Loading...
HomeMy WebLinkAboutContract 21476-CO9 DISTRIBUTION: WHITE-FILE CITY OF FORT WORTH CITY CANARY-CONSTRUCTION FILE RCT No. PINK-PROJECT MANAGER CHANGE ORDER REQ VEST GOLDENROD-CONTRACTOR ahmzLra CHANGE ORDER NO. DATE D.O.E.NO. PROJECT NO. 9 PW77-060770500020&PW77-060770500030 PROJECT DESCRIPTION: North and South Holly Water Treatment Plants CITY SECRETARY CONTRACT Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation NO. 21476 ORIGINAL CONTRACT AMOUNT..........................................$ 7,747.000.00 EXTRAS TO DATE...............................................$ 231,489.93 CREDITS TO DATE..............................................$ 0.00 CONTRACTCOST TO DATE..............................................................................................................................................................$ 7.978,489,93 AMOUNT OF PROPOSED CHANGE ORDER....................................................................................................................................$ (37.969.90) REVISEDCONTRACT AMOUNT.......................................................................................................................................................$ 7,940,520.03 TOTALFUNDS APPROVED BY COUNCIL.......................................................................................................................................$ 7,979.410.00 IN ACCORDANCE WITH THIS CHANGE ORDER,THE CONTRACTOR SHALL:Modify and change the contract as shown below to provide a complete, functional and operational laboratory.These changes are listed below:Further descriptions and information is shown on attached material: PCM-020:NHWTP LIME SILO LEVEL TRANSMITTER POWER&SHWTP STATIC MIXER HEAT TRACT POWER $ 3,269.71 PCM-026: SHWTP AMMONIA LOAD STATION RUPTURE DISK REPAIR $ 214.02 PCM-029:N&SHWTP BULK STORGAE AREA SUMP PUMP DISCHARGE HEAT TRACING $ 11,575.26 PCM-030: SOUTH HOLLY CLARIFIER ROAD OVERLAY $ 6,290.56 PCM-031: SHWTP CLARIFIER WATER SUPPLY TAP $ 2,650.96 PCM-031A:NHWTP WATER SUPPLY ISOLATION VALVE $ 824.17 CMR-021:NORTH HOLLY CHLORINE BUILDING DOUBLE DOORS $ 8,181.68 CMR-022:GRASS SEEDING&WATERING $ 4,846.17 CMR-024:NHWTP SEDIMENTATION BASIN#1 (CHEMICAL STORAGE AREA)FLOODING $ 10,539.37 CMR-026:CMR-026:N/SHWTP CHLORINE SCRUBBER SYSTEMS BACKFLOW PREVENTORS $ 921.33 REPAIR COSTS FOR CONTRACTOR'S DAMAGE TO CITY TELEPHONE CABLES $(4,281.33) CREDIT FOR REMAINING(UNUSED)HSO ALLOWANCE $(83,001.70) THE TOTAL COST FOR CHANGE ORDER NUMBER#9 IS_ $(37,969.90) The contract time of completion was March 25, 1997 and is revised to be May 5, 1997 ,is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction aad represents payment in full(both in time and money)for all costs arising out of,or incidental to,the Change Order. ORIGINAL CONTRACT TIME ADDITIONAL APPROVED TIME TO DATE APPROVED CONTRACT TIME TO DATE ADDITIONAL TIME FOR THIS CHANGE ORDER 450 Calendar Days 35 Calendar Days 485 Calendar Days 41 Calendar Days CONTRACTOR 00, DATE FIELD ENGINEER -, DATE Cajun Contr G.E.Gay, F ase&Nic dis,Inc MANAGER/C9wisend, DATE DIRECTOR/MAN ING DEPT. DATE OFFICIAL RECORD David R. PE, aci Ities Enginee Pftn�.- DIRE INGkdW "er DAT �) (} CITY ATTORNEY DATE Lr.� ctor �ij 1►lS I-1 FT- RTH9 TX CITY ERS DATE COUNCIL ACTIO DATE ❑ APPROVED ❑ DISAPPROVED ❑ OTHER RECEIVED JUN 16 2015 NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS BACKWASH FACILITIES MODIFICATIONS AND CHLORINE AND AMMONIA FACILITIES REHABILITATION PROJECT NOS PW77-060770500020 & PW77-060770500030 CHANGE ORDER NUMBER 9, ATTACHMENT NO. 1 PAGE 1 PCM-020: NHWTP LIME SILO LEVEL TRANSMITTER POWER AND SHWTP STATIC MIXER HEAT TRACT POWER SUPPLY $ 3,269.71 The Contractor shall install the power and instrumentation conduit to the North Holly WTP Lime Silo Level Transmitter (to be installed by others)and install the electric power conduit for the heat tracing of water line near the South Holly WTP Static Mixer. The power and instrumentation conduit installed previously for the lime silo level transmitter, was used by the plant staff for other purposes. The heat tracing for the exposed water line was omitted from the plans. The Contractor has provided a cost proposal of$3,269.71 for this work, and has requested that 11 additional days of contract time for final completion of the project be added to the contract. PCM-026: SHWTP AMMONIA LOAD STATION RUPTURE DISK REPAIR $ 214.02 The Contract has bee directed to repair the ammonia rupture disk at the South Holly WTP Ammonia Load Station. The disk was ruptured during tank filling by the City's Ammonia Supplier. The Contractor was directed to repair the disk on an emergency basis for safety reasons. The Contractor has provided a cost of$214.02 for this repair. PCM-029:N&SHWTP BULK STORGAE AREA SUMP PUMP DISCHARGE HEAT TRACING $ 11,575.26 The Contractor shall install heat tracing for the South Holly Bulk Storage Area sump pump discharge header(from the top of the storage area wall to the ground line on the east side of the concrete trench),the North Holly Bulk Chemical Storage Area sump pumps(four each)discharge header(from each pump to main discharge header in Sedimentation Basin#1), and the South Holly Chemical Building Surge Well 41 sump pump discharge. The heat tracing is required to prevent the exposed discharge lines from freeze damage. The Contractor has provided a cost proposal of$11,575.26 for this work, and has requested that 15 additional days of contract time for final completion of the project be added to the contract. PCM-030: SOUTH HOLLY CLARIFIER ROAD OVERLAY $ 6,290.56 The Contractor shall replace the existing damaged curb and gutter and install a asphalt overlay for the existing Communications Building access road. The curb and gutter was damaged during construction and will replaced at the Contractor's cost. The existing Communications Building access road was in poor condition at the start of the project and at the end of the project, a road asphalt overlay was required. The Contractor will pay 17.5 % of the overlay costs (remaining lifetime of road). The Contractor will also providing a credit for abandoned sheet piling under the backwash clarifier valve vault to remain in place. The Contractor has provided a cost proposal for$6,290.56 to do this work. PCM-031: SHWTP CLARIFIER WATER SUPPLY TAP $ 2,650.96 The Contractor shall relocate the 6inch water line tap for process water for the South Holly WTP Backwash Clarifier. The 20-inch water line that the Contractor was directed to tap for water service was in fact an abandoned line. The actual 20- inch water line had been relocated further to the south sometime in the past. The Contractor was directed to relocate the tap. The Contractor has provided a cost of$2,650.96 for this work. PCM-031A: NHWTP WATER SUPPLY ISOLATION VALVE $ 824.17 The Contractor shall install the 6-inch isolation valve for the North Holly WTP Chlorine Building and Bulk Chemical Area Water Supply System and fire line. The isolation valve is required to allow isolation of the primary and secondary water system feeds. In addition, the isolation valve is required for the fire sprinkler system to be approved by the Fire Department. The Contractor has provided a cost proposal of$824.17 for this work. CMR-021:NORTH HOLLY CHLORINE BUILDING DOUBLE DOORS $ 8,181.68 The Contractor shall install new double doors at the southwest corner(chlorine one-ton cylinder access door) of the North Holly WTP Chlorine Building. The contract called for the doors from the old chorine tanks access (southeast corner of building) to be removed and relocated at the current chlorine one-ton cylinder access opening. However, the existing double doors were found to be poor condition and structurally unsound. The Contractor has provided a cost proposal of $8,181.68 to do this work NORTH AND SOUTH HOLLY WATER TREATMENT PLANTS BACKWASH FACILITIES MODIFICATIONS AND CHLORINE AND AMMONIA FACILITIES REHABILITATION PROJECT NOS PW77-060770500020 & PW77-060770500030 CHANGE ORDER NUMBER 9,ATTACHMENT NO. 1 PAGE 2 CMR-022:GRASS SEEDING&WATERING $ 4,846.17 The Contractor shall increase amount of Bermuda grass seed from 5 pounds per acre to 50 pounds per acre for grassing and the install a temporary irrigation system. The specifications call for only 5 pounds of grass seed per acre for grassing,the norm is approximately 40-50 pounds per acre(43.2 lbs/acre in new standard specifications).The specifications also call for watering every ten days,the norm(according to new standard specifications)is to keep ground/mulch wet under grass is 1- 1/2 inches high.The Contractor has provided a cost proposal of$4,846.17 for this work. CMR-024:NHWTP SEDIMENTATION BASIN#1 (CHEMICAL STORAGE AREA)FLOODING $ 10,539.37 The Contractor shall repair the damage to equipment incurred during the January 10, 1997 flooding event of the North Holly WTP Sedimentation Basin #1 (Bulk Chemical Storage Area). During the North Holly WTP start-up, a filter waste valve was accidentally left open by the plant staff,which caused the Sedimentation Basin#2 to fill with water(drain valve has been opened to allow drainage of basin). An open drain line between Basin #1 (Bulk Chemical Storage Area) and Basin #2 caused flooding of chemical pump and scrubber equipment requiring repair. Normally, no flooding would of occurred,but the filter waste reclaim pumps were found to be"tripped off'.The Contractor has provided a cost proposal of $10, 534.27 for these repairs and has requested that that 7 additional days of contract time for final completion of the project be added to the contract. CMR-026:N/SHWTP CHLORINE SCRUBBER SYSTEMS BACKFLOW PREVENTORS $ 921.33 The Contractor shall install backflow preventors on the North and South Holly WTPs chlorine scrubber systems seal water lines for their recirculation pumps.The backflow preventors are required by the City Backflow Prevention Unit(Ordinance Enforcement).The Contractor has provided a cost proposal of$921.33 for this work. REPAIR COSTS FOR CONTRACTOR'S DAMAGE TO CITY TELEPHONE CABLES $ (4,281.33) The Contractor will provide a credit for the repair work done by City Forces to repair the City's Communications Groups telephone cables that where damaged by a grass fire started by Contractor's personnel while cutting reinforcing steel. The City Communications Group installed a new telephone pedestal and new cable from that pedestal to an existing connection point at the nearby communications tower(approximately 300 feet). CREDIT FOR REMAINING(UNUSED)HSO ALLOWANCE $(83,001.70) The Contractor will provide a credit for the unused portion of the specified HSQ allowance. THE TOTAL CREDIT FOR CHANGE ORDER NUMBER#9 IS $ 37,969.90 Breakdown of PCMs/CMRs/others by Project Number PCM/CMR Designation PW77-060770500020 PW77-060770500030 PCM-020 $3,269.71 PCM-026 $214.02 PCM-029 $11,575.26 PCM-030 $6,290.56 PCM-031 $2,650.96 PCM-031A $824.17 CMR-021 $8,181.68 CMR-022 $4,846.17 CMR-024 $10,539.27 CMR-026 $921.33 Repair Costs to Telephone Cable $(4,281.33) HSQ Allowance $(83,001.70) TOTAL $(72,671.17) $33,701.27 CHANGE OR EXTRA WORK ORDER PROJECT: Nis Holly Chlorine/Amonia/sackwash Facilities a MM: City of Tort Worth PROJECT NO. PW770607705-00020 i 30 CONTRACTOR: Cajun Contractors, Inc. PROJECT NO. 95028 ENGINEER: Freese and Nichols, Inc. PROJECT NO. rM95312 CHMOM ORD=a NO. : wino (9) DATE: June 16, 1997 CHANGE OR EXTRA WORK TO HE PERFORMED In accordance with previous discussions and nPnntiatinns. Siimmari7.F+.r1 below are the changes or extra work to be performed in the above referenced project. REFERENCE PCM-020 9a) Install 3/4" rigid aluminum conduit with 2 #12, #12 G. from Panel LB spare 20 A breaker in the Static Mixer Vault to provide heat trace power for the water line exposed between the Static Mixer Vault and the South Holly Wash Water Gallery. Install 3/4" rigid aluminum conduit from the top of the North Holly Lime Silo to the North Holly Chemical Building polymer room as directed by the engineer. This conduit will be used by others to install a lime silo level cable. An additional eleven days of Contract Time has been requested. ADD $ 3,269.71 REFERENCE PCM-026 9b) Replace two blown rupture disk at South Holly ammonia load station for bulk tank #2. ADD $ 214 . 02 REFERENCE PC51-029 9c) Provide heat tracing for the South Holly bulk storage area sump pump discharge header from the top of wall down to groundline on the east side of the concrete storage trench, for the 4" PVC sump pump discharge pipeline from groundline to top of wall at South Holly Chemical Building surge well #1, for the North Holly bulk chemical storage area four sump pumps from each sump pump discharge check valve to the sump pump discharge header on the east side of Sedimentation Basin 1 wall. An additional fifteen days of Contract Time has been requested. ADD $ 11,575.26 Change Order #9 June 16, 1997 RZFZRZNCE PCM-030 9d) Replacement of 65 feet of existing curb and gutter and road overlay are required to correct existing deficiencies. Cajun has been required to replace 100 feet of curb and gutter damaged during construction, to provide a credit for being allowed to abandon sheet piling in place under the clarifier valve vault, and to bear a prorated portion of damage caused to the road due to construction traffic. ADD $ 6,290.56 RZFZRZNCZ PCM-031 9e) Relocate the 6" tapping gate valve for the clarifier potable water supply south approximately 10 feet and tap the 20" westside pipeline; the line tapped by Cajun was an abandoned section of 20" pipeline. ADD $ 2, 650. 96 RZFZRZNCZ PCM-031A 9f) Install a 6" isolation gate valve for the North Holly Chlorine Building potable water supply. ADD $ 824 . 17 RZFZRZNCZ CMR-011 9g) The $ 100, 000 HSQ computer programming allowance specified in Contract A was used in the amount of $ 16, 998.30 to fund remote PLC annunciator (warning light) systems. The unused funds in the amount of $ 83, 001.70 are credited out of the Contract Amount. DEDUCT $ 83, 001. 70 RZFZRZNCZ CHR-021 9h) Replace the double doors located at the southwest side of the North Holly Chlorine building. The original doors were removed from the southeast side of the building and were not structurally capable of being rehung. ADD $ 8, 1131. 68 Change Order #9 June 16, 1997 REFERENCE CHR-022 9i) Modify specification 02270 by increasing the amount of bermuda grass seed from 5 pounds per acre to 50 pounds per acre and install a temporary irrigation system to allow watering on a daily basis in lieu of the 10 day irrigation schedule specified. These modifications are recommended by Cajun' s grassing subcontractor. An additional fifteen days of Contract Time has been requested. ADD $ 4, 846. 17 REFERENCE CHR-024 9j ) The North Holly plant was being backfilled to allow the plant startup scheduled for January 15th when a flooding event occurred on January 10, 1997. A filter waste valve in Filter Wing 1 was accidentally left open. This caused the filter waste water wetwell to fill. The filter waste reclaim pump was founded to be tripped, the cause being unknown. Cajun had started but not completed installation of a 4 inch ammonia drain line basin 2 and basin 1. When the filter waste wetwell overfilled, the drain lines in the plant backed up, placing water into sedimentation basin 2 via the open drain line and eventually through the 6 inch cored hole through the dividing wall to sedimentation basin 1, damaging equipment. ADD $ 10, 539.27 REFERENCZ CMR-026 9k) Backflow preventors were required on the chlorine scrubber system recirculation pump seal water lines per the City of Fort Worth Water Department Backflow Prevention Unit' s requirements. ADD $ 921.33 91) Cajun personnel ignited a grass fire on January 31, 1997 will using a chop saw to cut reinforcing steel . This fire damaged the City of Fort Worth Communications Group' s 100 and 50 pair telephone cables which have been temporarily installed on the chainlink fence east of the clarifier. Cajun was responsible for trenching and burying these telephone cables. The Communications Group installed a new pedestal and cable from new pedestal to the existing connection point at the telephone tower about 300 feet east of the pedestal. Cajun provide trenching and backfilling. DEDUCT $ 4,281.33 Change Order #9 June 16, 1997 It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of or incidental to, the above described change order. Original Contract Amount $ 7, 747, 000. 00 Previous Contract Modifications (C.O. #1) $ 64,348.57 Previous Contract Modifications (C.O. #2) $ 9,508.04 Previous Contract Modifications (C.O. #3) $ 47, 913.35 Previous Contract Modifications (C.O. #4) $ 14,594 .32 Previous Contract Modifications (C.O. #5) $ 51, 985. 11 Previous Contract Modifications (C.O. #6) $ 14,096. 86 Previous Contract Modifications (C.O. #7) $ 14, 903. 62 Previous Contract Modifications (C.O. #8) $ 14, 140. 06 Present Contract Amount $ 7, 978, 489. 93 Net Decrease in Contract Amount $ 37, 969. 90 Revised Contract Amount $ 7, 940,520. 03 Original Contract Time FEBRUARY 18, 1997 Previous Change in Contract Time of Final Completion (C.O. #1) 0 DAYS (C.O. #2) 0 DAYS (C.O. #3) 0 DAYS (C.O. #4) 0 DAYS (C.O. #5) 0 DAYS (C.O. #6) 0 DAYS (C.O. #7) 10 DAYS (C.O. #8) 25 DAYS Present Change in Contract Time For Final Completion (C.O. #9) 41 DAYS Net Increase in Contract Time of Final Completion 76 DAYS Revised Contract Time for Final Completion MAY 5, 1997 Change Order #9 June 16, 1997 Recommended by Approved by FREESE AND NICHOLS, INC. CAJUN CONTRACTORS, INC. By /G' G iG By -4 ate Date Approved by CITY RT RT TEXAS By ate Attachments: Proposed Contract Modification-020 Proposed Contract Modification-026 Proposed Contract Modification-029 Proposed Contract Modification-030 Proposed Contract Modification-031 Proposed Contract Modification-031A Contractors Modification Request-011 Contractors Modification Request-021 Contractors Modification Request-022 Contractors Modification Request-024 Contractors Modification Request-026 Telephone Cable Damage Credit. Rt\foes\&chin\ao.as cc INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese &Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: June 12, 1997 SUBJECT: PCM-020: NHWTP Lime Silo Level Transmitter Power and SHWTP Static Mixer Heat Trace Power Supply North and South Holly Water Treatment Plants Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated June 12, 1997, on the proposed contract modification (PCM-020) concerning the installation of power and instrumentation conduit to the North Holly WTP Lime Silo Level Transmitter to be installed by others, and the installation of electric power conduit for the heat tracing of water line near the South Holly WTP Static Mixer. The power and instrumentation conduit installed previously for the lime silo level transmitter, was used by the plant staff for other purposes. The heat tracing for the exposed water line was omitted from the plans. The Water Department agrees with your recommendation that the contractor price proposal of $ 3,269.71 should be accepted as the cost provided is fair and reasonable. In addition, the Water Department accepts your recommendation that 11 additional days of contract time for final completion of the project be added to the contract. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. For accounting purposes, this PCM will be paid from PW77-060770500030. David R. Townsend, P.E. . cc: Frank Crumb Files Freese Simon W Freese,P.E. 19OD-1990 Marvin C.Nichols,P.E. '1896-1%9%9 AND Nichols,INC. CONSULTING ENGINEERS June 12,1997 Mr.David Townsend,PE. City of Fort Worth Water Department P.O.Box 870 Fort Worth,Texas 76102 Re: North and South Holly Water Treatment Plant Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-060770500030 PCM-020 North Holly Lime Silo Level Transmitter Power and South Holly Static Mixer Heat Trace Power Supply Dear Mr.Townsend: Transmitted herewith please find a copy of Cajuns June 10, 1997, price proposal for the referenced PCM. This PCM was issued to Cajun as a Time and Material work directive to install power and signal conduit at the North Holly Lime Silo for the level transmitter installed by others. The conduit originally planned for this work has been used by the plant staff for other purposes. Also,a power circuit was installed for the South Holly static mixer heat tracing system.Eleven days of additional Contract Time has been requested. We have reviewed the price proposal and recommend the City authorize this additional work and issue a Change Order in the amount of$3,269.71. We also recommend the City grant the requested time extension. Please advise if the Water Department desires this PCM to be incorporated into a Change Order. Sincerely, >aREESE AND NICHOLS,INC. G.E.Gay,P.E. xc: Charly Angadicheril Randy Romack Coy Veach file FTW95312.4.41.020/4.43.W9 �rv�vssis�sou.Yvcxaxaa�r�c�tzoxcita.c�o TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 KORTH/SOUTH HOLLY WTP 10-Jun-97 FORT WORTH CHANGE ORDER COSTS BREAKDOWN ACTIVITY ID NO.: CHANGE ORDER DESCRIPTION: PCM 20 LIME SILO ELEVATION MONITOR DURATION - 11 CALENDAR DAYS RFI NO. OTY/HOURS U/PRICFJRATE TOTAL NO. UNIT COSTS 0. 0. 0. 0. 0. 0. 0. 0.0 0.0 0. 0.0 C STS TOTAL IT O 0.0 O AL UN SUBCONTRACTS: ACME ELECTRIC - SEE ATTACHED 0.0 BREAKDOWN 1.00 2,902.23 $2,902.23 0.0 0.0 0.0 0.0 0. 0.0 0.0 0.0 TOTAL SUBCONTRACTS 2 902.23 DIRECT COSTS: C.O.PROCESSING COSTS 0.0 E UIPMENT RENTALS 22 TON CRANE 520.91 0.0 60 TON CRANE 578.27 0.0 LOADER 936 CAT $27.47 0.0 EXCAVATOR 325L CAT $75.79 0.0 BACKHOE 426B CAT $13.86 0.0 DUMP TRUCK 550.00 0.0 COMPACTOR $20.26 0. WELDING MACHINE $2.65 0.0 SKIP PAN $5.00 0.001 CONCRETE SAW $3.98 0.0 DEMOLITION HAMMER $4.00 0. AIR COMPRESSOR $8.44 0.0 CORE DRILL $1.45 0.0 HAMMER DRILL 0.0 CUTTING TORCH $6.00 0. PUMP 2"WHOSE 0. PUMP 3"WHOSE 0. TOTAL STATION $3.16 0. ROCK HOPPER $6.01 0.0 CONCRETE BUCKET $1.26 0. PICK UP TRUCK $5.51 0. TOTAL EQUIPMENT RENTAL GAS do OIL 0. CONTINGENCY TAXABLE MATERIALS 0. 0. 0. 0. 0.0 0. 0. 0. 0. 0. 0. 0.0 0.0 TOTAL TAXABLE MATERIALS ::...>.::.:::::.:::::.:..:::<;::,:.::::>:.:::.::.: 0.0 TAX EXEMPT MATERIALS 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 :::r::::k'� ? iy;:;: ::k: ;:i:>::s?t:EEE::i::::::::>::Eir?t?E:iE•.;?i ::?: 0.0 TOTAL TAX EXEMPT MATERIALS LABOR COSTS GEST JOB SUPER $33.57 0.0 CARPENTERS JOURNEYMAN $14.67 0.0 FO $17.34 0.0 GENERAL FOR $20.67 0.0 MASONRY WORKER JOURNEYMAN 0.0 FOREMAN 0.0 GENERAL FOR 0. IRON WORKER JOURNEYMAN $14.67 0.0 FO $17.34 0.0 GENERAL FOR $20.01 0.0 ROOFER JOURNEYMAN 0.0 FOREMAN 0.0 GENERAL FOREMAN 0.0 MILLWRIGHT JOURNEYMAN $14.72 0. FO $16.72 0,0 GENERAL FOR 0. PAINTER JO 0.0 FO 0.0 GENERAL FOR 0. PIPEFTITF..R/PLUMPER JOURN $15.62 0. FO $19.70 0. AREA FOREMAN 0.0 GENERAL FOR 0. SHEETMETAL0. JO FO 0.00 GENERAL FOR 0.0 INSULATOR JOURNEYMM0. FOPJE14AN 0.^ GENE RAL FOREMAN0.0 ELECIRICIAL JOURNEYMAN 0.0 FO 0, GENERAL FORFMAN 0.0 LABOR JOURNEYMAN $10.67 0. LABOR FOREMAN $16.00 0. LABOR CLEAN UP $18.67 0. OPERATING ENGINEER $24.00 0.0 FIELD ENGINEER $21.98 0.0 RODMAN $11.82 0.0 RECEIVING CLERK 0.0 TOTAL LABOR INCLUDES FRINGE TAXES AND INSURANCE TOTALS LABOR 0.00 CONTINGENCIES 0.00 TAXABLE MATERIAL 0.00 NON TAXABLE MATERIAL 0.00 EXPENDABLES @ 10.6% OF MATERIAL 0.00 SALES TAX 0 8.25% OF EQP& MAT'L 0.00 SMALL TOOLS .95 PER MH 0.00 EQUIPMENT RENTAL 0.00 GAS/OIL 0.00 C.O. PROCESSING 0.00 SAFETY .50 PER MH 0.00 TOTAL DIRECT COSTS 0.00 SUBCONTRACTS $2,902.23 DIRECT COST OH&P 4@ 15% 0.00 SUBCONTRACT MARK-UP 10% $290.22 TOTAL MARK-UPS $290.22 UNIT COSTS 0.00 PROPOSAL SUBTOTAL $3,192.45 BONDSANSUR @ 2.42% $77.26 SUBTOTAL $3,269.71 TOTAL COSTS LESS EXT OH $3,269.71 THIS PROPOSAL INCLUDES AN ADDITIONAL 11 CALENDAR DAYS TIME EXTENSION. JW-10-1997 1019 ACME ELECTRIC 6175344940 PM/03 l ACME LECMIC CQmpaw ELECTRICAL CONTRACTORS June 10, 1997 Cajun Contractors P.O.Box 59367 Dallas, Texas 75229 Attention: Lloyd Tackitt Ref. City of Fort Worth, Texas North Holly WWTP Lime Salo Elevation Monitor PCM-20 pricing Rev. 1 Dear Mr. Tackitt, The following is pricing and material list for above mentioned referenced proposed contract modification. The bill of material, labor break down and scope of work is as described on attached two pages. Material $ 1,697.44 Labor S 553.80 51%Labor Burden $ 282.44 Labor Sub-total 836.24 Sub-total $ 2,523.68 15% Overhead &Profit ,S 378.5555 Tota! S 2,902.23 If you have any questions please call me. Respectfully, 144, x. 9-44� Hector Zamora cc: Marvin Mally ACME Mike Mongoven ACME Job File 2280-29B.Doc A14-10-1997 10 19 ACNE ELECTRIC 8175344940 P.0?/w uwaxoIIYwn Lim.m PW2 Materials 1 3/4" GUAX Fitting S 31.00 200' 3/4" Alum Rigid Conduit S 104.00 4 3/4"Myer Hubs ST-2-SA S 140.00 3 3/4"UNY 2-SA S 31.20 4 3/4"LB-SA S 44.00 2' P-1000 Alum Unistru S 4.54 5 3/4" Straps Alum $ 7.50 20 3/4" Conduit Clamps Type RA SA $ 55.00 4 3/4"Miinerallac Straps S 4.76 20 1/4"-20 SS Stud Anchors S 38.00 20 1/4"-20 X i" SS Bolts S 17.60 20 1/,V' X 3/4" SS Flat Washer S 4.40 1 4" x 4" x 6"NEMA 4X SS Box S 79.00 100' 2C#16 TP Shld Cable 600V. Type TC $ 101.00 60' #12 AWG Cu. St. Wire Type T HRN 600V S 12.60 1 20 Amp 1 Pole Sq. "D"Bolt-on Breaker S 23.00 6' 3/4"Liquid Tight Flex Conduit S 16.92 2 3/4"Liquid Tight Flex Connectors S 7.92 5 24"X 24" X 6"NEMA 12 Enclosures w/Panels $ 975.00 Nipples,Myer Hubs, Mounting Hardware& Supports TOTAL MAT'L S1,697.44 ........... ....... JLIN-10-1997 10:19 ACNE EL.ECTR I C 8175344940 P.03/03 Nom Flog war tiw Wo ►w� Labor 23 Journeyman Mhs @13.60/H $ 312.80 25 Laborer Mm @9.50/H $ 229.00 1 Laborer Ndh @13.00/H S 13.00 TOTAL LABOR S 553.80 Provide labor to de-terminate 1-3 PT Shld Cable at existing control panel and pull to nearest condulet pass stairs. Cut 3/4" condulet into ods mg conduit. Install new conduit run from where new condulet is installed on existing conduit to a LIT provided and installed by others. Drill one hole thru floor to run new conduit. Pull 1-2C#16 TP Shld Cable from LIT to new condulet on existing conduit and repull 3 PT Shld Cable to existing control panel. Provide labor to install new 3/4"conduit run from LIT provided by others to new 20 Amp Breaker Unregulated 120 VAC power supply. Provide labor to terminate wires at the breaker. Provide labor to install new 3/4" conduit run from LIT provided by others to existing Lime Storage Silo. Run conduit thru existing hole on floor and on wall. Provide labor to pull manufacture provided cable from LIT to top of silo. Provide labor to remove hose stand. ACME Electric did not provide labor to install the sensor provided by others. ACME electric did not provide labor to terminate factory provided cable. ACME Electric did not provide labor to terminate wires and/or cable at the LIT nor the existing control panel. • �� F11z�1l.�i,f!.20. ss�w+aw�otis LBTTBR OF TiMNSHIT1TAL T0: DATE: FROJ$CT h'0: 77 t ATTENTION: OWNER:FW77-06077051. 20, 30 OWNER:O ts►_of Fort Worth FIN: M1-2 L312 Project:orth & South Holly Water Treatment giant Backwash & Chlorine & Ammonia Facilities We are sending you Attached 0 Under Separate Cover VIA the- following items: 11 Daily Construction Reports Ro. 0 flans 0 Specifications 11 No. _ MR l`;o. _ U Addendum No. _ _T I'C"t ho._QQ U Change Order No. _ - 11 Field Order \o. 0 Pay lteq. 0 Submittal No. _ 0 Other _ Copies Itef .No. [�cscription - I ?hese Circ transmitted for your : U Use 0 Lcview F. (o,RcI;t p �riforration [.1 Approval 0 Uistrit)utic�a to I'c► ties 4�' ieslonsc 0 Itecord 0 Uthcr Itcoca r 1:s : 1 I eoQtes to: 1 GtG Route To., cot P By: £ — Telephone 817/135-7300 Fax 611/735-7491 Metro 817/429-1900 4055 International Plata, Suite 200, Fort Worth, TK 76109-4695 PROPOSED CONTRACT MODIFICATION F OLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBERy of Fort Viorth �w�l-UbullU50001u & 3u R: Cajun Contractors 95028 Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: NH Lime Silo Electrical Conduit Additions PCM NO. 020 NOTIFICATION TO CONTRACTOR: The Owner proposes to make the additions, modifications or deletions to the Work described in the Contract Documents as shown in Attachment "A". We request that you take the following action within 10 calendar days: ❑ Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. Submit a Price Proposal with detailed cost breakdown of labor, materials, equipment, all other cost related to this change and a revised schedule for performing the described change. ❑ Proceed with the change. Payment will be made at the unit price bid. x Proceed with the change under the time and materials provisions of the Contract. Authorization to proceed with changes must be approved by Field Order or Change Order in accordance with the Contract Documents. By• Date: CONTRACTOR'S RESPONSE: We respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. ❑ We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. By: Date: ACTION TAKEN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: ❑ Change Order issued: No. Date: By: k File rM5312 /4.41/ 020 PROPOSED CONTRACT MODIFICATION PCM-020 ATTACHMENT A PROJECT: HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER: City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun. Contractors 95028 ENGINEER: Freese and Nichols, Inc. FTW95312 PCM DESCRIPTION: NH Lime Silo Electrical Conduit Additions NO. 020 The Owner proposes to make the following additions, modifications or deletions to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. NORTH HOLLY CHLORINE AND AMMONIA, PROJECT C 1. Install 3/4" rigid aluminum conduit from the top of the North Holly Lime Silo to the North Holly Chemical Builing poolymer room as directed by the engineer. This conduit will be used by others to install a lime silo level cable. By: Date: I '4•A .,,�., —�,ww` .., ` i� �� i���.iaii(i�Ip0.��.. �a.,� �.W�' ,ii �` ` 1l.� r'`. a ..' ' RRRRAMONOI� LBTTBR OF T MHIT1TAL TO: _ �r•�� C' �ln.�,• ,�5 DATE: ,y .__ PROJECT NO: t ATTENTION: OWNER-.1271&Epj10�i::` --.; Q OWNER:.Qjjs► -of Fort wc►rth P/N: Projectft th & South Ho��Vat Treatment plant Backwash & Chlorine & Ammonia Facllities We are sending you Attached 0 Under Separate Cover VIA the. following items: D Daily Construction Reports t;o. D flans 0 speci f icat ions 17 LFi No. [I 'C0 No• U Addendum No. U llemo,No,_. ._ . _ [} I'i"! tio. ❑ Change OrdctP;0. _- — U field Ordc d I'aS• Itfq.`_ ❑ Submittal No. _ [J Copies I(H .No. DI.-scriptIon i 1 f 1 These tttc transmitted foi -our : 11 Use ❑ t (Virrcr t [] Jt�fotrGtion ` [1 pproval ❑ Distribution to Pe-ttics (} l;cs{ onsc I Itecord ❑ Utttcr itea�at t:s: _ _ _ _ • I Co to tot 1 GtG Route To., Telephone 817/985.7800 Fax 811/785.7481 Metro 817/429-IDDD 4055 International plaza, Suite 200, Fort Worths TX 76109.4695 File FTW95312 /4.41/0211A PROPOSED CONTRACT MODIFICATION PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 s 30 CONTRACTOR: Cajun Contractors 95026 ENGINEER: Freese and Nichols, Inc FTW95312 FGM DESCRIPTION: SH Static Mixer Heat Trace Power Supply! PCM NO. 020A NOTIFICATION TO CONTRACTOR: I 3 The Owner proposes to make th additions, modifications or deir-_i.".iris to the Wui k it described In the Contract Po- mvnts as shown in Att. r' r " _ 3c•hrn_n A We request t fia1 You take the following 3 '___ .. ,ritl,in 10 cal-�nd..l days: � ❑ Notify us that you co;icui that this change does not require a change in Contract time or amount . A Field Order will be issued. Submit a Price with detailed cost bieakdowi, of labor, material-- , equipment, all other cost related to this .-..hanc[c ar.: a revised schedule for performing the described change. I ❑ Proceed with the change. Payment -v;31 ! 10� grana al ',. In i, price bid. x Proceed with the chanae under the time and materiai= provisions of the Contract. Authorization to proce�:d with changes must tje approvE�J by Field Order or Change I Order in accordance with *h< ntract Uocurn r,t.r . CONTRACTOR'S RESPONSE: I We respond to your request as follows: a ❑ WP concur that this, is a no cost or time changes. Issue Field Order. ❑ We submit the attached Price Proposal Frith detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. By: Date: ACTION TAKEN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: O Change Order issued: No. Date: By: j File PTU95312 /4.41/ 020A PROPOSED CONTRACT MODIFICATION PCM-020A ATTACHMENT A PROJECT: HOLLY WTP Chlorine 6 Ammonia/Backwash Facilities PROJECT NUMBER OWNER: City of Fort Worth PW77-0607705100020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc. FTW95312 PCM DESCRIPTION: SH Static Mixer Vault Water Supply Heat Trace Power NO. 020A The Owner proposes to make the following additions, modifications or deletions � to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. SOUTH HOLLY BACKWASH STF:'iC ;IIXGR, PkOJEC`1' P. - - -- -- ---- --- ---- --� i 1. Install 3/4" rigid alurlir:un, conduit with L ul0. ficin Panel LII A breaker in the Static Mixer Vault to provid,-^hear true, foUn r for the wat-el line exposed between t}L�-- Static Mixer Vault ar ttt,= Suutri Hclly Wash Water Gallery. I INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese &Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: June 12, 1997 SUBJECT: PCM-026: SHWTP Ammonia Load Station Rupture Disk Repair North and South Holly Water Treatment Plants Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated June 12, 1997, on the proposed contract modification (PCM-026) concerning the replacement of the ammonia rupture disk at the South Holly WTP Ammonia Load Station. The disk was ruptured during tank filling by the City's Ammonia Supplier. The Contractor was directed to repair the disk on an emergency basis for safety reasons. The Water Department agrees with your recommendation that the contractor cost of$ 214.02 should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. For accounting purposes, this PCM will be paid from PW77-060770500030. gDavidR. Townsend, P.E cc: Frank Crumb Files Freese Marvin C Freese,P.E. 1900.1990 Marvin C.Nichols,P.E. 1896.1969 AND Nic o s INC. \ CONSULTING ENGINEERS June 12,1997 Mr.David Townsend,P.E. City of Fort Worth Water Department P.O.Box 870 Fort Worth,Texas 76102 Re: North and South Holly Water Treatment Plant Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-060770500030 PCM-026 South Holly Ammonia Load Station Rupture Disk Repair Dear Mr.Townsend: Transmitted herewith please find a copy of Cajuns June 10, 1997, price proposal for the referenced PCM. This PCM was issued to Cajun as a Time and Material work directive to replace a ammonia rupture disk at the South Holly Ammonia Load Station. This disk was ruptured during tank filling by the City's chemical supplier.No additional Contract Time has been requested. We have reviewed the price proposal and recommend the City authorize this add,#ional work and issue a Change Order in the amount of$ 214.02. Please advise if the Water Department desires this PCM to be incorporated into a Change Order. Sincerely, FREESE AND NICHOLS,INC. G.E.Gay,P.E. xc: Charly Angadicheril Randy Romack Coy Veach file FTW95312AA'1.026/4.43.009 (Irl' "12)MOILYIC M CILCM43 TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX 817-735-7491 AIKEY CREEK WWTP EXPANSION 10-Jun-97 REGIONAL METROPOLITAN UTILITY AUTHORITY CHANGE ORDER COSTS BREAKDOWN ACTIVITY ID NO.:PCM 26 REPLACE AMMONIA RUPTURE DISK CHANGE ORDER DESCRIPTION: DURATION 1 DAY RFI NO. QTY/HOURS U/PRICF/RATE TOTAL RF NO. UNIT COSTS CHAINLINK FENCE AND GATES $20.00 0. DRILLED PIERS 36" $65.00 0. DRILLED PIERS 30" $50.00 0. 55.00 0.0 0. 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL UNIT COSTS O 0.0 SUBCONTRACTS: 0.0 0.0 0.0 0.0 0.0 0.0 0. 0.0 0.0 0.0 TOTAL SUBCONTRACTSq.0 DIRECT COSTS- C.O. PROCESSING COSTS $600.00 OA EQUIPMENT RENTALS 22 TON CRANE $20.91 0.0 60 TON CRANE $78.27 0.0 LOADER 936 CAT $27.47 0. EXCAVATOR 325L CAT $75.79 0.0 BACKHOE 426B CAT $13.86 0.0 DUMP TRUCK $50.00 0.0 COMPACTOR $20.26 0.0 WELDING MACHINE $2.65 0. SKIP PAN $5.00 0. CONCRETE SAW $3.98 0.0 DEMOLITION HAMMIER $4.00 0. AIR COMPRESSOR $8.44 0.0 CORE DRILL $1.45 0.0 HAMMER DRILL 0. CUTTING TORCH $6.00 0. PUMP 2"WHOSE 0. PUMP 3"WHOSE 0. TOTAL STATION $3.16 0. ROCK HOPPER $6.01 0. CONCRETE BUCKET $1.26 0.0 PICK UP TRUCK $5.511 0.0 TOTAL EOUIPME T RENTAL '"'� :' .,,:,• r GAS&OIL 0, CONTINGENCY TAXABLE MATERIALS 0. 0. 0. 0_ 0. 0. 0. 0. 0. 0. 0. 0. 0. TOTAL TAXABLE MATERIALS :•::<..:;...:.:.::,,:. :..;::::::::;::;•>:..::>:>::<::::>:.;;:.:.:.:.>:>.sf;:<:: 0.0 TAX EXEMPT MATERIALS 0. 0.0 0.0 AMMONIA RUPTURE DISK 1.00 76.10 $76.10 0. 0.0 0.0 0. 0.0 0.0 0.0 0.0 0.0 0.0 0.0 S T EXEMPT 7 TOTAL AXE E PT TERIAL MA 6.10 LABOR COSTS GEN JOB SUPER $33.57 0.0 CARPENTERS JOURNEYMAN $14.67 0.0 FOP.FlAAN $17.34 0.0 GENERAL FOR $20.67 0.0 MASONRY WORKER JOURN 0.0 FORF2AANl 0.0 GENERAL FOR 0. IRON WORKER JOURN $14.67 0.0 FO $17.34 0. GENERAL FO $20.01 0.0 ROOFER JO 0. FO 0.0 GENERAL FOR 0. MILLWRIGHT LWGHT JOURNEYMAN $14.72 0. FO $16.72 0. GENERAL FOR 0. PAINTER JO 0. FO 0. GENERALFORgMM 0., PIPEFITTER/PLUMPER JO 0 2.50 $12.92 $32.3 FO 2.50 $22.80 $57.00 AREA FOREMANI 0. GENERAL FOR 0.0 SHEETMETAL JOtJRNEYMAN 0. FORF,MAN 0. GENERAL FORE2AAN 0. INSULATOR JOURNEYMAN 0, FO 0, GENERAL FOREMAN 0, ELECTRICIAL JOURMEYNL4kN 0. FO 0, GENERAL FOREM4kN 0, LABOR JOURNEYMAN $10.67 0. LABOR FOREMAN $16.00 O. LABOR CLEAN UP $18.67 0. OPERATING ENGINEER $24.00 0. FIELD ENGINEER $21.98 0. RODMAN $11.82 0. RECEIVING CLERK 0. TOTAL LABOR INCLUDES FRINGE TAXES AND INSURANCE 5. % s: 89.30 TOTALS LABOR $89.30 CONTINGENCIES 0.00 TAXABLE MATERIAL 0.00 NON TAXABLE MATERIAL $76.10 EXPENDABLES Q 10.6% OF MATERIAL $8.07 SALES TAX 7.75% OF EQP& MAT'L $0.99 SMALL TOOLS @ .95 PER MH $4.75 EQUIPMENT RENTAL 0.00 GAS/OIL 0.00 C.O.PROCESSING 0.00 SAFELY .50 PER MH $2.50 TOTAL DIRECT COSTS $181.71 SUBCONTRACTS 0.00 DIRECT COST OH&P 0 15% $27.26 SUBCONTRACT MARK-UP @ 10% 0.00 TOTAL MARK-UPS $27.26 UNIT COSTS 0.00 PROPOSAL SUBTOTAL $208.97 BONDSANSUR 2.42% $5.06 SUBTOTAL $214.02 TOTAL COSTS LESS EXT OH $214.02 THERE IS NOT ADDMONAL TIME REQUESTED FOR THIS CHANGE ORDER. f EXTRA WORK ORDER IAL ❑ Pwt Office Box 104 Date: 9+lon Rouge.a 70821-0104 INS! Phone(504)753-5857 Q O Fax(504)751-9777 Job No: _1 T d CAJF'k4 ❑ Poet a(21 Box 59367 ❑P.O.Box 9)2 G I 1 Y o F Oallax.Tx 75229 aute.Tx 77531 Phone(214)32}9333 Phone(409)265-ao32 Issued To' Pu(214)323-9555 Pax(409)265-6751 CONTF"� 3-C OM [3Post ORKe Box 090809 ❑Pov Ofrkv Box 1487 EATON . EATON =,DMJM,HOMON Houeton.T7( 77289-0809 -Lake Charles,LA 70602.1467 T 2T1 Phone(713)479.5554 Phone(318)625-3773 Fax(713)479.0309 Pax(318)625.3817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: ' l `� ,` t L n RLL W Isl R P I U P—E Lump Sum Amount$ For Cost Pius,list hours and materials: f'M u E L f:56LlPC, F'CRE7_ 1 EA. AHMnwR Disk Contract Time Extension days Authorize by: cc: Office Owner/Subcontractor Field -7% +, { PURCHASE ORDER Purchase Order r ❑ Pon OT=Box 104 ` r '• :�, 3' .Baton•FcoUg LA 70821-0104 36-50a Peom(504)753-5857 Job No Code: Fax(504)751-'1777 i 1t3 Post Ogee Box 59367 0 Poet OtSce Hax 11207 Date- -C-Am Post (21 75229 New Orleans,LA 70181-1207 Ptaoa(214)323-9333 Pbooe{504)734 3100 p Fax(2ta)3z3,-9555 Faa(504)734-9900 .. Shy To- .1 o ; 5 O Poet oboe Box a9os09 O Past oBce Boit i487 Houstutt,7x 77289-0809 take Glades,LA 70602-1497 Fhone(713)4795554 Ptaoe(318)625-3773 Fat(713)479-0309 Fax(318)625-3817 TO. M T K (J 1 ATTPC: ' 1 t c N l�� l�Lri1�K t Ship Via F.O.B. �RL� NGTE0 tom Attention: Item Quantity Description Price Amount AMMN , � IMPORTANT-Refer to reverse side of purchase order, as these terri7s and conditions are a part of this order PLEASE SIGN AND RETURN ACKNOWLEDGEMENT COPY Shipments must start.by: And pfe#ed by ` DATE /Bv _LAIN\- �, ` Wit•+:Yt',.n. � ^.f.,...r.)T.�c'r'J�.�..���.vi-.. ... ..++w`.S _ice lr..��+• ,d - axC:l�aY.�M�. �_ w.N..•.naa . ( nal -..:i-t.���i.'v�•�r^U�MILi':J)r::1L,.., . ......*..._...., ... - . .. File D S IZ z' LETTER ON TRANSMITI': TO: 'Q lq 4 ) Cob DATE: 17-- PROJECT Z"PROJECT NO: ATTtiMTION: / o rrrnnl d o OWNER:N77.060170506 , 20&30 OWNER:pity of Fort Worth FIN: FTW9§312 Project:North & South Holly Water Treatment Plant Backwash & Chlorine & Ammonia Facilities Ve are sending you D Attached [I Under Separate Cover VIA the- following Items: p Daily Construction Reports No. ❑ flans ❑ Specifications ❑ RFI No. Q CHR No. D Addendum No. _ _ _ ❑ Hemo.No. _ ~- W-PCM No. _ D Change Order ho.- ❑ Field Q Pay Req. D Submittal No. D Other Copies Ref.ho• Ucscription 274- These bThese are transmitted for your: Q Use Q 11evier. G Coimcllt Q Infoir.etion Q Approval ❑ Distribution to Patties Q ltesponsc Q ltecord ❑ Other Co ies to: I Route To: cA Telephone 817/735-7300 •Fax 617/735-7491 .. ..Metro 617/429-190 4056 International Plaza, Suite 200, Fort Worth, TX-76109-4895 File FTW95312/4.11/0:6 PROPOSED CONTRACT MODIFICATION PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER (74NER:City of Fort Worth PW77-X000770500020 & 30 CONTRACTOR: Calun Contractors 95028 ENG_ E-R.; Freese and Nichols, Tnc FTW95312 PCS! DE'SCR_PTIO.\: South Hclly A-nmcnia Rupture Dist_ ?CL: NO. 02E NOTIFICATION TO CONTRACTOR: The Owner proposes to mar=e the ;':cd:fications or deletions to the Wori: desc_izeo _n t'_:e Ccntraot Dcc.=en is as S:^w In We reCfuest that y ta'r.e tae foI I ow.—*ng act-cn w_t-_.. I caIer.car days: Notify us thatyou concur th :.athis change does not reauire a change in Con,rra.ct time or a-mount. .. _ieia Order will be issued. S'.:..br.it a Price Prcpcsal wi`_1- detailed cost treakdcwn of labcr, materials, equioment, all other cost related to this c:arae and a revised schedule _`Or ^erfc^n4 r0 the desc �^ea cha ,e. _.edea wit:: t^e c=argo. Payee~t will be r..a-_�e a~ _:e price bid. X Proceed with he change under the time and materia Drc­.''_:iions of the Contract. Aut'.:or_zation to proceed with changes must be apprcved by Field Order or Change Orde= in accordance with the Ccntrac_ DccanentS. 3v: Dote: /7 CONTRACTOR'S RESPONSE: We respcnd to your req,-:est as follows: ❑ We concur that this is a no cost or time change. issue Field Order. ❑ We s-.:Umit the attached Price Prcpesal with detailed cost breakdown and revised sch=edule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. B : Date: ACTION TAKEN: ❑ Proposed Contract Modification rejected. Contractor Is ?,ereby t otlfi@d NOT €b proceed: By: Date: ❑ Field Order issued: No. Date: By: 13 Change Order issued: No. Late: By: PROPOSED CONTRACT MODIFICATION PCM-026 ATTACHMENT A PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PC-1 DESCRIPTION: South Holly Ammonia Rupture Disk. Pa? NO.02 6 The Owner proposes to make the following additions, modifications or deletions to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. Protect B; 1. Replace the blown rupture disk at the ammonia load station for bulk tank #2. By: Late: INTER-OFFICE CORRESPONDENCE TO: .Ted Gay,Freese&Nichols, Inc. . FROM: David Townsend,Facilities Engineer Water Department DATE: February 28, 1997 SUBJECT: PCM-029: North& South Holly Bulk Storage Area Sump Pump Heat Tracing North and South Holly Water Treatment Plant Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated February 24, 1997 on the proposed contract modification(PCM-029) concerning the installation of heat tracing for the South Holly Bulk Storage Area sump pump discharge header (from the top of the storage area wall to the groundline on the east side of the concrete trench), the North Holly Bulk Chemical Storage Area sump pumps (four each) discharge header (from each pump to main discharge header in Sedimentation Basin 41), and the South Holly Chemical Building Surge Well 41 sump pump discharge. The heat tracing is required to prevent the exposed discharge lines from freeze damage. The Water Department agrees with your recommendation that the contractor cost proposal of$11,575.26 for this item should be accepted as the cost provided is fair and reasonable. In addition, the Water Department accepts your recommendation that 15 additional days of contract time for final completion of the project be added to the contract. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. David R. wnsend, P.E. cc: Frank Crumb Files Simon W.Freese,P.E. 1900.11,990 Freese Marvin C.Nichols,P.E. 1896-1969 AND Nichols INC. CONSULTING ENGINEERS Febmary 24,1997 Itiir.Da%id Townsend,P.E. City of Fort Worth Watex Department P.O. Box 570 Fort 111ortlt,Texas 76102 i Re: North and South IioUv Water Treatmei)t i'lant B"- avasl.Tacilities 11odi icatioas arl i Chlorine and Ammonia l acilities Rehabilitation M%77-060TTL6:W20 and i'�\ii-0 77tt X30 PC\3-029;North and South Holl• Bulk Storage Area Sunip Puntp I Ieat Tra:ing i Dear)\lr.Toivnsend: Transmitted henevi-ith please find a copy o:Cn;un's lel>ruary 18, 1937, price proposal for the refereiiced 1'CM. Tltis 1'C;�l is fo:pro%iding heat tra--iutg,for the j South Holly bulk storage aria sump pwnp discl urge head;r from the toll of gall down to groundline on the east side of the concrete storage trefich,for the 4" PVC sump ptunp discharge pipeline from groundline to top of wall at South l lolly y Chemical Building surge ivell ig1,for the North I lolly bull;chemical storage area four sump pumps from each sump pump disc3large checl:valve to the sump pump discharge I leader on the cast side of Sedimentation basin 1 %wall. We have reviewed the price proposal and recommend the City authorize this additional work and issue a Change Order in the amount of S 11,575.26. An i additional fifteen days of Contract lime has 1Min requested and we recommend i this additional Contract Time be granted. Please advise if the Water Department desires this PCM to tv incorporated into a Change Order. Sincerely, TP.ER:,'E AND NTICI iOIS, INC. TC. G.E.Gay,F.E. xc: Charly Angadicheril Randy Romack Coy''eadi file 1-MN'93312A.41.029/4.43.M [rrRvsstztcwro�.�xaia�xis�r�>��c�l.00c TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS. 76109-4895 • METRO Ate-n2p-14nn cAv n.+ �•�• + CAJUN CONTRACTUM February 18, 1997 Freese &Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109-4895 Attention: Ted Gay RE: North and South Holly Water Treatment Plants City of Fort Worth, Texas PCM-029 Dear Mr. Gay: Please find attached our cost for PCM-029. Work for this order includes adding heat tracing and insulation to sump pump discharge piping. This change does not require a time extension. Sincerely, CAJUN CONTRACTORS, INC. Chris Thompson Project Manager File 1.21 (d)(95028) Field HOME OFFICES DALLAS OFFICES HOUSTON OFFICEt LAKE CHARLES OFFICE: NEW ORLEANS OFFICE= Post Office Box 104 Post Office Box 59367 Post Office Box 890809 Post Office Box 1487 Post Office Box 11207 Baton Rouge, LA 70821.0104 Dallas,TX 75229 Houston,TX 77289.0809 Lake Charles, LA 70602-1487 New Orleans, LA 70181.1207 (504)753.5857 (214)323.9333 (713)479.5554 (318)625.3773 (504)734.3100 FAX(504)751.9777 FAX(214)323.9555 FAX(713)479.0309 FAX(316)625.3617 FAX(504)734.9900 N J to tt) t0 N 601, T T o� �co o �o T � m 2 00nuoi N a- 0 'o c" co O N O T T T W p p 64 1-- 0 0 C) 0 0 0w 0Oc°o � 4V'w+ m 0000 0 0 Nw MMOOa0 �LU ccn O r ar W 00 00 11') OG 6 a00 pp � T T � � 0000 cq Lu al 0000 0 0 sg 0000 0 n 0000 0 0000 d w g0000 0 0000 0 w 0000 0 N z M- za 5C 0000 0 n h 0 C9 0 0 0 za m Mcg, 0 LU IX V) co T fQ- � W ' H W � g 0 LU QY 3 � Z C 4) D p -C i E JZd a `� _ = rcwi Le u z � O f/r� W p !- Y°0 a n� Oma o � =N a i� � OV � W TNMd• 2d H t LrI a F I I za s It Ly.y,�a 9. 1AMWt OF TIM=SKITITAL TO: ,c � a DATE: PROJECT 140: ATTENTION: 1.� O'�NER:PW77.0�07705( AO—WOO OWNER:Bity of Fort Worth N/N: — 312 Project:North & South Holli Water Treatment Plant Backwash Chlorine & Ammonte Facilities We are sending you Attached 0 Under Separate Cover VIA the- following items: [] Daily Construction Reports ho. ❑ flans D Spec!f icat ions [] 11F1 No. ❑ ,�gt h'0, 0Addendum No. � _ U Change Ordei P:��• _ 0 Field Order \.n. 0 Pay IZeq .`_-._. 0 Submittal No. 0 Otter _ Copies ltcf .No. UC-scr1 tion r – i I These, fire transmitted for your : U Us Cl Itcvicw t. Co,mmc ;.t C} ��fc,rrGtion ' 11 Appro%-al 0 i►istrit"ution to Pa tic." I;eslonsc 4 D Record 0 Otlier I:c o►a r k s : 0— copies to: G£G Poute To: r lA Cr�Y �rt 13 Y - - Telephone 817/135.7300 Fax 817/735-7491 Metro 617/429-190D 4055 International Plaxa, Sulte 20D, Fort Worth, TK 76109.4695 r i rile rrW95312/1.41/029 PROPOSED CONTRACT MODIFICATION PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: North and South Holly S.p Punp Heat Tracing PCM N0. 029 NOTIFICATION TO CONTRACTOR: The Owner proposes to make the additions, mod'_fications or deletions to the Work described in the Contract Documents as s::cwi in Attach-nent "A". We request -:hat you take the following action within 10 calentar days: Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. x Submit a Price Proposal with detailed cc=_t breakdown of labor, materia_s, equipment, all other cost related to this change and a revised schedule for performing the described change. Proceed with the change. Pay:;ent will be made at the unit price bid. Proceed with the change under the time and materials provisions of the Contract. Authorization to proceed with changes mus: be approved by Field Order or C"ange Order in ccordance with the Contract DcV-mets. 7 By: Date: CONTRACTOR'S RESPONSE: We respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. ❑ We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. By: Date: ACTION TAKEN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: ❑ Change Order issued: No. Date: By: `� File F�"+i199it:l:li:tl29 PROPOSED CGNTWT M LIGATION P(79-029 ATTACHMENT A PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: North and South Holly Bulk Storage Area Sump Pump Heat Tracing PCM NO.029 The Owner proposes to make the following additions, modifications or deletions to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. Project B; 1. Provide heat tracing for t«e South Holly bulk storage area sump pump discharge header from the top of wall down to groundline on the east side of the concrete storage trench. Power for the heat tracing will be from the eyewash station adjacent to this pipe header. 2. Provide heat tracing for to S" PVC sump pump discharge pipeline from groundline to top of wall at South Holly Chemical Building surge well #1. Powe: for the heat tracing will be from the existing receptacle circuit in the wall west of the Surge Well #1 lime feeder. Remove the receptacle and provide a surface mount box and provide power and conduit from the wall mounted receptacle to the top of wall 4" sump pump discharge pipeline. Project C; 1 . Provide heat tracing for the North Holly bulk chemical storage area four su-:.p pumps from each sump pump discharge check valve to the sump pump discharge hearer on the east side of Sedimentation Basin 1 wall. The sump pump discharge pipeline below the header will not be heat traced as it is a gravity line. Power for the heat tracing will be from Lighting Panel LB with new conduit and wire. Projects B & C; 1. Revise your record drawings as appropriate and indicate the location and source of power for each heat trace section thermostat. New conduit and wire to have 2 #12, #12 Gnd., 3/4" C. r 1 .QV0TATi0N/PROPOSAL DALLAS INSULATION SERVICE No. c 525 NEWCASTLE OATS :y� t r; °► �`°s: ` �` :�s�i' DESOTO TX 75115 • 971 21+230.3767 INQUIRYNo ESTIMATED DE RY- z y. sy� �'.� > � � � �t "x .a j .�� �1•..It�����_�� '�♦ ..?�� t�Ofd 4 a"''�` TERMS ' SALESMAN F.O.B. SHIP VIA FOLLOW UP DATE 'e � • e i 1 V,©tZVlA A V S so V-r4A �ACd-L`f \.J T p i -- ---�-�-wt�?. Pu_w�� _P�P�V..b Y1S i�£s►�u-a-�,-- --__--- -- _._ ._ ... ---__._ 1 - - i 1 a 1 1 1 1 1 1 ...-... ............_ ...y,-. �+-.fir.-,- .� �....-.—_...—...,.. ,.._...... ._._..... .... �... ..-_c.. .—..... . .._ .__ ,.1.�-. �. • :•. , i is 1 4 "-. -/ {Y 4—f t• ,aY, :SiY.�.:•. to rte T t� t�. __. 1 S•` V- �y., . �l i � f r� xi..GrrG�� �''�' �--.!h"" - -t�"}�i!'� 'Yjl•,-! �•Q'r--r-•'�• � i.;r-. i S r'"' ' h .,eg ri r•ar�S.<,i} A.���j%,�A'ir +���rJ'i*'. ie aE,+Yt r , sv-SS�� .ef 9 __.,_�t� } r,�f�*,�. Y'"' ., k�Y;' li »x ee,,, ,ice%p�-k7 ABOVE PRICES GOOD FOR DAYS. o' PLEASE REFER TO THE ABOVE QUOTATION NUMBER WHEN PLAONG YOUR ORDER SIGNATURE .Q C Adana _ MC 3813 — ' r moo zg -WOE f INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese & Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: June 2, 1997 SUBJECT: PCM-030: South Holly Clarifier Road Overlay North and South Holly Water Treatment Plant Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated April 1, 1997 on the proposed contract modification (PCM-030) concerning the replacement of existing curb and gutter and installation of asphalt overlay for the existing Communications Building access road. The curb and gutter was damaged during construction and replaced at Contractor's cost. The was in poor condition at the start of the project and at the end of the project, a road asphalt overlay was required. The Contractor will pay 17.5 % of the overlay costs (remaining lifetime of road). The Contractor is also providing a credit for being allowed to abandon sheet piling in place under the backwash clarifier valve vault. The Water Department agrees with your recommendation that the contractor cost proposal of $6,290.56 for this item should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. David R. To send, P.E. cc: Frank Crumb Files Frame Miran W.Freese,P.E. 1900-1990 Marvin G Nichols,P.E. '18961969 AND N is ols.INC. CONSULTING ENGINEERS April 1,1997 Mr.David Townsend,P.E. City of Fort Worth Water Department P.O.Box 870 Fort Worth,Texas 76102 Re: North and South Holly Water Treatment Plant BackFvasll Facilities Modification-, and Chlorine and Ammonia Facilities Rehabilitation 11V77-0607 7 0500020 a nd MV77-0607 7 0500030 PCM-0:30; South Holly Clarifier Road Overlax Dvar Mr.Townsend: Transmitted herewith please find a copy, of Cajun's lAarch 17, 1997, price proposal for the referenced PCM. This PCM is for replacement of 50 feet of existing curb and gutter on the north side of the clarifier road at the City's cost, replacement of 15 feet of curb and gutter removed as mart of the gas line relocation(PCM-002) at the City's cost, and for sharing(82.5%) the cost of overlaying the existing Communications Building access road.The curb and gutter repairs and road overlay are required to correct existing deficiencies. Cajun has been required to replace 100 feet of curb and gutter damaged during construction, to share(17.5%)in the road overlay costs, and to provide a credit for being allowed to abandon sheet piling in place under the clarifier valve vault. We liave reviewed the price proposal and recommend the City authorize this additional Nvork and issue a Change Order in the amount of $ 6,290.56, No additional Contract Time been requested. Please advise if the Water Department desires this PCM to be incorporated into a Change Order. Sincerely, FREESE AND NICH01 S,INC. G.E.Gay,P.E. xc: Charly Angadicheril Randy Romack Coy Veach file FTW95312.4.41.030/4.43.008 DTW95312]C:MOILYICHM43ES1PCMTCM30RCM.(iE0 !� TELEPHONE 817-735-7300 9 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429-1900 • FAX RI 7-735-7491 ? CAJUN CONTRACTON BATON ROUGE•DALLAS•HOUSTON March 17, 1997 Freese & Nichols, Inc. 4055 International Plaza, Shiite 200 Fort Worth, Texas 76109-4895 Attention: Ted Gay RE: North And South Holly Water Treatment Plants City of Fort Worth, Texas PCM-030 Dear Mr. Gay: Please find attached our cost for PCM-030. During the construction of this project,Cajun Contractors used the road to be overlaid and is partially responsible for this repair. We feel our share is 17.5 percent of the total cost for the overlay which is $989.14. We also will deduct $2000.00 from the total cost of this change for the credit owed to the Owner for leaving sheet piles in place at the Backwash/Return Sludge Pump Station. This brings the total cost of this change to $6290.56. Total credit is $3600.75. This change does not require a change in contract time. SinINTLRACTORS, INC. Lloyd Tackett Project Manager File 1.21(d)(95028) Field HOME OFFICE: DALLAS OFFICE: HOUSTON OFFICE: LAKE CHARLES OFFICE: Post Office Box 104 Post Office Box 59367 Post Office Box 890809 Post Office Box 1487 Baton Rouge,Louisiana 70821.0104 Dallas,Texas 75229 iiouston,Texas 77289.0809 Lake Charles,Louisiana 70602.1487 (504) 753-5857 (2 14)323-9333 (713)479-5554 (318)625-3773 FAX(504) 751.9777 FAX (214)323-9555 FAX(713)479-0309 FAX(318)625.3817 (y O oc N O N co CO cr)CO CV (O M E� fA (i9 Z 0) LO p0 O0! (ND M m R m0 o O (S! J (M O p UJ a fa. 0) N co H Z M op cd Q Ou9 U LL co 02 �� �_ O U Z w N CO � I- 4ULL MN O OLO z � � Z m t 19 v 2 N w t) 1 N Q e LL (0 0 O O 69 f r W M M M X Oa v8 o U tv gm 64 0 0 o � m C6li 1*1 Q q o a C) 0 o Oo 0 d � w J O ,(y O w O M M cn F- �t M co z O M M O t[) st Z tov N v W (q (O Ld LO H- O wa oz J w (IC � J a � aw � 0 Qg Q z E- 0 O O zZw j CO O J+ U CO z H O~ Y h W _ D w ~ j2 O u? uUjp V LL z O oy O Ld �W0X O rco 4 � QZU t= , 7 10 W za 5 DIRECT FIELD COST ESTIMATE Ung Ling Total Total TXd N-TXd Ung TXd N-TXd Total oc. Oesc on Ung MaCI MaPi Labor MaIY MaPi Labor SOUTH HOLLY OVERLAY/CURBS 0 0 0 W CUT EXISTING PAVING 22 MH 12.70 0 0 279 CAVATEIREMOVE ASPHALT 7 MH 12.701 0 0 89 ISPOSE OF ASPHALT 1 LOT 162.38 12.70 162 0 13 PLACE 50'CURB WEST OF NEW PAVING 38 MH 12.70 0 0 483 PLACE 15'CURB NORTH SOUTH SIDE OF ROAD 12 MH 12.70 0 0 152 INE GRADE REMOVED AREA 1260SF 2 MH 12.70 0 0 25 PLACE IWY CURB WEST OF NEW PAVING 75 MH NO CHRG NO CHRG NO CHRG NO CHRG NO CHRG NO CHRG EAN UP AND PREP FOR ASPHALT 8 MH 12.70 0 0 102 PHALT TOPPING BY SUB BY SUB BY SUB BY SUB BY SUB BY SUB ACKHOE 1 DAY 189.44 189 0 0 CONCRETE SAW 1 DAY 54.13 54 0 0 0 0 0 0 0 0 0 0 0 _ 0 0 0 0 0 0 _ 0 0 0 _ 0 0 0 _ 0 0 0 0 0 0 0 0 0 0 0 0 0 _ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ 0 0 0 0 0 0 0 01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 01 0 0 0 0 0 0 0 0 0 0 1 mm.� TOTAL 406 0 1,143 :M: PCM-030 SOUTH HOLLY ROAD OVERLAY JOB: N&S HOLLY WATER TREATMENT PLANTS SHT. wall OV[a filrf� S ! .3Q FEB - 3 W7 1,E"I"IER OF TiMSHITITAL TO: Z ► Gl.7 I PROJECT N0: ATTIi3M ON: OWNER:F_W77-06077054 2_p&3p OWNER MIZ Of Fort Wortb V/N: -1105si2 � 'L'feet:4or th & South Holly Water Treatment plant Backwash t Chlorine & Ammonia Facilities We are sending you ffAttaclied 0 Under Separate Cover VIA the following items: [7 Dally Construction Reports No. D flans D Speci f icat ions [I RFI No. p 1 NM No. U Addendum No. _...__-- -- D tlemo.No.--- - — p� rem No.�_O_ U Change Ordei t;o. U field Order No.. � 0 i'aS• Itcq._--_ U Submittal No. 0 Other Copies Itcf .No. h;scriptIon � These arc transmitted foe your : (] Use 0 I;dick f. ft,lfn( kl D nfo�rztion 1 O Approval 0 Uistrit,utic5 to Pal t ics kr ;cs110nsc p I;ccord 0 Oftcr Co es to: t GtG P.oute To: , A� By: to 1 G Telephone 87/735.7304 Fax 617/135-7491 Metro 617/429.190D 055 International Plasa, Suite 200, Fort Worth, TK 76109-4695 EXTRA WORK ORDER 1 `� /q-7g/ g ` C] Pm OR Boz Date: Baton Rouge. 7ge,IA 70821-0104 (50Phone(504)753-5857 Fax 4)751-9777 Job No: Ir 0 CAJUN ❑ Part 0frKv(21 )32-93 3 ❑P.O.Box 9)2 Dail",7X 75229 Clute,7X 77531 Phone(2l4)323-9333 Phone(409)265-0032 Issued To:G1 ����/�� Fu(214)323-9555 Fax(409)265-6751 ��'/ COR T RA � M ❑ Paa Office Box 890N09 ❑FoA Off ice Box 1487 y�,' BATON ROUC[•DALLAS•Ii0l1dDON Houston,7X 77289.0909 12ke Charlet.IA 70602-1487 1 (� Phone(713)479-5554 Phone(318)625-3773 Fax(713)479-0309 Fax(318)625.3817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: ANG . �f`D ! �T!-�l �tU �-�- -7;4P! 1' to c Lump Sum Amount$ For Cost Plus,list hours and materials: SMAULL LMCA A (o HRS . C Aft 5f�o L �) AcK go E (e -14 , Contract Time Extension days �✓L T/� �� Authorized by: cc: Office G Owner/Subcontractor Field EXTRA WORK ORDER 1 ❑ Post Offim Box 104 Dater` 91 Baton Rouge,LA 70821-0104 Phone(504)753-5857 Fax(504)751.9777 Job No: CAJUN ❑ Post s,TX Box 59367 ❑P.O.[lox 1058 Dallas,7X 75229 elutes 7X 7753) Phone(214)3239333 Phone(409)265-0032 Issued To: rr � OF Fax(214)323.9555 Fax(409)265-675( ///��� CONTRACTUM [I Post Ofrim Box 890809 ❑ Post Offim Box 1487 a 1fR�T I RA.�ROUGE-DwAS-HOUSTON Houston,7X 77289-0809 Lake Charles,U t .70602.1487 �fO Phone(713)479.5554 Phone(318)625-3773 Fax(713)479-0309 Fax(318)625.3817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: A Cwt Q%b Q )S�at-LT N V�QLLi' Lump Sum Amount$ For Cost Plus,list hours and materials: G N?"C- a gP�S �QT r� Roc�GRO Cp NRS Song L- lv) Rck14oC: Contract Time Extension days Authorized by: --4-- cc: Office Owner/Subcontractor Field EXTRA WORK ORvER ❑ Daic Office Box 104Date: 3- 1 - 971 Baro7n Rouge,53 70(121-0104 q 5 a V Phone(504)75}5847 Fax(504)751.9777 Job No: CAJUN ❑ Dalt s,TX Box 59367 ❑F.O.Box 1058 ////1111 T`J �-�+ Phone,77( 7523- Phone (4 77531 CATY 7 O F Phone(214)32}9333 phone(am)26541032 Issued To: 1 Fax(214)323-9555 Fax(409)264.6751 CONTRACOM ❑ Poe[Office Box 890809 ❑Pal Office Box 1487 Houston,TX 77289-0809 lake Charles,IA 70602-1487 G'mTt ROUGEnelhwe tauslorl Phone(713)479-5554 Phone(318)625-3773 Fax(713)479-0309 Fax(318)625.3817 ❑ LUMP SUM ❑ COST PLUS ff scope of work: C'14 A t�3 G t to P- b C' 1Z So ur H "o L U i (aTA oN �c7�t 1.-+ t•S SIG F►t,) p PRC P Lump Sum Amount$ For Cost Plus,list hours and materials '-)AKutL OARC� R NRS • VELIPG PE REL 5 "r-s - F FRS N 5yw's CY IAD Contract Time Extension days Authorized by: cc: Office ��✓�"' 0�l Owner/Subcontractor Field EXTRA WORK ORDER ❑ Paq ORoe Box 1 Date: 3 Baton Rouge,53 7 70821-0104 �C•S Phone(504)753-5857 Fax(504)751.9777 Job No: CAUUM ❑ Pau Once Boz 593 ❑P.O.Boz 1058 C 1 TY O Mall-,TX 75229 Clute,TX 77531 Phone(214)323933333 Phone(409)265-0032 Issued To: Faz(214)323-91555 Fax(409)26"751 CONTR00 ❑ Paas Office Box 890809 ❑Pau Once Box 1487 �� v (� ' '� M70N ROUCB-DALLAS,�,n,,) Houston,TX 7Charles, 7289-0809 lake IA 70602-1487 o — Phone(713)479-5554 Phone(318)625.3773 Faz(713)479-0309 Fu(318)6253817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: t a � 'E 0 p n e 0 S N C�u.-i �/4 P (� ON �n� Liti-6 `i Ay2 i esc- V L L i tjG Lump Sum Amount$ For Cost Plus,list hours and materials: VEL1Pt PER, 7 NRS , KAF6G RAM1 Rt Z 8 11P-S . � AM C-ARRC' iA P� �l 25 P oN go" DNi; 59b BACK 140 7 E� So >u7 s C- q o 0 P I P C G Contract Time Extension days Authorized by: cc: Office AA7—• Q J�/ Owner/Subcontractor Field i EXTRA WORK ORDER Q Date: _ "i — 17 ❑ EU n Rouge, Box 7 ^ Baton(%4) 53 70821-0104 5y '(2 Phone(504)75}5857 �-Ij J cam`/fj f� Fax(504)751-9777 Job No: CAJU14 ❑ Pmt .TX Box 59367 ❑P.O.Box 1058 Gallas, 21 7523- Phone (4 77531 Phone(214)32}9333 Phone(409)765-0032 Issued To: 1 Fax(214)32}9555 Fax(409)26"751 f CONIctw�s ❑ Pm[Office Box 890809 ❑Post Office Box 1487 () Houston,n( 77289-0809 Lake Charles,LA 70602-1487 L 0 �C_. BATON ROUGE DALLASHOUSTON71 Phone(713)479-5554 Phone(318)6253773 Fax(713)479-0309 Fax(318)625.3817 ❑ LUMP SUM ❑ COST PLUS Scope of Work: (--PAtS1Ca r Q S! k 1 L WIAE t �olr L,ktj t Lump Sum Amount$ For Cost Plus,list hours and materials: F -) PE PERcZ gLS . P Rt ` H P-5 Sf�N1 HRCS e, CQ I HRS , Contract Time Extension days Authorized by: cc: Office Owner/Subcontractor Field - •f;, T-( y ,t x. / .Y' !�.r rX• .may.`_'-4i,. r,•*•. aY�. 4. Lam• IE ORDER S ^I•. •.jai:.:i. ".i*•.�R.,, `�Yv•- t->'t•':^ ••}.f ..`. J '1 a - Itk Pt As i' '•.L'7 PoA.� Bas O@'ice - ti��� ,,v,4�.r'..•t-r� ;s�;'...� ".'%'.. _ :•r.::Btlm'1�,L1174821-0104 phone tsoa)7ss-5857 , Joli-1Va. Code , Yr '' Fax(504)751-4717- _ -^e '•ti. ,.•--_: -�rb^-a+ari:""� "' Wit+.- /�;`c.::s„a.• fl ,Pat Office Boat 34367- N40ffix 8=11207 w Date CA :Delia,TX 75229 _ Nmodews u70181-1207 ,. Phone(214)323-M IM (504)734-3100 _J: T fax(2u)3 Fox(5")734- : .:• :- �f Ship To 0 'Pat Office BUK 89080'! E] Foci OTM Boz 1487 i x z t1o�u0olt,TX 77289-0809 '' Lke(3vb.u 70602-1487 : T Phone(713)479-5554 Fbwe(318)625-3773 - . tG`K -"'r=• •�.;:��•.c' .Fax(713)479.0.309 ''Fax(3[8)625-3817' '��' `"� -:� +>k,ti To. G.Rov ATTN:. 1. ......,Ship Via F.O.B. Attention: Item Quantity Description Price Amount A ..j. 0 t�l - 03 •� : .. Y,::t' •. — ... ... .. - .. a .. .fie: j.... - IMPORTANT.-Refer ti01$1/@l3e side of pwahase order,as these terms snit Condition are a part q this oder >. PLEASE S1GM AND RETURN ACKNOWLEDGEMENT COPY . , •:: - :.. ,. Shipments must start by �.t;.. ��.� �, -; :; r z '• "ir ” 'And plated b zx j' ,tt ' 197 U ���J• 3 I `, tR�F�CN04e . L1 MM M OF TiMSMIT1TAL TO: �.�1 i �tJ C'.O,�t�Ra �nn c DATE: PROJECT 1, ATTI3NTION: ?tel U&MR:P-177-fi6077Q5I.' 2__0�,3Q OWNER.01 X -of P rt,Worth FiN: Projectft[th b South Rol Iv Water Treatment pleat Vatkwaoh Chlorine & Ammonia Facilities We are sending you Attached D Under Separate Cover VIA the. following items: 11 Daily Construction Reports No. D I'lans ❑ hFI No. Vcm ❑ Addendum Ko.T;o._,T -_ ❑ Change Order i;(j*.____ = ❑ field Order No.. 0 Pay lied . _ ❑ SutYittal NO. ❑ 0ttit r Copies Iicf .i;o. 1�, script ion r i 7l�cst itrc trimsmitted for your : (1 Usc ❑ f. Co,'r'( l t O Info►r�tion (] "etpprova ❑ to I'e.i t icy [� ltccord ❑ Utter r Copies to: GEG Routo 70: Telephone 817/13B-730D Fax 617/735-7491 Ifetro 617/429.IDDD "4055 International Plata, Sv1te 20D, Fort Worth, TK 76109.4695 Fila rrW95312/4.41/011 PROPOSED CONTRACT MODIFICATION PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020& 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: South Holly Clarifier Water Supply Tap PCM NO. 031 NOTIFICATION TO CONTRACTOR: The Owner proposes to make the additions, modifications or deletions to the Work described in the Contract Documents as shown in Attachment "A". We request that you take the following action within 10 calendar days: Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. Submit a Price Proposal with detailed cost breakdown of labor, materials, equipment, all other cost related to this change and a revised schedule for performing the described change. Proceed with the change. Payment will be made at the unit price bid. x Proceed with the change under the time and materials provisions of the Contract. Authorization to proceed with changes must be approved by Field Order or Change Order in accordance with the Contract Documents. By: Date: 1f f CONTRACTOR'S RESPONSE: We respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. . ❑ We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. We are proceeding with the change at the unit price bid. e are proceedin with the change under the time and materials provisions of W herC-7,gnrac —7 By: Date: Z- Z G ACTION TARN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: 13 Change Order issued: No. Date: By: File F1W95312.4.41.031 PROPOSED CONTRACT MODIFICATION PCM-031 ATTACHMENT A PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW9531 PCM DESCRIPTION:South Holly Clarifier Water Supply Tap PCM NO.031 The Owner proposes to make the following additions, modifications or deletions to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. Project A; 1. Relocate the 6" tapping gate valve for the clarifier potable water supply south approximately 10 feet and tap the 20" westside pipeline; the line tapped by Cajun was an abandoned section of 20" pipeline. 2. Revise your record drawings as appropriate. By: Date: — 1 INTER-OFFICE CORRESPONDENCE TO: Ted Gay, Freese &Nichols, Inc. . FROM: David Townsend, Facilities Engineer Water Department DATE: June 12, 1997 SUBJECT: PCM-031A: NHWTP Water Supply Isolation Valve North and South Holly Water Treatment Plants Backwash Facilities Modification and Chlorine and Ammonia Rehabilitation Project Nos. PW77-060770500020 & PW77-060770500030 This office has reviewed your correspondence dated June 12, 1997, on the proposed contract modification (PCM-031A) concerning the installation of the 6-inch isolation valve for the North Holly WTP Chlorine Building and Bulk Chemical Area Water Supply System and fire line. The isolation valve was required to allow isolation of the primary and secondary water system feeds. In addition, the isolation valve was required for the fire sprinkler system to be approved by the Fire Department. The Water Department agrees with your recommendation that the contractor cost proposal of$ 824.17 should be accepted as the cost provided is fair and reasonable. Therefore, this office will recommend to the City Council (and/or the City Manager's Office), the approval and acceptance of this additional cost in the form of a change order to be prepared and submitted by you to this office. For accounting purposes, this PCM will be paid from PW77-060770500020. David R. Townsend, P.E. ' cc: Frank Crumb Files Freese Simon W.Freese,P.E. 190611990 Marvin C.Nichols,P.E. 1896.1%9 AND • junga sp� 'S.INC. GINEERS Mr.David Townsend,PE. City of Fort Worth Water Department P.O.Box 870 Fort Worth,Texas 76102 Re: North and South Holly Water Treatment Plant Backwash Facilities Modifications and Chlorine and Ammonia Facilities Rehabilitation PW77-060770500020 and PW77-060770500030 PCM-031A North Holly Water Supply Isolation Valve Dear Mr.Townsend: Transmitted herewith please find a copy of Cajuri s June 10, 1997, price proposal for the referenced PCM. This PCM was issued to Cajun as a Time and Material work directive to install a 6" isolation valve for the North Holly Chlorine Building and Bulk Chemical Storage Area water supply system. Tlus valve is required to allow isolation of the primary water supply system and use of the redundant water supply system. No additional Contract Time has been requested. We have reviewed the price proposal and recommend the City authorize this additional work and issue a Change Order in the amount of$ 824.17. Please advise if the Water Department desires this PCM to be incorporated into a Change Order. Sincerely, FREESE AND NICHOLS,INC. /GE a/P.E. Y� xc: Charly Angadicheril Randy Romack Coy Veach file FTW95312A.41.031AJ4.43.009 [Ff W93712]CABOILY%CAANCIPMCJ"CMf IARM aEG TELEPHONE 817-735-7300 • 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 • METRO 817-429.1900 • FAX 817-735-7491 NORTH SOUTH HOLLY WIT 10-Jun-97 CHANGE ORDER COSTS BREAKDOWN ACTIVITY ID NO.: CHANGE ORDER DESCRIPTION: PCM 31A TIE IN 6"FLGD RW GATE VALVE DURATION 2 CALENDAR DAYS RFI NO. QTY/HOURS I U/PRICE.RATEJ TOTAL RF0 NO_ UNIT COSTS $20.00 0. $65.00 0. $50.00 0. 55.00 0. 0. 0.0 0. 0.0 0.0 0.0 0.0 TOTAL UN COSTS 1T 0.0 SUBCONTRACT'S: 1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 T UBCONTRACTS .0 TO ALS 0 DIRECT COSTS: C.O.PROCESSING COSTS 0.0 E UIPM 14T RENTALS 22 TON CRANE $20.91 0.0 60 TON CRANE $78.27 0.0 LOADER 936 CAT $27.47 0.0 EXCAVATOR 325L CAT $75.79 0.0 CASE 580 BACKHOE $13.86 0.0 DUMP TRUCK $50.00 0.0 COMPACTOR $20.26 0.0 WELDING MACHINE $2.65 0.0 SKIP PAN $5.00 0.0 CONCRETE SAW $3.98 0.0 DEMOLITION HAMMER $4.00 0.0 AIR COMPRESSOR $8.44 0.0 CORE DRILL $1.45 0.0 HAMMER DRILL 0.0 CUTTING TORCH $6.00 0.0 PUMP 2"WHOSE 0.0 PUMP 3"WHOSE 0. TOTAL STATION $3.16 0. ROCK HOPPER $6.01 0. CONCRETE BUCKET $1.26 0.0 PICK UP TRUCK $5.51 .0 TOTAL EQUIPMENT RENTAL �'" GAS&OIL p_ CONTINGENCY TAXABLE MATERIALS 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0.0 0.0 TOTAL TAXABLE MATERIALS "'`•••••• TAX EXEMPT MATERIALS 0.0 0.0 FLANGED RW GATE VALVE O.R.6" 1.00 255.00 $255.00 FILLER GLANGE 6"X 2.5" 1.00 35.00 $35.00 RR/FF GASKET 6" 3.00 2.32 $6.96 ALL THREAD ROD 3/4"X 10' 1.00 25.00 $25.00 Q/BOLTS 8.00 1.05 $8.40 Q/BOLTS 4.00 5.74 $22.96 0.0 0. 0.0 0.0 0.0 0.0 0.0 I TOTAL TAX EXEMPT MATERIALS 353.32 O T LABOR COSTS I GEN JOB SUPER $33.57 0.0 CARPENTERS JOURNEYMAN $14.67 0.0 FO $17.34 0.0 GENERAL FOR $20.67 0.0 MASONRY WORKER JOURNEYMAN 0. FOREMAN 0. GENERAL FOREMAN 0.0 IRON WORKER JOURNEYbLAN $14.67 0. FO $17.34 0. GENERALFOREMAN $20.01 0.0 ROOFER JOURNEYMAN0.0 FO 0.0 GENERAL FOR 0.0 MILLWRIGHT JOURNEYMAN $14.72 0. FO $16.72 0.0 GENERAL FORE34M 0. PAINTER JOURNgymm 0.0 FO 0. GENERAL FOR 0.0 PIPEFI'ITF.R/pLUMPER JOURNE 8.00 $12.92 $103.36 FO 8.00 $22.80 $182.40 AREA FO 0.0 GENERAL FOR 0.0 SHEETMT;TAL JOURN 0.0 FO 0.0 GENERAL FOR 0• INSULATOR JOURNEYbIAN 0, FOREMAN 0, GENERAL FOREbL4kN 0, ELECTRICIAL JOURNEYMAN 0, FO 0. GENERAL FOR 0, LABOR JOURNEYMAN $10.67 0. LABOR FOREMAN $16.00 0. LABOR CLEAN UP $18.67 0. OPERATING ENGINEER $24.00 O. FIELD ENGINEER $21.98 0. RODMAN $11.82 0. RECEIVING CLERK 0. TOTAL LABOR INCLUDES FRINGE TAXES AND INSURANCE 16:'4.<.?.;'.;:i^'•`::<^:°"::a } :;;:; 285.76 TOTALS LABOR $285.76 CONTINGENCIES 0.00 TAXABLE MATERIAL 0.00 NON TAXABLE MATERIAL $353.32 EXPENDABLES Ca 10.6% OF MATERIAL $37.45 SALES TAX @ 7.75% OF BOP&MAT'L 0 is SMALL TOOLS @ .95 PER MH $ 0.0 i 5.20 EQUIPMEi-4'T RENT AL 0.00 GAS/OIL 0.00 C.O. PROCESSING 0.00 SAFETY @ .50 PER MH $8.00 TOTAL DIRECT COSTS $699.73 SUBCONTRACTS 0.00 DIRECT COST OH&P 0 15% $104.96 SUBCONTRACT MARK-UP @ 10% 0.00 TOTAL MARK-UPS $104.96 UNIT COSTS 0.00 PROPOSAL SUBTOTAL $804.69 BONDSANSUR @ 2.42% $19.47 SUBTOTAL $824.17 TOTAL COSTS LESS EXT OH $824.17 THERE IS NOT TIME EXTENSION REQUESTED WITH THIS CHANGE ORDER. C�M.2. ZS EXTRA WORK ORDER ❑ Pax Office Boa 104 Date: 3 -oe25 — 91 Baton Rouge.1A 7oB21-0104 fl� Fax( (504)753.5857 9 5 eg- Fax (so+)751-m7 Job NO: - Pan Box 59367 P.O.Box 1058 CAJUN ❑ 75Z29 aute,TX 77531 py�2D%Ua�1 4)32"333 33 ❑ek )265-W32 Issued To: C)T y c CONTRAIL 00 ❑ Pau Office Box 8901109 ❑Pau Office Boa 1487 �O W O l�T� SAXON 80009-DALLAS-HOUTON SHouston.TX 77289-0809 lake Charles.IA 70602.1487 Phone(713)479.5554 Phone 1318)625.3773 Pax(713)479-0309 Fax(318)625-817 ❑ LUMP SUM ❑ COST PLUS rf Scope of Work: TIE - T tJ C n F 1�Gly R �,J G A Tt V A l..V E- G-E Gtr 6 RDE K Lump Sum Amount$ For Cost Plus,list hours and materials- �• A t� G R R c1 Pr y T`- 1`'1 A Rc� �6LA P-C-- PCRE7 " NRS . GA RG P< 5 I�R(Z cel X11 CQ BBS . V:-e L-1 P 1 Qc'K E Z I' G BRS _ VLAQG�E I� R VJ &NTE �JRUVE O.Q. SEA �/1 2`��'11 l_i_ E R FLRiJGE �A Com' 1j IEA . -R>L TK RL , R& D /4 x ti o Contract Time Extension days 'Authorized y: cc: Office Owner/Subcontractor Field _ ' �/��►s PURCHASE ORDER Cl Yost Ofoa Box 104 Y ,F y1 BatM R0.W_ A 70821-0104 I , Thone c =Job No. Coder Fax(504)75197]7 . O Po:eoeBot,9367 °:CT PaidefioaBox ii207 _Date Dapaa TX 75229 -New Odam LA 70181-1207 - Phone(214)323 9333 Pbow(504)734-3100 Fas(214)323-9555 Fc�(504).734-9900 ,Shlp To ❑ 'Pod Oboe Box 890809 F Pon'owm Box1487 lRounan l'3(.7.7289.0809 :Chwka,LA 70602-1487 un (7 ) 79-55 Pbow (318)625-3773 Fat(713)479-0309 '.:Fax(318)625-3917'r';' TO: -ATTN: N O ' Ship Via F.O.B. Attention: Item Quantity Description Price Amount _3S IMPORTANT_Refer to reverse side of purchase order, as these tens and conditions are a part of this order PLEASE SIGN AND RETURN ACKNOWLEDGEMENT COPY � L :Shipments must start by - And mpleted by } _ DATE Y. PURCHASE ORDER `❑ Post Office Bos 104 Bamn'itouge,L A7082Y-0104 • Phone(SO4 753-5957 Job No �� Code: FoR(504)7SI-9777 ❑ Post Office Hos 59367 'Q Post Office Bos 11207• '> • Dat@ �f 7 .(214)TX 7323-9333 Phcoe734-3100 5229 -New Orkank LA 1-1207 ���U �Fas.(2l4)323-95a5. _Fot(504)734-9900 _ Ship TO: Ct ❑ Post Office Ho:890809 ❑ Pou Office Bos 1487 nmwtoc;Tx 77289-0809 "Eska Gude.LA 70607 4487 Phone(713)479-5554 Phone(319)625-3773 Fax(113)479.0309 Fss(319),625-3817 TO: _ 1 Q N A ATTN: Ship Via F.0.6. Attention: Item Quantity Description Price Amount ,✓- -- IMPORTANT Refer to reverse side of purchase order, as these terms and'conditions are a part.of this order . PLEASE SIGN ANDRETURN ACKNOWLEDGEMENT COPY Shipments must start by Arid b plated by r• DATE By tllrrt '1 PURCHASE"ORDER. _ Purchase Order s 0 Pmt OTce Bmm 104" �— y, •,*� -AwwRougm LA 70821-0104T Pbone(504)753-5857 Job NO Code' �' V -. Fox(504)751-9M i 0 Post Office Boz 39367 r 0 Fort Office Banc 11207 Date: U Dallas.74 732New a•LA 70181-1207 phone(2 14)323-3-9333 - Phonea(5"(504)734.3100 . :..':Paz(214)323.9555. =Fax(5oa)734-9900 Ship To 0 Post Office Boz 890809 : 0 Pont Office Haat 1487 Houston:TX 77289.0809 Lake Cbaclm LA 70602-1487 . _ Pbone(713)479-5554 Phone(318)625-3773 Fax(M)A7940309 Tax(318)625-3817 { ATTN: Ship Ya F.O.B. PIS Attention: Item .Quantity Description Price Amount IiL-_ 44 fN0LTC' h x 5 '1 z'• /t'.0L Ts !t 710 .5. IMPORTANT Refer to reverse side of purchase order,as these terms and condtions are a part of this order PLEASE SIGN AND RETURN ACKNOWLEDGEMENT COPY Shipments must start by: And 55ffioleted by: DATE OA41J A A/I /nen _ s��aawtei 3/ LBTTMt OF TMSMITITAL TO: t _ 04, w �.�L DATE• .� PROJECT 1t4: ATTHNTION: OWNER: I''W7?•a6Uti7054 2--,p�3Q OWNER: o Wo P fN: - PcoJeetft t ,d south Holly Water Treatment Plant backwash & Chlorine & Ammonia Facilities We are sending you Attached 0 Under Sepatate Cover �'IA the. following items: D Daily Construction Reports No. p flans ❑ specificationsITI No. No._ ❑ Addendum No. ❑ tiemo.t;o,.. _ w No. (} Change Ordei P;v. �_ ❑ field Order No. Q 1'aS• Itcq.`__ [} �ut+aittal ho. U Otter -- Copies ttcf .vo. PI- scr1I'tJon �~ / 31A ' I r I These• t►te trinnsmittcd foe -our : U Use ❑ Ecvica: [] ppi0%'aI Cl to Pci tic'` D 1"espon.sc ttecor d ❑ 01111-r Copies toe 1 GtG Route To: C ' L Cn+v f c I3y: Telephone 817/135.7304 Fax 817/735-7491 Metro 817/429.190D 4055 International Plaza, Sulte 200, Fort Worth, TK 76109.4895 Pile FM5312/4.41/031 PROPOSED CONTRACT MODIFICATION PROJECT:HOLLX WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 9 028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: South Holly Clarifier Water Supply Tap PCM N0. 031 NOTIFICATION TO CONTRACTOR: The Owner proposes to make the additions, modifications or deletions to the Work described in the Contract Documents as shown in Attachment "A" . We request that you take the following action within 10 calendar days: Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. Submit a Price Proposal with detailed cost breakdown of labor, materials, equipment, all other cost related to this change and a revised schedule for performing the described change. Proceed with the change. Fayment will be made at the unit price bid. x Proceed with the change under the time and materials provisions of the Contract. Authorization to proceed with changes must be approved by Field Order or Change Order in accordance with the Contract Documents. By• Date: 2✓� l� CONTRACTOR'S RESPONSE: We respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. ❑ We submit the attached Price Proposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. By: Date• ACTION TARN: ❑ Proposed Contract Modification rejected. Contractor is hereby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: ❑ Change Order issued: No. Date: By: File rM95312.4.41.031 PROPOSED CONTRACT MODIFICATION PCM-031 ATTACHMENT A PROJECT:HOLLY WTP Chlorine & Ammonia/Backwash Facilities PROJECT NUMBER OWNER:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION:South Holly Clarifier Water Supply Tap PCM N0.031 A The Owner proposes to make the following additions, modifications or deletions to the work described in the Contract Documents. Authorization to proceed with these changes must be approved by Field Order or Change Order in accordance with the Contract Documents. Project A; 1. Relocate the 6" tapping gate valve for the clarifier potable water supply south approximately 10 feet and tap the 20" westside pipeline; the line tapped by Cajun was an abandoned section of 20" pipeline. 2. Revise your record drawings as appropriate. By: Date: f r11a rrW95312/1.41/030 PROPOSED CONTRACT MODIFICATION . PROJECT:HOLLY WTP Chlorine 6 Almnonia/Backwash Facilities PROJECT NUMBER OWhr.R:City of Fort Worth PW77-060770500020 & 30 CONTRACTOR: Cajun Contractors 95028 ENGINEER: Freese and Nichols, Inc FTW95312 PCM DESCRIPTION: South Holly Clarifier Road Overlay PCM NO. 030 NOTIFICATION TO CONTRACTOR: The Owner proposes to make the additions, ^odif_cations or deletions to the Work described in the Contract Dcc,:.:.ents as shown in Attach.ment "A" . We request that. you take the following action within :0 calendar days: Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued. x S,-,=1t a Price Prcposal with detailed cost breakdown of labor, materials, eq•aiorent, all other cost related to this change and a revised sc!:edule for performing the described change. el Proceed w;.th the change. Payment will be ...ad2 at the unit price bili. Proceed with the change under the time and materials provisions of the Contract. Authorization to proceed with changes .lust be approved by Field Order or Change Order in accordance with the Contract recu_ments. By:___,z 3 Z Date: r CONTRACTOR'S RESPONSE: We respond to your request as follows: ❑ We concur that this is a no cost or time change. Issue Field Order. ❑ We submit the attached Price Prcposal with detailed cost breakdown and revised schedule for performing the described change. ❑ We are proceeding with the change at the unit price bid. ❑ We are proceeding with the change under the time and materials provisions of the Contract. By: Date: ACTION TA EN: ❑ Proposed Contract Modification rejected. Contractor is hareby notified NOT to proceed: By: Date: ❑ Field Order issued: No. Date: By: ❑ Change Order issued: No. Date: By: