Loading...
1534 L7 Construction, Inc. Pinecrest Lift Station II1 0 , 11 .1 Thursday, February 21, 2013 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM TO: City Clerk RE L7 Construction Inc PO 33299 Change Order No. 1 Executed Increase of $8,39.65 IFB i 1112 -14 Pinecrest Lift Station II The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ ® Rendering Safe keeping &�— �M aintenance Bond (Vault) ❑ Ordinance ❑ Deputy City Mana g er 1�2�:� �� ❑ Performance Bond ❑ Payment Bond F� \ �-- ❑ Resolution ❑ City Manager Signature a ❑ ❑ City Clerk Attest /Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies Special Instructions: MarisolOrdoiiez Fr m Date T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SUB TOTAL 119919.95 TOTAL 119919.95 ------------------------ ---- - - - - -- EQ /ACCT DATE REQ. BY ----- - - - - -- - - - -- PROJECT - - - -- - - - - - -- - - - - - -- -- - - - - -- AMOUNT -- - - - - -- ----------------------------------------------- 000063333 08/15/12 RICHIE CAS LLA .00 5245295366400 3333 09/17/12 RYAN /JESSI A WW 714 2200.00 5245295366300 3333 12/06/12 RYAN OSSOW KI WW 201 1(9680.00 5245295366300 000063645 02/13/13 RICHIE CAS LLA/ R BLAKE 8039.95 5245295366400 ---------------------------- - - - - -- ----- - - - - -- - - - -- - - - - - -- -- - - - - -- APPROVED BY: I i APPROVED BY: PURC G A ENT 4 ITY MANAGE J ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 1 DEMOLITION .00 .00 .00 -------------------------------------------------------------- ---------------- - - - - -- SHIP ----- - - - - -- ING INSTRUC - - - -- IONS - - - - - -- ** ------ - - - - -- 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 2 ----------------------------------- SUIT BUILDING DEMO .00 -------------------------- .00 .00 --------------------------------------------------------------- ---------------- - - - - -- SHIP ----- - - - - -- ING INSTRUCTIONS - - - -- - - - - - -- ** ------ - - - - -- 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 3 --------------------------------------------------------------- INSTALL NEW LS WELL AND PUMPS .00 .00 .00 ---- ------------- - - - - -- SHIP ----- - - - - -- ING INSTRUCTIONS -------------------------- ** APPROVED BY: PURCHASING AGENT PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C -8 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 /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: PURCHASE ORDER PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ------------- ---- - - - - -- SHIP ----- - - - - -- ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 4 ----------------------------------------- ---------------- - - - - -- INSTALL ELECTRICAL FEED AND ----- - - - - -- .00 - - - -- -------------------- .00 .00 PANELS FOR SCADA ----------------------------------- SHIPI ING INSTRUCTIONS -------------------------- ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 5 -------------------------------------------------- ---------------- - - - - -- INSTALL NEW GENERATOR, PAD AND ----- - - - - -- .00 - - - -- - - - - - -- .00 ------ - - - - -- .00 MOTOR CONNECT ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 ----------------- - - - - -- ----- - - - - -- - - - -- - - - - - -- ------ - - - - -- APPROVED BY: PURCHASING AGENT SHIP TO: CITY OF SANFORD 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 /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 6 LANDSCAPING .00 .00 .00 ------------- ---- - - - - -- SHIP ----- - - - - -- ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 7 --------------------------------------------------------------- FENCE AND GATE INSTALL .00 .00 .00 -------------------------------------------------------------- ---------------- - - - - -- SHIP ----- - - - - -- ING INSTRUCTIONS - - - -- - - - - - -- ** ------ - - - - -- 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 8 -------------------------------------------------- ---------------- - - - - -- SEE LINE ITEM NO. 1 & 2 FOR FOR ----- - - - - -- 2200.00 - - - -- NA - - - - - -- 1.00 ------ - - - - -- 2200.00 DETAILS ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 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 /PURCHASE[TERMS.HTML . COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09 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 *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 9 SEE LINE ITME 3 FOR DETAILS .00 .00 .00 ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 10 ----------------------------------- SEE LINE ITEMS 4 & 5 FOR DETAILS .00 - - - -- - - - - - -- .00 ------ - - - - -- .00 -------------------------------------------------------------- SHIP ING INSTRUC IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 11 ----------------------------------- SEE LINE ITEM NO 6 FOR DETAILS .00 - - - -- - - - - - -- .00 ------ - - - - -- .00 ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 --------------------------------------------------------------- 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 /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 12 SEE LINE ITEM NO. 7 FOR DETAILS .00 .00 .00 ------------- ------------------------------------------------- SHIP ING INSTRUC IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 13 ----------------------------------- SEE LINE 1 & 2 FOR DETAILS 26800.00 ----- NA -------- 1.00 ------ - - - - -- 26800.00 ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 14 ----------------------------------- SEE LINE ITEM 3 59880.00 - - - -- NA -------------------- 1.00 59880.00 ----------------------------------- SHIP ING INSTRUCTIONS -------------------------- ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 ----------------- - - - - -- ----- - - - - -- - - - --- - - - - --- - ---- - - - - -- APPROVED BY: PURCHASING AGENT PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 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 /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 85801 2621681 C -8 VENDOR NO.: 11822 TO: L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 NET 130 ACCOUNT NO.: SEE BELOW 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 * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 15 SEE LINE ITEM NO 4 & 5 19500.00 NA 1.00 19500.00 -------------------------------------------------------------- SHIP ING INSTRUC IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 16 -------------------------------------------------- SEE LINE ITEM 6 FOR DETAILS 1000.00 NA 1.00 ------ - - - - -- 1000.00 ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 17 ----------------- - - - - -- SEE LINE ITEM 7 FOR DETAILS ----- - - - - -- 2500.00 - - - -- NA - - - - - -- 1.00 ------ - - - - -- 2500.00 ----------------------------------- SHIP ING INSTRUCTIONS -------------------------- ** 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 ----------------- - - - - -- ----- - - - - -- - - - -- - - - - - -- ------ - - - - -- 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 /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.6 88.5021 VENDOR NO.: 11822 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 L7 CONSTRUCTION, INC 2295 SPRINGS LANDING BLVD LONGWOOD, FL 32779 LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 18 WORK ORDER 2012 -001 TEMP PUMPING 7195.00 NA 1.00 7195.00 STATION REQUIRED FOR L/S TO FUNCTION PROPERLY DESIGN CHANGE TO WET WELL INFLUENT CONNECTION & GATE ACCESS FOR FLP ---- ------------- - - - - -- SHIP ----- - - - - -- ING INSTRUCTIONS -------------------------- ** 300 N. PARK AVENUE TO: SANFORD, FL 32771 19 ----------------------------------- WORK ORDER 2012 -001 (SHOULD BE 844.95 - - - -- NA -------------------- 1.00 844.95 2012 -002) COST OF BUILDING PERMIT TO BE PAID FOR BY CITY PER CONTRACT CONTRACTOR REIMBURSEMENT ----------------------------------- SHIP ING INSTRUC -------------------------- IONS ** 300 N. PARK AVENUE TO: SANFORD, FL 32771 APPROVED BY: PURCHASING AGENT PO NUMBER 033033 CHANGE #: 4 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 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 /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the PO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this PO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this PO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this PO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturers' warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this purchase order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly Identified as property of the City. The Vendor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this purchase order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor shall not assign this PO, any rights under this PO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable PO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor shall perform the obligations of this PO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the PO and adjust payment accordingly to comply with the PO. Payment will be made only to the Vendor identified on the PO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this PO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this PO involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Purchase Order, immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor's applicable literature relevant to the purchase. The Vendor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor List. 23. In compliance with 8 U.S.C. Section 1324a(e) (Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida Purchasing Dept., Tel 407.688.5028 or 407.688.5030 Fax: 407.688.5021 Finance Dept 407.688.5020 DATE: 09/11/12 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: L7 CONSTRUCTION, INC 2295 SPRINGS LANDING LONGWOOD, FL 32779 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 8580126216810 -8 SHIP TO: CITY OF BLVD 1201 W. SANFORD, PO NUMBER 033033 CHANGE #: 2 DATE CHG: 09/13/12 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SANFORD SEMINOLE BL FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 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 N0. DESCRIPTION QUANTITY UNIT OF UNIT COST EXTENDED COST * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 13 SEE LINE 1 & 2 FOR DETAILS 26800.00 NA 1.00 26800.00 14 SEE LINE ITEM 3 57900.00 NA 1.00 57900.00 15 SEE LINE ITEM NO 4 & 5 19500.00 NA 1.00 19500.00 16 SEE LINE ITEM 6 FOR DETAILS 1000.00 NA 1.00 1000.00 17 SEE LINE ITEM 7 FOR DETAILS 2500.00 NA 1.00 2500.00 SUB TOTAL 109900.00 TOTAL 109900.00 ---------------------------- - - - - -- Q /ACCT DATE REQ. BY ----- - - - - -- - - - -- PROJECT - - - -- - - - - - -- - - - - - -- -- - - - - -- AMOUNT -- - - - - -- ---------------------------- - - - - -- 000063333 08/15/12 RICHIE CAS ----- - - - - -- LLA .00 5245295366400 3333 09/17/12 RYAN/JESSICA WW 714 2200.00 5245295366300 3333 12/06/12 RYAN OSSOW KI WW 201 1(7700.00 5245295366300 ---------------------------- - - - - -- ----- - - - - -- - - - -- - - - - - -- -- - - - - -- J APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MAN R 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:N WWW. SANFORDFL. GOVI DEPARTMENTS/PURCHASErTERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 09/11/12 PURCHASE ORDER PO NUMBER 033033 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11822 TO: L7 CONSTRUCTION, INC 2295 SPRINGS LANDING LONGWOOD, FL 32779 CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C -8 SHIP TO: CITY OF BLVD 1201 W. SANFORD, SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SANFORD SEMINOLE BL FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 NET /30 63333 ACCOUNT NO.: 452-4529-536.64-00 PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT OF UNIT COST EXTENDED COST 1 DEMOLITION 3000.00 NA 1.00 3000.00 2 SUIT BUILDING DEMO 26000.00 NA 1.00 26000.00 3 INSTALL NEW LS WELL AND PUMPS 57900.00 NA 1.00 57900.00 4 INSTALL ELECTRICAL FEED AND 15000.00 NA 1.00 15000.00 PANELS FOR SCADA 5 INSTALL NEW GENERATOR, PAD AND 4500.00 NA 1.00 4500.00 MOTOR CONNECT 6 LANDSCAPING 1000.00 NA 1.00 1000.00 7 FENCE AND GATE INSTALL 2500.00 NA 1.00 2500.00 SUB TOTAL 109900.00 TOTAL 109900.00 APPROVED BY: APPROVED BY: kPURH AGENT CITY MANAG 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:I MIWW. SANFORDFL. GOV/ DEPARTMENTSIPURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING �cTrrr�r;»� WORK ORDER CHANGE FORM Work Order No. 2-(0I2-'001 Project Title ��N L RtS`� 1� Ll �T ��t✓ T I �w Project Number WW 1 20 Bid No. 1 I I Z\q Owner: City of Sanford. Florida Contractor: L--`7 CohS sZ 9 oc - 'Vt00 Work Order Date: \ ` 14 - 7013 This Work Order Change is necessary to cover changes in the work to be performed under the Work Order referenced above. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued STANDARD SPECIFICATIONS of the contract, work order, solicitation indicated above of apply to and govern all work under this Work Order Change. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Current Contract Price (Adjusted by Previous Change Orders) \Uq qc>o • (2) Total Proposed Change in Contract Price $ 115 0E (3) New Work Order Price (Item 2 + Item 3) \ T 0 C 15 - (4) Current Contract Time (Adjusted by Previous Change Orders) Days (5) Total Proposed Change in Contract Time Days (6) New Contract Time (Item 4 + Item 5) Days (7) Original Contract Substantial Completion Date 1 2y -13 120 Days (8) New Contract Substantial Completion Date 1-2-5 12-0 Days Description of Change: 'CEMNa4\ ft 1Nt=LurNT cc�NrJrzLTtvr:> 9; GA�r (ac�C�;S Reason for Change: �'l,�t�v�KC Y� - 6Q, l., V 5T( 0 "o To FL> cQ v� �(- 0crz,1z (/ Change in Contract Price: ► - 1 \`\S Change in Contract Time: .0 WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for the adjustment of the Work Order Price and Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order Change 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 Work Order Change. Execution of this Work Order Change shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Work Order Change. 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 Work Order Change; and It is expressly understood and agreed that the approval of the Work Order Change shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: L? C O tJ.i('iC.JCrw4 , (tic, Contractor BR�r� ir �FE�EIt - P�,D (Secretary) Printed Name and Title c fficer 112412oL3 - 'K.44- Date B ignature) (Corporate Seal) Dates ! /2 4 —1 10 ATTEST: (f ��7 c Owner T ti , Deb SSignature) Printed Name and Title Date By (Signatu (Seal) Date END OF SECTION • • 1 WORK ORDER CHANGE FORM Work Order No. ZO 1 - 0o Project Title ploGcafir a t.tFTSTA -1.p Project Number Ww 120 I Bid No. I I I ZI Owner: City of Sanford. Florida Contractor: 6."7 ca - 5nocrisa -- Tpe Work Order Date: 1 Z o - 2 This Work Order Change is necessary to cover changes in the work to be performed under the Work Order referenced above. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued STANDARD SPECIFICATIONS of the contract, work order, solicitation indicated above of apply to and govern all work under this Work Order Change. is THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Current Contract Price (Adjusted by Previous Change Orders) (2) Total Proposed Change in Contract Price (3) New Work Order Price (Item 2 + Item 3) (4) Current Contract Time (Adjusted by Previous Change Orders) (5) Total Proposed Change in Contract Time (6) New Contract Time (Item 4 + Item 5) (7) Original Contract Substantial Completion Date (8) New Contract Substantial Completion Date i Zo Days Description of Change: cosT of PVL?4 i t J�fAT ;s Tb &— 2A;V �vL B C t� y t�(L. Gor�T2►sct Oa.�wo.« -�'s. �cor ?RR cam- R6 � r,1� u�ttS+c r+,iNT Reason for Change: c.or c^ 'i Sir0ou2yi,o -':A Change in Contract Price: -�84y .'S Change in Contract Time: WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for the adjustment of the Work Order Price and Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order Change represents an equitable adjustment to the Agreement and that CONTRACTOR shall • CJ • waive all rights to file a Contract Claim or claim of any nature on this Work Order Change. Execution of this Work Order Change shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Work Order Change. 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 Work Order Change; and It is expressly understood and agreed that the approval of the Work Order Change shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: "L ' -7 C.':wS QUC-T W )MC ontractor gam-- L pk"kyE fi (Secretary) Printed Name I Title f Officer L( 3oJU13 ?, -* Date (Signature) t�3v�13 (Corporate Seal) Date ATTEST: Cam/ c/ -� Owner r4& & - I _!� **&46Z* f ( ignature) Printed Name and Title Date By (Sign re) (Seal) Date END OF SECTION • 16�4 187;-9 (INSERT YOUR DEPT. NAME HERE) TRANSMITTAL MEMORANDUM To: City Clerk WhY-e c2' rJ mac, The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ ❑ Final Plat (original mylars) ❑ ❑ Letter of Credit ❑ ❑ Maintenance Bond ❑ Ordinance ❑ Performance Bond ❑ Resolution El Once completed, please: ❑ Return original ❑ Return copy Special Instructions: WI�A Please advise if you have any questions regarding the above. Thank you! C 7* r rom Mayor's signature Recording Rendering Safe keeping (Vault) Date t - T:\Dept_forms \City Clerk Transmittal Memo - 2009.doc SECTION 00510 NOTICE OF AWARD FORM TO: L7 Construction, Inc. 1 P NAME OF PROJECT: Pinecrest II Lift Station; IFB 11/12 -14 The OWNER has considered the BID submitted by you, dated July 9, 2012 for the above described WORK in response to the Invitation for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for BID items in the amount of $ 109,900. - - You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR's Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 11th day of September 1 2012 OWNER: G A 6 ra' (Name of OW R By (Signature) m George, (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by _ (Oms - rf df -Tfdn .144- this zJ da of M61%1 U12. B Printed Name and Title END OF SECTION 00510 -1