Memorandum
City of Lawrence
Utilities Department
TO: |
Thomas M. Markus City Manager Diane Stoddard Assistant City Manager Casey Toomay Assistant City Manager Brandon McGuire Assistant to the City Manager |
FROM: |
Andy Ensz Utilities Project Engineer |
CC:
DATE: |
Dave Wagner Director of Utilities Mike Lawless Deputy Director of Utilities Philip Ciesielski Assistant Director of Utilities Beth Krishtalka Assistant to the Director Mark Hegeman Utilities Operations Superintendent Dave King Utilities Maintenance Superintendent Aurora Shields Water Quality Manager June 27, 2016 |
RE: |
July 5, 2016 Agenda Item Authorize the City Manager to execute Change Order No. 2 with Crossland Heavy Contractors for the Clinton Water Treatment Plant Phase 1 Improvements Project UT1209 increasing the construction contract by $64,213.00 and 14 days. |
Background
Phase I improvements to the Clinton Reservoir Water Treatment Plant are based on recommendations in the 2013 Taste & Odor Study and other improvements requested by the City. These improvements will increase effectiveness of existing processes, streamline operation and maintenance activities, reduce chemical costs, and improve taste and odor removal. These improvements will also provide the groundwork for additional taste and odor removal processes if needed in the future.
Project History
On December 15, 2015, bids were received from the following five (5) bidders. The bids were opened and publicly read aloud.
Crossland Heavy Contractors |
$3,879,000.00 |
BRB Contractors |
$3,967,000.00 |
Walters-Morgan Construction |
$4,038,000.00 |
MEGA Industries |
$4,134,000.00 |
Garney Companies |
$4,711,000.00 |
|
|
Engineers Estimate |
$4,800,000.00 |
On January 5, 2016, the City Commission awarded the bid for Bid Number B1554, Clinton Water Treatment Plant Phase 1 Taste and Odor Improvements Project UT1209 to the low bidder Crossland Heavy Contractors in the amount of $3,879,000.00 and authorized the Interim City Manager to execute the construction contract.
Project Status
Change Order No. 2 to the construction contract includes the following items of work that were not apparent until construction of the improvements started. Burns & McDonnell and Staff have reviewed the proposed Change Order No. 2 and recommend authorizing its execution.
Item |
Description |
Cost |
2.1 |
Two damaged corbels were discovered in Secondary Basin No. 1. Corbels will be repaired in similar fashion to the corbel repair in Presedimentation Basin No. 1. |
$6,006.00 |
2.2 |
Excavation to locate existing carbon dioxide piping and provide access for TV inspection of these lines. These costs are reflected in Items 2.5 and 2.6. |
$0.00 |
2.3 |
Uncovering of the South Train Primary Basin Influent piping revealed the pipe to be prestressed concrete cylinder pipe (PCCP). Taps in this pipe will be made by the pipe manufacturer, Forterra, in order to maintain integrity of the pipe. |
$11,226.00 |
2.4 |
Repair work in the South Train Secondary Basin revealed damaged areas with depths exceeding 4 inches. These areas require a different repair material than that originally specified. |
$393.00 |
2.5 |
Pressure testing indicated integrity issues with the existing carbon dioxide gas supply piping. The piping was located and exposed in two locations within the plant yard to investigate potential leaks and allow for TV inspection. |
$4,483.00 |
2.6 |
Pressure testing indicated integrity issues with the existing carbon dioxide gas supply piping. The piping was located and exposed at one location within the plant drive to investigate potential leaks. This work includes repairs to the drive. |
$9,519.00 |
2.7 |
The routing for lime feed piping to the South Train was revised after discovery of several conflicts with shallow existing electrical duct banks. |
$5,778.00 |
2.8 |
Includes repair of a third damaged corbel that was discovered in Secondary Basin No. 1. |
$3,267.00 |
2.9 |
Unit price adjustments for wall repairs exceeding the amount specified in the Bid Form. |
$2,277.00 |
2.10 |
Change to DCW piping routing for the Ferric building to allow for connection to a code-compliant potable water source. |
$3,253.00 |
2.11 |
Inclusion of additional IO and cabling for the carbon dioxide PSF panels to provide additional control as recommended by the equipment manufacturer. |
$7,116.00 |
2.12 |
The size of the bulk ferric tanks was reduced to achieve smaller tank diameters to provide additional room for tank restraints. This is a cost deduct. |
-$8,605.00 |
2.13 |
Relocation of the lime system due to condition of sub-grade discovered upon excavation of the area. Includes additional excavation and sub-grade work. |
$19,500.00 |
Total |
Change Order No. 2 Total |
$64,213.00 |
Construction Contract Costs
|
Cost |
Days |
Original Contract |
$3,879,000.00 |
335 |
Change Order No. 1 |
$86,205.00 |
0 |
Change Order No. 2 Current Contract Total |
$64,213.00 $4,029,418.00 |
14 349 |
Change order cost adjustments are 3.9% of the original contract amount.
Project Schedule
Notice to Proceed: Project Completion: Project Completion: |
February 22, 2016 February 5, 2017 (Substantial) March 7, 2017 (Final) |
Project Funding
The project is included in the Department of Utilities Rate Plan and Bonded Capital Improvement Program per Resolutions 7019, 7062 and 7107.
Action
Authorize the City Manager to execute Change Order No. 2 with Crossland Heavy Contractors for the Clinton Water Treatment Plant Phase 1 Improvements Project UT1209 increasing the construction contract by $64,213.00 and 14 days.