Loading...
Contract - J.D. Abrams, LP - 7/28/2022 Page I of Contract Quantity Adjustment/Change Order rN,01116 Department: Department of Transportation Project — — Name: Kenney Fort Sect.2&3 Date: 7/5/22 City Project Change Order/Quantity ID Number STP 2021(745)MM Adjustment No. 3 Vendor J.D.Abrams LP 5811 Trade Center Dr.Bldg 1 Austin TX 78744 512-322-4000 Company Name Address Phone No. Justification Quantity Adjustment:The clarification from rfi 13 Increased the area of the Headwall/Wingwall at Culvert 11.Added additional month of barricades due to pervious change orders, 12"Strlping Elimination overran during Phase 18 traffic switch. Change Order-Material for Sprinkler System Repairs that were In conflict with the Installation of the foundations for the sound wall. SUMMARY Amount %Change Original Contract Price: $23 409 120 97 t.a� ' �wj Previous Quantity Adjustment(s): $82,404.2 4 r"110–T• This Quantity Adjustment: $88,390.00 Total Quantity Adjustment(s): $170,794,24 Total Contract Price with Quantity Adjustment(s): L $23,579,915.21P, 1,l' " Previous Change Order(s): $1,662,838.44 7% This Change Order: $514.39 0% Total Change Order(s)To Date: $1,663,352.83 7% Adjusted Contract Price [original Contract Price Plus Quantity Adjustment(s)Plus Change Order(s)): $25,243,268.04 8% Difference between Original and Adjusted Contract Prices: $1,834,147.07 Original Contract Time: 450 Time Adjustment by previous Quan.Adj./Change Order: 53 Time Adjustment by this Quan.Adj./Change Order: 5 New Contract Time: 508 1"�"" 'r+ Edgar Reyes,Project Manager.,J.D.Abrams;LP 7iS!22 Prepared Bye Signature Printed Mame,Title,Company Date Contractor: Steven 7_branek VP of Operations,J D Abrams.L P 76,'22 City Project TitleCompany Manager: Sign re M Printed Name, , Date �7 l� 7- Signature Printed Name,Title e Mayor/City -Manager Z Z Z- signatu m Printed Nae, le Date ate - 051 Contract Quantity Adjustment/Change Order .awa.ow cw nv,o V7d Project Name: Kenney Fort Sect.2&3 Quan.Adj./Change Order No.: 3 Change Order Data -- _ Contract Time Item# Item Description Unit Qty. Unit Price Amount Adjustment v: CO3 $514.39 -I Sprinkler S stem Re irs-Pi Intereference With insta0alion of Sound Wap LS I 514.39 0.00 $0.00 $0.00 0.00 $0.00 $O.DD $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0. 0 0.001 0.00 $O.DD $0.00 0.00 $0.00 $0.00 D.00 <A Pnga Io`1 Contract Quantity Adjustment/Change Order m,OV16 Project Name: Kenney Fort Sect.2&3 Quan.Adj./Change Order No.: 3 uanti Adjustment Data Contract Time Adjustment Bid Item# Item Description Unit i,Ity. Unit Price Amount 4666783 WINGWALL PW-I IIW-8FT FA 1 42,000.00 2,000.00 4666783 WINGWALL PW-I HW-BFT EA 2.81 $42,000.00 $118,020.00 5 5026001 BARRICADES,SIGNS,TRAFFIC HANDLING MO 1 10,000.00 $10,000.00 6776005 ELIM EXT PAV MRK&MRKS(IT') LF 200 $11.85 V2,370.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00 $O.00 $0.00 ---- $0.00 0.00 $0.00 0.00 0. 0 $0.00 $0.00 $0.00 0.00 $0.00 $0.00 .00 0.00 0.00 0,00 0.00 $0.00 0.00 0.00 -mle7iiJL3 CONSTRUCTION SERVICES, LLC Phone.512-921-3865 Bid Date: June 2,1022 Proposal#: Culvert 11 Left-Change Order#1 Protect: Kenney Fart BLVD **Certified COA/T%DOT DBE,MBE&HUB** 31-3 Construction services.LLC proposes to provide all the materials,labor,equipment and supervision necessary to perform the following work at the above referencedpro ect per plans andspecifications. ITEM A DESCRIPTION UNITI QUANTITIES BID PRICE ExT.PRICE 1300-486 6783 Win wall PW18*-Original Dimensions EA i.00 $34,600.00 -$34,500,0 1300-466 6783 Wingwall PWI 8'-New Dimensions EA 1.00 $99,892.00 $99,692.00 Total Change $65,392.00 order Notes: All permits,lane closures and traffic control are excluded. All layout is excluded. Field Testing Is excluded Handrail Not Included General Contractor to provide access and staging area for 31-3 materials&equipment. All maintenance Is excluded. Xl shoring and mass excavation are excluded. Al dewaterng Is excluded. Sales tax Is Included In above pricing. If exempt,please send an exemption certificate prior to commencement of work. If bond Is required,add 2.5%of contract amount and place In mobilization. Pricing Is good for thirty(30)days. *****All bid prices are negotiable.***** Mp THI,FL�y9CT REQUEST FOR INFORMATION M � � Ip�Hkiw,�ti d'�J Me TEAM,Me CompwAY RFI Number:2105-002 Subject. Culvert 11 Wingwall Callouts To: JC Montelongo, E.I.T Date of Request: 6/1/22 Engineer Associate/Project Manager City Of Round Rock Date Needed: ASAP Project: City Of Round Rock { )Interpretation of contract requirements Kenney Fort Blvd.-Seg 2&3 ( )Information not shown in the contract documents Control:0914-05-195 ( )Conflict in contract requirements ( )Coordination issue From: ( )Contract drawing reference J.D.Abrams, L.P. ( )Shop drawing reference 5811 Trade Center Drive Bldg.1 ( )Specification reference Austin,Texas 78744 ( )Confirmation (X)Other Description: Plan sheet 180(Culvert 11 Plan&Profile)has a callout for a proposed Headwall(8'),but doesn't include a callout with stations and offsets. Please provide station and offsets for the headwall/wingwalls on culvert 11. Signature: Edgar Reyes Date: 06/01 /2022 Reply: Callotlts for proposed Headwall (8-ft) have been added providing the stationing and offsets for the headwall. Please see attached exhibit (sheet 3). Answered By: Alexis Woffendee Date: 06/01/2022 D.E.J.CONSTRUCTION.INC. Daily Production Report Job No. 2135 Super: Cody Berlelson Project: Kenney Fort Blvd Seg 2&3 Date: 6-21.22 Location: Round Rock Index: Prime: J.D.Abrams Road: 45 WBS ITEM DESCRIPTION UNIT QUANTITY 1 48 WK ZN PAV MRK NON-REMOV W 4 BRK LF 1 2 49 WK ZN PAV MRK NON-REMOV W 4 SLD LF 3 5o WK ZN PAV MRK NON-REMOV Y 4 BRK LF 3 4 51 WK ZN PAV MRK REMOV TY II-A-A LF 4 5 52 WK ZN PAV MRN REMOV TY II-C-R EA 5 6 53 WK ZN PAV MRK REMOV W 4 BRK LF 6 7 54 WK ZN PAV MRK REMOV W 4 SLD LF 2'005 7 8 55 WK ZN PAV MRK REMOV Y 4 SLD LF 2.310 6 9 56 REFL PAV MRK TY I W 8 DOT 90MIL LF 9 10 57 REFL PAV MRK TY I W 8 SLD 90MIL LF 10 11 58 REFL PAV MRK TY I W 12 SLD 90MIL LF 11 12 59 REFL PAV MRK TY I W 24 SLD 90MIL LF 12 13 60 REFL PAV MRK TY I W ARROW 90MIL EA 13 14 61 REFL PAV MRK TY I W DBL ARW 90MIL EA 1 14 151 62 REFL PAV MRK TY I W WORD 90MIL EA 15 16 63 REFL PAV MRK TY I Y 8 SLD 90MIL LF 18 17 64 REFL PAV MRK TY I Y 12 SLD 90MIL LF 17 18 65 REFL PAV MRK TY I Y ISLAND 90MIL LF 18 19 66 IREFL PAV MRK TY II W 4 BRK LF 19 20 87 REFL PAV MRK TY II W 4 DOT LF 20 21 88 REFL PAV MRK TY II W 4 SLD LF 21 22 69 REFL PAV MRK TY II Y 4 SLD LF 22 23 70 REFL PAV MRKR TY bC EA 23 24 71 IREFL PAV MRKR TY II-A-A E4 24 251 72 REFL PAV MRKR TY II-GR EA 25 26 73 ELIM EXT PAV MRK&MRKS 4" LF 1'451 26 27 74 ELIM EXT PAV MRK&MRKS 8' LF 438 27 28 75 ELIM EXT PAV MRK&MRKS 12" LF 224 7a 29 76 IELIM EXT PAV MRK&MRKS ARROW EA 29 301 77ELIM EXT PAV MRK&MRKS WORD EA 30 31 78 ELIM EXT PAV MRK&MRKS UTURN EA 31 32 221 MOBILIZATION LS 1 32 33 33 34 34 35 35 38 1 36 Is Index Complete? Yes or No ® 0 Remarks: Inspectors Name Inspeclors Email or Fax Number J.D.ABRAMS, L.P. 5811 Trade Center Drive Bldg, 1 Austin,Texas 78744 Phone: 512-322-4000 July 5, 2022 J.C. Montelongo II, E.I.T Engineer Associate 1 Project Manager City of Round Rock 3400 Sunrise Dr. Round Rock, Texas 78665 Reference: Sprinkler System Repairs—Sound Wall Installation Kenney Fort Blvd. Project: STP 2021(745)MM Control: 0914-05-195 Dear Mr. Montelongo: Please find attached a change proposal cost summary in the amount of$514.63. The cost summary is for the material required to repair the property owners sprinkler systems since they were in conflict with the installation of the foundations for the sound wall. Please call if you have any questions or need any additional information. Sincerely, J. D. Abrams, L.P. 'fl Edgar Reyes Project Manager Attachments: Cost Summary cc: 2105.2.3.1.020 2105.1.5.011 Steven Zbranek A o D J.D.ABRAMS L.P. o AUSTIN - DALLAS - EL PASO - HOUSTON Change Proposal Cost Summary City Of Round Rock Project: Kenney Fort Seg.2&3 Control: 0914-05-195 Job No.2105 Estimator: Edgar Reyes Change File:011 Date: 5-Jul-22 Brief Scope of Work: Sprinkler System Repairs-Sound Wall Installation Does this Change affect the Contract Time? NO If so,number of days(+/-): 0 WORK DESCRIPTION LAB R MATERIA E IP. S B T LS LABOR: Direct Labor 0.00 0.00 MATERIAL: Total-Material Costs 0.00 0.00 EQUIPMENT Total-Equipment Costs 0 00 0.00 SUBCONTRACTORS: Total-Subcontractor Costs 485.27 485.27 SUBTOTALS: 0.00 0.00 0.00 485.27 485.27 Compensation on Direct Labor-25% D.00 0.00 Burden Compensation on Direct Labor-55% 0.00 0.00 Compensation on Material-25% 0.00 0.00 Compensation on Equipment- 15% 0.00 0.00 Compensation on Subcontracts-5% 24.261 24.26 SUBTOTALS: 0,00 0.00 0.00 509.53 509.53 UNIT PRICES: Unit Unit Price Description Quantity Measure Price 1. 0.00 2. 0.00 3. 0.00 4. 0.00 5 BT TA : 0.00 EEstimate Subtotal 509.53 Unit Price Subtotal 0.00 nd 1.0% 5.10 TOTAL CHANGE PROPOSAL COST: $514.63 o � Project 2105 Directive A N/A Date! 5-Jul-22 Sprinkler System Repairs-Sound Wall Installation Estimator. ER Cha a File: 011 Unit Description Quantity Unit Price L-M-ES Labor Material Equipment Subcontract Total SUBCONTRACT Sprinkler System Repairs iMateriaq-Sound Wali Installation 1.60 LS 465.270 S t:•OC 000 0.00 4W27 495.27 Su total 0.00 0.00 11,09 185. 7 5.27 �� ... _.. BURDEN ... O.Oo .. 0.00 COMPENSATION 0.00 d.aa 4-OG 24.26 24.26 TOTAL