Loading...
1530* Killebrew Inc. Chg Order no. 4 41166 ¶7TfOR1)A,ORij� Friday,November 14, 2014 —1877-- PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM TO: City Clerk RE: Killebrew Inc PO 34127 IFB 11/12-02 Change Order no. 4 $714,925.00 Water Quality Improvement 17/92 Wells Pipes 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 Special Instructions: Mo.-rice-(. Orolo e,z From Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc DATE: 10/30/14 PURCHASE ORDER PO NUMBER 034127 CITY OF SANFORD P.O. BOX 1788 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.: 11849 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 09/30/15 NET/30 64537 ACCOUNT NO.: 452-4530-536 . 63-03 PROJECT NO.: DW11 O 1 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 1 WATER QUALITY IMPROVEMENT (17/92 714925 . 00 NA 1 . 00 714925 . 00 WELLS/PIPES) PROJECT-CHANGE ORDER NO. 4 -RFQ 11/12-02 SR 17/92 12" AND 16 " RAW WATER MAIN UPGRADE SCHEDULE OF VALUES ATTACHED. . . SUB-TOTAL 714925 . 00 TOTAL 714925 . 00 APPROVED BY: { 6i k 11 c�C." APPROVED BY: f �FJ Lt PURCHASING AGENT 1 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 re PROJECT NO. IFB SECTION 00850 CHANGE ORDER FORM Change Order No. 4 Project Title Water Quality Improvement Project Bid No. RFQ 11/12-02, 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) $4,236,557.00 (3) Total Proposed Change in Contract Price $714,925.00 (4) New Contract Price (Item 2 + Item 3) $4,308,052 (5) Original Contract Time 360 Days (6) Current Contract Time (Adjusted by Previous Change Orders) 710 Days (7) Total Proposed Change in Contract Time 93 Days (8) New Contract Time (Item 6 + Item 7) 803 Days (9) Original Contract Substantial Completion Date November 1, 2013 (10) New Contract Substantial Completion Date May 21, 2015 00850-1 • PROJECT NO. IFB 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. ATTEST: I11 ic-u.) �i1c Contractor (Secretary) Printed Name and Ti le o Officer / /r/i4,5- Dat By (Signature) (Corporate Seal) Date ATTEST: City of Sanford Owner Deputy City Manager, Tom George (Signature) Printed Name and Title ll-3-t � Date By (Sign re) P/41/17/ (Seal) Date END OF SECTION 00850-3 PROJECT NO. IFB CHANGES ORDERED ITEM 1 – US 17/92 Pipe Rehabilitation Change in Contract Price: $714,925.00 Change in Contract Time: 0 days CHANGE ORDER SUMMARY Change in Change in No. Description Contract Price Contract Time 1 17/92 Pipe Rehab $714,925.00 93 days 2 Large Meter Installation Credit ($11,547.00) 3 Looping Phase 2 Credit ($12,508.00)_ 4 P-15 Pipe Rehab — ($3,757.60) TOTAL $714,925.00 93 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 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. 00850-2 Killebrew Pipe Rehab Activities Status $ 365,248.52 P-11 (P0#33114) $ (305,079.97) Completed $ 60,168.55 Credit $ 1,250,973.00 P-12 (PO# 33677) $ (1,250,973.00) On-Going $ 949,693.15 P-8 (P0#33225) $ (949,693.15) Completed $ 656,648.35 Looping Phase#1 (PO33282) $ (560,531.30)1 Completed $ 96,117.05 Credit $ 240,958.00 Looping Phase 2 (PO#33534) $ (228,450.00) Completed $ 12,508.00 Credit $ 180,345.05 P-15 (PO# 33677) $ (176,587.45) Completed $ 3,757.60 Credit $ 240,804.00 Large Meters (PO#33224) $ (119,829.00) Completed $ (109,428.00) Completed $ 11,547.00 Credit $ (3,700,571.87) Project Allocation $ 4,400,000.00 Approved by Commission $ 699,428.13 Available for 17/92 Hernandez, Migdalia From: Smith, Bill Sent: Tuesday, September 30, 2014 8:52 AM To: Hernandez, Migdalia Cc: Moore,Paul; Dwyer, Elizabeth; Ordonez, Marisol Subject: RE: US 17-92 and Wells Rehab Change Order Draft Ok. Bill Smith From: Hernandez, Migdalia Sent: Tuesday, September 30, 2014 7:24 AM To: Smith, Bill Cc: Moore,Paul; Dwyer, Elizabeth; Ordonez, Marisol Subject: FW: US 17-92 and Wells Rehab Change Order Draft Bill , Please review attached change order. The bonding; insurance and approved commission is for$4.4 M. This change order with add an extra $14,800. I do not think we need to go to Commission right? 1 The estimated Project costs are revised as follows: AUTHORIZED LOAN CATEGORY COST($) AMOUNT($) TO DATE Administrative Allowance 159,611 Line items Engineering Allowance 1,596,113 may vary Construction and Demolition 21,418,755 based on Con .ncies 2,418,353 actual Technical Services After Bid Opening 1,764,775 disbursements SUBTOTAL(Disbursable Amount) 27,357,607 17,105,683 Less Principal Forgiveness (4,000,000) (4,000,000) SUBTOTAL (Loan Amount) 23,357,607 13,105, 3 Capitalized Interest 216,500 216,500 TOTAL (Loan Principal Amount) 23,574,107 13,322,183 Killebrew Pipe Rehab Activities Status 365,248.52 P-11 (P0#33114) S (305,079.97) Completed S 60,168.55 Credit S 1,250,973.00 P-12(PO# 33677) S (1,250,973.00) On-Going 949,693.15 P-8 (P0433225) S (949,693,15) Completed 656,648.35 Looping Phase#1 S (559,856.55)1 Completed S 96,791.80 Credit S 240,958.00 Looping Phase 2(PO# 33534) S (228,450.00) Completed 12,503.00 Credit $ 180,345.05 f P-15 (PO# 33677) 7 2 Migdalia Hernandez Water Resource Engineer Utility Department P.O Box 1788 City of Sanford, FL 32772 Phone: 407.688.5104 Fax: 407.688.5091 Visit us at: www.sanfordfl.gov 3 11PS01% 1 ' :1 L) Wti• Item No. is "f l z( D CITY COMMISSION MEMORANDUM 12.1 18.F — AUGUST 13, 201 2 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Bill Smith,Purchasing Agent SUBMITTED BY Norton N.Bonaparte,Jr.,City Manager SuBJger: Services to Provide Water Pipe Rehabilitation In Support of the CIP SYNOPSIS: Approval of staffs ranking is requested to complete the process, as recommended below, to establish a qualified contractor to perform Water Quality Improvement Projects (5 Yr Capital Improvement Plan(CIP) for Water Treatment Plants;Well Fields;and Water Quality): FISCAL/STAFFING STATEMENT: The estimated cost for these projects is $4,000,000. Funds are available from the State Revolving Fund(SRF)loan DWI 59120. BACKGROUND: This item includes delegated authority to the City Manager to negotiate a contract for services based on agreed upon unit pricing and to direct a process of Work Order authorization. This will provide fiscal control upon each segment of work undertaken which will ensure that commitments do not exceed available funding. Due to the complexity of detailing bid specifications for a project which is"underground,"it was concluded that a qualifications based solicitation was in the best interest of the City. Therefore, requests for statements of qualifications were formally advertised and solicited. On March 5, 2012, statements of qualifications were opened as the first step in selecting a contractor for the installation of new potable water pipes and pre-chlorinated pipe bursting for existing water lines. After-a detailed review of the submissions, a consensus qualification scoring by a team of City staff members selected from different departments led to a "short list" of three qualified firms. Killebrew,Inc. is recommended as the number one ranked firm with whom to begin negotiations to complete the award process. This procurement is in compliance with the City Procurement Policy and has been competitively solicited by RFQ 11/12-02. The water quality improvement projects listed under the Utility 5 year CIP involves replacing and adding new pipes to improve water quality;meet more stringent FDEP regulations;and to improve fire protection. .LEGAL REVIEW: CERTIFIED COPY J�nM Rar4t CtY The City Attorney recommended qualifications based solicitation for this project M and adapted the Standard 520 Construction Agreement. of s W43 Cark D 2V12 , r_^I S T. n WS i�Vt X ?'0 i 1 .l' A}7�. �� Y""` Item No. 1P�t 17 -,--- _.._1877= r 0 i;a v=i D- CITY COMMISSION MEMORANDUM I 3-228.K C.' NOVEMBER 18,2013 AGENDA \ ('-'‘ To: Honorable Mayor and Members of the City Commission PREPARED BY: Paul Moore,Utility Director SUBMITTED BY: Norton N.Bonaparte,Jr.,City Manager /7 SUBJECT: Change Order to Killebrew,Inc.for l Water System Improvements(SRF DW59 20) SYNOPSIS: Approval of Change Orders to Killebrew,Inc. for water system improvements is requested. FISCAL ISTAFF'ING STATEMENT: The total amount of Change Orders shall not exceed $400,000. Funding will come from the State of Florida SRF program(SRF DW590120). BACKGROUND: On August 13,2012, the City Commission approved the ranking of firms and selected Killebrew, Inc. to perform water distribution improvements not to exceed $4,000,000. The City has received additional funding from the SRF program for some large meter replacements and other improvements not to exceed $400,000. Change Order No. I attached is for $121,129, and there will be others totaling$400,000. LEGAL REVIEW: The City Attorney reviewed the original qualification based solicitation and prepared the agreement. RECOMMENDATION: It is staffs recommendation that the City Commission authorize Change Orders to Killebrew Inc. up to$400,000 making the total project not to exceed$4,400,000. SUGGESTED MOTION: "I move to authorize Change Orders to Killebrew,Inc.not to exceed$400,000." Attachment: Change Order No. 1 to Killebrew,Inc. ACCORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) eft.-' -- 5/28/2014 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 Michele Crifasi NAME: Stahl & Associates Insurance Inc. 17/12 No.Extl: (863)688-5495 FaC Nol: (863)688-4344 91 Lake Morton Drive ADD E-MAIL RE$$:michele.crifasi @stahlinsurance.com P 0 Box 3608 INSURER(S)AFFORDING COVERAGE NAIC 8 Lakeland FL 33802 INSURERAWestfield Insurance Company 24112 INSURED IN5uRERB:Amerisure Insurance Co 19488 Killebrew Inc INSURERc:Harleysvi.11e Mutual Insurance 26182 PO Box 6258 INSURER D: INSURER E: Lakeland FL 33807-6258 INSURERF: COVERAGES CERTIFICATE NUMBER:Master 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. INSR ADDL SUER LTR TYPE OF INSURANCE ,JN$R WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) (MM/DD/YYYY), LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 ', X COMMERCIAL GENERAL LIABILITY PRMMGE TO RENTED PREMISES(Ea occurrence) $ 500,000 A CLAIMS-MADE X OCCUR X Y C4M0446705 6/1/2014 6/1/2015 MED EXP(Any one person) $ 15,000 X $1,000 Ded per claim PERSONAL&ADV INJURY____ $ 1,000,000 X Ded applies Prop Damage GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 5 2,000,000 n POLICY I 1 JERCO n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A ,X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED ^SCHEDULED x y CMM0446705 6/1/2014 6/1/2015 BODILY INJURY $ AUTOS AUTOS _ X HIRED AUTOS X NON-ONED PROPERTY DAMAGE $ _ AUTOS W (Per accident) PIP-Basic $ 10,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 ,,I A EXCESS LIAB CLAIMS-MADE AGGREGATE _ $ 5,000,000 OED RETENTIONS CMM0446705 6/1/2014 6/1/2015 $ B WORKERS COMPENSATION Y X WC STATU- 10TH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS FR ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S 500,000 OFFICER/MEMBER EXCLUDED? N/A WC206273201 6/1/2014 6/1/2015 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 500,000 C Rented & Leased Equip TBD 6/1/2014 6/1/2015 Limit/Dedudible 500,000/1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE: RFQ 11/12-02 Water System Improvements rehabilitation of existing and installation of new piping The City of Sanford is listed as an additional insured with respects to the General & Auto liability policies. General liability coverage is primary & non-contributory. Waiver of subrogation appplies in favor of The City of Sanford on the General, Auto & Workers Compensation policies. *30 day notice of cancellation is provided by the insurance company with 10 day notice for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford Attn: Purchasing Manager P O Box 1788 AUTHORIZED REPRESENTATIVE 300 N Park Avenue Sanford, FL 32771 __--------"'<;----- `� Gerald Powell/CRIFAS � ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(2010os).01 The ACORD name and loco are registered marks of ACORD SR 17-92 12"AND 16" RAW WATER MAIN UPGRADE CITY OF SANFORD 8/26P14 Schedule of Values 01 Mobilization 1 EA $57,500.00 $57,500.00 1 02 Pre-Video 1 EA $4,500.00 $4,500.00 03 Maintenance of Traffic 1 EA $42,000.00 $42,000.00 12F 10" Bell Restrainers for DIP or PVC 3 EA $240.00 $720.00 12 12" HDPE DR11 Pre-Chlorinated Pipe 960 LF $70.00 $67,200.00 Bursting 12A 12" PVC DR18 Water Main Open-Cut 0'-6' 40 LF $85.00 $3,400.00 12G 12" Bell Restrainers for DIP or PVC 15 EA $250.00 $3,750.00 23 12" Gate Valve Assembly 1 EA $2,500.00 $2,500.00 70 10" Water Main Connection to 10" 4 EA $1,500.00 $6,000.00 76 12" Water Main Connection to 12" 2 EA $1,800.00 $3,600.00 90 Tracer Wire 3,200 LF $0.55 $1,760.00 91 GIS Map with GPS Data Collection 125 EA $50.00 $6,250.00 96 10" Linestopping Assembly 1 EA $4,900.00 $4,900.00 97 12" Linestopping Assembly 1 EA $4,950.00 $4,950.00 00108 10" DI Restrained Fittings 0'-6' 6 EA $865.00 $5,190.00 00109 12" DI Restrained Fittings 0'-6' 20 EA $1,030.00 $20,600.00 Page 1 of 2 SR 17-92 12"AND 16" RAW WATER MAIN UPGRADE CITY OF SANFORD 8/26P14 Out of Scope Items 1 16" PVC DR18 Water Main Open-Cut 0'-6' 1,360 LF $125.00 $170,000.00 2 16" DIP Water Main Open-Cut 0'-6' 200 LF $164.00 $32,800.00 3 16" Bell Restrainers for DIP or PVC 35 EA $475.00 $16,625.00 4 16" Gate Valve Assembly 2 EA $5,760.00 $11,520.00 5 16" DI Restrained Fittings 0'-6' 24 EA $2,850.00 $68,400.00 6 16" Water Main Connection to 12" 1 EA $2,170.00 $2,170.00 7 30" Jack & Bore 190 LF $365.00 $69,350.00 8 16" DR11 Directional Bore 560 LF $175.00 $98,000.00 9 Grouting 10" - 12" existing main 200 LF $19.00 $3,800.00 10 Removal of existing 10" - 12" main 1,860 LF $4.00 $7,440.00 Grand Totals $714,925.00 Page 2 of 2 N O. N- 0 N N co nt N. r^ N O 4O N. N' ^ ,..i m N N: NI In N m r 2 Y cl -!.4 I N a h. 0 Q�, - .. - C U Y Q 8 R N N a m!_ T NaZ ''..N a Y —J N >m I i O N N a a- IEo- ??t a - nt _.w co on 'Lin w cn_. n 0 N - Q C O n C Q w Q V N on nr V C .- N LL CO N LL LE IL IC 11 LL O LL 2 3 y O Q PI .n 10 PI Po N PI in • Obi O - r N m M O O V N w m m m H m w H w 3 1 N PI ? 'C V V CO N O CO N J O 41 O CC a C CO .O =O C p d, C O Oi N N 2 U Ot w N lLL N n N ". O O - 01 Ram H= 0 ! u P- o E ..0 O F o m O u 5 . x„,O m o 2 y d E o E g 5 2 < = m . 9 0 Z a1 v N a 0 F= c ,e o _, d m O E .. 0 n n y o c �a S F 2�a g o 0 a a iL 0 ;a_.__ �. CO CO O 70 0 iN- CO Ol O I ry i r O hm m IW iN 4) N N CO [rt.- 2f LL_ IN m a m LL UAW N: cCC 2 N Z 8..N: `l Z m 0c O .0 V) QN N E'; 0 LL Z F 0 — I