Loading...
BCRUA_R-11-03-23-7A RESOLUTION NO. R-11-03-23-7A WHEREAS, the Brushy Creek Regional Utility Authority, Inc. ("BCRUA") has previously entered into a contract ("Contract") with S.J. Louis Construction of Texas, Ltd for the Raw Water Pipeline Phase One—Contract No. 1 Project, and r WHEREAS, the BCRUA has determined that it is necessary to make 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 change said Contract in accordance with the attached Contract Change Order No. 4,Now Therefore BE IT RESOLVED BY THE BRUSHY CREEK REGIONAL UTILITY AUTHORITY, That the Board President is hereby authorized and directed to execute on behalf of the BCRUA, Change Order No. 4 to the Contract with S.J. Louis Construction of Texas, Ltd for the Raw Water Pipeline Phase One—Contract No. 1 Project, a copy of same being attached hereto as Exhibit"A"and incorporated herein for all purposes. The Board 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 23rd day of March, 2011. MITCH FyLLER-,Vc0dent Brushy Cre al Utility Authority ATTEST: John Cowman, Secretary Z:\BCRUA\Board Packets\Packet Documents\03231 I\Res.BCRUA Change Order#4 w-S.J.Louis-Raw WL Pipeline(00216909).DOC/rmc :e7Z BRUSHY CREEK REGIONAL UTILITY AUTHORITY A Par t n e r s h i p o f C e d a r Par k, L e a n der, a n d R o u n d R o c k CHANGE ORDER No. 4 DATE OF ISSUANCE: 02-18-11 EFFECTIVE DATE: OWNER: BCRUA CONTRACTOR: S.J.Louis Construction of Texas,Ltd. PROJECT: BCRUA Raw Water Pipeline Phase One—Contract 1 ENGINEER: Jacobs Engineering Group,Inc. The Contractor is hereby directed to make the following changes in the Contract Documents: Change Proposal Requests and Field Orders 1. Add 81 CF Low Slump Concrete, per Extra Unit Price Bid Item E.25 and 0.83 Day, per Extra Unit Price Bid Item E.27, for void encountered on October 20,2010,per November 10,2010 letter from S.J. Louis. ADD $22,370.00 2. Add for additional excavation for steel casing pipes, per Field Order#12 and November 22, 2010 letter from S.J. Louis. ADD $688.00 3. Add additional soil stabilization at downstream end of culvert crossing at Station 140+30, per Field Order#14 and CPR#17 from S.J. Louis, dated January 21, 2011. ADD $4,367.39 4. Add 40 LF of 18-inch RCT' and two 18-inch SET'S at Homeowner's Park driveway, per Field Order#16 and December 15, 2010 letter from S.J. Louis. ADD $1,800.00 5. Add the following Tree Planting within temporary construction easements, per Extra Unit Price Bid Items EA, E.10, E.15 and E.18. a. Add 19 1.5-inch Pecan Trees @$240.00 each b. Add 134 1.5"Live Oak Trees @$190.00 each c. Add 33 1"Yaupon Holly Trees @$145.00 each d. Add 72 1"Mountain Laurel Trees @$175.00 each ADD $47,405.00 TOTAL ADD $76,630.39 Page 1 Project:BCRUA Raw Water Pipeline Phase One—Contract 1 Change Order No.4 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIME: Original Contract Price: Original Contract Times: Substantial Completion(Days): 630 calendar days $ 19,371,138.19 Final Completion(Days): 730 calendar days Substantial Completion(Date): July 10,2011 Final Completion(Date): October 18,2011 Net(Decrease)from previous Change Orders Net change from previous Change Orders: No. 1 through No.3: Substantial Completion(Days): (20 calendar days) Final Completion(Days): N/A ($12,297.19) Substantial Completion(Date): June 20,2011 Final Completion(Date): October 18,2011 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion(Days): 610 calendar days $ 19,358,841.00 Final Completion(Days): 730 calendar days Substantial Completion(Date): June 20,2011 Final Completion(Date): October 18,2011 Net increase from this Change Order: Net increase this Change Order: 1 day Substantial Completion(Days): June 21,2011 $76,630.39 Final Completion(Days): October 18,2011 Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion(Days): 611 calendar days $19,435,471.39 Final Completion(Days): 730 calendar days Substantial Completion(Date): June 21,2011 Final Completion(Date): October 18,2011 RECOMMENDED BY: ACCEPTED BY: By: VJBy: e:% �_ •�4_�� ENGINEER CONTRACTOR Date: ti" l Date: g Z�Z--'2,1 RECOMMEND APPROVAL: MANAGEMENT REVIEW: By: , By: rCSiG Crti-f BCRUA Constructio Manager a BCRUA r Date: 2.1.7-1 111 Date: RECOMMEND APPROVAL: By: BCRUA Program Manager Date: !1 Page 2 S.J.LOUIS CONSTRUCTION OF TEXAS LTD. 9862 Lorene St.,Suite 200 210/340.9998 Office•210/340-9997 Fax San Antonio,TX 78216 Equal Opportunity Employer/Contractor November 10, 2010 Mr. Michael Thuss,P.E. Brushy Creek Regional Utility Authority 221 E. Main Street Round Rock,Texas 78664 Re: Brushy Creek Regional Utility Authority(BCRUA) Raw Water Pipeline,Phase One—Contract 1 Request for Change Order Mr. Thuss: On October 20, 2010 the SJ Louis pipe-laying crew encountered a cave at approximately 4:30 PM on the reference project. The following morning BCRUA provided a geologist to evaluate the cave and recommend mitigation measures. The provided geologist recommended filling the void with, concrete. Three (3) cubic yards of concrete was placed in the void. This void mitigation should be paid under Extra Unit Price Item E.25. This work was completed at approximately 2:30 PM on October 21, 2010, resulting in a total of 10 hours of down time associated with the void. This should be paid as 0.83 days under Extra Unit Price Item E.27. Please consider this letter a request for a change order to add these items to the contract. Item Description Unit Qty Unit Price Total No. E.25 Low Slump Concrete CF 81.0 $20.00 $1,620.00 E.27 Downtime Associated with Observation Day 0.83 $25,000.00 $20,750.00 of Voids and/or Flowing Water Total $22,370.00 Should you have any questions or require additional information, please do not hesitate to call. Regards, S.J.LOUIS CONSTRUCTION OF TEXAS LTD. Curtis A. Ostrander,P.E. Project Manager S J.LOUIS CONSTRUCTION OF TEXAS LTD. 9862 Lorene St.,Suite 200 2101340-9998 Office•2101340.9997 Fax San Antonio,TX 78216 Equal Opportunity Employer t Contractor November 22, 2010 Mr. Michael Thuss, P.E. Brushy Creek Regional Utility Authority 221 E. Main Street Round Rock,Texas 78664 Re: Brushy Creek Regional Utility Authority (BCRUA) Raw Water Pipeline, Phase One—Contract 1 Request for Change Order in Response to Field Order#12 Mr. Thuss: Field Order#12 (attached) was issued regarding the 20" steel casing to be installed under Trails End Road at Station 81+86 and Station 84+50. Please accept this letter as a claim for additional cost associated with the installation of the casing at a greater depth than that shown on the contract documents. The attached table shows the calculations for the additional excavation required to comply with Field Order#12. Based on a unit price of$15.00/CY for rock excavation, this leads to an additional cost of $688.00. Should you have any questions or require additional information, please do not hesitate to call. Regards, S.J.LOUIS CONSTRUCTION OF TEXAS LTD. ;,, Curtis A. Ostrander, P.E. Project Manager BCRUA Raw Water Pipeline Phase One-Contract I Additional Excavation for 20" Casing Calculation Station Original Revised Additional Additional Casing Elev. (East) Casing Elev. (W) Casing Elev. (East) Casing Elev. (W) Depth Volume 81+86 800.66' 800.66' 794.40' 800.30' 3.31' 29.4 CY 84+50 796.50' 796.50' 791.90' 797.40' 1.85' 16.4 CY Total 45.9 CY "1 :e7Z BRUSHY CREEK f=ield Order#12 — REGIONAL UTILITY AUTHORITY �J A f , �-[ar M>.1, laf+6 o.' a♦ n-wd feat 1 t Project Name:BCRUA Raw Water Pipeline,Phase One-Contract 1 ~Contractor; S.J.Louis Construction of Texas Ltd. Address: 9862 Lorene Street,#200' San Antonio,Texas 78216 Attn: Curtis Ostrander, P.E. Please make the following revisions to 20"steel casings shown on Sheet 0-5: Station 81+86 s i Revise flow line of 20"casing at west ROW to elevation 800,30. Revise flow line elevation at east and of 20"casing to.elevation 794.40, } ( Station 84+50 Revise flow line of 20"casing at west ROW to elevation 797.40. Revise flow line elevation at east end of 20"casing to elevation 791.90. At crossing under existing 30"DIP,backfill casing pipe trench with cement stabilized sand to 12"above top of 30"DIP. Backfill and encase the remaining portion of the casing pipe trench with sand to 12"above the top of the casing pipe. Please call if you have any questions or need additional information- i By:Glenn A.Bridge .E. Jacobs Engineering Group,Inc. Date:09-28-10 By: Michael P,Thuss,P,E. SCRUA Date:09-28-10 ._....... .._�__._�t Ir ' Acknowledged By:Curtis A,Ostrander, P.E. S,J,Louis nstr ctlon of Texas,Ltd, Date: &_�/-� I Proposal G n n-- !7 Project Name Proposal No. Date Raw Water Pipeline Phase One-Contract 1 2 1121111 Response Required By Transmitted By Mr. Glenn Bridges, P.E. Curtis A. Ostrander, P.E. Jacobs Engineering Group, Inc. Project Manager 2705 Bee Cave Road, Suite 300 Signature Austin,Texas 78746 DescLi tion of Change As requested this proposal addresses additional costs associated with soil stabilization at station 140+30. -Field - Order#14(attached) contains the full description of the.requested work; however, actual field dimensions vary slightly from specified dimensions. The original bid documents include an area of 15' X 26'to be stabilized with layers of 2"-4"crushed rock and 6"-18"rock rip rap. This proposal includes an area of 19'X 33'. The material quantities included are-the difference between bid documents and field measurements NOTES- -All work/materials not specifically described herein are excluded. Breakdown of Proposal Item Description Unit Qty. Unit$ Total Cost NEW ADDITIONAL SOIL STABLIAZATION AS DESCRIBED IN FIELD ORDER NO. 14 LS 1.00 $ 3,493.91 $ 3,493.91 SUBTOTAL $ 3,493.91 25%OH&P' $ 873.48 Net Contract Chang $ 4,367.39 REQUESTED ADDITIONAL CALENDAR DAYS 1 S.J.Louis Construction Action xc Les V.Whitman, S.J. Louis Construction of Texas, Ltd. SUMMARY SHEET-LABOR,EQUIPMENT,MATERIALS A B Hours Worked Rate Times iC r%"7` `':`i'`"!`` Benefit Benefit TOTAL Labor I Rate Total Total Hours ;:'' % Amount A+B JUAN LUNA CREW(CLEAN-UP CREW) ;;e:,.v.,..,.; JUAN LUNA $ 54.00 10.0 10.0 $ 540.OD "• •,..•,:.:.•,,,,1'_�: ; 59.90% $ 323.46 $ 863.46 Excavator Operator b 23-00 10.0 10.0 $ 230.00 -.'.. x ' 45.80% :__-F°i?i $ 105.34 $ 335.34 Tractor/Blade O for $ 15.00 10.0 10.0 $ 150.- :3 50.50% $ 75.75 $ 225.75 Laborer $ 15.00 10.0 10.0 $ 150.00 50.5D% $ 75.75 $ 225.75 Management f 'r Area Manager $' 85.00 I Project Manager S 65.00 wv .'-"°s;i;.v.:•.';k� .•: •: ... '-„n.. :w .. .:,._.-. ��-�,.,. .. ... .-........�.r.: '.,. . :,;;'#' •"a',-.a Q�� �;u,t, .., ... ,:., ...,.:...:,_ ..:.::::. •��$ 1,070.00a� * $ 1,650,30 ..: R..-:�__�,.:.:..�. .....:... ....:.Yt�f+....o„erk�..1 .,..��.:.......,::-- _...r, 15T.�+,- - -. ...,. .>.r_.....•__-._.'�'r�._,dc�•f?.. .. ..... :..., .� zrtt�i?�,�2 rua�R.:.; <r Hours Worked Rate Times TOTAL Equipment Rate Total Total Hours A CAT 416 TRACTOR/HO $ 35.73 10.0 10.0 $ 357.30 F BOX BLADE TRACTOR 5, 3t.73 10.0 a r1 h 357.30 10.0 $ 317.30 e 1+ t � $ 317.30 F250 TRUCK $. 13.51 10.0135.10app `tkk �,s j :..,x +' .'�'�: ..:�'=1; iJ: sr••...;7,,, -�r:.. =•:'}z . "�� l:£ 44 fes• :. -..� 10.0 t 135 10 ... .rte..•J��s,:�-;....'•-�.'� �'_a.#�.�.� .. � '.:;.`<"�•' �,H�1 .. .. -i.a.u .. . . ......... $ 809.70 i A Materials!Misc.Costs Wn Y-•atFS" n.J. TOTAL Vendor or item no. 5 t7NIT Description Quantify C _ �"�"�-I. - -~fir-✓' k• A M.E.RUBY $ 13.00 CY 6"-18"ROCK RIP RAP 17.65 $ 229.45 ;EK .p'ivs ` 'i $ 229.45 M.E.RUBY $ 1,1.00 CY 2"-4"FILTER ROCK 12.65 $ 194 15 'y. w« $ 194.15 TX ROCK HOUNDS $ 9.00 CY TOPSOIL 10.45 $ 94,05 $ 94.05 .d. GEO SOLUTIONS $ 19.60 SY TRUF REINFORCEMENT MAT(TRM) 26.34 $ 51'6.26 h+. J ;r''` ?::z`r.'*,' <';'+: $ 516.26 t�3aFr:.>. x�(?Aye.•_'-:r -y"yrv?�4�'�: `.-.i�`r.-p.'! ki: ��:rvJ...ai:h,.;'Si. $ F J $ $ $ - •f''`j! :3:.� .fuyt-'9. h� - _:,_ :!:„•«:;,._Ks_.;..:�rc.:..:r.f:•....:.•: -.: .::�.�:� :�i':'.. .. ......,.-�r_�X2�.. ..,.. ..,.. � 4, �.... .,. r'7�a,.�ua*,:.-:.. ,�..,.,.... .,'ii_ ,. $ 1 033 91 $ 1,033.91 • i:i� � S e .•Z .i: -.: .',:.♦ ,..J� ."k, :.:. .,r.. :�� / :.... ��..tA1 CYJ..- ..-. ..,v....:, ...Fr2 ��wr.'�,�.. .�,. : �� .. -„r _, •:rz._,,1.„ R§.. ,..I ... .":. r -4�-.s.. ,ase TOTAL COST $ 3,493.91 4' . :eOMBRUSHYCREEK Field Order#14 REGIONAL UTILITY AUTHORITY A pa rtn er ah ip of Cedar park. Lt•n d— ,,d R,r.4 R—k. Project Name: BCRUA Raw Water Pipeline, Phase One—Contract 1 Contractor: S.J. Louis Construction of Texas Ltd. Address: 9862 Lorene Street, #200 San Antonio,Texas 78216 Attn: Curtis Ostranders P.E: _ __ ..._ __ The following restoration requirements at the downstream end of the culvert crossing at Station - -- 140+30 were-discussed-at-a-site visit heldonOctober 12,-2010: - ---- - -- --- Photos#1 through #4: Item"A"denotes area where soil shall be added over rocks to fill voids and begin the conversion to a re-vegetated slope. Final topsoil shall be placed on top of the slope and anchored with TRM. Item "C".denotes area where additional 12"— 18" rocks should be placed at the toe of the slope and below the pipeline drain outlet. Photos #6 through #8: Roadside ditch on east side of Trails End Road upstream from culvert crossing at Station 140+30. Item"B-1"denotes installation of rock sills at every other joint of the matting. Note: Install B-1 sill and observe how it functions during a rain event. If necessary, install additional sills at every other joint in the matting, as denoted by Items B-2 through B-5. Sills shall be installed by opening a joint of TRM and digging a slot approximately 18: deep x 247 wide x 5'across. Fold TRM wings into the slot and place 1-12" rock in the bottom and 2-12" rocks on top. Infill entire sill with smaller 3"—6" rocks. Rock sills shall extend approximately 6"—8"above the invert of the ditch. Please call if you have any questions or need additional information. By: Glenn A. Bri s, P.E. Jacobs Engineering Group, Inc. Date: 11-01-10 By: Michael F. Thuss, P.E. BCRUA Date: Acknowledged By: Curtis A. Ostrander, P.E. S.J. Louis Construction of Texas, Ltd. Date: r � r�� �} It ✓ � � �,,e � x r��{c�l __..�... _ ,... .. "i� ,r ter✓ � i�, k T8 �.; a .." ! �:� ' � x ,)yr, ' !j G� -°� '!'✓3rd-q"� �b'Y`�,i�7��,.a�•�K ,, � n , i y 1 n y •'� •�, rr I r t � r : '� 1I4 Z4q Et t FSj �l V " ef r= • pY a , [��e'•�.4 '�'• - C �' � �R,r�:' R' Pr i tu._ 5�; � �3 3 F¢�p•Sc xr �c..,tr, �s',dv= �,;'. �� i r, 1` a� � ..r*. r.1 :£.r,` � t� i 9'R''•eF Ik+«1 �q,,r i� � .. ... � ��. r- f r"• _4" .� '�t! �`" ?n '.ti �g „1 „rl d � 1` ��r, � . � 1'� r air'��" �� 7 'S, i'�. a$. �'•'i � 1�? i.i,..+1 ya. -ny' G'`� .� �L�«*` d.r ..?�i•~ -.� �, _ . FTj• t,. ,y-i-.` ir�tr"° s �x"�tdr'i f p rl iIM . ''A' fF -�, t. y{� t�'�L ! J,tib• ... j'� iI 'k"��11� i , -.� T.t�� +�■ ^ �OT� T �`` tl*s4S!'' � _•t(4 �'yr-j w.- � 'qt' � "i, h s � No Text � Al, Mai a• yy'4:4 y •:t!` ��1, �� , �1'.SE iii � � �,4 � ;`t h-�Lt [h, -i � � �r.i +� ( y�Q'`(,fq'lr 91 .1!' ��p• � ,�' . C9� y' 9. f 4 Yr 1 a c 1 , r - 7 ,: + Yt_ � :4`S., '� � .-♦ � �'ir, 7 ' f t i�� t x}A��'{`��-�;�`k,, I I'1 1 t 1, Fiji r k � r •� 7Z,Y r� r.i,1. ? n Kr� -� P yl� - 4 it�,�§y F-..'_ �__ :. .- •: .. 4� �, r;�4+rti Ij ` ".�7y ,tr- +r. rYjty:S��i�!t•F �,,y�- ., ... ..... �s ��t� =..� ad'tX•� rt 4. '�F Ft�hat7r...3�Flj��a t t� 4 �ra'ff "JA it ft�}t»#f r.{g rya�i�Sl.�r�(lid' `��-fi i,ja)tt��l *� '�J�t�►>- ..i 1l t.:,,_.�{tt ...'.,� � ���- � t•, � (',;�,f"y� .:�r��P�1jr:,d.''`1'Lt, ) ,y F �i{ F i � � .,. ,.w ._ ... q F t1 W :. ,i eta �1 �. n I!� At�i� F t�l..�5r,Y �d✓•�;E j4Jti, '� r t f�1 .. �. - � � � vi, J •, ro � 'fir J #rt "{. 1 J I J✓ 1 I t' ,r;r ii .vfit �•h Sri -� � � � 1. - I � 1 r SJ.LOUIS CONSTRUCTION OF TEXAS LTD. 9862 Lorene St.,Suite 200 210/340-9998 Office•2101340-9997 Fax San Antonio,TX 78216 Equal Opportunity Employer I Contractor December 15, 2010 Mr.Michael Thuss,P.E. Brushy Creek Regional Utility Authority 221 E. Main Street Round Rock, Texas 78664 Re: Brushy Creek Regional Utility Authority (BCRUA) Raw Water Pipeline,Phase One—Contract 1 Request for Change Order in Response to Field Order#16 Mr. Thuss: Field Order#16 (attached) was issued regarding the reconstruction of Trails End Road. Please accept this letter as a claim for additional cost associated with the additional work as detailed below. The field order states that the addition of a new 18-inch RCP culvert under the Homeowner's Park driveway will be paid at the unit price established in the contract documents, $20.00/LF. Based on the length of the existing metal pipe under the driveway, approximately 40 LF of 18-inch RCP will be needed. The two 18-inch SETs, if required would also be paid at the unit price established in the contract, $500.00 each. This brings the total cost for the culvert under the Homeowner's Park driveway to $1,800.00. T4w_eu,avation of a shallow roadside ditch in the locations detailed on the Field Order is additional exc Oen of included in the contract documents and should also be paid at the unit price established int onua $15.00/CY. The attached cross-sections contain N 1k the calcuations used to determine the approxi to itional excavation which totals 817 / CY. This results in $12,255.00 of additional cost for excava �dside ditches. The total additional cost to the project associated with Field Order 16 is$14,055.00. Should you have any questions or require additional information, please do not hesitate to call. Regards, S.J. LOUIS CONSTRUCTION OF TEXAS LTD. .V- -- Curtis A. Ostrander, P.E. Project Manager ® BRUSHY CREEK Field Order#16 REGIONAL LMUTY AUTHt�W17 w lir t��nfb •r GoO t ut✓fgllir, nill�•ni Roof Project Name: BCRUA Raw Water Pipeline, Phase One—Contract 1 Contractor: S.J. Louis Construction of Texas Ltd, Address: 9882 Lorene Street,0200 San Antonio,Texas 78216 Attn: Curtis Ostrander, P.E. €ackomu Since reconstruction of Trails End Road has now started,recent discussions in the field have raised questions regarding final grading within the right-ol-way. Note 10 under"Pipe Installation,Testing and Final Pavemenr on Sheet E-1 states:"..,Grade compostftopsoll material to final contour elevations A speciflo grading plan showing final contour elevations was not included in the contract drawings,with the exception of the ditch Improvements on the west side o1 Trails End Road,from approximately Station 22+00 to the south end. Ditch and culvert elevations for this section of the right-of-way,along with typical cross-sections, are shown on Sheet C-39, Original ground elevations within the entire right-of-way are shown on the pipeline plan and profile sheets, The proposed typical section on Sheet R2 shows typical requirements for final grading within the right-of-way. The section shows that final grading Is to slope away from the edge of pavement at a maximum of 4:1 to the original ground elevation. Where a roadside ditch originally existed,the back slope of the ditch is also shown to be sloped at a maximum of 4:1. Where no roadside ditch originally existed,the typical section shows that final grading is to slope away from the edge of pavement at a maximum of 4:1 to the original ground,elevation. However,the field discussions have pointed out that sloping away from the edge of pavement where the proposed roadway profile Is lower than the adjacent existing ground elevation will require excavation of a shallow roadside ditch,where no roadside ditch originally existed. In addition,certain locations within the right- of-way may require deviations from the maximum 4:1 slope requirements shown on the proposed typical section on Sheet R2. Field Order This field order provides clarification for final grading at certain locations within the Trails End Road right-of-way, and notes certain exceptions to the requirements shown on the proposed typical section on Sheet R2. East side of Tralfs End Road 1.From approximately roadway Station 3+80 to the Homeowner's Park driveway at approximately Station 1+50, slope away from pavement at 4:1 and grade a new roadside ditch to the south. Install a new 18-Inch RGP culvert under the Homeowner's Park driveway. Back slope of roadside ditch shall be approximately s:1,from ditch flow line back up to original ground elevation. Note:This is the area where Trails End Road was widened on the east side to allow traffic access In the vicinity of the south end of the pipeline. Payment for the additional culvert will be per the unit price item included in the agreement. 2, ping away from the edge of pavement at the following approximate roadway stations will require axca n df a shallow roadside ditch,where no roadside ditch originally existed; (a)stat 10+50 to 113+00 {b)Station 1 i��00 (c)Statkon 141+ 4e+50 The horizontal location--ofthe shallow ditch within the tight-of-way may vary from approximately 12'to 20'off the east right-of-way,dependin �on the Station, Coordinate with Jacobs and D.L.Dial as required. Mow line elevatlons of the ditch shall bebased on an approximate 5%slope away f ram the edge of pavement. See enclosed typical cross sectlons. West side of Trails F-rrd Road 1.At the following approximate roadway stations, slope away from edge of pavement will be steeper than 4:1: (a)38+50 to 40+50 PIA A (b)57+50 (c) 103+00 2.Sloping away from the edge of pavement at the following approximate r adway stations will require excavation of a shallow roadside ditch, where no roadside ditch originally extAd: (a) 119+00 (b) 145+00 (0) 152+00 to 159+00 The horizontal location of the shallow ditch within the right-of-way may vary from approximate 2'to 20'off the east right-of-way,depending on the Station. Coordinate with Jacobs and D.L.Dial as required. Nne elevations of the ditch shall be based on an approximate 66/a slope away from the edge of pavement. ee enclosed typical cross sections. Please call if you have any questions or need additional Information. By:Glenn A. BrIdops, PE Jacobs Engineerfrrg Group, Inc, Date: 12-06-10 F By:Michael F.Thuss, RE, scRUA 1� Date: Acknowledged By: Curtis A.Ostrander, P.E. S.J.-Louis O CID n of Texas, Ltd. Date: j� „� SJ.LOUIS CONSTRUCTION OF TEXAS LTD. 9862 Lorene St.,Suite 200 210/340-9998 Office•2101340-9997 Fax San Antonio,7X 78216 Equal Opportunity Employer I Contractor December 15,2010 Mr. Michael Thuss, P.E. Brushy Creek Regional Utility Authority 221 E.Main Street Round Rock,Texas 78664 Re: Brushy Creek Regional Utility Authority (BCRUA) Raw Water Pipeline, Phase One—Contract 1 Request for Change Order in Response to Field Order#16 Mr.Thuss: Field Order #16 (attached) was issued regarding the reconstruction of Trails End Road. Please accept this letter as a,claim for additional cost associated with the additional work as detailed below. The field order states that the addition of a new 18-inch RCP culvert under the Homeowner's Park driveway will be paid at the unit price established in the contract documents, $20.00/LF. Based on the length of the existing metal pipe under the driveway, approximately 40 LF of 18-inch RCP will be needed. The two 18-inch SETS, if required would also be paid at the unit price established in the contract, $500.00 each. This brings the total cost for the culvert under the Homeowner's Park driveway to $1,800.00. The excavation of a shallow roadside ditch in the locations detailed on the Field Order is additional excavation not included in the contract documents and should also be paid at the unit price established in the contract, $15.00/CY. The attached cross-sections contain the calcuations used to determine the approximate additional excavation which totals 817 CY. This results in $12,255.00 of additional cost for excavation of roadside ditches. The total additional cost to the project associated with Field Order 16 is $14,055.00. Should you have any questions or require additional information,please do not hesitate to call. Regards, S.J.LOUIS CONSTRUCTION OF TEXAS LTD. Curtis A. Ostrander, P.E. Project Manager C&72 BRUSHY CREK Field Order#16 REGIONAL UTILITY AUTHORITY � Nreen►,� e!•Ce1er are.-l.a■e.r, .neee.no 4eof Project Name: BCRUA Raw Water Pipeline, Phase One--Contract 1 Contractor: SJ. Louis Construction of Texas ltd. Address: 9862 Lorene Street,0200 San Antonio,Texas 78216 Attn: Curtis Ostrander, P.E. Backotound Since reconstruotion of Trails End Road has now started,recent discussions in the field have raised questions regarding final grading within the right-of-way, Note 10 under"Pipe Installation,Testing and Final Pavement"on Sheet E-1 states:°...Grade compostltopsoi material to final contour elevations A spedf to grading pian showing final contour elevations was not included in the oontmot drawings,with the exception of the ditch improvements on the west side of Trails End Road,from approximately Station 22+00 to the south end. Ditch and culvert elevations for this section of the right-of-way,along with typical cross-sections, are shown on Sheet G-39. Original ground elevations within the entire right-of-way are shown on the pipeline plan and profile sheets. The proposed typical section on Sheet R2 shows typical requirements for final grading within the right-of-way. The section shows that final grading Is to slope away from the edge of pavement at a maximum of 4:1 to the original ground elevation. Where a roadside ditch originally existed,the back slope of the ditch is also shown to Be sloped at a maximum of 4:1, Where no roadside ditch originally existed,the typical section shows that final grading is to slope away from the edge of pavement at a maximum of 4:1 to the original ground elevation. However,the field discussions have pointed out that sloping away from the edge of pavement where the proposed roadway profile is lower than the adjacent exlsting ground elevation will require excavation of a shallow roadside ditch,where no roadside ditch originally existed. In addition,certain locations within the right. of-way may require deviations from the maximum 4.1 slope requirements shown on the proposed typical section on Sheet R2. Feld Order This field order provides clarification for final grading at certain locations within the Trails End Road right-of-way, and notes certain exception$to the requirements shown on the proposed typical section on Sheet R2. East side of Tra17e End Road 1.From approximately roadway Station 3+80 to the Homeowner's Park driveway at approximately Station 1-x50, slope away from pavement at 4:1 and grade a new roadside ditch to the south. Install a new 18-inch RCP culvert under the Homeowner's Park driveway. Back slope of roadside ditch shall be approximately 31,from ditch flow line back up to original ground elevation. Note:This is the area where Trails End Road was widened on the east side to allow traffic access In the vicinity of the south end of the pipeline. Payment for the additional culvert will be per the unit price item included in the agreement. 2.Sloping away from the edge of pavement at the following approximate roadway stations will require excavation of a shallow roadside ditch,where no roadside ditch originally existed: (a)Station 110+60 to 113+00 (b)Station 131+00 (o)Station 141+00 to 148+50 The horizontal location of the shallow ditch within the right-of-way may vary from approximately 12'to 20'off the east right-of-way,depending on the,Station. Goordinate'with Jacobs and D.L.Dial as required. Flow line elevations of the ditch shall be based on an approximate 5°/a slope away from the edge of pavement. See enclosad typical cross sections. West side of Tralle End Road 1.At the following approximate roadway stations, the slope away from edge of pavement will be steeper than 4;1; ' (a)38+50 to 40+50 (b)87+50 (c)143+00 2.Sloping away from the edge of pavement at the following approximate roadway stations will require excavation of a shallow roadside ditch,where no roadside ditch originally existed: (a) 119+00 (b) 146+00 (c) 162+00 to 159+00 The horizontal location of the shallow ditch within the right-of-way may vary from approximately 12'to 20"off the east right-of-way,depending on the Station. Coordinate with Jacobs and D.L.Dial as required. Flow line elevations of the ditch shall be based on an approximate 611/o slope away from the edge of pavement. See enclosed typical cross sections. Please call If you have any questions or need additional information. By:Glenn A. Brid s, P.E. Jacobs Engineeri 9 Group, Inc. Date: 12-46-10 By.Michael F.Thuss, P.E. BGFiUA �� Date: Acknowledged By:Curtis A.Ostrander, P.E. S.J.Louis Ca ct` n of Texas, Ltd. Date: -fZ, �✓D �I ttt aiT .:yJJ 1 tG,'�+s"fi •' of g11�'ri� t �� �z�� �.,.x.,,�tr ��r;�:,.:tl-� ,.z ---�; td S�zi' � -t,: 4�Wt Y�:- +5 rt,-:'9n' Si ,a^ r��� t e ( , t i I ( 3 • 1 �I g I WT 12 ------ _ _ ......_. ,x CA pt 0 ao� . CROSS SECTIONS o � TRAILS END ROAD �rt�4u ,yf•„� k � h.y � 'iFP �, rr �r - __ ' .!GY � ta„� �y,r.. �. a �f 4,y�h�.6y id's ti {.� i � .• , .. t , Ul MIS t _ _...7 R.01 CROSS SECTIONS . � � ::TRAILS .:END ROAD.