Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2019-086 Temp. Reso. #13333 September 11, 2019 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2019 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING CHANGE ORDER NO. 3 TO THE AGREEMENT WITH FLORIDA DESIGN DRILLING CORPORATION FOR THE WATER TREATMENT PLANT RAW WELLS 10, 11, 12 & 13 UPGRADES PROJECT IN AN AMOUNT NOT TO EXCEED $95,000.00; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE SAID CHANGE ORDER; APPROVING THE INCREASE OF THE PROJECT BUDGET BY $66,525.89 TO A TOTAL PROJECT BUDGET NOT TO EXCEED $1,088,425.89; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; AUTHORIZING AN APPROPRIATION IN AN AMOUNT NOT TO EXCEED $66,025.89 TO FUND SAID PROJECT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains a Water Treatment Plant located at 7803 NW 61st Street; and WHEREAS, the Water Treatment Plant has nineteen (19) raw water wells that pump raw water from the Biscayne Aquifer into the Water Plant Treatment Process; and WHEREAS, the City of Tamarac began a program in 2014 to convert raw water wells from vertical turbine pumps to submersible pumps and has converted eleven (11) raw water wells to date; and WHEREAS, on January 9, 2019, via Resolution No. R-2019-07, the City Commission of the City of Tamarac authorized an Agreement with Florida Design Drilling Corporation, and approved a contract amount of $929,000.00; a contingency in the amount of$92,900.00, for a total project budget of$1,021,900, a copy of Resolution No. R-2019-07 is included herein as "Exhibit 1"; and Temp. Reso. #13333 September 11, 2019 Page 2 WHEREAS, the City Manager administratively approved Change Orders No. 1 and is currently reviewing Change Order No. 2 for additional work as required for the completion of the project, copies of the approved Change Order No. 1 and submitted Change Order No. 2 are included herein as "Exhibit 2"; and WHEREAS, a proposed Change Order No. 3, in the amount of $95,000.00 is necessary due to the fact that: (a) the raw water main which supplies water from wells 10 and 11 to the Water Treatment Plant, does not have a dedicated shut-off valve within two thousand eight hundred (2,800) feet of the wells; the excessive distance between valves caused an issue with draining the main line in preparation for the relocated water main tie-in. Furthermore, per industry standards, the maximum distance between valves on a 20-inch raw water pipeline is two thousand (2,000) feet (or 100 feet per inch of pipe diameter). The installation of a 20-inch valve is required to provide proper shut-off coverage for this pipe: (b) an existing 10-inch gate valve just north of Wells 10 and 11, was found to be broken and needs to be replaced. This gate valve is used for the isolation of Wells 10 and 11 while allowing Wells 12, 13, 14, 15, 16 and 17 to stay in operation. If there is an issue with the pipe line between Wells 10 and 11, all five (5) wells upstream of Wells 10 and 11 would need to be shut down to repair the pipe. To avoid future problems when repairing the pipe lines, a new 10-inch valve is required to be installed on the raw water main to be able to isolate Wells 10 and 11 and still have Wells 12, 13, 14, 15, 16 and 17 still in operation: (c) Due to permitting issues, the Well 10, 11, 12 and 13 Project was delayed. As a result, normal maintenance work, including brushing of the well casing, well chlorination and airlift development was not completed as scheduled. Given Temp. Reso. #13333 September 11, 2019 Page 3 the fact that Wells 12 and 13 are now under construction, the decision was made to proceed with the required maintenance work under the present contract with FDD. This change order will allow FDD to do the necessary maintenance work which is necessary to maintain proper well performance: (d) During exploratory work prior to demolition of the existing underground structure for Well No. 12, it was discovered that the roots of an existing oak tree located adjacent to the well, are wrapped around the raw water pipes. The tree presents a hazard to the pipeline and other nearby utilities and needs to be removed to prevent damage to the City's utilities: (e) The original design for the fencing surrounding each well compound has the fence posts adjacent to the slab for the well equipment. During construction, this design which requires a poured concrete foundation conflicted with the foundations for the park wall columns. The City therefore requested that the design be changed to have the fence posts mounted on top of the slab to avoid the conflicts: (f) As part of the contract with FDD, the City specified that the Contractor would pay the Building Department Permit Fees as a pass-through using the projects contingency funds since the fees were not known at time of bidding the project. Due to the extents of unforeseen conditions on this project, the contingency funds were exhausted prior to determination of the fees. The Contractor has now paid the permit fee and is requesting reimbursement as previously agreed by the City: (g) During the rehabilitation on Well No. 11 an obstruction was discovered in the well's borehole. This obstruction must be removed for proper well operation: (h) After exposing the piping for the raw water lines coming from Wells No. 12 and 13 it was discovered that the pipes were originally installed at a sloping angle and were not horizontal as assumed during design. The slope of the existing pipes is an issue because as part of the design, gate Temp. Reso. #13333 September 11, 2019 Page 4 valves are required to be installed on the pipes for Wells 12 and 13. If the gate valves are installed on the sloping pipes it will be very difficult, if not, impossible to operate the valve key to open and close the valve as the valve box will not be properly aligned. To solve this issue the contractor will need to install a 16" x 8" Tee fitting on the main pipe and then run new horizontally laid pipe to allow the proper installation of the valves at Wells 12 and 13. An additional fifty-nine (59) days will be added to the contract as part of this change order: (i) This project's contingency funds have been depleted due to several unforeseen items. The project is currently only thirty-five percent (35%) complete and there is still a possibility of discovering more unforeseen conditions. It is recommended that additional funds be provided in case of further unforeseen conditions: (j) During construction the decision was made to install the electric wires going across NW 61st Street utilizing Horizontal Directional Drilling (HDD) methods as opposed to the conventional open cut that was specified in the designed drawings. This change represents a credit for the City of $9,040.00. A copy of the proposed Change Order No. 3 is included herein as "Exhibit 3"; and WHEREAS, there is an available budget of $1,022,400.00, therefore, an appropriation in an amount not to exceed $66,025,89 will be required to fund said project; and WHEREAS, it is the recommendation of the Public Services Director and Purchasing and Contracts Manager that the City Commission approve Change Order No. 3 and increase the project budget by $66,525.89, and that the appropriate City Officials Temp. Reso. #13333 September 11, 2019 Page 5 be authorized to execute Change Order No. 3 to the Agreement with Florida Design Drilling Corporation for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve and authorize execution of Change Order No. 3 to the Agreement with Florida Design Drilling Corporation, and that the Project Budget be increased by $66,525.89 for a total project budget not to exceed $1,088,425.89. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All Exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission HEREBY approves Change Order No 3 to the Agreement with Florida Design Drilling Corporation and the appropriate City Officials are HEREBY authorized to execute said Change Order, attached hereto as "Exhibit 3". Temp. Reso. #13333 September 11, 2019 Page 6 SECTION 3: An expenditure for a total project budget of$1,088,425.89 for said purpose is HEREBY approved. SECTION 4: An appropriation not to exceed $66,025.89 is HEREBY approved and shall be included in a Budget Amendment prior to November 30, 2019. SECTION 5: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to, making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. #13333 September 11, 2019 Page 7 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 1 / day of*pU--,r3..-1, , 2019. / / ) MICHELLE J. G ' M - MAYOR ATTEST: PATRICIA TEUFEL, CMC CITY CLERK 111 RECORD OF COMMISSION VOTE: MAYOR GO M EZ DIST 1: COMM. BOLTON DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN lIcto DIST 4: V/M PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM 10/ t(1/ AMt GO S1 L S. REN CITY ATTORNEY TR 13333-EXHIBIT 1 Temp.Remo.#13225 January 9,2019 Page 1 CITY OF TAMARAC,4C,i tORIDA RESOLUTION NO, R 1 - 67 ; 1 . t a i . A RESCCUTION OF THE CITY SSIt OF THE CITY 61 OF , AWARDING Bit)ND. 19-0ce TO 4 1 FLORIDA DESIGN DRILLING .4001,1040RATIMI FOR THE WATER TREATWNT PIS RAW WELLS lilt 11, 12 41 13 i 41 PROJECT, WITH BID NO.19-08B FORA g 4 a 4 -, i.ip CONTRACT AMOUNT O F r'. i.A.1AO; IN TI* 't u,;, .: is f•t TO THE - 2 { FOR A TOTALPROJECT BUDGET • ' •. THE -,* - .-, TE AcoouNTE; tirtiORi NG AN 1 t - , - ` d . APMCMJkTtON IN AN AMCSJOIT NOTT EXCEED f i 1 4 — l' c,,,r4;fftikti. ]J — er WHEREAS,the of Ta ' operates and maintains a Water Treatment I plant toonwo et 7803 mw ' anti WF � ikS, the Water Treatment Plant has nineteen (19) raw water was that pump raw water from the Biscayne ifer into the Water Plant Treatment Process;and WHEREAS, the City of Tamarac began a program in 2014 to convert raw water wells from vertical turbo: pimips to submersiblepumps and has converted eleven(11) raw water wells to data: and WHEREAS, the Public Services Department is in the process of starting another separate project to complete four, (4) more weft; at this time the four(4) remaining raw water wells will be converted as part of this project and vvill thereby complete the Raw Water Well Rehabilitation Program at this time; and IIWHEREAS, the City of Tamarac publicly advertised Bid No. 19-08B for the Water TR 13333-EXHIBIT 1 Temp. Reso.#13225 January 9,2019 Page 2 T • i :nt Plant Raw Wells 10, 11, 12 & 13 Project on October 10, 2018; incorporated In C. • h : •y cference and on file in the office of the City Clerk; and .x > fj ' REAS,on November 14, 2018,the City of Tamarac received six(6)proposals p c4f Mier Treatment Plant Raw Wells 10, 11, 12 & 13 Project, a bid tabulation is r..3. "w 111 u, aP: .. • lreto as a Exhibit 1"; and o �+ REAS, staff determined the lowest responsive responsible bidder to be g •n Drilling Corporation; and 11.4 g' A REAS, Florida Design Drilling Corporation possesses the required Zer S , • •Wand experience to construct the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 19-08B; and WHEREAS, an appropriation in an amount not to exceed$252,814 will be required to fund said project; and WHEREAS, it is the recommendation of the Public Services Director and Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 19- 08E and execute the agreement with Florida Design Drilling Corporation for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project, a copy of said agreement is attached hereto as "Exhibit 2"; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 19- 08E and execute the agreement for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project with Florida Design Drilling Corporation for a contract amount of$929,000.00; TR 13333-EXHIBIT 1 Temp. Reso.#13225 January 9, 2019 Page 3 a contingency in the amount of$92,900.00, for a total project budget of$1,021,900. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. AN Exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission HEREBY awards Bid No. 19-086 to Florida Design Drilling Corporation and approves an Agreement between the City of Tamarac and Florida Design Drilling Corporation ("the Agreement") and the appropriate City Officials are HEREBY authorized to execute the Agreement, attached hereto as "Exhibit 2", to provide for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project. SECTION 3: An expenditure for a contract cost of $929,000.00; and a contingency in the amount of$92,900.00, for a total project budget of$1,021,900 for said purpose is HEREBY approved. SECTION 4: An appropriation not to exceed $252,814 is HEREBY approved and shall be included in a Budget Amendment prior to November 30, 2019. SECTION 5: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to, making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the TR 13333-EXHIBIT 1 Temp. Reso.#13225 January 9,2019 Page 4 agreement. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. The remainder of this page is intentionally left blank TR 13333-EXHIBIT 1 Temp. Reso.#13225 January 9,2019 Page 5 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED,ADOPTED2019. AND APPROVED this I day of //bicile MICHELL OMEZ MAYOR ATTEST: PATRICIA TEUFEL, CMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: COMM. BOLTON DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN DIST 4: VIM PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAMUEYeRli / CITY ATTORNEY TR 13333-EXHIBIT 1 I I '. ',4,J71,,,:„„.r;I:r,,:r:. ..4 'Ir '''.. 1 13: .181. iii'lib: TR 13333-EXHIBIT 1 J :f..:FiV41FIfl: : - Y.ES7 i i 1 I IEE "ii HR "^` 4f', IttiS W ryW r-_.n iiii WWilifFillOBOODUDURN ,. . . .. , ,,,.... _, d. l d ��qyg� 1 . n ta ru yy 5 '107 tt.:{��_q1, �Qo W W 3 'X 1 j : is M; 4 %Li _ ilUIZI :,, - : „,,,::. . . = 4. 1, , i , 9iiiIiipOODOUUUliiiiii1,.1 ,_. :if Mt WO lit ; it 1::, i i[ii.g.1110E11110011111:''' ....44 it ;,.1 : -, 1 - ._.-.:: .- : : i A : 1 ':1 ; : ,; , a Ili - , lti. 40 ,-;‘, f t, _ 1 . 1 .0 'I 6 LI") i i / --1:;[:,',?--* .1 '''- Ix.N y i it( I. : 1 -1;..!--°- ii '',A. r-+ .� ��'�`i i. . , � ampwin: H li e ,4 z 1111000010000111 1 1 LiHIII1IIflflHhIHH 7 1 . IF .-: .-: -:: ....- .._ .... -.. '... „. _ - ......:, :, _ : :: , _. , -,. . , . l' 1 ;11 : ,.- -, f 1 . EC DOOCCCC®CCCIECENEEME PURCHASING ANDTRCONTRACTS 13333-EXHIBIDIWSIONT 1 CITY OF TAMARAC , 7525 NW 8dth Ave T "Committed to Excellence...Always" Tamarac,FL 33321 The far peoclAwniii&bkistatxtenthre.ora w gin..A ,. CONSTRUCTION AGREEMENT BETWEEN THE CITY OF TAMARAC AND FLORIDA pENGN DRILLING CORPORATION THIS AGREEMENT is made and entered into this day of , 20 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave.,Tamarac, FL 33321 (the"CITY)and Florida Design Drilling Corporation a Florida corporation with principal offices located at 7733 Hooped'Road West Palm Beach.FL 33411 (the"Contractor')to provide construction services for Water Treatment Pjant Raw Wells 10.11.12&13 Upgrades Now therefore, in consideration of the mutual covenants hereinafter set forth,the City and Contractor agree as follows: 1) THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement. Bid Document No. 19-088 for 'Water Treatment Plant Raw Wells 10.11,12&13 Upgrades",issued by the City of Tamarac on October 10. 2018 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions,Instructions to Bidder's),drawings and/or schematic plans,Technical Specifications, al addenda, the Contractor's Bid response dated November 14, 2018, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and aft are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid 19-088 for"Water Treatment Plant Raw Wells 10.11,12&13 Uoarades"as issued by City,and the contractor's bid response; Bid 19-088.for'Water Treatment Plant Raw Wells 10,11,12& 13 Upgrades"as issued by City shall take precedence aver the contractor's bid response. Furthermore,In the event of a conflict between this document and any other Contract Documents,this Agreement shall prevail. 2) THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work,as outlined in the contract documents including all Addendums, Exhibits, Attachments and Appendices. 2.1.2 Contractor shall h supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two(72)hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, If any,with respect to the work and services described herein. 13088-Water Treatment Plant Raw Woes 10,11,12&13 Upgrades 1 TR 13333-EXHIBIT 1 CITY OF TAAURACf PURCHASING AND CONTRACTS DIVISION 7525 NW aat�,AYE TAMA QC; "Committed to EzceNence...A/ways" Tamarac,FL 33321 to :rllamerac bidaenab rs.wra 3) INSURANCE 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to,Workers'Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance In full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all Insurances required under this section prior to beginning any work under this Agreement.The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from talkie of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's liability Insurance policies. The following are required types and minimum lirrOts of insurance coverage,which the Bidder agrees to maintain during the term of this contract • General Liability-$1 M/$2M • Automobile—$1 M/$1 M • Workers Comp—Statutory • Contractors pollution liability-$1W$2M 4) PERFORMANCE, PAYMENT AND WARRANTY BONDS 4.1 Within fifteen (15) calendar days after contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five(5)years.The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. 4.2 The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of one hundred 100%of the bid award amount as security for the faithful project performance and payment of all the Contractor's obligations under the contract documents, per City Code Section 10-156. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and hold harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Payment and Performance Bonds must be submitted on City forms, included herein. At the completion and formal approval and acceptance of all work associated with the project, a one-year warranty period will begin. If the surety on any bond furnished by the 19-088-Water Treatment Plant Raw Wails 1011,12&13 Upgrades 2 TR 13333-EXHIBIT 1 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW UM Ave ffS "Committed to Excellence—Always" Tamarac,FL 3332E kagiaanalialkilleateitaAnt Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above,which must also be acceptable to the City. 4.3 Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty fare percent(25%)of the Contract price,or an additional bond shah be conditioned that the Contractor correct any defective of faulty work or material which appear within one (1)year after final completion of the Contract, upon notification by CITY.The Warranty Bond shah cover the cost of labor as well as materials. 4.4 Pursuant to the requirements of Chapter 255.05(1) (b), Florida Statutes,the Contractor shall ensure that the Performance and Payment Bond or Bonds referenced above shall be recorded In the Public records of Broward County at the Bidder's expense. Proof of recording must be submitted to the City prior to issuance of any purchase order or payment by the City. One(1)set of original Performance and Payment Bond documents is required to be provided to the City prior to the issuance of any Notice to Proceed by the City 5) TIME OF COMMENCEMENT ANb SUBSTANTIAL COMPLETION 5.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten(10)days after the date that Contractor receives the City's Notice to Proceed.The work shall be completed within Two Hundred and Sixty(260) Calendar days for Final Completion from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. The work under this agreement shall be substantially complete (i.e. Substantial Completion) within Two Hundred and Thirty (2301 calendar days from issuance of City's Notice to Proceed. 5.2 During the pre-construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obigatlons hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pm-construction or construction portion of the work occur, despite the Agent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 6) CONTRACT SUM The Contract Sum for the above work is a snot to exceed"total of Nine Hundred Twenty-Nine Thousand Dollars and zero cents($929.000.00). 7) PAYMENTS Payment will be made monthly for work that has been completed, inspected and properly invoiced.A retainage of ten percent (10%) will be deducted from monthly payments until fifty percent (50%) of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work.Invoices must bear the Water Treatment Plant Raw Wells 10,11,12&13 Upgrades, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all Invoices after receipt.The Contractor shall invoice the City for final 19-08B-Water Treatment Plant Raw Wells 10,11,11&13 Upgrades 3 TR 13333-EXHIBIT 1 CITY OF TAMARAC T PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave , "Committed to Excellence...Always" Tamarac,FL 33321 91»Clle For wet LIB. Ot acinsmarac.bideandbandsrs.orq payment and provide a written request to the City to commence the one (1) year warranty period,from the date of City approval of Final Payment. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. AP payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII,Chapter 218. 8) REMEDIES 8.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 8.2 Correction of Work: If, in the judgment of the City,work provided by the Contractor does riot conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requiremerds of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 9) CHANGE ORDERS 9.1 Al Change Orders shall include a maximum Overhead and Profit, not to exceed five percent(5%)and five percent(5%)respectively. 9.2 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjuetments is approved by the City,and executed by the City and Contractor.Once the change order is so approved,the Contractor shall promptly proceed with the work. 9.3 The Contract Price constitutes the total compensation (subject to authorized adjustments,if applicable)payable to the Contractor for performing the work.All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 9.4 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data Ma be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 9.5 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 9.8 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15)days alter the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. 19-088-Water Treatment Plant Raw Weds 10,11.12&13 Upgrades 4 TR 13333-EXHIBIT 1 CITY OF TAMARAC PutrcH 4SING AMD CONTRACTS avrstav7525 NW 88th Aw 'Committed to ExcerMnce...Ahvays» Tattrac,FL 33321 ihm::=ITAINARAC Th.c,iiw liar u plo•:kta wac.6kl.aodI,.ad•r..oro Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 9.7 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact,delay the progress of work as a whole.Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule.Time extensions shall not be granted until all float or contingency time, at the time of delay,available to absorb specific delays and associated impacts is used. 9.8 In the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond,the giving of such notice shall be the Contractor's responsibility,and the amount of each applicable bond shag be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 10) LIQUIDATED DAMAGES Project Substantial completion shall be within TWO Hundred and Thirty (230) calendar days from Contractor's receipt of City's Notice to Proceed.Final Completion shall be Two Hundred end Sixty (MI calendar days from date of City's Notice to Proceed. AU time limits stated In the Contract Documents are of the essence of the Agreement. The parties acknowledge that damages arising from delay in meeting these time limits are difficult or impossible to ascertain.Therefore,the parties hereby agree that in the event that the Contractor faits to meet the time limits,as may be extended by the City in accordance with the terms of the Agreement or as otherwise provided in the Agreement, liquidated damages will be assessed against Contractor in the amount of Five Hundred Dollars and Zero Cents($500.001 for each calendar day beyond the time imposed until such work is completed. 11) NO DAMAGES FOR DELAYS ALL TIME UNITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TUNE SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS.Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, Interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable;provided,however,that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad frith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees,or separate contractors employed by the City,or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the 19-088-Water Treatment Plant Raw Wells 10.11.12 8 13 Upgrades 5 TR 13333-EXHIBIT 1 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW nth Aver "Committed to Excellence...Always" Tamarac,FL 33321 II*OW re.Wur Lilo Itipa;UIarac.04dsandand«s.o9 Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay,then the Contract Time Shell be reasonably extended by Change Order. Otherwise, Contractor shal be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resuNing delay, in accordance with and to that extent specifically provided above. No extension of time shall be Worded for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten(10)years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 12) WAIVER OF LIENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from al suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owner' and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement 13) WARRANTY Contractor warrants the work against defect for a period of two(21 years from the date of City approval of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to the affected area or to interior structure. The two (2) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document 14) INDEMNIFCATION 14.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability,and expenses(including attorneys'fees)in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement,even though the claim may be made after the termination hereof. 14.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 15) NON-DISCRIMINATION &EQUAL OPPORTUNITY EMPLOYMENT During performance of the Contract,thethe Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment,without regard to their race,religion,color,gender or national original,or disability. 19-0813-Water Treatment Pleat Raw Wells 10 11.12&13 Upgrades 8 TR 13333-EXHIBIT 1 CITY OF TAMARAC TAMARAC PURCHASING AND CONTRACTS DIIRSION 1M 7525 NW UM Ave "Committed to Exceueace..Always" Tamarac,FL 33321 rho coy_'> Ebitattitealmituktumatasklagea Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors,If any,will be made aware of and will comply with this nondiscrimination clause. 16) INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the Ctty's employee for any purposes, including but not limited to,the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contrtiution Act,the Social Security Act,the Federal Unemployment Tax Act,the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor,which policies of Contractor shall not conflict with City, State,or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own invesbnent in its business, and that it will utilize a high level of skill necessary to perform the work.This Agreement shall not be construed as creating any Joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 17) ASSIGNMENT AND SUBCONTRACTING Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 18) NOTICE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail,air or ground courier services,or by messenger service,as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: Goren, Cherof, Doody&Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: FLORIDA DESIGN DRILLING CORPORATION 19-08G-Water Treatment Plant Raw Webs 10,11 12 1 13 Upgrades 7 TR 13333-EXHIBIT 1 CITY OF TANARAC PURCHASING AND CONTRACTS DIVISION 7525 NW MTh Av "Committed to Excellence...Always" Tamarac,FL 33321 Thal ay Poe bur Lift g ygQs:gtamarac.ttidsandtt[Wen.org Address:7733 HOOPER ROAD WEST PALM BEACH, FL 33411 FIN/EIN:20-2779560 Contract Licensee:General Contractor(GC): CGC1522104 Contact Jeffrey Hoist:Vice President Email:jeffigefldriing.c omm Phone:561-844-2986 Fax 581-844-2987 19) TERMINATION 19.1 Ton for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that Contractor abandons this Agreement or causes it to be terminated,Contractor shall indemnify city against loss pertaining to this termination. 19.2 Default by Contractor. In addition to all other remedies available to the City, this Aweement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty(30)days after receipt by Contractor of written notice of such neglect or failure. 20) AGREEMENT SUBJECT TO FUNDING This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement,and is subject to termination based on lack of fig. 21) VENUE This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 22) SIGNATORY AUTHORITY The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 23) SEVERABILITY;WAIVER OF PROVISIONS in an y jurisdiction shall, as Any provision in this Agreement that is prohibited or unenforceable Y to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting validity or enforceability of such provisions in any other jurisdiction. The non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect enforceability of that provision or of the remainder of this Agreement. 24) UNCONTROLLABLE CIRCUMSTANCES 24.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of 18-088-Water Treatment Plant Raw Wells 10 11,12&13 Upgrades 8 TR 13333-EXHIBIT 1 CITY OF TAMARAC '�' C PURCHASING AND CONTRACTS DIVISION T52S NW UM Ave "Committed to exca/Ance...Aiways" Tamarac,FL 33321 tn.cattaieurtx+ naw:tanarsc.eia.aidtondarLorn which, by the exercise of reasonable diligence,the non-performing party could not avoid. The term"Uncontrollable Forces"shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party.It includes,but is not limited to fire,flood,earthquakes, storms, lightning,epidemic,war, riot,civil disturbance,sabotage, and governmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. 242 Nether party shall, however, be excused from performance If nonperformance is due to fortes, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party descrbing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 25) MERGER;AMENDMENT This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties am merged herein.This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 26) NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement,and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement 27) CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 28) SCRUTINIZED COMPANIES -287.135 AND 215.473 25.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel.Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 19-088-Water Treatment Plant Raw Welts 10.11.12 8 13 Upgrades 9 TR 13333-EXHIBIT 1 CITY OF TAMARAC , PURCHASBYG AND CONTRACTS DINS/ON 7525 NW 88th Ave F -Committed to Excellence—Always" Tamarac,FL 33321 tr35kg h►ptyfarburi.tt. Adoelrtansarac.bidiandtendemorq 28.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification.Contractor shall have five(5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes,as amended from time to time. 29) PUBLIC RECORDS 29.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 29.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 29.1.2 Provide the public with access to such public records on the same terms s that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 29.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 29.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 29.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in, "Termination", herein. 30) CUSTODIAN OF RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 19-088-Water Treatment Plant Raw Wells 10,11,12 B 13 Upgrades 10 TR 13333-EXHIBIT 1 CITY OF TAMARAC TAMARAC zPURCHASING AND CONTRACTS DIVISION 7525 NW Beth Ave "Committed to Excellence...Atway*" Tamarac,FL 33321 Us Oily for Your the` Mm€rtarrac.aw.andbaeera.o►a (954) 597-3505 C ITYCLERK@TAMARAC.ORG Balance of Page Intentional Left Blank 19-088-Water Treatment Plant Raw Wells 10.11,12&13 Upgrades 11 TR 13333-EXHIBIT 1 CITY OF TAMARAC 1PURCHASING AND CONTRACTS DIVISION 7525 NW 88tf Ave "Committed to Excellence—Always"Tamarac,FL 33321 tn.00y Forst**�ur. Illanalmemblalusilitaktima IN WITNESS WHEREOF,the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR,signing by and through its Vice President duly authorized to execute same. CITY OF TAMARAC Mich Ile J. Gomez,I or gate T� fI s ATTEST: hael C. r ech, City Manager \ \Patricia A.Teufel, CMC Date City Clerk i 1 i_a 1 ( Appr as to to nd legal sufficiency: C' Attorney / 91A Date ATTEST: n FLORIDA DESIGN DRILUNG CORPORATION Signature of Corporate tary Si re o ce President Jeffrey Turner Hoist Type/Print Name of Corporate Secy. Name of Vice President (CORPORATE SEAL) Date 19-089-Water Treatment Plant Raw Wells 10,11.12&13 Upgrades 12 TR 13333-EXHIBIT 1 CITY OF TAMARACPURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave 1:7TAPAARA f 'Committed to Excelence...Always" Tamarac,FL 33321 x illos://tattnerse.bklsondtoniters.org CORPORATE ACKNOWLEDGEMENT STATE OF • :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared President of , a Corporation,to me known to be the person(s)described in and who executed the foregoing Instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of 61i,gi',ei4 �� 20 lg.. Signature of otary Public Stat NCE MICGEE 5 is tYpTij:"'sNotaryPudk-State°IFlmido•': Coimnission i GG 129t64 til bpi*,Jul 31, l Prin Std n+uou,,na„y/wu. Na ,,,. p�li.— — ———• Personally known to me or El Produced Identification Type of I.D. Produced 0 DID take an oath,or ❑ DID NOT take an oath. 19-088-Water Treatment Plant Raw Wells 10,11.12 6 13 Upgrades 13 TR 1.3333-EXHIBIT 2 CITY OF TAMARAC CITY ji; (jriGtjR INTER-OFFICE MEMORANDUM iClg APR -9 Am II' I 0 PUBLIC SERVICES DEPARTMENT TO: Michael C. Cernech DATE: March 13, 2019 City Manager milki� THRU: 4, Jack Strain, P.E., Director of Public Sc ces FROM: Earl Henry, P. ., RE: Change Order No.1 Utility Engineer Project No. UT19A WTP Wells 10, 11, 12 & 13 Upgrades Project Recommendation: I recommend that the City Manager approve Change Order No. 1 for the Water Treatment Plant Wells 10, 11, 12 & 13 Upgrade Project in an amount not to exceed $2,400.00. Issue: The approval of Change Order No. 1 (Exhibit 1) for the Water Treatment Plant Wells 10, 11, 12 & 13 Upgrade Project is to allow Florida Design Drilling Corporation to order required testing services to be performed by Nutting Engineering. This change order will not increase the contract time. Background: This change order is to cover all costs associated with required materials testing including soil densities and concrete as shown in the Nutting Engineering Proposal for Performing Construction Materials Testing Services (Exhibit 2).The Proposal amount given by Nutting Engineering is a not-to-exceed amount based on the minimum requirements for testing. Any money not used for the necessary testing will be returned to the City at the end of the project through the final payment adjustments. Fiscal Impact: No fiscal impacts.There is a 10%contingency amount of$92,900.00 already included in the project. Approved: Disapproved: cc: Mark Mason Keith Glatz TR 13333-EXHIBIT 2 CHANGE ORDER DATE OF ISSUANCE: March 13, 2019 CHANGE ORDER NO.: 1 OWNER: CITY OF TAMARAC PROJECT NAME 7525 NW 88th Avenue Water Treatment Plant Wells 10,11,12&13 Tamarac,FL 33321-2401 Upgrades CONTRACTOR: Florida Design Drilling Corporation, Bid No.:19-08B 7733 Hooper Road P.Q. No.:220488 West Palm Beach,FL 33411 Project No.: UT19A Account No.:441-6020-533-63-20 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT,THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES,ADDITIONS OR DELETIONS TO THE SCOPE OF WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: This Change Order No.1 is for materials testing services including soil densities and concrete as described in Nutting Engineering's Proposal(Exhibit 2).The total amount of the change order includes an added amount should additional testing be required.There Is no change in the contract time. PURPOSE OF CHANGE ORDER: The purpose of this Change Order Is to allow Florida Design Corporation to order required testing for the project,as described above. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $929,000.00 260 DAYS Previous Change Orders and/or Amendments Net change from previous Change Order(s) $0.00 0 DAYS Contract Price prior to this Change Order Contract Time Prior to this Change Order $929,000.00 260 DAYS Net(Increase)of this Change Order not to exceed Net(Increase)of this Change Order $2,400.00 0 DAYS Contract Price with all approved Change Orders Contract Time with all approved Change Orders $931,400.00 260 DAYS RECa `► `� APPROVED APPROVED 0100, BY ��:►�= BY !c Straii Michael Cernec Nick Martin Public ervices Director City Manager Florida Design Drilling Corporation Date I Date y—9— Date J >""'''9 TR 13333-EXHIBIT 2 NuttingGeotechncai&Construction Engineering,Testing,&Inspection Environmental Services E Engineers Offices throughout the state of Florida of Florida Inc.l Established 1967 wwWnuttingengineers.com Info@nuttingenglneers.com Your Project is Our Commitment Palm Beach County SBE Miami Dade County Tier 2 CBE March 19,2019 SFWMD SBE (Revised from February 25,2019) Small Business Administration SBE for Federal Projects Mr. Doug Hammann,P.E. Eckler Engineering, Inc 4700 Riverside Drive, Suite 110 Coral Springs,Florida 33067 Phone: 954-510-4700 Fax: 954-755-2741 Email: dhammann@ecklerengineering.com RE: Proposal/Agreement for Performing Construction Materials Testing Services-Revised WTP Raw Water Supply Wells 10, 11, 12 and 13 City of Tamarac,Florida Dear Mr. Hammann: Submitted herein is Nutting Engineers of Florida, Inc.'s (NE) unit rate proposal/agreement for performing construction materials testing services for the referenced project. The proposed project consists of modifications of the existing WTP wells 10,11,12 and 13, Based on our general understanding of the proposed construction from review of project documents, we propose the following unit rates as indicated below. At the time of this proposal plans were not made available to us; quantities were provided by Eckler Engineering, Inc, personnel and therefore could be more or less than indicated. Scope of Work and Fee Schedule Perform soil density testing using nuclear gauge(minimum 5/trip) Est. 35 x$25.00/test $875.00 Laboratory moisture density proctor tests Est. 2 tests x$130.00/test $260.00 Concrete testing including casting four or five cylinders per set, slump test, temperature,pickup, curing,compression tests and reporting Est. 5 sets x$85.00/set $425.00 Standby time over hour per set-$40.00/hour Professional engineer for overview, site visits review/signing of field and lab results, consultation and reporting Est. 2 hours x$125.00/hour $250.00 . 7az �NNIV6H&lkl- 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 • 561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941.8700 • Miami Dade 305-824-0060 TR 13333-EXHIBIT 2 WTP Raw Water Supply Wells 10,11,12 and 13—Revised April 19,2019 City of Tamarac,Florida Page 2of4 Clerical/administration Est. 2 hours x$50.00/hour $100,00 New line item:Additional testing allowance $490.00 Revised: Estimated cost of construction materials testing services: $2,400,00 Note that we can provide other tests and inspections that may be required including floor flatness testing, roof fastener pull out tests, roof tile pull up tests, railings, interior sheet rock, vibration monitoring with seismograph, pre and post-construction condition surveys, Windsor probes, concrete coring and other services and will provide a quote as may be needed. The above items and costs are estimated based on our general understanding of the project. The final cost will be based on actual project scheduling and other issues beyond our control, and could be more or less than indicated. You will be charged only for tests and inspections performed. For time over eight hours on a normal work week day,or any time on weekends and holidays,the unit rates will be increased by 1.50. Note that NE is not responsible for means and methods of construction or project site safety,which are the responsibility of the general contractor. NE has been offering engineering, testing and inspection services for 51 years in South Florida and the Treasure Coast, during which time we have worked on many similar projects. Our commitment to practical, cost-effective solutions supported by responsive client service distinguishes the firm and enables us to solve your most demanding technical challenges. One of the key constituents for NE success is our staff of approximately 45 experienced professionals including engineering, geology, environmental and field personnel that are registered/certified and have been trained to provide a wide range of testing and inspection services and our administrative staff. Our laboratory is certified and checked annually by Construction Materials Engineering Council (CMEC)and Florida Department of Transportation (FDOT), We carry one million dollar professional and one million dollar general liability insurances. Our sister company, Nutting Environmental of Florida, Inc. (NEF), can assist in your environmental needs. For thirty years, NEF has performed a wide variety of environmental consulting services throughout Florida including Phase I and II environmental site assessments, storage tank removal and tank closure assessments, contamination assessments, design and implementation of remedial action plans (RAP), groundwater monitoring for solid waste and Hazmat permit requirements, assistance with dewatering permitting and much more.They can be reached at 561-732-7200. e1cAtmo �'x 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 • 561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 • Miaml Dade 305-824-0060 TR 13333-EXHIBIT 2 WTP Raw Water Supply Wells 10,11,12 and 13—Revised April 19,2019 City of Tamarac,Florida Page 3 of 4 The NE team would welcome the opportunity to provide testing services for you on this project. We are available to meet with you to further discuss project requirements. If you have any questions, please do not hesitate to contact us. Respectfully Submitted, NUTTING ENGINEERS OF FLORIDA, INC. Richard Wohlfarth, P.E., B.N. Kristina Berryman Principal/Director of Engineering Business Development Manager Reports and invoices will be addressed to the client as listed below unless other instructions are provided in writing with this executed proposal. The undersigned, as an authorized representative of the entity listed below, approves this proposal and agrees to be bound by the terms and conditions contained in this proposal. Deposit amounts are collected at time of written authorization to proceed. If you are a first-time geotechnical services client, we request that the balance due for these services be paid at the time of report completion. If you are a first-time testing and/or inspection services client, we request a 20% 'first-time client' retainer with signed contract. This retainer will be applied toward initial invoices. Once your account is established, our terms are net 30 days. Any invoices over 30 days will be assessed a 1 1/2 percent service charge per month until paid in full. PLEASE ENTER INFORMATION LEGIBLY BELOW SO IT CAN BE UTILIZED FOR PROJECT SET-UP: SIGNATURE: DATE: PRINT NAME: TITLE: COMPANY NAME: ADDRESS: PHONE: FAX: EMAIL: City of Tamarac WTP Supply Wells(Eckler)CMT 3-19-19 rev General Terms and Conditions For the purpose of this project,the addressee of this proposal will be known as the Client.The client Is expected to furnish NUTTING ENGINEERS OF FLORIDA,INC.("NE"),with accurate Information Including sketch of survey and/or site plan,construction drawings/specifications as appropriate,details of proposed construction including the proposed structural system and loads or existing construction problem Information and site accessibility information as appropriate. Other information requirements may be detailed in the enclosed proposal. IF ANY CONDITIONS CHANGE such as building layout,loading,project specifications/design,or unusual site conditions are observed,NE should be notified immediately in writing about the changed condition for possible review and comment. Should the Client wish to impose other conditions and requirements beyond those contained in this proposal such as in a separate contract,we reserve the option to modify contract language,fee amounts,to remove our proposal from consideration or other measures as may be indicated. Delivery—Scheduled upon receipt of written authorization to proceed and deposit unless other arrangements are agreed to In writing.Additional report copies can be provided for a nominal fee to the Client.NE will exercise appropriate measures to ensure project completion within a reasonable time frame subject to existing workloads.However,NE will not be held responsible for unavailability of necessary project data and site access within the time frame agreed upon for the Investigation.Project delivery may be delayed if the ENTIRE signed proposal and deposit are not receNed in a timely manner. The ENTIRE signed quotation should be returned along with the requested project Information.This unsigned proposal is valid for 60 days. Payment-No deposit required with signed agreement(20%retainer due if new client).Directing NE to proceed with the work shall constitute acceptance of the terms of NE's proposal and these General Terms and Conditions. Balance due upon delivery of report.Interest at the rate of 18%per annum or the highest rate allowable by law whichever is less,will be added to all amounts not paid within 30 days after date of invoice.All attorney fees and expenses associated with collection of past due .v invoices will be paid by Client , -/,ae A *HI tYC u.ivr�non+—n5•r . 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 • 561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 • Miami Dade 305-824-0060 TR 13333-EXHIBIT 2 WTP Raw Water Supply Wells 10,11,12 and 13—Revised April19,2019 City of Tamarac,Florida Page 4of4 Insurance-NE maintains Workers'Compensation and Employer's Liability Insurance in conformance with state law. In addition,we maintain Comprehensive General Liability Insurance and Automobile Liability Insurance with bodily injury limits of$1,000,000.00 and property damage limits of$1,000,000.00.A certificate of Insurance can be supplied evidencing such coverage which contains a clause providing that fifteen days written notice be given prior to cancellation. Right-of-Entry-Unless otherwise agreed,Client will furnish right-of-entry on the property for NE to make the planned borings,surveys,and/or explorations.NE will not be responsible for removing fences,earth berms,vegetation or other obstructions for purposes of our Investigation. NE will take reasonable precautions so minimize damage to the property caused by Its equipment and sampling procedures,but the cost of restoration or damage which may result from the planned operations Is not included in the contracted amount. If Client desires to restore the property to Its former condition,NE will accomplish this and add the cost to Its ice.Client agrees to waive all claims erksng from or related to the failure to provide NE with proper access to conduct its work. Damage to Existing Man-made Objects•It shall be the responsibility of the Owner Or his duly authorized representative to disclose the presence and accurate location of all hidden or obscure man-made objects relative to routes of access,field tests,sampling,or boring locations. When cautioned,advised or given data in writing that reveal the presence or potential presence of underground or over-ground obstructions,such as utilities,septic tanks,etc.,NE will give special instructions to its field personnel.In addition,Client waives any claim against NE arising Irons damage to existing man-made objects. Warranty and Limitation of Liability-NE shall perform services for Client in a professional manner,using that degree of care and skill ordinarily exercised by and consistent with the standards of competent consultants practicing In the same or a slmgar locality as the project. In the event any portion of the services falls to comply with this warranty obligation and NE Is promptly notified In writing prior to one year after completion of such portion of the services,NE will re-perform such portion of the services,or if re-performance is Impracticable,NE will refund the amount of compensation paid to NE for such portion of the services.This warranty Is In lieu of all other warranties.No other warranty,expressed or Implied,Including warranties of merchantability and fitness fora particular purpose is made or intended by the proposal for consulting services,by furnishing an oral response of the findings made or by any representations made regarding the services bxduded in this agreement. In no event shall NE or any of Its professional employees be liable for any special,Indirect,Incidental or consequential loss or damages,Including but not limited to Impact and delay claims.The remedies set forth herein are exclusive and the total liability of consultant whether In contract, tort(including negligence whether sole or concurrent),or otherwise arising out of,connected with or resulting from the services provided pursuant to this Agreement shall not exceed the total fees paid by Client or$50,000.00,whichever Is greater.At additional cost,Client may obtain a higher limit prior to commencement of services. PURSUANT TO §558.0035, FLORIDA STATUTES, NE'S INDIVIDUAL EMPLOYEES AND/OR AGENTS MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE ARISING OUT OF, CONNECTED WITH, OR RESULTING FROM THEIR SERVICES PROVIDED PURSUANT TO THIS AGREEMENT. Indemnification-Client agrees to defend,indemnify and save harmless NE from all claims,including negligence claims,suits,losses,personal injuries,death and property liability resulting from NE's performance of the proposed work,whether such claims or damages are caused in part by NE,and agrees to reimburse NE for expenses In connection with any such claims or suits,including reasonable attorne/s fees.Client's obligation to indemnify is limited to S2 million per occurrence,which Client agrees bears a reasonable commercial relationship to the • Work undertaken by NE.Client further agrees that these general conditions are a part of the Work's specifications or bid documents,If any. • Sampling or Testing Location-Unless specifically stated to the contrary,the unit fees included in this proposal do not Include costs associated with professional land surveying of the site or the accurate horizontal and vertical locations of tests.Field tests or boring locations described in our report or shown on our sketches are based on specifc information furnished to us by others and/or estimates made in the field by our technicians.Such dimensions,depths or elevations should be considered as approximations unless otherwise stated in the report tt is understood that all drilling locations are accessible to conventional truck mounted drilling equipment unless otherwise specified by the client.If unscheduled remoblllzations or use of portable or all terrain equipment is required additional charges will apply. NE will attempt to clear utilities at our excavation/test locations by manual drilling to 3'below land surface (BLS).Any utilities/obstructions present at client specified test locations or below 3'BLS will be the responsibility of the client. Sample Handling and Retention-Generally soil test samples are retained for approximately three months after which time they will be discarded unless written Instructions to the contrary are received from the client. Legal lorlsdlction-The parties agree that any actions brought to enforce any provision of this Agreement shall only be brought in a court of competent jurisdiction located in Palm Beach County,Florida.Any and all causes of action arising out Of NE's performance of the Work,including but not limited to claims for indemnity,contribution and equitable subrogation,shall be deemed to have accrued and the applicable statutes of limitations shall commence to run not later than the dare of NE's last Invoice for the Work performed hereunder. Force Majeure-NE shall not be held responsible for any delay or failure In performance of any part of this Agreement to the extent such delay or failure u caused by fire,flood,explosion, war,strike,embargo,government requirement,civil or military authority,acts of God,actor omission of subcontractors,carriers,client or other similar causes beyond its control. Documents-NE shall be entitled to rely upon the accuracy and completeness of all surveys,reports and Information furnished by the client.If conditions different from those described In our report are found at the site,NE should be notified In writing Immediately upon discovery. NE reserves the right to revise conclusions and recommendations presented in the final report should additional Information regarding the project become available.All permits will be obtained by others unless otherwise specified in this proposal or In writing to NE.NE has no liability for consequences of information not provided or unavailable or otherwise not reviewed or known from the normal sources customarily examined by NE In such Investigations within the time frame allowed for this Investigation under this agreement.The client,entities identified In writing on the address portion of our report,design team professionals engaged by our client and building official staff are entitled to use and rely upon NE'S reports for purposes of the current project.Other parties are not authorized to use or rely upon NE'S reports unless NE so states in writing. NE-General Contract Terms and Conditions May 2017 CC, Richard C,Wohlfarth,P.E.—Director of Engineering City of Tamarac WTP Supply Wells(Eckler)CMT 3-19-19 rev xxty la rem�,uin/ `5 r I. 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 • 561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 Broward 954-941-8700 • Miami Dade 305-824-0060 TR 13333-EXHIBIT 2 CITY OF TAMARAC INTER-OFFICE MEMORANDUM PUBUC SERVICES DEPARTMENT TO: Michael C. Cernech DATE: July 24, 2019 City Manager THRU: Jack Strain, P.E., •.0> (terN Director of Publi•0- �ces FROM: Earl Henry, P.E., RE:Change Order No.2 Utility Engineer Project No. UT19A WTP Wells 10, 11, 12 & 13 Upgrades Project Recommendation: I recommend that the City Manager approve Change Order No. 2 for the Water Treatment Plant Wells 10, 11, 12 & 13 Upgrade Project in an amount not to exceed$62,025.89 as provided in Exhibit 2. Issue: The approval of Change Order No. 2 (Exhibit 1) for the Water Treatment Plant Wells 10, 11, 12 & 13 Upgrade Project is to allow Florida Design Drilling Corporation (FDD)to perform work related to changes arising from unforeseen conditions found on-site during construction.This change order will increase the contract time by forty (40)days. Background: This change order Is to cover all costs associated with the items listed below. 1. During construction it was discovered that the location of the raw water main, running from NW 61st Street south to Wells 10 and 11, did not match the record drawing information used for the design of the proposed well improvements. The existing raw water main was located on the east side of Well 11 while the record drawings show it on the west side of Well 11. This unforeseen condition conflicted with various elements of the design for the Wells 10, 11, 12 and 13 Project as well as the proposed buffer wall location for the adjacent Water's Edge Park Project,also currently under construction.This change order will allow FDD to relocate portions of the existing raw water main and eliminate the conflicts. The work associated with the relocation of portions of the raw water main includes material and labor to remove the existing raw water main; install new 8"and 10" DIP water main,valves and other appurtenances. The discovery of the raw water main in the present location resulted in substantial coordination efforts between the project teams for both Water's Edge Park and the Wells 10, 11, 12 and 13 Projects. As a result, the contractor has requested that forty(40)days be added to the project's contract time. 2. During construction an existing and previously abandoned 3-inch diameter well was uncovered. This well was found capped in place and presents an unstable condition as it was not previously grouted. This change order will allow FDD to grout the existing well and avoid any potential future problems the un-grouted well could cause. 3. Due to the discovery of the existing raw water line, as described in item 1 above, the Electrical Services Compound Is In conflict with the existing raw water line and will need to be relocated. 4. Due to permitting issues, the Well 10, 11, 12 and 13 Project was delayed. As a result, normal maintenance work, including brushing of the well casing, well chlorination and airlift development was not completed as scheduled. Given the fact that wells 10 and 11 are now under construction, TR 13333-EXHIBIT 2 the decision was made to go ahead and do the required maintenance work under the present contract with FDD.This change order will allow FDD to do the necessary maintenance work which is necessary to maintain proper well performance, Fiscal Impact: No fiscal impacts.This change order will be taken from funds already available in the projects contingency amount of which$90,400.00 is still available. Approved: Disapproved: cc: Mark Mason Keith Glatz TR 13333-EXHIBIT 2 CHANGE ORDER DATE OF ISSUANCE: Juty 24,2019 CHANGE ORDER NO.:2 OWNER: CITY OF TAMARAC PROJECT NAME 7625 NW 88'h Avenue Water Treatment Plant Wells 10,11,12&13 Tamarac,FL 33321-2401 Upgrades CONTRACTOR; Florida Design Drilling Corporation, Bid No,:19.08E 7733 Hooper Road P,O, No.:220488 West Palm Beach, FL 33411 Protect No.: UT19A Account No,:441-6020-533-63-20 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT,THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES,ADDITIONS OR DELETIONS TO THE SCOPE OF WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: This Change Order No.2 is for the following Items: 1. Work associated with the relocation of portions of the raw water pipe that supplies water from Raw Water Well Nos.10 and 11.This work Is necessary to avoid conflicts caused from unforeseen conditions found on-site during construction. The work for this change order includes material and labor to remove the existing raw water main; install new 8" and 10" DIP water main, valves and other appurtenances as outlined in Exhibit 2, 2. Grouting of a previously abandoned 3"well found on-site during construction. 3, Relocation of the proposed Electrical Services Compound due to the relocation of the existing raw water main. 4. Preventative Maintenance on Wells 10 and 11. PURPOSE OF CHANGE ORDER: The purpose of this Change Order is to allow Florida Design Drilling Corporation to perform the work as described above. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $929,000.00 260 DAYS Previous Change Orders and/or Amendments Net change from previous Change Order(s) $2,400,00 0 DAYS Contract Price prior to this Change Order Contract Time Prior to this Change Order $931,400.00 260 DAYS Net(Increase)of this Change Order not to exceed Net(Increase)of this Change Order $62,026.89 40 DAYS Contract Price with all approved Change Orders Contract Time with all approved Change Orders $993,425.89 300 DAYS RECOMMENDED APPROVED APPROVED � , BY BY BY mot'" Jack Strain Michael Cernech ick Martin ___ Public Services Director City Manager Florida Design Drilling Corporation Date Date Date 7/yGA'cr4 TR 13333-EXHIBIT 2 FLiIDA FLORIDA DESIGN GRILLING CORP. DRIL.L�I1.1® 7733 Hooper Rood Thl Weel Palm Bench,FL 3341 I C037 PROPOSAL NO.: 003 roV2 PROJECT NAME: WTP Wets 10,11,12,end 13 Upgfades _ LOCATION: Tamereo,FL _ DATE July3,2019 OWNER: Cary pl lememo _DRAWING NO.: ENGINEER: Eater rfi'neetfng SPEC.SECTION; REFERENCE: TIME&MATERIAL: REQUEST FOR PROPOSAL: X DESCRIPTION;Rabcanl EL ervfoa Dnn o4•/nsy(r••••••-.•••- ••rorrlova axnQna laly wMeimaG adabsMan e2hllne "11e8aordrolN/tl arovthd 60 FdeerPnelneedno art/719/1/, TAe/a/avfnaro en/gfl&.11 yymludadl IemQn ro rbnnlne,ro io Jo/srle'rev Hnclna.Ins metover.rm ac1.d hecMfll ma1add.and aodhsadln0. leh.i rf(t Orsasn t resfc;n a the rory Infer m61n/mm ax11360 fQ'L'Nslbn Vsh�e eoufn ro Wi9s 10 end(I.ROO nogg Ouerenlse eslalmo 10'howled Yeses lunellone amnoeth tRIL11N0 INFORIAATfiS� SKILIJTRADB MAN•HOU RS RATE COST 1.DIRECT LABOR Welder . • MR- 'I 06.ck f 1.A GENERAL LABOR: Unskilled e0 MH 'T 46,00 f 3,050.00 SkSed 69 MH 50,00 f 3,400.00 Operator MH 80.00 $ LB FIELD ENGINEERING: Foramen 8/ )1H 70.00 0 4,780.00 8UI»nnl,denl 66 MN 100.00 8 6,800.00 Project Engineer MH 100.00 $ - ProJaN Mellow, 10 MH - 140.00 $ 1,400.0 Vice Preeldne MH 100.00 f 1.0 DAILY GENERAL CONDITIONS Time increase 40 DAYS ' • $ ' 8U TOTAL(1) $ 19,420.00 OVERHEAD&PHOPIT 10% 0 1,042.00 TOTAL(1) E 21,302.00 2,MATERIALS AND EQUIPMENT DESCRIPTION I WEEKS J UNIT PRICE J COST _ 2A EQUIPMENT: 308&covalor 1,600.24.$ ;1,4184 Melee( 2 $1,401.74 0 2,$3,0 1 Equipment Delly ry 4 BA 3160.00 $ 638.00 f f 3 • $ • 2.0 MATERIAL .. ..-;':MATERIAL'.;...,,.. -`:.. UNITS NOTED';1 10"Faslle DIP 60 If $31.38 2 61L a. e'Pestle DIP 40 IF $27,90 $ 111 0_30 10•Gdpper Osaka( 4 EA 8190.80 $ 183.20 10'x 8'MJ Reducer f EA 3123.28 $ 129.28 10'x 8'MJ Tee I EA $27157 f 27467 l0'MJ45Bend 2 EA $178..36 f 362.71 10'MJ7Iesrrelnl 7 EA 3107.91 $ 766.36 8"AIJ Resealnl 2 EA 375.79 3 161.66 f f 1 . 1 - $ f - 1 - SUBTOTAL(2) $ 13,226.26 SURTAX 2.0 OIRECT COSTS: SALES TAX $ , OVERHEAD t PROFIT 10% 3 1,322.63 TOTAL(2) $ 14,441.81 3,SUBCONTRACTORS DESCRIPTION OP WORK I COST tove/eml Electric Relocate Searles,Service Compound $ 2,846.01 FDD Abandon end GroUI Exlsl g 3-Well APprox 125 LP Deep $ 3,600.00 FDD Rehab Wells 10 end I I(Includes OHOP end Bonds) $ 10,600.00 SUBTOTAL 3 24,648.67 OVERHEAD t PROFIT 10% 1 614A9 TOTAL(3) $ 26,261.11 TOTAL(1)+(2M(3) $ 01,172.44 Sonde t Insurenco 2.0% 3 063.46 Petrillo 3 GRAND TOTAL 1 82,02e.89 u died B nature) weulhanfed SlUnalure) Jalds aeon Wang Corp. Dale: l '2� Vnai!� Oats: f3/7)/17 Dato: 712471-of 4 ....., TR 13333-EXHIBIT 2 DRIL17,10 FLaIDA June 13,2019 To: Earl Henry,P.E. City of Tamarac Public Services Department 6011 Nob Hill Road,2nd Floor Tamarac,FL 33321 Project:City of Tamarac Subject:Wells 10 and 11 Rehabs Proposal • We are pleased to offer this estimate to furnish all labor,equipment,and materials to perform the suggested well rehabilitation services identified below. The costs assume discharge of water on site,no well clearance and no associated permitting. When Florida Design Drilling Corporation(FDD)pulled the pumps from Well 10 and 11, excessive rust and scaling was observed on the column pipe,pump and observable portion of the well casing(see attached pictures for reference). Therefore,we are recommending a nylon brush be used to remove the scaling on the inside of the well casing and the well be chlorinated to eliminate the setting for bacteriological build up. Once the well is brushed and chlorinated,FDD will air lift the debris from the well,effectively freshening the production zone and removing any debris. A final video will be performed after the work is complete to document the well condition before pumps,etc. being installed. City of Tamarac Wells 10 and 11 Cost Proposal for Rehabilitation Item Description Unit Unit Price Quantity Total Cost No. 1 Casing Brushing LS $ 2,750.00 2 $ 5,500.00 2 Well Chlorination LS $ 2,500.00 2 $ 5,000.00 3 Well Development Airlift LS $ 2,500,00 2 $ 5,000.00 4 Video Survey of Casing and LS $ 1,500.00 2 $ 3,000.00 Production Interval Total Cost $ 18,500,00 Sincerely, yaddliv44Z Mike Black Vice President Florida Drilling 561.371.9985/mike®fldrilling.com 7733(Hooper Road,West Palm Beach,FL 33411 www.FLDrilling.com Phone:561-844-2966 Fax:561-844-2967 State or Florida Water Well Contractor t111148 State of Florida Certified General Contractor CCC1522104 TR 13333-EXHIBIT 2 Electric 1344 S. Killian Dr. Lake Park,FL 33403 561-882-0401 Fax 561-882-0555 TO: Florida Drilling DATE: 7/2/2019 NO: 2 JOB: Tamarac Wells JOB NO; 18-034 ATTN: Nick Martin We have received and reviewed your proposed change request Pertaining to Electrical Service Relocation We propose to furnish all material, labor and supervision for the execution of the electrical work covered by this change for the lump sum of: $2,646.87 In order to incorporate this change,we estimate that we wilt require additional time for completion and have based our proposal upon receiving 1 calendar days extension. This proposal is firm for acceptance within 15 days. We cannot proceed with the work covered by this proposed change until we receive written approval,which must be within the above time limit to prevent additional costs. Exceptions taken are: This proposal is based solely on the usual cost elements such as labor, material and normal markups and does not include any amount for additional changes in the sequence of work,delays, disruption, rescheduling, extended overhead, overtime, acceleration and/or impact costs and the right is expressly reserved to make claim for any and all of these and related items of cost prior to any final settlement of this contract. The issuance of a change order is acknowledgement and acceptance of all terms and conditions of this written proposal and may not be altered in any way unless agreed to in writing. LOVELAND ELECTRIC Ii, LLC Ryan Loveland Project Manager TR 13333-EXHIBIT 2 LOVELAND ELECTRIC II, LLC Change Order Estimate Sheet LABOR 1 ESTIMATED MAN HOURS 12.36 HRS X RATE $55.00 $679.80 2 SUPERVISION $169.95 3 PROJECT MANAGER $47.59 4 TOTAL LABOR $897.34 MATERIAL 5 ESTIMATED MATERIAL $1,145.71 6 MATERIAL QUOTES $0.00 7 SUBTOTAL MATERIAL $1,145.71 8 FREIGHT/DELIVERY $0.00 9 SALES TAX $68.74 10 TOTAL MATERIAL $1,214.45 EXPENSES 11 SUBCONTRACTOR COST $0.00 12 SMALL TOOLS $44.87 13 RENTED EQUIPMENT $0.00 14 JOB EXPENSES $107.83 15 INSURANCE $27.17 16 BOND $0.00 17 TOTAL EXPENSES $179.87 OVERHEAD&PROFIT 18 OVERHEAD 10.00% $229.17 19 PROFIT 5.00% $126.04 20 ESTIMATE $2,646.87 TR 13333-EXHIBIT 2 o 'I' o COO 8 (a d v C 2 �o 0 r N O CO � 0 (O O CO N N C I C n V of N Cp r CO 0 p .4, Nu" O O N - U) C c0 d d � pw, U - C co QO a a O 7 m Z m M 0 Z 2 S H w a O W = s ix .0 U U X cn U co O s Z Z m o `v > O O N CO CO 1() TR 13333-EXHIBIT 3 CHANGE ORDER DATE OF ISSUANCE: August 26,2019 CHANGE ORDER NO.:3 OWNER: CITY OF TAMARAC PROJECT NAME 7525 NW 88th Avenue Water Treatment Plant Wells 10, 11,12&13 Tamarac,FL 33321-2401 Upgrades CONTRACTOR: Florida Design Drilling Corporation, B d No.:19-08B 7733 Hooper Road P.O. No.:220488 West Palm Beach,FL 33411 Project No.: UT19A Account No.:441-6020-533-63-20 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT,THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES,ADDITIONS OR DELETIONS TO THE SCOPE OF WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: This Change Order No.3 is for the following items: 1. Remove existing ARV and vault and replace with 20-inch BFV. 2. Provide a new 10-inch gate valve to Isolate Wells 10 and 11. 3. Preventative Maintenance on Wells 12 and 13. 4. Removal of Black Olive tree adjacent to and impacting Well No. 12 and raw water main. 5. Change fence post attachment to be mounted on top of concrete slab. 6. Building Permit Fees. 7. Removal of obstruction In Well No. 11. 8. Add two(2)16"x8"Tees total for Wells 12 and 13. 9. Additional funds for unforeseen conditions. 10. HDD credit to Tamarac 11. A total of fifty-nine(59)days is required to complete the additional work. PURPOSE OF CHANGE ORDER: The purpose of this Change Order Is to allow Florida Design Drilling Corporation to perform the work as described above. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $929,000.00 260 DAYS Previous Change Orders and/or Amendments Net change from previous Change Order(s) $64,425.89 40 DAYS Contract Price prior to this Change Order Contract Time Prior to this Change Order $993,425.89 300 DAYS Net(Increase)of this Change Order not to exceed Net(Increase)of this Change Order $95,000.00 59 DAYS Contract Price with all approved Change Orders Contract Time with all approved Change Orders $1,088,425.89 359 DAYS RECO Cif.) APP D > APPROVED BY ack Strain Michael Cernech Nick Martin Public Services Director City Manager F orida Design Drilling Corporation Date JJ I Date �5 Date •Vz71/�, TR 13333-EXHIBIT 3 PROJECT NO.: UT19A PROJECT NAME WTP WELLS 10,11,12 and 13 UPGRADES BID NO. 18-028 PO NO. 220488 NTP DATE 3/26/2019 ITEM# REM DESCRIPTION DATE ISSUED DATE +l-AMOUNT CONTINGENCY EXTENDED DAYS APPROVED Original Contract Amounts $92,900.00 260 Contractual Days FDD to pay for Nulling Engineers Testing(CO#1) 3/13/2019 4/9/2019 2,400.00 90,500.00 0 2 (Rehab wells 10,11;RAW Walermain; 7/3/2019 TBD 62.025.89 28,474.11 40 Electrical compound relocation)(CO#2) 3 Remove Existing ARV&Vault and Replace with 20"BFV(CO#3) 8/26/2019 40,000.00 (11,525.89) 30 4 Isolation 10*GV&B(CO#3) 7/16/2019 3,944.22 (15,470.11) 3 5 Wells Rehabilitation 12 and 13(CO#3) 6/13/2019 18.500.00 (33,970.11) 7 6 Tree Removal(CO#R3) 7/22/2019 2,356.20 (36,326.31) 5 7 Change fencing to top mount(CO53) 7/24/2019 1,199.42 (37,525.73) 0 8 City of Tamarac Permit Fee(CO#3) 7/25/2019 17,452.96 (54,978.59) 0 3 Wet#11 Borehole obstruction removal(CO#3) 8/5/2019 1,500.00 (56,478.69) 0 10 New MJ lees wells 12 and 13(CO#3) 8/9/2019 17,724.38 (74,203.07) 14 11 Additional Funds for Unforeseen Items 8/27/2019 29,836.93 (104,040.60) 0 12 HDD Credit to Tamarac 3/8/2019 (9,040.00) (95,000.00) 0 TOTAL 187,900.00 (95,000.00) 99 Note:Item No.3 Amount above is an estimated cost. Notice to Proceed 3/262019 Substantial Completion(Original) 12/11/2019 Final Completion(Original) 1/10/2020 Substantial Completion(Revised) 3/19/2020 Final Completion(Revised) 4/20/2020 NOTES: 1.A positive(t)value is a charge against the allowance. 2.A negative(-)value is a credit to the allowance. 3.Final Contract value if change order was issued today. Contingency Amount S92,900.00 Total Costs ($187,900.00) Contingency(Remaining) ($95,000.00) Original Contractual Days(NTP to SC) 260 Added days to Contract 99 Revised Contractual Days(NIP to SC) 359 _ TR 13333-CXI IBIT 3 FLORI DA DESIGN DRILLING CORP. FLCIrliCA 7733 Hooper Road DRILu i West Palm Beach,FL 3341 I COST PROPOSAL NO.: 004 - PROJECT NAME. WTP Wells 10,11,12,and 13 Upgrades LOCATION. Tamarac,FL _ DATE: July 16,2019 OWNER. City of Tamarac _DRAWING NO.: ENGINEER: Eckler Engineering SPEC.SECTION: REFERENCE: TIME&MATERIAL: REQUEST FOR PROPOSAL: X DESCRIPTION:provide and install 10"MJ sate valve on relocated raw water main north of Well#11 as requested by Owner via email on 7/15/19. PRICING INFORMATION SKILL/TRADE MAN-HOURS RATE COST 1. DIRECT LABOR Welder MN $ 95.00 $ - 1.A GENERAL LABOR: Unskilled 4 MH $ 45.00 $ 180.00 Skilled 4 MH $ 50.00 $ 200.00 Operator 4 MH $ 60.00 $ 240.00 1 B FIELD ENGINEERING: Foreman MH $ 70.00 $ - Superintendent 4 MH $ 100.00 $ 400.00 Project Engineer MH $ 100.00 $ - Project Manager 2 MH $ 140.00 $ 280.00 Vice President MH $ 160.00 $ - 1.0 DAILY GENERAL CONDITIONS Time Increase 3 DAYS $ - $ - z c; s,a.. : r_J -' .rtrt SUBTOTAL(1) $ 1,300.00 { ? OVERHEAD&P�iOFI j lG 3 10% $ 130.00 . _4i.:_ ,f_ l,r_a5t��-e,,,-'g?g-._. a ,_ TOTAL(1) $ 1,430.00 2. MATERIALS AND EQUIPMENT DESCRIPTION I WEEKS I UNIT PRICE I COST 2.A EQUIPMENT: $ - 2 B MATERIAL MATERIAL UNITS NOTED f0"MJ Gate Valve 1 EA $1,741.00 $ 1,741 00 10"MJ Restraint 2 EA $101.71 $ 203.42 Valve Box 1 - EA $110.00 $ 110.00 Valve Tag 1 EA $16.00 $ 16.00 _ S $ 441, - _ SUBTOTAL(2) $ 2,070.42 St,RT.1U( PR,st 1 _ 2.0 DIRECT COSTS. SALEETAX_ _ I 7% $ 144.93 R ' fil OVEISAp OFITL wy I 10/ $ 221.53 :,•...,;_li_...�..a,._ ..`<., .. F ,.d% iti TOTAL(2) $ 2,436.88 3. SUBCONTRACTORS DESCRIPTION OF WORK 1 COST z: r - s .z- i SUBTOTAL(3) $ - OVFRHE.AQ&PROFIT �'I -. rp f J 10% $ - a i� tr3 s,g}t t qy r t t* c J-2 an�a:a t -4 y i .r T1_ TOTAL(3) $ r 4 z t x k c - t d TOTAL(1)+(2)+(3) $ 3,866.89 Bonds rGlns�urance t r ,¶ ) E err f ' 2.0% $ 77.34 Perm{fs a a 1. $ - - GRAND TOTAL $ 3,944.22 By: By: BY: Engineer(Authorized Signature) Owner(Authorized Signature) Florida Design Drilling Corp. Dale. Date. Date. FEL-POMPANO EACH FERGUSON® 1950 NW8TH STREET WW#125 Deliver To:From: Gary Morgan TR 13333 EXHIBIT 3 WATERWORKS POMPANO BEACH,FL 33 0 69-1 3 94 Comments: Phone:954-973-8100 Fax:954-917-3134 09:55:20 JUL 16 2019 Page 1 of 1 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone:954-973-8100 Fax: 954-917-3134 Bid No: B409882 Cust Phone: 561-844-2966 Bid Date: 07/15/19 Terms: NET 10TH PROX Quoted By: EMJ Customer: FLORIDA DESIGN DRILLING COR Ship To: FLORIDA DESIGN DRILLING COR #18214 TAMARAC WELLS 7508 NW 61ST STREET 7733 HOOPER ROAD WEST PALM BEACH, FL 33411 #18214 TAMARAC WELLS TAMARAC, FL 33321 Cust PO#: 18214-10 MJ GATE Job Name: #18214 TAMARAC WELLS Item Description Quantity Net Price UM Total AFC2510MMLAOL 10 DI MJ RW OL GATE VLV L/A 1 1741.000 EA 1741.00 SSLDE10AP 10 DI WDG REST*ONELOK W/A 2 101.706 EA 203.41 BING5B18W 18-24 CI SCRW VLV BX#18 W/WTR DOM 1 110.000 EA 110.00 BVTM 3 BRS VLV ID TAG 1 16.000 EA 16.00 Net Total: $2070.41 Tax: $144.93 Freight: $0.00 Total: $2215.34 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE.QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBEIWBE/SMALL BUSINESS REQUIREMENTS. Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING:It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption.Products with*NP in the description are NOT lead free and can only be installed in non-potable applications.Buyer is solely responsible for product selection. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Or El • Scan the QR code or use the link below to complete a survey about your bids: • EL;. o_ https://survey.medallia.com/?bidsorder&fc=125&on=58779 TR 13333-EXHIBIT 3 FLORIDA DRILLING June 13,2019 To: Earl Henry,P.E. City of Tamarac Public Services Department 6011 Nob Hill Road,2nd Floor Tamarac,FL 33321 Project:City of Tamarac 12 13 Subject:Wells%andkf Rehabs Proposal We are pleased to offer this estimate to furnish all labor,equipment,and materials to perform the suggested well rehabilitation services identified below. The costs assume discharge of water on site,no well clearance and no associated permitting. When Florida Design Drilling Corporation(FDD)pulled the pumps from Well.eland.Yf, excessive rust and scaling was observed on the column pipe,pump and observable portion of the well casing(see attached pictures for reference). Therefore,we are recommending a nylon brush be used to remove the scaling on the inside of the well casing and the well be chlorinated to eliminate the setting for bacteriological build up. Once the well is brushed and chlorinated,FDD will air lift the debris from the well,effectively freshening the production zone and removing any debris. A final video will be performed after the work is complete to document the well condition before pumps,etc.being installed. 12- 1Z City of Tamarac Wells%and 14Cost Proposal for Rehabilitation Item Description Unit Unit Price Quantity Total Cost No. 1 Casing Brushing LS $ 2,750.00 2 $ 5,500.00 2 Well Chlorination LS $ 2,500.00 2 $ 5,000.00 3 Well Development Airlift LS $ 2,500.00 2 $ 5,000.00 4 Video Survey of Casing and LS $ 1,500.00 2 $ 3,000.00 Production Interval Total Cost $ 18,500.00 Sincerely, Mike Black Vice President Florida Drilling 561.371.9985 / mike@fldrilling.com 7733 Hooper Road,West Palm Beach,FL 33411 www.FLDrilling.corn Phone:561-844-2966 Fax:561-844-2967 State of Florida Water Well Contractor#11148 State of Florida Certified General Contractor CGC1522104 =,1:"l` FLORIDA DESIGN DRILLING CORP. TR 13333-EXHIBIT 3 DRILLFLOI=III A 7733 Hooper Road DRILLING West Palm Beach,FL 33411 COST PROPOSAL NO.: 005rev 1 PROJECT NAME: WTP Wells 10,11,12,and 13 Upgrades _ LOCATION: Tamarac,FL DATE: July 23,2019 OWNER: City of Tamarac DRAWING NO.: ENGINEER: Eckler Engineering SPEC.SECTION: REFERENCE: TIME&MATERIAL: REQUEST FOR PROPOSAL: X DESCRIPTION:Remove existing black olive tree adjacent to Welt#12 aS requested via email on 7/15/19. FDD labor included for exposure of existing raw water main (o avoid damaged dung free removal. Tree removal permit end replacement tree planting by Owner. PRICING INFORMATION SKILLJTRADE MAN-HOURS RATE COST 1. DIRECT LABOR Welder MH $ 95.00 $ - 1.A GENERAL LABOR: Unskilled MH _$ 45.00 $ Skilled MH $ 50.00 $ - Operator 2 MH $ 60.00 $ 120-00 1.B FIELD ENGINEERING. Foreman MH $ 70.00 $ - Superintendent 2 MH $ 100.00 $ 200.00 Project Engineer MH $ 100.00 $ - Project Manager 2 MH $ 140.00 $ 280.00 Vice President MH $ 160.00 $ - 1.0 DAILY GENERAL CONDITIONS Time Increase 5 DAYS $ - $ - T 4- r A `- SUBTOTAL(1) $ 600.00 gre` 'ifOVERHEAD$$R,OF A -i ? 10% $ 60.00 ._A_ ??>s 5;'w+w.f:::- -.,M. s. ,5? TOTAL(1) $ 660.00 2. MATERIALS AND EQUIPMENT DESCRIPTION I WEEKS I UNIT PRICE I COST 2.A EQUIPMENT: $ - $ $ 2.8 MATERIAL MATERIAL UNITS NOTED $ E - $ $ �',t.� F2' r Tj `�r . -._ SUBTOTAL(2) $ - SURTAX c t k 5 � Aht. • 2.0 DIRECT COSTS: S/LES 1AX 4 T 5 r ��, E k .,:,,,1 7% $ - OVEgHFMil'8OFIT 10% $ - t rz.,'`�ri+ ipts.:;.; ._r i,:,:;. TOTAL(2) $ 3.SUBCONTRACTORS DESCRIPTION OF WORK I COST Baker Landscape Corp. Tree Removal $ 1,500.00 tyF „-i r:€ . ' -.ram:. gli :_s-3`'�,t k '" r- r iX SUBTOTAL(3) $ 1,500.00 OV5YRHEAD&PROFIT; t t [`z a ii f1i 3 a.''"xn tB3'�>. 4 (' i'- 4�le 10% $ 1.150.00 p�jr Ek,ktk' C�'-Er ,fir, t I yta� a f. ki, 3" �g TOTAL(3) $ !u L -L t - t tr g r ,-57,: TOTAL(1)+2+3 $ 2,310.00 Bdnds k(ttiurrartce., 'U t k b -4 er- . f �r; I< j ti 2 0% $ 46 20 Permits? i -� $ F "� 4 rp r-r 2t-* -1• EMt tit $ t: 4 ,l .rr.} . 5 @ ". GRAND TOTAL $ 2,356.20 By: By: By: Engineer(Authorized Signature) Owner(Authorized Signature) Florida Design Drilling Corp. Date: Date. Date. FLORIDA FLORIDA DESIGN DRILLING CORP. 7733 Hooper Road TR 13333-EXHIBIT 3 ORI O West Palm Beach,FL 33411 COST PROPOSAL NO.: 006 PROJECT NAME: WTP Wells 10,11,12,and 13 Upgrades LOCATION: Tamarac,FL DATE: July 24,2019 OWNER: City of Tamarac DRAWING NO.: ENGINEER: EcklerEngneerirg SPEC.SECTION: REFERENCE: TIME&MATERIAL: REQUEST FOR PROPOSAL: X DESCRIPTION:provide too mounted fence posts at Wells 10.11.12.and 13 oer Owner's request PRICING INFORMATION SKILLITRADE MAN-HOURS RATE COST 1. DIRECT LABOR Welder MH $ 95.00 $ - 1.A GENERAL LABOR: Unskilled MH $ 45.00 $ Skilled MH $ 50.00 $ - Operator MH $ 60.00 $ - 1.B FIELD ENGINEERING: Foreman MH $ 70.00 5 - Superintendent MH $ 100.00 5 - Project Engineer MH $ 100.00 $ - Project Manager 2 MH E 140.00 $ 280.00 Vice President MH $ 160.00 $ - 1.0 DAILY GENERAL CONDITIONS Time Increase DAYS $ - $ - i P cA - 4: E; # .tir; SUBTOTAL(1) $ 280.00 OVER frEA B Wf1 f lT ai l frt #F ' 10% $ 28.00 lgtii^yh4 akifi ,r t C °t i i N) "`ri TOTAL(1) $ 308.00 2. MATERIALS AND EQUIPMENT DESCRIPTION 1 WEEKS I UNIT PRICE I COST - 2.A EQUIPMENT: $ S $ 5 - 5 - E $ $ E - 2.B MATERIAL MATERIAL UNITS NOTED $ - $ - 5 $ $ $ $ - $ - S - $ $ $ - $ $ $ E y Y, SUBTOTAL(2) $ - y �` t ki i:. .QtIRTNII�')1 fi t a I E j 2.0 DIRECT COSTS: SALESTAX j F r 9 ,S{ I P r 7% $ OVERHEAD¢PROFIT�k s y ' x,lk _ 10% $ -- F...::ry;� t. 4r.,r:.1 . Rr � 'Yip r .wl TOTAL(2) $ 3. SUBCONTRACTORS DESCRIPTION OF WORK I COST Tropic Fence Provide top mounted fence posts $ 789.00 .,t f _ - p i< SUBTOTAL(3) $ 789.00 OVERHEADS PROFIT C r r fi' 10% $ 78.90 f 878.90 qri nl a px r 1 e� _W f TOTAL(3) i i ii •tF i TOTAL(1)+(2)+(3) $ 1,175.90 Bonds&insurance $ yr - - - 2.0% $ 23.52 P@rrgitsr J __i `E ' r S - .r.. _ GRAND TOTAL E 1,199.42 By: By: By: Engineer(Authorized Signature) Owner(Authorized Signature) Florida Design Drilling Corp. Date: Date: Date: I TR 13333-EXHIBIT 3 Tropic Fence, Inc. SALES QUOTE "The only fence company you'll ever need" 1864 NW 21st Street, Pompano Beach, FL 33069 July 23, 2019 Phone 954 978 1250 Fax 954 960 1432 PAGE: 1 OF 2 tropicfence®belIsouth.net TO: FL DRILLING FOR: CITY OF TAMARAC NICK WELLS 10,11,12 813. [Street Address] BID DATE:JULY 23, 2019 [City, ST ZIP Code] 561-222-6823 nick®fldrilling.com CHAIN LINK MATERIAL SPECIFICATIONS ___ STYLE TOTAL HEIGHT FABRIC HEIGHT FABRIC TYPE GAUGE MESH SELVAGE B/W TYPE TOP RAIL LINE POST O.D. SPACED 0.C. END POST O.D. CORNER POST O.D. WALK GATE POST 0.D. DRIVE GATE POST O.D. GATE FRAMES: SGL O.D. GATE FRAMES: DBL 0.D. FRAME COATING CONCRETE FOOTINGS LINE POSTS TERMINAL POSTS GATE POSTS MATERIAL LIST FURNISH & INSTALL: 32-y"x5"x7" HOT DIP GALVANIZED STEEL PLATES WITH 3/4" RADIUS CORNERS& (4)3/4" HOLES, FOR TOP MOUNTED POSTS. TOTAL$789.00 EXCLUDES PERMIT COST, PROCESSING FEES, ENGINEER DRAWINGS AND CALCULATIONS, IF NEEDED. NOTES Et QUALIFICATIONS; SEE PAGE 2 OF 2 ADDENDUM—OF_SEEN. DUE TO THE IMPENDING TARRIFS, PRICING CAN BE HELD FOR ONLY 15 DAYS Tropic Fence, Inc. hereby proposes to furnish all labor, trucks, concrete, equipment and insurance necessary to install the above described materials as per ground plan herewith. Quotation is subject to the attached applicable Terms Et Conditions located on page 2 of 2.Title to the above property shall remain In the name of Tropic Fence, Inc. until payment in full is received. In the event the money due or any portion has to be collected on demand by an Attorney or by lawsuit, the purchaser agrees to pay all costs of collection including interest at the highest legal rate and a reasonable attorney's fee. This is a retain title contract. QUOTATION PREPARED BY: HENRY OROZCO ACCEPTED: TROPIC FENCE, INC 954-978 1250 BY: TITLE: ESTIMATOR TITLE: DATE: JULY 23, 2019 DATE: THANK YOU FOR YOUR BUSINESS! TROPIC FENCE IS A STATE CERTIFIED MINORITY a BROWARD COUNTY CERTIFIED CBE COMPANY TR 13333-EXHIBIT 3 TERMS Et CONDITIONS July 23, 2019 PAGE: 2 OF 2 1. LEAD TIMES;TROPIC FENCE WILL PROCEED WITHIN 2-3 WEEKS AFTER RECEIPT OF A NOTICE TO COMMENCE WORK, APPROVED SHOP DRAWINGS AND PERMITS ARE OBTAINED. PLEASE ALLOW 2-3 WEEKS FOR PREPARATION OF SHOP DRAWINGS AND DESIGN CALCULATIONS AFTER RECEIPT OF PURCHASE ORDER OR EXECUTED SUBCONTRACT AGREEMENT. PLEASE ALLOW 2 WEEKS FOR REVISIONS TO SHOP DRAWINGS FOR RE-SUBMITTAL. MANUFACTURING LEAD TIMES ARE SUBJECT TO CHANGE DUE TO WORKLOAD AT TIME OF PRODUCTION. 2. PRICES ARE GOOD FOR 15 DAYS FROM THE DATE OF THE PROPOSAL 3. MATERIALS WILL NOT BE ORDERED UNTIL THE PERMIT IS OBTAINED 4. GC TO LOCATE AND MARK BOTH NEW AND EXISTING UTILITY&IRRIGATION LINES THAT ARE NOT THE RESPONSIBILITY OF UNCLE AND/OR SUNSHINE LOCATORS.TROPIC FENCE WILL NOT ASSUME RESPONSIBILITY FOR ANY AND ALL DAMAGE TO UNDERGROUND LINES,PIPES,WIRE, ETC.THAT ARE NOT CLEARLY MARKED. 5. GC TO ESTABLISH LAYOUT POINTS,CLEAR FENCE LINES,AND FINISH GRADE FOR FENCE LINES PRIOR TO INSTALLATION. 6. TROPIC FENCE IS TO BE PAID FOR ANY REPAIRS/REPLACEMENTS DUE TO THIRD PARTY DAMAGE. 7. CONTRACTOR TO PROVIDE SCHEDULE UPON EXECUTION OF SUBCONTRACT AGREEMENT. 8. WHERE THE DELIVERY OF SPECIAL ORDER MATERIALS IS DELAYED THROUGH NO FAULT OF TROPIC FENCE,THE CONTRACTOR SHALL NOT HOLD TROPIC FENCE LIABLE FOR COSTS ASSOCIATED WITH SUCH DELAY. 9. PRICE PREDICATED ON MOBILIZING TWICE FOR ALL REQUIRED WORK, FENCE INSTALLATION PRIOR TO LANDSCAPE AND SPRINKLER INSTALLATION,AND THE AVAILABILITY OF READY MIXED CONCRETE 10. IF BONDS ARE REQUIRED,ALL COSTS AND PROCESSING FEES FOR THE BONDS WILL BE REIMBURSED TO TROPIC FENCE,INC.AT THE RATE OF 2.5%OF THE TOTAL JOB INCLUDING CHANGE ORDERS 11. IF ENGINEERED DRAWINGS AND CALCULATIONS ARE NECESSARY,ALL COSTS AND PROCESSING FEES WILL BE REIMBURSED TO TROPIC FENCE,INC. 12. IF A PERMIT IS REQUIRED,ALL COSTS OF THE PERMIT AND PROCESSING FEES TO OBTAIN THE PERMIT WILL BE REIMBURSED TO TROPIC FENCE,INC. 13. EXCLUSIONS: ELECTRIC GROUNDS,SURVEYS,TEMPORARY FENCING AND FENCE REMOVAL ARE EXCLUDED EXCEPT WHEN SPECIFICALLY STATED DIFFERENTLY ON THE PROPOSAL. 14. SPECIAL ORDER OF SHOP FABRICATED ORDERS ARE TO BE PRODUCED AS A SINGLE RELEASE. IF REQUIRED, PARTIAL RELEASES OR DEDICATED SHIPMENTS CAN BE INCLUDED FOR AN ADDITIONAL COST. 15. NO RETAINAGE WILL BE HELD ON CONTRACT AMOUNTS$10,000.00 OR LESS. 16. TROPIC FENCE INC SHALL HAVE NO DEALINGS WITH ANY PARTY OTHER THAN GENERAL CONTRACTOR IN REGARD TO PERFORMANCE, CHANGES,ADDITIONS OR OMISSIONS ASSOCIATED WITH THIS WORK. THE SUBCONTRACT CANNOT BE CHANGED EXCEPT BY A PROPERLY EXECUTED WRITTEN CHANGE ORDER. NO WORK SHALL BE COMMENCED BY TROPIC FENCE IN CONNECTONS WITH ANY CHANGES OR ADDITIONS TO THE WORK OR CHANGES IN THE CONTRACT REQUIREMENTS UNTIL TROPIC FENCE INC RECEIVES A WRITTEN ORDER FROM THE UNDERSIGNED OFFICER OR HIS SUCCESSOR OF THE GENERAL CONTRACTOR.UPON SUCH ORDER,TROPIC FENCE INC SHALL PERFORM THE EXTRA WORK, MAKE SUBSTITUTIONS IN THE WORK,OR DELETE SUCH WORK AS THE GENERAL CONTRACTOR MAY DIRECT. IN NO EVENT SHALL ANY CHANGE ORDER EXCEED THE PROPORTIONATE ADJUSTMENT MADE TO THE GENERAL CONTRACT BY THE OWNER,AND THE WRITTEN ORDER COVERING THE CHANGE SHALL STATE THE SPECIFIC AMOUNTS TO BE ADDED OR DEDUCTED FROM THE SUBCONTRACT. 17. SUBMITTAL DRAWINGS: INCLUDED IN THIS QUOTATION IS ONE SET OF DRAWINGS IN PORTABLE DOCUMENT FORM (PDF) FOR APPROVAL. IF DESIGN OR SIZE CHANGES DICTATE ADDITIONAL SUBMITTALS ARE REQUIRED, ADDITIONAL CHARGES MAY BE ASSESSED TO THE PROJECT. SIGNATURE DATE TR 13333-EXHIBIT 3 Fee: -". ..` N Lo W CITY OF TAMARAC * CASH RECEIPTS * *** CUSTOMER RECEIPT *** r— rcellD: Oper: HANAD TYpe: BD Dra160792 Date: 6/06/19 01 Receipt no Year Number Amount 2019 1888 !dress: 7511 NW1 ST TAMARAC, FL 33321 BP BUILDING PERMITS 8170 .40 FLORIDA DESIGN DRILLING 2019 1889 Date: 6300 BLOCK LANDINGS WAY TAMARAC , FL 3 PERMITS BP BUILDING $1514 . 15 /_ FLORIDA DESIGN DRILLING 2019 1266 ►ner: 7508 NW 61 ST TAMARAC , FL 33321 -6043 BP BUILDING PERMITS $7768 . 41 epl n #: FLORIDA DESIGN DRILLING Tender detail �1 4., CK CHECK PAYMEN 7036 $17452 . 96 Total tendered 17452 . 96 °' } Total payment 17452 . 96 ���, t4' k�'z r,:'°' 1�� mi y �{t. tt' t 111 pe: 4 x l _{ Trans date : 6/06/19 Time : 16 : 12 : 41 THANK YOU FOR YOUR PROMPT PAYMENT il.? TR 13333-EXHIBIT 3 FLORIDA DRILLING August 5,2019 To: Earl Henry,P.E. City of Tamarac Public Services Department 6011 Nob Hill Road,2nd Floor Tamarac,FL 33321 Project:City of Tamarac Subject:Well 11 Open Hole Obstruction Mr.Henry, Florida Design Drilling Corporation(FDD)performs an initial video survey as standard operating procedure for well rehabilitation. During the initial video survey at Well 11,an obstruction was observed in the nominal 12"diameter open hole interval. It appears to be an old 8"stinger or riser pipe. The obstruction does not completely block the borehole however it may reduce the effectiveness of the well rehabilitation effort. Therefore,FDD recommends the obstruction be removed. Based on the video survey it appears we can remove the obstruction using a 2-man crew for 6 hours which includes tool fabrication and removal of the pipe. Per standing rehabilitation contracts we have with other municipalities the cost is$250/hr x 6 hrs for$1,500 total. City of Tamarac Well 11 Cost Proposal for Removal of Borehole Obstruction Item Description Unit Unit Price Quantity Total Cost No. 1 2-Man Crew (Obstruction HR $ 250.00 6 $ 1,500.00 Removal) Total Cost $ 1,500.00 Sincerely, Mike Black Vice President Florida Drilling 561.371.9985 /mike@fldrilling.com 7733 Hooper Road,West Palm Beach,FL 33411 www.FLDrilling.com Phone:561-844-2966 Fax:561-844-2967 State of Florida Water Well Contractor#11148 State of Florida Certified General Contractor CGC1522I04 ii-c 13033-EXi BIT3 FLLOFlIDA FLORIDA DESIGN DRILLING CORP. Dq,. , ._,w Palm Beach, RoFL d �+}, 13 West Palm Beach,FL 33411 COST PROPOSAL NO.: 008 PROJECT NAME: WTP Welts 10,11,12,and 13 Upgrades LOCATION: Tamarac,FL DATE: August 9,2019 OWNER: City of Tamarac DRAWING NO.: ENGINEER: Eckler Engineering SPEC.SECTION: REFERENCE: TIME&MATERIAL: REQUEST FOR PROPOSAL: X DESCRIPTION:Install 16"x 8"MJ tee on existino raw water main connections to Wells 12 and 13 due to unforeseen conditions with existing Lacuna alignment. Visual jest of connections to existino raw water main are included. Pressure test of existing raw water main is not included. Disinfection oldie existing raw wafer main is not included. Disinfection of new piaino componets via"sorer method is Included.Owner will need to isolate existing raw water main for this work to be completed. PRICING INFORMATION SKILL/TRADE MAN-HOURS RATE COST 1. DIRECT LABOR Welder MH $ 95.00 $ - 1.A GENERAL LABOR: Unskilled 24 MH $ 45.00 $ 1,080.00 Skilled 24 MH $ 50.00 $ 1,200.00 Operator 24 MN $ 60.00 $ 1,440.00 1.B FIELD ENGINEERING: Foreman MH $ 70.00 $ - Superintendent 24 MH $ 100.00 $ 2,400.00 Project Engineer MH $ 100.00 $ - Project Manager 8 MH $ 140.00 $ 1,120.00 Vice President MH S 160.00 $ - 1.0 DAILY GENERAL CONDITIONS Time Increase DAYS $ - $ - 7.:! '''.21KOlir 4 S trk ti i=pka- rr 1 p SUBTOTAL(1) $ 7,240.00 OVE EAD&PROFIT - € .,c' ,- 10% $ 724.00 .41ftI5'' .'�,�'�c"'tiabiEr`tth,.wr.e:a, TOTAL(1) $ 7,964.00 2. MATERIALS AND EQUIPMENT DESCRIPTION I WEEKS i UNIT PRICE I COST 2.A EQUIPMENT: 308 Excavator 1 WK $1,806.24 $ 1,806.24 4"Pump 1 WK $530.00 $ 530.00 Equipment Delivery 4 EA 6159.00 $ 636.00 $ - $ - _ $ - $ - 2.B MATERIAL MATERIAL UNITS NOTED See attached Ferguson quote 1 LS $5,584.89 $ 5,584.89 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - i `•i r t v - SUBTOTAL(2) $ 8,557.13 SURTAX - -:= 2.0 DIRECT COSTS: SALE 'TAXI l 'c -� e' $ - VgERHEAD� PRQFTF l _a r.- 10% $ 855.71 ,, '�gf: fi �. P _4 . . - TOTAL(2) $ 9,412.84 3.SUBCONTRACTORS DESCRIPTION OF WORK I COST i 1-:: rn r 4 .' aFr,.'1 '. SUBTOTAL(3) $ - OVERHEAD&PROF(T'r 1 - } 5 r c:4 10% $ - 5 4* 4 i i�z i .h4 - r r,. TOTAL(3) $ - ,r t � _ t 1 €t _ TOTAL(1)+(2)+(3) $ 17,376.84 Bonds 8 Insurance _ _ _ - 2.0% $ 347.54 PertnI)a _t r n� i J: r i. r -..i 1 i $ - . 17,724.38 By: By: By: Engineer(Authorized Signature) Owner(Authorized Signature) Florida Design Drilling Corp. Date: Date: Dale: TR 13333-EXHIBIT 3 KELLY TRACTOR CT� 5300 Okechobee Blvd West PalmBeach FL 33417 Phone:561-346-8319 QUOTATION Date: 6/24/2019 Company: Florida Design Drilling Customer Account No.: 1412551 Contact: Nick Phone No: Fax No: Rental Agreement: Quantity: 1 Equipment: Caterpillar Duration: Model: 308 Mini Hydraulic Excavator Daily weekly Monthly Rental Amount: $ 600.00 $ 1,700.00 $ 3,150.00 Envirnmental Fee: $ 4.00 $ 4.00 $ 4.00 Sub-Total: $ 604.00 $ 1,704.00 $ 3,154.00 Delivery and Pick up Fee: $ 300.00 $ 300.00 $ 300.00 Fire,Theft,Vandalism-Insurance $ - $ - $ Plus 6.0%Sales Tax $ 36.24 $ 102.24 $ 189.24 Approximate Total: $ 940.24 $ 2,106.24 $ 3,643.24 Indigent Care Tax(Dade Co) **CUSTOMER MUST PROVIDE INSURANCE CERTIFICATE IF RENTAL IS COVERED UNDER CUSTOMERS POLICY.** **REFUELING CHARGES ARE$7.00 PER GALLON** **THIS IS NOT AN INVOICE** **PLEASE CALL TO CONFIRM AVAILABILTY AND RESERVE ORDER** **RENTING EQUIPMENT IS BASED ON CREDIT APPROVAL** **IF NOT INTERNALLY TRANSPORTED-TRANSPORTATION IS BILLED AT COST FROM AN OUTSIDE HAULER** **QUOTE IS CREATED AS IF INTERNALLY TRANSPORTED BY KELLY TRACTOR COMPANY** **QUOTATION IS VALID FOR 30 DAYS** Thank you for your business, Matt Jankowski Kelly Tractor West Palm Beach UED Rental Coordinator TR 13333-EXHIBIT 3 MW' Dana Conrad Dewatering PUMPS Date 06/24/19 Customer Florida Drilling Contact Nick 7733 Hooper Road Phone 561-222-6823 West Palm Beach,Fl 33411 Email nick@fldrlliinR.com Project Tamarac Wells 7508 NW 21th Street Term WEEK Tamarac,Fl Qty Item Day Week Month WEEK 1 4"Primerite Centrifical Trash Pump $143.89 $431.67 $1,295.00 $431.67 DISCHARGE $-00 $-00 $-00 $-00 1 4"x 20'Rigid hose $10.56 $31.67 $95.00 $31.67 1 4"x 50'Layflat discharge hose $10.56 $31.67 $95.00 $31.67 4 Week Rental $495.00 Services Item Price Total 1 Delivery(per truck) $150.00 $150.00 1 collection(per Truck) $150.00 $150.00 Services Total $300.00 Subtotal $795.00 Env.Fee $4.95 Estimated Tax $48.00 Estimated Total' $847.95 'This Is an estimate.Actual site conditions can vary which may effect the final pricing. Customer Responsibilities: Point of discharge. Fueling,unless otherwise noted by contractor. Power source,materials and labor fur electric units. Heavy equipment for loading,unloading,set up and tear down of equipment(U.O.N) Discharge Permit and fees. Monitoring of Dewatering Equipment Ballast Rock fur turbidity control and stability if needed. Cleaning of sediment tank/3 208 NW 1st Street Deerfield Beach,FL 33441 Phone:(954)427-2206 Fax:(954)426-2009 9SFERGUSON° FEL-POMPANO BEACH WW#125 Deliver To: TR 13333 EXHIBIT 3 1950 NW 18TH STREET From: Gary Morgan WATERWORKS POMPANO BEACH,FL 33069-1394 Comments: Phone:954-973-8100 Fax:954-917-3134 12:05:45 JUL 31 2019 Page 1 of 1 FEL-POMPANO BEACH, FLVWV#125 Price Quotation Phone: 954-973-8100 Fax:954-917-3134 Bid No: B411443 Cust Phone: 561-844-2966 Bid Date: 07/31/19 Terms: NET 10TH PROX Quoted By: GM Customer: FLORIDA DESIGN DRILLING COR Ship To: FLORIDA DESIGN DRILLING COR #18214 TAMARAC WELLS 7508 NW 61ST STREET 7733 HOOPER ROAD WEST PALM BEACH, FL 33411 #18214 TAMARAC WELLS TAMARAC, FL 33321 Cust PO#: 18214 Job Name: 18214 TAMARAC WELLS Item Description Quantity Net Price UM Total AFT250P16 16 CL250 CL DI FASTITE PIPE 20 53.900 FT 1078.00 MJTLA16X 16X8 MJ C153 TEE UA 2 580.800 EA 1161.60 MJLSLA16 16X15 MJ C153 LONG SLV UA 2 402.600 EA 805.20 SSLDE16 16 DI MJ WDG REST GLND'ONELOK 8 181.000 EA 1448.00 IMJBGP16 16 MJ C153 BLT GSKT PK U GLAND 8 73.200 EA 585.60 SSLDE8AP 8 DI WDG REST*ONELOK W/A 2 71.600 EA 143.20 Net Total: $5221.60 Tax: $363.29 Freight: $0.00 Total: $5584.89 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE.QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBEIWBE/SMALL BUSINESS REQUIREMENTS. Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING:It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption.Products with*NP in the description are NOT lead free and can only be installed in non-potable applications.Buyer is solely responsible for product selection. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! '47 Scan the QR code or use the link below to r' complete a survey about your bids: p °= https://survey.medallia.comf?bidsorder&fc=125&on=58779 IF( 13333-LAn(9lT3 FLORA FLORIDA DE lSIGNRL C DRI Pa HooperDIL FLad West Palm Beach,FL 3341ING1 ORP. COST PROPOSAL NO.: 001 PROJECT NAME: WTP Wells 10,11,12,and 13 Upgrades LOCATION: Tamarac,FL DATE: M 8, OWNER: City of Tamarac DRAWING NO.: ENGINEER: EcklerEngineering SPEC.SECTION: REFERENCE: TIME&MATERIAL: REQUEST FOR PROPOSAL X DESCRIPTION:Install conduits from Electrical Service Compound to Wells 12,13,and interecepfion print of I%U 14 conduit via directional drill. PRICING INFORMATION SKILL/TRADE MAN-HOURS RATE COST 1. DIRECT LABOR Welder MN $ 95.00 $ 1.A GENERAL LABOR: Unskilled MH $ 45.00 $ Skilled MN $ 50.00 $ - Operator MH $ 60.00 $ - 1.8 FIELD ENGINEERING: Foreman MH $ 70.00 $ - Superntendent MH - $ 100.00 $ Project Engineer MH $ 100.00 $ - Project Manager 4 MH $ 140.00 $ 560.00 Vice President MH $ 160.00 $ - 1.0 DAILY GENERAL CONDITIONS Time Increase DAYS $ 550.00 $ - � e 4 SUBTOTAL(1) $ 560.00 OVEI;HEADP�LiOFlir� )r .zx r�� r $ - �.;I- TOTAL(1) $ 560.00 2. MATERIALS AND EQUIPMENT DESCRIPTION WEEKS UNIT PRICE COST 2.A EQUIPMENT: $ - $ $ - $ _ $ $ - $ $ 2.8 MATERIAL MATERIAL UNITS NOTED $ $ $ $ - $ $ $ - $ $ - $ $ $ $ $ $ $ $ -_! SUBTOTAL(2) $ - SURT(X 4 -r 2.0 DIRECT COSTS: SALF�S TAX :5; $ - OVEIHEAD&PROFIT__ $ - vI _ v _- TOTAL(2) $ - 3. SUBCONTRACTORS DESCRIPTION OF WORK 1 COST Love/and Electric Directional Drilling Conduits to Wells 12,103E, 3,and 14 $ (5,100.00) Asphalt Repair $ (1,500.00) MOT $ (1,500.00) Sal • $ (1,500.00) t r. F• SUBTOTAL(3) $ (9,600.00) OVER�IEAID&T'RO'IT ± ' $ d t + t k - i d -r e �.} t:V rr �, TOTAL(3) $ (9,600.00) 7 �i i - _ TOTAL(1)+(2)+(3) $ (6,040.00) Bonds&)nsurahca b $ - Permlte �' yl '� �- I: i ? 7 $ ? "" `.., a ,,,;4,,;,„:;. .:. GRAND TOTAL $ (9,040.00) By By' By' Engineer(Authorized Signature) Owner(Authorized Signature) Date: Florida Design Drilling Corp. Date: Date: TR 13333-EXHIBIT 3 Electric 1344 S.Killian Dr. Lake Park,FL 33403 561-882-0401 Fax 561-882-0555 TO: Florida Drilling DATE: 3/5/2019 NO: 1 JOB: Tamarac Wells JOB NO: 18-034 ATTN: Nick Martin We have received and reviewed your proposed change request Pertaining to Incorporate directional drill method between Service and Wells 12, 13, 14, 15 We propose to furnish all material, labor and supervision for the execution of the electrical work covered by this change for the lump sum of: ($5,100.00) In order to incorporate this change, we estimate that we will require additional time for completion and have based our proposal upon receiving calendar days extension. This proposal is firm for acceptance within 15 days. We cannot proceed with the work covered by this proposed change until we receive written approval, which must be within the above time limit to prevent additional costs. Exceptions taken are: Feeds to Wells 10 & 11 are per contract drawings. If directional drill method is desired for these wells, an additional deduct of-$8,100.00 would apply This proposal is based solely on the usual cost elements such as labor, material and normal markups and does not include any amount for additional changes in the sequence of work, delays, disruption, rescheduling, extended overhead, overtime, acceleration and/or impact costs and the right is expressly reserved to make claim for any and all of these and related items of cost prior to any final settlement of this contract. The issuance of a change order is acknowledgement and acceptance of all terms and conditions of this written proposal and may not be altered in any way unless agreed to in writing. LOVELAND ELECTRIC II, LLC David M. Loveland Vice President