ST8502-CS 861117GINN, INC.
November 17, 1986
CONSULTING ENGINEERS
Mr. Ed Powell, City Engineer
P.O. Box 478
Coppell, TX 75019
Re: Moore Road -- Payment Application #9
Dear Mr. Powell:
In reference to your question regarding an apparent overrun on
pay item 440, Reinforced Steel, for the above referenced
project, the actual quantity shown 72,956 lbs is correct.
The differences between plan quantity and actual quantity are
due to the change in bridge selection and type of bridge railing
selected by the Coppell City Council and indicated on Change
Order No. One (1) which was approved by the City.
If you have any questions, please call us.
Sincerely,
Kevin Peiffer ~ -
/ss
cc: wayne Ginn
16135 Preston Road · Suite 106 · Dallas, Texas 75248 · Phone 214/386-6611
GINN. INC.
February 13, 1986
CONSI'LTING ENGIN'EI IIS
Mr. Ed Powe!l, City Engineer
P.O. Box 478
Coppell, TX 75019
Re: Change Order No. 1 -- Moore Road
Dear Mr. Powell:
Enclosed please find Change Order No. 1 for the Moore Road
Improvements project. The items shown on attachment number
one of the Change Order reflect the revised quantities
required for the modifications described below for the bridge.
Execution of this Change Order will result in a reduction in
the contract price by $72,038.48, which results in a new
total contract amount of $1,866,313.47.
The purpose of this Change Order is to economize the cost of
the bridge without sacrificing the aesthetics the City of
Coppell is desiring. This is accomplished by utilizing a
standard Texas Highway Department (T.H.D.) bridge design and
modifying the superstructure by replacing the standard type
C-4 (aluminum) rail with a concrete barrier rail.
The original bridge selected by the City had a sub-structure
consisting of pier walls with cast-in-place T-beams and
girders. Results of the bidding showed that the proposed
T.H.D. bridge design which utilizes pier columns and Type C ·
prestressed concrete beams is more economical (see bid
tabulation enclosed).
We have reviewed this Change Order and recommend approval.
Sincerely,
Kevin Peiffer
/s r
Enclosure
cc: Wayne Ginn
ORDER
ONE (1)
PRt)J ECI-: MOORE ROAD
DATEOFISSU~NCE: December 13, 1985
O\kNliR: City of Coppell
P.O. Box 475
Addrc,,~ Coppell, TX 75019
CONTRACTOR. ASHLAR CONTRACTING CO.
OWNER's Projec~ No
ENGINEER:
CONI'R-\CT FOR:
Street and Drainage
Improvements
ENGINEER'* Prt:iec: No.. J-254
You ,,re directed to make the follo~ lng changes In the Contrac! Documents.
D¢,crip:~,.n: Change bridge select,on from Base Bridge to Alternate Bridge.
rail±ng on Alternate Bridge ~ith Base Bridge type rMl±ng.
Pu:-p¢-cofChangeOrder: Modify bridge to reduce contract amount.
Substitute
-\ttachments: tList document* supporting change~ Attachment 1
CHANGE IN CONTRACT PRICE:
Original Contract Price
S 1,938,351.95
Previous Change Orders No.
S
0 tO No.
Comract Price prior to th~s Change Order
$
Ne~ t.r~.~+~dc,'reas¢t ot'lhi* Change Order
72,038.48
Contracl Price ~ ilh all appro', cd Change L}rder,
1,866,313.47
CHANGE IN CONTRACT TIME:
Original Contract Time
Net change from prex ious Change Orders
Contract Time Prior to this Change Order
Net Increase {decrease} of this Change Order
Contract Time ~ith all approved Change Orders
-X PPR( )\ }. D
II.
MOORE ROAD IMPROVEMENTS
CONTRACT CHANGE ORDER NO. 1, ATTACHMENT NO. 1
I. DEDUCTIONS
1. Delete Base Bridge and all applicable pay items = $
Item 450 - Rail (Type C-4) Mod. Alum.
(Alternate Bridge Item) -
Delete 376 LF @ $45.00
Item 442 - Structural Steel (Armor Joint)
Deduct 270 LB @ $1.40
Subtotal Deductions = $
481,435.30
16,920.00
498,733.30
ADDITIONS
1. Add Alternate Bridge and all applicable
pay items
2. Item 421.1 - Class A Concrete -
Add 2 CY @ $1,150.00
3. Item 421 - Class C Concrete (Abuts.) -
Add 5.6 CY @ $370.00
4. Item 421 - Class S Concrete (Slab) -
Add 2.5 CY @ $310.00
5. Item 440 - Reinforcing Steel -
Add 5589 LB @ $0.47
6. Item 450 - Concrete Barrier Rail (Bridge)
Add 392 LF @ $178.00
Subtotal Additions
= $ 349,144.99
2,300.00
= 2,072.00
= 775.00
= 2,-626.83
426,694.82
III. Total this Change Order No. 1 = $ - 72,038.48
.OJECT: MOORE ROAD IMPROVEMENTS SHEET 4 OF 6
PAYM~4T ~.,
PAY QUANTITY AMOUNT
ITEM DESCRIPTION PLAN UNIT TO UNIT TO
NO. QUANTITY DATE PRICE DATE
582.2 Relocate H20 Service 4 EA 4.00 315~00 1260.00
582.3 Install H20 Service 1 EA
582.4 30" DI San. Swr. Main 152 LF 112.00 90.00 10080.00
582.5 Adjust H20 Valve 20 EA 55.00
582.6 Relocate/Adjust S.Swr. Mair 1 EA 400.00
582.7 12" DI, Class 51 662 LF ~,OO 34.00 22208,00
582.8 12" Gate Valve 2 EA
582.9 Relocate Fire Hydrant 1 EA 700.00
582.9 6" DI Gate Valve 1 EA
591.1 Stone Facing 1,256 SF 1.00
618.1 3" PVC Conduit 387 LF 192.00 10.50 2016.00
674.1 4" Yellow Dbl Refl. Button 509 F.A 6.00
676.1 8" White Refl. Button 22 EA 34.00
676.2 8" Yellow Refl Button 99 EA 36.00
666 Thermo Markings 335 LF 8.00
..... No Pay Item 0
416 18" Drill Shafts 80 LF RN.00 43.00 3440.00
416 30" Drill Shafts 482.5 LF 485.62 ~ 75.00 36271.50
421 Class C Conc. Abut. 50.6 CY K6~?fl 370.00 ?n?oa nn
421 Class C Cont. Bends 43 CY 43.00 370.00 15910.Q0
421 Class C Cone. Slab 257.2 CY 2~9.70 310.00 80507.00
425 Type C Beams 1;183 LF
432.1 Concrete Riprap 1,020 SY 1065.90 '35.00 ~75~6.~0
440 Reinforced Steel 67,367 LB 72956.00 ~ .47 ~4289_~2
442 Structural Steel 2,250 LB 1980.00 1.40 2772.00
450.2 Bridge Rallin~ ~92 LF 392.00 ~'~ Oq ~9776,00
546 Class ~ Appr. Slab 48.3 CY 48,~0 260.0~ 125S8.00
611.1 Bridge Electrical 1 LS .~ !3,000.00 7~90.00