Loading...
HomeMy WebLinkAboutC2015-374 - 8/25/2015 - Approved Change Order No. _9 REV. la Date of Issuance: February 25,2015 Effective Date Project NBWWrP Owner: City of Corpus Christi owners Contract No. 7293 Contract New Broadway Wastewater Treatment Plant Construction Data of Contract:January 25,2010 Contractor. Graham Construction Engineers Project No.: 7648C.20 The Contract Documents are modified as follows upon execution of this Change Order. Description This Change Order is issued to include various changes made to the work during the original contract and to be performed by Graham.The Change Order includes the contractors Change Directives and PCOs as listed in the attached spreadsheet. Attachments: (List documents supporting change): See attached Spreadsheet for contractor's Change Directives 12 and 15,PCOs 81,84,85,86,88,89,90A,908,91,92,X1, X2,X3,X4,X5,X6,X7,X9,X10,X11.and X12 Including descriptions and amounts. Also attached are contractor's supporting documents. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: ❑ Working days X Calendar days Substantial completion(days or ):Ph 1:840 Ph 2: 200 $ 50,456,230.00 / Ready for final payment(days or Cal Ph 1: 900 Ph 2: 260 [Increase][Decrease]from previously approved Change [increase][Decrease] from previously approved Change Orders Orders No. 1 to No._8 No. 1 to No._8 Substantial completion(days): Ph 1: 159 Ph 2: -14 $ 279,191.21 / Ready for final payment(days): Ph 1: 159 Ph 2: -14 _ Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion(days or): Ph 1: 999 Ph 2: 186 ai $ 50,735,421.21 / P Ready for final payment(days or_l: Ph 1: 1059 Ph 2: 246 1(l^ all [Increase)]Decrease]of this Change Order: [Increase][Decrease]of this Change Order: Substantial completion(days on: Ph 1: NA Ph 2: NA t $ 868,515.36 / Ready for final payment(days ora): Ph 1: NA Ph 2: NA tV C1 CO •I A Contract Price Incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion(days or Et Ph 1: 999 Ph 2: 186 \-n f uu n JJ $ 51,403,936.57 Ready for final payment(days o11111b: Ph 1: 1059 Ph 2: 246 -, opZ RECO MENDED: A s ACCEP �. , /� i rn By: �i r AI/l.. • r a.�i4e !fir.-,a Engineer(Authorized Signature) oe (A Sipupyrs) Contractor(ANtwrized Signature) Dirt�r drebr hz l lrfilS p_��5.- Date: 0/ i Ste/4 J Date: t Date:.) Approved by F Iny enc K applicab Data: ��11":1 0 I��Z� `, /_ EJCDC No.C-94I(2002 Edition) Prepared by the Engineers'Joint Contract Documents Committee and endorsed by the [� air. / � r Associated General Cot dors America and the Construction Specifications Institute. ATTEST: � ( Q u` BECCA tiCERTA CI /. 0 p TY • I: ECEIVE 4249-042 2015-374550910 MAY 01 2015 5-1241$ 190130014249EXP 8/25/15 50910 M2015-092 - ,4,v BY. IiA 1 DEXEL Graham Constructionir Attachment to Change Order 9 Rev 1 Listing Applicable PCOs and Descriptions 02-24-15.xlsx Change Order Status Description Amount Paid to Date Remaining Status Area 55(SDB)-Add Carollo requested a Cost Proposal to add the following work to the contract in light fixture,relocate 1 Area 55(SDB).1-Relocate one light in the area of the jib crane(Sheet 55-M- Chan a Directive 12 additional light fixture. 04,Section D). 2-Provide an additional wall mounted light. PCM 44. Change g $6,788.82 $0.00 $6,788.82 I Carollo requested a Cost Proposal to add the following work to the contract in' Areas 22(ECR-1)and 56(ECR-2). Provide 3M Brand Fire Barrier Sealant Areas 22 and 56-Seal FireDam 150+Caulk at the top of the filter room walls to close the air gap. - - Change Directive 15 top of filter room walls. $7,004.38 $0.00 $7,004.38 PCM 45. This is regarding the steel panels for the Administration Building northeast stairway tower. Drawing 61-5-07 Section 19 calls for 20 GA.Galvalume R- Panel at the Admin Stair Tower roof.Specification 07411,2.06 Metal Roof Panels specifies 22GA.Standing Seam panels. Carollo sub LNV advised Admin Bldg Steel Graham to use 22GA standing seam panels with a new screw pattern and PCO 81 Panels $16,021.65 $0.00 $16,021.65 addition of wall studs for attachment. RFI 246. The CM team,contractor,and City Operations personnel met on site at ECR-1 to discuss thelacement of the blower disconnects and p equipment stands at Relocate ECR-1 Blower ECR-1. The group agreed to relocate disconnects and equipment stands to PCO 84 I Disconnects $4,582.16 $0.00 $4,582.16 the opposite side of each blower. PCM 84. The ultrasonic level sensors in the UV structure require a 24VDC power source to send an analog signal back to the controller.The 24 volt power was UT Level Xdcr Analog included on the conduit schedule but the analog signal was not. A two-wire PCO 85 Signal $6,063.571 $0.00 $6,063.57 shielded cable was added to the power supply for correct operation. T The drawings did not detail all locations for the protective coating in the polymer handling areas. The intent was for the coating to be under locations with possibility of polymer spills. Unistrut containment bars were also added Add Coating at SDB to keep the polymer from getting to areas outside of the collection trench. PCO 86 Polymer Containment $11,387.85 $0.00 $11,387.85 Carollo requested a cost proposal to install a dry pipe fire suppression system PCM 48(PCO 88)Fire in the garage area and identify impacts to the fire suppression system. The Suppression Coring @ objective was to reduce ongoing maintenance issues for a wet pipe system in PCO 88 Admin $29,361.20 $0.00 $29,361.20 that environment. RFI 312. ECR 130 Inch Spool Purchase of spool pieces to install in the 30 inch air pipe at ECR 1 in lieu of • PCO 89 Pieces $9,906.94 $0.00 $9,906.94 expansions joints. Electrical reroute @ Move the electrical conduits in the parking area due to height restrictions. All PCO 90A Admin Bldg $103,771.60 $0.00 $103,771.60 identified alternatives to this relocation have been eliminated as possibilities. Page 1 2/24/2015 Attachment to Change Order 9 Rev 1 Listing Applicable PCOs and Descriptions 02-24-15.xlsx Drain line reroute to avoid conflict with fire suppression system. Carollo sub Drain Line reroute and f LNV requested a cost proposal for coring and rerouting of pipes to avoid PCO 90B cores @ Admin Bldg $17,882.07 $0.00 $17,882.07 conflict with the fire suppression system. RFI 301. Graham started work but was requested to not complete it. Includes sunk . . costs to date for pipe fab and fittings,shoring and trench box rental,rental of PCO 91 42"Tie In _$125,000.01 $0.00 $125,000.01 excavator,excavation,rental of crane,etc. Change Directive 21. Power to the roll up doors at the SDB and the headworks was not included in 1 - Motorized Overhead the drawings. Carollo sub Mike Colwell reply gave routing and circuit PCO 92 Doors SDB/HW 1 $27,717.69 $0.00 $27,717.69 connection instructions. RFI 385. This is for additional programming and modifications to the automatic transfer switch in ECR-1 to provide greater exercising functionality. These ATS Mods in ECR-1 for changes were provided by Carollo sub Mike Colwell in the March/April 2014 PCO X1 Generator $55,000.23 $0.00 $55,000.23 time frame. This is to add additional communications in the generator/switchgear interface regarding parameters for auto switch over. In the March/April 2014 meetings on the generator changes related to PCO-X1,including Carollo sub Generator Switchgear Mike Colwell,it was determined this additional connection was required. PCO X2 Communications $15,000.14 $0.00 $15,000.14 There was a mismatch between the NW stair final landing and the achievable ECR-1 Stair Landing I drive elevation to meet drainage requirements. Carollo advised via email that PCO X3 Design $5,000.671 $0.00 $5,000.67 a step be constructed using standard details. Changes to the SCADA programming beyond those originally identified during SCADA Programming I the configuration meetings and witnessed FAT testing in December 2012 and PCO X4 Changes $55,000.28 $0.00 $55,000.28 January 2013. Relocation of SCADA from the temporary location in the old plant to the PCO X5 SCADA Relocation $15,000.50 $0.00 $15,000.50 Administration Building. This is to cover energy costs during the operating phase of the construction. Plant Power Cost l 1The owner is responsible for power costs for the start up and commissioning - PCO X6 during Construction $40,000.43 $0.00 $40,000.43 phases. Specification 01110 Section 1.08E. I The RFI requested CAD drawings for the parking garage area as it was beyond the original scope and the fire marshal was requiring annunciators in the Admin Bldg Parking I garage. Carollo said the system needed to conform to code requirements and PCO X7 Fire Alarm $30,000.57 $0.00! $30,000.57 was the responsibility of the fire system engineer. RFI 393. • Page 2 2/24/2015 Attachment to Change Order 9 Rev 1 Listing Applicable PCOs and Descriptions 02-24-15.xlsx There was a bust in the coordinates of the pipe going from the Ameron to the pump station. This resulted in about a 6'change to the connecting pipe. Field discussions took place between Graham and Carollo at time of PCO X9 RAS Spool Mods $7,475.11 $0.00 $7,475.11 occurrence. This is regarding the attachment of light standards on gratings. Carollo stated • PCO X10 SS Pole Brackets $6,844.15 $0.00 $6,844.15_it would be covered in a change directive. RFI 372. In response to standing rain water on the west deck of ECR-1,Carollo requested installation of deck drains with detailed instructions on how to PCO X11 ECR-1 Deck Drains $14,968.27; $0.00 $14,968.27 install the drains. RFI 370. This is for the temporary pumping of the effluent from the UV in the new PCO X12 Baker Pump Rental $58,737.07 $0.00 $58,737.07 plant to the inlet for the headworks at the old plant during initial startup. Totals $668,515.36 $0.00 $668,515.36 Page 3 2/24/2015 Change Directive 12 Area 55(SDB)-Add light fixture,relocate light fixture. Carollo requested a Cost Proposal to add the following work to the contract in Area 55(SDB). 1- Relocate one light in the area of the jib crane(Sheet 55-M-04,Section D). 2-Provide an additional wall mounted light. PCM 44. • • • a , PROPOSED CONTRACT MODIFICATIONFRE • 6-1 9055 International Plaza,Suite 200 • fort Worth.Texas 76109 • 817-735-7300 • fax 817-735.749] Owner: City of Corpus Christi Date: 9/9/13 Contractor: Graham Construction PCM No: 44 Project Name: New Broadway WWTP Prolect Ref: CD-12 Engineer/CM: Carollo/Freese and Nichols PCM Title: Add and relocate light fixture in area 55 PCM Description: On January 17,2013,Carollo Engineers requested that Graham Construction provide a Cost Proposal to add the following work to the contract in Area 55(sludge Dewatering Building): 1. Relocate the currently installed light in the location of the jib crane(Sheet 55-M-04,Section D)to allow for future installation of the crane. The light should be moved to the left of the column(mounted on the wall)in line and sane height with the column mounted light directly to the north. 2. Provide an additional wall mounted light to the right of the column(mounted on the wall)in line and same height with the column mounted light directly to the north. The Contractor's cost proposal has been reviewed by the CM Team and Owner. Reference the cost summary below and attached change directive for the details of the proposed change to the contract. Construction Manager's Request: - Provide a cost/time proposal for the work described in change directive number 12. - By: Rene Aguilar - Date:1/17/13 Contractor's Response: - Reference attached change directive number 12 pricing breakdown. - Change in Contract Cost: ADD$6788.82 - Change in Contract Time:NO CHANGE IN CONTRACT TIME { RECOMMENDED BY APPROVED BY APPROVED BY Adam Payne,CCM John Crowell,P.E. Govind Nadkarni,P.E. Construction Manager Contractor Owne 171. A ,,yy / 111.)1-11404 :nature Date Si nature Date Signature Date '� • • Carollo Program,Corpus Christi New Broadway WWTP Page I of 1 Change Directive# 12 Carollo Program (+�f 4"if% Corpus Christi New Broadway WWTP Area 55: Relocate & Add Light Fixture Submitted: 02/19/2013 (Intermediate Level) Submitted To: Carollo Engineere,City of Corpus Christi,Coiwell& Associates,Graham Construction,LNV Revision Date: Status: Pending Priority: High Pending On Org: Graham Construction Created By: Carollo Engineers,Rene Aguilar Created: 01/17/2013 Design Clarification: Submitted By Rene Aguilar,Carollo Engineers(01/17/2013): The Contractor Is dkected to provide the following adjustments to the lighting fixtures within Area 65 Sludge Dewatering Building at the intermediate level only: 1.Currently have a light installed in the location of the jib crane(Sheet 55-M-04,Section 0)that will need to be relocated to for the installation of the jib crane.See revised installation location attached. 2.Relocate the above light to the left of the column(mounted on the wall)in line and same height with the column mounted light directly to the north.See revised installation location attached. 3.Provide an additional wall mounted light to the right of the column(mounted on the wall)in line and same height with the column mounted light directly to the north.See revised Installation location attached. The Contractor is requested to provide a Cost Proposal for the above to the CM Team for review. Locations 17-Sludge Dewatering Building References Specification#16500 Lighting Published Drawing#245-554-04 Published Files CD No 12-Area 65 Lights.pdf 1.2 MB Revised Sheet 55-E-05,locations of wall mounted lights in Area 65. hugs://ccnbwwtp.eadocsoftware.cordexportresult.htm?projected=2&reporttype=document&... 6/6/2013 • • • (WRAHAMI August 22, 2013 Freese and Nichols. 945 Resaca Street Corpus Christi,TX 78401 Attention: Steve Eckersley,P.E. RE: New Broadway WWTP;Graham New Broadway response to Change Directive No. 12 Area 55 SDB Relocate and Add Light Fixture SDB intermediate level Mr.Steve Eckersley P.E. Graham has been requested to provide an estimated cost to relocate one light fixture and to provide an additional light circuit and fixture on the intermediate level of the Sludge Dewatering Building. Attached you will find the Graham CD-12 Area 55 Relocate and Add Light Fixture SDB intermediate level estimate along with the details of the Electrical Subcontractor estimate. The estimated cost for this change Is$6,788.82. Please contact me if you have any questions on this matter. Thank you. Sincerely, GRAHAM CONSTRUCTION SERVICES, INC. John Crowell P.E. Sr. Project Manager Site Office: 361-881-1279 Cell:361-446-6430 CC: Greg Ritke,Graham Construction Services, Inc. Patrick Phelps,Graham Construction Services,Inc. Graham Construction Services,Inc. 2995 Lone Oak Circle,Suite 1,Eagan,MN 55121 New Broadway WM7P,Corpus Christi,TX CDI2•Areo 55 Rclocotc-Md tight Fixture SDB intermediate level PCMS: Tax Rate: 3.25% RFPu: Chance Descriaion:CD 12-Arcs 55 Relocate-Add liulu Fixture SOS bus-mediate level Labor Payrol Pvua:n Uo( Av5 crew Total Unit Material Equip Sub Unit Total Taxes& Labor Equipment Descriutionrew -T CM. OM 111 Rate !lours Iloun Unit Prke Unit Prke Price Labor Insurance w/PT1 Material Cost Cost Sub Cost Total Cost _ Exnmsre Preparation I01041651 I HR 30.00 1.00 1.0000 S0.00- $0.00 $0.00 $30.00 $12.00 $42.00 50.00 50.00 $0.00 342.00 - Bodc0 ct Revisions ( 01046201 0 HR- 75.00 0.00 1.00050.00 50,00, 50.00 50.00 I 50.00 50.00 50.00 50.00 50,00 $0.00 !Forman 01041 300„H R 37.50 0.00 1.0000_ 50.00 50.00 1 5.0.00 $0.00 I 50.00 50.00 1 S0.00 50.00 50.00 1 $0.00 - Site Scheduler 0105130 0 HR _ 40.00 1 0.00 1.0000 50.00 $0.00 I 5000 S0.o0 50.00' so.00 i 50.00 50.00 1 50.00 50.00 I 29.10 0.00 I $0.00 $0.00 50.001 S0.00 $0.00 30.00 50.00 I 29.10_ 0.00 � 5.0.00 50.00 60.00 Subcontractor Costs I I 1 29.101 0.00 55.346.00 1- S0.0050.00 60. 001_ 30.00 50.00 50.00 50.00 1 50.00 50.00 S5.346.00 35,346.00 ( 1 29.10_ 0.00I $0.00 $0.00 $0.00 I $0.00 50.00 1 30.00 50.00 { I 29.10 0.00_ +, 50.00 $0.00, 50.00 50.00 ;0.001 $0.00 $0.00 I f i 2210 0.00 50.00 S0.00 60.00 60.00 60.00' So.00 60.00 1 29.10 0.00 50.00 50.00 50.00 60.00 50.00 50.00 60.00 29.10 0.00, 50.00 50.00 1 50.00 60.00` S0.00 1 60.00 I 50.00 1 I1 I 29.10 0.00 50.00 S0.00I 50.00 $0.00 50.001 50.00 50.00 I I 29.10 0.00' I 50.00 I 50.00 I 50.00 30.00 I 30.00 I 30.00 so.o0 1 29.10 0.00 150.00 50.00 50.00 50.00 50.00 60.001 60.00 29.10 0.00 512x.00' S0.00V 50.00+ 50.00 50.00 50.00 50.00 50.00 1 29.10 0.00 50.0050.00 50.00 50.00 50.00 60.00 S0.00 1 229.10 0.00 i f 50.00' 50.00" 60.00 50.00 50.00 50.00 50.00 Fr ieltt: 0197100 1 lea 29.10 0.00 30.00 50.00` 30.00 $0.00 50.00 $0.00 1 S0.00 l 29.10 I 0.00 I 50,00 50.00 50.001 00.00 30.00 $0.00 50.00 Sales Tax on Consumables: j SO 1 I I I 0.00 -' I 1 I 0.00 I I 1 I Subtotal: .1... I- COO- -7'.--- "�--'-.- •._...... -L- _ _- _ . -,.7x .. '2::=642001 _.50:00' - .00.00[5.5346.001- S ,D0 safe:: 1 0161601 1 I I 60.00 _ 05 Small rook I 0152990 I I I S1.05 ! 1 5263 Consumables i 0152903 1" 1 S2.63.1 I 52.63 i I I 55.251 1 55.25 J 50.00 i - - -.���_ _„^'r' - •"S02.00� �Sd93 50.00 55346.00 55.376.43 f L�Subrndc Bond I I 0174400 i 10. , I 1 'Performance&Payment bond I 0174350 1 I I I 534.29 I I SS40.29 !Builders Risk I '01751001 1 I 1 I I I i 640.29 I I 60029 !General Liability Insurance I 1 01752201 I l I I I 1 I I 515.56 1 I S1S.56 1 i I I I l 1 I I 515.56 I 1 slss6 I i Subtawl. - i - I I F _ (. i i 1- - - i i -.- S42.00 1 5921.75[ •50.00 S5 j36.00 '56.309.75- .. ( i I I I I 1 1 1 I I I I Overhead&Profit 1 0192310 _ I 1 f t 5411.06f 5411.56 _Texas Franchise Tas 01760001 {I I I ' 567.22 567.22 I I I I 1 ffI I l I 7 TOTAL: 1 1 1 I 1 1 1 . 1 . - i ' - .I - _ ,'I'' .542.001 51.400.521- 50.00_15,306.00 56.708.82 • • Change Order Request K) S C.O.R.# 180018-0019 KST LLCCTRIC G.C. Date: 6/27/2013 Project Name: 180018 Broadway WWTP Project#: 180018 To: Graham Construction Services,Inc. From: KST Electric Attn:Kevin Riley KST User 2995 Lone Oak Circle,Suite 1 2411 Rand Morgan Road Corpus Christi,TX 78410 Eagan,Mn55121 Phone: (651)687-0648 Fax: (651)687-0947 Phone:(361)248-4901 Fax: (361)248-4906 We hereby propose to make the following changes: Change Directive#12 This price Is for change directive#12.Please note the 4 to 5 week lead time for additional fixture. Exclusions:overtime,paint,taxes,existing conditions of work area,concrete&CMU cut/core/patch. Change Order Price $5,346.00 Original Contract Amount $6,480,000.00 This price is good for 5 days. If conditions change,this price is void. We are requesting a time extension of 42 days in conjunction with this change. KST User 6/27/2013 Author Date Sent El 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 Page 1 of 1 IL1S KST ELECTRIC a subsidiary of Rosendin Electric prof(LC011100.7° CHANGE ORDER SUMMARY SHEET Project Name:Broadway WvVTP Change Description:Change Directive#12 KST Change No.: Date: Taxable:No MATERIAL/QUOTES: Amount Op Rate Extension Subtotals&Totals Material Total: $1,628.18 X 1.0 $1,628.18 Material From T&M Recap Sheet: $0.00 X 1.0 $0.00 Total Quotes: $0.00 X 1.0 $0.00 Total Freight: $0.00 X 1.0 $0.00 SUBTOTAL: $1,628.18 LABOR: Straight-time Labor: 63.00 X $35.02 $2,206.26 Overtime Labor @ time&one half: 0.00 X $57.31 $0.00 Double Time Labor: 0.00 X $74.50 $0.00 Instrumentation Straight Time Labor: 0.00 X $75.00 $0.00 Total Manhours: 63.00 Labor from Time and Material Sheets: #04 r1 s a Labe/Ext from Attachment 0.00 $0.00 General Foreman Straight-time Labor(10%of Man Hrs): 63.00 6.30 General Foreman Straight-time Labor: 6.30 X $57.44 $361.87 General Foreman Overtime Labor(10%of Man Hrs): 0.00 0,00 General Foreman Overtime Labor©time&one half: 0.00 X $79.78 $0.00 General Foreman Double Time Labor(10%of Man Hrs): 0.00 0.00 General Foreman Double Time Labor: 0.00 X $102.12 $0.00 Estimating Time: 0.00 X $71.87 $0.00 Mat.Proc.&Handle(5%of Labor Cost): 2,568.13 X 5.00% $128.41 Update As-Built Dwg's: 1.00 X $59.86 $59.86 SUBTOTAL: $2,756.40 $2,756.40 DIRECT JOB EXP: Consumables/Expendable Tools(6%of Mat.): $1,628.18 X 3.00% $48.85 Drawing Reproduction and or BIM: $0.00 X 1.0 $0.00 Safety @$0.50/MH: 69.30 X $0.50 $34.65 Equipment: $0.00 X 1.0 $0.00 Project Mngmt:5%of Labor: 2,756.40 X 0% $0.00 Total Subcontractors Quotes: $0.00 X 1.0 $0.00 SUBTOTAL Direct Job Exp: $83.50 $83.50 Credit: $0.00 X 1.0 $0.00 $0.00 MateriaiLabor/DJE/Credit SUBTOTAL: $4,468.07 Warranty: $4,468.07 X 0% $0.00 $0.00 SUBTOTAL: $4,468.07 Material Sales Tax @ 8.25%if Project is Taxable: $1,628.18 X 0.00% $0.00 $0.00 Liability/Builders Risk: $4,468.07 X 2% $89.36 $89.36 SUBTOTAL: $4,557.44 MARK-UPS: Overhead/Profit @ 15% $4,557.44 X 15% $683.62 $683.62 SUBTOTAL: $5,241.05 Total Subcontract Values: $0.00 X 1 $0.00 $0.00 Overhead/Profit for Subcontract @% X 15% $0.00 _ $0.00 $5,241.05 SUBTOTAL: $0.00 Bond Premium: $5,241.05 X 2.0% $104.82 $104.82 __l CHANGE ORDER TOTAL: i_35,345.87 �1 Description Quant Trade Price Ur Net Price Labor Unit Total Material Total Hours 1 6"x4"x4" HINGED COVER NEMA 1 1 22.07 E 22.07 1.5 E 22.07 2.63 2 3/4"FORM 9 ALUMINUM L8 CONDULET 2 13.44 E 13.44 0.95E 26.88 3.32 3 3/4"FORM 9 ALUMINUM T CONDULET 1 17.08 E 17.08 1.5 E 17.08 2.63 4 3/4"CLAMP BACK 10 138.52 C 138.52 45 C 13.85 7.88 5 3/4"GRC 1-H STEEL STRAP 10 31.34 C 31.34 6 C 3.13 1.05 6 3/4"MALE UNION 2 19.74 E 19.74 0.75 E 39.48 2.63 7 3/4"ARC(AL) 70 277.27 C 277.27 8.2 C 194.09 10.05 8 3/4"ARC MYERS HUB 2 575.24 C 575.24 30 C 11.5 1.05 9 1/4"SS HEX NUT 25 39 C 39 0 C 9.75 0 10 1/4"SS FLAT WASHER 25 35 C 35 0 C 8.75 0 11 1/4"x2-1/4"SS WEDGE ANCHOR 25 306.81 C 306.81 24 C 76.7 10.5 12 #12 THHN/THWN SOLID(30'EA RED,WHITE,GREEN) 90 261.48 M 261.48 9 M 23.5332 0,81 13#12/3C THHN TRAY CABLE 50 1.041 E 1.041 31.5 M 52.05 1575 14 81-1 YELLOW WIRE CONN 10 13.93 C 13.93 0 C 1.39 0 15 N14/12C TRAY CABLE 30 2.884 E 2.884 21 M 86.52 0.63 16 U2 FIXTURE"CROUSE-HINDS"(VMV7L2TW70F/UNVJ 1 1041.41 E 1041.41 3.13 E 1041.41 3.13 17 RELOCATE LIGHT 2 0 E 0 3.13 E 0 3.13 18 Misc.Rework 2 0 E 0 6 E 0 12 TOTAL: 1628.1832 63.015 I 1 • • Grayten,. 1402 LAREDO STREET CORPUS CHRISTI TX 78401.3138 Phone: 361.888-4123 Fax: 361.886-4199 To: KST ELECTRIC/CCTX-ELE CCTX/ELE Date: 06/12/2013 P.O. BOX 49055 Pro' Name: "U2" FIXTURE SAN JOSE CA 95161 GB Quote #: 218017650 Attn: DEREK DOYLE Valid From: 06/12/2013 Phone: Valid To: 07/12/2013 Fax: Contact: WILLIAM NAUGLE Email: Email: william.naugle@graybar.com Proposal We Appreciate Your Request end Take Pleasure In Responding As Follows Rem Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 EA CROUSE-HINDS VMV6L2TWDM2IUN LT LED VMV6L 314 $1,041.41 1 $1,041.41 1/1 IN WALL VAC GB Part I: 26403993 UPC I: 68227623746 Total In USD (Tax not Included): $1,041.41 F 0 B: 4 WORKING WEEK LEAD TIME -Ms Wane,end essodated euusatkxt dhatpes may bs Matted fa a low monthly payment through Graybar Financial Redoes isubiect to credit approval). For more infarnatico call 1$00.24147408 to speak with a basing speddsl. To lawn more about Oraybar. visit our website at www.graybar.com 24-Hour Emergonoy PhoneD: 1.800-GRAYBAR Strtiaet to Me standard tame end conditions set tooth in tits document. Uriess odterwis,noted.heteht lams ere F.O.B.dipping point prepaid and Oft Udess noted the estimated aide date wa be determined et the time of order plecement. Page 2 of 2 Change Directive 15 Areas 22 and 56-Seal top of filter room walls. Carollo requested a Cost Proposal to add the following work to the contract in Areas 22(ECR-1)and 56 (ECR-2). Provide 3M Brand Fire Barrier Sealant FireDam 150+Caulk at the top of the filter room walls to close the air gap. PCM 45. • f PROPOSED MODIFICATION FREESE M 4055 International Plata,Suite 200 • fort Worth,Texas 76104 • 817-735.7300 • fax 817.735.7441 Owner: City of Corpus Christi Date: 9/9/13 Contractor: Graham Construction PCM No: 45 Project Name: New Broadway WWTP Protect Ref: CD-15 Engineer/CM: Carollo/Freese and Nichols PCM Title: Seal voids between the top of the filter walls and the roof deck in areas 22 and 56 PCM Description: On June 11,2013,Carollo Engineers requested that Graham Construction provide a Cost Proposal to add the following work to the contract in Areas 22 and 56: 1. Provide 3M Brand Fire Barrier Sealant FireDam 150+Caulk at the top of the filter walls between the underside of the roof decking and the top of the CMU walls to close the open gap and prevent air from passing through and bypassing the wall filters.Provide sealant as needed to seal the gaps(seal one side or both sides as needed). 2. Use other 3M Brand Fire Barrier Sealant FireDam 150+products to seal the gaps if larger voids are present as needed to prevent air leaks as intended. 3. Install 3M Brand Fire Barrier Sealant FireDam 150+Caulk in accordance with the provided Specification No.07840. The Contractor's cost proposal has been reviewed by the CM Team and Owner. Reference the cost summary below and attached change directive for the details of the proposed change to the contract. Construction Manager's Request: - Provide a cost/time proposal for the work described in change directive number 15. - By: Rene Aguilar - Date:6/11/13 Contractor's Response: - Reference attached change directive number 15 pricing breakdown. - Change in Contract Cost: ADD$7,004.38 - Change In Contract Time:NO CHANGE IN CONTRACT TIME RECOMMENDED BY APPROVED BY APPROVED BY Adam Payne,CCM John Crowell,P.E. Govind Nadkarni,P.E. Construction Manager - ontractor Owner natur� Date SI nature Date Signature Date ! Carollo Program,Corpus Christi New Broadway WWTP Page 1 of f Change Directive # 16 Carollo Program C c. �►.,.wiih* Corpus Christi New Broadway WWfP Seal Top of Filter Walls In Area 22 and Submitted: 06/11/2013 Area 66 Submitted To: Adam Payne,Caroilo Engineers,Freese&Nichols Revision Date: Status: Pending Priority: Low Created By: Carollo Engineers,Rene Aguilar Created: 06/10/2013 Design Clarification: Submitted by Rene Aguilar,Carollo Engineers(06/10/2013): The Contractor is requested to provide the following installation of sealing material at the tops of the filter wails of Area 22 and Area 56 Filter Rooms as noted: 1.Provide 3M Brand Fire Barrier Sealant FireDam 160+Caulk at the top of the filter walls between the underside of the roof decking and the top of the cmu walls as shown in the attachments to close the open gap and prevent air from passing through and bypassing the wall filters.Provide sealant as needed to seal the gaps(seal one side or both sides as needed). 2.Use other 3M Brand Fire Baffler Sealant FireDam 150+products to seal the gaps if larger voids are present as needed to prevent air leaks as intended. 3.install 3M Brand Fire Barrier Sealant FireDam 150+Caulk in accordance with the provided Specification No.07840 as attached. 4.Contractor to provide cost and time impacts to the CM Team for review and discussion prior to proceeding with the installation. Locations 10-Switchgear/ECR-1/Aeration Basin/Blower Building . 18-ECR-2/Aerated Sludge Basin/Blower Building References Specification#07020 Interior Joint Sealants Published (Reference Only) Drawing#170-22-S-01 See revised attachment Published Drawing#260-56-S-01 See revised attachment Published Files 07840-Firestopping rev 1.pdf 20.00 KB Caulking material Specification No.07840. CD 15 Area 22.pdf 593.93 KB Area 22 Filter Wall Seal Locations. CD 15 Area 56.pdf 413.28 KB Area 56 Filter Wall Seal Locations. { https://cenbwwtp.eadocsoftware.com/exportresult.htm?projectid=2&reporttype=document&docu... 8/19/2013 SECTION 07840 FIRESTOPPING PART 1-GENERAL 1.01 SECTION INCLUDES A. Fireproof firestopping and firesafing materials and accessories. 1.02 RELATED SECTIONS A. See construction drawings B. Section 07815—Sprayed-on Fireproofing 1.03 REFERENCES STANDARDS(Latest Edition) A. ASTM E84-Test Method for Surface Burning Characteristics of Building Materials. B. ASTM E119-Method for Fire Tests of Building Construction and Materials. C. ASTM E814-Test Method of Fire Tests of Through-Penetration Firestops. 1.04 PERFORMANCE REQUIREMENTS A. Fireproofing Materials: ASTM E119 and ASTM E814 to achieve a fire rating as noted. 1.05 DEFINITIONS A. Firestopping: A material,or combination of materials,to retain the integrity of time-rated construction by maintaining an effective barrier against the spread of flame,smoke,and gases. It shall be used in specific locations as follows: 1. Duct,cable,conduit,and piping penetrations through floor slab end through time-rated partitions or fire walls. 2. Openings between floor slabs and curtain walls,including Inside hollow curtain walls at the floor slab. 3. Penetrations of vertical service shafts. 4. Openings and penetrations in time-related partitions or fire wails containing fire doors. 5. Locations where specifically shown on the Drawings or where specified in Schedule of this Section. 1.06 SUBMITTALS A. Product Data: Provide data on product characteristics,performance and limitation criteria. B. Manufacturer's Installation Instructions: Indicate preparation and installation instructions. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications:Company specializing in manufacturing the products specified in this Section with minimum three years experience. B. Installer Qualifications:Company specializing In performing the work of this Section with minimum 3 years experience and approved by manufacturer. 07840-1 1.08 REGULATORY REQUIREMENTS A. Conform to applicable code for fire resistance ratings and surface burning characteristics. B. Provide certificate of compliance from authority having jurisdiction indicating approval of combustibility. 1,09 ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when temperature of substrate material and ambient air is below 80 degrees F. B. Maintain this minimum temperature before,during,and for 3 days after Installation of materials. C. Provide ventilation In areas to receive solvent cured materials. 1.10 SEQUENCING A. Sequence Work to permit firestopping materials to be installed after adjacent and surrounding work is complete. 1.11 WARRANTY A. Correct defective Work within a two-year period after Date of Substantial Completion. 1. Include coverage for fireproofing to remain free from cracking,checking,dusting, flaking,spelling,separation,and blistering. 2. Reinstall or repair failures that occur within warranty period. PART 2-PRODUCTS 2.01 MANUFACTURERS A. 3M Contractor Products,Product: Firestopping Materials. B. Substitutions:Under Special Provisions requirements. 2.02 MATERIALS A. Firestopping Material shall constitute on or more of the following products,or equal: 1. 3M Brand Fire Barrier Sealant FD 150+Caulk. B. Other Requirements 1. Durability and Longevity: Permanent. 2. Side Effects During Installation: Non-toxic. 3. Long Term Side Effects: None. C. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces. 2.03 ACCESSORIES A. Dam Material: As instructed by manufacturer. B. Retainers: As instructed by manufacturer. PART 3-EXECUTION 3.01 EXAMINATION A. Verify site conditions. 07840-2 • • B. Verify that openings are ready to receive the Work of this Section. 3.02 PREPARATION A. Clean substrate surfaces of dirt,dust,grease,oil,loose material,or other matter which may affect bond of firestopping material. B. Remove Incompatible materials which affect bond. C. install backing materials to arrest liquid material leakage. 3.03 APPLICATION A. Apply primer and materials in accordance with manufacturer's instructions. B. Apply firestopping material in sufficient thickness to achieve rating to uniform density and texture. C. Install material at walls or partition openings which contain penetrating sleeves,piping, ductwork,conduit and other Items requiring firestopping. 1. Remove dam material after firestopping material has cured. 3.04 CLEANING A. Clean Work under Special Provisions requirements. B. Clean adjacent surfaces of firestopping materials. 3.05 PROTECTION OF FINISHED WORK A. Protect finished work. B. Protect adjacent surfaces from damage by material Installation. 3.08 FIELD QUALITY CONTROL A. Examine firestopped areas to ensure proper installation prior to concealing or enclosing firestopped areas. B. Areas of work shall remain accessible until inspection(and approval)by the applicable code authorities. 3.07 SCHEDULES A. Location:All—2 hours END OF SECTION 07840-3 • ORA IFIIW " August 21,2013 Freese and Nichols. 945 Resaca Street Corpus Christi,TX 78401 Attention:Steve Eckersley, P.E. RE: New Broadway WWTP;Graham New Broadway response to Change Directive No. 15 Seal Top of Filter Walls In Area 22 and Area 56 Mr. Steve Eckersley P.E. Graham has been requested to provide an estimated cost to Seal Top of Filter Walls in Area 22 ECR1 and Area 56 ECR2. Attached you will find the Graham CD-1S Seal Top of Filter Walls in Area 22 and Area 56 estimate.The estimated cost for this change is$7,004.38. Please contact me if you have any questions on this matter. Thank you. • Sincerely, GRAHAM CONSTRUCTION SERVICES, INC. (.11-44-6.1-de John Crowell P.E. Sr. Project Manager Site Office:361-881-1279 Cell: 361-446-6430 CC: Greg Ritke,Graham Construction Services, Inc. Patrick Phelps,Graham Construction Services, Inc. Graham Construction Services,Inc. 2995 Lone Oak Circle,Suite 1,Eagan,MN 55121 New Broadway WWTP,Corpus Christi,TX CD-15 Seal Ton or Filter Walls in Arca 22 and Arca 55 Estimate PChld: Tar Rate: S.25% RFP&: Chance Description:SenlToo of Filter Walls in Arca 22 and Ars 55 I Labor Payrol 1../or An crew Total Unit .Material Equip Sub Lina Total Tascs& Labor Desert'Aims c. Ory' M Rate+rte,,,,. ate Hours Hours Omit Pries List PaEquipment Pisco Labor Insurance wIPTI Ittaterial Cost Cost Sub Cost Total Cost 'Estimate Prenartion Ir 0104165 1 HR I 30.00 1.00 1.0000 50.00 50.00 50.00 I530.00 1 $12.00 542.00 50.00 50.001 50.00 042.00 lBudeet Revisions 01046201 0 HR I 75.00 I 0.00 1.0000 50.00 50.00 S0.00 50.00 50.00 50.00 50.00 50.00 1 50.00 50.00 'Forman 0104130 301HR 37.501 30.00 1.0000 $0.00 00,00 S0.00 S1.125,00 0450.0075.001 50.00 30.001 S0.00 75.00 -1Sitc Schodnlcr 0105130 0 HR 40.00 0.00 1.0000 I 50.00 50.00_ S0.00 50.00 50.00 I 51,550.00W 50.00 5x0.00 50.00 I 51.550.00 I I I 29.10 0.00 I L I 00.00 $0.001 $0.00 50.00 S0.00 50.001 50.00 I 29.10 0.00 I 1 - I I 50.00 50.00 50.00 I+ 00.00 50.00" 50.00 I 50.00 1 1 29.10 0.00 I 50.00 50.00 50.00 50.00 1 50.00 50,00 I $0.00 I 1 29.10 0.00 I 50.00 50.00 50.0050.00 50.00 50.00 50.00 `Ara 22 ECRI 3 man crew I 29.10 30.00 1 I 0073.00 5349.20 SI 222.20 50.00 50.00 50.00 51.222.20 1 I 29.10 0.00 1 1 50.00 50.001 $0.00 50.00 I 50.00 60.00 S0.00 'Arca 56 ECR2 3 man crow I 3 29.10 30.00 I I _ I _ 0073.00 5349.20 I 51.222.20 50.00 S0.00 50.00 01,222.20 29.10 0.00 50.00 50.001 00,00 50.00 50.001 S0.00 50.00 3M FireSmn 150+/liner mall ( I 29.10 0.00 51.00)0.00 t 50.00 50.00 50.00 51.000.00 50.00 $0.00 $1,000.00 I I 29.10 0.001 I 50.00 50.00 50.00 50.00 $0.00 $0.00 I 00.00 I 29.101 0.001 I 1 $0.00 50.00- 50.00 50.00 50.001 00.001 60.00 I 29.101 0.001 I I S125.00I S0.00 50.00 50.00 I 50.00 50.001 50,00 I 50.00 I I I I I 29.10 0.00 I 1 50.0050.00 60.00 1 $0.00 1 60.00 I S0 00 I 50.00 1 29.10 0.00 1 _ S0.00' 60.00 S0.00 1 00.00 S0.00 50.00 I S0.00 Frcieht: 0197100 I ca 29.10 0.00 1 S0.00 50.00 50.00 50.00 50.00 50.00 I 50.00 I 29.10 _ 0.00_ I I $0.00 $0.00 50.00 50.00 $0.00 50,00 50.00 Salee Tac on Concmunables: SO l _ 0.90 1 1 - 50.00 50.00 I I 0.00 I 1 I I I ~Subtotal: 1 91.001 I I I I 1 1 54.061.401 01.000.00 .50.00 0,00 I 05,0)61.40 1 I fi I I I I 1 1 SO00 " 1 Safety A 10151301I ( 1 ' I ( 1 6101,54 I $101.54 I ISmall tools I 1 0152990 1 I 1 1 I I $253.34 I 5253.34 1Consumahl c. I 10152903 I I 1 1 1 1 0507.63 I 0507.6$ 1 I I 1 I i I I 1 1 I I 60.00 Soho.-r1: I _ S:061:40 I" $1,063.05 1 .S0.00 1 - 50.00 . 55.924.45 ISubtmde Bond I 0174400 1I I 50.00 $0.00 (Performance&Puvn ent Bond I 0174350 1 1 I I $30.51 I $33.51 -1Buildcrs Risk --1 0175100 I I I 1 I I 549.77 I 549.77 ICcneral Liability insurance I 0175220 1 I I I 1 I I I I I $17.74 I I $17.74 1 I I I 1 I i 1 4 ISubtelsi. ( I ( I ' 1 . i . 04.061.40 51,969.06 .50.001 S0.00 06,03046 I I I I I lOverhead&Profit 0192310 l 1 I I 5904.57 I 5904.57 Toms Frnncnist Tns I 0I76000 I I ) S69.35 S69.35 ('TOTAL' 1 I 1 I 1 ± I 1 1 1 03.061.40.1. . 52.942.98_ 50.00 1 50.00 1 57.004.33 • PCO81 Administration Building Steel Panels This is regarding the steel panels for the Administration Building northeast stairway tower. Drawing 61- S-07 Section 19 calls for 20 GA.Galvalume R-Panel at the Admin Stair Tower roof.Specification 07411, 2.06 Metal Roof Panels specifies 22GA.Standing Seam panels. Carollo sub LNV advised Graham to use 22GA standing seam panels with a new screw pattern and addition of wall studs for attachment. RFI 246. r New Broadway R'WI?,Corpus Christi,TX PCO# PCM4: Tax Rate: 8.25% RFP#: Consumables Change Desenption: Labor Payrol Uof Ay:crew Total Unit Material Equip Total Taxes& Labor Equipmen Description ,.,....T r.M,e..c.t Qev M Rate Hours Hours _ Unit Price Unit Price Sub Unit Prier Labor Insurance w/PT1 Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 2 HR_ 30.00 2.00 1.0000 $0.00 $0.00 $0.00, $60.00 $24.00 $84.00 $0.00 $0.00 $0.00 $84.00 _Budget Revisions 0104620- 2 HR 75.00 2.00 - 1.0000 $0.00 $0.00 $0.00 S150.00_ $60.00 $210.00 $0.00 50.00 $0.00 $210.00 _Forman 0104130 2 HR 37.50 2.00 1.0000 $0.00 5000 50.00 875.00 $30.00 $105.00_ $0.00 $0.00 $0.00 5105.00 Site Scheduler 0105130 t HR 40.00 1.00 1.0000+ S0.00 1 80.00 50.00 540.00 $16.00 $56.00 $0.00 $0.0050.00 556.00 _ 29.10 0.00 j $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 S0.00 50.00 50.00 Stair Tower-Porch Root structural steel mods 1 29.10 0.00 _ $6,555.00 S0.00 $0.00 S0.00 50.00 $0.00 56.555.00 56.555.00 I6in vs 36in Panel install 1 29.10 0,00 $3,656.25 $0.00 $0.00 $0.00 $0.00 $0.00 $3,656.25 $3,656.25 Re-engineering and redesign mods to shop dwes 1 29.10 0.00 $2,000.00 $0.00 $0.00 $0.00 $0.00 S0.00 $2,000.00 52,000.00 29.10 0.00 [ $0.00 $0.00 $0.00 50.00 50.00 $0.00 50.00 29.10 0.00 I $0.00 $0.00 $0.00,_ $0.00 50.00' $0.00 $0.00 29.10 0.00 _ $0.00 $0.00 $0.00 50.00 S0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 50.00 $0.00_ 50.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 S0.00 50.00 S0.00 S0.00 $0.00 _ _ 29.10 0.00 $0.00 $0.00 50.00 S0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 _ $0.00_ $0.00 $0.00 29.10_ 0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Freieht: 0197100 I en 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00+ $0.00 $0.00 29.10 0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 Sales Tax on Consumables: SO , 0.00 $0.00 $0.00 0.00 Subtotal: 7.00 $455.00- 50.00 $0.00 $12.211.25 512.66625 _ _ 50.00 Safety 0151501 S11.38 S11.38 Small tools 0152990 _ _ 528.44 $28.44 Consumables 0152903 $56.88 S56.88 50.00 Subtotal: $455.00 $96.69, $0.00_ 512211.25 512,762.94 Subtrade Bond 0174400 $1,831.69 51,831.69 Pcrfonnance&Payment Bond 0174350 $94.87 $94.87 • Builders Risk 01751005122.59 S122.59 General Liability Insurance 0175220 $43.70 r $43.70 , Subtotal: $455.00 82,189.53 S0.00,, 51221125 514,855.78 Overhead&Profit 0192310 _ 51,00724 51.007.24 Texas Franchise Tax 0176000 $158.63 $158.63 TOTAL: _ _ _ I S455.00_ 53.355.40_ 50.00_ $1221125 816.021.65 • • McNiel Roofing & Sheet metal, Inc. dba McStill Construction P.O. Box 33313 San Antonio, Texas 78265 210-653-4636 fax 210-653-4087 July 2,2013 Graham Construction Services, Inc. 2995 Lone Oak Circle,Suite 1 Eagan, MN 55121 Ref: NBWWTP 945 Resaca Street Corpus Christi,Texas 78401 ADDITION TO CONTRACT Redesign for modification to support structure on the Stair Tower and Porch Roof on side of building. Quantity Description Amount 1180 ft Hat Channel $1,950.00 Labor 36 Crew Hours $2,340.00 80 ft 2x12 and fasten $304.00 Labor 10 Crew Hours $650.00 SUBTOTAL $5,244.00 OVERHEAD(15%) $786.60 PROFIT(10%) $524.40 TOTAL $6,555.00 McNiel Roofing & Sheet metal, Inc. dba McStill Construction P.O. Box 33313 San Antonio, Texas 78265 210-653-4636 fax 210-653-4087 July 2, 2013 Graham Construction Services, Inc. 2995 Lone Oak Circle,Suite 1 Eagan, MN 55121 Ref: NBWWTP 945 Resaca Street Corpus Christi,Texas 78401 ADDITION TO CONTRACT Additional labor to install 16" Panel in lieu of 36" Panel. Quantity Description Amount Labor 45 Crew Hours $2,925.00 SUBTOTAL $2,925.00 OVERHEAD(15%) $438.75 PROFIT(10%) $292.50 TOTAL $3,656.25 McNiel Roofing & Sheet metal, Inc. dba McStill Construction P.O. Box 33313 San Antonio, Texas 78265 210-653-4636 fax 210-653-4087 July 2,2013 Graham Construction Services, Inc. 2995 Lone Oak Circle,Suite 1 Eagan, MN 55121 Ref: NBWWTP 945 Resaca Street Corpus Christi,Texas 78401 ADDITION TO CONTRACT Re-Engineering and Shop Drawings for the redesign for modifications to support structure. SUBTOTAL $2,000.00 TOTAL $2,000.00 PCO 84 Relocate ECR-1 Blower Disconnects The CM team,contractor,and City Operations personnel met on site at ECR-1 to discuss the placement of the blower disconnects and equipment stands at ECR-1. The group agreed to relocate disconnects and equipment stands to the opposite side of each blower. PCM 84. • PROPOSED MODIFICATIONFREESE G� 1 ° ► .1055inlemationali'Ia7% suit: Ing) . f.;• .,'eth. icr, /Hi?, • H17 !i' 71011 • f,,817 73'. 7 i ile Owner: City of Corpus Christi Date: 9/9/13 _ Contractor: Graham Construction PCM No: 47 Project Name: New Broadway WWTP Project Ref: PCO-84 Engineer/CM: Carollo/Freese and Nichols PCM Title: Purchase of two air piping restrained couplings PCM Description: The CM team,Contractor and City Operations personnel met onsite in ECR1 to discuss the planned placement of the blower disconnects and equipment stands. As a result of the discussion,the group agreed to relocate the disconnects and equipment stands to the opposite side of each blower. The Contractor's cost proposal for the work described above has been reviewed by the CM Team and Owner. Reference the cost summary below and attached PCO-84 detailing the additional cost. Construction Manager's Request: • Provide a cost time proposal for the work detailed above. - By:Adam Payne - Date: 10/10/13 Contractor's Response: - Reference attached PCO-84. - Change in Contract Cost: ADD$4,582.16 - Change in Contract Time:NO CHANGE IN CONTRACT TIME RECOMMENDED 13Y APPROVED 13Y APPROVED) BY ` Adam Payne,CCM John Crowell,P.E. Govind Nadkarni,P.E. Construction Manager Cot}tractor Owner 5 126-e.�/ ` G� Y�u v�3i/ , c Matv...,,ek0///) !1_ Signature Date Si:nature Date Signature -- Date °Pi 1L3 New Broadway WWTP,Corpus Christi,TX PCO° 84 Relocate Disconnects and Equipment Stands Blower in ECR-I PCMk: 2F k: TaxRate. 5._5% Chane Description: 1 I 1 Labor Payroi IF,,,K,;,,,, Uof AVO crew Total Unit Material Equip Sub, , Total Taxes& Labor !,Equipmcn Description ......T C.d. Ory M Rate I Hours Hours . Unit Price Unit rrtce Price _ Labor _Insurance1 w/PTI Slaterial Cost t Cost Sub Cost ( Total Cost Estimate Prcparatinn 10104165 1 HR 30.001 1.00 1.0000 $0.00 $0.00 $0.00 $30.00 S12.00 $42.00 $0.00,, 50.00 50.00 542.00 rBudect Revisions . 1 0104620 I HR 1_ 75.00 1.00 1.0000 50.00 $0.00_ $0.00 $75.00 $30.00 $105.00 $0.00 $0.00 1 50.00 5105.00 �Ponnan I (0104130 4 HR 37.50 4.00 .0000 50.00 $0.00_ $0.00 $150.00 $60.00 $210.00 $0.00 $0.00( 50.00_ S210.00 1Si1c Scheduler 1 10105130 0 HR 1 40.00_ 0.00 1.0000 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 50.00 SO 00 j 50.00 $0,00 I 1 29.10 0.00 " 1 I 50.00 $0.00 $0.00 50.00; 50.00 1 50.00( so.CR _ ! I _29.101 0.00 $0.00 $0.00 $0.00( S0.00( $0.00 j S0.00 'Relocate Diseonne�nss Equip I I ' ( $000 Stands I _ 1 101 29.10 0.00 $3 224.00_, $0.00 $0.00 $0.00 50.00 50.00 53 234.00 53,234.00 1 I 1 29.10_ 0.00_ 1 1 50.00 50,00 1 50.00+ $0.00 . 50.001 $0.00 j $0.00 1 1 1 29.10 0.00 - I 1 j 50.00 1 S0.00 S0.00 $0.00 S0.00 1 S0.00 j $0.00' 1 I 29.10, 0.00 1 I I SD.00 1 $0.00__ $0.00 $0.00 1 $0 00 1 50.00 L So.00 [ I i 29.10 I 0.00 ll i $0.00 $0.00 50.00' $0.00 50.00 I $0.00 J 50.40' . j 29.14r 0.00 1 i $0.00' $0.00 50.00! $0.00 50.001' 50.001 50.00 I } 1 I 29.100.00 1 j $0.00 $0.00 $0.001 $0.00 50.001 50.00 50.00 1 I 9.14 0,00 I 1 I $0.00 $0.00 50.001 $0.00 $0.00 50.00 $0.00 I 29.10' 0.00 29.10 0.00 1 1 I $0.00 $0.00 I $000 50.00 $0.00 $0.00 $0.S0.00$0.001 $0.00 j 50.00 50.00 $0.00 $0.00 j 5000' I 29.10 0,00_ I j 50.00 50.004 50.001 x0.00 so 00 $0.00 $0. 29.10 0.001 I J 50.00 $0.00 50.001 50.00 $0.001 $0.00 50.0. 000 0197100 ca 1 29.10_ 0.00 j_ i 1 $0.00 1 50.00 $0.00 1 50.00, 50.001 50.00 $0.00 29.10 0.00 I I 1 $0.00 50.00 " 50.00 S0.00 50.00 00.00 50.00 (Sales Tax on Consumables: S0 I 0.00 I 1 $0.00 $0.00 0.00 1 ! I I 1 1 iSubtotai: I 6,00 I I $357.00 j 50.00 50.00 53.234.00 53.591.00 • [ 1 � _ySalets j 0151301 I 50,00 I 1 1 $3.93 $3.93 Small tools _ 0152990 I 1 1 522.31 S22.31 j 01529031 I 544.63 1 1 544 I I 544.63 ' I I 1 $0.00 �Stibtrual: I I 1 I , $357.00 $75.061 $0.00 $3,254.001 53.666.36 1 I i [Subirade Bond 0174400{' 1 I 5485.10 1 $455.10 1 Performance&Payment Bond 10174350! ! J 526.99 I Builders Risk I 0175100. IS_26,99 General Liability Insurance 01752201 1 $34.43 $32.43 • 1 I 1 1 St243 1 I 512.4: _ 1 1 1 1 Subtotal: 1 11 5357.00 S635.26 50.001 5+234.00 S4,226.26 1 L j 1 I I _Overhead S Profit i 01923101 I 11 i 5310.54( 1 I 5310.54 I I 1Teras franchise Tax I U17G000I 1 I 1 I 545.37 ( 515.17 tI TOTAL. I i_ i 1 i ( 1 I $357.00_ S991.16 1 50.00 _ $3.'_34.00 54.532.16" • PCO 85 UT Level Transducer Analog Signal The ultrasonic level sensors in the UV structure require a 24VDC power source to send an analog signal back to the controller.The 24 volt power was included on the conduit schedule but the analog signal was not. A two-wire shielded cable was added to the power supply for correct operation. • • • 1 (GRAHAM October 30, 2013 Freese and Nichols. 945 Resaca Street Corpus Christi, TX 78401 Attention: Steve Eckersley, P.E. RE: New Broadway WWTP; Graham New Broadway request for Direct/Indirect Costs Mr. Steve Eckersley P.E. In accordance with the requirements of General Conditions Article 10, Graham Construction Services is providing written notification of a cost and time impact associated with the requirement for additional electrical wiring not shown on the engineering drawings. The ultrasonic level sensors in the UV structure (BRD-SEF-LIT13, 23, 33) require a 24VDC power source and send an analog signal back to the controller proportional to the water level in the channel. The 24 volt power was included on the conduit schedule (Conduits 13101, 13102, 13103), but the analog signal was not. A two-wire shielded cable is needed in addition to the power supply in order for correct operation. • The initial GC/Subcontractor estimate for this work is approximately $6,063.57 for this additional work. We will advise Freese and Nichols, regarding the actual impact costs once they are known. Graham will request to be reimbursed for all direct cost due to this change. Please contact me if you have any questions on this matter. Thank you. Sincerely, GRAHAM CONSTRUCTION SERVICES, INC. John Crowell P.E. Sr. Project Manager Site Office: 361-881-1279 Cell: 361-446-6430 CC: Greg Ritke, Graham Construction Services, Inc. Patrick Phelps, Graham Construction Services, Inc. Graham Construction Services, Inc. 2995 Lone Oak Circle, Suite 1, Eagan, MN 55121 New Broadway WWTP,Corpus Christi,TX PCO# 85 UT Transducers level sensors-analog signal cable PCM#: Tax Rate: 8.25% RFP#: Change Description: Labor Payrol r„eett,,, Uof Avg crew Total Unit Material Equip Sub toot Total Taxes& Labor Equipmen Description ...�.-i c.,tr Qty M Rate Hours Hours Unit Price Unit Price Price Labor Insurance w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 I HR 30.00 1.00 1.0000 $0.00 $0.00" S0.00 $30.00 $12.00 $42.00 $0.00 $0.00 $0.00 $42.00 Budget Revisions _0104620 I HR 75.00 1.00 1.0000 $0.00 $0.00 $0.00 $75.00 $30.00 $105.00 S0.00 $0.00 $0.00 $105.00 Forman 0104130 4 HR 37.50 4.00 1.0000 $0.00 $0.00 $0.00_ $150.00 S60.00 $210.00 $0.00 $0.00 $0.00 $210.00 - Site Scheduler 0105130 0 HR 40.00 0.00„, 1.0000 $0.00 $0.00 S0.00 $0.00 50.00+ $0.00_ $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 S0.00 50.00 $0.00 $0.00 $0.00 S0.00 29.10+ 0.00 _ $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 Install signal cable for three UT level sensors in LV I lot 29.10_ 0.00_ $4.411.00 $0.00 $0.00 S0.00 $0.00_ $0.00 54,411.00 $4,411.00 29.10 0.00 $0.00 $0.00 $0.00 80.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00_ S0.00 $0.00 _ $0.00 $0.00 S0.00 29.10 0.00 _ , $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.0050.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 V $0.00 50.00 $0.00 $0.00+ $0.00 $0.00 29.10 0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 1 $0.00 $0.00 50.00 50.00 80.00 $0.00` $0.00 29.10 0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 29.10 0.00 � $0.00 50.00 50.00 50.00 $0.00` $0.00 $0.00 0197100 ca 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 " $0.00 $0.00 50.00 $0.00 $0.00 $0,00 $0.00 Sales Tax on Consumables: $0 _ 0.00 $0.00 $0.00 0.00 Subtotal: 6.00" $357.00 50.00 50.00 54,411.00 84,768.00 . $0.00 Safety 0151801 58.93 _ $8.93 Small tools 0152990 - $22.31 $22.31 Consumables 0152903 $44.63 $44.63 $0.00 Subtotal: $357.00 $75.86 S0.00" $4,411.00 $4,843.86 Subtrade Bond 0174400 $661.65 $661.65 Performance&Payment Bond 0174350 _ $35.79 1 $35.79 Builders Risk T 0175100 $4625 $46.25 General Liability Insurance 0175226 $16.43 $1648 Subtotal: 5357.00 $836.03 $0.00 S4,411.00 $5,604.03 Overhead&Profit 0192310 $399.50 $399.50 Texas Franchise Tax 0176000 $60.04 $60.04 TOTAL: _ - S357.00 51.295.57 $0.00 84.411.00 $6.063.57 Change Order Request C.O.R.# 180018-0023 KI : �� G.C. # KST EI,ECTRIC Date: 10/28/2013 Project Name: 180018 Broadway WWTP Project#: 180018 To: Graham Construction Services, Inc. From: KST Electric Attn: John Crowell Dustin Doyle 2995 Lone Oak Circle, Suite 1 2411 Rand Morgan Road Corpus Christi,TX 78410 Eagan , Mn 55121 Phone: (651)687-0648 Fax: (651)687-0947 Phone:(361)248-4901 Fax: (361)248-4906 We hereby propose to make the following changes: UV Ultrasonic Transducer This price is for adding Shielded Cable to each of the three Vendor Furnished Transducers at the UV Channels back to the UV Controller in ECR-3. Exclusions: patching of any concrete, paint, existing conditions of work areas, overtime. Please send written Notice to Proceed and Approval of Price for work to begin. Change Order Price $4,411.00 Original Contract Amount $6,480,000.00 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. Dustin Doyle 10/28/2013 Author Date Sent El 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 Page 1 of 1 IKLJS KST ELECTRIC a subsidiary of Rosendin Electric K8T ELEpTHIO,LTD CHANGE ORDER SUMMARY SHEET Project Name:Broadway WWTP Change Description:UV Ultrasonic Transducers KST Change No.: 180018-0023 Date: 28-Oct-13 Taxable: No MATERIAUQUOTES: Amount Op Rate Extension Subtotals&Totals Material Total: $883.58 X 1.0 $883.58 Material From T&M Recap Sheet: $0.00 X 1.0 $0.00 Total Quotes: $0.00 X 1.0 $0.00 Total Freight: $0.00 X 1.0 $0.00 SUBTOTAL: $883.58 LABOR: Straight-time Labor: 65.58 X $36.26 $2,377.93 Overtime Labor @ time&one half: 0.00 X $57.31 $0.00 Double Time Labor: 0.00 X $74.50 $0.00 Instrumentation Straight Time Labor: 0.00 X $75.00 $0.00 Total Manhours: 65.58 Labor from Time and Material Sheets: is of Hrs&Labor Ext from Attachment 0.00 $0.00 General Foreman Straight-time Labor(10%of Man Hrs): 65.58 6.56 General Foreman Straight-time Labor: 6.56 X $57.44 $376.69 General Foreman Overtime Labor(10%of Man Hrs): 0.00 0.00 General Foreman Overtime Labor @ time&one half: 0.00 X $79.78 $0.00 General Foreman Double Time Labor(10%of Man Hrs): 0.00 0.00 General Foreman Double Time Labor: 0.00 X $102.12 $0.00 Estimating Time: 0.00 X $71.87 $0.00 Mat. Proc.&Handle(5%of Labor Cost): 0.00 X 5.00% $0.00 Update As-Built Dwg's: 1.00 X $59.86 $59.86 SUBTOTAL: $2,814.48 $2,814.48 DIRECT JOB EXP: Consumables/Expendable Tools(6%of Mat.): $883.58 X 3.00% $26.51 Drawing Reproduction and or BIM: $0.00 X 1.0 $0.00 Safety @$0.50/MH: 72.14 X $0.50 $36.07 Equipment: $0.00 X 1.0 $0.00 Project Mngmt:5%of Labor: 2,814.48 X 0% $0.00 Total Subcontractors Quotes: $0.00 X 1.0 $0.00 SUBTOTAL Direct Job Exp: $62.58 $62.58 Credit: $0.00 X 1.0 $0.00 $0.00 Material/Labor/DJE/Credit SUBTOTAL: $3,760.64 Warranty: $3,760.64 X 0% $0.00 $0.00 SUBTOTAL: $3,760.64 Material Sales Tax @ 8.25%if Project is Taxable: $883.58 X 0.00% $0.00 $0.00 Liability/Builders Risk: $3,760.64 X 2% $75.21 $75.21 SUBTOTAL: $3,835.85 MARK-UPS: Overhead/Profit @ 15% $3,835.85 X 15% $575.38 $575.38 SUBTOTAL: $4,411.23 Total Subcontract Values: $0.00 X 1 $0.00 $0.00 Overhead/Profit for Subcontract @% X 15% $0.00 $0.00 $4,411.23 SUBTOTAL: $0.00 Bond Premium: $4,411.23 X 1.0% $44.11 $44.11 CHANGE ORDER TOTAL: I $4,455.34 Description Quantity Trade Price Price Unit Net Price Labor Labor Unit Total Material Total Hours GRS 1/2"1"/# 6 CW GRD CLAMP 3 850.88 C 850.88 1.4 E 25.53 4.2 3/4"ARC(AL) 60 277.27 C 277.27 0.096 E 166.36 5.77 1"ARC(Al) 10 401.31 C 401.31 0.105 E 40.13 1.05 1"AL LOCKNUT 2 159 C 159 0.07 E 3.18 0.14 1"AL GRD BUSHING 1 650 C 650 0.875 E 6.5 0.88 3/4"AL STRUT CLAMP 12 497 C 497 0.053 E 59.64 0.63 1/2"LT FLEX 15 297 C 297 0.07 E 44.55 1.05 #12 XHHW 2 STRANDED 15 394.88 M 394.88 0.012 E 5.92 0.18 1114/2C THHN TRAY CABLE 600 527.64 M 527.64 0.019 E 316.56 11.42 #2 MECH LUG 6 136.29 C 136.29 0.875 E 8.18 5.25 HS 40 400 HEAT SHRINK 3 1599.53 C 1599.53 0.613 E 47.99 1.84 HS 500 1000 HEAT SHRINK 1 2344.18 C 2344.18 0.875 E 23.44 0.88 12.4"SUPER GRIP CABLE TIE (SGS) 100 30.99 C 30.99 0.088 E 30.99 5 3/4"FORM 7 ALUM T UNILET 3 6.29 E 6.29 1.75 E 18.87 5.25 3/4"FORM 7 ALUM LB UNILET 3 12.06 E 12.06 1.138 E 36.18 3.41 3/4" 1/2"ALUM REDUCING BUSHING 3 1.65 E 1.65 0.298 E 4.95 0.89 1/2"LT ARC(Al)STR CONNECTOR 3 5.78 E 5.78 0.263 E 17.34 0.79 EXISTING CONDITIONS 2 0 E 0 8 E 0 16 1/2"LT ARC(AL)90EL CONNECTOR 3 9.09 E _ 9.09 0.315 E 27.27 0.95 Totals 883.58 65.58 • PCO 86 Add Coating at SDB Polymer Containment The drawings did not detail all locations for the protective coating in the polymer handling areas. The intent was for the coating to be under locations with possibility of polymer spills. Unistrut containment bars were also added to keep the polymer from getting to areas outside of the collection trench. • • • (GRAHAM January 7, 2014 Freese and Nichols. 945 Resaca Street Corpus Christi, TX 78401 Attention: Steve Eckersley, P.E. RE: New Broadway WWTP; Graham New Broadway PCO-86 Added Coating SDB Containment Area Mr. Steve Eckersley P.E. In accordance with the requirements of General Conditions Article 10, Graham Construction Services is providing written notification of a cost and time impact associated with the Added Coating SDB Containment Area. The initial GC/Subcontractor estimate for this price increase is approximately $11,387.85 for this additional work. We will advise Freese and Nichols, regarding the actual impact costs once they are known. Graham will request to be reimbursed for all increased cost due to this change. Please contact me if you have any questions on this matter. Thank you. Sincerely, GRAHAM CONSTRUCTION SERVICES, INC. John Crowell P.E. Sr. Project Manager Site Office: 361-881-1279 Cell: 361-446-6430 CC: Greg Ritke, Graham Construction Services, Inc. Patrick Phelps, Graham Construction Services, Inc. Graham Construction Services, Inc. 2995 Lone Oak Circle, Suite 1, Eagan, MN 55121 New Broadway W W PP,Corpus Christi,TX PCO» 86 Added Coating SDB Containment Area PCMO: Tax Rate: 825% RFP»: Change Description: Labor Payrol Fu,.nbe Uof Avg crew Total Unit Material Equip Sub unit Total Taxes& Labor Equipmen Description .....-T Cr.,aQtv M Rate Hours Hours Unit Unit Prke Labor _Insurance_ w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 1 HR 30.00 1.00 1.0000 $0.00 $0.00 50.00 $30.00 $12.00 $42.00 $0.00 $0.00 $0.00 $42.00 Budget Revisions 0104620 1 HR 75.00 0.00 1.0000 $0.00 $0.00 S0.00 $0.00 $0.00+ $0.00 $0.00+ $0.00 $0.00 $0,00 Fonnan 0104130 4 HR 37.50` 0.00 1.0000 50.00 50.00 S0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Site Scheduler 0105130 0 HR 40.00 t 0.00 1.0000 $0.00 $0.00 $0.00_ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 29.10 0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 S0.00 29.10 0.00_ $0.00 $0.00 $0.00 $0.00+ $0.00 $0.00 $0.00 Added Coating SDB Containment Area I lot 29.10 0.00 $9,000.00_ $0.00 S0.00 $0.00 $0.00 $0.00 $9.000.00 59,000.00 29.10 0.00 _ $0.00 S0.00 $0.00 $0.00 $0.00+ $0.00 $0.00 _ 29.10 0.00 _ $0.00 50.00 $0.00 $0.00 $0.00 $0.00 S0.00 29.10 _ 0.00 S0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 29.10_ 0.00 $0.00 $0.00 $0.00_ $0.00 $0.00 $0.00 $0.00 29.10 0.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 50.00 $0.00 50.00 50.00 $0.00 $0.00 29.10 0.00 _ S0.00 $0.00 $0.00 $0.00 50.00 $0.00 50.00 29.10 0.00 $0.00 $0.00_ $0.00, S0.00 S0.00 $0.00 $0.00 29.10 0.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10+ 0.00 ..- 50.00 50.00 $0.00 $0.00 $0.00 $0.00 S0.00 29.10 0.00 _ $0.00 $0.00 $0.00 50.00 50.00 S0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 _ 29.10 0.00 50.00 $0.00 $0.00 S0.00-- $0.00 50.00 S0.00 Sales Tax on Consumables: SO 0.00 MEIMM 50.00 IMMI $0.00 0.00_ Subtotal. 1.00 $42.00 50.00 S0.00 $9,000.00 $9,042.00 $0.00 Safety 0151801, _ S1.05 $1.05 Small tools 0152990 $2.63+ $2.63 Consumables 0152903 $525 $5.25 $0.00 Subtotal: $42.00 $8.93 50.00 $9,000.00 $9,050.93 Subtrade Bond 0174400 _ S1,350.00 51.350.00 Performance&Payment Bond 0174350 ) $67.61 $67.61 Builders Risk 0175100 _ S87.37 _ $87.37 General Liability Insurance 0175220 $31.14 $31.14 Subtotal S42.00 $1,545.04 50.00 $9.000.00 510,587.04 •• Overhead&Profit 01923105688.06 $688.06 Texas Franchise Tax 0176000 $112.75 $112.75 TOTAL: _ $42.00 $2,345.85 $0.00_ $9,000.00 SI 1,387.85 PCO 88 PCM 48(PCO 88)Fire Suppression @ Administration Building Carollo requested a cost proposal to install a dry pipe fire suppression system in the garage area and identify impacts to the fire suppression system. The objective was to reduce ongoing maintenance issues for a wet pipe system in that environment. RFI 312. • • V .l PROPOSED • CONTRACT , MODIFICATION 1 tn 0 40551ntemational Plato,Suite 100 • Fort Worth,Texas 76109 • 617.154300 • ia■ail-735449i Owner: City of Corpus Christi Data: 9/15/14 Contractor: Graham Construction PCM No: 48 Project Name: New Broadway WWTP Prosect Ref: PCO-88 Engineer/CM: Carolto/Freese and Nichols PCM Title: Dry Pipe Fire Protection System PCM Description: Per direction from Carollo's RFI 312.1 response and Change Directive 22,Graham was requested to provide a cost proposal for a dry fire extinguishing system. The Contractor's cost proposal for the work described above has been reviewed by the CM Team and Owner. Reference the cost summary below and attached PCO-88 detailing the additional cost. Construction Manager's Request: - Provide a cost.tijhe proposal for the work detailed above. - By:Adam Payne f;/C-- g4y - Date:6/27/14 Contractor's Response: - Reference attached PCO-88. 04.476/C 1 - Change In Contract Cost: ADD$29,361.20 �sT/n14y1=-. /oaf - Change in Contract Time:1VPCfiAtiocirs GC iTi AC-FiltvtE .��8/r/ RECOMMENDED BY APPROVED I3Y APPROVED BY Steve Eckersley,P.E. John Crowell,P.E. Valerie Gray C.nstruction Man :er Contracor Owner (, � ióLteeøøt/ ell ignature Date Si nature Date Signature Date Change Directive # 22 ■ FREESE ;Corpus Christi New Broadway WTP NICHOLS W !Carollo Program Printed 09/18/2014, Page 1 of 1 Dry Pipe Fire Extinguishing System submitted : 06/27/2014 Submitted To: Carollo Engineers,City of Corpus Christi,Freese& • Nichols,Graham Construction,John Crowell,Jong Pak Revision Dato: Status: Pending Priority: Low Created By: Freese& Nichols,Adam Payne Created: 06/27/2014 Design Clarification: In Carollo's RFI 312.1 response, item 1 asked Graham to provide a cost proposal for a dry fire extinguishing system. Contractor to provide cost proposal if additional cost and/or time impacts to the CPM are incurred by this Change Directive. Locations 19-Administration/Operations/Maintenance Building References RFI#312.1 Admin Bldg-Water lines Closed -Garage Specification// 13930 Change to Dry Pipe Published Drawing //275-61-A-19 Published earl, • • Steve Eckersley From: John Crowell <johncro@grahamus.com> Sent: Tuesday, September 16,2014 3:47 PM To: Steve Eckersley Cc: Greg Ritke; Patrick Phelps;Clay Howard Subject: RE: PCO 088 revl Dry Pipe Fire Protection System Attachments: PCO 88 revla- Dry Pipe Fire Protection System-Total Fire Prot only.pdf; Holes of SA Coring T-M Rates Admin Bldg.pdf; RFI301.4_Dry_System_Core_Layout.pdf;Total Fire Dry Pipe Quote RFI 312 1-PCO 088 piping Mat-Lab.pdf; Total Fire-pricing Coord-Engr- Inspect.pdf Steve, Graham has provided an additional rate sheet for coring of the holes for the Dry Fire Protection System (coring by Holes of San Antonio).These coring costs are not available on a lump sum basis, but shown on a time and material basis,due to the large degree of risk related to the amount of rebar encountered in the coring operation. Graham is providing this estimated costs in a good faith effort to keep this project moving forward without further impacts to this work. Ideally Holes of San Antonio will be able to accomplish this work over a two week period, which would include fourteen 5inX24in deep cores and six 6inX24in deep cores. The amount of rebar encountered cannot be estimated, therefore the number of holes per day, duration and overtime are indeterminate. Time is of the essence in this Dry Fire Protection work, since the Dry Fire Protection Contractor is now on site and the coring must begin immediately to stay on track. Please proceed with securing approval to allow Graham to minimize any impacts to this Dry Fire Protection work. Please let me know if you have any questions. Thank you. Please note that Electrical Interferences in this area of the project shall be submitted under a separate PCO. John Crowell P.E. Sr. Project Manager (GRAHAM Your Construction Solutions Partner 9709 Third Avenue NE, Suite 300 I Seattle,WA 98115 Office: 361.881.1279 I Direct: 361.446.6430 Fax: 206.729.8845 johncro@grahamus.com I www.grahamus.com COMMITMENT I INTEGRITY I RELIABILITY From: John Crowell Sent: Thursday, September 11, 2014 1:49 PM To: 'swe@freese.com' Cc: Greg Ritke; Patrick Phelps; Clay Howard Subject: PCO 088 revl Dry Pipe Fire Protection System Steve, Attached you will find the revised pricing for PCO 088 revs for the Dry Fire Protection System. This revision now includes the updated Coring layout approved by the Engineer's site visit and field report on the core locations.As stated in RFI N 301.4 a total of 6 cores have been added on the East side.Core diameters shown on the drawing markup are to be 5in diameter. 1 • • • Please be advised that this represents costs for Total Fire Protection scope of work only.Some Electrical work will be required to energize the Air Compressor for this system.Since this work involves piping interferences and conflicts with the structural beams in the lower level of the Admin Building,Graham is submitting this as a proposed change request. Prior to moving forward with this work, Graham will require an acknowledgement of entitlement for payment to commence coring operations. Please expedite this request if possible. Please let me know if you have any questions. Thank you. Please note that Electrical interferences in this area of the project shall be submitted under a separate PCO. John Crowell P.L. Sr. Project Manager (GRAHAM Your Construction Solutions Partner 9709 Third Avenue NE, Suite 300 I Seattle,WA 98115 Office: 361.881.1279 I Direct: 361.446.64301 Fax:206.729.8845 lohncro@grahamus.com www.grahamus.com COMMITMENT I INTEGRITY I RELIABILITY The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient, you are hereby notified that any review, retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. if you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer. Thank You. 2 \ew Broadway WWTP,Corpus Christi.TX PCOM 85 Revla Dry Pipe Fire Protection System-Total Fire Prot only PCM»: Tax Rate: 5.25% REPO: Chance Description:RFI 301.4 and RFI 312.1 I Labor IPayrol FwKnn U oof Avt crew Total Unit it Total Material Equip Sub unTaxa& Labor Equipmen Description ._ T c a. Qty M Rate Hours Hours Unit Prier Unit trice_ Parr Labor Insurance w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preaaranon 0104165 1 HR 30.00 1.00- 1.0000 50.00 $0.00 50.00 $30.00 $12.00 $42.00 $0.00 $0.00 $0.00 542.00 1 • Budcet Revisions 0104620 1 HR 75.00 1.00_ 1.0000 $0.00 $0.00 $0.00 $75.00 530.00 5105.00 S0.00 50,00 $0.00 $105.00 Forman 0104130 4 HR 37.50 4.00 1.0000 $0.00 $0.00 S0.00 5150.00 560.00' $210.00 50.00 50.00 50.00 $210.00 �SiteScheduler 0105130 0 HR I 40.00 0.00 1.0000 I 50.00 50.001 50.00 $0.00 $0.00 $0.00 50.00 50.00 50.00 $0.00 .. _ 2_9 10 0.00_ I $0.00_ $0.00 S0.00 $0.00 $0.00 $0.00 50.00 29.10 0.00 50.00 $0.00 5000 $0.00+ $0.00, $000 $0.00 Dry Pipe Fire Protection Syst- Total Fire Protection only 1 lot 29.10 0.00 59,066.36 $0.00 $0.00 $0.00 $0.00 50.00 59.06636 $9,06636 29.10 0.00 50.00 50.00 S0.00 50.00 $0.00_ 50.00 50.00 Coord-Engineering-Inspection- ,Total Fire Prot . 29.10 0.00 I lot 29.10 0.00 52.155.00+ $0.00 $0.00 S0.00 $0.00 $0.00` $2,155.00 S2_.155.00 50.00 $0.00 $0.00 $0.00 $0.00 50.00 50.00 Core Beams-Total Fire Prot only-see T&M Rates Holes _ I lot 29.10 0.00 64465 466 $0.00 $0.00 $0.00 $0.00 $0.00 SI 1.700.00 S11.700.00 29.10 0.00 50.00 50.00 S0.00 $0.00_ $0.00 $0.00 $0.00 29.10 0.00 50.00 50.00 50.00 50.00 50.00 50.00 50.00 29.10 0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 .10 0.00 I 29 $0.00 $0.00 50.00 50.00 50.00 $0.00 S0.00 Sales Tax on Consumables: SO _ 0.00 $0.00 50.00 0.00 Subtotal: T V 6.00 I _ r $357.00 50.00 $0.00 $22,92136 523,278.361 4 _ _ r x.01) Safety 015150158.93 $8.93 Small tools 01529901 522.31 52231 Consumables 0152903_ $44.63 $44.63 _ - $0.00' Subtotal: _ _ $357.00 $75.86 $0.00 S22,921.36 $23,354,22 Subtrade Bond 0174400 _ $3,438.20 43,438.20 Perfonnance&Payment Bond 0174350 _, I $174.15_ $174.15 (Builders Risk 0175100 _ $225.06 $225.06 - jGeneral Liability Insurance 0175220 $80.22 580.22 T ' Subtotal. $35700 53.993.49 50.00 $22,921;6 $27,271.85 __ Overhead&Prot:t 0192310 - S1.798.64 S 1.798.61 Texas Franchise Tax - ^ 0176000` _ 5290.70_ 5290 .70_ TOTAL: ( _ _ _ _ I 5357.00 56.082.84 50.00 $22-921.36 52936120' 4 .1...n....wt.:012.6 /01 1:ii,‘ ,---• .,:s ,..• N c ' U i z ,, 8 6 : ,_ -.. ;;;;1717:7;7,,.. _''....•__,-.17.7;e ie. 7> -z-. ___ _ . ._ _ _ - rt----,---i sz.• - - Mil---:--- rr-it'-;.• •-•‹. G ,, ....:- ,,... , " ••, t 'P I 1 01 ' - . --"4- -- -. ,. — I 1 --,,,,__ 4310 b 1 s i i i 5 il I I 11 1 . , . LI Fli tr 'fil 1 i - 1 1 . I • ;it - ; .• , Iiini111 fil r , tilitti4 ,.Ff. 1 1:11s .1.11; f T ,, •,-,<1017,1ift -: ; 4 i „ 7 , i elliMil! 1 i 1 I I , ! _ — I If- - -- -- , ___ ii„,-tk.' 1-:,4-•--— -r.„*Ki 3'1'1 • -i ) ill.1 '15:31i +-----iti P.45? 1 .. siv ' cc,; I • ..14-: - ''' -44-_._-_7-. _ ... _".- -4-— . -...-1— islli .1 - 'III i I -1-Vis -.-43•••7'E___.-i.4-_7 --:,`-r . - - IA,-•r. ------i'rt --., 'ti :• tt 1, I, •11 , ... • 4E)":f:-- ------ 1.t 4 11 I.111 I ti:: • 1 , l' 8- ;,-..-•-• i,, ,V I ' • ! i_' 14 „,61,e ! .4 i 1 _. r_ cr- --_-41, A--.1-. ,),L_ _ -__ 41 —-; • • r-I 4 - -- -4 ..41_ - ii IT r • i : 1 I - ", . . I•1 _; t , €4 .F., . . .., it _ ., — 1 Li 1 nj:5•. _ ... -b- •. . .. - ..., 1 p ,. li .,1 .. -1 . I iii I I I P I I I I lig ;,I le, .,-, • , tqD ® t&,- - i--,-c— -i--•• - 1 i I ...' I 1 t•i i 1 1 i- 1 .• ' 1 , . Iii -1.--4, ii. sE _ i__,1 ._a .. 1----- ii:::..:-_-bi--4...... _IAC....,_ . __•••.-" C-:**-------I J.I- - -s'-''• 1-t ii --1-,, 1-I eo) il ? . u. ti. _ 1 '4. 1 _• I 'IA ( R+ T ... 1 i 4 1 I I I I I 1 ii I I I . I r t•I :F&I-L-—- 1-1_ ,..t.L.. ,I .._,_ v ., ,,,,, :1' .1' si ,, • ; -1- ' 1 Iv I 1 1 ti I'' l'i • I ,I. „ I 11-'1 I • )! • I j i[ (T.,...)_..r.-,.7___:7 i ..--1 1. :7---.7---:I.. --..•,.=,;7..-!: . _7....17...L. - ... . -.-x-=.._. .:,4...-4......:1"."::: 10 if -1; ;,-- i 1"- rw. 7.%-,-li ......„ ,,q) ;WO '1.41. i.08.41 .ii.tit _ 1 t I uSet , ••, 1•/..11",43.o51-rZ<":- — t--- -T - __r_ ! ______ ____. - (.) (9 tT1 sI42iI;l1i4 ...-06 ie,,,tk,T, Ili' fr 1 2 :ALI '! •7\4•1 •.; o-,- .. Ce.A1-01,0&D 000uWEHIS .i'' .' * NEW BROADWAY CITY Or • in Ei •&ccarallo CORPUS CHRISTI I, WASTEWATER TREATMENT PLANT . wAsn-wv)rAaira .;.#1, P1§111 q I.'l e '' I ftlettirE‘litaEltret jiagg:4;CPU. Ti.14ILDeo .......... DEPARTMENT `'. A.IiIi.III ni.A. Po..3,2-43-Ssti &Y \-,..., ;,-.1 2 &poi imeAt 61 Enyinereing 5tr.4c,es 1,..4'1-tild1:1 , . . . . . . . . • • . . . Phone:(605)582-7.400 T 24 flour Service )�- d�4 r°7ae y gf., .sf opt •Commercial V i�fiLL� b i Fax:(605J 582 13G0 •Industrial 1004 7th Avenue North •Residential Brandon,SD 57005 tki4 Q July 17,2014 Graham Construction 9709 Third Ave.NE.Suite 300 Seattle We. 98115 Attention:Jong Pak Project:Broadway WTP Corpus Christi Tx Description: Additional Cost The following is a breakdown of additional cost. 1. Coordinate lower level piping changes 16 man hours @$55.00 $ 880.00 2. Engineering changes 12 hours @$75.00 $ 900.00 3. Inspection fee for the dry pipe system $ 375.00 Total additional work $2,155.00 Any questions please contract myself. Total Fire Protection f Richard C.Brandt i 11 1 24 Hour Service s^ , D 7. • Phones{605)582-24!10 (( •Commercial / S� �! P'l-aN�e��tFax:(605)582-7360 VO industrial 1004 7th Avenue North •Residential Brandon,SD 57005 It$ ,;-4 April 2,2014 Graham Construction 9709 Third Ave.N.E.Suite 300 Seattle Wa. 98115 Attention:Jong Pak Project:New Broadway WWTP Corpus Christi Tx. Description: Change Order to RFI 8 312.1 Add one dry pipe valve and trim complete with air Compressor,the following is a breakdown of this change request. • 1. One 4"grooved Tee $44.85 2. One 4"grooved cap $16.65 3. Ten 4"grooved couplings $153.80 4. Two 4"grooved 90's $28.96 5. One 4"grooved Butterfly/tamper switch $347.90 6. One 4"Dry Pipe Valve $1675.75 7. One dry Pipe Trim Kit $607.58 8. One Air Maintenance Devise $476.63 9. One PS-10 pressure sw. $134.78 10. One PS-40 pressure sw. $134.78 11. One 1 X brass check valve $47.38 12. One 1hp compressor 120 volt single phase $1630.23 13. Airline material $86.78 14. Drain line material $112.45 Total Material $5498.52 Sales Tax $384.89 Total Labor 25 man hour @ 78.65 $1966.25 Total Material and tabor $7849.66 10%profit $784.96 5%overhead $431.73 Total change order $9066.36 TroI Fir rot �^r do 6 ( Richard C.Brandt 1 HOLES QUOTE QUOTE#: 072613 OF SAN ANTONIO INC 118 BRANIFF•SAN ANTONIO,TEXAS 78218 (210)349-5258-(800)7685208 FAX(210)349.0727 CUSTOMER INFORMATION _ JOB SITE INFORMATION GRAHAM CONSTRUCTION WASTE WATER TREATMENT PLANT 2995 LONE OAK CIRCLE 945 RESACA ST. SUITE 1 EAGAN,MN 55121 CORPUS CHRISTI,TX (651)687-0648 Fax: (651)687-0947 Quoted To: CLAY County: MapCode: Salesman: GEORGE MAJOR JR, Project ID: None JOB INFORMATION Needed At Site PO#: ( j SEE INSTRUCTIONS Elevation: 0 Job Request#: Distance To Slte: Quote Entered: 09/16/14 Time: 10:05 am 0 General Contractor: Owner: Contact on Site: Details Quantity Description _ Unit Price 1.00 5" X 24" DEEP CORES IN A BEAM $250.00 EACH 0.00 0.00 6" X 24" DEEP CORES IN A BEAM $325.00 EACH MINIMUM CALL OUT $1000.00 TRVEL CHARGE ROUND TRIP $500.00 PERDIEM PER MAN $125.00 PER DAY OVER TIME IS $25.00 PER HOUR PER MAN TOTAL: 0.00 Site/Job Considerations&Condition This quote is based on the MEowing unless othenvtse stated: i.Work to be laid out prior to our arrival on the job. 2.84 rebar 12'on center each way. 3.Stand-by time Is charged at 395.00 per hour per operator and 335.00 Per how Pet helper•4.Our current insurance.ANY additonal Insurance requirements are not included 5.Send resale exemption certincate 9 tax is not applicable, otherwise tax will be added to this quote. 8.Normal working hours Monday through Friday 8:00 am to 4:30 pm 7.No grade beams 8 Quote Is good for 6 months. THE UNDERSIGNED PURCHASER ASSUMES ALL LIABILITY FOR THE LAYOUT OF THE REQUESTED WORK AND FURTHER ASSUMES ALL LIABILITY FOR THE CUTTING OF TELEPHONE CABLES.ELECTRICAL VIRES,CONDUITS.PLUMBING OR OTHER UTILITIES.AND STRUCTURAL STEEL OR CABLE BURIED IN OR NEAR THE MATERIAL BEING CUT, THE PURCHASER AGREES TO COVER AND MAKE SAFE ANY OPENING MADE BY HOLES OF SAN ANTONIO.INC. THE PURCHASER AGREES TO INDEMNIFY HOLES OF SAN ANTONIO.INC.FOR ANY DAMAGES ARISING OUT OF ANY SUCH OCCURANCE,AND FURTHER ACKNOWLEDGES THAT THIS INDEMNITY PROVISION HAS BEEN BROUGHT TO ITS ATTENTION. .E', Quote Accepted by MOBILE NUMBER NEXTEL DIRECT CONNECT NUMBER PCO 89 ECR 130 Inch Spool Pieces Purchase of spool pieces to install in the 30 inch air pipe at ECR 1 in lieu of expansions joints. New Broadway WWTP.Corpus Christi.TX PCO# 39 Area 22 Blower Pipe 30ni SS Spool Pieces Material Only PCM#: Tax Rate: 8.25% RFPM: Change Description: • Labor Payrol r�DnaM Uof Ave crew Total Unit Material Equip Sub Unit Total Taxes& Labor Equipmen Description T.....-T code Qty M Rate Hours Hours Unit Price Unit Price Price Labor Insurance w(PTI Material Cost t Cost Sub Cost Total Cost _ Estimate Preparation 0104165 I HR 30.00 1.00 1.0000 $0.00_ S0.00 $0.00 S30.00 $12.00 $42.00 50.00 S0.00 50.00 $42.00 Budget Revisions 0104620 0 HR 75.00 0.00 1.0000 50.00 50.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00` $0.00 Forman 0104130 0 HR 37.50 0.00 1.0000 $0.00 S0.00 $0.00 S0.00 $0.00 $0.00 50.00 $0.00 S0.00 $0.00 Site Scheduler _0105130, 0 HR 40.00 0.00 1.0000 S0.00_ $0.00 S0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 50.00 50.00 $0.00 S0.00 29.10 0.00 50.00 $0.00 S0.00 50.00 $0.00 50.00 $0.00 Four 30in SS Spool Pieces 4 29.10 0.00 S2,082.14 $0.00 $0.00 $0.00 55.323,57 $0.00 $0.00 $3.328.57 29.10 0.00 $0.00 $0.00 $0.00 50.00 $0.00 S0.00 $0.00 29.10 0.00 $0.00_ $0.00 $0.00 $0.00 $0.00 50.00 $0.00 29.10 0.00 50.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 29.10 0.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 29.10 0.00 I $0.00 $0.00 $0.00 50.00 $0.00 S0.00 $0.00 29.10 0.00 I $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 50.00 $0.00 50.00 $0.00 29.10 0.00 I S0.00 $0.00 S0.00 $0.00 $0.00 S0.00 $0.00 29.10 0.00 $0.00 $0.00_ $0.00 50.00 50.00 50.00 $0.00 29.10 0.00_ $0.00 50.00 $0.00 $0.00 50.00 $0.00 $0.00 ca _ 29.10 0.00 $0.00 50.00 50.00 50.00 $0.00 S0.00 S0.00 29.10 0.00 50.00 50.00 50.00 50.00, 50.00 S0.00 $0.00 Sales Tax on Consumables: SO 0.00 50.00 50.00 0.00 Subtotal` 1.00 $42.001 $8,323.57 $0.00 $0.00 $8_3370.57 I $0.00 Safety , 0151801 _ $1.05 51.05 ` Small tools 0152990 1 $2.63 $2.63 Consumables 0152903 I 55.25 $5.25 $0.00 Subtotal, $42.00 $3.337.50` $0.00 S0.00 $8,379.50 Subtrade Bond 0174400 $0.00 $0.00 ' Performance&Payment Bond 0174350 _ _ $54.47 . $54 47 Builders Risk 1 0175100 $70.39 $70.39 General Liability Insurance 0175220 $25.09 $25.09 Subtotal: _ $42.00 58.487.44 50.00 50.00 $8.529.44 Over head&Profit 0192310 $1,279.42 SI,279.42 r Texas Franchise Tax 0176000 598.09 $93.09 TOTAL: 1 I $42.00 S9.864.94 $0.00 $0.00 $9,906.94 . From: . 13ruce.TerreiiffiFerpuson.corn To: John Crowell Subject: RE:Email Bid#8236396 Date: Friday,September 27,2013 9:52:59 AM Attachments: jmaae001.oif John,they can make these spools in a week.The expansion joints have been passivated which means they will be ready to ship in the next couple of days. In other words to late to cancel. From:John Crowell[Inailto3ohnsto@grattainIlssQm] Sent: Friday,September 27, 2013 9:14 AM To:Terrell, Bruce[Ferguson]- 1107 Plant Subject: RE: Email Bid# 8236396 Bruce, Thanks for the rapid response. Did the bidder give a lead time for the spool pieces? Also'Ship to address'to change to Graham Construction—New Broadway Wastewater Treatment Plant 945 Resaca Street,Corpus Christi,TX 78401 I will pass this info along to the Construction manager and City this morning and get back to you as soon as I hear anything. The City is evaluating whether or not to cancel the three 30in Omniflex Els previously released to fab.I asked if you would check on the status or fabrication and to see what(if any)credit the city could get back, if they decide to cancel those four Omniflex Els. I will pass that info to them as soon you let me know.Thanks. Thanks again for your quick response. John Crowell P.E. Sr. Project Manager Your Construction Solutions Partner 9709 Third Avenue NE,Suite 300 I Seattle,WA 98115 Office:361.881.1279 I Direct:361.446.6430 I Fax:206.729.8845 jobncroagrahamus.colll I Ev6/41.ahamus,c911m COMMITMENT I INTEGRITY I RELIABILITY From: Bruce Terrell- 1107 HOUSTONWW[mailto:bruce.terrellOferguson.com] Sent:Thursday,September 26, 2013 4:59 PM To:John Crowell Subject:Email Bid#B236396 Price Quotation # B236396 FERGUSON ENTERPRISES, INC. 6825 WALI.ISYILE MAI) PEIMI'SON 11'ATEMOH KS IS 1105 IIOUSTON,TX 77020-3258 Phone:713-675-2211 Fax:713-676-0803 • • Bid No • 13236396 Bid Date...: 09/26/13 Cust Phone: 651-687-0648 Quoted By: AA Terms • NET 10TH PROX Customer.: GRAHAM CONSTRUCTION SVCS INC Ship To • GRAHAM CONSTRUCTION SVCS INC NEW BROADWAY WWTP NEW BROADWAY WWTP 2995 LONE OAK CIRCLE STE I 2995 LONE OAK CIRCLE STE 1 EAGAN,MN 55121 EAGAN,MN 55121 Cust POl..: CHANGE ORDER Job Name.: NEW BROADWAY WWTP Item Description Quantity Net Price UM Total SP-30X24DOLRNG 30 X 24.8 DOL RING X DOL RING 4 2082.143 EA 8328.57 PIPE:SCH 10 3041 SS Subtotal: $8328.57 inbound Freight: $0.00 Tax: $0.00 Order Total: $8328.57 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours).SHIPMENTS BEYOND 48 HOURS SHALL BE A7"TUE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE.Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce.This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at ►nttp://wolseleyna.com/terms_conditionsSale.htmt.Govt Buyers:All items quoted are open market unless noted otherwise. The information contained in this email, including any attachments, is confidential and may be privileged. it is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. if the reader is not the intended recipient,you are hereby notified that any review,retransmission,dissemination or other use of,or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer.Thank You. The information contained in this email, including any attachments, is confidential and may be privileged. it is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. lithe reader is not the intended recipient,you are hereby notified that any review,retransmission,dissemination or other use of,or taking any action in reliance upon this information is strictly prohibited. if you have received this email in error,kindly notify the sender by reply email and delete the original message from any computer.Thank You. PCO 90A PCO 90A-Electrical reroute @ Administration Building Move the electrical conduits in the parking area due to height restrictions. All identified alternatives to this relocation have been eliminated as possibilities. • Change Order Request C.O.R.# 180018-024 RoS1..NUI N G.C. # J Et E;CTRKC Date: /2014 Project Name: 180018 Broadway WWTP Project#: 180018 To: Graham Construction Services, Inc. From: Electric Attn:John Crowell 2995 Lone Oak Circle,Suite 1 Corpus Christi,TX 7841 Eagan,Mn 55121 Phone: (651)687-0648 Fax: (651)687-0947 Phone:(361)248-4901 Fax: (361)248-4906 We hereby propose to make the following changes: Core Beams & Raise Conduit Exclude: -Overtime Labor Costs -Structural Integrity of Building after Core Drilling Change Order Price Original Contract Amount $6,480,000.00 This price is good for 20 days. If conditions change,this price is void. We are requesting a time extension of days in conjunction with this change. /2014 Author Date Sent El 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 Page 1of1 • Rosendin Electric CHANGE ORDER SUMMARY SHEET Project Name: Broadway WWTP Change Description:Admin Building Conduit Core&Raise REI Change No.: Date: 7-Nov-14 Taxable: No MATERIAL/QUOTES: Amount Op Rate Extension Subtotals&Totals Material Total: $22,570.12 X 1.0 $22,570.12 Material From T&M Recap Sheet: $0.00 X 1.0 $0.00 Total Quotes: $0.00 X 1.0 $0.00 Total Freight: $0.00 X 1.0 $0.00 SUBTOTAL: $22,570.12 LABOR: Straight-time Labor: 494.42 X $39.76 $19,658.14 Overtime Labor @ time&one half: 0.00 X $57.31 $0.00 Double Time Labor: 0.00 X $74.50 $0.00 Instrumentation Straight Time Labor: 0.00 X $75.00 $0.00 Total Manhours: 494.42 Labor from Time and Material Sheets: #of firs&Labor Ext from Attachment 0.00 $0.00 General Foreman Straight-time Labor(10%of Man Hrs): 494.42 49.44 General Foreman Straight-time Labor: 49.44 X $57.44 $2,839.95 General Foreman Overtime Labor(10%of Man Hrs): 0.00 0.00 General Foreman Overtime Labor @ time&one half: 0.00 X $79.78 $0.00 General Foreman Double Time Labor(10%of Man Hrs): 0.00 0.00 General Foreman Double Time Labor: 0.00 X $102.12 $0.00 Estimating Time: 0.00 X $71.87 $0.00 Mat. Proc.&Handle(5%of Labor Cost). 19,658.14 X 5.00% $982.91 Update As-Built Dwg's: 0.00 X $59.86 $0.00 SUBTOTAL: $23,480.99 $23,480.99 DIRECT JOB EXP: Consumables/Expendable Tools(6%of Mat.): $22,570.12 X 3.00% $677.10 Drawing Reproduction and or BIM: $0.00 X 1.0 $0.00 Safety @$0.50/MH: 543.86 X $0.50 $271.93 Equipment: $2,600.00 X 1.0 $2,600.00 Project Mngmt: 5%of Labor: 23,480.99 X 5% $1,174.05 Total Subcontractors Quotes: $0.00 X 1.0 $0.00 SUBTOTAL Direct Job Exp: $4,723.08 $4,723.08 Credit: $0.00 X 1.0 $0.00 $0.00 Material/Labor/DJE/Credit SUBTOTAL: $50,774.20 Warranty: $50,774.20 X 0% $0.00 $0.00 SUBTOTAL. $50,774.20 Material Sales Tax @ 8.25%if Project is Taxable: $22,570.12 X 0.00% $0.00 $0.00 Liability/Builders Risk: $50,774.20 X 2% $1,015.48 $1,015.48 SUBTOTAL: $51,789.68 MARK-UPS: Overhead/Profit @ 15% $51,789.68 X 15% $7,768.45 $7,768.45 SUBTOTAL: $59,558.14 Total Subcontract Values: $17,738.00 X 1 $17,738.00 $17,738.00 Overhead/Profit for Subcontract @% X 15% $0.00 $0.00 $77,296.14 SUBTOTAL: $0.00 Bond Premium: $77,296.14 X 1.0% $772.96 $772.96 CHANGE ORDER TOTAL: 1 $78,069.10 Description Quantity Trade Price Unit Labor Unit Total Material Total Hours Material Condition 1 SHORTEN EXISTING TRAPEZE 6 0 E 0 E 0 0 Normal 2 2"EMT CONDUIT 408 791.79 C 12 C 3,230.50 48.96 Normal 3 2 1/2"EMT CONDUIT 286 1,172.84 C 14.2 C 3,354.32 40.61 Normal 4 2"EMT 90 DEG ELBOW 15 1,121.00 C 75 C 168.15 11.25 Normal 5 21/2"EMT 90 DEG ELBOW 11 2,582.00 C 90 C 284.02 9.9 Normal 6 2"EMT INS STL COMP CONNECTOR 12 4,855.00 C 75 C 582.6 9 Normal 7 2 1/2"EMT INS STL COMP CONNECTOR 8 4,048.25 C 90 C 323.86 7.2 Normal 8 2"EMT STL COMP COUPLING 45 3,660.66 C 45 C 1,647.30 20.25 Normal 9 2 1/2"EMT STL COMP COUPLING 31 3,048.53 C • 60 C 945.04 18.6 Normal 10 2"EMT 1-H STEEL STRAP 18 1,542.23 C 6.35 C 277.6 1.14 Normal 11 2 1/2"EMT 1-H STEEL STRAP 12 417.31 C 6.75 C 50.08 0.81 Normal 12 2"EMT STRUT CLAMP 18 882.13 C 6 C 158.78 1.08 Normal 13 2 1/2"EMT STRUT CLAMP 10 539.81 C 7.5 C 53.98 0.75 Normal 14 2"GRC(GALV) 66 2,023.21 C 16.5 C 1,335.32 10.89 Normal 15 2 1/2"GRC(GALV) 42 3,790.42 C 22.5 C 1,591.98 9.45 Normal 16 2"GRC 90 DEG ELBOW 3 2,918.71 C 150 C 87.56 4.5 Normal 17 2 1/2"GRC 90 DEG ELBOW 3 5,108.00 C 225 C 153.24 6.75 Normal 18 2"GRC COUPLING 9 821.51 C 0 C 73.94 0 Normal 19 21/2"GRC COUPLING 7 2,034.64 C 0 C 142.42 0 Normal 20 2"GRC MYERS HUB 6 1,115.95 C 75 C 66.96 4.5 Normal 21 2 1/2"GRC MYERS HUB 4 4,547.53 C 90 C 181.9 3.6 Normal 22 3"> 2"REDUCING BUSHING 6 2,685.07 C 60 C 161.1 3.6 Normal 23 3 1/2">21/2"REDUCING BUSHING 6 4,664.75 C 67 C 279.88 4.02 Normal 24 2"GRC CUT&THREAD 9 0 C 120 C 0 10.8 No Cost 25 2 1/2"GRC CUT&THREAD 7 0 C 150 C 0 10.5 No Cost 26 2"GRC STRUT CLAMP 24 514.98 C 6 C 123.6 1.44 Normal 27 2 1/2"GRC STRUT CLAMP 10 583.81 C 7.5 C 58.38 0.75 Normal 28 2"PVC END CAP(UG/EMBEDED) 3 935.91 C 30 C 28.08 0.9 Normal 29 21/2"PVC END CAP(UG/EMBEDED) 2 2,290.16 C 34 C 45.8 0.68 Normal 30 3"x7"NON ADJUSTABLE FLOOR SLEEVE 3 4.32 E 0.55 E 12.96 1.65 Normal 31 4"x7"NON ADJUSTABLE FLOOR SLEEVE 1 5.15 E 0.61 E 5.15 0.61 Normal 32 2"CONDUIT SEAL 3 213.16 E 0.84 E 639.48 2.52 Normal 33 2 1/2"-3"CONDUIT SEAL 1 282.62 E 1.12 E 282.62 1.12 Normal 34 15/8"SLOTTED GALVANIZED CHANNEL 174 510.98 C 22.5 C 889.11 39.15 Normal 35 THRD-ROD-3/8-16-10FT-PLTO 105 123.16 C 16.5 C 129.32 17.32 Normal 36 THRO-ROD-1/2-13-10FT-PLTD 18 274.99 C 16.5 C 49.5 2.97 Normal 37 3/8"PLATED ROD COUPLING 10 376.65 C 15.63 C 37.66 1.56 Normal 38 1/2"PLATED ROD COUPLING 12 572.31 C 15.63 C 68.68 1.88 Normal 39 3/8"STEEL HEX NUT 20 13.77 C 11.25 C 2.75 2.25 Normal 40 1/2"STEEL HEX NUT 36 23.6 C 12 C 8.5 4.32 Normal 41 3/8"FLAT STEEL WASHER 20 8.1 C 0 C 1.62 0 Normal 42 1/2"FLAT STEEL WASHER 24 18.07 C 0 C 4.34 0 Normal 43 3/8"x33/4"KB-TZ CRACKED CONCRETE ANCHOR 10 50.12 C 27 C 5.01 2.7 Normal 44 #10XHHW-2 STRANDED 140 601.56 M 12 M 84.22 1.68 Normal 45 #2 XHHW-2 STRANDED 35 3,673.04 M 28.5 M 128.56 1 Normal 46 #4/OXHHW-2 STRANDED 140 12,266.80 M 49.5 M 1,717.35 6.93 Normal 47 N18-12 TWISTED PAIRS CABLE-#9741 35 3,853.00 M 42.19 M 134.85 1.48 Normal 48 POLYTWINE 376 12.11 M 5.86 M 4.55 2.2 Normal 49 4"CORE 6"WALL 12 0 E 3 E 0 36 Quoted 50 DEMO 1 1/4"-2"GRC CONDUIT 314 0 E 8.79 C 0 27.6 No Cost 51 DEMO 2 1/2"-3"GRC CONDUIT 170 0 E 10.74 C 0 18.26 No Cost 52 DEMO 814.810 WIRE 1,204 0 M 5.86 M 0 7.06 No Cost 53 DEMO SURFACE MOUNTED STRUT 5 0 E 0.25 E 0 1.25 No Cost 54 DEMO TRAPEZE MOUNTED STRUT 6 0 E 0.33 E 0 1.98 No Cost SS CUT ALLTHREAD 12 0.00E 0.25 E 0.00 3 No Cost 56 REMOVE&RE-INSTALL CONDUIT TO FLR ABOVE 9 0 E 1 E 0 9 No Cost 57 18"X 30"1-BOX NEMA 4X 2 1,150.00E 1.1 E 2,300.00 2.2 Normal 58 2P#22 RS-485 70 225 C 4 C 157.5 2.8 Normal 59 DEMO/REWORK UNDERGOUND CONDUITS 1 0 E 48 E 0 48 Normal 60 WATERPROOFING NEW EXISTING CORE 1 500 E 4 E 500 4 Normal $ 22,570.12 494.42 TOTAL New Broadway WWTP,Corpus Christi,TX PCO# 90A rev2 Admin Bldg Elevation Conflict Electrical Utilities-Rosendin PCM#: Tax Rate. S.25% RFP#: Change Description:Core and Reroute Admin Conduit Overhead from West side Payrol Function Uof An crew Total Labor Unit Material Equip Total Taxes& Labor Equipmen Description ........T Code Qty M Rate Hours Hours _ unit Price Unit Price Sub Unit Price Labor Insurance w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 1 HR_ 30.00 1,00 1.0000 $0.00 $0.00 $0.00 $30.00 S12.00_ $42.00 $0.00 $0.00 50.00 S42.00 - Budget Revisions 0104620 1 HR 75.00 1.00 1.0000 $0.00 $0.00 $0.00 $75.00 $30.00 $105.00._ 50.00 $0.00 S0.00 $105.00 Forman _ 0104130 4 HR 37.50 4.00 1.0000 50.00 S0.00- 50.00+ S150.00 $60.00 1 $210.00 $0.00_ $0.00 $0.00 5210.00 Site Scheduler 0105130_ 0 HR, 40.00 0.00 1.0000 _ $0.00 $0.00_ S0.00 $0.00 $0.00 $0.00 S0.00 $0.00 S0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 S0.00 $0.00 50.00 50.00 _ 29.10 0.00 $0.00 $0.00 $0.00_' $0.00 $0.00 50 00 S0.00 Graham Labor-Layout I HR- 29.10 27.25 27.2500 $792.98 $317.19 51.110.17 $0.00 $0.00 $0.00 SL110.17 GrahamLabor-Inspection I HR 29.10 28.36 28.3642 $825.40 $330.16 $1,155.56_ $0.00 $0.00 $0.00 51,155.56 Graham Labor-Coring I HR 29.10 30.00, 30.0000 $873.00 $349.20 S1.222.20 $0.00+ $0.00 50.00 $122220 29.10 0.00 $0.00 $0.00 50.00 $0.00 $0.00 S0.00 S0.00 29.10 0.00 _ $0.00 S0.00 $0.00 $0.00 $0.00 S0.00 $0.00 _ _ 29.10 0.00 _ $0.00 50.00 50.00 50.00 $0.00 $0.00 $0.00 Core Admin Bldg-Reroute Conduit Overhead from West- Rosendin Elect _ I lot 29.10 0.00 S'S,059.10 50.00 $0.00 $0.00 $0.00 S0.00 $78.069.10 578,069.10 29.10 0.00 $0.00 50.00+ $0.00 $0.00 $0.00 $0.00 $0.00 29.10_ 0.00 l 50.00 50.00 50.00 $0.00 S0.00 $0.00 $0.00 Sales Tax on Consumables: S0 0.00 $0.00 $0.00 0.00 + Subtotal: 91.61 S3,844.92 $0.00 S0.00 $78,069.10 581,914.02 _ $0.00 Safety _0151801 _ $96.12 $96.12 Small tools 0152990 $24031 $240.31 Consumables 0152903 5480.62 5480.62 + $0.00 Subtotal: $3,844.92 $817.05 $0.00 578,069.10 $82,731.07 Subtradc Bond 0174400 $11,710.37 $11,71037 Performance&Payment Bond 0174350 $613.87 $613.87 Builders Risk 0175100 $79331 $793.31 General Liability Insurance 0175220 $282.75 $282.75 • Subtotal: $3,844.92 $14,217.34 $0.00 $78,069.10 $96,131.36 Overhead&Profit 0192310 _ _ S6.612.79 $6,612.79 Texas Franchise Tax 0176000 $1,027.44 $1,027.44 TOTAL: 53,844.92 $21,857.58 $0.00 578,069.10 $103,771.60 PCO 90B PCO 90B-Drain Line reroute and cores @ Administration Building Drain line reroute to avoid conflict with fire suppression system. Carollo sub LNV requested a cost proposal for coring and rerouting of pipes to avoid conflict with the fire suppression system. RFI 301. From: MuLCrowell To: John Crowell Subject: FW: 180016-024 Change Order-Updated Date: Wednesday,February 18,2015 10:46:28 AM Attachments: L1aoe002,ono inlage005.onq • From: Dustin Doyle[mailto:ddoyle@rosendin.com] Sent:Tuesday,September 23, 2014 5:50 PM To:John Crowell Cc: Brandon Wilson; Patrick Phelps; Clay Howard Subject: RE: 180018-024 Change Order- Updated John, See below. -Plumbing Total:$13,801.00(includes OHP) Includes(4 Cores) :, .:: : • The$17,738 subcontract value was the pith ni,h,g sub:errtreeh,r quote anel-Lering quote. . - . . : • The locations for the plumbing cores are marked on the beams(on site). The locations for the electrical coring will be the same route that the current conduits are located(just located in the beams above the conduit). I'll get you the coring sizes/diameters,but I cannot imagine how that would play a role in determining if the price is good? Currently,we are looking at a 47 working day extension if the work can be done simultaneously. Within the working 40 days,we are estimating 7 working days of coring. We do not have overtime bid into this change order. We do not have multiple mobilizations bid into this change order. If the owner elects to perform only the plumbing work,we will have a small adder to the Plumbing Total($13,801.00)to cover additional general conditions/supervision for monitoring subs. I will also have to confirm with the subcontractor on quantity of extended working days. Please call me if further discussion is needed. Sincerely, Dustin Doyle South Texas Division Manager • • Rosendin Electric Direct: 361-248-4901 ext 701 Fax: 361-248-4906 Cell: 512-844-9033 From:John Crowell [mailto:johncroOgrahamus.com] Sent: Monday,September 22, 2014 9:50 AM To: Dustin Doyle Cc: Brandon Wilson; Patrick Phelps; Clay Howard Subject: RE: 180018-024 Change Order-Updated Dustin, We just went through the approval for Admin Bldg—lower level-Total Fire Protection coring,it generated a large amount of questions on coring pricing between the Engineer and the CM.They wanted to confirm the locations,the number of cored holes,diameter,roughly how long it would take(II cores/day,It days),any sources of extra costs like overtime,crew size,etc. To cut to the chase,can you please have the team break costs into Plumbing work(if we must core holes to run gravity drains)and Electrical work separately. I saw the$17K Subcontract cost,if that is the coring costs please confirm the locations,the number of cored holes,diameter, roughly how long it would take(ft cores/day,It days),any sources of extra costs like overtime,crew size,etc. since they will have to be approved by the Engineer. Then please separately group the costs for any electrical conduit relocation. I saw the$17K Subcontract cost,if that is the coring costs This way the Engineer or CM may elect to do all the work or only core for the plumbing. Please let me know if you have any questions.Thank you. John Crowell P.E. Sr. Project Manager Your Construction Solutions Partner 9709 Third Avenue NE,Suite 300 I Seattle,WA 98115 Office:361.881.1279 I Direct:361.446.6430 I Fax:206.729.8845 johncro@graham Jtcom I www.grahanitt$cQin COMMITMENT I INTEGRITY I RELIABILITY From: Dustin Doyle[mailto:ddoyleOrosendin.com] Sent: Friday, September 05, 2014 9:02 AM To: John Crowell; Patrick Phelps Cc: Brandon Wilson • • Subject: FW: 180018-024 Change Order- Updated John/Patrick, Please see the attached costs for the repiping/coring below the admin building. We will require and executed change order prior to proceeding. Please call with any questions or concerns. Sincerely, Dustin Doyle South Texas Division Manager Rosendin Electric Direct: 361-248-4901 ext 701 Fax: 361-248-4906 Cell: 512-844-9033 • From: Brandon Wilson Sent: Friday,September 05, 2014 8:50 AM To: Dustin Doyle Subject: 180018-024 Change Order- Updated Attached- Thank you, Brandon Wilson Assistant Project Manager Rosendin Electric 2050 Saratoga Blvd. Corpus Christi,TX 78417 direct: 361-248-4901 EXT.714 cell:361-737-5907 The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient,you are hereby notified that any review, retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer. Thank You. New Broadway WWTP,Corpus Christi,TX PCO# 90 Admin Bldg Elevation Conflict Utilities•Rosendin B PCMI: Tax Rate: 8.25% RFP#: Chance Description:Core and Reroute Plumbing Only Payrol r..eur. Uof Avg crew Total Labor Unit Material Equip Total Taxes& Labor Equipmen Description ..,.....T c.a. Qty M Rate Hours Hours Unit Price Unit Price Sub unit Price Labor Insurance w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 1 HR 30.00 1.00 1.0000 $0.00 $0.00 $0.00 $30.00_ $12.00 $42.00 $0.00 50.00 S0.00 $42.00 Budget Revisions ( 0104620 1 HR 75.00 1.00 1.0000 $0.00 $0.00 $0.00 S75.00 $30.00 S105.00 $0.00 $0.00 S0.00 S105.00 Forman I 0104130 4 HR 37.50 4.00 1.0000 $0.00 $0.00 $0.00 $150.00 $60.00 - $210.00 $0.00 $0.00 $0.00 S210.00 Site Scheduler ,0105130 0 HR 40.00, 0.00 1.0000_ $0.00 S0.00 $0.00 S0.00_ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 _I 29.10 0,00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00_ $0.00 $0.00 29.10 0.00_ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00, $0.00 $0.00 $0.00 $0.00 _ _ 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 29.10 0.00 $0.00 S0.00_ $0.00 $0.00 50.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00, $0.00 $0.00 50.00 $0.00 Core Beams-Reroute Plumbing- Rosendin Elect 1 lot 29.10 0.00 513.801.00_ $0.00 $0.00 $0.00 S0.00 $0.00_ $13,801.00 513,801.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Sales Tax on Consumables. SO_ _ _ 0.00 _.====MM $0.00 $0.00 0.00 Subtotal: 6.00 $357.00 $0.00 $0.00 $13,801.00 S14,158.00 $0.00 Safety 0151801 $8.93 $8.93 Small tools 0152990 $22.31 $22.31 Consumables 1 0152903_ _ S44.63 $44.63 i . .. _ _ $0.00 Subtotal: S357.00 $75.86 $0.00 $13,801.00 $14,233.86 Subtrade Bond 0174400 $2,070.15 $2,070.15 Performance&Payment Bond 0174350 $105.98 S105.98 Builders Risk 0175100 $136.95 S136.95 General Liability Insurance 0175220 548.81 $48.81 Subtotal: _ _ _ $357.00 $2,437.76 S0.00 $13.801.00 $16,595.76 Overhead&Profit 0192310 $1,109.26 $1,109 26 Texas Franchise Tax 0176000 $177.05 $177.05 TOTAL: 5357.00 $3,724.07 S0.00 $13,801.00 $17,882.07 PCO 91 42"Tie In Graham started work but was requested to not complete it. Includes sunk costs to date for pipe fab and fittings,shoring and trench box rental,rental of excavator,excavation,rental of crane,etc. Change Directive 21. x$x 8 8 8$8$8 8 N 8$8$$*�$.Z..,$N p$8 8 12$8$ Ft$8 P87182. ! 4 T H 4 h S. ;O y NV.;4,-; r}8�.4N 7 YCi-. Y+X ,4z 71K r..41,Oi...4 ,I pq wfi v K »N vi'_Kgi'q .<G Ni « '4 • N Vf Y�1 N N a.Y{ vj 71.41 N J1 V4 N P N o Sri -i - N c4 gp Yr N N N N » N N » 8888888888888 R88A888'.8"8x 8888 88 1 1 7 Vgsggg5Sggggg,,,A pg ggg Rggg SR Q. 4 d t3, A co) ,* n N 9 n lOgigaS Jrf CJr[7�i drS gin ti51SS rg- +�i JAS gi g'' 9i JG g f 3 N» M N 7 `CC,', Fl d �Yr��' N » N (38$8888$88888888$8$888$$ 88 888 ; hiP, '-.��' �eP4, ; ^- gggggggg,gggggggggggggggg '-xgn ggg• ry " A .0�•M h ! T[ N ,..;,9 CK L F !W MaUFggIgggggggggggg gggg AS ? g & g 8N NNN Yr P M - » » » » -q ;88$$$$$$ 888$$88$8$8$88$ ;8$j$$$$188g$Br8$8$'$'8$ 888$ 88$ gi$ , enNpSNKaggggggglNp_pNg gNNpHAQKi Y .1-. V l » ,.3888$$8.8$$88$$888$8$$$$$ $888 $$ 32RQgsWp4Rgggggggggggggg gggg AS E-A P t1d K»" „'" �n�v N » V tk $$'=$$$::$$=$ $=8e�8 8 YKcNgNJG gIY,ggg,9, ARt gk a hi 4 6, 1I a 0 8$33$888$$4$8$8. 88 2.88 6I„ggggg'arggggrgggggg @IF w' Ct. `{ .5kgggggiggggg aggggggg , G a - 1 N a= g 3x$88$$8888 X8888 8888 88=88 o g.t4 a q qq d—g o d d d d d d u de c d d d� .Y t8$$$g;8..8c5. .ccaco a ii Qq 5 WP2S 6666 wQQw W4 66666 6666 6 . k '' 'i— $ "'v 4'Zi fv'. Y = g _ 6 5 ... coo coot c 158f = 6 yf 7 . C o t ' V rpe ti 4.7'-g } k 8 ,L, L al E p f r,:-,c 'C� °`C 4t 5TEm �C F3� 5 a c Y _ g� g 4 t C QyWe 7_`233 .i d A9 =z x� g fi e C ? c S S i 5 3 E F a g g - �i ��C I u J y 6 0 6 2 U NA .�r[� U E e _ a 4..7.: 7, 8 z€R ced m[ANIL a mU F� m% t 6 Pk J.= l r d,;0 N v&ko N 6 P. F Change Directive # 21 • FREESE ?NICHOLS Corpus Christi New Broadway VWVfP Carollo Program Printed 02/19/2015, Page 1 of 1 42" Effluent Tie-In Submitted : 02/03/2014 Submitted To: Carollo Engineers,City of Corpus Christi,Freese& Nichols,Graham Construction,John Crowell Revision Date: Status: Pending Priority: Low Created By: Freese&Nichols,Adam Payne Created: 02/03/2014 Design Clarification: See attached pdf for 42in Effluent Line Tie-In Plan and Detail sheets. The Contractor is directed to tie-in the 42inch effluent line per the attached sheets and project specifications. Provide cost and time impacts to the CM team for the proposed work included in this Change Directive. References Specification#02084 Published Drawing#083-01-Y-08 Published Files 42in Effluent Line Tie-In Plan and 187.86 KB Detail S&S 1.31.14.pdf eadoc 8 9 B i i i 8 8 $ 8 $ • ly 4 `7 9b A 6R § d'gt a • 14 },! h6�'�F� 5' R. p s '�Sh' al i i ` -x..I ea 1 --i r , ci J• o I a , it. / j {y _ _ \,•\ �, ./ F, V I, . x I � '0?/y It. 8 8 8 8 B o 8 8 ei diA lll 9a= ttp �_ a 08 a�aa6A6 pp _ M 'iE �a{d 9 BadI 1p 11 6 a Zm i / 11- 11 s `s8 N 11 i 054! ill ii it p Y ■ 1 l0 3 a ^�73 n F2 ;R L's; ${� I ''' II ° _ $ L :1 1 .� oin' - iVI , BROADWAY WWTP gi CITY OF o z CORPUS CHRISTI LNV o Z EFFLUENT LINE REHABILITATION TEXAS o tll ? WASTEWATER eng nee,s ush;tsals I conv.cton o rJ, 42" EFFLUENT LINE TIE—IN PLAN -w DEPARTMENT "":6'.--.7."'"2- szi u;� j~ AND DETAIL Depo,tment of Eo,„ee,rq Seroces 0 • • • PCO 92 Motorized Overhead Doors SDB/HW Power to the roll up doors at the SDB and the headworks was not included in the drawings. Carollo sub Mike Colwell reply gave routing and circuit connection instructions. RFI 385. • • Change Order Request C.O.R.# 180018-02 I(OSI•.NI)IN G.C. # ..� ELECTRIC Date: /2014 Project Name: 180018 Broadway WWTP Project#: 180018 To: Graham Construction Services, Inc. From: Electric Attn:John Crowell 2995 Lone Oak Circle,Suite 1 Corpus Christi,TX 7841 Eagan,Mn 55121 Phone: (651)687-0648 Fax: (651)687-0947 Phone:(361)248-4901 Fax: (361)248-4906 We hereby propose to make the following changes: Exclude: -Overtime Labor Costs -Structural Integrity of Building after Core Drilling Change Order Price Original Contract Amount $6,480,000.00 This price is good for 20 days. If conditions change,this price is void. We are requesting a time extension of days in conjunction with this change. /2014 Author Date Sent El 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 Page 1 of 1 • Rosendin Electric CHANGE ORDER SUMMARY SHEET Project Name: Broadway WWTP Change Description: Motorized Doors REI Change No:025 Date: 14-Nov-14 Taxable: No MATERIAL/QUOTES: Amount Op Rate Extension Subtotals&Totals Material Total: $9,129.19 X 1.0 $9,129.19 Material From T&M Recap Sheet: $0.00 X 1.0 $0.00 Total Quotes: $0.00 X 1.0 $0.00 Total Freight: $0.00 X 1.0 $0.00 SUBTOTAL: $9,129.19 LABOR: Straight-time Labor: 123.81 X $39.76 $4,922.69 Overtime Labor @ time&one half: 0.00 X $57.31 $0.00 Double Time Labor. 0.00 X $74.50 $0.00 Instrumentation Straight Time Labor: 0.00 X $75.00 $0.00 Total Manhours: 123.81 Labor from Time and Material Sheets: a of Hrs&labor Ext from Attachment 0.00 $0.00 General Foreman Straight-time Labor(10%of Man Hrs): 123.81 12.38 General Foreman Straight-time Labor: 12.38 X $57.44 $711.16 General Foreman Overtime Labor(10%of Man Hrs): 0.00 0.00 General Foreman Overtime Labor @ time&one half: 0.00 X $79.78 $0.00 General Foreman Double Time Labor(10%of Man Firs): 0.00 0.00 General Foreman Double Time Labor: 0.00 X $102.12 $0.00 Estimating Time: 0.00 X $71.87 $0.00 Mat. Proc.&Handle(5%of Labor Cost): 4,922.69 X 5.00% $246.13 Update As-Built Dwg's 0.00 X $59.86 $0.00 SUBTOTAL: $5,879.98 $5,879.98 DIRECT JOB EXP: Consumables/Expendable Tools(6%of Mat.): $9,129.19 X 3.00% $273.88 Drawing Reproduction and or BIM: $0.00 X 1.0 $0.00 Safety @$0.50/MH 136.19 X $0.50 $68.10 Equipment: $2,600.00 X 1.0 $2,600.00 Project Mngmt. 5%of Labor: 5,879.98 X 5% $294.00 Total Subcontractors Quotes: $0.00 X 1.0 $0.00 SUBTOTAL Direct Job Exp $3,235.97 $3,235.97 Credit: $0.00 X 1.0 $0.00 $0.00 Material/Labor/DJE/Credit SUBTOTAL: $18,245.14 Warranty: $18,245.14 X 0% $0.00 $0.00 SUBTOTAL: $18,245.14 Material Sales Tax @ 8.25%if Project is Taxable: $9,129.19 X 0.00% $0.00 $0.00 Liability/Builders Risk: $18,245.14 X 2% $364.90 $364.90 SUBTOTAL: $18,610.05 MARK-UPS: Overhead/Profit @ 15% $18,610.05 X 15% $2,791.51 $2,791.51 SUBTOTAL: $21,401.56 Total Subcontract Values: $0.00 X 1 $0.00 $0.00 Overhead/Profit for Subcontract @% X 15% $0.00 $0.00 $21,401.56 SUBTOTAL: $0.00 Bond Premium: $21,401.56 X 1.0% $214.07 $214.02 CHANGE ORDER TOTAL: 1 $21,615.57 Description Quantity Trade Price Unit Labor Unit Total Material Total Hours Material Condition 1 8"x6"x4" HINGED COVER NEMA 4 1 147.9 E 1.65 E $ 147.90 1.65 Normal 2 3/4"FORM 7 FELAROYT CONDULET 4 15.56 E 1.5 E $ 62.24 6 Normal 3 2"FORM 7 FELAROYTCONDULET 1 70.47 E 4.1 E $ 70.47 4.1 Normal 4 2"FORM 7 STEEL CONDULET GASKET 1 6.27 E 0.7 E $ 6.27 0.7 Normal 5 3/4"ARC(AL) 400 277.27 C 8.2 C $ 1,109.08 32.8 Normal 6 3/4"ARC MYERS HUB 5 604.58 C 30 C $ 30.23 1.5 Normal 7 3/4"AL GRD BUSHING 10 948.02 C 67 C $ 94.80 6.7 Quoted 8 3/4"ARC STRAP 21 127.7 C 6 C $ 26.82 1.26 Quoted - • 9 3/4"LT FLEX 12 417 C 7.5 C $ 50.04 0.9 Normal 10 3/4"IT STRAIGHT CONNECTOR 8 603.36 C 27 C $ 48.27 2.16 Normal 11 15/8"SLOTTED GALVANIZED CHANNEL 20 510.98 C 22.5 C $ 102.20 4.5 Normal 12 3/4"SS STRUT CLAMP 1. 338 C 4.5 C $ 3.38 0.04 Normal 13 #12 THHN/THWN STRANDED 800 278.6 M 9 M $ 222.88 7.2 Normal 14#12/3C THHN TRAY CABLE 800 553.02 M 27 M $ 442.42 21.6 Quoted 15 15.3"SUPER-GRIP CABLE TIE (SGS) 200 34.92 C 0.05 E $ 69.84 10 Normal 16 3/4"Korn Clamps 11 1.71 E 0.7 E $ 18.81 7.7 Normal 17 NEMA 4 SS SIZE(1)COMBO STARTER 4 1,070.59 E 2 E $ 4,282.36 8 Normal 18 SQD MODEL 6 MCC 20A BREAKER 2 1,170.59 E 2 E $ 2,341.18 4 Normal 19 2"CORE 12"WALL 1 0 E 3 E 0 3 Normal $ 9,129.19 123.81 TOTAL New Broadway WWTP,Corpus Christi.TX PCO# 92 Motorized Overhead Doors Electrical Utilities-Rosendin PCM#: Tax Rate: 9.25% RFP#: Chance Description:Provide a dedicated 20A Circuit from DP55A m SDB for motorized electric overhead doors Payrol Function Uof Avg crew Total Labor Unit Material Equip Total Taxes& Labor Equipmen Description ..,....-T c.ac Oty M Rate Hours Hours Unit Price Unci Price Sub Unit Price Labor Insurance w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 I HR 30.00 1.00 1.0000 50.00 50.00 $0.00 S30.00_ $12.00_ $42.00_ $0.00_ $0.00 $0.00 $42.00 Budcet Revisions 0104620 1 HR 75.00 1.00 1.0000 S0.00 $0.00 $0.00 $75.00 $30.00 5105.00 $0.00 S0.00 $0.00 $105.00 Forman 0104130 4 HR 37.50 4.00 1.0000 S0.00 50.00 $0.00 5150.00 960.00 S210.00 $0.00 S0.00 $0.00_ S210.00 Site Scheduler 0105130 0 HR 40.00 0.00 1.0000 50.00 50.00 $0.00 $0.00 90.00 90.00_ $0.00 S0.00 S0.00 $0.00 29.10 0.00 $0.00 $0.00 50.00_ S0.00 S0.00 S0.00 $0.00 1, 29.10 0.00 $0.00 50.00 S0.00 50.00 S0.00 $0.00 $0.00 I29.10 0.00 $0.00 $0.00_ $0.00 $0.00 $0.00 $0.00 $0.00 I 29.10 0.00 _ $0.00_ $0.00 50.00 $0.00 50.00 50.00 $0.00 I 29.10 0.00 $0.00 $0.00_ $0.00 $0.00 50.00 $0.00 50.00 I 29.10 0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 29.10 0.00 _ S0.00 50.00 50.00 50.00 $0.00_ S0.00 $0.00 29.10 0.00_ $0.00 $0.00 $0.00 50.00 50.00_ S0.00_ S0.00 Provide dedicated 20A Circuit from DP55A for motorized electric overhead doors SDB 1 lot 29.10 0,00 521,615.57 50.00_ S0.00 $0.00, $0.00 $0.00 $21,615.57 521,615.57 29.10_ 0.00 50.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 29.10 0.00 50.00 $0.00 $0.00 50.00 50.00 50.00 50.00 Sales Tax on Consumables: SO 0.00 $0.00 MMINE. 50.00 - 0.00 Subtotal: 6.00 5357.00 $0.00 $0.00 521,615.57 $21,972.57 S0.00 Safety 0151501 _ 58.93 SS.93 Small tools 0152990 922.31 I $22.31 Consumables -0152903 544.63 . $44.63 _ _ _ $0.00 Subtotal: S357.00 $75.86 $0.00 $21,615.57 S22,048.43 Subtrade Bond0174400 $3 242.34 $3,242.34 Performance&Payment Bond - 0174350 $164.39 $164.39 Builders Risk 0175100 -, _ $212.44 _ 5_12.44 _General Liability Insurance 0175220 575.72 $75 72' Subtotal: S357.00 $3,770.75' $0.00 - $21,615.57 525.74332 Overhead&Profit 0192310. $1,699.94 $1.699.94 Teras Franchise Tax 0176000 5274.43 $274.43 TOTAL 5357.00 $5,745.12 $0.00 521,615.57 S27,717.69 PCO X1 ATS Mods in ECR-1 for Generator This is for additional programming and modifications to the automatic transfer switch in ECR-1 to provide greater exercising functionality. These changes were provided by Carollo sub Mike Colwell in the March/April 2014 time frame. { ff , �I![ `)A|f • • - .r } k f | ` - \ - ! - ' f! / `` !�.! \ 4 1 ` /I | G ; , �j P || ` | ( . 4 ! r |7 ie !; / lg| 2) 4!, 4,! a3$U2h! ) (` x $ ; ; .E f ,, „ ¥ 2, ,7|;;|�vv.; 7 � - . { §)(l f if 8888 8888|f . ! . 8 8888. 228 ■r=sre$$$,Mf/ 888 88'8888888888 882 088888■■§n|� 888 882888585885 kk nr$ „|,,,,,s;;■§| 8 8 585 884888888888 ( { | ;§@§ § /�9 ■ $ss$ r$essr,r,..,I 1 : v 8 ; 85 S �i. 8 8888 888888888588= . S 528 !!.■■ls.r..r|f § 8 ! 8 8 888 888888888888 . 8 E x ! 8 § r # „■ 888 5585■- S 88 . | 8 8 888 ..y ee 88E- § 8 r ! S ., E t { j - /§|8 !|\Et,88 ;;q 88488888888s- ( • PCO X2 Generator Switchgear Communications This is to add additional communications in the generator/switchgear interface regarding parameters for auto switch over. In the March/April 2014 meetings on the generator changes related to PCO-X1, including Carollo sub Mike Colwell,it was determined this additional connection was required. ., . . , . . . , . . . . .888888888888 8888 99t8898 8.3g5 4 4,gtagaaga.tag Ogga 04.01 pg25 t 4 4 i — a • a a ,888888888888 888 88 8 8 agggSgSg9gggg Rgg k 9 9, k a a _ a • .388888888888 888 8 r J. SaggaggggAggg 9, a 888 g 8 3 -8.88888888838 8888 9, tS.8 8 88 ; aaaggsagagaga gaaa g 1/ u - u a 3888889,9,9,838 888 8 8 IFUgggSggSgIgg gag g 1 1 31 zia a .4/AWIMIX11 II! Ola n assasaaassas 888 lOttsaagaggaa 888 MAI Fi " 2 k ; a iili .34. 1'8838 IEgSgg il 11$$ !!!838U83 HUH - .. cc cOC.c... coc RigA,p44AAAAA a'.44 : 4 3 , I 8 f, 4 , . .1 U ci ,T, '.31ii 5 S 1 3 i i 1 li ° s, F 1 0 Ail 4 1 0 .1 lizi ; i z 0 i I ,1 ltp ! t • ,3 ) 25 / 4ii,t 4 x Z 0 PCO X3 ECR-1 Stair Landing Design There was a mismatch between the NW stair final landing and the achievable drive elevation to meet drainage requirements. Carollo advised via email that a step be constructed using standard details. 888868988,89=838 ?8..,yx8a 8i € s: ": zgegaaaaaaaaSaaa das6pri aDF„ §; 1 a s 7 aa * A G G a a :t f 88888898886898B. 8 , aaaaaaaaaaaa8 aaa a a a a a Q $88886866$66993 8 8 3 6 • Saaaaaaaaaaaaaaa a a a a 3- 368.8868988688889 8 ;aa fi Eigz G a z a 9aauaaaaaaaaaaa, a R.$ _ ao,,w . 3 a a w 3▪ 3i t4 ▪ f 4 888888988:598^88 3 ;fMraaaaaa4aasaa a a G u a 41888868888283333 EllUaE252329aa3'aa 1-1 388688388$89'83 la FFasaaaa aa8aa G h j�ila868 t 7 a '1a$$$ "saaa --Q88 _— i� aaa a 2222 ; 11 s li9986. 8 88.88889?$9884 t 68_3== Z' 21'11.! s nTj,in.i. Fl / 3W it 1 a a !Iti v t a I dS I C L • E 'E 1YY' - Y R`ic /. 2 7 S-i.J 3. S._ PCO X4 SCADA Programming Changes Changes to the SCADA programming beyond those originally identified during the configuration meetings and witnessed FAT testing in December 2012 and January 2013. . . 388822888888 8888 685F283 gq26 I: X $ 4 S9E151558833544 F.558 kasfilai.t sm 1.- 5 g 5 z•, " b888888888888 688 6 a s s aaaasassass pas y, ,: F, X ,., a 5 E, 5 3 a : 1 888888888838888 8 8 3 a Q Oassaaaaaasaa 883 s a 5 a /- '888888888838 8888 8 67.6 6 'i'i/P A g i ri ossaaasassaas 5354 5 3 6,a. I 1 ; ,5 6 88838888E8'88 ass 3 3 4 s 1V/69.58558585R 888 3 afX V V V 5 1888888888888 882 11 aiagaaasaaaas aas 388888883888 888 Mivaaaasassa Rag illIl 8 g I 5 3 , ii8888 33518 i 1111:1 i! 3 22'22 li ,-.. 1 Epier.-4AAAAAAAA AAA I 1 ITE,!AI I 3 7 I j 6 1r M i ;_8!! i, :-.3i r A 737.4 —. El ? : i t,1 i I t.1 z 3i i 1 ! 1 1 1 1 ="1! IL ?A I Ak1 I P.1 .-f.7 ... ; hif PCO X5 SCADA Relocation Relocation of SCADA from the temporary location in the old plant to the Administration Building. • 388838888 38 889 _lc.V,■� 8$:, - .- c g 3 ;;,_aaRRPR " »■&t 2| 6431 4 4 2 ! ! ; k ; � ; 7 - _ ` 8983988888.58 899 8 , - ; !■■,■■.,.■.a2 p a i # ! ! _ _ } _ § I. |!||||!§|||| 99$ | 8 | 8 1888888888888 8888 {&) a _§|\! § / _; § | I \ 38988888.8 88 888 t' _ - - lOgsS.a.»,|,g ,9. } } \ \ 98&!88888 88 188 ` D|u!!..■■„§,■ 588 88988¥G P,98 .i; fl!!l,,SSgSV■ SSA - !,■,s » !.gs i 1 A | !$955 ! V aasa 133!! r.1 !!!81|!!|!G!! !!!!! ! p.1..,,,,,!„ ... >aa,�r ir " ',Ail i ®1!!!! ' : ! Iq„ — . . /y ia¥)-!){ 35; 53S. / r k| 1 1 ® |! ` !) . 1 . (\ } !! }! | ) . Al ! !-! - f j 011 ! � ! }! l � , ) } � ��` 1 ! !kk&z DI) . j !| \ I f !f! \ ! ( PCO X6 Plant Power Cost during Construction This is to cover energy costs during the operating phase of the construction. The owner is responsible for power costs for the start up and commissioning phases. Specification 01110 Section 1.08E. • . . , . . . , . . . 888888888838 8.33.8 88srp583 3383 A n 3 agetgaggggAR 4ea2 ,ia -dgA. 4gs v 4 R i'l a a A aua 88$888888$88 888 8 8 8 8 Sagalsaaaaaas V•R ! 41 k 4 6 a 1.888R8RR$8$88 888 8 8 i 5 SaaaaaaaaRaga aa 9 a a a I38588888$888 8888 $ 8,PR r, 3383 A 4 2 oagalaaaRagag 8888 R 1„-7 1 i 3 ,-; i'4 .5 1 . " 388.9.8888.8898 93 8 8 - _ 10!sagRagagga gag il V u re! u 418.88888$$$$$$ 88.$ 111Uaa"agagRaa RaR " . . —........ 888388888888 883 110,,aagagagga gag' 17,888 8 kaaas i 1 a J. WIN liiRU iaa 1130;!!!!!!!!! .183!LI ,. . . ...' ilLI3Z;;;.;. tra. r.. 4 11 .2 3 -- , 6 6 I: 1!-n;; It8 74E4 il 1 ZLI i 1 a 1 2 0 i LI 1 i Z c Pi. .g i il, 1 5h1 lii 3.g.r.1 i j 0,1 1 011 1 ! ,f 1 • • PCO X7 Administration Building Parking Fire Alarm The RFI requested CAD drawings for the parking garage area as it was beyond the original scope and the fire marshal was requiring annunciators in the garage. Carollo said the system needed to conform to code requirements and was the responsibility of the fire system engineer. RFI 393. , . . . .888888888888 8888 8889888 8494 P ataaaaaaanaa §saa star-,264q 4q5 1 A A at4 A , 1$$$$$$$$$s$$ $$$ $ $ 8 aARR31151555554 kaa k A A 1 ) 5 a 5 a 5 asasasasassaasasa$a88a 888 a 8 8 8 saa a a a a 38$888$8$448$ $aaa 8 7,m7. 4 8394 9. g 1. ..8 aaaaaaaaaaaa saaa a -46 § .6,10 a a 6 4 1 n" I a A .8. a . 888888888888 pess s usgasalgsvig 9 4 u u a c u 1W51111111ill 888 41- _ 88.8888888488 888 119'55URSU5A55 555 3 11111 $ 3 U 18888 4'5552 3] : 88,88 t aaaal II 1 22!2 A ; 118$$V1P8A$a sppg a __.. . ..,.. . . ., IRPP4AP.AgAA4A VAA 1 I2Iggg g 8 , . Di.53,7; ifil. i&lp 1 i ..1 i 3 4 .1.....-t. , 5 Ce 5 ! / .1 a 11 2 1 i il I La ki ai , - i 1 1 Fili ., 1 ii gOA - i 1614 tilx I !k 1 I- I • • RFI # 393 FREESE Corpus Christi New Broadway wwip Ill ?N'CH LS Carollo Program Printed 02/19/2015, Page 1 of 1 Admin building fire alarm Submitted : 06/10/2014 Submitted To: Freese&Nichols,Graham Construction,Steve Eckersley Status: Closed Priority: High Due Date: 06/24/2014 Created By: Graham Construction,Jong Pak Created: 06/10/2014 Request: ***6/10/14*** Please see attached for request. Locations 19-Administration/Operations/Maintenance Building References Drawing#400-61-E-01 Published Files Fire Alarm-RFI.pdf 381.79 KB eadoc • • Request for Information RFI # 180018-0052 Ki, SGC RFI# KST CLCCTIIIC Date: 6/10/2014 Phone: (361)248-4901 Fax: (361)248-4906 KST Electric 2411 Rand Morgan Road Corpus Christi, TX 78410 Project Name: 180018 Broadway WWTP Project#: 180018 To: Graham Construction Services, Inc. REASON FOR REQUEST ACTION REQUESTED PROBABLE EFFECT Attn: John Crowell ® Insufficient Information ® Clarification 0 Increase Cost 2995 Lone Oak Circle,Suite 1 ❑ Engineering Conflict 0 Direction 0 Decrease Cost Eagan,Mn 55121 ❑ Alternate Proposal ❑ Approval ® Unknown Cost ❑ 0 Increase Time Phone: (651)687-0648 Fax: (651)687-0947 0 Decrease TimeRESPONSE REQUIRED BY: 06/17/2014 From: Dustin Doyle a Unknown Time REFERENCE: DRAWING NO.: FA Submittal SPECIFICATION NO.: SUBJECT: Admin Building Fire Alarm INFORMATION NEEDED: Due to standard Fire Marshall requirements,the already approved Fire Alarm drawings for the Administration Building at Broadway WWTP will have to be resubmitted for approval due to lapsed time between approval and inspection. In reviewing the resubmitted drawings(and Incorporating contractual changes since 2011)the following RFIs will need to be answered: 1. Please advise if the Fire Alarm Control Panel can be relocated to replace the Remote Annunciator Panel(please note that the annunciator will be mounted In the electrical room originally designated for the FACP panel). 2. Please confirm that the KNOX BOX will be located at the entrance of the stairwell. In conjunction with the above RFI's, please provide the following: 1. Please provide approved submittal drawings indicating location of the sprinkler riser, including dry pipe system,for the garage. 2. Please provide CAD files for the parking garage(was not part of the scope during the original submittal time frame). The Fire Marshall will require notification appliances throughout the garage area. RECOMMENDATION: Attached is the drawing recommending the code approved location changes for the FACP and Annunciator. RESPONSE: AUTHORIZED SIGNATURE COMPANY DATE Page 1 of 1 I. S R4 ROT -3. MQ3 1109 015 016 017 018 019 D20 R3 NOT e-L`--1-4E41--- />--r-7t----0.>—r--)..-----+ R2-12 R2-11 R2-t0 R2-9 R2-8 92-7 R2-6 R2-5 R2-4 R2-3 R2-2 R2-1 s 3000 75CD 15CD 750 1500 15CD 3000 1500 75CD 7500 15CD 11000 014 013 012 1(08 011 1107 1102 010 009 DOB r; • RFI Response # 2i FREESE ll ?NICHOLS Corpus Christi New Broadway WWTP Carollo Program Printed 02/19/2015, Page 1 of 1 Subject: Carollo Engineers Response to RFI#393 Submitted : 06/30/2014 I Created By: Carollo Engineers,Rene Aguilar Type: Official Response: Submitted by Rene Aguilar,Carollo Engineers(06/27/2014): The Fire Suppression System is based upon Specification 13930 of the Contract Documents.This specification is performance based and requires design and installation to be in accordance with the City of Corpus Christ Building Department, City of Corpus Christi Fire Marshal,and the most recent applicable fire codes.The Fire Systems Engineer is responsible for the equipment and locations of all the required equipment for a complete system. Therefore,the questions about the fire alarm control panel,remote annunciator panel,and knox box should be directed to the Fire Systems Engineer. In addition,the questions regarding the approved submittal drawings for the Fire Suppression System and the Project CAD files should be directed to Graham as they have the information requested. eadoc PCO X9 RAS Spool Mods There was a bust in the coordinates of the pipe going from the Ameron to the pump station. This resulted in about a 6'change to the connecting pipe. Field discussions took place between Graham and Carollo at time of occurrence. New Broadway\V\VTP,Corpus Christi,TX PCO# X9 RAS Spool Mods Cost Backup PCM#: Tax Rate: 8.25% RFP#: Change Description:Layout discrepancy on Contract Drawings Ameron Pipe-RAS Payrol Fumakm Uof Avg crew Total Labor Unit Material Equip Total Taxes& Labor Equipmen Description ...-T ewe Qty M Rate Hours HoursUna Price Una Price Sub Link Price Labor Insurance w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation _ 0104165 I HR 30.00 1.00 1.0000_ $0.00 S0.00 50.00 $30.00 $12.00 $42.00 $0.00 $0.00 $0.00 $42.00 Budect Revisions 0104620 I HR 75.00 1.00 1.0000 $0.00 $0.00 $0.00 S75.00 $30.00 $105.00 $0.00 $0.00 $0.00 $105.00 Forman 0104130 4 HR 37.50 4.00 1_0000 $0.00 $0.00 _ S0.00_ 5150.00_ $60.00 $210.00 $0.00 $0.00 $0.00 S210.00 Site Scheduler 0105130 0 HR 40.00 0.00 1.0000 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 S0.00 29.10 0.00' _ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 29.10 0.00 $0.00+ $0.00 $0.00 $0.00 $0.00_ $0.00 $0.00 29.10., 0.00 $0.00 $0.00 $0.00v $0.00 $0.00 $0.00 S0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 S0.00_ $0.00 $0.00 $0.00 $0.00 $0.00 I _ 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 Layout discrepancy on Contract Drawings Ameron Pipe-RAS 1 lot 29.10_ 32.79 $4,000.00 $270.00 $954.19 $381.68 $1.335.86 S4,000.00 $270.00 $0.00 $5,605.86 29.10 0.00 $0.00 $0.00 $0.007 $0.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Sales Tax on Consumables: _ SO 0.00 $0.00 $0.00 0.00 _ Subtotal: 38.79 $1,692.86 $4,000,00 $270.00, $0.00 $5,962.86 _ _ $0.00 Safety I 0151801 _ 542.32 $42.32 Small tools r 0152990 I $105.80 5105.80 Consumables I 0152903 $211.61 $211.61 I $0.00 Subtotal: $1,692.86 54.359.73 $270.00 $0.00 56.322.60 Subtrade Bond 0174400 $0.00 $0.00 Pcrfonnance K Payment Bond 0174350 $41.10. $41.10 Builders Risk 0175100 _ _ 553.11 553.11 General Liability Insurance 0175220 $18.93 - $18.93 Subtotal: 51,692.86 $4,472.87 $270.00 50.00 $6,435.73 Overhead&Profit 0192310 $965.36 $965.36 Texas Franchise Tax 0176000 $74.01 $74.01 • TOTAL: _ $1,692.86_ $5,512.24 $270.00 S0.00 $7,475.11 • PCO X10 SS Pole Brackets This is regarding the attachment of light standards on gratings. Carollo stated It would be covered in a change directive. RFI 372. New Broadway WWTP.Corpus Christi,TN PCOtt X 10 SS Light Pole Brackets PCM tt: .I ax Rata. 5.255 RFP#: Chatter Description:Light Bracket Support Detail nti»int on Contract Drawines-HW Payrol Funcraw Uof Avg crew Total Labor Unit Material Equip Total Taxes& Equipmen Description ,...,.._T code Qty NI Rate Hours Hours Unit Prim Unit Prim Sub Unit Prim _ Labor Insurance Labor w/PTI_ Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 HR 30.00 0.00 1.0000_ 50.00 $0.00 $0.00 50.00 50.00 50.00 50.00 $0.00_ $0.00 50.00 ^Bucket Revisions 0104620 I HR 75.00 0.00 1,0000 50.00 50.00 _ $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 S0.00 Forman 0104130 4 HR 37.50 1,00 1.0000 S0.00 $0.00 $0.00' $37.50 515,00 552.50 50.00 50.00 $0.00 $52.50 Site Scheduler 0105130 0_HR 40.00 0.00 10000 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.001 $0.00 50.00 50.00 _ 29.10 0.00 $0.00 $0.00 50.00 50.00 50.00 $0.00 $0.00 _ 29.10 0.00 50.00 50.00 50.00 $0.(0 $0.00 $0.00 $0.00 29.10 0.00 $0.00 S0.00 50.00 $0.00 S0.00 50.00 $0.00 29.10_ 0.00 l 50.00 $0.00 $0.00 $0.00 50.00 50.00 $0.00 29.10 0.00• $0. $0.00 $0. : 00 00 S0.00 50.00 $0.00 $0.00 29.10 0.00 50.00 50.00 50.00__ 50.00 50.00 50.00 50.00 29.10 0.00' 50.00 50.00 50.0() $0.00 $0.00' $0.00 50.00 29.10 0.00 50.00 50.00 $0.00 $0.00+ $0.00 50.00 S0.00 Licht Bracket Support Detail _ missing on Contract Drawings- HW L I Iol 29.10 2.13 55.561.00 550.3(1 561,84 $24.74 S86.57 55.561.00_ $5930 $0.00 55.706.87 _I 2_9.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 _ 29.10 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 Sales Tay on Consumables: 50 0.00 $0.0)0 $0.00 0.00 Subtotal: 3.13 ,, SI39.07 55,561.00 $59.30 50.00 55.759,37 50.00 Saler: 0151801 $3.48 $3.48 Small tools 0152_990 _ SS.69 I $8.69 Consumables 0152903517.35 517.35 . $0.00 Subtotal: 81.907 $5,590.55 $59.30 $0.00 S.5.788.93 Suhtradc Bond 0174400 __ $0.00 $0.00 Performance&Payment Bond _ 01 74350537.63_ 537.63 Builders Risk _ 0175100 548.63_ 548.63 General Liability Insurance 0175220 $17._3 S17.33 Subrou : - _ 1 5139.07 $5,694.14 $59.30 $0.00 55.392.51 Overhead&Profit 0193.310I $S83.8S $853.88 Texas Franchise Tax 0176000 567.76 567,76 TOTAL: __ 1 _ $139.07 $6.645.75, 559.30_ $0.00 56.844.15 RFI # 37211111111 FREESE Corpus Christi New Broadway VWVfP ?NICHOLS Carollo Program Printed 02/19/2015, Page 1 of 1 Mounting of Light Poles - Steel {Submitted : 05/17/2013 Grate Submitted To: Adam Payne,Freese& Nichois,Graham Construction,Richard Provolt,Steve Eckersley Status: Closed Priority: High Due Date: 05/28/2013 Pending On User: Richard Provolt, Steve Eckersley Pending On Org: Freese&Nichols Created By: Graham Construction,John Crowell Created: 05/14/2013 Request: 5/14/13 Multiple locations require pole lights to be mounted on steel grates(see attached for quick reference). KST Electric is concerned that mounting R&S light poles to the steel grate may affect wind rating requirements and/or the structural integrity of the steel grate. Please provide details for mounting R and S light poles to the removable steel grate(s)or provide new location(s)for light poles. References Drawing#333-11-E-02 Published Drawing#344-21-E-06 Published Drawing#360-24-E-01 Published Drawing#361-24-E-02 Published Files RFI 180018-0049 Mounting Light 585.44 KB Poles.pdf eadoc Request for Information K*- RFI # 180018-0049 GC RFI # KST Date: 5/14/2013 Phone: (361)248-4901 Fax: (361)248-4906 KST Electric 2411 Rand Morgan Road Corpus Christi,TX 78410 Project Name: 180018 Broadway WWTP Project#: 180018 To: Graham Construction Services, Inc. REASON FOR REQUEST ACTION REQUESTED PROBABLE EFFECT Attn: John Crowell to Insufficient Information ® Clarification 0 Increase Cost 2995 Lone Oak Circle, Suite 1 0 Engineering Conflict 0 Direction 0 Decrease Cost Eagan ,Mn 55121 o Alternate Proposal ❑ Approval ® Unknown Cost 0 ❑ Increase Time Phone: (651)687-0648 Fax: (651)687-0947 0 Decrease TimeRESPONSE REQUIRED BY: 05/21/2013 From: Dustin Doyle to Unknown Time REFERENCE: DRAWING NO.: 11-E-02,21-E-06,24-E-01, SPECIFICATION NO.: 24-E-02 SUBJECT: Mounting of Light Poles-Steel Grate INFORMATION NEEDED: Multiple locations require pole lights to be mounted on steel grate(see attached for quick reference). KST Electric is concerned that mounting R&S light poles to the steel grate may affect wind rating requirements and/or the structural integrity of the steel grate. Please provide detail for mounting R and S light poles to the removable steel grate(s)or provide new location(s)for light poles. RECOMMENDATION: RESPONSE: AUTHORIZED SIGNATURE COMPANY DATE Page 1 of 1 RFI Response # 21111111161CHOLS REESE Corpus Christi New Broadway WWTP Carollo Program Printed 02/19/2015, Page 1 of 1 Subject: Carollo Engineers Response to RFI#372 Submitted : 06/13/2013 Created By: Carollo Engineers, Rene Aguilar Type: Official Response: Submitted by Rene Aguilar,Carollo Engineers(06/13/2013): A response to RFI No. 372 will be addressed in a Change Directive to the Contractor via FNI and EADOC. • eadoc z3 kil 1 ' (B .•.: -,..4, •.e: ii ‘ fitr. 74 4 f 1 r--- tc.1. __ __ ..... 4 1 '• i $ .f ! 1 • . Ir 1 i t 4-',10 ' , 0 __ ___ ____ • q A / -__—_-.----- i _________._ _____— ,„,,,,;.e_e.:_.,.. it, :1 000° 00i. <> i I 21 bc1 7,2; i•IP A 7.40 t—i _ • ._ • _ _.. NEW BROADWAY - ,\ CITY Or (V carrilin „ „e,,,, . WASTEWATER TREATMENT PLANT CORPUS CHRISTI TEXAS • ... WASTEWATER """*---- DEPARTMENT . . . z is (ID —i !-1_— r4.; `` Ili 6�) I i111 1 U' r '{{'3'3••II�r h A I I 1 ', , , t I t 1�� r • ,1 0 p • 0 r., ,:. , 000000„ . ,,, 4 3 $ 1131 I .3 6 k p g S 1 • 3 , t f, 7� —__—_ t—__ rn NEW BROADWAY A u!r or Cara!/o n CORPUS CHRIS II $, WASTEWATER TREATMENT PLANT .rve.I Ikn-yut.�1051VVIMittl. TEXAS .4 ,• WASTEWATER "".,— DEPARiMEf!! w. • AS,2 S•AV ti 1..Q'a len u,rert ellSi isi. . , I .9 ! . 1 ; I I 1 0 i i 1 1 I .(> , , I G) il ()( 1 :1 6 ' . I :4'14 !I 0: I •1 -P I I I -' 11, d I 1 1 I i I .1 i I o 1 i c.. 1 1 1 i____—_.—_____ _____:;) 1 .. II Oft I . . . c'. 1 I c-11 I NI 0 : i 1 I E I " I • ''1 I i i 0 o 0 .0 ! Tirl;), l' , , I It 0 1 L___ ,i 1,, - . :Li 0 0 000 0 cl000p oo 1 4 -:. 1, ! iii ! 11 $ 0 r P # $ 1 i f, i g S I $ f • 4 ' H'i , ;: .. . •. . , . .. .. ,. . . '_ __________,____ ' 0) NEW BROADWAY A Cll Y Of CORPUS CHRISTI Or-ca roll° L. WASTEWATER TREATMENT PLANT WASTEWATER ::: •,,,, ... """*"."- DEPARTMENT ;‘', • :4: It:,4,,.(t, I!E: iu :AI f I A';-. .,.1 ,I , , . • . ' . , i. t.. _ 6] • 00--A (I -- ii ...., i....u'll- . ..,. , -- 54 , •O/Ae t • , t. ; i<>: 1,. . , •it:7 0 ------- -jt.t .. ... l'. 1; . 1 -1D . r 0 s, •s F0 ' ,,, • Cr t', ,i` .. ,tt •0 . . 's, la t,ti t.T , • 11 I:i, 11 4, .. . Do ' Oi -1,. ...i 0.4 1. 1 ,:i • •- • ... ... I ....i. • 11 17i :' . . ,O .) fls,' n irrti -A- E----i' ‘,..../ ,-.'f•kill i- • k I ! ': ' 1 I • Q,Ilar . i • .IC 1 I 01043 clig• tiO: e k J * 1 1 *_;4 11 .'f7.1 11 •" h . ' .---"/ F.,4 , , .-- ••• [104.t; A ti ,r, rasp' • • - •r) :a <> j (.4 1-3 313 4 5)„ rs• -, .• 110 OW • 1 1 t <><> :1)• ;iii 1.3 re () LI • . , • ,,..., '..\\. i • ,(.- V 11 fi $. ) \ ti- qi 1. .., ‘,. / .., .... .. ....... .„ . 00000000000000000000000000000000 t 0 0.000000 11 !. ; 11111 , ! t , 7Iii ILI ! ! ! ., , • ' , = 14-1H6 fV; k v. ": :21 . -p s. j.tti•H: ! , f ! . ' : ',.., ..! 0 - !. ... : . „ Hi °1 i i - kT ) . •1.. ' ' ; ' 21 g rn r-, t t t . .,, - NEW BROADWAY --.\ CITY OE PLANT A CORPUS CHRIS ( TI orcarollo ,..4 L WASTEWAJER TREATMENT TEXAS fT'I'Tt's 1"'11,4,ti•AW,..15.r.. . _ 1, , = = WASTEWATER . •. 1.l A040k4$ PUJAR As.0 LLAIN.4 (.4 4`.: ......-..- DEPARTMENT A...o,lx',A.,• • .,:0 ..'", ' 4 LEVI I 941i I I t....:••• . • a . I ... • • PCO X11 ECR-1 Deck Drains • In response to standing rain water on the west deck of ECR-1,Carollo requested installation of deck drains with detailed instructions on how to install the drains. RFI 370. New Broadway WWTP.Corpus Christi,TX PCO# XII ECR-I Deck Drains PCM#: Tax Rate R EN: Chance Description:ECR-1 Deck desitned w Zero slop: Payrol I Funct ton Uof Avg crew Total Labor Unit Material Equip Total Taxes& Equipmen Description r.,........T Code Qts M Rate Hours Hours Unit Price link Price Sub unit Price Labor Insurance Labor w/PTI Material Cost t Cost Sub Cost Total Cost Estimate Preparation 0104165 i HR- 30.00 0.00 I.0000 50.00 $0.00 $0.00 50.00 50.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 Budeet Revisions ,0104620 1,HR 75.00 0.00 1.0000 S0.00 $0.00 $0.00 $0.00 S0.00 _ 80.00 $0.00- $0.00 1 80.00 S0.00 Forman 0104130 4 HR 37.50 1.00 I.0000 50.00 $0.00 $0.00 $37.50 515.00 S52.50 $0.00 $0.00 50.00 $52.50 . - 0.00 1.0000 50.00: $0.00 $0.00 $0.00 50.00 S0.00 S0.00 $0.00 $0.00 $0.00 Site Sidiediller 0105130 0 HR 40.00 .. 29.10 0.00 SO 00 . 50.00 50.00 50.00 5.0.00 $0.00 50.00 '29.10 0.00 80.00 $0.00 $0.00 $0.00 , 50.00 80.00 $0.00 29.10 0.00 50.00 50.00_ :50.00 $0.00 80.00 50.00 50.00 _ - _ 29.1 0 0.00 80.00 50.00 50.00 $0.00 $0.00 $0.00 $0.00 - 29.10 0.00 50.00 50.00 50.00 $0.00 $0.00 $0.00 $00.00_ 29.10 0.00 80.00 $0.00 S0.00 S0.00 $0.00 $0.00 $0.00 29.10 , 0.00 S0.00,,. $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 29.10. 0.00 . , $0.00 50.00 50.00 50.00,„ 50.00 S0.00 $0.00 OCR-1 Deck designed w Zero slow-Drains Installed 1 Jot 29.10 , 237.05 , .841(7.2 0 , ... , $6.898.16 52.759.26 $9.657.42 5887.20 80.00 50.00 510.544.62 29.10 0.00 50.00 50.00 50.00 $0.00 $0.00. $0.00 80.00 - - 29.10 0.00 50.00 $0.00 $0.00 80.00 50.00 1 $0.00 50.00 Sales Tax on Consumahles: SO 0.00 MMMM=M. $0.00'1= =1 $0.00 0.00 - Subtotal: 238.05 59,709.92 8887.20 80.00 50.00 $10.597.12 50.00 . , , . . - - Safety _ 0151801 . I 5242.75 5242.75 , Small tools 0152990 . 1 $606.57 $606.87 Consumables 0152903 . 51.213.74 51.213.74I $0.00 . . . Subtotal: 89.709.92, 52,950.56_ 50.00 , $0.00 $12,660.47 . , , Subtrad - „ - e Bond 0174415) $0.00 1 $0.00 . . Performance&Payment Bond 0174350552.29 $82.29 . . , . , ., Builders Risk 0175100 510635 5106.35 - General Liability Insurance 0175220 _ . 537.90 537,90 - - . Subtotal: . 59,709.92_ 53,177.10 $0.00 80.00 $12,857.02 Overhead&Profit ,0192316. , $1.933.05 1 $1,933.05 • . , - Testis Franchise Tan . 0 ,176000 S148.2.0 $148.20 TOTAL: . _ $9,709.92 $5.258.36_ 80.00 $0.00. $14,968.27 RFI # 370 FREESE Corpus Christi New Broadway VVVVTP NICHtLS Carollo Program Printed 02/19/2015, Page 1 of 2 ECR-1 Upper Deck Drainage and Submitted : 05/13/2013 Proposed Trench Drains Submitted To: Adam Payne,Freese& Nichols,Graham Construction,Steve Eckersley Status: Closed Priority: Critical Due Date: 05/22/2013 Pending On User: Steve Eckersley Pending On Org: Freese&Nichols Created By: Graham Construction,Clay Howard Created: 05/08/2013 Request: '5/8/13' RFI 370—ECR-1 Upper Deck Drainage and Proposed Trench Drains Reference: Carollo Drawing 22-S-01 (Floor Plan at EL. 13.00)and attached Zurn Cut Sheets Carollo Drawing 22-S-01 Section B does not note any slope or fall to the concrete deck outside of the Switchgear Room and Electrical Control RM-1. Graham believes that this may cause inadequate drainage away from the doors during a heavy rain event. In order to prevent rainwater from moving into the Switchgear and Electrical Rooms under the doors,Graham proposes to install trench drains in front of doors#02,#04,and#05. See attached 22-S-01 for locations. A few trench drain suggestions by Zurn are also attached. If the above proposal is required,please provide type of drain,installation details, and drain pipe routing. Cost impacts will occur. Cost impacts will include labor and material to install a trench drain system in existing concrete. Locations 10-Switchgear/ECR-1/Aeration Basin/Blower Building eadoc • • RFI # 370 Corpus Christi New Broadway WVVTP Carollo Program Printed 02/19/2015, Page 2 of 2 References Drawing#170-22-S-01 Published Files Clarification_370 for clayh.pdf 24.17 KB RFI 370 Locations.pdf 218.37 KB RFI 370 Zurn Products.pdf 240.04 KB eadoc 1 1,,li11 IIFIVIFI Cip' eti ''' 0 , A 1114'40.1 • . eib N ..1 allirfP .4 e1/4-4")St GT 0 N 1° - il 1 i: - i - w- i..,"--1.-11---4-ji.,1 .;.,•____I 1- , • 1..142o II 4,—-11--1 IL .4......;-'---IT:ll: 7_--„71 i i . 41 1-I T 1 1- olp /V f 11 1 •,--- I I 1 __, .. IliI irik 0ail .r. _ 7- r = d _ = 7'{0... 1 ' I • ' , • 1 1 1'•A:1 , 4 • :. iat ‘, 3 C '7' g ; 01_ r' • d, rib- 1 v- 01 . -.): j 1 0 ,.. ' ,.,.. , ri 0 4 • ; t i' i ':-' - I I oN t -.ENO': °- . '-I II' -- ' I 0! • -- $ G P - Nk I I .a ,....._ _ 1 • I ix i , . , , I. W' I ,i, A 1 , ., al , 1 WV .w 1§t,-A4 -- ' - ®! ; 8 I Z 1'04E4 It co- 4 = 1-. - rp • iI --- d I - ; - a --,lc), , 1 kit) ' I - , II i fi 1 I I 1 •ill ii . , -- 4' a 4! ' --- -', - 4% 1111-- ® ,,, 1 , . . ;;I: .- -I '‘• IS----'.— 1 i CO - - i t I . tk - i I t • 1 :q .- . Hla-it;'T-.1 .7 ‘'-'2.7.--46 -3 '. ° : ri ' Ifte; i ' i '= =4'. . 1.., ,,,.. 71 bill - —I- W:i I/Oki Eg CO ! i I I ii II , f i I I flrp!: :e •F. -T, - i• 5 -!' '.- 8 IA, 4 k , ij I-- N ,.. ' ,Pi•i-I 1 A ,II------- - --- .1- -- - 1..0C 11 0 A Li 1 i , V a-- ,1 . F.. 44,i 1 rl , lir i 0 1 1 t:i I ; . 1 , H ' , . _i _ __ it_I---..,X,1- t---,----,:16_,.. 3 il I l I lig . I j I 1 1443 0 1; p il 1 - - t I, i: _ r:-.--- 1 ,.. s .1 . , I t • t ,I If i:_ -Ii.:: ---I sj 4-- r . . ., ,ID - 1 I I 1 ! 'Q.,_71' ,,,, • i } , I i. ._,..„4.._1 . :.11. _ , - ..-- to _ 01 1 a -it • -4 - Y -1 ' --- --Al- - --- -- - 1 . 0 . , I fl _._ ____r ® [pi . .. 1) . 4 . . . ,.. ,-- ! t -&:. a CY - CDi- d_ il ® o _ •II_ . -M .r..:-.7--_ • ) th d (V : - ' I CI 1r) I I,- . 1 1p,, ", I El . I In '® i , . .., , '1 --• I. j, j , i — 1 . _ . , I 14 A -- ep slikg. lili tel!t .'0 4111iiiii-T't i li ' • 31 . i f *. 1....;-' 4 ' .0 x •. i. 0 TY 1.41 t .,'' 1 , 0 Ifirr. I U i 0494GG i 1 li ,ki ' ci lite . I ',I Sit 1 41 i • 1 10 GOGa. i i i f i r • i .; 1$ 1 4 8 I C.03$011VED DOCINE143$ . PC."4 4,. tor, 4. 1".:0.1togi V,...-...,t, 0,1 NEW BROADWAY CITY OF CORPUS CHRISTI dire roily — 0 . 4 !WASTEWATER TREATMENT PLANT bobs*,WO: VetoOtt,WIT14,4r'" IV t TEXAS lipplf I MO' t311Hr.t4id H.,;43 Hrt qi 4,1 =. WASTEWATER i I ,3•41-x•jars7 pCli I.3. "...1'''";''• SWITLEARACR-1/DIMON akSvN BUMP BOUM ":".-^•--t DEPARTMENT ' . POCI1,2-4534131 -.. 1+4 O. PLANS Deportmtnt of Cr.9:near;o9 Servic“ toe 5 2-45.13,51 Ilari 113.1,,,r) a I , . . . RFI Response # 11111111 FREESE Corpus Christi New BroadwayVWVfP I__._ aNICHI�LS Carollo Program Printed 02/19/2015, Page 1 of 1 Subject: Carollo Engineers Response to RFI#370.1 Submitted : 07/10/2013 Created By: Carollo Engineers,Rene Aguilar Type: Official l � Response: Submitted by Rene Aguilar,Carollo Engineers(07/10/2013): The Contractor shall coordinate the actual installation locations with the CM Team prior to beginning the work.The Contractor and CM Team shall review existing site conditions and the feasibility of coring thru the top decking for the drain piping and utilizing a screen drain cover in lieu of the Zurn drain assembly to minimize the installation time and impact to the rebar of the concrete decking. In addition,please note the following requirements: 1.Core hole size shall be a minimum of 8 inch diameter, sleeve the drain piping for attachment of the screen 1/2"below the top of decking elevation to allow for drainage. 2. Drain piping shall be Schedule 80 PVC material,4 inch diameter, solvent weld, minimum slope of 0.5%. 3.Provide hanging pipe supports per Specification No. 15061, use Typical Detail P630 for hanging pipe supports,spacing every 10 ft minimum.Provide wall pipe supports per Specification No. 15061, use Typical Detail No. P662 for vertical riser piping,spacing every 5 ft minimum. 4.Apply Duralprep 3020 in accordance with manufacturer's instructions for all coring locations. Grout around PVC drain piping in accordance with Contract Documents. 5,Route drain piping on the inside of the restricted access area and core another hole through the bottom of the wall just above the bottom decking elevation of 5.50. 6.Route drain piping and fittings over the foundation footing to just above finished grade elevation. 7.Test all piping once installed according to Specification No. 15956 to 15 feet/GR test method. 8.Apply paint to all exterior exposed piping according to Contract Documents and approved schedules. eadoc PCO X12 Baker Pump Rental This is for the temporary pumping of the effluent from the UV in the new plant to the inlet for the headworks at the old plant during initial startup. New Broadway\\'WTI'.Corpus Christi."1'X PCO# X I 2 Raker I'untp Rental FGAR!: Tax Rare: S. 5r; RFP/l: Change Description:Baker Puml Rental Parallel Pumpin_UV Wetwell to Trickling Filters Pavrol F.,,,x,,;,M Uof Avg crew Total Labor Unit Material Equip Total Taxes.14.: Equipmen Description n....,.=T Code Qts M Rate Hours _ Hours Unit Pnu Unit PriceSub unit Prier Labor Insurance Labor w/PTI Material Cost t Cost , Sub Cost Total Cost Estimate Pi lotion 0101165 I HR 30.00 0.00 1.0000 $0.00 50.00 S0.00 $0.00 $0.00 50.00 50.00 50.0050.00 50.00 Budeet Revisions 0104620 I HR_ 75.00 0.00 1.0000 $0.00 $0.00 $0.00 S0.00 S0.00 50.00 50.00 50.00 $0.00 50.00 Forman 0104130 -1-.-H R 37.50 1.00 1.0000 S0.00 $0.00 S0.00 S37.50 515.00 552.50_ $0.00 S0.00 S0.00 $52.50 Site Scheduler 010513(1 0 HR 40.00 _ 0.00 1.(04)0 $0.00 50.00 50.00 50.00 S0.00 $0.00 $0.00 50.00 $0.00 50.00 29.10 0.00 S0.00 $0.00 $0.00 $0.00 $0.00 S0.00 S0.00 29.10 0.00 _ $0.00 $0.00 S0.00 50.00 $0.00 $0.00 $0.00 29.10 0.00 $0.00 S0.00 50.00 50.00 50.00 50.00 S0.00 29.10 0.00 50.00 _ 50.00 50.00 50.00 S0.00 $0.00 $0.00 29.10 0.00 $0.00 S0.00 S0.00 $0.00 50.00 $0.00+ S0.00 29.10 0.00 50.00 50.00 50.00 S0.00 50.00 50.00 50.00 _29.10 0.00' 50.00 S0.00 $0.00 $0.00 $0.00 $0.00 S0.00 29.10 0.00 50.00 50.00 S0.00 50.00 50.00 50.00 50.00 Baker Pump Rental Pumping, UV\\'etwrll to Trickling Filters I Int 29.10 0.00_ 50.00 546.irtq.SO. 50.00 50.00 S0.00 $0.00 S0.00 _$46.607.80 $46.607.50 29.10 0.00_ $0.00 S0.00 $0.00 $0.00- 50.00 50.00 50.00 29.10) 0.00 50.00 50.00 50.00 50.00 50.00 50.00 $0.00 Sales Tax on Consumables: SO 0.00 J=M1== $0.00 S0.00 0.00 _ Subtotal: 1.00 552.50 50.00 50.00 516.607.50 546.660.+0 . 50.00 ~Safety 0151501 51._1 51.31 Small tool. 0152990 � , S3.28 S3.28 .i Consumable. 0152903 St.56 56.56 $0.00 Subtotal: 552.50 S11.16 50.00 546.607.50 546.671.46 Subtrade Rand0174400 .. 56.991.)7 $6.991.17 Performance&Payment Bond 0174350 1 .- $34S.81 $345.31 Builders Risk 0175100 S450.77 S450.77r ^General Liability Insurance 0175220 j 5160.66 5160.66 Subtotal: 552.50 57.962.56 $0.00 $46.607.50 554.622.86 l _ . Overhead&Proal: 0193310" 1 S3.532.65+ $3.532.65 Texas Franchise T4s 0176000, S5$1.56 S581.56 • TOTAL: $52.50_ $12,076.77 50.00 546.607.50 5.58.737.07'