Loading...
HomeMy WebLinkAboutContract 40853-CO1'~ ··--'-·-:,-, ------ettv-SEeRETARY CQNTRAcrNo. ~o$so-l.D\ RECEIVED "" ,, MAY &9 2011 FORT WORTH City of Fort Worth . ~· Change Order RequQfr of Fort W,,th Watet,;::;...;Dep..,...t ___ ...., Project Namel ViRage Creek WNT Secondary Area & Filter Rehabilllalion/Modificalions ! City Sec # I 40853 Client Project #(s~ Fort Wortl (01289}; Carollo (8258A.20); A/l;Jler Western (210138} Project Oescrip • conlrack>l'f Archer Western Con~ Ltd City Project Mgr.! Farida S Gode(ya. PhD. PE Change Order # 1· Dale 5'5'2011 City Inspector Mike Hil .__ _________ _, Ori9ina' Conlrad Amount Extras to Dale Crada lo Date Dept. Pendilg Change Orders (in M&C Process) Contracl Cost to Dale Amount o1 ec1 Chen · R8'Med Contract Amooot Original Funds Available ro, Change Orders Remarmg Funds Available for this CO Addiliona Fiming (if necessary) Water $8 ,214 ,000.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE} AS" OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST• 25") Totals Select Day Ty $8,214 ,000.00 455 0 455 0 455 f • • 1 -. ·r •' • ', ··,I'(, I ' ' '()' 1' l · · I '\ · ' ' I •• ' •, , •: ,.,;)' ,• , r\7J~ ... \·l~(~J .~.• \,.:,\ •! '1\\ -,, J :, ' 'J 'I ) ~ • : ,• 1, • • , I • • • • • .... I . • This Cha,ge Order #1 covers the following : CMR 01 • '$1 Butterfly Vatve Connection ;-f$0 .00) CMR 02 • Clarillffl Fitting and Adapters ;~ 10,631 .3-1) CMR 05 • Motorized Rolark Actuator and related equipment with labor;1S12.357 .58) Per Change Order# I: Amount Requested $22,988.92 Contract nme extension f0t 00 days. The additional details for CMRs may be found in subsequent pages . 1 1 OFFICIAL RECORD CITY SECRETARY fT. WORTH, TX ~ I It is understood and ag,aed that the acceplance of this Change Order by the coolrador constilutes ai accord and satisfaction and represents payment in ful (both lime and money) for al costs a,isiig out ot, Of incidental lo, the aboYe Change Oder. 05 -20 -1 1 P12 :20 I N I Engineers ... Workin g Wonde rs Wit h Water ,. FORT WORTH ~ 'I, , S L Project: Subrecipient: Engineer. Contractor: WATER CONTRACT MODIFICATION REQUEST 1 Village Creek Wastewater Treatment Plant Secondary Area Rehabilitation and Modifications City of Fort Worth, Texas Date: Jan31 ,2011 P275- 70130 Secondary Area and Rehabilitation and Modifications ------------------Project No.: 0128980 City of Fort Worth Carollo Engineers Archer Western Contractors, Ltd. Contract Mod . No.: CMR 1 Change Order No.: 1 ------------------- Carollo Engineers and Archer Western Contractors, Ltd. acknowledge that the work shown in the referenced Contract Modification Request 1 (CMR 1) represents work items not included in the original bid and changes the as-bid price of work items that were included in the original bid . The nature of the change is adequately described in the justification provided w ith the CMR. The Contractor's change proposal has been reviewed by the Engineer, and the Engineer has certified that there is no incremental cost and is reasonable to accept "as-is." The Engineer has therefore recommended to City of Fort Worth to approve the CMR 1. The need for this work was discovered during construction of related work items. Therefore , consideration of procuring this work by any means other than by Change Order to the Contract already under construction to do the related work was neither practical nor desirable. The Contractor has proposed 30 " flanged butterfly valves in lieu of 30" grooved butterfly valves shown on Contract Documents. A grooved coupling is also provided by each valve for future disassembly. Contracts request for change and detailed drawing of new piping configuration are attached with this document. Procurement of this item by Change Order to this contract is justified in that the work is directly related to and intermingled with other work which was included in the original procurement by public bid . Sincerely, Prepared By: Manish Bhandari December 9, 20 l 0 Attn: Mr. Troy Laman Carollo Engineers l 00 E. 15th St., Suite 300 Fort Worth, TX 76102 CMR#l RE: VCWWTP Secondary Area & .Filter Rehab & Modifications -Contract Modification Request #1-30" Uutterfly Vain~ Connection Dear Mr. Laman: Per previous correspondence, contractor request to use QTY-18 Flanged Butterfly Valves in Lieu oftbe Grooved Valves as shown in the contract documents at Return Sludge Pump Stations 1, 2, & 3. This modification is being requested to pro ide the space needed to install the valves in the existing structures. A grooved coupling is bejng added near each valve to allow future disassembly and assembly. Attached is a drawing ofth.e proposed request and a drawing of the grooved valve layout. There vviH be no cost change for this modification. Contractor has been notified through email that this rs acceptable, but please respond to this CMR accordingly. If you have any questions, please contact me at (214) 837-8019. Sincerely, Archer Western Contractors, Ltd. ~ \. ~h ) Clint Stafford / / . Proj ect Engineer Enclosures ' ~ . '·· NOTES : 1. ALL ING SCTS, SUPPORTS, N#D VAL.YES Nll£.. SUPPUCD Wt OTHERS. 2. LOllfSlAII PIP£ 111U AWlW FOi 1/1" Tit(. GASIC£lS DURINC T1£ SPOOUC fttlOC£SS. PUASC SUPPLY l#t DIMENSIONS DESIGN4TED W11H AN AITDll5*: -.•. 2. AU. IIATEIIW. SKA1.1. I[ TYi'( "" GIWl[ 11; PIP£, ST-w.,u fUrHQES: CLASS D RN, fLANCE l . PP£ 5tWJ. 8[ UNED wmt POL~ »I) PIIME ~TED. 1·-1· 35'-o" RETURN SLUDGE PUMP STATION REf. tMG.: W-RS-01, a M-RS-2 I -REQ'O SCALE: 1/4• • 1•-0• CAnt;cpclq; Heft· Thi• draw.nQ ii our interpretaUon of the contract document. for thie mat•riol. LDnNtar Pipe Fobricalion Inc. taikN no -----------------,! rnpanaibllity for It• comptetenna or accuracy. tt la the CL1elDt'net"8 rNpOt'llibility l--l-----------4---1---~ to check thil drowinl and notify LonNtor l--l-----------4---1---~ ! ~~~: C.~;r.; ~r 1--l-----------4---1---~ rnotenota ••habited herei"I be9in until a ia==',=-=-====-=-...IIY-.-<M=IF--1 ~=dop:~ o~:"! •. °' thill drowi"9 le 1a011...-A11 PIP8 r.&IIIUCA'l'ZO• DIC. -VILLAGE CREEK WASTEWATER TREATMENT PLANT FORT WORTH. TEXAS -0 NOTES : D I • a·-a· 1. M.L ..:. S£T5, SUPPORTS, N.rJ VAL.YES /tiff. 5UPPUCD 8't OTHERS. 2. ..-swt PIP£ WU ,OU.OW FOi 1/1" 11«. Go\5l(£lS DURING Tt£ U'OllUNG NOC£SS. 'L£ASC SUflf'\.Y l#f 01MCNS10NS DESIGNATED WITH Ml ASTDISK -.•. 2. ALI. ... TERW. 5'W.l. IC l'rl't: A$J -It N"I:: STANCWID 'MLL fl.N«it:S: CLASS O btC fLAHGE l . PP[ StWJ. I[ lM.D WITH POll'\MtETtWilE #IQ PRIME ~uo. 35'-0" a·-a· JO"• TYP .~- 1·-1· a·-a· :: ~ I a·-,· RETURN SLUDGE PUMP STATION REF. DWG .: M-RS-01, • M-AS-2 1 -IIEQ'D SCAU:, 1/4" • 1·-0· teotcPFW Npf:1· Thi• drow.ng ii our intarpretotion of the controct document• for thie material. l..onNtor Pipe Fobricotion Inc. tDk .. no ------------..--.----4 =::~. ·=::: ~-=-~bility l--L----------4--1----to check this drowing and notify Lonntor l--L----------4--1----~ ~~~~~"! c.~,-~~-:, ~nder l--L----------4--1----material• e,chibitld herNi becJi,'I until a 1==-----==-----+-,,-+-,,.=,r-t =.ca°':~ 0~=•·°' thia dra•i™il ill laOIDlll'l'AIIPIPa rA.aBJCA.-Zo• DIC. VILLAGE CREEK WASTEWATER TREATMENT PLANT FORT WORTH. TEXAS ., D .... Engineers ... Working Wonde rs Wit h Wat er ,. FORT WORTH .. 'I,. a a Project: Recipient: Prepared By: Contractor: Subject WATER CONTRACT MODIFICATION REQUEST 2 Village Creek Wastewater Treatment Plant Secondary Area Rehabilitation and Modifications City of Fort Worth, Texas Date: March 28, 2011 P275- Secondary Area and Rehabilitation and 70130 Modifications Project No.: 0128980 ------------------- City of Fort Worth Manish Bhandari, Carollo Engineers Archer Western Contractors , Ltd. Clarifier fittings and Adaptor CMR No.: 2 ------- Carollo Engineers and Archer Western Contractors, Ltd. acknowledge that the work shown in the referenced Contract Modification Request 2 (CMR 2) represents work items not included in the original bid and changes the as-bid price of work items that were included in the original bid. The nature of the change is adequately described in the justification provided with the CMR. The Contractor's contract modification proposal has been reviewed by the Engineer, and the Engineer has certified that there is incremental cost and is reasonable to accept "as-is." The Engineer has therefore recommended to City of Fort Worth to approve the CMR 2. The increased cost breakdown is attached with this CMR. The need for this work was discovered during construction of related work items. Therefore, consideration of procuring this work by any means other than by Contract Modification was neither practical nor desirable . The Contractor has proposed 30" flanged butterfly valves in lieu of 30 " grooved butterfly valves shown on Contract Documents. A grooved coupling is also provided by each valve for future disassembly. Contractor request for change and detailed drawing of new piping configuration are attached with this document. During the construction it was found that the existing 36" ML which is called out as CIP is actually 36" RCCP. The RCCP has a bigger OD than Ductile Iron Pipe and will not allow a flexible coupling connection as shown on the drawings. Contractor will provide an adapter to connect the new 36" DIP and existing 36" RCCP. The adaptor detail is attached with this CMR. Also, 12" Drain line is shown to have a 45 bend going to the sump box. After excavation, contractor found the existing pipe to be a straight run without a 45. The existing sump box was built to where a 45 was not required. Contractor will provide a cost to supply/install the 45 degree bend . Procurement of this item by Contract Modification to this contract is justified in that the work is directly related to and intermingled with other work which was included in the orig inal procurement by public bid. # QTY . DESCRIPTION PO # HT# z~ t z z < ;· . ·<v ?..' 77 t -:' .. . · . 1{i' 'w' ALL PIPE ~ ~ %' 'w' ALL PIPE ·------t--·-········· ----------------------·-···----------··-·-------------·--· -----... -.... ·----· ---·------- ---------.. ·----·-·-.. ----··· ............... ..................... ·······················-··--····-·-····-···-·········-··-.................. -.. -.... ·-·-····· .. ··--·-·------------····-·-· --··--··· ...... -...... ···-······------···· 4072P DD 3814" DD CCl.6.TING : TNEMEC 66 LINING : CEMENT --- l6'-Ll .--1--11 -- SPECIAL INSTRUCTIONS : QTY 1 EA 40W ID BUTTS TRAP LONESTAR PIPE FABRICATION, INC. BU ILD IN HALVES REVISION DI STRIBUTION VERIFICATION STEVE MACKENRODT I KEVIN WOOLSEY I I I I _ _J ____ CUSTOMER! ARCHER WESTERN PLOT SCALE = NTS PROJECT I _£l,!!_ CH_!(_i _ nT CHK..,_t· DATE __ I-WEl.ll COM P -j--DATE _t· WELD CHK . -··· DAl!_--1··-FlNAI.. INS~r---DATE -~· WELD INS_P1 ___ ~--t--COAT Cf~-i---DA~--j---· -~-WEIGHT _f~~Nf:;J-k;~;\f st CH~1 -DAT(_l 2nd CHK-i-DATE~JlO:~T-~ NO . :r!' ( • I OWNER: ENGINEER: CITY OF FORT WORTH TEXAS CAROLLO ENGINEERS 14785 Preston Road, Suite 950 DALLAS , TX 75254 CONTRACTOR: ARCHER WESTERN CONTRACTORS , LTD 2121 AVENUE J, SUITE #103 ARLINGTON, TEXAS 76006 OH&PQ15% Labor Burden @ 48% al Labor Smal Tools @ 15% al Labor S 1es 7 .5% al Labor lnsurw,ce and Bond (11 .5% • ,.,~ .•..•.• ::-f', ,,,,. page l CMR#2 VILLAGE CREEK WWTP SECONDARY AREA & FILTER REHAB ANO MOOS Subtotal: WORK DESCRIPTION : 1) Install/Provide 36' adapter to connect 36 RCCP Pipe to Ductile at Clarffl• 2) Install 45 Bend on 12" Drain Line at Clarffler 22 & 24 Reference RFI 13 . ~ ..... ' t .• E~.f}!:!!!!!.--.... ·········· ............................................ -·---~--..... i Project: Recipient: Subject Contractor. Engineer WATER CONTRACT MODIFICATION REQUEST 5 Village Creek Wastewater Treatment Plant Secondary Area Rehabilitation and Modifications City of Fort Worth, Texas Date: April 20 1 2011 P275- Secondary Area and Rehabilitation and 70130 _M~od;..;.ifi""'ca;..;...;..tio;...n....;.s ____________ Project No.: 0128980 City of Fort Worth RS 1 and 2 8 inch Motorized Actuator Archer Western Contractors, Ltd. Carollo Engineers Contract Mod. No.: _· _C_M_R_5 ________ _ Carollo Eng ineers and Archer Western Contractors, Ud. acknowledge that the work shown in the referenced Contract Modification Request 5 (CMR 5) represents work items not included in the original bid and changes the as-bid price of work items that were included in the original bid. The nature of the change is adequately described in the justification provided with the CMR. The Contractor's contract modification proposal has been reviewed by the Engineer, and the Engineer has certified that there is incremental cost and Is reasonable to accept "as-is.· The Engineer has therefore recommended to City of Fort Worth to approve the CMR 4. The need for this work was discovered during construction of related work items. Therefore, consideration of procuring this work by any means other than by Contract Modification was neither practical nor desirable. CMR 5 Includes the cost of providing one 8 inch motorized actuator for the waste sludge pipe in RS 2. The CMR also include the electrical equipment and work required to install the actuators at RS 1 and RS 2. Contractor request for change and detailed cost estimate for are attached with this document Procurement of this item by Contract Modification to this contract is justified In that the work is directly related to and intermingled with other work which was included in the original procurement by public bid. Reviewed By Approved By _M_an_i_sh_B_ha_nd_a_ri __ y\_~""": __________ Date: April 20, 2011 ~~. S;? Date: ~\2-o \ \\ -~~~:::::::::==~==-.\'==:::::::::::;;~~~~--~ \ ~ ( F rm ~ \ <:» ..c..._....-, f\.. o, c' i:) OWNER: ENGHEER: CITY OF FORT WORTH TEXAS CAROi.LO ENGINEERS 1•1as Preston Roed. Sulle 950 DALW., TX 75264 CCNTRACTOR: /IRCHER WESTERN CONTRACTORS , l TD 2121 AVENUE J, SUITE 1103 ARLINGTON. TEXAS 7600I CMRK VILLAGE CREEK WWTP Sl!CONDMY AREA I Fl. TeR REHAB ANO MOOS WORK DESCRFTION: "'-• E~ 10 ... Mofuii lit RS PS I I 2 per RR t . Pnwlde I lnslal EMO lot a·~ v ... per RFI 5 Bid hem o---""' I Unil I Unit/Price I l.Jlbar Mall>~I I e~-I Su-·-ior I T-- -;;:-.,,;~~~i:l~ CQ8Ri¥",j.1.~~i:·.+~·~z,~:?~J~i~!~.~~1A:.::;~:'!i{t;,!.\~;;t~1\.~$~~illi:,.-.!,.fi.~:.~~il!.t;~!.:~~~~~Fr.~t·~~ ~:~;~~~"tm:~tt,.~-~,1Sti!~~~~R9i~ TOTALS: Labor lk.r'dorl O 41% or Labar Small Toots o 1s-. or Labar sa,""' ... _ a 7.5'1f, or Labor TOTAi. DIRECT COSTS: - MH s19 n sn.llD ill.UD IMH S19 0 S0.00 $0.00 MH S19 0 ~nM .00 MH 19.D SO.OD .00 MH SO.OD .00 MH 19 n SO.OD .OD MH 19.DO $0.00 MH 191Xl 0.00 $0.1111 MH 19.00 O.llll SO .llD MH S19.DO 0 .00 MH ~1'""' .o.oo MH $19.00 $0 .00 ..,,.,.,. 1.00 LS S541s.52 I I I $0.00 SO.DO Ct>M SO.DO I I I SO.OD S0.00 so.co SO.llll so.co S0.00 SO.DO SOM ~0.00 S0.00 SO.OD SO.M SO.DO AAM S0.00 SO.OD S5415.S2 S5415~ !:11,m SO .OD so .oo SO.DO ...... <nm SD.llll SO.DO $10.586.11:1 $112.62 SO.OD s,,,..... .. TOTM.AMQJNT THII COST PROPOSM. SUMMARY ....... -................. .. St7~7SI ' . . ~ . ,,-\ . .. p •, ,, , ..... -assc electric PROPOSED CHANGE ORDER Client Address: Archer Western Contractors contact: crint Stafford 4500 Wilma Lane Arlington, 1X 76012 Contact: Clint Stafford Work Description CCN# Date: Project Name: Project Number: Contract#: Page Number: 2 311112011 VIiiage Creek WWT 30J1913 210066$01 1 This change notice includes all labor, material and supervision for the scope of work shown below. We reserve the right to correct this change notice for errors and omissions. This price is good for acceptance within 10 days from the date of rccipt. Scope of work: l. Provide labor and materials for power to MOV's in RSPS l and 2 not shown on drawings. Exclusions: 1. Any utility and permit cost. 2. Any wall or ceiling covering cutting, patching and paintiQg. 3. Any concrete/asphalt cutting and or patching. 4. Roof penetrations or patching of any kind. 5. Overtime unless specifically stated in scope of work above. Itemized Breakdown Description 31-4" LT FLEX 3/4" LT STRAIGHT CONN 3/4" LT 90 DEG CONN 3/4" ARC (AL) 314" ARC MYERS HUB 3/4" Al BUSHING 314" ARC STRAP 3/4" AL STRUT CLAMP #12 XHHW BIACK 1/4x1 314• WEDGE ANCHOR MCC POWER SHUT DOWN 30A 25MIOOV NON-FUS OSN SW NEMA <IX 15A 480V 3P BOLT-ON CB MOUNTING PIATE FABRICATION Totals Summary Qty Net Price U 6 231 .34C 1 583.12C 1 1,008.84C 40 180.35C 2 650.18C 2 218.28C 2 238.SOC 2 285.12C 280 168.00M 15 85.00C 1 O.OOE 2 1,228.87E 1 206.ne 1 100.00E ORIGINAL Total Mat. 13.88 5 .83 10.09 72.14 13 .00 4 .37 4.78 5.70 47.04 12.75 0.00 2,'457.7-4 2oe.n 100.00 2,954.09 LaborU 7.20C 20..40C 18.00C 9 .00C 14 .40C 3 .60C 6.48C S.12C 6.18M 9.SOC 4 .00E 1.50E 1.25E 0.50E Total Hrs. 0.43 0.20 0.18 3.60 0.29 0.07 0.13 0.12 1.73 1.44 4.00 3.00 1.25 0.50 18.95 2525 WALN.IT t"I..L LANE '100, DAU.AS, TX 75229, T 214-357-5897, F 214-357-579", TEO. #17904 · PROPOSED CHANGE ORDER Summary (Cont'd) General Materials Material Total JOURNEYMAN FOREMAN @ 25% PROJECT MANAGER@ 12.5% SAFETY CLEANUP MATERIAL HANDLING Labor Burden Subtotal Overhead Markup Subtotal Final Amount CLIENT ACCEPTANCE CCN#~ 2 Final Amount$5,415.52 Name: Date: Signature: Change Order#: Client Address: Archer Western Contractors 4500 Wilma Lane Arlington, TX 76012 (16.95 Hrs@ $52.00) (4 .24 Hi's @ $55.00) (1 .00 Hrs @$55.00) (0.25 Hrs @ $52.00) (0.25 Hrs @ $52.00) (0.50 Hrs @ $52.00) (@42.000 %) (@10.000%) (@ 5.000 o/o) ORIGINAL CCN# Date: Project Name: Project Number: Page Number: 2 3111/2011 .... ... •-.,,.., .,.~ .. Village Creek WWT 30J1913 2 2,954.09 2,954.09 881.40 233.20 55.00 13.00 13.00 26.00 513.07 4,688.76 468.88 257.88 5 ,415.52 $5,415.52