Loading...
HomeMy WebLinkAboutC2013-181 - 5/28/2013 - Approved ENMERED ,ETVE17C.D. 1`� CHANGE ORDER ��� 'UVY MA 13 2W Department of Engineering Services MAR i `,?City of Corpus Christi,Texas i�Fd sa6g i �h* BYE: �CHA.NGE ORDER NO: I I FUNDING SOURCE Bond Issue 2008 CONTRACT TF-IE: . 1; Operating Department: Engineering Services DATE: 18-Feb-13 Name of Project: Kostoryz Road Irttprovements,Phase I from Home to Sunnybrook Road with Brawner Off-Site Drainage jpt{$Q f octo Contractor: Texas Sterling Construction Co. CHANGE ADD DEDUCT Phase I Add the following to the contract: $121,238.17 See Attached Phase 2 Add the following to the contract: $386,839.46 See Attached Project#:6489-Phase 1 l,l14mK 550910-3548-00000-170126$27,333.66 ST CIP �` � � � } 550910-3494-00000-170126$28,334.33 5W CIP 550910-4510-00000-170126$34,580.00 WW CIP 4, c)1 0 S 550910-408900000-170126$30,990.18 W CIP PO#: E6489CTE $'€•� Project#:6490-Phase 2 550910-3548-00000-170121$323,149.46 ST CIP 550910-4089-00000-170121 $63,690.00 W CIP C) .-- ��j r U'C) .cX PO#: E6490CTE 'OTAL ADD $508,077.63 � Why was this change necessary?(If left off the plans andspecifications,ex lain wh ?) See Attached How can similar changes be avoided in the future? See Attached A_ CONTRACT PRICE $10,244,299.50 B. TOTAL CHANGE ORDER(inc.current) $1,037.623.17 C. NEW CONTRACT PRICE $11,281,922.67 f r � D. THIS CHANGE ORDER $508,077.63 1 Prolv8Vanager E. PERCENT TOTAL CHANCE(B/A) 10.13°/n F. PREVIOUS TIME AUTHORIZED 395 C.D.-. /// G. ADDN'L CONTRACT TIME THIS CHANGE ORDER 0 C.D. 11. TOTAL ADDITIONAL TIME -395 C.D. s f17 CITY OF CORPUS CHRISTI.,TEXAS CONTRACTOR 13ti': By: r Direct r of Engineering Services AP' Title: 1 Operating Dept (Street) - _ peratinr Dept(Stortnwater) JrtEGSM 2013-181'pt(Wastewater) 5128113 pt(Water) ATE ice. AFRVMMOV M2013-091 ,,ement& Budget Texas Sterling Construction Co. neat -_ INDEXED Kostoryz Road Phase 1 -Street 1 2" HMAC Type D 531.77 SY @$8.00 per SY $4,254.16 2 5" HM AC Type B 310.29 SY Q$23.00 per SY $7,136.67 3 5" Crushed Limestone Base 956 SY @$6.00 per SY $5,736.00 4 6" Compacted Subgrade 549.36 SY @$.90 per SY $494.42 5 Type A Header Curl 38 LF @$10.00 per L $380.00 6 Pedestrian Push Button Post 4 LA @$450.00 per GA $1,800.00 7 Foundation for Traffic Signal TY 24A (24" Drill Shaft) (5.7F IC-A) 23.20 VF @$75.00 per V F . $1,740.00 8 Foundation for Traffic Signal TY 36A (36" Drill Shaft) (13.2FT/LA) 52.40V F Q$395.00 per V17 $20,698.00 9 foundation for Traffic Signal TY 36B (36" Drill Shaft) (152Ff'/1;A) 75.8V F @$375.00 per VF ($28,425.00) 10 Conduit(PVC) (Schedule 40) (3") 86LF <+ ►19.80 per LF $1,702.80 11 Power Cable (3-1 Condr)(12 AWG) ILSN 11OLF r, $1.75 per 1,17 $192.50 12 Elec Conductor(No 8)(INS) Ground 26LF R 1.40 per I..F $36.40 13 Traffic Signal Cable (TY A) (4 Conductor) (14 AWG) 3,5551-1 ri$1.50 per LF $5,332.50 Page 1 of 6 Kostoryz Road 14 V IV DS Composite Cable (Coaxial Communication &5/C #18 Power) 821LF @$2.05 per LF $1,683.05 15 Crass Seeding 1,888.33SY @$.35 per SY $660.92 16 AT&T Tire Protection Water Vault Removal &Lane Cap 1LS n $3,911.24 per LS $3,911.24 'FOTAL PHASE, 1 STREET: $27,333.66 Phase 1 Storm Water 1 Manhole Type C 1 EA rt $3,000.00 per EA $3,000.00 2 18" RCP Culvert (Including Shor, Excav,Bedding&Backfill) 35 LT Q$120.00 per LF $4,200.00 3 36"RCP Culvert (Including Shor, Excav, Bedding&Bacicfill) 16 LF <+ $120.00 per LF $1,920.00 4 Remove RCP Culvert and Bacicf ill With Cement Stabilized Sand 661 LT r, $6.00 per LF $3,966.00 5 Pre-Construction Exploratory Explorations 2 EA @$600.00 per EA $1,800.00 6 2-12" RCP,and 1 -Type A Manhole 1LS @$13,448.33 per LS $13,448.33 TOTAL PHASE 1 STORM WATER: � - $28,334.33 ✓ Phase 1 Wastewater 1 Pipe Bursting of Wastewater line (8" HDPE Pipe) 22 LF @$40.00 per LF $880.00 2 Remove and Replace (Open Cut) Wastewater Line(8" PVC) 86 LF @$150.00 per LF $12,900.00 Page 2 of 6 Kostoryz Road 3 Service Line Connections 16 EA @$1,250.00 per EA $20,000.00 4 Well Pointing for Manholes, Insertion Pits,and Open Cut 32 LF @$25.00 per Ll, $800.00 I'()'I'A[ ['tlel,E ! WASTEWATER: $34,580.00 Phase 1 Water 1 12" C-900 PVC Water Line 700LF @$55.00 per LF $5,500.00 2 Trench Safety for Water Line Removal/Installation 100LF @$1.00 per I-F $100.00 3 Remove Water Line(CIP) 10OLF @$5.00 per LF $500.00 4 6" Gate Valve with Box IEA @$1,100.00 per IAA $1,100.00 5 12"x8"Tee 1EA,@$500.00 per LA $500.00 6 16" Gate Valve with Box 2EA @$6,930.09 $13,860.18 7 Hot Line Tap for 121lx61, Tapping Sleeve and Valve MIA a $2,070.00 per EA $4,140.00 $ Hot Line Tap for 12"x8" Tapping Sleeve and Valve 2EA @$2,645.00 per EA $5,290.00 ,r TOTAL PIIASE I `V.,vrm: $30,990.18 f Phase 2 Water 1 12" Mi Any Angle Bend 10 EA rt $350.00 per EA $3,500.00 2 12"x8"Tee 2EA @$500.00 per EA $1L,000.00 3 12"x8"Tapping Sleeve and Valve 2EA @$3,200.00 EA .t�,, ?t.t8[D Page 3 of 6 E KostofyZ Road 4 Trench Safety for Water Line Removal/install 98OLF @$1.00 per LF $980.00 5 Pre-Construction Exploratory Excavations 13EA @$500.00 per 1 A $7,500.00 6 12" C-900 PVC Water Line 680LF @$55.00 per LF $37,400.00 7 Remove Water Line(C]P) 70OLF @$5.00 per LF $3,500.00 8 12" Gate Valve with Box 4EA @$2,500.00 per EA $10,000.00 9 Hot Lane Tap for 12"x6"Tapping Sleeve and Valve 3EA a $2,070.00 per EA $6,210.00 TOTAL PHASE 2 WATER: $63,690.00 Phase 2 Street 1 2" FIMAC Type D 1,860SY @$8.00 per SY $14,880.00 2 5" Crushed Limestone Base 1,860SY a $6.00 per SY $11,160.00 3 6"Concrete Drive 12,120SF @$7.00 per SF $84,840.00 4 4" Concrete 4,869SF @$7.00 per SF $34,083.00 5 8" Proof Rolled Non-Yielding Subgrade 14,173SY E+ $2.00 per SY $28,346.00 6 Pedestrian Signal Section (16") I.ED Count Down 2 E A @$465.00 per EA $930.00 7 Pedestrian Push Button 5EA @$345.00 per EA $1,725.00 8 Street Excavation Including Asphalt Recnoval 3,207SY a $4.50 per SY $14,431.50 Page 4 of 6 Kostoryz Road 9 Controller&TS2 Type Cabinet with Foundation iEA 0 29,500.00 per EA $29,500.00 10 Ground Box(Ty D)with Apron 4EA @$675.00 per EA $2,700,00 11 Vehicle Signal Section(12") LED 44EA @$170.00 per EA $7,480.00 12 Back Plate(3 Sec)Poli Louvered 8EA @$101.04 per EA $808.32 13 Back Plate(5 Sec) Poli Louvered 4EA®$115.16 per EA $460.64 14 Traffic Signal Pole Asm(Stl) 1 Arm(36') 2EA®$4,850.00 per EA $9,700.00 15 Traffic Signal Pole Asm(Stl) 1 Arm(44') 2EA®$6,400.00 per EA $12,800.00 16 FND for Traffic Sig Ty 36A (36" Drill Shaft)(13.2'/EA) (2)(13.2VF/EA) ®$395.00 per VF $10,428.00 17 FND for Traffic Sig Ty 36B (36" Drill Shaft)(15.2'/EA) (2)(15.2VF/EA) ®$375.00 per VF $11,400.00 18 Edge Connect Cards 1EA®$3,517.00 per EA $3,517.00 19 Condt(PVC)(Schd 80)(411) 465LF @$16.50 per LF $7,672.50 20 Power Cable(3-1 Condr)(12AWG) Ilsn 85OLF 0$1.75 per LF $1,487.50 21 Elect Condr,(No8)(Ins)Ground 465LF @$1.40 per LF $651.00 22 Traf Signal Cable(TyA) (4 Condr)(14AWG) 81OLF 0$1.50 per LF $1,215,00 Page 5 of 6 r , Kostoryz Road 23 Traf Signal Cable(TyA) 16 Condr)(14AWG) 930LF r, $3.10 per LF $21790.00 24 VIVDS Processor System IEA ++ $6,150.00 per EA $6,150.00 25 V1VDS Camera Assembly 4EA (+ $1,345.00 per EA $5,380.00 26 V1VD S Set-up System (Field Set-up Computer) 1EA tt $735.00 per EA $735.00 27 V1VDS Composite Cable (Coaxial Communication &5/C 018 Power) 8901.E n $2.05 per LF $1,824.50 28 Pre-Construction Exploratory Excavation 21EA f+ $500.00 per EA $10,500,00 29 Traffic Signalixation Subcontractor Demobilization 1 LS f+ $5,554.50 per LS $5,554.50 /] TOTAL PHASE 2 STHBH:E'H': $323,149.46 TOTAL MIAS1. 1: $121,238.17 TOTAL PHASE 2: 5386,839.46 ✓' TOTAL PHASES Y & 2: $508,077.63 Page 6 of 6 f . ADD DEDUCT EXISTING OVERRUNS-PHASE 1 PHASE 1 1) Street Bid Item Quantity Overruns Add the Following Quantities to the Bid Items B-4 2" HMAC Type D 531.77 SY @$8.00 per SY $4,254.16 B-7 5" HMAC Type B 310.29 SY @$23.00 per SY $7,136.67 B-8 5"Crushed Limestone Base 956 SY @$6.00 per SY $5,736.00 B-12 6" Compacted Subgrade 549.36 SY @$.90 per SY $494.42 B-20 Type A Header Curb 38 LF @$10.00 per LF $380.00 B-38 Pedestrian Push Button Post 4 EA @$450.00 per EA $1,800.00 B-49 Foundation for Traffic Signal TY 24A (24"Drill Shaft) (5.7FT/EA) 23.20 VF @$75.00 per VF $1,740.00 B-50 Foundation for Traffic Signal TY 36A (36" Drill Shaft) (13.2FT/EA) 52.40VF @$395.00 per VF $20,698.00 B-52 Conduit(PVC) (Schedule 40) (3") 86LF @$19.80 per LF $1,702.80 B-54 Power Cable (3-1 Condr)(12 AWG) ILSN 11OLF @$1.75 per LF $192.50 B-55 Elec Conductor (No 8)(INS) Ground 26LF 031.40 per LF $36.40 B-56 Traffic Signal Cable(TY A) (4 Conductor) (14 AWG) 3,555LF @$1.50 per LF $5,332.50 PAGE 1 ADD DEDUCE" B-61 VIVDS Coinposite Cable (Coaxial Continunication& 5/C-#18 Power) 821LF @$2.05 per LF $1,683.05 B-fig Grass Seeding 1,888.33SY @ $35 per SY $660.92 Deduct the Following uantities from the laid Items B-51 Foundation for Traffic Signal TY 36B (36" Drill Shaft) (15.2FT/EA) 75.8VF Q$375.00 per VF $28,42100 TOTAL PHASE 1 STfiKI-ET ADD: $23,422.4 2 2) Storm Water Bid Item Quantity Overruns Add the Following Quantities to the Bid Items C-2 Manhole Type C 1 EA @$3,000.00 per EA $3,000.00 C-6 18" RCP Culvert (Including Shor, Excav, Bedding & Backfill) 35 LF L$1.20.00 per LF $4,200.00 C-11 36" RCP Cltivert (Including Shor, Excav, Bedding& Bac-kfill) 16 LF @$120.00 per LF $1,920.00 C-1.8 Remove RCP Culvert and BackfilI With Cement Stabilized Sand 661 LF @$6.00 per LF $3,966.00 C-25 Pre-Construction Exploratory Explorations 3 EA @$600.00 per EA ' 1,800.00 T®TAI,PHASE 1 STORK WATER. ADD: $14,886.0U 3) Wastewater Bid Item Quantity Overruns Add the Following Quantities to the_I id Items D4 Pipe Bursting of Wastewater Line (8" HDPE Pipe) 22 LF L$40.00 per LF $880.00 PAGE 2 ADD DEDUCT D-7 Remove and Replace(Open Cut) Wastewater Line(8" PVC) 86 LF Q$150.00 per LF $12,900.00 D43 Service Line Connections 16 EA @$1,250.00 per EA $20,000.00 D47 Well Pointing for Manholes, Insertion Pits,and Open Cut 32 LF @$25.00 per LF $800.00 TOTAL PHASE 1 WASTEWATER ADD: $34580.00 TOTAL PHASE 1 EXISTING OVERRUN ADDS: 72 8.42 TOTAL PHASE 2 EXISTING OVERRUN ADDS: NONE ANTICIPATED QUANTITY AD USTMENTS-PHASE 1 PHASE 1 ANTICIPATED STREET QUANTITY ADJUSTMENTS 1) AT&T Fire Protection Water Vault Removal Add the Following Quantities to the Bid Items B-89 AT&T Fire Protection Water Vault Removal&Line Cap 1LS 0$3,911.24 per LS $3,911.24 TOTAL PHASE 1 ANTICIPATED STREET ADD: $3,911.24 PHASE 1 ANTICIPATED WATER QUANTITY ADJUSTMENTS 1) Possible 12"Water Line Replacement Due to Elevation Conflict With Pavement Section Add the Following Quantities to the Bid Items E-2 12" 0-900 PVC Water Line 10OLF @$55.00 per LF $5,500.00 E-17 Trench Safety for Water Line Removal/Installation 10OLF 0$1.00 per LF $100.00 E-19 Remove Water Line (CIP) 1001,17®$5.00 per LF $500.00 PAGE ADD DEDUCT E-25 6" Gate Valve With Box 1EA @$1,100.00 per EA $1,100.00 E-26 12"x8" Tee 1EA @$500.00 per EA $500.00 PHASE 1 WATER ADD: $7,700.00 2) Requested 16"Gate Valve Installations at GolIihar,instead of 16"Butterfly Valves (Requested by Arnold Longoria-City Water Department) (Approximate Station 39+33) Add the Following Quantities to the Bid Items E-27 16" Gate Valve With Box 2EA @$6,930.09 per EA $13,860.18 PHASE 1 WATER ADD: $13,860.18 3) Hot Line Taps for 12"x6"&12"x8"Tapping Sleeve and Valve Add the Following Quantities to the Bid Items E-28 Hot Line Tap for 12"x6" Tapping Sleeve and Valve 2EA @$2,070.00 per EA $4,140.00 E-29 Hot Line Tap for 12"x8" Tapping Sleeve and Valve 2EA @$2,645.00 per EA $5,290.00 PHASE I WATER ADD: $9,430.00 TOTAL PHASE 1 ANTICIPATED WATER ADD: $30990.18 PHASE 1 ANTICIPATED STORM WATER QUANTITY ADJUSTMENTS 1) Install of 2-12" RCP and Type A Manhole to Avoid AT&T Duct at Approximate Station 38. 69 Add the Following Quantities to the Bid Items C-33 2-12" RCP,and 1 -Type A Manhole 1LS @$13,448.33 per LS $13,448.33 TOTAL PHASE I ANTICIPATED STORM WATER ADD: $11448.33 TOTAL PHASE 1 ANTICIPATED ADDS: 9.75 PAGE e ADD DEDUCT ANTICIPATED QUANTITY ADJUSTMENTS-PHASE 2 PHASE 2 ANTICIPATED WATER QUANTITY ADJUSTMINTS 1) Possible 12"Water Line Replacement Due to Elevation Conflict With Pavement Section Add the Following Quantities to the Bid Items E-8 12" MJ Any Angle Bend 8 EA @$350.00 per EA $2,800.00 E-19 Trench Safety for Water Line Removal/Install 40OLF @$1.00 per LF $400.00 E-22 Pre-Construction Exploratory Excavations 15EA @$500.00 per EA $7,500.00 E-26 12" C-900 PVC Water Line 40OLF @$55.00 per LF $22,000.00 E-27 Remove Water Line(CIP) 40OLF @$5.00 per LF $2,000.00 PHASE 2 WATER ADD: $34,700.00 2) Requested 12"Water Line Replacement at McArdle/Kostoryz(Requested by Arnold Longoria -City Water Department) Add the Following Quantities to the Bid Items E-10 12"x8" Tee 2EA @.$500.00 per EA $1,000.00 E-19 Trench Safety for Water Line Removal/Installation 40OLF @$1.00 per LF $400,00 E-26 12" C-900 PVC Water Lime 20OLF @$55.00 per LF $11,000.00 E-27 Remove Water Line (CIP) 20OLF @.$5.00 per LF $1,000.00 E-28 12" Gate Valve with Box 2EA @$2,500,00 per EA $5,000.00 PAGE 5 ADD DEDUCT Deduct the Following Quantities from the Bid Items E-14 12"x8"Tapping Sleeve and Valve 2EA Q$3,200.00 EA $6,40(1.()() PRASE 2 WATER ADD: $12,000.00 3) Requested 12"Water Line Replacement at SPID/Kostoryz(Requested by Arnold Longoria - City Water Departs-rent) Add the Following_Quantities to the Bid Items E-8 12" M) Any Angle Bend 2EA @$350.00 per EA $700.00 E-19 Trench Safety for]Pater Line Removal/Installation 180LF @$1.00 per LF $180.00 E-26 12" 0-900 PVC Water Line 80LF @,%55.00 per LF $4,400.00 E-27 Remove Water Line (CIP) 100LF G$5.00 per LF $500.00 E-28 12" Gate Valve with Box 2EA @$2,500.00 per EA $5,000.00 PHASE 2 WATER ADD: $10,780.00 4) Hot Line'Taps for 12"x6"Tapping Sleeve and Valve Add the Followin Quantities to the Bid Items E--29 Hot Line Tap for"12"x6" Tapping Sleeve and Valve 3EA Cam?$2,070.00 per 13A $6,210.(X] PHASE 2 WATER ADD: $6,210.00 TOTAL P14ASE 2 ANTICIPATED WATER ADDS: $63,690.00 PAGE 6 ADD DEDUCT PHASE 2 ANTICIPATED STREET QUANTITY ADJUSTMENTS 1) Signalization of the McArdle/Kostoryz Intersection Add the Following Quantities to the Bid Items B-34 Pedestrian Signal Section(16") LED Count Down 2EA @$465.00 per EA $930.00 B-36 Pedestrian Push Button 5EA @$345.00 per EA $1,725,00 B-52 Controller&TS2 Type Cabinet with Foundation 1EA @ 29,500.00 per EA $29,500.00 B-53 Ground Box (Ty D) with Apron 4EA @$675.00 per EA $2,700.00 B-54 Vehicle Signal Section(12") LED 44EA @$170.00 per EA $7,480.00 B-55 Back Plate(3 Sec)Poli Louvered 8EA @$101.04 per EA $808.32 B-56 Back Plate(5 Sec) Poli Louvered 4EA c@$115.16 per EA $460.64 B-57 Traffic Signal Pole Asm(Stl) 1 Arm(36') 2EA @$4,850.00 per EA $9,700.00 B-58 Traffic Signal Pole Asm(Stl) 1 Arm(44') 2EA @$6,400.00 per EA $12,800.00 B-59 FND for Traffic Sig Ty 36A (36" Drill Shaft)(13.2'/EA) (2)(13.2VF/EA).@$395.00 per VF $10,428.00 B-60 FIND for Traffic Sig Ty 36B (36" Drill Shaft)(15.2'/EA) (2)(15.2VF/EA)@$375.00 per VF $11,400.00 B-61 Edge Connect Cards 1EA @$3,517.00 per EA $3,517.00 PACE y ADD DEDUCT B-62 Condt(PVC)(Schd 80)(4") 465LF @$16.50 per LF $7,672.50 B-63 Power Cable(3-1 Condr)(12AWG) llsn 85OLF @$1.75 per LF $1,487.50 B-64 Elect Condr(No8)(Ins) Ground 465LF @$1.40 per LF $651.00 B-65 Traf Signal Cable(TyA) (4 Condr)(14AWG) 81OLF @$1.50 per LF $1,215.00 B-66 Traf Signal Cable(TyA) 16 Condr)(14AWG) 93OLF @$3.00 per LF $2,790.00 B-67 VIVDS Processor System IEA @$6,150.00 per EA $6,150.00 B-68 VIVDS Camera Assembly 4EA @$1,345.00 per EA $5,380.00 B-69 VIVDS Setup System (Field Set-up Computer) 1EA @$735.00 per EA $735.00 B-70 VIVDS Composite Cable (Coaxial Communication &5/C#18 Power) 890LF @$2.05 per LF $1,824.50 B-72 Traffic Signal Subcontractor Remobilization 1LS @$5,554.50 per LS $5,554.50 PHASE 2 STREET ADD: $124,908.96 2) AT&T Duct Pot-holing,and 8"Proof Rolling Plan Quantity Correction Add the Following Ouantities to the Bid Items B-11 8" Proof Rolled Non-Yielding Subgrade 14,173SY @$2.00 per SY $28,346.00 B-71 Pre-Construction Exploratory Excavation 21EA @$500.00 per EA $10,500.00 PAGE 8 { ADD DEDUCT PHASE 2 STREET ADD. $38,846.00 3) Drive Transitions&Apron/Rip Rap Quantities Add the Following Quantities,to the Bid Items B-4 2" HMAC Type D 1,860SY @$8.00 per SY $14,880.00 B-7 5"Crushed Limestone Base 1,860SY @$6.00 per SY $11,160.00 B-17 6" Concrete Drive 12,120SF @$7.00 per SF $84,840.00 B-18 4" Concrete 4,869SF @$7.00 per SF $34,083.00 B-38 Street Excavation Including Asphalt Removal 3,207SY @$4.50 per SY $14,431.50 PHASE 2 STREET ADD: $159,394.50 TOTAL PHASE 2 ANTICIPATED STREET ADDS. $323,149.46 TOTAL PHASE 2 ANTICIPATED ADDS: $30U39.46 TOTAL PHASES 1 &2 ANTICIPATED ADDS: 435189.21 TOTAL PHASES 1 &2 EXISTING OVERRUNS AND ANTICIPATED ADDS: $508,077.63 PAGE 9 Existing Overruns- Phase 1 Phase 1 Street Bid Rem-Quantity Overruns Why was this change necessary? The asphalt, base, and header curb overruns are due to drive transitions needed to achieve existing grade into private property (at 5 12% slope), quantity adjustments needed for side street concrete to asphalt transitions, and areas where header curb lengths needed to be extended to better serve the purpose of holding back elevated existing grounds,and make sidewalk surfaces better defined to the pedestrian. The traffic signalization overruns were due to relocated or added pedestrian signal poles &buttons at Brawner Parkway, Gollihar, and Foley Dr. (which included additional 24" drill shaft foundation depths,and wiring),and an error in the quantity billed for the Bid Item B-51 Foundation for Traffic Signal TY 36B (36" Drill Shaft)(15.2ft/EA). only 15.2VF should have been billed for this task, rather than 91VF. In the field adjustments for more accessible(ADA compliant)placement of pedestrian push buttons were needed as traffic signal pole placements were adjusted to maneuver around existing utilities, and foundations.Some of these adjustments caused the proposed placement of the push buttons on the new traffic signal poles to not comply with MUTCD & ADA standards (such as: not to exceed max distance to ramp of S UY, comply with height from top of sidewalk of k 42"- 5 48", and clear space to access ped. button with 5 2% slope in all directions),thus requiring relocation to a compliantly placed pedestrian pole. The grass seeding quantity overrun is due to a miscalculation of the plan quantity. How can similar changes be avoided in the future? Additional survey data outside of project ROW needs to be incorporated in the A/E's contract to allow for the calculation of drive transition quantities (especially in areas where proposed roadways are to be lowered to improve drainage). HMAC (and related materials) quantity adjustments are to be expected for the side street transitions due to unknown construction related issues such as utilities installation boundaries changing to facilitate proper alignment/installation, and added tasks requested by property owners (and approved by the City) such as drive add-ons,or alterations. Better traffic signalization plan review during design could have reduced the amount of adjustments that were needed, but alterations due to field conditions during construction are to be expected,and cannot be easily predicted until tasks get underway. The grass seeding quantity miscalculation could have been avoided with better plan quantity review during design. PAGE t Phase 1 Storm Water Bid Item Quantity Overruns Why was this change necessar. The additional Manhole type C was needed to connect an existing unknown storm lateral to the proposed 6'x6' RCB at approximate station 31+50. This lateral connects the back parking lot drain at the Gas Light Apartments, and was not shown on any of the storm water asbuilts. The additional 18" RCP Culvert was needed to align and connect an existing storm drain lateral to the proposed 6'x6' RCB at approximate station 29+50, and also for miscellaneous alignment/length issues during proposed lateral and inlet placements. The additional 36" RCP Culvert was needed to connect the existing 36" storm drain to the proposed improvements at Horne Rd./Kostoryz (approximate station 51+38). The additional Remove RCP Culvert and Backfill with Cement Stabilized Sand was needed due to an existing unknown (abandoned) storm RCP that ran down the west side of Kostoryz from approximate stations 32+08 to 38+69. This abandoned RCP was discovered during excavation for the proposed roadway pavement section. The additional Pre-Construction Exploratory Excavations were needed to identify the exact depth of the existing AT&T duct,and 12" water line that run down the west side of the Kostoryz roadway (between Golhhar and Sunnybrook) to determine if these utilities would conflict with the proposed storm lateral crossing structures, and pavement section. How can similar changes be avoided in the future? Unavoidable, minor field adjustments to storm water RCP quantities during construction are anticipated to properly align&connect existing and proposed facilities. The unknown and abandoned RCP not identified on asbuilts, is commonly encountered during roadway reconstruction projects as old as this section of Kostoryz. The additional Pre-Construction Exploratory Excavations could be avoided by conducting more thorough subsurface utility excavations (SUE) during the design phase of the project. The consultant was instructed to keep the SUE's to a minimum, and to utilize asbuilt data when available. Phase 1 Wastewater Bid Item Ouantity Overruns Why-was this change necessary? The additional Pipe Bursting of Wastewater Line (8" HDPE Pipe) was needed to complete the sanitary sewer improvements to the east down Gollihar Rd. from the Gollihar/Kostoryz intersection. The plan quantity shouId have shown 244 LF rather than 222 LF. The additional Remove and Replace (Open Cut) Wastewater Line (8" PVC) was needed to reroute HEB's two 8"service lines underneath the proposed 8'x8' RCB storm trunk at PAGE approximate stations 41+44 and 48+00. Additional 8" PVC was also needed to properly align & connect to the existing 8" service that runs to the Wind Rash Apartments at approximate station 51+25. The additional Service Line Connections were needed at locations where unknown services had to be connected to the proposed sanitary sewer main. The additional Well Pointing for Manholes,Insertion Pits,and Open Cut was nneeded for the insertion pits used for the pipe bursting to the east down Gollihar Rd.and Foley Dr. How can similar than es be avoided in the future? The additional Pipe Bursting of Wastewater Line (8" HDPE Pipe) would have been avoided had a more thorough review of the plan quantity taken place during the design submittal phases(correct quantity of 244LF was shown on plans,but not reflected in Bid Item quantity of 222LF). The additional Remove and Replace (Open Cut) Wastewater Line (8" PVC) was unavoidable due to HEB installing their 8" sanitary sewer service lines at an elevation that was in conflict with the 8'x8' RCB storm drain placement, and field adjustments needed for proper alignment & connection to the existing Wind Rush Apartments 8" service. The additional Service Line Connections were unavoidable due to sanitary sewer asbuilts not including this information, and some connections having multiple services attached. The additional Well Pointing for Manholes,, Insertion Pits, and Open Cut was unavoidable due to the plan quantity being an educated guess derived from the Geotechnical report on what elevation the ground water will be encountered at. This will fluctuate depending on rainfall. Anticipated Quantity Adjustments-Phase 1 Phase 1 Antici aced Street Quantily Adjustments LAft was this change necessary? The AT&T Fire Protection Water Vault Removal is needed to facilitate the placement of the proposed JRCP section at approximate station 32+30. The vault and supply line are not in service, and need_ to be removed to avoid delay in placing the west side curb & gutter at this location. How can similar changes be avoided in the future? Unavoidable, contractor needs task addressed, and AT&T coordination experiences frequent delays in dealing with project related 'issues. PAGE 3 Phase 1 Anticipated Water Quantity Adjustments Why was this change necessary? The 10OLF of 12" C-900 water line replacement, trench safety, and removal is due to elevation conflict with pavement section. The location is just north of Surmybrook, adjacent to the Fire Station at approximate station 28+00 to 29+00. How can similar-changes be avoided in the future? Unavoidable, given the circumstances. This issue could have been accounted for with more thorough subsurface utility excavations (SUE) during the design phase of the project,but the consultant was instructed to keep the SUE's to a minimum,and to utilize valve measure-down & asbuilt data where available. Valve measure-downs do not accurately reflect line elevations between valve locations, and City Water Department asbuilts are frequently inaccurate regarding line alignment&elevation. Whp was this change necessary? The installation of the 2 - 16" Gate Valves with Boxes rather than the planned 16" Butterfly Valves at the Gollihar intersection was requested by Arnold Longoria (City Water Department). Arnold stated that butterfly valves have been notorious for locking up (and not shutting or opening correctly),especially on the larger water line sizes such as this one. How can similar changes be avoided in the future? Better design submittal reviews and correspondence by the City Water Department to ensure desired repairs get incorporated into the design by the A/E. Why was this change necessary The Hot Line Taps for the 12"x6" & 12"x8" Tapping Sleeve and Valve (TS&V) bid items are needed to connect 2 New Fire Hydrant Assemblies to the 12" water amain that runs down the west side of Kostoryz Rd. at approximate stations 56+80 & 53+80, and 8" water line to the 12" main at approximate stations 50+80&59+10.The contractor bid the 12"x6" & 12"x8" TS&V Bid Items with the understanding that the City Water Department would perform the taps on the hot lines (as is stated on the plan sheets). The City Water Department changed its policy shortly after construction began, and no longer would perform hot line taps for the TS&V's, thus creating additional expense for the contractor to install. How can similar than es be avoided in the future? Better design submittal reviews and involvement by the City Water Department to ensure that contract documents reflect current(and future) departmental policies. PAGE Phase 1 Anticipated Storm Water Quantity Adjustments Why was this chan a necessary? The 2- 12" RCP and Type A manhole were needed to connect the proposed west side inlet to the proposed 6'x6' storm trunk at approximate station 38+69. The 2 — 12" RCP were used because adequate clear distance over the AT&T duct was not available to run the planned 18" RCP. How can similar changes be avoided in the future? This alignment issue was avoidable, and was thought to have been dealt with during design using SUE elevation data collected at locations where proposed utility improvement structures crossed the AT&T duct. Incorrect survey data, or skewed data transfer is the reason for this issue. Accurate survey data collection &recording would have facilitated the correct design for this storm lateral. Anticipated Quantity Adjustments-Phase 2 Phase 2 Anticipated Water Ouantitv Adjustments Wh was this char a necessary? The 40OLF of possible 12" water line and related bid item quantity adjustments are for unknown areas within Phase 2 west side construction boundaries where the line elevation may be in conflict with the JRCP section.. This has posed problems within Phase 1,so it is anticipated to be an issue within Phase 2 as well. How can similar changes be avoided,in the future? Unavoidable, given the circumstances. This issue could have been accounted for with more thorough subsurface utility excavations (SUE) during the design phase of the project,but the consultant was instructed to keep the SUE's to a minimum,and to utilize valve measure-down & asbuilt data where available. Valve measure-downs do not accurately reflect line elevations between valve locations, and City Water Department asbuilts are frequently inaccurate regarding line alignment&elevation. MY was this change necessary? The 20OLF of 12" C-900 water line and related bid items for the McArdle/Kostoryz intersection was requested by Arnold Longoria (City Water Department) to replace existing cast iron line & fittings, and to straighten the alignment through the intersection. How can similar chan es be avoided in the future? Better design submittal reviews and correspondence by the City Water Department to ensure desired repairs get incorporated into the design by the A/E. PAGE Why was this change necessary? The 80LF of 12" C-900 water line and related bid items for the SPID/Kostoryz intersection was requested by Arnold Longoria (City Water Department) to replace existing cast iron line & fittings, and to straighten the alignment approaching the intersection. How can similar changes be avoided in the future? Better design submittal reviews and correspondence by the City Water Department to ensure desired repairs get incorporated into the design by the A/E. Why was this change necessary? The Hot Line Taps for 12"x6" Tapping Sleeve and Valve (TS&V) bid item is needed to connect 3 New Fire Hydrant Assemblies to the 12" water line that runs down the west side of Kostoryz Rd. at approximate stations 4+10,10+00, and 17+00.The contractor bid the 12"x6" Tapping Sleeve and Valve Bid Item with the understanding that the City Water Department would perform the taps on the hot lines (as is stated on the plan sheets).The City Water Department changed its policy shortly after construction began, and no longer would perform hot line taps for the TS&V's, thus creating additional expense for the contractor to install. How can similar changes be avoided in the future? Better design submittal reviews and involvement by the City Water Department to ensure that contract documents reflect current(and future) departmental policies. Phase 2.Anticipated Street Quantfty Adjustments Why was this change necessary? The signalization of the McArdle/Kostoryz intersection is needed due to the existing signal pole foundations not being in compliance with MUTCD distance requirements from face of curb (z 2' is minimum,if z 3' cannot be achieved), and height above top of curb (s 4"). It has also been requested that this intersection get new signalization by Tony Salinas (City Traffic Signals) due to the existing outdated components,and the fact that it is the only signalized intersection within the project boundaries that is not being completely improved. How can similar changes be avoided in the future? Better design submittal reviews and correspondence by the City Traffic Engineering & Signals Departments to ensure desired improvements get incorporated into the design by the A/E. During design the A/E was instructed to avoid additional expenses by only improving signalization at intersections where existing signalization is in conflict with the planned widening of the roadway. The signalization at this intersection was not addressed due to the existing pole foundations not having to be moved to accommodate the widening of the roadway (roadway was already widened at this location,so back of curb alignment is staying approximately the same). During roadway demolition and JRCP placement, it became apparent that the street improvements (relative to the existing signalization) would not be in compliance with MUTCD standards (neither PAGE 6 were the existing conditions in relation to distance of objects from face of curb), and the decision was made to improve the signalization at this intersection as is being done at Foley,Gollihar,Horne,and Brawner. Why was this change necessary? The 8" proof rolled non-yielding subgrade quantity adjustment is due to an incorrect planned quantity in the contract documents. How can similar changes be avoided in the future? Better A/E plan quantity reviews during design would avoid this issue. Why was this change necessary? The pre-construction exploratory excavations quantity adjustment is needed to evaluate the elevation of the AT&T ducts that run down the west side of the Kostoryz Roadway from Mansheim to SPID. The AT&T duct elevations have conflicted with the JRCP section in Phase 1, and it is anticipated to be an issue in unknown areas of Phase 2 (possibly within the west side of the roadway,and under west side sidewalk). How can similar chan es be avoided in the future? Unavoidable, given the circumstances. This issue could have been accounted for with more thorough subsurface utility excavations (SUE'S) during the design phase of the project,but the consultant was instructed to keep the SUE'S to a minimum,and to utilize asbuilt data where available. The AT&T duct was excavated (SUE's) at locations where utility structures crossed it,but has been encountered at conflicting elevations between these areas. The duct should have been SUE'd at 100ft to 200ft intervals, as well as at crossing structures, to ensure design compatibility. AT&T asbuilts were old and inaccurate regarding duct elevations,and alignment. My was this change necessary? The bid item quantity adjustments for drive transitions and apron/rip rap are needed to facilitate the construction of asphalt, and concrete drive transitions into private properties where the Kostoryz Roadway has been significantly lowered to improve drainage (approximately from Mansheim to SPID). These transitions are not to exceed a 12.% slope, and require considerable distance into the properties to achieve existing grades.This issue was not recognized in design,and is a direct result of the lowering of the roadway. How can similar changes be avoided in the future? Additional survey data outside of project ROW needs to'be incorporated in the A/E's contract to allow for the calculation of drive transition quantities (especially in areas where proposed roadways are to be lowered to improve drainage). PAGE 7 i Mob.- TEXAS STERIJING CONS T UCri,]04N CO. February 28,2013 So/an Conner, P.E. Staff Engineer CH2M Hill 555 N. Carancahua Tower II Ste. 310 Corpus Christi,Texas 78401 Re: Change Order 11 City Project No. 6485&6490 Dear Mr. Conner, Texas Sterling has not adjusted the contract time on Change Order 11. Please be aware that the lead time on the material in Change Order 11 required for the signaling of the McArdle intersection has an estimated 12-14 week lead time. This extends past the contract completion date. It is Texas Sterling's understanding the new signaling work associated with Change Order 11 will not inhibit the opening of the roadway and project closeout procedures including but not limited to stopping contract time, punch lists completion, final inspections, retainage (with the exception of retainage associated with the intersection signaling), and all other procedures in order to obtain complete project closeout. If this is not the understanding of the city than additional contract time will need to be added to accomodate the work associated with Change Order 11. If you have any questions or need further assistance please call me at(225)247-5651 Sincerel , than Gillis . roject Manager Texas Sterling Construction, Co. PA' tl1:;• BRt➢)CES• LING V1I R..,�,L-S€'WE R-WATtrR 20810 rE RNBU` H - HOUSTON,,TEi AS 7 073-(281)821-9091 °FAX(2 1)821-2995 An Equal Opportunity 1.:Imp/ mr TEXAS STERLING CONSTRUCTION CO. CZ January 24,2013 Bryan Conner, P.E. Staff Engineer CH2M Hill 555 N. Carancahua Tower 11 Ste. 310 Corpus Christi,Texas 78401 Re: Change Order(2)12"RCP and Type A Manhole City Project No.6489&6490 Gear Mr. Conner, Texas Sterling was directed to install (2)12" RCP runs along with the addition of(1)Type A manhole at Sta. 38+69 in order to avoid the existing AT&T duct bank running along Kostoryz Rd (see the attached plan sheet for location). Texas Sterling is in agreement to be paid under the existing bid items For the 60'of 12" RCP and(1) Type A manhole. In addition to these cost there was additional cost incurred in order to modify the existing inlet and the proposed Type A manhole. Attached is a breakdown by labor, material, equipment, and subcontract. Below is the total change in contract amount. 12" RCP $9000.00 Type A Manhole $3000.00 Modify Inlet and Manhole $1448,3 3 Total $13,449.33 If you have any questions or need further assistance please call me at(225)247-5653. Since ery' :' .o6than Gillis Project Manager ,,,Project Sterling Construction,Co, 20810 FERNBUSll• II€iUS"tON,TEXAS,7703•(25'1)82A-909# - FAX (2,4I)821-2995 An Equal 011ponfislitv Empiql'o. N M N UP » sin $ r LL M N M Q O Vi » LL FN 0 t u m a N is A 40 "W o iU N T dl d! M RN q L�7 Z� m W tlD N F rr h LL N N a U F Ix VU - NV)mN pp m lV e6 A IL a z a Y 0 Hill a cm LU Ix EMU . tu IL � n pp p � a to w d C] 9G ne O Ol ti p1 r r r r b U V +"' r r r ,- N � c o a c o 0 o n b C N N N N _ d O X0�+Y1 t�_ GU O O O i W La tNp is C`� fY� 10 CM ID ``Vh O �h �p pp p y, C'I O in O O G � 1f7 n •Oi y N r . cri log o 0 0 0 os mm � � � z li LL 0 o o 0 Z � - 4 � � I} CL Li: le • z 2- a: b- a Ju d p w O Q Y A gIaoa 6 iU z a w W w w ac w tu X Ix C� ca tL LIL LWL ID 0 �- c� tryt}} to aNa�� EaV� C�1 r M C7 CS m N Y N N W O N m ! 9 s t w V IR Ip tK Q LL.W. a ', IV all c d cs 0 t� Q R > > tu m � a Ca'1 p X Q ag rn U. ue 1 2 ag z w � 3 o U Lu a ' w ¢ ¢ a o ui ° Irul S o a a g a B q w a o c a 9 cr 4 w } Q ¢ 0. 7 } U E 1% 0 > a c�+s o v o v v a a v n v v Ix m m Q �` N I cWtil RaW l,ltlr 1.1k,ok - AW Compressors - Povilihle Itowry S,,Tk•1\ :fir C'trmprQ'ssoi- - \•li:.. pa "L: I lil. I _ __ _ _ ifltnt;lka•� .l�t .!t.lb I Port able 12o1cary 5crcw Air Cot Yfprusstrrs__ Miscellaneous Models ti�ri:Gis'85 125•249 efm 125•249 On Configuration for Portable Notary Screw Air Compressors +'crser Mr,ge, Diesel An CaL•;;rp Ftaur'R 986 t f m ri:aCrr 125 klu•sepourr 80.0 Blue Book Rates H�ta r•"=_CII�•�tZ:dr.•5 Air Ai vay',[f .;::Irrn:nr R:ri[= i tRr'f.�,R<rli:1:;4:)v31 10'h;1 inj%%r'It11Y t5'PgfBtl:p;a? !hi7id?'J 1:; i'€ Iml:3 th,e'Ii;,.II Ownership Gusts Estimated Operating Costs FHWA Rate Monthly Weeltly Daily Hourly i Hourly Hrruriy I'Uhtrsl,ed Mate: 6731 JO 5705(10 $51 t)0 M.00 $14.70 51,q 8ti Adjustments , 1?s>:lior, ivU3:1e1`r�:7r `�OCSi iola1: 5660.09 184.09 5.15.00 £7.18 $94.701 - .31it:1S Ram EN-1n5111+Allr,r.:nt[cl; Adjustments IJefauit Se911n�s ivr•i!tt.�Y�:e,r aleas,?Selrcl ;j�1 . t;an,sCk�tn Et,�itiims A[a;isn I2H<tira[:; llsal t7irtu,r:4 Rate Element Allocation Elowr_'ut 1'r rcrsui3gs: Va1uu it l'r,•r,r•_r,-::rr;a'•:-;�:rn:r;;�'4'! _'?"''- 'v 191 tJ!snl�. :_l':i�4•h7.1'•II I l':�:1,=1._rtli',:' .. j:•:iS.t ri:,r illy Itl f rl . t'i. l:l 'tilll`lilti:::Yr4'lLtailll,'I:iti, h2Ui.11 tE"t,€. !1.`� ' � I I ll'., o 1"k, is % 1,1 �_;e ' 11 c� f tilli�rlf I VC11101A Ad1tItif1114f1I; - — Dn-Fiighvvay Light Duty Truel,s - Misceltaneous Models Sav Cuss 300 Hp a over 300 HP S ovUr Configuration for On-l•lighway Light Duty Trtwks _ Wesel A:,l� 4X2 Flo;ti�p„t;'err 1.10.0 Equipment Details Euu{pmzmt ID 1-02 TON CREW PICKUP Smell Number: NIA 'feat of hlanufit::h11-u:2009 mo6�s- 1=pats;: KaV1n Judalet Adjustments For 1412 TON CREW PICKUP in ;evin,►lt,dalet -,j Raota!Ralo Bheo Boott Custom Cost Evaluator Blue Soott Rates - ownership Casts Eslimatod Dperntrng Costs FHWA Rate Monthly Weekly Daily Hourly Hourly Hourly Putil shod Rw%A •: -94 l 00 52,15,34 S,ic i13 S 10 On :,i• Adjustments R+:Itt ll i I CtK.:l_ .i I ..r,, ;%J r4'trdel Yf,Jr! :311 Total: >Os9.10 S242,21 560,32 59.1.+. r - _ - Rate ElWnent Allocation -- I�•In•�nl Percentage ti:lrkl l; .::I., !.I_:s ,.'• :!I :lit 1111!?:' Elttil�llltt�t�. 11, ll.t,lrlllrl Ilrt:�l,ire'f1�€ill,v,Il'titlil3tn, llt.cft,'i11ltt1tl :, , .,f�r�l,4.11t�tf,.l ;,),.- 1 "'7.301 i `'�°iil,. _ � I ( �� SIiII � �I a�� I ' i �� o� \ �� •'� I �'i � �� � � r 'y� 7-_I- j _�i�l� i ° -T' {�k 11 �4'�j�p— I 1 Zgq'� \\ ' •{--`' �-- �� ' n= ' t3D i Ew C4 S�043x IRM CLAB G �eE - I� ' �.....,..I �^� i � - -»_•Y"y-'=-•---�-l�i�{t-^_'_�.—=-'--�- g F�-tw-."�'---f-�-'�—t S.1 I- I a •t 51'h 39+a8.8 _. ...... SsA 3fl+i ^r}O -, h I i�_' 4 --�-{ i}ADO �,..—. "- _..C..GDL111M d'Fi0A9".—. ! 34.75 ��.� ...._ .w�--'--'• _ ! f; 3 '•� � Cn} ( iii' rnx , :: s�� -1�-__---' - .,».�x'`a°�' I rl' - c....= -- — r[•"-., -�•ry7 � �I��_ © � �e� p' .,� {RF � � `� ��_"• .�a� i WA 4O+012.0 p, +� , -.��%!�h�l •. I' ,Y I � 9"'i • I I SN in nos LOSS PONT M I _ n12 x � r �•---- 3 ,\ Q� 30.47 30.55 A 40+2F.O fi LC W+045 PO IN �Y 30.5 T tTA P4q. e 4 3 x m �' A © o,_ �' I) l (l• II,i '1 r�i ' z gFi- rPi}(� ii` Illi ii'` sj c c)q, 1✓ r eZ � �11M --I � _' I : I �', I f f,,.� � �m � •I I iEt , ;I � i + Dia� f, I 251 �T.^I� %.91 40.73 I .p i � �Ii ill; ' ' � •v � 6 �� #I �i � �o I ��'I��I �� .F.p �� i �I 1 _✓ it Il •7 I .'G } I y Ltii a { 1- I -- � _.... .�..._ ...._. � i I..! � _I ..r.i_� _.-.-...._31 U7_ 3.29._39.07 I �u, _����o '•F46.9 i � � �t y ' 7, Ili NCN POD Nfs � q ��_ •, { f IgCI P,OIHi�„„ I sf 1�c I 31.14 31.29 31.14 ca -- :! r--- ! '.•; � � '. A� ` ('� E r- !,i�. I ` r � �y �•� i fir i'; e ; �..�, � € ' wllla�( ice. .....4.�,--.�-I•�..,�a.4a�'�-,.t�l�B�,.��,�»i .m.�.�-�e,,.� �I � k ,� •'a"� ' I' ��... MATCHLINE STA77O V ;43+00 � � a� MATG'HL1NE STATION 43-F00 M WIDO . ` ^ . rl�v�Tx � 01 . S E ' �.L�. � �� . 0h IN'G January 31.2013 Bryan Conner Staff Engineer CH3MHU 210S.Ceuxnrahua Suite 200 Corpus Christi,Texas 78401 Re Change Order 16"Gate Valve Sta. 39+33.6 City Project No.G4QQ&840U Dear Mr. Cmmer, Please refer bu sheet S7of the Nosboryz Rd. Phase 1 contract documents. The plans called for (2) i6, Butterfly Valves m/Boxesot Sta. 39+33'& The 16" butterfly valves were submitted and approved on March 21. 2011 Texas Sterling was directed by the Citx Of Corpus Christi Water Department to install (2) i6''Gate Valves|n lieu of butterfly valves. The (2) 16'Gate Valves were installed and paid under bid item E-11 1O'' Butterfly Valves. The(2) 16' butterfly valves were purchased prior bx direction by the city to |notmU 16^ Gate Valves. Attached is aohan0e order for the material associated with the 16r Gate Valves. The previously purchased butterfly valves are being stored in the construction yard and are mva|bh*for the city ho pick up, If You have any questions or need further assistance please call me at(225)247-5653 Sincer9l V6, /Oroject Manager / Texas Sterling Construction, Go. ' PAVXMG ^ RRM0.F8^ LAGI 11R6Ii`SEWER'gVAYR.R 20810 FE RN0HXS1 I'K-100G1r0M,3�XA,%770Y3'(29H)WIK-0(099 'FAX(2*X)821-2995 � . . _ §§ k § § - g . - 0 § 2 wom § . off% K Sul§■ a R ■ 22 § � ■■■■ a §$ K 8 G & ) � & � r # His 2§ §§ k § §i 1.8 2$§ § ■ § § TITAN PIPE&SUPPLY COMPANY, INC. Estimate P.O. Box 2684 Carpus Christi,TX 78403 late Estimate# (361)241-PIPE(7473) (361)241-7471 fax 1/31/2013 201b33 Name/Address TEXAS STERLINGCONSTRUCTION 20810 FERNBUSII LANE HOUSTON,TEXAS 77073 Project: Description aty cost Total 16"7571 MJ I S GATE V LV OL UACC 2 5,503.01 11,010.00 16"STARGRIP MEGA-LUG 4 199.75 799.00 PVCPK-4016 CC2 CAST IRON VALVE BOX 2 62.00 124.00 Subtotal $11,933.00 Sales Tax (0.0%) $0.00 Total $11.933.00 IVUIT Hl.�iN� S73# TION 3815f 1�f III--�7{{{!!/jj,I:M x-.�_--��''�S-.{�',��-I i I I i 1,---•'-...{{ll'.a'.1'1t i I°4--�,—F 3 ff�r'"���IE,�•�!'—"���s�_t-I�_�-„�'I'iiI�S I I I•t_—!i I,3 I I+--''�---��i!�-.E O-.-1 i-cm i a•'9'-•�!y_!.i�_e��I�.s�[t-a-�{e.tiI.'!-.!I gy�x-'.p I n�_�r j .—_.r—•.��I`j�I j-`i-j j{'t j I;-��1}-�{°I={••�.��i 3-..Zs Ic.-�r.-!.nx�"i-_�c"`-'a�.n 5-w �:gi_mrn 4 rt«,y n w,°+•.-�,.n_�/is4 y.w i'.:>b ippm-..msw__:-{_.i:w.3� l"\1-.-_�1 s_-_�'_.fi'l--�a_M r.-�.,j^_J j-.a_-._—_-•_nat-M�l.l i i A�Ta.t C HI11 1` t I� !�U I I wN}•..���`E\--�^4�d,JdSy�1- TAe .73''•�i!n7f�$c Oi'. «N sI_f,A C_•sti.+i•!:s i�ra Sf�I�1 3: 8�+!L + :i-5_K 0 lag D:f y m ?rt 7a V HOSE 11 wv y 1k 7 _ i= 19 ;IRT --------------------- = == 3evU4�.r tla� V •�c_S__? I�c _ rq�w 1 o R'w, e_—y'r_5 vSitiU 33Pi.c I :h— M ssW Hai _q ----------------- ffi dN 13292 sra 1.0, G '11+1�� °l ir RP i .RE Err79 k MRTCHUME STA77ON 43+00)94 SF FR = :n•4 R' f,f _ p 7 1 !I j I. 6 •R 2&- .0 A STERLING FX S CONSTO January 24,2013 Bryan Conner, P.E. Staff Engineer CH2M Hill 555 N. CarancahLia Tower H Ste.310 Corpus Christi,Texas 78401 Re: Change Order 12x8 Tee Phase 1 City Project No.6489&6490 Dear Mr. Conner, Currently there is no 12x8 tee pay item for Phase 1. A 12x8 tee was required at approximate station 39+75 where the 8"waterline running along Gollihar connects to the 12"waterline running along Kostoryz(see attached plan sheet). Texas Sterling proposes payment for this item at the unit price provided in Phase 2 item E2$5001ea. Please confirm this is acceptable. If you have any questions or need further assistance please call me at(225)247-5653. Sincerpl V, at an,oillis './Project Manager Texas Sterling Construction, Co. cc: Zach Jasso, Manuel Hernandez PAVING-HkiDGES-LIC31TRAIL-SEW!,,-At-WATE K 20290 FERNBUSH- FAx(281)821-2995 "Eat °' - f :s M 1; ;.1 !'. -I I - y .__ �s4zl I _— I•'3 � JIj JI ��--! 3U_'_13_- _._ i o"iI'• l � ti� ,� 'al � I ;c a�'t II , j+l ti` YE�-' _ 30.57 056 ��� '�jz��• \ ,�� ° �a�c -i=, }F FMI DAM' 13p�HE1Y CO ! s� s`� •_N , COIF§FRS A. ST-A G O3{9 I9+t3i4UR8R.76 f1l — CH O : _ � fr„•••--- I a to _s 079m v i ! f k . s ' I I lam`� f i•,I. I � � �, .. I I�k,�� •1 _ -I y A tl2 p L'`_.._• _ 1 514.4.0:2.0 R, x 1• : w e.__. E II I-: �I 1;:_ ?ff•, 30.47 L057 PO-3 .fa.r 30.5'3 - f:- I sTn ao+fis.o I I I I ', I• POINT L) v _ �,N- •+2 .� L :POkhTf.; 05430.08 I 30.5 i I v iIf; : I I .......... ..._ ._...... .._...,. .--.-_ ".-..��-. w.�.._ _ _ _ e-§ Ig+2 o € I 11 .„ Y I s II • I - __.. Ij I h Vl �.,1 II. I 3077 + .91 30.77 u I I V; _ - �:.� � I Il�j� I .. . I - _�SI I � /f�-.�� I�' ' I-IrF �IQ �' �,� � J � :t G•; .E a 1,{. � cP: n� d .-. I � 1€ `•'9 � sT I I I ar I� Y iQtr q� 31.07 St2i 3T.07 - � _Dla �� •�&.8 i ; k,- ' I f I. 16 6•rTi ST1 4 SA425 K —1r I 1+1cr1 Ptllt{T I 1 I 3:0 P03N1 r , i 31.11 3126 31 •^ (: I . I ' ' � III.+ ! n'�'' i- � I I i �� c` � S•�__ E I OT �i: t E, II i I--I• IW I n} ,. I ' _ 11 ;!•II 'I i,IV `. - �' I� I•��,1 X !4 � =. j I r� _ 4 � l I e o m. 30 ski saw%0-7 �a _ G 4, j� ` t. j� f[rMATCHLINE STATION 4J-1-00 �!� ; MATCHUIVE STATION 4J+00 0 € Ela MOP Conner, an/GRP Jonathan Gillis[JGillis atexassterling.coml Seat, Friday: February 01, 2013 ,10:01 AM To: Canner, BryanfCRP Cc, Zack Jam; Manuel Hernandez: MarL Guerra - I40ark,IG @cctexas.coon> (MarkJG@cctexas.com); Kenneth Kapej <KennelhK@cctexas.corn> (KennethK @cctexas.co m) ��ah)ecta i<osloryz Change Order TS&V's Attachments: TAPPING Sl_E EVUS &VALVFS-licit Bryan, Please seethe attached Change Order far the TS&V's located an Kostorvz Old_ If you have any questions after review please gave me a call. Thanks, r��as �w#�c'r�ta,� F:rta�.Sts tst-€atci* E'.EU. €lYl�+k;li�f69. �€�li 3�1�Ire Eal C'_is�!titi�N rN t MtJ.L:4d7": i "AS ST IR. C i Ex CONSTRUCTION CO, g Febnuary 1,20'13 Bryan Connea Staff Engineer Ch12M Hill 210 S.aCamncahua,suite 200 Corpus Christi,Texas 78401 Re. Change order Tapping Sleeve&Valves City Project No.6488&6490 ter Mr. Conner, Please refer to sheet 105 of the Kostoryz Road Phase 1 plans and sheet 62 of Kostoryz Rd. Phase 2 Plans. Detail "A" note 3 slates; the city is responsible for tapping into the existing m►aterlines. Texas Steding was directed ba perform all taps and was told the dty would not perform taps. When Texas Starting provided a unit price for the TS&V's the bid price dtti not include performing the tap. Attached Is a change order for performing the required taps on Phase'I and Phase 2. If you have any questions or need further assistance please sail me at(225)247-5653 Sin r� ' . ,010ject Manager Texas Sterling Construction,Co. ri y�i�{F�ekLV°�A��BRFII 4t•-9' �.0 C IS���ifY��.' ��r59.6',34 fC,:Y i�:tli 9I.%i°ttatt3-`1* N'1, t I-,XAS 77 473•(2<M)224-99191 • FAX(.?U1)421-2995 Ire l.iJuRr t 11 Y,p-riup f4' :s1�1rlYr PO Box 65644 I I OLISTON.TEXAS 712r5 (7131602-7454 Fit I ON)032-Ii IO FAX COH METROIHRT SSE COWROd Contfactor Texas Sterling Attn: Kostoryn Project Phase T HOT 17A", MILY. WORK is C,V.fp[,F'PF ANO ACUPM) UPON SOC ENSPOi. TAP. WATER MAIN 00 W.T'N VFRIPIND, AIiNUM.6 11-110HI E I'd ),I VL i�rov.ic9t 0i prino cn!dil.. pl,tron Illy toy-il illwl:v %'Httax: P no v i d c- siliqic, into b i 1,_ oF to 1't RIO t. I !-,[I Act, D1, (N., Or PVC pipo. gljj�e Nat taps 114113f. L 12�G TS&V $ 1, B00 X14, 400 12K8 TS V .............. $25, 900 if iml; lmlluvh the ti�J) C-7gll owlf: I-A,3JJkli.J cmilkago u water maim matkw i..,i I/c-qu I. i,10 appl.y in 1111;1 Cr ic�. flic-U.: flinvice ifiLi u.111 fralwd 1:1r-wn and well 141.lirl)-•Iilwd eqolformottr; howe'Lor, Wn r.ailruCTI. 11o"llillitm. 1.1r.alinli or 1h.11- "imikou tc) Ow- wator Oi!i 1101. OCCHY Chlril)O 1pr.00POUVO:� 4:l •L0h121l' ije re­.J)(i.L!)jJ1l(, lrl,, t�l:otilelinil !;,-Fv1Ct1 YJ pa 1.0 kmv tappcd, it I micl Vol L It I rn'm&1.i I lTWJ-awi I I .;f I Cuti I-cnn,,r I ci p rov i d4- ..?:1 t-4111 i 1-alvill 11 thnv n. •c- Wl 1AIR-11 L i tl/(I-u 1:/Prim 1 i Ofled i it ?Yva-m i J t�l 6 1-31 C K i 0 SQ J1 VI;:0 I I; vr­fpmk.;I I i i c. i r wa t ?l I tq kil-uvq I LIle 02' Cap po.s.) Oil doeu ncu lllfj�':I ril;c! .(i...%1,111 A[;: wikh we%3r,ble alld *Jf�,t L f.lj, V'J, O'sp'7-11 r;,?ht 1AA'Jw•l Iv I•k DIVYk 11,-L' bo porf(mcmd mut.qmlly till f.wl _1114 1JO lJol F.111 f ilv.w 7 1 liq Ex uwva 1.i Qi1/!ih*I 911!1/'f- 1:1 1,1 z-I lig P Vii I-n' N jc-%�'A lw�:, I W.- 0 FJ 141 vh f i I I In-fa.; 1:c, Ally liorp.,At5 ol ACCPIPTANCE' 01- PROPOSAL '111" _rmc$ CondU'Lons. are eJrfl!,•llt • ... Wit; 11,- d" J qna 1.0 Dal.t. W MICKIL PERO, PC)Box 65641 HOUSTON,TEXAS 77266 (713)682.7454 PH (008)832.0018 FAX COH METROlURTSBE Cordfied Confractor Q, time Jildlor Mining. walUty, uz uLhul mandamy camu requKement.,; zoo, ov 0 a !mwo-A —6-6p� 00 ACCEMNUE OF PROPOSAL Mu dowl p- l-ru, and Ynndjuinno am waiiniamory "nd aro hereby accepted. Vou are awhc i Qua Au L N! wmk as N"c"Led. W I be www an ow j U"l WNM- MICKIE PO Box 66544 HOUSTON,TEXAS 17266 1713)602-11454 PH (808)032-86ill Pick COH METRO114RT SBE Cortiffed Confracgor Texas SLerling At 1,n Kostoryz Project Phase 2 IJOT IMP 001,3'. IVORK R; CO•IN-hTE AND ACCET'VEP OPONI l'-WC(�F."*.';f"M: 171P. WATFR MAIN 01) UA6 NPOT REM4 will ho Ln appro.priacp :sract?d k(�acf ::jjpc pr wiil VxIcItiq Guarpri Lea: Mj ckJ e So ry i.ve w i I -.-h iffy V'471 t i Ill'y kc? 1,11-i t!.tm calkne,1,i ve propasa I I-r(-)V'Lllt,L lallcly-, uukliarla'j , �ttjd LO Illa?'I hot 1:11p5 cli AC, 1b1, Cl, or PVC pipe. �I'ost 'PoLz] '2, 300 $6, 900 12X8 1ps&%, 3 $6, 900 [IL"v!; fq't lit)JIlelic LAwt Hx. Ltzp W! WLJOCJLJL dair,iqL Ls vp;A ur it. (ow.0- 1 ii-AA:: 'ii:c! viesale, Lu pe!,(n!:o WrIrl, (110 Charip.n irl llli!i cilatiA. ww ikjypl'4:11r: ieltViV tj-011c-d rrt-vni mul wel.1 maint-c4iiwo (-quipilitlat; 1141llf!'.Cr r, :•)P. C:rl 1%11 uk. 1)%1.l rtIR L k!V C t,ktjAQ 14 1 k,I VVI 1 1)1- l Itat 0l.ltj C30 t[7 J)II.- Q 2.1.1 t;].flij Wa 1:1:! 10,11 g ..) 3I da ing numilklaut 1"appill'; 1) In 13V tripped, A 1 13110 U i 1.h I OCA i OU ljtO-1 i t i Olke o Is rwt I de I.I LiQflv l in Pxcaval:iusi doe:', jj.)t jr;-.,J*p i U f();MLE i4h 'O'l I VA, e :j r-.Cl qntj V4 L Vt. V Oht Atpc!n J f. t 1is bu pvt to-faCcl !'R 'Iq I I'Lf.,;Il:I fm,y: C.4 n 'ricl res.p.win.1 i!21.1 t.11-. --4t llw!.• ;:rjij i El,--e r i-1 C(A A!A AC E TN CPA *F OF PROK)"A lelctolly and rii.v Y,>ij PO Box 55F44 HOUSTOM,TEXAS 7F260 (713)982-1454 PK (0081 852-8018 FAX cp, P;Fit..Ll,Cr I:L[ilC+ t,Y:C{fRf :P�Clltlllal, _[�ofiLf, nr nikli;r [ala[:d.atc'�e';; L:b�w e�quireosene_; irlt{ ACCEPTANCE OF PROPOSAL ,[ k.i.. , .:is�;e, �. es�r.�..:� 1-[IS ind r:nsl[€,ic,m am 0A Is!wgory and all huMby .1Ci7LpLed. You ary o3rim i",u I o du the warx as pe,if 1,0, iJfillCtt�. wi', Lo roaele a., Taut t s:[ct� lake rvr:, of fSf7L'C{)I:rT7i:C.•: TEXAS r� LIN C0NQnrm-jc'n0N CO. January 31,2013 Bryan Conner Staff Engineer CH2M Hill 210 S. Carancahua,Suite 200 Corpus Christi,Texas 78401 Re: Change Order AT&T Vault Removal Sta. 32+33 City Project No.6489 &6490 Bear Mr. Conner, Please refer to sheet 23 of the Kostoryz Rd. Phase 1 contract documents. Currently there is a concrete vault with water valve located within the proposed pavement section at Sta. 32 .33. This vault is no longer in service. Texas Sterling is proposing the concrete vault be removed and the abandon line be cut and capped at the right of way. Attached is a change order for the removal of the box to accommodate the installation of the proposed roadway section. If you have any questions or need further assistance please call me at(225)247-5651 Sincerely.�� �,Jorrathan Gillis / roject Manager Texas Sterling Construction, Co. PAYW(;—RRIDGFF*- LJ(;;V RAK,-Sf,Vvt•R-W7aTER 20,' W FEANIBUSH •itCfH '1'€ iti,ffi'EAA 7707.i-(21 fl�921-9090 - €A (281)821-2995 !II f:ffllilf t�pJ)fli'IIHIiII'f'.iFiflfglY�' .► w Qj {] N 111 N 7 H H N O p N ri eir w u O - N 8 O 04P7 14h YY© Y1 A{atl a w Nca wHww aw aw � w U cage $0 UU egNNW w N N W r xa M R1. iY U 0. m B CL nl G t7 0 � lrJ C! U! U CJ U Jtr U u7 pJ 1, ell r U U L n[ 0. CJ �� 1�. U, cu tf, i6 co fl3 l� w as Jp 0 LJ 1) Ca G7 O tl U {� li In o .a o , e er n w o � id ri t� tv o ri •er r~ � `y Syr cn al �+ C: ILI F CL w W 1!1 ° IL -i tai ° m 1 h M CJ C4 1- Q w 1- 0- t w w - 0 w w W (€3 tu a w p _ 6 � r t n k t 9 U U U Cl U 0 v� W W W LPL W �7 T� W fj z O Q Q l' > o a mm qm� MA IL ti- U. L) U m Ll q, • U N tf) r! ,4 m nl R1 T. igi �1 Q� o n u c7 Cr N 0 (s f 04 h 4Cl Kr O N p ia Cfe Ct) iEi 16 fli 4> 111 4_ ;.a !1: il: 9 li! l'3 CJ 11 •Ja 7 Q L [l W i11 z Z C7 - rl 11.1 0 ] Ili y O I3 - W "� 4 (✓ W w f` LM w cQi[ �J d < Qom. t.l u!LI 171 l9 f1C 0' IL ICI U •t q[ x 11. IIYY i > > U I!1� ul rn 47 1.7 il", to Qi C r, �r ca h Tv ca ra c� .tr m k %l •.n � [.3 .- r! to +1 ui I- m of ra h �.. ra Lehigh Hanson HEIDELBERG C F AAF NT(' .JrOLIP V Aqt! 1311thlill an jw11,11f ill: i v f ms of Sale: NE 1 -10 0AYS ('u11C"_LI 0 %Lit tv_i li IS Lt-C (_I A ti UOI!lk'l' 1`1011JAW F I all dba Go I f CoaSI S J:ab i Ii Zt�cl ?.141t tax ("ricit. I X-A NO f A TOMNIPI.-PROPPR CRFW)�Pil FAS1,fW(Umr. PfF NUAMFr WiM VOW?RoMIE10- RLAW M ff.co,16 1.11:14,11W GiAl CW61 SIABILUIA1 MITI ACF1" 1S6)0 c(A 1C.1 LiOlil. CW11(m, Ovivt. ?O&t(l rl,-RmwS)l Chicw3u. it (10693 1% 77073 Izo: If)-. 7f.-0565948 IV lid,ass purchilsti,t7idat Job Hamer Saws Oljj t 1(!if I I? NEW (,CS" 21 ljojg_U T Cho TA urk Extet,dod I I I E.lil".11" Dk;1te Tickfol d I TVIM Ship to RuIrstoma Null.V 011111JILt ODSCISP111(111 CITY um 011tod.Al"(1tull r I'll UFC!JU PJJCO ...... L—win 1.10 P'll. I W XIA1 WHA Nt, �1 10 3 3/,KOS A ibfK 1011 t•-.l SlaLilrnril wml 2. 3i1l in" -1:jh .411 V.116 413b.-Iij $1c G.-it) Sil,Eel '7 ­01% fWA(Mit'l- 11 fX8,111 ;T, t•)lii S486.40' ------------ 1. .. —I 1J.",if, Ft; tfL till,Wmi•.;�oL funk,In lki.,.Ct,!t tit!1ppllt.,.ILvil nill'! '"'d dii the OLi'lliltililk 1"•;laumiudijum"A A?iv add hi'lliQ(A I'mlls ImOlYK.-A L"4 iMl}t'l:rill 110Hb-i dvanurd lc.6,-.1 wtewfl p.!hereby qbjii,ctud to 1f3111:3 RI:nW Rite Blue BOOk-Meel Tractors-Tractor-Loader-Baclhx s- Caterpillar-416 SERIES II(disc. 1992) ,.<-:r ail ,,:.i::,::<• :=x.L•: Rental Rate Blpe t3ou[t Saf"0Is,% t•l'to Unde1 15'14'to tklder 15' - - �I •�' rbvief Nbd0 olesui UIVa: 4M Loader 13:rcW Capacity.-Heaped: 1.00 Cy H=ake SIVA Extcrudable Net 1+31%apoWev 62.O Oper:dor A:.,tection: maps eitlHt;nL.UL(+4Jles:h,!:I::,r::;Ge_-twral t1,:pose Ia:Itlel h,a:€tt,l If:1Ch11,1!!Inn:'rvL;I if III les;.:III ry Mllri 1 Bale C.ffenraw„RStes: Al':f ays L`se QYrrNI1L Role'r i L'I:MS!�.::epi?:; rHir7A R Ile, a,ual to Ilea rinnti,ty Ownership cost dinPul by 176 p$It:Me lvouri;rst::,:3te9 v pp.r.1Un;1 csr:I- OVrnornbip Costs Estimated OperatiUO Casts F"A Hate Monody Moldy Daily Hourly 1LUUrIy Hourly NWIShed Ralus 52.030A0 S570,00 5145.00 ,22.00 yi7.0€i _ 528.58 Adjustments Rer{ion{Texas;8A.9.;I -$225.33 -$63.27 Siu.fo S2,44 rti4idc1 Y�InI t tan;,} - _ _ QvnersFlip t ion,q - - Operalinll I.tn4"rc I Total: $1,804.67 5506.73 $128.90 $1956 $97.65' �x7.3p ro<IT(%llf=.,ne IP:?lt. ;..n rat•�'•::::,nzr: Tess f.Yalt�a>t L1i.Cr UA netf ' GT.lrlurchil> 100.11 r<. L7en,r.nt E'occotYtart<= Value L?.�prec+:il.ua lu:4 nrrsi,q,i :ifi;:, GIC E::11"!'I t,W:I&[Shp) ,t i,,. 57]l.•ta:17 TJ CTG Ma.20!n1U 5',U F 4'Ct i1JP:SU}f5t1:1i1 514210:= r r:'.. "223.30!IlY3 Fu,•I(elzrratin;rj��?$•1.Yb 5-s:. 89,141111 , � .:,Ilo: : ,;c: .,11 ,. r, .Ins •1 , .- .-;:: .�..,,,,,,nwnr,er_,tr1,rnn,lNa,3n.,Linn rfn'hury-II Yr•f»RF�CI€3Zrtilr,nnr�A,l=9R[;;gir�n[tr+.�INif�nlr 7'rarinrstEsrYh"F�pttld=3ltbsUhTw�e=7'roc;tor-L�adrar-BOrklir>E!s131titftrnLfactur... il9 Inventory Ad.j mmel]ts page 1 of 1 e i' 9 _----_ f ed8y. Jan 27,2012 On Fltgh%V-1y y'frurks Miscellaneous Morlol, size ckme.; 100 VIP A Over 300 HP&Over Configuration for 011-Highway Light duly Truths I'mar tome Oloaol Uat1 Typw r11:1c Conkgur3efan 4X2 Ton Halrr l t tlorsepnw[r 31(9.0 Equipment retails I luipnlent Irj' 4.912 TOIL CREW PICAUP Serial Numt:cr' H)A Year of Manufacture.2009 Notes Fleets. Kevin Judalut Adjustments for 1.112'TON CREW PICKUP in KevinJt.dalei --1 Ronal Rate Blue Boole I Custom Cost tvaivalos' Blue Book Rates OwnersHip Costs Es61natod Operating Cases FHWA Rate hlentllly Wuvkly Daily Hourly Hourly Hourly Publis'too hates' $940 44 S71i5 uo GG.Ut) g 10 00 520 05 S26 IS /adjustments (7axas 91.E,1 -S80 84 422 lit 5r1 {1 as N1.110 Yaal(10011x) r.�f±ei3nnrr I lute' 7ntal: $859.16 52-1..21 560.32 54.i.t s� Bate Element Alloeation rtmela o'ercentailra Value Dapreaaticrf(ovnmslt•p! 55e5 20 Iola Overtatl(ownership) 2r��: S253 801 me :CFC(ownenship) 51/ 'IFIdiiect(u tnler;It:€i! 10% S47 60 r 1110 FUOI toneralmm(�v v,: I t e ^,'�•1 611,1110 lit o^•0 5ti'T rur .Revrseu rnta 2;141 H�If C d i All lntilelyd apex x111 Cat.yrtOnl r•";2f103-2r)E2 f�enrcn 1400!;.1111' All iR-ghts fu'j,.7vr;L Ernac c:ustrrrleesservi� ;�7n_q Ilp;n.ilttrat.p.t;nnr !i7U3if I]fall:Il�Clllkl]Il]C`Ilt4�'tltl ll.C(11]ta'1'1�(j; Mriti IL"'Ll Uil]IwnI.do"itemI(1-527691(S-,fleet]L1=39... 1i27/2012 CH2MHILL TRANSMITTAL Tea: Engineering Services From. CH2MHILL City of Corpus Christi 555 N. Carancahua Tower II, P.O. Box 9277 Suite 310 Corpus Christi, TX. 7840 Corpus Christi, TX. 78401 '1 Attn: Kenneth Kaper Date: March 4, 2013 Re: Kostoryz Road Improvements, Phase 1 from Horne to Sunnybrook Rd. with Brawner Offsite Drainage (8489) We Are Sending Vote: Method of shipment: Attached Under separate cover via Shop Drawings Documents Tracings Prints Specifications Catalogs Copy of letter Other: Quantity Description 4 Change Order No. 11 If the material received is not as listed, please notify us at once. Remarks: For Approval Copy To: Ll(A iy�e`� ke1=w�Y tY