Loading...
R-2019-0140 - 3/14/2019RESOLUTION NO. R-2019-0140 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with Prime Construction Company, Inc. for the Adult Recreation Complex 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. 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 Prime Construction Company, Inc. for the Adult Recreation Complex 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 March, 2019. CRAIG MORq ,AN, Mayor City of Round ock, Texas ATTEST: ... GIOL'A'fflib L. WHITE, City Clerk 0112 1902; 00419537 EXHIBIT Page I of 3 pOUNO pOCx Contract Quantity Adjustment/ Change Order rev. 01 15 Department: PARD Project Name: Adult Recreation Project Date: 1/24/19 City Project Change Order/Quantity ID Number Adjustment No. 2 Vendor Prime Construction Company, Inc. 20907 Martin L. Pflugerville, TX 78660 512 244 7799 Company Name Address Phone No. Justification See attached Change Order Summary Report and backup documentation SUMMARY Amount % Change Original Contract Price. $2,87070.00 Previous Quantity Adjustment(s): This Quantity Adjustment: Total Quantity Adjustment(s): $0.00 Total Contract Price with Quantity Ad)ustment(s): �.. $2,870,820.00 Previous Change Order(s): $16,500.00 1% This Change Order: $385,793.34 13% Total Change Order(s) To Date: $402,293.34 14% Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s) Plus Change Order(s)]; $3,273,113.34 Difference between Original and Adjusted Contract Prices: $402,293.34 Original Contract Time: 240 days Time Adjustment by previous Quan. Adj./Change Order: 14 days to sod install date Time Adjustment by this Quan. Adj./Change Order: 10 days (sod install date Feb. 11th, 2019) New Contract Time: 250 days Submitted for Approval Prepared By: VZL1�- BPc It 1OWK. '1J. "b . Signature Printed Name, Title, Company Date Approvals Contractor: Z� Brian Ritter, President, _Prime NConstruction Com 5!gnature Printed Name, Title, Company r Inc. 2/21/2019 Date 17 Mayor/City Manager Signature Printed Name, Title Date Contract Quantity Adjustment/ Change Order fe,. 01 16 Project Name: Adult Recreation Project Quan. Adj./Change Order No. Channe nrdar rich Page 2 0l' 3 Item # Item Description Unit Qty. Unit Price Amount Contract Time Adjustment Adjusus(Das 1 Import Material - Field 2 LS 1 $132,119.50 $132,119.50 2 Import Material - Fire Lane LS 1 $267,102.00 $267,102.00 3 Field 2 Material Relocations LS 1 $19,351.00 $19,351.00 4 Credit - Import from City Stockpile LS 1 .$71,617.28 -$71,617.28 5 Parking Lot Retention LS 1 $10,516.00 $10,516.00 6 Credit - Reuse Irrigation Tie -In LS 1 -$6,750.00 -$6,750.00 7 Oii/P LS 1 $35,072.12 $35,072.12 8 Rain Delays EA 10 $0.00 $0,00 10 $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 TOTAL $385,793.J41 1 Page 3 ol' 3 Contract Quantity Adjustment/ Change Order 1` rrauHn aatK •, .. :e. Ol i6 Project Name: Adult Recreation Project Quan. Adj./Change Order No.: Ouantitv Adjustment nata Bid Item # Item Description Unit Qty. Unit Price Amount Contract Time Adjustment $0.00 $0.00 $0.00 $0,001 $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 TAI 0.00 0 Old Settlers Park Adult Recreation Complex Change Order #2 Summary Date: 02/19/2019 Change Order #2 to the contract with PCCI includes changes to the current phase of construction. These changes include: Import Material - Field 2: The City provided import material to the contractor as part of project negotiations. When the original dirt contractor was asked to leave the job, the City agreed to provide material to offset the increased cost for the new subcontractor. Despite early estimates, the material provided was not sufficient to complete the job. To maintain the integrity of the fields it was not possible to utilize onsite, high clay material to finish the fields. This type of material would cause excessive shrinking and swelling of the fields, leading to cracks and/or excess water during rain events. Suitable import material needs to be trucked in from Texas Crushed Stone. Cost: $132,119.50 Import Material — Fire Lane: Similar to above, additional material is needed to complete the Fire Lane to the complex. Cost: $267,102.00 Field #2 Material Relocation: While hauling material from the City stockpile, it was unknow to the City, Inspectors, and Contractor that the material had changed from a suitable material to an unsuitable material. Therefore, one entire lift of the material was installed on the fields. After experiencing failing tests, it was determined that the material had changed and was no long suitable for use. This material was higher in clay content than allowed. Because of its location in the field profile, it was necessary to move the material so it was lower in the profile and at a consistent depth (so all portions of the field will respond similarly). Cost: $19,351.00 Credit -import from City Stockpile: Since not all material from the City stockpile was utilized (material proctor changed and material was no longer suitable for use in the project), the remainder of the contracted amount was not used and credited back. Cost: ($71,617.28) Parking Lot Retention: During final review, City comments necessitated the change in types of retention for the parking lot. Originally, the parking lot runoff was supposed to be retained in the parking lot island. During review, the question was raised as to if that would be enough retainage and a detention pond was requested. Plans were already out to bid, so this was a post -proposal modification to the plans. Cost: $10,516.00 Credit - Reuse Irrigation Tie -In: Design plans called for an irrigation service tap, meter, pressure reducing valve, vault, etc. as part of the irrigation service. However, it was determined onsite that the irrigation line was already metered and isolated, so a direct tie-in would be possible. Cost: ($6,750.00 ) Subtotal this Change Order: $350,721.22 OH/P: $35,072.12 TOTAL: $385,793.34 'tRITT6R BCTKIN PRIME CONSTRUCTION COMPANY, INC. 11 !111,PCOUSa.COAI 20907 Martin Ln Pflugerville, TQC 78660 (office) 512.244.7799 (fax) 512.990.9886 CHANGE ESTIMATE NO. 2 Project: OSP ADULT RECREATION COMPLEX PHASE 1 Date: 2-21-2019 Contract No.: NONE This Change Order includes the following modifications to the scopes of work originally contracted for the subject project between Ritter — Botkin Prime Construction Company Inc. (Contractor) City of Round Rock, TX (Owner): SCOPE: Furnish and install all materials, tools, and labor required for the following scopes of work 1. Time extension due to delays caused by weather: 10 days $0.00 - 12/1/18 — 12/31/18: 7 days - 1/1/19 — 1/31/19: 3 days - Note: A. Days noted are in addition to contracted weather days allowed B. Days do not include delays due to import material 2. Import material — Field 2 - Import up to 10,025 ton of approved fill material from Texas Crushed Stone $132,119.50 - Remobilization: $4,000.00 - Material: $6.33/ton - $63,458.25 - Trucking: $6.45/ton - $64,661.25 3. Import material — Site - Import up to 20,900 tons of approved fill material from Texas Crushed Stone $267,102.00 - Material: $6.33/ton - $132,297.00 - Trucking: $6.45/ton - $134,805.00 4. Field #2 - Excavate, Move and Recompact material on field 2 $19,351.00 - 1, 786cy 5. Deduct for remaining value of earthwork import per contract < $71,617 28 > "gITTE o IN PRIME CONSTRUCTION COMPANY, INC. 111t It,PCOUSACOM 20907 Mat -tin Ln Pnugervine, TX 78660 (office) 512.244.7799 (fav) 512.990.9886 6. Parking Lot Retention $10,516.00 - Storm Sewer: - Add 6" Concrete Trickle Channel: $6,696.00 - Deduct: 24" RCP: < $11,900.00 > - Deduct: Trench Protection: < $97,00 > - Parking Lot: - Concrete curb and gutter: $19,089.00 - Deduct Ribbon Curb: < $8,310.00 > -Additional excavation: $0.00 - Additional fill: $0.00 - Pond - Additional excavation: $5,038.00 -Additional fill: $0.00 7. Reuse Irrigation Tie -In < $6,750.00> - Credit: <$11,750.00> - Unused supply side labor, materials, equipment and manpower for the 4" Water Meter Vault Assembly including the vault. - Add: $5,000.00 - 6" direct wet connection - Mobilization - 6" WET Connect (Tie -In to Existing 6" Riser With 90 Bend) - 6" PVC Reclaimed Water - 4" PVC Reclaimed Water - 4" Gate Valve Subtotal: $ 350,721.22 OHP: $ 35,072.12 Change Estimate 02 Total: $ 385,793.34 Prime Construction Company Inc. i3 �� 2-21-2019 Brian Ritter Signature / Date Printed Name Y i Ln kD a m `0 NOS n N f vi +� ,n m X vi N :2 rn 0 c co d O .D O C co D N 2 O -W kn Ln � jj UD 10 m ko tA Ln Mx LA Ln rq M rn O u 0 C) co rl :3 N C2 0 CL m CL ........... O 0 LL. ul E C 0 u C 2 01 v %ZW ........... v E 0 cl C 41 m 0 t 0 OE '0 C `b 1111 11 CL f5 Ch j: 1 0 E S- 0 E b0 LA 'A tv y c I Sim to I cc Cn- th in m cc 0 tn m w . . . . . ............ ... .... .. . . ........ . . . .... . .. .... ........... . . ID u D u -6 u 210 0 u 0 ......... ... '0 L) ---------- . . . . ................. . ... ..................... ...... u ac v J.--.,— u u u ... ......... . ..... . . ..... .... . ..... —u c a m U u u L) Iu ........... . .. . .... . ............ 13 10 ... ..... ...... .............. . .......... Ln Ln Y In U a m to E `pm m x `^ x O -0 a m m O V o, m ct '+ o 0 0 0 N co v '-' r"cr v o LL c 0 0 i c 0 w a; V c I d c c V C 0 C 3 9 m � U d h r C: � C ✓ u d tl U