Loading...
1606*Killebrew Inc. RFQ 11/12-02 Change order 7t 1( 6 S71t-, �N� , Wednesday, Januar , 13 e. �-—1877—`7 7. r PURCHASING DEPARTMENT r TRANSMITTAL MEMORANDUM To: City Clerk RE: kIebevJ 5nC. O r`� e , %i pI5,Q . bua,i--.0-7 ciA9 - • •- ifita- I The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order I I Mayor's signature Final Plat(original mylars) I I Recording Letter of Credit : ..r.-' .= _ Maintenance Bond ® Safe keeping(Vault) Ordinance 2 S-•ut Cit . a-_er Performance Bond [ I Payment Bond I I Resolution I I City Manager Signature ❑ I I City Clerk Attest/Signature Once completed,please: Return originals to Purchasing Return copies II Special Instructions: Marisol Ordonez /1.-p-7.-L, From Date T:\Dept_fonns\City Clerk Transmittal Memo-2009.doc DATE: 01/02/13 PURCHASE ORDER PO NUMBER 033224 CITY OF SANFORD CHANGE # : 2 P.O. BOX 1788 DATE CHG: 04/02/13 . PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE na:i ACCOUNTS PAYABLE:407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE:407.688.5021 FLORIDA TAX EXEMPT NO 858012621681C-8 P.O.BOX 1788 . , SANFORD,FL 32772 VENDOR NO.: 11849 TO: SHIP TO: L.° KILLEBREW, INC CITY OF SANFORD x PO BOX 6258 300 N. PARK AVENUE U LAKELAND, FL 33807-6258 SANFORD, FL 32771 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER-CITY OF SANFORD UNIT OF ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST **********************************i{ * * * CHANGE ORDER * * **********************************4 1 METER REPLACEMENTS AT THE . 00 . 00 . 00 FOLLOWING LOCATIONS: PAGE SCHOOL, MARINER VILLAGE AND TWO METERS ON SEMINOLE COUNTY BLDG AND MED ART BLDG STATE REVOLVING LOAN DW159120 2 SEE LINE ITEM NO. 1 FOR DETAILS 113675 . 00 NA 1 . 00 113675 . 00 CHANGE ACCT CODE 3 WATER QUALITY IMPROVEMENT 127129 . 00 NA 1 . 00 127129 . 00 PROJECT RFQ 11/12-02; LARGE METER INSTALLATION FOR VARIOUS LOC"mT( MC - 1 AT MAPTNFR VILLAGE, 3 SEMINOLE CC kT MEDICAL ART BUILDING. . .CHANGE ORDE OrJ\lki : OTAL-T 240804 . 00 AL 240804 . 00 APPROVED BY: I� �.✓ �/ APPROVED BY: PURCHASIN arGENT CITY MA GER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O.MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP://WWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 01/02/13 PURCHASE ORDER - PO NUMBER 033224 CITY OF SANFORD CHANGE # : 2 P.O. BOX 1788 is DATE CHG: 04/02/13 PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE C ACCOUNTS PAYABLE:407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. , 'd P.O.BOX 1788 CN FACSIMILE:407.688.5021 FLORIDA TAX EXEMPT NO.:858012621681C-8 SANFORD,FL 32772 C`,1 VENDOR NO.: 11849 " ill TO: SHIP TO: KILLEBREW, INC CITY OF SANFORD PO BOX 6258 300 N. PARK AVENUE LAKELAND, FL 33807-6258 SANFORD, FL 32771 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 ACCOUNT NO.: PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER-CITY OF SANFORD UNIT OF ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST **********************************. * i * CHANGE ORDER '` * i **********************************i REQ/ACCT DATE REQ. BY PROJECT AMOUNT 0000063577 12/18/12 MIGDALIA HERNANDEZ DWL103 . 00 45245305366300 63577 04/02/13 RYAN OSSOWSKI DWL103 113675 . 00 45245305366303 4000064083 11/19/13 M HERNANDEZ DW1103 127129 . 00 5245305366300 APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O.MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP://WWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING PROJECT NO. IFB 10/11-10 r4 SECTION 00850 CHANGE ORDER FORM Change Order No. 1 Project Title Water Quality Improvement Project Bid No. RFQ 11/12-02, PO 033224, Requisition No. 63577 Owner: City of Sanford Contractor: Killebrew, Inc. Agreement Date: January 2, 2013 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Original Contract Price $4,000,000.00 (2) Current Contract Price (Adjusted by Previous Change Orders) $4,000,000.00 (3) Total Proposed Change in Contract Price $127,129.00 (4) New Contract Price (Item 2 + Item 3) $4,127,129.00 (5) Original Contract Time 360 Days (6) Current Contract Time (Adjusted by Previous Change Orders) 360 Days (7) Total Proposed Change in Contract Time 90 Days (8) New Contract Time (Item 6 + Item 7) 450 Days (9) Original Contract Substantial Completion Date November 1, 2013 (10) New Contract Substantial Completion Date February 1, 2014 00850-1 PROJECT NO. IFB 10/11-10 CHANGES ORDERED ITEM 1 —Large Meter Installation Description of Change: Five large meter installation (1 at Mariner Village, 3 at Seminole County Building; and 1 at the Medical Art Building) Reason for Change: Under the SRF Agreement No. 590120, the City requested $1,577,388.60 to purchase AMR meters hardware from Municipal Water Works. All obsolete residential and commercial meters are part of this meter exchange proposal. To save SRF funds, the original plan was to perform meter exchanges in-house. City staff was able to complete all small meter installations (3/4" to 2"). However, due to lack of skills and necessary equipment for the large meters installation, the City decided to contract-out the large meter installation. As Killebrew's agreement and Bid solicitation (attached) includes all services associated with the City's Water System CIP, the City decided to use them for large meter installation. The price for each large meter installation is negotiated using established procedures under Killebrew's Agreement and installation guidance from the AMR meter approved hardware vendor (Municipal Water Works). Payment and Construction Bonds are in place for the $4,400,000 (attached). The final work completion date issued to Killebrew, Inc. under the Notice to Proceed is November 1, 2013. During the large meter field installation review, it was noticed that the majority of these large meters are not meeting the State Plumbing Code and/or pipe rehab is needed to accommodate new meter. As a result, each meter will have to be re-design and approved by the City's Utility Engineer before construction. The original contract time did not provide for time for the City and Contractor to review sites in field, prepare draft construction drawings, review/modify drawings, and approve drawings for construction of meter assemblies. Change in Contract Price: 127,129.00 Change in Contract Time: 90 days CHANGE ORDER SUMMARY Change in Change in No. Description Contract Price Contract Time 1 5 large meters installation 127,129.00 90 days TOTAL 127,129.00 90 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of 00850-2 PROJECT NO. IFB 10/11-10 this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. 00850-3 PROJECT NO. IFB 10/11-10 APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. 77 ATTEST: 4' L-L-r-a ) Contractor n L -- ��1'1�1 5 i - JJ�aM0/4) u� (Secretary)Secreta Printe• ame and Title of Offic- r Date :y (Signature) `Q/3D /3 (Corporate Seal) Date ATTEST: (`k'(/ C( `1 Ur_% 1 Owner iatt6eoy�e. Hawyr. (Signs ure) Printe Name and Titl /G Date By (Sig ture) //// f/JJ (Seal) Date END OF SECTION 00850-4