Loading...
HomeMy WebLinkAbout2000-139 CONT Chg Orders 20-211 - Carollo EngineersCAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 20 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollam) (days) 1 RFP-108 Revision of Effluent (Reclaimed Water) Pump Location -0- -0- 2 RFP-110 Relocate Effluent Pump Station Hatch -0- -0- 3 RFP-111 Relocate Hypochlorite Pump Package Locations for No.3 W & Effluent -0- -0- 4 RFP-114 Revise Stairways at RAS/VVAS Pump Station and Operations Building -0- -0- 5 RFP-115 Revise Stairways at Splitter Box and Secondary Clarifier Nos.1 & 3 -0- -0- 6 RFP-140 Trailer-Mounted Pump Hose Fittings -0- -0- 7 RFP-147 Extension of Phase 1 Milestone Date -0- -0- 8 RFP-154 Install Guardrail on Sidewalk North of Secondary Clarifier No.3 -0- -0- 9 RFP-156 JetJVac Unloading Station 40,753.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 2.780.073.00 15,154,073.00 40,753.00 $15,194,826.00 The Contract Time is (unchanged)~ by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: "~,~~o~, ~.~ Date: ~/~/"/,~ Recommended by: - (E~g~n~e~-) Date: Approved by: /t~j''''~-'(city) Date: CONTRACT CHANGE ORDER NO. 20 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order 1. RFP-108 Revision of Effluent (Reclaimed Water) Pump Location. By letter of July 30, 1999, the Engineer informed the Contractor that the blockouts in the concrete slab for the four effluent (reclaimed water) pumps needed to be revised, to provide more uniform spacing between the pumps; in addition, the blockouts were to be 16" in diameter instead of a rectangular opening. This relocation also relocated the anti-vortex baffles in the wet well and as part of the change, the flanged coupling adapters in the 14" discharge piping between Pump Nos. l, 2 and 3 were to be deleted, and a floor box cast into the operating slab for the operator for the mud valve in the wet well below. In a later letter of November 17, the Engineer asked for the Contractor's concurrence that this be considered a "no-cost" change. After discussions on April 17, 2000, the Engineer informed the Contractor by letter of April 17 that the revisions would be included in a forthcoming change order as a "no-cost" change. RFP-110 Relocate Effluent Pump Station Hatch. By letter of August 11, 1999, the Engineer informed the Contractor that the access hatch into the effluent pump station wet well should be relocated from the northwest to the southwest corner of the operating slab. In a later letter of November 17, the Engineer asked for the Contractor's concurrence that this be considered a "no-cost" change. After discussions on April 17, 2000, the Engineer informed the Contractor by letter of April 17 that the revisions would be included in a forthcoming change order as a "no- cost" change. RFP-111 Relocate Hypochlorite Pump Packaqe Locations for No.3 Water and Effluent. By letter of August 11, 1999, the Engineer informed the Contractor that the location of two of the sodium hypochlorite pump & tank systems for the No.3 water and the effluent pump station sites should be relocated to facilitate access. In a later letter of November 17, the Engineer asked for the Contractor's concurrence that this be considered a "no-cost" change. After discussions on April 17, 2000, the Engineer informed the Contractor by letter of April 17 that the revisions would be included in a forthcoming change order as a "no-cost" change. RFP-114 Revise Stairways at RASNVAS Pump Station and Operations Building. By letter of August 30, 1999, the Engineer informed the Contractor that the stairs at the southwest corner of the PAS/WAS Pump Station and the southeast corner of the Operations Building could be revised, deleting one riser and tread at each location; minor changes in handrail were included. Following a negotiating meeting on April 14 dealing with several RFP's, the Engineer informed the Contractor by letter of April 17 that these revisions (along with revisions under RFP-115 and RFP-154) would be included in a forthcoming change order as a "no-cost" change. 5. RFP-115 Revise Stairways at Splitter Box and Secondary Clarifier Nos.1 & 3. By letter of August 30, 1999, the Engineer informed the Contractor that the stairs at the splitter box and at Secondary Clarifier Nos. 1 and 3 could be revised. This included deleting two risers and treads from the concrete stairs at the splitter box, one tread and concomitant stringer beam on each of the two aluminum stairs at Secondary Clarifier No.3, and revising the height of the risers at the concrete stairs at the north side of Secondary Clarifier No.1. These changes included minor changes in handrail. By subsequent letter dated December 3, 1999, the Engineer notified the Contractor that comments by Baker Process/EIMCO in the submittal for the new mechanism and bridge for Secondary Clarifier No.1 required a different modification to the concrete stairs at the north end of the bridge, to match the elevation of the bridge deck. Following a negotiating meeting on April 14 dealing with several RFP's, the Engineer informed the Contractor by letter of April 17 that these revisions (along with revisions under RFP-114 and RFP-154) would be included in a forthcoming change order as a "no-cost" change. RFP-140 Trailer-Mounted Pump Hose Fittin.qs. In RFI-120, the Contractor queried the specified stainless steel fittings for the hoses for the trailer-mounted, engine-driven pump; stainless steel hose fittings were not available and aluminum fittings and couplings were considered acceptable. By letter of December 10, 1999, the Engineer confirmed to the Contractor that aluminum fittings and couplings were acceptable, and that this would be included in a forthcoming change order as a "no-cost" change. RFP-147 Extension of Phase 1 Milestone Date. By letter of February 3, 2000, the Engineer informed the Contractor that, pursuant to ongoing discussions regarding delays in completion of Phase 1 of the Work as defined in Article 3 of the Agreement and Specification Section 01110, the milestone completion date needed to be extended. The delays were caused by addition of the new Ashland Creek Pump Station and the interim sludge stabilization facilities. The Engineer proposed to extend the milestone date for Phase 1 completion by 90 days, to April 19, 2000, with the change included in a forthcoming change order. Following discussions in mid- April, this was revised by letter from the Engineer dated April 17, to a 120-day extension, to a milestone date of May 19, 2000; this extension would be included in a forthcoming change order as a "no-cost" change. RFP-154 Install Guardrail on Sidewalk North of Secondary Clarifier No.3. By letter of March 16, 2000, the Engineer informed the Contractor of the need to add approximately 17 lineal feet of guardrail (aluminum handrail) along the north edge of the extended sidewalk slab on the north side of Secondary Clarifier No.3. Following a negotiating meeting on April 14 dealing with several RFP's, the Engineer informed the Contractor by letter of April 17 that this revision (along with revisions under RFP-114 and RFP-115) would be included in a forthcoming change order as a "no-cost" change. RFP-156 JetJac Unloading Station. By letter of March 28, 2000, the Engineer informed the Contractor of the City's desire for a JetJVac Unloading Station near the Headworks, to allow unloading of the Jet/Vac rodder truck and flushing of the material into the wastewater stream at a controlled rate; preliminary plans were provided the Contractor. Final plans for the facility were transmitted to the Contractor by subsequent letter dated April 5. The Contractor submitted proposed costs of $42,122.00 for this work in a letter dated April 7. Following discussions and a negotiating meeting on April 14, the Contractor submitted revised costs of $40,753.00. After review, the Engineer informed the Contractor by letter of April 17, 2000, that this amount would be included in a forthcoming change order. 3 CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO, 2'1 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-127 Install Conduit for Initial Telephone Service 774.00 -0- 2 RFP-136 Pumhase Lime Slurry Pumps for Intedm Sludge Facilities 11,390.00 -0- 3 RFP-138 Revise Floor Finishes in Training Room 012 in Operations Building 669.00 -0- 4 RFP-141 Support for Meter Vault Tread Plate 496.00 -0- 5 RFP-145 Operations Building Tack Board Revisions 119.00 -0- 6 RFP-146 Condensate Drain in Air Line 1,154.00 -0- 7 RFP-150 Revise Retaining Walls 1,269.00 -0- 8 RFP-152 Local START/LOCKOUT/STOP Pushbuttons for WAS Pumps 1,447.00 -0- 9 RFP-153 Factory Testing of Lime Slurry Pumps 3,043.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 2.820.826.00 15,194,826.00 20,361.00 $15,215,187.00 The Contract Time is (unchanged).~l~k~l~ by -0- calender days. The Contract completion date will be Januarv 14. 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: ~'~' *~~. ' ~ (Contractor) Recommended by: -- - (En~inee-r)' Approved by: //~~ Date: Date: Date: CONTRACT CHANGE ORDER NO. 21 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order 1. RFP-127 Install Conduit for Initial Telephone Service. By letter of October 12, 1999, the Engineer informed the Contractor of the need to install a 2-inch telephone conduit from the US West telephone riser along the east side of the plant to the new duct bank system at Handhole 24. This would allow new telephone cable to be installed from the telephone company to the RAS/VVAS Pump Station to provide voice communications and incoming and outgoing alarm signals. The Contractor submitted proposed costs of $2,825.00 for this work in a letter dated October 28, 1999. Following discussions, the Contractor submitted revised proposed costs of $774.00 in a December 9 letter. After review, the Engineer informed the Contractor by letter of December 10, 1999 that these costs were acceptable and would be included in a forthcoming change order. 2. RFP-136 Purchase Lime Slurry Pumps for Interim Sludqe Facilities. By letter of August 23, 1999, RFP-112 was established for the proposed interim sludge facilities for the wastewater treatment plant. These facilities must be constructed to handle sludge from the new secondary treatment facilities, as the biosolids disposal project has been delayed. To expedite construction of the interim sludge facilities, it was necessary to pumhase certain pieces of equipment at once. By letter of November 24, 1999, the Engineer explained this situation and supplied a specification for lime slurry pumps Clarification to the soecification was provided in RFI-117, dated December 6, 1999. In a letter dated December 7, the Contractor submitted proposed costs of $11,999.00 for this equipment. Subsequent correspondence of December 23 revised this to $11,390.00. After review, the Engineer informed the Contractor by letter of December 29, 1999 that these costs were acceptable and would be included in a forthcoming change order. 3. RFP-138 Revise Floor Finishes in Traininq Room 012 in Operations Building. In RF1-1072, dated November 30, 1999, the Engineer clarified the extent of carpeting, sheet vinyl flooring and walk-off mat in the Operations Building, and indicated that an RFP would be issued for a revision to the floor coverings in Training Room 012. By letter of that date, the Engineer informed the Contractor of the desire to include some sheet vinyl flooring in the Training Room 012 along the counter, to alleviate possible stains from any spillage. In a letter dated December 23, the Contractor submitted proposed costs of $785.00 for this revision. Following discussions, the Contractor submitted revised proposed costs of $669 by letter dated February 16, 2000. After review, the Engineer informed the Contractor by letter of February 21, 2000 that these costs were acceptable and would be included in a forthcoming change order. 4. RFP-141 Support for Meter Vault Tread Plate. By letter of December 21, the Engineer informed the Contractor that the tread plate for the metering vault deflected considerably; while this was not a safety hazard, it caused some concern. To alleviate this, a support member was needed under two adjacent panels. In a letter dated December 28, the Contractor submitted proposed costs of $684.00 for this work. Following discussions, revised proposed costs of $496.00 were received on December 30. After review, the Engineer informed the Contractor by letter of January 5, 2000 that these costs were acceptable and would be included in a forthcoming change order. RFP-145 Operations Buildinq Tack Board Revisions. By letter of December 28, the Engineer informed the contractor of the desire to delete the custom tack board in Corridor #2 (area 007) of the Operations Building, and to provide instead a standard 6'W X 4'H tack board on the west wall of Training Room (012) and a standard 6'W X 4'H white board on the east wall of the Training Room. In a letter dated February 4, 2000, the Contractor submitted proposed costs of $119.00 for this revision. After review, the Engineer informed the Contractor by letter of February 4 that these costs were acceptable and would be included in a forthcoming change order. RFP-146 Condensate Drain in Air Line. By letter of December 29, 1999, the Engineer informed the Contractor of the need to install a condensate drain on the 8-inch reaeration air pipeline between the RASNVAS Pump Station and the Reaeration Basins. In a letter dated December 30, the Contractor submitted proposed costs of $1,154.00 for this work. Following review and discussions, the Engineer informed the Contractor by letter of February 22, 2000, that these costs were acceptable and would be included in a forthcoming change order. RFP-150 Revise Retaining Walls. By letter of February 7, 2000, the engineer informed the Contractor of the need to revise the CMU retaining wall adjacent to Secondary Clarifier No.3, as the height of fill behind the wall had increased due to prior relocation of the clarifier in RFP-72. The size and thickness of the footing must be increased, and the drainage changed to a continuous perforated pipe. By letter of that same day, the Contractor submitted proposed costs of $1,269.00 for this work. After review, the Engineer informed the Contractor by letter of February 21 that these costs were acceptable and would be included in a forthcoming change order; the Engineer noted that the footing (and retaining wall) at the clarifier was inadvertently shortened by 8-9 feet and indicated that a trade for a subsequent portion of CMU wall and footing for mounting the WWTP entrance sign would be acceptable. RFP-152 Local START/LOCKOUT/STOP Pushbuttons for WAS Pumps. By letter of February 23, 2000, the Engineer informed the Contractor of the need to add a local START/LOCKOUT/ STOP pushbutton at each of the WAS pumps. In a letter dated March 8, 2000, the contractor submitted proposed costs of $1,447.00 for this work. After review, the Engineer informed the Contractor by letter of April 19, 2000, that these costs were acceptable and would be included in a forthcoming change order. RFP-153 Factory Testinq of Lime Slurry Pumps. By letter of March 14, 2000, the Engineer confirmed the need to perform factory testing on the two lime slurry pumps for the Interim Sludge Stabilization Facilities. In a letter dated April 11, 2000, the Contractor submitted proposed costs of $3,043.00 for this work. After review, the Engineer informed the Contractor by letter of April 11 that these costs were acceptable and would be included in a forthcoming change order.