Loading...
HomeMy WebLinkAboutResolution - 2007-R0471 - Contract - Brown-Mckee Inc.- Ground Storage Tank And Booster Pump Station - 10_11_2007Resolution No. 2007-RO471 October 11, 2007 Item No. 5.23 RESOLUTION 3E 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 :xecute for and on behalf of the City of Lubbock a Contract Change Order No. 1 to I ITB #07-Ob5-VK with Brown- McKee, Inc., of Lubbock, Texas, for 500,000 gallon ground storage tank and booster pump station, a copy of which Contract Change Order No. 1 and any associated documents are attached hereto and which shall be spread upon the minutes of this Council and as spread upon the minutes of this Council shall constitute and be a part hereof as if fully copied herein in detail. Passed by the City Council this 11th day of October , 2007. DAVID A. MILLER, MAYOR ATTEST: AM � )-� 7RP-b ca Garza, City Secretary APPROVED TO CONTENT: Thomas L. teams, Deputy City Manager/Director of Water Utilities DDresBrown-McKe®Con07ChgOrd#1 Res October 3, 2007 CITY OF LUBBOCK CHANGE ORDER Change Order #:: I Contractor: Brown -McKee, Inc. Date: September 27, 2007 BID/ITB #: Q Contract #: Project Name: 500,000 Gallon Ground Storage Tank and 601 Booster Pump Station (Pump Station #15) Change Order within the scope of the contract means a Change Order that DOES NOT ALTER THE NATURE OF THE THING TO BE CONSTRUCTED AND THAT 1S AN INTEGRAL PART OF THE PROJECT OBJECTIVE. After performance of a construction contract begins, Change Orders may be approved if necessary to 1) make changes in plans or specifications, or 2) decrease or increase the quantity of work to be performed or materials, equipment, or supplies to be furnished. This DOES NOT mean that a department can redefine the project. All work that alters the nature of the thine to be constructed or that is not an integral nart of the project objective must be let out for public bid by the Purchasing Department, Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the project (attach additional pages if necessary): Revisions included in Change Order #1 1. Removal of two concrete valve vaults as the result of the elimination of two actuated butterfly valves that were originally part of the yard piping, as shown on bid item 11 of the original proposal. (Deduct $12,807.55) 2. The dimensions of the 500,000 gallon ground storage tank are being altered due to FAA regulations. The new dimensions will be 13-feet high with an 84-foot diameter, as shown on bid item 6 of the original proposal. (Add $35,007.15) 3. A Catepillar Generator has been requested in Lieu of an Onan generator and the price difference is included in Change Order 1. (Add $9,613.03) 4. The overhead door on the Pump Station No. 15 building has been increased in size from 10'x 10' to 12'-8"x 10'. (Add $2,418.45) 5. The drain on the Ground Storage Tank has been changed from 6-inches to 12-inches, the access hatch has been enlarged from 24" to 30"x30", and a chlroine injection apparatus has been added to the tank (Add $1,672.32) 6. The pump pad inside the Pump Station No. 15 building has been lowered 9-inches and extended 12- inches and stairs have been added in between the pumps per OSHA regulations. (Add $961.57) 7. The removal of a brass saddle and a 2-inch core stop in the yard piping, as shown in Bid Item I I of the original proposal. (Deduct $507.81) After these items have been removed or revised, the new project total is as follows: Base Bid $1,486,728.00 Change Order No. I add $36,357.16 New Project Total $1,523,085.16 Change Orders must either be negotiated in the best interest of the City of Lubbock or put out for public bid by the Purchasing Department. 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. PUR-045 (Rev 02/06) ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM. ITEM DESCRIPTION AMQVNT A. ORIGINAL CONTRACT VALUE: $1,486,728.00 B. AMOUNT OF THIS CHANGE ORDER: Council upprt ml required ffoverW.OX $36,357.16 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER MIA): 2.45% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0.00 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $36,357.16 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (EIA): 25%Maeimum 2.45% G. NEW CONTRACT AMOUNT (A+E): $1,523,085.16 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; ftum the work performed or modified by the Contractor under this Change Order. ([)CONTRACTOR PROJECTS MANAGER [,'range urgers over, 13,w" requu-e a contract cover J'aeef and ilia JOU0Wing signatanes: CONTRACT MANAGER Date � C 04. /11/07 H 10/11/07 (7) MAYOR/ Date (8) CITY ECRECARY Date Council Date: October 11, 2007 Agenda lt,,#: 5.23 Resolution#: 2007 RO471 PUR-045 (Rev 02tOe) D & R TANK COMPANY, INC. Phone 505.873.1101, Fax 505.877.6548 1210 Prosperity SE Albuquerque, NM 87105 New Mexico License No: 026784 New Mexico DOL NO: 0034920050527 New Mexico Preference No. SPD 03C43 REVISED QUOTATION September 19, 2007 Daniel Izzard Broom -McKee, Inc. 906 East Slaton Road Lubbock, TX 79404 Ph.: 806-745-4511, Fax: 806-748-1681 Re: 500,000 Gallon Ground Storage Tank. Lubbock, TX.. Railport Industrial Development D&R Tank Co., Inc. will provide all supervision, labor, material, tools and equipment to shop fabricate, shop paint, field erect, field paint, and chlorinate one (1) 73' Dia X 17' Ht, 500,000 gallon welded steel water storage tank. Tank will be fabricated, painted and chlorinated in accordance with the latest revision of the American Water Works Association AWWA and customer's plans and specifications. Tank to be abrasive blasted and shop primed at our facility in accordance with NSF-61 and paint manufacturer's standards and specifications. The exterior color is to be selected by the owner. Our shop will be open for inspection by the project engineer during fabrication, blasting and painting procedures. Included Certified Wages, Fabrication Drawings, Shell Man way, 3' x 5' Clean Out Door, Overflow Pipe w/Weir Box & Flap Valve, Roof Hatch, SST Roof Vent, Vent Hatch, Handrail @ Roof, SST Interior Ladder, SST Exterior Ladder w/Cage, Mechanical Level Indicator, Radiograph Testing, Fiber. Board, Sensor Nozzle in Roof, Stilling Well Nozzle in Roof, Cathodic Hand Hole Covers, Required Shell penetrations to First Flange, Skid Resistant Coating Walkway Area on Roof, Interior & Exterior Paint System, Chlorination. Excluded Electrical, Gauges, Level Sensor Equipment, Site Work, Excavation, Dirt Work, Underground piping, Yard Piping & Valves, Foundation Ring, Installation of Foundation Ring, PVC Pipe for Stilling Well, Seal Weld Interior Roof, NACE Inspection, Cathodic Protection, Soil Testing & Reports, Placement of gravel or Sand, Water for Testing, Hydrostatic Testing, Bacteriological Tests, Licenses, Permits, Bonds (Available 0, 1.5%of Contractl and Sales Tax. All items not specifically included are excluded with common exclusions stated above. Additional charges will be added if D&R Tank Co. cannot readily access and fabricate the tank with our standard erection and painting equipment. Bid is based on information provided; any changes will be at additional cost. This Quote is good for 30 days. LUMP SUM PRICE Change Dimensions to 83' Diameter X 13' Height $ 21, 406.00 Respectfully Submitted, Sabrina Ansley 09/18/2007 08:30 98067655190 RRDITCHING PAGE 01 Date: September 18, 2007 Proposal #BMI - Change Order 1 4818 CR 6300 Lubbock, Texas 79415 (8%) 765-5176 Attn: Daniel FAX (806) 765.5190 Brown McKee, Inc. PO Box 3279 Lubbock, Texas 79452 PROPOSAL * Labor, material &. equipment for change order: Diri work $4,805.00 Sand $ 780.00 Gravel $ 250.00 Mobilization & Demobilization $1,050m Total Bid: S 6,885.00 Work to be performed at 500,000 water Storage Tanks, Lubbock, Texas, as :specified in scope of work provided Notes: **Prices only include items mentioned above. Any extra work mast be in the form of a ehanggWler from contractor w1grice adjustments and must have a signature of approval from both R&R Ditching and co tractor. *Proposal does no include any surveying, layout, topsoil provided for landscapia& material testing or treatment, SWP, or any other items not mentioned above. *Payment - Net 30 days from date of invoice. **Texas State Snled Tax -not included. "Proposal must be signed and returned to our office before comnicusernlent of work. ***This proposatls scope of work will supersede any other contracts educed fQ_ this rp oiect. All material is guarameed to he an specified. All work to be completed in ■ workman like manner accmding to standard practices. Any alteration or deviation from abovo specif icalions involving cxLn cmi will he extxuled u{lnn written smkr, and wlil bccoM4 an extra charge Over and above the estimate. All agreements contingent upon strike& accidcnlR or delays h yund our wntml. Owner to carry rim, tornado and cahcr neeessary insuranco. Our workers arc fully cow red by Workman's Compensation tnsurancc. lids prmxrsal may be withdrawn by us WrNA acimpWd within 30 days, Bid By: Kevin Patterson Accepted By: Date: Accepted By: Date; City of LUb k PS 015 & 50,M 08110M Tank FAA Tank Foundation Change Order _ unit tt . - Unfta Law Sub•Com Et�ufg $/unit No. MH Total Labor TotalTotal ToW Tdal Sunk _Mlle. sk." &k t Materials Equip. 011114Lay out - _ is _ 1 0.00 0.00 500.00 0.00 500.00 _ 0.00 022234xcavate FcoUng 0.00 414.30 0.00 414.30 0222449addill around Ext. Perimeter cyda 3 S 22.00 5 2,50 1.3 27.60 0.00 0.00 3.13 30.63 Use excavated material 03100-Formwork $ 22.00 $ 1.25 S 2.50 15.2 333.67 95.00 0.00 37.92 469,59 03200-Relntomin M5 Haft Cont Ibs _ The 175 $ 22.00 S 0.55 S 2.50 3.5 77.00 96.25 0.00 8.75 162.00 N4 9 50 $ 22.00 $ 0.55 $ 2.50 1.0 22.00 27.50 0.00 2.50 52.00 03300-Conerets, ---3 1 -- - 3 -- S 2.50 3 000i ring wall - i = 22.00 _ $ 80.00 S.0 174.00 249.00 0.00 19.50 442.SD _ _ Place from concrete bu * 5 man crew �, Ph- and finlah Com -. al-bu - kl_ _ - - i_1oa0I _ I __- S 22.00 3 2.00 - - 1.5 f].00� 33.00 - _ 0.00 0.00 _ 1a.ao 6.00 _ _ a.30 - 3.75 10.00 _. 42.75 0330144astic wee holes - 23-1" die. x 1'-0' - �S,2.50 _ Aoot. Code a Ofscr#Won unk HO units Labor MUs. Sub CmrM E ui MH No. Total Labor TOW Materials Total TOW E Total $Amk Sheik $Mk $/unk Tax Materials % 0.000 0.00 0.001 0.00 0.00 0 Tax nt % I 8.2501 0.00 0.001 0.00 8,23 6.23 Total Job Cost With Taxes I 1 1 2150.00 07/20/2007 12:48 FAX 18778277363 VAUGHN COMCRETE PROD IR002/008 1%1 Brown McKee, Inc. Attn: Don Steel PO Box 3279 Lubbock, TX 79452-3279 806-745-4511 Fax: 806-748-1661 vaughn concrete products, inc. 10021 Amarillo Blvd. East • Amanllo, lexas 79108-7542 Toll Free (877) 827.8255 • Toll Free Fax f877) tt27-7303 (80E) 37d-3747 • FAX (806) 335-3717 July20, 2007 Project: Railport Development Utility Improvements 500.000 Gaaon Ground Storage Tank & Booster Pump Station Lubbock, TX Bid Date: July 23, 2007 MATERIALS QUOTE NO. PQ 5412-1 We are pleased to quote the following on the above mentioned project. Our quote is in accordance with our interpretation of the plans and specifications, or the Information we were provided With, quantities are believed correct, but they are not guaranteed. If actual quantities dl#fer, unit prices must be used. Contractor to determine if materials quoted are suitable. VCP to supply materials to approved submittals. PACKAGE A Our Standard Precast Concrete Vaults - Manufactured In Sections To AASHTO HS-20-44 Loadings Price Inlcudes: Precast Concrete Vault, wl Piping Blockouts For Contractor To Grout In Pipes, Removable Lid w/Aluminum Hatch Providing Appx. The Same Size Opening As The Vault For Occasional H-20 Loadings Cast In, 1 Row Joint Sealant/Joint Of Vault & Vault & Lid VCP 606070 - 6'-0' Wide x V-0' Long x T-0" High Inside Dimensions (2 Required) is $8,261.00 Each Heaviest Piece Weighs Appx.15,000 Lbs. VCP 6010070 - 6'-0" Wide x 10'-0" Long x T-W High Inside Dimensions (1 Required) Q $11,992.00 Each Heaviest Piece Weighs Appx. 18,000 Lbs. VCP 10010070-10'-0" Wide x 10'-0" Long x r4r High Inside Dimensions (2 ReWITed) Q $22,281.00 Each Heaviest Piece Weighs Appx. 27,000 Lbs. -No Coatings Or Any Other Items Not Specifically Listed Are Included In This Pricing FOS Jobsite, Contractor Unloads, 1 Hour Unloading TimelTruck With Sufficlent Truck Access, Full Truckloads Required. Additional Truck Time C $105.00/Hour/Truck. (if Required) Any Structure That Must Be Water Tight, Must Be Water Or Vacuum Teated Prior to ®ackfilling ..-�.-ara.r.r.rr-r.r.ra•aaa-a •r.arra...-♦.•�.r■•■.�.. r.r-.. Pricing Is Based On Current Steel, Cement S Fuel Prices & is Subject To Change Should Any Of Those Prices Inemaze More Than 10% Production Lead -Time May Very Depandant On Availability of Cement From Our Supplier TERMS NET 30 DAYS REQUIRES PAYMENT WITHIN 30 DAYS FOLLOWING THE INVOICE/STATEMENT DATE OR AN ADDITIONAL 10'% WILL APPLY - NO APPLICABLE TAXES INCLUDED - SUBJECT TO YOUR MATERIAL REQUIREMENTS MEEnNG OUR PRODUCTION SCHEDULE. PRICE SUBJECT TO CHANGE IF FUEL COSTS CHANGE SIGNIFICANTLY. THIS QUOTE MAY BE WITHDRAWN BY Us IF NOT ACCEPTED WITHIN 30 DAYS, VAUGHN CONCRETE PRODUCTS, Inc. ACCEPTED BY _ DATE 07/?0/2007 12:48 FAX 1877B277363 VAUGHN CONCRETE PROD IA003/006 1%1 Brown McKee, Inc. AIM- Don Steel PO Box 3279 Lubbock, TX 79452-3279 BCIO-745-4511 Fax: 806-748-1681 vaughn concrete products, inc. 10021 Amarillo Blvd. East • Amarillo, Tcxas 79108 7542 Toll Free (877) 827-8255 - Toll Free Fax (B77) 827-7383 (806) 374-3747 9 FAX (806) 335-3717 July 20.2007 Project: Railport Development Utirlty Improvements 500,000 Gallon Ground Storage Tank & Booster Pump Station. Lubbock, TX Bid Date: July 23, 2007 MATERIALS QUOTE NO. PQ 5412-2 We are pleased to quote the following on the above mentioned project. Our quote is In accordance with our interpretation of the plans and specifications, or the information we were provided with, quantities are believed correct, but they are not guaranteed. If actual quantities differ, unit prices must be used. Contractor to determine if materials quoted are suitable. VCP to supply materials to approved submittals. lanufactured In Sections To ASTM C-478 To Satisfy AASHTO HS-20-44 Loadings Price inicudes: Provided Flat Bottom Without Base, w/2 Piping Blockouts Or Notches For Contractor To Grout In Pipes, Up To 8VF Of 48* 1-D. Manhole Barrel, 48" Traffic Lid (Flat Top), Ring 6 Cover Equal To The Specified 5511-36, 2 Rows Joint Sealant/Joint Of Manhole $1,270.00 Each - No Coatings Or Any Other Items Not Specifically Usted Are Included In This Pricing - Additional 48" I.D. Manhole @ $60.00/FL (If Required) Price Includes: 2 Rows Joint Sealant/Joint of Manhole FOB Jobsite, Contractor Unloads, i Hour Unloading Time/Truck With Sufficient Truck Access, Full Truckloads Required. Additional Truck Time a $105.00/Hour/'Pruck. (If Required) Any Structure That Must Be Water Tight, Must Be Water Or Vacuum Tested Prior to Backfllling Pricing is Based On Current Steel, Cornord 3 Fuel Prices d, Is Subject To Change Should Any Of Those Prices Increase More Than 10% Production Lead -Tiara May Vary Dependant On Availability of Cement From Our Supplier TERMS NET 30 DAYS REQUIRES PAYMENT WITHIN 30 DAYS FOLLOWING THE INVOICE/STATEMENT DATE OR AN ADDITIONAL 10% WILL APPLY - NO APPLJC:ABLE TAXES INCLUDED - SUBJECT TO YOUR MATERIAL REQUIREMENTS MEETING OUR PRODUCTION SCHEDULE. PRICE SUBJECT TO CHANGE IF Fug C)ST5 CHANGE SIGNIFICANTLY. THIS QUOTE MAY BE WITHDRAWN BY Us IF NOT ACCEPTED VVITNIN 30 DAYS. VAUGHN CONCRETE PRODUCTS, Inc. ACCEPTED BY DATE ' 10A00 West 1 X • lui WW. TX 79706 • Phone (432) 663-1863 • Fax (432) W3-1871 Project My of Water Storage Tank Project 45&W C wm*t and ATS COOSCt k9 a oleo I Dardel b=d Guetoriw. BrvMnt MCKee September 4, 2W7 REWSM 02-DATED SMW Warren Cat Is pleased to offer the following revisal quotatlon for your motion: (1) Now Caterpillar model C15 diesel standby genamtbr set rated 400I(w, 480Vdt. 3 phase. 60Hz equipped ea tokms: • Tler 3 EPA Compliant « Waatherproaf 6nol surewith critical level silencing system •60OAmp, 3 pole, 100% rated aircult breaker Ah shunt trip device « PwrnardwA magnet generator excitation • 740 Gallon tr*Val double wall furl tank bam • Conisnt kww sensor • EMCP 3.2 Cor►trcl panel • NFPA981110 alarm module • NFPA-Ml 10 Remote 16 light annunciator (3hipped tome for contractor Installation) • Digital Voltage rregulatm • 1l�Amp baf l dwW • battery set with racks and cables • Jacket water heater (240Vott) • Low 4W level switch • (2) Operations 8 Owrws manuals (1) New Caterpillar model CTS open transition automatic transfer switch rated 600Amp, 480Volt, 4-pole equipped wb Noma 1 enclosure (i<ndaor installation), MX260 mkxoprocessor controller, programmable clock exerciser and "hase mwWr Totalpale price,. -- . .......... ................................................ $75,896.W 1) Skngie point lift is not indudod. Generatx set lifting is located at tuel tank be", 4 comers 2) Standard fractir y production tests are indudad in quote price 3) Warren Cat proposal Is based upon Caterpillar Electronic Modular Control Panel (EMCP 3.2) 46 Per disousslon with Parkhlll, Smith and Cooper, any variances have been addressed and a0cepted 4) Delivery is running approximate 20 weeks after receipt of order or fabrtcatknn (eieaae 5) Quote Is basal upon sect}on i6620 Engine Generator and 16630 Automatic Transfer Switch sections only. No drawings have been submitted for rsvk«wr 6) Prk*Q does not include fuel, unloading expense, oe taxes Tt>arric y0iiSUphahie Electric Power Sales Representative Warn CAT (432) 571-4204 Stephanle.Wardei@warrencatcom ZOO/aCa•a 89CLO asd lv� uaxxvM TLei 09 Ut< wet LOOZ,bo•aas 07/20/2007 09;15 FAX CUMMINS SOUTHERN PLAINS, LTD 600 North Watson 13oad Arlington TX 76011 United States Direct: (817)640-6830 July 19, 2007 Project Name: Lubbock Water Project Quotation: 1=56000000569t 84 Ltuotation Attn: Tommy Richardson TPC Electric 972-496.0548 fax Thank you for your inquiry. We are pleased to quote as follows: 11001 USI) Diesel Genset: 60Hz-4001350kW 60Hz-352I320kW Install-US-Stat tnstallation-In USA,Statlonary 1 4000FEH Genset-Diesel,60Hz,400kW-Standby Rating 1 A331-2 Duty Rating -Standby Power 1 L090-2 Llsting-UL 2200 1 L098-2 Emissions-Cert,EPA,Tier 2,NR Compression Ignition 1 F200-2 Enclosure-Steet,Weather Prot,Base Mtd,w/ExhSys 1 0205-2 Fuel Tank-Subbase,660 Gallon,UL142 Compliant 1 R002-2 VoRtage-277/480,3 Phase,Wye,4 Wire 1 B258-2 Alternator-60 Hz, 12 Lead, Extended Range, 1251105C 1 H643-2 SET CONTROL -KC 2100 1 H536-2 Display Language -English 1 H605-2 Display-Controi,Graphical 1 H606-2 Meters -AC Output,Analog t K P 60-2 Interlace-Com rn unlcationsNtwk, FTT-10 1 KP74-2 Stop Switch -Emergency, Externally Mounted 1 K631-2 Relays-Genset Status, User Configured 1 H609.2 Control Mounting -Left Facing 1 KM66-2 Circuit Breaker Mtg-Single Brkr,Right of Control 1 KS31-2 Circuit Breaker•600A, 3-Pole, Ut_ 600,IEC 690, 100% 1 P175-2 Enclosure Cotor-Green,Steel Enclosure 1 B786.2 Battery Charger-12 Amp, Regulated 1 0127-2 Separator-FueI)Water 1 E082.2 Engine Cooling -Radiator, 40C Ambient 1 H557.2 Coolant Heater-208/2401'4MOV, Below 40F Ambient Temp 1 0041-2 Engine Air Cleaner -Normal Duty 1 07/20/2007 W 16 FAX Qj 002 L026-2 Test Record-Cer idled 1 L029-2 Genset Warranty-2 Year Standby i L050-2 Literature-Engtish 1 A412-2 Packing -Base Mtd Housing 1 CP01-2 Common Parts Listing 1 SPEC-F Product Revision - F 1 0541-0814-02 Annunciator Kit-w/Enclosure 1 Transfer Switch -Power Command: 300A/400A/60QA OTPC600 Transfer SwRch-0nan,PwrGmd,600 Amp 1 A029-7 Poles-4 1 A036-7 Application -utility To Genset 1 A046-7 Usting-UL 1008/CSA Certification 1 A044-7 Frequency-60 Hertz 1 A042.7 System-3 Phase,3 Wire Or 4 Wire 1 R026-7 Voftage-480 Vac 1 B002-7 Cabinet -'type 3r f CO24-7 Control -Transfer Switch, Level 2 1 M018-7 display -Digital 1 M031-7 Interface -Communications Network,FTT-10 1 L102.7 Auxiliary Relay -Switch In Emergency Position-24VDC 1 L103-7 Auxiliary relay -Switch In Normaf Position-24V[30 1 G004-7 Transfer Switch Warranty-2 Yr Comprehensive 1 CP01-7 Common Parts Listing 1 SPEC -A Product Revision - A 1 Exide (2) 80 lead acid batteries 1 SPP Service startup & 4 hr. load bank test 1 Respec dim modules 1 Onan manuals Grand Total $68,233. Notes: 1. Lead time on the gen set is 84 calendar days and 3-4 weeks on the auto trf switch. 2. It an 800 amp ats is needed instead of the above quoted 600 amp, add $1019 to above price. 3. The load bank test would be with resistive load banks 0 1.0 pf as 1 do not have a resistive/reactive bank that will do 400 kw in the field. The gen set is tested 0 the factory ®.8 pt and would be shown on the certified test report. 07/20/2007 09:16 FAX 4. 1 am D!2L quoting fuel for the startup. 5. Quote is based on the gen set and ate being shipped direct to the job site or your yard as freight Is allowed to the first destination from Onan. Call if you have questions. Submitted by f r Wilson Warner , Inside Safes wilson.n.wamer@cummine.com Fax: 817-640-6969 817-946-7886 Celi 817-640-6830 Office 0003 "41:>ALI r, DOWER SVEn. 'TEM-ca Austin - Brownsville - Corpus Christi • Dallas • Edinburg • Ft Worth • Laredo • Longview - Pliugerville • San Antonio Victoria - Waco Current Date: 08/21 /2007 Quotation Expires: 08/12/2007 KAP 1369-C 15-400 KW TPC Electric Company Inc 2816 Central Drive Bedford TX 76021 RE. Lubbock Pump Station In accordance with our discussion we are pleased to submit Per our interpretation of specifications 16620 pages 1 to 11 and 16530 pages 1 to 5. HOLT CAT proposes to furnish this equipment at the attached Quoted price. UL 2200 LISTED PACKAGE GEN SET CERTIFIED TIER 3 STATIONARY APPLICATION USE INSIDE US EPA LOCATIONS STANDBY POWER APPLICATION EMCP 3,2 CONTROL PANEL 400 EKW W/1'AN SA ENCLOSURE REQUIRED C (S 480/227V 6011Z PKG GEN NFPA99-1 IO/CSA282 LOCAL ANNUN 600 AMP UL 3 POLE 100% CB CAN 2 GENERATOR 6124D FRAME AREP 6114B FRAME GENERATOR REMOVAL REMOTE ANNUNCIATOR 99/110 (1 SOUND ATTEN ENCL-YELLOW ENCLOSURE INT MAINT LIGHT SDW FUL TNK BS-800GAL 3028E COOLANT LEVEL SENSOR BLOCK HEATER 1.5 KW 240 VAC FUEL LEVEL SWITCH LOW FUEL LEVEL ALARM FUEL RUPTURE BASIN ALARM SPACE HEATER - 230V OPTION CHASSIS 02 OPTION CHASSIS 01 SHUNT TRIP UL BKR (24 VDQ 04 CONTROL PANEL MOUNTING - REAR CHARGING ALTERNATOR - 45 AMP BA77-1300CCA BATTERY CHARGER-10 AMP CONTROL. GP -NEATER 240V L-L EXTRA ENGLISH LIT (2) NEUTRAL GND CONNECTION AUTOMATIC TRANSFER SWITCH CATERPILLAR-4-POLE-600AMP-60HZ PRE & POST TCtANFER 2 CIRCUITS DELUXE 365 DAY TIME CLOCK TIME DELAY STOP TIME DELAY TRANSFER TIME DELAY RETRANSFER PHASE MONITOR POSITION INDICATORS MANUALTRANSFER MICROPROCESSOR CONTROLS EXERCISER CLOCK Level III Startup with 4 hr load bank at job site FOB Jobsite for total OPTIONS: 1. With out the Sound Attenuating Enclosure and space heater the pricing Of this Generator with Weatherproof Enclosure is ------------------- $83,860.00 2. This unit is in stock and is subject to prior sale. Accessories & On -Site Services Service & Make Ready On -Site Start-up Service During Normal Hrs 1 Set of O&M Parts Manuals 2Yr 124 Month Standard Warranty Items & Services Not included Fuel for start-up & Testing (800 gals) Off -Loading of Equipment @ Site & Installation Local codes are not include unless stated State f Local 1 Emissions Taxes Terms Net 30 Days Thank you for the opportunity of quoting this project. HOLT CAT remains at your disposal for any additional information or assistance that you may require. Sincerely yours, Ken A Peichel HOLT CAT Engine Sales Representative Phone: 972-721-5808 Fax: 972-721-5844 HOLT CAT IS AN EQUIPMENT SUPPLIER ONLY, THE CUSTOMER IS RESPONSIBLE FOR ANY AND ALL INSTALLATION OF THE ABOVE EQUIPMENT, ALL EQUIPMENT NEEDED TO PERFORM ANY LOADING OR UNLOADING OF THE EQUIPMENT SUPPLIED BY HOLT CATIS THE RESPONSIBILITY OF THE BUYER. IIOLTCAT LIMITS THE SCOPE OF SUPPLY FOR THIS QUOTATION TO THE EQUIPMENT AND SERVICES LISTED IN OUR BILL OF MATERIAL. UNLESS SPECIFICALLY LISTED IN OUR BILL OF MATERIAL, EQUIPMENT NOT INDICATED IS ASSUMED TO BE SUPPLIED BY OTHERS. WE HAVE DETAILED THE EQUIPMENT PROPOSED IN THE BILL OF MATERIAL. PLEASE CHECK IT TO BE CERTAIN THAT IT MEETS YOUR REQUIREMENTS, WE RESERVE THE RIGHT TO CORRECT ANY ERRORS OR OMISSIONS. STANDARD WARRANTY OF THE MANUFACTURER APPLIES. COPIES ARE AVAILABLE FROM THE MANUFACTURER UPON REQUEST. CONTRACTS WHICH INCLUDE PENALTY OR LIQUIDATED DAMAGE CLAUSES FOR FAILURE TO MEET PROMISED SHIPPING DATES ARE NOT ACCEPTABLE OR BINDING ON HOLT CAT. UNLESS ACCEPTED AND CONFIRMED IN WRITING BY AN OFFICER OF HOLT CAT AT ITS HEADQUARTERS OFFICE, THERE WILL BE A 25% CANCELLATION FEE FOR ANY ORDERS CANCELLED, ONCE PLACED AND ACCEPTED BY HOLT CAT. HOi:f CAT STANDARD AND EXTENDED TERMS AND CONDITIONS ARE INCLUDED IN THE QUOTATION AND HEREBY BECOME PART OF THIS QUOTATION. THESE SAME TERMS NEED TO BE NOTED ON ANY PURCHASE ORDER RECEIVED BY HOLT CAT IN ORDER TO PROCESS YOUR ORDER. HOLT CAT WILL NOT BE RESPONSIBLE FOR ANY LABOR OR MATERIAL CHARGES BY OTHERS ASSOCIATED WITH THE START-UP AND INSTALLATION OF THIS EQUIPMENT UNLESS PREVIOUSLY AGREED UPON. IN WRITING BY MOLT CAT, 0 V7 fflro- 11 Agenda Item #.## Contract Amendment Resolution - Water Utilities : Consider a resolution authorizing the Mayor to execute Change Order No. 1 to the contract with Brown McKee for a 500,000 gallon ground storage tank and booster pump station. Item Summary The contract involves the construction of a 500,000 gallon ground storage tank and booster pump station (Pump Station No. 15) located just north of FM 1294 and east of Interstate 27 along North Ivory Avenue. The second contract involves the construction of approximately 2,010 feet of 10 inch sanitary sewer collection line, a new submersible sanitary sewer lift station, approximately 4,100 feet of 6 inch force main, 1,500 feet of 8 inch water supply line and approximately 7,800 feet of 16 inch water supply line. The contract provides the needed utilities and infrastructure necessary for the first phase of the Rail Port Industrial Development. Change Order No. 1 consists of changing the manufacture of the proposed on site generator because of local service availability and standardization with existing generators, increasing the width of the roll up door from 10 feet to 12 feet, removal from the project several valve vaults, lowering the existing pad constructed for the proposed tank and lowering the profile of the proposed tank to meet Federal Aviation Administration elevation requirements. Fiscal Impact $3,691,081 was appropriated with $3,502,602 available in Capital Improvement Project 92115 Airport Industrial Area Wafer Improvements. The original contract was for $1,486,736. The Change Order No. 1 is for an additional $36,357 resulting in a new contract total of $1,523,085. Staff SubmitdAg/Reconmmendadon Thomas L. Adams, Deputy City Manager Water Utilities Staff recommends approval. City Council Meeting