Title
Proposed Change Order No. 7
Contract No. 1903598/SCN-0000331
Construction Manager at Risk for the Assessment and Rehabilitation of WRRF Yard Piping and Underground Utilities
CIP #216006/BCE Score: 79.00
Body
Agenda of: May 28, 2025
Item No.: 2025-148
Amount: Original Contract $4,863,051.00
Change Order No. 1 685,450.00
Change Order No. 2 596.779.00
Change Order No. 3 0.00
Change Order No. 4 5,000,000.00
Change Order No. 5 9,483,057.00
Change Order No. 6 4,486,693.00
Proposed Change Order No. 7 759,683.00
New Contract Total $25,874,713.00
TO: The Honorable
Board of Directors
Great Lakes Water Authority
FROM: Suzanne R. Coffey, P.E.
Chief Executive Officer
Great Lakes Water Authority
DATE: April 28, 2025
RE: Contract No. 1903598/SCN-0000331
Construction Manager at Risk for the Assessment and Rehabilitation of WRRF Yard Piping and Underground Utilities
Vendor: The Christman Company
Status: Amendment/Change Order
MOTION
Upon recommendation of Navid Mehram, Chief Operating Officer - Wastewater Operating Services, the Board of Directors (Board) of the Great Lakes Water Authority (GLWA), authorizes the Chief Executive Officer (CEO) to enter into Contract No. 1903598/SCN-0000331, Proposed Change Order No. 7, “Construction Manager at Risk for the Assessment and Rehabilitation of WRRF Yard Piping and Underground Utilities” with The Christman Company, at an increased cost of $759,683.00 for a total cost not to exceed $25,874,713.00 with an increased duration of 365 days for a total duration of 2,178 days; and authorizes the CEO to take such other action as may be necessary to accomplish the intent of this vote.
BACKGROUND
GLWA awarded Contract No. 1903598 (Construction Manager at Risk (CMAR) for the Assessment and Rehabilitation of the Water Resource Recovery Facility (WRRF) Yard Piping and Underground Utilities to The Christman Company (TCC) (Construction Manager) with a start date of January 15, 2021. This Contract is divided into several phases, including study, preliminary design, final design, and construction phases.
Six Change Orders have been issued under this Contract:
• Change Order No.1 for additional investigation of the underground utilities for the study phase and additional cost.
• Change Order No. 2 for the preliminary and design phases for a total revised Contract amount of $6,145,280.00.
• Change Order No. 3 extended the Contract time to extend the completion date by 75 days to May 30, 2023, to align the completion of the final design between the CMAR and design contracts, and added 123 days to September 30, 2023, for bidding and negotiation of the final design packages and secure the Board of Directors approval for funds for construction before the completion date of September 30, 2023.
• Change Order No. 4 extended the Contract time to align with the completion of the final design between the CMAR and design contracts, allowing for bidding and negotiation of the final design packages, and secured the Board of Directors approval for funds for all the construction. Change Order No. 4 also approved additional construction funds to begin advance work on demolition and abatement precursor work in the tunnels under the administration buildings and awarded the electrical contractor to begin work on large lead time items like design, submittal, and ordering of the transformer.
• Change Order No. 5 extended the Contract time. Change Order No. 5 approved additional construction funds to begin 10 improvements and one program (SFE-12 (lining or trailer relocate), SS-03, NG-02, ST-04, RS-01, PE-02, SW-28-29-31, SF-13, SFE Gate Valve program).
• Change Order No. 6 approved additional funds for seven improvements (Common Trench (ST-02, CA-03, PW-16, SW-26), PW-17 (exterior lining, interior 8” parallel water main)) for recommendation of award to the Board of Directors with Guaranteed Maximum Price (GMP) from TCC.
JUSTIFICATION
The progress of the projects has identified a few unforeseen items that required revisions to the original improvement plan. The revisions include the rehabilitation of the Return Activated Sludge line (RS), and Potable Water Supply within the administration building of the WRRF.
RS-01 Carbon Fiber Reinforced Polymer (CFRP) encapsulation:
Change Order No. 5 (CO#5) originally included RS-01 which at the time was a simple painting of the piping, and the addition of six blind flanges to secure existing valves no longer in service. Exploration of pipe metal thickness prior to CO#5 using Electro Magnetic Testing showed little deterioration. However, upon cleaning for painting of the piping as required by RS-01, pipe weld failures began to occur, and emergency repairs were performed to stabilize the piping until design and bidding iterations were performed. The pipe weld failures and based on GLWA’s concern that continuing this method of repair would result in catastrophic failure of our return activated sludge line from the pipe welds, GLWA requested a new scope of work from the previous CO#5 work associated with RS-01. This change in method of rehabilitation for the RS-01 would not further disturb the piping and associated welds and would essentially encapsulate them with a CFRP. This method of rehabilitation offers long-lasting repair without jeopardizing plant operations. This method is the most economical solution to repair the piping.
Potable Water (PW 17) - addition of new six-inch combined fire suppression and domestic water service to Ragland Building:
Change Order No. 5 and No. 6 included the PW-17 replacement of the 12” Water Main from meter Pit A to the machine shop, including through the tunnels under the administration building. The improvement was finalized to GMP in Change Order No. 6. Over the last year, the service to the Ragland Building has experienced failures of the existing 6” and 3” water service in the women’s locker room janitor closet. Replacement of the line requires a new pipe and a new route, and it is necessary to ensure proper and reliable water service to the WRRF Ragland Building and Administration Buildings.
PROJECT MANAGEMENT STATUS
Original Contract Time 792 days (01/15/2021 - 03/17/2023)
Change Order No. 1 0 days
Change Order No. 2 0 days
Change Order No. 3 198 days (03/18/2023 - 09/30/2023)
Change Order No. 4 243 days (10/01/2023 - 05/30/2024)
Change Order No. 5 580 days (05/31/2024 - 12/31/2025)
Change Order No. 6 0 days
Proposed Change Order No. 7 365 days (01/01/2026 - 12/31/2026)
New Contract Time 2,178 days (01/15/2021 - 12/31/2026)
PROJECT ESTIMATE
Original Contract Price $4,863,051.00
Change Order No. 1 685,450.00
Change Order No. 2 596,779.00
Change Order No. 3 0.00
Change Order No. 4 5,000,000.00
Change Order No. 5 9,483,057.00
Change Order No. 6 4,486,693.00
Proposed Change Order No. 7 759,683.00
New Contract Total $ 25,874,713.00
FINANCIAL PLAN IMPACT
Funding Source: 5421 - Wastewater Construction Fund
Cost Center: 880000 - Capital Improvement Program
Spend Category: Construction
Project Worktag: PRJ-216006
Estimated Cost by Year and Related Estimating Variance: See table below.
Original Contract Price $4,863,051.00
Change Order No. 1 685,450.00
Change Order No. 2 596,779.00
Change Order No. 3 0.00
Change Order No. 4 5,000,000.00
Change Order No. 5 9,483,057.00
Change Order No. 6 4,486,693.00
Proposed Change Order No. 7 $759,683.00
New Contract Total: $25,874,713.00
Amended Financial Plan Estimate 25,900,000.00
Balance reserved for construction $25,287.00
COMMITTEE REVIEW
This item was presented to the Operations and Resources Committee at its meeting on May 14, 2025. The Operations and Resources Committee unanimously recommended that the GLWA Board adopt the resolution as presented.
SHARED SERVICES IMPACT
This item does not impact the shared services agreement between GLWA and DWSD.