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-R0317 - Change Order To Contract - Archer Western Contractors LTD - Water Supply Project - 07_27_2011
Resolution No. 2011—RO317 July 27, 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. 1 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. 1 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. Passed by the City Council on July 27, 2011 TOM/MARTIN, MAYOR ATTEST: Reb ca Garza. City Secret APPROVED AS TO CONTENT: Marsha Reed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.ChgOrd# I Contract -Archer Western Contractors July 7, 201 1 Resolution No. 2011—RO317 CITY OF LUBBOCK CHANGE ORDER Change Order #: 1 Contractor: Archer Western Contractors, LTD Date: I June 7, 201 l BID/ITB/RFP #: I 10-039-MA Contract #: I 9355 Project Name: 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 thine to be constructed or that is not an _integral Dart of the oroiect 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(anach additional pages ifnecessary): This change order includes items RFP001 through RFP006, RFP008, RFP013 and COR002 through COR005 to the Lake Alan Henry Water Water Supply Project — South Water Treatment Plant - Contract F. These change requests are detailed in the attached Change Order 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 B. AMOUNT OF THIS CHANGE ORDER: Council approval required ifover $25,000 $58,897 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 0,14% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $58,897 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25%Maximum 0.14% G. NEW CONTRACT AMOUNT (A+E): $40,931,897 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 Chance Order is not valid without the followint: signatures (please sign in order and return 3 orininals with Contract Cover Sheet to Purchasing and Contract Mana Lnwnt De prt nt): ,61© ( T C OR Date (2) PROJECT ARCHIT IT19GINEER Date Ap oved as to Cont t: Appr ed to Fo WNE RE SENTATIVE Date I Y A O EY Date �1-9 -I f 0`71c,%r (5) CAPITAL ROJECTS MANAGER Date (6) FU HASING AND CO CT MANAGER Date Change Orders over $25, 000 require a Contract Cover Sheet and the following signatures: CITY OF lC AT "?' 7 27 17/27/11 j (7) MAYOR Date (8) CIASECRETARY Date Council Dater July 27, 2011 Agenda ltem #; 5.8 Resolution #: 2011—RO317 PWC-045 (Rev 01108) BLACK & VEATCH building a World of difference,M ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Wood Franklin, P.E. City of Lubbock 1625 13`h Street Lubbock, TX 79401 Subject: Change Order No. 1 Dear Mr. Franklin: B&V Project 161704.0410 B&V File 70.0000.1.1.D June 10, 2011 Attached with this letter is the Change Order Log and documentation for Change Order No. 1. This change order involves the following items: RFP — 001 - In order to meet material requirements from Siemens Water Technologies for the Membrane Filtration System Clean -In -Place pipeline, Request For Proposal No. 1 was issued revising the materials for the Clean -In -Place lines from 304L Stainless Steel to 316L Stainless Steel. Archer Western provided a cost proposal of $23,779.00 to change the materials. The following documents are attached to support this change. • Request For Proposal No. 01 letter from Black & Veatch dated July 21, 2010. • Request For Proposal response letter from Archer Western dated January 28, 2011 with attached cost breakdown and supplier proposal. • Letter dated April 6, 2011 from Black & Veatch requesting a revised cost breakdown. • Letter from Archer Western dated April 11, 2011 with attached revised cost breakdown and supplier proposal. 2. RFP — 002 - In order to allow for future replacement/service of electrical room equipment, Request For Proposal No. 2 was issued revising five door frame heights and adding a removable transom panel and removable mullion to each door. Archer Western provided a cost proposal of $4,858.00 to complete this work. The following documents are attached to support this change. • Request For Proposal No. 02 letter with attachments from Black & Veatch dated October 26, 2010. • Request For Proposal response letter from Archer Western dated January 24, 2011 with attached cost breakdown and supplier proposal. 3. RFP — 003 - In order to provide openings large enough to remove valves from the valve vaults at the High Service Pump Station, Request For Proposal No. 3 was issued revising three aluminum access hatches from 3'-0" square to 4'-0" square. Archer Western provided a cost proposal of $1,521.00 to complete this work. The following documents are attached to support this change, • Request For Proposal No. 3 letter from Black & Veatch dated November 19, 2010. • Request For Proposal response letter from Archer Western dated January 24, 2011 with attached cost breakdown and supplier proposal. City of Lubbock, Texas South Water Treatment Plant June 10, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.E 21 _- _ 4. RFP — 004 - In order to match the 1-inch thick glazing used throughout the administration building, Request for Proposal No. 4 was issued revising the glazing in Aluminum frames AL04, AL08 and AL09 from thick tinted safety glass and thick spandrel glass to 1" thick tinted safety glass and 1" thick insulated spandrel glass. Archer Western provided a cost proposal of $3,177.00 to complete this work. The following documents are attached to support this change. • Request For Proposal No. 04 letter from Black & Veatch dated November 22, 2010. • Request For Proposal response letter from Archer Western dated January 24, 2011 with attached cost breakdown and supplier proposal. • Letter dated April 6, 2011 from Black & Veatch requesting additional cost breakdown. • Email from Danielle Whatley of Texas Commercial Glass to Todd Swallows dated April 18, 2011 containing the revised cost breakdown. 5. RFP — 005 - In order to reduce the free span length of the 8-inch CIP Return Line and 8- inch Hot Water Supply Line immediately north of the CIP Area, RFP No. 05 was issued adding a W 12X65 beam to the overhead pipe support system for the CIP and hot water lines. Archer Western provided a cost proposal of $5,796.00 to complete this work. The following documents are attached to support this change. Request For Proposal No. 05 letter from Black & Veatch dated January 14, 2011 with attached marked copy of Submittal Drawing E-10. Request For Proposal response letter from Archer Western dated January 24, 2011 with attached cost breakdown and supplier proposal. 6. RFP — 006 - The Evaporation Pond Influent Line material was originally specified as PVC Pressure Pipe with Ductile Iron Fittings in the Contract Documents. In order to prevent corrosion of the ductile iron fittings from the potentially corrosive neutralization waste solution flowing in the Evaporation Pond Influent Line, Request For Proposal No. 6 was issued revising DIP Fittings to PVC Fittings. Archer Western provided a cost proposal of $1,703.00 to complete this work. The following documents are attached to support this change. Request For Proposal No. 06 letter from Black & Veatch dated February 22, 2011 with attached figure. Request For Proposal response letter from Archer Western dated April 11, 2011 with attached cost breakdown, invoicing backup data, and supplier proposals. City of Lubbock, Texas South Water Treatment Plant June 10, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.B 31 _ 7. RFP — 008 - To improve the seal of the counter flashing against the parapet and to match the detail at other structures on the site, RFP No. 08 was issued revising the connection detail for the flashing at the interior of the parapet for the Treatment and Administration Complex. Archer Western provided a cost proposal of $7,158.00 to complete this work. The following documents are attached to support this change. • Request For Proposal No. 08 letter from Black & Veatch dated March 01, 2011 with attached detail sketches. • Request For Proposal response letter in the amount of $8,182.00 from Archer Western dated April 13, 2011 with attached cost breakdown and supplier proposal. • Email dated May 13, 2011 from Norm Jagels to Todd Swallows requesting additional cost breakdown information for RFP No. 8. • Revised Request For Proposal letter from Archer Western also dated April 13, 2011 (Received June 3, 2011) in the amount of $7,158.00 with attached cost breakdown and supplier proposal. 8. RFP — 013 - Request For Proposal No 13 added guard posts to protect the edges of Doors 120C and 205 located in the Treatment and Administration Complex. Archer Western provided a cost proposal of $3,051.00 to complete this work. The following documents are attached to support this change. Request For Proposal No. 13 letter from Black & Veatch dated May 19, 2011. Request For Proposal response letter in the amount of $3,051.00 from Archer Western dated May 31, 2011 with attached cost breakdown and supplier proposal. 9. COR — 002 - Field Order No. 10 provided clarification of the drawings for several aluminum frames and added transoms to aluminum frames AL08 and AL09. Archer Western requested a cost increase for this item and provided a cost proposal of $1,274.00 to complete this work. The following documents are attached to support this change. Field Order 10 from Black & Veatch dated July 28, 2010 with attached Figures F-A6.2-1 through F-A6.2-5. Change Order Request No. 2 letter from Archer Western dated January 11, 2011 with attached cost breakdown and supplier proposal. 10. COR — 003 -Addendum No. 5 revised the width of the column located in Alcove 306 from 2'-0" to 4'-2 3�4" but did not provide details for additional reinforcement. Field Order 15 provided the arrangement of additional reinforcement for the 4'-2 3�4" column. Archer Western provided a cost proposal of $650.00 to provide additional reinforcing as shown in the Field Order 15 detail. The following documents are attached to support this change. • Field Order 15 from Black & Veatch dated August 30, 2010 with attached detail. City of Lubbock, Texas South Water Treatment Plant June 10, 2011 B&V Project 161704.0410 B&V File 70.0000.11.7.13 4 1 P a g r • Change Order Request No. 3 letter from Archer Western dated September 23, 2010 with attached cost breakdown and supplier proposal. 11. COR — 004 - Field Order 16 contained dimensional revisions to Door 305B, the dock leveler, and the location of L-601 at the Chemical Feed Area and added a concrete header across the top of the overhead door openings in the Membrane Treatment Area. The dimensional revisions at the chemical feed area were required to coordinate dimensions between Drawings. The concrete header was required because the concrete tilt -up panel pilasters on each side of the doors in the membrane room resulted in a gap between the wall and the hood at the top of the rolling steel doors. The concrete header closed the gap. Archer Western provided a cost proposal of $4,660.00 to complete this week. The following documents are attached to support this change. • Field Order 16 issued by Black & Veatch dated September 17, 2010 with attached details. • Request For Proposal response letter in the amount of $4,268.00 from Archer Western dated November 8, 2010 with attached cost breakdown and supplier proposal. • Letter dated April 6, 2011 from Black & Veatch requesting a revised cost breakdown. • Revised Request For Proposal letter from Archer Western also dated November 8, 2010 (Received April 21, 2011) in the amount of $4,660.00 with attached additional cost breakdown from Master Concrete dated April 11, 2011. 12. COR — 005 - In order to provide a landing area and to increase safety by providing a solid walking path across the membrane filtrate pipe trench in the eastern section of the Membrane Filtration Area, Field Order 19 replaced a 6-5'/4" long segment of FRP grating with a suspended concrete slab. Archer Western provided a cost proposal of $1,270.00 to complete this work. The following documents are attached to support this change. • Field Order 19 from Black & Veatch dated September 17, 2010 with attached Figure H- S6-1. • Change Order Request No. 5 letter from Archer Western dated September 23, 2010 with attached cost breakdown and supplier proposal. We recommend approval of Change Order No. 1 and the change in contract price associated with the changes as detailed below. Original Contract Price: $40,873,000.00 Net increase of this Change Order: $58,897 (0.14% increase) Contract Price with all approved Change Orders: $40,931,897.00 (0.14% increase) Original Contract Time: 796 days Contract Time change with Change Order 01: 0 days Net increase of time with this Change Order: 0 days Contract Time with all approved Change Orders: 796 days City of Lubbock, Texas South Water Treatment Plant June 10, 2011 B&V Project 161704.0410 B&V File 70.0000.1.7.B 51 Please feel free to contact me if you have any questions regarding Change Order No. 1. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. John Kelley, P.E., Parkhill, Smith and Cooper, pdf copy Mr. Steve Keeling, P.E., Black & Veatch, pdf copy Mr. Todd Swallows, Archer Western, with attachments Chance Order Log Change Order No. 1 Document Description Submitted Amount Accepted Amount Status Change Order NO, Na RFP 001 Change several CIP lines from . Revised Cost • B&V recommends acceptance of RFP • B&V Recommends Acceptance 5l2/11 • 01 304L SS to 316L SS $23,779.00 #01 in the amount of $23,779.00. RFP 002 Increase door size(s) to electrical • Submitted Cost • B&V recommends acceptance of RFP • B&V Recommends Acceptance 3110/11 • 01 rooms 54,858.00 #02 in the amount of $4,858.00, RFP 003 HSPS valve vault alum access • Submitted Cost • B&V recommends acceptance of RFP • B&V Recommends Acceptance 3/10/11 • 01 hatches size revision $1,521,00 #03 in the amount of $1,521,00. RFP 004 Admin building glazing revisions . Submitted Cost • B&V recommends acceptance of RFP • B&V Recommends Acceptance 5/2111 . 01 $3,177.00 #04 in the amount of $3,177.00. RFP 005 Additional pipe support beam in . Submitted Cost • B&V recommends acceptance of RFP • B&V Recommends Acceptance 3110/11 • 01 membrane area $5,796.00 #05 in the amount of $5,796.00. RFP 006 Change fittings on Evaporation • Submitted Cost • B&V Recommends acceptance of • B&V Recommends Acceptance 5/10/11 • 01 Pond from DIP to PVC $1 703.00 RFP #06 in the amount of $1703.00 _ RFP 008 Termination Bar and Flashing . Revised Cost • B&V Recommends acceptance of • B&V Recommends Acceptance 6/6111 • 01 $7,158.00 RFP #08 in the amount of $7,158.00 RFP 013 Additional Guard Posts . Submitted Cost • B&V Recommends acceptance of • B&V Recommends Acceptance 6/3/11 • 01 $3 051.00 RFP #13 in the amount of 3,051.00 COR 002 - Window mods w/2 added . Submitted Cost • B&V recommends acceptance of COR . B&V Recommends Acceptance 3/10111 • 01 Field Order transoms 1,274.00 #02 in the amount of $1,274.00. No 10 COR 003 Added rebar for column pilaster at . Submitted Cost 650.00 • B&V recommends acceptance of COR • B&V Recommends Acceptance 3/10/11 . 01 Field Order N side of chem feed area #03 in the amount of $650.00. No 15 COR 004 Added header to tilt wall panels . Revised Cost $4660.00 • B&V recommends acceptance of COR • B&V Recommends Acceptance 5/2/11 • 01 Field Order ® overhead door locations #04 in the amount of $4,660.00. No 16 COR 005 Replace grating with concrete • Submitted Cost • B&V recommends acceptance of COR B&V Recommends Acceptance 3/10/11 • 01 Field Order deck @ E end of membrane 1,270,00 #05 in the amount of $1,270.00. No 19 filtrate i e french Total Change $58,897 Order No. 1 Change Order Request Log City of 'Lubbock South WTP Project Item 1 - Request For Proposal #01 Description: Change Stainless Steel Pipe from 304L-SS to 316L-SS BLACK &VEATCH building [ C� of differeneer- Resolution No. 2011-RO317 ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Manager 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows;. B&V Project 161704.0410 B&V File 70.4000.1.7.B July 21, 2010 Subject Stainless Steel Piping Request for Cost Proposal Reference is made to your letter dated June 17, 2010 requesting a cost increase to supply 316L stainless steel pipe in lieu of 304L stainless steel pipe for the Membrane CIP and Neutralization System piping. We had originally requested this change in our May 25, 2010 review letter for Submittal S-15064-001 and our May 25, 2010 review letter for Submittal S-15068-001. Please prepare and submit revised cost proposal to provide 316L stainless steel pipe for only the following pipelines: + CIP Return + CIP In and Drain + CIP Suction and Discharge The following pipelines may be provided of 304L stainless steel material as originally specified: + Membrane Neutralization piping • Neutralization tank drain + Neutralization tank overflow + Neutralization tank inlet Please provide a revised proposal based on providing the 316L piping as indicated above. The proposal must include a detailed breakdown of the costs including the originally proposed pipe material and revised pipe materials by pipe size and piping accessories. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager Enclosures cc: Mr. Wood Franklin, City of Lubbock, w/ 1 copy of letter Mr. Steve Keeling, Black and Veatch, w/ 1 copy of letter Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ 1 copy of letter Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 Dallas, TX 75243 USA - Telephone: 214.570.7000 lau ITY1,F ARCHER 1NESTERN CONTRACTORS A MEMBER OR THE YJALSH GROUP January 28, 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 #1 — Change Stainless Steel Pipe from 3041-ss to 3161-ss Dear Mr. Jagels; The total cost for changing the lines that you designated in your submittal review from 3041- ss to 3161ss is 58,795,00. 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, 7ddd-Twa&cwd 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 DATE: January 28. 2010 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK ENGINEER: BLACK AND VEATCH I PARKHILL, SMITH AND COOPER CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. PCO # 1 Item 1 5-15064.001 Change the Membrane Nautrafization pipe and the 4" Evap Pond Influent to 31 al SS from 304 SS Item 2 S-1506MOI Change the CIP Rehm, CIP In and Drain, CIP Suction and Discharge, Neutralization Tank Influent, Neutralization Tank Drain, Overflow and Vent to 3161 SS from 304 SS Description Qty Unit UnitfPrice tabor Material Equipment Subcontracto Totals LABOR $0.00 $0.00 $OA0 MATERIAL. S•15084-OD1 Item 1 $0,00 Ch a Membrane neutrallzatkm pipe and 4" Evap, Pond iMl to 316 as $0.DD from 304 SS 5-15068-001 Item 2 $0.00 Change CIP Return, CIP In and Drain, CIP Suction and DiftelmaqIe, $0.00 Neutralization Tank Inlet, Neutralization Tank Drain, Overflow and Vent to 316i SS from 304 SS Total change In material cost $49,700.00 EQUIPMENT S $ SUBCONTRACT $0.00 $0.00 $0.00 SUBTOTALS: $0.00 $49700.00 $0.00 $0.00 $"700.00 Labor Burden 55% $0.00 $0.00 5% Compensation on Subcontractor $0.00 15% Compensfion on AW Work $7,456.00 SUBTOTAL $57135.00 BONDS $745,50 INSURANCE $894.60 TOTAL AMOUNT THIS PROPOSAL ;SB 79b.10 Wigs Waterworks Supply July 14, 2010 To: Archer Western Attn. Jacqueline Smith Project: Lake Allen Henry Subject: SS Material Change Commitment to Qiiality 1'09 3'' Ave. North • Narrpa, ID 33637 hcne r2081 163-29A8 F�-3x- (208) 463•-7353 Here is the revised price for changing the stainless steel pipe and fittings from 3041-ss to 3161-ss. The proposed lines to be changed are outlined below. S-15064-001 Item 1 a. Change to 3161-SS: 'Membrane neutralization pipe & 4" Evaporation Pond influent S-15068-001 Item 1 b. Change to 3161-SS: CIP Return, CIP In and Drain, CIP Suction & Discharge, i'ieutralization Tank iniet, A'euiralicaiion tank Grain, Overflow aria Ven'L. 'Revised AddJert"' TI total adder +r 1ha 11 ge th1 above lines, frO '2 )AI d+ f^ ''ZIQE L+ ic+• Q: AQ 7n() rin 11le iG�ai aw�+cr iv Ci�c�i+�c 60�c ae.�vve ��i�c� i viii '.V-rl-a`s w v Ive -so 1. w -ry t . w.�w Note: This price increase reflects no cost being put on many of 3041-ss pipe materials that were in stock at bid time. Please reply, so I know how to revise our resubmittals. Thanks, Greg Parsons BLACK & VEATCH buildings world of difference ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Manager 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows-, B&V Project 161704.0410 BFcr V File 70,0000, 1. LB April 6. 2011 Subject: Request For Proposal #01 Description: Change Stainless Steel Pipe from 304L-SS to 316L-SS Status: Additional Information Required Reference is trade to your January 28, 2011 response to our Request for Proposal #01. Please note that the costs provided include pipelines that do not need to be changed to 316L stainless steel materials. Please refer to our letter dated July 21, 2010 which indicated the following: Please prepare and submit a revised cost proposal to provide 316L stainless steel pipe for only the following pipelines: • CIP Return • CIP In and Drain CIP Suction and Discharge The following pipelines may be provided of 304L stainless steel material as originally specified: • Membrane Neutralization piping • :Neutralization tank drain • 'Neutralization tank overflow • Neutralization tank inlet Please provide a revised proposal based on providing the 316L piping, as indicated above. Please also note that your proposal incorrectly indicates that the Membrane Neutralization Piping and 4-inch Evaporation Pond Influent will be provided as 316L Stainless Steel. The proposal must include a detailed breakdown of the costs including the originally proposed pipe material and re.Ased pipe materials by pipe service, pipe size and piping accessories. Sincerely. BLACK & VEATCH CORPORATION l f Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ 1 copy of letter dated January 28. 2011 Mr. Steve Keeling, Black & Veatch, w/ I copy of letter dated January 28, 2011 Ms. Paulette Sturdivant. Parkhill, Smith and Cooper. w/ 1 copy of letter dated January 28, 2011 Black & Veatch Corporation - Registration No. F-258 Black & Veatch Corporation 9441 LBJ Freeway Suite 114 Dallas. TX 75243 USA Terephore: 214.570.7000 ARCHER WESTERN CONTRACTORS A MEMBER 0- THE WALSH GROUP April 11, 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 #1 — Change Stainless Steel Pipe from 3041-ss to 3161-ss Dear Mr. Jagels; The total cost for changing the CIP Return, CIP In and Drain, and the CIP Suction and Discharge from 304 ss to 316 ss is $23,779.00. A detailed break down and back up of the work related to this change order is included for your review and approval. If you have any questions or require additional information, please do not hesitate to contact our office. Sincerely, A 70dd s" &6 " J. Todd Swallows Archer Western Contractors, Ltd, Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue °J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer • OWNER' CITY OF LUBBOCK OATE'. AprlJ 9, 2010 SOUTH WTF CONTRACT F ENGINEER. BLACK AND VEATCH 1 PAR94ILL, SMITH AND COOPER CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. PCO a 1 Rem 1 Uwgo the GIP Rahm, CIP in and Oran, and CfP Sumw ■nd DwoNoV l to 31$ SS from 304 SS • 71 .16 West Waterworks Commitment to Quatity 0 ("' q [S-U- ppl y r: July 23, 2010 Archer Western Contractors 2121 Avenue J Ste. 103 Arlington, TX 76006 Attn: Todd Swallows 1209 31d Ave. North ■ Nampa, ID 83687 Phone: (208) 483-2948 Fax: (208) 483-7853 Re: Stainless Steel Piping Request for Cost Proposal The following table is a detailed breakdown showing the revised cost proposal for changing the following lines from 304L to 316L. • CIP Return • CIP In and Drain • CIP Suction and Discharge The total revised cost is $20,100. As you will notice, we heavily discounted the 304L 8-inch stainless pipe at bid time because it was stock on hand that had already been purchased for another project that was no longer needed. This was based on the specifications at the current time. However, in changing from 304L to 316L we will have to purchase material which explains for the majority of the cost breakdown. The 8-inch 304L pipe used in other areas was bid in a similar fashion, so we have already passed on savings to Archer Western and to the owner through our low price at bid time. Description8" SST Pipe 5ch. 5 304L (Prices 370 FT d at .. 1.71 632.70 10" SST Pipe 5ch. 5 20 FT 2.62 52.40 8" SST 90 Elbow 28 EA 2.91 81.48 10" SST 90 Elbow 2 EA 176.84 353.68 8" 55T 45 Elbow 4 EA 1.45 5.80 8" SST Tee 21 EA 96.68 2,030.28 10" 5ST Tee 1 EA 146.75 146.75 10" x 8" 55T Tee 1 EA 146.75 146.75 8" Flanges 56 EA 57,27 3,207.12 10" Flanges _ 9 EA 75.25 677,25 8" Blind Flange 2 EA 118,47 236.94 Labor & Overhead 220 HRS 65.00 14,300,00 Rounding 28.85 Total Price $ 21,900.00 -a i Description 8" SST Pipe 5ch. 5 Qty 370 Opt -ion Unit Unit FT Price 39.9 Total Price 14,763.00 10" 55T Pipe Sch. 5 20 FT 57.59 1,151.80 8" 55T 90 Elbow 28 EA 124.89 3,496.92 10" SST 90 Elbow 2 EA 236.08 472.16 8" 55T 45 Elbow 4 EA 86.95 347.80 8" SST Tee 21 EA 128.S4 2,699.34 10" SST Tee 1 EA 193.48 193.48 10" x 8" SST Tee 1 EA 215.59 215.59 8" Flanges 56 EA 57.27 3,207,12 10" Flanges_ 9 EA 75.25 677.25 8" Blind Flange 2 EA 197.63 395.26 Labor & Overhead 220 HRS 65.00 14,300.00 Rounding 80.28 Total Price $ 42,000.00 Total Price Increase to change from 304L to 316L $ 20,100.00 If you should have any additional questions or concerns about the above information, please contact me at (208) 463-2948. 0 Regards, Sam Clegg • Item 2 - Request For Proposal #02 Description: Revise Door Frame Size for Future Electrical Service BLACK & VEATCH building a world of difference - Resolution No. 2011—RO317 ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.1.D October 26, 2010 Request For Proposal: RFP 02 Description: Electrical Room Door Frames This Request For Proposal (RFP) covers the revision of door frames sizes to allow for future replacement/service of electrical room equipment. Provide a proposal to make attached changes to door frames listed. Door frame sizes are based on initial equipment sizes as provided by contractor. Contractor shall coordinate changes with all trades, sub -contractors and suppliers. See attached Sheets 1 through 3 titled Electrical Room Door Frames for specific details. 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 having questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION i Norman R. Jagels, P.E. Senior Engineering Manager Enclosures cc: Mr. Wood Franklin, City of Lubbock, w/ I copy of letter with attachments Mr. Steve Keeling, Black and Veatch, w/ 1 copy of letter with attachments Ms. Paulette Sturdivant, Parkhill, Smith and Cooper, w/ I copy of letter with attachments Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA - Telephone: 214.570.7000 inProject Gv L. Sw'7" f' Job No. of 277/ A D Date oP o. Z t. Zoe PM t, Subject a e- YE'vem, 4 pp Frv#-v S Dawn By " S Sheet P of 3' 7 �e r •�� ST.at1 .,'���tlntkStF'�'�P��•, dlre�,�►�� P�YI'���+2�' OI �Pr.►s+inY�vt 4 14r�'l - Dcmr q231:5 �, O _ Fvw*"a fk1747 4 �C FM�p F] �rl, �C.}7/ts.c � .r.� S�"'�� o � � � _ " ,.-• .D � b � '�I.7•n� �7`iPl' RT Project D Jab No, Date lo. Z P.. 7oa 0 I t] :t- � �F -5 subject AL"Oo • -. ib.o v Fri s Drawn By 't�.t f Sheet 'L e T F. i 1V I. t f��bloLfe.� . �� �C�zcx.•t'al �vII+9M Him Loc2, f 31V 1 j0.74,7-atb Flow Control Structure - Door 102, Werior pair of doors -Change Frame height to 8'-8" {104") -Add additional jamb anchors as recommended by manufacturer for new frame height -Add Removable rabbeted horizontal mullion as shown in drav4ng -Add Removable transom panel —16" x 72" (verify size). 3/4" Transom panel to match door composition, gauge, construction, etc -prime and paint to match doors -Change opening in tilt -up wall system to allow for new door frame height Membrane Electrical Room — Door 1238: Exterior Pair of doors -Change Frame height to 8'-8" (104") -Add additional jamb anchors as recommended by manufacturer for new frame height -Add Removable rabbeted horizontal mullion as shown in drawing. -Add Removable transom panel —16" x 72" (verify size). 3/4" Transom panel to match door composition, gauge, construction, etc, -prime and paint to match doors -Change opening in masonry wall system to allow for new door frame height *Door Frame size based on masonry coursing dimension Electrical Room 307 - Door 307A: Interior pair of doors -Change Frame height to 8'-8" 1104") -Add additional jamb anchors as recommended by manufacturer for new frame height -Add Removable rabbeted horizontal mullion as shown in drawing. -Add Removable transom panel — 26" x 72" (verify size). 3/4" Transom panel to match door composition, gauge, construction, etc. -prime and paint to match doors -Change opening in masonry wall system to allow for new door frame height 'Door Frame size based on masonry coursing dimension High Service Puma Station Electrical Room — Doors 201 and 202: Exterior pair of doors (two pair) -Change Frame height to 10'-D" (120") -Add additional jamb anchors as recommended by manufacturer for new frame height -Add Removable rabbeted horizontal mullion as shown in drawing. -Add Removable transom panel — 32" x 72" (verify size). 3/4" Transom panel to match door composition, panel thickness, gauge, construction, etc. -prime and paint to match doors -Change opening in tilt -up wall system to allow for new door frame height. C t17 �—j 7 {� .. f .. f 1� )) Lai V ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP January 24, 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 #2 — Revise Door Frame sizes for future Electrical Equipment Service Dear Mr. Jagels; The total cost to revise door frame sizes for future electrical equipment service is $4,858.00. 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, P. 17o& Sw4ffowa 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 #2 - Electrical Room Door Frames DATE: January 24, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 02 Elac Rm ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Door Frames CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Descrl tlon 0 Unit Unitrr-rice Labor I Material @quipmer-IL ISubcontractoo Totals LABOR Project Manager 1.00 MH $50.00 $50.00 Superintendent 2.00 MH $40,00 $80,00 Carpenter labor addl 30.00 MH $25.00 $750.00 0.00 MH $40.00 $0.00 MATERIAL Door Frame Revisions 1.00 LS $2,006.15 $2 006.15 Mist mall (weatherstrip, etc 5.00 LS $150.00 $750.00 0.00 as $0.00 $0.00 0.00 Is $0.00 $0.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ - 0.00 LS $0.00 $ - SUBCONTRACT 0.00 $0.00 $0.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 L$2:756.15 SUBTOTALS: $880.00 $0.00 $0.00 $3 636.15 Labor Burden 56% $484.00 $484.00 5% Compensation on Subcontractor $0.00 15% Cam enstion on AW Work $618.02 SUBTOTAL $4,738,17 BONDS $54.54 INSURANCE $65.45 TOTAL AMOUNT THIS PROPOSAL I$4 858.17 1 173 1 7 3TH STREET GRAND PRAIRIE, TX 75050 PHONE: 972.988.3070 FAX: 972.606.0607 Archer Western Attn Todd Swalloss 2121 Avenue J Suite 103 Arlington, TX 76006 (817) 640-3898 (817) 640-8734 ECHIANGE ORDER Page 1 of 2 11/12/2010 8923.001 BAN I i mftffiffi;011� Lake Alan Henry WTP- Lubbock South East CR 2800 FM 1585 & 146th Street East CR 7500 Lubbock. TX 79401 Quantity Description 7 Changes requested in .RFP 02. This material will not be incorporated until change order is approved. Opening Number(s): 123B Added removable transom panel and transom bar to frame, opening height is 8'8" Removable Transom Bar Curries Add 18" to height of frame plus removable transom bar Transom Panel Curries 3/4" x 16" x 72' Po1yS core removable transom panel Opening Numbers) 307A Added removable transom panel and transom bar to frame, opening height is 8W 1 Removable Transom Bar Curries Add 18" to height of frame plus removable transom bar Transom Panel Curries 3/4" x 16" x 72" PolyS core removable transom panel Opening Number(s): F102 Added removable transom panel and transom bar to frame, opening height is 8'8" 1 Removable Transom Bar Curries Add 18" to height of frame plus removable transom bar 1 Transom Panel Curries 3/4" x 16" x 72" Po1yS core removable transom panel Opening Number(s): P101 Added removable transom panel and transom bar to frame, opening height is 10'0' TERMS AND CONDITIONS: B—"°"" 1. Upon acceptance, this proposal will become part of the official contract documents. 2. Vaud for acceptance within 30 days. 3. Glazing is not included unless noted otherwise. 4. Shipping is not included unless noted otherwise. S. Installation is not included unless noted otherwise. 6. Shipment of material maybe 6 to 8 weeks after receipt of approval to proceed. „srH STREET 7 CHANGE ORDER. GRAND D PRAIRIE,, TX 5050 IDFVV PHONE: 972,988.3070 Page 2 of 2 FAX: 972.606.0607 Julius 11/12/2010 Lo 8923.001 101 A a • i Archer Western Attu: Todd Swalloss 2121 Avenue J Suite 103 898 817) 640-8734 Lake Alan Henry WTP- Lubbock South East CR 2800 FM 1585 & 146th Street East CR 7500 Lubbock. TX 79401 Quantity I Description 1 Removable Transom Bar Curries Add 18.” to height of frame plus removable transom bar Transom Panel Curries 3/4" x 32" x 72" PolyS core removable transom panel Opening Number(s): P102 Added removable transom panel and transom bar to frame, opening height is 10V 1 Removable Transom Bar Curries Add 18" to height of frame plus removable transom bar Transom Panel Curries 3/4" x 32" x 72" PolyS core removable transom panel Sub Total $1,911.15 Tax (0%) $0.00 ref t $95.00 Grand Total $2 006.15 Accepted: Signature Date No Materials will be Ordered, Proces, sed Writtenv TERMS AND CONDMONS: "-`� 1. Upon acceptance, this proposal will become part of the official contract documents. 2. Valid for acceptance within 30 days. 3. Glazing is not included unless noted otherwise. 4. Shipping is not included unless noted otherwise. 5. fnstallation is not included unless noted otherwise. 6. Shipment of material may be 6 to 8 weeks after receipt of approval to proceed. Item 3 - Request For Proposal #03 Description: Replace Tx 3' Aium Access Hatches with 4' x 4' BLACK & VEATCH building a world of difference - Resolution No. 2011—RO317 ENERGY WATER INFORMATION GOVERNMENT City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.7.B November 19, 2010 Mr. Todd Swallows Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Request For Proposal 03 Description: Aluminum Access Hatch Dear Mr. Swallows: Reference is made to Drawing L-C 1 and your submittal S-10990-001. Drawing L-C 1 currently indicates a 3'-0" x 3'-0" aluminum access hatch centered above BFV-516, -517, and -518 which are located in the precast concrete vaults outside the High Service Pump Station. Three access hatches with 4'-0" x 4'-0" dimensions are required in lieu of the 3'-0" x 3'-0" hatches shown for the locations indicated above. Please provide a proposal to furnish 4'-0" x 4'-0" Bilco Type JD- 2AL hatches. The access hatches and butterfly valves should be located as follows: • Offset the access hatch 6-inches from the inside face of the valve vault west wall. • Offset the access hatch 9-inches from the inside face of the valve vault north wall. • Install the center of the butterfly valve 1'-6- from the inside face of the valve vault west wall. 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 having 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/ 1 copy of Request for Proposal Mr. Steve Keeling, Black and Veatch, w/ 1 copy of Request for Proposal Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ 1 copy of Request for Proposal Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 - Dallas, TX 75243 USA - Telephone: 214.570.7000 ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP January 24, 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 #3 — Replace 3' x 3' Alum Access Hatches with 3' x 3' Dear Mr. Jagels; The total cost to replace the three 3' x 3' aluminum access hatches at the vaults outside the High Service Pump Station with 4' x 4' hatches is $1,521.00. 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, 70a S"!laauet 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 #3 - Aluminum Access Hatches DATE- January 24, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: PCO 3 Alum ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Hatches CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description Qty I Unit I Unit/Price LabornmatmalE ui ent Suboan Totals Pmiad Manager 1.00 IN MH $50.00 $50.00 0.00 MH $21.00 $0.00 0.00 MH $50.00 sd.00 O.QQ MH s40.p0 $0.00 3 x 3 hatches 3.00 as $547.00 $1 641.00 4 x 4 hatches 3.00 ea $950,00 $2 850.00 0.00 ea s0, 00 $0 00 - 0,00 Is $0.00 $0.00 $0.00 0.00 hrs $0.00 $ 0.00 LS $0.00 s Mai 0 00 $0.00 $0.00 O.OD $0.00 s0.00 0,00 $0A0 $0.00 SUBTOTALS: $60.00 #1209.00 $0.00 $0.00 #12b8.00 Leber Burden 55% $27.50 27.50 5% Com tion on Suboontvctor $0.00 15% Com enstion on AW Work $192.90 SUBTOTAL fi 479.48 BONDS $18.89 INSURANCE $22.66 TOTAL AMOUNT THIS PROPOSAL $1 321.02 so 9300-73rd Avenue North N YST R D M Minneapolis, MN 55428 • Right to site. phone: 800-547-2635 Quote 169714 fax. 800-317-8770 website:www.nystrom.com Today's Date: January 27, 2011 Account* 10762 Original Quote Date: January 27, 2011 Project: TX, Lubbock, Lake Alan Henry South WaterTreatment, 07-917886 Job Reference: Freight` Lone Item Archer Western Contractors Phone: 805-445 0803 2121 Avenue J Fax, 817-540-8734 Ste 103 e-mail: twallows@walshgroup.com Arlington, TX 76006 Dear Todd Swallows, We are pleased to provide the following quote to Archer Westem Contractors. Below is the pricing in response to your inquiry: O(yt UOM Part # NamelDescription Price Total IU§ 3.00 EA FGA3630 Floor Hatch, Non -rated, $547 00 $1,641.00 36X36, Drainable, . 300 psf, Single boor, Alum Total: $1,641.00 Est tax (d 8.00% $0.00 Est total amount: S11,541.00 If you would like to discuss this quotation, please contact your representative directly at the numbers indicated. Acct manager Joe Bidwell Sales rep Eva M Martin Phone: 763-488-9200 Phone: 763-488-9200 x9244 e-mail: jbidwell@nystrom.com a -Mail: emarbn@nystrom.com Quote valid for 45 days. Prices subject to change based an date of release for fabrication and shipment Temw Net 30 days, no rstainage, based on approved credit Tax Is the responsibility of the buyer In the foliovdng states: AK, CO, DE, LA, MO. MT, NK. OR. Fuel surchages may be added w LTL shrpnrents. Approval signature Ship To: Nameltitle of signatory Company name Date: PO #: Page 1 of 1 Item 4 - Request For Proposal #04 Description: Administration Building Glazing BLACK & VEATCH building a world of difference - Resolution No. 2011-RO317 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 November 22, 2010 Request For Proposal 04 Description: Administration Building Glazing Reference is made to your submittal S-08411-001. The submittal currently indicates G2 and G5 Type Glazing for Aluminum Frames AL04, AL08, and AL09. Please provide a proposal to provide 1" insulated glazing as follows: • Revise the glazing in your submittal S-08411-001 for Aluminum Frame AL04, AL08, and AL09 as follows: o Revise Type G2'/a" thick tinted safety glass to G4 1-inch thick insulated tinted safety glass. o Revise Type G5 r/4" spandrel glass to 1-inch insulated spandrel glass. 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 having 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, wI 1 copy of Request for Proposal Mr. Steve Keeling, Black and Veatch, w/ I copy of Request for Proposal Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ 1 copy of Request for Proposal Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 - Dallas, TX 75243 USA - Telephone: 214.570.7000 Ali ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP January 24, 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 #4 — Administration Building Glazing Dear Mr. Jagels; Our price to revise the glazing in the Administration Bldg. per RFP #4 is $3,177.00. 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, ?. 7add Suva °fo" 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 #4 - Administration Building Glazing DATE: January 24, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 4 Admin Bldg ENGINEER: BLACK AND VEATCH / PARKHILL. SMITH AND COOPER Glazing CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description Oty Unit UniUPrice Labor Material I Equipment Subcontracto Totals LABOR 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 MATERIAL 0.00 ea $0.00 $0.00 0.00 to $0.00 $0.00 0.00 ea $0.00 $0.00 0.00 Is $0.00 $0.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ 0.00 LS $0.00 $ - SUBCONTRACT Texas Commercial Glass 1.00 $2,850.00 $2 850.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $60.00 $0.00 $0.00 $2 B50.00 $2 900.00 Labor Burden 55% $27.50 $27.50 5% Com ensabon on Subcontractor $142.50 15% Compensbon on AW Work $11.63 SUBTOTAL $3,081.63 BONDS $43.50 INSURANCE $52.20 TOTAL AMOUNT THIS PROPOSAL $3 177.33 Texas Commercial Glass Concepts, L.P. PO Box 2048 Weatherford, TX 76086 Change order Phone: (817) 594-4477 Chan N Fax: (817) 594-4477 February 3, 2011 TO: Archer Western Jacqueline Smith 2121 Avenue J, Suite 103 Arlington Texas 76006 Item Description Cost Provide i" tinte /spandrel safety glass in lieu of 1/4" Glass for Elevation Frames 3 AL04, ALo8, ALog Provide additonal framing and hardware to change Elevations ALo4, ALo8, 4 ALog to accept I" glazing in lieu of 1/4" glazing The original Contract Sum was $131,595.00 Net change by previous Change Orders $1,000.00 This Chan e Order amount $2,850.00 New Contract amount $135 445.00 Additonal Requred time for the Change Order Days Accepted By: Texas Commercial Class Concepts, L.P. PQ Box 2048 Weatherford, TX76o86 Name: Danielle Whatley Title: Project Administrator Name: Jackie Smith Title: Project Engineer K BLACK & VEATCH building a world of difference- FNF Rf,Y WATER INFORMATION GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors. Ltd. Project Manager 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Swallows; B&V Project 161704.0410 B&V File 70.0000. 1. 1.13 April 6. 2011 Subject: Request For Proposal #04 Description. Administration Building Glazing Status: Additional information Required Reference is made to your January 24, 2011 response to our Request For Proposal #04. Please provide a revised proposal which provides additional breakdown on the $2,850 change order amount from Texas Commercial Glass Concepts. The proposal must include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc. Mr. Woad Franklin, City of Lubbock, w/ I copy of January 24, 2011 letter Mr. Steve Keeling, Black & Veatch, w/ 1 copy of January 24, 2011 letter Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ 1 copy of January 24, 201 1 letter Black & Veatch Corporation — Reg;slration No, F-258 Black 8 Veatch Corporation • 9441 LBJ Freeway, Suite 114 Dallas. TX 75243 USA Telephone: 214.570 7000 Swallows, Todd From, Danielle Whatley [danielle@texascommercialglass.cam] Seat: Monday, April 18, 2011 11,41 AM To: Swallows, Todd Cc: Smith, Jacqueline Subject: RE: LAH Change Order #2 Breakdown Attachments: LAH WTP-Change crder#2.pdf Importance: High Todd, Deduct 'A" Glass = (- $250) Add 1" Glass = + $1500 Add Framing and Hardware to accept 1" Glazing = + $1600 Total Change Order #2 = $2850.00 Thank you, -Ji " r Project Administrator TEXAS COMMERCIAL GLASS CONCEPTS L.P. POST OFFICE Box 2048 ! WEATHERFORD TX 76086 Work: (817) 594-4477 1 Fax: (817) 594 4484 e-mail: cianielle@texascommercialalass.com websfte: www.texa5commercigiglass.com DISCLAIMER: This message and accompanying documents are covered by the Electronic Communications Privacy Act, 18 U.S.C. 2510-2521, and contains information intended for the specified individual(sl only. This information is confidential. If you are not the intended recipient or an agent responsible for delivering it to the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, copying, or the taking of any action based on the contents of this information is strictly prohibited. If you have received this communication in error, please notify us immediately by e-mail, and delete the original message. Item 5 - Request For Proposal #05 Description: Addition of W 12x65 Beam BLACK & VEATCH building a wo rl d of difference — Resolution No. 2011—RO317 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 January 14, 2011 Request For Proposal 05 Description. Addition of a W 12x65 Beam Reference is made to your submittal S-05990-008. Please provide a proposal to add a W 12x65 beam connecting column designation 51-5C3 to beam designation 38-9B 1 as indicated in the attached markup of your Submittal Drawing E-10. Connection shall be a standard shear connection on each end. Also, provide a sliding pipe support for the 8" Hot Water Supply and the 8" CIP Return lines where they cross the new beam. 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/ 1 copy of Request for Proposal Mr. Steve Keeling, Black and Veatch, w/ 1 copy of Request for Proposal Ms. Paulette Sturdivant. Parkhill, Smith and Cooper, w/ 1 copy of Request for Proposal Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LB,! Freeway, Suite 114 - Dallas, TX 75243 USA - Telephone: 214.570.7000 a...., +a i. mi. ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP January 24, 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 W770-33 Subject: RFP #5 — Addition of W12x65 Beam Dear Mr. Jagels; Our price to provide and additional steel beam with two 8" sliding pipe supports per RFP 5 is $5,796.00. 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, �. %dd ScaaP a'J 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 #5 - Addition of W12x65 Beam DATE: January 24, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 5 Add W 12)M ENGINEER: BLACK AND VEATCH 1 PARKHILL, SMITH AND COOPER Beam CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description Qly Unit Unit/Price Labor Material T E ui ment Subcontracto Totals LABOR Pro ect Manager 1.00 MH $50.00 $50.00 Superintendent 2.00 MH $40.00 $80.00 Ironworkers 24.00 MH $30.00 $720.00 0.00 MH $40.00 $0.00 MATERIAL W12x65 Steel beam 1.00 ea $2,295.00 $2 295.00 8" sliding pipe supports 2,0D ea $500.00 $1,000,00 mist bolts etc 1.00 Is $30D.00 $300.00 0.00 Is $O.DO $0.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ 0.00 LS $0.00 $ SUBCONTRACT 0.00 $0.00 $0,00 0.00 $0.00 $0.00 0.00 $0.00 $0,00 SUBTOTALS: $850.00 $3 695.00 $0.00 $0.00 $4 445.00 Labor Burden 55% $467.50 $467.5a 5% Compensation on Subcontractor $0.00 15°% Compensbon on AW Work $735.88 SUBTOTAL $5,649.38 BONDS $66.68 INSURANCE $60.01 TOTAL AMOUNT THIS PROPOSAL $S 796.06 CONTRACT PROPOSAL mericart �teel ct- aluntiplirrrl, car., inc. 3545 ]last Main St. • Grand Prairie, Texas 75050 Telephone 972-264-1533 • Fax: 972-264-1843 To: Archer Western Attention: Jacqueline Smith No. 1648-10 Date: 01/31/11 Project: South Water Treatment Plant Location: Lubbock, TX Architect: Black & Veatch Engineer: CDM Plan Sheets: Originals Specifications: See original specifications Addenda: Approval submittal S-05990-008 review letter 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 pipe support per the above revision DELAY INFORMATION: Additional material, labor and/or detailing in this proposal will result in delays as follows: 2 working days for shop drawings 8 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. $2.295.00 Excluded Excluded Excluded $2,295.00 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) 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 he 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. �� rneiicaat (Jf eel A- ollitgigtirq co., rrlc. By. Date BY. Item B - Request For Proposal 06 Description: Change fittings on Evaporation Pond Influent from DIP to PVC BLACK & VEATCH building a wo rl d 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: Resolution No. 2011-RO317 B&V Project 161704.0410 B&V File 70.0000.1.7.D February 22, 2011 Request For Proposal 06 Description: Change fittings on Evaporation Pond Influent from DIP to PVC Reference is made to the buried 4-inch and 6-inch evaporation pond influent from the Treatment and Administration Complex to Evaporation Pond No. 1 and No. 2. Please provide a proposal to furnish and install PVC fittings in place of the DIP fittings specified. PVC fittings shall meet the requirements of ANSI/AWWA C900. PVC fittings may either be provided as restrained fittings or the fittings provided with concrete thrust blocks. Restrained fittings shall conform to ASTM F1674. Concrete thrust blocks shall be constructed in accordance with the enclosed figure titled Concrete Thrust Blocking. Dimensions "h" and "b" shall each be a minimum of 1.5 feet. 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 w TRENCH WALL -- 450 MIN TO 90- MAX, (TYP) TRENCH W"" W v 60° MIN--, �f/ o c, O PIPE EMBEDMENT MATERIAL .6 UNDISTURBED SOIL PIPE OF MATERIAL SPECIFIED PLAN FINISHED GROUND SURFACE `\� --- 2' -0" MIN Jz- SECTION CONCRETE THRUST BLOCK NOTES: 1. DIMENSION h AND b SHALL BE SHOMW ON PLANS. 2. WHERE A 2'-0" MINIMUM SOIL THICKNESS ABOVE THE TOP OF THE BLOCK CAN NOT BE MET, THEN SIZE THE BLOCK USING b=Alh TO MEET THIS REQUIREMENT. 3. MINIMUM BLOCK DIMENSION (b&h) SHALL BE AT LEAST 0-D. OF PIPE OR 1 FOOT FOR PIPE O.D. 12 INCHES OR LESS. 4. THE BOTTOM OF THE BLOCK SHALL EXTEND AT LEAST TO THE BOTTOM OF THE TRENCH IN ALL CASES. 5. L= FITTING LENGTH MINUS CLEARANCE FOR BELLS. CONCRETE THRUST BLOCKING NO SCALE 0 I&AN-k HOW ITIT'r ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROJP April 11, 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 #6 — Change fittings on Evaporation Pond from DIP to PVC Dear Mr. Jagels; Our price to change the fittings at the 4" and 6" Evaporation line from DIP to PVC "Bulldogs finings per RFP #6 is $1,703.00. 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, �' ?&," S&4&0" J. Todd Swallows Archer Western Contractors, Ltd. Project Manager GC: File Jeff Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817- 40-8734 An Equal Opportunity Employer S C� RFP 06 - Charge ItUngs on Evapombon Pond fiom DIP to PVC DATE: April 9, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP 6 Evap DIP W ENGINEER: BLACK AND VEATCH ! PARKHILL, SMITH AND COOPER PVC CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. . � . • s ® ems' •- ���:� • ;,�i..:,��•.� �--- 1 11 ® 1 11 r 11 ---- 1 ----�-- Description Unit Quantity Unit Price Total 6" DIP MJ Tee EA 2 $ 72.03 $ 144.06 6" DIP MJ 45 Degree Bend EA 2 S 40.82 $ 81.64 6" DIP MJ 90 Degree Bend EA 1 $ 49.57 $ 49.57 6" X 4" DIP MJ Tee EA 1 $ 64.44 $ 64.44 6" X 4" DIP MJ Reducer EA 1 $ 28.58 $ 28.58 6" DIP Plug EA 1 $ 31.88 $ 31.88 6" Megalug & Accessories EA 15 $ 26.70 $ 400.50 4" DIP MJ Tee EA 1 $ 41.99 $ 41.99 4" DIP MJ 90 Degree Bend EA 1 $ 31.49 $ 31.49 4" Megalug & Accessories EA 7 $ 21.43 $ 150.01 $ 1,024.16 6" Bulldog PVC Tee EA 2 $ 280.00 $ 560.00 6" Bulldog PVC 45 Degree Bend EA 2 $ 203.95 $ 407.90 6" Bulldog PVC 90 Degree Bend EA 1 $ 264.05 $ 264.05 6" X 4" Bulldog PVC Tee EA 1 $ 277.46 $ 277.46 6" X 4" Bulldog PVC Reducer EA 1 $ 159.37 $ 159.37 6" Bulldog PVC Plug EA 1 $ 47.32 $ 47.32 4" Bulldog PVC Tee EA 1 $ 191.51 $ 191.51 4" Bulldog PVC 90 Degree Bend EA 1 $ 179.03 $ 179.03 Shipping & Handling EA 1 $ 300.00 $ 300.00 $ 2,386.64 L-1 INVOICE 7025 Northwinds Dr. NW Concord, NC 28027 Payment Inquiries 704-788.9800 SOLD TO F0179X S841a2t3deti19?8Q715600D3<mOB 11111111 till ps111IIgIIIIAII111116111111 1111[111Jill ,LI'llI ARCHER WESTERN CONTRACTORS LW 2121 AVENUE J STE 103 ARLINGTON TX 76WO-W87 INVOICE NUMBER: 2879572 BILL OF LADING: INVOICE DATE: 8/30/10 DUE OATS 9120M0 Please Remit Paym*M To., MSC WATERWORKS DALLAS WACHOVIA BANK PO Box 934460 ATLANTA, GA 31193-UN MSC WATERWORKS DALLAS 11200 SEAGOVILLE ROAD 5"V TO BALCH SPRINGS TX 75180 Tehn** e:21ZafI 3462 ARCHER WESTERN CONTRACTORS LTD LAKE AL.LEN HENRY WATER SUPPLY PROJECT SOUTH WTP CONTRACT F 5114 E. FM 1585-E CR 7400 LUBBOCK TX 79W 021 2L7697g DkM 20B000 NET 30 DAYS "2100n*-LKALIEN HENRY LUBBOCK LCB W29110 8Y=10 M9Ir MJ 90 C153 EA 2 48.57 99.14 CML/BIT TAG# 2040 M9 MJ 90 C153 EA 2 49.5700 99.14 MUSIT TAG# 2950 M9 ` MJ 90 C153 EA . 2 73.1900 148.38 MLIBIT TAG# 2980 OM9 V MJ 90 C153 EA 2 1112.85W 225.7 MUDIT TAG# 2970 12MID 12" MJ 90 C153 EA 1 149 149.88 CMLMT TAG# 2980 2M9 11TNL190 C153 EA 1 149.68W 149.98 CMUBrr TAG# 2990 12M9 12' MJ 90 C153 EA 2 149AM 299.70 USIT TAG# 3000 I" 19" MJ 90 C153 EA 2 334.7600 BMW, CMUBFT TAG# 3010 18W 18" MJ 90 C153 EA 2 457.8100 915.62 MLlBIT TAG# 3020 8M9 18" MJ 90 C163 EA 1 457.8100 457.81 CMLIBIT TAG# 3030 P2T "X2" MJ TAPT PLUG C153 EA 3 35.2800 105.84 CMUDIT TAG# 3040 MC " MJ CAP C153 EA 1 11.9ow 11.9 MUSrr TAG# 3050 MC IV MJ CAP C153 EA 1 19.8300 19.8 TAG # 3060 m REFER TO THE TERMS ON THE BACK OF PAGE ONE AND THE BOTTOM OF THE LAST PAOF- Page 4 of 6 INVOICE i70n Northwinds Dr. NW Concord, NC 28027 Payment Inquiiies 704788-9800 SOLD TO EDIM 0"M4 jQM71%eml-woe „Irlrrn�ip,���nhill�I�IIrI�ii�Ill�li��riii�l�ld�rn�rr�r�l ARCHER WEMIERN OONTNACTORS LTD 2121 AVENUE J $TE 1O3 ARLINGTON TX 76006.6W . INVOICE NUMBER: 267NM BILL. OF LADING. INVOICE DATE; IV30MO DUE DATE: M9110 Pl"so Remit Payment To., NBC WATERWORKS DALLAS WACHOVIA BANK PO BOX 034460 ATLANTA, 43A 31193.400 N+Bnrhouie: NBC WATERWORKS DALLAS 11200 8EAWAL.LE ROAD amp TO BALCH SPRINGS, TX 75180 Tekphwo, 214.6604M ARCHER WESTERN CONTRACTORS LTD LAKE ALLEN HENRY WATER SUPPLY PROJECT SOUTH WTP CONTRACT F. 6114 E. FM 1585•E OR 7400 LUBBOCK, TX 79W OR7 2WN72 Dkset . 2013908 NET 30 DAYS 2400Z0a2d LKALLEN FIEI�IRY WBf�OCK LC$ 912Wi0 b/30110 MJ CAP C153 EA • 2 10 83 39.E MLJBIT TAGS 3070 I tr MJ PLUG 0153 EA 2 85.6100 131. CMLIBIT TAG# 3080 MR REDUCER C153 Eh 1 28. 281 TAG# W090 R REDUCER Cl53 EA 1 28. 28.! FMJ� TAGIi 3100 1612MR J REDUCER C163 EA 2 170. 341.1 TAB 3110 610MR SrXiQ" W REDUCER C163 EA 2 177,29DO 354.6 ITTAG# 3120 1812MR 18"X12' MJ REDUCER C153 EA 1 170.5PX 170.5 ML/B{T TAO# 3130 MT "WTEE C753 EA 3 41 125.9 CML/BfT MT 40 MJ TEE C153 EA 1 41,M 41.9 CMLA3rT TAG# 3150 MT MJ TEE C153 EA 2 MOM 144.0 L1BIT TAG# 3160 T ' MJ TEE C153 EA 1 TZ0300 72.0: ML AB IT TAQ # 3170 MT MJ TEE C153 EA 1 720 720: MU131T TAG#3180 "X4" MJ TEE 0163 EA 1 04,400 84.4, MUBIT TAG# 3190 " REFER TD THE TERMS ON THE BACK OF PAGE ONE AND THE I3OTi0M OF THE LAST PAGE. Page 5 do INVOICE 7025 Noithwinds Dr. NW Concord; NC 28027 Payment Inquiries 70478"00 30LO TO Ml21X so 024360184/ P807156 0002z" ��[rhlihillh►�►nt�lll�lllhh�i►tl�►li�ir�6tdh!►trl►Ir►r�r ARCHER WESTERN CONTRACTORS LTD 2121 AVENUE J STE 103 ARLINGTON TX 78OM5887 INVOICE NUMBER: 2OM72 BILL OF LADING: INVOICE DATE: 8130110 DUE DATE: 9129i10 pw" Rwnft pomwo ro: MSC WATERWORKS DALLAS WACHOVIA BANK PO BOX 034460 ATLANTA, GA 311934450 I ambou": MSC WATERWORKS DALLAS 11200 SEAGOVILLE ROAD sw To BALCH SPRINGS, TX 78180 Telepho+a: 214-660-3662 ARCHER WESTERN CONTRACTORS LTD LAKE ALLEN HENRY WATER SUPPLY PROJECT SOUTH WTP CONTRACT F 5114 E. FM 1585-E CR 7400 LUBBOCK, TX 79404 021 ' 2478072 blr�at 2069pB NET 30 DAYS 21 LK ALLEN HENRY L as= LC8 wM0 &1", 0 8M9 Ir MJ 90 C163 EA 3 49.5700 148.71 CML1Brr TAG# 1230 12M9 12" MJ 90 C153 EA 1 149.4800 149.48 CMLISIT TAG# 1250 16NI9 16" MJ 90 C153 EA 1 334.7600 334.7 CMLJBIT TAG# 12W 60019 18" MJ 90 C153 EA 1 334.7800 334.7 CMIIBIT TAG# 1270 9 4" MJ 90 C153 EA 1 87&NW 879.88 LIBIT TAG# 1280 Cr MJ WYE C153 EA 3 95. 288.06 MIJBrr TAG# 1290 MT 8" MJ TEE C163 EA 1 72,0300 72.03 IJBET TAG# 1300 44 " MJ 46 C153 EA 2 202400 52.48 OBIT TAG# 2750 044 V MJ 45 C153 EA 12 2Sa4OO 314.88 MIJBIT TAG# 2760 M4 ' MJ 45 C163 EA 1 26.2400 26.2 MUIBIT TAG# 2770 A44 MJ 45 C163 EA 8 40.8200 326. C NI IJBIT TAG# 2780 UVI MJ 45 C153 EA 1 40.9200 40.82 OBIT TAG# 2780 6104 B" MJ 45 C163 EA 3 40.8200 122.46 L1BIT TAG# 2800 60w2 00C REFER TO THE TERMS ON THE RACK OF PAGE ONE AND THE BOTTOM OF THE LASTPAGE. Page 2 of 0 INVOICE 7025 Northwinds Dr. NW Concord, NC 28027 = Payment Inquitles 704788.9800 Solo To ED129X NS42 0243MID49 PW7155OMI:MM ��ii'I'r'ullh���ul}IE���IU�hiI�Ill�p�llih�Ilhl,ru�Ir�IfI ARCHER WESTERN CONTRACTORS LTD 2121 AVENUE J ST£ 103 ARLINGTON TX 7600G.W7 INVOICE NUMBER: 2679872 BILL OF LADING: INVOICE DATE: 8/30110 DUE DATE: 9f29/10 Plme Ronk Payarent To: MSC WATERWORKS DALLAS WACHOVU1 BANK Po BOX 034450 ATLANTA, GA 311 N- 450 Wambousa: MSC WATERWORKS DALLAS 11200 SEAGOVILLE ROAD SHIP TO BALCH SPRINGS TX T5180 TdNphorm 214-8ii38$2 ARCHER WESTERN CONTRACTORS LTD LAKE ALLEN HENRY WATER SUPPLY PROJECT SOUTH WTP CONTRACT F 5114 E. FM 1585-E CR 7400 LUBBOCK, TX 79404 02t 2FW2 NET 30 DAY8 L X ALLEN HENRY LUBBOCK LC8 1a129J'10 arim0 M4 !MWJ 6 C153 EA 2 28.2 5Z48 TTAGM 690 M4 5 C153 E4 7 40A2 285.7T TAG# 700 ' MJ 46 C153 EA 2 40.8200 81.64 LJBIT TAG# 710 " MJ 45 C153 EA 2 40.8200 81.64 CMLJBl7 TAG# 7201 M4 W 45 0153 EA 1 40.8200 40. MUBIT TAG# 730 M4 IrW46CI63 EA, a 40,8200 244.92 CML/BIT TAG# 740 "MJ 45 C153 EA 1 58.3200 66.32 L/BIT TAG# 750 MJ 11-19 C153 EA 1 58.3200 58.32 > LIBIT TAG# 760 1 " MJ i 1-1/4 C153 EA 1 6&3200 58.32 CIAL07 TAG# 770 2M4 12• MJ 48 Cl 83 EA 2 123,9300 247. ML/Bi7 TAG# 780 16M4 18" MJ 45 C153 EA 5 257.1900 11785-95 CMUJBfT TAG# 790 6M4 IW MJ 45 C153 EA 1 257.1000 257.19 MUBIT TAG# SW "MJ90C153 EA 1 31,49M 31A9 CMLIW TAG# 1220 Page 1 of 6 MDI;M INVOICE 7025 Northwlnds Dr. NW Concord, NC 28027 Payment Inquiries 704-788-9800 i GOLD TO 9M I MO UO2 Eiits9% KM 0743EK1 2 P807147 0u hMV 119111I I+II I, II Ih'11111A II of I III$1111111111111 it �+u ARCHER WESTERN CDNTRACTORS LTD 2121 AVENUE J STE 103 ARLINGTON TX 76006.68B7 INVOICE NUMBER: 20M33 BILL OF LADING: INVOICE DATE: 8130110 DUE DATE: =9110 Plwss Rrr * Payment To, . M8C WATERWORKS DAL.AS WACHOVIA SANK PO BOX 934450 ATLANTA. GA 311934450 Wsrob" ar MSC WATERWORKS DALLAS 11200 SEAGOVlIE ROAD SHP TO BALCH SPRWGS, TX 75180 Telephones 21 ARCHER WESTERN CONTRACTORS LTD LAKE ALLEN RMY WATER SUPPLY PROJECT SOUTH WTP CONTRACT F 5114 E. FM 1685-E OR 7400 LUBBOCK, TX 79404 02f 21M33 Diyd 2DW08 NEr30DAYS 210020jiS LKALIMHENRY' Una= we 9=10 swig P STAR GRIP PVC ACC 4006P EA 4 28.70M 106-M AG!!' 940 3000P 8' STAR GRIP DIP ACC 3000P EA 13 22.4200 291.4( AG# 950 OOP STAR GRIP DIP ACC 3000P E A 14 22.4200 31321 AG# 960 STAR GRIP DIP ACC 3000P FA 9 27.4200 201.71 AG# 970 STAR GRIP DIP ACC 30DOP EA 2 22.4 44& AG# 980 000P Ir STAR GRIP PVC ACC 4000P EA 8 26.7000 180.2( A13# 000 STAR GRIP PVC ACC 4000P EA 7 26.70M 1860 AG# 1 DOD STAR GRIP DIP ACC 3000P EA 3 22.4200 67.2E AG# 1010 STAR GRIP DIP ACC 3000P EA 14 22-4200 313.8E AG#1MO STAR GRIP DIP ACC 3000P EA 1 22A200 22r42 AG# 1030 P W STAR GRIP DIP ACC 3000P EA 7 22-4200 158.94 ACC 1040 8000P Ir STAR GRIP DIP ACC 30DW EA 21 22.4 470.62 AG# 1050 103DOOP 10' STAR GRIP DIP ACC 3000P EA 6 44 269.04 AG# 1090 ` REFER TO THE TERMS ON THE BACK OF PAGE ONE AKD THE BOTTOM OF THE LAST PAGE. Page 2 OI 3 INVOICE 7025 Northwinda Dr. NW Concord, NC 28027 Payment Inquiries 704-788.9800 New efe� SOLO TO 901 A1B 0.982 E0284X I9407 0Z498=2 PB0r1470M1:MU It�irilrilu�Irl+i��lrhrlrrl�r���iililP�llii�rilll��ifi�l�� MM ARCHER WESTERN CONTRACTORS LTD 2121 AVENUE J STE 103 ARLINGTON TX 70000.5887 INVOICE NUANDER: 2SM33 BILL OF LADING: INVOICE DATE: 8i30i10 DUE DATE: 9IM10 Please Remit Payment To: MSC WATERWORKS DALiAS WACHOVIA BANK PO BOX 934450 ATLANTA, GA 31193.4450 warehouse: MSC WATERWORKS DALLAS 11200 SEAGOVILLE ROAD 841P TO BALCH SPRINGS, TX 75180 Telephone: 214439041M ARCHER WESTERN CONTRACTORS LTD LAKE ALLEN HENRY WATER SUPPLY PROJECT SOUTH WTP CONTRACT F 5114 E FM 1885-E CR 7400 LUBBOCK, TX 7"0 4 021 2690M Dina 20®609 NET 30 DAYS 21 LK AUM HENRY LL S LOS WMI0 ei30110 P " STAR GRIP DIP ACC 3000P EA 1 18.4000 18.46 AG# 810 P ' STAR GRIP DIP ACC 3000P EA 10 18.4E00 1S4.60 AG# 820 P " STAR GRIP PVC ACC 4000P EA 2 21,4300 42ZB TAG# 830 " STAR GRIP DIP ACC 3000P EA 8 16,4800 147.58 AG# $40 3001 ' STAR GRIP DIP ACC 3000P EA 4 18.4600 73.64 AG# 850 4' STAB GRIP DIP ACC 300OP EA 58 18.4800 1,033.7 AG# 880 P ' STAB GRIP PVC ACC 4000P EA 1 21.4300 21.4 AG# 870 3000P ' STAR GRIP DIP ACC 3000P EA 5 18.4600 92.30 AG# $80 3000P ' STAR GRIP DIP ACC 3000P EA 2 18,4e00 36-92 AG# 890 STAR GRIP DIP ACC 3000P EA 8 22,4200 170.3 AG# 900 STAR GRIP DIP ACC 3000P EA 16 22.4200 368.7 TAG# 910 STAR GRIP DIP ACC 3000P EA 29 222.4200 880.1 AG# 920 COP Ir STAR GRIP DIP ACC 3000P EA 4 22.4200 89.86 AG# 930 Page 1 of 3 0001:0002 Blacksher, Larry 0eom: Blacksher, Larry nt: Tuesday, January 18, 2011 3.37 PM To: Swallows, Todd Subject: 'PW: Bulldog restraint system From: Brad Ketchum[mailto: brad. ketchum@mscwaterworks,com] Sent: Tuesday, January 18, 2011 3:16 PM To: Blacksher, Larry Subject: RE: Bulldog restraint system I:a1iFY, ;for# 4 fh@ prOng on iw Bulldog fittingo you foqu@§t@d r c4p 01047 V 4§ ¢ ,05 r" O 10 Ir Plug f47,12 #nod ►@d w*r _ 1 §047 VW W 077A *IC05 frg ISM@ From: Blacksher, Larry [maflto:lbiacksher@waisbgroup.com] Sent: Tuesday, January 18, 2011 10:02 AM To: Brad Ketchum(brad.ketchum@mscwaterworks.com) Subject: Bulldog restraint system Brad, You can possibly help with this one. We have one system of C-900 PVC with ductile fittings, all restrained. Now the engineer Is concerned about a possible residual chemical affecting the cement lining of the ductile over time. I found some Information on a Bulldog restralned fitting. Basically a gripper gasket Installed into the PVC fittings. This would adapt to C-900 and restrain at the same time. I will attach the Information on the fittings needed. You probably have a supplier for these. Please let me know Thanks Again, Larry 0 Swallows, Todd rom; Smith, Jacqueline nt: Monday, April 11, 2011 7:24 AM o: Swallows, Todd Subject: FW: BULLDOG FITTINGS From: Brad Ketchum Sent: Wednesday, February 23, 2011 2:50 PM To: Smith, Jacqueline Cc: Blacksher, Larry Subject: BULLDOG FITTINGS HEY GUYS, HERE IS THE ADDITIONAL PRICING YOU REQUESTED C TEE $191.51 4" 90 $179.03 THEY SAID FREIGHT WOULD BE $250-300 APPROXIMATELY THAT SOUNDS REALLY HIGH ON THE FREIGHT BUT THAT 15 WHAT THEY TOLD ME Brad Ketchum Treatment Plant Group Inside Project Manager TULSA, OK J O: 919-445-0005 I F: 918-445-0477 I C: 918-406-8683 Item 7 - Request For Proposal 08 Description: Termination Bar and Flashing [= 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: Resolution No. 2011—RO317 B&V Project 161704.0410 B&V File 70.0000.1.7.D Request For Proposal 08 Description: Termination Bar and Flashing March 1, 2011 Reference is made to the counterflashing detail for the Treatment and Administration Complex included in Submittal S-07555-001A for Coal Tar Modified Sheet Roofing. Please provide a cost proposal to delete the embedded flashing as shown in Details 1, 2, 5, and 10 on Drawing F-A5.2. In its place, install the termination bar, counterflashing, and sealant as shown in Detail 4 on Drawing D-A4 and as shown on the attached flashing and counterflashing details from submittal S-07555-001A. 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. Tagels, 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 .`.;5fF Couw. 546404 iol! CRI L :5 o� Fotwat)IMF. V-'A&ms 5we FIA.S ►tiN y mare 159-tw-rT Art wt � +may A-lLe t 0011 a �.t3� ffi3.5llLATrt�t� lrltft LYDICK-HOOKS ROOFING Cc OF WBBOCK, INC. P.Q. BOX 2606 UlBKCK, TX. 7940i 112tP111 3" z I I o rr -10t 1-ui' LoockFIT F., —ret1R-i lfltJ i Fi Elb Pu E46 - 0 R F ?al 34mT, _1'w' o KID T4PC sipo r l>V1 "L&AL Wo F_ r'! FLDu� CC, IYT LYDICK-HOOKS R0OFfMM r OF WUOCK, INC. P.O. BOX 2605 UMHMI , TX. 79 1lZla! I I 7fF7�fL.f-) r R ff, LMET.0 l eiz Y1 134 k,- TEz'' a.G. r e� ti ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP April 13, 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 #8 — Termination Bar and Flashing Dear Mr, Jagels; Our price to change the Termination bar and flashing detail per RFP #8 is $8,182.00. 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 70a swa&" J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File IefrPolak Jackie Smith 2121 Avenue'T Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer 0 • 0 RFP #8 - Tarmina m Bar and Flashing DATE: April 1: , 2011 SOUTH W[P CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RFP B Termination Sir and ENGINEER: BLACK AND VEATCH 1 PARKHILL, SMITH AND COOPER Flashing CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. -�-- F ��- 1��- 1 1 1 • - 11 I 1 11 !I 11 E21 - Since 1891 - LYaICK- HOOKS Roofing Company of Lubbock, Inc. PC7. BOX 2605 • 1924 CLOVIS POAD - LUBBOCK.iFXAS 79406 (806) 765,5577 - FAX: (806) 765-5581 April 11, 2011 Archer Wester Contractors, Ltd 5114 E. FM 1585 Lubbock, TX 79404 Attn: Jackie Re: City of Lubbock — South Water Treatment Plant Request for Proposal 08 Jackie: As mquested, following is oar labor and material breakdown for the c ounterflash ng and termituttion bar portion of the perimeter flashing for the Treatment And Admimstralian Complex only. 1110 LF 24 ga pvc6mished reglethec-iver @ .55 = 610.50 1100 LF alunninum termination bar Qw .55 = 605.00 1110 LF butyl tap- @ .12 = 133.20 1177 knack -in fasteners w/scaling washers @ .24 = 282.48 30— YV mawary bits @ 4.25 = 127.50 124 tubes polyurethane sealant Q 4.40 = 545.60 480 pop rivets @ .078 s 37.44 Labor: Fabricate regjetheeeiver 36 hrs. @ 18.50 s 666.00 Labor. h►stall rr glethweiver 53 hm @ 18.50 = 990.50 Labor. Install tervaination bar 133 hrs. a© 18.50 = 2,460.50 Labor: Caulk receiver 36 hm @ 19.50 = 666.00 7,114.72 I S% Allowable Mark -Up 1,067.21 $9,191.93 We appreciate your attention to this matter. ours truly, Hooks President A131L ENE - BROWNWOOD L.UBBOCK - MIDLAND • WICHITA FALLS Jagels, Norman R. From: Jagels, Norman R. Sent: Friday, May 13, 2011 4:46 PM To: 'Swallows, Todd' Cc: Timmermann, David A.; 'Wood Franklin'; 'Paulette Sturdivant'; jkelley@TEAM-PSC.com; Brian Stephens; Keeling, Steve W.; Santos, Aaron Subject: South WTP Request for Proposals No. 7 and No. 8 We have reviewed your response to our Request for Proposal No. 7 and No. 8 and we have the following comments: Request for Proposal No. 7 -- Guardrail Change at Chemical Storage Stairs —Archer Western letter dated April 11, 2011—The difference in cost between the aluminum handrail to be deleted and the fiberglass handrail to be added is greater than expected. Please provide justification for the costs or we request that you obtain a separate quote from another supplier for the fiberglass handrail. Request for Proposal No. 8 — Modifications to the Termination Bar and Flashine for the Treatment and Administration Building Roofing — _Archer Western letter dated April 13, 2011— This change involved deleting the embedded flashing from the tilt -up concrete wall panels, but it does not appear that a credit was given for deleting this work. Also, items are shown in the breakdown by Lydick -Hooks for caulking, but it does not appear that a credit was included for sealing the embedded flashing as shown for the original arrangement. Please submit additional information addressing each of these questions. If you have any questions concerning the above, please contact us. Norm Jagels, P.E.* I Sr. Engineering Manager, B&V Water Black & Veatch Corporation 19441 LB1 Freeway. Suite 114, Dallas, TX 75243 +1 214.570-7033 P 1 +1 214-570-7049 F I a cisnrOdbv.corn "Licensed in Texas, Nebraska, & Iowa Building a World of Difference." Please consider the environment before printing my email Plonse note that the inlorm atwn and a €: cl1me.nts in this email are intended fov dle cxtiusi, e USe of the addressee and niay conuin confidential or tar ivilt•ged information. Ii"yr>tl ;r(' not tltc: iz:t{ n.l•::ci reevipi::nt. picase rta nut €rrtvar;l, copy or print the itic ss :gr nr its attachments. Notify fy nee at the above address, and delete tliis roes::ap.e and any attachments. 'lank you. 14. .1 A l '�Iwrfmr ARCHER WESTERN CONTRACTORS A MEMBER OF THE'4'dALSH GROUP April 13, 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 #8 (REVISED) — Termination Bar and Flashing Dear Mr. Jagels; Our revised price to change the Termination bar and flashing detail per RFP #8 is $7.158.00. 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, g. 704d, swaadwi J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue "T' Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer 0 0 RFP 06 - Termination Bar and Flashing - Rev. DATE: April 13, 2011 SOUTH WTP CONTRACT F OWNER. CITY OF LUBBOCK WORK DESCRIPTION: RFP8 Iernananon Bar and ENGINEER: BLACK AND VEATCH I PARKHILL. SMITH AND COOPER Flashing CONTRACTOR_ ARCHER WESTERN CONTRACTORS, LTD. Description I Oty I Unit UnWPrice j Labor Me E u mint ubwrrtracwr TaIaIS— - P u., - - ra Oct Mena er Delete embed its a au in9 2.00 MH 50.0 10. I .a0 180.00 22,00 0.00 MH $40 .00IMATERIAL DO -.: y.�... : 'a-...... ....... Delete embedded fleshing Delete aulklnq at Em did F1IeMn M -0 724. D 1 tubes .2 $3.50 (5275.0 34.0a 0.00 a.oD se to S0.0a D.aa s0.00 ao 00 — EQUIIPMEMT hrms 60 OAD LS o .DO 5 ISUKONTRACT -- . _. Lydick -Hooks 1- 6,1 2.00 8,182.DO D.00 $u. OD $0 00 Q g0 00 47. �0p0�, 7D9. �8,7B21�0l W,907-00. Labor lFurtgn 551A $261.80 5261 5% mpensation on Subcontrac or 11 % Compen ti ion on Work �( 217 0 BONDS IN�RANN `T $12. 12545 C^" ART TH O 7,1 16 ` - Since 1891 - LYDICK- HOOKS Roofing Company of Lubbock, IncL—..,Tj PO. BOX 2605 • 1924 CLOVIS ROAD LUBBOCK.TE(AS 79408 (806) 765-5577 • FAX: (806) 765-5581 April 11, 2011 Archer Western Contrdetors, Ltd. 5114 E. FM 1585 Lubbock. TIC 7940=1 Attn: Jackie Re: City of Lubbock - South Water Treatment Plant Request for Proposal 08 At-Nrnx,r, xator-.Y Roo&g Co :tracron Assocow, Merrtw Md vevt Rocoing CCnMCtCVs Assor"bnh Asw"reVember,.csor-,wedGenerarCo facto - Jackie: As requested, following is our labor and material breakdown for the counterflashing and termination bar portion of the perimeter flashing for the Treatment and Administration Complex only. 1110 LF 24 ga. prefinished regleVreceiver @, .55 = 610.50 1100 LF aluminum termination bar @ .55 = 605.00 1110 LF buryl tape .Fc�-t�..12 = 13320 1 177 knock -in fasteners w/sealing washers @ .24 - 282.48 30 -'/." masonry bits @ 4.25 = 127.50 124 tubes polyurethane sealant @ 4A0 = 545.60 480 pop rivets n .078 = 37.44 Labor: Fabricate regletireceiver 36 hrs. @ 18.50 = 666.00 Labor. Install reglet/receiver 53 hrs. raj 18.50 = 980.50 Labor: Install termination bar 133 hrs. @ 18.50 = 2.460.50 Labor Caulk receiver 36 hrs. @ 18.50 = 666.00 7,114.72 15% Allowable Mark -Up 1,067.21 S8,181.93 We appreciate your attention to this mutter. Yours tntly, R ndy Hooks President 9 ABILENE • BROWNWOOD • LUBBOCK - MIDLAND - WICHITA FANS Item 8 - Request For Proposal 13 Description: Additional Guard Posts BLACK & VEATCH building a world of difference - Resolution No. 2011—RO317 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 Request For Proposal 13 Description: Additional Guard Posts Dear Mr. Swallows: B&V Project 161704.0410 B&V File 70.0000.1.7.1) May 19, 2011 Reference is made to overhead door 120C shown on Contract Drawing F-A1.2 and overhead door 205 shown on Contract Drawing F-A1.3. Provide a cost proposal for adding guard posts per Detail E on Drawing T4 at each side of Doors 120C and 205. The posts shall be located at distance of 1 foot from the outside face of the wall and flush with the inside face of the door jamb. 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-25B Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 - Dallas, TX 75243 USA • Telephone: 214.570,7000 �1� ARCHER WESTERN CONTRACTORS A MEMBER 4F THE WALSH GROUP May 31, 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 13 — Additional Guard Posts Dear Mr. Jagels; a The total cost to add additional guard posts per RFP 13 is $3,051.00. 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, ?odd Sma&w4 J. Todd Swallows Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jackie Smith 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3896 (fax) 817-640-8734 An Equal Opportunity Employer 0 rl L RFP # 13 - Additional Guard Posts DATE: May 31, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: RIFF #13 Add Guard ENGINEER: BLACK AND VEATCH I PARKHILL, SMITH AND COOPER Pasts CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Unit I UnitlPrice Labor I Material I Equipment Sub©on 7otale Install Guard Posts 24.00 $21.CO $604.00 MH Paint Guard Posts 4.00 MH $21.30 W.DO Project Manager 1.00 MH 1 $50.00 $50.DO 0.00 MH 1 $0.00 WOO Ballard Plpe 1.00 Is $1 400.00 $i 400.00 Concrete 1.0D Is 5100.00 $100.00 Palm 100 Is S1'M 5100.06 0.00 $0.DO $0.00 $0.00 0.00 hrs $0.00 $ 0.00 LS $0.00 S - 0.00 50.00 $0.00 D.DO $D.00 $0_M O.DO $0.00 $0.00 SUBTOTALS: $M.00 $1.600.00 $0.00 $0.00 $2 230.00 Labor Burden 55% $350,90 $350.90 5% Compensation on Subcontractor $0.00 15% Compenstion on AW Work $388.34 SUBTOTAL S2 977.24 BONDS 533.57 INSURANCE $40.28 TOTAL AMOUNT THIS PROPOSAL $3 061,09 ��*�merfcurL WteTeel& alunLio unt co., ine. 0645 East Main St. a Grand Prairie, Texas 75050 Telephone:972-264-1533 • Fax:972-264-1843 To: Archer Western Project: Attention: Jacqueline Smith Location: Architect: Engineer: Plan Sheets: Originals Specifications: See original specifications Addenda: RFP No. 13 CONTRACT PROPOSAL No. 1648-15 Date: 05/24/11 South Water Treatment Plant Lubbock, TX Black & Veatch 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 bollards for overhead doors, E / T4 WELAY INFORMATION: 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. 4. Fiberglass beam and connection clips 1400.00 Excluded Excluded Excluded $1,400.00 1. PAYMENT TERMS: (A) Material (only) delivered F.O.B. iobsite. Payment shall be due, without retainage, not more than 30 days from the date of invoice. (8) 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. i (� CJ► dril"a%kW R op., ine. Date By Item 9 - Change Order Request #02 Description: Field Order 10 Addition of Two Transoms Resolution No. 2011-RO317 iv��- BLACK `E�4T H 1441 HIJ Freeway FIELD ORDER Building a livorld of differenca. suite 114 No. 00010 Callas. TX 75243 TITLE: F-A6.2 Clarifications PROJECT: South Water Treatment Plant TO.- Attn: Jacqueline Smith Archer Western 5114 F. FM 1585 Lubbock, TX 79404 Phone: 806-445-0803 Phone: 21457077037 Far: 2145707049 DATE ISSiUED. 7/29/2010 CONTRACT No-, 161704 REQUIRED EXECUTION- 8/ 1 1 /2010 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 - The attached figures F-A62-1 through F-A6.2-5 are provided for clarification of the drawings s'iown Oil sheet F-A6.2. Included are the addition of section cut references, addition of bottom of window elevations, and modifications to the dimensions of windows AL08 and AL09. Issued By: f ` acknowledged By: Signed s tom` 71v'-' ' ate: �361�1lli signed: Norm iageis Date: 0 0 0 0 Q N CV cv N N 51F-A5.9 F.F.E.=3156.00' N� 61F-A5.9 4�� 702 6 O 1' 702 � N N I.L I� LL C? ^ N 112 G2 G2 N G2 � � G2 \ 0 i rt 111F-A5.9 �\ 1 721E A5.9 o) x C N i // \\ F F E =3156 00' AL02 Cl TY OF LUBBOCK, TEXAS 701 SOUTH WATER TREATMENT PLANT FIGURE F-A6.2-1 71 ' -12" 3'-52� 12 G4 G4 rn uO , CV G4 G4 8/F-A5.3 �I G4F G4 f F. F, F. =3156. 00' I CM O O O O Q 11 ry' - 1 M G4 IF-A5, T1UUTIC �-/'1U.L-L 11'-6" 3'-0" . 2'-10" . 2'-10" 2'-10" vi * F.F.E.=3156. AL05 11'-6" IM FIGURE F-A6.2-3 G4 G4 G4 G4 54 64 rn - Ln 10/F-A5.9 Q LL „- M G4 G4 64 LL FIGURE F-A6.2-4 O r7 F.F.E.=3156.00' 4'-0" 4�-4" 4`-0" N � Q G I 21F-A5.10 SIM N O � � � O � N ti FIGURE F-A6.2-5 :i V ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP January 11, 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 2 — Field Order 10 Dear Mr. Jagels; The total cost to add two door transoms per Field Order 10 is $1274.00. 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, P, %dd S"&,oe" 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 {f2x} 817-640-8734 An Equal Opportunity Employer COR #2 - Field Order 10 DATE: January 11, 2011 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 10 Add ENGINEER. BLACK AND VEATCH I PARKHILL, SMITH AND COOPER Transoms CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Desert lion City Unit Unit/Price Labor I Material I Equipment Subcontracto Totals LABOR Project Manager 1.00 MH $50.00 $60.00 0.00 MH $0.00 $0.00 0.00 MH $0.00 $0.00 MATERIAL Add transoms 2.00 ea $500.00 $1 000.00 0.00 Is $0.00 $0.00 0.00 ea $0.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ - 0.00 LS $0.00 $ - SUBCONTRACT 0.00 $0.00 $0.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $60.00 $1000.00 $0.00 $0.00 $1050.00 Labor Burden 55% $27.50 $27.50 5% Compensation on Suboontractor $0.00 15% Com enstion on AW Work $161.63 SUBTOTAL $1,239.13 BONDS $15.75 INSURANCE $18.90 TOTAL AMOUNT THIS PROPOSAL ------------- $1,273.78 Texas Commercial Glass Concepts, L.P. PO Box 2048 Weatherford, TX 76o86 Phone: (817) 594-4477 Fax: (817) 594-4477 www.TexasCommercialGlass.com January 11, 2011 TO: Archer Western Jacqueline Smith 2121 Avenue J, Suite 103 Arlington Texas 76006 1 2 Change Order 1 Provide Additonal 2' 2" x 4' 8" Transom with Crippled Header for Elevation ALo8 $500.00 Fro\ide Additonal 2' 2" x 4' 8" Transom with Crippled Header for Elevation ALo9 $500.00 The original Contract Sinn was $131,595.00 Net change by previous Change Orders $0.00 This Change Order arrroi-int $1,000.00 New Contract amount $132 5 .00 Additonal Requred time for the Change Order Days a«�ptea s�: Texas Commercial Glass Concepts, L.P PO Box 2048 Weatherford, TX 76o8d A AN i� }E game: t� Title: "r� • ��- ��� Name: Title: Item 10 - Change Order Request #03 Description: Field Order 15 Mods to Chem Feed Area Column Rebar Resolution No. 2011—RO317 BLACK & VEATCH 9441 LBJ Freeway FIELD ORDER Building a world of difference" Suite 114 No. 00015 Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 TITLE: Chem Feed Area Column Reinforcement PROJECT: South Water Treatment Plant TO: Attn: Jacqueline Smith Archer Western 5114 E. FM 1585 Lubbock, TX 79404 Phone: 806-445-0803 DATE ISSUED: 8/30/2010 CONTRACT No: 161704 REQUIRED EXECUTION: 9/13/2010 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: Reference is made to Item le of our review letter dated July 27, 2010 returning your submittal S-03200-003. We are providing the attached detail which contains the arrangement of the reinforcement for the 4'-2" column located in alcove 306. As indicated in our review letter, a 4'-2" column width is acceptable, Issued By: 1 Acknowledged By: Signed: �*W-- ` Date: 8/30/2010 Signed: Date: Norm JagelS .l." :0 1 . PARKHILL`3f,,"`-'l- �&COOPER Project O-krrV- T-P-IEA-T,-\:Vrr PI -A ,J T- lob No. SUbJC-C7 Date & o ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP September 23, 2010 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 #3 — Modifications to Chem Feed Area Column Rebar Field Order 15 Dear Mr. Jagels; The total cost for modifications to Chem Feed Area Column Rebar per Field Order 15 is $650.00. 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, �. 7odd S" 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 COR #3 - Field Order 15 DATE: Sept 23, 2010 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 15 Chem Feed Area Column ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Rebar CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Descri lion Qty Unit Uni0rice Labor I Material I Equipment Bubcontracto Totals LABOR Project Manager 1.00 MH $50.00 $50.00 Superintendent 1.00 MH $40.00 $40.00 0.00 MH $21.00 $0.00 MATERIAL concrete 0.00 cy $110.00 $0.00 rebar 1.00 Is $274.00 $274.00 Formwork 0.00 ea $50.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ - 0.00 LS $0.00 $ - SUBCONTRACT Reliable Reber 0.50 $300,00 $150.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $90.00 $274.00 $0.00 $160.00 $514.00 Labor Burden 55% $49.50 $49.50 5% Compensation on Subcontractor $7.50 151Y6 Com enstion on AW Work $62.03 SUBTOTAL $633.03 BONDS $7.71 INSURANCE $9.25 TOTAL AMOUNT THIS PROPOSAL $849.99 GrandstafF, Carrie S. From: Smith, Jacqueline []msmith@a.maishgroup.corn] Sent: Tuesday, September 28, 201 Q 4:22 PM To: Grandsraff. Carrie S. Subject: RE: SG LUBBOCK WW-1 P Carrie, please release the bar. Thanks, Iackie -----Original message-- Froin. Grandstaff, Carrie S. (mailto:Carrie.Grandst. ff,,tt�enic.com j Sent: Tuesday, September 28, 2010 3:48 PM To: Smith, Jacqueline Si:bject: FW: 50 LUBBOCK IVWTP Cc: aofx 710 ]bs @ 5 .385 per lb = 5 273.33 Please advise to proceed, truck leaves tomorrow. --0riginal message --- From: Nrlloe Melton is-iailto:mmrebar(tiletex.rret] Sent: Tuesday, September 28, 2P10 2:34 PM To: Grandst3ff. Carrie S. Cc: t =mel, rlinber R; Clark, Victoria K SUbjec% SO LUB30CK "' T11 PRETiREATNiENT 3LDG RFVISED COLLTNIN PER F041015. XTC CARRIE, PLEASE SHIP WITH NF-XT TRUCK GONG This email and its attachments, if any, are intended for the personal use of the named recipients) and may contain confidential, privileged, or proprietary information. If you are not a nanie; recipient, Or an agent responsible for delivering it to a named recipient, you have received this ernaA in error. In that event, please (a) immediately notify me by reply email, (n) do not review, copy, save, forward, or print this ernail or any of its attachments, and (c) irrtm,-�diately delete and/or destroy this email and its attachments aixl all electrpnic atal physical tvpies thereof. Thank YOU. Item 11 - Change Order Request #04 Description: Field Order 16 Modifications to Overhead Doors Resolution No. 2011—RO317 BLACK I&L VEATC� Suite 114 9441 LBJ Freeway FIELD ORDER Building a world of difference. No. 00016 Dallas, TX 75243 TITLE: Chemical Feed Area Door 305B PROJECT: South Water Treatment Plant TO: Attn: Jacqueline Smith Archer Western 5114 E. FM 1585 Lubbock, TX 79404 Phone: 806-445-0803 Phone: 21457077037 Fax: 2145707049 DATE ISSUED: 9/17/2010 CONTRACT No: 161704 REQUIRED EXECUTION: 10/1 /2010 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.) Please find the attached Figure F-A1.4-1 which contains revisions to the West wall of the Chemical Feed Area: Revise the height of Door 305B from 10'-0" to 9'-011 . - On Drawing F-A 1.4, revise the dimensions for the width and location of Door 305B and the dimensions for the width, length and location of the dock leveler. Contractor shall coordinate the dimensions of the dock leveler with the equipment manufacturer. 2.) Reference Drawing J-S9, Elevation 5, Panel JP14. Locate the opening for L-601 (See Drawing W6) I F-10" from the left of the panel and locate the window at 11'-11 " from the left edge of the panel. Provide a 2'-0" special pier as shown on Detail M, Drawing U5 on each side of the openings similar to the special pier shown in Panel JP11 on Drawing J-S9. See comments on the drawings returning your submittal S-03471-001. 3.) Reference Drawing J-S9, Elevation 5, Panel JP15. Change the following dimensions: - Dimension from left edge of Panel JP15 to door opening from 2'-6 1/2" to 2'-9 1/2". - Door opening width from 10'-0" to 8'-2". - Door opening height from 11'-0" to 10'-0". 4.) Reference Detail 12 on Drawing F-A5.8 for Doors 205, 207, 208, 209, 210 and 211. Add additional concrete across the top of the head as shown on the attached detail titled "Header at Overhead Door Openings, Membrane Treatment Building". Issued By: (/i Acknowledged By: SignedDate: 9/17/2010 Signed: Date: Norm Ja 1 4 Q cIt'll -A3.8 ti a co L Tit+-IN he 1 0 � , a 05 + c*) _ - *4 GC COORDINATE r -9„ ^�N W/ DOCK LEVELER 7 _3 MANUFACTURER - co 7 to C--Z A3. 12 II *-IN i� 4 " 4 5'-0" 8'- F3.4 ' 3 N O , 4 F-A2.7 5 J7 4 MATCH LINE C MA TCH LINE D r PRETREATMENT & CHEM FEED LOWER LEVEL PLAN 1/$"=1'-0„ DOOR SCHEDULE DOOR FRAME DETAILSO REMWB(ST NEAR I JAMS I SILL FLR I MARK 1PRI SIZEI I 7YPE2 I CONSTJI CONST41 SIZE PRETREATMENT CHEMICAL FEED LOWER LEVEL AREAS 1 I 3 W 1 1-fix - IN - 5. i CITY OF LUBBOCK, TEXAS SOUTH WATER TREATMENT PLANT FIELD ORDER 16 FIGURE F-A1.4-1 rr,:;p(l zSG o—n,_ i 1 1 PARKH ILLS F ""A&COOPER -A Livo I Tv :0-4 R i 12 -.t�S 1 c i 4 1 A910L FIA.34- ��ADE,� �'i' C�tJ�tz41.g6tTj �GCR p��tili„1G5 ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP November 8, 2010 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 #4 — Modifications to Overhead doors per Field Order 16 Dear Mr, Jagels; The total cost for Modifications to Overhead doors per Field Order 16 is $4,268.00. 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, �' ?add SW4&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 COR #4 - Field Order 16 DATE: November 8, 2010 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 16 ENGINEER: BLACK AND VEATCH ! PARKHILL, SMITH AND COOPER OH Dr Hdrs CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description Qty Unit Unit/Price Labor Material I Equipment Subcontracto Totals LABOR Project Manager 1.00 MH $50.00 $50.00 Superintendent 1.00 MH $40,00 $40.00 0.00 MH $21.00 $0.00 MATERIAL 0.00 CY $0.00 $0.00 0.00 to $0.00 $0.00 0.00 ea $0.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ 0.00 LS $0.60 $ SUBCONTRACT Master Concrete 1.00 $3,790.00 $3 790.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $90.00 $0.00 $0.00 $3 790.00 $3 880.00 Labor Burden 55% $49.50 $49.50 5% Compensation on Subcontractor $189.5Q 15% Com enstion on AW Work $20.93 SUBTOTAL $4 139.93 BONDS $58.20 INSURANCE $69.84 TOTAL AMOUNT THIS PROPOSAL $4 267.97 Master Concrete Company, Inc. 2334 PENN IRVING, TEXAS 75067 PHONE 214 / 447-0396 FAX 0574 November 8, 2010 Archer Western Contractors Todd Swallows, Jackie Smith Via: e-mail Regarding: Lake Alan Henry WTP RFC #2 (Overhead Door Headers) Field Order #16 revises dimensions of door openings, adds two columns (piers) of reinforcing and six concrete, overhead door headers. Costs to add these include subcontractor detailing and drawing revisions, reinforcing, forming, concrete, and labor. Labor: $ 700 Material: $2,546 Sub: $ 200 Profit: $ 344 Subtotal: $3,790 Regards, Project Manager Copy jobfile at RFC Page 1 of 1 BLACK & VEATCH building a world of difference - ENERGY WATER INFORMAT 4UN GOVERNMENT City of Lubbock, Texas South Water Treatment Plant Mr. Todd Swallows Archer Western Contractors, Ltd. Project Manager 5114 Fast FM 1555 Lubbock, TX 79404 B&V Project 161704.0410 B&V File 70.0000.1.1.D April 6, 2011 Subject: Change Order Request #04 Description: Field Order 16 Modifications to Overhead Doors Status: Additional information Required Dear Mr. Swallows; Reference is made to your Change Order Request #04 dated November 8, 2010. Please provide a re4ised proposal which provides additional breakdown on the $2.,546 material amount from Master Concrete. Sincerely, BLACK & VEATCH CORPORATION Norman R. lagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ I copy of letter Mr. Steve Keeling, Black & Veatch, w/ I copy of letter Ms. Paulette Sturdivant, Parkhill, Smith and Cooper, w/ I copy of letter Black & Veatch Corporation — Registration No. F-258 BtaCK & Veatch Corporation 9441 LBJ Freeway, Suite 114. Dallas. TX 75243 USA - Telephone. 214,570,7000 97r1mr ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSIJ GROUP November 8, 2010 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 #4 — Modifications to Overhead doors per Field Order 16 - Revised Dear Mr. Jagels; The total cost for Modifications to Overhead doors per Field Order 16 is $4,660.00. 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 s044%" 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 COR #4 - Field Order 16 DATE: November 8, 2010 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 16 ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER OH Dr Hdrs CONTRACTOR, ARCHER WESTERN CONTRACTORS, LTD. �-- f 11 © 111 '. 1 1 • --- F 11 1 11 I l i • s_ s s Master Concrete Company, Inc 2334 PENN IRWIK TEXAS 75061 PHONE 114 / 441- 0396 fAX 0574 April 11, 2010 Archer Western Contractors Todd Swallows, Jackie Smith Via: e-mail Regarding: Lake Alan Henry WTP RFC #2 REVISED (Overhead Door Headers) Field Order #16 revises dimensions of door openings, adds two columns (piers) of reinforcing and six concrete, overhead door headers. Costs to add these include subcontractor detailing and drawing revisions, reinforcing, forming, concrete, and labor. This cost is something we can probably offset considering the benefit of using the Archer Western crane during the erection sequence. I just want you to be aware of the cost. Labor: $ 700 Material: S1,895 (CRP reinforcing) $ 979 01 CY Highland Concrete) Sub: $ 200 Profit: 3 377 Subtotal: $4,152 Regards, Project Manager Copy jobfiie at RFC Page I of I Swallows Todd an From: Joe Tinker Otinker@masterconcreteco.com) Sent: Monday, April 11, 2011 9:31 AM To: Swallows, Todd Subject: RE: Field Order 16 Attachments: Lake Alan Henry WTP RFC #2 REVISED (Overhead Door Headers).pdf; Transmitted Master Concrete Pay App March 2011.pdf Todd, I revised the change request related to FO #16 to provide added detail to the material cost_ I also included a copy of the FO #16 price quote I received from my rebar supplier back in November_ Now that we have poured the OH door headers I have actual concrete poured at 11 CY, which is higher than my estimate when I priced the change. This revised memo includes actual cost for the concrete required. I would appreciate your including this amount in a change order to Master Concrete. Thank you. (I did not charge any forming material to this change, figuring on reusing what I already had on site.) I also attached our notarized pay application for March, which I sent you as a draft on 3/31/11. Since I received no objection, I hope this amount was approved for our draw. If you have any questions please let me know. Thank you. Joe Tinker Project Manager Master Concrete, Inc. 2334 Penn St. Irving, TX 75061 Ofc: 214-441-0396 Fax: 214-"1-0574 Mob: 469-867-1295 Phis o4nali and any attachments may contain amilldential and pdv[Wgad Inferination. If you are not the iatanded mclpien% please —my the sander hannedhately by return e-maN delete this e-mail and destroy any copies. Any dhssandaation or use of this Inforation by a person other than the Intended reciplent is unauthork eed and may be Illeoal. From: Swallows, Todd fmailtq:t5MI!gw Owaishgroup.com1 Sent: Sunday, April 10, 2011 2:38 PM To: Joe Tinker Subject: Feld Order 16 Joe, Please see the attached letter from Black and Veatch requesting additional information on Change Order Request 4 In response to Field Order 16. Please respond as soon as possible. Thanks, Item 12 - Change Order Request #05 Description: Field Order 19 Replace FRP Grating at Membrane with Deck Resolution No. 2011-RO317 ©BLACK VEATCH 9441 LBJ Freeway FIELD ORDER Building a world 0 difference Suite Dallas, T, TX 75243 No. 00019 Phone: 21457077037 Fax: 2145707049 TITLE: Membrane Pipe Trench Suspended Slab PROJECT: South Water Treatment Plant TO: Attn: Jacqueline Smith Archer Western 5114 E. FM 1585 Lubbock, TX 79404 Phone: 806-445-0803 DATE ISSUED: 9/17/2010 CONTRACT No: 161704 REQUIRED EXECUTION: 10/ 1 /2010 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 find attached Figure H-S6-1, which contains the following revisions to Section 2/H-S1 at the East Wall of the Membrane Filtration Area. - In lieu of providing FRP grating to the East wall of the Membrane Filtration Area, provide a 6' - 5 1/4" suspended slab from the east edge of the trench to the location where the minus 2" grade line is located at the East edge of the Future Membrane Unit. The suspended slab shall span the 10'-6" width of the trench. - As indicated in Figure H-S6-1, the top of the slab will slope from Elev 3156.00 to Elev 3155.83, following the slope of the slab on the North and South sides of the trench. - Reference Drawing H-C6 - Revise the East leader of the "Limits of Grating Over Access Trench" callout to point at the East end of the floor slope area for the Future Membrane Unit limits in lieu of the East trench wall of the Membrane Filtration Area. Please coordinate these changes with the grating supplier. Issued By: Acknowledged By: Signed;: Date: 9/17/2010 Signed: Date: Norm 7a el REFER TO SILL DETAIL 14 ON SHEET F-A5.8 FOR DETAILS OF SILL AT DOOR 208. 6'-5 114" 112"0 x 2'-0" SMOOTH 3155.83 3156.00 DWL AT 12" 5r E PAVING 0 #5 AT 10" TILT -UP PANEL #5 AT 10" TOP AND BOTTOM c*s r cv #5 AT 10" -`----- #5 CONT AT 10" EA FACE #5 DOWEL AT 10" #8 AT 12" R 3146.00 tl 2 ' - 0 " - 0 " .SECTION 2 H-Sl CITY OF LUBBOCK, TEXAS SOUTH WATER TREATMENT PLANT FIELD ORDER 19 FIGURE H-S6-1 ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP September 23, 2010 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 #5 — Replace FRP Grating at Membrane with Deck per Field Order 19 Dear Mr. Jagels; The total cost to replace a section of FRP grating with a concrete deck per Field Order 19 is $1,270.00. 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, P ?odd Swael'ocv�t 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 Change DATE: Sept 28, 2010 SOUTH WTP CONTRACT F OWNER: CITY OF LUBBOCK WORK DESCRIPTION: FO 19 ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER Mbm Deck CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. Description Oty Unit UnitTdce Labor I Material E ui ment ISubcontractod Totals LABOR Form / rebar/ pour /patch/ rub Deck 60.00 MH $21.00 $1,260.00 Credit to set beams and grating (24.00)MH $21.00 S504.00 Project Manager 1.00 MH $50.00 $50.00 Su t 1.00 MH $40.00 $40.00 MATERYLL concrete 3.00 CY $110.00 $330.00 rebar 0.50 to $300.00 $150.00 Formwork 1.00 ea $500.00 $500.00 Credit for FRP Grating and Beams 1.00) Is $1 205.00 $1,205.00 $0.00 EQUIPMENT 0.00 hrs $0.00 $ - 0.00 LS $0.00 $ SUBCONTRACT 0.0D $0.00 $0.00 0.00 $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $846.00 $225.OD $0.00 $0.00 $621.00 Labor Burden 55% S465.30 $465.30 5% Compensation an Subcontractor $0.00 15% Compenstion on AW Work $162.95 SUBTOTAL $1,249.25 BONDS $9.32 INSURANCE $11.18 TOTAL AMOUNT THIS PROPOSAL $1 269.74 r v FIBERGLASS GRATING & STRUCTURAL SYSTEMS Customer: Archer Western Contractors Change Order Date: 10/5/2010 Seasafe Job #: J010040289 Your P.O. #: 210022P35 Attention: Todd Swallows Change Order #: 001 Reference: Lake Alan Henry WTP Dwg #: Seasafe Dwg. E3 rev. 3 Description: Credit for material due to dimensional changes in this area of FRP. 69 sq. ft. of Grating GD-16015, VFR, fix, Gritted Surface.=$689.00 Includes deletion for cutting and grating clips. 2 Wide -Flange Beams- 8"x8"x1/2" w/ angle clips. Credit = $516.00 Includes deletion for clop angles, bolting hardware and painting of the beams. Total Credit=$1,205.00