Loading...
R-10-06-24-11C2 - 6/24/2010RESOLUTION NO. R -10-06-24-11C2 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with RGM Constructors, L.P. for the Wyoming Springs Drive Improvements 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 Quantity Adjustment/Change Order No. 3, 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, Quantity Adjustment/Change Order No. 3 to the Contract with RGM Constructors, L.P. for the Wyoming Springs Drive Improvements 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 24th day of June, 2010. yy) ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Secretary O:\wdox\ SCC Ints\0112\ 1005\MUNICIPAL\00194742.DOC/rmc rev. 1/10 Contract Quantity Adjustment/Change Order Department: Transportation Administration Project Name: WYOMING SPRINGS DRIVE IMPROVEMENTS City Project ID Number: TX04WYO Justification Date: Page 1 of 3 5/20/2010 Change Order/Quantity Adjustment No. 3 CHRISTMAS LIGHT CHANGE ORDER REQUESTED BY CORR. FIRE HYDRANT WAS NOT ACCESSIBLE TO EMERGENCY VEHICLE • ADDITIONAL MATL WAS NEEDED. SUMMARY Original Contract Price: Total Contract Price with Quantity Adjustment(s): Previous Change Order(s): This Change Order: Total Change Order(s) To Date: Previous Quantity Adjustment(s): This Quantity Adjustment: Total Quantity Adjustment(s): Original Contract Price Plus Change Order(s) Plus Quantity Adjustment(s): Original Contract Time: Contract Time Prior to this Change Order: Contract Time with All Approved Change Orders: Prepared by: Contractor Approval: City Staff Approval: City Official Approval: Alt7rK Signature Signature gnature Signatures and Approvals MATT GOLD PROJECT MANAGER RGM Printed Name, Title and Company MATT GOLD PROJECT MANAGER RGM Printed Name, Title and Company • .1 0 Printed Name and Title Signature Printed Name and Title Amount $2,050,016.90 $2,127,641.49 $45,867.02 $69,877.58 $115,744.60 $77,624.59 $0.00 $77,624.59 $2,243,386.09 280 o!o Change 2.16% 3.28% 5.44% 302 313 CONSTRUCTORS, CONSTRUCTORS, EXHIBIT L.F 5/20/2010 Date LF 5/20/2010 Date S -24 -Ib Date Date rev. 01/10 Contract Quantity Adjustment/Change Order Change Order Page 2 of 3 Bid Item# Item Description and Change Unit Qty. Unit Price Amount Contract Time Adjustment (Days) 182 183 184 185 186 187 188 ELECTRICAL WIRE (NO.8) INSULATED ELECTRICAL WIRE (NO.10) BARE ELECTR WIRE (NO.10) INSULATED DOUBL DUPLEX OUTLET W/ SUPPORT ELECT. SERV TY A (120/240) CONDUIT (PVC)(1") EXTRA MATL FOR FIRE HYD RELOCAT LF LF LF EA EA LF EA 6360 $2.70 $17,172.00 3 1750 $2.16 $3,780.00 1 2 3500 $2.56 $8,960.00 18 $405.00 $7,290.00 2 2 1 0 2 $6,480.00 $12,960.00 1800 $8.77 $15,786.00 1 $3,92958 $3,929.58 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.0o 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.0o 0 $0.00 $0.00 TOTALS: $69,877.58 11 Contract Quantity Adjustment/Change Order rev. 01/10 Page 4 of 3 TOTALS: $0.00 0 Bid Item# Item Description and Change Unit Qty. Unit Price Amount Contract Time Adjustment (Days) 0 $0.00 $0.00 o $o.00 $0.00 o $o.00 $0.00 0 $0.00 $o.00 o $o.00 $o.00 o $0.00 $o.00 o $o.00 $0.00 o $0.00 $0.00 o $0.00 $o.00 0 $0.00 $0.00 o $0.00 $o.00 o $0.00 $0.00 o $o.00 $o.00 o $0.00 $o.00 o $0.00 $0.00 o $0.00 $o.00 o $0.00 $o.00 o $0.00 $o.00 o $o.00 $0.00 o $0.00 $o.00 o $0.00 $o.00 o $0.00 $o.00 o $o.00 $o.00 o $0.00 $0.00 o $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 TOTALS: $0.00 0 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY Agenda Item No. *11C2. Ci Council Agenda Summary Sheet Agenda Caption: Consider a resolution authorizing the Mayor to execute Quantity Adjustment/Changer Order No. 3 with RGM Constructors, L.P. for the Wyoming Springs Drive Improvements Project. Meeting Date: June 24, 2010 Department: Infrastructure Development and Construction Management Department Staff Person making presentation: Michael Thane, P.E. Director of Infrastructure Management Item Summary: In an agreement with the Fern Bluff MUD the City agreed to provide electric services into roadway islands along Wyoming Springs and in order to install the required circuits the additional materials and labor is required. In addition the relocation of a proposed fire hydrant was required to make it accessible to emergency vehicles Strategic Plan Relevance: 26.0 Construct major elements of the transportation and mobility system as approved by Council in the Master Transportation Plan. Cost: $ 69,877.58 Source of Funds: 4B and Williamson County Funds Date of Public Hearing (if required): N/A Recommended Action: Staff recommends approval EXECUTED DOCUMENT FOLLOWS Contract Quantity Adjustment/Change Order rev. 1/10 Department: Transportation Administration Project Name: WYOMING SPRINGS DRIVE IMPROVEMENTS City Project ID Number: TX04WYO Justification Page 1 of 3 Date: Change Order/Quantity Adjustment No. 5/20/2010 3 CHRISTMAS LIGHT CHANGE ORDER REQUESTED BY CORR. FIRE HYDRANT WAS NOT ACCESSIBLE TO EMERGENCY VEHICLE ADDITIONAL MATL WAS NEEDED. SUMMARY Original Contract Price: Total Contract Price with Quantity Adjustment(s): Previous Change Order(s): This Change Order: Total Change Order(s) To Date: Previous Quantity Adjustment(s): This Quantity Adjustment: Total Quantity Adjustment(s): Original Contract Price Plus Change Order(s) Plus Quantity Adjustment(s): Original Contract Time: Contract Time Prior to this Change Order: Contract Time with All Approved Change Orders: Prepared by: Contractor Approval: City Staff Approval: City Official Approval: P Signabire Signature Signatures and Approvals Signature 12--(0-04-14-- l (1/1— Amount $2,050,016.90 $2,127,641.49 $45,867.02 $69,877.58 $115,744.60 $77,624.59 $0.00 $77,624.59 $2,243,386.09 280 % Change 2.16% 3.28°1a 5.44% 302 313 MATT GOLD PROJECT MANAGER RGM CONSTRUCTORS, Printed Name, Title and Company MATT GOLD PROJECT MANAGER RGM CONSTRUCTORS, Printed Name, Title and Company t.lt 5 lam`.. Printed Name and Title NAV) M46rAW Printed Name and Tide J MI olc L.F 5/20/2010 Date LF 5/20/2010 Date S -24-t6 Dame 6-Vt-t d Date rev. 01/10 Contract Quantity Adjustment/Change Order Page 2 of 3 Bid Item# Item Description and Change Unit Qty. Unit Price Amount Contract Time Adjustment (Days) 182 183 184 185 186 187 188 ELECTRICAL WIRE (NO.8) INSULATED ELECTRICAL WIRE (NO.10) BARE ELECTR WIRE (NO.10) INSULATED DOUBL DUPLEX OUTLET W/ SUPPORT ELECT. SERV TY A (120/240) CONDUIT (PVC)(1") EXTRA MATT_ FOR FIRE HYD RELOCAT LF LF LF EA EA LF EA 6360 $2.70 $17,172.00 3 1750 $2.16 $3,780.00 1 3500 $2.56 $8,960.00 2 18 $405.00 $7,290.00 2 2 $6,480.00 $12,960.00 2 1800 $8.77 $15,786.00 1 0 1 $3,929.58 $3,929.58 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 TOTALS: $69,877.58 11 rear. 01/10 Contract Quantity Adjustment/Change Order Page 4 of 3 TOTALS: $0.00 0 Bid Item# Item Description and Change Unit Qty. Unit Price Amount Contract Time Adjustment (Days) 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 o $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 TOTALS: $0.00 0