Loading...
1656* TB Landmark Const PO 33906.3 Chg Order 2Thursday, December 18, 2014 ��. To: City Clerk RF-: TB Landmark Construction PO 33906.3 Change Order No. 2 Increase PO 7,166.55 IFB 13/14 -02 SRW Interconnect with Volusia County The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest /Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Mai- Orda -� From TADept_forms \City Clerk Transmittal Memo - 2009.doc ��, m I \ Date DATE: 05/08/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 12052 TO: PURCHASE ORDERS CITY OF SANFORD [`� P.O. BOX 1788 i (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 T B LANDMARK CONSTRUCTION,INC 11220 NEW BERLIN RD JACKSONVILLE, FL 32226 PO NUMBER 033906 CHANGE #: 3 DATE CHG: 12/17/14 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET /30 64238 ACCOUNT NO.: 452- 4525 - 536.63 -00 PROJECT NO.: WWO903 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 ic:t is 9c:k k 4c *ic it 'k 7Y *9c * *ir * *dr �c is is k4c 4c *9c is Y F 9; ** * CHANGE ORDER 1 SANFORD RECLAIM WATER 994739.00 NA 1.00 994739.00 INTERCONNECT WITH VOLUSIA SJRWMD FUNDING; IFB 13/14 -02 2 SALES TAX SAVINGS OF $15,623.99 276023.75- NA 1.00 276023.75 - PO NO. 33918 FOR FERGUSON ENTERPRISES, INC FOR $260,399.76 TOTAL OF $276,023.75... 3 REVISED CONCRETE PAD AND ABOVE 78.88 NA 1.00 78.88 GRADE 4 INSTALL 6' WOOD FENCE AND 5485.10 NA 1.00 5485.10 LANDSCAPING 5 FINAL UALITY ADJUSTMENTS 1602.57 NA 1.00 1602.57 IFB 13/14 -02 SANFORD RECLAIMED WATER INTERCONNECT WITH VOLUSIA COUNTY INCREASE PO 33906 Change Order No. 2 SUB TOTAL 725881.80 TOTAL 725881.80 APPROVED BY: APPROVED BY: f URCH 1 ! ITY 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 CHANGE ORDER Change Order No. 2 (Final) Project Name: Sanford Reclaimed Water Interconnect With Volusia Co. Bid No.: IFB 13/14 -2 Owner: City of Sanford Contractor: T B Landmark Construction, Inc. SJRWMD Contract No.: 27652 and 27826 Agreement Date: April 7, 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 $ 994,739.00 $ 718, 715.25 $ 7,166.55 $ 725,881.80 120 Days 120 Days 50 Days 170 Days 11/19/14 12/19/14 Sanford Reclaimed Water Interconnect With Volusia Co. CHANGE ORDER NO. 2 (FINAL) Page 1 of 5 CHANGES ORDERED ITEM 1 Description of Change: Revised Concrete Pad and Above Grade Assembly - Above Grade Interconnect at Lake Monroe Park Reason for Change: It was determined the concrete pad at the above grade interconnect at Lake Monroe Park should be 6" thick fiber reinforced concrete to be consistent with the other concrete pads constructed at the project. Additionally, the strainer at the above grade assembly is not needed since the flow meter is a magmeter (in lieu of a turbine meter) so the strainer is deleted and a spool piece added to the assembly in place of the strainer. Change in Contract Price: $78.88 Change in Contract Time: 7 Days ITEM 2 Description of Change: Modify Required Pole for Antenna at Wayside Park and Raise Valve Pads (and Valve Extensions) at Wayside Park, Time added for FPL service connection and controls start up Reason for Change: The original contract required removal of the existing concrete pole and antenna at Wayside Park. Since the existing concrete pole is surrounded by power lines and removal of the pole is a safety risk, the City of Sanford decided the concrete pole could remain and the new antenna can be mounted to the existing pole. In exchange, the Contractor will provide to the City the new tower that was to be installed, remove the tower pad, and raise the existing valve pads (and valve extensions) at Wayside Park due to the steep roadside embankment that would make access to the valves difficult. Raising the pads facilitates City access for operation and maintenance. The work with the raised valves pads also includes finish grading and sodding. Additionally, there was an excessive amount of time outside the Contractor's control waiting for the FPL power service connection at Lake Monroe Park, which also resulted in delays for the controls start up, so time is added for the Work to raise the pads and the time needed for FPL service connection and controls start up. Sanford Reclaimed Water Interconnect With Volusia Co. CHANGE ORDER NO.2 (FINAL) Page 2 of 5 Change in Contract Price: $0.00 Change in Contract Time: 35 Days ITEM 3 Description of Change: Install New 6' Wood Fence and Landscaping at Lake Monroe Park Reason for Change: The Work to install the new reclaimed water transmission main at Lake Monroe Park resulted in the loss of the natural vegetation and trees that screened the portion of the park that is the residence of the deputy sheriff who lives at the park. Therefore, it is necessary to add 185 -ft of 6 -ft high wood privacy fence along the right -of -way (R/W) line and in order to ensure the fence is located on park property and not in the FDOT R/W. In order to screen the fence, the County requires installation of viburnum shrub at 5 -ft on center along the new fence, and to facilitate irrigation of the new shrubs until they establish, the County requested 3/" poly line to be installed along the ground surface along the new shrubs (County personnel will irrigate the shrubs using the poly line and will provide the water source and connection to the new poly line. Change in Contract Price: $5,485.10 Change in Contract Time: 8 Days ITEM 4 Description of Change: Reason for Change: Change in Contract Price: Change in Contract Time: Final Quantity Adjustment Quantity revisions to reflect final installed quantities $1,602.57 0 Days Sanford Reclaimed Water Interconnect With Volusia Co. CHANGE ORDER NO.2 (FINAL) Page 3of5 CHANGE ORDER SUMMARY No. Description Changein Changein Contract Price Contract Time 1 Revised Concrete Pad and Above Grade Assembly - Above Grade Interconnect at Lake Monroe Park $78.88 7 Days 2 Modify Required Pole for Antenna at Wayside Park and Raise Valve Pads (and Valve Extensions) at Wayside Park, Time added for FPL service connection and controls start up $0.00 35 Days 3 Install New 6'Wood Fence and Landscaping at Lake Monroe Park $5,485.10 8 Days 4 Final Quantity Adjustments $1,602.57 0 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes on 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 m Contract C|minn or o|oinn of any nature on this Change Order. Execution of this Change Order ahoU constitute C[)NTRACTOF|'e complete acceptance and satisfaction that it is entitled to no more costs or time (direot, indinect, imnpoot, etc.) pursuant to this Change Order. Sanford Reclaimed Water Interconnect With Vuusia Co CHANGE ORDER NO. 2(R0AL Page 4 of 5 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. WITNESS to CONTRACTOR: ATTEST: / VN '�. � r (Signature) Date (Seal) T B Landmark Construction Inc. Contractor (Corporate Seal) City of Sanford Owner Thomas J. George - Deputy City Manager Printed Name and Title Sanford Reclaimed Water Interconnect With Volusia Co. CHANGE ORDER NO.2 (FINAL) Page 5 of 5 ATTACHMENTS CHANGE ORDER NO. 2 ➢ Cost Breakdowns - Change Order No. 2 Item 3 and Item 4 ➢ Pricing Information Item 1 - Concrete Pad at Above Grade Interconnect ➢ Pricing Information Item 3 - New Wood Fence & Landscaping at Lake Monroe Park O z O tY 0 ui 0 Z (n E 2 C11 6 O CD a m Q a o O 0 q C> 7 C) C) q C? C) m c c q q c Cl. r- "Il� W (fl E GS V9 c,; 6 LLJ C) 0 0 00 C) mix 0 C) 00 CL 'T 'T C4 ua w w (y) c 00 GO C) 'r (0 U�j 0) C/4 w w 6q z CO Cl) < M Ci (n < U) -i LLI -i 10 E ua: g a n 6 c C 0 O n C! g o O o 0 < g g q q a q 0 q (D q q C) C) q q CD 0 q C) 0 0 O O p m a 0 0 CD 0 0 0 0 C (D (D w LL 3: > a) U- 0 Z 0 Cc C, > C� 0 < Cn '0 E fl 0 0 =1 E O > 0 0- 0 z0 0 (LC ) LL 0 0 mi a) L) 0 0 Cl: z z C) cc d) Cn U) W V ; L WE -2.s a) C=0 < z ,il-lc,lc,) - C) Ez,. Z C) 4 r LL r E 2 N 0 Z 0 ,V; t 0 w o o a 0 0 c c o �3 10 C:) 0 C) C) q C? o q o o q 9 c c q q c Cl. C) 9 o q E 6 6 6 6 c,; 6 6 o C) CO 00 C) 0 c 0 C) C) (a en U� U� En (y) c 00 GO C) 'r (0 U�j 0) C/4 w w 6q U. O 10 E coo g a n 6 c C 0 O n C! g o O o o q q g g q q a q 0 q CD q q q C) C) q q CD 0 q C) 0 0 O O p m a 0 0 CD 0 0 U- C) o o - 0 0 C) 6 C\1 0 - C) C) Ci c6 00 uj C) CD C, 9 C) 0 q q 0 C) 100 0 CD 00 CD Cl? a 00 q 00 0 0 00 o co ll; c q C) q zT Cq 0 c CD o 0 a 0 CD M o t- Lp C) 0 C) 0 r 0, m (M C) r- c a 0 Q�l CO -j C) r- V' Ef3 -til q -zr (3i m C� Cli m "r m ti� IT N " m q CD C� CD U9 En U') 69 w �T U4 'IT C11 U) 0 w w a c CD 0 C) C) a o c 0 a 0 r- g C, Nr CL p. C) c a c o0 c 0 000 10 m 0 M CO 0 r CD Cl) o00 N (0 C. r- 0 C) C) a C) co q - 'T 69 V C! 4 O) CO m q CO (0 N CJ - - w 09 - C- - w ::I Ci LO ai Z co bl� vy U") GG w I- uj co CIJ p p Q7 O Z D =1 C o L) F- Z w z z CN Lq 04 U� C4 C5 cl) — o3 Z Z — — — — CN — — ;; C, . Cl) . o C) 0 (n U) (n U) LL Z LL LL LL I'l I U) U) -1 -J -J -J -J -J -J F- I IZI F- -J -J I -J -J -J -J .r_ D C a) 'r- 3 '0 (1) C Z ca C (1) z (1) z 0 0 L) =) �E M = u i: a > w = a- -E C 3: 4) w Cu a) Q) ca CL CL w E '0 - (L) 0 0 -C 2 =3 00) ca > C =3 0_M- 04 1 0 0- = .2- (D cb 2 6 U w w c: E 0.- @ m D- :2 w.0 Z CO 7 5, cn m v m 0- 0 v w> 0 a) U(D Z O. -0 >m a-. w CO 0 C) .0 Ci I Z ,, -2� bo z c z LL �O 00 3: > E 4 LL 0 6 (N 10 1U w U U) -6 a) z 0 C .9 0 (D (n (D (D c Z E c 0 E c 0 , E c: m C) -a F- ;= cL - c 6 2 a' �O 2 cm -- cu cm —2d "6 --g �5 CL _� .2 �5 Ow -5 zn E m =) -LA cv Lou) =1 0 S CO) 0 (D a) a Ln 0 Z; *u c 0 0 C a LL a l; a C CL Lu (L > 0 C) .0 (Ii C: m > 0 a) w V) w 0 4) 2 m (U � 0 �T E w IV 3r -? (D m -O w 2 z > iz I U w t= C a CD a CD 0 C, C) 0 CD. C) 2, S C) (0 C, 0 C) C) 0 a C) c, 0 0 C) C) 0 (n C5 w o w c, Y> CD a U> (1) C) 6 (11 69 c) a 69 U C:) c) U3 �3 C) 000 U) V) 09 60 6 a C) a o U) 60 C14 C*4 CD En, to c, m 69 r- o 0) (e C) to Ci C14 EA co co r 69 Cli 04 d3 0 C) C) 0 C) 0 C) C) 0 C) C) CD a Co o q c, o C) o (5 C) Ci o o 0 p (D C) 0 a O C) C) a 0 t6 C? C) q 0 Cl CD c. CD 0 CD C) 0 C) CD C5 N 6 6 C; N 04 6 M 6 M Ci 00 0 (0 O C) r C) C-) 'D Cl) C) cl) r- 04 (Y) co C11 I 'Coc 0 ) Cl) C) C) 0 CD 0 C> 'T C) V O a C) 00 C) c0C) q 7 q 7 a C) CD CD o C=, c) 0 CD C) CD 0o C-4 0 g . C, . 0 MO . -:T to 0 (o 10 zr C> IT -Ir 'o a 0 a 0 c) LO 0 CD CD 'D LO (O of 0 0) g 0) W 0) C> V OHS C) 0) (q (n MC N 69 co m co co C) 0) C) C) Cl Cl) co 0 10 cq 00 CD V (a (D r� cli r (D Cl) C4 W m(- cli r: � C6 N -: 04 -7 1r O V) 6q CD w w V3 w to w 69 69 w w (n Y> ul 0 C) C� (D C) C� 0 C) C, 000000c) C) C) 0 0 U') 0) O C) C) C� 0 0 O LO C� C) S llz� C5 CD q C), M 0 m q (C) Cl) �) C) 0 LO (2 �q 0 N C) (D C, (0 cq cc! C2 0 (o GS 0 0 ug, q to 0 (D c U� U� 6 p C� r- w C) 0(0 (D V) m w w C') "T w 00 d. C14 (0 It 'IT (0 n fl- (0 U� (N 69 (n co (,9 (» CD cli w V) m N w Qa I w M 69 0 r C:) ZT r r C:) r 00 co 10 co 0 C, ci cj Cl) C, c) I) OD C) O , 0 'o U) ON ON 000 10 Cl) 0 0 o4 C'j 11 C� m C, C) 00 m t- Co (o (n U) (n U) < < < < < (1) LL LL -i Lli Lli LU w w LU Lij LU (1) w 0 -1 -1 -1 w w w w 0 (1) -1 ca 2 w - m a) Q) (L) z z N a) c F- u m 70 CL p a) Z — C� - (D . = :9 �a -0 T 3: 0 c _0 0 > (D z E 0 0 c 0 m CL 76 U) C: =- cl w a) Wpm �m _0 a) '0 .0 '0 m = CL S2 .0 cu a) m 76 m m ca (D CL m 0 LL o -0 a to > 76 m c m Z ca 'C 2 -C m r < a) CM < (1) cm 'a LL a 0 Q) > > LL O u c cu w2 0 0 CL CL 2 IL C) T C: ? i5 cou L) C: w < Sac -0 0) > E -'a 0 > E -'a E > E Z6 x w z a- M cr, F- 0 a) 0 0 a. m@ > > ID a) > �6 S� > a) >0 4.) 0) o C) r- CL C,) w �o (L) —6 0 , m m 7 T Co cn CP, C—) COL E E A= 19 (D a) 0 CL c S2 ,Cr ,Cr > E CL = M m co �: u z z z A. ZO Z6 LA E r cm M_ �j w R 0 0 -i6 T w C5 d m 0 6 W d "Cc 'o (D C w w E E E -F ic5 > 6 °YU FL > U) 0) o ro ;o (N 04 C) d < 4) a) m 0 ca a) a) U@ w m cL > 0 a- Y) 0 to zr Z (N T Q 't a 0) (D > Q) > a) > -,e > > 16 -6 Z z co 0- m CL (, m c -6 , E 0 a) Ewwx a) w -�:- 'm m Q) r� E Cc: j (n 'a 'T< c < > 0 a) >° 0) > 4) .0 1 > 0 (L) .- 0 a) 4, —M -Ln -Ln 11) 0) 0) :E cu 2.2 0)'0 00 C: c a) w c 3: E 'r- 'E > 0) 7�6 -c w M C,3 M X X w w (o u CL o a) -2 w a �2 o -i6 a) CL m CL 4) 0 ix FU a) (D o 15 7� > - = 7�; '- Zu 0) -@ ': m > > > > > z uj CO (> 0 < E > m c n c D :C Z3 00 C 0 E 0 0 E E 0 0 E E 2 -0 (L E CL C, W 0 a C C, 0 W a) 0 0 0 ca Z6 0 ZOdn. of z 0-1-1 1041 C141 < 0 0 m I OIWIX X it 0' ca (i) 0- U) 04 C-4, In "T UclIql" U) 10, r.- M."'R -M P- V) 0 0 z j \ \ \ \ § \ $ \ | , -- , % § 3 3 3 3 ) \ 69 \\ ) Im 6 )(; \ / m \ \ \\ 0) » cu \�\ \\ <�C: f\fuj f } \ �� \\ ][2f} 7 / \ /( \! / CL '0 3 k ƒ /)7\ /ƒ ) / CD W 04 / \ \C o /c IL -'c e§$\ d)({ 0) \\ /C) z \ \�/ � \ \� \� co \C\ o ; L \ § | n ! j CL l:o� a § j6 / \a) o \\ 2\ {)c\ \f 2/E 2![ E);)[() §{ P2Fcu �D \ \ \) C) o- 23)}(ncL 7333 3�c -D a, / /*�]�/ 00 z zookG4)P § \ cc LL z / a. PRICING INFORMATION Change Order No. 2 Item 1 Project: Sanford Reclaimed Water Main Interconnect with Volusia County Below is pricing additions and deducts for proposed slab changes and also to delete the strainer and add a 1' spool piece to the interconnect assembly. The quotes for all items are attached. Description Total ADD 8x1' Spool Piece $ 240.00 DEDUCT 8" Strainer $ (546.38) ADD 1.36 CY Concrete $ 185.26 DEDUCT 4" Slab- Concrete Subcontractor $ (400.00) ADD 6" Slab- Concrete Subcontractor $ 600.00 Total Change $ 78.88 Page 1 of 5 Item PRICING INFORMATION Change Order No. 2 Item 1 -AIL 17:18:47 JUN 23 2014 Reference No: B277663 Description Page 2 of 5 FEI-SANFORD WATERWORKS #1113 Price Quotation Page# 2 Phone :407-859-7473 Fax :407- 302 -3327 Quantity Net Price UM Total MJ9LA20 20 MJ C153 90 BEND LIA 1 278.200 EA 278.20 FPP20S 20X5'0 FLGXPE CL BT DI SPL 1 1177.000 EA 1177.00 SP-FR92012 20X12 DI C110 FLG RED 90 BEND 1 913.000 EA 91100 FCR12X 12X8 DI 125# C110 FLG CONC RED 1 270.000 EA 270.00 FLOW METER AND STRAINER BY OTHERS FFPXG 6X1'0 FLGXFLG CL BT DI SPL 1 240.000, EA :240.00 FFPXM 8X3'0 FLGXFLG CL ST DI SPL 1 312.000 EA 31 2. 00 E2108 8 MEGAFLANGE FLG ADPT 1 169.000 EA 169.00 FFPXK 8X2'0 FLGXFLG CL BT DI SPL 1 269.000 EA 269,00 SP-HGHFEMOX 8 FLG BFV W/ EMO 1 5873.000 EA 5873= APC6081 8 GLOBE CHK VLV 1 746.000 EA 746.00 SP-FR918X 18X8 DI C110 FLG RED 90 BEND 1 614.000 EA 614.00 FPP18S 18X5'0 FLGXPE CL ST DI SPL 1 1122.000 EA 1122.00 MJ9LA18 18 MJ C153 90 BEND L/A 1 668.490 EA 668.49 ATSGA20 20 FF 118 TORUSEAL FLG GSKT 1 50.000 EA 50.00 SP-PB15OA307BZ20 20 1504 A3078 FLG BOLT KIT 1 114.000 EA 114.00 ATSGA18 18 FF 118 TORUSEAL FLG GSKT 1 41.000 EA 41.00 SP-MFI50A307BZ18 18 150# A3078 FLG BOLT KIT 1 95.000 EA 95,00 ATSGA12 12 FF 118 TORUSEAL FLG GSKT 1 17.000 EA 17.00 SP-MF15DA307BZ12 12 150# A307 B FLG BOLT KIT 1 29.000 EA 29.00 ATSGAX 8 FF 1/8 TORUSEAL FLG GSKT 7 33=0 EA 231.00 SP-PB15OA307BZX 8 150# A307B FLG BOLT KIT 7 13.000 EA 91.00 SSLDE20AP 20 DI WDG REST *ONELOK W/A 2 177,600 EA 355.20 SSLDE18AP 18 DI WDG REST *ONELOK W/A 2 143,680 EA 287.36 SP-S316APSX 8 316 $S ADJ PIPE SDL SUPP 2 194.000 EA 388.00 AIR RELEASE & SAMPLE TAP IT IS UNCLEAR If THE CITY WANTS A STAINLESS AIR VALVE OR NOT, IT IS OUR ASSUMPTION THAT THEY DO. FOR A BURIED ARV THE SPECS CALL FOR A D021 WHICH HAS THE NYLON BODY. THE DETIAL FOR THIS ASSEMBLY CALLS FOR AN S-021. THIS MODEL DOES NOT EXIST. WE ARE QUOTING A SS ARV. IF YOU WANT A NYLON ARV IN THIS ASSEMBLY USE THE i =PRICING INFORMATION Change Order No. 2 Item 1 L WATERWORKS Page 3 of5 Quory ir, 203156 CITY OF SANFORD RCW INTERCONNECT 5387954 1/10 /14 1!!l T B LANDMARK CONSTRUCTION, INC 11220 NEW BERLIN RD FORTILINE JACKSONVILLE Omni JACKSONVILLE FL FAX 904- 652 -0967 32216 2780 LLOYD RD JACKSONVILLE, FL 32254 Telephone: 904 - 652 -0962 mmmm I 111! � SID ITEM 13 2 EA 12" PEXPE DIP 2100" 153.1400 306.28 2 EA 12" MJ 90 C153 333.0000 666.00 4 EA 12" STAR GRIP DIP W /ACC 3000P N/C N/C 2 EA 12" FLGXPE DIP 7',00" 616.3700 1,232.74 2 EA 12" FLG 90 C110 387.8600 775.72 1 EA 12" FLGXFLG DIP 3'00" 472.6300 472.63 1 EA 12" FLG BFV W /EMO 7,074.7400 7,074.74 1 EA 12" FLG PRES SUSTAINING VALVE 7,632.6300 7,632.63 1 EA 12" STAR FLG ADPT ONLY RAC12G 283.0000 283.00 1 EA 12" STAR GRIP DIP W /ACC 3000P N/C N/C 1 EA 12" FLGXPE DIP 3106" 370.5400 370.54 7 EA 12" FLG ACC KIT FF 1/8" RR 21.7800 152.46 2 EA 12" SS VALVE SUPPORT 327.0000 654.00 Package Sub - total: 19,620.74 BID ITEM 14 1 EA 20" MJ 90 C153 1,278.0000 1,278.00 2 EA 20" STAR GRIP DIP W /ACC 3000P N/C N/C 1 EA 20" FLGXPE DIP 12100" 1,936.1100 1,936.11 1 EA 20 "X12" FLG REDUCING 90 C110 966.0000 966.00 1 EA 12 "X8" FLG CONC REDUCER C110 277.3600 277,36 1 EA 8" FLGXFLG DIP 1'06" 227 4200 227.42 _LANGFD WYE STRAiNEit 5 4 6 3 80.0 546 3.8 1 EA 8" FLGXFLG DIP 3400" 277.1100 277.11 1 EA 8" FLG RAG METER 4,388.8900 4,388.89 1 EA 8" STAR FLG ADPT ONLY RAC08G 147.0000 14N1 1 EA 8" STAR GRIP DIP W /ACC 3000P N/C .00 All material is quoted for shipment within 30 days of bid or quote datej1After 30 days, ALL quote orices are subiect to reviews based on current market conditions BID Continued Next Page PRICING INFORMATION Change Order No. 2 Item 1 Page 4 of 5 zzC:C—MC—X Prepared for: TS Landmark Project: Sanford Reclaimed Water Interconnect I Contact Name: Address: I Phone: Email: City, State, Zip: Sanford, FL Effective Date: 5115)2014 Escalators: CEMEX Representative: Bryan Fulcher Phone: 321-431-2442 Expiration; 6130/2015 'Renegotiate Pricing after this date Email: bryang.fulcherCU)cemex.com Terms: NET 15 Days THE PRICES STATED HEREIN. UNLESS OTHERWISE AGREED TO BY THE PARTIES IN WRITING. ARE SUBJECT TO CEMEX STANDARD TERMS AND CONDITIONS, WHICH SHALL CONTROL AND TAKE PRECEDENCE OVER ANY 'TERMS AND CONDITIONS TO THE CONTRARY IN ANY PURCHASE ORDER OR OTHER DOCUMENT. THIS QUOTATION IS OFFERED FOR WRITTEN ACCEPTANCE WITHIN (60) DAYS, AFTER WHICH IT IS SUBJECT TO CONFIRMATION BY THE SELLER. --Fl -61417 DESCRIPTION PRICE UOM 13000 PSI #57 LIMESTONE, 0.54 WIC RATIO -- ---------- 000 PSI #57 LIMESTONE W] 1.5 LBS FISERMESH 300, 0.56 WIC RATIO --- ------- ---------- . ...... - ----- --- - - ----- --------- ------ ---- -- ------------ FDOT EXCAVATABLE FLOWA13LE FILL ------- - =.- -. - -v—, -N-0—N -E-X—CA-V-A,T-,A—BL-E —FLOW-A--BLE FILL - - ----- - ----- ADD FOR TEMPERATURE CONTROL (As Needed) ENVIRONMENTAL FEE (Adjusted Annually) !VARIABLE FUEL SURCHARGE ( Adjusted Monthly). ............. MIMIMUM LOAD CHARGE FOR DELIVERIES LESS THEN 7.0 CYD iWAITING TIME FOR DISCHARGE OF LOADS IN EXCESS OF 6.0 MINUTES PER CYD jPLANT OPENING FEE {Monday - Thursday imm 6PM - 7AM) - 4 HOUR MIN SATURDAY OPENING CHARGE 4 HOUR MIN SUNDAY OPENING CHARGE - 4 HOUR MIN HOLIDAY OPENING CHARGE -4 HOUR MIN L ORDERS BETWEEN 6PM FRIDAY AND 6AM MONDAY MUST BE SCHEDULED FIRMLY BY THURSDAY AT 4PM .. ..... 'WEEKEND CANCELATION FEE FOR ORDERS LESS THEN 50 CYD (WEEKEND CANCELATION FEE FOR ORDERS GREATER THEN So CYD ------- ---- -1--- --- ------- --- SUBMITTED BY: Bryan Fulcher Page I of 2 [C# $75.()0 °­ CYD CYD $19,50 i CYD 515.40 PER LOAD $27.50! PER LOAD: - $ 150 00: PER LOAD HOUR HOUR HOUR -EA- EA PRICING INFORMATION Change Order No. Item 1 Pag e5 of 5 All Material is guaranteed to be as specified, and the above work was performed in accordance with the drawings and specifications provided for the above work and was completed in a substantial workmanlike manner for the agreed sum of This is a [I Partial ❑Full invoice due and payable by: _ t+fartlb MY in accordance with our ❑Agreemeint ❑Proposal No. Dated _ }dnniri Day Year sdanw TC8122 11 -12 PRICING INFORMATION Change Order No. 2 Item 3 Page 1 of 2 From: Tara Thigpen [ mailto:tthigpenOtblandmark.com] Sent: Monday, November 24, 2014 3:39 PM To: Morris, David Subject: RE: Sanford RWM Interconnect with Volusia Co. - Additional Shrubs and Final Closeout For the poly it will be 81.00 plus 10% mu is $89.10. Tara Thigpen Project Manager /Estimator T B Landmark Construction, Inc. Office: (904) 503 -5708 Cell: (904) 718 -6462 Fax: (904) 751-4125 tthiepen @tbiandmark.com 11220 New Berlin Rd. • Jacksonville, FL 32226 From: Tara Thigpen [mailto:tthigpen @tblandmark.com] Sent: Monday, November 24, 2014 12:37 PM To: Morris, David Cc: 'Johnnie'; Bowman, Katriina (P.E.) Subject: RE: Sanford RWM Interconnect with Volusia Co. - Additional Shrubs and Final Closeout David, I apologize for the delayed response, I was out last week. Please see below: 1) Shrubs can be installed at the unit price from the contract. I am waiting on price for the poly tubing, should have soon. 2) Survey work was estimated to be $440.00 plus 10% mu is $484.00 total 3) Johnnie is verifying the sod for me today as well. Please let me know if you have any questions. Thanks, Tara Thigpen Project Manager /Estimator T B Landmark Construction, Inc. Office: (904) 503 -5708 Cell: (904) 718 -6462 Fax: (904) 751-4125 tthigpen @tblandmark.com 11220 New Berlin Rd. • Jacksonville, FL 32226 A T It "Vol, ,a sidmaarta �tmss,aa�ts-raxf�.¢. PRICING INFORMATION Change Order No. 2 Item 3 Page 2 of 2 From: Tara Thigpen [ mai Ito: tthigpen @tblandmark.com] Sent: Thursday, November 13, 2014 10:05 AM To: Bowman, Katriina (P.E.); Morris, David Subject: Sanford Fence Good Morning, I received a quote back on the fence, it will be $2442.00 after 10% MU. Please advise if you would like to move forward. Also, Johnnie mentioned there may be some minor clearing? Can you please let me know the limits of the fence as well? If there is clearing I will include pricing for that as well. Thanks, Tara Thigpen Project Manager /Estimator T B Landmark Construction, Inc. Office: (904) 503 -5708 Cell: (904) 718 -6462 Fax: (904) 751 -4125 tthiapen @tblandmark.com 11220 New Berlin Rd. • Jacksonville, FL 32226