Loading...
HomeMy WebLinkAboutContract 42205-CO4DISTRIBUTION: WHJTE -FILE ~ CANARY-CONSTRUCTION FILE PINK , PROJECT MANAGER GOLDENROD -CONTRACTOR CITY OF FORT W ORTH CHANGE ORDER REQUEST CITY SECRETARY , \ / I J CONTRACT NO. VI 1<>J~/\. 01 CHANGE ORDER NO . 4 I DA TE : 3/14 /20 I 3 I D.O .E. NO . I PROJECT NO . WTR-20 I 0-2000 5 I PROJECT DESCRIPTION : Riverside Wastewater Treatment Plan Digester Sludge Treatment , Removal , and Disposal Project ORIGINAL CONTRACT AMOUNT ... .............................. $ ___ ___,$=5=2=55~04~0=0=0 EXTRAS TO DA TE .. CREDITS TO DA TE .. . ........................ $ ______ ~$~0~.0~0 CONTRACT COST TO DA TE .. AMOUNT OF PROPOS ED CHANGE ORDER .. REVISED CONTRACT AMOUNT .. ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS .. ADDIT!ONAL FUNDING (IF NECESSARY) .. REMAINING FUNDS A VA!LABLE FOR CHANGE ORDER ... . .. $ ______ =$4~6=8=.5=0 IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL : I C ITY SECRETARY CONTRACT NO . 42205 . ........ $ ___ ~5=2=54~57~1~.5=0 I 293 801.25 6 548 372.75 468 .50 I 293 332 .75 0.00 The Digester Sludge Treatment, Removal , and Di sposal Project is in progress at the Former Riverside Wastewater Treatment Plant. The presence of unforeseen conditions resulted in the Contractor treating a larger quantity of water in the onsite treatment system, removing and providing additional stabili zation for the sludge containing PCBs from the Digesters, and plugging plant piping to prevent water infiltration from other plant structures. (Attachment A). To date, the City 's overall objectives for the Digester Sludge Treatment, Removal , and Disposal Project are being met by the Contractor. The Contractor shall complete all portions of the contract work as approved in the original contract documents and Change Orders No. I , No. 2, and No. 3 . The schedule of completion is revised per this change order. Contract quantities and unit costs are revised per this change order as shown in Table I. Documentation of the new line items/additional quantities incurred directly by the Contractor are provided in Attachment B. M/WB E participation goal for the project remain s unchanged at 14 .00%. A cll4';"" by +ke Lol'\.-tr~uTPr ;~ AM•WK--f f\o-\----ti, ~It~~ iy~2 ,1 5f re.Itri-~ f-o ~ 5'~ of w"<I<. , S' be-:V\.j aJ.J..-~~e.J by -1-k'e. f"rk~ r~ -so I vh' oh. . Lf} / J c:-i I, I) TOTAL COST FOR CHA GE ORDER UMBER 4 dl'\..d $ I ,293 ,332 .75 " " """""""' .. e. ~! ~! :: ....... """" '"'"'' o,,., ., '"' ''"'"""' '""""""'~;,:: : r2! I• I 13 and rep re sents pa yment i A (both in tim e and mo ney) for a ll costs ar isi ng o ut of. o r incide nt al to. the Chan ge Ord er. A DDITIONAL APPROVED TIME TO DATE 279 days A DDITIONAL TIME FOR THIS CHANGE ORDER 161 day s DIRECTOR/CONTRACTING DEPT. ~nk Crumb , P.E., Wa.,,teLr-"D_i,re-cvtor , CITYMANAGER ~CL Fernando Costa, Assistant City Mana ge r RECEIVED JUL 11 2013 ;;7 fl-I 3 FI ELD ENGINEER Tony Boseck DIREC TOR/MANAGING DEPT. CITY ATTORNEY fl,. 1 ,'Pn (2__ nLvrv) J_pUy' Christa Reyn~~i'dr Xss istant City ttto;ey COUNC IL ACTION (IF REQUIRED): (!. -21;, .JJ / )( A PPRO VE D CJ DISAPPROVED [J OTHER __ _ DATE <I, 2,1. 13 DATE DATE +· )[/), 13 DATE 7-lf-2~13 DISTRIBUTION: WHIT~-FILE CANARY ON STRUC TION FIL E PINK ROJECT MAN AGE R GOLDENROD-CONTRACTOR ' CITY OF FORT WORTH CHANGE ORDER REQU EST CITY SECRITARV D ? 7()<;:-L,O l.j CONTRACT NO. -:l~c.,~c;----- CHANGE ORDER NO . 4 I DA TE : 3/1 4/20 13 I D.O.E . NO. I PR OJECT NO. WT R-2 0 10-2000 5 1 PROJ ECT DESCRIPTIO N: Ri ver sid e Was tew ater Treatment Plan Di gester Sludge Treatm ent , Remo va l, and Dis posal Proj ect ORIGINAL CONTRACT AMOUNT.. . EXTRAS TO DA T E .. C REDITS TO DA T E .. CONTRACT C OST TO DA TE ... AMOUNT OF PROPOSED CHANGE ORDER .. REV ISED CONTRACT AMOUN T .. ORIGINAL FUNDS AVA ILABLE FOR CHANGE ORDERS .. ADDITIONAL FUNDING (IF NECESSARY) REMA IN ING FUNDS AVA ILABLE FOR CHANG E ORDER .. ··········· $ ----~$=5=2=5=5 =0~40~.0=0 . ... $ ______ ~$~0~0~0 . .. $ ______ =$4~6~8=.5=0 IN ACCORDANCE W ITH TH IS CHANGE O RDE R , THE CONTRACTOR SHALL: I CITY SECRETARY CONT RAC T NO . 4220 5 I I I l ' { ( \..., l l -, . .............. $ ____ ~5=2~54~57~1~.5~0 $ ___ ~1=2~93=80~'=·2=5 . ......... $ ____ .,c6"'5_,_48"='.37,...,2=. 7=5 . ........... $ -----~46=8~.5=0 ............ $ ___ ~1~2~93~33~2~.7~5 ...... $ ______ ~0~.0=0 T he D igester S lud ge T reatment, R emoval, and D ispo s al Project is in progress at the Fo rm er R iverside Wastewater Treatment P lant. T he presence of un fo reseen conditi o ns res ul te d in th e Contractor tre ati ng a large r qu antity of water in the onsite tre atme nt system, rem ovin g and prov iding additi o na l st ab il izat io n fo r the s lud ge containi ng PCBs from the Digeste rs, and p lu gg in g p lant piping to prevent water infil tratio n from othe r pl an t structures. (Attachm e nt A). To date , t he City 's overall objectives for th e D igester S lu dge Treatme nt. Re mova l, a nd Disposal Project are be in g met by the Contractor. T he Contractor sha ll compl ete a ll port io ns of t he co ntract work as approved in t he orig in a l contract docu me nts an d C hange Ord ers No . I , No . 2, and No. 3. T he schedul e of compl eti o n is revised pe r this c hange ord er. Contract q ua ntiti es and un it costs are rev ised p e r th is change order as shown in Tabl e 1. Doc umentati on of the new li ne item s/add it ional q uant iti es incurred d ir ectly by the Con tractor are prov ided in Attachment B . M/WBE part ic ip ati o n goal fo r the proj ect remai ns un changed at 14 .00%. i ••• ' of • Jc,, I\ ( ' .J .< t. .•• to 1"l,, I 1 "f'j\ ' '4 • I I i .... , I, t,t ' l!Z [,/1,J,) TOT AL COST FO R CHANGE ORD ER NUMBER 4 e _,ji,j 1\ . ~rt .•• 'l;)~l·II~ It is un de rs tood and agreed t hat th e acceptance o f thi s Change Order by the con tractor const itut es an ac co rd and Ls fact io n and rep resent s pa yment in fu ~(~th in time a nd mo ney) fo r a ll cost s ar is in g o ut o f. o r inc id e ntal to. t he Cha nge Order . $1 ,293,332 .75 ORIG INAL CONTRA CT TIM E 180 days A DDITION A L A PPROV ED T IME TO DATE 279 days A DDITIONAL T IM E FOR THIS CHANG E ORD ER 16 1 days DATE FIELD EN GIN EE R DAT E ,, I~ '~ </. 2.f/. r 3 DI RECTO R/M ANA DATE DIRECTOR/CONTRACTING DEPT . DAT E CITY ATTO RNEY DAT E S. Frank Crumb , P.E., Water Direc tor I Christa Reyno lds , Senior Ass istant C ity Att orney CITY M AN AGER ~ ;,;.i--~- Fe rn an do Costa, Assis tant Ci ty Manager COUNC IL ACT ION (If REQU IRED): c -2 i J JI AP PROVED D DI SA PPROVED D OTHER ___ _ DAT E 'I IJ-,1, 1. DISTRIBUTION: WHITE -FIL E • CANARY-CONSTRUCTION FILE PINK•-PROJEC T MANAGER GOLDENROD-CONTRACTOR CHANGE ORDER NO . 4 I DAT E: 3/14 /201 3 C IT Y OF F ORT W ORTH CHANGE ORDER R EQUEST D.O .E. NO . PROJECT NO . WTR-2010-200051 PROJECT DESCRIPTION : Ri verside Wastewater Treatment Plan Dige ster Sludge Treatment , Rem oval , and Di s pos al Project I CITY SECRET AR y CONTRACT NO . 42205 ORIGINAL CONTRACT AMOUNT ... EXTRAS TO DA TE .. CREDITS TO DATE .... CONTRACT COST TO DA TE .. AMOUNT OF PROPOS ED CHANG E ORDER .. REVISED CONTRACT AMOUNT .. .... $ ___ __,$""'5.,,.2"'-5"-'5 .,,_04'-"0"->0'-"0 . ................................ $ ______ ~$0=.0=0 .. $ ______ ~$~46~8=.5~0 ORIGINAL FUNDS AV ArLABLE FOR CHANGE ORDERS . ADDITIONAL FUNDING (IF NECESSARY) .. REMAINING FUNDS AVAILABLE FOR CHANG E ORDERMary l · IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL : The Digester Sludge Treatment, Removal , and Disposal Project is in progress at the Former Riverside Wastewater Treatment Plant. The presence of unforeseen conditions resulted in the Contractor treating a larger quantity of water in the onsite treatment system, removing and providing additional stabilization for the sludge containing PCBs from the Digesters, and plugging plant piping to prevent water infiltration from other plant structures. (Attachment A). To date, the City 's overall objectives for the Digester Sludge Treatment, Removal , and Disposal Project are being met by the Contractor. The Contractor shall complete all portions of the contract work as approved in the original contract documents and Change Orders No. I , No. 2, and No. 3. The schedu le of completion is revised per this change order. Contract quantities and unit costs are revised per this change order as shown in Table I. Documentation of the new line items/additional quantities incurred directly by the Contractor are provided in Attachment B. M/WBE participation goal for the project remains unchanged at 14 .00%. by +kt '-of\.-t' i~<....19r II\ AfV'~v, :'f l~tto t"t'tl. "t5f re.lA1e.J -to t'h.e S'u~ ; S be., j ~d4J'~~<e.J by '"f"I\ ?Lt( 't ,11'._$ ri-;ol11+ic" . fl') J J c:,... {, I, I ~ TOTAL COST FOR CHANGE ORDER NUMBER 4 $1 ,293 ,332.75 " ,, """'"""°' J:, ~,~! '~""""' """" '""""' o,a .. o, '"' '"''"""' """"""'" ~.~::· .: 'f2: 11 I I J 4j. .z;'i . /I;:» I and represents pa yment in .fll1 <J,2 th in time and mo ney) for a ll co s ts aris in g o ut o f. o r in cidental to , th e Change Ord er. ADDITIONAL APPROVED TIME TO DATE 279 days ADDITIO NAL TIME FOR THIS CHANG E ORD ER 161 days l]1, 13 DATE _ ~ 2S.JJ3 DATE DIRECTO R/C ONTRACTI NG DEPT . (, I CITY ATTORNEY J Christa Reynolds , Senior Assistant City Attorney y DATE S. Frank Crumb , P.E., Water Director ,_ CITY MA NAGER c... Fernando Costa, Assistant City Manager COUN CIL ACTIO N (IF REQ UIRED): C -(;iJJ, APPROVED O DISAPPROVED O OTHER __ _ DATE 7-l-1clJ DISTRIBUTION: WHITE -FlLE ,,. CANARY -ONSTRUCTION FILE PINKrl'kOJECT MANAGER 'A GOLDENROD -CONTRACTOR CITY OF FORT WORTH •11!1'• .. ARV CHANGE ORDER REQUEST ~NO. (dZZ(E--CQ tf CHANGE ORDER NO . 4 I DAT E: 3/1 4/201 3 I D.O .E. NO. I PROJECT NO. WTR-2010-200051 PROJECT DESCRIPTION : Ri versid e Was tewater Treatm ent Plan Di ges ter Sludge Treatment , Removal, and Di sposal Project CITY SECRETARY CONTRACT NO . 42205 ORIGINAL CONTRACT AMOUNT ...... $ ___ __,$=5=2=55=,0~4=0=.0=0 EXTRAS TO DA T E ...... ... .. ............. . ...... $ ______ ~$~0~.0~0 CREDITS TO DA T E . . . ......................... ., ...... . . ..... $ ______ =$4~6=8=.5=0 CONTRACT COST TO DA TE .. . $ ___ ~5=2~54~57~1=.5~0 AMOUNT OF PROPOSED CHANGE ORDER . . .................. ..• . .................................................... .. . $ ____ ~I =29~3=8=0~1 =.2=5 REVISED CONTRACT AMOUNT ... 6 548 372 .75 ORIGINAL FUNDS AVA ILABLE FOR CHANGE ORDERS .. 468.50 ADDITIONAL FUNDING (IF NECESSARY) I 293 332 .75 REMAINING FUNDS AVAILABLE FOR CHANGE ORDER 0.00 IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: The Digester Slud ge Treatment, Removal , and Disposal Project is in progress at the Former Riverside Wastewater Treatment Plant. The presence of unforeseen conditions resulted in the Contractor treating a larger quantity of water in the onsite treatment system, removing and providing add ition al stabilization for the sludge containing PCBs from the Digesters, and plugging plant piping to prevent water infiltration from other plant structures. (Attachment A). To date, t he City 's overall objectives for the Digester Sludge Treatment, Removal , and Disposal Project are being met by the Contractor. The Contractor shall complete all portions of the contract wo rk as approved in the original co ntract documents and Change Orders No . I , No. 2, and No. 3 . The sched ul e of completion is revised per this change order. Contract quantities and unit costs are revised per this change order as shown in Table l. Documentation of the new line items/additional quantities incurred directly by the Contractor are provided in Attachment 8. M/WBE participation goal for the project remains un changed at 14 .00%. A cl&; M by -t'h ~ Cor-..-t r~"'t .of'" ; A a. f'I\ ,wr'\.-t f\•i" -r,, 42-'«-'-~4--d il.f~l/t5f ,LlAT~d +o ~e S"l4if<. of wof'I<. ; s be.:"j AdcLrc.\~~ by -t'J...~ p4r-t:~ r.e -so l.rH a.-. . BJ J J c:.-i I, 13 TOTAL COST FOR CHANGE ORDER NUMBER 4 .. ; ....... -.. e ~,:1 .'.~~·· .rn;. cs .... , ••••• '"· ............. ; ..... ~~::: .: ,e! 1.1,3 an d represent s pa yment in ~(both in time and money) fo r a ll costs a ri s in g out of, o r in c id e nt a l to. th e Change Ord er. l/. i, .(11> I -'T ) $ 1,293 ,332 .75 ADDITIO NAL APPROVED TIME TO DAT E 279 days ADDITIO NAL TIM E FOR THIS CHANGE ORDER 161 days DIRECTOR/CONT RACTING DEPT. a r;- S~ank Crumb, P.E., Water Director CITYMANAGER ~:.. ..J.~ Fe rnando Costa, Assistant City Manager FIELD ENGI NEER Tony Bosecke DIRECTOR/MA NAGING DEPT . CITY ATIORN EY 0. . (b IZ I l... J Go/ Christa Reynolos , Se di r Assistant City ttomey CO UN CIL ACTION (IF REQ UIRED): c -2 i JJ I X APPROVED CJ DISAPPROVED CJ OTHER __ _ DATE DATE ) ct l.:5 DATE 7-lf-21J IJ M&C R ev iew CITY COUNCIL AGENDA DATE: CODE: COUNCIL ACTION: Approved on 7/9/2013 7/9/2013 REFERENCE NO.: C-26331 C TYPE: NON- CONSENT LOG NAME: PUBLIC HEARING: Page 1 of 2 Official site of the City of Fort Worth , Texas FORT WORTH ~ 60RIVERS1DE WWTP C04 NO SUBJECT: Authorize Execution of Change Order No . 4 to City Secretary Contract No . 42205 with AUi Contractors , LLC , in the Amount of $1 ,293 ,332 .75 , Thereby Increasing the Contract Amount to $6 ,548 ,372 .75 for Digester Sludge Removal , Treatment and Disposal at Former Riverside Wastewater Treatment Plant in Gateway Park (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No . 4 to City Secretary Contract No . 42205 with AUi Contractors , LLC, in the amount of $1,293 ,332 .75, thereby increasing the contract amount to $6 ,548 ,372 .75 for digester sludge removal , treatment and disposal at the former Riverside Wastewater Treatment Plant in Gateway Park. DISCUSSION: On October 2, 2011 , (M&C C-25090) the City Council authorized a contract with AUi Contractors , LLC , in the amount of $5 ,255 ,040 .00 for the removal of sewage sludge containing PCBs and heavy metals from eight digesters located at the former Riverside Wastewater Treatment Plant (Sector 1) in Gateway Park . The contract was subsequently revised by three previous change orders at no cost. On December 8 , 2011 , Change Order No . 1 was executed administratively to implement the use of belt press technology for the purpose of removing water from the sludge and additional time to the schedule. On May 23, 2012 and August 20 , 2012 , Change Orders No . 2 and No. 3 were executed administratively for additional time due to the unforeseen conditions encountered in the field . The work to be performed as part of Change Order No . 4 consists of removing and decontaminating excessive water found in seven of the eight digesters. When the Contractor began removing aqueous sludge , additional water unexpectedly entered the above-ground digesters from underground piping that connected digesters with each other and other relic structures in the plant. Additional water was also encountered in all five below-ground digesters from flap valves in the bottom of each digester that still functioned after 30 years of non-use , which allowed for the infiltration of groundwater. The aqueous sludge treatment and disposal at the former Riverside Wastewater Treatment Plant is regulated by the U.S. Environmental Protection Agency's (EPA) Toxic Substance Contro l Act (TSCA) due to elevated concentrations of polychlorinated biphenyls (PCBs). TSCA regulations require that PCB-contaminated water be treated prior to discharge to the sanitary sewer. Contaminated liquids from the digesters and piping are being processed through an onsite treatment process that has been constructed t o specifically meet both TSCA and the City's regulatory requirements for disposal into the sanitary sewer system. In order to account for the excessive water encountered from system piping and prevent further water infiltration in the above-ground digesters , the Contractor was instructed to plug pipes in the digester pump house and within the plant to minimize additional water from entering the above-ground digesters . The Contractor prov ided a d irect cost estimate for the additional services for plugging and abandoning of system piping. Once the system piping was plugged , aqueous and solid sludge http://app s .c fwnet.org/co uncil_p acket/mc _review.asp ?I D= 18 25 5&councildate=7/9/2 01 3 7/1 0/201 3 , M&CRev ie w Page 2 of2 removal continued as outlined in the original contract documents . Due to the increased moisture content in the solid sludge from water infiltration , additional stabilization measures including the addition of fly ash , cement slag powder and sawdust, was required by the disposal facility before the Contractor was approved to transport stabilized sludge to the landfill. The landfill operators were not able to operate machinery in the disposal cell without additional stabilization measures. The new effect of the proposed change order is as follows : !Original Contract Cost !!$5,255 ,040.00 !Change Orders Nos. 1-3 11$ 0.00 !Proposed Change Order No . 4 !!$1,293,332.75 !Revised Total Cost !!$6,548,372.75 The project construction manager, Freese and Nichols, Inc., has reviewed the proposed change order and recommends approval. Freese and Nichols Inc. provides on-site management during the cleanup activities necessary to remove the sludge from the digesters and conduct follow up laboratory sampling and reporting activities to meet the regulatory requirements . This project is in COUNCIL DISTRICT 4 . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated , of the Water and Sewer Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 60RIVERS1DE \/W\/TP C04 MAP .pdf FROM Fund/Account/Centers PE45 245100 000000 $1,293,332.75 Fernando Costa (6122) S. Frank Crumb (8207) Richard Talley (8203) http://apps .cfwnet.org/council_packet/mc _review .asp?ID= 18255&councildate=7/9/2013 7/10/2013 4055 International P laza , Suite 200 Fort Worth , TX 76109 -4895 Phone -(817 } 735 -7300 On-Site Property Map 1 !055 Intern ational Plaza, Suite 200 • Fo rt Worth , Texas 76109 • 8 17-735-7300 • fa x 8 17-73 5-7491 • www.frees e .c om March 14, 2013 Mr. Richard Talley Regulatory/Environmental Coordinator City of Fort Worth Water Department P. 0. Box 870 Fort Worth, Texas 76101 -0870 Re: City of Fort Worth Riverside Wastewater Treatment Plan Digester Sludge Treatment, Removal, and Disposal Project City Secretary Project No . 42205 FNI Project No . FTW11231 Change Order Request No . 4 (C0-04) Dear Mr. Talley: Enclosed please find a copy of Change Order No. 4 for work to be performed by AUi Contractors, Inc. on the above referenced project. This change order increases the overall contract value by $1,293 ,801.25 to $6,548,841.25 . The purpose of this change order is to amend the contract quantities for liquid treatment and sludge disposal, include compensation for plugging plant piping to the control rooms and pump house, and extend the contract time for the project by 161 calendar days due to additional liquid treatment processing from groundwater infiltration through the flap valves on the belowground digesters and for City approval of the final change order. Sincerely, ;V4d~ Robert W . Chambers , P.G. Pr i ncipal Enclosure cc: Fi le FTW 11231 \C:\Users\02 171 \AppDa 1al l ocal\Mic roso ft \W indows\Temporary In tern et File s\C on te nt.Outl oo k\ TI/Q IV5RB\Change Order No 4 Submittal Leiter.doc 116030 Riverside WWTP AUi Contractors City of Fort Worth Freese & Nichols LDs $630 .00 per working day Summary of Contract Amount and Dates Dates Days 9/19/2011 $5 ,255 ,040 180 3/17/2012 30 -$763 4/16/2012 124 $294 8/18/2012 125 $0 12/21/2012 161 $1,293,801 5/31/2013 Co ntract Amount % Change Activity $5,255,040 Commencement Original Contract Days Original Completion Date $5,254,278 -0 .01% C/0 #1 11/21/2011 Revised Completion Date $5,254,571 -0 .01% C/0 #2 5/10/2012 Revised Completion Date $5,254,571 -0 .01% C/0 #3 8/3/2012 Revised Completion Date $6,548,372 24 .61% C/0 #4 3/14/2013 Revised Completion Date Attachment A Detailed Description of Change Order No. 4 Detailed Description of Change Order No. 4 On October 2, 2011, the City Counc il authorized a contract with the AUI Contractors, LLC in the amount of SS,255 ,040 .00 for the removal of sewage sludge containing PCBs and heavy metals from eight digesters located at the former Riverside Wastewater Treatment Plant (Sector 1) in Gateway Park. The contract was subsequently revised by three previous change orders. • On November 21, 2011, Change Order No. 1 was administratively executed to implement the use of belt press technology for the purpose of removing water from the sludge and additional time to the schedule at a credit of $762.00. • On May 10, 2012, Change Order No. 2 was issued for additional quantities of aqueous sludge treatment and time due to the unforeseen conditions encountered in the field at a cost of $293.50. • On August 3, 2012, Change Order No. 3 was issued for additional time for treatment of increased quantities of aqueous sludge from the digesters at no cost. The work to be performed as part of Change Order No. 4 consists of removing and treating excessive water found in the digesters. Contaminated liquids from the digesters and piping are required to be processed through a treatment process to meet regulatory requirements for disposal into the sanitary sewer system. The primary causes for the increase in the amount of water treated by the Contractor include: • Valves that were stuck in the open position on the above-ground digesters that allowed water from upstream plant structures to drain to the digesters via the digester control rooms and pump house. • Presence of mud valves in the bottom of the below-ground digesters that allowed infiltration of groundwater. In order to account for the excessive water encountered from mud valves in the below-ground digesters, the Contractor was instructed to stop pumping water from all below-ground digesters and at the Engineer's guidance, stabilized and disposed of all solid -phase sludge from below-ground Digester No. 1, which was determined to have the lowest quantity of sludge present. Once Digester No. 1 was emptied, the Contractor was instructed to pump all aqueous-phase liquids rapidly from the remaining below-ground digesters using Digester No. 1 as a storage basin. Contaminated liquids in Digester No . 1 were then pumped and treated in the onsite treatment system as outlined in the original contract documents. This method allowed all of the below-ground digesters to be de-watered rapidly to prevent slow infiltration of groundwater from the mud valves. Due to the increased moisture content in the solid sludge from water infiltration, additional stabilization measures including the addition of cement slag and sawdust, was required by the disposal facility before the Contractor was approved to transport stabilized sludge to the landfill for disposal. A combination of fly ash and sawdust was used for most of the digesters to so li dify the stabilized sludge. During the Digester No . 9 Pilot Test water infiltration did not occur and stabilized sludge did not require the addition of sawdust for the landfill to accept the waste . The landfill operators were not able to operate machinery in the disposal cell without additional stabilization measures. Table 1. Change Order No 4 Quantities Item Oescnpt,on " Current Contract . Revised Per Change Order Basic Bod Items Quant,ty Untt Un,t Pnce Total Quantity Unit un,t Pnce Total Difference 7 T, ansporta~on of Uncontaminated Roof Debris & Concre te 960 Tons $30 .00 $28 .800 .00 0 Tons $30.00 $0 .00 -$28,800.00 8 Disposal of Uncontaminated Roo f Debris & Concrete 960 Tons $15 .50 $14 ,880 .00 0 Tons $1 5.50 $0 .00 ·$14,880 .00 19 Aqueous S 1udgc/L1qu1d Removal. Treatment, & Disposa l 2 800,000 Gallons $0 .25 $700 ,000 .00 4,968 ,886 Gallons $0 .25 $1 ,2 42 ,22 1.50 $542,221 .50 2 1 Class "F" Flyash 3,010 Tons $49 .00 $147,4 90 .00 4,000 Tons $49 .00 $196 ,000.00 $48,510 .00 22 Transportation of Stab1hzed Solid Sludgel Contam,nated Debns to Dispo sa l Site 22 ,750 Tons $27 .00 $6 14 .2 50 .00 27 ,177 Tons $2 7.00 $733 ,779 .00 $119,529 .00 23 Stabilized S\udye/Contaminated Debris Disposal 22,750 Tons $80 .25 S 1,825.687 .50 27 ,177 Tons $80 .25 $2 ,180,954 .25 $355 ,266.75 26 6-Foot Chain Link Fenc1119 & Gates 1,975 LF $14 .00 $27 ,650 .00 0 LF $14 .00 $0 .00 -$27 ,650 .00 33 Seeding 3.5 Acres $9 ,000 .00 $31 ,500 .00 0 Acres $9.000 .00 SO .DO -$31 ,500 .00 CO2 Rush Water Te,11119 (PCBs . Metals . Cya111d e) 176 Sam ples $474 .00 $83,424 .00 440 Samples $47 4.00 $208 ,560 .00 $125 ,136.00 CO,i P lu yg,ng J n d Ab,rndoning Up::.trnJm Pli.1nt P1p111 yJ C onuol Room::. NIA NIA NIA $0 .00 1 LS $33 ,106.00 $33 ,106 .00 $33,106.00 C04 ~i.1wdus l NIA NIA NIA S0 .00 1 LS $114,808.00 $114 ,808 .00 $114 ,808 .00 C04 Cement Sl.ig PoNdcr NIA NIA NIA S0 .00 1 LS $8,054 .00 $8 ,054 00 $8 ,054.00 C04 Add1uonJI W.H 1.:t TrctJlmc:nt Co~t:;. NIA NIA NIA $0 .00 1 LS $50 ,000 .00 550,000.00 $50,000 .00 1 Qua,u,c,es for bid items shown in GREEN rewsed per Change 01der No.land No. l . Total Change Order Quantities : $1 ,293 ,801 .25 Original Contract A mount: $5 ,255 ,040 .00 Percent of Original Contract: 24.62 Availabl e Credits : $468.50 6/11/2013 .lllllcoNTRACTORS Superior Sc,vices with an Exceptional Te~m 4775 Nocth Fret.i .... a)'. Fur l Wofth TX 76106 O II K.C . 817-926--4377 Fo11x &l7-g26--4 l 87 W'W\V a;• qc.com snn:ur u : OF \',\LIJt:S A u I rE~I U ESCkll"'T IOi'\ OF\\ OH.h'.. i\O. 11.\S IC Ulll 11 DIS I Traffic Co ntrol Plan 2 St orm Wat e r Pollution Pr eve ntion Plan J M obili zati on 4 Cleanng & Gr ub bin g s Di ges t er Lid Hcmova l & Demol1t1on 0 Transpo 1tJtio n o f Met al Roofs for Recyclin g 7 Tran~portation of Unco ntdfflllldtcd Ro ot De b11 s & Concrete 8 Disposa l of Uncontaminat ed Roof Debris & Concre t e 'I Sa mple Co ll ectio n (L 1qu1d & So lid Samples) 10 PCB Anal ys i s 11 Total RCRA Met al Analysi s 12 TCLP RCRA Metal Analy sis 13 r o t JI Cu/N1 /Zn An alysis 1-1 Cyanide Analysis 15 voe An alysi s I<, SVOC Analys,s 17 He rb 1ci de/Pe~ti c1de AnJl y~1s IS TCLP VOC/5VO C/Herb 1c1d e/Pest1 c1d e Analysis 10 Aqueou s Sludge/Liquid Rem ova l, Tr eatment, & Di>po,a l :o Solid Sl udge Mixin g, Stabil1L at1 o n, & Excava ti o n 21 Clas s "F" Flya sh (D8 ·787 .2St , D7 -41:!1 .97t, D6·634 .27t, 0 1-345.1'/t, D2 -32 4 .27 t ) 22 Tra nsportat ion of St abilized So lid Sludge/C onldminated Debris to Disposal Site _, St abillled Sludge/Contaminat ed Debns Disposal 24 Pr essu re Clean Diges ter ~ & Tre atmen t o f Deco ntdm1n at 1011 liquids 25 Pluggin g o f Digest er Pip es 2o 6-Foo t ChJm link Fe ncin g & Ga tes 27 Disp osa l o f Pers o nal Protective Equi pm ent (d,sp osJI of PPE on 6 o f 8 d 1gesters ) .':S Demolitio n o f D,ge~t er Bd ~in s. Con tro l Rooms and Ass ocia ted Pip ing 19 Class 3 Ea ,th Fill 30 Cl ass 12 Earth Fill AUU ITD1S J I Of'fsite Borrow -Class 3 Earth Fi ll 32 OHsite Bo rrow -Class 12 Earth Fill Jl See ding TOTAi. CIIA:>i Gl OKUlRS CO.H I Belt Press Proce ss Ulihze Bell P,ess Me thod for Sludge So hd1t ica t1on Aqueous Slu dge / Liqu id Removal , Treatment & Dispos al Sohd Sluu ge M1x iny Cla ss "F" Fly Ash Transportallon of Sl ab1 hzed So hd Sludge & De lJris Stab1hLed S1udge/Conla1rn11at ed Debris Disposal C (Jr\' l 1 1 1 1 l 960 960 218 138 13 8 80 S8 58 8 8 8 8 600000 8 7000 30000 30000 8 9 1975 50 1 11150 1600 14900 1600 3.50 8 150000 8 -4500 -6500 -6500 u UOM QTY li\ST LS 1 $ LS 1 $ LS 1 $ LS 1 $ LS 1 $ LS 1 $ Tons 960 $ Tons 960 $ Sam ple s 218 $ Sam ple s 138 $ Samp les 138 $ Samples 80 $ Samples 58 $ Sam ple s 58 $ Samples 8 $ Samples 8 $ Samples 8 $ Samp les 8 s Gallons 600000 $ Di ges t ers 8 $ Tons 7000 .00 $ Tons 30000.00 $ Tons 30000 .00 $ Digesters 8 $ Digesters 9 $ LF 1975 $ Drums 50 .00 $ LS 1.00 $ CY 11150.00 $ CY 1600 $ CY 14900 $ CY 1600 $ Acres 3.5 0 $ DIG 8.0 $ GAL 150000 $ EA 8 $ TONS -4500 $ TONS -6500 $ TONS -6500 $ Page 2 of 3 .l SC II . \'ALU[ 5,000 $ 15 ,000 $ 245 ,000 $ 45 ,000 $ 142,000 $ 10,000 $ 28,800 $ 14 ,880 $ 11,990 $ 12,420 $ 12 ,420 $ 9,600 $ 2,030 $ 2,320 $ 880 $ 1,960 $ 2,320 $ 5,920 s 150,000 $ 200 ,000 $ 343,000 $ 810,000 $ 2,407,500 $ 40 ,000 $ 9,000 $ 27,650 $ 6,250 $ 220,000 $ 111,500 $ 8,000 $ 283,100 $ 40,000 $ 31 ,500 $ S5,25S,O-IO 919,363 .00 $ 37,500 .00 $ (40,000.00) $ (220,500 .00) $ (175 ,500 .00) $ (521 ,625 .00) $ RIVERSIDE WWTP -DIGESTER SLUDGE TREATMENT AND DISPO~AL FORT WORTH, TX C IT Y OF FORT WORTH WTR-2 010-200051 l. ~· l 'i\lT \\ORK ('OMPl.lTlD PR ICl l'tH:V T III S APPL HRIOD 5,000 $5,000 .00 $ 15 ,000 $15,000 .00 $ 245,000 $245,000 .00 $ 45,000 $45,000.00 $ 142 ,000 $1 42 ,000.00 $ 10,000 $10,000.00 $ 30 $ 28,800 16 $ 14,880 55 $11,990.00 $ 90 $12,420.00 $ 90 $12,420 .00 $ 120 $9,600.00 $ 35 $2,030 .00 $ 40 $2,320 .00 $ 110 $880.00 $ 24S $1,960.00 $ 290 $2,320 .00 $ 740 $5,920.00 $ 0.25 $150,000.00 $ 25,000 $200,000 .00 $ 49 $159,372.01 $ 183,62 8 27 $530,196 .30 $ 279 ,804 80.2S $1,575,861.23 $ 831,639 5,000 $30,000 .00 $ 10,000 1,000 $7,000.00 $ 2,000 14 $ 27,650 125 $4,170 .00 $ 2,080 220 ,000 $146,666 .67 $ 73,333 10 $86,723 .00 $ 24,777 5 $6,230.00 $ 1,770 19 $220,248 .00 $ 62 ,852 2S $31,150.00 $ 8,8SO 9,000 $31 ,150.00 $ 350 SJ,420,079 .21 S 1,55 2,412 . 7q 114 ,920 .38 $861 ,902 .81 $57,460.19 0 .25 $37,500.00 $0 .00 (5,000.00) ($40,000 .00) $0 .00 49 .00 ($220,500 .00) 27.00 ($175,5 00 00) 80.25 ($521 ,625 .00) .INVOICE NO : PAY PERIOD : N TO U.-\11:. $5,000 .00 $15 ,0 00 .00 $24 5,000.00 $45,000 .00 $14 2,000 .00 $10 ,000 .00 $28,800 .00 $14 ,880 .00 $11,990.00 $12 ,420.00 $12,420 .00 $9.&00 .00 $2 ,030.00 $2 ,32 0 .00 $880.00 $1,960.00 $2,320.00 $5,920 .00 $150,000.00 $200,000 .00 $343 ,000.00 $810,000 .00 $2 ,407 ,500 .00 $40,000.00 $9,000.00 $27,650.00 $6,2SO .OO $2 20,000.00 $111 ,500 .00 $8,000 .00 $283 ,100.00 $40 ,000.00 $31 ,500 .00 SS.!55,040.00 $91 9 ,363.00 $37,500.00 ($4 0,000.00) ($22 0,500 .00) ($175 ,500.00) ($521 ,625 .00) 11 6030-16 02 -0 1-13 thru 06 -3 0 -13 I' () % H.\I.A J,,·t T O H:\IS II $0 .00 $0 .00 $0.00 $0 .00 $0 .00 $0.00 $0 .00 $0.00 $000 $0 .00 $0 .00 $0 .00 $0 .00 $0 .00 $0 .00 $0.00 $0.00 $0 .00 $0 .00 $0.00 $0.00 $0.00 $0 .00 $0 .00 $0 .00 $0.00 $0 .00 $0 .00 $0 .00 $0 .00 $0 .00 $0 .00 $0.00 IOU .OU ~·~ SO.lJO 100% $0 .00 100% $0 .00 100% $0 .00 JOO% $0 .00 100% $0 .00 100% $0 .00 .\ ll C LI ., L \I " I' (} ITE~I U[SCKll'flON O F II OKK vn· lJO M (}TY SCII . U1'1T \\Okh:C0 .\11'1 lllU % 8 .\LA.'\CE 1"U . l!'i ST VA Ll 't.: rKIC[ l'K lV TIIIS TO TO H t'\1~11 ArPL l'E KlOU UA l l c u.,,z Samµlc C0Uc c11on (hqu1 d and sohd sa mples) 38 EA 38 $ 2,090 .00 $ 55.00 $1.100.00 $990 .00 $2,090 .00 100\. $0.00 P CB Analysis -5 8 EA -58 s (5 ,220 .00) s 90.00 ($5,220.00 ) $0 .00 ($5,220 .00) 100% $0 .00 Total RC RA Mela l Analy sis -58 EA ·58 $ (5,220 .00) $ 90.00 ($5 ,220.00) $0.00 ($5 ,220.00) l00% $0 .00 To lal Cu/Ni/Zn Analysis -58 EA -58 $ (2,030.00) s 35 .00 ($2,030 .00) $0 .00 ($2 ,03000) 100% $0 .00 Cyanide Analy sis ·58 EA -58 $ (2,32 0 .00) $ 40 .00 ($2,320 .00 ) $0 .00 ($2,320.00) 100% $0 .00 Aqueous Sluclye Rc 111ovaVL1qui d Re111 oval , Trea11ne11 1 & Disposal 2050000 GAL 2050000 $ 5 12,500 .00 s 0 .25 $1,054,721.50 ($542,221.50) $512,500.00 100% $0 .00 Class F Fly as h 510 TONS 510 $ 24 ,990.00 $ 49.00 $15 ,889 .23 $9 ,100.77 $2 4 ,99000 100% $0 .00 Tr<1 11 sporlalion of Sl au,h,cd Solid Sludge /Co nla1111natcd Debns to Disposal Site -750 TONS ·150 $ (20 ,250 .00) s 27.00 ($20 ,25 0 .00) ($20,250 00 ) l00% $0 .00 Sta b1h,ed Sludge/Con ta minated Debrr s Disposal -750 TONS -750 $ (60,187.50) s 80 .25 ($60,187.50 ) ($60,187.50) 100% $0 .00 Ul1h,e be lt press rn c lhod for slu dye solrd1 ficaho11 8 DIG 8 $ (527,4 83 .04) $ (65 ,935.38) ($527,483 .04) s ($527,483 .04 ) 100% $0.00 Rush v,atcrtesling (PCB , Metals, Cya nide) 176 EA 176 s 83,424.00 $ 474 .00 $155,946 .00 ($72 ,522.00) $83 ,4 24 .00 100% $0 .00 ,·.o. uJ Additio na l 125 days added to contract (no cost chang e) c o .""' FINAL QUANTITY ADJUSTMENTS 7 Tr.m spo 1tJ t1 on o f U nco nt Jmma t ed Roo f Deb ri s & Co ncrete -960 Tons -960 s (28,800 ) $ 30 $0 .00 s (28,800) ($28,800 .00) 100% $0 .00 " Dis posa l o f Uncon l am rnatc d Roof Debris & Concret e -960 To ns -960 s (14 ,880) $ 16 $0 .00 $ (14 ,880) ($14 ,880 .00) 100% $0.00 IY Aqueous Slud ge /Liqui d Removal , Tr eatm en t , & Disposal 2 168886 Gallons 2168886 $ 542,222 $ 0 .25 $0 .00 s 542 ,222 $542,221.50 100% $0 .00 ?I Class F Flya sh 99 0 TONS 990 s 48 ,510 .00 $ 49 .00 $0 .00 $ 48,5 10 $4 8,5 10.0 0 100% $0 .00 ,, Tra nsportalro n of S1ab1hz c d Sohd Sludge/Conla1rnna1 ed De bns to Disposal Sil e 44 27 TO NS 4427 s 119 ,529 .00 $ 27.00 $0 .00 s 119,529 $119,529 .00 100% $0.00 23 Stab1hL ed Sludge/Co nla m1n alcd Deuns Di spo sa l 4427 TONS 4427 $ 355,266 .75 $ 80.25 $0 .00 s 355 ,2 67 $355,266 .75 100% $0.00 lo 6-Foo1 Charn Link Fencrng & Ga l es -1975 LF -1975 .00 $ (27,650 .00) $ 14 .00 $0 .00 $ (27 ,650) ($2 7,650 .00) 100% $0 .00 jj Seed i ng -3 .50 LF -3 .50 $ (3 1,500 .00) $ 9,000 $0 .00 $ (31 ,500) ($3 1,5 00.00) 100% $0 .00 C Ul Rush Waler Teslrng (PCB's , M elals Cyan1d s) 264 .00 EA 264 .00 s 125 ,136.00 $ 474 $0 .00 $ 125,136 $125,13 6.00 100% $0 .00 C04 Pluggin g and Abandon ing Upstream Plan I P1prny / Contro l Rooms 1 LS 1 $ 33,106.00 $ 33,106 $0 .00 $ 33 ,106 $33 ,106.00 100% $0 .00 C04 Sawdusl 1 LS 1 $ 114 ,808.00 $ 114,808 $0 .00 s 114 ,808 $114 ,808.00 100% $0 .00 C 04 Ce men l Slag Powder 1 LS 1 $ 8 ,054 .00 $ 8,054 $0 .00 $ 8,054 $8.054 .00 100% $0 .00 C O..& Be lowground Digester A dd1o onal Treatment Casi s 1 LS 1 $ 50 ,000.00 $ 50,000 $0.00 $ 50,000 $50 ,000 .00 100% $0 .00 C.0 . H5 1 LS $ SD .DO $0 .00 0% 1"11 ,11\(;£ OIU>lK TOTAi.~ s 1.293.80 1 S1.S-14.78b.SO s 1.293,301 S l..!'JJ.MU l.25 'SU .110 Al>.JI S I n, ('tJ ;'TH \(TA \lO l i:'\ r $6.548.841.25 $4,964.865.7 1 S.!./'Ub ,2 1..&.04 S<>5..&~.l'i ..& 1.25 IUO "/., SU .OU Page 3 of 3