Loading...
HomeMy WebLinkAbout2000-179 CONT Chg Orders 23-47 56-57 & 60 - Slayden Construction CONTRACT CHANGE ORDER NO. 22 City of Ashland VVWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-45 UV Disinfection Flow Signal Routing Modification. By letter of February 24, 1999, the Engineer noted a potential problem with the total effluent flow signal required by the ultraviolet disinfection system, due to mandated startup of the UV system before construction of the plant SCADA system. It was necessary to bring the two individual magnetic flow meter signals to the UV PLC and terminate the signals there, as the SCADA I/O panel did not then exist. A conduit existed to permit the routing of the signal wiring, and the signal wiring could later be routed to the SCADA I/O panel as necessary. The Engineer proposed that this be considered a "no cost" change. Following a negotiating meeting on a number of RFP's on June 8, 2000, the Engineer confirmed by letter of June 12, 2000, that this would be included in a forthcoming change order as a "no cost" change. RFP-58 Revise NaOH Pump Power Supply. In RFi-55, the Contractor queried the power supply needed for the NaOH pumps; Shop Drawing 11242-0113 indicated that 120-volt would be needed, but 480-volt power was being provided. By letter of March 22, 1999, the Engineer informed the Contractor that the power supply for the NaOH pumps should be changed to 120- volt by deleting the 480-volt supply from the RAS/WAS Pump Station and providing a 120-volt supply from the Operations Building. By letter of October 28, 1999, the Contractor proposed a net credit of $144.00 for this change. After review, the Engineer proposed that this be a "no- cost" change provided that temporary 120-volt power be supplied to the NaOH pumps if needed before the Operations Building was complete. Following a negotiating meeting on a number of RFP's on June 8, 2000, the Engineer confirmed by letter of June 12, 2000, that this would be included in a forthcoming change order as a "no cost" change with the stipulated condition. RFP-62 Relocate 6-inch lW Piping Near Headworks. By letter of March 29, 1999, the Engineer informed the Contractor that the location of the 6-inch lW (No.1 water) pipeline at the south end of the plant needed to be revised. By subsequent letter of June 4, 1999, the Engineer noted that the revised alignment saved some length of pipe and two fittings, but that the Contractor had installed a gate valve in the pipeline which would be of benefit to the City. The Engineer therefore proposed that this work be considered a "no cost" change. In a further letter dated November 17, 1999, the Engineer confirmed that this should be included in a forthcoming change order as such. RFP-142 Aluminum Grating on Outfall Box. By letter of December 21, 1999, the Engineer informed the Contractor that installation of aluminum grating over the outfall box at the northwest corner of the UV/Reaeration structure was desired by the City, to allow visual inspection of the final effluent and automatic sampler piping, etc. In a letter dated December 28, the Contractor submitted proposed costs of $3,274.00 for this work. At the request of the City, the Contractor estimated the costs for installing grating over the adjacent boxes on the reaeration channel, but the costs were too high. Following review and discussions, the Engineer informed the Contractor by letter of April 24, 2000 that revised costs of $2,998.00 would be included in a forthcoming change order. 5. RFP-143 Meterinq Vault FIoodinq Alarm. By letter of December 21, 1999, the Engineer informed the Contractor that a flooding alarm float switch should be installed in the metering vault near the Oxidation Ditch structure and connected to the SCADA system. In a letter dated February 25, 2000, the Contractor submitted proposed costs of $1,014.00 for this work. Following review and inclusion of time necessary for the SCADA consultant, which had been left out of the estimate, the Engineer proposed that revised total costs of $1,090.00 be used for this work. After receiving confirmation from the Contractor, the Engineer informed the Contractor by letter of May 11, 2000 that the revised costs would be included in a forthcoming change order. RFP-148 Revise Rotary Control Valve Power Supply. In RF1-123, the Contractor queried the power supply for the rotary control valves on the return sludge piping from the three secondary clariflers, in the Lower Level of the PA, SA, VAS Pump Station. By letter of February 3, 2000, the Engineer confirmed that 480-volt, 3 phase power was needed for the modulating operators on the valves. In a letter dated March 9, 2000, the Contractor submitted proposed costs of $1,717.00 for this revision. Following discussions and a negotiating meeting on a number of RFP's on June 8, the Contractor submitted revised proposed costs of $1,233.00 for this work. After review, the Engineer informed the Contractor by letter of June 12, 2000 that the revised costs would be included in a forthcoming change order. RFP-159 Revision of Portable Pump Pads, Piping & Freezeless Yard Hydrants. By letter of April 3, 2000, the Engineer informed the Contractor that the three portable pad concrete pads could be deleted in return for installation of 90° elbows on the six pump suction and discharge dsers. In addition, one freezeless yard hydrant could be deleted (and used elsewhere under RFP-156) and the freezeless yard hydrant adjacent to Secondary Clarifier No.1 could be installed at the clarifier wall, to make mounting easier. The Engineer proposed that all this be considered a "no cost" change and included in a forthcoming change order as such. By subsequent letter received April 6, the Contractor concurred with this proposal. RFP-160 Influent and Effluent Temperature Probes. By letter of April 5, 2000, the Engineer informed the Contractor of the need to install infiuent and effluent temperature probes for the treatment plant, to meet new Oregon DEQ requirements. In subsequent RF1-1085, the Engineer clarified the necessary temperature range for these instruments. In a letter dated June 7, 2000, the Contractor submitted proposed costs of $5,559.00 for this work. After review, the Engineer informed the Contractor by letter of June 13, 2000 that the proposed costs were acceptable and would be included in a forthcoming change order. RFP-165 Telescoping Valve for No.3 Water Wet Well. By letter of May 2, 2000, the Engineer informed the Contractor that a telescoping valve was needed in the No.3 Water wet well; the existing 6-inch sluice gate near the bottom of the wet well could be removed, and piping for the telescoping valve installed. This will allow removal of accumulating scum and debris from the wet well surface. In a letter dated May 5, 2000, the Contractor submitted proposed costs of $7,102.00 for this work. Following discussions, the Contractor submitted revised proposed costs of $6,517.00. After review, the Engineer informed the Contractor by letter of May 11, 2000 that the revised proposed costs were acceptable and would be included in a forthcoming change order. CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 23 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP~103 Electrical Device Supports at Surge Tanks 1,865.00 -0- 2 RFP-109 Revise Operator & Paint Mud Valve in Effluent Pump Station Wet Well 967.00 -0- 3 RFP-137 Painting Wood Under UV Building and PAS/WAS Pump Station Eaves 1,067.00 -0- 4 RFP-149 Analog Signals Between Switchgear A and SCADA System 758.00 -0- 5 RFP-161 Size of Effluent Pump Station Flow Meter 2,550.00 -0- 6 RFP-163 Conduit for PAS Pump Speed Control Signals 925.00 -0- 7 RFP-166 Paint Sodium Hydroxide Tank 894.00 -0- 8 RFP-168 Revise Hose Lengths and Sizes -0- -0- 9 RFP-175 Replace/Concrete Encase 15-inch & 24-inch Influent Sewers 14,090.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 2,858,584.00 15,232,584.00 23,116.00 $15,255,700.00 The Contract Time is (unchanged) :.::~--~:-:.:~:~) ~:~.: ..... -~) by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: Date: (Co Recommended by' ~~ (Engineer) Date: Approved by: -- Date: / CONTRACT CHANGE ORDER NO. 23 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-103 Electrical Device Supports at Surge Tanks. By letter of July 16, 1999, the Engineer informed the Contractor that the electrical device support at each surge tank needed to be revised to a stronger support, to hold the control and starter panel for each surge tank. In a letter dated August 9, the Contractor submitted proposed costs of $1,865.00 for this work. Following discussions and information presented at a negotiating meeting on July 27, 2000, the Engineer informed the Contractor by letter of July 31, 2000 that this amount would be included in a forthcoming change order. RFP-109 Revise Operator and Paint Mud Valve in Effluent Pump Station Wet Well. By letter of July 30, 1999, the Engineer informed the Contractor that the existing mud valve in the wet well of the effluent pump station needed its operator revised by shortening the stem and placing an AVVVVA nut on top, with the AWWA nut within a floor box being cast into the operating floor slab of the pump station. The entire valve needed to be blast-cleaned and painted with high solids epoxy. In a letter dated May 8, 2000, the Contractor submitted proposed costs of $967.00 for this work. After review, the Engineer informed the Contractor by letter of June 6 that the costs were acceptable and would be included in a forthcoming change order. RFP-137 Painting Wood Under UV Buildinq and RAS/WAS Pump Station Eaves. L;y letter of November 24, 1999, the Engineer informed the Contractor of the need to paint the underside of the wooden rafter tails (or joists), decking, etc., beneath the eaves on the UV Building and the PAS/WAS Building where this wood is visible through the vent screen on the eave soffit. This was a compromise decision between the Engineer and the painting subcontractor. By letter of November 30, the Contractor submitted proposed costs of $1,172.00 for this work. Followir~ discussions, the painting subcontractor provided additional information on labor cost~: ~ 2000. After review, the Engineer informed the Contractor by letter of July 21, 2000 ,sed total costs of $1,067.00 would be included in a forthcoming change or: r. RFP-149 Analog Signals Between Switchgear A and SCADA System. h~ i~:F1-127, the Contractor queried two twisted pair conductors between the Switchgear A and the SCADA system. The Engineer informed the Contractor that they were for monitoring total plant kW and switchgear voltage, that a third twisted pair should be added to monitor kVAR, and that the SCADA system and OIS screen should display these values. By letter of February 4, 2000, the Engineer informed the Contractor of the need for this work, with storage and trending of the data in the SCADA system. In a letter dated February 14, 2000, the Contractor submitted proposed costs of $2,108.00 for this work. Following discussions, the Contractor submitted revised proposed costs of $928.00. Following a negotiating meeting, the Engineer sent the Contractor proposed costs of $758.00 by letter of March 16, 2000. The Contractor later submitted re-revised proposed costs of $1,487.00 in a letter dated April 10; there followed a negotiating meeting on June 8 and a letter from the Contractor dated June 9, submitting proposed costs of $873.00. After review, the Engineer proposed by letter of June 12 that modified costs of $758.00 be included in a forthcoming change order. The Contractor concurred on July 26, 2000. 2 RFP-161 Size of Effluent Pump Flow Meter. In RFI-112, October 1999, the Contractor queried the size of the effluent flow meter, as the piping was 14-inch, but the instrument list called for a 16-inch diameter magnetic flow meter. In a letter dated October 20, 1999, the Contractor indicated that payment for changing the flow meter size would be necessary. In a letter dated December 8, 1999, the electrical subcontractor stated that their costs would be $3,306; at the request of the Engineer, this was expanded upon in a letter from the electrical subcontractor dated December 10. By letter of April 13, 2000, the Engineer took exception to the costs presented by the subcontractor and supplier, and requested information from the manufacturer and regional distributor. Following discussions and information presented at a negotiating meeting on July 27, 2000, the Engineer informed the Contractor by letter of July 28, 2000 that a total amount of $2,550.00 would be included in a forthcoming change order. RFP-163 Conduit for RAS Pump Speed Control Signals. By letter of May 1, 2000, the Engineer informed the Contractor of the need to add conduit(s) between the PAS Pump local control panel (04-LCP-001) and the SCADA I/O Panel within the Electrical Room. The twisted pair conductors was shown on the plans, but conduit(s) are needed. In a letter dated June 7, 2000, the Contractor submitted proposed costs of $1,213.00 for this work. Following discussions and information presented at a negotiating meeting on July 27, 2000, the Engineer informed the Contractor by letter of July 31,2000 that a revised amount of $925.00 would be included in a forthcoming change order. RFP-166 Paint Sodium Hydroxide Tank. By letter of May 9, 2000, the Engineer informed the Contractor that the sodium hydroxide (NaOH, or caustic soda) tank should be painted with an acrylic coating, with color to match other surfaces at the plant. In a letter dated May 12, the Contractor submitted proposed costs of $959.00 for this work. The Engineer questioned the labor rates shown by the painting subcontractor; by letter dated July 21,2000 the subcontractor clarified the labor rates for the Engineer. By subsequent letter of July 21, 2000, the Engineer informed the Contractor that a revised amount of $894.00 would be included in a forthcoming change order. RFP-168 Revise Hose Lenqths and Sizes. By letter of May 15, 2000, the Engineer informed the Contractor that it was desired to make all new 1-inch hoses 50 feet long, and to "trade" the specified 2-inch hoses for additional 1-inch hoses. There would, therefore, be a total of 52 each, 50 feet long, 1-inch hoses. It was proposed that this be a "no-cost" change. The Contractor concurred and, by letter of May 16, the Engineer stated that it would be included in a forthcoming change order as such. RFP-175 Replace/Concrete Encase 15-inch & 24-inch Influent Sewers. By letter of July 11, 2000, the Engineer informed the Contractor that a portion (about 40 lineal feet) of the existing 15-inch RCP gravity sewer south of the headworks needed replacement, as in was badly cracked and would be under a new roadway. In a letter dated June 13, the Contractor submitted proposed costs of $6,580.00 for this work. Subsequent inspection of the 15-inch and adjacent 24-inch gravity sewers revealed that the pipelines would be too close to the surface of the new roadway; it was necessary to replace 39-40 lineal feet of each pipeline, and concrete the two lines under the roadway area. The Contractor submitted a revised estimate of $14,859.00 for this work on July 17, 2000. Following discussions, the Contractor revised this estimate to proposed costs of $14,090.00 in a letter dated July 19. After review, the Engineer informed the Contractor by letter of July 19 that the costs were acceptable and would be included in a forthcoming change order. 3 CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 24 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 1 '1750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost I Time No. (See attachment) (dollars) (days) 1 RFP-87 Revise Toilet Accessories 3,392.00 -0- 2 RFP-144 Operations Building Cooktop and Washer/Dryer Hookup 8,750.00 -0- 3 RFP-173 Add Time Delay Relays for Aerators, Mixers, WAS Pumps & Bar 2,509.00 -0- Screen 4 RFP-177 Paint Lime Slurry Tank 3,294.00 -0- 5 RFP-187 Sludge Removal in Excess of Base Bid Amount 6,300.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 2,881,700.00 15,255,700.00 24,245.00 $15,279,945.00 The Contract Time is (unchanged) (increased) (decreased) by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Recommended Approved by: Accepted by: ~ ~ ~../ Date: by: ~ - -' ~-Er~g~-n~er) Date: Date: CONTRACT CHANGE ORDER NO. 24 City of Ashland W~NTP Process Improvements SRF Ct 11750 Description of Items in Change Order RFP-87 Revise Toilet Accessories. By letter of May 27, 1999, the Engineer informed the Contractor that, during review of Shop Drawing 10810-0121 for toilet accessories, it was determined that revisions were needed to some specific accessory items. This work included some substitutions and some additions, and also required a small revision to one wall of the Unisex Restroom 008. By subsequent letter of June 2, 1999, the Engineer noted the need to add several additional toilet accessories. In a letter dated June 16, the Contractor submitted proposed costs of $3,392.00 for this work. The Engineer expressed concern regarding the additional costs from the accessory supplier; in early August 2000, the Contractor provided information verifying the original content of the supplier's bid. After review, the Engineer informed the Contractor by letter of August 4, 2000 that the costs were acceptable and would be included in a fodhcoming change order. RFP-144 Operations Building Cooktop and WasheflDryer Hookup. By letter of December 23, 1999, the Engineer informed the Contractor of the need to install a cooktop in the counter of Training Room 012 and a washer/dryer hookup in the Maintenance area 001 of the new Operations Building. The cooktop was also the topic of RFI-115, In a letter dated January 11, 2000 the Contractor submitted proposed costs of $10,037.00 for this work. During the following period of discussions, RF1-144 discussed the mechanical portion of the work and requested clarification of labor rates. Following discussions and information presented at a July 27, 2000 negotiating meeting, the electrical portion of the work was resolved. Final clarification of the mechanical portion was received on August 2. After review, the Engineer informed the Contractor by letter of August 2, 2000 that a revised total cost of $8,750.00 would be included in a forthcoming change order. RFP-t73 Add Time Delay Relays for Aerators, Mixers, WAS Pumps & Bar Screen. During the week of June 19-23, 2000 when the design electrical engineer was on site for system check-out and testing, the need for time delay relays (TDR's) was identified for control circuits of certain equipment (the four oxidation ditch turbine aerators, two anoxic zone mixers, two WAS pumps and the bar screen equipment). To expedite this work and proceed with operational testing, the change was proposed, costs worked up and approved on June 21. By subsequent letter of June 30, 2000, the Engineer confirmed the need for the additions and stated that the proposed costs would be included in a forthcoming change order. RFP-177 Paint Lime Slurry Tank. By letter dated July 19, 2000, the Engineer informed the Contractor that the trailer-type lime slurry tank should be painted to match other equipment on the site. In a letter dated July 21, the Contractor submitted proposed costs of $3,281.00 for this work. After review and clarification of labor rates for the painting subcontractor, the Engineer informed the Contractor by letter of July 21, 2000 that revised total costs of $3,294.00 would be included in a forthcoming change order. RFP-187 Sludge Removal in Excess of Base Bid Amount. The Base Bid for the project contained estimated quantities of sludge to be removed from various structures, and a unit bid price of $1.00/ft3 for quantities greater or lesser than the base bid quantity. As the sludge was removed from various structures during the course of the Contract, the quantities were 2 calculated in RF1-1005, RF1-1075 and RF1-1092. By letter of July 28, 2000, the Engineer informed the Contractor that a total amount of sludge exceeding the base bid amount was 6,300 ft3, so a total amount of $6,300.00 would be included in a forthcoming change order. CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 25 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-79.3 Rock Excavation - Secondary Clarifier No.2 Return Sludge Pipeline 45,024.00 -0- 2 RFP-157 Site Work Revisions 54,737.00 -0- 3 RFP-184 Relocate Backflow Preventer for PAS Pump Seal Water System 1,100.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 2,905,945.00 15,279,g45.00 100,861.00 $15,380,806.00 The Contract Time is (unchanged) (increased) (decreased) by -0- calender days. The Contract completion date will be Janua~ 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: .~ ~-' / ~..~ Date: ~- ~'~ Recommended Approved by: (Contractor) Date: CONTRACTCHANGE ORDER NO. 25 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order 1. RFP-79.3 Rock Excavation - Secondary Clarifier No.2 Return Sludge Pipeline. By letter of May 7, 1999, the Engineer established this RFP for all correspondence and related data regarding rock excavation; by letter of May 24, a unit cost of $224.00/CY was confirmed for agreed-upon unanticipated rock trench excavation. In July and August 2000, rock was encountered in the trench excavation for the new return activated sludge pipeline, in the area between Clarifier Nos. 1 and 2 and south of Clarifier No.2. By letter of August7, 2000, the Engineer confirmed an agreed-upon quantity of 201cubic yards and indicated that a resulting total cost of $45,024.00 would be included in a forthcoming change order. RFP-157 Site Work Revisions. By letter of March 29, 2000, the Engineer established this RFP in recognition of the various revisions to the overall site, including relocation, deletion or addition of facilities; the RFP was to handle resulting changes in AC paving, aggregate base course material, concrete curb and gutter, header board along roadways, gravel roadways, and site fill/grading. Based on preliminary new site plans, the Contractor had submitted proposed costs of $56,349.00 for this work, in a letter dated March 6, 2000. By subsequent letter of April 12, the Engineer furnished a revised site plan and estimated quantities of the various items, including use of mostly unreinforced curb and gutter, but not yet including quantities for site grading cut and fill. In a letter dated April 17, the Contractor submitted revised proposed costs of $48,799.00 for all items except the site grading cut and fill. By letter of June 6, the Engineer sent the Contractor the calculated quantities of site cut and fill work. Following discussions, the Contractor responded to comments of the Engineer and submitted revised proposed costs of $44,758.00; the Contractor requested that the site cut and fill be handled by separate RFP. After review, the Engineer informed the Contractor by letter of August 7, 2000 that all curb and gutter should be installed with reinforcing, that the Contractor's proposed cost of $20.00/If should be included and that site cut and fill would be included under a separate RFP; the Engineer stated that a revised total cost of $54,737.00 for these revisions would be included in a forthcoming change order. RFP-184 Relocate Backfiow Preventer for PAS Pump Seal Water System. By letter of July 24, 2000, the Engineer informed the Contractor that the City's backfiow prevention and cross- connection control technician had stated that the reduced pressure type backflow preventer on the PAS pump seal water system (in the Lower level of the PASNVAS Pump Station) needed to be relocated to an above-grade location. This was to be accomplished by moving the unit to the reaeration blower room on the Upper Level, and connecting the piping through two core- drilled holes in the concrete floor slab. In a letter dated August 7, the Contractor submitted proposed costs of $1,100.00 for this work. After review, the Engineer informed the Contractor by letter of August 7, 2000 that the costs were acceptable and would be included in a forthcoming change order. 2 AYMENT SCHEDULE FOR FINANCE APPROVAL kSI-ILAND WWTP PROCESS IMPROVEMENTS August 15, 2000 Contractor: SLAYDON CONSTRUCTION PO Box 625 Stayton, Oregon 97383 PO Number Vender No. 00083 (07/20/99) 000134 Invoice # 23 Date of Invoice: July 25, 2000 Contract Information Description: On-site improvements for the new oxidation ditch, u/v system, etc. Funded in part by ODEQ CWSRF loan. Notice to Proceed: August 12, 1998 Completion Date: 860 days December 29, 2000 224 Original Contract Amount Change Orders to Date: Total Approved Contract $12,374,000.00 $3,006,806.00 $15380,806.00 see attached sheet for details Completion to Date: Prior Payments: Current Period Request: Prior Retainage: Retainage this Period: $13,649,996.80 $13,490,459.00 $159,537.80 na $0.00 88.75% note: percent includes change orders note: City paid prior retainage PAID IN FULL plus interest bond held Payment Request: $159,537.80 Remainder on Contract: $1,730,809.20 Total Retainage Held: $0.00 Balance to Close Out: $1,730,809.20 note: should match Contractor's line 9 PLEASE PAY: $159,537.80 Account No: 675.08.30.00.704200 CC: Carollo Field Office Approved: Paula C. Brown, PE Public Works Director / City Engineer Page 2 ASHLAND WWTP PROCESS IMPROVEMENTS August 15, 2000 Contractor: SLAYDON CONSTRUCTION PO Box 625 Stayton, Oregon 97383 a:n~l~ C-~t,~Ta4~l- ~ t~., 7'/ ~-. 0©o°°~ Change Orders to Date: number amount date I $23,527.00 2/4/99 2 $47,500.00 2/4/99 3 $33,744.00 3/8/99 4 $14,997.00 3/8/99 5 $11,170.00 4/19/99 6 $19,868.00 4/19/99 7 $7,114.00 5/25/99 8 $41,978.00 6/1/99 9 $48,920.00 6/7/99 10 $30,858.00 8/17/99 11 $40,445.00 8/17/99 12 $79,128.00 8/17/99 13 $l,136,000.00 8/t6/99 14 $248,285.00 9/9/99 15 $21,773.00 9/9/99 16 $74,368.00 10/13/99 17 $36,777.00 11/8/99 18 $34,707.00 12/19/00 19 $828,914.00 02/29/00 20 $40,753.00 04/21/00 21 $20,361.00 04/21/00 22 $17,397.00 07/18/00 23 $23,116.00 08/07/00 24 $24,245.00 08/14/00 description mist including grinder pump relocate sewer trunk line overexcavation for PAS/WAS mics u/v building mods add embankment fill PAS/WAS 12KV duct bank freezeless hydrants/deduct cl monorail Influent Junction Box Rock Excavation/Gyp Rock UV Bldg clarifier V-notch weirs; misc changes paint secondary clarifiers; misc piping New Raw Sewage Force Main New Ashland Creek Pump Station Interim Sludge Fac; Lime Silo & Scrubber Eft Pipeline, Pressure Relief Valvue, etc Rock Excavation - Mixed Liquir Pipeline Misc Pump Sta anti-scour wall, sludge fac Outfall Pipeline, OpsBldg Changes, misc Interim Sludge Stabilization Facilties Jet Vac Unloading Station Lime Slurry Pumps, Misc Electric & Finishe Temp Probes, Wet Well Valve, Grating, Meters Misc Electrical, Painting, Influent Sewer Replact Misc Ops Bldg, Relays, Paint Lime Tank, Sludge 25 $100,861.00 08/14/00 Rock Ex (PAS Pipe), Site Work Revisions to date $3,006,806.00 CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 26 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Description Cost Time (See attachment) (dollars) (days) RFP-155 Electrical & Controls for Interim Sludge Stabilization Facilities 158,163.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,006,806.00 15,380,806.00 158,163.00 $15,538,969.00 The Contract Time is (unchanged) ' ' ' by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: '~----/ ~ 5".. / ~. (Contractor) Recommended by: ~'~ · '(l~ngineer) Approved by: //~_/ ~ (City) Date: Date: Date: -,~! CONTRACTCHANGE ORDER NO. 26 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-155 Electrical & Controls for Interim Sludqe Stabilization Facilities. When RFP-112 for the Interim Sludge Stabilization Facilities was being discussed, the design of the electrical and control podions of the work were not complete; therefore, it was to be handled by separate RFP. By letter of March 27, 2000, the Engineer informed the Contractor that the work had been refined, and supplied drawings and specifications for this work. In a letter dated April 25, the Contractor submitted proposed costs of $158,658.00 for this work. The Engineer requested additional breakdown of the electrical podions of the proposed costs. While this was awaited, the Engineer informed the Contractor by letter of May 3, 2000 of modifications to the electrical and control systems. At a negotiating meeting on July 27, the electrical subcontractor's costs were thoroughly discussed and agreement reached on overall initial electrical costs. The Engineer subsequently concurred with proposed additional costs for the May 3 modifications. In a follow up letter dated August 10, the Contractor submitted revised total proposed costs of $158,163.00. After review, the Engineer informed the Contractor by letter of August 15 that the costs were acceptable and would be included in a forthcoming change order. 2 CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 27' Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Description Cost Time Item No. ~ (See attachment) (dollars) (days) 1 RFP-107 Connection for Demonstration Wetlands Water Supply 1,244.00 -0- 2 RFP-164 Headworks Guardrail Revisions 1,613.00 -0- 3 RFP-171 Revise Landscaping 18,264.00 -0- 4 RFP-176 Secondary Clarifier No.1 Modifications 1,847.00 -0- 5 RFP-189 Painting Wood Under Operations Building Eaves 343.00 -0- 6 RFP-192 Replace Hydrostatic Relief Valves in Sludge Storage Tank 1,483.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,164,969.00 15,538,969.00 24,794.00 $15,563,763.00 The Contract Time is (unchanged) ~by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted b~/ (Contractor) Recommended by: _ . -.. Approved by: / ~- (City) Date: Date: (~) ,,?-/7-.~)0 Date: ~'/ ,,~-'f/~. Oo CONTRACTCHANGE ORDER NO. 27 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-107 Connection for Demonstration Wetlands Water Supply. By letter of July 30, 1999, the Engineer informed the Contractor of the need to provide a permanent water supply connection for the demonstration wetlands project east of the treatment plant, so that No.3 water could be supplied. In a letter dated January 25, 2000, the Contractor submitted proposed costs of $1,599.00 for this work. Following discussions, the Engineer informed the Contractor by letter of August 15, 2000 that revised total costs of $1,244.00 would be included in a forthcoming change order. RFP-164 Headworks Guardrail Revisions. By letter of May 1, 2000, the Engineer informed the Contractor of several modifications and additions to the guardrail (aluminum handrail) at the Headworks, for a safer and more convenient installation. In a letter dated June 26, the Contractor submitted proposed costs of $1,613.00 for this work. After review, the Engineer informed the Contractor by letter of August 15, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-171 Revise Landscaping. By letter of June 5, 2000, the Engineer informed the Contractor of the need to revise the landscaping (actual landscaping and irrigation system) due to changes on the site, added structures and other site revisions. In a letter dated June 13, the Contractor submitted proposed costs of $18,793.00 for this work. There followed discussions and a slightly revised estimate from the landscaping subcontractor. In a letter dated August 17, 2000, the Engineer informed the Contractor that revised costs of $18,264.00 would be included in a forthcoming change order. RFP-176 Secondary Clarifier No.1 Modifications. By letter of July 19, 2000, the Engineer informed the Contractor of the need to replace the four hydrostatic relief valves in the existing clarifier structure for structural protection, and to replace grating over the effluent channel discharge opening for operator safety. In a letter dated August 11, the Contractor submitted proposed costs of $1,847.00 for this work. After review, the Engineer informed the Contractor by letter of August 11, 2000 that the costs were acceptable and would be included in a forthcoming change order. 5. RFP-189 Paintinq Wood Under Operations Building Eaves. By letter of August 1, 2000, the Engineer informed the Contractor of the need to paint portions of the wooden underside of the Operations Building eaves, where visible through the metal eave soffit ventilation screen. In a letter dated August 10, the contractor submitted proposed costs of $343.00 for this work. After review, the Engineer informed the Contractor by letter of August 15, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-192 Replace Hydrostatic Relief Valves in Sludqe Storage Tank. By letter of August 14, 2000, the Engineer informed the Contractor of the need to replace the four hydrostatic relief valves in the existing structure (old Primary Clarifier) for structural protection. In a letter dated August 14, the Contractor submitted proposed costs of $1,483.00 for this work. After review, the Engineer informed the Contractor by letter of August 17, 2000 that the costs were acceptable and would be included in a forthcoming change order. 2 CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 28 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-170 Revise Fencing - West, North and East Sides of Site and Scrubber 26,820.00 -0- Area Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,189,763.00 15,563,763.00 26,820.00 $15,590,583.00 The Contract Time is (unchanged) J,' ............... ~ '.'~-:::-::-::--~ by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. (Contractor)  eer) Approved by: Date: j f (City) CONTRACTCHANGEORDERNO. 28 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order 1. RFP-170 Revise Fencing -- West, North and East Sides of Site and Scrubber Area. By letter of May 23, 2000, the Engineer informed the Contractor of revisions to the fencing for the site. Fencing for the north and west sides would be somewhat revised to conform to revised site civil drawings; fencing was to be added down the east side of the site; and fencing was necessary around the scrubber area for the Interim Sludge Stabilization facilities. In a letter dated June 12, the Contractor submitted proposed costs of $19,811.00 for this work. In a subsequent letter dated July 5, the Contractor revised the proposed costs to $23,958.00, as the costs for trenching for the buried fabric ("varmit" fence) had been omitted. By separate letter in early July, the Engineer requested the addition of a 3-foot walk gate on the west side of the Oxidation Ditch structure. Following discussions, questions relating to the subcontractor's labor charges were resolved, and it was decided to modify the main gate to a 16-foot full cantilevered gate (for future motor operator) with an 8-foot single leaf swing gate. The Engineer also requested the addition of 140 LF of fencing in the southwest corner of the site, along the south property line. In a letter dated August 14, the Contractor submitted revised proposed costs of $27,485.00 to cover all changes and revisions. After review, the Engineer proposed a revision to the subcontractor's production rate for the added 140 LF of fencing; in a letter dated August 22, the Contractor concurred and stated the proposed costs would be revised to $26,820.00. After review, the Engineer informed the Contractor by letter of August 22, 2000 that this amount would be included in a forthcoming change order. After review, the Engineer informed the Contractor by letter of August 15 that the costs were acceptable and would be included in a forthcoming change order. CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 29 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-62 Hardware on Headworks Stop Logs -0- -0- 2 RFP-139 Increase Top Elevation of Electrical Handholes HH-19 and HH-20 853.00 -0- 3 RFP-162 No.1 Water Extension for West Side Irrigation 2,903.00 -0- 4 RFP-181 Headworks Jib Crane Modifications 13,688.00 -0- 5 RFP-196 Patch Handrail Holes on Secondary Clarifler No.1 and Primary Clarifier 7,265.00 -0- 6 RFP-200 Revise Concrete Encasement of Pipeline East of Metering Vault -0- -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,216,583.00 15,590,583.00 24,709.00 $15,615,292.00 The Contract Time is (unchanged) .~ ........... '; -; ........... ; by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by.~//' '~~) "~'~i~_ Date: (Contractor) (Engineer) Recommended by: Date: Approved by: Date: CONTRACTCHANGE ORDER NO. 29 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-82 Hardware on Headworks Stop Loqs. By letter of May 25, 1999, the Engineer confirmed discussion with the Contractor at the May 20, 1999 Progress Meeting, that the hardware on the Headworks stop logs should be Type 316 stainless steel and that the differential cost between Type 304 and Type 316 should be considered an extra cost. In a letter dated July 6, 1999, the Contractor submitted proposed costs of $1,862.00 for this upgrade. After discussions, the Contractor notified the Engineer on August 25, 2000, that this should be considered a "no-cost" change. By letter of August 25, the Engineer informed the Contractor that the upgrade would be included in a fodhcoming change order as such. RFP-139 Increase Top Elevation of Electrical Handholes HH-19 and HH-20. In RFI-119, the Contractor queried the top elevation of electrical handholes HH-19 and HH-20, as the finish grade elevation in that area was being revised, and the handholes and duct banks had already been installed. By letter of December 10, 1999, the Engineer informed the Contractor of the need to raise the top elevation of the two handholes by 12 inches. In a letter dated January 5, 2000, the Contractor submitted proposed costs of $1,061.00 for this work. Following discussions and a negotiating meeting on June 8, 2000, the Contractor agreed to provide additional invoicing information. In subsequent correspondence dated August 25, the Contractor submitted revised proposed costs of $853.00. After review, the Engineer informed the Contractor that the revised costs were acceptable and would be included in a forthcoming change order. RFP-162 No.1 Water Extension for West Side Irriqation. By letter of April 28, 2000, the Engineer informed the Contractor of the need to extend a No.1 water (potable water) pipeline westerly from the Headworks area to a point near the west fence line, as it is necessary to irrigate landscaping outside the fence with potable water. In a letter dated May 23, the Contractor submitted proposed costs of $4,346.00 for this work. In discussions, the Engineer noted that any backflow preventer necessary would be part of irrigation system revisions and proposed revised costs of $2,903.00. In correspondence dated August 24, 2000, the Contractor concurred; by letter of that same date, the Engineer stated that the revised amount would be included in a forthcoming change order. RFP-181 Headworks Jib Crane Modifications. In design of the project, it was assumed that small (1 CY +/-) dumpsters would be used for disposal of grit and compacted screenings at the Headworks. The waste disposal company subsequently revised their method of handling materials, and required that a single large (10 CY +/-) dumpster be used. This required a method of conveying a smaller container (55-gallon drum) of grit some 20-25 feet from the grit classifier discharge chute to the larger dumpster, and lifting and emptying the drum into the dumpster. By letter of July 24, 2000, the Engineer informed the Contractor of the need to modify the existing jib crane at the Headworks, by installing a new, longer jib and a new hoist and trolley, while using the existing jib crane mast. In a letter dated August 14, 2000, the Contractor submitted proposed costs of $12,930.00 for this work. After review, the Engineer noted that necessary load testing and OSHA certification had not been included in the supplier's quote. By subsequent letter dated August 17, the Contractor submitted revised proposed costs of $13,688.00. After review, the Engineer informed the Contractor by letter of August 17, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-196 Patch Handrail Holes on Secondary Clarifier No.2 and Primary Clarifier. Inspection of the peripheral walls on Secondary Clarifier No.1 and the old Primary Clarifier (which is being converted to an emergency sludge holding tank) revealed deterioration and some spalling where the old handrail posts had been installed over 30 years ago. All handrail is being replace, and the concrete required patching and repair. Following discussions in the field, the Contractor repaired several holes to obtain typical unit costs; in a letter dated June 26, 2000, the Contractor summarized work done and submitted proposed costs of $7,582.00 for the repair work. By letter of August 15, 2000, the Engineer concurred with the work required, but queried the labor classification for work done. In a subsequent letter dated August 16, the Contractor submitted revised proposed costs of $7,265.00 for this work. After review, the Engineer informed the Contractor by letter of August 17, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-200 Revise Concrete Encasement of Pipeline East of Meterinq Vault. By letter of August 23, 2000, the Engineer informed the Contractor that the special concrete encasement of an 8- inch PVCP sleeve under the central roadway could be revised and the sleeve lowered slightly to be beneath the AC pavement section: the Engineer proposed that this be considered a "no-cost" change. In a reply dated August 25, the Contractor concurred with this; and in a letter of that same date, the Engineer informed the Contractor that this would be included as such in a forthcoming change order. 3 CA~ROLLO ENGINEERS, P.C. Project No. 4411B30 CONTRACT CHANGE ORBER NO. 30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 1 1750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-205 Pipelines for Future Membrane Filers and Sludge Handling 151,995.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,241,292.00 15,615,292.00 151,995.00 $15,767,287.00 The Contract Time is (unchanged); ........... .- v.- ,,,, ,dj by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include alt costs, direct and indirect, including extended overhead. Accepted by'~~ / (Contractor) Recommended by: _ ,,~ (E~ifieer) Approved by: / / ~'//! ~(City) 1 Date: Date: Date: CONTRACT CHANGE ORDER NO. 30 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-205 Pipelines for Future Membrane Filters and Sludqe Handling. By letter of September 12, 2000, the Engineer informed the Contractor of the need to construct several pipelines to provide flow to and from the future membrane filter system facility and to facilitate sludge handling in the south portion of the site. Constructing these pipelines now will allow construction work to be completed in the north half of the site and avoid digging up areas which have been finish graded, landscaped or paved. The pipelines included a 16-inch DIP filter influent (FI) line, an 8-inch DIP WAS line and a 10-inch PVCP drain line along the east side of the site, and a 24- inch PVCP final effluent (FE) line down the center of the site, connecting to the outfall pipeline. In a letter dated September 12, the Contractor submitted proposed costs of $151,048.00 for this work; following discussions of the scope of work, the Contractor submitted revised proposed costs of $157,278.00 in a letter dated September 15, 2000. After review, the Engineer proposed a reduction in the costs and a slight increase in the scope of work, by extending the 10-inch drain line to a proposed belt filter press enclosure south of the Sludge Stabilization Tank and connecting the 8-inch sludge piping around the Sludge Stabilization Tank to the belt filter press enclosure. In a subsequent letter dated September 19, the Contractor concurred with the revised scope and submitted revised proposed costs of $152,525.00. After review, the Engineer informed the Contractor by letter of September 19 of a slight correction in the cost estimate, and stated that revised total costs of $151,995.00 would be included in a forthcoming change order. CAROLLO ENGINEERS, P.C. CONTRACTCHANGE ORDER NO. 31 Project No. 4411B30" OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF Cf 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-112A Interim Sludge Stabilization Modifications 23,000.00 2 RFP-198 Clarifier No.3 Safety Grill 760.00 -0- 3 RFP-201 Install Conduit for Fiber Optic Installation 414.00 -0- 4 RFP-207 Extension of Phase 1 and Phase 2 Milestone Dates -0- -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,393,287.00 15,767,287.00 24,174.00 $15,791,461.00 The Contract Time is (unchanged) (,:,._,+_----,-,;) .~,:i--,:~-- _-,~by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: '""~/ '<---'// ~ '~:ontracto'r) Recommended by: (Engineer) (City) CONTRACT CHANGE ORDER NO. 31 Description of Items in Change Order City of Ashland WWTP Process Improvements SRF # 11750 RFP-112A Interim Sludqe Stabilization Modifications. By letter of March 22, 2000, the Engineer informed the Contractor of the need to delete the polyethylene sodium hypochlorite (NaOCI) tank from the interim sludge stabilization facilities. By subsequent letter of March 29, the Engineer noted several necessary modifications to the facilities, and established this RFP to track and resolve them. A series of letters followed: · March 29 Revise Hallsten aluminum cover to utilize 6-inch wide slats in the cover sections, to provide an L/240 deflection criterion, while allowing the beams to remain at an L/180 deflection criterion. April 10 Modified the dimensions of the lime slurry pump and scrubber slabs, added several drains and revised chemical piping layout and installation for a better facility. · April 13 Raised the elevation of the scrubber slab and moved one ramp slightly to permit access for a drum dolly to bring chemicals into the scrubber area. · April 27 Revised guardrail (handrail) around the sludge stabilization tank and on the sludge holding tank to aluminum guardrail. Also replaced two existing stairways with new aluminum stairways for safer access to the tanks. May 2 Deleted the coal-tar epoxy coating from the bottom of the Hallsten cover panels (at the advice of the manufacturer) and anodized all the cover panels with an Architectural Class I (0.7 mils or greater) clear anodizing. In a letter dated August 7, 2000, the Contractor submitted proposed costs of $26,054.00 for all the modifications. Following discussions, the Contractor submitted revised proposed costs of $23,823.00 in a letter dated September 21; after further discussions, final costs of $23,000.00 were agreed upon by the Engineer and the Contractor. By letter of September 22, 2000, the Engineer informed the Contractor that this amount would be included in a forthcoming change order. RFP-198 Clarifier No.3 Safety Grill. By letter of August 21, 2000, the Engineer informed the Contractor of the need to provide a "safety" grill over the side discharge opening in the peripheral effluent channel of Clarifier No.3, and supplied details of a stainless steel grill. In a letter dated August 28, 2000, the Contractor submitted proposed costs of $760.00 for this work. After review, the Engineer informed the Contractor by letter of August 29 that the costs were acceptable and would be included in a forthcoming change order. RFP-201 Install Conduit for Fiber Optic Installation. By letter of August 25, 2000, the Engineer informed the Contractor of the City's wish to install a conduit from the Ashland Fiber Network (AFN) pull box east of the WWTP fence line into the duct bank system, to allow future installation of an AFN fiber optic cable to the Operations Building. in a letter dated September 15, the Contractor submitted proposed costs of $467.00 for this work. After review and discussions, the Engineer informed the Contractor by letter of September 19 that revised costs of $414.00 would be included in a forthcoming change order. RFP-207 Extension of Phase 1 and Phase 2 Milestone Dates. By letter of September 21, 2000, the Engineer informed the Contractor that, pursuant to ongoing discussions regarding delays in completion of Phase 1 as defined in Article 3 of the Agreement and Specification Section 01110, and beyond the time extended in Change Order 20, the milestone date needed to be extended further. The Engineer proposed that the milestone date for Phase 1 completion be extended an additional 98 days (for an overall total of 218 days), to August 25, 2000, and that the milestone completion date for Phase 2 be extended by a similar 218 days, to March 13, 2001. At the September 28 Progress Meeting, the completion of Phase 1 and commencement of the warranty period was discussed. It was agreed that the substantial completion of Phase 1 would be set at July 31, 2000; this requires a revised additional extension of only 73 days (for an overall total of 193 days). The milestone completion date for Phase 2 will be extended by a revised similar amount of 193 days, to February 16, 2001. By letter of September 28, the Engineer confirmed that these extensions would be included in a forthcoming change order. CA~OLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 32 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-160A Influent and Effluent Temperature Probe Modifications (1,957.00) -0- 2 RFP-167 Installation and Temporary Piping and Power for Belt Filter Press 9,052.00 -0- 3 RFP-193 Relief and Air Inlet Valves for ABEL Pump Discharge Pulsation Tanks 1,330.00 -0- 4 RFP-194 Reinstallation of Water Meter and Backflow Preventer 654.00 -0- 5 RFP-195 Modify NG Piping in Operations Building 183.00 -0- 6 RFP-197 Revise No.3 Water Pumps Control Circuitry 758.00 -0- 7 RFP-202 Aluminum Stairway for Secondary Clarifler No.1 1,691.00 -0- 8 RFP-213 Revise Windows in Operations Building Maintenance Area 001 518.00 -0- 9 RFP-214 Operations Building Framing Revisions - Additional Studs & Skylights 1,746.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,417,461.00 15,791,461.00 13,975.00 $15,805,436.00 The Contract Time is (unchanged) ~!:::::-_-::-_--_-~': :'J-_--_-:-_- ...... ~-!~ by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by:~J ~ Recommended by: (~~~~ _ _ _ ,.-~(l~r~ ~ i-n~e~e r ) Approved by: /~~ Date: Date: /7/~ i~. ,~/~OD Date: Z~ J~,,/00 CONTRACTCHANGE ORDER NO. 32 City of Ashland WWTP Process Improvements SRF Cf 11750 Description of Items in Change Order RFP-160A Influent and Effluent Temperature Probe Modifications. By letter of August 29, 2000, the Engineer informed the Contractor of changes to the proposed temperature probes for monitoring the plant influent and effluent. RFP-160 (which was part of Change Order 22) provided for the addition of the two temperature probes; it was subsequently realized that the effluent dissolved oxygen (D.O.) probe could also monitor effluent temperature, so a completely separate temperature probe was not needed. In a letter dated September 8, the Contractor submitted revised proposed costs for the temperature probe installation. After review, the Engineer informed the Contractor by letter of October 17, 2000 that the differential amount of $1,957.00 would be a credit and would be included in a forthcoming change order as a decrease in Contract Price. RFP-167 Installation and Temporary Piping and Power for Belt Filter Press. By letter of May 15, 2000, the Engineer informed the Contractor of the need for assistance in unloading, installation and providing temporary piping and power for the temporary belt filter press (BFP); this work was to be done on a time and materials basis. This work was done over the next several months, including unloading and handling of polymer totes, revising piping to connect other sludge sources to the BFP, etc. In a letter dated November 3, 2000, the Contractor submitted complete daily sheets and invoices for labor and equipment used, materials purchased, etc. After review, the Engineer informed the Contractor by letter of November 16, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-193 Relief and Air Inlet Valves for ABEL Pump Discharge Pulsation Tanks. By letter of August 14, 2000, the Engineer informed the Contractor that the State of Oregon's Pressure Vessel Inspector required that a pressure relief valve be installed on each of the two ABEL Pump discharge pulsation dampener tanks. In a subsequent letter of October 17, the Engineer asked Slayden to provide these valves, and also install an air inlet globe valve on the top of each discharge pulsation dampener tank. In a letter dated November 10, the Contractor submitted proposed costs of $1,330.00 for this work. After review, the Engineer informed the Contractor by letter of November 14, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-194 Reinstallation of Water Meter and Backflow Preventer. In RF1-141, the Contractor queried the installation of the new No.1 water piping to an existing reduced pressure (RP) backflow preventer in a below-grade vault near the old aeration basin; this vault had to be removed as part of the aeration basin demolition. By letter of August 14, 2000, the Engineer informed the Contractor that the City would install a new 2-inch water connection and meter, and that the backflow preventer must be above grade with precautions to avoid freezing; the new 2-inch RP backflow preventer should be installed within Mechanical Room 017 of the Operations Building. In a letter dated September 12, the Contractor submitted proposed costs of $1,673.00 for this work. After discussions and a joint meeting with the Contractor and the Mechanical Subcontractor on October 27, revised costs of $654.00 were received. After review, the Engineer informed the Contractor by letter of October 27, 2000 that the revised costs would be included in a forthcoming change order. 5. RFP-195 Modify NG Piping in Operations Building. By letter of August 15, 2000, the Engineer informed the Contractor of the need to delete a portion of the natural gas (NG) piping in the 2 ,Operations Building. By subsequent letter of August 18, the Engineer changed this to a request to modify the piping slightly, but not delete any. This would allow the use of bottled gas in the laboratory, and also allow installation of a NG service meter if a natural gas main were installed to the plant in the future. In a letter dated September 12, the Contractor submitted proposed costs of $230.00 for this work. After discussions, the Contractor concurred with the Engineer's proposed revision of the costs to $183.00; by letter of October 27, 2000, the Engineer informed the Contractor that the revised costs would be included in a forthcoming change order. RFP-197 Revise No.3 Water Pumps Control Circuitry. By letter of August 18, 2000, the Engineer informed the Contractor of the need to revise the control circuitry for the No.3 water pumps, to provide easier operation when the "duty" pump is selected. In a letter dated August 29, the Contractor submitted proposed costs of $1,393.00 for this work. Following discussions, the Contractor submitted revised proposed costs of $758.00. After review, the Engineer informed the Contractor by letter of November 7, 2000 that the revised costs were acceptable and would be included in a forthcoming change order. RFP-202 Aluminum Stairway for Secondary Clarifler No.1. By letter of August 31, 2000, the Engineer informed the Contractor of the need to provide an aluminum stairway on the north end of the bridge at Clarifier No.1 in lieu of a concrete stairway. In a letter dated October 11, the Contractor submitted proposed costs of $1,691.00 for this work. After review, the Engineer informed the Contractor by letter of October 11, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-213 Revise Windows in Operations Building Maintenance Area 001. By letter of November 6, 2000, the Engineer informed the Contractor of the need to revise two windows in the Maintenance area of the Operations building by raising the sill elevation eight inches. This will provide more wall height above the work bench along that wall for electrical outlets and will help conceal the back of the washer and dryer from view through the window. In a letter dated November 6, the Contractor submitted proposed costs of $518.00 for this work. After review, the Engineer informed the Contractor by letter of November 7, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-214 Operations Buildinq Framinq Revisions -Additional Studs & Skylights. In RF1-1105, the Engineer supplied the Contractor with comments received from the Operation Building Design Structural Engineer following a field visit; these comments involved installation of additional vertical wooden studs in several walls. By letter of November 7, 2000, the Engineer concurred with the Contractor that this was additional work; in addition, the Engineer noted that a modification was necessary for the framing around each of the seven skylights in the building so that the four sides of each opening through the roof structure would be vertical. In a letter dated November 9, the Contractor submitted proposed costs of $1,746.00 for this work. After review, the Engineer informed the Contractor by letter of November 10, 2000 that the costs were acceptable and would be included in a forthcoming change order. CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 33 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-112B Interim Sludge Stabilization Facilities Deletions 28,909.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,431,436.00 15,805,436.00 28,909.00 $15,834,345.00 The Contract Time is (unchanged) -~ ..... ; ~: ~+,,~ by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted b'~__~ Date: Recommended by: ~ Approved by: ./~'//~'~ / ~'- (City) Date: CONTRACT CHANGE ORDER NO. 33 City of Ashland WVVTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-112B Interim Sludqe Stabilization Facilities Deletions. By letter of October 9, 2000, the Engineer confirmed to the Contractor the verbal instruction given on October 5, to stop all work on the old primary clarifier conversion to a sludge holding tank under RFP-112. This because the City will be dewatering sludge with a permanent belt filter press installation and trucking sludge cake to the landfill; it will not be necessary to store to large a volume of liquid sludge. A list of items to be stopped or deleted was provided the Contractor. By subsequent letter of November 9, the Engineer confirmed the decision reached at the monthly progress meeting of that date, to proceed with demolition of the old primary clarifier at this time. In a letter dated November 21, the Contractor submitted proposed costs and credits, with net proposed costs of $28,909.00 for this work. After review, the Engineer informed the Contractor by letter of November 28, 2000 that the costs were acceptable and would be included in a forthcoming change order. A list of items already purchased, which are to be turned over to the City, was provided the Contractor. 2 CA'ROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 34 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Imp[ovements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-79.4 Rock Excavation - Mixed Liquor Piping & Duct Bank 14,336.00 -0- 2 RFP-203 Modify Doors 005 and 012a in Operations Building 220.00 -0- 3 RFP-209 Elevation of HVAC Slab at Operations Building -0- -0- 4 RFP-215 Modify Operations Building Telephone and Computer Systems (1,224.00) -0- 5 RFP-218 Install Strainer on No.3 Water to Clarifler Spray Nozzles 895.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,460,345.00 15,834,345.00 14,227.00 $15,848,572.00 The Contract Time is (unchanged) ~ .............. ;i: '-.':~ ........ ------:~ by -0- calender days. The Contract completion date will be January 14, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by::~~~~~-~ (Contractor) Recommended by: ~ Approved by: //~'~'~ - Date: ~ / ~,,)~"~' ~, ~ / ~(City) Date: Date: CONTRACT CHANGE ORDER NO. 34 City of Ashland ww-rP Process Improvements SRF # 11750 Description of Items in Change Order P, FP-79.4 P,ock Excavation - Mixed Liquor Piping and Duct Bank. By letter of May 7, 1999, the Engineer established this RFP for all correspondence and related data regarding rock excavation; by letter of May 24, a unit cost of $224.00/CY was confirmed for agreed-upon unanticipated rock trench excavation. In September 2000, rock was encountered in the trench excavation for the new mixed liquor piping into and out of the Clarifier Splitter Box and the electrical duct bank adjacent to Handholes 25 and 26. By letter of October 13, 2000, the Engineer confirmed an agreed-upon quantity of 64cubic yards and indicated that a resulting total cost of $14,336.00 would be included in a forthcoming change order. RFP-203 Modify Doors 005 and 012a in Operations Buildinq. By letter of September 1, 2000, the Engineer informed the contractor that doors 005 and 012a in the Operations Building needed to be slightly modified, to make the door stiles compatible with specified Iocksets. In a letter dated September 25, the Contractor submitted proposed costs of $220.00 for this work. After review, the Engineer informed the Contractor by letter of October 17, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-209 Elevation of HVAC Slab at Operations Building. By letter of October 11, 2000, the Engineer informed the contractor of the desire to raise the elevation of the concrete slab on the east end of the Operations Building, on which the HVAC outdoor units will be installed, by one foot. The Engineer proposed that this be considered a "no-cost" change; on October 12, the Contractor concurred with this proposal. In a subsequent letter dated October 16, 2000, the Engineer stated that this would be included in a forthcoming change order as such. P,FP-215 Modify Operations Buildinq Telephone and Computer Systems. In RF1-1109, the Engineer clarified the installation of conduits from telephone and computer outlets in the Operations Building to the telephone board and LAN equipment locations. By letter of November 15, the Engineer informed the Contractor of the need to modify the computer and telephone systems by moving some outlets and deleting others, combining conduits and providing CAT-5 cable for all systems, with P,J45 outlets wired for Ethernet. In a letter dated December 4, the Contractor submitted proposed credits of ($1,224.00) for these modifications. After review, the Engineer informed the Contractor by letter of December 5, 2000, that the credits were acceptable and would be included in a forthcoming change order. RFP-218 Install Strainer on No.3 Water to Clarifier Spray Nozzles. In RF1-174, the Contractor queried the installation of a strainer on the No.3 water supply to the spray piping on each clarifier, to avoid plugging of spray nozzles. By letter of December 11, 2000, the Engineer requested that these strainers be installed. In a letter dated December 12, the Contractor submitted proposed costs of $895.00 for this work. After review, the Engineer informed the Contractor by letter of December 13, 2000 that the costs were acceptable and would be included in a forthcoming change order. CA~ROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 35 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-221 Extension of Phases 2 & 3 Milestone Dates and Final Completion Date -0- 135 Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,474,572.00 15,848,572.00 0.00 5,848,572.00 The Contract Time is~laltlalll~ll~ (increased) ,a,m~,mm~m? by 135 calender days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overh Accepted by: ~ (Contractor) Recommended by: (Engineer) Approved by: / ' (city) Date: Date: Date: CONTRACT CHANGE ORDER NO. 35 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-221 Extension of Phases 2 & 3 Milestone Dates and Final Completion Date. In Change Orders 20 and 31, the time for completion of Phases 1 and 2 of the Work was extended a total of 193 days for each Phase, to allow time to complete additional facilities requested by the City. At the time of negotiation on RFP-207, which was included in Change Order 31, it was agreed that a review of the time for completion of Phase 2 Work (primarily the new Operations Building) and the time necessary to reach the Phase 3 Milestone Date and the Final Completion Date would be made when a clearer picture of the completion dates could be obtained. Following discussion of time extensions at the December 7, 2000 Monthly Progress Meeting, the Engineer informed the Contractor by letter of December 14 that the necessary time could be determined, and that the Phase 2 and Phase 3 Milestone Dates and the Final Completion Date would be extended as shown: Milestone Initial Time/Date Present Time/Date Proposed Time/Date Phase 1 500 days 693 days (C.O. #31) N/A January 20, 2000 July 31, 2000 Phase 2 700 days 893 days (C.O.#31) 933 days August 7, 2000 February 16, 2001 March 28, 2001 Phase 3 800 days 800 days 965 days November 15, 2000 November 15, 2000 April 29, 2001 Final Completion 860 days 860 days 995 days January 14, 2001 January 14, 2001 May 29, 2001 CA'ROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 36 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-172 Splitter Box Revisions -0- -0- 2 RFP-174 Installation and Temporary Piping & Power for Membrane Filter Pilot 13,536.00 -0- Tests 3 RFP-179 Exterior Information Sign Colors 69.00 -0- 4 RFP-182 Secondary Clarifier No.2 Bridge Modifications 9.852.00 -0- 5 RFP-206 Operations Building Plumbing Revisions (Lab & Training Areas) 684.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,474,572.00 15,848,572.00 24,141.00 $15,872,713.00 The Contract Time is (unchanged) -: ...... ~'; -:~---~:~-~-~-~.: by -0- calender days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: ~/~,'"~ ~ Date: I ~J~'J~ ~ Recommended by: ~ Date: - [Engineer) Approved by: ,/)~--~~~ Date: /" (City) CONTRACT CHANGE ORDER NO. 36 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-172 Splitter Box Revisions. In RF1-137, dated April 18, 2000, the Contractor queried possible revisions to the Clarifier Splitter Box. By letter of June 15, 2000, the Engineer confirmed the proposed revisions, to include reversal of the direction of the stairs and a minor revision to the anchorage of the precast launders. In a subsequent letter dated October 20, the Engineer reviewed the change in the launder anchorage and, as the changes were minor, proposed that this be considered a "no-cost" change. Following receipt of the Contractor's concurrence, the Engineer informed the Contractor by letter of December 19 that these revisions would be included in a forthcoming change order as such. RFP-174 Installation and Temporary Piping & Power for Membrane Filter Pilot Tests. By letter of July 5, 2000, the Engineer informed the Contractor of the need for assistance in unloading and installing membrane filter pilot plant equipment. This work included piping, temporary power, and revisions to piping during the course of pilot testing, as well as re-crating and - loading the equipment for shipment from the site at the conclusion of the test program; work was to be on a time-and-material basis. In subsequent letters of July 18 and 20, the Engineer clarified details of the necessary work and piping accessories needed. Following completion of the pilot test program, the Contractor submitted proposed total costs of $13,536.00 in a letter dated November 16. After review, the Engineer informed the Contractor by letter of December 19, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-179 Exterior Information Sign Colors. In review of Shop Drawing 10400-0375, the Engineer noted that a special color would be requested for the background of the two exterior information signs, to match the color of aluminum windows and storefronts on the site. By letter of July 21, 2000, the Engineer queried the cost of the special color match. After receiving confirmation, the Engineer informed the Contractor by letter of December 20, 2000 that a total of $69.00 would be included in a forthcoming change order. RFP-182 Secondary Clarifler No.2 Bridge Modifications. By letter of July 24, 2000, the Engineer informed the Contractor of the need to modify the bridge on Clarifier No.2, to (1) raise the bridge 6 inches, so that the new EIMCO/Baker Process full radius skimmer arms will pass beneath it; and (2) replace the tread plate decking the aluminum grating (and extend a work area slightly north of the drive mechanism) for operator safety. This work was undertaken on a time-and-material basis. Following completion of the work, the Contractor submitted proposed total costs of $9,852.00 in a letter dated December 6 After review, the Engineer informed the Contractor by letter of December 20, 2000 that the costs were acceptable and would be included in a forthcoming change order. RFP-206 Operations Building Plumbing Revisions (Lab & Training Areas). By letter of September 15, 2000, the Engineer informed the Contractor of the need to revise plumbing in the Laboratory (013, 014 and 015) and Training (012) areas of the Operations Building. This included the relocation of two lab sinks to facilitate installation of drain and vent piping, addition of a drain and vent for the emergency shower/eye wash station, and reduction in size of the sink drain in the Training area. In a letter dated October 11, the Contractor submitted proposed costs of $744.00 for this work. Following discussions, the Engineer informed the Contractor by letter of December 20, 2000 that revised costs of $684.00 would be included in a forthcoming change order. CA~ROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO, 37 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-212 Relocate and Provide Pole Barn for Temporary Belt Filter Press 73,143.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,498,713.00 15,872,713.00 73,143.00 $15,945,856.00 The Contract Time is (unchanged) .'.!-----~-~;'-I. ~:L..: ........ '~ by -0- calender days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by'/~--~ ~'"~/~ / ~'~.,,~T' (Contractor) Recommended by~ y/~ ~I~ ,,~ i~,~( E~ng in ee r)~ Approved b.'~~ _ v ,J,A (City) 1 Date: I/Z~'/O! Date: CONTRACT CHANGE ORDER NO. 37 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-212 Relocate and Provide Pole Barn for Temporary Belt Filter Press. In the fall of 2000, the relocation of the temporary belt filter press (BFP) was discussed, as it was necessary to winterize the unit and to relocate it on the site to allow completion of work in the area of the UV Building and Clarifier No.1. In a letter dated October 2, 2000, the Contractor submitted preliminary proposed costs of $58,932.00 for relocating the unit and constructing a temporary pole barn structure for it; these costs did not include any electrical work. By subsequent letter of November 6, 2000, the Engineer described the necessary work and confirmed the earlier discussions. Following discussions, the Contractor submitted revised proposed costs of $53,451.00 (not including electrical work); after review, the Engineer informed the Contractor by letter of November 14 that these costs were acceptable and would be included in a forthcoming change order. In a letter of December 4, the Engineer provided the Contractor with the requirements and drawing for electrical work and heaters for the BFP pole barn structure. By letter dated December 18, the Contractor submitted proposed costs of $23,261.00 for this portion of the work. Following discussions, the Contractor submitted revised proposed costs of $19,692.00 for this portion of the work. After review, the Engineer informed the Contractor that these costs were acceptable and that a total amount of ($53,451.00 + $19,692.00 = ) $73,143.00 would be included in a forthcoming change order. CA'ROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO, 38 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-158 Revision to and Additional Chemical Hazard Signs -0- -0- 2 RFP-178 Secondary Cladfier No.2 Modifications 9,369.00 -0- 3 RFP-188 Aluminum Stairway for Secondary Clarifier No.2 2,745.00 -0- 4 RFP-204 Modi~ Aquionics Panel Switches & Micm-Comm PLC Logic 1,604.00 -0- 5 RFP-208 Additional Gypsum Board in Operations Building 1,194.00 -0- 6 RFP-220 Additional Fire Alarm Pull Stations 1,148.00 -0- 7 RFP-226 Delete Connection of Demonstration Wetlands Return Flow Pipeline (379.00) -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,571,856.00 15,945,856.00 15,681.00 $15,961,537.00 The Contract Time is (unchanged) -~:~-- -- ' '..' ..... ,~ by -0- calender days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Recommended by: Approved by: Accepted bY:~ / ~'~'~ Date: (Contractor) (E~J-n-eer) ~Ci~) Date: Date: CONTRACT CHANGE ORDER NO. 38 city of Ashland WWq'P Process Improvements SRF # 11750 Description of Items in Change Order RFP-158 Revision to and Additional Chemical Hazard Signs. By letter of April 3, 2000, the Engineer informed the Contractor of the need to revise chemical hazard signs called for at sodium hydroxide and sodium hypochlorite areas to meet National Fire Code and NFPA requirements. By subsequent letter of June 1, 2000, the Engineer informed the Contractor of the need to add three hazard material signs in the scrubber area of the Interim Sludge Stabilization Facilities. In December, the Contractor indicated that this would be a "no-cost" change; by letter of December 22, 2000, the Engineer confirmed that this would be included in a forthcoming change order as such. RFP-178 Secondary Cladfier No.2 Modifications. By letter of July 21, 2000, the Engineer informed the Contractor of the need to undertake several modifications and/or repair to the mechanism for Clarifier No.2. (This is separate from the revisions to the bridge for that clarifier, under RFP-182 and the ddve mechanism overhaul under RFP-186.) This work included installation of new grating over the effluent launder discharge opening, relocation of counterweights on the rake arms, replacement of rake arm squeegies, replacement of sludge draw-off pipe U-bolts with stainless steel, and addition of one sludge draw-off pipe to each rake arm. By subsequent letter of July 26, the Engineer noted that one existing draw-off pipe from each arm must be moved at its connection to the sludge overflow box, to avoid interference with the new full-radius scum skimmer arms. This work was done on a time-and-material basis. Upon completion, the Contractor submitted proposed costs of $9,369.00 for this work in a letter dated November 17, 2000. After review, the Engineer informed the Contractor by letter of January 4, 2001 that the costs were acceptable and would be included in a forthcoming change order. RFP-188 Aluminum Stairway for Secondary Clarifier No.2. By letter of August 1, 2000, the Engineer informed the Contractor of the desire to replace the existing concrete stairway at Clarifier No.2 with a new aluminum stairway, as the old stairway did not meet current standards and would not conform to new finish grade. In a letter dated September 5, 2000, the Contractor submitted proposed costs of $3,234.00 for this work. Following discussions, the Contractor submitted revised proposed costs of $2,745.00 for this work in a letter dated October 24, 2000. After review, the Engineer informed the Contractor by letter of January 4, 2001 that the revised costs were acceptable and would be included in a forthcoming change order. RFP-204 Modify Aquionics Panel Switches & Micro-Comm PLC Logic. In RF1-153, the Contractor queried the need to modify the H-O-A switch on each of the four Aquionics panels and the logic in the Micro-Comm PLC to avoid "false" alarms received by the SCADA system. By letter of September 5, 2000, the Engineer confirmed that revisions were necessary to add additional contacts on the four switches and to modify the PLC logic. By subsequent letter of October 16, the Engineer informed the Contractor that a new 3-position switch would be necessary in each Aquionics panel and that Micro-Comm had agreed to provide the modified logic at no cost. In a letter dated October 17, the Contractor submitted proposed costs of $1,837.00 for this work. Following discussions, the Engineer proposed revised costs of $1,604.00; on December 22, the Contractor concurred with this revision. By letter of December 22, 2000, the Engineer informed the Contractor that the revised costs would be included in a forthcoming change order. , RFP-2'06 Additional Gypsum Board in Operations Building. By letter of October 9, 2000, the Engineer informed the Contractor of the need to install additional gypsum board and cover the ceiling of Vestibule 201 in the Operations Building. By subsequent letter of January 15, 2001, the Engineer added the installation of gypsum board on the ceiling of Fan Room 202 to the request. In a letter dated January 18, 2001, the Contractor submitted proposed costs of $1,194.00 for this work. After review, the Engineer informed the Contractor by letter of January 23 that the costs were acceptable and would be included in a forthcoming change order. RFP-220 Additional Fire Alarm Pull Stations. Following a visit to the site by, and discussions with, the Ashland Fire Marshall, the Engineer informed the Contractor by letter of December 13, 2000 that two additional fire manual pull stations were necessary in the Operations Building and one in the RAS/VVAS Pump Station. In a letter dated December 20, 2000, the Contractor submitted proposed costs of $1,146.00 for this work. After review, the Engineer informed the Contractor by letter of December 26 that the costs were acceptable and would be included in a forthcoming change order. 7. RFP-226 Delete Connection of Demonstration Wetlands Return Flow Pipeline. By letter of January 9, 2001, the Engineer informed the Contractor that the reconnection of the demonstration wetlands return flow pipeline to the storm drain piping (called for under RFP- 105), was to be deleted. The pipeline would not be reconnected to the treatment plant. By letter dated January 10, the Contractor submitted proposed credits of ($361.00) for this deletion. After review, the Engineer informed the Contractor that corrected total credits of ($379.00) would be included in a forthcoming change order. CA~OLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 39 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-219 Operations Building HVAC and Power Supply Revisions 31,893.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,587,537.00 15,961,537.00 31,893.00 $15,993,430.00 The Contract Time is (unchanged) .'.! ......... 2.'_ .'.~ ........ 2.'- by -0- calendar days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: ~ ~ Date: / "'~'/-'~/ Recommended by. ~ Date: ~~J~g~/Z~ Approvedby: /~//~~ Date: / (City) CONTRACT CHANGE ORDER NO. 39 city of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-219 Operations Building HVAC and Power Supply Revisions. Early in 2000, the mechanical/HVAC subcontractor proposed several changes to the HVAC systems in the Operations Building. These changes would result in more efficient systems and an improved operation. In reviewing the proposed changes, it was realized that there was a need to revise the power supply to the building; this would have been required in any event, but consideration of the HVAC changes made it evident. After numerous discussions and review of the proposed HVAC systems, the Engineer informed the Contractor by letter of December 11, 2000 that the proposed revisions to the HVAC equipment and ducting were acceptable and provided detailed information on necessary revisions to the electrical power supply to, and within, the building, (Some of this information was also contained in RF1-1095 and RFI-1111.) This included increased electrical service size from the RAS/WAS Pump Station to the Operations Building and additional circuits within the building for HVAC equipment, as well as installation of electrical conduits to the U.S. West telephone pedestal outside the Operations Building from the building telephone board and conduits from a lighting panel in the building to the power supply site for the demonstration wetlands. In a letter dated January 3, 2001, the Contractor submitted proposed costs of $32,137.00 for this work. After review, the Engineer informed the Contractor by letter of January 3, 2001 that, with a minor correction, the costs were acceptable and that corrected total costs of $31,893.00 would be included in a forthcoming change order. CA~OLLO ENGINEERS, P.C. Project No. 4411B30 CONTRACT CHANGE ORDER NO. 40 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-180 Compaction of Fill at Demolished Aeration Basin No.2 11,716.00 -0- 2 RFP-183 Replace Scum Piping from Secondary Clarifier No.2 4,464.00 -0- 3 RFP-190 Additional Electrical Conduits at Main Gate and Bridge 2,268.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,619,430.00 15,993,430.00 18,448.00 $16,011,878.00 The Contract Time ~s (unchanged ............................. by -0- calendar days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. ~ (Con!raet'~r) Recommended by: ~~'~~ -- -(E~g~in-~er) Approved by: ~ / Date: Date: CONTRACTCHANGE ORDER NO. 40 City of Ashland vvvv'rP Process Improvements SRF # 11750 Description of Items in Change Order RFP-180 Compaction of Fill at Demolished Aeration Basin No. 2. In RF1-144, the Contractor queried the necessary compaction of fill in the area of the demolished Aeration Basin No.2, as the proposed membrane filtration facility would be constructed in that area. By letter of July 21, 2000, the Engineer informed the Contractor of the need to compact that fill material to 95 percent of maximum density. In a letter dated August 11, the Contractor transmitted proposed costs of $15,000.00 for this work. After review, the Engineer proposed revised costs of $11,716.00; on January 31,2001, the Contractor's concurrence was received. By subsequent letter of February 1, the Engineer informed the Contractor that the revised amount would be included in a forthcoming change order. RFP-183 Replace Scum Piping from Secondary Clarifler No. 2. By letter of July 24, 2000, the Engineer informed the Contractor of the desire to replace a portion of the existing scum piping with glass-lined DIP. In a letter dated July 25, the Contractor submitted proposed costs of $4,646.00 for this work. Following discussions, the Contractor submitted revised proposed costs of $4,464.00 in a letter dated January 26, 2001. After review, the Engineer informed the Contractor by letter of January 29 that the revised costs were acceptable and would be included in a forthcoming change order. RFP-190 Additional Electrical Conduits at Main Gate and Bridge. By letter of August 4, 2000, the Engineer informed the Contractor of the need to install additional electrical conduits at the main gate and bridge over Ashland Creek. This would provide for a future motorized operator at the main gate and a future stream flow meter in Ashland Creek. In a letter dated August 11, the Contractor submitted proposed costs of $4,389.00 for this work. FollOwing review, the Engineer revised the scope of work, by letter of August 29, to provide the power conduit for the future gate operator and conduits for the flow meter power and signal circuits, ending in handholes outside the gate for future extension by the City. In a subsequent letter dated September 8, 2000, the Contractor submitted revised proposed costs of $2,268.00 for this revised scope of work. After review, the Engineer informed the Contractor by letter of January 31, 2001 that these costs were acceptable and would be included in a forthcoming change order. CAROLL(~ ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 41 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-130 Cancel Lime Silo for Interim Sludge Facilities (115,875.00) -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,637,878.00 16,011,878.00 (115,875.00) $15,896,003.00 The Contract Time is (unchanged) ~' _ ", -',? --~--?-) ~,y -0- calendar days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: ~ .... (Ehgin~r)'-" -- Approved by: ~ / -' Date: Date: Date: CONTRACT CHANGE ORDER NO. 41 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-130 Cancel Lime Silo for Interim Sludge Facilities. By letter of November 3, 1999, the Engineer informed the Contractor that the lime silo for the Intedm Sludge Stabilization Facilities should be canceled. The lime silo was originally requested under RFP-118 and was included as part of Change Order 14; the total cost was $140,875.00. The City and the Engineer acknowledged that some engineering costs incurred by Zimpro should be reimbursed. By facsimile transmittal to the Contractor on November 12, 1999, Zimpro indicated cancellation charges of $57,500.00 for the lime silo. This was considered to be excessive; there followed a lengthy period of discussions, negotiations and communications between the Engineer, the Contractor and Zimpro, during which the Contractor agreed to waive their markup on the order to assist the City. Finally, in a telephone conference on February 9, 2001, the Contractor and the City agreed to a total payment by the City of $25,000. In a letter of that same date, the Engineer informed the Contractor that a net credit of ($140,875.00 - 25,000 =) $115,875.00 would be included in a forthcoming change order as a decrease in Contract Price. CAI~I'L~ ENGINEERS, P.C. CONTRACT CHANGE ORDER NO, 42 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-186 Overhaul Secondary Clarifier No.2 Drive Mechanism 30,880.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,522,003.00 15,896,003.00 30,880.00 $15,926,883.00 The Contract Time is (unchanged) :;!==--~==------'.: :i===-:~-==---~,. by -0- calendar days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by:~/ -- / (C~ntractor) Recommended by: (Efigineer) Approved by: Date: CONTRACT CHANGE ORDER NO. 42 city of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-186 Overhaul Secondary Clarifier No.2 Drive Mechanism. By letter of July 26, 2000, the Engineer informed the Contractor of the need to overhaul the drive mechanism on Clarifier No.2 along with the other improvements and modifications to the clarifier. Actual inspection of the drive and subsequent overhaul was to be performed by a field service representative from Dorr- Oliver, the original manufacturer. By subsequent letter of August tl, after removal of the drive mechanism and inspection by the field service representative, the Engineer informed the Contractor that the existing motor should be replaced with a new gear motor, in addition, by letter of August 15, the Engineer notified the Contractor that the torque overload switches on the unit should be adjusted to alarm at 70% and shutdown the unit at 90% of the machine's rated torque; also, as the Dorr-Oliver unit does not have a shear pin, the LCP for that clarifier should have the "broken shear pin" alarm light removed, the opening in the panel sealed, and the SCADA screen at the OIS modified accordingly. Actual rebuilding of the unit in early October, using parts that had been ordered as a result of the inspection in early August. Contractor's personnel assisted the Dorr-Oliver field service representative on a time and material basis. When the unit was attempted to be re-installed, it was found that the center cage had shifted, and the palm plates on the drive would not align with the palm plates on the center cage. It was necessary to stop the re-installation and to remove the rake arms and drop the clarifier center cage to allow the drive to be bolted to the center column, then raise the center cage, align the palm plates and bolt the cage to the drive mechanism and, finally, reattach the rake arms. There was disagreement as to responsibility for the additionally-incurred costs for this extra work. At the November Monthly Progress Meeting, it was agreed that costs after the date of attempted re-installation would be split between the Contractor and the City. In a letter dated November 22, 2000, the Contractor submitted proposed total costs of $31,458.00 for all the overhaul work, including two extended trips to the site by the field service representative. Following discussions, the Contractor submitted revised proposed costs of $30,880.00 in a letter dated January 11,2001. After review, including discussion of the problem at the February Monthly Progress Meeting, the Engineer informed the Contractor by letter of February 15, 2001 that the revised costs were acceptable and would be included in a forthcoming change order. 05:~3Ptt SLI~YDEH COHSTRUCTIOHS FILTER 02/.~2/F'EB 13 'ID1 P.1/3 ~001 FAX ZIMPRO PRODUCTS 301 W, MILITARY RD. ROTHSCHILD, WI S4474 TELEPHONE 71~-~5-3251 FACSIMILE 716..aSsr -3~.*sg EMAIL: DackerM2 O USFIIter.com TO COMPANY COPY FROM SUBJECT Jim Huston Slayden Construction, lnc, Mike Decker City of Ashland lnvoic~ FAX ~03-'769,.4525 ~L DATE 02/12/01 PAGE 1 OF 3 Thc following is the invoice [hat you requested tbr the canceUadou of thc City of Ashland project. I wUl be ,"ailing thc original invoice iud two copies today. Please call me at thc above numbers if you have any qu~tious or c,oncems. you, ~ Deckcr Project Accountant water.....,, · THIS ~NSMI,~SION CONTNN$ CONFIDENTIAL INFORMAT ON INTENDED FOR USE ONLY BY THE ABOVE NAMED RECIPIENT, READING, · DISCUSSION, Dt~I'RI~UTION, or~ COPYING OF THIS ME~SA~ I$ STRICTLy PROHIBITED BY ANYONE Oll-IER THAN THE NA,MF..D RECJPIENT OR FIlS OR HER EMPLOYEES OR AGENIS, · IF YOU HAVE RECEIVED THIS FAX IN ERROD.. PLF. A.~ IMMEDIATELY NOTIFY US BY TELEPHONI~ (COLLECTS, AND RETUI'~N THE' ORIGINAL MESSAGE TO US AT THE ABOVE ADDI~SS VIA U.S. POSTAL SERVICE, U ,Filter pro Products,. 301 West Military Road Rothschild, Wisconsin 54474 Invoice Date 02-12-2001 Bill To: -~LAYD]~N CONSTRUCTION, INC. P.O. BOX STA~J~ON, OR 9?383 Ship To: ' SLAYDEN CONSTRUCTION, INC, ASHLAN~ ~TP 1298 O~ ST~ET Shipment Date 02-12-2001 Date of Order 0g-16-1 egg Method of Shipment Customer SLACON Delivery Terms FOB Destination, Frt. Allowed Customer P.O. No. 205-20100 Payment Terms Requestor William H Rellly & Company Order Number 400077 Reference'A PROJECT WOOOZ7 1.0000 1.0000 0.00OO A00008 WHH ~5000.00 en 2SOOB.O0 ~IiS I~V0ICE IS PER ATTACHED LETTER FOR IHE CANCELLATION OF'~IE C[T¥OFASHLANO FRO~CT, THIS'COVERS TIF~ANO HATER[AL COST.[NCURRED BY USFZLTE~/ZZHPRO. ' PROJECT W00027 Remit To: US FILTER/ZlMPRO, INC. BIN 53125 MILWAUKEE, WI 5:~288-0125 'Goods 25000.00 Cost/Freight Total 25000.00 FEB 13 '01 05:09~:~ SLAYDEH COMSTRUCTIOH P.3/3 February 9, 2001 Letter # 205-zimpro-2 Mr. James E. Carroll, P,E. US Filter / Zimpro 301 West Military Rd, Rothschild, WI 54474 Re: Zimpro / US Filter Cancellation Dear Mr. Carroll We understand the situation Zimpro has been placed in with the cancellation of an order, which was · expedited and basically designed twice. The City of Ashland, Carollo Engineers, nnd $1ayden all agree your firm is due a fee. As noted in our most recent letter the City has offered $20,000 for compensation of your costs associated with this order. We have faxed Paula Brown at the City your request for $28,320. After discussions with the City today they have agreed to issue $1ayden Construction a Change Order in the amount of $25,000 to pay all charges associated with Zimpro's cancellation, which will be paid directly to Zimpro. We hope this amount will be acceptable to your firm and will put final closure to this issue. Bear in mind William H. Reilly and Slayden both have time and money tied up into this order as well, which we will not be compensated for. ..." If you have any further questions or concerns please contact mi at our main office. We appre~iat'e4]'6UL assistance in resolving this issue and can only look forward to the next opportunity to w0~k tbg~h'6'~.' '-' Please have your office issue an invoice and we will see that you are paid withiE net !9 dags."' "i.' .." Sincerely .. / Greg Huston Vice President RO, BOx 625 Stavton. Oregon 97383 {503} 769-1969 Fax: [503 769-4525 OR CCB# 45621 CAROLLO ENGINEERS, P.C. CONTRACT CHANGE ORDER NO. 43 Project No. 4411B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) 1 RFP-135 Revisions to Storm Drain System -0- -0- 2 RFP-222 Revise Splitter Box Lights and Power (294.00) -0- 3 RFP-223 Framing Around LP-4 in Operations Building 1,085.00 -0- 4 RFP-227 Install Guardrail on Upper Deck in RAS/WAS Pump Station 2,628.00 -0- 5 RFP-228 Laboratory Back Splash Electrical Receptacles 317.00 -0- 6 RFP-229 Delete Portion of NG Piping in Operations Building (234.00) -0- 7 RFP-230 Laboratory Fume Hood Extension Panels 1,787.00 -0- 8 RFP-231 Laboratory Work Station Sinks -0- -0- 9 RFP-236 Additional Fencing Revision - East Side of Site 1,349.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,552,883.00 15,926,883.00 6,638.00 $15,933,521.00 The Contract Time is (unchanged) ;; :~ ~: .... :~ by -0- calendar days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Accepted by: J ~ Date: Recommended by: Date: (Engineer) Approved by: ~'~ ' Date: !,7.- ~4,'~/.~/ (city) CONTRACT CHANGE ORDER NO. 43 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-135 Revisions to Storm Drain System. By letter of November 23, 1999, the Engineer informed the Contractor of various final arrangement changes to the storm drain system, including relocation of catch basins, revision of some catch basins to "Pelican-mouth" curb inlets, and some piping changes. In a letter dated September 25, 2000, the Contractor indicated that any costs for this work were incorporated into the costs for membrane filtration pipelines under RFP-205. By letter of March 5, 2001, the Engineer informed the Contractor that this work would, therefore, be included in a forthcoming change order as a "no-cost" change. RFP-222 Revise Splitter Box Liqhts and Power. By letter of December 26, 2000, the Engineer informed the Contractor that the lights on the Clarifier Splitter Box should be revised, deleting one of the three light poles and relocating the other two. Following discussions, the Contractor transmitted proposed credits of ($294.00)for this revision in a letter dated February 16, 2001. After review, the Engineer informed the Contractor by letter of February 21 that the credits were acceptable and would be included in a forthcoming change order. RFP-223 Framing Around LP-4 in Operations Building. In RF1-1113, the Engineer described several items for Operations Building electrical conduit installation, including conduits into and out of lighting panel LP-4 in the Laboratory. By letter of December 28, 2000, the Engineer informed the Contractor that it was desired to frame around lighting panel LP-4, so that all conduits would be concealed; an access door was to be installed in the framed wall to allow access to the lighting panel. In a letter dated February 22, 2001, the Contractor transmitted proposed costs of $1,085.00 for this work. After review, the Engineer informed the Contractor that the costs were acceptable and would be included in a forthcoming change order. RFP-227 Install Guardrail on Upper Deck in RASANAS Pump Station. By letter of January 15, 2001, the Engineer informed the Contractor of the need to install guardrail along the open edge of the upper deck in the RAS/WAS Pump Station. This could be done using materials already on site, but requiring labor to install. In a letter dated February 27, the Contractor transmitted proposed costs of $2,628.00 for this work. After review and discussions, the Engineer informed the Contractor by letter of March 5 that the costs were acceptable and would be included in a forthcoming change order. RFP-228 Laboratory Back Splash Electrical Receptacles. By letter of February 5, 2001, the Engineer informed the Contractor of the desire to have electrical receptacles and cover plates in the back splash area of the Laboratory work stations be furnished in black, to make them less obtrusive. In a letter dated February 16, 2001, the Contractor transmitted proposed costs of $317.00 for this change. After review, the Engineer informed the Contractor by letter of February 16 that the costs were acceptable and would be included in a forthcoming change order. RFP-229 Delete Portion of NG Pipinq in Operations Buildinq. By letter of February 8, 2001, the Engineer informed the Contractor that a portion of the natural gas (NG) piping in the Operations Building should be deleted, as discussions with Ashland Fire and Rescue indicated that this piping should not extend to the mechanical room. In a letter dated February 20, the Contractor transmitted proposed credits of ($234.00) for this deletion. After review, the Engineer informed ~the t::;o'ntractor by letter of February 21, 2001 that the credits were acceptable and would in included in a forthcoming change order. RFP-230 Laboratory Fume Hood Extension Panels. By letter of February 9, 2001, the Engineer informed the Contractor that, to avoid viewing the exhaust ducts from the fume hoods in the Laboratory, between the top of the fume hood cabinet and the suspended ceiling, extension panels should be provided on top of the fume hood cabinets, extending up to the ceiling. In a letter dated February 19, 2001, the Contractor transmitted proposed costs of $1,877.00 for this work. (Note that the price for the panels, from the supplier, was reduced in return for the acceptance of sink revisions in RFP-231.) Following discussions, the Contractor concurred with the Engineer's proposed revision of the costs to $1,787.00; by letter of February 22, 2001, the Engineer informed the Contractor that the revised costs would be included in a forthcoming change order. RFP-231 Laboratory Work Station Sinks. By letter of February 9, 2001, the Engineer informed the Contractor that an error had been made in the layout of sinks in the Laboratory work stations, but that the sinks as provided in Work Stations 1, 3 and 4 could remain as provided (Work Station 2 had to be provided as shown in the Plans). In return, any plumbing changes were to be made at no cost to the City, and consideration should be given in the pricing of fume hood extension panels in RFP-230. After receiving the Contractor's concurrence with this, the Engineer informed the Contractor by letter of February 28 that the sink revisions would be included as a "no-cost" change in a forthcoming change order. RFP-236 Additional Fencing Revision - East Side of Site. By letter of February 23, 2001, the Engineer informed the Contractor of additional fencing revisions to the east side of the site. The eastern fence was to be installed 18 inches inside the eastem property line, to avoid electrical and telephone utilities along the eastern side of the site, and the main entrance gate was to be revised from a 16-foot cantilever rolling gate with an opposing eight-foot swinging leaf to a 24-foot cantilever rolling gate. In a letter dated February 22, the Contractor transmitted proposed costs of $1,349.00 for this work. After review, the Engineer informed the Contractor by letter of February 28, 2001 that the costs were acceptable and would be included in a forthcoming change order. CA~LLC; ENGINEERS, P.C. CONTRACT CHANGE ORDER NO, 44 Project No. 4411 B30 OWNER: City of Ashland, Oregon PROJECT: Wastewater Treatment Plant Process Improvements SRF # 11750 CONTRACTOR: Slayden Construction, Inc. ENGINEER: Carollo Engineers, P.C. The following changes, additions to or deletions from the work described in the Contract Documents are hereby authorized: Item Description Cost Time No. (See attachment) (dollars) (days) I RFP-199 ¢larifier No.2 Drain Line for Pump Suction 11,277.00 -0- 2 RFP-216 Modify Operations Bldg.Thermostat & Outlets in Maintenance & -0- -0- Mechanical Room 3 RFP-224 Install Debds Guard Under RASNVAS Pump Station Stairs 903.00 -0- 4 RFP-225 Modify Operation of Audible Alarm Horn on Operations Building 759.00 -0- 5 RFP-232 Alum Conductor and Reject Water Piping for Tertiary Facilities 9,843.00 -0- 6 RFP-239 Sidewalk to South Side of Clarifier No.1 330.00 -0- 7 RFP-241 Footing for Operations Building Sign Mounting Wall 1,326.00 -0- 8 RFP-242 Revisions to Curb and Gutter North of Operations Building 400.00 -0- Original Contract Amount Net Change by Previous Change Orders Contract Amount prior to this Change Order Net Change due to this Change Order New Contract Amount $12,374,000.00 3,559,521.00 15,933,521.00 24,838.00 $15,958,359.00 The Contract Time is (unchanged) ~- ......... ------'; :i~-~--:,, ....... ~' by -0- calendar days. The Contract completion date will be May 29, 2001. The amounts indicated above shall be compensation in full for the work described and shall include all costs, direct and indirect, including extended overhead. Recommended by: Approved by: Date: Date: CONTRACT CHANGE ORDER NO. 44 City of Ashland WWTP Process Improvements SRF # 11750 Description of Items in Change Order RFP-199 Clarifier No.2 Drain Line for Pump Suction. By letter of August 23, 2000, the Engineer informed the Contractor of the need to install a separate drain pipeline to Clarifier No.2, to allow drawdown of the clarifier for maintenance; this was because the PAS pipeline to that existing clarifier does not extend to the bottom of the tank. The Contractor submitted proposed costs of $11,879.00 for this work in a letter dated August 24, 2000. After review and discussions, the Contractor submitted revised proposed costs of $11,584.00 in a letter dated March 6, 2001. After review, the Engineer proposed a modification to the revised costs, to a total cost of $11,277.00; after receiving the Contractor's concurrence, the Engineer informed the Contractor by letter of March 7, 2001 that the modified amount would be included in a forthcoming change order. RFP-216 Modify Operations Bldg.Thermostat & Outlets in Maintenance & Mechanical Room. By letter of December 5, 2000, the Engineer informed the Contractor of the need to modify slightly the location of several electrical outlet boxes in the Maintenance Area 001 and the Mechanical Room 017 of the Operations Building, and to relocate the thermostat for the unit heater in the Maintenance Area. The Engineer proposed that this be considered a "no-cost" change. After receiving the Contractor's confirmation, the Engineer informed the Contractor by letter of March 18, 2001 that this would be included in a forthcoming change order as such. RFP-224 Install Debris Guard Under PAS/WAS Pump Station Stairs. By letter of January 9, 2001, the Engineer informed the Contractor of the need to install a debris guard under the aluminum stairway in the PAS/WAS Pump Station. In a letter dated February 22, the Contractor submitted proposed costs of $903.00 for this work. After review, the Engineer informed the Contractor by letter of March 16, 2001 that the costs were acceptable and would be included in a forthcoming change order. RFP-225 Modify Operation of Audible Alarm Horn on Operations Buildinq. In RFI's-168, -177 and -1117, the operation of the audible alarm horn on the Operations Building was discussed. In a letter dated January 9, 2001, the Engineer informed the Contractor of the desire to modify operation of the alarm horn by making the horn signal come only from SCADA, but that SCADA be modified to allow selection of any or all alarms to activate the horn, and selection of the hours of the day in which the horn would sound. In a letter dated February 28, 2001, the Contractor submitted proposed costs of $1,633.00 for this work. After review, the Engineer proposed that the costs be revised to $759.00. After receiving the Contractor's concurrence, the Engineer informed the Contractor by letter of March 12, 2001 that the revised costs would be included in a forthcoming change order. RFP-232 Alum Conductor and Reiect Water Pipin,q for Tertiary Facilities. By letter of February 15, 2001, the Engineer informed the Contractor of the need to install piping to prepare for construction of the membrane filter facilities; this piping consisted of 3-inch conductor piping for future alum piping to two feed points and a connection for reject water piping. Installation of this piping would avoid disturbing landscaping and paving in areas of the plant about to be finished. In a letter dated March 7, 2001, the Contractor submitted proposed costs of $10,054.00 for this work. After review, the Engineer proposed that the costs be revised to $9,843.00. After receiving the Contractor's concurrence, the Engineer informed the Contractor by letter of March 16, 2001 that the revised amount would be included in a forthcoming change order. 6. 'P, FI5-2'39 Sidewalk to South Side of Clarifier No.1. In RF1-186, the Contractor queried the installation of the sidewalk to the south side of Clarifier No.1. By letter of March 2, 2001, the Engineer informed the Contractor that the sidewalk should be modified to include two step- downs, with additional thickness and reinforcing steel. In a letter dated March 6, the Contractor submitted proposed costs of $471.00 for this work. After review, the Engineer proposed that the costs be revised to $330.00. After receiving the Contractor's concurrence, the Engineer informed the Contractor by letter of March 7, 2001 that the revised amount would be included in a forthcoming change order. RFP-241 Footing for Operations Building Sign Mounting Wall. In RF1-175, the Contractor queried the mounting location for the "Operations Building" sign. By letter of March 2, 2001, the Engineer informed the Contractor that a CMU wall, similar to the one at the main gate for the plant entrance sign, should be constructed in front of the Operations Building. In a letter dated March 7, the Contractor submitted proposed costs of $2,607.00 for this work. After review, the Engineer noted savings if the masonry portion of the work were delayed until the masonry subcontractor is on site for the Membrane Filter Building construction; the Engineer modified the scope of work to include only the construction of the wall footing at present, and proposed that revised costs of $1,326.00 be used for this work. After receiving the Contractor's concurrence, the Engineer informed the Contractor by letter of March 9, 2001 that the revised amount would be included in a forthcoming change order. RFP-242 Revisions to Curb and Gutter North of Operations Building. In early March 2001, during construction of curbs and gutters in the northeast portion of the site, the Engineer requested that the forms for a portion of curbing near the main gate be shifted to match more closely the alignment of the entrance road. In addition, the Engineer requested that a short length of curb and gutter near the Operations Building be removed to allow a larger radius curve for improved truck access. In a letter dated March 7, 2001 (COR-248), the Contractor requested payment of $880.00 for this work. After review, the Engineer informed the Contractor by letter of March 7 that payment would be made for the 20 lineal feet of curb and gutter removed and replaced near the Operations Building, but not for relocating the curb forms. The Engineer stated that total costs of $400.00 would be included in a forthcoming change order. The Contractor concurred with this amount on that same date.