Loading...
R-2017-4509 - 6/22/2017 RESOLUTION NO. R-2017-4509 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with Muniz Concrete & Contracting Inc. for the Brushy Creek Regional Trail Gap Project, and WHEREAS, the Council has determined that it is necessary to make adjustments/changes to the quantity of work to be performed or materials, equipment, or supplies to be provided, and WHEREAS, it has been determined that it is necessary to adjust/change the quantities in said Contract in accordance with the attached Change Order No. 4,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City, Change Order No. 4 to the Contract with Muniz Concrete & Contracting Inc. for the Brushy Creek Regional Trail Gap Project, a copy of said quantity adjustment/change order being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 22nd day of June, 2017. CRAIG RGrk, ayor City of Round Rexas ATTEST: ,2v�- � f��* SARA L. WHITE, City Clerk 0112,1704;00379940 EXHIBIT "A„ Formz,46-L (Rev,10111) CONSTRUCTION CONTRACT CHANGE ORDER NUMBER: 4 Page I of I 1.CONTRACTOR: Muniz Concrete&Contracting Inc. CCSJ: 0914-05-161 2.Change Order Work Limits:Sta. A165/6100/adal/sprl to Sta.7223/2843/364/314 Project: STP 2009(376)MM 3.Type of Change(on federal-aid non-exempt projects): Major (Major/Minor) Highway: 4.Describe the change and the reason for the change order.When necessary,include County: Williamson exceptions to this agreement. District: Change Order#4 adds balance of agreed upon Proposal 8 items. Seeding, Flagstone pavement,bench,excavation and embankment are quantitiy extensions. Remove and relocate Rock blocks,swale downstream of parking lot and Contract realignment to tie into other subcontractor's sidewalk are new items. Number: 5.New or revised plan sheer(s)are attached and numbered: n/a Each signatory hereby warrants that each has the authority to execute this Change Order. By signing this change order,the contractor agrees to waive any and all The following information must be provided claims foradditional compensation due to any and all otherexpenses; additional changes for time.overhead and prorit:or toss of compensation Time Ext.#: 4 Days added on this C.O. 59 as a result of this change Further.the contractor agrees that this agreement is made in accordance with Item 4 and the Contract.Exceptions should be noted in thus or. above. Amt.added by this change order: 5137,019.02 For TxDOT use only: THErRACTOR� Date 04/17/17 Days participating: By Muniz Concrete&Contracting,Inc. Amount participating: Typed/Printed Name Gregg Matocha Signature Date Typed/Printed Title Project Manager/Estimator Namefritle RECOMMENDED FOR EXECUTION: Y1 I�k11_' fi 0 Sb 1 N me itle ate Name/Title Date FKL MANA&e'A APPROVED r-1 REQUEST APPROVAL Name/Title Date Name/Title Date APPROVED REQUEST APPROVAL Name/Title Date Name/Title Date []APPROVED ❑REQUEST APPROVAL �Name/Title Dat NameTtle Date Engineer's Seal. APPROVED ANMNIO A.PR 9375tH ± CONSTRUCTION CONTRACT CHANGE ORDER NUMBER: 4 Estimated Cost: CC51: TABLE A:Force Account Work and Materials Placed into Stock Pad fiy Invoice'i r7ves No BO HOU LY ATE EQUIPMENT HOURLY RATE TABLE B:Contract Items ORIGINAL+PREVIOUSLY NEW REVISED ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY ITEM COST OV UNI UNDERRUN 2 Excavation(Roadway) CY 16.00 2,731.00 43,696.00 4,298.51 68,776.16 25,080.16 3 Embankment(FindB(Ord Comp)(C) CY 24.00 2,195.00 52,680.00 5,113.54 122,724.96 70,044.96 4 Broadcast Seed(Perm)fRurap(Clay) SY 0.17 18,934.00 3,218.78 50,197.00 8,533.49 5,314.71 5 Broadcast Seed(Temp)(Warm) SY 0.17 9,467.00 1,609.39 9,467.00 1,60939 0.00 6 Broadcast Seed(Temp)(Cool) SY 0.17 9,467.00 1,609.39 25,098.SO 4,266.74 2,657.36 7 Soil Retention Blankets ICL 1)(TY A)SY 138 5,360.00 7,396.80 3,996.00 5,514.48 - 1,882.32 8 Soil Retention Blankets(CL 2)(TY H)SY 21.00 475.00 9,975.00 930.60 19542.60 9,567.60 9 Flex Base(Cmp In Place)(TYA GRI) CY 65.00 2,259.00 146,835.00 1,993.00 129,545.00 17,290.00 30 Concrete Curb(Ribbon)(Mod)(12') LF 12.00 49.00 588.00 0.00 0.00 588.00 37 Ref Pav Mrk TY II(W)12"(SLOT LF 1.05 4200 44.10 0.00 0.00 - 44.10 45 Retaining Wall(4x2x2 Limestone) SF 26.00 3,865.00 100,490.00 4,196.00 109,096.00 8,606.00 51 Flagstone Pavement SF 12.00 707.00 8,494.00 1,076DO1 12.91200 4,428,00 55 Bench EA 1 1,300.00 14.00 18,200.00 17.00 22,100.00 3,900.00 62 Interpretive Signage(Allow 57,0D0)LS 3.500.00 2.00 7,000.00 0.00 0.00 - 7,000,00 63 Interpretive Sign Structures EA 1,650.00 2.00 3,300.00 0.00 0.00 - 3,300.00 67 Pedestrian Handrail LF 82.00 288.00 23,616.00 494.00 40,508.00 16,892.00 C04-1 Rmv/Reloc Ret.Wal)Blocks SF 29.28 0.00 0.00 176.00 5,153.28 5,153.28 C04-2 install Swale off Parking Lot LS 5,752.50 0.00 0.00 1.00 5,752.50 5,752.50 C04.3 Realign trail to tie into sidewalk LS 7,393.13 0.00 0.00 1.00 7,393.13 7,393.13 C04-4 Item 33;Conc Sidewalk S"R&R SY 39.50 0.00 0.00 32.50 1,283.75 1,283.75 C04-5 Parking Lot Sleeves LF 10.00 0.00 0.00 105.00 1,050.00 1,050.00 TOTALS 1 428,742.46 565,761.48 137,0)9.0 TXDOT Form 2146 L TAB(Rev.10111)Page 1 of 2 CONSTRUCTION CONTRACT CHANGE ORDER NUMBER: 4 TABLES:Contract Items(Contlnued) CCSJ: ORIGINAL+PREVIOUSLY NEW REVISED ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY ITEM COST OVERRUNI UNOERRUN The"Totals'from Table 8 of the previous work sheet: 428,742.46 565,761.4 137,019.0 TOTALS 428,742.4q 565,761.41 137,019.02 TXDOT Farm 2146-L TAB(Rev 10/11)Page 2 of 2