HomeMy WebLinkAbout1637* Thadcon LLCMonday, August 25, 2014
-1877—
To: City Clerk
RE: Thadcon LLC PO 33779.1 US 17/92 CRA 7"' Street WM & Sewer Extension
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
F-1
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
F-1
Recording
F-1
Letter of Credit
F-1
Rendering
F-1
Maintenance Bond
Z
Safe keeping (Vault)
F-1
Ordinance
F-1
Deputy City Manager
F-1
Performance Bond
F-1
Payment Bond
F-1
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
Once completed, please:
Z Return originals to Purchasing
❑ Return copies
El
Special Instructions:
Mown 40 ord,&��, d-�K Iq
From Date
T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc
141i
4
C.L.
Ll �1
r�,!
CD
C-C
DATE: 01/28/14
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 11629
TO:
THADCON, LLC
503 NORTH STREET
DAYTONA BEACH, FL
gwfu
�.�
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
PO NUMBER 033779
CHANGE #: 1
DATE CHG: 08 /12/14
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
300 N. PARK AVENUE
32114 SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/14
NET /30
ACCOUNT NO.: SEE BELOW PROJECT NO.:
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
�:F:F *irt *k *Yc *kir k�c * *�cic�c7Y * * * *ir * *ttk * * **
* CHANGE ORDER
1
US 17 -92 CRA 7TH STREET WM AND
113801.97
NA
1.00
113801.97
SEWER EXTENSION
2
CPH JOB NO. 506106.02
113801.98
NA
1.00
113801.98
IFB 12/13 -22
3
REF PO 33779 FOR US 17 -92 CRA
2091.06
NA
1.00
2091.06
QUANTITIES FOR THE AMOUNT OF
$4,260.95 (ITEM NO.1)
(ITEM NO. 2) UNFORSEEN CONCRETE
REMOVAL & DISPOSAL
AT THE JACK & BORE IN THE AMOUNT
OF $6,352.01
INCREASING THE PO FOR THE AMOUNT
OF $2,091.06 TO
INCREASE BOTH ITEMS...
CHANGE ORDER NO. 1 ATTACHED IFB
12/13 -22
US 17/92 CRA 7TH WATER & SEWER
INCREASE PO 33779
SUB
TOTAL
229695.01
TOTAL
229695.01
a
APPROVED BY: L :_CL�'C"
PURCHASING AGENT
APPROVED BY:
CITY MAN ER
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: /NMW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASErrERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 01/28/14
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
T 1 D • ' f1,10.: 1162•
•
THADCON, LLC
503 NORTH STREET
DAYTONA BEACH, FL
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
PO NUMBER 033779
CHANGE #: 1
DATE CHG: 08/12/14
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
300 N. PARK AVENUE
32114 SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/14
ACCOUNT NO.: PROJECT NO.:
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
UNIT OF
ITEM NO.
DESCRIPTION
QUANTITY
ISSUE
UNIT COST
EXTENDED COST
*
* CHANGE ORDER
*
--------------------------- - -----------------------------------------
REQ/ACCT DATE REQ. BY
PR
JECT
AMOUNT
---------------------------- - - - - --
000063968 10/08/13 PAUL MOORE
----- - - - - --
- - - --
WS
- - - - - --
001 113801.97
-- - - - - --
5245305366300
000063968 10/08/13 PAUL MOORE
WS
001 113801.98
5245405366300
000064367 07/31/14 PAUL MOORE
WS
001
2091.06
5245405366300
---------------------------- - - - - --
----- - - - - --
- - - --
- - - - - --
-- - - - - --
APPROVED BY:
PURCHASING AGENT
APPROVED BY:
CITY MANAGER
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASEITERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
Change Order No.
Project Name:
SECTION 00950
CHANGE ORDER FORM
1 (Final
US 17 -92 CRA W. Ph St. Water Main and Sewer Line Extension
Bid No.: (IFB 12/13 -22
Owner: City of Sanford
Contractor: ThadCon, LLC
Agreement Date: January 14, 2014
This Change Order is necessary to cover changes in the work to be performed under
this Agreement. The Agreement, General Conditions, Supplementary Conditions, and
Technical Specifications contained in the Project Manual apply to and govern all work
under this Change Order.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
1. Original Contract Price
2. Current Contract Price (Adjusted by Previous Change Orders)
3. Total Proposed Change in Contract Price
4. New Contract Price (Item 2 + Item 3)
5. Original Contract Time
6. Current Contract Time (Adjusted by Previous Change Orders)
7. Total Proposed Change in Contract Time
8. New Contract Time (Item 6 + Item 7)
9. New Contract Substantial Completion Date
10. New Contract Final Completion Date
US 17 -92 CRA W. 7`h St. Water Main and Sewer Line Extension
00950 -1
SPECLIB042213
$ 227,603.95
$ 227,603.95
$ 2,091.06
$ 229,695.01
90 Days
90 Days
N_o Change
No � Change
No Change
_._ No Change
CHANGE ORDER FORM
CHANGES ORDERED
ITEM 1
Description of Change: Final Quantity Adjustments
Reason for Change: Quantity revisions to reflect final installed quantities
Change in Contract Price: ($4,260.95)
Change in Contract Time: 0 Days
ITEM 2
Description of Change: Unforseen Concrete Removal and Disposal at Jack and Bore
Reason for Change: Additional costs associated with a concrete spread footer located
at proposed jack and bore pit. The spread footer was removed
and disposed of during excavations of bore pit.
Change in Contract Price: $6,352.01
Change in Contract Time: 0 Days
US 17 -92 CRA W. 7th St. Water Main and Sewer Line Extension CHANGE ORDER FORM
00950 -2
SPECLIB042213
CHANGE ORDER SUMMARY
No.
Description
Changein
Changein
1
Final Quantity Adjustments
($4,260.95)
0 Days
2
Unforseen Concrete removal and disposal at Jack
and Bore
$6,352.01
0 Days
TOTAL
$2,091.06
ip–ay-s-
This Change Order constitutes full and mutual accord and satisfaction for the
adjustment of the Contract Price and Contract Time as o result of increases or decreases in
cost and time of performance caused directly and indirectly from the change. Acceptance of
this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change
Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall
waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution
of this Change Order eheU constitute C{)NTR&CTOR'g complete acceptance and satisfaction
that it is entitled to no more costs or time /direct, indirect, innpont' etc.) pursuant to this Change
Order.
US 17-92 CRA W. 7"' St. Water Main and Sewer Line Extension CHANGE ORDER FORM
O0Q5O-3
APPROVAL AND CHANGE ORDER AUTHORIZATION
ACKNOWLEDGMENTS
The aforementioned change, and work affected thereby, is subject to all provisions of the
original Agreement and specifically changed by this Change Order; and
It is expressly understood and agreed that the approval of the Change Order shall have no
effect on the original Agreement other than matters expressly provided herein.
Date
qn� 011J7
Date
k5ea|\
Contractor
� U"p. 0-11� �q' , ~
Printed Name and Title-oflDffi�Oi�J --J-
Bv(Signature
Date
orate Seal)
City of Sanford
Owner
Printed Name ancffTitle
END OFSECTION
US17-92CRAVK7m St. Water Main and Sewer Line Extension CHANGE ORDER FORM
OOQ5U-4
opscuovu,,o
CITY OF SANFORD
US 17 -92 CRA W. 7TH ST. WATER MAIN AND SEWER LINE EXTENSION
IFS 12113.22
CHANGE ORDER NO. 1 - ITEM 1
FINAL QUANTITY ADJUSTMENTS
NO.
DESCRIPTION
UNITS
CONTRACT
QUANTITY
FINAL
INSTALLED
QUANTITY
QUANTITY
ADJUSTMENT
UNIT COST
CHANGEIN
TOTAL COST
5
Slit Fence
LF
1520
70000
(820.00 )
$1.00
(820,00)
7
Fittings (Water Main)
TN
1.66
1.34
0.32
$5,700.00
1,824.00)
New Final Completion Date
8" PVC Water Main Oren Cut
LF
1392
1.454.00
62.00
$26.00
1.672.00
10
8" PE Water Main (Directlonal Drill )
L.F
135
15500
20,00
$45.00
900,00
12
8" Water M<riin (PVC) (Restrained) (Installed Ttxough Steel Cosing)
LF
207
2t0.00
3.00
517,00
51.00
13
4" Force Main PVC Restrained Intstalled Throu h Steel Casing)
LF
77
8000
3.00
$14.00
42.00
14
20" Steel Casing Jack and Bore
LF
207
210.00
3.00
$247-00
741-00
15
16" Steel Casing (Jack and Bore)
LF
77
8000
3A0
$247.00
741.00
23
Open Cut Remove and Replace Existing Concrete Driveways (6" Thick)
SY
99
77.00
(22.00)
$29.00
(638.00)
24
Open Cut Remove and Replace Existing Asphalt Pavement and Base
Streets
SY
102
107.00
5.00
$35.00
175.00
25
Open Cut Remove and Replace Existing Asphalt Pavement and Base
(Driveways)
SY
17
0.00
(17.00 )
$32.00
(544.00
26
Open Cut Remove and Replace Ex silo Dirt Road /Drivewa
SY
248
248.00
0.00
$3.50
000
27
Remove and Replace Existing Concrete Curb and Gutter
LF
40
43.00
3.00
$30.00
90,00
28
Sodding (Bahia)
SY
2341
800.00
1.541.00
$2.70
4.160.70)
29 _
Sodding St. Au ustine)
SY
167
0.00
16 .001
$3.75
626.25
Subtotal ($4,260.95)
CHANGE ORDER NO. 1 - ITEM 2
UNFORSEEN CONCRETE REMOVAL AND DISPOSAL AT JACK AND BORE
N0.
DESCRIPTION
UNITS
QUANTITY
UNIT
PRICE
TOTAL
PRICE
1
Concrete Removal and Disposal
LS
1
$6,352.01
$6.352.01
1
Final Quantity Adjustments
SUB -TOTAL
$6,352.01
CHANGE ORDER SUMMARY - CHANGE ORDER NO. 1
Total
$2,091.06 0 Days
Current Contract Price
$227,60395
ange m
nangem
New Contract Price
$229,695.01
Contract
Contract
Item No.
Description
Price
Time
1
Final Quantity Adjustments
($4,26095 )
0Days
2
Unlorseen Concrete removal and disposal at Jack and Bore
$6.352.01
0 Days
Total
$2,091.06 0 Days
Current Contract Price
$227,60395
Total Proposed Change Order Price
$2,091.06
New Contract Price
$229,695.01
Current Contract Time
90 Days
Total Proposed Time Adjustment
0 Days
New Contract Time
90 Days
NTP Date
2/24/2014
Original Contract Time
90 Days
Original Substantial Completion Date
5/2512014
Added Contract Time
0 Days
New Substantial Completion Date
5/25/2014
Time From Substantial Completion to Final Completion
30 Days
New Final Completion Date
6/2412014
7 -24 -2014
ATIN: Rocco Nasso, P.E.
CPH Engineering, Inc.
500 West Fulton Street
Sanford, FL 32771
RE: City of Sanford /US 17- 92CRAW.7thStreet Water Main& Sewer Line Extension -IFB 12/13 -12
Additional costs associated with unforeseen concrete spread footer slab/ tracks @ jack &, bore pit location:
Below is recap/ breakdown, along with our typical "Blue Sheet ",ofthe additional labor & equipment associated with
the removal I of the unforeseen concrete spread footers /tracks in relation to the Jack & bore pit location, the hours
below also reflect amount of time spent using the Cat 236 Skid Steer in the beginning. After our field meeting on 4 -29 -14
with the City we all determined that the machine that we were trying wasn't adequate forth size of the footers also
the lengths and amounts are based on the size we discussed in the field 90' not the 120'.
Labor:
• DewayneOsteen /Superintendent =4hrs,
David Staub / Foreman = 9 hrs.
Reggie Graves /Operator= 121hrs.
Bobby Copeland / Skilled Labor= 12 hrs.
Kyle Eastburn /Skilled Labor= 12 hrs.
(See attached blue sheet/ SA #'I)
Equipment:
• Kobelco 135 Excavator = 3 hrs.-, Used to excavate and remove demo debris)
a Link belt Excavator = 2 hrs.(Began the excavation/ mobilized larger excavator)
Volvo Wheel Loader L 70 = 3 hrs, (Stockpiled demo material /load dump truck)
Dump Truck = 6 hrs.(Hauled demo debris /stone off project)
Dump/Transport Truck = 4 hrs. (Used to bring Skid Steer from Daytona to Sanford/ return)
Dump Truck = 3.5 hrs.(Hauling of embankment to replace stone 7 loads 2 per hour =3,5 hours)
Cat 236 Skid Steer = 4 firs, (Used the first day/ inadequate size)
Pickup trucks = 12 hrs.
Rental Equipment = Excavator & Hoe Ram Acc = lday = See attached invoice from Neff Rental
(See attached blue sheet /SA #1)
Total additional unforeseen costs= $6,352.01
If you have any quenbona, or need any additional informodon, please feel free to contact me@ 385-547-7152
Respectfully Submitted,
'
DewayneOateen
ACCEPTED BY:
DATE ACCEPTED,
SA #1
ThadCon
LLC.
Cost Breakdown for Additional
Work to Install
,lack & Bores
Sanford
Description
Quantity
Unit
Unit Price
Labor
Materials
Equipment Subcontractor
Supo,inlenaant
4
HR
$4500
5100.00
Foramen
0
MR
$2900
$26100
Uperclor
12
HR
$7350
$102 W
S1t111a4
24
HR
$1375
$330.00
Unskilled
HR
$1D So
$D,Do
Equipment
Kobelco 135
3
HR
$19057
link Bch Exccvntar
2
MR
$s5'9
590.10
- 7,11v ^I Lcndrr t. 7l�
3
HR
$6007
5100.21
Dump Tm,.k
6
HR
309.40
350DA0
Dump trrmspon TN:k
4
HR
S0340
$33310
Dump Truck Heu1mg W Embank.
3.5
HR
$D3.40
5291,0o
Ce12369tfd Steer
4
HR
53360
$134.40
Ritkup Tf..k
12
HR
515 26
3103.36
Maleliai
Ertihanckm,.O J FM
7
L02d1
$O fXt
W 00
Su1b,- 1t=uuc
SY
$0'00
C -ctola Sub
SC 00
Densily
Pump Grout Pumper
LS
L5
$0,00
Sub Tctals
203100
$0.07
$1.404.62
V.00
0urder.
5700%
Sala. Tax
5:31¢7
66a
1.1"1.1
$1,46461
16.00
37,90-062
5000
M.ftp
15.00%
15.nT4
150014
00014
SuNOW
5210.72
$0,00
1206.72
SOW
SubTtdoi
51,064.53
20,La
52,19058
5000
$3,875.07
Uono
$53.20
ReM3l Equlpmeni -Haa Rent- Allwlmd
7
LS
$2,476.06
$2.47694
Total
$ 6,352.01