Skip to main content
NTMWD Logo
File #: 25-6096    Version: 1
Type: Administrative Memorandum Status: Agenda Ready
File created: 1/9/2025 In control: Board of Directors
On agenda: 1/23/2025 Final action:
Title: Bois d'Arc Lake Raw Water Pump Station Phase II: Project Number 101-0602-21; Change Order No. 1
Sponsors: Water Committee - Committee Action
Indexes: .RWS - Bois d'Arc Lake, .RWS - Regional Water System, Change Order
Code sections: 101-0602-21 - Bois d'Arc Lake Raw Water Pump Station, Phase II
Attachments: 1. Map
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Regional Water System

 

 

title

Bois d’Arc Lake Raw Water Pump Station Phase II: Project Number 101-0602-21; Change Order No. 1

 

end

SUBJECT

 

recommendation

Authorize funding in the amount of $12,695,107.77 to Archer Western Construction, LLC (Archer Western) for a construction change order to the Bois d’Arc Lake Raw Water Pump Station Phase II project, which is subject to the Texas Water Development Board (TWDB) State Water Implementation Fund for Texas (SWIFT) funding.

 

end

PURPOSE

 

This change order authorizes the purchase of major equipment, including a generator, two horizontal split case (HSC) pumps, switchgear modifications, and two medium-voltage adjustable frequency drives (AFDs). After installation, this additional equipment will completely utilize the existing water rights, finalizing all planned expansions to this facility.

 

RECOMMENDATION

 

The Executive Director, NTMWD staff, and Freese and Nichols, Inc. (FNI) recommend the Board of Directors authorize a construction change order as follows:

 

 

Contractor:

Archer Western Construction, LLC (Archer Western)

 

 

Scope:

Construction, Change Order No. 1

 

 

Project:

No. 101-0602-21, Bois d’Arc Lake Raw Water Pump Station Phase II

 

 

Amount:

12,695,107.77

 

 

Committee:

This will be an item on the January 22, 2025, Water Committee meeting agenda

 

 

 

DRIVER(S) FOR THIS PROJECT

 

Strategic Objective:

1.2 - Successfully Deliver Capital Program

 

 

Regulatory Compliance

Asset Condition

Capacity

Redundancy/Resiliency

Relocation or External Requests

Operational Efficiency

Safety

Administrative

Policy

Other _____________

 

BACKGROUND

 

PROJECT PURPOSE

                     Construct Phase II of the Bois d’Arc Lake (BDL) Raw Water Pump Station (RWPS) located at the BDL dam site.

                     This second phase of the BDL RWPS will include additional pumps, piping and equipment to increase capacity from 90 million gallons per day (MGD) to 142 MGD.

                     This Change Order will include all equipment required for planned expansion to the ultimate capacity of 236 MGD.

                     Installation of this equipment is intended to be presented for approval for completion of the Pump Station under Phase II construction.

 

PROJECT COMPONENTS

                     Four additional HSC pumps to increase pumping capacity to 142 MGD.

                     Structural, mechanical, plumbing, and site civil design required for the expansion.

                     Electrical components associated with the expansion and update electrical arc flash study.

                     Controls and instrumentation design and modifications to the Supervisory Control and Data Acquisition (SCADA) system and the Human-Machine Interface (HMI) screens.

                     One 3,250-kilowatt (kW) generator to power one low-head pump for a standby capacity of 45 MGD.

 

PROPOSED CHANGE ORDER

                     After the award of the original construction contract, Archer Western proposed a cost savings idea totaling $423,091.75. These savings were achieved by modifying the 25 kilovolt (kV) cables from concentric neutral to copper tape shield, changing the pump mechanical seals from split-type to cartridge-type, and increasing the propylene glycol concentration in the chiller system's cooling liquid from 15% to 25%.

                     During submittal reviews, it was determined that modifications were needed for the load bank and generator duct banks, along with their associated cables and conduits. Additionally, a containment pad was required for the load bank transformer. Archer Western submitted a proposal for this work, with an associated overall credit of $4,569.73

 

 

 

                     After award of Phase II construction, continued evaluation by the project team of system demands called for earlier delivery of Phase III of the Leonard WTP and associated additional raw water needs.

                     In December 2024, NTMWD, FNI and the Archer Western discussed the possibility of purchasing the equipment planned for Phase III as a part of the Phase II contract at a cost of $13,122,769.25. This equipment includes:

o                     (2) 6,800 horsepower pumps, motors, and AFDs

o                     (1) 3,250 kW generator

o                     (1) air handling unit

o                     All associated equipment as specified in the original Phase II contract

                     The proposed Change Order No. 1 costs are consistent with the pricing for Phase II thus avoiding additional costs from future price escalations due to inflation, material cost increases, or labor shortages.

                     In addition to the cost savings on equipment, there are cost savings to the Phase III engineering services as there will not be a bidding and advertising phase, and there will not be another submittal approval process for the new equipment.

                     This change order will ensure the completion of all work at the BDL RWPS ahead of the planned Phase III completion date of February 2031.

                     Completing Phase III now with the same manufacturers as Phase II allows for better integration with existing infrastructure, reducing the risk of compatibility issues that might arise with changes in equipment design.

                     A future Change Order No. 2 will be brought to the Board of Directors for authorization at a later date. Change Order No. 2 will include costs for installation and commissioning of Change Order No. 1 major equipment.

                     A future additional services request from FNI will be brought to the Board of Directors for development of plans and specifications at a later date for the installation and commission of the Change Order No. 1 equipment which will include revisions of plan sheets, control narratives, witness testing, and start-up testing requirements.

 

CHANGE ORDER NO. 1

 

Description                     Amount                     Days

Original Contract                     $75,784,400.00                     1,186

Proposed Change Order No. 1                                          

25kV cables, pump seals, and propylene glycol                     ($423,091.75)                     0

Medium and low voltage cables and load bank area                     ($4,569.73)                     0

Purchase of major equipment for Phase III                     $13,122,769.25                     120

Proposed Change Order No. 1 Amounts                     $12,695,107.77                     120

Revised Contract Amount                     $88,479,507.77                     1,306

 

Original Completion Dates: Substantial - May 31, 2027; Final - September 30, 2027

Revised Completion Dates: Substantial - September 28, 2027; Final - January 28, 2028

 

 

FUNDING

 

Funding in the amount of $12,695,107.77 to Archer Western Construction, LLC is to be made available in the Regional Water System SWIFT Construction funds contingent upon TWDB approval and release of funding.