Loading...
HomeMy WebLinkAboutNCD980602163_20030908_Warren County PCB Landfill_SERB C_Potential Change Orders-OCRFORM 2800 AGREEMENT INFORMATION & CONTRACT BUDGET ENCUMBRANCE DENR DIVISION OF PURCHASE AND SERVICES 1. PARTIES TO THIS AGREEMENT A. B. ASSIGNED BY PURCHASE & SERVICE *DENR CONTRACT NO: SCO# 010440101A *PURCHASE ORDER NO: REVISION NO: COtU,,t' DENR Division of: ..--C_o_n_t-ra-c-to_r_(_N_a_m_e_C_o_n_t_ra_c_t_ls_s_u_e_d_T_o_:_) ------------- Waste Management Shaw Environmental & Infrastructure Division Section I.R.S. Number or Social Security Number I Check if Applicable _ Private and/or Non-Profit Division 753044680 Address (MSC#, City, State, Zip) 1646 Mail Service Center Ralei h NC 27699-1646 Address (to which checks will be mailed) Wire Transfer U.S.Bank, (Wire Transfer) ABA# 081000210 Acct# -152302010748 Division Contract Administrator Patricia M. Backus, P.E. Telephone No. (919) 733-4996 X 308 (City, State, Zip) St. Louis, MO 63195-6786 Please check one of the following: African American owned Woman owned _Handicapped owned _ Hispanic owned _ Other minority owned ✓ None of the above Contractor Contact Person/Key Personnel: I Telephone Number (609) 588-6373 Division Director/Authorized Agent Date Gary W. Duke, P.E. 3. DIVISION CONTRACT COORDINATOR: _ _;B:crc.:e.:..:.nd=-=a=-R:....::..,.iv=..;erc.::s _______ _ PHONE NO: __ ...... {9=-1:...:9CL..) .:....73=3=---4..:.;9:...:9-=-6..;..;x=20=-4'---- 4. FISCAL YEAR: __ --'F'-Y-=---=-0-=-3--=0-'-4 _____ _ 5. START DATE: ___ ....:M=a;..:rc""'h'-1;..:3:..i....::2=--=0-=-0..;..1 ________ (Contractor cannot begin work until contract is executed by DENR) 6. TERMINATION DATE: September 26,2003 (Limit to time required; contract cannot exceed 3 years) 7. CURRENT CONTRACT AMOUNT: __ __,$:....:1.:2.i..::9c::c9..:..1 '-=9-=-63:::.;·..:..7=2 ______________________ _ 8. *AMENDMENT AMOUNT: __ .-...,:.$-=0'--__ (lndicate Previously Assigned Contract No. & PO in appropriate block ABOVE) 9. REVISED CONTRACT TOTAL: $ ___ ....;$'""'1-"2""',9""'9'"'1_,_,9"--6""'3'"'"."'""72"--_______ _.(Original Amount+ Amendment Increase/Decrease) 10. UNENCUMBRANCE (Balance remaining in Contract that will not be paid to Contractor):$ _____________ _ 11. ITEM DESCRIPTION Contract Purpose/Brief Narrative: Detoxification of the Warren County PCB Landfill. 13. Change Order #14 adds a new line item "Supply, deliver and place cover soil." The unit price for a load is $196.00. Three estimates were obtained and this was the lowest. It is estimated that 6,000 tons or 400 truck loads are needed. The extra soil is needed to provide sufficient material to cover the treated soil and to support vegetation. The funds for this come from money saved in fuel purchases, line item 20. CFDA CODE: ____ (Catalog of Federal Domestic Assistance Code, if applicable) 14. GL COMPANY: 1604 GL ACCT: 53-2199 GL CENTER 4845 15 Federal Funds State Funds Contractor Match Other Funds $ $ 12,991 ,963.72 $ $ 16. Division Budget Officer (Mandatory Signature) 12. DENR CONTRACT AMOUNT (Estimate of Expenditures each FY if multiple year contract) Add line #23 Supply, deliver = $78,400.00 and place cover soil Increase line#20 Credit for state supplied I change order value =($78,400.00) = $0 TOTAL PROJECT COST $ 12,991 ,963.72 I I REQUEST FOR EXCEPTION TO CONTRACT RE# _________ _ 1. Project Title: Warren County PCB Landfill Detoxification 2. Division: Waste Management 3. Source of Funds: Appropriations:$ Receipts: Federal: Match Required: 4. Budget Codes: GL Company: 1604 GL Account: 53-2199 GL Center: 4845 5. Is there a deadline for obligation of these funds? If so, date: _______ _ 6. Type of contract requested : Contract for Services ___________ _ Award of DENR Grant Funds ________ _ Amendment to existing contract/grant ____ ✓ __ _ 7. Proposed Vendor/Recipient: Shaw Environmental & Infrastructure 8. Summary of work/activities to be performed under this contractual arrangement: Extra soil is needed to provide sufficient material to cover the treated soil and to support vegetation. Change Order #14 adds a new line item "Supply, deliver and place cover soil." The unit price for a load is $196 .00 . Three estimates were obtained and this was the lowest. It is estimated that 6,000 tons or 400 truck loads are needed. 9. Justification of Need for Contract: A) Was this vendor selected through a competitive process? ✓Yes ___ No ___ Will Be B) Explanation of why this work cannot be performed within the resources of the DENR Agency : DENR does not have the equipment, staff, or expertise to operate a soil remediation facility. C) Is there a State Agency/University that could perform this work? __ Yes ✓No D) If Yes, provide a list of those agencies: E) Contacts made to determine the ability of other state agencies/universities to perform this work (name of contact, agency, telephone number and response): None F) If not utilizing another state agency/university, state the reason : Same as 9 (B). G) Calculation of available funding for this contract. Include amount available and amount previously obligated/approved to be obligated: This is a zero contract value change order. A detail of the reallocation of line item funds is shown in Change Order #14. \· SUBMITTED BY: )l'.la_bu...,c~ ... ~ Ji;" .z1.~/4.:.JPhone: 733-4996 x308 Date: 09/05/03 Contact Person for questions regarding th:;m·s c ct: Pat Backus APPR~prVAL ·7?L/ ~ Disapproved ---~~~~L!k--..,.rEL-~-~-p--------Division Director Phone: 733-4996 x308 Approved Disapproved BPA --------------- Approved Disapproved _______________ Chief Deputy Date Transmitted to Purchase and Services : _____________ _ or.-24 rev. 9-88 ... INSTITUTION: PROJECT: ST A TE CODE & ITEM : CONTRACT FOR: CONTRACTOR: NCDENR STATE CONSTRUCTION OFFICE CHANGE ORDER NO. 14 Warren County PCB Landfill Detoxification ID#: 010440101A BCD Detoxification Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd, Trenton, NJ 08691-1904 X OR Owner Request D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error D DO Design Omission 0 SC Schedule Change 0 OTOther Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders ADD $6,719,339.00 Deduct 3. Amt. Of This Order: ADD $ 0.00 Deduct 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $385,375.28 $ 0.00 $385,375.28 TOTALS $6,658,000.00 $6,333,963.72 $12,991 ,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. _S_ha_w_E_n_v_iro_n_m_e_n_t_al_&_ln_fr_a_st_ru_c_t_ur_e-'-, _ln_c_. __ By: (Contractor) 200 Horizon Center Blvd Trenton, NJ 08691-1904 _E_art_h_T_e_ch _____________ By: (Designer) _N_C_D_E_N_R_,_,_D_iv_of_W_a_st_e_M_a_n_a.....,g._e_m_e_n_t ___ By: (Owner) By: -----------------State Construction Office -----------------By: Other approving Agency (if needed) DISTRIBUTION: 1 original to State Construction 1 original to Owner ~/L.---~~ Gary W. Duke, P.E. Project}./lana~ (f 1 original to Designer 1 original to Board or Commission (if any) 1 original to Contractor 1 original to Surety (Date) 1 (Date) (Date) (Date) REQUEST FOR AUTHORIZATION TO CHANGE D~E: August 27, 2003 STATE CODE: SCO#010440101A REQUEST NO.: 14 NCDENR Earth Tech PROJECT NAME: Warren County PCB Landfill OWNER: CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1.008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract time extension? Yes $78,400.00 ($78,400.00) $0.00 3. Will the change require a contract time extension for other contractors? No Which? n/a 4. Are additional costs indicated by reason of the time extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: .......:..$...,;.0...c.0...,;.O ________ _ 6. Estimated time extension field cost (if any) Covered by unit price for Shaw DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that it is in the best interest of the owner to have the work accomplished. I have also determined that the cost and time allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: - r change order for import and placement of cover soil Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which works out to be 10 cy/load or 15 tons/load. KPH quote to furnish and deliver dirt is $125.00/load based on average of 15 tons/load this equals a unit rate of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons $ 125.00 /load Total Material direct cost to Shaw= total cost is $50,000.00 total cost is $50,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it quotes rate of $175.00/load in place. Subtract rate of $125.00/load to furnish and deliver to arrive at rate of $50.00/load to place. KPH quote to place imported dirt Is $50.00/load based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 /load Total Subcontract direct cost to Shaw= Shaw Labor Task Catego~ Hours total cost is $20,000.00 total cost is $20,000.00 $20,000.00 Hourly Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer 8 $ 15.04 $ 120.32 D. King replace damaged stakes Laborer 8 $ 15.04 $ 120.32 D. King oversee KPH, get truck count, documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Markup and Total Cost Material Subcontract Subtotal third party direct cost Shaw markup at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at proposed unit rate for change order Calculate change order unit rate: $ 196.04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 OC-24 rev. 9-88 -. ' , STATE CONSTRUCTION OFFICE CHANGE ORDER NO. 14 X OR Owner Request -INSTITUTION: NCDENR D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error .. PROJECT: Warren County PCB Landfill Detoxification ST A TE CODE & ITEM : ID#: 010440101A CONTRACT FOR: BCD Detoxification D DO Design Omission CONTRACTOR: Shaw Environmental & Infrastructure, Inc. □ SC Schedule Change □ OTOther 200 Horizon Center Blvd, Trenton, NJ 08691-1904 Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders 3. Amt. Of This Order: ADD ADD TOTALS $6,658,000.00 $6,719,339.00 Deduct $385,375.28 $ 0.00 Deduct $ 0.00 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: $385,375.28 $6,333,963.72 (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $12,991,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. Shaw Environmental & Infrastructure, Inc. By: 0z ~ _,_;;7 ____.-,L___ '1./ 1.1} OJ (Contractor) (Date) 200 Horizon Center Blvd Gary W. Duke, P.E. Trenton, NJ 08691-1904 Project Manager Earth Tech By: ~ -----------------(Designer) _N_C_D_E_N_R~,_D_iv_o_f W_a_st_e_M_a_n_a_,,g.__e_m_e_n_t ___ By: ~ (Owner) State Construction Office By: -----------------By: Other approving Agency (if needed) DISTRIBUTION : 1 original to State Construction 1 original to Owner 1 original to Board or Commission (if any) 1 original to Designer 1 original to Contractor 1 original to Surety (Date) (Date) REQL}EST FOR AUTHORIZATION TO CHANGE DATE: August 27, 2003 STATE CODE: SCO#010440101A I REQUEST NO.: 14 NCDENR Earth Tech PROJECT NAME: Warren County PCB Landfill OWNER: CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line 23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1 .008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract time extension? Yes $78,400.00 ($78,400.00) $0.00 3. Wi ll the change require a contract time extension for other contractors? No Which? n/a 4. Are additional costs indicated by reason of the time extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: _$_0_.0_0 ________ _ 10.oo 6. Estimated time extension field cost (if any) Covered by unit price for Shaw DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that it is in the best interest of the owner to have the work accomplished. I have also determined that the cost and time allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: I s for change order for import and placement of cover soil Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which works out to be 10 cy/load or 15 tons/load. KPH quote to furnish and deliver dirt Is $125.00/load based on average of 15 tons/load this equals a unit rate of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons $ 125.00 /load Total Material direct cost to Shaw= total cost is $50,000.00 total cost Is $50,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it quotes rate of $175.00/load in place. Subtract rate of $125.00/load to furnish and deliver to arrive at rate of $50.00/load to place. KPH quote to place imported dirt Is $50.00/load based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 /load Total Subcontract direct cost to Shaw= Shaw Labor Task Cateso~ Hours total cost is $20,000.00 total cost Is $20,000.00 $20,000.00 Hourly Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer 8 $ 15.04 $ 120.32 D. King replace damaged stakes Laborer 8 $ 15.04 $ 120.32 D. King oversee KPH, get truck count, documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Markup and Total Cost Material Subcontract Subtotal third party direct cost Shaw markup at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at proposed unit rate for change order Calculate change order unit rate: $ 196.04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 , OC-21rev. r ("') INSTITUTION: PROJECT: ST A TE CODE & ITEM : CONTRACT FOR: CONTRACTOR: NCDENR STATE CONSTRUCTION OFFICE CHANGE ORDER NO. 14 Warren County PCB Landfill Detoxification ID#: 010440101A BCD Detoxification Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd, Trenton, NJ 08691-1904 X OR Owner Request D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error D DO Design Omission 0 SC Schedule Change 0 OTOther Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders 3. Amt. Of This Order: ADD ADD TOTALS $6,658,000.00 $6,719,339.00 Deduct $385,375.28 $ 0.00 Deduct $ 0.00 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: $385,375.28 $6,333,963.72 (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $12,991,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. Shaw Environmental & Infrastructure, Inc. By: 42 ~ ...;7~ '1l/ 1.1 / O) (Contractor) (Date) 200 Horizon Center Blvd Gary W. Duke, P.E. Trenton, NJ 08691-1904 Project Manager Earth Tech By: ~ -----------------(Designer) _ N_C_D_E_N_R_...,_D_iv_of_W_a_st_e_M_a_n_a_..g'-e_m_e_n_t ___ By: (Owner) State Construction Office By: ----------------- -----------------By : Other approving Agency (if needed) DISTRIBUTION: 1 original to State Construction 1 original to Owner 1 original to Board or Commission (if any) te) /h ~ ;3~_9_/4-_/4-=-3 _ 1 (Date) 1 original to Designer 1 original to Contractor 1 original to Surety (Date) (Date) , 1 REQf:,JEST F"D "' l'T"l '"''"''~1\TION TO, CHANGE DATE: .-.ugu!>·, i.l, l003 ' STATE CODE: SC0#010440101A REQUEST NO.: OWNER: 14 NCDENR Earth Tech( PROJECT NAME: Warren County PCB Landfill CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line 23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1.008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract time extension? Yes $78,400.00 ($78,400.00) $0.00 3. Will the change require a contract time extension for other contractors? No Which? n/a 4. Are additional costs indicated by reason of the time extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: ____ $_0_.o_o ________ _ 10.oo 6. Estimated time extension field cost (if any) Covered by unit price for Shaw DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that it is in the best interest of the owner to have the work accomplished. I have also determined that the cost and lime allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: t · ns for change order for import and placement of cover sott Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which wori<s out to be 1 O cy/load or 15 tons/load. KPH quota to furnish and deliver dirt Is $125.00/load based on average of 15 tons/load this equals a unit rete of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons S 125.00 /load Total Material direct cost to Shaw" total coat 11 $50,000.00 total cost Is $60,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it quotes rate of $175.00/load in place. Subtract rate of $125.00/load to furnish and deliver to arrive at rate of $50.00/load to place. KPH quote to place Imported dirt 11 $50.0onoad based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 /load Total Subcontract direct cost to Shaw= Shaw Labor Task Catego~ Hours total COit Is $20,000.00 total cost Is $20,000.00 $20,000.00 Hourty Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer 8 $ 15.04 $ 120.32 D. King replace damaged stakes Laborer 8 $ 15.04 $ 120.32 D. King oversee KPH. get truck count. documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Mari<up and Total Cost Material Subcontract Subtotal third party direct cost Shaw mari<up at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at.proposed unit rate for change order Calculate change order unit rate: $ 196.04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 September 2, 2003 Ms. Patricia M. Backus, P.E. North Carolina Department of Environment and Natural Resources Division of Waste Management 401 Oberlin Road, Suite 150 Raleigh, NC 27605 RE: Change Order No. 14 Warren County Detoxification Oversight Project NC SCO ID No. 010440101A Dear Pat: Attached are six signed copies of the referenced document. Please feel free to call me at (864) 234-3056 if you have any questions or require additional information. Regards, Jim Cloonan, P.E. Project Manager /attachment c: John Funk, Raleigh (letter only) E A R T H © T E C H A Tyco Infrastructure Services Company OC-~4 rev. 9-88 INSTITUTION: PROJECT: ST A TE CODE & ITEM : CONTRACT FOR: CONTRACTOR: NCDENR STATE CONSTRUCTION OFFICE CHANGE ORDER NO. 14 Warren County PCB Landfill Detoxification ID#: 010440101A BCD Detoxification Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd, Trenton, NJ 08691-1904 X OR Owner Request D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error D DO Design Omission 0 SC Schedule Change 0 OT Other Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders 3. Amt. Of This Order: ADD ADD TOTALS $6,658,000.00 $6,719,339.00 Deduct $385,375.28 $ 0.00 Deduct $ 0.00 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: $385,375.28 $6,333,963.72 (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $12,991,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. Shaw Environmental & Infrastructure, Inc. By: ~ ~ ~ ~ (Contractor) 200 Horizon Center Blvd Gary . Duke, P.E. Earth Tech By: _ ~ Trenton, NJ 08691-1904 Procject~anar _r ! (Designer) _N_C_D_E_N_R_,_,_D_iv_o_f W_a_st_e_M_a_n_a__.,g._e_m_e_n_t ___ By: ~-it~--~. &~----/ (Owner) State Construction Office -----------------By: --------------By: Other approving Agency (if needed) DISTRIBUTION: 1 original to State Construction 1 original to Owner 1 original to Board or Commission (if any) 1 original to Designer 1 original to Contractor 1 original to Surety (Date) (date) (Date) (Date) (Date) REOUEST FOR AUTHORIZATION TO CHANGE DAT~ August 27, 2003 STATE CODE: SCO#010440101A REQUEST NO.: 14 NCDENR Earth Tech PROJECT NAME: Warren County PCB Landfill OWNER: CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line 23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1 .008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract time extension? Yes 3. Will the change require a contract time extension for other contractors? No Which? n/a $78,400.00 ($78,400.00) $0.00 4. Are additional costs indicated by reason of the time extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: ----'-$....:..0""'.0....:..0 ________ _ f0.00 6. Estimated time extension field cost (if any) Covered by unit price for Shaw /Vo'r\,e DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that it is in the best interest of the owner to have the work accomplished. I have also determined that the cost and time allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: r change order for import and placement of cover soil Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which works out to be 10 cynoad or 15 tonsnoad. KPH quote to furnish and deliver dirt is $125.00/load based on average of 15 tonsnoad this equals a unit rate of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons $ 125.00 noad Total Material direct cost to Shaw= total cost is $50,000.00 total cost is $50,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it quotes rate of $175.oonoad in place. Subtract rate of $125.oonoad to furnish and deliver to arrive at rate of $50.oonoad to place. KPH quote to place imported dirt Is $50.00/load based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 noad Total Subcontract direct cost to Shaw= Shaw Labor Task Cate90~ Hours total cost Is $20,000.00 total cost is $20,000.00 $20,000.00 Hourly Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer 8 $ 15.04 $ 120.32 D. King replace damaged stakes Laborer 8 $ 15.04 $ 120.32 D. King oversee KPH, get truck count, documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Markup and Total Cost Material Subcontract Subtotal third party direct cost Shaw markup at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at proposed unit rate for change order Calculate change order unit rate: $ 196.04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 OC-;i4 rev. 9-88 ,. INSTITUTION: PROJECT: ST A TE CODE & ITEM : CONTRACT FOR: CONTRACTOR: NCDENR STATE CONSTRUCTION OFFICE CHANGE ORDER NO . 14 Warren County PCB Landfill Detoxification ID#: 010440101A BCD Detoxification Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd, Trenton, NJ 08691-1904 X OR Owner Request D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error D DO Design Omission □ SC Schedule Change □ OT Other Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders ADD $6,719,339.00 Deduct 3. Amt. Of This Order: ADD $ 0.00 Deduct 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $385,375.28 $ 0.00 $385,375.28 TOTALS $6,658,000.00 $6,333,963.72 $12,991,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. / Shaw Environmental & Infrastructure, Inc. By: ::z ~ ..,(}~ ~-'l.1/ •J (Contractor) (Date) 200 Horizon Center Blvd Gary · . Duke, P.E. Trenton, NJ 08691-1904 Proj&ect ,Mana(e~ Earth Tech By: ~ ~ (Designer) _N_C_D_E_N_R--',_D_iv_o_f W_a_st_e_M_an_a~g._e_m_e_n_t ___ By: (Owner) By: -----------------State Construction Office -----------------By: 0th er approving Agency (if needed) DISTRIBUTION: 1 original to State Construction 1 original to Owner 1 original to Board or Commission (if any) 1 original to Designer 1 original to Contractor 1 original to Surety ( ate) (Date) (Date) (Date) REG.UEST FOR AUTHORIZATION TO CHANGE DATE: August 27, 2003 STATE CODE: SCO#010440101 A REQUEST NO.: 14 NCDENR Earth Tech PROJECT NAME: Warren County PCB Landfill OWNER: CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line 23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1. 008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract time extension? Yes 3. Will the change require a contract time extension for other contractors? No Which? n/a $78,400.00 ($78,400.00) $0.00 4. Are additional costs indicated by reason of the time extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: _$_0_.0_0 ________ _ 6. Estimated time extension field cost (if any) Covered by unit price for Shaw DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that it is in the best interest of the owner to have the work accomplished. I have also determined that the cost and time allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: r change order for import and placement of cover soil Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which works out to be 10 cy/load or 15 tons/load. KPH quote to furnish and deliver dirt is $125.00/load based on average of 15 tons/load this equals a unit rate of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons $ 125.00 /load Total Material direct cost to Shaw= total cost is $50,000.00 total cost is $50,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping. Inc., it quotes rate of $175.00/load in place. Subtract rate of $125.00/ioad to furnish and deliver to arrive at rate of $50.00/ioad to place. KPH quote to place imported dirt is $50.00/load based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 /load Total Subcontract direct cost to Shaw= Shaw Labor Task Catego!:}'. Hours total cost is $20,000.00 total cost is $20,000.00 $20,000.00 Hourly Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer B $ 15.04 $ 120.32 D. King replace damaged stakes Laborer B $ 15.04 $ 120.32 D. King oversee KPH, get truck count, documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Markup and Total Cost Material Subcontract Subtotal third party direct cost Shaw markup at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at proposed unit rate for change order Calculate change order unit rate: $ 196.04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 , OC-~4 rev. 9-88 , INSTITUTION: PROJECT: STA TE CODE & ITEM : CONTRACT FOR: CONTRACTOR: NCDENR STATE CONSTRUCTION OFFICE CHANGE ORDER NO. 14 Warren County PCB Landfill Detoxification ID#: 010440101A BCD Detoxification Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd, Trenton, NJ 08691-1904 X OR Owner Request D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error D DO Design Omission 0 SC Schedule Change 0 OTOther Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders 3. Amt. Of This Order: ADD ADD TOTALS $6,658,000.00 $6,719,339.00 Deduct $385,375.28 $ 0.00 Deduct $ 0.00 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: $385,375.28 $6,333,963.72 (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $12,991 ,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. Shaw Environmental & Infrastructure, Inc. By: 2 ~-~ i / 1--J v 'l (Contractor) (date) 200 Horizon Center Blvd Gary W. uke, P.E. Earth Tech By: ~ ~ Trenton, NJ 0869 1-1904 Proffject ~ana~er (Designer) _N_C_D_E_N_R_,_,_D_iv_o_fW_a_st_e_M_a_n_a....,.g._e_m_e_n-'-t ___ By: ~~ }E . ~~~ (Owner) State Construction Office -----------------By: --------------By: Other approving Agency (if needed) DISTRIBUTION: 1 original to State Construction 1 original to Owner 1 original to Board or Commission (if any) 1 original to Designer 1 original to Contractor 1 original to Surety ' (D'ate) (Date) (Date) (Date) REQUEST FOR AUTHORIZATION TO CHANGE , DATE: August 27, 2003 STATE CODE: SCO#010440101A REQUEST NO.: 14 NCDENR Earth Tech PROJECT NAME: Warren County PCB Landfill OWNER: CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line 23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1 .008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract time extension? Yes 3. Will the change require a contract time extension for other contractors? No Which? n/a $78,400.00 ($78,400.00) $0.00 4. Are additional costs indicated by reason of the time extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: --'-$_0_.o_o ________ _ 6. Estimated time extension field cost (if any) Covered by unit price for Shaw DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that it is in the best interest of the owner to have the work accomplished. I have also determined that the cost and time allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: r change order for import and placement of cover soil Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which works out to be 10 cy/load or 15 tons/load. KPH quote to furnish and deliver dirt is $125.00/load based on average of 15 tons/load this equals a unit rate of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons $ 125.00 /load Total Material direct cost to Shaw= total cost is $50,000.00 total cost is $50,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it quotes rate of $175.00/load in place. Subtract rate of $125.00/load to furnish and deliver to arrive at rate of $50.00/load to place. KPH quote to place imported dirt Is $50.00/load based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 /load Total Subcontract direct cost to Shaw= Shaw Labor Task Cate90~ Hours total cost is $20,000.00 total cost Is $20,000.00 $20,000.00 Hourly Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer 8 $ 15.04 $ 120.32 D. King replace damaged stakes Laborer 8 $ 15.04 $ 120.32 D. King oversee KPH, get truck count, documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Markup and Total Cost Material Subcontract Subtotal third party direct cost Shaw markup at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at proposed unit rate for change order Calculate change order unit rate: $ 196.04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 OC-~4 rev. 9-88 INSTITUTION: PROJECT: ST A TE CODE & ITEM : CONTRACT FOR: CONTRACTOR: NCDENR STATE CONSTRUCTION OFFICE CHANGE ORDER NO. 14 Warren County PCB Landfill Detoxification ID#: 010440101A BCD Detoxification Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd, Trenton, NJ 08691-1904 X OR Owner Request D CR Contractor Request D DR Designer Request D CC Concealed Condition D DE Design Error D DO Design Omission 0 SC Schedule Change 0 OT Other Under the terms of the Contract and without invalidating the original provisions thereof, the following change in work is authorized for the change in contract amount herein set forth: (Description of change order attached) Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. The time of completion including previous orders is 928 calendar days and shall be unchanged by Q calendar days by this change order, for a revised contract date of completion of September 26, 2003. CONTRACT COST SUMMARY 1. Original Contract Amount 2. Amt. Of Previous Orders ADD $6,719,339.00 Deduct 3. Amt. Of This Order: ADD $ 0.00 Deduct 4. Total additions lines 2 &3 $6,719,339.00 Minus Total Deducts: (Line 4 shall show the net amount to be added or (deducted) from the contract amount.) 5. Revised Contract Total Amount 6. The Owner certifies that the contingency fund balance after this change is $385,375.28 $ 0.00 $385,375.28 TOTALS $6,658,000.00 $6,333,963.72 $12,991,963.72 $ Fill in one copy only I certify that my Bonding Company will be notified forthwith that my contract has been increased by the amount of this change order, and that a copy of the approved change order will be mailed upon receipt by me to my surety. Shaw Environmental & Infrastructure, Inc. By: :::3:. ,.......-:,.....-. -</~ (Contractor) 200 Horizon Center Blvd Ga . uke, P.E. Trenton, NJ 08691-1904 Pro~ject _Ma~ Earth Tech By: ~ ~ (Designer) ~Y> -K . .J _N_C_D_E_N_R__,_,_D_iv_of_W_a_st_e_M_a_n_a_.,g,_e_m_e_n_t ___ By : "-f!~____, ll) , ~~ (Owner) State ConstructiOn Office -----------------By: --------------By : Other approving Agency (if needed) DISTRIBUTION: 1 original to State Construction 1 original to Owner 1 original to Board or Commission (if any) 1 original to Designer 1 original to Contractor 1 original to Surety ( ate) 9/Z,joJ 1 (Date) q ~ ( ate) (Date) (Date) REQUEST FOR AUTHORIZATION TO CHANGE I DATE: August 27, 2003 14 STATE CODE: SCO#010440101A REQUEST NO.: PROJECT NAME: Warren County PCB Landfill OWNER: NCDENR CONTRACTOR: Shaw Environmental & Infrastructure, Inc. DESIGNER: Earth Tech CONTRACT FOR: BCD Detoxification DESCRIPTION OF CHANGE: Add new line item 23, "Supply, deliver and place 6,000 tons (400 truck loads) of cover soil" at unit price of $196.00 per load, for a total estimated value of $78,400.00. Increase line item 20, "CREDIT for fuel supplied by state", by an offsetting amount to keep the net value of this change order at zero. It is anticipated that this increase will be adequate to cover the remaining fuel expected to be used. Schedule is unaffected by this change. REASON FOR CHANGE: Offsite cover soil must be supplied to replace onsite material which was to be used for clean cover but which was found to be contaminated with PCBs. Payment for placing this offsite cover soil offsets costs incurred by contractor in moving contaminated soil back into bottom 15 ft of landfill as required by USEPA. Increase in credit line item for state supplied fuel both offsets these soil related costs arid is required to cover actual fuel use in excess of that anticipated by previous Change Order #9. SUMMARY REVIEW OF CONTRACTOR'S ESTIMATE FOR TIME AND COST: (Attach Contractor's detailed cost breakdown of labor and materials). Add line 23-"Supply, deliver and place cover soil" estimate 400 truck loads at $196.00/load Increase line 20 -"CREDIT for state supplied fuel" by estimated 77,777 gallons at $1 .008/gal Total change order value: DESIGNER SUMMARY: 1. Schedule items affected by this change: None ADD CREDIT 2. Can Contractor mitigate the change without requiring a contract lime extension? Yes $78,400.00 ($78,400.00) $0.00 3. Will the change require a contract time extension for other contractors? No Which? n/a 4. Are additional costs indicated by reason of the lime extension? No If so they must be included in 5 & 6 Below. CONTRACTOR'S ESTIMATE DESIGNER'S ESTIMATE 5. Estimated cost of change: ____ $_0_.o_o ________ _ 6. Estimated time extension field cost (if any) Covered by unit price for Shaw DESIGNER RECOMMENDATION AND CERTIFICATION: I certify that I have reviewed all aspects of this change order and have determined that ii is in the best interest of the owner to have the work accomplished. I have also determined that the cost and time allotment are fair and equitable, and I recommend acceptance by the owner. Approved by: Title: I s for change order for import and placement of cover soil Quantity required Materials Shaw Environmental and Earth Tech have agreed upon an estimated quantity of: 4,000 cubic yards of material to be imported and placed we have also agreed upon an assumed in place density of: 1.5 tons/cy which would result in an estimated quantiy of: 6,000 tons Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it estimates 400 tandem dump truck loads required, which works out to be 10 cy/load or 15 tons/load. KPH quote to furnish and deliver dirt is $125.00/load based on average of 15 tons/load this equals a unit rate of $ 8.33 per ton for estimated quantity of alternate calculation: 400 loads@ 6,000 tons $ 125.00 /load Total Material direct cost to Shaw= total cost is $50,000.00 total cost Is $50,000.00 $50,000.00 Subcontract Placement Reference August 19, 2003 proposal from KPH Trucking & Landscaping, Inc., it quotes rate of $175.00/load in place. Subtract rate of $125.00/load to furnish and deliver to arrive at rate of $50.00/load to place. KPH quote to place imported dirt Is $50.00/load based on average of 15 tons/load this equals a unit rate of $ 3.33 per ton for estimated quantity of alternate calculation: 400 loads@ $ 6,000 tons 50.00 /load Total Subcontract direct cost to Shaw= Shaw labor Task Catego!}'. Hours total cost is $20,000.00 total cost Is $20,000.00 $20,000.00 Hourly Item Cost Cost initial staking Supervisor 1 $ 47.25 $ 47.25 D. Ditcher initial staking Laborer 8 $ 15.04 $ 120.32 D. King replace damaged stakes Laborer 8 $ 15.04 $ 120.32 D. King oversee KPH, get truck count, documents to Earth Tech, allow 2 hrs/day for 10 days Supervisor 20 $ 47.25 $ 945.00 D. Ditcher Total Shaw Labor direct cost= 37 $ 1,232.89 Shaw Markup and Total Cost Material Subcontract Subtotal third party direct cost Shaw markup at 10% Subtotal third party total cost Shaw Labor Shaw markup at 20% Subtotal Shaw labor total cost Estimated total cost to NCDENR $50,000.00 $20,000.00 $70,000.00 $ 7,000.00 $77,000.00 $ 1,232.89 $ 184.93 $ 1,417.82 $78,417.82 Divide total cost by estimate of 400 truckloads to arrive at proposed unit rate for change order Calculate change order unit rate: $ 196. 04 per load Round unit rate to nearest whole dollar: $ 196.00 per load Estimated value of change order, based on estimated total of 400 truckloads $78,400.00 .. 10 Patcwood Drive , Bldg . VJ, Suite 500, Greenville , South Carolina 29615 February 7, 2003 Mr. Gary Duke, P.E. Shaw Environmental & Infrastructure 200 Horizon Center Blvd. Trenton, NJ 08691-1904 RE: Request for Change Order Due to Change in Soil Conditions Elevated Moisture Warren County PCB Landfill Detoxification Project NC SCO ID No.6095520110 Dear Mr. Duke: This letter is in response to the draft MSR Change Order for moisture content that you e- mailed me on January 31 st• In suminary, MSR is seeking additional compensation because the moisture content of their feed soils is greater than the 9.25 percent assumed in their bid to Shaw. Earth Tech can see no material basis for this change order. Bids for the project were based on the following: • Basis of Bids (Attachment 2 of the Program Documents): Feed composition to have moisture content of 5 -40 percent. This statement was expressly included to inform bidders of the potential variability in moisture content of the feed materials. • Instructions to Bidders (Article 2, Examination of Conditions): By submittal of a bid, the contractor acknowledges that he has carefully examined all documents and conditions of the work, and has no doubt as to the meaning of the bid documents. Shaw and MSR, as well as all other bidders, were given the opportunity to perform sampling of the landfill and to examine all Division of Environment and Natural Resources (DENR) files prior to bidding. • The Program Documents provided no guarantees of moisture content of the feed soils. Shaw and MSR should have known that the soil moisture content would vary once the landfill was opened to the weather. Management of materials in the open landfill is the responsibility of Shaw and MSR. Shaw is compensated for moisture in part because the unit rate is based on the weight of soil prior to treatment. • The Form of Proposal signed by IT (now Shaw) states " ... with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and the contract documents ... ". MSR's letter does not provide such a basis for additional compensation. The arguments in the referenced document represent contractual issues between Shaw and MSR, not a change in conditions at the landfill. Please feel free to call me at (864) 234-3056 if you have any questions. EARTH®T EC H A tqca INTERNATIONAL LTD. COMPANY Teleph·one 864.234.3000 Facsimile 864.234.3069 I. 10 Patewood Drive, Bldg. VI, Suite 500 , Greenville, South Carolina 29615 Mr. Gary Duke, P.E. February 7, 2003 Page Two Sincerely, Earth Tech of North Carolina, Inc. Jim Cloonan, P.E. Project Manager c: Pat Backus, NCDENR John Funk, Raleigh E A R T H © T E C H A tqca INTERNATIONAL LTD. COMPANY Telephone 864.234 .3000 Facsimile 864 .234 .3069 6 Stiaw111e Shaw Group Inc.™ December 201 2002 Earth Tech 10 Patewood Drive Building VI, Suite 500 Greenville, SC 29615 Attn: Mr. Jim Cloonan, P.E. (864) 234-3056 phone (864) 234-3069 fax VIAFAX Subject: Notice of Potential Change Order . Warren County Landfill PCB Detoxification NCSCO ID #010440101A, Shaw Project# 827062 Dear. Mr, Cloonan, Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd . Trenton, NJ 08691-1904 Direct Dial: 609-588-6373 FAX: 609-588&6300 In accordance with General Condition #20.a of the contract, I wish to inform you of a situation which may lead to a .request for a Change Order. Shaw's subcontractor, Midwest Soil Remediation, has issued the enclosed Notice of Cost Impact related to an unknown organic substance fouling the condensing system of the thermal treatment unit. Based on my review of the information presented I do not believe that a firm conclusion can be reached at this time as to the nature or origin of the substance and therefore whether its presence constitutes a previously unsuspected differing site condition. I have requested that MSR advise us as to what additional analyses they feel would be helpful in this regard and welcome any suggestions that you or your staff may have in this regard. Clearly, the priority in this matter should be attempts to identify the material and means to prevent or at least mitigate further impacts. I previously discussed with you a proposal to add limited amounts of diesel fuel to the feed soil, as described in the last paragraph of page 2 of MSR's letter. Operations this weekend and/or the week of December 30 should provide some information on the effectiveness of that procedure. Shaw Environmental & Infrastructure, Inc. 6 StiawThe Shaw Group Inc.'" Should you have any questions in regard to this matter please contact me at (609) 588-6373 at your earliest convenience to discuss them. Sincerely, Shaw Environmental, Inc. --~ ,A,/ p,,,,_,L-. Gary W. Duke, P .E. Project Manager Enclosures: MSR 12/14/02 letter to Shaw E&I re organic fouling Cc via fax: Pat Backus, NCDENR, with enclosure Cc via e~mail, w/o enclosure: Tony Fetherling, MSR Carl Swanstrom, MSR Carl Palmer, MSR/TDX Bill Gallagher, Shaw E&I Dukefile: CO notice-organic fouling-122002.doc I I D.ec 18 02 04: 12p MSR Elgin, Il. 84?7424294 ••' : ~ci~\BJ MidweesT Soil REMEdiATioN, INCo December 14, 2002 Shaw Environn1ent & Infrastructure Attn: Mr. Gary Duke 200 Horimn Center Blvd Trenton, NJ 08691-1904 SUBJECT: Notice of Cost lnlpactt Unknown Organic Fouling Condensing System Dear Gary; A& you know, we have been experiencing frequent plant outages so that we can clean organic fuuling from the condensing system. Based on direct observation of the material that fouls the system, as well as inferences from laboratory analysis, this unknown material does not appear to be one of the site contaminants or other previously disclosed materials thought to be in the hmdfill. We therefore consider this to be a differing site condition and plan to request an equitable adjustment to our contract to address the cost of this cleaning procedure. Please be aware that we have taken aggressive steps to reduce the frequency of this deaning. We will continue to do so. None-the-less. we cannot bear the cost of this, and request that a change to the contract be effected as soon as possible . Trus problem resulted in its first outage on November 24, 2002. Feed was stopped at 10:34. The plant operators reported during the night shift starting on November 22 that there was a ••tot more oily residue in T-1 t the condensate transfer tank. Apparently the feed soi.I had changed substantially from what had been processed up to that time since August 23 . Within 36 hours the temperature in · the primary condenser had climbed to unacceptable levels and the plant had to be shut down on Novi:mber 24. Upon inspection, the HX-1 vessel was found to have three feet ofa rubbery, spongy black organic material accumula.ted in its bottom . The fin-fan cooler, HX-50 l, was almost completely plugged wi1h the same material. Clean up required multiple shifts. The plant was returned to operation at 02:00 on November 27, with the outage duration totaling 63 hours, 26 minutes. This scenario has repeated itself a. total of five rimes since it began. The total outage time has been over 150 hours. 1480 Sheldon Drive b Elgin, Illinois 60120 Ji: Phone 847-742-4331 Jt; Fax 847•742-4294 Dec: 18 02 04:12p HSR Elgin, I 1. 847742'4294 Gary~ Not.ice ofCotat lmpa11t. Ullknown Orpnie Fouling Condlmi.ug Symn 0 utaees B ecause o ru kn D own 11"1!:amc 0 n2 oo ensers 0 "Fuli Cd Start Outage End Outas:te Net Time Down 11/24/02 10:34 11/27/02 02:00 63:26 11/29/02 05 ;25 11/29/02 15 :14 09:49 12/2/02 10:27 12/3/02 22:15 35:48 12/14/02 08:SS 12/15/02 15 :02 40:07 12/15/02 23:30 continuing m TOTAL >149:10 D=lnbet 18, 2002 P~2uf3 We have collected a sample of the organic material that was removed from the HX-1/HX-S01 cooling loop. We also collected a sample of the feed on November 24. These were analyzed for PCBs and SVOCs in an attempt to characterize the problem and develop a solution. The sample results are attached. The feed :mil sample from November 24 is our ID number 308-55-18. The HX-l/HX-501 organic material is our sample number '.308-56.21. I have not been able to determine the chemical compound or compounds that dominate the spongy plastic organic fouling material. I do not believe that it is PCBs or P Alis, which are the site contaminants that we were made aware of in the bid documents. PCBs in the HX-1 sample are only 2.2% and PAH& are 0.76%. This is simply not enough to represent the bulk organic material that we are collecting, which was literally shoveled into a wheel barrow. The SVOC results also report ten tentatively identified compounds (TlCs). Mr. Palmer believes the ten TI Cs in the HX-1 material are all ~CBs, and none are other organic chemicals, The total of the TICs is very close to the 2.2% PCB result. Since no other organic chemical is reported in the ten TICs, and TICs arc reported in decreasing concentration order, then there does not appear to be compounds identifiable by GC/MS at greater than 0. 7 %, and we cannot identify the fouling chemical compound from the SVOC results. In summary, the chemical resulls do not identify Lhe fouling organic chenuc.:ill. Nor do lhey aid in solving the problem. We also consider that both the Batch 46 and Batch 48 failures with PCB results near 1 ppm are a result ofrheunstable plant operation (frequent startup and shut down) that resulted from this fouling of the condensers, and possibly from other negative impacts of the material. We therefore consider the cost of reprocessing these batches to be a cost impact of the unknown orgaruc chemical fouling . We are also adding fuel oil to the feed soil in an attempt to clean the condensers and eliminate or reduce the fouling. We do not expect this to be very costly, (as outlined in an email to you on 12/13/02) with the cost probably being only the purchase price for the fuel oil. This is because the disposal of the recovered condensate from the fuel oil is paid under bid line 12 when the material is processed in the liquid BCD reactor. We are still assessing the impacts of this new condition. as well as the means and methods to address ,,, I u~e lH 02 04:12p MSR Elgin, Il. 84?7424294 I PARADIGM ANALYrlCAL JABORATORIES, INC. Feed Soil 11/~:4/02 Client Sample ID: 308--55-18 Client Project ID: 827062 Lab Sample ID: 57890 Lab Project ID: G51S..114 Ma1mc: Sou Compound Amclor-10i6 Aroclcr-1221 Aroclor-1232 Arod0r-, 242 Arcclar-1248 Aroclar-1254 Aroclcr•1260 surrogate Spike Recoveries TCMX Results tor PCB• by EPAB082 %SOLIDS: 882 Qa,anffiatk,n Limit (ugll(GJ 38000 36000 38000 36000 30000 36000 38000 Spite Addtd 100 Cate Collected: 11/24/02 Dalte Received: 11/27/02 Pate Analy;r.ed: 1214102 Analymd By: CLP Dlll.1ti0n: 1000 Result (ug/KG) BQL BQL BQL BQL BOL BQL 370DGO Spike Percent RHUR ReCOV8ntd NA NA "Sample was quantitated as A.roclcr 101611260, bl.rt appears ta contain a ml.lCtllre of Aroclal'$, ' ccnr1man1&: BQL :,: Below Quaotitation Limtt NA = Not applic8ble, &Um,gafa dilUtacl DUt. Reviewed By: ,#: N.C. Certification #481 S.C. Cen.iOcation #99029 . ' r Dec 18 02 04:l~p 84'774242!:14 PARADIGM ANALYJ'ICAL LABORATORIES, INC. Black Stuff that Plugged HX-501 Client Sampkt 10; 3()8..56-21 Clleot Project ID: 827062 I.ab S~ ID: 57891 Lab Project ID: G515-114 Matrix: Soll Compound Arodor•1016 Aroclor-1221 Af'Ddar-1232 lwc!or-1242 Aroclor-1248 Aroclar-1254 Arac:for.1260 Surrogate Sp.ilea Recnverln TCMX Rasull9 for PCBs by EPA8082 %SOLIDS: 72.6 auantltatlon Limit (ug/KG) 5000000 6000000 5000000 5000000 5000000 5000000 5000000 Spike Addecl 100 Date Callectad; 11/25/02 Date ReceiVed: 11/27/02 Date Malyzed: 12/4102 Analy.ted By: CLP Dilution: 5000 Raault (ug/KG) Bal BQL BQL BQL BQL BQL 22000000 Spflce Percent Result Recovered NA NA *Sample wn quanntat.t as Aroclor 101611280, mit &?pen to contain a mixture of Aroclors. Comments: SOL ~ Below Quantltatian Unit NA = Not 8ppllcable, surrogate diluted out. Reviewed By: f"(..k r N.C. Certification #481 S.C. Certification #99029 .. ·-·. "·-··· --------~_;_ ______________ _ / Dec 18 02 04=1:3p MSR Elgir1, Il. 8477424284 PARADIGM ANALYTICAL LABORATORIES, INC. Client Sample ID: 308-55-18 Clil!nt Project ID: 827062 Lab Sample ID: 57B90 Lab Ptoject ID: G51S-114 Malrix: Seil Result:il for SemlvolatOtt byGCMSB270 o/oSohda: 86.2 Date Collected: 11/2412002 Date Received: 1112712002 Date Anatyzed: 12/312002 Analyzed By: MRC· DPulion: 1 Quantltatfon Result Compound Limit (ug/KG) (ug/KG) Acenaphlhene 360 BOL Acenaphthylene ~50 -460 Antl'lracene 380 1000 Benzo{ajanthracene 360 1000 Benza{aJpyrene 360 750 Ben.t0Jb]fluoranthene . .. . . . 360 1300 B81'llO[g,h,i)pe,ylene 3B0 420 Benzo(k)fluoranthene 360 SOL Benmlc Acid 720 1200 Bis{?.~~~o~)IT'~,~n.~--.... __ . . .. . . 360 .. ·-······--·-.. ·---· ~·BQL __ _ Bts(2-chloroelhyl)ether· .. ··-360·-·· ". . BOL Bls(-2-chlorolsopropyl)ether 360 BQL Bis(2-elhVltle>cyl)phlhalale 380 BOL 4-bromopt,enyl phenyl alher 360 BQL Butylben1ylphlhalate 360 _ .. _ . , . . . . .. . .. . BQL 4-Chloroanilinfl 360 BQL 4-Chlcro-3-melhylphenol 380 BQL 2-Chloronaphlhalene 360 BOL 2-Chloraphenal 360 BQL 4-Chtorophcnyl phenyl ether 360 BQL Chrysene· ... . . . ............ ---·-· ... , __ . -···-·--:sec:r·--··-·· ··-----·--· .. ···· ........ 1200 Oi-n-Bulylphlhafate 360 BQL Oi-n-octylphthalate· 380 BOL Dibenio[a,h)e:wdhracene 360 BOL Dibenzofuran 380 400 ... -...... , . . . -·-··-' . -..... 1.2-0ichlorobenzene 360 SOL 1,3-Dichlorobenzene 380 BQL 1,4-0lcnlorobeniane 360 1200 3.3'-0ichlorobe~dine 120· BQL 2,'1-Dichlorapt,ar,ol 360 BOL OiethYlphthalat8 .... ·· · · ·• · · · · · · ____ .. ___ 360 -·-··-~----· ·-· ...... BOL · ·· 2,4•0imethylphenOI 360 BOL Oimelhylphthalate 380 BQL 4,6-Dinltro-2~malhylpheriol 1800 BOL 2,4-Oinitrol)henol 1800 BOL 2.4-Dinitrotoluene 360 BOL 2,6-Dinilrotoluene 360 BOL Fluoranlhene 360 2700 Ftuorsne 360 1000 Hexaehloroberane 360 BQL N .C. Certification #4J}ge A,~. Certification #99029 --~··-----------------~----------------------- .. I / Dec 18 02 04:13,=t l'ISR Elt;in, I l. 8477424294 PARADIGM ANALfflCAL LABORATORIES. INC. Client Sample ID: 308-55-18 Clienl Project ID: B27062 Lab sample 10: 57890 Lab ?rojecl ID: 0515-114 Matrix: Sotl Compound Hexechlorobut,diene Hexachlorocydopentadiene Heicachloroelhane lndeno(1.2,l-c:,d)pyrene lsophorone 2·Methylnephlhalene 2-Msthylphencl 3-& 4-Methyli,tutl'lOf N-Nitrosodl-n-prapylamine N-Nl~odiph_enyl~.~. Naphthalt!ne 2-Nilroanlline J-Nllroanil;ne 4-Nilroanirine Nitrobenzetne 2-Nitropheriol 4-N itrophenol P8r,lachlorophenol F)henanthrsne Phenol Resulhi for Semlvof■tlles b~ GCMS8270 %Solids: 88,2 Quantltatfon Limit (ug/KG) 360 720 360 360 360 ., 0360 . -... 360 360 360 380 ' . ·-· .... '... . . 360 --·-·-·- 360 360 360 360 Date Collected: 11/24/2002 Date Received: 11/27/2002 Dale Analyzed: 12/312002 Analyzed By: MRC· Dilution: 1 Result (ug/KG) BOL BQL BO!. 440 BOL -•••OH•••• I •••~-•1000 aaL 470 BQL BQL -·· ·-...... -··· .. . 530 BOL BQL SOL . ' ' . ·sea _.. . ...... , ..... -·· -... , SOL BQL BOL 1800 1800 360 380 BQL 1800 BQL ·Pyrene ___ , .......... , ....• -···-·-·-·---360 -•---•-••--•M 2400• 1,2,4-Trichlcrobenzene 2,4,5-Trichlcropheool 2 .4 ,6-Trichlorophenot S&.1rrogate Spike ftecgveriea 2-FIUOlablpher,yl 2-Fluorophenol Nltroben:zene-dS Phenol-d6 2,4,8-Tribromophenol 4-Terphenyl-<114 360 360 360 Spike Added 10 10 10 ,o 10 10 Splk• Result 10.2 11.0 11.0 11.2 11 .4 10.8 Percent Recovered 102 110 110 112 114 108 120D BOL BQL Comments: Flags: Results are corrected for %&ollds and dilution where appllcilble. BOL = Belew Qusntttation Limit, Roviowod By~ N.C. Certification #4J.Jo,, ;}atfi-Certification #99029 p.? .. I Dee 18 02 04:13p MSR Elgin, I l. 847742429'4 No. ' 1 2 3 4 5 6 7 8 9 10 PARADIGM ANALfflCAL LABORATORIES, INC. R&aultG of Ubrary Search for Se,nivolatile Compounds byGCMS cnent Sample 10: 308-56-18 Client Projecl 10: 827062 Lab Sample ID: 57890 Lab Project IO: G51S-114 Malrix: Soll Oate Colleeled: 11/24/2002 Dale Received: 11 /2.7/2002 Date Analyzed: 12/3/2002 ~By:MRC Olh.lllor't: 1 % SOLIDS: 86.2 Retention Match Compound Tlmo CAS# Probil1!1lll&v Pantaohlorobiphenyl, Isomer of 17.42 Pentachloroblphenyl. Isomer of 17.73 Trlc:hlaroblphenyl, Isomer of 15.40 Tetrachlorobiphenyl, l5omer of 16.21 Trichloroblph•nyl, laomsr of 16,S5 Trichlotobi~I. Isomer of 16,08 Tstra,;hlorobiphsnyl, Isomer of 16.61 Tetrachlorobiphsnyl,•lsomer of 16.83 Pentachloroblpnenyl, Isomer of 17.63 Telrachlorobiphenyl, Isomer of 16.65 Comment: Tentatl\lely Identified Compound (TIC) refers to Sl.lbstances wnich are t"lot present in the ff5t of target r.ornpounds. Therefore, not all TICs are lder,tifled and quar,tilated using Individual staridari:ts. TIC nsar,gs 8f1I prepared utilizing a computerized library search of electron impact mass spamrel data and evaluation of Iha. relevant data by a mus apecltel data specialist. Qua,,titatloi, is accomplished by relative peak area of the compound compared 10 that of the nearest internal standard from the total ion i:hrornatogram. TICs are ld811tilied and quantile led only If the peak arua is equal to or greater lhan 10% of that of the r1earest internal ttandard. Ouanlilatlon provided is an estimate. Resull (uglKG) 17000 13000 73D0 6100 5900 4800 '4300 4200 4000 4000 Reviewed by:~ N.C. Certification #fllde 1~ Certification #99029 p.B I D"c 18 02 04:13p MSR Elgin, ll. 8477424294 . ,.,_ ---·--, ·-· PARADIGM ANALYI'ICAL LABORATORIES, INC. Client Sample 10: 308-56-21 Cllent Projeet IO; 827062 lab Sample ID: 57891 Lab Project 10; G515•114 Matrix: Soil RHUlta for Sem1Vo11tlles by GCMS8270 %Solids: 72.5 Date COlecled: 1112512002 Dale Received: 11127/2002 Dale Analyzed: 12/412002 Analyzed By: MRC· Dilution: 10 Quantltatlon Result Compound Limit [ug/KG) (ug/KG) Acenaphthene 110000 270000 Acenaphthyl1n11 110000 380000 Anthracene 110000 350000 Benzo[a)anthracene 110000 200000 Benio{a)pyrene 110000 150000 8en2:o[b]Ouoranlhene 110000 340000 B~[g,h1iJperylene 110000 8QL Benzo(k]ffuoranthene 110000 BQL Benzoic Acid 220000 BOL Bls(2-chl0roetho,cy)melhane 110000 BCL BIS(2-dlloroelnyl)ether 110000 • -~ .• BQL Bisf2-chlorolsopropyl)ether 110000 BQL Bis(2-elhyt,sxyl)phthalatc 110000 150000 4-btamcphenyl phenyl ether 110000 BOL Bulylbenzylphlhalate 110000 BQL 4~hloroanmne . . . .. ·-··· .................. -... 110000 BQL 4.c1,1oro-J-methylpnen01 . 110000 BOL 2-Chloronaphlhalene 110000 BOL 2-Chlorophenol 110000 BQL 4-C~~~~.ph!ffl~ ~lt!e.! .... _________ 1j,~~---~--·---... !J9L _,_ Chry&ene 110000 250000 D1-n-Butytphlhalale 110000 BOL Di-n-oc:tylphthalate 110000 BQL Diberu:o(a1h)81'1thracene 110000 BQl Olbentofuran 110000 270000 1,2-Dichloroben:rene ~ 110000 BOL 1,3-Oidllorobenzene 110000 BQL 1,4-0ichlorobenzeue 110000 110000 3,3'-OichlorobenZidine 220000 BOL 2,4-Diehlorophenol 110000 ·--BOl oreiliviPtithalate-· .. ··-._ ................. _,___ 110000·· ·--------·-· ··eOL .. .. 2,4•01methylphenol 110000 220000 Olmethylpt,thalale 110000 BQl 4' ,S-OinUro-2.q,elhylphtlnaJ SSOOOO BQL _2.4~Qinllroi,,~ _ . ··---------.. --J.~~co ____ :._ _________ ···--~~ . 2,4-0initrotoluene 110000 BOL 2,6-0initrotolcJcn8 110000 BQL Fluoranlhene 110000 530000 Fh.Jcrene 110000 720000 Heicachlorobenzene 110000 BQL N .C. Certification ~l ~~C, Certification #99029 .. ·;sage 11112 p.9 I I Dec 18 □ 2 04:14p 8477424294 PARADIGM ANALYl'JCAL LABORATORIES, INC. Client Sample ID: 308-56-21 Client Project 10: 821062 Lab Sample 10: 57891 Lab Project 10: 0615-114 M11lri,c: Soll Results far S.mlvalatlles byGCMSB270 %Solids: 72,5 Date Co!lectecl: 1 i /25/2002 Date Received: 11/27/2002 Date Analyzed : 1214/2002 Analyzed By: MRC· OUulion: 10 Quantltatlon Result COtnp0lmd Limit (ug/KG) (ug/KG) Ht.achlorobutadlene 110000 BQL Hexachlorocyelopenladlene 220000 BQL Hexachloroslhina 110000 BQL lndeno(1,2,k,d)pyrene 110000 BOL lsophorone 110000 BOL 2-Melhylnaphthalene 110000 750000 2-Melhylphenol 110000 140000 3-& 4-Melhylp,henol 110000 41DCIOO N-Nitrosoc:ti•n-propylamine 110000 BOL N-Nitrosodiphanytemil'le,_ -·----~·---~ 1_10000_____ .7600~1:_ 00 _ Naphthalerle ' 1100D0 ,. 2-Nitroanltine 110000 BQL 3-Nltroanlllne 110000 BQL 4-Nltroanmna 110000 BOL Nllroben~lilrllt 1, 0000 BQL 2-Nllroohenol -· -···110000 ... . .. ...... ... BCL 4-Nllrophenol 550000 BOL Pentachlorophenol 650000 BOL PhA!'lanlhrene 110000 850000 Ph~ol 110000 280000 Pyrene· .... ·-·---·· _,,_,,, ______ -· . --·. --. 110000.,,_..---------~ ~--· saoooo 1,2,4-TrichlOf'obenzene 110000 250000 2 .4,5-Trk:hlotophenol 110000 BQL 2,4,6~ Trichtarophenol 110000 BQL Surrc,gate Spiko RcGOverlH 2-F1ucrobiph1nyl 2-Fluorophsnol Nittobem:ena-dS Phenol-dB 2.4,6•Tttbrarnophenol 4--Terphenyt-d14 Comments: Spike Addoa 10 ,o 10 10 10 10 Spike Percont Result Recovered NA NA NA NA NA NA NA NA NA NA NA NA R8$ulls are eorrecl8d for %solids and dilution where applicable. Flags: NA= Nol applleable, surrogates dilulad out. BQL = Below QuanlitaUon LimiL -~\..-- N.C. Certification~ 2,~. Certification #99029 ,, ' p. 10 I I I D&e 18 02 04:14p MSR El;il"l, Il. 84?7424294 p. 11 No. 1 2 3 4 5 6 7 8 e 10 PARADIGM ANALfflCAL LABORA.'fflRIES, lHC. Results of Library Search for Semlvof4itlle CamPoUnds byGCMS Client Sample ID; 308•56-21 Clienl Project ID: 827062 Lab Sample ID: 57891 Lab Project ID: 0515-114 Matrix: Sail D8le Collscied: t 1/25/2002 Date ReceiYed: 11/27/2002 Date Analyzed: 12/4/2002 AnalyZeCI By: MRC DMutian: 10 % SOLIDS: 72.5 Retention Mitch Compound Time c~ Probabllltv Hexachloroblphenyl, laomer of 18.SO Blphanyl 12.05 000092·52"'4 93 HelCaC:hlorobiphenyi, Isomer of· 18.81 He:itar;hlotobiphenyl, lsomar of 19.17 Pentad'llorobiphenyt, Isomer of 17.72 Oichlorobiph~n¥1, Isomer of . 14,12 Trlchlorobiphanyl. ~er of 15,40 Penlachlorobiphenyl-, 150tner or 17.◄2 Hsicac:hlorobiphenyl, 150ffl8!' or 1a:33 Heptachlorabii:shenyl, Isomer al 19.34 Comment: Tenlalively Identified Compound (TIC) refers to i.wbslancas which are not present in ltle llsl of latget coo,po~s. Therefore, not aN TICS are ldentlfted and quantilated i,sinQ ll'ldividuel :.tandard;s. Tic hstlngs are propared -.itillzlng a computerlied libr,ry search of alectran impact mass speclral dala and evalu~tion of the te&evant data by a mass spectral data specialist. Quanlitalton is acccmpllshed by telallve peak area of the c;ompound compared lo thal of the nearest intemat standard from the 1otal ion chromatogram. TICs ar11 idenlif"ied and quentllBled ooiy if lhe peak area i5 eqllal to or greater than 10% of that of the nearest internal slandard, Quanlltallon provided is iln estimate. N.C. Certification #Mi\e 1~ Certifacation #99029 Resurt (Ila/KG) eoooooo 6800000 5400000 4300000 3300000 3200000 2800000 2800000 2500000 2400000 ... ·--. --~~-------1------------------------ .. 6 St;awToe Shaw Group Inc,'~ November 27, 2002 Earth Tech 10 Patewood Drive Building VI, Suite S00 Greenville, SC 29615 Attn: Mr. Jim Cloonan, P.E, (864) 234-3056 phone (864) 234~3069 fax Subject: Notice of Potential Change Order Warren County Landfill PCB Detoxification NCSCO ID #010440101A, Shaw Project# 827062 Dear Mr. Cloonan, Shaw Environmental & Infrastructure, Inc. 200 Horizon Center Blvd. Trenton, NJ 08691-1904 Direct Dial: 609-588-6373 FAX: 509-588-6300 In accordance with General Condition #20.a of the contract, I wish to inform you of a situation which may lead to a request for a Change Order. The situation relates to issues discussed in our conference call of November 25th, and documented in my letter of today to NCDNER on those issues, see item #3, paragraphs 1 and 4. . As noted in that letter, Shaw is complying with the directives contained in your e-mail message of November 25th, as they appear to be reasonable precautions given the recent discovery of PCB contaminated sediments in areas of the site where they should not be present. Further sampling and evaluation is necessary to determine the ultimate source of the contamination, and work on that is in progress. If the results demonstrate that the contamination is due to a previously unsuspected site condition and not to any act or negligence of Shaw then I would anticipate submitting a request for change order to cover the cost of these and any future actions needed to address it. This notification is intended to fulfill the contractual requirement for notice and to alert you so that we can establish mutually satisfactory means to track the work presently being perfonned, our respective site personnel have already made progress in this area. Shaw Environmental & Infrastructure, Inc. 6 StiaWThe Shaw Group Inc:~ Should you have any questions in regard to this matter please contact me at (609) 588-6373 at your earliest convenience to discuss them. Sincerely, Shaw Environmental, Inc. ~~p~~ Project Manager Enclosures: Storm water issues letter to NCDENR 11/27/02 Dukefile: CO notice-sediments .. 112702.doc ,, I i ,I O Pa t e w oo d Drive, Building. VI , Suite. 500 , Greenville , SC 2961 5 • P.O. Box 24000 Gree n vill e, SC 2 96 16 August 22, 2001 Mr. Gary Duke, P.E. Project Manager IT Corporation 200 Horizon Center Boulevard Trenton, NJ 08691-1904 RE: IT Request for Extension of Time Warren County PCB Landfill Detoxification Project NC SCO ID No. 010440101A Dear Mr. Duke: This letter is in response to your request dated July 30th requesting an extension to the Contract Time for the referenced project due to delays allegedly outside your control in obtaining approval for an Erosion and Sediment Control Plan. Your request is based on three contractual issues, as described in the six items attached to your letter. The six items are summarized below along with an evaluation of their relevance to an unreasonable delay in the schedule. 1. NCDENR withheld knowledge regarding whether the Land Quality Section (LQS) would approve the drawings in the Project Manual. IT infers there was negligence on the part of the Owner. Earth Tech strongly disagrees that there was any negligence on the part of the Owner. As was stated repeatedly all along, this is a design build contract and IT alone is responsible for the design and approval of all required permits. IT specifically asked at the outset of this project that NCDENR have no further contact with EPA regarding the TSCA permit for this very reason. Furthermore, the NCDENR never received a copy of the submitted plan until June 19th, 18 days after it was submitted to the LQS. IT clearly did not want input on the plan prior to submittal and therefore cannot claim negligence for a document the Owner never had a chance to comment on. REQUEST DENIED. 2. BFA was non-responsive and was using a PE with no North Carolina experience. It is not the Owner's responsibility to manage IT's subcontractors. IT's North Carolina PE submitted the plan application and should have made any changes to the drawings that were unsatisfactory. REQUEST DENIED. E A R T H i IE C H A b,ctJ INTERNATIONAL LTD. COMPANY Telepho ne Fac simile 864 •234 •3069 f . . Mr. Gary Duke, P.E. August 22, 2001 Page 2 of 3 3. NCDENR knew that the submittal would not be approved but said nothing. IT did not provide NCDENR with the plan for review until well after the LQS had provided preliminary comments so there can be no claim for delay. Furthermore, the referenced comments were conversational, not formal, since there was no potential for incorporation into the plan. That Aiken & Yelle added sedimentation ponds to their plan confirms that the original IT submittal was inadequate. The NCDENR is not responsible for errors in IT's submittals. REQUEST DENIED. 4. The LQS took an additional 13 days to prepare their formal comments after their initial disapproval. The LQS was within their allowed review times for both the original and revised submittals. Sending the rejection via fax directly to Aiken & Yelle rather than to IT in the mail likely saved, rather than lost, time. REQUEST DENIED. 5. The LQS rejected the original plan due to prejudice against out-of-state firms. IT has provided no evidence of prejudice on the part of the LQS. The original submittal was inadequate based on the draft comments and the LQS was within their statutory review times. Furthermore, IT has an office in Morrisville, has a North Carolina GC license (as submitted in their bid), and used a North Carolina PE to submit the plan. IT cannot say they are a non-North Carolina firm and as such should have known the submittal requirements. REQUEST DENIED. 6. The use of a local contractor contributed to the delay. IT' s use of local contractors is sincerely appreciated but they should be used within their areas of expertise. If Ellington was going to use a local engineer to prepare the plan, why did IT think that a local grading contractor would be able to prepare a plan by himself? IT, not their subcontractor, was ultimately responsible for the quality of the plan. REQUEST DENIED. IT's project schedule submitted at the pre-construction meeting on March 13th showed submittal of non-TSCA plans with a late finish of May 3rd• Revision 0 of the ESC Plan was received by the LQS on June 4th, 32 days later. The majority of the lost 41 days was due to schedule slippage, not uncontrollable delays. Nonetheless, Earth Tech and the NCDENR appreciate IT's willingness to use local contractors and to work in a cooperative mode to achieve the successful completion of this project. In recognition of this effort and to encourage maintaining our current progress, IT will be granted a partial extension of the Contract Time. By dividing the ESC Plan activity into subtasks that include time for preparation of the submittal based on the IT site plan and standard practices in North Carolina, review by both Earth Tech and NCDENR before the submittal, and submission of the plan "at least 30 days before land disturbance" as stated in E !~ H T C w:\work\43 116\it submittals\duke I .doc 8/22/2001 A 'tqco INTERNATIONAL LTD. COMPANY ( Mr. Gary Duke, P.E. August 22, 2001 Page 3 of 3 the manual, the earliest approval of the plan would have been around June 25th• Actual approval was on July 16th, 21 days later. IT is thereby granted 21 days of relief and the revised Contract Time is 291 days. If you concur with this determination, please submit a request for 21 days of time using the SCO change order form. Please feel free to contact me if you have any questions or comments. Regards, Earth Tech, Inc. <:±~ Project Manager c: Pat Backus, NCDENR Rudy Lopez, SCO John Funk, Raleigh Dennis Jones, Raleigh t A A T w:\work\43116\it submittals\duke I .doc A 't6p, INTERNATIONAL LTD. COMPANY 8/22/2001 Patricia M. Backus, PE Division of Waste Management 401 Oberlin Road, Suite 150 Raleigh, NC 27605 Phone: 919-733-4996 ext. 308 Fax: 919-715-3605 Fax To: Gary Duke Fax: 609-588-6483 Phone: 609-588-6373 Re: Extension of Time □ Urgent □ For Review • Comments: ,, NCDENR From: Pat Backus ~ Pages: 4 Date: August 29, 2001 CC: □ Please Comment □ Please Reply O Please Recycle \ • tM~grouP. July 30, 2001 Earth Tech 10 Patewood Drive Building VI, Suite 500 Greenville, SC 29616 Attn: Mr. Jim Cloonan, P.E. (864) 234-3056 phone (864) 234-3069 fax Subject: Notice of Potential Change Order-Offsite Irrigation System Warren County Landfill PCB Detoxification NCSCO ID #010440101A, IT Corp Project# 827062 Dear Mr. Cloonan, \ • ~P\ L"-.," «, IT Corporation 200 Horizo11 Center Boulevard Treuton. NJ 08691-1904 Tel. 609.584.8900 Fax. 609.588.6300 A Member of T/Je 1T Gwup In accordance with Article 20.a of the contract General Conditions, this is to provide notice that IT Corp. has become aware of a situation which we believe is likely to a lead to a request for a change order. While the situation is still wicertain in several important respects we wish to notify you at this time both to preserve our rights and to ensure that you and the owner have ample opportunity to assist us in resolving the issue in a cost-effective manner. As you know, there is likely to be a need to treat and dispose of excess stormwater (beyond the amounts that can be utilized by the thennal treatment system for treated soil cooling) during the course of the project, especially if Phase 2 is funded and implemented. While the latter may still be in some doubt the 4-6 month lead time for obtaining the necessary permits is such that it is prudent to proceed now, even though Phase 2 work is not yet author.zed under our contract. During the project kickoff meeting and several subsequent discussions the possibility ofnecding a NPDES discharge permit was noted. and in fact submission of the permit application has been incorporated into the schedule. Parallel discussions have revolved around the possibility of avoiding the need for a NPDES permit by somehow utilizing or modifying the existing permit for the on-site sp:ay irrigation system. In an effort to clarify the alternatives Pat Backus and I met on July 11 with NCDENR's Sue Homewood (non- discharge permitting unit) and Bradley Bennett (NPDES/stormwater unit). In that meeting Bradley expressed a strong preference for us to utilize the spray irrigation approach if at all possible, stating that a NPDES permit would only be considered ifwe demonstrated that no non-discharge alternative was feasible. Subsequent phone caJls from Pat Backus to others in that unit seem to bear this out, largely due to what appears to be a very strong desire to avoid issuing a discl>.arge permit to a site known to contain PCB contamination. Sue Homewood informed us of detailed requirements that would be involved in any attempt to obtain a non-discharge permit for a spray irrigation system, either by modifying the existing permit or obtaining a n~w one. _A complicating facto_r is that a system large enough to handle a worst-case design flow condition will requtre several acres, forcmg us to utilize some of the county-owned land surrounding the site. I~ed~atel_y upon leaving the meeting Pat ~nd I loo~ed up local consultants who could provide a licensed s~1!s scientist to _e~al~te the water-abso~btion capac1ty of the surrounding soils, which is the first step in stzmg a a spray imgatlon system. In the interests of expediting the matter I met with Jeff Vaughan of Agri- \ Waste Technology {A WT) that afternoon and committed up to $2,000 (not-to-exceed, at agreed upon rates) to survey the adjacent county land and produce a report. He visited the site the following week and made the necessary observations and collected soil samples. Based on those results, including sample results he received late on 7 /24, he informed me on 7 /25 that a preliminary estimate is that a suitable spray irrigation system will require approximately 3 acres. Applying for a permit (or permi_t mod) requires that a complete spray system be designed, which his firm has the capability to do. At Pat's request I called A WT to get a rough estimate of what such a system would cost. Based on that conversation I sent her an e-mail on 7/25 estimating a minimum of$33,000 (IT Corp cost, before markups) with a potential to exceed $50,000 depending on the final design. Of that, up to $10,000 is for AWT to produce a final spray system design and permit application, with IT Corp. providing the design of the stormwater treatment system which we would be providing no matter which alternative is used. In that message I pointed out that at no time prior to our July 11 meeting was the possibility of an offsite spray system envisioned and that we would almost certainly view any requirement for one as a change order situation. After subsequent conversations with Pat I authorized A WT to proceed until further notice with the design and pennitting work, up to a not-to-exceed cap of $10,000, again at agreed-upon rates. They plan to have an engineer visit the site tomorrow, weather permitting, to evaluate design options, which will be heavily influenced by the effects of the woods on spray distribution patterns. IT Corp. requests at this time your determination as to whether this work (design, permitting, construction, operation and dismantling ofa spray irrigation system) constitutes a change order under the terms of the contract. IT Corp. has proceeded to this point in an effort to avoid potential schedule impacts and to obtain sufficient information to have some basis for estimating the potential financial impact. However, no further commitment of funds will be made until your responsl' is received, and we rcservl' the right to direct A WT to suspend work at any time prior to receipt of your detennination. This is nece~sary in order to limit our financial exposure created by performing what we believe to be out of scope work in the absence of appropriate written direction or authorization from yourself. Please be advised that Pat Backus is continuing her efforts to clarify the permitting alternatives and related requirements with more senior people within NCDE1'1"R. Although I am sure you would discuss this with her in any case those conversations may have a substantial impact on the ultimate cow-se of action. Should you have my questions ple.ase contact me at (609) 588-6373 at your earliest convenience to discuss them. Sincerely, -~ ~Z?~ Gary W. Duke, P.E. Project Manager Cc: Patricia Bacl-."Us, Project Manager, NCDENR, Div of Waste Management Dukefile: corres/CO2-Irrigation.doc July 30, 2001 Earth Tech 10 Patewood Drive Building VI, Suite 500 Greenville, SC 29616 Attn: Mr. Jim Cloonan, P.E. (864) 234-3056 phone (864) 234-3069 fax Subject: Notice of Delay Warren Countv Landfill PCB Detoxification NCSCO ID #010440101A, IT Corp Project# 82706.::! Dear Mr. Cloonan, ~ . ~ ~t.., .. ..i' 11' Corporation 200 Horizon Center Boulr1'ard Trenton, NJ 08691-1904 Tel . 609.584.8900 Fax. 609.588.6300 A Member of The IT GJ'oup In accordance with Article 23.e of the contract General Conditions. this is to provide notice that IT Corp. has experienced a delay due to causes which we f~1 are beyond our control. Verbal notice of this situation was provided to you at the monthly progress meeting on July 12, as documented in ikm 3 of the meeting minutes. HISTORY The delay is directly related to delays experienced in re.ceiving approval of the Erosion and Sediment Control Plan. A chronological list of the rekvant events which have occurred to date, or which are anticipated within the next few days, is as follows: April 24: IT Corp issues purchase order and subcontract to Keameco Grading to perform clearing, grubbing, grading and other site preparation activities. Included in their subcontract scope of work is the obtaining of any related permits, specifically including the Erosion and Sediment Control pennit. May 18: IT's grading contractor, Kearneco Grading, submitted to NCDENR Land Quality Section (LQS) a plan which consisted solely of the three (3) E&S drawings from the project spedficatioJ'l.s. This was done without the knowledge ofIT Corp., despite several meetings with them both prior to and after the issuance of their subcontract (the last such meeting was held on May 11), in which we requested that the plan be submitted to IT for review and approval prior to submission to LQS. May 23: At a morning meeting with IT, Kearneco informed us of the 5/18 submission to LQS and described what had been submitted. We immediately rccognucd that the submission lacked a number of essential elements listed on the plan checklist provided by the state, a copy of which had been provided to Kearneco by IT on May 11-14 as part of a continuing effort to support them in meeting their obligation under their subcontract. IT and Keameco jointly called John Holley of LQS to discuss the situation. John stated that he had not yet seen the plan but reminded us that a fee of$40/disturbed acre was required; Kearneco went to Raleigh that afternoon and paid the fee. After further discussion at the meetino with Keameco it became evident that they would be unable to submit an acceptable plan in a timely ~nner. May 24: IT relieved Keameco of further responsibility for the E&S plan, other than to provide input as requested on matters such as the proposed construc;tion segue.nee. IT contacted Barnes f~rland and Associates (BFA) to assist in updating the plan and drawings provided in tht' specifications and providing . ' additional required support information such as the design calculations. BF A was selected primarily because they had produced the specification drawings under their subcontract from ETG as part ofETG's design effort under their contract from NCDENR Div of Waste Management. As such, BFA already was intimately familiar with the design and already had most, if not all, of the supporting information in hand. In addition, BF A was already under subcontract to IT to revise the site grading plan to accommodate the larger concrete pad required by our proposed thermal/BCD treatment process, and so could most readily incorporate the minor grading changes required into an updated E&S plan application. May 25: IT informed Patricia Backus ofNCDENR Div of Waste Management of the situation regarding Keameco and BF A. We also advised her that we would be requesting her assistance in completing the Financial Responsibility/ Ownership form since NCDENR is in effect the "owner" of the site as that term applies to the E&S plan application. May 30: Ms. Backus returned the completed Financial Responsibility/ Ownership form to IT. June l : Revision O of the updated application sent to LQS by IT (via Fed Ex for Monday 6/4 delivery), incorporated updated drawings prepared by BF A. June 4: LQS received Rev 0, starting 30 day maximum review period. June 6: IT received fax of preliminary review comments from LQS, all appeared to be relatively minor in nature. Comments were forwarded to BF A for assistance in revising their portions of the plan. June 9: IT Project Engineer Mark Sapyta called John Holley at LQS to discuss their comments and the best manner in which to move the process forward. John suggested that Mark call Pat Backus and Bill Sessoms at NCDENR Div of Waste Management and have them contact him (John Holley) to discuss this. Mark called both of them and forwarded this request. June 13 : Keameco commenced cutting trees. Gary Duke had called John Holley to confirm that cutting could be performed while the E&S plan was under review as long as no grubbing or other earth-disturbing activities were performed. June 15 : June 1: Revision 1 of the updated application sent to LQS by IT (via Fed Ex for Monday 6/18 delivery), incorporating updated drawings and calculations prepared by BF A as well as other revision made in response to the June 6 comments. June 18 : Copies of Rev O and Rev 1 transmitted by IT to Earthtech and Pat Backus as Transmittal Numbers 014 and 015, respectively. June 19: IT Project Engineer Mark Sapyta called John Holley at LQS to determine the review status ofrof Rev land was informed that the plan was still unacceptable and would be rejected. IT Project Manager Gary Duke called Pat Backus to inform her and request her assistance in setting up a meeting later that week between representatives ofNCDENR, Div of Waste Management (Pat Backus and/or Bill Sessoms), NCDNER LQS (John Holley) and IT (Mark Sapyta and/or Bill Gallagher) in an effort to resolve the issues. Ms. Backus made several attempts by phone and e-mail over the next two days to schedule such a meeting with Mr. Holley but was unsuccessful. June 20: IT Corp instructed Kearneco to cease clearing operations, based on the rejection of the E&S plan. IT Corp. instructed BF A to halt any work on revising grading or E&S plans, contracted Aiken and Yelle Associates (A&Y) to take over efforts on E&S plan. Aiken & Yelle was selected in part because they had performed the site surveys that were used by BF A to produce the specification drawings. As a result, they already had all of the existing topography CADD files. In addition, A&Y was already under subcontract to IT to perform surveying services under our contract, and we had found during that procurement that they also routinely prepared E&S plans for work in North Carolina and so were very familiar with LQS's requirements and with John Holley in particular. IT and A&Y agreed that A&Y's Harold Yelle would handle all future contact with Mr. Holley. 2 June 21: IT Project Engineer Mark Sapyta called John Holley at LQS to find out when formal comments explaining the rejection of Rev 1 would be issued. A&Y wanted this information to assist them in preparing the new permit application. He was told that they would be out later this week. June 28 : Harold Yelle completed a new E&S pan and reviewed it with !T's.Bill Gallagher. Harold called John Holley to see if a meeting could be arranged with him when it was delivered to LQS. John stated that he would not look at it until he issued his rejection letter on Rev 1, which he now expected to do on Mon 7 /2. He also stated that he would require a letter from the county authorizing use of county owned land on the west side of the site where Harold had told him the new plan proposed to locate sedimentation basins. IT contacted Pat Backus to request her assistance in obtaining that approval. She arranged with the County Manager, Loria Williams, to get the county Board of Commissioners to vote on this at their meeting on 7/2. July 3: LQS prepared and dated (but did not send) the formal comments and rejection of Rev 1, 30 days after their June 4 receipt of Rev 0 and 15 days after the June 19 phone conversation with Mark Sapyta in which John Holley informed him that Rev I was unacceptable and would be rejected. July 5: Yelle received a fax from LQS of the July 3 rejection of Rev 1. IT's Bill Gallagher picked up the county authorization letter and delivered it to A& Y to complete the E&S plan submittal package. Harold Yelle called LQS and found out that John Holley was on vacation until Wednesday 7/11. July 9: Yelle delivered the latest E&S plan application to LQS. July 11 : IT's Project Manager Gary Duke picked up a copy of the rejection letter from A&Y's office, but it did not include the third page, which gives the reasons for the rejection July 12: Harold Yelle obtained the third page and faxed it to Gary Duke at the project site. At that afternoon's monthly progress meeting Gary Duke provided verbal notice to Earthtech and NCDENR, Div of Waste Management representatives, ofIT's intent to request contractual relief, as documented in item 3 of the meeting minutes. July 13: Pat Backus called John Holley who said the latest plan would be approved. He was trying to get the approval letter out that day since he would be off on Monday 7/16. July 16: IT Project Engineer Mark Sapyta called Kimberly Summers at LQS and was told that the plan was approved and that work on installing E&S controls could begin immediately. Kearneco began doing so that afternoon. This approval was received-only 7 days after the plan prepared by A&S was submitted and 27 days after IT first contacted A&S to request that they prepare a plan. July 30: IT contacted Kimberly Summers at LQS to inform her that the E&S controls are substantially complete and to request an inspection on July 31. If inspected then and found substantially acceptable, clearing and grubbing and site grading activities could resume as early August 1, 42 calendar days after they were stopped on June 20. RELIEF REQUESTED IT Corp. requests an extension of time for the period when critical field work could not be performed due to the lack of an approved E&S plan. As shown above, that period began on June 21 ( the day after clearing was ordered halted on 6/20) and is expected to end on August 1 (the earliest date on which work may be able to resume). The no-work period of June 21 through July 31 represents 41 calendar days. 3 CONTRACTUAL BASIS OF REQUEST FOR RELIEF IT Corp. requests relief under the provisions of Article 23.d of the contract General Conditions, specifically those portions relating to "any act or negligence of the owner. .... or by any employee .... ,by any causes beyond the contractor's control; or by any other causes which the owner's consultant and owner determine may justify the delay". Should you have any questions please contact me at (609) 588-6373 at your earliest convenience to discuss them Sincerely, a::Z .. ;;-o/4-- Project Manager Cc: Patricia Backus, Project Manager, NCDENR, Div of Waste Management Dukefile: corres/Delay NOTICE l .doc 4