Loading...
HomeMy WebLinkAboutC2005-253 - 5/31/2005 - Approved CHANGE ORDER Department of Engineering Services City of Corpus Christi, Texas CHANGE ORDER NO: 5 PROJECT NO: 7288 Operating Department: Wastewater Department Name of Project: Res~ca LiR Station & 48' Wastewater Gravity Line (7288) Contractor: Holloman Corporation CONTRACT TIME: 270 C.D. Date: May 18, 200~ CHANGE ADD Add the following bid items to the contract: 7I. Ditch Enclosure I L.S. ~ $43,895.45/L.S. 72. Yorktown/Staples Dewatering - I L.S. ~ $78,791.74/L.S. 73. 48" Gravity Dewatering - 1 L.S. ~ $19,780.99/L.S. TOTALADD 543,895.45 $78,791.74 $19,7~0.99 $142,468.18 DEDUCT Why wa~ this change necessary? (If left offthe plans and specifications, explain why) SEE A'I~I'ACHED How can similar changes be avoided in the future? SEE AT'FACHED A. CONTRACT PR1CE ............................................................... $ 4.621.79~.0(} B. TOTAL CHANGE ORDER (inc. current) ........................... $ 530.067.81 C. NEW CONTRACT PRICE .................................................... $ 5.151.862.81 D. THIS CHANGE ORDER .......................................................$ 142.468.18 E. PERCENT TOTAL CHANGE (B/A) .................................... 11.47% F. PREVIOUS ADDN'L TIME AUTHORIZED ...................... 100 C.D. G_ ADDN'L CONTRTACT TIME THIS CHANGE ORDER. 20 C.D. H_ TOTAL ADDITIONAL TIME .............................................. 120 C.D c tY rom' s CP. mST , EXnS CO, OR / ~' City E;~eer Title: (/), ~W~,~C~c'~,~ ' 0 ~ ~ Holloman Corporation Why was this chan~e necessary? 71. The new Resaca Lift Station, that is currently under construction, is immediately west of, and abuts, the Broadway Wastewater Treatment Plant. Currently, there is a drainage ditch that separates these two facilities_ Because of this ditch, there is no direct access between the two facilities. To access one facility from the other would require leaving each facility by vehicle to gain access to the other facility. This change order will serve three functions as follows: 1. Enclose the ditch using a 24-inch Reinforced Concrete Pipe (RCP), with strategically placed inlets, to continue for adequate drainage. 2. Provide a sidewalk that will allow pedestrian traffic between the two facilities. 3. Provide a gate in the fence between the facilities so that each will be a separate, securable facility. 72. As Change Order No. 3 to this contract, the construction of a portion of a future force main was authorized at the Yorktown/Staples intersection. Currently, at the southeast comer of the intersection, a Circle K convenience store is under construction. The portion of the future force main is to be installed so that future disruptions to the Circle K can be avoided. Change Order No 3 required the contractor to do exploratory excavations to verify the locations of existing utilities before attempting installation of the new force During thc course of this exploration, existing utilities were found to be deeper than indicated by available records. This necessitates installing the future force main as much as 3.5 feet deeper than originally planned. This additional 3.5 feet in depth puts the installation below the level of the water table. Therefore, special dewatering using a wellpoint system will be required to proceed with the intended construction. This change order is for the dewatering system. 73. As part of this project, a very deep 48 - inch sanitary sewer was laid along Resaca Street between Sam Rankin and Tancahua. Resaca Street is the northern limit of the Broadway Wastewater Trealxnent. Plant. Soil borings during the design phase indicated the types of soils that would be encountered and the elevation of the expected groundwater. However, during actual construction, the groundwater conditions were found to have changed from when the soil borings were taken. The elevation and quantity of water was much higher. This condition required additional dewatering procedures and techniques that could not be foreseen based on the soil boring information. This change order compensates the contractor for the additional dewatering. J:~PROJECT DATA CORPUS~A040324)I(C) City of CC-Re.am Lii~ Stahon\05-CONTRACTS & CHANGE ORDERS~2005 5 18 Bid llmm.doc page I of 2 How can similar chanRes be avoided in the future? 71. Closer coordination between the design consultant and the City Staff during the preliminary and design phases of the project. 72. & 73. Unavoidable - In both cases, the plans were prepared and the contractor bid the project based on the best available information. Conditions, found during construction, required that changes be made to accomplish the work as intended. J:~PROJECT DATA COI~PUS~A040324) l(C) City of CC-Resam Lill Smtion\05-CONTRACTS & CHANGE ORDERS~20~5 5 18 Bid lt~rns.do~ Pa~ 2 of 2 Department of Engineering Services Change Order Summary Sheet April 19, 2005 PRO3ECT: Resaca Lift Station and 48" Wastewater Gravity Line PROJECT NO: 7288 APPROVED: City Council on 5/11/04,by Motion No. M2004-181 CONTRACTOR: Holloman Corporation 13730 1-10 East Converse, TX 78109 TOTAL CONTRACT AMOUNT ................ $4,621,795.00 25% Limit Amount ............................. 1,155,448.75 Change Order No. i (10/6/04) ............ Change Order No_ 2 (1/18/05) .................. Change Order No. 3 (Council on 2/22/05) Change Order No. 4 (4/12/05) ............ Change Order No. 5 (Council on 5/31/05) 22,548.22 138,290.41 201,781.00 24,980.00 142,468.18 Total ................................................ 530,067.81 = 11.47% < 25% EXHIBIT "B" Page 1 ol~ 1