Loading...
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