R-11-11-22-10C1 - 11/22/2011RESOLUTION NO. R-11-11-22-1OC1
WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with
SKE Construction, LLC for the Greenslopes A/C Waterline Replacement Project — Phase II, 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 AdjustmentlChange Order No. 2, 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. 2 to the Contract with SKE Construction, LLC for the Greenslopes A/C
Waterline Replacement Project — Phase II, 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 22nd day of November, 2011.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Secretary
O:\wdox\SCClnts\O1 12\ 1104\MUNICIPAL\00237696.DOC/rmc
Iev, 06111
Department: Utilities & Environmental Services
Contract Quantity Adjustment/Change Order
Project
Name: Greenslopes A/C Waterline Replacement Project - Phase II
clty Project
ID Number WLO2ASB2009
3ustification
Date:
Page 1 of 4
10/20/2011
Change Order/Quantity
Adjustment No. QA #2
Quantity Adjustment No. 1 for the Greenslopes A/C Waterline Replacement Project is necessary due to unforseen drcumstanoes identified during
construt*ion activities. The following bid item quantities were increased: pipe length, meter boxes, gate valves, corporation and curb stops, and concrete
sidewaik and driveway repairs. The following blj Items were decreased: polyethelene water service tubing, fire hydrants, and wastewater deanout
accemhlies The tntal nuantty adiuctment of t105 Rtfi fln raises the contract tntal fmm t1 M06 71R QA to t1 117 534 Q0.
SUMMARY
Original Contract Price:
Previous Quantity Adjustment(s):
This Quantity Adjustment:
Total Quantity Adjustment(s):
Total Contract Price with Quantity Adjustrnent(s):
Previous Change Order(s):
This Change Order:
Total Change Order(s) To Date:
Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s) Plus
Change Order(s)j:
Difference between Original and Adjusted Contract Prices:
Original Contract Time:
Time Adjustment by previous Quan. Adj./Change Order:
Time Adjustment by this Quan. Adj./Change Order:
New Contract Time:
City Staff:
Company NEime:
—For
Con
For City of
Round Rods:
Signature
Amount
% Change
$819,688.90
$0.00
$105,816.00
$105 816.00
$925,504.90
$187,030.00
$0.00
$187,030.00
20.21%
0.00%
20.21%
$1,112,534.90
$292,846.00
180 Calendar Days
30 Calendar Days
0 Calendar Days
210
Michael Thane P.E., Director of Utilities
Printed Name, Title
Calendar Days
Shelly A. Eberhart President/CEO
Printed Name, Tide
10/27/2011
Date
Signature
Printed Name, Tide
Date
Date
I.v. ow11
Project Name:
Quan. Adj./Change Order No.:
Contract Quantity Adjustment/Change Order
Greenslopes A/C Waterline Replacement Project - Phase II
QA #2
Change Order Data
Page 2 of 4
.n..
Item #
Item Desai. . . n
Unit
•U .
Unit Price
Amount
$0.00
Time
Adjustment
Da
$0.00
$0.00
*00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
*00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
.00
TOTAILS:
SO.00
0
Project Name:
Quan. Adj./Change Order No.:
Contract Quantity Adjustment/Change Order
Greenslopes NC Waterline Replacement Project - Phase II
QA #2
uantity Adiustment Data
Page 3 of 4
Bid Item #
2
Item Desalt. • on
Coordinate & perform location and marking of all buried
existing utilities not owned & maintainedby the City of Round
Rods prior to commenting work (example: buried cables, fiber
optics, gas lines, etc) Perform pre-cMorinated pipe bursting of
existing 8" asbestos cement water line, replace with 8" HDPE
DR 13.5 water line, complete, induding excavations, baddtll,
installation of new service lines for use with existing corporation
stop, hydrostatic pressure testing, post -bursting dosed dcuit tv
inspection of all sanitary sewer service lines as described in
011100 Technical Spedfications Pipe Bursting of Potable Water
Mains, Section 04-05, Inspection of Sanitary Sewer Lines of the
plans & spedfications, construction staking, if required by
Contractor, repairs & replacement of any and all damaged
asphalt and base material, concrete driveways, concrete
sidewalks, concrete curbing, storm water curb inlets, mailboxes,
fendng, landscaping, revegation & other existing items
Unit
LF
•y .
467
Unit Price
$73.00
Amount
$34,091.00
Time
Adjustment
Da
4
Remove & replace existing 8" in-line gate valve with Clow, or
approved equal
EA
20
$1,500.00
$30,000.00
7
Fumish & install 1 1/2" Ford, or approved equal, brass
corporation stop, per plans & specs
EA
8
$500.00
$4,000.00
9
Fumish & install 1 1/2" polyethylene water service tubing, per
plans & specs
EA
-150
$12.00
-$1,800.00
10
Fumtsh & install 1" polyethylene water service tubing, per plans
& specs
EA
-500
$5.00
-$2,500.00
11
Fumish & install 1 1/2" loddng brass angle meter or curb stop
and U -Branch, per plans & specs
EA
-5
$500.00
-$2,500.00
12
Fumish & install 1" Ford, or approved equal, locking brass angle
meter or curb stop, per plans & specs
EA
70
$350.00
$24,500.00
13
Fumish & install 3/4" bronze non -rising stem gate valve, box &
IId (property owners cut-off valve assembly outside meter box)
EA
-15
$150.00
-$2,250.00
14
Install plastic double meter box
EA
38
$300.00
$11,400.00
15
Install plastic single meter box
EA
-2
$200.00
-$400.00
16
Fumish & Install 8"x6" ductile iron Clow fire hydrant, or
approved equal, induding lead & FH vlave
EA
-3
$4,500.00
-$13,500.00
17
Fumish & install 8'x6" ductile iron flre hydrant tee
EA
-1
$1,000.00
-$1,000.00
18
Fumish & install 6" ductile iron pipe flre hydrant lead
EA
-1
$1,500.00
-$1,500.00
19
Piping
Fumish & install cast iron adjustable valve box with Id &
concrete collar
EA
-1
$500.00
-$500.00
20
Fumtsh & Install 6" SDR 26 PVC sewer pipingLF
-178
$5.00
-$890.00
21
Fumish & install 6" wastewater dean -out assembly non -paved
surface)
EA
-3
$500.00
-$1,500.00
Contract Quantity Adjustment/Change Order
rev, 06/11
Page 4 of 4
22
Perform concrete sidewalk or concrete driveway repairs.
Repairs should be performed in sMct accordance with City
standards
SF
1355
$15.00
$20,325.00
23
Perform Type "C' hot ma asphaltic cement (HMAC) road repair
using approved mechanized HMAC layout machinery
TON
82
$120.00
$9,840.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
1.00
TOTALS:
$105,816.00
0
City Council Agenda Summary Sheet
Agenda Item No. 10C1.
Agenda Caption:
Consider a resolution authorizing the Mayor to execute Quantity Adjustment/Change
Order No. 2 with SKE Construction, LLC for the Greenslopes A/C Waterline Replacement
Project — Phase II.
Meeting Date: November 22, 2011
Department: Utilities and Environmental Services
Staff Person making presentation: Michael Thane, P.E.
Utilities Director
Item Summary:
This project continued the City's asbestos -cement A/C pipe replacement program that began November 2007 and is
the second phase For the Greenslopes area. This second phase included the replacement of 8,475 feet of eight inch
A/C waterlines in the Greenslopes subdivision. This program will continue annually throughout the City to replace
A/C waterline pipe as necessary.
On August 25, 2011, Change Order No. 1 was approved and was for replacement of an additional 1,874 feet of
eight -inch A/C waterline on Greenlawn Blvd. which raised the original contract of $819,688.90 by $187.030.00 for a
total of $1,006,718.90.
This Quantity Adjustment No. 2 for the Greenslopes A/C Waterline Replacement Project is necessary due to
unforeseen circumstances identified during construction activities. The following bid item quantities were
increased: pipe length, meter boxes, gate valves, corporation and curb stops, and concrete sidewalk and driveway
repairs. The following bid items were decreased: polyethylene water service tubing, fire hydrants, and wastewater
clean-out assemblies. The total quantity adjustment of $105,816.00 raises the contract total from $1,006,718.90 to
$1,112,534.90.
Cost: $105,816.00
Source of Funds: Self -Financed Water Construction
Date of Public Hearing (if required): N/A
Recommended Action: Approval
EXECUTED
DOCUMENTS
FOLLOW
Contract Quantity Adjustment/Change Order
rev, OWii
Department: Utilities & Environmental Services
Projed
Name: Greenslopes A/C Waterline Replacement Project - Phase II
City Project
ID Number WL02ASB2009
justification
Page 1 of 4
Date: 10/20/2011
Change Order/Quantity
Adjustment No. QA #2
Quantity Adjustment No. 1 for the Greensiopes A/C Waterline Replacement Project is necessary due to unforseen drcumstanoes identified during
construction activities. The following bld item quantities were increased: pipe length, meter boxes, gate valves, corporation and curb stops, and concrete
sidewalk and driveway repairs. The following bid Items were decreased: polyethelene water service tubing, fire hydrants, and wastewater deanout
a mhHPc Th P tntal niiantlty adiuctmpnt of 1105 R16 flfl raids the mntrart tntal frnm tt 006 71R qfl to t1 117 534 q0
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:
Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s) Plus
Change Order(s)]:
Difference between Original and Adjusted Contract Prices:
Original Contract Time:
Time Adjustment by previous Quan. Adj./Change Order:
Time Adjustment by this Quan. Adj./Change Order:
New Contract Time:
Amount
% Change
$819,688.90
$0.00
$105,816.00
$105 816.00
$925,504.90
$187,030.00
$0.00
$187 030.00
20.21%
0.00%
20.21%
$292,846.00
180 Calendar Days
30 Calendar Days
0 Calendar Days
210 Calendar Days
City Staff: ( L- / ti Michael Thane P.E., Director of Utilities 10/27/2011
Sig •ture Printed Name, Title Date
For
Con
PrI Sz factor Company Name:
Shelly A. Eberhart President/CEO
For City of Sig/ rn v Panted Name, Title Date
Date
Round Rock:
Signature Printed ame, TitlJ t Date
rev, 06/11
Project Name:
Quan. Adj./Change Order No.:
Contract Quantity Adjustment/Change Order
Greenslopes A/C Waterline Replacement Project - Phase II
QA #2
Chanae Order Data
Page 2 of 4
Item #
Item Descri • on
Unit
•� .
Unit Price
Amount
$0.00
Time
Adjustment
Da
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
TOTALS:
$0.00
0
rev, 06111
Project Name:
Quan. Adj./Change Order No.:
Contract Quantity Adjustment/Change Order
Greenslopes A/C Waterline Replacement Project - Phase II
QA #2
uantity Adlustment Data
Page 3 of 4
Bid Item #
2
Item Descri • on
Coordinate & perform location and marking of all buried
existing utilities not owned & maintainedby the City of Round
Rods prior to commendng work (example: buried cables, fiber
optics, gas lines, etc) Perform pre -chlorinated pipe bursting of
existing 8" asbestos cement water line, replace with 8" HDPE
DR 13.5 water line, complete, including excavations, backfill,
installation of new service lines for use with existing corporation
stop, hydrostatic pressure testing, post -bursting closed cicuit tv
inspection of all sanitary sewer service lines as described in
011100 Technical Spedfications Pipe Bursting of Potable Water
Mains, Section 0405, Inspection of Sanitary Sewer Lines of the
plans & specifications, construction staking, if required by
Contractor, repairs & replacement of any and all damaged
asphalt and base material, concrete driveways, concrete
sidewalks, concrete curbing, storm water curb inlets, mailboxes,
fendng, landscaping, revegation & other existing items
Unit
LF
•y .
467
Unit Price
$73.00
Amount
$34,091.00
Time
Adjustment
Da
4
Remove & replace existing 8" in-line gate valve with Clow, or
approved equal
EA
20
$1,500.00
$30,000.00
7
Fumish & install 1 1/2" Ford, or approved equal, brass
corporation stop, per plans & specs
EA
8
$500.00
$4,000.00
9
Fumish & install 1 1/2" polyethylene water service tubing, per
plans & specs
EA
-150
$12.00
-$1,800.00
10
Furnish & install 1" polyethylene water service tubing, per plans
& specs
EA
-500
$5.00
-$2,500.00
11
Fumish & install 1 1/2" locking brass angle meter or curb stop
and U -Branch, per plans & specs
EA
-5
$500.00
-$2,500.00
12
Furnish & install 1" Ford, or approved equal locking brass angle
meter or curb stop, per plans & specs
EA
70
$350.00
$24,500.00
13
Furnish & install 3/4" bronze non -rising stem gate valve, box &
lid (property owner's cut-off valve assembly outside meter box)
EA
-15
$150.00
-$2,250.00
14
Install plastic double meter box
EA
38
$300.00
$11,400.00
15
instaII pIastic single meter box
EA
-2
$200.00
-$400.00
16
Fumish & install 8' x6" ductile iron Clow fire hydrant, or
approved equal, including lead & FH vlave
EA
-3
$4,500.00
-$13,500.00
17
Fumish & install 8"x6" ductile iron fire hydrant tee
EA
-1
$1,000.00
-$1,000.00
18
Fumish & install 6" ductile iron pipe fire hydrant lead piping
EA
-1
$1,500.00
-$1,500.00
19
Fumish & install cast iron adjustable valve box with lid &
concrete collar
EA
-1
$500.00
-$500.00
20
Furnish & install 6" SDR 26 PVC sewer piping
LF
-178
$5.00
-$890.00
21
Furnish & lnstall 6" wastewater clean-out assembly (non -paved
surface)
EA
-3
$500.00
-$1,500.00
Contract Quantity Adjustment/Change Order
---r
rev, 06/11
Page 4 of 4
22
Perform concrete sidewalk or concrete driveway repairs.
Repairs should be performed in strict accordance with City
standards
SF
1355
$15.00
$20,325.00
23
Perform Type "C" hot mix asphaltic cement (HMAC) road repair
using approved mechanized HMAC layout machinery
TON
82
$120.00
$9,840.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
TOTALS:
;105,816.00
0