Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0473 - Change Order To Contract - BL Technology Inc.- SCADA Project Servers - 11/03/2011
Resolution No. 2011—RO473 November 3, 2011 Item No. 5.13 RESOLUTION E IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Change Order No. 1 to that certain Contract No. 11 -10004 -FO by and between the City of Lubbock and BL Technology, Inc., to match the SCADA project servers to the Lake Alan Henry Treatment Plant and implement a maintenance program for the North Water Treatment Plant, and related documents. Said Change Order No. 1 is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on November 3, 2011 TOM MARTIN, MAYOR TTEST: Garza, City Secretary AS TO CONTENT. Reed, P.E., Chief Operatibns Officer OVED AS TO FORM: Weaver, Assistant City Attorney .s/RES.ChgOrd# 1 Contract -BL Technology, Inc, 19, 2011 CITY OF LUBBOCK CHANGE ORDER Change Order #: I Contractor: BL Technology Date: September 30, 2011 BID/ITB 4: RFP 11 -10004 -FO Contract #: 10004 Project Name: North Water Treatment Plant SCADA Improvements Change Order within the scope of the contract means a Change Order that DOES NOT ALTER THE NATURE OF THE THING TO BE CONSTRUCTED AND THAT IS AN INTEGRAL PART OF THE PROJECi OBJECTIVE. After performance of a construction contract begins, Change Orders may be approved if necessary to I ) make changes in plans or specifications: or 2) decrease or increase the quantity of work to be performed or materials, equipment, or supplies to be furnished. Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the project (attach additional pages ifnecessary): 1.) This Change Order modifies the number and type of server required on the project. The original contract documents required four servers at Bailey County and four servers at the North Water Treatment Plant. After analysis, it has been determined that only one server is needed at Bailey County. The servers will be changed to match the Lake Alan Henry Treatment Plant. 2.) The Human Machine Interface at Bailey County has been changed from a full blown Wonderware software package to a MuniPack to better fit the facility's needs. 3.) A maintenance manager software package is being added for use on both the Bailey County, North Water Treatment Plant and South Water Treatment Plant. Change Orders must either be negotiated in the best interest of the City or Lubbock or put out for public bid by the Purcha,iii-, Department. Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs, including material quantities. material costs, taxes. insurance, employee benefits, other related costs, profit and overhead. ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM. ITEM DESCRIP'T'ION AMOUNT A. ORIGINAL CONTRACT VALUE: $ 657,325.00 B. AMOUNT OF THIS CHANGE ORDER: t uuncrioptrruval rryrrirrd Jrnu+ ti?S.nPx1 $ 73,540.20 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 11.2% D. AMOUNT OF PREVIOUS CHANGE ORDERS: S 0.00 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $ 73540.20 F. PERCENTOF CONTRACT OF ALL CHANGE ORDERS (E/A): 25",, hlu.rren on 11.2% G. NEW CONTRACT AMOUNT (A+E): $ 730,865.20 It is mutually agreed that the above dollar amount and the time extension. as applicable, as set forth in this Change Order constitutes full compensation to the Contractor for all costs, expenses and damages to the Contractor. whether direct.. consequential or otherwise. in anyway incident to, or arising out of or resulting directly or indirectly: from the work performed or modified by the Contractor under this Change Order. This Change Order is not valid without the fallowing signatures (please sign in order and return 3 oritinals with Contract Cover Sheet to Purchasing and Contract Management Department): (1) CONTRACTOR Date (2�1.113C T LAI Date Approved as to Content: Approv as ton OWNER. R F.SENTATIVE ate (4 'ITTT L•Y itif9/It CAPITAL )JECTS MANAGER (late () JRCHASI AN Change rdei s over $25,000 require a Contract Cover Sheet and the following signatures: CITY O A0C-1 OCK,� �^4e; •� AT ST: 11/3/11 11/3/11 (7) MA OR Date (8) CI7 SECRETARY Date Council Date: November 3, 2011 Agenda Item #: 5.13 Reselation #: 2011—R©473 PUR-045 (Rev 02/06) BL Technology 3411 W. Hunter Bend Ct. Mansfield, TX 76063 (817) 477-9989 F: (832) 698-8001 September 17, 2011 Project: Water Treatment Plant - Plant SCADA System Proposed Changes to the Contract. Part 1 Servers 1 Delete Deli T 110 Servers Overhead & Markup Total Deduct 2 Add Dell R710 Servers 4 - Located at North Plant 1 - Located at Bailey County Overhead & Markup Total Add TOTAL PART 1 Part 2 Wonderware 1 Delete Wondcrware System Platform At Bailey County -)<EB11,NOLOLTIGY, F,YC. Qty. Each Material 8 $ (2,021.00) $ (16,168.00) 15% $ (2,425.20) $ (18,593.20) 5 $ 4,608.00 $ 23,040.00 15% $ 3,456.00 $ 26,496.00 Add S 7,902.80 Qty. Each Material 1 $ (23,412.00) $ (23,412.00) Overhead & Markup 15% $ (3,511.80) Total Deduct $ (26,923.80) 2 Add Wonderware System Platform MuniPak 1 $ 13,318.00 $ at Bailey County Overhead & Markup Total Add TOTAL PART 2 15% $ Deduct S 13,318.00 1,997.70 15,315.70 (11,608.10) Proposed Additions to the Contract. Part 3 Work Order Software 1 Add eRPortal Software 2 Add eRPortal Implementation Services (Note 1) (This is eRPortal Setting up the software & users') 3 eRPortal Annual Maintenance & Support 4 Time for BL Technology to integrate eRPortal into Wonderware System's (SP, NP & BC), (Note 2) 5 Note 1 - Time and Travel Est. Totals Note 2 - Based on the City of Lubbock preparing all forms required. Overhead & Markup 15% $ 10,075.50 TOTAL PART 3 S 77,245.50 Please feel free to contact me with any questions you may have. Kind Regards, r�veiru ve-, w Steven P. Davis Regional Manager BL Technology, Inc. Material Labor $ 21,500.00 $ 15,000.00 $ 3.870.00 $ 23,800.00 $ 3,000.00 $ 24,500.00 $ 42,670.00 16 I_ ALAN R ASSOCIATES, INC. ENVIRONMENTAL ENGINEERS AND SCIENTISTS ROBERT FADAMS. DE, PE 0425-011-01 JAMES L.ALTSTAETTER. P€ STEPHEN J.COONAN,PE October 5, 2011 JOHN M. D'ANTONI, DF. PE PEGGY W GLASS, PhD DAVID A. GUDAL PE REX H. HUNT, PE Mr. John Turpin, P.E. BETTY LJORDAN, PE ELLENT. MCDONALD, PhD. PE Chief Water Utilities Engineer JOHN R.MINAHAN.PE Public Works Engineering (Water) TIMOTHY Jr NOACK. PE City of Lubbock, Texas ALAN H. PWMMER,JR., PE, RCEE 1625 13" Street WILLIAM C. RACKLEY, PE Lubbock, Texas 79401 ALAN R.TUCKER, PE Re: Lubbock North Water Treatment Plant SCADA Improvements Bid/ITB No. RFP 11 -10004 -FO Contract No. 10004 Change Order No. 1 Dear Mr. Turpin: Attached are three originals of Change Order No. 1. Steven Davis with BL Technology, Inc. (Contractor) and Alan Plummer Associates, Inc. (APAI) (Engineer) has signed each original. These originals are provided to you for further processing. There are three parts to this Change Order. The first part modifies the number of servers required on the Project. The original contract documents required four servers at the Bailey County Well Field and four servers at the North Water Treatment Plant. After analysis it was determined that only one server was needed at the Bailey County Well Field. This item also modifies the type of servers to match those being installed at the South Water Treatment Plant (Lake Alan Henry Water Supply Project) for commonality within the system. The total for this item is $7,902.80. The second part modifies the human machine interface (HMI) software being installed at the Bailey County Well Field. After review, the MuniPack version of the HMI software is a "better fit" for this application. The HMI software for the North Water Treatment Plant remained the same. The total for this item was a reduction in cost of $11,608.10. The last part of this Change Order adds a maintenance management software package that will be utilized for the Bailey County Well Field, the North Water Treatment Plant, and the South Water Treatment Plant. The total cost for this item is $77,245.50. 1320 SOUTH UNIVERSITY DRIVE SUITE 300 FORT WORTH,TEXAS 76107 PHONE 817.806.1700 FAX 817.870.2536 vrww.apaienv.com TBPE Firm Na 13 Mr. John Turpin, P.E. Page 2 October 5, 2011 The total increase to the Project as a result of this Change Order is $73,540.20. Also attached is the detailed breakdown of the cost proposal from the Contractor. APAI recommends that the City continue to process this Change Order for approval. If you have any additional questions, please contact me. Sincerely, ALAN PLUMMER ASSOCIATES, INC. James L. Naylor, P.E. JLNlvlw Enclosure