Loading...
Agenda Item 8FAGENDA ITEM # 8F SEPTEMBER 12, 2011 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Change Order No.3 for Bid 1011 -01 Sludge Air Flow Control Valve /Air Flow Meter and Aeration Tank Wall Valves SUBMI'T'TED BY: Donna Kaluzniak, CEP, Utility Director DATE: September 6, 2011 BACKGROUND: As part of the TMDL WWTP #1 improvements, the nine existing large blowers will be replaced with 4 new blowers that are much more energy efficient. In this TMDL Project, the manufacturer (Siemens) is providing all equipment associated with delivering aeration to the modified aeration basins. They are the supplier of the new high efficiency blowers, Master Control Panel, air valves and air meters as well as the complete control system. Siemens has the "sole source responsibility" to provide the equipment as well as the control of this critical equipment. Under the TMDL scope of work, the manufacturer already had included in their fee, the cost of programming of the new air blowers for the new sludge improvements. Since the Sludge & Odor Control Project was not designed at the time of bid and would be bid to General Contractors, the best solution to ensure "sole source responsibility" was to complete the sludge design to determine required equipment and purchase the required air flow meters and valves under WPC's original TMDL contract as a change order. The cost of the valve with controls is $13,039.85. In addition, staff requested the contractor to provide a cost for additional valves between the baffle walls in the aeration tanks, which will allow for less costly maintenance of the tank in the future by reducing the need for pump and crane rental when the tanks need dewatering. The Cost of the additional valves is $13,392.79. There is a delay for some of the critical equipment (mixers) for the TMDL WWTP #1 project that will affect the overall completion schedule. (More information on equipment delays is discussed in the staff report for Change Order No. 1 for the Sludge and Odor Control Project). The contractor has requested an additional 60 days for completion. This is a time -only change order — no cost increase. BUDGET: Funds for the Change Order No. 3 are already encumbered as part of WPC's contract, which included a contingency of $238,140. AGENDA ITEM # 8F SEPTEMBER 12, 2011 RECOMMENDATION: Authorize the City Manager to execute Change Order No. 3 for WPC Industrial Contractors, LLC in the amount of $26,432.64. ATTACHMENTS: 1. Change Order No. 3 REVIEWED BY CITY MANAGER: k4 up I I V— ld� L I N IN YJ I u Ss. l��'~ � �.0 X1:'1 �.1.� �I , A!R ri (e 4 ki f A j�14C I VIP - d ! F General Contractors License CGC046120 September 6, 2011 Mr. John E. Collins, Jr., P.E. J. Collins Engineering Associates, LLC 11516 -3 San Jose Blvd. Jacksonville, FL 32223 Reference: WWTP # 1 Improvements for TMDL Compliance Cost to Provide, and Install 4 Tank Drain Valves Dear Mr. Collins, The following are the costs associated with the request to provide and install 4 tank drain valves in the interior walls of the four treatment basins. Pipe and Plug Valves Coatings Crane, Scaffolding, Tools Labor Sub Total Overhead and Profit Total $ 8,045.91 8 @ $ 50 400.00 4 @ $ 200 800.00 4 @ 121us. X $ 50 2,400.00 $ 11,645.91 1,746.88 $ 13,392.79 Should you require additional information, please do not hesitate to contact our office. Sincerely, Phillip Starr WPC INDUSTRIAL CONTRACTORS, LLC 9 6 I ji J d� if L, I dr. N-1 VAN vy + - 74 L A _ C �r4'�ICN.rSa��h�itt` l '00 E�J� r_M -.is .L�ti °r- a : -. -_.. -_ •_Iwt' i A $ '- r.�'1;:�"', IC •�• { �Ir -. I � •.�'r�.��,.d C .:�.�� �'i��: I , , .h' ` 1 _,• � , .�� .!* � rr �. { = f 4t45�"y A " I ly -ii .rmj,,y r�F ;r e ^ ti5;�"!?! "� , 4�}q y .�• �••,'�,�� �e� Y'� 'i �r� �•� k"-"T�U1 �5�," �;+ ��tir rsF� ,+�t'�,b��}��'.3o�,LK>!'t"�+ 4e�1 r•u��r4�' ice. r,fi.11l�p {�t 1 {, � ^ � ' +; ,',I „4�[a•: •' !!fj'' - !f :, I�+ ..r - I w 7'� � �.� I.�. .. iF �. *. ,Lr�i �r , ' °�: l'� 4. 5+. _ 1' -ki 'S °r:rh rr +y ire t i ;•:7.F.C.r,._k��- ����•��._..k �p 1"L l -�} I �.�'] T � 7 � _per .. • ' F�J, I If���'� + .i ` °�.� T _m6Q � 1 � ��Y.,�.1•� �� .X_.J.i �,. ..t L_ ti• IFJ -�' f ��. • �' � tr , t ,r � -a ; ��`� �,►� / "�"J ..- ii•; 9��� .�`'i �s ! r�. :,�37''�- �:.1`. xw. rr f `7.4a f JJP ht ,1.ti.r 'X' r j Z L' *{ -.w. = '�C:� =10 Mi van � ' ��tis 7�' • 1 y�I� ir �� �f � I . ' � � Y I � _ �. J u l�.,�,r� '4:��� - fi r � Ii1� - rfiG.• k'n �b.'�JI�,-'k1, 4Lt� its'..# �. �., :•. - r TtJ^ I•'aS�;'rmti?';+'7•r•rtryAr+r ' f+ -�: +J!;�, !� IS•','�,:. 5' }` ;� � . ��+ :J• 5 'k_ , r �r L'- :I'r. - yr�,',�q `a -� � r �. ti r•: — hats -rv. � ' {.• ;-u T•. .f .5. r B., r�:: '�,' ,:a. r.. . �.I • �r ��' } +7 .f. 1 * '','Jeri¢, + C .q 4 ,• �•,'• r . r r, �• ''4}.gr��.,yL,t +. , 't�l • � • - l l �' N. 6.. �,J`•'r ;,ll� �'A'I�.r.�# 7i4! ' ' -�. ^'�= I t y`i rr-i• CI•e f -F .+- r�' II�_ s l I. i e� .'i. ,' �:' " -.' r..••'.. Irr �• �.�,,' i k 4�:�b�`��i�r��.�' a.- SJ� •�'�d�'V�l•+M�+SR�Ml,+���''f�i r, �':�., ��kn, `�y;!rr��i.�!i} �V- • �` -'k . +._: � t +,.� r' #• 41' .,,F;•J'4 t � = Is °�� - 1,_.t.��,��:': _ I' r - _ - -� � — Akh i w AGENDA ITEM # 8F SEPTEMBER 12, 2011 WWTP# Improvements for TMDL Compliance City of Atlantic Beach, FL Bid No. 1011 -01 CHANGE ORDER NUMBER 3 Contractor: WPC Industrial Contractors, LLC 11651 Philips HW Jacksonville, FL 32256 (904) 268 -0099 Fax (904) 268 -2922 Engineer: J. Collins Engineering Associates, LLC 11516 -3 San Jose Blvd. Jacksonville, Florida 32223 (904) 262 -4121 (904) 262 -4122 FAX Date: September 2, 2011 Owner: City of Atlantic Beach 800 Seminole Road Atlantic Beach, FL (904) 247 -5800 ITEM DESCRIPTION OF CHANGE(S) Complete Scope of Work is attached as Exhibit A Total Cost/Price INCREASE OR DECREASE IN CONTRACT PRICE 1 Cost to Add Air Control Valves & Meter for Sludge Project Iform same manufacturer as TMDL Equipment $13,039.85 $13,039.85 2 Plug Valves for Drains In Aeration Basin $13,392.79 $13,392.79 3 Sixty Day Time Extension $0.00 $0.00 Subtotal $26,432.64 CONTINGENCY AMOUNT $238,140.00 PREVIOUS SPENT $38,766.04 CONTINGENCY AMOUNT REMAINING $199,373.96 TOTAL DECREASE $0.00 TOTAL INCREASE $26,432.64 CONTRACT PRICE PRIOR TO CHANGE ORDER $5,175,566.04 CURRENT CONTRACT PRICE INCLUDING THIS CHANGE ORDER $5,201,998.68 CONTRACT TIME INCREASE DUE TO CHANGE ORDER 160 DAYS CONTRACT TIME DECREASE This document shall become an amendment to the contract and all provisions of the contract will apply hereto. Accepted by: Contractor Accepted by: Engineer Accepted by: Owner Date: Date: Date: