Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 40720-CO1
DISTRIBUTION: WHITE -FILE CANARY· CONSTRUCTION FILE PINK • PROJl;CT MANAGER GOLDENROD • CONTRACTOR .• CITY OF FORT WORTH CHANGE ORDER REQUEST CllY SECRETARY CONTRACT NO. J,I 07 do-C...D \ CHANGE ORDER NO . ONE DATE : May 11 , 2011 D.O .E. NO. (NIA) PROJECT NO . 00757 PROJECT DESCRIPTION : NORTH AND SOUTII HOLLY WfP OZONE UPGRADE PROJECT CITY SECRETARY CONTRACT NO. 40720 ORIGINAL CONTRACT AMOUNT ....................................................... S 23.293.500.00 EXTRAS TO DATE ........................................................ s -o.~oo _____ _ CREDITS TO DA TE ....................................................... S .,,_.O,.x..,00..._ ____ _ CONTRACT COST TO DATE ........................................................................................................................................................................................ $ 23.293 500 00 AMOUNT OF PROPOSED CHANGE ORDER .............................................................................................................................................................. $ 210,587 .89 REVISED CONTRACT AMOUNT ................................................................................................................................................................................. $ 23.504 087 .89 ORIGINAL FUNDS AV All.ABLE FOR CHANGE ORDERS ........................................................................................................................................ $ .,,_.O,.x..,00._ __ ADDmONAL FUNDING (IF NECESSARY) ................................................................................................................................................................ $ 210.587 .89 REMAINING FUNDS AV All.ABLE FOR CHANGE ORDER ...................................................................................................................................... $ 0=·=00.__ IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL : modify/change the contract as shown below to provide a complete, functional, and operational plant. These changes arc as listed below. Further descriptions and cost breakdowns arc attached. Change Order No . Ito the North and South Holly WfP Orone Upgrade Project consist of the stainless steel and consumer price index adjustment to the ozone equipment bid, as well as modifications to the plans as required to comply with code review comments received after the project was bid. I. Part 1-0wne equipment stainless steel commodity and consumer price index adjustments ....................................... : ............................................ SlSS,091.27 2. Part 2 -Cost to construct modifications required to comply with code review comments ......................................................................................... SSS,496 .62 NET CHANGE ORDER AMOUNT ............................................................................................................................................................................. $210,587.89 Staff has reviewed this change order and is in agreement with the scope of work and the costs associated with the work. Documentation providing additional information for each itemized change is attached to and made part of this change order. 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 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 ADDITIONAL TIME FOR nus CHANGE TO DATE ORDER 71 S Calendar Da O Calendar Da s DATEs/J,/J PROJECTMANAGER CLJ/d. DATE S'/II Ji DATE r/.11.J.,, DIRECTOR/MANAGING DEPT . DATE DATE • I( COUNCIL ACTION (IF REQUIRED): DATE CJ APPROVED CJ DISAPPROVED CJ OTHER Contract Authori,a\Loa OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&CReview CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 5/10/2011 DATE: 5/10/2011 REFERENCE NO.: **C-24904 LOG NAME: Page 1 of2 Official site of the City of Fort Worth , Texas ForrWoRTH ~ 60N&S HOLLY OZONE UPGRADE C01 PUBLIC CODE: C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of Change Order No. 1 in the Amount of $210 ,587 .89 to City Secretary Contract No. 40720 with Reynolds, Inc., for Construction of the North and South Holly Ozone Upgrade Project, Located at 1500 Eleventh Avenue (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Change Order No. 1 in the amount of $210,587 .89 to City Secretary Contract No. 40720 with Reynolds, Inc., for Construction of the North and South Holly Ozone Upgrade Project , located at 1500 Eleventh Avenue, thereby increasing the amount of the North and South Holly Ozone Upgrade Construction Contract to $23,504,087.89 . DISCUSSION: On July 2 , 2009 , the City of Fort Worth received bids from two vendors for the ozone equipment to be provided for the North and South Holly Ozone Upgrade Project. Ozonia North America , LLC, was the low bidder, submitting an equipment bid of $4,540,000.00. The bid structure allowed for two price adjustments to the equipment bid , a stainless steel price adjustment and consumer price index adjustment. These adjustments were included to minimize the risk associated with commod ity inflation and the uncertainty associated with the final award date of the construction contract to a general contractor. On August 18, 2009, (M&C C-23726) the C ity Council authorized an engineering agreement with Ozonia North America, LLC, to provide equipment shop drawings that were utilized in the design of the North and South Ozone Upgrade Project. On July 27 , 2010, (M&C C-24370) the City Council authorized the City Manager to execute a contract with Reynolds, Inc., in the amount of $23 ,293 ,500.00, for the construction , of the North and South Holly Water Treatment Plant Ozone Upgrade Project. This project will install an ozone disinfection system to the North and South Water Treatment Plants. Change Order No . 1 to the Reynolds, Inc., construction contract in the amount of $210 ,587 .89, consists of two main components. The first component is the stainless steel price adjustment and consumer price index adjustment to the ozone equipment bid, which total $155 ,091 .27. The second component consists of mod ifications to the urban forestry plan, ozone contactor ventilation and fire lane and m iscellaneous modifications, as required to comply with code review comments, which totals to $55,496 .62. Staff considers the proposed change order amount to be fair and reasonable and recommends approval. M/WBE -Reynolds, Inc., is in compliance with the C ity's M/WBE ord inance by committing to an additional 16 percent M/WBE participation on this Change Order No. 1. The City's goal on this change order is 16 percent. The project is located at the North and South Holly Water Treatment Plants, 1500 Eleventh Avenue, COUNCIL DISTRICT 9. http ://apps .cfwnet.org/council_packet/mc _review.asp?ID= 15048&councildate=5/l 0/2011 5/11/2011 M&CReview Page 2 of2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommended and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water State Revolving Loan Fund . TO Fund/Account/Centers FROM Fund/Account/Centers P262 541200 609530075780 $210,587 .89 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Fernando Costa (6122) S. Frank Crumb (8207) Chris Harder (8293) 60N&S HOLLY OZONE UPGRADE C01 N HOLLY EXHIBIT.pdf 60N&S HOLLY OZONE UPGRADE C01 S HOLLY EXHIBIT.pdf http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15048&councildate=5/l 0/2011 5/11/2011 fORTWORTH March 11, 2011 Freese & Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Attn .: Mr. G .E. Gay, P .E. North and South Holly WTP Ozone Upgrade Project RE: PCM-01, Ozone Equipment Price Adjustments and Building Code Dear Mr. Gay: PCM-01 consists of two main parts, a stainless steel and consumer price index price adjustment to the ozone equipment bid and modifications to the contract plans to obtain compliance with building, fire, and urban forestry code provisions. The stainless steel cost adjustment provision was included in the ozone equipment pre-selection I documents as a way to reduce commodity risk to the bidders, which should result in better equipment pricing. The consumer price index (CPI) adjustment provision was provided in the event the construction contract award exceeded 300 calendar days from the date of the ozone equipment bid. The net ozone equipment escalation charge for CPI and stainless steel totals to $155,091.27. Code reviewers from the Building and Fire Departments initially assigned different classifications to the ozone contactors . The Fire Department's code classification ultimately was utilized, which required modifications to the ozone contactor gallery, increased separation between the ozone contactors and the electrical building, and modifications to the North Holly fire lanes. Urban Forestry required additional tree plantings and modifications to the tree/canopy protection. The total net cost of the extra work associated with code and ordinance compliance totals to $55 ,496.62 The Fort Worth Water Department concurs with the recommendation of Freese & Nichols to accept this contract modification. Total cost for the proposed change amounts to $210,587.89 with no additional time requested. This change will be incorporated into Change Order # 1 to the construction contract with Reynolds, Inc. Sincerely, Chris Harder, P. E. Engineer Xe : Project File WATER DEPARTMENT PRODUCTION DIVISION THE CITY OF FORT WORTH * 1511 11TH AvENUE * FORT WORTH, TEXA.5 76102 (817) 871-8258 * FAX (817) 871-8410 0 Printed on recycled paper fringes @42% includes per diem Equipment: Reynolds, Inc *foreman pick-up (2 hrs@ $6.22/hr) E.O.E.@28% *trackhoe (12 hrs@ $45.00hr) E.O.E.@28% *Misc other equipment, small tools, PPE, etc ($75.00/day x l Yi days) SUBTOTAL BONDS@2% INSURANCE@ 1 % OH&P@10% TOTALPARTB TOTALPARTA&B 25.20 12.44 3.48 540.00 151.20 112 .50 3 $49,711.79 491.12 248.56 5,045.15 $55,496.62 $210,587.89 SPECIAL NOTE: (1) IN ORDER TO AVOID ANY PRICE INCREASES AND TIME EXTENSIONS, TIDS PROPOSAL IS CONTINGENT UPON ACCEPTANCE BY NO LATER THAN, EXTENDED TO FEBRUARY 18, 2011. Robert Emery Fro.m: Heath Staffeld Sent: Friday, January 21, 2011 7 :32 AM To: Cc: Bob Emery (remery@reynoldsinc.com) Matt Hunnicutt FW: PCM-001 Subject Attachments: Ron's takeoff for Items 7 & 13.pdf; Green Scaping.pdf; Acme Fence Po.pdf Bob, #7 Still need quote or invoice for C-900 and quantity for bedding used . I will price the install 40 LF@ $16.59/ft =$663.60 for pipe. Bedding 26.4 Tons@ $11.72/Ton for Sand =$309.41 Vulcan's website has a calculator that calculates weight of material needed. Still need quote or invoice for lO"DIP and quantity for bedding used. I will price the install and the asphalt 20 LF@ $20.56/ft =$411.20 for pipe. Bedding 13.27 Tons @ $11. 72/Ton for Sand =$154. 70 Need quantity difference between original and proposed for tree protection Original -Type A = l, 790 LF, Type 8 = 1,560 LF Installed-Type A = 1,578 LF, Type B =913 LF Difference-Type A= Decreased 212 LF@$5/LF =$1,060, Type B = Decreased 647 LF@$3.25/LF = $2,102.75 #4 How di con ee q I of original vs. proposed? It is written in the description of Item #5, it is also shown on sheet 1617 in plant list. I also confirmed with Ted. What about skylight deletion? Waiting for price from Gregg/Medcalf Heath From: Heath Staffeld sent: Thursday, January 20, 2011 3:10 PM To: Robert Emery Cc: Matt Hunnicutt SUbject: RE: PCM-001 Attached is Ron's takeoff for Items 7 & 13 and Green Scaping's Quote {adding 4 new trees for a total of 9). Attached is the PO for Acme Fence for the Tree Protection. The estimate for Type A was 1,790 LF and Type B was 1,560 LF I sent an email cc'ing you to Garland for HVAC breakout. t sent another email cc'ing you to Doug/Steve at TexSun for any electrical price changes. I haven't checked on Item 11 yet. I will look i nto it. 1 ~!lrl~2n'~!: Inc. ~ Complete Muni~pal & Industrial Water Systems ~ www.reynolds1nc.com ust ppear On All Delivery Papers and Invoices MAIN CJR:lcE: ~ 4520 N. State Road 37, Orleans, Indiana 47452 • Tel: 812/865-3232 • Fax: 812/865-3076 BRANCH DR=lcEs: ....J 1301 E . Main Street, Louisville, KY 40206 • Tel: 502/585-1241 .CJ' 300 East Broad Street, Fairburn, GA 30213 • Tel : 7m'969-.«>4() ,S 6451 Germantown Road. Middletown, OH 45042 • Tel: 513/424-7287 iEJ 3840 Prospect Street, lndlanapolls, IN 46203 • Tel: 317/353-0199 · ,.; : 1 E. 69th v u Den c -n · w 2254 • Tel: · This Order is giVen for the sale, furnishing and delivery of the material{s), equipment, system(s) and/or product(s) described below, plus performance and assumption of services and obligations incidental to same ("Goods/Services") In strict accordance with the tenns and conditions stated herein and 1n all applicable plans, specifications, general and supplementary conditions and other Items governing any Prime Contract awarded to Reynolds concerning the Project Identified above (conectively referred to herein as "Contract Documents"), all of which shall be deemed Incorporated herein by reference . \D"' _,.., -rp JOB NO .~£ Goods/Services PROJECT: (Name, Location) \. qJ3 -5 " , , L ~·•&~ ) 0'2.:A>.{.~ f,A:,-r'1 IF~ 1,.4.) I . ~ • Ju-p Cl~ 'l~4. ~l. ~o~ ,wt~~ All prices shan remain fixed for duration of the Project. Actual quantities may be adjusted by Reynolds' project management personnel. Special Provisions and Instructions CJ: Submittal Requirements: L\ C, , •.· ;i ;.: \'.,;:: ·. (as specified by Contract Documents except as otherwise stated) ~. Delivery/Shipping Requirements : :i:: '··? ':· ,,.;~'.7 ~\ >,):';: (as directed and FOB Jobsite unless otherwiS8 stated). Time is of the Essence [iJ; Start-up, Training, O&M and similar requirements: ;,;) {2:\ii :i;:.t/({0{ (as spec(fled by Contract Documents except as otherwise stated). Standard Terms and Conditions 1. Acceptance. Acceptance of this o rder may occur by any act consistent therewith , including but not limited to Vendor's commencement of any performance in respect of the Goods/Services described herein, and upon acceptance this order shall become a binding contract to be governed by the laws of the Jurisdiction where the Project Is located. Acceptance shall be limited to the terms hereof, any additional or different tenna stated by Vendor in any prior or future offer, quotation or other expression being hereby rejected. Modifications or addllions shall not become effectiVe unless made in writing and signed by Reynolds. If this order is issued prior to a valid award and execution of Reynolds' Prime Contract, such award and execution shall be a condition precedent to Reynolds' obllgallons to Vendor. notwithstanding any preliminary actions taken by Vendor in connection with the transaction described herein. 2 . Binding Effect Th is Order and the Contract Documents constitute the complete and exclusive statement of the terms of agreement between Reynolds and Vendor, superseding any and all other prior or contemporaneous agreements, proposals or other expressions, including but not llmlted to quotatloos, sales memoranda and credit applications. Vendor assumes toward Reynolds all of the obligations, duties and responslbllltles.-lncludlng those relating to dispute resolution, that Reynolds assumes by the Contracts Documents toward the owner or other engaging party, and Reynold& shalt ha\le the same rights against Vendor as may exist against Reynolds therein . Decisions under the Prime Contract that become binding upon Reynolds shall Terms and Condition~ continue on reverse side and/or attach«/ additions/ pages and/or attachments ~ Acceptance is expressly limited to the tenns of this Order and of the prime contract and applicable Contract Documents that become binding on "leynolds. Any add ition al or different tenn s contained in Vendor's past or future proposals, purported acceptances , confirmations or acknoWledgnenta nereof are objected to and re· by Reynolds. except a a ·se separately agreed to by Reynolds in writing. Reynolds, Inc~ t ~ "Vendor'': By (signed): '/~ mp . # ALL By (s igned): Printed: /#~£ :?C..f'~~ Printed: Date: /I-7-/4 Date: VENDOR GREEN SCAPING ESTIMATE Landscaping • Grass Establishment • Erosion Control • Irrigation • Landscape Pavers • Concrete 2401 Handley Ederville Rd . • Fort Worth • TX, 76118• Phone 817 .577 .9299 • Fax 817 .7. 77.93 0/M/WBE # HFD845339Y0511 HUB# 1752312913200 TXDOT DBE# VN11109 Estimate Number: 10688 Bid Due Date: 11/17/2010 Date . 11/17/2010 03:33:27 PM Reference Ft. Worth -North and South Holly WTP . We propose to furnish all labor, materials, equipment and services to perform~ tr·~ ~J the above reference project. i __.. -. • Item Description Unit Quantity ; Rate Per ~ Item Total # Ill * F&I Live Oak 45 gal Trees ·watering EA 9 ' $418.000 J $3,762.00 by others ..... ~ ~-' .. Hydromulch Seeding • Adjust SF 134,520 -$0.045 $6,053 .40 quantities as needed using the unit price stated Option -Hydromulch Watering and SF 134,520 $0 .027 $3,632.04 Establishment Notes Total $13,447 .44 Landscaping Exclusions : 1. Watering is an option. 2. General Contractor to provide a water source at job site free of charge to Green Scaping. (Including the cost of pumps, meters or any other expense of obtaining water at job site. 3. No topsoil placement, root , rock or debris pickup. 4. General Contractor is to provide all traffic control, including all labor and devices. 5. Green Scaplng does not warranty any grass planted outside of its growing season. 6 . This proposal may be withdrawn by us if not accepted within thirty (30) days. Sincerely, Curtis Green ANDREWS PAVING & CONSTRUCTION PO BOX 7001 ("it"cAmtnf C) QUOTATION Quote Number: m608 DALLAS, TX 75209 Quote Date: Jan 27 , 2011 Page : 1 Voice : 972 735-8830 Fax : 972 636-3684 QuotedTo: " REYNOLDS, INC . 6451 GERMANTOWN ROAD MIDDLETON , OH 45042 Customer ID - REYNOLDS, INC. '. Quantity 11am A 1 10n of pricing or I em # 13 for asphalt ~~h . CONTACT CONTACT DONNA RUSSELL AT 972 735-8830 OR FAX 972 636-3684 WITH ANY QUESTIONS. DUE TO THE PRICE OF OIL -THIS PRICE MUST BE LOCKED IN 30 DAYS TO HOLD PRICE. N & S Holly WTP Upgrade Project Unit Price Subtotal Sales Tax TOTAL Sales Rep 7,480.00 9,650.00 ........ 4646 Mansfield Highway, Fort Worth, Texas 76119 Reynolds Inc 1493 11th Ave. Fort Worth, Texas 76102 RE: PCM-001 Scope of Work: 817.535.4802 fax 817.535.8647 See the attached cost estimates. One is the credit amount for the conduit and wires that were shortened. The other estimate is for the conduit and wires that were extended. Extended circuits ................... $ 16,004.00 <4, ~ Shortened circuits .................. -$ c 2, 121.00"> "{", 5 'Y, 3. 0 ~ Net adder ............................. -$ 13683.08 [ l!-1 3, "'/ 2/. 0 ~ 1 Exclusions: No power company charges included. No sawcutting, removal, disposal or replacement of hard surfaces included . No formed concrete included. No temporary included. No disposal of spoil included . No seeding, sodding, landscape or irrigation included. No bollards included . Sincerely, Doug Moulder Texsun Electrical Contractors, Inc. Standard Estjmata Report II Ozone PCll-001 Pf')jectname Holly <none PCliW01 Sorted by 'Group pha&e,1'1,aae' 'Detail' IUIM'IIIIY .Aloc:ale addDns &linuaeom,»,,y Standard Estimate Report Pager Hol'.¥_ Ozone PCll-001 1/13/2011 4:21 PM h ''i·t· ?;;-:':'!'t:iboi'.}: _.' ·~:~~. ,-'.:·.~---?·<. ;;j It :'c(\~:t:t J ,,;.;'~1-·:1: '?..:; J<tl 1~:e.11111ient I I t:'r2!!i . ·I ..... DNcription Takeoff Qty Uni Cost Amount UnltCQSt Amount Amount Amount 16001 Electrtcal SJteworl( 1M10 Ellcavelian Of TreRCMS J9 1r X Jr BACKHOE TRENCH 60.00 LNFT 7.50 ILNFT -450 0.00 0 180 630 49 Badllioe T IWlCh 30ll48 70.00 LNFT 10.00 11.NFT 700 0.00 0 210 910 Exca...aion OfTNnC!Ms 1,150 31111 1,540 38.333 L.aborholn 18011 DUCT BANK RACEWAYS 6 '¥'~40P\IC 680.00 lnft 0.99 llnfl 673 0.45 .1nft 305 978 DUCT IIANK RACEWAYS 673 305 971 22M Ulborholn 16013 Bacllang TNIICh• 7 Baci<i1 & Co,r.-,t Tr 18)(2.4" D 60.00 loll 7.50 Anti -450 180 630 14 Bacl<il & Co,r.-,t Tr 30,c36" D 70.00 lnft 10.00 /Intl 700 210 910 Sand 8.00 yds 7.50 /yd$ 60 10.00 lyds 80 140 llacllallag Trwhes 1,210 80 31IO 1,680 40.333 L.abor hou,-a 16017 Duct llllnk Cone~ 2001 'r P\IC BASE SPACER 112.DO each 0.90 /each 101 1.50 /each 168 269 3"SPACE 2006 r PVC INTER SPACER 3" 84.00 each 0.90 /each 76 1.50 /each 126 202 SPACE 2014 16 REBAR IN DUCT BANK 200.00 LNFT 0.30 11.NFT 60 0.47 11.NFT 94 154 4000 3000 psi Conaete 6.00 YDS 30.00 /VDS 180 90.00 /YDS 540 72JJ 4001 Red()ye 50.00 lbs 0.75 ,.,~ 38 1.50 /IJa 75 113 4003 PVC ti.aiai lllpe 130.00 LNFT 0 .06 ILNFT 8 0.75 11.NFT 98 105 5002 Tie \Mre 5.00 EACI-6.18 .EACH 31 6.18 /EACH 31 62 Wuh oul .. for cx,ncrete lnlCks 1.00 each 0 .00 0 50.00 /each 50 50 Erwiro Feel Fuel 5'.ldlarge 1.00 eacti 0.00 0 15.00 /each 15 15 Duct ... c-Encaemenl 493 1,181 1.681 16.42 Labor hours ~ Elecirical Stteworlc 3,526 1,582 780 5,887 117.53 Labor hours 16050 Electrical llaterials ~ &IO Vall Bulldlng Wire 1812111 ~ 4002 1..C Copper XHHW14 30.00 lnft 0.33 Anti 10 1.12 /Intl 34 44 IOO Vall lluildlng Wire 10 34 44 :.-0.33 Ulborhours ~ 161%7 &OW Conlnll & Tray Cable 8 Copper Comol Cabll 1114 2/C 20.00 lnft 0.42 Anti 8 0.53 .1nft 11 19 10 Copper Comol Cabll 1114 4/C 2lO.DO lnft 0.48 /Intl 106 0.56 .1nft 123 228 .3 11 Copper Consol Cabll 1114 6/C 40.oD loll 0.54 Anti 22 1.011 .1nft 40 82 13 Copper Consol Cabll •14 12/C 10.00 lnft 0.45 llnfl 5 1.60 .1nft 16 20 -4-14 Copper Consol Cabll •14 14/C 80.00 lnll 0.45 /Intl 27 2.49 /lnll 149 178 15 Copper Ccnw Cabll 1114 16/C 20.DO lnll 0.45 Anft 9 2.66 .'1fl 53 62 '=> 18 Copper eon.-111 cal* #14 19/C 20.00 lnll 0.60 "111 12 3.22 .1nft 64 78 100 1 PR t 16 lhieldacl PVC 1,000.00 lnft 0.48 llnfl 480 0.252 .1nft 252 732 ,"'~ 16127 IOO\I Control & Tray Cable 1007 C<>pper Tra,r Callie 3/C 112 1008 C<>pper Tra,r Cabl9 3/C 112 + Gncf 1008 C<>pper Tra,r Cabl9 3/C 110 + Gnd 1009 C<>pper T rar Cable 3/C 18+-0fld 1010 C<>pper Trar Cable 3/C INl+-Ofld 1021 C<>pper Trar Calile 4/C 12 IOOV Conuol & Tray Cable 411.B 1 Labor houri 111,a Grounding 15 4,Cl S.. QI 7 Sand ti1ned On> ...... 1.50 LJibor hours TabolfQty 770.00 lnft 320.00 lnft 160.00 111ft 60.00 lnft 60.00 111ft 40.00 111ft 100.00 LNFT Standard Estimate Report Holly Ozone PCll-001 1--.'.f.:'ci· '/0 '.'~Labpr -,' --:t~:";;,-::·-""I b<s .+,.'f,,i Mat!ri•f ' ,\'..·-: ~~,.:.1:>)! !1i;ecju1~.d 1, :~: rotar~' 'q Unit Coat Amount Unit Ccpst Amount Amount Amotlnt 0 ,54 llnft 0.60 /Inf! 0.60 llnft 0.66 llnll 0 .78 llnll 0.90 llnft 0.45 ILNFT 416 192 96 40 47 36 45 1,549 0.61 Anti 0.792 Anti 1.17 Anti 1.60 "111 2.422 Anfl 7.262 Anti 4.65 ll.NFT ,4611 254 186 96 145 290 2,148 465 461 2,647 0 282 135 192 326 3,643 510 610 4,196 Page3~ 1/23/2011 4:21 P¥ DNc:rlotlon AnMMlnt CutslAdds Net Amount '"""' /i07/i /i07/i ...__ ,.2211 4 .22!1 So ihMnllw:I Fnoanm,,nt 7IICI 71111 on- 10,084 Job<>wmead 1,008 LAPOR BURDEN 2,284 SMAU. TOOLS 193 3,416 15% O\IERHEAO 2,035 BOND 400 Total Standard Estimate Report Holly Ozone PCftl.-001 Totals 10,084 13,569 16.004 Estimate To~ls Houra 1119.1117 Iv>< Rata 10.000 % 45.000 % 15.000 % Coat Basis T C L T B Coat oar Unit Page4• 1/2l/2011 4:27 Pltl Percent of Total :11.71V. 2fl.42v. 6:1.01 11###1# 6.30% 14.27% 1.21% 21.78 11#### 12.72% 2.50% Standard Estimate Report Project name Report format Holly Ozone PCM 01 credit Sorted by 'Group phase/Phase' 'Detail' summary Allocate addons -Estimate Company Standard Estimate Report Page2 Hollr._ Ozone PCM 01 credit 2110/2011 7:24 PM [' I ll11' ·I [ .. ........ -11 illHIPPlll!l I I TIIII ... DeKription Takeoff Qty Unit Coat Amount Unit Coat Amount Amount Amount 16001 Electrical Siteworlc 1M10 Excavation Of TrenchH 32 Backhoe Trench 24x48 20.00 lnft 8.75 /lnft 175 0.00 0 60 235 EKavation Of T,.nchN 176 60 23& 5 .833 labor hoUB 1i011 DUCT BANK RACEWAYS 6 2" Schedule 40 PVC 40.00 lnfl 0.99 /lnft 40 0.45 /lnfl 18 58 8 3" Schedule 40 PVC 20.00 lnfl 1.20 llnfl 24 0.93 /Intl 19 43 10 4" Schedule 40 PVC 10.00 lnfl 1.50 /lnft 15 1.27 /Intl 13 28 DUCT IIANK RACEWAYS 71 49 128 2 .62 laborhouB 1i013 Bac:ld'llllng Trenches 12 Backfill & Compact Tr 24x36" D 20.00 lnft 8 .75 /lnft 175 60 235 Sand 2.00 yda 7 .50 /yd$ 15 10.00 /yds 20 35 Bac:ldilling Trenchea 190 20 60 270 6.333 labor hoUB 1M17 Duct Bank Cone Enc ... ment 2001 2" PVC BASE SPACER 3"SPACE 6 .00 each 0 .90 /each 5 1.50 /each 9 14 2004 4" PVC BASE SPACER 3" SPACE 6.00 each 0 .90 /each 5 1.50 /each 9 14 2006 2" PVC INTER SPACER 3• SPACE 2 .00 each 0.90 /each 2 1.50 /each 3 5 2009 4" PVC INTER SPACER 3" SPACE 4.00 EACH 1.50 /EACH 6 1.50 /EACH 6 12 2014 #5 REBAR IN DUCT BANK 20 .00 LNFT 0.30 /LNFT 6 0.47 /LNFT 9 15 4000 3000 pai Concrete 2.00 YDS 30.00 /YDS 60 80.00 /YDS 160 220 4001 Red Dye 25.00 lbs 0.30 /lbs 8 1.25 /lbs 31 39 Duct Benk Cone Encas-nt 92 228 320 3 .07 labor hoUB Electrical Siteworlc 536 297 120 952 ~ 17.86 labor hoUB ~ 16050 Electrical Materials 11120 iOO Volt Building Wire "' 4006 1/C Copper XHHW 2/0 20.00 Intl 0 .69 /Intl 14 2 .56 /Intl 51 65 3- 4008 1/C Copper XHHW 4/0 80.00 Intl 0 .90 /lnft 72 4 .02 llnft 321 393 3 4009 1/C Copper XHHW 250 MCM 10.00 lnft 0.96 /Intl 10 4.20 llnfl 42 52 4012 1/C Copper XHHW 500 MCM 40.00 Intl 1.38 /Intl 55 7 .10 /Intl 284 339 } IOI Voll Building WI,. 161 698 a.49 5 .02 labor hoUB 'l-11131 Grounding 15 4/0 Bare Cu 7 Strand tinned 20.00 LNFT 0.45 /LNFT 9 3.32 /LNFT 66 75 ~ Groulldillg ' 66 76 0.30 labor hoUB ~ . &timate Company Takaoff Qty Electrical Materials 5.32 Labor hours Standard Estimate Report Holly Ozone PCM 01 credit ~----Lfb9-=r ____ _.l ._L_· _______ .......,..,........,,___ ___ __., I I fm•tPrntnt I I: Touj · l Unit Cost Amount Unit Cost Amount Amount Amount 160 765 0 924 Page3 2110/2011 7:24 PM ,Estimate Company Deacriotion Amount Cuts/Adds Net Amount I ahnr f\A!i f\!l!i U11t,,riJII 1 rv;? 1 M? S1 thr.nntrar.t Fn11innvi.nt 1?0 1?0 nth-., 1,877 LABOR BURDEN 313 15% OVERHEAD 328 BOND 65 Total Standard Estimate Report Holly Ozone PCM 01 credit Estimate Totals Totals Hours n 11!i h"' 1,877 2.583 Rata 45.000 % 15.000 % CostBasla C T B Costner Unit ... Page4A 2/10/2011 7:24 PM ~timate Company 72.'7 ##### 12.11% 12.72% 2 .50% Standard Estimate Report Holly Ozone PCII 01 credit Page48 , 2110/2011 7:24 PIii )-1 . .. .. . . , <AHochfftttttf E) Garland ll--~~~ll.----·-L'-*::.-::::-llLJl~LllJllll'lll1Dl.l CO.IIHll&,rcial a Rasldanllal Since 1952 Sale.s . Installation,. Sen.Ice •Sllffff u NAU&. UIHIIICY uauu . Also Spectallltllg 972-278-3506 Fax972-271-6321 ,., ' n, . r. In Ref rt q er at ion T" 1, ~ •· 0 t, 1 ., 2 · Date: 11/30/2010 Project: PCMOOl -Price/Proposal North and South Holly W.T.P. Upgrades J!.'ort Worth, '1'X We propose to furnish and install 2 aluminum louvered penthouses, on existing skylight roof openings, including adapters to size right, and to run aluminum TDC ductwork as shown on PCMOOl. A1so to modify the fans as shown on the PCMOOl fan schedule. Total Add Price -,L!!.L 940. 00 Breakdown: Item# 9 14 Fans A1uminum Duct -$2,340.00 $3,042.00 A1uminum Louvered Penthouses -$1,500.00 $1,800.00 Hardware - $ 400.00 $ 400.00 Labor -$1,058.00 $1,058.00 Miscellaneous - $ 250.00 $ 250.00 Totals -$5,548.00 $6,550.00 Please call with any questions regarding this proposal. Sincerely, ~~ Bryan Bell vp-ghac 16 $ 842.00 $ 842.00 Texaa Department of Licensing and Regulation, P.O.Box 12157, Auatln, TX 78711 (800) 803-9202 (512) 463-6599 Robert Emery Heath Staffeld Friday, January 21 , 20118:44 AM Bob Emery (remery@reynoldsinc.com) Matt Hunnicutt Project Manager Reynolds, Inc. 150011th Ave Fort Worth, TX 76102 Mobile: (214) 605-2431 FW: Holly WTP-Skylights From: Gregg Vernon [mailto:GVemon@medcalffabricationinc.com] Sent: Friday, JaflUclry 21, 2011 9:41 AM To: Heath Staffeld SUbject: RE: Holly WTP-Skylights $4,200.00 for all eight From: Heath Staffeld [mailto:hstaffeld@Reynoldsinc.com] Sent: Thursday, January 20, 2011 7:47 PM To: Gregg Vernon Subject: Holly WTP-Skylights Hi Gregg, I need to know what the cost is of a skylight that we are using on the Holly WTP Project. Thank you, Heath Staffeld, PE, LEED AP Project Manager Reynolds, Inc. 1500 11th Ave Fort Worth, TX 76102 Mobile: (214) 605 -2431 1 ' ;)I,, ' Received: JAN/28/2011/FRI 11: 59 AK . . ·CHANGE REQUEST. PROPOSAi-. ·' ··'TO: PROPOSAL#: · PCM 001 Reyno!~ ·1nc.. 1600 11ttl Ave . . •, CO.TRACT~ · · Fort ~ortt). TX 76182· · · : .. Attn: Robert Emery .· ' ~OJECT#: wm-·00757 r . . . PROJECT TITlE:. ·. North & South Hol~ Upgrade -Ozonation ractmies SUB 0 yONTRACTO~ (PriitWoodrose Company, Inc . . SUB CONTRACTOR:. Advantage lndustnes : ·' I • ' .. J . .. . Thfs Statement ~f Work MR require . TBD' WOl'1dng daY$ for OOl'Y)pletion after notice to proceed. TATEMENT OF WORK. ITEMtZED BY CRAFT . · · Ith cost <1etal material uantlties & labor hours \ . SHEET 1 b1ned subtotals fro.M s emental Sheets NO$, .: . SUBTOTALS · . .. . . . TAXES & INSURANCE ON.LABOR . 40% OVERHE(>J) (Prim~ Contractor) · . · · .. · 16% . Labor . '· .. ·.. Cost : , · 450.00 ·1 ·_OVERHEAD (Sub?0ntract9r) .·. ·. . . ·10%. , . SUB TOTALS . · •. COMBINED SUB TOTALS (Mat\ labor, &subcontrs.) .·. : · : . . . . .. .. . · · _PROFIT . .· : . · · io% -: ·. :r.oTAL . BO,NQ .(tf ·appUcable)· .. . ··% · ·. ' · .. · ... :. . . . .· .· .Tor~· COMPANY:. ~oodroseCompa~~-~-· .. · AUTtiORIZEE>SIGNATU~O, -· T.ITLE:. • . . . . -.............. . . .. ,, .. . rt~" . DATE: 01.l28111' : ' .... .. . .. . . . . . ·. , . . : ' : .. ... ·.·. . " ', ', . . ' .. -: . : .. ' .' . . . : '. ·t . .-:·· : ·,: . .. •',· . . . . : {· . . ... ..... '. . ' .... ·, .· ·. , · .. : . . : ; .. · Material · Sub . Cost Cost 6517.00 250.00 · 6517.00 · . :250.00 93f3.76 ',9313.76 . .. . •.'• . . . ·.··: ... ,•' . • I~ Received: JAN/28/2011/FR I 12 : 00 PV .. . ; ' ·f, . .. . .. Jd (t!! « A Mtlt t G 2) ·CHANGE ORDER PROPOSAL SHEET . . ·. · SUPPLEMENTAL SHEET . . . . P. 003 -Sheet# 1 Pr®(ISal # · PCM 001 ··. STA1:EMENT OF yVORK ITEMIZED BY CRAFT .LABOR 'COST MATERIAL COST· SUB ' COST ' · Re: Buildina Permit Modifications : · · ·. !Note. 10: New oalr exit doors, frames an<f t:lardwar& ~ 90 min ". . . Chae F. Williams 3337.00 Woodrose Company, Inc. · 12 Manhours· ta.I 25 · 300·.oo 50.00 Note 12:. Revise fire ratlnas on 'Door 1020 and T-1:3 Window to 45mln rating chas F. WUl!ams . · 410.00 Note 15: ·New ExJt door bne and hardware -90 min · Cha F . .Williams · 2263.00 W00dr0$e Comoanv. Inc. 6 Manhours Im . 25 150.00 30.00 ..... ~d· clazjng for 3 B door vision lites on aboVe doors ~hange sizes of !Jla.88 for B windows and B door for new fire ratloo.. .. Advancedlndustries 250.00 · Price excalallon on orlainal dOOr Quote Chas F : Wllllams 407.00 . •', . , .• .. l---'-:---------.,......-----',-------.:,,-+...__ __ +-,_..;.__-...:.-4---,-_:_-1 ... : I • • 1-'-------,------.-------,----.....,--.;.._-~--_..;...+----:---_...----t '. · ... . : . .... . ; : .. : . ·, . . l • ' • .... · .... ' .. I , 450,00 , •' ' .. • ,Jo • ,: I •, ,,' . . . . . . ... 'I I . • • I o ~I o : .. . . ., . . ·I ,• .. .. ' . ~ . . .. . . ' . . .. , . . . i. .: .. . ... • I . !' . : . ~ •, • ••• •• I • I. .. .·.. ,, 6517.00 .. ·. 250.00 . ',, . ~ . . . . ·. ·.. . ' MEDCALF FABRICATION, INC. (M.B.E.) HOUSTON -AUSTIN -DALLAS/FORT WORTH 1703 HUGH RD., HOUSTON, TX 77067 OFF (281) 893-0775 FAX (281) 444-0732 PROPOSAL SUBMITTED TO: REYNOLDS INC ATTENTION : BOB PROJECT: NORTH AND SOUTH HOLY PCM 001 ENGINEER: ADDENDUM#: DRAWINGS DATED: We propose to FURNISH ONLY the materials necessary for the completion of the above referenced project for the net sum of $800.00 plus tax. LABOR AND MATERIAL TO FABRICATE AND DELIVER THE ALUM HANDRAILS FOR THE GALLERY EXIT STAIRWELL AS SHOWN ON SHEET 12S2 AND 12S5 ALL OTHER TERMS AND CONDITIONS SHALL REMAIN THE SAME Net 30 DAYS no retainage without prior agreement. Any retainage held to be paid 30 days after substantial completion of work. No retainage to be held on material. Note: MEDCALF FABRICATION, INC . may withdraw this proposal, if not accepted by 3/27 /11 date: Accepted by: Title ____ _ Date: ___ _ Submitted by: Gregg Vernon . Title: ESTIMATOR MEDCALF FABRICATION , INC . Date: 01/27/11 ANDREWS PAVING & CONSTRUCTION PO BOX 7001 ~tt~< htv\tnt I) QUOTATION' Quo1e Number. m608 DALLAS , TX 75209 Voice: 972 735-8830 Fax: 972 636-3684 REYNOLDS, INC. 6451 GERMANTOWN ROAD MIDDLETON , OH 45042 REYNOLDS, INC . CONTACT Quote Date: Jan 27 , 2011 Page: 1 2/26/11 C.O .D. 735-8830 OR FAX 972 636-3684 WITH ANY QUESTIONS . DUE TO THE PRICE OF OIL -THIS PRICE MUST BE LOCKED IN 30 DAYS TO HOLD PRICE. N & S Holly WTP Upgrade Project Subtotal Sales Tax 9,650 .00 ·--------------------· I I ·o 0 0 0 0 D I I ) I . I! n_;J . I I I I I ! :tb~ w l J ~ .. -... -. ___ _ l IJ .. OO'VHi • .U s "O i: !1 C, 11 ~I ' e! "' -< 1 i'ffl ~·1 i ;;·t ·1t I ,~ ' ··' 1 OO·LK 1J "'-,-·111a _ _,_._ .......,/0~- --PII/OG ILi ,.._..,,Ill ll -'U/0,11&. ""° I) ,II& :Ii -'"'"•w w -·-~.6'_J_ :111,j -~6'1111W :w -'°-.. ~"'---""° ID -:tRlm 'ii ~ I . •r , II ;µ jl l •1 a --,. •.J~ .. i N'i. _ ... ...,. 1 -----_ .. __ _ ........ l!Otaq&&l ._ .... " ,....,..., ... . _,.._ ~ ,,_,,,,,_ ... ___ .. __ :M'I_... .. _._ ... ---. .. ._ .. __ __ ... ·,,: ,;; 1 1; :·1 1 ... ~ .. -~··-. . ..... ·.·:!.::;;\~j -·:! ' . -.... , ··-... -·· i: :! li !, ii'--· ii "-TMl Jll(J ii II .. . I ~1 ~1 JIil ' I I ... ; 0 / I / /1 /i/ t.1 I . ! ;,~· I i 1/1 r,1 rlr ~,~ 11: ~ -i f JI l •1 ., f I LEGEND : 0 EXl$TlNG Tl!EE (TO REMAIN) ;--... , . (. , ) EXIS'l1MG TREE (TO BE ROICMO) ,,_,., ' Q ~-.. ~- __,.. · TREE PROTECTION FENCE 1YPC A CotmW;T(>A SHAU. ~T All. ~ PRol'ECTION FENCE . =... ~-=-.. ------,,."~· AS ~HO'fYt,I ON 'fl.IE D1Wt11'1GS. $1TE W~ .-C'fMn.ES IHCLUOE ~ > BUT ARE ~T ~ITED TO lil08IUZATJON, SUR\'P'ING. STAKING, . • ,~ DEMOL(TION, VEC£TATIOftl REMOVAL. ~. AND/OR CONSTRI.JCTIOH -OF TiMPORARY OR PERMANENT IM~ENTS . SUCli AS UTIUTIES, STRUCTURES, OR PAVING. lH£ . CONTRACTOR' SHAU. W.,l'(TA/N ALL TREE PROTEc'TION FENCE . UNTll ALL £XTERJ0R WORK HAS BEEN COMPl.£TtO BY THE ;:-... '- C'ONTRACToR ANO ACCEP1U> BY Tl-iE OWNER . ,~ 2) PLACf; . TAEf PROTECTION FENCES "!) Sli<>\IIN ON Pl.AN, PLAN '· LOCATIO~ SHOWN· IS lYPICAUY BASED ON THE GREATER GOVEAA(;E or THE t0(,L9W!NG : Ii) ONE FOOT R'AOl\!S PER CAUPER 0811 OR B) ~ FEE1' OVT.Stl>t TREE CANOPY ORIPLINE. OZONE CONTACTORS -z-- -·-·-~ ~~·~' ,. I 4 tp ~~cir It,"'--~ ~LO:.~ tI' ENLARGED Pl.AN -1,/r•l'-o' . -.......... --'£' SECJION J,/1"•1" ...... O>IM (1)1 . Wt .. , -WI b+i ... , (l)j <Di (1)1 (i)I {!) (J) (1)1 --·~ •• ®I (!DI .ll£LMID WI dNI ENI ¥Ai ~ :\:,,.~~ W/0.- 4> ........ --.. ~..-.~---~--..... --.. ....,. ~-----.. -~ 1111\:111'\."'.&r - ~~.=.,:- ...... Mi"_ .. .. ~. ... ........ .. ~--------•..... "!ll!l!U':SR:0:. ~i .. ~-w~.,-· ... -·------· m::a:-·"·--• '='=' r-..n:--.:-..... ..... stCllON t}r.1°-d' q • Jml.Cft:s -.-A11.JW...., ... -i:.::.-= 1111 ~ wwwwww ~"l':.r.fE ~ •. ··--~ -~~ -e;-;:,::..~--== ~ ·----..m ~-=--~ ,,. ••• -:.. ... == --·----.:x--<I>' --.N•Ja•-N' ~ __ ,1/1,. ___ ,>lr ~ "' ... - -.:"1,,"I: ~ --- .......... 0b · llV.iid r ( .... ' \ ··. ' ·/ \.. ,.. . . \' ./ \" .. / "-, ..... ( s I I I I I ' ' . ... l · 1 , .... ~-' .... J fllD ~..i..-~~-~-~-~ : i --z- --z- 1 I I I I I I I ' I I ., I I ., I I I l i I . ' I I ' • I ., I • I I I I I ·, I I I ' . ' I · .. . > -2:-- •.. · @ Ii -6r'· Mui ui om f !·~ IEit :~ I ----·--·--······---·--.. #" .. I ;~J; .• .-,J >.n - ··---.,.. :IS;j) ., .. ~ .. I I SIOIICP.&•= --.,....,-~-IIIIQII-~ -............. , ... ---'~ . I __ .. > lltl··-. ·. ··'··~-. -• I • .... • . • • , --1"! ... . \_-~ --~ flOU09~1:-----=~ --f -·--.. ~ -~,·~·\!J -. •· 1----fil ---~ ~ 1, .. '3M,j 13IIS ·-a11oa ·.~ t~~--. -: ..... I'----I ~rr:: ~·· ,w ..... , f',-...-J:W•- • I "'~ I" ~~ "'----'• ~-~ r-,.... ____ I'----,,..,,. .... . ,__ -1~ f'.-__ -:DU ------I-........ " ._IIM _b.111 i ---·--t 'i-~' ---- ,_ ~ .. ~---· '--· -~llo·----'I. ---.---..--ff -CS)loOOO ., I I I I ' I ·' -=• • -, -t . --re I t I I ... • • -.,, ~ ~ ~ ._......,.,., .... -... n.n-·-]W DIIOll:l:Dr aw s.a 'Dclr1D 'l3IMU "IIDDO ,,.. _"I ._, ·'!' ----1" ., ·-· ·--.-.,, • ·-· ,_ ·--' I ·-·---.... .z--·• -...... ·-· -.z-' -· ~ --~-· ' -·-~ --.-,. ,.. ' -· ,_,,., ..... -, -,_.,. ---' :>IOI ,_,,,. -I , ,_., -,,_ ' YIOl -...... unnn woo 1 C I (I i jf .. 1 ii 1 ·~ JI Jl ~ ··~ I t.,. ~ t , t, '•, ~- t C: ji, ,, I ·;[ t )i t .. , , ... -( ~ . I . . 1 I. • ///)t ~ ,[ '!!t a..:.:.::o ........,.. <>=-------~<:::::> '·, !Ui II 00 ~,·1• 1• · ·" ,I ii .. lialal Ip I Ii' ii i . &> . .' ·11 ~ ., 11. ~i:f~!li' 1!!!51~·.;;J-.,,;:~ .. ·:·;;:;·~-'"!':' •.:..:._;,_;..~ .,,aei';:·:· ....,.----"" --· RAW WATER PIPING PLAN I ,' --·--· j ~ ;i I ; ' ~ ' ;( i ~ r 1 ' !! 'I =~a•· ~;Jl\:tr ' N ~ --.... ,,. -·~~------..:....:.. -·--:'°·· -·----... , ~~ ... :: SECTIQN .... "1/4'"•1'~ '&ur"'-:~ .., ........ ·-: <!> -. ~.., .......... ....... _ E~ED Pl.AN l/r•l'-0- ::~r,· 1_ ~ -·--·-·····-...... -~-® $ECTIQN : .1/r•t'-o"' ---0~==.~~ ~-~-=-.,,_ ~ Fl w..:m:--:.:.."='- ~ -..... --. ...,. ~-----·-~==r.-.un...__ 0 -:· -~ . .&. .......... _......,,.~--'O'"_.. ........... --..a. ~-..... ··--1tn:=,::-.=:= ~-..------·1c...~ A W Wl!!!!J! - -VI"• ... -~ I.II,";::'.:'" -~ ,, -A----........ -..... V -Ml"te11111truatcn. -:) . i I I I f --~ ,----~----------( =', :i,,. I I I I I I I I I J-· -- ·, ,··-- --! ... _ . \ ,_ ___ _ .. -.... ,. / ENLARGED VIEW -.... .... ... , .m.Ja <DI . 41 <l>MMM 41 ci:>1831 Mi ©I ·+e1 <i>t d+Mi <D <!> (i)I <J) {!>N! FWI ® JEl..JIIIDi ~::.r,-,...--, .. -- ~ ~---"lvr--~ v,r __ .,.,.. __ ~ ::-..¥r.:ir .. .,..~.::..:r- ..... f"IC W, • -t(' ........... ~---·--· ~ =--:.r=.:·.:.,,.,,::: ': ~!E',S-a-D ~--·- ... IP1Q; ' •• o:.:=,. ... ,...•vr• . .. ~===.1." '!I!._..._ "-4\ •~ .... ,...... rr-~ ,:-1,• .,. .... ....... rr-r ', ,.... r .... rl 1, t-4" .. ...,. 'rll ...... ? : I~ 1 i ~ ; ~~ FOl,:INOATION PW,, 1/r•t·-r I. !:!!.. ...... -~ -.r. -... ,. ...... ~.::-~~~=-~ ... ---· t ,~ ~....::ce.-,. .......... . a.r• ... ..... "Li":.._=_ .. ___ -·-... •w·••1"11C ....... .--.---., W/ • NIJI .... • --.,. -.. ... --IIIU a f!.!'!!f 1'1.!!!1" .. ,. ................... "' ...... ·--,, ......... _. __ .. a __ _ ,....,. 11u• ..;;i, "":'lrf: ••-:: \ '"i,i~-·r---. .lo<._•• ••.• ... ( -..r,~!"r2:~=.::-li:1--.:..·1 -.r-.:tSl:'.,.,:C ----........ . \ ~~.~~-.,_.~~~--~-~~ .. ~} . . . . & 1[J -• . ·I ~ I (µ GUU.ET DET~ ,..., ..... .i \ --~ 'P .. ···-· ....... :· -Pll'II----., -.. ~-............ . . COYER OYEft GW.tT _r .... --c," .~ ) ) ) , rr r, r J-., ... • ~ f '• ., ·~ CMU P~ SECTION , .. , ff ,,r. 1·•1·...cr • ~ Ii; z e 1251 • N ~ . l --... -·-,,·-~_...,...... -' .... -~ ~ ·,J-.1 .,._.,. .i.-., ~ .... ·~«-1 i ..... -(L~ ··-· 1----.... - '1 ..-.a I I ,1 ... r . \, .11n1 ta ~I ,. >--~I ..... ' ; + IIIHllfflTIHI I\ . tl <€ .. ., ~1; -~1 ·~. ~ i. /]JR~ .. .. " .. . .,: ($) ~~l ;:£j : l ~ ' '/ . ..,, -= ~;'-I .U ~' .. .. -~-,' l :::@"' -· ·t..--4 . -I I -I -. -:r:.;4 :u .·), 11®: ..... "'l i~ \, !: ~ · .•.. s .· ....... ' i . ~-~---~-1:, .. .. .. . .. -. ff-.. \, s ~ ,. "l f ~ I ~ I : ~ ~ " ' . .. .. . I . ~ \, t ' ~ 'f ~ l ~-. ·. i!r V ~ ~ ' I_,) ~ ~ ~ .. '7) '7' ~ 7 ...._ V "' .. 'I! II ~ t? r ~ µ .,. " . r1 II . Ir "1. -' . . . .. L to -~ ' ·y ... _J .. _J , .. ...~ ,i -.1 ..... , ., .O-b ..... ...... -..... ....,a.a· ---- '-------------- $ -I .·. -======~--'=----...... ______ , 'I! . :: If, ill I Ii ;-~====~== .; ------------ -----------------' ...... ~ r4 .: . i;;"'"'""". ~ .·• ,-----q , ________ ___J.}11 I E9 ------------__________ } ,------------------"------------ ------........ II ' ' \ I I I J I I I I I t I I I I I I • I I I l I I I I I I I I I I I I ,ij 1~ ., IJ ... Ii -· ~ '• ~ ,; I ~ I -~ Hl, g I~ l/ i ·. -SECTIONS ' ,, ... i~ e I r .••... ~ ___ Eft _________ ~,, .--=-....;.:.....L..;.,:·~· : . , J . ---------.--------"' ,~ -----------------' I .. \,ffi --------------~----------._ 'i '1 ·~ I li ~ u, ,,, . ~ . C !~~~-~""""'~~""" 11 I• ·1 I I ... II I ,. . . Fan . Motiof Addlllonll ~ Ilka. Min. lie.: ,., .... Ila. (See hllld. Eqqlp. No. l.oc:lltlon -ryp. Dtfft Cfll E8P" fUtll Qfam. --Hp V/PtL fUtll Nol!M) NH-OZ-&· Genei'afor 9 Direct 5;0QO o.s 1,750 24 35 1 480/3 1,750 1, 3, EFU-051 BulldnG HH-02-EX-aen.llllDI' 9 Dlrec:f 5;000 o.e 1,7SO 24 '35 1 ~,a 1,750 1, 3, ERJ-052 . ~ NH,.(ra.E)(, ~ 9 Dlnld 5i000 0.6 1,7.50 24 35 · 1 · 480/3 1.750 1, 3, EFIJ..053 Bulklng NH-OZ-EX, Genenitor 9 ·Dlnld 5,000 0.6 1,750 24 35 1 4801a 1,750 1, 3, ~ BIMng NH-OZ-EX-North Conlador 1 Bel 2,500 0.3 ~ 9!IO 16' 12.3 0.5 480/3 1,750 1 ;5 N.K-OZ-EX· North Conlador 1 Bell EFlJ.-OS6 1,200 0 .3 1,590 .10 10 0.25 115 /1 1,725 1, 5 NH-OZ.EX· Gen.'811:,r 5 Dnc:t 10Q 0.25 950 10 2.3 0.1 115/ 1 950 EFIM57 I Bulldl..:i NH-OZ-SF-Generator 4 Belt 2,800 0.3 8SO 30 17.2 0 .5 115/1 1,750 5 ,14 EFlJ.OS8 Bulllng SH-OZ-EX· Soulh . Contactor 1 Belt 3,ZOO 0.3 915 18 11 0 .5 .csQ r.t 1,725 1,5 EFU-001 SH-OZ-EX-South Contactor 1 Belt . 1,t!OO 0.3 1,450 12 13.0 0.33 115 /1 1,725 1 ,5 ERJ.002 February 14, 2011 Cost Breakdown / Proposal for PCM-001, rev 1 Cost breakdown for the requested list of changes regarding CPI adjustments for ozone equipment stainless steel and building permit modifications per PCM-001 request. Part A -CPI Adiustments for Ozone Equipment Stainless Steel Item #1 & 2 Supplier: Ozonia *Increase allowance for price escalation SUBTOTAL Part B -Building Permit Modifications Item #3 (tree protection) BONDS@l% INS@.5% OH & P (NO CHARGE) TOTAL PART A Subcontractor: ACME Fence Services *calculated deduct determined from actual work performed based upon established unit prices Type A decreased quantities of2I2lf@$5.00/lf Type B decreased quantities of 647lf@ $3.25/lf (See attachments Al & A2) Item #4 & #5 (S. Holly extra tree planting) Subcontractor: Green Scaping *additional to furnish and plant 4 new oak trees 4 each trees@ $418.00 (see attachment B) NOTE: Reynolds will water as long as onsite Item #6 (N. Holly fire lane modification) Subcontractor: Andrews Paving & Construction * additional for required fue lane modifications (see attachment C) Item #7 (relocate fire hydrant & service water pipeline east of LOX area) Materials: *additional C-900 piping ( 40lf@ $16.59/lf) additional bedding rock (26.4 tons @ $11. 72/ton) Labor: Reynolds Inc $152.799.28 $152,799.28 1,527.99 764.00 00.00 $155,091.27 <$1,060.00> <2,102.75> 1,672.00 2,170 .00 663.60 309.40 *additional labor for relocation of hydrant & pipeline 3 men I day (24 mhrs@ $17.49/hr) fringes @ 39.5% * foreman supervise/ coordinate I mhr/day 2 days (2mhrs x $30.00/hr) Fringes @ 42% includes per diem Equipment: Reynolds Inc. *foreman pick-up (2 hrs @ $6.22/hr E.O.E@28% *580 backhoe (8hrs@ $23.75/hr) E.O.E.@28% *misc other equipment, small tools, PPE, etc ($75.00/day x I day) Item #8 & #13 (move the electrical buildings@ contactors) Subcontractor: Texsun Electrical Contractors, Inc *calculated add(+ & -s), (see attachment DI thru DlO) Item #9, #14 & #16 (air intake, exhaust fan & skylight changes) Subcontractor: Garland Htg & Air *additional to furnish and install air intake with ductwork and modify exhaust fans ( see attachment E) Supplier: Medcalf Fabrication *deduct for deleting 2 skylights (see attachment F) Item #IO, #12 & #15 (fire door/window & stairwell changes) Subcontractor: Woodrose Company, Inc *fire door & window changes (see attachment GI, G2) Supplier: Medcalf Fabrication *furnish extra handrail @stairwell (see attachment H) Labor: Reynolds, Inc. *additional FRP concrete work to modify stairwell landing (unit price for FRP concrete (3 cy@ $600.00/cy) Item #13 (modify alignments of 10" drain/ 3" sump/ 8" drain discharge) Materials: additional 10" DIP (20lf@ $20.56/lf) * additional bedding 13 .27 tons @ $11. 72/ton Subcontractor: Andrews Paving Construction *additional asphalt patch, approx area (20' x 120') (see attachment I) Labor: Reynolds, Inc * additional labor to reroute piping 3 men I Yi days (36mhrs@ $I 7.49/hr) fringes@ 39.5% *foreman supervise/coordinate I mhr/day x 2 days (2 mhrs @ $30.00/hr) 419.76 165.81 60.00 25.20 12.44 3.48 190.00 53.20 75.00 13,421.00 12,940.00 <1050.00> 9,313.76 800.00 1,800.00 411.20 155.52 7,480.00 629.64 248.71 60.00 2 Freese a n d N • h L lC O S, Inc. 4055 International Plaza, Suite 200 February 24, 2011 City ofFort Worth Water Engineering Department 1000 Throckmorton Street Fort Worth, Texas 76101 · '~Mr. Chris Harder, P.E. ·--'4<""'' Engineers Environmental Scientists Fort Worth, Texas 76109 817 735 -7300 RE: North & South Holly WTP Upgrade Ozonation Facilities Project No. 00757 Dear Mr. Harder: F&N No. FTWIOl 12 PCM-001 -Ozone Equipment Stainless Steel & CPI Index Adjustments and Building Permit Modifications Architects 817 735-7491 fax www.freese.co m Transmitted herewith please find a copy of Reynolds, Inc's. February 24, 2011 price proposal for the referenced extra work. The cost of the extra work is a $210,587.89. No change in Contract Time has been requested. The extra work consists of two main parts; Ozone Pre-Selection Bidding Documents contractual bid price adjustments and extra work required as a result of the Fort Worth Development Department's review comments issued after bids had been received from general contractors for the ozone improvements. The cost of the Ozone Equipment Stainless Steel and Consumer Price Index is a straightforward calculation and is described with appropriate backup in Freese and Nichols' October 26, 2010 letter to you included in the PCM price proposal backup. The extra cost in the Construction Contract needed to fund the adjustments in excess of the adjustment allowance in the general contractor's bid proposal is $155,091.27. The extra work required as a result of the building permit reviews includes additional trees and modifications to the tree ordinance tree protection requirements, modifications of the roadway and fire hydrant systems per the Fire Department requirements, ten feet relocations of the two electrical buildings adjacent to the North and South Holly Ozone Contactors to provide additional clearance between the separately permitted structures, additional Fire Department required fire barrier doors and ventilation changes, relocation of several pipelines to preserve several existing trees, and a stairwell dimension and handrail addition. The cost of this extra work is $55,496.62. We have reviewed this price proposal and are of the opinion that it is a fair and equitable price. We recommend the City accept this cost and issue a Change Order in the amount of$210,587.89. Due to time constraints to perform this work we recommend the FWWD authorize this performance as soon as possible. Please advise if the Water Department desires this PCM be incorporated in a Change Order. Sincerely, FREESE AND NICHOLS, INC. ~~ Xe: David Sloan-FNI file FTWlOl 12.4.41.001 L:\HOLL YWfP\CHANGES\PCM\001 OmncEquipSSCPUndcx & B1dgPcrmitMods022411 RECMD SUE_\,MITT ALS Page 1 of2 Project No: Project: Client: Contractor: FTW10112 North and South Holly WTP Upgrade -Ozonation Facilities City of Fort Worth Reynolds , Inc:. Proposed Contract Modification #001 f-M Ozone Equip SS CPI Index Adjustments Bldg Permit Mods n ~ You have been selected to perform a review of this submittal. Please provide your comments by uploading them as an attachment by cl/eking on the "Attach Comments If Needed" button or by typing them In the appropriate area on the form. Please cl/ck on the "Submit" button on the form when you are finished to complete your task. SUBMITIAL INFORMATION SUBMITTAL SUBMITTAL#: CONTRACTOR REF #: SPEC SECTION: PLAN SHEET: SUBMITTAL STATUS: TYPE: ~posed · Cruiffiil"r ~ I _J I I I I Pending Mooinciit~J SUBMITTAL j I Ozone Equip SS CPI Index Adjustments Bldg Pennlt Mods DESCRIPTION: - UPLOAD SUPPORTING DOCUMENTS PCM001 Ozone Equip SS CPI Adjustmnts Bldg Permrt Mods .pd! 11/11/2010 8:48 AM Nonna Bailes PCM 001 -Reynolds .pdf 2/24/2011 8:51 AM Heath Staffeld CONTRACTOR CERTIFICATION CONTRACTOR COMMENTS: I See attached for complete PCM information. . I HOW WILL THE COPIES BE SUBMITTED: I Electronic I NUMBER OF COPIES SUBMITTED: 12 I Th is shop drawing has been reviewed by the Contractor and certified to be in strict conformance with the Contract Documents as modified by addenda, field orders, and change orders. Deviations can only be approved by field order or change order. Approval is only for conformance with the design concept of the project and compliance with the intent of the information given in the Contract Documents. Contractor is responsible for dimensions to be confirmed and correlated at the job site; for information that pertains solely to the fabrication processes or to techniques of construction; and for the worl< of all trades. SUBMITTED BY : Norma Bailes I DATE : 11/11/20109:0BAM NOTIFICATION TO CONTRACTOR The Owner proposes to make the additions, modifications or deletions to the Worl< described in the Contract Documents as shown in Attachment "A.· We request that you take the following action within 10 calendar days: n Notify us that you concur that this change does not require a change in Contract time or amount. A Field Order will be issued . Notify us that you will proceed with the change with payment to be made at the contract unij prices . A Work Change Directive will be issued. Notify us that you will proceed with the change under the time and materials provisions of the Contract. A Work Change Directive will be issued. OR WITHIN 30 DAYS: <i Subm~ detailed coll breakdown of labor, materials, equipment and all -costs related to this change. Submrt a schedule showing the impacts on Contract Time. Authorization to proceed with changes must be approved by the Owner in accordance with the Contract Documents. SUBMITTEDBY: NormaBailn j DATE : 11/11/20109:0BAM REVIEWER COMMENTS REVIEWER NAME: REVIEWER EMAIL: COMPANY I ORGANIZATION DATE SENT: DATE COMPLETED: l Huth Statr.lcl _J hstatr.ldOreynoldslnc.c~ I I Reynolds Inc _ _j i 1111112010 ! CJ L__ L REVIEWER c----------. COMMENTS: Attached Is our proposal -----· ------------------ I httns://nroiectclox _ freese .com/imMk1mwo/form ~sn?formicl=?ROQ&wfrlirP.ct= 1 &clP.h11o=&c . ?/?.4/?.011 SUBMITTALS REVIEWER NAME: REVIEWER EMAIL: COMPANY/ORGANIZATION ~orma Balles I I __ nlb@freese.com ___ =1 L NLB & Associates ~ ---------- REVIEWER COMMENTS: !____________ Please Enter Your Review Comments Here _____________ _J UPLOAD SUPPORTING REVIEW DOCUMENTS CONTRACTOR'S RESPONSE: r: We will proceed with the work with no change in contract cost or ti me. Issue a Field Order. r We will proceed with t he change at the unit price bid . Issue a Work Change Directive . Page 2 of2 DATE SENT: DATE COMPLETED: !1 1111120 ~ I_ J < We will proceed with the change under the time and aterials provisions of the Contract. Issue a Work Change Directive. SUBMI We submit the attached det · ed cost br kdo sed schedule for performing the described change. DATE: DISPLAY ROU TI NG SLIP 0 Curnnt Wortdlow Step: Eng ineer Re vi ew OCS Admin: No rma Ba iles Workflow In itiator: Norma Bailes (Click on the Name$ above to Email User) FNI Fo m,s vi .~ httos://nroiectdox. freese .com/imarkunwQ/form .asn?formid=2 809&wfdirect= 1 &dehuQ=&c... 2 /24/2 011 February 24 , 2011 City of Fort Worth Water Engineering Department 1000 Throckmorton Street Fort Worth, TX 76101 Attn: Mr. Chris Harder, PE RE: North and South Holly WTP Upgrade Ozonation Facilities Capital Project No. 00757 Reynolds, Inc. Job No. 10062 PCM 001 Mr. Harder: Attached is our proposal for PCM 001. This is a change proposal for ozone equipment stainless steel / price index adjustments and building permit modifications per PCM 001 as issued by Engineer/Owner ( attached). A detailed cost breakdown is also attached. Also attached is a breakdown of the M/WBE participation of 15 .94%. Please let us know if you have any additional comments. Heath Staffeld , PE , LEED AP Project Manager Reynolds, Inc . CC . -Mr. Ted Gay , PE (Freese and Nichols, Inc .) Reynolds, Inc. 1500 11"' Ave Fort Worth, TX 76102 Phone: 817-885-8205 Fax: 817-885-8517 ' Part A Part B Item #4 & 5 Item #6 Item #9, 14, & 16 Item #10, 12, & 15 Item #13 NORTH AND SOUTH HOLLY WTP UPGRADES PCM 001-M/WBE PARTICIPATION DESCRIPTION CPI Adjustments for Ozone Equipment Stainless Steel Bu il ding Permit Modifications DESCRIPTION SUBCONTRACTOR/SUPPLIER Extra Tree Planting Green Scaping Fire Lane Modification Andrews Paving and Construction Air Intake, Exhaust Fan, & Skylight Changes Garland Heating & Air Fire Door/Window & Sta i rwell Changes Woodrose Company Modify Alignments of 10" Drain/3" Sump/8" Drain Discharge Andrews Paving and Construction TOTAL M/WBE YES* YES* YES YES YES* TOTAL M/WBE Participation % = Note:*M/WBE Subcontractor not i ncluded in original Subcontactor/Supplier Utilization Form . A change form will be submitted with updated M/WBE participants. COST $155,091.27 $55,496.62 $210,587.89 COST $1,672.00 $2,170.00 $12,940.00 $9,313 .76 $7,480.00 $33,575.76 15.94" Proposed Contract Modification No. PCM-001 (Not a Change Order) Contract: Project Owner: North & South Holly WTP Upgrade - Ozonation Facilities Proiect City of Fort Worth, Texas Project Engineer I Freese & Nichols, Inc Project No: 00757 Initiated by:~ Engineer D Contractor 'tmowner Contractor: -' -R_e_yn_o_lds_In_c_. ____________ j Date: ?/14n.01 t Attention: The following change in contract on this project is proposed: A breakdown of cost SHALL be attached. Work shall not commence until authorized by the OWNER Description of the Proposed Change: Change proposal for ozone equipment stainless steel/ price index adjustments and building permit modifications per PCM-OOlas issued by Engineer/Owner (attached). A detailed cost breakdown is also attached. All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be : D Increased D Decreased lV Unchanged by _O_ calendar days (see contingency with cost breakdown) This change will: ~ Add D Deduct D Not Change Comments: I Total Additional $210,587.89 IG?1:1JRA~ I I z/;0 I DAT E Robert Emery D Accepted D Rejected BY (ENGINEER) DATE Owner's Action : D Accepted D Rejected BY(OWNER) DATE FIie: FTW/10112/4.411001 PROPOSED CONTRACT MOD/RCA TION l'NH• 81111 Nlollola (4.4'1 /001 ) PROJECT: North & South Hol~ UDOrade -Ozonatlon Facilities PROJECT NUMBER: OWNER: Cl~ of Fort Worth 00757 -CONTRACTOR: Reynolds.Inc. ENGINEER: Freese & Nichols. Inc. FTW10112 ·-- DE~RIPTIONi OzQne Equipment Stainless Stael and CPI Index PCMNo: 001 Adjustments and Building Permit Modifications NOllFICATION TO CONTRACTOR: The Owner proposes to make the additions, modifications or deletions to the Work described In the Contract Documents as shown In Allachment "A". We request that you take the following action within 10 calendar days: D Notify us that you concur that this change does not require a change in Contract time or amount A Field Order wiR be Issued. X Submit a Price/Credit Proposal with detailed cost breakdown of labor, materials, equipment and an other costs related to this change. lmpacls on Contract Time shatl be shown in a revised schedule, Included with the submitted proposal-. D Proceed with the change. Payment win be made at the unit price bid. D Proceed with the change under the time and materials provisions of the Contract. Authorization to proceed with changes must be approved by the Owner through Change Order In accordance with the Contract Document&. . · By: Date: CONTRACTOR'S RESPONSE: We respond to your request as follows: D We propose that this is a no cost or time change. Issue Fleld Order. )z( we submit the attached Price/Credit Proposal with detailed cost breakdown and revised schedule · for performing the described change. D We are proceeding With the change at the unit price bid. 0 We are proceeding with the change under the time and materials provisions of the Contract By: atf. ~ Date: z,);W;_ ACTION TAKEN: D Propoeed Contract Modification rejected. See comments . 0 Field Order wil be issued. D Change Order wil be lnued. By: Date: Fie: FlWQ011214,411QQt PROPOSED CONTRACTIIODIRCATION PCIII 001 • ArrACWIIEIIT A The Owner proposes to make the following additions, modifications or deletions to the WOt1c desafbecl in the Contract Documents. Authorization to proceed with these changes must be approved by Field Olrler or ChangtJ Otdst" In accorrJance w#h the Contract Documents. prior ·to commencing the worlc inVONed. RE: Ozone Equipment Stainless Stael and Consumer Price Index Adjustments 1. lncraaae Proposal Item No. 6 from $50,000.00 to $202,799.28 (net inaenae $152,799.28) to fund the Allowance for escalation of stainless steel costs for the Pl9-Selecled Ozone Generation Equipment and the Const.mer Price Index . escalation. Increase the Pr8-Seleded Ozone Generation Equipment purchase order 8l110ll1t between Reynolds, Inc. and Ozonia North America, LLC from $4,559~ 120.00 to $4~~1,919.28 (nat increale $202,799.28) in accordance wi1h the . Pre-Selected Ozone Generation Equipment bidding docUmenta to reflect the stainless steel and consumer price index adjustmenla specified; see allached Freese and Nichols October 26, 2010 letter to FIINIO for documetlfation of , adjustment amounts. . · 2. lnaeaae the Contract Amount by $2,291.99 for General Contractor's Bonds (1%) and insurance (0.5%) costs of the net mease to Proposal Item No. 6. RE: Building 'f>ermit Modlfk:aliona 3. Sheets 1G13 & 1G14 -Revise Tree Protection Fence Plan in accordance with . a1lached Utban Foresby Plans. Colndor .may modify UJban Forestry Plan at Soulh · Holy Plant by instalallon of tempcrasy .conatruction road between 1 e· Oak and 22" oak 2C1' Oak Double and by change of fence type from A to B around 1Y Elm to ~ot44·08k.. . 4. Sheet.1G1A-Add South Holly WTP Tree Planting Plan. 5. Sheet 1G17, Plant List-Change Quanllly from 5 to 9. 6. Sheets 2G7 & 2G8 -North Holy Fire Lane Modifications -Revise width of north · ooutactor acce• Road A as itdlcated on attached Revised Sheet 2G7. Revfee fire lane pavement martorva as lndicatad on attached Revised Sheet 2G8. 7. Sheet 3YP15 -Relocate replacement fire hydrant and service water~ east of LOX storage area ·as indkaled on attached Revised Sheet 3YP15. Original ' replacement work was indicated on Sheet 2G22. associated with the 36" high prww9 line replacement Relocate ··fH'VC-PW tap locallon on 36-8-PvV and relocate the new fire hydrant at soulhwest comer of ozone oontactor 8. Sheet 4P1 -Move the Contactor Electrical Building south to provide a rnininun of ·· 10' clear from 1he south face of conlaclDr structure as indicated on attached Sheet 4P1. 9. $heels 4P5 & 4P7 -Provide a new air idake and 8880Ciated duct to the Omne Contactor lower gallery as shown on attached Revised Sheela 4P5 & 4P7. Delele one 8kylght and adjust size of top slab opening to accommodale new intake. apenq. . 10. Sheets 481, 482, & 4S5 -Provide a new fire wal and exit doors at the IOUlh end of Ozooe Contactor tower galery as shown on attached Revised Sheela 481, 482. ald 485. Delete .the original fire wal and door in the Ozone Contactor effluent gallery ortgi~ shown on 481 and··4S5. 11. Sheet 5A2 -Add Nole 13 "MENN/OMEN RESTROOM• sign and Hex 13 symbol and leader at wal weet of Door 102C. 12..8"'8l 5A7 -Ravlle Door 1020 and Type B window tire rati• In accordm wllh 1he reviled schedules and details on attached Revised Sheet 5A7. 13. Sheet 1 OYP3 -Move the Contactor Electrical Building east to provide a minini.m of 1f1 dear from the east face of exit stalrwel aa shown on attached Revl9ed Sheet 10YP3. Modify aipnents of 10-drain reroute, 3• sump pump discharge .and a· drain pmnp discharge as Indicated on the attached Revised Sheet 10YP3. 14. Sheela 12P8 & 12P8-Provide new air intake and aaaocia1ed duct to . the .Ozone ConlactDr. '°"'181' galery aa ah<Mn on attached Revised Shee1a 12P8 and 12PB. Oel9t8 one akylght and adjust srza of top slab opening to accommodat8 new intake opening. . 15. Sheets 1281, 1282, 1284 & 12S5-Provide a new fire and exit door at the east erd c1 Ozone .Con1acb' kw gallery and modify the northlsouth length of the contactDr gallery exit stuwell structun, as sh<Mn on attached Reviaed Sheets 12S1, 12S2, and 1284. Adjuatstaliwell tanding dinen8iona and add handrails to eo11tacto1 gale,y exit stairwell as shown on au.ched Revised Sheela 12S2 and 12S5 • . 16. Section 15830;3.05-Revtae ·NH-OZ-EX~ and 056 and SH-OZ-EX-EFU- 001 and 002 per attached schedule. 17. Revise yoe.-record drawings as appropriate. By: ______________ _ Da18: _ __ .;.._ _____ _ 405Stnti.ndlaMIPlau,S....200-• foltWottll, Tan761ot • 117.735.7300 • fax117·7l5-74tl wl'lw,l,,·, ... , •. ,,u,1 October 26, 2010 Mr .. Ouis Harder, P.E. Water Production Engineering Manager aty of Fort _ Worth 151111th Avenue fort Worth, Texas 76102 Re: Ozonla Price Adjustment Holly WTP UP81'8de Dear Chris: In acmrdance with the terms of the equipment preselectlon documents e>CeCUt~ with-Oz<>nla for the ozone generation equipment, the equipment price bid ls subject to two adjustment factors. These factors were Included to reduce the risk to the supplter from slgnlflcant swings In the price of stainless steel, and from uncertainties regarding final timing for the equipment supply. Whllewe may never · know the absolute Impact of shifting these risk factors away from the supplier, we do know that we received exceUent pricing from Ozonla for this project. We have calculated the sta(nless steel adjustment stlpufated, which uttffzes a monthly Index from the _ London Metal Exchange, posted through subscription access to www.metalprlces.com . The - adjustment Is appbed to a percentage of the total supply price, as designated by the supplter In their proposal. Ozonla selected a value of 10% to be subject to the adjustment. A graph of the stainless steef Index for 2008-2010 Is attached. In fact, relatively low stainless steel pricing probably contributed _ to the low bids received-for the equipment. Usina a start date-of July 1, 2009-to approximate the July 2 Preselectlon bid date, and a finish date -of September 1, 2010 to approximate the August 25 start date for Reynolds Constructlon, a 43 ,28% increase Is observed In the designated stalnless steel Index. Applied to 10% of Ozonla's $4.54 mttnon bid price, the resulting adjustment Is an Increase of $196,489.36. Although th1s amount Is substantla~ It Is smaU compared to the difference of over $1.4 miUlon between the two bidders for this equipment. It Is also .lnterestlng to note that the other bidder, Fuji, Included a factor of 16.59' for appllcatlon of the stainless steel adjustment. We have also calculated the adjustment for the Consumer Price lnde,c. This provision Is an adjustment if the start of construction Is more than 300 days from the date of the preselectton bids. The 3()0.day period expired April ~ 20~ so the adjustment Is from that data to the August ~ start of · construction. This applies to the entire bid price of the equipment, $4.54 mllllon, but the Increase over · · this period was only 0.14", resuttlng in an increase of-$6,309 .-92. Mr. Chris Harder, P.E. October 26, 2010 Pase ,2of2 The combined adjustment of these two factors Is an Increase of $202,799.28. This exceeds the allowance In the Gener,at Contract bid, and wlH require a oorrespondlng change order. We recommend this be Included with the change order currently In negotiation with Reynolds for the scope , adjustments required to achteve bultdlng permit approvaf. Sfncerely, Freese and Nichols, Inc. David W. S1oan, P.E., BCEE Project Manager CC: Ted Gay, P.E. Attadtments .... ··------· l·Jan-08 1-Feb-08 1•.Mar-08 1·Apr·08 l·May-08 Hun-08 1-Jul-08 1-Aua-os 1-S.p-08 1-0c:t-08 1-Nov-08 1-Dec.()8 l~Jan-09 1-feb-09 l·Mar-09 1-Apr-09 l•May-09 1-Jun-09 1-Jul-09 . 1-Aua-09 l-Sep-09 1-0C:t-09 l·Nov-09 l·Oec-09 1-Jan·lO 1-Feb-10 1·1\1ar·10 1-Apr·lO 1-May-10 1-Jun-10 1-Jul-10 l·Aua-10 1-Sep-10 l-Oct-10 0 ·-.. -·-·· p UI 304 Stainless Steel Flatrolled COU Index .... "O .B' I s. -j i; ::, ~ N ~ w I -· :s [ Fl !!. .,, ~ -· 2 :c i o· -< LEGEND : G:' DIAMETER TREE MULCH RING NEW TREE OZONE CONTACTORS NOTES : • 1) st:E SHEET 1C17 FOR PLANT UST ANO PLANTING DETAILS. / (SPECIAL NOTE: Pl.ANT UST 0UANTrtY SHALL BE ~O TO A / • TOTAL COUNT or 9 to PRO'.'IOE THE QUANTITY REOUIREO BY : .,,. THE APPROIIED URBAN FORtSTRY Pl.ANS FOR HOl.lY WTP.) / I 2) .CONTffACTOR SHAU. -WATER NEW TREES AT A RATE WHICH ,.1·· PRO'JIOES MOIST (But NOT SATURATED) ROOT BALL ANO BACKl'lllEO PI.AN'f AA£A UNTIL ACCtP'fANCE BY OWNER. / 3) CONTRACTOR SHAU. APPLY TIME-RELEASE COATEl> GRANULE / f COt.tPLtTE FERTILIZER (12-12-12 OR SIMILAR) TO TREE MULCH ,/ RING AREA AFTER PI.ANTINC . · .I • RAW WATER /. VAULT // !it 4) OtMEN$!0Ns SHOWN ARE FROM BACK OF CURB ('M'.) • (" ./ il:t...:. ............... ..,.=--,e,-:.,....,.....,,""""'~,...,,.~------,.--,.__,. ___ __,.__,. __ __,.__,.__,.,__ _____ __,. ___ __,....____,. _______ , __,.,__,__ _________ ,__.f._N_T ___ l__,.G..;..l_~_,,q ___ ,__...._ ___ ___, LEGEND : 8 • ' !!O.o · 11.e· -TREE PIIOl'ECl10N FEM:E TYP( A -· TREE PIIOTECTION Fa.a: TYPE B NOTES: 1) PRIOR TO COMMoi<:EMENT Of' ~ snt WORK -ACTMTIES, THC CONTRACTOR SHALL CONSTRUC'1'. ALI. TREE PROlECT!ON ~E AS SHOWM ON THE DRAWINGS.. SITE WORK ACTMTIES INCI.UOE BUT ARE NOT LIMITED TO MOBUZATIOff, SURVEYING, STAKING , DOIOUTION , VEGETATION REJ,IOYAL. GRAOING, NfO/OR CONSTRUCTl()N ot TEMPORARY OR ~Ill MPRCMUENTS SUCH AS UTIUTIES. STRVClURES , OR PAVING . . THE . · CONTRACTOR SHAU. MAINTAIN AU TREE PROTECTION FtNCE UNTIL AU. EXTERIOR WORK HAS SEEN COMPLEltD 8Y THE CONTRACTOR ANO ACCEPTED B'I' THE QWNER. 2) PI.JoCE TREE PROTECTION f'ENCts AS SHOWN ON Pl,AH . Pl.AN LOCATION SHOWN IS TYPICAU.Y BASED ON THE CRfATER COVERAGE Of' THE f'OUOWINC :. A) ONE f'OOT RADIUS ~ CALIPER D8H OR B} TWO ~ET OUTSIDE lREE C>HOf"'f DfflPUNE . 3) TR£E PROTECTION f£NC£ MAY l!E PUCED AT EDGE ot PAVED ftoREA ONLY WHERE PAVED AREA WILL NOT BE DISTURBED . .• .. Mi