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