Loading...
HomeMy WebLinkAboutResolution - 2016-R0418 - Change Order To Contract - Eagle Contracting - NW Water Reclamation Plant - 11_17_2016Resolution No. 2016-RO418 Item No. 6.8 November 17, 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Change Order No. 2 to that certain Contract No. 12048 by and between the City of Lubbock and Eagle Contracting, LP, for the Northwest Water Reclamation Plant Phase 1A, and related documents. Said Change Order No. 2 is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on Novembe, 17, ?m h DANIEL M. POPE, MAYOR ATTEST: e ecca Garza, ity S etary VED AS TO . Wood Vankjh, P.E., Director oiPublic Works APPROVED AS TO -FORM: RES.ChgOrd#2, Contract -Eagle Contracting, LP 10.17.16 Contract No: 12048 Change Order No. CO-2 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 I Project Number: 92221.9242.30000 1. "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 native 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 ijnecessar}): This change order covers 16 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 cost breakdown, which includes a 4 day project extension. 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 ijover S25,000 $ 138,569.19 COST CENTER: 9242 ACCOUNT: 30000 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 0.25% % D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ -438,217.43 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $-299,648.24 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 255, increase -0,56% % or decrease G. NEW CONTRACT AMOUNT (A+E): $ 53,385,351.76 3. It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes fall 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 Chanee Order is not valid without the followlnQ signatures (please sign in order and return 3 originals with Contract Cover Sheet to Purchasing and Contract Nlanaeenrent DeaartmenU: r k Q E R75g6* 4 J ar L7 kib ! �,• La) r - —2 4 - 16 CON ACTOR Date (2),KMECT AR it /EN EER Date Approved as to Content: —Ze ER'S NTATIV_ /at/ ITLECTMANAGER(5) CAO (e Date nge 0 ded ver $25,000 require a Contract Cover Sheet and the folloroing signatures: CITY O LU543OCK J ATTAEST: h A . , _ (7) MAYOR 1 Date (8) CITY SECRET Da e Date 1 1 016 Date Council Date: November 17, 2016 Agenda Item #: 6.8 Resolution #: 2016-RO41 R PUR45 (Rev 1212012) City of Lubbock Northwest Water Reclamation Plant Phase 1A Change Order No. 2 I. DESCRIPTION OF CHANGE ORDER a. Per PCM No. 10, for electrical modifications at the Diversion Box. b. Per PCM No. 11, for modifying valve vault lighting and electrical enclosures at the Diversion Box. c. Per PCM No. 13, for CMU fill connection detail modification at the MBR building. d. Per PCM No. 14, for PTU (Preliminary Treatment Unit) odor pipe modifications in the Grit Pump Room. e. Per PCM No. 15, for odor drain piping modifications. f. Per PCM No. 16, for deleting communications radio by Wunderlich-Malec. g. Per PCM No. 17, for deleting the chlorine analyzer. h. Per PCM No. 20, for fine screen hot water pipe modifications. i. Per PCM No. 22, for deleting the scum harvester at the activated sludge channel. j. Per PCM No. 23, for changing the outfall pipe material and deleting part of the outfall pipe scope k. Per PCM No. 24, for Odor Control Fan VFDs electrical modifications I. Per CMR No. 7, for PTU bridge crane upgrade to Class I Division II. m. Per CMR No. 12, for upsizing manholes DB-1, DB-9, DB-10, DB-11 at the Diversion Box. n. Per CMR No. 13, for piping modifications for 30/OF & 30/SRS at the PTU. o. Per CMR No. 14, to delete environmental clause in Bridge Crane and Monorail specifications p. Per CMR No. 15, to revise 350-FE-001 from 18" to 20" 11. EFFECT OF CHANGE Extended Additional Item Description Unit Cost Days a. PCM No. 10 Lump Sum $ 43,358.76 0 b. PCM No. 11 Lump Sum $ 8,609.43 0 C. PCM No. 13 Lump Sum $ -4,418.80 0 d. PCM No. 14 Lump Sum $ 167.92 0 e. PCM No. 15 Lump Sum $ 39,210.40 0 f. PCM No. 16 Lump Sum $ -2,776.50 0 9. PCM No. 17 Lump Sum $ -3,216.60 0 h. PCM No. 20 Lump Sum $ -9,208.90 4 i. PCM No. 22 Lump Sum $ -66,046.56 0 j. PCM No. 23 Lump Sum $ -15,468.17 0 k. PCM No. 24 Lump Sum $ 7,839.83 0 I. CMR No. 7 Lump Sum $ 58,599.93 0 M. CMR No. 12 Lump Sum $ 36,353.86 0 n. CMR No. 13 Lump Sum $ 46,020.22 0 o. CMR No. 14 Lump Sum $ -2,500.00 0 P. CMR No. 15 Lump Sum $ 2,044.37 0 Total $ 138,569.19 4 Projectmates - Proposal Requests - Details Page 2 of 2 Status Approved with Modifications I Cost will be T Increased by US S43,358.76 will be Increased by 0 Day(s) Time I Memo The scope of the proposal has been changed to include only a single conduit. The revised pricing for the reduced scope is $43,358.76. City staff recommends this change to be included in change order 2 based on the reduced scope and price. Attachment(s) Attachments. Revised Pricing.pdf _ _ ^ Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Donny Ontiveros S Pat Kolb i Trevor Overman i Matt Kuykendall A Marshall Plunk i David Besinger i Zoltan Fekete Mike Bigham .: Lisa Singer i John Marler ;. Mary Gonzales r'. Ron Bray A Craig Henderson i Barry Brown A Andy Howard �'. Kyle McCoy :. John Turpin i. Kyle Comey Copyright (c) 1999-2016 Systemates, Inc. httnc-//rnnxnu nnni-nrrniarrtc rnm�Drninn*.++noon/DD/DDT%-.-:1 1AInnr%--' I rr.11- 1 PROPOSED CONTRACT ASSOCIATFS, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-010: DIVERSION BOX SITE ELECTRICAL MODIFICATIONS Please provide a proposal for the following modifications: In lieu of the overhead electrical feed to the Diversion Box location, the Contractor shall provide an underground electrical feed as follows (see the attached drawing markup): Page 1 of 1 • The utility pole with transformer shall be located in the alley north of Wayland Baptist University (work done by LP&L). • Relocate the Contractor provided utility meter/service disconnect and pole to within the City's right- of-way north of the Wayland Baptist University driveway and south of the alley on the new utility pole. • Install two (2) 4-inch underground conduits from the utility meter/service disconnect to the Diversion Box, following the alignment shown in the attached markup. Provide pull boxes as required per Section 16130, Paragraph 3.2. The conduit material shall be per note 6 on sheet E- 031, concrete encasement is not required. One conduit shall carry a single multiconductor power cable for the power feed to Panel DIV-PP1 and the other conduit shall be a spare. The conduits shall be direct -buried per the detail on sheet E-008, at a minimum depth of 2.5-feet. The Contractor shall bore under the Wayland Baptist University driveway and the concrete culvert located within the drainage easement, so as not to damage the driveway or culvert. • Add a second 60A/3P 480V NEMA 4X non -fused service disconnect at the Diversion Box, so that there are a total of two disconnects (one at the utility meter pole and one at the Diversion Box). • Repair any damage to the irrigation system per note 7 on sheet C-032. • Reestablish grass over the trench with sod per specification section 02938. • Per the notes on sheet G-007, prior to commencing work, the Contractor shall field verify the location of existing utilities that may affect the work above The Contractor shall give special attention to the possible existence of fiber optic utilities. REV 09/2009 Form PCM No Text Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-010 Date: 12/21 /15 Work Description: Provisions for providing underground electrical feed to the Diverison Box in lieu of overhead feed. 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 5700 Park Vista Circle Ft. Worth, Texas 76244 Labor Material Equipment Subcontractor TOTALS: $ 2,128.00 1 $ 800.00 $ - $ 35,339.50 $38,267.50 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $688.82 $3,533.95 $439.20 Subtotal Bond @ 1 % $42,929.47 $429.29 Subtotal $43,358.76 Total Amount This Cost Proposal $43,358.76 Work Desrdiptlon: Provisions for providing underground electrical feed to the Diverison Box in lieu of overhead feed. LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Pro'ect Manager 0 0 MH $70.00 $70.00 $ Su edntendenls 8 0 MH $70.00 $70.00 $ 560.00 Assistant Superintendents 0 0 MH $43.00 $43,00 $ Foreman 0 0 MH $32.00 $48.00 $ enter 0 0 MH $24.00 $36.00 $ Cr enterHelper 0 01 MH $21.00 $31.50 $ Laborer 48 01 MH $17.50 $26.25 $ 840.00 Pipe Layer/Fitter 0 0 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 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 1.400.00 Labor Burden @ 45% $ 630.00 Fringe Benefits @ 7% $ 98.00 Total Labor 1 $ 2,128.00 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL Misc. Pipe & Fittings - Irrigation Repairs 1 LS $200.00 $ 200.00 Sod Repair 1 LS $600.00 $ 600.00 $0.00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ 800.00 TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8,25% Tax) $ GENERAL CONDITION MATERIAL CITY 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 $ 800.00 EQUIPMENT CITY UNIT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Oil & Gease 45% of Equipment) $ Maintenance 15% of Equipment) $ 8.25°A $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE iTOTAL ACME Electric 1 LS $35.339.50 $ 35,339.50 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ 35,339.50 ACME Electric PROPOSED CHANGE ORDE Acme ElectricContpany No, 00003 108 E 82nd St Lubbock. TX 79404 TITLE: Lubbock NW Water Reclamation Plant PROJECT: PCM - 010 TO: Attn: Glen Grant Eagle Contracting P.O. Box 1600 Keller, Texas 76244 DATE: 12/18/2015 JOB: 1472 CONTRACT NO: Item Description Quantity Unit Price Net Amount 0001 4" SDR 11 650 $3.40 $ 2,210.00 0002 4" PVC/GRS 90 2 $545.00 $ 1,090.00 0003 Cable 650 $7.20 $ 4,690.00 0004 Rare 620' and under driveway 1 $18.00 $ 11,800.00 0005 Disconcect and Misc. Materials 1 $1,200.00 $ 1,200.00 0006 Labor 130 $50.00 $ 6,500,00 0007 Labor Burden 6500 $0.50 $ 3,250.00 0008 Overhead & Profit 30730 $0.15 $ 4,609.50 Lump Sum: Lump Tax: Total: APPROVAL: By: " By: Barry Brown Date: Date: $ 35,339.50 $ 35,339.50 Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 11 13-Jun-2016 02-05 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject _ Diversion Box -Valve Vault Lighting and Electrical Enclosure Modifications General 1-- — jt Reference PCM-011 'Requested By 15-Oct-2015 05:50 PM CT �� T ' Spec Section 16 - Electrical Reason Code none Description Please submit a price proposal to modify the location of the electrical panels, sump pump power, and lighting in the Diversion Box as described in the attached PCM. Attachments Attachments PCM-011.pdf Sent To Glenn Grant (Contractor's Representative) Copy To i Charles Baldwin Patrick Moseley :. Pat Kolb :. Donny Ontiveros .'. Matt Kuykendall i Trevor Overman iL David Besinger i Marshall Plunk A Mike Bigham A Zoltan Fekete A John Marler A Lisa Singer & Ron Bray ,L Mary Gonzales A Barry Brown aC. Craig Henderson i Kyle McCoy i Andy Howard A Kyle Comey A John Turpin i Desirae Dalton Proposal Cost will be Increased by US 58,609.43 Time will be Increased by 0 Day(s) Memo Please find attached cost breakdown and description of work. Attachment(s) Attachments PCM.pdf Sent To Josh Frisinger (Proposal Request Originator) Glenn Grant (Contractor's Representative) Josh Frisinger (Owner's Representative) Copy To A Pat Kolb .'. Marshall Plunk i Matt Kuykendall .'. Zoltan Fekete :. Ron Bray i John Turpin Approve/Disapprove ____7 1r%r% %_a_!1 _----- n_____n 00170T\A I AAAr%r%1FG0 i/1In/nnlr Projectmates - Proposal Requests - Details Page 2 of 2 Status Cost will be Time will be Memo Attachment(s) Sent To Copy To -[Approved Increased by US S8,609.43 Increased by 0 Day(s) City staff recommends this change to be included in change order 2. Glenn Grant (Contractor's Representative) A Charles Baldwin A Donny Ontiveros i Pat Kolb A Trevor Overman S Matt Kuykendall A Marshall Plunk A David Besinger A Zoltan Fekete A Mike Bigham A Lisa Singer A John Marler A Mary Gonzales A Ron Bray A Craig Henderson A Barry Brown A Andy Howard i Kyle Comey A John Turpin Desirae Dalton Copyright (c) 1999-2016 Systemates Inc. t " 11 • • I rn . . . I—.-. I--- . •. n nnn--I III.. in -I i .l fit.. ! _: •r '.'. ,.irk AI AN PIUIvIIviER i A_ C (� ,IATES INC' PROPOSED CONTRACT MODIFICATION PCM-011: DIVERSION BOX -VALVE VAULT LIGHTING AND ELECTRICAL ENCLOSURE MODIFICATIONS Please provide a proposal for the following modifications: Page 1 of 1 • Relocate panel 'DIV-PP1', panel 'DIV-LP1' (with integral 480:240, 1 phase transformer) and the WP/GFI receptacle to within the Diversion Box valve vault. These panels shall be mounted on the wall at the intermediate grating platform level. Please note that the Diversion Box PLC:030 is already located within the Diversion Box valve vault, per sheet 1-030. • The submitted sump pumps do not require a control panel. Therefore, delete the sump pump control panel and associated circuit with 2 pole breaker located in panel 'DIV LP1' (see sheet E- 032). Instead, provide two additional WP/GFI receptacles with circuits fed from panel 'DIV LP1'. • Add ten (10) wall -mounted LED vapor tight lighting fixtures, Lithonia Model OLVTWM or equal, and two (2) tag "K1" emergency lighting fixtures (see sheet E-018), with circuits, to the Diversion Box valve vault. Five lighting fixtures shall be mounted equally spaced 7'-6" above the grating platform, and five lighting fixtures shall be mounted equally spaced 7'-6" above the lower level finished floor. Mount one emergency fixture off either side of the ladder, at 7'-6" above lower level finished floor and 7'-6" above grating platform. Locate receptacle near ladder V-0" above grating. The light switch shall be located on the inside face of the curb for the middle access hatch. Route a 2#12, #12G, 3/" circuit to spare 1 P-20A breaker in panel 'DIV-LP1' for power to the lights. REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-011 Date: 11/5/15 Work Description: Relocate DIV-PP1 and DIV-LP1, Add Wall -Mounted LED Light Fixtures, Delete Sump Control Panel then Add Receptacles. 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 5700 Park Vista Circle Ft. Worth, Texas 76244 Labor Material Equipment Subcontractor TOTALS: $ - $ - $ - $ 7,624.50 $7,624.60 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $137.24 $762.45 $0.00 Subtotal Bond 2 1 % $8,524.19 $85.24 Subtotal $8,609.43 Total Amount This Cost Proposal $8,609.43 Work Description: Relocate DIV-PP1 and DIV-LP1, Add Wall -Mounted LED Light Fixtures, Delete Sump Control Panel then Add Receptacles. LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL e PoeM 0 0 MH $70.00 $7000 $ eane S 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 524.00 $36.00 $ Carpenter Helper 0 0 MH $21.00 $31.50 $ Laborer 0 01 MH $17.50 $26.25 $ Pie La erlFilter 0 0 MH $24.00 $36,00 $ PI a La erAtter 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 $15.00 $28.50 $ Subtotal $ Labor Burden C 45% $ Fringe Benefits Q 7 % $ Total Labor $ NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL $82.00 $ $0.00 S $0.00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY 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 star 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 5 EQUIPMENT QTY UNIT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Oil & Geese (45% of Equipment) S Maintenance 15% of Equipment) $ Tax @ 8.25% $ Total Equipment 5 - SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL ACME Electric 1 LS $7.624.50 $ 7.624.50 0 LS $0.00 $ 0 LS $0.00 $ o LS $0.00 $ - Total $ 7,624.50 ACME Electric PROPOSED CHANGE ORDP Acme Electric Company No. 00004 108 E 82nd St Lubbock, TX 79404 TITLE: Lubbock NW Water Reclamation Plant DATE: 11/4/2015 PROJECT: PCM-O 11 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 LED Vapor tight light fixtures 10 $122.00 $ 1,220.00 0002 Type K1 emergency fixtures 2 $195.00 $ 390.00 0003 Misc. materials 1 $520.00 $ 520.00 0004 Labor 60 $50.00 $ 3,000.00 0005 Labor Burden 3000 $0.50 $ 1,500.00 0006 Overhead & Profit 6630 $0.15 $ 994.50 Lump Sum: $ 79624.50 Lump Tax: $ - Total: $ 79624.50 APPROVAL: Barry Brown La Date: Date: Projectmates - Proposal Requests - Details Page 1 of 1 PCM # 13 16-Jun-2016 11:35 AM CT Subject General Reference Requested By Spec Section Reason Code Description Attachments Sent To t_ Copy To Proposal Cost will be Time will be Memo Attachment(s) Sent To Copy To Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 MBR CMU Fill Connection Detail Modification PCM-013 19-Oct-2015 04:09 PM CT 5 - Metals none Please provide a proposed cost deduction to modify the CMU fill connection detail at the MBR building as described in the attachment. PCM-013.pdf Glenn Grant (Contractor's Representative) A Charles Baldwin A Desirae Dalton A Pat Kolb ;, Trevor Overman .'. Matt Kuykendall :. Marshall Plunk i Mike Bigham i Zoltan Fekete .: Ron Bray & Mary Gonzales i Kyle McCoy & Andy Howard Kyle Comey & John Turpin Decreased by US $4481.80 Increased by 0 Day(s) See attached. Attachments PCM-13(6).pdf Josh Frismger (Proposal Request Originator) Josh Frisinger (Owner's Representative) A Pat Kolb A Marshall Plunk A Matt Kuykendall A Zoltan Fekete A Mike Bigham A Andy Howard S Ron Bray S John Turpin Copyright (c) 1999-2016, Systemates, Inc. i _--. y__.__._ -- rnnrnnr-%--]1nnnr-%n�7CO inii1Nn+/I Projectmates - Proposal Requests - Details Page 2 of 2 Cost will be . Increased by US 5167.92 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To i Charles Baldwin i Zoltan Fekete i Matt Kuykendall i Mike Bigham i Ron Bray i Kyle McCoy i Kyle Comey i Desirae Dalton i Trevor Overman i Marshall Plunk Copyright (c) 1999-2016, Systemates, Inc. i Richard Stanfield i Mary Gonzales i Brian Taylor i Craig Henderson i Andy Howard S John Turpin i Pat Kolb 1,++.,�•//nn<n,r ..+n; r<rn�o + 1D.--,+—,+vim/DD/DDnv+�;1 4/12/')01G Please provide a proposed cost deduction to modify the CMU fill connection detail at the MBR building. Page 1 of 1 REV 09/2009 Form PCM .IN -PUCE WE BE. W LIHL W/ (2) $3 CONT. i I I TYPICAL SLOFEO LMU WALL SECTION DETAIL^. NTS S-515 M IZ JOINT ROW 0 Ir C/C (TTP) BOND BEAM W/ (2) /5. 4'-0' C/C Z. (2) 15016. MAX GROUT FS sow M FULL hMP) SIRIYMIf DOWELS `FOR CONC DEPTH < 3'-27 FOR CONC. DEPTH END DOWELS 2' FROM FILE Y Y-2' OF CONIC W/ STD VP HOOK TYPICAL CMU DIFILL BOTTOM CONNECTION SECTION DETAIL NIS S-515 ' V % W/ -K9 • 5' HCA 0 V-0" C/C f—y `En If f� L3d.)6 0 2'-6 C/C 3"M.N CONT BOND OM TTP EnENO VERT WALL / 'NV RONF 6" MW INTO TOP COURSE (TTP) J 1.4—X VERT 0 V-O. OC w/�)6•V S.S. iBiP IIYNl N T VEflT SLORCD IWLCS (rvA'E, R TOM NUIS). TKR CMU WALL WELD IRKS TQ NIL110R BOLTS TO SECURE 01 P MNDTF. i PflOVp[ CMU TO CONC. DEAN CONNECTION ASSEMBLY 1 FT. FROM EA-T EDGE OE WALL END THEN Z'-O" C/C lux. TYPICAL CMU MFill TJP CO:NECiION SECTION DETAIL �. NTS S-510. S-511. S-513 Wj fi -TI ADr rIwfv c,:�crl►� 1 DMPHRAGM CONNECTION DECK ECK RL. 4/S-512 D CAST-W-PUCE RAKE OUM W/ (2) /5 CONT ",BEAN W/ (2) E'5, i-O' C/C YNx (2) 15 0 TV MAX W/ SDLID GROUT FALL HIOGHT (T1'P.1 TYPICAL CABLE END WALLS SECTION DETAIL\ firs 5-523 `Y. Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-013 Date: 2/2/15 Work Description: Modify CMU Fill Connection Detail 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 5700 Park Vista Circle Ft. Worth, Texas 76244 Labor Material Equipment Subcontractor TOTALS: 1 $ (1,010.80) $ (3,408.00) $ - $ --$4,418.80 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $0.00 $0.00 $0.00 Subtotal Bond @ 1 % -$4,418.80 $0.00 Subtotal -$4,418.80 Total Amount This Cost Proposal -$4,418.80 Work Description: Modify CMU Fill Connection Detail LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager 4 0 MH $70.00 $70.00 $ 280.00 Superintendents 0 0 MH $70.00 $70.00 $ - Assislant 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 54 01 MH $17.50 $26.25 $ 945.00) Pipe Layer/Fitter 0 0 MH $24.00 $36.00 $ Pipe Layer/Fitter Helper 0 0 MH $21.00 $31.50 $ Operator - Crane D 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 5 Subtotal $ 0) Labor Burden 45% t9g. $ 5) Fringe Benefits @ 7°/ S 5) Total Labor $ (1,010.80) NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL Credit from Cody Builders Supply 1 LS -$3,958.00 $ 3,958.00 Epoxy for Anchors 1 LS $1,450.00 $ 1.450.00 Welding Materials 1 LS -$400.00 $ 400.00) Coating Supplies 1 LS -$500.00 $ 500.00 $0.00 $ Subtotal - Non -Taxed Material 5 (3,408.00) TAXED MATERIAL QTY UNIT UNIT PRICE I TOTAL 0 $0.00 $ 0 $0.00 $ D $0.00 S 0 $0.00 S - Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsile Trailer 2.8 % Labor 1 LS $ $ Jobsite Phone 2% Labor 1 LS $ $ Jobs@e 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 $ $ Equipment 3.5% Labor 1 LS $ $ -Safety Trucks 3.5% Labor 1 LS $ $ -Pickup Employee Housing 4% Labor 1 LS $ 2- Subtotal - G C Material + (8.25 % Tax) $ Total Material $ (3,408.00) EQUIPMENT QTY UNIT RATE TOTAL S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ - Fuel, Oil 8 Geese 45% of Equipment) $ Maintenance 159A of Equipment) $ Tax @ 8.25% $ Total Equipment IS SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ o LS $0.00 $ - 0 LS $0.00 $ 0 LS $0.00 $ Total $ To: Eagle Contracting LP Attn: A. Howard CHANGE ORDER Date: 11 /20/2015 Project: Lubbock NW Water Reclamation Plant SUBJECT Delete plates with studs per Detail R on S-523 REFERENCE (RFI/Dwg/Etc): PCM-013 REQUESTED BY: Glen Grant Information/Explanation of Change: Cody Builders Supply 12002 N Lamar Blvd Austin, TX 78753 aw Ph 612/339-9834 Fax 6121339.0165 metals@codybuilderssupply.com CO NO.: LUB-CO-001 These plates were detailed per contract and submitted, but are being revised to eliminate (QTY 158) 5/8" x 9" x 9" plates with (4) studs each and change through bolts to epoxy anchors. Also eliminated are 4 x 4 x 3/8 exposed angles. Labor, materials and shipping credit being requested. Pricing: total: $3,958 credit is offered. Attachments: NA I SCHEDULE IMPACT? F YES FK]. NO TBD ADD 7 SUBTRACT 0 numberof Days PREPARED BY: Tracy Springer APPROVED BY: Note: Notice to proceed is considered acceptance of price quoted. Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 14 13-Jun-2016 02:20 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject PTU Odor Pipe Modifications in Grit Pump Room General Reference PCM-014 I Requested By 25-Nov-2015 12:06 PM CT Spec Section 15 - Mechanical Reason Code none Description Please provide a price proposal to modify the odor piping in the grit pump room at the PTU as described in the attachment. Attachments Attachments PCM-014.pdf Sent To Glenn Grant (Contractors Representative) Copy To A Charles Baldwin A Trevor Overman A Pat Kolb Marshall Plunk A Matt Kuykendall b Zoltan Fekete A Mike Bigham Mary Gonzales A Ron Bray Craig Henderson A Kyle McCoy A Andy Howard i Kyle Comey A John Turpin A Desirae Dalton Proposal Cost will be Increased by US S167.92 Time will be Increased by 0 Day(s) Memo See attached proposal to make these changes listed in PCM-14. Attachment(s) Attachments PCM-14 for Project Mates.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) i Copy To A Pat Kolb A Marshall Plunk A Matt Kuykendall A Zoltan Fekete A Mike Bigham A Andy Howard i Ron Bray A Miguel Tejada i Martin Dominguez S John Turpin Approve/Disapprove { Status Approved https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB758... 6/13/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Cost will be Increased by US S'167.92 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin J% Matt Kuykendall m Mike Bigham e°a Ron Bray .e Kyle McCoy A Kyle Comey & Desirae Dalton A Trevor Overman & Marshall Plunk C')j',' 0,0t Vic) 199"r,20'@ o/slen anus, inc_ A Zoltan Fekete A Richard Stanfield A Mary Gonzales A Brian Taylor A Craig Henderson A Andy Howard S John Turpin A Pat Kolb https:Hwww.apai-projects.com/ProjectmatesIPRIPRDetail.aspx?enc=28878D01099DB758... 6/ 13/2016 Please provide a proposed cost deduction to modify the odor control piping in the PTU grit pump room as shown in the attached drawing. In addition to the pipe changes shown on the attachment, replace the two clevis pipe hangers on the 24-inch pipe per detail 355 with one stainless steel pipe strap and length of unistrut similar to detail 348. Do not tighten down the straps all the way to allow some room for thermal expansion and contraction. Page 1 of 1 REV 09/2009 Form PCM 1'. 9 -14'04S ri LATERAL INTO 24'0 ELBOW ii'F' F-14 24'QSR 44-0� Yvfc14'OSR�y 90'ELBOW - 14+esR 90ELBOWS90' ELBOW1. r- 24'0 SR —90' ELBOW — FL El. 3Z56 , COLLAR `OPEN ENO 1 SLIFPORT WALLPENETRATIONJ ! I 1 I FL -EL. ,z5L..6zBil!L[WPs r l24'0 - 24'0 4 WALL PENETRATION _ FLANGED FLEX CONNECTOR 4 BY CORTROL AY,-W FLANGE GRADE I J i i Q S'�\ E32EV0 28Wa2Ti a 48%PLENUM 40 0,0UQOREr!TEG : 0 g! 1'-0 22•x•x y4-rHK. `-24*0 UNDERGROUND y' i 4'-W BASE FLANGE ' ! SECTION " H " Fti X' • •C 2/'Q SR 90' 281*20%481 PLENUM i ELBOW DOtYN ALLPENETRATION FLL`L-3L-. 16SO 28'+2U'x WW FLANGE i� -r T4'. F-24 FLANGE 1 tL[ •.1 Or2 F,rc T1 AT N'0 SR 90' PC t!17?-f\l IUr{ WALL PENETRATION �TPO LATERAL' I �t•r ELBON GOWN �ti �--+. �. WALL PENETRATION 1C4'74'0 SR 2'0' /'4rk--' _,t '-WOSR90'ELSOW 90' ELBOW DOWN TA' 1.4rLr:S?ALL to, 41T'E TV, BE H 1LrB .� tiT 60Tmr, OF WAIL J PLAN PRELIMINARY TR MENT UNIT- LOWER LEVEL N DUCnK l LEmm fiC &2TI�L Comd Pmmu syfe'rS. L�C.LPO Na, 4,ss7 Cm y. mosmn F..o.plondamw4 S NaN«W Warn Ralz aipn PkY4 Ph4y4lAll tOa1.7X79415 —'.yG ro,ipM nQ[ddienalim6 a,ep,pdg04r • FRP DUCTWORK ASSEMBLY-ABOVEGROUND ---•oan a...<aum �_�•,•.om oso uc taMYnslnwwawnp4Rapue,asawe ay o� ��- � v.m � . � �� p, awn u e �, r,, aNtlq a ptOprss45Oam4>p0 a sew n neRn eweq b0if""'0�"` ct'"'i�'P6'° PIMI d SECTION: P,T,U, LONER LEVEL �� n, atu eywRE pamssipnd BeKo Afar".'Ii"aY41 Cayrry miw; wrn,nno owc. 0 141445- Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-014 Date: January 29, 2016 Work Description: PTU Odor Piping Modification in Grit Pump Room 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: $ 177.84 1 $ (35.50)j $ - $ - $142.34 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $2.56 $0.00 $21.35 Subtotal Bond @ 1 % $188.25 $1.66 Subtotal $167.92 Total Amount This Cost Proposal $167.92 Time Extension Required - 0 Days Work Description: PTU Odor Piping Modification in Grit Pump Room 0 LABOR FIT HRS OT HRS UNIT RT RATE OT RATE TOTAL PAanager 10 MH $70.00$70.00 $ 70.00 eancients Sn 0 0 MH $70.00 $70.00 $ Assistant Superintendents 0 0 MH $43.00 $43.00 S Foreman 0 O 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 S Pipe Layer/Fitter 0 0 MH $24,00 $36.00 $ Pipe Layer/Fitter Helper 0 0 MH $21.OD 531.50 $ Operator - Crane 0 0 MH $31.00 $46.50 $ Operator 0 0 MH $25.00 $37.50 $ Field Engineer thane plans per this PCM 1 0 MH $47,00 $47.00 $ 47.00 Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 117.00 Labor Burden 45 % $ 52.65 Fringe eenarits � 7% $ 8.19 Total Labor I is 177.84 NON -TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL BELCO Quotation for Odor Piping changes -1 Is $35.50 $ 35.50 In the PTU Grit Pump Room $0.00 $ $0.00 $ $0,00 $ $0.00 $ - Subtotal - Non -Taxed Material $ (35.50) TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL 0 50.00 $ 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 0 LS S 4.98 $ Jobsite Phone 2% Labor 0 LS $ 3.56 $ Jobsite Electric 1.5 % Labor 0 LS $ 2.67 $ Jobsite Water 1%Labor 0 LS $ 1.78 $ Small Tools 7%Labor 0 LS $ 12.45 $ General Cleaning 0.4% Labor 0 LS $ 0.71 S Dum ster 0.9% Labor 0 LS $ 1.60 $ Temporary Toilets 0.9 % Labor 0 LS $ 1.60 $ Safety Equipment 3.5% Labor 0 LS $ 6.22 $ Pickup Trucks 3.5% Labor 0 LS $ 6.22 $ Employee Housing 4% Labor 0 LS $ 7.11 $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ 35.50) EQUIPMENT CITY UNIT RATE TOTAL $0.00 $0.00 $0.00 $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 - Equipment $ Fuel, Oil & Gease 45 % of Equipment) $ Tax @ 8.25% $ Total E of ment $ 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 I of 4 Subject: FW: 12-17-15 RE: NWWRP in Lubbock - Phase 1A (Request for Pricing for PCM-14 PTU Odor Pipe Modifications in Grit Pump Room) From: Reg Green (rgreen@cortrol.com) To: g.grant@eaglecontractingip.com; Date: Thursday, January 28, 2016 4:05 PM Glenn The below is the Belco price for changing the 14" dia Ductwork to 10" dia. Per the request in PCM-14. Let me know if this is acceptable. Do we need to proceed with drawing changes? Reg From: Barbara Brooks [mailto:bbrooks@belco-mfg.com] Sent: Thursday, December 17, 2015 2:40 PM To: rgreen@cortrol.com Cc: Theresa Bernhard <tbernhard@belco-mfg.com> Subject: 12-17-15 RE: NWWRP in Lubbock - Phase 1A (Request for Pricing for PCM-14 PTU Odor Pipe Modifications in Grit Pump Room) Reg, Please see below for pricing: $4368 Deduct -Remove 14" ID duct, fittings and damper $3995 Add 10" ID duct, fittings and damper $ 150 2 hours Senior CAD time for change $ 187.50 1-1/2 hours Engineer time for revised calcs $4332.50 Total difference for changing pipe size $35.50 deduct. https://us-mg4.maii.yab oo.com/neo/launch I /29/2016 Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 15 13-Jun-2016 02:32 PM CT Subject General Reference L_ -- - Requested By i Spec Section Reason Code Description Attachments Sent To Copy To Odor Drain Piping Modifications Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 PCM-015 26-Nov-2015 05 15 PM CT 15 - Mechanical none Please submit a price proposal to modify the odor condensate drain piping at the odor control slab and in the yard piping as described in the attachment. Attachments PCM-015.pdf Glenn Grant (Contractor's Representative) S Charles Baldwin i Trevor Overman A Pat Kolb i Marshall Plunk i Matt Kuykendall .i Zoltan Fekete A Mike Bigham :a Mary Gonzales A Ron Bray 49 Craig Henderson Z Kyle McCoy i Andy Howard b Kyle Comey as John Turpin A Desirae Dalton Proposal Cost will be Increased by US S39 210.40 Time will be Increased by 21 Day(s) Memo See attached Proposal to re -do the Drains at the Odor Control Slab. Attachment(s) Attachments PCM-15 Changed Drains for Odor Control Si.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) ` Copy To % Pat Kolb s Marshall Plunk 3 Matt Kuykendall .S Zoltan Fekete .S Mike Bigham i Craig Henderson i Ron Bray 3 John Turpin Approve/Disapprove Status Approved with Modifications Cost will be Increased by US S39,210.40 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?euc=28878D01099DB758... 6/13/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Time will be ' Increased by 0 Day(s) I Memo City staff recommends this change to be included in change order 2. Attachments) _ V Sent To Glenn Grant (Contractor's Representative) Copy To ii Charles Baldwin o Marshall Plunk A Pat Kolb A Zoltan Fekete °p Matt Kuykendall '& Mary Gonzales S Mike Bigham A Craig Henderson & Kyle McCoy :. Andy Howard A Kyle Comey :. John Turpin e, Trevor Overman Copyright (c) 1999-2016, 5yslemates, Inc https://w-vvw.apai-projects.com/Projectmates/PR/PRDetail.asi3x?enc=28878D01099DB7S 8... 6/13/2016 PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-015: ODOR DRAIN PIPING MODIFICATIONS Please provide a proposal for the work described below. At the odor control system, two condensate drain lines will be modified to more effectively remove condensate that may potentially accumulate in a 24-inch foul air pipe immediately west of the odor control system slab. The re-routed condensate drain lines will no longer connect to the remaining drain system at the odor control system, but instead connect to a 3-inch PVC drain routed southeast to the 8-inch drain line discharge from the Equalization/Peak Flow Storage basin ground water relief system. Refer to the attached drawings for the condensate drain modifications and routing. The re-routed drain lines be encased per note 4 on M-850 and then transition to Class IV embedment per standard detail 100 on C-900 once further than 3 feet from the odor control system slab. Page 1 of 1 REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase 1 A Change Order Proposal - PCM-015 Date: December 11, 2015 Work Description: Lower Drains under Odor Control Slab, lower drain line from east end of slab to tie-in point 9 and add a new drain from west end of Odor Control Slab to new tie end east of EQ Basin 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: $ 23,547.84 $ 4,965.85 $ 4,724.47 $ - $33,238.16 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $598.29 $0.00 $4,985.72 Subtotal Bond @ 1 % $38,822.17 $388.22 Subtotal $39,210.40 Total Amount This Cost Proposal $39,210.40 Time Extension Required - 21 Days - 0 Days to date because schedule update depicts Eagle Contracting with positive float regarding Substantial and Final Completion. If Project becomes behind schedule it's mutually agreed upon that 21 Days of Time Extension will be added to the Contract along with $8,269.43 in General Conditions. Work Description: Lower Drains under Odor Control Slab, lower drain line from east end of slab to tie-in point 9 and add a new drain from west end of Odor Control Slab to new tie end east of EQ Basin LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Mana er 12 0 MH $70.00 $70.00 $ 840.00 Superintendents 4 0 MH $70.00 $70.00 $ 280.00 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 Heler 0 0 MH $21,00 $31.50 $ Laborer 0 01 MH $17.50t $26.25 $ Pipe La erlFilter 120 01 MH $24.00 $36.00 $ 2,880.00 Pipe La er/Fllter Helper 240 01 MH $21.00 $31.50 $ 5,040.00 operator - Crane 0 0 MH $31.00 $46.50 $ Operator 240 0 MH $25.00 $37.50 $ 6,000.00 Field Engineer 8 0 MH $47.00 $47.00 $ 376.00 Rodman 4 0 MH $19.00 $28.50 $ 76.00 Subtotal $ 15,492.00 Labor Burden @ 45% $ 6,971.40 Benefits Q 7% $ 1,084.44 ToFringe tal Labor $ 23,547.84 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL Additional Drain Pipe (Ferguson) 1 LS $2.409.85 $ 2.409.85 Additional Concrete Pipe Encasement - 3 CY $62.00 $ 246.00 Flcwable Fill $0.00 $ Additional Pipe Aggregate Backrill 84 Tons $27.50 $ 2,310.00 $0.00 $ Subtotal - Non -Taxed Material $ 4,955.85 TAXED MATERIAL QTY I UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ o $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ - GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 659.34 $ Jobsile Phone 2% Labor 0 LS $ 470.96 $ Jobsite Electric 1.5% Labor 0 LS $ 353.22 $ Jobsite Water 1 % Labor 0 LS $ 235.48 $ Small Tools 7% Labor 0 LS $ 1,648.35 $ General Cleaning 0.4°h Labor 0 LS $ 94.19 $ Dum ster 0.9% Labor 0 LS $ 211.93 $ Temporary Toilets 0.9 % Labor 0 LS $ 211.93 $ Safety Equipment 3.5% Labor 0 LS $ 824.17 $ Pickup Trucks 3.5% Labor 0 LS $ 824.17 S Employee Housing 4% Labor 0 LS $ 941.91 $ Subtotal - G C Material + (8.25 % Tax)$ Total Material $ 4,966.85 EQUIPMENT CITY UNIT RATE TOTAL PC-200 Track Hoe 0.75 mo $5,500.00 $4,125,00 Rubber Tired Loader 0.38 mo $4,000.00 $1,520.00 Riding Compactor 0.38 mo $2,500,00 $950.00 Trucking for Excess Dirt Hauled Onsite 01 mo $11,200.00 $1,120.00 Trench Box 0.75 mo $3,200.00 $2,400.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ 10,115.00 Equipment Maintenance 15 % of Equipment) $ 1,157.25 Fuel, Oil & Geese 45% of Equipment) $ 3,471.75 Tax 8.25% $ 95.47 Total Equipment ; 4.724.47 SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ From: Scott Atkinson - 1107 SOUTH TEXAS WW To: Atkinson. Scott fFemusonl - 1107 Plant Subject: Email Bid# 8283406 Date: Tuesday, December 01, 2015 10:33:58 AM Price Quotation # B283406 FERGUSON WATERWORKS #3208 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Phone : 432-253-8194 Fax: 432-699-2049 Bid No.......: B283406 Bid Date...: 11/25/15 Quoted By: BSA Customer.: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Cust PO#..: PCM-015 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 Item Description Quantity Net Price UM Total P80BM 3 X 20 FT PVC S80 BE PIPE 260 516.000 C 1341.60 MJTP4LAM 3 MJ C153 P401 TEE L/A 1 128.370 EA 128.37 MJ9P4LAM 3 MJ C153 P401 90 BEND L/A 1 94.290 EA 94.29 M.14134LAM 3 MJ C153 P-401 45 BEND L/A 2 89.415 EA 178.83 MJIP4LAM 3 MJ C153 P-401 11-114 BEND L/A 1 100.930 EA 100.93 MJTP4LAXM 8X3 MJ C153 P-401 TEE L/A 1 303.230 EA 303.23 IMJAPX 81viJ C153 ACCY PK W/GLND 2 24.800 EA 49.60 IMJTGAPM 3 MJ IPS TRANS ACCY PK W/GLND 12 17.750 EA 213.00 Subtotal: $2409.85 Inbound Freight: $0.00 Tax: $0.00 Order Total: $2409.85 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_conditionsSale.html. Govt Buyers: All items quoted are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water 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. �� B•_� C tB._B. L ti._B. t�._B. � a F- I I T �Y I I ° 1z •�+ -_ -- 1 • '° I 1 n '� Q � ly I I I 1N+s 2 I I O d zip 1 I I I J a qq �Z7 I "' P w' o f a L> I lu�Q I f---�o.s ite ,,_p. IT M01541 -4p11 x \:'In I q� p � illm g P� ° I I 1. '•I ^. � I L 4 a SATE•.—. .. iy {_ ----- ;------------ --=11 � o�u — — -- — — r 1M « _-__ n 1*" xs'-o• te- a-e x-t I sa_ o...Noo�tw N JINX! =Ev�GaSj(3 EEr Q� P . ' s 9a Alm a4o b 2Abp l AQ� q e tg nr 4 �gn�ig CITY OF LUBBOCK TEXAS VORTIMEST WATER RFCLA1`1ATI0N PLANT _ U G '€ P� PNASR IA t . rt[Hza, pR4 No[ na ODOR CONTROL 575)E!A �Oan PLAN CITY OF LUBBOCK vroc.0 nosmmnnsmrE.wu TEXAS ntll'+eiT.L �u:iit4 3B'P..B"H DISCHARGE STA" "IN CAP (TYP. 2 EACH) •MIST ELWINATM e30-4E-I21no. EEC2. 24'..TD• REDUCER *w CARBON SCRUBBER M. 2 650-CSC-121 COHCICTIE PAD (REF STRUCTURAy /Te ALT' MAtRl C". 2) FL EL 3229.s0 I ` 4/D/PVC � _ 1� IAIVL'1ET"'ct. 3T21t.5O BURm CONDENSATE M-853 BRYN ADJUSTABLE -- 1 PPE SUPPORT O VERTICAL PIPE SU>PORT (Tip) < I BOND MN10E 1 32seso O - - eE+oN I REFER TO SHEET M-850 FOR ADD704AL INFORMATION AND RCOUWEYEKIS. 2. CONTRACTOR SHALL PROVOC O.S/SA/PVC AN SAMPLE UNE FROM DISCHARGE STACK TO A MAIUMUM HEIGHT OP 3 FEET ABBE GRADE AT EACH BOSCAUESER MIN BALL VALVE AT A NAAIMUM HEIGHT Mal FEET ABBVE GRADE 3. ACT ALL FOUL MR DUCT DAMPERS AND APPURTENANCES ARE SHOWN. LOCATIONS Of DUCT AND CONNECTIONS ARE PRELIMINARY AND ARE SHOWN FM BAOIIG PURPOSES ONLY 4. DIMQISDNS DENOTED BY '#' ARE APWXIMATE AND SHML BE CONFIRMED By THE EOU.PMENT SUPPLIER. PROMCE MINIMUM a -INCH EOUPMENT PAD UNOEM ALL TAHHS AND EOUPMENT REFER TO STRUCTURAL NOIES BY mom `,-b-%. t. • IPMENT D PLIPYCM FPOABCO BY PPFIIEGORIiETT /f a� E TEE A INDENT SUPPLIER. / WITH 3e' ULMD FLANGE (TfP. 2) /w TRIP INNOR.A.'L PC nI )IOSCRUOR CR No. 2• BSO-OSC-121 `TRIP I AND SAFETY CAGE .* N DUCT SUPPORT AND FITTING KEY- O_ 1111CT ANCHOR -TYPE SUPPORT A8` BUBBLE-TICHT OAMPER (REF. SPECS.) O_ (—REF. F. 5^CCS.) BWUORIG DAMPER O _ EXPANSION JOINT Y-B5] OC _ DUCT CUDC-TYPE SUPPORT A B - M-908 f RECTANCUTAR RiMI5R10N PIECE b' TEE 02 E b/FNFIRP 3030' 9O SEND CTYP) FLANGED PVC/FRP p TRANSITION AT CRADC (TYF.) • 0 le' YON BTRIP .2.D0 / '��/ E MOUD G I— -- -__- - ---'I- - - - - OOOR COW FIN NO, 3 P� 1 CryP.) S50-FAH-231 38'.. 45-.32' B- YB w" CONCRETE 30 .42' PVC TEE BLOWER EOUTMENT PAO ("P.)) 1O TRI/yN PIECE (SEE NOTE 4J FROM FIXR. AIR COLLECTION A19 COLLECION SYSTEM \ -TMP INJEORC tt 3i3D.90 e/D/PVC T-0' EL 32,3I-3e ./u '-4IE/—vveuT K.31i0.VV ODOR CONTROL SYSTEM SECTION SCALE . i/a'."-0' M-850 !_a ML Z OA�G'.PL G:AAL:S S OV; It? D TA3KT•0 .Litt_ _ 4CFAC0 ..� - PLKNED JFC `2 9 - 434 - ::r- - -5-ou-oN TD 1" A6E FAN NO. 1 81 8, 24- 97 . BEND M J) ri 71/FA/PW 71. 9P BCNO (1TP. 7) FLOW iIAY _ ! ! HANDED [ [ AT T GRADE tRANsnon AT cRIOC { I iF n. 2m TANLEO N TRJJ61R0.'1 AT CRAOE GRADE (TM.) ) 6•-6• 6'-6- , f r • 1 r N-aW RE TEE .•TTP2) (, x) FROM PN TRFATM[M uNRS FOUL ART PIPE Cd10ENSATE DRAW ® (TYP.) FAOM Pry OI1rIP51CR ROOM M-95J ODOR CONTROL SYSTFN SECTION /. SCALE. . 3/8. i'-0- M-850 21- PVC TEE urw en,r.. 1. REFER TO SHEET M-M MR ADO"10NAL IWORMANON AND REOUIRENENTS. -----u--------8 t-Jx5a. 0 1D•-D' rRP i—SR10N PRCC ODOR CONTROL FAN NO, 1 OO OE MO-rAN-211 7./rA/rRA PI 6- ON. — — F� M Pu (SEE NOTE 1. t SNEE7 M-651) FOUL AIR PIPE J L• TRAP 11JVEILT El. 3ZZq.OT. CONDENSATE DRNN E1. t EL TEu 24- PI x/' PIPE-l7Ji.29) SECTION ® SCALE. . ]/6-.1'-O' N-850 :OtATfi TD AtT. DRHD1 to.a.Tecno�l DUCT SUPPORT AND FITTING KE/Y, AO . OUCT ANCHOR -TYPE SUPPORT /qC` M-9C OB 6MBBLE-NONr DAMPEA (REF. SPECS.) Op MA wAL 8AU91CRTc DAMPER (REF. SPECS.) O . EIPANSCN JOINr M-85J GO . OUCf clllDE-TYPE SUPPORT 11-906 _ Pg5 y J Q Z U3 O W F < 1 9 x `< „V) i oo may an TY~ o� J N�fi B&P 5 O:C iiK- Du :JIIL� O[S.MAD Mdm r, 8 4v.[�4D JCC 270 " 434 "`~ w M-852 P I A- . 8� $ Da nz� uv Fa FwSP 4 v A Flo icy a8> - s� l I tl /PrC ,m zno Mz ^�yJ mai Y JY , �D - "q4J' ZIN C s� $m21 eg :Lo 8�e N =gym ` sSv I JO& IND �i6 a4 G II s sq 08. Cs S m a L B CIS x/a C—. e—d�l:�T m ? 1�� PR - - - `j/" - ?- 2 nzl jLH 3 o>'e�Y✓ c^p. c i� 6 8 d I j® TI ✓t z.� 14/0 I I � N a '•� n=n L e a 9g v o 4(. c I b/RS/Q%Im Y m=; S m I 1 m49 Yr. LG" 8 m n " s8gN ��8 $s8:- f sg m= t� r— 11/D/TS 17/Pl/PVC (BY OTHERS) m ^ a w = --- ®'� a "QS9 - £ J�R �_.. P _� f _ Y-•_ f+-_--inz mx m;.SNE€ d 8 � e� a ss 2 st q p �w"�� 69 �� 8• G�� m Epii'Y� ��wE�f g 1, Aw CITY OF LUBBOCK TEXAS 20 as yya ppy �j$ 7 � u Pm m rl> > IM WHOM • n 9 4 B 0_^ 4p4p N!)ItTH\5'F:tiT \\'.ATI:R RIILAC`IATIQN rI.ANT t is PER /DDEfoIM Ne. a L'�i, AN, errs 99 99 do PB i rllAslt In , 1 P wDEiad Ne. a vrs _L m pip R� 4 ND. DATE REN9M BY i.M1✓�vr'r. n. Iy _ 9RYq d B�S YARD PIPING PLAN SOUTH CITY Of LUBBOCK u TEXAS Projectmates - Proposal Requests - Details Page 1 of 1 PCM # 16 16-Jun-2016 11:52 AM CT i Subject General Reference Requested By Spec Section Reason Code Description Attachments Sent To Copy To Proposal Cost will be Time will be i Memo Attachment(s) Sent To Copy To Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Delete Communications Radio by Wunderlich-Malec PCM-016 27-Nov-2015 09:10 AM CT 17 - Technology none Please provide a proposed cost deduction to delete the communications radio as described in the attachment. Attachments PCM-016.pdf Glenn Grant (Contractor's Representative) A Charles Baldwin i Marshall Plunk A Pat Kolb :. Zoltan Fekete A Matt Kuykendall :. Mary Gonzales :. Ron Bray & Andy Howard a. Kyle McCoy & John Turpin A Donny Ontiveros A Scott Johnson ii Trevor Overman Decreased by US $-2,776.50 Increased by 0 Day(s) Proposal by Wunderlich-Malec for deleting communications radio is included with attachment. Attachments PCM(2).pdf Josh Frisinger (Proposal Request Originator) Glenn Grant (Contractor's Representative) Josh Frisinger (Owner's Representative) A Matt Kuykendall Zoltan Fekete i Mike Bigham 4 John Turpin i Ron Bray 4 Pat Kolb A Marshall Plunk Copyright (c) 1999-2016 Systemates, Inc, https:Hww,v.apai-projects.comIProjectmatesIPRIPRDetail.aspx?enc=28878D01099DB758... 6/ 16/2016 PROPOSED CONTRACT MODIFICATION ENVIRONMENTAL ENGItV[ERSAND SCIENTISTS PCM-016: DELETE COMMUNICATIONS RADIO BY WUNDERLICH-MALEC Please provide a proposed cost deduction to delete the communications radio included in Part B of Wunderlich- Malec's quote following Section 17000 of the Contract Documents. The communications radio was to serve as a backup to the City's fiber network relaying key alarms and systems status information to the City's Southeast Water Reclamation Plant. In lieu of the communications radio proposed by Wunderlich-Malec, the City will purchase a radio offering a more comprehensive system backing up the entire fiber network at the Northwest Water Reclamation Plant. The installation of this radio is to remain in Wunderlich-Malec's scope of services. Page 1 of 1 REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase I Change Order Proposal - PCM-016 Date: 4/26116 Work Description: Delete Communication Radio by Wunderlich-Malec 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 5700 Park Vista Circle Ft. Worth, Texas 76244 Labor Material Equipment Subcontractor TOTALS: $ - $ - $ - $ 2,776.50 $2,776.60 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $0.00 $0.00 $0.00 Subtotal Bond @ 1 % $2,776 50 $0.00 Subtotal $2, 776.50 Total Amount This Cost Proposal $2,776.50 Work Description: Delete Communication Radio by Wunderlich•Malec 0 LABOR RT HRS OT HRS UNIT RT RATE I OT RATE TOTAL Project Manager 0 0 MH $70.001 $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 Heler 0 0 MH $21.00 $31.50 $ Laborer 0 of MH $17.50 $26.25 $ Pipe Layer/Fitter 0 0 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 $ Rodman 0 0 MH $19.00 S28.50 $ Subtotal $ Labor Burden @ 45% $ Fringe Benefits @ 7 % $ Total Labor $ NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ $0.00 $ Subtotal- Non -Taxed Material $ TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY 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 + (8.25 % Tax) $ Total Material $ EQUIPMENT QTY UNIT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Oil 8 Geese 45% of Equipment) S Maintenance 15% of Equipment) S Tax @ 8.25% $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL Wunderlich-Malec 1 LS $2,776.50 $ 2,776.50 0 LS $0.00 $ - 0 LS $0.00 $ 0 LS $0.00 $ Total $ 2,776.50 W*Wunderflch-Malec Enaineerina I Svstems I Services CHANGE ORDER REQUEST (4215001 COR# 001 04/11/16) 4275 Kellway Circle, Suite 164 Addison, TX 75001 Phone: 469-574-2500 CUSTOMER: Eagle Contracting, L.P. CHANGE NOTICE #: 001 ver-1 ADDRESS: P.O. Box 1600 CHANGE ORDER REQUEST: Removal of Radio (PCM-16) Keller, TX 76244 DATE: 4/11/16 PROJECT: City of Lubbock — Northwest Water Reclamation Plant PO or CONTRACT NO.: Eagle Subcontract to WMS issued on 25'h February 2015 WME PRO1: 4215001 MGR/ENGINEER: Allen Steffler / Hal Melville DESCRIPTION CHANGE/WORK SCOPE The City of Lubbock has decided to utilize a P2P wireless connection at the new NW Reclamation Plant to provide a remote network connection to the plant. This was specified by the Lubbock Communications Manager —Clifford Crow. Originally WMS had allowed for the use of an MDS-SD9 radio similar to those used at other remote sites throughout the city to communicate back to the SE Reclamation plant In case of fiber network outage. With this change WMS will no longer provide that radio and reduce its labor for the configuration of the MDS radio itself. There is still configuration required for the data transfer thru this pathway, the new 132P connection. The two reductions are: • REMOVE: MDS SD9 Ethernet and Serial 900 MHz Managed Radio, 928-960 MHz, one 10/100 Base IP/Ethernet and two serial ports, COM2 port programmable RS232/485. Includes 9710 emulation mode, AES 128 encryption and VRC. Supports packet & transparent modes and IP/Ethernet. Mounting of radio and antennae was carried under EC scope of work. • REMOVE: WMS labor configuration of radio. (WMS still has to configure and program the data transfer via the new radio provided by the city) This change is very Intuitive and no additional operator, maintenance, or other training beyond the original scope of work was Included for in this cost. BASIS/SUPPORTING DOCUMENTATION PCM-16, and an email from Lubbock Communications Manager— Clifford Crow on 22-Dec-2015 SCHEDULE IMPACT This change is anticipated to have no schedule Impact. COST The COST breakdown Is: • WMS provided radio = ($1,776.50) • WMS Labor, communications config. of radio = ($1,000.00) NET TOTAL THIS CHANGE ORDER: ($2,776.50) deduct Page 1 of 2 Dallas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 www.wmene.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York Ohio Oregon Tennessee Texas Wisconsin 4275 Kellway Circle, Suite 164 Addison, TX 75001 W3ftnderfich-Malec Phone:469-574-2500 Cnnineerina I Svstems I Services CHANGE ORDER REQUEST (4215001 COR# 001 04/11/16) Wunderlich-Malec will complete the scope of work described above after issue of a formal notice of approval for this COR. Prior to this approval all work associated with this change, or previously approved work for which this changed scope of work is a predecessor, will not be completed. The schedule impact duration is effective from the date of approval and notice of such approval to WM. Accepted (Eagle Contracting): Accepted (Wunderlich-Malec): Allen Steffler (Printed Name) (Printed Name) a 40- //.&, - %G (Signature) (Date) (signak e) (Date) Page 2 of 2 Dallas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 www.wmeng.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York Ohio Oregon Tennessee Texas Wisconsin Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 17 16-Jun-2016 11:58 AM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Delete Chlorine Analyzer General Reference PCM-017 Requested By 17-Feb-2016 04:03 PM CT Spec Section 17 - Technology Reason Code none Description Please provide a proposed cost deduction to delete the chlorine analyzer include in Ovivo's scope of supply for the MBR system as described in the attachment. Attachments Attachments PCM-017.pdf Sent To Glenn Grant (Contractor's Representative) Copy To i Charles Baldwin - A Trevor Overman i Pat Kolb i Marshall Plunk i Matt Kuykendall i Zoltan Fekete i Mike Bigham i Richard Stanfield i i Ron Bray i Mary Gonzales & Kyle McCoy i Craig Henderson i Kyle Comey A Andy Howard i Patrick Moseley i John Turpin i Donny Ontiveros Proposal Cost will be Decreased by US S-3,216.60 Time will be Increased by 0 Day(s) Memo See attached. Attachment(s) Attachments. PCM-17.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To i Pat Kolb i Marshall Plunk i Matt Kuykendall i Zoltan Fekete i Mike Bigham i Andy Howard i Ron Bray i John Turpin https://www.apai-projects.comIProjectmatesIPRIPRDetail.aspx?enc=28878DO 1099DB758... 6/16/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Copyright (c) 1999-2016. Systemates, Inc. https://www.apai-proj ects.com/Projectmates/PR/PRDetaii.aspx?enc=28878DO 1099DB758... 6/ 16/2016 PROPOSED CONTRACT 0 1di ai -+ �MODIFICATION i ENGINEERS AND SCIENTISTS PCM-017: DELETE CHLORINE ANALYZER Please provide a proposed cost deduction to delete the chlorine analyzer, AIT-560-102, included with the MBR CIP cleaning system. The chlorine analyzer was to serve as an analytical instrument to monitor the chlorine residual going to the MBR basin during routine cleaning cycles at to the City's Southeast Water Reclamation Plant. A chlorine analyzer is not manufactured to analyze the anticipated high chlorine residual concentration used during cleaning cycles. The OVIVO MBR manufacture does not recommend using a chlorine analyzer because the membranes are resistant to a wide range of chlorine residual concentrations. Therefore, a replacement analytical instrument in lieu of the chlorine analyzer is not necessary and shall be removed from the design. Page 1 of 1 REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-017 Date: March 1, 2016 Work Description: Delete Chlorine Analyzer from Membrane Equipment 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: $ 106.40 j $ (3,323.00) $ - i $ --$3,216.60 Total Amount This Cost Proposal-$3,216.60 Time Extension Required - 0 Days Work Descrlptlon: Delete Chlorine Analyzer from Membrane Equipment 0 LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager 1 0 MH $70.00 $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 $ Ca enter 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 01 MH $24.00 $36.00 $ Pipe Layer/Fitter Helper 0 01 MH $21.00 $31.50 S Operator - Crane 0 01 MH $31.00 $46.50 $ Operator 0 01 MH $25.00 $37,50 $ Field Engineer thane plans per this PCM 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 70.00 Labor Burden 45*" $ 31.50 Fringe 6enelf1 7% s 4.90 Total Labor s 106.40 NON -TAXED MATERIAL OTY UNIT UNIT PRICE TOTAL OVIVO Credit for deletion of CL2 -1 Is $3,323.00 $ 3,323.00 Analyzer from Membrane E ul ment $0.00 $ $0.00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ (3,323.00) TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL OTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 2.98 $ Jobsite Phone 2% Labor 0 LS $ 2.13 $ Jobsite Electric 1.5% Labor 0 LS $ 1.60 $ Jobsite Water 1 % Labor 0 LS $ 1.06 $ Small Tools 7% Labor 0 LS $ 7.45 $ General Cleaning 0.4% Labor 0 LS $ 0.43 $ Dum sler0.9%Labor 0 LS $ 0.96 $ Toilets 0.9 % Labor 0 LS $ 0.96 $ -Temporary Equipment 3.5% Labor 0 LS $ 3.72 $ -Safety Trucks 3.5% Labor 0 LS $ 3.72 $ -Pickup Employee Housing 4% Labor 0 LS $ 4.26 $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ (3,323.00) EQUIPMENT CITY UNIT RATE TOTAL $0.00 $0.00 $0.00 $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 - Equipment $ Fuel, Oil & Geese 45% of Equipment) $ Tax@a25% $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ Print Page] of 3 Subject: RE: New PCM # 17 for Lubbock NWWRP Construction Phase I Services From: Dong Aihua (Aihua.Dong@ovivowater.com) To: g.grant@eaglecontractinglp.com; Cc: a.howard@eaglecontractinglp.com; r.bray@eaglecontractinglp.com; p.kolb@eaglecontractinglp.com; Date: Tuesday, March 1, 2016 2:25 PM Glenn The credit for the deleted Chlorine analyzer is $3,323. Aihua Dong Proiect Manager MBR Systems T : 512.652.5827 F : 512.834,6039 E : aihua.dong@ovivowater.com ovivo USA, LLC 2404 Rutland Drive Austin, Texas 78758, USA OVIVOWorldwide Experts in Water Treatment From: g.grant@eaglecontractingip.com eaglecontractinglp.com [mailto:g.grant@eaglecontractinglp.com] Sent: Wednesday, February 10, 2016 4:13 PM To: Dong Aihua Cc: Andy Howard; Ron Bray; Pat Kolb Subject: Fw: New PCM # 17 for Lubbock NWWRP Construction Phase I Services ittps://us-mg4.mail.yahoo.com/neo/launch 3/1/2016 Print Page 2 of 3 Aihua, Below and attached is a price request from the Engineer to delete a CL2 Analyzer. Please get me your pricing as soon as possible. Glenn Grant Eagle Contracting, L.P. ----- Forwarded Message ----- From: Josh Frisinger <Lfrisinger @apaienv.com> To: g.grant@,eaelecontractinslp.com Cc: CBaldwinQmai1.6.lubboclux.us; p.kolb(iDeaslecontractineiR.eom; mkuykcndall(aapaienv.com; m.big(yhani@ea2lecontractinelp.com; I-. bray Reaglecontract inglo.com; KMcCov(a?mail.ci.lubbock.tx.us; kcomey.walkei7•pr�yniail.com; pmoseley @auaienv.com; dontiveros a.mvlubbock.us; toverman(a?mail.ci.lubbock.tx.us; mplunk(@apaienv.com; ZFekete(cDmail.ci.lubbock.tx.us; rstanfield a apaienv.com; MHGonzales(@mylubbock.us; CHenderson(@111ail.ci.lubbock.N.us; a.howard(a.,ca2lecontractinalo.com; JTurpintiamail.ei.lubbock.tx.us Sent: Wednesday, February 10, 2016 4:06 PM Subject: New PCM # 17 for Lubbock N W WRP Construction Phase 1 Services New PCM 4 17 10-Feb-2016 04:06 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Delete Chlorine Analyzer General Reference Requested By Spec Section Reason Code Description Attachments Sent To Copy To PCM-017 17-Feb-2016 04:03 PM CT 17 - Technoloav none Please provide a proposed cost deduction to delete the chlorine analyzer include in Ovivo's scope of supply for the MBR system as described in the attachment. Attachments: PCM- 017.pdf Glenn Grant (Contractor's Representative) Charles Baldwin Pat Kolb Matt Kuykendall Trevor Overman Marshall Plunk Zoltan Fekete ttps://us-mg4.mail.yahoo.com/neo/launch 3/1/2016 Print Page 3 of 3 Mike Bigham Richard Stanfield Ron Bray Mary Gonzales Kyle McCoy Craig Henderson Kyle Comet' Andy Howard Patrick Moseley John Tuipin Donny Ontiveros Copyright (c) 1999-2016, Systemates, Inc. Attachments • image001.png (13.59KB) • image002.gif (1.07KB) • imageMlgif (1.68KB) • image004.gif (1.75KB) • image005.gif (1.82KB) https://us-mg4.mail.yahoo.com/neo/launch 3/l /2016 Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 20 16-Jun 2016 12.13 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject — Fine Screen Hot Water Pipe Modifications - Revised General Reference PCM-020 Requested By 13-Apr-2016 08:00 AM CT Spec Section 15 - Mechanical Reason Code none Description Please submit a price proposal to mod"fy the fine screen hot water systems as described in the attachment, This PCM takes the place of PCM-019 Attachments Attachments PCM-020_Fine Screen Hot Water.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Marshall Plunk A Matt Kuykendall ao Zoltan Fekete A Mike Bigham .: Richard Stanfield i Ron Bray A Mary Gonzales A Kyle McCoy A Craig Henderson ;. Kyle Camey A Andy Howard A Desirae Dalton A John Turpin A Donny Ontiveros A Pat Kolb A Trevor Overman Proposal Cost will be Decreased by US S-9,208.90 Time will be Increased by 4 Day(s) Memo This PCM was originally PCM-19 and then PCM-20 took it's place so that pipe insulation and aluminum jacketing could be added for the Hot Water Piping (see attached quotation). Attachment(s) Attachments PCM-20.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To A Ron Bray i Andy Howard i Desirae Dalton i John Turpin A Marshall Plunk Pat Kolb A Zoltan Fekete https:Hwww.apai-prgiects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB 75 8... 6/ 16/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Copy, gh; (U 1999-2016. Systernates, Inc https://www.apai-projects.com/Projectmates/PR/PRDetaii.aspx?enc=28878DO1099DB758... 6/ 16/2016 PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-020: FINE SCREEN HOT WATER MODIFICATIONS - REVISED Provide a proposal for making the modifications described in the following: Provide only one water heater for the system in lieu of providing one water heater per fine screen. Screen shall be sized to provide 140°F hot water to clean one 6 MGD peak flow fine screen at a time. Circuit powering hot water heater has a breaker sized for 40 amps at 120 V. If a larger breaker is required for the proposed hot water heater, notify the Engineer. Reduce the hot water piping line size from 4-inch to 2-inch. Insulate the hot water piping with the flexible elastomeric insulation and the indoor field applied jacket system per specification section 15800. Modify the hot water piping route as shown in the attached drawings. Page 1 of 1 REV 09/2009 Form PCM KV is r /i---�--_- -----------------' -]•y------',el � iY{`�v •q..;t U� sl 1 t 1 1 t 1 t I t 1 I q I I I i 3 G 1 , R + I � i � •T `^ E m-V-OO1 � � I I 1 I i.. 1 ,4TT/9 t myn EivT 1 or- q -100 rOR IDOfiW4.L NOfQ "' Ih70AW110R. i e INOCOM COYPYOR PRO•AM Bt PRE-NMDM1EO ESM/PYOIf SUPPUM CURRE>VT FFw PIflE ]. SI fJSE ENCASE ME 30/SIIS/OP PPE PER UANWRO DETAL W.ROER iIIE RWB AItO E%IEu0R1O S /FIf BE+'ONO fNE ROAD OH BOIN 9e6. NEVV ►}w TrVE -- E-R=Srz'+�G iv✓'P`iPF'ro SGRE�✓S I'-'1! r I �-I I Ptu lnlir emt� 3,-'• I ; s - �II ' , 1 lsQ EwfiNE WY� ARGSCRAMED PINT .-,Do) u-loe) ---- / 1 I )fl lA l I - T 2j►lwlcpve, -- 1 I C 1 rREAR P PS , ems II tL P-P j v I i (SEE PLAY Y-106) ]SO-fSC-ul �� 10O-RlP-IJI ; R ! i 11. _ ® --- -- ---u� t 11 F, I I 1 1 A II 1 Ij; IOO-RIP-1311y ,.lOC-RV-111 I III - 1 I II, _ _ • 1 I I III . 7 - 1 1 III ; I I 1 I SV________________________ ____________________________ `----------------------------- ----------------------------- LOWER LEVEL PLAN SCALE: IYaELBow I'diL TfPc_rIWTV i I LR_-e- I Ljijr- 1 t; t i'1 X 1 F U Y -, n-------C-------7.7777w -- ------' •F .cc�9�E4cccocc�cvRTr K"M /MWM 1I � GNIf DEM4TERNG/YIAS70uG WRs - PPWO 't ]e� PIJlO waV[ � - ]0' RA yl,`4 }mil y 1 ----___-_-(SQ !!nEO PLAN Y-105)_________________ ------- I JE , Lk a�II __________�e ____ _"___ ____n ______________________` M W EO- 00041 w W ELK- -(BDw GRaE Ta 97 434 M-103 vtw 5;mTnN OP KF-l20UT6'D Hw 'PIPE -SHftL I UA/ Ptj(I+ _6_L " f w ?rPE -7WI-r SL72VE3 SZAO-Fg .$, THE APE •5-OfFIA-r srAtzwGS #iW -rNPE5 SO&LL 8E TAFN'7_rVM. 4Q -ELrTF CbNNECT-DN OF Hw-p ?w FFM 'r-pt SE)2 vrw4 -r#S- SC&EEa/S _ H+w rij?6- WILL BE- sFfAF+ rF FO-w TFYE 7vv 'TTPE srr wA' -w 11.)- CAN T7 '�i� A'v✓rN G s Rl7N NEI v SE c-rn N b F ow PI•rff TO Ty- S-P.ET�6 • Ar-- gcNmm i a of 4 EQUIPD7ENT/I1IPING SCHEDULE PDRa NDTEt ilj I �^ 1 ME Y-10D MR AOOnvm Nola AND .4c"MATION. 1+ ITESt.N,iPTiON APPIMILL MN Tli NOVEE DENCNIPTIOrt API'Y[I.C. LkNt:Tll MUTE x. FINE SIECH CWAC70P STAw1EY STEEL DISCWRCC MUD, FMBWS. Ft=) rinRcs rmw:s RTS AND SUPPGTO BE PRM,DED EftYANUFACTUREL I ]0• BLIND FLANGE - - 10 5' SEMACE WYE - -7. 5O STATED. ALL WALL SRKE ELEVATIONSARC Tx 30' CN0S 09 15.d YGD Of FLAW iHR0GM THER TREATMENT MT. `1t 1 ]0•TD.QO•TEE REOUCEA t - - fa a1a• RECUGNV LEE - " - 1. xO cu.-YARO 'BA71rtU0• TYPO ROLL-6T r�NNER. SEE SPECIr1GTOUL ml�; S i. F� S ]0. 9V ClaOtl - - ZZ e'J' REdKwO OP ELBOW - - S. WHUFWWM SCIICETYAY TO HAVE MEORAL FLAWED CONNECTION. CQMIRC OR TO COORDNITE PTNETMTIGN OF WMJFKINIERS FLANGED AEI { ; ¢ a ix•at0' SS REDUCER - - SPOOLS CONNCCTGN TIY0110N ]LESS GRAIM. WI}V �- 7 I.'atx• 55 RLDIA:RGi 90 [LWW - - to IT• 55 SpOOL wELE x•-x• - B SCE SNECT Y-113 FOR AOOIIXI WFORYAIIOH ON MOOR AND TRENCH OIIWS. C a IaNN' RE000B:D fIP QBOW 0 a• IV ELBOW - - - IS la• SS SPOOL PIECE 5'-0• - is 3V II.Fl. SPOOL. 5'-a's JO' RFA 7, LANG R01/1L AT APR ANCIAIE LOd1AH TIQN 15f MIN ]LOSS eR7iM[7S Oq MMIGERS w CON/ORYAK[ WRN SP[CI1fi1TgH 13000 IVwr. 10 4'ax' REpCNA LET 1 / ]0• C[NIRwC Ae1PTOR - _ - _ B. • I"DIGTES EWPYC/fi PRDVIO[D "'I PHE-rXGOTNTEO COUIPYCM 5UPPW[. 17 10• RUBBER rxpm,gH ,pIM - 1] 10' W ❑ww - U A� CAEV .pTp �R zVgw/t?vr_ T7 W �kL �hmj �C 1 'ram "' 10•_0. 11•-1• '.1--0• 1 FN[ ROGR'r -D• a,-.• B-0• SLIDE C lt, 1eA_a_I7! i I'-]' 1'_]• - L �• 1 ]]O-R-fa wE SCIIECN 6TUY SCgRN, yELDO�W r tF y-Itt:•N SUDE UNIT. .3 rW- (] t/I () /r _ _ (TYP, OF ]j ) as fH1E 4GRT FF.E kREEM ate,/CPYC.! i A 1 I I ]r-SSIR": C TE. QLx'.1' m DIL SCAEFN ICREI N _ _ ,(SEE LAIC 7) e`6. NAL�NVC7R 77316) - clEcKLR PLATE z 27 (HW �» ROTC 6) / m o GLILy r I-- r(sEE AIXER-MOON / (SEE STRWURAL) ? C Ln•Nos_E_/�_/ :— _ _ I i ixTD.Du --[1MOM ise9-W J iE i N -1TATgHL� _ a - 1 I .0 I 0 -0• 0-0 MERE WA E. 430 (Typ.) O F• � W - (SE[/NIT _.I?N/CPyC. _[. --.—(IYP, _ __._ _ T -- {i2r01].2! VPq 'F - - 7/�,LAB f _4 _ "v (•' W C or 31`-y' 7 e Il�17533B ��� __- O = CRE q• lx�� 7 _ f _ _5750.x5 �� L55 _. _57.OG dCOLMACIDR. lJ-' .�775a.75 aPs WET WELT SUPPdff. (IYP.) 35 _TSC_ � I (SEE N01E ]) ^ 1I V 16 / fAiR PUMP .y RPewciNlw:ra \ _Fw_[3CRE[Y _CQ_MpACi9q_ •• Q (Sx31 �]) CRR SEPARATION UNIT I 11105E '�Sq% 30 O"T7r9RY 9Mk1 my.) 38 - R 7 ETA xafi.5f1 ._ ]xid)S T STAB --� Sz.czs- CO. I-- a S) E , (SEC NOTE 0) a T P PAD � pPNSN -R J7ilm�5' F T STAB - IESbp� .lsk_ „1 4/M,/OP r _ — ( - .. -_ _ 73✓ 8/I)LP�_ ltF 10 \ { 321a90 _ ]x]a.]0 20 .. �C ]IIDI�S. 7rawcH N. C.t)l-Old vt a eNl:.— OH aLCNx BrAA;nc -iA (SEE STRUCTURAL) 02 W TL TTULR O ' Aww FFw YrPf SECTION h '-• otly wa rw Fib �o scrck�is ST71LE, J/18"-i -a- M-10OM-1110 T.. N ioii—i0°s 101 34 61-107 axs-cu-o 1-o L-O!n R:.o v27U t" IC i3'-e' -1 1 -L IKLIIENf 1 1 ,nn-. _,AI 1 1 I t cwWNaL �E ua,ulEo, iRP DMTNO, (TlP) i 76 GLIDE FKME, I : DIERFLOW (SEE SIRYCTIlML) (TTP OF 2) ) 1( T GWINR (� 2) BfcnlotP ._ _ 2 J/wwBJcwD._ . �u__.li= Q 32lA.SO r. ala SECTION f � SCALE. 3/T 6'+l'-0' M-100 b-103 GLUT WNA1004 UNIT •' ru7FDRMJsTAxe ♦@r 1NCR)� 1�13 ]' TEE •"t PIAIRNW It GMTUNG, (SCE STRUCMRAL) y 1 ( rfi 21.)h I ORNN AUGER ,/PW/DIP -- FSO PUMP 3An-M-112 cvozw- Wq -PrPE aEw Hw PT't 4-r"r r-4 rvt M-1 3 0r --'r xz5rxw& ► w r—mv ryc- 'To Sc'trr/5 MECMMCAL INFLUENT SCREEN WECINNGL INFLUENT SCREEN I AUGER tr DZMLMM CNL7TE I I ^ _... GFHFRAI NOTES 1. SEE Y-IM FOR AODITIOIML NOTES AND INFORMATION. ]. UNLESS ORIERIM STATED, ALL WATERSURFACE ELEVATIONS ARE BASED ON 15.6 YGD OF FLDW THROUGH THE PR_ELA W Jtr TREATUCW UNIT. 3. 20 CUBIC -YARD VATMB' TYPE ROLL -OFF CONTN.'Dl. SEE SPCCFlCAMNS. a, S' POTABIC HATER BAERIP CONKCIION. S. ♦ UDIplES EOueHAENf PRIMDEO BY PRE-ITEOOTWIED [IX11WEM SUPPLER , y �!� C 111( ) ! G, G D,r.II PR./POTABLE WATER LINES SINLL TRANSITION MU DIP 10 SCH BO P T/S AB tr GMIIN FRP ow NO. (TIP �\ •- PPE 3 I I EL Dip —[L�J259ld I ; I D:P I . e/DR1mp I y a FVYP I 1 "Q ii7e:ii7 �'° YdA1NLIf ; I EXTEND CK" B' BELOW CRWO, MH-STATC HOSE "I DC R WLQ IN on APPROI© BAND �W co, (70 DUMPSTER) MMNFLCR 7VAER A' OR API'm CONE A/M/DP It; m'zs DISCHARGE PIPING 1os A/GR/MP SCALE. 1/2'-l'-0• I FLUEM �IG'-!• .S)79.A0 ]F1Ae' -MM ,24'1 Y-0'1 rPARSNMLL FWYE 377 - A21RSJINP y _ 6121DIP 11&46 Ii_NN2a) —�-�W�w7lUft' CLEANB/D/aP SECTION /\ SCALE: YiwM-maNNezi-ION`--o-f - Pw HrpDE-fi RAT'% L&V EL o P *w i M E -%-- To yn+-ItN I-PM-Y- o F Tw �jq• S3) rxpc Pn-'mwe, -rrt - 5CA�5 3, 2'A2' ANGLE BRACIItI W/ Mi I IKKE l 2' RBE (fYP.) FOR ANCHOIIMG CO I�— OR 0R011f - - . F- "°'N R 1 Io�ea o®ae owes o�a>e Ia��e 0��00 mae mam�eo �m�m.aa m�ee m��ee �mre=- �E7Ry�!�2;7ey,R•I. wlw_wmlwm.iw:.ww� ova . ----------------- low®a STRUCTURAL FILL 'SEE STRUCTURAL) GROUT, (SEE SIRUCNML) V55?! ESQ c=� 9-: 9gg u V1 F. lz yy � N- _s 9 0 i Za Z � �- 2 C "D. F L J o ILZ Iva_._ Q 325a.23 less .- E 3731.31 n1R a DxL osn aN 20 PIPE' T'� JO 1 !_\ PUYP PAD B/D/D:P J J,-L. I OI TWR'CN EN4gASE R-3230.50 c5A SECTION / H TPEMN muu. 104 434 SCALE: 3/IB'-T'-0' Y-1D0b-11] (sEe s`"L`fORN') M-110 b-T03 o�xs-al3-o, SPRcnit, tXrn rM µW AWP pw ?rPF FFFvrNL sCP-RI'70 SµRiL 6C ►I-D" A-LDNG FA( rr4- Lt--W47H or- FbT)4 77PE5. NP H w ?ter F nI,'7 H4 Tw FFD -Tv c c-�s rMC SCYFIY COYtia Iw ,.a tCRUA Cd11Y0. ".0 . �J�'"'° 71•Y1[Mt..].gl, a• a� �I �I � 31 �I �! it �I �I QI ', M.Y. n•"'°`wt m ,mot, v m I I I I I { I I I I ro 1.11 um,urJt O.J..•1S rw lot lr L -Li I L L t 1 J .TER RYC MY CVI[RULL i IML /OQY W. 1 I I I I 1.4 SCARY m 7 EOWK PY L I I I 1 f TRDL . u ITS � I L---� r---J �2 {-2 BM1 �/M�s�Cr(Pli I i i �i I �rol""�t IRtR I I I � I ItssR.JISY ma I S I rulr sumY to-v]o) ( I j nw sww !c Y 1 { m 11 • • I I �E .. I ®Jsv-CY Yi • I I I � I ! I m ME "p1sairu I �M7 scim I .ISO-m- 1 I I m.5-171 n lsN lsM Z:1 J50.n-i01 J10-111 I I .110 ME SC.mt CV@RD. CI WWA C�NUEGT Ti ? c QE- Tro Ti FE-v rivE E�1v 'j" MANVA-L q Nb Mo-n*.TTEp gp-« v4SV65 ME scn� cu.-n. A-TTA-LIB Y m-r 4 of 4 cm a 7) I I I �j�qI L J y$yI N{ I 1 ME WwN I cEwo°wn�wfOP.a I a I I i I I "Ij I I I I I I I I fv . Fm —rota_ cvutcvw I I I I I I I I I I I I I I I I I I I i I I I I `,a] I 1 E r U �� 1„a sCt[DI l tsrY.IM1�roiY� n. CO/t[IOE • �icl Ki , '} 7S0-tY-f7f I eg aar.s>a I Pill tv?w wx—C— to L Jx--o,a vEUEwt to t.tJlYt .61 la. 3 CfiF CKI' L5Y M yY..Ys;. O Q 4LUOsft ttE♦tuC]fi 4.0 Srn ' JSO-V-001 SfY-V-04T Ic-mt} LY9:nN fe�-� �I•-•- I — ac,eln n� ^ 1/4 VCYt� a. �tC Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-020 Date: April 19, 2016 Work Description: PTU Fine Screens Hot Water Modifications 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: $ 1,465.28 1 $ (13,136.18) $ - 1 $ 2,462.00-$9,208.90 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit- 15% Self Performed Work $0.00 $0.00 $0,00 Subtotal Bond @ 1 % -$9,208.90 $0.00 Subtotal -$9,208.90 Total Amount This Cost Proposal -$9,208.90 Time Extension Required - 4 Days Work Description: PTU Fine Screens Hot Water Modifications 0 LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Pro'ect Manager 6 0 MH $70.00 $70.00 $ 420.00 Superintendents 0 0 MH $70.00 $70.00 $ Assistant SulPerintendents 0 0 MH $43.00 $43.00 $ Foreman 0 0 MH $32.00 $48.00 $ Carpenter 0 0 MH $24.00 $36.00 $ CarpenlerHelper 0 0 MH $21.00 $31.50 $ Laborer 0 01 MH $17.50 $26.25 $ Pipe Layer/Fitter add 10 clevis hangers) 10 0 MH $24.00 536.00 $ 240.00 Pipe La erlFitter Helper 10 0 MH $21.00 $31.50 $ 210.00 operator - Crane 0 0 MH $31.00 $46.50 $ Operator 0 0 MH $25.00 $37.50 $ Fleld Engineer correct drawings & as-builts 2 0 MH $47.00 $47.00 S 94.00 Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 964.00 Labor Burden 45% $ 433.80 Fringe Benefits Q 7 % $ 67.48 Total Labor $ 1,465.28 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL OVIVO deletion of two Water Heaters -1 LS $12.008.00 $ 12,008.00 Ferguson Piping and Supports Changes -1 LS $1,564.38 $ 1,564.38 1 LS 50.00 S 50.00 $ $0.00 $ Subtotal - Non -Taxed Material $ (13,572.38) TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ o $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobslte Trailer 2.8 % Labor 1 LS $ 41.03 $ 41.03 Jobslte Phone 2% Labor 1 LS $ 29.31 $ 29.31 Jobsite Electric 1.5% Labor 1 LS $ 21.98 $ 21.98 Jobslte Water 1% Labor 1 LS $ 14.65 $ 14.65 Small Tools 7% Labor 1 LS $ 102.57 S 102.57 General Cleaning 0.4% Labor 1 LS $ 5.86 S 5.86 Dum star 0.9% Labor 1 LS $ 13.19 $ 13.19 Temporary Toilets 0.9 % Labor 1 LS $ 13.19 $ 13.19 Safety Equipment 3.5 % Labor 1 LS $ 51.28 $ 51.28 Pickup Trucks 3.5% Labor 1 LS $ 51.28 $ 51.28 Employee Housing 4% Labor 1 LS $ 58.61 $ 58.61 Subtotal - G C Material + (8.25 % Tax) $ 436.20 Total Material $ (13,136.18) EQUIPMENT QTY UNIT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 30.00 $0.00 $0.00 So.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ Fuel, Off & Gease 45% of E ui ment $ Tax 0 8.25% $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL Bland Insulation of Hot Water Piping 1 LS $2,462.00 $ 2,462.00 0 LS $0.00 $ - 0 LS $0.00 $ 0 LS $0.00 $ - Total $ 2,462.00 Print Page I of Subject: RE: Final action taken for RFI # RFI- 111 for Lubbock NWWRP Construction Phase I Services From: Dong Aihua (Aihua.Dong@ovivowater.com) To: g.grent@eaglecontractingip.com; Cc: a.howard@eaglecontractinglp.com; Date: Wednesday, March 23, 2016 2:00 PM Glenn. The credit for the heater is $12,008.00 total Aihua Dong Proiecl. Manager IVIBR Systems T . 5.12.652.5837 F : 512.834.6039 E : aihua.don20,ovivowater.com Qvivo USA, LLC 2404 Rutland Drive Austin, "Texas 78758, USA OVIVOWorldwide Experts in Water Treafirryn; From: g.grant@eaglecontractinglp.com [rnaiIto: g.grant@eaglecontractinglp. corn] Sent: Wednesday, March 23, 2016 9:58 AM To: Dong Aihua Cc: Andy Howard Subject: Fw: Final action taken for RFI # RFI- I I I for Lubbock NWWRP Construction Phase I Services ttps://us-mg4.maii.yahoo.comhteo/launch 3/23/201( BLAND INSULATION INC PO BOX 589 Mabank TX 75147 blandinsulation@embal•gmail.com I Name / Address I EAGLE CONTRACTING L.P. P.O. BOX 1600 KELLER. TX 76244 Proposal Date Estimate 4 4/8/2016 124 Project Description Qty Rate Total NWWRP Lubbock PCM-20 Hot Water Piping Insulate the 170-factored-feed of 2" hot water piping, per Section 15800 insulation schedule with 3/4" thick Rubber Insulation. Jacket .016 Aluminum for indoor exposed piping 3.11-A-2 Insulation L&M: 2,464.00 2,464.00 Applicable taxes will be added unless a tax exemption certificate is furnished. Subtotal $2,464.00 Sales Tax (8.25%) $0.00 Total $2,464.00 From: Scott Atkinson - 1107 SOUTH TEXAS WW To: Atkinson. Scott fFerousonl - 1107 Plant Subject: Email Bid# B293243 Date: Tuesday, April 19, 2016 11:58:27 AM Price Quotation # B293243 FERGUSON WATERWORKS #3208 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Phone : 432-253-8194 .-Z;6 Fax: 432-699-2049 / Bid No.......: B293243 Bid Date...: 04/14/16 Quoted By: BSA Customer.: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Cust PO#..: Cust Phone: 817-379-1897 Terms.........: NET 10TH PROX Ship To.......: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Sob Name.: 192 NORTHWEST WTR RECLAMA Item Description Quantity Net Price UM Total S851020C 2 CPVC S80 WEBB SOC FLG 1 20.040 EA 20.04 FBSS4SK 2 SS 304 FLG BLT SET 1 13.250 EA 13.25 DE150FFGKA 2 150# 1/8 EPDM FF GSKT 1 2.220 EA 2.22 FNW350NEK 2 CPVC T/U BV EPDM 2 195.770 EA 391.54 CP80PK 2X20 CPVC S80 PIPE 160 642.113 C 1027.38 CP80SCK 2 CPVC S80 SXS COUP 7 9.760 EA 68.32 CP80S9K 2 CPVC S80 SXS 90 ELL 9 13.244 EA 119.20 CP80STK 2 CPVC S80 SXSXS TEE 3 16.557 EA 49.67 CP80SCAPK 2 CPVC S80 SOC CAP l 10.090 EA 10.09 SP-AN260SS6K 2 316SS ADJ CLEVIS HGR 35 45.660 EA 1598.10 SS6ATRC12 3/8X12 SS 316 ATR 72 3.120 FT 224.64 DS6HNC 3/8 SS 316 HEX NUT 95 0.200 EA 19.00 BB2013PASS62RGD B2013PA SSG (2 RGD) PIPE CLMP 6 3.500 EA 21.00 Subtotal: $3564.45 Inbound Freight: $0.00 Tax: $0.00 Order Total: $3564.45 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 .cope as or Jan-15-15, 10:12 AM pinnt Division rHuman Rd NoAh, TX 76177 (817)439.3517 (817) 439.3421 Job Name: Lubbock Northwest WRP Phase 1A Bid Date: November 13, 2014 - 03:00 PM Bid Number: B253710 Ship to City, ST: Lubbock, TX Net Estimated Total: $2,829,000.10 • - 712 •• 1/2 55 316 HEX NUT BOLT 30 $0.59 EA $17.70 713 " 3/8X12 S5316ALLTHRD ROD ATR 40 $2.77 FT $110.80 114 •• 3/8 55316 HEX NUT DOLT 45 $0.17 EA $7.65 715 C 716 C HOT PLANT WATER 717 C M-101, M-106, M-107, M-110 - 718C 1 HOT PLANT WATER M-101, M-103, M-106, M- 107&M-110 719 •• n-CPVC 580 WEBB SOC FLG CPVCF 1 $156.13 EA $156.13 72 •• L4SS 304 FLG BOLT SET BOLT 1 $15.39 EA $15.39 DI X PVC 721 •• '- 081/8 EPDM FF GSKT BOLT 1 $3.54 EA S3.54 712 " Z VLPVCT/U BV EPDM 5DV 2 $807.38 EA $1,614.76 / } 723 " -b U20 CPVC 580 PURP PIPE CPVCP 160 $12.00 C ✓ 519.20 / / 774 •• Z. -CPVC $80 SKS COUP CPVCF 7 $25.02 EA ✓ $175.14 % 725 •' '-t- 71,CPVC S80 SXS 90 ELL CPVCF 9 $SO.73 EA $452A7 726 " v n1a CPVC S80 SXSXS TEE CPVCF 3 $68.59 EA $205.77 727 '• Z 4-CPVC 580 SOC CAP CPVCF 1 $3753 EA J $32.53 I' �- 1 728 " 2X20 CPVC 580 PIPE CPVCP 40 $545.00 C $218.00 ) 729 `" 2 CPVC 580 5XS 90 ELL CPVCF 7 $10.70 EA $74.90 73 " 2 CPVC 580 SXSXS TEE CPVCF 3 $1425 EA $42.75 / 7311• 2 CPVC SCH805XM ADAPT CPVCF 6 $13.38 EA $80.28 732 " 2 CPVCT/U BV EPDM 5DV 3 $195.77 EA 733 '• 1 '4-316SS AD1 CLEVIS HGR SUPP 25 $84.93 EA $2,123.25 734 •• , 1/2X12 S5316ALLTHROROD ATR 48 $5.05 FT V. $242.40 735 Y, 1/2 55 316 HEX NUT BOLT 75 $0.33 EA V 5247S\ - 736 •• I B2017PA5S6 14 RGD) PIPE CLMP SUPP 6 $10.65 EA y $63.90 737 •• 82013PA 556 (2 RGD) PIPE CLMP SUPP 3 $3.15 EA $9.45 738 •• 01831655 WALL SLV W/SR WS 4 $113.34 EA $453.36 739 "• 6X18 31655 WALL SLV W/SR WS 1 $176.67 EA $176.67 740 C 741 C POTABLE WATER 742 C M-110 743 C POTABLE WATER M-110 744 •• 4 C900 D818 PVC G1 BLUE PIPE PVCG 20 $2.24 FT $44.80 745 •• 4 M1 C153 90 DENO VA DIFT 1 $29.56 EA $29.56 746 •' 4 WDG REST ACCY PKG F/ PVC REST 1 $26.26 EA $26.26 747 •• 4 WDG REST ACCY PKG F/ DI REST 1 $22.92 EA $22.92 _ 748 `• 6X30 31655 WALL SLV W/SR WS 1 $236.57 EA $236.67 745 •• 4X5'0 FLGXPE PC DI SPL DIFB 1 $168.00 EA $168.00 75(l •• 4 PVC S80 WEBB SOC FLG 580E 3 $26.06 EA $78.18 7S1'• 4 PVC S805XS 90 ELL 580E 1 $15.37 EA $15.37 752 •• 4 PVC T/U SXS BV EPDM 5DV 1 $515.21 EA $515.21 753 •• 'NP '0513 4 RPZ BFP W/ NRS GATE VLV VLVBFP 1 $2,922.44 EA $2,92Z.44 754 7S5 �5 " •• 4 1509 A307B FLG BOLT SET 4 RR 1/8 FF 1509 GSKT 4 MNPT POLYPRO KAMLOK ADPT BOLT BOLT MISC 3 3 1 $8.31 52.64 $19.26 EA EA EA $24.93 $7.92 $19.26 DI X PVC T�7 •• 4 316 55 ADJ FLG PIPE SUPPORT SUPP 1 $197.31 EA $197.31 1'-10" FLR TO C/L 758 C 759 C PT BUILDING DRAMS 761 C M-107, M-SOB, M-109, M-110 C & M•113 762 C PT BUILDING DRAINS M-107, M-108, 9109, M- 110 & M-113 Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 22 13-Jun-2016 02:43 PM CT Lubbock NVMIRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Scum Harvester General Reference PCM-022 _ ' Requested By 09-May-2016 07 54 AM CT Spec Section 11 - Equipment Reason Code none Description Please provide a price proposal to delete the scum harvester as described in specification section 11180 as described in the attachment. Attachments Attachments PCM-022_Scum Harvester.pdf Sent To Glenn Grant (Contractor's Representative) Copy To i Charles Baldwin A Donny Ontiveros s Matt Kuykendall M Trevor Overman & David Besinger 3 Marshall Plunk A John Marler A Zoltan Fekete A Mike Bigham ® Lisa Singer A Ron Bray A Richard Stanfield Barry Brown Mary Gonzales Kyle McCoy : Craig Henderson ai Hal Melville i Andy Howard A Kyle Comey A John Turpin A Patrick Moseley A Pat Kolb ?i Deslrae Dalton Proposal Cost will be Decreased by US $-66,046.56 Time will be Increased by 0 Day(s) Memo Refer to the attachment for the Credit to Delete the Scum Harvester. Attachment(s) Attachments PCM-22 Credit - Delete Scum Harvester.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To .S Ron Bray A Andy Howard & Desirae Dalton S John Turpin A Marshall Plunk A Pat Kolb & Zoltan Fekete htips://www.apai-projects.corn/ProjectmatesIPRJPRDetail.asps?enc=28878DO 1099DB758... 6/13/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Approve/Disapprove Status Approved Cost will be� Decreased by US $-66,046.56 �— Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To i Charles Baldwin i Matt Kuykendall i David Besinger i John Mader 1 i Mike Bigham i Ron Bray i Barry Brown i Kyle McCoy i Kyle Comey i Patrick Moseley i Desirae Dalton Copyright (c) 1999.2016, Systemates, Inc. i Donny Ontiveros 3 Trevor Overman i Marshall Plunk i Zoltan Fekete i Lisa Singer i Richard Stanfield i Mary Gonzales i Craig Henderson i Andy Howard i John Turpin i Pat Kolb https://www.apai-proj ects.com/Proj ectmatesIPRIPRDetail.aspx?enc=28878DO 1099DB758... 6/ 13/2016 6 ASSOCIATES, INC. ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-022: SCUM HARVESTER PROPOSED CONTRACT MODIFICATION Please provide a proposed cost deduction for deleting the scum harvester and the associated control panel located at the activated sludge channel at RAS. All conduit and wiring shown in the plans and specifications are to remain. Page 1 of 1 REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-22 Date: May 12, 2016 Work Description: Credit to Delete the Scum Harvester from the Project 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: $ 3,453.44 1 $ (69,500.00) $ I $ - -$66,046.56 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $0.00 $0.00 $0.00 Subtotal Bond @ 1 % -$66,046.56 $0.00 Subtotal -$66,046.56 Total Amount This Cost Proposal -$66,046.56 Time Extension Required - 0 Days Work Description: Credit to Delete the Scum Harvester from the Project LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager -Dealing WAWD su Ilers PO's 40 0 MH $70.00 S70.00 $ 2,800.00 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- Install Harvester -8 0 MH $24.00 $36.00 $ (192.00 Pipe Layer/Fitter Helper - Install Harvester -16 0 MH $21.00 $31.50 $ (336.00 Operator - Crane 0 0 MH $31.00 $46.50 S Operator 0 0 MH $25.00 $37.50 $ Field Engineer 0 0 MH $47.00 S47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 2.272.00 Labor Burden C 45% $ 1,022.40 Fringe Benefits @ 7% $ 159.04 Total Labor $ 3,453.44 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL Delete Scum Harvester- Waterform -1 LS $69,500.00 $ 69,600.00 $0.00 $ $0.00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material S (69,500.00) TAXED MATERIAL CITY I UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 S 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 95.70 $ Jobsite Phone 2% Labor 0 LS $ 69.07 $ Jobsite Electric 1.5% Labor 0 LS $ 51.80 $ Jobsite Water 1 % Labor 0 LS $ 34.53 $ Small Tools 7% Labor 0 LS $ 241.74 $ General CleanIng 0.4%Labor 0 LS S 13.81 $ Dum ster 0.9% Labor 0 LS $ 31.08 $ Temporary Toilets 0.9 % Labor 0 LS $ 31.08 $ Equipment 3.5% Labor 0 LS $ 120.87 $ -Safety Pickup Trucks 3.5% Labor 0 LS $ 120.87 $ Employee Housing 4% Labor 0 LS $ 138.14 S Subtotal - G C Material + (8.25 % Tax) $ Total Material $ 69,600.OD EQUIPMENT CITY UNIT RATE TOTAL $0.00 $0.00 $0.00 $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 - Equipment $ Fuel, Oil & Geese 45% of Equipment) $ Tax 0 8. 55% $ Total Equlpmant $ SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0,00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ TECHperform NOLOGIES 'VAr COMMERCIAL ITEM DISTRIBUTER PRICE FS320B Scum Harvester USD$69,500.00 + GST Delivered to Lubbock, TX Complete Incl. attendance at site for installation supervision, commissioning & OWNER training EXCLUDED ITEMS Unloading of equipment Storage of equipment Installation of equipment including but not limited to lifting, fixing, associated civil works Connection of power to the scum harvester control panel Connection of signal cables from the scum harvester control panel to external monitoring centre Operation & Maintenance of the equipment Projectmates - Proposal Requests - Details Page 1 of 2 PCM # 23 26-Aug-2016 12:05 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject UV Effluent Pipe Wall Fitting General Reference PCM-023 i Requested By 29-Jun-2016 08:21 AM CT Spec Section 15 - Mechanical i Reason Code none V Description Please provide a price proposal to modify the UV effluent wall fitting and 36/EFF scope as described in the attachment. Attachments PCM-023_UV Effluent Wall Fitting.pdf Sent To Glenn Grant (Contractor's Representative) Copy To i Charles Baldwin i Marshall Plunk i Pat Kolb i Colden Rich i Matt Kuykendall i Zoltan Fekete i Mike Bigham i Richard Stanfield i John Marler i Mary Gonzales i Ron Bray i Craig Henderson i Kyle Comey i Andy Howard i Kyle McCoy i John Turpin i Trevor Overman Proposal Cost will be Decreased by US $-15,468.17 Time will be Increased by 0 Day(s) Memo Replace 36" RCP UV Effluent Pipe from UV Structure to Manhole 15 with Hobas Pipe and delete 36" RCP Piping from Manhole 15 to tie-in point with Line Work Contractor. Attachment(s) PCM-023 Pricing.pdf Sent To Josh Frisinger (Proposal Request Originator) Josh Frisinger (Owner's Representative) Copy To i Pat Kolb i Zoltan Fekete i Ron Bray i Andy Howard i Desirae Dalton i John Turpin i Marshall Plunk Approve/Disapprove Status Approved 'Cost will be Decreased by US $-15,468.17 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB758... 8/26/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. Attachment(s) Sent To Glenn Grant (Contractor's Representative) Copy To A Charles Baldwin A Trevor Overman i Pat Kolb A Marshall Plunk f A Matt Kuykendall & Zoltan Fekete A Mike Bigham A Lisa Singer S John Marler A Richard Stanfield S Ron Bray A Mary Gonzales i Kyle Comey i Craig Henderson b Kyle McCoy a Andy Howard LA Desirae Dalton i John Turpin Copyright (c) 1999-2016, Systemates, Inc. https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB758... 8/26/2016 16 PROPOSED CONTRACT ASSOCIATES, INC. MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-023: UV EFFLUENT WALL FITTING Provide a proposal for making the modifications described as follows: Delete the outfall piping (36/EFF), RCP wall fitting, MH-15, and the clay collar (refer to drawings C-006, C-011, and M-604) from the project scope except as described in the following. MH-15, which has already been delivered to the project site, shall become the property of the Owner. It may be utilized elsewhere on the project site if directed to do so in writing. Install a 36-inch CCFRP wall fitting with an FRP wall ring at the wall mid -point per detail 324 on drawing M-900 for the effluent pipe on the south side of the UV structure. Install a 36-inch CCFRP pipe spool that extends 9'-0" beyond the south wall of the UV structure, and end with a plain end section of pipe. Also, install a concrete cradle under the first joint per detail 324 on drawing M-900. Pipe materials shall be as described in specification section 15024. A separate contractor will provide and install the remaining length of 36/EFF pipe that is on the NWWRP plant property, MH-15, the FWC couplings at the manhole, and the coupling to connect to the off -site portion of the 36/EFF line. Page 1 of 1 REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-023 Date: June 23, 2016 Work Description: Change 36" EFF Plant Outfall Pipe from RCP to Hobas 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: 1 $ (1,893.92) $ (13,114.50) $ (459.75) $ - -$15,468.17 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $0.00 $0.00 $0.00 Subtotal Bond @ 1 % -$15,468.17 $0.00 Subtotal -$15,468.17 Total Amount This Cost Proposal -$15,468.17 Time Extension Required - 0 Days Work Description: Change 36' EFF Plant Oulfall Pipe from RCP to Hobas 0 LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Mana er RCP SubmiUContract&PCM 10 0 MH $70.00 $70.00 $ 700.00 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 $ Ca enter 0 0 MH $24.00 $36.00 $ Ca enter Hel er 0 0 MH $21.00 $31.50 $ Laborer 0 (01 MH $17.50 $26.25 $ Pi a Layer/Fitter -14 0 MH $24.00 $36.00 $ (336.00) PI eLa er/FltterHelper -60 0 MH $21.00 $31.50 $ 1,260.00 Operator - Crane 0 0 MH $31.00 $46.50 $ Operator -14 0 MH 525.00 $37.50 $ 350.00 Field Engineer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ Burden 45% J.246.00)Labor $ 0.70Fringe Benefits Q 7% $ 7.22) Total Labor $ (1,893.92) NON -TAXED MATERIAL CITY I UNIT UNIT PRICE TOTAL Delete Hanson RCP 36" Effluent Piping -1 LS $13,750.00 $ 13,750.00 Add Hobas 36" Wall Pie 1 LS $2,100.00 $ 2,100.00 Delete #67 Aggregate for RCP Pipe bedding -101 TONS $14.50 $ 1,464.50 deleted. $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ (13.114.50) TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $R00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 53.03 $ Jobsite Phone 2% Labor 0 LS $ 37.88 $ Jobsite Electric 1.5% Labor 0 LS $ 28.41 $ Jobsite Water 1 % Labor 0 LS $ 18.94 $ Small Tools 7% Labor 0 LS $ 132.57 $ General Cleaning 0.4% Labor 0 LS $ 7.58 S Dum ster 0.90A Labor 0 LS $ 17.05 S Temporary Toilets 0.9 % Labor 0 LS $ 17.05 $ Safety Equipment 3.5% Labor 0 LS $ 66.29 $ Pickup Trucks 3.5% Labor 0 LS $ 66.29 $ Employee Housing 4% Labor 0 LS $ (75.76) S Subtotal - G C Material + (8.25 % Tax) $ Total Material $ (13,114.50) EQUIPMENT QTY UNIT RATE TOTAL 320track hoe -2 Days $87.50 -$175.00 Compactor -2 Days $62.50 -$125.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 Subtotal - Equipment $ 300.00 Fuel, Oil & Gease 45% cf Equipment) $ 135.00) Tax Q 8.25% $ (24.75) Total Equipment $ (469.75) SUBCONTRACTOR QTY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ EAGLE CONTRACTING, L.P. 5700 Park Vista Circle, Fort Worth, Texas 76244 PO Box 1600 KELLER, TEXAS 76244 • (817) 379-1897 Fax (817) 379-0610 TO. Hanson Pipe & Precast 1000 MacArthur Blvd. Grand Prairie, Texas 75050 Attn: Dale Pruden Phone: (972) 263-2181 Email: dale.pruden chanson .biz PURCHASE ORDER Show this Purchase Order Number Page 1 of 5 on all correspondence, invoices, shipping papers, and packages. N° 192-1502 DATE February 9, 2015 1 REQUISITION NO. SHIP TO Eagle Contracting, L.P. Northwest Water Reclamation Plant 3813 North Slide Road Lubbock, Texas 79416 Note: A 24 hour notice must be given. to the Jobsite Superintendent, Ron Bray r@ (817)401-9653 prior to REQUISITIONED;:::;• WHEN SHIR .;SHIP VIA'. F.O.B.'f?OINT TERMS > See Below Best Way Jobsite See Below QTY: dRDERED QTY. RECEIVED,,; .•? , `` STOCK'NO. ! DESCRIPTION •.:• ; UNIT PRICE TOTAL Project: Northwest Water Reclamation Plant Project No. 92221.9242.30000 Owner: The City of Lubbock, Texas Engineer: Alan Plummer Associates, Inc. A. Furnish the following items of Material, Equipment and / or Services for the above referenced project in accordance with the contract plans and specifications as amended by addenda I through 6 and per the following prices, terms and conditions. Submittals in strict adherence with specification section 01039 & 01330 w i I I be required (copy enclosed). Supplier shall certify that he has reviewed the submittals and made all necessary corrections such that the products, when installed, will be in full compliance with the contract documents. Review by Eagle Contracting and the design engineer does not constitute a blanket review of the submittal or relieve the supplier from responsibility for errors or deviations from the contract requirements. Supplier is required to submit one PDF copy by email to R.grant cr,eaglecontractingip.com or one copy on disk by mail. One copy will be returned to vendor after engineer's review. Complete submittal for items in this order is required no later than July 2015. Not Required Operating and Maintenance Data in strict adherence with specification sections 01330 and 01782 will be required (copies enclosed). One (1) PDF copy by email to r.grant(u�eaalecontractinalp.com of the operation and maintenance data is required at the time of shop drawing submittals. When the above submittal is approved by the Engineer, send five (5) hard copies and three electronic copies (CD-ROM) of the final Operation and Maintenance Data. The sum of n/a will be withheld until all versions of Operation and Maintenance data are acceptable to the engineer EAGLE CONTRACTING, L.P. 5700 Park Vista Circle, Fort Worth, Texas 76244 PO Box 1600 KELLER, TEXAS 76244 (817) 379-1897 Fax (817) 379-0610 TO. Hanson Pipe & Precas QT1I. ORDERED..' PURCHASE ORDER Show this Purchase Order Number Page 2 of 5 on all correspondence, invoices, shipping papers, and packages. N° 192-15Q2 DATE February 9, 2015 REQUISITION NO. SHIP TO .WHEN;SHIP, !�.•:,,,_.... SHIFVIA ! F.0_B.POINT TERMS CITY. RECEIVED:';I.' STOCK NO. J DESCRIPTION UNIT PRICE Not Required Provide Manufacturer's services including but not limited to providing of a manufacturer's representative to supervise testing, installation, the furnishing of certificates confirming the equipment has been installed in accordance with the manufacturer's recommendations in strict accordance with specification sections 01400, 01600 and 01640 (copies enclosed) and training of operation personnel and start-up of equipment in strict accordance with specification section 01810 and 01820 (copies enclosed). Material Safety Data Sheets (MSDS) in accordance with Federal Regulations are required for all items in this order. Two (2) copies shall be included with shipment of materials. Furnish and a. 1125 LF of 36" RCP C-76 Class III Rubber Gasket @ $110.00/LF delivered to jobsite. Total Lump Sum price to be paid vendor for the Materials Listed: Thirteen Thousand Seven Hundred Fifty Dollars and No Cents TOTAL $13,750.00 QUOTE NUMBER Q-15- 108-A-R Date of Quotation: 6/22/2016 Revised 6123116 Project Name: S. Lubbock SS Extension Phase 2 City/State: Lubbock, Texas Owner: City of Lubbock Bid Date: 3/10/2015 Type of Job: Commercial Agent: No Agent HOBAS PIPE USA 1413 East Richey Road Houston, TX 77073 Tel.: (281) 821-2200 He Fax.: (281) 821-7715 HOBAS i o assist you in preparing your oia Tor the aoove rererencea project, we are pieasea to over you me Touowing pnces ror your consioerauon: QUANTITY N ' I SIZE (DN) CLASS (PN) PIPE STIFFNESS (SN) PIPE LENGTH TYPE OF JOINT UNIT PRICE TOTAL 1 EA 36" 25 PSI PE Spool w/Rin , 10' Lon x 2,100.00 $2,100.00 Additional Information: 1. Pipe to be manufactured using polyester body and liner resins. 2. Delivery start time is approximately 6 weeks after receipt of signed quotation or acceptable purchase order, pending approval of required submittals. This timeframe can only be changed by mutual agreement between customer and Flobas' Commercial Manager. 3. Grout Bushings are NOT included in the unit price of pipe due to the variance of requirements. Separate unit prices will be supplied on a "per each" basis to allow customers to determine the number of bushings for a particular project. 4. To optimize shipments, pipe diameters 51 " thru 60" ship on steel racks. Contractor must store & reload racks for return to yard for prices quoted to be valid. If contractor does not wish to do this, alternate, increased freight rates are available. Notes: Terms and Conditions on reverse of this form apply. 1. Freight Terms: F.O.B. Factory, Houston, Texas with full freight allowed to jobsite in full load quantities, with unloading by others. 2. Terms: Net 30 days from date of invoice, subject to credit approval. 3. Sales tax not included: Add when applicable. 4. The prices quoted above are firm for acceptance within 30 days of latest quote date. Final prices are valid for 1 calendar year after receipt of PO. 5. Hobas Pipe USA makes no warranties other than those expressly set forth in the Terms and Conditions on the reverse side. 6. Testing & Inspection of Pipe: No allowance is included in this quotation for representative(s) of the owner or purchaser to observe the manufacture of the pipe, inspect the piping materials or pipe on the jobsite or in the Hobas plant. Such expenses shall be borne by the purchaser. 7. Microtunneling / Jacking Pipe has potential risks including damage to the pipes and joints which can be caused by conditions encountered, variations in loads and other external forces acting upon the pipe and joints. Hobas Pipe does not supervise or advise at the construction site or as to the proper methods of microtunneling /jacking pipe. Hobas Pipe does manufacture its pipe to the specifications chosen by the owner, engineer or contractor and warrants its pipes to those specifications as set forth in its warranties. Hobas Pipe cannot be responsible for and makes no warranties or representations as to the selection of a suitable pipe design for each specific job or methods used in installation of the pipe. Further, if the area in which the pipe is to be installed is considered to be a glacial till zone, there is an additional inherent risk in jacking any product due to the potential presence of boulders and cobbles. 8. Fee for Standard materials (per product brochure) ordered for project, delivered, and returned for credit is 25% restocking and freight costs both ways. Fee for Standard materials (per product brochure) ordered for project, manufactured but cancelled prior to delivery, is 25% for restocking. ACCEPTANCE Subject to being awarded this contract, we hereby order required material at the above unit prices: COMPANY BY TITLE DATE HOBAS PIPE USA For Information Concerning This Quotation Contact: John Simonson - Area Manager Cell Phone 832-683-1008 Randy Nelson - Area Manager Cell Phone 214-923-2861 Quotation Approved By: �a ;� Projectmates - Proposal Requests - Details Page I of 1 PCM # 24 26-Aug-2016 12:05 PM CT Subject General Reference Requested By Spec Section Reason Code Description Attachments Sent To ' Copy To Proposal Cost will be Time will be Memo Attachment(s) Sent To Copy To Odor Control Fan VFDs Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 PCM-024 01-Jul-2016 08:20 AM CT 16 - Electrical none Please provide a price proposal to modify SWBD-02-01 as described in the attachment. PCM-024_Odor Control Fan VFDs.pdf Glenn Grant (Contractor's Representative) A Charles Baldwin :. Donny Ontiveros A Pat Kolb :. Trevor Overman A Matt Kuykendall :. Marshall Plunk .'. David Besinger A Zoltan Fekete b Mike Bigham i Lisa Singer b John Mader A Richard Stanfield :. Ron Bray & Mary Gonzales Kyle Comey A Craig Henderson A Kyle McCoy A Andy Howard A Desirae Dalton i John Turpin & Patrick Moseley Increased by US $7,839.83 Increased by 0 Day(s) Revise Switch Board, conduit & wiring inside of the mechanical room to match the pre -selected equipment for the odor control system equipment. See attached quotation. PCM-24 Pricing.pdf Matt Kuykendall (Proposal Request Originator) Josh Frisinger (Owner's Representative) b Matt Kuykendall S Zoltan Fekete A Ron Bray S Andy Howard S Barry Brown i John Turpin S Marshall Plunk i Pat Kolb Copyright (c) 1999-2016, Systemates, Inc. https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878DO 1099DB758... 8/26/2016 PROPOSED CONTRACT ASSOCIATES, INC.',, MODIFICATION ENVIRONMENTAL ENGINEERS AND SCIENTISTS PCM-024: ODOR CONTROL FAN VFDS The submitted odor control system is different from what is shown in the contract drawings. As shown in the contract drawings, the as -designed odor control system consists of: • Four (4) individually mounted VFDs (one per fan), located in the Mechanical Building • Fans are 60 HP each • Four (4) individual feeder circuits to the fans (125 amp breaker for each circuit) o Each circuit consists of 3/C #2 (VFD rated) in a 2" conduit o Each circuit has a 125 amp breaker located inside SWBD-02-001 o Local disconnects are sized for 100 amps The odor control system as submitted, consists of: • Three (3) 25 HP and one (1) 20 HP fan Due to these changes, the contractor shall submit a proposal for making the following modifications: • Replace the 125 amp breakers in SWBD-02-01 with 3 phase 50 amp breakers. • Downsize 4 sets of 3/C #2 (VFD rated) circuits from the Mechanical Building to the Odor Control System to 3/C #6 (VFD rated). • Add 480V, 3 phase, 20 amp circuit from SWBD-02-01 for feeding Odor Control Panel. Circuit shall consist of 3 #10, #10G, 1" conduit. Use available 3P-20 amp breaker (spare) in SWBD-02-01. • Reduce 100 amp local disconnect to 60 amp local disconnect. Page 1 of 1 REV 09/2009 Form PCM Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-024 Date: August 19, 2016 Work Description: Odor Control Fas 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: $ 639.92 $ - $ $ 6,274.40 $6,914.32 Eagle Insurance 1.8% Overhead & Profit -10% Subcontracted Work Overhead & Profit -15% Self Performed Work $124.46 $627.44 $95.99 Subtotal Bond 1 % $7,762.21 $77.62 Subtotal $7,839.83 Total Amount This Cost Proposal $7,839.83 Time Extension Required - 0 Days Work Description: Odor Control Fas VFD's 0 LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager 4 0 MH $70.00 $70.00 $ 280.00 0 0 MH $70.00 $70.00 $ -Superintendents Assistant Superintendents 0 0 MH $43.00 $43.00 $ Foremen 0 0 MH $32.00 $48.00 $ 0 0 MH $24.00 $36.00 $ -Carpenter Helper 0 0 MH $21.00 $31.50 $ -Carpenter Laborer 0 01 MH $17.50 $26.25 $ Layer/Fitter 0 0 MH $24.00 $36.00 $ -Pipe Layer/Fitter Helper 0 0 MH $21.00 $31.50 $ -Pipe - Crane 0 0 MH $31.00 $46.50 $ -Operator 0 0 MH $25.00 $37.50 $ -Operator Field Engineer (update plans & As-Builts) 3 0 MH $47.00 $47.00 $ 141.00 Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 421.00 Labor Burden 45°h $ 189.45 Fringe Benefits Q 7% $ 29.47 Total Labor $ 639.92 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL $0.00 $ $0.00 $ $0.00 $ $0.00 $ $0.00 $ Subtotal- Non -Taxed Material $ TAXED MATERIAL CITY I UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 17.92 $ Jobsite Phone 2% Labor 0 LS $ 12.80 $ Jobsite Electric 1.5% Labor 0 LS $ 9.60 $ Jobsite Water 1% Labor 0 LS $ 6.40 $ Small Tools 7% Labor 0 LS $ 44.79 $ General Cleaning 0.4% Labor 0 LS $ 2.56 $ Dum ster 0.9% Labor 0 LS $ 5.76 $ Temporary Toilets 0.9 % Labor 0 LS $ 5.76 $ Safety Equipment 3.5% Labor 0 LS $ 22.40 $ Pickup Trucks 3.5% Labor 0 LS $ 22.40 $ Employee Housing 4% Labor 0 LS $ 25.60 $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ EQUIPMENT CITY UNIT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.00 Subtotal - Equipment $ Fuel, Oil & Geese 45% of Equipment) $ Tax @ 8.25% $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL ACME Electric PCO No. 00004 1 LS $6,274.40 $ 6,274.40 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ 6,274.40 ACME Electric PROPOSED CHANGE ORDE Acme Electric Company No. 00004 108 E 82nd St Lubbock, TX 79404 TITLE: Lubbock NW Water Reclamation Plant PROJECT: PCM-024 TO: Attn: Glen Grant Eagle Contracting P.O. Box 1600 Keller, Texas 76244 DATE: 8/17/2016 JOB: 1472 CONTRACT NO: Item Description Quantity Unit Price Net Amount 0001 Replace 125 amp w# 50 amp brkr 4 $124.00 $ 2,896.00 0002 Downsizc 92 conductors to f#6 800 ($1.20) $ (960.00) 0003 Add circuit to Odor Control Panel 1 $520.00 $ 520.00 0004 Labor Manhours 40 $50.00 $ 2,000.00 0005 Labor Burden 2000 $0.50 $ 1,000.00 0006 Overhead & Profit 5456 $0.15 $ 818.40 Lump Sum: $ 6,274.40 Lump Tax: $ - Total: $ 6,274.40 APPROVAL: By: �i--� By: Barry L3ro�vn Date: � /7 � � Date: 8/19/2016 Print Subject: Northwest WRP - PCM -024 From: Barry Brown (bbrown@acmeelect.com) To: g.grant@eaglecontractinglp.com; Cc: a.howard@eaglecontractinglp.com; ramiro@acmeelect.com; Date: Wednesday, August 17, 2016 3:50 PM Glen, Attached is the pricing for PCM-024 modifying the electrical feeders to the Odor Control Fans. We did not include changing the 100 amp disconnects to 60 amp. The 100 amp disconnects are on site and will work with the new fan motors. Thanks, Barry Brown Acute Electric 108 E. 82nd Lubbock, Texas 79404 806-745-7720 Attachments • 4655_001.pdf (28.13KB) about:blank Ili Projectmates - Proposal Requests - Details Page 1 of 2 CMR # 7 13-Jun-2016 03:17 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject PTU Bridge Crane & UV Bridge Crane Additions General Reference PTU Bridge Crane & UV Bridge Crane Additions Requested By 02-Sep-2015 10:54 AM CT Spec Section 14 - Conveying Systems Reason Code none Description Change Specification Section 14330 to add Class 1, Division 2 Explosion Proof Rating for the PTU Building Bridge Crane and add NEMA 12 rating for electrical components and add 90 mph wind rating for the UV Bridge Crane. See attached quotation. I Attachments Attachments j AR-M455N_20150826_105005.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Matt Kuykendall A Josh Frisinger :. Mike Bigham A Andy Howard A Ron Bray A Miguel Tejada A Martin Dominguez A John Turpin A Marshall Plunk A Pat Kolb A Zoltan Fekete Proposal Cost will be Increased by US S58,599.93 Time will be Increased by 0 Day(s) Memo See attached. The additions for the UV Crane have been deleted by the Engineer. Attachment(s) Attachments CMR-007 Revised.pdf AR-M455N_20150826_105005(1).pdf Sent To Josh Frisinger (Owner's Representative) Copy To S Pat Kolb i Marshall Plunk A Matt Kuykendall i Zoltan Fekete S Mike Bigham : Miguel Tejada i Ron Bray A Andy Howard A Martin Dominguez A John Turpin Approve/Disapprove https://www.apai-projects.comIProjectmatesIPRIPRDetail.aspx?enc=28878DO1099DB758... 6/ 13/2016 Projectmates - Proposal Requests - Details Page 2 of 2 I -Status Approved r T Cost will be Increased by US S58,599.93 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. Attachments) Sent To Glenn Grant (Proposal Request Originator) Cagy To A Charles Baldwin aDonny Ontiveros A Pat Kolb & Trevor Overman A Matt Kuykendall .'. Marshall Plunk A Mike Bigham :, Zoltan Fekete A Ron Bray i Wood Franklin a Barry Brown i Mary Gonzales i A Kyle Comey oTi Craig Henderson a1� Desirae Dalton A Andy Howard a1� Greg D'Arcy .: John Turpin Copyright (c) 1999-2016, Syslemates, Inc. https://www.apai-projects.com/Pro.iectmates/PR/PRDetail.aspx?enc=28878D01099DB758... 6/13/2016 Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - CMR-007 Revised Date: November 4, 2015 Work Description: Additions to Specification Section 14330 to make the PTU Bridge Crane Class 1, Divison 2 Explosion Proof. 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 - $ - $ 51,896.00 1 $51,896.00 Eagle Insurance 1.8% Overhead & Profit- 10% Subcontracted Work Overhead & Profit -15% Self Performed Work $934.13 $5,189.60 $0.00 Subtotal Bond @ 1 % $58,019.73 $580.20 Subtotal $58,599.93 Total Amount This Cost Proposal $58,599.93 Time Extension Required - 0 Days Work Description: Additions to Specification Section 14330 to make the PTU Bridge Crane 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 $ Helper 0 0 MH $21.00 $31.50 $ -Carpenter Laborer 0 01 MH $17.50 $26.25 $ Layer/Fitter 0 0 MH $24.00 $36.00 $ -Pipe Layer/Fitter Helper 0 0 MH $21.00 $31.50 $ -Pipe Crane 0 0 MH $31.00 $46.50 $ -Operator- 0 0 MH $25.00 $37.50 $ -Operator Field Engineer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ Labor Burden 45% $ Fringe Benefits @ 7% $ Total Labor $ NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL $0.00 $ $0.00 $ $0.00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ TAXED MATERIAL CITY I UNIT 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 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 pster 0.9% Labor 1 LS $ $ Toilets 0.9 % Labor 1 LS $ $ -Temporary Safety Equipment 3 5% Labor 1 LS $ S 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 $0.00 $0.00 $0.00 $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 - Equipment $ Fuel, Oil & Geese 45% of Equipment) $ Tax @ 8.25% $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL PTU Bridge Crane add Class 1, Div 2 Explosion 1 LS $51,896.00 $ 51,896.00 Proof Rating - Prosery Quote 0 LS $0.00 $ 0 LS $0.00 S 0 LS $0,00 S - Total $ 51,896,00 ,� ... tv iv. 26•August 2015 Quote -number., 12709-MH Eagle Contracting .Attn: Glenn -Grant .-.::....- Subject: Quote for changes to material provided In light of the changes in the specifications for the PTU an•a�„es, we are providing updated pricing for these units for approval. Submittals will be provided upon acceptance of revised pricing and changes to the contract amount. Item 1: PTU crane Per Josh Frisinger classification of crane to be changed explosion proof, Class 1, Division 2 Item 1 Original price quoted (tax not included) ........................................ •$ 46,088.00 Item 1 New price'to meet new specification (tax not included) ............ __.$ 97,984.00 Item 1— Change order amount required .................................................... $ 51,896.00 Item 2: UV crane �q� �Y• iiA !F �PeF-h Frisinger�change electrical components to be NEMA 12 rated g crane should be sized for go mp MD Item 2 Original price quo d4Ux not.included)-_-__-•_________________________________.$ 35,518.00 Item 2 New price to•meet new specificatli iteV,;:- -Change order amount required___ not included) $ 43 590.00 8,072.00 Please feel free to call if you have any questions or require further information. We look forward to hearing from you. Sincerely, Mike Harms Crane Sales 972-505-7533 2020 E. Grauwyler Rd. 455 Aldine Bender Irving, TX 75061 Houston, TX 77060 972-438-3428 281-405-9048 Page 11 Projectmates - Proposal Requests - Details Page 1 of 2 CMR # 12 13-Jun-2016 03:54 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Change from 48" diameter Manholes to 60" & 96" Manholes for four manholes at the Diversion Box General Reference Upsizing Manholes DB-1, DB-9, DB-10 & DB-11 at the Diversion Box Site Requested By 24-Nov-2015 01:31 PM CT Spec Section 15 - Mechanical Reason Code none Description Manholes DB-1 & DB-11 need to be changed from 48" manholes to 96" manholes to accommodate the i 24" Side Outlets to the Diversion Box & Inlet from the Diversion Box. The 96" manhole is the smallest diameter manhole that can accommodate the side outlet required. DB-9 & DB-10 are changed to 60" diameter manholes from the original 48" diameter manholes as requested by the Owner. Attachments Attachments CMR-12.pdf i Sent To Glenn Grant (Contractor's Representative) Copy To A Pat Kolb A Zoltan Fekete A Matt Kuykendall A Josh Frisinger & Mike Bigham A Andy Howard A Ron Bray :. John Turpin A Marshall Plunk Proposal Cost will be Increased by US S36,353.86 Time will be Increased by 0 Day(s) Memo See proposal. Attachment(s) Attachments CMR-12(1) pdf Sent To Josh Frisinger (Owner's Representative) Copy To A Pat Kolb i Zoltan Fekete A Matt Kuykendall & Josh Frisinger A Mike Bigham A Andy Howard A Ron Bray A John Turpin A Marshall Plunk Approve/Disapprove Status Approved Cost will be Increased by US S36,353.86 https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878DO1099DB758... 6/13/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. i Attachment(s) Sent To Glenn Grant (Proposal Request Originator) Copy To i Charles Baldwin i Trevor Overman i Pat Kolb i Marshall Plunk i Matt Kuykendall i Zoltan Fekete i Mike Bigham i Mary Gonzales i Ron Bray i Craig Henderson i Kyle McCoy i Andy Howard i Kyle Comey i John Turpin i Desirae Dalton Copyright (c) 1999-2016, Systemates, Inc, https://www,apai-projects,comIProjectmatesIPRJPRDetail.aspx?enc=28878DO 1099DB75 8... 6/ 13/2016 Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - CMR-012 Date: November 13, 2015 Work Description: Change Diversion Box Manholes D13-1, DB-9, DB-10 & DB-11 from 48" manholes to 60" and 96" 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: $ 11,114.24 $ 18,195.87 $ 1,606.60 $ - $30,816.71 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $554.70 $0.00 $4,622.51 Subtotal Bond 1 % $35,993.92 $359.94 Subtotal $36,353.86 Total Amount This Cost Proposal $36.353.86 Time Extension Required - 6 Days - 0 Days at this time because schedule update shows Eagle Contracting ahead of schedule. If Project overruns time, it is understood that 6 Days of Time Extension will be added to the Contract and $3,903.05 will be added to cover Eagle's Extended Overhead. Work Description: Change Diversion Box Manholes DB-1, DB-9, DB-10 & OB-11 from 48" manholes to 60" and 96" 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 48 0 MH $43.00 $43.00 $ 2.064.00 Foreman 0 0 MH $32.00 $48.00 $ Ca enter 48 0 MH $24.00 $36.00 $ 1,152.00 Helper 96 0 MH $21.00 $31.50 $ 2.016.00 -Carpenter Laborer 96 01 MH $17.50 $26.25 $ 1680.00 PI a errf1er Hal er 96" Shoring)32 aeFtterHPIa 0 MH $21.00 $36.00 $ 672.00 La per 48" Base 32 01 MH $21.00 $31,50 $ 672.00 - Crane 0 01 MH $31.00 $46.50 $ -Operator 16 0 MH $25.00 $37.50 $ 400.00 -Operator Field En sneer 0 0 MH $47.00 $47.00 $ Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 7.312.00 Labor Burden @ 45% $ 3,290.40 Fringe Benefits Q 7% $ A 1.84 Total Labor $ 11,114.24 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL Specified 48" Manholes -1 Is $32 427.53 $ 32,427.53 Requested 60" & 96" Manholes 1 is $45,164.88 $ 45 164.88 Concrete for Bases & Inverts for 96' Manholes 19 c $160.00 $ 3,040.00 Including rebar $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ 15,777.35 TAXED MATERIAL, CITY i UNIT UNIT PRICE TOTAL Edge Forms for 96" Manholes 120 sf $1.00 $ 120.00 BeemstRigging to support existing 24" RS 2 ea $500.00 $ 1.000.00 until Mnahole Base's for 96" MH's poured 0 $0.00 $ 8" extra heavy pipe braces @ Trench Sox/96" 1 Is $1,114.20 $ 1.114.20 Subtotal -Taxed Material + 6.25%Tax) $ 2,418.52 GENERAL CONDITION MATERIAL QTY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 311.20 $ Jobsite Phone 2% Labor 0 LS $ 222.28 $ Jobsite Electric 1.5% Labor 0 LS $ 166.71 $ Jobsite Water 1 % Labor 0 LS $ 111.14 $ Small Tools 7% Labor 0 LS $ 778.00 $ General Cleaning 0.4% Labor 0 LS $ 44.46 $ Dum ster 0.9% Labor 0 LS $ 100.03 $ Temporary Toilets 0.9 % Labor 0 LS $ 100.03 $ Safety Equipment 3.5% Labor 0 LS $ 389.00 $ Pickup Trucks 3.5% Labor 0 LS $ 389.00 $ Employee Housing 4% Labor 0 Ej LS $ 444.57 $ Subtotal - G C Material + 6.25 % Tax) $ Total Material $ 18,195.87 EQUIPMENT CITY UNIT RATE TOTAL 480 Track Hoe - Extra Time at 96" MH's 0.1 $7 500.00 $750.00 Trench Box - Extra Time at 96" MH's 0.1 $3,300.00 $330.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $ 1.080.00 Fuel, Oil & Geese 45% of Equipment) $ 337.50 TeX 1 E. $ 89.10 Total E ul ment $ 1,506.60 SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0,00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ From: Scott Atkinson - 1107 SOUTH TEXAS WW To: Atkinson. Scott [Ferousonj - 1107 Plant Subject: Email Bid# B282780 Date: Tuesday, November 17, 2015 12:51:43 PM Price Quotation # B282780 FERGUSON WATERWORKS #3208 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Phone: 432-253-8194 Fax:432-699-2049 Bid No.......: B282780 Bid Date...: 11/16/15 Quoted By: BSA Customer.: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Cust PO#..: 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 Item Description Quantity Net Price UM Total GBPPEA533X 8 BLK PE A53B S40 ERW SRL PIPE 42 1995.810 C 838.24 DBPPEA53BSOX 8 ELK PE A53B S80 ERW SRL PIPE 42 2652.860 1 C 1114.20 Subtotal: Inbound Freight: Tax: Order Total: $1952.44 $0.00 $0.00 $1952.44 ,J s--- 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://wolse.leyna.com/terms—conditionsSale.htmi. Govt Buyers: All items quoted are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water 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. l.- CM4--Iz FERGUSON WATERWORKS 43208 %14 FERGUSON 4503 W INDUSTRIAL AVE Deliver To: MIDLAND, TX 79703-7601 From: Scott Atkinson Waterworks Comments: 16:43:12 OCT 12 2015 FERGUSON WATERWORKS #788 Price Quotation Page # 1 Phone : 432-253-8194 Fax :432-699-2049 Bid NO.......: B280335 Bid Dale....: 10/12/15 Cust Phone: 817-379-1897 Quoted By.: BSA Terms........: NET LOTH PROX Customer: EAGLE CONTRACTING LP Ship TO: EAGLE CONTRACTING LP PO BOX 1600 PO BOX 1600 192 NORTHWEST WTR RECLAMATION 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 KELLER. TX 76244 Cust PO#...: Item Description DB-1 96' ® 18.5DEEP SP-FRPMANHOLE FRP MANHOLE Yiff rCONCRETE BASE (2) 24" DOGHOUSE, (1) 24' BOOT DB-9 60" ® 17.5' DEEP SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE (2) 24' BOOTS, CONCRETE BASE AND BENCH/INVERT BOTTOM DB-10 60' @ 17.5' DEEP SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE (2) 24' BOOTS, CONCRETE BASE AND BENCH/INVERT BOTTOM DB-11 96" O 17' DEEP- SP-FRPMANHOLE FRP MANHOLE YifTH CONCRETE BASE (2) 24" DOGHOUSES, (1) 24" BOOT, L151796 FREIGHT CHARGE Job Narne., 192 NORTHWEST WTR RECLAMA Quantity Net Price UM Total 1 9864.150 EA 9864.15 1 10991.950 EA 10991,95 1 10991.950 EA 10991.95 1 9316.830 EA 9316.83 1 4000.000 EA 4000.00 Net Total: $45164.88 Tax: $0.00 Freight: $0.00 Total: $45164.88 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 htip://wolseleyna.com/terms_conditionsSole.himl. Govt Buyers: All Items are open market unless noted otherwise. LEAD LAW WARNING: It is Illegal to Install products that are not 'lead free' In accordance with US Federal or other applicable law In potable water 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. FERGUSON WATERWORKS #3208 OW FERGUS0N0 4503 W INDUSTRIAL AVE Deliver To: Wate>~woYl�s MIDLAND, TX 79703-7601 From: Scott Atkinson Comments: 16:54:41 OCT 12 2015 FERGUSON WATERWORKS #788 Price Quotation Page 0 1 Phone: 432-253-8194 Fax :432-699-2049 Bid No.......: B280339 Bid Date....: 10/12/15 Quoted By.: BSA Customer. EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Cust PO#..": Item Description DB-1 18.5' ® 18.5' DEEP SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE (2) 24 BOOTS, CONCRETE BASE AND BENCH/INVERT BOTTOM DB-9 48" @ 17.5' DEEP SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE (2) 24 BOOTS, CONCRETE BASE AND BENCH/INVERT BOTTOM DB-10 48" ® 17.5' DEEP SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE (2) 24 BOOT, CONCRETE BASE AND BENCH/INVERT BOTTOM DB-11 48' @ 17' DEEP SP-FRPMANHOLE FRP MANHOLE WITH CONCRETE BASE (2) 24 BOOT, CONCRETE BASE AND BENCH/INVERT BOTTOM L151796 FREIGHT CHARGE 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 1 7163.530 EA 7163.53 1 7088.000 EA 7088.00 1 7088.000 EA 7088.00 1 7088.000 EA 7088.00 1 4000.000 EA 4000.00 Net Total: $32427.53 Tax: $0.00 Freight: $0.00 S STANDARD 96" FIBERGLASS MANHOLE Manhole DBl GradeEleu(tt) IupElev(iti Rot Elev(It) Length(it) Dottom0epthq[) Dia.jlnches) NOTES: 'ocenurpneK,ieumionatrcrn u.em,>i,•i.,,a,uc dale: 10/07/15 3233.30 3732.30 1 3213.41 18.86 Flow Line Degrees Pipe/ Kor-N•Seal m IteI.D. Flow line Elev. Distance From Clockwise from Pipe Size Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve ID Bottom outlet Center Center 1 (It) (ft & in) (deg) (in) (ft & in) (In) (ft & In) (ft & in) (in) A 3214.44 V- 0" 135.00 24 C90S - DR-18 Kor-N-Seal 2'-1 3/4" 2'- 21/4" 1'-11 3/4" 1'-11 1/2" S206-30 30.11.10 FRP OPEN BOTTOi DOG HOUSE CUT—OUT DOG HOUSE CUT—OUT " t-- I-3 4r--I (A) CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEM SIGNED, ACCEPTING THEM AS CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE /2„ DATE CONTAINMENTI FERGUSON STANDARD 96)1 MANHOLE I'i0/09/15 S O L U T 1 O N S:,+ BY: REV REV oe1E wElcKr: ING uuuDER: R.OXNER 1015=04 STANDARD 60" FIBERGLASS MANHOLE Manhole DB2 Grade Elev(IQ Top Elev(II) Sot Elev(it) Length (It) Bottom Depth(ft► Dia.(Inches) NOTES: '"de,ae i•M ui",itm,n ahvnmFemuxtnm wbx date: 10/07/15 3232.70 3231.70 3213,92 17.78 1&M 60 Flow Line Degrees Pipe / Kor-N-Seal Item I.D. Flow line Elev. Distance From Clockwise from Pipe Size Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve ID Bottom Outlet Center Center t Ift) (ft &'n) (deg) (in) (ft & in) (in) (ft & in) (ft & in) (in) A 3214.92 1'- 0" 0.00 36 C905-DR-25 Kor-N-Seal 3'-21/4" 3'-23/4" 1'-53/4" 2'-51/2" S206.41 42.1t10 B 3214.92 1 1'- 0" 235.00 24 C905. OR-2S Kor-N-Seal 2'-1 3/4" :'. 2 114' 2'. 0" 1'-11 3/4" 5206-30 30.1L 10 IT-9 3/8" 4" EXTERNAL ADHESIVE CHANNEL w/INTERNAL CENTERING RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) 1'-0" F.L. t• ..•-.. FRP BOTTOM x/BENCH, INVERT,/ & 3" FLANGE I_-31 3/4" I.D.—I CONTAINMENT SOLUTIONS INC HAS MADE EVERY EFFDRT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEM SIGNED, ACCEPTING THEM AS CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE ------------ N A 5,_0" I I 11 inn I'-OI F.L. DATE "CITY OF LUBBOCK—NORTHWEST TREATMENT PLANT" CONTAINMENT STANDARD 60" MANHOLE �05/14/15 S 0 L U T i 0 N S: FERGUSON BRAWN BY: REV REY 61TE: WEIGHT: DAG NUMBER: R.OXNER A 10/09/15 1 0515-23 STANDARD 92" FIBERGLASS MANHOLE Manhole OB3 Gnde Clev(JI) Top Elev(it) Rot El ev(ft) Length (it) Bottom Depth ift) Dia.(inches) NOTES: 'a,t rnt J'pm iatn van alwrnatne", det r: ar.iLL'e date' 10/07/25 3232.60 1 3231.60 3213.78 17.0 1R.82 96 Flow Line Degrees Pipe / Kor•N-Seal Item I.D. Flow Line Elev. Distance From Clockwise from Pipe Size Description Type Pipe OD Hole Site Hod Sleeve Boot Model I Sleeve ID Bottom Outlet Center Center I (N) (ft & In) (deg) fin) (it & in) (in) (Ft & in) (N & in) (in) A 3214.78 V- 0" 0.00 35 C905 • DR-25 Nor-N-Sea( 3'- 2 1/4" Y- 2 3/4" 2'- 5 3/4" 2'- 5 1/2" S206.42 42.1± 10 0 3214.90 1 V-11/2- 135.00 18 C905-DR-25 Kor-N-Seal Y.71/2. V-8 ly' P.105/8' V-103/8' 5205-220 22055:07. L- 3214.90 1'-1 1/2" 180.00 24 C90S • DR-25 Nor-N-Seal 2'-1 3/a" 2'• 2 1/4" 2'- 1 1/2" 2'-1 1/4" 5206-30 30.11.10 17'-10" FRP SOLID BOTTOM, BENCH, INVERT, 3" CONTAINMENT SOLUTIONS I]HASMADE EVERY EFFORT TO RETHESE DRAWINGS FAITHFULTHEDOCUMENTS PROVIDED. THDEUSED AS MANUFACTURING S,REVIEW THEM CAREFULLY AWILLDETERMINE THE FINAL BUILSEHAVE THEM SIGNED, ACCEPEMAS CORRECT ANO RETURN I. APPROVAL SIGNATURE OAT[ L-XTERNAL ADHESIVE CHANNEL W/INTERNAL CENTERING RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) 1'-1 1 /2" F.L. & EXTERNAL BRACING "CITY OF LLIBBOCK—NORTHWEST TREATMENT PLANT" TE CONTAINMENT STANDARD 92" MANHOLE � R05/15/15 5 O L U T 1 O N S„ FERGUSON U S O N URAWIJ BY: REV J- REV GATE: WETCHJ: IDK NUMBER: R.OXNER I C 1 10/09/15 1 [ 0515-24 STANDARD 60" FIBERGLASS MANHOLE ManholeD134 GredeLldv(tt) Tor) FlevIII) 001FIev(fU Lrngth(fl) OarromDcpill (ftT Dia(Inches) NOTES: dot• 10/07/1.5 3212A0 33.37. a0 J2137G 176.1 .1961 fi0 ' Flow Line Degrees Pipe / Nor-N-Seal Item I.D. Flow Line Elev. Distance From ❑ockwise from Pipe Size Description Type Pipe OD Hole Site Hole Sleeve Boat Model Sleeve 10 Bottom Outlet Center Center 1 (ft) (ft & in) (deg) (in) (It & in) (in) (ft & In) (ft & In( (in) n 3224.76 Y- 0` 0.00 36 C905 • DR-25 gm -Seal 3'- 2 1/4" 3' 2 3/4" 2'• 5 3/4" 2'• 5 1/2" 5206.42 d2.lt 10 0 3214.76 ]'• 0' 180.00 36 C905•DR-25 Nor-N-Seal 3'-21/4" 3'231•1" 2'-53/4" 2'•51/1" 5206•42 d2.1f 10 17'—? 3/4" 1— I--31 3/4" I.D iI 4" I I EXTERNAL ADHESIVE CHANNEL w/INTERNAL CENTERING RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) I 1'-0" F.L. FP.P BOTTOM w/BENCH, INVERT & 3" FLANGE CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED, THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEM SIGNED, ACCEPTING THEM AS CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE DATE I V-0' F.L. 5'-0" "CITY'OF LUBBOCK-NORTHWEST TREATMENT PLANT" CONTAINMENT STANDARD 6001 MANHOLE a015/15/15 S 0 L U T 1 0 N S. FERGUSON ORAWN BY: REV : REV DATE: WEIGHT: OHG NUMBER: R.OXNER I A 1 10/09/15 1 0515-25 STANDARD 60" FIBERGLASS MANHOLE Manhole DB5 Grade Elev(ft) Top Elev (ft) I Bol Elev(It) Length fit) I Bottom Depth (it) I Dia. Dnches) NOTES: '"u.ntr 4'u�Nr,m.4an, „i e.n,u.r,�ad�tn;..aceie date: 10/07/15 3232.30 3231.30 3213.66 17.64 18.64 60 Flow Line Degrees Pipe / Kor-N-Seal Item 1.0. Flow line Elev. Distance From Clockwise from Pipe Site Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve to Bottom Outlet Cent4r Center ' (ft) (it & in) (deg) (In) (it & in) (in) (ft & in) (ft & in) (in) A 3214.66 1'• 0" 000 36 C905-DR-15 Kor-N-Seal 3' 2 1/4" T-2 3/4" 2%5 3/4" 2'-51/2" S20G-42 41.1±.10 B 3214.66 11. 1. 202.50 36 C906-DR-25 Kor•N-Seal 3' 2 1/4' 3'-2 3/4" 2'-5 3/4" 2'•5 1/1" S206-42 41.1±.10 FIBOR i RF1iDP VIEW FOR CORRECF ANGLE. TTOM VIEW S1i0WINC STTLIIGHT THRU CLARITY. 17'-7 3/a' I— 31 3/4" 1.0. —I 4" I EXTERNAL ADHESIVE CHANNEI w/INTERNAL CENTERING RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) T I'—D' F.L. bU FRP BOTTOM w/BENCH, INVERT� . • •:.•'..I.U. Jy. ; • • • .•I ••, &. 3" FLANGE CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE nuAL BUILD. PLEASE HAVE THEM SIGNED, ACCEPTING THEM AS CORRECT AND RETURN TO C.S I. APPROVAL SIGNATURE I 1'-0' F.I.. 5'-0^ "ary. OF LUBBOCK-NORTHWEST TREATMENT PLANT" CONTAINMENTSTANDARD 60" MANHOLE a05/'"15/ 15 S 0 L U T 1 0 N S, FERGUSON DPAWN DY: REV .III: REV DATE: WEIGHT: DWG NUMBER: R.OXNER A 10/09/15 1 1 0515-26 STANDARD 60" FIBERGLASS MANHOLE Manhole DB6 Gm deElev(it) TopElcv(fq r 11otElev(itj Le 81111ftl IOoltomllcpth(Itl Uia.(Inches) NOTES: date: 05/12/15� 3232.30 323130 3213.01 1$.29 19.20 GO Flow Une Degrees Pipe / Kor-N-Seal Item I.D. Flow Line Elev, Distance From Clockwise from Pipe Size Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve ID Bottom Outlet Center Center s (ft) (ft & in) (deg) (in) (ft & in) (In) (ft & in) (ft & In) (in) A 3214.01 1' 0" 0.00 36 C905-DR-25 Kor-N-Seal 3'-2 1/4" 3.2 3/4" 2'•5 3/4" 2'-5 1/2" S206.42 42.1110 it 1 3214.11 1 1'- 1 1,•'4' 202.SO 36 C905. DR-25 Kof•N•Seal 3'-2 1/4" T.2 3/4" 2'- 7 a' 2'-6 3/4" S206.42 42.1k 10 NOTE READ TOP VEW FOR CORRECT ANGLE.11 QpTTOM 41EW SHOWING STRAIGHT THRU FOR CLARITY. 18'-3 1/2' —31 3/4" 4� I.D.— EXTERNAL ADHESIVE CHANNEL W/INTERNAL CENTERING RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) I 1'-0" F.L. L... FRP BOTTOM w/BENCH, INVERT) & 3" FIANCE CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE ORAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL DE USED AS MANUFACTURING DRAWINGS, REVIEW THEIR CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEIR SIGNED, ACCEPTING THEM AS CORRECT A140 RETURN TO C.S.I. APPROVAL SIGWURE DATE 5'-0- I 1'-1 1/4" F.L. "CITY OF LUBBOCK-NORTHWEST TREATMENT PLANT" CONTAINMENT STANDARD 60" MANHOLE GAT 05/15; 15 S o L U T 1 o N S. FERGUSON DRAWN BY: REV REV DATE: 'AT]GHT. DWG NUMBER: R.OXNER 1 1 0515-27 STANDARD 72" FIBERGLASS MAN ManholeDB8 Grade fiev (it) Top Elev(it) BotElev(it) Length(fq Bottom Depth (ft)i Dia.(Inches) NOTES:'�ucdlsrl,nJlfLe<maun�Uumulx•mueru;.-aa.6w date 10/07/15 3232 40 3231.40 3213.90 17.50 ]A.50 72 Flow tine Degrees Pipe / Kor-N-Seal Item I.D. Flow Line Elev. Distance From Clockwise from Pipe Site Description Type Pipe OD Hole Size HOIe Sleeve Boot Model 1 Sleeve ID Bottom Outlet Center Center ' IN (ft & in) (deg) (In) (ft & in) (in) (ft & in) (ft & in) (in) A 3214.90 1,- or 0.00 24 C96S-DR-25 Kor-N-Seal 2'-13/4" 2'-21/4" 2'- 0" 1'-113/4" 520Ti-30 30.11.10 B R14,90 1'- D" 18400 18 C90S- DR-25 Kor-N-Seal 1'- 7 112" 11- 8 D" 1% 9 1/8, 1'• 8 7/8" S206.22L' 22.055t.075 C 3214,90 V. Lr I 225.00 1B IC905- DR-25 Nor-N-Seal I 1' 71/2" ]'- 8 0" 1'- 9 1/8" V. 8 7/8" S206.22L' 127.055tO75 17'-6" FRP SOLID BOTTOM w/ 3" FLANGE, BENCH, & INVFRT CONTAINMENT S O L U T 1 O N S., 31 3/4" I.D. NOTE: READ TOP VIEW FOR CORRECT ANGLE, BOTTOM VIEW SHOWING STRAIGHT IHRU FOR CLARITY. CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEM SIGNED. ACCEPTING THEM AS CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE DATE EXTERNAL ADHESIVE CHANNEL w/INTERNAL CENTERING RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) 6'-11 7/16" %AI I VI LUUUVUR-19UR I FlrYCJI IRLMI FERGUSION STANDARD 72" MANHOLE L DRAWN BY: REV : RN nATr I RN RN- Ir MNlei R.OXNER I A 110/09/151 RSO 1 0515-06 STANDARD 60" FIBERGLASS MANHOLE Manhole DB4 Grade Elev(ft) Top Elev(ft) Bot Elev(f) Length (It) Bottom Depth (It) Dia.(Inches) NOTES: '+ste'ds('1wistme5lhJtJO]hcrmtivC model la,'We date: 10/07/15 3232.27 323127 3213.89 17.33 13.38 60 Flow Line Degrees Pipe / Kor-N-Seal Item I.D. Flow Line Elev. Distance From Clockwise from Pipe Size Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve ID Bottom Outlet Center Center i (ft) (ft & in) (deg) (in) (ft & in) (in) (It & in) (ft & in) (in) A 3214.99 1. 0" 0.00 24 C905 • DR-25 Kor-N-Seal 2'.13/4" 2'- 2 1/4" 2'- D" 1'-11 3/4" 5206.30 30.1+ 10 B 1'- 0" 130.00 24 IC905 - DR-25 Kor-N-Seal 1 V.1 3/4" 2'- 2 1/4" 1 2'- D" I V-11 3/4" S206.30 30.1i.10 3 J,r4j I— — 18' EXTERNAL ADHESIVE CHMINEL w/INTERNAL CENTERING RING _ (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) ------------ - — — — — — — — — — — CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEM SIGNED, ACCEPTING THEM AS CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE DATE 1'-0^ F.L. I. FRP BOTTOM w/BENCH, IN & 3" FLANGE — CONTAINMENT FERGUSON S TANDARD 60" MANHOLE 70/09 15 S 0 L U T 1 0 N S: DRAWN BY: REV 1: 1 REV DATE: WEIGHT: DWG NUMBER, R.OXNER 1015-06 STANDARD 60" FIBERGLASS MANHOLE Manhole DB10 Grade Elev(ft) Top Elev Ift) Bot Elev (it) Length (it) Bottom Depth (ft) Dia.(inches) NOTES: 'aslaaa I')indicales tha Ian altenaIive metldaaailatle date: 10/07/15 3Z3L10 323110 3213.86 17 24 18.24 60 Flow Line Degrees Pipe / Kor-N-Seal Item I.D, Flow Line Elev. Distance From ODckwise from Pipe Size Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve ID Bottom Outlet Center Center t (It) (ft & In) (deg) (in) (ft & in) (in) (ft & in) (ft & in) (in) A 3214.96 V. a, 0.00 24 C905 - DR-25 Kor-N-Seal P-1 3/4' 2--2 1/4" 2'- 0" 1'-11 3/4' 5206.30 30.1=.30 B 3214.88 1'- 1/4" 135.00 24 C905-DR-25 Kor-N-Seal 2'-13/4" 2'-21/4" 2'- 1/4' 2'- 0" 52DG30 30.11.10 3 3/41 18" L EXTERNAL ADHESIVE CHANNEL w/INTERNAL CCNTERINC RING (SHIPPED IN 2 SECTIONS & FIELD BONDED BY CONTRACTOR) J�SNOREAD TOP VIEW FOR CORRECT ANGLE. T% OI M VIEW SHOWING STRAIGHT THRU FOR CLARITY. CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE )OCUMENTS PROVIDED. THESE WILL BE JSED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL )ETERMINE THE FINAL BUILD. PLEASE 1AVE THEM SIGNED, ACCEPTING THEM 1S CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE DATE — — — — — — — — — — — 5.—D" 1'—D! T.L II II rnn I 1'—D t/d" F.L. FRP BOTTOM w/BENCH, INVERT k 3' FLANGE CONTAINMENTFERGUSON STANDARD 60" MANHOLE �"i0/09;'15 N S DRAWN BY: REV III: REY DATE WEIDH7: DWC NUMBER R.OXNER I I 1 1 1015-07 STANDARD 96" FIBERGLASS MANHOLE Manhole DB11 Grade Elev(it) Top Elev(h) Hot Rev (it) Length (It) Bottom Depth fit) Dia.[incites) NOTES: 'nnnblgindirnoihm on h¢rrahrc noJd is r:ad�tit E date: 10/07/15 3231.90 3230.90 3213.95 16.95 17.95 96 Flow Line Degrees Pipe / Kor-N-Seal Item I.D. Flow Line Elev. Distance From Clockwise from Pipe Size Description Type Pipe OD Hole Size Hole Sleeve Boot Model Sleeve ID Bottom Outlet Center Center r (it) (h & In) (deg) (in) (It & in) (in) (It & in) (h & in) ;4j n 3214.95 V. 17' 225.00 24 C905-DR-25 Ror-N•Scal 2'•13/•t" 2'2AM" 2.'- 0' 1'-113/4" S206.30 FRP OP DOG HOUSE CUT-OUT 135' (A) DOG HOUSE CUT—OUT FLANGE I—•31 3/4"-I CONTAINMENT SOLUTIONS INC. HAS MADE EVERY EFFORT TO REPRODUCE THESE DRAWINGS FAITHFULLY FROM THE DOCUMENTS PROVIDED. THESE WILL BE USED AS MANUFACTURING DRAWINGS, REVIEW THEM CAREFULLY AS THEY WILL DETERMINE THE FINAL BUILD. PLEASE HAVE THEM SIGNED, ACCEPTING THEM AS CORRECT AND RETURN TO C.S.I. APPROVAL SIGNATURE /2" CONTAINMENT FERGUSON STANDARD 96itMANHOLE S O L U T 1 O N S.: DRK'NN BY. REV : REV DATE. WEIGHT, R.OXNER DATE 10/091 15 NUMBER 1015-05 Projectmates - Proposal Requests - Details Page 1 of 2 CMR # 13 13-Jun-2016 04 19 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 I I Subject Modifications to Piping for 30/OF & 30/SRS at the PTU General Reference This CMR will take the place of PCM-12 Requested By 28-Dec-2015 10.52 AM CT Spec Section 15 - Mechanical Reason Code none Description I cannot re -submit PCM-12 (Project Mates will not let me) so I am now submitting the 2nd scope of supply change the Engineer wanted to make for PCM-12 in this form of CMR. Attachments Attachments PCM-12RR.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Pat Kolb A Marshall Plunk A Matt Kuykendall A Zoltan Fekete & Mike Bigham i Andy Howard A Ron Bray :. John Turpin Proposal I Cost will be Increased by US S39,210 40 _ Time will be Increased by 21 Day(s) Memo see attached Attachment(s) Attachments PCM-15 Changed Drains for Odor Control SI.pdf Sent To Josh Frisinger (Owner's Representative) Copy To % Pat Kolb & Zoltan Fekete :. Matt Kuykendall & Josh Frisinger ?. Mike Bigham & Andy Howard :. Ron Bray i John Turpin i Marshall Plunk Approve/Disapprove Status Approved with Modifications Cost will be Increased by US 639,2q(3.48 $46 020.22 Time will be Increased by 0 Day(s) Memo City staff recommends this change to be included in change order 2. https:Hw-mv. apai-pro j ects.comIPro jectmatesiPRIPRDetail.aspx?enc=28878DO 1099DB758... 6/ 13/2016 Projectmates - Proposal Requests - Details Page 2 of 2 Attachment(s) i Sent To Copy To Glenn Grant (Proposal Request Originator) i Charles Baldwin i Pat Kolb i Matt Kuykendall i Mike Bigham A Ron Bray & Kyle McCoy A Kyle Comey i Trevor Overman Copyright (c) 1999-2016, Systemates Inc. i Marshall Plunk A Zoltan Fekete i Richard Stanfield A Mary Gonzales A Craig Henderson A Andy Howard A John Turpin I https://www.apai-projects.com/Proj ectmates/PR/PRDetail.aspx?enc=28878DO 1099DB758... 6/ 13/2016 Northwest Water Reclamation Plant - Phase 1A Change Order Proposal - PCM-012RR Date: November 13, 2015 Work Description: Modifications to Piping for 30/OF & 30/SRS at the PTU 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: $ 10,180.96 $ 22,009.24 $ 6,820.56 $ - $39,010.76 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit- 15% Self Performed Work $702.19 $0.00 $5,851.61 Subtotal Bond @ 1 % $45,564.57 $455.65 Subtotal $46,020.22 Total Amount This Cost Proposal $46,020.22 Time Extension Required - 6 Days - 0 Days to date because schedule update depicts Eagle Contracting with positive float regarding Substantial and Final Completion. If project becomes behind schedule it's mutually agreed upon that 6 Days of Time Extension will be added to the Contract along with $3,575.31 in General Conditions. Work Description: Modifications to Piping for 30/OF & 30/SRS at the PTU 0 LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Project Manager 6 0 MH $70.00 $70.00 $ 420.00 Superintendents 4 0 MH $70.00 $70.00 $ 280.00 Assistant Superintendents 0 0 MH $43.00 $43.00 $ Foreman 48 0 MH $32.00 $48.00 $ 1.536.00 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 48 0 MH $24.00 $36.00 $ 1,152.00 Pipe Layer/Fitter Helper 96 0 MH $21.00 $31.50 $ 2.016.00 Operator - Crane 0 0 MH $31.00 $46.50 $ Operator 46 0 MH $25,00 $37.50 $ 1,200.00 Field Engineer make changes on allplans) 2 0 MH $47.00 $47.00 $ 94.00 Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 6.698.00 Labor Burden 45% $ 3,014.10 Fringe Benefits Q 7% $ 468.86 Total Labor $ 10,180.96 NON -TAXED MATERIAL OTY UNIT UNIT PRICE TOTAL Fer uson Piping Adds - Bid No. B280415 1 Is $22,009.24 $ 22,009.24 $0.00 $ $0,00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ 22.009.24 TAXED MATERIAL CITY I UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ - GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 0 LS $ 285.07 $ Jobsite Phone 2% Labor 0 LS $ 203.62 $ Jobsite Electric 1.5% Labor 0 LS $ 152.71 $ Jobsite Water 1% Labor 0 LS $ 101.81 $ Small Tools 7% Labor 0 LS $ 712.67 $ General Cleaning 0.4% Labor 0 LS $ 40.72 $ Dum ster 0.9% Labor 0 LS S 91.63 $ Temporary Toilets 0.9 % Labor 0 LS S 91.63 $ Equipment 3.5% Labor 0 LS $ 356.33 $ -Safety Trucks 3.5% Labor 0 LS $ 356.33 $ -Pickup, Employee Housing 4% Labor 0 LS $ 407.24 $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ 22,009.24 EQUIPMENT CITY UNIT RATE TOTAL PC200 Track Hoe 0.25 mo $5,500.00 $1.375.00 Rubber Tired Loader 0.25 mo $4.000.00 $1,000.00 Riding Compactor 0.1 mo $2,500.00 $250.00 Trucking Excess Rental 0.1 mo $11,200.00 $1,120.00 Trench Box 0.15 mo $3,200.00 $480.00 $0.00 $0.00 $0.00 $0.00 Subtotal - Equipment $4,225.00 Equipment Maintenance 15% of Rent) $ 561.75 Fuel, Oil & Geese (45%of Equipment) $ 1,685.25 Taxes 8.25°A $ 348.56 Total Equipment $6,820.56 SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ Total $ From: Scott Atkinson - 1107 SOUTH TEXAS WW To: Atkinson. Scott [Ferouson] - 1107 Plant Subject: Email Bid# B280415 Date: Thursday, November 12, 2015 4:34:02 PM Price Quotation # B280415 FERGUSON WATERWORKS #3208 4503 W INDUSTRIAL AVE MIDLAND, TX 79703-7601 Phone:432-253-8194 Fax:432-699-2049 Bid No.......: B280415 Bid Date...: 10/13/15 Quoted By: BSA Customer.: EAGLE CONTRACTING LP PO BOX 1600 192 NORTHWEST WTR RECLAMATION KELLER, TX 76244 Cust PO#..: 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 Item Description Quantity Net Price UM Total 30" OF MODIFICATIONS MJTP4LA30 30 M.1 C153 P-401 TEE L/A 1 4022.000 EA 4022.00 SP-DMJSPP4LA30 30 MJ C153 P-401 SLD PLUG 1 1326.670 EA 1326.67 MJ9P4LA30 30 MJ C153 P-401 90 BEND L/A 1 2933.330 EA 2933.33 SP-30 DIPFA BS POOL 30 DIP FAB SPL - DESCRIPTION BELOW 1 754.670 EA 754.67 30 X 2'-0" PEX13E DIP P401 TC SSLDEP30 30 DI MJ WDG REST GLND PK *ONELOK 3 771.400 EA 2314.20 SSLCEP30 30 PVC WDG REST GLND PK *ONELOK 1 859.960 EA 859.96 MJBGP30 30 MJ BLT GSKT SET 1 126.250 EA 126.25 30 SRS MODIFICATIONS MJ4P4LA30 30 MJ C153 P-401 45 BEND L/A 1 2133.330 EA 2133.33 MJ4P4LA30 30 MJ C153 13-401 45 BEND L/A 1 2700.000 EA 2700.00 WITH 3" BOSSED THREADED OUTLET SSLCEP30 30 PVC WDG REST GLND PK *ONELOK 4 859.960 EA 3439.84 P80BM 3 X 20 FT PVC S80 BE PIPE 100 850.270 C 850.27 P80SMAM 3 PVC S80 SXM ADPT 1 30.430 EA 30.43 P80S9M 3 PVC S80 SXS 90 ELL 4 23.080 EA 92.32 FNW340NVM 3 PVC VITON T/U BV 1 207.000 EA 207.00 P80VSSFM 3 PVC S80 VAN STONE SOC FLG 2 38.280 EA 76.56 SSBS SS BUG SCRN 1 4.980 FT 4.98 FNWNBSS61M 3 316 SS I50N FLG NUT/BLT SET 1 16.770 EA 16.77 BB22SHASS610 1-5/8X1-5/8X10 12316 COMB STRUT 10 15.880 C 1.59 BB2015SS63RGD B2015 SS6 (3 ROD) COND CLMP 3 39.690 EA 119.07 Subtotal: $22009.24 Inbound Freight: $0.00 Tax: $0.00 Order Total: $22009.24 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web at http://wolseleyna.com/terms_conditionsSale.htmi. Govt Buyers: All items quoted are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with *NP in the description are NOT lead free and can only be installed in non -potable applications. Buyer is solely responsible for product selection. i - S •..R ^�•_-•'mac xY� ...L:e;.��.. r.._.r�-..:_�� ..,. w_a.�3::.. '�• r -1 f•=;; j a a I .. PIPE ' P• Fl ,NALL suPPDRT 'S5' A (('�20�p$l ; FINE SCREEAI t � iE, 2 •. 4 y. (1 f (SLUICEMAY) NANDW+IL, j' 31UP GRAi1NG, s I: 1 �`• 327333 - - i �-- i _ i L {5EL• •57RUCiURAL) �:� EE STRUCS1JiLtL) i�. y{ . zr=r. 'w.�u� ..":.:,,ems ,. _ . I• i I �.i i T wk.L & CRATIHG 12" SCN: 10 iICFNWNEL_. A316S DP.OP PIPEiE ll_._ _ — zaJaFlDI = 1 PIPE' i I . t SUP?GRT � 5 a i' �` `; j ' '1 • � � FINE SCREEN 1� J PIPE • r 1 COMPACTOR, ! a, ! •; 351 3IIP P�tf - i ' i 1 InA (SEE NOTc H) 1D-D' 0 12" SCN• 10 31B SS ; FINE SCREL•N 3253.A3 - - - _ I_ COMPf&TDR; _ n 9 a�SO--FS-71 �•' i n u I i PIPE 1 T PLATFORM MUMPAL FJLE r PEIII -3'fZS.SS �,; 1 (SLE Si,RUCiU&1).. ETRATi �� EC� d T o '•� I •� JE / (SEE NOTE 2) { I CO, (TYP. OR 2): ' 1 o I• i T SIAD i (SECSHM M-1135 1 - - -- •L - — __ FG 3243.00 I :}_PIVR2 DIP , \�\�•� J6�SRs blip� 339.00 6/D/0IP- .. (SEE SHEET .4=113'. nj.Ger't'b�./� ��':9•a'��i� �- f \ 3237.6, r RE mNED FL,WGE SECTION , OUFLINF AUIVIDR SCALE i/16"=1'-b" M-1bOM-1D6 I • M=7.D1.A1-1.1-y �. Projectmates - Proposal Requests - Details Page l of 2 CMR # 14 21-Jun-2016 11:33 AM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 FSubject Credit to delete the Environmental Clause from Sections 14330 & 14370. mm General I Reference Credit to delete Environmental Clause from Sections 14330 & 14370. Requested By 21-Jun-2016 08:19 AM CT Spec Section 14 - Conveying Systems Reason Code none Description This is a credit offer from Eagle's subcontractor Proserve Crane Group to delete the Environmental Clauses from Sections 14330 entitled: Crane, Bridge and 14370 entitled: Monorail and Hoist. CMR-7R has been approved by the Owner. This CMR added Class 1 Division 1 hazardous area controls to the bridge crane at the PTU which needed to happen since this was the only area the engineer verbally deemed to have explosive gasses in the air. The Class 1 Division 1 controls were already in specification section 14370 for the PTU monorail & hoist and are included in the original scope of work from Proserve Crane Group. Proserve, Eagle & APAI have spent many hours and months working to get these cranes approved (12 months). The Engineer agrees that the last submittal from Proserve Crane meets the requirements for both sections 14330 & 14370 as depicted in their approval of SD-117.6. These bridge cranes and monorail hoists will be warrantied for 2 years from substantial completion. Please rush approval of this CMR-14 and send me an email or letter of acceptance of this CMR that I can relay to Proserve Crane Group so they will get started manufacturing these cranes. Proserve will not start without this letter! The late coming of these cranes has made Eagle re -arrange how we build this project. Attachments Attachments CMR-14.pdf Sent To Glenn Grant (Contractor's Representative) Copy To & Pat Kolb A Zoltan Fekete A Ron Bray A Josh Frisinger :. Desirae Dalton ;. Andy Howard A Marshall Plunk :. John Turpin Proposal Cost will be Decreased by US $-2,500.00 Time will be Increased by 0 Day(s) Memo Credit for Deletion of the Environmental Clauses from Specification Sections 14330 entitled: Crane, Bridge and 14370 entitled: Monorail & Hoist. Attachment(s) Attachments CMR-14(1).pdf Sent To Josh Frisinger (Owner's Representative) https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB758... 6/21 /2016 Projectmates - Proposal Requests - Details Page 2 of 2 Copy To i Pat Kolb i Zoltan Fekete A Ron Bray i Andy Howard A Marshall Plunk A John Turpin Copyright (c) 1999-2016, Systemates, Inc. https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB758... 6/21 /2016 Northwest Water Reclamation Plant- Phase 1A Change Order Proposal - CMR-014 Date: June 20, 2016 Work Description: Credit- Delete Environmental Clause from 14330 Bridge Cranes & 14370 Monorail & Hoist 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: $ - $ - $ - $ (2,500.00) -$2,500.00 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit - 15% Self Performed Work $0.00 $0.00 $0.00 Subtotal Bond @ 1 % -$2,500.00 $0.00 Subtotal -$2,500.00 Total Amount This Cost Proposal -$2,500.00 Time Extension Required - 0 Days Work Descriptlon: Credit - Delete Environmental Clause from 14330 Bridge Cranes a 14370 Monorail & Hoist 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 $ Pipe Lover/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 $ Labor Burden 45 % $ Fringe Benefits Lm 7 % $ Total Labor I $ NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0,00 $ $0.00 $ $0.00 $ $0.00 $ $0.00 $ Subtotal - Non -Taxed Material $ TAXED MATERIAL CITY I UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ GENERAL CONDITION MATERIAL CITY 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 $ $ Equipment 3.5% Labor 1 LS $ $ -Safety Pickup Trucks 3.5 % Labor 1 LS $ $ Employee Housing 4 % Labor 1 LS $ $ Subtotal - G C Material + (8.25 % Tax) $ Total Material $ EQUIPMENT CITY UNIT RATE TOTAL $0.00 $0.00 $0.00 $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 - Equipment $ Fuel, Oil & Gease 45°/ of Equipment) $ Tax @ 8.25% $ Total Equipment $ SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL Proserve Crane Group Credit to Delete the -1 LS $2,500.00 $ 2,500.00 Environmental Clause from 14330 & 14370 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ - Total $ (2,500.00) 6/20/2016 Print Subject: RE: Bridge Crane Request From: Mark Domak (markd@proservcrane.com) To: g.grant@eaglecontractinglp.com; jfrisinger@apaienv.com; Cc: mikeh@proservcrane.com; Date: Saturday, June 18, 2016 12:19 PM Gentlemen, As Glenn has indicated we had a very productive.. conversation surrounding steps/actions to resolve our environnient impact, on Tuesday June 14ti'. Due to our inability to certify to the list of potential environment combinations, Prosery agrees to issue a credit of $2,500.00 and for this credit all parties agree to remove, all references in our contract with Eagle Contracting, as well as the parties that Eagle Contracted with surroundings the City of Lubbock WWTP. This is all important milestone, as I have indicated our hoist and components suppliers were and are um pilling to provide a warranty if failure is traced back to the corrosive and hydrogen sulfide gases. Prosery will work with Eagle Contracting on the change order on Monday June 20d'. 1 apologize for this delay, while 1 could read incoming emails my ability to return them was hampered by coiuiectivity problems. Best Regards, Mark Marl: A. Dornak. CPA Chief Financial Officer Prosery Crane Group Office (281) 847 7174 Cell (713) 560 6042 From: g.erantr@eaelecontract inP,lp.coni[maiIto: g.grantQdeaalecontract inQlp.cotnl Sent: Thursday, June 16, 2016 10:13 AM To: Frisinger, Josh; David Gudal Cc: Mike Hanns Subject: Re: Bridge Crane Request Josh, about:blank 112 Projectmates - Proposal Requests - Details Page 1 of I CMR # 15 26-Aug-2016 12.00 PM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Subject Change size of Mag Meter 350-FE-001 from specified 18" to 20" to match Pipe Size on Drawing M-104 General Reference Magnetic Flow Meter (full body) 350-FE-001 - Flow to Secondary Treament Requested By 28-Jun-2016 10:11 AM CT Spec Section 17 - Technology Reason Code none Description See attached. — Attachments CMR-015.pdf Sent To Glenn Grant (Contractor's Representative) Copy To A Pat Kolb i Zoltan Fekete i Ron Bray i Josh Frisinger ' i Desirae Dalton i Andy Howard A Marshall Plunk i John Turpin Proposal Cost will be Increased by US $2,044.37 Time will be Increased by 0 Day(s) Memo Wunderlich-Malec has provided pricing to up -size Magnetic Flow Meter (full body) 350-FE-001 Flow to Secondary Treatment from the specified 18" to 20" to match the piping called for on drawing M-104. Attachment(s) CMR-015(1).pdf Sent To Josh Frisinger (Owner's Representative) Copy To i Pat Kolb i Zoltan Fekete A Ron Bray i Andy Howard i Desirae Dalton i John Turpin i Marshall Plunk Copyright (c) 1999-2016, Systemates, Inc. https://www.apai-projects.com/Projectmates/PR/PRDetail.aspx?enc=28878D01099DB758.., 8/26/2016 Northwest Water Reclamation Plant- Phase 1A Change Order Proposal - CMR-015 Date: June 21, 2016 Work Description: Change Size of Mag Meter 350-FE-001 (Flow to Secondary Treatment Unit) from 18" to 20" 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: $ 310.08 $ 92.31 $ 153.25 $ 1,230.001 $1,785.64 Eagle Insurance 1.8% Overhead & Profit - 10% Subcontracted Work Overhead & Profit- 15% Self Performed Work $32.14 $123.00 $83.35 Subtotal Bond @ 1 % $2,024.12 $20.24 Subtotal $2,044.37 Total Amount This Cost Proposal $2,044.37 Time Extension Required - 0 Days Note: The 20" Mag Meter added is about 6" longer than the 18" Mag Meter that is approved so Eagle will have to cut 6" off DIP Spool 493 to make this piping agree with the Yard Piping Coordinates. Work Description: Change Size of Mag Meter 350-FE-001 (Flow to Secondary Treatment Unit) from 18" to 20" LABOR RT HRS OT HRS UNIT RT RATE OT RATE TOTAL Pro ect Manager 0 0 MH $70.00 $70.00 $ Superintendents 1 0 MH $70.00 $70.0D $ 70.00 Assistant Superintendents 0 0 MH $43.00 $43.00 $ Foreman 0 0 MH $32.00 $48.00 S Carpenter 0 0 MH $24.00 $35.00 $ Carpenter Heler 0 0 MH $21.00 $31.50 $ Laborer 0 0 MH $17.50 $26.25 $ Layer/Finer 1 0 MH $24.00 $36.00 $ 24.00 -Pipe Layer/Fitter Helper 3 0 MH $21,00 $31.50 $ 63.00 -Pipe - Crane 0 0 MH $31.00 $46.50 $ -Operator Operator 0 0 MH $25.00 $37.50 $ Field Engineer 1 0 MH $47.00 $47.00 $ 47.00 Rodman 0 0 MH $19.00 $28.50 $ Subtotal $ 204.00 Labor Burden @ 45% $ 91.80 Fringe Benefits @ 7% $ 14.28 Total Labor $ 310.08 NON -TAXED MATERIAL CITY UNIT UNIT PRICE TOTAL 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Non -Taxed Material $ TAXED MATERIAL QTY UNIT UNIT PRICE TOTAL 0 $0.00 $ D $0.00 $ 0 $0.00 $ 0 $0.00 $ Subtotal - Taxed Material + (8.25% Tax) $ - GENERAL CONDITION MATERIAL CITY UNIT UNIT PRICE TOTAL Jobsite Trailer 2.8 % Labor 1 LS $ 8.68 $ 8.68 Jobsite Phone 2% Labor 1 LS $ 6.20 $ 6.20 Jobsite Electric 1.5% Labor 1 LS $ 4.65 $ 4.65 Jobsite Water 1% Labor 1 LS $ 3.10 $ 3.10 Small Tools 7% Labor 1 IS $ 21.71 $ 21.71 General Cleaning 0.4 % Labor 1 LS $ 1.24 $ 1.24 Dum stet 0.9% Labor 1 LS $ 2.79 $ 2.79 Toilets 0.9 % Labor 1 LS $ 2.79 $ 2.79 -Temporary Safetv E ul ment 3.5% Labor 1 LS $ 10.85 $ 10.85 Pickup Trucks 3.5% Labor 1 LS $ 10.85 $ 10.85 Employee Housing 4% Labor 1 LS $ 12.40 $ 12.40 Subtotal - G C Material + (6.25 % Tax) $ 92.31 Total Material $ 92.31 EQUIPMENT CITY UNIT RATE TOTAL Pipe Chop Saw to cut 6" off 20" DIPSpool 493 1 LS $100.00 $100.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 Subtotal - Equipment $ 100.00 Fuel, Oil 8 Geese 45% of Equipment) $ 45.00 Tax (8 8.25% $ 8.25 Total Equipment $ 153.25 SUBCONTRACTOR CITY UNIT UNIT PRICE TOTAL Wunderlich-Malec COR#002 dated 6/20/2016 1 LS $1,230.00 $ 1,230.00 0 LS $0.00 $ 0 LS $0.00 $ 0 LS $0.00 $ - Total $ 1,230.00 4275 Kellway Circle, Suite 164 Addison, TX 75001 3ftnderflch-Malec Phone: 469-574-2500 Encineerina I Systems I Services CHANGE ORDER REQUEST (4215001 COR# 002 06/20/16) CUSTOMER: Eagle Contracting, L.P ADDRESS: P.O. Box 1600 Keller, TX 76244 CHANGE NOTICE #: 002 ver-1 CHANGE ORDER REQUEST: Increase 350-FIT-001 to 20") DATE: 06/20/16 PROJECT: City of Lubbock — Northwest Water Reclamation Plant PO or CONTRACT NO.: Eagle Subcontract to WMS issued on 2Vh February 2015 WME PROD: 4215001 MGR/ENGINEER: Allen Steffler/ Hal Melville DESCRIPTION CHANGE/WORK SCOPE The Engineer has requested 350-FIT-001 be increased from 18" to 20") This change is very intuitive and no additional operator, maintenance, or other training beyond the original scope of work was included for in this cost. BASIS/SUPPORTING DOCUMENTATION Email from Eagle Project Manager —Glen Grant on June 6, 2016. SCHEDULE IMPACT This change is anticipated to have no schedule impact. COST The COST breakdown is: • WMS provided mag enter cost increase = $1,030 • WMS Engineering, = $ 200 NET TOTAL THIS CHANGE ORDER: $1,230 increase Wunderlich-Malec will complete the scope of work described above after issue of a formal notice of approval for this COR. Prior to this approval all work associated with this change, or previously approved work for which this changed scope of work is a predecessor, will not be completed. The schedule impact duration is effective from the date of approval and notice of such approval to WM. Accepted (Eagle Contracting): (Printed Name) (Signature) (Date) Accepted (Wunderlich-Malec): Hal Melville Page 1 of 1 (Printed Name) June 20, 2916 (Signature) (Date) Dallas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 www.wmeng.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York Ohio Oregon Tennessee Texas Wisconsin 9/23/2015 Projectmates: Submittals- 202 Submittals # SD- 202 23-Sep-2015 11:07 AM CT Lubbock NWWRP Construction Phase I Services 3813 CR 1900 Lubbock, Texas 79416 Project Number: 0425-018-01 Category ; 17520 - Magnetic Flow Meters (02 - Shop 1 Sets Sent Via Other i Description Magnetic ow a ers Attachments Category 17520 -Magnetic Flow Meters (02 -Shop Drawings) 1 Sets Sent Via Other Attachments: Submittal - Mag Flowineter.pdf (No Documents Linked) General i Certification ; Corrections or comments made on the shop drawings during this review do not relieve contractor from compliance with requirements of the drawings and specifications. This check is only for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The contractor is responsible for: conforming and correlating all quantities and I dimensions; selecting fabrication process and techniques of construction; coordinating his work with that of all ' t other trades; and performing his work in a safe and satisfactory manner. Submitted By Andy Howard Issue Date 15-Sep-2015 08:12 AM CT Requested By 06-Oct-2015 013:08 AM CT First Josh Frisinger Recipient Copy To -A Glenn Grant —A Mike Bigham m Marshall Plunk ® Matt Kuykendall ra Pat Kolb A Ron Bray Final"PEI Action I No exceptions taken (Approved) i Memo f See a c Attached Files t Attachments: SD-202_17520 - Magnetic Flow Meters_RC.pdf Linked Files i (No Documents Linked) I Disclaimer / ( Corrections or comments made on the shop drawings during this review do not relieve contractor from j Statement compliance with requirements of the drawings and specifications. This check is only for review of general conformance with the design concept ofthe projectand general compliance with the information given in the hffpsllwww.apai-projects.com/Projectmates/SD/SDOetelf.aspx?enc=68McHYOpmA70+7B3oE1 WCVZW RJu7hzoMOdzLGt8dPcvfEucxdgBbpMRW rcibgSd... 1/2 9123/2015 I Projectmates: Submittals- 202 contract documents. The contractor is responsible for: conforming and correlating all quantities and i {` dimensions; selecting fabrication process and techniques of construction; coordinating his work with that of all j I other trades; and performing his work i in a safe and satisfactory manner. _ Sent By Matt Kuykendall I Date Sent 22-Sep-2015 08:30 AM CT i I i To Andy Howard _ Copy To� & Andy Howard A Mary Gonzales { i & Charles Baldwin A Matt Kuykendall i A Craig Henderson m Pat Kolb l m Glenn Grant & Patrick Moseley F A John Turpin m Ron Bray Josh Frisinger a Trevor Overman • A Kyle McCoy & Zoltan Fekete i & Marshall Plunk Comments No comment to display Copyright (c) 1999-2015, Systematos, Inc. hdps://www.apai-projects.com/Projectrnates/SD/SDDetail.aspx?enc=68McHYOpmA70+783oE1 WCVZW RJu7hzoMOdzLGt8dPcvfEucxd98bpMRWrdibg5d... 2/2 City of Lubbock WM Project 4215001 NW Water Reclamation Plant September 14, 2015 Instrumentation Submittal Specification 17520 Mag Flow Meter (Full Body) Section 2: Magnetic Flow Meter (Full Body) Device Index Manufacturer : Rosemount MFR Data Sheet Model # : 8750WDEWlAl FPSB180CAl M4G1 RO5Q4D1 Quantity: 4 Description Size Ranae Note 300-FIT-111 Relift Pump #1 Discharge Flow 18" 0-6 MGD 1,3 300-FIT-121 Relift Pump #2 Discharge Flow 18" 0-6 MGD 1,3 300-FIT-131 Relift Pump #3 Discharge Flow 18" 0-6 MGD 1,3 350-FIT-001 Flow to Secondary Treatment Area �18" `, 0-6 MGD 1,3 Manufacturer: Rosemount MFR Data Sheet � �k k e4 Model # : 8750WDEW1A1 FPSBO80CA1 M4G1 RO5Q4D1 41441 Quantity: 1 q Description -aim Range Note 700-FIT-101 JPIantWaterFlow / 8"% 0-700 GPM 273 Notes 1. Grounding straps to be provided with meter. J tie 2. Grounding rings to be provided with meter. 3. 50' Signal cable, P/N 08732-0065-2001 (50), to be provided with each meter. W* Wunderlich-Malec 4275 Kellway Cir., Suite 164 Addison, TX 75001 Wunderlich-Malec Ph: 469-574-2500 MAGNETIC FLOWMETERS SHEET 4 OF 5 SPEC. NO. 17520 REV. 0 NO I BY DATE REVISION 0 GE 9/11/2015 0 CONTRACT Lubbock NWWRP DATE 09/11/15 REQ. - RO. BY GE CHK'D APPR. 1 Meter Tag No, 350-FE-001 2 Service Flow to Secondary Treatment Unit r 3 Location RtgUrninary Treatment Unit 4 5 6 7 CONN'S Line Size, Sched. Line Material bueftle Iron Pipe J ' Connection Type Class 150 ASME 816.5 Connection Materials Carbon Steel Flange (. 8 9 10 11 12 13 METERING 14 ELEMENT 15 16 METER Tube Material 304L Stainless Steel Liner Material Polyurethane Electrode Type Bulletnose Electrode Material 316L Stainless Steel Meter Casing Carbon Steel Power Supply Elec. Code 120 vac Grounding, Type & Material Grounding Straps Stainless Steel Enclosure Class Nerna 4X 17 18 19 20 21 22 23 24 25 FLUID Fluid FS5 (Fine Screened Sewage) Max. Flow, Units 27,448 Upm Max. Velocity, Units 39.37 FPS Norm, Flow Min. Flow 10 gpm Max. emp. I Min. Temp. 140 OF 10 of Max. Press. I Min. Press. 286 psi 10 psi Min. Fluid Conductivity 2 5 JAS Vacuum Possibility Full Vacuum 25 Instrument Tag Number 350-FIT-001 27 Function Flow Transmitter 28 Mounting Wall 29 Enclosure Class Nema 4X 30 Length Signal Cable TBD 31 Type Span Adjustment 32 33 ASSOCIATED 34 INSTRUMENT 35 35 37 38 Power Supply 120VAC TRANS. Transmitter Output 4-20 mA; Digital Hart DISPLAY Scale Size Ran a 0-6 MGD Chart Drive I Seed Chart Range Chart Number Integrator 39 40 41 CONTR. Modes ut Action Tom Auto -Man. 42 43 44 ALARM Contact No. Form RatIng Elec. Code Action 45 46 Manufacturer Rosemount Flow Tube Transmitter Model Number B750WDEW1A1FPS91BOCA1M4G1R05Q4D1 47 NOTES: Grounding straps provided 50' Combination Signal Cable P/N 08732-0065-2001 (50) 0 1981 ISA ISA FORM S20.23 Nil '�J 494� , 1 1% /:/; 15 ILIE — — _ _ — _ — — _ _S 5P5 vi — _ — — — — — i _ — W LL � N i/ LOWER LEVEL PLAN FXF. 5n, M.Ic PRELIMINARY TPZEATMENT UNIT CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 it there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-133095 Date Filed: 11/04/2016 Date Acknowledged: 11/07/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Eagle Contracting, L.P. Fort Worth, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. The City of Lubbock Texas 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12048 Change Order No.2 to Contract - Improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary City of Lubbock Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 129`J loft Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-133095 Eagle Contracting, L.P. Fort Worth, TX United States Date Filed: 11/04/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. The City of Lubbock Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12048 Change Order No.2 to Contract - Improvements 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling I Intermediary City of Lubbock Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFID�A{Ei��Pqq' •. • • `�$� I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. • �,�qy �� •'•, q�cCFT� e9 Sure of auth agent of contracting business entity . FAPIRES,.� AFFIX Rte tN!20 ABOVE -/ t� Sworn to and subscribed before me, by the said U l U'r"`^ this the day of 20 NO to certify which, witness my hand and seal of office. �j;Zj.tic, Cr1l �,QL�/�°� �(,;I�- CS • � � Q( cf/k'o(/ ��.p� QU(9�` (.i SignatLu�re_ of officer administering oath Printed name of officer administering oath Title of officW administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277