Loading...
CM-2018-1847 - 9/7/2018ao MAC10C rev, 01. M Department: Project Name: City Project ID Number Vendor Pagel of 3 Contract Quantity Adjustment/Change Order Building Construction General Services FS9, Phase 2 Date: 8/29/18 Change Order/Quantity Adjustment No. 1 Prime Construction 20907 Martin Lane, Pfau erville 512-2447799 Company Name Address Phone No Justification The Fire Department requested a change to the Fire apparatus Bay Overhead Doors dimensions from a per plan 12'W x 141H to a 14'W x 14'H. After erection of the steal shell on slab, the Fire Department was able to back the Fire Engine into the framed apparatus bay doors. The width clearance was 5 to 8 inches on each side of the truck. Before moving forward with the bay buildout, the proposed change of the larger door dimensions would decrease any future liability damage to the Fire Engine. SUMMARY Original Contract Price: Previous Quantity Adjustment(s): This Quantity Adjustment: Total Quantity Adjustment(s): Total Contract Price with Quantity Adjustment(s): Previous Change Order(s): This Change Order: Total Change Order(s) To Date: Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s) Plus Change Order(s)): Difference between Original and Adjusted Contract Prices: Original Contract Time: Time Adjustment by previous Quan. Adj./Change Order: Time Adjustment by this Quan. Adj./Change Order: New Contract Time: L Richard r e` Amount % Change 90 Days 0 0 a CORR 0% $5,529.00 1.3% $5,529.00 1.3% $431,103.00 $5,529.00 Mayor/CRV Signature I f "'"-2011- IN7 Laurie 5lgnature Printed Name, Title, Company Date Contractor: / Brian Ritter, President, Prime Construction Company, Inc. 8-29-18 signature Printed Name, Title, Company Date City Project Manager: Chad McDowell General Services Director CORR Slg�+*'e + Printed Name, Title Date �s Mayor/CRV Signature I f "'"-2011- IN7 Laurie Contract Quantity Adjustment/Change Order 1lplINO kOCK rlv, 'OVA Project Name: FS9, Phase 2 Quan. Adj./Change Order No.: Chance Order Mata Page 2 of 3 Item # Item Description Unit Qty,* Unit Price Amount Contract Time Adjustment (Days) 1 Fire Apparatus Bay Overhead Doors 1 $5,529.00 $5,529.00 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.001 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 'F TA$5,57w.w Fire Station 9 Phase 2 Change Order #01 Summary Date: 8/28/2018 The Fire Department requested a change to the Fire Apparatus Bay Overhead Doors dimensions from a per plan 12'W x 14'H to a new 14'W x 14'H. After erection of the steal shell on slab, the Fire Department was able to back the Fire Engine into the framed opening of the apparatus bay doors. The width clearance was 6 to 8 inches on each side of truck. Before moving forward with the bay build out, the proposed change of the larger door dimensions would decrease any future liability damage to the Fire Engine. Change Order # to the contract: 01 Cost: $5,529.00 Total this Change Order: $5,529.00 Contingency Original Available Balance: (not including Change Order) $2,449.11 $1,587.61 Betterment Original: Available Balance: $15,000.00 $2,187.85 The additional funds needed for this change order have been identified by the CORR Fire Department and the CORR Financial Manager. $5,529.00 will be transferred from the 2014 Go Bonds, Fire Station 3 Project to the F59 Phase 2 Project. FS9 PH2 existing contingency and betterment accounts will not be used to fund this change order. PRIME CONSTRUCTION COMPANY, INC. 01 11 lf.PMUSa.coti! 20907 Martin Ln Pflegerville, TX 78660 (office) 512.244.7799 (fax) 512.990.9886 Owner Betterment Adjustment/Change Order Estimate 04 Project: CORR Fire Station #9 Phase 2 Date: 8/27/18 This Change Order Estimate includes the following modifications to the scopes of work originally contracted for the subject project between Ritter — Botkin Prime Construction Company Inc. (Contractor) City of Round Rock (Owner): SCOPE: Furnish and install all materials, tools, and labor required for the following scopes of work Supply and install (2) 14'x14' roll -up doors in lieu of the specified 12'x14' roll -up doors - Doors as per approved submittal SUB TTL: $4,808-00 15% OHP: $721.00 TTL: $5,529.00 Frank's Welding SVC 7403 E Riverside Dr #29 Austin, TX 78741 Phone: (512) 947-4269 DATE: 8-20-18 E-mail: franksweldingsvc@gmail.com ESTIMATE #: 122 Bill To: PRIME CONSTRUCTION COMPANY, INC_ 20907 Martin Ln Ptlugerville, TX 78660 (512) 244-7799 bdan@pcciusa.com DESCRIPTION Quant" Unit Price ($) Total ($) Supply and install new framing for re -sized bay doors Additional Note: Work to be performed at_ City of Round Rock Fire Station #9, 2721 Sam Bass Rd, Round Rock, TX 78681. $ 1,900.00 Sub Total $ Sales Tax $ Balance $ Thank you for your business, we appreciate your feed back. Please write to us at franksweldinasvc@gmail.com 1,900.00 1,900.00 ALAMO DOOR SYSTEMS SAN ANTONIO, TX April 2, 20I8 Prime-EonV'ruction Alamo Door Systems 163511 Nacogdoches Road San Antonio, TX 78247 (210) 657-1150 ext 309 Phone (210) 657-0327 Fax Proposal R.R. Firc Station 9 Subject to the conditions listed below, we propose to rurnish and install the following: Asta 201 HD Sheet rollup door prefinished white. Motor operation with back up chain hoist and wall mount control station. Quantity and Size: Silandard lea 12 x 12 Zea 12 x 14 Bid installed no tax inc. X7,076.00 Note Due to a volatile steel market and potential material cost increases, this quote is valid for orders placed within 30 days and ready for immediate fabrication and shipment. All orders placed for delayed shipment will be subject to an escalation clause based on the invoice method. This proposal is based on the following conditions: 1. Special insurance requirements may cost additional premiums. Any additional insurance premiums will be added to this proposal amount. Attached is a description of our standard insurance package. 2. Protection of our work "in place" is not our responsibility. We will not be responsible for damage to our work caused by other parties or by the improper use of equipment by others. 3. We will NOT indemnify or "hold harmless" any party from claims attributable to bodily injury, sickness, disease or death, or to damage or destruction of tangible property, where such claim or damage is caused "in whole" by any other party. We will NOT indemnify any other party from the consequences of their own negligence. If you accept this proposal, then you agree that any such language in your subcontract agreement will be superseded by this proposal. 4. In the event that our contract/subcontract agreement is with a general contract or construction management firm, then we will look to same for payment of our work. Any subcontract language which states that payment by owner to contractor shall be a "condition precedent" to payment by contractor to subcontractor will be superseded by this proposal. Nothing in the subcontract agreement shall be construed to require us to continue performance of the work if we do not receive timely payment for properly performed work and for suitable stored materials. 5. This bid is conditioned on parties entering into a mutually acceptable subcontract agreement. If the parties do not agree on the form of subcontract, then they will execute an American Institute of Architect's A401-1997 form subcontract. 6. Venue of any disputes hereunder or arising from the Project will be in the County where the Project is located. 7. '1 he contractor's schedule shall provide time for us to perform our work between the hours of 7:30 Ct.tn. and 6:00 p.m. on weekdays. This proposal does not include provision for our being required to perfoin, overtime work for delays not caused by tis. 8. Unless noted otherwise, all applicable state and local taxes are not included and should be added. 9. All openings to be properly framed by the general contractor and ready to receive our material. 10. All finished painting is by others unless material is specifically noted as pre -finished. 11. We exclude countertops and sills unless specifically noted otherwise. 12. Lead time for this material is approximately 6 weeks after field dimensions. 13 We will successfully "Drop Test", with a witness, a counter fire door one time only. Any additional drop tests and re -set of the door will be an additional chargc. 14. Prices are subject to change if not accepted within 60 days. 15.No changes will be performed except on the written order of the Contractor; Subcontractor is entitled to equitable adjustment in the subcontract price and time for such changes. This proposal excludes the following: I . We exclude all wire, conduit and wiring for power and controls 2. We exclude extension and hook-up of wiring for SS90B release devices, stroke or fire alarms, smoke detectors, photo eyes or sensors, pneumatic or electrical safety edges, ctc., that are tied into the building alarm system. 3. Alamo Door Systems will not be responsible for wiring of any type unless noted otherwise. 4. Alamo Door Systems will make final connections only. This proposal is subject to the following terms: 1. All orders are subject to credit approval and are C.O.D. unless credit has been approved. 2. If credit has not been approved, a 50% deposit will be required with the order with the balance due at the time of the installation. 3. Cash, checks and credit cards are accepted. 4. Subcontractor will not be required to furnish releases or waivers of bond or lien claims beyond the extent of collected payments. Very truly yours, ALAMO DOOR SYSTEMS Yen Gordon Ken Gordon ACCEPTANCE: 'terms, price and specifications on all pages of this proposal are hereby accepted and the work is authorized. Purchaser: Signature: �__ __ �r. Title: Date: A14AMO DOOR SYSTEMS SAN ANTONIO. TX August 22, 2018 Alamo Door Systems 16358 Nacogdoches Road San Antonio, TX 78247 (210) 657-1150 ext. 305 Phone (210) 657-0327 Fax Proposal: Round Rock Fire Station # 9 Revised Subject to the conditions listed below, we propose to furnish and install the following: Asta 201 sheet roll up doors, prefinished white. Motor operation with back up chain hoist and wall mounted control station. Quantity and size: Special Order 14'x14' lea, 12-0 x 14-0. Zea, 14-0 x 14-0. Bid installed no tax inc. $ 9,984.00 This proposal is based on the following conditions: 1. Special insurance requirements may cost additional premiums. Any additional insurance premiums will be added to this proposal amount. Attached is a description of our standard insurance package. 2. Protection of our work "in place" is not our responsibility. We will not be responsible for damage to our work caused by other parties or by the improper use of equipment by others. 3. We ,%vrili NOT indemnify or "hold harmless" any party from claims attributable to bodily injury, sickness, disease or death, or to damage or destruction of tangible property, where such claim or damage is caused "in whole" b) any other party. We will NOT indemnify any other party from the consequences of their owm negligence. If you accept this proposal, then you agree that any such language in your subcontract agreement will be superseded by this proposal. 4. In the event that our contract/subcontract agreement is %N-ith a general contract or construction management firm, then we «rill look to same for payment of our work. Any subcontract language which states that payment by owner to contractor shall be a "condition precedent" to payment by contractor to subcontractor will be superseded by this proposal. Nothing in the subcontract agreement shall be construed to require us to continue performance of the work if we do not receive timely payment for properly performed work and for suitable stored materials. 5. This bid is conditioned on parties entering into a mutually acceptable subcontract agreement. If the parties do not agree on the form of subcontract, then they will execute an American Institute of Architect's A401-1997 form subcontract. 6. Venue of any disputes hereunder or arising from the Project will be in the County where the Project is located. 7. The contractor's schedule shall provide time for us to perform our work between the hours of 7:30 a.m. and 6:00 p.m. on weekdays. This proposal does not include provision for our being required to perform overtime work for delays not caused by us. 8. Unless noted otherwise, all applicable state and local taxes are not included and should be added. 9. All openings to be properly framed by the general contractor and read) to receive our material. IO.All finished painting is by others unless material is specifically noted as pre -finished. 11. We exclude countertops and sills unless specifically noted othenvise. 12. Lead time for this material is approximately 6 weeks after field dimensions. 13. we will successfully "Drop Test", with a witness, a counter fire door one time only. Any additional drop tests and re -set of the door will be an additional charge. NOTE Due to a volatile steel market and potential material cost increases quote is valid for orders placed within 30 days and ready for immediate shipment. I. All orders placed for delayed shipment will be subject to an escalation clause based on the invoice method. This proposal excludes the following: L We exclude all wire, conduit and wiring for power and controls. 2. We exclude extension and hook-up of wiring for SS90B release devices, smoke or fire alarms, smoke detectors, photo eyes or sensors, pneumatic or electrical safety edges, etc., that are tied into the building alarm system. 3. Alamo Door Systems will not be responsible for wiring of any type unless noted otherwise. 4. Alamo Door Systems will make final connections only. 5. We exclude operability under wind load. 6. We exclude Delegated Design. 7. Includes one drop test of fire doors, 7 day notice before testing, after that additional cost will occur. This proposal is subject to the following terms: 1. All orders are subject to credit approval and are C.O.D. unless credit has been approved. 2. If credit has not been approved, a 50% deposit will be required with the order with the balance due at the time of the installation. 3. Cash, checks and credit cards are accepted. 4. Subcontractor will not be required to furnish releases or waivers of bond or lien claims beyond the extent of collected payments. Very truly yours, ALAMO DOOR SYSTEMS Wamn Ways Warren Ma} s ACCEPTANCE: Terms, price and specifications on all pages of this proposal are hereby accepted and the work is authorized. Purchaser: Signature: Title: Date: IT City of Round Rock UND ROCK XAs Agenda Item Summary Agenda Number: Title: Consider executing Quantity Adjustment/Change Order No. 1 with Prime Construction Company, Inc. for the Fire Station No. 9 Project (Phase 2). Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 9/7/2018 Dept Director: Chad McDowell, General Services Director Cost: $5,529.00 Indexes: 2017 General Obligation Bonds Attachments: Change Order, lAF - Quantity Adjustment -Change Order #1 w- Prime for Fire Station No. 9 (Phase 2) (00408696xA08F8) Department: General Services Department Text of Legislative File CM -2018-1847 Consider executing Quantity AdjustmentlChange Order No. 1 with Prime Construction Company, Inc. for the Fire Station No. 9 Project (Phase 2). The Fire Department requested a change to the Fire Apparatus Bay Overhead doors dimensions. Cost: $5,529 Source of Funds: 2017 General Obligation Bonds City of Round Rack Page 1 Printed on 9/6/2098