HomeMy WebLinkAboutResolution No. R19-16RESOLUTION NO. R19-16
RESOLUTION APPROVING CHANGE ORDER NO.1 TO THE CONTRACT FOR THE CITY OF
LAUREL'S WWTP SLUDGE DEWATERING FACILITIES AND AUTHORIZING THE MAYOR
TO SIGN ALL CHANGE ORDER DOCUMENTS ON THE CITY'S BEHALF.
WHEREAS, the City of Laurel planned and publicly advertised the project known as the WWTP
Sludge Dewatering Facilities Project, and the City awarded the project to Strategic Construction Solutions;
and
WHEREAS, City Staff requested additional work on the project as detailed in the attached Change
Order Documents and the additional work increased the charges due under the contract; and
WHEREAS, the City's Engineers, KLJ, prepared the attached Change Order No. 1 and has
determined the additional work requires an extension of the contract term and cost which are both
necessary, reasonable, and in the City's best interest.
NOW, THEREFORE, BE IT RESOLVED, the City Council hereby approves the attached Change
Order No. 1 and authorizes the Mayor to execute it and all necessary documents on the City's behalf.
BE IT FUTHER RESOLVED the City Council authorizes both the increased cost and term of the
contract as detailed and provided in the attached Change Order No. 1.
Introduced at a regular meeting of the City Council on May 21, 2019, by Council Member Herr.
PASSED and APPROVED by the City Council of the City of Laurel this 2151 day of May 2019
APPROVED by the Mayor this 215` day of May 2019.
CITY OF LAUREL
omas . Nelson, ayor
AT
701"_(
Betha a g Clerk -Treasurer, Clerk -Treasurer
Approved to
.-W
Sam Painter, Civil City Attorney
R19-16 Approve Change Order No. 1: WWTP Sludge Dewatering Facilities Project
2611 Gabel Road
Billings, MT 59102-7329
406 245 5499
KLJENG.COM
April 29, 2019
Tim Reiter
Utility Plants Superintendent
City of Laurel
PO Box 10
Laurel, MT 59044
Re: WWTP Sludge Dewatering Facilities Change Order 1— Partial Reconciliation
Dear Tim:
It is our recommendation that the City move forward with Change Order 1 (attached) for the WWTP
Sludge Dewatering Facilities project. Change Order 1 involves the additional work required to pump
down Digester B to the top of the cone after the City's pumps stopped working. The Contractor has
agreed to move forward with payment as proposed in the Engineer's Recommendation Letter prepared
March 25, 2019, included in Change Order 1. The proposed changes have been agreed upon by the
Contractor with the understanding that the remaining cost in the Proposed Change Order 1 prepared by
the Contractor submitted March 4th, 2019 (email) would be open to debate. The effects of this Change
Order are as follows:
• Contract Price Changes
o Original Contract Price - $1,575,000.00
o Increase to Contract Price - $26,173.04
o Final Contract Price - $1,601,173.04
• Contract Time Changes
o Original Contract Dewatering Time —45 days
o Increase to Dewatering Time — 9 days
o Final Contract Dewatering Time — 54 days
It is important to note that the increase of Contract Time will only affect the time allocated for
dewatering and will not influence the Substantial Completion date for the project. Please review the
attached Change Order 1 for the WWTP Sludge Dewatering Facilities project. Feel free to contact us if
you have any questions.
Sincerely,
KU
Dougla Whitney, PE
Project Engineer
Enclosure(s): Change Order 1 & Attachments
Project #: 1804-00120
cc: Terry Sutherland, File
ENGINEERING, REIMAGINED
Date of Issuance: April 29, 2019
Effective Date:
Project: WWTP Sludge Dewatering Owner: City of Laurel Owner's Contract No.:
Facilities N/A
Contract: Base Bid Lump Sum Price
Contractor: Strategic Construction Solutions
Change Order
No. 1
Date of Contract: 11/16/2018
Engineer's Project No.: 1804-00120
The Contract Documents are modified as follows upon execution of this Change Order:
Descrintion:
This Change Order is to address the additional pumping required in Digester B, to lower the existing sludge to the top of the cone after
the City's pumps stopped working. Change Order 1 address the work performed between February 4th and 12th as stated in the Engineer's
Recommendation to the City of Laurel (March 25. 2019) and agreed upon by Strategic Construction Solutions. Additional contract price
and contract time requested by Strategic Construction Solutions regarding this change in condition and not addressed in this Change
Order will remain open to discussion, and potential reconciliation. As part of this Change Order an additional 9 days will be added to the
45 days of allocated time for dewatering. These days will not affect the Contract Time for Substantial completion.
Attachments (list documents supporting change):
Engineers Recommendation Letter & Attachments —3/25/19 (3 pages), Proposed Change Order prepared by SCS - 2/28/19 (1 page)
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:
Original Contract Price: Dewatering Contract Times: ❑ Working days ® Calendar days
Dewatering completion (days): 45
$ 1,575,000.00 Ready for final payment (days): N/A
Increase from previously approved Change Orders No. 0 Increase from previously approved Change Orders
to No. 0: No. 0 to No. 0:
Dewatering completion (days): 0
$ 0.00 Ready for final payment (days): N/A
Contract Price prior to this Change Order: Contract Times for Dewatering prior to this Change Order:
Dewatering completion (days): 45
$ 1,575,000.00 Ready for final payment (days): N/A
Increase of this Change Order:
Increase of this Change Order:
Dewatering completion (days): 9
$ 26,173.04
Ready for final payment (days): N/A
Contract Price incorporating this Change Order:
Contract Times with all approved Change
Orders:
Dewatering completion (days): 54
$ 1,601,173.04
Ready for final payment (days): N/A
RECOMMENDED:
ACCEPTED:
ACCEPTED•
By:
Enginee but oriz Signature)
Z
Owner (Auth rized Si nature)
Contractor (Authorized Signature)
Date:— /
Date: L
Date:
WWTP sludge Dewatering Facilities Change Order Page 1 of 1
KU Project 1804-00120
2611 Gabel Road
Billings, MT 59102-7329
406 245 5499
KL1ENG.COM
March 25, 2019
Tim Reiter
Utility Plants Superintendent
City of Laurel
PO Box 10
Laurel, MT 59044
Re: WWTP Sludge Dewatering Facilities Claim 1— Engineers Recommendation
Dear Tim:
As per section 10.05 A. of the Montana Public Works Standard Specifications (MPWSS) General
Conditions, this letter is to service as the Engineer's recommendation to the proposed Change Order
received by KU from Strategic Construction Solution (SCS) on March 4, 2019 (attached).
The proposed Change Order requests an additional Contract Price of $74,424.70 and Contract Time of
22 days be added to the Contract due to additional Work and materials needed to dewater Digester B
when the City's pumps stopped working.
Section 13265 Digester Drawdown, Sludge Dewatering and Digester Cleaning states that "after the
sludge has been dewatered and the digesters have been drawn down to the top of the cones, cleaning
of the digester will take place." The intent of this passage is to convey our anticipation that the City
would be able to use the existing pumps to drawdown Digester B until the sludge reached the top of the
cone, at which point the Contractor would be responsible for the removal of the remaining sludge from
Digester B.
The City's pump stopped working on February 4th and SCS reached the top of the cone as of February
12th. The date regarding the City's pump is stated directly in the proposed Change Order provided by
SCS, and the date that SCS reached the top of cone was determined from the weekly construction
meeting and corresponding meeting minutes that took place February 12th. Meeting minutes from the
weekly construction meetings are distributed to both the City and Contractor weekly.
It is the Engineers recommendation that additional Contract Price ($26,173.04) and Contract Time (9
Days) between the dates of February 4th and February 12th be reimbursed to SCS in the proposed
Change Order. It is KU's opinion that the City's inability to pump the sludge down to the top of the cone
would constitute a change in condition and therefore the cost incurred during this time frame was not
represented in SCS's bid and is eligible for reimbursement. The additional Contract Price includes the
cost associated with Badger Daylighting Corp, who was brought in as a sub -contractor to assist with the
sludge removal, SCS's labor cost (including Per Diem), and corresponding Contractors Fee (CF) as stated
in MPWSS's General Conditions Section 12.01.C. Please see the corresponding adjustment to Contract
Price and Time below. All cost where determined using invoices and labor costs provided by SCS.
ENGINEERING, REIMAGINED
XLJ
Badger Daylighting Corp $15,052.85
SCS's Labor & Per Diem $9,015.26
Badger Daylighting Corp CF (5%) $752.64
SCS CF (15%) $1,352.29
Additional Contract Price $26,173.04
Additional Contract Time (Dewatering) 9 Days
Invoices submitted from Superior Water Solutions, Curb Box Specialists Inc., and Pierce Leasing and
Commercial will not be considered as part of the Change Order as stated below.
Superior Water Solutions — Pressure Washer (Part of cleaning operation)
Curb Box Specialists Inc. — Backflow Rental (Outside of dates for Change Order)
Pierce Leasing and Commercial —Job Trailer (No change to critical path or overall project)
Please review our Change Order recommendation for an additional Contract Price of $26,173.04 and
Contract Time of 9 days. The additional Contract Time of 9 days is only added to the 45 days of allocated
time for dewatering and will not extend the 150 days until Substantial Completion, as sludge drawdown
work is not a critical pathway for the overall construction process and work on the overall project could
have continued:
Feel free to contact us if you have any additional questions or concerns regarding the recommendation
or would like to request any additional material be provided.
Sincerely,
KLJ
Doas C. Whitney, PE
Pfoject Engineer
Enclosure(s): Proposed Change Order— March 4, 2019 email
Project #: 1804-00120
cc: Terry Sutherland, File
ENGINEERING, REIMAGINED
From: Terry Sutherland
To: Doug Whitney
Cc: McKenzie Butcher; William Willis; Riley Willis
Subject: Sludge removal
Date: Monday, March 4, 2019 7:26:32 AM
Attachments: PCO1,odf
Doug,
Please see attached PCO 1 for removal of sludge.
Terry Sutherland
Estimator/Project Manager
Strategic Construction Solutions
AN ATWELL GROUP COMPANY
406.581.3312 Mobile
4700 E Southern Avenue Mesa, AZ 85206
www.scsbuild.com
Confidential Notice: This is a confidential communication. If you received in error, please
notify the sender of the delivery error by replying to this message and then delete it from your
system. Electronic Data: Since data stored on electronic media can deteriorate, be translated or
modified, SCS Build, an Atwell company, will not be liable for the completeness, correctness
or readability of the electronic data. The electronic data should be checked against the hard
copy (paper, mylar, etc.). Hard copies are on file with Atwell and can be provided upon
request.
-NSTRATEGIC
CONSTRUCTION SOLUTIONS
SCS
4700 E Southern Ave
Mesa, Arizona 85206
Phone: (480) 586-2400
PCO #001
Project: SCS18002715 - SCS - Laurel WW -FP Sludge Dewatering
Facilities
Laurel, Montana 59044
Prime Contract Potential Change Order #001: CE #01 - Change Order #1 -
SubJob
Cost Code
Sludge Removal
Type
TO:
KLJ
FROM:
Strategic Construction Solutions
SCS Labor
2611 Gabel Rd.
$23,585.55
4700 E. Southern Ave
NIA
Billings Montana, 59102
UnitedRentals- Forklift
Mesa Arizona, 85206
PCO NUMBER/REVISION:
001/0
CONTRACT:
1 - SCS - Laurel WWTP Sludge Dewatering
Badger- Vac Truck
Commitment
$29,742.84
Facilities Prime Contract
REQUEST RECEIVED FROM:
160.1 - Sludge Dewatering
CREATED BY-
Wendi DeLaCruz (SCS)
STATUS:
Pending - In Review
CREATED DATE:
2/28/2019
REFERENCE:
Equipment
PRIME CONTRACT
None
N/A
160.1 - Sludge Dewatering
CHANGE ORDER:
Other
FIELD CHANGE: No
LOCATION: ACCOUNTING Amount Based
METHOD:
SCHEDULE IMPACT: 22 days PAID IN FULL: No
TOTAL AMOUNT: $74,424.70
POTENTIAL CHANGE ORDER TITLE: CE #01 - Change Order#1 - Sludge Removal
CHANGE REASON: Client Request
POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)
CE #01 - Change Order #1 -Sludge Removal
As of February 4th, city's pump would no longer pump the sludge due to the thickness of sludge. SCS crews had to bring in a vac truck to remove the
sludge that was the owners responsibility to pump. The level of the sludge in the tank was approximately 9' above the top of the cone. In addition to the
associated costs we request an additional 22 days of contract time to both the dewatering and cleaning and total contract times.
ATTACHMENTS:
#
SubJob
Cost Code
Description
Type
Amount
1
NIA
160.1 - Sludge Dewatering
SCS Labor
Labor
$23,585.55
2
NIA
160.1- Sludge Dewatering
UnitedRentals- Forklift
Equipment
$1,797.98
3
NIA
160.1 - Sludge Dewatering
Badger- Vac Truck
Commitment
$29,742.84
4
N/A
160.1 - Sludge Dewatering
Materials
Materials
$5,005.00
5
NIA
160.1 - Sludge Dewatering
Trucks
Equipment
$3,000.00
6
N/A
160.1 - Sludge Dewatering
Office TrailedBackflow Rental
Other
$945.00
7
N/A
160.1 - Sludge Dewatering
1 % GRT
Other
$736.88
8
N/A
160.1 - Sludge Dewatering
SCS 15% Profit and Overhead
Other
$9,611.45
Subtotal:
$74,424.70
Grand Total:
$74,424.70
Doug Whitney (KLJ)
2611 Gabel Rd.
Billings Montana 59102
SIGNATURE
DATE
KLJ
2611 Gabel Rd.
Billings Montana 59102
Strategic Construction Solutions
4700 E. Southern Ave
Mesa Arizona 85206
SIGNATURE DATE SIGNATURE
SCS page 1 of 1 Printed On: 3/1/2019 11:01 AM
DATE