Loading...
1658* SE Drilling PO 33842 CO No. 27— 1� To: City Clerk I Thursday, March 05, 2015 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 (Vaul ❑ 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: M o, ri� O rdo- From TADept_forms \City Clerk Transmittal Memo - 2009.doc Date EEL i1M) DATE: 03/27/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11855 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SOUTHEAST DRILLING SERVICES, I 10.614 .E U.9---HIGHWAY 92 TAMPA, FL 33610 8,lt/ cw&- - PO NUMBER 033842 CHANGE #: 8 DATE CHG: 04/16/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 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 ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER 1 HIDDEN LAKE WELL 8 EMERGENCY 509581.20 NA 1.00 509581.20 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 67331.2.0- 4 CHANGE ORDER NO 1 TO PO# 33842 124141.50 NA 1.00 124141.50 HIDDEN LAKE WELL 8 REPLACEMENT - DW1107 SRF DW590120 - IFB13/14.4.4 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 APPROVED APPROVED BY:/" ' r���-7`" t PILIOAA& ENT / CITY MANE ER 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 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11855 TO: Vollatellm NJ a CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SOUTHEAST DRILLING SERVICES, I 10614 E US HIGHWAY 92 TAMPA, FL 33610 PO NUMBER 033842 CHANGE. #: 8 DATE CHG: 04/16/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 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 ITEM NO. DESCRIPTION QUANTITY UNITE OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * FILTRATION DEVICE ITEM NO. 3 ADDITIONAL CEMENT 33CY 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 5 CHANGE ORDER NO. 2 PERFORM A 52293.00 NA 1.00 52293.00 DYNAMIC VIDEO TO LOCATE TUBIDITY ZONE $14,000;ITEM NO.2 FIELD DIRECTIVE ALLOWING CONTRACTOR TO BACKFILL BOTTOM 20FT OF BOREHOLE WITH 3/8" RIVER ROCK & RE- DEVELOP THE WELL $12,243 PLUS 20 DAYS TO COMPLETE, ITEM NO.3 FURNISH AND INSTALL 20FT OF LOFT STAINLESS STEEL SCREEN WITH 20 FT OF RISER PIPE, FORMATION PACKER, GRAVEL PACE, BENTONITE, SET AND PULL TEST APPROVED BY: PURCHASING AGENT APPROVED BY: 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 /PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 03/27/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11855 TO: i i It l CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 SOUTHEAST DRILLING SERVICES, I 10614 E US HIGHWAY 92 TAMPA, FL 33610 PO NUMBER 033842 CHANGE #:, 8 DATE CHG: 04/16/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY.OF SANFORD 300 N. PARK AVENUE 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 * * CHANGE ORDER * PUMP, AND REDEVELOP WELL OF 8HRS AND ADDITIONAL 93 WORKS DAYS $38,650 TOTAL OF DAYS 113 AND TOTAL INCREASE OF $52,293 COMPLETION OF DATE MAY 11,2015 SUBTOTAL 618684.50 TOTAL 618684.50 REMARKS: APPROVED BY: PURCHASING AGENT APPROVED BY: 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:U WWW. SANFORDFL. GOV/ DEPARTMENTS /PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 03/27/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.6 88.5021 VENDOR NO.: 11855 TO: CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SOUTHEAST DRILLING SERVICES, I 10614 E US HIGHWAY 92 TAMPA, FL 33610 PO NUMBER 033842 CHANGE #: 8 DATE CHG: 04/16/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 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 OF OF ITEM NO. DESCRIPTION QUANTITY I SS SS UNIT COST EXTENDED COST * CHANGE ORDER * 1 HIDDEN LAKE WELL 8 EMERGENCY 509581.20 NA 1.00 509581.20 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 1000or �l APPROVED BY: CITY MAN ER 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 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.6 88.5021 17ERDOR 1, • • [aIL' Mi1 MUM: o : p :� CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SOUTHEAST DRILLING SERVICES, I 10614 E US HIGHWAY 92 TAMPA, FL 33610 PO NUMBER 033842 CHANGE. #: 8 DATE CHG: 04/16/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 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 ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * FILTRATION DEVICE ITEM NO. 3 ADDITIONAL CEMENT 33CY 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 Q $5,630.00 5 CHANGE ORDER NO. 2 PERFORM A 52293.00 NA 1.00 52293.00 DYNAMIC VIDEO TO LOCATE TUBIDITY ZONE $14,000;ITEM NO.2 FIELD DIRECTIVE ALLOWING CONTRACTOR TO BACKFILL BOTTOM 2OFT OF BOREHOLE WITH 3/8" RIVER ROCK & RE- DEVELOP THE WELL $12,243 PLUS 20 DAYS TO COMPLETE, ITEM NO.3 FURNISH AND INSTALL 20FT OF LOFT STAINLESS STEEL SCREEN WITH 20 FT OF RISER PIPE, FORMATION PACKER, GRAVEL PACE, BENTONITE, SET AND PULL TEST 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 DATE: 03/27/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11855 TO: CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SOUTHEAST DRILLING SERVICES, I 10614 E US HIGHWAY 92 TAMPA, FL 33610 PO NUMBER 033842 CHANGE #: 8 DATE CHG: 04/16/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 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 OF UNITE ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST 9ci: �c * * * *zk k9c* �r9c�rirSkic9c3c *9c *ic * *�k * * * * *ic ** * * CHANGE ORDER * PUMP, AND REDEVELOP WELL OF 8HRS AND ADDITIONAL 93 WORKS DAYS $38,650 TOTAL OF DAYS 113 AND TOTAL INCREASE OF $52,293 COMPLETION OF DATE MAY 11,2015 SUB TOTAL 618684.50 TOTAL 618684.50 REMARKS: APPROVED BY: PURCHASING AGENT APPROVED BY: 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: /ANWW.SANFORDFL.GOV (DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING March 27, 2014 Mr. Norton Bonaparte City Manager City of Sanford 300 North Park Avenue Sanford, Florida 32772 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BOB MARTINEZ CENTER 2600 BLAIRSTONE ROAD TALLAHASSEE, FLORIDA 32399 -2400 Re: DW590120 - Sanford Supply, Treatment, Distribution Dear Mr. Bonaparte: RICK SCOTT GOVERNOR CARLOS LOPEZ- CANTERA LT. GOVERNOR HERSCHEL T. VINYARD JR. SECRETARY We have reviewed the bidding information for the Hidden Lake Well No 8 direct purchase contract. The selection of Tradewinds Power Corp for $63,520.00 is acceptable. This letter is your authorization to procure this item. Please send all change orders to Venkata Panchakarla for review. If we may be of further assistance, please call Teresa Cruce at (850) 245 -8377. Sincerely, Angela Knecht, Program Administrator State Revolving Fund Management AK/tc cc: Migdalia Hernandez - City of Sanford invm dep.state f7. its March 26, 2014 Mr. Norton Bonaparte, Jr. City Manager City of Sanford 300 North Park Avenue Sanford, Florida 32772 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BOB MARTINEZ CENTER 2600 BLAIRSTONE ROAD TALLAHASSEE, FLORIDA 32399 -2400 Re: DW590120 - Sanford Supply, Treatment, Distribution Dear Mr. Bonaparte: RICK SCO'1°r GOVERNOR CARLOS LOPEZ- CANTERA LT. GOVERNOR HERSCI-IEL T. VINYARD JR. SECRETARY We have reviewed the bidding information for the Hidden Lake Well No 8 contract. The selection of the bidder identified below is acceptable. Contractor Southeast Drilling Services, Inc. Contract Amount $442,250.00 This letter is your authorization to award the contract. Please submit the attached certification of contractor's insurance and bonding to: Florida Department of Environmental Protection, 2600 BIair Stone Road M.S. 3505, Tallahassee, Florida 32399 -2400. No disbursements for this contract will be made until the certification form is returned to us. Please send all change orders to Venkata Panchakarla for review. If we may be of further assistance, please call Teresa Cruce at (850) 245 -8377. Sincerely, Angela Knecht, Program Administrator State Revolving Fund Management AK/tc Enclosure cc: Migdalia Hernandez - City of Sanford innv.dep.slate,fl.us Change Order No. Project Title Bid No. Owner: Contractor: Agreement Date: PROJECT NO. DW 1107 EMER 13/14-12 DEP-DW59012 SECTION 00850 CHANGE ORDER FORM 4 Hidden Lakes Well 8 Replacements lFB 13/14-12 PO 33842 City of Sanford, Florida Southeast Drilling Services, Inc. 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 2 Current Contract Price (Adjusted by Previous Change Orders) 3 Total Proposed Change in Contract Price 4 New Contract Price (Item 2 + Item 3) 5 Original Contract Time 6 Current Contract Time (Adjusted by Previous Change Orders) 7 Total Proposed Change in Contract Time 8 New Contract Time (Item 6 + Item 7) 9 Original Contract Substantial Completion Date 10 New Contract Substantial Completion Date T1: l $442,250.00 $566,391.50 $52,293.00 $618,684.50 135 Work Days 194 Work Days 113 Work Days 307 Work Days September 9, 2014 May 11, 2015 PROJECT NO. DW 1107 EMER 13/14 -12 DEP- DW59012 CHANGES ORDERED ITEM 1 Description of Change: Perform a dynamic video to locate turbidity zone. Reason for Change: The static video was revised to be a dynamic video in order to determine the location of the source of fines coming into the well during pumping. Change in Contract Price: $1,400.00 Change in Contract Time: ITEM 2: Description of Change: Field directive allowing contractor to backfill bottom 20 ft of borehole with 3/8" river rock and re- develop the well. Reason for Change: The turbidity is exceeding FDEP regulatory limits for sampling requirements for new well clearance and permitting. Change in Contract Price: $12,243.00 Change in Contract Time: 20 days k��llEi? Description of Change: Furnish and install 20 ft of 10 -inch stainless steel screen with 20 ft of riser pipe, formation packer, gravel pack, bentonite, set and pull test pump, and re- develop well for 8 hours. Reason for Change: The filling of 3/8" river rock as described in Item 1 was performed to reduce flow from the bottom of the well. The river rock did not remain in place and was pumped out upon re- development. Item 2 was designed to hold the gravel pack in place with the installation of a screen, riser, and bentonite seal. Change in Contract Price: $38,650.00 Change in Contract Time: 93 Work Days 00850 -2' PROJECT NO. DW 1107 EMER 13/14-12 DEP-DW59012 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. 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: (Secretary) Date Seal) �&v ATTEST: -- cv-4-e - (Signature) Date (Seal) Southeast Drillinq Services, Inc. Contractor W. B. Ziegler/President Printed Name and Title of Officer Date 0- � 61, 11-� Owner Printed Nam By (Signature) ( — 2— L Date END OF SECTION 00850-3 PROJECT NO. DW 1107 EMER 13114-12 DEP-DW59012 SECTION 00850 CHANGE ORDER FORM Change Order No. 2 Project Title Hidden Lakes Well 8 Replacements Bid No. IFB 13/14-12 PO 33842 Owner: City of Sanford, Florida Contractor: Southeast Drillina 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 2 3 4 5 6 7 8 9 10 $442,250.00 Current Contract Price (Adjusted by Previous Change Orders) $566,391.50 Total Proposed Change in Contract Price $52,293.00 New Contract Price (item 2 + Item 3) Original Contract Time $618,684.50 135 Work Days Current Contract Time (Adjusted by Previous Change Orders) 194 Work Days Total Proposed Change in Contract Time 113 Work Days New Contract Time (item 6 + Item 7) Original Contract Substantial Completion Date New Contract Substantial Completion Date 1#111-05 307 Work Days September 9, 2014 May 11, 2015 5 PROJECT NO. DW 1107 EMER 13/14 -12 DEP- DW59012 CHANGES ORDERED ITEM 1 Description of Change: Perform a dynamic video to locate turbidity zone. Reason for Change: The static video was revised to be a dynamic video in order to determine the location of the source of fines coming into the well during pumping. Change in Contract Price: $1,400.00 Change in Contract Time: ITEM 2: Description of Change: Field directive allowing contractor to backfill bottom 20 ft of borehole with 3/8" river rock and re- develop the well. Reason for Change: The turbidity is exceeding FDEP regulatory limits for sampling requirements for new well clearance and permitting. Change in Contract Price: $12,243.00 Change in Contract Time: 20 days ITEM 3 Description of Change: Furnish and install 20 ft of 10 -inch stainless steel screen with 20 ft of riser pipe, formation packer, gravel pack, bentonite, set and pull test pump, and re- develop well for 8 hours. Reason for Change: The filling of 3/8" river rock as described in Item 1 was performed to reduce flow from the bottom of the well. The river rock did not remain in place and was pumped out upon re- development. Item 2 was designed to hold the gravel pack in place with the installation of a screen, riser, and bentonite seal. Change in Contract Price: $38,650.00 Change in Contract Time: 93 Work Days 00850 -2 PROJECT NO. DW 1107 EMER 13/14 -12 DEP- DW59012 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. 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: (Secretary ZzILJ'" Date (Corporate S�al)S ed,- ATTEST: Date (Seal) Southeast Drilling Services, Inc. Contractor W. B. Ziegler /President Printed Name and Title of Officer By (Sig Date (�=A q� -� Owner Printed Name afid l itle By (Signature) Date END OF SECTION 00850 -3 /S� ' I'I WS— RM� x I Item No. 1 t A CITY COMMISSION MEMORANDUM 15 -013.A JANUARY 2F, 201 Si AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Paul Moore, Utility Director SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Hidden Lake Well No. 8 Replacement Change Order No. 2 STRATEGIC PRIORITIES: • Unify Downtown & the Waterfront • Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of Change Order No. 2 to Southeast Drilling Services, Inc. is requested. FISCALISTAFFINC STATEMENT: The cost of Change Order No. 2 is $52,293. Funds will come from the current State of Florida Loan (SRF Loan DW590120). BACKGROUND: On March 10, 2014, the City Commission approved the replacement of Hidden Lake Well No. 8 by Southeast Drilling Services, Inc. at a cost of $505,770. On July 14, 2014, the City Commission approved Change Order No. 1 to Southeast Drilling Services, Inc. to deepen the well in order to improve well capacity. The cost of this Change Order was $124,141.50. This work has been completed and has resulted in additional water capacity, however, the turbidity of the water is high. After discussion with the well driller and the City's Geotechlogical Consultant, Ardaman and Associates, it was determined that installation of a well screen would be the best approach to keep as much well capacity as possible and try to reduce the turbidity in the well. There is no guarantee that this will work but it is the best option available according to the professionals. LEGAL REVIEW: No legal review requested of the City Attorney. RECOMMENDATION: It is Staff's recommendation that the City Commission approve Change Order No. 2 to Southeast Drilling Services, Inc. in the amount of $52,293 and authorize the City Manager to execute all appropriate related documents. SUGGESTED MOTION: "I move to approve Change Order No.2 to Southeast Drilling Services, Inc. in the amount of $52,293 and authorize the City Manager to execute all appropriate related documents" Attachments: Change Order No. 2 to Southeast Drilling Services, Inc. SOUTDRI -01 BWOODMAN �---"� CERTIFICATE OF LIABILITY INSURANCE DATE 1 2//17/2015 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 ASSOCIATES AGENCY, INC. 11470 N 53rd St Temple.Tetrace, FL 33617 CONTACT NAME: PHONE FAx A/c No Exc : (813 ) 988 -1234 A/c No {813} 988 -0989 E-MAIL SS: INSURERS AFFORDING COVERAGE NAIC # 07/0112014 INSURERA:OWNERS INSURANCE CO. 32700 S 1,000,00 INSURED INSURER B: AUTO OWNERS INSURANCE CO. 18988 Southeast Drilling Services Inc. INSURER C: Star Insurance Co. 18023 INSURER D: 10614 E US Hwy 92 Tampa, FL 33610 INSURER E GENERAL AGGREGATE INSURER F: PRODUCTS - COMP /OP AGG $ 1,000,00 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. INSR LTR TYPE OF INSURANCE ADDLSUBR POLICY NUMBER POLICY EFF MM /DD POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE M OCCUR 20709632 07/0112014 07101!2015 EACH OCCURRENCE S 1,000,00 pREMiSES Ea occurrence S 300,00 MED EXP (Any one person) S 10,00 PERSONAL & ADV INJURY S 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ JECT LOO OTHER: GENERAL AGGREGATE $ 1,000,00 PRODUCTS - COMP /OP AGG $ 1,000,00 S B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X NON -OWNED HIRED AUTOS AUTOS PIP $10,000 4142994900 07/01/2014 07/01/2015 CO MBINED SINGLE LIMIT Ea accident S 1 000 00 r BODILY INJURY (Per person) _! S X X BODILY INJURY (Per accident) 5 PROPERTYDAMAGE Per accident S $ B X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE 4346231701 07/01/2014 07/01/2015 EACH OCCURRENCE S 5,000,00 AGGREGATE S 5,000:00 DED I I RETENTION 5 S C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? F-1 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WC0732469 07/01/2014 07101/2015 X PER OTH- STATUTE ER E.L. EACH ACCIDENT S 500,00 E.L. DISEASE - EA EMPLOYEE $ 500,00 E.L. DISEASE - POLICY LIMIT S 500,00 DESCRIPTION OF OPERATIONS I LOCATIONS I 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. City of Sanford, Florida Attn: Purchasing Manager PO Box 1788 Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE W6 ©1988 -2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD The Undersigned accepts and agrees to meet all of the insurance coverage requirements, termsconitionoand stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the idon§fioddocument. /Hoo, when the coverage requirements stated herein, before and after are npecifioa|k/referenced by applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document aaif fully set forth in verbatim . Southeast Drilling Services, Inc. Firm Sonya P. Ziegler Printed Name 3 of3 insurance Requirements Date Secretary Title PROJECT NO. DW 1107 EMER 13114 -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 (2) Current Contract Price (Adjusted by Previous Change Orders) (3) Total Proposed Change in Contract Price (4) New Contract Price (Item 2 + Item 3) (5) Original Contract Time (6) Current Contract Time (Adjusted by Previous Change Orders) (7) Total Proposed Change in Contract Time (8) New Contract Time (Item 6 + Item 7) (9) Original Contract Substantial Completion Date (10) New Contract Substantial Completion Date 00850 -1 $442,250.00 $442,250.00 $124,141.50 $566,391.50 135 Days 135 Days 59 Days 194 DaVs September 9, 2014 December 1, 2014 PROJECT NO. DW 1107 EMER 13114 -12 DEP- DW59012 W ■- 41-- t 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 Cl 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 13114 -12 DEP- DW69012 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 Cl 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: $6,630.00 Change in Contract Time: 2 days CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in 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 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 W. B. Ziegler /fires Zaoc(el� Printed Name and Title of Officer Date (Corporate Seal) ATTEST: I W1 C�11t� -1 - Date (Seal) By (Signat 6/11114 Date LWITITI a t ZI Printed Name and Title & By (Signgure) Date END OF SECTION 00860-5 SOUTDRI -01 JFAVA '4aC'�►>�>c�� CERTIFICATE OF LIABILITY INSURANCE �- --=� DATE 1 7/114/21412014 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 CERTIFICA'T'E 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 ASSOCIATES AGENCY, INC. 11470 N 53rd St Tempt, Terrace, FL 33617 CONTACT NAME: PHONE (813 988 -1234 pl No): (813) 988 -0989 A!C No Ext E-MAIL INSURERS AFFORDING COVERAGE NAIC If 0710112014 INSURERA:OWNERS INSURANCE CO. 32700 S 1,000,00 INSURED INSURERB:AUTO OWNERS INSURANCE CO. 18988 Southeast Drilling Services Inc. INSURERC:Star Insurance Co. 18023 INSURERD: 10614 E US Hwy 92 Tampa, FL 33610 INSURER E: GENERAL AGGREGATE INSURER F: PRODUCTS -COMPIOPAGG $ 1,000,00 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILIR TYPE OF INSURANCE POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMIDD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Px_] OCCUR 20709632 0710112014 0710112015 EACH OCCURRENCE S 1,000,00 DAMAGE PREMISES S 300,00 MED EXP (Any one person) $ 10,00 PERSONAL & ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO- ❑ JECT LOC OTHER: GENERAL AGGREGATE S 1,000,00 PRODUCTS -COMPIOPAGG $ 1,000,00 S AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS NON-OWNED HIREDAUTOS AUTOS COMBINED SINGLE LIMIT Ea acddenl).____, S BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY OAMAGE Peraccident S $ B X UMBRELLA LIAR EXCESS LIAB X OCCUR I CLAIMS -MADE 4346231701 0710112014 0710112015 EACH OCCURRENCE $ 5,000,00 AGGREGATE $ 5,000,00 DED I I RETENTIONS 5 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y� OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WC0732469 0710112014 0710112015 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE -EA EMPLOYE $ 500,000 E.L. DISEASE - POLICY LIMIT I S 500.000 DESCRIPTION OF OPERATIONS! LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe 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. 11Ai411aLei:717.1i Lei S13i WWII 1CL�3 -9 ! -1iILei City of Sanford, Florida Attn: Purchasing Manager PO Box 1788 Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE W6 ©1988 2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD