Ann Arbor logo
File #: 25-0191    Version: 1 Name: 2/18/25 Gallup Park Vehicle and Pedestrian Bridge Project - Anlaan Corp
Type: Resolution Status: Passed
File created: 2/18/2025 In control: City Council
On agenda: 2/18/2025 Final action: 2/18/2025
Enactment date: 2/18/2025 Enactment #: R-25-041
Title: Resolution to Approve Contract Modification #3 to the Construction Agreement with Anlaan Corporation for the Gallup Park Vehicle and Pedestrian Bridge Project and Appropriate Funds to the Park Maintenance and Capital Improvement Fund ($588,287.48) (8 Votes Required)
Attachments: 1. ITB 4736 Contract Modification #3 2025-01-23.pdf

Title

Resolution to Approve Contract Modification #3 to the Construction Agreement with Anlaan Corporation for the Gallup Park Vehicle and Pedestrian Bridge Project and Appropriate Funds to the Park Maintenance and Capital Improvement Fund ($588,287.48) (8 Votes Required)

Memorandum

Attached for your review and action is a resolution to approve contract modification #3 to the Construction Agreement with Anlaan Corporation in the amount of $588,287.48 for the Gallup Park Vehicle and Pedestrian Bridge project.

 

Project Description

The attached contract modification is for a net increase of $588,287.48 to the Gallup Park Pedestrian and Vehicle Bridge project Construction Agreement with Anlaan Corporation. 

 

Construction is complete on the new Gallup Park Pedestrian and Vehicle bridge project.  However, there were additional costs associated with the project’s completion that are included in contract modification #3.  These cost increases are partly due to adjusting and balancing quantities of contract items in the field which accounts for about 45% of this contract modification.  The remainder is largely due to the effects of the premature demolition of the old bridge which required changes in the contractor’s methods and resulted in additional costs and project delays. 

 

This new concrete bridge replaced an old timber bridge from the 1970’s. The old bridge was intended to remain in service during construction of the new bridge to provide access to the south side of the Huron River.  However, the old bridge developed structural deficiencies and had to be unexpectedly closed and prematurely demolished early into construction. The contractor had to revise their plans and use alternate methods to bring equipment and materials to the south side of the river, such as using a barge and larger cranes that could reach the south side.  Additionally, the loss of access to the south side of the river caused delays in the project’s schedule. 

 

Additional costs were also associated with unforeseen issues that arose during construction, given the complexity of the site and project.  There were also a couple scope items that were omitted during bidding that were required to complete the project.  However, construction of the project is complete and no additional construction costs will be required beyond this final contract modification. 

 

Lastly, being a unit price contract, the actual quantities of items needed and used in the field is only estimated in the plan set, and the actual quantity of pay items that were used ended up being much higher than originally estimated.

 

The following scope items are directly related to the unanticipated closure and demolition of the old timber bridge:

 

1.                     Cost due to having to use cranes to move materials & equipment between north and south side of the river.  

2.                     Cost of renting a larger crane with the capacity to set beams on the bridge from the north side. The method of setting beams changed due to access to the south side of the river via the old bridge.

3.                     Cost of pumping concrete to the south side of the river and pier.

4.                     Cost of needing to barge materials to/from the south side of the river.

5.                     Cost of barging sheet piles from the south side of the river back to the north side. 

6.                     Cost of removing the temporary barge dock constructed for loading/unloading materials on the barges.

7.                     Cost of the barges used in moving materials/equipment between the north and south side of the river for the duration of the project. Would not have needed if contractor could have utilized old timber bridge during construction.

8.                     Cost of double handling materials on the south side due to not being able to load out over old bridge during excavation.

9.                     Contractor's purchase order with concrete supplier added an additional $10 to all concrete placed after 4/1/24. Contractor's original schedule showed all concrete being poured by this date, contractor would not have had to take on this extra cost.

10.                     Contractor being reimbursed for additional fringes on all hours after the union contract increase on 6/2/24.

11.                     Contractor being reimbursed for premium time for 5 weeks of "expedited work".

12.                     Cost of foreman's labor, truck, and lodging for 86 working days of increased project duration. Original open to traffic 5/15/24 - revised open to traffic 9/18/24.

13.                     Cost of galvanizing the additional piles needed in bridge relocation.

14.                     Cost of additional man hours from contractor staking subcontractor due to bridge relocation.

15.                     Cost of drainage structures that couldn’t be modified and reused in a storm sewer revision due to the bridge relocation.

 

Additionally, there were several unforeseen issues that arose through the project that were not unexpected given the complexity of the site and project. There were also changes in design and engineering that were made during construction to accommodate field conditions and project needs.

 

1.                     Cost of locating abandoned sanitary sewer. Records of the abandoned sewer were not accurate and interfered with the proposed wingwall foundation. 

2.                     Cost due to soil and water conditions at each abutment being unsuitable for construction. Unforeseen circumstance.

3.                     Cost of placing polyethylene plastic under approaches to conform to standard practices. Polyethylene not in plan detail thus it is an extra.

4.                     Cost of concrete foundation for Border to Border trail wayfinding kiosk and trailhead.

5.                     Cost of placing decorative boulders for riprap.

 

Lastly, there were scope items that were not included in the original contract and that were required to complete the project. These costs should have been included in the original contract but due to oversight, were not, and are therefore not truly extra or additional expenses.

 

1.                     Cost of embankment material work. Item not in original contract.

2.                     Cost of earth excavation for roadway work. Item not in original contract.

3.                     Cost of additional thickness of limestone caps.  Plan and specification discrepancy.

 

This is the third and final contract modification for this project, as the project is now complete.  Because this contract modification has exceeded the 10% construction contingency of $418,401.54 that was approved for the project, City Council approval is needed to further increase the contract amount.

 

Budget/Fiscal Impact

 

Current contract amount:                     $4,599,997.96

Contract Modification #3:                     $   588,287.48

New contract amount:                      $5,188,285.44

 

Funding is available in the Park Maintenance and Capital Improvement Fund fund balance.  It is being requested that $588,288 be appropriated for this contract modification.

 

The Park Advisory Commission recommended approval of this contract modification at their January 28, 2025 meeting.

Staff

Prepared by:                     Hillary Hanzel, Landscape Architect Capital Project Manager IV

Reviewed by:                     Josh Landefeld, Parks & Recreation Services Manager

Approved by:                     Milton Dohoney Jr., City Administrator

Body

Whereas, Construction is complete on the new Gallup Park Pedestrian and Vehicle bridge project;

 

Whereas, The old bridge was intended to remain in service during construction of the new bridge to provide access to the south side of the Huron River;

 

Whereas, The old bridge had to be unexpectedly closed and demolished early into construction of the new bridge;

 

Whereas, The contractor had to revise their plans and use alternate methods to bring equipment and materials to the south side of the river and complete the project;

 

Whereas, The demolition of the old timber bridge caused the project delays as the team reconsidered options to move the project forward;

 

Whereas, There were additional unforeseen issues and related costs that arose during construction given the complexity of the site and project;

 

Whereas, There were also scope items that were omitted during bidding and were required to complete the project; 

 

Whereas, The project is complete and no additional construction costs will be required beyond this final contract modification;

 

Whereas, Funding is available in the Park Maintenance and Capital Improvement Fund fund balance; and

 

Whereas, The Parks Advisory Commission recommended approval of this contract modification at their January 28, 2025 meeting;

 

RESOLVED, That City Council approve construction contract amendment #3 with Anlaan Corporation in the amount of $588,287.48 for the Gallup Park vehicle and pedestrian bridge project (ITB 4736);

 

RESOLVED, That City Council appropriate $588,288 from the Park Maintenance and Capital Improvement Fund fund balance to the FY25 Park Maintenance and Capital Improvement Fund expenditure budget;

 

RESOLVED, That all amounts herein are without regard to fiscal year;

 

RESOLVED, That the Mayor and City Clerk are authorized and directed to execute the contract modification after approval as to substance by the City Administrator and approval as to form by the City Attorney; and

 

RESOLVED, That the City Administrator be authorized to take necessary administrative actions to implement this resolution