Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0432 - Change Order To Contract - Archer Western Contractors LTD - 10/13/2011 (2)
Resolution No. 2011—RO432 October 13, 2011 Item No. 5.8 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Change Order No. 2 to that certain Contract No. 9355 by and between the City of Lubbock and Archer Western Contractors, LTD, for the Lake Alan Henry Water Supply Project -South Water Treatment Plant - Contract F, and related documents. Said Change Order No. 2 is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. assed by the City Council on October 13, 2011 TOM MARTIN, MAYOR TTEST: Garza, City S cretary ROVED AS TO CONTENT: Reed, P.E., Chief Operdtions Officer Chad Weaver, Assistant City Attorney ccdocs/RES.ChgOrd#2Contract-Archer Western Contractors tember 28, 2011 CITY OF LUBBOCK CHANGE ORDER --, Change Order #: a 2 Contractor: Archer Western Contractors, LTD Date: September 26, 2011 BID/ITB/RFP M 10-039-MA Contract #: 19355 I Project Name: I Lake Alan Henry Water Supply Project — South Water Treatment Plant — Contract F "Change Order" means a written order to a Contractor executed by the Owner in accordance with the contract authorizing an addition to, deletion from, or adjustment or revision of the requirements of the contract documents, or an adjustment to the compensation payable to Contractor, or to the time for performance of the contract and completion of the Project, or a combination thereof, which does not alter the nature of the thing to be constructed and is an integral part of the project objective. Adjustments to "Estimated Quantities" to a line item in a Unit Price contract do not require a Change Order. All work that alters the nature of the thing to be constructed or that is not an integral part of the project objective must be let out for public bid. Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the project (attach additional pages ifnecessary): This change order includes items RFP007, RFP009 through RFP012, RFP014 through RFP17, COR008 through CORO10, and CORO13 through CORO15 to the Lake Alan Henry Water Supply Project — South Water Treatment Plant - Contract F. Included is a Contract Time extension for Substantial Completion of 30.5 days and a Contract Time extension for Final Completion of 37.5 days. These change requests are detailed in the attached Change Order No. 2 Log. Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs, including material quantities, material costs, taxes, insurance, employee benefits, other related costs, profit and overhead. Where certain unit prices are contained in the initial contract, no deviations are allowed in computing negotiated change order costs. ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM. ITEM DESCRIPTION AMOUNT A. ORIGINAL CONTRACT VALUE: $40,873,000.00 B. AMOUNT OF THIS CHANGE ORDER: Council approval required ifover$25,000 $184,915.75 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 0.45% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $58,897.00 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $243,812.75 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25%Maximum 0.59% G. NEW CONTRACT AMOUNT (A+E): $41,116,812.75 i -- It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes full compensation to the Contractor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise, in anyway incident to, or arising out of or resulting directly or indirectly; from the work performed or modified by the Contractor under this Change Order. This Change Order is not valid without the followine signatures (please Bien in order and return 3 originals with Contract Cover Sheet to Purchasing and Contract b „na--eynent D vartment): y� 9 ay (I) CONT CTOR Date (2) PROJECT ARCHI E T GINEER Date A roved as to Co t Approv as to rm: *I - ql�lw WNER' 1 P .,SEN IV ate (4) TY AT O S_2�Vcad 1n131(1 ,.. (5) CAPITAL PROJECTS MANAGER Date (6) PU HASING AND CO TRACT MANAGER Date Change Orders over $25,000 require a Contract Cover Sheet and the following signatures: CITY �Kc10/13/11_�� 10/13/11 (7) MAYOR Date (8) CIT S CRETARY Date Council Date: October 13, 2011 Agenda Item#: 5.8 Resolution #: 2"— 0432 PWC-045 (Rev 01/08) 0 BLACK&VEATCH Building a World of difference., City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.1.D September 27, 2011 Mr. Wood Franklin, P.E. City of Lubbock _ 1625 13'h Street Lubbock, TX 79401 Subject: Change Order No. 2 Attached with this letter is the Change Order Log and documentation for Change Order No. 2. This change order involves the following items: 1. RFP — 007 - The concrete surfaces and aluminum guardrail in the Chemical Containment areas were specified to be provided with a corrosion protection lining system as indicated in Specification Section 09880. In order to provide a base connection for the guardrail system at stairway locations which would not compromise the corrosion protection lining system for the Chemical Containment Areas, Request For Proposal 007 requested that aluminum guardrail be revised to fiberglass guardrail at the stairway locations in the Chemical Containment Areas. Archer Western provided a cost proposal of $3,619.00 to change the materials. The following documents are attached to support this change: • Request For Proposal No. 007 letter from Black & Veatch dated March 01, 2011 with attached fiberglass handrailing specification. • Letter from Archer Western dated June 17, 2011 with attached cost breakdown - Revision No. 2 and supplier proposals. 2. RFP — 009 - At the request from the City of Lubbock, Request For Proposal 009 was issued with modifications to the sulfuric acid chemical storage and feed system which would convert the originally proposed 93 percent concentration sulfuric acid chemical storage system to a 78 percent concentration sulfuric acid chemical storage system. This allows the chlorine dioxide generation equipment to operate utilizing 78 percent sulfuric acid. Archer Western provided a cost proposal of $53,735.00 to complete the portion of the work related to furnishing and installing the larger capacity storage and day tanks, insulation and heating for the tanks, the electrical supply for the heating systems, and other miscellaneous modifications. Not included is the insulation and heat tracing for the piping or the heating and insulation for the tank level gages. These items will be covered in a future change order. Archer Western also requested a time extension of 7 days for final completion. City of Lubbock, Texas South Water Treatment Plant September 27, 2011 The following documents are attached to support this change: B&V Project 161704.0410 B&V File 70.0000.1.7.13 2 1 P a g e • Request For Proposal No. 09 letter dated March 31, 2011 from Black & Veatch with the following attachments: Drawings PID26R and PID27R and revised Specification Section13192. Request For Proposal response letter from Archer Western dated August 29, 2011 (Received September 27, 2011) with attached cost breakdown. Request For Proposal response letter from Archer Western dated September 8, 2011 with attached subcontractor and supplier proposals which includes the requested 7 day time extension. 3. RFP — 010 - In order to complete the enclosure of Vestibule 101 and create an airlock at the entry into the Administration area, Request For Proposal 010 was issued adding a storefront frame and glazing in the interior wall of Vestibule 101. Archer Western provided a cost proposal of $2,523.00 to complete this work. The following documents are attached to support this change: • Request For Proposal No. 010 letter from Black & Veatch dated April 22, 2011 with attached Section 1 and Detail 1 sketches. • Request For Proposal response letter from Archer Western dated June 09, 2011 with attached cost breakdown and supplier proposal. 4. RFP — 011 - Request For Proposal 011 was issued to provide separate power supplies to the Engine Generator and Switchgear Enclosure from MCC-500 and power supply to four Transformers from the panel board located within Switchgear SWGR. Archer Western provided a cost proposal of $31,793.00 to complete this work. The following documents are attached to support this change: • Request For Proposal No. 11 letter from Black & Veatch dated May 12, 2011. • Request For Proposal response letter from Archer Western dated June 22, 2011 with attached cost breakdown and subcontractor proposal. 5. RFP — 012 - In Pretreatment Area 501, the Contract Drawings proposed guardrail on the walkway around the basins mounted on 4" high curb. Request For Proposal 012 requested a cost credit for replacing the specified concrete curbs with kick -plates in order to increase the accessible space on the walkways around the basins. Archer Western provided a cost credit of $473.00 to complete this work. The following documents are attached to support this change: Request For Proposal No. 12 letter from Black & Veatch dated May 12, 2011 with attached marked copy of Contract Drawing F-A1.6. Request For Proposal response letter from Archer Western dated June 9, 2011 with attached cost breakdown and supplier proposal. City of Lubbock, Texas South Water Treatment Plant September 27, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.B 3 1 P a g e 6. RFP - 014 - Request For Proposal 014 revises MCC-500 and Transformer T1 located in the High Service Pump Station and adds three conduits to be used for installation of the power supply and control cable for the Surge Tank Compressor Building which is to be constructed under Contract G-2 Treated Water Line. Archer Western provided a cost proposal of $10,895.00 to complete this work. The following documents are attached to support this change: • Request For Proposal No. 14 letter from Black & Veatch dated June 1, 2011 with attached Drawings E-104, E-105, E-501 and 1-401 from Contract G-2. • Request For Proposal response letter from Archer Western dated July 21, 2011 with attached cost breakdown and Subcontractor proposal. 7. RFP - 015 - Request For Proposal 015 was issued to revise several yard piping elevations, raise the top of footing elevation of Air Gap Structure No. 1, and revise the route of the drain line from the precast valve vaults outside the High Service Pump Station to improve drainage from the air gap structure. Also included are wall hydrants & hose bibs at the High Service Pump Station to provide water for wash -down inside the structure. Archer Western provided a revised cost of $19,352.97 to complete this work and requested one additional day for substantial and final completion. The following documents are attached to support his change: • Request For Proposal No. 15 letter from Black & Veatch dated June 28, 2011 with attached marked up Contract Drawings B-05 and B-C25, revised Contract Drawings X08 and X09 and sump pit sketch. E- • Request For Proposal response letter from Archer Western dated September 20, 2011 with attached cost breakdown and Subcontractor proposal. 8. RFP - 016 - Request For Proposal 016 revised the alignment of the 4-inch natural gas supply piping serving the South WTP and the 4-inch pipeline material from Schedule 40 black steel pipe to polyethylene pipe. Archer Western responded by requesting an additional cost of $34,158.00 because the length of pipeline was greater than originally shown on the Drawings. The following documents are attached to support this change: • Request for Proposal No. 16 letter from Black & Veatch dated June 3, 2011 with attached Detail N and revised Contract Drawing W11. • Request For Proposal response letter from Archer Western dated September 22, 2011 with attached subcontractor proposal. 9. RFP - 017 -Reference is made to Window B located in Room 308 as shown on Contract Drawing F-A1.4 and F-A6.2. Request For Proposal 17 changed Window B in Room 308 from a translucent kalwall panel in a manufactured frame to a "fire rated hollow metal City of Lubbock, Texas South Water Treatment Plant September 27, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.13 4 1 P a g e window frame and firelite safety glazing." Substituting glass for the translucent kalwall panel provides for viewing the interior of Room 308 from the hallway. Archer Western provided a revised cost of $4,774.65 to complete this work. The following document is attached to support this change: • Revised Request For Proposal response letter from Archer Western dated September 19, 2011 with attached cost breakdown and supplier proposal. 10. COR -008 -Finished water pump schematic modifications, provide modified and improved controls for the finished water pumps as described in the attached Field Order No. 030 and revised Contract Drawing Y27A. Archer Western submitted a cost proposal of $2,157.00 to complete this work. The following documents are attached to support this change: • Field Order No. 30 from Black & Veatch dated March 04, 2011 with attached Drawing Y27A. • Change Order Request No. 8 letter from Archer Western dated July 5, 2011 with attached cost breakdown and subcontractor proposal. 11. COR - 009 - Beams spanning the Administration Area Foyer were provided as detailed in Field Order No. 31. The beams provide support for the ceiling framing at the entrance into the building. Archer Western submitted a cost proposal of $6,282.00 to complete this work. The following documents are attached to support this change: Field Order No. 31 from Black & Veatch dated April 11, 2011 with attached details 1 thru 4of4. Change Order Request No. 9 letter from Archer Western dated June 9, 2011 with attached cost breakdown and supplier proposals. 12. COR — 010 -In order to provide proper clearance from beam JB 13 and the block wall on the west side of electrical room 307, the 30" x 30" duct up from the lower level was revised to 44" x 20" in Field Order 37. Archer Western submitted a cost proposal of $716.00 to complete this work. The following documents are attached to support this change: • Field Order 37 from Black & Veatch dated June 08, 2011. • Change Order Request No 10 letter from Archer Western dated June 09, 2011 with attached cost breakdown and Subcontractor proposal. City of Lubbock, Texas South Water Treatment Plant September 27, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.E 5 1 P a g e 13. COR — 013 -In order to avoid conflicts with the bar joist in the membrane area and high service pump station, the HVAC duct sizes and the location and size of intake hoods IH- 301, IH-302, IH-501 and IH-502 were revised in Field Order 39. Archer Western submitted ._; a cost proposal of $1,659.00 to complete this work. The following documents are attached to support this change: • Field Order 39 from Black & Veatch dated July 7, 2011 with attached sketch of membrane area roof and mark-up of Contract Drawing L-S2. • Change Order Request No 13 letter from Archer Western dated July 21, 2011 with attached cost breakdown and Subcontractor proposal. 14. COR — 014 - Field Order 42 revised the location of exhaust fan EF-501, showed the location of Louver L-502 on Drawing W8, changed the duct materials for SF-501, added damper motor L-502 to the control schematic for SF-501 and revised the location where the gas line enters the High Service Pump Station. Archer Western submitted a cost proposal of $4,913.84 to complete this work. The following documents are attached to support this change: • Field Order 42 from Black & Veatch dated July 6, 2011 with attached revised Contract Drawing W8. -= Change Order Request No 14 letter from Archer Western dated September 19, 2011 with attached cost breakdown and Subcontractor proposal. 15. COR — 015 -Field Order 43 removed the exposed gooseneck vent hoods from the roof of the administration area of the Treatment and Administration Complex and added vents and louvers in the wall of the building. Archer Western submitted a cost proposal of $8,810.29 to complete this work and requested one additional day for substantial and final completion. The following documents are attached to support this change: • Field Order 43 from Black & Veatch dated August 3, 2011 with attached mark-ups of Contract Drawing F-A2.2 and revised Contract Drawing W3. • Change Order Request No 15 letter from Archer Western dated August 10, 2011 with attached cost breakdown and Subcontractor and supplier proposals. 16. Time Extension for Weather Delays — Archer Western requested a time extension of 32 days due to adverse weather conditions as indicated in the attached letter from Archer Western dated September 14, 2011. Of the 32 days submitted, 28.5 days are accepted. Therefore, the times for substantial completion and final completion are extended 28.5 days. City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.7.E September 27, 2011 6 1 P a c e We recommend approval of Change Order No. 2 with the change in contract price and time extension associated with the changes indicated above and as summarized below. Original Contract Price: $40,873,000.00 Net increase of this Change Order: $184,915.75 (0.45% increase) Change Order No. 1 $58,897 (0.14% increase) Contract Price with all approved Change Orders: $41,116,812.75 (0.59% increase) Substantial Final Completion Completion Original Contract Time: 730 Days 796 Days Contract Time increase with Change Order 02: 30.5 Days 37.5 Days Contract Time with all approved Change Orders: 760.5 Days 833.5 Days Original Completion Date May 1, 2012 July 6, 2012 New Completion Date June 1, 2012 Aug 13, 2012 Please feel free to contact me if you have any questions regarding Change Order No. 2. Sincerely, BLACK & VEATCH CORP RATION Norman R. Jagels,7E. Senior Engineering Manager cc: Mr. John Kelley, P.E., Parkhill, Smith and Cooper, pdf copy Mr. Steve Keeling, P.E., Black & Veatch, pdf copy rnZ N y N N N N N N N N N N N N N N N N -C UO O • O • O • O • O • O • O • O • O • O • O • O • O • O • O • O • N N N N N N N _� In z _ � M N (0 0) co 00 co 0 0) 0) r- CO CO 00 W 00 N U N U 0) U (D U 0) U 0) U N U N U N U N U N U 0) U N U 0) U N U a) U C m C m C m C m C m C m G m C m C m C m ca m C m C m C m G to C a d a m a m 0. a� 06 a) 0. m a a) a a) a m a m a a) Q. d 0. m a a _m Q Q Q Q Q ¢ Q Q a a Q Q Q ¢ Q a �a UJ N 'D 0) 'D U) 'D N 'D 4) 'D 4) 'D 0) '0 U) 'D N 'D 0) 'D y 'D N 'D 4) 'D N '0 0) 'D U) "D C 0) C N C 0) C 0) C N C N C N C N C N C N C N C 0) C N C N C N C a) E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E O U O U O U O U O U O U O U O U O U O U O U O U O U O U O U O U (D a' a) of (D Q' 0) of 0) Q' N Of N of N w N it 0) it N Ix N of 0) Of a) a' N a' N a' > > > > > > > > > > > > > > > > ors ors orS ots ors ors orS oC m co • m • m • m ca • co m • 1 CC) m • m • m • co m • ca m • m • 1 m • m co • 00 m • m • m • O O '6 O O O O O O 0 0 O 00 O O O @ f6 m m m m m @ ca m m m c a 0 C 0.16 a O a 0 a -. 'D N O N O N O 0) O () 0- 0) N 0) 0) o 3 O N U C O 3 N N U C T U N U C U 3 N U C U 3 N U N U U p C 3 U U C 3 U co C 3 U p C 3 U C U 3 a) C U 3 U U D U 3 U D U 3 U D U 3 U U C E m 0 3 c0 m op m o m o V m o m 0 m 0 m 0 m 0 m o m 0 ca 0 m 0 m 0 m 3 0 Q u)E cm NEB cmv v,E cm wE cm v,m�aE ccoi� cm aE cm c aE cm aE cm a� C 0ca a@aCU c C a� c aE cm c co p a N= () 0) C a)= OL 0) dL L!i tM m't EL E EL N E EL E EL E Ew E C_ E C Ew E C E.L.+ E C Ew EE C EL N E� N O U U E C O E E O c O O E C O E C O O E O w "_ c 0 O. O C t` w o. O c 0 O 0 G 0 t0 O O O 000 O O O cf 8---w c~ tt'� J N Q Ur0 d00 7k U�� NOM k cl) V 00 N ci ��-M 0)�0 Xk a) UN O N`- C U� Ott �' Xk UM X N NLIJ 0 U�p O co Q �k t a) - N V dX T 0000 001� 2 N kN a) 0_ OXk UMO O k0) �' U �, W °'ai cn Q' tnN X O CJ W Q y m U r m � >am>aM E>n.cn>(L i 3 a O>a.� 03 M> >aa; m p >a�>ar�>��>�N>�>�(O>arn>�Oo 1- M � k � T ca to Q o6 LL ai mXw.COcrva0mwV!>mXV!>MwcaMav) ors LL ,p O .6 LL cl oa LL M as LL E -6 LL .R 06 LL .- mo_v>� .6 LL M ma'v>mrYv,aoUc»ooOE» 06 LL rf ors O C orj O cp arj O coo ars O .- coo;;MoZao006%). ors O � oD O ao p OD Qp z Ne- V • • • • • • • • • • • • • • • • • • d 7E O c O O_ m_ o �_ o 4) E c d m d T_ a m cg) TU) U- a m a u) T N rL a ~ x 0 p 0 O O O O p� a 0 O O o O o O O p C o W • t�iLU • • • • .-cn m0 • • • • • • • m0 • i CU FO 0 0 0 N 0 N N V5 5 E fd y N (A 0 N N y ; N QE O O O O Q O 0 O 0 O O O O O O (] 0 O Oo O Oo m Oo Ofl- Uo U U U O O U O @ N 'D O NO 'D O 'D O NO 'D O 0) O C 'D O a) 'D 0 N 'D O N 'D V) N(O 'D O NO 'D O NO 'D N 'D O NO 'D q N0 '00) 0)N 'D C E ='i ..a) M = c�'i OMi O � � Y to ,S' V Wit` (V � �,.� ,Y_• O N a E� Er EN E� � E� EM E� E� ELO E00 E E� E�- E�- m U 3 U) a0 3 .O V) 3 LO .0� i .0 3 M N .0O 3 LO :3 L 3 a� 3 It .0- 3 aN m Q 3 in( 3; L0 3"t .000 3 prj U) ffl fn v> cy (n N fn v3 U i- (n ffl O ffl (n H> (n fA nj U) v> to cn u9 (n fn H> fn d9 00 fn v> N. M • • • • • • • • • • • • • • • • LLO r a j O 7 m c')U m O w T _ C 0 N o .O E "O U J 72 C L O N a m 0 (/s N (% a' 0) .D O m O 0) U) E U)m N G Cp 0 m O •N a 3c a`) o U'3 m ° m 0 3 LL Q ur = E 0 w () 0) o a m a E :3 o v C a y y > m > N O o 0) p C` o N N 3 E Q 0 U a :p O L a V/ 0) N Ui 0) O .6 T @ ._ 0 Q O N N C C O O 02 c 00 C E .6 O O U D -U a) Q O CO C ca U E U) (0 ca N C Z m N c N M N U m m 3 p OCD 2 U C N 'D U '� 0 C N �- O '(A 0) '6 L m E L)'-- 0 U N C !E o w m 12 v N U U Mo > mo L E Ur O m p 532 Q Y 0w On O-a m U3U) to QU 2W CLW U)0 Sa `v ii2 v)m 2 (9M C N 30 O O O N 00 0) U Z O O O O O O O O O O O O O O O 0 a a a a a a a a a or w w Ix w rr LL Of LL ira LL LL LL w LL ir LL ir LL rr LL w O O O O O U O 0 O U O O M, 0) J N O Z L L O C m U Item 1 - Request For Proposal #07 Description: Guardrail Change at Chemical Storage Stairs BLACK & VEATCH building a world of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D March 01, 2011 Request For Proposal 07 Description: Guardrail Change at Chemical Storage Stairs Reference is made to the guardrail located at the stairs in the Chemical Containment Area. Please provide a cost proposal to replace aluminum guardrail with fiberglass reinforced guardrail at Stairs F, G, H, J, K, L, M, N and P (Sections J, K, L, M and N of Submittal S-05520-001). The guardrail mounted to the top of wall of the chemical containment area shall continue to be aluminum as shown on the Drawings. Fiberglass Reinforced railing shall be provided in accordance with Specification Section 05520 Handrailing, Guardrailing and Ladders and as indicated in the attached document labeled Fiberglass Reinforced Handrailing and Guardrailing Requirements. The layout of the guardrail may be as shown on Drawing No. 6 in your Submittal S-05520-001, except that a return shall be provided either on the stair guardrail or the wall guardrail for Stairs F and J at the side of the stairs covered by elevation N. The space between vertical aluminum and fiberglass rails at the top of all stairs shall be 3-inches or less. Also, reference the requirements for providing corrosion protective coatings at all stairs and railings as indicated in the Chemical Containment Area Finish Schedule on Contract Drawing F- A6.3. Include a cost credit proposal to eliminate the protective coating requirement for the railings at Chemical Containment Areas 401 through 405. The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. - Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager Enclosure cc: Mr. Wood Franklin, City of Lubbock, w/ Enclosure Mr. Steve Keeling, Black and Veatch, w/ Enclosure Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ Enclosure Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 ' FIBERGLASS REINFORCED HANDRAILING & GUARDRAILING REQUIREMENTS " Handrails shall be fabricated from 1 -1/2 inch minimum fiberglass reinforced pultruded square tube. Guardrails shall be fabricated from 1-3/4 inch minimum fiberglass reinforced pultruded square tube. Pickets shall be fabricated from 3/4 inch fiberglass reinforced round tube. Fiberglass rail and ladder shall be Fibergrate Composite Structures "Dynarail", Strongwell "Safrail", or equal. MATERIALS. Fiberglass Systems Tube Fiberglass reinforced pultruded square tube with surfacing veil and UV inhibitors in vinyl ester resin, ASTM E-84 flame spread of 25 or less. Kickplate Fiberglass reinforced pultruded corrugated plate with surfacing veil and UV inhibitors in vinyl ester resin, ASTM E-84 flame spread of 25 or less. Hardware Manufacturer's standard, AISI Type 316 stainless steel. UV Protective Coating Manufacturer's standard, polyurethane. Fiberglass handrails and guardrails shall be fabricated into finished sections of the configurations indicated on the drawings by fabricating and joining fiberglass tube shapes using molded connectors and pultruded components epoxy bonded and connected as recommended by the railing manufacturer. Where kickplates are indicated, the kickplates shall be attached to the railing posts with stainless steel or nylon fasteners. Top rails shall run continuously over posts. All rails and posts shall be in the same plane and shall not be offset. All fiberglass materials in outdoor locations shall be coated for UV protection. Railing color shall be gray. (City of Lubbock, Texas) RFP-07 (South WTP ) March 01, 2011 (161704 ) 4S ` '�� •al June 17, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP #7 — Guardrail Change at Chemical Storage Stairs — Revision 2 Dear Mr. Jagels; Our revised price to change the Guardrail at the Chemical Storage Stairs from aluminum to FRP per RFP #7 is $3,619,00. This revision uses embedded posts in lieu of SS base plates. A sketch is attached for your reference. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, �. ?tom, c W4&'W4 J. Todd Swallows Archer Western Contractors, Ltd, Project Manager CC: File Jeri Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer RFP #7 - DATE: April 9, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 7 Handrail Chem ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Storage CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description DIV Unit Unit/Price Labor Material Equipment Subcontract Totals Project Manager 1.00 MH $50.00 $50.00 0-00 MH $21.00 $0.00 0.00 MH $50.00 $0.00 0.00 MH $40.00 $0.00 ._ Add FRP Handrail incl addl freight 1.00 Is $13 412.00 $13 412.00 Delete Aluminum Handrail 1.D0 to $2,648.00 $2 648.00 0.00 ea $0.00 $0.00 0.00 Is $0.00 $0.00 $0.00 0.00 hrs $0.00 $ 0.00 LS 50.00 $ 3UBdONT LL$8.500.00 Kamco Coatings 1 00v $B 50D.00 0,00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $50.00 $10,764.00 $0.00 $8 500.00 $2 314.00 Labor Burden 55% $27.50 $27.50 5% Compensation on Subcontractor $425.00 15% Compenstion on AW Work $1 626.23 SUBTOTAL BONDS .71 INSURANCE t$32.73 .65 TOTAL AMOUNT THIS PROPOSAL 9.09 AMICO/SEASAFE j� J s, 5 A GIBRALTAR INDUSTRIES COMPANY T$$ar6rtr�[o+ts ,- 209 Glaser Drive chica9a s Lafayette, LA 70508 ° Ianq s city C. Phone: 800-326-88424 �.�„�, BIRtLKFl�AM Fax: 337-837.7172 Lafapet5e To: Archer Western Contractors Lubbock, TX. 79404 Attn: Todd Swallows Phone #: Fax #: Email: We are pleased to quote the following FRP materials for construction: Gator rail VFR 2 rail handrail system, color is gray. Quote No.: 0316016 Rev 3 Date: 3116/2011 Project: City Of Lubbock, South WTP Location: TX Quoted by: Paul Amberg Email: pamberg( oibraltarl.corn Fax: 337-837-2770 Seasafe Scope Of Work Reference Drawing # J-C3 & U9 Detail R2 Chemical Feed Area Approx.100 if of embedded mount Gator rail 3 rail VFR stair handrails for 9 concrete stair area's with a grab bar per reference drawings using Seasafe standard designed handrail system using 2" sq. tube for the post, top rail and mid -rails, 1 1t2" diameter round tube for the grab rail, embedded sq. tube and solid bar inserts for attachment in the concrete steps and 316 s.s. bolting hardware for attachment of the grab rail. * Price is based on concrete stairs being 3' tail max. to the top of the concrete wails. * Price is based on 18 sections of handrails for the 9 stairs with standard returns at the bottom and top of each handrail section. * Price includes a extra UV painted coating for the handralls but excludes a polyurethane coating. * Price is based on Seasafe's embedment standard 3 rail stair handrail system and excludes a picket style handrai system. Price includes 5 ea. epoxy glue kits for customer to apply at the job site for a non removable rail system. * Price excludes kick plate, anchor bolts or screws, installation, freight and any other items that are not listed or described in above scope of work. * FRP material is class 1 fire retardant using a vinyl ester resin * Price is based on receiving complete auto -cad drawings from the contractor or engineer at time of purchase without any additional charges to Amico Seasafe. * Stamped calculations and drawings when required are based on the latest design, Once stamped any changes to calculations or drawings will require additional engineering charges. End Of Scope } Texas PE STAMP: $1,200.00 Totals: PROJECT PRICE: $11,732.00 Freight is a (estimate) only, Actual charges will be billed at time of shipment EST. FREIGHT: $480.00 11 3 1 a < a 6 f 96 !a 21'z2"f 1 /a" SOU ARE THING f i � < HANDRAIL SOCKET MOUNT CONNECTION L_ mepicarL Wtcel &' lun irarit Co.r, irge. ,54& East Kain 844 a A..tai d Prairie, Texas 75,060 -9 2574A5733 g r-av 9t2264? 184 To: Archer Western Attention: Jacqueline Smith CONTRACT PROPOSAL No. 1648-13 Date: 03/03/11 Project: South Water Treatment Plant Location: Lubbock, TX Architect: BIaek & Veatch Engineer: CDM Plan Sheets: Originals Specifications: See original specifications Addenda: RFP No. 07 We propose, subject to the terms and conditions included herein to: Materials Credit the contract for deleting materials per the above revision. Erection As noted below and as called for under the above noted plans, specifications, Tax % addendas and proposed revisions (if noted): Bond TOTAL QUOTE ITEMS- ]. Aluminum handrails deleted at the Chemical Containment Area stairs EXCEPTIONS: 1. Cost for independent laboratory irspeetion. 2. Erection 3, Field dimensions. <$2,648.00> Excluded - Excluded Excluded <$2,648.00> 1, PAYMENT TERMS, (A) Material (only) delivered F.O.B. Jobsite. Payment shall be due, without retainage, not more than 30 days from the date of invoice. (13) Material & Labor (Erected in Place). Payment terms shall be noted in paragraph (11) ERECTED MATERIAL on the additional page of this proposal. 2. This proposal is based on the terms as stated, under TERMS AND CONDITIONS herein and on the additional page of this proposal. 3. This proposal shall be valid if accepted within 30 days of date of writing - otherwise a revision may be in order. 4. No backcharges for field corrections will be allowed without SELLER'S prior approval. Accepted _ By Date mercalt �ted A rr!' itgfturd, eo., inc. Industrial Sandblasting & Painting Office: 214-243-0451 Fax: 972-552-3112 OAT E: 03-23-2011 TO: Archer Western PO Box 360244 Dallas, TX 75336-0244 RE: Credit Back on mailing for Lake Alan Henry WTP Credit back for not coating the railings Total $ 8,500.00 $8,500.00 If you have any questions please feel free to contact our office at 214-243-0451. Keith Moyer Item 2 - Request For Proposal #09 Description: Sulfuric Acid Modifications BLACK & VEATCH building a World of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D March 31, 2011 Request For Proposal 09 Description: Sulfuric Acid Modifications Reference is made to the sulfuric acid storage and feed system located in the Chemical Containment Area as shown on Contract Drawings J-0, PID26, and PID27 for the City of Lubbock South Water Treatment Plant. Enclosed are the following: 1. Revised PID 26R dated March 31, 2011 2. Revised PID 27R dated March 31, 2011 3. Revised Specification Section 13192 Steel Chemical Storage Tanks dated March 31, 2011 4. Revised Data Sheet 13192 DS dated March 31, 2011 Please provide a cost proposal to include costs for the following items to convert the proposed 93% concentration sulfuric acid chemical storage and feed system to a 78% concentration sulfuric acid chemical storage and feed system: l . Replace the 55 Gallon Day Tank (HDT-601) tank with an 80 Gallon tank and the 3,600 Gallon Bulk Storage Tank (HST-601) with a 5,000 Gallon tank in accordance with the attached Specification Section 13192 Steel Chemical Storage Tanks and Data Sheet 13192 DS. The bulk storage tank shall be centered on the 11'-6" diameter concrete storage tank base indicated on Contract Drawing J-0. The locations for the bulk storage and day tank connections shall remain as indicated in Submittal S-13192-001C. 2. Provide heat tracing and insulation (Type PMFI) for the outdoor sulfuric acid piping and piping accessories such as valves and fittings indicated in the attached markup of PID26 and PID27 and as specified in Section 16050 Paragraph 2-23 and Section 15250. 3. Provide electrical power supply for the heating systems on the storage tank and the day tank including the magnetic gauge heaters and electrical power supply for the piping heat trace described above. Power supply to each tank shall be 120 volt, single phase fed from a 30 ampere, single pole breaker to be installed in panelboard L603. Install a separate breaker for each tank. Power supply for piping heat trace shall be 120 volt, single phase fed from another 30 ampere, single pole breaker installed in panelboard L603. Total number of new breakers to be installed in panelboard L603 is three. Each power supply circuit shall be 3#10, #10G, 3/4". 4. At the north end of the trench provided for the sulfuric acid piping, extend the north wall of Containment Areas 401 and 402 through the trench so that the north end of the trench is enclosed. Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 - Dallas, TX 75243 USA - Telephone: 214.570.7000 City of Lubbock, Texas South Water Treatment Plant March 31, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.13 21P, _- Contractor shall coordinate the following: • All materials installed to be in contact with sulfuric acid shall be suitable for 78% sulfuric acid. • Verify equipment is suitable for 78% sulfuric acid including: Sulfuric acid transfer pumps, Sulfuric Acid Transfer Pump Panel as provided by Siemens Water Technologies, valves, level instruments, vacuum breakers and pressure gages. r The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager Enclosure cc: Mr. Wood Franklin, City of Lubbock, w/ Enclosure Mr. Steve Keeling, Black and Veatch, w/ Enclosure Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ Enclosure 11 — Z d0 t 133HS M31SAS 033d OIOd MUMS < - ¢ .c wvni suv 7w i M MWOOO411*oftw 07 T d � � Cc 1Nd7d 1H31P1V3H1 H31YM N1�OS N�1V3A'B H�V19 SboX31 `x0088l17 d0 .t1I0 um .gym '..�,•,� 'swu vwrr •iv 'avn, �o Inc w m mnva iwoim�uv mown �. '.yer v M�a u �rt ow mire �nr�venv .r ay.Me .nu i p■ P O1OL 'I AIMiNT /O 'KItO1 ieo.r 1[ '. 'M m 10 3 1 iYl MI Y7iMJ09 lom 6w 1ww el Y '1911'X IIYITI� AI 010f6 ON1' QiHA AITMfOM iM 0OIMl.I 61111 P� tl ----------- 3� P� f � g �I I ---- -- -- --- - - - - - - P------------------------ ae� i ----------------- g6�! r :sm ,.:m m rar.w:gor ivi w •e r -- Z d0 i 133HS M319AS 033-4 OIDY ozynd7ns �€ _ mdoo VkUVeTMMVd� 07 4 d0 as E =- d g A ma . ea a Ntz� .w ser ,o aara mmuv �0 swo»u9ao FP �W7a'e 1NV7d immvmu N31b'M H1nOS ti "•• " " „°+°' HOMA+8N9v18 SbX31 `N008807 d0 i1170 a Fg1.�s-�_ s 3"``"si 1i via t ______________________________________--____ rw-ra xw rw ora• �ror� � i I � I � h p � 4 yg E 9 a W fia Zak oat "Ma WM b3fEMYr ela' elYH93 q,re/p-tea. __---J_____ ______________� _________-_-__________ -____; wu mamrt mw orun� _ _____ __ _ _ _ i ; ..>s nmwr era• erwm wu mrnnxr enr „�,� �-------- $ �--------- + 4--- a ------------- �----1 ---- Section 13192 STEEL CHEMICAL STORAGE TANKS PART 1 - GENERAL 1-1. SCOPE. This section covers furnishing fabricated steel tanks for aboveground bulk storage of chemical solutions with accessories as indicated herein. Piping, pipe supports, valves, and accessories which are not an integral part of the equipment or are not specified herein are covered in other sections. 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by Engineer. 1-2.01. Coordination. Contractor shall coordinate the work between the suppliers of equipment to be used with or connected to the storage tanks to ensure that all necessary provisions for mounting the accessories and connecting piping are included. Where two or more units of the same class of equipment are required, they shall be the product of a single manufacturer; however, all the component parts of the system need not be the products of one manufacturer. 1-2.01. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. If requirements in this k specification differ from those in the General Equipment Stipulations, the requirements specified herein shall take precedence. 1-2.03. Nameplates. Each tank shall be provided with a nameplate. The nameplates shall be of white phenolic material with black engraved lettering 3 inches high, and shall be mounted on the tank straight shell. The chemical name and the tank tag number indicated on the Tank Data Sheet shall be engraved on the nameplate. 1-2.04. Certification Plate. A stainless steel certification plate shall be installed on the side of each storage tank. At least the following data shall be included on the certification plate. Name of tank manufacturer. Date of manufacture. (City of Lubbock, Texas) 13192 RFP09 (South WTP ) -1- March 31, 2011 (161704 ) Manufacturer's serial number. Material Designation Name of tank lining material, supplier, and applicator. Maximum allowable concentration and temperature of the specified chemical solution that can be stored safely. 1-3. SUBMITTALS. 1-3.01. Drawings and Data. Complete drawings and data covering the storage tanks, connections, and accessories shall be submitted in accordance with the Submittals section. The data shall indicate the material of the shell and heads; the sizes of all major tank components; size, spacing, and design loading of support saddles; anchor bolt locations and details, and full information and details concerning field assembly and installation. 1-3.02. Operation and Maintenance Data and Manuals. Adequate operation and maintenance information shall be supplied as required in the Submittals section. Operation and maintenance manuals shall be submitted in accordance with the Submittals section. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered. 1-4. QUALITY ASSURANCE. 1-4.01. Welding Qualifications. All welding procedures and welding operators _ shall be qualified and certified in accordance with Section IX of the ASME Boiler and Pressure Vessel Code, latest addendum. All procedure and operator qualifications shall be in written form and subject to Engineer's review. Accurate € records of operator and procedure qualifications shall be maintained by Contractor and made available to Engineer upon request. 1-5. DELIVERY STORAGE AND HANDLING. Shipping shall be in accordance with the Shipping section and the tank manufacturer's recommendations. Handling and storage shall be in accordance with the Handling and Storage section and the tank manufacturer's recommendations. (City of Lubbock, Texas) 13192 RFP09 (South WTP ) -2- March 31, 2011 (161704 ) PART 2 - PRODUCTS 2-1. PERFORMANCE AND DESIGN REQUIREMENTS. Each tank shall be designed for storage of the chemical or chemicals at the design conditions specified in the attached Tank Data Sheet. Useable capacity shall be measured from the invert of the tank overflow nozzle to the top of the pump suction nozzle. Vertical tanks shall be vertical cylinders with a bottom and top constructed as specified herein. Horizontal tanks shall be a horizontal cylinder with flat or dished heads and supported on saddles. Tanks shall be provided with a suitable overflow connection. Each tank shall be vented and will normally be used to store the specified chemical at atmospheric pressure but shall be designed to withstand the hydrostatic head which would result with the tank and fill pipe surcharged with the stored chemical to 6 inches above the top of the tank. The wall thickness for each tank shall be determined by the tank manufacturer but shall not be less than the minimum wall thickness specified. Each tank not required to have a corrosion protection system shall include a corrosion allowance as required. Tank heads shall be self-supporting, structurally reinforced to withstand a super -imposed load of 250 pounds at any point and shall be additionally reinforced as necessary for the specified accessories. Any necessary supporting members shall be located on top of the head plate. Tank roofs shall be provided with a nonslip finish over the entire roof surface Each tank shall be designed in accordance with the latest edition of Section VIII, Division 1, PART UW of the ASME Boiler and Pressure Vessel Code. Tanks will be supported on a concrete base. Each tank shall be provided with the appropriate number and size of lifting lugs for handling and installation, and hold-down lugs for anchoring the tank to the concrete base. Tank nozzles and personnel manways shall be provided as indicated in the attached Tank Data Sheet. 2-1.01. Tank Bases. Unless otherwise indicated or specified, all equipment will be installed on concrete bases at least 6 inches high. The tanks will be anchored to the concrete base with suitable anchor bolts. 2-2. RECOMMENDED MANUFACTURERS. Recommended manufacturers shall be as specified in the Tank Data Sheet. (City of Lubbock, Texas) 13192 RFP09 (South WTP ) -3- March 31, 2011 (161704 ) 2-3. MATERIALS. 2-3.01. Carbon Steel Tanks. Materials for carbon steel tanks shall be as follows: Shell and plate Nozzle and piping Flanges Structural shapes Assembly Bolts, Nuts, and Washers ASTM A516, Grade 70. ASTM A53, Grade B, seamless. ASTM A516, Grade 70, flange quality. ASTM A36. As specified in the Tank Data Sheet. Electrodes ASME approved, of same composition as the base metal. Welding of Alloy 20 nozzles to the tank or heads shall be performed using ASME approved Alloy 20 electrodes. 2-3.02. Stainless Steel Tanks. Not used. 2-3.03. Tank Linings. As specified in the Tank Data Sheet. 2-4. CONSTRUCTION. 2-4.01. Welding. Each tank and appurtenances shall be fabricated from a minimum number of pieces, and vertical shell seams shall be staggered. Welding seams shall be located to clear all nozzle openings. All flange faces shall be true to the center line of the nozzles, and bolt holes shall straddle center lines unless noted elsewhere. All welding shall be done by the electric arc process. All welding shall be full and continuous, of uniform size and free from slag, porosity, undercuts, and other defects. All welds shall be fully penetrated. The manway flange shall be machined smooth for a gasket surface after welding. The entire interior of each tank shall present a smooth surface free of marked w depressions, offsets, abrupt edges, or other protrusions. All welds shall be ground smooth. The sulfuric acid day tank shall be a cone bottom tank on at least 4 legs. Outlet shall be from the bottom of the cone as indicated on the P&IDs. Tank legs shall be determined such that the bottom outlet nozzle shall allow an outlet valve and piping elbow. For lined tanks all weld splatter shall be removed entirely. For rubber lined tanks, welds shall have a minimum radius of 3/8". (City of Lubbock, Texas) 13192 RFP09 (South WTP } -4- March 31, 2011 (161704 ) 2-4.02. Edge Grinding. Sharp corners of cut or sheared edges which will be submerged in operation shall be dulled by at least one pass of a power grinder to improve paint adherence. 2-4.03. Surface Preparation. Surfaces specified to be painted or lined, shall be shop cleaned by sandblasting or equivalent, in strict conformance with the coating manufacturer's recommendations. All mill scale, rust, and contaminants shall be removed before shop primer is applied. When a lining is to be installed, the interior of the tank shall be cleaned to at least a SSPC SP-5 White Metal Clean. 2-4.04. Shop Painting. All steel surfaces shall be protected by suitable coatings applied in the shop. Coatings shall be suitable for the environment where the equipment is installed. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for coating. i" 2-4.04.01. Exterior Surfaces. The exterior surfaces of each tank shall be shop painted with a suitable universal primer. The primer shall be not less than 4 mils dry film thickness (DFT). Field coating shall be as specified in the Protective Coatings section. 2-4.04.02. Interior Surfaces for Tanks without Liners. Not used. 2-4.04.03. Interior Surfaces for Tanks with Novolac Epoxy Liners. For tanks specified to have novolac epoxy lining, the lining shall be applied to all interior surfaces, including the interior of all tank nozzles and the face of nozzle flanges, and shall be suitable for the chemical stored under the specified environmental conditions. A minimum of two coats shall be applied at 15-20 mils DFT per coat for a total DFT of at least 35 mils. The liner material manufacturer shall approve the material used and the procedures to be used. Tank lining methodology shall be suitable to provide coating nozzle interior surfaces to the same lining thickness specified for the tank. The material manufacturer shall submit, in writing through Contractor, approval of the proposed material and the application procedures. The applicator shall be experienced in tank lining procedures. 2-4.04.04. Interior Surfaces for Tanks with Rubber Liners. Not used. 2-5. ACCESSORIES. 2-5.01. Special Tools and Accessories. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 2-5.02. Access Manway. Access manways shall have a nominal diameter of 24 inches. The number and location of manways shall be as specified in the (City of Lubbock, Texas) 13192 RFP09 ' (South WTP j -5- March 31, 2011 (161704 c nozzle schedule. Manways shall be flanged, fully gasketed, and furnished with a steel blind flange cover having a thickness as determined by the tank manufacturer. Flange drilling and diameter shall conform to ANSI B16.5, Class 150. Side manways shall be centered approximately 3 feet [0.9 m] above the bottom of the tank. 2-5.03. Hinged Covers. Not used. 2-5.04. Flanged Nozzles. Nozzles for connecting piping and accessories shall be provided on each tank at the locations and of the sizes indicated in the Tank Data Sheet. Nozzles shall be flanged, with flange diameter and drilling conforming to ANSI B16.5, Class 150. Tank nozzles shall extend at least 4 inches [100 mm] from outside of face of tank to the face of the flange. Flanged nozzles shall be fabricated of the same material as the tank except for the pump suction and fill connections on sulfuric acid tanks, which shall be fabricated of Alloy 20 material and shall extend at least 3 inches inside the tank. Nozzles for drain connections shall be installed so the invert is flush with the bottom of the tank to allow complete draining of the tank. The mounting flange for ultrasonic type level transmitters shall be not less than 18 inches above the maximum liquid level. The center line of the nozzle shall be at least 24 inches from the tank sidewall, fill nozzle, and other obstructions. 2-5.05. Vents. The tank shall be provided with a vent of the size recommended by the manufacturer, but not less that the size indicated on the Tank Nozzle Schedule, to prevent pressurizing the tank during filling or drawing a vacuum inside the tank during pumping or draining. The vent shall be as specified in the Tank Data Sheet. 2-5.06. Tank Insulation. The entire exterior area of the sides and top of tanks shall be provided with 2 plies of 1 inch [25 mm] thick polyurethane foam -type insulation having a thermal resistivity of not less than R14. Fiberglass insulation shall not be acceptable. The tanks shall have an aluminum outer protective shell for protection of the insulation. 2-5.07. Tank Heater. Tanks shall be electrically heated with exterior mounted panel type or strip type heating elements. Immersion heaters will not be acceptable. The tank heater shall be supplied complete with heater, controller, integral heater thermostats, and point level sensing device (if electric point level measurement is not already provided). The heating elements shall be mounted on the side of the tank near the bottom. The heating elements shall be sized to maintain the entire tank contents at a temperature specified in the Tank Data Sheet, in an outdoor environment. The minimum outdoor ambient temperature (City of Lubbock, Texas) 13192 RFP09 (South WTP ) -6- March 31, 2011 (161704 ) shall be as specified in the Tank Data Sheet. Insulation shall be as indicated in this specification section. The tank heater shall consist of one or more heating elements and a maximum number of controllers as specified in the Tank Data Sheet. Heat elements shall be fastened to the tank with manufacturer -approved adhesive or stainless steel straps and fasteners. Each heating element shall be rated for power supply indicated in the Tank Data Sheet and shall be powered from a controller. Each heating controller shall receive power from a dedicated circuit and be rated up to at least 20 amperes. Each heating element shall be energized with a switch and a temperature sensing device. The temperature sensing device shall be mounted on the tank and under the insulation. When the temperature sensing device detects that the tank contents is below a lower set point temperature, the switch shall change state and energize the respective heating element. When the temperature sensing device detects a temperature above a higher set point temperature, the switch shall de -energize the heating element. The tank heating system shall be furnished with NEMA 4X rated control enclosures and all electrical terminations with regard to incoming power supply and connections to the heating elements and sensing devices. The enclosure shall be mounted adjacent to the tank or on the tank as recommended by the equipment supplier. All required cable between the enclosure and heating elements and temperature sensing devices shall be provided by the heating system supplier. Heating systems shall be designed and provided by a heating system supplier experienced in heating steel tanks. Heat elements shall be as provided by Chromolox, Calorique, or HTD Heat Tracing systems, or equal. 2-5.08. Ladders and Handrail. When specified in the Tank Data Sheet, tanks shall be provided with an exterior ladder which extends from the top of the tank's straight side to the operating floor of the containment area. Ladders for tanks with a total height greater than 16 feet from the finished floor shall be provided with a safety cage. The ladder shall be supported on and anchored to the concrete base and bracketed to the tank shell as needed. When specified in the Tank Data Sheet, safety handrails and kickplates meeting current OSHA requirements shall be provided around the top of each tank. The handrail shall be attached to the ladder siderails, and anchored to the tank head. The ladder - shall be fabricated of fiberglass reinforced plastic shapes, stainless steel, aluminum, or carbon steel completely coated with at least 1/8 inch [3 mm] of reinforced resin after fabrication. Uncoated or exposed carbon steel parts or = fasteners will not be acceptable. The ladder shall have a clear width of at least 16 inches [400 mm], with rungs at least 3/4 inch [18 mm] in diameter and spaced (City of Lubbock, Texas) 13192 (South WTP ) -7- (161704 ) RFP09 March 31, 2011 not more than 12 inches [300 mm] apart, and a clearance of at least 7 inches [175 mm] between the back of the ladder and the tank wall. 2-5.09. Sight Level Gauge. Each tank shall be provided with a sight level gauge. The gauges shall be clear type or magnetic flag type, as specified in the Tank Data Sheet. 2-5.09.01. Clear Type Level Gauge. Not used. 2-5.09.02. Magnetic Flag Type Gauges. When specified in the Tank Data Sheet, magnetic flag type level indicators shall be externally mounted and consist of a chemical resistant magnetic float, externally mounted float housing, magnetic flag indicator assembly and scale. The indicator housing shall fasten to openings in the side of the tank, with the float assembly the full height of the tank. Each indictor shall have a 2 inch pipe housing oriented so that the scale is visible from the normal personnel working area. The float housing material shall be PVC, CPVC, AISI Type 316 stainless steel, or Carpenter 20 Cb-3, as required. The float assembly shall be provided with isolation valves as indicated on the drawings. The level indicators shall have two-colored magnetic flags that flip colors to indicate liquid level. The level indicators shall include a metal scale to provide a numerical readout of the liquid level in gallons. Each tank gauge shall be provided with an electric heater to operate from 120V, single phase, 60 Hz power. Additionally, each gauge shall be provided with an insulation jacket. The level indicators shall be GEMS "SureSite Indicators", PenBerthy, or equal. 2-5.10. Saddles. Not used. 2-6. SHOP TESTING. When chemical resistant linings are specified, the lining shall be tested for holidays and pinholes using a low -voltage unit holiday detector approved by the lining manufacturer and acceptable to Engineer. Locations where holidays and pinholes are detected shall be marked for repair and retested after repair work has been completed. The manufacturer shall certify the lining is free of holidays and pinholes. PART 3 - EXECUTION 3-1. INSTALLATION. Equipment furnished under this section will be installed in accordance with Chemical Storage Tank Installation section. End of Section (City of Lubbock, Texas) 13192 RFP09 (South WTP ) -8- March 31, 2011 (161704 ) Section 13192 STEEL CHEMICAL STORAGE TANKS Tank Data Sheet — Sulfuric Acid General Chemical service. Sulfuric Acid P&ID drawing reference. PID26R Tank tag numbers . HST-601 Number of tanks. 1 Design Requirements Chemical concentration, percent by weight. 78 to 93% Maximumspecific gravity. 1.7 to 1.84 Maximum temperature. 1200 F Installed location. Outdoor Tank configuration. Vertical cylindrical Tank bottom. Flat Tank top. Domed Usable capacity. 5,OOOGal Tank diameter. loft Straight shell length/height. loft Maximum total length/height. 13 ft Recommended manufacturers. Modern Welding, Dixie Tanks Tank insulation required. Yes Tank heating required. Yes Minimum temperature to maintain. 40 F Minimum outdoor ambient temperature. 10 F Maximum heater size, Watts 900 Power supply. 120VAC, 60 Hz, 1 phase Number of controllers. One 1 Protective coating required for metal parts. Yes Materials Tank Carbon Steel Assembly bolts, nuts, and washers. Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gaskets. Viton FKP Interior chemically resistant lining. Novolac Epoxy KCC "EN 25.5" (City of Lubbock, Texas) 13192-DS01 RFP09 (South WTP ) -1- March 31, 2011 (161704 ) Construction Minimum wall thickness (not including corrosion allowance). '/4 inch Corrosion allowance thickness. Zero Accessories Tank vent. Gooseneck type Ladder required. Yes Handrail required. Yes Sight level gauge. Magnetic flag type Material for Magnetic flag type. Carpenter 20-Cb-3 Tank Nozzle Schedule Quantity Connection Location Size in 1 Tank fill. 2 1 Pump suction. -Top Side bottom 2 1 Drain. Side bottom 2 2 Level gauge. Side top and bottom 2 1 Overflow. Side top 3 1 Vent. Top 6 2 Manway. Top, side bottom 24 1 Level sensor. Top As required (City of Lubbock, Texas) 13192-DS01 (South WTP ) -2- (161704 ) RFP09 March 31, 2011 Section 13192 STEEL CHEMICAL DAY TANKS Tank Data Sheet — Sulfuric Acid General Chemical service. Sulfuric Acid P&ID drawing reference. PID27R Tank tag numbers . HDT-601 Number of tanks. 1 Design Requirements Chemical concentration, percent by weight. 78% or 93% Maximumspecific gravity. 1.7 to 1.84 Maximum temperature. 1200 F Installed location. Outdoor Tank configuration. Vertical cylindrical Tank bottom. Coned Tank top. Flat Removable Usable capacity. 80 Gal Tank diameter. 2 ft Straight shell length/height. 4 ft Maximum total length/height. 6 ft Recommended manufacturers. Modern Welding, Dixie Tanks Tank insulation required. Yes Tank heating required. Yes Minimum temperature to maintain. 40 F Minimum outdoor ambient temperature. 10 F Maximum heater size, Watts 650 Power supply. 120VAC, 60 Hz, 1 phase Number of controllers. One 1 Protective coating required for metal parts. Yes Materials Tank Carbon Steel Assembly bolts, nuts, and washers. Stainless steel, ASTM F593, Alloy Group 1 or 2, ASTM F594, Alloy Group 1 or 2 Gaskets. Viton FKP Interior chemically resistant lining. Novolac Epoxy KCC "EN 25.5" (City of Lubbock, Texas) 13192-DS02 RFP09 (Lake Alan Henry WTP) -1- March 31, 2011 (161704 ) Construction Minimum wall thickness (not including corrosion allowance). '/a inch Corrosion allowance thickness. Zero Accessories Tank vent. Gooseneck type Ladder required. No Handrail required. No Sight level gauge. Magnetic flag e Material for Magnetic flag e. Carpenter 20-Cb-3 Tank Nozzle Schedule Quantity Connection Location Size I in 1 Tank fill. Top 2 1 Pump suction. Cone bottom 2 1 Pump suction Cone Side 2 2 Level gauge. Side top and bottom 2 1 Overflow. Side top 3 1 Vent. Top 4 1 Level sensor. Top As required (City of Lubbock, Texas) 13192-DS02 (Lake Alan Henry WTP) -2- (161704 ) RFP09 March 31, 2011 Archer Western Contractors A Member of the Walsh Group August 29, 2011 Black and Veatch Attn: Norm Jagels 9441 U Freeway Suite 114 Dallas, TX 75243 RFP-009 Revised Dear Norm, Due to the inability to come to an agreement on the cost for pipe heat tracing and insulation on RFP-009 we are resubmitting a price with the following items deleted: Pipe heat trace and insulation including control panels, tank site glass heat tracing and insulation blanket. We are submitting this price in an effort to move forward with the revised sulfuric acid tank. The pipe and site glass insulation and heat tracing that have been deleted will be resubmitted in a future PCM upon clarification on the heat tracing panels and controls. The submitted cost includes electrical conduits and circuiting per the RFP. If revisions are needed to the electrical circuiting due to heat tracing clarifications, those items will also be addressed in the future PCM. The cost for the additional work as outlined above is $53,735.00. The breakdown of the cost is attached for your reference. If you have any questions regarding this proposal, please contact me. Sincerely Way Pur Project Manager Archer Western Contractors Cc: Jeff Polak Jay Vincent Jackie Wooden File 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer k � ! t f | � ! $ { } J ; I W t O m � ps i s ! •f •:pip i iiiiiiE N € 1 w i of Ci •r O t ICCj R pOg!`Og O'COOCf C O{[� f vi a= 1 3 .-� INS 1e 3q`p t bNi O..0 i 2 .zgc0100?= IM I CIS 1a{a ���1I'I4 a I 0000000o U o !O g-y��i ���.�h0 0 um mn!Se ala �'u' u�wug!ug ja �ugIu�ugu"� E 8 8`� 8 8j8 8 8'� (8 -8 8'8 8i8 $$ 8 8`8I8'g o;o ry o o o gjo 0 0 1 [ po 0 0 ..0 0 0 w 14 ci N£161,86 IO N N O •- � '�!- [ N3N I E _ .t .�� O Q. O 8 8 P 1 E 1�[ � i i� 1N�N � � o`eo oi ��c c c �< i t € g g qjo QQ[ y�v8i v LU i c c I .n Y Y YIY ��.' �`Yi� W ro ti Z m m �( d_ a a` M1 " 2 v m �tm o W v igE .!!� I 3i it r r r cI O j c x Ix d c: y 5 ° w e H F zi z x m m m m X m m m m m oy'g .€I ml �Ix.iuoF ajc(�t� ig Arco o8v»y`� y W C �LL [fi u w�K4a�4d J m€H m xI, o O o w r[r m! m ¢ (O ut m g rlg r oft m Q C 4 m ,m,0� o car r r r Pi °j ulh Wj rn m u W t m �M1f0V1NNNa� W C m �.LL A I t_ u rj I�,o 0 Zf w C rn m co, u N(� i.cla °0: {y �{g $ !Iw�y wwwmt' mlo o€riw W S�g of rzxsz't, m c m o w "e Im`y.e�c�i�_d °j��^ r �C £ EMy9 t}} 3 Q{M1 ^ m Ec mNN GpjWE i`�'.mCE l.,E.ria O�M1 i� 10 f�$OMS3(r�'I_I �iIm441�1�$m C'M1O o2j� 0.5� .� m cx3m�i;.�ta 0to adz ojtn�NHNN t$'��. _,x44wwtO�r Zi r'-y�Qa 4_t=-"rt_N `IH�1 1 1 ; t Estimate Company Spreadsheet Report page; RFP 009 912712011 6:08 A8 ', ;.,u..�, ^tc^s. ,...,. x a w Y rw 7 -.. <..., ,.., r w-",k 't"2 L ir- .. s i. .. x :'rtw.., ,r.. sa ft^e u'7";. srx4 re w. ,..t. a §.-::1}L. 'u.. w*. L:..ur `fi ..',.. 7. .,. "„"t t � . � ,. , �� �, c 3 r f, .µ }? x ,, w } , ro "S + +„ L ,'+� § t .5-�' a . ,.,1. h } � a 7 . mt. .... Nµ,� u, ,r.. hu �.... � s: �„. � ., t :�;.:. � U�:. � ;,,... a 1 �.,. � s.,,. ,->, . w.rU �.0 ~x }, ,...�x „, u. �,�v�� s s, �; ri•..h „rk �i..�a,'i�. � �'w, x o „ u. .,,,..'" .�''. ,.r t , "s +•FL � �u x ��;hh i � G{ � }i- k �. �' xk 4 �Y" 3 i§� h �"� . .t '....a ? k. 1 (1.. at � ?, �S v. n.„, �. w ,,, sg,a-; ,� . U».::xx w ...aMv�.»,., �.ra � � ..'k,.,.a ., ,�µ,•n. .s "�, _...R k d, a � ��•., ., '` � t` �i ,'�,� !nk t „«..c ro.9�+L'.•n a.-w, Yt t"*��� �.: €'i �� "<ua `� 900.00 a �� .. _...., rw-m--.—,, ,m— m. I , Estimate Company Spreadsheet Report Estimate Totals Rate Description Amount Totals Hours Labor 1.349 48.084 hm Material 9,934 Suboont=t 36,520 Equipment 375 10,000 his Other 48,178 48.178 BUILDER'S RISK INSURANCE 118 'LASS S BOND RATE(BUILOINGS) 478 GENERAL LIABILITY INSURANCE 537 Bunten -LABOR 742 FEE on S A=ntraetors 1.826 2 YR, MAINTENANCE BOND 107 FEE on Remelnino Work 1.749 Total 53,735 Cost Basis Cost per Unit Percent of Total 26.970 A 2.51% 198.675 A 18.49% 730,404 A 67.96% 7.500 A 0.70% 963.560 A 89.66 89.66% 0.220S/ 100 T 2,3641k D22% B 9.565 A 0,89% 0.010 S / 1 T 10747 lk 1.00% 55,000 % C 14,834 /k 1.38% 5.000 % C 36.520 A 3.40% 8 2,149 /k 0.20% 15.0D0 % C 34, 972 A 3.25% 1,074.700 /k page• 9/27/2011 6:08 AA Archer Western Contractors A Member of the Walsh Group September 8, 2011 Black and Veatch Attn: Norm Jagels 9441 LJ Freeway Suite 114 Dallas, TX 75243 Reference: Lake Alan Henry South WTP Contract F Subject: RFP-009 Revised Dear Mr. Jagels: Attached to this letter you will find a detailed cost breakdown for the Sulfuric Acid Modifications per RFP-009. The revised total cost for this work is $78,699.00 with a request for an additional 7 days to be added to final completion due to this change. The CPM for the project currently shows the chemical feed area as being on the critical path, thus the request for additional days. Thru correspondence regarding the sulfuric acid system, it has been discussed that the heat tracing and insulation related to this change order could be accomplished after substantial completion, priorto final completion. With this agreement, our request for additional days is related to final completion for the insulator to complete the heat tracing and insulation of the two storage tanks and piping. Our tank supplier requires a substantial amount of time for fabrication of the tanks (10-12 weeks after approval) which could also impact the schedule for completion, but with the information regarding the small amount of sulfuric acid required for the CIP system and the ability to potentially utilize a temporary tote to feed the sulfuric acid, we are not requesting additional time related to substantial completion. Included is the back-up documentation from our Heat trace and Insulation subcontractor, unfortunately the cost for this work was higher than anticipated. AW has reduced the general expense items as requested. Our pricing will remain in effect until October 14, 2011, at which time the pricing and days requested will be modified accordingly. If you have any questions or require additional information, do not hesitate to contact our office. 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer Alir Sincerely r ♦ i Jeff Polak Program Manager Archer Western Contractors Cc: Wayne Pursley Jay Vincent Jackie Wooden File 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer Acme Electric PROPOSED CHANGE ORDER No. 00001 108 E $?IVD Lubbock, Texas 79404 TITLE: RFP-09 Circuits for Beat Tape DATE: 4/18/2011 0 PROJECT: LAKE ALAN HENRY WATER TREATMENT JOB: 2 389 TO: Attn: JACKIE SMITH CONTRACT NO: AW RE: To: From: Number: Item Description Stock# Quantity Units Unit Price Tax Rate Tax Amount Net Amount 00001 Matcrialsand Trenching 1,000 S2,708.00 0.00% S0.00 S2,708.00 00002 Labor Manhours 100A00 S28.00 0.00% $0.00 $2,800.0() 00003 Labor Burden 2800,000 50.50 0.00% b0.00 S 1,400.00 00004 Profit and Ovefficad 6908.000 S0. i 5 0.00% $0.00 S 1,030.20 Unit Cost: $7,944.20 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 APPROVAL: By: By: f B RRY BROWN Date: e t Date: Total: $7,944.20 JACKIE SMITH Description 1 1 114" PVC CTD GRC 2 1 114" PVC CTD GRC CPLG 3 1 114" PVC CTD 90 DEG ELBOW ,; FS-2 314" BOX PVC CTD, 5 YF 12"x12"x8" PVC CTD 6 1 1/4" PVC 7 1 1/4" PVC FEM ADAPTER 8 3/4" LT FLEX 9 3/4"LT INSUL 90 DEG CONN 10 #10 XHHW BLACK 11 30A I P BREAKER BOLT -ON '12 TRENCH AND SACKFILL Totals Job Name - CHANGE ORDER PROPOSAL 11 Job # - 2010-5-21 HEAT TAPE FOR ACID TANK Quantity Trade Price Unit Disc % Net Cost Labor UnilTotaf Material Total Hours 20 534.87'C 0.00 534.87 12.00 C 106.97 2.40 4 47113 C 0.00 471.13 0M.0 18.85 2 1,523.61 C 0.00 1,523.61 80,001C 30.47 1.60 3 43.10 E 0.00 43.10 5.l.5 E 129.30 15.75 1 183.80 E 0.00 183.80 7,30 E 183.80 7.30 200 114.72 C 0.00 114.72 6. 00 Ic 229.44 12.00 2 174.30 C 0 M00t 149 0.40 20 19100 C 1), 0 0 193, 00 7,50 C 38.60 1.50 6 $51.18 C 0M 51,1p, 50,00'ZC 51.07 100 1.600 342,04 M 0 00 342.04 16 1 . 0 1 0::; M 547.26 25.60 3 43.20 ' E 0,00 43, 20 0 381E 129.60 114 200 6.20 E 0.i0 6,20 0, 151E 1.240.00 30,00 2.708.85 100,69 818/20112:05:23 PM 1 BBIAND IN, SS ULATION COMPANY, INC, P.O. BOX 589 a MABANK, TX. 75147-0589 Phone 903-887-7473 — Fax 903-887-7472 blandinsulation@embargmail.com August 29, 2011 Archer Western Construction 2121 Avenue J, Suite 103 Arlington TX 76006 817-640-3898 FX817-640-8734 Attn: Jeffry Polak Re: RFP-09 BV - Tank Insulation and Heat Trace South Water Treatment Plant Thank you for the opportunity to quote on the above referenced project. Our scope of work includes the following: HTS - 601: Two layers polyurethane insulation, each layer 1-112 inch thick to meet R-14 with aluminum jacket. Chromalox strip pads and controller. Insulation: $12,500.00 Heat Trace: $ 5,693.00 HDT - 601: Same insulation and heat trace. Insulation: $ 5,300.00 Heat Trace: $ 5,083.00 HST - 601 Alternate Heat Trace: Spiral 8-watt heat tracing, 120 volt controller. Heat Trace: $ 5,999.00 HDT - 601: Same. Heat Trace: $ 3,091.00 Exclusions: Electrical connections. t. Applicable taxes will be added unless a tax exemption certificate is furnished. Sincerely, Donald Bland President Item 3 - Request For Proposal #10 Description: Addition of Aluminum Storefront Framing and Glazing BLACK & VEATCH �. building a world of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D April 22, 2011 Request For Proposal 10 Description: Addition of Aluminum Storefront Framing and Glazing r7 Reference is made to the wall between Vestibule 101 and Foyer 102 located in the Administration Area as shown on Contract Drawing F-A1.2 for the City of Lubbock South Water Treatment Plant. Please provide a cost proposal for the following modifications required to create an airlock in Vestibule 101 as indicated in the attached markup of Wall Section/Detail 1 from Contract Drawing F-A3.2 and Aluminum Detail 1 from Contract Drawing F-A5.10: 1. Provide aluminum storefront framing to match the surrounding system. 2. Provide glazing to match the lower vestibule glazing. The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager Enclosure cc: Mr. Wood Franklin, City of Lubbock, w/ Enclosures Mr. Steve Keeling, Black and Veatch, w/ Enclosures Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ Enclosures Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 f I� ' 12 ,, 4 -A5.2, Slhl f 3114 a6' l7 _ -A5.9 (j4 qr_— 0 _12, 1 -A5. a 718° M �� Vi 3' EAVE A5. 4 I A /,"F/Or/ �2�j ---- VE 1 LE OYE i �� 00, -A5.9 3156.00� s FIN FLA -��-- -- f -- - — -- — i ( zj. ir This document is released on Zott for the purpose of interim review under the authority of Miq ael L. Smith, R.A. License # 16349. It is not to be used for regulatory approval, construction, bidding or permit purposes. C- ra Tre• sra• J 5/8• 2 J/8'� 7 5J8' 3 5/8' n 2' RIGID V \ INSUL \ PACE ORICK WEEPS P 18' D.C. - y \ TIWI•WALL FLASHING \ \ \ LIQUID APPLIED WEATHER BARRIER - \ SLOPED CURTAIN WALL FRAME 22 - T.0 \ SLOPED t2' ® . ALUM f WE 4 L•:,:� ' ��<!� � /lam �l STRIICT — •J' MOLD L f'Ir�►�o - Fa sip., e L f NT-e - rc X rt44 b 9 y.� Ba T 40vt �. WOO c7SSCA"L/ e• CMU LINTEL J 5/8• MTL STUD 5/8• GIYB 2 112' MTL SIUD 3171. t0' SOFFIT ELEV ` MOVE pK �'vwa�wvvw S ' b" F I-e- ' Fr3 w►i v.j Sr S T o ArTc sr?YYow.bw� srs•,�,,„ . iksr7ll '51Q74 l 'l¢• L�w�Ika% This document is released on 2'L -�1'• Zv►t for the purpose of interim review under the authority of Michael L. Smith, R.A. License # 16349. It is not to be used for regulatory approval, construction, bidding or permit purposes. ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP June 9, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP #10 — Addition of Aluminum Storefront Framing and Glazing Dear Mr. Jagels; Our price for the addition of Aluminum Storefront Framing and Glazing per RFP #10 is $2,523.00 A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, f. 7aw Segal a" J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue V Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817.640-8734 An Equal Opportunity Employer RFP 910 - Addition of Aluminum Storefront Framing and Glazing DATE: May 31, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 10 Aluminum ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Storefront CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. t.1 Change Orders Texas Commercial Glass Concepts, L.P. PO Box 2048 Weatherford, TX 76o86 Phone: (817) 594-4477 F— (817) 594-4477 Change Order 3 www.-TexasCommercia]Glas cons 2011 To: Archer Western Jacqueline Smith 2121 Avenue J, Suite 103 Arlington Texas 76006 5 Provide approximately 30 sgft of additional aluminum storefront framing and glazing to $1,068 75 Wall between Vestibule loi and Foyer 102 to create airlock in Vestibule to i per RFP-o 10 6 Provide Labor to install approximately 30 sqft of additional aluminum storefront $553.75 framing and glazing per M-oio The original Contract Sum was Net change by previous Change Orders $131,595.00 $3,850.00 ------------------------------------------------------- Accepted By: Tem Commercial Glass Concepts, L.P. PO Box 2048 Weatherford, 7X76086 Name: Shawn Murphy Title: Pres. TCGC Mgmt, LLC, General Partner 0 Archer Western 2121 Avenue J, Suite 103 Arlington, TX 76006 Name: Jackie Smith Title: Project Engineer Item 4 - Request For Proposal #11 Description: Miscellaneous Power Supply Electrical Items BLACK & VEATCH building a world of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.1) May 12, 2011 Request For Proposal 11 Description: Miscellaneous Power Supply Electrical Items Please provide a cost proposal for the following modifications required to provide power supply to the locations indicated below: 1. Provide 480 volt power supply to the engine -generator power center from MCC-500 in the high service pump station. Circuit shall be 3#6, #IOG, 1 '/4". Add a 3 pole, 40 ampere breaker in MCC-500 for this service. 2. Provide 480 volt power supply to the switchgear enclosure lighting panelboard from MCC-500. Circuit shall be 3#2, #10G, 1 '/4". Add a 3 pole, 60 ampere breaker in MCC-500 for this service. 3. Provide separate 120 volt power supply to transformers LCS-1, LCS-IA, LCS-2, LCS-2A. Each circuit shall be from a 20 ampere, single pole breaker in the panel board located within switchgear SWGR. Each circuit shall be 2#12, #12G from the panelboard to each transformer space heater. Conduit leaving the switchgear enclosure shall be 2" with all cable combined. Cable shall branch off to each transformer in 2" conduit. Conduit for circuits shall be routed underground in duct bank. Minimum underground conduit size is 2". Add new conduit to existing duct banks or parallel to existing duct banks where possible. The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ Enclosure Mr. Steve Keeling, Black and Veatch, w/ Enclosure Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ Enclosure Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 ARCHER i T E i '-..I i— . r. - c June 22, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP #11 — Misc Power Supply Electrical Items - Revised Dear Mr. Jagels; Our revised price to provide miscellaneous power supply items per RFP #11 is $31,793,00, We reduced the labor dollars and included a G. E. price list. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, . 76a &1 J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer RFP #11 - Misc. Power Supply Electrical Items DATE: May 31, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 11 Misc Power Supply Elec ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Items CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description ON Unit Unit/Price Labor Material Equipment Subcontracto Totals LAW LIU- Project Manager 2.D0 MH $50.00 0.00 MH $21.D0 $0.00 0.00 MH $50.D0 $0.00 0.00 MH $40.00 $0.00 0.00 Is $0.00 $0.00 0.00 Is $0.00 $0.00 0.00 ea $0.00 $0.00 0.00 Is $0.00 $0.00 $0.00 ..... . 0.00 hrs 1 $0.00 0.00 LS 1 $0.00 $ Acme Electric 100 $29,188 15 29,188.. 5 0.00 $O.DO $0.00 0,00-- $0.00 $0.00 SUBTOTALS: $100.00 $0.00 $0.00 $29,188.15 $29 W288.16 Labor Burden 55% $55.00 $55.00 $5500 6% Compensation on Subcontractor $"1'9 1 ' 15% Compenstion on AW Work $iN29 SUBTOTAL $30,826.811 BONDS $439.32 INSURANCE I $527.191 TOTAL AMOUNT THIS PROPOSAL 31792.32 Acme Electric PROPOSED CHANGE ORDER No. 00002 108 E 82ND Lubbock, Texas 79404 TITLE: PR -I I Mlsc Powcr Supply Items DATE:5/23/2011 PROJECT: LAKE ALAN HENRY WATER TREATMENT JOB: 1389 TO: Attn: JACKIE SMITH CONTRACT NO: AW RE: To: Item Description Stock# 00001 MATERIALS 00002 LABOR MANHOURS 00003 LABOR BURDEN 00004 PROFIT AND OVERHEAD From: Number: Quantity Units Unit Price Tax hate Tax Amount Net Amount 1 000 S 15.(107 00 0.00% $0.00 $15,00700 247 000 S28 00 O,N% SO.00 W915.00 6916.000 50.50 0.00% S0.00 $3 458.00 25381.000 So IS 0.00% $0.00 S3,80-15 Unit Cost: $29,188.15 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 Total: $29,188.15 APPROVAL: Bt=:By: BARRY BROWN Date: �, ��� Date: Fapedition 4^ JACKIE SMITH Motor Control Centers —low Voltage Section 12 GE Fastrac Program —MCC Units Quick Selection Guide EVOLUTION SERIES E9000` '. Motor Control Feeder Units 4 Select Feeder Device For each of the following steps, find the option —MCC type, Select feeder device from one of the following two tables. Transfer disconnect type, amp rating, feeder devices —that meets the the product number digits to the boxes marked Gin the product need. Transfer the corresponding product number digits to the number line for either the standard or OEM extended feeder unit. product number boxes for either the standard or OEM extended The price shown is the total list price, GO-100EZ, foryour feeder unit. feeder unit. When you have finished, you will have built a complete product number. There are no price components to the first three Standard Feeder -Units steps-, the complete list price, GO-100EZ, is that shown in the ? Step © table. sh.Acircult Amp Rating RA Volts Ratirr@ unit Pnduct List Neight €....= Device (Max) 240 480 son -_ N—bar Price Roches) Dgits GOIOD•EZ ® Select Motor Control Center Type TtiEDL 100 100 I00 100 6 WL6 S290a.Do Select motor control center type. Transfer the product number S'W 100 as 65 25 12 S&Z S295DM digit to the box marked Q in the product number line. There is no ISO as 66 zs 6 Et9 53080.00 price component to MCC type selection, lo0 100 too N/A 6 s Pa f2900.00 MCCType Produtf Number Digit SEPT 100 100 100 N/A 12 S:Y2 $3200" - MUT" SERIES P9000E E ISO 100 100 N/A SPIT 250 65 65 25 6 Sips $4900.00 12 say i7550.00 ® Select feeder Disconnect Type SFPr 250 too 100 NIA 12 M_ $0300.00 € Select disconnect type. Transfer the product number digits to the SG�o a-LSGLkS 4� too 65 65 24 GL14 S764moo boxes marked Q in the product number line. There is no price w &GF 400 100 65 65 24 Lee $10960.00 component for disconnect type selection. Type � _ Valloge Product Number Digits SGL66 --LT 61NST GM too 65 65 Z4 GUS $7940.00 ,..; arcuit 0%eakuu - / r8 m.. SGL66 603 iW 65 65 w:Tf�1STv GF 21,, LG6 511160,00 FusitVoSvmch-R 208/240v fit .. _ Fusible SwRch-R 4801600V FS 30 100 100 103 -• 12 QtiR3 SLSOO.OD _. Ftrsilie Sv lri}I 40O/60OV ��._. fj`—___.� 60 i00 SW IOD fsvv -- _ 12 Qt"r, 51600.00 )DO 100 200 WA 32 QMR1 S1900.00 a Select Amp Ratin Select amp rating for either circuit breaker trip or Class R fuse. Transfer the product number digits to the boxes (narked d in the product number line. There is no price component for amp rating selection. Amps Product Number Digits Amps Product Number Digits 15 015 710 i10 _ 20 020 125 125 30 0- _ ISO ISO 40 SO 050 200 200 -. 60 225 225 70 070 250 250 080 400 _.._..._T400 90 090 600 Epp 100 ��(3o`io5�'c.t3 200 I ]00 IW 24 QttR2 $3100.00 0 Select Svstem Vottaae Select system voltage. Transfer the product number digit to the box morkedO in the product number line. There is no price component to system voltage selection. Voltage Product Number Digit 4ROV6ONz A 208V 60 lit g 240V 60 111 y _C _ 575V 60 NZ D 300V so Vz F Standard Feeder Unit Product Number 1 2 NOT-0- 4 5 ft Pose Demand Shelf)(it GOlga —6'-EW6 $39000 T. 12'-ER12 S38F00 - Publications and Reference: See Section 22 for a i complete fist of odditionat product -related publications Pimand datosub-tt www.geelectricol.com Buyl_og@Catalog 12-9 l0 Change without IIOIiCe Item 5 - Request For Proposal #12 Description: Pretreatment Area Guardrail Revisions BLACK & VEATCH �. building a World of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D May 12, 2011 Request For Proposal 12 Description: Pretreatment Area Guardrail Revisions _ Reference is made to the pretreatment area curb and guardrail around each opening at sedimentation and flocculation basins No. 1 and No. 2. Please reference our attached markup of 3 Drawing F-A1.6 and provide a cost proposal for deleting curbs and modifying the guardrails as follows: • In Pretreatment Area 501, delete curbs around each opening at sedimentation and flocculation basins No. 1 and No. 2 as indicated on the attached mark-up of Drawing F- A1.6. • Where the curb is deleted, use mounting M1 for guardrail with B1 base and kick -plates. The distance from the edge of concrete for mounting guardrail shall be as shown in the Base Flange Mount Detail on Contract Drawing U9. • Where removable guardrail is shown on attached Drawing F-A1.6, provide a 10 inch wide x 6 inch high curb with guardrail mounting M3 and sleeve mount B3. Sleeves shall be cast into the 10 inch x 6 inch curb. Removable guardrail shall be centered in the curb. Extend the curb a minimum of 12 inches beyond guardrail posts. r` The proposal shall include a detailed cost breakdown for all deleted items and any additional -r work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ Enclosure _ Mr. Steve Keeling, Black and Veatch, w/ Enclosure Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ Enclosure Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA - Telephone: 214.570.7000 t__; i Ow, ,,.AD ,I� s Aw D,saal«C tl®.DD iWm tY ADlII ' Y!®1116t OOD�1'li AO M A6W A. f10IL, JI., A A®ItIB® Qf T OOnBIi.11D AM A006�01 I(.,m AADQI6'I d M f/AR V � MIM N 1I0, M A6tltl Q/ 4< lfl t. A.A. �YBI IIM. OI OM.HIf AID M OVYDML APOB01 1WlNY 1, td10. OIYl IJIBM. CITY OF LUBBOCK, TEXAS ® � �iTcH - SOUTH WATER TREATMENT PLANT - S � All, .'o ;r llai i � TREATMENT AND ADMINISTRATION COMPLEX PMD.L.Ii1l,a coDOf/1 ^s' .eg - ,,•�' "I 01 PRETREATMENT & CHEMICAL FEED AREA aa�t�a Mo.r� aDw n.x ` UPPER LEVEL FLOOR PLAN -InA-41--k ARCHER WESTERN CONTRACTORS A MEMBER OF THE WASH GROUP June 9, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP #12 — Pretreatment Area Guardrail Revisions Dear Mr. Jagels; Our proposal to make the Pretreatment Area Guardrail provisions per RFP #12 is a credit of $473.00. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, A ?odd S040" J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer RFP #12 - Pretreatment Area Guardrail Revisions DATE: June 3, 2011 SOUTH WTP CONTRACT F OWNER- CITY OF LUBBOCK WORK DESCRIPTION: RFP 12 Pretreat Guardrail ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Revisions CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. DescA bon Qty Untt P Project Menem 1 2.00 MH Uni Labor Material I EQU ern [Su Totals 'FT $50.00 SI00.00 Delete Curb jis ng (6o.00) wit S21.00 ($1,250-00 !W 10" W x 6" Curb 4.00 MH 1 $50.00 $200.00 Delete Curbs at Sed Basin Openings 0.00 MH $40.00 024.00 $1 (1,00) Is L_ $0.00 ($1,024.00) _ Add 1 (Y'W x 6" Curb Handrail adder 1.00 ea 100 Is $100.00 $1,998.00 $1,998-00 0.00 $ 0.00-- hrS SO.00 000 LS $0.00 0.00 SO.00 .fir - $0.00 0,00 $0.00 $0.00 0.00 $0.00 SO.00 SUBTOTALS: ($960.001, $11,074.00 So.00 $0.00 $114.00 Labor Burden 55% 5% Compfflwfion on Subcontractor 15% Compenstion on AW Work ($528.pq ($528.00) $0.00 ($62.1 SUBTOTAL BONDS INSURANCE ($476.1 051.71 $2.05 TOTAL AMOUNT THIS PROPOSAL 5472.34 r—� A medca% Steel & alunthtni q co., ine. 3545 East Main St • Grand Prairie, Texas 75050 Telephone:972-264-1533 + Fax:972-264-1843 To: Archer Western Attention: Jacqueline Smith Plan Sheets: Originals Specifications: See original specifications Addenda: RFI No. 091 CONTRACTPROPOSAL No. 1648-16 Date: 05/24/11 Project: South Water Treatment Plant Location: Lubbock, TX Architect: Black & Veatch Engineer: CDM We propose, subject to the terms and conditions included herein to: Materials furnish only additional & revised materials, F.O.B. jobsite. Erection As noted below and as called for under the above noted plans, specifications, Tax % addendas and proposed revisions (if noted): Bond /M TOTAL QUOTE ITEMS: 1. Add toe board to aluminum handrails at the pretreatment area due to the elimination of curbs DELAY INFORMATION: Additional material, labor and/or detailing in this proposal will result in delays as follows: 9 working days for shop drawings 5 working days for fabrication after approval of shop drawing working days for installation (if applicable) EXCEPTIONS: 1. Cost for independent laboratory inspection. 2. Erection 3. Field dimensions 1$,998.00 Excluded EXS[udgd Excluded $1,998.00 I. PAYMENT TERMS: (A) Material (only) delivered F.O.B. Jobsite. Payment shall be due, without retainage, not more than 30 days from the date of invoice. (B) Material & Labor (Erected in Place). Payment terms shall be noted in paragraph (11) ERECTED MATERIAL on the additional page of this proposal. 2. This proposal is based on the terms as stated, under TERMS AND CONDITIONS herein and on the additional page of this proposal. 3. This proposal shall be valid if accepted within 30 days of date of writing - otherwise a revision may be in order. 4. No backcharges for field corrections will be allowed without SELLER'S prior approval. Accepted Date ,01c� tteel & alutgiquaj co-, ine. Item 6 - Request For Proposal #14 Description: Surge Tank Compressor Coordination BLACK & VEATCH �-. building a wlorld of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D June 1, 2011 Request For Proposal 14 Description: Surge Tank Compressor Coordination Please provide a cost proposal for the following modifications required to provide a power supply to the Surge Tank Compressor Building to be constructed under Contract G-2 — Treated Water Line: 1. Revise MCC — 500 located in the High Service Pump Station as follows: a. Change main circuit breaker from 3P-250 to 3P-400. b. Add 3P —150 ampere feeder breaker for "Surge Tank Compressor Building". 2. Revise circuit M500-1 from transformer T1 to MCC-500 main breaker to be 6#4/0, 2#2G, (2) 2". 3. Provide three conduits from the Electrical Room in the High Service Pump Station to two exterior buried pull boxes to be located on the north side of the high service pump station as described below. Pull boxes will be furnished and installed by others under Contract G-2. Conduits shall be concealed within the pump station and concrete encased where underground to the pull boxes. a. One 3" conduit for power from MCC-500 to one pull box. b. Two 2" conduits from PLC-500 to the second pull box. The Contract G-2 Contractor will install the cables in the conduits from the pull boxes to MCC-500 and PLC-500 and make the connections within the motor control center and PLC enclosure. An additional request for proposal will be required to cover modifications to the PLC enclosure to provide for connecting the monitoring and control cables from the Surge Tank Compressor Building and for modifications to the plant control system to monitor and control the system. These modifications will be issued when the monitoring and control requirements are completed by the supplier of the surge tank control system. Enclosed for your information are copies of the following Drawings from Contract G-2: • Sheet E-104 —Site Plan Compressor Room Feeder • Sheet E-105 —Electrical Layout Compressor Room • Sheet E-501— Electrical Details • Sheet I-401— Symbols and Legend and 1/0 List _s Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.73 June 1, 2011 21 11 E!' c The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black and Veatch Ms. Paulette Sturdivant. Parkhill, Smith and Cooper D 8 AI oRNlnEla �rona!Ra1 �- EMSIIN6 WFiERUNE l �CCNCU?tMR<,E 9INCIE PN® PULL AO%Ea BO%Ee K"DI SNC,R<f091NULE^ J;/' CONOUCTCR ANa,-CCNCUrc /J aEcmrJu. uRoenaaoaN9 CCNPRESsOR BUNgN6 EEeLERroCOMPR -Io sLo0. - FT) (Btl.'BICETB-W6) S40AWR.,p ONp.Y001AUR. Lowe �9aN.,aw,uw.,9aANv. KEYED NOTES ,. conaRessav BUILgN6 ToeefeofRaN NCGlW A,ro vLc-sw. Ncc9ROANo PLca9oro eE wsruLEo 9roTRER9.cowrnFcroR re CCCRdNFTPI STALUTICNIN}N f9C11 sERURCE PUMP9TA. CPEMrgNS PEA9IXJNEL. 2. a C ? aI8 AL4f0 BYOT,ERS. CCNIPPCICR TC IN9TALLICWERCCNCULTOR9MM tERAONFTE AT MCG900. AMI WpPolWC9Y0TEN. 4. WROADNMND CINAUTPoRBURCPUER CCNTi1CLW D CCCRBINPTE WRN stPlCE TANK 9UPPNEP fCRCpICURANCCAR.E SpM0. tcwn+,9suxuE VFw wceaeoA 9 ,cwl9nwwc Arro+++o oNo. A8 ELECTRICAL SITE PLAN r.9v ACMNISTRATpN I �,.��,�. BLCG 11 NIOFIBERWCE PUBM BTallpl u `bboc T. kXAI LAKE ALAN HENRY WATER SUPPLY PROJECT CONTRA CT WZ TREATED WATER LINE ro BM 2M t9iaimlP aP.E ra u9 7 .99 rua uaw sauna 3 ,�mto us wn vwu suuma 1� � SITE PLAN COMPRESSOR ROOM FEEDER E-104 17m HE � EQUIPMENT FLOOR PLAN 0 M %1 LIGHTING FLOOR PLAN o i a.ra z KEY NOTES 3 .$I.ww.$reway. PnxruPE.,2w MN. EONo FgDELiMOW DW02.ty qt E— OUK PROVIDFmT11MgTOCEtL MPIUL W ♦i 2 EMwRcexrnewrtwxr.LED ENrc$IaNT mTx rnD a TUNpgiEN tMroB MiiEPle$$wLLPROJwE< UIMMUM G W MIMIfe$M EIMR6FNCY PpKx. Lw M W EL MwN;P WN oA EOIMI 2 EWORE$oENTF4TLRE.t'%+'LUMP NRURE J2wryitUORE$GExi LNMS, tAVM:, LRHDNIP ODEIIl222,20oeDtM$oW OP EQUK M ♦. OROUIDROO.y♦•%,O«PPERCUD R«. K4 uMt°�ip elm°"iE:I°,Mw w°UNeLDD Ixo� $*�`wLLmBem° P01�or n xUaRIQO B EfAPRPER WtI 4rov1 MHO Le�0.4o Ni]0'EE�IOW RPpt .KLfwM♦ECiwN$TO CwOUNOMNQ$NKt. EE DONE UOINGEXO}NFRMIC WLLDIxOMEMoOS. 0 pROVNEINO COW VOTOR.PiPm)IN$UUTFD OPPER WIRE. RWiE MCO,ANiPMERE E%P«fp i 2..Pnwp,t+e Qxp t.urc. OO m� P � f w 2ev MVPF6WEI w MKl PPES$OR Et tYN O $TPRTFR (M.Oi 21 OMETK wnTEP iOEWMDAiIox NPE tIP 2wMu$1e; REnsoNcaLnei A2 GRDUNDING DETAIL w�iax. p1jQv GEEI)TNwaTe.ft-NPI, aL«xs PaR RELD EWnp PL�w%COMiKT1YPE Uta.FrtpoRMVROVkp 4! JUNCTION BOX "JB-1" DETAIL 1, WJ EQUIPMENT LOAD SCHEDULE EQUIPMENT TA6 vWTI-0E -E CPPCURP EREP%Eft CONDUD ORS CVNWrt pttCONNE GU$[± Mw uww$rPNr P eP 2 a II g U PE S 2rtw° U) ��'aEaoe Na ®,rd tity Lubboofck ttz[s LAKE ALAN HENRY WATER SUPPLY PROJECT CONTRACT O-2 TREATED WATER LINE POBW 2M Uxoom Tms TSOST Mk ilal NAP] w/Ib�Oo mWMRO ELECTRICAL LAYOUT COMPRESSOR ROOM E-105 S• CONCRETE COLLAR / GRAVE.L PERINETER 8'CONCRETE Cq,LM �#1 REBARS—�wfT*1 � riml I ie A ' ••• IrWN. -. _ _ 10 • •' - GRAVEL :;. 'i: ::.::'.: T:�i��.•• FILL i12'I PVC CONDOR \ �.-__..........____.._J SECTION `-MC CONDUIT puNHE. bA NOTES: i. FINALPOSITION OF END OF CONDUIT SMALL NOT EXCEED ONE-HALF THE DISTANCE TO THE SIDE OF BOX OPPOSITE THE CONDUIT ENTRY. 2. BOX CE GRAVEL 'UNDER' THE BOX, NCT'IW THE BOX GRAVELSHMLD NOT ENCROACH ON THE INTERIOR VOLUME OF THE 3, INSTALL BUSHING ON THE UPPER END OF ALL ELLS a. PULLBOX SMALL BE A GASKETED. HEAVY DUTY UNDERGROUND ENCLOSURE. PRECAST POLYMER CONCRETE BOX CUA EMODELMPG132ADA18 WTH EXTRA HEAVY DUNCOVER, PGI3 HSOORAPPROVEDEOUAL E. MPJNTAIN SUFFICIENT SPACE BETAEEN ALL COMMITS SO AS TO ALLOWFOR PROPER INSTALLATION OF BUSHINGS 3. ALLCONMIT$ SHALL BE INSTALLEDINA NEATANDWORKM UXEMANNER, T ALL CONDUITS INSTALLED IN THE GROUND BOX SMALL BE SEALED AFTER COMPLETION OF CONDUCTOR INSTALLATION AND ANY REQUIRED PULL TESTS, SILICONE SHALL NOT SE USED AS SEALANT. v 1 PULLBOx DETAIL SCALE NONe Np PAVEMENT THDfPE83 UNDERGROUND CONDUIT DETAIL uG SCA{ , SEE 6HEET8E,Oi,E^D aE 1 FOR WTONSANDCOIAUit PoR6, KEYED NOTES AS WpWTEOBY:Q t, ELPCIWGL MCX CR0398RACINOTOBE FABPoGTED IN FlEtp USIN6l• HOTDIPPBDOALVAN12eD J•CNANNEt IRON BPALEOA3 NECe88ARY TO SECURE EOUPAEM TO RACN. 2. CGVIROLSA9ICTl—,NE11,11-11 1"l, T. PgOMDE LNAACg01ABEL3IR'HOM MITE LETIEPoNGIXJ BLACIP BACKOROUNDENGMVINO. TYPKALFORALL EIECTPoCKENCL�IfEe. A 1ffi/IECBMAESRWIOFNLTMpWWRp,WGTIFJ�NSF. 3 RB.NXMTDFARBBWA0.1ID]IW.iPR,AMxiIYGeFET11MGL FAIR 8O®MEIIEiSI@T. 0o ELECTRICAL RACK DETAIL B3 SG4e NDPE STANDPIPE LIGHTNING PROTECTION AND GROUNDING A3 SmeioRE A c F F—s c W �S N�Sa �• i qq��•• eBBSB BJ A I'�dlawx a' ly� Oa. lulftb ock T.I3 LAKE ALAN HENRY WATER SUPPLY PROJECT CONTRACT 0-2 TREATED WATER LINE PO SM 20M wwocK, Tms 79w wa< NRI f ,/IIl Y .dt RM RtM. RIYIRN = TmYN» -mw:o OF41Lxi000 tttt MMtf 14: )IM-OP ELECTRICAL DETAILS E-501 eMill � 11:* � I I CII CIIlo PARF4-IILL SMITH &COOPER ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP July 21, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP 14 — Surge Tank Compressor Coordination Dear Mr. Jagels; The total cost to make the modifications required to provide a power supply to the Surge Tank Compressor Building to be constructed under Contract G-2 per RFP 14 is $10,895.00. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue OX Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 i ` An Equal Opportunity Employer RFP # 14 - Surge Tank Compressor Coordination DATE: July 21, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP #14 Surge Tank ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Mods CONTRACTOR ARCHER WESTERN CONTRACTORS, LTD. Acme Electric PROPOSED CHANGE ORDER No. 00004 108 E 82ND 40 Lubbock, Texas 79404 TITLE: PR-11 SURGE TANK COMP. COORDINATION DATE:7/11/2011 PROJECT: LAKE ALAN HENRY WATER TREATMENT JOB: 1389 TO: Attn: Todd Swallows CONTRACT NO: AW RE: To: Item Description Stock# 00001 MATERIALS 00002 LABOR MANHOURS 00003 LABOR BURDEN 00004 PROFIT AND OVERHEAD 0 From: Number: Quantity Units Unit Price Tax Rate Tax Amount Net Amount 1.000 $6,092.00 0.00% SR00 S6,082.00 60.000 $28.00 0.00% %00 S1,680.00 1690.000 $0.50 0.00% S0.00 $840.00 8602.000 $0.15 0.00% S0.00 S1,29a30 Unit Cost: $9,892.30 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 APPROVAL: 9 By:/—,-- By: BAR tY B OWN Date: % // i / Date: k.yaFwvi' Total: $9,892.30 Todd Swallows Description 1 2" PVC CTD GRC 2 3" PVC CTD GRC 3 2" PVC CTD 90 DEG ELBOW 4 3" PVC CTD 90 DEG ELBOW 5 2" PVC 6 3" PVC 7 2" PVC FEM ADAPTER 8 3" PVC FEM ADAPTER 9 150A 3P MOLDED CASE BRKR NEMA 1 10 400A 3P MOLDED CASE BRKR NEMA 1 11 TRENCH (12-a DEEP) 12 TRENCH (24-%T DEEP) 13 CONCRETE 3000 LB (YARD) Totals Job Name - CHANGE ORDER PROPOSAL Ii Job # - 2010-5-21 7/11/2011 10:10:35 AM 1 PR-14 SURGE TANK COMPRESSOR COORDINATION Quantity Trade Price Unit Disc % jNet Cast Labor UnilTotai Material Total Hours 20 848.56 C 0.0W 848.56 18.00 C 169.71 3.60 10 1,622.13 C 0.00 1,622.13 26.00 C 162.21 2.60 6 2.613.86'C 0.00 2.613.86 140.00 C 156.83 8.40 3 7,870.43'C 0.00 7,870.43 260.00EC 236.11 , 7.80 140 180.091C 0.00 180.09 9.001C 252.13*1 12.60 60 343.64 C 0.00 343.64 12.00 C 206.18 7.20 4 254.99 C 0.00 254.99 30.00 C 10.20 1.20 2 747.61 iC 0.00 747.61 50.00 C 14.95 1.00 1 3,235.00;E 0.00 3,235.00 5.00'E 3.235.00 5.00 1 124.00E 0.00 124.00 0.00 E 124.00 0.00 60 5.001 0.00 5.00 0.001 E 300.001 0.00 70 4.00;E 0.00 4.00 0.00 E 280,00 0.00 11 85.00iE 0.00 85.00 1.00 E 935M0 11.00 6,082.33 60.40 0imagination at work GE industrial Solutions 5353 Gamble Drive Minneaplis, MN 55416 Email: scott.connell®ge.cnm Date: 8/22/2011 Telephone: 952-542-0209 Fax: 1-866-475.4362 Bill of Material LAKE ALAN HENRY (LV) MCC-500, RFP-14 To: REYNOLDS CO INC Requisition #: 417-RY414-M1 ATTN: ACCOUNTS PAYABLE 6775 BI, TX 77092 HOUSTONONPfoposalfQuote Type: RFP NOU Valued GE Customer„ We are pleased to offer this proposal for your review, Thank you for allowing GE Industrial Solutions - Electrical Distribution the opportunity to participate on this project. Please do not hesitate to oontam us with any questwns. - Item# Qty Description 1 1 Motor Control Center - Spectra MCB SOIL 400A/3P TRIP UNIT SRP0400B400 �' r• SG RATING PLUG (MVT) 400AF1400AT 2 1 Motor Control Center- Units ISCA13P EFB150SEL8 : . Evolution Series MCC Feeder Breaker NEMA Wiring Class I -BD n . i2 1 480 Volts 60Hz 65000 SC Rating 6" SELT Type 150 Amps Trip Feeder CIS t_ C r , E Page: 1 M No Text Item 7 - Request For Proposal #15 Description: High Service Pump Station Modifications BLACK & VEATCH building a world of difference - ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D June 28, 2011 Request For Proposal 15 REVISED Description: High Service Pumping Station Plumbing Modifications This Request For Proposal 15 (RFP 015) supersedes Request For Proposal 15 dated June 14, 2011. The changes made to the previous issue of the RFP include changing elevations of the 18- inch Clearwell Drain & the 4-inch Potable Water Line and raising the top of footing elevation of Air Gap Structure No. 1. The following is the entire revised RFP 015: Please reference Contract Drawings B-05, B-C25, X08 and X09. Please provide a cost proposal to revise yard piping elevations, raise the top of footing elevation of Air Gap Structure No. 1, revise the route of the drain line from the precast valve vaults, and to provide wall hydrants and hose bibs at the High Service Pump Station as follows: 1. B-05 - Refer to attached revised mark-up of Drawing B-05 dated June 28, 2011: a. Revise invert elevations of the fire hydrant supply, clearwell drain and HSPS drain in the vicinity of the High Service Pump Station as indicated on attached revised mark- up of B-05 date June 28, 2011. b. Revise location of 4-inch drain to north wall of High Service Pump Station as shown on attached revised Drawing X08. Provide credit for reduced segment of 4-inch pipe at this location. c. Provide 4-inch valve vault drain from the southernmost valve vault to MH-18. 2. B-C25 - Refer to attached mark-up of Drawing B-C25 dated June 28, 2011: a. Raise the top of footing elevation of Air Gap Structure No. 1 from elevation 3148.50 to elevation 3151.25 as indicated. b. Change the invert elevation of the 4" HSPS Drain and the 18" Plant Drain as indicated. 3. X08 - Refer to attached revised Drawing X08 dated June 14, 2011: a. Revise potable waterline servicing HS-1 from 1-inch to 2-inch. b. Add four 3/4-inch hose bibs, two 3/4-inch wall hydrants and one 1 '/2-inch wall hydrant. c. Add 1-inch and 1 %Z-inch potable water lines to serve new hose bibs and wall hydrants. Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.7.D June 28, 2011 21 4. X09 - Refer to attached revised Drawing X09 dated June 14, 2011: a. Revise connection at 4-inch potable water line from I -inch to 2-inch. b. Add 3/4-inch line and 3/4-inch hose bib. c. Also attached is the High Service Pump Station Sump Pit Detail which was issued in our response to RFI 107 on June 14, 2011. The proposal shall include a detailed cost breakdown for all deleted items and any additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch Ms. Paulette Sturdivant. Parkhill, Smith and Cooper e., AETEeITIPY IGfO �—�, n ernes mtnlfer r- I' I " [ I1lWO q r -"� W.v10Mr Aw Aerr a A14TCKINE,bIb p • 111la MMIMI p prlp4MLlY CG1f[D A•e SrrAD n Au11f W A. JfQU� • �.'PTMiQ � I �... /�/ � � rrnn ,Mrwr !. 10blOMt eAOMMAN t1 ne aIAI! O rricu', r.l. � Iip1, r.J ' ` e rr rr rrN ----—FNTMNE --"— AMa.rtca)- TMIETNEATMENT f a MEA�RANE L1aw�A1J ti I,I -i- +YeNtVltr FACILITIES (1a•MMIer MaarN a�a¢Aar� �°1'r `�al ,rtnO- s.nm.o + -- ----- --- Ip> —Arra / � rrawr I i �i .' rlooe CNEMIGC STCRAOE Elk.AflGED PLAN lur rtrm bll]oGlfiO Aol TIEATM W AW "rVlSr1MrYOf MftOf 1 elavrva a rr r-a i ' I IN lta rro AIL[N'I r a.fa[... i ' � i I n �� . aaa afvl ar ao K>E rr rlwrr ��VomwI i 35 afrw s a r•a �e 7 ppM,. crNom + �' aaant+r +r' Afo1nv100O' 1 1 at 1 ISD 'S. 11r°'' dd�i Hill ! � K ! i iCg �tl7t. IR otriCWlo[ I i. ?j .�fi'ii,�. e �€. r rvrouua tuicrrrrot x � arm ema '. '. 6 �. \ A li VRNMCM (JYMIN � _�-tl neS 1! •O. 1 � IMRIMNr I I I I 1' INVPfITlCY Ir A• N r r /' d0001L . • �'lb' OLb1O4 � � I+'1' --- 1 nfllAar rMflN � � Ir / I OaIMCt/11 ------_`-'� --- --- - - ----�`-- ' ' � - ---r'-� �k�°Rn'1A OI i 1 F.H_ sopC1Y --- a \ ti+,��� 11F"x12"x12• ��- - --- --�- •'aT�J I. .� �'�.. �� � 'i6 1iAI 1 Cenc erl ln•- 3159 .'r� 1r9R01t Itr6 i- � - _ te_L•L'6.1g_I `�� _ _ _ _ _ �.. • R� �`... _ t L ,- � InV I f E rIVf111- e � i 1' -. ^Y rrb_ ' • 1 '� I.Y{(QI Atf I![f!__ ' 3 �� 1 S'9TIC fiWe r OBROLL (a4•tG4�0 rm '' ✓'� y^` AR.p9 � � _ T 11 IIMS'a116r � %'' J A' /YIeIR p w1� aoraF artwrr M � .rr.n'r C IALO/ 0 ✓ r / r. AJe r 4 i1 tn.. - WIi 6 � 1 r01r Ivrro rAVt r. prAr �rtlARl Irinlw.Ar \. i[[ I '' NNW' ' _ 1'rs1�,Yrf. .��'M;' Etc•v ll Sf.. Sp i r >r futa[ �v M� m•,a• nmrMa i—a� mMwlt c4Ao rnm Aorer r[!r e.o. s• LIRs®M -- � T''•�r� ���1 ® [. Imrax aalenAfm r MNan nrx ifM etrtrr .1' aA• Arzmf rn orrroe 1 - - - nYfrAr -+F m rvmA! a ran rb Avr a rw nfavtn aY .1rm .rmf rn ' i1 'y Aefif aN urr ro e•rr ,a Ilfnrr arwrn.M rr nAn rnv. clNrw.er IJ ' e. rU1 lMrArOr C11411 OCIAlIi AII lIQI IiN . I.m. f[ �� 1 _ f' ; i 1'- TATI ' 'i .. IM OM la[ IM ilila AiUt iA !4f FQI. rw_i+/L =. �M•tl0' r e .31' 16 .. sraa ewrz arxvroe ruMr a M.ero - 1-m. Ae[a awN _ - - ro oonrrrx YNeor rlofrx a rm n (.fY9.Ar e. serer ro elwra rrrr AorlMtnrn ldMw[ rat rtrm •Ia1 r ratMtcu "O' M1T rill[ R A6aV1,®. 1O' r' -fr'- ` �� •�� fAMvi [ [ 1>s011 1. �) [fr[ elUlll[ AfAMa, ffi rmr C.If 1Mlalor L.M r[y�M1�rWp�I�rr-iI1O�dIW. I 1 +`� nJM gi -- �i 1• inch arn.n.trvv eln. +,r OMIY 1117 1 111 Norctl June 28, 2011 Opll(NL p.Ay. f' p ld Ca KEY PLAN iEkl•i'713r --�-- 4' 'Jt1Vt V,.Il DTa 1.'. IpV E1[V ,i1S7..1 t1 N/ M1111Wr �� � IOMILr I � 4 nJ Flap G-tcc wn.�n mrnor trruafr ��� i � � ti SrATIONO d le^ nx or,in �� t! ! 1CIImrrAC i'rlrlClitlr 1"1 IIARIOIr [ 116.1DJ V FUME CL AmsrL 1 pr 1 AI 111 oaalexri. t®I AOILR1LOLt tI�R r Irk er�Y IeMT, gOAD 116t r AW OtrlfrfYi IIr rAJ,AC1 q, tl <flrel r+Mf[ AOQAlA'H AAv irM ARtAU 161704 _ Jn a OOOlfena A�1 IarMp sHar 1 -77. 0 10 M m 6 RECLAIMED I'V W1. 61 anrArr t. W T wrm Put —C, .z mp . Dam analif Pj PLAN rml WCTZORAL PLAN §Pqr_r"V_ PLAN AZR W STRUCTURE No. IJ A, AIR W STRUCTURE NO. 2 Inv Elev• KM 1w EL 3111. W —_ - a. 1. 315225 a m EECTMAL PLM A also. OVERFLOW CONTROL STRUCTURE PLAN31 6.50 terI T L= AM KIM EVIMIM 4_11 x rx•E�, Fra mv (7r nArr.... .. .T. am ORATE I—.-'\ 13156.501 T—". - I - ... SECTION 30' FLOW OUTLET EL 3II&M HEAMML EL 3151.25 rR &�w a" 2I.S.M. June 2B, 2011 SECTION i. A— 2 CLOW rim 45 I L r L 41' 7— m•mrj �N a3l. 4=1 0.00 sm rjlmrA c tMfML STOLW MSERWZP .12 zo • ammm LL a LJ MCA , tas WAProc rw ek" w314.0 N4 48as- OLOW alsomw Q to- AOaP-Ip ooff Im, 48' & 36' OVERFLOW HEADWALL f Prot moan n lalrr.� 3t_.Io_ star Rua 'T I", aM, Im �E Mm L cam.m w a. T �'Ic "LM�� —. "' —pm� m12. IF"I_�W�� 161704 PIPE CROSSING CONCRETE SADDLE � "M� �' ftM` , YARD PIPE CONNECTION 112 1. MWM MI�' SECTjON " I. MW '1. _vm 8-C25 _G It M"WAIm t—wW, (' m) YAM HYDRWT�in no.. SWE 2O402 1 KEYED NOTES , taYSYc r,p v nw a ur«t. wort wverr ro Yry ar a vaw x reoY suYe euw N e�ea�vn vt+w ro sm ror � Rt %R, ea roe caneumoY . art m wn,wtn +uo, ar s nuc Yq cr ry ruru[ cow¢eax '.. Y eruv ro oe,w oetsYYcc ', , enur we wrr>Mt onw M PgPe eRC eeaY R[wl U Yr1l 4O e.OM1C r rnae uromn YYrr es' ,na va rO wV[ rcM, V ePGIM rr1C nCpr. SM q MLL W Mpi1[ 6IMa111 i i oea varc w.a* ro w cv mucus crew wuc ns.c a vaeY rc ro YOR „«, 1. flg1S[ eAFbl WH YO Yaw fciPMi rN1 wove se' .wart aYmc oeess /x' .ai rYoe+a is rma ea,vYa xrc uo Yaw ex,wrra +.0 Mow 4 N' INM CbDC M%tE J/.' Y4 ,neeiMl Revised June 14, 2011 wae— III ImI— r J' 3 9 Q e# ��'6�5� yail 8 r g< rt 6�a�pd?�i - Eiar� yyyd j��s � b co X ~ II N U � S I _ � � _ - � - - - a•�o 000sens usw .a+arcmccs nun, ' sauo �[ x r oscev+cr R,eae es oacuars wo »c emoa m a eev1elTplw. Nldl SERVICE Plli1P STATION PLUMBING PLAN+'�rsnmraaero eo, e[ e[tao Rt a uco,[Yrs ro i�08 g . frre• r••r �� SHEET ProjeCt Scj, a 1 T? Job No. Date 3I Si, so OF (3) frtS 'D43LS: ID (4}�S coy-►r -- CO,Jr 'PVC- tJ,t'rLFRSToT PARKHILLSMITH&COOPER subject /liG�/ 5�cytc� I`�va�P ST.uno,.� Drawn By Sheet of Revised Detail June 14, 2011 5UMF FIT- iz� s 3148 . Sc 0 Lei— I'-c'Ty.P. (1) S 11Pe5 Pont: /'gLoviDE AtDDT'L SL.A$ BARS Ar O�pE,..►,'lG AS ijblcAlrab o� P�CG� U3 ARCHER WESTERN CONTRACTORS A MEMBER OF THE 'NALSH GROUP September 20, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP-015 High Service Pump Station Plumbing Modifications Dear Norm; Archer Western offers a revised price of $19,352.97 along with a request for one additional day for substantial and final completion for the additional work described in RFP-015 for the plumbing modifications at the High Service Pump Station. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer RFP @ 15 Revised- HSPS Plumbing Mods DATE: Sept. 20. 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP-015 Modlficalions to the plumbing at the High Service Pump ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Station CONTRACTOR: ARCHER WESTERN CONTRACTORS. LTD. Additional Days Requested -1 day Polk Mechanical LLC. 2425 Dillard StreeCompany, Grand Prairie, Texas 75051 Mechanical Company Phone: 972-352-5000 Fax: 972-988-2864 TACtA001109C - M17482 Proposed Change Order 1 To: Archer Western Contractors Date: September 20, 2011 [ f 2121 Avenue 3 Arlington, TX 79404 Polk P.C. No.: 5 Rev 2 Attention: Todd Swallows P.C. Description: Field Change 15 _i Phone - Fax: Project No.: 1109905 Project: City of Lubbock -Lake Alan Henry WTP G.C. Ref No.: 5114 E. FM 1585 - E CR 7400 Arch. Ref. No.: Lubbock, TX 79404- We propose to furnish all the labor and material required to install the HVAC and/or Plumbing changes on the above project in accordance with the following description: Field Change 15. See attached breakout for material credits and debits_ Pricing also includes I MY of additional excavation and equipment rentals for PVC piping to MH-18. Drawings Affected 1 Dated l _s Total cost of proposed change to contract ADD S151000-00 Change to completion date of contract from date of release Our pricing reflects changes only as indicated by above description. All exclusions and qualifications of the original contract remain the same. This price is subject to change if not released within thirty (30) days or if trades proceed with ftuther construction that ' may hinder normal installation of the work described. Please, notify us in writing if we are to proceed with the proposed change. Pok Mecbar" Company. LLC opuabs undwTe Malty PWMet Limn M35513 Blued by D1e Tent Stale B=O or HmEip Exwr&UM P O Box 420D, Aus&L TX 7676S4200. 512h%-2146 Pbk M*dWr 1 Compaq, LLC t% M9"*d by Bn Teas DgWbnant e1 UMIskp and RKftS n, P.O. Bea 12157, Austin, TX 76711, 300403-9202.512.4$UGOO, AC Lkn XTACLAOOTIOV— Sincerely, Polk Mechaplca!7,- y C c` Aaron Sacchieri Assistant Project Manager F Polk Mechanical Company I Proposed Change Order Form iP.C. No. 5 Rev 2 r J I Project Name !Project No. City of Lubbock -Lake Alan Henry WTP 1109905 Pricing Summary Labor $ 4,042.00 Subcontractors Jobsite, Expenses S 4,709.00 Materials & Equipment $ 3,731.29 Sub -Total 12,48219 Warranty Percentage 2.0% S 250.00 Sub -Total 12,732.29 Overhead Percentage 10% s 1,273.00 Sub -Total 14,005.29 Fee Percentage 5% is 700.00 Sub -Total 14,705.29 Texas State Remodel Tax 0.00% Is - Sub -Total 14,705.29 Bond Percentage 2% 294.00 Total P. C. Pricing is 15,000.00 Proposed Change Order Form 005 REV 9-20-11 Summary 9/20/2011 2 of 4 Polk Mechanical Company Proposed Change Order Form P G No 5 Rev 2 I �ProjectName — Project No. { City of Lubbock -Lake Alan Henry WTP t 1109905 ` Cost Code ! Description Amount Labor 2.01.01 !Plumbing Piping Labor — 3.OIA1 HVAC PiEing Labor 2.99.01 jPlumb� / Piping Supervision 0%O.T.E 101.0 HRS ] S 00/.O.T HRS naj S i0% O.T.I - HRS 0 S 40.02 /HRI 40.02 /HRj 67.90/HR�—HRS HRS S - HRS s S did S `, 54.34 /HRI 54.34 /HR �—-- 90.94 /FiRi S $ $ 4,042.16 - 1.OI.OI lSheetmetal Labor i 0%O.T.I - HRS t t S 40.02 /HRi. H—RS-' S 54.34 /HRI: S _ _�— 1.99.01 ESheetmetal Supervision --- _ ! OP/0 HRS $ 67.90 MR —— HRS ;fin � S 90.94 MR, S -- 1.01.61 !Insulation Labor B.OI.OI iStari up Labor 9.02.01 iBelance & Controls Labor-----r E 0°%O.T.E HRS rr S- -- __-_.t-------- — E 0%O.T.s HRS S 0%O.T.! - HRS Ql S 39.70 !HR 72.12 /11RT 72.12 /HRF HRS : S _. _� HRS Q; S HRS a', S 53.49 94.09 /HR( 94.09 /HRI S S - - 9.01.01—Project Manager Labor _ 9.02-OliDe ast lin Labor 0%OTT HRS r 1 S HRS @11 S 89.88 /HR 65.24 /HRI HRS r j $ 88.06 /HR S $ — 9.01.09 !Pro ectbeer Labor HRS 01 S 58.68 /UR ' S 9.01.12 ;Pr sect Development Labor 0%O.T.I HRS E S 84.53 /HRI HRS gi S 113.87 MR S Total Laborl $ 4,042.16 Subcontractors 30.01.01 ;TemperaturcControls 1 S 30.02.01 Insulation ' S 30.03.01 iTcst 8t Balance $ 30.04.01 ;Excavation / Compaction / Backfill 30.05.01 (Medical Gas Certification I S 30.06.01 ;Fuel Oil 30.07.01 {Operated Equipment Rental I S 30.08.01 ling Tower Erection i S �^ 30.09.01 X-Ray/ GPR S _ J_ 30.10.01 IHotTap/ Pi Freezing$ 30.11.01 (Core Drill / Sawcutting S ^ 30.12.01 FDuctwork is _ 30.13.01 ,Plumbing is 30.14.0I 1HVAC Is 30.15A11Electrical 30.16.01 [Structural Steel Erection is 30.17.01 JUtiffity is 30.18.01 lE u:ipment Movers / Installers . S 30.19.01 (Fire Protection ! S 30.99.99 Wicelleneous Subcontractors ( S Total Subcontractorsi S Jobsite Expenses 40.01.01 !Licenses, Permits & Fees ; S 40.11.01 lJobsite Office 40.43.01 ;Travel Expearse ----- — S S — ---- 40.04.01 1Rental Equipment t S 3,295.00 4055.01 ?Small Tools 4056.01 !Jobsite Storage I $ 40.57.01 IWeld Certification 40.99.01 EMisccilaaeous lobsi[e ; S 1,414.00 Total Jobsite Expenses! S 4,709.00 Proposed Change Order Form 005 REV 9-20-11 Labor-Sub"obsite 9/2012011 3of4 Polk Mechanical Company Proposed Change Order Form P.C. No. ? 5 Rev 2 Project Name Project No. City of Lubbock -Lake Alan Henry WTP 1109905 Cost Code Description j Amount Materials 20.00.00 iPtumbing Fixtures & Equipment 1 $ - 20.94.01 iInsulation Materials — --� $ �r— - 20.80.0t Sheetmetal Materials — �$ - 20.00.00 ;Excavation Materials j $ 435.00 20-00.00 IPlumbing/Piping Rough Materials $ 3,118.29 20.95.01 Controls Materials _ — I $ -- — Materials Sub -Total Consumables Percen el __ I $ _ 5°/' —_ _�. $ 3,553.29 178.00 Equipment 10.01.01 lCbillers, Refrig Compressors t $ - 10.02.01 ;Cooling Towers $ - 10.03.01 Pumps _ $ - 10.04.O1 ;Expansion Tanks _ $ - t0.05.01 Air Separators i $ - 10.08.01 10.09.01 >Boilers [Boiler Stacks $ - 10.10.01 10.11.01 iDeaerators :Heat Exchangers $ = $ - - 10.12.01 Converters_—.�_-__.---------------------��—.d-._. }.$ ._._._—. 10.13.01 10.14.01 €Generators--______-_-_—_ ;Condensate Receivers- $ - 10.15.01 _ 1Blowdown Tanks, Etc.- 10.16.01 10.17.01 [Flash Tanks- �rsc- Tanks 10.18.01 JCheTnical Water Treatment $ - 10.19.01 IAHUS $ _ 102Q.01 as- 1026.01 Gravity Vents & Intake Hoods -- -- - - - -- --^— - I027.01 [Unit & Duct Heaters _ [028.oi P D. CoolingAs- $ - 10.29.01 JSplitSystems- 10.30.01 IF= Coil Units $ - 1031.01 Computer Room Units l $ - 1032.01 'Keating&Ventilating Units I$ - 10.33.01 'Coils- 10.34.01 [Humidifiers -- ---- -- p— ; $ - 10.35.01 'Terminal Units i $ - 1036.01 _10.37.01 GRD'S _IFue & Smoke Dampers $ ----_ - - - 10.99.01 [Miscellaneous Equipment I $ - Sub -Total Materials & Equipment Sales Tax Percentage! i $ $ 3,73129 - Total Materials & E ui ment'l $ 3,731.29 Proposed Change Order Form 005 REV 9-20-'Materials-Equipment 9120/2011 4 of 4 Item 8 - Request For Proposal #16 Description: 4-inch Gas Line Shown On Sheet W 11 BLACK & VEATCH building a World of difference — ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.D June 3, 2011 Request For Proposal 16 Description: Gas Pipe Material Revision and Realignment Please reference the attached revision of Contract Drawing W11 dated June 03, 2011 and the attached Fuel Gas Transition Fitting Detail. Please provide a cost proposal for the realignment of the gas line serving the South WTP site as indicated in the attached revisions to W 11 to move it away from the water line to be installed under Contract G-2. Also, please include a cost to revise the buried natural gas supply piping material from uncoated Schedule 40 black steel pipe to polyethylene pipe from the meter located near the northwest corner of the South Plant WTP site to the on -site buildings which include the High Service Pump Station, Treatment and Administration Complex and Flow Control Structure. Polyethylene pipe shall be provided as follows: Polyethylene (PE) Pipe: ASTM D 2513, SDR 11. l . PE Fittings: ASTM D 2683, socket -fusion type or ASTM D 3261, butt -fusion type with dimensions matching PE pipe. 2. PE Transition Fittings: Factory -fabricated fittings with PE pipe complying with ASTM D 2513, SDR 11; and steel pipe complying with ASTM A 53/A 53M, Black Steel, Schedule 40, Type E or S, Grade B. 3. Anode -less Service -Line Risers: Factory fabricated and leak tested. a. Underground Portion: PE pipe complying with ASTM D 2513, SDR 11 inlet. b. Casing: Steel pipe complying with ASTM A 53/A 53M, Schedule 40, black steel, Type E or S, Grade B, with corrosion -protective coating covering. c. Aboveground Portion: PE transition fitting. d. Outlet shall be threaded or suitable for welded connection. e. Tracer wire connection. f. Ultraviolet shield. g. Stake supports with factory finish to match steel pipe casing or carrier pipe. 4. Transition Service -Line Risers: Factory fabricated and leak tested. a. Underground Portion: PE pipe complying with ASTM D 2513, SDR 11 inlet connected to steel pipe complying with ASTM A 53/A 53M, Schedule 40, Type E or S, Grade B, with corrosion -protective coating for aboveground outlet. b. Outlet shall be threaded or suitable for welded connection. i Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.7.13 Page 12 June 3, 2011 c. Bridging sleeve over mechanical coupling. d. Factory -connected anode. e. Tracer wire connection. f. Ultraviolet shield. g. Stake supports with factory finish to match steel pipe casing or carrier pipe. The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, with attachments a Mr. Steve Keeling, Black & Veatch, with attachments Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, with attachments STEEL GAS PIPE NPI (0 WELO AaAPTIFF4 EPDXY WA TED STEEL PIPE 7FL44CER WIRE GRADE 'FUSION "DF0 EPDXY COATED, STEEL CASING EPDXY COATED ROLTS ld� — tLYENE ELBOW POLYE'THE �LPOLYETHtLtNIF GAS PIPE EPDXY COATED STEEL WVNTrN6 sTAKc - EURFig IN CONCRETE CL) FT MIN) FUEL GAS TRANSITION CFI TTING1""N MCI M ��. all S CITY OF LUBBOCK, TEXAS SOUTH WATER TREATMENT PLANT � gVgq(EpTpj Irity� dJll�w ___ a armor-wF �rF SITE l�AS PIPZNO PLAN aaon nano, w. F.— ARCHER WESTERN CONTRACTORS a MP MBER OF THE 'NALSH GROUP September 22, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP-016 4" Gas Line shown on sheet W11 Dear Norm; Our subcontractor, Polk Mechanical, has agreed to remove their fee from the submitted price for the 4" Gas Line in RFP-016. The revised price for this RFP is $34,158.00. We have attached their marked up original proposal for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, l� Way�sley Archer Western Contractors. Ltd. Project Manager CC: File Jeff Polak Jackie Smith Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer r=6 Mechanical Company Polk Mechanical Company, LLC. 2425 Dillard Street Grand Prairie, Texas 75051 Phone: 972-352-5000 Fax 972-988-2864 TACLA001109C - M17462 Proposed Change Order To: Archer Western Contractors Date: Ampst`9,� 50PY 9M6&fL yZJ Zd tl 2121 Ave. J Arlington, Tx 76061 Polk P.C. No.: 8 Attention: Wayne Parsley P.C. Description: Change Underground Gas Piping Material Phone: 806-445-0803 Fax: Project No.: 1109905 Project: City of Lubbock -Lake Alan Henry WTP G.C. Ref. No.: 5114 E. FM 1585 - E CR 7400 Arch. Ref. No.: Lubbock, TX 79404- We propose to furnish all the labor and material required to install the HVAC and/or Plumbing changes on the above project in accordance with the following description: This proposed change order provides a credit for the underground gas piping as originally specified (uncoated steel) and shown on drawing W11. We have included a debit to provide polyethylene pipe at the correct scale from the meter at the northwest property comer to each building. ' Drawings Affected Dated Total cost of proposed change to contract ADD '^ 34-1 ISV,00 Change to completion date of contract from date of release Our pricing reflects changes only as indicated by above description. All exclusions and qualifications of the original contract remain the same. This price is subject to change if not released within thirty (30) days or if trades proceed with further construction that may hinder normal installation of the work described. Please, notify us in writing if we are to proceed with the proposed change. Past Mee wkW ea"my, LLC operstas undr Taxis Masi. Plwibar L'xansa I095515 issued by the Taus Stale Baud of ftmM.9 ExamMws, P 0 6os 4200, Au3W, TX 79T65-4200, 612.4%2145 Palk 1/eyhaMcol Caapssry, LLC is PW*ted by 0te Tens 114puUmni of Licunft and R"tion. P.O. Sox 12157, Austin, TX 79711, 600403-9202, 512.40SG5B9, AC Lice XTACLA001109C. Sincerely, Polk Mechanical Cow any Aaron Sacchieri Assistant Project Manager Polk Mechanical Company Proposed Change Order Form P.C. No. Project Name Project No. City of Lubbock -Lake Alan Henry WTP 1109905 Pricing Summary Labor $ 9>760.00 Subcontractors $ 9,678.00 Jobsite Expenses $ 4,210.00 Materials & Equipment $ 6,199.23 Sub -Total $ 29,847.23 Warranty Percentage ( 2. ?`r $ 597.00 Sub -Total $ 30,444.23 Overhead Percentage I ](' :• $ 3,044.00 Sub -Total $ 33,488.23 Fee Percentage I °, $ Sub -Total $ Texas State Remodel Tax $ Sub -Total $ Bond Percentage 2% $ 49H*" Total P. C. Pricing $ Proposed Change Order Form 008 8-9-11 Summary 2of4 O 33, 458, Z3 •33,�-88,23 r�49,�7 34, sa, oco 8/9/2011 Item 9 - Request For Proposal #17 Description: Room 308 - Window B Revisions ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP September 19, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP-017 Revised— Room 308 Window Revision Dear Norm; Archer Western offers a price of $4774.65 for the additional work described in RFP-017 (Revised) for the revisions to the window in Room 308 of the Chemical Feed Area. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, vv Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer RFP # 17 Revised- Room 308 • Window Revisions DATE: Sept. 19, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP-017 Room 308 - Wndow ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Revisions CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Window Sill will be a painted cast In place concrete sill In lieu of polished concrete. fax 'Quotation from: l Western Building Specialties, Inc. 410-34th St. P.O. Box 414 Lubbock, TX. 79408 Ph. (806) 744-4501 Fax 806/744/8763 August 1, 2011 To: Archer Western Contractors Re: South Water Treatment Plant Room 308 window B Page 1 of 4 2 Hr Fire Rated Window and Glass We propose furnishing a fire rated window per proposal 19 and the quantities and description as described below for the lump sum price of: 4,000.00 Quantities& Description 1. (1) 48"x30" VDS-120 Steel Frame includes Contraflam-120 glazing General Description 1. Finish Polyurethane Enamel (TBD) Qualifications and Exclusions 1. As manufactured by Vetrotect 2. Excludes installation, fasteners, setting blocks, sealants, mockups, flashings, steel angles, PE stamp, engineering calculations, and applicable taxes. 3. Pricing valid for 30 days from date above. 4. All sales will be based on credit approval. 5. FOB jobsite. .' 6. Taxes are not included in pricing. 7. Any change in quantities, products, sizes or description will require a re -quote. Thank you -- David Padilla CLASSIFICATION TECHNICAL SPECIFICATIONS PRODUCT FEATURES Clear tempered safety glass 11TIM 'Fq Intumescent interlayers Fire Resistive 120 Minute Testing / Compliant Tested in accordance with ASTM E 119, NFPA 251, NFPA 257, UL 263 Impact Safety Rating CPSC 16CFR Part 1201(CATEGORIES I & II) Nominal Thickness _ _ 1-9/16" (39 mm) Thickness Tolerance BLS" to -1/16" U value_ CBTU/hr'sgft/°F) STC Rating; 46 Weight Ibs/sgA.) 15.8 _ Visible Light Transmission - 78% AUTHORIZED DIMENSIONS Rating Application Max Exposed Max Width of Max Height of Min Depth of Area of Glass Groove Width Building Code t UL Design I Glass Exposed Glass Groove (Sq In.) Marking Numbers Window 2 hr Transom 4435 94-5/8" 94-5/8" 13/16" 1-3/4" W-120 U439, US43 Sidelite OH-120 U547, U548 t See Reference Page www, vetrotech USA.com Vetlr0tech SAINT-GC18AIN F A TYPICAL PERIMETER DETAIL NOTES: 1. SETTING BLOCK (SILL ONLY) ALTERNATES BY OTHERS: A. HARDWOOD B. CALCIUM SILICATE C. NEOPRENE (90 DURO) 2. CONTINUOUS INTUMESCENT TAPE FURNISHED WNDS FRAME INSTALLED BY OTHERS 3. •GLAZING GASKET (BOTH SIDES) FURNISHED WNDS FRAME INSTALLED BY OTHERS 4. FIRE RATED SEAL IN SHIM SPACE PROVIDE BY OTHERS. ACCEPTABLE ALTERNATIVES: WELL PACKED ROCKWOOL, CONTINUOUS INTUMESCENT CAULKING, OR CONTINOUS INTUMESCENT TAPE. S. GLAZING BEAD. INSTALL OVER GLAZING BEAD SCREW. 6. 120 MINUTE FRAME WITH CALCIUM SILICATE INSULATION. 7. SHIMS PROVIDED BY OTHERS. ACCEPTABLE ALTERNATES: HARDWOOD, CALCIUM SILICATE, OR CEDAR SHINGLES. 8. FINISH SEALANT BY OTHERS 9. ANCHOR SCREWS PROVIDED AND INSTALLED BY OTHERS. PLACE 20" O.C. MAX. HEAD DIA. 27164"; MAX. SHANK DIA. 114". 3; 19" 16 B TYPICAL MULLION 13„ 16 13" 16 _j 115„ 16 13„ 16 7 PROPOSAL NUMBER: 434553 Western Building Specialties 410 34th Street Lubbock, TX. 79404 Water Treatment Facility Location: Page 2 of 3 Date: July 26, 2011 Contact: David Padilla Phone: 806.744.4501 Fax: 806.744.8763 Architect: Sales Rep.: Sage Architectural Products VETROTECH Saint-Gobain North America, Inc. (VSGNA) warrants that products furnished per approved shop drawings will be free from manufacturing defects. Proper handling and installation by skilled craftsmen in accordance with VDS installation instructions and consistent with trade practices extend a warranty for a period of: five (5) years on door and frame fabrication five (5) years on Powder Coat or Baked Enamel finish two (2) years on Anodized finish three (3) years on door hardware (mechanical components only) as furnished. VSGNA will repair or replace, F.O.B., Auburn, WA, any merchandise which proves to be defective in workmanship or material within the f`.. stated time from the date of delivery to the buyer or delivery date minus 1 year from substantial completion whichever is longer. Said notice must be given within one year of substantial completion. The foregoing states the entire liability of the seller to the buyer in —= respect to all merchandise hereby purchased; and there is no warranty as to merchantability or fitness or any other statutory, implied or expressed warranty. VSGNA shall in no event be liable for loss of profits or other consequential or special damages or for labor or other expense for adjustments, repairs, replacements or transportation of defective merchandise incurred by the buyer. VSGNA assumes no responsibility for the assembly, installation, or erection beyond approved shop drawings/installation documents, and shall in no event be liable for any loss or damage sustained thereby. Any merchandise replaced under this warranty is limited to the original warranty period and shall not be extended beyond that term. All sales is subject to VETROTECH's "General Terms and Conditions of Sales". Notes: Unless noted otherwise includes shop drawings (To include one revision), intumescent tape, glazing vinyl, boxing, and freight. Lead times 6 to 8 weeks from final approval of shop drawings and dimensions subject to review at acceptance; 3 weeks for submittals. All glass for interior application unless noted otherwise. Specifications and details available at either www.vetrotechusa.com or via fax/ email upon request. Art Byrd Fire Rated Glass & Framing Systems VETROTECH SAINT-GOBAIN NORTH AMERICA, INC. 210E B STREET NW SUITE 110 AUBURN, WA 98001 TEL.:(253)333-0660 TOLL-FREE:(888)803-9533 FAX:(253)333-5166 E-MAIL: infoUSA@vetrotech.com www.vetrotech.com Item 10 - Change Order Request #08 Description: Finish Water Pump Schematic Modifications 9441 LBJ Freeway FIELD ORDER BLACK & VEATCH suite 114 No. 00030 Building a World of difference" Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 TITLE: Finished Water Pump Schematics DATE ISSUED: 3/4/2011 PROJECT: South Water Treatment Plant CONTRACT No: 161704 TO: Attn: Jacqueline Smith REQUIRED Archer Western EXECUTION: 3/11/2011 5114 E. FM 1585 Lubbock, TX 79404 Phone:806-445-0803 This Field Order is issued in accordance with the General Conditions to interpret / clarify the Contract Documents, or order minor changes in the Work. CONTRACTOR hereby agrees that the work described in this Field Order is to be accomplished without change in Contract Price or Contract Time claims or other costs. If you consider that a change in Contract Price or Contract Times is required, please notify the Resident Project Representative immediately and before proceeding with this Work. Any modifications, including a change to the contract price or contract requirements shall be covered by a formal Change Order executed by Owner and Contractor. Attached is Drawing Y27A titled Electrical Schematics dated March 04, 2011 which addresses modifications to AFD controls for FWP-501 and FWP-502, solid state starter controls for FWP-503, and associated ball valves. Finished Water Pump FWP-501 schematic, Finished Water Pump FWP-503 schematic, and Notes 8 & 9 on Drawing Y27 and the valve position table on Drawing Y28 have been relocated to Drawing Y27A. Modifications have been indicated by "clouding" the changes. Issued By: Acknowledged By: Signed: Date: 3/4/2011 Signed: Date: Norm Jagels � | | ¥ . , ! .,@■■, .�., D> a °. w ,$ ■ | - .■ | R , . . . . . . . ■ . , . , , , , , ■ , , UriII OR |JJHJ . 11>1 D7 ■ , � |, a % ! � , % m | ,: , \ > :■ ! , |' • � • � - , � , ! , a ■ � q | q ] || q ^ > ■� . ` w | r;0 dl |�\ . ■ ■ � | || ! ■! . I � | |� > | c TY OF LUBBOCK,TEYA � BLACK&VEATCH SOUTHW4T er_T&TNT PLANT � 3_ . aemWAL _ra PAPOGILL I July 5, 2011 4 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 i IV - R Lake Alan Henri South Water Treatment Plant Ref Treatment J City of Lubbock Project Number WT70-33 Subject: COR #8 Finish Water Pump Schematic Modifications per Field Order 30 Dear Mr. Jagels: The total -cost to make detailing changes es e reSUlt of Peld Order 30 is $2157.00, A -3 detailed *?.'-)reak, down and back ulo of the vjork related to this ol.1-11ange order is ii-icluC416d for if You have ary --,Lleshons or real uire additioriat inforrn-Ation, piease d'o no--esRate to Cii tact olur office Sincer a jeff 'Po'ak Jackie smi'-di 2121 Avenue "J' Suite 103 Arlington, Texas 76006 817-640-3898 (flax} 817-640-8734 An Equal Opportunity Employer COR #8 - Field Order 30 DATE: July 9, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK ENGINEER. BLACK AND VEATCH / PARKHILL, SMITH AND COOPER CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. WORK DESCRIPTION: FO 30 Field Order 30 Acme i7oC—jW---s1—.656 0-0 11.6516 00 _ 0.00 SO DO soco r- An —F— — -CZA —An s* 7 C -, "'-s Labor Burder,. 55% u. c) 5% Compensation on Subcontractor ggu 15% Compensfion on AVV Work SUBTOTAL_ $2,095.30 $27 84 BONDS 1 INSURANCE S33,41 (TOTAL AM0jaT THIS PROPOSAL k Acme Electric PROPOSED CHANGE ORDER No. 00003 108 E 82ND Lubbock. Texas 79404 TITLE: FIELD ORDER #30 - BENSHAW CHANGES BATE: 7/6/2011 PROJECT: LAKE ALAN HENRY WATER TREATMENT JOB: 1389 TO: Attn: TODD SWALLOWS CONTRACT NO: AW RK: To- From: Number: Item Desexip ian Quaut€ty Units tlnit Ps -ice 1'a= itate'ia� .�sl:�u�SAiet vrnnaat 00001 t'HAN<Tt-S't'i}p'ut-if!!.,502. ',000 4f.440Ott 0O(M. SOV) S I A X 5{l ,c'r�- �.1 - raI lrA`i __.y Qua , r i; :;•rj �i};p' -_ 4h tag Unit Cast° 77 unip SUM. APPROVAL: By By: BARY BROWN Todd Swallows Date. �� ,�� t Date: Swallows, Todd From: Barry Brown [bbrown@acmeelect.com] tent: Thursday, July 07, 20118:31 AM To: Swallows, Todd Subject: FW: 201003942 Reynolds Lake Allen Henry Attachments: Field Order 030 smith. pdf; Y27A MARKED UP. PDF; 4679_001 pdf T 0A, fuse ee the e-retails b�iow re-ardillp- the-v need uiul 7.+ C-77tirl Prom, 01,r;s Cor.o.mv iDLS , —1 Sent: .!-Jednesciay, 1- 06, 20-1 20 PNI To, 'Barn Brawn' LI ec� OU Chris Conm,� From, Chris Conmy (DLS) Sent: Thursday, June 30, 2011 11,39 AM To: 'Barry Brown' Subject: FW: 201003942 Reynolds Lake Allen Henry fir,.,e changes outlined in Field Order 30 wouid be an adder of 51,440,00 for tim-ers, relays, terrninals and .,.jirirg. o P,, , � �7:57,v =saski�ngif ti�,ey are supp—osJ—'.- —,-k up the vibration swTitch beC8LISe the draidtngs du not indicate a fa.r ---k or %vho -,,s providing it. They have therefore not 'included it ;n their price. Let me kinow it we are to provWe that and vrhere ftis to be located if so. Thanks, Chris Conmy 214-560-2662 From: Pat Mcginty [mailto:pmcginty@vfd.com] Sent: Tuesday, June 28, 20113,48 PM To: Chris Conmy (DLS) Item 11 - Change Order Request #09 Description: Steel Beam Revisions at Admin Building BLACK & VEATCH FIELD ORDER Building a world of difference° No. 00031 TITLE: Revised Steel Beams DATE ISSUED: 4/11/2011 PROJECT: South Water Treatment Plant CONTRACT No: 161704 TO: Attn: Todd Swallows REQUIRED Archer Western EXECUTION: 4/18/2011 This Field Order is issued in accordance with the General Conditions to interpret / clarify the Contract Documents, or order minor changes in the Work. CONTRACTOR hereby agrees that the work described in this Field Order is to be accomplished without change in Contract Price or Contract Time claims or other costs. If you consider that a change in Contract Price or Contract Times is required, please notify the Resident Project Representative immediately and before proceeding with this Work. Any modifications, including a change to the contract price or contract requirements shall be covered by a formal Change Order executed by Owner and Contractor. REMARKS: Please reference the attached revisions to the steel beams shown in Detail 6 on Contract Drawing F-A5.4. Enclosed are markup sheets 1 thru 4. Issued By: Signed: _ Norm Jagels Date: Acknowledged By: Signed: Date: Project Go L G✓ -rp 1 Job No. O T 77/ Date o 7-. O L 2 F•A2.3 v "- TABLE d CHAIR ' STORAGE I N i 113 t Clip ;2Alie 'ff., J -t- 4'-0' 6'•3 10`•t, 1 � 3'•0' 11141 ^J I I i ' . • a i 1 3'•0' B'•4' i 1 1 1 1 F•A?. 4 Plate ii/ie.� NT= PARKHILL .t ;&�;r (;)PE Subject f+ /f " a S. 4- Drawn By i Sheet % of VESTIBULE 101 - pi-1 � — :v — a a .0-- . .ems . ------------ .A .4 1 I 1 FOYER 102 &a%,% [3 Fll,"tvss btaw, Fiberglass GIMP 21a gH9k s wbx tz. srr- Br e-li'P ?MIVG s„"Y-r To Gwo VT escu P,Hb ptc., o FaG{ Fo e-K• MIN T fiyt- 4 �ieTvr -r Wali, This document is released on +. L - zoit for the purpose of interim review under the authority of Michael L. Smith, R.A. License # 16349. It is not to be used for regulatory approval, construction, bidding or permit purposes. Project G 0 L G✓T� Job No. O / Z i 7 Date 13, 2 ej , OR ARKHILL ; ,', i Subject eI Drawn By �� C Sheet Z of �- i t i Cp 1/f1 ' I'-1 8/18' .D�Caih 8 vi P r F y 14 8A. ALUM. SLASH 14 GA. ALM. TOP 8 6/t8' it 8/8' TYPE S 6f8' HTL •. AY -- •✓✓✓✓/" I 2 1/�MR Snq) .y __ __ STUD 618' TYPE 6x4x'/4' -- -- X. �s�T/EE/a eryu�w 6 ` CEILING DETAIL 6 has- N•T s This document is released on --Zo , t for the purpose of interim review under the authority of Michael L. Smlth, R.A. License # 16349. It is not to be used for regulatory approval, construction, bidding or permit purposes. Project e:::�V L W %P 1 Job No. 0 7-7-1/ Date O . Z At- scut Seawt Twa �Z••X 6" Epoxy arch �4)t 6• 3c 6" Le.v u,P "be 8 i-ST IJWTIO. 5v--a4, A PARKHILL »r(-47'U;. Subject (/F► aT• 'ef Drawn By -- '' f Sheet 3 of -e+ ql. 4, V� F� �— Fd/ 6PV"T 6li(1) This document is released on 7.24f , Zo U for the purpose of interim review under the authority of Michael L. Smith, R.A. License # 16349. It is not to be used for regulatory approval, construction, bidding or permit purposes. ' Project 4 V G 4.J / P Job No. al 777 � Date p 7 , Z f- PARKHILL Subject G Zr-- a•�v Dram By —`Sheet of F40- j��ss 6 x rt Lbx&x%4If F; be 1-ajivss e-loP 0"k N a►�-�wR N�t�eos �heati. 01► s . 9�v frbcrglass Mon-iF 0 r xTmew z) v s, P/Vr r c This document is released on— g �o U11 for the purpose of interim review under the authority of Michael L. Smith, R.A. License # 1o3 9. It is not to be used for regulatory approval, construction, bidding or permit purposes. ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP June 9, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70.33 Subject: COR #9 — Steel Beam Revisions at Admin Bldg Dear Mr. Jagels; Our proposal to make the Steel beam revisions at the Administration Building per Field Order 31 is $6.282.00, A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, f '?&'" s&4&0" J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer . CDRfib - Field Order 31 • Revised Steel Beams DATE: June 11, 2011 SOUTH WTP CONTRACT F �- OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 31 Revised ENGINEER: BLACK AND VEATCH / PARKHILL. SMITH AND COOPER seem CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. k-1 1, �s Description 01 Unit UnttlPfte Labor j MaWwW I Equipment Suboonira Totals Install Beams 48.00 MH $23.00 $1 104.00 0.00 MH $0.00 0.00 ProOct Manager 2.00 MH $50.00 $100.00 0.00 MH $0.00 $0.00 W8 x 8 x 3f8" FRP teem, di hdw 1.00 Is $980.00 $980.00 W6 x 12" SU beam clips, hdw 1.00 Is $1200.00 $1,200.00 anchors 1.00 Is $500.00 $500.00 $0.00 80 to crane 1.00 hm $250.00 260,00 0.00 LS $0.00 $ 4M"0rwvLweMU 1.00 IS $581.00 581.00 0.00 0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $1,204.00 $2,080.00 50.00 $681.00 $4 715.00 Labor Burden 55% S882,20 $682. 5% Compensation on Subcontractor $29.05 15% Compenstion on AW Work $719.43 SUBTOTAL $8126 68 BONDS $70.73 INSURANCE $84.87 TOTAL AMOUNT THIS PROPOSAL 281�g AMIGO/SEASAFE A GU RALTAR MMSTRQ:S COMPANY 209 Glaser Drive �yette, LA 70508 one: 800-326-8842 Fax: 337-837-7172 To: Archer Western Attn: Jackie Smith Phone #: Fax M Email: At, We are pleased to auote the following FRP materials for construction: VFR Structural shapes, color is beige. 316 s.s. bolting hardware. Quote No.: 0602116-2PA Date: 0/212011 Project: Lake Alan Henry Location: TX Quoted by: Paul Amberg Email: namb2M&ibraitart.com Fax: 337.837-2770 a. 9' 9" long Seasafe VFR W8 x 8 x 318" thick wide flange beam with VFR clip angles and 316 s.s. bolting hardware r attaching the FRP clips to the beam. Price excludes anchor bolts and the 16 x 4 x 114" I-beam, This I -Beam Is a custom size and is not a stocked item and would require either a custom mill run of 600 If or a custom up charge for changing out the dye of 1,800.00 plus the price of the beam. * Price excludes engineering or P.E stamp, edge banding of the grating or a kick plate at openings unless noted other wise, anchor bolts or screws, installation, freight and any other items that are not listed or described In above scope of work. * FRP material is class 1 fire retardant using a vinyl ester resin * Price is based on receiving complete auto -cad drawings from the contractor or engineer at time of purchase without any additional charges to Amico Seasafe. * Stamped calculations and drawings when required are based on the latest design, Once stamped any changes to calculations or drawings will require additional engineering charges. End Of Scope IF REQ. PE STAMP: Not included Totals: PROJECT PRICE: $780.00 Weight is a (estimate) only, Actual charges will be billed at time of shipment. EST. FREIGHT: $200.00 TOTAL PRICE: $980.00 c3m wgaeart heel & alunghpaq co., htc. 41546 East Main St • Grand Prairie, Texas 75050 Telephone: 972-264-1533 • Fax 972 264-1843 To: Archer Western Attention: JacqueBne Smith Plan Sheets: Originals Specifications: See original specifications Addenda: held Order No. 00031 CONTRACT PROPOSAL No. 1648-14 Date: 04/13/11 Project: South Water Treatment Plant Location: Lubbock, TX Architect: Black & Veatch Engineer: CDM We propose, subject to the terms and conditions included herein to: Materials furnish only additional & revised materials, F.O.B. jobsite. Erection As noted below and as called for under the above noted plans, specifications, Tax % addendas and proposed revisions (if noted): Bond /M TOTAL QUOTE ITEMS: 1. Additional steel beam at Vestibule 101 / Administration Building WELAYINFORMATION: Additional material, labor and/or detailing in this proposal will result in delays as follows; 5_ working days for shop drawings _ 5 working days for fabrication after approval of shop drawing working days for installation (if applicable) EXCEPTIONS: 1. Cost for independent laboratory inspection. 2. Erection 3. Field dimensions. $1,200.00 Excluded Excluded Excluded $1,200.00 1. PAYMENT TERMS: (A) Material (only) delivered F.O.B. Jobsite. Payment shall be due, without retainage, not more than 30 days from the date of invoice. (B) Materiel & Labor (Erected in Place). Payment terms shall be noted in paragraph (1 I) ERECTED MATERIAL on the additional page of this proposal, 2. This proposal is based on the terms as stated, under TERMS AND CONDITIONS herein and on the additional page of this proposal. 3. This proposal shall be valid if accepted within 30 days of date of writing - otherwise a revision may be in order. 16 4. No backcharges for field corrections will be allowed without SELLER'S prior approval. Accepted ( lJ�d a1�Itllt to., inc. By Date By • LSI, LLC. CONTRACTOR: ARCHER WESTERN CONTRACTRS LTD PROJECT NAME: LAKE ALAN HENRY WATER TREATMENT PLANT DATE: JUNE--02--2011 REFERENCE #: FIELD ORDER #031 DESCRIPTION: ADD BRICK INTO FOYER 102 CHANGE IN WORK * COST BREAKDOWN DESCRIPTION QUANTITY LABOR UNIT LABOR TOTAL MATERIAL UNIT MAT TOTAL FACE BRICK 400 $ 0.46 $ 184.00 $ 0.445 $ 178.00 - MORTAR 400 a $ 0.15 $ 60.00 $ s - $ - a - $ s $ $ a $ S $ - TOTALS $184.00 $238.00 LABOR TOTAL � $184 LABOR TAXES & INS ...........................45% $83 MATERIAL TOTAL $238 SUBTOTAL $505 OVERHEAD & PROFIT ...........................1S% $76 TOTAL $581 a Item 12 - Change Order Request #10 Description: HVAC duct size revision -- BLACK & VEATCH FIELD ORDER Building a world of differencat No. 00037 0 TITLE: HVAC Duct Size Revision DATE ISSUED: 6/8/2011 PROJECT: South Water Treatment Plant CONTRACT No: 161704 TO: Attn: Todd Swallows REQUIRED Archer Western EXECUTION: 6/22/2011 This Field Order is issued in accordance with the General Conditions to Interpret / clarify the Contract Documents, or order minor changes in the Work. CONTRACTOR hereby agrees that the work described In this Field Order is to be accomplished without change in Contract Price or Contract Time claims or other costs. /f you consider that a change in Contract Price or Contract Times Is required, please notify the Resident Project Representative immediately and before proceeding with this Work. Any modifications, Including a change to the contract price or contract requirements shall be covered by a formal Change Order executed by Owner and Contractor. Reference is made to the 30" x 30" HVAC duct opening that penetrates the upper level deck (Elevation 4176 * 67) in the chemical feed area. Reference Drawings W6, W7, F-AIA and J-S2. In order to provide proper learnce from beam JB 13 and the block wall on the west side of electrical room 307, the 30" x 30" duct up from the lower level, as noted on drawing W7, shall be changed to 44" x 20". Transition duct back to 30" x 30" above upper level deck. The continuation of the duct as shown on Drawing W6 shall be changed to 44" x 20" where shown as 30" x 30" and transition to 26" x 36" where shown. Issued By: Signed: Norm Jagels Acknowledged By: Date: 6/8/2011 Signed: Date: ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP June 9, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant HI City of Lubbock Project Number WT70-33 Subject: COR #10 — HVAC Duct Size Revision Dear Mr. Jagels; Our to revise HV C proposal A Duct saes in the Chemical Feed Area per Field Order 37 is F16.00. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, f ?oalat' Sed 4W" J. Todd Swallows Archer Western Contractors, Ltd. - Project Manager i _.. CC: File __ Jeff Polak Jackie Smith a 2121 Avenue "J" Suite 103 "' Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer No Text COR #10 - Field Order 37 - HVAC Duct Size Revisions DATE: June 11, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 37 Duct size ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Revisions CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. ---- ®®�m_--- t r rt � t ♦-t .rrt --- t r rt 0 t ra .r r.t - _ No Text R20 Mechanical Company Proposed Change Order 'ro: Archer Western Contractors 2121 Ave. J Arlington, Tx 76061 Attention: Todd Swallows Phone: Fax: G.C. Ref. No.: Arch. Ref. No.: Polk Mechanical Company, LLC. 2425 Dillard Street Grand Prairie, Texas 75051 Phone: 972-352- W Fax: 972-908.2864 TACLA001109C - M17462 Date: Junc 9, 2011 Polk P.C. No.: 6 P.C. Description: HVAC Duct Size Revision Project No.: 110"05 Project: City of Lubbock -Lake Alan Henry WTP 5114 E. FM 1585 - E CR 7400 Lubbock, TX 79404- We propose to furnish all the labor and material required to install the HVAC and/or Plumbing changes on the above project in accordance with the following description: No charge will be added for changing duct size from 3000 to 4422, however this does add one transition from 44x20 to 3000. � Drawinge Affected ;Dated i J Total cost or proposed change to contract ADD $493.00 Change to completion date of contract from date of release Our pricing reflects changes only as indicated by above description. All exclusions and qualifications of the original contract remain the same. This price is subject to change if not released within thirty (30) days or if trades proceed with further construction that may hinder normal installation of the work described. Please, notify us in writing if we are to proceed with the proposed change. Polk Mechankal Cor Varey, LLC operam under Tom NWW Pkm w L"nss W5517 Ww" by the Taatl Me% Board of PUMMU eambas, P O Sax 4200. Aualin, Tx 787a 4200, 512.4W2W Polk Maehanial Company. LLC is "Mad by dw Taus 0apt4noM a1 Llansin8 nd Rsq.Wwn, P-O. eos 121S7, Austin, TX 76711. 800-803.4202, 512.403 CM, AC Lkanao /TAC1,A001108C. Sincerely, :lkz anicat C oy .,-- Aaron Sacchieri Assistant Project Manager Polk Mechanical Company Proposed Change Order Form 6 i Project Name Project No. City of Lubbock -Lake Alan Hen r 1109905 1 Pricing Summary Labor $ Subcontractors $ Jobsite Expenses Materials & Equipment $ 410.00 Sub -Total 410.00 Warranty Percentage 2,0% S 8.00 Sub -Total 418.00 Overhead Percentage 10% $ 42.00 Sub -Total 460.00 Fee Percentage 5% $ 23.00 Sub -Total 483.00 Texas State Remodel Tax Sub -Total $ 483.00 Bond Percentage 2% 10.00 Total P. C. Pricing $ 493.00 Proposed Change Order Form Summary 6/9/2011 2 of 4 L, J Polk Mechanical Company Proposed Change Order Form G No. 6 ProjectName ProjectNo. City of Lubbock -Lake Alan Henry WTP ! 1209905 Cost Code = Description Amount Labor 2.01.01 !PlumbinAP inSLabor ! 0%O.T.t _ - HRS I S 40.02 /HR) HRS a� 5-54.341HR! 5__ 3.01.01 HVAC Piping Labor 2.99.0E �PlumbmS/ Piping Su_ pernsion L0101 �8heetmetal Labor —_ 0"10 O.T,� 0%o O.T. _ 0%O.T. _ ; HRS r HRS uT HRS $- S S 40.02 /HRS 67.90 /HR 40.02 /HRi - HRS -__Eno HRS S S S 54.34 /HR $ 90.94 /HR; S - _ -_. _ _.. . _I Q __----- __ - - -- 54.34 /HRS - a— ---_ 1.99 01 Sheetmetal Supervision __ 1.01 6l Insulation Labor - _� _ 0% 0.3 _ 1 0%O_T. 0%OT. _ _ HRS ©' HRS r r�r S 1 $ S ! _ 67.90 /HRi —= 39.70 /11R _ 72.12 1HR�- HRS HRS @! HRS S- S S 90�94 _53.49 /HR• S - 94.99 /HRi S 8.01 Ol Statt�Labor -� - 8.02 01 Balance & Controls Labor ....___�_i..—_._.. _.__— _ _ __ .__ 0% O f.+ ___.�®a_.. _HRS - HRS a _ ___----HRS.-_. $ 72 12 MR, S . _.. 94.09 /HR $ -- - 9.O f :Ol aProieet ManagerT- 4.02 01 Detathng labor 'Hps a $ S 89 88 /HR 65 24 MR!- HRS a 0%O.T. $ 88.06 MR $ _ 9.01 09 IP�eet En meer O 1 ] i �Pro'ect Ikvel meal! Labor (� 0"/4 O.T. i � -HRS 18 84.53 IHR — HRS l` I $ 113.87 %HR $ Total Labor! S Subcontractors 30.01.01 iTem rature Controls - g _ 30.02.01 {Insulation Test & Balance I _ 3. 30A.01.. 3_0.04.01I Excavation / Compaction / Backfill I $` - - 30.03.01 _ Medical Gas Certification" " S - _ - 30.06.01 F ;_Fuel Oil _ 30.07.01 'Operated Equipment Rental $ 30.08.01 -30.09.01_ 1Cooli2Tower Erection S �X-R. /OPR S_.._- 30.10.01 1 Hot Tap / Pipe Freezing 30.11.01 !Core Drill Sawcuttin ; $ 30.I2.Ol Ductwork---- 30.13.01 Plumbing 30.14.01 HVAC- Electrical i S _ 30.15.0t 30.i6.01 1Structural Steel Erection 30.I7.01 _- 'Utility $ --- - - 3018A1 Equipment Movers / installers 30.19.01 Fire Protection_- 30.99.99 Micellaneous Subcontractors $ Total Subcontractors] 9 - Jobsite Expenses _40.0!.001 Licenses, Permits & Fees _ 40.11.01 40.43.01 1obsitc Office ^----_ .- $ 40.04.01 'IRental Equipment -- --� -' 40.5501 !Small Toots _,____--------------•- ----._._._._..-.--__-_.. _...._____ ..;._._-----_---- 40.56 01 Jobsite Storage 40.57 01 -Weld Certification -�-- -� -----�-------•- -- . __.__-_-_._..._ _ __ -_ _- 40.99.01 Miscellaneous Jobsite � Total Jobsite Expenses! $ - Proposed Change Order Form Labor-Subs-Jobsite 3of4 6/9/2011 Polk Mechanical Company Proposed Change Order Form Fj�------ ,p.C. 0. j 6 Project Name -JProJ_ectN`o. - - ----- City of Lubbock -Lake Alan Henry WTP 1109905 Cost Code Description i Amount Materials 20.00.00 IPlumbing Fixtures & Equipment $ 20.94.0t Insulation Materials 20.80-01 Shectmetal Materials-- — ------- - -4- — 410.00 20.00.00 Excavation Materials 20-00-00 -mumbing/Piping ou Materials $ 20.95.01 Controls Materials $ - Materials Sub -Total 410-00 Consurnables Percent#gel Equipment 10.01.01 It Chillers, Reffig Compressors 1$ Cooling Towers 10.03.01 1 Pu!p 10.04.01 !Exp aqslon Tanks 10.05.01 iAir Separators 10.08.01 !Boilers 10.09.01 Boiler Stacks 10-10.01 :Deaerators 10.11.01 iMeatExchangers 10.12.01 Converters 10.13.01 -Generators ---------- — - 10. 14.01 ;;Condensate Receivers 10.15.01 Slowdown Tanks, Etc. ------- - --- $ 10.16.01 Flash Tanks 10.17.01 Misc. Tanks S 10.18.01 jChemical Water Treatment $ 10.19.01 AHUIS Fans $ _7 - 10.26.01 }Gravity YeLt�& Intake ffo_odis_ 10.27.01 Unit & Duct Heaters 10.28.01 PWD. Cooling Units 10.30.01 Fan Coil Units $ 10.31.01 CoTputer_Room Units $ 10.32.01 Heating & Ventilating Units 10.33.01 Coils 163-4.01 JHumidifters 10.35.01 ;Terminal Units _jq.�6-9_1 10.37.01 GRD'S lFirc&Sm CeDji4� $ 10.99.01 iMiseellaneous Equipment Sub -Total Materials & Equipment $ 410.00 Sales Tax Percents ger- Total Materials & Equipment 3 410.00' Proposed Change Order Form Materials -Equipment 6/9/2011 4 of 4 I Item 13 - Change Order Request #13 Description: Intake Hood Revisions i is �s e E_ BLACK & VEATCH FIELD ORDER v Building a world of difference'. No. 00039 TITLE: Intake Hood Revisions PROJECT: South Water Treatment Plant TO: Attn: Todd Swallows Archer Western DATE ISSUED: 7/7/2011 CONTRACT No: 161704 REQUIRED EXECUTION: 7/21/2011 This Field Order is issued in accordance with the General Conditions to interpret / clarify the Contract Documents, or order minor changes in the Work. CONTRACTOR hereby agrees that the work described in this Field Order is to be accomplished without change in Contract Price or Contract Time claims or other costs. If you consider that a change in Contract Price or Contract Times is required, please notify the Resident Project Representative immediately and before proceeding with this Work. Any modifications, including a change to the contract price or contract requirements shall be covered by a formal Change Order executed by Owner and Contractor. REMARKS: Please make the following revisions to Intake Hoods 11-1-301 & IH-302 and IH-501 & I14-502: • In Keyed Note 4 on Sheet W9, change size of duct from 68" x 94" to 50" x 125" to match the size of hood proposed by the supplier. • Locate IH-301 & U-1-302 and ODU-1001 & ODU-1002 as shown on the attached sketch dated July 7, 2011 fi•om sheet H-S2. • In the Intake Hood Schedule on Sheet W 13, change the nominal opening size for IH-501 and IH-502 from 60" x 86" to 50" x 103" as proposed by the hood supplier. • Locate IH-501 and IH-502 as shown on the attached sketch dated July 7, 2011 from Sheet L-S2. Issued By: Signed: _ Norm Jagels Acknowledged By: Date: VV2011 Signed: Date: [9101151111111 I--...- i+- - -.-I - --- - {-- - Field Order 039 See Framing Plan Drawing H-S2 July 7, 2011 0 jg��" FRAUZNG PLAN h a f ttE Ito afi Ila g� yLL LL Field Order 039 M;.qM&ZNO PLAN •July 7, 2011 161704 L-S2 SHWr 244 OF 402 1ih T ¢ .' ' ARCHER WESTERN CONTRACTORS MEMBEP OF 2 h` tW,LSH GROUP July 21, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: COR #13 — Field Order 39 — Intake Hood Revisions Dear Mr. Jagels; Our proposal to change the size of the ductwork and Intake Hoods IH-301, IH-302, IH-501, and IH-502 per Field Order 39 is $1,659.00. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, /. 76dd s &W-4 J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer r� COR #13 - Field Order 39 - Intake Hood Revisions DATE: July 21, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 39 Intake Hood Ir_ ENGINEER: BLACK AND VEATCH ! PARKHILL, SMITH AND COOPER Revisions I CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Descri_#ion Qty Unit Unit/Prioe Labor Material Equipment Subcontracto Totals 0.00 _ MH $0.00 $0.001 0.00 MH $0.00 $0.00 Project Manager 2.00 MH $50,00 $100.00 0.00 MH $0.00 $0.00 $0.00 $0.00 0.00 Is 0.00 Is $0.00 $0.00 0.00 Is $0.00 $0.00 $0.00 i . „ s f• 0.00 hrs $0.00 $ 0.00 LS $0.00 $ y d-s..ws. _.x�*�R ..'v ,;;�..�.-:...._`�'.. .,� -. - �"s "�'r`, ., C ,<-.f:.a .__�'4`�7{,. fi--• Polk Mechanical - Intake Hood Revisions 1.00 Is $1 364.00 $1,364.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $100.00 $0.00 $0.00 $1,364.00 $1,464.00 Labor Burden 55% $55.00 $55.00 5% Compensation on Subcontractor $68.20 15% Compenstion on AW Work $23.26 SUBTOTAL $1 610.46 BONDS $21.96 INSURANCE $26.35 TOTAL AMOUNT THIS PROPOSAL $1 658.76 No Text Polk Mechanical Company, LLC. 2425 Dillard Street - - Grand Prairie, Texas 75051 Mechanical Company Phone: 9 Fax: 972-9W21364988-2B64 TACLA001109C - M17462 Proposed Change Order To: Archer Western Contractors Date: July 12, 2011 217,11 Ave.J Arlington, Tx 76061 Polk P.C. No.: 7 Attention: Todd 5waffews P.C. Description: Resize two Tntake hnods to miss bar joist `. Phone: Fax: Project No.: 1109905 Project: City of Lubbock -Lake Alan Henry WTP G.C. Ref. No.: 5114 E. FM 1585 - E CR 7400 -{ Arch. Ref. No.: Lubbock, TX 79404- We propose to furnish all the labor and material required to install the HVAC andlor Plumbing changes on the above project in accordance with the following description: The intake hoods and curbs hnvc been adjustcd to fit inside the clearances given to avoid conflicts %with the bar joist, Below is the price increase for the custom sizes. CDrawings Atfecled iDated 'total cost of proposed change to contract ADt3 $1,364.00 Change to completion date of contract from date of release Our pricing reflects changes only as indicated by above description. All exclusions and qualifications of the original contract remain the same. This price is subject to change if not released within thirty (30) days or if trades proceed with further construction that may hinder normal installation of the work described. Please, notify us in writing if we are to proceed with the proposed change. Polk h/acha.--Company, LLC apcmhn uadnr Toxoa lAefkr Pumbx Lkenae tA7551] {tamtl by the Teroa Stale Boots of Plumbing Eraralnma, PO BcA 42fxi Austin, T)t 76755-4200. 512AW2145 Pok McMnlcot Cempany. LLC h re0ul3lad h7 the Terns Dapn4menI of Ucensln0 and ReOulafior., P.D. Boa 12/57, Auslln. Tx 76711, 500$03.11M, 512.453•6500, AC Lkaros PTACLA001105C. Sincerely, Polk Mechanical ntpany ; Aaron Sacebieri Assistant Project Manager Polk Mechanical Company Proposed Change Order Form P.C. No. 7 1109905 7�� I Project Name act No. Project of Lubbock -Lake Alan Henry WTP 9�� Pricing Summary Labor $ Subcontractors $ Jobsite Expenses $ Materials & Equipment t 1,134.00 _ll iub-Total 1,134.00 Ww-ranty Percentage 23,00 Sub -Total 1. 1 -57.00 Overhead Percentage Sub -Total Fee Percentage 64.00 Sub -Total 1,337.00 ---------- Texas State Remodel Tax Sub -Total 1,337.00 Bond Percentage 27-00 ITotal .p. C. Pricing 1,164.00 Copy of Proposed Change Order Form 007 rev7-128urnmary 7/15/2011 2 of 4 Polk Mechanical Company Proposed Change Order Form !P.C. Na. 7 —j Project Name City of Lubbock-Lalce Alan Henry WTP Project No. 1109905 Cns{ Cede Descri tion Amomlt Labor 2.D1.01 Plu ibing Piping Labor 1 0% O.T. - HRS @I S 40.02 /IiR - HRS @ S 54.34 11411 S 3.01A1 Il1rACPi in Labor 0%0:11. - HRS a 1 S 40,02' R - HRS a 1 S 54.34 /FIR S 2.99.01 Plumbing 1 Piping Supervision ' 0% O.T. 14RS @- I S 67.90 /HR 1IR5 @I S 90.94 IFIR S - 1.01.01 Shaeimeinl Labor 0% O.T. HRS at S 40.02 /HR - HRSBJ S 54.34 /HR S J1.99.01 ShcetmMol Supervisimr 0% O_T. ( [-IRS ' . S 67.90./HRI HRS a' S 90.94 A-IR S l.Ol.G i Insulation Labor D% O. i'. HRS a�39.70 HRS (al S 53.49 /HRj SStnrt-up Labor0'Sg O.T. F1R5 r. HRS S 94A9 /fiRl, S ft,02.01 8nlnnco Fc Cmttro}s Lahar 0°ro O.T. liRS HRS fat S 94,09 /FIR S 51 UI Mnnag r Lnhur i-IRS (0. S 84.88- --- lProjeoi 9.02.01 jDaluilint Labor 0% O.T. { 1IRS C` S 65.24 MR HRS a S 98.06 11-IR S 9-UL09 ------------------ 11raiect U- iiinem Labor -:. HRS n. S 58.68 1HR' S 9.01. 22 jPro`ect Development L I or 0% O.T, HRS r S 84.53 &IRj - IITtS I I3.R7 /141Z S - Total Laborl 5 - Subcontractors 30.01.01 ITemperature Conwots S t _ 30.02.01 1111sulation 30.03.01 30.04.41 1Lwoavation I Compaction 1$ucklill -• - 30.05.01 jhledical Gas Certification- _ 3 -06.01 t`uel Oil S 30.07.01 j0 erated E ui imam Rental _ ` S y30.08.01 !Coating Tower Erection -_ - ------ — 30.09.01 \-RoyIGPR -- -- I g 30.10.01 !Hot Top! Pipe Freezmg .10.1 1.0 I Core Drill ,` Sau;aming S 30.12.01IDuctwork 30.13.01 Plumbing----- 30.14.01 i-IVAC I g - 30.15.01 F.lectricnl S -----! 30.16.0i 30.17.D1 30.1_8.01 'Structural Stect Erectiaa jLtilitY jIlquipment hoovers 1 Installers -- ; S --- -- 30.19.0) 1 Fire Protection ' S 30.99.99 Niieelinneous Subcontractors S ` Total Subcontractors S - Jobsite Expenses 40.01,01 1LicenSC5, Permits & Fees i S - 40.11.01 jJobsite Office _ 5 - 40 AM I `Trove) Expense — 40.04.01 iRentnl Equipment j S 40.55.01 ISmall Tools 40.56.01 jJobsiic Storage - - -- - S ` 40.57.0I \Veld Certification S ` 40.99.01 IMiscelloncous Jobsite J S - Total Jobsite Expenses! S - Copy of Proposed Change Order Form 007 rev7-12 Labor-Subs-Jobsite 7/15/2011 j 3of4 Polk Mechanical Company Proposed Change Order Form FPC. No. Project Name ?Project No. City of Lubbock -Lake Alan HeL VdTP � 1109905 I cost._Code i------_--__-_- Description i A7n01771� Materials 20 00 00 (Plumbing Fixtures & Equipment 20.94.01 jlnsulation Materials $ 20.80.01 jSheetmetal Materials EH S — 20,00.00 -Excavation Materials 20.00.00 IPlumbing/Piping Rough Materials S �_._ — 20.95.i1 _ Controls Materials ~� S ` Matenals Sub -Total I $ Consumables Percenta e Equipment 10.01.01 ;Chillers, Refrig Compressors -j 10.02.01 -Cooling Towers 10,03.01 -Pumps I ( 10.04.01 [Expansion Tanl;s----..-- 10.05.n1 ;Air Separators $ 10.09.01 Boilers -----4 10.09.01 Boiler Stacks IQ10.03Ueaerators loj l .01 Heat Exchan gers ---_-----, 10. 22.01 Converters I -- 10.13.01 lGencrators ---- ---_-_.- 1 " 10.14.01 Condensate Receivers 10.15.01 Tanks, De. - tBlowdovm 10.16.01 ;Flash Tanks- 10.17.01 Misc. Tanis -ytO-I&01 Chemical Water Treatment 10.19.01 T:t1l-IUIs _ 10.20.01 10.26.01 Gravity Vents 8 Intake Hoods 10.27-01 Unit & Duct heaters 10.28.01 Pkg'D. Cooling Units 10.29.01 Split Systems 10.30.01 Fan Coil Units 1 10.31.01 Computer Room Units 10.32.01 Heating & Ventilating Units % " _ 10.33.01 Coils 10.34. 11 humidifiers 10.35.01 'Terminal Units 10.36.01 ORD'S g' 10.37.01 IFire & Smoke Dampers 3' 10.99.07� Miscellaneous E ui mcnt 9' " Sub -Total Materials & Equipment 1, I34.00 Sales Tax Percenta e - Totai Materials & Gquipmentl_SS 1,134.00 copy of Proposed Change Order Form 007 reWatit$iais-Equipment 7/15/2011 4 of 4 Item 14 - Change Order Request #14 Description: Modifications to High Service Pump Station BLACK & VEATCH 9441 LBJ Freeway FIELD ORDER Suite 1l4 Building a world of difference'. Dallas, 4 75243 No. 00042 Phone: 21457077037 Fax: 2145707049 TITLE: Modifications to High Service PS DATE ISSUED: 7/6/2011 PROJECT: South Water Treatment Plant CONTRACT No: 161704 TO: Attn: Todd Swallows REQUIRED Archer Western EXECUTION: 7/20/2011 This Field Order is issued in accordance with the General Conditions to interpret / clarify the Contract Documents, or order minor changes in the Work. CONTRACTOR hereby agrees that the work described in this Field Order is to be accomplished without change in Contract Price or Contract Time claims or other costs. if you consider that a change in Contract Price or Contract Times is required, please notify the Resident Project Representative immediately and before proceeding with this Work. Any modifications, including a change to the contract price or contract requirements shall be covered by a formal Change Order executed by Owner and Contractor. REMARKS: 1. Revise the following as indicated on attached copy of revised Contract Drawing W8 dated July 1, 2011: r Show L-502 in the south wall, modify supply duct for SF-501, relocate L-501 and EF-503, relocate the point where the gas line enters the building, and revise Notes 11, 12, 13, 18, and 19, and add Note 20. 2.On Drawing L-Al and L-S8 revise locations for louvers and fans as follows: • Locate the opening for L-502 in the South wall of the High Service Pump Station in panel LP7 at a bottom elevation of 3167.00 and centered on the window opening above. • On Drawing L-S8, delete the opening shown near the bottom of Panel LP10. Locate the opening for L-501 in the west wall of the High Service Pump Station in Panel LP 12 at a bottom elevation of 3163.00 and centered on the window opening above. • Locate the opening for EF-503 in the north wall of the High Service Pump Station in Panel LP at a bottom elevation of 3170.00 and centered on the fan and window openings above. 3.On Drawing Y31, add damper motor L-502 to the schematic for SF-501 to show it interlocked to operate when SF-501 operates. Locate the starter for SF-501 outside the High Service Pump Station near SF-501. Issued By: Signed: Norm Jagels Acknowledged By: Date: 7/6/2011 Signed: Date: D �s-�o aocwoat vur �aauwmas untie w�oc ee hn oumrn e<*ew Mx cocuo+s +ea M ruoro fi a oxuars ro aw rmoa Q9ID Mi le BO. M NCUT TR K e001f?li uO OKMa l'ObM 9Wl r K ra varic us eewur srwm uo aam nus. + um� raw®r wcr�� h M n�rt or mus. rc rumi sene.a � a ago. s S. s CITY OF LUBBOCK, —TEXAftK o a lilt SOUTH WATER TREATMENT PLANT V kaWempwe�n tie3 Y=ilt � NIGH SERVICE PUMP STATIONr+uwaLserm�oova HVAC PLAN ivaenunw wo.rsa ME ARCHER WESTERN CONTRACTORS A NEM6ER Or THE WAt SH GROUP September 19, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: COR-14 — Field Order 42 HSPS Modifications Dear Norm; Archer Western offers a revised price of $4,913.84 for the additional work described in Field Order 42. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, AVIV9 �4�� Wayne Pursley Archer Western Contractors, Ltd_ Project Manager CC: File Jeff Polak Jackie Smith Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer COR 14(Revised) - Field Order 42 DATE: September 19, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK ENGINEER: BLACK AND VEATCH / PARKHILL. SMITH AND COOPER CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. on WORK DESCRIPTION: Field Order 42 HSPS Modifications Polk Mechanical Company, LLC. 6 2425 Dillard , Grand Prairie, Texas 75051 r Mechanical Company Phone: 972-352-50Do Fax: 972-988-2864 TACLAD01109C - M17462 Proposed Change Order f- To. Archer Western Contractors Date: August 16, 2011 2121 Ave. J F-, Arlington, Tx 76061 Polk P.C. No.: 10 Attention: Todd Swallows P.C. Description: F042 Phone. Fax: Project No.: 1109905 �{ Project: City of Lubbock -Lake Alan Henry WTP G.C. Ref. No.: 5114 E. FM 1585 - E CR 7400 Arch. Ref. No.: Lubbock, TX 79404- We propose to furnish all the labor and material required to install the HVAC and/or Plumbing changes on the above project in accordance with the following description: Moving EF - 503 No Charge Modify Supply Duct from SF-501 - Credit on 18"x18" duct and labor for installation (12 Hrs) Charge for 20" PVC duct additional labor incurred (36 Hrs) Excavation and Saw Cutting Excluded for Pricing Move L-502 - No Charge Move Natural gas penetration - No Charge `j Drawings Affected Dated [` Total cost of proposed change to contract ADD $4,096.00 Change to completion date of contract from date of release Our pricing reflects changes only as indicated by above description. All exclusions and qualifications of the original contract remain the same. This price is subject to change if not released within thirty (30) days or if trades proceed with further construction that L: may hinder normal installation of the work described. Please, notify us in writing if we are to proceed with the proposed change. Pot MUhtr {al Company, LLC ope tea WNW Twt M"Ia Pk"w LWMS W 3513 bawd by Ne Tn" a Wo Bo4N of PAubtp EUMk n, P O Box 4200, AU6W. TX 767E64200, 512-45&2146 Pot Wdwkat Comm y, LLC Is megdabd by Mt Texas DeponmeM d LkenAV and Requtogon, P.O. eox 12157, Austin, TX 79711. WN803.9202, M 4634M. AC Lk— *TACLA00110DC. Sincerely, Polk Mechanical om ny .ram Aaron Sacchieri Assistant Project Manager L_: Polk Mechanical Company Proposed Change Order Form P.C. No. 10 Project Name Project No. E City of Lubbock -Lake Alan Henry WTP 1109905 Pricing Summary Labor ($ 961.00 Subcontractors $ Jobsite Expenses $ 425.00 Materials & Equipment { $ 2,022.03 Sub -Total { $ 3,408.03 Warranty Percentage 2.0% $ 68.00 Sub -Total $ 3,476.03 Overhead Percentage 10% $ 348.00 Sub -Total ( $ 3,824.03 Fee Percentage i 5% $ 191.00 Sub -Total $ 4,015.03 Texas State Remodel Tax ; 0.00% $ - Sub -Total S 4,015.03 Bond Percentage 2% ! $ 80.00 Total P. C. Pricing { $ 4,096.00 Proposed Change Order Form 010 8-16-11 Summary 9/15/2011 2 of 4 Polk Mechanical Company Proposed Change Order Form P.C. No. 10 Project Nama City of Lubbock -Lake Alan HenryProject No, VnT 1109905 Cost Code Descrilion i Amount Labor 2.01.01 IPlumbing Piping Labor 0%O.T. - HRS S 40.02 /HR - HRS @ S 54.34 /HR S 3.01.01 HVACPiping Labor 0%O.T. 24.0 HRS S 40.02 /HR - HRS @ S 54.34 /HR $ 960.51 2.919.01 Plumbing / Piping Supervision 0% O.T. HRS S 67.90 /HR HRS @ $ 90.94 /HR S 1.01.01 Sheetmetal Labor 0% O.T. HRS $ 40.02 m HRS @ S 54.34 /HR $ 1.99.01 Sheetmetal Supervision O97.O.T. HRS @ S 67.90 MR, - HRS @ S 90.94 /HR S 1.01.61 Insulation Labor 0% O.T. HRS @ S 39.70 /HR - HRS S 53.49 AIR S 8.01.01 Start-up Labor 0% O.T. - HRS Q S 72.12 MR - HRS S 94.09 MR S 8.02.01 IBalance & Controls Labor 0% O.T. - HRS @I $ 72.12 /HR HRS @I S 94.09 /F[Rj S Project Manager Labor_ = •• HRS S 89.88 /HR :,�=,_,.-^ � •"- ° .- �88.06 $ EO2. Detailing Labor 0%O.T. HRS S 65.24 /HR - HRS S /HR_ $ Project eer Labor =rs;." - HRS S 59.68S Project Development Labor 0% O.T. HRS @ $ 84.53 MR MR-q S 113.87 /HR $ Total Labor S 960.51 Subcontractors 30.01.01 ITemperature Controls $ 30.02.01 Insulation $ _ 30.03.01 Test & Balance $ 30.04.01 Excavation / Compaction / Backfill $ _ 30.05.01 Medical Gas Certification $ 30.06.01 Fuel Oil $ 30.07.01 Operated Equipment Rental $ 30.08.01 Cooling Tower Erection $ 30.09.01IX-Ray / GPR S 30.10.01 lHot Tap / Pipe Freezing S 30.11.01 1 Core Drill / Sawcuttin $ _ 30.12.01 jDuctwoTk $ 30.13.01 Plumbing S 30.14.01 HVAC S 30.15.01 Electrical $ 30.16.01 Strocdural Steel Erection $ 30.17.01 Utility S 30.18.01 Equipment Movers / Installers $ 30.19.01 Fire Protection S 30.99.99 Micellaneous Subcontractors $ Total Subcontractors S Jobsite Expenses 40.01.01 Li Permits & Fees $ 40.11.01 lJobsiteOffice $ 40.43.01 ITravel Expense $ 40.04.01 Rental Equipment $ 40.55.01 Small Tools S 40.56.01 Jobsite Storage $ 40.57.01 Weld Certification S 40.99.01 Miscellaneous Jobsite $ 425.00 Total Jobsite Expenses $ 425.00 Proposed Change Order Form 010 8-16-11 Labor-Subs-Jobsite 9/15/2011 3of4 i Polls Mechanical Company Proposed Change Order Form P.C. No. 10 Project Name Project No. City of Lubbock -Lake Alan Henry WTP 1109905 Cost Code ; Description } Amount Materials 20.00.00 Plumbing Fixtures & Equipment $ _ 20.94.01 Insulation Materials Fs _ 20.80.01 Sheetmetal Materials $ (690.00) 20.00.00 ;Excavation Materials $ _ 20.00.00 JPlumbing/Piping Rough Materials $ 2,616.03 20.95.01 Controls Materials $ _ Materials Sub -Total Consumables Percentage; 5% j $ 1,926.03 $ 96.00 Equipment 10.01.01 Chillers, Refrig Compressors _ 10.02.01 Cooling Towers I $ _ 10.03.01 .Pum s $ _ 10.04.01 Expansion Tanks $ _ 10.05.01 Air Separators $ _ 10.08.01 Boilers ' is _ 10.09.01 Boiler Stacks Is - 10.10.01 Deaerators ; $ _ 10.11.01 iHeat Exchangers i $ _ 10.12.0I 1 Converters i $ _ 10.13.01 lGenerators $ _ 10.14.01 1,Condensate Receivers $ _ 10.15.01 .Blowdown Tanks, Etc. $ _ 10.16.01 Flash Tanks $ _ 10.17.01 Misc. Tanks $ _ 10.18.01 Chemical Water Treatment $ _ 10.19.01 AHU'S $ _ 10.20.01 'Fans $ _ 10.26.01 Gravity Vents & Intake Hoods $ _ 10.27.01 Unit & Duct Heaters $ _ 10.28.01 PkgD. Cooling Units Is _ 10.29.01 Split Systems $ _ 10.30.01 Fan Coil Units $ _ 10.31.01 Com uter Room Units $ 10.32.01 Heating & Ventilatin Units $ _ 10.33.01 Coils Is 10.34.01 lHurnidifiers $ _ 10.35.01 ITerminal Units $ _ 10.36.01 JGRIYS ( $ _ 10.37.01 IFire & Smoke Dampers $ _ 10.99.01 IMiscellaneous Equipment $ _ Sub -Total Materials & Equipment Sales Tax Percentage $ 2,022.03 $ . Total Materials & E ui ment) $ 2,022.03 Proposed Change Order Form 010 8-16-11 Materials -Equipment 9/15/2011 4 of 4 10-28-10 03:67:24 PM SMALL RECAP PRICING SHEET TOTALS MATERIALS Sheetmetal Ductwork Credit 20" PVC Pipe 20 " PVC 9D Matt Factor 1.00 Matt Factor --- MCA FACTOF TOTALS ,.00 "" 4.00 Item 15 - Change Order Request #15 Description: Gooseneck & Comb Louver L-1001 Mod. BLACK & VEATCH FIELD ORDER Building a World of difference" No. 00043 TITLE: Gooseneck & Comb Louver L-1001 Mod. PROJECT: South Water Treatment Plant TO: Attn: Todd Swallows Archer Western DATE ISSUED: 8/3/2011 CONTRACT No: 161704 REQUIRED EXECUTION: 8/17/2011 This Field Order is issued in accordance with the General Conditions to interpret / clarify the Contract Documents, or order minor changes in the Work, CONTRACTOR hereby agrees that the work described in this Field Order is to be accomplished without change in Contract Price or Contract Time claims or other costs. If you consider that a change in Contract Price or Contract Times is required, please notify the Resident Project Representative immediately and before proceeding with this Work. Any modifications, including a change to the contract price or contract requirements shall be covered by a formal Change Order executed by Owner and Contractor. Reference Contract Drawings F-A2.2, W3, W 14 and Y31. On Contract Drawing W3, replace the gooseneck vent hoods for EF-1001, EF-1002 intake and exhaust for ERV-1001 with ductwork routed to louvers located in the sidewall and soffit as indicated in Revised Drawing W3 dated 7-20-11. Refer to attached mark-up of Contract Drawing F-A2.2 for louver locations and the following changes to the exterior fagade. -, • Install bond beams at headers at Louvers L-1002 and L-1003. • Remove kalwal window from Elevation 3/F-A2.1 as shown on mark-up of Drawing F-A2.2 and install Louver L-1004 in place of the kalwal window. • Install Louver L-1005 in soffit as shown on Drawing W3. Coordinate location and installation with soffit installation and electrical light installation. • Contractor shall coordinate exact louver locations with mason. Reference the Combination Louver Schedule on Contract Drawing W 14. Add an interlock between L-1001 and EF-1001 by revising note 9 as follows: 9. Interlock L-1001 with EF-1001 & EF-1002 Also revise the schematic for EF-1001 on Contract Drawing Y31 to be similar to the schematic for EF-301 with the thermostat controlling the fan in the AUTO position instead of the restroom lights. The dry contact M shall be wired to a new L-1001 Control Station similar to L20I/L202 Control Station such that both EF-1001 and EF-1002 energize L-1001. Issued By: Acknowledged By: Signed: Norm Jaeels Date: 8/3/2011 Signed: Date: r-- • i� �M mlib _ ti AQYIN T T OH NORTH EAN.AROED ELEVATION r e -3r�ryi' P AOefIN M4T EAST ENLARGED ELEVATION & ur-r r a. 111b5i j�-too+ dSA�fe O O • OWL, m6r➢e i� , ® �9e9Y ��'�' 1 pF e� AOYINISTRATION SOUTH ENLAROM ELEVATION H>•a• r � ._.._.. - ,.�'Y_ __. - _ _ .-'i- U �- - -crt0+ (j MOh : �O ON'Ot>.'aT�{,• royN�R �' l-'10�2 IMLTNI L.rywrtt as Sl�wr.. ri _ „ �.� r��r > r 1 SIC ✓��7'1� 7c1Vj� b�+7 OPsrr..w� �i -myt;.9I n _,,..-•./' �` , j I%STVU Lew., ar trKaC 7 •i±;'Aim,�a' ' p _ I(. RI _ - — " IO � p0 Ktt N �qr p1iR.w R•4>�` 4 -- NISTRATION %EST p ELEVATION m .rr N aw �• nri.�.�r M IIO/n >0. n leiTa F-A2. 2 rfET Mir GENERAL NOTES fRQ YhR MMR M pf� i�N9.U]N 4UNM1� � wmc .0 aucnai. a noz m ewiw a mans a roast mac oocuvm +o nIE cacao m a n x acdm m a oxurtm wo main coon awi man. f10MINISTAATICN AA61 - HVAC PLAN w. rmecr .ro. 161704 srffEt - -.— _ sae of 402 ARCHER WESTERN CONTRACTORS P, MEMBER Or THE 'h'ALSH GROUP August 10, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: COR-15 — Field Order 43 Dear Norm; Archer Western offers a price of $8,810.29 along with a request for one additional day for substantial and final completion for the additional work described in Field Order 43. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Wayne Yursley Archer Western Contractors. Ltd, Project Nlan.ager CC: File Jeff Polak Jackie Smith Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer COR 15 - Field Order 43 DATE: August 10, 2011 SOUTH WTP CONTRACT F OWNER' CITY OF LUBBOCK ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. WORK DESCRIPTION: Field Order 43 Modifications to Admin. Building HVAC Roof Penetrations Description Qty Unit Unit/Price Labor Material Eoui ment Subcontracto Totals Admin 6.00 MH $25.00 $150,00 Project Manager 4.00 MH $50.00 $200.00 Form Louver Blockouts 3.00 MH $20,00 $60.00 0.00 MH $0.00 $0.00 Blockout material 2.00 Is $15.00 $30.00 0.00 Is $0.00 $0.00 0.00 Is $0.00 $0.00 0,00 $0.00 $0.00 $0.00 0.00 hrs $0.00 $ 0.00 LS $0.00 $ �?w=� s`..�.`. _ x=� a " h...a� �v . ::�<-� �. _ter ram_ •�. Polk Mechanical 1.00 $7,590.00 $7 590.00 Texas Commercial Glass 1 m $175.00) 3175.00 Acme Electric (No Cost Change) 0.00 $0.00 $0,00 SUBTOTALS: $410.00 $30.00 $0.00 $7,415.00 $7,866.00 Labor Burden 55% $225.50 $226.50 5% Compensation on Subcontractor $370.75 15% Compenstion on AW Work $99,83 SUBTOTAL $8,661.08 BONDS $117.83 INSURANCE $141.39 TOTAL AMOUNT THIS PROPOSAL $8 810.29 Additional Days Requested -1 day Mae 84FIR Mechanical Company Proposed Change Order To: Archer Western Contractors 12121 Ave. J Arlington, Tx 76061 Attention: Todd Swallows Phone: Fax: G.C. Ref, No.: Arch. Ref. No.: Polk Mechanical Company, LLC. 2425 Dillard Street Grand Praide, Texas 75061 Phone: 972-352-5000 Fax: 972-988-2864 TACLAGO1109C - M17462 Date: August 8, 2011 Polk P.C. No.: 12 P.C. Description: FO-43 Project No.: 1116283 Project: City of Lubbock -Lake Alan Henry WTP 5114 E. FM 1585 - E CR 7400 Lubbock, TX 79404- We propose to furnish all the labor and material required to install the HVAC and/or Plumbing changes on the above project in accordance with the following description: Provide and mount 5 new louvers and route new ductwork as shown. Credit was included for Goosenecks and labor to install. Drawings Affected Dated I Total cost of proposed change to contract ADD S7,590.00 Change to completion date of contract from date of release Our pricing reflects changes only as indicated by above description. All exclusions and qualifications of the original contract remain the same. This price is subject to change if not released within thirty (30) days or if trades proceed with further construction that may hinder normal installation of the work described. Please, notify us in writing if we are to proceed with the proposed change. Potk Wcheneet Compeny, LLC operates umler Texae Muter Pl mber License M3SS13 bsued by the Tuns Sub 9oerd of Pkbyb7nq Exsmnen, PO Box 4200. Austin. Tx , 8765-1200. $12-459-2/45 Polk fMUutvcal t:omPerty. LLC ie roplaltd by the Taxes Depadmoot of Liconei q am Rogotetion. P O. Sox 12157, Austin. 1x 78711. 8G0-80"202.512-163-6529. AC Lk - OTACU007109C, Sincerely, Polk Mechanical party Aaron Sacchieri Assistant Project Manager Polk Mechanical Company Proposed Change Order Form !P.C. No. 12 Project Name i Project No. City of Lubbock Lake Alan He WTP 1116283, Pricing Summary Labor S 2A41.00 Subcontractors --------- -- Jobsite Expenses S 610.00 Materials & Equipment S 3,266.00 Sub -Total 6,317.00 Warranty Percentage m S 126.00 Sub -Total $ ------------- 6,443.00 — ---- - -------- Overhead Percentage S 644.00 Sub -Total $ 7,087.00 Fee Percentage 354.00 Sub -Total $ 7,441.00 Texas State Remodel Tax Sub -Total 7,441.00 Bond Percentage S 149,00 Total P. C. Pricing $ 7,590.00 L Proposed Change Order Form 010 Summary 2oI4 8/8/2011 Polk Mechanical Company Proposed Change Order Form P.C. No. 12 ;Project Name Project No- _ --_--_--- __ City of Lubbock -Lake Alan Henry WTP ..___._. 1116283 Cost Code Description Amount Labor 2.0101 Plumbipmg Labor 0% O T , HRS A! S 40 02 IHR� HRS @i S 54.34 ?HR1 S - 3.01 01 HVAC Pitt, Labor__.0%O O.T. _ 61.0 HRS `a S 40021FiRI _ _ -_HRS rtj_ $ 54.34 /IiR S 2,441.30 2.99 01 Plumbm8 /Piping Supervision 0° n O T i HRS { $ 6790 tHR - HRS a ; $ G ._.__ ^,0.94 /HR $ - — - -- 1.0101 - Sheetmetal Labor _ 0% O T : HRS S u -- 40.02 MW If - HRS ,, S 54.34 t11R; S - - _ 1.99 01 _ — _, _ _ Slteetmetal Su rnsion U°fo O I HRS S —__ 67.90 /HR _ _._ _ . HRS S _..--- 90.94 JHRS $ - _. 1.01 61 ._, - _ _ _._.. "Insulation labor 0 oil. O T _ .1 n'.? .19,70 /HR' _ HRS S �.__ 53 49 /NR' $ 8.01 01 ;Start-up Labor 0°ro O T„ .}?R�' _ -_ - HItS (1a $ . 72.12 /HR _ ..-. IIRS @i S .....__ 94.09 AIRI S - 8.02 01 --- . .._ _ "Balance & Controls Labor .._ _....... 0% O.T.; HRS a�' S i.. 72 121HR _12 / .... HRS r S- _ . .__ 94 oy Hilt- 9 Ol 01 ProJeet Manager Labor HRS Q S 89 $8 IHR $ - - 02 01 Detatlml. ebor 0% O T HRS QS 65.24 /HR HRS {Q $ SS 06 AJRt S - -- ------- __� 9.01 09 Pro cotBn ineer Labor 9,01.12 'Project Development Labor 0% O.T.' HRS 01! $ 84.53 /HR! HRS (a2 S 113.87 /HR S - Total Labor S 2,441.30 Subcontractors 30.01.01 !Temperature Controls 30.02.01 insulation ; � _ - 30.03.01 .01 :Test & Balance S - - - - - --- . - 30.04.01 -. "Excavation / Compaction / Backfill $_ 30.05.01 rMedical Gms Certification _ _ - - 7 30.06.01 Fuel Oil S - 30.07.01 `.Operated Equipment Rental S 30.08,01 Cooline Tower Erection S 30.09.0 i . X-Ray / GPR -•-- -- - _ i 36,W i_ iHotTap/Pipe Frcezing 30 I1 o I !Core Drill / Sawcutting S - 30.12.01 ;Ductwork 30 13 01 ;Plumbing S 30.14.01 111VAC- 30.15.0I Electrical S - 30.16.0t !Sttucntral Steel Erection 30,17.01 Utility 30.1$.Ol Equipment Movers / Installers _ 30.39.01 'Fire Protection _ 3099.99 iMicellaneaus Subcontractors S Total Subcontractors, $ - Jobsite Expenses 40.01.01 :Licenses, Permits & Fees _-- -_-. _ _ S__- - _._-_ ..__ _ 40.11.01 _..._.__ _----._-... __.._._. ;Jobsite Office- _- 40 43 01 'Travel Expeast - 40 04 01 - - Rental Eduipmcnt 40 55.01 Small Tools _..-------- --- __ ------ ------ _.. -.---- --- %$ - 40 56 01 Jobsite Storage -.. -- --. - -- -_SS.--- -- ` 40.57.01 - - Weld Certification $ 40.99.01 ;Miscellaneous Jobsite S 610.00 Total Jobsite Expenses! S 610.00 Proposed Change Order Form 010 labor-Subs-Jobsite 8/8t2011 3of4 Polk Mechanical Company Proposed Change Order Form . -- - ------------- ------ - P.C. No. 12 �Project Name iProject No. City of Lubbock -Lake Alan Henry WTP 1116283 Cost Code Description Amount Materials 20.00.00 :Elujjibjy txt!!!R��-.I�quip S --i0_9Z.—Oi--insulation Materials ---- ------ t S 20.80.01 ISheetmetal Materials $ 210.00 1, :Plumbiipi;IP Rough Materials S 20.95.01 -:Controls Materials i s - Materials Sub -Total 1,210.00 Consumable;s Percentage: S 61.00 Equipment 10,01.01 thi tiers, Reffig Compressors S 10.02.01 :_Cooling Towers ------ s 10,03.01 ---- :Pumas S 10.04.01 ;Expansion Tanks S 10,05.01 .. .... . ..... Air Separators is 10.08.01 :Boilers S 10,09.01 ;Boiler Stacks $ 46A6.'01 Iieaeiator$-- 10,11.01 'Heat Exchangers 10.13.01 Generators S 'Condensate Receivers 10.15.01 131owdow. Tanks,--6. 10.16.01 Flash Tanks 10.17.01 Mice. Tanks --------- —ITe"atm—ent- S 10.19.01 -AHUS 1-6.-20.-0 -1 -Fans -- Intake Hoods $ 10.27.01 :Unit & Duct Heaters 10.28.01 $ ;Split Systems I. Coil Units $ 10.31.01 .__!Fan -Computer Room Units — -------- - ----- )032.01 ifleating& Ventilating Units Ifi J. oif 0 !Humidifiers i s 10.35.01 Ierminal Units S 10.36.01 'LGRIYS $ 10.37.01 !Fire & Smoke Dampers 10.99.01 MiscellancousEuiprncnt i S 1,995.00 Sub -Total Materials & Equipment.. 3,2166.00 Sales Tax Percentage! Total Materials & Equipment! S 266.00 Proposed Change Order Form 010 Materials -Equipment 8/812011 4 of 4 MJ AIR PRODUCTS, INC. WBE/MBE/HIUB CERTIFIED Date: August 4, 2011 To: Aaron Sacchlerl — Polk Mechanical Project: Lubbock WTP We are pleased to present the following quote for equipment proposed for this project: LOUVERS One Lot (4pcs) Pottorff Industries Louvers, Mill Finish, Clip Angles for Installation (2) Model EFK-445 Extruded Aluminum, 4" Deep, 45' Angled K-Blades 24"x16" (1) Model EFK-445 Extruded Aluminum 4" Deep, 45' Angled K-Blades 48"x24" (1) Model EFI-245 Extruded Aluminum 2" Deep with 45° ]-Blades, 16"x16" NET PRICE: $1,120.00 Standard 4-Week Production $1,220.00 7-Day Production $1,375.00 3-Day Production -WITH FluoroRolymer Finish*** NET PRICE: $1,830.00 Standard Production $1,995.00 7-Day Production $2,240.00 3-Day Production ***Finishes other than Mill will add a minimum 10 working days to the production lead time*** THIS QUOTATION IS GOOD FOR ONLY 60 DAYS. ALL QUOTATIONS WILL BE REVIEWED AFTER 60 DAYS FOR PRICE INCREASES Regards, M3 Air Products Estimating Team/L. Upchurch 1votaiv & Exclu f n ✓ Quotation Is based on information shown on mechanical plans and specifications. Any products required for the project that are not desi mated on the mechanical plans will be provided at additional cost. ✓ Prices are guaranteed for 60 days from the original quotation unless otherwise noted. ANY 308 AWARDED AFTER 60 DAYS FROM THE QUOTE DATE WILL BE RE-EVALUATED FOR PRICE INCREASES IN THE MARKET. ✓ Price are FFA and do not include sales tax ✓ Trim frames, square -to -round adapters, insulated backs, and ceiling radiation dampers are priced separately. If no line Item rice is provided the products have been excluded. ✓ Products are guaranteed only as noted by the manufacturer's standard warranty. Products which payment has not been received operates without the benefit of the warranty ✓ Orders are subject to acceptance by our office and/or manufacturer ✓ ✓ Returns must have prior written authorization. No starters controls or VFD's included on any fans. INJ Air Products, Inc. • 2655 Freewood Drive • Dallas, TX 75220.214-956-8477 • Fax: 214.956.8842 www.mjair.com • 6333 Airport Freeway, Suite 216 • Fort Worth, TX 76117. 682-432-0448 • Fax: 682.432,0472 TO: Archer Western Jacqueline Smith 2121 Avenue J, Suite 103 Arlington Texas 76006 - cS 7 Remove one T�'pe B Kalwall Window from Scope of Work 4' x a' from Elevation 3f F-A2.1 E The original Contract Sum was $137 595.00 Net change by previous Change Orders This Change Order amount $175.00 New Contract amount $131.420.00 Additonal Requred time for the Change Order Days —,-- -- -_.___---- Accepted Texas Commercial Class Concepts, L.P. PO Box2og8 Weatherford, TX 76o86 Name: Shawn Murphy Title: Pres. TCGC Mgmt, LLC, General Partner n ." Arctw VV�ttern 2121 Avatue J, mite 103 Arlington, TX 760196 Name: JaddeSnith Title: Project Engineer Item 16 — Time extension for weather delays