Loading...
1637* ThadconMonday, 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