Loading...
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