CM-08-07-200CITY OF ROUND ROCK
CONSTRUCTION CHANGE ORDER
DEPARTMENT: Public Works
PROJECT: McNutt Creek Wastewater Interceptor
Phase I
ORIGINAL CONTRACT PRICE:
PREVIOUS CHANGE ORDERS:
THIS CHANGE ORDER:
CHANGE ORDERS TO DATE:
$10,128,830.00
$40,444.55
$7,412.89
$47,857.44
CHANGE DATA
PAGE 1 OF 2
DATE: 7/10/2008
CHANGE ORDER NO:
JUSTIFICATION: SEE ATTACHED
3
CHANGE ORDER SUPPLEMENT
ITEM #
DESCRIPTION OF
CHANGES
UNIT
QTY.
UNIT
PRICE
AMOUNT
ADDED DAYS
CALENDAR/
WORKING
CP -11
Changes to connection manhole at Wal-
LS
1
$1,179.00
$1,179.00
0
Mart
CP -12
Additional days due to heavy rains
N/A
0
$0.00
$0.00
10 for substantial
completion
CP -13
Increase Radio Tower Height to 60 feet
LS
1
$12,102.00
$12,102.00
0
CP -14
Water costs for grouting at Shaft #3
LS
1
$4,108.45
$4,108.45
0
CP -15
Cost to have KST perform lift station
programming
LS
1
$5,625.00
$5,625.00
0
CP -16
Place Gravel around Electrical Bldg
LS
1
$5,873.75
$5,873.75
0
CP -17
Place retaining walls around overhead air
footings
LS
1
$2,488.78
$2,488.78
0
CP -18
Modify electrical wiring to facilitate on/off
overrides in manual or automatic mode
LS
1
$1,187.50
$1,187.50
0
CP -19
Cost to have Benitez perform pressure
testing of force main installed by Pepper -
LS
1
$9,095.00
$9,095.00
0
Lawson
CP -20
Cost to switch to submersible level
transducer
LS
1
$2,584.23
$2,584.23
0
CP -21
Cost for Benitez to install monitoring
apparatus at the BCRWWTP blower
building
LS
1
$6,313.18
$6,313.18
0
CP -22
Credit to Contract for Clearing and
LS
1
($4,000.00)
($4,000.00)
0
Grubbing Shaft 1 Site
CP -23
Credit to Contract for Non -Native
LS
1
($12,000.00)
($12,000.00)
0
Seeding Shatt 1 Site
CP -24
Credit to Contract for Non -Native
LS
1
($4,000.00)
($4,000.00)
0
Seeding Shaft 2 Site
CP -25
Credit to Contract for Non -Native
LS
1
($4,000.00)
($4,000.00)
0
Seeding Shaft 3 Site
CP -26
Credit to Contract for Installing Rock
LS
1
($870.00)
($870.00)
0
Berms at Wal-Mart
CP -27
Credit to Contract for Construction
LS
1
($9,000.00)
($9,000.00)
0
Entrance at Wal-Mart
CP -28
Credit to Contract for Removing
LS
1
($1,000.00)
($1,000.00)
0
Construction Entrance at Wal-Mart
CP -29
Credit to Contract for Installing Silt Fence
at Shaft 1 Site
LS
1
($2,919.00)
($2,919.00)
0
GM- vg- 0ff- -2,�
CITY OF ROUND ROCK
DEPARTMENT: Public Works
PROJECT: McNutt Creek Wastewater Interceptor
Phase 1
CHANGE DATA
PAGE 2 OF 2
DATE:
CHANGE ORDER NO:
7/10/2008
3
ITEM #
DESCRIPTION OF
CHANGES
UNIT
QTY.
UNIT
PRICE
AMOUNT
ADDED DAYS
CALENDAR/
WORKING
CP -30
Credit to Contract for Installing
LS
1
($3,080.00)
($3,080.00)
0
Temporary Chain Link Fence at Wal-Mart
CP -31
Credit to Contract for Installing
LS
1
($750.00)
($750.00)
0
Temporary Chain Link Fence at Shaft #3
Site
CP -32
Credit to Contract for Installing
LS
1
($1,525.00)
($1,525.00)
0
Inclinometer at 47+20
TOTAL:
$7,412.89
0
PREPARED BY: b%
GINEER
Mole Kassouf Joint Venture
14 .L-{ as
DATE
BY.
ONTRACTOR
TITLE: Pr.' eCt Engineer
APPROVED:
CITY OF ROUND ROCK
PERCENT OF ORIGINAL CONTRACT PRICE
THIS CHANGE ORDER: 0.07%
PREVIOUS CHANGE ORDERS: 0.40%
TOTAL % CHANGE: 0.47%
ORIGINAL CONTRACT PRICE PLUS
CHANGE ORDERS: $10,176,687.44
constco2/lorms6Ak
CITY OF ROUND ROCK
CHANGE ORDER SUPPLEMENT
Project: McNutt Creek Wastewater Interceptor — Phase I
Change Order No. 3
Item #CP -11: In order to accommodate the actual location of the existing Wal-Mart
sewer lateral, addition work was required to reshape the invert of the proposed manhole
to facilitate the connection.
Item # CP -12: This item extends the substantial completion duration 10 calendar days
due to heavier than normal rains experienced in July 2007.
Item # CP -13: The contract documents initially required a radio tower to be installed with
a 30 -foot height. The City requested that the height be increased to 60 -feet. This item
accounts for costs for additional tower sections and larger foundation.
Item # CP -14: Due to a lack of adequate water supply for grouting operations at the
Shaft #3 site, MKJV needed to rent a water tank and purchase water from the Jonah
SUD.
Item # CP -15: The contract documents initially stated that all programming was to be
performed by the City. The City requested that this item be revised to have the
programming be performed by the Contractor.
Item # CP -16: The City requested that gravel be placed in the vicinity of the lift station
and electrical building.
Item # CP -17: The route of the lift station force main crosses underneath an overhead
air line serving the plant. The force main is installed above ground at that location and
covered with a berm. The LCRA requested that small retaining walls be placed around
the 2 adjacent footings supporting the overhead air line, so that their anchor bolts would
not be covered by the berm.
Item # CP -18: MKJV was asked to install a modification to the design of the
instrumentation and controls so that when the H -O -A switch on either the VFD cabinet,
or the control panel was turned to the Off position, that Off mode would override the
mode of the other switch (i.e. pumps would be turned off if either switch was turned off).
Item # CP -18: A portion of the force main was installed by Pepper -Lawson as part of the
BCRWWTP project. However, an agreement with the City and LCRA stipulates that
MKJV would perform the required pressure testing.
Item # CP -20: During installation of the ultrasonic level transmitter, it was discovered
that the transmitter was receiving false level readings due to interference with the tops of
the pumps and the wet well baffle plate. This item was for removal of the transmitter and
installation of a submersible pressure transducer.
1 of 2
Item # CP -21: An agreement with the City and LCRA stipulated that certain Lift Station
monitoring functions would be available to LCRA at the BCRWWTP. The installation of
necessary hardware to perform these functions were not included as part of the original
contract with MKJV.
Items # CP -22-32: These items extend a credit to the City for work included as part of
the original bid, but not required or performed during the course of construction.
2 of 2
DATE July 15, 2008
SUBJECT: City Manager Approval — July 25, 2008
ITEM: Consider executing Change Order No. 3 with Mole-Kassouf Joint Venture
for the McNutt Creek Wastewater Interceptor Project.
Department: Water and Wastewater Utilities
Staff Person: Michael D. Thane, Director of Utilities
Justification:
Mole-Kassouf Joint Venture is currently under contract for the construction of the
McNutt Creek Wastewater Interceptor. Change Order No. 3 includes additional work
and materials required to successfully complete the project. These items include
adjustment to a proposed manhole invert, water for grouting operations, additional height
for the radio tower, and necessary amendments to the contract for proper communication
and radio control of the newly installed wastewater lift station which is controlled by the
City of Round Rock and monitored by the Brazos River Authority at the Brushy Creek
Regional Wastewater Treatment Plant. This Change Order also includes credit for work
not necessary to complete the project.
Funding:
Cost: $7,412.89
Source of funds: Capital Projects Funds (Utility Fund)
Amount % Change
Original Contract $10,128,830.00 N/A
Previous Change Orders $40,444.55 0.40%
Change Order No. 3 $7,412.89 0.07%
Revised Contract $10,176,687.44 0.47%
Outside Resources: K. Friese & Associates (Design Engineer)
Mole Kassouf Joint Venture (Contractor)
Background Information:
The project scope of work includes constructing approximately 8,545 feet of 48"
wastewater interceptor from the existing Brushy Creek Regional Wastewater Plant
located on the eastern side of the City of Round Rock, and extending north-easterly to a
certain point just north of the McNutt Creek.
Public Comment: N/A