CM-06-09-172ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Change Order Request Form
Forest Creek Safety Improvements - Phase II
2002 Bond Funded CIP
SD71FCRK
July 19, 2006
Date of Request:
Order
Number
1
NOTICE to the CONTRACTOR: This document is notice to proceed with work at the rates herein on executed date of last approval signature.
Approval of the following change in the Plans and / or Specifications is requested:
Descriotion:
Implementation of agreed to changes in the proposed quantities, unit price, and scope of services.
Justification:
Perform a complete project at a minimum cost increase.
Department: EDSD
Original Contract Days (Calendar) : 150
Start Date: April 13, 2006
CORR PM:
Inspector.
Engineer:
William J. Dobrowolski III
Eddie D. Imken
Fisher Hagood, Inc.
Terry R. Hagood, PE, PM
One Chisholm Trail, Suite 5200
Round Rock, Texas 78681
Original Contract Amount:
Current Contract Amount:
Original Completion Date:
Pre CO Contract Days A :
Current Completion Date: September 10, 2006
Contractor: JO'B Site Construction LLC
Joe O'Bryan, President
600 Round Rock West, Suite 701,
Round Rock, Texas 78681
T:(512)733-7207 F:(512)733-7205
95,270.00
95,270.00
September 10, 2006
Office # 512) 244-1546 FAX # (512) 388-3698
PROPOSED
PREVIOUS
DELTA
QUANTITY
UNIT
ITEM #
DESCRIPTION
QUANTITY
UNIT
PRICE
AMOUNT
QUANTITY
UNIT
PRICE2
AMOUNT
DETENTION POND BASE BID ITEMS
-2.00
MTH
3
TCEQ SWPPP
1.00
$900.00
3.00
$ 900.00
$2,700.00
-1.00
EA
6
Concrete driveway apron
0.00
$0.00
1.00
$ 4,200.00
$4,200.00
370.00
SF
7
5" Concrete Pavement
1195.00
$13,145.00
825.00
$ 11.00
$9,075.00
1475.00
SF
13
Stabilization Matting
1975.00
$ 2.75
$5,431.25
500.00
$ 3.00
$1,500.00
-200.00
SY
14
Revegetation
0.00
$0.00
200.00
$ 6.00
$1,200.00
ADD ALTERNATE
BID ITEMS
-1000.00
SY
4
4" Topsoil
0.00
$0.00
1000.00
$ 4.00
$4,000.00
7000.00
SY
5
Revegetation
7800.00
$0.75
$5,850.00
800.00
$ 1.00
$800.00
NEW ITEMS
20.00
SY
1A1
Sod in ROW
50.00
$5.00
$250.00
$0.00
7800.00
SY
2A1
4" Topsoil (Stock Pile not Mix)
7800.00
$2.00
$15,600.00
$0.00
TOTAL
$41,176.25
$23,475.00
Materials($) (Non -taxed)
Services($) (Taxed)
TOTAL
NET OVERRUN (UNDER RUN)
$3,933.61
$13,767.64
$17,701.25
Calendar Time Extension (Deletion):
Completion Date with Delta Time:
Proposed 'UNIT PRICE' for item not in original bid or warrants new price per contract documentation
Current Contract 'UNIT PRICE'
EDSD Recommendatioryfor approval:
William J. Dobrowolski
CORR Project Manager
Con ay !tants Recommended for approval:
Terry R. Hagood, P
Fisher Hagood,
Cryo- 010-OC1-(-j
Date
11.1glok
Date
Contractor's Approval & Acceptance:
$17,701.25
0 Days
September 10, 2006
President
JO'B Site Construction LLC
COR � pproval & Acceptance:
R. Nuse, PE, City Manager
Date
Date
Pavement and Marking
Improvement Area
Pondimprovements
Area
FOREST CREEK SAFETY
IMPROVEMENTS PHASE 11
S:1Graph ics\Eng inee rin g\Co un cilAg end a\ForestCrkSteet
DATE: August 28, 2006
SUBJECT: City Manager Approval - September 1, 2006
ITEM: Consider an action by the City Manager to execute Change
Order Number 1 with JO'B Site Construction LLC of Round
Rock, for the Forest Creek Safety Improvements, Phase II
Project.
Department: Engineering and Development Services
Staff Person: Daniel L. Halden, PE, City Engineer
William J. Dobrowolski III, PE, Senior Engineer
Justification:
This Change Order is to implement agreed changes in quantities, unit prices, and
scope of services in order to account for discrepancies between the items and
quantities shown in the bid and those encountered during construction. No
additional days are required for the proposed changes in work.
Funding:
Cost: $17,701.25
Source of funds: 2002 GO Bond
Outside Resources: Fisher Hagood and Associates
Background Information:
Significant quantity and item discrepancies have been found between the field item
quantities being constructed and proposed items in the contract. Large
discrepancies on some items allowed the city to negotiate lower unit prices on those
items, therefore reducing the cost impact. After excavating and shaping for positive
drainage, the top soil quantity item was increased because the native material in
the bottom of the pond was found unsuitable to support the growth of vegetation.
The large differences in the units of many items, other than in the top soil, and the
inclusion of one item deleted during design, were errors in the development of the
final bid documents. The City would have paid for them if the contract had these
quantities included. On the other hand, if the quantities would have been correct,
the City may have had the Consultant re -scope the work proposed. In negotiations
with the Consultant there was an agreement reached to share the cost increase.
The Consultant has agreed to accept some responsibility for the increased cost by
submitting a lump sum payment to the City. Based on this verbal agreement from
the Consultant, the City accepted all of the increase top soil cost. Included in this
packet is both a copy of an email from the Consultant that notes their agreement to
pay the City $10,000.00, and the original Change Order.
Public Comment: N/A