R-11-04-14-10D6 - 4/14/2011RESOLUTION NO. R -11-04-14-10D6
WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with
Excel Construction, LLC for the Water Treatment Plant General Rehabilitation Project, and
WHEREAS, the Council has determined that it is necessary to make adjustments/changes to
the quantity of work to be performed or materials, equipment, or supplies to be provided, and
WHEREAS, it has been determined that it is necessary to adjust/change the quantities in said
Contract in accordance with the attached Quantity Adjustment/Change Order No. 1, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City, Quantity
Adjustment/Change Order No. 1 to the Contract with Excel Construction, LLC for the Water
Treatment Plant General Rehabilitation Project, a copy of said quantity adjustment/change order being
attached hereto as Exhibit "A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 14th day of April, 2011.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Secretary
O:\wdox\SCCInts\0112\ 1104\MUNICIPAL\00219000.DOC/cmc
1100C TEXAS
.w..®N°,
loony
rev. 09/10
Department: Utility Administration
Contract Quantity Adjustment/Change Order
Project City of Round Rock WTP General Rehabilitation
Name: Project
City Project
ID Number:
Justification
WAO5WTPRHB
Date:
Change Order/Quantity Adjustment
No.
3/23/2011
1
Due to the nature of a water plant rehabilitation project this change order indudes items unforeseen at the time of bid and
items not required that were bid. In addition, the big item in this change order is the conversion of our existing anhydrous
ammonia gas disinfection system to an inherently safer liquid ammonium sulfate (LAS) chemical feed system, as recommended
by Homeland Security.
SUMMARY
Original Contract Price:
Previous Quantity Adjustment(s):
This Quantity Adjustment:
Total Quantity Adjustment(s):
Total Contract Price with Quantity Adjustment(s):
Previous Change Order(s):
This Change Order:
Total Change Order(s) To Date:
Original Contract Price Plus Change Order(s) Plus
Quantity Adjustment(s):
Original Contract Time:
Contract Time Prior to this Change Order:
Contract lime with All Approved Change Orders:
PrePared by:
Contractor
Approval'
iliktfiar
Printed Name, Title and Company
Amount % Change
$2,787,490.00 IIIIIIIIIIII
$0.00
($250,404.00)
($250,404.00)
$2,537,086.00
$0.00
$366,847.00
$366,847.00
0.00%
14.46%
14.46%
$2,903,933.00 1111111111
Critical Beneficial Use -160d;
Substantial -270d; Final -300d
Critical Beneficial Use -160d;
Substantial -270d; Final -300d
Critical Beneficial Use -170d;
Substantial -470d; Final -485d
clArsi—al p 3 -2A tt
. crr•I taazi ves ,p-amEdr r'Wi4e6 eta- CG1 1811CItyJ 323-1L
Printed me, Title and Company Date
City Staff(/�/ '/�J l
Approval.VCt�.�4C.. 0.0tG cit 424/
Signature lVJ / Printed Name and Title
City Official
Approval:
Signature
Printed Name and Title
Date
Page 1 of 3
„.„rijfr-.-D ROOGIEVLS
001101.11111100.11.0.1
rev. 09/10
Contract Quantity Adjustment/Change Order
Bid Item#
Contract Time
Adjustment
Item Descri • tion and Chan • e
Unit
•y .
Unit Price
Amount
Da s
1
CPR No 1 - Replace one (1) 8" flanged
gate valve per Owner's Request.
LS
1
$1,213.00
$1,213.00
6
CPR No 3 - Install Hydrostatic Level
Sensors in Filter 1-8.
LS
1
$16,740.00
$16,740.00
6
CPR No 4 - Install Eaton UPS.
LS
1
$1,496.00
$1,496.00
1
CPR No 6 (Rev 1) - Switch hose material
and revised hose length.
LS
1
$1,633.00
$1,633.00
1
CPR No 7 (Rev 1) - Phase IV Shear Pin
Adjustments.
LS
1
$1,982.00
$1,982.00
N/A
CPR No 8 - LAS Feed System Demolition.
LS
1
$28,405.00
$28,405.00
1
CPR No 9 - Replace Wear Shoes in
Basins 5-8.
LS
1
$35,455.00
$35,455.00
1
CPR No 10 - Purchase of one UPS per
Owner's Request
LS
1
$3,611.00
$3,611.00
N/A
CPR No 11 (Rev 1) - LAS Feed System
Improvements (not induding demolition
work).
LS
1
$233,854.00
$233,854.00
N/A
CPR No 12 (Rev 1) - Lighting Panel HSPS
Building 2
LS
1
$13,923.00
$13,923.00
1
CPR No 13 (Option 2) - Site Grading
Modifications
LS
1
$26,775.00
$26,775.00
1
CPR No 15 - Install Conduit and
Conductors to PH Probes in Phase V per
Owner's Request
LS
1
$1,760.00
$1,760.00
N/A
Substantial & Final Completion Date
Revision to March 15, 2011 & March 30,
2011
0
$0.00
$0.00
Substantial:
+200d & Final:
+185d
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
0.00
0.00
TOTALS:
$366,847.00
0
Page 2 of 3
Page 3 of 3
r--
AOU.1 ROCK, TOGS
rev. 09/10
Contract Quantity Adjustment/Change Order
uantity Adiu
Contract Time
Adjustment
Bid Item#
Item Descri • tion and Chan • e
Unit
9U .
Unit Price
Amount
Da s
6
Deduct Bid Allowance for Base Bid Item
No. 6 (Misc. Improvements to HSPS 1-
6).
LS
1
($50,000.00)
($50,000.00)
8
CPR No. 5 - Misc. Additional Painting.
Requested a 10 day extension on the
Critical Beneficial Use Milestone.
LS
1
$22,173.00
$22,173.00
C.B.U.M.: +10d
8
Deduct Bid Allowance for Base Bid Item
No. 8 (Field Painting Systems).
LS
1
($40,000.00)
($40,000.00)
Ded Alt 2
CORR decided to implement Deductive
Altemate Bid Item No. 2 (Treated Water
Meter Vault #2 Improvements [Option
1]).
LS
1
($10,200.00)
($10,200.00)
Ded Alt 3
CORR decided to remove Deductive
Alternate Bid Item No. 3 from scope of
work.
LS
1
$17,500.00
$17,500.00
Add Alt 1
CORR derided to remove Additive
Altemate Bid Item No. 1 from scope of
work.
LS
1
($80,000.00)
($80,000.00)
24
Deduct Bid Allowance for Base Bid Item
No. 24 (Sludge Hauling).
LS
1
($20,000.00)
($20,000.00)
7
Deduct Bid Allowance for Base Bid Item
No. 7 (Plumbing Repairs).
LS
1
($25,000.00)
($25,000.00)
10
Deduct Bid Allowance for Base Bid Item
No. 10 (Crack Injections).
Gal
15
($520.00)
($7,800.00)
11
Deduct Bid Allowance for Base Bid Item
No. 11 (Exposed Rebar Repair).
LF
178
($60.00)
($10,680.00)
12
Deduct Bid Allowance for Base Bid Item
No. 12 (Exp Joint Repair).
LF
329
($63.00)
($20,727.00)
13
Deduct Bid Allowance for Base Bid Item
No. 13 (Control Joint Repair).
LF
302
($85.00)
($25,670.00)
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
0.00
0.00
TOTALS:
($250,404.00)
0
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY
Agenda Item No. 10D6.
City Council Agenda Summary Sheet
Agenda Caption:
Consider a resolution authorizing the Mayor to execute Quantity Adjustment/Change
Order No. 1 with Excel Construction, LLC for the Water Treatment Plant General
Rehabilitation Project.
Meeting Date: April 14, 2011
Department: Infrastructure Development and Construction Management
Staff Person making presentation: Michael Thane, P.E.
Director of Infrastructure Management
Item Summary:
Due to the nature of a water plant rehabilitation projects, Quantity Adjustment / Change Order (QA/CO) No. 1
includes items unforeseen at the time of bid and items not required that were bid. As part of this QA/CO, Phase III
and IV Hydrostatic Level Sensors in the filters are being replaced, as well as the sludge collection wear shoes are
being replaced in Phase V. Necessary grading for drainage is added as part of QA/CO No. 1. The main item in QA/CO
No. 1 is the conversion of the existing anhydrous ammonia gas disinfection system to an inherently safer liquid
ammonium sulfate (LAS) chemical feed system, as recommended by Homeland Security.
Strategic Plan Relevance:
27.0 - Ensure there is an adequate and safe water supply
Cost: $116,443.00
Source of Funds: Self -Financed Water Construction
Date of Public Hearing (if required): N/A
Recommended Action: Approval
EXECUTED
DOCUMENT
FOLLOWS
rev. 09/10
Department: Utility Administration
Contract Quantity Adjustment/Change Order
Project City of Round Rock WTP General Rehabilitation
Name: Project
City Project
ID Number: WAO5WTPRHB
Justification
Date:
Change Order/Quantity Adjustment
No.
3/23/2011
1
Due to the nature of a water plant rehabilitation project this change order indudes items unforeseen at the time of bid and
items not required that were bid. In addition, the big item in this change order is the conversion of our existing anhydrous
ammonia gas disinfection system to an inherently safer liquid ammonium sulfate (LAS) chemical feed system, as recommended
by Homeland Security.
SUMMARY
Original Contract Price:
Previous Quantity Adjustment(s):
This Quantity Adjustment:
Total Quantity Adjustment(s):
Total Contract Price with Quantity Adjustment(s):
Previous Change Order(s):
This Change Order:
Total Change Order(s) To Date:
Original Contract Price Plus Change Order(s) Plus
Quantity Adjustment(s):
Original Contract Time:
Contract Time Prior to this Change Order:
Contract Time with All Approved Change Orders:
Contractor
Approval:
City Staff
Approval:
City Official
Approval:
2-- -1 oP4
Panted Name, Tide and Company
Amount
$2,787,490.00
$0.00
($250,404.00)
($250,404.00)
$2,537,086.00
$0.00
$366,847.00
$366,847.00
0/0 Change
0.00%
14.46%
14.46%
$2,903,933.00
Critical Beneficial Use -160d;
Substantial -270d; Final -300d
Critical Beneficial Use -160d;
Substantial -270d; Final -300d
Critical Beneficial Use -170d;
Substantial -470d; Final -485d
Nade43.),ct YV4Date3_Z3-
1z _cra-a ' etakwetz. Qrcr'Lcc,K1si-tkvertcN 3 23 -1(
Printed Name, Tide and Company Date
Lcr"
Et
Printed Name and Tide i to
Printed Name and Tide ht/ t I• l* •1 1
Date
Page 1 of 3
Page 2 of 3
r'RODND RDOG TEXAS
Kano. nkwori maul ern
rev. 09/10
Contract Quantity Adjustment/Change Order
Bid Item#
� Ti{�5
,, .....,-.ai. s�"sz ✓ tz =ws p ', x z .` ` a ..,..
..,_,.,. .....
� t 'p
�"r,,.,
d 'i.,S d" 'tea ,Y §�t?+�'� 9 '
°° r� 5; 2d' ."..,^"..,.. ussr.,
Contract Time
Adjustment
Item Descri • tion and Chan • e
Unit
• .
Unit Price
Amount
Da s
1
CPR No 1 - Replace one (1) 8" flanged
gate valve per Owner's Request.
LS
1
$1,213.00
$1,213.00
6
CPR No 3 - Install Hydrostatic Level
Sensors in Filter 1-8.
LS
1
$16,740.00
$16,740.00
6
CPR No 4 - Install Eaton UPS.
LS
1
$1,496.00
$1,496.00
1
CPR No 6 (Rev 1) - Switch hose material
and revised hose length.
LS
1
$1,633.00
$1,633.00
1
CPR No 7 (Rev 1) - Phase IV Shear Pin
Adjustments.
LS
1
$1,982.00
$1,982.00
N/A
CPR No 8 - LAS Feed System Demolition.
LS
1
$28,405.00
$28,405.00
1
CPR No 9 - Replace Wear Shoes in
Basins 5-8.
LS
1
$35,455.00
$35,455.00
1
CPR No 10 - Purchase of one UPS per
Owner's Request
LS
1
$3,611.00
$3,611.00
N/A
CPR No 11 (Rev 1) - LAS Feed System
Improvements (not including demolition
work).
LS
1
$233,854.00
$233,854.00
N/A
CPR No 12 (Rev 1) - Lighting Panel HSPS
Building 2
LS
1
$13,923.00
$13,923.00
1
CPR No 13 (Option 2) - Site Grading
Modifications
LS
1
$26,775.00
$26,775.00
1
CPR No 15 - Install Conduit and
Conductors to PH Probes in Phase V per
Owner's Request
LS
1
$1,760.00
$1,760.00
N/A
Substantial & Final Completion Date
Revision to March 15, 2011 & March 30,
2011
0
$0.00
$0.00
Substantial:
+200d & Final:
+185d
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
TOTALS:
$366,847.00
0
Page 3 of 3
rev. 09/10
Contract Quantity Adjustment/Change Order
uantity Adiustment Da
Bid Item#
Item Descri tion and Chan e
Unit
•ia
Unit Price
Amount
Contract Time
Adjustment
Da s
6
Deduct Bid Allowance for Base Bid Item
No. 6 (Misc. Improvements to HSPS 1-
6).
LS
1
($50,000.00)
($50,000.00)
8
CPR No. 5 - Misc. Additional Painting.
Requested a 10 day extension on the
Critical Beneficial Use Milestone.
LS
1
$22,173.00
$22,173.00
C.B.U.M.: +10d
8
Deduct Bid Allowance for Base Bid Item
No. 8 (Field Painting Systems).
LS
1
($40,000.00)
($40,000.00)
Ded Alt 2
CORR decided to implement Deductive
Alternate Bid Item No. 2 (Treated Water
Meter Vault #2 Improvements [Option
1]).
LS
1
($10,200.00)
($10,200.00)
Ded Alt 3
CORR decided to remove Deductive
Alternate Bid Item No. 3 from scope of
work.
LS
1
$17,500.00
$17,500.00
Add Alt 1
CORR decided to remove Additive
Alternate Bid Item No. 1 from scope of
work.
LS
1
($80,000.00)
($80,000.00)
24
Deduct Bid Allowance for Base Bid Item
No. 24 (Sludge Hauling).
LS
1
($20,000.00)
($20,000.00)
7
Deduct Bid Allowance for Base Bid Item
No. 7 (Plumbing Repairs).
LS
1
($25,000.00)
($25,000.00)
10
Deduct Bid Allowance for Base Bid Item
No. 10 (Crack Injections).
Gal
15
($520.00)
($7,800.00)
11
Deduct Bid Allowance for Base Bid Item
No. 11 (Exposed Rebar Repair).
LF
178
($60.00)
($10,680.00)
12
Deduct Bid Allowance for Base Bid Item
No. 12 (Exp Joint Repair).
LF
329
($63.00)
($20,727.00)
13
Deduct Bid Allowance for Base Bid Item
No. 13 (Control Joint Repair).
LF
302
($85.00)
($25,670.00)
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
0
$0.00
$0.00
TOTALS:
($250,404.00)
0