Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41904-CO1
DISTRIBUTION: WHITE -FILE CANARY -CONSTRUCTION FILE PINK ;,.PROJECT MANAG ER GoLdl,.'N ROD-CONTRACTOR CITY OF FORT WORTH CHANGE ORDER REQUEST _, CHANGEORDERNO. ONE DATE: July 26 , 2012 D.O .E . NO . (NIA) PROJECT NO. 01622 PROJECT DESCRJPTION : EAGL E MOUNTAIN WATER TREATMENT PLANT C LEAR WELL #3 ORIGINAL CONTRACT AMOUNT... .................................................. $ 2 965 250.00 EXTRAS TO DATE ........................................................ $ =0 .=00,,_ _____ _ CREDITS TO DATE ....................................................... $ =0.~00~------ CONTRACT COST TO DATE ..................................................................................................... . AMOUNT OF PROPOSED CHANG E ORDER ............................................................. .-.-... -... -.. -... -.. -.. -... -... -... -.. -... -... -.. -... -... -... -.. -... ,. .. .................................... $ 3 394 .00 REVIS ED CONTRACT AMOUNT.. ....................................................................... OFF.IC.I.A~ RJ:.-:.9.RP. ...................... .. ...... $ 2 968 644 .00 CITY SECRETARY ORIGINAL FUNDS AV AJLABLE FOR CHANGE ORDERS ................................................................................................................................ $ =0.~00~--- fT, WORTH, TX ADDITIONAL FUNDING (IF NECESSARY) .................................................................................................................... .. . . ............................ ...... $ 3 394 .00 REMAJNING FUNDS AV Al LAB LE FOR CHANGE ORDER ................................................................................................................................. $ QJill__ IN ACCORDANCE WITH THIS CHANG E ORDER, THE CONTRACTOR SHALL : modify/change the contract as shown below to provide a complete, functional , and operational inlet/outlet piping and 3 .5 million gallon clearwell reservoir at the Eagle Mountain Water Treatment Plant. These changes are as listed below . Further de scriptions and cost breakdown s are attached . Change Order No. I to the Eag le Mountain Water Treatment Plant Clearwell #3 Project consists of miscellaneous items identified during the course of construction by the Engineer, Inspector, and Contractor requiring modification. Proposed changes include both deletions and additions to the scope of work . I. CPR-0 I , Manhole Material Substitution -modify the precast concrete manhole se ctions design (CREDIT) ............................................................ $836.00 2 . CPR-02 , Wetwell Float Switch Deletion -delete two flo at switches from the clearwell drain box wetwell (CREDIT) .............................................. $1 ,085 .00 3. CPR-03 , Piping Modifications -Remove dish head plug and repair joints on existing piping (COST) ..................................................................... $5 , 134.00 4. CPR-04 , Fire Hydrant and Valve -Delete installation of a fire hydrant and isolation valve (CREDIT) ..................................................................... $2 ,002 .00 5 . CPR-OS , Install clearwell overflow wing wall , sidewalk, additional grading (COST) ................................................................................................. $5,183.00 6 . COMPENSATION FOR STAFF INSP ECTION TIME BEYOND CONTRACTUAL TIME PERIOD (CREDIT) .................................................... $3 ,000 .00 NET ITEMIZ ED CHANG E ORDER TOT AL ................................................................................................................................................................. $3 ,394 .00 In addition to the costs of this change order, during construction the Contractor has identified and requested a total of 3 7 rain days , as well as 7 calendar days for completion of the extra work id entified in CPR-03 . The additi onal 44 calendar days requested by the Contractor extends the substantial completion date from March 31 to May 14 , 2012 and the final completion date from May 30 to July 13 , 2012 . Substantial completion was achieved on June 27, 2012 , and final completion is pending receipt of fin al paperwork . As a means of compensating the City of Fort Worth for the additional time required for completion of the work, it is proposed that the Contractor credit the City through this change order for the city staff fie ld in spection time performed after the May 14th in lieu of the liquidated damages contained in the construction contract. It is estim ated that the city in spector spent 100 hours at the construction site from May 14th through the date of this change order . Assuming an estimated salary rate of$30 .00 per hour, the Contractor agrees to credit the City $3 ,000 as part of this change order for the additional inspection time required beyond the contractual substanti al comp letion date . Staff has reviewed this change order and is in agreement with the scope of wo rk , the costs associated with the work , and the modification of the contractual time . Documentation providing additional in formation for each itemized change is attached to and made part of this change order. It is understood and agreed that t he acceptan c e of this Change Order by the contractor constitutes an accord and satisfaction and repre sents payment in full (bo th in time and mo ne y) for all costs arising out of, or incidental to , the Change Order. ORIGINAL CONTRACT TIME ADDITIONAL APPROVED TIME TO DATE None CONTRACTOR DATE '7~Zl,·l1 MANAGER/CONST. SER. DATE DIRECTOR/CONTRACTING DEPT. DATE DATE B/s )z CITY MANAGER <:j=~C;__ APPROVED CONTRACT TIME TO DATE 330 Calendar Da s CITY A COUNCIL ACTION (IF REQUIRED): D APPROVED D DISAPPROV ED ADDITIONAL TIME FOR THIS CHANGE ORDER 44 Calendar Da s DATE tl .6 , /2- >J/P. DATE 0 OTHER 0°3 -')9 -1 2 Pl ~:03 I N DISTRIBUTION: WHITE,-FILE ex A=Y -co TR u cno N FILE PINK - P Ti'MANAGER ~ GOL:.; ROD -CONT&P.'CTOR CHANG 0 DER NO . ONE ! . DATE: July 26 , 2012 f CITY ~F FORT WORTH CHANGE ORDER REQUEST D.O.E . NO . (N I A) PROJECT NO. 01622 PROJECT DESCRIPTION: EAGLE MOUNTAIN WATER TREATMENT PLANT CLEAR WELL #3 ORIGINAL CONTRACT AMOUNT ...................................................... $ 2 965 250.00 I °S.r' ' CITY SECRETARY CONTRACT NO. -41904 lfi4 CONTRACT COST TO DATE .................................................... : ................................................................................................................. . EXTRAS TO DATE ...................................... r ······· ..... $ =0.""'00,._ ___ ~- CREDITS TO DATE ...................................................... $ =0.~00~------ ( i· AMOUNT OF PROPOSED CHANGE ORDER .......................................................................................................................................................... $ 3 394 .00 REVISED CONTRACT AMOUNT. .............................................................................................................................................................................. $ 2,968,644 .00 ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS .................................................................................................... , ................................. $ ~o.=o,,_o ___ _ ADDITIONAL FUNDING (IF NEC ESSARY) ...................................... , ......................................................................................................................... $ 3 394.00 REMAINING FUNDS AVAILABLE FOR CHANGE ORDER ...................................................................................................................................... $ !LQQ_ 1 I I ,_., IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: modify/change the contract as shown lbf lqw fo provide a bomplete, functional , and operational inlet/outlet piping and 3.5 million gallon clearwell reservoir at the Eagle Mountain Water Treatment Plant. These changes are as listed below. Further descriptions and cost breakdowns are attached. Change Order No . I to the Eagle Mountain Water Treatment Plant Clearwell #3 Project consists of miscellaneous items identified during the course of construction by the Engineer, Inspector, and Contractor requiring modification. Proposed changes include both deletions and additions to the scope of work . I. CPR -01, Manhole Material Substitution -modify the precast concrete manhole sections design (CREDIT) ............................................................ $836 .00 2 . CPR-02, Wetwell Float Switch De letion -delete two float switches from the clearwell drain box wetwe ll (CREDIT) .............................................. $1 ,085 .00 3 . CPR-03, Piping Modifications -Remove dish head plug and repair joints on existing piping (COST) ..................................................................... $5 ,134.00 4 . CPR-04, Fire Hydrant and Valve-Delete installation ofa fire hydrant and isolation valve (CREDIT) ..................................................................... $2 ,002.00 5 . CPR-OS , Install clearwell overflow wing wall , sidewalk, additional grading (COST) ................................................................................................. $5 ,183 .00 6. COMPENSATION FOR STAFF INSPECTION TIME BEYOND CONTRACTUAL TIME PERIOD (CREDIT) ........................ , ..................... $3 ,000.00 NET IT f MIZED CHANGE ORDER TOTAL ............................................................................................................................................................... $3 ,394.00 In addition to the costs of this change order, during construction the Contractor has 'identified and requested a total of 37 rain days, as well as 7 calendar days for completion of the extra work identified in CPR-03. The additional 44 calendar days requested by the Contractor extends the substantial completion date from March 31 to May 14, 2012 and the final completion date from May 30 to July 13 , 2012 . Substantial completion was achieved on June 27 , 20 12, and final completion is pending receipt of final paperwork. As a means of compensating the City of Fort Worth for the additional time required for completion of the work, it is proposed that the Contractor credit the City through this change order for the city staff field inspection time performed after the May 14t11 in lieu of the liquidated damages contained in the construction contract. It is estim ated that the city inspector spent 100 hours at the construction site from May 14t11 through the date of this change order. Assuming an estimated salary rate of$30.00 per hour, the Contractor agrees to credit the City $3 ,000 as part of this change order for the additional inspection time req uired beyond the contractual s ubstantial completion date . Staff has reviewed this change order and is in agreement with the scope of work, the costs associated with the work, and the modification of the contractual time . Documentation providing additional information for each itemized change is attached to and made pa-[[ 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 a rising out of, or incidental to, the Change Order. ORIGINAL CONTRACT TIME ADDITIONAL APPROVED TIME TO DATE None CONTRACTOR DA TE '7,. t '1--l 2. MANAGER/CONST. SER. DATE DIRECTOR/CONTRACTING DEPT. DATE CITY MANAGER DATE 5-~~J.---- APPROVED CONTRACT TIME TO DATE 330 Calendar Da s PROJECT MANAGER CITYA COUNCIL ACTION (IF REQUIRED): D APPROVED D DISAPPROVED ADDITIONAL TIME FOR THIS CHANGE ORDER 44 Calendar Da s:•' DATE DATE 'N/k DATE D OTHER .... DISTRIBUTION: , WHITE .-FILE , CAN.,AR 0 ~TRUCTION FILE PIN~~~ANAGER GO ROD • CONT&ll','€TOR CI'tY 9F FORT WORTH CHANGt ORDER REQUEST 11\ f I( t I (' ( I CHANG ORbER NO. ONE DATE: July 26 , 2012 D.O.E . NO. (NIA) PROJECT NO. 01622 PROJECT DESCRIPTION: EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL #3 CITY SECRETARY CONTRACT NO . 41904 ORIGINAL CONTRACT AMOUNT.. .................................................... $ 2 965 250.00 EXTRAS TO DATE ........................................................ $ =o.~oo ______ _ ,· CREDITS TO DATE ....................................................... $ =0.=00~------J )' "'J) CONTRACT COST TO DATE ....................................................................................................................................................................................... $ 2,965,250.00 AMOUNT OF PROPOSED CHANG E ORDER .............................................................................................................................................................. $ 3 394 .00 REVISED CONTRACT AMOUNT ................................................................................................................................................................................. $ 2,968,644 .00 ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ........................................................................................................................................ $ =o.=oo ___ _ ADDITIONAL FUNDING (IF NECESSARY) ................................................................................................................................................................ $ 3,394 .00 REMAINING FUNDS AVAILABLE FOR CHANGE ORDER ...................................................................................................................................... $ QJ).Q_ IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: modify/change the contract as shown below to provide a complete , functional, and operational inlet/outlet piping and 3.5 million gallon clearwell reservoir at the Eagle Mountain Water Treatment Plant. These changes are as listed below. Further descriptions and cost breakdowns are attached . Change Order No. I to the Eagle Mountain Water Treatment Plant Clearwell #3 Project consists of miscellaneous items identified during the course of construction by the Engineer, Inspector, and Contractor requiring modification . Proposed changes include both deletions and additions to the scope of work . I. CPR-01 , Manhole Material Substitution -modify the precast concrete manhole sections design (CREDIT) ............................................................ $836.00 2 . CPR-02, Wetwell Float Switch Deletion -delete two float switches from the clearwell drain box wetwell (CREDIT) .............................................. $1 ,085.00 3 . CPR-03 , Piping Modifications-Remove dish head plug and repair joints on existing piping (COST) ..................................................................... $5 ,134 .00 4 . CPR-04, Fire Hydrant and Valve-Delete installation ofa fire hydrant and isolation valve (CREDIT) ..................................................................... $2 ,002 .00 5. CPR-05 , Install clearwell overflow wing wall , sidewalk, additional grading (COST) ................................................................................................. $5 , 183 .00 6 . COMPENSATION FOR STAFF INSPECTION TIM E BEYOND CONTRACTUAL TIME PERIOD (CREDIT) .................................................... $3 ,000 .00 NET ITEMIZED CHANGE ORDER TOTAL ................................................................................................................................................................. $3 ,394.00 In addition to the costs of this change order, during construction the Contractor has identified and requested a total of 37 rain days , as well as 7 calendar days for completion of the extra work identified in CPR-03. The additional 44 calendar days requested by the Contractor extends the substantial completion date from March 31 to May 14, 2012 and the final completion date from May 30 to July 13 , 2012. Substantial completion was achieved on June 27 , 2012, and final completion is pending receipt of final paperwork. As a means of compensating the City of Fort Worth for the additional time required for completion of the work, it is proposed that the Contractor credit the City through this change order for the city staff field inspection time performed after the May 14th in lieu of the liquidated damages contained in the construction contract. It is estimated that the city inspector spent JOO hours at the construction site from May 14th through the date of this change order . Assuming an estimated salary rate of$30.00 per hour, the Contractor agrees to credit the City $3,000 as part of this change order for the additional inspection time required beyond the contractual substantial completion date . Staff has reviewed this change order and is in agreement with the scope of work, the costs associated with the work, and the modification of the contractual time. 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 None CONTRACTOR DATE ?~l"-f 2 l/ DIRECTOR/CONTRACTING DEPT. DATE CITY MANAGER DATE <:,=~ ~~"'-'l. -- APPROVED CONTRACT TIME TO DATE 330 Calendar Da s COUNCIL ACTION (IF REQUIRED): 0 APPROVED O DISAPPROVED ADDITIONAL TIME FOR THIS CHANGE ORDER 44 Calendar Da s DATE DATE ,( ' I J/-DATE 0 OTHER DISTRIBUTION: WHITE -FILE CANARY -CONSTRUCTION FlLE PINK -PROJECT MANAGER GOJiiENROD-CONTR'ACTOR CITY OF FORT WORTH CHANGE ORDER REQUEST i CHANGEORDERNO. ONE DATE : July 26, 2012 D.O .E. NO. (NIA) PROJECT NO. 01622 PROJECT DESCRIPTION : EAGLE MOUNTAIN WATER TREATMENT PLANT CLEAR WELL #3 ORIGINAL CONTRACT AMOUNT ............................. .' ......................... $ 2 965 250.00 EXTRAS TO DATE ........................................................ $ =0.-"-00"------- CREDITS TO DA TE ....................................................... $ =0.~00~------ CITY SECRET ARY CONTRACT NO. 41904 CONTRACT COST TO DATE ........................................................................................................................................................................................ $ 2,965,250.00 AMOUNT OF PROPOSED CHANGE ORDER .............................................................................................................................................................. $ 3 394 .00 REVISED CONTRACT AMOUNT ................................................................................................................................................................................. $ 2,968,644 .00 ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ...................................................................................................................................... $ ~o.=o~o ___ _ ADDITIONAL FUNDING (IF NECESSARY) ................................................................................................................................................................ $ 3 394 .00 REMAINING FUNDS AVAILABLE FOR CHANGE ORDER ...................................................................................................................................... $ Q,QQ_ IN ACCORDANCE WITH THIS CHANG E ORDER, THE CONTRACTOR SHALL: modify/change the contract as shown below to provide a complete, funct ional , and operational inlet/outlet piping and 3.5 million gallon clearwell reservoir at the Eagle Mountain Water Treatment Plant. These changes are as listed below. Further descriptions and cost breakdowns are attached . Change Order No. 1 to the Eagle Mountain Water Treatment Plant Clearwell #3 Project consists of miscellaneous items identified during the course of construction by the Engineer, Inspector, and Contractor requiring modification . Proposed changes include both deletions and additions to the scope of work . I. CPR-01, Manhole Material Substitution -modify the precast concrete manhole sections design (CREDIT) ............................................................ $836 .00 2. CPR-02, Wetwell Float Switch Deletion-delete two float switches from the clearwell drain box wetwell (CREDIT) .............................................. $1 ,085 .00 3. CPR-03, Piping Modifications -Remove dish head plug and repair joints on existing piping (COST) ..................................................................... $5 , 134 .00 4. CPR-04, Fire Hydrant and Valve -Delete installation of a fire hydrant and isolation valve (CREDIT) ..................................................................... $2 ,002 .00 5 . CPR-OS, Install clearwell overflow wing wall, sidewalk, additional grading (COST) ................................................................................................. $5 , 183 .00 6. COMPENSATION FOR STAFF INSPECTION TIME BEYOND CONTRACTUAL TIME PERIOD (CREDIT) .................................................... $3 ,000.00 NET ITEMIZED CHANGE ORDER TOTAL ................................................................................................................................................................. $3 ,394.00 In addition to the costs of this change order, during construction the Contractor has identified and requested a total of 3 7 rain days , as well as 7 calendar days for completion of the extra work identified in CPR-03 . The additional 44 calendar days requested by the Contractor extends the substantial completion date from March 31 to May 14 , 2012 and the final completion date from May 30 to July 13, 2012. Substantial completion was achieved on June 27 , 2012, and final completion is pending receipt of final paperwork . As a means of compensating the City of Fort Worth for the additional time requ ired for completion of the work, it is proposed that the Contractor credit the City through this change order for the city staff field inspection time performed after the May 14th in lieu of the liquidated damages contained in the construction contract. It is estimated that the city inspector spent I 00 hours at the construction site from May 14th through the date of this change order. Assuming an estimated salary rate of $30.00 per hour, the Contractor agrees to credit the City $3 ,000 as part of this change order for the additional inspection time required beyond the contractual substantial completion date. Staff has reviewed this change order and is in agreement with the scope of work, the costs associated with the work, and the modification of the contractual time. 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 None APPROVED CONTRACT TIME TO DATE 330 Calendar Da s ADDITIONAL TIME FOR THIS CHANGE ORDER 44 Calendar Da s CONTRACTOR DA TE 7 -Zb · ,2 PROJECT MANAGERa MANAGER/CONST. SER. DATE D DIRECTOR/CONTRACTING DEPT . DATE CITY MANAGER -:>i.-:·"' CL- DATE a/a/ta. COUNCIL ACTION (IF REQUIRED): IJ I A- D APPROVED D DISAPPROVED D OTHER DATE I CONTRACTORS SUPERIOR SERVI CES W ITH A N EXCEPTIONAL T EAM June 2 5, 201 2 Christopher Harder City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Subject : Weather Days Mr. Harder, This letter is being sent t o formally request that the City of Fort Worth consider the attached list of weather days in regards to the extension of t i me and the cont ractual substantial complet ion date for the Eagle Mounta i n Water Treatment Plant Clearwell Number 3 proj ect . I have attached our i nit ial i nformal ema i l with this information, as well as a copy of the list of days we received precipitation duri ng the excavat ion of the Clearwell No . 3 . The attached list of days only includes the actual days we received precipitation , and is not necessarily inclusive of the production lost on subsequent days due to mud or dewatering act iv ities . AUi believes this to be a fair account of weather delays to be cons i de red for a fo r mal cont r act extension . All data can be verified on www.underground .com . If you should have any further comment, please contact me d i rect at 817-926-4377 . Sincerely, Philip Bennett Project Manager AUi Contractors 4775 No rth Free way • Fo rt Worth , Tex as 7610 6 • P: 8 17 .926.4 3 77 • F: 8 17.9 26.438 7 • www.aui co ntractors.co m i' Philip Bennett From: Sent: To: Subject: Attachments: Chris, Philip Bennett Thursday , April 05 , 2012 11 :33 AM 'Harder , Christopher' Schedule Update (3-31-12) EMWTP (3-31-12).pdf Please see the attached schedule update . Please see the below noted items that have been added: l. I included all the week days that we have received precipitation, but have not tied these into the logic yet (37 week days). 2. The progress is only updated through the end of March 2012, and does not include any progress for this week. 3. The schedule is showing to be about 17 days beyond the substantial completion date. We hope to pull it in some this month by improving the duration of the pipe installation activities and concurrently doing some of the work activities for the Drain Box #2 and manholes. If you have any questions, please let me know. I hope we can discuss some of the weather days I have listed at a future time. These can be confirmed at www.wunderground.com if you would like to see the weather history. Thank you, Philip Bennett Project Manager 411 Superior Services with an Exceptional Team AUl Contractors. LLC 4775 North Freeway , Fort Worth, Texas 76106 M 214.636 .2142 P 817 .926.4377 For our confidentiality state ment , click here. l\.22i 2 "229J Rl'li11 Dlly {1·2-1-12) A221M R,1/n0;1y(1-2S.1l) A2295 Rair, Day (1-26·12) "11 10 R&i<1Day(10-l 1-l 1) A2 120 RmnO;v,,(10-12·111 1\2 130 RalnDaytl0-17-11) A2 140 Rai,iDay!10-H!-I\) A2 150 RalnDay (10-24-11) .\2 160 Rol,iD.lyC10.27-1\) "2170 Rai•1Day(11-08-111 -'?.180 R.W., Oily(11-2\-1 1J A2191J R•i:'!Dayt11·2J·11) A27.00 R,1lrlOi1yi11-24-11j "2210 Rl1l110ay (12-02-11) A:r.n:o Raln Oay112-05-11) A2230 Raln0ay{12-13-1 1) A2240 Ra1'1Llay{\2-1 4-l1 1 R11lr1011y(12-1S.1!) R11lnDay(12-1S-.111 A.2270 R11i•1Day(12-19-11) A:.!280 R,11'1 D,1y (12-7,)-1 II 1\.2290 Rain Dayt12-26-llJ ,'\2350 RR1:,0ayc2-01-12) 11.2360 R1r.'\Da)·t2-03-12\ A2l70 Ra1n0,1y{2-0'J.-12) 1\2380 Rai,i Day (2-1 0.12) 1\.2390 RainOayt:2-13-12) A.!400 RM"\U,1yf2-15-12) A.21\10 Rai>l Day {2-17-12) 1\.2420 Rain Oayi3-08-12) A2430 R;iin llily (J.-09..12) A24'10 RalnDay(3-19"-12) ,\2-450 Ralrt0ayc3,..2i.l-12) R111r\O .. yi~21·121 ·------------------·----- 1 JO·Mar•l2 .!O-Mar•!2 1 30-Mar-12 JO-M11r-1 2 ,:Jc~ar-1 l 30-Mm-12 1 JO,Mar-12 .\O-Mai-12 I Jo-M&r-12 Jo-Mftf-11 1 JQ-filor-12 J~m-12 1 30-MM-12 30-M ar-12 1 .ltl-M~r-12 :lO-Mor-1;> 1 JO-Milr-12 30-M ar-12 1 :m-M:,r-12 :!O-Mnr-1;> 1 ~G-Mll!-12 J~ar-12 1 30-M."lf-1?. 30-f,,1ar-12 I JtH,'.3r-12 30-Mar-12 I 30-MM-1? 30-M,,r-17. \. 30-Mai-12 30-Mt!!'•12 IJO.M;v-12 ~!ar-1:.0. I JO-M .... -1 2 30-Mar-12 I JO-Mar-12 J0.M.tf·12 1 Jo.,.1,,,.12 30-Mflf-1? 1 30-Mnr-12 JO,M,1r .. 12 I J().t.11:11 -1 2 JO-M1:1r-12 1 JO-Mnr-12 JO-M,1r-n 1 30-Mdf·12 30-f.lar-12 1 JO-Mar-12 JO.Mnr-1;, 1 30-Mi'lr-12 JO.f'.lar-12 1 30-Mm-12 30-M;ir-1 2 l ;JO-M;;ir-12 JO-M1:1r-12 I 30-M;.ir-12 .IO-l'.lar-12 1 30-Mof-12 30-M,lr-12 I JO-M8,-12 30-M!'l-1 2 1:3C.t,/13r-12 3(1 .. f.1111-12 1 :lO-Mar-12 3%1ilr-12 1 Jo-M.H-12 3o-Mi!r·12 1 30-Mar-12 30-Mnr-12 1·30-MM-1 2 JO-t,.1itr•12 JO JO "' JO "' "' "' JO "' JO JO 30 JO "' JO ,0 "' JO JO 30 JO ,0 ,.· JO "' JO "' JO 30 JO JO "' JO "' 30 1 30-Mar-12 3~ar .. 12 Y.I ~ jJ$,-JJl-11A 11°"\;l-11 A. 1 '07.Jul-11 A 07..Jt,1-1 1 A I 05-Jul-11 II 01..JIJl-11 A I 11..Jul•11 A 11..Juf.11 A · Classi c: Schedule l ayout · · · o:,-Apr-12 11 :20 'Y I •• 16 23 30 07 " " 294 O•..Jlil-11A 07..J1;n-12 -321-----------------------_. ____________________________ ._ _____ ,. From IUU& t,f p (:) t<> 8ubmltt~I CJ06C lMmrt~; Vat;,e {OlMOi C3080 Cast-I n-Pb :::!> CO'ICl'eff! • (OJ300i C.'3 100 Ct1meroli!iousFi11i,h-{09tl2 1J C3070 GOf'CJ'°'IA ROOlforoe<l'Wlt . (03200) C31iC [}.x;tile Iron Pis:-@ & F"•n,111,11 • PS072) C3 190 Eccentrlf.PlugVAlve(15100) C3220 EIKtncol Support Harclwar9 • 116045) C300C Eros,on Cootrol-(01 l 10J C3 12tl Fin1~,h l>nlnllng-\1¥.l!'/02) C3180 Gat11V;1lv<1 \15100) CJ040 GrM\Ailr Fit M.1100.ll -(0?.230) C3280 Grounding Sysi.m -(16660) C301() lnit,111 PYogre,, Sd,ft!U,J. (01315) CJ 160 lnsh'Ufner.tatiooflfldContl"Dffl -{13300) CJ:250 Ll(jt11ing 5','S\f!rl1 • {16500) C3140 Low Vottago Af. Surgn PYoto,:11~0 Df!Vk:'.f'~. (161PflJ S3 Qi.,J:fl.,1,\ 15./1;,;;-11 I< 15 .0 1..Jul-11 A Q'"...,...,11.,1-11 A 15·1l•JUl-11 A 2~,;l-11 A 25 ·U..Jul-11 A 17-A.uft-11 15 lWul-1 1 A 08-Aug-1 1 A 1506-Jul-11 f , 2(1-J!..-1-11 A 15 01,J,11-11 A 26-Jvl-11 A 15 14.Jul-11 A 1!hlul·11 A 10·19-AU!1-11 A 2~1 1A 1~· 14-Jul-11 t, 2!'.-Aug-1 1 f, 15 oi..Ju1-11 A 05..J~-11 A 15 14..Jul-11 A 18-Aug-1! A 15 14.Jul-11 A 10-/\0g-11 A 15 25-J:,1-11 A 2!',-J,,;t-1 1 A 25 14.Jul-11A W.Jul-llA Hi 14-Jul-11 A 19..JIJl-11 A 1!.i u -1111-11 A 11-Auo-1 1 A -Actual Work 11111111111 Critical Remain ing Work .......... Summary c:::::=:J Rema inin g Work + + Milestone © Oracle Corporatio July 2, 2012 Mr. Philip Bennett Project Manager AUi Contractors, Inc . 4775 North Freeway Fort Worth, TX 76106 FORT WORTH RE : Substantial Completion -Eagle Mountain Water Treatment Plant Clearwell #3 Dear Mr. Bennett : This letter serves as an acknowledgement that substantial completion has been achieved on the Eagle Mountain Water Treatment Plant Clearwell #3 Project, with the effective date of June 27, 2012 . Accordingly, please coordinate with Mr. Mike Hill to schedule an inspection of the project for the development of a punch list for final completion . In addition, please submit all operations and maintenance manuals, including equipment startup reports and warranty information, to the Engineer for review as quickly as possible. This project is behind schedule, so your efforts towards a quick close out of th is contract are appreciated. Sincerely, Chris Harder, P.E . Project Manager CC: Chad Bartruff, P.E., CDM Smith Mike Hill, Project Inspector W AT ER D EPARTMENT PRODUCTION DIVISION TH E CI TY OF FORT WORTH * 1511 11TH AVENUE * FORT WORTH, T EXAS 76102 (817) 871-8258 * FAX (8 17) 871-8410 0 Printed on recycled pape r FORT WORTH October 4 , 2011 AUi Contractors 4775 North Freeway Fort Worth , Tex as 76106 Attn.: Mr. Philip Bennett Project Manager EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL #3 RE: CPR-01 -Manhole Material Substitution Dear Mr. Bennett: RFI-1001 requests that the Fort Worth Water Department consider utilizing ASTM C-478 in lieu of ASTM C-76 as the material design specification for the manhole riser sections . This substitution would affect two 10 ' diameter manholes , placed for access to 54 " diameter gate val ves. The total amount of the credit offered by the manhole vendor is $836.00 , based on a unit price credit of $38.00 per vertical foot and an estimate of 22 vertical feet. The Fort Worth Water Department accepts this contract change . Total credit for the proposed change amounts to $836 .00 with no additional time requested. This change will be incorporated into Change Order # 1 to the contract. Sincerely, Chris Harder, P. E. Engineer Xe: Chad Bartruff, P.E., CDM Project File WATER DEPARTMENT PRODUCTION D IVISION THE CITY OF FORT WORTH * 1511 llTH AVENUE * FORT WORTH, TEXAS 76102 (817) 871-8258 * FAX (817) 871-8410 0 Printed on recycled paper J.llllcoNTRACTORS DATE: 07/15/1 I TRANSMITTAL OF CONTRACTOR 'S RFI TO: C .PNawal RFI No .: 1001 Camp Dresser & McKee Date Needed: ASAP Project No. 41904 Eagle Mountain WTP -Clearwell o . 3 FROM : Philip Bennett AUi Contractors File o .: 4775 North Freeway Specification Section No.: -------- Fort Worth. TX 76106 Question: Solution: In speaking with Hanson regarding the purchase of the RCP material for the Manholes Number 1 & 2 as specified on sheet CZ-1 and in NOTE 2, the requirements call out the RCP material to meet ASTM C-76, Class III (pipe specification) requirements. Hanson wanted me to inquire if the RCP material could meet the ASTM C-478 (manhole specification ) in lieu of the ASTM C-76 (pipe specification) designated? See attached ASTM-C478 specification for manhole material. The city of Fort Worth will consider this change depending on the proposed credit for using ASTM C-478 RCP material in lieu of ASTM C-76. Provide the proposed credit information. By : ____________ _ Answered By: CP Nawal. P .E. (Signature) CONTRACTOR (Authorized Signature) Date An swered : Julv 20. 2011 Harder, Christopher From: Sent: To: Cc: Subject: Gentleman, Philip Bennett [pbennett@auigc .com] Thursday , July 28 , 2011 1: 15 PM nawalcs@cdm.com bartruffcd@cdm .com ; Harder, Christopher Manhole Credit -RFl-1000 Per RFl-1000 response, regarding the 120" diameter material to be used for Manholes #1 & 2, we can offer a credit of $38 per vertical foot of material (22VF) for a total of <$836> to utilize the ASTM C-478 manhole specification in liue of the Class III pipe specified on the drawings. Please let me know, once reviewed, if this will be accepted and I will get the submittal information together for the chosen material. Thank you, Philip .Bennett Project Manager AUi Contractors 1 FORT WORTH October 4, 2011 AUi Contractors 4775 North Freeway Fort Worth , Texas 76106 Attn.: Mr. Philip Bennett Project Manager EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL #3 RE: CPR-02-Wetwell Float Switch Credit Dear Mr. Bennett: Two tilt ball float switches are specified for the submersible pumps located in the clearwell drain box to be used for a hi-hi water alarm. These float balls are specified in Section 11319 , "Submersible Pumps ", and Section 13300 , "Instrumentation and Controls". Since the pump vendor is providing the float balls , a credit has been proposed in the amount of $1 ,085.00 for the deletion of the two additional float balls from the instrumentation and control contractor 's scope of work. The Fort Worth Water Department accepts this contract change. Total credit for the proposed change amounts to $1 ,085.00 with no additional time requested . This change will be incorporated into Change Order # 1 to the contract. Sincerely, Cl/1-L Chris Harder, P. E. Engineer Xe: Chad Bartruff, P.E ., CDM Project File WATER DEPARTMENT P RODUCTION DIVIS ION THE CITY OF FORT WORTH * 1511 11TH AVENUE * FORT WORTH, TEXAS 76102 (817) 871-8258 * FAX (817) 871-8410 0 Printed on recycled paper COM Sh op D rawmg R ev1ew C t ommen s TO: AUi CONTRACTORS INC . FROM : CAMP DRESSER & McKEE INC . 4775 NORTH FREEWAY 777 TAYLOR STREET, SUITE 1050 FORT WORTH TX 76106 FORT WORTH TX 76102 TEL. NO . (817) 926-4377 TEL . NO. (817) 332-8727 COM PROJECT NO.: 0515 -80915 PROJECT : EAGLE MOUNTAIN WTP-CLEARWELL No . 3 OWNER: CITY OF FORT WORTH PROJECT NO .: 1622 CONTRACTOR : AUICONTRACTORSINC PROJECT NO .: 41904 TRANSMITTING HEREWITH: DESCRIPTION : Instrumentation SUB NO .: SD-13300-01 FEDEX : PRIORITY STANDARD ECONOMY MAIL: EXPRESS PRIORITY REGULAR OTHER: DISTRIBUTION : COM-DAL ,/' CP&Y FWWD ,/' -- GAi CDM-FTW ,/' C SHOP DRAWING REVIEW· ENGINEER'S REVIEW RESPONSE REQUIRED OF CONTRACTOR o Approved ./ Comments D Confirm ./ Approved as Noted Attached o Not Approved D Resubm it o Receipt Acknowledged (Not Subject to Engineer 's Review or Approval) The Engineer 's review of this shop drawing is limited to the review of dimensions , equipment and materials as presented in the Contract plans , specifications , and for des ign concept. This review does not relieve the Contractor from errors or omissions in the submittal or from the Contractor 's responsibility of addressing any deviations from the Contract Documents . The Contractor is responsible for the details and dimensions of fabrication and manufacture , the means , methods , techniques , sequences or procedures of construction and performing his work in a safe manner. CDM By Chad Bartruff PE cf?().tff}~/l Date 08-26-2011 ,, REMARKS NONE l SEE BELOW [ v' ] SEE ATTACHED SHEET [ ] COMMENT REVIEW REVIEW COMMENTS NUMBER BY 1 LJR Ultrasonic Level device (LIT-17000) is Approved. Contractor shall coordinate installation with clearwell supplier. As submitted the drain pump and sump pump packages are supplying all required floats (11216-01 and 11319- 01 ). As such , the PCSS does not need to provide these float switches as specified in Div 13 specifications . The 2 LJR General Contractor shall coordinate with the PCSS and provide credit proposal for consideration by the Owner for the cost of the high-h igh level float switches shown on drawing 1-2 . Owner may elect to have credit or provide floats as spares . S0-13300-01 Instrumentati on PAGE _1_0F _1 _ PAGES BY LJR Harder, Christopher From: Sent: To: Cc: Subject: Gentleman , Ph ilip Bennett [pbennett@auigc .com] Monday , October 03 , 2011 8:49 AM Nawal , CP Bartruff, Chad ; Harder , Christopher Float Switch Credit Per the comments made i n 13300-01 , AU i Contracto r s can offer a credit of $1,085 for the float switches i ncluded by the i nstrumentation prov ider. These floats are also being provided by the pump suppliers as well. Please let me know if the City of Fort Worth would like these floats as spa res (me nt ioned i n 13300-01) or if these will need to be credited . Sincerely , Philip Bennett Proj ect Ma nag er J.llllc oNTRAcToRS Superior Servi ces w ith an Ex ceptio nal Tea m 4775 North Freeway , Fort W orth , TX 76106 Office : 817-926-4377 Fax : 817-926-4387 www .auiqc .com Think Green, Live Green -Please consider the environment before printing this email. NOTIC E: The inform at ion co ntained in this communication is CONFID E NTIAL . It is intended sole ly fo r the person (s) to whom it is addresse d . If the re ade r of thi s messag e is not the intended recip ient , no r the employee or age nt res pons ible to del iver it to the intended recipien t , you are hereby notified that any dissemination , d ist ribution , or copying of th is communication is st rictly prohibited . If you receive th is message in erro r, please del ete and contact t he sender . Than k you . Any vi ews expressed in thi s messa ge are those of t he ind iv idual send e r, ex ce pt where the messag e states ot herwise and t he send er is authorized to state th em to be the v iews of any s uch entity . 1 FORT WORTH June 26 , 2012 A UI Contractors 4775 North Freeway Fort Worth, Texas 76106 Attn .: Mr. Philip Bennett Project Manager EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL #3 RE: CPR-03 -Piping Modifications Dear Mr. Bennett: During the work to connect the new 54 " clearwell inlet line to the existing filtered water line , it was discovered that the ex isting pipeline contained an internal dish head plug located appro x imately 150 linear feet upstream of the connection point. In order to bring the new clearwell into service , the plug was removed using a cutting torch , which required the Contractor to setup and maintain ventilation within the pipe in order to ensure personnel safety . In addition , the Contractor repaired se v eral joints of the ex isting piping by placing repair grout where the ex isting mortar was cracked or missing. The work was coordinated with plant operations and performed expeditiously by the Contractor . The Fort Worth Water Department accepts this contract change . Total cost for the proposed change amounts to $5,134.00. In addition, the Contractor has requested an additional seven (7) calendar days of contract time. This change w ill be incorporated into Change Order # 1 to the contract. Sincerely, 0-)/()Aj_ Chris Harder, P. E. Engineer Xe: Chad Bartruff, P .E., CDM Project File WATER DEPARTMENT P RODUCTION DIVISION THE CITY OF FORT WORTH * 1511 11TH AVENUE * FORT WORTH, TEXAS 76102 (817) 871-8258 * FAX (817) 871 -8410 0 Printed on recycled paper Sup e;ior Services with an Exceptional Team 4775 North Freeway, Fort Worth , TX 76106 Offic~: 817-926-4377 Fax : 817-926-4387 www .auigc.com CHANGE PROPOSAL REQUEST NO: PROJECT: ATTENTION: Attention: EAGLE MOUNTAIN WTP CLEARWELL NO. 3 CONTRACT NO 41904 CITY OF FORT WORTH 1000 THROCKMORTON FORT WORTH , TX 76102 ATTN : CHRIS HARDER The fo ll owing change in contract on thi s project is propo se d: A breakdown of cost SHALL be attached. Work shall not commence until authorized by the OWNER. Descripti on of the Proposed Change & Clarifications 3 REMOVE EXISTING PH 2-54" DISH HEAD PLUG AT INLET LINE TEE DATE: 25-Jun-12 2 PATCH EXISTING PIPE WHERE MORTAR HAS CRACKED PER CITY OF FORT WORTH TOTALAMOUNT~I _$~~~~5,_13_4_1 All work shall be in accordance w ith the terms , stipulations , and conditions of the original Contract Documents . If the work herein provided for is Approved by Change Order, the time of comp letion will be : ! Increased Decreased Unchanged 0 ACCEPTED 0 REJECTED By 7 Calendar Days --- CITY OF FORT WORTH Philip Bennett AUi Contractors Date .J.SlllcoNTRACTORS Superior Services with an Exceptional Team CHANGE ORDER SUM MARY Front Sheet EAGLE MOUNTAIN WTP -CLEA RWE LL NO. 3 CHANGE DESCRIPTION: REMOVE EX ISTING PH 2 -54" DISH HEAD PLUG AT INLET LINE TEE CHANGE PROPOSAL REQUEST # 3 Job#: I 1150 16 1 Description Subs Ta xed Material NonTax ed Labo r Total Material DIRECT LABOR DIRECT COSTS -719 195 1 ,584 2,498 GENERAL CONDITIONS 273 541 813 TOTAL COSTS -992 195 2 ,125 3,311 LABOR BURD EN 45 .00% 956 SALES TAX 8 .50 % 84 SUBTOTAL I 4 ,351 BONDS & INS URA NCE 3% 3.00 % 131 - OVERHEAD & PRO FIT 15.00% 653 - TOTAL 5,134 CLARIFICATIONS : 1 2 3 4 Composite Rate= $ 18 .00 Unit Unit Total Total Total Taxed N-Tx'd Un it Taxed N-Tx'd Unit Subs Descriptio n Qty Un Mat'I Ma t'I La bor Mat'I Mat'I La bor --- --- - REMOVE EXISTING PH 2 • 54" DISH HEAD PLUG AT INLET LINE TEE -- -- - LABOR . -- Remove Existing Plug 2 M EN @ 20 HOU RS 40 .0 HR S 18 .00 -720 Repa ir C racked Mortar on Existing Pipe -- 4 M EN @ 12 HO UR S 48.0 HRS 18 .00 -864 - MATERIAL --- Acetylene 1.0 LS 30 .00 30 - Oxygen 1.0 LS 35 .00 35 - Sikadu r 32 Bonding Agent 1.0 UNI T 98 .50 -99 NS Grout 6.0 BAG 16 .00 96 EQUIPMENT (E.O.E. INCLUDED) --- High volume ventil ator & hose 8.0 HRS 25 .25 202 Cutting Torch 8.0 HRS 13 .50 108 -- Light tower 8.0 HRS 16 .75 134 - Crane (remove pieces from pipeline) 2 .0 HR S 105 .00 210 - SUBCONTRACTORS - - -- - -- -- -- . -- - - - - - - -- -- -- - -- - - - - - --- --- /1~ 1~:i 1,:iti4 u ..;;E;;;.Ac.:G:..::L;.;::E...;.M:.;.;O;;..U;;..;N..;..T;.;.A.;;.IN...;....;.WT'""-'-P---'C;;..;L;;;;;E;;..A..;..R;.;.W....;E;;.;;L:..::L...;.N....;O...;. . ...c.3 _____ 1te m: REM OVE 54" DI S H-HEAD PLUG Sht: 1/1 1/1 612si:2012 3:15 PM Job:~i _____ eA_G_L_E_M_o,_m_•T_A_1N_wr_•----~ Phase Code Description 201 -100 PROJ. SUPERINTENDENT . 2.~1-1~.? ... _c~.R.~~.~•ffE.~. ~.~~.EMA..N-.:. ·- 201-150 MECHANICAL FOREMAN ............................... 201-130 GEN . SUPERINTENDENT 201-120 PROJECT MANAGER 201-200 SURVEYOR .. 3.~1~o_p _ -~~R.~.Y~~ .. sU..P!:'UE~ .. 301-125 TRANSIT & LEVEL FIELD RADIOS . 201-125 ~AFETYCOO~OINATOR 201 -230 OFFICE CLERK ............. Status C C C C C C C C C C C GENERAL CONDITIONS Est #:CJ::] Job#:~ Quanity Unit 0.20 WKS WKS . WKS WKS WKS WKS LS LS EA Dys WKS Unit Taxed u;:x~~n Material Material 25 J21_-~~o ..... c.s>~: ~l~K~P.. MOS 301-144 .. AU!O.REP.~1.~. MOS 30 1-140 TR UCK FUEL G ALS Unit Labor 1,800 Total Taxed Material Total Non Taxed Material . .. ··}- Total Labor MH Rate 360 45.00 $ s $ 45 .00 27.50 5.00 12 .50 1-----AD __ o __ rr_,o __ N_A ... L_P,_CK_u_P _____ ...,.. ___ -+-____ M_o_s_+-------------+---------------l-l $ 301-370 SUBSISTENC E (SALARY) WKS ... ~01-~!~. s.~BS!S'.E~~~ .(!"!(_)URL.Y) WKS 301-300 SUPERINTENDENT HOUSING .. . ... ......... .. ·-··-·-. 301 -3 10 HOURLYHOUSING .. 3g.1-~? ~.s>_~~l~~!l~llY. ~~~~SIT_S 301 -320 301-350 30 1-330 301-375 301-380 HOUSING ELECTRICITY HOUSING UTJUTJES (GENERAL) RELOCATION COSTS ··················-·················· JOB TRAVEL· PROJ. MGR JOB TRAVEL· SUPT ·-···············-····-····· 301-385 JOB TRAVEL ~ SAFETY 201-350 TRAVEL TIME ................ 201-320 JOBSITE SETUP .................. TEMPORARY WATER LINES 301-210 ... J~~.s.1.T_~.<?.~-~ICE 30 1-210 ENGINEER'S OFFICE 301-250 ENGINEER'S FURNISHINGS 201-310 TEMPORARY BUILDINGS ......... ················-········· .. 201-980 WAREHOUSE/STORAGE .. ~01-50~ ...... D~Y-~G..f. ... . 301-220 JOB SIT E PHONE 301 -239 }OB SITE ELE~.T.~IC . ... .... ... ... }'.'9.R.!~.~~.~ .. ~~.~.~~~!9~. 301 -240 JOB SITE WATER 301-150 301-260 POST AGE.n=REIGHT TEMPORARY TOILETS ·····-··· ............................ . 301-295 DUMPSTER DUMP FEES 301-730 TESTING & SAMPLES 301-621 ... ~.~~-~ -~.L!-~P..S,~T¥f.!~.~.~~~ ... C C C C C .. C C C C C C MOS MOS __ L_S __ _ MOS MOS MOS LS MOS MOS EA MOS M OS __ M_O_S __ _ MOS WKS MOS MOS EA LS L_S __ . ......... T .. . 400 120 100 500 200 __ 250 25 65 85 300 100_ Manhours Per Week $ s L s -~---- .L . s 625 1250 Man Hours 8 .0 201-2~_0 ..... RODMEN _··-· .. ~.~.~ 1.._ -~·.?~.% ~:~ ..•.. f:IY..~~~. . 8 18.00 _______ o CASUALDEWATERING C 1,584 j 0.90% 4 .0 , Mleek 14 18.00 .201-~o ~-~C~Ep~u_Ns;_ 1_.5~4 . .l 0.50% __ 2 .2 .!. (We~k 8 t ,~;QO ·• .... ?01-2?0. l~E_&~~T_E~~ 1.5~.~ ... t 09~.. . .. ~.4 .J ~~e-~ 16 .. ~ 18.00 201 -4 00 GENERAL CLEANING 1,584 j 4 .00% 17.6 /Week 63 18.00 201-420 BARRICADES .. 1,584 j 1.00% . 4 .~ /Manvyeek ~6. 18.00 ,__2_0_, .. _2_o __ sA_F_ETY_T_RA_1_N_1N_G ___________ ____,>--1~,5-8_4...,i_3 __ 5_0_%+---1-5~1-M1_ee_k _____ ,_ _______ ...._ __ s_s... 1s.oo ~01-1.!~ .. ~§-~~ I°-2~~ J.UNP!R .. S.~_9~.! . . , 1_ .. ?~4,.l .. ~.:q9 ~ 301-115 .~ ~G~ TOO~~ {~VE.~ ~~.Ol.. 1.,584 . .l 2 .00% 301-135 TOOL.REPAIRS 1,584 / 1.00% 301-500 RIGGING ... ~ ... ?.~ I. .~~.s~~L .9 ~.'.A'~1:~Rl~~ ~,5.~ /. ~01-21~. OF~CE ~UP?..U_ES 1,584 .l ~o~.~1?0_ .:.~E:.&~y~~··· 1,584.J 30 1-130 OXYGEN&ACETYLENE C 1,584 ! 3~1-42~ .B~RRICADE:.S ... . C 1,584 ! 301-60i> _ ·-~~.H§I~~I:~.~. -· . C ·~-:~ .. ~~ i 301-710 DRUG TESTING C 1 ,584 ! 1.50% 301-720 SAFETY SUPPLIES/AWARDS C 1 ,584 ! 2 .50% Direct labor C 1 ,584 63_ •••••. --32 , _ 10 24 1 __ 3 , 8 16 24 40 273 541 29 .98 18 ./ I / I / I N 456450 r'/--. - -~'HIE .2_9~0.00 2· NG-PE I / '.INE / AMMONIA BUILQING N E WASHWATER RECOVERY TAN K No 3 WASHWATER RECYCLE PUMP STATION --------------+~---E 19486.98 ' 48r PW-RCC ,NS-Ill I ' <~R-E --· -', -~ -MH-:_9 FW VALVE VAULT , , N 4444.78 o 3 ------i----' E 19557.34 _,,,..,.-I -------.., '~EE NOTE /, I '""" ', ) , i ', . I ' . ' / i FUTURE CLEARWELL DRAIN i ./ / I FUTU J E CLEARWE ul No 3 i i u I PA VING I o: I I TS lcoMMUNICA T!ONS BUILDING 5• DR-DI This Record Drawing is a combino ion of the sealed engineering contract drawing for l is project, =if~1o!>'ati°odndef~:is~:~n~ t':::eqdr,~~o~~~ I I information shown on the Record Drewing is N 4075.89 \ \ performed during construction and I information \ SEE NOTE believed to be accurate based on !o ur observations E 19444.56 J_) \ furnished by others. The original beoled drawings \ , re--on-fil~ officea ~ -----------'-... -~ '--------------------1 - 0 w 41 w I I E 19678.59 I I 3/4. SA-PVC I / SEE NOTE 9 I PW I METER : VAU LT No 2 N E 4286.94 19634.23 4278.94 19634.23 4194.50 19641.03 4180.03 19677.42 4180.03 19666.10 I I N - ~ ~ :E :E "' -E ~ ~ ~ ffi l1J i 0 8 g er; "-" " >->->-"' "' "' 0 0 0 ~ ~ ~ ~ ~ ~ u ..5 t ~ «J ! 0 "' d n u.. 0 z "' u.. :c 0 0 ::, z 0 "' z "' Ii: :1: "' < (/) w ID ID u 0 ::e w Ii; t-a. 0 Ii; w ~ ;, (/) I I;; Ii ~ I 8 ~ ~ ~ ; w Cl) Cf) ~ 0.. ~ ~ w z I-:5 z 0.. :c I-:5 z I-w a.. a:: ::; ~ (9 0~ <( z 3: a: w-I-I-a:: Q: a:: ffi <( a.. 0~ Cl u. ~ a:: u. z <( 0 ~ ~ ~ z I-::) c3 0 ::; w ..J C, .Ii PROJECT No 43716 FU NAME CYP4PL00l SHEET No C-21 " FORT WORTH June 26, 2012 A UI Contractors 4775 North Freeway Fort Worth , Texas 76106 Attn.: Mr . Philip Bennett Project Manager EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL #3 RE: CPR-04-Fire Hydrant and Valve Credit Dear Mr. Bennett : Sheet C-7 of the contract documents direct the Contractor to install a gate val ve and fire hydrant at the end of an ex isting plant potable water line to be used for cleaning and washdown of the clearwell. Exploratory excavations conducted outside the existing concrete driveway were not successful in locating the existing pipe . In order to avoid significant repair to the existing concrete driveway , it was decided by the City to delete the requirement to install the fire hydrant and gate val ve and accept a cost credit from the Contractor for the reduced scope of work . AUi Contractors has offered a cost credit of $2 ,002.00 for the deletion of the fire hydrant and valve installation. The Fort Worth Water Department accepts this contract change. Total credit for the proposed change amounts to $2 ,002 with no additional time requested. This change will be incorporated into Change Order # 1 to the contract. Sincerely, Chris Harder , P. E. Engineer Xe : Chad Bartruff, P .E., CDM Project File WATER DEPARTMENT P RODUC TI ON D IV ISION TH E CITY OF FORT WORTH * 15 11 11TH AVENUE * FORT WORTH , TEXAS 7610 2 (817) 871-8258 * FAX (817) 871-8410 0 Printed on recycled paper 4 775 North F°reeway , Fo rt Wort h , TX 76106 Office: 817-926-4 377 Fax : 817-926-4 387 wvvw .a uig c.co m CHANGE PROPOSAL REQUEST NO: PROJECT: ATTENTION: Attention : EAGLE MOUNTAIN WTP CLEARWELL NO. 3 CONTRACT NO 41904 CITY OF FORT WORTH 1000 THROCKMORTON FORT WORTH, TX 76102 ATTN : CHRIS HARDER The fo ll owin g chan ge in co ntract on thi s proj ect is pro pose d : A breakdown of co st SHA LL be attached. Wo rk shall not co mmence until authorize d by th e O WN ER. Description of the Proposed Chan ge & Clarificati o ns 1 Credit to not install the fire hydrant shown on sheet C-7 -shown to be located north of the 72" line tie-in point. 4 DATE: 26-Jun-12 2 Excavation was done to locate 12" line, but no line was found in the area shown. TOTALAMOUNT~I $~~~~(2_,0_02_.)I 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: Increased Decreased I Unchanged D ACCEPTED 0 REJECTED By Calendar Days ---- CITY OF FORT WORTH Philip Bennett AUi Contractors Date AlllcoNT RACTORS Superior Services with an Exceptional Team CHA NGE ORDER SUMMARY Fro nt Sheet EAGLE MOUNTAIN WTP-CLEARWELL NO. 3 CHANGE DESCRIPTION: Credit to not install the fire hydrant shown on sheet C-7 CHANGE PROPOSAL REQUEST# 4 Job#: I 116016 I Description Subs Taxed Material I Non Taxed Labor Materia l DIRECT LABOR DIRE CT COSTS --(1 ,373) (180 ) GENERAL CONDITIONS (30) -(21) TOTAL COSTS -(30) (1 ,373) (201) LABOR BURD EN 45 .00% SALES TAX 8 .50% SUBTOTAL BO N DS & INSURANC E 3% 3 .00% OVERH EAD & PROF IT 15.00% TOTAL CLARIFICATIONS : 1 2 3 4 Total (1 ,553) (51) (1 ,604) (9 0) (3) (1 ,697) (51 ) - (255) - (2,002) .. Composite Rate= $ 18 .00 Un it Unit Total Total Total Ta xed N-Tx'd Unit Ta xed N-Tx'd Unit Subs Description Qty Un Mat'I Mat'I Labor Mat'I Mat'I Labor --- --- - Credit to not install the fire hydrant shown on sheet C-7 -- -- - LABOR --- Labor to install hydrant 2 MEN tal 5 HOURS (10 .0) HRS 18 .00 -(180) -- -- - MATERIAL --- 6" Fire Hydrant (10) EA 950 .00 -(950) 6" MJ Gate Valve (1.0) EA 423 .00 -(423) -- - EQUIPMENT (E .0 .E. INCLUDED) --- - --- -- -- SUBCONTRACTORS - - -- - -- -- -- - -- - - - - - - -- -- -- - -- - - - - - -- -- 0 (1 ,37j) (1BO) 0 EAGLE MOUNTAIN WTP -CLEARWELL NO . 3 Item : REMOVE 54" DISH-HEAD PLUG Sht: 1/1 1/1 --------------------- .H _4600_ H 44QO N 4200 I]" {»-p.,r; 10· DP-PltC --.. N ~1 00 N 4000_ §\ ~· Fv-,.t. 1-\'1 clrc"+ G ,.J. V 1r Iv..(.. ~(.,I, u- l 4 a:.JlB..=01 CONNECT TO EXISTING I!" OR -DI AT NEAR EST JOINT BACK Of" CURii. 5 FW MANHOLES ANO RELATED GATE VALVE INSTAUATIONS SHM.L BE P(R DETAIL AC/CZ -I. , r ~~Ii ii IL C-7 '°'" c-, Fort Worth ...... rmr 1964 • 1993 • 2011 FORT WORTH @ July 26, 2012 AUI Contractors 4775 North Freeway Fort Worth, Texas 76106 Attn.: Mr. Philip Bennett Project Manager EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL #3 RE: CPR-OS-Miscellaneous Site Work Dear Mr. Bennett: CPR-05 consists of miscellaneous site work, including additional rock rip rap and grading in drainage channels, a 6 " curb at the clearwell overflow splash pad, a sidewalk at the drain box , and removal of additional light poles to improve construction access . The Fort Worth Water Department accepts this contract change . Total cost for the proposed change amounts to $5 ,183 with no additional time requested . This change will be incorporated into Change Order # 1 to the contract. Sincerely, Chris Harder, P . E. Engineer Xe: Chad Bartruff, P .E ., CDM Project File WATER DEPARTMENT P RODUCT ION DIVISION THE: CITY OF FORT WORTH * 15 11 11 TH AVENUE * FORT WORTH, TEXAS 76102 817-392 -8258 * FAX 817 -392-84 10 0 Printed on recycled paper .AUlcoNTRACTOR S S up l!rio r Serv ices with an Excep tional Tea m 477 5 North Freeway , Fort Worth , TX 761 06 Office: 817 -926 -4377 Fax: 8 17-926-438 7 v,rww.auigc.com CHANGE PROPOSAL REQUEST NO: PROJECT: ATTENTIO N : Atte nt ion : EAGLE MOUNTAIN WTP CLEARWELL NO . 3 CONTRACT NO 41904 CITY OF FORT WORTH 1000 THROCKMORTON FORT WORTH , TX 76102 ATTN: CHR IS HARDER Th e fo ll owin g change in co ntract o n thi s proj ect is propose d: A breakdown of cost SHA LL be attached. Work shall not co mm ence un til authorize d by th e OWNER. D es cr ipti o n of t he P ro p osed C ha nge & C larificat ions 1 Mis cellaneous ex tra s includin g rip rap, landing pad , 6" curb at 5 ov erflow pad, sidewalk at Dra in Bo x and additional grading in ditch area . 2 Remove two additional light pol es for acce ss . TOTALAMOUNT~I _$~~~~5,_18_3~ All work shall be in acco rd ance wi th t he te rm s , stipulations , and cond it ions of the o riginal Contract Documents . If the work here in provided for is Approved by Cha nge Order, the time of completion w ill be : Increased Decreased I Unchanged D ACCEPTED 0 REJECTED By Calendar Days ---- CITY OF FORT WORTH DATE: 26 -Jul -12 Philip Bennett AU i Contractors Date .J.llllcoNTRACTO RS Superior Services with an Exceptional Team CHANGE ORDER SUMMARY Front Sheet EAGLE MOUNTAIN WTP -CLEA RWE LL NO . 3 CHANGE DESCRIPTION: Miscellaneous extras including rip rap, landing pad, 6" curb at CHANGE PROPOSAL REQUEST# 5 Job#: I 116016 I Description Subs Taxed Material NonTaxed Labor Materi al DIRECT LABOR DIRECT COSTS 600 -1,70 5 1,440 GEN E RAL CONDITIONS - TOTAL COSTS 600 -1,705 1,440 H ; / /;, r:ir LABOR BUR DEN 45 .00 % SALES T AX 8 .50% % SUBTOTAL ff; hi• ' "" BON DS & INS URANC E 3% 3.00% OVE RHEA D & PRO F IT 15 .00% TOTAL ...... + < .F " CLARIFICATIONS: 1 2 - 3 4 Tot al 3 ,745 - 3 ,745 648 - 4 ,393 132 - 659 5,183 Com posite Rate= $ 18.00 Unit Un it Total Total Total Taxed N-Tx'd Un it Taxed N-Tx'd U nit Subs Descr iption Qty Un Mat 'I Mat'I Labor Mat'I Mat'I Labor -- -- - Miscellaneous extras i nclud i ng r i p rap, landing pad , 6" curb at - - LABOR --- Sidewal k at Drain Box 3 M EN @ 4 HOURS 12 .0 H RS 18 .00 -216 6" Curb on top of Overflow Pad -- 3 M EN @ 6 HOURS 18 .0 H RS 18 .00 -324 Rip-rap· ditch from overflow pad t o street 4 M EN @ 6 HOURS 24 .0 H RS 18 .00 -432 Landing pad for No rth tank ladder 2 M E N @ 4 HO UR S 8.0 H RS 18 .00 -14 4 Grade existing d itch & place rock berm 3 MEN @ 6 HOURS 18 .0 HRS 18 .00 -324 -- - MATERIAL --- 4000psi Concrete 130 CY 80 .50 -1,047 Form Materials (2"x4"x8'-0") 10 .0 PCS 3.45 -35 Form Materials (Plywood) 2 .0 PCS 21 .25 -43 Reba r (#4) 8.0 PCS 5 .10 -41 Expansion Board ( 1"x4"x10'-0") 2 .0 PCS 59 .39 -119 Epoxy 4 .0 Tube 13 .25 -53 Rip Rap 5.0 CY 14 .69 73 -- - EQUIPMENT (E.O .E. INCLUDED) -- - RT Backhoe 1.0 DAY 125.00 -125 - Dozer 1.0 DAY 170.00 -170 -- SUBCONTRACTORS - - Remove 2 additional light poles for access 1.0 LS -600 - -- - -- - - - - - --- --- u 1,tu:i 1,440 IJUU EAGLE MOUNTAIN WTP -CLEARW ELL NO . 3 Item : M 1sce ll aneo us extras Sht: 1/1 1/1