R-2017-4726 - 9/14/2017 RESOLUTION NO. R-2017-4726
WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with
Cash Construction for the Southwest Downtown District Infrastructure Improvements Phase 513
Proj ect, and
WHEREAS, the Council has determined that it is necessary to make adjustments/changes to
the quantity of work to be performed or materials, equipment, or supplies to be provided, and
WHEREAS, it has been determined that it is necessary to adjust/change the quantities in said
Contract in accordance with the attached Quantity Adjustment/Change Order No. 1,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, Quantity
Adjustment/Change Order No. 1 to the Contract with Cash Construction for the Southwest Downtown
District Infrastructure Improvements Phase 513 Project, a copy of said quantity adjustment/change
order being attached hereto as Exhibit"A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 14th day of September, 2017.
A A/
CRAIGORGKoc
Mayor
City of Round , Texas
ATTEST:
(kw [,-
SARA L. WHITE, City Clerk
0112.1704;00385080
LEXHIBIT
Page I of 3
Contract Quantity Adjustment/Change Order
f
rev.W12
Department: Transportation
Project
Name: CORR SWDT Ph 5B Date: 8/9/17
City Project Change Order/Quantity
ID Number SWDTS Adjustment No. i
Justification
Waterline service size upgrade(4"to 6"&6"to 8"),additional electric conduit needed,additional trench drain needed,and paving quantity added. Deducted
items removed because they are not going to be used in the contract. Waterline B conflict with existing utilities not show in plans. New storm drain items
added for additional drainage needs.
SUMMARY Amount %Change
Original Contract Price: $4,315,214.00
Previous Quantity Adjustment(s): $0.00
This Quantity Adjustment:
$51,016.00
Total Quantity Adjustment(s): $51,016.00
Total Contract Price with Quantity Adjustment(s): $4,366,230.00
Previous Change Order(s): $0.00 00/0
This Change Order: $43,825.00 1%
Total Change Order(s)To Date: $43,825.00 10/0
Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s)
Plus Change Order(s)]: $4,410,055.00
Difference between Original and Adjusted Contract Prices: $94,841.00
Original Contract Time: 360 Calendar Days
Time Adjustment by previous Quan.Adj./Change Order: 0 Calendar Days
Time Adjustment by this Quan.Adj./Change Order: 6 Calendar Days
New Contract Time: 366 Calendar Days
Submitted for Approval
Prepared By: B.J.Cash Cash Construction CI
Sig Lure Printed Name,Title,Company Date
Approvals
Contractor: S.J.Cash,Cash Construction
City Project
Signature Printed Name,Title,Company Date
Manager: u Bill Stablein,Project Manager,CORR -q -17
Signature Printed Name,Title Date
Mayor/City
Manager Alan McGraw, Mayor CORR
Signature Printed Name,Title Date
Fate 2 of 3
Contract Quantity Adjustment/Change Order
08 u.
Project Name: CORR SWDT Ph 5B
Quan.Adj./Change Order No.: 1
Change Order Data
Contract
Time
Adjustment
Item# Item Description Unit Qty. Unit Price Amount Da s
WL B Conflcit Station 3+44 to 4+20 LS 1 $15,545.00 $15,545.00 4
Time&Materials for Conduit Install Between Telecom
Manholes LS 1 $5,780,00 $5,780.00
8"Storm PVC LF so $100.00 $5,000.00 1
18"x 18"Grate Inlet EA 1 $1,000.00 $1,000.00 1
Gate Vavle, 6"Dia EA 11 $1,500.00 $16,500.00
$0.00
$0.00
$0.00
$o,00
$0.00
$0.00
Page 3 of 3
Contract Quantity Adjustment/Change Order
red,Q8I12
Project Name: CORR SWDT Ph 5B
Quan.Adj./Change Order No.: 1
Quantity Adjustment Data
Contract
Time
Adjustment
Hid Item# Item Description Unit Q!ty. Unit Price Amount (Days)
Contract Adds
Pipe, Dia. PVC AWWA C-900 Class 200,or DI AWWA
C-100 Min.Class 200 W(all depths), including
87 excavation and backfill LF 100 $90.00 $9,000.00
Pipe, Dia. PVC AWWA C-900 Class 200,or DI AWWA
C-100 Min. Class 200 W(all depths), including
88 excavation and backfill LF 413 $85.00
$35,105.00
One tothree each-3 inch or smaller service e ectrica
and/or communication conduits in one trench to
100 structure for service provider LF 345 $50.00 $17,250.00
50 Trench Drain per LF LF 9
$2,000.00 $18,000.00
96 Ductile Iron Fittings 4 inch through 12 inch Ton 1.25 $15,000.00 $18,750.00
Asphalt Stabilized Base:Hot Mix Asphaltic Concrete
Base(10.5'!Thick),TXDOT Item 340,Type B(Black
37 Base)(Method A)under,and 1.5 feet behind roadway SY 759 $49.00 $37,191.00
$0.00
Contract Deducts $0.00
Pipe,4 Dia. PVC AWWA C-900 Class 200,or DI AWWA
C-100 Min. Class 200 W(all depths), including
89 excavation and backfill LF -413 $60.00 -$24,780.00
Pipe, Dia. PVC AWWA C-900 Class 200,or-D-1-AWWA-
C-100
rD AWWAC-100 Min. Class 200 W(all depths), including
88 excavation and backfill LF -100 $85.00 -$8,500.00
Jacking or Boring 18 Steel Encasement Pipe,ASTM A-
97 252,Grade 2, including grouting LF -60
$550.00 -$33,000.00
Stabilized Construction Entrance, maintained thoughout
20-506-6020 project per each EA -2 $3,000.00 -$6,000.00
94 Gate Vavle,4"Dia EA -10 $1,200.00 .-$12,000.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00