Surety resulting from full payment to CONTRACTOR. It is fully understood that the granting of
the right to the OWNER to make payment of the final estimate to said CONTRACTOR and /or
his assigns, shall in no way relieve this surety company of its obligations under its bond, as set
forth in the specifications, contract and bond pertaining to the above project.
IN WITNESS WHEREOF, the United Fire & Casualty Company has
caused this instrument to be executed on its behalf by its Representative
and its duly authorized attorney in fact, and its corporate seal to be
hereunto affixed, all on this 6th day of May 2014
United Fire & Casualty Company
Surety Attorney -in -Fact & FL Licensed Resident Agent
Gloria A. Richards (407) 786 -7770
(Power of Attorney must be attached if executed by Attorney in Fact)
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was acknowledged before me this 6th day of May
2014 by Gloria A. Richards of
United Fire & Casualty Company (corporation), on behalf of the corporation, who is
personally known to me or has produced NSA (Type
of Identification) as identification and who did (did not) take an oath.
Water Main Looping Projects - Phase 2 CONSENT OF SURETY TO FINAL PAYMENT
Page 1 of 2
Sworn to and subscribed to before me this 6th day of May , 2014
u"d OyD m
(Signature)
Teresa L. Durham
(Print name) Notary Public in and for the County and State Aforementioned
My Commission Expires: 2/22/15
Notary Public State of Florida
Teresa L Durham
�.� a`' My Commission EE057514
OF FV° Expires 02/22/2015
Water Main Looping Projects - Phase 2 CONSENT OF SURETY TO FINAL PAYMENT
Page 2 of 2
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, GALVESTON, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Comppanies)l and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
LESLIE M DONAHUE, OR KIM E t3'iV OR JEFFREY W REICH, OR SUSAN L REICH, OR TERESA L DURHAM, OR PATRICIA
L SLAUGHTER, OR GLORIA A RICHARDS, OR OR DON BRAMLAGE, OR LISA ROSELAND, OR CHERYL FOLEY, ALL
INDIVIDUALLY of MAITLAND FL
their true and lawful Attomey(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $35,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies'as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney -in -fact.
CAS `",11111111 /l
°�" `u'ar% °" "iris " " "•, WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
�, , vice president and its corporate seal to be hereto affixed this 1 1 t h day of October, 2013
CORPORATE,' 2 Q O Q�,0
0 _ ; _ F CORPORATE e's E Q,: g Fo; __ UNITED FIRE & CASUALTY COMPANY
Zp kt :Z _ _ )ULV 27 :o-
SEAL SEAL Yc . 1986 ; = UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
Ip11111111 'hrUrurlpUP"1
By:
State of Iowa, County of Linn�`
Vice President
h , ss:
On 11th day of October, 2013, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
W., Judith A. Davis
Iowa Notarial Seal Notary Public
Commission number 173041 My commission a pires: 4/23/2015
My Commission Expires 4/23/2015
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of ITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In test}' o �^wh�ereof I have hereunt subscribed my name and affixed th corporate seal of the said Corporations
this SS�L day of ��� , 20�.
`` „$1/111111” `�pa1111l11p1 „
11,11 //1
us[y,; 4i,� � ^�,$�ND6a... /ip�� a� INSU. �,
g p T F%
k CORPORATE �e'-- 'C CORPORATE ,% .t.'2 DULY 2? ��':O=
n SEAL v • '� ° G'•. 1966 By.!'�'
SEAL y C, P '2
caTON ` "`V�` ���••
'11111111111`` '11111111111�� %,,,,,,,,r,rr,,,,1N,• Secretary, OF &C
Assistant Secretary, OF &I /FPIC
BPOA0049 0913
Bona No. 54- 20046i
Effective Dates 3/27/14 - 3/27/16
Executed in 1 Counterpart
MATERIAL AND WORKMANSHIP BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE Killebrew. Inc. , hereinafter referred to as "Contractor" and
United Fire and Casualty Co., hereinafter referred to as "Surety" are held and firmly bound unto _
City of Sanford , hereinafter referred to as the OWNER in the sum of ten
percent (10 %) of the Contract Price as adjusted under the Contract Documents. The Final
Contract Price is $228.450.00, therefore Contractor and Surety are held and firmly bound unto
OWNER the sum of Twenty -two thousand eight hundred forty -five and 00/100 Dollars
($22.845.00) for the payment of which we bind ourselves, heirs, executors, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has constructed certain improvements, including:
A. 4th St. Water Main (PQL 14) Construction of approximately 1300 -ft of new 6 " -8"
water main along the south side of 4th St. from Crescent Blvd. extending east to
unopened R/W (May River Ct.) and then south along the unopened R/W to the
Celery Key subdivision, connecting to existing 6" water main located on Casa
Marina PI.
B. Narcissus Ave. Water Main (PQL 5): At this location, approximately 1400 -ft of
new 10" water main is proposed along the north side of Narcissus Avenue from
100 -ft east of North Kennel Road west to North White Cedar Road.
These improvements and other appurtenances are for a certain Project known as
Water Main Looping Projects - Phase 2 — 4t'-' St. Water Main Looping (PQL 14), Narcissus
Ave. Water Main (PQL 5), constructed under Purchase Order No. 033534, and
WHEREAS, the aforesaid improvements were made pursuant to an Agreement and
subsequent Purchase Order No. P.O. No. 033534 dated 9/3/13 and filed with the Purchasing
Office of OWNER; and
WHEREAS, the Contractor warrants and guarantees to the OWNER that all work, labor,
materials, equipment and services furnished and performed has been done in a good and
workmanlike manner and is of the highest quality, free from defects; and
WHEREAS, Contractor is obligated to protect the OWNER against any defects resulting
from faulty Materials or Workmanship of said improvements and to maintain said improvements
for a period of two (2) years from the date of Final Completion under the Contract Documents,
which is March 27, 2014.
NOW THEREFORE, the conditions of this obligation is such that if Contractor shall
promptly and faithfully protect the OWNER against any Defects resulting from faulty Materials
and Workmanship of the aforesaid improvements and maintain said improvements for a period
of two (2) years from the date of Final completion, then this obligation shall be null and void,
otherwise it shall remain in full force and effect.
Water Main Looping Projects - Ph. 2 MATERIAL AND WORKMANSHIP BOND
Page 1 of 3
The OWNER shall notify the Contractor in writing of any Defect for which the Contractor is
responsible and shall specify in said notice a reasonable period of time within which Contractor
shall have to correct said Defect.
The Surety unconditionally covenants and agrees that if the Contractor fails to perform,
within the time specified, the Surety, upon thirty (30) days written notice from OWNER, or its
authorized agent or officer, of the failure to perform will correct such Defect or Defects and pay
the cost thereof, including, but not limited to engineering, legal and contingent costs. Should the
Surety fail or refuse to correct said Defects, the OWNER, in view of the public interest, health,
safety, welfare and factors involved, shall have the right to resort to any and all legal remedies
against the Contractor and Surety and either, both at law and in equity, including specifically,
specific performance to which the Contractor and Surety unconditionally agree.
The Contractor and Surety further jointly and severally agree that the OWNER at its option,
shall have the right to correct said Defects resulting from faulty Materials or Workmanship, or,
pursuant to public advertisement and receipt of Bids, cause to be corrected any Defects or said
Defects in case the Contractor shall fail or refuse to do so, and in the event the OWNER should
exercise and give effect to such right, the Contractor and the Surety shall jointly and severally
hereunder reimburse the OWNER the total cost thereof, including, but not limited to,
engineering, legal and contingent costs, together with any damages either direct or consequent
which may be sustained on account of the failure of the Contractor to correct said defects.
IN WITNESS WHEREOF, this instrument is executed this the 30th day of April
2014
ATTEST: Killebrew Inc.
CONTRACTOR
CfONTRAC OR Attesting Authority By: CONTRACTOR Signatory Authority
William C. Thomas, IV PhD, P.E. - President
Typed Name Typed Name and Title
2830 Winter Lake Rd.
(CORPORATE SEAL) Address
LIIAA-�'V L,r . Lakeland, Florida 33807
(Witness to CONTRACTOR) City, State, Zip
1-e, A iS c 1 e of 863- 701 -0273 863- 701 -9204
Typed Name Telephone No. Facsimile No.
Water Main Looping Projects - Ph. 2 MATERIAL AND WORKMANSHIP BOND
Page 2 of 3
=,L� X -
(SURETY) Secretary
Susan L. Reich
Typed Name
(CORPORATE SEAL)
�`i, ryt
Witness as to SURETY
Teresa L. Durham
Typed Name
SURETY
United Fire and Casualty Co.
SURETY
By:
Attorney -in -Fact & FL Licensed Resident Agent
Gloria A. Richards
Typed Name
P.O. Box 73909
Address
Cedar Rapids, IA 52407 -3909
City, State, Zip
(319) 399 -5700 (319) 399 -5425
Telephone No. Facsimile No.
NOTE: If Contractor is a joint venture, all venturers shall execute the Bond. If Contractor is
Partnership, all partners shall execute Bond.
IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570 as amended) and be authorized to transact business in the State
of Florida, unless otherwise specifically approved in writing by Owner.
ATTACH a certified Power -of- Attorney appointing individual Attorney -in -Fact for execution of
Bond on behalf of Surety.
Water Main Looping Projects - Ph. 2 MATERIAL AND WORKMANSHIP BOND
Page 3 of 3
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
• UNITED FIRE & INDEMNITY COMPANY, GALVESTON, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company – See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Comppanies , and having their corporate headquarters in Cedar Rapids, State of Iowa, does make constitute and appoint
LESLIE M DONAHUE, OR KIM E �IV OR JEFFREY W REICH, OR SUSAN L REICH, OR TERESA L DURHAM, OR PATRICIA
L SLAUGHTER, OR GLORIA A RICHARDS, OR OR DON BRAMLAGE, OR LISA ROSELAND, OR CHERYL FOLEY, ALL
INDIVIDUALLY Of MAITLAND FL
their true and lawful Attomey(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $35,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI – Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shalt have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney -in -fact.
mss IN WITNESS WHEREOF, the COMPANIES have each caused these resents to be signed b its
�s ��� \\ wD iiq, oal ° °m "'li,, p Im y
F X3°0 : $'''�•; c��`P oRggtic -;, vice president and its corporate seal to be hereto affixed this 11th day of October, 2013
CORPORATE k i 20 CORPORATE
_ _ Z. Z? •• o - UNITED FIRE &CASUALTY COMPANY
SEAL P SEAL ,� = a`: 1986 = UNITED FIRE & INDEMNITY COMPANY
os 4 . ? 2'•. C P 2
,;�� �ciFOP�` ` <,,. FINANCIAL PACIFIC INSURANCE COMPANY
� /IIIIINII \ \ \\ , "' %p „1,n11111111d \ "'`` V
By:
State of Iowa, County of Linn, ss: —� tce President
On 11th day of October, 2013, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Judith A. Davis
Iowa Notarial Seal Notary Public
• Commission number 173041 My commission a pines: 4/23/2015
owk My Commission Expires 4/23/2015
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of ITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testi nn hereof I have hereto subscribed my name and affixed the corporate seal of the said Corporations
this day of f )I(l 20_(
`IINIIIIUI /// .\ \I, \Ililsuy�,, ,I
yCAS �iC'. ;.\FAG INSU. ��..
w CORPORATE '�q `pi CORPORATE g,± ; Qv,2 �rF�:C,
=z —a .y —a— s� 3v JULY : ;3 By:
? SEAL SEAL % = a • 1966
'''''x11111 \N`` \`` •,,'nl " \ \��` ,,,� I ...of! o��'° Secretary, OF &C
1111111 \ \\ IIII1111111111\
Assistant Secretary, OF &I /FPIC
BPOA0049 0913
PROJECT NO. RFQ 11112 -02
SECTION 00645
CONTRACTOR'S RELEASE OF LIEN (FINAL AND COMPLETE)
Before me, the undersigned authority in said County and State, appeared Cindy D Adamson
who, being first duly sworn, deposes and says that he is
Vice President of Killebrew Inc.
, a company and /or corporation authorized to do business under the laws of the State of -
Florida , and is the CONTRACTOR on the Project known as 1 Water
Quality Improvement Projects, RFQ 11/12 -02, located in Seminole County, State of Florida,
under an Agreement with the OWNER, 2) City of Sanford, Florida, the date of said Agreement
which is 9/30/13
4) Project Name: Water Main Looping Projects -- Phase 1 Project No. DW1104 PO# 033282
2/ Owner: City of Sanford
Let it be known that the said deponent is duly authorized to make this affidavit by resolution of
the Board of Directors of said company and /or corporation; that deponent knows of his own
knowledge that said contract has been complied with in every particular by said contractor and
that all parts of the work have been approved by the Owner's Engineers; that there are no bills
remaining unpaid for labor, material, or otherwise, in connection with said contract and work,
and that there are no suits pending against the undersigned as contractor or anyone in
connection with the work done and materials furnished or otherwise under said contract.
Deponent further says that the final estimate which has been submitted to the Owner
simultaneously with the making of this affidavit constitutes all claims and demands against the
Owner on account of said contract or otherwise, and the acceptance of the sum specified in said
final estimate will operate as a full and final release and discharge of the Owner from any further
claims, demands or compensation by contractor under the above contract. Deponent further
agrees that all guarantees under this contract shall and be in full force from the date of this
release as spelled out in the Contract Documents.
IN WITNESS WHEREOF, 1 /we have executed this instrument under seal this 16th day of
April / 2014
Authorized Representative (Signature)
Cindy D Adamson (SEAL)
Printed Name and Title
STATE OF Florida
COUNTY OF Polk
The foregoing instrument was acknowledged before me this 16th day of April
2014 by Cindy D Adamson Of
Killebrew, Inc. (corporation), on behalf of the corporation, who is
ersonally known o m or has produced (Type
of Identification ) as I entification and who did (did not) take an oath.
00645 -1
PROJECT NO. RFQ 11112 -02
Sworn to and subscribed to before me this 16th day of April 2014
(Signature)
Denise Henderson
(Print name) Notary Public in and for the County and State Aforementioned
My Commission Expires: 12/25117
[(407) DENISE HENDERSON
My COMMISSION #FF078917 END OF SECTION orEXPIRES December 25, 2017 398'0153 FloridallotaryService.com
00645 -2