Loading...
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