Skip to main content
LEGISLATIVE RESEARCH CENTER
File #: 24-819    Name:
Type: Consent Item Status: Agenda Ready
File created: 6/13/2024 In control: Broken Arrow Municipal Authority
On agenda: 6/17/2024 Final action:
Title: Approval and authorization to execute Change Order #2 with Crossland Heavy Contractors, Inc. for the project #S.1905 Lynn Lane Wastewater Treatment Plant Disinfection Improvements
Attachments: 1. LLWWTP_UV_Disenfection_Change_Order__2
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broken Arrow Municipal Authority

Meeting of: 06-17-2024

 

Title:

title

Approval and authorization to execute Change Order #2 with Crossland Heavy Contractors, Inc. for the project #S.1905 Lynn Lane Wastewater Treatment Plant Disinfection Improvements

End

 

Background:

The Lynn Lane Wastewater Treatment Plant (LLWWTP) currently utilizes gas chlorination for disinfection and sulfur dioxide for de-chlorination of its effluent. Due to safety concerns, the Broken Arrow Municipal Authority is eliminating gas chlorination as a form of disinfection at the LLWWTP and will be utilizing cloth disk filters and closed vessel UV disinfection. This project includes construction of a new filtration and disinfection facility and installation of pre-negotiated filtration and disinfection equipment. Associated electrical and site/civil improvement for completion of project is also included. The construction contract time for this project is 480 days.

The project was advertised on December 27th, 2021 and January 3, 2022. Within the four (4) bids that were received on February 1, 2022, the lowest responsible bid was Crossland Heavy Contractors, Inc. for $5,841,000.00. The contract was awarded at the February 15, 2022 Authority meeting and a Notice to proceed of March 28, 2022 was issued.

This Change Order #2 addresses the following additions to the contract:

1.                     During the shop drawing and procurement of the pre-manufactured metal building for the new UV Disinfection structure, it was determined that the specified metal roofing was not readily available for procurement. Thus it was determined that a thinner gauge metal paneling for the roofing material, that was available for procurement, was designed to meet the project design requirements and met fabrication timelines. With this reduction in material gauge, a credit in procurement costs shall be issued to the project as noted within the associated project deduction proposal.

 

2.                     During the final implementation of the new UV Disinfection project, the existing Indian Springs Country Club owned irrigation pump, was relocated to its new location within the effluent channel. During this installation, it was found that the existing pump configuration would not work as planned and constructed in the new effluent channel. City Staff, the Engineer of Record, and the Country Club all reviewed the situation and determined that due to the age and condition of the existing pump, a new vertical turbine pump shall be installed.

 

Thus, as noted within the associated Proposal #11, the contractor shall remove the existing Indian Springs Irrigation Pump, evaluate the existing pump conditions and propose a suitable replacement pump, and install the new vertical turbine pump in the newly constructed effluent structure. The contractor shall include within the proposal, all applicable costs for material, labor, sub-contracting, and startup for the new pump.

 

It is important to not that the City of Broken Arrow has come to an agreement with the Indian Springs County Club to split the costs on the procurement and installation of this new pump. The Country Club has agreed to fund the additional costs above and beyond the retrofitting of the existing pump to fit the new application; this additional cost is roughly $33,000. This agreement will be summarized within a supplemental agreement to their regular water supply contract.

 

3.                     With the project nearing completion and the system now into the performance testing phase, City staff along with the design engineer of record have determined no current need nor forecasting a future need for the Line Item #5 - Contingency Allowance 2 for additional independent testing. As such, the contractor shall, through this change order, underrun the Line Item #5 of the contract.

 

Contract Time Adjustments:

                     Within Change Order #1, the contact time was amended to September 31, 2024; the procurement of the new pump is expected to be 3-4 weeks and thus no further time extension is needed at this time.

 

The additional cost associated with these changes is as follows:

Previous Change Orders:                                          $0.00

This Change Order:                                                               $-11,138.16

Total Cost of Change Orders:                                          $-11,138.16

Total Cost Applicable to CBA:                     $62,011.84

Original Contract Amount:                                          $5,841,000.00

Revised Contract Amount:                                          $5,829,861.84

Percent Change in Contract:                                          -0.19%

Applicable to Comp. Bid Act:                     1.06%

 

 

Cost:                                                                $-11,138.16

Funding Source:                     OWRB Loan- ORF-21-0028-CWA

Requested By:                      Charlie Bright, P.E., Director of Engineering & Construction

Approved By:                      City Manager’s Office

Attachments:                                          LLWWTP UV Disinfection Change Order #2

Recommendation:

recommend

Approve and authorize execution of Change Order #2 with Crossland Heavy Contractors, Inc. for the project #S.1905Lynn Lane Wastewater Treatment Plant Disinfection Improvements

end