Loading...
HomeMy WebLinkAbout2005-093 CHANGE ORDER ' i No . 2 DATE OF ISSUANCE 1 / 2 0 / 0 5 EFFECTIVE DATE OWNER INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT CONTRACTOR ERC GENERAL CONTRACTING SERVICES INC Contract: INDIAN RIVER COUNTY BID NO % ) Project: INDIAN RTVER COUNTY LANDFILL GAS COLLECTION SYSTEM PHASE ! OWNER's Contract No . 5 0 91 ENGINEER's Contract No .6 7 0 6 — 3 3 5 6 0 — 0 5 6 ENGINEER CAMP ngpSSER & M KER INC Yoti are directed to make the following changes in the Contract Documents : Description : Repair and replace : 1 . Flare controller computer system components 2 . Sump pump lift station motors , controls , & raise above flood stage 3 . UPS protection for the flare computer system . 4 . Provide enhanced hurricane shutters for exposed flare control panel , Reason for Change Order: Hurricane damage & flooding Attachments : (List documents supporting change) 1 . ERC proposal w / component listing & design drawings , CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES : Original Contract Price Original Contract Times : Substantial Completion : 180 $ 1 , 999 , 60n 0o Ready for final payment: 21 0 (days or dates) Net Increase (Decrease) from previoashange r Net change from previous Change Orders No. L to No. 1 to 1 / No. 1 Substantial Completion : 3 0 ( 8 / 2 6 / 0 4 ) $ Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: 24 0 ( 8 / 2 6 / 0 4 ) $ 112 9 2 , 6 0 0 . 0 0 Ready for final payment: 2410 92 6 0 4 (days or dates) Net increase (decrease) of this Change Order: Net increase (decrease) this Change Omer-. Substantial Completion : _ 4.0t iD -t 4 &nlue _wx$ 35 , 488 . 00 Ready for final payment: 4r�_ P h- r � r2 (days) Contract Price with all approved Change Orders : Contract Times with all approved Chance Qrders - Substantial Completion: / l'r -J 60 $ 1 , 3 2 8 , 0 8 8 . 0 0 Ready for final payment: _ 1 (days or dates) RECO ARPRO' ACCEPTED : a By: y By.�- - - cs ENG R (A orized Signature) OVV� *,)rAuthorized Signat a e) CO CT uthorized Signature) Date: S� Thgr�as S . LowChairman Date:1 Marc h 15 , ( d5� Date : 1 / 20 / 05 EJCDC 1910-8 -i3 ( 1996 Edition ) Ike +�' ' . � A eoared by the Engineers 'Dint Ccatract Dxm uments i omittee amf enjler bri Tito associated General Contractors of America ani the cnn3Ugcuo ns LuotU _.m... NOTICE TO PROCEED For Change Order No . 2 Dated CONTRACT FOR : LANDFILL GAS COLLECTION SYSTEM — PHASE 1 CONTRACTOR : ERC General Contracting Services , Inc . 890 Carter Road , Suite 170 Winter Garden , Florida 34787 Gentlemen : You are hereby notified to commence work on the Change Order No . 2 contract on or before and are to fully complete the work within the next 90 calendar days . In accordance with the contract documents and Change Order No . 2 , the Substantial Completion date is , ( NTP + 60 days ) with the Final Completion date being ( NTP + 90 days ) . Extension in time will be by written change order only . The contract provides for assessment of liquidated damages for each consecutive calendar day that the work remains incomplete after the above established substantial completion date the sum of $450 and for each consecutive calendar day that the work remains incomplete after the above established final completion date the sum of $200 . Indian River County Solid Waste Disposal District ( OWNER) By (Authorized Signature) Ms . Polly Kratman , IRC SWDD Managing Director ( Printed Name & Title of Above Signer) NOTE : Attach this notice to your contract making it a part thereof. 6706-33560 -056/2/3 /05 00800-22 VRB ADDITIONAL WORK REQUESTED COMPUTER REPLACEMENT BY LFG SPECIALTIES $ 9 , 554 . 14 T& M see attached documentation 1 tion I Fixed fee Section 1035 , 1 . 10 B . 15%0 $ 1 , 433 . 12 Fixed Fee Percent see attached contract section Sump pump 1 $ modification and replacement lump sum $ p -- - - 1 _ Pps / T&M-- - - - - Y- - 4 -- W P _ .art- up _ i _ 3 { UPS SYSTEM 2 , 335 OO1 T& M i see attached UPS uotarts listed as needed c 1 Fixed fee Section 1035 ,, 1 . 10 B . 15% - $ 1 , 850 25 Fixed-Fee percent I see attach e��l contract section 4 ENHANCED HURRICANE SHUTTERS $ 3 , 145 . 00 LS 1 1 _ - - - - - _ -- - -- --- - _ ( $ 351488 . 51 1 - - - I ERC GENERAL CONTRACTING SERVICES , INC . Ect �c Carter CommerCenter 890 Carter Road , Suite 170 Winter Garden , Florida 34787 (407) 656-3900 • Fax (407 ) 656-2128 January 20 , 2005 Martin Lewis P . E . Camp Dressor & McKee 1701 Highway A- 1 - A, Suite 301 Vero Beach , Florida 32963 RE : HURRICANE REPAIRS Dear Martin : The costs for the additional work requested and the work completed on a Time and Material Basis to date is $ 35 ,488 . 51 . Seethe attached breakdown of the work showing the following : 1 . Computer replacement . 2 . Sump Pump Modification above the flood zone . 3 . UPS System 4 . Enhanced hurricane shutters The required time of completion is as follows : Board Approval : 3 weeks Submittal Preparation and approval : 3 weeks UPS system parts ordering time after approval : 3 weeks Installation site time : 2 weeks The total time required for this installation is 11 weeks . We will however begin submittal preparation immediately getting all the drawings to you for approval prior to Board Approval . It is probable that the time line can be cut in half to 6 weeks given quick turn around on submittal approvals . For purposes of the change order I have used the 11 weeks time line . Attached is a completed change order form with the 1 1 week extension from todays date . Sincerely , Jerry L . Pinder President , ERC Shaw o LFG Specialties , L . L . C . Ig� � Service Order �l Ananion : �36rru p • mer Proje.( Number. 11 33't . 01050400 Bill To:.. IRC ca Strdt Ordered By: �� 11 // -- M Address r r rL • Phone: '1007 - V - qog P.O. Number City. S4114t : Job Location: Descriptit a of Service / Comments: E, t r b f aamac� _� lo� � c Gta us bLA 10 - ZLI_ QLJ ±dNroaiath to - 2S , o`f. : - .�111�t to ruts `�'Eat4. Descripwa of Equiprimit Serviced: Date Technician: Houre Q rout 750 IV - 2 .4 - uy \*% eIL n1or`: Ytur �. 50 I1 - 6) u 750 .11 %750 Qty U/M Travel / Eapease ® Towl c enn 4575 tAso so 131y Material /third Pany Servke Dwwripritrn Q Total I ICP100mbb84u (T .A 1. " 0151 . E 1 V U)0Pw1? 102 PW Su 1 S o 75 .40 1 IC IOD VEWOG (CPU coxrr . 1 1 5 8a. 1CWoALCiW30 (71t, Cara l Sit) A( lo .00 Custaner wortatare aeltttotvledes did above dawribed LPG 9pdAMia, I.L.C. e+gwpmeot t service meets custearor opcelneetiow rw perfortn:aw:c, 4MMarsuce. yaaliq and rearktnawtnp sad tae etwamr has been adayuaWy iamovAd is dte aperaBou sad msinwnattce of slrls equlpns.wt. Customer Rop: U;G Rep; 16446 U. S . Route 224E Findlay, Ohio 45840-9761 S 419-4244999 Fax 419-424-4991 Original- - BILLING Yellow Copy--SERVICE bink Copy—CUSTOMER Goldenrai--TECH Ed Wd00 : ZZ S00Z 8T ' uef 40N Xtid 831 : WOdj SfiaW" LF G. Specialties , L . L . G . CONTINUATION OF SERVICE ORDER # ( 1 � '3 �t� PAGE OF 2 Additional description of service / coinnients : ass ► OLE e-x r/ R L PLC 6 V StOk1 Q(c f��► v>° �.4- G I.,UT� ( � lNds rox 6047-�t knr.4c-� I � ra �e d �L se-+Y► se re . I - 0 . R C I Iriehniglottr Loarts I/ atice 4C figVAC 1. (/1 Q(,1�P /'YI e I %eol ort ' / C o S � � `� relovgn'D � lghtt- 7/c cIoSc. r• 4, tic • Qty U/M Additional Matdrial Total �o I ifZoo Gf`f S 001 C4rrrer iP, II co ZDa PW 9 001 I 9l_ 32 3 z J / . 2 / Lm Lo r 600 o0 e1 I IgO , S7 10% t 3'31 , 22 131 u� �p q , 600 . 00 Original- - BILLING Yellow Copy—SERVICE Pink Copy—CUSTOMER Goldenrod--TECH Ed WdTO : ZT SOOZ 8T ' Uel 'ON Xtid OJI : wod .� ERC GENERAL CONTRACTING SERVICES , INC . EVA �c Carter CommerCenter 9 890 Carter Road , Suite 170 Winter Garden , Florida 34787 (407 ) 656-3900 • Fax ( 407 ) 656-2128 December 15 , 2004 P . E . Martin Lewis Camp Dressor & McKee 1701 Highway A - 1 -A , Suite 301 Vero Beach , Florida 32963 USA RE : INDIAN RIVER SUMP MODIFICATION RFP Dear Martin : The following is a quote for the scope of work requested . I . Remove , replace motor, install pump on pedestal . 2 . Remove , replace and/or extend level sensors . 3 . Install pump suction and discharge w/ fittings/ valves as shown . 4 . Remove and reinstall electrical w/ seal offs per original elect . Specs . 5 . Remove and replace flow sensor and wiring (on site) . 6 . Install concrete footer, slab , and pedestal per drawing . 7 . Install Aluminum enclosure as alternate for FRP enclosure . $ 7 , 171 . 00 Sincerely , ..Q � • _. ,cam JerryL P der President, ERC 1 . ALL ELECTRICAL CONNECTIONS SHALL BE MINIMUM 24 " ABOVE GRADE 2 . ALL ELECTRICAL CONNECTIONS SHALL BE WATER AND GAS TIGHT 3 . LEVEL SENSOR WIRING SHALL BE REPLACED WIT I LONGER LEADS 4 . SUCTION AND DISCHARGE PIPE ROUTES MAY VARY 5 . SUCTION PIPE SHALL BE NONCOLLAPSABLE HOSE _......... 3. 6 .. BALL VALVE TERMINAL JUNCTION BOX LEVEL CONTROL JUNCTION BOX QUICK COUPLER � FRP ENCLOSURE WITH DOORS \ f ( SEE PUMP ENCLOSURE AT ENTRANCE OF SITE / REINFORCE WITH # 6 @ 120 EW [ UP AN AND ATIACIIED PHOTOGRAPH ) / ... -- — -- - ---- - ----- i PVC SUCTION LINE i j i FRAME AND COVER ` . \ _0 0 _._._ ... _.___._ _. _. __. . _ _ .. . . . WIRE MESH 60X6 ' j / / t REROUTE ELECTRICAL WASTEWATER DISCHARGE -ll-' r/ s CONDUIT TO PANEL i ` `... ..,`` . :\VIEW PORT - AL CONDUIT PE ? ATIONS SO THAT FRP VAULT THEY ARE Wt . _R AND GAS TIGHT k INSTALL LEVEL SENSOR EXTENSION LFG Specialties LLC e , 16406 US Route 224 E Findlay , OH 45840-9761 - — Main : 419-424-4999 Fax : 419-424-4991 shaw -� LFG Specialties , LLC. PROPOSAL : 60413BR1 PRESENTED TO : Camp Dresser and McKee Joseph Curro / ERC Jerry Pinder PRESENTED BY : LFG Specialties 16406 US Route 224 East Findlay , Ohio 45840 ( 419 ) 424 - 4999 REFERENCE : Indian River # 1865 Electric / Controls UPS Upgrade & Sump Pump Repairs Date : 11 / 22 / 04 COMMERCIAL LFG Specialties hereby proposes to furnish the Equipment and Services as described in this Contract No . 60413BR 1 per the following and subject to the standard "Terms and Conditions of Sales " attached : A. Pricing : 1 . # 1865 Indian River - Electric Protection Upgrade and upgrade panel air conditioner 1 . Provide One Uninterruptible Power Supply ( UPS ) including : ➢ One 1000 watt LIPS ➢ One 400 wa tt pa ne I hea to r ➢ One the nnostaticallycontrolledpaneIexhaustfan ➢ Above components assembled installed and pre -wired in a UL type 3 24 in . x 20 . in x 12 in . enclosure ➢ Three copies of O 8t: M Manual, cutsheets , and drawings ➢ Rework the ex's ting panel air conditioner to provide short cycle protection EQUIPMENT PRICE : $ 3, 645 . 00 2 . Provide the Sump Pump parts damaged by high water. ( Itis our understanding the sump will be raked by other, in it's present location . ) including : ➢ Sump pump motors tarter and associated overload ^r KOYO PLC ➢ Warrick Level Controller ➢ F us es EQUIP MENTPRICE : $ 2, 450. 00 3 . Installation of the above Med components for the UPS system and the sump pump, including : ➢ One service technician for three days to install the above listed equipment ➢ All wiring and parts needed to install the above listed components ➢ Travel and living expenses INSTALLATION PRICE : $ 51740. 00 TOTAL PRICE : $ 11 , 835 . 00 Estimated shipping charges from LFG Specialties shop to site . Shipping to be billed atactual cost plus 15 % handling . ESTIMATED SHIPPING : $ 500. 00 ALL PRICING IS FOB — FINDLAY , OHIO Pg 2 Be Payment Temtis : Terms of payment to be 100% net due 30 days from date of invoice . Invoices will be issued on a progress bas 's according to the following schedule : Miles tone Amount Submittals 40% Shipment 50% S ta rtup 10% Prices are quoted firm for prompt accepta nce a nd shipment pe r delivery schedule . Proposals are valid for 45 days from date of issue . Prices do not include any taxes , duties or assessments . C . Delivery Schedule : LFG Specialties makes every effort to meet our Customers delivery requesis and special requirements . Delivery for the flare system outlined in this Proposal No . 6041 3B 1 Is : Control System Upgrade : 33-44 weeks from receipt of firm order and submittal approval A s torage fee of $ 100/week may be charged if the site cannot accept delivery of the unit by the scheduled delivery date . D . Equipment Wan-anty: LFG Specialties guarantees the Equipment as outlined and specified in this Proposal No . 60413BR 1 for the period of eighteen ( 18 ) months from date of shipment or twelve ( 12 ) months from da to of s ta rt-up, whichever occurs firs t. Along with standard Material, Workmanship and Performance Warranties outlined in the standard "Tema and Conditions of Sales " attached, LFG Specialties guarantees the equipment to meet present E .P . A. emission standards when installed and operated in accordance with specified design conditions . E . Quality Control Standards LFG Specialties follows the Quality Control Procedures as outlined by the applicable national codes andstandards adhered to in the design, engineering, manufacture , assembly and testof our equipment, including but not limited to : S truc to ra I Des gn ------ AIS C Drawings ------ ANSI S5 . 1 Fabrication (welding ) ------ AWS Electrical (components ) ------ UL (wiring ) ------ NEC Painting, Sandblast ------ SSPL, SP - 6 LFG Specialties does on occasion subcontract fabrication of subassemblies for our equipment. All subcontract work is carried out under LFG Specialties direction and inspected in accordance Pg 3 with our quality control standards . The nondestructive testing of our equipment includes : Welding ------ 100% visual inspection Dimensional ------ All dimeruions to drawings , correct position and sizing of allconnects Piping ------ 100% visual inspection ( in /out) Painting ----- Visual ins pec don [ins trument check using microtest coating thickness gauge Wiring ----- Functional Check Controls ------ Functional check, process simuladon LFG Specialties also supplies full submittal documentadon on the equipment; including mechanical and electrical drawings and component cut sheets . F or equ ipme nt s upport, a complete Operation & Maintenance Manual 6 included with each unit. F . Start-up Assistance : LFG Specialties will fum 'sh anon site advisor during anyaspectof the installation orstart- up of our equipment deemed necessaryby ourCustomers in accordance withourstandard "Terns and Conditions of Sales ". Included in the flare pricing , less travel and living expenses , is : Controls Upgrade - -- See above details Note : TraveIexperts estobechargedat $ 1 . 50/milefordriving orairtraveIatcostplts 15 % Automobile rental to be cha rge d a t c os t plus 15 % . Living expenses to be charged at $ 125 . 00/man-day. G . Field Service Rates and Availability Additional field service time will be charged at $ 750. 00 per day for field service engineers , plus travel and living expenses as stated in Item F , above . Service personnelshould be scheduled two weeks in advance forstandard installation, start-up orservice work . Service personnel are available on a 24- hour notice for emergency service requirements . H . Scope of Work : LFG Specialties will furnish all the Equipment and Services as outlined in this Proposal No . 60413BR 1 . Equipmentwill be fully fabricated, painted and tested as described in proposal at LFG Specialties facility, Findlay, Ohio . Any material , Instrumentadon that may be damaged in shipment will be removed, tagged and boxed sepa ra tely for s hipment a nd re -assembly in field . This proposal only covers the supply of Equipment and installation advisory service as defined . The following items are not included or should be constructed to be included in LFG Spec ia Ides scope of supply . • Construction drawings . LFG Specialties drawings will outline field installation connections ( location and size ), foundation bolt layouts Pg 4 and loading data . All equipment layout, interconnect details and foundations are the responsibilities of Customer or Customers Representatives . • All installation and civil work including foundations , equipment erection, main and interconnecting piping and wiring including required equipment and materials are the responsibilities of Customer or Customer 's Representatives . • All pemilts Aicerises required for installation and /or operation of the Equipment are the responsibility of Customer or Customer 's Representatives . LFG Specialties will provide necessary manufacturers data on the equipment as required for pen-nit/license applications . • Compliance testing - All compliance /performance testing will be the responsibility of the Customer. LFG Specialties will have representativeA present for tests at Customer 's request and expense . LFG Specialties fully guarantees the Equipment to meet EP . A. emission standards when operated within the specified conditions . Pg 5 R 1 ERC GENERAL CONTRACTING SERVICES , INC . Carter CommerCenter • 890 Carter Road , Suite 170 Winter Garden , Florida 34787 (407 ) 656-3900 • Fax ( 407 ) 656-2128 January 20 , 2005 Martin Lewis . Camp Dressor & McKee 1701 Highway A- 1 - A , Suite 301 Vero Beach , Florida 32963 USA RE : HURRICAN SHUTTERS Dear Martin : The hurricane door for the control panel has been designed using stainless steel materials . A secondary door will be attached to the existing control panel supports to cover the face and top of the control panel . The door will lock in place and block horizontal wind and rain from hitting the face of the existing control panel . This door will also have a drip edge covering the top of the existing control panel . The designer and installer is currently sketching the system for your review and will provide this drawing in a formal format during the submittal phase of the project . The cost of this work is based on Time and Materials with a not to exceed amount of $ 3 , 145 . 00 Sincerely, Jerry L . Pinder President , ERC KEN S.A.NDLIN WELDING CONTRACTORS , INC . Kenneth Sandlin 7002 Winter Garden Parkway Ft. Pierce, FL 34951 Phone: 772.461 . 8667 IS09oa Fax : 772 . 464 . 7487 Certified Welding Inspector Professional Welder Certified ASMIE-API 6-G Xray State Certified MBE FDOT DBE Certified January 20, 2005 BID PROPOSAL Submit to : ERC General Contractor Services, Inc . Job Site : Indian River Waste Disposal 890 Carter RD. Suite 170 Winter Garden, FL. 34787 Phone: 407468- 1046 Fax: 407-656-2128 Whereby we propose to provide to the project skilled experience, qualified, and certified Welders to perform the required task(s) . The welders shall be certified and shall meet all standards and specification required by the State Of Florida. KSWCI also acknowledge that we will provide all standard related welding equipment needed for the completion of project. All work is guaranteed to be as specified in plans and to be completed in a workmanlike manner according to standard practices and specification. We hereby submit specifications and estimates for: The design build of a stainless steel cover door for the control panel to prevent moisture and wind damage in storms . The financial compensation for this project is to be the Lump Sum amount of ($3 , 100.00) . The payment remitted will be paid as followed after conclusion of work paid in-fall one week . And for all work not covered by the Lump Sum will be performed at a hourly rate of ($ 55 . 00) a hour. All fee' s and costs incurred are to be paid in full upon conclusion of the work , after (3) days past due KSWCI may at it option charge late fees at the rate of 18% per annum until said sum is paid. This proposal subject to acceptance within 15 days and is void thereafter at the option of the undersigned. Attorney Fees . In the event KSWCI should place your past due account in the hand of any attorney for collection, that you will pay reasonable attorney' s fees, whether suit is brought or not, including fees at this and appellate levels, together with all costs and expenses of collection . All agreements contingent upon strikes or delays beyond our control . Kenneth Sandlin Acceptance Of Proposal The above prices, specifications and conditions are hereby accepted . You are authorized to do work as specified. Payment will be made as outlined abg r Authorized Signat Date �J Email : Kensandlin@hotmail . com K ' Lip i S . S . Door i tont rok pant i 1 I II I/ S . S . -��-----;- Coue r /-- .z r ,,,ma Room ' 3f �� SOSDouro- - p y7 % rr 0 0 0 0 0 0 0 0 4471, I Ito z Y■ e CDM 1701 Highway A- 1 -A, Suite 301 Vero Beach , Florida 32963 tel : 772 231 -4301 fax : 772 231 -4332 February 3, 2005 Ms . Polly Kratman Managing Director Indian River County Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32960 Subject: Indian River County Landfill Landfill Gas Collection System Phase 1 Change Order Request 2 Dear Ms . Kratman : ERC General Contracting Services, Inc . has requested an extension in contract time and an increase in contract price due the circumstances caused by the hurricanes . We have reviewed their request and given the circumstances and the nature of the delay, I am comfortable with recommending the net increase in the contract price of $35,488 . 00 . This amount increases original contract price of $1 , 292, 600 by 2 . 75 percent to become $1 ,328,088 . 00 . The Contractor has requested an additional 12 weeks to complete the project. This Change Order will set the substantial completion date to be eight weeks from the notice to proceed . The final completion date will now be 12 weeks from the notice to proceed . I have attached the Change Order form, a notice to proceed form, and back-up documentation . If you have any questions, comments, or require any additional information, please let me know . Ver;tin uly ur Ma J . Lewis, P . E . Senior Project Manager Camp Dresser & McKee Inc . File : 6706-33560-056 mh1935. doc consulting • engineering • construction • operations x CDM Ms . Polly Kratman February 3, 2005 Page 2 cc : Tanhum Goldshmid, IRC John Ladner, CDM/ ORL Jerry Pinder, ERC mhI935. doc