HomeMy WebLinkAboutContract 41592-CO4DISTRIB UTION:
WHITE-FILE
CANARY -CONSTRUCTION FIL E
P~N K -PROJECT MANAGER
GOLDENR~D-CONTRACTOR
CITY OF FORT WORTH
CHANGE ORDER RE QUEST =~:w lJl fq Z,-[o;/
CHANG E ORDER NO. DATE D.O.e. ~10. PROJ ECT NO. City Project 00186
4 April 16 , 2013 P275-701300018683
PROJECT DESC RLPTIO N: Village Creek WRF Modifications to Bar Screen Bldg. 3 and C ITY SECRETARY CONTRACT NO .
Junction Box Rehabilitation 41592
ORIGINAL CONTRACT AMOUNT .......................................... $ ___ 7~.3~7~9=3~45~.0~0
EXTRAS TO DATE ............................................... $ ___ 1=7~0~1=.5~51=.5~1
CREDITS TO DATE .............................................. $ ___ ~<~18=,~73~0~.7=2)
CONTRACT COST TO DATE ............................................................................................................................................................... $ __ ~9=0~6=2=1=65~. 7~9
AMOUNT OF PROPOSED CHA GE ORDER .................................................................................................................................... $ ___ ~13~6~7~9~.0~1
REVISED CONTRACT AMOUNT ............................................................................. ·o .......................... $ __ ~9=0~7~5=8~44=.8~0
ORIGINAL FUNDS AV Al LAB LE FOR C HANG E ORDERS ....................................... Ct · .. ' ... .. ......................... $ ___ ~2=2~1=0=00=.o~o
ADDITIONAL FUNDING (IF NECESSARY) ............................................................ , .... .f ............................ $ _____ ~0~.0=0
REMAINING FUNDS AV Al LAB LE FOR CHANGE ORDER ................................... t;..;:;;:;.;:;;~~~~~'.".".".".'~ 165965.18
IN ACCORDANCE WITH THIS CHANGE ORD ER, THE CON TRACTOR SHALL: modify/ch ange the contract as shown below to provide a complete,
functional , and operational plant. These changes are as li sted below. Further descriptions and Cost Breakdowns are attac hed.
CMR-009 REPLACE EXSITlNG 24-INCH ODOR CONTROL DAMPER--------------------------------------------------------------------$ 3,431.03
The Contractor shall replace the existing 24-inch odor control damper at Bar Screen Building No. 3. The contract documents specified reusing
this device if feasib le ; however, the condition of the damper is poor and merits replacement. The Contractor provided a cost of$ 3,431.03 for
this work and requested no additional calendar days .
PCM-009 ADDITIONAL JIB CRANE BASE PLATE ----------------------------------------------------------------------------------------------$ 867 .00
The Contractor shall provide one additional jib crane base plate at Junction Box 48. The contract documents specified one base plate . Due to
the distance between the openings one central base plate stresses the load limits of the jib crane and makes operation more difficu lt. The
addition of a second base plate and centering both plates to each of the two openings for access to the 72-inch and 96 -inch influent pipelines
will result in a more functional and reliable system. The Contractor provided a cost of$ 867 .00 for this work and requested no additional
ca lendar days .
::-,>'->~'"'"'"""-."'-i-.t .
PCM -010 LIGHTING MO D IF! CATIONS AT JUNCTION BOX 4 B -----------------------------------------------.!;,~t_f 1)/f >-~--$ 9 ,381.01
The Contractor shall modify th e lighting at Junction Box 48 . The contract documents specified one pole l~~~~~{-!t was
determined that this would not provide adequate lighting. The one pole mounted fixture will be replaced~~ are i hts a lkway
and two wall mounted lights on the south wall of the operating deck . The Contractor provi d a cost of · af· · ~quested
30 additional calendar days. Att.ested 1,y: i 8~
1 0 8 Q !)
TOTAL COST FOR C HANG E ORDER NO. 3 ---------------------------------------- -- - -----~---------ooOq~.Q' 13 ,679 .04
1.A~~. J Ka '"AS .,,...t;.r.t::i The Revised Final Completion date for this contract is December 2:!~~1. • ll.'tl~'t\~~.....,..
It is understood and agreed that the acceptance of this C h ange Orde r by the contra ctor con sti t utes an accord and satisfaction and represents payment in full (both in time and money) for all
costs ari s ing out of, or in ci d en tal to, the C h ange O rder.
ORIGINAL CONTRACT TIME
360 Calendar Days
C ITY ~
Feman ~-Cf..i
ADDITIONAL APPROVED TIME TO DAT E
222 Calendar Days
DAT~ I
T-/7-/
RECEIVED MAY -1
APPROVED CONTRACT TIME TO DATE
582 Calendar Days
FIELD ENG INEER
COUNCIL ACTION (IF REQU IRED):
0 APPROVED O DISAPPROVED
ADDIT IONAL TIME FO R THIS CHANGE ORDER
30 Calendar Days.
DATE
4 {Ip 13
DATE
DATE
DATE
MEMORANDUM
DATE: AP RIL 15, 20 13
To: AMY ROBI NSON . P.E .. CAMP DR ESSE R & McKEE , INC.
FROM: MADELENE RAFALKO. P .E., FORT WORTH WATER D EPARTME T
SUBJECT: MODIFICATIONS TO BAR SCREEN BUIL DI NG 3 Al D J UNCT ION Box REHAB ILIT AT ION
AT VILLAGE CREEK WRF
CITY PROJ ECT No . 00186 AN DO 1130
CMR-009: 24 -I NCH ODOR CONTROL DAM PER
This office has reviewed yo ur correspondence dated January l 0, 2013 regarding the proposed
contract modification (CM R-009 ) to replace one existing 24-inch odor control damper. The
t!xisting damper was listed in the contract documents to be reused if feasible, however, it was
deemed in poor condition and merits replacement.
The Water Department agrees with your recommendation that the contractor's cost of $3,431.03
should be accepted , as the cost is fair and reasonable. The Contractor has not requested
ad ditional time to complete this work. 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.
Madelene Rafalko , P.E.
Fort Worth Water Department
CC: David Townsend
Files
W:\Groups \Engineerin g\mrafalk o\A A_Madelene \Bar Screen Building 3\Constru cti on\ch an ges \CMR 00 9 .doc
CDMth sm1
100 Throckmorton St ree t . Su i te 600
Fort Wort h, Texas 76 10 2
te l : 8 17 33 2-8 727
fax: 8 17 82 0 -0450
January 10, 2013
Ms. Madelene Rafalko
Fort Worth Water Department
1000 Throckmorton Street
Fo rt Worth, Texas 76102
Subject: City Secretary Contract 41721
Co nstruction Management Services Contract
Village Creek WRF
Modifications to Bar Screen Building 3 and Junction Box Rehabilitation
Co ntractor's Modification Request No . 9
Dear Madelene:
Transmitted herewith please find a copy o f ARK 's contractor's modification request (CMR) 009
fo r replacing the 24-inch damper on the BS 3 odot control ductwork. The damper was in poor
condition and not reusable . No change to Contract Time has been requested.
COM has reviewed this price proposal and is of the opinion that it is a fair and equitable price.
COM recommends the City accept this cost and issue a Change Order in the amount of
S3,431.03 . Please advise if the Water Department desires this CMR be incorporated in a Change
Order.
Ve ry truly yours,
~~o~~
Amy Robinson , PE
Se nior Project Manager
COM Smith Inc.
cc: Kent Riker, COM
PW File 0515-83443-05 .06.40 .CMR-0 09
WATER + ENVIRON M ENT + TRANSPORTAT ION + ENERGY+ FACILIT IES
CONTRACTOR'S MOD/FICA TION
REQUEST
PROJECT: VCWNTP PART I -MODIFICATIONS TO BAR SCREEN BUILDING 3 AND
PART II -JUNCTION BOX REHABILITATION PROJECT
PROJECT NUMBER: P275-701300018683
OWNER: CITYO FORT WORTH. TEXAS
CONTRACTOR: ARK CONTRACTING SERVICES
ENGINEER: COM Smith
MALCOLM PIRNIE
DESCRIPTION: Damper 24" No. CMR-009
NOTIFICATION BY CONTRACTOR
The Contractor proposes to make the additions, modifications, or deletions to the Work
described in the Contract Documents, as shown in Attachment "A" and requests that you
take the following action:
IJ Notify us that you concur that this change does not require a change in Contract time
or amount and issue a Field Order.
X Issue a Change Order for performing the described change. Change in Contract
amount is indicated in the attached detailed cost breakdown of labor, materials,
equipment and all other costs associated with this change. Impacts on Contract
Time are shown in the attached revised schedule.
o Authorize the Contractor to proceed with the described change. Payment will be
requested at the unit price bid .
o Authorize the Contractor to proceed with the change under the time and materials
provisions of the Contract.
By: Todd R. Smith Date: 7/6/12
CONSTRUCTION MANAGER'S RESPONSE
We respond to your request as follows:
o We concur that this is a no cost or time change. See attached Field Order No.
I comments.
ZI Your proposal is recommended to the Owner. See forthcoming proposed
Change Order.
D Proceed with the change at the unit price bid.
D Proceed with the change under the time and materials provisions of the Contract.
o Additional information is required to evaluate this request. Provide information as
described in the attached comments and resubmit.
D Contractor's Modification Request is not accepted.
By: Arny Robinson Date: 1 /10/13
7/6/2012
~,RK
lC o n t r -~ c t i n g · 1\.. ,S e r v I ces ..
RE: Purchase of New 24" Belco Damper & Resin Kit
On sheet H-2 , Note I of the Plans it states that the contractor is to inspect the existing 24"
Damper and replace as necessary. Upon inspection, Ark Contracting has determined that the
damper was beyond repair; the flapper was completely corroded and therefor destroyed. All
mechanisms inside were inoperable ; this includes the bearings, bushing, shaft, and the butterfly
damper. With a new damper being installed we will also need a Resin Kit in order to prevent UV
damage to the FRP. If yo u refer back to Submittal 49, material transfer list dated August 5 ,201 I ,
there was a Resin Kit , see note on page 4 , but it was so old you couldn't use it; which is why at
the time we put probably no good.
DAMPER:
24 " Diam -203 Damper w/ 3/4" thick duct flanges
Gaskets
3/8" 316 SS Bolts
Sh i pping
RESIN KIT:
Base Wh ite Ge l Coat (5 Gallon Bucket)
Methyl Ethyl Ketone Perox ide
Ash Fvhetron 922 -L-25
Disposable Trowels Needed to Apply Resin
Plast ic Rollers to Remove Bubbles Out of Fabric
ARK
C tntr~ct i ng
:,erv1ces
CMR 009
UOM Qty
EA 1 $
EA 2 $
EA so $
LS 1 $
LS 1 $
LS 1 $
LS 1 $
EA 6 $
EA 6 $
* Lead time is at a minimum of 7 working days after purchase
Unit Price
1,424.00 $
75.00 $
1.00 $
732.72 $
194.35 $
124.06 $
181.35 $
12 .00 $
9 .17 $
Sub -Total $
Markup $
Total $
Total
1,424.00
150.00
50.00
732.72
194.35
124.06
181.35
72 .00
55.02
2,983 .50
447 .53
3,431 .03
Tiffany Rawls
From:
Sent:
To:
Cc:
Subject
Tiffany,
Ashley Burnley <aburnley@belco-mfg.com>
Monday, July 09, 2012 12 :03 PM
'Tiffany Rawls '
Zendi Carmona
RE: ARK BP# 120781
The damper remains $1424.00 for 1-24" diam. 203 damper with W' thick duct flanges. Benjamin stated that he would
l ike 2 gaskets and that he does not need the bolts. We also do not sell the resin to coat the FRP sorry. Thank You and
Have A Great Day!
24" 203 Damper-$1424.00
Gaskets-2 @ $75 .00 ea.-$150.00
Shipping -$732.72
Total-$2306.72
Ashley Burnley
Belco Manufacturing
254-933-9000 ext. 106
aburnley@belco-mfg.com
Confidentiality: This material contains information that is confidential and proprietary to Belco Manufacturing Company ("Belco"). Each recipient must maintain
the confidentiality of the material and not disclose the material to others without the written consent of Belco. This material may not be copied nor reproduced and
must be returned to Belco upon request.
The information contained in this communication and its attachment(s) is intended only for the use of the individual to whom it is addressed and may contain
information that is privileged , confidential , and/or exempt from disclosure. If the reader of this message is not the intended recipient, you are hereby notified that
any dissemination , distribution , or copying of this communication is strictly prohibited . If you have received this communication in error, please notify
belco@wm .com and delete the communication without
From: Tiffany Rawls [mailto:trawls@arkcontractingservices.com]
Sent: Friday, July 06, 2012 3:28 PM
To: aburnley@belco-mfg.com
Subject: ARK
Ashley,
I am trying to put together the change order for this and I need an exact price. Can you get me the price for the below
m ent ioned damper as well as the shipping. Also, do you sell resin to coat FRP. If so can you add in that price as well.
Thanks,
TIFFANY RAWLS
Project Eng in eer
1
' '
Quote 79592
Bill To Customer: 1695500 Requested Date: 07 /10/12
Requested By: Amara Rus sell
Status: Requested
Sales Rep: Trey Adams
A rk Contrac t ing Service s LLC
4 20 s Dick Pri ce Rd
Ke nneda le , TX 76 060
T e lephone: 817-478-7400
Fa x : 817-478-7438
CSR : Lucille We llborn
Printed by: Am ara Ru ssell
Projec t ed Ship To: *All L ocat ions
Ln
l
-· -.
2
J
--
4
Our Item#
370 98
'
..
3 01244
Thes e i tem s a re no w availa ble f o r orderin_q a twww .b2bcompo sites.com.
Than k yo u for the opportunity t o earn your business .
Description Quoted Price in US$
CCP FV 944-W-0 05 BASE WHITE
I SO GEL COAT..-~:,,
3 .887/LB
Projected Usage
1 /li: T o Be D etermined ,' !C/~l.35
-··-
SRG 4X8# NOROX MEKP 925 CLEAR 3. 877 /LB J CT To Be Determined
_______ M_E _TH_Y_L_E_T_H_Y_L_KE.::_·_To_N_E_P_E_R_o_x_I_o_E ________ ·l?~(c~~ 04?
5 012 3
-··----
ESM S,12AO S0 -6 00 1/2 X ' 6 PLAST 9.167/EA 1 EA T o Be !Jete_Emined .
____ o_EL_u_x_E_Ro_L_L_E_R _w_f_P_LA_s_T_r _c _HAN __ o _LE ___ v=.i')--"(;L'-"'-'--f-_&__F ; Sfpc_t__4>_<iJ__]_ ~
38 319 -MS ASH FV HE T RON 922-L-25 RES:m 4 .030/LB 1 P I To Be Determi ned
---------
f /~/ 3 S-----------~~-------.1-r;~ ~ r& , ~ ,_ ;;;z9:9 E~. 1 x-. r:,, f>~----------
1
0 1 f . D !I ~ ·--... o I 7 i .· hi'.· . -t y 6 /o c...: l ca s .c... F--.o J[e F-/ ' ,.; ,,,,, -
( ----------,.,.-
-~/
\
;1), c.ho /, · .
d /
~~ft,,-:<. y
B olt_5
I
'5/ff /ofca/ +4 ·R~/1D I N '1. f5,
~ 1tJ 0:-t ;v· -
~/ <57 ~ /J /J lr) 7 S
/? '-
r
·---
___ ./.· ---
' I
I
--··-......... __ -..
COMPOSITES ONE DISCLAI MS All WARRANTIES EITHER EX PRESS OR IMPt.lED. INCLUDING sur rv or LIM/TEO TO ANY IMPL IED WARRANTY OF MERCHANTA BILITY OR FI TNESS FOR A PAR TICULA R PURPOSE. ANY WARRANTY OF
NO N -IN FRINGEMENT. AND ANY WARRANTY REGARDING CONDI TION, COi.OR. us~ S HEIF J lff. OH HA.NDlJNG CHARACrl:'RIS11CS. COMPOSlrES ONE WILL rv or BEU/I BLE FO R A NY INDIRECT. SPECIAL. INCIDENTAL OR CONSEOIJENTIAl
DA MA GES (INCLUDING LO ST TIME, LOS T PROF/rs. DAMAGES FROM DELA YE D OR FAILED SHIPMENTS. OR TllfRD PARTY CLAIMS/. COMPOSI TES ONE "S !Of A L UAJJILITY (INCL UDING CONfHACT. FOR T, ,VfGI..IGENCE AND S TRICT
lM BILITYJ SHA U N OT EXC EED THE PRICE PAID FO R THE PRODUCTS.
[)
I,+-•'" .. ,U1',(),f1
Our currelll Standard Terms and Conditio ns of Sale app l y and are incorporated herein ¢y reference. In the event of an y difference be t ween the
c usromer's and Co mposi res One's terms and conditions, Composi t es One 's Standard Terms and Conditions o f Sale shall p re vail. Cop ie s of rhe
c urren t S ta ndard Term s and Conditions are available on o ur web site and on reques t . Prices are subjec t to change w ithout no tice.
CO MPO SITES ONE LLC • 3 000 We sle y Way* Ric hland H ills, TX 76 118 • 817-595-4991 • FAX 817-595-2739
MEMORANDUM
DATE: JANUARY 11, 2013
To : AMY ROBfNSON , P.E ., CAMP DRESSER & McKEE , INC.
FROM : MADELENE RAFA LKO , P.E., FORT WORTH WATER DEPARTMENT
SUBJECT: MODIFICATIONS TO BAR SCREEN BUILDfNG 3 AND JUN CTION Box REHABILITATION
AT VILLAGE CREEK WRF
CITY PROJECTNO. 00186AND01130
PCM-009: ADDITIONAL JlB CRANE BASEPLATE
This office has reviewed your correspondence dated January 10 , 2013 regarding the proposed
contract modification (PCM-009) to provide one additional jib crane base plate to Junction Box
4B.
The Water Department agrees with your recommendation that the contractor 's cost of $867.00
should be accepted , as the cost is fair and reasonable. The Contractor has not requested
additional time to complete this work. This office will recommend to the City Council (and/or
the City Manager's Office) the approval and acceptance of this cost in the form of a change
order.
Madelene Rafalko , P.E.
Fort Worth Water Department
CC: David Townsend
Files
W:\Gro ups\Enginceringlmrafalko\AA _ Madelene\Bar Screen Building 3\Constructionlchanges\PCMR009. doc
----~--
.'i;'lfflth
100 Throckmorton Street, Su ite 600
Fort Worth, Texas 76102
tel: 817 332-872 7
fax : 817 820-0450
January 10 , 2013
Ms . Madelene Rafalko
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, Texas 76102
Subject : City Secretary Contract 41721
Construction Management Services Contract
Village Creek WRF
Modifications to Bar Screen Building 3 and Junction Box Rehabilitation
Proposed Contract Modification No . 9
Dear Madelene :
Transmitted herewith please find a copy of ARK 's proposed contract modification (PCM) 009 to
add one additional jib crane base plate to JB 48 to allow flexibility in accessing the 72-inch stop
logs. No additional time has been requested.
CDM Smith and has reviewed this price proposal and is of the opinion that it is a fair and
equitable price . CDM Smith recommends the City accept this PCM and issue a Change Order
in the amount of $867 .00 . Please advise if the Water Department desires this PCM be
incorporated in a Change Order.
Very truly yours ,
~~o~~
Arny Robinson, PE
Sen ior Project Manager
CDM Smith Inc .
cc : Kent Riker , CDM Smith
PW File 0515-83443 -05 .06.30.PCM-009
.o
WATER+ ENVIRONMENT + TRANSPORTATION + ENERGY+ FACIUTIES .. I
... RICA me@
Tiffany Rawls
ARK Contracting Services
420 S . Dick Price Rd .
Kennedale , TX 76060
August 27 , 2012
Reference: Stainless Steel Pedestal Base for davit crane
Quote Number: 34-082712-DY-02
Dear Tiffany:
Following is the parts pricing you requested . If you need anything further, please let us know.
PARTS QUOTATION
QTY. PARTS NUMBER DESCRIPTION UNIT PRICE ITEM TOTAL DELIVERY
1 524SS SS Pedestal base $867 .00 $867 .00 in stock
Please note that pricing does not include freight and tax, if applicable .
Pricing and delivery are valid for thirty (30) days from the date of the quotation based on
manufacturer's pricing and delivery to Crane America Services.
QUOTE
AMOUNT:
$867 .00
BUYER ACKNOWLEDGES THAT BUYER RECEIVED , HAS HAD THE OPPROTUNITY TO
REVIEW, AND AGREES TO THE CONDITIONS SET FORTH ABOVE, AS WELL AS THOSE
TERMS AND CONDITIONS OF SALE ATTACHED .
We sincerely hope that this proposal will meet with your complete satisfaction and that we will
be favored with your valued order. Should you , however, have any questions please do not
hesitate to contact us.
Best regards ,
Donny Young
214-769-5149
A wholly o wned subsidiary of Demag Cran es ond Components
. RICA me@
TERMS AND CONDITIONS
New Equipment and Crane Systems
• In addition to the following terms , all services performed and all orders and sales of
goods supplied by CRANE AMERICA SERVICES sha ll be subject to our standard
TERMS AND CONDITION OF SALE attached or available on our webs ite at
www.craneamer ica .com .
• Unless otherwise noted in the proposal scope , customer will be responsible f or any
permits requ ired for the above quoted work. Certified and stamped engineering , if
required for permits may result in additional charges.
• Unless otherwise noted in the proposal scope , all work is quoted based upon "free and
clear access" to the works ite and equipment. Work shall be performed during regular
"straight-time " hours of 7am to 5pm , Monday through Friday and will be scheduled
based upon the mutual convenience of CRANE AMER ICA SERVICES and the
CUSTOMER.
• Significant delays on the worksite , caused by customer or other contractors will result in
"stand-by" and/or mobilization-demobilization charges. These situations will be
immed iately brought to the attention of the customer for resolution and agreement.
• Unless otherwise noted in the proposal scope , customer shall be responsible to supply
suitable structures or foundations to support load ings of equ ipment supplied .
• Customer shall be responsible to furnish and install a suitable power supply with
required disconnects and junction boxes to the connection point of our equipment prior
to agreed installation date.
• Unless otherwise noted , prices quoted do not include applicable taxes and inbound /
outbound fre ight charges . These will be charged in addition to the quoted amounts
• Materials are quoted FOB shipping point.
• Quote valid for 30 days.
A wholly o wned subsidiary of Oemog Cranes and Components
MEMORANDUM
DATE: JAN UARY 11, 2013
To: AMY ROBINSON , P .E., CAMP DRESSER & McKEE. INC.
FROM: MADELENE RAFALKO , P .E., FORT WORTH WATER DEPARTMENT
SUBJECT: MODIFICATIONS TO BAR SCREEN BUILDING 3 AND JU NCTIO~ Box REHABILITATION
AT VILLAGE CREEK WRF
CITY PROJECTN0.00186AND01130
PCM-010: LIGHTING MODIFICATION AT JUNCTION Box4B
This office has reviewed your correspondence dated January l 0, 2013 regarding the proposed
contract modification (PCM-010) to modify the lighting at Junction Box 4B.
The Water Department agrees with your recommendation that the contractor 's cost of $9.381.01
should be accepted , as the cost is fair and reasonable . The Contractor requested 30 additional
days to complete this work. This onice will recommend to the City Council (and/or the City
Manager 's Oflice) the approval and acceptance of this cost in the form of a change order.
/
I
alko , P.E.
Fort Worth Water Department
CC: David Townsend
Files
W:1Gro up s\Eng mccrin glmr:tfalk o1AA _ Madelene l.Bar Sc r.:en Buildin g J \Co nstnJCt ionlchan gcs\l'CMR O IO.doc
--1
CDMth Sm1
100 Throckmorton Street, Su,te 600
Fort Worth, Texas 76102
tel : 817 332-8727
lax: 817 820-0450
January 10, 2013
Ms . Madelene Rafalko
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, Texas 76102
Subject: City Secretary Contract 41721
Construction Management Services Contract
Village Creek WRF
Modifications to Bar Screen Building 3 and Juncti o n Box Rehabilitation
Proposed Contract Modification No . 10
Dear Madelene:
Transmitted herewith please find a copy ofARK's proposed contract modification (PCM) 010 to
modify the lighting at Junction Box 48. 30 additional calendar days have been requested .
COM Smith and has reviewed this price proposal and is of the opinion that it is a fair and
equitable price . COM Smith recommends the City accept this PCM and issue a Change Order
in the amount of S9,381.01 and 30 additional calendar days to the contract time . Please advise if
the Water Department desires this PCM be incorporated in a Change Order.
Very truly yours ,
~~o~~
Amy Robinson , PE
Senior Project Manager
COM Smith Inc.
cc : Kent Riker, COM Smith
PW File 0515-83443-05.06.30.PCM-010
..
·U
WATER+ ENVIRONMENT+ TRANSPORTATION+ ENERGY+ FACILITIES .. -,
PROPOSED CONTRACT NJOOIFJC.C\ T!Oi'l {PCiW
OWNER: CITY QF EQBI WQBitf, TEXA~ PROJECT NO .
PROJECT:VQWWTP PART I -MODIFICAT IONS TO BAR OWNER: P275-7013000186~3
SCREEN BUILDING 3 AND PART II -JUNCTION BOX
REHABILITATION PROJECT
CONTRACTOR : ARK CONTRACTING SERVICES CONTRACTOR : 10-124
ENGINEER:CDM ENGINEER :
MALCOLM PIRNIE
ENGINEER'S CONT ACT AMY ROBINSON PCM NO . 010
NOTIFICATION TO CONTRACTOR :
WE ARE CONSIDERING MAKING THE CHANGE TO THE CONTRACT DESCRIBED IN THE ATTACHED
MATERIALS AND REQUEST THAT YOU TAKE THE FOLLOWING ACTION:
0 NOTIFY US THAT YOU CONCUR THAT THIS CHANGE DOES NOT REQUIRE A CHANGE IN CONTRACT
TIME OR AMOUNT . A FIELD ORDER WILL BE ISSUED.
l8l SUBMIT A PRICE PROPOSAL WITH DETAILED COST BREAKDOWN AND REVISED SCHEDULE FOR
PERFORMING THE DESCRIBED CHANGE .
0 A CHANGE ORDER WILL BE ISSUED FOR PAYMENT AT THE UNIT PRICE BID
0 PROCEED WITH THE CHANGE UNDER THE TIME ANO MATERIALS PROVISIONS OF THE CONTRACT.
BY: Amy Robinson DATE : 09/19/12
DESCRIPTION OF PROPOSED CHANGE: t'1sl DESCRIBED HEREIN !BJ SEE ATTACHED
The original design called for a single pole mounted light fixture on the east side of Junction
Box 48 . Owner indicated that a single light in this location would not sufficiently illuminate the
wal:<way and Junction Box 48. In lieu of a single pole mounted fixture, two pole mounted
fixtures and brackets will be attached to the east side of the access bridge to illuminate the
wall<way and the north side of the junction box. In addition, two wall pad<s will be attached to
the inside of the south parapet wall to illuminate the south end of the box.
CONTRACTOR'S RESPONSE :
WE RESPOND TO YOUR REQUEST AS FOLLOWS:
0 WE CONCUR THAT THIS IS A NO COST OR TIME CHANGE , ISSUE F IELD ORDER.
v':),E SUBMIT THE AITACHED PRICE PROPOSAL WITH DETAILED COST BREAKDOWN ANO REVISED
~~HEDULE FOR PERFORMING THE DESCRIBED CHANGE .
0 WE ARE PROCEEDING WITH THE CHANGE AT THE UNIT PRICE BIO
D HANGE UNDER THE TIME AND MATERIALS PROVJSIONS OF THE
DATE : /!} :;'//z_...
ACTIONT
0 PROPO CONTRACT MODIFICATION REJECTED. CONTRACTOR NOTIFIED NOT TO PROCEED .
BY: DATE :------
0 FIELD ORDER ISSUED: NO. DATE: BY : ------1'T-r-=---
CHANGE ORDER ISSUED: NO . 2 DA"f~:_..,,..i,fc/~;;(t,,,.._*J~(Q,,!-,,-====BY.:..:..:_~!b!,::11~,ww:::=---~__J
PCM 010-Light ing
-\RK
Contra.cling ·
. ,Ser v Ice s
Re : Village Creek Junct ion Box 48 and Bar Screen 3
WHF Cost: $8 ,157 .40
ARK Cost : $1,223 .61
Total Cost of Change : $9,381 .01
An additional 30 calendar days will need to be added to the contract in order to perform this change
WHF ELECTRICAL CONTRACTOR~1JUPITER RD . STE. HM, PlANO,TX.75074
ADJUSTMENT FOR CHANGES IN WORK
PROJECT NO. 255 REVISION NO. 2
PROJECT NAME: Village Creek WWTP DATE: 10/1/2012
DESC. OF CHANGES J-Box Lifghtlng
QNT'Y u\BOR We M,'E
DESCRIPTION REQ'D UNIT UNIT LABOR UNIT TOTAL SUBCONTRACT
Lights 1 la $420.00 $420.00 $2,"""7 .38 $2,"""7 .38
Light Supports 2 ea $180.00 $360.00 $970.00 $1 ,9'40 .00
31,4• Alum Conduit ill If $2 .10 $231 .00 $1.62 $178.20
314• Hubs ~ EA $10 .50 $21.00 $7.50 $15.00
314• Condulet ~ EA $10.50 $52.50 $18.00 $90 .00
Anchors 22 EA $3 .00 $68.00 $3.50 $n.oo
314" Conduit Straps ~ EA $0.00 $0 .00 $1.25 $27 .50
Uniatrut .11 If $2 .10 $23.10 $15.00 $185.00
#12 Wire 720 If $0.08 $43.20 $0.25 $180 .00
WIP Switch Cov• 1 EA $3.00 $3.00 $15.00 $15.00
20 amp Switch 1 EA $7 .50 $7.50 $18.00 $18.00
FD Box EA $10.50 $10.50 $22 .00 $22.00
$0 .00 $0.00
s1.231 .so i $5,175.08 i $0.00
SUBTOTAL (LABOR, MAT., EQUIP ., SUB .) $8,412.88
LABOR BURDEN 36% OF LABOR $445.81
FRINGE BENIFITS 5% OF LABOR $81.89
PLUS OH&P 15% OF LINE A,B,C s1.038.oe
SALES TAX $0.00
BONO ADDER $198.98
TOTAL (A+B+C+O+E+F) $8,157.40
Gl:NEMAl NOTH.
1 . CO NN [O 4 f1IITVHf.S, WP !>N,U" ~·..-.1f (H A1'60 IJOV PO'.-Wl R sou-..c t TOG(llU~ 'N/ 2H 2. 1 12G. 3/•·c
.:.£Y(O ~HS. 0 TYH -r ;:.,.-,rvttE. PH OVIOi. PCJ4 OHAHSOU S«.·(1
& fVP£ ·~-,1.-IUflf.. MOVNr h lGH M i'0)~18lE lO P.:.lo(~tf WAH .
®""' l\}>Jl P Y..AP w.mct1 MOUN l ro J/4'" All..MLNl.,M Pl.i\1£ JASIE f'll (D 10 .~ ....... ORA ll w; 1 1, !,IAINLf.SS Slf.Cl U·
il Ol fS , W/uHU.5, .U40 P"i(ANlHS .
"<r-Z-0
r•xr T'f!'C \'Q.TAQ; Mfll/M00£L •
s 120 RAIi UGHTlHC
l'tl".Z)l15ol'l
~-
"'" r 120 A/10i£TIPE
• OR APl'tlO'<CD (WAL
.Jl.)tJCfJOi-J eox 4rs
0.-IZO't POWER SOvR<.£
J\JN(Tl()N gox PLAN
LIGHTING fl)(l\JRf S01EDUl£
OESCJIIPTION l-"'l'S
~~ ME TAL HAUOC WALlPAC•. P~OVIO[ ~ON CUTt)ff
~5TRt8VllON t 11 I !Isl 11 .·~·~:o-~~~-ANO UL
100" lolETAL HAUc;{
USTED fOII WET LCX:AllONS. DAltll INICNZL G.L.-\:,5' !..CNS.
S>iOEBOX POLE WOIJNTEO nxtvRC wm, T"l'I'[ • 1[5
C,Sl1t8Jl10N. Pal£ SHALL BE 10 rT STRN<iHT SOJARC sn:n
POU. PROW>[ c.llOUNO LUGS ACC£SSl8l.C 1110M HANOHCU
I"><,# ~Oft EQUIPMENT QIOVNCINC CCNOUCTOllS . PCl.£/llXTIJRE Mt 'l'Al NAL:Cf 068HAl10N SHALL BE RATED fOR IIO llllLS POI HOVII (MPH )
~/A 1.J GUST fAC1011 . AXT AHO POU SHALL ~';;, D'fX
~Z£ PO.OCR COAl\NC. liliUilllllli II• I UI ill &Iii
S l<-E 1
HANDRAIL
,, .
;----TYPE T FIX T
I I SUPFITlER
I; ~,
I
I
bl ~I
G) POLE PER FI X 1 SCHlDu Li..
@ l"fl..0\} t l>f; BRAC~E T 5 HO\l')f'-l O>.J
.ATTACl-iEO LIG-H°f S•.>Pfofl.T
PETAi L. ~'T RUCTV~.AL !>£T-4.'Lj
tN Llf.t.J Of= BMCj:'.:ET SHOWN,
r-POLE !AFR PH0 '111D£D SOL T.
/ NUT ANO WAS HER (TYP Of 4)
I I @BEN T S TEEL PLAT E BRAC,<£ T --,
PER STRUCTURAL DET AILL ""\
i:=$~~=i
BEN T STEEL PL ATE BRACKET~
PER STR:JCTURAL DETAI L
+
I-
-·-----C8N0 v l1 Nt.:B
'-----CO~:JU IT
+-
-EX IST CONDUI rs P ASS
THROUGH THIS ARE AL
· · AN CHOR BOLT 6)
c=:f(-_ _i =:Jl==]
~r CON CH.J I[ an ,v
FRONT
WALKWAY MOUNTING OF TYPE "T" FIXT
NTS
I II
7 -!)
f Li 6H T Poff:
i ·-+--------,-j
~l qi-li poLE
SASt R 15U:· l Lu .. .)
60LT (12 E '&-
SpACINq TO
IAA1C~ LltrflT
r~tf IS"Ec-
lLU .. Plv4 )
yf "f r!1 L11 ADl-icSIVf A,'-i l ru,R 8t>L..1.
::.~3ibYiATcl?I A L 3\111\J Olf1i-i f J.,18W .
I . ,,
Bol..'f Ho~1z . Sf/Jl 1Nq = ll . l '/F 4 JoL? S
fAtri VH'1. ~ fi oP.i7. 5tJff'PR'T ft
11 l ;1 r 34 1 ~1 t r x j -c, >< 1
1
-3 5S 3/b S'T L.. ft:
v,J/ 4 A'IOWR BoL7 S
Y<-WWTf J 64B
L/~111 poL f surPvf?T Dl TA.!L
Sc q.\e /11
" 4 •