Loading...
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