Loading...
HomeMy WebLinkAboutVII(C) Discussion/ Action Re: Change Order #5 With Wharton-Smith For Forest Oaks And South Water Treatment Plant Project Agenda 4-7-98 � • • Item VIIC r; 0 a v 0. of 000a JAMES W.SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(407)656-2322 EXT.142•FAX(407)656-7835 MEMORANDUM DATE: March 31, 1998 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E.,e_9/Q / Assistant City Engineer/Utilities Director SUBJECT: Forest Oaks and South Water Treatment Plants Well Pumps and Ground Storage Tanks Project Bid No. B96-05 Change Order Request No. 5 Attached for your review is Change Order Request No. 5 on the Forest Oaks and South Water Treatment Plants Well Pumps and Ground Storage Tanks Project, Bid No. B96-05 with Wharton-Smith, Inc. This change order request was initiated by City staff because this work was needed to eliminate operational problems associated with the feed pumps for disinfection of the drinking water and additional costs associated with the construction of the buildings approved under change order no. 4. The items included in this change order are: No. 5-A- Changes to the suction side piping for the NaOCI pumps Since the sodium hypochlorite disinfection system was placed into operation in April of last year, plant personnel have experienced numerous failures of the pump's diaphrams resulting in plant shutdowns and temporary reinstallation of the gas chlorine system for disinfection to keep both plants operational. Six of the eight pumps experienced at least one diaphram failure and some had two or three failures. Upon analysis by representatives of Wallace &Teirnan, Inc.,the pump manufacturers,PEC, Inc. and Malcolm Pirnie, Inc.,the design team, Wharton-Smith, Inc.,the contractor, and City staff, it was determined that the suction piping was to small in diameter to allow the pumps to operate without drawing a vacuum and eventually rupturing the diaphrams. The cost for the replacement/upsizing of the suction piping is $9,120.10, with no adjustment in contract time. Ott THE PRIDE OF WEST ORANGE This was a design flaw and Malcolm Pirnie, Inc. has agreed to bear the expense of the upsizing of the suction piping to the feed pumps. Malcolm Pirnie, Inc. has proposed to offer additional consulting services associated with the preparation of an Operation and Maintenance Manual for the disinfection and monitoring process systems. Should a consultant be tasked with a similar scope, the City would anticipate spending a comparable amount of money. This Operations and Maintenance Manual will be helpful the operations staff, especially new operators employed in the future, and should be used to for more efficient operations. No. 5-B - Adjustment in Concrete Costs for Pre-Engineered Metal Buildings The original plan for the Pre-Engineered metal buildings which Staff negotiated with Wharton- Smith, Inc. was a typical design-build approach. All of the items,building, electrical and lighting, doors and hardware, ventilation fans and foundation, were generally detailed with costs estimated based upon discussions with manufacturers. In the interest of time to cover the chemical feed pumps, Staff and Wharton-Smith detailed a foundation for the buildings and included this cost in the overall cost in item 4-B of Change Order no. 4. The project also included costs associated with a structural engineer designing the foundation. The structural engineer did not start the design of the foundation until well after the building had been released for fabrication; the foundation would not have any affect on the building design. The structural engineer worked through two or three alternatives until Staff and Wharton-Smith approved the design. His initial foundation design was grossly over designed and over budget. Wharton-Smith installed the foundation realizing that the approved foundation required significantly more formwork and workmanship than originally estimated. The "mass" amount of concrete was less than we had initially detailed, but the structural engineer did not completely follow our guidelines. With the need to permanently cover the chemical feed pumps, Staff moved ahead prior to having the complete package. Wharton-Smith, Inc. is willing to split the cost overrun with the City because they were a partner in the process. The City's share of the cost associated with the additional foundation work would be $3,000.00, with no adjustment in contract time. The attachment is a copy of the change order. The total cost for this change order is $12,120.10 with no time extension on the contract time. The dollars for item 5-B of this change order will come from the project's construction contingency. The reason for the delay in bring this final change order before the Commission is that Staff wanted to keep the contract open in case there were other problems with the chemical feed pumps which Wharton-Smith may be able to help with in repairing. Wharton-Smith was not liable for any of the problems associated with the chemical feed pumps. The additional pages provide a cost accounting of the project for the City Commission's review. The original contract cost was $2,304,000.00. There were five change orders that totaled $459,910.60. Change Order No. 1 was an addition($261,086.33)to the project and was included in Wharton-Smith's contract due to timing;this work could have been delayed and bid separately with an additional cost to the City. PEC and Malcolm Pirnie contributed $23,120.10 towards the project for design deficiencies included in Change Orders Nos. 2,3, and 5. The remaining costs ($175,704.17)were taken from the projects construction contingency of$230,400.00 or 7.62% of the original construction cost. The City's share of the original project was $2,479,704.17 compared to a budget amount of$2,534,400.00. I recommend that the City Commission approve Change Order No. 4 with Wharton-Smith, Inc. by increasing the contract amount by $12,120.10,with no extension in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 5. Attachment 1) Change Order No. 5 Forest Oaks and South WTPs Well Pumps and Ground Storage Tanks Project Accounting Construction City's PEC, Inc. Malcolm Pimie Cost Share Share Share Original Base Bid for 2,304,000.00 2,304,000.00 WTP Renovations Change Order# 1 261,086.33 261,086.33 (additional high service pumps and controls) Change Order#2 37,811.32 28,811.32 9,000.00 (extension of building at Forest Oaks WTP, Forest Oaks pump station, brine tank renovations) Change Order#3 8,036.00 3,036.00 5,000.00 (new well disinfection) Change Order#4 140,856.85 140,856.85 (Metal Buildings, fourth analyzer, South WTP pump station&misc. Electrical items) Change Order#5 12,120.10 3,000.00 9,120.10 (new suction piping for chemical feed pumps and concrete adjustment on metal buildings) Project Totals $2,763,910.60 $2,740,790.50 $14,000.00 $9,120.10 Change Order No. 1: The items included were part of the proposed 1999 improvements which were brought forward due to excessive demand by the service areas growth. Change Order no. 1 was paid for out of the 1997 Revenue Bond as a reimbursement item since the work was accomplished prior to the sale of the bonds. Change Order No. 2: The building extension was required because of space constraints in working around the sodium hypochlorite generator. This was a misinterpretation by the design team and therefore PEC, Inc. contributed a portion of the cost to offset any potential excesses not realized through the competitive bid process. Change Order No. 3: The pumping and disinfection of the two new wells was left out of the construction project by mistake and therefore PEC, Inc. contributed a portion of the cost to offset any potential excesses not realized through the competitive bid process. Change Order No. 4: Although the chemical feed pumps had a simple cover included in the design, Staff decided that a more aesthetically looking building for the sodium hypochlorite system would be better for operations, maintenance and the public view. In the conceptual design phase of the project, a similar building was proposed but deleted when overall project dollars were brought into the review process. With money left in contingency to cover adding the buildings after the fact, Staff proposed to construct a more permanent and functional cover for the pumps and storage tanks. The other items were to improve operations. Change Order No. 5: The upsizing of the suction piping was required to eliminate operational problems. The design did not take into account the velocities of diaphram pumps and therefore Malcolm Pirnie, Inc. contributed to the cost. The concrete adjustment was required based upon the design of the structural engineer. The revenues for this project came from the following sources: BUDGETED ACTUAL Water Operating Fund: Original Construction Cost $2,304,000.00 $2,304,000.00 Construction Contingency 230,400.00 175,704.17 1997 Revenue Bond Issue 261,086.33 PEC, Inc. Contributions 14,000.00 Malcolm Pirnie, Inc. 9,120.10 , * Adjustment as of Final Change Order No. 05 Change Order No._04 (Short title of Change Order) CHANGE�,O�}R{gD�V�EYR FORM CITCiCS7,SEi�\AW l�C���W7Ynti• PROJECT: FRS' '>;1 ' < ' ''F ' E ,EM CHANGE ORDER NO. 05 DATE: March 24, 1998 CONTRACTOR: Wharton-Smith, Inc. OWNER: CITTVEZCOSETECRIVA AGREEMENT DATE: May 9, 1996 The following changes are hereby made to the CONTRACT DOCUMENTS: Original CONTRACT PRICE $2,304,000.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $2,751,790.50 Net Increase Resulting from this CHANGE ORDER $12,120.00 The current CONTRACT PRICE including this CHANGE ORDER $2,763,910.50 ORIGINAL CONTRACT TIME: 270 Days Date February 3, 1997 Current CONTRACT TIME adjusted by previous CHANGE ORDERS` Date October 1, 1997 Net Increase Resulting from this CHANGE ORDER Days — 0 Current CONTRACT TIME Including this CHANGE ORDER Date October 1, 1997 CHANGES ORDERED: I. GENERAL This change order is necessary to cover changes in the work to be performed under this Contract. The GENERAL CONDITIONS,SUPPLEMENTARY CONDITIONS,SPECIFICATIONS and all parts of the Project Manual listed in Article 1,Definitions,of the GENERAL CONDITIONS apply to and govern all work under this change order. Change Order No. 05 II. REQUIRED CHANGES Items 5-A through 5-B Item 5-A Remove 1"PVC intake piping and install 3"PVC intake piping to sodium hypochlorite metering pumps at both the Forest Oaks and South WTPs. Intake distribution PVC piping shall be removed/replaced/adjusted as required. Strainers will not be installed in 3" PVC intake piping. Item 5-B Reimbursement for additional concrete,rebar,labor and equipment for installation of foundations for pre-engineered buildings. III. JUSTIFICATION Items 5-A through 5-B Item 5-A PVC piping was removed/replaced/adjusted per manufacturer's recommendation. Item 5-B Contractor requested reimbursement for over runs on structure concrete quantity installed for Pre-engineered metal buildings. IV. PAYMENT Change Description Net Increase Unit Unit Price Net Increase Price Order Item Quantity No. 5-A Remove/Replace/Adjust PVC as required All IS $9,120.00 $9,120.00 per Manufacturer's recommendation 5-B Over run in structure concrete quantity All IS $3,000.00 $3,000.00 installed for foundation for Pre-Engineered Metal Buildings • Total Net Increase Change Order No.S $12,120.00 V. NARRATIVE OF NEGOTIATIONS Item 5-A through 5-B _ Item 5-A RFP No.18 to remove/replace/adjust Sodium Hypochlorite Metering Pump(s)PVC piping per Manufacturer' recommendation was issued on 822/97. CPS No. 18 was received from the Contractor on 9/17/97 at a cost of$9,120.00. Same accepted by Owner on November 10, 1997 at a cost of$9,120.00. Note: Request for Contract Time extension was verbally withdrawn by Contractor on 922/97. Item 5-B CPC No. 6 was submitted on 11/05/'97 for reimbursement of over runs on the structure concrete quantity installed for the foundation for Pre-engineered buildings at a cost of $3,000.00. Same accepted by Owner on 11/10/97 at a cost of$3,000.00. VI. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. G:\CLER\CONSIIOE\OE-238\005N.CO 2 Acknowledgments: The aforementioned change,and work affected thereby,is subject to all provisions of the original contract not specifically changed by this Change Order; and, It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges,by its execution and acceptance of this Change Order,that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. Change Order Request by: cffilgrOMORIM Change(s) Ordered by: City of Ocoee RECOMMENDED BY: ACCEPTED BY: PROFESSIONAL ENGINEERING CONSULTANTS, INC. ��,,,e,P,v-J�j , Engineer Contract r By: , ��� / • /:gnat Signature Date: 3/ 3//91 Date: ,�/7//�b'- Title: (2nrf/14cton 41m-nirf-4fi Title: _C;e: / 4157A29 /T APPROVED BY: effiatiMEEZPIMIO Owner B S. Scott Vandergrift, Mayor Date Change Order No. 05 Attest: Jean Grafton, City Clerk FOR USE AND RELIANCE ONLY BY Proved by the Ocoee City Commission in THE CITY OF OCOEE, FLORIDA a meeting held on , 1997 APPROVED AS TO FORM AND LEGALITY under Agenda Item No. This day of . 1997 City Attorney G:\CLER\CONSI1OE\OE-238\005N.00 3 1 . . . . EOLA PARK CENTER,200 E.ROBINSON ST.,SUITE lbw,ORLw fucJ ru, ursivr+.xv �.o I . .. . ...rn 18 AFFILIATE FIRM:PECIW.K.Daugherty Consulting Engineers . SUMMAR d engineers planners - surveyors NO.: - �� 44.2 3•�• -:a tis. s: ..jai r +... .: �.:t,, � '_ = _w.,: .. r.:-z.- :4§-i M-- 1;.,,.-:;.Y•`;;2 �< :w� PROJECT'NAME: Forest Oaks&South Well Pumps&Ground Storage Tanks PROJECT NO.: 0E-238-3 0 L \TION: Ocoee, Florida - -7 OWNER: City of Ocoee,Jim Shira D- • IS EDC WAY M III OTHER:. SPE .SECTION:•N/A R E F E R E N C E: RFP NO.: 7 WORK DIRECTIVE NO.: FIELD ORDER NO.: I p. .4! lei-Wm. DESCRIPTION: Forest Oaks and South WTP: Piping and Valve Modifications WORK COPY tY N ORIGINATOR I ONE COPY& ROUTE TO: ..+�.ew��+.�.ten..,-��..vo..r«we. .•.%.5i✓!!.4[VrtSbY-Wt.��'Vn+W.;W.tN.IM�/�VW'JM'-i1'«� .. "-1 s •�NYWM'.yuati�'R�S.'�v[MY..MOI• ` Ate' ••� ��WWN '.lfrV�a. PRICING INFORMATION 11, P ~'•' '- • BRoe . - SKILL/TRADE MANHOURS FILE Rg.I iL"3-c,�,COST Til - fir• .TOE s =t �." .s + \^ '%., 1. DIRECT LABOR Laborer 48 MH $ 20.00 $ 960.00.1 1.A PRODUCT LABOR: 0 MH $ 35.00 $ - 0 MH $ 35.00 $ - 0 MH $ 20.00 $ - 1.Bn FOREMAN X SUPERINDENT Foierria ..% 0 MR $ 45.00 $ - 1.0 FIELD ENGINEERING: ?c jc r M4rafu-/Supenntender.if 48 MH $ 65.00 $ 3,120.00-a 1.D EXPENSES • e 01,,i. /,,c ) TRUCK 240.00, Mafki/ war CO-S/Ye / r*-scA41*'1%‘,G 10.0.9e S'"' 1Z'Cri SUBTOTAL(1) $ -4,320.00; 2. MATERIALS AND EQUIPMENT DESCRIPTION QUANITY UNIT PRICE COST _ . 2.A INCORPORATED IN WORK: MATERIALS 1 LS $ 3,546.00- 0 LS $ - 0 LS $ - 0 . LS $ - 0 LS $ - ' 0 LS $ - • 0 LS $ - 0 LS $ - 2.B CONSUMED IN PERFORMANCE: FUEL, OIL, GREASE 1 LS $ 200.00. 2.0 EQUIPMENT: SMALL TOOLS 1 LS-- . $ 40.00- 2.D DIRECT COSTS: • 2.E BONDS,INSURANCE: :, `�=— -: •y � LS $ 185.00 SUBTOTAL(2) $ 3,971.00 • 3. SUBCONTRACTORS NAME DESCRIPTION OF WORK COST 3.A DIRECT: f$ - $ 3.B LOWER TIER: J • SUBTOTAL(3) $ - 'EC/FORM/CONST/00865 4. CONSULTANTS - [ NAME • DESCRIPTION OF WORK COST • • +',mac at., • .,. '- - *:_• .:7•_.. - .. <. 't'o-�sy"i. ..� _ .. • A. Contractor • 1. Direct Labor. • " - PIJBTOTAL(4) __ 5. FEE STRUCTURE NAME I - COST l PERCENT (- FEE 1.Prime costs S 4,320.00 10 $ 4,752.00.° 2. Material and Equipment $ 3,971.00 10 $ 4,368.10-, B. Subcontractors: S - 10 $ S - 10 $ $ - 10 $ - SUBTOTAL(5) $ 9,120.10 TOTAL COST OF THIS CHANGE PROPOSAL (Au deductions shown at parentheses): TOTAL S 9,120.10 ti EXTENSION OF CONTRACT TIME: As part of this Change Proposal,the Contractor requests an extension of Contract Time of ..-er days. Justification:WORK TOOK THREE DAYS PER PLANT TO COMPLETE OF BUILDINGS WILL TAKE FOUR TO SIX WEEKS AFTER APPROVAL OF BUILDING TYPE. 4! eve#ros#,A- /Pe G er-f Ice- 44)i f-•,`Jn Cr vt4-n-,Fr -1", GU;tltd,•a.....r 4r , _'"s'te"�.���A-'`'S"`�°�o�c �. �r �'v'�:�� a'J��:`�._+."#a?..'�a.-�. a,a�i"'°�,c ��''��:!�.F"� �r.x• ��� :�4 �'-..• 's.' r.. RECORD DOCUMENTS: As part of this Change Proposal. a Contractor shaft provide applicable record drawing information affected by this change. Signed: 7/7.3Title: Proj Man Date: Contractor. Wharton-Smith s`e11-st'`-'. C`..4414a"+ ",' ,,4E.�i'�u` `4`<- sr -:'a .i RECOMMEDATION by ENGINEER:(FowardtoOwnerforReview) /- ?;rot- corfr - Pe O.wfrzct /fie.w-,,rs /SSG Mork /./S X 4132c, = IS'549a.o0 2. f'1,r?,7./ t„d F7k/e,«.,,i - Per C't,�1-art' Qocun,rrtFr f5 °t f1zrkin f./5'x 397/ = 0,9564.t:3 rfJ a 9531.Ls 411,,Aded 117 L , Pa;irfE) ! •t T a..tr�t..'- - - - Signature of Engineer: • f4/ Date: 05/97 •.;• ys.';:_,:"cis,...;:'.•.3•.�'u taz-^='o:. -`'sy :.�.::..i. ox ..T -3_--_ _r' 3="' 'x...-S _ :,,. •:S.J' s,.� 1.r 7.Y 1i:_ �. YP,� Y•.Yi _ v-..�L.; -r.`''C.�;..:45,�1`S.'t<.-Y .�C`L'.�.��"�'., ..lL< ..t.l.-. 'i-�=•^` ACCEPTANCE BY OWNER: (return to engineer for processing) yw Are e ic.d -f'(e)C..i.SS c S C,U, 'j.& —C c•' f;'44c.re:r r r s....,f �0, Signature of Owners Authorized Representative: /1s/ ✓ - Date: /Yc✓ 7 /9 S 7 Engineer to prepare necessary change order Engineer to Re-negotiate change proposal as noted above Other as above ' --OWNER:JAMES SHIRA,P.E.-CITY OF OCOEE CONTRACTOR:MURLIN JONES W-S PROJECT NO. ENGINEER:GEOFF HANNESSY-PEC FIELD:DON TILTON-PEC 0E-238-3.0 ARCHITECT:DAVID WHEELER,P.E.-CITY OF OCOEE - CAM: ROBERT P.RUDD-PEC DATE - " •G -`�,� :.`�:..,�: •^'�.:`�" :%sue`.';:'3 "'y',; -�:: S> -'v.,;:.:....:?' ..ref:-yr.- :^*•= %*• •.. ... .... PEC FORMSCONST\00885.FRM F-00865-2 PE C/PROFESSIONAL ENGINEERING CONSULTANTS, INC • Project Name: Ore.64. Ociki WTP'S Wei( Panirfs LI Gs 1 I 5 Project Number: 1,E - 38 - .3. 0 / 3 - 6. 1 Subject: • Tre- Mi Recommendation by Engineer: (Forwarcho Owner for Review) • .17)n irortot"IS / /prbpoS ) eajr•A r s A p rr-4 Sor),Jk A he-re, A- amcri.cd-pci‘r• . Signature of Engineer: Date: P Acceptance by Owner: (Return to Engineer FOr Process!ne C • 404'1 A7 Signature of Owner's Authorized Representative: /-0-,1 e /k/1-1.,• Date: 0 Engineer to Prepare Necessary Change Order 0 Engineer to Re-negotiate Change Proposal as Noted Above 0 Other as Above • CPC Wo. !� • Wharton-Smith, Inc. GENERAL&MECHANICAL CONTRACTORS 4‘1) • • • November 5, 1997 • Mr.David Wheeler,P.E. • • • City of Ocoee 150 N. Lakeshore Drive . . . Ocoee,FL 34761 • RE: CITY OF OCOEE FOREST OAKS AND SOUTH �WTP'S • • • Dear Mr.Wheeler: • Item 4-B under Change Orde.No.4 was the Pre-Engineered Metal buildings to be constructed at both the Forest Oaks and South water treatment plants. Because of the necessity in having these buildings up and cover the chemical feed pumps as soon as possible, Wharton-Smith and the City basically agreed to this portion of the project as a design-build process as opposed to having PEC, Inc. design the building, foundation and appurtenances and Wharton-Smith to construct the buildings from those detailed design _. drawings. The costs associated with the change order were negotiated in good faith between the City and Wharton- • . . Smith based upon our understanding of the scope of work required. With the help of PEC, Inc., we estimated the quantities of material required t construct the entire building, including doors, lighting, ventilation, etc., and their respective foundations. Because of the timing issue, the change order was : . approved prior to completing the detailed design of the foundations. The initial foundation design for the South building was for a 4" slab on grade with a step-down to 1 foot. • thick at the.outer edge for wall support and four footer foundations for uplift support. The forest Oaks building foundation included a gravity wall on the south side because of the difference in grade. These • . two foundations were estimated to take approximately 16.5 CY for the South and 26.5 CY forth a Forest Oaks foundations and cost$12,000 total. . The actual designed foundations were different from the initial designs which we.generally.agreed to when negotiating. the change order. If you remember, the first foundation design submitted was significantly different and would have resulted in substantial difference I cost. After working with•the foundation engineer the approved foundations included additional formwork and workmanship for the concrete foundations at both sites. The constructed foundations were 12" thick slabs with no footers for building column support and the gravity wall for the Forest Oaks building extended along the west wall in addition to the south wall. The design shifted the uplift support to the entire slab foundation as opposed to the massive footers. The overall amount of concrete decreased approximately 7 CY but the material and labor costs increased from • the initial average of$280 per CY to the constructed average of$500 per CY. The constructed cost of the foundations was approximately$18,000. . .• • 750 County Road 15•P.O.Box 471028•Lake Monroe,Florida 327-i7-1023 •407/321-8410•Orlando 407/830-3393•Fax 407/330-1092 CG CO32669 PC C048335 CM C035437 CU C056506 • • Mr.David Wheeler,P.E. . City of Ocoee ' November 5, 1997 . Paget Realizing that risks were taken by both parties in this design-build process, Wharton-Smith is proposing . - to split the cost overturn with the City by absorbing one half of the cost and is requesting that the City.'. •. consider approving an increase of$3,000 in the contract price for the buildings. Should you have any questions or wish to discuss this request further please call. Sincerely, = WHARTON-SMITH,INC. - . Mur • es -- . - • Senior roject Manager • _ /rb - . . . . pc: •Robert P.Rudd,P.E.-PEC .. • 614/C-10. _ -•R/F - (City110597.614) •