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