Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1999-118
40 i In&en Mer Go Approved 00t �+ f Admti7. Legal CHANGE ORDER �udget a Ty USHlllec �' (Instructions on reverse side) LLck Mgr. — F].nc PRO] ECT .. Hobart..Park. RQ. P.laat ......... 99-1/8 DATE OF ISSUANCE ............................... EFFECTIVE DATE ........................................... OWNER.�tZc��di�.laYer..Cunty■..Lpaztmen o„Utilities Services 1840 25th Street, Vera Beach, Florida 32960” OWNER`s Contract No. .... Sd81 ......................... Camp Dresser & McKee, Inc. CONTRACTOR .Whartnt .Smith,. Xnl....... ENGINEER ... i-701- •Sbate• •Road. A -1—A.,- • Suite • 301 71Q County Road 15 Lake Monroe, FL 32747 Vero Beach Florida 32963 You are directed to make the following changes in the Contract Documents. Description: See Exhibit A for description of items included in this Change order. Reason for Change Order: See Exhibit A for purpose of each item included. Attachments:. (List documents supporting change) Exhibit A & B CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACTTIi4IES: Original Contract Price Original Contract Times S 6,612,000.00 Substantial Completion. _ Ready for final payment: G.y: or Gatrr Net changes from previous Change Orders No. I to No. _2 _ Nei charge from previous Change Orders No. to No. $ 24,421.00 Contract Price prior to this Change Order Contract Times prior to this Change Order Substantial Completion: S 636 421,00 Ready for final payment: dor. nr Gales Net Increase (Ogg of this Change Order Net Increase (decrease) of this Change Order S � � -- G.y. Contract Price with all approved Change Orders Contract Times with all approved Change Orders Substantial Completion: s , Q69, 9 3 3 . 2 5 -_ Ready for final payment:. a.y, or G.ie. RECOMMEN PED: APPROv • ACCEPT' f} ay: z.rtsu�t��=Gs,�,� at °y1 L tayr F en to �c George Ct.� 5 th,t Pdesident pate:�ltt�R l Date:Chairmanf���g Date: 19 } 9 EJCDC No. 19104-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Cuntmcton of America, EXHIBIT "A" ITEM DESCRIPTIONS Indian River County Hobart Park Rt] Plant CDM Project No. 6706-13876-050 Change Carder No. 3 Item 1,40. I Description: Provide and install additional culvert piping and asphalt roadway adjacent to existing pump station. Purpose: Existing utility corridor and project utilities resulted in a minor conflict. Additional roadway and piping adjusted alignment. Cost: $3,051.00 2 Description: Provide and install three (3) new computers at the South [county Water Treatment Plant. Purpose: Contract required upgrade of existing computers to new control system installed at North County Water Treatment Plant. The existing computers were not adequate to run the control software. Cost: $12,500.40 3 Description: Provide and 'install fans for men and women restrooms. Purpose: Fans were not specified in contract. Cast: $1,572.00 4 Description: Revisions to roofing system. Purpose: 'Upgraded roofing system with an accompanying extended warranty. Cost: $1,730.00 5 Description: Revisions to windows in process bay. Purpose: Langer windows to allow additional light into process bay. Cost: $752.00 A-1 W N Item No. 6 Description: Caustic bulk tank lining. Purpose: Alternate lining reviewed and credit approved. Cost: ($500.00) 7 Description: Lowering of pipeline elevations at process building. Purpose: Pipelines lowered to maintain adequate cover over pipe and under access roadway. Cost: $23,000.00 8 Description: Compressor control panel modifications. Purpose: Modifications to allow additional alarms. Cost: $5,000.00 9 Description: Parking lot elevation modifications. Purpose: Modifications to allow handicap access to administration area. Cost: $2,318.00 10 Description: Overhead bridge crane and monorail modifications. Purpose: Additional clips added to overhead bridge crane and extended shop monorail runway Beam to enhance beneficial use. Cost: $1,414.00 11 Description: Instrumentation Factory Acceptance Test credit. Purpose: Credit for attendance of County staff at Instrumentation Factory Acceptance Test in Charlotte, North Carolina. Cost: ($869.27) 12 Description: Provide and install air conditioner condensate pump/drain, Purpose: Condensate pump/drain not specified in contract. Cost: $869.00 A-2 Item No. 13 Description: Cover plates for future pumps and degasifier at clearwell. Purpose: Cover plates not included in contract. Cost: $749.00 14 Description: Heat tracing of caustic tank/piping. Purpose: Credit to remove heat tracing from contract. Cost: ($3,180.00) 15 Description: Provide and install miscellaneous valves and pipe supports. Purpose: Additional mechanical restraints not included in original bid, but necessitated, Cost: $32,388.00 16 Description: Additional electrical work at chlorine heaters, Purpose: Additional electrical conduit required for installation not specified or shown on drawings, Cost: $841.00 17 Description: Additional electrical work in chlorine room, Purpose: Additional electrical conduit required for installation not specified or shown on drawings. Cost: $371.00 1$ Description: Additional wiring between instrumentation cabinets. Purpose: Additional wiring required for proper communication between systems, Cost: $1,413.67 19 Description: Additional electrical work at membrane room showers. Purpose: Additional conduit and alarm connection not specified or shown on drawings. Coast: $621.00 A-3 Item filo. 20 Description: Distribution chlorination system instrumentation modifications. Purpose: Additional instrumentation allows better flexibility of chlorination system. Costs $749.00 21 Description: Additional electrical work at well sites. Purpose: Additional wiring necessary to monitor well drawdown. Cost: $909.53 22 Description: Extra engineering services associated with conduit excavation. Purpose: Extra engineering services required by Mosby/Dean due to conduit excavation under membrane building slab. Cost: ($708.75) 23 Description: Sunscreen at Odor Control control panel. Purpose: Sunscreen added to read data from control panel easier. Cost: $322.07 24 Description: Credit for overhead crane and rollup door training. Purpose: County staff did not require specified training. Cost: ($200,00) 25 Description: Relocation of pH probe on blend water line. Purpose: Probe relocated during startup to monitor blend water. Data inconsistent at previous location.. Cost: $1,200.00 26 Description: Contract reconciliation. Purpose: Deduct items not performed in contract. (see Exhibit B). Cost: ($52,800.00) A-4 Indian River County Hobart Park RO Plant CDM Project No. 6706-13876-050 Change Order No. 3 Item No. Costl<Credit> 1 $ 3,051.00 2 12,500.00 3 1,572.00 4 1,730.00 5 752.00 7 23,000.00 8 5,000.00 9 2,318.00 10 1,414.00 11 <869.27> 12 869.00 13 749.00 14 c3,180,00> 15 32,388.00 16 841.00 17 371.00 18 1,413.67 19 621.00 20 749.00 21 909.53 22 <708.75> 23 322.07 24 1200.005 25 1,200.00 26 <52,800.00> Total Cost of Change Order No. 3 33,512.25 This Change Order includes not only all direct costs of Contractor such as labor, material, job overhead, and profit markup, but also includes any costs for modifications or changes in sequence of work to be performed, delays, rescheduling, disruptions, extended direct ovenccad or general overhead acceleration, material or other escalation which includes wages, and other impact costs. A-5 CI • r� YTo oz z N 0 � � w � CCUZ t.r L G:} o ►� C d � R F■ �yy 1I hJ GO as _ o n [� O O O C7 C? O O CS ca p Q C? O c5 c C � 0 c o o eQv a epi kn v 0 0 o ca o 0 0 0 o O CD o 0 o R ca O o O o © o Ca ca o 0 y C O C G7 O O C, C. C] CO C O L`! 4 O {7 b O C7 C3 6e1 N C3 [V O C] C', �n C3 O O zT C? N N06 NM V9 M M C7 4 G V V1. y f� �O fes} KY 64 4� EY CL �. •�. C7� CD cD '� ap Ci c�S C5 CJ O e.. .... p -+ .r .:C � C7 a C7 C.7 0 0 O O D 4 d 4 d O C? Q 4 4 O C3 O CJ O C) C7 C7 O O O C C C O 4 C7 C] C3 oo C C] fV p C O 0 0 0 d O O C? O 4T O O Q O G 4 C CO CV d O C7 O O V1 O O Ct Q a tri '.0 b C7 C7 Q [V v a in E 69 en - b FH aco o a r� w c o ? CD u � fI] y O 4 4 CV O O O O O O O O O Q tV R as G O R C] 4 4 4 4 o Q ri ca ca o o g CD 4 0 `a � �j o o n o o r w c � " G oo �v W o - sc� rn w ? w w P. L. w tri r) trs (A va G U o C N O V7 � C fi �' CO • ^' V Mme' d O [. .0 CA G q r 'a 'v53 tins a G 4 O n 'yam^, M v c to on a'r't7 .�y�q o a ei Q o v_ mai K u t-6 Chi 3 U GR U ¢ OR Lj -C •--� hJ tM1 '9' t I. APPLICATION FOR FINAL PAYMENT NO, 22 To Indian River County Contract for Hobart Park Reverse Osmosis Plant OWNER's Contract No. 6081 ENGINEER's Project No. For Work accomplished through the data of ITEM Attached Schedule of Valvas Attached Stored Materials Inventory 5 Tow (06g. Contract) G.O. No,1 $ C.O. No. 2 C.O. No. 3 Now Contract Amount Accompanying Documentation: Schedule of Values Stored Materials Inwento CONTRACTOR'S Cert#Ication: 12f311$6 $ 6,812,000.04 $ 6,612.040.00 $ {1,859.44; $ 26,260.00 66,312.25 6,722,733.25 GROSSAMOUNTDUE LESS 01 Relainage AMOUNT DUE TO DATE LESS PREVIOUS PAYMENTS AMOUNT DUE THIS APPLICATION (OWNER) 6706.13876.050 We Completed gvantit r Amount i 6,559,2000 0.90 $ 6,559,200.00 $ 110,733.25 $ 6,669,93.3.25 W 0.00 ........$ .. $ 6,669;933.25_ ...,....,.Y....... .... _. $ 9,195.735.15 $ 474,196.10 The undersigned CONTRACTOR cedifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in lull all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payments numbered I through 21 inclusive; (2) title to all Work, materials and equiprneal incorporated in said Work or otherwise listed in or covered by this Application lar Payment will pass to OWNER at time of payment tree and clear of all liens, claims, security interest and encumbrances (except such as are covered by Bond acceptable to OWNER Indemnifying OWNER against any such lien, claim, security interest or encumbrance); and (3) all Work coveted by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated ,fan 25.99 ARTON-SMITH, INC. -COP41HACTOR IndinpRlrrrto Approys+l _ �► DYrjtrut 1 -j t/ �% By A1st.Diresler a Ronald F. Davoli Senior Vice President - Operations EnginArr Payment of the a .I11lQUNT Dt{l THIS APP I ON 11 ended. Dated '�,I 11 i49 Camp Crosser" McKee, Inc. ENGINEEfi By s {A arize SYgnahrre} 00800-27 EJCDC No. 191&8-E (19th] Edition) >'sww0,N[•O_Ameuar:C.-C. w9."wb 17 T4MtR wOA c�dw}.wa 00 2 r&�, b2 ig j3 -6 v d ni c. u m= 6X =.,e El r= d CL y eV -9-8 EO E� 8 5� F� E� EO s,� —88 8 si� si�:R Ei E� S — — — — — — — — — — — — — — — — — ";2 'i .$ CQ 6 — — — - — — gg c; c; c; cici ci i - cic; C� ci �j �;ci cici Q 0 6 - C; 0 op Op c; u O O O 66ci—Qo 6 C5 - - pG p4 pO [Gy p p HM "HUM Z� W.4 9.5.6 15 ; C; .6 m ————-—————————-———— ---- --------- b2 ig j3 -6 v d ni c. u m= 6X =.,e El r= d CL 1-1 - - - - - - - - - - - - - ----5- - - - - - - - - xqgng�nm ci §§N g 1 �gq g , ----------- ---- -' - .- .- .- .- .-- - .- - - - M989,M 65888$888$$$ 8$888888888 888888 S88888 8 85888$$5$88 38'$866 668$8885 x$$8583668668 6 c; C5 c; 6 6 6ciodo v,:j m - - —666 6 6c; 6 6 c; 6 v- - - 6 6,:i 6 <5 6 sssSSs8$$M 888888 $$$$8888 8888 888$$$ El - - - - - - - - - - 0 Zz zN�s .6 z t6 z ci N PIZ v �i m P+FL !b 2i �l �!3 !2A !3 nA -- ml !2 J J m- !3 d n w- 6 U�j 9 � 5!1 � � !2 W r J 2 N J m m IRAF�-FMV-R.E ------------ --- -- -------- ---- ------ -- --- A k. isn..tl Cato .j xi li Id 6 m 40 e- e A r - *819,89 918"E"'M Egg g"", HHEM u M99M H9 9§99 9 c4 �5.6'5 -------- --- -------- ------ - CT M6 V8.9M R§H12§MH §§§k 4 - MR d gf �f s2ggg g - - - - 9 ---- ----- -------- --- ---- ------- §jA FL -4 k2 91`4 -i, L 411. 28e3 El CL ;:i 40 ---- -- ----- 6� 4 -------- -- --- -- — -- ------ ------- -- HUM 9004 91 AAM 99AM-9:9 90 49.9 9H9999 99 9 6 6 6 C; 6 d :i r ci rr rrrrr 16 c; 6 C; ci 6 C; d rd rrr C; C; 6 ci C; C; 6 r6 -i Q ci - - - - - - - - - - tR - - - - - - - - - - - - -- ----- -------- -- --- ------- I Ig 211 0 r7:1 HE ESE,8989 -- --- — ---- F. ----- SEE 8 ---------- — 898 888888 88E 3 88888$ 8 8 33838 88888 9 § § g § R� A 9 A A - 88$558— S 88888 $88382$88$88 SS$33 — — — — — — — — — — — - — - - — — — — — — — - — — — — — — — — — — — — 888 SS$85$ 888 8 88888$ 8 8 88888 288888888838 85$38 SEE 6 6 8888$8 6 6 6 P - - 888 666 8 1-i $88$$E O ci 4 - 8 9 88888 6 c; =; 6 6 o 88988 6 C; 6 6 6ci O ci ;; 6 ci Pr 888 888 8 E;$8882� $ E SEE$$ O — — — — — — — — — — — — — — - — — — — — - — — — — — — — — — — — — — — N O 9p 3 5; c rc 494 S u � ci �i "i Z' t2 r r le T LA ---------------------- 8888H$8 -------- S Eo8 Eo88s 0 R S - -------------------- 9 29 nL - - - - .O- - - - 0©-- - O--- - - - - - - - - - 71 - - - - - - - - - - - - - - - - - - - - - - - - -- -- - - - - -- - - - 1 VL W S8 LU Page 8 of 9 STORED MATERIALS INVENTORY FINAL ESTIMATE NO.: 22 PERIOD 1711198 TO 12131M PREPARED BY; Jahn Julian WS JOB NO.: 639 DESCRIPTION INVOICE VALUE'VALUE ITEM If INVOICE 1i LAST PERIOD CUMULATIVE (-)INVOICE FOR MATL INSTALLED THIS PERIOD (+)INVOICE (.)INVOICE FOR MAIL VALUEACTUAL DELIVERED MAIL STORED THIS PERIOD ON SITE D&LConshuclion- slormdrain 61 639.1 $ O.DO Rabat Mernb 11d 2112105206 $ 0.00 Amerisleel 11d 2112105798 $ O.DO Ameristeel 14b 2112105455 $ 0.00 JI Sonricas Corporation 91) 4180 S 0.00 American Cast Iron Pipe Ca. 9f D107387001 $ 0.00 Baseline Manufacturing Cempany l igi 970t3112 $ 0.00 Hughes Supply (Paragon) 11ul 0498264601 $ 0.00 HughesSuppy(Paragon) 11ul 0478532341 $ 0.00 HughesSupply (Paragon) 1tut 04185323.02 $ 0.00 AmerkanCast lror 91 D107387-DO4 $ 0.00 Ameristeel lid 2112106374 $ 0.00 Baseline ManulacturingCo. llg3 97032611 $ 0.00 American Cast Iron Pipe 91 D107387-003 S 0.00 Amar can Cast Iron Pipe 91 0107387.005 $ 0.00 AmeiVan Cast Iron Pape 91 0107387.006 $ 0.00 American Cast Iron Pipe 9f 0107387.007 $ 0.00 American Eng. Services, Inc. 1102 01.9612102 $ O.OD American Eng. Semiees. Inc. 11p3 01.9512103 $ 0.00 American Eng. Services, Inc. $1 p4 01.9617104 $ 0.70 Dezurik tip 1209033 $ 0.00 Ferguson Enterprises 11R 412398 $ - 0.D0 Ferguson Enterprises 111 420233 $ 0.00 Soulhem Electric SuppylParagen Elec. 15 15.194055 S 0.00 Saulhem Electric SuppylParagon Elec. 1156 15.194056 $ 0.00 Soulhem Electric Suppyflowagon Elec. 1156 15-193345 , S 0.00 Soulharn Electric SuppylParagon Elec. 1156 15.192187 $ 0.00. SouOram Electric Suppy)Paregon Elec. 1156 15.193167 S 0.00 Southam Electric SupplylParagon Elec. 1156 15.193166 $ 0.00 Ferguson Enterprises 1416 412398 $ 0.00 Ferguson Enterprises 14i6 428383 $ 0.00 Soulllem Eleclk SupplylParagon Elec. 1158 16.194840 $ 0.00 American Eng. Services Membrane 11P2 $ 0.00 Koch 1104 $ 0.00 Ellis K. Phelps h Co. 8G 31410 $ 0.00 American Eng. Services 11 P2 01.9612106 $ 0.00 Amerioun Eng. Services 11 P2 01.9012f06 S 0.00 FargusonEnlarprlsas 11111 429105 $ 0.00 Ferguson Enlarprises IIHI 412398.2 5 0.10 Process Fine ration 1101 64041799 $ 0.00 American Eng. Serv. 11P8 01.9612799 $ 0.00 Thornton & Company 1103 7071647 $ 0.00 Baseline Manufacturing Company $3E, 140 97052M $ 0.00 BIF lig3 ABV97-0098 $ 0.00 OCV 7d,1465C.0.1 148307 $ 0.00 W.A. Hammond Driente Company LTO. 11 R6 001486 $ 0-00 Felker Fabr$oatim I IRI 119742-01 3 0.00 Felker Fabrication 11RI 120163-01 $ O.DO Red Valve Company, Inc. 70 212.124 $ 0.00 Sarrray's Pumps, Inc. 1105 95880 $ 0.00 GE Team Itg3 H717.04 It 0.00 GE Team tlg3 1-1717-05 $ 0,00 OE Team Ilg3 H7C S 0.00 4o Page 9 of A DESCRIPTION ITEM INVOICE INVOICE VALUE LAST PERIOD CUMULATIVE (-)INVOICE VALUE FOFI MAIL INSTALLED THIS PERIOD R+)INVOICE FOR MAIL DELIVERED THIS PERIOD (=)INVOICE VALUE ACTUAL MAT'LSTORED ON SITE GE Team I tq3 H717.07 $ 0.00 GE Team I Iq3 H717-09 $ 0.00 GE Team t Iq3 H717-09 $ 0.00 Baseline Manufacturing Company 11g2 970731/1 $ 0.00 Industrial Plastics Technology 1105 80644 S 0.00 Johnston Pump 1102 495924 S 0.00 GETeam IIg2 1-1717.12 $ 0.00 GE Team 1Ig3 1-1717-11 $ 0.00 GE Team 11g3 1-1717.10 $ 0.00 GE Team S Iq4 H717.13 $ O.CO GE Team IIg4 H717.15 $ 0.00 GETeam 11g4 H717.14 $ 0.00 Bailay Fischer Porter Company 12il, 3 8 4 956862 $ 0-0o Met Pro Corporation 14i 1 3 2 12612 $ 0-00 The Jacobs Group MIS 5834 $ 0.00 Johnston Pump 18 499320 5 0.00 Jehnslon Pump 11011 499307 $ 0.00 Johnston Pump 11011 499284 $ 0.00 W.B. Mason Ito FY0767 $ 0.00 Burrell Scientific, Inc. 110 1.575210 $ 0.00 Florida Waterproofing Supply CO2 129868 $ 12,599.20 $ 12,599.20 O.DO TOTALS jS 12,599.20 1 S 12.599.20 $ 100