Loading...
HomeMy WebLinkAboutC2009-362 - 9/29/2009 - ApprovedCHANGE ORDER (Page 1 of 2) Department of Engineering Services City of Corpus Christi, Texas CHANGE ORDER NO: 11 FUNDING SOURCE: Project No. 6279 CONTRACT TIME: 425 C.D. Operating Department: Engineering Services DATE: September 01, 2009 Name of Project: Bavfront Development Implementation Plan — Phase 1 — Project No. 6279 Contractor: Haas - Anderson Construction, Ltd. CHANGE AS FOLLOWS: A. Wind Turbine Items: PR -043 PR -052 PR -054 PR -055 PR -056 PR -058 Revise Wind Turbine Foundation for Revised Wind Turbines. Provide a Wireless Grid Connect System to Wind Turbines. Provide a Halo /Stabilizer to all Four (4) Wind Turbines. Provide a Break System for Wind Turbines. Revise Wind Turbine Anemometer to Wireless System. Increase Wind Turbine Shaft Size. B. IWF Items: PR -030 PR -035 PR -036 PR -047 PR -049 PR -060 Sub -Total $48,513.90 ADD $24,000.50 ADD $15,499.70 ADD $15,865.40 ADD $20,955.30 ADD $20,893.20 ADD Change from Fiber Optic to LED Lighting System at the IWF. Add Hydrophobic Concrete Additive to the IWF Pool Topping Slab. Revise the Stainless Steel Grates for the IWF Plume Jets. Revise Pipe Routing Design at IWF Chlorinator per RFI -103. Pole for IWF Anemometer, Vac. Outlet & Emerg.Shut -Off Switch. Provide Emergency Overflow System for the IWF Collector Tank. Sub -Total C. Kiosk /Restroom Building Items: PR -039 PR -040 Provide GWB Assembly behind Building Louvers. Provide Add. Roof Drain Piping and Revise Alum. Curtainwall. Sub -Total D. Miscellaneous Items: PR -026 PR -042 PR -048 PR -059 Pathway Sub -Grade Revisions — West of Shoreline. Revise Traffic Control & Temporary Fencing — 2009 Buc Days. Revise the Port of CC Water Meter Vault Lid. Diamond -Saw Cut in lieu of Laser Cut Park Pavers. Sub -Total 2009 -362 M2009 -281 09/29/09 Haas - Anderson Construction $145,728.00 ADD $28,837.26 ADD $23,805.00 ADD $9,687.60 ADD $2,262.05 ADD $13,251.45 ADD $94,676.98 ADD $172,520.34 ADD $3,361.80 ADD $14,245.97 ADD $17,607.77 ADD ($1,166.51) DEDUCT $2,789.39 ADD $2,831.69 ADD ($18,585.00) DEDUCT ($14,130.43) DEDUCT TOTAL (A +B +C +D) $321,725.68 ADD INDEXED CHANGE ORDER (Pape 2 of 2) Department of Engineering Services City of Corpus Christi, Texas CHANGE ORDER NO: 11 FUNDING SOURCE: Protect No. 6279 CONTRACT TIME: 425 C.D. Operating Department: Engineering Services DATE: September 01, 2009 Name of Project: Bavfront Development Implementation Plan — Phase 1 — Project No. 6279 Contractor: Haas - Anderson Construction, Ltd. Why was this change necessary? (If left off the plans and specifications, explain why). Reference attached Proposal Requests for details. How can similar changes be avoided in the future? Reference attached Proposal Requests for details. A. CONTRACT PRICE B. TOTAL CHANGE ORDER (incl. current) C. NEW CONTRACT PRICE D. THIS CHANGE ORDER E. PERCENT TOTAL CHANGE (B /A) F. PREVIOUS ADDN'L TIME AUTHORIZED G. ADDN'L CONTRACT TIME THIS CHANGE ORDER H. TOTAL ADDITIONAL TIME $ 14,622,748.00 $ 605,763.94 $ 15,228,511.94 $ 321,725.68 4.14% 150 CD 4 CD 154 CD CITY OF CORP CH ISTI, TEXAS By: City Engineer APPROVED: ATTEST. ARMANDO CHAPA CITY SE,,RECAR" Project Manage CONTRACTOR Operating Department Director of Management & Budget Title: t )c' Legal Department r....w !. AUTHORIZEIJ ST COUNCIL ..09 /4061 SECRETARYjtIN - A. Wind Turbine Items: PR -043 PR -052 PR -054 PR -055 PR -056 PR -058 Revise Wind Turbine Foundation for Revised Wind Turbines. Provide a Wireless Grid Connect System to Wind Turbines. Provide a Halo /Stabilizer to all Four (4) Wind Turbines. Provide a Break System for Wind Turbines. Revise Wind Turbine Anemometer to Wireless System. Increase Wind Turbine Shaft Size. Sub -Total `$48,513.90 $24,000.50 $15,499.70 $15,865.40 $20,955.30 $20,893.20 $145,728.00 ADD ADD ADD ADD ADD ADD ADD MA Document G709" - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 043 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: Rune 12, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Nante and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ARCHITECT: 0 CONSULTANT: 0 CONTRACTOR: 0 FIELD: ❑ OTHER: Please submit an itemized proposal for changes in the Contract Sum and Contract Titne for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Revise Wind Turbine Foundation Design due to Changes in Soil Material. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: Paul R balka, Pro'ect Mananer (.Signature) r (Printed name and title) AEA Document G7010, — 2001. Copyright ®1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA© Document is protecled by U.S. Copyright Law and international Treaties. Unauthorized reproduction or dtstrlbution of this Ale Document, or any portion of it, may result In severe civil and crimtnet penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AMA software at 12:41:53 on 08112/2009 under Order No. 1000386386_1 which expires on 1129/2010, and Is not lot resale. User Notes: (3252400378) HAAS -ANDERSON C O N S T R U C T I O N LTD July 13, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 043 This PR is to revise the Wind Turbine Foundations due to the changes in soil types found at the site after exploratory excavations were made. This change will also include the increase in size because of the change in turbine size, weight and wind load requirements. We have included a copy of the engineered design specifications which are stamped by a registered Texas Professional Engineer. This is as required in the contract specifications. Cost of all labor and materials ( see breakdown) $ 42,186.00 General contract mark 15% $ 6.327.90 Total Change Amount $ 48,513.90 Sincerely Gary Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 3611853 -5564 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361- 884 -7702 PR 43 Cost Breakdown New foundation material --- $18,769.00 New foundation labor-----$47,017.00 Total-- _--- _-- _____ -------- $65, 786.00 Cost involved with original bid foundation. Old foundation material - -- $15,348.00 Old foundation Tabor- ---- -- $8,252.00 Total----- - ----- - -- - - -- $23,600.00 Total additional cost for new foundation less cost of original is $42,186.00 • [NOTES: 1. A, PRIOR- TO COItISTRUCTION, VERIFY STRUCTURAL ELEVATIONS- AND DIMENSIONS- WITH OTHER PROJECT DRAWINGS AND COORDINATE LOCATIONS OF OPENING AND SLEEVES THROUGHOUT THE STRUCTURE. B VERIFY ALL. DIMENSIONS. .1N- THE FIELD BEFORE. SWING- THE. WORK, C. BEFORE BEGINNING CONSTRUCTION, NOTIFY THE ENGINEER OF DISCREPANCIES OR CONFLICTS FOUND' IN THE DRAWINGS AND/OR FIELD" DIMENSIONS. ff. DESIGN WIND LOAD: T40 MPH, (THREE SECOND GUST) EXPOSURE = C. E. THE CONTRACT • STRUCTURAL DRAWINGS AND SPECIFICATIONS REPRESENT THE FINISHED STRUCTURE AND EXCEPT WHERE SPECIFICALLY SHOWN DO NOT INDICATE THE METHOD OR . MEANS OF CONSTRUCTION. THE CONTRACTOR SHALL SUPERVISE AND DIRECT THE WORK AND SHALL BE SOLELY RESPONSIBLE FOR ALL CONSTRUCTION MEANS, METHODS, PROCEDURES, TECHNIQUES, AND SEQUENCE. F. THE STRUCTURE HAS BEEN DESIGNED TO RESIST DESIGN LOADS ONLY AS A COMPLETED STRUCTURE. APPLICATIONS OF CONSTRUCTION LOADS TO THE PARTIALLY COMPLETED STRUCT SHALL BE CONSIDERED BY THE CONTRACTOR AND SO INCLUDED IN THE DESIGN OF SHORIN, BRACING, FORMWORK, AND ANY OTHER SUPPORTING ELEMENTS PROVIDED FOR CONSTRUCTIO THE STRUCTURE. DURING ERECTION AND UNTIL ALL PERMANENT CONNECTIONS ARE MADE, TI CONTRACTOR MUST PROVIDE TEMPORARY BRACING TO BRACE THE STRUCTURE IN ALL DIRECT G. THE ENGINEER SHALL NOT HAVE CONTROL OR CHARGE OF AND SHALL NOT BE RESPONSIBLE CONSTRUCTION MEANS, METHODS TECHNIQUES, SEQUENCE, OR PROCEDURES FOR. SAFETY PRECAUTIONS AND PROGRAMS IN CONNECTION WITH THE WORK FOR THE ACTS OR OMISSION THE CONTRACTOR, SUBCONTRACTOR, OR ANY OTHER PERSONS PERFORMING ANY OF THE WC FOR THE FAILURE OF ANY OF THEM TO CARRY OUT THE WORK IN ACCORDANCE WITH THE ( DOCUMENTS. H. GENERAL CONTRACTOR SHALL CHECK AND VERIFY ALL DIMENSIONS, GRADE CONDITIONS, (B0" NEW AND EXISTING) REPORTING ANY DISCREPANCIES TO THE ENGINEER BEFORE PROCEEDING ANY PHASE OF THE WORK AS HE WILL BE RESPONSIBLE FOR ALL WORK Ff I1NG AS INTEND THE DRAWINGS AND SPECIFICATIONS. 2: REINFORCING: A. #3 Sc #4 BARS USED FOR TIES AND STIRRUPS ASTM A615-40 B. ALL OTHER BARS: ASTM A615 -60 C. DETAIL. FABRICATE AND PLACE ALL REINFORCING ACCORDING TO THE RECOMMENDATIONS OF CRS!. D. - PROVIDE CHAIRS, BOLSTERS, AND ACCESSORIES IN ACCORDANCE WITH CRSI. 3. CONCRETE: A. CONCRETE STRENGTH AT AGE 28 DAYS; 3.000 PSI DRILLED. CONCRETE PILE AND ALL OTHER CONCRETE NOT OTHERWISE SPECIFIED. B. INCLUDE AIR ENTRAINING ADMIXTURE IN ALL CONCRETE THAT WILL BE EXPOSED TO THE WEATHER. 41114. FOUNDATION: A. A GEOTECHNICAL INVESTIGATION. FOR THIS PROJECT WAS CONDUCTED BY FORGO CONSULTANTS, INC. CORPUS CHRISTI, TEXAS. DATED: JUNE 15, 2009 COPIES OF THE INVESTIGATION ARE AVAILABLE IN THE OFFICE OF THE ENGINEER FOR REVIEW. R OR RACT 'H 3y B. GROUNDWATER WAS ENCOUNTERED AT ABOUT 6 -8 FEET BELOW EXISTING GRADE, VERIFY- PRIOR. TO DRILLING- WIND TINE PILE TO CONFIRM - GROUNDWATER LOCATION. ADJUSTMENTS MAY BE REQUIRED. ALLOWABLE BEARING AND SKIN FRICTION DESIGN VALUES DEPTH • IN FEET END • BEARING PSF SKIN FRICTION - PSF 0 -2 0 0 2 -16 2500 200 C.. ALL PILES. SHALL BE- DRILLED AND POURED IN SAME WORKDAY, NO EXCEPTIONS. D. A PERMANENT STEEL CASING WILL BE REQUIRED. E. SLURRY DISPLACEMENT METHOD: A COMBINATION OF PERMANENT STEEL CASING AND SLURRY DISPLACEMENT METHOD MAY BE REQUIRED TO EXCAVATE THE STRAIGHT DRILLED PILE FOUNDATIONS. THE SLURRY DISPLACEMENT METHOD OF PERFORMING THE PILE EXCAVATION IS APPLICABLE FOR ANY SITUATION REQUIRING CASING. IT 1S REQUIRED IF IT IS NOT POSSIBLE TO GET AN ADEQUATE WATER SEAL WITH THE CASING TO KEEP GROUND- WATER OUT OF THE SHAFT CAVITY. NOTE THAT IT _ IS ESSENTIAL IN THIS METHOD THAT THERE IS A SUFFICIENT SLURRY HEAD AVAILABLE (OR THAT THE SLURRY DENSITY CAN BE INCREASED AS NEEDED) SO THE INSIDE PRESSURE IS GREATER THAN THAT FROM THE GROUNDWATER TABLE OR THE TENDENCY OF THE SOIL TO CAVE. BENTONITE IS MOST COMMONLY USED WITH WATER TO PRODUCE THE SLURRY ( "BENTONITE SLURRY "). SOME EXPERIMENTATION MAY BE REQUIRED TO OBTAIN OPTIMUM PERCENTAGE FOR A SITE BUT AMOUNTS IN THE RANGE OF 4 TO 6 PERCENT BY WEIGHT ARE USUALLY ADEQUATE. NOTES CONT. ON S2 WILKERSON Sc SANDERS, INC. STRUCTURAL ENGINEERING 314 PALOMA ST. CORPUS CHRISTI, TEXAS 78412 361-853-2071 FAX— •853 -3274 FIRM REG. #F -4789 BAYERONT WIND TURBINE CORPUS CHRISTI, TEXAS Ss ?dll0olr DATE: 6- 22-09 MATHIEU ELECTRIC CO. A SANRE • 8:82' r' iorow Fs 2Z ^�I NOTES CONT. FROM 51 THE BENTONITE SHALL BE WELL MIXED WITH WATER SO THAT THE MIXTURE IS NOT LUMPY. THE SLURRY SHALL BE CAPABLE. OF FORMING A FILTER CAKE ON THE SHAFT WALL AND TO CARRY THE SMALLER (SAY, UNDER 6MM) EXCAVATED PARTICLES IN SUSPENSION. WITH THE SLURRY METHOD IT IS. DESIRABLE TO -- PREVENT HAVING THE SLURRY IN THE SHAFT TOO LONG TO PREVENT AN EXCESSIVELY THICK FILTER CAKE IS DIFFICULT TO DISPLACE WITH CONCRETE DURING SHAFT FILLING. -- PUMP THE SLURRY AND SCREEN OUT THE LARGER SOIL PARI1CLES IN SUSPENSION THEN THE "CONDITIONED" SLURRY CAN BE RETURNED TO THE SHAFT PRIOR TO CONCRETING. - CARE SHALL BE EXERCISED IN EXCAVATING CLAY THROUGH THE SLURRY SO THAT PUL NG A LARG FRAGEMENT DOES NOT CAUSE SUFFICIENT NEGATNE PORE PRESSURE OR SUCTIN, TO DEVELOP AND COLLAPSE A PART OF THE SHAFT. WHEN THE SHAFT 1S COMPLETE THE REBAR CAGE IS SET IN PLACE AND A TREMIE IN- STALLED (THIS SEQUENCE IS USUALLY NECESSARY SO THAT THE TREMIE DOES NOT HAVE TO BE PULLED 10 SET THE CAGE AND THEN REINSERTED- ALMOST CERTAIN TO PRODUCE A 'SLURRY FILM 'DISCONTINUITY IN THE SHAFT). CONCRETE IS PUMPED WITH GREAT CARE TAKEN THAT THE TREMIE IS ALWAYS WELL SUBMERGED IN THE CONCRETE SO A MINIMUM SURFACE. AREA IS EXPOSED AND CONTAMINATED WITH SLURRY. STUDIES HAVE SHOWN THAT THE CONCRETE WILL ADEQUATELY DISPLACE SLURRY PARTICLES FROM THE REBAR CAGE SO A GOOD BOND CAN BE OBTAINED, AND AS PREVIOUSLY NO Fk U. IF THE SHAFT IS NOT OPEN TOO LONG THE FILTER CAKE ON THE PrER WALL IS REASONABLE DISPLACED AS WELL. POLYMER SLURRIES HAVE BEEN WIDELY USED RECENTLY AND MANY OF THE SHORTCOMINGS OF USING BENTONITE HAVE BEE OVERCOME. A RELATIVELY HIGH SLUMP CONCRETE IMX (6 TO 7 INCHES) IS RECOMMENDED. THE SUCCESSFUL PLACEMENT OF PILE FOUNDATION IS DEPENDENT ON THE EXPERTISE OF THE DRILLED PILE FOUNDATION CONTRACTOR. THE GEOTECHNICAL ENGINEER, OR HIS DESIGNATED REPRESENTATIVE, SHALL BE PRESENT TO WITNESS ALL THE PILE EXCAVATIONS. 30'-0" 0 0 r- 11 .E.S1 0 3Nf rLj. 30 Vd3 01 5 Z EIW > w 0 tO w ti 0 in 1 DIES 0 12" O.C. 5' -6" DIAMETER PILE 3-10c/ 312NON09 JO 039/13 1 1 L WILXERSO.N .& SANDERS, Mt, STRUCTURAL ENGINEERING . 314. PAL.15W1 ST. CORPUS CHRISTI, TEXAS 78412 361u4353..2471 . FAX— 8.53-3274 ARM REC. if-47.69 13AOD :14.13NONO3 .0— it BAYFRONT WIND TURBINE CORPUS. CHRISTI. TEXAS DATE: 8-22-09' MATHIEU ELECTRIC CO. SIG, Document G7091" - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 052 Corpus Christi Bayfront Development implementation Plan - Phase 1 Shoreline Boulevard Between DATE OF ISSUANCE: June 29, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Nance and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Nance and address): Haas- Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: ❑ CONSULTANT: 0 CONTRACTOR: 0 FIELD: OTHER: 0 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide a Wireless Grid Connect system due to the wireless control requested of the four wind turbines. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AIA Document 0709TM — 2001. Copyright © 1993 and 2001 by The American institute of Architects. All rights reserved. WARNING: This Ale Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 12 :58:04 on 06/29/2009 under Order No.1000388386 1 which expires on 1/29/2010, and is not for resale. User Notes: (60959440) .-o 00 () o1Qo 0% za . � cab O « u BASIC TURBINE SYSTEM COMPONENT RELATION a- so u 7/25/2008 NOTE* THIS DRAWING IS NOT TO SCALE! U s- W O k! FRQ. TURBINE- 3. HAAS -ANDERSON C O N S T R U C T I O N LTD July 2, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 052. This PR covers the cost for adding a Wireless Grid Connect System to the basic wind turbine as shown in the drawings. This system must be added to each of the 4 wind turbines. This PR does not require any additional contract days. Total PR # 52 = $ 24,000.50 Since ly r______ / ) ary T�rayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Breakdown of Cost for PR # 52 This PR adds a Wireless Grid Connect system to each of the four wind turbines Wireless Grid Connect 4 each x $ 4,898.50 = $ 19,594.00 Added Labor to install 4 each x $ 319.00 = $ 1,276.00 General Contractor mark 15% = $ 3,130.50 Total PR $ 24,000.50 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361 -884 -7702 This Price Request # 52 is for the Wireless Grid Connect system to be added to the control system. This control system requires minimal labor and equipment to install. Wireless Grid Connect 4 each @ $ 4,898.50 = $ 19,594.00 Labor to install 4 each @ $ 319.00 = $ 1,276.00 $ 20,870.00 Document G709TM - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 054 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 29, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas- Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: ❑ FIELD: 0 OTHER: Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide the "Halo" Bracket to all Four Wind Turbine assemblies per attached sketch SK # CCBD -PR -034 -B dated June 04, 2009. All "Halo" bracket orientations should match and be perpendicular to the seawall. The bracket color should match the color of the turbine exterior surface as noted in the specifications. ATTACHMENTS (List attached documents that support description): SK # CCBD -PR -034 -B dated June 04, 2009 REQUESTED BY THE ARCHITECT: (Signature) Paul Ryhalka, Project Manager (Printed name and title) AIA Document G709TM — 2001. Copyright rD 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 13 :07:09 on 06/29/2009 under Order No. 1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (1273479935) HAAS - ANDERSON C O N S T R U C T I O N LTD July 2, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 054. This PR is to add Stabilizers and Halo supports to each of the 4 wind turbines. These are required to increase the wind load for the turbines to 120 mph. This PR also includes the custom painting of the metal items to match the wind turbines. Painting will be done by the manufacture. This PR does not require any additional contract days. Total PR # 54 = $ 15,499.70 Sincerely Ga rayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Breakdown of Cost for PR # 54 This PR is to add the Halo and Stabilizers for wind loads of 120 mph This PR also includes installation and the custom painting required to match. Turbine stabilizer / Halo 4 each x $ 2,469.50 = $ 9,878.00 Factory paint match 4 each x $ 750.00 $ 3,000.00 Added Labor to install 4 each x $ 150.00 = $ 600.00 General Contractor mark 15% = $ 2,021.70 Total PR $ 15,499.70 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361- 884 -7702 PR 54 - Turbine stabilizer / Halo cost — (4) @ $2,469.50 each. $9,878.00 total material. Labor to install (4) Halo's is $150.00 each. $600.00 total. Additional cost for paint is $750.00 per each Halo / Stabilizer. Total $3,000.00 Document G709' - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 055 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 29, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: ❑ FIELD: 0 OTHER: ❑ Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide Turbine Brake System to meet requirements for 120 MPH Wind Speeds. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: r-21 Paul Rybalka, Project Manager (Signature) (Printed name and title) AIA Document G709TM — 2001. Copyright 01993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ate Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by ASA software at 13:17:24 on 06/29/2009 under Order No.1000386386_1 which expires on 1/29/2010. and is not for resale. User Notes: {973141360) HA HAAS - ANDERSON C O N S T R U C T I O N LTD July 2, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 055. This PR is to add the requested breaking system to each of the wind turbines. Adding this breaking system allows the turbine to be placed at rest during periods of high winds. This not only makes the unit safer during storms but it increases the life of the moving parts. This PR does not require any additional contract days. This PR is equipment purchase only and does not require added labor. Total PR # 55 = $ 15,865.40 Sincerely Cary Tr ler Project Manager er 9 Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Breakdown of Cost for PR # 55 This PR is for the added breaking system for the turbine assembly Breaking System 4 each x $ 3,449.00 $ 13,796.00 General Contractor mark 15% = $ 2,069.40 Total PR $15,865.40 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361 - 884 -7702 This PR # 55 is for the added Breaking System for the wind turbines. We have no added labor in this change. The change is for materials only as specified in your PR. Total cost 4 each @ $ 3,449.00 = 13,796.00 Document G709TM -r 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 056 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 29, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 ARCHITECT'S PROJECT NUMBER: 07. I 1 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: ❑ FIELD: 0 OTHER: ❑ TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide a Wireless Anemometer to the Wind Turbine System. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AIA Document G709tM — 2001. Copyright © 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AlA? Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ate Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 13:20:33 on 06/29/2009 under Order No.1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (1728582651) HAAS -ANDERSON C O N S T R U C T I O N LTD July 2, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 056. This PR is to add the wireless anemometer to the turbine control system This PR does not require any additional contract days. Total PR # 56 = $ 20,955.30 Sincerely -�d Gary'Trayler - -�'� Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Breakdown of Cost for PR # 56 This PR is to add the wireless anemometer system. Wireless anemometer 4 each x $ 3,735.25 = $ 14,941.00 Added Labor to install 4 each x $ 360.15 = $ 1,440.60 Bucket truck 2 days x $ 465.10 = $ 1,840.40 General Contractor mark 15% = $ 2,733.30 Total PR $ 20,955.30 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361- 884 -7702 This Price Request # 56 adds the wireless anemometer system to the 4 turbines. This will add the anemometer system will set the turbines up with the control system. Mechanical units connected 4 each @ $ 3,735.25 = $ 14,941.00 Labor 4 each @ $ 360.15 = $ 1,440.60 Bucket truck 2 days @ $ 465.10 = $ 1,840.40 $ 18,222.00 09/03/2009 THU 01:04 iR C3220 cool * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * ** ACTIVITY REPORT TX /RX * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ST. TIME DESTINATION ADDRESS DESTINANTION ID JOB NO. MODE PGS. RESULT 08/25 02:58 08/25 03:15 08/25 03:28 08/25 04:42 08/25 04:43 08/25 06:13 08/26 00:19 08/26 01:19 08/26 01:19 08/26 01:22 08/26 02:05 08/26 02:09 08/26 02:34 08/26 05:22 08/26 05:44 08/26 05:55 08/26 05:55 08/26 06:22 08/26 07:21 08/26 07:23 08/26 07:53 08/26 08:13 08/27 00:25 08/27 00:28 08/27 00:29 08/27 01:41 08/27 01:56 08/27 01:57 08/27 02:09 08/27 02:25 08/27 02:28 08/27 04:40 08/27 05:29 08/27 06:34 08/27 06:43 08/27 06:59 08/27 08:40 08/27 08:40 08/28 00:51 08/28 01:04 08/28 01:13 08/28 01:15 08/28 01:20 08/28 01:21 08/28 01:32 08/28 01:35 08/28 01:51 08/28 01:53 08/28 02:01 08/28 02:09 08/28 03:27 08/28 04:22 08/28 06:15 08/28 06:32 08/28 07:26 08/28 07:36 08/28 08:25 rgarza @gignac - associa prybalka @gignac -assoc prybalka @gignac -assoc prybalka @gignac -assoc prybalka @gignac -assoc 361 886 9192 UNKNOWN cjames @gignac - associa 956 702 5602 rfaterkowski @gignac -a iris @gignac - associate john @gignac- associate wdcarmichael @gignac -a rgarza @gignac - associa rfaterkowski @gignac -a rfaterkowski @gignac -a rfaterkowski @gignac -a rfaterkowski @gignac -a jmujica @gignac - associ jmujica @gignac - associ rfaterkowski @gignac -a iris @gignac- associate prybalka @gignac -assoc prybalka @gignac -assoc prybalka @gignac -assoc prybalka @gignac -assoc prybalka @gignac -assoc prybalka @gignac -assoc iris @gignac - associate rhernandez @Gignac -ass rhernandez @Gignac -ass prybalka @gignac -assoc prybalka @gignac -assoc jellis @gignac - associa rgarza @gignac - associa prybalka @gignac -assoc rhernandez @Gignac -ass rhernandez @Gignac -ass iris @gignac - associate 18663656482 312 321 9104 cjames @gignac - associa rhernandez @Gignac -ass rhernandez @Gignac -ass cjames @gignac - associa prybalka @gignac -assoc rfaterkowski @gignac -a rhernandez @Gignac -ass prybalka @gignac -assoc rhernandez @Gignac -ass rgarza @gignac - associa 18663656482 rhernandez @Gignac -ass 18434132048 UNKNOWN iris @gignac- associate prybalka @gignac -assoc ROLANDO GARZA paul rybalka paul rybalka paul rybalka paul rybalka CAROLYN JAMES RACHELE FATERKOWS IRIS MORENO John WD CARMICHAEL ROLANDO GARZA RACHELE FATERKOWS RACHELE FATERKOWS RACHELE FATERKOWS RACHELE FATERKOWS JUAN MUJICA JUAN MUJICA RACHELE FATERKOWS IRIS MORENO paul rybalka paul rybalka paul rybalka paul rybalka paul rybalka paul rybalka IRIS MORENO Rojelio Roj elio paul rybalka paul rybalka Jay Ellis ROLANDO GARZA paul rybalka Roj elio Roj elio IRIS MORENO CAROLYN JAMES Roj elio Roj elio CAROLYN JAMES paul rybalka RACHELE FATERKOWS Roj elio paul rybalka Roj elio ROLANDO GARZA Roj elio IRIS MORENO paul rybalka 2404 2405 2406 2407 2408 7396 7397 2409 7398 2410 2411 2412 2413 2414 2415 2416 2417 2418 2419 2420 2421 2422 2423 2424 2425 2426 2427 2428 2429 2430 2431 2432 2433 2434 2435 2436 2437 2438 2439 7399 7400 2440 2441 2442 2443 2444 2445 2446 2447 2448 2449 7401 2450 2451 7402 2452 2453 TX TX TX TX TX RX RX TX RX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX TX RX RX TX TX TX TX TX TX TX TX TX TX RX TX TX RX TX TX MAIL MAIL MAIL MAIL MAIL ECM ECM MAIL ECM MAIL MAIL MAIL MAIL MAIL MAIL MAIL MAIL MAIL MAIL MAIL MAX L MAIL MAIL MAX L MAIL MAIL MAIL MAIL MAX L MAIL MAIL MAIL MAIL MAX L MAIL MAX L MAIL MAX L MAIL ECM ECM MAIL MAIL MAX L MAIL MAIL MAIL MAIL MAIL MAIL MAIL ECM MAIL ECM G3 MAIL MAIL 1 25 10 3 1 1 1 10 1 1 5 2 1 1 4 12 1 4 2 5 2 3 5 8 8 48 2 1 1 7 7 27 1 22 1 2 2 2 11 1 1 1 1 2 1 4 1 5 2 4 1 1 11 2 1 1 9 OK OK OK OK OK OK OK OK 00' 01 00' 03 00' 01 00' 06 00' 00 00' 27 00' 33 00' 21 00' 18 00' 01 00' 00 00' 03 00' 00 00' 01 00' 02 00' 01 00' 00 00' 06 00' 02 00' 03 00' 03 00' 03 00' 01 00' 01 00' 01 00' 07 00' 00 00' 01 00' 00 00' 04 00' 03 00' 03 00' 01 00' 54 00' 00 00' 03 00' 09 00' 04 00' 11 00' 25 00' 27 00' 01 00' 00 00' 00 00' 01 00' 08 00' 03 00' 07 00' 00 00' 06 00' 00 00' 27 00' 14 00' 39 00' 40 00' 00 00' 01 09/03/2009 THU 01:04 iR C3220 1002 08/28 08:39 8264813 2454 TX ECM 1 OK 00'25 08/28 10:27 956 702 5602 7403 RX ECM 3 OK 00'59 08/31 01:28 9563654822 7404 RX ECM 1 OK 00'21 08/31 01:49 5124625532 7405 RX ECM 1 OK 00'33 08/31 02:59 iris @gignac - associate IRIS MORENO 2455 TX MAIL 4 -- 00'01 08/31 06:40 rhernandez @Gignac -ass Rojelio 2456 TX MAIL 1 -- 00'03 08/31 06:52 3617905966 7406 RX ECM 8 OK 02'30 08/31 07:29 iris @gignac - associate IRIS MORENO 2457 TX MAIL 4 -- 00'04 08/31 08:04 prybalka @gignac -assoc paul rybalka 2458 TX MAIL 2 -- 00'06 08/31 08:20 prybalka @gignac -assoc paul rybalka 2459 TX MAIL 54 -- 00'12 08/31 08:49 rgignac @gignac- associ RAYMOND GIGNAC 2460 TX MAIL 4 -- 00'01 08/31 08:54 3618790501 7407 RX ECM 2 OK 00'39 09/01 01:00 361 853 0137 7408 RX ECM 2 OK 00'32 09/01 01:06 wdcarmichael @gignac -a WD CARMICHAEL 2461 TX MAIL 1 -- 00'00 09/01 01:36 wdcarmichael @gignac -a WD CARMICHAEL 2462 TX MAIL 1 -- 00'01 09/01 02:14 UNKNOWN 7409 RX ECM 1 OK 00'23 09/01 02:17 jellis @gignac - associa Jay Ellis 2463 TX MAIL 1 -- 00'00 09/01 03:13 lelizondo @gignac -asso LIZBETH 2464 TX MAIL 1 -- 00'02 09/01 05:11 prybalka @gignac -assoc paul rybalka 2465 TX MAIL 2 -- 00'09 09/01 06:27 iris @gignac- associate IRIS MORENO 2466 TX MAIL 2 -- 00'00 09/01 07:28 jellis @gignac - associa Jay Ellis 2467 TX MAIL 1 -- 00'01 09/01 08:09 prybalka @gignac -assoc paul rybalka 2468 TX MAIL 2 -- 00'01 09/01 08:09 prybalka @gignac -assoc paul rybalka 2469 TX MAIL 2 -- 00'00 09/01 08:38 prybalka @gignac -assoc paul rybalka 2470 TX MAIL 2 -- 00'01 09/01 08:38 prybalka @gignac -assoc paul rybalka 2471 TX MAIL 1 -- 00'00 09/01 09:21 prybalka @gignac -assoc paul rybalka 2472 TX MAIL 12 -- 00'02 09/01 09:33 prybalka @gignac -assoc paul rybalka 2473 TX MAIL 1 -- 00'00 09/01 09:38 prybalka @gignac -assoc paul rybalka 2474 TX MAIL 3 -- 00'00 09/01 10 :30 prybalka @gignac -assoc paul rybalka 2475 TX MAIL 2 -- 00'00 09/01 22:57 prybalka @gignac -assoc paul rybalka 2476 TX MAIL 20 -- 00'03 09/02 01:07 18008204983 7410 RX ECM 1 OK 00'21 09/02 01:50 UNKNOWN 7411 RX ECM 1 OK 00'25 09/02 02:54 rgarza @gignac - associa ROLANDO GARZA 2477 TX MAIL 3 -- 00'01 09/02 02:56 iris @gignac - associate IRIS MORENO 2478 TX MAIL 7 -- 00'05 09/02 03: 42 917 398 5566 7412 RX G3 1 OK 00' 43 09/02 04:33 prybalka @gignac -assoc paul rybalka 2479 TX MAIL 1 -- 00'00 09/02 05:40 18663656482 7413 RX ECM 3 OK 00'51 09/02 06:02 jellis @gignac - associa Jay Ellis 2480 TX MAIL 1 -- 00'01 09/02 06:21 jellis @gignac - associa Jay Ellis 2481 TX MAIL 1 -- 00'00 09/02 08:18 iris @gignac - associate IRIS MORENO 2482 TX MAIL 2 -- 00'03 09/03 00:15 917 398 5566 7414 RX G3 1 OK 00'35 09/03 00:21 prybalka @gignac -assoc paul rybalka 2483 TX MAIL 4 -- 00'00 09/03 01:04 UNKNOWN 7415 RX ECM 1 OK 00' 28 AlA. Document G7O91" - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 058 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: July 08, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ARCHITECT: ❑ CONSULTANT: 0 CONTRACTOR: 0 FIELD: ❑ OTHER: TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Increase Wind Turbine Shaft Size required for Breaking System for 120 MPH Wind Speeds. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: (Signs ure) Paul Rybalka, Project Manager (Printed name and title) AIA Document G709" —2001. CopyrIght ® 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAQD Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 08:36:24 on 07/0812009 under Order No.1000386386 1 which expires on 1/29/2010, and is not for resale. User Notes: _ (1558814315) HAAS -ANDERSON C O N S T R U C T I O N LTD July 2, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 058. This PR is to increase the turbine structural shaft sizes. This increases the wind load ability of the turbines and allows the other structural items to be installed such as the breaking systems. This PR does not require any additional labor or contract days. Total PR # 58 = $ 20,893.20 Sincerely ---- Gary'Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Breakdown of Cost for PR # 58 This PR changes the structural shaft size for the turbine Shaft! structural change 4 each x $ 4,542.00 = $18,168.00 General Contractor mark 15% = $ 2,725.20 Total PR $ 20,893.20 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361- 884 -7702 This PR # 58 is to increase the shaft size for all four turbines. The turbines have been upgraded by adding additional structural items allowing them to withstand a much greater wind load than originally designed. This change is to upgrade the structural shaft system for the turbines that allows the other items to be attached. This change request is equipment only and does not increase our labor or time. 4 each @ $ 4,542.00 = $ 18,168.00 B. IWF Items: PR -030 PR -035 PR -036 PR -047 PR -049 PR -060 Change from Fiber Optic to LED Lighting System at the IWF. Add Hydrophobic Concrete Additive to the IWF Pool Topping Slab. Revise the Stainless Steel Grates for the IWF Plume Jets. Revise Pipe Routing Design at IWF Chlorinator per RFI -103. Pole for IWF Anemometer, Vac. Outlet & Emerg.Shut -Off Switch. Provide Emergency Overflow System for the IWF Collector Tank. Sub -Total $28,837.26 ADD $23,805.00 ADD $9,687.60 ADD $2,262.05 ADD $13,251.45 ADD $94,676.98 ADD $172,520.34 ADD iIAIADocument G709" - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 030 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: March 25, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 OWNER: 0 ARCHITECT: 0 CONSULTANT: CONTRACTOR: FIELD: 0 OTHER: FROM ARCHITECT (Name and ARCHITECT'S PROJECT NUMBER: 07.11 address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas- Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide LED Lighting System for 1WF Firefly Nozzles in lieu of the Fiber Optic Lighting System per attached. ATTACHMENTS (List attached documents that support description): SK # CCBD -PR -030 -A thru F dated March 25, 2009. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) Alit Document G709T'r — 2001. Copyright 0 1993 and 2001 by The American institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA° Document, or any portion of it, may result in severe civil and criminal penalties, and will he prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:41:16 on 03/2512009 under Order No.1000386386_1 which expires on 1129!2010, and is-not for resale. User Notes: (3675656394) Paul R baika From: JT [jt@adedesign.comj Sent: Thursday, March 19, 2009 12 :14 PM To: Paul Rybalka Cc: mshelton@sasaki.com; Matt Johnston Subject: LED drawings from Crystal Fountains - FW: Updated drawings for CORPUS CHRISTI SAYFRONT DEVELOPMENT [Spam score:11 %] Attachments: LED FYREFLY OVERRAL PLAN VIEW ROA.dwg; TYPICAL ENLARGED PLAN 1 ROA.dwg; TYPICAL ENLARGED PLAN 2 ROA.dwg; TYPICAL SECTION 1 ROA.dwg; TYPICAL SECTION 2 ROA.dwg; FYREFLY DRAWINGS ROA.pdf Importance: High Good afternoon Paul, Please find attached Drawings from Crystal Fountains regarding the change of the lighting from Fiber optic to LED. One key coordination issue with this proposed change is the incorporation of the power supplies into the back of the benches. It appears acceptable from a functional standpoint. This will require contractor coordination with the bench fabricator to ensure these areas are made available to hide the power supplies. As we've discussed before, this change comes from the manufacturer of the nozzles and lights. This update from fiber to LED is something that has been sweeping through the lighting and fountain industry and provides a superior end result. That on top of no added cost from the manufacturer makes this a very positive change. Thanks - JT studio director 1 407.656.8002 x111 I jtanadedesian.com aquatic design & engineering I www adedesian.com to send me a file please use my droabox From: Paul Rybalka [mailto: PRybalka @gignac- associates.com] Sent: Thursday, March 19, 2009 11:38 AM To: JT; Matt Johnston Subject: RE: Email from Paul JT and /or Matt, The General Contractor, Haas Anderson Construction, and the Sub - Contractor informed me that they will not proceed without specific direction from the Design Team. The recommendation to change to LEDs came from the Manufacturer /Supplier, Crystal Fountains, as you had mentioned before. Is it possible to get the specifics of the proposed revisions from Crystal Fountains through your office? • i�.. " G� x> • rta • . 1 I , ill• •,• • ,•.-.-•,:••• •:--vin,••••"..t. • r1 ". . • el • OD . „ . .33 '377","ZLE21 — a.. - c _J RCM TO TVPICAL CID.ARGO PLAN 2 Krt. TO TYPICAL ENLARGED PLAN 1 Crystal Fountains 1,11.11 • SO 1.4. *Antra. <ne4.1. Wyk. In 41/3. 1; 303.630.4174 .....trystAPPPOPAs.garA P:43$.660,69 s (7-s\ PLAN VIEW n OCR F.I1J212 AJUNVICPI 3010. FOR FTRULY %APT DUCK TO TYPICAL CIA-ARGCO PLAN 3 LCP370 (LC3 PLIVER SU,PLf. TIP.13) LOCATED VINING 43 yr UP TURINCST LCD OAT FIXIIPAC 151 LCDP3501 trYRCCLY LED LOO PONCA SUPPLY/ I.00ATCD WITHIN I00 FT OF r134533051 LCD IAN? raw% KV. 9 I REV. A NOV. FOR APPROVAL FOR APPROVAL oa- .1- 200A 24-2..2009 PROPOSED LED FYREFLY LIGHTING OVERAL PLAN VIEW ARAN AD. F-001 REMSIN A ._I 1 I/ 4' CONDUIT FROM I.COPS501 TO ...UNCTION LOX CLJAIR Q CALLE TOCLE79FSOkFLO IGNT r .. 11.14 ..I 0 L1; LE CPS>O fTtP.I0) LEO (TONER SUPPLY - I.EEPS501 (TYP3> POVER FROM EQUIPMENT ROOM rystai .Fountains INaf../.0.1411MAy mu. tO Vera Nrwxt. 4+r4 Woe. )aT OL CG+Ne 1: M.660.6874 ....a>+M6w NARNAAn T:906.66O.6916 I I /t' MOW FRCN LEOPsSOI TO JUNCTION BOX tLIOI2 JLWEION MIX - EBR12 (TTP.16> SERVING LEO FYREFLY Elfin TYPICAL ENLARGED DATA IN FRCN PREVIOUS ONIT jREV, 8 i1- REV. A I-REV. - FOR APPROVAL OR -01 -2009 FOR APPROVAL 0 • ft 24 -2 -2000 4 PROPOSED LED FYREFLY LIGHTING TYPICAL ENLARGED PLAN 1 ORT#NO No. F -002 A 0 CABLE TO LEO FYREFLY LBW FROM JINETCOM 90* ANCTON ROT EUM2 LTYP.IC) A - A SECTION VIEW CABLE t0 LEO TYRETLY LIGHT PROM ,io'CTi0.Y *Nc tuau i II B -B SECTION VIEW 0 0 l�- Crystal,Fountains 41 9.. 0 tW , t4 W. 4* F. *05.44043)4 ....eW AR.AWA tM T.*o*.00044,4 REV. 0 REV. A FOR APPROVAL PROPOSED LED FYREFLY LIGHTING I TYPICAL SECTION 01 24-2-2009 0M.MM' . xa. F -003 RN. Lax 0 LCOPSS01 POVER SUPPLY TYR S> CONDUIT mot JUNCTION IOU TO LET ROVER SUPPLY JUNCT{QY BOX CBJ2I2 (TYPTO) 2• C - C SECTION VIEW Crystal Fountains IA k.. Suv aa. <.strd. 5,54s. to .B>. C.we. Y-. ROSJ100.66YS ....4 Yau„i,.<0.1 r:mesaw>6 • LEOPSIO POW"! SUPPLY ftYP. 13> 3r CONDUIT TARR ANC USN BOX TO PCVCR SUPPLY O -D SECTION VIEW REV. 3 REV. A REV, FOR APPROVAL FOR APPROVA- ERJRIE JUNCTION SOX STOP. 13> PROPOSED LED FYREFLY LIGHTING TYPICAL SECTION 02 L7 H .1 I :77 i TYPICAL ENLARGED PLAN 2 Crystal Fountains .3 L. ft.,* Co...I. ate.. 1.4‘ U. fr.. 005.40.66M .fte.elyibdoe0451.1,3{. FM1.61134916 11 A. lA A A • af-Ta (.; TYPICAL ENLARGED PLAN 3 REV. 9 REV. A FOR APPROVAL REV. - FOR APPRO PROPOSED LED FYREFLY LIGHTING TYPICAL ENLARGED PLAN 2 4-. • 0"- n ° , r 09-3-2009 24-2-2009 ,.0. F-005 A HAAS - ANDERSON C O N S T R U C T I O N LTD April 21, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR #030. This PR #30 is for the change from Fiber Optic Lighting to LED lighting. The cost involved not only covers the simple change from one type light to the other but it covers the complete rewire of the collector tank lighting control system This PR is adding and changing control panels, waterproof boxes, DMX cable and receptacle's. It also includes the relocation of electric from the in- ground electric boxes to the inside of the collector tank. Many of the brackets and fastening systems for the boxes are custom made. Biscayne Aquaculture will create new shop drawings and CAD files showing the new equipment and routing of electric. This work will slow down the construction of the collector tank which is critical path and will add time to the project. The electric boxes that were designed to be in the grass area are now in the tank and will need to go into the tank before pipe work can start. We request 4 calendar days be added to our schedule for this work. Total price including mark -up ADD $ 28,837.26 Sincer. �/ ary Tyler Project Manager Haas- Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 3611853 -2535 • FAX 361/853-5564 RECAP SHEET Price Request # 30 Biscayne Aquaculture Subcontractor charge $ 19,605.00 This price includes all materials and labor to make the required changes, shop drawings and schematics, supervision and electric sub contractor. See breakdown Haas- Anderson Construction LTD. Survey, layout and associated costs Added time to completion schedule This cost includes sheetpile and general overhead costs such as barricades. See breakdown. $ 650.88 Extended contract time and general conditions. On site construction manager $ 300.00 X 4 days $ 1,200.00 On site civil construction supervisor $ 250.00 X 4 days $ 1,000.00 POP/ ICE $ 50.00 X 4 days $ 200.00 Construction offices and services $ 100,00 X 4 days $ 400.00 Construction water dust control $ 25.00 X 4 days $ 100.00 Barricades $ 95.00 X 4 days $ 380.00 Fence rental $ 74.00 X 4 days $ 296.00 Sheet Pile Rental $ 311.00 X 4 days $ 1,244.00 $ 4,820.00 Sub -Total price request $ 25,075.88 General Contractor $ 3,761.38 Total PR # 30 $ 28,837.26 Function Submersible conduit mounted junction boxes for underwater LED lights. By supporting a 24 VDC power input, the LEDDATA101 supports standard power supplies in a variety of configurations which allows several power and data distributions. Specification Data board is secured in a UL and ULC listed junction box constructed of cast bronze, equipped with neoprene gasket, fitted with stainless steel fasteners and internal ground connections. Part no. LEDDATA101 Dimensions: 7" (1) x 7" (w) x 5 -1/2" (h) Volume: 119.0 cu.in (1950 cu,cm) Bottom entrance: 1 -1/2" n.p.t. Max. Side outlets: 10 x 1/2" n.p.t. Options STUB -UP: EP series - provides watertight and secure penetrations through concrete and slabs into fountain pools and junction boxes. CORD SEAL 7" b O O O 0 DECORATIVE FOUNTAIN CO Eel 2$S 1 i CANADA Q O 0 0 0 CORD SEAL: EGS series - connects submersible cords to junction boxes. JUNCTION BOX POTTING COMPOUND: EBJ C10 - 21 oz EBJ C20 -12 oz Notes For wiring diagram see PAGE 2 LEDDATA101 7" 18/4 STW CABLE i MAX. 10 FT? j TO LED050 SERIES 5 112" 2" MAX. — DMX 512 _— CABLE IN DMX 512 CABLE OUT Oa o Obp 0 tai °• o (5 • Ov o' O 0 P CONCRETE SLAB 24VDC power (POSINEG /GDN) 300 VA MAX. EPA150 STUB -UP L CONDUIT PROPRIETARY AND CONFIDENTIAL THE INFORMATION CONTAINED E 7tSV HE SOLE OPT TLAFUNNS ITED�TION IN PART OR A WHOL WITHOUT THE IS PROHIBITED. www.erystatfountainscam Crystal Fountains !Nema6ant water Feature Speciaksts TEL. (905) 6646874 FAX. (905) 6608918 LEDDATA101 DATA SUPPLY CUT SHEET LEDDATA101-D101 SERIES LED PAGE I OF 2 DMX CABLE IN BELDEN 9829 OR EQUIVALENT WIRING DIAGRAM DMX CABLE OUT PCB Connector DATA �BELDEN 9829 OR EQUIVALENT 18/4 STW cable to LED050 24VDC+ �, Red 18/4 STW cable to LED050 �"~ Max 10 LED050 • (same wiring connection o • for all 18/4 STW cables ) 0 O / 18/4 STW cable to LED050 f 1 18/4 STW cable to LED050 18/4 STW cable to LED050 i6. Wiring Connection Wire color Goes to RED 24VDC + WHITE DATA BLACK COMM GREEN GND COMM Black GND Green pea,,. IC•]islll�[�71 Ir•]: tnr:nl 1[•]u I l.r•I1 I[.]ill ICi1 ]I 100111 Will I[•]i1 ii[.]I 1[ 1:11 t .[•]1 Un Ti 1 U%[•]I MIN 1won I[•]ual IS[•]1 IG7�i111110]I I14].11(f[•]I 'Mill 1i[.]1 IC•]EI MCI h Min 011.11 1B1.1 lilell I[0i11 ii[.n I1•1u11 i[•]1 I[•]�III*C•]I II.].! 11-101 24VDC + (8 Terminal Strips) DATA (6 Terminal Strips) COMM (6 Terminal Strips) 11 III I PCB , POWER Connector BLACK WHITE RED 24VDC + 24VDC GND NOTE: Wiring of the LEDDATA101 to the correct polarity is extremely Important. Failure to follow proper wiring instructions will cause serious damage to the board and will void warranty. DMX cable out must be Daisy chained from junction box to the next LEDDATA101. 1 Ground = inside Juntcion Box PROPRIETARY ANO CONFIDENTIAL THE INFORMATION CONTAINED IN THIS DRAWING IS THE SOLE PROPERTY OF CRYSTAL FOUNTAINS. ANY REPRODUCTION IN PART OR AS A WHOLE VATHDUr THE WRITTEN PERMISSION OF CRYSTAL FOUNTAINS IS PROHIBITED. www.aystatf ounf ainf.Corn Crystal Fountains International Water Feature Speaaasts TEL. (905)660.6674 FAX. (905) 6606918 LEDDATA101 DATA SUPPLY CUT SHEET LEDDATA101 -D101 PAGE 2 OF 3 SERtES LED REV. B 17Jarf07 POWER SUPPLY 120VAC 1 PH 30 AMP Animation Panel TYPICAL IN CONCRETE INSTALLATION DMX CAT 5E WIRING 3/4" CONDUIT . 24VDC + .rd 1 -1/2" CONDUIT 24VDC + grd 1 -1/2" CONDUIT EBN104 EPA125 PWR -1" 24VDC + Grd (SEE NOTES) DMX "BELOEN 9829 OR EQUIVALENT DMX PLAYBACK MACHINE AND ALL LEODATA BOARDS MUST BE DAISY-CHAINED BY DMX CABLE III DMX IN 17MX OUT LEDDATA101 JUNCTION BOX C/W DATA BOARD LED050 (MAX 10) _P 111 (- - - Dltiix off' �:_.._..__ —..-� u ! i EBN104 GI EPA125 LEDDATA101 JUNCTION 1 BOX C!W DATA BOARD TO NEXT LEDDATA101 NOTE: 1. PLEASE REFER TO LED050 SERIES CUTSHEET 2. LAST BOARD IN CHAIN MUST HAVE A 120 OHM TERMINATING RESISTOR. 3. WIRING CONFIGURATION IS VERY IMPORTANT, WIRE GAUGES CAN VARY DUE TO CORD LENGTH. PLEASE SEND FINAL DRAWINGS TO CRYSTAL FOUNTAINS FOR REVIEW PRIOR TO PLACING ORDER. LEDO50 (MAX 10) NOTE: LENGTH OF TOTAL COMBINED LED050 CABLE MUST BE UNDER 175FT (53m) PER LEDDATA101 PROPRIETARY AND CONFIDENTIAL THE INFORMATION CONTAINED IN THIS DRAWING IS THE SOLE PROPERTY OF CRYSTAL FOUNTAINS. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF CRYSTAL FOUNTAINS IS PROHIBITED. CUT SHEE.L —•lam PAGE LEDDA 101.0101 3 OF 5 www,crystallounlalna.com Crystal Fountains Intemallonal Wafer Feature Specialists TEL. (905) 8606874 FAX. (905) 8605918 LED DATA1 01 DATA SUPPLY SERIES LED REV. B 18 Jan 07 SECTION VIEW SECTION VIEW $ LL 1 0 5 a a K D _ D SECTION VIEW TYP. LEDPS70 PANEL 00O c O N O N CL 0i. 4 E O CO e 3 a a a a V z H X o ?� z >-W u-N �U E. W us P- O a 0 a L£DDATA161 FOR FTREFL:ES TYPICAL ENLARGED PLAN 3 TYPICAL ENLARGED PLAN 2 0 S N N 8 0 N 4 u. 1 0 U- O K CC v 1- N Y Z J Q • in WW 0.'0 ij. i. W W "i J 0 O >- o. 0N I�Ow (L__1 439 .751 I cfs ,___A i 1 ECIT to 1I1 ill- --Ar- •- -It i- M ;1 xt- 14 r_nli j t Jli I JZI AN_ i _...1 1 era - 'n� N — I I T- 1� I cP L£DDATA161 FOR FTREFL:ES TYPICAL ENLARGED PLAN 3 TYPICAL ENLARGED PLAN 2 0 S N N 8 0 N 4 u. 1 0 U- O K CC v 1- N Y Z J Q • in WW 0.'0 ij. i. W W "i J 0 O >- o. 0N I�Ow (L__1 439 .751 I cfs ,___A i 1 F i 1 1I1 ill- --Ar- •- -It i- 1 .. 4441 mull r_nli j t Jli I JZI - ,� i - — L£DDATA161 FOR FTREFL:ES TYPICAL ENLARGED PLAN 3 TYPICAL ENLARGED PLAN 2 0 S N N 8 0 N 4 u. 1 0 U- O K CC v 1- N Y Z J Q • in WW 0.'0 ij. i. W W "i J 0 O >- o. 0N I�Ow l5 OV CONDUIT TO CONTROL FYREFLY JET AT HORIZONTAL g a 0 Lu Z >.- 0 f w W W J «.I Q V N 0. a 0 a FYREFLY JET AT VERTICAL iAIAr Document G709Th -- 2001 Work Changes Proposal Request PROJECT (Name and address): Corpus Christi Bayfront Development Implementation Plan - Phase..J Shoreline Boulevard Between Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): City of Corpus Christi 1201 Leopard Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 PROPOSAL REQUEST NUMBER: 035 DATE OF ISSUANCE: June 09, 2009 CONTRACT FOR: General Construction CONTRACT DATE: September 29, 2008 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: ❑ CONSULTANT: 0 CONTRACTOR: ❑ FIELD: 0 OTHER: TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (insert a written description of the Work): Provide the Hydrophobic Concrete Additive to the IWF Pool Exposed Aggregate Concrete Topping Slab. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: Paul Rybalka, Project Man ,er (Printed name and title) AIA Document 67090, — 2001. Copyright ®1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 12:00:18 on 06/09/2009 under Order No.1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (1178028516) HAAS - ANDERSON C O N S T R U C T I O N LTD June 16, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka This proposal request number PR #035 is for the addition of Hycrete Hydrophobic Concrete Waterproofing Additive to the 4" topping slab that is to be poured for the pool area. This change also includes all the requirements of specification: Hydrophobic Concrete Waterproofing System Division 3 # 03050. Including inspections and warrantee by Hycrete Inc. This change is for material only. Alamo Concrete Corpus Christi, Texas 90 cy X 230.00 GC mark -up = $ 20,700.00 $ 3,105.00 Total Change Amount $ 23,805.04 Sincerely ary Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853-2535 • FAX 361/853-5564 FW: CC Bayfront Development - Waterproofing of IWF - Inbox - 'AT &T Yahoo! Mail' Page 2 of 4 Mail Contacts . _Calendar Notepad Check Malt ( Compose 589 to Vegas 2 Nights k Air! Folders (WM. Edit) Inbox (1) Drafts Sent Spam (1) (Empty) Trash [timptrl MEM Nils ituhyi }nhot Previous I lien I Back to Nessagrs Delete) Reply + Forward ! Move— r FW: CC Bayfront Development • Waterproofing of IWF Franc: "Pout Rybalka' < PRybolko )5gignac- nssociates.com> le: hacttarrottamt FYI. I will need to issue a PR for adding hycrete to the topping slab My Folders [Hide) --^-- - Also, alter more review. per Addendum $1 6, them is no waterproofing membrane type A underneath the pool structural slab, just a 6 Mil Visquoen sheet bayfront Biscayne Can you help me find out if the hycrete additive will affect the appearance of the exposed a iodate ' EiE' Jhabores ........ _ RFI From: IT [mai(to :jt@adedestgrt.cont] Submittal Sent: Tuesday, Aprni 21, 2009 12:16 PM ... To: Paul Rybalka Subject RE CC Bayfront Development - Waterproofing of 1WF [Spars score: 8%) Search §herttute We have no issue with the topping slab having the ad mix lonatllm: toasts It" aio. * j JUT rir,;.^ ?: :yix +.. tlaWedestg000m e; aquatic n :rw'!ns 8c ^9 + ^'•' + *:t fvryw, :aaedealg• COm . ; , E N G I N E E R I N G 3nor$ Tees Groin Grabbingly Good Tees. Mara New? Mobile Mall Options Search Nail Search the Web Nark, at Unread I Pmt Tuesday, April 21, 20D9 5:27 PN My Photos My Attachments ADVERTISEMENT 41Jrc <trer 4ca0..r From: Paul Rybalka [malRo .PRfbalka..ignacassodates.eom] Sent: Tuesday, April 21, 200911:44 AM To: Jr Subject RE: CC Bayfront Development - Waterproofing of )WF JT, I do have a concern with the topping slab which per Addendum qs (Q&A 4 4) has a welded wire mesh and the waterproofing membrane between the topping stab and the structural slab has been deleted I am concerned that the wee mesh is not protected and also that there is no drainage mat underneath the topping slab The topping slab being the pool floor, I am concerned that water will impregnate the concrete topping slab and will have nowhere to go when pool is drained Would it not be best to provide the ttycrete admixture to the topping slab as well? i have discussed with Sasaki and they asked for your opinion on this matter. They did ask if this admixture is added to the topping slab, will it change the appearance or the aesthetic of the exposed aggregate surface? From: IT [matto:jtOadedeslgn.com] Sent: Tuesday, April 21, 2009 5:30 AM To: Paul Rybalka Subject: RE: CC Bayfront Development - Waterproofing of IWF [Spam score:8 %] Hi Paul, we would prefer to see the add mix in the structural slab rather than th topping §ice• Thanks Jonathan toasts "jt" 4u:ra. .', Tr,)'.r?,rii i $ odedesign,corn !. vnvw.nE,ertessgn,cmn 4, aquatic a . , . E N G I N E E R I N G • From: Paul Rybalka [mar Ito: PRybalka @igignac-associates.com] Sent Monday, April 20, 2009 4:41 PM To: IT Subject: RE: CC Bayfront Development - Waterproofing of IWF [Spam score:8 %1 JT, If we add Hycrete to the pool 4' topping slab, do you think that it is still necessary to provide Hycrete for the Structural slab. especially if we have a cold- applied membrane below the 7 '' /,' structural slab? The 11 h' pool floor assembly would be waterproofed above and below From: IT [mailto :)tliadedesign.mm] Sent: Monday, April 20, 2009 6:34 AM To: Paul Rybalka Subject: RE: CC Bayfront Development • Waterproofing of 1W)' [Spam score:8%] Hi Paui, You are correct it does seem like some duplication but that is for very good reason, http : / /us.mc839.mail. yahoo .con /mc /showMessage ?fid =lnbox &sort= date &order= down &st... 4/22/2009 FW: CC Bayfront Development - Waterproofing of IWF - Inbox - 'AT &T Yahoo! Mail' Page 3 of 4 The Exterior water proofing is to protect the concrete and reinforcing steel from the salt or brackish water that will be ground water around the tank. The Interior waterproofing is to protect the concrete and reinforcing steel from the chlorinated water of the IWF. The Ad mix in the concrete design is a backup for the various minor defects or cracking that could take place in the surface means of waterproofing With these three means of waterproofing we are allowing for maximum protection and longevity of this underground structure. Jonathan roars "It" :67 ru V:•:+2 .: i t (VEPOOes9M: .n ;::a;.... _ .:. n:•;Y: .,.:,7 t www,MrdtSVaff .m. aquatic c Ii N G I N E E R t N P Prom: Paul Rybal ka ( maiito :PRWalkapggnao-associates.com) Sent Saturday, April 16, 2009 9:08 PM To: 3T Subject: CC Bayfront Development - Waterp,wflng of 1WF Please review below and confirm (I have not sent out to Gary yet). But before you confirm , is it necessary to have the additional waterproofing membranes inside and outside of the collector lank if we have Hycrete Concrete? After further review of the Hycrete, the manufacturer states that their product replaces the need for fluid applied or sheet applied membranes. Thanks. Gary, After further review of the plans and specs, the design Team has come to the conclusion that we should keep what is in the Contract Documents in regards to Waterproofing the IWF. Specification 02820 Section 3.11 Part C states the following: " Extent of each type of fluid applied waterproofing work is indicated on drawings and includes applications, but not limited to the following locations: 1. Below grade at exterior surface of properly prepared foundation walls and exterior and interior fountains....and interior wall surfaces." Extent of fluid applied waterproofing at the IWF can be referenced on IWF Section A on Sheet 75A. This section shows the extent of waterproofing (with a dashed fine and labeled 'exterior waterproofing") all the way around (below grade) the exterior face of the collector tank floor slab and walls and extending through to the end of the pool shotcrete slab. This section also shows the extent of waterproofing (with a dashed line and labeled "interior waterproofing') for the interior of the collector tank to be applied on all surfaces including ceiling and openings. The Type of Waterproofing for both the exterior and interior is Type "A ". Type "D" waterproofing (the Hycrete Concrete Admixture, refer to Spec 03050) is to be provided at all fountain concrete and sholcrete per Spec 02820 Section 3.11 Part C.2.a. Type 'B' waterproofing (the Neogard 'Pool Gard C') was deleted from the scope of work in Q&A it 4 in Addendum # 6. Delete I Reply Ferwa rd { Splint Nova= http: / /us.mc$39. mail. yahoo .com /mc /showMessage ?fit =lnbox &sort = date &order- - down &st,., 4/22/2009 FW: CC Bayfront Development - Waterproofing of IWF - Inbox -'AT &T Yahoo! Mail' Page 4 of 4 pfevletS l Net Ituck to Me$gTotgNiht 260341 Yahoo' ktc Mrvacy Ppicy!Tertas of Scrvcel Send Feedhukl He'e Select Wasps Eneednp i FUN Mark, http: / /us.mc83 9.mail.y ahoo. com /mc /showMessage ?fid =l nbox &sort=date &order = down &st... 4/22/2009 hacltd @att.net Page 1 of 3 From: "Paul Rybalka" <PRybalka @gignac- associates.com> To: <hacitd@att.net> Sent: Tuesday, April 21, 2009 5:27 PM Subject: FW: CC Bayfront Development - Waterproofing of IWF FYI. I will need to issue a PR for adding hycrete to the topping slab. Also, after more review, per Addendum # 6, there is no waterproofing membrane type A underneath the pool structural slab, just a 6 Mil Visqueen sheet. Can you help me find out if the hycrete additive will affect the appearance of the exposed aggregate concrete? From: IT [mailto:jt @adedesign.com] Sent: Tuesday, April 21, 2009 12:16 PM To: Paul Rybalka Subject: RE: CC Bayfront Development - Waterproofing of IWF [Spam score:8 %3 We have no issue with the topping slab having the ad mix Jonathan toays studio director 1 407.656.8002 x111 j jt ©aggs esign.cora I J aquatic design & engineering 1 www.adedesignn c4.2 From: Paul Rybalka [mailto:PRybalka @gignac- associates.com] Sent: Tuesday, April 21, 2009 11 :44 AM To: JT Subject: RE: CC Bayfront Development - Waterproofing of IWF JT, I do have a concern with the topping slab which per Addendum #6 (Q &A # 4) has a welded wire mesh and the waterproofing membrane between the topping slab and the structural slab has been deleted. I am concerned that the wire mesh is not protected and also that there is no drainage mat underneath the topping slab. The topping slab being the pool floor, I am concerned that water will impregnate the concrete topping slab and will have nowhere to go when pool is drained. Would it not be best to provide the Hycrete admixture to the topping slab as well? I have discussed with Sasaki and they asked for your opinion on this matter. They did ask if this admixture is added to the topping slab, will it change the appearance or the aesthetic of the exposed aggregate surface? From: JT [maiito:jt @adedesign.com] Sent: Tuesday, April 21, 2009 5:30 AM To: Paul Rybalka Subject: RE: CC Bayfront Development - Waterproofing of IWF [Spam score:8 %] 4/22/2009 Page 2 of 3 Hi Paul, we would prefer to see the add mix in the structural slab rather than the topping slab. Thanks jonathan toays "jt" studio director 1 407.656.8002 x111 I jt @aciiidg .sig _oom aquatic design & engineering I w_ww, dedesignsom From: Paul Rybalka [mailto:PRybalka @gignac- associates.com] Sent: Monday, April 20, 2009 4:41 PM To: JT Subject: RE: CC Bayfront Development - Waterproofing of IWF [Spam score:8%) JT, If we add Hycrete to the pool 4" topping slab, do you think that it is still necessary to provide Hycrete for the Structural slab, especially if we have a cold - applied membrane below the 71/2" structural slab? The 11 Y2" pool floor assembly would be waterproofed above and below. From: JT [mailto:jt @adedesign.com] Sent: Monday, April 20, 2009 6:34 AM To: Paul Rybalka Subject: RE: CC Bayfront Development - Waterproofing of IWF [Spam score :8%] Hi Paul, You are correct it does seem like some duplication but that is for very good reason. The Exterior water proofing is to protect the concrete and reinforcing steel from the salt or brackish water that will be ground water around the tank. The Interior waterproofing is to protect the concrete and reinforcing steel from the chlorinated water of the IWF. The Ad mix in the concrete design is a backup for the various minor defects or cracking that could take place in the surface means of waterproofing. With these three means of waterproofing we are allowing for maximum protection and longevity of this underground structure. jonathan toays "jt" studio director 1 407.656.8002 x111 j j actgdgAigf,cO0t (� aquatic design & engineering I w_v.w_:..stggssigri&9lf From: Paul Rybalka [mailto:PRybalka @gignac- associates.com] Sent: Saturday, April 18, 2009 9:08 PM To: JT Subject: CC Bayfront Development - Waterproofing of IWF JT, Please review below and confirm (I have not sent out to Gary yet). But before you confirm , is it necessary to 4/22/2009 Page 3 of 3 have the additional waterproofing membranes inside and outside of the collector tank if we have Hycrete Concrete? After further review of the Hycrete, the manufacturer states that their product replaces the need for fluid applied or sheet applied membranes. Thanks. Gary, After further review of the plans and specs, the design Team has come to the conclusion that we should keep what is in the Contract Documents in regards to Waterproofing the IWF. Specification 02820 Section 3.11 Part C states the following: " Extent of each type of fluid applied waterproofing work is indicated on drawings and includes applications, but not limited to the following locations: 1. Below grade at exterior surface of properly prepared foundation walls and exterior and interior fountains, ....and interior wall surfaces." Extent of fluid applied waterproofing at the IWF can be referenced on IWF Section A on Sheet 75A. This section shows the extent of waterproofing (with a dashed line and labeled "exterior waterproofing ") all the way around (below grade) the exterior face of the collector tank floor slab and walls and extending through to the end of the pool shotcrete slab. This section also shows the extent of waterproofing (with a dashed line and labeled "interior waterproofing ") for the interior of the collector tank to be applied on all surfaces including ceiling and openings. The Type of Waterproofing for both the exterior and interior is Type "A ". Type "D" waterproofing (the Hycrete Concrete Admixture, refer to Spec 03050) is to be provided at all fountain concrete and shotcrete per Spec 02820 Section 3.11 Part C.2.a. Type "B" waterproofing (the Neogard "Pool Gard C ") was deleted from the scope of work in Q &A # 4 in Addendum # 6. 4/22/2009 hacitd@att.net Page 1 of 3 From: "Paul Rybalka" <PRybalka @gignac- associates.com> To: <hacltd @att.net> Sent: Tuesday, April 21, 2009 5:21 PM Subject: FW: CC Bayfront Development - Waterproofing of Kiosk FY1. From: Jr [mailto:jt @adedesign.com] Sent: Tuesday, April 21, 2009 12:16 PM To: Paul Rybalka Subject: RE: CC Bayfront Development - Waterproofing of Kiosk [Spam score:8 %] Type A jonathan toays "jt" studio director 1 407.656.8002 x111 j jt@.gedes_gn Lqm. aquatic design & engineering 1 www.Ldedesign.com From: Paul Rybalka [rnailto:PRybalka @gignac- associates.com] Sent: Tuesday, April 21, 2009 11:37 AM To: 3T Subject: RE: CC Bayfront Development - Waterproofing of Kiosk Type A is Tremco "Vulkem 201 ", one -part moisture curing elastomer, fluid applied membrane system. Type B is Neogard "Pool Gard C", two -part fluid applied membrane system. From: JT [mailto:jt @adedesign.com] Sent: Tuesday, April 21, 2009 6:03 AM To: Paul Rybalka Subject: RE: CC Bayfront Development - Waterproofing of Kiosk [Spam score:8 %] Please advise what Type A was specified as Jonathan toays "jt" studio director 1407.656.8002 x111 1 jags .Sign cam aquatic design & engineering I www.adede.Sign.com From: Paul Rybalka [mailto:PRybalka @gignac- associates.com] Sent: Monday, April 20, 2009 5:29 PM To: JT Subject: FW: CC Bayfront Development Waterproofing of Kiosk [Spam score:8 %] JT, Please see correspondence below and respond. Type A or B for the interior of Collector tank? 4/22/2009 Page 2 of 3 From: hacltd @att.net [mailto:hacltd @att.net] Sent: Monday, April 20, 2009 4:08 PM To: Paul Rybalka Subject: Re: CC Bayfront Development - Waterproofing of Kiosk [Spam score:8%] Paul are you sure of the types used and where? Addendum #3 type B to be used inside water tank? - ---- Original Message - - -- From: Paul Rybalka To: hacltd anatt.net Sent: Monday, April 20, 2009 3:35 PM Subject: CC Bayfront Development - Waterproofing of Kiosk Gary, After further review of the plans and specs, the Design Team has come to the conclusion (See ADA comments below in blue) that we should keep what is in the Contract Documents in regards to Waterproofing the IWF. Specification 02820 Section 3.11 Part C states the following: " Extent of each type of fluid applied waterproofing work is indicated on drawings and includes applications, but not limited to the following locations: 1. Below grade at exterior surface of properly prepared foundation walls and exterior and interior fountains, ....and interior wall surfaces." Extent of fluid applied waterproofing at the IWF can be referenced on IWF Section A on Sheet 75A. This section shows the extent of waterproofing (with a dashed line and labeled "exterior waterproofing ") all the way around (below grade) the exterior face of the collector tank floor slab and walls and extending through to the end of the pool shotcrete slab. This section also shows the extent of waterproofing (with a dashed line and labeled "interior waterproofing ") for the interior of the collector tank to be applied on all surfaces including ceiling and openings. The Type of Waterproofing for both the exterior and interior is Type "A ". Type "D" waterproofing (the Hycrete Concrete Admixture, refer to Spec 03050) is to be provided at all fountain concrete and shotcrete per Spec 02820 Section 3.11 Part C.2.a. Type "B" waterproofing (the Neogard "Pool Gard C") was deleted from the scope of work in Ct &A # 4 in Addendum # 6. ADE Comments: The Exterior waterproofing is to protect the concrete and reinforcing steel from the salt or brackish water that will be ground water around the tank. The Interior waterproofing is to protect the concrete and reinforcing steel from the chlorinated water of the IWF. The Ad mix in the concrete design is a backup for the various minor defects or cracking that could take place in the surface means of waterproofing. With these three means of waterproofing we are allowing for maximum protection and longevity of this underground structure. After receiving your call this afternoon concerning waterproofing the 4" topping slab in lieu of the structural slab, we are looking into the matter. We are looking into providing Hycrete for both the Structural slab AND the topping slab. If this becomes our final recommendation, we will need to submit a PR for adding Hycrete to 4/22/2009 the topping slab. What would be the ballpark cost for this? Page 3 of 3 4/22/2009 = =rs AIA Document G709N — 2001 Work Changes Proposal Request PROJECT (Name and address): Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): City of Corpus Christi 1201 Leopard Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 PROPOSAL REQUEST NUMBER: 036 DATE OF ISSUANCE: June 09, 2009 CONTRACT FOR: General Construction CONTRACT DATE: September 29, 2008 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: 0 CONSULTANT: 0 CONTRACTOR: 0 FIELD: 0 OTHER: 0 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Revise Design of Stainless Steel Grate made in response to the Applications Test performed and per attached submittal. ATTACHMENTS (List attached documents that support description): Submittal # BD1 -008- 02820 -03 -RI stamped "Approved For Design" on April 27, 2009. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AIA Document 0709TM — 2001. Copyright 01993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AlA°r' Document is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this Ate Document, or any portion of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 12:16:32 on 06/09/2009 under Order No. 1000386386_1 which expires on 1/29/2010, and is not for resale. (2363470868) User Notes: 1 COMPACT etAR O# cQOitDNATIONPR0coiAPi.w4 E writ 0011TRACrIACSAIVITSON trHLCONraaCTr t. 4 -21 -09 HAAS • ANDERSON CONSTRUCTION Ito SUBMITTAL BDI - 008 - -02820 — 03 -- RI Fountain Grating Supply Biscayne Aquaculture Contactor Haas Anderson Construction LTD I HAAS-ANDERSON CONSTRUCTION, , LTD. a-REVIEW FOR COMPLIANCE 0 RF.VISE AND RESUBMIT 1.] CO9EafS NOTED 0 REJECTED RESUBMIT ?- ' t;iO:_. I BATE: - s TTAL U $;;FIEWEB BY: APAItcWa! .4 NO RL)lVGTRUAGCr TRACTOR OtcU PP 1c R OP aRINS: SANDCCP/ UMICE WITH CONTRACT DOCUMENTS, IrS GIGNAC t ASSOCJATCs Ag,MYAV OW Q•san 11= Appt vlt For Ms* Ae ?Noted la eel Mill. AQUATIC DESIGN & ENGINEERING, INC. Reviewed By:. 4hathall Project a . 0705._.___._.. Review . !\l.f 23;- 2Q09 ._.. ......__....._._.---......__... Reviewed C3 Rejecter) I.I Submit Sppcite. item i.„ Furnish as Ctutected Revise and Submit This review is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Corrections or comments made on the shop drawings during this review do not relieve contractor from compliance with the requirements of the complete drawings and specifications. Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for dimensions to be confirmed and correlated at the jobsite; information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences and proceduresof construction; coordination of his or herWork with thatof other trades; and for performing all work in a safe and satisfactory manner. 1402 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853-2535 • FAX 361/853-5564 e111E]!l '- =` i Min= Iiel111111111ilwE1 1! illIMIl, - . ies -i J -I t IMM*I fMM. ■ i ■ \ I 1 - IIN x.111 1 IIIIIIIIIIIIIIIIIII INN NM l .__ '-111 Oew)l111111111 11 /� 11111111111111 111=011 I g1_' 111 ' >�I I�tl� 11»E7MIelit lc PLEASE VERIFY Vas. (21 AREAS REQUIRED Panel Mark # 101 Size: 5- 13/16"x1' -10" Panel ends and cuts to be load bonded (774 AREAS REQUIRED Panel Mark I/ 102 Size: 5- 13/15 "x2 —8" Cuts to be load bonded AR LA QTY'S AS MARKED 15SGSS4 1" x 3/16" Sandblast (SP6) Stainless Steel Swoged Grating CB: 5/16" dio tube Alloy 316 316 Welded Anchor Blocks Grating Max Clear Spon 60" NOTE: TOTAL LENGTH IS 209' -0" ALLOW FOR 1/4" GAP BETWEEN PANELS FOR APPPROV, Nernirdrmom QgMIllt* Wan* AIM • riw nr..n.rrr sit w RE•1510• 1 1 4/20/09 co Won Is OM PASS-121 h GMTJ 1GS, INC WM 3 A 014mrL SIX ?O10t�t1 90 wane met {:QOM an?aO ti0 1 YOGYRYH. lee. eex. TC 0e . P.Os CC90ot 1011• 314579 gi Or F-1 0 0 MATC H r- rn 0 1 rl P1 0 C) 0 C) a>4 9 '71 •,-;- .*-._ rrl .iN 1\-1 CU CA 0 I `,,,, s.J V) < ;0 ''''' C) l 01 r- 0 r- C)> pi ,-- Z g': "---.. • Ti: (f) ....1 •,i-• —1. :::'■.: C13 ::1 Z —..--1 rn --1 1 ., 0 r- 0 cs, 6--) •A) .. — c: 11.1 --i i C._ ..4 (A C) LA ::.E a: C) ... 0 P1 r- _ _... = C7i ----I -r 1.- C> pi CD .A) cn 0 > r- --I — --i ril Z. 3" 1 U4 N) HAAS - ANDERSON C O N S T R U C T I O N LTD June 16, 2009 Gig nac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 0/36. This proposal request is to make fabrication changes to the special order stainless steel fountain grates after they were manufactured. During the fountain test in Canada the consultants found the designed grate needed to be altered so the plume jets would create the desired affect. 156 stainless grates were sent back to the manufacture to be cut and re- welded. No additional installation labor and equipment was required Cost of re- fabrication 156 grates X $ 54.00 each = $ 8,424.00 GC mark -up of work = $ 1,263.60 Total Change Amount $ 9,687.60 Sincerely afy Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 3611853 -2535 • FAX 361/853 -5564 wijko CHANGE ORDER REQUEST Change Order Request #: 2008 -194 -0004 Date: 6/10/2009 Project: Corpus Christi Bayfront Development - Phase To: Haas Anderson Construction, Ltd. Attn: Gary Traylor P.O. Box 7692 Corpus Christi, TX 78467 Ph.: (361) 853 -2535 Fax: (316) 853 -5564 We hereby propose to make the following changes: Plume Jet Grating Revision Project #: 2008 -194 From: Biscayne Aquaculture, Inc. Tobin Flinn 4900 Spicewood Springs Road Austin, TX 78759 Ph.: (512) 477 -3700 Fax: (512) 477 -3710 oa /.5-t, EAC /( AT .5-, '� Change Order Price Original Contract Amount This price is good for 5 days. If conditions change, this price is void. We are requesting a time extension of 5 days in conjunction with this change. Tobin Flinn 6/10/2009 Author Date $2,093,904.00 ❑ Accepted The above prices and specifications of this Change Order request are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless otherwise specified. Authorized Signature Date of Acceptance AlA Document G709'" - 2001 Work Changes Proposal Request PROJECT (Name and address): Corpus Christi Bayfront Development Implementation Plan Phase I Shoreline Boulevard Between Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): City of Corpus Christi 1201 Leopard Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 PROPOSAL REQUEST NUMBER: 047 DATE OF ISSUANCE: June 23, 2009 CONTRACT FOR: General Construction CONTRACT DATE: September 29, 2008 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: 0 CONSULTANT: ❑ CONTRACTOR: 0 FIELD: ❑ OTHER: 0 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Revise Pipe Routing Design to the Venturi Injector and Chlorinator per attached RFI response. ATTACHMENTS (List attached documents that support description): CCBD RFI -119 Response dated June 22, 2009. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AMA Document G709 ' — 2001. Copyright 0 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA' Document, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AK software at 17:13:41 on 06/23/2009 under Order No.1000386388_1 which expires on 1/29/2010, and is not for resale. (18832t 1252) User Notes: 1 Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number: 110 Plan -Phase I (Shoreline Re- Alignment -Phase I) From: Gary Trayler - Haas - Anderson Construction, LTD To: Paul Rybalka - Project Manager Date: June 17, 2009 Gignac Architects A/E Project Number: 6279 (City Project No.) Re Venturi Injector and Chlorinator Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 90 Detail: Note Sheet 90 shows the pipe routing from the pump to the venture injector and the chlorinator. The current design does not provide adequate control of the flow through the venture injector. It Biscayne Aquacultures opinion, this will not function properly and the operator will not have sufficient flow control over the venture injector. Please see attached sketch for a typical venture installation which we are recommending for this scenario Signed by: Gary Trayler - Haas - Anderson Construction, LTD Date: June17, 2009 Response: See attached ADE response. ❑ Attachments Response From: Paul Rybalka To: Gary Trayler Date Rec'd: 06/17/09 Date Reed: 06/22/09 Signed by: Paul Rybalka — Gignac Architects Date: June 22, 2009 Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ File LiaAdvancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.1. Number: II') Plan -Phase I. (Shoreline Re- Alignment -Phase I) From: Gary Trayler - Haas- Anderson Construction, LTD To: Paul Rybalka - Project Manager Date: June 17. 2009 Gignac Architects A/E Project Number. 6279 (City Project No.) Re Venturi Injector and Chlorinator Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 90 Detail: Note Sheet 90 shows the pipe routing from the pump to the venture injector and the chlorinator. The current design does not provide adequate control of the flow through the venture injector. It Biscayne Aquacultures opinion, this will not function property and the operator will not have sufficient flow control over the venture injector. Please see attached sketch for a typical venture installation which we are recommending for this scenario Signed by: Gary Trayler - Haas - Anderson Construction, LTD Date: June17, 2009 Response: We find no issue with the proposed addition of a globe valve and 2 pressure gauges per the sketch. 0 Attachments Response From: ADE To: Date Rec'd: Date Retld: Signed by: Jonathan Toays Date: 06.22.09 Copies: ❑ Owner ❑ Consultants 0 ❑ File 111.111111" Firrerro,�1!! • Mu iiiiiin ladlintal 111 argrommar N • Mrillilliadiall MN 11111111111110, "IIINMgiragIZNIIIII MIMI 111111111110 OW. a... r A Imam.= NUM - ..41' REM. Ili II 111111111111111111! ram inammunis • arm unausamhourrataustroa r.... • 1111111111110111111111111011Mril /11111111 11111111A ENE 11•111111iiiiiiiiiiiiall11111111Mer 111111111Eud1111 1111111 OMNI arrialWin• 11 IM MEM MANI MOW OM 111=11111111111•11111111111111111111111111111milliiiir111111111111110 1111111111111111111111111111111111111‘111111111 IVIES' EMI •111111,111111111111111 II 11•111111,1 MEN imummaiiimillammul milla 111111111 1111111111111111111111111111 11111111111111111111 TIM 111111 1111111111111111111111Nriiiiii1111 ..r. 1111111 SUM 111111111111111 El 111111111•1 111101 11111111111111111•11111111•111111EPP1111111111111111 MI In UM= 11111111111111111110V1111 NM • 111.1 111111n111111111p11111 MEM 11111M11M1111 MN .. ...r .. . ar..... ..rou...el i i . ono I aumffisir • ia ummum mu ammo ion I • aaami am .....„ .1.,,,,,... .1 ...... ....... ,.. .. . .. . . NMI el 1111111111 0111 IMES IIIMIMMIIIIIII1N111 11111 Free Plain Qraph Paper from Mp• Jnncompetech .aomlgrephpapar /plaIft HAAS - ANDERSON C O N S T R U C T I O N LTD July 13, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 047. This PR is to revise the Pipe Routing and Design for the Venturi Injector and Chlorinator per the attached RFI responses. This PR requires no additional contract time. Total PR # 47 = $ 2,262.05 Sincerely Gary rayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Breakdown of Cost for PR # 47 This PR is for the routing the verturi piping per the new design. Biscayne Aquaculture 1 x $ 1,967.00 = $ 1,967.00 General Contractor mark 15% = $ 295.05 Total PR $ 2,262.05 CHANGE ORDER REQUEST Change Order Request #: 2008 -194 -0005 Date: 7/8/2009 Project: Corpus Christi Bayfront Development - Phase 1 Project #: 2008 -194 To: Haas - Anderson Construction, Ltd. Attn: Gary Traylor P.O. Box 7692 Corpus Christi, TX 78467 Ph.: (361) 853 -2535 Fax: (316) 853 -5564 From: Biscayne Aquaculture, Inc. Tobin Flinn 4900 Spicewood Springs Road Austin, TX 78759 Ph.: (512) 477 -3700 Fax: (512) 477 -3710 We hereby propose to make the following changes: Venturi Injector Pipe Routing Includes gauges, pipe, fittings, and labor to install approved Venturi pipe routing per GC RFi 119. Change Order Price $1,967.00 Original Contract Amount $2,093,904.00 This price Is good for 5 days. if conditions change, this price is void. We are requesting a time extension of 5 days in conjunction with this change. Tobin Flinn 7/8/2009 Author Date Accepted The above prices and specifications of this Change Order request are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless otherwise specified. • Authorized Signature Date of Acceptance CHANGE ORDER REQUEST SUMMARY Project: Corpus Christi Bayfront Development - Phase 1 COR #: 2008494 -0005 Labor TXCC - Journeyman TXCC - Superintendent Material $18.53 $4.52 $6.20 50.00 ��s�r.uu 8 $68.27 $28.22 $16.16 Subtotal Pipe. Valves, and Fittings Total Cost Overhead Profit Total Subtotal $1,135.20 aaraMes 1:Mi ' ^:7yfiF'q $650.00 $650.00 $1,785.20 $124.96 $57.30 $1,967.00 REQUEST FOR INFORMATION Biscayne Aquaculture, Inc. 4900 Spicewood Springs Road Austin, TX 78759 Project: Corpus Christi Bayfront Development - Phase 1 RFI #: 2008 - 1940013 GC RFI# 119 Date: 6/17/2009 Phone: (512) 477 -3700 Fax: (512) 477 -3710 To: Haas - Anderson Construction, Ltd. Attn: Gary Traylor P.O. Box 7692 Corpus Christi, TX 78467 Phone: (361) 853 -2535 Fax: (316) 853 -5564 From: Tobin Flinn REASON FOR REQUEST ACTION REQUESTED PROBABLE EFFECT ❑ Insufficient Information [dJ Clarification n Increase Cost t J Engineering Conflict ❑ Direction ❑ Decrease Cost Alternate Proposal ❑ Approval ❑ Unknown Cost RESPONSE REQUIRED BY: 6/24/2009 ❑ Increase lime ❑ Decrease Time Unknown Time 5 REFERENCE: DRAWING NO.: 90 SUBJECT: Venturi Injector Piping INFORMATION NEEDED: SPECIFICATION NO 02820 Sheet 90 shows the pipe routing from the pump to the venturi injector and the chlorinator. The current design does not provide adequate control of the flow through the venturi injector. In our opinion, this will not fuction properly and the operator will not have sufficient flow control over the venturi injector. Please see the attached sketch for a typical venturi installation which we are recommending for this scenario. RECOMMENDATION: RESPONSE: ADE has no issue with the drawing. Gary Traylor Haas - Anderson Construction, Ltd. 6/22/2009 AUTHORIZED SIGNATURE COMPANY DATE Page 1 of 1 AIA Document G7O9TM - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 049 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 23, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: ❑ FIELD: ❑ OTHER: ❑ TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide a 6" x 6" Stainless Steel Pole for the Emergency Shut -Off Switch, the IWF Anemometer and the IWF Vacuum Receptacle per attached RFI responses. ATTACHMENTS (List attached documents that support description): CCBD RFI - 091 -R1 Response dated June 23, 2009. CCBD RFI -092 Response dated June 09, 2009. CCBD RFI -093 Response dated June 23, 2009. REQUESTED BY THE ARCHITECT: �'L —►�C, l,_ _ ..-., Paul Rybalka, Project Manager (Signature) (Printed name and title) AIR Document G709111— 2001. Copyright 01993 and 2001 by The American Institute of Architects. AU rights reserved. WARNING: This AlAe Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document. or any portion of it. may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 17:24:42 on 06/23/2009 under Order No.1000386386_1 which expires on 112912010, and is not for resale. User Notes: (859936295) atif Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corous Christi Bayfront Development Implementation R.F.1. Number. 091 -QL Plan -Phase I (Shoreline Re- Alignment -Phase I) From: Paul Rybalka - Project Manager. To: Paul Rybalka - Project Manager Date: April 6. 2009 Gignac Architects A/E Project Number: 6279 (City Protect No.) Re: Anemometer location Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 71 Detail: Request: Sheet 71 shows an anemometer located on a light post. I think that post is an AEP light pole. If that is correct someone who represents the owner will need to clear that with AEP. Can the City or Gignac please contact Heath with AEP and start the application process to have that mounted on the AEP pole. We will also need to know what the specific mounting requirements will be. Signed by: Gary Trayler Date: April 6, 2009 Response: RFI -09 I: The fiberglass AEP light poles are not structurally capable of holding an anemometer. Instead, the anemometer shall be placed on the northernmost wind turbine pole. The wind turbines require an anemometer as well. It would he acceptable, if feasahle, to provide one anemometer for both the IWF and the Wind Turbines. RFE-09 I -R I : The anemometer for the Wind Turbines must be a separate device from the one for the IWF. Place Anemometer at top of Emergency Cut- Off Pole. Reference response to RFl -092. ❑ Attachments Response From: Paul Rybalka To: Gary Trayler Date Rec'd: 06/23/09 Date Ret :d: 06/23/09 Signed by: Paul Rybalka - Gignac Architects re-A Date: June 23, 2009 Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ ❑ File Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number: 0Q Plan -Phase t (Shoreline Re- Aliamnent -Phase I) From: Paul Rvbatka - Project Manaeer To: Paul Rybalka - Project Manager Date: April 6. 2009 Gignac Architects A/I's Project Number: 6279 (City Project No.) Re: Eincreency Cut-OIT Switch Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 71 Detail: Request: This drawing indicates an emergency cut off switch for the pool. Please advise what type pole or other it is to be mounted on. Plow high. Will this switch have any protection to keep it from being turned off and on by small children or others many times during operation? Signed by: Gary Traylcr Date: April 6. 2009 Response: Provide a 6" s 6" square stainless steel pole 5' -0" above grade, capped at top. Place switch 4' -6" above grade behind a clear plastic tamper resistant hinged cover. Use detail 8 on Sheet 2613 I'or foundation only. ❑ Attachments Response From: Paul Rybalka To: Gary Trayler Date Rcc'd: 04/06/09 Date Ret d: 06/09/09 Signed by: Paul Rybalka - (lignite Architects �1 >ate :.June 09. 2009. Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ File Copyright 1994. Construction Specifications Institute. 601 Madison Street. Alexandria. VA 22314-1791 f'agc of July 1994 CSI Form 13.2A Advancement of Construction 78chnolegy REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number 91 Plan -Phase I (Shoreline Re-Alignment-Phase I) From: Paul Rybalka- Project Manager To: Paul Rybalka - Project Manager Date: April 6, 2009 Gignac Architects AN, Project Number: 6279 (City Project No.) Re: Vacuum 230 volt receptacles Contract For City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 71 Detail: Request: The drawing shows vacum electric receptacles in the park west of the pool area (3 total ). The drawing shows them next to the benches. Shouldn't these be mounted on some type of pole? How are these to be mounted? Mounting on the bench will mean electric box sticking out of the concrete bench. No way to service. Signed by: Gary Trayler Date: April 6, 2009 Response: Place a 120V GM Vacuum Receptacle at the anemometer pole with a child tamper resistant cover. ❑ Attachments Response From: Paul Rybalka To: Gary Traylor Date Rec'd: 04/06/09 Date Ret d: 06/23/09 Signed by: Paul Rybalka - Gignac Architects c../► Date: June 23, 2009 Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ ❑ Pile Copyright 1994, Construction Specifications Institute, 601 Madison Street, Alexandria, VA 22314 -1791 Page of July 1994 CSI Perm 13.2A HAAS - ANDERSON C O N S T R U C T I O N LTD July 13, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 049. This PR covers the cost for supply and installation of a 20' SS 316 pole that will be custom made with access doors for the items mounted on it. This pole is to mount the emergency cut off button, the GFCI receptacle and the anemometer. All of these are associated with the fountain. The pole foundation will be 2' diameter and 5' deep. The pole will be grounded along with the foundation. This PR requires no additional contract time. Total PR # 49 = $ 13,251.45 Sincerely Trailer Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361 /853 -2535 • FAX 361 /853 -5564 Breakdown of Cost for PR # 49 This PR is for the stainless 316 post and mounting of electric items Biscayne Aquaculture 1 x $ 11,523.00 = $11,523.00 General Contractor mark 15% = $ 1,728.45 Total PR $13,251.45 CHANGE ORDER REQUEST Change Order Request #: 2008 - 194 -0006 Date: 7/8/2009 Project: Corpus Christi Bayfront Development - Phase To: Attn: Haas - Anderson Construction, Ltd. Gary Traylor P.O. Box 7692 Corpus Christi, TX 78467 Ph.: (361) 853 -2535 Fax: (316) 853 -5564 Project #: 2008 -194 From: Biscayne Aquaculture, Inc. Tobin Flinn 4900 Spicewood Springs Road Austin, TX 78759 Ph.: (512) 477 -3700 Fax: (512) 477 -3710 We hereby propose to make the following changes: Pole for Electrical Fixtures Inclusions: 1) Supply and installation of (1) 20' SS -T316 pole with #4 Satin Brush Finish. Pole to include openings /enclosures and labor to install (1) Emergency Power Off Button, (1) GFCI receptacle, and (1) anemometer. Pole enclosures to include inspection labels and tamper proof screws. Cap to be removable for electrical maintenance. Grounding. 2) Material and labor to install the concrete foundation of the pole. Foundation to be 2' diameter x 5' deep with (6) vertical #3 bars and stirrups at 12' on center. Exclusions: Permits, testing, or inspections for concrete work if required. Change Order Price Original Contract Amount This price is good for 5 days. If conditions change, this price is void. We are requesting a time extension of 5 days in conjunction with this change. Tobin Flinn 7/8/2009 Author Date $11,523.00 $2,093,904.00 0 Accepted The above prices and specifications of this Change Order request are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless otherwise specified. Authorized Signature Date of Acceptance CHANGE ORDER REQUEST SUMMARY Project: Corpus Christi Bayfront Development - Phase 1 COR #: 2008 -194 -0006 Labor Labor Type TXCC - Journeyman TXCC - Superintendent Material MHrs I $1Hr $18.53 $4.52 $6.20 $0.00 $468.00 $1,802.40 16 16 $68.27 $28.22 $16.16 Burden Fringe Tax Total $0.00 Subtotal $2,270.40 Mateolal Quantity Cost Total Miscellaneous Materials Deduct for contract document materials Subcontracts $600.00 $0.00 $600.00 $250.00 $0.00 Subtotal ($250.00) $350.00 Subcontractor Mathieu Electric Description Total Material & Labor to install 20' SS -T316 & Pad $7,850.00 Total Cost Overhead Profit Subcontract Markup Subcontract Total Subtotal $7,850.00 $2,620.40 $183.43 $84.11 $7,850.00 $785.00 $11,523.00 Document G7O9TM -- 2001 Work Changes Proposal Request PROJECT (Name and address): Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): City of Corpus Christi 1201 Leopard Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 PROPOSAL REQUEST NUMBER: 060 DATE OF ISSUANCE: August 24, 2009 CONTRACT FOR: General Construction CONTRACT DATE: September 29, 2008 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: CONSULTANT: 0 CONTRACTOR: 0 FIELD: OTHER: 0 TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide an Emergency Overflow System for the Interactive Water Feature Collector Tank to include a Lift Station, Catch Basin and Manhole re -work at the Resaca and Shoreline intersection per attached sketches. ATTACHMENTS (List attached documents that support description): SK # CCBD -PR -060 -A thrtt F dated August 24, 2009. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AlA Document t3709741 — 2001. Copyright ® 1993 and 2001 by The American institute of Architects. All rights reserved. WARNING: This AiAe Document Is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law This document was produced by AlA software at 14:09:57 on 08/2412009 under Order No.1000386386_1 which expires on 112912010, and is not for resale. User Notes: (4215854338) i SASAKII COMPUTATION SHEET Title ti Protect no. 4?47°) .4°0 - riw14,71.-w) ',LIs N. •• '7.16 By /NJ tREPINSSMit p•—••;'' I . MINSREVOME ,T=11=TT--.1■=7. • Ito' Flef, 6.0A. Lyitgo p • ono WA • (2- • 0 C. 0 • rZ5v, ISA 11111111111•IPe NVtise-, \j./t . oigtiow fei." TP 66 V451: T14&1, • 6&.--1)()INI - Date Jo, Sheet no. of qZ516, e01.2.416) FYREPLY NOZZLE VOSS Z111.1/72A REFER TO S / SO LED Min BON 171.1 (72A AMR TO A/ SI MAIN DRAIN SON 201.1MA • RESER TO MO REMIT° AM eblMaivNi • COMPUTATION SHEET Title e' F.F114, Project no. .. 7 » vn By Checked Garz-r::• • fr2-• • e (y • c. 0 9-et SASAKI Date 4..1 e562 Sheet no. . of rrg\i, &I /41 01 FYREFLY NOZZLE ROM 281,1/72A REFER TO R / 60 r 0 BPI0.4 -Row lJ -• • .144( .43u1yk6:14* r1 . x TY 61\16, '2,A4.-/LS, - WI r 50)L. Ag.56, ./.) 114 -1 3 4.6 46,1‹. 4_,C6},Weri tro.ki 36t z..:110 - 66)640154. )e 424, LEO UGHT ROM 271.1/F2A REFER TO A / 81 MAUI ORAN ROM ZOENTRA REFER TO F/80 REFER TO A/76 ,t t 3.14 x %4 1% 150 )175 torr5 = ,14 i3, 47 144 tj +.)/A6 14 X 1, 40)5 COMPUTATION SHEET Title 69;xr. Project no. '7 c 1 . C....C.4-40...c> • rtg— • c:1 Coe, • t•-• Checked <11 SASAKI Sheet no. , sof 3 SV, a/Z3JV 9 I % . I •f- '. AC._ 1 --=--- -13 x 1• Y. 11,-5 =1,60 ; 1- pp I 11* 12 4) V. 1 p 4., i.31 4 r- 1 I 1 , P .. I i , I I 14, 51.6erre.)4,64-- ee Teo r .44-151—Th, ?NZ • ft:1KP 4t144.7-* 1, -76 =5466:4 HP' *FP ViL 4... •c5 6L:= 1 , Prif Min \‘(2 174.(oRs ri 'r,iLIo1. . •01.60.•1•0 r t2. ••• m4\11161)6 961A41-- , pomp W/ Tv4 -t- Kip-r6; ND-`1,o1,6 fo. W6ITYR TROTF-. Z.PNpoI4J fr: 7b..3if A lb y9A qpem ro4i, AT eirm Fpg ITT Water & Wastewater Applieslions: Ideal contractor, utilities and firemen pump. Removes water quickly from ditches, manholes, etc. Can pump corrosive liquids with 3-H pH. Ready 4 Submersible Pump Contractor Pumps (Slim Line) Capacity up to 65 GPM, Heads up to 35 ft. Specifications A Cable. Standard 5011. of AWO to SOW cord wilt plug. Easy to replace without removing the pump top. 8 Junction Chamber. The pump topic made of nonconosNe. thennopleedomatedef (outer coven and stainless steel (lotted. Cable enbyr Incorporates a molded grommet controlled compression *paling. The junction chamber Incorporates the motor run/Start winter end the igixon'euta.duf type thermNkurtent sensitive ' motor protector. C Pump Housing. High strength. lightweight non-corrosive staintess steel ANSI 304 outer casing. Stateeaats we leakproof Nitrite rubber o.dngs In precision machined grooves wit t omrotled oompresslon. A Shaft. Stskliecs Steel ANSI 420. E Motes Nr$8od, NEMA Design p weep cher F (ISS'C) insulation; two-Pole. 5300 fpe8. Shetntt lit to the motor housing. AM:. up to 15 starts pet note. F Searing*. Upper andlower— single tow bas bearing. G Shaft Seole. Independent douWudaea *eels running In erwhonmenmgy friendly. FDA approved (Standard 0172.878) lubricant Upper seed: carbon/ceramic. Lower seal: silicon carbide/ MIlison carbide. Cl specs: 0.35 pints (0.17). H Imponsn MultWane, open type. Matmiat. Pofyurethane. I Dlthaur. Nitrite Rubber. J Strtdnec Hard EPDM rubber. 98 holes SAO' x7118'. K Dleoharye Connection. 2' NPSM can helmeted tom a venkel to a hodzontp peekton. Feetonore. Stainless steel ANSI 304. Approval: OSA approved to ULSteetdaid #778. . A• US Option (not Shown): 8ulltin leveloontral, float switch type. Accessories: REVIEWED ONLY FOR 'CONFORMANCE Vtri.r Low suction colter, allowingpu O'EDISWIDE ICEPT.OF THE WORK( AND *1 RELYING ONTHEACCUR \CY OF INFORMATION CONTAINE(; ) IN THE SUBMITTAL. SEE CONTRACT DOCUMENTS FOP: CONTRACTOR'S RESPONSIBILITY FOR DIMENSIONS QUA t rpm _C�_.ORDINATI f REVISED SUBMITTALS, : re Flyg! products a atfillet • - t. .rettoe 9.aseplu bltet .. REVIEWED AVAe : i A RSQUIR DSUSWI17 .. S .. a A.rSSOCIATES, INC. 94 $T.r WA'iTOWN, MA 02472 (617) OW 3= icA7S_.(3i7j l 64701.0) ? �3 t . created using I wyPCIle SA 6 A : ' . ( Printer Driver G /4L C 0 25 far !( izt-2 `d0 '{O ta J ,C) m z O 8 0 z C A 1 Cral rC' 15111mr <morn ! i V r)oC -Cp �• m .fl p C. -0 A 1 G1agGiiPgriiiriQO 1 rr ■IfV1rr[f L �� UrIIIIIM Arr[3 ► oIuuI i. rrs1 -� ?� iia :: ::� > n 47 tJOr11r ■OM IsMrri►'rrrit 2 az4.1, lrrkx�•rfIriu Z g, 1.1neeeeeEea O -pp° •rr '9 18Oddf1S 3dld 12" MIN 310NNVY1 0Z .8 • s-- -- 3' ---- ornamillimmimw 1 1 CORPUS CHRISTI EN A DEVELOPMENT IMPLEMENTATION AN - PHASE 1 ? PARK POOL DRAIN PLAN CITY of TEXAS 5 CHRISTI Deportment of rofpnee fne Sesv e* A!'Ci n i ; cur :, utr mama 001018 CWW W . WA WA?, HAAS - ANDERSON C O N S T R U C T I O N LTD August 26, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 060. This Proposal Request is for an Emergency Overflow System to be added to the Interactive Water Feature Collector Tank. It includes a Lift Station, Catch Basin, Manhole and all associated demolition, electric, utility service work and added paving. Please see SK # CCBD -PR -060 -A thru F. Total cost $ 94,676.98 Sincerely Gary rayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853-2535 • FAX 361/853-5564 Collector Tank Overflow — Lift Station — Catch Basin - Manhole Re -work — Sanitary Line - Water line Relocation to north end — Sheetpile Rent 1 month July 22, 2009 This is a recap of all the totals. I started sheetpile rent on June 2, 2009 and ended it on July 2, 2009. This is when the outside was waterproofed and ready, to backfill and when we were finished with the 12" pipe and starting backfill. I have added photo backing this time line up. We saw -cut the concrete paving where manhole A is located so it could be demolished. The concrete paving was demolished in that area. The concrete rubble was hauled off site to a landfill. The manhole was re -built to tie -in an additional line to the north side. The new sanitary line from MH -A was run to the new catch basin location. The water line west of the Kiosk was changed and run to the north side of the restrooms. A new catch basin was built at the north side of the restrooms per your design. A new sanitary line from MH -A will be run to the Kiosk within 5 feet. The new catch basin will have a galvanized diamond grate with hole for drains. The new pipes into the catch basin will be supported by a galvanized pipe rack. The new catch system will have a 6" air gap to meet code. A new 12" PVC manifold line was run for the collector tank overflow piping. A new 4' concrete lift station will be built over the overflow piping manifold. The new manhole will be City of Corpus Christi spec and per your designs. A new electric lift station pump will be installed inside the new manhole. The new pump will be rack supported with monitor float switches. A discharge line from the pump will be run to the north end of the project. The discharge line will have an air -gap as per your design. The discharge lift station pump will be wired by running electric from the Kiosk. Sleeves were placed inside the Kiosk basement wall for the conduit. This price includes breaker, tank penetrations, seals, boxes, conduit, wire and labor. All work will be performed at code and per the drawings. The concrete for the paving area will be re- poured after the subgrade is compacted. The gravel drain bed will be reinstalled in the area. The existing concrete will be doweled before the new concrete is placed. All areas are to be backfilled and compacted after construction of new piping and electric. Please see the next page for a cost separation into areas. Lift station This includes the new Lift Station and associated piping to all locations. $ 23,219.10 The electric work involved in installing breakers, running conduit and hooking up the new high - volume pump in the lift station. $ 2,663.00 Cost to demo manhole top, break into Manhole A at invert elevation, install a new 8" sanitary sewer line from the manhole to the catch basin, install a new catch basin, and install all associated pipe hangers and frames /grates. $ 21,515.14 Cost to demolish the existing concrete pavement. Dowel and pour back pavement. Haul off rubble from the other sub - contractors and ours. Excavation of areas not associated with the other contractors excavation. Backfill and compaction of all areas Extended rental of sheetpile for collector tank while work was completed. Total for work General Contractor $ 34,930.57 $ 82,327.81 $ 12349.17 Total PR 60 $ 94,676.98 Cost in repairing the concrete paving where it was demolished make manhole tie -in. Concrete rubble was hauled to the landfill and disposed of. The soil area will need to be excavated and hauled off site. The existing paving will be drilled and dowled to tie the new concrete to the old. The subgrade will be compacted and tested prior to concrete being poured. New rebar will be placed for the concrete paving. New concrete will be poured for the concrete paving area. 5 new bollard bases will be poured that were removed for this work. Material Cost Rebar # 4 cost for paving and curbs Concrete for paving Doewls Epoxy Qty Unit @ Ton 1 tons x $ 908.00 = $ 908,00 15 cy x $ 113.11 = $ 1,696.65 94 ea x $ 1.15 = $ 108.10 2 gal x $ 67.50 = $ 135.00 Total Materials $ 2,847.75 Haas Anderson equipment used for the work Item @ Hour Hours Used LD # 225 $ 68.28 x 8 = 8H # 065 $ 36.24 x 8 = WT # 427 $ 36.21 x 8 = Total Equipment Labor for the dirtwork, demo, and compaction. Person Duty Isauro Trevino Operator Robert Paiz Operator Lehman Dyson Com Labor Elsa Aguirre UtI Labor Juan Munoz Utl / Opr Hour $ 19.80 x $ 34.38 x $ 15.30 x $ 15.48 x $ 18.54 x Total Dirt Crew Labor Hours Used 8 = $ 158.40 8 = $ 275.04 8 = $ 122.40 8 = $ 123.84 8 = $ 148.32 $ 828.00 $ 546.24 $ 289.92 $ 289.68 $ 1,125.84 Labor for the concrete crew to do the dowel work and concrete pour. Person Leopoldo Hernandez Juan Salazar Julitan Corrillo Lorenzo Gomez Dennis Hernandez Juan Ortiz Carlos Espinosa Duty Form Setter Laborer, Utility Laborer, Utility Laborer, Utility Laborer, Utility Laborer, Utility Finisher Sub Contractor Hauler GP Transport 2 loads to Portland Pit. Electric sump Pump s stem Pump an oa switches @ Hour $ 19.17 16.65 $ 17.10 $ 17.55 $ 17.55 $ 17.73 $ 26.28 Total concrete crew labor Hours used x 12 = $ 230.04 x 12 = $ 199.80 x 12 = $ 205.20 x 12 = $ 210.60 x 12 = $ 210.60 x 12 = $ 212.76 x 12 = $ 315.36 $ 1,584.36 4 X $ 105.50 = $ 422.00 1 X $ 1,128.02 = $ 1,128.02 Sub Contractor Sheetpile supply Shinn and Gerry 1 month rental on sheetpile 38' deep. 1 month rental x Includes de- watering. Extension of original contract no charge for driving or extracting and shipping. $ 22,110.00 = $ 22,110.00 Excavation and Placement of 12 Manifold Line Person Duty © Hour Hours Used Isauro Trevino Operator $ 19.80 x 20 = $ 396.00 Robert Paiz Operator $ 34.38 x 20 = $ 687.60 Lehman Dyson Corn Labor $ 15.30 x 20 = $ 306.00 Elsa Aguirre UtI Labor $ 15.48 x 20 = $ 309.60 Juan Munoz Uti / Opr $ 18.54 x 20 = $ 370.80 Total Dirt Crew Labor $ 2,070.00 Haas Anderson equipment used for manifold and pipe work Item @ Hour Hours Used LD # 225 $ 68.28 x 20 = $ 1 ,365.60 BH # 065 $ 36.24 x 20 = $ 724.80 WT # 427 $ 36.21 x 20 = $ 724.20 Total Equipment ` $ 2,814.80 Total Haas Anderson Cost $ 34,930.57 JHABORES CONSTRUCTION CO., KIOSK BACKWASH AND UTILITIES DESCRIPTION WORK PERFORMED BACKWASH AND UTILITIES EOUTPMENT FIRS RATE EXT CAT 315 EXCAVATOR 16 $115.00 $1,840.00 CAT 924 LOADER 32 $92.00 $2,944.00 CAT 420D BACKHOE 40 $49.85 $1,994.00 CONC HAMMER ATTACHMENT 8 $35.50 $284.00 CREW CAB PICK 4x4 40 $15.34 $613.60 MARKUP 15% $1,151.34 TOTAL COST EQUIPMENT $8,826.94 LABOR SUPERINTENDENT 24 $38.89 $933.36 OPERATOR 32 $15.00 $480.00 OPERATOR 40 $14.50 $580.00 PIPELAYER 40 $11.50 $460.00 PIPELAYER 40 $11.50 $460.00 LABOR 40 $10.50' $420.00 LABOR BURDEN 55% $L833.35 TOTAL LABOR $5,166.71 MATERIAL 8" SDR 26 PVC PIPE 87 LF $5.51 $479.37 4" SDR 26 PVC PIPE 22 LF $3.55 $78.10 6" FORCE MAIN C900 74 LF $5.02 $371.48 6" 45° BEND 2 EA $124.00 $248.00 6" GALVANIZED PIPE 1 LS $2,096.24 $2,096.24 1 ' /a" PVC FORCE MAIN 370 LF $1.20 $444.00 1 W' GALVANIZED FORCE MAIN 1 LS $275.00 $275.00 CATCH BASIN WI GRATE 1 LS $2,025.00 $2,025.00 MARKUP 25% $1,504.30 TOTAL MATERIAL $7,521.49 TOTAL COST $21,515.14 JMABORES CONSTRUCTION CO. BAYFRONT WATER FEATURE LIFT STATION DESCRIPTION WORK PERFORMED ON PVC PIPING AND LIFT STATION EQUIPMENT HRS RATE EXT CAT 325 EXCAVATOR 32 $130.00 $4,160.00 CAT 924 LOADER 32 $92.00 $2,944.00 CREW CAB PICK 4x4 32 $15.34 $490.88 8'x16' TRENCH BOX 5 DAYS $282.00 $1,410.00 MARK UP 15% $1,350.73 TOTAL COST EQUIPMENT $10,355.61 LABOR SUPERINTENDENT 24 $38.89 $933.36 OPERATOR 32 $15.00 $480.00 OPERATOR 32 $14.50 $464.00 PIPELAYER 32 $11.50 $368.00 PIPELAYER 32 $11.50 $368.00 LABOR 32 $10.50 $336.00 LABOR BURDEN 55% $1,622.15 TOTAL LABOR $4,571.51 MATERIAL 4' CONCRETE WET WELL DEEP FLOAT AND FRAME SET UP 12" SCH 40 DRAIN LINE 12" 90° BEND 12"x12" TEE 12 "x8" REDUCERS 12" OVERFLOW STUB OUT MISC. GLUE, FITTINGS, ETC MARK UP TOTAL MATERIAL 1 EA 1 EA 140 LF 2 EA 2 EA 4 EA 1 EA 1 EA $ 2,738.50 $2,988.49 $950.00 $950.00 $10.25 $1,435.00 $130.06 $260.12 $180.56 $361.12 $95.30 $381.20 $174.00 $174.00 $133.65 $133.65 $1,608.40 $ 8,291.98 TOTAL COST $23,219.10 Mathieu Electric Co., Inc. 1222 Laredo Street, CC, TX 78401 361- 884 -7702 Lift Station Breakdown Material Labor Raceways, fittings and boxes $168.34 $270.71 Wire and cable $307.25 $285.81 Wiring devices and covers $95.01- $112.42 Breaker $104.19 $77.89 Trench and backfill $839.42 $239.26 Tank penetration and seal $74.91 $87.78 Total $2,663.00 "we C. Kiosk /Restroom Building Items: PR -039 Provide GWB Assembly behind Building Louvers. PR -040 Provide Add. Roof Drain Piping and Revise Alum. Curtainwall. Sub -Total $3,361.80 ADD $14,245.97 ADD $17,607.77 ADD AIA Document G709" - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 039 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June II, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: 0 CONTRACTOR: ❑ FIELD: ❑ OTHER: TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide additional Gypsum Wallboard Assembly to Kiosk and Restroom building interiors per attached RFI responses. ATTACHMENTS (List attached documents that support description): CCBD RFI -057 Response dated May 26, 2009 CCBD RFI -073 Response dated February 23, 2009 REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AIA Document G7O9TM — 2001. Copyright © 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AlA' Document is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this AlA" Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by NA software at 13:12 :46 on 06/11/2009 under Order No. 1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (1069540637) Advancement of Constnrctlon Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number: OC7 Plan -Phase I (Shoreline Re- Alignment -Phase 1) From: Gary Trayler - Haas-Anderson Construction. LTD To: Paul Rybalka - Project Manager Date: February 3. 2009 Gignac Architects All's Project Number: 6279 (City Project No.) Re: Louvers on the Restroom and Kiosk Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 125 /(33 Detail: 1 and 5 Request: Elevations 1 and 5 on sheet 125, and Wall Section 1 on sheet 133. The sloping wall separating the light well from the attic space extends to the inside face of the louvers on the north face of the Restroom Building and the south face of the Kiosk Building. This results in the louvers extending into the light well. Is this the intent? Signed by: Gary Traylor - Haas- Anderson Construction, LTD Date: February 3, 2009 Response: Provide metal stud framing and GWB out to the corner columns to cover the louvers. Provide foil -faced 3 l /2" batt insulation between the stud framing. The extent of the fur out into the light well is to he as minimal as possible, taking into consideration the spatial requirements for the roof overflow pipes draining out directly below the louvers (see response to R11-0911 - to be answered shortly). ❑ Attachments Response From: Paul Rybalka 'l'o: Gary Trayler Date Ree'd: 02/03 /09 Date Ret d: 05/26/09 Signed by: Paul Rybalka - Gignac Architects Date: May 26, 2009 Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ ❑ File Advancement illffLtiaa of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation Plan -Phase 1 (Shoreline Re- Alignment -Phase I) To: Paul Rybalka - Project Manager Gignac Architects Re: Kiosk building design criteria questions R.F.I. Number. 071 From: Gary Trayler Date: February 23. 2009 A/E Project Number: 6279 (City Project No.) Contract For: City of Corpus Christi Specification Section: Section II ' Paragraph: Drawing Reference: 125 + Detail: Request: Fulton Construction has requested verification on the design criteria of the project buildings. We have attached the questions and observations. 1. Verify buildings are to be designed as "enclosed" although louvers cover a significant portion of the buildings. 2. Verify the Design Wind Pressure for Components and Cladding in the chart. Kawnecr's engineer believes that the actual windload (based on an enclosed design) is higher than what is indicated in the archcitccts drawings per IBC 2003 a. We believe Zone 4 is 33.4 PSI' positive and 36.2 negative ( drawings show 25.9 PSF positive and 28.2 PSF negative. b. We believe Zone 5 is 33.4 PSF positive and 44.7 negative ( drawings show 25.9 PSF positive and 32.5 PSF negative. Signed by: Gary Trayler Date: February 23, 2009 Response: 1. Buildings are designed to be "enclosed" with conditioned space inside the building envelope. In the case of the louvers, we have two situations. The first is the area of louvers that will pass fresh air to air intake ducts or pass exhaust air from ducts within. • (Reference Sheet 137.) The second situation is the area of louvers (or "dummy louvers ") that is not required for passage of air, but is the area to complete the overall area shown in the exterior elevations. Both situations should restrict the passage of water but the second situation will require dens -glass sheathing, vapor barrier, bats insulation, stud framing. and gypsum board on the inside of the louvers. See RFI -057 for further details on wall assembly behind the "dummy" louvers. 2. Sce attached response from Shane Torno. Also, the letter mentions a deadline date for submittalsof February 10. We do not expect to receive any delay claims on this matter. Please submit shop drawings in a timely fashion. ❑ Attachments Response From: Paul Rybalka To: Crary Traylcr Date Ree'd: 02/23/09 Date Rd: id: 02/23/09 Signed by: Paul Rybalka - Gignac Architects Date: February 23, 2009 Copies: ❑ Owner ❑ Consultants ❑ 0 ❑ ❑ Filc Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development implementation R.F.1. Number: 071 Plan- l'hasc 1 (Shoreline Re-Alignment-Phase!) From: Gary Trayler To: Paul Rybaika - Project Manager Date: February 23, 2009 Gkutc Architects A/E Project Number. 6279 (City Project No.) Re: Kiosk building design criteria questions Contract For: City of Corpus Christi Specification Section: Section 11 Paragraph: Drawing Reference: 125 + Detail: Request: Fulton Construction has requested verification on the design criteria of the project buildings. We have attached the questions and observations. 1. Verify buildings are to be designed as "enclosed" although louvers cover a significant portion of the buildings. 2. Verify the Design Wind Pressure for Cotnponents and Cladding in the chart. Kawneer's engineer believes that the actual windload (based on an enclosed design) is higher than what is indicated in the archcitccts drawings per IBC 2003 a. We believe Zone 4 is 33.4 PSF positive and 36.2 negative ( drawings show 25.9 PSF positive and 28.2 PSF negative. b. We believe Zone 5 is 33.4 PSF positive and 44.7 negative ( drawings show 25.9 PSF positive and 32.5 PSF negative. Signed by: Gary Trayler Date: February 23, 2009 Response: 2. Since these pressures are depedant on the tribitary area, component and cladding pressures will differ from cladding element to cladding element. The table provided attempted to anticipate these tribitary areas. Generally, use of higher pressures than those of the table does not require approval, although the calculations will be reviewed with the rest of the submittal. ❑ Attachments Response From: SRT To: Date Rec'd: 2/23/08 Date Ret 'd: 2/23/08 Signed by Date: Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ ❑ File HAAS - ANDERSON C O N S T R U C T I O N LTD July 14, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 039 This PR provides metal stud framing and GWB out to the corner columns to cover the louvers. It Provides foil faced 3'/2" batt insulation between the stud framing. The extent of the fur out into the light well is to be as minimal as possible. See response to RFI 57 and RFI 98. Cost of all labor and materials ( see breakdown) $ 2,923.30 General contract mark 15% $ 438.50 Total Change Amount $ 3,361.80 Sincerely Gary .rrayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Fulton Const. Bayfront Development PR # 039 7114/2009 Description Labor Material Sub /Equip Total Drywall 0.00 0.00 0.00 1,822.00 Painting 0.00 0.00 0.00 720.00 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 0.00 Subtotal OH&P Total Description of Work: Provide drywall at interior of louvers at light wells. Supplemental Drawings: attachment Nos. 2,542.00 381.30 2,923.30 AIA Document G709 - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 040 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 11, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Naze and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas- Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: ❑ FIELD: ❑ OTHER: Please submit an itemized proposal for changes in the Contract Sum and Contract Titne for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide added roof drain piping assembly, revise exterior louvers and aluminum curtainwall at the Kiok and Restrrom building per attached RFI responses. ATTACHMENTS (List attached documents that support description): CCBD RFI -085 Response dated May 28, 2009. CCBD RFI -098 Response dated May 28, 2009. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AIA Document G709TM — 2001. Copyright ®1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ate Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 13:19:19 on 06/11/2009 under Order No. 1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (91655112) c Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number: nits- Plan-Phase 1(Shoreline Re- Alignment -Phase 1) From: Patti Rybalka - Project Manager To: Paul Ryhalka - Project Manager Date: March 23.2009 Gignac Architects A/13 Project Number: 6279 (City Project No.) Re: Roof drains for Kiosk and Restroom Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 124 Detail: Request: Drawing 124 indicates roof drains and overflow drains at the Kiosk and Restroom Buildings. The plumbing fixture schedule and the Plumbing drawings do not show the roof drains or overflow drains. What type of drains and piping are needed" Signed by: Gary Traylcr Date: March 23. 2009 Response: See response to RF1 -098. ❑ Attachments Response Froni: Paul Rybalka 'I'o: Gary Traylor Date Reed: (13/23/09 Date Ret d: 05/28/09 Signed by: Paul Rybalka - Gignac Architects Date: May 28. 2009 Copies: ❑ (honer ❑ Consultants Copyright 1994, Construction Specifications Institute. 601 Madison Street. Alexandria, VA 22314 -1791 Page of ❑ File July 1994 CSI Porte 13.2x\ Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number: Ong Plan -Phase 1(Shoreline Re- Alignment -Phase 1) From: Gary Trayler - Haas- Anderson Construction. LTD To: Paul Rybalka- Project Manager Date: May 7, 2009 Gignae Architects NE Project Number: 6279 (City Project No.) Re: Roof Drain piping Contract For: City of Corpus Christi Specification Section: Paragraph: Drawing Reference: 125 Detail: Request: The plumbing drawings do not show the roof drain or overflow drain piping for the Kiosk & Restroom Buildings. Where does the piping for the roof drains discharge to? Where does the piping for the overflow drains discharge to? if the piping discharges through the exterior glass walls, please provide a detail Signed by: Gary Traylor - Maas- Anderson Construction, LTD Date: May 7, 2009 Response: Sec attached 13E1 response dated May 27, 2009. Add a horizontal mullion for the overflow 1' -0" above the horizontal mullion that separates louvers from glazing below. The metal panel finish is to match the finish of the mullions and louvers. The spout is to he 3" diameter 316 stainless steel pipe which protrudes 3" from the metal panel plane and flares at 20 degrees with the outermost protrusion at the bottom of pipe. Provide a 316 stainless steel escutcheon with concealed fasteners at the base of pipe where it meets the metal panel. ❑ Attachments Response From: Paul ttybalka To: Gary Traylcr Date Rec'tt: (15/07/09 Date Rea d: (15/28/09 Signed by: Paul Ryhalka — Gignac Architects tratt—(-- Date: May 28, 2009 Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi BayfrontDeveloprnent Implementation R.F.I. Number. 09R Plan -Phase 1 (Shoreline Re-Alignment-Phase 1) From: Gary Traylcr - Haas-Anderson Construction, ) ;TD To: Paul Rybalka - Project Manager Date: May 7, 2009 Gignac Architects NE Project Number: 6279 (City Project No.) Re: Roof Drain piping Contract For: City of Corpus Christi Specification Section: Paragraph: l)rawing Reference: 125 Detail: Request: The plumbing drawings do not show the roof drain or overflow drain piping for the Kiosk & Restroom Buildings. Where does the piping for the roof drains discharge to? Where does the piping for the overflow drains discharge to? If the piping discharges through the exterior glass walls, please provide a detail Signed by: Gary Trayler- Baas- Anderson Construction,): fD Date: May 7, 2009 Response: See the attached sketches by Gignao on location of the roof drains and routing of thc roof drain leaders. The overflow mof drain leaders are to be routed separately in a 3" pipe and penetrate the side of the Kiosk as indicated on thc sketches with a downspout nozzle. Tho 3" roof drain leaders arc to drop in chase and route underground to the storm water drain pipe. ❑ Attactumults Response From: To: Date Rcc'd: Date ltet .'.d: Signed by: Brian Mende, P.E. Date: May 27, 2009 Copies: ❑ Owner ❑ Consultants 0 ❑ ❑ Fite i 1110111 411 n. «1' Ifte 4111 < 1 1,4111111 0!!1!1!! 1110,1/ r 0 +a, is v tij � 1y` Q Q 1 h t 3 a 0 /- , 1 r r 1 ! I r ! r �i s , 1 0 CL �M 0 I:}f1 '146 a 3 - 1 j Ns.* •••••4. CR) 0 0 a_ y 0 • eta. 2. I, ,go..2. . =• i..e fit' v..vieY ry 1..s 5 act, t r- 0 • 4 0 gentrif company MECHANICA4 CONTRACTORS - 381128910022 • Fax 361/289 -1546 • 1413 Corn Products Road 78409 • P.O. Box 4228 • Corpus Christi. Texas 78469 August 6,2009 CORPUS CHRISTI BAY FRONT DEVELOPMENT PHASE i RFI NO. 098 Plumbing Breakdown Exterior cleanout 4" Stainless downspout nozzle 3" Stainless pipe 3' Stainless weld 90 E8 3" Stainless threaded nipples 3" PVC SCH 40 pipe 3" PVC SCH 40 pipe 4" PVC SCH 40 pipe 6" PVC DWV 114 Bend 3" PVC DWV 114 Bend 4" PVC DWV 1/8 Bend 3" PVC DWV 1i8 Bend 4" PVC DWV 118 Bend 8" PVC OM Wye Bx6x44" PVC DWV Bushing 6 "x4" PVC DWV Combination 4"x3" Riser clamp 3" Stainless No-Hub bands 3" Hangers. insegs and althread Connect to manhole Machine excavate Backfield & compact Cushion sand Haul off debris Qty Unit labor Material Total 1 EA 86.25 172.50 258.75 2 EA 289.90 178.00 936.80 20 EA 16.01 17.03 860.80 8 EA 283.72 30.80 2,516.16 2 EA 89.36 33.60 245.92 80 EA 3.39 1.54 394.40 20 EA 3.87 2.19 121.20 20 EA 7.25 4.12 227.40 13 EA 16.43 4.80 275.99 1 EA 24.15 9.17 33.32 8 EA 15.94 3.52 116.76 1 FA 23.87 8.21 31.88 2 EA 40.58 23.09 127.34 1 EA 59.30 27.88 88.98 1 EA 33.33 15.56 48.89 1 EA 45.89 12.29 58.18 1 EA 15.94 5.70 21.64 2 EA 10.63 9.72 40.70 6 EA 45.89 14.40 361.74 1 EA 148.03 60.00 208.03 16 Ea 10.15 5.40 248.80 16 EA 6.77 4.20 175.52 11 Ea 1.15 11.12 134.97 16 EA 7.25 7.80 240.80 ,571. 7 7,571.97 Sub Total Total !dumber Mechanical Contractors Association of Texas, Inc. VV YV Vv u......+ Submitted to: FULTON /COASTCON INC. P.O. BOX 9486 C.C., TEXAS 78469 ATT: JIMMY UUNTK&C:TURS W ASS FRODU( S P.O.BOX 271502 CORPUS CHRISTI, TEXAS 78427 PH: 361 - 854 -8188 FAX: 361 -854 -4412 Project information: C.C. BAYFRONT DEVELOPMENT Date of Plans: N/A ARCHITECT: N/A Addenda Acknowledged: N/A Date: 8-6 -09 Proposal No. 8609 -FC138 _=an+ caws===._===-- ase____. ==__ =--- .r--- ....---= ..- ....==_ === =..,- _,=cu-..ace We hereby propose to furnish materials and perform labor necessary for the completion of: REF: RFI #098 EXTRA TO CONTRACT ADD HORIZONTAL MULLIONS AND IMPACT RESISTANT PANELS WITH 3" DIA. HOLES TO ELEVATIONS #4 & 45 PER ATTACHED Materials furnished: XAWNEER 1600 CURTAINWALI, MULLIONS, MAPES HURRICANE IMPACT ALUMINUM PANELS, MISC. SEALANTS. Excluding: 1. CLEANING AND PROTECTION. All material and labor shall be completed in a substantial workmanlike manner and is guaranteed per plans and specifications for the sum of: * ** ** THREE TEOUSAND, TWO HUNDRED & NO /100 * * * ** Tax included Yes ( ) No (X) MULLION$ $ 660.00 PANELS $ 1,100.00 LABOR $ 1,440.00 ADD Dollars $ 3,200.00 Respec u11y s;iitted, Neil . unt Nate: Th s- Frapos l- will— remainin -effee o-r-30 -days. The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Date : Signature : D. Miscellaneous Items: PR -026 PR -042 PR -048 PR -059 Pathway Sub -Grade Revisions — West of Shoreline. Revise Traffic Control & Temporary Fencing — 2009 Buc Days. Revise the Port of CC Water Meter Vault Lid. Diamond -Saw Cut in lieu of Laser Cut Park Pavers. Sub -Total ($1,166.51) DEDUCT $2,789.39 ADD $2,831.69 ADD ($18,585.00) DEDUCT ($14,130.43) DEDUCT i Document G709 rlit - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 026 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: March 16, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: 0 CONTRACTOR: ❑ FIELD: ❑ OTHER: 0 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Revise Subgrade for Sidewalks and Stone Dust Paving Areas on the West side of Shoerline Blvd. to Sand Subgrade using existing sand found on site per attachments. ATTACHMENTS (List attached documents that support description): CCBD RFI -049 Response dated February 04, 2009. CCBD RFI- 049 -R1 Response dated March 16, 2009. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and tide) AtA Document G70904— 2001. Copyright © 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA`' Document is protected by U.S, Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14 :59 :44 on 03/16/2009 under Order No.1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (3378787092) Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Ntunher: 049 Plan-Phase f (Shoreline Re-Alignment-Phase I) From: Gary Trayier - Haas-Anderson Construction. LTD To: Paul Rybalka - Project Manager Date: January 20. 2009 Gienac Architects A/i.s Project Number: 6279 (City Project No.) Re: 02736 Stone Dust Surfacing Contract For: City of Corpus Christi Specification Section: 02736 Paragraph: Drawing Reference: 63 Detail: 7 Request: 1. The stone dust paring detail 47 on page 63 alone with all other details showing stone dust paving show the material over lime stabilized subgrade. The existing material is sand and will not he lime stabilized. Will it he ok to put the material over 12" of dirt as is planned for the sidewalks? The soil report included in the specifications indicates existing material is fill sand and several feet deep. 2. The specification notes the stone from the supplier is to be grey in color. The specified supplier only has one color of granite and that is the typical Texas Granite which is pink in color. Is the wrong supplier shown or is the color to be pink? We thought the supplier could be wrong because the gradation was also something he did not produce. 1 We can not find In the specification or details how thick the two types of stone are to be placed. The details showing stone dust. show 4" over lime stabilized subgrade. What is the thickness ot'thc stone dust surface and what is the thickness of the rock requested in 2.3A? 4. Specification 3.2 Filter Fabric indicates the fithriic shall be installed over compacted aggregate base. The detail for stone dust paving 47 on page 63 shows the filter fabric to be under the base on top of the lime stabilized subgrade. Please indicate which installation is correct. 5. The stone in 2.3A only gives a gradation. Can this stone he limestone. or does it need to be granite? Signed by: Gary Trayler- Maas - Anderson Construction. MD Date: January 20. 2009 Response: I. See attached Fugro response. 2. See attached SAI e -mail response. 3. Sce attached SAi e-mail response. 4. Sce attached SAI e-mail response. 5. Sec attached SAI e -mail response. ❑ Attachments Response. From: Patti Rybalka To: Gary Trayler Date Recd: 01/20/09 Date Re( d: 02/04/09 Signed by; Paul Rybalka - Clignac Architects Date: February 04. 2009 fikefla Advancement of Construction Technology REQUEST FOR INTERPRETATION Project: Corpus Christi Bayfront Development Implementation R.F.I. Number- €149 Plan -Phase 1(Shoreline Re- Alignment -Phase I) From: Gary Traylor - Haas- Anderson Construction, LTD To: Paul Rybalka - Project Manager Date: January 20, 2009 Gignac Architects A/E Project Numbs: 6279 (City Project No.) Re: 02736 Stone Dust Surfacing Contract For: City of Corpus Christi Specification Section: 02736 Paragraph: Drawing Reference: 63 Detail: 7 Request: I . The stone dust paving detail 07 on page 63 along with all other details showing stone dust paving show the material over lime stabilized subgrade. The existing material is sand and will not be lime stabilized. Will it be ok to put the material over 12" of dirt as is planned for the sidewalks? The soil report included in the specifications indicates existing material is fill sand and several feet deep. 2. The specification notes the stone from the supplier is to be grey in color. The specified supplier only has one color of granite and that is the typical Texas Granite which is pink in color. Is the wrong supplier shown or is the color to be pink? We thought the supplier could be wrong because the gradation was also something he did not produce. 3. We can not find in the specification or details how thick the two types of stone are to be placed. The details showing stone dust, show 4" over lime stabilized subgrade. What is the thickness of the stone dust surface and what is the thickness of the rock requested in 2.3A? 4. Specification 3.2 Filter Fabric indicates the fabric shall be installed over compacted aggregate base. The detail for stone dust paving 07 on page 63 shows the filter fabric to be under the base on top of the time stabilized subgrade. Please indicate which installation is correct. 5. The stone in 2.3A only gives a gradation. Can this stone be Limestone, or does it need to be granite? Signed by: Gary Traylcr - Haas- Anderson Construction, LTD Date: January 20, 2009 Response: I. Geotech to respond. 2. See RFI -046 3. Please use t stone gradation that was noted in RFE -046. This will be used for the entire 4" of stone dust. 4. Filter Fabric should be placed between the stabilized subgrade and stone dust paving. 5. See 03 above. 0 Attachments Response From: Sasaki Associates, Inc.To: Gignac Architects Date Rec'd: 1;20/09 Date Reti°d: 1/21109 Signed by: Michael Shelton - Sasaki Associates, Inc. )lt(i —'C ��T1(p —^^ Date: 1/21/09 Jart 26 0J 09: O l a FUGRO - Corpus Christi 3618824028 Fugro Consultants, Inc. 1205 North Tancahua St. Corpus Christi, TX 78401 Phone: 361 -882 -5411 Fax: 361- 882 -4028 To: Paul RvbaIke Company: Gignac Architects - From: Rene P. Gonzales, P.E. Subject: Response to RFI No. 49 Date: January 23,2009 Page: 1 of 1 Fax: 8844232 File No. 04.1608 -0447 Paul, We have reviewed Item No. 1 included in RFI #49, dated January 20, 2009 and are providing the following comments: The project plans indicate that the proposed sidewalks and pathways in the park space are to be supported on lime - stabilized subgrade. Fugro concurs that lime stabilization is not appropriate for the sand subgrade encountered at the site. The site grading and earthwork planned in the park space as part of the site development will include placing about 12- inches of clayey topsoil throughout the site. We understand that the contractor is proposing to use a dark brown clay fill as topsoil. Fugro obtained a sample of the proposed topsoil and tested the soil for plasticity. The material has a measured liquid limit of 66 and a plasticity index of 40. Based on our understanding the planned construction, the site development in the planned park space will likely include: 1) rough grading and placing clayey topsoil across the site, 2) staking the alignment of the sidewalks and pathways, 3) removing 4 to 6 inches of topsoil along the walkway alignments to achieve rough grade, 4) installing sidewalks and pathways. Fugro recommends the planned sidewalks and stone pathways be supported on 6- inches of properly compacted subgrade. Based on our understanding the proposed construction sequence about 6 to 8 inches of loosely placed topsoil will need to be reworked and compacted beneath the planned walkways. The subgrade supporting the planned sidewalks should be compacted to 95 percent of Standard Proctor (ASTM © 698) at a moisture content between 1 percent dry to 3 percent wet of optimum. The plasticity characteristics of the proposed topsoil indicate that considerable effort will be required to achieve the required density. Localized areas which excessively yield under densification should be undercut and replaced. The site grading for ongoing road construction has resulted in excess amounts of the existing sand subgrade. If difficulties are encountered in compacting the loose clay topsoils, the excess sands from the roadway construction may be used to replace the clays beneath the sidewalks to prepare a suitable subgrade for construction. Please feel free to call with questions. Regards, �.,�,�, �,�� FUGRO CONSULTANT re. TBPE Firm Reglsirafion do.; 9�J! S �,;., 0. *? ,'' '. * `:ti — J//� c -c. GOIVALES .hr): Rene P. Gonzales, I 862 .. Manager `G; Advancement of Construction Technology Project: Corpus Christi Bayfront Development Implementation R.F.I. Number: f4Q_Ri REQUEST FOR INTERPRETATION Plan -Phase I (Shoreline Re- Alignment -Phase I) From: Paul Rybalka - Gignac Architects To: Paul Rybalka - Project Manager Date: March 16, 2009 Gignac Architects A/E Project Number: 6279 (City Project No.) Re: 02736 Stone Dust Surfacing Contract For: City of Corpus Christi Specification Section: 02736 Paragraph: Drawing Reference: 63 Detail: 7 Request: 1. The stone dust paving detail #7 on page 63 along with all other details showing stone dust paving show the material over lime stabilized subgrade. The existing material is sand and will not be lime stabilized. Will it be ok to put the material over 12" of dirt as is planned for the sidewalks? The soil report included in the specifications indicates existing material is fill sand and several feet deep. 2. The specification notes the stone from the supplier is to be grey in color. The specified supplier only has one color of granite and that is the typical Texas Granite which is pink in color. Is the wrong supplier shown or is the color to be pink? We thought the supplier could be wrong because the gradation was also something he did not produce. 3. We can not find in the specification or details how thick the two types of stone are to be placed. The details showing stone dust, show 4" over lime stabilized subgrade. What is the thickness of the stone dust surface and what is the thickness of the rock requested in 2.3A? 4. Specification 3.2 Filter Fabric indicates the fabric shall be installed over compacted aggregate base. The detail for stone dust paving #7 on page 63 shows the filter fabric to be under the base on top of the lime stabilized subgrade. Please indicate which installation is correct. 5. The stone in 2.3A only gives a gradation. Can this stone be limestone, or does it need to be granite? Signed by: Gary Trayler - Haas - Anderson Construction, LTD Date: January 20, 2009 Response: Response to RFI -049: 1. See attached Fugro response. 2. See attached SAI e-mail response 3. See attached SAI e-mail response. 4. See attached SAI e-mail response 5. See attached SAI e-mail response. Response to RFI -049 -R 1: 1. See attached FCI letter dated March 10, 2009 for revised recommended subgrade at stone dust paving areas as well as concrete and paver sidewalk areas. 0 Attachments Response From: Paul Rybalka To: Gary Trayler Date Rec'd: 03/16/09 Date Ret:_.;d: 03/16/09 Signed by: Paul Rybalka - Gignac Architects Date: March 16, 2009 Fugro Consultants, Inc, 1205 North Tancahua St. Corpus Christi, TX 78401 Phone: 361- 882 -5411 Fax: 361 -882 -4028 To: Paul Rvbaika Company: Gignac Architects From: Rene P. Gonzales, P.E. Subject: Response to RFI No. 49 Date: March 10. 2009 Page: 1 of 1 Fax: 884.4232 File No. 04.1608 -0447 Paul, We have reviewed Item No. 1 included in RFI #49, dated January 20, 2009. We previously provided a response on January 23, 2009. This memo includes a clarification based on updated information: The project plans indicate that the proposed sidewalks and pathways in the park space are to be supported on lime - stabilized subgrade. Fugro concurs that lime stabilization is not appropriate for the sand subgrade encountered at the site. The site grading and earthwork planned in the park space as part of the site development will include placing about 12- inches of topsoil throughout the site. The topsoil will consist of a sand /clay /mulch mixture. Preliminary testing of the proposed topsoil indicates the material will have about 12 to 15 percent organic material. Fugro recommends that the planned sidewalks and grade - supported structures not be constructed directly on the soil /mulch topsoil due to the considerable amounts of organic matter in the soil. Based on our understanding of the planned construction, the site development in the planned park space will likely include: 1) rough grading and placing topsoil across the site, 2) staking the alignment of the sidewalks and pathways, 3) removing all of the soil /mulch topsoil along the walkway alignments, 4) placing properly compacted sand fill to achieve rough grade, and 5) installing sidewalks and pathways. The site grading for ongoing road construction has resulted in excess amounts of the existing sand subgrade. The excess sands from the roadway construction are suitable for use as general fill beneath the sidewalks to prepare a suitable subgrade for construction. The sands supporting the planned sidewalks should be compacted to 95 percent of Standard Proctor (ASTM D 698) at a moisture content between 2 percent dry to 3 percent wet of optimum. Please feel free to call with questions. Regards, 4«0,...r7v, FUGRO CONSULTAPF r44s TBPE Firm Registrati $ 19.' 9' y .,. * �4 * */ P. GONZALES • 1 Rene P. Gonzales, " '.: 86259 . ,: Manager ' �i 6'OF �!CE .1.0." '‘.‘4,414r av HAAS - ANDERSON C O N S T R U C T I O N LTD April 4, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 026. This PR shows a deduct amount for the cost involved with eliminating lime stabilization under the stone dust paving. This PR covers only the stone dust paving found on the west side of Shoreline Drive. Total area is only 93 square yards. Deduct original lime stabilized subgrade Sincerely Gary `Vrayler Project Manager Haas- Anderson Construction LTD. ($ 1,166.51) 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Base Bid Lime Required For Stone Oust Paving West Side Of Shoreline Drive Lime Required In Original Base Bid. Lime 2 ton @ $ 126.14 = $ 252.28 $ 252.28 X 1 total = $ 252.28 Equipment Mixer # 56 1 HR @ $ 148.06 = $ 148.06 X 1 days = $ 148.06 Compactor # 040 3 HR @ $ 84.28 = $ 252.84 X 1 days = $ 252.84 Loader # 225 3 HR @ $ 68.28 = $ 204.84 X 1 days = $ 204.84 Roller # 446 1 HR © $ 59.76 = $ 59.76 X 1 days = $ 59.76 Water Truck # 431 2 HR © $ 36.21 = $ 72.42 X 1 days = $ 72.42 Manpower Labor Manual Rodrequez opr 1 HR @ $ 18.45 = $ 18.45 X 1 days = $ 18.45 isaduro Trevino opr 3 HR @ $ 19.80 = $ 59.40 X 1 days = $ 59.40 Lehman Dyson lbr 3 HR @ $ 15.30 = $ 45.90 X 1 days = $ 45.90 Elsa Aguirre uti.ibr 1 HR @ $ 15.48 = $ 15.48 X 1 days = $ 15.48 Juan Munoz utl.Ibr 2 HR @ $ 18.54 = $ 37.08 X 1 days = $ 37.08 Total deduct cost $ (1,166.51) per: Document G109TM - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 042 Corpus Christi Bayfront Development Implementation Plan - Phase 1 Shoreline Boulevard Between DATE OF ISSUANCE: June 12, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: ❑ CONSULTANT: CONTRACTOR: 0 FIELD: ❑ OTHER: ❑ Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert cr written description of the Work): Revise /remove and Re- install portions of the Traffic Control Plan and Fencing Plan for 2009 Buccaneer Days. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: (Signature) -- -- Paul Rybalka, Project Manager (Printed name and title) AIA Document GIO9TM — 2001. Copyright 01993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AEA' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 12:35:07 on 06/12/2009 under Order No. 1000386386,_1 which expires on 1/29/2010, and is not for resale. User Notes: (2256784353) HAAS -ANDERSON C O N S T R U C T I O N Ltd June 16, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 042, This PR # 42 is for the work items required on the north end of the project at Shoreline Drive and Resaca Street for Buc Days. The construction traffic control was all removed and stored in the job -site for Water Street, Palo Alto Street, Fitzgerald Street, Resaca Street and Shoreline Drive north. New temporary traffic control signs were installed reflecting the new layout for Buc Days. The Construction Fence on the north end of the job was removed and relocated back as far as it was possible to the south of Resaca Street. When Buc Days was complete all the temporary items were removed and everything was reinstalled in its original location. Total Change Order Amount $ 2,789.39 Sincerely ary Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX 361/853 -5564 Labor required for sign removal and fence relocation. Haas Anderson Construction removed the signs and stacked them inside the Job Site until the festable was over. Manpower Labor Manual Rodrequez Isaduro Trevino Lehman Dyson Elsa Aguirre Juan Munoz 8 HR @ $ 18.45 = $ 147.60 X 1 days = $ 147.60 8 HR © $ 19.80 = $ 158.40 X 1 days = $ 158.40 8 HR (cD $ 15.30 = $ 122.40 X 1 days = $ 122.40 8 HR © $ 15.48 = $ 123.84 X 1 days = $ 123.84 8 HR (§ $ 18.54 = $ 148.32 X 1 days = $ 148.32 Total Cost $ 700.56 Highway Technologies Set the signs back -up after the Testable was over. Highway Technologies placed temp stripe and re- striped after the testable was over. Total Highway Technologies work. Total Cost $ 1,125.00 D & C Fence D & C Fence removed the construction fence on the north end of the project and relocated it back to the south so Resaca Street could be opened up to Shoreline Drive. After the testable was over they returned and re -set the fence to the required location. D & C Fence Total Cost $ 600.00 Total all work for change order GC Mark -up $ 2,425.56 $ 363.83 Total change order $ 2,789.39 Mil HIGHWAY Contract Invoice 625 -B CORN PRODUCTS ROAD CORPUS CHRISTI, TX 78409 Phone: 361 - 289.5300 Fax: 361- 289 -2390 HAAS - ANDERSON CONSTRUCTION INC 1401 HOLLY RD PO BOX 7692 CORPUS CHRISTI, TX 78467 Page: 1 of 1 Customer • Invoice Invoice Date: Project# • Project Name: PO# • Contact • Estimator Created by..: Salesperson Terms • 759716 300403 -009 5/28/09 6279 CITY JOB SHORELINE REALIGN BC SUBCONTRACT JIM PARISH HTU21GJ HTU23CJ :99 - HOUSE ACCOUNT Net 30 Days PLEASE REMIT PAYMENT TO: HIGHWAY TECHNOLOGIES, INC. 36353 TREASURY CENTER CHICAGO, IL 60694 -6300 Jobsite Address: SHORELINE REALIGNMENT Item Number 50Description i UM M 502 01 OBIZATION 20 MO BARRICADES.SIGNS. AND TRAFFIC HANDLING 50MOBILI LS ZATION FOR RESET OF TRAFFIC CONTROL DEVICES Notes: MAY 2009 PHASE 1. CORPUS CHRISTI. TX 78409 1.00 14.00 1.00 Unit Price 4500.000 2250.000 Total Contract Value 1125.000 - Quantities Earned -- - - -- Amount Earned - - -- Amount To Date Current To Date Current 4500.00 .90 4050.00 31500.00 8.00 1.00 18000.00 2250.00 1125.00 1.00 1.00 1125.00 1125.00 37125.00 Summary Total Contract Work Tax Less Retention Net Earned To Date Current 23175.00 3375.00 1911.99 278.445 25086.99 3653.45 ice= Document G7O9TM - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 042 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 12, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Nance and address): Haas - Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: 0 CONSULTANT: 0 CONTRACTOR: 0 FIELD: 0 OTHER: Please submit an itemized proposal for changes in the Contract Sum and Contract Titre for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated, THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Revise/remove and Re- install portions of the Traffic Control Plan and Fencing Plan for 2009 Buccaneer Days. ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and title) AIA Document Q7091+r — 2001. Copyright ® 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AtAe Document, or any portion of It, may result In severe civil and criminal penalties, and will be prosoculed to the maximum extent possible under the law. This document was produced by AtA software at 12:3507 m106112;2009 under Order No.1000366386,,,t which expires on 1/29/2010, and is not for resale. User Notes: (2256784353) 'xry= AIA Document G709TM - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 048 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: June 23, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas- Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: 0 ARCHITECT: 0 CONSULTANT: CONTRACTOR: ❑ FIELD: ❑ OTHER: ❑ Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven ( 7 ) days, the Contractor lnust submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Remove the Existing Water Meter Vault Concrete Lid in front of the POCCA Building and Provide a new Concrete Lid to match the existing but at the lower elevation to match the adjacent new Sidewalk Elevation. (Existing Lid is currently approximately 10 inches higher that the new sidewalk). ATTACHMENTS (List attached documents that support description): None. REQUESTED BY THE ARCHITECT: (Signature) Paul Rybalka, Project Manager (Printed name and tide) AtA Document G709114— 2001. Copyright *1993 and 2001 by The American institute of Architects. All rtghts reserved. WARNING: This AIA Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA`" Document, or any portion of 11, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AEA software at 17:18:50 on 06/23/2009 under Order No.1000386386_1 which expires on 1129/2010, and is not for resale. User Notes: (3374449442) HAAS -ANDERSON C O N S T R U C T I O N LTD July 2, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 048 This proposal is to demolish the existing water meter vault located east of the Port Of Corpus Christi Building and re -build a new vault to the correct elevation. This includes 2 new steel plate covers for the vault. Vault inspected by City Water Department. Cost of all labor and materials ( see breakdown) $ 2,462.34 General contract mark 15% $ 369.35 Total Change Amount $ 2,831.69 Sincerely Gary Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853 -2535 • FAX'S 361/853 -5564 JHABORES CONSTRUCTION CO. METER BOX @ PORT OF CORPUS CHRISTI DESCRIPTION REBUILD METER BOX TO MATCH PROP ELEVATION EQUIPMENT HRS RATE EXT CAT 420 D BACKHOE 6 $32.00 $192.00 420 OPERATING COST 6 $17.85 $107.10 COMPANY TRUCK 4 $15.34 $61.36 CREW CAB PICK 4x4 8 $18.03 $144.24 HAUL TRUCK 2 $55.00 $110.00 SUBTOTAL MARK UP 15% TOTAL COST EQUIPMENT LABOR $614.70 $92.21 $706.91 SUPERINTENDENT 6 $38.89 $23334 OPERATOR 10 $15.00 $150.00 PIPELAYER 10 $11.50 $115.00 LABOR 10 $10.50 $105.00 LABOR 10 $10.50 $105.00 SUBTOTAL LABOR BURDEN 55% TOTAL LABOR MATERIAL DIAMOND PLATE CEMENT GROUT CONCRETE FORMS SUBTOTAL MARK UP 25% TOTAL MATERIAL 1 LS 1 LS 1 LS $708.34 $389.59 81,097.93 $140.00 $136.00 $250.00 $526.00 $131.50 $657.50 TOTAL COST OF METER BOX $2,462.34 8CL easyf DF Printer Driver Document G709" - 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 059 Corpus Christi Bayfront Development Implementation Plan - Phase I Shoreline Boulevard Between DATE OF ISSUANCE: August 18, 2009 Resaca Street & Power Street Corpus Christi, TX 78401 OWNER (Name and address): CONTRACT FOR: General Construction City of Corpus Christi 1201 Leopard CONTRACT DATE: September 29, 2008 Third Floor Corpus Christi, TX 78401 FROM ARCHITECT (Name and address): Gignac & Associates 416 Starr Street Corpus Christi, Texas 78401 TO CONTRACTOR (Name and address): Haas- Anderson Construction, LTD. 1401 Holly Road Corpus Christi, Texas 78467 ARCHITECT'S PROJECT NUMBER: 07.11 OWNER: ❑ ARCHITECT: ❑ CONSULTANT: ❑ CONTRACTOR: ❑ FIELD: ❑ OTHER: ❑ Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide Diamond Saw Cutting in lieu of the specified Laser Cutting of Pavers in the Park Area (IWF Mosaic Pavers and Pergola Pavers). ATTACHMENTS (List attached doctunents that support description): None. REQUESTED BY THE ARCHITECT: Paul Rybalka, Project Manager (Signature) 1 (Printed nante and title) AIA Document G7O9TM — 2001. Copyright @ 1993 and 2001 by The American institute of Architects. All rights reserved. WARNING: This AIA Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA` Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software 5118:56:26 on 08/20/2009 under Order No. 1000386386_1 which expires on 1/29/2010, and is not for resale. User Notes: (2647008889) HAAS - ANDERSON C O N S T R U C T I O N LTD August 21, 2009 Gignac Architects 416 Star Street Corpus Christi, Texas 78401 Dear Mr. Rybalka Please find attached to this cover our proposal for PR # 059. This Proposal Request is to deduct the cost of special laser cutting of the pavers as required on the drawings. We are showing a deduct from the paver company and an add from the paver setting contractor. Total PR # 59 DEDUCT $ ( 18,585.00 ) Sincerely ary Trayler Project Manager Haas - Anderson Construction LTD. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 • 361/853-2535 • FAX 361/853-5564 Breakdown of Cost for PR # 59 This PR is to deduct the cost of laser cutting pavers. Deduct from Hanover Pavers 1 x $ (21,000.00) = $ (21,000.00) Add from Majek's tile to cut pavers with conventional diamond cut 1050 x $ 2.30 $ 2,415.00 Total PR $ (18,585.00) OV IR: Architectural Products 5000 Hanover Road, Hanover, PA 17331 ph: 717-637-0500 fax: 717637 -7145 www.hanoverpavers.com AMERICAN OWNED AMERICAN MADE PAGE 2 OF 2 QUOTATION NO. 105206 ` REVISED * CUSTOMER 8 69820 AN EXTENSIVE RANGE OF QUALITY CONCRETE PAVERS ATTN GARY TRAYLER HAAS ANDERSON CO PO BOX 7692 CORPUS CHRISTI TX 78846 DATE: T/88/2009 PROJECT: CORPUS CHRISTI BAYFRONT PARK CORPUS CHRISTI TX 361 -853 -2535 FAX: 361 - 853 -5564 We are pleased to quote you the following, subject to the conditions set forth below and the conditions of the sale on the reverse. QUANTITY. "ITEM I 1,050 /LF DESCRIPTION - CLUDED WITH QUANTITY LISTKD ABOVE tt HANOVER PREST BRICK TRADITIONAL 388 X 308 X 68MM (11 -314' X 11 -3/4' X 2-318') BRICK MATRIX 1892259* NATURAL FINISH Delivered to CORPUS CHRISTI TX CUTTING CHARGE WATER JET CUTTING CHARGES PER CONTRACTORS DRAWINGS. CONTRACTOR TO SUPPLY DETAILED DRAWINGS FOR CUTTING TO BE DONE. Deposit may be required on Custom Material orders. Quotation expires 10/06/09. If freight is included in pricing, adiustments may be necessary due to an unstable fuel market, Pricing is not based on actual measurement, but on nearest even imperial size. HANOVER, PA Thank you for the opportunity to quote. We hope to be favored With your order. Prepared by JERRY BALL. AMOUNT @ 4.79/SF @ 20.00!LF