Loading...
205-CPH-Amendment 19 on n or er an o rues November 3.9, 1992 sA,~o,a ~m,l=~m-~s0e TEL 407-322-6841 TEL 407-831-5717 FAX #407- 330-0639 Mr. Paul Moore, P.E. Director of Utilities City of Sanford P O Box 1788 Sanford, F1 32772-1788 SUBJECT: City of Sanford Vacuum Sewer Project CPH Job No. S0602.44; S0602.45 and S0602.46 Additional Services Dear Paul: This letter is being provided to confirm verbal discussions held on November 4, 1992. As discussed, we believe there are three time-frames for consideration in connection with additional services provided on the referenced project. The following information is provided on that basis. 3 Time Frames Under Consideration: Time Period 1: The past period from the March 30, 1992 completion date for Speegle (the time basis used in our last authorization), to the current date of October 31, 1992; and for Southern Line Cleaning, from a completion date of June 30th to October 31, 1992. Time Period 2: From November 1, 1992 to completion of constraction estimated to be December 15, 1992 for Speegle on Contract 1 and March 1, 1993 on Speegle (Johnson) Laterals, Contract 4. Time Period 3: From the estimated completion of construction date of December 15, 1992 on Contract 1 for the one year start-up, operational assistance, project performance certification and as-built drawing phase to December 15, 1993. Time Period 1: Our last authorization dated February 21, 1992 was based on a completion of Speegle's Contract 1 by March 30, 1992 and Southern Line Cleaning (Johnson's) Contract 3 by June 30, 1992. rt es SANFORD, FLORIDA 32772-2808 TEL407-322~841 TEL407-831-5717 November 19, 1992 Page 2 As of October 31, 1992, seven months have passed beyond Speegle's completion date and four months beyond Southem's completion date. During that period of time, the following services have occurrod: · Extra services on Speegle's Contract (from March 30 to October 31; 7 months) as follows: o Normal construction administration time caused by simply going beyond the anticipated completion date by seven months. o Unknown site field conditions that caused extra change orders, supervision and assistance as to how to make lateral hookups on the 2nd Street extension and other similar field problems. o Additional co-ordination and effort with FDER regarding time extensions on grant funding and in getting other work eligible for remaining grant funds. o Extensive negotiations with Speegle attempting to close out the project. As was stated previously, we have encountered substantial difficulties in getting Speegle to final the remaining work and provide the required documentation so as to closeout the contract. Involvement of attorneys, claims for arbitration and substantial extras, numerous quantity calculations, and the like have affected the engineering time and fees spent. · Extra services on lateral Contracts 3 and 4 (from June 30 to October 31; 4 months) as follows: o Preparation of change orders and coordination with Southern Line Cleaning concerning the vacuum sewer lateral installation and assistance to the City and contractor in trying to verify bonding capabilities, with the eventual outcome that Southern Line Cleaning was unable to get bonded for this work and the change orders and Phases III and IV of Contract 3 had to be closed out with no work being done. o Rebidding of the remaining lateral work (Contract 4) as a result of Southern's inability to become bonded. Included was preparation of Contract Documents for bidding the remaining laterals and furnishing documents and other assistance to contractors and others during the bidding process, receipt of bids, bid tabulation, bid evaluation and recommendation on award. November 19, 1992 Page 3 · Our conclusion on Time Period 1: We have approximately $19,850 of costs charged on the extras on these contracts up through October 31, 1992, above our previously authorized maximum fee. When one looks at the considerable period of time involved and the extra services listed above under the job circumstances outlined, the costs charged appear reasonable and justifiable to us. Time Period 2 (from November 1 to completion of construction): We currently estimate a December 15, 1992, completion date for Speegle on Contract 1 and March 1993 for Speegle/Johnson on Lateral Contract 4. Normal time for construction administration for 1-~,~ additional months will be required on Contract 1 and 4 months more on Contract 4 (laterals). In addition, each job will have a close out cost associated with it because of the extra work involved over the normal monthly activities, especially with Speegle associated with both contracts. We estimate as follows: Contract 1 December 15, 1992, completion date 1-1/2 months x $3500/mo = $5,250.00 Special closeout costs = 4.000.00 (change orders, quantities, claims and negotiations) Total = $ 9,250.00 Contract 4 March 1, 1993, estimated completion date Laterals 4 months x $500/mo = $2,000.00 Special closeout costs = $1.500.00 (change orders, quantities and negotiations) Total = $ 3,500.00 Total Time Period 2 = $12,750.00 rscycled paper November 19, 1992 Page 4 Time Period 3 (from December 15. 1992 to December 15, 1993): During this one year period of time, we would be preparing as-builts, providing some limited operational assistance and performance certifications to FDER and grant close out documentation. We have not included any C.S.O. work (either design or construction administration) in this estimate as we assume it will be separately handled. The biggest work element remaining is the as-built drawings for Phases II, III, IV and the downtown extensions. As you will recall, the as- builts for Phase I were very difficult and time consuming to prepare, with many discrepancies between the contractor' s mark-ups and the records of the two City inspectors which we ended up trying to resolve. This resolution effort took a great deal of time and cost. We have noted that the contractor' s records and marked-up as-builts have improved since Phase 1. We now propose to prepare the remaining as-builts based on the contractor's marked-up prints and to submit a set of review prints to the City for red-lining by the City' s inspectors, of changes that the City wants made. We will make those changes on the originals and furnish a set of record drawing mylars to the City for their records and use. We estimate as follows during this one year period: As builts (Phases II, III, IV and downtown extensions) $10,650 Limited Operational Assistance (50 hours) $ 2,500 Performance Certification and Grant Closeout Documentation (30 hours) $1.500 Total Time Period 3 $14,650 SANFORD, FLORIDA 32772-2808 TEL407-322..6841 TEL407-831-5717 FAX #407-330-0639 November 19, 1992 Page 5 In Summary: Time Period 1 (From previous authorization to 10/30/92) $19,850.00 Time Period 2 (from 11/1/92 to 12/15/92 and 03/01/93 - To completion of construction) $12,750.00 Time Period 3 (1 year from completion of construction on 12/15/92 to 12/15/93) $14.650.00 Total $47,250.00 In accordance with the provisions of our Contract, we are hereby requesting an increase in the total fee for this project from $452,241.05 to $499,491.05. This fee is further broken down as follows: $451,329.17 "Target Cost Ceiling" and $48,161.88 "Fixed Fee Percentage". It is noteworthy that the rebidding of Contract 4 laterals ended up saving $30,000 from the previous contract, and we suppose there still remains the possibility of Liquidated Damages on these contracts to help cover the additional engineering costs. Also noteworthy, is the fact that there is no profit in this request for extra payment. In fact, there has only been one small adjustment to the fixed fee since the inception of the project, and that was an increase in the amount of $1,535.58 early on in the project work when new design work was added for the 2nd Street extension. As you will recall, this Contract was a Cost Plus Fixed Fee type of contract which is typically used when the scope of the work is unknown or very difficult to predict. This has very much proven to be the fact as these contracts at best axe difficult projects with a whole lot of unknowns. Additionally, the contractors have required a great deal of attention and extra work to obtain reasonable quality and to just get through the jobs to completion. recycled paper November 19, 1992 Page 6 We appreciate your consideration of this request. If it meets with your approval, please return one executed copy of this letter for our files. Thank you. Sincerely, CONKLIN PORTER AND HOLMES-ENGINEERS, INC. Bristol C. ConkiLn, P.E. Executive Vice President James C. ranch, P.E. · ' sident BCC-JCB/jms xc: William A. Simmons, P.E., City Manager 1103LTR3.jms ACCEPTED BY: Name and'~e Date: recycled paper ~ ~ ~k~'~rter and Holmes " ENGINEERS, INC.  500 W. FULTON STREET ~eb~aa~y ~0~ ~992 ~ ~ty ~a~age~ C~y o~ San~o~d ~ 0 Box ~778 San~o~ ~Zo~da 32772-~778 Re: Vacuum Sewer Construction Services Contracts I, II and III CPH Project No's. S0602.44; S0602.45 and S0602.46 Dear Mr. Simmons: We entered into an Agreement with the City to perform construction services on November 28, 1988, for these three construction contracts. General supervision of construction was to be by CPH with designated inspection services to be provided by City personnel and some by CPH personnel. The fees in the Engineering Agreement are based on a construction period of 28 months to substantial completion, plus one additional month to final completion for Contracts I and III and 9 months to substantial completion, plus one additional month to final completion on Contract II. The Engineering Agreement was extendedby $11,772.76, for design of an extension of the vacuum system to add an additional section of the downtown area not previously covered. There have been no other changes to the Engineering Agreement. We notified the City in March 1991 and September 1991 (copies enclcsed) that costs associated with the project would exceed the current target cost ceiling. In the September 24th letter, we described the cost plus fixed fee basis of the engineering contract and the fact that this method was chosen primarily because of the uncertain nature of the work and the difficulty in estimating the resulting costs. This method also facilitated future adjustments required in the fee to reflect actual job conditions and actual costs incurred, without increasing the "profit" or "fixed fee" beyond that in the original Agreement. · Conkffi !Porter and Holmes (~ POST OFFICE BOX 2808 Page 2 SANFORD, FLORIDA32772~2808 TEL 407-322-6841 TEL 407~831-5717 February 10, 1992 The job conditions have been very difficult, with narrow, restricted alley rights-of-way and poor record information on existing utilities buried in the alleys, etc. Also, a considerable amount of difficulty and extra work not anticipated has been necessary to get through the project with the contractor on Contract I and to a lesser degree on Contract II, as I am sure you realize. At numerous times during the progress of the work, we and the City have jointly reevaluated the situation and periodically decided to continue with this contractor as it seemed the lesser of evils compared with the risks, costs and time involved in declaring him in default. Default would have involved going through the bonding company, possible law suits, readvertising and a considerable amount of unknown risks, costs and delays. Contract II construction is complete. The contractor for Contract I is anticipated as having a contractual completion date of March 1 1992, after final execution of a change order which is currently in process. Orville Johnson, Contract III contractor, has a current completion date of June 30, 1992. These estimated completion dates are consistent with our letter of September 24, 1991. Obviously, these completion dates extend well beyond those contemplated in our Agreement for construction services entered into on November 28, 1988, and nobody knows for sure if they will actually be met, even though they seem reasonable at this time. In estimating costs to finish included in this request, we have utilized a final completion. date of the end of March for Contract I (allowing one month over-run), and the end of June for Contract III, (no over-run). Beyond those dates, additional work will be required under the grants program for additional start-up services, O&M Manual revisions and Performance Certification for one year after substantial completion of the Contracts. Our last invoice on the project dated September 23, 1991, was for engineering services through September 6, 1991. At that time, we were within $826.83 of the authorized fee, so essentially all charges past that invoice are over the target cost ceiling. Please refer to the attached computation sheet for our estimate of additional engineering fee required to complete these projects. With this letter we are hereby requesting that the City consider an increase in the "Target Cost Ceiling" on this job from $321,079.17 to $404,079.17. For perspective purposes, these are three very difficult contracts to administer, inspect and start-up, with a construction cost totalling approximately $4,400,000. ,. ' rter and Holmes ENGINEERS, INC, 500 W. FULTON STREET POST OFFICE BOX 2808 Page 3 SANFORD, FLORIDA32772-2808 TEL 407-322-6841 TEL 407-831-5717 February 10, 1992 FAX#407-33~OS39 If we can provide additional information or data, please advise. Sincerely, CONKLIN PORTER AND HOLMES-ENGINEERS, INC. Executive Vice President BCC/js Enclosures 0204LTR1.JMS Approved: William A.'bimmons, P.E. Date City Manager CITY OF SANFORD ci,~y Mgr. / Approved Computation Sheet Actual "Costs" Since Last Billing: 09/06/91 - 10/05/91 - 11/01/91 - 11/30/91 - 12/28/91 - 10/04/91 10/31/91 11/29/91 12/27/91 01/24/92 $ 8,837.36' $12,224.50 $ 7,626,76 $ 6,968.12 $ 6,491.71 $42,148.45 Total - Actual "Costs" Since Last Billing: Estimated "'Costs" Per Month to Complete: February 92 March 92 April 92 May 92 June 92 S 6,900.00 S14,000.00 $ 1,300.00 $ 1,300.00 $ 2,600.00 contracts contracts Contract Contract Contract I and III I and III III III III 826,100.00 Total - Estimated "Costs" Per Month to Complete Estimated Start-up And Performance Certification Services (Not Required on Contract III laterals on Private Property) - Ending March 30, 1993 Principal = 30.00 hours Estimated Total Salary Cost = $4,858.24 Engineer = 116.00 hours x 44.87% Fringe 2,179.89 Technician = 60.00 hours x 110.13% G&A 5,350.38 Draftsman = 12.00 hours Out-of-Pocket Expenses 2,400.00 Clerical = 46.00 hours Total - Estimated Start-Up and Performance Certification $14,788.51 RECAP: $42,148.45 - Actual "Costs"- O9/07/91 - 01/24/92 $26,100.00 - Estimate of "Costs" - 01/25/92 - 06/92 $14,788.51 - Estimate of "Costs" - Start-Up and Performance Certification Through March 1993 S83,036.96, say $83,000.00 * "Costs" for month ending 10/04/92 totaled 89,556.34. Giving the City credit for unused target cost ceiling of $718.98, resulted in overage of $8,837.36. I March 29, 1991 Memorandum TO: William A. Simmons, P.E. City Manager xc: Paul Moore, P.E. Director of Utilities FROM: James C. Branch, P.E.~ · B. C. Conklin, P.E. RE: Amendment 19 - Construction Services - Vacuum Sewer System - Contract I CPH Job No. S0602.45 - As~_you know, during the last several months, we have encountered substantial contractor-coordination problems, resulting in many needed field observations by both CPM and City staff. This additional work adds on to the already very extensive contractor monitoring requirements that have prevailed throughout the Vacuum Sewer Contract I. While we feel the additional contractor monitoring and coordination has been fruitful to keep the job underway, pipe being installed,' and'satisfactory restoration, it has .been .............. expensivein terms of our time and thus, the City's cost. ._ Examination of our billings over the last six month period show that we are far exceeding the budgeted inspection hours on this Contract.. We will need to ask the City for a fee increase for the construction administration of Contract I. We are currently examining past records and our prediction of future costs. When we have' finished, we will contact the City to set a meeting date so that we may go over additional work items and their associated costs in detail. I Conklin/~Porter and Holmes GD~ LF~ ENGINEERSt INC. September 24, 1991 ~,~.~o~,~-z,~ Mr. William A. Simons, P.E. City Manager City of Sanford P 0 Box 1788 Sanford, Florida 32772-1788 Re: Amendment 19 - Construction Services Vacuum Sewer System, Contracts I, II and III CPH Job No.'s S0602.44, S0602.45 and S0602.46 Dear Mr. Simmons: We are enclosing with this letter, our current invoice for the referenced projects. This invoice takes us within $826.83 of our authorized fee of $369,241.05, (original fee of $357,468.29 plus increase of $1!,772.76 for extension of the vacuum sewer collection system to serve an additional, existing area of downtown Sanford). Amendment 19 was prepared on a cost, plus fixed fee basis with a target cost maximum. This method was chosen primarily because of the uncertain nature of the work and the difficulty in estimating the resulting costs, and to facilitate future adjustments in the fee to reflect actual costs incurred, without increasing the "profit" or "fixed-fee" portion of the fee. In accordance with Section 3.1.7 of Amendment 19, we are hereby notifying the City that costs associated with this project will exceed the current target cost ceiling. We are currently in process of revising the estimate of the target cost ceiling for the performance of the work under this Amendment and will be submitting a request for a cost adjustment for the City's consideration. In an effort to keep our request to a minimum, we do not anticipate requesting an adjustment to the fixed fee portion of the overall fee, but only to recoup actual costs in connection with remaining work. As you will recall, several months ago we wrote to advise that substantial contractor/coordination/field construction/time of completion problems had been experienced which necessitated increased field observation by both CPH and City staff and additional office work by CPH, which has in turn seriously affected the cost of the project. These increased field observations and office costs have continued and the overall level of construction services required on this project is much increased from that originally planned. Conklin~ Porter and Holmes G~) ~ ENGINEERS, INC, SOD W, FULTON STREET Page 2 September 24, 1993. contract II (Vacuum and Gravity System Lift Stations and Force Mains) has been completed and accepted by the City and FDER. Recent' discussions with the contractor indicate that Contract I (Vacuum Sewer Collection System Construction) should be complete by mid March 1992, with Contract III (Lateral Construction), completed shortly thereafter. Start-up services, O&M Manual revisions and performance certification generally will follow completion of construction. We will be estimating the fee adjustment request based on these revised construction completion dates and the level of involvement required of our staff. As we get a little closer to final completion of the overall project, the City ~ay or may not choose or be able to enforce liquidated damage provisions in order to recoup a portion of the costs of the extra services during construction. It is also possible to consider these additional engineering costs to be offset by the additional grant money recently received in the amount of $280,539 on this project. If you have questions or comments, please advise. Sincerely, CONKLIN PORTER AND HOLMES-ENGINEERS, INC. Bristol C. Conklin, P.E. Executive Vice President BCC/js Enclosures 0924LTR3.JIMS (:onklir''~ Porter and Holmes 500 W. FULTON STREET POSTOFFICE BOX 1976 SANFORD, FLORIDA 32772-1976 JUly 2, 1991 TEL 4o7-322-664~ TEL FAX #407-330-0639 Mr. Paul Moore, P.E. Director of Utilities City of Sanford P. O. Box 1788 Sanford, FL 32772-1788 RE: City of Sanford Engineering Services Agreement Amendment No. 19 CPH Project No. S0602.44 De~r Mr. Moore: Per your request, we have prepared a proposal for consulting engineering services for an extension of the Vacuum Sewer Collection System to serve an existing area of downtown Sanford. The specific area is south of First Union Bank from Oak Ave. to Palmetto Ave. Recently City investigations show that this area is served by the combined sewer system, however, it is not scheduled for rehabilitation under current projects. The scope of additional services to be provided includes design and construction administration services as outlined in the attached Plan of Study. It is assumed that the construction of the proposed Vacuum Main Extension will be included as a change order to Speegle Construction, Inc.'s contract with the City. A four week construction period is also assumed in estimating the other related construction administrative services. The preparation of a second change order (to Contract III - Sanitary Sewer Laterals construction) is not included in this proposal. Due to confined area and the brick and asphalt paving over the probable vacuum main route, it may be advantageous to have the service laterals constructed in conjunction with the vacuum main and valve pits. The work items included in this proposal are consistent with ~Additionai Services Of the Engineer" - Section ~X of Amendment No. 19. The proposed dollar total for the additional services is based on compensation for providing professional engineering services, as included in "Standard Costs Plus Fixed Fee Compensation" - Section III of Amendment No. 19. Acceptance of this proposal will increase the original Total Cost Plus Fixed Fee $357,468.29 by $11,772.76 to an amended Total Cost Plus Fixed Fee amount of $369,241.05 (The original Target Ceiling Cost of $310,841.99 is increased by $10,237.18 to amended Target Ceiling Cost of $321,079.17. The original Fixed Fee of $46,626.30 is increased by $1,535.58 to an amended Fixed Fee of $48,161.88.) Mr. Paul Moore, P.E. TEL ~7-322-e84, TEL 407-83,-S7~; S0602 . 44 - 7/2/91 FAX #407-33~o~39 Page 2 Of course, we will endeavor to handle all the work items included in this proposal as efficiently as possible and we will only bill for charges incurred. Please contact us if you need any additional information. Sincerely, Njam~e~C.~PORTER & HOLMES - ENGINEERS, INC. B Senior Vice President 07021trl.jyw ACCEPTED: Wi City Manager CITY OF SANFORD VACUUN SEWER COLLECTION SYSTE~ EXTENSION DETAILED WORK PLAN Equip. & Item of Work Time in Nanhours Materials Subcontractor P E T D S I. ENGINEERING DESIGN A. General 1. Gather basic data - 1 3 $25.00 maps, plans, files, aerials, on existing rights-of-way and utilities (storm sewers, gas, telephone, water, sewer, electrical power) 2. Meet with City staff to 1 2 determine exact area to be served and discuss potential alternatives. B. Subcontract Work 1. Aerial base maps (3) for 2 $1,000.00 proposed vacuum sewer extension route at 1" = 30' scale 2. Surveying a. Coordination and 2 1 supervision h. Field data collection $1,800.00 P=Principal; E=Engineer; T=Technician; D=Draftsperson; S=Secretary CITY OF SANFORD VACUUM SEWER COLLECTION SYSTEM EXTENSION DETAILED WORK PLAN Equip. & Item of Work Time in Manhours Materials Subcontractor P E T D S C. Design 1. Vacuum Sewer Extension Design a. Review vacuum station sizing 0.5 3 b. Determine vacuum main 2 piping route c. Determine vacuum. valve 2 pit locations and service lateral routes to existing residences and businesses (assistance from City required) d. Design vacuum main 1 8 25.00 extension e. Revise hydraulic 0.5 4 calculations for vacuum collection system CITY OF SANFORD VACUUM SEWER COLLECTION SYSTEM EXTENSION DETAILED WORK PLAN Equip. & Item of Work Time in Manhours Materials Subcontractor P E T D S D. Drawinq Preparation 1. Reduce survey notes and 16 plot data onto 30 scale aerial base maps. 2.Drafting of design on plans. a. Drafting (based on 30 three new plan & profile sheets and revisions to three existing plan sheets) b. Supervision of design/ drafting 2 c. Office review and 1 2 $25.00 checking of individual drawings. d. Changes to drawings. 4 3. Field checking of drawings 2 CITY OF SANFORD VACUUM SEWER COLLECTION SYSTEM EXTENSION DETAILED WORK PLAN Equip. & Item of Work Time in Manhours Materials Subcontractor P E T D S II. CONSTRUCTION SERVICES A. Chanqe Order Preparation, Neqotiation and Processing 1. Meet with City and Contractor 2 4 to negotiate costs and time to include work in Contract 1 construction. 2. Prepare and submit 1 20 2 $20.00 draft change order package for Army Corps of Engineers and FDER review. 3. Respond to comments from I 4 FDER and COE. 4. Finalize change order and 1 4 2 $30.00 process. B. CONSTRUCTION ADMINISTRATION 1. Advise & consult with 2 10 2 Owner, Resident Project Representatives, and Contractor (estimate 4 wks.) 2. Periodic visits to the site. 8 1 3. Supervision of Resident 2 10 2 Project Representatives CITY OF SANFORD VACUUM SEWER COLLECTION SYSTEM EXTENSION DETAILED WORK PLAN EqUip. & Item of Work Time in Manhours Materials .Subcontractor P E T D S 4. Inspection, Punchlist, 3 1.5 Final Completion, Certification 5. Record Drawing Repro- 1 4 8 ducibles (3 additional drawings) GRAND TOTAL: 13 94 25 42 12.5 $125.00 $2,800.00 DOLLAR TOTAL: $11,772.76