RES 2022-0280 - Change Order No. 2 with Eriksen Construction for OPW 53408 - Transfer Lift Station Pump Replacement City Clerk Office Use Only:
�E2�7—02(
-
RESOLUTION NO. i Publication Date (if applicable):
j I
Agenda 3/242,0Z2 Date:
Department: i9 b1ic U O 'rki
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, Eriksen Construction Company, Inc. was awarded a contract by City Council
Resolution No. 1160 on November 26, 2019, to construct OPW 53408, being the Transfer Lift
Station Pump Replacement Project, associated with Capital Improvement Program Project No.
2007E503; and,
WHEREAS, it is necessary to increase the contract to perform additional work listed in the
attached Change Order No. 2, which by this reference is made a part hereof; and,
WHEREAS, Eriksen Construction Company, Inc. has agreed to perform this work for an
additional cost of $334,295.16, to be paid from the Sewer Revenue Improvements Fund 21124,
CSO Control Implementation Organization 116918, year 2022 expenditure.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
OMAHA:
THAT, as recommended by the Mayor, Change Order No. 2 with Eriksen Construction
Company, Inc. for additional work on OPW 53408 being the Transfer Lift Station Pump
Replacement Project, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay an additional sum of $334,295.16 for
this change order, to be paid from the Sewer Revenue Improvements Fund 21124, CSO Control
Implementation Organization 116918, year 2022 expenditure.
3151tns APPROVED AS TO FORM
• It2v
sx() CITY ATTORNEY MAR c,
Adopted:
Attest:
City Clerk
Approved:
Mayor
CITY OF OMAHA CONTRACT CHANGE ORDER
PUBLIC WORKS DEPARTMENT
PROJECT NO.: OPW 53408 CHANGE ORDER NO.: 2
PROJECT NAME: Transfer Lift Station Pump Replacement
CONTRACTOR: Eriksen Construction
COUNCIL RESOLUTION NO. DATE OF RESOLUTION:
No. DESCRIPTION/ REASON UNIT PRICE CONTRACT PRICE
DECREASE INCREASE
New conduit and wiring shall be ran between the
existing light switches inside the pump room
basement.
CPR 005 During the floor demolition for the new LS Pump $1,701.22 $1,701.22
#6 installation, wiring between the light switches
was damaged.As this wire would be damaged
with each pump installation, the Contractor ran a
new above ground conduit and wire.
The Contractor demo'd&transported 120'of 18"
HDPE piping to the City's storage area at the
Monroe Lift Station.
CPR 007 The City requested the Contractor to demo $3,469.35 $3,469.35
existing piping within the MRWRRF and relocate
the pipe to their storage area for future use.
Additional pipe supports (2 total) were necessary
for the support of the new stormwater pumps'
discharge piping. The Contractor requested an
additional 3 calendar days for the fabrication and
installation of the additional pipe supports.
CPR 010 Due to the City requested addition of the new $15,064.38 $15,064.38
check valves on the stormwater discharge piping,
the discharge piping span between original
supports increased and the addition of another
support was necessary.
The Contractor requested an additional 94
calendar days for the 24"check valve delay.
CPR 011 Due to COV1D-19, the 24"check valves for the N/A N/A
new LS pump discharge piping was delayed and
didn't arrive on-site until 1/18/2021.
Contractor shall provide additional instrumentation
for spares and LS Pumps#1  to match the
changes made with WCD 002. New conduit and
wiring was added to accommodate the City's
request for anolog output from the seal/cooling
water flow meters.
CPR 012 City requested changes were made after the lift $85,917.88 $85,917.88
station had a basement flood event to the seal and
cooling water panels for LS Pumps#3, #4, 
with WCD 002. CPR 012 made the changes to LS
Pumps#1  that were not installed at the time
of the incident. Five (5) additional days were
requested by the Contractor.
Rev 11/21/2011 1 of 3
CITY OF OMAHA CONTRACT CHANGE ORDER
PUBLIC WORKS DEPARTMENT
The Contractor shall install approximately 440 LF
of new 3"PVC pipe around the chlorine contact
basin. In addition, the Contractor shall replace
approximately 18 LF of 8"CL350 ductile iron pipe
with two 8"ductile iron sleeves and mechanical
joint restraints.
CPR 014 The City requested the Contractor to complete the $45,136.78 $45,136.78
rehab of the 3"PVC piping that feeds the chlorine
contact basins within the plant due to the existing
pipe leaking. In addition, the City directed the
Contractor to repair a water main break on an 8"
water main within the plant. The Contractor
requested an additional 12 calendar days for this
work.
The Missouri River Water Resource Recovery
Facility was without power for approximately 9
hours on Saturday, July 10th. During this power
outage, the water surface elevation in the wet well
increased above the sump pump discharge
elevation and TLS's sump pumps'check valves
leaked, which flooded the basement with sewage.
The instrumentation, wiring, and controls were
temporarily fixed to allow the LS pumps to be
placed back into service upon restoration of
power. After the event, all LS pump controls,
instrumentation, and wiring were reviewed for
damage. The Plant& City staff have decided to
pursue replacement of all controls,
WCD 002 instrumentation, and wiring that were submerged $171,602.30 $171,602.30
during the event. This scope is intended to be
reimbursed by insurance.
City requested the Engineer and Contractor to
review the damaged instrumentation and wiring
after the emergency reponse was completed.
Temporary wiring and controls were utilized, while
the replacement of all the submerged items were
permanently replaced. (see attached WCD002
scope for breakout of items to be replaced.) The
tracked time for this scope equaled 76 calendar
days.
Rev 11/21/2011 2 of 3
CITY OF OMAHA CONTRACT CHANGE ORDER
PUBLIC WORKS DEPARTMENT
The South Flow Wet Well had significant grease
built-up when the wet well was isolated and
drained for the curtain wall installation. The
Contractor was asked to remove the grease and
dispose of the grease near the Monroe Lift Station
pad that was identified by the City. The Contractor
coordinated with the City for this work to ensure
WCD 003 the disposal was completed in an appropriate $11,403.25 $11,403.25
The South Flow Wet Well was substantially full of
grease when it was drained for the work within the
wet well. The City requested the Contractor
complete the necessary cleaning and removal of
the grease for the project's work to take place. The
tracked time for this work equaled 1 calendar day.
TOTAL DECREASE IN CONTRACT PRICE $0.00
TOTAL INCREASE IN CONTRACT PRICE $334,295.16
NET DIFFERENCE $334,295.16
ESTIMATED CONTRACT VALUE $5,583,216.70
PREVIOUS CHANGE ORDER(S)VALUE $72,148.44
CURRENT CONTRACT AMOUNT $5,989,660.30
PERCENT CHANGE ORDER(S)TOTAL 7.3%
NOTICE TO PROCEED DATE 3/16/2020
INITIAL DAYS TO SUBSTANTIAL COMPLETION 490
PREVIOUS CALENDAR DAYS ADDED 95
CALENDAR DAYS THIS CHANGE ORDER 191
CURRENT CONTRACT DAYS TO SUBSTANTIAL COMPLETION 776
CURRENT SUBSTANTIAL COMP' FTION 4/30/2022
ACCEPTED: ' 7" �{ DATE: 12/13/2021
,CTOR)
RECOMMENDED: gtwcdoo Nus i'aae DATE: 12/7/2021
(CO STRU ION
MANAGE
RECOMMENDED: /i ✓( DATE: <=2'/6 �'"�
(CITY , cam ` R Cl TATIVE)
APPROVED: _ DATE: a
(DIVIS O GINEER) �/�
J
APPROVED:
DATE: •5 I I Id-0 2 Z
(CITY GINEER)-0NV .
APPROVED: DATE: ;i.— f L"Z_
(PUBLIC WORKS DIRECTOR)
Rev 11/21/2011 3 of 3