Loading...
R-09-02-12-10F2 - 2/12/2009RESOLUTION NO. R -09-02-12-10F2 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with RGM Constructors, L.P. for the Kiphen Road, Phase II Construction Project, and WHEREAS, the Council has determined that it is necessary to make 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 change said Contract in accordance with the attached Contract Change Order No. 9, 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, Contract Change Order No. 9 to the Contract with RGM Constructors, L.P. for the Kiphen Road, Phase II Construction Project, a copy of said 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 12th day of February, 2009. ATTEST: SARA L. WHITE, City Secretary O:\WDOX\RESOLUTI\R90212F2.DOC/rmc ALAN MCGRAW, Mayor City of Round Rock, Texas CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER Page 1 of 3 DEPARTMENT: Transportation Services DATE: 11/20/2008 PROJECT: Kiphen Road Phase II CHANGE ORDER NO: 9 JUSTIFICATION: ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDER: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: TOTAL CONTRACT TO DATE ITEM # 004 203-01 005 210-01 006 340-01 007 340-02 008 340-03 009 340-04 DESCRIPTION OF CHANGES Lime treated subgrade 8" depth fumish lime 12" compacted flexible base including prime coat Hot mix asphalt concrete pavement Type B compl Hot mix asphalt concrete pavement Type C compl Hot mix asphalt concrete pavement Type A compl Hot mix asphalt concrete pavement Type C surfac Machine laid curb and gutter P.C. Concrete sidewalks 5" thickness 017 505-01 Concrete encasement pipe for 42' Dia. 018 505-02 New manhole construction complete 027 508-05 Safety End Treatment TY 1 18" RCP 6:1 )34 510-06(W Ductile iron fittings 24" per ton )37 510-09(W Ductile iron pipe 24" CL 250 per lineal foot 040 510-12 Corrugated metal pipe 18" per lineal foot 041 510-13 Corrugated metal pipe 24" per lineal foot )42 510-14(W Ductile iron pipe 6" CL 250 per lineal foot )43 510-15(W Ductile iron pipe 12" CL 250 per lineal foot )44 511-01(W Manual air release valve 1" diameter 045 511-02 Gate Valve 6" per each 046 511-03 Gate Valve 12" per each 047 551-01 Pipe underdrain 6" TY II per lineal foot 056 602-01 Bermuda block sodding 058 604-02 Native seeding for erosion control (temp) 059 605-01 Soil retention blanket class 1 TY A 063 700-001 WIRE FENCE Work zone pavement markings (removable) 4" in 068 870-01 wid Work zone pavement markings (removable) 4" in 069 870-02 wid Work zone pavement markings (removable) 8" in 070 870-03 wid Work zone pavement markings (non -removable) 4" 071 870-04 in Work zone pavement markings (non -removable) 072 870-05 24" i Work zone pavement markings (non -removable) 4" 073 870-06 in Reflectorized Type I thermoplastic pavement mark 074 871-01 4" solid wht Reflectorized Type 1 thermoplastic pavement mark 075 871-02 4" brkn wht Reflectorized Type 1 thermoplastic pavement marki 076 871-03 8" solid wht Reflectorized Type I thermoplastic pavement mark 077 871-04 24" solid wht Reflectorized Type 1 thermoplastic pavement mark 078 871-05 arrow wht 012 431-01 013 432-01 $7,410,510.31 $522,456.09 ($308,856.68) $213,599.41 $7,624,109.72 CHANGE DATA UNIT SY C.Y. TON TON TON TON L.F. S.F. L.F. EA. EA. TON L. F. L.F. L. F. L. F. L. F. EA. E.A. E.A. L. F. S.Y. S.Y. S.Y. If L.F. L. F. L. F. L. F. L. F. L. F. L.F. L. F. L. F. L. F. EA. Page 1 of 3 QTY. -3321 -1500 -449.17 -440.33 250 -1000 -633 -7500 -60 -18 -2 -2.25 -150 -50 -50 -50 -50 -1 -2 -2 -100 -1044 -46 -10413 -150 -1520 -1520 -180 -10792 -73 -3977 -1416 -820 -593 -765 -2 FINAL QUANTITIY ADJUSTMENTS UNIT PRICE $5.00 $23.00 $53.00 $52.00 $53.00 $52.00 $6.50 $3.20 $300.00 $50.00 $1,600.00 $5,000.00 $200.00 $60.00 $70.00 $35.00 $50.00 $3,000.00 $650.00 $1,300.00 $30.00 $3.00 $1.25 $1.10 $10.00 $1.45 $1.45 $3.80 $0.31 $7.00 $0.31 $0.26 $0.26 $0.95 $4.75 $88.00 AMOUNT $0.00 ($16,605.00) ($34,500.00) ($23,806.01) ($22,897.16) $13,250.00 ($52,000.00) ($4,114.50) ($24,000.00) ($18,000.00) ($900.00) ($3,200.00) ($11,250.00) ($30,000.00) ($3,000.00) ($3,500.00) ($1,750.00) ($2,500.00) ($3,000.00) ($1,300.00) ($2,600.00) ($3,000.00) ($3,132.00) ($57.50) ($11,454.30) ($1,500.00) ($2,204.00) ($2,204.00) ($684.00) ($3,345.52) ($511.00) ($1,232.87) ($368.16) ($213.20) ($563.35) ($3,633.75) [($176.00) ADDED DAYS CALENDAR DAYS EXHIBIT nAn • CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER DEPARTMENT: Transportation Services PROJECT: Kiphen Road Phase II ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDER: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: TOTAL CONTRACT TO DATE ITEM # PREPARED Y: DESCRIPTION OF CHANGES SIGNATURE ' NGINEER) SIGNATURE (CONTRACTOR) PRINTED NAME: Robert Allison $7,410,510.31 $522,456.09 ($308,856.68) $213,599.41 $7,624,109.72 CHANGE DATA DATE DATE UNIT /4107 11/20/2008 TITLE: Vice President APPROVED: CITY OF ROUND ROCK DATE JUSTIFICATION: 1 Per the City of Round Rock, RGM as Required Page 3 of 3 QTY. Page DATE: CHANGE ORDER NO: JUSTIFICATION: 1 of 3 11/20/2008 9 FINAL QUANTITIY ADJUSTMENTS UNIT PRICE AMOUNT ADDED DAYS CALENDAR DAYS PERCENT OF ORIGINAL CONTRACT PRICE THIS CHANGE ORDER.: PREVIOUS CHANGE ORDER: TOTAL % CHANGE ORDER: ORIGINAL CONTRACT PRICE PLUS CHANGE ORDER: ($308,856.68) $522,456.09 2.88% $7,624,109.72 EXECUTED DOCUMENT FOLLOWS CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER Page 1 of 3 DEPARTMENT: Transportation Services DATE: 11/20/2008 PROJECT: Kiphen Road Phase II CHANGE ORDER NO: 9 JUSTIFICATION: ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDER: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: TOTAL CONTRACT TO DATE ITEM # 004 203-01 005 210-01 006 340-01 007 340-02 008 340-03 009 340-04 012 431-01 013 432-01 DESCRIPTION OF CHANGES Lime treated subgrade 8" depth furnish lime 12" compacted flexible base including prime coat Hot mix asphalt concrete pavement Type B compl Hot mix asphalt concrete pavement Type C comp) Hot mix asphalt concrete pavement Type A compl Hot mix asphalt concrete pavement Type C surfac Machine laid curb and gutter P.C. Concrete sidewalks 5" thickness 017 505-01 Concrete encasement pipe for 42" Dia. 018 505-02 New manhole construction complete 027 508-05 Safety End Treatment TY 1 18" RCP 6:1 )34 510-06(W Ductile iron fittings 24" per ton )37 510-09(W Ductile iron pipe 24" CL 250 per lineal foot 040 51 0-1 2 Corrugated metal pipe 18" per lineal foot 041 510-13 Corrugated metal pipe 24" per lineal foot )42 510-14(W Ductile iron pipe 6" CL 250 per lineal foot )43 510-15(W Ductile iron pipe 12" CL 250 per lineal foot )44 511-01(W Manual air release valve 1" diameter 045 511-02 Gate Valve 6" per each 046 511-03 Gate Valve 12" per each 047 551-01 Pipe underdrain 6" TY II per lineal foot 056 602-01 Bermuda block sodding 058 604-02 Native seeding for erosion control (temp) 059 605-01 Soil retention blanket class 1 TY A 063 700-001 WIRE FENCE Work zone pavement markings (removable) 4" in 068 870-01 wid Work zone pavement markings (removable) 4" in 069 870-02 wid Work zone pavement markings (removable) 8" in 070 870-03 wid Work zone pavement markings (non -removable) 4" 071 870-04 in Work zone pavement markings (non -removable) 072 870-05 24" i Work zone pavement markings (non -removable) 4' 073 870-06 in Reflectorized Type I thermoplastic pavement mark 074 871-01 4" solid wht Reflectorized Type I thermoplastic pavement mark 075 871-02 4" brkn wht Reflectorized Type I thermoplastic pavement marki 076 871-03 8" solid wht Reflectorized Type I thermoplastic pavement mark 077 871-04 24" solid wht Reflectorized Type I thermoplastic pavement mark 078 871-05 arrow wht x--01- 02- EZ-I()�Z-. $7,410,510.31 $522,456.09 (S308,856.68) $213,599.41 $7,624,10912 CHANGE DATA UNIT SY C.Y. TON TON TON TON L. F. S. F. L. F. EA. EA. TON L. F. L. F. L. F. L. F. L. F. EA. E.A. E.A. L. F. S.Y. S.Y. S.Y. If L. F. L. F. L. F. L. F. L. F. L. F. L. F. L. F. L. F. L. F. EA. Page 1 of 3 QTY. -3321 -1500 -449.17 -440.33 250 -1000 -633 -7500 -60 -18 -2 -2.25 -150 -50 -50 -50 -50 -1 -2 -2 -100 -1044 -46 -10413 -150 -1520 -1520 -180 -10792 -73 -3977 -1416 -820 -593 -765 -2 FINAL QUANTITIY ADJUSTMENTS UNIT PRICE $5.00 $23.00 $53.00 $52.00 $53.00 $52.00 $6.50 $3.20 $300.00 $50.00 $1,600.00 $5,000.00 $200.00 $60.00 $70.00 $35.00 $50.00 $3,000.00 $650.00 $1,300.00 $30.00 $3.00 $1.25 $1.10 $10.00 $1.45 $1.45 $3.80 $0.31 $7.00 $0.31 $0.26 $0.26 $0.95 $4.75 $88.00 AMOUNT $0.00 ($16,605.00) ($34,500.00) ($23,806.01) ($22,897.16) $13,250.00 ($52,000.00) ($4,114.50) ($24,000.00) ($18, 000.00) ($900.00) ($3,200.00) ($11,250.00) ($30,000.00) ($3,000.00) ($3,500.00) ($1,750.00) ($2,500.00) ($3,000.00) ($1,300.00) ($2,600.00) ($3,000.00) ($3,132.00) ($57.50) ($11,454.30) ($1,500.00) ($2,204.00) ($2,204.00) ($684.00) ($3,345.52) ($511.00) ($1,232.87) ($368.16) ($213.20) ($563.35) ($3,633.75) ($176.00) ADDED DAYS CALENDAR DAYS CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER Page 1 of 3 DEPARTMENT: Transportation Services DATE: 11/20/2008 PROJECT: Kiphen Road Phase II CHANGE ORDER NO: 9 JUSTIFICATION: ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDER: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: TOTAL CONTRACT TO DATE ITEM # 079 871-06 080 871-07 081 871-08 082 871-09 083 871-10 084 871-11 085 871-12 086 871-13 087 871-14 088 871-15 089 871-16 090 871-17 091 871-18 092 871-19 093 871-20 094 873-01 095 873-02 096 873-03 098 874-01 099 618-01 101 150-01 102 158-01 109 658-01 110 6038-01 co#3 co#3 co#3 new c0 c0 co#9 DESCRIPTION OF CHANGES Reflectorized Type I thermoplastic pavement mark word wht Reflectorized Type I thermoplastic pavement mark 4" solid yell Reflectorized Type I thermoplastic pavement marki 4" yel brkn Reflectorized Type I thermoplastic pavement mark 12" soid yel Reflectorized Type I thermoplastic pavement mark 24" yel sold Reflectorized Type II paint pavement markings 4" wht solid Reflectorized Type II paint pavement markings 4" wht brkn Reflectorized Type II paint pavement markings 8" wht solid Reflectorized Type II paint pavement markings 24" wht sol Reflectorized Type II paint pavement markings (arrow white Reflectorized Type II paint pavement markings (word white Reflectotrized Type II paint pavement markings 4" yel solid Reflectorized Type II paint pavement markings 4" yel broken Reflectorized Type II paint pavement markings 12" yel solid Reflectorized Type II paint pavement markings 24" yel solid Class B raised pavement markings type I -A Class B raised pavement markings type I -C Class B raised pavement markings type II -A Eliminating existing pavement markings 4" Conduit (PVC) (SCHD 40) (2") (2' depth) Miscellaneous blading work as directed Miscellaneous backhoe work as directed Object marker assembly (OM -2X) (WC) GND Portable Changeable Message sign per day Salt'. Conc. Box Culvert (5FTx3FT) to CoRR Salv. Conc. Box Culvert (4FTx3FT) to CoRR Salt'. Conc. Box Culvert (3FTx3FT) to CoRR Majot Manhole adjustments under traffic Misc ROW prep Misc ROW prep Repair burned Asphalt $7,410,510.31 $522,456.09 ($308,856.68) $213,599.41 $7,624,109.72 CHANGE DATA UNIT EA. L.F. L. F. L.F. L.F. L.F. L.F. L.F. L.F. EA. EA. L.F. L. F. L.F. L.F. EA. EA. EA. L. F. L.F. HR. HR. EA. DAY LF LF LF Ea SF EA sum QTY. -2 -3284 -1524 -164 -317 -1302 -880 -576 -828 -17 -15 -3816 -1524 -719 -317 -2 -140 -30 -6285 -345 -18 -18 -3 -100 -21 -8 -24 6 50 FINAL OUANTITIY ADJUSTMENTS UNIT PRICE $115.00 $0.30 $0.30 $2.50 $5.00 $0.22 $0.22 $0.52 $3.00 $45.00 $78.00 $0.31 $0.31 $3.10 $3.30 $7.75 $5.25 $3.50 $0.60 $6.25 $100.00 $70.00 $40.00 $240.00 $168.00 $155.00 $120.00 $1,900.00 $53.00 $1,200.00 $11,252.75 AMOUNT ($230.00) ($985.20) ($457.20) ($410.00) ($1,585.00) ($286.44) ($193.60) ($299.52) ($2,484.00) ($765.00) ($1,170.00) ($1,182.96) ($472.44) ($2,228.90) ($1,046.10) ($15.50) ($735.00) ($105.00) ($3,771.00) ($2,156.25) ($1,800.00) ($1,260.00) ($120.00) ($24,000. 00) ($3,528.00) ($1,240.00) ($2,880.00) $11,400.00 $2,650.00 $1,200.00 $11,252.75 ADDED DAYS CALENDAR DAYS Page 2 of 3 TOTAL: (S308,856.68) 0 CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER Page 1 of 3 DEPARTMENT: Transportation Services DATE: 11/20/2008 PROJECT: Kiphen Road Phase II CHANGE ORDER NO: 9 JUSTIFICATION: FINAL GUANTITIY ADJUSTMENTS ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDER: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: TOTAL CONTRACT TO DATE ITEM # PREPA D BY: ,,IA„..,,v,„____ SIGNA URE (ENGINEER) DESCRIPTION OF CHANGES $7,410,510.31 $522,456.09 ($308,856.68) $213,599.41 $7,624,109.72 CHANGE DATA UNIT DATE SIGNATURE (CONTRACTOR) DATE PRINTED NAME: Robert Allison 11/20/2008 TITLE: Vice President APPROVED: Yh ✓Ze 2.iz4)9 CITY OF ROUND ROCK DATE JUSTIFICATION: 1 Per the City of Round Rock, RGM as Required Page 3 of 3 QTY. UNIT PRICE AMOUNT ADDED DAYS CALENDAR DAYS PERCENT OF ORIGINAL CONTRACT PRICE THIS CHANGE ORDER.: ($308,856.68) PREVIOUS CHANGE ORDER: $522,456.09 TOTAL % CHANGE ORDER: 2.88% ORIGINAL CONTRACT PRICE PLUS CHANGE ORDER: $7,624,109.72