Loading...
1545* SE Drilling Services IFB 11/12-17 Misc Docs\k PURCHASING DEPARTMENT Tuesday, November 27, 2012 'T'RANSMI'TTAL MEMORANDUM To: City Clerk RE: Southeast Drilling Services, Inc IFB 11/12 -17 Misc Documents The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Safe keening Marisol Ordonez \ From Date P T: \Dept forms \City Clerk Transmittal Memo - 2009.doc Southeast Drilling Services, Inc. MEMORANDUM DATE: 11/19/12 ` TO: City of Sanford COPY: FROM: Bart Ziegler /SED , RE: Bid: Hidden Lakes Well 7 _ MBE /WBE Participation This memorandum has been prepared in conjunction with the contract submittal requirements for the referenced project. The construction and testing of production Well No. 7 is a rather unique construction activity for a Water Well Contractor with minimal outside services required to complete the project. Southeast is a registered Small Business Enterprise with Palm Beach County, the City of West Palm Beach, and the South Florida Water Management District, however, we are not a WBE/MBE firm. The referenced project with exception to Geophysical Logging services will be performed in house. There are only a couple of vendors that perform the referenced geophysical logging services that we have contact with in the Central Florida area, neither of which is a WBE/MBE firm. CiDOCUNMNTS AND SETTINGMSED\LOCAL SETTINGS\TEMFORARY RTFERNET FILES \CONTENT.T5\52NRJN7H\MI 11912SANFORD.DOC 10614 US HWY 92 Tampa, FL 33610 (8 13) 968 -7277 FAX (813) 443 -0530 PROJECT NO. IFB 11/12 -17 SECTION 00830 CONTRACTOR'S REPORT OF DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION Project Name: Aquifer 7 Month of November 20 12 General Contractor: Southeast Drilling Services Inc Contact Person: W. B.- Ziegler Telephone: ( 8 13) 968-7277 Address: 10614 E US Hicihwa 92 Tamr)a Fr 33610 Amount of Contract: $ ocp io a : MBE o/ WBE� 3a7 ado , DBE Information: Circle either MBE or WBE MBEMBE Firm Name: Date of Award: Completed -to -Date: Work Description: Comments: Form. Contact Person: Contract Value: $ $ Paid -to -Date: $ Telephone #: MBE/WBE Firm Name: Date of Award: _ Completed -to -Date: Work Description: Comments: Contact Person: Contract Value: $ $ Paid -to- Date: $ Telephone MBEMBE Firm Name: Date of Award: Completed -to -Date: Work Description: Comments: _ Contact Person: Contract Value: $ Paid -to -Date: $ Telephone #: MBE/WBE Firm Name: Contact Person: Date of Award: Contract Value: $ Completed-to -Date: $ Paid -to -Date: $ Work Description: Telephone #: Comments: Attach additional pages as required,4 General Contractor's Signature: Date: 11/1S/2012 For questions or further information ase co Tbursement ourson at (850) 245 -8358. NOTE: Please submit with constructio requests for payment on ail projects using federal funds. 00830 -1 4111 PROJECT NO. IFB 11/12 -17 SECTION 00835 APPENDIX G TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS f� CERTIFICATION OF COMPLIANCE WITH 41 CFR 60 -1.7: REPORTS AND OTHER REQUIRED INFORMATION [Note: This certification is required by 41 CFR 60- 1.7(b) and is applicable to all FDEP - assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all FDEP - assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] This certification relates to a construction contract proposed by city of San fn,,J (insert the name of the Owner), which expects to finance the proposed construction contract with assistance from the Florida Department of Environmental Protection (which administers a State revolving fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) l —X— have / have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, 1 have /_ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier construction subcontractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $10,000. 1 also agree that I will retain such certifications in my files. 11/15/2012 (Signature of Authorized Official) (Date) � (Name and Title of Authorized Official [Print oyTpe]) (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) 10614 E US Highway 92 Tampa FL 33610 / (R1';)6; (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) (Employer Identification Number of Prospective Construction Contractor or Subcontractor) END OF SECTION 00836-1 PROJECT NO. IFB 11112 -17 SECTION 00881 USE OF DAVIS BACON PAY RATE CERTIFICATION Name of Project: Hidden Lakes Well 7 Replacement; IFB 11/12 -17 Owner: City of Sanford, Florida Contractor . Southeast Drilling Services, Inc. The Contractor named above hereby accepts responsibility to comply with Davis Bacon Pay Rate requirements applicable to the project indicated above. The contractor shall on a continual basis monitor web site http: / /www.wdol.gov /dba.aspx Select or enter DBA WD number: FL177 +click search. (this is the DBA WD for Heavy Construction Projects including water and sewer lines applicable to Seminole County, Florida. The price or prices quoted in the attached bid or proposal are based upon and in compliance with wage rates mandated by the Davis Bacon Act as may be amended, 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 individual signing this document. General Decision of Affiant Date Name of Affiant Title State of Florida, County of Hillsborough On this 15th day of November 2012, before me, the undersigned Notary Public of the State of Florida, personally appeared W.B. Ziegler and N/A (Name(s) of individuals who appeared before notary) whose name(s) is /are Subscribed to the within instrument, and helshhee /�thheey 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.) - -; MICHAEL J WHITMAN * c MY COMMISSION # EE015738 EXPIRES August 09, 2014 (407) 39"153 Floridallotaryservfce.com XX Personally known to me, or _ Produced identification (Type of Identification Produced) _ DID take an oath, or XX DID NOT take an oath END OF SECTION [n 00845 -1 CERTIFICATION OF CONTRACTOR'S INSURANCE AND BONDING Project DW 1103 l° I certify that Southeast Drilling Inc , general contractor for (Name of Contractor) Hidden Lake Wellfield Well #7 Replacement , has obtained, and will be required (Contract Description) to maintain, insurance as is customary during construction, including workers' compensation, comprehensive general liability, contractors' indemnification obligations, vehicle liability, and property. Builder's risk or similar types of insurance in the amount of full replacement cost of the project, or portion thereof, being constructed under the contract has also been obtained, and will be maintained, by the contractor to the extent that such insurance is obtainable. Flood insurance, if applicable, has also been obtained and will be maintained by the contractor. I also certify that the contractor has submitted a payment and performance bond or bonds as described below: Type of Bond Amount of Bond Surety Performance Bond $267,200 Western Surety Company Payment Bond $267,200 Western Surety Company 4/ Signatur (D e) Tom George, Deputy City Manager (Typed Name and Title of Local Government's Authorized Representative)