Loading...
R-2015-2138 - 1/8/2015 RESOLUTION NO. R-2015-2138 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with SKE Construction, LLC for the Greenslopes A/C Waterline Replacement—Phase III-B 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 SKE Construction, LLC for the Greenslopes A/C Waterline Replacement — Phase III-B 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 8th day of January, 2015. 0/Th A_------- ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: 201/ • A-Ulla—. SARA L. WHITE, City Clerk 0112.1504;00326722 EXHIBIT Pagelof5 Contract Quantity Adjustment/Change Order „A» t rev,06/12 Department: Utilities&Environmental Services Project Name: Greenslopes A/C Waterline Replacement Project-Phase III-B Date: 12/10/14 City Project Change Order/Quantity ID Number GAC3B Adjustment No. QA#1 Justification Additional 12-inch replacement was needed on School Days,and the City decided to enlarge all the piping in the coves to 6"by open cut. Quantity Adjustments were also made to the original number of valves and the number of fire hydrants. SUMMARY Amount %Change Original Contract Price: $1,340,723.00 Previous Quantity Adjustment(s): This Quantity Adjustment: $185,487.00 Total Quantity Adjustment(s): $185,487.00 Total Contract Price with Quantity Adjustment(s): $1,526,210.00 0.00 Previous Change Order(s): This Change Order: 0.00 Total Change Order(s)To Date: $0.00 0.00 Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s)Plus Change Order(s)]: $1,526,210.00 Difference between Original and Adjusted Contract Prices: $185,487.00 Original Contract Time: 180 Calendar Days Time Adjustment by previous Quan.Adj./Change Order: 0 Calendar Days Time Adjustment by this Quan.Adj./Change Order: 0 Calendar Days New Contract Time: 180 Calendar Days _Submitted for Approval Prepared By:_ ' r• Shelly A.Eberhart Pres/CEO SKE Construction,LLC 12/10/14 Signature i Printed Name,Title,Company Date /: pprovals 01 Contractor: �_ Shelly A.Eberhart Pres/CEO SKE Construction,LLC 12/10/14 Signature Printed Name,Title,Company Date City Project di Manager: / titer AP� l2.��o.iL ignat a Printed Name,Title Date Mayor/City Manager: Signature Printed Name,Title Date Page 2 of 5 " -.— Contract Quantity Adjustment/Change Order rev.06/12 Project Name: Greenslopes A/C Waterline Replacement Project-Phase III-B Quan.Adj./Change Order No.: QA#1 Change Order Data Contract Time Adjustment Item# Item Description Unit Qty. Unit Price Amount (Days) $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 $0.00 TOTALS: $0.00 0 Page 3 of 5 Contract Quantity Adjustment/Change Order rev,06/12 Project Name: Greenslopes A/C Waterline Replacement Project-Phase III-B Quan.Adj./Change Order No.: QA#1 Quantity Adjustment Data Contract Time Adjustment Bid Item# Item Description Unit Qty. Unit Price Amount rnavcl Coordinate&perform location&marking of all buried existing utilities prior to commencing work(example:buried cables,fiber optics,gas lines, etc.)Perform pre-chlorinated pipe bursting of existing 6"asbestos cement waterline,replace with 6"HDPE DR11 waterline complete, including excavations,backfill,hydrostatic pressure testing,post-bursting closed circuit TV inspection of all sanitary sewer lines as described in Attachment A of Section 01000(Technical Specifications),replacement or repair of mailboxes,fencing,landscape&irrigation systems with re- 2 vegetation(sod) LF 340 $ 53.00 $18,020.00 Coordinate&perform location&marking of all buried existing utilities prior to commencing work(example:buried cables,fiber optics,gas lines, etc.)Perform pre-chlorinated pipe bursting of existing 8"asbestos cement waterline,replace with 8"HDPE DR11 waterline,complete, including excavations,backfill,hydrostatic pressure testing,post-bursting closed circuit TV inspection of all sanitary sewer lines as described in Attachment A of Section 01000(Technical Specifications),replacement or repair of mailboxes,fencing,landscape&irrigation systems with re- 3 vegetation(sod) LF -15 $ 58.00 -$870.00 Coordinate&perform location&marking of all buried existing utilities prior to commencing work(example:buried cables,fiber optics,gas lines, etc.)Perform pre-chlorinated pipe bursting of existing 12"asbestos cement waterline,replace with 12"HDPE DR11 waterline,complete, including excavations,backfill,hydrostatic pressure testing,post-bursting closed circuit TV inspection of all sanitary sewer lines as described in Attachment A of Section 01000(Technical Specifications),replacement or repair of mailboxes,fencing,landscape&irrigation systems with re- 4 vegetation(sod) IF 657 $ 75.00 $49,275.00 Coordinate and perform location and marking of all buried existing utilities prior to commencing work(example:buried cables,fiber optics, gas lines,etc.)Perform pre-chlorinated pipe bursting of existing 2" (UNKOWN material)water line,in 3 different cul-de-sacs,replace 2" HDPE DR 9 water line,complete including excavations,backfill, hydrostaticn pressure testing,post-bursting closed cicuit TV inspection of all sanitary sewer lines as desctibed in Attachment A of Section 01000 (Technical Specifications),replacement or repair of mailboxes,fencing, 5 landscape and irrigation systems with re-vegetation(sod) LF -277 $ 45.00 -$12,465.00 Coordinate and perform location and marking of all buried existing utilities prior to commencing work(example:buried cables,fiber optics, gas lines,etc.)Perform open cut replacement of existing 2"water line, replace with 2"HDPE DR9 water line,complete,including excavations, backfill,pavement repair according to and seperate from Bid Item#47, hydrostatic pressure testing,Disinfection according to TCEQ regulations, replacement or repair od mailboxes,fencing,landscape and irrigation 6 systems with re-vegetation(sod) LF 514 $ 210.00 $107,940.00 Page 4 of 5 Contract Quantity Adjustment/Change Order rev,06/12 Coordinate and perform location and marking of all buried existing utilities prior to commencing work(example:buried cables,fiber optics, gas lines,etc.)Perform pre-chlorinated pipe bursting of existing 4" (UNKOWN material)water line,replace 4"HDPE DR 11 water line, complete including excavations,backfill,hydrostaticn pressure testing, post-bursting closed cicuit TV inspection of all sanitary sewer lines as desctibed in Attachment A of Section 01000(Technical Specifications), replacement or repair of mailboxes,fencing,landscape and irrigation 7 systems with re-vegetation(sod) LF -91 $ 50.00 -$4,550.00 Furnish&Install long dual service,including,1 1/2"service saddle(epoxy coated with dual SST bands),1 1/2"Ford,or approved equal,brass corp stop,1 1/2"polyethylene DR9 water service tubing,1 1/2"x3/4"MIP Ford or approved equal U-Branch, 2 3/4"x5/8" FIT Ford or a approved equal 11 locking angle stops,as per Detailed Drawing No.WT-04 EA 28 $ 950.00 $26,600.00 Furnish&Install short dual service,including,1 1/2"service saddle (epoxy coated with dual SST bands),1 1/2"Ford,or approved equal, brass corp stop,1 1/2"polyethylene DR9 water service tubing,1 1/2"x3/4"MIP Ford or approved equal U-Branch, 2 3/4"x5/8" FIT Ford or a approved equal locking angle stops,as per Detailed Drawing No.WT- 12 04 EA 34 $ 875.00 $29,750.00 Furnish&Install Short Single service,including,1"service saddle(epoxy coated with dual SST bands),1"Ford,or approved equal,brass corp stop, 1"polyethylene DR9 water service tubing,1"x 5/8"Ford or approved 14 equal,locking angle stops,as per Detailed Drawing No.WT-02 EA -2 $ 775.00 -$1,550.00 Furnish&Install long dual service,including,2"service saddle(epoxy coated with dual SST bands),2"Ford,or approved equal,brass corp stop, 2"polyethylene DR9 water service tubing,2"x 1"Ford or approved equal,wye,2-1"x 5/8"Ford or approved equal,U-branches,4-5/8" Ford or approved equal,locking angle stop,as per Detailed Drawing No. 15 WT-04 EA -24 $ 1,350.00 -$32,400.00 Furnish&Install short dual service,including,2"service saddle(epoxy coated with dual SST bands),2"Ford,or approved equal,brass corp stop, 2"polyethylene DR9 water service tubing,2"x 1"Ford or approved equal,wye,2-1"x 5/8"Ford or approved equal,U-branches,4-5/8" Ford or approved equal,locking angle stop,as per Detailed Drawing No. 16 WT-04 EA -18 $ 1,250.00 -$22,500.00 Furnish&Install Long Single service,including,2"service saddle(epoxy coated with dual SST bands),2"Ford,or approved equal,brass corp stop, 2"polyethylene DR9 water service tubing,2"x 11/2"Ford or approved equal reducer,1 1/2"x 1"Ford or approved equal locking angle stop,as 17 per Detailed Drawing No.WT-02 EA -2 $ 1,250.00 -$2,500.00 Remove&Replace existing 8"in-line gate valve with Clow,or approved 19 equal EA -12 $ 600.00 -$7,200.00 Remove&Replace existing 6"in-line gate valve with Clow,or approved 20 equal EA -10 $ 500.00 -$5,000.00 Remove&Replace existing 12"in-line gate valve with Clow,or approved 21 equal EA -3 $ 700.00 -$2,100.00 24 Rock Berms to compliment filter dikes at drainage channels LF -35 $ 19.00 -$665.00 Furnish&Install 3/4"Bronze non-rising stem gate valve,box gelid (property owner's cut-off valve assy outside meter box),as directed by 25 inspector EA -26 $ 10.00 -$260.00 Install plastic double meter box,as directed by Inspector,as per Detail 26 Drawing No.WT-04 EA -8 $ 200.00 -$1,600.00 Install plastic single meter box,as directed by Inspector,as per Detail 27 Drawing No.WT-02 EA -19 $ 150.00 -$2,850.00 Furnish&Install Clow,or approved equal,Fire hydrant and Assembly,as 28 per Detail Drawing No.WT-05,as directed by Inspector EA 9 $ 4,000.00 $36,000.00 Furnish&Install 6"Clow gate valve,including boot,riser,lid,&concrete 29 collar,as per Detail Drawings WT-11&WT-06 EA 8 $ 700.00 $5,600.00 Furnish&Install 8"Clow gate valve,including boot,riser,lid,&concrete 30 collar,as per Detail Drawings WT-11&WT-06 EA 1 $ 1,250.00 $1,250.00 Page 5 of 5 .11, _. Contract Quantity Adjustment/Change Order re,,,06/12 Furnish&Install 12"Clow gate valve,including boot,riser,lid,&concrete 31 collar,as per Detail Drawings WT-11&WT-06 EA 8 $ 1,800.00 $14,400.00 32 Furnish&Install 6"SDR 26 PVC Sewer service piping LF -100 $ 1.00 -$100.00 33 Furnish&Install 6"Wastewater Clean-out Assy(non-paved surface) EA -5 $ 10.00 -$50.00 Traffic Control Plan by Contractor,signed&sealed by Registered 34 Professional Engineer in Texas LS -1 $ 2,200.00 -$2,200.00 36 Remove&Replace concrete curb&gutter LF -12 $ 25.00 -$300.00 Perform Type"C"Hot Mix Asphaltic Cement(HMAC)road repair using 37 approved HMAC layout machinery TON -65 $ 155.00 -$10,075.00 Perform concrete sidewalk repairs.Repairs shall be performed as per 38 Detail Drawing No.ST-01, SF 543 $ 9.00 $4,887.00 Perform concrete Pedestrian ramp repairs,complying with ADA 39 regulations,Matching existing style EA -2 $ 500.00 -$1,000.00 Perform concrete driveway repair as per Detail Drawing No.S-02. 40 Approximately 216 s.f.each,complying with A.D.A.standards, EA 1 $ 2,000.00 $2,000.00 TOTALS: S185,487.00 0