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