Loading...
HomeMy WebLinkAboutAgenda Report - June 20, 1991 (87).,.•CITY . • , • , WWWMMIN AGENDA TITLE: Contract Change Order #4 - White Slough Water Pollution Control .Facility Capacity Expansion Improvements 12751 N. Thornton Road MEETING DATE: June 19, 1991 PREPARED BY: Public Works Director RECOW-NDED ACTUX This item is for information only no action is required. BACKGROUND t4CFAIXTUN This information is being given to the City Council in accordance with the Contract Chanae Order Policy approved by Resolution 85-72. One of the requirements of this policy is that Ae inform the City Council of all change orders in excess of $25,000. Attached Contract Change Order #4, approved by the City Manager, was in the amount of $80,215 which is .83% of the contract. This Change Order includes modifications to the Headwork's inf', ;nt distribution box, the Headwork's Building, the Chlorine Building, and the Control Building; replacement of galvanized r i t hopper with a stainless steel grit hopper; rerouting of the electrical guct work; and other miscellaneous work �4 summary of the description of work is attached. The time of completion was not affected by this Change Order. Om item listed on the Change Order was caused by an error on the Engineers' and they have agreed to reimburse the City $11,243. The totai cost of all change orders to date including Change Order 64, is $269,225 or 2.8% of the contract. The original contract price was $9,681,218. The contract price including change orders is $9,950,443. FLS $300,000 was budgeted for change orders and other continaencies on the White Slough Water Pollution Control F i l i ty Expansioi Project. Ja k L. Rons o Pu is Works Director. Prepared by Sharon Blaufus, A/iminic iva Aecictant THOMAS A. PETERSON CITY OF ODI PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO. 4 Sheet_ of i Date May 9- 1993 Account No. 17-Z-410=60 PROJECT= White Slough Water Pollution Control Facilities E"" 1 Capacity Expansion Improvements CONTRACTOR:39trSougtlinetriWastnd Construction Co. MAY 2 0 1991 Salt Lake City, UT 84123< TY OF i You are directed to make the following changes or do the fol lowing�' rk ho` ` inc?ud6dT in the Plans and Specifications on this contract. Description of work to be done, estimate of qu'antities, and prices to be z paid. Specify whether additional work 1s at contract price, agreed- price, greedprice, or force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. DESCRIPTION CF WORK AND BACKUP DATA IS ATTACHED. Percent of Contract Original Contract Price ;4,681.218.00 Total Cost of This Change Order NOT TO EXCEED $ 80-21S-00 o -R3 Previous Change Orders 189,010.00 Total Cost of All Change Orders to Date 269.225-00 -2.8 x Contract Price, Including A11 Change Orders, will be: $9.950443.OD Time of completion will be adjusted as follows: No chance to the Contract -Time. ----- ----- --�{------------------------- -- Submitted_ 8y '- 1 tlt ':6s\/ Date ; iS Approval Recommen a Date Approved, P lic Wonireec,tpr Date -%, --ii Approved y na*err lfrgr of $5,000.Gr 10'c each CCO or 2 total CCOs Date %30, er The undersigned contr�'o�;aialeng carefully considered the change proposed, agrees, if this proposal is approved, to provide all equipment, furnish all materials, except as otherwise noted above, perform all services necessary for the work above specified, and accept as full payment the prices shown above. ACCEPTED: Date ( � '�-� ��� � Contractor N-Ul s 1L Title Pc-Pect Roti t mi - if the Contractof does not sign acceptance of this order, the Contractor should refer to the General Conditions regarding filing a written protest within the specified time. Ml i 1 BLACK & VEATCF MEMORANDUM Lodi, C lif rni B&V Project 16390.400 White S ough Water Pollution B&V File 1.5, 9.4 April 26, 1991 CaFREtfoylEx��d�i I Improvements TO: Jack Roinsko, Public Works Director, City of Lodi FROM: Vincent R. Miller, Black & Veatch SUBJECT: Change Order No,4, Description of Work and Backup Dai A brief summary of descriptions and cost is listed below. $AFAR€ttitAb XIGF9s@4nffit-3?uc%Rq;rVBeJin work ink the5HJa81w8Qk' s influent distribution box, it was discovered that the concrete surface was being deteriorated by the corrosive The City requested a cost proposal to clean e existing concrete before any further structural damage was done. In the RFP's dated 7/24/90 and 9/13/90; B&V requested a cost proposal from the Contractor. The Contractor made 4 proposals and after further review by the Engineer and City personnel, a Quantum Polymorphic Resin System was chosen. Furthermore, the Contractor's proposal to reroute sewage, both domestic and ind strial, has been agreed to by the Ciq. The total cost or 0 is to be included in the Change Order as an to the Contract Price, with no change in the Contract Time. 2) Rh�uG�tyfinegHeelheda&ntbotHe Engineer submitteN ai�SFXg0dQted (9/12/90): to replace badly deteriorated steel doors and window frames at the Headwork Building. The Contractor's proposal of $18,400 is to be included in the Change Order as an increase to the Contract Price, with no change in the Contract Time. 3 ) Request for Proposal No.17 $ 824.00 In order to minimize the number of conduits exposed to view on the East side of the Cl. Building the Engineer submitted RFP No.17 to Alder Construction (10/17/90). The Contractor's final cost proposal of $824.90 has been reviewed by the Engineer, and is recommended for payment as an increase to the Contract Price, with no change in the Contract Time. Page 2 of 2 B&V Project 16390.400 B&V File 1.3, 9.4 4) Request for Proposal N6.18 $ 11,724.00 The Engineer requested a cost proposal from Alder Construction on 11/9/90 to add seven 1/0 cards at the Control Building, MIP, and PLC. These I/O cards had been omitted from the original contract and were required in order for the PLC to function properly, The cost of $11,724.00 is to be included in the Change Order as an increase to the Contract Price, with no change in the Contract The. 5) Request for Proposal No.27 $ 11,243.00 The Engineer requested a cost proposal from Alder Construction on 1/18/91, to replace the galvanized grit hopper with a stainless steel grit ho per. The cost of $11,243.00 is to be included in the Change Order as an increase to the Contract Price, with no change in the Contract Time. r G) Field Order No.18 $ 1,100.00 Conduit SPJ7, was incorrectly shown on the drawing as 2" diameter. FO N6.18, revised drawing No.E-17 conduit size from 2" to 2 1/2" at RSP -S3. The total cost of $1,100.00 is to be included in the Change Order as an increase to ' the Contract Price, with no change in the Contract Time. 7) Field Order No.19 $ 1 204.00 Underground electrical ductbank No.21 was rerouted due to unforeseen conditions. Psi additional 12" clearance between the existing 24" diameter air supply pipe to the aeration basin and the duct bank was required by the Engineer. This w i 1 1 allow for future enlargement of the air pipe and maintain a clear space between the electrical conduit and neat generated by the air pipe, The total cost of $1,204.00 is to be included in the Chanse Order as an increase to the Contract Price, with no -change in the Contract Time. The total cost of Change Order No. 4 w i 1 1 be an $80,215 Contract Price increase, with no change in the Contract Time. The accumulative Change Order price increase at this time, will be $269,225.00 (2.8%) . The original contract cost of $9,681,218 will increase to $9,950,443. Please c a 11 i f there are any questions or comments. VRM/ lw Enciosure cc. F. Forkas, C i t y of Lodi D. Ker).in, City of Lodi ti. FJ.oruc.a , slack & Veatch D. Fryer, Alder Construction