CITY COMMISSION AGENDA ITEM

vertical_CityOfLawrence-7

 

Department:

Utilities

Commission Meeting Date:  October 4, 2016

Staff Contact:

Andy Ensz, Utilities Project Engineer

Recommendations/Options/Action Requested:

 

Authorize the City Manager to execute Change Order No. 3 with Crossland Heavy Contractors for the Clinton Water Treatment Plant Phase 1 Improvements Project UT1209 increasing the construction contract by $73,610.00 and 85 days.

 

Executive Summary:

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.

 

Change Order No. 3 to the construction contract includes the following items of work that were not apparent until construction of the improvements started or were additional items requested by the City. Burns & McDonnell and Staff have reviewed the proposed Change Order No. 3 and recommend authorizing its execution.

 

Change Order No. 3

Item

Description

Cost

3.1

Sample Lines

To facilitate raw water sampling, the City requested installation of new sample lines from the existing carbon building. This work was performed concurrently with installation of new piping in the same area. This item also includes deductive amounts for City acceptance of pipe fittings that were installed out of compliance with the specifications.

$2,022.00

3.2

Painting of Rapid Mix Piping

Exposed interior piping for rapid mix systems is carbon steel and will be painted. This includes surface prep and painting of piping in both the North and South Sludge Buildings.   

$3,828.00

3.3

Carbon Dioxide Tank Relocation

Due to issues with existing gas supply lines and other utility conflicts, the carbon dioxide tank was relocated to the roof of the chemical building to facilitate installation of this system. The system now includes a remote truck delivery fill station and handrail is provided on the roof for safety of access. Modifications to roofing, piping, mechanical and electrical systems are included. See attached memo for additional detail.

$69,357.00

3.4

Deduct for pH Probe/Analyzer

The pH probe and analyzer for carbon dioxide dose control has been removed from TOMCO2’s scope. The City will provide the same unit that is currently used at the WTP.

-$3,818.00

3.5

Coupling Size Change

Four existing pipe couplings are to be removed and replaced in the South Train Basins. Upon field verification of dimensions, it was determined that the existing couplings are 24 inches in diameter rather than 20 inches as shown in the plans.

$2,221.00

3.6

Weather Delay

Three weather delays in excess of the allotted days occurred during the month of May.

$0.00

Total

Change Order No. 3 Total

$73,610.00

 

Contract

 

Cost

Days

Original Contract

$3,879,000.00

335

Change Order No. 1

$86,205.00

0

Change Order No. 2

Change Order No. 3

Current Contract Total

$64,213.00

$73,610.00

$4,103,028.00

14

85

434

 

Change order cost adjustments are 5.8% of the original contract amount. The construction contract total including Change Order No. 3 is within the original project budget.

 

Schedule

Notice to Proceed:

Project Completion:

 

February 22, 2016

February 8, 2017 (Substantial for all work except Carbon Dioxide)

Project Completion:

 

Project Completion:

April 28, 2017 (Substantial for Carbon Dioxide)

May 31, 2017 (Final)

Strategic Goal Area:

Infrastructure

Fiscal Impact (Amount/Source):

The project is included in the Department of Utilities Rate Plan and Bonded Capital Improvement Program per Resolutions 7019, 7062 and 7107.

Attachments:

Burns & McDonnell memo summarizing Carbon Dioxide tank location alternatives.