Loading...
157-Nomad Construction Company "" ....... . 01 Sanfordt 'P/or.,..J G\\\\ ll...lq , P. 0. Box 1778 r' 32771 March 5, 1981 Mr. James Pollet Nomad Construction Company Orlando, FL Dear Mr. Pollet: Please find attached Atlantic Bank Cashier's Check No. 026909 dated January 3, 1979 in the amount of $4,400.00. This check was submitted from Nomad Construction Company in lieu of a performance bond for work on the Sanford sewer sys- tem repairs. If this office can be of further service, please let us know. Yours very truly, H. N. Tamm, Jr. City Clerk HNT : j s Attachment Cashier's Check N2 026909 Issuedby Terry l.',ulvey 035 63,751 631 Purchaser Nomad Construct i on Company Date J an. 3 , 1 979 Pay to the order of':H:-C i t Y 0 f San for d-:"'" ;'T~ ..me 4 J' ,..' JIll. A II If) IMl' l,III~1 r T' s:- ItAN" QF ~ ",,,I' llllll '1''1 "I Illllll I nn~ ... I ~, WESiT onL"hOC $ 'H:4, 400. OC:';_.::. Dollars Atlantic Bank Atlantic Bank of Orlahdo. Orlando, Florida /7 7 ,l .--- (' r III 0 2 b q 0 q III ~: 0 b :\ 10 7 5 1 :\ I: 2 7 BODO 1 ~ q III I have received the above described check. Nomad Construction Company, by: ~/r &", da te: (7..3 -- 6 - l/ J2/~~ . , '\ . MEMORANDUM March 4, 1981 From: City Manager City Engineer/Utility Director SSES Construction Work To: Subject: Mr. Knowles: We have, over the years, had an ongoing contract with Nomad Construction Company (Mr. James Pollet). The necessity for this was to have a contractor on stand- by to fix any major repairs or collapses that could have been caused by cleaning the sewer lines for TV inspection. The contractor was used in several cases in the initial phases of this work, but during the latter stages lines that were in such bad shape were not cleaned as vigorously and have been included in the SSES report without the actual TV inspection. They have been recommended by the consultant engineers for replacement or some other type of repair, as the lines are old and do not have the structural stability to withstand even the cleaning process. -, The need to continue the contract with Nomad no longer " exists. In fact, his time frame for commitment to the city has expired. Due to the nature of the work, Nomad was unable to obtain ~ ~ a performance bond so James Pollet 4 000 cashier's ~ ~~' check. The city has r 1ne 1S Slnce t e eg1nn1ng and, Y\ at this time, it should be returned to the contractor. f James Pollet has been excellent to work with. Even though he represents a small company, the quality of his work has been good. I have communicated by phone with Paul Porter and he concurs with the release of the performance bond. This will, in fact, close out this contract. Recommend the $4,000 cash performance bond ML:lm cc: Paul Porter N~ENDMENT 1 TO: . AGREEMENT BETWEEN: THE CITY OF SANFORD, FLORIDA A1\J D NOMAD CONSTRUCTION COMPANY DATE: January 22, 1979 The purpose of this Amendment is to modify the Agreement between The City of Sanford, Florida and Nomad Construction Company dated January 8 , 1979. The modification is an expansion of Item #4, Page 1 of 4 of said Agreement and specifies the time of completion of the contract work to be performed by Nomad Construction Company as 180 (one hundred eighty) days from the date of first Notice to Proceed. OWNER: CITY BY: NAME: Lee P. Moore, Mayor (Please type) TITLE: Mayor (SEAL) ATTEST:-4~_~ NAME~y Tannn (Please type) TITLE: City Clerk CONTRACTOR: Nomad ATTEST: BY-:<< . NAME : d A. ),~ /'lN~ NAMEC::' James A. Pollet Linda M. Gardner Dfflal!. d1.~mo'tandum CITY OF SANFORD. FLORIDA FROM: City Clerk City Engineer/utility Director DATE: March 27, 1980 TO: SUBJECT: Attached Agreement Henry: This is sent to you for your safe keeping. Mack /lm AMENDMENT 2 TO: AGREEMENT BETWEEN: THE CITY OF SANFORD, FLORIDA AND Nm1AD CONSTRUCTION CO[l1PANY DATE: January 9, 1980 GENERAL The purpose of this Amendment is to modify the Agreement between the City of Sanford, Florida and Nomad Construction Company dated January 8, 1979 and previously amended on January 22, 1979. The modifications are: A. Increase in the unit price per point repair from those shown in the original Bid Schedule to those shown hereinafter, only for work undertaken and accomplished after the date of this Amendment. B. The time of completion of the contract as specified in Amendment 1 and previously extended by change order is further amended to specify a 180 day additional extension with price review at time of renegotiation for any further extension beyond this 180 day extension. C. Extension of work items specified in the Contract Documents to include point repairs not specifically listed, but determined by the City and the Engineer as being made necessary by the Sewer System Evaluation Survey work. Price for each of these point repairs not specifically listed in the Contract Documents will be determined by a separate written change order between the City and Nomad Construction Co., listing the nature of the work to be accomplished, the price to do the work, and the required time of completion. Items not specifically listed in this Amendment as modified remain in force as listed in the basic contract and previous Amendr.lents. UNIT PRICES Unit prices per specific point repair listed in the Contract Documents and hereby amended to those listed below: , . .--- ..-- -- . __, REVISED BID 5 C H E D U L E Bidder Agrees to perform all the work* described in the Cantract D~cuments which is undertaken and accomplished after the date of thlS Amendment for the following unit prices: ITEM NO. DESCRIPTION ESTIMATED QUANTITIES* UNIT PRICE TOTAL PRICE 1. Two sections.of pipe to be replaced; Pipe less. than five (5) ft. deep. 2 _2,260.00 4,1)20.00 . 2. Three sections of pipe to be re- placed; pipe less than five (5) ft. deep. 2 .2,660.00 . 5 , 3 2 O. 0 0 _ 3. One single fitting and one section of pipe to be replaced; pipe less than five (5) ft. deep. 1 .2,060.00 2,060.00 4. One double fitting and one section of pipe to be replaced; p1pe less than five (5) ft. deep. 1 2,160.00 2,160.00 5. Two sections of pipe to be replaced; joints to manhole repaired; pipe less than five (5) ft. deep. 1 2,860.00 2,860.00 6. Two sections of pipe to be replaced; pIP e bet wee n f i v e ( 5) and ten (.1 0 ) feet deep. 6 2,860.00 17,160.00 ------ - - 7. Three sections of p1pe to be replaced; pIpe between five (5) and ten (10) feet deep. 6 3,260.0~ 19,560.00 8. .One fitting and one section of pipe to be replaced; p1pe between five (5) ft. and ten (10) ft. deep. 4 3,060.00 12,240.00 9. Double fitting and one section of pipe to be replaced; pipe between five (5) and ten (10) ft. deep: 3 2,760.00 8,280.00 10. Two sections of pipe to be replaced; and joints to manhole repaired; pipe between five (5) and ten (10) ft. deep. 4 3,460.00 :... . 13,840.00 ~1. I Additional cost per foot of depth over 10 feet for replacement of two sections of pipe as described under Item No. 6--additive to Item No. 6 300.00 300.00 Page. B-2 Revised 1/9/80 . -r ~ I D -~--_. - REVISED - - --- -- -- 5 C H E D U L E .- --_..------~- . .. Bidder Agrees to perform all the work described 1n ~he Contract Documents for the following unit prices: ITEM NO. DESCRIPTION ESTIMATED QUANTITIES* UNIT PRICE TOTAL PRICE l2~ Additional cost per foot of depth over.lO feet for replacement of three sections of pipe as described under Item No. 7 - Additive to ,Item No.7. 400.00 400.00 13. Additional cost per foot of depth over 10 feet for replacement of one fitting and one section of pipe as described under Item No. 8 --Additive to Item No.8 200.00 200.00 14. Additionil cost per foot of depth over 10 feet for replacement of two fittings and one section of pipe as described under Item No. 9 __ Additive to Item No.9 300.00 300.00 IS. Additionrtl cost per foot of depth over 10 feet for replacement of two sections of pipe and repair of joints to manhole as described under Item No. 10--Additive to I t em No. 10. 400.00 400.00 *~ork p~eviously undertaken will be paid for at the prices originall 11s~ed 1n the ~ontract or ~endments or Change Orders as apPlicable.Y It 1S not. the 1ntent of th1s Amendment to increase the amount of compensat1on due for any past work. CONTRACT DURATION AND TIME OF C0r1PLETION Contract duration as specified in Amendment 1 and previously extended by change order is hereby amended to 180 day dura- tion from the date of this Amendment with option to renew by the City. Unit prices shall be reviewed at 180 days from the date of this Amendment at time of renewal. Completion time per repair shall be as listed in Paragraph 4 of the basic agreement at 15 calendar days per point repair listed in the contract documents or the time of completion as listed on each change order to cover non-listed point repairs. OTHER POINT REPAIRS The basic contract is hereby amended to include point repairs other than those specifically listed in the Contract Documents and in the "UNIT PRICES" paragraph of this Amendment. Upon decision by the City and the Engineer that these point repairs are needed and Sewer System Evaluation Survey related, and verbal confirmation by EPA, a change order to the contract shall be issued showing: A. The exact nature of the work to be performed under this change order. B. The price at which the contractor agrees to perform the required work and the basis of that price. C. The time of completion for the work agreed to by the City and the Contractor. (SEAL ) ATTEST:/~'?:;r- NAME: H. N. Tamm. Jr. (Please type) TITLE: ATTEST: NAME: OVlNER: BY: /' / i ( / !r'/~?l:t;/ , NAME: Warren E. Knowles (Please type) TITLE: City Manager CONTRACTOR: ~'~ t"o-JrffjffH- 4. BY:_~e~- 1::1. ~ NA1E: J'AA?,.r J9. pn / /." T - - / f-j ( '({nl, C' l'G. TO ' C;:i t:y of Sanfor~_ REQUEST FOR CDE JOB NO. i\d.07 04 City Hall, Sanford AUTHORIZATION City Sanford County Seminole Attn: City Engineer OF CHANGES State Florida Date 1/3/80 CHANGE ORDER NO. 2 CONTRACTOR Nomad Construction Co. Gentlemen: The following change from the plans in the construction of the above designated project is recommended: ITEM ADDITIONS DEDUCTIONS Construct 888 L.F. of 15" VCP Sanitary sewer as shown on attached plan and profile sheet. City is to provide the pipe, service lateral riser pipe and removal and disposal of the curb, as well as repairing the open cut pavement to include base course, concrete cap and asphalt surface course per D.O.T. speci- fications. Contractor is to provide all other required material, labor and equipment to constructuthe line and tie into the existing sewer at the. elevations shown. All work is to comply with Florida D.O.T. requirements as shown on the attached permits. Contractor is responsible for replacement of any utilities or storm sewers.damaged during the construction. Original Amount of This Order: Amount of Previous Orders: Original Contract Amount: Contract Amount and Orders: 37,520.00 -0- 44,000.00 81,520.00 The work covered by this order shall be performed under the same terms and conditions as that included in the original Contract. Approval Recommended: Approved: Resident Engineer Owner's Representative Clark, Dietz-Engineers, Inc. ;:;e:.b~ Contractor t7;~...". Approved: .. " l) 0 c: - .... 0 :; - .- :;,gi3 (4. " :3 ,-,,",,:;: ~ .~ ~ s~8 - .. '- t- >.. E 1'0 '- l: ~ Cl; 0 ~ 0._0, .~ 5:C - : ~"O..; ~~~.g ~ ~ c.> m <:> l: .., (:; 0<:>'" Q ~gU)o --e~~~ o ~-._ 1.)0<1)"5 I.) nJ ell Ql .~ '0 ~-::.t;~ Cl)O~c) ~-Q.u . \l) Q) t: .~ U _ IQ I.)~ell~ c~V)- Ql 'O.~ -~ IQ ~'OC:E : q) co .. "'ORM 515-01 11-.' STATE 0,... "'LORIDA DI:~ARTMI:NT 0.... TRANS~ORTATION UTILITY PERMIT (In compli~nce with C~pter 331, Florid~ Statutes) DATE December 10, 17-79- /4/ 1979 PERMIT NO. SlIBJECT: Section PERMITTEE Ci ty 77030 of Sanford; 46 Seminole St~te Ro~d County Florida 32771 P.o. Box 1778, Sanford, Rrauestinll permission from the St~te of Florid~ Deputment of Tr~nsport~tion. herein~fter c~lIed The Department. to construct. operate and maint~ln sanitary sewer main from MP Station' e 538- A. 501 .g. 7 crs 8# b 70 10 MP Station I. Proposed work Is within the corpor~te limits of a municipality. Yes (X) No ( ) City of Sanford 2, Name of municipality Applicant decl~res that prior to filing this application he has ~scertalned the location of all existing utilities, both ~erlal and und....- ground. December 10, 1979 ' A letter of notlficat,~n was mailed on to the following utilitieS/municipalities. CO. Florida Public utilities Southern Bell Telephone and Telegraph Co. Florida Power & Light Co. 3. Interstate right-of-w~y Is Involved.' Yes ( ) No (X) 4. It is expressly stipUlated that this permit is a license for permissive use only ~nd that the placing of f~cllities upon pUblic property pursuant to this permit sh~1I not operate to create or vest any property right In saId holder. 5. Whenever necessary for the construction. repair, Improvement, maintenance. safe and efficient operation, alteration or relocation of all. or ~ny portion of said highway as determined by the State Highway Engineer. any or all of said poles, wires, pipes, ubles 01' other facilities and appurtenances authorized hereunder. shall be Immediately removed from said highway. for reset or relocated thereon as required by the State Highway Engineer. and at the expense of the permittee unless reimbursement Is ~uthorized. 6. Mr. R.' C. McDowell All work shall meet Department standuds and be performed under the supervision of Oviedo Maintenance or Resident Engineer. located at Florida., 7. All materials and equipment shall be subject to Inspection by the Maintenance or Resident Engineer. .. All Department property sh~1I be restored to Its original condition as far as practica', In keeping with Department specificationS, and In a manner satisfactory to the Department. !I. All Installations shall conform to the Department.s Utility Accommodation Guide in effect tbe date permit Is approved. 10. The attached sketch covering details of this Installation shall be made a part of this permlL II. The permittee shall commence ~ctual construction In good faith within sixty (60) days from the date of said permit approval and shall be completed within 90 days. 12. The construction and maintenance of such utility shall not Interfere with the property and rights of a prior permittee. 13. Special conditions: 14. Special Instructions: kF'~AGCMcMr b,c Fc..a/ &.€ /?::!R:l.AnlT 5f/Mc.. BE: !l.:-CrLNdh 70 QI-/IBlT't /" 0 I S. It is understood and agreed that the rights and prlvil~es herein t out are granted onl to the extent of the State's .ight, title and Inlerest In the land to be entered upon and used by the holder, and the holder will, at all times, anume all risk of and Indemnify. defend. and save harmless the State of Florida and the Department from ..nd ..gainst any and all loss. damage. cost or e"pense arising In any manner on account 0' the exercise or attempted exercises by said holder of the aforesaid rights and privilr9"s. During construction, all ""fety .egulations of the Department sh..1I be observed and the holder must take suCh measures, Including placing and display of safety devices, as may be necessary In order to safely conduct the pUblic through the project area In accor. dance with the Department's Safety Manu~l. 16. The office of the Maintenance or Resident Engineer named In paragraph six (6) shall be notified twenty-four (24) hou" in advance betore starting work. 17. In the use of noncompliance with the Department's reQuirements this permit is void and the hcility will havr to be brought into compliance o. removed from the RfW at no cost to the Department. SubmilleCl by: City of Sanford / ./ / Pern;>rttee / / I . j,' . '( I /' -:;:, ' :.','. Place Corporate Sui // //- :" / . Signature and Title W. E. Knowles, City Manager Roadway construction Is propo~ or underway. Yes ( ) No (X) P,oPOSt!'d Innallation Is In accordance with the Department.s Accommodation Guide.. No . ) RecommendrG for approval.A.- ~ . Approved by: /2- ~C-?/ / /..<../8D f District E"'9I_ or Assistant Oat. / .' , , w' I ,~ . ~~~ ~~~ I L /V/P'.Pr S'fr.9~.? ---==N/P'~ r- '.f7M::7<;- .L S'/.I" g ??/I/7' A'177dQ,.r' ~ \: ~ ~ :t \~ ~Q ~~ \ ~ ~ ~ S-) ~~ ~ ~~ ~ ~O "> \Q ~ ~~ ~ ~~ ~ ~~ Ul~ ~ ~~ ~ S3 ~~ G ~~ ~~: \j~ I ~~ ~ It ~~ ~ r= ~ ~ ~ ~ ~ ~ ~ ~ ~ ~~ G'i ~ ~~ ~ fi I. I' I I I I ~ I~ ~ (Q1". I' '~~ tog.! ~~~ ... ~~~ ~~ ~ lJ~ ~ . ~ ~~~ ....~ " ~ ~ ~~ ~ '0 ~~ ~ ~ \ ~ ~ ~ ~~ tJ) V) l-.: ~ ,tn Ix \ . ~ ~~ Q ~ ~ t.J ~ ~ ~ Vj \j .... fJ) ~ ~ ~ ~ ~ I . ~~ oa~.:x?AL7' p ~ ==- "":::::::. =-~~ . ~> . ~ . CO/ - "'/ : E' 7/T.::;Jg ~ ........... .' ~ ~ ~ ~ ~ '" ~ ~ ~ tI} S..=7/cYb# ~ ~ ~,6 ~ ~ :;;o;W/ 119//7 ~''U. ~ ~ U) ~~ ~~ ~~ ~ ~~ \:\) \. ~Q . ~~~ ..J~~ ,~~ . ~ I," . R)~ ~~~ ~()\: '0(1) ~~ ~~ \)~ h: ~ OJ CI) ~ (j '\ .: ",:~' I ;.. .'. " . . \../ I~' , L' ,.-, I . L ,..-:-.. \ L,: r-o , ' I r~ i_' r~~ '-~ ..-, , . \..1 1 ! , 1....' j, I C) r . ~' \-- i \ " [ f~' \ .. ,-- " Surface Joint Ditch Width (W) t 4' Surface Replacement Surface ~ Q) 01 o - (/) EX1/IBIT. General Notes: Base and backfill mate- rials shall be either of the same type and compo- sition as the materials removed, or of equal or greater structural adequacy, Materials contaminated with deleterious substances dur- ing excavation shall not be used. . _Replacement Bose See Location Criteria -Dia. Varies ~ ~ lyari~Sj ~ - CJ) REPLACEMENT OF FLEX/BLE PAVEMENT FOR PERMITTED ~ .PAVEMENT CUT DENSITY PROCEDURES: The backfill for the first and second stages shall be placed . in 6" layers (compacted thick- ness) and shall be compacted ' to 100% of maximum density as determined by AASHTO T-99. Stage #1 The permittee shall provide adequate compacted fill beneath the haunches of the pipe, using mechanical tamps suitable for this purpose. This compaction applies to the material placed beneath the haunches of the pipe and above any bedding required. Stage #2 The permittee shall obtain a well-compacted bed and fill along the sides of the pipe and to a point indicating the top ofJsub-grade material. Replaced base material over ditch shall be twice th~ thickness of the original , base. Base material shall be placed in two or three layers and each layer thotough1y rolled or tamped to the specified density. Asphalt concrete pavement joints shall be mechani- ca 11 y sawed. Surface treated pavement joints shall be lapped and feathered. Surface material will be consistent with the existing surface. LIMEROCK, SAND-CLAY, SHELL, ETC. BASES! . '" 611 Layers Campa cted Th i ckness Density Requirements:' 98% Under Roadway 95% Outside the Traveled Roadway, Such as Intersections, Cross- overs, Turnouts. e~c. 95% Shoulder Pavement Method AASHTO T-180 31 " G\\'\ 0\ Sanford, F/0ricJq P. O. Box 1778 .. 32771 January 10, 1979 Mr. Paul E. Porter, P.E. Clark, Dietz & Associates, Inc. P. O. Box 1976 Sanford, Florida 32771 Re: SSES Contract Work Dear Paul: Enclosed are executed copies of the contract with the city and Nomad Construction Company, which the City Commission approved at their regular meeting on Monday evening, January 8, 1979. The city has retained one copy and is returning five copies to you. Please advise as to when we may notify the contractor to start work. Very truly yours, CITY OF SANFORD ~ M. LaZenby, P.E. City Engineer/utility Director ML : 1m Enclosures (5) ~ cc: City Manag~rV (City's copy attached) "The Friendly City" AGREEMENT THIS AGREEMENT, made this ~ -;1-' 8 day of -- -.1 A rJ L' A fL-_ -( 1979, by and between the City of Sanford, Florida, hereinafter called the "OWNER" and Nomad Cons truction Company, doing bus iness as an individual, hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the construc- tion of repair of Sewer System Evaluation Survey related collapses. 2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. It is understood that the CONTRACTOR may only proceed with those repair incidents which the OWNER authorizes in writing with the expressed understanding that the amount of the uncompleted work authorized shall not exceed $4,400 value, based on bid and contract prices. "Repair incident" shall be defined as all work required to be done under these documents relating to a single specific problem which the CONTRACTOR is authorized or will be authorized to correct. 4. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED. Each incident of repair shall be completed within 15 calendar days from the Page 1 of 4 date of authorization. 5. The CONTRACTOR agrees to perform the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the amounts as shown in the BID schedule. Only that work subsequently authorized in writing will be paid for and the CONTRACTOR shall have no claim for work or pay- ment not authorized subsequently in writing. For repair of lines larger than 15" diameter, the CONTRACTOR will be additionally compensated for the extra actual cost of materials (only) used and incorporated into the repair. The extra cost is defined as the difference in cost of the materials used and the cost of those materials in 15" Slze. 6. The requirements for posting performance and payment bonds are hereby deleted in consideration of a new requireffient that a cashier's check in the amount of $4,400 made payable to the OWNER shall be placed on deposit with the OWNER as a guarantee that the CONTRACTOR will complete all work authorized and in the event the CONTRACTOR defaults on this contract, the OWNER may use the deposited money to perform any needed remaining work, whether or not such remaining work has been authorized or to pay any expenses incurred or anticipated for this work by the OWNER. 7. It is agreed that the OWNER may at any time during the course of the work at his sole discretion, terminate this AGREEMENT for default or convenience. Final settlement under such termination shall be in accordance Page 2 of 4 with the provisions of "the SUPPLEMENTAL GENERAL CONDITIONS. 8. The term "CONTRACT DOCUMENTS" means and includes the following: (A) CHANGE ORDER (B) AGREEMENT (C) ADDENDA (D) BID (E) ADVERTISEMENT FOR BIDS (F) SPECIFICATIONS prepared or issued by Clark, Dietz and Associates, Inc., dated October 10, 1978. (G) SUPPLE~ffiNTAL GENERAL CONDITIONS In the event that any provision of one CONTRACT DOCUMENT conflicts with the provisions of another CONTRACT DOCUMENT, the provisions in that CONTRACT DOCUMENT first listed above shall govern except as otherwise specifically stated. 9. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the GENERAL CONDITIONS such amounts as required by the CONTRACT. 10. This AGREEMENT shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Page 3 of 4 . .. \. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this AGREEMENT in seven copies, each of which shall be deemed an original on the date first above written. OWNER: City of ~d' Florida ~ ,f4~ BY: NAME: Lee P. Moore (Pleas e type) Mayor TITLE: (SEAL) ATTES~~~~-- NAME :"" H. N. Tamm, ;1r. (P leas~e type) TITLE: City Clerk CONTRACTOR: Nomad Construction Company BY: ,~~ a. /?~-r-- N~JameS A. Pollet (Please type) ADDRESS P.O. Box 15857 Orlando, Florida 32808 " i. 4 ATTEST: ~A~ /' !t.,. NAME: 1/ '~'dJ}{L1. .J I Linda M. Gardner (Please type) Page 4 of 4