Loading...
HomeMy WebLinkAbout22-89 Approving Change of Order No. 5 Portable Waterline St. Vrain Water Treatment Plant Transmission Pipeline Proj. 07-27-2022RESOLUTION NO.22-89 A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE COLORADO APPROVING CHANGE ORDER NO.5 TO THE TOWN OF FIRESTONE AND E-Z EXCAVATING INC.'S AGREEMENT FOR THE INSTALLATION OF A POTABLE WATERLINE AND APPURTENANCES FOR THE ST. VRAIN WATER TREATMENT PLANT TRANSMISSION PIPELINE PROJECT WHEREAS, by adoption of Resolution No. 21-85 the Town of Firestone ("Town") entered into an agreement with E-Z Excavating Inc., ("EZ") for the installation of a transmission pipeline to convey water from the St. Vrain Water Treatment Plant to the Town's water distribution system; and WHEREAS, as the Project is nearing completion EZ and the Project Engineer have reconciled the quantities of material actually installed which has resulted in a reduction of the Project's costs; and WHEREAS, EZ incurred additional costs as a result of downtime due to the resolution of fiber optic and gas line conflicts. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO: Change Order No.5 to the Town of Firestone and E-Z Excavating Inc.'s Agreement for the installation of a potable waterline and appurtenances, for the St. Vrain Water Treatment Plant Transmission Pipeline Project 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 the Change Order on behalf of the Town. INTRODUCED, READ, AND ADOPTED thisaldday of �i U�, 2022. TOW101"FIRBeTONE, COLORADO j0 SF'� t< rew Alan Peterson, Mayor SECTION 00941 CHANGE ORDER No. 005 Date of Issuance: 2022.06.22 Effective Date: 2022.07.13 Project: St, Vrain WTP Transmission Owner: Owner's Contract No.: Pipeline Project— Phase 1 Town of Firestone W2020-9524.04 Contract: Date of Contract: St. Vrain WTP Transmission Pipeline Project — Phase 1 2021.07.14 EZ Excavating Inc. The Contract Documents are modified as follows upon execution of this Change Order: Description: Contractor has submitted time and costs related to deductions in butterfly valve (BFV) installations due to early shipments, deductions in bid item quantities not needed, and downtime related to unforeseeable circumstances. Reconciled Quantities (refer to Attachment A for more information): (Existing) Item #9 18-in DR-14 Transmission Pipeline: Original Quantity = 3964 LF; New Quantity = 3821 LF (Existing) Item 410 18-in DR-18 Transmission Pipeline: Original Quantity = 8670 LF; New Quantity = 8726 LF (Existing) Item #11 18-in Direct Bury Butterfly Valve: Original Quantity = -17 EA; New Quantity = -14 EA (Existing) Item 411.1 Cut in 18" MJ Butterfly Valve & Box - Foreman w/ Truck: Original Quantity = 120 HR; New Quantity = 90 HR (Existing) Item #11.2 Cut in 18" MJ Butterfly Valve & Box - Operator: Original Quantity = 360 HR; New Quantity = 270 HR (Existing) Item #11.3 Cut in 18" MJ Butterfly Valve & Box - Laborer: Original Quantity = 240 HR; New Quantity = 180 HR (Existing) Item #11.4 Cut in 18" MJ Butterfly Valve & Box - 330 Excavator: Original Quantity = 120 HR; New Quantity = 90 HR (Existing) Item #11.5 Cut in 18" MJ Butterfly Valve & Box - 950 Loader: Original Quantity = 120 HR; New Quantity = 90 HR (Existing) Item #11.6 Cut in 18" MJ Butterfly Valve & Box - Water Truck: Original Quantity = 120 HR; New Quantity = 90 HR (Existing) Item #11.7 Cut in 18" MJ Butterfly Valve & Box - Trench Boxes: Original Quantity = 120 HR; New Quantity = 90 HR (Existing) Item #11.9 Cut in 18" MJ Butterfly Valve & Box - Valve: Original Quantity = 12 EA; New Quantity = 9 EA (Existing) Item #11.10 Cut in 18" MJ Butterfly Valve & Box - Sleeve: Original Quantity = 12 EA; New Quantity = 9 EA (Existing) Item #11.11 Cut in 18" MJ Butterfly Valve & Box - Misc Material: Original Quantity = 12 EA; New Quantity = 9 EA (Existing) Item #22 Pipe Trench Stabilization: Original Quantity = 1600 LF; New Quantity = 800 LF (New) 42.1 Remove & Replace Asphalt Pavement: Quantity = 87 Asphalt replacement as necessary to repair roads due to excessively sandy soil excavation and caving. Downtime Costs (refer to Attachment B for more information): (New) Item #52.1 Downtime - Laborers: Quantity = 73 HR (New) Item #52.2 Downtime - Operators: Quantity = 61.5 HR (New) Item #52.3 Downtime - Foreman w/ Truck: Quantity = 33.5 HR (New) Item 452.4 Downtime - CAT 950 Wheel Loader: Quantity = 3 HR (New) Item #52.5 Downtime - 330 Excavator: Quantity = 3 HR (New) Item #52.6 Downtime - 349 Excavator: Quantity = 9 HR (New) Item #52.7 Downtime - Pothole Truck: Quantity = 3 HR Furthermore, Contract Time has been extended to accommodate for delays in power supply delivery by Others. Attachments (list documents supporting change): Attachment A: Price Quote from EZ Excavating Inc for reconciliation items. Attachment B: Price Quote from EZ Excavating Inc for downtime costs and descriptions. EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. 00941 -1 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: $3,480 936.00 Increase from previously approved Change Orders No. 001 to No. 004: $299 291.40 Contract Price prior to this Change Order: $3,780 227.40 Decrease of this Change Order: $ (38 541.50) Contract Price incorporating this Change Order: $ 3,741,685.90 RECOMMENDED: Wiggins, David__: By: 99 — Engineer (Authorized Signature) Date.­6/22/2022 Original Contract Times: ❑ Working days ® Calendar days Substantial completion (date): 12/31/2021 Ready for final payment (date): 01/31/2022 Increase from previously approved Change Orders No. 001 to No. 004: Substantial completion (date): 06/21/2022 Ready for final payment (date): 07/05/2022 Contract Times prior to this Change Order. Substantial completion (date): 06/21/2022 Ready for final payment (date): 07/05/2022 Increase of this Change Order. Substantial completion (date): 08/12/2022 Ready for final payment (date): 08/26/2022 Contract Times with all approved Change Orders: Owner Date: Substantial completion (date): 08/12/2022 (date): 08/26/2022 ACCEPTED: By: Nic Tiler Contractor (Authorized Signature) Date: 2022.06.23 EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING TIIE CIIANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to tunes, cross out the part of the tabulation that does not apply. EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. 00941 - 3 ATTACHMENT A E-Z Excavating, Inc Reconciliation Items 8123 Indian Peaks Ave Frederick, CO 80516 P (303) 772-8121 F (303) 250-9618 To: Town Of Firestone, CO Contact: Address: 151 Grant Ave. Phone: Firestone, CO Fax: Project Name: 7642 - St. Vrain WTP - P1 CO#07 Qty Reconciliation Bid Number: 2021-0498 Project Location: Firestone, CO Bid Date: 7/1/2021 Item # Item Description Estimated Quantity Unit Unit Price Total Price 01 - Qty Reconciliation 9 18-in DR-14 Transmission Pipeline -143.00 LF $56.50 ($8,079.50) 10 18-in DR-18 Transmission Pipeline 56.00 LF $95.00 $5,320.00 it 18-in Direct Bury Butterfly Valve 3.00 EACH $6,800.00 $20,400.00 11.1 Cut In 18" MJ Butterfly Valve & Box - Foreman W/Truck -30,00 HR $67.50 ($2,025.00) 11.10 Cut In 18" MJ Butterfly Valve & Box - Sleeve -3.00 EACH $2,150.00 ($6,450.00) 11.11 Cut In 18" MJ Butterfly Valve & Box - Misc Material -3.00 EACH $2,704.00 ($8,112.00) 11.2 Cut In 18" MJ Butterfly Valve & Box - Operator -90.00 HR $57.50 ($5,175.00) 11.3 Cut In 18" MJ Butterfly Valve & Box - Laborer -60.00 HR $52.50 ($3,150.00) 11.4 Cut In 18" MJ Butterfly Valve & Box - 330 Excavator -30.00 HR $175.00 ($5,250.00) 11.5 Cut In 18" MJ Butterfly Valve & Box - 950 Loader -30.00 HR $140.00 ($4,200.00) 11.6 Cut In 18" MJ Butterfly Valve & Box - Water Truck -30.00 HR $95.00 ($2,850.00) 11.7 Cut In 18" MJ Butterfly Valve & Box - Trench Boxes -30.00 HR $31.50 ($945.00) 11.9 Cut In 18" MJ Butterfly Valve & Box - Valve -3.00 EACH $3,820.00 ($11,460.00) 22 Pipe Trench Stabilization -800.00 LF $35.50 ($28,400.00) Total Price for above 01 - Qty Reconciliation Items: ($60,376.50) 02 - Asphalt R/R Per Town Of Firestone 42.1 Remove & Replace Asphalt Pavement (West Side Of 87.00 SY $95.00 $8,265.00 Frontier As Directed By Town) Total Price for above 02 - Asphalt R/R Per Town Of Firestone Items: $8,265.00 Total Bid Price: ($52,111.50) Notes: • EXCLUDED FROM THIS PROPOSAL are the following: Staking, Surveying, Engineering, Fees, Permits, Inspections, Plant Investment Fees, Tap Fees, Soils Testing, Landscaping, Winter Protection, Frost Removal, Rock Excavation, Dewatering, Snow Removal, Chemical Stabilization, Hazardous Materials Removal or Abatement, Signage, Striping, Rotomill and Overlay, Infrared Asphalt, Erosion Control, Export of Spoils, SWMP, Arrow Boards or Message Boards for Traffic Control, and Bond (Add 20% if reqd). • E-Z Excavating is a civil contractor that prepares estimates based on our review of the civil drawings. Work or scope that is shown on drawings or documents other than the civil drawings is not typically included in our proposals. Pricing subject to review of final approved plans and Soils Report. • Any soft or unstable areas will be corrected on an hourly basis at the direction of the Owners Representative. • Final billing will be based on actual field measured quantities installed. • While every attempt will be made to ensure proper drainage, we cannot guarantee complete drainage in those areas with less than 2 percent slope. Small water puddles may occur. • Proposal is based on the drawings dated ##/##/## 6/14/2022 11:31:17 AM Page 1 of 2 PAYMENT FOR SERVICES: Net 10th. Finance charges of 1..5% per month will be charged on past due billings. All material is guaranteed to be as specified. All work to be completed in a substantial workmanlike manner according to specifications. Scope changes involving extra cost will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Owner to carry fire, tornado, and other necessary insurance. Our workers are fully covered by Workman's Compensation Insurance. • This proposal is VALID for sixty (60) days from the date of Proposal above. • The above prices, specifications, and conditions are satisfactory and are hereby accepted. E-Z Excavating is authorized to do the work as specified. Payment will be made as outlined above. • Scheduling of the work is based on E-Z's current workload. Advanced notice of acceptance is appreciated and scheduling of the work will not be completed until after award of the project is received. The project is bid to lay pipe from the lowest to highest points, installed sequentially and uninterrupted from the lower to higher utility. Materials (pipe, aggregates, fuel) are subject to surcharges if there are dramatic changes in the prices. • Due to an increase in Multi -Family litigation, E-Z Excavating will not perform work on any Multi -Family project without the Owner first procuring an OCIP insurance policy that covers E-Z Excavating and E-Z Excavating's scope of work. ACCEPTED: The above prices, specifications and conditions are satisfactory and hereby accepted. Buyer: Signature: Date of Acceptance: 6/14/2022 11:31:17 AM CONFIRMED: E-Z Excavating, Inc Authorized Signature: Estimator: Kyle Herman Page 2 of 2 ATTACHMENT B Downtime Costs and Descriptions CHANGE ORDER E_Z NO. 0 97.64202/3/8/9 XCAVATING P.O. Box 1439 (303) 772-8121 Longmont, Colmado 80502 Fax (303) 772-3640 ATTN: Ben Str:t- DATE: 4/26/2022 COMPANY: Town of Firestone JOB #: 7642 ADDRESS: 151 Grant Ave. JOB NAME: St. Vrain WTP Firestone, CO LOCATION: Firestone, CO PHONE #: (970) 305-2924 FAX #: Description of work: Crew downtime due to unknown fiber optic damage at Frontier St, and Summerset Ave. (97.64202), Extra time to expose fiber optic, pull aside & install water line (97.64203), extra time to excavate buried concrete and sort from onsite fill material (97.64208), and downtime due to Town of Firestone water shut down failure (97.64209). ITEM # DESCRIPTION QUANTITY UNIT UNIT COST ITEM COST Crew downtime due to unknownfiber optic damage at Frontier and Summersel Jan. 21, 26, & 28 52.1 Laborers 41 MH S 55.00 S 2,255.00 52.2 Operators 43 MH S 65.00 $ 2,795.00 52.3 Foreman 24 MH $ 75.00 S 1,800.00 Extra time to etposefiber optic, pull aside & install water line 52.1 Laborers 20 MH S 55.00 S 1,100.00 52.2 Operators 14.5 MH $ 65.00 S 942.50 52.3 Foreman with pickup 5.5 MH S 75.00 S 412.50 52.4 CAT 950 Wheel Loader l HR $ 145.00 $ 145.00 52.5 CAT 330 Excavator 3 HR $ 180.00 S 540.00 52.6 CAT 349 Excavator 7 HR S 195.00 $ 1,365.00 52.7 Pothole Truck 3 HR $ 105.00 S 315.00 Extra time to excavate buried concrete and sort from onsitefill material 52.4 CAT 950 Wheel Loader 2 HR $ 145.00 S 290.00 52.7 CAT 349 Excavator 2 HR S 195.00 $ 390.00 Crew downtime due to Town of Firestone water shut downfailure-April12, 1022 52.1 Laborers 12 MH $ 55.00 $ 660.00 52.2 Operators 4 MH $ 65.00 1 S 260.00 52.3 IForeman 4 MH I $ 75.00 1 S 300.00 TOTAL: S 13,570.00 Page 1 o/ 2 The Contract Time will be extended by Firm: Signature: Print Name: Title: Date: days Contractor: E-Z Excavating, Inc. Signature: N:c T&U Print Name: Nic Tiller Title: Project Manager Date: 4/26/2022 E-Z Management Use Only: CO Added to CO Log Owner CO B2W Estimate CO TROB Created Status: Approved Track Budget Updated Pending Foundation Budget Updated Rejected Execl Billing Sheet Updated Internal Page 2 of 2