Loading...
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 &#2 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, &#6 with WCD 002. CPR 012 made the changes to LS Pumps#1 &#2 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