Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A024 - Resolution approving Change Order No. 6 with Woodruff Construction of Ames, IA, for the Water Pollution Control Facility Nutrient Reduction Modifications Phase 1 Project in the amount of $71,844.57
ITEM #:26 DATE:10-14-25 DEPT:W&PC SUBJECT:WATER POLLUTION CONTROL FACILITY NUTRIENT REDUCTION MODIFICATIONS PHASE 1 PROJECT - CHANGE ORDER #6 COUNCIL ACTION FORM BACKGROUND: On August 13, 2024, City Council awarded a contract to Woodruff Construction for modifications to the Water Pollution Control Facility (WPCF). These modifications are the first of two construction phases that will ultimately enable the facility to achieve the goals of the Iowa Nutrient Reduction Strategy. As is common with large construction contracts, this project has required multiple change orders. To date, five change orders have been approved for a combined total reduction in the contract price of $273,606. Details regarding the scope and amounts of each change order are outlined below in Table 1. A sixth change order has been prepared and is ready for Council approval. It includes eight individual changes to the construction documents. The most notable is a change to the placement of a four-inch domestic cold water (DCW) line. The water line connects to all of the process buildings and is essential to provide pump seal water, grit washing, screenings washing, and other process needs. The construction documents called for the line to be intercepted and relocated in the vicinity of the Raw Water Pump Station. The plans showed where the line was believed to be located, based on old city drawings and staff's best recollections. Unfortunately, the line is not where it was expected. It is anticipated now that it is located further to the south, but that still needs to be confirmed. City staff, the engineer, and the contractor have met to review an initial concept from the contractor to address the discrepancy and proposed relocation. The material was changed from ductile iron pipe to PVC, and the depth and alignment were modified to allow the relocated water line to be installed in the same trench as a new gas line. It is important that the water line be relocated quickly. Doing so will allow a cost savings by installing the water line simultaneously with a natural gas line, instead of coming back later and trenching through the same space. Replacing the water line quickly is also on the critical path for the overall project schedule. It must be disconnected from the old Administration building and tied into the new Administration building before the old one can be demolished to make way for the new aeration basins. It should be noted that the exact location of the water line is still unknown. Instead of building a very conservative contingency into a lump sum cost change, staff is recommending that the work be approved on a time-and-materials basis. This protects the City by ensuring that it only pays for the level of effort needed. This approach is also fair to the contractor by allowing them to be compensated for all of the work that they perform to fully 1 locate and tie in to the existing line. The City has already contracted with the engineer to provide a full-time project reviewer on- site. That person will be charged with tracking the labor hours associated with this task. The contractor has confirmed that they will track the labor hours in a way that ensures the City is not paying a second time for the trenching and rock bedding that is already included with the gas line. The total cost for this item is for time-and-materials in a not-to-exceed amount of $115,247.35. Other items in this change order include: changes to the magnetic door hold open equipment and integration into the fire alarm system; changing the parking area paving from asphalt to concrete; credit for brass valve tags instead of stainless steel; credit for sandblasting and recoating a slide gate valve in the Raw Water Pump Station in lieu of removal and replacement; changes to the grade elevation for drainage and erosion control; provide corner guards in Admin building; and to provide fall protection devices in the new Grit Handling B u i l d i n g . These other seven items result in a net reduction in cost of $43,402.78. Combined, the net total of all eight items in Change Order No. 6 is an increase to the project costs of $71,844.57. Table 1: Change Order Summary Change Order #1 Credit for Enviromix, fire alarms, canopy; reroute gate power circuit; expansion joint changes. (231,878.79) Change Order #2 Modifications to the ceiling and lighting in portions of the Administration Building. (25,280.00) Change Order #3 Changes to Control Box A & B; changes to framing elements, reimbursement for special inspections. 10,835.86 Change Order #4 Changes to door framing; changes to ceiling tiles; changes to electrical outlets; additional painting requested by staff.13,459.25 Change Order #5 Changes to valves & piping in Structure 10; changes to reinforcing and electrical at Structure 20; add booster fan; casework changes in admin building; add (2) well supply tanks and well control modifications; modifications to gate valve in Control Box A; misc changes in Structure 20. (40,743.03) Change Order #6 - This Action Integrate doors into fire alarm in Admin; change paving to PCC for (8) parking stalls; credit for brass tags vs stainless; credit for rehab slide gate valves in Structure 10 versus replacement; Structure 200 berm elevation changes; corner guards in Structure 200; changes to the 4" DCW line near the RWPs. $71.844.57 Total Approved Change Orders (Including this action)($273,606.71) 2 Table 2 below summarizes the overall project budget. Table 2: Total Project Funding & Expenses Funding Expenses Prior Years FY 2023 1,000,472.42 FY 2024 1,438,643.35 FY 2025 Adjusted 26,610,884 FY 2026 26,240,000 FY 2027 7,250,000 Engineering 6,038,000 Construction Original Contract 53,370,000 Change Order #1 (231,878) Change Order #2 (25,280) Change Order #3 10,836 Change Order #4 13,459 Change Order #5 (40,743) Change Order #6 - This Action $71,845 Owner Allowance (furnishings, etc.) 400,000 All Other Expenses 122,675 TOTAL 62,540,000 59,728,914 Owner's Contingency 2,811,086 The Clean Water State Revolving Fund (CWSRF) loan was approved in a not-to-exceed amount of $65,185,000 to provide a cushion for unanticipated project changes and prevent unnecessary issuance costs associated with increasing the not-to-exceed amount as a separate action, should it be necessary. It should be noted that the SRF program is a reimbursement program, meaning that the City first spends the money, then the program reimburses for eligible expenses. This method ensures the City will only borrow for expenses the City Council has authorized and are necessary to complete the project, thus minimizing interest expense associated with the improvements. ALTERNATIVES: 1. Approve Change Order #6 to the contract with Woodruff Construction for the Water Pollution Control Facility Nutrient Reduction Modifications Phase 1 Project in the amount of $71,844.57. 2. Do not approve the change order. This would reject the recommended changes to the contract documents and result in the loss of an essential water feed to the process buildings at the facility and other modifications to the project. 3 CITY MANAGER'S RECOMMENDED ACTION: The proposed changes are to maintain and improve the reliability and function of the Water Pollution Control Plant Modifications. In particular, the changes to the water line are to maintain a critical water feed into multiple process buildings on the campus. The consultant, contractor, and City staff have worked closely together to come up with reasonable, cost-effective recommendations. Therefore, it is the recommendation of the City Manager that the City Council adopt Alternative 1 as described above. ATTACHMENT(S): CO 6wEncl-DRAFT.pdf 4 SEG\tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Change Orders\CO 06\CO 6.docx October 7, 2025 CHANGE ORDER NO. 6 PROJECT: Nutrient Reduction Modifications–Phase 1 OWNER: City of Ames, Iowa CONTRACT: 2024-089 CONTRACTOR: Woodruff Construction, Inc. Description of Change 6a Supply and installation of LCN SEM7850 magnetic door hold open equipment and wiring in Structure 200; and conduit and wiring for a site camera in accordance with CPR No. 017. Refer to PCO No. 030 from Contractor. ADD $8,953.41) 6b Changing the paving for eight (8) parking stalls along the south side of Structure 200 from asphalt to 6-inch PCC. Refer to PCO No. 028 from Contractor. ADD $1,879.53) 6c Credit for the supply and installation of brass valve tags in Structure 200 in place of the stainless steel valve tags specified. Refer to PCO No. 029 from Contractor. (DEDUCT) ($450.00)) 6d Credit for sandblasting and recoating the frames; replacement of the seals; and supply and mounting of new actuators on the slide gates in the screening room of Structure 10, in place of the removal and replacement of these gates that was previously included in the scope of Work. Refer to PCO No. 027 from Contractor. (DEDUCT) ($68,224.00)) 6e Additional trucking and grading to raise of the elevation of the berm north of Structure 200 in accordance with RFI No. 137; and supply and installation of TRM and Shoremax panel to provide erosion control on the biocell spillway. Refer to PCO No. 031 from Contractor. ADD $8,868.75) 6f Supply and installation of 31 corner guards in Structure 200 in accordance with CPR No. 022. Refer to PCO No. 032 from Contactor. ADD $3,622.62) 6g Supply and installation of fall protection devices in Structure 20 in accordance with CPR No. 020. Refer to PCO No. 033 from Contractor. ADD $1,946.91) 6h Labor and materials for the installation of 4” DCW piping and connections; and two (2) 3-inch mechanical readout, bronze Badger Recordall Turbo flow meters in accordance with CPR No. 019. Work will be performed on a time and material basis and may be adjusted as a credit in a future change order based on the actual cost of the work. Refer to PCO No. 034 from Contractor. ADD $115,247.35) 5 City of Ames–Woodruff Construction, Inc. Contract 2024-089, Change Order No. 5 Page 2 October 7, 2025 SEG:tll\\\strand.com\projects\MAD\4400--4499\4429\014\Construction\Change Orders\CO 06\CO 6.docx TOTAL VALUE OF THIS CHANGE ORDER: ADD $71,844.57 Contract Price Adjustment Original Contract Price $53,370,000.00) Previous Change Order Adjustments ($273,606.71) Adjustment in Contract Price this Change Order $71,844.57 Current Contract Price including this Change Order $53,168,237.86) Contract Substantial Completion Date Adjustment Original Contract Substantial Completion Date March 31, 2027 Contract Substantial Completion Date Adjustments due to previous Change Orders 0 Days Contract Substantial Completion Date Adjustments due to this Change Order 0 Days Current Substantial Contract Completion Dates including all Change Orders March 31, 2027 Contract Final Completion Date Adjustment Original Contract Final Completion Date June 30, 2027 Contract Final Completion Date Adjustments due to previous Change Orders 0 Days Contract Final Completion Date Adjustments due to this Change Order 0 Days Current Final Contract Completion Dates including all Change Orders June 30, 2027 This document shall become a supplement to the Contract and all provisions will apply hereto. RECOMMENDED ENGINEER–Strand Associates, Inc.® Date APPROVED CONTRACTOR–Woodruff Construction, Inc. Date RECOMMENDED OWNER–City of Ames, Iowa Date APPROVED OWNER–City of Ames, Iowa Date 6 8/13/2025 TRAVIS ANDERSON STRAND ASSOCIATES 910 WEST WINGRA DRIVE MADISON, WI 53715 RE: NUTRIENT REDUCTION MODIFICATIONS – PHASE 1 AMES, IA SUBJ: Potential Change Order #030 – Door Closers and Site Camera (CPR-017) Dear Travis Anderson: Per Cost Proposal Request 017, we are proposing the following: • Supply and install LCN SEM7850 magnetic door hold open equipment and wiring. Includes work to install backing along with drywall and painting repairs. • Conduit and wiring for site camera per item 017-01. Our total price to perform the subject changed work is $8,953.41. All supporting documentation is attached. The schedule analysis determines the resulting changed activity sequence to add (0) ZERO WORKING DAYS to the project. This cost is included in the above price. Your written approval is required by 8/20/2025. Action after that date will result in additional costs and added time, which will then be added to the above price. When this potential change order is signed by the Owner and a copy is returned to the contractor, approval of change(s) is effective IMMEDIATELY and we will proceed with the change(s) described above. Approved changes will be included in a future contract change order. If you require additional clarification, please contact me. Thank you for your prompt response. Sincerely, WOODRUFF CONSTRUCTION, INC. Zach Phillips Senior Project Manager cc: File ______________________/__________ ______________________/__________ Owner Approval / Date Engineer Approval / Date 7 1890 KOUNTRY LANE, FORT DODGE, IA 50501 Ph : (515)576-1118 Fax: 515-955-2170 WOODRUFF CONSTRUCTION, INC Change Request # 30 Price Breakdown CPR-017 DOOR CLOSERS AND SITE CAMERADescription: Description PriceQuantityUnitUnit Price DOOR HARDWARE INSTALL 2.50 MH $75.00 $187.50 DOOR HARDWARE MATERIAL 1.00 LS $1,896.81 $1,896.81 FLOOR PROTECTION AND CLEANING 3.00 MH $75.00 $225.00 FLOOR PROTECTION MATERIAL 1.00 LS $74.00 $74.00 DRYWALL AND CARPENTRY LABOR 14.00 MH $75.00 $1,050.00 DRYWALL AND BACKING MATERIAL 1.00 LS $50.00 $50.00 TU PAINTING LABOR 4.00 MH $80.00 $320.00 TU PAINTING MATERIAL 1.00 LS $85.00 $85.00 CPR-017 ELECTRICAL 1.00 LS $4,116.41 $4,116.41 8,004.72Subtotal: 1,782.50 0.00 2,031.81 0.00 4,116.41 74.00 $200.12 2.50%$8,004.72Bonds & Insurance $522.50 15.00%$3,483.31OH&P - Self Perform $226.07 5.00%$4,521.41OH&P - Subcontractors Total:$8,953.41 8 9 10 !!"!! #$%%&'()*+%$$) ,-./0120345560789:;<:=>?@ABC DE;:=;FG=H8I=J88KL9M=N8FO PLM9=L9 Q R;S=TSGUV:O=WGML?:GF=X8IF=WG?;JG=7GF:LNL<;:G=;9Y=T9F8JJ=R8Y;HZ=7JL<K=EGFG [F;9Y\ P]>\ ^L9L?E\ _FL<G `aab6ca dI;9:L:H\ 0 e 0 fgh R8:;J ijklmnole pqrstsuvw `cxyz{6y| p}~~€ w ‚YY=ƒ9N8 Cu„w `ccb6a| @tqt€…@t†‡w ‚YY=78IV89 ˆ‰u€†…stsuvw Š8UG =X8IF=7;F: ‹ Œ Žg ‘’“”•–—˜™š›”•œšžŸš Ÿ”¡ ¢£¤¥¦”§¦¨¦©©¦Ÿ”ªš¥¥”—¢«žœ”¬¦š®”¯«œ®”¯¢¢ ”¬¢¥Ÿ¤ž°”—š°ž¦œ”±”¡¢²Ÿ¦ ”’¢šœ”³¤ž¤©´ µ3¶ ·¸¹ºb|{»ybz ybz0»0¼5½¾¿À½¾ 7E;9MG ÁÂÃÄÅÆÃÇÂÃÈÉÊËÌÍÎÏÅÃÆÐÑÒà ËÃÓÔÕÖרÙÚÖÔ »»0120½Û-0»» Ü •«Ý©¨ ¤Ý¦”ž¢²Þ ß àáÞ hâ à ââ ß ã ä1½20-¾4¿504åå2-ÛÛ æçèéêëìéëíéçîéïëìéçîéiððñòë óôõö ÷øùúû üýþÿ