Loading...
HomeMy WebLinkAboutContract 41592-CO1DISTRIBUTION: ;~Ai:~'.toNSTRClfit~ARV. {Q~ CITY OF FORT WORTH Plr'J'"-PROiECT M~&CT NO. bl l:f(IHANGE ORDER REQUEST GO"LDENROD-CON:r°'~~TOir" CHANGE ORDER NO . DATE December 6 , 2011 D .O.e. NO. City Project 00186 PROJECT NO . PROJECT DES CRIPTION: Village Creek WRF Modifications to Bar Screen Bldg. 3 and Junction Box Rehabilitation ORJGINAL CONTRACT AMOUNT ........................................... $ ___ _,_7=.3'-'--7"-'9 "'-34~5=.o=o EXTRAS TO DATE ............................................... $ ______ 0~.o=o CREDITS TO DATE .............................................. $ _____ ~0'-'-.0=0 P275-701300018683 CITY SECRETARY CONTRACT NO. 41592 JAN O 9 2012 WATER DEPARTMENT CONTRACT COST TO DATE .............................................................................................................................................................. $ ___ 7'-".3""'7-"--9=3_,_,45'"".0=0 AMOUNT OF PROPOSED CHANGE ORDER .................................................................................................................................... $ ___ .,_,_l 6=6=0'-'-.1"""'95,..,_.7=0 REVISED coNTRACT AMOUNT ............................................................................. ··oFFt·c,·AL ·RiCORD · .......................... $ __ ~9-~o3~9=.s~4o~.7~o ORJGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ................................... ···CITY··SECRETARY .......................... $ ___ =22~1=.0=00=.0=0 ADDITIONAL FUNDING (IF NECESSARY) ............................................................ ·····Fr,··WORTH,.TX .............................. $ __ ~1.=66=0..,_,_.1=950..C...C.7~0 REMAINING FUNDS AVAILABLE FOR CHANGE ORDER................................... . .................................................................. $ ___ ~2=2~1 =00=0=.0=0 IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: modify/change the contract as shown below to provide a complete , functional , and operational plant. These changes are as listed below. Further descriptions and Cost Breakdowns are attached. CMR-00 2 MO DIFI CA TI ONS TO BY-PASS PUMPING SET UP -----------------------------------------------------------------------------$41 ,697 .70 The Contractor shall modify the installed pumping set up to accommodate plant operations. Hydraulic restrictions through the existing Bar Screen Building No. 2 and the detritors require the u se of more primary clarifiers to achieve the required pumping capacity of 150 MGD. This modified set up requires additional piping to reach the designated discharge point. The Contractor has provided a cost of $41,697.70 for this work and requested no additional time. CMR-005 REROUTE 39-INCH DRAIN LINE ------------------------------------------------------------------------------------------------------$60 ,3 5 5 . 00 The Contractor shall reroute the 39-inch drain line in conflict with the tunnel to terminate to a new manhole at the tunnel. The drain line was not shown on the contract plans . The Contractor has provided a cost of $60 ,355.00 for this work and requested no additional time. The Revised Substantial Completion date for the contract is June 04, 2012 . It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accor M~iiill' cos ts ari s ing out of, or incidental to , the Change Order. ORJGINAL CONTRACT TIME 360 Calendar Days CONTRACTOR ADDIT IO N AL APPROVED TIME TO DATE None APPROVED CONTRACT TIME TO DATE 360 Calendar Days DATE FIELD ENGINEER JJ..-9 -11 DATE DIRECTOR/MANAGING DEPT. 12.-12-\\ DATE or all ADDITIONAL TIME FOR THIS CHANGE ORDER 60 Calendar Days. DATE DATE DATE c-z.53.31 DATE APPROVED O DISAPPROVED O OTHER ___ _ 12-o\o-t I 09 -05 -12 PJ4 :'.2Q I N i City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/6/2011 DATE: Tuesday, December 06, 2011 REFERENCE NO.: C-25339 LOG NAME: 60ARK CHANGE ORDER 1 BARSCREEN3 SUBJECT: Authorize Execution of Change Order No.1 to City Secretary Contract No. 41592 in the Amount of $1,660,195.70 for a Total Contract Amount of $9,039,540.70 with Ark Contracting Services LLC, for the Modifications to Bar Screen Building 3 and Junction Box Rehabilitation at Village Creek Water Reclamation Facility (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 1 to a construction contract with Ark Contracting Services LLC, in the amount of $1,660,195.70 for the Modifications to Bar Screen Building 3 and Junction Box Rehabilitation at Village Creek Water Reclamation Facility, increasing the total contract cost to $9,039,540.70. DISCUSSION: On January 25, 2011 , (M&C C-24719) City Council authorized a construction contract with Ark Contracting Services , LLC, for $7,379,345.00 for the Modifications to Bar Screen Building 3 and Junction Box Rehabilitation at Village Creek Water Reclamation Facility . During the construction of Junction Box 4-B it became apparent that the 96-inch influent line is severely deteriorated , making it difficult to complete the connection to the new work and revealing a serious weakness in the City's critical infrastructure. A thorough inspection of the pipe condition, including a laser procedure to determine the remaining pipe thickness found that the crown of the pipe is severely corroded and subject to failure. The original pipe wall thickness was 9-3/4-inches . Approximately 50 percent of the pipeline thickness has been lost to corrosion and in some locations less than two inches crown thickness remains . This line was installed in 1975 and was considered industry standard at that time. The portion of the pipe proposed to be replaced is located downstream of a junction structure with turbulent flow conditions , which facilitates the release of hydrogen sulfide gas from the wastewater. The hydrogen sulfide gas reacts with the moisture in the pipe and corrodes the concrete . The concrete pipe is proposed to be replaced in this Change Order No . 1 with a fiberglass pipe, which is resistant to the corrosive effects of hydrogen sulfide gas . Bypass pumping is cu r rently set up for t he project and will be necessary for replacem e nt of the 96-inch influent lin e . Replacing the line under this cont ract may save the City more th a n $2 ,000 ,000 i n bypass pumping costs should it have to be completed und e r a sepa rate cont ract at anoth e r time . Th is p ropo s ed Ch a nge Order No . 1 w ill com pe nsate the Contracto r fo r repla cemen t o f 883 li ne ar feet of 96 -inch p ipe , tun ne li ng und e r th e lev e e , inst alla tion of a new a c cess ma nhol e, and fo r t he neces sary bypass pump in g services t o keep the work area dry. The contractor has requested a n additio na l 6 0 Logname: 60ARK CHANGE ORDER 1 BARSCREEN3 Page 1 of 2 calendar days to complete the work. Other work proposed to be completed under this change order No . 1 includes : • the installation of a 39-inch manhole to resolve an underground conflict, • contract modifications to non-intrusive valve actuators , • additional length of bypass pumping hose required to meet plant operating constraints , and • the fabrication of additional stainless steel wire plate for Bar Screen Building 3 influent channel at flume 7 . Malcolm Pirnie , Inc., the design engineer and Camp Dresser & McKee , Inc., the construction manager have reviewed the costs , consider them to be fair and reasonable and recommend approval. City Staff concurs with the recommendations . MWBE -Ark Contracting Services LLC , agrees to maintain its initial M/WBE commitment of 22 percent that it made on the original contract and extend and maintain that same M/WBE commitment of 22 percent to this first change order. Therefore Ark Contracting Serv ices LLC , remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Comm itment form executed by an authorized representative of its company . The Village Creek Water Reclamation Facility is located in COUNCIL DISTRICT 5 and serves ALL COUNCIL DISTRICTS . FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget , as appropriated, of the Sewer Capital Projects Fund . FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers P258 54 1200 701300018680 Fernando Costa (6122) S . Frank Crumb (8207) Madelene Rafalko (8215) 1. 6 0A rk C h a nge Order 1 Barscreen3 FAR.pdf (CFW Internal ) 2 . 6 0AR K CH A NG E ORD ER 1 BA RSCREEN3 MWBE.pdf (CFW Internal ) 3. 60AR K C HANG E ORDER 1 BA RSCREE N 3 RE V ISED Mao .odf (Public) 4 . P25 8 -476045-7 0 1 139990 100.doc (CFW Internal) Logname: 60ARK CHANGE ORDER 1 BARSCREEN3 $1 ,660 ,195.70 Page 2 of 2