File #: 19-3340   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 3/18/2020 Final action: 3/18/2020
Title: Lift Station 43 Operational Improvements - Design-Bid-Build - Change Order 2 - WS90400070 (Ordinance S-46429)
District: District 7

Title

Lift Station 43 Operational Improvements - Design-Bid-Build - Change Order 2 - WS90400070 (Ordinance S-46429)

 

Description

Request to authorize the City Manager, or his designee, to execute a change order to Agreement 147764 with Quest Civil Contractors, LLC, to provide additional construction services for the Lift Station 43 Operational Improvements project. Further request to authorize execution of amendments to the agreement as necessary within the Council-approved expenditure authority provided below, and for the City Controller to disburse all funds related to this item. The additional fee for services included in this amendment will not exceed $385,376.

 

Report

Summary

The purpose of this project is to demolish existing pump equipment, install three new 85-hp submersible raw sewage pumps in the spare north wet well and associated discharge piping. Improvements to the facility will include: new discharge piping including valves and magnetic flow meters; construction of wet well interior, perimeter wall, and earthwork; and replacement of the service entrance section which includes replacing two variable frequency drives with three reduced voltage soft starters, along with installation of cathodic protection and replacement of scrubber with biofilter retrofitted to the existing system.

 

Change Order 1, executed June 3, 2019, added an additional 170 days due to a change in the technical specifications for the pipe lining for a new final completion date of Dec. 24, 2019.

 

Change Order 2 is necessary because several unforeseen conditions such as pipe lining material changes, material tariffs, a reconfiguration of the pig-launching system, and additional bypass pumping considerations have resulted in an overall cost increase as the project is nearing substantial completion. Additional funding is needed to address costs associated with the requested changes.

 

Contract Term

The contract term remains the same. Work scope identified and incorporated into the contract prior to the end of the contract may be agreed to by the parties, and work may extend past termination of the contract. No additional changes may be executed after the end of the term.

 

Financial Impact

  • The initial agreement for Design-Bid-Build Services was executed for a fee not-to-exceed $3,696,696, including all subcontractor and reimbursable costs;
  • Change Order 2 will increase the agreement by an additional $385,376, for a new total not-to-exceed agreement value of $4,082,072, including all subcontractors and reimbursable costs.

 

Funding for this change order is available in the Water Services Department's Capital Improvement Program budget. The Budget and Research Department will separately review and approve funding availability prior to the execution of any amendments. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement termination.

 

Concurrence/Previous Council Action

The City Council approved:

  • Design Services Agreement 142740 (Ordinance S-42611) on June 1, 2016;
  • Construction Administration and Inspection Services Agreement 145425 (Ordinance S-43666) on June 21, 2017;
  • Design-Bid-Build Agreement 147764 (Ordinance S-44668) on June 6, 2018.

 

Location

Near Southern and 75th Avenues

Council District: 7

 

Department

Responsible Department

This item is submitted by Deputy City Managers Karen Peters and Mario Paniagua, the Water Services Department, and the City Engineer.