Loading...
HomeMy WebLinkAboutRES 23-193RESOLUTION NO. 23-193 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: WHEREAS, on April 27, 2023, two (2) bids were received for the Pine Street 48- Inch Raw Water Line Project; and, WHEREAS, ALLCO, LLC, of Beaumont, Texas, submitted a bid in the amount of $29,191,513.63 to complete the work and materials for the Pine Street 48-Inch Raw Water Line Project as shown in Exhibit "A," attached hereto; and, WHEREAS, the City Council is of the opinion that the bid submitted by ALLCO, LLC, of Beaumont, Texas, is the lowest responsible bidder providing services at the best value to the City and should be accepted; and, WHEREAS, Change Order No. 1, in the amount of ($8,952,535.65), is required to modify the work and materials, thereby decreasing the total contract amount to $20,228,977.98; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the statements and findings set out in the preamble to this resolution are hereby, in all things, approved and adopted; and, THAT the City Council hereby approves the award of a contract to ALLCO, LLC, of Beaumont, Texas, in the amount of $20,228,977.98 as shown in Exhibit "A," attached hereto, for the Pine Street 48-Inch Raw Water Line Project; and, THAT the City Manager be and he is hereby authorized to execute a contract with ALLCO, LLC, of Beaumont, Texas, for the purposes described herein; and, BE IT FURTHER RESOLVED THAT the City Manager be and he is hereby authorized to execute Change Order No. 1, in the amount of ($8,962,535.65) for work described above, decreasing the total contract amount to $20,228,977.98 for the Pine Street 48-Inch Raw Water Line Project. The meeting at which this resolution was approved was in all things conducted in strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 18th day of July, 2023. .w� Mayor Roy West — Recommendation for Award of Contract Project Pine Street 48-Inch Raw Water Line Bid No. WU1023-01 Project Number Owner City of Beaumont BMT21290 Project Description This Project is for construction of approximately 15,114 linear feet of 48-inch diameter waterline with all necessary valves and appurtenances, along the Pine Street ROW from Colliers Trail to Marina Street. The proposed water line installation will consist of primarily open cut construction under pavement; however, trenchless methods are required at crossings under a drainage facility, City of Beaumont process pipe inside the Water Treatment Plant and crossing of private/public utilities. Additionally, the Work requires installation of air valves, blow -off valves, gate valves, butterfly valves, road crossings, asphalt pavement replacement, connections at two locations, and a pig retrieval station. Details of this work are provided in the Construction Drawings. Date Proposals Received April 271', 2022 Proposal Tabulation Attached? ® Yes ❑ No Recommended Offeror ALLCO LLC Recommended Amount of Contract Award $ 20,228,977.98 Project Budget $ 18 300 000.00 Contract Price within Available Funds? ❑ Yes © No Funding source CDBG/GLO/CIP Proposed Project Completion Date 10/4/2024 Contract Times meet Owner's Schedule? ® Yes ❑ No Comments: There were 2 bids received, the lowest from ALLCO, LLC with $29,194,844.48 and the highest from Reytec, Inc with $33,743,937.90. ALLCO's bid had some minor inaccuracies and actual bid price was $29,191,513,63. City of Beaumont along with ALLCO and FNI performed value engineering and cost was lowered to $20,228,977.98. The original estimate of $18,300,000 included a portion of the 42" Resiliency Water Line that was removed during value engineering process and 665 LF of 48-Inch Raw Water Line that will be constructed in the Colliers Pump Station Project. Included with this letter is Attachment A -Bid Tabulation. Explanation of Amount of Contract Award: ALLCO, LLC Engineer Estimate Base Bid $20,229,977.98 $18,083,622,13 Recommended Total $20,228,977.98 $18,083,622.13 References provided by Offeror (ALLCO, LLC) were checked and all of them provided feedback. Review of the Bids received indicates that the offer of the Recommended Contractor provides the best value to the Owner, A review of the Recommended Contractor's Statement of Qualifications and a check of the references provided indicates that the Recommended Contractor meets the qualification requirements specified in the Contract Documents and that Recommended Contractor's previous experience on similar projects has been acceptable. It is recommended that the Project be awarded to the Recommended Contractor in the amount of the Recommended Amount of Contract Award. Recommended by Carlos Quintero Title Sr. Project Manager Representing Freese and Nichols Inc. Date 7/10/2023 Recommendation for Award of Contract Page 1 of 1 Attachment A Bid Tabulation gldjab,.latien P�-Strc t48-T-hp-W-t-Lin- Wd April 27,202$ Rvl.-- C'tU- FevIncl ALIX0, UE �U-t. owner: IV aFrees.P, 19O1 HdNtl,llow Pit: 713.9574003 ORrgG peaumpnl, Tg 77701 Pit: 409.416"59 pathott 10497 T.- and lauwy way N50p, 44-toa,TA77024 PIC ylvieW-OSCO Oasign P-r-F. Free. ..d Ukbis pn.pa'.d Dr. Carl- Quintero, ME a 4"-h AWL, W.b-U- I I 48-1,th Steel RWL Mnhl..II- IS 1 70,000 OD 730,000.00 900,000.00 SWDW.W 877,621.W a77,621.00 2 49-Inch Steel Water Dr. by Op- Cat C-t-lien U 14'mFt 975.00 13,950,300.00 90847 12,998,3asati $ 636j)0 9'0'9'86800 3 48-Inch 0.61(,.. mb,, One by Up- It r-l-lltn U` 527 2'000po 5 %0 'Ow.w s 1j9s93 631'836.11 $ 896.00 472,192.00 4 "Arch SjiLA 'H."r Line by T-h!- Comtru.11on IF 1711 D'OOOJ)O 1,424,DDO.00 $ 2,617JU S 465,973.74 S 3,630DO 646,14000 49-ln,h Oufile P_Wab"Ure Ix 101 lO,000,m 1010'000.0o $ 2'I33.13 $ 235,646.13 4,100.00 414,InO.00 6 1.1.,h PV(1Water One IF, 2,462 5 2500 61,550.00 8.00 19,696.w SS.w 61,550.W 72Anth PVCWM.u- IF 1'23l 30M 36,930m 9.00 11,079.00 $ 3S.00 S 41,085.00 -1, Safely 7-ty Ur 14,BIS $ 2ND 296,700.00 1.00 14,035 DO S 7M $ 103,94500 9 cLad% and Grubbing AC 1 7, 15-00000 15,000 OD s 23rsmm S 23,500.00 S G'SCOOO $ Geriwbo P Seeding AC 1 $ 5,000JOO $ 5,000.00 750M $ 750.00 $ 3,000,00 $ 3,DWDO I 484h Ciete Valve with Actuator Manhole LA I s 375,000.00 375,000.00 S 257,62200 5 257,62200 S 21S'000'00 s 2)5,000.4)0 57 48+,,h P 'recl 8"ri,l Gale 11,, m 1 $ 275,000.00 27SOMOD $ lv'swo-o 7- MSMOO $ 350000.00 $ m'O-- 13 411-111. 13,ftedb, Valve with Act,alar Mmhde CA 1 275.006.00 7 '000_00 s 170,521.00 S 170512.00 S 8,1,500.00 s g3'500.00 34 44n0 C-birMi- AJI VWre A-1-41V Will Arc- hlanWl FA 11 S%nw00 605,01)(100 5 75,25000 827,835.00 $ 23'COOM 5 275,000.00 Is 124n,11 Rlr--0lf Vai,e Mterbi, mNh A- Manhole CA 4 75,000.00 300,0DOxn as'qlzOD _L s 343,6239.60 S 32,500.00 S 130,00000 16 Al -Manhole fis'cw W 390,OCOLOO 59,94300 159,658OD M,000 00 $ 120,000.00 17 chem'cal W.'OtiO' Ma'hoe FA 2 50000.m $ 1'ODDL00 16,7W.00 33,400.00 S 27,500.W S 55,000.00 la Fl.-M, fil SF 190 $ SpD,00 5 s '&DO& Glom $ I19,700.00 S 130,00 S 24,700.OD 19 Cm"tinn 11 C0111- P,rmp staeonw'te-r line m I IS0I000.110 150,000no 111110 0 2.6 1 V,606.00 S 20,000.00 20,W0.60 20 C-d� 2. �pld MK niM WIT �Opw 00 AM. $ 241,650.00 5 67,450.00 $ 67,450.00 71 Pig 1", Msmi-MC-,ingwo, ien line FA L I50,000.D0 150,000.00 61,300.00; 61.000m 5 350,000.00 $ 150,000.00 22 _l. I pe11.11.n P'.enk{- pbM1 LS 1 lt2SOO.00 5 }12,1 .00 3QOWW $ 30,000L00 $ 37,500.00 $ 37,50n.m 23 Ottol:c Protect'" IS 1 5 150,000.00 s I50,000.00 175,229;7 175;000.00 $ 57,500.00 24 -r�a Dele' 51'111 5 10000 $ IJ12,650-50 5 OD s 522,94534 5 MLm 25 t-%h, Initap, and R-­ 60 $ 2500D S ISLE 1 30,262.20 700.00 42,000.00 26 p On F.... R.Plt.-M Chain L, 320 s 100.00 5 32,000.00 s 5 16,979.20 $ 45,00 5 i Su tat $22,944005D. $13,503,746M 484.,h RWL. P-nnert Repair 21 Be- stab;N,ed Baseand Aspha!t Pavement Sy 46,475 S 7.50 5 348.562s0 s 2"5 S 987,59175 GM $ 278,850W 28 R- n.I. (C.,b and Gutter) LF 3'258 15.00 S 48,870 M S 16.50 S 53'757m S 12roo S 39,096.00 29 44r'h HMAC Pavement Replacement tlrd.de dd-o t pt:-) Tb.*4 9,052 3DO.00 2v715,606.P0 $ Zlarm 5 2,199,6441.96 5 130on $ 1,176,76260 30 U- - pty Ash-r-led SY 41,146 10.00 _$ 411,460.00 S laso $ 761,20100 3w S 123,433.00 31 L4- TON 555 400.09 $ 221,999.20 S 224.03 $ 152d069 4S 200DO $ 130,999m :32 FN&h TON 1,332 150.00 193,800,00 $ 274.W $ 364,968.00 -$-125bO 5 166,5W.00 �3 C.-I Treat (N- Mas.) JS I SY 1,944 40.00 5 77,76000 5 61.70 $ 119'944r80 5 10.00 s 19,440,W 34 C-1 Treat (New Hate) J10 'I SY 41,146 45.06 1,1I51,570.00 S 65-15 S 2,688,691.10 11.00 452,GDG.CO 35 lla,d­det, tilgns, and T,.ffr Handling MO is $ CISOOD 00 975,DW.00 10,160.00 $ 1544M.00 5 10,000.60 S 150,000m 341 Prep ROW M 134 $ I,ODOJ)O 134A=.00 12 00. 150,348.W aw.00 S 207,20G.M 37 Del. r 1`0 150'w0w S 150,000 00 s 145,699.iA 145,699r$4 S lso'w0.w 5 IS0,000.00 3 R 1�qnu n' LF 2,030 40.00 S sl'SR20 i 47.34 96,485.07 203'�650 39 Control Log IF 192 25.00 5 el- I s 10.121.5 3,863.04 5 700 S 1,344JD0 40 RoO, Filter 0- (Type 1) IF 134 100.00 5 13,400A0 1 5 51.25 6,868.84 5500 s 5,710.00 Su lot $71734135LW. . i 1,. 40-bnehAWL-Utility n.pla-i 41 Rem,ell-inchWate, Line U Mi 25W S 7,13LOO $ 11.00 3,140.28 S 12.00 S 3,425r76 42 Rop1-E.lmhW,te,,Lka LP 2" 250.00 s L1_4LI10 $ 107.03 30,592.37 S 72.00 S 20,505�S2 43 �-t 84nch Water LJgn, EA a 2-150020 -V "B. . 3,500.m 7X00m 5 9,500,00 5 19,000.00 44 R-ow 124nehW,te, LF 190 S 25,00 5 6,750.OP $ 1100 2,093 M 5 14.00 5 1'65000 45 IF Iss $ 350m 147.00 27,636.DO S 78.00 5 14,664.00 46 Connect 12-Inch Water L-" $ 3'500A0 s 7,000A6 5-3,700 W -1,400.00 5 11,0=00 s 22,*00,00 47 )G-lnriSp',t Gating f.r 5a,il.,y S-e, U.e, IF 45 750.00 $ 33,750.00 $ 234,00 ID'Smou riODD 10,350.00 48 18-Inch Split Gating for Sanitary Sewer linesnes LF 1,500JD0 - 731,00000 S 244.00 S 5,368.00 s 260JD0 $ 5,72000 49 20 11111 Sp-.t -VAC For 5a,4.,V Sewer U­ Ur 115 I'Dwim 135,00000 s 283M 30,205.00 295J7U 39,825,00 sn 22-Enh Sot Casing for Sanitary Sewer ones LF 165 F I'BwAD $ 155,0W.00 293ko s 48,34S.00 5 330A0 $ 54,450.00 51 5t 1,;iAo far 5a,Jay 5­r 11 92 $ I'S00j1>0 IM Ll 1,;' L41�1 0,240.00 553JO0 $ 51,336,00 NNIn.h' 415t .. far S-il"Y &ew- Lj- U, 25 s 2,tootio 17"7500 S 1,0 O(I $ 25'Dc0m ...... Su 494htr11 RWL. UUMV Replacement F Umtltemt 53 M.- 4-1n16 S.LtUy S- 11 45 11.00 5 49500 12-00 5 54CXOO 54 R"­ 6LI"h S­ ta'Y Se -gym if 22 25.0a .550.00 11D0 $ 242OO S 13.00 S 2E6.00 55 Be.- 8 Ifth SV�Eany Se- LF ns 25 co 3,375.W s 14.00 5 1.8 go 00 $ 14.00 5 I'Smno 56 M.- 10-WO S-r0m,v Sr." If iss 25.CO $ 4,125A0 $ 28.00 $ 2,970 m S ls.w $ 2,415DO 57 Remove 24-Erich Sanitary Sewel 0 92 35.00 37,00 $ 3,40400 law $ 1'"OpD 5a .... ........................ A-- M-mh 5"!"'v 5"" 3F 25 5 50.00 1,250.OD $ 55.00 $ 1,37500 $ 30M S 750M 59 44n,h S.n!U,, S- 1F 45 S 50006 24500.00 5 44.00 5 1,98000 1$5D0 5 S'Amw 60 6 Inh Sanitary Sewers n 5 70a130 5 15,400.00 67-00 5 1,47400 $ 173DO S 3,806.00 61 9-lnfh 5anItVv 51" IT 115 25000 $ 33,7SO.00 $ A3.00 $ 11r20500 $ 230DO $ 31,050ne 62 lfl-Inch 5,,tary Sewer tr Im 250-00 42.256.00 125.00 I0,625 W s 287.00 5 47,355.W I I.ry se- LF 91 650AD 5 59,400.00 5 M.00 26.158O Ott $ 614ro0 s 56,4as 00 I. I I Serer IF 25 1750DO 43,750.00 $ 625.00 1 15,62 W 5 750ro0 5 18,750.W 65 125 MGD Bypass for C.htirg 45-imh RV U 1 5 50,000.00 5 50,000.00 s 125'OW.00: 6 MOMOO $ 75.00000 5 75,000 m 56 (Iect'ic'l Power C""'tb' 1" C'tho&c vict,flina System ts I ".-OU 35rw0.w S 35,000.00 s 35,000.w sv rotaF315199"am. $247,9jiSM. U80,41WAO 424ndh ftsill-VWL- P-Ue] L-kWI.U- 67 41.1rch R,tI1-ryWtNi biibaibn LS 1 100,000.00 $ 100'000.w 70'em 00 S 70,000.00 $ 54.57.00 S 54,457.00 f's 424rch It U 3,OOS 5 )'Wom S 1'005'wor00 s 1"052S4 s 1,057.902.70 S 596 no S 598,9mm f19 ary- if 23 -T 3450D.00 $ 399jDG S 9,177M 5 20000 S 4,6W.00 70 D-t-g U 1,005 100.00 S 100,SOO.00 5 4740 $ 471-235 OD S MOB s 71 Q-Irh "ramllwt to W9,, Ur6 IS 2 FI5,000.00 $ 230,OMCO P38,200.00 76,400.00 35'000.w 70'wom 72 SWPPP IS 1 15'wO.W 5_ 15,000.00 5 5,000.00 S S'000rC0 S GOWJDO 73 1-6 SaFtiy 1,005 75.00 7S'37S.BO $ 1.00 $ 1,005.00 7D0$ 7,035.W 74 Cathcdlc Psole,rilm B 1 20,000.00 S 10,000.00 s 19'"0.00 5 19,000.00 s 7,500 .00 $ 7,SOOJDO 75 H.-Ile F.1 IS1 5 75,OW.00 $ 75,003-OF -r -I5A00.00 -�--15,OD0.OD $ 40DO.00 $ 2,0D.OD 76 1ns3aleallon ar12-InchMVandApp,,ter- CA 1 $ 75,000 m $ 73,000.00 $ 75,336.00 S 75,330.CO S 30,00,0.00 -50,000.00 5 30,CO0.00 77 LA 2 5 165,00000 $ 330,000.00 $ is 2,760.00 $ 3MSSO00'-�- S 100,000DO 79 p-r.rg Stalt, Bat, and Asph Par 10 '-4-1 SY 0 5.00 $ 7,050.w S 26.10 6 36,802.00 S 10.00 S 14,100.00 79 A-- C-let. (Culb and Gutter) LFT $ 10.00 S it'loam $ 18.24 S is, 39.20 $ 350 $ 7,055.00 so 4. SMAC Pa.--, Replacement 70-4 537 00 300. $ 176.100.m 2f,5.00 s 155,55500 7- 110.00 s 76,310.00 H .- - ,, A, hTleated SY 1,410 12.M 5 16,92000 $ 28L00 S 39,1 EFOO Gw 5 8'460.00 R2 L�- ILIN- 39 400.00 $ 7,60000 $ 275.00 $ 5,215.w S 200A)0 S 3,600,00 83 Fly Ash ION 45 15000 s 6,750,00 5 275.00 S 1 P,175.00 $ 323,00 5 5,625.00 FA Cement Trent IN- Rase) flog SY 1,410 45.00 $ 63,45000 $ 70.65 96,610.60 5 20.00 s 23,200.00 95 B"'kadet, Slltr.' and T,'frt NJO I $ 55,00000 $ 55.00000 $ 1315CO.00 13,600.00 $ 10,000.DO 10,00000 Rr C.""Re C.,b and G.'%e' IF 830 $ 40.00 $ 33,20000 $ 49.39 $ 40,993.70 $ 11CO S 9,1RI 00 87 RZ11FAV VIRK TY9 (Y)v (SID) `+ sw low 5,600 OD 5 2SO $ 1,400.00 5 GDO $ 3,116*410 Hs 6.1e,h "Wilaq S­" IF 228 $ 20O.00 45,600 00 $ 96.00 $ 23,agg.w $ 65.CO $ 14,92000 R9 ftemvm h DI.. 5­'Y 4.Sewer A-1 Varha!e 4r,-F.Pe FA 2 1, 1,C0 80O. � S ,2w.00 S 30,400 M 90 p, Remove LF10 2000+5 ___ CDOB $ 15,00 450.00 n ... HOPE '.FV9- "'FA- 1. ­w 1 T49�00 4,470.m $L 45W $ 1,350 W 92 ph,l -h rA 3 1 7400.001 W 1 41-.. 1 12,WD.W 5 6,60D.1)0 5 19,800.00 Su [siloI I . I I R,142A67.20. -COTAL SIN $29,N4,944A8 Aft.r.b., 1 1484nch Bar Wrapped C-ete Cylinder Pipe by Open Cut�--V- 1 00 15,738'aw.00 $� 5 764.97. $36 f16.00 146-111h Bar -O�Nt L1-1ttCy1rf14& Pipe by T-Cy- C..k-v- Le 128 1 $ 2,559.64 S 40,615.92 $ 3,630.00 $ 646,140L00 LEInr6N 48-IM1Ch bar ,t Plro;lpig Retrieval smton is I I 250'wom $ 25OA00.00 $ ]-s6'ssO.OG $ �6'550.00 nopco.co s �O'Bw.w ale Ri Br' e­ -­ 1 1 5 1501WOW 5 110M.00 ;. 41,5MOG 1 ls.bt.t.1 . I . . I rf ........... .............. Page .1 Fn.je� WAMM 05109/2023 CITY OF BEAUMONT Ohio; duly 10, 2023 prajeaL' RuoStLillSlallonF.IachlantandControllmprovomants- SupplomenialEnvtronmenlalProjaot Cotlatyl J01(arson Glsldcf; Raaumwtl ContractNumbort W1,11023.02 owner: CltyOrBoaumont contractor; Gut( Coast EloOrlaCo.,llle, C.O. No,; 1 I E FfT O G —CHANGES IN THE PLANS AND —FOR 8 •Cif CAT O S ARE HEREBY MADE; ThI9 change la roqulred to darlly the mate4al or Ilia varlable (rquency dllvo hid kiarn and raducu the overall project cost, The ham Wna bld yrdlt on mumed aWfilaaB steel oncloswo, whereas plasilo will be suffielonl. heat No, Itont Code PHSCRIPTION Unit UriglaaI Chom In Unit Prtco Total 4uanNt 4uan11[ ADD Fumish and Install (d) Vadabld Pegaancy drives end ay 11 appodenancoa,lnNEMA1-Man loandosuros,all Inaidci LS 1 5 a7,p00,00 S 47,OIb.00 uccerdaneo y/M the pthns and speeIrcattons for, SUBTOTAL 07,090.00 DELETE Fumish and IWA (A) vadablo fmquancy ddvas and a:l appurtenances, all to model aceordanea w11h Itte plans and t f3 1 $ t25,000.00 € tm' 00.00 spedlIcallons far, SUBTOTAL 126,a00,aa TOTAL AMOUNT 4r.TM15CHANGE ORDER ¢ t2g,0a0.p0j 0 CAUNDAR PAYB_WILL 6CA00150 TO U19 CHAN0EohD41 011I010K CONTRACT AMOUNT; T 277,900.00 HET FROM PREVIOUS CHANGE OROEn81 S TUTALA(AOUNT OrTH13 CHANGE ORDrM S (21),000.00i PERCENT CF THIS CHANGF ORDER; 40.11i5 TOTAL PERCENT CHANGE ORDER TO !DATE: '10.11% NEW CONTRACT AMOUNT: $ QQ00 249,(� CONTRACT TIMH ORIOiNAL CONTRACT TIME: 160 Galendsr Oava. AOPITIONAL CONTRACT TIME PER PREVIOUS 0IM011 ORDERS; 0 ADOITIONALCONTRACT TRAEPERTHIS01%NOEORDER; O REVISED0ONTRACTTIMC: 150Calendar. Pays CONDITION OF CHANGE; 'Conlradorackm ledgasandagrsas&rattheedtueuninUInCanitactpd:eandcontractVnos3:pWaladInthiaChang&Ordarraprsaenisfullcompansr{OonforaUMooms And d04tMOa In the coat Of, and tha t'mo required to perfam) ale engre work unda€ tha caniract adslagdUactly a(Indlredy from this Change Order end all pra%lous Change Osiers. Accaple'Ic& of Ihls vraiverwnsEtel6s an ogmemml bekwoan thm&randContraator that Ih& Change Otdar(aprosanIs an e3lndusivA, mutually Agr&hd upon edualmont be the Conlmct, and that Untractar wal waive all 8ghls la (Is n clam as Ilrla Change Order attar it ispropody oxnWarl" ACCEPTED BY: PREPA P BY: /ir Z Pi 7�7 GULP COAF UMTRIC CO,, *A10 JokN PF� DATE INC, WAT DTiLIT1E9DEeInN(MNAd£R REIJEWEO BY.- iPAAW V EC BY A p. A KO 41AX riATE CITY ENGINEER DIRIiCTPIt OF PUaLIC WORK0 AI1PROVF0 BY: ATTERTED RY: KE"YNE11HH lVILUAW DATE TINAOPIOLISWO DATE CRY MANAGOR CITY c0laK CITY OF BEAUMONT Date: July 11, 2023 Project: Pine Street 48•lnch Raw water Line County; Jefferson District: Beaumont Contract Number: BID NO. WU1023-01 Owner; City of Beaumont Contractor: ALLCO, LLC C.O. No.: 1 THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE These changes are required to reduce the overall project cost through value englneering. The section of 42-Inch pipe that was removed will be incorporated Into the future Resiliency Line project. The 665 foot section of 48-Inch pipe that was removed will be added to the Collier's Ferry Pump Station project. The change In pavement design will not reduce the structural number of the finished pavement. The pipe material and changes In elevation will not Impact the capacity of the Ilne. No additional time will be added For this Change Order. Item No. Item Code DESCRIPTION Unit Original Changa in Unit Price Total gua!1tily Quantity ADD A-53 - 48-Inch FRP Water Line by Open Cut Construction LF 0 13,643 $ 619.61 $ 8,453,339.23 A-54 - 48-Inch FRP Water Trine by Trenchless Construction LF 0 178 $ 2,374.74 $ 422,703.72 A»56 - 3-Inch HMAC Pavement Replacement (include driveway transitions TON 0 7,110 $ 243.00 $ 1,727,730.00 A-57 - Flexible Base 10" (New) SY 0 43,090 $ 57.25 $ 2,466,902.50 A-58 - Geogrid SY 0 43,090 $ 3.75 $ 161,587.50 SUBTOTAL $ '13, 232,262.95 DELETE A-02 _ 48-Inch Steel Water Lane by Open Cut Construction LF 14,308 -14,308 $ 908.47 $ (12,998,386.76) A-04 - 48-1nch Steel Water Line by Trenchless Construction LF 178 -178 $ 2,617.63 $ (465,973.74) A-14 - 4-Inch Combination Air Valve Assembly with Access Manhole EA 11 -1 $ 75,258.00 $ (75,266.00) A-23 - Cathodic Protection LS 1 -1 $ 175,000.00 $ (175,000.00) A-29 - 4-Inch HMAC Pavement Replacement (Include drlvewa transit€ens TON 9,052 -9,052 $ 243.00 $ (2,199,636.00) A 30 - time- Fly Ash Treated Subgrade (6-inches) SY 41,146 -41,146 $ 18.50 $ (761,201.00) A-31 - Lime- Fly Ash Treated Subgrade (6•Inches) TON 555 -555 $ 274.00 $ (152,070.00) A-32 - Fly Ash TON 1,332 -1,332 $ 274.00 $ (364,968.00) A-33 - Cement Treat (New Base) (W) SY 1,944 -1,944 $ 61.70 $ (119,944.60) A-34 _ Cement Treat (New Base) (10") SY 4i,146 -41,146 $ 65.35 $ (2,688,891.10) D-14 - Elecldcal Power Connection for Cathodic Protection S stem LS i A $ 35,000.00 $ (35,000.00) J-01 - 42-Inch Resiliency WL Mobilization LS 1 -1 $ 70,000.00 $ (70,000.00) J-02 - 42-Inch Stell Water Line by Open Cut LF 1,005 -1,005 $ 1,052.54 $ (1,057,802.70) J-03 - 18-Inch Steel Casings for Sanitary Sewer Lines LF 23 .23 $ 399.00 $ (9,177,00) J-04 - Dewatering LF 1,005 -1,005 $ 47,00 $ (47,235.00) J-05 - 42-Inch Connection to Resiliency Water Line LS 2 ,2 $ 38,200.00 $ (76,400.00) J-Oft - SWPPP LS f A $ 5,000.00 $ (5,000.00) J-07 - Trench Safety LF 1,005 -1,005 $ 1.00 $ (1,005.00) J-08 - Cathodic Protection LS 1 .1 $ 19,000.00 $ (19,000.00) J-09 - Flowabie Fill LS 1 -1 $ 15,000.00 $ (15,000.00) J-10 - Installation of 12-Inch BOV and Appurtenances EA 1 -1 $ 75,330.00 $ (75,330.00) J-11 - Installation of 42-inch BFV and Appurtenances EA 2 -2 $ 152,780.00 $ (305,560.00) J-12 - Removing Stab Base and Asph Pav (0`4') SY 1,410 -1,410 $ 26.10 $ (36,801.00) J-13 - Remove Concrete (Curb and Gutter) LF 830 -830 $ 18,24 $ (15,139.20) J-14 - 4" HMAC Pavement Replacement TON 587 -587 $ 266.00 $ (155,555.00) J-15 - Lime- Fly Ash Treated Subgrade (W) SY 1,410 -1,410 $ 28.00 $ (39,480.00) J-16 - Lime TON 19 -19 $ 275.00 $ (5,225.00) J-17 - Fly Ash TON 45 -45 $ 275.00 $ (12,375.00) J-18 - Cement Treat (New Base) (10°) 5Y 1,410 -1,410 $ 70.66 $ (99,630.60) J•-19 - Barricades, Signs, and Traffic Handling MO 1 -1 $ 13,600.00 $ (13,600.00) J-20 - Concrete Curb and Gutter LF 830 -830 $ 49,39 $ (40,993.70) J-21 - RI FL. PAV MRK TY 11(Y) 4" (SL D) LF 560 -560 $ 2,50 $ (1,400.00) Relocate 6-Inch Sanitary Sewer LV N to L. Ran ov- 11 a .-a n I d Relocate 4-Inch Dia. Sanitary Sewer Acms Manhole . . . ................. ............. .......... . Ab andon/ Remove 112-Inch Pipe - ----- - - _ ---------- - ----- Install 112-Inch HOPE Pipe ri 0 D 1i MM F r, -a W 1 Mi $ 4,000.00 SUBTOTAL ,798.60) TOTAL AMOUNT OF THIS CHANGE ORDER .... . ...... . ..... ...... ... .... 0 CALENDAWOAN4 ORIGINAL CONTRACT AMOUNT: $ 29,191,513.63 NET FROM PREVIOUS CHANGE ORDERS: $ TOTAL AMOUNT OF THIS CHANGE ORDER: $ (8,9621535.66) PERCENT OF THIS CHANGE ORDER: -30.70% TOTAL PERCENT CHANGE ORDER TO DATE: -30.70% NEW CONTRACT AMOUNT: $ 20,228,977.98 99NISAU IlME ORIGINAL CONTRACT TIME! 462 calendar days ADDITIONAL CONTRACT TIME PER PREVIOUS CHANGE ORDERS: 0 calendar days ADDITIONAL CONTRACT TIME PER THIS CHANGE ORDER* 0 calendar days REVISED CONTRACT TIME: 452 calendar days CONRITION OF CH6Nggl "Contractor acknowledges and agrees that the adjustments In contract price and contract time stipulated In this Change Order represents full compensation for all Increases and decreases In the cost of, and 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 property executed.' ACCEPTED BY.* REVIEWED BY: APPR71ED BY: 000 100"" 214 KENNETH R. WILLIAMS ISM CITY MANAGER [qfMk&q1F:W