CM-2015-834 - 7/20/2015Project Name: Treated Water Transmission Main No. 3
Contractor: Layne Heavy Civil, Inc.
Engineer: Jambs Engineering Group, Inc.
Contract Quantity Adjustment/Change Order
Date:
Change Order/Quantity
Adjustment No.
Page I of 3
6/29/2015
4
Lustification
iee the following enclosed documents: (1) CORR-requested CPR #7 (dated 3-5-15) with cost Information from Layne Heavy Civil (dated 3-20•
L5), (2) Request for change order #013 and #014 from Layne Heavy Civil, dated 2-28-15, (3) CORR-requested CPR #8 (dated 4-24-15) with cosl
nformation from Layne Heavy Civil (dated 4-30-15), (4) CORR-requested CPR #9 (dated 6-10-15) with cost information from Layne Heavy Ovi
dated 6-24-15).
SUMMARY
Original Contract Price:
Previous Quantity Adjustment(s):
This Quantity Adjustment:
Total Quantity Adjustment(s):
Total Contract Price with Quantity Adjustment(s):
Previous Change Order(s):
This Change Order:
Total Change Order(s) To Date:
Original Contract Price Plus Change Order(s) Plus Quantity
Adjustment(s):
Original Contract Time:
Contact Time Prior to this Change Order:
Contract Time with All Approved Change Orders:
Amount 0/0 Change
$5,725,720.25—
$38,580.69
$0.00
$313,580.69
$5,764,300.94
0
$54,511.05 0.95%
$45,434.74 0.79%
$99,945.79 1.75%
$5,864,246.73
342 calendar days
(Final)
447 calendar days
(Final)
603 calendar days
(Final)
Glenn A. Bridges, P.E., Project Engineer
Prepared By:
Jacobs Engineering Group, Inc. —
_ J
Signature
Printed Name, Title and Company
Date
Contractor
A141rtfEla W/,vK-jZX, P2oJBet A14vA462
Approval:
4L4 NE dye4vy &ViG zVC.
—/—/s
Signature
Printed Name, Title and Company
Date
City of Round
Rock
Approval:M
Printed Name, Title
Date
City of Round
Rods
Approval:
)) o
Signature 1
104 Printed Name, Title
Date
r _
�a ,:^f t•v••#'`�ti�.'�, ie'P�..� V��1'� •e`i•�s,• -�: - �..'1.•..1'i 16
Contract Quantity Adjustment/ Change Order
ROVNV ROCK, TEXH$
Project Name: Treated Water Transmission Main Segment 3 (TM -3)
Quan. Adj./Change Order No.:
Change Order Data
Page 2 of 3
Item #
Item Description
Unit
Qty.
Unit Price
Amount
Contrail
Time
Adjustment
(Days)
1
24" PRV Vault modifications - added
flywheel (10") and 24" gate valve
extensions
LS
1
$1,072.00
$1,072.00
1
2
ARV vault vent modifications at Sta.
103+50
LS
1
$1,394.00
$1,394.00
1
3
Furnish and install 25 pipeline markers,
per CPR #07
LS
1
$2,658.91
$2,658.91
74
4
Change alignment of access drive, per
CPR #08
LS
1
$15,978.56
$15,978.56
5
5
Self supporting Antenna Tower, per CPR
#09
LS
1
$24,331.27
$24,331.27
75
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
L :
$45,434.741156
Page 3 of 3
Contract Quantity Adjustment/ Change Order
ROUq D) gOCK��^
Project Name: Treated Water Transmission Main Segment 3 (TM -3)
Quan. Adj./Change Order No.:
Quantity Adjustment Data
Item Description
Contract
Time
Adjustment
MEL 1=1 I
_--.� to
CPR #07
JACOBS
March 5, 2015
Jacob Snyder, EIT
Layne Heavy Civil, Inc.
475 Round Rock Dr. West
Round Rock, Texas 78681
Re: City of Round Rock, Texas
Treated Water Transmission Line — Segment 3
Change Proposal Request #7
Dear Mr. Snyder:
2705 Bee Cave Road, Suite 300
Austin, Texas 78746 U S.A.
1.5 2 314 3100 Fax 1,512 314.3135
Please provide a cost proposal for the following additional scope of work on the subject
project:
1. Furnish and install 25 pipeline markers at approximately 500' spacing along the
alignment of the pipeline. Exact locations shall be determined by the Owner's
representative in the field. Markers shall be 6' Custom Flex Posts with 2 Custom
Printed Vinyl Labels. Posts and labels shall be blue in color, with white letters with
the text "WARNING — CITY OF ROUND ROCK WATER PIPELINE, KNOW
WHAT'S BELOW, CALL 811 BEFORE YOU DIG", as manufactured by William
Frick & Company, or approved equal.
If the proposal is accepted, a change order will be prepared for the work. If you have any
questions or need additional information at this time, please do not hesitate to contact me at
512-314-3182.
Sincerely,
JACOBS ENGINEERING GROUP, INC.
Glenn A. Bridges, P.
Senior Project Engin er
XC: Jeff Bell, City of Round Rock
w,'enclosures
Ki WJXK8100 eonsiruction change proposal requests tCPR #7 CPR q7 letter 030515.doe
File: Pipeline Markers.xls
Layne Heavy Civil
Treated Water Transmission Main
3/20/2015
DESCRIPTION: Install 25 pipeline markers where directed by field rep.
Tab: Change Order
Subtotal: $759.00
Material:
Quantity
Hours
Hrly Rate
Total
Labor: Foreman
1
12.0
$31.00
$372.00
Per Diem
1
12.0
$9.38
$112.50
Laborer
1
12.0
$16.00
$192.00
Per Diem
1
12.0
$6.88
$82.50
Subtotal: $759.00
Material:
Quantity
Unit
Unit Price
Custom Pipeline Markers
25
ea
$29.78
$744.50
Pipeline Marker T Post
1
ea
$195.00
$195.00
Subtotal:
$939.50
Equipment:
Quantity
Hours
Hrly Rate
3/4 ton Diesel Pickup Truck
1
8.0
$11.50
$92.00
$0.00
Subtotal:
$92.00
Sub:
Quantity
Unit
Unit Price
$0.00
Subtotal:
$0.00
Labor
$759.00
Labor Burden
55%
$417.45
Labor P & O
25%
$189.75
Material
$939.50
Material P & O
25%
$234.88
Equipment
$92.00
Subcontract
$0.00
Sub P & O
10%
$0.00
Bond
1%
$26.33
Total
$2,658.91
Page 1 of 1 Printed 3/20/2015 @ 9:33 AM
William Frick & Company Phone: 847-918-3700
2600 Commerce Drive Fax: 847-918-3701
Libertyville, IL 60048 Email: Connie.Carbone@fricknet.com
W I L L I A M
FRICK-
& C O M P A N Y
Nnava4ons m IEeMi110bM
Fm
9001:2099
CERTIFIED
Quote Layne Heavy Civil
To: I Attention: Jacob Snyder
Quote
Date
3-I0-2015
FOB
Origin
Lead Time
3-4 weeks after art approval
Overrun
+/_10%
Salesperson
Connie Carbone
Description
Quantity
Unit Price
Total Price
7BFlex Posts, 1 Custom Printe to
625.00
Label —White
6' Custom Flex Posts, (2) Custom Printed Vinyl
25 each
$29.78 each
$744.50
Labels — White Print on Blue Label
FLEX POST DRIVER
1 each
$195.00 each
$195.00
Flexpost Driver Tool
NOTES:
0.1350" 0.2600
1.4384"
3.9475'
14.000"
Part #:
FLEXPOST-LAYNEH EAVYCIVI L
File:
LHC-FLEXPOST-LAYNEHEAVYCIVI L-A.ai
Date:
03/17/15
Proof:
A
Colors:
White Text on Blue
Size:
3"W X 14"H
Scale:
57%
Const.: Blue Vinyl vv/
Clear Acrylic Lam
Quote #: 70231
Artist: JT
QC:
W I L L I A M
FRICW
& C O M P A N Y
Innovations in Identification
(847) 918-3700 • Frickfax: (847) 918-3701
APPROVED AS IS
APPROVED WITH CORRECTIONS
❑ CORRECTED PROOF REQUESTED
Signature
Date
NOTE: This is a proof of your artwork.
Please review the text size, style, spelling,
and locations for errors. Upon receipt of
your approval, your order will be printed
according to this proof. Your order
cannot be processed further until approval
is received. No credit will be given for
product which conforms to this proof.
=DIE CUT LINE, DOES NOT PRINT
cross section of post OPTION 1
14.000•
0.1350' 0.2600 0.3850"
1.4384"
3.000111"
3.9475"
Part #:
FLEXPOST-LAYNEH EAVYCIVI L
File:
LHC-FLEXPOST-LAYN E H EAVYCI VI L-A 1.a i
Date:
03/17/15
Proof:
A
Colors:
White Text on Blue
Size:
3"W X 14"H
Scale:
57%
Const.: Blue Vinyl w/
Clear Acrylic Lam
Quote #: 70231
Artist: 1T
QC:
W I L L I A M
FRIC W
& C O M P A N Y
Innovations in Identification
(847) 918-3700 • FrickFax: (847) 918-3701
U APPROVED AS IS
❑ APPROVED WITH CORRECTIONS
❑ CORRECTED PROOF REQUESTED
Signature
Date
NOTE: This is a proof of your artwork.
Please review the text size, style, spelling,
and locations for errors. Upon receipt of
your approval, your order will be printed
according to this proof. Your order
cannot be processed further until approval
is received. No credit will be given for
product which conforms to this proof.
=DIE CUT LINE, DOES NOT PRINT
cross section of post OPTION 2
Request for Change Order #13
From Layne heavy Civil
Round Rock Water Transmission Segment 3(TM3)
Request for Change Order Number 013
Date 2/28/2015
Request for Change By: Layne
1775 E. 69th Ave
Denver, Colorado 80229
Reason for Change and Description Concrete manhole top cover and CORR steel lid at Ronald
Reagan
Requested Chanee Order Value
ME Labor
$
256.00
Burden
$
96.00
Concrete cover Materials
$
780.00
Fuel
$
25.00
Tools
$
50.00
Service
$
-
Materials
$
-
OH&Profit
$
187.00
Total
$
1,394.40
Additional Time for Chanee: Days
1
Request for Change Order #14
From Layne Heavy Civil
Round Rock Water Transmission Segment 3(TM3)
Request for Change Order Number 014
Date 2/28/2015
Request for Change By: Layne
1775 E. 69th Ave
Denver, Colorado 80229
Reason for Change and Description 24"PRV Vault added flywheels (10") and 24" gate valves
extentions. Material and coring
Reauested Chanee Order Value
ME Labor
$
126.00
Burden
$
38.00
stems & wheels Materials
$
716.00
Fuel
$
10.00
Tools
$
35.00
Service
$
-
Materials
$
-
OH&Profit
$
147.00
Total S 1.072.00
Additional Time for Chanee: Days 1
CPR #08
JACOBS
May 12, 2015
Jeff Bell
Project Manager
Utilities and Environmental Services Department
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
Re: Treated Water Transmission Main — Segment 3
Change Proposal Request #8
Dear Mr. Bell:
2705 Bee Cave Road, Suite 300
Austin, Texas 78746 U.S.A.
1.512.314.3100 Fax 1.512.314.3135
Enclosed in reference to the subject project are copies of Change Proposal Request #8 (CPR #8),
dated April 24, 2015, and the response from Layne Heavy Civil (Layne), dated April 30, 2015.
Jacobs Engineering Group, Inc. (Jacobs) has reviewed the cost information submitted by Layne.
It is our opinion that the additional cost is fair and reasonable in comparison to the added scope of
work. If the project budget allows, we hereby recommend that CPR #8 be accepted and included
in the next change order.
Jacobs appreciates the opportunity to submit this information to the City of Round Rock. If you
have any questions or need additional information at this time, please feel free to call me.
Sincerely,
JACOBS ENGINEERING GROUP, INC.
Glenn A. Bridges, E.
Senior Project Engineer
W/enclosures
KAWJXK8100\900\902\CPR#8\CPR#8 recommendation 051215.doc
Jacobs Engineering Group Inc.
FBe: CO -Force Account Format.xis
DESCRIPTION:
Layne Heavy Civil
CHANGE PROPOSAL REQUEST #8
Treated Water Transmission Main
4/30/2015
Change Alignment of the Access Road per CORR Change Proposal Request #8
Tab: Change Order
Quantity Hours Hrly Rate Total
Labor:
Foreman 1 $8.00 $32.00 $256.00
Laborer 1 $8.00 $16.00 $128.00
Subtotal: $256.00
Material: Quantity Unit Unit Price
Concrete for Valve Box Pad 3 Bag $3.99 $11.97
Subtotal: $11.97
Equipment: Quantity Hours Hrly Rate
3/4 Ton Diesel Pickup Truck 1 8 11.50 $92.00
Subtotal: $92.00
Sub: Quantity Unit Unit Price
Capitol Concrete Contractors 1 LS $13,866.00 $13,866.00
Subtotal: $13,866.00
Labor
Labor Burden
Labor P & O
Material
Material P & O
Equipment
Subcontract
Sub P & O
Bond
Total
$256.00
55%
$140.80
25%
$64.00
$11.97
25%
$2.99
$92.00
$13,866.00
10%
$1,386.60
1%
$158.20
$15,978.56
Page 1 of 1 Printed 4/30/2015 @ 10:45 AM
CPR #09
JACOBS
June 10, 2015
Fred Lester
Senior Project Manager
Layne Heavy Civil, Inc.
475 Round Rock Dr. West
Round Rock, Texas 78681
Re: City of Round Rock, Texas
Treated Water Transmission Line — Segment 3
Change Proposal Request #9
Dear Mr. Lester:
2705 Bee Cave Road, Suite 300
Austin, Texas 787466 U.S A.
1.512314.3100 Fax 1.512.314 3135
Please provide a cost proposal for the following revised scope of work on the subject project:
1. Revise wall mounted Ethernet radio with integral antenna to be mounted on self-
supporting tower. Refer to the following enclosures:
a. Memorandum from CDM Smith, dated June 9, 2015 (5 pages, 8-112" x 11")
b. Revised Sheet IZ-1, dated June 9, 2015 (1 page, 11" x 17")
If the proposal is accepted, a change order will be prepared for the work. If you have any
questions or need additional information at this time, please do not hesitate to contact me at
512-314-3182.
Sincerely,
JACOBS ENGINEERING GROUP, INC.
Glenn A. Bridges, E.
Senior Project Engineer
XC: Jeff Bell, City of Round Rock
"'enclosures
K:'.WJXK81Wconsstruction\ehangc proposal requests [CPR R91CPR 09 leiter 061015.doe
CDM-
Smith
DMSmith
Memorandum
To: Glenn Bridges, P.E.
From: Amar Hegde, P.E.
Ana Karamalegos, P.E.
Date: June 9, 2015
Subject Change Proposal Request - Radio Tower at Round Rock TM -3
This change proposal request is issued to order changes to Radio with integral antenna
mounting, support structure, wireless communication and related work as specified herein.
A. General
1. Design, furnish and install anew Radio Tower at the Round Rock Segment 3 (TM -3) site
to establish wireless radio communication with the installed radio at FM 1431 Elevated
Storage Tank (EST) location as specified herein. Work shall include all necessary design
services and construction services (e.g., labor, equipment materials and startup and
testing services).
2. The Radio Tower, which includes a concrete foundation and steel tower structure, shall
be designed by a licensed Professional Structural Engineer registered in the State of
Texas. Design and loading criteria/requirements defined in TIA/EIA-222-6, Exposure
B, Reliability Category I standard shall be used for the tower and foundation design,
unless specified as otherwise.
3. Provide overall coordination with the Owner, Engineer and Subcontractors to install
the Radio Tower and associated equipment accessories at the Round Rock TM -3
location shown in the attached drawing. The new Radio tower shall be located within
150 Feet away from the histrumentation Building East and north of concrete electrical
duct bank, with approximate coordinates of the site location as follows:
N=10174762.396
E = 3105075.076
4. Equipment shall be fabricated, assembled, installed, and placed in proper operating
condition in full conformity with detail drawing, specifications, engineering data,
instructions, and recommendations of the equipment manufacturer as approved by the
Engineer/Owner.
w.A RR TW3 Radio To A=.
Round Rock TM -3 Radio Tower
June 9, 2015
Page 2
5. Relocate the Radwin 2000 (C -series, 5.8 GHz) radio with integral antenna to be mounted
on the new radio tower. The 35 -foot aluminum mast mounted to the Instrumentation
Building shall be demolished with all the installed accessories removed and turned over
to the Owner.
6. Submit sealed drawings and calculations that are prepared by a licensed Professional
Engineer (as defined above) showing the concrete foundation and tower structure
design. Provide submittals to include soil tests, if applicable. Include Data sheets and
catalog literature, physical dimension drawings, any calculations associated with the
design, a complete set of installation and service manuals, installation and
interconnection/wiring diagrams depicting the proposed installation of the equipment,
in conformance to the requirements specified on the plans. These drawings shall be
sufficiently detailed to be modified after installation to serve as the "AS -BUILT"
Drawings. Submittal requirements for all concrete and reinforcing for the Radio Tower
foundation shall be according Division 3.
7. The Radio Tower (concrete foundation and steel tower structure and appurtenances)
shall be inspected by the Owner and Engineer.
B. Radio Tower
1. Provide a self-supporting triangular cross sectional radio tower as follows:
a. The tower height shall be 45 -Feet, with provisions to add future 10 -foot section
on top giving a total height of 55 -Feet.
b. Cross bracing formed by a continuous solid bracing fashioned into zig-zag
diagonal pattern for strength.
c. Tower shall use fixed base, suitable to mount on concrete volume with a mat
and/or piers as determined by the licensed Structural Engineer based on soil
and site conditions. The foundation shall be provided with proper drainage, and
compacted sand and gravel drainage bed.
d. The tower shall be rated for 90 -mph, 3 -second Gust wind speed, TIA/EIA-222-
G Exposure B, Reliability Category I standard suitable for urban areas and
terrain with numerous closely spaced obstructions.
e. The tower shall support the Radwin 2000 C series, 5.8 GHz radio (15"width x
15"height x 5" depth, 7 lbs.). Additionally the tower shall support CAT6 POE
cable mounting, cable assemblies, lightning protection unit and other
accessories supplied in the project.
pw.MRR TM -3 Radio Tower.docx
Round Rock TM -3 Radio Tower
June 9, 2015
Page 3
f. The tower shall be designed to support ice deposition and associated wind
loading on the structure for this site location.
g. All fabricated tower steel members shall be hot -dip galvanized per ASTM A123.
Prior to galvanizing, all steel and welds shall be deburred and have a smooth
finish. All welding shall be done in the factory prior to the galvanizing process.
h. The tower shall be installed at the specific coordinates, and within the 6 foot by
6 foot base area as indicated in the drawings.
i. Follow manufacturer's recommendations for the tower assembly and
installation.
j. Model and Manufacturer
i. Rohn 45G Self -Supporting Tower
ii. Approved equal
C. Radio Cabling
1. Provide CAT6 POE outdoor cable for the radio with enough length to include future 10 -
foot section's maximum height (55 Feet). The CAT6 POE cable shall be routed to the
RR3-RADIO enclosure located inside the Instrumentation Building. Cabling shall be
neatly stored inside the RR3-RADIO enclosure.
D. Grounding Requirements
1. Provide tower base grounding kits for a complete tower grounding system as shown in
the Drawings.
2. Grounding rods shall be 3/4 -inch by 10 -ft copper clad. Provide three or four ground rods
for tower base as shown on the Drawings. Connect all tower base legs to the ground
rods using No. 4 bare copper ground wire and exothermic weld connections.
3. Provide connection to building ground where cabling enters the building using No. 4
bare copper ground wire and exothermic weld connections.
4. Provide all necessary ground legs and clamps.
5. Provide lightning rod assembly(s) bonded directly to the top of the tower structure.
6. Connect tower grounding rod system and building grounding system together using
No. 4 bare copper ground wire and exothermic weld connections to create a common
ground between all structures/ systems.
pw\1RR TM -3 Radio Tower.dom
Round Rock TM -3 Radio Tower
June 9, 2015
Page 4
7. Upon completion of this work, the ground system shall be bested using equipment
provided by the contractor to determine if the desired ground resistance of five (5) ohms
maximum has been attained. If the grounding system does not meet the 5 ohms
requirement during this test, the contractor will install additional radials or a chemical
ground rod(s) as required in order to meet the grounding requirement.
E. Accessories
1. Provide all necessary support posts, brackets, threaded rods and hardware, etc.
required for the cable support installation. All components shall be hot dip galvanized
per ASTM A123 and A153 as appropriate.
F. Installation
1. The Contractor shall coordinate the design and installation of the radio tower and its
foundation, including with the surrounding underground utilities and structures in
order to prevent interferences. The plan view dimension limits of the foundation shall
not exceed the allotted space noted in the Contract Drawings. Installation of any
required foundation and piles shall be according to Division 2 of the specifications and
all foundation concrete and reinforcing shall be according to Division 3 of the
specifications.
2. Equipment shall be installed in accordance with the manufacturer's instructions. The
locations of equipment and devices shown on the Drawings are approximate only. Exact
locations shall be as approved by the Engineer/Owner during construction. Obtain in
the field all information relevant to the placing of radios, cables, and antennas. In case
of any interference with other work, proceed as directed by the Engineer/Owner and
furnish all labor and materials necessary to complete the work in an approved manner.
3. All work shall be executed in full accordance with codes and local rulings. Should any
work be performed contrary to said rulings, ordinances, and regulations, the system
supplier shall bear full responsibility for such violations and assume all costs arising
there from.
4. Mounting hardware for equipment shall be provided. They shall be installed in a
workmanlike manner and not interfere with any other equipment.
5. The system supplier shall coordinate the installation, the placing, and location of system
components, their connections to the process equipment panels, cabinets, and devices,
subject to the Engineer/Owner's approval. The supplier shall be responsible to ensure
that all field wiring for power and signal circuits are correctly done in accordance with
pw.%XRR TM -3 Radio Tow®r.4ocx
Round Rock TM -3 Radio Tower
June 9, 2015
Page 5
best industry practice and provide for all necessary system grounding to ensure a
satisfactory functioning installation.
6. Good workmanship with radio/antenna, cables, and connectors is essential to a
properly functioning radio system. Contractor shall bear the cost to troubleshoot and
repair poor connections, kinked antenna cable, or other workmanship defects.
G. Radio Communication
1. The following performance requirements shall be met with the relocated radio/ integral
antenna following the installation of new radio tower:
a. The wireless communication link between the Round Rock TM -3
Instrumentation Building location and the FM 1431 EST location shall provide
up to a minimum of 50 Mbps full -duplex data transmission, configured to
achieve maximum data transfer rate. The configuration settings for optimum
wireless communication between the Round Rock TM -3 Instrumentation
Building location and the FM 1431 EST location shall be performed by the
approved Radio System supplier.
b. Provide and install a fully operational radio system, with an overall system
reliability of 99.999% with security, and operating at their maximum segmented
bandwidth.
H. Attachment
1. Modified Detail C on Instrumentation Details sheet IZ-1.
I. References
1. Geotechnical Investigation Report is included in the contract.
2. Instrumentation and Controls - General Provisions are included in Section 13300 of the
contract.
3. Radio Equipment is included in Section 13300 of the contract.
4. Supplementary Conditions are included in Section 00800 of the contract.
5. For general sitework, excavation, pile foundation and other site related requirements,
refer to Division 2 specifications of the contract.
6. For general concrete and reinforcing steel requirements, refer to Division 3
specifications of the contract.
pw.%%RR TM -3 Radio Tower.docx
.•>f llr:a.luvr.< n ao-.a.cn Ma-��wnor
�N A
// J NAwrN LTJ
L / iw a yea
�Y la
M
N a IMrI/EtC N a ry.o
rrl d
` N a ewe nIK
!1M A 15!10 )1� a M•rR•o
UKLfO/WSAMQ T11MIiffTA1 OWALAn M
T
+��r.•�Or
52!£ o m on ala "«ala
MAL C
TREATED WATER TRANSMISSION LINE
SEGMENT a(TM-a)
NSTRUMENTATIDN DETAILS
Round Rock Water Transmission Segment 3(TM3)
Request for Change Order Number 013
Date 6/24/2015
Request for Change By:
Reason for Change and Description
Requested Change Order Value
Additional Time for Change:
Layne
1775 E. 69th Ave
Denver, Colorado 80229
Change of Antenna Tower
Materials
$
1,685.00
Labor
$
4,161.88
Management
$
330.51
Burden
$
2,123.14
Subcontract
$
12,308.28
Insurance
$
548.82
OH&Profit (15%)
$
3,173.64
Total
$ 24,331.27
Days
75
ow1
1 1 �
8learlc/canvole4 Wvumcnaatlon
PO Box 859, Florence, Tx 76527
601 South Patterson, Florence, Tx 76527
Phone (254) 793-4344
Fax (254) 793-3044
Project: RR Transmission Line Segment 3
Date: June 22, 2015
C.O.R. No. 201411.05 — CPR #9 - Add Antennae
Change Order Request
Description of Change Order Request:
Mr. Fred Lester,
This cost proposal is in reference to the email request to TMC regarding Change Proposal Request #9.
Our subcontractor JTS has reviewed this new Change Request for the new Antennae Tower.
JTS has provided a cost for the requested modifications. Please make note that JTS will provide submittals within four
weeks of receipt of a signed PO with an approved change order. After receipt of approved submittals the equipment
delivery will take approximately six weeks. The base slab will be constructed while waiting on the tower components.
Erection will take approximately one week to erect the tower and relocate the antennae. Proposal includes stamped
engineered drawings as requested.
The antennae will have provisions to add another 10 feet in the future.
The following are some notes, clarifications and exceptions we are taking when pricing this proposal:
1) Pricing is good for (30) days from date of proposal.
Total Price: $21,157.00
Extension in Time Request:
We would request an additional (75) days to be added to our contract time to perform this work. Delays in submittal
approval could potentially add additional days.
If you have any questions, please call me at (512) 848-5032.
Sincerely,
Sid-Woodmansee
Sid Woodmansee
Project Manager
CHANGE ORDER SUMMARY SHEET
Project Name: Round Rock Segment 3
Change Description: Add Antennae Tower
TMC Change No: COR # 201411-05- Add New Antenane Tower Date: June 22, 2015
ATERIALS/QUOTES:
Amount
O
Rate
Extended
scMaterials:
$1,685.00
X
1
$1,685.00
ote No. 1:
$0.00
X
1
$0.00
ote No. 2:
[[Sales
$0.00
X
1
$0.00
ote No. 3:
$0.00
X
1
$0.00
btotal
$1,685.00
Tax
$1,685.00
X
0.00%
$0.00
TERIAUQUOTES SUBTOTAL
51,685.00
LABOR:
Hours
Op
Rate
Extended
Straight Time Labor:
80
X
$46.00
$3,680.00
Overtime Labor:
0
X
$55.71
$0.00
Subtotal Manhours:
80
General Foreman ST Labor (10% of Man Hours):
8
X
$48.28
$386.24
General Foreman OT Labor (10% of Man Hours):
0
X
$72.40
$0.00
Material Proc. & Hndlg. Labor (5% of Man Hours):
4
X
$23.91
$95.64
Update As Built Drawings:
0
X
$48.28
$0.00
SUBTOTAL LABOR:
$4,161.88
DIRECT JOB EXPENSES:
Amount
OP
Rate
Extended
Project Manager:
1
X
$54.00
$54.00
Expendable Tools (6% of Materials):
$1,685.00
X
6%
$101.10
Equipment:
$0.00
X
1
$0.00
O&M's:
$0.00
X
1
$0.00
Warranty on Material (3% of Materials):
$1,685.00
X
3%
$50.55
Warranty on Labor 3% of Labor:
$4,161.88
X
3%
$124.86
SUBTOTAL DIRECT JOB EXPENSES:
$330.51
. MORALES COMPANY MARKUPS:
Amount
Op
Rate
Extended
Cost of Labor and Materials:
$5,846.88
X
1
$5,846.88
Cost of Tools, Eqpt and Facilities (Direct Job Expenses):
$330.51
X
1
$330.51
Work Comp / SS / Unemployment
$4,161.88
X
25.00%
$1,040.47
SUBTOTAL:
$7,217.86
OH&P 1st $10,000 of Costs @ 15%:
$7,217.86
X
15.00%
$1,082.68
OH&P Balance over $10,000 @ 10%:
$0.00
X
10.00%
$0.00
. MORALES COMPANY SUBTOTAL:
$8,300.53
SUBCONTRACTS WITH MARKUPS:
Amount
Op
Rate
Extended
Subcontract Qte No. 1 -
$11,217.00
X
1
$11,217.00
Subcontract Qte No. 2 -
$0.00
X
1
$0.00
Subcontract Ole No. 3 -
$0.00
X
1
$0.00
SUBTOTAL:
$11,217.00
OH&P 1st $10,000 of Costs @ 10%:
$10,000.00
X
10.00%
$1,000.00
OH&P Balance over $10,000 @ 7.5%:
$1,217.00
X
7.50%
$91.28
SUBCONTRACTS SUBTOTAL:
$12,308.28
SUBTOTAL / SUMMARY:
Amount
Op
Rate
Extended
Liability/ Builders Risk:
$20,608.81
X
2.00%
$412.18
SUBTOTAL:
$21,020.99
P&P Bond $100,000 or Less:
$0.00
X
2.50%
$0.00
P&P Band $100,001 thru $500,000:
$0.00
X
1.50%
$0.00
P&P Bond $500,001 thru $2,500,000:
$0.00
X
1.00%
$0.00
P&P Bond $2,500,001 thru $5,000,000:
$0.00
X
0.75%
$0.00
P&P Bond $5,000,001 thru $7,500,000:
$0.00
X
0.70%
$0.00
P&P Bond Over $7,500,000:
$21,020.99
X
0.65%
$136.64
GRAND TOTAL THIS CHANGE:
$21,157.62
JTS
5310 S Cockrell Hill Road Phone 972-620-1435
J Dallas, TX 75236 Fax 972-247-5023
"Architects and Builders of Data, Voice, and Video Highways"
Sid Woodmansee Sid Woodmansee
T. Morales Company
T. Morales Company
Proposal
JTSQ7574
06/23/15
John Thompson
Round Rock Water Change
Order #9
CITY OF ROUND ROCK
TREATED WATER TRANSMISSION LINE - SEGMENT 3
CHANGE ORDER PROPOSAL #9
SUMMARY:
All specification under change order #9 for Segment 3 Self Support Tower will be followed
SCOPE OF WORK
1. Area will be marked for foundation base
2. Texas One Call will be called to check for underground utilities
3. Foundation materials will be ordered and shipped to the JTS warehouse
4. Backhoe will be rented and delivered to tower site
5. Excavation will be performed to make a 6'6" x 6'6" square hole
6. Rebar will be tied and placed according to specifications
7. 8 cubic yards of concrete will be ordered and delivered to the tower site
8. Grounding will be installed using #4 tin copper wire exothermically sealed to a ground rod.
9. The concrete will be poured and finished
10. The concrete will be left to cure for 28 days.
11. JTS will travel back to the site after the 28 days and assemble the tower
12. JTS will use the crane that will be rented for stacking to load the sections onto the trailer and transported to
the tower site
13. The tower will be assembled wholly on the ground
14. The tower will be erected using a crane, attaching the base section to the remaining 45' of tower.
15. All bolts will be checked for correct torque at all splices
16. The tower and foundation will be completed and checked over with the customer
17. The customer will sign off on the completion of the tower and this will serve as the acceptance of the tower.
SCHEDULE:
Day 1 - Issuance of Purchase Order or Work Authorization
Day 2 - Day 28 - PE stamped drawings for tower and foundation
Day 29 - Submittal of PE stamped drawings
Day 36 - Submittal acceptance of PE stamped drawings
Day 37 - Ordering of all tower, foundation, radio system, and grounding materials
Day 44 - Begin excavation for tower base
Day 45 - Pouring of Cement - Start 28 -day cure time
Day 78 - Concrete break test at end of 28 day cure time
Day 79 - Submittal of concrete break test results
Day 86 - Submittal acceptance of concrete break test results
Day 90 - Delivery of tower, radio system, and grounding materials
Day 91 - Erection of Tower, Decommissioning of existing pole and radio equipment,
equipment
Day 92 - Tower grounding and commissioning of microwave link
Day 93 - Site Inspection by owner and/or engineer
Installation of radio
Day 94 - Close Out Photos and radio screen shots showing the parameters being met are submitted
Day 108 - Job acceptance
1 Tower Materials
PE Stamped Drawings
45G Self -Supporting Tower Kit, NI, 45'
45G Standard Section, 10' (Optional)
1 Materials for Installation
Forms.
(8) Concrete. (8 Yards)
(32) #9 Rebar
Grounding Materials
1 Rentals for Installation
BackHoe Rental
1 Labor for Installation
(1.5) Labor to stack Tower
(400) Mileage
(2) Truck Fee
(1.5) Labor to Install Foundation
$2,094.44
$2,184.52
$875.00
$6,847.45
$176.00
$242.86
SubTotal $12,001.41
Sales Tax $0.00
Shipping $0.00
Total ! .41
* 111217
Poi 5;d wood wa�ree
Proposal JTS07574 JTs T. Morales Company 6/2312015 Page 2
City of Round Rock
ao� o Roac Agenda Item Summary
Agenda Number:
Title: Consider executing Quantity Adjustment/Change Order No. 4 with Layne
Heavy Civil, Inc. for the Treated Water Transmission Line - Segment 3
Project.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 7/17/2015
Dept Director: Michael Thane, Director of Utilities and Environmental Services
Cost:
Indexes:
Attachments: CO-QA#4_Layne_Seg3_CM7.17.15.pdf
Department: Utilities and Environmental Services
Text of Legislative File CM -2015-834
Consider executing Quantity Adjustment/Change Order No. 4 with Layne Heavy Civil,
Inc. for the Treated Water Transmission Line - Segment 3 Project.
The Treated Water Transmission Line - Segment 3 is the final segment required to
deliver BCRUA treated water to the City's transmission system from Lake Travis.
Segment 3 consists of approximately 12,000 linear feet of 48 -inch waterline. The
horizontal alignment of Segment 3 generally follows the future extension of New Hope
Drive from Ronald Reagan Blvd. to C.R. 175 north of RM 1431. The waterline connects
to the east end of Treated Waterline - Segment 2C at Ronald Reagan Blvd. and
terminates at an existing 48 -inch stub -out at the northwest corner of the RM 1431 and
C.R. 175 intersection and is constructed within a City of Round Rock Waterline
Easement.
Change Order/Quantity Adjustment (CO/QA) No. 4 includes adjustments in apparatus
in the PRV and ARV vaults, the addition of 25 pipeline markers, and a self-supporting
antenna tower. The tower became necessary for communication with the Round Rock
Water Treatment Plants new radio communications network that was improved with the
RTU Install & Enhancement Project.
CO/QA Nos. 1-3 increased the original contract from $5,725,729.25 to $5,818,811.99.
CO/QA No. 4, in the amount of $45,434.74, will increase the contract amount to
City of Round Rock Page 1 Printed on 7/17/2015
Agenda Item Summary Continued (CM -2015.834)
$5,864,246.73.
Staff recommends approval.
City of Round Rock Page 2 Printed on 711712015
LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIL/CITY MANAGER ACTION
Required for Submission of ALL City Council and City Manager Items
Department Name: Utilities & Environmental Services
Project Mgr/Resource: Jeff Bell
F� Council Action:
ORDINANCE
Agenda Wording
Fxx-lCity Manager Approval
0
Project Name: Treated Water Transmission Line — Segment 3
ContractorNendor: Layne Heavy Civil, Inc.
RESOLUTION
CMA Wording
Consider executing Quantity Adjustment/Change Order No. 4 with Layne Heavy Civil, Inc. for the Treated Water Transmission
Line — Segment 3 Project.
Attorney Approval
RJ'Attorney Date %
Notes/Comments
0:Iwdox\SCCInts10199114051MISC100338052.XLS Updated 613108