CM-2015-665 - 1/23/2015City of Round Rock
�"S°RO°` Agenda Item Summary
Agenda Number:
Title: Consider executing Quantity Adjustment/Change Order No. 3 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: 1/23/2015
Dept Director: Michael Thane, Director of Utilities and Environmental Services
Cost: $34,884.86
Indexes: Self -Financed Water Construction
Attachments: QA-CO#3_Layne_TreatedWLSeg3_CM1.23.15
Department: Utilities and Environmental Services
Text of Legislative File CM -2015-666
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 easterly from
Ronald Reagan Blvd. to C.R. 175 north of RM 1431. The waterline will conned to the east
end of Treated Waterline - Segment 2C at Ronald Reagan Blvd. and terminate at an
existing 48 -inch stub -out at the northwest corner of the RM 1431 and C.R. 175 intersection
and will be constructed within a City of Round Rock Waterline Easement.
Additional quantities to bid items that were requested by City staff total $10,278.80. Change
Order items needed for connections to existing piping on both ends due to unforeseen
issues, along with the cost of going back to the originally designed PLC (Programmable
Logic Center) equipment total $24,606.06. These additions increase the contract amount
by $34,884.86.
In June of 2014, Quantity Adjustment/Change Order No. 1 in the amount of $12,487.39 was
executed, which modified the original contract total from $5,725,720.25 to $5,738,207.64.
In August of 2014, Quantity Adjustment/Change Order No. 2 in the amount of $45,719.49
was executed, which increased the contract total to $5,783,927.13.
Please execute Quantity Adjustment/Change Order No. 3 in the amount of $34,884.86,
which brings the new contract total to $5,818,811.99.
CHyafftu deck P.,1 PH .laWO1S
Mende Item Summary Continued (CMd014555)
Staff recommends approval.
CHyarRetmd Reck Pepe 2 Ponied an fALS015
LEGAL DEPARTMENT APPROVAL FOR CITY COUNCILICITY MANAGER ACTION
Required for Srl6mission of ALL City Council and City Manager Items
Deparenent Name: uNilea& Environmental Senates Project Name: waited W&*r Lammimlcn Lina - Seummla
Project MgnResource: Jeff Ball ConlnctorlVeneor. Lama Heavy Civil, Ina
Council Action:
ORDINANCE RESOLUTION
QCity Manager Approval
CMA Wording
Aonsitler executing Ouantlly AdjustmentlChange Order No. 3 Yvan Layne Heavy Civil, Inc. for the Treated Water Transmission
Line— Segment 3 Project.
O:\WdoxtSCClnts10199114051MISC100327430.XLS Updated 6/3/08
Contract Quantity Adjustment/Change Order
Pmlect Name: Treated Water Transmission Main No. 3
Contracmr: Layne Heavy Civil, Inc.
Engineer: lambs Engineering Group, Inc.
Page I of I
Date: 12/3/2014
Change Order/Quantity
Adjustment No. 3
justification
See the following enclosed documents: (1) CPR #6 with cost Information from Layne Heavy Civil (dated 11-17-14), (2) lambs remmmendation
letter, dated 11-19-14, (3) Request for Change Order No. 011 from Layne Heavy Civil (dated 11-18-14), (4) Request for Change Order No. 012
from Layne Heavy Civil (dated 11-18-14).
i V17MMR1
Original Correct Rice:
Previous Quantity Adjusirnent(s):
This Quantity Adjustment:
TOGI Quanmy Adjustment(s):
Total Contact Price wdh Quantity Adjustment(s):
Prevlaus Change Order(s)
This Change Order:
Total Change Ordl To Date:
Odgnal COnaaQ Pnra Plus Change Order(s) Plus Quantity
Adjustment(s):
Original Contract Time:
Contract Time Pro, W this Change Order:
Contrad Time with All Approved Change Orders:
Amount %Chan e
$5,725,720.25
$28,301.89
$10,278.80
$38,580.69
$5,764,300.94
0
$29,904.99 0.52%
$24,606.06 0.43%
$54511.05 0.95%
$5,818,811.99
342 calendar days
(Final)
377 calendar days
(Final)
447 calendar days
(Final)
. orwyo r.c., rmlecc ongmeer
Wepared WPYAlambs Engineering Group, Inc. 11--4-- (Q—
Contractor 3 ted jam,Tibe and Company page
A/. siNSu�
Approval: /_ x' - /-/-(Z `f
City of Round signature PnMed Name, Title and Company Date
to
Rock \ Y/ ._ r,
Name, Tide
I.1, 3
C M-ac)6— !0105
Page 1 of 1
Contract Quantity Adjustment/Change Order
Project Name: Treated Water Transmission Main Segment 3 (TM -3)
Quan. Adj./Change Order No.: 3
Quantity Adiuetmant nota
Bid Item # Item DescriptionAdjustment
Unit Qty.
Unit Price
Am
Contract
Time
Da
T
Permanent Fence Replacement (5 -strand
barbed wire), per field directive from
3.13 CORR inspection Department LF 192.8
$8.50
$1,638.00
0
4" Concrete Rip Rap, per field directive
3.24 from CORR Inspection Department SY 320
$27.00
$8,640.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.ao
o.00
$0.00
$0.00
$0.00
$0.00
$0.00
i
TOTALS:
10 278.80
0
Page 2 of 7
Contract Quantity Adjustment/Change Order
Project Name: Treated Water Transmission Main Segment 3 (1hi-3)
Quan. Adj./Change Order No.: 3
Chance Order Daft
Item #
Item Description
Unit
Qty.
Unit Price
Amount
Contract
Time
Adjustment
(Days)
1
Void a previous change in PLC
hardware and furnish / install the
originally specified Allen Bradley
equipment.
LS
1
$6,157.27
$6,157.27
70
2
Additional labor, equipment and materials
costs required to make connection to
existing City of Round Rode pipe at Sta.
129+50.
LS
1
$14,709.29
$14,709.29
0
3
Additional labor, equipment am Materials
costs required to make connection to
existing BCRUA pipe.
LS
1
$3,739.50
$3,739.50
0
$0.00
0.00
0.00
$0.00
$0.00
Ut$$,
0.00
O 0
a.oo
;o.00
CHANGE PROPOSAL REQUEST #6
JACOBS
November 17, 2014
John Peterson
Layne Heavy Civil, Inc.
300 E. Broad Street
Fairbum, GA 30213
Re: City of Round Rock, Texas
Treated Water Transmission Line — Segment 3
Change Proposal Request #6
Dear Mr. Peterson:
2705 Rea Cave R . SuM 300
Austin, Tem 76746 U S A.
1.512.314.3iM Fax 1.512 314.3135
Please provide a cost proposal to void Change Proposal Request #4 (copy enclosed). The
originally specified Allen Bradley equipment shall be famished and installed, instead of the
Moditen equipment that was included in Change Proposal Request #4.
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
512-314-3162.
Sincerely,
JACOBS ENGINEERING GROUP. INC.
Glenn A. B
Senior Project Engineer
XC: Jeff Bell, City of Round Rock
w/enclosures
KtW1XKa10Psonsw¢ioecbon6o P1aPos11 rcguaw4CPR A CPR%kan r111714.tluc
Jambs Engmaanng Gmue Inc
JACOBS
2705 S. Gv. Rom. sun. 300
Austin, Taaas 787" US A
1512.3113100 Fm 1 512.314.3135
June 9, 2014
John Peterson
Layne Heavy Civil, Inc.
300 E Broad Street
Fairburn, GA 30213
Re: City of Round RmI4 Texas
Tsenled WaterTmosmission Line— Segment 3
Change Proposal Request a4
Dear Mr. Peterson:
Please provide a cost proposal to revise the specified Allen Bradley products to products described in the
following Modicon Product Data Sheets (cupics unclosed):
Descrintian Mattson Product Data Slu eL
PLC BMXPM2020H
Power Supply BMXCPS3020H
Discreet Input Module BMXDD11607.H
Discrete Output Module BMXDRAI605H
Analog Input Module BMXAMIIJBIBH
Analog Output Module BMXAM00410H
Backplane BMXXBP060DH
Memory Card BMXRMS008MPF
Programming Software UNYSPUSFUCD80
If the proposal is accepted, a change order will be proposed for the work If you have any questions or meed
additional information at this time, phrase do not bmitas: to contact me at 512-314-3182.
Sincerely,
JACOBS ENGINEERING GROUP, INC.
Glenn A. BridgegP.E.
Scnior Project Engineer
XC: Jeff Bell and Brandon Pritchett, City of Round Rock
Andy Hedrick Layne Heavy Civil, Ire.
wr cnclosurs
K'� W1XK81Wkaatweuwclangc laan9nl m,mis 1CPR ",CPR N kner 050914Aoe
Jacobs Enpirreedag Group 1r ,
COST INFORMATION FROM LAYNE HEAVY CIVIL
IN RESPONSE TO CHANGE PROPOSAL REQUEST #6
Round Rock Water Transmission Seament XTM3
Request for Change Order Number 006
Date 11/17/2014
Request for Change By: Layne Heavy Civil
1775 E. 69th Ave
Denver, Colorado 80229
Reason for Change and Description Provide cost proposal to revise the specified Medicon prods
Allen Bradley product list attached to Change Proposal Requ
credit will be offered on CPRROD4 as the work has already be
performed.
Requested Change Order Value
Additional Time for Change:
Labor
$
-
Burden
$
-
Rent
$
-
Fuel
$
-
Tools
$
-
Materiai
$
5,288.27
Transport
$
75.00
OH&Profit
$
794,00
Total
$
6,157.27
Days
70
Morales Com®
PO Box 859, Florence, Tx 76527 Project: RR Transmission Line Seament 3
01 South Pattereon, Florence, Tx 76527
Phone (25,1) 7931344 Date: June 23, 2014
Fee (254)783-3844 C.O.R. No. 201411.03—Change PLC's Back to Allen Bradley
Change Order Request
Description of Change Order Request:
Mr. John Peterson,
This cost proposal Is in reference to the request to change back to Allen Bradley after your email response to TMC
regarding TMCs RFI #01 -Regarding Radio Communication. Please note the work associated with the Change Order #
2 was completed by CPUSA and there is no credit for that Change Order. The CPR#4 Change Order# 2 cannot be
cancelled. The work was performed. CPUSA has gone forward with the rework and resubmitted all the product
documentation and completed the design drawings per the Modicon equipment.
Please note, all work on the PLC's is at a stop.
Our subcontractor CPUSA has reviewed this new change to go back to the Allen Bradley Products. Please note, we
have not received an official document from Jacobs requesting this change back to Allen Bradley.
This new proposal request and has provided a cost for the requested modifications back to Allen Bradley. Please make
note that CPUSA has provided and submitted Control Panel submittals and Control Panel drawings based upon the
original Allen Bradley components. These submittals were rejected and CPR#4 was generated for the Modicon
Products. Will CPUSA need to resubmit the original Allen Bradley Submittal or can the Engineers simply fall back and
review the product information that was previously submitted. If new submittals are required, CPUSA will need to
redraw the schematics. Note that any additional resubmittals are "On Hold" pending a decision on this change
proposal request.
This change will require a new layout of the Panel Enclosures back to Allen Bradley as well as modifications to the
wiring diagrams and schematics. CPUSA will now have to go back and reprogram per the AIIen Bradley product
architecture. They have included those modifications in this proposal. In addition, they have stated that this will add
21 days to the project schedule from the time they receive the approval. In addition, they have been on hold waiting
on a response to TMC RFI # 01. The days incurred waiting for the TMC RFI #01 Response will need to be added to the
21 days. Please note, we have not received any official written response to RFI #03 and no new CPR to go back to the
Allen Bradley product.
Please see the attached CP USA Proposal.
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: $5,288.27
CHANGE ORDER SUMMARY SHEET
Morales Company
Project Name: Round Rack Segment 3
Change Description: Change Modicon Products back to Allen Bradley Products
TMC Change No: COR # 201411-03- Change Back to Allen Bradley Date: November 13, 2014
MATERIALSIQUOTES:
Amount
Op
Rate
Extended
Misc Materials:
$0.00
X
1
$0.00
Quote No. 1:
$0.00
X
1
$0.00
Quote No. 2:
$0.00
X
1
$0.00
Quote No. 3:
$0,00
X
1
$0.00
Subtotal
$0.00
Sales Tax
$0.00
X
0.00%
$0.00
MATERIADQUOTES SUBTOTAL
$0.00
LABOR:
M-UMOP
Rate
Extended
Straight Time Labor
0
X
$43.00
$0.00
Overtime Labor.
0
X
$55.71
$0.00
Subtotal Manhours:
0
General Foreman ST Labor (10% of Man Hours):
0
X
$48.28
$0.00
General Foreman OT Labor (10% of Man Hours):
0
X
$72.40
$0.00
Material Proc. & Hndlg. Labor (5% of Man Hours):
0
X
$23.91
$0.00
U date As Buiit "'In2s:
0
X
$48.28
$0.00
SUBTOTAL LABOR:
DIRECTJOB EXPENSES:
Amount
O
Rale
Extended
Project Manager:
4
X
$5400
$216.00
Expendable Tools (6%of Materials):
$000
X
6%
$0.00
Equipment:
$0.00
X
1
$0.00
O&M's:
$0.00
X
1
$0.00
Warranty on Material (3% of Matenals):
$0.00
X
3%
$0.00
an -an on Labor3%ot Labor'
$0.00
X
3%
$0.00
SUBTOTAL DIRECT JOB EXPENSES:
$216.00
. MORALE$ COMPANY
MARKUP$:
Amount
O
Rate
Extended
Cost of Labor and Materials:
$0.00
X
-1$000
Cost of Tools, Eqpt and Facilities (Direct Job Expanses):
$21600
X
i
$216.00
Work Comp/SS/Unemployment:
$0.00
X
25.00%
$0.00
SUBTOTAL:
$216.00
OH&P 1st $10,000 of Costs @ 15%:
$216.00
X
15.00%
$32.40
OH&P Balance over 810000 10%:
$0.00
X
10.00%
$0.00
. MORALE$ COMPANY SUBTOTAL:
$24846
SUBCONTRACTS WITH MARKUPS:
Amount
O
Rate
Extended
Subcontract Ote No. 1 -
$4,457.00
X
1
$4,457.00
Subcontract Qte No. 2-
$0.00
X
1
$0.00
Subcontract Ole No. 3 -
$0.00
X
1
$0.00
SUBTOTAL:
$4,457.00
OH&P 1st $10,000 of Costs @ 10%:
$4,45700
X
10.00%
$44510
OH&P Balance over 810000 7.5%:
SUBCONTRACTS SUBTOTAL:
54,90270
SUBTOTAL/SUMMARY:
Amount
O
Rate
Extended
Liability/Builders Risk:
$5,151.10
X
2.00%
$103.02
SUBTOTAL:
$5,254.12
P&P Band $100,000 or Less:
$0.00
X
2.50%
$0.00
P&P Bond $100,001 thm $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%
$000
P&P Band $5,000,001 thm $7,500,000:
$0.00
X
0.70%
$0.00
P&P Bond Over $7,500,000:
$5,254.12
X
0.65 %
$34.15
GRAND TOTAL THIS CHANGE:
$5,288.27
Extension in Time Request,
We would request an additional (65) days to be added to our contract time to perform this work. Including lost time waiting
for TMC RFI k01 response.
If you have any questions, please call me at (512) 848-5032.
Sincerely,
Sid Woodmansee
Sid Woodmansee
Project Manager
E
Control Panels USA Inc.
CHANGE ORDER REQUEST
13-6865-02
DATE:
November 7, 2014
PROJECT MANAGER:
Sid Woodmansee
COMPANYNAME:
T. Morales Electrical
PHONE:
(512)848-5032
PROJECT: City of Round Rock— Treated Water Transmission Line Segmenta
DESCRIPTION OF CHANGE: Change order #2 replacing Modicon system with Allen-Bradley
Sid,
All the time allocated in CPR# 4 has been used. If the original Allen-Bradley system is now required; our CAD files
will need to be redrawn back to the layout and wiring of submittal 133WO02 A; for the purpose of providing accurate
drawings with the delivery of the prowl. This is now, continuing to accrue project management time, administrative
time, CAD, and programming time.
The original submittal for the PLC hardware was not approved and prompted CPR#4, them for, CP USA will need to
resubmit the specifications associated with the PLC hardware and software. As such, the cost to CP USA to switch back
to the original Allen-Bredley system is estimated to the amount of $4,457.00.
CP USA has had time lost and has now been on Hold with PLC-RR3 since September 11, 2014 when RFI 13-6865-01
was submitted. Therefore, if the original Allen-Bradley system is required, CP USA requests the following additional
time to the contract to complete the work from the time that the Change Order is approved in writing:
• On Hold time from September I la, until Change Oder is approved, plus
• The hours specified in our tort break down
• Time for engineer to comment and return the comments back to CP USA
If you have any questions or concerns don't hesitate to contact raw.
Thank you,
Thomas Warrrn
Project Manager
TwarrenActm roloanelsuse net
AUTHORIZATION TO PROCEED:
By signing below I accept the change order as described above:
Printed Name Date
1010 aiaaon Law•auadrg 1 Sola 100 'Awlo. T.78729 -Mm (512)8B3d224'Fu (512)8886UB• aw.co mnrmbura.rd
Hours
Actual Hour Cost with Overhead
No Markup( Rate/hr
Total
Project Management Time
10
$ 112.00
$
1,120
CAD Time
18
$ 92.00
$
1,656
Programming Time
0
$ 128.00
$
Administrative Time
0
$ 72-00
$
-
ManhourSubTotal
$
2,776
Equipment Difference
$
1,100
Markup
$
581
Change Order Total
1 $
4,497
JACOBS RECOMMENDATION LETTER
JACOBS
November 19,2014
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
Mange Order #3
Dear Mr. Bell:
27M use Cave Road, Suite 3%
Austin, Texas 98746 U.SA.
1.51 2.314.31M Fox 1.512.314.3135
Enclosed is the response from Layne Heavy Civil (Layne) to Change Proposal Request #6, which
voids the previous change in PLC hardware and requires that the originally specified Allen
Bradley equipment be famished and installed.
The total requested change order value of $6,157.27 includes the following:
1. CAD and Project Management time for Control Panels USA (CPUSA) to make drawing
revisions to incorporate the Allen Bradley equipment.
2. Equipment cost difference, which was previously deducted by Change Order #3.
3. Subcontract and prime contractor administrative markups from CPUSA, T Morales and
Layne.
In addition, Layne and its subcontractors are requesting an additional 70 calendar days as a result
of the change. Based on discussions with Layne, T Monies and CPUSA, all parties will
endeavor to complete the changes quickly as possible. Consequently, it is possible that the entire
70 days will not be required; however, this additional time is being requested as a worst case
scenario.
Jacobs has reviewed the information provided and hereby recommends acceptance of Layne's
change proposal to add $6,157.27 and 70 calendar days to the contract. If you have any questions
or need additional information at this time, please call.
Sincerely,
JACOBS ENGINEERING GROUP, INC.
Glenn A. Bridges .E.
Senior Project Engineer
Wlendowre4
K1W)XK81W,cansvudionl70V00#3 tscnmmendeeon Ina, 111914.dac
Jacobs Engineenng Group Inc.
REQUEST FOR CHANGE ORDER NO. 011
Round Rock Water Transmission 3eament 3(TM3
Reauestfor Chanae Order Number011
Date 11/18/2014
Request for Change By: Layne
1775 E. 69th Ave
Denver, Colorado 80229
Reason for Change and Description Change Proposal Request / Sta 129+50 purchase FLG/PE
DIP pipe and excavate twice location (directed by CORR
rep.)
Requested Chanae Order Value
Labor
$
2,018.00
Burden
$
764.00
Equip
$
1,375.00
Fuel
$
156.75
Tools
$
100.00
Blind Flange Service
$
1,425.00
Ferguson DIP
$
6,951.94
OH&Profit
$
1,918.60
Total $ 14,709.29
Additional Time for Change: Days 2,5
REQUEST FOR CHANGE ORDER NO. 012
Round Rock Water Transmission Segment 3(TM3)
Request for Change Order Number012
Date 11/18/2014
Request for Change By:
Reason for Change and Description
Requested Change Order Value
Layne
1775 E. 69th Ave
Denver, Colorado 80229
BCRUA pipe connection repair. Damaged to pre-existing
pipe at test head. Welding and Buttstrap application.
Labor
$
720.00
Burden
$
324.00
18 Hrs combine welding Welding
$
1,728.00
Fuel
$
25.00
Tools
$
50.00
Service
$
-
Butt Strap Materials
$
315.00
OH&Profit
$
577.50
Total $ 3,739,50
Additional Time for Change- Days 2