HomeMy WebLinkAbout2008-235CHANGE ORDER
No. 4
PROJECT Indian River North County Water Treatment Plant Expansion
T�
C ()Ole, _ l'!) 6f
DATE OF ISSUANCE July 9, 2008 EFFECTIVE DATE,
OWNER Indian River County Department of Utility Services
OWNER's Contract No. 200612 CDM Project No. 6706-43025-155
CONTRACTOR Poole and Kent Company of Florida, Inc.ENG1NEER Camp Dresser & McKee Inc..
You are directed to make the following changes in the Contract Documents:
Description: Various changes and additional work summarized in the attached sheet
Reason for change order: Additional work at the owners request to improve plant.
Attachments: List documents supporting Chan a See Change Order 4 Sunimary Attached.
CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
Original Contract Price Original Contract Times
$ 21080 300A0 Substantial Completion: September 3, 2008
Ready for final payment: January 1, 2009
Days or dates
Net changes from previous Change Orders Net change from previous Change Orders
No. 1 to No. 3 No._.._to No. 3
$ ($315,281.00) 105 da s
Contract Price prior to this Change Order Contract Time prior to this Change Order
$ 20.765.019.00 Substantial Completion: December 17, 2008
Ready for final payment: January 1 2009
Days or dates
Net Increase (decrease) in this Change Order Net Increase in this Change Order
$ 61,936.00 0
days
Contract Price with all approved Change Orders Contract Time with all approved Change Orders
$ 20,826,9550 Substantial Completion: December 17,208 _
Ready for final payment: January 1, 2009
Days or dates
RECOMMEN
APPROVED:
Engil Au-tbeized Signature) O er (AuthoFizesi•Sigiiature ; ' Copt*tor (Authorized Signature)
Q JL
4�
Date: July 9, 2008 Date: U Date.
r
EJCDC No. C-700 (2002 Edition) a ;
Prepared by the Engineers Joint Contract Documents G9t�nittee and etidorsed`y�"I he Associated
/�r. , t -
General Contractors of America. , ;.'
o
�...ito
`1�•,
!; t CONFORMED
6706-43015455\2/2/07 Conformed 00800-27 VR13
C ()Ole, _ l'!) 6f
DATE OF ISSUANCE July 9, 2008 EFFECTIVE DATE,
OWNER Indian River County Department of Utility Services
OWNER's Contract No. 200612 CDM Project No. 6706-43025-155
CONTRACTOR Poole and Kent Company of Florida, Inc.ENG1NEER Camp Dresser & McKee Inc..
You are directed to make the following changes in the Contract Documents:
Description: Various changes and additional work summarized in the attached sheet
Reason for change order: Additional work at the owners request to improve plant.
Attachments: List documents supporting Chan a See Change Order 4 Sunimary Attached.
CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
Original Contract Price Original Contract Times
$ 21080 300A0 Substantial Completion: September 3, 2008
Ready for final payment: January 1, 2009
Days or dates
Net changes from previous Change Orders Net change from previous Change Orders
No. 1 to No. 3 No._.._to No. 3
$ ($315,281.00) 105 da s
Contract Price prior to this Change Order Contract Time prior to this Change Order
$ 20.765.019.00 Substantial Completion: December 17, 2008
Ready for final payment: January 1 2009
Days or dates
Net Increase (decrease) in this Change Order Net Increase in this Change Order
$ 61,936.00 0
days
Contract Price with all approved Change Orders Contract Time with all approved Change Orders
$ 20,826,9550 Substantial Completion: December 17,208 _
Ready for final payment: January 1, 2009
Days or dates
RECOMMEN
APPROVED:
Engil Au-tbeized Signature) O er (AuthoFizesi•Sigiiature ; ' Copt*tor (Authorized Signature)
Q JL
4�
Date: July 9, 2008 Date: U Date.
r
EJCDC No. C-700 (2002 Edition) a ;
Prepared by the Engineers Joint Contract Documents G9t�nittee and etidorsed`y�"I he Associated
/�r. , t -
General Contractors of America. , ;.'
o
�...ito
`1�•,
!; t CONFORMED
6706-43015455\2/2/07 Conformed 00800-27 VR13
Change
Order Number 4 Summary
Indian River CountyNorth
County Water Treatment Plant Expansion Phase II
Potential
Change
Order
number
Description
Amount
Explanation
44
Two raised sand filter access platforms
$16,954.00
The sand filters are raised above the ground limiting access to the
mechanical parts located at the top of the filter, Operator safety and
accessibility for maintain the $185,400 piece of equipment are the
primary reasons for this change. 11
45
Instrumentation Remote Input/Output Panel
$46,275.00
This change is to provide additional wiring, conduits, and input and
output cards for the existing plant 1/0 cabinets along with Surge
protection,
46
Differential Pressure Guages
$30590.00
This change upgrade the differential pressure guages to a higher
quality internal parts.
49
Credit for Surplus Fuel
($25,000.00)
The project specifications require the contractor to provide two full fuel
tanks at the completion of the project which is not necessary since the
contractor will supply the other tank of fuel.
51
Credit for not removing membranes from Skids
(361363.00)
IRC was planning to replace the Reverse Osmosis membranes in
1 & 2
Skids 1 & 2. However since they are still performing well, the
membranes will now be installed in skids 6 & 7. The contractor is
providing a credit for the removal of the membranes that will now not
be performed. This change provides the plant with the flexibility to
produce water from two additional skids and reduce the overall cost o
the project.
53
Handrail on Acid Containment Structure
$11,380.00
The sulfuric acid tank has a spill containment structure around the
tank. IRC staff asked that a handrail be installed for fall protection.
54
Truck Loading Panel for Sodium Hypochlorite
$3,900.00
This change is for additional electrical conduits to connect two truck
loading panels for the liquid sodium hypochlorite tanks. This is a
change required to prevent overfilling of the tanks and spilling into the
containment.
56
Chlorine Piping Changes
$11,200.00
This change provides additional chemical piping to allow more precise
dosing of the plant odor control equipment. This change provides
greater plant operating flexibility and potential for chemical cost
Savin s over the life of the project.
Total Amount Change Order No. 4
Original Contract Price
Change Order Number 1
Change Order Number 2
Change Order Number 3
Change Order Number 4
Total Contract Price
$61,936.00
$21,080,300,00
($804,632.00)
$2889824.00
$200,527.00
$61,936.00
$20,826,956.00