Loading...
1545 Southeast Drilling IFB 11/12-17 Well No. 7 ReplacementP,n%fP PURCHASING DEPARTMENT Monday, October 22, 2012 TRANSMITTAL MEMORANDUM To: City Clerk and Mayor RE Southeast Drilling Services IFB 11/12 -17 Well No. 7 Replacement 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 originals to Purchasing ❑ Return copies El Special Instructions: ® Mayor's signature ❑ Recording ❑ Safe keeping (Vault) ❑ Payment Bond ❑ City Manager Signature ® City Clerk Attest /Signature Execute Work Orders and Agreement Section 520 Marisol Ordone 04� t From 10A /a, Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc I DOCUMENT APPROVAL 10/22/2012 8:51 AM Contract Agreement Name Southeast Drilling Services IFB 11/12 -17 Well No. 7 Replacement Finance irector Date Date 12- qt I y v AXt t Date C6 CkIts C 6 Lj � c � � Q3 � f -C� C � 0 Mzo � z uo fwv-� PROJECT NO. IFB 11/12 -17 SECTION 00520 AGREEMENT FORM PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the of by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida 32771 a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER ") and Southeast Drilling Services, Inc. whose principal and local address is 10614 E. US Highway 92, Tampa, FL 33610 - 5972 hereinafter referred to as to as the "CONTRACTOR ". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. Contract Documents The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, and Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. See Addendum 1.02 -A B. Scope of Work The Contractor shall provide and furnish all of the necessary labor, supervision, material, tools, expendable and permanent equipment, and all utility and transportation services required to perform and complete in a workmanlike manner, all of the work described as: Hidden Lakes Well 7 Replacement; IFB 11/12 -17, for the City of Sanford, Florida. All work shall be performed in strict accordance with the Drawings & Specifications prepared by the City of Sanford Utility Division, hereinafter called the Engineer, and in strict compliance with the Contractor's Proposal as accepted, including any amendments agreed upon at the time of execution of this Agreement, and with the other Contract Documents herein mentioned which are a part of this Agreement. As invoices are submitted for linear feet of pipe rehabilitation work completed, the City of Sanford will only pay for completed work including the disturbed area rehabilitation. 00520 -1 PROJECT NO. IFB 11/12 -17 C. Contract Time Work under this Agreement shall be commenced within thirty (30) days after issuance of written Notice to Proceed, and shall be completed within one hundred(100) calendar days from commencement of construction date to Substantial Completion from the issuance of the written Notice to Proceed with an additional twenty(20) calendar days to Final Completion. D. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 500. -- for each calendar day that expires after the time specified in Paragraph C for substantial completion until the work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one -fourth ('/<) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price will be addressed thru a Work Order. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. All work must be completed within the specifications and documentations which include but not limited to dewatering, excavation, sheeting, shoring, bracing, installation of water main consisting of mainline, fittings, valves, hydrants, restraint, disinfection, bacteriological, leakage testing along with suitable backfill, compaction, density testing, and surface restoration. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end, the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. 00520 -2 PROJECT NO. IFB 11/12 -17 G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage In accordance with the provisions of the State of Florida Local Government Prompt Payment Act, the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less payments previously made and amounts withheld in accordance with the General Conditions and Supplementary Conditions. Retainage for this project is 10 %, to be held by Owner as collateral security to ensure completion of Work. When the Work is 50 percent complete, defined as being 50 percent complete based on the construction progress schedule as updated during construction, and expenditure of at least 50 percent of the total updated construction cost, retainage shall be reduced in accordance with State law. Contract Documents The Agreement comprises the Contract Document listed herein. In the event that any provision of one Contract Document conflicts with the provisions of another Contract Document, the provision in that Contract Document first listed below shall govern, except as otherwise specifically stated: a. Agreement (this instrument); b. Change Orders C. Addenda to Contract Documents, Nos. d. Bid /Proposal e. Instructions for Bidders; f. Detailed Specification Requirements; g. Drawings h. General Conditions; i. Advertisement; j. Performance and Payment Bonds; k. Proposal Guaranty. Additional Terms and Conditions The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and /or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals /bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 00520 -3 PROJECT NO. IFB 11/12 -17 3. The CONTRACTOR acknowledges that the CITY may retain other goods and /or service providers to provide the same goods and /or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and /or service providers for CITY projects. The CITY reserves the right to select which goods and /or services provider shall provide goods and /or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods /services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he /she /they is /are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. Persons employed by the CONTRACTOR in the provision and performance of the goods and /or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and /or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and /or services to be provided and /or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and /or 00520 -4 PROJECT NO. IFB 11/12 -17 goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. Also, the list shall include employee working days, times and assignments within forty -eight (48) hours of the CITY's written request for such information. This information will be reviewed, screened and verified by the CITY, prior to the employees of the CONTRACTOR entering the CITY's premises and /or work sites. d. The CONTRACTOR shall comply with Section 2 -67 of the Sanford City Code as it relates to security screenings of private contractors and employees of private contractors. The CONTRACTOR shall cause each person found by the City Commission to be functioning in a position critical to the security and /or public safety of the CITY by reason of access to any publicly owned or operated facility to undergo the following inquiries and procedures conducted by the City of Sanford: 1) Fingerprinting in accordance with the CITY's pre - employment procedures; 2) Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation; and 3) Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. e. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may 00520 -5 PROJECT NO. IFB 11/12 -17 request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR and /or SUBCONTRACTORS that may work on the CITY's premises in positions found by the City Commission to be critical to the security and /or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the affected employees. If an employee refuses to authorize the release of their address, social security number and /or licenses they shall not be allowed to work or continue to work in such critical positions. The CONTRACTOR shall work closely with the CITY on all aspects of the provision of the goods and /or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his /her /its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. 12. Neither the CITY's review, approval or acceptance of, nor payment for, any of the goods and /or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and /or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and /or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 00520 -6 PROJECT NO. IFB 11/12 -17 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and /or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. 21. CITY designates the City Manager or his /her designated representative, to represent the CITY in all matters pertaining to and arising from the work and the performance of this Agreement. 22. The City Manager, or his /her designated representative, shall have the following responsibilities: a. Examination of all work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; C. Giving prompt written notice to the CONTRACTOR whenever the CITY official representative knows of a defect or change necessary in the project; and d. Coordinating and managing the CONTRACTOR's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Migdalia Hernandez, Water Resources Engineer Utility Department City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: 00520 -7 PROJECT NO. IFB 11/12 -17 a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR 's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and /or services provided by the CONTRACTOR is /are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and /or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. 25. In the event of any of the causes of termination, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. 26. In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the Purchase/Work Order shall be deemed terminated for convenience by the CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. 27. The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. 28. Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and 00520 -8 PROJECT NO. IFB 11/12 -17 all responsibilities and liabilities under the terms and provisions of the Agreement. 29. The CITY shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the parties as specified in the Agreement. 30. In the event that this Agreement is terminated, the CITY shall identify any specific work to be continued to completion pursuant to the provisions of this Agreement. 31. In the event that after the CITY termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 32. In the event this Agreement is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. 33. Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and /or services, unless the notice provides otherwise. 34. The performance or provision of the CONTRACTOR's goods and /or services under this Agreement may be suspended by the CITY at any time. 35. In the event the CITY suspends the performance or provision of the CONTRACTOR services hereunder, the CITY shall so notify the CONTRACTOR in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and /or services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the provision of the goods and /or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. 36. Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and /or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement 00520 -9 PROJECT NO, IFB 11/12 -17 because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the 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, negligent act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or subCONTRACTORs. Additionally, the CONTRACTOR accepts responsibility for all damages resulting in any way related to the performance of work. In no event, shall either party be responsible or liable to the other for any incidental, consequential, or indirect damages, whether arising by contract or tort. b. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. d. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTRACTORs, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subCONTRACTORs, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. 00520 -10 PROJECT NO. IFB 11/12 -17 e. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverage. The CONTRACTOR shall submit a report to the CITY within twenty -four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. 39. The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. 40. All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates of Insurance to the CITY evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including the CONTRACTOR's indemnification of the CITY under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the CONTRACTOR has replaced the unacceptable insurer with insurance acceptable to the CITY, the CONTRACTOR shall be deemed to be in default of this Agreement. 42. The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the CITY by submission of a new Certificate of Insurance. 43. The CONTRACTOR shall furnish Certificates of Insurance directly to the CITY's Designated Representative. The certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount and classification required by this Agreement. 00520 -11 PROJECT NO. IFB 11/12 -17 44. Nothing in this Agreement or any action relating to this Agreement shall be construed as the CITY's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 45. The CITY shall not be obligated or liable under the terms of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries to this Agreement. 46. The CONTRACTOR is an independent contractor and not an agent, representative, or employee of the CITY. The CITY shall have no liability except as specifically provided in this Agreement. 47. All insurance shall be primary to, and not contribute with, any insurance or self- insurance maintained by the CITY. 48. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. 49. The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. 50. The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. 51. The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. 52. If the CITY determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his /her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the CITY shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. 00520 -12 PROJECT NO. IFB 11/12 -17 53. The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. 54. The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. 55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. 56. The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. 57. The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. 58. The CITY will not intentionally award publicly- funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 59. The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and /or services provided to the CITY. The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. 60. The CONTRACTOR shall ensure that all goods and /or services are provided to the CITY after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. 00520 -13 PROJECT NO. IFB 11/12 -17 61. If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. 62. The CONTRACTOR shall advise the CITY in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 63. The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. 64. The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. 65. The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and /or services under this Agreement and date of final payment for said goods and /or services, or date of termination of this Agreement. 66. The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and /or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and /or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and /or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 00520 -14 PROJECT NO. IFB 11/12 -17 68. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. 69. The CONTRACTOR agrees to fully comply with all State laws relating to public records. 70. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 71. The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. 72. Any CONTRACTOR proposed subcontractors shall be submitted to the CITY for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 73. The CONTRACTOR shall coordinate the provision of goods and /or services and work product of any CITY approved subcontractors, and remain fully responsible for such goods and /or services and work under the terms of this Agreement. 74. Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractor to assume performance of the CONTRACTOR's duties commensurately with the CONTRACTOR's duties to the CITY under this Agreement, it being understood that nothing herein shall in any way relieve the CONTRACTOR from any of its duties under this Agreement. The CONTRACTOR shall provide the CITY with executed copies of all subcontracts. 75. The CONTRACTOR shall reasonably cooperate at all times with the CITY and other CITY contractors and professionals. 76. This Agreement is to be governed by the laws of the State of Florida. 77. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. 78, This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. 00520 -15 PROJECT NO. IFB 11/12 -17 Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. 79. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. 80. This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the CITY and the CONTRACTOR and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. 81. This Agreement may only be amended, supplemented or modified by a formal written amendment. 82. Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. 83. Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice requirements herein. Computer notification (e -mails and message boards) shall not constitute proper written notice under the terms of the Agreement. 84. The failure of the Cl FY to insist in any instance upon the strict performance of any provision of this Agreement, or to 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. 85. In no event shall any obligation of the CITY under this Agreement be or constitute a general obligation or indebtedness of the CITY, a pledge of the ad valorem taxing power of the CITY or a general obligation or 00620 -16 PROJECT NO. IFB 11/12 -17 indebtedness of the CITY within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 86. The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the CITY. 87. Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. 88. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. 89. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 90. All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. 91. In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the CITY prior to filing suit or otherwise pursuing legal remedies. 92. The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the CITY in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the CITY procedures. 93. In the event that CITY procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 94. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 00520 -17 PROJECT NO. IFB 11/12 -17 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Southeast Drilling Services, Inc. Name of Firm i , 0 L Date ;(SEAL) W. B. 0,Yegler, Pres 0 Printed Name and Title ATTEST: By (Signat e) Date Sonya P Ziegler. Secretary Printed Name and Title A OWNER: City of Sanford Name of Owne By (Sig Printed Name and Title ATTEST: M y (Signature) Date Janet Dougherty, City Clerk Printed Name and Title END OF SECTION (SEAL) (� P(pr') ao l ca 1-e � 7M�b AC 4 00520 -18 PROJECT NO. IFB 11112 -17 Addendum 1.02 -A Documents which are fully a part of the Contract with the City of Sanford are identified by title and number as set forth below and are available for review at and downloading from the City's Web site (site in full) and all documents are agreed to be incorporated into the Contract as if physically attached to the Contract and are, further, agreed to be incorporated into the Contract as if fully set forth therein verbatim.. 1.02.1 Executed, Section 00520 Agreement Form. — 1.02.2 The Project Manual, Note (Index, Page 00010 of the Project Manual; Includes all instructions, terms, general and supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project). _1.02.3 Addenda Applicable to the Bid. 1.02.4 Contractor's Bid, 00410. 1.02.5 Performance Bond, 00605. _1.02.6 Payment Bond, 00610. 1.02.7 Material and Workmanship Bond, 00615. 1.02.8 Standard General Forms Set, 00435. _ Disputes Disclosure Affidavit, 00435 -1. _ Drug Free Work Place Affidavit, 00435 -2. _ Florida Statutes on Public Entity Crimes Affidavit, 00435 -3. _ Non- Segregated Facilities Affidavit, 00435 -4. _ Conflict of Interest Affidavit, 00435 -5. _ Non- Collusion Affidavit, 00435 -6. Unauthorized (Illegal) Alien Workers Affidavit, 00435 -7. _ Americans With Disabilities Act Affidavit, 00435 -8. Security and Public Safety Affidavit, 00435 -9. _ Offeror's Qualification Statement, 00435 -10. _ Compliance with Public Records Law Affidavit, 00435 -11. _ Exempt Public Records, 00435 -12. 1.02.9 Insurance Certificate(s). _1.02.10 E- Verify Compliance Affidavit, 00436. _1.02.11 Trench Safety Statement Affidavit, 00440. _1.02.12 Criminal History Evaluation Affidavit. 00470. 1.02.13 Notice of Award, 00510. Any additional document(s) that are not specifically listed in Section 1.02.1 – 1.02.14, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. 1.02.15 Notice to Proceed, 00530. _1.02.16 Consent of Surety to Final Payment 00617. 00520 -19 PROJECT NO. IFB 11/12 -17 _1.02.17 Contractor's Application for Payment Form 00625. _1.02.18 Certificate of Substantial Completion 00626. _1.02.19 Certificate of Final Completion 00627. 1.02.20 Contractor's Partial Release of Lien Form 00640. 1.02.21 Subcontractor's Final Release of Lien Form 00641. 1.02.22 Subcontractor's Partial Release of Lien Form 00644. 1.02.23 Contractor's Release of Lien Form 00645. _1.02.24 Project Field Order Form 00840. _1.02.25 Work Directive Change Form 00845. _1.02.26 Change Order F00850. _1.02.27 FDEP SRF & ARRA Supplemental Conditions Form 00810 1.02.28 Debarment Certification form 00820 1.02.29 Subcontactor Debarment Certification Form 00825 1.02.30 MBE /BE Form 00830 _1.02.31 EEO Form 00835 _1.02.32 Certification Non - segregated Facilities Form 00860 _1.02.33 Buy American Certification EPA(2) Form 00870 1.02.34 Davis Bacon Poster Form 00880 _1.02.35 Davis Bacon Pay Rates Certification Form 00881 _1.02.36 Project Activity Summary Form 00883 _1.02.37 Vendor /Contractor Performance Report Form 00884 1.02.38 Contractor Evaluation Form 00885 _1.02.39 FDEP /SRF & ARRA Certified Payroll Form 00900 _1.02.40 FDEP Supplemental Conditions Form 00910 Documents 1.02.15 — 1.02.40 are included in the Project Manual as forms to be used as appropriate. These forms and any addenda agreed upon by the parties, when processed and executed, even though the actions occurred after the effective date of the Contract, become fully a part of the Contract. 00520 -20 WS RM X , nKX� Item No.`s CITY COMMISSION MEMORANDUM 12 OcToBER 8, 2012 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY Paul Moore, Utility Director SUBMITTED BY Norton N. Bonaparte, Jr., City Manager SUBJECT: Hidden Lakes Well Field Well #7 Replacement — Bid # IFB 11/12 -17 SYNOPSIS: Award of a bid to Southeast Drilling Services for the replacement of Well #7 in the Hidden Lakes Well Field is requested. FISCAL/STAFFING STATEMENT: The lowest bid was submitted by Southeast Drilling Services at a base bid plus additive items totaling $327,200.00. Funding is available from the FDEP loan/grant. BACKGROUND: City staff has found casing problems with Well #7 in the Hidden Lakes Well Field. This well is over 50 years old and the small casing is failing. The well is too small to be re-cased and maintain adequate flow. With the help of our geo- technical consultant, Ardaman and Associates, it was determined that the best course of action is to replace this well with a larger, deeper well. This larger well will better manage the flows at the Auxiliary Water Plant. L EGAL. REVIEW: N/A RECOMMENDATION: It is the recommendation of the staff and our consultant to award the bid to the lowest bidder, Southeast Drilling Services, for the base amount plus additive items at a cost of $327,200.00. SU GG ESTED MOTION: "I move to award bid #1FB 11/12 -17 to Southeast Drilling Services in the amount of $327,200.00." ( 1 Attachment: Bid Tabulation g S IL C LU IL n CS Oa �� YN 0� F z a 0 p�F Q -O [3 W O O S O r� O O O q cl q 0 0 ° 0 0 ° 0 ° 0 0 0 o o o O O, ° o o S S o O ° o .8 �S a oo0N�° 088S00000aa000° tnc:)Wm 8 O�tI O �T Ol Q O1o�l(Nn HFA Vt �R q-: i9��V3 7r ccq -: !,q �000 2 W�69 M t9�dl rM �M N r N y o�� a4 3 -1 fR 006 Z t9 d 0 o 0 g o O 0 O Iw W Z V o 0 0 0 0 0 0 0 0 0 o 0 O 0 O 0 o 0 0 0 0 0 o 0 O o 0 0 0 0 0 0 0 0 0 0 o 0 o 0 o 0 0 0 o 0 a= a o O O o O O O o O 0 t7 0 to O Vf S O O a o a 0 0 0 0 0 d � 0 0 0 0 0 l o �t o � ou n 0 0 0 0 0 IgCz IN�gyC 0 0 00 00 O in S o�i Q G 61+ [7 b9 E9 IflN� IA fA 4?6-Ok K O P 0 -4 W 0 0 0 0 0 0 0 p O 0 O 0 O o O 0 O 0 0 O O 0 O 0 0 O O 0 G 0 O 0 O 0 O o O 0 O 0 0 0 0 C. 0 0 0 0 Z ~ a �a q p p C po Odp t(��1{(y�OOpp pp p p 0 O K1 OO O Q 0C; p O N p 0 OOOp 00000 0 O Jz 0000tNNO �� COQ O000 dl E9 r�rMtA 0(O�fi00aas - p�NN fA fR�E9 0 rt�NC) (9 fA t� t� N Coo0� -M US O S O v Z 19d169h�69�i9 V O O p O O O O O O O M p O p t O t�� ggq O qqq O Op p O p p O p p Op QQQ O QQQ O O S S p O 0 O 0 O 0 O S p O S O S 00 O ¢ pp p g p 0 00 p O p 0 p Op 0 QU �Wd000 p 00 pp 00000000000000 ul CL 00 O 2 (( ff99 ttRR 1 V MM O 0101�70(h O O o O ee N N N [ N q d a 4=1 L� O vd 6 CO bl�M� 6�9 (A f+9 fA VY to fH (Ar NVi NNCO H 0 W000000 Q V O o 0 0 0 0 S 00 p O d S S pO 000 pp 0000000 0 0 0 g S S O O O o p 00 S O O S 00 O Z F�"d O OO OMOOd O�ONO)OdSO p1�O ffVV Nlptt)O G O p00p..88O O S o4�00ho O d o 00 p b n pppO OOOOO COO a alittn�ri"�5va;;aasi919d .R . . wa - a���n . W h J a J � U �a O g Oppp 0 0 0 p O a O pp O G S pp q Gp�y S S S t7OOp O p S S S OpGOO O S O . 0 OoOO 0 pp 0 0 0 Q Oti 1 �� A yy ON O M ��i90 p p iAi9 ^�^ H N fA 64� fA U! MMtO�OtNON V�fAS69� d d9 iR Z rrr r�MrsM- O o n N d W N N �'- rrO 4�rr N � -rrrrr Mt��'r � y J .7J J xZ MUM W 99 ..] �i C G •� _ is � !4 `a � � � �i � a � � m�r-0 F. �° s a s s A � a� V C12 _$°� IEc' - S c a (0a. c�UTS v �oatia OrNM 11-1 - n m OOr n N Q F r tmm�tnrnr rrr r rrr R AM 4 • C, z 3 t 0 F City of Sanford Hidden Lakes Floridan Aquifer Well 7 Replacement File Number 10 -0406A SECTION 00410 BID FORM CONTRACTORS NAME: Southeast Drilling Services Inc LICENSE NO 60 UJAKV 9078 PROJECT IDENTIFICATION: City of Sanford Hidden Lakes Floridan Aquifer Well 7 Replacement Construction and Testing Program Bid No. IFB 11/12 -17 Bid Due Date and Time: September 17, 2012 at 2:00 p.m. *There will be NO exceptions for late delivery! THIS BID MUST BE DLIVERED TO: F. William Smith, Purchasing Manager City of Sanford 300 N. Park Avenue (City Hall) Second Floor, Room 236 Sanford, Florida 32771 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. 2. BIDDER certifies that he has investigated and meets the requirements to do business in the jurisdiction where the project is located. 3. BIDDER accepts all of the terms and conditions of the Instructions to Bidders (Section 00200) including, without limitation, those dealing with the disposition of Bid Security, Public Entity Crimes, and Minority Policies. This Bid will remain open for 90 days after the day of Bid opening. BIDDER will sign the Agreement and submit the Contract security and other documents required by the Contract Documents within ten (10) working days after the date of OWNER'S Notice of Award. 4. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Contract Documents and of the following addenda: Date Number 08 -24 -2012 01 09 -11 -2012 02 (receipt of all of which is hereby acknowledged) and also copies of the Advertisement to Bid and the instructions to Bidders; (b) BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and DPD /00410.doc 00410 -1 071312 Southeast Drilling Services, Inc. City of Sanford Hidden Lakes Floridan Aquifer Well 7 Replacement File Number 10 -0406A U0 TOTAL BiD $ a(� �� ay 1 (Figure) (Words) ADDITIVE /DEDUCTIVE ITEMS Item No. Description 24. Straddle Packer Tests with Water Quality Analysis 25. Demolition of Existing Well House 26. Pull Existing Well Pump 27. Log & Abandon Existing Well 7 28. Limerock gravel Estimated Quantity Unit Unit Price Item Total 3 EA $ 6 u- $ /,?;CX)'J 1 LS $ /duo $ / Cap 1 1 LS LS $ oW $ a6 voo 20 CY $ in u $ BIDDER acknowledges that the quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. The Owner and Owner's Consultant do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the BIDDER plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Contract Documents and it is understood that the quantities may be increased or decreased or diminished as provided in the General Conditions without in any way invalidating any of the unit prices bid. BIDDER agrees that the Work will be substantially completed within 100 calendar days after the date when the Contractor receives notification to proceed from the Owner, and completed within 120 calendar days after the date when the Contractor receives notification to proceed from the Owner. All permit applications, required for construction, shall be submitted by the Contractor within 10 days after the Contract is executed. Copies of all permits shall be provided to the Owner upon receipt. BIDDER agrees to enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders. BIDDER recognizes that time is of the essence to complete this Project and that Owner will suffer financial loss if the Work is not substantially complete within the time specified above. The BIDDER also recognizes the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered by Owner if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, Owner has determined and BIDDER agrees to accept that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Five Hundred Dollars $500.00 for each calendar day that expires after the time specified above for substantial completion until the Work is substantially complete. After substantial completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified above for completion and readiness for final payment or any proper DPD /00410.doc 00410 -3 071312 Southeast Drilling Services, Inc. City of Sanford Hidden Lakes Floridan Aquifer Well 7 Replacement File Number 10 -0406A regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. (c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or a corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other Bidder or over OWNER; and 5. BIDDER will complete the Work in accordance with the Contract Documents for the prices shown based on the following schedule: Item Estimated No. Description Quantity Unit Unit Price Item Total 1. Indemnification of Owner & Engineer 1 LS $ 1,000 $ 1,000 2. Performance and Payment Bonds 1 LS $ -2S,wo $ - " c:= 3. Insurance and Administrative Costs 1 LS $ ?�a� $ 4. Mobilization /Demobilization 1 LS $ 000 $ `✓ axe 5. Surface Casing (24" black steel) 50 LF $ $ 6. - Installed Pilot Hole Drilling (6" minimum) 375 LF $ 3 O $ II. 7. Well Casing (17.4" CertaLok PVC) 125 LF $ _ _ $ 0 x'o 8. - Installed Open Hole Drilling (15 inches) 285 LF $ yT $ 9. Cement Grout — Installed 13.5 CY $ -S�o_ $ 10. Geophysical Logging 1 LS $ I 0 OU $ S"Cap 11. Video Logging 1 LS $ � $ X W O 12. Install and Remove Discharge Line 1 LS $ / �O $ /�' = 13. Well Development 40 HR $ goo $ 14. Step Drawdown Test 4 HR $ YOU $ do 15. Constant Rate Discharge Test 24 HR $ 'Yod $ — , n— 16. Inorganic Water Quality Analysis 1 LS $ $ 17. Water Quality Analysis (Table 02522) 1 LS $ 18. Disinfection & Bacteriological Clearing 1 LS $ q W $ 19. Piumbness & Alignment Test 1 LS 1 LS $ $ $ $ I- 20. Concrete Pad and Flange Cap 21. Perform Surveying 1 LS $ -�— $ 22. Install Vertical Turbine Pump & Motor 1 LS $ WU $ Sy, OLO 23. with Appurtenances Install Fence and Gate 1 LS $ I��)o $ / SZ00 DPD /00410.doc 00410 -2 071312 Southeast Drilling Services, Inc. City of Sanford Hidden Lakes Floridan Aquifer Well 7 Replacement File Number 10 -0406A extension thereof granted by Owner, Contractor shall pay the Owner an amount equal to all actual expenses incurred by the Owner as a direct result of the Contractor's negligence, refusal, or failure to so complete the remaining work. In the event the Contractor is terminated or abandons the work prior to the scheduled date for final completion, the Contractor may be liable for both liquidated damages attributable to delay and for excess completion costs. The following documents are attached to and made a condition of this Bid: (a) 00435 Standard General Forms Set (b) 00410 Completed Bid Submission form, One Original plus 4 Copies (c) 00420 Bid Bond, 5% of Total Bid (d) Licenses 7. Communications to the BIDDER concerning this Bid shall be addressed to: Mailing Address: 10614 E US Highway Street Address: same City, State, Zip Code: Tamua, FL 33610 -59 72 Telephone No.: 813 - 968 -7277 Fax No.: 813 -443 -0530 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract DOCUMENTS have the meanings assigned to them in the General Conditions. If BIDDER is: A Partnership An Individual A Corporation x A Joint Venture SIGNATURE PAGE BEGINS AND ENDS ON NEXT PAGE(5) DPD /00410.doc 00410 -4 071312 Southeast Drilling Services, Inc. IFB 11/12 -17 SECTION 00420 BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1) Southeast Drilling Services, Inc. as Principal, and (2) Western Surety Company as Surety, are hereby and firmly bound unto The (3) City of Sanford, Florida as Owner, in the penal sum of (4) Five percent of bid Dollars ($ 5% of bid ) (5 percent of the total base bid) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to (3) The City of Sanford, Florida as Owner a certain Bid for (5) Hidden Lakes Well 7 Replacement; IFB 11/12 -17 , attached hereto and hereby made a part hereof. 1) Bidder 2) Surety 3) City of Sanford, Florida 4) Amount of Bond as Required in the Instructions to Bidders 5) Name of Project as Shown in Invitation for Bids NOW, THEREFORE, A. If said Bidder shall be in rejected, or in the alternate, B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement (properly completed in accordance with the Bidding Documents), and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. 00420 -1 City of Sanford Hidden Lakes Floridan Aquifer Well 7 Replacement File Number 10 -0406A By Southeast Drilling Services Inc. (Name) Florida (State of Incorporation) - / B y - -r� (Name of Perso to Sign - Signature) (Name of Person Authorized to Sign - Typed or Printed) President (Title) (Corporate Sea[) Attest Business address: 10614 E US Highway 92 Tampa FL 33610 - 5972 Phone No. 813- 968 -7277 Fax No.: 813 - 443 -0530 END OF BID DPD /00410.doc 00410 -5 071312 Southeast Drilling Services, Inc. IFB 11/12 -17 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers. Signed and sealed this 10th day of September , 2012 ATTEST: By (Principal Officer) Sonya P. Ziegler, Secretary Typed Name and Title ((;O,RPORATE SEAL) By Toni Valentine /Customer Service Typed Name and Title (SEAL) 06 0 - Principal By (Signature of Officer) W. B. Ziegler, President Typed Name and Title 10614 E US Highway 92 Address Tampa, FL 33610 -5972 City, State, Zip Western Surety Company Surety B - Attorney -Fact Jennifer A Fava /Attorney -in -fact Typed Name and Title 11470 N. 53rd Street Address Temple Terrace, FI 33617 City, State, Zip 813 - 988 -1234 813 - 988 -098 Telephone No. Facsimile No. END OF SECTION 00420 -2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael Wayne Rogers, Sharon Elaine Taylor, Jennifer A Fava, Individually of Temple Terrace, FL, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 22nd day of January, 2010. � WESTERN SURETY COMPANY + °o a rW pPPngq! 'fob aW p �}a Vp- t,`- )If Dry~ f Paul . Bruflat, Senior Vice President State of South Dakota 1 J T ss County of Minnehaha On this 22nd day of January, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; 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 corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires }44 4 4 44444 4 4 44 4444 4444 4 4 4 + i D. KRELL f November 30, 2012 i M EAL PUBLIC SEAL + X SOUTH DAKOTAa i }44444444444444444444444 CERTIFICATE I&a k1tow D. Krell, N'oti Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still . in / force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this j6 day of 4 " — . ? WESTERN SURETY COMPANY r��wv0'94 <. L. Nelson, Assistant Secretary Form F4280 -09 -06 IFB 11/12 -17 Disputes Disclosure Form 435 -1 Answer the following questions by answering "YES" or "NO ". If you answer "YES ", please explain in the space provided, please add a page(s) if additional space is needed. 1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the, services your firm provides in the regular course of business within the last five (5) years? N- 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? Yes If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. Southeast Drilling Services, Inc. vs City of Boynton Beach, FL, filed December 2008, for Wellfield Expansion delays - request for equitable adjustment, settled. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Southeast Drillin S ervices , Inc. Firm 09/11/2012 re W. B. Ziegler, President Date Printed or Typed Name and Title FORM NO. DSPT 12.204 Southeast Drilling Services, Inc. IFB 11/12 -17 Drug -Free Work Place 435 -2 The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. Southeast Drillinq Services, Inc. A Firm Authorized Sig 09/11/2012 Date W. B. Ziegler, President Printed or Typed Name and Title FORM NO. DFWP 14.204 Southeast Drilling Services, Inc. IFB 11/12 -17 Florida Statutes On Public Entity Crimes 435 -3 THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to The City of Sanford by W B Ziegler on behalf of Southeast Drilling Services, Inc. whose business address is: 10614 E US Highway 92, Tampa, FL 33610 -5972 and (if applicable) its Federal Employer Identification Number (FEIN) is 59- 3252801 (If the entity has no FEIN, include the Social Security Number of the individual signing this statement: ) I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand the "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilt or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) X Neither the entity submitting this sworn statement, nor any of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. Southeast Drilling Services, Inc. IFB 11/12 -17 The entity submitting this sworn statement, or one of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity was charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDE IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFC9FtAAT /PN CONTAINED IN THIS FORM. 1/2012 (date) State of Florida County of FI��t�BOR�(�GN On this 11 day of 6rP A4btR 20L, before me, the undersigned Notary Public of the State of Florida, personally appeared W. C_e=P and A/1A (Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned.) — X — Personally known to me, or 9 3 98-0 153 MICHAEL J WHIITMAW Produced identification: MY cOMMISSION #F EE015738 EXPIRES August 09, 2014 . (Type of Identification Produced) DID take an oath, or Flo6dallotaryService com m _ DID NOT take an oath. FORM NO. PEC 15.204 00435 -3.2 Southeast Drilling Services, Inc. IFB 11/12 -17 Certification of Non - Segregated Facilities 435-4 By affixing his signature to this form, the Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis of race, color, religious disability or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date: 09/11/2012 LM W. B. Ziqoler President Title Official Address; 10614 E. US Highway 92 Tampa, FL 33610 -5972 FORM NO. SFAC 16.204 Southeast Drilling Services, Inc. IFB 11/12 -17 Conflict of Interest Statement 435 -5 1. W. B. Ziegler of Southeast Drilling Services, Inc. deposes and states that Name of Affiant Name of Company 2. The above named entity is submitting an Expression of Interest for the City of Sanford project identified below. 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. 1 certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 9. 1 certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Sanford. 10. In the event that a conflict of interest is identified in the provision of services, 1, on behalf of the above named entity, will immediately notify the City of Sanford in writing. 09/11/2012 IV Sig of cant Date B. Ziegler President Typed or Printed Name of Affiant Title State of Florida, County of N 1c,e.SZ6f%0 7GH On this 11 day of 6 E'PTVAS69 , 20 J�L, before me, the undersigned Notary Public of the State of Florida, personally appeared rE:rt Cz and N1A (Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned.) �;:by�;'• MICHAEL J WHITMAN *f MY COMMISSION # EE015738 ' EXP" :S August 09, 2014 1407) 398 -0153 FlorrjallotaryService.com FORM NO. CFI 18.204 x Personally known to me, or _ Produced identification: (Type of Identification Produced) _ DID take an oath, or y DID NOT take an oath. Southeast Drilling Services, Inc. IFB 11/12 -17 Non - collusion Affidavit of Offeror /Bidder 435 -6 The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 1. States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the in ividual signing this document. 09/11/2012 ignatur o Affi t Date W. . ie ler President Typed or rinted Name of Affiant Title State of Florida, County of l4 1 Li_ Gy1 ?oL)QH On this II day of &PCEi IBER 20 12L- , before me, the undersigned Notary Public of the State of Florida, personally appeared lJ �. ZL I E.6L M and AjA ( Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that h she /they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned.) •►"Y'''• MiCHAEI. J NIA►N X Personally known to me, or _ Produced identification MY COMMISSION # EE015738 ' • r 4',%ro; EXPIRES August 09 2014 (Type of Identification Produced) (407) 39&0153 Floddallotarysenvfoexom _ DID take an oath, or _:Z DID NOT take an oath FORM No. AC 5.908 Southeast Drilling Services, Inc. IFB 11/12 -17 Unauthorized (Illegal) Alien Workers 435 -7 The CITY will not intentionally award publicly- funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 1. By executing this certification, the CONTRACTOR certifies that Southeast Drilling Services. Inc. (name of company) does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form I- 9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. CONTRACTOR: Southeast Drilling Services, Inc. Signature: Title: /Pyesident Printed Name: W. B. Ziegler Affix Corporate Seal STATE OF Q.o P.I DA ) )SS COUNTY OF 14 It LZ;,W P.(00l.' Ii ) Date: 09/11/2012 The foregoing instrument was acknowledged before me this — It day of %5cP1'E4BE2. 20 I Z , by 6,9.8. �z l Ec-.c E2 of Sot,ctaE,a�r t6rt�u mC% S�u%�ES lac. firm), on behalf of the firm. He /She is personally known to me or has produced ,4 identification. Print Name • � Y '4. MICHAEL J WHITMAN A Notary Public in and for the County [(, 07)398 - 0153 MY COMMISSION # EE015738 and State Aforementioned ?;• EXPIRES August 09, 2014 My commission expires: Floridallotaryservice.com Form No. IM 0506.209 Southeast Drilling Services, Inc. IFB 11/12 -17 Americans With Disabilities Act Affidavit 435 -8 By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). the CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. CONTRACTOR: Signature Title: Affix COI rporate Southeast Drilling Services, Inc. STATE OF Florida ) )SS COUNTY OF Hillsborough ) Date: 09/11 /2012 The foregoing instrument was acknowledged before me this 11 day of 6ETT'EMBER 20Q, by W. B. Ziegler of Southeast Drilling Services, Inc. firm), on behalf of the firm. He /She is personally known to me or has produced A identification. Print Name }'�` MICHAEL J WHITMAN Notary Public in and for the County =• :* MY COMMISSION # EE015738 and State Aforementioned EXPIRES August 09 2014 My commission expires: ( 07)39"153 FlorldallofaryServlce.com Form No. AWD 0512.209 Printed Name: W B. Ziegler Southeast Drilling Services, Inc. IFB 11/12 -17 Affidavit: Security and Public Safety Requirements, 00425 -9 Code of Sanford, Florida: The CONTRACTOR shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, subcontractors, agents, and any other person caused by the CONTRACTOR to have access to any facility under the authority of the City. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project which includes a list of employee work days, times and assignments for each employee within forty -eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2 -67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and /or location critical to the security and /or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR that may work on the CITY's premises in positions found by the City to be critical to the security and /or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the employees. If an employee refuses to authorize the release of their address, socio security number and /or licenses they shall not be allowed to work or continue to work in r'ti I posit' 09/11/2012 5i nature o ant s' Date W B. Ziegrer President Southeast Drilling Services, Inc. ed or Printed Name of Mitnt Title State of Florida, CounYf Hillsborough On this II day of _!>CPT 2012 before me, the undersigned Notary Public of the State of Florida, personally appeared W. B. Ziegler and x1L^ ( Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned.) "0111 .. MICHAEL JWHITMAN —x Personally known to me, or _ Produced identification MY COMMISSION # EE015738 VIM EXPIRES August 09, 2014 (Type of Identification Produced) (407)398 -0153 Floddallotaryservice . com _ DID take an oath, or X DID NOT take an oath Southeast Drilling Services, Inc. IFB 11/12 -17 Offeror's Qualification Statement, 00435 -10 SUBMITTED BY NAME: Southeast Drilling Services, Inc. CHECK ONE: _Individual _Partnership x Corporation _Other 1. State the true, exact, correct and complete name of the company, partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: Southeast Drilling Services, Inc. The address of the principal place of business is: 10614E US Highway 92 Tampa, FL 33610 -5972 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: June 1994 b. State of Incorporation Florida C. President's Name: W. B. Ziegler d. Vice President's Name: W. C. Ziegler e. Secretary's Name: Sonya P. Ziegler f. Treasurer's Name: W B. Ziegler g. Name and address of Resident Agent: W B. Ziegler 10614 E. US Hwy 92, Tampa, FL 33610 -5972 3. If Offeror is an individual or a partnership, answer the following: a. Date of Organization: b. Name, Address and Ownership Units of all Partners: C. State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operation under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Information attached: _Yes x NA Southeast Drilling Services, Inc. Attachment 2 State of Florida License :Water Well Contractot Southwest Florida Water Management District Certifies That John B. Ziegler HAS BEEN DULY LICENSED AS A WATER WELL CONTRACTOR IN THE STATE OF FLORIDA LICENSE NUMBER: 9451 September 28; 2011 Well Construction Regulation License Issue date Brooksville Regulation Department AC# 6 2 9 0 5 0 7 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD ' "- ... VL�YTi :11LVV LLV VJJL DATE e B A TCH c - LICENSE NBR - 08/22/2012.000000000 C 0 The?'GENERAL CONTRACTOR KEN LAWSON SECRETARY Attachment 1 Southeast Drilling Sern ices, Inc. PROJECT ENGINEER 8 PROJECT OWNER, ADDRESS, REPRESENTATIVE PROJECT PROJECT DATE PROJECT NAMEILOCATION TELELPHONE ADDRESS & TELEPHONE NUMBER VALUE STATUS %COMPLETE COMPLETED NUMBER & REPRESENTATINE City of Boynton Beach City of Boynton Beach CH2MHill $4,556,125 Complete 100% Jun-07 East Plant Expansion Test Wells 100 E Boynton Beach Blvd 800 Fairway Drive, Suite 350 and Aquifer Storage & Recovery Well Boynton Beach, FL 33425 Deerfield Beach, FL 33441 Chris Roshek 561 - 742 -6487 Garret Bulman: 954426-4008 Lake Region WTP Test Production Wells Palm Beach Co. Water UNihifes Dept. CDM $3,481,340 Complete 100% Jun-07 4600 Bacom Point Rd. 8100 Forrest Hill Blvd. 9311 College Parkway Project No. 03-169 West Palm Beach, FL 33413 Ft Myers, FL 33919 Pahokee, FL 33476 Tom Uram: 561493.6000 Bob Maliva: 239432 -9494 Old Palm Golf Community WCI Communities, Inc. Arcadis $3,429,000 Complete 100% May -07 Hood Rd. WelKeld Expansion 1580 Sawgress Corporate Prky. 2081 Vista Pkwy. 11607 Central Boulevard Suite 410 West Palm Beach, FL 33411 Palm Beach Gardens, FL Sunrise, FL 33323 Tom Tessier. 561 -697 -7000 Motu Berry. 954. 825-4659 City of Clewiston Public Works Complex City of Clewiston CDM $1,841,513 Complete 100% Sep-06 Construction, Development & Testing of 115 W Venture Avenue 9311 College Parkway Two 16' Floridan Aquifer Production Wells Clewiston, FL 33440 West Palm Beach, FL 33411 Kevin McCarthy: 863 -983 -1454 Ft. Myers, FL 33919 Bob Maliva: 561 - 689.3336 Palm Beach County Water WUD Palm Beach Co. Water Utilitiies Dept Palm Beach Co. Water Utilitiies Dept. $641,000 Complete 100% Apr -06 Project No. 01 -1828 WTP Nos. 2, 8 & 9 81 DO Forrest Hill Blvd. 8100 Forrest Hill Blvd. R. J. Sullivan Corp. West Palm Beach, FL 33413 West Palm Beach, FL 33413 Tom Ulm: 561 -493-6000 Tom Uram: 561 -493 -6000 Wells PSG 874, RR 89, and Raw Water Mail Seacoast Utility Authority LBFH, Inc. $735,000 Complete 100% Jul-05 Palm Beach Gardens, FL 4200 Hood Rd. 3550 SW Corporate Pkwy. Palm Beach Gardens, FL 33410 Palm City, FL 34990 Michael Pimentel: 772- 286.3883 Hood Rd. Wellfield 7 Replacement Seacoast Utility Authority Arcadis $738,220 Complete 100% JUW5 Wells Nos. HR4. HR -9, HR -10, HR -11, HR -1 4200 Flood Rd. 2081 Vista Pkwy. Palm Beach Gardens, FL Palm Beach Gardens, FL 33410 West Palm Bch., FL 33411 Wilbert Stewart 561- 627 -2900 Tom Tessier 561 -697 -7000 City of Fort Myers City of Fort Myers CFI2M Hill Constructors, Inc. $1,099,552 Complete 100% May -04 Raw Water Supply Wells & RO WTP Expert 2751 Jacksonville Street 4350 W. Cypress Street, Suite 600 2751 Jacksonville Street Fort Myers, FL 33912 Tampa, FL 33607 Fort Myers, FL 33912 Byron We' htman: 239332-6876 Katus Watson: 813 - 874-0777 System Wide Wellfield Expansion Palm Beach Co. Water UOltffies Dept Palm Beach Co. Water Utilithes Dept. $6,021,739 Complete 100% Apr -D4 Project No. 00 -136 2D65 Prarie Rd. 2065 Prarie Rd. West Palm Beach, FI 33416 West Palm Beach, FL 33416 West Palm Beach, FL 33416 Tom Uram: 561493.6000 Tom Uram: 561493 -6000 Collier County Collier County Utilities Department Collier County Utilities Department $1,742,374 Complete 100% Feb-04 South County Regional Water Treatment Plat 3301 East Tamiami Trail 3301 East Tamiami Trail Reverse Osmosis Expansion Naples, FL 34112 Naples, FL 34112 Naples, FI 34117 Mohin Thampi: 239 - 530 -5339 Mohln Thampi: 239 - 530 -5339 WTP No. 9 VIkI8leld Rehabilitation Palm Beach Co. Water Utilitiies Dept. Montgomery Watson $1,877,271 Complete 10D% Mar -03 Project No.01 -0112 2065 Prarie Rd. 2328 - 10th Av North West Palm Beach, FL 33416 Lake Worth, FL 33461 Tom Uram: 561493 -6000 Nell Johnson P.E.: 813 -221 -1981 North Springs Improvement District North Springs improvement District John McKune $686,697 Complete 100% Jul-02 Potable Water Supply Wells 10300 NW 11th Manor Gee & Jenson Coral Springs, FL 33071 3300 University Dr. 954 - 753-0380 Coral Springs, FL 33065 954752 -4960 Shady Hills Power Plant El Paso Energy WA $324,965 Complete 100% Apr -02 14240 Merchant Energy Way 14240 Merchant Energy Way Shady Hills, FL 34610 Shady Hills, FL 34610 727. 856 -8000 Suncoast Parkway Toll Plazas FOOT Greenhome & O'Mara, Inc. $202,605 Complete 100% Feb-02 Hillsborough/Pasco Co., FL Archer W estem Contractors, Ltd. 1527 N. Dale Mabry Hwy. 5411 Van Dyke Rd. Suite 101 Lutz FL 33549 Lutz, FL 33549 Jon S Tr a Keenan: 813909 -1415 Palm Beach County Palm Beach Co. Water U6lithes Dept Palm Beach Co. Water utamies Dept $6,082,163 Complete 100% Jan -02 WTP 9 Welifield Expansion 2065 Pieria Rd. 2065 Prane Rd. Project No. 98-66 West Palm Beach, FL 33416 West Palm Beach, FL 33416 Tom Ulm: 561493 -6000 Tom Ulm: 561493 -6000 Vandolah Power Plant Vandolah Power Company, LLC Gemma Power Systems, LLC $465,629 Complete 100% Jan-02 Wachulla, FL 1001 Louisiana Street 2394 Vandolah Road Houston, TX 77002 Wachula, FL 33873 Dan Ward: 863 -767 -8850 Southeast Drilling Sern ices, Inc. Attachment 1 _ .... 16121 Lee Roatl -, .,,. 561- 262 -7819 PROJECT ENGINEER & Fort Mvers, FL 33912 Paul Pet erson John Rahul, PG City of Mount Dora City of Mount Dora PROJECT OWNER, ADDRESS, REPRESENTATIVE 350 North Sinclair Ave. Project No. 11 -08-002 1250 North Highland Street Tavares, FL 32778 PROJECT NAMEILOCATION TELELPHONE ADDRESS & TELEPHONE NUMBER PROJECT PROJECT % COMPLETE DATE 352 - 551 -9118 Paul M. Lahr, PE NUMBER & REPRESENTATIVE Allman Management VALUE STATUS Salon Irrigation Pump Station and Well COMPLETED Algenol Biofuels Algenol Bicrkwis Cardno ENTRIX $1,437,830 In Progress 22% Research and Development Facility 16121 Lee Road 13888 Colonial Boulevard _ .... 16121 Lee Roatl -, .,,. 561- 262 -7819 ... T :239 -5)4 -1919 Fort Mvers, FL 33912 Paul Pet erson John Rahul, PG City of Mount Dora City of Mount Dora Booth, Ern, Straughan, Hiott Eastern Service Area WTP Production Wells Public Works &•Utilities Department 350 North Sinclair Ave. Project No. 11 -08-002 1250 North Highland Street Tavares, FL 32778 Robert A. Em Jr. PE 352- 267 -2449 MOurd Dora, FL 32757 352 - 551 -9118 Paul M. Lahr, PE Allman Management Altman Contrac tors, Inc. WA Salon Irrigation Pump Station and Well 1514 S. Federal Hwy PO No. 03- 109.104AMC Suite 3D0 Satoh Apartments Boca Raton, FL 33432 Fl. Lauderdale, FL Brett Kapuler. 561.237 -1336 Altman Management Altman Contractors, Inc. WA Sancti Irrigation Pump Station and Well 1514 S. Federal Hwy PO No. 0 31 09- 1 04AMC Suite 3D0 Satoh Apartments Bop Raton, FL 33432 Ft. Lauderdale, FL Br ett Kapuler. 561- 237 -1336 Sarasota County Sarasota County Utilities PBS&J Central County WRF Deep Injection Well 1001 Sarasota Center Blvd. 4030 West Boy Scout Blvd. Pmi. No. 2u11 -ulb r1. Myers, rL 3:taua c „an 7M Jack Gibson: 941- 861 -0548 Tampa, Florida 33607 Martv Clasen P.G.: 813 -281 -8272 City of Bow Raton Boca Raton Utility Services CDM Test Pilot Holes Construction 1401 Glades Rd. 6365 NW 6th Way Well Nos. 28W, 31W & 33W Bop Raton, FL 33431.6417 Suite 200 Proj. No. 78424 561- 338.7300 Ft Lauderdale, FL 33309 Stewart Megenheimer. 954- 776 -1731 Palm Beach County PBC - Capital Improvements Division Miller Legg So County Regional Park "A* Recharge We1L• 2633 Vista Pkwy. 2005 Vista Pkwy. Pmj. No. 09211 West Palm Beach, FL 33411 Suite 100 561. 233-0260 West Palen Beach, FL 33411 Christopher Holmes. P.E.: 561. 689-11 Seacoast Utility Authority Seacoast Utility Authority AECOM Hood Rd. Well No. 1 & 4200 Food Rd. 3550 SW Corporate Pkwy. Richard Rd. Well No. 4 Replacement Palm Beach Gardens, FL 33410 Palm City, FL 34990 Pro. No. 09. 476 -W 561.627 -2900 City of Clearwater City of Clearwater Mc1Crm & Creed Water Treatment Plants 1 & 3 100 S. Myrtle Ave. 1365 Hamlet Ave. Wellfeld Expansion Project - Phase 1 Clearwater, FL 337584748 Clearwater, FL 33756 Pro'. No. 07 -0037 -UT Tara Kivett 727. 562 -4750 Jeffrey Lowe: 727.442 -7196 Glades Utility Authority Glades Utility Authority WA Material Integrally Testing of Pahokee DI W 39700 Hooker Hwy. Pahokee, FL Belglade, FL 33430 Jim Stiles: 561- 801.6301 Palm Beach County Palm Beach Co. Water Utilitiies Dept Palm Beach Co. Water Utilitiies DepL Floridan & Deep Injection Well 8100 Forrest Hill Blvd. 8100 Forrest H01 Blvd. Continuing Construction Contract West Palm Beach, FL 33413 West Palm Beach, FL 33413 WUD W-051 Tom U mm: 561- 493.6000 Tom Uram: 561493.6000 PBC Wellfield Rehabilitation Palm Beach Co. Water Utiiitiiss Dept Palm Beach Co. Water Utiiitiies Dept Continuing Construction Contract 8100 Forrest Hill Blvd. 8100 Forrest Hill Blvd. WUD 07 -184 (WUD 08-023) West Palm Beach, FL 33413 West Palm Beach, FL 33413 Tom Uram: 561493-0000 Tom Uram: 561 493-0000 Town of Lantana Raw Water Supply Well N Town of Lantana, Florida Mathews Consulting Inc. Contract #1 500 Greynolds Circle 1475 Centrepark Blvd. Lantana, FL 33462 Suite 250 561 -540 -5758 West Palm Beach, FL 33401 Rene Mathews: 561 - 475 -7961 City of West Palm Beach City of West Palm Beach Mock, Roos & Associates, Inc. Surficial Aquifer Exploratory Wells and Montt( Public UOlites Department 5720 Corporate Way Public Utilhes Department West Palm Beach, FL 33407 West Plant Be ach, FL 33401 Garry Gruber. 561. 6833113 Pinewoods WTP Raw Water Main Lee County Utilities MWH Constructors Corkscrew WTP Wells & Water Main 1500 Monroe Street 16101 Aiico Road 16101 Alico Road Fort Myers, FL 33901 Ft Myers, FL 33913 Ft. Myers, FL 33931 Douglas Meurer. 239 - 5338181 Tom Machinski: 239-466 -1075 Palm Beach County Palm Beach Co. Water Utilitiies Dept. CDM System Wide Wellfield Improvements & 8100 Forrest Hill Blvd. 1601 Belvedere Rd. ECRW WTF Monitoring Well Nos. 2 & 6 Wellt West Palm Beach, FL 33413 Suite 211 Proj.No. WUD 05-041 Tom Ulm: 561 493 -6000 West Palm Beach, FL 33406 8100 Forrest Hill Blvd. Pat Gleason: 561 -689 -3336 West Palm Beach, FL 334163 (Surma Road & LOac Street Seacoast Utility Authority Arcadis Reese Macon & Assoc WellOeld Modifications 4200 Hood Rd. 6415 Lake Worth Road, Suite 307 Palm Beach County, Florida Palm Beach Gardens, FL 33410 Lake Worth FL 334632907 Wilbert Stewart: 561 -627 -2900 Thomas C. Jensen: 561 -433 -3226 PBC Wellfield Rehabilitation Palm Beach Co. Water Utilitiies Dept Palm Beach Co. Water Utilitites DepL Continuing Construction 8100 Forrest Hill Blvd. 8100 Forrest Hill Blvd. Contract Nos. 06-084 WA 1 & 2 West Palm Beach, FL 33413 West Palm Beach, FL 33413 Tom Ulm: 561.493 -6000 Tom Uram: 561493 -6000 City of Fort Myers City of Fort Myers CH2M Hill Constructors, Inc. 5 Floridan Raw Water Supply Wells 2751 Jacksonville Street 4350 W. Cypress Street 2751 Jacksonville Street Fort Myers, FL 33912 Suite 600 Fort Myers, FL 33912 Byron Weightmam 233332 -6876 Tampa, FL 33607 Jul-12 Jun-07 Southeast Drilling Seri ices, Inc. ATTACHMENT 3 BART ZIEGLER, P.E. Water Resource Engineer B.S., Civil Engineering, University of Florida Experience Mr. Ziegler is the President of Southeast Drilling Services, Inc. (Southeast), a general construction, water well construction and environmental drilling company with over 60 combined years of experience. Southeast currently provides services throughout the state of Florida. Mr. Ziegler is also a Water Resources Engineer. He provides expertise in general civil engineering, hydrogeology, and groundwater projects for water supply and effluent disposal. His project experience includes ASR wells (design and construction), water supply systems, deep injection wells (design, construction, supervision, mechanical integrity testing), groundwater monitoring studies, toxic and hazardous waste investigations, park design, and regulatory permitting. His primary responsibilities at Southeast include overall company management, bidding and estimating, project coordination, management and contract administration. He is also involved in the day to day project operations of ongoing projects. Mr. Ziegler has been the lead project manager on approximately 80% of Southeast's large drilling projects in the last 17 years. Prior to his employment with SED, Mr. Ziegler was employed by CH2M Hill, an international environmental consulting firm. He acted as a Client Coordinator in addition to the design and construction of general water resource projects. Professional Registration Professional Engineer, Florida; Licensed Water Well Contractor, Florida Other Registrations Certified Welder Licensed Private Pilot CPR Training and Certification First Aid Training and Certification Certified Site Safety Coordinator Southeast Drilling Sere ices, Inc. Membership in Professional Organizations Florida Water Well Association, Florida Engineering Society, Publications With Albert Muniz. Aquifer Storage and Recovery in the Floridan Aquifer System of South Florida. American Society of Civil Engineers -Water Resource Planning and Management Conference. Denver, CO. Man 1994 With Albert Muniz, J.I.Garcia- Bengochea, and R. David Pyne. Water Management in the 21 Centruy. Proceedings of the Florida Water Management Districts. Florida Department of Environmental Protection - International Dialogue of Water Management. Miami, FL. October 1993. Southeast Drilling Seri; ices, Inc. WILLIAM C. ZIEGLER Water Resource Specialist Education Undergraduate studies, University of Florida Experience Mr. Ziegler is currently a Vice President of Southeast Drilling Services, Inc. The firm is a water well construction and environmental drilling company and currently provides services throughout the state of Florida in water supply system construction and project management. Mr. Ziegler has been in the water well construction industry since 1968 and a licensed water well contractor in the state of Florida since 1971 (when state licensure was established). He has assisted in the design and managed construction of production, irrigation, monitor, injection and ASR well programs throughout the State. Southeast Drilling Services, Inc. provides design and construction services in the Private, Agricultural, and Municipal sectors. Prior to establishing Southeast Drilling Services, Inc., Mr. Ziegler was President of Diversified Drilling Corporation from its inception (1976) through 1988 in which he managed the day to day operations and financial planning and Vice President of Drilling Consultants, Inc. from 1988. The companies performed general Water Well Construction and Water Plant Installation throughout Florida and South Georgia. . Professional Registration Licensed Water Well Contractor, Florida South West Florida Water Management District Advisory Board Licensed Private Pilot Public Engagements Moderator for Trio Center Short Courses on Water Well Construction Instructor for City of Tampa Water Plant Operators School Speaker for The Great American Teach -in Membership in Professional Organizations National Ground Water Association Florida Ground Water Association (Past Board of Directors) West Coast Chapter of Florida Ground Water Association (Founding Member and Past Board of Directors) P:ISEDV2ESUMES\WCZSED2D0C IFB 11/12 -17 than five percent (5 %) of the Offeror's business and indicate the percentage owned of each such business and /or individual: W. B. Ziegler 50 %, W. C. Ziegler 25% and Sonya P. Ziegler 25% 13. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Offeror: NA 14. State the name of the Surety Company which will be providing the bond, and name and address of agent: We Surety Company Michael Rogers, Associates Agency, P. O. Box 16190, Temple Terrace. 33687 -6190 15. Bank References: Mutual of Omaha, Brian Holliday, 302 N Dale Mabry Hwy., Tampa, FL 33609 (bank) (address) Wells Fargo, Kevin Schmidt, 1501 W Swann AV, Bldg 3, Tampa, FL 33606 (bank) (address) Heritage Bank of Florida 23000 State Road 54, Lutz, FL 33549 (bank) (address) THE INFORMATION INDICATED IN ITEM 16 IS NOT REQUESTED AT THIS TIME, HOWEVER, THE CITY RESERVES THE RIGHT TO REQUEST THIS INFORMATION. 16. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: a. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses). b. Net Fixed Assets C. Other Assets d. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, accrued salaries, real estate encumbrances and accrued payroll taxes) e. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings) 435 -10.3 Southeast Drilling Services, Inc. J. BRIAN ZIEGLER Supervisor/Driller Education Chamberlain High School Experience Mr. Ziegler is currently the lead well drilling technician for Southeast Drilling Services, Inc. for projects throughout the state of Florida. He has been responsible for monitor wells, public supply systems, irrigation wells, private well construction and primary and secondary drinking water sampling on public supply systems. He played a key role in the development and implementation of Southeast's Groundwater Screening Program that has been used throughout the southeast to identify and determine the extent of toxic and hazardous waste materials in groundwater. Prior to joining Southeast, Mr. Ziegler was employed by Drilling Consultants Inc. in Tampa, Florida. He served as the lead for drilling operations throughout the state. He was responsible for monitor well; public supply systems, irrigation wells, private well construction and primary and secondary drinking water sampling on public supply systems. Registrations and Certifications Licensed Water Well Contractor, Florida 40 Hour OSHA Certification for Health and Safety (29 CFR 1910.120) 8 Hour - Refresher Courses (29 CFR 1910.120) American Red Cross certified for emergency care CPR certified Certified Crane Operator P:\SED\Resumes\JBZSED-2004. doc IFB 11/12 -17 State the name of the firm preparing the financial statement and date thereof: g. This financial statement must be for the identical organization named on page one? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). Please note, that the City of Sanford reserves the right to reject financial statement(s) submitted by other than the organization named on page one. THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO REJECT THE BID OR PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMFQ4r�iEXTj ,AWA AND /OR CONTRACT. W. State of Florida, County of H#LyEA r 0 Dy6H On this I1 day of 66MM - M 2pf p_ , before me, the undersigned Notary Public of the State of Florida, personally appeared W • �. -? r E6C.EQ and IV /A (Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: MICHAEL J WHITMAN :{ MY COMMISSION # EE015738 EXPIRES August 09, 2014 (407)398 -0153 FloridallotaryService.com (Name of Notary Public: Print, Stamp, or Type as Commissioned.) ,?! Personally known to me, or _ Produced identification: (Type of Identification Produced) _ DID take an oath, or DID NOT take an oath. Form No. SOQ 25.204 435 -10.4 Southeast Drilling Services, Inc. IFB 11/12 -17 COMPLIANCE WITH THE PUBLIC RECORDS LAW, 435 -11 Upon award recommendation or ten (10) days after opening, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Proposers /Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City of Sanford. If the company submits information exempt from public disclosure, the company must identify with specificity which pages /paragraphs of their bid /proposal package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the company agrees to defend, indemnify and hold the City harmless in the event we are forced to litigate the public records status of the company's documents. 09/11/2012 Affiant UM Date President Printed Name of Affiant Title State of Florida, County of Hillsborough On this 1— day of 4ZpTpnnp,=R 201D , before me, the undersigned Notary Public of the State of Florida, personally appeared W. B. Ziegler and JVA ( Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: 1 MICHAEL J WHITMAN • L MY COMMISSION # EE015738 EXPIRES August 09, 2014 7) 398 -0153 FloridallotaryServlce.com (Name of Notary Public: Print, Stamp, or Type as Commissioned.) y Personally known to me, or _ Produced identification (Type of Identification Produced) _ DID take an oath, or x DID NOT take an oath Southeast Drilling Services, Inc. PROJECT NO. IFB 11/12 -17 SECTION 00440 TRENCH SAFETY STATEMENT Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90 -96, Laws of Florida) effective October 1, 1990. The bidder further identifies the cost of compliance with the applicable trench safety standards as follows: Trench Safety Measure (Description) Units of Measure LF, SY Unit Quantify Unit Cost Extended Cost A. 1,1 14— B. C. D. TOTAL: NOTE: The total cost shown herein is already included in the various items in the Total Bid Price in the Contractors Proposal and is not additional to the pricing shown on the Bid Form. Bidder, by signature below, assures that the contractor performing trench excavating will comply with the applicable Trench Safety Standards. Failure to complete the above and submit with the Bid Form along with other required bidding documents, may result in bid being declared non- responsive. NOTE: BEFORE EXECUTION, CONTRACTOR IS REQUIRED TO REVIEW SECTION 00430. 00440-1 7/11 Southeast Drilling Services, Inc. IFB 11/12 -17 Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard 00435 -12 I hereby acknowledge for myself and my principal Southeast Drilling Services, Inc. (name of bidder or proposer), (hereinafter referred to as the "recipient') in accordance with the provisions of Florida Statute 119.07(1) and 24(a), Article 1 of the State of Florida Constitution), that any and all documents such as building plans, blueprints, schematic drawings and diagrams, regardless of the status of the documents (draft, preliminary or final) which depict the internal layout and structural elements of a proposed or existing public building, arena, stadium, water treatment facility, wastewater treatment facility, or other structure owned or operated by the City of Sanford that have been provided to the recipient by the City of Sanford are exempt from the Public Records Law of the State of Florida as set forth in the above reverenced law. The recipient hereby acknowledges its obligation to maintain the exempt status of this information and agrees to fully maintain, in every respect, the exempt status of the documents and protect and safeguard the documents from public dissemination. The recipient recognizes that the purpose of this exemption is to protect the City of Sanford, its citizens and the general public from acts of terrorism. The statement of the recipient made herein includes binding representations with regard to the following persons and entities, without limitation: all subcontractors (potential or contracted) of recipient, all employees, agents, officers and any other persons associated with recipient. The recipient shall ensure that all said persons and entities are advised of and agree to protect the exempt nature of the above referenced documents and to safeguard same prior to permitting any of the above said persons or entities to have access to the referenced documents. The recipient may use the referenced documents to make Bids upon an exempt municipal project in coordination with such persons and entities, provided recipient ensures that the exempt status and control of the documents is protected. Listing of specific documents, provided to the Recipient as documented below, which are exempt from the Statutes indicated and as provided above: 1. 2. 3. Recipient: Signature Representing: Zoutheast Drilling Services, Name of Company Date Printed Name and Title: W. B. Ziegler, President Solicitation Number: IFB 11/12 -17 Solicitation Title: Hidden Lakes Well No. 7 Replacement 5.1208 Exempt Public Records Southeast Drilling Services, Inc. IFB 11/12 -17 SECTION 00436 AFFIDAVIT OF E- VERIFY REQUIRMENTS COMPLIANCE City of Sanford, Florida Name of Project: Hidden Lakes Well 7 Replacement Bid Number /Contract Number: IFB 11/12 -17 I, W. B. Ziegler the duly authorized representative /agent of Southeast Drilling Services, Inc. , hereinafter referred to as Contractor, by this Affidavit attest to the following: That the Contractor is currently in compliance with and throughout the term of Contract Number IFB 11/12 -17 will remain in compliance with Executive Order 11 -02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ( "E- Verify ") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above - listed Contract are legally permitted to work in the United States. a. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E- Verify Program. 2. That the Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above - listed Contract. 3. That the Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 4. That all persons assigned by the Contractor or its subcontractors to perform work under contract Number IFB 11/12 -17 meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 5. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under Contract Number IFB 11/12 -17 are legally authorized to work in the United States and the State of Florida constitute a breach of Contract Number IFB 11/12 -17 for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 6. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E- Verify Program ", or any successor electronic verification system that may replace the E- Verify Program. 00436 Southeast Drilling Services, Inc. [Balance of this page intentionally blank; signatory page follows] DATED this 9th day of September 20 . Southeast Drilling Services, Inc. Contractor Name By: Prin me R Ziegler Title: PrPCidPnt STATE OF FLORIDA COUNTY OF SEMINOLE 1 HEREBY CERTIFY that, on this __S_ day of SrpTrrngcR , 20 LA , before me, an officer duly authorized in the State and County aforesaid to take acknowledgments, personally appeared t j 'R 'a / Cal 'r , X who is personally known to me or _ who has produced as identification. FJ4+0 7)398�n: Ni9CHAEL J WHITMAN MY C OMMISSION # EE015738 Print Name EXPIRES August 09 zola Notary Public in and for the County 3 F � o �a g ry$gryice.com and State Aforementioned My commission expires: 00436 Southeast Drilling Services, Inc. PROJECT NO. IFB 11/12 -17 Submitted, signed and seal d this day of j D�1'1� O�Z I CONT CTO ATURE B W. . egler President Printed NaM Title 10614 E. US Highway 92, Tampa, FL 33610 - 5972 Business Address ATTEST: Signature Seal NOTE: If the Contractor intends to install pipe by some other method than trenching Lind r tIh e definitions found in the Florida Trench Safety Act (90 -96, Laws of Florida), he shall so indicate by outlining in the space provided below the method he proposes and how it will comply with the Florida Trench Safety Act and related OSHA Standards for the Owner's evaluation. The Cost of accomplishing the work by any alternate methods to trenching is included in the bid prices shown in the Contractor's Proposal. Outline of Alternate Method: Submitted, signed and sealed this day of 2011. CONTRACTOR SIGNATURE By: Printed Name Title Business Address ATTEST: Signature Seal END OF SECTION 00440-2 7/11 Southeast Drilling Services, Inc. PROJECT NO. IFB 11/12 -17 SECTION 00470 COMPLIANCE REQUIREMENTS FOR INDEPENDENT CONTRACTORS APPLICABLE TO CRIMINAL HISTORY EVALUATION REQUIRED BY THE CITY OF SANFORD. REFERENCE: A. CITY ORDINANCE NO. 4019 B. RESOLUTION NO. 2059 C. 166.0442 FL STATUTES CONTRACTORS WHO HAVE ACCESS TO CITY OWNED AND /OR OPERATED FACILITIES DESIGNATED BY THE CITY TO BE CRITICAL TO SECURITY OF PUBLIC SAFETY SHALL COMPLY WITH THE FOLLOWING SECURITY MEASURES: 1. CONTRACTORS AND EACH OF THEIR EMPLOYEES SHALL, AS AND WHEN REQUIRED BY THE CITY, WEAR AN IDENTIFICATION BADGE WHICH PROVIDES THE NAME OF THE EMPLOYEE AND THE CONTRACTOR. 2. CONTRACTORS SHALL PROVIDE WITHIN FORTY -EIGHT (48) HOURS OF THE CITY'S REQUEST, A LIST OF EMPLOYEES AND SUBCONTRACTORS WHO WILL HAVE ACCESS TO CITY SITES AND /OR FACILITIES, THEIR WORKING DAYS, TIMES AND ASSIGNMENTS. ADDITIONALLY, THE CITY RESERVES THE RIGHT TO REQUIRE THE INCLUSION OF INDIVIDUAL ADDRESSES, SOCIAL SECURITY NUMBERS AND DRIVER'S LICENSE NUMBERS INCLUDING STATE OF ISSUANCE FOR EMPLOYEES AND SUBCONTRACTORS IDENTIFIED ABOVE. 3. The Contractor shall cause each employee and subcontractor deemed by the City to be functioning in a position critical to the security and /or public safety of the City to comply with procedures outlined below by submitting their fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation. A. The contractor, applicable to each contractor's and subcontractor's employee identified by the City, shall submit a fingerprint card which includes the ORI /Account Number provided by the City along with a check for $24.00 for each fingerprint card to the Florida Department of Law Enforcement. In addition, if the Police or Sheriffs Department processing the fingerprint cards charges a fee (cash only) for that service, the contractor shall be responsible for that charge. B. The fingerprint request shall include the subject's name, sex, race and date of birth and other information such as DL and SS. C. Fingerprint cards may be processed by any Florida Police Department or Sheriff's Department. If the contractor is "out -of- state," the fingerprint cards may be processed by any PD, etc. and sent to the address below for processing. The ORI No. assigned to the City of Sanford is FL759053Z this number must be used. The City will provide the forms. D. Sanford Police Department fingerprinting time schedule are only 00470-1 Southeast Drilling Services, Inc. PROJECT NO. IFB 11/12 -17 Monday, Wednesday and Friday from 9:00 AM -12:00 Noon. E. Fingerprint cards shall be sent to: Criminal Justice Information Services Post Office Box 1489 Tallahassee, Florida 32302 -1489 F. The ORI number directs the report to be returned to the City of Sanford. The Contractor shall not request the report to be returned to the Contractor. Only the fingerprint card(s) and the indicated payment are to be placed in the envelope. No cover letter or other instructions are to be included. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. IF A CONTRACTOR OR CONTRACTOR'S EMPLOYEE REFUSES TO AUTHORIZE THE RELEASE OF THEIR ADDRESS, SOCIAL SECURITY NUMBER, LICENSES AND /OR TO PARTICIPATE IN THE CRIMINAL HISTORY RECORD CHECKS WHEN REQUIRED BY THE CITY, THEY SHALL NOT BE ALLOWED TO WORK OR CONTINUE TO WORK IN OR ON SUCH CRITICAL POSITION(S) OR PROJECT(S). REPORTS WHICH REFLECT INCIDENTS IN AN INDIVIDUAL'S BACK GROUND WILL BE ADDRESSED AND RESOLVED ON A CASE BY CASE BASIS. END OF SECTION 00470-2 Southeast Drilling Services, Inc. ( ?W5 Project : Hidden Lakes Well 7 Replacement Quote No.: US- 5351 -77 Customer : City of Sanford Contact : Richard Casella Phone: 407 - 688 -5095 Fax :407-688-5093 Page No : 1 Date : Tuesday, September 11, 2012 Pump Model: Peerless Vertical - M12HXB 3 Stages D1 -7.84 x 8.94, D2 -7.56 x 8.59, D3 -7.25 x 8.25 Imp. Dia. (inch) Nom. Speed: 1770 RPM, 60 Hz Electric Stage No. Trim Status D2 -in x D2 -out Market : Vertical Turbine Pump - - --- Full - - - -- Impeller No.: 4605446 / LC - - - -- Full 7.84 x 8.94 Material Spec. Group: A - B: CIE; I: Brz = Standard 1 -3 Trimmed P 7.73 x 8.80 Item : 1 Fluid: Water Flow rate Q: 1500 US gpm Your Ref.: Bowl Total Head: 105 ft Temperature: 68 °F Bowl Efficiency: 81.1 % Viscosity: 1.007 cSt Bowl Power Required: 50.3 hp Sp. Gravity: 1.000 (base temp. 68 °F) NPSH Required 21 ft Performance curve according to Hyd Inst- Peerless Std 149.8 77.3 Comments Refer to factory for all single point bowl performance guarantees. Pumps must be selected with Hydraulic Institute - Peerless Std. See Std Hydraulic Performance document in RAPID for testing tolerances & contractual guarantees. Flow (US gpm) D1 -7.84 x 8.94, D2 -7.56 x 8.59, D3 -7.25 x 8.25 Efficiency N Power Required ( hp) NPSH Required (ft) 0 200 208.9 0.0 35.9 0 0 248.2 196.2 30.6 40.2 8.8 70 150 179.0 52.9 42.4 7.7 60 0 c 100 162.9 67.6 45.3 10.6 1888 993.0 149.8 77.3 48.6 16.6 3 0 50 134.2 82.7 50.8 20.8 20 w 1489.5 108.9 81.4 D3 D 1 10 30 72.5 69.5 45.8 21.0 525 1986.0 20 30.2 34.9 153 z 10 3 0 500 1,000 1,500 2,000 2,500 Flow - US gpm Comments Refer to factory for all single point bowl performance guarantees. Pumps must be selected with Hydraulic Institute - Peerless Std. See Std Hydraulic Performance document in RAPID for testing tolerances & contractual guarantees. Flow (US gpm) Head (ft) Efficiency N Power Required ( hp) NPSH Required (ft) Thrust ( 0.0 208.9 0.0 35.9 2765 248.2 196.2 30.6 40.2 8.8 2483 496.5 179.0 52.9 42.4 7.7 2146 744.7 162.9 67.6 45.3 10.6 1888 993.0 149.8 77.3 48.6 16.6 1630 1241.2 134.2 82.7 50.8 20.8 1287 1489.5 108.9 81.4 50.4 21.4 890 1737.7 72.5 69.5 45.8 21.0 525 1986.0 21.0 30.2 34.9 153 GL 1006. Grundfos - RAPID v8.25.9 (Windows 7) - 28th September 2010. SS a TABLE 11214 -B PUMPING UNIT DESIGN REQUIREMENTS Item /Design Conditions Pump Type Vertical Turbine Maximum Motor Full Load Speed (rpm) 1,800 Motor to be Supplied (hp) ) 60 Pump Design Speed (rpm) 1,800 Maximum Stages 3 Column Diameter, (inches) 10 Discharge Size, (inches) 10 Minimum Pump Shut -Off Head (feet) 208 Design Point #1 Capacity (gpm) 1275 TDH at Design Point #1 (feet) 131 Minimum Pump Efficiency at Design Point #1 ( %) 83 Design Point #2 Capacity (gpm) 1,500 Design Point #2 TDH (feet) 105 Minimum Pump Efficiency at Design Point #2 ( %) 81 NPSHR at Design point #4#2, maximum (ft) 21 Run -Out Head (feet) 25 Pressure Gauge Range (psi) 0 -100 Notes: 1. Pump shall not exceed motor rating over the entire pump curve. 2. Pump operation shall not result in cavitation, excessive vibration, or other undesirable conditions at the minimum TDH conditions specified below. 3. Manufacturer shall provide steel sole plate required for installation of the well pump. ( W! � Customer : City of Sanford Contact : Richard Casella Project : Hidden Lakes Well 7 Replacement Phone : 407 - 688 -5095 Fax :407- 688 -5093 Quote No.: US- 5351 -77 Page No : 1 Date : Tuesday, September 11, 2012 Pump Model: Peerless Vertical - M12HXB 3 Stages Nom. Speed: 1770 RPM, 60 Hz Electric Market : Vertical Turbine Pump Impeller No.: 4605446 / LC Material Spec. Group: A - B: CIE; I: Brz = Standard Item : 1 Fluid: Water Your Ref. : Bowl Total Head: Temperature: 68 °F Viscosity: 1.007 cSt Sp. Gravity: 1.000 (base temp. 68 °F) Performance curve according to Hyd Inst- Peerless Std Comments Refer to factory for all single point bowl performance guarantees. Pumps must be selected with Hydraulic Institute - Peerless Std. See Std Hydraulic Performance document in RAPID for testing tolerances & contractual guarantees. Flow (US gp Imp. Dia. (inch) Stage No. Trim Status D2 -in x D2 -out - - - -- Full - - - -- ----- Full 7.84 x 8.94 1-3 Trimmed P 7.73 x 8.80 Flow rate Q: 1500 US gpm Bowl Total Head: 105 ft Bowl Efficiency: 81.1 % Bowl Power Required: 50.3 hp NPSH Required 21 ft Comments Refer to factory for all single point bowl performance guarantees. Pumps must be selected with Hydraulic Institute - Peerless Std. See Std Hydraulic Performance document in RAPID for testing tolerances & contractual guarantees. Flow (US gp D1 -7.84 x 8.94, D2 -7.56 x 8.59, D3 -7.25 x 8.25 Power Required ( hp) NPSH Required (ft) Thrust (lb) 0 200 0.0 35.9 2765 248.2 0 0 30.6 40.2 8.8 2483 496.5 179.0 7 150 7.7 2146 744.7 162.9 67.6 0 Cz 100 1888 993.0 149.8 77.3 48.6 c 1630 1241.2 134.2 82.7 50.8 20.8 3 0 0 .� 50 108.9 81.4 50.4 21.4 890 20 w 72.5 69.5 45.8 21.0 73 D 10 30 34.9 153 = 20 U) CL 10 z 3 0 o_ 500 1,000 1,500 2, 000 2,500 Flow - US gpm Comments Refer to factory for all single point bowl performance guarantees. Pumps must be selected with Hydraulic Institute - Peerless Std. See Std Hydraulic Performance document in RAPID for testing tolerances & contractual guarantees. Flow (US gp Head (f t) Efficiency (% Power Required ( hp) NPSH Required (ft) Thrust (lb) 0.0 208.9 0.0 35.9 2765 248.2 196.2 30.6 40.2 8.8 2483 496.5 179.0 52.9 42.4 7.7 2146 744.7 162.9 67.6 45.3 10.6 1888 993.0 149.8 77.3 48.6 16.6 1630 1241.2 134.2 82.7 50.8 20.8 1287 1489.5 108.9 81.4 50.4 21.4 890 1737.7 72.5 69.5 45.8 21.0 525 1986.0 21.0 30.2 34.9 153 C 1006. Grundfos - RAPID v8.25.9 (Windows 7) - 28th September 2010. tf�T TABLE 11214 -B PUMPING UNIT DESIGN REQUIREMENTS Item /Design Conditions Pump Type Maximum Motor Full Load Speed (rpm) Vertical Turbine 1.800 Motor to be Supplied (hp) (M-a) 60 Pump Design Speed (rpm) 1,800 Maximum Stages 3 Column Diameter. (inches) 10 Discharge Size, (inches) 10 Minimum Pump Shut -Off Head (feet) 208 Design Point #1 Capacity (gpm) 1275 TDH at Design Point #1 (feet) 131 Minimum Pump Efficiency at Design Point #1 ( %) 83 Design Point #2 Capacity (gpm) 1,500 Design Point #2 TDH (feet) 105 Minimum Pump Efficiency at Design Point #2 ( %) 81 NPSHR at Design point #1#2, maximum (ft) 21 Run -Out Head (feet) 25 Pressure Gauge Range (psi) 0 -100 Notes: 1. Pump shall not exceed motor rating over the entire pump curve. 2. Pump operation shall not result in cavitation, excessive vibration, or other undesirable conditions at the minimum TDH conditions specified below. 3. Manufacturer shall provide steel sole plate required for installation of the well pump. E � j 1 17" CITY OF SANFORD FLORIDA Solicitation Number: IFB 11/12 -17 Hidden Lakes Well 7 Replacement ADDENDUM 2 Date Issued: September 11, 2012 Question asked or Issue: Pump specifications Answer: Please see attached 3 sheets. Authorized by: COMMENTS APPLICABLE TO THE SPECIFIED PUMP • Paragraph 2.02.G.3 —The referenced fittings and solenoid valve are typically provided by the contractor doing the installation, not the pump manufacturer. • Paragraph 2.03.F.16 — Sound testing is typically done by the contractor after installation is complete, not the pump manufacturer. • Table 11214A — Add stainless steel to the acceptable materials for the strainer. • Table 11214B — Revised data table attached. City of Sanford - Purchasing Office 300 N. Park Avenue (P.O. Box 1788) Room 236, Sanford, FL 32771 Telephone: (407)688 -5028 Facsimile: (407)688 -5021 Email: smithbCcD-sanfordfl.ctov http: / /www.sanfordfl.gov /purchasing Addendum 1 Solicitation Number: IFB 11/12 -17 Date Issued: August 24, 2012 Minor Changes Noted: 1. Page 29 mislabeled 00425 -9; pen and ink change to 00435 -9 2. Contract completion based on the new well construction and testing, not necessarily the pump purchase, installation, and testing; nor the existing well house demolition and well abandonment. It is noted that the pump shall be purchased after testing is completed. Contractor is responsible to coordinate delivery to be timely as related to project timelines. 3. Add Section 11214 4. VERTICAL TURBINE WELL PUMP PART I — GENERAL 1.01 DESCRIPTION A. The Work covered in this Section shall consist of the vertical turbine pump and motor, and all materials, equipment, transportation, tools and labor, unless otherwise specified, to install a vertical turbine well pump and motor with all accessories, all testing and all items called for or that can be reasonably inferred from the contracts for a complete job ready to operate. If any items for a complete operable installation are omitted or not shown, unless otherwise specified, the Contractor shall furnish and install the same without cost to the Owner. B. Contractor shall furnish and install on the production well a permanent vertical turbine well pump and motor provided that the constant rate discharge test results and water quality analyses show that the well has satisfactory yield and quality of water to become a production well in the City of Sanford water supply system. This determination shall be made by the Owner's Consultant and the Owner. C. If the yield and /or the quality of the water are not satisfactory, the well pump shall be modified as agreed upon by the Owner and the Owner's Consultant in conference with the Contractor. A change order, satisfactory to all parties, shall Component Material Bronze nuts Suction vessel Carbon steel, ASTM A 283, Grade B or ASTM A 53, Grade B Collet Stainless Steel, Type 316 or monel Strainer Bronze, SAE 40 Notes: 1. Materials of construction for components not listed shall conform to AWWA E101, Part A, Table 1, except that the materials shall be considered required, not typical. 2. Do not construct the impeller and bowl liner of the same material. a. U.S. Motor b. General Electric C. Approved equal E. Shop Tests and Test Reports: Each pump shall be fully tested on water at the pump manufacturer's plant before shipment. The motors used in testing shall be same horsepower, speed, voltage and type as motors to be provided. Tests shall consist of checking the unit at its rated speed, head, capacity, efficiency and brake horsepower. Tests shall include a Running Test in accordance with AWWA E101 /Hydraulic Institute Standards and hydrostatic tests of the bowl and discharge head. Certified copies of test reports shall be submitted. The Standards of the Hydraulic Institute and AWWA shall govern the procedures and calculations for these tests. During these tests the pumps shall be checked for balance. 2. All motors shall be given a standard short commercial test conforming to IEEE, ANSI and NEMA Standard requirements to determine that they are free from electrical or mechanical defects and to provide assurance that design conditions are met. These tests shall include: a. No load current b. Locked rotor current C. Bearing inspections d. High potential e. Winding resistance Vibration and balance test in accordance with NEMA Standard MG 1 -12.05 and MG 1 -12.06 and Hydraulic Institute Standards. 1.03 SUBMITTALS A. Shop Drawings: Submit the following to the Engineer for approval before fabrication and purchase. Submittals shall include at least the following: Manufacturer's literature, illustrations, and applicable data for the pump. 2. The Shop Drawings shall include details of pump assembly, installation layout and procedures, piping and electrical connections and requirements, types of materials used in pump construction, details on all pump accessories, such as couplings, line shaft, discharge head, etc., dimensions of major components, weights, structural and operating features, space required, clearances, type of finish or shop coat, and other pertinent data. 3. A list of manufacturer's recommended spare parts shall be supplied, with the manufacturer's current price for each item. See Paragraph 2.05. List the bearings by the bearing manufacturer's numbers only. 4. The following data shall be provided on the drive motor: materials of construction, dimensions, rpm at full load, frequency, voltage, full load current, code and design letter, efficiency, horsepower, number of phases, time rating, temperature rise, service factor, and bearing life 3. The Demonstration Test shall demonstrate that all items of these Specifications have been met by the equipment, as installed, and shall include the following tests: a. That the pump can deliver the specified pressure and discharge flow at rated efficiency. 4. In the event that the equipment does not meet the Demonstration Test, the Contractor shall, at his own expense, make sure changes and adjustments in the equipment which he deems necessary and shall conduct further tests until written certification is received from the Engineer. 5. The pump shaft of each unit will be dial indicated and data for TIR will be cataloged and turned over to the engineer for review. The TIR shall not exceed those levels acceptable by pump manufacturer. 6. All units will be vibration tested in the field, these test will be in accordance with HIS procedures and show acceptable limits to the pump manufacturer. The testing data will include upper and lower X, Y and Z axis. The test data shall be cataloged for the engineer to review. 3.05 PUMP CURVES A. Submit to the Engineer six (6) copies of the certified performance curve for each pump, 8 1/2 -inch by 11 inch in size, laminated in plastic. The pump curves each shall indicate the pump number, type of service, manufacturer, model number, serial number, location, and other data specific to the pump as required above for submittals. 16. Type of Impellers 17. Discharge Head Model No. 18. Motor Manufacturer and Model No. 19. Motor NEMA Frame No. 20. Motor Horsepower hp 21. Motor Speed RPM 22. Motor Efficiency at Rated Capacity % 23. Actual Bowl Efficiency at Rated Capacity (Adjusted for Staging) % 24. Line Shaft Loss at Rated Capacity HP 25. Brake Horsepower of Pumping Unit at Rated Capacity BHP 26. Kilowatt Consumption Per Hour at Rated Capacity KW /hr 27. Field Efficiency of Turbine (Wire to Water) % 28. Hydraulic Thrust at Rated Capacity pounds 29. Weight of Line Shaft pounds 30. Total Thrust Load at Rated Capacity pounds 31. Capacity of Motor Thrust Bearing pounds D. Operating and Maintenance Instructions: Submit six (6) sets of operation and maintenance manuals. The operation and maintenance manuals shall have been prepared specifically for the model and type of pump furnished and shall not refer to other models and types of similar equipment. The operation and maintenance manuals shall include but not be limited to the following: 1. Equipment function. 2. Description. 3. Normal and limiting operating characteristics. 4. Installation instructions (assembly, alignment and adjustment procedures). 5. Operation instructions (normal start-up and shutdown procedures, normal operating conditions and emergency situations). 6. Lubrication and maintenance instructions. 7. Troubleshooting guide. 8. Parts list with catalog numbers of parts subject to wear. 3. One (1) year supply of each type of lubricant required C. All spare parts shall be furnished in containers properly labeled and identified with indelible markings as to their contents without opening the packaging. Containers shall be suitably protected for long -term storage. PART 3 - EXECUTION 3.01 INSTALLATION A. Installation of pumping equipment shall be in strict accordance with the respective manufacturer's instructions and recommendations in the locations shown on the Drawings. Equipment shall be installed by experienced and mechanically skilled workmen with previous experience in similar installations. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. B. All necessary vents, concrete foundation, anchor bolts, grouting, etc. shall be provided to ensure a complete and satisfactory installation of the pumping equipment including pump, electric motor, line shafting, column pipe, and electrical connections. C. Hardware: All anchor bolts, nuts and washers shall be Type 316 stainless steel unless otherwise modified in Table 11214 -A. All brackets and the hardware items shall be Type 316 stainless steel unless otherwise modified in Table 11214 -A. D. Noise and Vibrations: all equipment containing moving parts shall be installed level and plumb, unless otherwise indicated in the Drawings or in the specifications; and shall be anchored securely in order that noise be suppressed to a minimum and that vibrations do not cause damage while in operation. 3.02 FACTORY SERVICE REPRESENTATIVE A. The equipment manufacturer shall furnish the services of a competent and experienced representative who has complete knowledge of proper operation and maintenance of the equipment for a period of not less than two (2) eight (8) hour days in two separate visits to inspect the installed equipment, supervise the initial test run, and to provide instructions to the Owner's personnel. The first visit will be for checking and inspecting the equipment after it is installed. The second visit will be to operate and supervise the initial field test. At least four (4) hours of the second day shall be allocated solely to the instruction of Owner's personnel in operation and maintenance of the equipment. This instruction period shall be scheduled at least ten (10) days in advance with the Owner and shall take place prior to acceptance by the Owner. The final copies of Operation and Maintenance manuals specified in Section 01730 must have been delivered to the Engineer prior to scheduling the instruction period with the Owner. 3.03 WELL DEVELOPMENT, DISINFECTION, AND CLEARANCE A. No raw water shall be discharged into the raw water piping system until the well has been redeveloped, disinfected, and cleared for service by the Florida Department of Environmental Protection. B. After the permanent well pump has been installed, the well shall be developed with the well pump at a flow rate of no less than 1,500 gpm. The turbidity of the supporting the entire pump, motor, and appurtenances. It shall be fitted with machine bolt holes in accordance with the manufacturer's recommendations. Omission of foundation plates will not be permitted. L. Strainer: Provide a threaded cone type strainer, constructed of materials per Table 11214 -A, for installation on the suction bell. Strainer shall be provided by pump manufacturer. 2.03 PUMP MOTOR A. The pump manufacturer shall be responsible for supplying the motor and shall ensure proper coordination for mounting of the motor on the pump. The manufacturer shall properly select and size the drive unit for the pump inclusive of thrust bearing capacity for all conditions including start-up, runout, and shutoff. B. The motor bearing loading for the driver shall include the total pump lineshaft downthrust. The motor bearings shall be designed to withstand any momentary upthrust. C. Adjusting nut shall be provided at the top of the motor for varying the impeller clearance. D. The pump motor shall be a vertical hollow shaft, high thrust, specially built NEMA Style "P" base, squirrel cage induction type, with low starting current and normal starting torque characteristics. The motor shall be designed for continuous operation with a 460 volt, 3 phase, 60 Hertz power supply with a maximum speed as provided in Table 11214 -B. E. Pump motor shall be provided with a non - reverse ratchet coupling assembly. Motor windings shall be double dipped and baked with epoxy and finally shall be coated with a fungicidal varnish suitable for tropical environments. Rotation of the vertical shaft shall be counter clockwise when viewed from above. F. The motor shall be non - overloading, without use of the service factor, at any point on the driven pump's performance curve. The motor shall be NEMA Design B, and shall be designed, constructed and tested in accordance with applicable IEEE, NEMA, AFBMA and ANSI standards as manufactured by manufacturer listed in 1.02 or an equal approved by the Engineer. Motors shall be given a short commercial test in accordance with IEEE standards and furnished with the following construction features before shipping to the pump manufacturer testing facility: Construction: All cast iron corrosive duty construction for frame, end brackets, conduit box and fan shroud. Motor shall be supplied with lifting lugs or "0" type bolts on the top of the motor. 2. Enclosure: TEFC -1. Openings for ventilation shall be uniformly spaced around the motor frame. Openings shall be screened with 1/8 -inch 316 stainless steel mesh insects and rodents screen. 3. Horsepower: Motor horsepower shall meet requirements as specified in Table 11214 -B. 4. Efficiency: Premium, 95 percent nominal minimum efficiency at full load capacity 5. Insulation: Class F 6. Temperature Rise: Class B based upon 40 degrees C ambient C. The replacement or repair (including cost of parts and labor) of those items normally consumed in service, such as pump packing, oil, grease, and the like, shall be considered as part of routine preventive maintenance by the Owner. D. Certifications: Furnish the Engineer with a written certification signed by the manufacturer's representative, that the installed equipment: 1. Has been installed per manufacturer's requirements. 2. Has been lubricated per manufacturer's instructions. 3. Has been accurately aligned and proper running clearances set. 4. Is free from undue stress imposed by piping or mounting bolts. 5. Is ready to be operated on a continuous basis, and is free from any known defects. E. The manufacturer's written warranty shall be submitted for all major pieces of equipment. PART 2 - PRODUCTS 2.01 EQUIPMENT GENERAL REQUIREMENT'S A. Pump curves shall have no more than one specific flow rate corresponding to one specific head condition except for shut -off head. B. Material Service Requirements: The pump and all related equipment shall be constructed of materials suitable for the intended applications. C. Data Plates: All data plates shall be of stainless steel suitably attached to the pump with stainless steel screws. 1. Pump data plates shall contain the manufacturer's name, pump size and type, serial number, speed, impeller diameter, design capacity and head, and other pertinent data. 2. Motor data plates shall contain the manufacturer's name and model number, serial number, rpm, hp, frequency, voltage, phase, efficiency, and service factor. D. Hardware: All machine bolts, nuts, and cap screws shall be of the hex head type 316 stainless steel (18 -8), unless otherwise modified in Table 11214 -A. Hardware requiring special tools or wrenches shall not be used. E. Parts Numbering: Parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be properly identified by a separate number. Identical parts for separate units shall have the same number. F. Miscellaneous Parts: The equipment shall be furnished with shims, stainless steel anchor bolts, couplings, motor flanges, and any other miscellaneous materials necessary to properly mount and install pump and motor. Anchor bolts, nuts and washers shall be 316 stainless steel. retainers which shall be held in position in the column couplings by means of the butted ends of the column of not more than 10 feet separation. Line shaft bearings shall be constructed of materials per Table 11214 -A with ductile iron or bronze line shaft bearing retainers. 3. The line shaft will be prelubricated by a cascade system utilizing a 120 volt solenoid energized for a time delay relay to run for 1 minute prior to energizing the motor. The pump manufacturer shall be responsible for supplying the injection fittings plumbed into the discharge head and the solenoid valve. H. Column Pipe: The column pipe shall be standard 10 -foot lengths with screwed coupled connections. Pipe shall be constructed of materials per Table 11214 -A, supplied with butt threaded connections and coated internally and externally with a high build modified epoxy of 10 mils dry film thickness. Coating shall be compatible for pump service and suitable for potable water use as approved by the National Sanitation Foundation (NSF) Standard 61. The pipe shall be faced parallel and machined with threads to permit ends to butt to ensure proper alignment when assembled. Discharge Head: The discharge head shall provide for above - ground mounting, be constructed of materials per Table 11214 -A, and shall provide machined surfaces for base support, motor attachment, discharge pipe flange attachment, and column pipe attachment. Discharge head shall support vertical electric motor, pump column, and bowls. Drive shaft shall be coupled above the stuffing box in the discharge head to facilitate easy removal and replacement of the driver. The discharge flange shall be drilled for 125 pound template (ANSI Standard B16.1). Lifting lugs shall be provided with the capacity to support the weight of the entire pump unit. The interior of the discharge head not exposed to view shall have a coating of high build modified epoxy of 10 mils dry film thickness. Coating shall be compatible for pump service and suitable for potable water use as approved by the National Sanitation Foundation (NSF) Standard 61. Exterior coating for the discharge head and pump motor shall conform to the following requirements: 1. Primer: Two -part epoxy polyamide primer. Carboguard 888 Primer: One (1) coat, 4 mils dry film thickness (DFT). 2. Intermediate Coat: Two component cross - linked epoxy. Carboguard 890: One (1) coat, 6 mils DFT. 3. Finish Coats: Single component, water -borne acrylic topcoat Carbocrylic 3359: Two (2) coats, 2 mils DFT per coat. 4. Total minimum system finish coating thickness shall be 14 mils DFT. Stuffing Box: The discharge head of the well pump shall be fitted with a stuffing box, having a bearing constructed of materials per Table 11214 -A, cage ring, split type packing gland and not less than six (6) rings of graphited fiber packing. The gland shall be fitted with a brass needle valve with piping brought out beyond the head to rock drain through copper tubing. Provide a water slinger above the stuffing box and a connection for discharge of the stuffing box water to the exterior of the discharge head. The discharge head design shall permit the shaft to be coupled above the stuffing box to facilitate easy removal and replacement of the driver. Access to the stuffing box shall be through windows placed 90 degrees from the discharge. Fit the windows with stainless steel wire fabric guards conforming to OSHA standards. Guards shall be supplied by the pump manufacturer. K. Foundation Plate: A suitable foundation plate constructed of materials per Table 11214 -A shall be provided and attached to the bottom of the discharge head. It shall be sized to match the dimensions of the concrete pad and be capable of 7. Service Factor: 1.15 8. Epoxy coated rotor and stator windings. 9. Motor windings for stator and rotor and motor leads shall be manufactured using solid copper wire. 10. Shielded, regreasable, vacuum degassed steel ball bearings. Motor thrust bearings shall have ample capacity to carry the weight of all rotating parts plus the hydraulic thrust of the pump impellers with an ample safety factor. Minimum B -10 bearing life of 100,000 hours. 11. Corrosion resistant hardware and grease plugs. 12. Gasket between motor frame and conduit box. 13. Gasketed cast iron conduit box. 14. Stainless steel nameplate fastened with stainless steel pins. 15. Accessories: Each motor shall be provided with a heat overload protection device to protect the motor from overheating during operation. All devices shall immediately stop the drive motor in the event of excessive heat buildup. Motor shall be provided with a 120 -volt single phase strip heater to maintain a motor temperature of at least 40 degrees C, or 10 degrees C above ambient, whichever is greater. 16. Vibration and Sound limits: Vibration shall not exceed Hydraulic Institute Standards and sound pressure level shall not exceed 80 dbA at 5 feet under full load conditions in accordance with IEEE standard 85. Sound test will be conducted by pump manufacturer during start up testing and be cataloged and submitted to the engineer for review. 17. A grounding lug shall be provided in the conduit box. 2.04 PUMP AND MOTOR COUPLING GUARD A. Provide a coupling guard on the discharge head to prevent personal injury from the rotating pump and motor coupling. The guard shall be manufactured of Type 316 stainless steel and shall comply with all applicable OSHA requirements. The guard shall be hinged to the pump base with Type 316 stainless steel bolts and nuts or screws and shall be easily removable for access to the pump and motor coupling. 2.05 SPARE PARTS A. Furnish to the Owner a complete set of all special tools, including lubricating devices, required for normal operation, adjustment and maintenance of the equipment supplied. All such tools shall be furnished with a heavy duty, thermoplastic tool chest complete with a padlock and duplicate keys. B. Furnish the recommended spare parts, properly boxed and labeled for the type of pump provided for the Project, as a minimum, the following: Two (2) sets of packing, lantern rings and stuffing box bearing 2. Two (2) brass needle valves raw water shall be monitored by the Contractor during development. Development shall be considered complete when the turbidities are less than 0.5 NTU for at least an hour based upon measurements taken every ten minutes and the turbidities are not decreasing more than twenty percent from the beginning to end of the hour. C. After the well has been successfully redeveloped, the Contractor shall disinfect the well and well pump installation. The Contractor shall introduce sufficient chlorine solution into the well and permanent discharge piping to produce a chlorine residual of 50 mg /1 in accordance with AWWA C651 and C654. The Contractor shall submit his procedures for disinfection to the Engineer for review and comment prior to proceeding with disinfection. The chlorine residual shall be measured until it drops to zero, at which time the well shall be pumped to waste for a minimum of 15 minutes and turbidities checked to be less than those specified in 3.03B, the well shall be ready for bacteriological evaluation. D. The Contractor shall furnish the necessary labor and equipment to assist Owner in obtaining daily bacteriological samples for 2 consecutive days. The samples shall be obtained using the permanent pump and taken after 20 to 30 minutes of pumping. If all 2 samples show the absence of residual chlorine and total coliform bacteria, the Engineer shall submit the results to FDEP and request clearance of the well for services. After receipt of clearance from the FDEP, the Contractor shall connect the well discharge piping to the raw water mains and proceed with final testing of the well installation. E. If the wells fail the initial bacteriological evaluation, the Contractor shall redisinfect the well in accordance with 3.05C and assist the Owner in obtaining additional bacteriological samples as described in 3.05D, all at no additional cost to the Owner. If the second effort to clear the well fails, the Contractor may request a change order for the additional work required to obtain clearance of the well for service. 3.04 INSPECTION AND TESTING A. After pump has been completely installed, the Contractor shall conduct, in the presence of the Engineer, testing of all equipment to demonstrate capacity, correct alignment, smooth operation, proper adjustment, and freedom from noise, vibration, over - heating and leaking, and to ensure satisfactory compliance with the Specifications. All defects shall be corrected. The Contractor shall supply all oil, grease, electric power, water, and all other material necessary to complete the field tests. B. If the pump performance does not meet the Specifications, corrective measures shall be taken by the Contractor, or pump shall be removed and replaced with a pump which satisfies the conditions specified. C. Motor Field Testing: Motor shall be disconnected from the pump and run for four (4) hours. Following the run -in test, reconnect the motor to the pumping equipment and reinstall all coupling guards. D. Pump Field Testing: Upon completion of all the mechanical work, the Contractor shall conduct testing as specified herein to demonstrate that the equipment performs in accordance with all Specifications. 2. The Contractor shall perform initial testing of the equipment to ensure that the tests listed in the Demonstration Test paragraph below can be completed. TABLE 11214 -A MATERIALS OF CONSTRUCTION Component Material Pump shafts, shaft couplings, and sleeves Stainless Steel, A 743, Grade CF -8M or ASTM A 276, Type 410 or Type 416. Bowl wear rings or seal rings for bowls 24" diameter and larger Stainless Steel, A 743, Grade CF -8M or CA -15 ASTM A 276, Type 410, 420, or bronze, ASTM B 584, Alloy C 93700. Bearing retainers (fabricated integral) Carbon steel, A 283, Grade B Bearing retainers (insert type) Bronze Alloy C 93700, or C -83600 Or Ductile Iron Impellers Bronze, ASTM 584, Alloy C 93700 or C -83600 or stainless steel ASTM A 276, Type 316 Impeller shaft Stainless steel, ANSI Type 416 ASTM A276 Impeller shaft bearings Bronze, ASTM B- 505- C84400 Lantern ring Split type only Bronze, B 584, Alloy C 83600 or ASTM B 62 Pump bowls and suction intake Cast Iron, A 48, Class 30 Bowl shaft Stainless Steel, Type 416 Bowl bearings Bronze, B 584, Alloy C 93700; SAE 660 Bronze, Alloy 954 Lineshaft bearings Neoprene All parts made of fabricated steel including discharge head or motor stand, unless specified otherwise (such as discharge head) Carbon steel, ASTM A 283, Grade B or C, or ASTM A 53, Grade B Cast Iron or Fabricated steel (all VFD applicatons 150 LB FF fabricated, unless specified 300LB) Foundation plate Cast iron or Fabricated steel Column pipe and shaft enclosing tube Carbon steel, ASTM A 283, Grade B or C, or ASTM A 53, Grade B Column pipe coupling Ductile Iron Grade 65 -45 -12 Flanges ASTM A 105, A 181, or A 182 Bolts and nuts for discharge head and column pipe flanges, basket strainer, coupling guard Bolts shall be Type 316 stainless steel conforming to ASTM A 193, Grade BBM. Nuts shall be Type 316 stainless steel conforming to ASTM A 194, Grade 8M Stuffing box gland parts Bronze, ASTM B 584, Alloy 836, or ASTM B 62 or 416 Stainless Steel, or ASTM A226, Type 316 Gland nuts and bolts Stainless steel, ASTM A 276, Type 316 bolts with TABLE 11214 -B PUMPING UNIT DESIGN REQUIREMENTS Item /Design Conditions Pump Type Vertical Turbine Maximum Motor Full Load Speed (rpm) 1,800 Motor to be Supplied (hp) (Max) Pump Design Speed (rpm) Maximum Stages Column Diameter, (inches) Discharge Size, (inches) Minimum Pump Shut -Off Head (feet) Design Point #1 Capacity (gpm) TDH at Design Point #1 (feet) Minimum Pump Efficiency at Design Point #1 N Design Point #2 Capacity (gpm) 1,500 Design Point #2 TDH (feet) Minimum Pump Efficiency at Design Point #2 N NPSHR at Design point #11, maximum (ft) Run -Out Head (feet) Pressure Gauge Range (psi) 0 -100 Notes: 1. Pump shall not exceed motor rating over the entire pump curve. 2. Pump operation shall not result in cavitation, excessive vibration, or other undesirable conditions at the minimum TDH conditions specified below. 3. Manufacturer shall provide steel sole plate required for installation of the well pump. END OF SECTION Authorized by: Ardaman & Associates, Inc. Qeotechnical, Environmental and Materials Consultants City of Sanford Utility Department P.O. Box 1788 Sanford, FL 32772 -1788 Attention: Mr. Paul R. Moore, P.E., Director Subject: Hidden Lakes Well #7 Replacement — Bid Evaluation Dear Mr. Moore: September 20, 2012 File Number 10- 10 -0406A As requested, Ardaman & Associates, Inc. (Ardaman) is pleased to provide the City of Sanford a bid evaluation for the Hidden Lakes Well #7 Replacement project. The bids were due September 17, 2012 at 2:00 pm. There were a total of three bids received by the City for this project. All three contractors were determined capable to perform the work based on personal experience with the contractors and the example projects provided. The base bids for the project include items 1 through 23, which involve construction and testing of the well, purchase and installation of a vertical turbine pump and motor, and installation of a fence and gate around the well. The bid tabulation is provided in Table 1. The base bids are as follows: BASE BIDS 1. Southeast Drilling Services Inc. $287,200.00 2. Rowe Drilling Company Inc. $274,150.00 3. All Webbs Enterprises, Inc. $364,750.00 There were additive /deductive Items In the contract, which included straddle packer testing, demolition of the existing well house, pulling the existing pump, logging and abandoning the existing well, and Installation of limerock gravel during the well abandonment. The additive item bids are as follows: ADDITIVE ITEMS 1. Southeast Drilling Services Inc. $80,000.00 2. Rowe Drilling Company Inc. $80,900.00 3. All Webbs Enterprises, Inc. $47,200.00 The apparent low bidder was Southeast Drilling Services Inc. at $267,200 for the base bid and at $327,200 for base bid plus additive items. The bid from Southeast Drilling Services appears to be mathematically unbalanced with 36% of the total cost of the base bid within the general administration and mobilization of the project (item numbers 1 through 4), but the bid does not appear to be materially unbalanced because the estimated quantities for the contract are good estimates for this type of project. Compared to the other two bids, there are only five Items with unit costs higher than the average cost of the other two bidders other than items 1 thru 4. These Include surface using, video logging, well development, step drowdown testing, and constant rate discharge testing. The table on the next page compares the unit costs from the three drillers for these items and the average for the unit costs from Rowe and All Webbs for comparison. 8008 S. Orange Avenue 32809. Post Office Box 693009, Orlando, Fonda 32859 -3003 Plane (407) 855.3$60 FAX(407)Mg-8121 LouWana: Alexandria, Salon Rouge, Monroe, New Orleans, Shreveport Florida: Bartow. Cocoa, Fort Myths, Mtami, Oriando, Port SL Lude, Sarasota, Tatlahmmea, Tampa, Wed Palm Seach City of Sanford Hidden Lakes Well #7 Replacement File Number 113- 10- 10 -0406A -3- We appreciate the opportunity to submit this bid evaluation and look forward to working with you on this important project. If you have questions or need additional information, please do not hesitate to contact us. Very truly yours, ARDAMAN & ASSOCIATES, INC. WC. H Herbert G. Stang.E. Senior Water Regineer Florida nse No. 16713 Douglas P. ro sne, isP P 6 .G. Senior d eologr Hyo act Manager Florida License No. 1527 Cc: Migdalia Hernandez, PE — Sanford BidEvaluation.doc DPD:dpd Enclosures n go d gm }�e on I �p 1Y� Qq 8 I! F� z b m , M N C V F°- N N V�►NN N NN Vl N N HIM 3� Q !Y d H y � N a Nt � /YN � N N�VtN g N � V► N H V 4F � � f/► y N N V► � N VS � N � Z - NVf N NNtl1 N N 7 1 l , I .t H e I ti E XHIBIT A WORK ORDER FORM Act# 452 - 4530 - 536 -63 -DD Work Order Number 20 12.01 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Dated: 1018/2012 Contract/Project Title Hidden Lakes Well Field - Well #7 Replacement Solicitation No: IFB 11112 -17 ISAnfordPrDject No. DW1103 I Purchase Order No. Consultant/Contractor: Southeast Drilling Services Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 10614 E US Highway 92, Tampa FL 33610 -5972 Ph:813- 966 -7277 Fax: 813 - 443 -0530 ATTACHMENTS TO THIS WORK ORDER - METHOD OF COMPENSATION X DRAWINGS/PLANS /SPECIFICATIONS FIXED FEE BASIS X SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING IINFORMATION X UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 150 Days Days of the effective date to 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: $ 327,200.00 Dollar Amount Written Out Three hundres and twenty -seven thousand two hundred 00/1 DO In Witness Whereof, the parties hereto have made and executed this Work Order the respective dates under e�sach SC��P�� signature: The City as delegated through its City Commission taking action on the�ay of the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONS U LTANT /CONTRACTOR ATTEST: EXECUTION: - / j<6 c- Signat , Corpor# O er ignature, Corporate President S onya P. Ziegler, Secretary - 10/12/12 W. . Zie ler President - 1 Corporate Officer Printed Name, Title and Date C(3rporate President, Printed.Name and Date CITY OF SANFORD Sig re, Pu F. William S ith Purchasing Manager Printed Name and Date Qwff zmq� ignature, 60y Clerk ayor /b 3 0 �1� Jeff Triplett City Clerk, ted Nam and Date IMayor, Printed Name and Date Revised. 1- 6-2011 4 P" 'j ,& ctn Work Order (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 directed 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 /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. (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 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. (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. IFB 11/12 -17 How many years has your organization been in business under its present business name? 18 Under what other former names has your organization operated? NA 7. Indicate registration, license number or certificate numbers for the businesses or professions which are the subject of the Proposal /Bid. Please attach certificate of competency and /or state registration. Attachment 2: Water Well Contractor: 9078, 1232 & 9451; GC: CGC15089107 PE License: No. 45438 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why. No State the names, telephone numbers and last known addresses of three (4) owners, individuals or representative of owners with the most knowledge of work which you have performed or goods you have provided on similar projects within the last five years (government owners are preferred as references). It is noted that the experience claimed here must be associated with the company named above. Additional or other relevant experience may be included on a separate sheet provided by the offeror. The City of Sanford reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the offer and the Offeror being considered for an award. See Attachment 1 (name) (address) (phone number) (name) (address) (phone number) (name) (address) (phone number) (name) (address) (phone number) 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). See attached resumes, Attachment 3 11. State the name of the individual who will have personal supervision of the work: J. B. Ziegler 12. State the names and addresses of all businesses and /or individuals who own an interest of more 435 -10.2 Southeast Drilling Services, Inc. rating. The submittal shall include motor manufacturer's recommended lubrication requirements and spare parts. 5. A complete total bill of materials of all equipment including the weights of equipment furnished. 6. Long term storage requirements for the pump and motor. Performance Curves: The Contractor shall submit the following to the Engineer for approval, prior to shipment from the factory. 1. Submit manufacturer's certified performance curves illustrating pump characteristics of head, discharge flow, efficiency, impeller size, net positive suction head requirement, motor speed, and horsepower for the full range of head conditions specified. 2. Cures shall be submitted on 8 1/2 -inch by 11 -inch sheets, at as large a scale as is practical. Cures shall be plotted from no flow at shut -off head to maximum pump runout head and gallonage allowed by the manufacturer. 3. Points of operation which cause bearing stress or shaft deflection in excess of the manufacturer's tolerances for continuous operation shall be indicated on the submitted cures. Submit the following for the vertical turbine pump: 1. Pump Manufacturer's Name 2. Pump Model No. 3. Rated Capacity gpm 4. Total Dynamic Head at Rated Capacity feet 5. Nominal Speed of Turbine RPM 6. Number of Stages 7. Overall Length of Pumping Unit feet (from discharge head to bottom of bowl) 8. Outside Diameter of Bowl inches 9. Size of Column Pipe inches 10. Length of Column Pipe feet 11. Size of Suction Connection inches 12. Size of Discharge Connection inches 13. Length from Centerline of Suction Connection to Bottom of Suction Bell inches 14. Length from Underside of Discharge Head to Bottom of Bowl Assembly feet 15. Size of Lineshaft inches WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense 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 /Contractor's 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 of officers, officials, employees, agents or subcontractors of Vendor /Contractor. 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. G. Painting: All coatings within the well casing or that come in contact with pumped water shall be suitable for potable water service as approved by the National Sanitation Foundation (NSF) Standard 61. 2.02 VERTICAL TURBINE PUMP A. General: The vertical turbine pump shall be open lineshaft type with a vertical drive hollow shaft motor capable of pumping from the location and in the configuration shown on the Drawings at designed capacities as noted and shall conform to the applicable requirements of ANSI /AWWA Standard E101, latest revision, Vertical Turbine Pumps - Line Shaft and Submersible Types. B. Pumps shall be manufactured by manufacturer listed in 1.02. C. Pump assembly shall meet the requirements specified in Table 11214 -A and Table 11214 -B. D. Bowl Assembly: Pump bowls shall be constructed of materials per Table 11214 -A, free from blow holes, sand holes, and all other faults, accurately machined and fitted to close dimensions. Each pump bowl shall be fitted with a replaceable bronze bowl wear ring to restrict the leakage flow at the impeller skirt. Pump bowl interior shall be coated with porcelain, or a smooth vitreous enamel. The exterior of the pump bowls shall be coated with a high build modified epoxy of 10 mils dry film thickness. The coatings shall be compatible for pump service and suitable for potable water use, meeting the approvals of the National Sanitation Foundation (NSF) Standard 61. E. Impeller: Pump impellers shall be constructed of materials per Table 11214 -A, accurately machined and finished and shall be of the enclosed type. Impellers shall be hydraulically and dynamically balanced at normal pump speed. They shall be securely fastened to the impeller shaft with Type 316 stainless steel keys, or Type 316 stainless steel tapered bushings. They shall be adjustable vertically by means of a nut in the motor head. Each impeller shall be supported by an upper and lower bearing. The Impeller will have a wear ring bronze material softer than the case wear ring F. Impeller Shaft: The impeller shafting shall be constructed of materials per Table 11214 -A and shall be turned, ground, and polished. All impeller shafts shall be supported in the bowl by a combination of water lubricated bearings above and below each impeller constructed of materials per Table 11214 -A. The size of the shaft shall be determined by the procedure described in AWWA Standard E101. The straightness and machining tolerance shall be the same as those given under "Lineshafts ". G. Lineshafts: The line shafting shall be constructed of materials per Table 11214 -A, and shall be turned, ground, and polished precision shafting. The shaft couplings shall be designed with a safety factor of 1 1/2 times the shaft safety factor and shall have a left -hand thread to tighten during pump operation. The line shaft shall be coupled to the motor shaft (head shaft) above the discharge head. To ensure accurate alignment of the shafts, they shall be straight within 0.005 -inch total indicator reading for the entire length, the butting faces shall be machined square to the axis of the shaft, and the maximum permissible error in the axial alignment of the thread axis with the axis of the shaft shall be 0.002- inches in 6 inches. 2. Line shaft bearings shall be designed for vertical turbine pump service and be lubricated by the liquid pumped. Bearings shall be mounted in 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 /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) 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 /Contractor's 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 performance 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. Section1324a(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. Drawings - cross sectional view, assembly, and wiring diagrams. 10. Performance curves. E. Additional Information Certified copies of test reports verifying compliance with specified minimum guaranteed full load efficiency shall be submitted for each premium efficiency motor to be supplied. 2. After acceptance of pump shop drawings, factory performance test data will be submitted for approval on each pumping unit. Duplicate units require factory testing for only specified flow and head conditions, unless otherwise specified in accordance with these specifications. Test shall be certified by a registered professional engineer. Tests shall be in accordance with the standards of the Hydraulic Institute including head, capacity, brake horsepower, pump efficiency and NPSH. 3. Pumping equipment, requiring special tools for maintenance, shall be provided with one set of tools labeled packed with instructions for use, and housed in a metal box with locked hoop. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is complete. B. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. The pump shall be prepared for shipment in accordance with API Standard 610. C. Finished surfaces of all exposed pump openings shall be protected by wooden blanks. D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. E. After hydrostatic or other tests, all entrapped water shall be drained prior to shipment, and proper care shall be taken to protect parts from the entrance of water during shipment, storage, and handling. F. Each box or package shall be properly marked to show its net weight in addition to its contents. G. Pump shall be shipped and handled in such manner as to prevent damage. At the job site, pump and motor shall be stored in clean, dry, and protected locations. 1.05 WARRANTY AND GUARANTEES A. All equipment supplied under this section shall be warranted for a period of one (1) year by the manufacturer. Warranty period shall commence upon Owner final acceptance as specified in the General and Supplementary Conditions. B. The equipment shall be under warranty to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be repaired or replaced at no expense to the Owner. be prepared to perform the required modifications before the permanent production pump and motor are installed. D. These Specifications are intended to give a general description of what is required, but do not cover all details which will vary in accordance with the requirements of the equipment application. It is, however, intended to cover the furnishing, the shop testing the delivery and complete installation and field testing, of all materials, equipment and appurtenances for the complete pumping units as herein specified, whether specifically mentioned in these Specifications or not. 1.02 QUALITY ASSURANCE A. Qualifications 1. To assure unity of responsibility, the motors shall be furnished and coordinated by the pump manufacturer. The Contractor shall assume full responsibility for the satisfactory installation and operation of the entire pumping system including pumps, and motors. 2. The pumps covered by these Specifications are intended to be standard pumping equipment of proven ability as manufactured by a reputable manufacturer having a minimum 10 years of experience in the production of such pumps. The pumps furnished shall be designed, constructed and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed. Pumps shall be manufactured in accordance with the Hydraulic Institute Standards latest revision. 3. All equipment furnished under this Specification shall be new and unused and shall be the standard product of manufacturers having a successful record of manufacturing and servicing the equipment and systems specified herein. B. Material Service Requirements: The pump, motor, and all related equipment shall be suitably constructed of materials to withstand the operating conditions which shall be experienced during the pump's performance and outside environment. C. Balancing: The pump unit shall be statically and dynamically balanced. The vibration allowance in the unit shall not exceed the upper limits as established by the Hydraulic Institute standards. D. Manufacturers The naming or reference to a specific manufacturer does not indicate that the manufacturer's standard equipment is acceptable in lieu of the specified component features. This reference is only an indication that the named manufacturers may have the capability of supplying the equipment as specified. 2. The pumps shall be manufactured by: a. Peerless Pump b. Weir FloWay C. Flowserve d. Approved equal 3. The motors shall be manufactured by: 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 Southeast Drilling Services, Inc. 10614 E US Hwy 92, Tampa, FL 33610 C�*X' Phone "No.813 - 968 -7277 Fax No. 813 -443 -0530 To Purchasing Division From SED 300 North Park Avenue Southeast Drilling Services, Inc. Ste 236 Sanford, FL 32771 407 - 688 -5030 Attn MarisolOrdonez Date RE Contract Project WE ARE SENDING YOU ■ ATTACHED ❑ SHOP DRAWINGS ❑ PRINTS ❑ COPY OF LETTER Number Transmittal 10614 E US Hwy. 92 Tampa, FL 33610 10/12/2012 Hidden Lakes - Well # 7 Replacement DW1103 ❑ UNDER SEPARATE COVER ❑ DOCUMENTS ❑ SPECIFICATIONS El ❑ SOFTWARE ❑ TRACINGS ❑ CATALOGS QUANTITY DESCRIPTION 3 Executed Work Orders 3 Executed Agreements IF MATERIAL RECEIVED IS NOT AS LISTED, PLEASE NOTIFY US AT ONCE REMARKS COPY TO File Transmittal 10/12/2012 DATE (MMIDD/YYYY) '►coR ° • CERTIFICATE OF LIABILITY INSURANCE 11/06/2012 THI�RTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: (813) 988 -1234 Fax: (813) 988 -0989 N°MEACT Tracy ASSOCIATES AGENCY INC. PHONE FA ` 813 988 -1234 o (813) 988 -0989 ac No E.1) ac N PO BOX 16190 E -MAIL ADDRESS: tracy 11470 N. 53RD ST. PRODUCER 1956 TEMPLE TERRACE FL 33687 CUSTOMER ID: Agency Lic#: R001766 INSURER(S) AFFORDING COVERAGE NAIC A INSURED SOUTHEAST DRILLING SERVICES INC. P.O. BOX 274045 TAMPA FL 33688 COVERAGES CERTIFICATE NUMBER: 262011 REVISION NUMBER: 32700 18988 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREU INAMtU AbUVt t-U I nt rULIk,T ran vv INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MMIOD POLICY EXP MMIDD LIMITS Y GENERAL�LIABILITY 20709632 07/01/12 07/01/13 EACH OCCURRENCE $ 1 DAMAGE TO RENTED PREMISES Eaoccurence $ 300 000 MED. EXP (Any one person) $ 10,000 MADE X OCCUR TLAGGREGATE PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 E LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 1,000,000 $ PRO- LOC POLICY B AUTOMOBILE LIABILITY 4142994900 07/01/12 07/01/13 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ SCHEDULED AUTOS HIRED AUTOS $ X NON -OWNED AUTOS B X UMBRELLA L.B ExCESS LIAR X OCCUR CLAIMS -MADE 4346231701 07/01/12 07/01/13 EACH OCCURRENCE 5,000,000 AGGREGATE $ 5,000,000 DEDUCTIBLE X RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y I N WC0732469 07/01/12 07/01/13 X TORYLLLiTs OTH $ E.L. EACH ACCIDENT 500,000 ANY PROPRIETORIPARTNER/EXECUTNE L_ OFFICERIMEMBER EXCLUDED? NIA E.L. DISEASE -EA EMPLOYEE 500,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The City of Sanford is an additional insured. A 30 day notice of cancellation applies with 10 days for non - payment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sanford THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Purchasing Manager ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 1788 Sanford, Fl 32771 AUTHORIZED REPRESENTATIVE Attention: fx 407 - 688 -5021 * Mike F INSURERA : OWNERS INSURANCE CO. INSURER B :AUTO OWNERS INSURANCE CO. INSURER C : Meadowbrook Insurance Co. INSURER E INSURER F ©1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD The Undersigned accepts and agrees to meet all of the insurance coverage requirements, terms, conditions and certification(s) stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the identified document. Also, when the coverage requirements stated herein before and after are specifically referenced by applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document as if fully set forth in verbatim . Southeast Drilling Serv Inc. Firm Authorized gnature Sonya P Ziegler Printed Name 11/06/2012 Date Secretary Title 3 of 3 Insurance Requirements SECTION 00510 NOTICE OF AWARD FORM TO: Southeast Drilling Services, Inc NAME OF PROJECT: Hidden Lakes Floridan Aquifer Well 7 Replacement The OWNER has considered the BID submitted by you, dated October 11, 2012 for the above described WORK in response to the Invitation for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for BID items in the amount of $ 267,200 - - You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR's Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 5 th day of November , 2012 OWNER: (Name of OWNER) By (Signatur om Georg (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by 201 0 - L.. END OF SECTION 00510 -1 • • PROJECT NO. IFB 11/12 -17 Bond #929452628 SECTION 00615 MATERIAL AND WORKMANSHIP BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE Drilling RPrv;cPC Tnn. , hereinafter referred to as "Principal' and _ Western Surety Company , hereinafter referred to as "Surety" are held and firmly bound unto 1) City of Sanford, Florida hereinafter referred to as the OWNER in the sum of ten percent (10 %) of the Contract Price as adjusted under the Contract Documents $ 267,200.00 for the payment of which we bind ourselves, heirs, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has constructed certain improvements, including roadways, utilities, curbs, storm drains and other appurtenances in that certain Project described as ZZ Hidden Lakes Well 7 Replacement Solicitation Number IFB 11/12 and WH�?EPS, the aforesaid improvements were made pursuant to an Agreement dated _ �C7t� and filed with the Purchasing Office of OWNER; and WHEREAS, the Principal 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, Principal 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. NOW THEREFORE, the conditions of this obligation is such that if Principal 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. 1) Name of Owner -City of Sanford, Florida 2) Name of Project identified in Instructions to Bidders - Hidden Lakes Well No. 7 Replacement The OWNER shall notify the Principal in writing of any Defect for which the Principal is responsible and shall specify in said notice a reasonable period of time within which Principal shall have to correct said Defect. The Surety unconditionally covenants and agrees that if the Principal 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 00615 -1 • PROJECT NO. IFB 11112 -17 Diane Greco Typed Name �— Witne s as to Surety Je nnifer A Fava Typed Name 1147 N. 53rd Street Address Sharon Taylor Typed Name Temple Terrace, FI 33617 City, State, Zip 813 - 988 -1234 813 - 988 -0989 Telephone No. Facsimile No. NOTE: Date of the Bond must not be prior to date of Agreement. 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 Performance Bond on behalf of Surety. END OF SECTION 00615 -3 • PROJECT NO. IFB 11112 -17 against the Principal and Surety and either, both at law and in equity, including specifically, specific performance to which the Principal and Surety unconditionally agree. The Principal 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 Principal shall fail or refuse to do so, and in the event the OWNER should exercise and give effect to such right, the Principal 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 Principal to correct said defects. • IN WITNESS WHEREOF, this instrument is executed this the 7th day of November , 2012 ATTEST: Southeast Drill Principal (Co race Services, Inc. _ dl- Secretary (Pr' cipal) Sonya, P.-,.Ziegler Typed < -,Na`rne . (CORPORATE, SEAL) i zz� (Witness to Principal) r) TypeA Dame and Title Tame FL 33 City, State, Zip 813 -968 -7277 813- 443 -0530 Telephone No. Facsimile No. Michael Whitman Typed Name ATTEST: (Surety) Secrejt ry Tracy Todd Typed Name (CORPORATE SEAL) Witness as to Surety •• 04615 -2 Western Surety Company Surety 407- 919 -3945 407 - 919 -3951 Telephone No. Facsimile No. By: tfa- Attorney -i Fact