Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2015-R0424 - Contract - Eagle Contracting LP - NW Water Reclamation Plant - 12/17/2015
Resolution No. 2015-RO424 Item No. 5.6 December 17, 2015 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. 12048 by and between the City of Lubbock and Eagle Contracting, LP, for the Northwest Water Reclamation Plant Phase 1 A, 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 December 17, 2015 GLEN. ROBeTS�M, MAYOR ATTEST: i Rtca Garza, City Secretat, VED AS TO CONTENT: L. WooATFraoin, P.E., Director of Public Works APPROVED AS TO FORM: Amy Ls Dep ity o a RES.ChgOrd# 1, Contract -Eagle Contracting, LP 1 1.24.15 Contract No: 12048 Change Order No. CO -1 BID/RFP No. RFP 14 -12048 -TF City of Lubbock Purchasing and Contract Management Change Order Contractor: Eagle Contracting, LP Contract Title: Northwest Water Reclamation Plant Phase 1A Project Number: 92221.9242.30000 "Change Order" means a written order to a Contractor executed by the Owner in accordance with the contract authorizing an addition to, deletion from, or adjustment or revision of the requirements of the contract documents, or an adjustment to the compensation payable to Contractor, or to the time for performance of the contract and completion of the Project, or a combination thereof, which does not alter the nature of the thing to be constructed and is an integral part of the project objective. Adjustments to "Estimated Quantities" to a line item in a Unit Price contract do not require a Change Order. All work that alters the nature of the thing to be constructed or that is not an integral part of the project objective must be let out for public bid. Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the project (attach additional pages if necessary): This change order covers 15 items which include items removed from the project scope, items added due to changes in the field, and items added to improve the performance and/or operation of the treatment plant. See attached for breakdown. 2. 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: $ 53,685,000.00 B. AMOUNT OF THIS CHANGE ORDER: Council approval required if over $25,000 ,438,212.43 COST CENTER: ACCOUNT: v1, C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): -0.82% % D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ 0.00 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $ -438,217.43 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25n increas'! -0.82% % or decrease G. NEW CONTRACT AMOUNT (A+E): $ 53,246,782.57 3. It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes full compensation to the Contractor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise, in anyway incident to, or arising out of or resulting directly or indirectly; from the work performed or modified by the Contractor under this Change Order. This Change Order is not valid without the following signatures (please sign in order and return 3 ariginals with Contract Cover Sheet to Purchasing and Contract Management Department): ,,, - I -is (1)CONT Date (2fWOJEtT CH CT/ENGINEER Date Approved as to Conte t Approved Fonn: if rs / 3 R'S RE SE TIVE ate (4 TT EY Date T A (5) CAPITAL ROJECTS MANAGER Date (6) P !RCI SIN ND CONTRACT MANAGER Date Wedover 825,000 require a Co Ir over Sheet and the followinI. gs afore CITY OF LU ES jj -11 (7) MAYOR 8)to SECRETARY Date Council Date December 17, 2015 Agenda Item #:a7 Resolution #: -424 PUR45 (Rev 12/2012) City of Lubbock Northwest Water Reclamation Plant Phase 1A Change Order No. 1 DESCRIPTION OF CHANGE ORDER a. Per PCM No. 1, for reducing the protective coating system thickness at the PTU (Preliminary Treatment Unit). b. Per PCM No. 2, for reducing the extent of select fill used for backfill at the Raw Wastewater Pump Station. c. Per PCM No. 3, for deleting diesel engine Generator No. 2 and related appurtenances. d. Per PCM No. 4, for reducing FRP (fiberglass reinforced plastic) ductwork flanges thickness and deleting selected flanges from the FRP ductwork. e. Per PCM No. 5, add a backflow preventer, and associated appurtenances, to the south potable water line connection. f. Per PCM No. 6, for changing fiberglass lined concrete manholes to fiberglass manholes. g. Per PCM No. 7, for deleting redundant post -aeration blower VFDs (variable frequency drives). h. Per PCM No. 8, for pipeline scope modifications at the Diversion Box. i. Per PCM No. 9, for reducing the protective coating system thickness at the Raw Wastewater Pump Station. j. Per CMR No. 1, for substituting joint restraint manufacturers. k. Per CMR No. 2, for pipe encasement modifications. I. Per CMR No. 5, for adding flange coupling adapters to drain valves in the MBR (Membrane Bioreactor) Basin. m. Per CMR No. 6, for adding flange coupling adapters to drain valves in the CLBR (Closed Loop Biological Reactor). n. Per CMR No. 9, for overhead door modifications at the PTU. o. Per CMR No. 10, for modifying the embedment/backfill of the 48 -inch raw sewage pipe entering the plant and connecting to the Raw Wastewater Pump Station. EFFECT OF CHANGE Extended Additional Item Description Unit Cost Days a. PCM No. 1 Lump Sum $ -45,041.72 0 b. PCM No. 2 Lump Sum $ -47,265.00 0 C. PCM No. 3 Lump Sum $ -202,763.00 0 d. PCM No. 4 Lump Sum $ -49,525.00 0 e. PCM No. 5 Lump Sum $ 27,569.37 *0 f. PCM No. 6 Lump Sum $ -89,316.00 0 g. PCM No. 7 Lump Sum $ -18,600.00 0 h. PCM No. 8 Lump Sum $ -72,260.66 0 i. PCM No. 9 Lump Sum $ -13,576.49 0 j. CMR No. 1 Lump Sum $ -5,000.00 0 k. CMR No. 2 Lump Sum $ 37,115.48 *0 I. CMR No. 5 Lump Sum $ 2,203.33 0 M. CMR No. 6 Lump Sum $ 2,203.31 0 n. CMR No. 9 Lump Sum $ 10,224.72 0 o. CMR No. 10 Lump Sum $ 25,814.23 *0 Total $ -438,217.43 * These items included a request for additional time if the available float is used up, per the provision in specification section 01250 paragraph 1.4 A.M. If the project schedule float is used up this time will be added to a future change order. PCM -5: 5 days CMR -2: 9 days and an additional $5,187.29. CMR -10: 3 days and an additional $974.96. Projectmates - Proposal Requests - Details Page l of 2 PCM # 1 10 -Nov -2015 01:11 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Preliminary Treatment Unit Coating System General Reference PCM -001 Requested By 27 -Feb -2015 03:47 PM CT Spec Section 9 - Finishes Reason Code none Description See attached for the PCM. Attachments Attachments: PCM-001.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Josh Frisinger A Matt Kuykendall Imo' Mary Gonzales A Ron Bray A Craig Henderson A Kyle McCoy A John Turpin A Zoltan Fekete m Andy Howard A Wood Franklin Proposal Cost will be Decreased by US $-45,041.72 Time will be Increased by 0 Day(s) Memo See attached offer. Attachment(s) Attachments: PCM -001 PTU Special Coatings Changes.pdf Sent To Marshall Plunk (Proposal Request Originator) John Turpin (Owner's Representative) Copy To A Zoltan Fekete Recommendations Recommendation See attached proposal offer. Attachment(s) Attachments: PCM -001 PTU Special Coatings Changes(1).pdf Sent To Marshall Plunk (Proposal Request Originator) John Turpin (Owner's Representative) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Copy To A Zoltan Fekete Approve/Disapprove Status Cost will be Time will be Memo Attachment(s) Sent To Copy To Approved Decreased by US $-45,041.72 Increased by 0 Day(s) City staff recommends this change to be included in a future change order or field order. Marshall Plunk (Proposal Request Originator) Glenn Grant (Contractor's Representative) John Turpin (Owner's Representative) A Charles Baldwin J% Matt Kuykendall Mike Bigham A Ron Bray A Kyle McCoy A Kyle Comey A Desirae Dalton ® Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. A Marshall Plunk 0 Zoltan Fekete A Mary Gonzales & Craig Henderson A Andy Howard A John Turpin A Pat Kolb Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 ALAN PLUMMER- PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION — ENVIRONMENTAL m's ENGINEERS AND SCIENTISTS PCM -001: PRELIMINARY TREATMENT UNIT COATING SYSTEM Please provide a proposed cost deduct for the changes described below: At the Preliminary Treatment Unit (PTU), in lieu of the 250 mil thick top coat specified in Section 09980, Paragraph 1.2.C, Table 1, provide one top coat, 125 mils thick, applied in two passes. This modification applies to all areas associated with the PTU described in Table 1 in Section 09980. Page 1 of 1 REV 09/2009 f:\projects\0425\018-01\construction admin\contract modifications\pcm\pcm-001\pcm-001.docx Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-OD1 Date April 27, 2015 Work Description Change thickness of Chemical Coating of PTU Channels Owner: Engineer: Contractor: The City of Lubbock, Texas Alan Plummer Associates Eagle Contracting 1635 13th Street 1320 South University Dr., Suite 300 607 S. Pearson Lane Lubbock, Texas 79415 Fort Worth, Texas 76107-5737 Keller, Texas 76244 Labor Material Equipment Subcontractor TOTALS: $ - #VALUE! I #VALUEI $ (45,041.72)1 #VALUE! Eagle Insurance Overhead & Profit Overhead & Profit $0.00 $0.00 $0.00 Subtotal Bond -$45,041.72 $0.00 Subtotal -$45,041.73 Total Amount This Cost Proposal -$45,041.73 Time Extension Required - 0 Days QU0tat10J7' —=Mag!lu.tn-Manhoie_-and-UndergrouncLC-OmP.a _DBE Certffied/11013 Certified N.. First St. Garland, Texas 75040 --phdrieF'972-276-2048- -Fax 972-276-631-8'M6ljfi61e CoMpank Project : Northwest Water Reclamation Plant 14-112048-11P Prepared by. Jennifer Lingle Lubbock Date March 12, 2015 Cuttmey Eagle Contracting Fax Comments or Special Instructions: REVISED QUOTE LE�6`0kbb ' pq 'IF X13..tP.DINT _TERMS.:'::":; Interior Coat new structure with vI, tob."F MEN - E Interior Coat new structure with vI, tob."F 125 mils Raven 405 This changes the previous quote of 250 mil thickness and results N-li'ctl- Nf in a savings of $45,041.72 SUBTOTAL el, ZA fo Y, 1`1-q2. 42's� 125 TAX RATE SALES TAX OTHER it Ac: -a -1 -7 TOTAL THANK YOU FOR YOUR BUSINESSI , . A ALAN PLUMMER PROPOSED CONTRACT --- ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -001- PRELIMINARY TREATMENT UNIT COATING SYSTEM Please provide a proposed cost deduct for the changes described below: At the Preliminary Treatment Unit (PTU), in lieu of the 250 mil thick top coat specified in Section 09980, Paragraph 1.2.C, Table 1, provide one top coat, 125 mils thick, applied in two passes. This modification applies to all areas associated with the PTU described in Table 1 in Section 09980. Page 1 of 1 REV 09/2609 tiprojects\04251018-01\construction admtn\conlract modifications\pcm\pom-001\pcm-001.docx Foran PCM Projectmates - Proposal Requests - Details PCM # 2 10 -Nov -2015 01:13 PM CT Page l of 2 Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Raw Wastewater Pump Station Backfill General Reference PCM -002 Time will be Requested By 27 -Feb -2015 03:53 PM CT See attached deductive offer. Spec Section 2 - Sitework Reason Code none Marshall Plunk (Proposal Request Originator) Description See attached for the PCM. Copy To Attachments Attachments: PCM-002.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Wood Franklin A Matt Kuykendall A Josh Frisinger A Ron Bray A Mary Gonzales 0 Kyle McCoy Craig Henderson A Zoltan Fekete A John Turpin Proposal Cost will be Decreased by US $-47,265.00 Time will be Increased by 0 Day(s) Memo See attached deductive offer. Attachment(s) Attachments: PCM-002(1).pdf Sent To Marshall Plunk (Proposal Request Originator) John Turpin (Owner's Representative) Copy To A Zoltan Fekete Approve/Disapprove Status Approved Cost will be Decreased by US $-47,265.00 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Sent To Marshall Plunk (Proposal Request Originator) Glenn Grant (Contractor's Representative) John Turpin (Owner's Representative) Copy To r Charles Baldwin & Marshall Plunk A Matt Kuykendall m Zoltan Fekete 41 Mike Bigham m Colden Rich m Ron Bray A Mary Gonzales m Kyle McCoy & Craig Henderson • Kyle Comey A Andy Howard ,, Desirae Dalton A John Turpin A Trevor Overman A Pat Kolb Copyright (c) 1999-2015, Systemates, Inc. Page 2 of 2 https://www.apai-proiects.com/Proiectmates/PR/PRDetai l.aspx?enc=68McHYOpmA70+... 11/10/2015 PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-002: RAW WASTEWATER PUMP STATION BACKFILL Please provide a proposed cost deduct for the following modification to the Raw Wastewater Pump Station backfill: In lieu of backfilling the Raw Wastewater Pump Station with select fill, as shown on drawings S-050 through S-053, place an 8'-0" horizontal envelope of select fill around the perimeter of the pump station and transition to native backfill beyond the 8'-0" horizontal envelope. The select fill material shall meet the requirements of the plans and specifications. Both the select fill and the native fill shall be placed in maximum 6 -inch loose lifts according specification 02300, be compacted to a minimum 95 -percent standard proctor, and be within 2 -percent of optimum moisture content. Page 1 of 1 REV 09/2009 f:\projects\0425\018-01\construction admin\contract modifications\pcm\pcm-002\pcm-002.docx Form PCM NORTHWEST WATER RECLAMATION PLANT Owner's Cost Savings Options Cost Savings Options Requested by Engineer: PCM -002.) Delete all of the Select Fill of the Raw Waste Water Pump Station except for an 8'-00" horizontal envelope of Select Pill around the buried Pump Station and use excavated materials from the Pump Station (Native Pill) for the remainder of the backfill of this Pump Station: Owners Cost Savings: $47,265.00 ALAN • ASSOCIATES,- ENVIRONMENTAL ENGINEERS AND SCIENTISTS PROPOSED CONTRACT PCM -002: RAW WASTEWATER PUMP STATION BACKFILL Please provide a proposed cost deduct for the following modification to the Raw Wastewater Pump Station backfill: In lieu of backfilling the Raw Wastewater Pump Station with select fill, as shown on drawings S-050 through S-053, place an 8'-0" horizontal envelope of select fill around the perimeter of the pump station and transition to native backfill beyond the 8'-0" horizontal envelope. The select fill material shall meet the requirements of the plans and specifications. Both the select fll and the native fill shall be placed in maximum 6 -inch loose lifts according specification 02300, be compacted to a minimum 95 -percent standard proctor, and be within 2 -percent of optimum moisture content. REV 09/2009 Page 1 of 1 Form PCM faprojacts1042510'IB-011construction adinfMcantrad moditicationsuxmlpcm-0021pcm-002.docx EAGLE CONTRACTING, L.P. BASE BID: I UNIT PRICE LABOR 0 MATERIAL EXCAVATION 20,891 BCYD PCM -002 RAW WATER PUMP STATION BKFL. Qty Unit L M CODES LABOR CODES MATERIAL TOTAL BASE BID: I 1 0 0 0 EXCAVATION 20,891 BCYD 0.651 0.00 1 13,579 0 13,579 EXPORT ONSITE 28,203 SCYD 0.17 2.50 4,795 70,508 75,302 SELECT FILL 36,338 TONS 1.50 7.00 54,507 254,366 308,873 0 0 0 TOTAL FOR BASE BID: 1 LS 0 0 397,754 0 0 0 0 0 0 PCM -002 BFT ENVELOPE OF SELECT FILL 0 0 0 EXCAVATION 20,891 BCYD 0.65 0.00 13,579 0 13,579 EXPORT ONSITE 28,203 SCYD 0.17 2.50 4,795 70,508 75,302 COMMON FILL LOAD 8 HAUL ONSITE 26,499 TONS 2.33 3.50 61,743 92.7471 154,489 SELECT FILL SEGREGATE FROM COMMON 9,839 TONSI 2.33 7.00 22,925 68,873 91,798 RE -MIX SELECT/COMMON CQ PIPE PENTRTN'S 4 EA 1.500.001 0.00 6,000 0 6,000 0 0 0 TOTAL FOR BFT ENVELOPE - SELECT FILL 0 0 341,168 0 0 0 0 0 0 TOTAL SAVINGS 1 LS 0 0 66,586 MINUS EAGLE'S SHARE OF COST SAVINGS 11 LS 0 0 9,321 0 0 0 COST SAVINGS OFFER TO OWNER 1 LS 0 0 47,265 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ol 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PAGE TOTAL 0 01 0 Lubbock NW WRP Estimate 9 3/2/2015 Projectmates - Proposal Requests - Details PCM #3 10 -Nov -2015 01:13 PM CT Page] of 2 Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Diesel Engine Generator Modifications General Reference PCM -003 Time will be Requested By 27 -Feb -2015 03:56 PM CT See attached breakdown. Spec Section 16 - Electrical Reason Code none Marshall Plunk (Proposal Request Originator) Description See attached for the PCM. Copy To Attachments Attachments: PCM-003.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Josh Frisinger A Matt Kuykendall A Mary Gonzales A Ron Bray A Craig Henderson © Kyle McCoy ® John Turpin A Zoltan Fekete A Andy Howard A Wood Franklin Proposal Cost will be Decreased by US $-202,763.00 Time will be Increased by 0 Day(s) Memo See attached breakdown. Attachment(s) Attachments: PCM -3 Diesel Engine Generator Modificatio.pdf Sent To Marshall Plunk (Proposal Request Originator) John Turpin (Owner's Representative) Copy To A Zoltan Fekete Approve/Disapprove Status Approved Cost will be Decreased by US $-202,763.00 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Sent To Marshall Plunk (Proposal Request Originator) Glenn Grant (Contractor's Representative) John Turpin (Owner's Representative) Copy To is Charles Baldwin A Trevor Overman A Matt Kuykendall r% Marshall Plunk ® David Besinger m Zoltan Fekete John Marler & Lisa Singer & Mike Bigham A Mary Gonzales A Ron Bray 49 Craig Henderson A Barry Brown A Andy Howard A Kyle McCoy A Scott Johnson A Kyle Comey °m John Turpin A Patrick Moseley m Pat Kolb © Desirae Dalton Copyright (c) 1999-2015, Systemates, Inc. Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 ALAN PLUMMER- PROPOSED CONTRACT e - ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL _7 ENGINEERS AND SCIENTISTS PCM -003: DIESEL ENGINE GENERATOR MODIFICATIONS Please provide a proposed cost deduct for the following modifications: 1. Delete diesel engine Generator No. 2. 2. Delete the concrete pad for Generator No. 2 (as detailed on sheet S-908). 3. Delete the wiring between Generator No. 2 and its breaker located in the Main Electrical Building at Switchgear SWGR-01-001. The deleted wiring includes the following: a. 16 sets of #600 kcmil conductor wire. b. 4 sets of # 250 kcmil ground wire. c. Generator Panel wire. d. Generator Control wire. 4. Delete the ductbank and conduits between Generator No. 2 and the power manhole located immediately west of the Main Electrical Building and replace with a stubbed out and capped ductbank (similar to what is shown for future Generator No. 3 on sheet E-802). The deleted items include the following: a. 4 sets of 4 -inch conduits, between Generator No. 2 and manhole stub out. b. 2 sets of 2 -inch conduits, between Generator No. 2 and manhole stub out. c. Reinforced concrete ductbank (as detailed on sheet E-008), between Generator No. 2 and manhole stub out location. Page 1 of 1 REV 09/2009 Mprojects\0425\01 8-01 \construction admin\contract modifications\pcm\pcm-003\pcm-003.docx Form PCM Eagle Contracting, L.P. NORTHWEST WATER RECLAMATION PLANT -PHASE 1A Date: March 16, 2015 LUBBOCK Proposal: PCM -3 Rev. Work Description: Diesel Engine Generator Modifications MATERIAL TOTAL LABOR TOTAL UNIT PRICE MATERIAL UNIT PRICE LABOR ACTIVITY QUANTITY UNITS SUBCONTRACT"-- ---$-" --"-"_ - - Delete Genset, Wire & Conduits ACME Electric PCO #1 1 Is (199,524) Delete Concrete Pad for Genset Excavation 20 bcyd (1.50) (30.00) Export Onsite Edge Forms for Pad 27 55 scyd sf (3.00) (1.00) (81.00) (55.00) (0.50) (4.90) (13.50) (269.50) Reinforcing Steel Concrete 1 20 ton cys (350.00) (900.00) (95.00) (900.00 (1,900.00) (10.00) (200.00) (199,874) (2,936.00) (513.00) TOTAL LABOR TOTAL MATERIAL (513.00) (2,936.00) TOTAL SUBCONTRACT 199,874 (203,323) TOTAL DEDUCTIVE OFFER HRWSS Expansion to 12 MGD ACME Electric PROPOSED CHANGE ORDER Acme Electric Company No. 00001 108 E 82nd St Lubbock, TX 79404 - TITL-E: Northwest Water Reclamation Plant DATE: 3/5/2015 PROJECT: City of Lubbock JOB: 1472 TO: Attn: Glen Grant CONTRACT NO: Eagle Contracting P.O. Box 1600 Keller, Texas 76244 Item Description Quantity Unit Price Net Amount 0001 Labor -135 $28.00 $ (3,780.00) 0002 Labor Burden -3780 $0.50 $ (1,890.00) 0003 Material -1 $ 13,078.00 $ (13,078.00) 0004 Trench and Backfil -1 $600.00 $ (600.00) 0005 Concrete -6 $110.00 $ (660.00) 0005 Genertor#2 -1 $179,516.00 $ (179,516.00) Unit Cost: ($1999524.00) Unit Tax: $ - Lump Sum: $ - Lump Tax: $ - Total: $ (199,524.00) APPROVAL: By: By: Barry arowri Glen Grant Extension V 2' PVC 40 IT Umths 120.0m C Niu T vie,- —T ornddt- PVC 40 I(r Lengft 240.000. C 45.00 '54.00 -4.000 C 4;J100 4.11LOW NpcnW r *w 90 Degree - RMC GaNanlZed UWE 190.7Q 0.000 190.70 19070, 457.60 7.200-C 1-7:280 47.2aO!*wy%4l 4- bttro� 90 mgma - PJ4C GaWnIzed I'Sam 1,15mpp. 1 �LM a 712W Black Wife TIM /191) - C.Oppw 4;000'E .400.000.M 6,994.Oq -.0k.00. 279.7.6 MSM C 9.700 #6DO Black Tlio- - .. WreT" GOPP- 1.00.000 m S.'570m, -47r.51A 1,9*20:00 I;f6B.Ob 30..80 .14 1.7.100 -MIC6. N6rwl 914 Black *re)(IiHw ItW90 - Q)PPU 13,979JO 13,979.20i -50;06 .6, 10.9".00 SIQP(i m -114130D Normal L.DDO:000 M 119.21 119:21: 119.21 '5k3)5:ff .84.200 5.375 -S.37S p"I 16 ALAN PLUMMER PROPOSED CONTRACT A8SOCIATES, INC. MODWICA ION ENVIRONMENTAL' ' ENGINEERS AND SCIENTISTS PCM-003: DIESEL ENGINE GENERATOR MODIFICATIONS Please provide a proposed cost deduct for the following modifications: 1. Delete diesel engine Generator No. 2. 2. Delete the concrete pad for Generator No. 2 (as detailed on sheet S-908). 3. Delete the wiring between Generator No. 2 and Its breaker located in the Main Electrical Building at Switchgear SWGR-01-001. The deleted wiring includes the following: a. 16 sets of #600 kcmil conductor wire. b. 4 sets of# 250 kcmil ground wire. c. Generator Panel wire. d. Generator Control wire. 4. Delete the ductbank and conduits between Generator No. 2 and the power manhole located immediately west of the Main Electrical Building and replace with a stubbed out and capped ductbank (similar to what is shown for future Generator No. 3 on sheet E-802). The deleted items include the following: a. 4 sets of 4 -inch conduits, between Generator No. 2 and manhole stub out. b. 2 sets of 2 -inch conduits, between Generator No. 2 and manhole stub out. c. Reinforced concrete ductbank (as detailed on sheet E-008), between Generator No. 2 and manhole stub out location. Page 1 of 1 REV 0912009 f%projectsk04251018.011consllvction admiftontract Modificalions1pcmlpcm-0031pan-003.docx Form PCM Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 4 10 -Nov -2015 01:14 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject FRP Ductwork, Flange, and Expansion Joint Modifications General Reference PCM -004 Time will be Requested By 04 -Mar -2015 03:51 PM CT Attached is a Breakdown of everything that the Manufacture recommended to change and the Engineer Spec Section 15 - Mechanical Attachment(s) Reason Code none PCM -4 Math.pdf Description See attached. Sent To Attachments Attachments: John Turpin (Owner's Representative) Copy To PCM-004.pdf Sent To Glenn Grant (Contractor's Representative) m Ron BrayA Andy Howard Copy To A Charles Baldwin A Josh Frisinger As Matt Kuykendall A Mary Gonzales • Ron Bray A Craig Henderson • Kyle McCoy i John Turpin it Zoltan Fekete ® Andy Howard A Wood Franklin Proposal Cost will be Decreased by US $-49,525.00 Time will be Increased by 0 Day(s) Memo Attached is a Breakdown of everything that the Manufacture recommended to change and the Engineer recommended changing for the Foul Air Duct Work (all per PCM -004). Attachment(s) Attachments: PCM -4 Math.pdf PCM-4.pdf Sent To Marshall Plunk (Proposal Request Originator) John Turpin (Owner's Representative) Copy To A Matt Kuykendall Zoltan Fekete A Mike Bigham A Josh Frisinger m Ron BrayA Andy Howard A Marshall Plunk m John Turpin Approve/Disapprove Status Approved Cost will be Decreased by US $-49,525.00 https://www.apai-proiects.com/Proiectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Time will be Memo Attachment(s) Sent To Copy To Increased by 0 Day(s) City staff recommends this change to be included in a future change order or field order. Marshall Plunk (Proposal Request Originator) Glenn Grant (Contractor's Representative) John Turpin (Owner's Representative) Charles Baldwin A Pat Kolb A Matt Kuykendall A Mike Bigham A Ron Bray A Kyle McCoy A Kyle Comey A Desirae Dalton Copyright (c) 1999-2015, Systemates, Inc. A Trevor Overman A Marshall Plunk A Zoltan Fekete A Mary Gonzales A Craig Henderson A Andy Howard A John Turpin Page 2 of 2 httns://www.anai-oroiects.com/Proiectmates/PR/PRDetail.asnx?enc=68McHY0omA70+... 11/10/2015 ALAN PLUMMER PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION - .- ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -004: FRP DUCTWORK, FLANGE, AND EXPANSION JOINT MODIFICATIONS Please provide a proposed cost deduct for all the changes described below. Item A are modifications proposed by the manufacturer and are based on the attached value engineering proposal from the manufacturer. Item B are additional modifications proposed by the Engineer. A. Manufacturer's Proposed Modifications i. Reducing the ductwork internal design pressure from 25 psig to 5 psig. ii. In lieu of FRP flanges manufactured per PS 15-69, Table 5 at a design pressure of 25 psig, provide flanges manufactured per ASTM D 3982, Table 1, with a minimum of flange thickness of 3/4 -inch. This modification applies to both ductwork and dampers. Modify the diameter and length of the Type 316 stainless steel hardware for the new proposed flange thickness and drilling pattern. iii. For buried ducts, the Contractor/Manufacturer had the option to use either fiberglass or PVC. The Contractor/Manufacturer stated that they will be providing fiberglass for the buried ducts, therefore the "FLANGE PVC/FRP TRANSITION AT GRADE (TYP.)" is not required. B. Engineer's Proposed Modifications i. At the Equalization/Peak Flow Storage Basin, on the 24/FA/FRP duct, relocate damper 200 -DMP - 101 from its location on top of the basin, and instead connect directly to the expansion joint located near grade. Delete the pair of duct flanges from the former location of the damper. Refer to the attached markup of sheet M-203. ii. At the Bioscrubbers (850 -BSC -111 and 850 -BSC -121), delete the pair of flanges from the 30 -inch x 36 -inch discharge tee side out (typical of both bioscrubbers) and delete the 30 -inch expansion joint and associated flanges located on the upper portion of the 30/FA/FRP duct (typical of both bioscrubbers). Refer to the attached markup of sheets M-850 and M-851. iii. As shown on the attached markup of sheet M-852, relocate the two 24 -inch expansion joints so that they connect directly to the dampers and delete two pairs of duct flanges. iv. Replace the deleted flange connections with butt welded connections at each location where flanges are deleted. Page 1 of 1 REV 09/2009 fAprojects\0425\01 8-01 \construction admin\contract modifications\pcm\pcm-004\pcm-004.docx Form PCM Eagle Contracting, L.P. Odor Control Value Engineering City of Lubbock, Texas Northwest Water Reclamation Plant Phase 1A The odor control ductwork and accessories cost can be reduced in the amount of $39,157.00 by making the following changes to the specifications and drawings. Deleting the internal pressure rating of 25psig Changing internal pressure rating of flex connectors and dampers to 5 psi Changing the ASTM specification requirements for the flanges See Cortrol's attached correspondence and marked up specification sections 15892 and 15910 Being as fiberglass duct is being used for the underground odor control, the elimination of the flange joints at grade which are indicated as "FLANGED PVC/FRP TRANSITION AT GRADE (TYP.)" In addendum no. 4, item 4-27 deleted plan sheet C-013 and replaced it with Attachment 10-AD4 which eliminated the two restrained flex couplings on the 24" to the PTU Treatment Units. This credit would also include eliminating the two restrained flex couplings on the 24" to the dumpster room. We believe this was the intent at bid time. Attachments: Cortrol's Scope Letter (value engineering spec changes in red) Marked up specification section 15892 — Fiberglass Ductwork, Foul Air Marked up specification section 15910 — FRP Dampers Cut sheet — Mercer Rubber - triple arch flexible connector PROCESS SYSTEMS, INC. www.cortrol.com F0 ATTN: YOUR RI:;PIREENC'I;: DA"1-1.: 11/12/2014 PAGE: 1 01: 5 TERMS: Net 30 DELIVERY: See Notes I.I:AI) HMI': See Notes 1111', Ot OI A'I iON SUIUR I IO 11 MIS (N '0H AND CONDI l IONS A 1 MCI11 D INIVORTAN'l -* WHEN HIR01ASING 11IT'ASI: iSSI V AND \IML101111 ADDRESS 1-IARKED (?�] COIZ'1'RO1. PROCESS SYS'I'isMS, INC'. e P.O. ]3ox 9666 a 'i"ulna. Okiahonia • 74157-0666 11h 4 915-445-5265 e Ph # 1-500-652-6759 e Fax # 915-446-8812 Is 1'11'1\( ti\'S'I'I{11S! \%:\I.\JI:S i 1't!i\II'S / FANKS r Ct 5101.1 FAII; : 'ZATIN(t 11'OXY Pl OUKIN(i SYS 1 I \IS Ref: Northwest Water Reclamation Plant City of Lubbock, Texas SPECIFICATION SECTION 15892 "Fiberglass Ductwork, Foul Air" SPECIFICATION SECTION 15910 "FRP Dampers" Important Notes: • The chart in Specification Section 15892, Paragraph 1.3.D., lists the PressurefTemperature requirements for the Foul Air ductwork. The Internal Pressure requirement is 25 psig and all proposed pipe, fittings, fabrication and appurtenances must be suitable for these conditions. Fiberglass material included in our proposal is manufactured by Belco Mfg. Co., Belton, Texas and %%as named and approved in Addendum 1 (Item 1-5). Our proposal meets the stated requirements and we will take no exceptions to the specification.. Pricing for l ?ovision 2 of this; tltlotation is based on trtakiny tho ollowing challgos to tho o'iir7inal spPcifrcatioras: Sflecification Section 15892, R-7rarar)h 1,3,deleting the Internal Pressu�o Flptiriq of 25lasi�:. Tho inter r'ityf tli sy;y in will riot charicle. Prossur'e rating of ff)G FRP (Ji1je is determined l y t/rP Duct ally Elio 1 -Icx t:onnector"s aro Etre yeternna ng ra- tors. Alakin, tiro Pressure Rating of the f=lex Connectors 5 i,)si(see atfached strhrnittal date showily movement capa6ilitios and the change in the flange drilling}- Since the test pressure of the FA system is 5 psi, this charr(e should fit into the working pr ssarre desfcrn. Parac ra h 2.1.B.1 includes the roquirament for the flanges to be manufactured per PS 15-69, Table v r, �� desf n ilressalre of 2apsl and also to include the Class 25 diarnoter and drllfiriq. E so flares erre not ons aluch thickor than the standard FRP llarr.raes but also rewire bolts that para 2-3 thnos lawyer in cliatnoter. Oy chanain tile flail e reequirenient to ASTM D 3982,Tablo 1, both tiro flsllrte thickness of a tninir urn of %,"term holt diamoter could be r'oducocl. resulting in a IOWer FileName: 21178-7 City of I.oI)bock. TX. FRI) Ductwork 11/121201 • Ilage 2 c.rist. This cltrrfrtca�ctlrlt�M�so need to hftr)rtattr"O On Section t}i��{r, t'tsrcrcr,-7 1 - FF. 8. • Original bid documents included notations that the called for some of the "FA" piping to be fiberglass while other areas were noted to be PVC. There are notes on some of the drawings as well as clarifications included in Addendums that will allow for FRP piping to be used for all "FA" piping. Our quotation is for fiberglass pipe only and includes all of the "FA" piping as shown on the bid documents. • It appears that the span dimensions on the above ground "FA" piping are based on PVC properties. If fiberglass piping is used, these support dimensions for span could be increased, reducing the installed cost. • Our quotation will include the flanged expansion joints as specified in Specification Section 15892 and as shown on Drawing M-853, Detail 364: jr. drilling, which will wrfta:ft 010 drillirarl of tiro ,:c� flarteleN rat r)ar)tactt)tad liar ESTI rr t� a91; strotrrt <3t,,�vo �a ��rvl)+aserf cfpacac�c. Only those expansion joints shown on the bid documents are included. The quantity of these flex connectors will be shown below. Please note that the 316SS hardware and EPDM Gaskets required for the installation of the flex connectors and FRP Dampers will be included in our scope of supply. 10ye to tele' Ur?si Jrrf`vsr;rxvi_e rluirr�rn€>>'r�l5_Flar ;=ttF' �irrrirJcs will tic: rete, f°7„ , . , __f « f _ _ �,€ , ,.ii...:Fi ;vhrcJJ V1r1l' (:S(1lt-rr(it hrcillcr lartc;c, 1)(10 to tho abova )r,et)tir!ricc, 2r•ptaosfici f-tt-vl{,P actrr)rw, ?, the d-iar3tetar ar?ri lorxcitIt rnc11tirer)toii of the halts i,vrtl_rsrrlt ir1 to4.ver_',xarieittc; Per the above specifications and the furnished bid documents, we are pleased to submit the following proposal for your review and consideration: Includes Addenda I thru 1 1:01-- Belco Manufacturing l"ibergIass Ili pe. Fittings & Dampers as %tell as Expansion Joints pret'abricated into Ilic largest possible subassefrtblics 101- use as FRP Foul Air (FA) Piping as shown on the drawings and describedbclo%\: ------------------------------------------------------- FREIGHT- - 1 a Jl"o)-ks Slrippi)tg P*oh t, Freight to be prepaid & added at actaal cost to the above price. is the estimated cost to be ADDED to flit, total p ice shown. l•ttA /AV,t'€: ()1" /,,,W7:-#1,1,E!?,S• err dlor FIAT S 1PERJ'Y10iV FOR I',Eli* til)OR (-"(:i:�'7'ROL DI"C' f'fS'e.tR If"erre trrr.�itcc llefc.r)17��Irl1>lcrJt)c:.+lcrrrtral+vc° i�' rc+clrti)c+rr`, ftic�u. cr .xil)13 fi)r• the."bst daY fri)- efich additional rias' per trip per ))tar). Includes: Draiyines G-034, 6-008, C-006. NI -056 511-[2p, tM-121, M-122, M-123, M-20. M-203, M-$50. M-851, M-852. & M- 853.: --- All of the FRP Doul Air (FA) duct«ork fir the Prelirninary'i'reatntcn( Unit, Equalization basin and Rai\ \Vastematcr Pump Station as %�cll as the Underground Piping from these structire to the Odor Control Systall Components being providec by BioAir, we include ductwork to the inlets of Bioscrubber No. I & 2 and from the outlets of these Bioserubbers tothe Fan Nos. I thru 4 inlets and fironl the outlets of these Fans to the inlet-, of Carbon Absorbers Nos. I R 2 We do NOT include file Bioserubbers. Carbon Absorbers. Fans orivtisi Fliminato(s. \\ e include dampers %\here dho«n on the drawings. Sec below for description. \.E ! i i \til:; li,it fi ''.,t.t,. In'u, (t :111, _ ., _., .. �. .,. f._t'.n�t�-,l�:�i IIs;E`•�..,,� nl'E tl.:f:i(+t'f .,ti. ti. :!� t!a: . ;l :i i :! tl',t':jl1!'.:11! ttt'i^•�i!(":• s>,( ;0 .. ! '`blit' sti t' .:1(!l1.,{3h':I,:1!(' -.t:.t �'tt' ItE. .'l:,;Eit;) �,.a11 '(i-'.'..." !!1 ! (: ;!` ltt i ni a..ia1 'i, it! ;( .11i f '! !I ,tl 11cl. tilt above proposed Cha hues. the flanges oll the damllers t; ill lie ellw1gcd to 111a1tch the: !*Rl' (ItickNork. and Inc manul-aetured per ASTM 1) 3982 and have it lllin!11111111 t111t:nnes' We include the flanged c.xpstnsion joints sho-mi ns follm\s: 4 ea - 36•0, 12 ca -30"O. 9 ca -24-0 & 2 ea - 16-0. FilcName: 21178-7 Citi' of f.uhbock.'I X. PRP Ducitwil, 111112/2014 Pale 3 316SS ilinoe bolts and EPDNI baskets for connection of our flanges to our dimper:s rind expansion .joints ;ire included. however bolts & baskets fcr connection of our flanges to the odor control equipment trust be provided by others. Flanges to which our ilangcs connect npust be tirll flat Mice to prevent damage to the FRII flanges when bolts are tightened. Options: If it is desired to replace the FRP underground Taiping \\ith PVCpiping supplied by ethers instead. you may DEDUCT $ 00000.00 G-ont the quoted price above. The transition between PRI' & PVC would be just above grade ata flanged connection. We include the additional FRi' flanges required. If it is desired to replace all of the indoor/exposed (above groun(') hRP piping; in the Preliminary 'treatment Unit/ Itelift Pump Station Building with PVC piping 7upplied by others, you may DEDUCT $ 0000.00 iron the quoted price above. Not included: • Hangers, anchors, saddles, guides or supports including am design, installation training or layout of same. • Fans. Mist Eliminators or Equipment beyond the starting and terminating points described above. Electric Damper Actuators (none shown) • Painting, Coating, Insulation or Labeling of ductwork o field labor including, supervision of insuillation, installation. offloadinll or inspection, balancing and testing ol'systenn. • 'training offield ield installation personnel (see optional adder above) • Spare parts or tools • Shipping Cost (see adder above) • Floor or Wall Sleeves • PVC piping; 'ell,, ;;,VCI'int? pal}(' till 'illrn!?ti (nolle shcm 11 ill• spy cifi d ) General Notes: • Resin systcm a ill be premium Vinyl Lster \v/ NILKP cure. Exterior finish will be gel coat w/ UV stabilizer. Struetnral section of the dllCMork*s laminate will be manufactured bythe filament \villding nncthod in accordance with SNiACNA FRI' Manual. Internal surface la)er of duct\\ork \\ill to resin rich -'C' glass to a total thickness of not less than 20 mils. • Fiberglass duct will be designed to an internal pressure of 25 psi, and internal vacuum ofnegative 20" \\.c. up to 11501. Method of joining i -RP pipe & fittings will be butt and \wrap except fr flanged connections at dampers. expansion joints an I equipment. These flanges \\ill be troll flat face, manufactured by hand lily -up method and will have chilling dimensions and thickness per !'� 01. t€ "Ok ' 101 `? p"i ;int) -1; t7 ilE;`I}P'i: alta th 11161 1,'ij� , . Prollusvd Cl 1 -eS V.-OUid msikc tltc =.frith!; i per AS nil D- 3982 v:,=gin plant\: 111101 11 `a til %�; nunimum. • All FRP ductwork and fittings will be mannlactlrred in accordance with the referenced st ndards- • Dampers included Ere shown on the drawings. 13elco Model 20.1 dampers are offered for the ``bubble tight" isolation dampers aid 13elco Modcl 203 dampers are offered for the manual balancing dampers. They will have a lockable quadrant hand lever actuator for sizes smal ler than 24"0 and it worm gear actuator for sizes 24110 larger. The dampers have a circumferential blade stop. Shaft is a 316SS rod fastened to the FRP blade with 316SS fasteners and the shaft seal is an o -ring type. Chain wheel actuators are includCd to the dampers that are 6 ll or higher above access. fileNamc: 21178-7 City ol'Lusbock. T\. PRP Ductwork 11112/2014 Page 4 Belco standard gel coat «ith UV inhibitors colors are gra). white or tan and will be provided it no additional cost. if altcrnnte color is required. please submit color chip and request quointion for additional cost. Asa normal course of the QA QC. Belco Mfg. \wuld perform Visual Inspection. Barcol I Iardness Testing. Glas; Content Burn fest. Acetone Scnsbilit� I cst and Standard Dimensional Verification. Ant other testing is not a part of this quotation. raa' I,��i�aI Will r<?nt�,� re(ltii:��:�1. 1 is=.. FRI' lt.u<a�suy.ul�tr to R01111d ll�;t;i,i.iu;�t; aSiri i:er,tttn,!�il::r 'tt".ti"? i" i'haunra 0l) i)i'NWinf^ FIELD INSTALLATION NOTE: Although ows is a prefabricated s}stein, it v. ill require that some ofthe joints be fabricated in the field. I lie material onl3 is included in our proposal. The (ollowim, is our estimate ofthe number of field joints required to complete the installation. Field "eld hits consist of glass, resin, catalyst and gel coat only UNDLRGROURD PIPING 2 ea — 42'70 butt wrap f icld joints 24 ea • 24"O butt wrap f icid joints d ca — 36"0 butt wrap Held joints 2 ea — 16-0 bolt x\ nip ficid joints 7 ca — 30"0 butt wrap field _joints A130VE GROUND INDOOR EXPOSED PIPING 6 en — 36'0 butt m—ap field joints 14 ea — 30"0 butt «rap field joint~ 6 ea —24"0 butt «rap field joints 3 ea — 20"0 Butt wrap tield.joints 2 ea — 16"0 butt %\ rap field _joints 2 ea — Id"O butt %\rap field joints 1 ca - 12"0 butt m rap field joints 5 ca — 10"0 butt %\ rap f ield.joints 2 ca — FO but wrap field joints 3 ea — 6"0 butt wrap f ieid joints 19 ea —4"0 butt wrap ficid joints A130VE GROUND OUTDOOR EAPOSED PIPING 2 ea — 24"0 butt wrap f ield joints 2 ea — 14"0 butt wrap field joints 2 ca I6"0 butt wrap field joints DELIVERY: - Allow 8-10 aaeeks for submittals and shop drawings. Delivery schultiles are based upon current backlogs and subject to prior commitments. ]lease vcrify schedule at time of order placement. TER14S: - NET 30. A cops of file Cortrol Terms .and Conditions is included with this quotation and should be considered it part of this proposal. NO RETAINAGE IS INCLUDED. 1 hank }ou for the opportunity to quote your requirements. If you have any questions or need additional information. please do not hesitate to call us. Norm Berg -- Estimator Reg Green — Municipal Sales cc: Dennis Bilyeu, Lonnie Finley. Jimmy Moore, Brent Morgan. Tammy Collias FilcNamc: 21178-7 C itv of Lt bbock. *i*x. FRP Ductwork 11112/2014 Page :1 LAJ1V ti R=5..1- :.,.�. Process TERMS OF SALE All invoices beconle net due and payable thirty (30) da) s front date of invoice. Interest at not less than eighteen (18%) per annual will be charged alter due date: where not allowed, highest rate permitted will be charged. CONDITIONS 017 SALE, AND TRADE. CUSTOMS The prices in this gtlotatiotl arc 111-111 for thirty (30) days. After this date, all prices lire subject to Change without notice. Shl1)t11C11t Uf gll0led nlatel'IaI can be I11a11C as 1)I'ot111SCd, subject to prior sale. Firm delivery will be established ARO subject to any cause beyond reasonable control of the Seller of ManU acturer. Seller shall not be liable for any damages caused by delay in delivery. 3. Cancellation of all ordcr is SUb ect to acceptance by the ljunuflacturcr. Goods in process or in a completed state are subject to billing. 4. Any and all products are subject to the express warranty of the suppllcr (mantifilcllll'Cr) unless explicitly-xiended by the Seller's written authorization. In NO case does the Seller incur any liability, not any expense, due to failure of products, excepting, repair or replacement of the defective part, or parts, by the manufacturer or supplier anti in accordance with said manufacturer's policies. Goods may be returned for credit, only by written authorization by the Seller. A re -stocking charge will be levied on all returned goods, unless previous agreement is made lit the tilllc of' sale. All goods returned will be subject to inspection and credit disallowed for ally and all goods not deemed fit for resale. Non-standard items will not beacceptcd for return or credit. 6. unless explicitly amended in writing. all shipments Are CXWorks Shipping Point (Incotcrms(i� 2010) and all freight charges are to the customer's account. Any special tagging or packaging: will be at purchaser's expense. Prices quoted DO NOT include taxes or levies applicable to the purchase of these goods. Any applicable taxes will be charged to the purchaser's account in accordance with statutory or other requirenleits relating thereto. X. All orders placed for items included in this quotation are subject to acceptance by the manufacturer or supplier. FileName: 21178-7 Cit, of Lubbock. TX, FRP Ductwork 0425-013-03 SECTION 15892 FIBERGLASS DUCTWORK, FOUL AIR PART 1 -GENERAL 1.1 SCOPE OF WORK A This specifications covers requirements for fiberglass ductwork as indicated on the plans and schedules. The duct system shall be furnished and installed complete with all fittings, transitions, jointing materials, expansion joints, dampers and all other necessary appurtenances. B. Duct and appurtenances will be continuously exposed to a humid environment containing hydrogen sulfide and will be used in interior and exterior location as well as above and below grade. 1.2 REFERENCES A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. B. Division 15 Section 15010 "Basic Mechanical Requirements" sections apply to work of this section. C. Reference Standards 1. ASTM D1599 Standard test Method for Short -Time Hydraulic Failure Pressure of Plastic Pipe, Tubing and Fittings. 2. ASTM D2105 Standard test Method for Longitudinal Tensile Properties of 'Fiberglass' (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe and Tube. 3. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. 4. ASTM D2992 Standard Practice of Obtaining Hydrostatic or Pressure Design Basis for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe and Fittings. 5. ASTM D2996 Standard Specification for Filament Wound "Fiberglass" (Glass -Fiber - Reinforced Thermosetting -Resin) Pipe. 6. ASTM D2997 Standard Specification for Centrifugal Cast "Fiberglass" (Glass -Fiber - Reinforced Thermosetting -Resin) Pipe. 7. ASTM D3567 Standard Practice for Determining Dimensions of "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe. 8. AWWA C-950American Water Works Association Standard for Fiberglass Pressure Pipe. 1.3 QUALITY ASSURANCE A. Duct manufacturer shall provide the services of a trained factory representative to oversee and coordinate duct installation. This factory representative shall make a minimum of one trip to lime project site, and shall spend a minimum of one 8-h0ur day at the project site, not including travel time. The factory representative shall have at least 5 years of experience with installation of fiberglass duct systems similar to those required for this project. The factory representative shall certify that time ductwork, supports, joints, and fittings have been installed in accordance with manufacturer's instructions, specifications, and other applicable standards. B. Minimum Duct Wall Stiffness: The minimum duct wall stiffness, at 5 percent deflection, determined in accordance with ASTM D2412 and Section 3 of AWWA C950, shall not be less than the following: SEPTEMBER 2014 15892 - Page 1 of 0 FIBERGLASS DUCm WORK, FOUL AIR F:1PRUdECTS10424A0I3 031SPECSU'INAUDIVISION 15115892 FIBERGLASS DUCTWORK FOUL AIR DOC P! - Nominal Duct Diameter (inches) Duct Stiffness (psi) 36 18 1-8 10 _ 12-16 9 18 and Iffier, buried 10 18 and larger, other locations 5 042.5.013-03 X C. Buried duct and fittings shall be designed in accordance with Appendix A of AWWA C950 to withstand the simultaneous application of either the following external loading and internal pressure or the following external loading and internal vacuum, whichever produces a stiffer pipe: 01�_ ----------------- Field External Duct Size Load Internal Pressure Internal Vacuum (inches) (Ib per If) (Psig) (in. water column) 1450 25 20 _6 8 1150 25 20 12 -'--Y-- 16_00_ ----25 20 - - 14 --- 190 0 --- - ---- 25- -------- - - 20 -- - ---- - 161850 _-0 25 20 _ 18 - - 2400 -- -- 25 ------ ------- 20_.. 2.4 2750_ ----- -------- 25 20 ------ 30----_- 1875 25 36 6500 25 20 Temperature and Pressure: All duct, fittings, and appurtenances shall be suitable for the following conditions: `-��- _ Design Temperature, OF Minimun 0 _ Maximum - _ 115 -_ -Internal-Pressure-psig. - _ --. _2-6--- Internal 2-i------ - Internal Vacuum, inches water column 20 i Coefficient of Thermal Expansion: All ductwork, fittings and appurtenances shall have a coefficient of thermal expansion not exceeding: 9.6 x 10'6 in/in OF for centrifugally cast pipe, 10.5 x 106 in/in OF filament wound pipe. Expansion Joint Performance: Expansion joints shall be furnished in sufficient number to accommodate the coefficient of thermal expansion. The minimum and maximum air temperatures shall be OF and 1150F, respectively. Duct shall be protected from excessive solar heating during storage and installation in accordance with manufacturer's recommendations. All thermal expansion and contraction throughout the duct system shall be accommodated in expansion joints to be provided by the duct manufacturer. Expansion joint locations are shown on the plans. SEPTEMBER 2014 15892 - Page 2 of 6 FIBERGLASS DUCTWORK, FOUL AIR F IROJLCTS1042510IMMSPECSJINAUDIVISION1G11292FIBERGLASSDUGIWORK rOULAIRDOC 0425 013 03 1.4 SUBMITTALS A. Shop Drawings: Submit scaled layout drawings of fiberglass ductwork and fittings including. but not limited to, duct sizes, locations, elevations, and slopes of horizontal runs, wall and floor penetrations, and connections. Show interface and spatial relationship between ductwork and proximate equipment. Show modifications of indicated requirements, made to conform to local practice, and how those modifications ensure that free area, materials, and rigidity are not reduced. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protection: Protect shop -fabricated and factory -fabricated ductwork, accessories and purchased products from damage during shipping, storage and dandling as recommended by the manufacturer. Prevent end damage and prevent dirt and moisture from entering ducts and fittings. B. Storage: Where possible, store ductwork inside and protect from weather. Where necessary to store outside, store above grade and enclose with waterproof wrapping as recommended by the manufacturer. PART2-PRODUCTS 61 - 2.1 DUCTWORK MATERIALS A. Vinyl Ester Duct 1. Centrifugally Cast, 14 -inch and smaller - ASTM D2997, RTRP-21 B, centrifugally cast, reinforced vinyl ester resin duct with 30 mil liner, a. Smith/Fibercast "Centricast CL 1520" 2. Filament -Wound, 16 -inch and smaller - ASTM D2996, RTRP-12ED-101, -12EF-311, and -12EQ-311, or -12EU-311, with at least a 20 mil reinforced liner a. Ameron "Bondstrand Series 5000" b. Smith/Fibercast or "F -Chem -V" C. Beetle "Series 5000". 3. Filament -Wound, 18 -inch and larger - ASTM D2310, RTRP-12ED, -11EQ, or -12EU, with at least a 20 mil reinforced liner a. Ameron "Bondstrand Series 5000" b. Smith/Fibercast "F -Chem -V" C. Beetle "Series 5000". B. Fittings and Flanges 1. Manufacturer's standard, glass fiber reinforced, compatible with the duct provided and with chemical resistance equal to or qreater than the duct. Flanges shall comply with �15TKA D -N82 m&D6: ,adv �e- ='n�,I^►c� r-/rE, St��lt t_ i3�r > ,�1, ryr h, ,, p ; �,� : r f� �' _ �., , �. All bends and elbows steals nave a centerline radius of at least 1.5 fines fhe Inside diameter of the duct. An eccentric reducer shall be installed on the Alain or primary duct immediately upstream of the wye fitting to increase the mails duct size prior to the intersection with the lateral duct in locations where size changes occur at intersections. Alternate bend and fitting configurations may be considered by ENGINEER on a case-by-case basis where existing site constraints prohibit installation of fittings shown on plans. C. Flange Bolts or Studs and Nuts 1. Type 316 stainless steel, sized such that, after installation, bolts will project 1/8- to 3/8 -inch beyond the outer face of the nut. D. Flat Washers - Type 316 stainless steel. SEPTEMBER 2014 15892 - Page 3 of r FIBERGLASS DUCTWORK, FOUL AIR r \PROJECTSi04251013-03\SPFCSIFINAUDIVISIOt41511SC92 FIBERGLASS GUCIN:ORK FOUL AIR DOC 0425013 03 E. Flange Gaskets 1. Full face, ASTM D2240, Type A durometer 50-70, 1/8 -inch minimum thickness, EPDM. F. Bell -and -Spigot Joints 1. Matched tapered bell -and -spigot ends bonded with adhesive. G. Butt Joints 1. Butt and wrap, resin bonded, PS -15, with pressure rating equal to the duct. H. Expansion Joints - As specified herein. I. Adhesive - Duct manufacturer's standard. J. Straight Socket — Straight socket bonded with adhesive K. All duct, fittings, and appurtenances shall contain ultraviolet (UV) inhibitors. All duct, fittings, supports and appurtenances shall be painted to match the color of existing ductwork. Painting shall be done in accordance with specification Division 9 Section 09910 "Painting and Protective Coatings". L. Caulking — P01yurethane-based, 1 part elastomeric sealant, Vulkem 92.1 by Maneco International or equal. Use with compressible polyethene foam backer rod. 2.2. FABRICATION A. Joint Method: Unless otherwise specified, duct shall have straight socket, match tapered bell and spigot or butt joints. Shop fabricated assemblies should be provided to the maximum extent possible, to minimize the number of field joints. 1. Flanged joints shall be provided at each damper and item of equipment to facilitate disassembly, at each change in material, at road crossings and where indicated on the drawings. 2. Field butt joints, when needed, shall be made at locations at least 12 inches from any increasing or decreasing cross-section of duct where the duct to be jointed has the same diameter. All bolts, nuts, washers, and gaskets required for all connections of the ductwork system, including connections to equipment, shall be provided. B. Transitions: Fiberglass reinforced plastic transition sections shall be furnished for connecting round duct to rectangular openings on equipment Transitions shall have a pressure rating and wall stiffness equal to that of the duct. Internal lining shall be of the sarne type of material and thickness as specified for the duct. Transitions shall have flanged end connections compatible with the connecting duct and equipment. Transitions will be constructed to provide for draining condensate in the direction of the airflow. C. Expansion Joints: Expansion joints shall be furnished and installed at locations required for proper duct installation. Expansion joints shall be resistant to ultraviolet light and shall be suitable for the service conditions. All expansion joint materials in contact with the foul air shall be manufactured of EPDM or other materials suitable for sustained contact in wet hydrogen sulfide concentrations of up to 200 parts per million and dilute sulfuric acid. The duct manufacturer shall be responsible for selecting locations and quantities of expansion joints based on the longitudinal and lateral movement capability of the specific expansion joint product selected. D. Expansion joints shall be flanged type, as manufactured by Red Valve Co., Inc., Mercer Rubber or approved equivalent. Hardware shall be type 304 stainless steel. 2.3 PIPE SUPPORTS A. Details of construction of pipe support anchors and guides shall be as shown on the plans. Manufacturer's pipe shall be suitable for the support spacing shown on the plans. Duct support spacings greater than 20 feet may be considered by ENGINEER if modifications are SEPTEMBER 2014 15892 - Page 4 of 6 f=ITiERGI_ASS DUCTWORK. FOUL AIR F tPROJECTSSO4251013 133ISPECti,TJNALUVISION 15175932 FIBERGLASS DUCTWORK ro'_�i_ A'R 10C 0425-013-03 made to anchor bolts and to concrete support pads at no additional cost to OWNER. Duct support spacings shall be as shown on the plans. All ductwork, guides, and anchors supplied by manufacturer shall be capable of withstanding a 100 -mile per hour lateral wind load, and shall be capable of withstanding a 200 pound concentrated vertical load (applied over a 1 square foot bearing area) at mid -span between any two supports. PART 3 - EXECUTION 3.1 INSPECTION A. General: Examine areas and conditions under which fiberglass ductwork is to be installed. Do riot proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. 3.2 INSTALLATION OF DUCTWORK A. General: Assemble and install ductwork in accordance with recognized industry practices which will achieve air -tight and noiseless (no objectionable noise) systems, capable of performing each indicated service. Install each run with minimum number of joints. Align ductwork accurately at connections, within 1/8 -inch misalignment tolerance and with internal surfaces smooth. Support ducts rigidly with suitable ties, braces, hangers, and anchors of type which will hold ducts true -to -shape and to prevent buckling. Support vertical ducts at every floor or as recommended by manufacturer, Q. Field Fabrication: Complete fabrication of work at project as necessary to snatch shop - fabricated work and accommodate installation requirements. C. Routing: Locate ductwork runs as indicated in the plans. D. Coordination: Coordinate duct installations with installation of accessories, dampers, equipment, controls, weir area covers, and other associated work of ductwork system. E. Ductwork runs shall slope to the blower with the lowest point of the suction duct at the entrance to the blower. F. A condensate drain shall be provided at the low point in the suction ductwork and at locations shown ort the plans and shall be connected to the plant drain system. 3.3 FIELD QUALITY CONTROL A. Any ductwork found to be improperly installed shall be removed and replaced with ductwork, liner or fittings meeting these specifications. Improper installation shall include, but not be limited to, the following: 1. Fiberglass duct smaller than specified. 2. Construction joints not properly sealed. 3.4 EQUIPMENT CONNECTIONS A. General: Connect ductwork to equipment as indicated, provide flexible connection for each ductwork connection to equipment mounted on vibration isolators, and/or equipment containing rotating machinery. Provide access doors as indicated. 3.5 ADJUSTING AND CLEANING A. Clean ductwork internally, unit by unit as it is installed, of dust and debris. Clean external surfaces of foreign substances which might cause corrosive deterioration of fiberglass or, where ductwork is to be painted, might interfere with painting or cause paint deterioration. SEPTEMBER 2014 15892 - Page 5 of G FIBERGLASS DUCTWORK, FOUL AIR F IPROJECTSl0426V) I3 034SPECS4°IN'kL%DiVIS10N 15l,15392 FIBERGLASS UUCI'INCIRK, FOUL AIR GOC 0425-013-03 B. Temporary Closure: At ends of ducts which are not connected to equipment or air distribution devices at time of ductwork installation, provide temporary closure of polyethylene film or other covering which will prevent entrance of dust and debris until time connections are to be completed, END OF SECTION SEPTEMBER 2014 15892 - Page 6 of 6 FIBERGLASS DUCTWORK, FOUL AIR F.IPROJECTS1042=13 031SPECSIFINALIDIVISION ISIW2 FIBERGLASS DUCTWORK, FOUL AIR DOC SECTION 15910 FRP DAMPERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 0301-210-01 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. HPAIEW1I1TAIIIiLlt a A. Section Includes: 1. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering unless exceptions are noted by the ENGINEER. 2. Equipment furnished under this section shall be coordinated with other components of the applicable odor control systems. 3. The dampers will be installed to isolate equipment and balance air flows. The air flow through the odor control dampers will consist of malodorous air fully saturated with water vapor and containing an estimated maximum of 1,000 ppm hydrogen sulfide and dilute sulfuric acid condensate. B. Related Sections: 1. Division 9 Section 09910, "Painting and Protective Coatings." 2. Division 10 Section 10952, "Identification, Stenciling, and Tagging." 3. Division 15 Section 15010, "Basic Mechanical Requirements." 4. Division 15 Section 15015, "Piping System, Basic Materials and Methods." 5. Division 15 Section 15031, "Piping System, Miscellaneous." 6. Division 15 Section 15060, "Hangers and Supports for Piping Systems." 7. Division 15 Section 15892 "Fiberglass Piping, Foul Air." 8. Division 15 Section 15950, "Foul Air Collection System Testing, Adjusting, and Balancing." 1.3 REFERENCES (NOT USED) 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall demonstrate a minimum of five (5) years of experience in similar applications for size of odor control duct system furnished. References shall be provided upon request. B. Single Manufacturer: Duct dampers of each type shall be the product of a single manufacturer. C. Each damper and control valve shall be designed for the following conditions: 114 1. Air Temperature, °F: 0-125 2. Desigr FessWFe, ps'i 26 3. Design vacuum, inches water column: 30 1.5 SUBMITTALS A. Drawings and Data: Complete fabrication, assembly, and installation drawings, together with detailed specifications and data covering materials used, parts, devices, and other accessories forming a part of the equipment furnished, shall be submitted in accordance with the submittals section. The data shall include, but not be limited to, the following: 1. Name of manufacturer. 2. Type and model. 3. Materials of construction. 4. Pressure rating. September 2014 15910 - Page 1 of 4 FRP DAMPERS, FOUL AIR F.%PROJECTS%0425W13.031SPECSIFINA1.101VISION 15\15910 FRP OAMPFRS DOC 0301-210-01 5. Vacuum rating. 6. Overall dimensions. 7. Connection size. 8. Total weight, including actuator. 9. AMCA approved leakage test. 10. Position image indicator for each size. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protection: Protect dampers, accessories, and purchased products from damage during shipping, storage and handling as recommended by the Manufacturer. Prevent end damage and prevent dirt and moisture from entering. B. Storage: Where possible, store dampers inside and protect from weather. Where necessary to store outside, store above grade and enclose with waterproof wrapping as recommended by the Manufacturer. PART 2 - PRODUCTS 2.1 MANUAL BALANCING DAMPER A. Dampers, unless otherwise indicated, shall be of the single -blade type complete with channel -type frame, close fitting blade, full-length axle, and bearings. The damper shall be constructed of fiberglass reinforced plastic using a vinyl ester resin and shall have the same inside dimensions as the connecting piping. All fiberglass reinforced plastic fabrications shall have a flame spread of 25 or less when tested in accordance with ASTM E84. The axles shall be not less than 3/4 -inch in diameter and shall be continuous through the damper. B. Unless noted otherwise on the plans, dampers shall be installed with flanged connections. Dampers using slip-on connections in any manner are not acceptable. C. Dampers denoted for balancing service shall be equipped with a blade stop. Dampers denoted for isolation service shall be equipped with replaceable -type full -circumference blade edge seal, angle type blade stop, and shaft seal. D. Dampers shall have a minimum pressure rating of 30 inches water column. Isolation dampers shall have maximum leakage rate of 3 cubic feet per minute per square foot of damper area at minimum pressure ratinq.Current AMCA leakage and flow loss tests shall be furnished as part of the submittal. Materials 1. Frame: Fiberglass reinforced plastic with vinyl ester resin. 2. Blade: Fiberglass reinforced plastic with stiffeners as required. 3. Axle/Shaft: 316 SS or continuous fiberglass reinforced plastic rod with stiffeners as required, 6 -inch extension beyond frame stiffeners as required. 4. Bearings: Molded Teflon. 5. Blade Stop: Fiberglass reinforced plastic bar or angle. 6. Blade Seal: Neoprene or EPDM 7. Shaft Seal: Neoprene or EPDM ASVA 'Q g'� ({+f� 0,)- c> -rV1E 8. Flanges: Flanges shall comply with FLSob-69-T-able4-at-design-pressure-of-2-&psi-and«- Tt. rti,j{n y? . o , "( :,�il f� Coordinate drilling pattern with connecting pipe or duct. ` F. Manufacturer: Provide products of one of the following: 1. Belco Manufacturing 2. Daniel Mechanical 3. Engineered Composite Systems 4 Greenheck 5. Swartwout "Model 912" 6. Approved equivalent. September 2014 15910 - Page 2 of 4 FRP DAMPERS, FOUL AIR F 1PROJECTS104251013031SPECSIFINALIDIVISION 15115910 FRP DAMPERS DDC 0301-210-01 G. Rating Conditions 1. Velocity through Damper. 4,000 fpm. 2. Pressure Rating: 30 -in water column. 3. Allowable Leakage: With a differential pressure of 12 -in wg. Size Maximum Allowable fin Diameter) Leakage (cfm) 72 200 66 186 60 172 54 158 42 130 36 50 24 25 18 20 One damper of each size shall be shop tested at 12 -in wg differential and shall meet the above leakage. Submit damper test report to the Engineer. Damper shall not be shipped until approved by the Engineer. 2.2 BUBBLE -TIGHT DAMPERS AND ISOLATION DAMPERS A. Furnish and install where indicated on the Drawings manually operated butterfly or parallel blade dampers, with handle for manual operation and positive locking quadrant for balancing purposes. B. Dampers shall have flanged connections and fabricated from materials specified herein. Dampers using slip-on connections in any manner are not acceptable. C. Locking quadrants shall have a positive method of holding the damper in its selected position, such as a bolt through both the quadrant and the lever arm. Systems using springs or other devices that can vibrate loose are not acceptable. D. Rating Conditions 1. Velocity through Damper: 4,000 fpm. 2. Pressure Rating: 30 -in water column. Materials 1. Bearings: Teflon. 2. Blade: FRP, angle reinforced. 3. Frame: FRP. 4. Axles/Shafts: Type 316 stainless steel, full length of damper size as shown on the Drawings. 5. Finish: FRP. 6. Handle: Type 316 stainless steel, or FRP. 7. Pins: Type 316 stainless steel. 8. Blade Stops: FRP angles with elastomer seals suitable for use at the design September 2014 15910 - Page 3 of 4 FRP DAMPERS. FOUL AIR F IPROJECTS104251013-031SPECSIFINALIDIVISION 15115910 FRP DAMPERS DOC conditions. 9. Bushings: Teflon. 10. Hardware: Type 316 stainless steel. 11. Angles: FRP. F. Dimensions: As detailed on the Drawings G. Manufacturer: Provide products of one of the following. 1. Belco Manufacturing 2. Greenheck 3. Engineered Composite Systems 4. Daniel Mechanical 5. Approved Equivalent September 2014 15910 - Page 3 of 4 FRP DAMPERS. FOUL AIR F IPROJECTS104251013-031SPECSIFINALIDIVISION 15115910 FRP DAMPERS DOC 0301-210-01 2.3 OPERATORS A. Damper actuators shall be furnished and installed as indicated in the schedules. All required linkages and accessories required for a complete installation shall be furnished. B. Hand Operators: Each hand operator shall have a locking quadrant suitable for positioning the blade at any intermediate position. Any metallic components shall be Type 316SS. C. Dampers 24" in diameter or larger shall be supplied with a worm gear operator. D. Dampers installed 6 feet above finished floor or higher shall be supplied with a chain wheel operator. Chains shall be restrained in outdoor installations to prevent damage to surrounding equipment. E. Position indicator plates will be marked 0 to 100% in 10% increments. Pointers will be readable to 5% minimum. Position indicators shall be Type 316SS or FRP. 2.4 SPARE PARTS A. The following spare parts shall be furnished for each size and type of clamper.- Item amper: Item Flat Flange Gaskets Shaft Seals Blade Seal Position Indicator Plate Quantity 2 each 2 each 2 each One per damper installed B. Spare parts shall be suitably packaged in accordance with the General Equipment Stipulations, with labels indicating the contents of each package and equipment number designated. Spare parts shall be delivered to the OWNER as directed. PART 3 - EXECUTION 3.1 INSTALLATION A. The dampers shall be positioned to fit on the connecting piping. Unless otherwise necessary for proper operation of the damper, the axles shall be installed in the horizontal position. The inside of the dampers shall be smooth, clean, and free from blisters and dirt when installed. Dampers for isolation service shall be installed with the shaft side of the damper on the pressure side (or toward the equipment isolated). END OF SECTION September 2014 15910 - Page 4 of 4 FRP DAMPERS, FOUL AIR F 1PROJFCTS%04251013 03GSPECS%FINALIDIVISI0N 15115910 FRP DAMPERS DOC JOB NAME LUBBOCK, TX NWWRP.— E�GER Hauppauge, paugabro Drive CUSTOMER CORTROL _--._..._ . RUBBER Hauppauge, NY 11788 CUSTOMER P.O. _ Co, Tel 631-582-1524 FAX 631-348-0279 MERCER NO. Info@Mercer-Rubber.com DATE: 12-3-14 DWG. NO. JG -120314-2 MI -9 DUCT CONNECTOR - TRIPLE ARCH NOTE: USED IN AIR SERVICE ONLY COATING OF — HYPALON PAINT XIYES Fj NO 5/8" -- BEVELED EDGE SPLIT RETAINING RINGS (-1 STEEL XISTAINLESS STEEL (_j GALVANIZED THICKNESS 1/4" FLANGES INTEGRAL WITH BODY CARCASS MADE OF MULTIPLE PLIES OF TOUGH, ELASTOMER IMPREGNATED FABRIC OR TIRE CORD Tube Cover ❑ 0i Natural Rubber 01 Pure Gum ❑ 1_ Chlorobutyl ❑ ',-j Neoprene ❑ ❑ Food Grade Neoprene El I 1 Self Extinguishing Neopren J ❑ Hypalon El E-1 Nitrile(Buna N) J� X! EPDM J ❑ 1/iton F-1 F1 EPDM w/Kevlar [l ❑ Viton w/Kevlar F-1 El Silicone w/Fiberglass Temperature Rating 180°F 180°F 250°F 225°F 225°F e 225°F 225°F 210°F 250°F 250°F 350°F 400°F 450°F DUCT CONNECTORS INSTALLED INDUCTING THAT ARE ANCHOREDON BOTH SIDES OF THE CONNECTORS NEED NO CONTROL RODS PROVIDED MOVEMENTS ARE WITHIN THE TABULATED ALLOWABLES. DUCT CONNECTORS INSTALLED IN UNANCHORED DUCT OR CONNECTED TO ISOLATED EQUIPMENT MUST HAVE CONTROL RODS. WHEN CONTROL RODS ARE USED THEY MUST BE PROPERLY SET SO THATALLOWABLE MOVEMENTS ARE NOT EXCEEDED. F. F. MI -9 DIMENSIONS. ALLOWABLE MOVEMENTS and OPERATING PRESSURES °MI MQ `"4° J. GUST "' 12-3-14 JG -120314-2 FORM NO. MS-1362.DWG FACE DIA. NO. DIA. RATED DUCT FLANGE TO FACE BOLT OF OF AXIAL AXIAL LATERAL WORKING VACUUM SIZE OD F.F. CIRCLE HOLES HOLES COMPRESSION EXTENSION DEFLECTION PRESSURE RATING (in) (in) (in) (in) (in) ( (in) I (in) (in) (psi) (IN Hg.) 36 40-3/8 20 39 32 7/16 7-7/8 3-7/8 4-1/2 5 1-1/2 30 ' 34-3/8 20 33 28 7/16 7-7/8 3-7/8 4-1/2 5 1-1/2 24 28-3/8 20 27 20 7/16 7/16 7-7/8 6-1/2 3-7/8 ( 4-1/2 3-1/4 3-5/8 I 5 1-1/2 5 j 1-1/2 16 20-3/8 16 19 16 °MI MQ `"4° J. GUST "' 12-3-14 JG -120314-2 FORM NO. MS-1362.DWG I I'!'On 3aH1 vl::vlrcu xv! aalwl-uo a.au SVX31 ��x e6a •eY �DOSEIM dO A11� 51IV130 4NV SNO11�3S i?,'�'heq W O NISVB 30VdOIS MOI3 MV3d/NOuvznvn03 p. gRngX �LI= '.4 N i'.�wou'+n n xe noKxla V135VIId=3l^^dE3fit j : I o do c Ivwa.av ma I r 1NVId NOI1VWV103'd N31VA11S3.h111NON 'S?'Sy4 i' s7 ' $ r SVX31)DOSSM d0 A113 g , i H a' Eq 9�F�fF ©7mwl uo5 sYa g i � E E is ® N 7 a l o " Ila i �3�. a � �■g� '�� � Fa�F�Er� Hu 62 Y b � � I w �z gig ��s� 8.j N �pEpS5e��I �a a�3 i� 2 � �8s a � �7�E� :z8z��4" o� �Y`�� � i• �gs� CS s s CD 1 j 'O N .0— a) _ Co a) \ c:MEO �1 O .a O U C 4L U) o .0 0 O cm 1 CD C L co E r n. RS €6 a- i �o -0 a01 u, a) t Q- E > - ma2m w �z 5 �e gig ��s� 8.j N �pEpS5e��I �a a�3 i� 2 � �8s a � �7�E� :z8z��4" o� �Y`�� � i• �gs� CS RG�es i� B• _� \ �1 za 0. xuw _w 5 �e u. g 2..4I" EEO poi "s '! tl doh Y 3 s b; 9 E 3 :N 2ye:ei y tg0qg 1: 7777n 1 1 1 1 1 1 1 1 1 1 1 1 1 I I 777777 I I I e1� o a Q a= Olmm�m�moa000aooS000a000 O - � 7 30FIS II d0 AIM w3isu ,odINO3 aoao >:=-a'�a��� � ; , ro ^ T'IMi,Ovi30M }-y4���••_ a?� C l F � A9 NOKN3tl 3110 ON VI 3SVIId SND L Wl,ON300tl aid Sl , I INVIdI�OIl\'W\'1�3N N31\'M 153.NIIlNON �` Yg�� ' sL � Y $ � s SNk31 )10099f1130 ALIO dry u. g 2..4I" EEO poi "s '! tl doh Y 3 s b; 9 E 3 :N 2ye:ei y tg0qg 1: 7777n 1 1 1 1 1 1 1 1 1 1 1 1 1 I I 777777 I I I Z s� W s C. I C U C 'U_'@ U CI CD Lo i W - `0 0�°3 e1� o a Q Olmm�m�moa000aooS000a000 � Q ��I�I�I�I���III..I����•,�II I sL w �Iw SSS --MQl! T m ><W Ig, 0).0 .0 - ----- {,I •I \Ic� Ill +'� O N W � I qiAl a-.9 I Z s� W s C. I C U C 'U_'@ U CI CD Lo i W - `0 0�°3 � ��I�I�I�I���III..I����•,�II �Iw Z s� W s C. I C U C 'U_'@ U CI CD Lo i W - `0 0�°3 (1-.f OidW Q i 9(G:91l:If'XVf al-M-llt 3rvWldi. ° u� . .vlrmwlsv.ii'«1w1xiwlf SVXel °n uanr.fsinu.uisui.xrvnssuNO1103Si )1JOAef1i30A].iJ €,p�hnty o61 ap: w31su 1081Noo aoao c S9�v.� �Ow^'N3"" e _ «oKxan r0 Ory VI3SVIId 1NV Id NUIIVW\'7O3H N31VM 1S3:NIIlLON svx9I )Doeefil AO AID 51 '1 a E 4 cty' s i g tat Z s 3e r g gg ®m Eg o�<e Nil a 6 zea o f Lf 22 .W LE 82b *i.0 -.f e) c C U 19 rn xrn u Oof y)i/tR y1 9-,s OAdhs/i( J11 I -� — a �� a a� '0ru s c g"om ®U V.I N Q N m NS _ o A N N@ D3 Y 9[ Ce Si �. .ffiffiffiffi J Tpu _ 8 N W f Ns 'n• E9 a Zai ; Ah g a _ ®— Rx! a- em0mmm,£ a,� m0 / | fpj \■/@ 0@, ��! Go ! �n ® a ,� _� VX/3o«±A, � §f� h%•"§ ev � I § | / I § O ■� HIS ■ h �§} �qK | tP: ��. § , � ■ _ (U) O 000 00 § - . K � �- �--y _« kg # � f 2 §| � 2 |§k | . U) § ~ ■ | __ _ �� � ���0 $ S �_ ' 2 \ [§ § n �| m E ! E 3 u \ M \ 2 ! D |§ ui �) 2 CN , ||q2 \ . o . § e t o @ / § 12 Eagle Contracting, L.P. Odor Control Value Engineering Cityof Lubbock; Texas Northwest Water Reclamation Plant Phase 1A The odor control ductwork and accessories cost can be reduced in the amount of $49,525.00 by making the following changes to the specifications and drawings. PART A - MANUFACTURE'S PROPOSED MODIFICATIONS: Deleting the internal pressure rating of 25psig Changing internal pressure rating of flex connectors and dampers to 5 psi Changing the ASTM specification requirements for the flanges See Cortrol's attached correspondence and marked up specification sections 15892 and 15910 Being as fiberglass duct is being used for the underground odor control, the elimination of the flange joints at grade which are indicated as "FLANGED PVC/FRP TRANSITION AT GRADE (TYP.)" In addendum no. 4, item 4-27 deleted plan sheet C-013 and replaced it with Attachment 10-AD4 which eliminated the two restrained flex couplings on the 24" to the PTU Treatment Units. This credit would also include eliminating the two restrained flex couplings on the 24" to the dumpster room. We believe this was the intent at bid time. Attachments: Cortrol's Scope Letter (value engineering spec changes in red) Marked up specification section 15892 — Fiberglass Ductwork, Foul Air Marked up specification section 15910 — FRP Dampers Cut sheet — Mercer Rubber - triple arch flexible connector PART B - ENGINEER'S PROPOSED MODIFICATIONS: Relocation of 24" Damper 200 -DMP -101 on 24/FA/FRP at the Equalization/Peak Flow Storage Basin to connect directly to the expansion joint near grade (refer to attached markup sheet M-203). At Bioscrubbers 850 -BSC -111 & 121 delete pair of flanges from the 30 x 36 discharge tee side out and delete the 30" expansion joint and associated flanges located on the upper portion of the 30/FA/FRP duct (refer to attached markup sheets M-850 & M-851). On markup sheet M-852 relocate the 24" expansion joints so that they connect directly to the dampers & delete two pairs of duct flanges (replace the deleted flanged connections with butt welded connections at each location where flanges were deleted). Attachments: Cortrol's description of changes and drawings that depict changes PROCESS SYSTEMS, INC. wvrw.cortroLcom TO: A TCN: YOUR RE'FERI:NCEI: 11/1.21112014 PAGE: I OF 5 'I'EMIMS: Net 30 DEE VI-A'Y : Sec Notes LFAI) TIM : See Notes I HIS OVOI'A HON SI)1VI7(TT0TIiRNIS 01 ti•\I I• \NI) CxaunrrumS ,\TrACI HA). ItIVORI'AN"I --► 111IF.N 1' ]WI1AMNIG III FASE ISSUI' ANID \1\IL'1O1III: ADDRESS MARKID XQ CORTROL PROCTSS SYS1 FIv1S. INC'. o P.O. Box 9666 01 ulna, Oklahoma o 74157-0666 Ph 4 919-445-5205 0 Ph it 1 -500 -65? -6789 0 lax V 918-446-8512 o u NON -S•11 1'AIAAC: PIPINO SYS II.IIS \1 \I.\11 5 "ITAII'S I.\N'KS: ( t SION4 I'Aii1(i.tAI IN(ill{I'OXY V1 UURING SYSI I IIS Ref: Northwest Water Reclamation Plant City of Lubbock, Texas SPECIFICATION SECTION 15892 "Fiberglass Ductwork, Foul Air" SPECIFICATION SECTION 15910 "FRP Dampers" Important Notes: • The chart in Specification Section 15892, Paragraph 1.3.D., lists the Pressure/Temperature requirements for the Foul Air ductwork. The Internal Pressure requirement is 25 psig and all proposed pipe, fittings, fabrication and appurtenances must be suitable for these conditions. Fiberglass material included in our proposal is manufactured by Belco Mfg. Co., Belton, Texas and was named and approved in Addendum 1 (Item 1-5). Our proposal meets the stated requirements and we wIH take no exceptions to the specification. --- icing for R€vision 2 of this quotation -is basad on makkin the foilowing chi nucs to tho S�rec:iiictrtirart Section 151392, Paragra�,3_-�l�. deleting the Internal Pressure, F?t�finS{ cit ?Sfssi�r �Th' - irrtectr.itZ pf the s stent Brill not r hangu. Prossure matin- of the PERF prl�e is dotermined by the Qtc:t ,3tiffnLss rpquiroment for above ground and vncierrrrounCl�vI -- -Pre, 'r ss►rre rating of the Qanjjaett and tithe Flex Connectors pare the determinirrry factors, tY;akinri the Pressure Rahn, of the Flex Connectors 5 psi 'Bao ,attached submii al data showinr movement calaabllities and the change in thrr flancie drillirg). Since the test pressure of the FA systena is 5 nasi. this chance should fit into the workinn nre!sstrre desitrn. 2.1. 15- flanries arc" not on/Vint.tch thicker than the standard FRIG flanges butalso r wire Molts that rare 2-3 times l�arcror ira di rrretrar B t chane ill tire: fl<ang ret uirenient to AS*I*IvlD 3952. Table 1, both the "ltange thicl,racss of ca rrlininium of -!/1" acrd holt riilmeter cc11/S1 bC rBrltrced, rcasultingin alowor FIIcNime: 21178-7 City of Lubbock, I ?i. FRP Ductwork 11/12/2014 Page 2 cost. This ; It rlif e, v,,oald also nvori to bn in"riv iu!i 'nec111r "tI on ` action I591+) i�rT���C1rOW? �,1-8, _._�__... w . _ e Original bid documents included notations that the called for some of the "FA" piping to be fiberglass while other areas were noted to be PVC. There are notes on some of the drawings as well as clarifications included in Addendums that will allow for FRP piping to be used for all "FA" piping. Our quotation is for fiberglass pipe only and includes all of the "FA" piping as shown on the bid documents. • it appears that the span dimensions on the above ground "FA" pip ng are based on PVC properties. If fiberglass piping is used, these support dimensions for span could be increased, reducing the installed cost. • Our quotation will include the flanged expansion joints as specified in Specification Section 15892 and as shown on Drawing M-853, Detail 364, with tho, >"xc ption of tilt% flango drilling, which will rw-)tch ffv) rarilliog r3itlii' i'tt' f(atrac#c's rrrxr3acrfitcitrrrrl lac r'ISit�ir i) .?pP2 silotv/7 ctbcv:; as ltrc�,�oseti f lr tnlrc. Only those expansion ioints shown on the bid documents are included. The quantity of these flex connectors will be shown below. Please note that the 3168S hardware and EPDM Gaskets required for the installation of the flex connectors and FRP Dampers will be included in our scope of supply. Due to 1l2ti d�- Ill _'42Y!Lr! �mirrrrrs rile, r'RP llz7rrcprs timGite'i1{t� {_l 01al1 which will ro!" Ili'? rWc llor orice. DI JO to tho a X)yo r >Iiflorlc d tsrod.�c�sf cl fl�,It r�,;linracle €lr cfi r,Tctt r arrrl lr nu};t r:�r�urtc .,rrt -i the bol[ Swwill result inlowerLririL�t(, Per the above specifications and the furnished bid documents, we are pleased to submit the following proposal for your review and consideration: Includes Addenda 1 thru 1 1,01' 13cico Ma11t1111CIU1-ing Fiberglass I'ipe, Fittings & Dampers as vv-cll as Expansion Joints lire fabricated into the largest hossiblc suhas>cmblies 101- use as FRP Foul Air (FA) Piping as shown on tlic (hawings and describedbclo%.x-: ---------------------------------------------- FREIGHT. - 1 rlt'orks Shipphig 11oiut, Freight to be prepaid & added ut uelual cost to the above price. is the estimated cost to be ADDED to the total price shotwr. Cil 1A'S'7/ALJ * 1t.5' rretrL%rfr FI/JJ) U1'#;'l13°1670N FOR 1711,'ODOR (:'fiA"71?01, 00`I'f3'ORK Ifall ons•ile #.trlhw Field Rel,fewntofive is r•equil-curl, pleaxe ,-11)1.1 thefirst Arte` S. fin. each dditiu -r# delY per fr ip /ret, rrrrrll. Includes: !h-a'<vittt;s (i-034, G-008, C-006, M-056, M-120, M-121, M-122, M-123, M-2011, M-203, M-850.149-851. 141-1152. & Nl- 853, : --- All ofthc FRI' Doul Air (FA) ductwork fbr the I)reliminary'i'reatntent Unit, Equalization Basin and Rax% Wastewater Pump Station as well as the Underground Piping From these structures to the Odor Control System Components being providec by BioAir. We include duemork to the inlets of Bioserubber No. i & 2 and from the outlets of these Bioscruhbers to the fan Nos. I thru 4 inlets and ti•om the outlets of these Pans to the inlets of Carbon Absorber, Nos. i cC 2. We do NOT include the Bioserubbers. Carbon Absorbers. Dans or Mist Eliminators. We include dampers %here shown on the t rm%ings. See beim% for description. �t ! l+.i; lui::l,i h!';:; ;,. ;...,iii ,i l�ii...:11 .ii1: ,t. •� •1 _i, h,r;l, 'i�. c!it'ttanii: ell+ FIs,".1!'li i't i•. ;t5e ,.l T!'!!i tit t; Tit „IE ! ,� 11;I\�i t!y t- tti:`E ,I 1 til t 4'ri'; �Iis's ,r .•. `f' ... .. - ?t ;ter. I:it;1!!° Iib' !I;iitil't'!• :a a til i.'�,�IIE'L'!'!c: a;�`:� ti4:;1 it t•_ .. ,i, 511:1'1 .. •il•" ,t' i;il .s �"t' :.? tl I` i�;Elitt: �( ,1. ;l lit' it;.<tllA ?' ttrfli ".415 1?t'3'f:}it_ ,.3 '_ jr ,i i?t. ,1t - Ilcr the nh`vC 7i1l)U'l(t1311�,the il'TT�" !: on the (Imill)Cr, %%ill he eha Tsceil t:) inatch the FRI' dtictwork. acid bc, luanil,iTct=.+rca 1}cr'NS "M 1) 3982 and have'l nTinimum diicknes,, of We include Clic hanged expansion joints shoN%n as I'ollov s: 4 ea— 36-0, 12 ca — 30"O- 9 ca -- 24"0 &2 ca— 16"0. F ileNanie: 21178-7 Cite ol' L.ubbock.1 X. FRl' I)ucl%%w k 11/12/2014 Page 3 16SS Flame bolts and EIID 9 gaskets for connection ofour flanges to our damper:; and expansion .joints are included. however bolts & 4tiaskets fcr connection of aur flanktics to the odor control equipment must be provided b) others. Flanges to which our flamyes connect must be full flat face to prevent damage to the FftP flanges \+hen bolts are tightened. Options: 1. if it is desired to replace tile 1'RP underground piping \\itil PVCpilling supplied by ethers instead, you may DEDUCT $ 00000.00 from the quoted price above. The transition betwectl I -RP & PVC would be just above grade at a flanged connection. We include the additional FRP flanges required. 2. If it is desired to replace all ofthe indoor/exposed (above ground) I RI' piping in the Preliminary Treatment Unit/ Rclift Pump Station Building with PVC piping supplied by others, you may DEDUCT $ 0000.00 11-0111 the quoted price above. Not included: • Hangers. anchors, saddles, guides or supports including any design, installation training or layout of same. • Pans. Mist Eliminators or Equipment beyond the starting and terminating points described above. • Electric Damper Actuators (none slitmn) o fainting. Coating, insulation or Labeling of'cluetwork a Field labor including supervision of installation, installation, offloading or inspection, balancing and testing of'system. ® Training of field installation per:sonncl (see optional adder above) • Spare parts or tools • Shipping Cost (see addzr above) a Floor or Nall Slccvcs • PVC piping C. Sc:rt:en,, t % _rima, pip", op(min ,1, (;lnuc: ~flit;v it General Notes: • Resin system will he premium Vinyl Laster \v/ MI KI' cure. tAterior finish will be gel coat \\/ LN stabilizer. Structural section ofthe ductwork's laminate \% ill be manufactured by the filament winding method in accordance \with SNIACNA ERP Manual. Internal surface la)cr of ductwork will 1•e resin rich "C" glass to a total thickness of not less than 20 mils. • Fiberglass duct \\ ill be designed to an internal pressure of' 25 psi, and internal vacuum of negative 20" \\.c. up to 115°I'. Method of.ioining FRP pipe R fittings will be bill( and \\ rap except for flanged connections at dampers. expansion joints an.l equipment. These flanges will be full flat face, nni miactured b) hand la) -up method and will have drilling dimensions and thickness per P', I i:;hli, 1r« lug:scd chan�,cs W wild make ' lc' driliin4a I ,r S Ni D- 398- v Ia llan,,t Iltic-kiwss t\1 't'a" minimum. • All PRP ductwork and fittings will be manufactured in accordance with the referenced standards.. • Dampers included arc shown on the drawings. Belco Model 204 dampers are offered for the "bubble tight' isolation clampers and Belco Model 203 damper's are offered for the manual balancing dampers. They will have a lockable quadrant hand lever actuator for sizes smaller than 24"0 and a worm gear actuator for sizes 24"0 & target-. The dampers have a circumferential blade stop. Shaft is a 316SS rod fastened to the PRP blade with 316SS listeners and the shall seal is an o -ring type. Chain wheel actuators are included to the dampers that are 6 11 or higher above access. FileName: 21178-7 City of Lubbock. TX. FRP Ductwork 1:1112/2014 Page 4 Belco standard gel coat \\ ith UV inhibitors colors are gray, x\ kite or tall anrd will be pro\ ided at no additional cost. Ifalternate color is required, please submit color chip and request quotation for additional cost. As a normal course of the QA/QC. Belco INIfg. would perf'ornl Visual Inspection. Barcol hardness I esting. Glass Content Burn Test. Acetone Sensibilih Test and Standard Dimensional Verification. Ani other tcsting is not a part of' Ellis quotation. Allach .d i', dw t1`.. 1. Vo;w Helc Wali:inty j� ' I Iii I f v I'R11 NcCl;m(!t1hr til f\GUlid (11PHNili011S 9IllI R',% i '1 f )f %1:: ill?- .'I -f U-30" v—c. ~ FIELD INSTALLATION NO'1'1�: Although ours is it prefabricated system. it will require that some of the joints be fabricated in the field. The material only is included in our proposal. The fbllulving i; our estimate ofthc number of field Joints required to complete the installation. field geld hits consist of glass, resin. catalyst and gel coat only. UNDLRGROUND PIPING 2 ca - 42"0 butt N% rap f icld joints 24 ca - 24.10 butt wrap f field joints 4 ca - 36''0 butt »wrap field joints 2 ea - MI (? hutt wrap Iield joints 7 ea -- 30"0 butt V� rap f field joints ABOVE GROUND INDOOR EXPOSED PIPING 6 ca - 36'0 butt %N rap field joints 14 ca -30"0 butt wrap Iield joints 6 ea - 24''0 butt ��rap field joints 3 ca 20-0 butt wrap field joints 2 ca — I6"0 butt wrap field joints 2 ca 14"0 butt %crap field,joints I ca - 127'0 butt Nvrap field joints 5 ca - 10" O butt wrap lield joints 2 ca - 8'10 NO wrap Iield joints 3 ca -- 6.0 butt wrap licfd joints 19 ca -1"0 butt wrap field joints ABOVE GROUND OUT'DOOIt EXPOSED PIPING 2 ea - 24''0 butt wrap f ield,joints 2 ea - 14"0 butt wrap field joints 2 ca 16"0 butt wrap field joints DELIVERY: - Allow 3-10 iweks for submittals and shop dr:nvings. Delivery schedules slre based ullon current backlogs anti subject to prior commitments. I'lease verify schedule at time of order placement. TEIth7S: - NET 30. A copy of the Corfrol Terms and Conditions is included with this quotation and should be considered a part of this proposal. NO RETAINAGE I5 INCLUDED. Thank you 1'or the opportunity to quote your requirements. !fyou have any questions or need additional information, please do not hesitate to call us. Norm 13ery - Estimator Reg Green - Municipal Sales cc: Dennis Bilyeu, Lonnie Finley, Jimmy Moore, Brent 19organ, -Tammy Collins FileNamc: 21 175-7 City of Lt:bbock. TX. PRP Ductwork 11/12/2014 Page 5 I UL TR`4 p p k Process TERMS OF SALE All invoices become net clue and payable thirty (30) days from date of invoice. Interest at not less than eighteen (18%) per x111111111 will be charged after duC date; where not allowed. highest rate permitted will be charged. CONDI'T'IONS OF SALT; AND TRADE CUS"1'ONNIS The prices in this quotation are f irm for thirty (30) days. After tills date. all prices are subject to Change without notice. Shipment ol'quoted material call be made as promised, subject to prior sale. Firm delivery will be established ARO subject to any clause beyond reasonable of the Seller' of Manu!'acturer. Seller shall not be liable for any damages caused by delay in delivery. Cancellation of all order is subject to acceptance by the 111WI111iaCturer. Goods in process of 111 a completed state are subject to billing. Any and all products are SllbjCCI to the CXpi'CS5 Warrallty of the SLippliCr (111,111111actUrcr) Lill less explicitly extended by the Seller's written autllorivation. 'In NO rase does the Seller incur any liability, not any expense, due to failure of products, excepting, repair or replacement of the defective part, or parts, by the manufacturer or supplier and in accordance with said nlanuiilCltlrer's pu[icics. Goods may be returned for credit. only by written authorization by the Seller. A re -stocking; charge will be levied on all returned goods, lidless previous agreement is made at the time of Sale. All goods returned will be SUbject to inspection and credit disallowed for any and all goods not decnled lit for resale. Non-standard iteuls will not be accepted for return or credit. Unless explicitly amended in writing. all shipments are fxWorks Shipping Point (incoternlslR) 2010) and all fireight charges are to the customer's account. Any special tagging or packaging will be at purchlaser's expense. Prices quoted DO NOT include taxes or levies applicable to tile pUrCllaSC oftheSC goods. Ail), applicable taxes will be charged to the purchaser's account in accordance with statutory or other requirenleats relating thereto. All orders placed for ite111s included in this quotation are subject to acceptance by the manufacturer or supplier. HIeNanle: 21178-7 Cite of Lubbock. TX, FRP Duciwolk SECTION 15892 FIBERGLASS DUCTWORK, FOUL AIR PART 1 - GENERAL 0425-013-03 1.1 SCOPE OF WORK A. This specifications covers requirements for fiberglass ductwork as indicated on the plans and schedules. The duct system shall be furnished and installed complete with all fittings, transitions, jointing materials, expansion joints, dampers and all other necessary appurtenances. B. Duct and appurtenances will be continuously exposed to a humid environment containing hydrogen sulfide and will be used in interior and exterior location as well as above and below grade. 1.2 REFERENCES A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. B. Division 15 Section 15010 "Basic Mechanical Requirements" sections apply to work of this section. C. Reference Standards 1. ASTM D1599 Standard test Method for Short -Time Hydraulic Failure Pressure of Plastic Pipe, Tubing and Fittings. 2. ASTM D2105 Standard test Method for Longitudinal Tensile Properties of 'Fiberglass' (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe and Tube 3. ASTM D2.412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. 4. ASTM D2992 Standard Practice of Obtaining Hydrostatic or Pressure Design Basis for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe and Fittings. 5. ASTM D2996 Standard Specification for Filament Wound "Fiberglass" (Glass -Fiber - Reinforced Thermosetting -Resin) Pipe. 6. ASTM D2997 Standard Specification for Centrifugal Cast "Fiberglass" (Glass -Fiber - Reinforced Thermosetting -Resin) Pipe. 7. ASTM D3567 Standard Practice for Determining Dimensions of "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe. 8. AWWA C-950Arnerican Water Works Association Standard for Fiberglass Pressure Pipe. 1.3 QUALITY ASSURANCE A. Duct manufacturer shall provide the services of a trained factory representative to oversee and coordinate duct installation, This factory representative shall make a minimum of one trip to the project site, and shall spend a minimum of one 8-11our day at the project site, not including travel time. The factory representative shall have at least 5 years of experience with installation of fiberglass duct systems similar to those required for this project. The factory representative shall certify that the ductwork, supports, joints, and fittings have been installed in accordance with manufacturer's instructions, specifications, and other applicable standards. B. Minimum Duct Wall Stiffness: The minimum duct wall stiffness, at 5 percent deflection, determined in accordance with ASTM D2412 and Section 3 of AWWA C950, shall not be less than the following: SEPTEMBER 2014 15892 - Pale 'I of 6 FIBERGLASS DUCI WORK, FOUL AIR F IPROJEC!5104251.013 0315KCSTIVAUDIVISIUM IMI6652 FIBERGLASS DUC11NORK FOUL AIR DOC 7A;pl 102 0425.013-03 Nominal Duct Diameter (inches) Duct Stiffness (psi) 1-8 36 --- 10 18 12-16 9 _ 18 and larger, buried 10 18 and lar, er, other locations 5 X C. Buried duct and fittings shall be designed in accordance with Appendix A of AVVWA C950 to withstand the simultaneous application of either the following external loading and internal pressure or the following external loading and internal vacuum, whichever produces a stiffer pipe: 11 E. --------_`--- Field External _ ---- ...---__- - _ _. ---------- Duct Size Load Internal Pressure (inches) (lb per If) ( sig) 6 1450 — 25 Internal Vacuum (in, water column) 20 8 1150 25 2.0 12 1_600 - 25 20 _ _ _ 1900 25 20 _14 16 _ _ 1850 25 20 - 18 --•--_ - - 2400 25 ------ — 20 -_- 24 30 36 2750 25 20 1875 6500 25 25 20 20 Temperature and Pressure: All duct, fittings, and appurtenances shall be suitable for the following conditions: -) U-1 Coefficient of Thermal Expansion: All ductwork, fittings and appurtenances shall have a coefficient of thermal expansion not exceeding: 9.6 x 10-0 in/in OF for centrifugally cast pipe, 10.5 x 10`' in/in OF filament wound pipe. F. Expansion Joint Performance: Expansion joints shall be furnished in sufficient number to accommodate the coefficient of thermal expansion. The minimum and maximum air temperatures shall be 0"F and 115°F, respectively. Duct shall be protected from excessive solar heating during storage and installation in accordance with manufacturer's recommendations. All thermal expansion and contraction throughout the duct system shall be accommodated in expansion joints to be provided by the duct manufacturer. Expansion joint locations are shown on the plans. sr-P1EMBI-R 2014 15£192 - Wage 2 of 6 FIBERGLASS DUCTWORK, FOUL AIR f'tPRG,;CCTS�'495;OI3 035SPECStPMAtJOtIi1SrGP! 15VW02 FIBERGLASS DUCT`A'ORK. FOUL AIR DOC Design Temperature, °F Minimun 0 Maximum __�_--------- —115 Internal Vacuum, inches water column 20 -) U-1 Coefficient of Thermal Expansion: All ductwork, fittings and appurtenances shall have a coefficient of thermal expansion not exceeding: 9.6 x 10-0 in/in OF for centrifugally cast pipe, 10.5 x 10`' in/in OF filament wound pipe. F. Expansion Joint Performance: Expansion joints shall be furnished in sufficient number to accommodate the coefficient of thermal expansion. The minimum and maximum air temperatures shall be 0"F and 115°F, respectively. Duct shall be protected from excessive solar heating during storage and installation in accordance with manufacturer's recommendations. All thermal expansion and contraction throughout the duct system shall be accommodated in expansion joints to be provided by the duct manufacturer. Expansion joint locations are shown on the plans. sr-P1EMBI-R 2014 15£192 - Wage 2 of 6 FIBERGLASS DUCTWORK, FOUL AIR f'tPRG,;CCTS�'495;OI3 035SPECStPMAtJOtIi1SrGP! 15VW02 FIBERGLASS DUCT`A'ORK. FOUL AIR DOC 0425 013 03 1.4 SUBMITTALS A. Shop Drawings: Submit scaled layout drawings of fiberglass ductwork and fittings including, but not limited to, duct sizes, locations, elevations, and slopes of horizontal runs, wall and floor penetrations, and connections. Show interface and spatial relationship between ductwork and proximate equipment. Show modifications of indicated requirements, made to conform to local practice, and how those modifications ensure that free area, materials, and rigidity are not reduced. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protection: Protect shop -fabricated and factory -fabricated ductwork, accessories and purchased products from damage during shipping, storage and handling as recommended by the manufacturer. Prevent end damage and prevent dirt and moisture from entering ducts and fittings. B. Storage: Where possible, store ductwork inside and protect from weather. Where necessary to store outside, store above grade and enclose with waterproof wrapping as recommended by the manufacturer. PART 2 -PRODUCTS -� 2.1 DUCTWORK MATERIALS A. Vinyl Ester Duct 1. Centrifugally Cast, 14 -inch and smaller - ASTM D2997, RTRP-21 B, centrifugally cast, reinforced vinyl ester resin duct with 30 mil liner, a. Smith/Fibercast "Centricast CL 1520" 2. Filament -Wound, 16 -inch and smaller - ASTM D2996, RTRP-I2ED-101, -12EF-311, and -12EQ-311, or -12EU-311, with at least a 20 mil reinforced liner a. Ameron "Bondstrand Series 5000" b. Smith/Fibercast or "F -Chem -V" C. Beetle "Series 5000". 3. Filament -Wound, 18 -inch and larger - ASTM D2310, RTRP-12ED, -11 EQ, or -12EU, with at least a 20 mil reinforced liner a. Ameron "Bondstrand Series 5000" b. Smith/Fibercast "F -Chem -V" C. Beetle "Series 5000". B. Fittings and Flanges 1. Manufacturer's standard, glass fiber reinforced, compatible with the duct provided and with chemical resistance equal to or qreater than the duct. Flanges shall comply with (t -�fti� ��T►vt 3�i82 I'1�lYD� u!V T,'fr'- `�la�f h^it=� �iF'E, �'r%1; S 5tf,ILL i; r1 rvi,r.)(im,il,_E r)f' 't�?' _ I,,w� All benas and elbows shall nave a v centerline radius of al least 1.5 tilnes the Inside diameter of the duct. An eccentric reducer shall be installed on the main or primary duct immediately upstream of the wye fitting to increase the main duct size prior to the intersection with the lateral duct in locations where size changes occur at intersections. Alternate bend and fitting configurations may be considered by ENGINEER on a case-by-case basis where existing site constraints prohibit installation of fittings shown on plans. C. Flange Bolts or Studs and Nuts 1, Type 316 stainless steel, sized such that, after installation, bolts will project 1/8- to 318 -inch beyond the outer face of the nut. D. Flat Washers - Type 316 stainless steel. SEPTEMBER 2014 15892 - Page 3 of 0 FIBERGLASS DUCTWORK, r OUL AIR F \PROJcCTS\ ,251013-031SPECSV'INAL1DIvISION 15NSew rerRGLASS DUCT)NORF FOUL AIR COC 0425 013 03 E. Flange Gaskets 1. Full face, ASTM D2240. Type A durometer 50-70, 1/8 -inch minimum thickness, EPDM, F. Bell -and -Spigot Joints 1. Matched tapered bell -and -spigot ends bonded with adhesive. G. Butt Joints 1. Butt and wrap, resin bonded, PS -15, with pressure rating equal to the duct. H. Expansion Joints - As specified herein. i. Adhesive - Duct manufacturer's standard. J. Straight Socket — Straight socket bonded with adhesive K. All duct, fittings, and appurtenances shall contain ultraviolet (UV) inhibitors. All duct, fittings, supports and appurtenances shall be painted to match the color of existing ductwork. Painting shall be done in accordance with specification Division J Section 09910 "Painting and Protective Coatings". I-. Caulking — POlyuretliane-based, 1 part elastomeric sealant, VL1Ikenl 921 by Maneco International or equal. Use with compressible polyethene foam backer rod. 2.2 FABRICATION A. Joint Method: Unless otherwise specified, duct shall have straight socket, match tapered bell and spigot or butt joints. Shop fabricated assemblies should be provided to the maximum extent possible, to minimize the number of field joints. 1. Flanged joints shall be provided at each damper and item of equipment to facilitate disassembly, at each change in material, at road crossings and where indicated on the drawings. 2. Field butt joints, when needed, shall be made at locations at least 12 inches from any increasing or decreasing cross-section of duct where the duct to be jointed has the same diameter. All bolts, nuts, washers, and gaskets required for all connections of the ductwork system, including connections to equipment, shall be provided. B. Transitions: Fiberglass reinforced plastic transition sections shall be furnished for connecting round duct to rectangular openings on equipment Transitions shall have a pressure rating and wall stiffness equal to that of the duct. Internal lining shall be of the same type of material and thickness as specified for the duct. Transitions shall have flanged end connections compatible with the connecting duct and equipment. Transitions will be constructed to provide for draining condensate in the direction of the airflow. C. Expansion Joints: Expansion joints shall be furnished and installed at locations required for proper duct installation. Expansion joints shall be resistant to ultraviolet light and shall be suitable for the service conditions. All expansion joint materials in contact with the foul air shall be Manufactured of EPDM or other materials suitable for sustained contact in wet hydrogen sulfide concentrations of up to 200 parts per million and dilute sulfuric acid. The duct manufacturer shall be responsible for selecting locations and quantities of expansion joints based on the longitudinal and lateral movement capability of the specific expansion joint product selected. D. Expansion joints shall be flanged type, as manufactured by Red Valve Co., Inc., Mercer Rubber or approved equivalent. Hardware shall be type 304 stainless steel. 2.3 PIPE SUPPORTS A. Details of construction of pipe support anchors and guides shall be as shown on the plans. Manufacturer's pipe shall be suitable for the support spacing shown on the plans. Duct support spacings greater than 20 feet may be considered by ENGINEER if modifications are SEPTEMBER 2014 15892 - Page 4 of G FIBERGLASS DUCT WORK. FOUL AIR F IPROJECTSU142510I3 03iSPriCS1Fl?tALIDIVISIO(4 151,15052. FIBERGLASS Duc"rWORK. FOUL AIR DOC 0425 013 03 made to anchor bolts and to concrete support pads at no additional cost to OWNER. Duct support spacings shall be as shown on the plans. All ductwork, guides, and anchors supplied by manufacturer shall be capable of withstanding a 100 -mile per hour lateral wind load, and shall be capable of withstanding a 200 pound concentrated vertical load (applied over a 1 square foot bearing area) at mid -span between any two supports. PART 3 - EXECUTION 3.1 INSPECTION A. General: Examine areas and conditions under which fiberglass ductwork is to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. 3.2 INSTALLATION OF DUCTWORK A. General: Assemble and install ductwork in accordance with recognized industry practices which will achieve air -light and noiseless (no objectionable noise) systems, capable of performing each indicated service. Install each run with minimum number of joints. Align ductwork accurately at connections, within 1/8 -inch misalignment tolerance and with internal surfaces smooth. Support ducts rigidly with suitable ties, braces, hangers, and anchors of type which will hold ducts true -to -shape and to prevent buckling. Support vertical ducts at every floor or as recommended by manufacturer. B. Field Fabrication: Complete fabrication of work at project as necessary to match shop - fabricated work and accommodate installation requirements. C. Routing: Locate ductwork runs as indicated in the plans. D. Coordination: Coordinate duct installations with installation of accessories, dampers, equipment, controls, weir area covers, and other associated work of ductwork system. E. Ductwork runs shall slope to the blower with the lowest point of the suction duct at the entrance to the blower. A condensate drain shall be provided at the low point in the suction ductwork and at locations shown on the plans and shall be connected to the plant drain system. 3.3 FIELD QUALITY CONTROL A. Any ductwork found to be improperly installed shall be removed and replaced with ductwork, liner or fittings meeting these specifications. Improper installation shall include, but not be limited to, the following: 1. Fiberglass duct smaller than specified. 2. Construction joints not properly sealed. 3.4 EQUIPMENT CONNECTIONS A. General: Connect ductwork to equipment as indicated, provide flexible connection for each ductwork connection to equipment mounted on vibration isolators, and/or equipment containing rotating machinery. Provide access doors as indicated. 3.5 ADJUSTING AND CLEANING A. Clean ductwork internally, unit by unit as it is installed, of dust and debris. Clean external surfaces of foreign substances which might cause corrosive deterioration of fiberglass or, where ductwork is to be painted, might interfere with painting or cause paint deterioration. SEPTEMBER 2014 15892 - Page 5 of G FIBERGLASS DUCTWORK, FOUI- AIR r'%PROJLCTS10425W 13 (IMPECSONAUDIVISION M1992 HEILRGLASS 0UC1 WCWK FOUL AIR COC 0425-013-03 B. Temporary Closure: At ends of ducts which are not connected to equipment or air distribution devices at time of ductwork installation, provide temporary closure of polyethylene film or other covering which will prevent entrance of dust and debris until time connections are to be completed. END OF SECTION SEPTEMBER 2014 15892 - Page 6 of 6 FIBERGLASS DUCTWORK, FOUL AIR F%PROJECTS104251013-031SPECSIFINALIDIVISION 15115892 FIBERGLASS DUCTWORK, FOUL AIR DOC SECTION 15910 FRP DAMPERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 0301-210-01 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. i��Yti1►�i►d•\i7 A. Section Includes: 1. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering unless exceptions are noted by the ENGINEER. 2. Equipment furnished under this section shall be coordinated with other components of the applicable odor control systems. 3. The dampers will be installed to isolate equipment and balance air flows. The air flow through the odor control dampers will consist of malodorous air fully saturated with water vapor and containing an estimated maximum of 1,000 ppm hydrogen sulfide and dilute sulfuric acid condensate. Related Sections: 1. Division 9 Section 09910, "Painting and Protective Coatings." 2. Division 10 Section 10952, "Identification, Stenciling, and Tagging." 3. Division 15 Section 15010, "Basic Mechanical Requirements." 4. Division 15 Section 15015, "Piping System, Basic Materials and Methods." 5. Division 15 Section 15031, "Piping System, Miscellaneous." 6. Division 15 Section 15060, "Hangers and Supports for Piping Systems." 7. Division 15 Section 15892 "Fiberglass Piping, Foul Air." 8. Division 15 Section 15950, "Foul Air Collection System Testing, Adjusting, and Balancing." 1.3 REFERENCES (NOT USED) 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall demonstrate a minimum of five (5) years of experience in similar applications for size of odor control duct system furnished. References shall be provided upon request. B. Single Manufacturer: Duct dampers of each type shall be the product of a single manufacturer. -j C. Each damper and control valve shall be designed for the following conditions: 1 Air Temperature, °F: 0-125 2. Design-lafessur , paii 26 3. Design vacuum, inches water column: 30 1.5 SUBMITTALS A. Drawings and Data: Complete fabrication, assembly, and installation drawings, together with detailed specifications and data covering materials used, parts, devices, and other accessories forming a part of the equipment furnished, shall be submitted in accordance with the submittals section. The data shall include, but not be limited to, the following: 1. Name of manufacturer. 2. Type and model. 3. Materials of construction. 4. Pressure rating. September 2014 15910 - Page 1 of 4 FRP DAMPERS, FOUL AIR F \PROJECTSI0425I013.03\SPECSIFINALIDIVISION 15\15910 FRP DAMPERS.DOC 0301-210-01 5. Vacuum rating. 6. Overall dimensions. 7. Connection size. 8. Total weight, including actuator. 9. AMCA approved leakage test. 10. Position image indicator for each size. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protection: Protect dampers, accessories, and purchased products from damage during shipping, storage and handling as recommended by the Manufacturer. Prevent end damage and prevent dirt and moisture from entering. B. Storage: Where possible, store dampers inside and protect from weather. Where necessary to store outside, store above grade and enclose with waterproof wrapping as recommended by the Manufacturer. PART 2 - PRODUCTS 2.1 MANUAL BALANCING DAMPER A. Dampers, unless otherwise indicated, shall be of the single -blade type complete with channel -type frame, close fitting blade, full-length axle, and bearings. The damper shall be constructed of fiberglass reinforced plastic using a vinyl ester resin and shall have the same inside dimensions as the connecting piping. All fiberglass reinforced plastic fabrications shall have a flame spread of 25 or less when tested in accordance with ASTM E84. The axles shall be not less than 3/4 -inch in diameter and shall be continuous through the damper. B. Unless noted otherwise on the plans, dampers shall be installed with flanged connections. Dampers using slip-on connections in any manner are not acceptable. C. Dampers denoted for balancing service shall be equipped with a blade stop. Dampers denoted for isolation service shall be equipped with replaceable -type full -circumference blade edge seal, angle type blade stop, and shaft seal. D. Dampers shall have a minimum eressure rating of 30 inches water column. Isolation dampers shall have maximum leakage rate of 3 cubic feet per minute per square foot of damper area at minimum pressure n be furnished as part of the submittal.. Materials 1. Frame: Fiberglass reinforced plastic with vinyl ester resin. 2. Blade: Fiberglass reinforced plastic with stiffeners as required. 3. Axle/Shaft. 316 SS or continuous fiberglass reinforced plastic rod with stiffeners as required, 6 -inch extension beyond frame stiffeners as required. 4. Bearings: Molded Teflon. 5. Blade Stop: Fiberglass reinforced plastic bar or angle. 6. Blade Seal Neoprene or EPDM 7. Shaft Seal: Neoprene or EPDM k,`'iu 1D R9 Go -I -D --1. 8. Flanges: Flanges shall comply with R&46 -69 --able b-aFd`dsign pressure-ef-26-psi-end- 1J, 0,? / r'r== r - Coordinate drilling pattern with connecting pipe or duct. Manufacturer. Provide products of one of the following: 1. Belco Manufacturing 2. Daniel Mechanical 3. Engineered Composite Systems 4. Greenheck 5 Swartwout "Model 912" 6. Approved equivalent. September 2014 15910 - Page 2 of 4 FRP DAMPERS, FOUL AIR F IPROJECTS104251013 031SPECS%FINALID1"S10N 15/15510 FRP DAMPERS DOC 0301-210.01 G. Rating Conditions 1. Velocity through Damper: 4,000 fpm. 2. Pressure Rating: 30 -in water column. 3. Allowable Leakage: With a differential pressure of 12 -in wg. Size Maximum Allowable (in Diameter) Leakage_(cfm) 72 200 66 186 60 172 54 158 42 130 36 50 24 25 18 20 4. One damper of each size shall be shop tested at 12 -in wg differential and shall meet the above leakage. Submit damper test report to the Engineer. Damper shall not be shipped until approved by the Engineer. 2.2 BUBBLE -TIGHT DAMPERS AND ISOLATION DAMPERS A. Furnish and install where indicated on the Drawings manually operated butterfly or parallel blade dampers, with handle for manual operation and positive locking quadrant for balancing purposes. B. Dampers shall have flanged connections and fabricated from materials specified herein Dampers using slip-on connections in any manner are not acceptable. C. Locking quadrants shall have a positive method of holding the damper in its selected position, such as a bolt through both the quadrant and the lever arm. Systems using springs or other devices that can vibrate loose are not acceptable. D. Rating Conditions 1. Velocity through Damper: 4,000 fpm. 2. Pressure Rating: 30 -in water column. E. Materials 1. Bearings: Teflon. 2. Blade: FRP, angle reinforced. 3. Frame: FRP. 4. Axles/Shafts: Type 316 stainless steel, full length of damper size as shown on the Drawings. 5. Finish: FRP. 6. Handle: Type 316 stainless steel, or FRP. 7. Pins: Type 316 stainless steel. 8 Blade Stops: FRP angles with elastomer seals suitable for use at the design September 2014 15910 - Page 3 of 4 FRP DAMPERS, FOUL AIR F 1PROJECTS\04251013 031SPECSIFINALUVISION 15/15910 FRP DAMPERS DOC conditions. 9. Bushings: Teflon. 10. Hardware: Type 316 stainless steel. 11. Angles: FRP. F. Dimensions: As detailed on the Drawings G Manufacturer: Provide products of one of the following. 1. Belco Manufacturing 2. Greenheck 3. Engineered Composite Systems 4. Daniel Mechanical 5. Approved Equivalent September 2014 15910 - Page 3 of 4 FRP DAMPERS, FOUL AIR F 1PROJECTS\04251013 031SPECSIFINALUVISION 15/15910 FRP DAMPERS DOC 0301-210-01 2.3 OPERATORS A. Damper actuators shall be furnished and installed as indicated in the schedules. All required linkages and accessories required for a complete installation shall be furnished. B. Hand Operators: Each hand operator shall have a locking quadrant suitable for positioning the blade at any intermediate position. Any metallic components shall be Type 316SS. C. Dampers 24" in diameter or larger shall be supplied with a worm gear operator. D. Dampers installed 6 feet above finished floor or higher shall be supplied with a chain wheel operator. Chains shall be restrained in outdoor installations to prevent damage to surrounding equipment. E. Position indicator plates will be marked 0 to 100% in 10% increments. Pointers will be readable to 5% minimum. Position indicators shall be Type 316SS or FRP. 2.4 SPARE PARTS A. The following spare parts shall be furnished for each size and type of damper. Item Quantity Flat Flange Gaskets 2 each Shaft Seals 2 each Blade Seal 2 each Position Indicator Plate One per damper installed B. Spare parts shall be suitably packaged in accordance with the General Equipment Stipulations, with labels indicating the contents of each package and equipment number designated. Spare parts shall be delivered to the OWNER as directed. PART 3 - EXECUTION 3.1 INSTALLATION A. The dampers shall be positioned to fit on the connecting piping. Unless otherwise necessary for proper operation of the damper, the axles shall be installed in the horizontal position The inside of the dampers shall be smooth, clean, and free from blisters and dirt when installed. Dampers for isolation service shall be installed with the shaft side of the damper on the pressure side (or toward the equipment isolated). END OF SECTION September 2014 15910 - Page 4 of 4 FRP DAMPERS, FOUL AIR F 1PROJECTS104251013 031SPECSONALTIMSION 15115910 FRP DAMPERS DOC JOB NAME LUBBOCK, TX NWWRP abro Hauppauge, MERCER 350 pang Drivee, NY 11788 CUSTOMER CORTROL RUBBERco.CUSTOMER P.O. Tel 631-582-1524 FAX 631-348-0279 MERCER NO. Info aMercer-Rubber.com DATE: 12-3-14 DWG. NO. JG -120314-2 MI -9 DUCT CONNECTOR - TRIPLE ARCH Temperature NOTE: USED IN AIR SERVICE ONLY COATING OF - - HYPALON PAINT RYES [ NO 5/8" -�. _ 14 BEVELED EDGE SPLIT RETAINING RINGS STEEL I)QSTAINLESS STEEL GALVANIZED THICKNESS 1/4" FLANGES INTEGRAL WITH BODY CARCASS MADE OF MULTIPLE PLIES OF TOUGH, ELASTOMER IMPREGNATED FABRIC OR TIRE CORD n Cove Ej 1! F El El ix U Cover Rating Natural Rubber 180°F Pure Gum 180°F Chlorobutyl 250°F Neoprene Food Grade Neoprene Self Extinguishing Neoprene Hypalon Nitrile (Buna N) EPDM Viton EPDM w/Kevlar Viton w/Kevlar Silicone w/Fiberglass 225T 225°F 225°F 225°F 210°F 250°F 250°F 350°F 400°F 450°F DUCT CONNECTORS INSTALLED IN DUCTING THATARE ANCHOREDON BOTH SIDES OF THE CONNECTORS NEED NO CONTROL RODS PROVIDED MOVEMENTS ARE WITHIN THE TABULATED ALLOWABLES. DUCT CONNECTORS INSTALLED IN UNANCHORED DUCT OR CONNECTED TO ISOLATED EQUIPMENT MUST HAVE CONTROL RODS, WHEN CONTROL RODS ARE USED THEY MUST BE PROPERLY SET SO THAT ALLOWABLE MOVEMENTS ARE NOT EXCEEDED MI -9 DIMENSIONS, ALLOWABLE MOVEMENTS and OPERATING PRESSURES j DUCT FLANGE SIZE OD (in) (in) FACE TO FACE F.F. (in) DIA. BOLT CIRCLE (in) NO. OF HOLES DIA. OF HOLES (in) I I AXIALI 'COMPRESSION (in) AXIAL LATERAL EXTENSION DEFLECTION I (in) i (in) RATED WORKING VACUUM PRESSURE RATING (psi) (IN Hg.) 36 40-318 30 i 34-3/8 24 28-3/8 16 20-3/8 20 20 20 16 39 33 27 19 32 28 20 16 7/16 7-7/8 3-7/8 4-1/2 5 1-1/2 7/16 7/16 7/16 7-7/8 3-718 4-1/2 3-7/8 4-1/2 3-1/4 3-5/8 5 1-1/2 7-7/8 6-1 /2 5 1-1/2 5 1-1/2 i i MQ J. GUST OAT' 12-3-14 FORM NO. MS-1362.DWG EA14 No JG -120314-2 CORTROL PROCESS SYSTEMS, INC. May 28, 2015 Glenn Grant Eagle Contracting, L.P. P. 0. Box 1600 Keller, Texas 76244 Ref: PCM -001 Alan Plummer Associates, Inc. Page 1 of 1 NW Water Reclamation Project Lubbock, Texas Glenn: ' Per Paragraph B of the above mentioned modification, the following represents the resulting pricing changes. 1. 1 lot of material and labor charges to make changes on FRP ductwork as shown on the "red line" Drawing No. M-203, M-850, M-851 and M-852. These changes included moving flex connectors as well as removing flanges whenever possible. 2. Elimination of 2 ea.30" Flanged Flex Connection on the Outlet Ductwork of Scrubbers 850 -BSC -111 and 850 -BSC -121. In order to help in your review, we are attaching copies of PCM -001 as well as the Rovised Shop Drawings from Belco Mfg. Co. which show the requested changes. These Belco Drawing Numbers are 141445-01 thru 141445-12. If you have any questions or require additional inf mation, please do not hesitate to call. Reg Green cc: Jimmy Moore Brent Morgan Chris Bilye.0 4518 West 56th Street South • P.O. Box 9666 • Tulsa, Oklahoma 74157-0666 •918/445-5205 • FAX 918/446-8812 www,cortrol.com ALAN PLUMMER PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -004: FRP DUCTWORK, FLANGE, AND EXPANSION JOINT MODIFICATIONS Please provide a proposed cost deduct for all the changes described below. Item A are modifications proposed by the manufacturer and are based on the -attached value engineering proposal from the manufacturer. Item B are additional modifications proposed by the Engineer. A. Manufacturer's Proposed Modifications i. Reducing the ductwork internal design pressure from 25 psig to 5 psig. H. In lieu of FRP flanges manufactured per PS 15-69, Table 5 at a design pressure of 25 psig, provide flanges manufactured per ASTM D 3982, Table 1, with a minimum of flange thickness of 3/4 -inch. This modification applies to both ductwork and dampers. Modify the diameter and length of the Type 316 stainless steel hardware for the new proposed flange thickness and drilling pattern. iii. For buried ducts, the Contractor/Manufacturer had the option to use either fiberglass or PVC. The Contractor/Manufacturer stated that they will be providing fiberglass for the buried ducts, therefore the "FLANGE PVC/FRP TRANSITION AT GRADE (TYP.)" is not required. B. Engineer's Proposed Modifications i. At the Equalization/Peak Flow Storage Basin, on the 24/FA/FRP duct, relocate damper 200 -DMP - 101 from its location on top of the basin, and instead connect directly to the expansion joint located near grade. Delete the pair of duct flanges from the former location of the damper. Refer to the attached markup of sheet M-203. ii. At the Bioscrubbers (850 -BSC -111 and 850 -BSC -121), delete the pair of flanges from the 30 -inch x 36 -inch discharge tee side out (typical of both bioscrubbers) and delete the 30 -inch expansion joint and associated flanges located on the upper portion of the 30/FA/FRP duct (typical of both bioscrubbers). Refer to the attached markup of sheets M-850 and M-851. iii. As shown on the attached markup of sheet M-852, relocate the two 24 -inch expansion joints so that they connect directly to the dampers and delete two pairs of duct flanges. iv. Replace the deleted flange connections with butt welded connections at each location where flanges are deleted. Page 1 of 1 REV 09/2009 fAprojects104251018.01\construction admiMcontract modificalioris1pcmlpcm-0041pcm-004.docx Farm PCM 7,- E E S S8 qs € s o oy o ! maaoo PS aww o �a3'g��`SwSSaa"p3 m� = g`gzo"JeizSz�" y+.gll 2<9��5s'zzzo`oaa�az$miu�,a�m's ,., m �� »33333 5 p Jma 2zm _iu2ww� w ti wwwumi"�u�i �� o¢p °' _ _ _ EMMM =.=a Ni' 3 3 3 50 `y oBkg BE <x I $45 Jyyoi g�€ =wE;s-� zoo cn LSA<Uy.F (n 2 LU �3 f2ftt y2ytt g'3 EE� _ w F ? x •eI'g Oz`n`Ji �i33LL r u�m�a H vmzzvi IZ°aaan�1Pb3 W a«aa«<c8a u` <r8m 3mmJc`3 c�i ci cwdf di if w �LLLL" i m m?u.5 Fra, �� i Z g l .s ti U U w �y py{ Q a<aa cc<: •..tea<mm mmucmivucaio 'uSLLLLLLLL LLz 4JUtz pe _e __ e 71 z u b r < Pf IPI J uu < n m m 0 eci �� kuo uo a oa n u is �w u mm a $ m iw 3 wm iE LL an�� io �.e�iis` cf z o ni Wo v n 5 S ce =ayk" H i3�:s w<LL6 �` mipn d�m¢miFs� z z4yzNp zo x322 3 r,� om ozau� 2 YJ z�mx=m�FQi moasi <;_mF zSzii' 05ia^zm iw<LL�NN7i' 9�$z m an "S�c<�9z� 3 s5oSz6w'kx zkz¢wLL zf�a49LLz=w ?Nk��s4¢Su:i '�z�go'mF" ggN<g Fg�$.zx �m gFoom s09��k<pN=F' Ws4x mkxoEou5moztBy�ouow<,x �YY'az o s>oN aiVz�azzg Ij coiw `J w 5 cTi0.w<2'? m -Nn -nl nIn - m p I i is o o. m x o o �LL �a W ;o= ze mmg ; c'iS ai ,-`s��au�o� wq�rya wz ^g.MR= ww 'on Paz: zx>l O 2255 F i€ f3;,�o yo x • zTgg "mak" HizSn'N SSW fuwoWWo S w 1 zoc Q 'oi as w�'Fo 3.s :cgiLL�o uLLog •wmw ¢?s �8�x5xi��x gwtzgyuw 'eod � W g�pa` "zuS�G� ys'�a�a zoz `��ciciciciozncs�Hm o�szy�r2ZO .0 I ¢ - >pmx< 5 52 .tea p¢c�-5Sa `rYi "�i "m'ySFo. aa < QQ �< U 3 a 0 u� g S U 0 rva m< y 2 m IL O V 2 z P z d W O V Z LL O Z �}roSLL `>z35'�LS�`b'�ww 'mm'&'6U�� "Y �`y�� UUrs 'rye mU O0<� tilt .¢km'umw.�"5y<�m to ¢s¢ �I! riNNNry rvNNw H --_ w rvaiNN nev W m� '—.: — — — —« aI ..jai riv, a1 O ._.0 63 � AE � m=yg � � rv�ol•�i •'•�;•y'� q ! Q � � wr✓s� � �!� �. l .� �u 9 E z z oLu 'oCL _ / W uCL w LL f+ §ih w AR i WW CC ! CCCC� iW 5 s 4 I + i J mQ Of W ELX5=995:99 o ai33YYSYYy'aaSS�3a'a_aSa:% 119Ongill1 Agg 11111�1I���� � aIo i o elo 0 o a I NINA m 3i�am�[ny o<w ,7yoy1,m 5C= ¢nSKa uJv. ' ~s1 ~sS f "Jx6Sm �'ms'i[ yy�y1�111 1�i,ynJi-zOm Ukl�Z2O ia0 QSQ a 0_OpmO -_____mN a yF�FZ_ s VC m J ?�n O �q h c¢r r � W n W i O U 8� u 139E It cd Ed M H o3� mm F F W w ~ H k $ 5 coW� Z.0 10 R'e+3rcm ��zaosnJ��¢ ws11UgN ski pi~aw wo"527fg5�zi i "�� i��za i`mJJ`rcw Noaillla�l=o�lc�P LuiSsSsug uS�ymi� Coff":a4'i'�.'z O ommwmmm<���a 5 moi'• -�� Q U�nln �Z W Uo^vii vni m o_m o0 I a 1m __j + 3Z1S a3dV4VO = a • U I � 5 W� m > 1 3ZIS N3dWtl0=01 ' w� i 0 4 o o 60 < N v mho � m z I. ozo F w m -_jj o � gam m mac g§� o §Lfi ' 3ZIS d3dWtla = a I �949� o < 7 W z � U B LU oa w¢ ~ rw o pp O w d c�o osc CL W3m Q¢LL �gusonWW Z A�Jq^wwx� 3aFm a J z W �¢ W mow ' \ m J 3 z o : 1 � Z W ` ani s z LL o tL & yso RRR Hwy m m 3zls a3dwva = a I a� y m 3i�am�[ny o<w ,7yoy1,m 5C= ¢nSKa uJv. ' ~s1 ~sS f "Jx6Sm �'ms'i[ yy�y1�111 1�i,ynJi-zOm Ukl�Z2O ia0 QSQ a 0_OpmO -_____mN a yF�FZ_ s VC m J ?�n O �q h c¢r r � W n W i O U 8� u 139E It cd Ed M H o3� mm F F W w ~ H k $ 5 coW� Z.0 10 R'e+3rcm ��zaosnJ��¢ ws11UgN ski pi~aw wo"527fg5�zi i "�� i��za i`mJJ`rcw Noaillla�l=o�lc�P LuiSsSsug uS�ymi� Coff":a4'i'�.'z O ommwmmm<���a 5 moi'• -�� Q U�nln �Z W Uo^vii vni m o_m o0 I a 1m __j + 3Z1S a3dV4VO = a • U I � 5 W� m > 1 3ZIS N3dWtl0=01 ' w� i 0 4 o o 60 < N v mho � m z I. ozo F w m -_jj o � gam m mac g§� o §Lfi ' 3ZIS d3dWtla = a I �949� m � 0 W z � LU oa w¢ ~ rw o w d c�o osc CL W3m Q¢LL �gusonWW �cuwi A�Jq^wwx� 3aFm a J m 3i�am�[ny o<w ,7yoy1,m 5C= ¢nSKa uJv. ' ~s1 ~sS f "Jx6Sm �'ms'i[ yy�y1�111 1�i,ynJi-zOm Ukl�Z2O ia0 QSQ a 0_OpmO -_____mN a yF�FZ_ s VC m J ?�n O �q h c¢r r � W n W i O U 8� u 139E It cd Ed M H o3� mm F F W w ~ H k $ 5 coW� Z.0 10 R'e+3rcm ��zaosnJ��¢ ws11UgN ski pi~aw wo"527fg5�zi i "�� i��za i`mJJ`rcw Noaillla�l=o�lc�P LuiSsSsug uS�ymi� Coff":a4'i'�.'z O ommwmmm<���a 5 moi'• -�� Q U�nln �Z W Uo^vii vni m o_m o0 I a 1m __j + 3Z1S a3dV4VO = a • U I � 5 W� m > 1 3ZIS N3dWtl0=01 ' w� i 0 4 o o 60 < N v mho � m z I. ozo F w m -_jj o � gam m mac g§� o §Lfi ' 3ZIS d3dWtla = a I �949� 139E It cd Ed M H o3� mm F F W w ~ H k $ 5 coW� Z.0 10 R'e+3rcm ��zaosnJ��¢ ws11UgN ski pi~aw wo"527fg5�zi i "�� i��za i`mJJ`rcw Noaillla�l=o�lc�P LuiSsSsug uS�ymi� Coff":a4'i'�.'z O ommwmmm<���a 5 moi'• -�� Q U�nln �Z W Uo^vii vni m o_m o0 I a 1m __j + 3Z1S a3dV4VO = a • U I � 5 W� m > 1 3ZIS N3dWtl0=01 ' w� i 0 4 o o 60 < N v mho � m z I. ozo F w m -_jj o � gam m mac g§� o §Lfi ' 3ZIS d3dWtla = a I �949� 8 F � o uJc J J W 3 ou cLH CL h� a_ p CO \ZD a- LL. .Sb v U j S o �= 1 .01',4 ".9 o�rc P.L j o '.4Z .4-.1�' Sam •t. t_ JJ I/ z cc, o O e z U 8 LL g w-WLu i 8 t a , SAY -• t �� : s �; c� t J � t .6'.L� a Ti .OL -.S SONIMIMO 1aNnOti083GNn - • ...............0....... .9'.S iw ... ......— .?d. .._.r...................... :.__.............------� i 'P '9-.L :E -.LL L— u) i a d z � sw . ...a EL Q. �. .o-.6 Lij rQL<1) � J H 1 ( Y c�� • 3 s__ -o- � g �` t $ � •E'�9 � ; 0 a LL$ F- L) t = ow • .._ _.....: t oa MMYdO 0Nn08O830n 33$ r, Z? 1- .6 -.LZ S�NIMWO .6l ONROU5 130NN n 335 Jhlz .o -.L / / Y 2 J g LL y U Y _ .1 t -.L z Z' 7 N .o -.c ' 'R -A m -Z .01-z .91 .0-.E X-3 .0-3 LU W U) CY yC F - 0 -NO Z 0 0 0 0 @} : \\\\; ))�) � ! §\ ®® / |�' § : Ho `}u/ . §2 � NnotudMN n 33S LLJ .0-j. LU X. uj oR ol F Iz- ;p �l ui a. )} \: , g' / \ § ° �» Of j d < z 7 `� �� ui .6-.91 .04 .9-p a - ��� .9.z :m C's .6,aZ ■ PA .6SONVAydo NnotudMN n 33S X. oR ol )} \: , g' .§ \�/ LL, Cf) �� ���)��� ��� .0-A c z ■ PA 1'� .ae .o-aL .rsL • .>�sl ' .> �' � I • om t s t o i tw ik'. o a u S o i � m • U : � Tm0 _ 4 �a m I iNlo �I i zz t ! F i ■ • � o@ W �. :J i z• , l 4 _—_---_ — Iilji! • �' w fir_ i 3 t 1 S1 -Z' 9 -.El ' A A ' .S .` 1 .01- i i 1117 ii[ i �: r > i LU LLJ • : 0� n s o � i W H I �i �In LL o.� gi B9 4 I • Z of e $ .J �� } . / . , )k § !@ ! (} Az } \� �. +a §` )§ &« 9•_- ®!_ \° • z .: . : : � ;�� . § i � • # k 2 f � �� �----------��\.2 .J �� } . / . , )k 6 j U 1 lY 0 �g IS LL� t g W W \— J - y b p .E Z .0 .t I Q \— z W , Ty. s W j CD - --- —=1AO \ \ U) • ; N n F w � W U n ts U n O w m O F o x= LL x� o U � 6 j U 1 lY 0 �g IS LL� t g W W 6 j U 1 lY 0 IS 4 t g W W \— J - y b p I Q t O W , Ty. s W j CD \ \ U) • ; 1 Z ,est W U n ts U n O O F O U LL WHA IS t g W W I\\ U I Q t O W , Ty. s — _ x ; , CD 1 ,est U n ts U n WHA Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 5 10 -Nov -2015 01:15 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject RPZ on Potable Water Connection General Reference PCM -005 Time will be Requested By 17 -Apr -2015 11:47 AM CT See attached proposal for this work. Spec Section 15 - Mechanical Reason Code N/A Josh Frisinger (Proposal Request Originator) Description Please submit a price proposal to add an RPZ as shown in the attached PCM. Attachments Attachments: A Zoltan Fekete A John Turpin PCM-005.pdf A Marshall Plunk A Matt Kuykendall Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Wood Franklin A Ron Bray & Mary Gonzales $i Kyle McCoy A Andy Howard Desirae Dalton A John Turpin Zoltan Fekete .n Pat Kolb me Marshall Plunk m Matt Kuykendall Proposal Cost will be Increased by US $27,569.37 Time will be Increased by 5 Day(s) Memo See attached proposal for this work. Attachment(s) Attachments: PCM-5.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To A Ron Bray A Pat Kolb A Zoltan Fekete A John Turpin A Marshall Plunk A Matt Kuykendall A Andy Howard Approve/Disapprove Status Approved with Modifications Cost will be Increased by US $27,569.37 Time will be Increased by 0 Day(s) httt)s://www.apai-proiects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYODmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Page 2 of 2 Since the RPZ is not on the critical path, per the contract documents additional time will not be granted. Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin ® Matt Kuykendall A Mike Bigham A Ron Bray $ Kyle McCoy A Kyle Comey A Desirae Dalton A Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. & Marshall Plunk A Zoltan Fekete Mary Gonzales A Craig Henderson A Andy Howard A John Turpin A Pat Kolb https://www.apai-projects.com/Projectmates/PR/PRDetai l.aspx?enc=68McHYOpmA70+... 11/10/2015 PROPOSED CONTRACT ALAN PLUMMER-1 9j ASSOCIATES, MODIFICATION ENVIRONMENTAL ENGINEERS ANOD SCIENTISTS PCM -005: BACKFLOW PREVENTER MODIFICATION AT SOUTH POTABLE WATER CONNECTION Please provide a proposal for the work described below: Immediately west (downstream) of the Large Domestic Meter Tap located on the 8/POT/PVC line near the southern entrance to the plant (see sheet C-006), provide and install a backflow preventer per standard detail 114 on sheet C-904. The items added per standard detail 114 on C-904 include the following: • 6 -inch backflow preventer per section 15100 • Heated aluminum enclosure • Ductile iron piping and fittings • PVC drain piping • Reinforced concrete slab • Mow strip Please note that conduit and wiring for the heated aluminum enclosure is already included in the project. Refer to sheet E-004. The heated aluminum enclosure (hot box) is shown to be fed from RWPS-LP1-22. The cost for conduit and wiring shall not be added as part of this PCM. Page 1 of 1 REV 09/2009 fAprojects\0425\018-01\construction admin\contract modifications\pcm\pcm-005_rpz modification\pcm-005.docx Form PCM Northwest Water Reclamation Plant- Phase 1A Change Order Proposal - PCM -005 Date April 27, 2015 Work Description Backflow Preventer Modification at South Potable Water Connection Owner: The City of Lubbock, Texas 1635 13th Street Lubbock, Texas 79415 Engineer: Alan Plummer Associates 1320 South University Dr., Suite 300 Fort Worth, Texas 76107-5737 Contractor: Eagle Contracting 607 S. Pearson Lane Keller, Texas 76244 Labor Material Equipment Subcontractor TOTALS: $ 5,760.80 $ 17,494.48 1 $ 114.94 $ - $23,370.22 Eagle Insurance 1.8% Overhead & Profit -10% Subcontracted Work Overhead & Profit- 15% Self Performed Work $420.66 $0.00 $3,505.53 Subtotal Bond @ 1 % $27,296.41 $272.96 Subtotal $27,569.37 Total Amount This Cost Proposal $27,569.37 Time Extension Required - 5 Days Work Description Backflow Preventer Modification at South Potable Water Connection LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager 0 0 MH $70.00 $70.00 $ 15,255.26 Su erintendents 4 0 MH $70.00 $70.00 $ 280.00 Assistant Superintendents 0 0 MH $43.00 $43.00 $ 152.00 Foreman 0 0 MH $32.00 $48.00 $ 5.00 Asphalt Fell Expansion Joint Slab to Mow Strip 20 0 MH $24.00 $36.00 $ 460.00 -Carpenter Helper 40 0 MH $21.00 $31.50 $ 840.00 -Carpenter Laborer 20 0 MH $17.50 $26.25 $ 350.00 Pie Layer/Fitter 20 0 MH $24.00 $36.00 $ 480.00 Layer/Fitter Helper 60 0 MH $21.00 $31.50 $ 1,260.00 -pipe - Crane 0 0 MH $31.00 $46.50 $ -Operator 4 0 MH $25.00 $37.50 $ 100.00 -Operator Field Engineer 0 0 MH $47.00 $47.00 $ 43.30 Rodman 0 0 MH $19.00 $28.50 $ TOTAL Subtotal 1 LS $ 161.30 $ 3.790.00 Labor Burden 45% 1 LS $ 115.22 $ 1,705.50 Fringe Benefits @ 7% 1 LS $ 86.41 $ 265.30 Total Labor 1 LS $ 57.61 $ 5,760.80 NON -TAXED MATERIAL QTY UNIT TOTAL UNIT PRICE 0.05 mo $1,500.00 TOTAL Pipe & Hot Box- Ferguson #8267703 1 Is $0.00 $15,255.26 $ 15,255.26 Concrete for Slab & Mow Strip 3 c s $0.00 $100.00 $ 300.00 Reinforcing Steel for Slab & Mow Strip 152 lbs $1.00 $ 152.00 Haul Excess Did Onsite 2 t s $0.00 $2.50 $ 5.00 Asphalt Fell Expansion Joint Slab to Mow Strip 24 If $1.00 $ 24.00 Subtotal - Non -Taxed Material 75.00 Fuel, Oil & Geese 45% of Equipment) $ $ 15,736.26 TAXED MATERIAL QTY UNIT Total Equipment UNIT PRICE $ TOTAL Slab & Mow Strip Edge Forms 40 sf $1.00 $ 40.00 0 '$0.00 $ 0 $0.00 $ 0 $0.00 $ - Subtotal - Taxed Material + (8.25% Tax) $ 43.30 GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8%Labor 1 LS $ 161.30 $ 161.30 Jobsite Phone 2% Labor 1 LS $ 115.22 $ 115.22 Jobsite Electric 1.5% Labor 1 LS $ 86.41 $ 86.41 Jobsite Water 1% Labor 1 LS $ 57.61 $ 57.61 Small Tools 7% Labor 1 LS $ 403.26 $ 403.26 General Cleaning 0.4% Labor 1 LS $ 23.04 $ 23.04 Dum ster 0.9% Labor 1 LS $ 51.85 $ 51.85 Temporary Toilets 0.9 % Labor 1 LS $ 51.85 $ 51.85 Safety Equipment 3.5% Labor 1 LS $ 201.63 $ 201.fi3 Pickup Trucks 3.5% Labor 1 LS $ 201.63 $ 201.63 Employee Housing 4% Labor 1 LS $ 230.43 $ 230.43 Subtotal - G C Material + (8.25 % Tax) $ 1,714.92 Total Material $ 17,494.48 EQUIPMENT QTY UNIT RATE TOTAL TOTAL Rubbeer Tired Backhoe/Loader 0.05 mo $1,500.00 $0.00 $75.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ 75.00 Fuel, Oil & Geese 45% of Equipment) $ 33.75 Tax @ 9.25% $ 6.19 Total Equipment $ 114.94 SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL Electrical to Hot Box no charge) 1 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ FERGUSON WATERWORKS #3208 FERGU7 SONO 4503 W INDUSTRIAL AVE Deliver To: MIDLAND, TX 79703-7601 From; Scott Atkinson Waterworks Comments: 12:50:49 APR 16 2015 FERGUSON WATERWORKS#788 Price Quotation Page # 1 Phone :432-253-8194 Fax :432-699-2049 Bid No.......: B267303 Bid Date....: 04/14/15 Cust Phone: 817-379-1897 Quoted By.: BSA Terms........: NET 10TH PROX Customer: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Cust PO#...: Ship To. EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER,TX 76244 Job Name: 192 NORTHWEST WTR RECLAMA Item Description Quantity Net Price UM Total MJ9LAX 8 MJ C153 90 BEND L/A 2 120.855 EA 241.71 MJRLAXU 8X6 MJ C153 RED L/A 2 70.040 EA 140.08 SSLCEP8 8 PVC WDG REST GLND PK'ONELOK 2 62.920 EA 125.84 SSLDEP8 8 DI MJ WDG REST GLND PK'ONELOK 2 54.560 EA 109.12 SSLDEP6 6 DI MJ WDG REST GLND PK'ONELOK 2 40.040 EA 80.08 FPPPCUS 6X5'0 FLGXPE PC DI SPL 2 264.570 EA 529.14 F9PCU 6 FLG 90 C110 BEND PC 2 142.745 EA 285.49 SP-W375ASTFLGU 6 RP BFP SS W/FLG NRS GATES 1 5073.810 EA 5073.81 SP-STC400TAL #400T -AL ALUM ENCLOSURE W/HEATER 1 5874.670 EA 5874.67 W909AGK 4-6&8- 10 AIR GAP 1 96.510 EA 96.51 SP-BP15OA307BU 6150# A307B FLG BOLT SET 4 13.800 EA 55.20 FNWR1 FFGAU 6 RR 1/8 FF 150# GSKT 4 5.368 EA 21.47 MJTP4LA12P 12X4 MJ C153 P-401 TEE L/A 1 636.230 EA 636.23 SSLCEP12 12 PVC WDG REST GLND PK'ONELOK 2 123.200 EA 246.40 SSLCEP4 4 PVC WDG REST GLND PK'ONELOK 1 39.910 EA 39.91 MJ9P4LAP 4 MJ C153 P-401 90 BEND L/A 1 176.540 EA 176.54 DRI8BPP 4 C900 DR 18 PVC GJ BLUE PIPE 40 3.183 FT 127.32 SP-SS6WS080006SR 8 X 0'-6" 316SS WALL SLEEVE W/SR 1 250.000 EA 250.00 PLS410S LINK SEAL W/ SS NUT & BOLT 7 21.200 EA 148.40 SP-SS6WS1000006SR 10 X 0'-6"3165S WALL SLEEVE W/SR 2 286.670 EA 573.34 PLS410S LINK SEAL W/ SS NUT & BOLT 20 21.200 EA 424.00 Net Total: $15255.26 Tax: $0.00 Freight: $0.00 OFERGUSON' Waterworks 12:50:49 APR 16 2015 Reference No: B267303 FERGUSON WATERWORKS 0788 Price Quotation Phone: 432-253=8194 -= Fax :432-699-2049 Total: Page # 2 $15255,26 Quoted prices are based upon receipt of the total quantity for Immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays, lack of product or Increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put Into commerce, This quote is offered contingent upon the buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web athttp://wolseleyno.com/terms_conditionsScle.htmi. Govt Buyers: All Items are open market unless noted otherwise, LEAD LAW WARNING: It is illeggal to Install products that are not'leod free" In accordance with US Federal or ocher applicable law in potable water systems anficipated for human consumption. Products with 'NP In the description are NOT lead free and can only be Installed in non -potable applications. Buyer is solely responsible for product selection. vrint Page 1 of 3 Subject: RE: No ter Reclamation Plant - Phase 1A - Request for Quote to add power to added Hot p Box PCM-5 From: Barry Bron .( rown@acmeelect.com):-_...._..:_.--_ _ To: g.grant@eaglecontractinglp.com; Cc: ramiro@acmeelect.com; a.howard@eaglecontractinglp.com; r.bray@eaglecontractinglp.com; p.kolb@eaglecontractinglp.com; Date: Monday, April 20, 2015 4:05 PM Sheet E-004 shows the circuit for the Hot Box at the South entrance. The only thing we are at no cost is the connection to the Hot Box. Barry Brown Acme Electric 108 E. 82' Lubbock Texas 79404 806-745-7720 From: gleno grant[mailto:g.grant@eaglecontractinglp.com] Sent: Monday, April 20, 2015 3:58 PM To: Barry Brown Cc: Ramiro Martinez; Andy Howard; Ron Bray; Patrick Kolb Subject: Re: Northwest Water Reclamation Plant - Phase IA - Request for Quote to add power to added Hot Box per PCM -5 Barry, This is an added Backflow Preventer with Hot Box at the South Gate that is not shown in the Drawings. I don't know how you could have had it in your bid. There are three Backflow Preventers with Hot Boxes shown at the north entrance that are in the Contract Drawings. I can see you having these but not the one at the south entrance that the Engineer and Owner want to add. Please explain your note below. https://us-mg5.mail.yahoo.com/neo/launch 4/21/2015 PROPOSED CONTRACT ASSOCIATES,ALAN PLUMMER MODIFICATION ENVISAN ENGINEERS ANDD SCIENTISTS PCM -005: BACKFLOW PREVENTER MODIFICATION AT SOUTH POTABLE WATER CONNECTION Please provide a proposal for the work described below: Immediately west (downstream) of the Large Domestic Meter Tap located on the 8/P0T/PVC line near the southern entrance to the plant (see sheet C-006), provide and install a backflow preventer per standard detail 114 on sheet C-904. The items added per standard detail 114 on C-904 include the following: • 6 -inch backflow preventer per section 15100 • Heated aluminum enclosure • Ductile iron piping and fittings • PVC drain piping • Reinforced concrete slab • Mow strip Please note that conduit and wiring for the heated aluminum enclosure is already included in the project. Refer to sheet E-004. The heated aluminum enclosure (hot box) is shown to be fed from RWPS-LP1-22. The cost for conduit and wiring shall not be added as part of this PCM. Page 1 of 1 REV 09/2009 f:\projects\04251018-01\construction admin\contract modifications\pcm\pcm-005_rpz modification\pcm-005.docx Form PCM Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 6 10 -Nov -2015 01:15 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Manhole Material Change General Reference PCM -006 Time will be Requested By 29 -Apr -2015 01:15 PM CT See attached proposal that deletes some of the Lined RCP Manholes w/prefabricated Bases and replaces Spec Section 2 - Sitework Attachment(s) Reason Code none PCM-6.pdf Description Please submit a price proposal to change fiberglass lined concrete manholes to fiberglass manholes as shown in the attached PCM. Copy To Attachments Attachments: .9 Zoltan Fekete A John Turpin PCM-006.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin & Marshall Plunk A Mike Bigham A Mary Gonzales A Ron Bray A Craig Henderson w Kyle McCoy d Andy Howard A Desirae Dalton A Pat Kolb A Donny Ontiveros m John Turpin A Trevor Overman A Matt Kuykendall A Zoltan Fekete Proposal Cost will be Decreased by US $-89,316.00 Time will be Increased by 0 Day(s) Memo See attached proposal that deletes some of the Lined RCP Manholes w/prefabricated Bases and replaces them with FRP Manholes w/prefabricated Bases. Attachment(s) Attachments: PCM-6.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To S Ron Bray A Pat Kolb .9 Zoltan Fekete A John Turpin A Marshall Plunk © Matt Kuykendall & Andy Howard Approve/Disapprove Status Approved https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Cost will be Decreased by US $-89,316.00 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Marshall Plunk • Matt Kuykendall b Zoltan Fekete ea Mike Bigham a Mary Gonzales • Ron Bray ar Glenn Grant • Kyle McCoy rb Craig Henderson • Desirae Dalton m Andy Howard • Donny Ontiveros ae John Turpin at Trevor Overman u Pat Kolb Copyright (c) 1999-2015, Systemates, Inc. Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 ALAN Ir �i PROPOSED CONTRACT ASSOCIATES,MODIFICATION --�^•-- ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -006: MANHOLE MATERIAL CHANGE Please provide a proposed cost deduct for the modification described below. Treatment Plant Manholes: • Change the fiberglass lined concrete manholes at the plant listed below and as described in specification section 02090 Paragraphs 2.4 and 2.6 to become fiberglass manholes per specification section 02090 Paragraph 2.7. o MH -1 (contract documents show this manhole to be unlined concrete) o MH -2 o MH -3 o MH -4 o MH -5 o MH -6 o MH -7 o MH -8 o MH -12 o MH -13 o MH -21 o MH -22 o MH -23 • Fiberglass manholes shall be installed per the attached detail. • Do not change the manholes MH -S1 or MH -15. • Do not change manholes used as valve vaults. • MH -14 is already specified as fiberglass Diversion Box Manholes • Change the fiberglass lined concrete manholes at the Diversion Box as described in specification section 02090 Paragraphs 2.4 and 2.6 to become fiberglass manholes per specification section 02090 Paragraph 2.7. O MH -1 through MH -6 o MH -8 through MH -11 • Fiberglass manholes shall be installed per the attached detail. Page 1 of 1 REV 09/2009 f:\projects\0425\018-01\construction admin\contract modifications\pcm\pcm-006\pcm-006.docx Form PCM �?r`'-ti.,y'>y,=^ fNYiftOfJf4F'v'T::I -':} EIJ4:•v [L•0.: lvv`E%SC7SJlIili NOTE: A DROP MANHOLE IS REOUIRED WHEN THE PROPOSED LINE IS 24" OR MORE ABOVE. IME FLOWLINE OF THE MANHOLE 3/4•'-U.N C S S ANCHOR BOLTS EMBEDDED A MINIMUM OF 6" INTO GRADE RINGS NLATLY SAWCOT AT- 12" EXISTING PAVEMENT - 2" (HICK GRADE RINGS -•• •r`" ;' M.AYIMUM NUMBER CF . :..,, `i 3 -GROUT & WIPE CLEAN I/ INSIDE & OUT >j CONCRETE FOR TOP 18" i• CC1I,IPACTED BACKFILL TO i TRANSITION IN 12'. LIFTS FOR FRP, MH MUST BE ' STAMPED ANSI ASTM D-3753 I AND MEE1 ANSI ASTM D-3753 TESTING REQUIREMENTS PRIOR TO INSTALLATION ! NON—SHRINK, GROU1 OVER CAST CONCRETE GRADE RINGS CLASS B CONCRETE W/ 7.-#5 BARS FINISHED GRADE CONCRETL PAVEMENT t OR SOIL AS SHOWN j ON TH[ PLANS j` FACTORY-BONDLD JOINT i _ FIBERGLASS OR HDPE MANHOLE RISER. r MANHOLE DIAMETER TO BE 48" FOR PIPES 24" AND SMALLER, OTHLRWISE MANHOLE DIAMETER TO BE PIPE j DIAMETER J- 24"• —CUT EY ISTING M.H. TO SE1 OVER PIPES (AS APPLICABLE) 0 D.+1" MAX. FILL. SPACE WITH WATERPROOF SCALANI M.H. O.D.+20" N CLASS B CONCRETE BASE \-12" LONG #4 BAR 0 2.4"c/c (TYP. AROUND BASE) - #5 BARS d, 12"c/c E V.I. FIBERGLASS OR HDPE MANHOLE DETAIL NOT TO SCALE 1 1C EAGLE CONTRACTING, L.P. TREATMENT PLANT & DIVERSION BOX 0 0 UNIT PRICE MANHOLES CHANGES 0 0 PCM -6 Manhole Material Change - Recap Qty Unit L M LABOR MATERIAL TOTAL TREATMENT PLANT & DIVERSION BOX 0 0 0 MANHOLES CHANGES 0 0 0 0 0 0 DELETE RCP MANHOLES W/BASES 0 0 0 DELETE LININGS EXCEPT ON MH -1 1 0 0 0 ADD FRP MANHOLES W/BASES 0 0 0 0 0 0 TOTALS OF ABOVE: 1 LS 0 -127,594 -127,594 0 0 0 OWNER'S SHARE OF CREDIT (70%) 1 LS 0 89,316 89,316 EAGLE'S SHARE OF CREDIT (30%) 1 LS 0 38,278 38,278 0 0 0 0 0 0 NOTE: THE FRP MANHOLES TAKE THE SAME 0 0 0 BACKFILL MATERIALS AS THE ORIGINAL 0 0 0 RCP MANHOLES. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PAGE TOTAL 0 0 0 MASTER SHORT FORM BID ESTIMATE - REVISED 10 4/24/2015 11 EAGLE CONTRACTING, L.P. TREATMENT PLANT MANHOLES UNIT PRICE 0 0 PCM -6 Manhole Material Change (1) Qty Unit L M LABOR I MATERIAL TOTAL TREATMENT PLANT MANHOLES 0 0 0 NOTE: THESE FIBERGLASS MANHOLES WILL 0 0 0 HAVE PRE -FABRICATED BASES -NOT POURED 0 0 0 IN PLACE BASES AS DEPICTED IN DETAIL 163 0 0 0 0 0 0 MANHOLE -1: (METER MANHOLE) 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 15,210.00 0 -15,210 -15,210 NOTE: THIS MANHOLE IS UNLINED SO NO 0 0 0 LINING DEDUCT AVAILABLE. 0 0 0 ADD FRP MANHOLE W/BASE 11 LS 0.001 21,700.00 0 21,700 21,700 0 0 0 MANHOLE -2: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,553.00 0 -3,553 -3,553 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/0 FREIGHT 11 LS 0.001 7,640.00 0 7,640 7,640 0 0 0 MANHOLE -3: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 5,648.00 0 -5,648 -5,648 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/0 FREIGHT 1 LS 0.00 10,328.00 0 10,328 10,328 0 0 0 MANHOLE -4: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 8,106.00 0 -8,106 -8,106 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 9,644.00 0 9,644 9,644 0 0 0 MANHOLE -5: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 5,164.00 0 -5,164 -5,164 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/0 FREIGHT 1 LS 0.00 8,852.00 0 8,852 8,852 0 0 0 MANHOLE -6: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 5,164.00 0 -5,164 -5,164 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 8,712.00 0 8,712 8,712 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PAGE TOTAL 0 24,031 24,031 MASTER SHORT FORM BID ESTIMATE - REVISED 11 4/24/2015 12 EAGLE CONTRACTING, L.P. MANHOLE -7: UNIT PRICE 0 0 PCM -6 Manhole Material Change (2) Qty Unit L M LABOR MATERIAL TOTAL MANHOLE -7: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 5,164.00 0 -5,164 -5,164 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 9,120.00 0 9,120 9,120 0 0 0 MANHOLE -8: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,954.00 0 -3,954 -3,954 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 8,748.00 0 8,748 8,748 0 0 0 MANHOLE -12: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 5,164.00 0 -5,164 -5,164 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 8,236.00 0 8,236 8,236 0 0 0 MANHOLE -13: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,712.00 0 -3,712 -3,712 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 6,832.00 0 6,832 6,832 0 0 0 MANHOLE -21: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,380.00 0 -3,380 -3,380 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 6,128.00 0 6,128 6,128 0 0 0 MANHOLE -22: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,223.00 0 -3,223 -3,223 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 5,224.00 0 5,224 5,224 0 0 0 MANHOLE -23: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 1,983.00 0 -1,983 -1,983 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 5,224.00 0 5,224 5,224 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PAGE TOTAL 01 22,932 22,932 MASTER SHORT FORM BID ESTIMATE - REVISED 12 4/24/2015 -13 EAGLE CONTRACTING, L.P. DIVERSION BOX MANHOLES UNIT PRICE 0 0 PCM -6 Manhole Material Change (3) Qty I Unit L M LABOR MATERIAL TOTAL DIVERSION BOX MANHOLES 0 0 0 NOTE: THESE FIBERGLASS MANHOLES WILL 0 0 0 HAVE PRE -FABRICATED BASES NOT POURED 0 0 0 IN PLACE BASES AS DEPICTED IN DETAIL 163 0 0 0 0 0 0 DB MANHOLE -1: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,631.00 0 -3,631 -3,631 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 71164.00 0 7,164 7,164 0 0 0 DB MANHOLE -2: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 6,374.00 0 -6,374 -6,374 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 11,132.00 0 11,132 11,132 0 0 0 DB MANHOLE -3: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 10,983.00 0 -10,983 -10,983 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 22,503.00 0 22,503 22,503 0 0 0 DB MANHOLE -4: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 6,374.00 0 -6,374 -6,374 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 11,364.00 0 11,364 11,364 0 0 0 DB MANHOLE -5: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 6,374.00 0 -6,374 -6,374 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 11,364.00 0 11,364 11,364 0 0 0 DB MANHOLE -6: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 6,374.00 0 -6,374 -6,374 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 11,464.00 0 11,464 11,464 0 0 0 DB MANHOLE -8: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 8,897.00 0 -8,897 -8,897 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 13,196.00 0 13,196 13,196 0 0 0 PAGE TOTAL 0 39,180 39,180 MASTER SHORT FORM BID ESTIMATE - REVISED 13 4/24/2015 14 EAGLE CONTRACTING, L.P. DB MANHOLE -9: UNIT PRICE 0 0 PCM -6 Manhole Material Change (4) Qty Unit L M LABOR MATERIAL TOTAL DB MANHOLE -9: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,553.00 0 -3,553 -3,553 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 7,088.00 0 7,088 7,088 0 0 0 DB MANHOLE -10: 0 0 0 DELETE RCP MANHOLE W/BASE -11 LS 0.00 3,474.00 0 -3,474 -3,474 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 7,088.001 0 7,088 7,088 0 0 0 DB MANHOLE -11: 0 0 0 DELETE RCP MANHOLE W/BASE -1 LS 0.00 3,474.00 0 -3,474 -3,474 DELETE LINING -1 LS 0.00 BELOW 0 0 0 ADD FRP MANHOLE W/BASE W/O FREIGHT 1 LS 0.00 7,088.001 0 7,088 7,088 0 0 0 0 0 0 LUMP SUM DEDUCT TO DELETE THE LINING 1 0 0 0 SYSTEM FOR THE ORIGINAL RCP MANHOLES 0 0 0 FOR TREATMENT PLANT & DIVERSION BOX 1 0 0 0 LISTED ABOVE: 0 0 0 0 0 0 DELETE LINING -11 LS 0.00 247,000 0 -247,000 -247,000 0 0 0 LUMP SUM ADD FOR FREIGHT FOR FRP 1 0 0 0 MANHOLES FOR TREATMENT PLANT & 0 0 0 DIVERSION BOX: 0 0 0 0 0 0 ADD FREIGHT 1 LS 0.00 22,500.00 0 22,500 22,500 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PAGE TOTAL 0 -213,737 -213,737 MASTER SHORT FORM BID ESTIMATE - REVISED 14 4/24/2015 Print Page 1 of 3 Subject: FIBERGLASS MANHOLE QUOTE REVISED TO READ From: Wayne.Echols@Ferguson.com (Wayne. Echols@Ferguson.com) To: j.smith@eaglecontractinglp.com; g.grant@eaglecontractinglp.com; Cc: Scoft1.Atkinson@fbfguson.-corn,- Date: Friday, March 20, 2015 4:20 PM Price Quotation # B265081 FERGUSON WATERWORKS #3208 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Phone : 432-253-8194 Fax : 432-699-2049 Bid No.......: B265081 Bid Date...: 03/16/15 Quoted By: BSA Customer.: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION NO RLS SEE CFN NOTES KELLER, TX 76244 Cust PO#..: Cust Phone: 817-379-1897 Terms.........: CASH ON DEMAND Ship To.......: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION NO RLS SEE CFN NOTES KELLER, TX 76244 Job Name.: 192 NORTHWEST WTR RECLAMA Item Description Quantity Net Price UM Total FRP MANHOLES WITH CONCRETE BASE DBI 48" 18.86 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7163.530 EA 7163.53 DB2 60" 18.3 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11131.760 EA 11131.76 DB3 92" 18.33 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 22503.470 EA 22503.47 DB4 60" 18.15 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11364.000 EA 11364.00 https://us-mg5.mail.yahoo.com/neo/launch 3/20/2015 Print Page 2 of 3 https://us-mg5.mail.yahoo.com/neo/launch 3/20/2015 DB5 60" 18.15 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11364.000 EA 11364.00 DB6 60" 18.29 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11464.000 EA 11464,00 DB8 72" 18.06 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 13196.000 EA 13196.00 DB9 48" 18.07 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7088.000 EA 7088.00 DBIO 48" 17.88 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7088.000 EA 7088.00 DB 1148" 17.75 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7088.000 EA 7088.00 l -'2o #2 48"18.02 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7640.000 EA 7640.00 93 60"15.21 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 10328.000 EA 10328.00 #4 60" 11.5 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 9644.000 EA 9644.00 #5 60" 10.93 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8852.000 EA 8852.00 #6 60" 10.79 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8712.000 EA 8712.00 #7 60" 10.71 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 9120.000 EA 9120.00 #8 60" 10.67 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8748.000 EA 8748.00 #12 60" 10.5 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8236.000 EA 8236.00 #13 60" 4.18 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 6832.000 EA 1 6832.00 https://us-mg5.mail.yahoo.com/neo/launch 3/20/2015 .,, Print Page 3 of 3 https://us-mg5.mail.yahoo.com/neo/launch 3/20/2015 #14 60" 39.78 , SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 18960,000 EA 18900.00 - #15 72" 7.09 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE I I I0,4'4 000 1 EA 11044.00 #2148" 17.59 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 6128.000 EA 6128.00 #22 48" 16.01 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 5224.000 EA 5224.00 #23 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 5224.000 EA 5224.00 #192" 19.21 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 21700.000 EA 21700.00 ESTIMATED FREIGHT L151796 FREIGHT CHARGE 1 22500.000 EA 22500.00 SUBTOTAL ?j 278282.76 FRP MANHOLE WITHOUT CONCRETE BASE SP-FRPMANHOL WITHOUT CONCRETE BASE 00 EA 5116.00 Z5�,3�5Z https://us-mg5.mail.yahoo.com/neo/launch 3/20/2015 o�/O . L-... Q. )N UL M A ►-A �-L b, s MMSTRECTORE REHAORRITHON OSA, INC. 401 Edwards Street, Suite 2100, Shreveport, LA 71101 - Phone: 888-277-5485 - Email: tcedmiston@lRehabUSA.com PROPOSAL EAG L1114 Date: November 12, 2014 Proposal EAGLi 114 To: EAGLE CONTRACTING, L.P. DESCRIPTION ATTN: JIMMY SMITH Vertical Feet PRICE PO BOX 1600 phone: 817-379-1897 KELLER, TEXAS 76244 Fax: 817-379-0610 Lubbock, Tx RFP 14 -12048 -TF Toll Free: 866-237-2004 As per your request, we hereby submit our proposal for installation of the Triplex Liner system for the fallowing project: Northwest Water Reclamation Plant, Lubbock,Texas 4' 136 TRIPLEX CIP MANHOLE LINING PROJECT 24 manholes LOCATED IN Lubbock, TEXAS - RFP 14 -12048 -TF items Quantity DESCRIPTION DIA. Vertical Feet PRICE 1 9 Job will be to LINE 9 MHS USING CIP 4' 136 TRIPLEX LINER SYSTEM 2 13 Job will be to REHABILITATE 13 MHS 5' �,1, 165 �� v USING CIP TRIPLEX LINER SYSTEM Job will be to REHABILITATE MH USING \U0 3 1 CIP TRIPLEX LINER SYSTEM AS MEASURED 6' 18 BY Bobby Booras Job will be to REHABILITATE MH USING 4 1 CIP TRIPLEX LINER SYSTEM AS MEASURED 7' 19 BY Bobby Booras 3 SUBTOTAL 3� h �1 ' $239,500 MOBILIZATION $7,500 TOTAL Proposal: $247,000 Warranty: Ten year materials, ten year labor to stop Infiltration and future deterioration and Warranty will be issued to the City of Lubbock, Texas upon completion. Terms: Net due upon completion. Basis for Pricing: Prices quoted herein are for lining 24 MANHOLES with the Triplex Liner System on all interior concrete surfaces. Price does not inclue removal/replacement of pipes or equipment or any sewage flow control or bypass pumping. Should there be additional footage lined that is greater than quoted herein, it shall be priced proportionally. Usage: Note: Each liner is designed to be used in accordance with manufacturer's recommended usage. Price and warranty quoted is for structures located within a standard domestic wastewater collection system. Other industrial and chemical applications require an analytical report of the content of the sewage so that appropriate materials and warranty can be determined. Freight: Prepaid General (1) Provide Installer adequate access to property for truck and personnel to properly line the Contractor's structure(s). Responsibility: Proposal for Eagle Contracting -11-12-2014 Page 1 of 2 Infrastructure Rehabilitation USA, Inc. is the sole proprietor for these lining systems in the State of Texas. Thank you for the opportunity to assist you in solving these environmental problems. Please give me a call If you have any questions, or need additional information. Best Regards, e. &bttbtm Vice - President 888-277-5485 got-gy Sales Manager 318-678-3208 Proposal for Eagle Contracting -11-12-2014 Page 2 of 2 (2) Provide a location for trash and debris disposal. (3) Provide for flow control, as needed for the critical hours of the installation process, until such time that the owner has inspected and approved the liner installation. (4) Provide a source of water supply. (5) Assistance with traffic control equipment and personnel, if needed, where structure(s) are located in high traffic areas. (6) Provide for removal of weir, baffles, trough, hardware and equipment prior to commencement of lining process, as well as subsequent replacement after lining process is complete.. Installer Liner installations will be performed by Infrastructure Rehabilitation USA or other Authorized Responsibility: Certified Installer. Installer will provide the materials, equipment and appropriate personnel required to prepare the structure surface and install the liner system, which includes pressure cleaning at a minimum of 4,000 psi, step removal, cementitious and/or chemical grout as needed. Infrastructure Rehabilitation USA, Inc. is the sole proprietor for these lining systems in the State of Texas. Thank you for the opportunity to assist you in solving these environmental problems. Please give me a call If you have any questions, or need additional information. Best Regards, e. &bttbtm Vice - President 888-277-5485 got-gy Sales Manager 318-678-3208 Proposal for Eagle Contracting -11-12-2014 Page 2 of 2 ra lr n Respectrul ly submitted, v a.o Llabilly. . eller shall not be table forany delays or idura of deWery resultlng from ssgres, laekoub, work stoppages, labor deputes, war. 6A disturbances. acts of God. By Rb/e•�inrl r arAaR a auppters' delays or defaults; or reautatlom or any govemmer" augw*. Office: 972-263-2181 Hanson Pipe & Precast, Inc. 1000 N. MacArthur Blvd. Fax. 972-260-3612 Grand Prairie,-TX 75050 www.hansonpipeandprecastcom Ad he able to msnuft hut, ship and deliver. December 12, 2014 Eagle Contracting PROJECT Lubbock Northwest Plant LOCATION Lubbock, TX LETTING DATE: DELIVERY in truck load lots as near the desired locations on the project as these locations are accessible to loaded trucks operating under their own power, unless otherwise stated. TERMS: Net Thirty (30) Days APPROX QUANTITY DESCRIPTION UNIT PRICE 2 EA 48"x 3.0' PC Conc. MH Bases $1,183.00 EA 6 EA 48" x 4.0' PC Conc. MH Bases $1,356.00 EA 76.5 VF 48" PC Conc. MH Riser $157.00 VF 8 EA 48" x 3.0' PC Conc. Ecc. MH Cones $470.00 EA 12 EA 60"x 6.0' PC Conc. MH Bases $2,993.00 EA 82 VF 60" PC Conc. MH Riser $242.00 VF 12 EA 60" PC Conc. MH Flattops $719.00 EA 1 EA 72" x 4.0' PC Conc. MH Base $3,187.00 EA 1 EA 72" x 6.0' PC Conc. MH Base $3,874.00 EA 21 VF 72" PC Conc. MH Riser $354.00 VF 3 EA 72" PC Conc. MH Flattops $1,108.00 EA 2 EA 84" x 6.0' PC Conc. MH Bases $4,791.00 EA 15 VF 84" PC Conc. MH Riser $411.00 VF 2 E4 84" PC Conc. MH Flattops $1,671.00 EA 61 VF 96" PC Conc. MH Riser .$581.00 VF 3 EA 96" PC Conc. MH Flattops $2,428.00 EA 114 VF 48" Bituminous Coating, add $35.00 VF 166 VF 60" Bituminous Coating, add $40.00 VF 34 VF 72" Bituminous Coating, add $45.00 VF 29 VF 84" Bituminous Coating, add $50.00 VF 64 VF 96" Bituminous Coating, add $56.00 VF Deduct for Base Floors 48" $500.00 EA 60" $900.00 EA 72" $1,100.00 EA 84" $1,300.00 EA Note: Prices include delivery to Lubbock. Unit prices prevail. F&C's not included in prices. F&C's provided by contractor will be cast in flattops as needed. Contractor to unload HPP trucks. NOTE: PRICES QUOTED HEREON DO NOT INCLUDE STATE SALES TAX. REMARKS: Prices are firm for)ob quantities if accepted within thirty (30) days from dale of quote. DELIVERY: Respectrul ly submitted, Hanson Pipe & Precast, Inc. Llabilly. . eller shall not be table forany delays or idura of deWery resultlng from ssgres, laekoub, work stoppages, labor deputes, war. 6A disturbances. acts of God. By Rb/e•�inrl r arAaR a auppters' delays or defaults; or reautatlom or any govemmer" augw*. beyond ourconbol. Accepted During the eme of such delays we and have ere right to prorate among our rlaus Authorized Signature aetomee, upon such equieble bash as we eras delemina weir concrete Ape eswe Ad he able to msnuft hut, ship and deliver. 1%wA=prd Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 7 10 -Nov -2015 01:16 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Post Aeration Blower VFDs General Reference PCM -007 Time will be Requested By 19 -May -2015 07:21 AM CT Attached is the Breakdown for the deletion of the three CLRB Blowers VFD's that are presently mounted Spec Section 16 - Electrical Reason Code none Attachments: Description Please submit a credit to delete the VFDs in the electrical room of the Mechanical Building as described in Josh Frisinger (Proposal Request Originator) the attached PCM. Josh Frisinger (Owner's Representative) Attachments Attachments: J% Mike Bigham A Andy Howard PCM-007.pdf A Ron Bray A John Turpin Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin e, Desirae Dalton A Matt Kuykendall A Trevor Overman $ David Besinger A Marshall Plunk A John Marler S Zoltan Fekete • Mike Bigham A Mary Gonzales • Ron Bray L Craig Henderson • Barry Brown A Andy Howard • Kyle McCoy a John Turpin • Patrick Moseley A Pat Kolb Proposal Cost will be Decreased by US $-18,600.00 Time will be Increased by 0 Day(s) Memo Attached is the Breakdown for the deletion of the three CLRB Blowers VFD's that are presently mounted to the Wall of the Electrical Room next to the Mechanical Room that houses the new Blowers. If it is decided to take this PCM please redo Drawing E-652 to reflect this PCM -007. Attachment(s) Attachments: PCM-007(1).pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To & Matt Kuykendall i Zoltan Fekete J% Mike Bigham A Andy Howard A Ron Bray A John Turpin A Barry Brown °A Pat Kolb A Marshall Plunk https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Approve/Disapprove Status Approved Cost will be Decreased by US $-18,600.00 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Donny Ontiveros m Matt Kuykendall iia Trevor Overman A David Besinger oL Marshall Plunk & John Marler A Zoltan Fekete A Mike Bigham A Lisa Singer A Ron Bray A Mary Gonzales A Barry Brown AL Craig Henderson A Kyle McCoy & Andy Howard A Kyle Comey A John Turpin A Desirae Dalton A Pat Kolb Copyright (c) 1999-2015, Systemates, Inc. Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 '6 ALAN PLUMMER��' PROPOSED CONTRACT ,,.g ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -007: PD BLOWER VFD MODIFICATION AT MECHANICAL BUILDING Please provide a proposed cost deduct for the modification described below. Sheet E-653 of the contract drawings show VFDs on each of the three PD blowers located in the Mechanical Building as being provided by the Electrical Contractor. Section 11240.1.2.A.4 of the specifications states that the blower manufacturer shall equip these blower motor units with integrated VFDs. Integrated VFDs were included in the PD blower package submitted as SD -042. As such, the three (3) VFDs in the electrical room of the Mechanical Building shall be deleted from the Electrical Contractor's scope of supply: Page 1 of 1 REV 09/2009 fAprojects\0425\01 8-01 \construction admin\contract modifications\pcm\pcm-007\pcm-007.docx Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM -007 Date: June 8, 2015 Work Description: Post Aeration Blower VFD's Owner: The City of Lubbock, Texas 1635 13th Street Lubbock, Texas 79415 Engineer: Alan Plummer Associates 1320 South University Dr., Suite 300 Fort Worth, Texas 76107-5737 Contractor: Eagle Contracting 607 S. Pearson Lane Keller, Texas 76244 Labor Material Equipment Subcontractor TOTALS: I $ Is - I $ - 1 $ (18,600.00) -$18,600.00 Eagle Insurance 1.8% Overhead & Profit- 10% Subcontracted Work Overhead & Profit -15% Self Performed Work $0.00 $0.00 $0.00 Subtotal Bond @1% -$18,600.00 $0.00 Subtotal -$18,600.00 Total Amount This Cost Proposal -$16,600.00 Time Extension Required - 0 Days Work Description: Post Aeration Blower VFO's 0 LABOR- - __- _ _-RT.HRS _OTHRS- -_UNIT-.. _RT RATE-- _OT RATE_ -TOTAL- OTAL_Proect ProjectManager 0 0 MH $70.00 $70.00 $ Superintendents 0 0 MH $70.00 $70.00 $ Assistant Superintendents 0 0 MH $43.00 $43.00 $ Foreman 0 0 MH $32.00$48.00 $ Carpenter 0 0 MH $24.00 $36.00 $ Carpenter Helper 0 0 MH $21.00 $31.50 $ Laborer 0 0 MH $17.50 $26.25 $ Pipe Layer/Fitter 0 01 MH $24.00 $36.00 $ Pipe Layer/Fitter Helper 0 0 MH $21.00 $31.50 $ Operator - Crane 0 0 MH $31.00 $46.50 $ Operator 0 0 MH $25.00 $37.50 $ Field Engineer 0 0 MH $47.00 $47.00 3 Rodman 0 0 MH $19.00 $28.50 $ Subtotal 1 LS $ $ Lar Burden 45% 1 LS $ $ Fribonge Benefits @ 7% 1 LS $ $ Total Labor 1 LS $ $ NON -TAXED MATERIAL QTY UNIT TOTAL UNIT PRICE TOTAL $18,600.00 $0.00 0 $0.00 $0.00 $ 0 $0.00 $0.00 $0.00 $0.00 $ $0.00 $0.00 Total $0.00 $0.00 $ $0.00 $0.00 $0.00 $ $0.00 $0.00 $ Subtotal - Non -Taxed Material $0.00 Subtotal - Equipment $ TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL Tax @ 8.25% 0 $ $0.00 $ $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 1 LS $ $ Jobsite Phone 2% Labor 1 LS $ $ Jobsite Electric 1.5% Labor 1 LS $ $ Jobsite Water 1% Labor 1 LS $ $ Small Tools 7% Labor 1 LS $ $ General Cleaning 0.4% Labor 1 LS $ $ Dum ster 0.9% Labor 1 LS $ $ Temporary Toilets 0.9 % Labor 1 LS $ $ Safety Equipment 3.5% Labor 1 LS $ $ Pickup Trucks 3.5% Labor 1 LS $ $ Employee Housing 4% Labor 1 LS $ $ Subtotal - G C Material + (B.25 % Tax) $ Total Material $ EQUIPMENT QTY UNIT RATE TOTAL TOTAL ACME Electric deletion of VFD's -1 $0.00 $18,600.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Oil & Geese 45% of Equipment) $ Tax @ 8.25% $ Total Equipment $ SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL ACME Electric deletion of VFD's -1 LS $18,600.00 $ 18,600.00 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ (18,600.00) ACME Electric Description Quantity PROPOSED CHANGE ORDER Acme Electric Company No. 00002 108 E 82nd St 0 Lubbock, TX 79404 $ , TITLE: Northwest Water Reclamation Plant DATE: 5/6/2015 PROJECT: City of Lubbock JOB: 1472 TO: Attn: Glen Grant CONTRACT NO: Eagle Contracting P.O. Box 1600 $ (18,600.00) Keller, Texas 76244 Item Description Quantity Unit Price Net Amount 0001 Labor 0 $28.00 $ , 0002 Labor Burden 0 $0.50 $ _ 0003 Material -3 $ 6,200.00 $ (18,600.00) APPROVAL: By: Barry Brown Date: Unit Cost: Unit Tax: Lump Sum: Lump Tax: Total: By: Glen Grant Date: ($18,600.00) S (18,600.00) Projectmates - Proposal Requests - Details Page l of 2 PCM # 8 10 -Nov -2015 01:17 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Diversion Box Piping General Reference PCM -008 Requested By 22 -May -2015 09:44 AM CT Spec Section 15 - Mechanical Reason Code none Description Please submit a credit to delete piping and a manhole at the Diversion Box as described in the attached PCM. The purpose of this change is to simplify the piping connections and coordination between the Josh Frisinger (Proposal Request Originator) NWWRP plant contractor (Eagle) and the Diversion Pipeline contractor (yet to be determined). Attachments Attachments: Copy To PCM-008.pdf A Zoltan Fekete Sent To Glenn Grant (Contractor's Representative) m Andy Howard Copy To m Charles Baldwin A Marshall Plunk A Matt Kuykendall A Zoltan Fekete A Mike Bigham Al Mary Gonzales A Ron Bray A Craig Henderson A Kyle McCoy A Andy Howard A Kyle Comey A John Turpin A Desirae Dalton A Pat Kolb A Trevor Overman Proposal Cost will be Decreased by US $-72,260.66 Time will be Increased by 0 Day(s) Memo See attached backup. Attachment(s) Attachments: PCM-8.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To :. Matt Kuykendall A Zoltan Fekete * Mike Bigham m Andy Howard m Ron Bray A John Turpin L Marshall Plunk J% Pat Kolb Approve/Disapprove Status Approved https://www.apai-pro.j ects.com/Prof ectmates/PR/PRDetai l.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Cost will be Decreased by US $-72,260.66 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To m Charles Baldwin A Matt Kuykendall A Mike Bigham A Ron Bray at, Kyle McCoy A Kyle Comey A Desirae Dalton m Trevor Overman ® Marshall Plunk Copyright (c) 1999-2015, Systemates, Inc. A Zoltan Fekete A Nathan Rigler A Mary Gonzales A Jason Swofford & Craig Henderson A Andy Howard & John Turpin A Pat Kolb Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 16 ALAN PLIJJMMER--� : PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -008: DIVERSION BOX AND PIPELINE SCOPE MODIFICATIONS Please provide a proposed cost deduct for the modification described below. A. The following items shall be deleted from Eagle Contracting's scope and added to the Diversion Pipeline Contractor (Other): i. Manhole DB MH -6 [5'-0" diameter, approximately 19 feet deep (from grade to invert), fiberglass manhole per PCM -006]. ii. 36/RS/PVC line from between the point 10 -feet south of DB MH -6 to the point 20 -feet south of DB MH -7 (approximately 325 -feet) (see attached drawings for clarification). Eagle Contracting's scope for the 36/RS/PVC line shall end 10 -feet south of manhole DB MH -6 and Other's scope will begin at this same point. It is unknown at this time which contractor (Eagle Contracting or Other) will complete his work in this area first, therefore; Eagle Contracting's proposal shall include the cost of either of the two options below: Install pipe caps to protect the 36 -inch RS line at the boundary between Eagle Contracting's and Other's scope. This option assumes that Eagle Contracting finishes first and that Other will complete the tie-in connections. Remove the pipe caps on Other's 36 -inch RS line at the boundary between Eagle Contracting's and Other's scope, and provide and install pipe fittings (per the requirements of the specifications) to tie-in to Other's line. This option assumes Other finishes first and that Eagle Contracting will complete the tie-in connections. Page 1 of 1 REV 09/2009 fAprojects\0425\018-01\construction admin\contract mod ifications\pcm\pcm-008\pcm-008.docx Form PCM .+hw..�.s n �oxicn ay..s a+zro3-.roe 6,os.wa�.,.sw+�.o-r,mawv�w.�x ,,. �axn�n m wcroxnc. n� xu sono X SVX9.L 'c�RaLC 4 od wxcx irx sr�a maor..aa 6 a N o oa+..ns 3.op,x�sa3.,�N,�.x;� 71�Oflfln"Id0 A.LIJ NV"I9N021VA oe NoIS8saania t1II1'c3wcww"i'"' Ae PoawTa oraoa - $ vl asvlla a s� fee, s roa n d si r INV -Td NOUV KVl�7N Nl1tlM 1SBMHDION a SVX2.Lx)oflflmdo uio /I .Ip It T IF�FSF A IIt °sd °�pE�Fe FBAg, e, � II e ' 0 �ongraIn ; II 8� II "s 0 Elf e II I �F I .2 I I �1 I I lilt U -j It I I II wm>_ I1 II owe I am II o0o W oz` a I� II ow-�'wui � I R I N awro: I u LO) W= Ca w W T 0 U =O} I II 0°'�o�w O U II �� U3 �O o I I II O?0 > o0=w I I wUw 6 ci v��m m a irm 'need y 'z W O O O om U z cbi<JJx^ II I I II Il II �r` o wz= I USEMFM ay PUT / %— ��� 12 C O 101 keg " / a 3 Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM -008 Date MAY 21, 2015 Work Description DIVERSION BOX AND PIPELINE SCOPE MODIFICATIONS Owher: Engineer: The City of Lubbock, Texas Alan Plummer Associates 1635 13th Street 1320 South University Dr., Suite 300 Lubbock, Texas 79415 Fort Worth, Texas 76107-5737 Labor Material Equipment TOTALS: 1 $ (7,764.16) $ (62,925.69) $ (1,570. Time Extension Required - 0 Days Contractor: Eagle Contracting 607 S. Pearson Lane Keller, Texas 76244 Subcontractor Total $ - I -$72,260.66 Work Description DIVERSION BOX AND PIPELINE SCOPE MODIFICATIONS 0 LABOR -RTHRS-.-OTHRS--UNIT UNIT PC 200 TRACK HOE -0.25 -RT -RATE, ----OT-RATE---TOTAL-- 4625.00 Pro ect Mana & 12 0 MH $70.00 $70.00 $ 840.00 Superintendents 0 0 MH $70.00 $70.00 -$ - Assistant Superintendents 0 0 MH $43.00 $43.00 $ $ Foreman -40 0 MH $32.00 $48.00 $ 1,280.00 Carpenter 0 0 MH $24.00 $36.00 $ $ Carpenter Helper 0 0 MH $21.00 $31.50 $ $ Laborer 0 0 MH $17.50 $26.25 $ Pipe Layer/Fitter -40 01 MH $24.00 $36.00 $ 960.00 Pipe Layer/Fitter Helper -120 01 MH $21.00 $31.50 $ 2,520.00 Operator - Crane 0 01 MH $31.00 $46.50 $ $ Operator _ .. . _ .... ._ .. -40 ._ ...._...._ ..... 0 _... _ . _ MH _ $25.00 $37.50 $ 1,000.00 Field En (neer -4 0 MH $47.00 $47.00 $ 188.00 Rodman 0 0 MH $19.00 $28.50 $ Subtotal Jobsite Troller 2.8 % Labor 0 LS $ $ 5,108.00 Labor Burden 45% Jobsite Phone 2% Labor 0 LS S $ 2,298.60 Fringe Benefits 7°6 Jobsite Electric 1.5% Labor 0 LS $ S (357.56) Total Labor Jobsite Water 1% Labor 0 LS 1 1 $ (7,764.16 NON -TAXED MATERIAL QTY UNIT PC 200 TRACK HOE -0.25 UNIT PRICE 4625.00 TOTAL DELETE FRP MANHOLE DB -6 -1 EA $0.00 $11,464.00 $ 11,464.00 DELETE 36/RS/PVC -323.57 LF $0.00 $127.50 $ 41,267.93 ADD 36" SOLID SLEEVE W/RESTRAINTS 1 EA $5,091.24 $ 5,091.24 DELETE PIPE EMBEDMENT MATERIAL -526 TONS $27.50 $ 14,465.00 DELETE TRCUKING OF EXCESS DIRT -328 TYS $ (84.56) $2.50 $ (820.OD) Subtotal - Non -Taxed Material $ (62,925.69) TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 50.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Troller 2.8 % Labor 0 LS $ 217.40 $ Jobsite Phone 2% Labor 0 LS S 155.28 $ Jobsite Electric 1.5% Labor 0 LS $ 116.46 $ Jobsite Water 1% Labor 0 LS $ 77.64 $ Small Tools 7% Labor 0 LS $ 543.49 S General Cleanin 0.4%Labor 0 LS S 31.06 $ Dum ster 0.9%Labor 0 LS $ 69.88 $ Temporary Toilets 0.9 % Labor 0 LS $ 69.88 $ Safety Equipment 3.5% Labor 0 LS $ 271.75 $ Pickup Trucks 3.5% Labor 0 LS $ 271.75 $ Employee Housing 4% Labor 0 LS $ (310.57) $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ (62,925.69) EQUIPMENT QTY UNIT RATE TOTAL PC 200 TRACK HOE -0.25 MO $2,500.00 4625.00 RIDING COMPACTOR -0.25 MO $1,600.00 -5400.00 LS $0.00 $0.00 0 $0.00 $0.00 $ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment S 1,025.00 Fuel, Oil 8 Gease 45% of Equipment) $ 461.2 Taxc@ 8.25% $ (84.56) Total Equi ment S 1,570.81) SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ Print Page 1 of 3 Subject: FIBERGLASS MANHOLE QUOTE REVISED TO READ From: Wayne.Echols@Ferguson.com (Wayne.Echols@Ferguson.com) - --- ------To:— - 1•smith@eaglecontractinglp:com; g grant@eag econ racting p:com'------------------------•-------- - -- -..... 'Cc: - Scott9:Atkrns6rigferguson.com; . _ Date: Friday, March 20, 2095 4:20 PM Price Quotation # 6265081 FERGUSON WATERWORKS #3208 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Phone : 432-253-8194 Fax : 432-699-2049 Bid No.......: B265081 Bid Date...: 03/16/15 Cust Phone: 817-379-1897 Quoted By: BSA Terms.........: CASH ON DEMAND Customer.: EAGLE CONTRACTING LP Ship To.......: EAGLE CONTRACTING LP - PO BOX 1600 PO BOX 1600 FRP MANHOLE WITH CONCRETE BASE 192 NORTHWEST WTR RECLAMATION 192 NORTHWEST WTR RECLAMATION NO RLS SEE CFN NOTES DB2 60" 18.3 NO RLS SEE CFN NOTES SP-FRPMANHOLE ]KELLER, TX 76244 1 11131.760 EA 11131.76 KELLER, TX 76244 Cust PO#..: Job Name.: 192 NORTHWEST WTR RECLAMA Item Description Quantity Net Price UM Total FRP MANHOLES WITH CONCRETE BASE - DB 148" 18.86 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7163.530 EA 7163.53 DB2 60" 18.3 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11131.760 EA 11131.76 DB3 92" 18.33 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 22503.470 EA 22503.47 DB4 60" 18.15 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11364.000 EA 11364.00 https://us-mg5.mail.yahoo.com/neo/launch 3/20/2015 Pnnt 4 1 0.r,G G ul J https://us-mg5.mail.yahoo.com/neo/launch .3/20/2015 DB5 60" 18.15 Sp )MANHOLE FRP MANHOLE WITH CONCRETE BASE l 11364.000 EA 11364.00 _.-------------- _ - DB.6_60-L8.:29 ... _ ...._.. .. ... _. :..... . . :SP FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 11464.000 EA 11464.00 DB8 72" 18.06 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 13196.000 EA 13196.00 DB9 48" 18.07 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7088.000 EA 7088.00 -- -- DB10 48" 17.88 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7088.000 EA 7088.00 DB 11 48" 17.75 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7088.0001 EA 7088.00 #2 48"18.02 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 7640.000 EA 7640,00 #3 60"15.21 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 10328.000 EA I0328.00 #460" 11.5 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 9644.000 EA 9644.00 #5 60" 10.93 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8852.000 EA 8852.00 #6 60" 10.79 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8712.000 EA 8712.00 #7 60" 10.71 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 9120.000 EA 9120.00 48 60" 10.67 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8748.000 EA 8748.00 412 60" 10.5 SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE 1 8236.000 EA 8236.00 #13 60" 4.18 SP-FRPMANHOLE j FRP MANHOLE WITH CONCRETE BASE l 6832.000 EA 6832.00 https://us-mg5.mail.yahoo.com/neo/launch .3/20/2015 FERGUSON WATERWORKS #13208 FERGUSONO 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Wate>xvoxks 11:22:48 MAR 20 2015 Bid No.......: B265543 Bid Date....: W20/15 Quoted By.: BSA Customer: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION NO RLS SEE CFN NOTES KELLER,TX 76244 CuSt PO#...: 192-1501 Deliver To: From: Scott Atkinson -Comments- FERGUSON WATERWORKS#788 Price Quotation�� Phone: 432-253-8194 Fax :432-699-2049 Item Description DEDUCT DR25BP36 36 C905 DR25 CLI 65 PVC GJ BLUE PIPE PIPE DELETED PER PROPOSED CONTRACT MODIFICATION PCM -005, DIVERSION BOX AND PIPLINE SCOPE MODIFICATIONS SEQUENCE A 33 OPTION #1 SP-MJSCAPP4LA36 36 MJ C 153 P-401 SLD CAP L/A SSLCEP36 36 PVC WDG REST GLND PK -ONELOK OPTION #2 MJLSP4LA36 36 MJ C153 P-401 LONG SLV L/A SSLCEP36 36 FVC WDG REST GLND PK 'ONELOK Page # 1 Cust Phone: 817-379-1897 Terms......... CASH ON DEMAND Ship To: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION NO RLS SEE CFN NOTES KELLER,TX 76244 Job Name: 192 NORTHWEST WTR RECLAMA Quantity Net Price UM 340 -127.450 Ff 2 2377.090 EA 2 1080.830 EA 2 2642.860 EA 4 1223.690 EA Net Total: Tax: Freight: Total: Toial -43333.00 4754.18 2161.66 5285.72 4894.76 $-26236.68 $0,00 $0.00 $-26236.68 Quoted prices are based upon receipt of the total quantity for Immediate shipment (48 hours), SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local. State and Federal laws governing type of products that can be sold or put into commerce. This quote Is offered contingent upon the buyer's acceptance of Seller's terms and conditions, which are Incorporated by reference and found either following this document, or on the web at http://wolseleyna.com/terms_conditionsSole.html. Govt Buyers: All Items are open market unless noted otherwise. LEAD LAW WARNING: It is ills al to install products that are not'lead free' In accordance with US Federal or other applicable law In potable e iinstolllledrsystems n non potable applications Buyer is solelyoresponsible for�product selectianrlption are NOT lead free and can Print Subject: New PCM # 8 for Lubbock NWWRP Construction Phase I Services From: Josh @ er Fdsin er9�1 �frisin9 aPaienv.com) To: g.grant@eaglecontractinglp.com; Page 1 of 1 CBaldwin@mail.ci.lubbock.tx.us; mkuykendall@apaienv.com, m.bigham@eaglecontractinglp.com; r.bray@eaglecontractinglp.com; KMcCoy@mail.ci.lubbock.tx.us; kcomey.walkerrpr@ymail.com; Cc: ddalton@apaienv.com; toverman@m ail. ci.lubbock.tx.us; mplunk@apaienv.com; ZFekete@mail.ci.lubbock.tx.us; MHGonzales@mylubbock.u_s; CHenderson@mail.ci.lubbock.tx.us; a:h6ward@eaglbcdnttactinglp:com;' JTurpin@mail.ci.lubbock.tx.us; p.kolb@eaglecontractinglp.com; Date: Friday, May 15, 2015 9:47 AM New PCM # 8 . CrcLio.LoUin 15 -May -2015 09:47 AM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Diversion Box Piping General Reference PCM -008 Requested By 22 -May -2015 09:44 AM CT Spec Section 15 - Mechanical Reason Code none Please submit a credit to delete piping and a manhole at the Diversion Box as described in Description the attached PCM. The purpose of this change is to simplify the piping connections and coordination between the NWWRP plant contractor (Eagle) and the Diversion Pipeline contractor (yet to be determined). Attachments: Attachments PCM-008.pdf Sent To Glenn Grant (Contractor's Representative) Copy To Charles Baldwin Matt Kuykendall Mike Bigham Ron Bray Kyle McCoy Kyle Comey Desirae Dalton Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. Marshall Plunk Zoltan Fekete Mary Gonzales Craig Henderson Andy Howard John Turpin Pat Kolb https://us-mg6.mail.yahoo.com/neo/launch?.rand=cg515bi53nv8i 5/18/2015 ALAN PLU-1vLMER PROPOSED CONTRACT j ENVIRONMENTAL ----ENGINEERSANrr SCIENTISTS PCM -008: DIVERSION BOX AND PIPELINE SCOPE MODIFICATIONS Please provide a proposed cost deduct for the modification described below. A. The following items shall be deleted from Eagle Contracting's scope and added to the Diversion Pipeline Contractor (Other): L Manhole DB MH -6 [5'-0" diameter, approximately 19 feet deep (from grade to invert), fiberglass manhole per PCM -006]. ii. 36/RS/PVC line from between the point 10 -feet south of DB MH -6 to the point 20 -feet south of DB MH -7 (approximately 325 -feet) (see attached drawings for clarification). Eagle Contracting's scope for the 36/RS/PVC line shall end 10 -feet south of manhole DB MH -6 and Other's scope will begin at this same point. It is unknown at this time which contractor (Eagle Contracting or Other) will complete.his work in this area first, therefore; Eagle Contracting's proposal shall include the cost of either of the two options below: Install pipe caps to protect the 36 -inch RS line at the boundary between Eagle Contracting's and Other's scope. This option assumes that Eagle Contracting finishes first and that Other will complete the tie-in connections. Remove the pipe caps on Other's 36 -inch RS line at the boundary between Eagle Contracting's and Other's scope, and provide and install pipe fittings (per the requirements of the specifications) to tie-in to Other's line. This option assumes Other finishes first and that Eagle Contracting will complete the tie-in connections. Page 1 of 1 REV 09/2009 tproiects:04251018-011;;anstruction admWcontrzct r,odifications'pr_mipcm-008`.pcm-LIOA-.do::x Form PCM ! J t .-- - (st m F a) f m Q m�3 ,g I ymm fl cn 0 m M mco 4 mD M s m jrn LfiTY m=p`� -1 �?^SZ R �- mvvn v�qo; mZ�A r, -I fe ar �1t7 m�mm ZNO T 3Tv �m� m v.no 0-00) mv� min v m ITI r tEp oll y �AI :1 0 S m F a) f m Q m�3 ,g I ymm fl cn 0 m M mco 4 mD M s m jrn LfiTY '[QTY -1 TEXASCITY OF LUBBOCK �- NORTHWEST WATER RECLAMATION PLANT r, -I fe ar Projectmates - Proposal Requests - Details PCM # 9 10 -Nov -2015 01:17 PM CT Subject RWWPS Coating System General Page I of 2 Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Reference PCM -009 Requested By 11 -Jun -2015 03:58 PM CT Spec Section 9 - Finishes Reason Code none Description Please submit a price proposal to modify the coating system for the Raw Wastewater Pump Station (RWWPS) as shown in the attached PCM. Attachments Attachments: PCM-009.pdf Sent To Glenn Grant (Contractor's Representative) A Zoltan Fekete Copy To A Charles Baldwin m Trevor Overman A Matt Kuykendall A Marshall Plunk Ron Bray r Zoltan Fekete Kyle McCoy m Mary Gonzales • Kyle Comey A Andy Howard • Desirae Dalton A John Turpin • Greg D'Arcy m Pat Kolb Proposal Cost will be Decreased by US $-13,576.48 Time will be Increased by 0 Day(s) Memo See attached. Attachment(s) Attachments: PCM -9 Cover.xlsm PCM -9 Magnum Manhole.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To Matt Kuykendall A Zoltan Fekete a, Mike Bigham 1 Andy Howard Ron Bray m John Turpin A Marshall Plunk ® Pat Kolb Approve/Disapprove Status Approved Cost will be Decreased by US $-13,576.49 https://www.apai-projects.com/Projectmates/PR/PRDetai l.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To ; Charles Baldwin $ Matt Kuykendall A Mike Bigham A Ron Bray A Kyle McCoy A Kyle Comey A Desirae Dalton A Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. A Marshall Plunk A Zoltan Fekete A Mary Gonzales A Craig Henderson A Andy Howard A John Turpin & Pat Kolb Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 ALAN PLUMMER- PROPOSED CONTRACT �k ASSOCIATES, INCMODIFICATION - ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM -009: RAW WASTEWATER PUMP STATION COATING SYSTEM Please provide a proposed cost deduct for the changes described below: At the Raw Wastewater Pump Station (RWWPS), in lieu of the entire interior of the structure receiving a 250 mil thick top coat as specified in Section 09980, Paragraph 1.2.C, Table 1, change the top coat thickness to 125 mils in the top 30 feet of the structure. The new coating system shall be as follows: 1. From the bottom slab (elevation 3191.00) to elevation 3210.83, provide 250 mil thick top coat, applied in two passes, as currently required by the contract documents. 2. From elevation 3210.83 to the bottom side of the top slab (elevation 3240.83) provide 125 mil top coat, applied in two passes. All interior concrete surfaces (walls, floors, ceilings, baffle walls, etc.) of the RWWPS (division box and wet wells) shall be coated. Page 1 of 1 REV 09/2009 fAprojects\0425\018-01\construction admin\contract mod ifications\pcm\pcm-009\pcm-009.docx Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM -009 Date June 16, 2015 Work Description Change thickness of Chemical Coating inside top 30 feet of Raw Waste Water Pump Station Owner: Engineer: Contractor: The City of Lubbock, Texas Alan Plummer Associates Eagle Contracting 1635 13th Street 1320 South University Dr., Suite 300 607 S. Pearson Lane Lubbock, Texas 79415 Fort Worth, Texas 76107-5737 Keller, Texas 76244 Labor Material Equipment Subcontractor TOTALS: I $ - Is Is - 1 $ (13,576.48) -$13,576.48 Eagle Insurance Overhead & Profit Overhead & Profit $0.00 $0.00 $0.00 Subtotal Bond -$13,576.48 $0.00 Subtotal -$13,576.49 Total Amount This Cost Proposal -$13,576.49 Time Extension Required - 0 Days Work Description Change thickness of Chemical Coaling inside top 30 feet of Raw Waste Water Pump Station LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager 0 0 MH $70.00 $70.00 $ Superintendents 0 0 MH $70.00 $70.00 $ Assistant Superintendents 0 0 MH $43.00 $43.00 $ Foreman 0 0 MH $32.00 $48.00 $ Carpenter 0 0 MH $24.00 $36.00 $ Carpenter Helper 0 0 MH $21.00 $31.50 $ Laborer 0 01 MH $17.50 $26.25 $ Pie Layer/Fitter 0 0 MH $24.00 $36.00 $ Pie Layer/Fitter Helper 0 0 MH $21.00 $31.50 $ Operator - Crane 0 0 MH $31.00 $46.50 $ Operator 0 0 MH $25.00 $37.50 $ Field Engineer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal 1 LS $ $ Labor Burden @ 45% 1 LS $ $ Fringe Benefits 7% 1 LS $ $ Total Labor 1 LS $ $ NON -TAXED MATERIAL QTY UNIT TOTAL UNIT PRICE TOTAL $13,576.48 $0.00 0 $0.00 $0.00 $ 0 $0.00 $0.00 $0.00 $0.00 $ $0.00 $0.00 Total $0.00 $0.00 $ $0.00 $0.00 $0.00 $ $0.00 $0.00 $ Subtotal - Non -Taxed Material $0.00 Subtotal - Equipment $ TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL Tax 8.25% 0 $ $0.00 $ $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 1 LS $ $ Jobsite Phone 2% Labor 1 LS $ $ Jobsite Electric 1.5% Labor 1 LS $ $ Jobsite Water 1% Labor 1 LS $ $ Small Tools 7% Labor 1 LS $ $ General Cleaning 0.4% Labor 1 LS $ $ Dum sler 0.9% Labor 1 LS $ $ Temporary Toilets 0.9 % Labor 1 LS $ $ Safety Equipment 3.5% Labor 1 LS $ $ Pickup Trucks 3.5% Labor 1 LS $ $ Employee Housing 4% Labor 1 LS $ $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ EQUIPMENT QTY UNIT RATE TOTAL TOTAL Magnum Manhole Credit -1 $0.00 $13,576.48 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment S Fuel, Oil & Geese 45% of Equipment) $ Tax 8.25% $ To@ tal Equipment $ SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL Magnum Manhole Credit -1 LS $13,576.48 $ 13,576.48 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ (13,576.48) I Magnum Manhole and Underground Company -`DBE Certified/HUB Certified *- 428 N. First St. Garland, Texas 75040 ' Phone 972-276-2048 Fax 972-276-5318 ; Project: Northwest Water Reclamation Plant 14-12048-tF LUBBOCK Customer Eagle Contracting Fax Comments or Special Instructions: PCM -9 .. uotatioh i Manhole Company Prepared by: Jennifer Lingle Date June 16, 2015 SALESPERSON P.O. NUMBER SHIP DATE SHIP VIA F.O.B. POINT TERMS THANK YOU FOR YOUR BUSINESS! HART I'R CE. TAXES OUNT 6404 SF Interior Coat top 30 Feet of RVWUPS $17.80,6F $493;9 OD with 125 mils Raven 405 6404 SF Original Quote ��$19.92 SF $42W-,547-68 This revision in the quote of 250 mil Z 7�56�, bR; thickness and results in a savings .13,576-4% SUBTOTAL TAX RATE SALES TAX OTHER TOTAL THANK YOU FOR YOUR BUSINESS! Projectmates - Proposal Requests - Details Page 1 of 2 CMR # 1 10 -Nov -2015 01:18 PM CT Lubbock NMRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Substitution Credit to change from EBBA Iron to SIGMA Joint Restraints General Reference Credit offer to Substitute SIGMA Joint Restraints for EBBA Iron Joint Restraints - 15015 per SD -006. Requested By 24 -Mar -2015 11:48 AM CT Memo Spec Section 15 - Mechanical Attachments: Reason Code none Sent To Description See requested Breakdown of Credit Offer A Ron Bray A Andy Howard Attachments Attachments: Marshall Plunk ® Matt Kuykendall CMR -001 Credit to Substitute SIGMA Joint .pdf Josh Frisinger Sent To Glenn Grant (Contractor's Representative) Copy To A Ron Bray L Andy Howard it Zoltan Fekete d Pat Kolb A Marshall Plunk A Matt Kuykendall A Josh Frisinger Proposal Cost will be Decreased by US $-5,000.00 Time will be Increased by 0 Day(s) Memo See attached. Attachment(s) Attachments: CMR -001 Credit to Substitute SIGMA Joint (1).pdf Sent To John Turpin (Owner's Representative) Copy To A Ron Bray A Andy Howard A Zoltan Fekete Pat Kolb Marshall Plunk ® Matt Kuykendall Josh Frisinger Approve/Disapprove Status Approved Cost will be Decreased by US $-5,000.00 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+,.. 11/10/2015 FERGUSON ENTERPRISES, INC ° a WOISELEY oonpany Ferguson Waterworks 8007 NE Loop 410 San Antonio, TX Phone: (210) 662-4902 Fax: (210) 662-4825 Glenn Grant Eagle Contracting, L.P. March 16, 2015 www.ferguson.co Ferguson Waterworks has requested that the City of Lubbock Texas and Alan Plummer and Associates consider approving the use of SIGMA One -Lok Joint Restraints products for the Northwest Water Reclamation Plant Phase 1A project. Ferguson Waterworks will provide a $5000.00 credit in cost to Eagle Contracting, L. P. providing that the requested SIGMA joint restraints are approved. Respectfully submitted Scott Atkinson Project Manager/Ferguson ITEM 4 WDG REST ACCY PKG F/ DI 6 WDG REST ACCY PKG F/ DI 8 WDG REST ACCY PKG F/ DI 10 WDG REST ACCY PKG F/ DI 12 WDG REST ACCY PKG F/ DI 16 WDG REST ACCY PKG F/ DI 18 WDG REST ACCY PKG F/ DI 20 WDG REST ACCY PKG F/ DI 24 WDG REST ACCY PKG F/ DI 30 WDG REST ACCY PKG F/ DI 36 WDG REST ACCY PKG F/ DI 42 WDG REST ACCY PKG F/ DI 3 WDG RESTACC SET F/ IPS PVC 4 WDG REST ACCY PKG F/ PVC 6 WDG REST ACCY PKG F/ PVC 8 WDG REST ACCY PKG F/ PVC 10 WDG REST ACCY PKG F/ PVC 16 WDG REST ACCY PKG F/ PVC 18 WDG REST ACCY PKG F/ PVC 20 WDG REST ACCY PKG F/ PVC 30 MEGALUG ACC PKG F/PVC TOTAL OF EXTENDED AMOUNTS TOTAL OF CREDIT AMOUNT Quantity Ferguson Quoted Pricing 15 $22.92 10 $ 28.51 35 $38.69 6 $55.27 5 $74.09 5 $126.60 15 $169.78 15 $207.75 15 $286.81 30 $ 657.44 15 $809.21 10 $1,259.79 5 $24.39 135 $26.26 55 $33.22 65 $44.85 15 $77.31 10 $159.94 20 $193.21 20 $236.75 15 $716.63 Extended Quoted Pricing Ferguson Credit Pricing Ferguson Credit Pricing Extended $343.80 $21.61 $324.15 $285.10 $26.89 $268.90 $1,354.15 $36.50 $1,277.50 $331.62 $52.12 $312.72 $370.45 $69.89 "- ' __.._._..__. $349.45 $633.00 $119.42 $597.10 $2,546.70 $160.10 $2,401.50 $3,116.25 $195.97 $2,939.55 $4,302.15 $270.55 $4,058.25 $19,723.20 $619.97 $18,599.10 $12,138.15 $763.08 $11,446.20 $12,597.90 $1,187.98 $11,879.80 $121.95 $23.00 $115.00 $3,545.10 $24.76 $3,342.60 $1,827.10 $31.33 $1,723.15 $2,915.25 $42.29 $2,748.85 $1,159.65 $72.90 $1,093.50 $1,599.40 $150.82 $1,508.20 $3,864.20 $182.20 $3,644.00 $4,735.00 $223.26 $4,465.20 $10,749.45 $675.78 $10,136.70 $88,259.57 $83,231.42 $0.00 $5,028.15 Projectmates - Proposal Requests - Details Page I of 2 CMR#2 10 -Nov -2015 01:19 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Changes to Pipe Encasement of Piping & Ducts under Slabs per RFI -5 General Reference Changes to Pipe Encasement of Piping & Ducts under Slabs per RFI -5 Requested By 08 -Apr -2015 11:44 AM CT Spec Section 15 - Mechanical Reason Code none Description See Attached. These changes add $36,655.36 and Nine (9) Days of Contract Time Extension. Attachments Attachments: CMR -2 Pipe Encasement under Slabs.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Ron Bray A Andy Howard Zoltan Fekete A John Turpin Attachment(s) A Marshall Plunk A Pat Kolb A Josh Frisinger A Matt Kuykendall Proposal Cost will be Increased by US $37,115.48 Time will be Increased by 0 Day(s) Memo This revision is based upon Eagle's conversations with Alan Plummer Associates about rebar required and also includes changes made by the Engineer in their review of SD -37 (PTU Pipe Embeds) - this review lowered the flow line elevation of the 36/SRS Header underneath the PRU Slab 2'-00", lowered the 30/FSS piping under the PTU Slab 3", rerouted some of the Plant Drains under the Slab of the PTU. These changes added 4000psi concrete encasement & rebar, added flowable fill, and added pipe excavation and haul & spread of excess onsite to the original CMR -2. See attached. Eagle reserves the right to ask for the 9 Days Contract Time Extension and additional $5,187.29 to cover additional costs incurred if Eagle goes over the Contract Time allowed. Attachment(s) Attachments: CMR -2 Pipe Encasement under Slabs(1).pdf CMR -2 Revised.pdf CMR -002 2nd Revision.pdf Sent To John Turpin (Owner's Representative) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Page 2 of 2 Copy To m Ron Bray b Andy Howard A Zoltan Fekete A Pat Kolb A Marshall Plunk A Matt Kuykendall A Josh Frisinger Approve/Disapprove Status Approved Cost will be Increased by US $37,115.48 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Adjustments can be made if the areas affected by this change end up on the critical path. Attachment(s) Sent To Glenn Grant (Proposal Request Originator) John Turpin (Owner's Representative) Copy To A Mike Bigham A Andy Howard A Ron Bray A John Turpin A Marshall Plunk A Pat Kolb it Zoltan Fekete o Matt Kuykendall Copyright (c) 1999-2015, Systemates, Inc. https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - CMR=002 Date: April 1, 2015 Work Description: Pipe Encasement under Structures Changes per RFI -5 Owner: The City of Lubbock, Texas 1635 13th Street Lubbock, Texas 79415 Engineer: Alan Plummer Associates 1320 South University Dr., Suite 300 Fort Worth, Texas 76107-5737 Labor Material Equipment Contractor: Eagle Contracting 607 S. Pearson Lane Keller, Texas 76244 Subcontractor TOTALS: $ 14,150.40 $ 16,921.90 1 $ Is - $31,072.30 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit -15% Self Performed Work $559.30 $0.00 $4,660.84 Subtotal Bond @ 1 % $36,292.43 $362.92 Subtotal $36,655.36 Total Amount This Cost Proposal $36,655.36 Time Extension Required - 9 Days Work Description: Pipe Encasement under Structures Changes per RFI -5 0 LABOR RT HRS .... _.-_ OT HRS _ _ UNIT RT RATE OT RATE TOTAL Project Manager 0 0 MH $70.00 $70.00 $ 34,030.00 Superintendents 16 0 MH $70.00 $70.00 $ 1,120.00 Assistant Superintendents 0 0 MH $43.00 $43.00 $ 2,100.00 Foreman 0 0 MH $32.00 ' $48.00 $ 3,139.50 Carpenter 0 0 MH $24.00 $36.00 $ - Carpenter Helper 0 0 MH $21.00 $31.50 $ 12,709.50 Laborer 72 0 MH $17.50 $26.25 $ 1,260.00 Pipe Layer/Fitter 72 0 MH $24.00 $36.00 $ 1,728.00 Pipe Lavers/Fitter Helpers 216 0 MH $21.00 $31.50 $ 4,536.00 - Crane 0 0 MH $31.00 $46.50 $ -Operator 8 0 MH $25.00 $37.50 $ 200.00 -Operator Field Engineer 0 0 MH $47.00 $47.00 $ - Rodman 0 0 MH $19.00 $28.50 $ - Subtotal 1 LS $ 396.21 $ 8,644.00 LaborBurden 45% 1 LS $ 283.01 $ 3,979.80 Out of Town Fringe Benefits @ 15°% 1 LS $ 212.26 $ 1,326.60 Total Labor 1 LS $ 141.50 $ 14,150.40 NON -TAXED MATERIAL QTY UNIT TOTAL UNIT PRICE $0.00 TOTAL Delete Flowable FIII -415 CYS $0.00 $82.00 $ 34,030.00 Add 4000 sl Concrete 415 CYS $0.00 $100.00 $ 41,500.00 Add 4000 siConc: Lower 36/SRS/DIP 21 CYS $100.00 $ 2,100.00 Reinforcing Steel small stirru s&stral ht bars 4186 LBS $0.00 $0,75 $ 3,139.50 $0.00 $0.00 $ - Subtotal - Non -Taxed Material Fuel, Oil & Geese 45°% of Equipment) $ $ 12,709.50 TAXED MATERIAL QTY I UNIT Total Equipment UNIT PRICE $ TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00. $ 0 $0.00 $ - Subtotal -Taxed Material + Tex) $ MA(8.25°% GENERAL CONDITION TERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 °% Labor 1 LS $ 396.21 $ 396.21 Jobsite Phone 2°% Labor 1 LS $ 283.01 $ 283.01 Jobsite Electric 1.5°% Labor 1 LS $ 212.26 $ 212.26 Jobsite Water 1°% Labor 1 LS $ 141.50 $ 141.50 Small Tools 7°% Labor 1 LS $ 990.53 $ 990.53 General Cleanlng 0.4% Labor 1 LS $ 56.60 $ 56.60 Dum ster 0.9°% Labor 1 LS $ 127.35 $ 127.35 Toilets 0.9 % Labor 1 LS $ 127.35 $ 127.35 -Temporary Equipment 3.5% Labor 1 LS S 495.26 $ 495.26 -Safety Pickup Trucks 3.5°% Labor 1 LS $ 495.26 $ 495.26 Employee Housing -4% Labor 1 LS $ 566.02 $ 566.02 Subtotal - G C Material + (8.25 °% Tax) $ 4,212.40 Total Material $ 16,921.90 EQUIPMENT QTY UNIT RATE TOTAL TOTAL 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Oil & Geese 45°% of Equipment) $ - Tax 8.25% $ Total Equipment $ SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 S 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 S Total $ EAGLE CONTRACTING, L.P. 1 CMR -002 (CONCRETE ENCASE PIPE PER Qty Unit RFI -005) PRELIMINARY TREATMENT UNIT CHANGES TO PIPE ENCASEMENT PER RFI -5) 30/FSS/DIP - FLOWABLE FILL ENCASE 1 LS (NO CHANGE FROM ORIGNAL CONTRACT DOCUMENTS 1/ALUM/PVC - 4,000PSI CONCRETE ENCASE WITH REBAR NOT TIED TO SLAB ABOVE DRAWING M-104 DELETE FLOWABLE FILL -2 CY 4000PSI CONCRETE ENCASEMENT -18LF 2 CY REBAR 8 #4 STRAIGHT BARS 18 LF 97 LBS REBAR 19 #3 STRIRRUPS EACH 5FT LONG 361 LBS 42/RS/DIP&30/SRS/DIP-4000PSI CONC.ENCASE AND REBAR NTTS - DRAWINGS M-103 & M-111 DELETE FLOWABLE FILL -39 CYS 4000PSI CONCRETE 391 CYS 16 #5 STRAIGHT BARS 14FT LONG 2341 LBS 12 #4 STRAIGHT BARS 14FT LONG 1131 LBS 14 #3 STIRRUPS EACH 14FT LONG 741 BLS 14 #3 STIRRUPS EACH 1 9F LONG 1011 BLS 30/OF/DIP - 4000PSI CONC & REBAR AND REBAR NTTS - DRAWING M-108 DELETE FLOWABLE FILL -19 CYS 4000PSI CONCRETE 19 CYS 12 #4 STRAIGHT BARS 14FT LONG 113 LBS 14 #3 STIRRUPS EACH 2OFT LONG 1061 LBS 36/SRS/DIP-4000PSI CONC W/REBAR TIED TO SLAB -DRAWINGS M-105 & M-109 NOTE; LINE LOWERED TO CL EL 3232.03 SD -37 DELETE FLOWABLE FILL -53 CYS 4000PSI CONCRETE 741 CYS POUR ADDITIONAL CONC DUE TO LOWERING 211 CYS 13 #5 STRAIGHT BARS 58FT LONG 7871 LBS 59 U SHAPED #3 STIRRUPS 21 FT LONG 466 LBS - CMR -2 Scope of Supply 6 4/1/2015 EAGLE CONTRACTING, L.P. 2 CMR -002 (CONCRETE ENCASE PIPE PER Qty Unit RFI -005) 4/PW/PVC - 4000P8I CONC. & REBAR (3EA) DRAWINGS M-103 & M-105 DELETE FLOWABLE FILL -10 CYS 4000PSI CONCRETE 10 CYS REBAR 21 #4 STRAIGHT BARS 65 LF 9121 LBS REBAR 68 #3 STRIRRUPS EACH 7FT LONG 1791 LBS 24/FA/CCFRP - 4000PSI CONC & REBAR (2EA) DELETE FLOWABLE FILL -130 CYS 4000 PSI CONCRETE 130 CYS REBAR 12 #4 STRAIGHT BARS 31 LF 270 LBS REBAR 33 #3 STRIRRUPS EACH 14FT LONG 1741 LBS FLOOR DRAINS-4000PSI CONC & REBAR DRAWINGS M-107, M-110 & M-113 DELETE FLOWABLE FILL -124 CYS 4000 PSI CONCRETE 124 CYS #4 STRAIGHT BARS 872 LBS #3 STIRRUPS 389 LBS CMR -2 Scope of Supply 7 4/1/2015 EAGLE CONTRACTING, L.P. 3 CMR -002 (CONCRETE ENCASE PIPE PER Qty Unit RFI -005) MEMBRANE GALLERY CHANGES TO PIPE ENCASEMENT PER RFI -5 4/SS W/CONC & REBAR PER DRAWING P-521 DELETE FLOWABLE FILL -5 CYS 4000 PSI CONCRETE 5 CYS 8 EA #4 STRAIGHT BARS 11 FEET LONG 59 LBS 12 #3 STIRRUPS 5FT LONG 23 LBS 2/CW W/CONC & REBAR PER DRAWINGS P-523 DELETE FLOWABLE FILL -4 CYS 4000 PSI CONCRETE 4 CYS 8 EA #4 STRAIGHT BARS 11 FEET LONG 59 LBS 12 #3 STIRRUPS 5FT LONG 231 LBS 6/D, 4/D, 4/PW. 4/SS & 4/POT W/CONC&REBAR PER DRAWING M-560 DELETE FLOWABLE FILL -25 CYS 4000 PSI CONCRETE 25 CYS 40 EA #4 STRAIGHT BARS 11 FEET LONG 2951 LBS 60 43 STIRRUPS 5FT LONG 115 LBS 1/ALUM W/CONC. & REBAR PER DRAWING M-561 DELETE FLOWABLE FILL -41 CYS 4000 PSI CONCRETE 4 CYS 8 EA #4 STRAIGHT BARS 11 FEET LONG 59 LBS 12 #3 STIRRUPS 5FT LONG 23 LBS NOTE: THE ADDITION OF REBAR & EXTRA CONCRETE @ 36/SRS/DIP ADDS 9 WORKING DAYS TO THIS WORK CMR -2 Scope of Supply 8 4/1/2015 J: .,, Vrmt ragc t ui o Subject: Final action taken for RFI # RFI- 5 for Lubbock NWWRP Construction Phase I Services From: To: Cc: Date: Josh Frisinger Qfrisinger@apaienv.com) g.grant@eaglecontractiriglp:com; CBaldwin@mail:ci:lubbock.tx us; r.bray@eaglecontra'ctinglp:com;-greg.darcy@e=ht.com; ZFekete@mail.c,i.lubbock.tx.us; WFranklin@mail.ci.lubbock.tx.us; MHGonzales@mylubbock.us; CHenderson@mail.ci.lubbock.tx.us; a.howard@eaglecontractinglp.com; p.kolb@eaglecontractinglp.com; mkuykendall@apaienv.com; blin@apaienv.com; John.Marler@hdrinc.com; mplunk@apaienv.com; colden.rich@e-ht.com; lisa.singer@hdrinc.com; Brian.taylor@hdrinc.com; JTurpin@mail.ci.lubbock.tx.us; Tuesday, March 24, 2015 4:52 PM >> Leave Comment << Final action taken for RFI # RFI- 5 24 -Mar -2015 04:52 PM CT RO—Jagma1ES Clickto Lagin Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Conflict in Drawings for the Concrete Encasement of the Underslab Piping See the attached message that defines this conflict. Eagle priced the concrete encasement as Flowable Fill in our Bid to the Owner. The Engineer called me Thursday, March 12, 2015 and told me about this conflict in their Question documents that showed both flowable fill and reinforced concrete for concrete encasement and said that they wanted to use reinforced concrete and not flowable fill for Concrete Encasement under Structures. Eagle will make the change to the Contract Documents after Eagle issues a Contractors Modification Request (CMR) to cover Eagle's extra costs for this change. General Reason Code None Section 15 - Mechanical Days Elapsed 11 Either use Flowable Fill Concrete Encasement or use 2,000 psi Concrete Encasement without any reinforcing. The reinforcing is what is really going to drive Proposed the cost of this CMR up. If you have to use unreinforced 2,000 psi concrete for the Solution concrete encasement we could probably make this change for no dollars if you eliminated the Joint Restraints since this piping is going to be restrained by unreinforced concrete. https://us-mg5.mail.yahoo.com/neo/launch 3/25/2015 . Print Additional Info Page 2 of 3 Critical Path? Yes Proposed Cost Change Yes, may be Time Change Yes, may Solution be Impact Discipline Code N/A Drawing Number See Attachment Needs Drawing Change Yes Attachments: Attachments RFI -5 CONFLICT IN DRAWINGS FOR TYPE OF MA.doc From Glenn Grant Originated 13 -Mar -2015 06:41 PM CT First Marshall Plunk Requested By 18 -Mar -2015 06:26 Recipient PM CT Copy To Mike Bigham Andy Howard Ron Bray Pat Kolb Josh Frisinger Matt Kuykendall Glenn Grant Final Response Two details are provided in the plans for concrete encasement of pipes under structures. Per the general conditions of the contract documents, article 25, any discrepancies in the drawings should be brought to the Owner's Representative during the advertisement phase. If the Contractor does not notify the Owner's Representative of the discrepancy before the bid and request a clarification, it will be Response assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. At the PTU provide concrete encasement of under slab pipes per the attached markup. At the MBR gallery when a pipe exits the structure under a perimeter grade beam, provide concrete encasement and rebar round the pipe for 5 feet on either side of exterior grade beams similar to the detail on S-903. The rebar does not need to be tied into the slab. Under all other structures use flowable fill for concrete encasement per detail 100 on C-900. Billable N/A Attachments: Attachments RFI -005 Attachment.pdf From Josh Frisinger Sent 24 -Mar -2015 04:52 PM CT To Glenn Grant Requested B 18 -Mar -2015 06:26 q y PM CT https://us-mg5.mail.yahoo.com/neo/launch 3/25/2015 Print Copy To Charles Baldwin Matt Kuykendall Ron Bray Bow Lin Greg D'Arcy John Marler Zoltan Fekete Marshall Plunk Wood Franklin _ Colden Rich . Mary Gonzales Lisa Singer Craig Henderson Brian Taylor Andy Howard John Turpin Pat Kolb Comments No comment to display Copyright (c) 1999-2015, Systemates, Inc. rage j oz j https://us-mg5.mail.yahoo.coi /neo/launch 3/25/2015 �wu sSVX31NVId .13N - 13A31 N3MO1as x;lsuroW31SAS 1N3NIV3di MVN1vgnMJdsanum.u,s;s N",Vs sr It Noogen-i a0 AlIJ DNIOIIOB 1N3W1V3lll AtlVNIWf73Nd j`:«own - - 13SVIId 1NVld NOIlVWVlJ3N 113.1.VA\ 1S3MH1NON sVx3.LNoosemaoxJJo .»._.� . v...D� C7i y � O m - �l POV" giHIR u3 m-1 3�a'rn m m 0 o w o $ I �• jdl I.z-.z m O co •p I m O 1 1 Ig�lO m .-. O .Nu S o c a g j U 0 o 2 o'6 1 U Ino ' N d --------n R i ;. ""Vo 8 1 I I nes o , •. - � I I I L ,• � 1 j I o11 -n ul IN .. ?-- ---n..- --------------------------------- - \ b fl l8 1 j I 11 1 1 I 1 11 —� I sot -n t 1 1 g 1 I I 1 I 1 1 I I I 1 \ I I m 0C7 1 1 `----- yp s� n or s �;yL I I _ J -------- -- _ -- O O m 0 1 4 1 U m w (j m In y rn 8 `\ , --- dla/ao/m - ord/do orrl i I In - - lo n>. w •v �j �`---------------r-- 3a^m O 8 --- , 1 O0 m O m O , J 1 C•1 0 1 JJ.J - -------------- -----. I u � - v.� 01 1 m `7 I W C iQ f Ca O -0 O t J'� 1 1 ( 1_ i � r a - -- -� oar � I �� %�-• } p 3 � o O m d o al i ®J �Uv�o, , I----------------- -s1 i"� E 11 i 3 j 1 1 -- - -- -- d0/ss!/o ; •'• F'. - - . NIT a) oo 7 L a 6 U m y o 3 m aoi 1 s �? i a 1 �4ssss 1 O m a 'j 'ED 1 U, tmn M C' y 4) Q0 I 1 t i 1 cp 1 ��s.�fn i:<3;`•?? �1--�:T=�� iI1 c') (Domaxi'o \ ., ro- 3 •0 1 al c I—p r� i l i i \ •' O C O _ O --' �« ' 1 I m o m d'a - p n o caw i s W N ----- o to ° p - -- r-- m rn m _ U m 01 LL co ac) O n > 3 g m o m m m m O3 ' sI � y y •O /p a go42 d m C O .y O nb' waifisor K2Y[tll� %Y! {I13N01Y NYId — NIvaO a00 SyXg,j, 1d __;.•..,�y'`t..,, Nti'IGI9f C„Xi17LLY0.L1Y0f W31.SAS iN3Wlb'3al AWNIMMUd = •'%' �,4 - lq(dLflSiNiltIALSY3AIN11TK[I }j,70HHf1730 ALIO %;+,'.F 'dl sNiavne u+awLvaal tavNmnaad I p 13SVHd o >Y I - 1NV•IaNOLLVWVIID3NN31VM1SAAH'dON %'i'•.. ' �}�' o. �. SVX3.L YOOHEIM 30 7°I PPol'sqq!Hlooj y3 a atl otz 3�3 s a s s 43 i I t ' .I+? I - i do 71 1 :I a 1 c L� z ,l-,fi •Ol-,f 3� .f -Sl .L -.6l t. VIIIv �� 8" dq/Q/Y t -w t' M - — - .s -.f t .z-.9 .o -s K° $ \�\ 8 \\X e z -----� 811 ' g �- \ 7Sl' o I � � \ l III z 6A o I Q po II - o a� cmo a oll� ovmm °yam mlll $ g3 oc3 " ? am o >l C C -O .,L.. u, eb •i v moo: E JR �3:c Ag 10 - oo. vc0tm co � .tm. m �. -9L m gL .am m,o, .a3 y I c m Nih r.-oo m �"- co rnm v c to d v c 3 0 o in .0 lO 0 i0 is 7 -ern- c � �m..tow �o m 0 z I I I I i l i l �i w a I I 1 1 1 1 1 1 W k 0. U < C7 �o � IFlroN BJ01 xnro[rut:xv! m[Iscrutaeww n[rrnlx s,•au'Iuvan7.vm ^�---°..ar: n NVId `JNldld "1f10.� F r� , z gE e I I I Llulae a[wnsanlva wsrinll:n Tottl illtl leNn 1N3W�UM mvNmn38d 6 -SIX � N `mNm°'mcm7v7 E:° U 00� N Q ''� °�+,°r° Ae rlorsevx nvo rox � =a 0) ;i C> L W 3 13SNFid m 51 I j5g;IxjI + N .. ' .. , I i �`V uu j,' all-• M1iF _., i -l -_-j•- r s�_•_.. i L�_� 1NV'Id NOLLVWYIJ39MIVM J.SdMHCNON � - e ITI _ 'IN11 c m (I N m to U - c m v p :� C p 3 IT > C m .a o N A -Ld„ o 3- 6 .0 m .0 y V 2 y cp: (D6 Iq L O T_':9 N'G ' Yl • i ale � `1. J 1 � I 1a� i'j i / __—_---_—_—_—_—_—_ cl —.�. w 6 33 10 J7 - ° Ino -v, m C �_ e I I I w CD «_ O Q C vi C 3 -9 m m p U � N `mNm°'mcm7v7 E:° U 00� N cmN 'mp Ln f�0 p C c7 � p 6 C m 0) ;i C> L W 3 U 4wOUo c dL= N ' Yl • i ale � `1. J 1 � I 1a� i'j i / __—_---_—_—_—_—_—_ cl —.�. I I 1: .. L e I I I .. ' .. , I i �`V uu j,' all-• M1iF _., i -l -_-j•- r s�_•_.. i L�_� I n I I I III ' Yl • i ale � `1. J 1 � I 1a� i'j i / __—_---_—_—_—_—_—_ cl —.�. Projectmates - Proposal Requests - Details Page 1 of 2 CMR # 5 10 -Nov -2015 01:21 PM CT Lubbock NMRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Add FCA's at Double Valves in Slab Valve Vaults of MBR Slab to enable removal in Future General Reference Add FCA's at double valves in Slab Valve Vaults of MBR Slab to enable removal in Future Requested By 13 -Aug -2015 08:51 AM CT Spec Section 15 - Mechanical Reason Code none Description See attached. Refer to Drawings M-502, M-503 & M-505. Attachments Attachments: CMR-5.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Matt Kuykendall L Zoltan Fekete Copy To A% Mike Bigham & Andy Howard m Zoltan Fekete m Ron Bray A John Turpin A Mike Bigham A Marshall Plunk m Pat Kolb Proposal Cost will be Increased by US $2,203.33 Time will be Increased by 0 Day(s) Memo See attached (refer to drawings M-502, M-503 & M-505). Attachment(s) Attachments: CMR-5(1).pdf Sent To Josh Frisinger (Owner's Representative) Copy To m Matt Kuykendall m Zoltan Fekete A Mike Bigham a. Andy Howard ,i(, Ron Bray m John Turpin •L Marshall Plunk A Pat Kolb Approve/Disapprove Status Approved Cost will be Increased by US $2,203.33 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Ltt«.•//.......nr.n.r..n�untnnnm/Arniartm�tac/AR/131?rlatniInonv9an,—=4QAAr14Vnr%mA7n4- TTIS Projectmates - Proposal Requests - Details Sent To Glenn Grant (Proposal Request Originator) Copy To A Charles Baldwin a Matt Kuykendall m Mike Bigham & Ron Bray A Kyle McCoy A Kyle Comey A Desirae Dalton & Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. A Marshall Plunk & Zoltan Fekete A Mary Gonzales A Craig Henderson A Andy Howard A John Turpin A% Pat Kolb Page 2 of 2 l,f+..c•//.,n, .,. —; n.•r;—+c r n.v,/Arman+matac/UT? /AI?Tlatait acnv9anr—=45ZAArUVnnrn A 7n4- 1 1 /i n/,)nt S Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - CMR -005 Date - Work Description: Addition of Star FCA's at Valves in Slab Valve Vaults of MBR Basin Owner: Engineer: The City of Lubbock, Texas Alan Plummer Associates 163513th Street 1320 South University Dr., Suite 300 Lubbock, Texas 79415 Fort Worth, Texas 76107-5737 Contractor. Eagle Contracting 607 S. Pearson Lane Keller, Texas 76244 Labor Material Equipment Subcontractor TOTALS: $ 1,094.40 $ 773.33 1 $ Is - $1,867.73 Eagle Insurance 1.8% Overhead & Profit -10% Subcontracted Work Overhead & Profit -15% Self Performed Work $33.62 $0.00 $280.16 Subtotal Bond Q 1% $2,181.51 $21.82 Subtotal 1 $2,203.33 Total Amount This Cost Proposal $2,203.33 Time Extension Required - 0 Days Work Descnptbn: Addition of -Star FCA's at. Valves In Slati Vaive Vaulfs of MBR Basin - - - - - - - -- - - - - - - Addition of Star FCA's to Valves In Valve Vaults of MBR Basin Slab LABOR RT HRS OT HRS UNIT UNIT RT RATE OT RATE TOTAL Project Manager 0 0 MH $70.00 $70.00 $ 773.33 Superintendents 0 0 MH $70.00 $70.00 $ Total Assistant Su erintendents 0 0 MH $43.00 $43.00 $ $0.00 Foreman 0 0 MH $32.00 $48.00 $ Ca enter - 0 0 MH $24.00 $36:00 $- Carpenter Helper 0 0 MH $21:00 $31.50 $ 773.33 Laborer . - 0 01 MH $17.50 $26.25 $ TOTAL Pipe Layer/Fitter 16 01 MH $24.00 $36.00 $ 384.00 _PI .La er/Fitter.Helper _ _ - _. _ -___ _ -16 ._ . 0 ._._ ._MH ..__ _. $21.00.__ . _ _ -$31.50 S-- 336.00 -O erator=Crane - - - - -0 - 0 - MH - --$31:00 - $46.50_$- 0 rator 0 0 MH $25.00 $37.50 $ Field Engineer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.60 $ TOTAL Subtotal 0 LS $ 30.64 $ 720.00 Labor Burden 45% 0 LS $ 21.89 $ 324.00 Frin a Benefits (8 7% 0 LS $ 16.42 $ 50.40 Total Labor 0 LS $ 10.94 $ 1,094.40 NON -TAXED MATERIAL QTY UNIT TOTAL UNIT PRICE $0.00 TOTAL FCA's 4each total - Ferguson Quote 4 e'a $0.00 $193.33 $ 773.33 $0.00 $0.00 -------------- - -- ---- ----------0 ------ $0.00 $0.00 $ Total $0.00 $0.00 $0.00 $ $0.00 $0.00 $0.00 $ $0.00 $0.00 $ Subtotal - Non -Taxed Material Fuel. Oil & Geese 45% of Equipment) $ $ 773.33 TAXED MATERIAL QTY I UNIT Total E ul ment UNIT PRICE $ TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsfte Trailer 2.8 % Labor 0 LS $ 30.64 $ Jobstte Phone 2% Labor 0 LS $ 21.89 $ Jobstte Electric 1.5% Labor 0 LS $ 16.42 $ Jobsite Water I% Labor 0 LS $ 10.94 $ Small Tools 7% Labor 0 LS $ 76.61 $ General Cleaning 0.4% Labor 0 LS $ 4.38 $ Dum ster 0.9% Labor 0 LS $ 9.85 $ Temporary Toilets 0.9 % Labor 0 LS $ 9.85 S Safety Equipment 3.5% Labor 0 LS $ 36.30 $ Pickup Trucks 3S% Labor 0 LS $ 38.30 $ EmI e Housing 4% Labor 0 LS $ 43.78 $ Subtotal - G C Material + (8.25 %Tax $ Total Material $ 773.33 EQUIPMENT QTY UNIT RATE TOTAL TOTAL 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 -------------- - -- ---- ----------0 ------ $0.00 ----$0:00- - $0.00 Total $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal- Equipment S Fuel. Oil & Geese 45% of Equipment) $ Tax 8.25% $ Total E ul ment $ SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ -------------- - -- ---- ----------0 ------ -- -----LS---- ----$0:00- - --- -- --$----- - Total $ v FERGUSON WATERWORKS #3.208_ %%FERGUSON° 4503 W INDUSTRIAL AVE Deliver To: l/i7litt'YiUDY�CS MIDLAND, TX 79703-7601 From: - Scott Atkinson Comments: i 12:30:52 JUL 3120 15 Bid No.......: 6275150 Bid Date....: 07/31/15 Quoted By.: BSA Customer, EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER,TX 76244 Cust PO#...: Item Descilptlon SRSF7208 8 7200 SUPER FLG ADPT WITH EPDM O-RING FERGUSON WATERWORKS #788. Phone: 432-253-8194 Fax :432-699-2049 Cust Phone: 817-379-1897 Terms .......: NET 10TH PROX Ship To: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Job Name: 192 NORTHWEST WTR RECLAMA - Quantity Net Price UM Total 6 193.333 EA 1160.00 r Net Total: $1160.00 Tax: $0.00 Freight: $0.00 Total: $1160.00 Quoted prices are based upon receipt of the total quantity for Immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT 11ME OF SHIPMENT UNLESS NOTED OTHERWISE. Seiler not responsible for delays, lack of product or Increase of prlclnq due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put Into commerce. This quote is offered contingent upon the buyer's acceptance of Seller's terms and conditions, which are Incorporated by reference and found either following this document, or on the web at htip://wolseleyna.com/termsL.condiflonsSale.htmI. Govt Buyers: All Items are open market unless noted otherwise. LEAD LAW WARNING: it is Illeggal to Install products that are not "lead free" In accordance with US Federal or other applicable law In potable wafter systems anticipated for human consumption. Products with 'NP In the description are NOT lead free and can only be Installed In non -potable applications. Buyer Is solely responsible for product selection. 11 Projectmates - Proposal Requests - Details Pagel of 2 CMR#6 10 -Nov -2015 01:22 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Addition of 8 -inch FCA's at 8 -inch Drains Valves - East End CLRB refer M-402 General Reference Add FCA's at 8 -inch drains valves in east end of CLRB Slab Requested By 28 -Aug -2015 11:30 AM CT Spec Section 15 - Mechanical Reason Code none Description see attached. Eagle proposes to add 8" Star FCA's at the two 8 -inch drain valves in the East End of the CLRB. Refer to Drawing M-402 right hand side to see 8 -inch drain lines valves referred to. Attachments Attachments: CMR-6.pdf Sent To Glenn Grant (Contractor's Representative) Copy To m Matt Kuykendall A Josh Frisinger A Mike Bigham m Andy Howard A Ron Bray a3 John Turpin A Marshall Plunk A Pat Kolb L Zoltan Fekete Proposal Cost will be Increased by US $2,203.31 Time will be Increased by 0 Day(s) Memo see attached. Attachment(s) Attachments: CMR-6(1).pdf Sent To Josh Frisinger (Owner's Representative) Copy To & Matt Kuykendall A% Josh Frisinger 4% Mike Bigham ,e Andy Howard A Ron Bray o John Turpin A Marshall Plunk .1 Pat Kolb A Zoltan Fekete Approve/Disapprove Status Approved Cost will be Increased by US $2,203.31 httos://www.anai-Droiects.com/Proiectmates/PR/PRDetai I.asnx?enc=68McHYODmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Sent To Glenn Grant (Proposal Request Originator) Copy To tq° Charles Baldwin A Matt Kuykendall A Mike Bigham A Ron Bray A Kyle McCoy A Kyle Comey A Desirae Dalton A Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. A Marshall Plunk A Zoltan Fekete A Mary Gonzales A Craig Henderson • Andy Howard • John Turpin A Pat Kolb Page 2 of 2 httns://www.anai-nroiects.com/Proiectmates/PR/PRDetail.asnx?enc=68McHYOnmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Page I of 2 CMR#9 10 -Nov -2015 01:26 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Change OH Doors in the PTU Building - Upsize to match Structural Drawings Rough Openings General Reference Change Sizes for OH Doors in the PTU Building per RFI -46 Requested By 19 -Oct -2015 02:48 PM CT Spec Section 8 - Doors & Windows Reason Code none Description RFI -46 changed the Door Schedule shown on Drawing A-901 to match the Rough Openings shown in the Attachment(s) Structural Drawings. This entails upsizing these tour OH Doors from Standard to Custom sizes. Attachments Attachments: Sent To CMR-9.pdf Sent To Glenn Grant (Contractor's Representative) Copy To & Pat Kolb d Marshall Plunk A Matt Kuykendall A Zoltan Fekete A Mike Bigham A Andy Howard & Ron Bray m John Turpin A Martin Dominguez Proposal Cost will be Increased by US $10,224.72 Time will be Increased by 0 Day(s) Memo The OH Doors (4 each) for the PTU Building were changed from the sizes called for on Drawing A-901 Door Schedule to be upsized to match the Rough Openings called for in the Concrete Walls on the Structural Drawings. Attachment(s) Attachments: CMR-9(1).pdf Sent To Josh Frisinger (Owner's Representative) Copy To S Pat Kolb A Marshall Plunk A Matt Kuykendall A Zoltan Fekete A Mike Bigham A Andy Howard A Ron Bray i John Turpin 0 Martin Dominguez Approve/Disapprove Status Approved Cost will be Increased by US $10,224.72 httos://www.at)ai-t)roiects.com/Proiectmates/PR/PRDetail.aspx?enc=68McHYOpmA7O+... 11/10/2015 Projectmates - Proposal Requests - Details Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) Sent To Glenn Grant (Proposal Request Originator) Copy To A Charles Baldwin A Pat Kolb A Matt Kuykendall A Mike Bigham A John Marler A Ron Bray A Kyle McCoy A Kyle Comey A Desirae Dalton L Trevor Overman Copyright (c) 1999-2015, Systemates, Inc. A Marshall Plunk A Zoltan Fekete A Lisa Singer Mary Gonzales m David Gudal A Brian Taylor A Andy Howard A John Turpin A Wes Ward (Inactive) Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Northwest Water Reclamation Plant- Phase. 1A _ Change Order Proposal - CMR -009 Date: October 12, 2015 Work Description: Upsize the OH Doors for the PTU Building per the Engineer's requrest in RFI -46 to change door sizes listed in Door Schedule on A-901 to match Rough Openings in the Concrete Walls per the Rough Openings called for on the Structural Drawings. Owner: Engineer: The City of Lubbock, Texas Alan Plummer Associates 1635 13th Street 1320 South University Dr., Suite 300 i Lubbock, Texas 79415 Fort Worth, Texas 76107-5737 Contractor: Eagle Contracting 607 S. Pearson Lane Keller, Texas 76244 Labor Material Equipment Subcontractor TOTALS: Is - Is - $ Is 9,055.00 $9,055.00 Eagle Insurance 1.8% Overhead & Profit -10% Subcontracted Work Overhead & Profit -15% Self Performed Work $162.99 $905.50 $0.00 Subtotal Bond @ 1% $10,123.49 $101.23 Subtotal $10,224.72 Total Amount This Cost Proposal $10,224.72 Time Extension Required - 0 Days ---Work:Description UPslze_the.gM_Doors:forlhe:PTU,Buflding-pe Lthe:Erigineers requrest,in RF1 46 to change door sizes listed in Door Schedule on A-901 to match Rough Openings in LABOR- --.RT-HRS- -OT-HRS- -UNIT- -RT RATE= -OT-RATE- TOTAL - _Pro ect-Mana er . - __ _ _ _. _ _ .._ . .. 0 0 MH $70.00 _$70.00 $ Superintendents 0 0 MH _ _ _ _ _$70.00. _.- $70,00 $ Assistant Superintendents 0 0 MH $43.00 $43.00 $ Foreman 0 0 MH $32.00 -$48.00 $ Carpenter 0 0 MH $24.00 $36.00 $ Carpenter Helper 0 0 MH $21.00 $31.50 $ Laborer 0 01 MH $17.50 $26.25 $ Pipe Layer/Fitter 0 0 MH $24.00 $36.00 $ Plod Ca eF/Fitter Het er -- _....--- . -- -..--,.:...-=-:0. --:_-_.: =-.-:-0 __- _MH=._- --- - --$21.00 $- _- .-_:= - $31.50 =$- =0 erator_Crane-------0 ::Operator--- $ - --MH __ .$31;00 -$46,50 -$__ - Operator 0 0 MH $25.00 $37.50 $ Field Engineer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $2B.50 $ Subtotal $0.00 $ Subtotal - Taxed MalerlaI + (8.25% Tax) $ Labor Burden dD 45% $ $ Fringe Benefits @ 7% UNIT UNIT PRICE $ - Total Labor 1 LS $ $ NON -TAXED MATERIAL QTY UNIT UNIT PRICE UNIT PRICE TOTAL 1 0 $9,055.00 $0.00 $0.00 $ LS $0.00 $ $0.00 $0.00 $ $0.00 $0.00 $0.00 $0.00 $ $ $0.00 $0.00 $0.00 $ $0.00 $0.00 $ Subtotal - Non -Taxed Material $0.00 Subtotal - Equipment $ TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL Tax @ 8.25% 0 $ $0.00 $ $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed MalerlaI + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 1 LS $ $ Jobsite Phone 2% Labor 1 LS $ $ Jobsite Electric 1.5% Labor 1 LS $ $ Jobsite Water 1 % Labor 1 LS $ $ Small Tools 7% Labor 1 LS $ $ General Cleaning 0.4% Labor 1 LS $ $ Dum ster 0.90/6 Labor 1 LS $ $ Temporary Tollets 0.9 % Labor 1 LS $ $ Safety Equipment 3.5% Labor 1 LS $ $ Pickup Trucks 3.5% Labor 1 LS $ $ Employee Housing 4% Labor 1 LS $ $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ EQUIPMENT QTY UNIT RATE TOTAL UNIT PRICE TOTAL $0.00 1 $0.00 $9,055.00 $0.00 Company of Lubbock, Inc. Quotation dated $0.00 LS $0.00 $ $0.00 0 $0.00 $0.00 $0.00 $0.00 LS $0.00 $ $0.00 $0.00 $ 9,055.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Oil 8 Geese 45% of Equipment) $ Tax @ 8.25% $ Total Equipment $ SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL U size OH Doors In PTU Building per OH Door 1 LS $9,055.00 $ 9,055.00 Company of Lubbock, Inc. Quotation dated 0 LS $0.00 $ 10-12-15. 0 LS $0.00 $ 0 LS $0.00 $ Total $ 9,055.00 The Genuine. The Origiagl. Overhead Door Company of Lubbock, Inc. 4912 Fra.Word Avenue; P O Box 16624 1 . 1 -L ---i. •ry-rn..inn - - - - _ . . Phone:806-797.41.41 _ Fax: 806-797-8051 FOR: EAGLE CONTRACTING DATE: 10-12-15 - ----'ROJECT:; LUBBOCK NORTHWESTWATER RECLAMATION PLANT ATTN: GLEN GRANT REVISED .PRICING PRELIMINARY TREATMENT BUILDING DOOR# 10-101 B 12'4 WIDE X 14'2 HIGH DOOR# 10-101D 12'4 W10E X -12'o -HIGH DOOR# 10-102A 14'8: (NIDE X 14'2 HIGH DOOR# 10-102E 14'4 WIDE X 1-42 HIGH PRODUCT IS CLEAR ANODIZED ALUMINUM, NON INSULATED MODEL 520 IVIBR BUILDING 4-12'0 WIDE X 12'0 HIGH PRODUCT IS CLEAR,Al OOIZP-D FINISH ALUMINUM, INSULATED MODEL 625 ORIGINAL CONTRACT PRICE $49j875.00 ADDITION TO CONTRACT WITH DOOR CHANGES $91055,00 PRICE INCLUDES INSTALLATION (NEW LUMP SUM WITH CHANGES) $58,930.00 ALL. PRODUCT TO BE: ELECTRIC OPERATED. INOTE: ALL ELECTRICAL WORK NEEDED INCLUDING WIRING, CONDUIT, HOOK �1 it -AND LOW VOLTAGE WIRING ARE TO BE DONE BY OTHERS. OPENINGS TOBE PREPARED W OTHERS INACCORDANCE WITII OUR SPECEPICATIONS. t# A0V9 P$UCl!DOES NOT INCLUDE GL"S, G'LAZING, PAINTING AND AX.T,%V RING FOR 'nXCTIt1C OPERATOR UNLESS INCLUDED IN ABOVE PROPOSAL. ABOVEPROPOSAL7S AtADE Ft1RI'ROb�PI'ACCEPfANCR ACRREhtENTS ARE t:ONIINGENT UPON STRIKES, ACCIDENTS OR OTIYER CONDITIONS BEYOND OUR CONTROL. WE CARRY MANUFACTURERS', CONI UCTORS', AND EMPLOYERS' LLABILIT4 SND WOREAUN'S COMPENSATION D(SURANCE, WE ACCEPT THE ABOVE PROPOSAL: BY: DATE: TRAVIS HATCH a -distributor of Overhead Door Corporation products Projectmates - Proposal Requests - Details CMR # 10 10 -Nov -2015 01:27 PM CT Page 1 of 2 Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject 48" RS Line Encasement @ RWW PS General Reference Increased by US $25,814.23 Requested By 28 -Oct -2015 11:08 AM CT Spec Section 15 - Mechanical Reason Code none Description Please find attached cost breakdown. Attachments Attachments: 48 RS.pdf Sent To Glenn Grant (Contractor's Representative) m Marshall Plunk Copy To A Pat Kolb A Marshall Plunk it Matt Kuykendall A Zoltan Fekete A Mike Bigham A John Turpin A Ron Bray Proposal Cost will be Increased by US $25,814.23 Time will be Increased by 0 Day(s) Memo See attached. Attachment(s) Attachments: 48 RS(1).pdf Sent To Andy Howard (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To d. Pat Kolb m Marshall Plunk • Matt Kuykendall m Zoltan Fekete e•$ Mike Bigham A Andy Howard e Ron Bray 3 John Turpin Approve/Disapprove Status Approved Cost will be Increased by US $25,814.23 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in a future change order or field order. Attachment(s) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 Projectmates - Proposal Requests - Details Sent To Andy Howard (Proposal Request Originator) Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin at Greg D'Arcy A Pat Kolb A Trevor Overman A Matt Kuykendall m Marshall Plunk * Mike Bigham A Zoltan Fekete * Ron Bray A Mary Gonzales * Kyle McCoy A Craig Henderson m Kyle Comey A Andy Howard A Desirae Dalton m John Turpin Copyright (c) 1999-2015, Systemates, Inc. Page 2 of 2 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=68McHYOpmA70+... 11/10/2015 1V+�rthwest"Wate-rRe�lem�tic�fi ldht='P— __ .. Change Order Proposal-- CMR -010 Date: 10121/16. --- Work Desc 1pt€on: Encase 48" RS Line from RWWPS to 40' Upstream Owner: The City of Lubbock, Texas 1635 13th Street Lubbock, Texas 79415 Engineer: Alan Plummer Associates 1320 South University Dr., Suite 300 Fort Worth, Texas 76107-5737 Labor Material Contractor: Eagle Contracting 5700 Park Vista Circle Ft. Worth, Texas 76244 Equipment Subcontractor TOTALS: $ 3,640.401$ 163,164.001$ 2,088.001$ - $21,882.40 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $393.88 $0.00 $3,282.36 Subtotal Bond @ 1% $25,558.64 $255.59 Subtotal $25,814.23 Total Amount This Cost Proposal $25,814.23 Time Extension Required - 3 Days - 0 days to date because schedule update depicts Eagle Contracting with positive float regarding Substantional and Final Completion. If project becomes behind schedule it's mutually agreed upon that 3 Days of Time Extension will be added the the Contract along with $974.96 in General Conditions. ---- Work Description:Encase48"-RS.Line.from.RWWPSto40'-Upstream-- LABOR """ "' RT HRS OT HRS UNIT- - --RT-RATE OT RATE TOTAL Pro ed Maria er 197 --0 MH ' - --$70.00 -$70.00 -$ - - -- -Su erintendents. _.2 . _ 0 __ ,.. MH $70.00 _•_-.__:$70.00 _$ _ _ _140.00 Assistant Superintendents 0 0 MH $43.00 $43,00 $ Foreman-_ 0 0 MH $32.00 $48.00 $ $0.00 Carpenter 0 0 MH $24.00 $36.00 $ - Carpenter Helper 0 0 MH $21.00 $31.50 $ 16,154.00 Laborer 68 0 MH $17.50 $26.251 $ 1,190.00 PI a La er/Fitter 0 0 MH $24.00 $36.00 $ _P_i a La er/FillerJiel e� - _ __-._-_._�_16 _ -_____0 _.___MH___- .____-__.$21,00, �__„__$31.50 .$-,_.__-336.00 $0.00 Operator • Crane 9 0 MH- $31.00 $46.50 $ 279.00 -O erator 0 MH $25:00 $37:50 -5--450:00- Field Engineer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal TOTAL Jobsite Trailer 2.8 % Labor 1 $ 2,395.00 Labor Burden 45% $ Jobshe Phone 2% Labor 1 $ 1,077.75 Fringe Bene � 71A $ Jobsite Electric 1.5% Labor 1 $ 167.65 Total Labor $ Jobsite Water 1% Labor 1 $ 3,640,40 NON -TAXED MATERIAL QTY UNIT RATE UNIT PRICE Trench Boxes TOTAL Concrete - Flowable FIII 197 CY 110 Crane $82.00 $ 16,154.00 $550.00 Loader 1 Da $o.00 $ Dozer 1 Da $225.00 $225.00 $0.00 $ $0.00 $0.00 $0.00 $ $0.00 $0.00 $ - Subtotal - Non -Taxed Material $0.00 Subtotal - Equipment $ 16,154.00 TAXED MATERIAL QTY UNIT UNIT PRICE $ 587.25 TOTAL --- - '0 $ 88.09 $0.00 $ 0 Total Equipment $0.00 $ $ 2,086.00 - 0 - - - $0.00 .. _ .$ a $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 1 LS $ $ Jobshe Phone 2% Labor 1 LS $ $ Jobsite Electric 1.5% Labor 1 LS $ $ Jobsite Water 1% Labor 1 LS $ $ Small Tools 7% Labor 1 LS $ $ General Cleaning 0.4% Labor 1 LS $ $ Dum ster0.9%Labor 1 LS $ $ Temporary Toilets 0.9 % Labor 1 LS $ $ Safety Equipment 3.5% Labor 1 LS $ $ Pickup Trucks 3.5% Labor 1 LS $ $ Employee Housing 4% Labor 1 LS $ $ - Subtotal - G C Material + (8.25 % Tax) $ Total Material $ 16,154.00 EQUIPMENT QTY UNIT RATE TOTAL Trench Boxes 2 Da $165.00 $330.00 110 Crane 1 Da $550.00 $550.00 Loader 1 Da $200.00 $200.00 Dozer 1 Da $225.00 $225.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ 1,305.00 Fuel, Oil & Gease 45% of Equipment) $ 587.25 Maintenance 15%ofEquipment) $ 88.09 Tax @ 8.25°h $ 107.66 Total Equipment $ 2,086.00 SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ - Total $