Loading...
BAWA Resolution No. 2007-0004 RESOLUTION NO. 2007-0004 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE BAYTOWN AREA WATER AUTHORITY AUTHORIZING CHANGE ORDER NO. 3 WITH REYTEC CONSTRUCTION RESOURCES, INC.. FOR THE BAWA 30-INCH WATER TRANSMISSION LINE PROJECT SUBJECT TO THE APPROVAL OF THE CITY COUNCIL OF THE CITY OF BAYTOWN: AUTHORIZING PAYMENT IN THE AMOUNT OF TWO HUNDRED EIGHTY-EIGHT THOUSAND NINE HUNDRED SIXTY AND NO/100 DOLLARS (S288.960.00); AND PROVIDING FOR THE EFFECTIVE DATE THEREOF. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE BAYTOWN AREA WATER AUTHORITY: Section 1: That subject to the approval of the City COUnCI I of the City of Baytown.Texas,the Board of Directors of the Baytown Area Water Authority hereby authorizes Change Order No.3 with Reytec Construction Resources. Inc., for the BAWA 30-inch Water Transmission Line Project. A copy of Change Order No. 3 is attached hereto, marked Exhibit"A"and made a part hereof for all intents and purposes. Section 2: That subject to the approval by the City Council of the City of Baytown,Texas, of the change order referenced in Section I hereof.the Board of Directors of the Baytown Area Water Authority hereby authorizes the paynient of TWO HUNDRED EIGHTY-EIGI-IT THOUSAND NINE HUNDRED SIXTY and NO/100 DOLLARS ($288,960.00) to Reytec Construction Resources, Inc.. for such change order. Section 3: This resolution shall take effect immediately from and after its passage by the Board of Directors of the Baytown Area Water Authority. INTRODUCED. READ and PASSED. by the affirmative vote of the Board of Directors of the Baytown Area Water Authority this the 21"day of March,2007. f FHB iRT L. GILLETTE, President ATTEST: LO .1-00dDY, A istant Secretary APPROVED AS TO M: NACIO RAMIREZ, SR., eneral Counsel R 1Karen%Files',.BAWA tResolutionQG07T13AwAReytecChangeoorderiso.1doc Exhibit "A" Page I of I PATE •*, ENGINEERS CONTR-XCT CHANGE ORDER Project: 30"!16"Water Transmission Main Date: 2"27i2007 Change Order No.: 3 Job No.: 1229-003-00 Contract No.: I Client: Ba%9owwn Area Water Authorit% Contractor: Reytec Construction Resources,Inc. REVISED CONTRACT AMOUNT Orieinal Contract Amount: S9.068,660.00 Pre%iousContrtct Amount: S9.195,8WOO Amount This Change Order: S288.960.00 Revised Contract Amount. S9.484.776 Of) Percent of Orieinal Contract.amount t I04.590p I GFNERAL STATE•MF.NT OF CHANGE: Construction of appro\inutteh 3150 IT of netw 12"waterline alone Garth Road, between Seabird and Willisville This line will connecr to the 30" Surlace water line currently under wnstruction in Wallisville and will provide service along Garth. 3. TIAIE•:� 60 days the work cowered bt this chance order shall he performed under the same terns and conditions t>s included in the original cnnstrttction contract. Chnnoes Recommended: Changes Approved: Engineer- Pate Engineers,Inc. Baytown Arcn Water Authority On ner Bv: _(►�p o gal 3 5 d 7 (Date) Reytec Construction Resources, Inc. Contractor Bv: 3 v� (Uatel ADDITIONAL ITEMS 3. CON FICAC'I Dp.::1C'ING REVISIONS: NONE (To be addressed on As-Builts) •1. CONTRAC r DOCUJIENTS REVISIONS: NONCE 5. CONTRACT PRICE REVISION'S: Construction of approximate[%•3150 LF of new 12"waterline along Garth Road,between Seabird and Xk'alliswille S 188.960 TOT:*.LA�10U.NTOFCilANGEORI)EIZ$0.3 S 288.960 F-,�,V-) j 9,LqeS BID SHEET r �GF7 BAYTOWN AREA WATER AUTHORITY 12" WATER LINE ON GARTH RD.FROM WALLISVILLE TO SEABIRD ST. JOB NO. 1329-003-00,CONTRACT NO. 1 HARRIS COUNTY,TEXAS Item Description of Item with Unit Total No Unit Unit Price Written in Words Price Cost EROSION CONTROL ITEMS: 1 2 MO. Pollution Prevention Implementation Including Permitting, Maintenance, Inspections,and Reporting for All Pollution Prevention Measures as Shown on the Plans,Complete in Place: @ Per Month 2 3,600 L.F. Furnish and Install Reinforced Filter Fabric Barrier per Lop Plans and Specifications,Complete in Place: two Per Linear Foot 3 10 EA. Furnish and Install Curb Inlet Protection Barrier, Complete in Place: Per Each 4 1 AC. Furnish and Install Hydromulch Seeding of All Disturbed Areas,Complete in Place: 14u.uL-7,£c:-X; 0::7�cam.�l Per Acre SUBTOTAL EROSION CONTROL ITEMS: ••••••........••................••.....•.............. --- Bid Sheet Must Be Initialed By Same Person As Proposal qn=y 1 o(4 Item Description of Item with Unit Total No. Egit Unit Price Written in Word-, Price Cost 10 2,880 L.F. Furnish and Install Trench Safety System for Water Line Construction, Complete in Place: @ riFly Per Linear Foot SUBTOTAL WATER ZME ITEMS: ...................................................... 249 3 h O '- MISCELLANEOUS ITEMS: I I I L.S. Furnish,Install,and Maintain Traffic Control Devices and appurtenances, in accordance with Texas Manual on Uniform Traffic Control Devices(Latest Edition) including Fl men;Complete in Place: .� T.lkc�mr� C!e".ed Per Lump Sum SUBTOTAL MISCELLANEOUS ITEMS: ...................................................... oo� CASH ALLOWASCE ITEMS: 12 1 L.S. Allowance for Hafris County Permits, Reimbuncd on Actual.Cost Basis: @ Five Thousand Dollars and no/100 5,000.00 5,000.00 (S5,000.00)• Per Lump Sum 13 I L.S. Adjustment/Rclocation of Existing Dry Utilities, COMPILIC in Place: @ Twenty Thousand Dollars and no/100 20,000.00 20,000.00 Per Lump Sum SUBTOTAL CASH ALLOWANCE ITEMS: ..................••••••••••.......................... ?Z- 000 Bid Sheet Must Be Initialed By Same Person As Proposa 3 of 4 Item Description of Item with Unit Total No. QtV. Unit Unit Price Written in Words Price Cast TOTAL AMOUNT FOR MATERIALS: . ... . . . . . . .. . . . . . ... ... . .. . . ... .. . . . . . . . . . . . .. . . ... .. .S /Vt�ooO -TOTAL AMOUNT FOR SKILLS. LABOR, EQUIPMENT.ETC.: ................................ .S /9B,J-'&0 TOTAL AMOUNT MID: ' ............................................................. S .4� 19 — . The undersigned(Contractor) represents and warrants that(I) all tangible personal property i enti ed uo,,/ as'materials' in this Proposal will be incorporated into the Project, subject only to field adjustments as to quantities, (2)the prices of such material are exclusive of sales and use taxes, and(3)all sales and use taxes regarding tangible personal property not incorporated into the work are the sole responsibility of the Contractor and the Contractor has paid or will pay such taxes regarding such property. Acknowledge Receipt of Addendum Nos. (initial). ALL BID PRICES SHALL INCLUDE ALL APPLICABLE SALES TAX. *Minimum allowable bid price. Bidder may choose to quote a higher price. �T. Bid Sheet Must Be Initialed By Same Person As Proposal.14421-i 4 of 4 Item Description of Item with Unit Total No. Qty, Unit Unit Price Written in Words Price Cost WATER LINE ITEMS: 5 2,880 L.F. Furnish and Install 12-Inch AWWA C-900 Pipe, Including Fittings, Restrained Joints,and Appurtenances with Standard Bedding and Backfill,Complete in Place: @ /=i 7&0 tJr>cGo:'1s 5.2 Per Linear Foot 6 259 L.F. Slurry Auger 12-InchAWWA C-900Pipe. Including Access Pits, Finings, Restrained Joints,and Appurtenances. Complete in Place: V.> Per Linear Foot 7 2 EA, Furnish and Install 12-Inch Gate Valve with Box, Complete in Place: @ ye- T,-/v���a�.:� C:y�-z� o o 3. 116 a — Per Each 8 7 EA. Furnish and Install Standard City of Baytown Fire Hydrant, including tee,6-Inch Gate Valve with Box,6- Inch Lead,Thrust Blocking,and Flushing Valve, all depths, Complete in Place: 19v 4 c Per Each 9 2 EA, Connection to Existing 12"Waterline,Complete in Place: Xd Per Each Bid Sheet Must Be Initialed By Same Person As Proposal 2 of 4