Loading...
HomeMy WebLinkAbout22-20 Approving Change Order No. 1 for Fortress Development Solutions, LLC for Phase one Grading Services for the St. Vrain Water Treatment Plant's Salt Water Disposal Injection Well_1.26.2022RESOLUTION 11N0.22-20 A RESOLUTION OF THE BOARD OF TRUSTEES OF TIIE TOWN OF FIRESTONE, COLORADO, APPROVING CHANGE ORDER NO.1 TO THE AGREEMENT BETWEEN THE TOWN OF FIRESTONE AND FORTRESS DEVELOPMENT SOLUTIONS, LLC, FOR PHASE ONE GRADING SERVICES FOR THE ST VRAIN WATER TREATMENT PLANT'S SALT WATER DISPOSAL INJECTION WELL WHEREAS, by Resolution No: 21-46 the Town of Firestone ("Town") entered into an agreement with Fortress Development Solutions LLC for grading services for the St. Vrain Water Treatment Plant's Salt Water Disposal Injection Well; and WHEREAS, during the pad grading portion of the work there arose several conditions and the need for additional work which require that the original scope of work be amended: and WHEREAS, the change of conditions are the result of localized flooding, unsuitable soil, and the removal of abandoned natural gas pipelines; and WHEREAS, the additional work includes the installation of an emergency access across the regional detention pond to the water treatment plant site, realignment and regrading of the connecting road between the Injection Pump Station and Water Treatment Plant and additional storm water permit inspections. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO: Change OrderNo. 1 to the Agreement between the Town of Firestone and Fortress Development Solutions, Inc., for Phase One grading services for the St. Vrain Water Treatment Plant's Salt Water Disposal Injection Well is approved in substantially the same form as the copy attached hereto and made a part of this resolution and the Mayor is authorized to execute Change OrderNo. 1 on behalf of the Town. OF FIRESTONE, COLORADO bi Sindelar, Mayor ATTEST: 4 Koenig, CMC Tgw}a� Clerk APPROVED AS TO FORM: SECTION UU941 CHANGE ORDER No.1 Date of Issuance: Januarv'19; 2022 Effective Date: January 26, 2022 Project: Firestone Drilling and Injection Owner: Town of Firestone Owner's Contract No.: W2021-9545 Pad Earthwork Contract: Date of Contract: Firestone Drilling and Injection Pad Earthwork April 14, 2021 Contractor: Engineer's Project No,: NA Fortress Development Solutions, LLC The Contract Documents are modified as follows upon execution of this Channe Order See attached list of Itemized changes to the Contract Attachments (list documents supporting change): NA Original Contract Price: $192.564.6$ [Increase] [Decrease] from previously approved Change Orders No. O.to No. 0: Contract Price prior to this Change Order: $192.564.68 Increase of this Change Order: $73649.86 Contract Price incorporating this Change Order: $266,214.54 RECOMME By: Engineer Authorized Signature) Date: /'? JQn 200#A2 By: CHANGE IN ❑Working Original Contract Times: days ®Calendar days Substantial completion (days or date): 50 days Ready for final payment (days or date): 50 Days [Increase] [Decrease] from previously approved Change Orders No. 0 to No. 0: Substantial completion (days): NA Ready for final payment (days): NA Contract Times prior to this Change Order: Substantial completion (days or date): 50 Days Ready for final payment (days or date): 50 Days Increase of this Change Order: Substantial completion (days or date): November 2, 2021 Ready for final payment (days or date): June 30.2022 Contract Times with all approved Change Orders: Substantial completion (days or date): November 2, 2021 Ready for final payment (days or date): June 30, 2022 ACCEPTED: By: By: (� Contractor (Authorized Signature) Date: I / f i I Z;L EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. 00941-1 of 3 DESCRIPTION; COR No:1 ADDITIONAL WORK NET.CHANGE $4;689:4B Prior to the start of the work, two previously unlocated natural gas pipelines were discovered on the site that would interfere with the grading of the regional detention pond and with the installation of the pond outlet structure. Fortunately, both gas pipelines were abandoned, and the two companies agreed to remove them. It was determined by the companies that it would be less expensive and faster to have the Contractor perform the work. Also, since the Contractor would have a jet -vac on site the were asked to clean out the existing cattle guards on the north access road to the property to improve drainage. NEW Line Item — COR No. 1 Quantity = 1 Unit = LS Unit Price = $4,689.46 Net Change = $4,689.46 COR.No. 2 — CHANGE Ofi CONDITIONS — NET CHANGE _ $4.349.00 During the course of the first phase of the work, two issues came up that modified the conditions of the work. The first changed condition occurred at the location of the regional detention pond outlet structure where unsuitable material had to be regraded and dried out. The second changed condition occurred when an adjacent drainage channel became overwhelmed and flooded the area where first phase of detention pond grading was supposed to be completed. The Contractor had to bring in a pump to remove the water from the site and then installed improvements to keep more water from entering the site. NEW Line Item — COR No. 2 Quantity = 1 Unit = LS Unit Price = $049.00 Net Change = $4,349.00 OR No 3 — ADpIT1ONAL WORK —NET CHANGE = $50.445.60 After the initial phase of the grading work was completed we decided to make two changes to the project. We modified the alignment and elevation of the ramp that connects the water treatment plant site to the Injection Pump Station Pad. This realignment better facilities operations traffic moving between the two location but required the removal and replacement of a substantial amount of unsuitable material. We also decided to add back an emergency access into the west side of the water treatment plant. To cross the regional detention pond we designed a road and 24" RCP culvert system. All of that was new work. NEW Line Item — WTP/Infection Pump Station Connecting Ramp Modifications Quantity = 1 Unit = LS Unit Price = $13,326000 Net Change = $131326.00 NEW Line Item — WTP Emergency Access Ramp Quantity = 1 Unit = LS Unit Price = $37,119.60 Net Change = $37,119260 EJCDC C-941 Change order Prepared by the Engineers Joint Contract Documents Committee end endorsed by the Construction Specifications Institute. 00941-2 of 3 L�i�f�IL\l`I�.I.Z�l.7 �S�i� I�1��101� 6��PIG1�N:1±\J1C17=i With the second phase of the grading work the Contractor had to address two changes in conditions. The first changed condition occurred at the location of the regional detention pond outlet structure where the water table had risen to a point that the bottom of the detention pond and the subgrade of the outlet structure were saturated. The Contractor had to install a dewatering system and modify the equipment used for the work. The second changed condition occurred on the road between the Injection Pump Station Pad and the water treatment plant. When the water table came up the contractor working at the water treatment plant had to restart their dewatering pump and the discharge flooded an area the Contractor was working In. NEW Line Item — Groundwater at Outlet Structure Quantity = 1 Unit = LS Unit Price = $7,435980 Net Change = $7,435,80 NEW Line Item — WTP Access Road Flooding Quantity = 1 Unit = LS Unit Price = $3,994.00 Net Change = $3,994,00 coR No. 5 — ADDITtoNAL'WORK —NET CHANGE c $2,736.00 The Injection Well project is being completed in parks, under separate contracts (Grading, Drilling, and Pump Station), The State and Town stormwater permitting and compliance was best suited to being part of the Grading portion of the project. The Pump Station portion of the project has been delayed and the Town has requested the Contractor extend their permit inspection obligations to account for this extension. NEW Line Item —Extended Stormwater Permit Inspections Quantity = 1 Unit = LS Unit Price = $2,736000 Net Change = $2,736.00 BJCDC C-941 Change Order Prepared by the Englnaers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. 00941-3 of 3