Loading...
HomeMy WebLinkAboutRES 92-045 I RESOLUTION WHEREAS, on April 9, 1991, City Council awarded Contract IV Sanitary Sewer System Improvements to Excavators & Constructors, Inc. The work performed under this contract includes the installation of 15,382 feet of 12" PVC pipe; and, WHEREAS, Change Order No. 1 decreased the size of the pipe from 16" to 12" with a corresponding decrease in cost; and, WHEREAS, Change Order No. 2 is to adjust "as-built" quantities of all bid items, pay for extra work necessary to cross Hillebrandt Road, and adjust the contract's construction period to reflect the approved time extension; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be, and he is hereby, authorized to execute Change Order No. 2 and make final payment in the amount of $28,772.57 to Excavators & Constructors, Inc. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 4z& day of 1992. - Mayor - �-ice 9a APPROVAL OF CONTRACT CHANGE Chance Order No, 2_& Final Date: January 30, 1992 Project: City of Beaumont: Contract. TV - Sanitary Sewer System Improvements Owner: City of Beaumont P. 0. Box 3827 Beaumont, Texas 77704 Contractor: Excavators & Constructors, Inc. 980 Lindbergh Beaumont, Texas; 77707 To The Owner: Approval of the following contract change is requested. Reason For Change: A. To adjust. the "as-built" quantities of all bid items that deviate from the original contract bid item quantities. B. To increase the contract amount: for "extra work" performed by the Contractor to bore and jack a steel casing under H.illebrandt. Road. C. To correct: the calculation error occurring in Change Order No, 1 . D. Adjustment of the contract's construction period to include the approved contract time extension. ORIGINAL. CONTRACT AMOUNT $ 575,605.00 AMOUNT OF PREVIOUSLY APPROVED CHANGE ORDER N0. &$ 173,125.00 TO'T'AL CONTRACT AMOUNT BEFORE THIS CHANGE ORDER $ 402,559.95 THIS CHANGE ORDER: A. Adjustment of the original contract bid item quantities to r.ef.lect the actual "as-built" quantities. Bid_Item_Nq_ Description Net. Change 12 Trench safety system for excavation over 5 ft. deep. . .; 1?_F,DUCT quantity by 2,540 L.F. @ $0,30/L.F. <-$ 762.00> 13 Special shorting as required for trench safety. . .; DELETE entire item, 1000 s.f. @ $3.00/s.f. <-$ 3,000.00> 17 Replacement of existing base & street surface, 6 inches compacted thickness of flexible limestone base. . .; ADD 15 S.Y. @ $22.65/s.y. -- q 339.75 18 Replacement of existing flexible base shell or limestone road. . .; DELETE entire item, 18 s.y. @ $13.00/S.Y. <-$ 234.00) 1 of 3 SCHAUMBURG & POLK, INC Engineers / Architects I a ' Bid_Item Ngo Description Nei._ Change 19 1-1/2 sacks of cement per cubl.e yard of clean sharp sand, as approved by the Engineer. . .; REDUCE quantity by 7.98 tons @ $17.85/Lon < $ 142.44) 23 12" sewer force main pipe, PVC C-900 DR-25 in open cut trench under natural ground, Improved driveways, dirt roads, asphaltic concrete roads,or drainage ditches, furnished & installed complete in place, all depths including 6 inch wide detectable tape; hydrostatic pressure testing; backfill; compaction; and surface restoration; REDUCE quantity by 249 L.F. @ $17.85/L.F. <-$ 4,444.65> 25 12" sewer force main pipe, PVC C-900 DR-25 bored arid jacked, furnished and .installed complete [n place, all depths including bore pats; backfilling; compaction; backpacking; hydrostatic pressure testing; and surface restoration. . .; REDUCE quantity by 33 L.F. @ $122.44/L.F. &$ 4,040.52> 27 12" x 11-1/40 D.I. fitting MJ, 30 mil polyurethane or polyethylene interior liner, furnished and Installed complete in place, all depths, in open cut trench including thrust blocking; backfill; compaction; polywrap; and hydrostatic pressure testing. . .; ADD 4 ea. @ $427.00/ea. $fi____],I�t3.00 ITEM A - TOTAL, REVISION TO CONTRACT AMOUNT <-$ 10,575.86> B. To increase the contract amount for "extra work" performed by the Contractor to bore and jack a steel casing under Hi lLebrandt Road. Net. Change The Contractor's letter dated July 7, 199.1 requested additional compensation to field modify the originally specified wet bore under H.i.11ebrandt Road. The Contractor attempted to construct this wet: bore, which failed due to saturated ground conditions and this area (ground) being previous 1110rubed by installation of oilflel.d pipelines. The Owner approved this request for additional compensation by their Engineer's letter dated July 19, 1991. Add Lump Sum Amount i$ 8,853.30 ITEM B - TOTAL REVISION TO CONTRACT AMOUNT +$ 8,853.30 C. To correct the calculaLion error. occurring In Item C of Change Order. No. 1 . Correct calculation error. in Change Order No. 1, Net: Change ITEM C - 'TOTAL, REVISION TO CONTTRACI' AMOUNT from $365,239.45 to read $365,239.45; REDUCE Item total by $54.00 ITEM C - 'DOTAL REVISION TO CONTRACT AMOUNT <-$ 54.00> D. Adjustment of the contract's construction period to :include the approved contract time extensions. 2 of :3 SCHAt1MWJRG & POLK, INC Engineers / Architects i CONTRACT TIME BEGAN - JUNE 10, 1.991 Original Contract: Time (Calendar Days) - 240 Days Original Contract Deadline -- January 5, 1992 Time extensions due to rainy or wet weather conditions are as follows: Rainouts and Mudouts Days June 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 1.8, 22, 23, 29, 30 of 1991 21 July 3, 4, 5, 6, 7, 8, 9, 1.0, 13, 14, 20, 21, 23, 27, 28 of 1991 15 Total 36 DAYS TOTAL CONTRACT 'TIME EXTENSION FOR THIS CHANGE ORDER NO. 2 & FINAL 36 DAYS REVISED CONTRACT DEADLINE - FEBRUARY 1.0, 1992 DATE OF SUBSTANTIAL COMPLETION - NOVEMBER 16, 1991 TOTAL REVISED COST THIS CHANGE: ORDER NO. 2 & FINAL <-$ 1,776.56> TOTAL REVISED CONTRACT AMOUN'T INCLUDING THIS _ CHANGE ORDER NO. 2 &-FINAL $ 400,783.39 CONDITION OF CHANGE: Contractor acknowledges and agrees that: the adjustments in Contract Price and/or Contract Time stipulated in this Change Order represent: full compensation for all increases or decreases in the cost: of, or the time required to perform the entire work under the contract, arising directly or indirectly from this Change Order and all previous Change Orders. Acceptance of this waiver constitutes an agreement between Owner and Contractor that: the Change Order represents an all inclusive, mutually agreed upon adjustment to the Contract, and that Contractor will waive all rights to file a claim on this Change Order after it is properly executed. Submitted by: Approved by: Accepted by: Schaumburg & Polk, Inc. t,xcav .or.s & C.iL of Bea none Consulting Engineers Cons t. uctors, Inc. Y y OWL Date: l - 30 -_cam_ Dai:e: Date: cc: Mr'. S. A. Webb, Director of Public Uti.Iitles, City of Beaumont Mr. Jerry Braxton, President:, Excavators & Constructors, Inc. UF:020g 3 of 3 SCHAUMBURG & POLK, INC Engineers / Architects