Loading...
84-0625 West Side Plant Change Order No.3 B L A C K & V E A T C H - I ELGIN, ILLINOIS WATER WORKS IMPROVEMENTS CONTRACT NO. 5 WEST SIDE PLANT IMPROVEMENTS CHANGE ORDER NO. 3 SCOPE. This Change Order No. 3 covers additions and modifications to the above contract as follows: Item 1. The substantial completion date for the subject project shall be extended 13 days. The substantial completion date shall be ex- tended from March 31, 1984 to April 13, 1984. Item 2. The Contractor shall remove the existing mill scale from basin equipment within Basin No. 1 and No. 2. The mill scale shall be sandblasted from the equipment in preparation for painting. The paint system for Basin No. 1 shall be modified from an all vinyl system to a combined epoxy and alkyd enamel system. The epoxy paint system shall be used on all equipment surfaces except the handrail, walkway, center influent well and scrapper arms. The handrail and walkway surfaces shall be painted with the alkyd enamel system. The center influent well and scrapper arms will not be repainted. The epoxy paint system shall consist of three coats of intermediate and finish epoxy paint, Tnemec "Hi-Build Epoxoline Series 66." The alkyd enamel paint system shall consist of a rust inhibitive primer, Tnemec "77 Chem-Prime" and two coats of intermediate and finish gloss alkyd enamel paint, Tnemec "Tnemec -Gloss Enamel." The epoxy paint system shall provide a minimum dry film thickness of 12 mils and the alkyd enamel paints system shall provide a minimum dry film thickness of 6 mils. Item 3. The loss of vacuum alarm on the carbon dioxide feeders shall be isolated and wired to alarm only when vacuum is lost on the feeder being used. Item 4. The Chlorine scale low weight alarm shall be isolated and wired to alarm each scale individually. Item 5. Additional electrical work shall be performed to trace and identify existing misplaced jumper cable connections within the existing control panel. Item 6. The Contractor shall replace portions of the existing ferric sulfate feed line and add a new connection to allow flushing of the ferric sulfate feed line. (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-1 (CONTRACT NO. 5 ) B L A C K & V E A T C H Item 7. The existing Odor Control Building entrance door and frame shall be removed and replaced with new double doors and frame. The new doors and frame shall be similar to the existing doors and frame but shall comply with steel door and frame requirements as specified in the contract documents. New hardware shall be provided as required to complete the installation, however existing hardware shall be reused as much as possible. Item 8. The existing door frame at the south entrance to the Chemical and Filter Building shall be removed and replaced with a new frame. The new frame shall comply with the steel door frame requirements as specificed in the contract documents. The new frame shall also be compatible with the new doors and hardware to be furnished and instal- led at this entrance under the original contract. Item 9. The existing door at the west entrance to the Chemical and Filter Building shall be removed and replaced with a new door. The new door shall be similar to the existing door but shall comply with the steel door requirements as specified in the contract documents. Existing hardware shall be reused with the new door. Item 10. The existing door at the north exit from the chemical stor- age area of the Chemical and Filter Building shall be removed and replaced with a new door. The new door shall be a solid door without any glazed openings and shall comply with the steel door requirements as specified in the contract documents. New hardware shall be pro- vided except the existing door hinges shall be reused. REASON FOR CHANGE Item 1. The extension of time for substantial completion is due to delays in the delivery of the new plant control panel and related equipment and to additional time required to bring the new control panel on line and make it operational. Item 2. During the cleaning and preparation of the basin equipment for painting, the Contractor encountered considerable amounts of mill scale under the existing paint systems. It was necessary to remove this mill scale to provide a good bonding surface for the new paint system. The removal of this mill scale required additional cleaning effort and sandblasting beyond what was originally included under Item 4 of Change Order No. 1. The removal of mill scale is not something that could have been reasonably anticipated prior to beginning the work. Previously painted surfaces should have had the mill scale removed prior to its initial painting. When the existing paint had been removed, the mill scale and original erection markings were dis- covered, indicating that the original equipment had not been properly prepared for painting following erection. Following the failure of the vinyl paint system on the basin equipment of the Riverside Water Treatment plant, it was felt that a different field applied paint system may perform better than the vinyl system. (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-2 (CONTRACT NO. 5 ) BLACK & V E A T C H . The painting of Base No. 2 equipment had already been completed using the vinyl system. Therefore, the combined epoxy and alkyd enamel paint systems shall be used on Basin No. 1 equipment only. The existing paint system on the scrapper arms was found to be in relatively good condition. Repainting the scrapper arms was therefore not necessary. It was determined that repainting the center influent well would also not be necessary because periodic cleaning of the lime buildup on the center well surfaces would damage any paint system used. Therefore, repainting would not provide any additional pro- tection. Item 3. The loss of vacuum alarm on each carbon dioxide feeder was isolated and wired to alarm only when vacuum was lost while the indi- vidual units are in operation. This will prevent false and nuisance alarms from being received from units not in operation. Item 4. The low weight alarms on the chlorine scales were isolated and wired to alarm separately. This arrangement will allow the opera- tor to switch from an empty ton container to a full container without handling either unit. The empty container can then be replaced at a more convenient time. It will also prevent nuisance alarms from the empty containers until they are replaced. Item 5. The Contractor was not able to identify some of the existing connections within the existing control panel. These connections were either different from that indicated on the existing plans or were not shown. It was necessary to trace these connections to identify their use prior to their transfer to the new control panel. Item 6. Portions of the existing ferric sulfate feed line was found to be in deteriorated condition and leaking. These sections of the line were replaced with new piping. To provide easier maintenance in keeping the feed line from plugging, a flushing connection was added to the feed line. This connection will allow the line to be period- ically flushed with water to prevent clogging from chemical buildup. Item 7 through 10. The existing doors, door frames, and hardware, as indicated under each of the above items, need to be replaced because of their deteriorating conditions. Each of the items are in need of replacement due to damage and/or corrosion due to weathering and chemical attack. The replacement of these doors and frames will provide better weather seal and security for the facilities. SUMMARY OF CHANGES IN CONTRACT AMOUNT. The contract amount shall be re- vised on the following basis: Add Item 1. Time extension. No change in contract amount. - (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-3 (CONTRACT NO. 5 ) B L A C K & V E A T C H I Add Item 2. Removal of mill scale and basin painting modifications. Removal of mill scale $4,778.00 Basin painting modifications - 4,778.00 Item 3. CO2 Feeder loss of vacuum alarm modifications. Electrical work $ 505.00 5% Overhead and profit 25.00 530.00 Item 4. Cl2 Scale low weight alarm modifications. Electrical work $ 649.00 5% Overhead and profit 32.00 681.00 Item 5. Tracing existing control panel connections. Electrical work $ 141.00 5% Overhead and profits 7.00 148.00 Item 6. Modifications to ferric sulfate feed lines. Feed line modifications $ 667.00 5% Overhead and profits 33.00 700.00 Item 7. Removal and replacement of existing Odor Control Building entrance door and frame. Labor and materials $ 743.00 10% Overhead and profit 74.00 817.00 Item 8. Removal and replacement of existing door frame at the south entrance to the Chemical and Filter Building. Labor and materials $ 585.00 10% Overhead and profit 58.00 643.00 Item 9. Removal and replacement of existing door at the west entrance to the Chemical and Filter Building. Labor and materials $ 377.00 10% Overhead and profit 38.00 415.00 (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-4 (CONTRACT NO. 5 ) BLACK & V E A T C H a S Add Item 10. Removal and replacement of existing door at north exit from the chemical storage area of the Chemical and Filter Building. Labor and materials $ 486.00 10% Overhead and profit 49.00 535.00 Total Addition to the Contract Amount $9,247.00 By reason of this Change Order No. 3, the contract amount shall be increased in the amount of Nine Thousand Two Hundred Forty-Seven and 00/100 Dollars ($9,247.00) OTHER CONTRACT PROVISIONS. All other provisions of the contract shall remain the same. AGREED to this a ay of , 1984. Recommended by: Approved: BLACK & VEATCH CITY OF ELGIN, ILLINOIS Part • le First Part (Owner) /By I idll .0i <�,/ G By ■ . /�i AP _ Date: June 6, 1984 Titl-/` Accepted: SEAGREEN/SALES, INC. Party o the Se on rt (Contractor) By Title (ELGIN, ILLINOIS ) (WATER WORKS IMPR.) CO3-5 (CONTRACT NO. 5 ) June 12, 1984 MEMORANDUM TO: Bob Malm, Acting City Manager FROM: Gary W. Miller, Engineering Supervisor ? y i RE: Contract No. 5 (� � West Side Plant Improvements Change Order No. 3 Attached is a five page document which represents Change Order No. 3 for the referenced project. This change order includes ten items with a net increase in the contract amount. The changes have been discussed with Black & Veatch and we are in agreement with the items as listed. The proposed change order represents a total increase of $9,247.00 in the contract amount. Each item is described within the change order, including the reason for the changes. We are requesting that the City Council review this material at their next meeting. Item 1 involves an extension of 13 days to the date of substantial completion. There is no change in the contract amount due to this change. Item 2 is a recommendation to pay for the removal of mill scale. The mill scale was found to exist when the work already approved under Item 4 of Change Order No.1 was initiated by the Contractor. Items 3, 4, 5 and 6 have already been completed and were mandatory for the operation of the plant. Items 7, 8, 9 and 10 cover proposed modifications to existing doors, door frames, and/or door hardware that are in need of repair. It is recommended that these improvements be made at this time as part of this contract. It is recommended that Change Order No. 3 be approved by City Council action. For your information, the approval of Change Order No. 3 would increase the total amount of Contract No. 5 with Seagren/Shales, Inc. from $794,318 to $803,565. GWM:do Attachment cc: Mel Dahl Ron Zegers Marie Yearman Mike Sarro Ery Jentsch Bob Renfrow Seagren/Shales s ' B L A C K & V E A T C H ELGIN, ILLINOIS WATER WORKS IMPROVEMENTS CONTRACT NO. 5 WEST SIDE PLANT IMPROVEMENTS CHANGE ORDER NO. 3 SCOPE. This Change Order No. 3 covers additions and modifications to the above contract as follows: Item 1. The substantial completion date for the subject project shall be extended 13 days . The substantial completion date shall be ex- tended from March 31 , 1984 to April 13, 1984. Item 2. The Contractor shall remove the existing mill scale from basin equipment within Basin No. 1 and No. 2. The mill scale shall be sandAasted from the equipment in preparation for painting. The paint system for Basin No. 1 shall be modified from an all vinyl system to a combined epoxy and alkyd enamel system. The epoxy paint system shall be used on all equipment surfaces except the handrail, walkway, center influent well and scrapper arms. The handrail and walkway surfaces shall be painted with the alkyd enamel system. The center influent well and scrapper arms will not be repainted. The epoxy paint system shall consist of three coats of intermediate and finish epoxy paint, Tnemec "Hi-Build Epoxoline Series 66." The alkyd enamel paint system shall consist of a rust inhibitive primer, Tnemec "77 Chem-Prime" and two coats of intermediate and finish gloss • alkyd enamel paint, Tenemec "Tnemec -Gloss Enamel." The epoxy paint system shall provide a minimum dry film thickness of 12 mils and the alkyd enamel paints system shall provide a minimum dry film thickness of 6 mils. Item 3. The loss of vacuum alarm on the carbon dioxide feeders shall be isolated and wired to alarm only when vacuum is lost on the feeder being used. Item 4. The Chlorine scale low weight alarm shall be isolated and wired to alarm each scale individually. Item 5 . Additional electrical work shall be performed to trace and identify existing misplaced jumper cable connections within the existing control panel. Item 6. The Contractor shall replace portions of the existing ferric sulfate feed line and add a new connection to allow flushing of the ferric sulfate feed line. (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-1 (CONTRACT NO. 5 ) BLACK & V E A T C H Item 7. The existing Odor Control Building entrance door and frame shall be removed and replaced with new double doors and frame. The new doors and frame shall be similar to the existing doors and frame but shall comply with steel door and frame requirements as specified in the contract documents. New hardware shall be provided as required to complete the installation, however existing hardware shall be reused as much as possible. Item 8. The existing door frame at the south entrance to the Chemical and Filter Building shall be removed and replaced with a new frame. The new frame shall comply with the steel door frame requirements as specificed in the contract documents. The new frame shall also be compatible with the new doors and hardware to be furnished and instal- led at this entrance under the original contract. Item 9. The existing door at the west entrance to the Chemical and Filter Building shall be removed and replaced with a new door. The new door shall be similar to the existing door but shall comply with the steel door requirements as specified in the contract documents. Existing hardware shall be reused with the new door. Item 10. The existing door at the north exit from the chemical stor- age area of the Chemical and Filter Building shall be removed and replaced with a new door. The new door shall be a solid door without any glazed openings and shall comply with the steel door requirements as specified in the contract documents. New hardware shall be pro- vided except the existing door hinges shall be reused. REASON FOR CHANGE Item 1 . The extension of time for substantial completion is due to delays in the delivery of the new plant control panel and related equipment and to additional time required to bring the new control panel on line and make it operational. Item 2. During the cleaning and preparation of the basin equipment for painting, the Contractor encountered considerable amounts of mill scale under the existing paint systems. It was necessary to remove this mill scale to provide a good bonding surface for the new paint system. The removal of this mill scale required additional cleaning effort and sandblasting beyond what was originally included under Item .4 of Change Order No. 1 . The removal of mill scale is not something that could have been reasonably anticipated prior to beginning the work. Previously painted surfaces should have had the mill scale removed prior to its initial painting. When the existing paint had been removed, the mill scale and original erection markings were dis- covered, indicating that the original equipment had not been properly prepared for painting following erection. Following the failure of the vinyl paint system on the basin equipment of the Riverside Water Treatment plant, it was felt that a different field applied paint system may perform better than the vinyl system. (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-2 (CONTRACT NO. 5 ) BLACK a V E A T C H The painting of Base No. 2 equipment had already been completed using the vinyl system. Therefore, the combined epoxy and alkyd enamel paint systems s?'all be used on Basin No. 1 equipment only. The existing paint system on the scrapper arms was found to be in relatively good condition. Repainting the scrapper arms was therefore not necessary. It was determined that repainting the center influent well would also not be necessary because periodic cleaning of the lime buildup on the center well surfaces would damage any paint system used. Therefore, repainting would not provide any additional pro- tection. Item 3. The loss of vacuum alarm on each carbon dioxide feeder was isolated and wired to alarm only when vacuum was lost while the indi- vidual units are in operation. This will prevent false and nuisance alarms from being received from units not in operation. Item 4. The low weight alarms on the chlorine scales were isolated and wired to alarm separately. This arrangement will allow the opera- tor to switch from an empty ton container to a full container without handling either unit. The empty container can then be replaced at a more convenient time. It will also prevent nuisance alarms from the empty containers until they are replaced. Item S. The Contractor was not able to identify some of the existing connections within the existing control panel. These connections were either different from that indicated on the existing plans or were not shown. It was necessary to trace these connections to identify their use prior to their transfer to the new control panel. Item 6. Portions of the existing ferric sulfate feed line was found to be in deteriorated condition and leaking. These sections of the line were replaced with new piping. To provide easier maintenance in keeping the feed line from plugging, a flushing connection was added to the feed line. This connection will allow the line to be period- ically flushed with water to prevent clogging from chemical buildup. Item 7 through 10. The existing doors,. door frames, and hardware, as indicated under each of the above items, need to be replaced because of their deteriorating conditions. Each of the items are in need of replacement due to damage and/or corrosion due to weathering and . chemical attack. The replacement of these doors and frames will provide better weather seal and security for the facilities. SUMMARY OF CHANGES IN CONTRACT AMOUNT. The contract amount shall be re- vised on the following basis: Add Item 1 . Time extension. No change in contract amount. - (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-3 (CONTRACT NO. 5 ) • • B L A C K @ V E A T C H Add Item 2. .i..emcv l of mill scale and basin painting modifications. Removal of mill scale $4,778.00 Basin painting modifications - 4,778.00 Item 3. CO2 Feeder loss of vacuum alarm modifications. Electrical work • $ 505.00 5% Overhead and profit 25.00 530.00 Item 4. C12 Scale low weight alarm modifications. Electrical work $ 649.00 5% Overhead and profit 32.00 681 .00 Item 5. Tracing existing control panel connections. Electrical work $ 141.00 5% Overhead and profits 7.00 148.00 Item_ 6. Modifications to ferric sulfate feed lines. Feed line modifications $ 667.00 5% Overhead and profits 33.00 700.00 Item 7. Removal and replacement of existing Odor Control Building entrance door -- and frame. Labor and materials $ 743.00 10% Overhead and profit 74.00 817.00 Item 8. Removal and replacement of existing door frame at the south entrance to the Chemical and Filter Building. Labor and materials , $ 585.00 10% Overhead and profit 58.00 • 643.00 Item 9. Removal and replacement of existing door at the west entrance to the Chemical and Filter Building. Labor and materials $ 377.00 10% Overhead and profit 38.00 415.00 (ELGIN, ILLINOIS ) (WATER WORKS IMPR.) CO3-4 (CONTRACT NO. 5 ) B L A C K fl V E A T C H Add Item 10. Removal and replacement of existing door at north exit from the chemical storage area of the Chemical and Filter Building. Labor and materials $ 486.00 10% Overhead and profit 49.00 535.00 Total Addition to the Contract Amount $9,247.00 By reason of this Change Order No. 3, the contract amount shall be increased in the amount of Nine Thousand Two Hundred Forty-Seven and 00/100 Dollars ($9,247.00) OTHER CONTRACT PROVISIONS. All other provisions of the contract shall remain the same. AGREED to this day of , 1984. Recommended by: Approved: BLACK & VEATCH CITY OF ELGIN, ILLINOIS Party of the First Part (Owner) ' , �} - By Date: June 6, 1984 Title Accepted: SEAGREEN/SALES, INC. Party of the Second Part (Contractor) By Title (ELGIN, ILLINOIS ) (WATER WORKS IMPR. ) CO3-5 (CONTRACT NO. 5 )