Loading...
HomeMy WebLinkAboutContract 42361-CO1 (2)FORT WORTH . ~ City of Fort Worth Change Order Request ~~:::'.:'uz;3tp ,~co, Ptoject Name! Rolling Hills WTP • Phase 5 Chem ical Facilities Improvements City Sec # ,__4_23_6_1 ____ __.I Client Project #(s}! Fort Worth (0 157 2); COM Smith (30429); legacy Co ntracting LP , dba Control Specialist Services, LP(11-1018 ) I Projec t Description ,__ ________________________________ __. Change Order # Date 9/17/2012 Contracto r! Legacy Contracting LP, dba Control Specialist City Project Mgr.! Farida S Goderya, PhD , PE City Inspector Mike Hill .__ ___________ _, Dep t. Wa ter Totals Original Cont rac t Amount $4,065 ,895.00 $4 ,065,8 95.0 0 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date .. '$4,065 ,89.5.00 . . $4,06 5,89 5.0 0 !Amount of Proposed Change Order ' . $16,361 ,00. --·-· .. ... ., $16 ,361.00 ,, .. Rev ised Cont rac t Amount · . $4;082 ;25p .OO ' ..;.-, ,; $4,082,256.00 . . ... Original Funds Available for Change Orders $0.00 Remaining Funds Availab le for th is CO ·, .. $0 .00 .. ... . . Addit io nal Funding (if necessary} ' _: $16;:561':00 ' ,. $16 361.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIG INA L CONTRACT MAX ALLO WABLE CO NTRA CT AMOUNT (ORIGINA L CONTRACT COST + 25 %) Th is Change Order # 1 covers the following : PCM 01, CMR 028 , CMR 038 , and CMR 048 . No Time Extension is part of this Change Order. The additional details may be found i OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX 10 -08 -12 P05: 1 IN Se le ct Da y Type 460 460 460 lltM 1 2 3 4 lFOIUWORTH -~ Pr6ject Name Cli eii! Project# . reject Description City of Fort Worth Change Order Additions Rolling Hills WTP -Phase 5 Chemical Facilities Improvements City Sec# Fort Worth (01572); COM Smith (30429); Legacy Contracting LP, dba Control Specialist Services , LP(11-1018) ~ontractor Legacy Contracting LP , dba Control Specia list Change Order# 1 Date 9/17/2012 42361 City Prfject Mgr. Farida S Goderya , PhD , PE City Inspector Mike Hill '--'-;.;;.;.;.:_.;.;.;. _________ ___, ' r ADDITION~ . Ut:SGKII-' I IUN Utl-'I Qty Unit Unit Cost lotal 1-'C M 01 -Glazed l iles for Existing Structural Go1umns in Gnem1ca1 01ag water 1.00 LS :!i5 ,~/9 .0l :ii5 ,979 .0U CMR UZtl -MCC Room Demolition Water TITO [S $1 ,073.00 $1 ,073 .00 CMR 03 B -Dowels and Keyway for Walls Water 1.00 LS $2 ,305 .00 $2 ,305.00 CMR 04B -Ferric Sulfate Tank No 1 Modifications Water 1.00 LS $7 ,004 .00 $7 ,004 .00 . : , Water $16 ,361.00 Sub Total Add1t1ons $16 ,361 .00 Change Order Additions Page 1 of 1 PROJECT: OWNER: CONTRACTOR: ENGINEER: Contractor's Proposal ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS CITY OF FORT WORTH LEGACY CONTRACTING , LP COM Smith Proposed Project Modification (PCM-01) PROJECT NUMBER: P265-601510157280 0515-30429 DESCRIPTION: Glazed Tiles for Existing Structural Columns in Chemical Building Ref: RFl-08 (attached) Contractor's Proposal of work: The existing columns would have to be toothed out basically consisting of removing the existing cut SGT from the column to make room for the new SGT going into place. The toothing process is when the mortar in between the SGT is removed to allow for new mortar and SGT to be installed. This will allow for a cleaner & uniform appearance to the existing column without signs of any additional "new" SGT -keep in mind that the tile & mortar have been matched on site but the existing mortar & SGT vary in color and may show signs of difference but shall be minimal. By: David Martinez Date : August 14, 2012 ENGINEER'S RESPONSE: The proposal is recommended to the Owner. Chun -Yi Chiang, P.E . By : _____________________ _ Date : __ 9_14_1_12 ______ _ D IREC T FIELD CO ST Composite Rate = Unit Total Total Total Tx'd Unit Sub Tx'd Unit MH Loe. Description Qty Unit Unit Sub Mat'! Labor Mat'! Labo r Unit Comoosit Rate Ana lvsis Otv Descriotio n Rate Total Composit Rate /hr Materia ls / Glazed Stru c. Clay tile I LS 3,25 0.0 0 3,250.00 Labo r/tooth out @l existing-inst all I LS 1,750.00 1,750.00 -- --- -- - -- - Sub tota l 5,000.00 Burden 35 % Subtotal 5,000.00 &ibtcta 5,000.00 Ove rhead I 0% 500.00 Subtotal 5,500.00 Profit 5% 275 .00 &ibtcta 5,775.00 Bond 1.5 % 86.63 Subtotal 5,861.63 In sura nce 2% 117 .23 GrandTctel 5978.86 DevsExtra 1.00 Job: __ R_o_llin_g_H_ills_W_T_P_P_S_C_F __ Item: PCM-001 Glaud Tiles Existing Structural Columns Sht. I of I CDMth Sm1 Memorandum To: David Martinez Legacy Contracting From: Gary Chiang CDMSmith Date: March 11, 2012 Subject: City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Proposed Contract Modification No. 1 -Glazed Tiles for Existing Structural Columns in Chemical Building As indicated in the response to RFI-08 (attached), it was determined that the two existing structural columns located on the north side of the new MCC Room in the existing Chemical Building should be covered with glazed tiles to provide a consistence interior appearance. The proposed modifications are presented in the drawings attached to this Proposed Contract Modification No . 1 (PCM-01). Please provide a cost proposal for the proposed change request. All work identified shall b e performed in accordance with the original Contract Documents and Specifications. cc: Farida Goderya -FWWD Mike Hill -FWWD Danny Shannon -COM Smith 0515-30429 RHWTP P5CF REQUEST FOR INFORMATION (RFl-08) ROLLING HILLS WATER TREATMENT PLANT PROJECT: PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS PROJECT NUMBER : OWNER: CITY OF FORT WORTH P265-601510157280 CONTRACTOR: LEGACY CONTRACT ING LP ENGINEER: CAM P DRESSER & MCKEE INC . 0515-30429 REFERENCE DATA: Specification Section No . Page No . Paragraph No . Drawing No. A 1.02 Detail description: Ground Floor Plan CONTRACTOR REQUESTS: D Information D Interpretation 3 Clarification For the items described below or in the attached material referenced below: The drawings show the glazed tile starting from the second column due West on the North end of the new MCC room but does not detail the columns to recei ve finishes -the same wou ld be for the second column due West of the co lumn shown on the photos. These columns do not have a finish on the inside due to the equipment that was in pl ace prev iously? Please advise CONTRACTOR'S PROPOSED SOLUTION: Add additional clay tile to complete the columns. REQUESTED BY: David Martinez DA TE: December 14, 2011 ENGINEER'S RESPONSE: D Information D Interpretation D Clarification for the items described above or in the attached material referenced : The open face of those two columns shall be covered with glazed tiles. A PCM with construction details will be issued for the proposed modifications. RESPONSE BY : Chun-Yi Chiang, P.E. DATE: 2/15/12 � � � � �Y � � � � �� � �� � � � � � �� � i � '� � - T . � . . . . . � � �„��.,n�s,r��`� .r _ 1c.- �-��' � � - � - � -� �� ��� S J _ . �_ # � � Y ���� _ �y� _ _ � _ . _ .� ' ."� _ �_ � - .� �-��' � � � � �M" � � � � � � � _ �, � R ! a - ,� � � Uel�� 4� „ . , ,�'�'rul1�'r. COMPLIANCE · GROUND •SF CATEGO 06 F >56 1,672 '" '" .... m ... ... •. '" 88 3'5 287 '" '" 53 I GENERAL EXITING AND OCCUPANCY NOTES: A. FITNESS OF THE EXISTING BUILOJNG FOR CONTINU ED OCCUPANCY AND THE ADDITION OF THE MECHANICAL ROOM 82 IS REVIEWED UNDER TABLE 3412.7 AND 3412.9 ATIACHED. 8 . EXIST lt~G BUILDING IS NOT SPRINKLED . UNDER NEW CONSTRUCTION, MECHANICAL ROOMS 81 & 82 Will BE SPRINKLED UNDER NFPA 13AND ALARM SYSTEM UNDER NFPA 10. 8. ALL DIMENSIONS ARE MEASURED CLEAR FOF (F ACE-OF- FINISH > TO FOF . D. PROVIDE TACTILE SIGNAGE AT ALL EXIT DOORS PER I.B.C. ~--1!!21. E. OCCUP.ANCY LOADS {"0.l ") JN ACCESSORY SPACES (NO DESIGNATION O.L. GIVEN) ARE CALCULATED USING THE FO-LOW!NG INFORMATION: 1. COMMON AREAS. OFF ICES, WORK SPACES ARE CLASSIFIED AS OCCUPANCY Type ·a·· O.L. FACTOR = 100 SQUARE FEET PER PERSON . 2. CONFERENCE ROOMS AND BREAK ROOMS HAVE A M.AXIMUM OCCUPANCY PER 1.B.C. 303.1.2 FOR< 50 = TYPE -s · 3. MECHANICAL ROOMS. STORAGE ROOMS. TOILET ROOMS, CORRIDORS, VESTIBULES, RECEIVING AREAS AND ENTRY SPACES ARE CONSIDERED AS UNOCCUPIED SPACES . (BASED ON FULL BUILDING OCCUPANCY OF ALL OTHER AC:'.::ESSORY SPACES. F. EXIT TRAVEL DISTANCE FOR TYPE "F " (FACTORY) OCCUPANCY IS 3DO FEET PER TABLE 1016.1 WITHOUT FIRE SPRINl<LER SYSTEM AND 400 FEET WITH FIRE SPRINKLER SYSTEM. G. MINIMUM EGRESS WIDTH PER TABLE 4604.7 AS FOLLOWS: UNSPRINKLEO SPRINKLED STAIRWAYS 0.3 --0.-2- 0THER COM PONENTS 0.2 0.15 H. MINIMUM NUMBER OF EXITS FOR O.L. < 500 SHALL BE (2) PER I.B.C. SECTION 1021 .1. MINIMUM CORRIDOR WITH SHALL BE (36 ") PER I.B.C. 1018.2. EXCEP-lON 2 WITH A REQUIRED OCCUPANCY OF < 50. fr', Lii"'i ~""0.V LEGEND AND SYMBOLS 0 FIRE EXTINGUISHER 10 LBS. (NO CAB INET) PER I.F .C. SECTION 906 . 0 LONGEST DISTANCE TRAVELED WITHIN THE BUILDING FROM A SINGLE POINT TO A POINT OF BUILDING EGRESS. TOTAL MEASURED DISTANCE IS 170 FEET< 300 FEET PER NOTE "F" OF THIS SHEET . 0 POINT OF EGRESS;# IND I CATES WIDTH (W) O.L. PER NOTE E3 = 0 O.L. BAS EMENT = 0 O.L 2ND FLOOR = 0 O.L. FOR GROUND FLOOR = 33 36" DOOR= 180 , , ~~@~5 :· _____ _,] I ------, I 135'-0" 2N D FLOOR OUTSIDE STORAGE 1 Code Compliance -Ground Floor 0 .. 14 2'-0" GROUND FLOOR O.L. PER NOTE E3 = 0 O.L. BAS EMENT = 0 O.L2ND FLOOR = 0 O.L . FOR GROU ND FLOOR = 33 36" DOOR = 180 ! I. q ! • I I i • • • NOV. 3, 2011 A0 .13 O'{l.. -\-=c:..~ ~ G.~~ - CONTRACTOR'S MODIFICATION REQUEST (CMR-002BJ PROJECT: OWNER: CONTRACTOR: ENGINEER: ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEM ICAL FACILITIES IMPROVEMENTS CITY OF FORT WORTH LEGACY CONTRACTING LP CAMP DRESSER & MCKEE INC . PROJECT NUMBER: P265-6 01510157280 0515-30429 DESCRIPTION: Demolition at existing Common area for new MCC room. NOTIFICATION TO ENGINEER: The Contractor proposes to make the additions, modifications , or deletions to the Work described in the Contractor Documents , as shown in the attached sheet(s), No(s)_ (to __ ). The Contractor requests that the Engineer take the following action : D Notify Contractor that you concur that this change does not require a change in Contract time or amount and issue a Field Order. 3 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. D Authorize the Contractor to proceed with the described change . Payment will be requested at the unit price bid . D Authorize the Contractor to proceed with the change under the time and materials provision of the Contract. By: David Martinez Date : June 29 2012 ENGINEER'S RESPONSE: The Engineer responds to the Contractor's request as follows: D We concur that the proposed change does not require a change in Contract time or amount. See attached/forthcoming Filed Order No. __ comments. ~ Your proposal is recommended to the Owner. See attached/forthcoming proposed Change Order. LJ Proceed with the change at the unit price bid . D Proceed with the change under the time and materials provisions of the Contract. D Additional information is required to evaluate this request. Provide information as described in the attached comments and resubmit. LJ Contractor's Modification Request is not accepted. By : _____ c_h_u_n-_Y_i _C_h_ia_n_g_, _P_.E_. __________ _ Date : ___ 8_11_3_11_2 _____ _ DIRECT FI ELD COST r ) C R ompos1te ate = Unit Tota l Total Total Tx'd Unit Sub Tx'd Un it MH Loe . Descri ption Qty Un it Unit Su b Mat'! La bor Mat'! Labor Unit Composit R ate A nalysis Otv D escription Rate Tota l Com posit Rate /hr !p last ic & misc materials-enclos ure 10 Hrs 16.00 --160.00 !plastic & misc mate ria ls-enclos ure I LS -38.94 -42.25 - demo of concrete in MCC roo m I LS -40.00 288 .00 -43.40 288.00 SuP3ri ntaident 4 Hrs -30 .00 --120.00 haul off debri s 0.5 LS -89 .76 -44.88 - ---- ---- Subtotal -130.53 568 .00 Burden 35% 198.80 Subtotal 130.53 766.8 0 Subt ot a 897.33 Overh ead I 0% 89.73 Subtota l 987.06 Profit 5% 49.35 Subtota 1,036.42 Bond 1.5% 15.55 Subto ta l 1,051.96 Ins urance 2% 2 1.04 Grcrid Total 1,073.00 DavsExtra - Job: Demolition ofMCC Room -A Sht. 1 of 1 .. oK-~~~ CONTRACTOR'S MOD/FICA TION REQUEST (CMR-003B) PROJECT : OWNER : CONTRACTOR: ENGINEER: ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS CITY OF FORT WORTH LEGACY CONT RACT ING LP COM Smith DESCRIPTION: Dowels and Keyway for Walls . NOTIFICATION TO ENGINEER: PROJECT NUMBER : P265 -60151 015 7280 0515-30429 The Contractor proposes to make the additions , modifications , or deletions to the Work described in the Contractor Documents , as shown in the attached sheet(s), No(s)_ (to __ ). The Contractor requests that the Eng i neer take the following action : D Notify Contractor that you concur that this change does not require a change in Contract time or amount and issue a Field Order. 3 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 . D Authorize the Contractor to proceed with the described change . Payment will be requested at the unit price bid . D Authorize the Contractor to proceed with the change under the time and mate ri als provision of the Contract. By: David Martinez Date : August 13. 2012 ENGINEER'S RESPONSE: The Engineer responds to the Contractor's request as follows : D We concur that the proposed change does not require a change in Contract t ime or amount. See attached/forthcoming Filed Order No . __ comments. ® Your proposal is recommended to the Owner. See attached /forthcoming proposed Change Order. LJ Proceed with the change at the un it price b id. D Pro ceed with the change under the time and materials prov is ions of the Contract. D Additional information is required to evaluate this re quest. Provide information as described in the attach ed comments and res ubm it. LJ Contra cto r's Mod ifi cation Request is not accepted . Ch un-Y i Chiang , P.E. By: _____________________ _ Date :_8_1_14_1_1_2 ______ _ DIRECT FIE LD C O ST C R ompos1te ate = Unit Tota l Total Tota l Tx'd Unit Sub Tx'd Unit MH Loe. Descript ion Otv Unit Unit Sub Mat'! Labor Mat'! Labor Unit Compos it R ate Analysis Otv D escrip tio n Rate Total Com pos it Rate /hr Saw Cutting Kevwav 10 Hrs --16 .00 --160.0 0 Chi ppinl1'/Bushing 20 Hrs --16.00 --32 0 .0 0 Ch ipping/B ushing I LS -60.00 -65 .10 - &Jceri nta,dent 5 Hrs -30.00 --150.00 Dowels 1 LS -356.19 -356.19 - Drilling for Dowels 20 Hrs --16 .00 --320.00 Epoxy 16 EA -14 .00 -224 .00 - Subtota l -645 .29 95 0 .00 Burden 35% 332.50 Subtotal -645 .2 9 1,28 2.50 &Jbtota 1,927 .79 Overhead I 0% 192 .78 Subtota l 2,120.57 Profit 5% 10 6.03 &J bt ota 2,226.60 Bond 1.5 % 33.4 0 Subtotal 2,260.00 Insurance 2% 4 5.2 0 Graid Total 2,305 .20 Days Extra 2.00 Job : __ R_o_llin_· _g_H_il_ls_W_T_P_P_5C_F __ Item: Dowels & Keyway s for Concrete Walls Sht. I of 1 0'¥.--~ ~ G --:)~--y-, CONTRACTOR'S MODIFICATION REQUEST (CMR-004BJ PROJECT: OWNER : CONTRACTOR: ENGINEER: ROL LI NG H ILLS WATER TREATM ENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS CITY OF FORT WORTH LEGAC Y CONTRACTING LP CDM Sm ith DESCRIPTION: FETK-01 Modifications (Shorten tank) Ref: Field Order #3 (attached) NOTIFICATION TO ENGINEER: PROJECT NUMBER : P265-6 015 101 57 280 0515 -3 042 9 The Contractor proposes to make the additions , modifications , or deletions to the Work described in the Contractor Documents , as shown in the attached sheet(s), No(s)_ (to __ ). The Contractor requests that the Engineer take the following action: D Notify Contractor that you concur that this change does not require a change in Contract time or amount and issue a Field Order. 3 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. D Authorize the Contractor to proceed with the described change. Payment will be requested at the unit price bid . D Authorize the Contractor to proceed with the change under the time and materials provision of the Cont ract. By: David Martinez Date : August 15, 2012 ENGINEER'S RESPONSE: The Enginee r responds to the Contractor's request as follows : D We concur that the proposed change does not require a change in Contract time or amount. See attached/forthcom ing Filed Order No . __ comments. ~ Your proposal is recommended to the Owner. See attached/forthcoming proposed Change Order. LJ Proceed w ith the c hange at the unit price bid. D Proceed with the change under the time and materials provis ions of the Contract. D Additional information is required to evaluate this request. Provide information as described in the attached comments and resubm it. LJ Contra ctor's Modification Request is not accepted . By : ____ c_.h_u_n_-v_. i_C_h_i_a_ng_,_P_._E_. ___________ _ Date: __ 8_/1_, 5_/_1_2 ______ _ DIRECT FIELD COST C . R ornpos1te ate = Unit Tota l Tota l Total Tx'd Unit Sub Tx'd U nit MH Loe. Descri ption Qty Unit Unit Sub Mat'! Labor Mat'! Labor Unit Comoosit Rate Analvsis Otv Description Rate Total Comoosit Rate /hr FRP MAT BODY J OINT SEAM I LS 576 .00 576.00 -- LAYOUT SCRIBED CUT LlNES I LS 2 17.00 2 17.00 -- 2-CIR.CUM. CUTS 1 LS 434.00 434.00 -- REPOSITION SHELL -TO-SHELL 1 LS 488.00 488 .00 -- INSTALL INTERN J OINT SEAL 1 LS 651.00 651.00 -- INSTALL INTERN JOINT STR 1 LS 65 1.00 651.00 -- LADDER MODS S&H 1 LS 109 .00 109.00 -- REPLACE CUT-OUT OF NOZZ 1 LS 109.00 109.00 -- FRP ENCAP NAMEPLATE I LS 2 18.00 2 18.00 -- MODS TO LADDER 1 LS 1,286 .00 1,286.00 -- COST OF DRAWINGS 1 LS 1,118 .00 1,11 8.00 -- ---- ---- ---- ---- ---- ---- ---- Subtota l 5,857.00 -- Burden - Su btota l 5,857.00 -- Su bt ota 5,857.00 Overhead 10 % 585.70 Subtotal 6,442.70 Profit 5% 322 .14 Subt ot a 6,764.84 Bond 1.5% 101.47 Subtotal 6,8 66.3 1 Insurance 2% 13 7 .33 Gr111d Total 7,003 .63 I Days Extra - Job : __ R_o_llin __ g.._H_ill_s _W_T_P_P_5_C_F __ Item : FETK-01 "SHORTENED " Sht. 1 of 1 CHANGE ORDER #3 (Revision 1). JOB #4976 July 19, 2012 . Legacy Contracting, LP 2530 N. Hwy 287 Decatur, TX 76234 Attention: Subject: Re: David Martinez FRP Vessels for Rolling Hills WTP Phase 5 Purchase Order No. 11.176 11-1018 Strand Composite Engineering & Construction, LLC, an authorized representative of Tankinetics, Inc., an ASME RTP-1 and ASME Section X Class 2 Certified Pressure Vessel FRP Composites Company, is pleased to submit the following change order for the subject project in response to your inquiry. PRICING Change Order No. 3 .................................................................................... $5,857.00 • Shorten 12'1D tank# 4976-07 by 3' and re-label as 4976-01 vessel. Includes revisions of 4 sets of fabrication drawings, modifications to Aluminum ladder, and encapsulated FRP nameplate for re -labeling vessel on site. Change Order No. 3 ........................................................................................... $5,857.00 ADJUSTED CONTRACT TOTAL ............................................................. $402.357.00 TERMS AND CONDITIONS All Terms & Conditions as originally agreed upon. Legacy Contracting, LP July 19, 2012 Page 2 We appreciate your continued interest in our composite materials and services. Ifwe can provide additional information, please contact us directly. Sincerely, ~~ JAMEY CRINER PROJECT ENGINEER PLANT MAINTENANCE SERVICES 228 W. INDUSTRIAL PARK ROAD HARRISON, AR 72601 (870) 39 1-4765 ,. I