Loading...
1658* SE Drilling Services CO #1 1 7,,,) &51t km4, 'WO 1 IT ; F p RID Tuesda y, August 05, 2014 r. , —1877-1 4., PURCHASING DEPARTMENT ' TRANSMITTAL MEMORANDUM To: City Clerk/ RE: Southeast Drilling Services, Inc PO 33842-5 Change Orde No. 1 IFB 13/14- 12 Hidden Lake Well No. 8 Emergency Procurement 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: I M ari,yo-1, O rot o-A-trz /��44 E-1 7- / Li ,6e Fr m Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc DATE: 03/27/14 PURCHASE ORDER PO NUMBER 033842 CITY OF SANFORD CHANGE # : 5 P.O. BOX 1788 DATE CHG: 04/16/14 PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE 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.: 11855 TO: SHIP TO: SOUTHEAST DRILLING SERVICES, I CITY OF SANFORD 10614 E US HIGHWAY 92 300 N. PARK AVENUE TAMPA, FL 33610 SANFORD, FL 32771 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/14 NET/30 64220 ACCOUNT NO.: 452-4530-536 . 63-00 PROJECT NO.: DW1107 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 *********************************** 1 HIDDEN LAKE WELL 8 EMERGENCY 505770 . 00 NA 1 . 00 505770 . 00 PROCUREMENT DW1107 SRF DW590120 2 ODP PURCHASE FOR TRADEWINDS PO . 00 . 00 . 00 33868;GENERATOR FSA CONTRACT NO 13 . 11. 0904;NO TAX SAVINGS; Correct item amt erronously removed. 3 ODP AMOUNT REF ITEM 2 THIS PO 67331 .20- EA 1 . 00 67331.20- 4 CHANGE ORDER NO 1 TO PO# 33842 124141 . 50 NA 1 . 00 124141 .50 HIDDEN LAKE WELL 8 REPLACEMENT- DW1107 SRF DW590120 - IFB13/14 DESCRIPTION OF CHANGE; ITEM NO. 1 THROUGH 5 WCD 1 DEEPING OF WELL INCREASE CAPACITY REMOVAL OF TEST PUMP; RUN DRILLING TOOLS IN THE HOLE REMOVE DRILL STRING AND REINSTALL TEST PUMP. $6,393 . 00 ITEM NO. 2 $4, 106 . WCD 2 LAKE FILTRATION DEVICE ITEM NO. 3 ADDITIONAL CEMENT 33CY \V gglillie 1.."V APPROVED BY: r`Co APPROVED BY: % 1L��<7 , PU CHASING AGENT / CIT 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 DATE: 03/27/14 PURCHASE ORDER PO NUMBER 033842 CITY OF SANFORD CHANGE # : 5 P.O. BOX 1788 DATE CHG: 04/16/14 PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE ACCOUNTS PAYABLE:407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE:407.688.5021 P.O.BOX 1788 FLORIDA TAX EXEMPT NO.:858012621681C-8 SANFORD,FL 32772 VENDOR NO.: 11855 TO: SHIP TO: SOUTHEAST DRILLING SERVICES, I CITY OF SANFORD 10614 E US HIGHWAY 92 300 N. PARK AVENUE TAMPA, FL 33610 SANFORD, FL 32771 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/14 NET/30 64220 ACCOUNTNO.: 452-4530-536 . 63-00 PROJECT NO.: DW11O7 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 • *********************************** * * * CHANGE ORDER * * * *********************************** OF CEMENT NEEDED TO FILL BOREHOLE BEHIND 16" $18, 012 . 50 ITEM NO. 4 EXTRA WELL DEVELOPMENT TIME THE BID PAC KAGE INCLUDED 40 HRS FOR WELL DEVELOPMENT AT A UNIT COST OF $300/HOUR. AT $90, 000 ITEM NO. 5 ADDITIONAL DISCHARGE PIPING @ $5, 630 . 00 SUB-TOTAL 562580 .30 TOTAL 562580 . 30 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. DW 1107 EMER 13/14-12 DEP-DW59012 SECTION 00850 CHANGE ORDER FORM Change Order No. 1 Project Title Hidden Lakes Well 8 Replacements Bid No. IFB 13/14-12 Owner: City of Sanford, Florida Contractor: Southeast Drilling Services, Inc. Agreement Date: March 10, 2014 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 $442,250.00 (2) Current Contract Price (Adjusted by Previous Change Orders) $442,250.00 (3) Total Proposed Change in Contract Price $124,141.50 (4) New Contract Price (Item 2 + Item 3) $563,391.50 (5) Original Contract Time 135 Days (6) Current Contract Time (Adjusted by Previous Change Orders) 135 Days (7) Total Proposed Change in Contract Time 59 Days (8) New Contract Time (Item 6 + Item 7) 194 Days (9) Original Contract Substantial Completion Date September 9, 2014 (10) New Contract Substantial Completion Date December 1, 2014 00850-1 PROJECT NO. DW 1107 EMER 13/14-12 DEP-DW59012 CHANGES ORDERED ITEM 1 Description of Change: WCD 1 — Deeping of well to increase capacity, removal of test pump; run drilling tools in the hole; remove drill string and reinstall test pump. Reason for Change: After well was completed and developed, the water table could not produce the needed 1500 gal/min as expected for pump installed. The City's hydrological CI engineers recommended deepening the well an extra 50 ft to obtain more water. Change in Contract Price: $6,393.00 Change in Contract Time: 10 days ITEM 2 Description of Change: WCD 2 — Lake Filtration Device Reason for Change: The well deeper zone produced high turbidity requiring extra filtration to reduce sediments into the lake. A silt boom was installed before Lake Ada discharge point to reduce turbidity. Change in Contract Price: $4,106.00 Change in Contract Time: 10 days ITEM 3 Description of Change: Additional cement Reason for Change: Additional 33 CY of cement needed to fill borehole behind 16" pipe. Change in Contract Price: 18,012.50 Change in Contract Time: 7 days 00850-2 PROJECT NO. DW 1107 EMER 13/14-12 DEP-DW59012 ITEM 4 Description of Change: Extra well development time Reason for Change: The bid package included 40 hours for well development at a unit cost of$300/hour. The original well was contracted to be 420 ft deep. After well was completed and developed, the water table could not produce the needed 1500 gal/min as expected for pump installed. The City's hydrological CI engineers recommended deepening the well an extra 80 ft to obtain more water. Change in Contract Price: Not to Exceed $90,000.00 Change in Contract Time: 30 days ITEM 5 Description of Change: Additional Discharge Piping Reason for Change: Additional discharge piping was needed in order to prevent flooding in local park and in customer's backyards. Change in Contract Price: $5,630.00 Change in Contract Time: 2 days CHANGE ORDER SUMMARY Change in Change in No. Description Contract Price Contract Time 1 Work Directive #1 $6,393.00 10 2 Work Directive#2 $4,106.00 10 _ 3 Work Directive#3 $18,012.50 7 4 Work Directive#4 (Not to Exceed) $90,000.00 30 5 $5,630.00 2 TOTAL $124,141.50 59 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change 00850-3 PROJECT NO. DW 1107 EMER 13/14-12 DEP-DW59012 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. 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 00850-4 PROJECT NO. DW 1107 EMER 13/14-12 DEP-DW59012 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. ATTEST: Southeast Drilling Services, Inc. Contractor !r ege...••0 �! N,C.,r._ W. B. Ziegler/Pres �PJ�t aiG� Printed Name and Title of Officer G/1/1/ .de Date 1 By (Signat - 6/11/14 (Corporate Seal) Date • ATTEST: Et. t5 6t Owner G��� f 1 a r-r∎ (Sign.1 ure Printed Name and Title q-30 - V1 Date By (Sign ure) 7/ r 7 (Seal) Date END OF SECTION 00850-5 1 I WS RM �( i1JOK7�� „✓ Item No. to CITY COMMISSION MEMORANDUM 14,1 24 JULY 14, 20 14 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Cynthia Porter, City Clerk SUBMITTED BY: Norton N. Bonaparte, Jr., ity Manager SUBJECT: Consent Agenda SYNOPSIS: Approval of the consent agenda is requested. A. APPROVE AGREEMENT WITH CAREERSOURCE CENTRAL FLORIDA WHICH WILL FUND TWO WORK PROGRAMS (AT NO COST TO THE CITY) THAT WILL PROVIDE INTERNSHIP OPPORTUNITIES AND VALUABLE WORK EXPERIENCE FOR PROGRAM PARTICIPANTS. SYNOPSIS: Approval of an agreement between the City and CareerSource Central Florida is requested. The previous agreement expired June 30,2014. FISCALISTAFFING STATEMENT: There is no cost to the City. BACKGROUND: Workforce Central Florida has a new name, Career/Source Central Florida (CSCF). The CSCF Agreement accounts for two programs, the H1B-UCF.CSCF partnership (H1B) and the WIA- Adult,Dislocated Worker(WIA). For the H1B program CareerSource Central Florida has partnered with the University of Central Florida to offer a unique work experience internship opportunity for job seekers with the focus on Science, Technology, Engineering and Math or STEM. Through this program,businesses can connect with job seekers who have college degrees, industry certifications or previous professional experience. This is a 12-week work experience internship. During the 12-week program, CSCF pays the participants wages up to $21 per hour for 40 hours per week while the City provides valuable hands-on work experience opportunities. The WIA program is a work experience opportunity for program participants 18 years and older and eligible for Workforce Investment Act (WIA) funds. The participant does a 12-week work SOUTDRI-01 JFAVA ACORN► DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 7/14/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 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 REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. 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 CONTACT NAME: ASSOCIATES AGENCY,INC. PHONE 1 (813)988-1234 FAX (813)988-0989 11470 N 53rd St Temple Terrace,FL 33617 E-MAIL DDRSS: INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:OWNERS INSURANCE CO. 32700 INSURED INSURER B:AUTO OWNERS INSURANCE CO. 18988 Southeast Drilling Services Inc. INSURERC:Star Insurance CO. 18023 10614 E US Hwy 92 INSURER D: _ Tampa,FL 33610 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTRR TYPE OF INSURANCE INSD SWVD POLICY NUMBER ,(MM/D YD/YYYY), /D/Y(MM/D YYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 20709632 07/01/2014 07/01/2015 PREMISES a occu ence) $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY _ $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 POLICY JECT LOC -PRODUCTS-COMP/OPAGG $ 1,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS-MADE 4346231701 07/01/2014 07/01/2015 AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION x PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER C ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WC0732469 07/01/2014 07/01/2015 E.L.EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached 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 of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sanford,Florida THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tY ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Purchasing Manager PO Box 1788 Sanford,FL 32771 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD