Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-96-04-11-13D - 4/11/1996
WHEREAS, the City of Round Rock and the Round Rock Independent School District desire to enter into an Interlocal Agreement for the construction of the Bowman Road extension; and WHEREAS, the Round Rock Independent School District currently has contracted for the construction of off -site street, drainage and wastewater utilities for a new middle school; and WHEREAS, the City of Round Rock desires to help Round Rock Independent School District with the extension of Bowman Road to said school site; and WHEREAS, the City of Round Rock Independent School District proposes to amend the above - mentioned contract by issuing a change order for the construction of the extension of Bowman Road; 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 an Interlocal Agreement between the City of Round Rock and the Round Rock Independent School District for the construction of the Bowman Road extension, said Agreement being attached hereto and incorporated herein for all purposes. RESOLVED this llth day of April, 19 .6. ATTEST: 2¢. C \WPOOCS \POSOttli'I \Ii5609110 WPO /k9 NNE LAND, City Secretary RESOLUTION NO. R- 96- 04- 11 -13D CHARLES CUL• P' fR, Mayor City of Round Rock, Texas APR -09 -96 TUE 13:48 .INTERLOCAL AGREEMENT BETWEEN THE ROUND ROCK INDEPENDENT SCHOOL DISTRICT AND THE CITY OF ROUND ROCK The parties this Agreement are „the Round Rock Independent School District, an independent school district existing in Williamson and Travis Counties, Texas ("School District ") and the City of Round RoCk, Texas, a municipal=ity existing in Williamson County, Texas ( "City "). PREAMBLES ='» WHEREAS, the School District is constructing a school facility known as Hopewell Middle School within the City; and } �{ WHEREAS, as a part of the School District's construction project, it is constructing certain roadway improvements adjacent to the school facility; and • :c WHEREAS, in order to provide public access to the school facility, the City has determined that it should construct additional roadway improvements adjacent to and connecting with the roadway improvements being constructed by the School District; and WHEREAS, the School District, incompliance with applicable laws related to purchases by independent school districts, has properly bid and awarded a contract for the construction of the roadway improvements currently being constructed; and Ct WHEREAS, it would be in the public "iinterest and result in the saving of time and public funds to allow the School District's contractor to construct the roadway improvements to be constructed by the City and the City to fund the construction of the improvements by , payment for the improvements to the School District; and WHEREAS, the Interlocal Cooperation Act, Government Code Section 791.001 et seq., and in particular Section 791.028, authorizes the City and the School District to enter into an interlocal cooperation contract to carry out the purposes set out in this Agreement; and ' -F WHEREAS, it ',would be in the interest of the citizens of the City and the School District to have the ° two governmental entities cooperate for the public benefit. p r.: P. 02/06 APR -09 -96 TUE'13:49 AGREEMENTS 1. Determination of Cost. The School District shall determine the cost for construction of the additional roadway improvements generally set out on the sketch attached hereto as Exhibit 1. This cost, with sufficient details to fully inform the City of the basis for the cost, shall be furnished to the City. 2. Payment by City. If the City approves the cost of construction of the additional roadway improvements and determines the costs are fair and reasonable, the City shall inform the School District that funds for the construction are available upon the School District meeting the conditions set out in Section 3. 3. Conditions for Construction. on being informed that funds are available from the City, the School District will enter into a change order to.the contract with its existing contractor for construction of the additional roadwaya:improvements according to plans and specifications approved by the City. Prior to execution of the change order, by the School District, the change order will be furnished to the City for review. If the City approves the change order, the :City shall deliver theafunds for the construction under the change order to the School District and the School District shall hold the funds in an interest bearing account for use to fund the change order, execute the change order and enter into the change order with its contractor. Any excess funds not needed to fund the change order shall be returned to the City. The change order shall include provisions for payment and performance bonds which will be for the benefit of both the City and the School District. 1? 4. Construction of Additional Roadway Improvements. Upon execution of the ichange order by the school District's contractor and the School District, and receipt of the funds from the City, the School District shall instruct its to proceed with Construction of the additional roadway improvements. The School District shall be responsible for adrinistration of the change order and payment of amounts due under the change order upon satisfactory completion of work or portions therefor as called for in the change order. No additional cost will be approved by the, School District without the consent of he City and funding by the City. 1 5. Ownership of Land and Improvement's. At completion of the construction and acceptance by the School District, the land on which the roadway improvements are to be constructed will be dedicated to the public for public stet and utility purposes. The additional roadway improvements shah become the property of the City and the City shall accept and'aiaintain the improvements. P. 03/06 • APR -09 -96 TUE :50 6. General Provisions. A. This Agreement shall be construed under and in accordance with the laws of the State of Texas and all obligations of the parties hereto created by this agreement are performable in Williamson County, Texas. .ij B. This Agreement is entered into by the duly authorized officials of each ° governmental entity, acting upon proper authority granted to those:officials. ;- C. If any,one or more of the provisions of this Agreement should be held to be illegal, invalid or unenforceable in any respect, the parties hereto agree thd't' if the remainder of the Agreement may be carried out and comply with the intent of the parties as expressed herein, the Agreement shall be carried out disregarding the provision held to ; " ?be illegal, invalid or unenforceable. The parties agree to make a good faith effort to renegotiate anyr provision held to t be illegal, invalid or unenforceable. D. This Agreement provides for*the expenditure of funds currently withintthe finally approved budgets of the City and the School District and shall not result inathe creation of any debt on the part of either entity other than the obligations set out herein. rc E. This Agreement and the actions called for hereunder as well as the rights of all of the parties hereto shall be governed by the laws respecting independent school districts in the State of Texas. 4, F. This Agreement is intended tolbe performed within one (1) year for the date of its execution. Y G. Individuals set out by the signatures of the authorized individuals entering in to this Agreement, and their successors, are designated to be the parties to receive notices under this Agreement and to'be the contact and ad'm"inistrative persons under this Agreement. :1 Dated to be effective this the "= day of , 1996 i 33 CITY Of ROUND ROCK, TEXAS By: -O- .d Designated Administrator ltt .E 'ti` P. 04/06 APR -09 -96 TUE 13:51 ROUND ROCK INDEPENDENT SCHOOL DISTRICT By: Designated Administrator P.05/06 . APR-09-96 TUE : 51 Prom: Turner (SPT) To: lga Date: Tuesday, April 9, 1996 2:13 pin Subject: phone the 219-1828 is my home number. the rest are clients. bill those to osherow/Gressett 599120/59820. also, the call to Abilene is billed to that matter number. 4, P. 06/06 7 DATE: April 8, 1996 SUBJECT: City Council Meeting, April 11, 1996 ITEM: 13D. Consider a resolution authorizing the Mayor to enter into an interlocal agreement with the City of Round Rock and the Round Rock Independent School District for the construction of the Bowman Road Extension. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: In order to have Bowman Road completed in time for school next summer, a change order to the existing RRISD Contract is proposed. Under this agreement, this change order would extend unit prices where applicable to the already bid out school district project. The final values for the change order for the council's review will be provided prior to the meeting. . • CHANGE ORDER Distribution to: OWNER • ENGINEER • CONTRACTOR • FIELD o OTHER • City of Round Rock PROJECT: Bowman Road Extension (name, address) TO (Contractor): ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 You are directed to make the following changes in this Contract: Construct approximately 2,000 If of 4 -lane divided roadway (2 lanes @ 12' each eastbound and 2 lanes @ 12' each westbound), with 516 If of 48" RCP, 655 If of double 5' x 2' concrete box culverts, and associated appurtenances such as curb inlets, sidewalks, temporary and permanent erosion controls, striping, traffic signs, and fencing. These improvements are per approved plans prepared for the City of Round Rock dated April, 1996 by Fisher Hagood, Inc., Consulting Engineers. Time is of the essence. The completion of this project (August 15, 1996) corresponds with the opening of the new Middle School which accesses Bowman Road. Due to public safety issues, the Contractor's performance is of utmost importance. Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time: The original Contract Sum was 5 474,457.05 Net change by previously authorized Change Orders S 18,351.44 The Contract Sum will be increased by this Change Order $ 736,818.60 The new Contract Sum including this change order will be $ 1,229,627.09 The Contract Time will be increased by ( 258 ) Days The Date of Substantial Completion as of the date of this Change Order therefore August 15, 1996. Authorized: ROUND ROCK ISD 1311 Round Rock Avenue , Round Rock, TXX 7 1 BY ), F/ 6' Date !/30/96 Ree/Jcco'mJmended: Accepted: I HA ,INC. One Chisholm rad, Suite 5200 Round Rock, D( 78(681 Igo. Date 1L/) `t 1 q (a CITY OF ROUND ROCK 221 E. Main Street Round R. ., TX 7866 CHANGE ORDER NUMBER: Two INITIATION DATE: April 10, 1996 ENGINEER'S PROJECT NO: 96010 - CO CONTRACT FOR: Off -site Street, Drainage and Wastewater Improvements for the New Middle School CONTRACT DATE: May 19, 1995 BY t AL Q P2.. Date �—�1.0— 60 ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 'BY P � Rc5 5— Pr e.5 Date —14 —�6 O f' Item Estimated No. Quantity Bowman Road Extension, City of Round Rock, Texas Description and Unit Price of Item In Words Unit Price Total In Figures Price UNIT PRICE PROPOSAL STREET IMPROVEMENTS ROSS CONSTRUCTION, INC. 1 2,770 LF Silt Fence, $1.50 $4,155.00 complete and in place, per lineal foot, 2 50 LF Rock Berm, $10.00 $500.00 complete and in place, per lineal foot, 3 1 EA Stabilized Construction Entrance, $800.00 $800.00 complete and in place, per each, 4 2,000 LF Clearing, Grubbing of R.O.W. per . $3.30 $6,600.00 Special Conditions and Disposal, complete and in place, per lineal foot, 5 12,296 SY Street Excavation and Disposal, to $4.85 $59,635.60 include any excavation within R.O.W. to grade for construction of sidewalk, complete and in place, per square yard, 6 15,207 SY Subgrade Preparation, $1.15 $17,488.05 complete and in place, per square yard, 7 15,207 SY 21" Base, $9.15 $139,144.05 complete and in place, per square yard, 8 11,800 SY 3 -1/2" Asphalt, - $6.42 $75,756.00 complete and in place, per square yard, 9 166 LF Saw Cut Pavement, $1.50 $249.00 complete and in place, per linear foot, 10 4,715 SF Existing Pavement Removal, behind curb, $0.50 $2,357.50 complete and in place, per square foot, 11 4,300 SY Strip 12" topsoil along 25' wide slope easement $1.50 $6,450.00 and replace after fill, complete and in place, per square yard, 12 1,800 CY Fill within 25' slope easement for backslope $3.00 $5,400.00 along north R.O.W., complete and in place, per cubic yard, Bowman Road Extension, City of Round Rock, Texas Item Estimated Description and Unit Price of Item Unit Price Total No. Quantity In Words In Figures Price UNIT PRICE PROPOSAL 13 8,725 LF Curb and Gutter, $6.00 $52,350.00 complete and in place, per linear foot, 14 770 LF Remove and dispose existing Curb and Gutter, $3.00 $2,310.00 complete and in place, per linear foot, 15 19,475 SF Sidewalk including joints & broom finish, $2.40 $46,740.00 complete and in place, per square foot, 16 2 EA Barricade (36 Lineal Feet), $360.00 $720.00 complete and in place, per each, 17 7,000 SY Revegetation for Permanent Erosion Control, $1.30 $9,100.00 complete and in place, per square yard, 18 44 LF Pavement Marking (Reflective Paint) $0.50 $22.00 Solid 8" White, complete and in place, per linear foot, 19 10 EA Paint noses of islands reflectorized yellow, $50.00 $500.00 complete and in place, per each, 20 1 LS Paint island at 28 + 65 to $3,000.00 $3,000.00 32 + 35 reflectorized yellow, complete and in place, per lump sum, 21 2,460 SF 4" Concrete in median island, $2.40 $5,904.00 complete and in place, per square foot, 22 1,620 LF Pavement Marking (Reflective Paint) $0.25 $405.00 Solid 4" White, 10' Long Q 40' O.C., complete and in place, per linear foot, 23 6 EA Paint "Only" and Arrow far left turn, $400.00 $2,400.00 complete and in place, per each, 24 162 EA Raised Pavement Marker, Type 2 Reflective CR $4.70 $761.40 complete and in place, per each, 25 40 LF 12" Solid White Line, $1.00 $40.00 complete and in place, per linear foot, 26 1 LS Traffic Control Signage, $8,000.00 $8,000.00 complete and in place, per lump sum, '2 Item Estimated Description and Unit Price of Item Unit Price Total No. Quantity In Words In Figures Price UNIT PRICE PROPOSAL 27 175 LF 4" PVC Schedule 40 sleeve for future irrigation, $6.00 $1,050.00 complete and in place, per lump sum, TOTAL STREET IMPROVEMENTS $451,837.60 DRAINAGE IMPROVEMENTS Bowman Road Extension, City of Round Rock, Texas 28 11 EA 10' Curb Inlet, $1,800.00 $19,800.00 complete and in place, per each, 29 1 EA Manhole, $2,300.00 $2,300.00 complete and in place, per each, 30 567 LF 18" RCP, Class 111 Storm Sewer, $27.00 $15,309.00 complete and in place, per linear foot, 31 852 LF Trench Safety, $1.00 $852.00 complete and in place, per linear foot, 32 285 LF 24" RCP, Class 11I Storm Sewer, $35.00 $9,975.00 complete and in place, per linear foot, 33 1 EA Adjust Junction Box Ring $350.00 $350.00 and Cover to Finish Grade, complete and in place, per each, 34 1 LS Remove existing grate from 6' x 6' grate inlet $350.00 $350.00 and extend riser for new manhole ring and cover, complete and in place, per lump sum, 35 1 EA Adjust manhole to finished grade, $350.00 $350.00 complete and in place, per each, 36 500 LF Lower existing 16" water line, $35.00 $17,500.00 complete and in place, per linear foot, TOTAL DRAINAGE IMPROVEMENTS $66,786.00 OFF - SITE DRAINAGE IMPROVEMENTS 37 516 LF 48" RCP, $80.00 $41,280.00 complete and in place, per linear foot, Item Estimated No. Quantity Bowman Road Extension, City of Round Rock, Texas Description and Unit Price of Item In Words Unit Price - Total In Figures Price UNIT PRICE PROPOSAL 38 3 EA 6' x 6' Junction Boxes, $2,800.00 $8,400.00 complete and in place, per each, 39 2 EA 6' x 12' Junction Boxes, $3,680.00 87,360.00 complete and in place, per each, 40 655 LF 2 - 2' x 5' Box Culverts, $201.00 $131,655.00 complete and in place, per linear foot, 41 1 EA 4' x 4' Area Inlet, 82,500.00 , $2,500.00 complete and in place, per each, 42 1 EA Parallel Headwall for 4 - 2' x 5' Box Culverts, $5,200.00 $5,200.00 complete and in place, per each, 43 2,000 LF .Fencing $1.85 83,700.00 complete and in place, per linear foot, 44 2,000 LF Temporary Fencing $1.25 $2,500.00 complete and in place, per linear foot, 45 6,000 SY Strip and replace 12" topsoil along 50' drainage $1.30 $7,800.00 easement, complete and in place, per square yard, 46 6,000 SY Revegetation for Permanent Erosion Control for $1.30 $7,800.00 off -site drainage easement work, complete and in place, per square yard, . TOTAL OFF -SITE DRAINAGE IMPROVEMENTS $218,195.00 TOTAL PRICE BID FOR STREET, DRAINAGE AND OFF -SITE IMPROVEMENTS $736,818.60 CHANGE ORDER TO (Contractor): ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 Authorized: ROUND ROCK ISD 1311 Round Rock Avenue Round Rock, TX 78681 BY Date Recommended: FISHER HAGOOD ,INC. One Chisholm Trail, Suite 5200 Round Rock, TX 78681 B Y Distribution to: OWNER ENGINEER CONTRACTOR FIELD OTHER PROJECT: Bowman Road Extension (name, address) City of Round Rock CHANGE ORDER NUMBER: INITIATION DATE: ENGINEER'S PROJECT NO: CONTRACT FOR: CONTRACT DATE: Add for Bradley Property water line crossings per attached: $15,380.00 Add for electrical conduits, light pole bases and sleeves, per attached $19,786.00 Delete 460 LF lower H line ® $35/LF <516,100.00> Add 8770 SF sidewalk on Sunrise Rd. © $3.10 /SF $27,187.00 Add 12 EA concrete handicap ramps $350/EA $ 4,200.00 Add 1 LS traffic control on Sunrise to do sidewalks ® $4,500/LS $ 4,500.00 Add 1 LS traffic signal and restriping at intersection of Sunrise Rd. & Bowman Rd. ® 1/LS 555,666.25 Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time: The original Contract Sum was 5 736,818.60 Net change by previously authorized Change Orden $ 0.00 The Contract Sum will be increased by this Change Order $ 110,619.25 The new Contract Sum including this change order will be S 847,437.85 The Contract Time will increase by (30) Days The Date of Substantial Completion as of the data of this Change Order therefore September 14, 1996. CITY OF ROUND ROCK 221 E. M Street Roun. k, ; X 78664 BY Date 4141449 Accepted: ROSS CONSTRUCTION, INC. 7500 HWY. 71 ST, SUI 20 AUSTIN, TX BY Date Mb a Date fr . 1(0 .9 May 19, 1995 2 -A July 10, 1996 96010 -CO Bowman Road Extension Off -site Street, Drainage and Wastewater Improvements for Hopewell Middle School BOWMAN BRADLEY ITEM ROAD IMPROVEMENTS HYDRANTS DESCRIPTION ` N_0 .4- N N 0 , UNIT . UP TOTAL • 1 16 " 8" SLEEVE 8Vi EA 5 2590.00 $ 5,180.00 2 . .... 8" CL. 350 DI PIPE IF $ 30.00 $ 5,400.00 • .. 3 _ FITTINGS LS $ 620.00 $ 620.00 4 6" GATE VALVE EA $ 500.00 $ 1,000.00 5 _ HYDRANTS EA $ 1,200.00 5 2,400.00 6 6" DI PIPE LF $ 40.00 $ 400.00 7 TRENCH SAFETY LF $ 2.00 $ 380.00 $ 15,380.00 PROPOSAL TO: ROSS CONSTRUCTION, INC. 712196 ROUND ROCK I.S.D. OFF•SITE STREET, DRAINAGE WASTEWATER UTILITIES FOR THE NEW MIDDLE SCHOOL 05C2.XLS PAGE 1 OF 1 BOWMAN NO. ROAD CHANGE ORDER #4 • DESCRIPTION QTY. UNIT UP TOTAL PREY OTY PREY AMT THIS CITY THIS AMT TOTAL CITY TOTAL AMT _ 1 4' PVC IRRIGATION SLEEVES . 360 LF $ 6.00 $ 2 0.00 i ,•, • ,•,,,•• 0.00 5 � - -_ 0 .00 i _ , - 21 "SCH40 GRAY EL C. PVC Wh'ULI ELEC. 'BRAY 2820 LF $ 3.30 $ 9306.00 0.00 1 - „ i , • ,,, •, • ,,, • __ 0 ; 00 i •• - - - _3 4 1 "SCH 40 PVC 24 SWEEPS L IG H T POLE BASES _ 26 13 EA EA i 10.00 $ 620.00 $ 260.00 $ 8 ,060.00 0.00 0.00 $ . i _• 0.00 . -. 0.00 S S - 0 0.00 i rOTAL - _ - --- _ _ . _ _ . _. - 5 19,786.00 S - ...._ $ - $ • LESS0/ LESS PREOUS VI -. ... i : i S S ..... _ $ - NET DUE $ APPROVED 0',': ROSS CONSTRUCTION. INC. .• - - • - - - - - , - - - - RANDALL DELGADO — .. __ •- - - • - _ . TO: FISHER HAGOOD, INC. FROM' ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST SUITE 203 AUSTIN, TX. 78735 6/26/9605C3.XLS Page 1 of 1 a • A(1G ■90 -88 115.22 rMON.A T O CAL1571M) RO. Dax 130 Iowa Reek Thug 710100130 Austin Traffic Signal Construction Co. I0.5121222142 PAOB 2/2 INSTALL TRAFFIC SICINAL .O PROPOSAL COMM CATTC'N: BOWMAN caY: ROUNDROCL cn.oe.1. 11014 utf I'm TOUT 1fN?M T1 N 1.0015 215 2.200.00 2 1 0A laawTP2N - 1.00 140 750.00 750.00 3 CCM 0K51 ArmT16) RArm1 327.00 1.1< 450 1.453.50 4 0010)DR 0'c) 401R w 215.00 3.7 1.75 2,493.75 4 Qr(PVL7(aCROWO 2 010 1.7 16.00 320.00 5 CONDUIT f 1 w 1 60.00 5.520.00 7 SLAG TY07C.7M. 11.00 BA 1.000.00 7 Tile R 1X7C �'++ 1.00 HA 1,13C0•013 L00 EA 10 00.00 T P76p2TP*7AN POR W..2a v '10) 04 4 4, 175.00 700.00 0 17P VAN mam .LTNQ10.10) .00 HA 10 LT*s<rNA140 0fQ1 4.00 EA 155.00 620.00 11 MD F02. TRAP 720 CO ON DTL6111 20.00 IF 100.00 2.000.00 12 MD IOR *AF Na 26 DR1. 20.00 IF 120.00 2,400.00 13 cONT0022.12 P02NOATTON 1.00 CY 655.00 655.00 14 ./01.440 (1s 15''0 4400 BA 455.00 5.460.00 15 P1T! OLO MC R ilmK'ATTOrO IN 1 ROC) 0.00 BA 440.00 3,.00 10 ODtvics CATig. 7GTi 50.00 12 2.50 75.00 17 T*APAOCDL.CrYAX4CCi T O 12 0.70 1511.23 1.00 99f.00 10 IX 310 COL (r r 4X7 COt (t1 AW 10 TRAv ima cm cry / Pa wLaggol Aw 4=400 L! 3.00 1.156.00 23 TRAP WO OL(TY C)(2 COO>0(14AWO 555.00 LT 0. 1,044.50 21 TRAP 20CBL.(TYc)RC0ND6X1LATVO 2.009.00 LP 22 v101 can= 0Uwdn) 1,500.00 IF 5.00 7 _ 430.00 715 AID 06TaCTOMRPIN) 6.00 HA 01" 450.00 24 0(T?ALOFHWY TRAP 0i0(201AT ) 1.00 H RA 7 730.03 0.00 700.00 25 TRAP 010 TOLE A2644*iLN AA1(r3 700.00 O 79 TRAP =O POLE Al S5 (31111 Al2106 1.1) 2.00 A 275.00 27 TRAP a POLO AIM (TLL)1 Abf( « m 7.00 RA 275.00 270.00 14 0.00 .0 00 25 TRAP 03 POLS AIM (ITL)1 ARMOR m /4;213.2 15 ° 4 Co, (042. D.B-li CT3iC11FHmD - C4Y OF AUS EN moms: LAYOUT rs><ro6111D W1 °T1 4 ' JO B 42 (o 2) CONTRACTOR. CAN SrAIT w0a! TWO DAYS APTSR S1GN10) ANIMAL 3) ASA= CM' SUPPLIED MAMMALS ARB 1BADC Y AYALUILL 4) II1114 NO. 72 A(KNOWLL0X185 39241.7 0.7 W B. 5) 6GNAL HEADS AND 713D. BEAM ARE CITY OF AUSTIN STANDARD. 6) PRIG DORI NOT INCLUDE ANY memo 577 IAN°S11a041° REMOVAL- 7) ALLOW 14 W 0011240 DAYS TO C0 10'215711 O DAY CURB TIME FOR TUB SIGNAL COLS PCA)NDATIONO. 11M0=1255.9951 ) 2550146 DATE: August 19, 1996 SUBJECT: City Council Meeting, August 22, 199E ITEM: 13B. Consider Change Order No. 2 -A to Ross Construction, Inc. for sidewalk and traffic signal construction associated with the Bowman Road Extension Project (Interlocal agreement with RRISD). STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: This Change Order will provide for the completion of the sidewalk route along Sunrise Road and Old Settlers Blvd. leading from the Settlement subdivision to Hopewell Middle School and for the traffic signal construction at Sunrise Road and Bowman Road intersection. Staff recommends approval. CHANGE ORDER PROJECT: Bowman Road Extension (name, adores:) City of Round Rock TO (Contractor): ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 Item: 1 LS Authorized: ROUND ROCK ISD 1311 Round Rock Avenue Round Rock, TX 78681 BY Date Date Recommended: Accepted: FISHER HAGOOD ,INC. One Chisholm Trail, Suite 5200 Round Rock, TX 78681 BY U////P /e VA Date p /Z 3/'4, Distribution to: OWNER ENGINEER CONTRACTOR FIELD OTHER CHANGE ORDER NUMBER: INITIATION DATE: ENGINEER'S PROJECT NO: CONTRACT FOR: CONTRACT DATE: CITY OF ROUND ROCK 221 E ain Street Rou ocId TXJ 78664 BY Z Date 9 r 3 May 19, 1995 Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time: ROSS CONSTRUCTION, INC. 7500 HWY. 71 WES3, S [J 203 AUSTIN, TX 7 2 -B August 22, 1996 96010 -CO Bowman Road Extension Off -site Street, Drainage and Wastewater Improvements for Hopewell Middle School Add per lump sum for traffic signal at C.O. Road 122 and Forest Creek Dr., complete and in place, per lump sum t $57,464.54 $57,464.54 Per attached proposal. The original Contract Sum was S 736,818.60 Net change by previously authorized Change Orders S 110,619.25 The Contract Sum will be increased by this Change Order S57,464.54 The new Contract Sum including this change order will be S 904,902.39 The Contract Time will increase by (20) Days The Date of Substantial Completion as of the date of this Change Order therefore October 4, 1996. 08/21/1996 19:57 15122511682 PAGE 81 August 21. 1996 ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST STE 203 AUSTIN, TX. 78735 (512)288 -5344 SITE, STREET & UTILITY CONTRACTOR Mr. James Domel FisherHagood, Inc. One Chisholm TraiL Suite 5200 Round Rock, TX. 78681 Re: Bowman Road Off-Site Street, Drainage & Wastewater Utilities for the New Middle School, Round Rock 1.S.D. Bowman Road Extension (Traffic Signal at CR 122 & Forest Creek) Dear Mr. Dome], We have received the attached quote for traffic signal installation as requested by the City of Round Rock. Please forward this or contact me with any questions. 1) Traffic Signal Work (per itemized quote) $56,344.54 2) Obliterate & Restripe Intersection 1 LS $1,120.00 $ 1,120.00 The traffic signal work could begin as soon as 5 days with written authorization and could be completed within 20 days if all materials are available from The City of Austin. It is qualified per the attached quote. Please review and respond as soon as possible. Your assistance is appreciated. 51milt8 - 1.dac Sincerely, ROSS CO / •r �� De gado` Project Manager 08/21/1996 19:57 15122511682 From: Glom Rennaker To: RANDY Data: 8/1848 Tine: 11:08:39 AUG -le -B6 10.66 FROM:A T S (AUSTIN) L 10.6122660146 PO 1b: 130 Rand Rock. Tessa 796000130 Austin Traffic Signal Construction Co. PROJECT: INSTALL TRAFFIC SIGNAL LOCATION: CR 122 ® FOREST CREEL( CITY: ROUNDROCK D.R.E. CERTIFIED - TEXAS DEFT. OF TRANSPORTATION PROPOSAL 08/18196 Iran No. Description Est.Quan. Unit Unit Price Total 1 MOBILIZATION 1.00 L5 500.00 500.00 2 11ARRICAD2S, MILS AND TRAP HANDLE 1.00 040 1.000.00 1,000.00 3 cONDUTr (PNCXsCHD 4ma 60 243.00 LF 4.50 I.093.30 4 CONDO' (PVC)3CLrb bKe is 477.00 LF 10.00 4.770.00 5 CONDUIT CPVC)(5c5D 14.00 LF 16.00 2.336.00 6 SERVICECABLE.3C /P6 55.00 6F 2.50 137.50 7 PULL BOX. 24I4 14.00 EA 460.00 6,440.00 8 E1Ec SFRV TYD(120rz40)1800a)GS(T)5P(0) 1.00 EA 1,000.00 1.000.00 9 PEDESTRIAN PUSHBUTTON SIGNSJt10.4R 3.00 EA I1.00 83.00 10 LEFT TURN SIGNAL SIGNORILL10) 4.00 EA 165.00 660.00 11 ST1EET NAME SIGN 4.00 EA 155.00 620.00 12 FND FOR TRAP SIG (3O IN T/M I.3]it1) 10.00 1.F 115.00 1,150.00 13 FTtD FOR TRAP 510 06 IN pm SHFI) 30.00 LF 130.00 3,900.00 14 CONTROLLER IVUNDA:ITOM 1.00 EA 655.00 655.00 15 MI EK3S5C.(126j (339C)ALUM.GI.ASS (.ERs 12.00 EA 455.00 5,460.00 16 PED SIG SEC G INDICATIONS IN 1 Sc) e 1.00 EA 440.00 3,520.00 17 TRAP 510 csl. (7Y Ax C0N XIX12 AVM) 290.00 1F 0.70 203.00 18 TRAP ss0 060. (TT AX7 CONDR)02 AWG) 1,070.00 LF 1.00 1,070.00 19 76AF SI0 CBI. (FY Ax20 CCNDRX/2 Awo) 415.00 LF 3.00 1,245.00 20 TRAP SSG CR1. (0? CXO c0l10R)(I4 Awc) 635.00 LF 0.45 2E5.75 21 TRAF SIG CRL (TY c7(2 CONDR)(I6 AwG) 1,573.00 LF 0.50 73650 22 vITAI DETECT (SAWCITT) 1,450.00 LF 5.00 7,250.00 23 PED DETECT (PUSH IMO 3.00 EA 60.00 410.00 24 RtsrAL OF 10NY TRAP SIG (ISOLATED) 1.00 EA 750.00 750.00 2S TRAP SIG POLE ASM (ST1)1 ARM(34 PT) 1.00 EA 475.00 475.00 26 TRAP NO PD1E ($T*.)1 MAST ARM POLE(3 Fr) 1.00 EA 300.00 300.00 27 TRAP SIG POLL ASM (SRN ARM(44 on 3.00 EA 600.00 1.800.00 28 , TRAF SIG POLE(ST111 MAsr AIM POLE(44 FT) 3.00 EA 340.00 1,020.00 41,995.25 + 157'1 - 7341 r°1 NOTES: ' 1 LAYOUT PERFORM A3 5110 BY OTHERS. 4/I s 2 CONTRACTOR CAN START WORK FIVE DAYS AFTER >E - , 1 9.GAt9D APPROVAL 3 ASSUME C*V SUPPLIED MATERIALS ARE READILY AVAILABLE. 4 ITEM NO. 22 ACJG40WLS00EB 1148 LF. OF WIRE. 5 SIGNAL HEADS AND PED MEADS ARE CITY OF AUSTIN STANDARD. 8 P610! Does MOT INCLUDE MA' STRIPING OR 3TRIPINO REMOVAL 7 ALLOW 14 WORKING DAYS TO COMPLETE WORK AFTER A 7 SAY CURE TR4E FOR THE SIGNAL POLE FOUNDATIONS. 8 CONTRACTOR ASSUMES COSTING CONDUIT IS NOT COLLAPSED. 9 IF COMMIT IS FOUND TO D! BROKEN, THEN CONTRACTOR WILL INSTALL RIO RBM NO. SAT UMRT BID PRICE PAGE 02 Pape 1 o11 PAGE 1/1 Tc1 (312) 2359951 F :(312)2330646 DATE: September 9, 1996 SUBJECT: City Council Meeting, September 12, 1996 ITEM: 13B. Consider Change Order No. 28 to Ross Construction, Inc. for Traffic Signal Construction at Forest Creek Drive and County Road 122 Intersection. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: With the Increase of traffic on County Road 122, the growth of the Forest Creek and Forest Ridge communities and the opening at Forest Creek Elementary School the need for a signalized intersection at Forest Creek Drive and County Road 122 has become necessary. This change order will provide for the traffic signal construction. Staff recommends approval. CHANGE ORDER PROJECT: Bowman Road Extension (name, address) City of Round Rock TO (Contractor): ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 Item I. Item 2. Item 3. Item 4. Item 5. Item 6. Authorized: Add 1 EA rock berm ® $500 /EA Add 1 EA demolish headwall ® $450 /EA Add 50 LF 42" RCP ® $69/LF Add 500 CY imported common fill @ $12 /CY Add 1 EA headwall for 42" RCP ® $3500 /EA Add 975 SF sidewalk ® $3 /SF ROUND ROCK ISD 1311 Round - Rock Avenue Round Rock, TX 78681 BY Date Recommended: FISHER HAGOOD ,INC. One Chisholm Trail, Suite 5200 Round Rock, TX 78681 BY 477- Date PP 9 io Distribution to: OWNER ENGINEER CONTRACTOR FIELD OTHER CHANGE ORDER NUMBER: 2 -C INITIATION DATE: ENGINEER'S PROJECT NO: 96010 -CO CONTRACT FOR: CONTRACT DATE: $ 500.00 $ 450.00 $3,450.00 $6,000.00 $3,500.00 $2,925.00 Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time • The original Contract Sum was Net change by previously authorized Change Orders The Contract Sum will be increased by this Change Order The new Contract Sum including this change order will he The Contract Time wall increase by The Date of Substantial Completion as of the date of this Change Order therefore S 736,818.60 S 168,083.79 816,825.00 S 921,727.39 . ( 30 ) Days CITY OF ROUND ROCK 221 E. 'in Street Rounf ock, y 7:664 Accepted: May 19, 1995 ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 Date J I / 5' — 91 BY e- 9(0-oy_ /i /3D 11 -7 -96 Bowman Road Extension Off -site Street, Drainage and Wastewater Improvements for Hopewell Middle School 1,. 11/15/1996 15:28 15122511682 Nov. 14, 1996 ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST STE 203 AUSTIN, TX. 78735 (512 )288.5344 SITE, STREET & UTILITY CONTRACTOR Mr. James Dome1 Fisher Hagood, Inc. One Chisholm Trail, Suite 5200 Round Rock, TX. 78681 Re: Bowman Road Extension Off-Site Street. Drainage & Wastewater Utilities for the New Middle School, Round Rock I.S.D. Forest Creek Change Order 2 -C PAGE 01 Dear Mr. Domel, We are providing the requested breakdown for the City of Round Rock at Forest Creek Elementary. In executing this change order please keep in mind that we would like to have the retainage reduced to 1/2% on the text estimate. We will complete this work and then final the contract out. Please contact me with any questions. Your assistance is appreciated. 05bmfrsc.doc Sincerely, ROSSCA�� Deig 411 11111110 Project Mana :. s• 11/15/1996 15:28 15122511682 PROPOSAL TO: CITY OF ROUND ROSS CONSTRUCTION, INC. PAGE 02 11/15/96 950205PE.XLS PAGE 1 OF 1 BOWMAN ROAD IMPROVEMENTS FOREST CREEK ELEMENTARY SCHOOL SITE IMPROVEMENTS _ __ CITY OF ROUND ROCK PORTION SITE IMPROVEMENTS NO. DESCRIPTION QTY. UN UP TOTAL 1 ROCK BERM 1 EA $ 500.00 $ 500.00 2 DEMO. HEADWALLS 1 50 EA_ LF $ 450.00 $ 450.00 3 42" RCP $ 69.00 $ 3,450.00_ 4 IMPORT COMMON FILL (CITY SIDE) 500 CY $ 12.00 $ 6,000.00 5 HDWL. FOR 42" RCP W /HANDRAIL 1 EA $ 3,500.00 $ 3,500.00 6 SIDEWALK 975 SF $ 3.00 $ 2,925.00 TOTAL $ 16,825.00 11/15/1996 15:28 15122511682 PROPOSAL TO: CITY OF ROUND ROSS CONSTRUCTION, INC. PAGE 02 11/15/96 950205PE.XLS PAGE 1 OF 1 11111111/1Wifi.:Mill 1 NIUMITIIMMI S I MIN a ff1"11 1 30V • WI II NM PA � � �� / 111 :►� O a°� 41 . b. min MO I1'' = `'►��� melba Ala * „tr. ala:t' FOREST CREEK ELEMENTARY Existing Sidewalk Proposed Sidewalk FOREST PROPOSED SIDEWALK PROPOSED SIDEWALK PROJECT (190 LF.) 1" = 600. DATE: November 21, 1996 SUBJECT: City Council Meeting, November 26, 1996 ITEM: 17A. Consider Change Order No. 2C to Ross Construction, Inc. for sidewalk construction adjacent to Forest Creek Elementary School (Joint project with RRISD) STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: This change order will provide for the addition of a sidewalk across the frontage of the Forest Creek Golf Club property on Forest Creek Drive opposite Forest Creek Elementary School. This will complete a sidewalk route the entire length of Forest Creek Drive. The work will be accomplished as an addition to the Round Rock Independent School District contract with Ross Construction, Inc. through the Interlocal Agreement between RRISD and The City Of Round Rock which provided for the construction of the extension of Bowman Road. Staff recommends approval. 9a- oq -11-13 LD DATE: April 21, 1997 SUBJECT: City Council Meeting, April 24, 1997 ITEM: 13B. Consider Change Order 2 -D to Ross Construction, Inc. for final quantity adjustments to the Bowman Road Extension Project. (Joint project with RRISD). STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: This change order provides for final quantity adjustments and final contract price for the Bowman Road Extension Project. Staff recommends approval. CHANGE ORDER PROJECT: Bowman Road Extension CHANGE ORDER NUMBER: 2 -D (name, address) City of Round Rock TO (Contractor):- ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735 Item 3. Delete Item <$ 800.00> Item 15. Add 1,558 SF Sidewalk, complete in place per SF @ $2.40/SF $3,739.20 Item 20A. Add 1 LS to color and stamp median island concrete 3,075.00 Item 23. Add 1 EA Paint Only /Arrow, @ $400.00/EA 400.00 Item 34. Delete Item <350.00> Item 39. Delete 1 EA Junction Box <3,680.00> Item 43. Delete 743 LF fence @ $1.85/LF <1,374.55> Item 43A. Add per LS, 2 gates complete in place per LS 1,374.55 Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time: The original Contract Sum was S 736,818.60 Net change by previously authorized Change Orders S 184,908.79 The Contract Sum will be increased by this Change Order S 2 ,384.20 The new Contract Sum including this change order will be S 924,111.59 The Contract Time will be unchanged (0) Days The Date of Substantial Completion as of the date of this Change Order therefore Authorized: ROUND ROCK ISD CITY OF ROUND ROCK 1311 Round Rock Avenue 221 E. n Street Round Rock TX 78681 Row BY BY Date Accepted: Date Recommended: FISHER HAGOOD ,INC. One Chisholm Trail, Suite 5200 Round Rock, TX 78681 BY Date 411 Distribution to: OWNER ❑ ENGINEER ❑ CONTRACTOR ❑ FIELD ❑ OTHER ❑ INITIATION DATE: 12 -10 -96 ENGINEER'S PROJECT NO: 96010 -CO CONTRACT FOR: Bowman Road Extension Off -site Street, Drainage and Wastewater Improvements for Hopewell Middle School CONTRACT DATE: May 19, 1995 ROSS CONSTRUCTION, INC. 7500 HWY. 71 WEST, SUITE 203 AUSTIN, TX 78735//�7� BY V 4, I 4 Date INTERLOCAL AGREEMENT BETWEEN THE ROUND ROCK INDEPENDENT SCHOOL DISTRICT _ AND THE CITY OF ROUND ROCK /2- 9 6 - oq- // -/31 The parties to this Agreement are the Round Rock Independent School District, an independent school district existing in Williamson and Travis Counties, Texas ( "School District ") and the City of Round Rock, Texas, a municipality existing in Williamson County, Texas ( "City "). PREAMBLES WHEREAS, the School District is currently constructing a school facility known as Hopewell Middle School within the City; and WHEREAS, as a part of the School District's construction project, it is constructing certain roadway improvements adjacent to the school facility; and WHEREAS, in order to provide public access to the school facility, the City has determined that it should construct additional roadway improvements adjacent to and connecting with the roadway improvements being constructed by the School District; and WHEREAS, the School District, in compliance with applicable laws related to purchases by independent school districts, has properly bid and awarded a contract for the construction of the roadway improvements currently being constructed; and WHEREAS, it would be in the public interest and result in the saving of time and public funds to allow the School District's contractor to construct the roadway improvements to be constructed by the City and the City to fund the construction of the improvements by payment for the improvements to the School District; and WHEREAS, the Interlocal Cooperation Act, Government Code Section 791.001 et seq., and in particular Section 791.028, authorizes the City and the School District to enter into an interlocal cooperation contract to carry out the purposes set out in this Agreement; and WHEREAS, it would be in the interest of the citizens of the City and the School District to have the two governmental entities cooperate for the public benefit. AGREEMENTS 1. Determination of Cost. The School District shall determine the cost for construction of the additional roadway improvements generally set out on the sketch attached hereto as Exhibit 1. This cost, with sufficient details to fully inform the City of the basis for the cost, shall be furnished to the City. 2. Payment by City. If the City approves the cost of construction of the additional roadway improvements and determines the costs are fair and reasonable, the City shall inform the School District that funds for the construction are available upon the School District meeting the conditions set out in Section 3. 3. Conditions for Construction. On being informed that funds are available from the City, the School District will enter into a change order to the contract with its existing contractor for construction of the additional roadway improvements according to plans and specifications approved by the City. Prior to execution of the change order, by the School District, the change order will be furnished to the City for review. If the City approves the change order, the City shall deliver the funds for the construction under the change order to the School District and the School District shall hold the funds in an interest bearing account for use to fund the change order, execute the change order and enter into the change order with its contractor. Any excess funds not needed to fund the change order shall be returned to the City. The change order shall include provisions for payment and performance bonds which will be for the benefit of both the City and the School District. 4. Construction of Additional Roadway Improvements. Upon execution of the change order by the School District's contractor and the School District, and receipt of the funds from the City, the School District shall instruct its contractor to proceed with construction of the additional roadway improvements. The School District shall be responsible for administration of the change order and payment of amounts due under the change order upon satisfactory completion of work or portions therefor as called for in the change order. No additional cost will be approved by the School District without the consent of the City and funding by the City. 5. Ownership of Land and Improvements. At completion of the construction and acceptance by the School District, the land on which the roadway improvements are to be constructed will be dedicated to the public for public street and utility purposes. The additional roadway improvements shall become the property of the City and the City shall accept and maintain the improvements. -2- 6. General Provisions. A. This Agreement shall be construed under and in accordance with the laws of the State of Texas and all obligations of the parties hereto created by this agreement are performable in Williamson County, Texas. B. This Agreement is entered into by the duly authorized officials of each governmental entity, acting upon proper authority granted to those officials. C. If any one or more of the provisions of this Agreement should be held to be illegal, invalid or unenforceable in any respect, the parties hereto agree that if the remainder of the Agreement may be carried out and comply with the intent of the parties as expressed herein, the Agreement shall be carried out disregarding the provision held to be illegal, invalid or unenforceable. The parties agree to make a good faith effort to renegotiate any provision held to be illegal, invalid or unenforceable. D. This Agreement provides for the expenditure of funds currently within the finally approved budgets of the City and the School District and shall not result in the creation of any debt on the part of either entity other than the obligations set out herein. E. This Agreement and the actions called for hereunder as well as the rights of all of the parties hereto shall be governed by the laws respecting independent school districts in the State of Texas. F. This Agreement is intended to be performed within one (1) year for the date of its execution. G. Individuals set out by the signatures of the authorized individuals entering in to this Agreement, and their successors, are designated to be the parties to receive notices under this Agreement and to be the contact and administrative persons under this Agreement. Dated to be effective this the S day of n , 1996 CITY OF ROUND ROCK, TEXAS -3- Designate Administrator ROUND ROCK INDEPENDENT SCHOOL DISTRICT By: .iT'r•-C\c, -4- Designated Administrator A 1.10170'53' 1.•5.00 1.17.70 T.33.38 LC•1D81 / coo151'3r38' w Pl op °s t 1 ? D, D � 1 •55 6 _ •\11 32.584 Acres Lot 1 / 8_1960.00 L_203 91 LC.203 82 C8.5 73'40'12' W W 3 - 1.7310 P- 2047.00 L.26. 7.24+.43 LC.481.41 C8.11 6374'16 E • - 1.1311'45' P- 015100 L- 46x.70 T. LC.461.03 05.11 63736 E 5 595015 E - 533.45 S 00101T 1 - 633 45 • 6 001530' 30.48 11 00'02'33' t 300 S 007_•53 1 BOWMAN 47.02 OPE 0 604101 a K POAD