Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2012-R0302 - Change Order To Contract - Archer Western Contractors Ltd.- Water Supply Project - 08_09_2012
Resolution No. 2012-RO302 August 9, 2012 Item No. 5.8 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Change Order No. 3 to that certain Contract No. 9355 by and between the City of Lubbock and Archer Western Contractors, Ltd, for Lake Alan Henry Water Supply Project -South Water Treatment Plant -Contract F, and related documents. Said Change Order No. 3 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 August 9, 2012 ATTEST: Rebe ca Garza, City Secre ry APr RO VED AS TO CONTENT: ' a4��_ /J1 0_-� &J Marsha Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.ChgOrd#3Contract-Archer Western Contractors July 24, 2012 CITY OF LUBBOCK CHANGE ORDER Change Order #: 3 Contractor: Archer Western Contractors, LTD Date: July 23, 2012 BID/ITB/RFP #: 10-039-MA Contract #: 9355 Project Name: Lake Alan Henry Water Supply Project - South Water Treatment Plant - Contract F "Change Order" means a written order to a Contractor executed by the Owner in accordance with the contract authorizing an addition to, deletion from, or adjustment or revision of the requirements of the contract documents, or an adjustment to the compensation payable to Contractor, or to the time for performance of the contract and completion of the Project, or a combination thereof, which does not alter the nature of the thing to be constructed and is an integral part of the project objective. Adjustments to "Estimated Quantities" to a line item in a Unit Price contract do not require a Change Order. All work that alters the nature of the thing to be constructed or that is not an integral Dart of the Droiect obiective must be let out for public bid. Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the project (attach additional pages if necessary): This Change Order includes RFP 019 thru RFP 022, RFP 24 thru RFP 29, COR 016 thru COR 024, and COR 26 thru COR 27 to the Lake Alan Henry Water Supply Project - South Water Treatment Plant - Contract F. Included in this change order is a Contract Time extension for Substantial Completion of 21 days and fmal completion will be 66 days after the Contractor has been approved as Substantially Complete. These change requests are detailed in the attached Change Order No. 3 Log. Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs, including material quantities, material costs, taxes, insurance, employee benefits, other related costs, profit and overhead. Where certain unit prices are contained in the initial contract, no deviations are allowed in computing negotiated change order costs. ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM. ITEM DESCRIPTION AMOUNT A. ORIGINAL CONTRACT VALUE: $40,873,000.00 B. AMOUNT OF TIESif CHANGE ORDER: Council approval required over $25,000�$ C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A): 0.27% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $243,812.75 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $355,381.57 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 25%Maximum 0.86% G. NEW CONTRACT AMOUNT (A+E): $41,228,381.57 It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes full compensation to the Contrxtor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise, in anyway incident to, or arising out of or resulting directly or indirectly, from the work performed or modified by the Contractor under this Change Order. This Change Order is not valid without the following signatures (please sign in order and return 3 originals with Contract Cover Sheet to Purchasing and Contract Management Department : - -4 � �, 4� --*7,1Z ''1 7"ZfZ (1) CON CTO ate (2) PROJECT ARC GINEER Date Ap ved as to Cont t: Ap OWNE RESENTATIVE to (4) OAIeAl� fL6,0_1-0 11 (5) CAPITAL PROJECTS MANAGER Date (6) Change Orders over S2S,000 require CITY OF LUBBOCK7717-0 (7) MAYOR as orm: AT -Jo Dae SING A CON CT MANAGER Date Cover Sheet and thefZHowing signatures: Date (8) CIJY SECRETARY Date v Council Date: �i.. Agenda Item #: 5. Resolution #: Z 4-2 - r2D PWC-045 (Rev 01/08) No Text 0 BLACK&VEATCH ® Building a world of difference! City of Lubbock, Texas i_ South Water Treatment Plant Mr. Wood Franklin, P.E. City of Lubbock 1625 13th Street Lubbock, TX 79401 Subject: Change Order No. 3 Dear Mr. Franklin: B&V Project 161704.0410 B&V File 70.0000.1.1.D July 24, 2012 Attached with this letter is the Change Order Log and documentation for Change Order No. 3. This change order involves the following items: 1. RFP 019 - RFP 019 was issued in order to delete the fire sprinklers from Electrical Room 307 and to change the room to a fire rated room. In addition, fire sprinklers were added to Mechanical Room 124. Archer Western provided a proposed cost of $10,258.31 for the following modifications: 1. Modify the electrical room in the chemical feed area to allow deleting the fire sprinklers from the room. The primary modifications involve deleting the fire sprinklers from the room, installing 2-hour fire -rated doors for the room, and sealing the walls of the room to create a 2-hour fire rating. Archer Western's proposed cost for this item is $9,240.29. 2. Add fire sprinklers in the mechanical room where the fire pump is located. Archer Western's proposed cost for this item is $1,018.02. The following documents are attached to support this change: • Request For Proposal No. 019 letter from Black & Veatch dated October 20, 2011. • Letter from Archer Western dated December 14, 2011 with attached cost breakdown and supplier proposals. 2. RFP 020 & Paving Modifications - Archer Western issued RFI 136 requesting clarification on the Contraction Joint Detail shown on Contract Drawing B-C38 Detail B4. In our response several Contraction Joints were deleted and RFP 20 was issued to request a credit for the deleted dowels from the project. Archer Western provided a cost proposal which provided a cost credit for the deleted paving dowels and requested compensation for additional paving work which included a transition between Contract E to F paving and miscellaneous paving grade improvements. The net credit for these modifications totaled ($3,358.19). The following documents are attached to support this change: • Archer Western Request For Information 136 dated October 13, 2011. F- • Request For Proposal No. 20 letter dated November 8, 2011 from Black & Veatch. Request For Proposal response letter from Archer Western dated May 3, 2012 with t_ .- attached cost breakdowns. No Text City of Lubbock, Texas South Water Treatment Plant B&V Project 161704.0410 B&V File 70.0000.1.7.13 2 1 P a g e 3. RFP 021 - Request For Proposal 021 was issued to revise the location of the radio antenna and to provide UPS power to the equipment located on the racks in the IT room. Archer Western provided a proposed cost of $3,121.53 and requested one additional day for substantial completion for the following modifications: a) Relocation of the Radio Antenna — The original design assumed that the antenna the City was installing for communications to Pump Stations 8, 10, and 14 would be located on a tower west of the new clearwell. The City has since established that the antenna would be mounted on the roof of the membrane area and that a tower was not required. This RFP deleted the conduit from the High Service Pump Station for the tower and added conduit from the roof of the membrane area to the IT Room in the Administration Area. This conduit will be used by the City to install the cable required between the antenna and the IT Room. b) Panel Board for UPS-300 — A panel board was added at UPS-300 to distribute UPS power to the control equipment in the IT Room, the computers in the control room, and PLC-300. The following documents are attached to support this change: • Request For Proposal No. 021 letter from Black & Veatch dated February 7, 2012. • Request For Proposal response letter from Archer Western dated March 13, 2012 with attached cost breakdown and subcontractor proposal. 4. RFP 022R - Request for Proposal 022 was issued to add a water heater and Field Order 54 added a pressure reducing valve, both in the High Service Pump Station. Archer Western's response to Request for Proposal 022 and Field Order 54 consists of the following two items totaling $1,366.65 and a reques for one additional day for final completion. high service pump discharge header and the water quality station. The instrumentation in the water quality station requires a low pressure water supply so a pressure reducing valve was added to reduce the high service pump discharge header pressure to a lower more consistent pressure. This allows for better control of the flow to each of the instruments in the water quality station. • Per Request For Proposal 22 Water Heater in the High Service Pump Station. A sink for hand washing and other uses is shown in the high service pump station. To improve the usefulness of the sink, a tank -less water heater is being added next to the sink. The following documents are attached to support this change: • Request For Proposal No. 022R letter from Black & Veatch dated April 16, 2012. • Request For Proposal response letter from Archer Western dated April 26, 2012 with attached cost breakdown and subcontractor proposal. 5. RFP 024 - In order to coordinate the South WTP with the surge control facilities that are being constructed on site under Contract G-2, Request for Proposal 024 modified PLC 500, Im City of Lubbock, Texas South Water Treatment Plant B&V Project 161704.0410 B&V File 70.0000.1.7.13 3 1 P a g e added control cables, and modified the plant control system. RFP 24 also modified the Software Control Block Descriptions for Terminal Storage Inlet Structure Sluice Gates to prevent the operation of the Post Booster Pump Station pumps if Sluice Gate SG-001 at the Terminal Storage Reservoir is not open. Archer Western submitted a cost of $31,797.83 and requested 28 additional days for substantial and final completion to complete this work: The following documents are attached to support this change: • Request For Proposal No. 24 letter from Black & Veatch dated May 25, 2012. • Request For Proposal response letter from Archer Western dated June 11, 2012 with attached cost breakdown and subcontractor proposals. 6. RFP 025 - The water quality instruments associated with sample pumps SMP-101 and SMP-501 were located on the discharge side of the sample pumps. Request for Proposal 025 revised the locations of the instruments to the suction side of the pump. Archer Western submitted a cost of $1,299.32 and requested one additional day for substantial and final completion to complete this work: The following documents are attached to support this change: • Request For Proposal No. 25 letter from Black & Veatch dated May 30, 2012 with attached schematics. • Request For Proposal response letter from Archer Western dated June 6, 2012 with attached cost breakdown. 7. RFP 026 - Request For Proposal 26 added a new pressure switch on the membrane feed pump suction header after the valve on the suction header to shut off the membrane feed pumps on low level as a hardwired backup to the computer monitored low level cut off switches in the equalization basin. Archer Western submitted a cost of $10,498.30 and requested 28 additional days for final completion to complete this work: The following documents are attached to support this change: • Request For Proposal No. 26 letter from Black & Veatch dated May 31, 2012. • Request For Proposal response letter from Archer Western dated July 23, 2012 with attached cost breakdown and subcontractor proposals. 8. RFP 027 - RFP 027 added vent lines to the Chemical Storage Totes for Citric Acid, Sodium Bisulfite and Sodium Hydroxide. Archer Western submitted a cost of $12,209.46 and requested 5 additional days for substantial and final completion to complete this work: The following documents are attached to support this change: • Request For Proposal No. 25 letter from Black & Veatch dated June 4, 2012 with attached schematics. C) City of Lubbock, Texas South Water Treatment Plant B&V Project 161704.0410 B&V File 70.0000.1.7.B 4 1 P a g e • Request For Proposal response letter from Archer Western dated June 11, 2012 with attached cost breakdown and, subcontractor and supplier proposals. 9. RFP 028 - Request For Proposal 028 added a 3/a" compressed air supply line in the Chemical Feed Area. The purpose of the air line is to provide for pressurizing the blowout connection on the sludge line in the area and to allow for utilizing pneumatic tools in the chemical feed area. Archer Western requested a cost increase of $829.36 for this work. The following documents are attached to support this change: • Request For Proposal No. 28 letter from Black & Veatch dated June 4, 2012. • Request For Proposal response letter from Archer Western dated July 13, 2012 with attached cost breakdown. 10. RFP 029 -The power for the solenoid valves for Ball Valves BV-501, BV-502 and 503 were specified to be 24V DC. The solenoid valves were revised to match the 120 Volt power supply as shown on the Contract Drawing. Archer Western requested a cost increase of $3,913.75 and 1 additional day for substantial completion for this work. The following documents are attached to support this change: • Request For Proposal No. 29 letter from Black & Veatch dated June 13, 2012. • Request For Proposal response letter from Archer Western dated June 19, 2012 with attached cost breakdown and supplier quote. 11. COR 016 - Change Order Request 16 involves additional support beams for the grating at the Flow Control Structure. The additional supports were found to be necessary to support the grating at the openings around the raw water piping as the piping enters the Flow Control Structure. Archer Western requested a cost increase of $2,954.18 for this work. The following documents are attached to support this change: • Change Order Request No. 16R letter from Archer Western dated January 26, 2011 with attached cost breakdown and supplier proposal. 12. COR 017 -The proposed septic system valve arrangement was revised during the submittal process. As a result, several 4-inch and 6 inch plug valves were deleted by using a Bull Run Diversion Valve. Archer Western offered a credit of ($15,832.79) for these revisions. The following documents are attached to support the change: • Change Order Request No. 17 letter from Archer Western dated November 10, 2011 with attached cost breakdown and subcontractor proposal. 13. COR 018 - The response to RFI 128 added additional framing to support the soffit and fascia at the administration building. The changes were discussed by the Contractor and No Text City of Lubbock, Texas South Water Treatment Plant B&V Project 161704.0410 B&V File 70.0000.1.7.B 5 1 P a g e Architect during the submittal process. Archer Western submitted a price of $6,439.77 for the revisions to the soffit framing at the Administration Building. The following documents are attached to support this change: • Black & Veatch response to RFI 128 dated August 8, 2011 with attachments. • Change Order Request No. 18 letter from Archer Western dated October 17, 2011 with attached cost breakdown and subcontractor proposals. 14. COR 019R - At the request of the City, the ammonia analyzer at the High Service Pump Station was deleted and the manufacturer of the pH and Conductivity meters was revised from Rosemont to Hach. Archer Western submitted a cost credit of (5,622.02) for this work. The following documents are attached to support this change: • Change Order Request No. 1913 letter from Archer Western dated January 30, 2012 with attached cost breakdown and supplier proposal. 15. COR 020 - At the time of bid, the Siemens supplied CIP pumps were sized to be 20 Hp. During the submittal process it was found that the pumps were required to be 40 Hp. This required an increase in starter size, conduit size and cable size for the pumps. After negotiation Archer Western provided a cost proposal in the amount of $9,942.67. The following documents are attached to support this change: • Change Order Request No. 20 letter from Archer Western dated February 2, 2012 with attached cost breakdown (Revised 7/21/12) and subcontractor and supplier proposals. 16. COR 021 — COR 021 changed the sulfuric acid system ball valves from 2-piece threaded end valves to 3-piece valves with welded socket ends. Socket welded valves reduce the chances for leakage at the connection to the pipe as compared to threaded end valves. Archer Western requested an additional $7,366.98 for these valves. Archer Western did not request a time extension for this work even though the valve on the storage tank fill line cannot be delivered until October 2012. Archer Western will install a temporary valve on the fill line before the storage tank needs to be filled and install the required valve by November 15, 2012. Owner understands and accepts that this will not occur until after final completion of the work. • Black & Veatch response to RFI 28 dated July 14, 2010 with attachments. • Change Order Request No. 21 letter from Archer Western dated February 12, 2012 with attached cost breakdown and supplier proposals. 17. COR 022 - Change Order Request COR-022 from Archer Western covers insulation and heat tracing of the sulfuric acid piping at the South WTP. This is part of original RFP-009 which revised the sulfuric acid storage system from a system handling 93 percent sulfuric acid to a system handling 78 percent sulfuric acid. Change Order No. 2 included the cost for furnishing larger storage and day tanks and the insulation and heating of the tanks. No Text City of Lubbock, Texas South Water Treatment Plant B&V Project 161704.0410 B&V File 70.0000.1.7.13 6 1 P a g e COR-022 completes the requirements covered by RFP-009. Archer Western requested $18,219.27 for this work. The following documents are attached to support this change: • Change Order Request No. 22 letter from Archer Western dated April 18, 2012 with attached cost breakdown and subcontractor and supplier proposals. 18. COR 023 - Change Order Request 23 involves adding a low water cutoff for the small capacity plant water pump which supplies water for use inside the plant. The low water cut off permits automatically shutting off the pump on low clearwell level or if the pump suction valve were accidently closed. Archer Western has requested a cost increase of $2,302.12 for this work. The following documents are attached to support this change: Black & Veatch response to Archer Western's RFI 170 dated April 13, 2012 with attachments. Change Order Request No. 23 letter from Archer Western dated May 8, 2012 with attached cost breakdown and supplier proposals. 19. COR 024 - In order to seal the area between the precast wall panels and the metal deck at the north wall of the Pretreatment area, Archer Western provided a proposal in the amount ' of $7,504.80 to furnish and install metal closures at this location. The following documents are attached to support this change: • Change Order Request No. 24 letter from Archer Western dated May 8, 2012 with attached cost breakdown and supplier proposals. 20. COR 026 - Archer Western provided a proposal in the amount of $1,764.73 to furnish and install additional hardware for doors in the Treatment and Administration Areas. • Change Order Request No. 26 letter from Archer Western dated June 12, 2012 with attached cost breakdown. 21. COR 027 -In order for the fire alarm panel to be monitored from the South Plant and North plant, two additional signals from the fire alarm panel to PLC 300 were added. Archer Western has requested a cost increase of $4,592.79 and 1 additional day for substantial and final completion for this work. • Black & Veatch response to RFI 186 dated May 30, 2012. • Change Order Request No. 27 letter from Archer Western dated July 13, 2012 with attached cost breakdown and subcontractor proposals. No Text City of Lubbock, Texas South Water Treatment Plant B&V Project 161704.0410 B&V File 70.0000.1.7.13 7 1 P a g e We recommend approval of Change Order No. 3 with the change in contract price as summarized below: Original Contract Price: $40,873,000.00 Net increase of this Change Order: $111,568.82 (0.27% increase) Change Order No. 1 $58,897 (0.14% increase) Change Order No .2 $184,915.75 (0.45% increase) Contract Price with all approved Change Orders: $41,228,381.57 (0.86% increase) We also recommend approval of time extensions to the contract as summarized below: Substantial Final Completion Completion Original Contract Time: 730 Days 796 Days Contract Time increase with Change Order 03 21 Days See Below* Contract Time increase with Change Order 02: 30.5 Days 37.5 Days Contract Time with all approved Change Orders: 781.5 Days To be determined Original Completion Date May 1, 2012 July 6, 2012 New Completion Date June 22, 2012 See Below* * Final Completion shall be 66 days beyond the approved Substantial Completion Date. Please feel free to contact me if you have any questions regarding Change Order No. 3. Sincerely, BLA & VEATCH CORPORATION Norman R. JageIs, P. Senior Engineering Manager cc: Mr. Brian Stephens, P.E., Parkhill, Smith and Cooper, pdf copy Mr. Steve Keeling, P.E., Black & Veatch, pdf copy No Text Change Order No. 3 Log Document NO. Description Submitted Amount Time Extension Accepted Amount Status RFP 019 Fire Protection Modifications ' Submitted Cost $10,258.31. . 0 • B&V Recommends acceptance of RFP #19 in the amount of $10,258.31. * g&V Recommends Acceptance 01/24/12 RFP 020 & Paving Mod. Contraction Joint Detail B4 ' Submitted Cost ($3358.19) 0 0 • B&V Recommends acceptance of RFP #20 in the amount of $(3358.19). o g&V Recommends Acceptance 05/23/12 RFP 021 Radio Antenna Relocation & IT . Submitted Cost 0 Substantial 1 Day • B&V Recommends acceptance of RFP g&V Recommends Acceptance 06/22/12 Rack Equipment UPS $3,121.53 Completion #20 in the amount of $3,121.53 RFP 022R Power Supply to Water Heater WH- • Submitted Cost • 1 Day Final • B&V Recommends acceptance of RFP a g&V Recommends Acceptance 4/27/12 500-1 & Addition of PRV at HSPS $1,366.65 Completion #22 in the amount of $1,366.65. RFP 024 Inlet Structure Sluice Gate and Submitted Cost . Final 28 Days B&V Recommends acceptance of RFP � g&V Recommends Acceptance 7/23/12 Contract G2 Surge Tank Control $31,797.83 Completion #24 in the amount of $31,797.83. • 1 Day RFP 025 Sample Line Revisions • $1,299.32 Substantial • B&V Recommends Acceptance of RFP , g&V Recommends Acceptance 6/14/12 and Final #25 in the amount of $1,299.32 Completion RFP 026 Low Level Cutoff Switch for Submitted Cost 28 Days Final g&V Recommends Acceptance of RFP • B&V Recommends Acceptance 7/23/12 Membrane Feed Pumps $10,498.30 Completion #26 in the amount of $10,498.30 • 5 Days RFP 027 Tote Vents ' Submitted Cost Substantial • B&V Recommends Acceptance of RFP a g&V Recommends Acceptance 7/23/12 $12,209.46 and Final #27 in the amount of $12,209.46 Completion RFP-028 Air Supply Line in Chemical Feed • Submitted Cost 0 0 • B&V Recommends Acceptance of RFP 0 g&V Recommends Acceptance 7/18/12 Area $829.36 #28 in the amount of $829.36 RFP-029 High Service Pump Solenoid • Submitted Cost ' 1 Day Substantial . B&V Recommends Acceptance of RFP ' B&V Recommends Acceptance 7/23/12 Control Valves $3,913.75 Completion #29 in the amount of $3913.75 COR 016 Grating Revisions at Flow Control • Submitted Cost 0 0 • B&V Recommends acceptance of COR a g&V Recommends Acceptance 2/15/12 Structure $2,954.18 # 16 in the amount of $2,954.1 B. COR 017 Proposed Change of valves at • Submitted Cost 0 • B&V Recommends acceptance of COR B&V Recommends Acceptance 11/22/11 Septic System p y ($15,832.79) #17 in the amount of ($15,832.79) COR 018 Modifications to Soffit Framing ' Submitted Cost 0 0 • B&V Recommends acceptance of COR 0 g&V Recommends Acceptance 10/25/11 $6,439.77 #18 in the amount of $6,439.77 • Originally Submitted COR 019 Analyzer Equipment Changes Cost ($5,272.82) • Re -Submitted Cost 0 • B&V Recommends acceptance of C0R#19 in the amount of ($5622.02) B&V Recommends Acceptance 1/30/12 $5622.02 • Submitted Cost COR 020 Motor Starters for CIP Pumps $14,914.01 • Accepted Cost a 0 • B&V Recommends Acceptance of COR#20 in the amount of $9,942.67 . g&V Recommends Acceptance 7/10/12 $9,942.67 Change Order No. 3 Log City of Lubbock South WTP Project No Text • Submitted Cost $7,366.98 • Valves to COR 021 Sulfuric Acid System Valves Temp. valve until arrive in Aug . B&V Recommends acceptance of B&V Recommends Acceptance 3/7/12 October • Last valve to COR#21 in the amount of $7,366.98 • Can be replaced after arrive in Oct final completion COR 022 Heat Tracing & Insulation for Submitted Cost 0 0 • B&V Recommends acceptance of . B&V Recommends Acceptance 5/29/12 Sulfuric Acid Piping $18,219.27 COR#22 in the amount of 18,219.27 COR 023 Booster Pump System Control Panel Changes/Low Pressure Submitted Cost , 0 • Recommends acceptance of . B&V Recommends Acceptance 5/29/12 Switch $2,302.12 CO R#23 in the amount of $2,302.12 COR 024 Pretreatment Precast Panel to • Submitted Cost 0 • B&V Recommends acceptance of . B&V Recommends Acceptance 5/23/12 Metal Deck Closures $7,504.80 COR#24 in the amount of $7,504.80 COR 026 Additional Door Hardware • Submitted Cost $1,764.73 0 • B&V Recommends acceptance of COR#26 in the amount of $1,764.73 B&V Recommends Acceptance 06/14/12 • 1 Day COR 027 Additional Monitoring Points for Fire . Submitted Cost Substantial • B&V Recommends acceptance of . B&V Recommends Acceptance 7/23/12 Alarm Panel $4,592.79 & Final COR#27 in the amount of $4,592.79 Completion Total 21 Days For $ 111,568.82 Substantial Completion Accepted Change Order No. 3 Log City of Lubbock South WTP Project No Text Item 1 — Request For Proposal #19 Description: Fire Protection Modifications No Text 0 BLACK &VEATCH . Building a World of difference! City of Lubbock, Texas B&V Project 161704.0410 South Water Treatment Plant B&V File 70.0000.1.7.D October 20, 2011 Mr. Wayne Pursley Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Request For Proposal 19 Description: Fire Protection Modifications Dear Mr. Pursley: The City of Lubbock would like to investigate the cost to delete the fire sprinklers from Electrical Room 307 and change the room to a fire rated room and to add fire sprinklers to the Mechanical Room 124. Included are the following changes: Change Electrical Room 307 to a 2-hour fire -rated room and delete the fire sprinklers in the room as follows. a. Delete all fire sprinkler heads in Electrical Room 307. Piping supplying the fire sprinkler heads shown on the submittal drawings may continue to pass through the room or may be routed around the room. b. Remove existing door frames at 307A and 307B. c. Install new 2-hour fire -rated door frame at opening 307A and 307B. Attach to CMU per manufacturer's written instructions to maintain 2-hour rating. Field Verify opening size. d. Install new 2-hour fire -rated doors at opening 307A and 307B. e. Provide and install hardware to doors as appropriate for 2-hour fire -rating based on previous hardware schedules and based on modifications required for door/frame height. f. Seal walls tight to deck. Install fire caulking between deck and top of CMU wall to maintain 2- hour fire -rating. Comply with UL 905. g. Seal any penetrations with 2-hour fire -rated sleeves. Install per manufacturers written instructions. Comply with UL 905. h. Furnish and install a smoke detector in Electrical Room 307 in accordance with Specification Section 16721. Connect detector to Fire Detection and Alarm System. All modifications shall comply with UL 905. 2. Furnish and install fire sprinklers in Mechanical Room 124 in accordance with Specification Section 15325. Please provide separate costs for Items 1 and 2 above so that each item can be considered separately by the City. The proposal shall include a detailed cost breakdown for the additional work required including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, with attachments Mr. Steve Keeling, Black & Veatch, with attachments Ms. Paulette Sturdivant. Parkhill, Smith & Cooper, with attachments ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP December 1.4, 2011 i=ngireering Manager Black:& Veatch 9441'LBJ Freeway;Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant. City of lubbock Project Number WT70-33 Subject: RFP-019 Fire Protection Modifications Dear Norm; If you have any questions or require additional information, please do not hesitate to contact RFF # 19 Protection Modifications DATE::Decemt�er 14, 2011 .` .. SOUTH WTP CONTRACT IF .OWNER: CITYOF,LUBBOCK WORK DESCRIPTION: i6el Cal . 'R o . ;delete"Ifre ENGINEER: BLACK.AND VFJ►TCH f PARKHILL SlLAITH AND COOPER :: - -. `' `sprinlde[s CONTRACTOR: ARCHERUVESTERN CONTRACTORS,'LTD. Descd tion " : = City Unit Unit/Price : labor - Material .: Equipment, Subcontractoq Totals ' Admin 3.00 MH $25.00 $75.00 Project Manager " 4.00 MH $50.00 $200.00 Demo Door Frames 24.00 MH $20.00 $480.00 Install and Grout New Frames " - 48.00 MH ' $20.00 $960:00 Patch _¢MU at Removed Gondults 57each 32:00 MH ` $20.00 $640.00; Anchors for boor Frames 14.00 is $12.00 $168.00 Doors and Frames DFW Door) "1.00 Is $1,745.60 $1,745.60 Grout 1.00 LS : "$150.00 $150.00 7777 Install Smoke Detectors Acme 1.00 LS $814.20 $814.20 Fire Seal To of Wall Chamberlin 1.00 LS $996.00 $996.00 Delete Fire Sprinkler in Elec Room ABCO 1.00 LS $300.00 $300.00 SUBTOTALS: $2 355.00 $2 063.60 $0.00 $i 610.20 $5,928.80 Small Tools $21MH $222.00 Safety Su les $2IMH $222.00 Subsistence forAW Employees $4.00/MH $444.00 Labor Burden 65% $1,295.25 $1 295.25 5% Compensation on Subcontractor $75.51 15% Compenstion on AW Work $857 08 SUBTOTAL 9 044.64 INSURANCE 1 $195.65 TOTAL AMOUNT THIS PROPOSAL 19.240.29 This does not Include any costs for placing sleeves around conduit penetrations. All conduit penetrations will be grouted without any fire caulking. Adder for adding fire sprinklers at Mechanical Room 124 $1,018,02 (ABCO Quote plus markup) 1 173 113TH STREET GRAND PRAIRIE, TX 75050 PHONE: 972.968.3070 FAX: .972.606.0607 Qppling Number(s): 307A I Hollow Metal Frame Curries M16 Ga A60 6-0 x 8-6 5-3/4 JD ED Anchor - Overall Frame Height 8'-8" - 3 HOUR RATED 2 Hollow Metal Door Curries 18 Ga. A60- 707S 3-0 x 8-6 Flush - 3 HOUR RATED 2 HeavyWeighifffinge McKinAey T4A3 786 411/2 x 4-1/2 26D Ppening Number(s): 307B 1 Hollow Metal Frame Curries M16 Ga A60 3-0 x 7-0 5-3/4 JD - 4" Face Head - 3 HOUR RATED I Hollow Metal Door Curries 18 Ga. A60 707S 3-0 x 7-0 Flush - 3 HOUR RATED Opening Number(s): Msc- I Lead Time 4-5 Weeks After ADT)roval. u ' b Total $1,S20.60 ax (09Q $0.00 reiRht $225.00 and Total 1 $1,745.60 Accepted: No . Materials will be Or4ered, Processed, Signature Date Delivered without Written Anproval. P TERMS AND CONDITIONS:Rkky 1. Upon acceptance, this proposal will become part of the official contract documents. 2. Valid for -acceptance within 3O'days. 3. Glazing Is not Included unless noted otherwise. 4. Shipping is not included unless noted otherwise. 5. Inst,all,ation is not Included unless noted otherwise. C) A11e+-IeCt11C — "P.,OPOSED C1tANGE O�tDE _ ` No.. 00.05 ` . 108 E SAND Lubbock; Texas 794.04 < r TITLE INSTALL SMOKE DETECTOR ROOM 307 DATE �111/2011' PftOJECTnh4AXbALAN HENRY WATT R TREAT*y1ENT JOB 1389 " _ 2121 AVE. J_ STE. 103 i ARLINGTON, TX 76009 Phone 817-640-3898 RE: To: From: Niimb`er Item Description gtock-# Quantity Units Unit Price Tax `Rate Tax Am, t Net Amount 0(X101 MATERIALS 1.000 $200,00 Q.00%o $00 $200.00 00002 LABOR MANHOURS 4.000 $28.00 0,00% SOP $1 b.90 /- - 00003 LABOR BURDEN 112.000 \ $0 50 0.00% S0,00 $56 00 j\ 00004 SUBCONTRACTOR 1.000 r 5340 00 0:00% $0.00 $340 00 00005 PROFIT AND OVERHEAD 708.006 $0.15 0.00%o S0.00 S t06.20 Unit Cost: $814.20 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 Tofali $8.1410 r V CHAMBERLIN Roofing Wrilerproofing 0 M od n 7. �'-Mher .W estem Contractors -BUR Attention: P PYI19 P rs PY 41`13M 514 East FM 1585. Lubbock TX 7 404 TPQIPVC Metal Reference. Like Alan Henry WFP Fire Sealants Electrical Room 307 WATERPROOFING& "Yne Dear '. CAULKING We are providing this proposal to furnish all labor, materials, tools, equipment, and insurance necessary to fully perform Joint Sealants and complete the work described below: Expansion loin'ts Membrane WA.terproofiP9 307. Install HIM CP-60.6 and mineral wool at head of wall joints perimeter of Electrical Room M : Elastorrieric Coatings . 11 Hil' t sealant iechainlc'al p a'ilons.' installti FS-1 Intumescenpenetrations. Water Repellents wat rblasting I;ob6r ......... . .................................................... 1!w ........ .............. 44 60 s-r., - Conciete/MasonryRepair jlAaterial. . . . . . ... . . . . . . . . . ...................... .... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$275o0l]l - ,amD fing ipe 6%pro -OH Flashing $996,00 TrafficCoatings ...... .............................................................................................................. ROOF MAINTENANCE& LEAK REPAIR - BulldlngSunreys . Leak Repair - Roof Maintenance Incorporated Notes: See Attachment W for list of exclusions. This Offer 15 good for thirty (30) days. We acknowledge Addenda none. • All colors are to beselected from the manufacturer's standard color chart. This proposal Is based upon execution of a mutually agreed upon contract terms and conditions between Chamberlin and the Coritri.3clor/Owner. PrIce(s) above sxcIUdqs.sates tax, state remodel tax, bonds, fees, overtime, liquidated damages, and permits All work to be performed luring normal business hours. Contractoragreesto furriliOccomplete access to work areas free and clear of obstructions, dumpster, toilet facilities, potable water, and ,o!l electrical power, as required, at no additional cost to Chamberlin. All surtacii to receive waterproofing, dampproofing, coatings, sealers, expansion joint systems, or sealants.are- to be given to ChAbe'r-Un In -a smog- th, -broom dean condition, free of contaminants, form oils, release agents, volcls,flns, and projeolons. -4 ctiiirberiiii' is, 6Ot..r@sponplbI*e for repo, r hazardous materials. . gnizing, locating, or removing asbestos, PCB's, or other Chilribiiifin'.. islicensed, d _pfflfle . or approvoil, to Install the systems described above. iJrito"onddndltl6-n;s-'ordir-c*'u"m'-stati'ce-s-are not assumed nor anticipated inthe scope of work propolledstiove and will be brought to your attentionammediately upon discovery by Chamberlin personnel for a prompt resolution. Samples of products or systems presented for -review are intended only to provide a general representation and. not necessarily an exact repjlc a Of the . products 'orJysterins to be furrit I shed.or Installed. Chamberlin standard Wi`transmission .�karity-pxclucles: failures caused by failure of the substrate. moisture vapor orhydrostatic abuse thedesign;r�T"apdreplacement of prqi;suqi_ _ ..., _ _ . bvirb6idlei�.6ii6aAli;'In�lOe6iaf.eiid cqnsecIuiritlal damages. For 613-pr6iltains,'not w— a contrary. the CIP deduction (contract reduction) Is ]linked to the amount of insurance . . - _ _ programs; -. _ . Ithstan-ding anything to th premium that will be is b Qhambedln due to the provision of Insurance by General Contractor or saved y Owner. pecilippily but not limited to.Excess -tlmiireui.,66v.ireie..Qn. aMporlin has,a flat fixed premium, there will be no deduct il I - I wNch,.Ch .9video pi� there Is no This %0ro0*iiI_ Is:n6t for thp sets goods,but her 4 service contract for the Installation or application.of products, systemsor male I"Is _. Th,iisf 14 �WPLIIED WARRANTIES OF MERCHANTIBILITY AND FITNESS TICULAR PURPOSE ARE HER .XW,.JiX W q PEP '�'Ii"4�ourcornpany. Chamberlin has In business over IGO years. -WO Are kiinc4py a(:!uQ prol'j"slonally cap;:.. -We a0pr claliivjqii�t d e first time. ic6pi, of this -liy, to review the proposal with you soon. W V 8 P.u would I k the opportunity p orl n "s�q:qall if you have ns. ... . ... Res *Ifulllysubmitted id" bkkC LC Ih 6ALLAO, 'L :Ryan ...Grigsby roje�.tMa r Accepted (Print :Nainoand 1,"YqLflr,faxq0.isIgnatur9 will be treated as iiiiMij,executed 6rljIh6I_contMct*. J__ Please be With Any questions. Si�ecei-ely, I�u�ty A�Zbe 3.'-resldett - 14202 Hwy87, S4uth '�'?S�R#_ 0245 : TeTep�ige:'+.806-745 3:398 -. Lubbock! Texas 794243 OSDIY #: , 638 1 8Q0'999-004$ FAX 806 745-1275 Item 2 - Request For Proposal #20 Description: Contraction Joint Detail B4 No Text REQUEST FOR INFORMATION No. 00136 �. <ITLE: Paving Joint and Reinforcing Detail DATE: 10/13/2011 PROJECT: South Water Treatment Plant JOB: 161704 FROM: Wayne Pursley Archer Western TO: Aaron Santos Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 SCHEpULE IMPACT; No COST1MPACT: No SPEC SECTION: QUESTION:. DATE REQUIRED:10/27/2011 1. Please confirm the 24 inch curb and gutter per detail D1, D2 and C1 on Drawing B-C38 is unreinforced with a #6 x 18 inch long smooth dowel at 12 inches O.C. extending into the pavement section. 2. The contraction joint detail 134 and construction joint detail 135 on Drawing B-C38 for the paving indicate there is a #6 smooth dowel x 18 inch long at 12 inches on center passing through the joint in addition to the #4 -,,-,bar at 12 inches on center. Typically there would not be a smooth dowel in the construction/contraction joints. l\ .ease confirm if these details are correct. If they are correct, please confirm the location of the smooth dowel(detail 134 indicates 2.5 inches from bottom of pavement to bottom of smooth dowel and detail 135 indicates 2.5 inches from bottom of pavement to top of smooth dowel). Requested By: Wayne Pursley Archer Western ANSWER:` 2 Please fmd the following answers to your questions on the Site Paving. Please reference sheet B-C38. 1. Yes, the Curb and Gutter is unreinforced and shall havel8" long #6 dowels, @ 12" OC as shown (Detail A3). 2. For the contraction joint (Detail 134) remove the dowels and continue reinforcement through the joint. Please provide credit to COL for removal of the dowels in all contraction joints for the site pavement (Should be 12-15,000 dowels). For Construction joints, (Detail 135) contractor shall place dowels as specified (36" long #6 smooth dowels @ 12" OC). Dowels shall be minimum 2.5" from the bottom of the slab as shown. Doweled Expansion joints (Detail A4) and shandard expansion joints (Detail A5) shall be installed as shown. Answer By: Norm Jagels Date Responded: B&V File No: 0 BLACK &VEATCH ® Building a World of difference City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Request For Proposal 20 Description: Contraction Joint Detail B4 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.7.D November 8, 2011 Please Reference Contraction Joint Detail B4 located on Contract Drawing B-C38 and our response to your RFI 136 dated October 13, 2011. Please provide a cost proposal for removing the 18-inch long, #6 smooth dowels, spaced at 12" on center for all contraction joints in the site pavement. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch Ms. Paulette Sturdivant. Parkhill, Smith & Cooper C, ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP May 3, 2012 Norm Jagels, P.E. Engineering Manager Black & Veatch r, 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant , City of Lubbock Project Number WT70-33 ` Subject: RFP-020 and Miscellaneous Paving Modificmiions Dear Norm; =; The cost proposal includes modifications per RFP 20 and other miscellaneous paving modifications made on the project. The costs for these ltems'are asfiollows: E! 1 • Delete paving dowels per RFP 20 ($19,393 54) t • Transition from Contract E to F $11;788.50 • Miscellaneous Grade Improvements :.$ 4;248s85 Total this proposal ($ 3;358:19) ,.: F fi The breakdown for each portion of the work is"attached for your refer8nce. If you have:.any questions or require additional information,' please do"'not hesitate to contact me at your.: earliest convenience. Sincerely, V Wayne Pursley ,= Archer Westem Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent '2121 Avenue'X Suite 103 Arlington, -Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer : .jai-:x�.�,.�,�,�'`a-..€_,,..nN: u- .>_�.�:,,:;�.sir"=<�*� ��' .'a� a�.� .�.�.-�x�.��az,' ,�` .-..} ,•s a��E,.-x.�`�..� '�i"'x a..i=�A.+� �'_-�`+... . _ a.,'i.=..'._ '6-a""�€fa-,,, Y,e•-a 5''s^�-v� 1 11 ® 11 1 11 '�':4' rpm1 1 1 ® MII °I)�8��''(a :. �'�.;" �i'-.zy_-_`:'•.'x^,.,_.-"`",„fw-3-^ Instill Dowels/Rebar 10. 1 11 ® 1 11 1 11 :SUBTOTALS: IN 6 E OIN 11111111111111111111111:11111 ON 7-, rolect Name: Lake Alan Hen ry WTP Contract F 411112012 Labor Rate Table TEXAS 9 BID ITEM AREA Description Takeoff Crew Labor Labor Labor Labor Material Material Sub Sub Equip Equip Total Quantity ProductIvit Unit/Uni Quantity (MHs) Amount Price Amount price _Amount Price Amount Amount Regrade Road at Chem Trench A ReGrade Paving Base 400.00 W 03CON213 L looz SF/MH 4.00 $76.84 $O= $0.00 $45.00 $180.00 $256.84 Additional Flexb8se 7.40 TN 0.00 0.00 $16.00 $116.40 0.00 $0.00 3118.40 Regrade at West Side of Membrane (improve Transition between paving and Floor Drain Pump Station) 1 Regradle Paving Base 2400.00 SF 03CON213 200.00 SFIMH 1100 $230.52 $0,00 $0.00 $45.00 $640.00 1 $770.52 Additional Flextbase 14.00 TN 0.00 0.00 $16.00 $224.00 $0.00 $0.00 $224.00 Regrade at Front of Administration Bldg (improve drainage) 1 Regrade Paving Subgrade 6000.00 SF 03CON213 4D0.00 SFIMH 15.00 $288.15 $0.00 $0.00 $45t00 $676*00 $96115 Safety Supplies MH 31.00 $1.00 $31.00 $31.00 1 Small Tools MH 1 31.00 $2.00 1 $62.00 $62.00 1 Living Subsistence MH 31.00 $4.00 1 $124,00 $124.00 1 Equipment Operating Expense (Fuel etc. 50% of Equipment Cost) 1 $697.50 $697.50 I I otals: 596.51 $342.40 $0.00 $2,309.50 $34247m41 Labor material I Burden sts Take Off Costs 923.04 2.309.50 MWrkuL_ 15% 15% 16% 1 Total $ _061.59 393.76 $ 2655.83 13567 Total $ 4.246.8$ Item 3 - Request For Proposal #21 Description: Radio Antenna Relocation & IT Rack Equipment UPS ¥ } C �.,_._�`�:,.,�.�.-,�..��..�...._..,<..::..�.�..�,,,.c.,.�r.,.«.,:�:.�`�'��.�F�.r.<��'.a-.sa���f:.�a...�,..n,.��-�.*:�,��.�.,.�<,,.�Yi;5..5r.�.��--_s.__,.-wsz-<.s_...�..,�.�� ��'�,�;.__-'_`—.,>.�.�-r:�..,..�-��—"f,>.�-�:�:;�,c'uf.:,�.M,,,..��,�.._. ..�,..�.n�:.�_>v,�. } 0 BLACK&VEATCH . Building a World of difference! City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.7.D February 07, 2012 Request For Proposal 21 Description: Radio Antenna Relocation & IT Rack Equipment UPS Please provide a cost proposal for moving the location provided for the radio antenna and providing UPS power to the equipment located on the racks in the IT room. The radio antenna originally was to be installed west of the clearwell. The antenna will now be installed on the roof of the Treatment and Administration Complex. Contractor shall delete the handhole (EHH) located near the clearwell shown on Drawing Y2 and delete the conduit shown to be direct buried from the High Service Pump Station (HSPS) west wall to the handhole EHH. (Conduits 42, 43, and 67 from the HSPS west wail to the clearwell shall be routed as shown and are not included in this modification.) Delete the requirement for space in PLC- 500 for installation of a radio. Furnish and install 1" conduit for installation of Ethernet cable from the IT room to the antenna location on the roof near the northwest corner of the membrane area. Radio, antenna mast, antenna and all required cable will be furnished and installed by the Owner. The radio will be connected to a control system network switch in the IT Room by the Owner. UPS-300 shall be provided with a 12 circuit 120/240 V single phase panel board. Power strips in each of 3 network equipment racks in the IT room shall be wired to UPS-300. Each strip shall be wired to a dedicated circuit from UPS-300. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch Ms. Paulette Sturdivant. Parkhill, Smith & Cooper Sincerely, Va ;PursleyY Archer Western Contractors, Ltd. Project Manager RF.PP21 Radio IT- RaL4. E quIpMen! UPS SOUTH VV7,CONTRACT F::.: N DO a-IM� MVSW'l� . . . . . . . . . . 'Electrical ChahgesjAcmej Nahum IMMM MENNIMMEMMEM S-07silffiffMIMAN Empioyees $4.Ul Labor Burden 55% 5% Compensation on Subcontractor MEMNON 156/6 Compenstion on AW Work_ Note: N conduits to The clearwell will be routed access.o, creolt Is given, for deduction of direct burled conduit and handhole. The directPuN to th points on the cl . a or , wall to avoid running exposed posed conduits on the prestressedlanlL I Addlltlonalnay Is requested forS-ubstandal Completion i j E ACME E ectr.1C PIZC3POSED CJFIANGE }RDER No. 0.001 t$ i 108 East8? Libbock. Ta 79404 i TITLE: PR #21 -Antenna Conduit/IT circuit ` DATE: 3/9/2012 PROJECT: LAKE ALAN HENRY WTP JOB: 1389 TO: Attn: Wayne Pursely CONTRACT NO: Are Westein Construction . 2121 Ave. J Ste. 103 Arlington, TX 76006 f { RE: To: From: Number: Item Description Stock# Quantity Units Unit Price Tax Rate Tax Amount Net Amo tint 00001 Misc Materials - Conduiustraps 1.000 $260.00 0.00% $$0.00 $260.00 00002 12 circuit load center L000 $658,00 0.00% S0,00 5658,00 00003 Labor Ma1111ouis 32.000 $28.00 0.00% SO.00_ $896,00 00004 Labor I3urdcn 896,000 $0.50 0.00% S0.00 $4418.00 00005 Overhead and Profit 2262.000 S0,15 0.00% S0:00 $339.30 Unit Cost: $2,601.30 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 , Total: $201.30 Item 4 - Request For Proposal #22 Description: Power Supply to Water Heater WH-500-1 & Addition of PRV at HSPS No Text BLACK &VEATCH M. Building a world of difference* City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. Project Engineer 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D April 16, 2012 REVISED Request For Proposal 22 Description: Power Supply to WH-500-1 We have reviewed Archer Western's response letter to RFP 22 dated April 9, 2012. B&V's Request For Proposal 22 dated February 8, 2012 shall be superseded by the following: Please provide a cost proposal to furnish an Eemax Inc. Model EMT2.5 for Water Heater WH-500-1 shown on Contract Drawing X08. Power supply to the unit shall be from the nearby receptacle shown on Contract Drawing Y56. Pipe the pressure relief valve to a safe place near the floor. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch Ms. Paulette Sturdivant. Parkhill, Smith & Cooper No Text RFP 22 Power Supply to WH-500-1: ': DAT,E; Apri1,9, 2012 SOUTH WTP CONTRACT F,. OWNER:. CITY OF LUBBOCK WORK DESCRIPTION: . .. .RF.P 022 Power MMt?eN,to " :WH .-5041 •. ' Order'54. `Reducing VaNeaot . Water 'Qua ltly ENGINEER: BLACK AND VEATCH / PARKHILL. SMITH AND COOPER Station CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD.. Manager ValveProject Watts Pressure Reducing Valve on 'R ,Freight "�...L:_�a`�^z_. �+'i•� 1 . ��4.4'�F �. C_,»"c.J["'EY4'i?%i'$b&N'#:#i. _€�3i`Y' _� _,��__ _ .:cn. - _ 1 Hof Water -Heater (Polk)-11 m 11 -a- 11 Emplo�Mlliii __----- 11 Labor Burden 55% tion on AW Work 1 Additional Day is requested for Final Completlon Ifwork must be completed by Substantial Completion, 1 additional day Is requested for Substantial Completion. t x ��._� paw_' ' idea a Q��. LLC _ eGf�Dy. z ------------- t=87t. . TACtA�1'ttti4C N:ii462. Pr�poged age 0 deb Tm -Archer. RstCrn_- oufrac[nFs "" . p A.rt,`13c 76641 Polk P G No `• 14 R1 1 Attention: Todd Swaq.4ws P G Descnptton: RFTemaz EIeAEer" Phone` " "Fax:- rPmjecti%.: ttIG2&'# " Project;- COO, of Lubbock sake Atap Hgnry Alt ! Y..: ". G C. Ref No.; 3114; E. FM I58S E CR74Q0 AEci�.RrllwFv- LnO!bq :TJEMOI— .. We propose tct 14m►ish alt the tabor and Btaieriat required to instal the I jY an, . or - , am6m� changes oit �e abc►ve project in ; aecordattee witih the following description Provide.and its talt Eem.ax Pq5 instant water heater at the High Service Pump Station. See attached cut sheet. Drawings Ait Greet `--- ------ ----- Dated -- -- Total cost of proposed change to contract ADD 3232.00 T ; 777 [/��283wi W. 5U MY Mati� 8c EquEgment 1414t :.. . acratyPerreatage 2.ik°f� 4Qi1 Qverhead Percentageli fm 20.00 Sub=Totsi 215.4I E_ eePe etita e - sy. $ 11,00 ,Sub -Total s 226.41' Tee State Remodel Tax Q.Co.". $ - Sub ota� 226.41 Bend Pmentage 20/a P 5-00 Totd P. C. Pricing Is 232.00 P¢lkIeeIIallicaiQmp�ny P1•opQec. Change (3rder F©r1II P C :NQ 14 - City of Lubbock bake Tian Henry WT`F 111C283" = iy � labor.77 2:OI t11 PEumbm P ►n "Labair U"lo Q T: - HR.S $ 40 02 tHR 54 34 'IM S: cil A]:. ., RS -84.34`AIR "$. -'2.99.Q1 PE�biri f Set ision We"Q.T. - UP,& $ 67.90 MR 1.01:Q1 " Sbeetri�elaE Labor ...... O%O.T. - HRS: $ 40-021HR - " HRS $ 54.34'1HR $ 1.99.01 SEieetmetaf `" .. n 0% O.T. - HRSO# $ 6790 1iiR _ HR$ $ 90.94 /ilR S - 1:01 61 I�srilafte a Labisi 0°% Q T - HRS $ 39.70 53.49 IHR S - - 9.01.01 Start -in Labor' ` 0% O T. - HRS S. 72.12 JHRj HRS $ 94.09 MI S - 9,02.01 tBaknee &°Controls Labor Ei°% E - HRS S " 72_12 JliRj 'HRS S 94-09 MI S 9.01.01 Pro ect Evil r Labor i - HRS- $ 9.02.0I Deta7in Labor W/oT t - HRS ( $ 6524 tHR„ HRS 'S 08.06 IHR 9-01-09 ' -- eecLabor Pr _ - HRS a 58b97HR 9.01-12 Ftu eetRe " "„ t Labor ON, ©_T_ - HRS $ 94.53 IM - HRS € $ 113.87 /HRH S - TotaE%abor $ - SubcoaXractors 30A1-0E nett ire Ca�trols S - 3MO3.01 TesE BtSaEaIace.' S - 30_04.01 Exilieui I Cori lion f BackCll $ - 30-05.01 Mediraf Gas Clerfification $ 30.66M EiaetOil 30-0$_01 CooE_ in_ Tower Ereetion S - 30.09.01 X- - 30.10.01 otT' f Pipe )= min S -^ 30.11.01 Core Drill ! Sawc! ri $ - 30,12 01 bjk6i4k $ - 3014.01 IRV S - 30.15.01 i 5 30.16.01 19tractural Steel Ereefim $ 30.17.01 T7li{' r' " '30:18.t}1 Euoipunenf Movers f lrtsta 40.11 *1 Jobsite.Uffiee $ - Q-43 01 ravd " _ 4 $ --- `4Qtt�E- -------- --- 4Q.Si.OI-- 1`Ptilss — S - 40-57.01 Weld CertiOcatien- 4099.01 MsceUaneous Jnbsite --- — - — is _ Total 3obsite Expeasesi $ 4 of 4 ��a: �. .>��,, sty �. � �'°��z�s�ss��� ws., Y-=x�.� �> .�,m�.�.,��.�� �_a� �" � t�R� �.s.,�..,�.���w.�ti._���" "� J c�'� F�kT>s F.�.:n=.�= �'_.. l 1 `� �> Item 5 - Request For Proposal #24 Description: Inlet Structure Sluice Gate and Contract G2 Surge Tank Control No Text io.BLACK & VEATCH Building a world of difference.* City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D May 25, 2012 Request For Proposal 24 Description: Inlet Structure Sluice Gate and Contract G2 Surge Tank Control Provide a cost proposal to add control cables, modify PLC 500, and modify the plant control system as follows: 1. Control Cables. Install additional cable between the Surge Tank Compressor building and PLC-500 located in the High Service Pump Station for the following signals denoted with an asterisk (*). The additional control cable shall be 20#12 AWG and shall be routed in the empty 2" conduit already installed. Control cables for the signals without an asterisk are already installed. a. Analog Input Signals • PIT-0101 —Surge Tank Pressure • FIT-0101 —Surge Tank Flow b. Discrete Input Signals • LSH-0101 —Vault high water level alarm • HS-0101 —Surge tank valve in Remote* • ZSO-0101 —Surge tank valve open status • ZSC-0101 — Surge tank valve closed status • YL-0101 —Compressor #1 Run* • YA-0101 —Compressor #1 Common Alarm* • YL-0102 —Compressor #2 Run* • YA-0102 —Compressor #2 Common Alarm* • LSHH-0101 — Surge Tank High -High Level Alarm* • LSLL-0101 —Surge Tank Low -Low Level Alarm* • YA-0103 —Power Fail at Air Volume Control Panel* • ZSO-0110 — Adding Air* • ZSO-0111 — Venting Air* c. Discrete Output Signals • ZTO-0101 —Surge tank valve open command 0 ZTC-0101 —Surge tank valve Closed command Mr. Wayne Pursley B&V PROJECT 161704.0410 B&V FILE 70.000.1.1.1) MAY 25, 2012 PAGE 2 2. PLC-500 Modifications. Provide new discrete input card and panel wiring in PLC-500 for connection of the above discrete signals. Use existing spare points for the two analog input and two discrete output signals. 3. Surge Tank Control and Monitoring. Modify the Software Control Block Descriptions as follows to provide for control and monitoring of the surge tank and associated equipment constructed under Contract G2: Loop Description Title: Surge Tank Control and Monitoring Associated PLC: PLC-500 Local Mode: Provided by others under Contract G2 Remote Manual Mode: Remote manual mode for operation of the Surge Tank Valve shall be provided through the PLC. When the Surge Tank Valve actuator L-O-R selector switch is in the REMOTE position, the valve shall be controlled through an operator selected valve position at the HMI.\ Remote Auto Mode: None. Alarms: The PLC shall generate a Valve Fail alarm when the valve position indicates that the valve did not reach the commanded position within an adjustable (0-120 sec, initially set at 90 second) time delay. The PLC shall receive the following alarms from the surge control panel, compressor control panel, and the vault level sensor. • Surge Control Panel Power Fail • Surge Tank HIGH -HIGH Level • Surge Tank LOW -LOW Level • Surge Tank Compressor No. 1 Fail • Surge Tank Compressor No. 2 Fail • Vault High Water Level Alarm Status Indications: The HMI shall indicate the following equipment status: • Surge Tank Venting Air/Raise Level • Surge Tank Adding Air/Lower Level • Surge Tank Compressor No. 1 Running Mr. Wayne Pursley B&V PROJECT 161704.0410 B&V FILE 70.000.1.1.1) MAY 25, 2012 PAGE 3 • Surge Tank Compressor No. 2 Running • Surge Tank in Remote • Surge Tank Valve Opened • Surge Tank Valve Closed • Surge Tank Pressure • Surge Tank Flow (The flowmeter monitors flow in both directions, going into the tank and flowing out of the tank. Coordinate requirements for indicating both flows with the supplier of the flow meter.) HMI Requirements: Provide a new display for monitoring and control of the Surge Tank system. See Contract G2 Drawings for the arrangement of the surge tank and associated piping and valves. 4. Terminal Storage Inlet Structure Sluice Gates Modifications. Modify the Software Control Block Descriptions for Terminal Storage Inlet Structure Sluice Gates (Paragraph 3-4 of Specification Section 13550) as follows to provide for preventing the operation of the Post Booster Pump Station pumps if Sluice Gate SG-001 is not open: Remote Auto Mode: If Sluice Gate SG-001 in not open as indicated by the Gate Open status indication, the plant operator shall be prevented from starting any of the Post Booster Pump Station pumps and an alarm shall be generated informing the plant operator that the pumps cannot be started due to Sluice Gate SG-001 being closed. System supplier shall transmit a discrete signal to the Post Pump Station PLC indicating that the sluice gate is not open. System supplier shall coordinate programming a Post Pump Station pump starting permissive with the Contract D Contractor. 5. Finished Water Pumps (FWP-501. FWP-502, and FWP-503)and Pump control Valves (BV-501, BV-502, and BV-503). Modify the Software Control Block Descriptions for Finished Water Pumps and Pump Control Valves (Paragraph 3- 4 of Specification Section 13550) as follows to prevent the pumps from operating when the surge tank valve is closed. Remote Manual and Auto Mode: When the Surge Tank Valve is not in the open position, the Finished C - Water Pumps (FWP-501, FWP-502, and FWP-503) shall be prevented from starting. An alarm indicating that the High Service Pumps are not -�s' '�X �..; Mr. Wayne Pursley 1 B&V PROJECT 161704.0410 B&V FILE 70.000.1.1.1) MAY 25, 2012 PAGE 4 permitted to operate due to the Surge Tank Valve being closed shall be generated. If one or more of the Finished Water Pumps are operating and the Surge Tank Valve open status signal is lost, the operating pump(s) shall be stopped and any open storage tank fill valves closed. An alarm indicating that the High Service Pumps have been shut down due to the Surge Tank Valve being closed shall be generated. Alarms • High Service Pump operation prevented due to Surge Tank Valve being closed • Shut Down of High Service Pumps due to Surge Tank Valve being closed The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch Ms. Paulette Sturdivant. Parkhill, Smith & Cooper Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: RFP-024 Inlet Structure Gate and G2 Surge Tank Controls Dear Norm; Archer Western offers a price of $31,797.83 for the additional work associated with RFP-024 issued by Black and Veatch on 5/25/12. This additional work will require an additional 28 days added to Substantial and Final Completion on the project. Since we are beyond our Substantial Completion date, we need a response on this proposal by the end of business on 6/15/12. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer Descri6fion -�,Qty Unit Unit/Price Labor, Material 'Equipment.TSubcontracto .__. 1`4 . `�'_,. s��= _..-�-_ �- _ t> . .v'+ � � �#-� __,,,_Y_ 11 ® � � ems. ..:�.z,�.:s 11 ' _ ^v-<� .=xu'>�.,=�:«� c.��-•ter '. Ir11 '_� �'�- .-�.._-� n »�r..�:a: � Project Manager ' _ c..�.�;.e+.f �t��....�"�:Ez'��..».c_����<._�,.§''��..-'•^ .-Y v�Y3i{,,�-3;s.,K'..m.k'.vi��.�: `3,?�. ._��._`"- �.� -�._.s-� ���.5 4_..� tea:. -., ,.s„�r-.^_..,.`. _.�. T.:�K-:r�s•�„h ,. .:.:.; ':s- ,,.. 6WCompensation on Subcontractor -------® 28 days are requested for Substantial Completion and Final Completion to cover this additional work. RE: To: From: Number: Item Description Stock# Quantity Units Unit Price Tax Rate Tax Amount Net Amount 00001 Cable 1.000 S3,420,00 0,00% $0.00 S3,420.00 00002 LaborManhous 120,000 S28.00 0.00% S0.00 S3,360.00 00003 Labor Burden 3360,090 S0.50 0.00% $0.00 S 1,680.00 00004 Supervision 16,000 $50.00 0.00% S0.00 S800.00 00005 BLTISubconhuctor 1.000 S10,051.00 0.00% S0.00 S10,051.00 00006 RLC Subcontractor 1,000 $5,500.00 0.00% S0.00 S5,500.00 00007 Ovehead and prom 248I 1.000 $0.15 0,00% S0.00 $3,721.65 Unit Cost: $28,532.65 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 Total: $28,532.65 APPROVAL: By: By: Barry Brown Wayne Pursely Date: (p // /Z� Date: ErpedHiou'ti' - Acme Electric 108 East 82nd Street Lubbock, TX 79404 Attn: Barry Brown Project: LAH South Water Treatment Plant — Contract F Proposed changes per RFP No. 24 Item 2. 1. Add one General Electric Input Module IC694MDL250 A. Material $ 327.00 B. Freight $ 25.00 C. Markup Material (15%) $ 52.80 Subtotal Item 2.1 $ 404.80 2. Labor for Field Technician including travel expenses. A. Material $ 150.00 B. Freight $ 25.00 C. Markup (15%) $ 26.25 D. 16 Hours Onsite $ 1,440.00 E. 8 Hours Travel $ 480.00 F. Hotel 2 Nights $ 260.00 G. Rental Car 3 Days $ 180.00 H. Per Diem 3 Days $ 105.00 1. Airfare $ 600.00 Subtotal Item 2.2 $ 3,266.25 Items 3-5 INSTRUMENTATION AND SECURITY AND VIDEO C r v j CONTROL SYSTEMS ��� SURVEILLANCE � \1it�f:fil� � - www.BLTechnology.com Note: This does not include any work associated with the Pump Stations. This RFP would require 4 weeks for BL Technology to complete once it is approved. TOTAL CHANGE $10,051.05 Please feel free to contact me with any questions you may have. Sincerely, S&ma 2)" a Steven P. Davis Regional Manager INSTRUMENTATION AND SECURITY AND VIDEO (. CONTROL SYSTEMS = g (rya i]: , j SURVEILLANCE � tEllTltrflFn �:noJ '; www.BLTechnology.corn Request for Information RLC RFI #:3021-01 Project Name: Lubbock Contract D Pump Station Project Number; 3021 Engineer: Freese and Nichols Ref. Subject: Pump Logic Contractor requests: • Programming changes to include shut down when gate closes. This will in turn start the slow close at valve causing the pump to shutdown. If the gate is closed when a pump is commanded to start the pump,will not start if gate open signal is not present. An override switch will be placed on the local HMI if communications_ are lost or gate signal is: not operative to allow for local control. • This quote also includes 2 days of testing. Total for the Change: $5,500.00 Requested By: Michael Cunningham - President Date: 06/06/2012 10 Item 6 - Request For Proposal #25 Description: Sample Line Revisions No Text BLACK &VEATCH U.Building a world of difference., City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D May 30, 2012 Request For Proposal 25 Description: Sample Line Revisions Reference Sample Pump SMP-101 on PID 04 and Sample Pump SMP -501 on PID 09. The water quality instruments for Turbidity, pH/Temp, and Chlorine (SMP-501 only) are located on the discharge side of the sample pumps. Provide a cost proposal to revise the locations of the instruments to the suction side of the pump as indicated in the attached sketch. Install the pH/temp probes upstream of each turbidimeter and please note that the pH/temp probe supply line is "trapped" so the sensor is always wet. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch �' V Ms. Paulette Sturdivant. Parkhill, Smith & Cooper Black & Veatch corporation — Registration No. F-258 Black & Veatch corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 TURB aple Sink From TSR I To Flow Control Valves 36" Raw Water Screening Influent Line Modifications at SMP- 101 Raw Water Flow Control Structure pH/temp 1" Sample From CL2 SMP-501 Contactor 48" Clearwell Influent Line To Sample Sink To Clearwell C) Modifications at SMP- 501 High Service Pump Station l Dear Norm; Archer Western offers a price of $1,299.32 for the additional work associated with RFP-025 sample line revisions. One additional day is requested for substantial and final completion. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Way Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent .2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer Additional Time Requested : 1 Day for Substantial Completion and 1 Day for Final Completion r Item 7 - Request For Proposal #26 Description: Low Level Cutoff Switch for Membrane Feed Pumps �^�\ 1 � �% 3 i ,.�.,-z«'�=ems'£, .,�.N ram, y�,.. �,..:.a �.-.,..,< ,�_ ^;;�;�w w Ka,_�"` � ;-�:e•- .c �;, ����r��, � �z,.� ac x'-tr�..�'����' .��r��„t�;;:;;. ;: 0BLACK & VEATCH . Building a World of difference? City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D May 31, 2012 Request For Proposal 26 Description: Low Level Cutoff Switch for Membrane Feed Pumps The following work involves installing a new pressure switch on the membrane feed pump suction header after the valve on the suction header to shut off the membrane feed pumps on low level. It is our understanding that there is conduit near this location to run the cables from the pressure switch back to the PLC. We have included two alternatives for locating the relays for shutting off the pumps. Either would be acceptable. Please review and provide a proposal for the lowest cost alternative for the following. Install a 2-inch tap with ball valve near the bottom of the 48-inch membrane Feed Pump Suction, near the suction line for Membrane Feed Pump P-1006A. Install a pressure switch on the tap. Pressure switch shall be as specified in Section 13563, Paragraph 2-2.15. The pressure switch range shall be 0-10 psi. Route 2#12, 3/4" from the new pressure switch either to a new relay box in the membrane electrical room or the Membrane Main Control Panel Enclosure. The new relay box or control panel shall contain relays as required to multiply the low pressure contact from the new pressure switch to obtain nine contact outputs. One of these contacts shall be wired to each membrane feed pump AFD to shut off each pump on low pressure. There are eight membrane feed pumps installed now with one to be installed in the future. The relay box or control panel shall also include a seal -in and an amber alarm light and reset pushbutton on the face of the box or panel enclosure to indicate that low pressure has been sensed and so that manual reset is required before pumps are restarted. Relays shall be as specified in section 13561 paragraph 2.3.03. Please coordinate wiring the contacts for shutting off the pumps with Siemens before proceeding. Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214,570.7000 Mr. Wayne Pursley B&V PROJECT 161704.0410 B&V FILE 70.000.1.1.1) MAY 31, 2012 PAGE 2_ The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock Mr. Steve Keeling, Black & Veatch Ms. Paulette Sturdivant. Parkhill, Smith & Cooper Archer Western offers a revised price of price of $10,498.30.for the additional.work associated with RFP 26. Per this revision, existing spare conduits will be utilized. We are still awaiting confirmation from Siemens on approval for adding this pump shut down relay. The delivery time on the panel is 4 weeks therefore we are requesting 28 days added to final completion. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 .817-640-3898 (fax) .817-640-8734 . An Equal Opportunity Employer Y Panel Fabrication Is 4 weeks. Add 28 days to Flnal.Completion Note -Work to be done In after hours when plant is shut down. 8 hour shut down to Install tap. .T t Item Description Stock# Quantity Units Unit Price. Tax Rate Tax Amount Net Amount 00001 Materials 1.000 $620.00 0.0m. SO.00 $620.00 00002 LaborManhours 80.000 $28.00 0.00% $0.00 $2,240.00 00003 Labor Burden 2240.000 $0.50 0.00% $0.00 $1,120.00 00004 Control Panel BLTI 1.000 $2,095.00 0.00% $0.00- $2,095.00 00005 Overhead and Profit 6075.000 $0.15 0.00% $0.00 S9.11.25 Unit Cost: $6,986,.25. Unit Tax: $0.09 Lump Sum: $0.00 Lump Tax: $0.00 Total: $6,986.25 W tit 4. V,, A U80-4 '2 ,201 es qtnr Lpbhoc�k, TX P . 7 4 . Barry Brow % o Water Treatment Plant -n ..,ji;?q�LAHSouth F P;Omed changes ppr "P.Ye.,26 J. Add ope Ashcroft Pressure Switph X b4vorw $172.00 $ 25.00 C. Markup Matt;rial,(15%) $ 29.55 Subtotal $226.55 2. Add one Control Panel with the following: I — 16"x 14"6" 316S5 Enclosure 5 — 3 Pole P&B Relays with bases I — Pilot light I —Reset Pushbutton S A. Material IA, M B. Freight C. Markup (15%) Subtotal ..Note:. This dg-ps not include any Beld work. Barry please add timle.to mount the prqssRrc switch. This RFP would require 4 weeks after submitapproval for BL Tpqhnology 1p complete. ;T9T,,4b ICHANGIP , Please feel free to contact me with any questions you may have. Item 8 - Request For Proposal #27 Description: Tote Vents ---_ .,:..��:�,u.�..�-..ter �,�.-.��w- s, ��.'-, .:,z€"� as..��`-.',xi.<ass;�.�.-�.a�......�.£.�'._�:,:,.� .�.. i ,,..-.��z -Er. �-�.r��-`�-'`�.��`,��"-x,=`'-,-x'�:� a�,-a..:�^.,�,�.:�.s"`:�`�.��.. �-Y:ar�:--.,�-,"�� - BLACK&VEATCH . Building a world of difference., City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D June 4, 2012 Request For Proposal 27 Description: Chemical Storage Tote Vent Line Additions Reference the Chemical Storage Totes for the membrane CIP system shown on PID37, PID 38 and J-Cl. Provide a cost proposal to add vent lines to the Chemical Storage Totes for Citric Acid, Sodium Bisulfite and Sodium Hydroxide as indicated in the attached sketch. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ enclosure Mr. Steve Keeling, Black & Veatch, w/ enclosure Ms. Paulette Sturdivant. Parkhill, Smith & Cooper, w/ enclosure Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 C) :...1 i `-._ 1 Dear Norm; Archer Western offers a price of $12,209.46 for the additional work associated with RFP-027 issued by Black and Veatch on 6/4/12. This additional work_will require an additional 5 days added to Substantial and Final Completion on the project. Since we are beyond our Substantial Completion date, we need a response on this proposal by the end of business on 6/15/12. The breakdown and backup for the additional work is attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, U Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent RFP-27 Chemical Tote Vent Lines - DATE: June 6, 2012 SOUTH WTP CONTRACT F - OWNER: CITY OF LUBBOCK WORK DESCRIPTION: ' RFP<27 , Chemical Tote" Vent ENGINEER: BLACK AND.VEATCH / PARKHILL. SMITH AND COOPER Lines ` CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. - 'Description " ` Admin ..:.:.. ... . ... ." ... _ :;" Q _.2:00"..-. Un(t MH - :' Unit/Prlce";' $25.00 :,. Labor' - $50.00 Material E ul menI SubconUact :: ':Totals Project Manager 4.00 MH $60.00 $200.00 Mechanical Supt 16.00 MH $40.00 $640.00 Install -Trapeze Hangers (6ea) 16.00 MH $20.00 $300.00 Install Clevis Hangers Sea 13.50 MH $20.00 $270.00 Pipe Crew Z' PVC Pipe and Fittings 60.00 MH $20.00 $1,200.00 Core Drill CMU 6 ea) 18.00 MH " $20.00 $360.00 Core Drill Floor (3 ea) 12.00 MH $20.00 $240,00 Core "Drill,Roof 3ea) 4.50 `- -MH -. ` $20.00'" $90.00 PVC Pipe and Fittings (Ryan Herco/Grain er >11.00 ': 'LS ''$800.00 $1,337.80 Pi Su its 1.00 LS $400.00 $1433.35 Frei ht 1.00 LS $400.00 $400.00 Core Drill Rental 0.00 hrs $0.00 $ 250.00 0.00 LS $0.00 $ Roof Pitch Pans 3ea Lydick Hooks 1.00 LS $850.00 $850.00 0.00 $0.00 $0.00 SUBTOTALS: $3,350.00 $3 170.95 $260.00 $850.00 $7 620.95 Small Tools $2/MH $290.00 Safety Su les $2IMH $290.00 Subsistance forAW Employees $4.00/MH $580.00 Labor Burden 55% $1,842.50 $1,842.50 5% Compensation on Subcontractor $42.50 15%Com enstiononAWWork $1,292.02 SUBTOTAL $11,967.97 INSURANCE $251.49 TOTAL AMOUNT THIS PROPOSAL 12 09 48 Additional Time Requested: 5 Days for Substantial Completion and 5 Days for Final Completion QTY Unit Description Unit Price Total Supplier 3 EA Polypropylene Cam, Lock.Male x'iVIIP $ 4.20 $ 12M Grainger 3 EA Polypropylene Cam Lock Female x MIP $ 9.96 $ - 29.88 Grainger 2 EA 2":x 3/4" Tee PVC 80 $ 10.21 $ 20.42 Ryan Herco 20 EA 2" x 90 PVC 80 $ 4.24 $ 84.759 Ryan Herco :. 120 EA 2" PVC 80 $ 1.67 $ 199.80 `, Ryan Herco 4 EA 2" Threaded Coupling PVC 80 $ 10.58 $ 42.30 Ryan Herco 3 EA 2" Coupling:PVC 80 $ 5.69 $ 17.08 Ryan Herco 2 EA Female Adaptor PVC 80 $ 15.28 $ 30.56 Ryan Herco 4 EA 2" MIP.x Hose Barb PVC $ 5.84 $ 23.34 Ryan Herco 10 LF 2" PVC Hose 10' $ 19.83 $ 198.30 Ryan Herco 6 EA 2" Hose Clamps $ 16.28 Grainger 4 EA 2" Flange PVC 80 $ 10.76 $ 43:02 Ryan Herco 1 EA 2" x 3/4" Tee CPVC 80 $ 31.58 $ 31.58 Ryan Herco 10 EA 2" x 90 CPVC 80 $ 12.71 $ 127.05 Ryan Herco' 60 EA 2" CPVC 80 $ 4.69 $ 281.25 Ryan Herco 2 EA 2" Threaded.Coupling CPVC 80 $ 14.90 $ 29.79 Ryan Herco 1 EA 2" Coupling ;CPVC 80 $ 9.38 $ 9.38 Ryan Herco 1 EA Female.Adaptor CPVC 80 $ 15.17 $ 15.17 Ryan Herco 2 EA 2" MIP x Hose.Barb CPVC $ 8.35 $ 16.70 Ryan Herco 2 EA 2" Flange CPVC 80 $ 24.12 $ 48.24 ,Ryan Herco 1 QT JPVC Glue $ 22.28 $ 22.28`. Grainger 1 QT PVC/CPVC Primer $ 12.75 $ 12.75 Grainger 1 QT CPVC Glue „ $ 25.10 $ 25.10 Grainger Please price the following for a change order for Lubbock. This Is pricing only. Do not ship. 1-518" Unlstrut galv 30LF 2" Unistrut Clamps Galv 28ea /�• ,,/ 3/8" allthread 304SS 90if l�o `/Q ` 1 30 3/8" Plate washer for unlstrut 304SS 16ea �. �d^ 42`S8 3/8" flat washer 304SS 50ea 3/8" x 4" 304SS Epoxy anchor Bea 3/8" nuts 304SS 50ea a 2" clevis hanger gaiv Sea p 2" NBG set 316SS pvc to pvc 3ea 0, SS bird screen for 2" flg 3ea 3/8' drop in anchor 304ss 21 ea O Thanks, Wayne Pursley Project Manager Archer Western Contractors 806-445-0803 h.t177.Q.vie�u-r�+Rcann�hxink A/A/2012 _.. ............................................... . r ACCOIWU WOO ruxmcua w wnmuc xc wuow�_ _ �' - - I NEB` I? UPON:COWION . T6ca�oyepntobs 4amdaioaisaces3'3.Xeccepted Snare 3�cuAMP", +ts� c tc ectti LPOjmu twiwi4.ficm da 2t[ilfge la rove., Dan<a�Ascepta�nc� Stgriatu�o`, �. <, No Text Item 9 - Request For Proposal #28 Description: Air Supply Line in Chemical Feed Area No Text 0 BLACK&VEATCH - Building a World of difference? City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D June 4, 2012 Request For Proposal 28 Description: Air Supply Line in Chemical Feed Area Reference Contract Drawing JC-1 and S3. Provide a cost proposal to modify the 3/4" compressed air supply line in the Chemical Feed Area by installing a tee in the line near the column located just north of the Coagulant Transfer Pump Area. Extend the compressed 3/4" air supply line from the proposed tee to elevation 3165.50 and terminate the line with a ball valve and quick connect fitting. The purpose of the air line is to provide for pressurizing the blowout connection on the sludge line in the area and to allow for utilizing pneumatic tools in the chemical feed area. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION &��001 0110 =1 Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ enclosure Mr. Steve Keeling, Black & Veatch, w/ enclosure Ms. Paulette Sturdivant. Parkhill, Smith & Cooper, w/ enclosure Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation - 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 Archer Western offers a price of price of $829.36 for the additional work associated with RFP 28. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Way Pursle Archer Western Contractors, Ltd, Project Manager CC: File Jeff Polak Jay Vincent on -Materlal-- tr or Totals Install Pipe and Quic I k . Connect 8.00- MH $20. 1 00 . $160.0orr Pipe Materials 1,00 Is $,�48.ob MOO t 0,00 $0.00 5% Compensation on Subcontractor '-$0.00 SUBTOTAL $012.76 INSURANCE $16.60 TOTAL AMOUNT THIS PROPOSAL NOMINEE= 1 $82919 r =� ,•,. 3 :: i � �. � � jam' - -_ - •. s �.. -- '.a � �.. � :. _. Item 10 - Request For Proposal #29 Description: High Service Pump Solenoid Control Valves No Text 0 BLACK&VEATCH Building a World of difference! City of Lubbock, Texas South Water Treatment Plant Mr. Wayne Pursley Archer Western Contractors, Ltd. 5114 East FM 1585 Lubbock, TX 79404 Dear Mr. Pursley: B&V Project 161704.0410 B&V File 70.0000.1.1.D Request For Proposal 29 Description: Solenoid Control Valves June 13, 2012 Reference the ball valve schedule provided with Specification Section 15103 and our Response to your RFI 190 dated June 11, 2012. Provide a cost proposal to replace solenoid control valves furnished with ball valves BV-501, -502, and -503 with the following solenoid valves: Solenoid valves shall be ASCO Series 8344 4-way pilot operated solenoid valves with manual override features. Solenoid valves shall be supplied with Class F coil, NEMA Type 4 enclosure and be rated for a 120 volt, ac, single phase power supply. The proposal shall include a detailed cost breakdown including separate costs for materials, equipment, labor, subcontractors and overheads. Do not proceed with these changes until they are accepted by the Owner. Please feel free to contact me if you have any questions regarding this Request For Proposal. Sincerely, BLACK & VEATCH CORPORATION Norman R. Jagels, P.E. Senior Engineering Manager cc: Mr. Wood Franklin, City of Lubbock, w/ enclosure Mr. Steve Keeling, Black & Veatch, w/ enclosure - Ms. Paulette Sturdivant. Parkhill, Smith & Cooper, w/ enclosure Black & Veatch Corporation — Registration No. F-258 Black & Veatch Corporation • 9441 LBJ Freeway, Suite 114 • Dallas, TX 75243 USA • Telephone: 214.570.7000 Archer Western offers a price of $3,913.75 for the additional work associated with C RFP-b29 issued by Black and Veatch on 6/13/12. V1/6request ogle additional day for substantial completion for this additional work. The breakdown and backup for the addltlonel workis attached for your reference. ;.' t 'Z: t If you have any questions or require additional information, please do not hesitate to contact me at your'earliest convenience. Sincerely, Wayne,Pursley Archer Western Contractors, Ltd. Project Manager CC: File _ Jeff Polak Jay Vincent y 2121 Avenue ".J" Suite 103 Arlin ton Texas 76006 6177-640-3898 (fax) 817-640-8734 'An Fniml nnnnrfiinifir Fmnlrnlar rr95 c,d RFP-29 SQiegoid Control.Valves DATE: June 19, 2012, SOUTH WTP CONTRACT F. OZIUNER: CffY OF. LUBBOCK , ; WORK DESCRIPTION: RFP=029, R?place solenoid conUol , ; ve ps.for BV• :. 501 502,, .. 503 per the : . -_response to ENGINEER: BLACK AND VEATCH / PARKHILL, SMITH AND COOPER _ RFI 190.- CONTRACTOR: ARCHER WESTERN. CONTRACTORS, LTD. Request 1 additional day for Substantlai Completion C:� Item 11 - Change Order Request #16 Description: Grating Revisions at Flow Control Structure .� �.x�..�....:�,�...�,..z....�,r..-. �_��3� ....,,, ..._ ��� .. -'._�,:�.��..�'c�rs�.} ��.,�.�,.��.,...a.K-.�,.--.x-_�-:��.-ff,�, .ar.�.����.�.�z�....�,ai,�,�.�: :,:sue .�`.�x.a�.���a.'a���.�e, .u,�..r.:..,Mk� � „�=�a-� �.�� if you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, 1 tlVayne. Pursley Arched Westetn Contractors, Ltd.= Project Manager �. _....�.,.._....,, ,fie . fit,.. _,. ,x.�s,., �.:..;:�z�`.. .>a`�,::#i5��; �>.. Vic. �,er"z�'_; k=3 ;=�'.-S`s:�?�'a •2�> COR-016-khpw. Cgn6l Grgqqo Change DAT)= January 26, M2 SOUTH WTP CONTRACT F. CONTRACTOR: ARCHER WESTERN CONTRACTORS, LTD. QUOTE ITEMS: _at-��«�.�,....U=��.vf �.s.:r,�:� �'`::��ra�.. `�=ei�ss "#�"��'''k#.�L"`-�:'.,-`�"�.,n-.�.a..�r.�.:.. �f �"�� s��� -Y3 � =�� � i,a�taz...s.....;:.,� �.,;,��ti;,�� �..a:.� �� Item 12 - Change Order Request #17 Description: Proposed Change of valves at Septic System 0 Ali r ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP November 10, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: COR-017 Proposed change of valves at Septic System Revised Pricing Dear Norm; We discussed the credit previously offered for the deletion of the 4" and 6" plug valves on the septic system with our subcontractor and discovered they did not have the plug valve specification when they bid the project_ Their original proposed credit included a credit of $230.00 each for the 4" plug valves and $305,00 each for the 6" plug valves. We have checked pricing on these valves with a couple of our suppliers and have found the credit should be substantially greater as identified by PSC. Therefore we are offering a revised price for this credit of ($15,832.79). 1 have attached the original cost spreadsheet from Brothers Septic System(€or reference) along with a revised cost spreadsheet prepared by Archer Western. Please review this revised cost and let us know if this proposed change is acceptable or if the City would prefer to stay with the original design. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-64073898 (fax) 817-640-8734 An Equal Opportunity Employer COR-017 � Change of Valves at:Septic System to. -lea Bull Run Valve 7DATE Novemper 10; 2011. SOUTH.WTP CONTRACT IF IMMEM O_ s �vw'. ..s '.` " adze.'#' �"sz _•-id£:z --- 1--- 1 __ � _ ....`'�s�s-x T:..._»�£4` N.r®®®®- `?� fFL`VL6/&1k�LY�w�_.'m=S'��.._. ``� Wig': S�9a11A• "X'4"u$m'£i�� lull ® • 1 11 A-� : MAVT 'tom. ..F,� "r. .-cI -__.� `- � .:zT..:;.-.�_.tk1§R.cS ." X F-!~T -NS-. "`-Wiz.=vi 4g,. x, z"`�f -hk 3 :sue -. WE • --- .1 11 1 11 .1 11 11 11 Per Contract Drawings Quantity Description 23 4" Plug Valves w/acc 3 6" Plug Valves w/acc 1 Labor, Etc. 23 Valve Boxes Proposed Construction Methods Unit Price Total Price $ 486.00 $ 11,178.00 $ 683.00 $ 2,049.00 $ 1,040.00 $ 1,040.00 $ 55.00 $ 1,265.00 TOTAL $ 15,532.00 Quantity Description Unit Price Total Price 1 Bull Run Diversion Valve $ 110.00 $ 110.00 Labor, Etc. $ 95.00 $ 95.00 TOTAL $ 205.00 CREDIT FOR PROPOSED METHODS1 $ 15,327.00 BROTHERS SEPTIC SYSTEMS Per Contract Drawings Quantity Description 23 4" Plug Valves 3 6" Plug Valves Labor, Etc. Proposed Construction Methods Unit Price Total Price $ 230.00 $ 5,290.00 $ 305.00 $ 915.00 $ 1,040.00 $ 1,040.00 TOTAL $ 7,245.00 Quantity Description Unit Price Total Price 1 Bull Run Diversion Valve $ 110.00 $ 110.00 Labor, Etc. $ 95.00 $ 95.00 TOTAL $ 205.00 CREDIT FOR PROPOSED METHODS $ 7,040.00 BROTHERS SEPTIC SYSTEMS 3516 33rd Street, Lubbock, TX 79410 www.broth erssepti csytems.com (806)781-1714 - br`othersseptic@hotmaii.com August 1, 2011 Revised Bid for Lubbock South Water Treatment Plant. Lubbock. TX Our services will include: • install 2 — 3000 gallon tanks with 30" manholes and risers • Install a Bull Run Diversion valve to divide drain field in half • Install 16,880 sq. ft. of drain field • Permitted by Lubbock County • 1-year limited warranty Cost of complete installation of the septic system is $97,941.00 The replacement of the 23 — 4" plug valves and 3 — 6" plug valves with I - Bull Run Diversion valve will save approximately $7,040.00 in parts and labor. In addition to the cost savings, the diversion valve will allow the customer one access point to alternate water flow between the two halves of the drain field versus having to alternate the water flow at multiple points. In the event additional drain field is needed in the future, the existing Bull Run Diversion valve will be able to serve both the existing and new drain fields. Thank you for giving Brothers Septic Systems the opportunity to work with you. Please feel free to contact me at 806-781-1714, if you have any questions concerning this bid. Yawm ch Owner Working to Protect the Environment for Future Generations BROTHERS SEPTIC SYSTEMS 3516 33`d Street, Lubbock, TX 79410 www.brotherssepticsytems.com (806)781-1714 - brothersseptic@hotmail.com August 9, 2011 Future Drain Field Explanation - Lubbock South Water Treatment Plant. Lubbock. TX Current Installation: The Bull Run Diversion Valve will split water distribution between the 21 rows of the current drain field (I I connected to one out port, 10 connected to the other out port). Water distribution will need to be diverted every six months between the two sections. Future Drain Field: In the event additional drain field is needed in the future, the existing Bull Run Diversion valve will be able to serve both the existing and new drain fields. The two separate lines in the existing drain field will be connected creating one section of drain field. This will allow the out port that is no longer connected to the existing drain field to service the new drain field. Water distribution can then be diverted between the existing and new drain field ever six months. Please see the attached drawing for a visual of this explanation. Thank you for giving Brothers Septic Systems the opportunity to work with you. Please feel free to contact me at 806-781-1714, if you have any questions concerning this explanation. Samuel Branch Owner Working to Protect the Fnuironmentfor Future Generations BROTHERS SEPTIC SYSTEMS 3516 33'd Street, Lubbock, TX 79410 www.brotherssepticsytems.com (806)781-1714 - brothersseptic@hotmait.com Map 01dar Info II Training Vid!2! II COtl twct 11Datacenter -P vot—W 1rod.cts 0ownRNW5 E 13=111 RIUL N' VALVE 'WATM--flGHT W ACCESS CAP RJSERCAP ADAPTER RISER TUBE VALV E DIRECTI ON HANDLE RISERCAP P ADAPTER The Bull Run Valve— Is designed to split flows to septic C OUr PORT fields or systems. In addition to the advantages of longer life and easier installation it is the most public 4' OUr PORT health safe alternating device available for wastewater disposal applications. The use has absolutely no contact with wastewater due to the valve's leak -proof and external operating characteristJcs. The change over from r IN PORT one drainage field to another can be accomplished in less than a minute by simply turning the valve without digging or contact with wastewater. The Bull Run Valve Is available in 4' sch 40 pvc and is suitable wherever septic disposal systems are used - In commercial, Industrial, and residential applications. OPERATING THE VALVE The direction control handle should be rotated Field Field Field Field periodically to direct effluent to one or the other NO. I No. 2 No. 1 140.2 of two septic fields. Afte ' r removing the screw cap at the top of the riser tube, the valve handle can be turned with the valve key furnished. Valve Positioned Positioned Positioned Positioned BULL RUN VALVE s on No. I orl No. 2 Complete Valve Kit during during Odd Years Septic Y Field EvenYears Contains Tank Tank 1. Bull Run Valve body 2. 28" Valve Key 3. Riser Cap Adapter 4. Watertight Access Cap MM IaMMEaQH 8RV4 BULL RUN VALVE 4" ORV13ULK BULL RUN VALVE & KEY ONLY BRVCIRISER BULL RUN VALVE RISER W/ CAST COVER SRVKFY28 BULL RUN VALVE KEY 28' 8RVK6Y36 EM RUN VALVE KEY 36' BRVCMSER-4" ADJUSTABLE T028" HIGH POLY RISER Mtn-//www arne-.r;r_qnnnq;tF-. html Vi 7nni 1 Item 13 - Change Order Request #18 Description: Modifications to Soffit Framing (�.... ^; t� �� �,, REQUEST FOR INFORMATION No. 00128 TITLE: Metal Fascia DATE: 8/8/2011 PROJECT: South Water Treatment Plant JOB: 161704 FROM: Jacqueline Smith Archer Western 5114 E. FM 1585 Lubbock, TX 79404 Phone:806-445-0803 TO: Aaron Santos Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 SCHEDULE IMPAC*`No COST IMPACT:SPEC SECTION:: QUESTION:. DATE REQUIRED ::8/22/2011 Please find the attached letter/details for your review. Requested By: Jacqueline Smith Archer Western k C_ AN , REVISED RESPONSE TO RFI 128 Facia panels - Install flush panels to match soffitt panels. Install metal drip flashing as shown in detail. In lieu of continuous soffit vent. Install 4" diameter screened aluminum soffit vents (aluminum mill finish) at 8'-0" o.c. Center in flush panel. Cut flush panel to accept screened aluminum soffit vents in a concise, clean, professional manner. Do not distort flush panel soffit metal. Screen soffit vents shall allow passage of air and disallow insects and other pests. Also, please reference the attached detail dated August 11, 2011 which will allow for framing to support flush panel facia. Answer By: Norm Ja els Date Responded: B&V File No: Expedition 0 Page 1 of 1 This document is released on 8 • ! . seit for the purpose of interim review under the authority of Mic4ael L Smith, R.A. License # 16349. It is not to be used for regulatory approval, construction, bidding or permit purposes. BENT Af77L PLATE 12 4 8" CAfU; SF,4T- • TO DECK BEYOND JOIST 2" RIGID INSUL FACE BRICK "iF MOLD SEAL CUNT. . @ " 0. G. 2 112 MTL STUD SUPPORT 7" PERFORATED VENTED SOFFIT PANEL 3' -09 �3 5/g" /--- - STANOINO SEA1,/ MTL ROOF — 3" RIGID INSU1. 1 1 J 2 MTL DECK — — — STL JOIST, REF STRUCT - STL LE, REF STRUCT SNOW GUTTER 5 / B " AfTL STI1 FR4,lLfrNrc MTL F.-, 7» MTL DOWNLEADER . BEYOND 1_--- MTL FLASHING CITY OF L UMOCK, TEXAS ' f+r1IJrPl VAPArr'r1 rr1 --A-r1&1-A)r MI ,i" ` $inopol 8 R P. X206195 1924 CLOVIS-PCADI `01 A40st,5;2 1 Arphdt Westerii Q90tr4ot6 Minton, TX 76006 Jackie' Attn: �S'ffilth' TWW710 Member Ab#"W Ro 6040 Agwdalfon Associate Member: Associateii Gsne[al Contractors Ro a Allen Henry Water TteatMoAt Plant The attached revisions 6&41F-A&Ian 9/F.A5WSW—qr-e�many of the -questionstioiswhich- we had,'-k tdMot#LA-' is ve 001, 16A -e P Abu eheoweve I WhEit th v la Aetaii$ 0 PA this fgr us, please? Also, A uplijquTn, pite e n6tperforgtesteoll 11 3 �j - - QI Petersen i o, 49,Mt. �V r�,,do s soot p 'Is - r'7 As, -in,,-' hdltherdoes']�I. f6t"What it's worth), They do not �aoo. o poi perfoxat steeldueto potential rustingat-the p.d&TAtfoo§- As I see it, we have two choioos: -- (1) De Ir bPT fog perforated panels-, Ve the p A-dis --t -.1.1 1 -611, *ith 00 f th" piels boigg 22 ga steel -and. the "C'.9 I I I* iji*�*qnid shoitage -1 A onebeing4 Ih �overcome lmd 6�,cil.i91 be , h Let Wo)moww the wchoicesAbo 6n . hatwc-id'eedt6bo:00�0eft. Neithubf, 0twoabove' v r46iakt4ry Whaixge- -Y, ABILENE a BNOWNWOOD a LUM06K � MOLAND , WIOMITARALLS. f.69RAW4 11w. ij aw A wig AII I Ing INN Ins low imm � TO:'DECK aff�m I JOIST �Vk IRIGID'INSUL BRICK INN INN No on INN I no INN JJeN IL_ am FIGURE 41F^mA&., f � f 1 C I MIA -�ir WWANr��a�v.r .�.e�►.a® 1 f ! o f I I c a / I LYf e f e CITY OF LUBBOCK., TEXAS SOUTH WATER TWT&SVT .PLW 0 FIGURE 91F Afi.; ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP October 17, 2011 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: COR-018 Additional Soffit Framing per RFI-128 Revised Pricing with Backup Dear Norm; Archer Western offers a revised price of $6,439.77 for the revisions to the soffit framing at the Administration Building as identified in the response to RFI 128. The RFI response added additional framing to support the soffit and fascia. The additional framing and the 1 spacing is highlighted in the attached sketch for your reference. The breakdown and backup for the additional work is also attached for your reference. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer No Text 1 i 000 HAM I LTO N 71010th Street paBo HA Lubbockk,TeTexas79408 ACOUSTICAL COMPANY M.783.3830 dMsIon of H Construction Systems, Inc. EaLUCGUO TO Archer -Western Contractors Proposal DATE October 11, 2011 e Lake Allen Henry Water supply South Water rreatment Lubbock Texas (Contract I} DESCRIPTION AMOUNT We propose to furnish all labor and material to apply all work listed below according to plans and specifications. Special conditions of this bidwlll be noted belam Proposal Request — Revised 10-11-11 Add for framing per revised detail 4/F-A52 &9/F-A5.2 Add: $ 5,680.00 Material - $ 2,777.00 Labor - $ 2,228.00 Equip. - $ 675.00 Tbank you, Troy Colley Accepted BY BY -� This proposal is limited to ten days atxgptance. Ifwe are called upon to perform this wotkafter ten days we reserve the right to revise our price In accordance with costs In effect at that time. ion ,9 6r •r ADDRESS ,[g L ARCH._ '17e /_ MATERIAL COSTS LA 0 O R MATERIALS QUANTITY UNIT EXTENSION UNIT EXTENSION efG e el CY 8 �X3 ��.. ��' r✓G.132 f zft r t / a �g ;9,�s O I TOTALS _ MATERIALS —TOTAL Q WHSE. CIIGE. S JOB COST z Q,L SALES TAX OMHEAD t p •/.61 40 LABOR —TOTAL 7 d Q NET COST !� INSURANCE AND TAXES 3 .Z PROFIT ` C DRAYAGE/FREIGHT 8 t9 UNIT COST JOO PRICE SCAFFOLDING' �^ TRAVEL OOARD , INCIDENTAL& (WAH-UP, cte.j JOB COST ZI r v C> Item 14 - Change Order Request #19 Description: Analyzer Equipment Changes � � �� : �� � ,1 j1 No Text COR-019R - Deletion of Ammonia Analyzer and MFG Change on PH and Conductivity Analyzers DATE: January 30, 2012 SOUTH VyTP CONTRACT F www BLrecMnplogy'toYn No Text Item 15 - Change Order Request #20 Description: Motor Starters for CIP Pumps C C. ))LIty4y ARCHER WESTERN CONTRACTORS A MEMBER OF THE WALSH GROUP February 2, 2012 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: COR-020 Dear Norm; Archer Western requests compensation for the increase in size of the motor starters for the CIP Pumps. The increase in size was noted in the Black and Veatch submittal comments in submittal S-01031-001A dated 12/2/10. Unfortunately there was no field order or contract change issued and the comments were not relayed to our electrical subcontractor. The question on the sizing of these starters came up again in a question from GE in submittal 16480-001a. GE requested the starter size for these pumps be confirmed. Unfortunately neither Archer Western or Black and Veatch noted the change in size. We are proceeding with this change in an effort to keep the job on schedule; however we request this proposal be considered. The starters currently installed will remain which may be of some benefit to the City of Lubbock in the future. The cost proposal and backup information are attached. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, w POW4 Wayne Pursley Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer 1 1 1 1 1 1 '• 1 1 1 --- •?9 : e e -;—,� - `§- .ate° ems" „ � � sue= � _ � ,;F . ��,�:�s z r g� a T • •1 i A� i i � i i E3k1iii1tiY7E.�ik7S'ii�y>l . --- . . � . t,Sub1tf�TiT•'etT/a1II' dmTpGS7TT�: -------- Labor Burden 65% •i . -_-----�� on-91,11 Tlrork------- '/ 1 1 ------- T 7 � —_-----�6'S�L•1 Y(Ill ElWJxre111�N1idLLL a+Llb9s1 IS■ Deduct per Negotiations with B&V and City of Lubbock ($4,971.34) TOTAL AMOUNT THIS PROPOSAL $9,94267 ACME EYeCtr1C PROPOSED CHANGE ORDER No. 00010 108 East 82 Lubbock, IX. 794;04 . TITLE: Add Size 3 starters to MCC 300, 301 PROJECT: LAKE ALAN HENRY WTP TO; Attn: Wayne Pursely Archer Western Construction 2121 Ave. J Ste. 103 Arlington, TX 76006 RE: To: From: DATE: 1 /31 /2012 JOB: 1389 CONTRACT NO: Number: Item Description Stock# Quantity Units Unit Price Tax Rate Tax Amount Net Amount 00001 Size 3 Starter Buckets 2.000 S5,324.00 0.00% S0.00 $10.648.00 00002 Increase conduit and Hire size 1.000 $420.00 0.00% S0.00 $420.00 00003 Labor btanhours 16,000 $28.00 0.001/0 $0.00 $448.00 00004 Labor Burden 448,000 $0.50 0.00% $0.00 $224.00 00005 Profit and Overhead 11740.000 $0.15 0.00% $0.00 S1761.00 00006 Perfonnance Bond 13501.000 S0.02 0.00% S0,00 $270.02 Unit Cost: $13,771.02 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 Total: $13,771.02 �_. APPROVAL: By: -. - - By:Barry Brown Wayne Pursely Date: ,/ Date: LWditiou i`— 0imagination at work GE Industrial Solutions 5353 Gamble Drive Minneaplis, MN 55416 Email: scott.connell@ge.com To: REYNOLDS CO INC ATTN: ACCOUNTS PAYABLE 6775 BINGLE RD HOUSTON, TX 77092 Date: 1 /27/2012 Telephone: 952-542-0209 Fax: 1-866-475-4362 Bill of Material LAKE ALAN HENRY WTP LVMCC Units WIN Proposal #: 6K3-02151 M3 Requisition #: 417-RY414-M3 Proposal/Quote Type: Renewal Parts Valued GE Customer, We are pleased to offer this proposal for your review. Thank you for allowing GE Industrial Solutions - Electrical Distribution the opportunity to participate on this project. Please do not hesitate to contact us with any questions. Evolution Series MCC — Plugin Starter Units MCC-300 & MCC-301 Linetype E9000 UL labeling required NEMA Wiring Class I -BD 480 Volts 3 Phase 3 Wire 60 Hz 65000 AIC Customer supplied drawings Item# Qtv Description Combination Starter Device Units: 1 1 MEMBRANE CIP PUMP 3010A Size 3 FVNR Starter 30 Hp 70Amps/3P Trip SEL C/B Disc. Accessories — Wired per Elementary Sheet # 121 (1) Ambient -compensated OL relay (1) CPT-300 VA (1) CR120B AUX Control 4-pole control relay (5) Intlks (1) LED Transf indicating light -RUN -RED (1) LED Transf indicating light -STOP -GREEN (1) LED Transf indicating light -TRIP -AMBER (1) Standard 3pos selector switch Miscellaneous 24" Section space available 2 1 MEMBRANE CIP PUMP 3010B Size 3 FVNR Starter 30 Hp 70Amps/3P Trip SEL C/B Disc. Accessories — Wired per Elementary Sheet # 121 (1) Ambient -compensated OLrelay (1) CPT-300 VA (1) CR120B AUX Control 4-pole control relay (5) Intlks (1) LED Transf indicating light -RUN -RED (1) LED Transf indicating light -STOP -GREEN (1) LED Transf indicating light -TRIP -AMBER (1) Standard 3pos selector switch Miscellaneous 24" Section space available Price Shipment Lead Time $5324.00 net 4 weeks (Monterrey, MX) $5324.00 net 4 weeks (Monterrey, MX) ti. Paae: 1 ` imagination at work t FACTORY TESTS: Standard factory test procedures will be performed. Field testing, customer inspections, customer witness tests and any other non-standard test procedures are not included unless specifically noted herein. WARRANTY: 1. The warranty for Products shall expire one (1) year from first use or eighteen (18) months from delivery, whichever occurs first, except that software is warranted for ninety (90) days from delivery. The warranty for Services shall expire one (1) year after performance of the Service, except that software -related Services are warranted for ninety (90) days. 2. Additional 12 months available for 2% adder, 24 months for 4% adder. Limited Warranty for all Core/Standard and Stand -Alone Drive Panels (excluding DV300 DC Drives and 18 Pulse Panel products): 36 months from date of shipment. An additional 12 months (a total of 48 months) are available for 10% Net Price adder, or an additional 24 months (the maximum of 60 months) for 20% Net Price adder. Contact GE 1 Stop when order is placed to include extended warranty on item(s). DV300 DC Drives have a warranty period of 18 months after shipment only; 18 Pulse Drive panels have a warranty of 12 months after shipment. For GE Zenith Controls and Power Quality product limited warranty, please refer to GETCPQ, which can be found at hftp://www.gedigitalenergy.com/PowerQuality/GETCPQ.pdf. Post Sales Service for GE Zenith Products (Automatic Transfer Switches and UPS products) Contact GE Post Sales Service at 800 637 1738 Select Option 3. TERMS OF PAYMENT: All projects are: Net 30 days Price Clause 1 Q For projects up to $250,000 terms of payment are 100% net 30 days from invoice date. If project value exceeds $250,000 net, progress payments are required payable at the following milestones: -20% upon delivery of drawings -30% upon release of equipment -Balance due upon shipment POLICIES AND CONDITIONS OF SALE: C1. Sales to Authorized GE Distributor: This quotation is offered subject to the Apparatus Distributor Agreement between GE and Distributor. Sales to Direct -Served Accounts: See Form ES104 (Rev. 4), except as specifically noted herein and GE Zenith Controls/Power Quality products shown on GETCPQ which can be found at hftt)://www.gedigitalenergy.r-om/PowerQuality/GETCPQ.i)df. 2. To the extent the Buy American Act, Trade Agreements Act, or other domestic preference requirements are applicable to this Contract, the country of origin of Products is unknown unless otherwise specifically stated by Seller in this Contract. The customer (distributor or direct -served customer, as applicable) warrants that there are no governmental contracting requirements or regulations that apply to this transaction (including without limitation any Federal Acquisition Regulations), other than such terms as have been disclosed to Seller and agreed to by Seller in writing prior to Seller agreeing to this transaction. 3. This quotation expires in 30 calendar days unless terminated sooner by notice. 4. Order must be released for manufacture within 90 days. If drawings are required they must be returned approved for release within 60 days of mailing. If not, and/or shipment is delayed for any reason, the price will increase 1.5% for each partial/full month that shipment is delayed after the 90-day period. 5. Price(s) quoted are for estimated lead-times given; expedited schedule may require additional charges. ORDER CANCELLATION - SCHEDULE OF CHARGES: 10% - Order received and entered on factory, work not started, material not ordered. 30% - Drawings for approval submitted. 60% - Approved drawings returned. Job released for manufacture and shipment. 80% - Material accumulated and production started. 100% - Manufacturing completed. DELIVERY AND TRANSPORTATION: 1. EXW GE's facility, place of manufacture or warehouse (Incoterms 2000). Title passes upon shipment. 2. GE will assume the risk of loss or damage to the destination for a 2% adder (but not less than $500 net) applied to the total price of the equipment. "Destination" is defined as GE's common carrier's delivery point nearest first destination or point of export within the continental U.S. 3. Unless otherwise noted in this quotation, normal transportation and handling, is allowed on orders of $1000 net or more to common -carrier point nearest destination within the Continental US (excluding Alaska and Hawaii). Freight and handling will be prepaid and billed on orders less than $1000 net. 4. Exception -GE Zenith ATS and UPS are not shipped freight allowed. Freight charges will be included on Invoice (3.0% of sale for ATS LTL carrier shipments with minimum $70.00 shipping charge on all ATS products). 5. Shipment via Air or Open -Top/Flatbed/Lift gate truck not included unless specifically listed herein. 6. Special Instruction - The Receiving Associate is required to sign, date and note specific visible or concealed damage on Bill of Lading at time of delivery. Freight Company Associate is required to witness Receiver's signature, date and Page: 2 imagination at work (_ damage claim annotations. GE's Post Sales Service Department must be provided with copy of annotated BOL within five (5) days of delivery or Shipper's responsibility ends. Total Lot Price does not include Terms and Conditions. The lead-times quoted are for Estimating Purposes Only. Actual drawing and shipping schedule_ s will be based on factory load, receipt of order with complete technical'iriformation, and the date GE receives authorized release to manufacture. The accompanying Bill of Material is our interpretation of what is required to meet the intent of the listed Drawings and Specifications. Please review thoroughly for accuracy and completeness, and advise immediately if any revisions are required. This proposal is limited to the attached Bill of Material only. Start-up Services and Training are not included unless specifically noted herein. Changes to scope will require a revised proposal. The devices listed on this bill of material may have selective coordination over the long time, short time and instantaneous range. GE's selective capabilities are listed in publication DET-537. It is recommended that a qualified engineer be employed to determine selective coordination as required for the project and in accordance with applicable local codes and acceptable engineering practices. Selective coordination may require significant changes to the system design, equipment sizing and cost. GE Proprietary Information The information contained in this document is GE Proprietary Information and is disclosed in confidence. It is the property of GE and shall not be used, disclosed to others or reproduced without the express written consent of GE. Donn• q >-SPLICE FRONT VIEW SECT. HEIGHT 90 INCHES A -SHIPPING LENGTH UL SECT. NO UL UL UL UL UL UL FDRCB/125 ABC FDRCB/125 ACC FDRCB 200 ADD FVNR 3 AEE FDRCB/25 AFC FDRCB/30 AGC FDRCB/125 ABD FDRCB/125 ACD FDRCB/25 RFD FDRCB/30 AGD SPACE SPACE FDRCB/125 ADE FVNR 0.75 FDRCB/20 AGE FDRCB/100 FVNR FDRCB/20 ABF ACF ADF 3 AGF SPACE SPACE FDRCB/50 SPACE ADG AFG FVNR SSS ABH ACH 5 AEH 60 AGH SPACE SPACE FVNR 3 FVNR 3 ABJ ACJ SPACE AEK AGK TVSS SPACE FVNR FVNR ACL ADL 20 3 SPACE SPACE ABN RCN ADN AEN AFN AGN 0021 0031 2 3 4 5 6 7 SB FRONT 20x22 FRONT 20x221 FRONT 20x221 FRONT 20x22 FRONT 20x22 FRONT 20x22 MOD. SHEET SA SECT. WxD I FRONT 30x3O 35 1, 60 60 ,I VERT. BUS A. 600 300 600 600 300 600 STUB VERT. BUS A. VERT. BUS S/U LENGTH 6.0 6.0 6.0 6.0 4.0 6.0 STUB VERT. BUS S/U LENGTH VERT. STAB GND S/U LENGTH 6.0 6.0 6.0 6.0 4.0 6.0 VERT. LOAD GND S/U LENGTH CUSTOMER INC. LINE PER PHASE 6-92 AWG - 600 MCM BOTTOM SECT. AA i MEBANE, NC USA DWG. NO.34OB6876 CONT.ON SH.L02A SH. L02 OUTLINE -SUMMARY MCC EVOLUTION DWG.FOR INSTALLATION OUST ITEM NAME:MCC-300 TOTAL SECTIONS 7 G.E. RON.417RY414-MI ITEM NO. 2 PANEL CATALOG NO. OC70XO484LO2 CUSTOMER: REYNOLDS CO INC USER: LAKE ALAN HENRY WTP LVMCC NEMA CLASS II TYPE BD ENCL.IG POWER SUPPLY 480 VOLTS 60HZ 3 PHASE 3 WIRE CONTROL 120V AC SING WINDING CPT AMPS MATL PLATING MAIN BUS 2000 COPPER STD TIN VERT. BUS COPPER STD TIN GND. BUS 300 COPPER STD TIN NEUT. BUS BUS BRACING 65000 SYMMETRICAL MCC SHORT CKT. RATING 65000 SYM. EST. WEIGHT 3500 LBS. DRAWINGS AND SHEETS STANDARD DRAWING:340B6876 SPECIAL DRAWING: SPEC. SHTS.: UNIT IC.SH.: PLUG IC.SH.: ENGINEER: RKW RKW ISSUED 07/09/2010 REV. NO. I REV. 07/22/2011 IT SUMMARY MCC EVOLUTION ENGINEER: RKW REV. 07/22/2011 D. NO. 417RY414-Ml ISSUED 07/09/2010 REV. NO. I JEL CAT. NO. OC70X04B4L02 0 MEBANE, NC USA DWG. N0.34086876 nur. cna Tucrai i ArTnu rnur nu cu i 017b cu i ago UNIT MOD SH CUST UNIT NO UNIT NP CRT o 273A7916P3F3.0/1.0 BLACK FACE, WHITE CORE NAMEPLATE ELEM CONN D R W S I Z E FUNCTION S I Z E HP KW K-KW FLA RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL AUX INTLK -NOT LABELED SC MARKER CPT VA CATALOG NUMBER UL LABEL CUL LABEL 0 C 120 MAIN BREAKER 120-R 220 C MAINCB I I I I SSF2000 1200 1 1 UL 1 150 1 1 0MX9-508812 LSIG MEMBRANE FEED PUMP P1006A 117 217E FDRCB SELT 125 UL 144 0LS1-508820 MEMBRANE FEED PUMP P1006B 117 217E FDRCB SELT 125 UL 144 0LS1-506820 SPACE SPACE X 07810 SPACE SPACE 1 OXX2-506810 SPACE SPACE X OXX2-508810 TVSS 116 216 TVSS I OXX4-508800 MEMBRANE FEED PUMP P1006C 117 217E FDRCB SELT 125 UL 144 0LS1-508820 MEMBRANE FEED PUMP P1006D 117 217E FDRCB SELT 125 UL 144 0LS1-508820 SPACE SPACE X OXX2-508610 SPACE SPACE X I I I -OXX2-508810 IT SUMMARY MCC EVOLUTION ENGINEER: RKW REV. 07/22/2011 Q. NO. 417RY414-MI ISSUED 07/09/2010 REV. NO. 1 NEL CRT. NO. OC70X0484L02 0 MEBANE, NC USA DWG. N0.34086876 nur. cnc rucTc) J crrnu rnur nu cu i avr . aoo IT UNIT MOD SH CUST UNIT NO UNIT NP CRT 273A7916P3F3.0/1.0 BLACK FACE. WHITE CORE NAMEPLATE ELEM CONN D R W S I Z E FUNCTION S I Z E HP KW K-KW FLA RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES 8Y TOTAL AUX INTLK -NOT LABELED SC MARKER CPT V CATALOG NUMBER Ul LABEL CUL LABEL 0 C I SPACE SPACE A OXX2-508810 SPACE SPACE A 0XX2-508810 I SPACE SPACE A OXX2-508810 MEMBRANE HEATER 117 217F FDRCB SFLT 200 UL 173 OLS2-508821 MEMBRANE FEED PUMP 117 217E FORCE SELT 125 UL 144 OLS1-508820 LIGHTING PANEL TRANSFORMER LT-301 117 217E FDRCB SELT 100 UL 144 OLS1-508807 i MEMBRANE AIR COMPRESSOR C5000A l7 17E FDRCB SELT 50 UL 144 OLS1-508819 I 123T MEMBRANE NEUT. PUMP P7006A 123 223A FVNR I 1 1 5.00 6.3 1800 1.150 IC695PI I AMBIENT I SELI 1 15 1 1 3 1 Z 1 UL 142 300 16S3-508814 SPACE SPACE I I I A I I I I 0XX2-508810 1 SPACE SPACE I I I I I I I I I I I I I X I I I I OXX2-508810 EXHAUST FAN EF-301 103 203A I I FVNR I 1 1 3.00 3.9 1800 1.150 C419A I AMBIENT I SELI 1 7 3 1 1 1 UL 1 1 142 1 300 1 1AS3-508815 IT SUMMARY MCC EVOLUTION ENGINEER: RKW REV. 07/22/2011 0. NO. 417RY414-Ml ISSUED 07/09/2010 REV. NO. 1 VEL CRT. NO. OC70XO484LO2 0 MEBANE. NC USA DWG. NO.34OB6876 uwu.rVn 1rvJInLLnI1V1Y UUrvl. V on.LncU Jrl.LWeL T UNIT MOD SH CUST UNIT NO UNIT NP CRT 273R7916P3F3.0/1.0 BLACK FACE, WHITE CORE NAMEPLATE ELEM CONN D W S I Z E FUNCTION S I Z E HP KW K-KW FLA RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL RUX INTLK -NOT LABELED SC MARKER CPT VA CATALOG NUMBER UL LABEL CUL LABEL 0 C EXHAUST FAN 103 203A FVNR 1 3.000 3.9 1800 1.150 C419A AMBIENT SELI 7 3 1 UL 142 300 IAS3-508815 EF-302 EXHAUST FAN 103 203A FVNR 1 3.00 3.9 1800 1.150 C419R AMBIENT SELI 7 3 1 UL 142 300 IAS3-508815 EF-303 1 I I 1 1 1 121T MEMBRANE 121 221E FVNR 2 20.00 23.1 1800 1.150 C250B AMBIENT SELI 40 3 2 UL 143 300 2RS3-508813 I CIP PUMP 1 1 I I 1 1 1 1 1 1 1 1 1 30106 ODU-1001 117 217E FDRCB SELT 25 UL 144 OLS1-508818 SAMPLE PUMP SMP-301 122 222R I I FVNR I 1 1 0.75 1.4 1800 1.150 1 C184A AMBIENT SELI 3 3 2 UL 142 300 IRS3-508803 104 MEMBRANE AIR SCOUR BLOWER B6004A 104 �2041 C SSS 4 60.00 1.150 None AMBIENT SEPT 150 0 1 UL 300 4YS7-511280 NORTH EXTERIOR LIGHTS 117 217E FDRCB SELT 30 UL 144 OLS1-50BB05 ELECTRIC GATE CONTROLLER 117 217E FDRCB SELT 30 UL 144 OLS1-508805 SPARE 117 217E FDRCB SELT 20 -77 UL 144 OLS1-525165 SPARE 117 217E FDRCB SELT 20 UL 144 OLS1-525165 JIT SUMMARY MCC EVOLUTION ENGINEER: RKW REV, 07/22/2011 :0. NO. 417RY414-Ml ISSUED 07/09/2010 REV. NO. 1 , , iNEL CAT. NO. OC70X0484LO2 0 MEBANE, NC USA DWG. N0.34086876 nWr. FnP TNSTAI I ATTnN Cf1NT _ f1N SH 1 013 SH _ I Gipn IT C UNIT MOD SH CUST UNIT NO UNIT NP CAT + 273A7916P3F3.0/1.0 BLACK FACE, WHITE CORE NAMEPLATE ELEM CONN D R W S I Z E FUNCTION S I Z E HP KW K-KW FLA RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL AUX INTLK I -NOT LABELED SC MARKER CPT VA CATALOG NUMBER UL LABEL CUL LABEL 0 C J SPACE SPACE A OXX2-508810 ( SPARE 7777 FVNR I 1 1 3.00 3.9 1800 1.150 C419A AMBIENT SELI 7 3 2 UL 142 300 IAS3-525776 J SPARE 102 202A 1 1 FVNR I 1 1 3.00 3.9 1800 1.150 C419A AMBIENT SELI 7 3 2 UL 142 300 IMS3-525776 >-SPLICE FRONT VIEW SECT. HEIGHT 90 INCHES I -SHIPPING LENGTH UL SECT. NO 0 UL UL UL > UL UL UL FDRCB/125 FDRCB/125 FDRCB FVNR FDRCB/25 FDRCB/30 ABC ACC 200 2 RFC AGC FDRCB/125 FDRCB/125 FDRCB/25 FDRCB/20 ABD ACD ADD AFD AGD FOR RCE/100 FDRCB/125 FVNR FDRCB/20 ACE ADE AEE 0.75 AGEDR FDRCB/100 FCB/50 FVNR FDRCB/20 ABF ACF ADF 2 AGF SPACE SPACE FDRCB/20 FDRCB/20 ADG AFG AGG FVNR SSS FDRCB/20 ABH ACH 5 AEH 60 AGH SPACE SPACE FVNR FVNR 2 2 ABJ ACJ SPACE TVSS SPACE AEK AGK FVNR FVNR ACL ADL 20 2 SPACE SPACE ABN ACN ADN ��AEN AFN AGN 002)K 0031 2 3 4 5 6 7 SB FRONT 20x22 FRONT 20x22 FRONT 20x22 FRONT 20x22 FRONT 2Ox22 FRONT 20x22 MOD. SHEET SA SECT. WxD FRONT 30x3O 35 VERT. BUS A. STUB VERT. BUS A. VERT. BUS S/U LENGTH STUB VERT. BUS S/U LENGTH VERT. STAB GND S/U LENGTH VERT. LOAD GND S/U LENGTH CUSTOMER INC. LINE PER PHASE 6-#2 AWG - 600 MCM BOTTOM SECT. AA 60 600 GOO 600 600 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 60 300 600 4.0 6.0 4.0 6.0 MEBANE, NC USA DWG. NO.34OB6876 CONT.ON SH.L03M SH. L03 OUTLINE -SUMMARY MCC EVOLUTION DWG.FOR INSTALLATION CUST ITEM NAME:MCC-301 TOTAL SECTIONS 7 G.E. RON. 417RY414-MI ITEM NO. 3 PANEL CATALOG NO. OC70XO484LO3 CUSTOMER: REYNOLDS CO INC USER: LAKE ALAN HENRY WTP LVMCC NEMA CLASS II TYPE BD ENCL.IG POWER SUPPLY 480 VOLTS 60HZ 3 PHASE 3 WIRE CONTROL 120V AC SING WINDING CPT AMPS MATL PLATING MAIN BUS 2000 COPPER STD TIN VERT. BUS COPPER STD TIN GND. BUS 300 COPPER STD TIN NEUT. BUS BUS BRACING 65000 SYMMETRICAL MCC SHORT CKT. RATING 65000 SYM. EST. WEIGHT 3500 LBS. DRAWINGS AND SHEETS STANDARD DRAWING:34086876 SPECIAL DRAWING: SPEC. SHTS.: UNIT IC.SH.: PLUG IC.SH.: ENGINEER: RKW RKW ISSUED 07/09/2010 REV. NO. 1 REV. 07/22/2011 1IT SUMMARY MCC EVOLUTION ENGINEER: RKW REV. 07/22/2011 :0. NO. 417RY414-M1 ISSUED 07/09/2010 REV. NO. I )NEL CRT. NO. OC70X0484L03 / , MEBRNE. NC USA DWG. N0.34086876 roer rno rucrei i errnu rnr.rt nu c i aeo e IT C UNIT MOD SH CUST UNIT NO UNIT NP CRT + 273A791GP3F3.0/1.0 BLACK FACE, WHITE CORE NAMEPLATE ELEM CONN R W S I Z E FUNCTION S I Z E HP KW K-KW FL RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL RUX INTLK -NOT LABELED SC MARKER CPT VA CATALOG NUMBER LABEL CUL LABEL 0 C 1 120 MAIN BREAKER 120-A 220 C MRINCB SSF2000 1200 UL 150 OMX9-508812 LSIG MEMBRANE FEED PUMP P1006E 117 217E FDRCB SELT 125 UL 144 0LS1-508820 MEMBRANE FEED PUMP P1006F 117 217E FDRCB SELT 125 UL 144 OLS1-508820 SPACE SPACE I; 0XX2-508810 i SPACE SPACE 1 7-5011810 7 J SPACE SPACE I OXX2-508810 V TVSS 116 216 TVSS ' 0XX4-508800 MEMBRANE FEED PUMP P1006G 117 217E FDRCB SELT 125 UL 144 OLS1-508820 D MEMBRANE FEED PUMP P1006H 117 217E FDRCB SELT 125 UL 144 OLSI-508820 E LIGHTING PANEL TRANSFORMER LT-302 117 217E FDRCB SELT 100 UL 144 OLS1-508807 - LIGHTING PANEL TRANSFORMER LT-303 117 217E FDRCB SELT 100 UL 144 OLSI-508807 T SUMMARY MCC EVOLUTION 1. NO. 417RY414-M1 JEL CRT. NO. OC70X0484L03 ENGINEER: RKW REV. 07/22/2011 ISSUED 07/09/2010 REV, NO. 1 MEBANE, NC USA DWG. N0.34086876 OWf,.FOR TNSTA I ATTON CONT_ ON SH_I OIRf SH.I O1AR UNIT MOD SH CUST UNIT NO UNIT NP CRT + 273A7916P3F3.0/1.0 BLACK FACE, WHITE CORE NAMEPLATE ELEM CONN D R W S I Z E FUNCTION S I Z E HP KW K-KW FLR RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL RUX INTLK A -NOT LABELED SC MARKER CPT VA CATALOG NUMBER UL LABEL CUL LABEL 0 C SPACE SPACE A OXX2-508810 SPACE SPACE A OXX2-508810 SPACE SPACE A OXX2-508810 SPACE SPACE 11 OXX2-508810 MEMBRANE HEATER 117 2171 FDRCB SFLT 200 UL 173 0LS2-508821 MEMBRANE FEED PUMP 117 217E FDRCB SELT 125 UL 144 0LS1-508820 MEMBRANE AIR COMPRESSOR C50009 117 217E FDRCB SELT 50 UL 144 0LS1-508819 BRIDGE CRANE BC-301 117 217E FDRCB SELT 20 UL 144 0LS1-525165 123T MEMBRANE NEUT. PUMP P70089 123 223A FVNR 1 5.00 6.3 1800 1.150 �C695A AMBIENT SELI 15 3 2 UL 142 300 IAS3-508814 SPACE SPACE A OXX2-508810 SPACE SPACE OXX2-508810 (T SUMMARY MCC EVOLUTION ENGINEER: RKW REV. 07/22/2011 ). NO. 417RY414-MI ISSUED 07/09/2010 REV. NO. I , , JEL CRT. NO. OC70XO484L03 0 MEBANE, NC USA DWG. N0.34086876 nur,_ Fna TNSTPA i ATTnN rnuT nu cu i on cu t air UNIT MOD SH CUST UNIT NO UNIT NP CRT o 273A7916P3F3.0/1.0 BLACK FACE, WHITE CORE NAMEPLATE ELEM CONN D R W S I Z E FUNCTION S I Z E HP KW K-KW FLR RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL RUT INTLK -NOT LABELED SC MARKER CPT VA CATALOG AMBER UL LABEL CUL LABEL 0 1 C EXHAUST FAN EF-304 106 206A FVNR 1 2.000 2.9 1800 1.150 C356R AMBIENT SELI 7 3 1 UL 142 300 IAS3-508822 EXHAUST FAN EF-305 106 206A I I FVNR I 1 1 2.00 2.9 1800 1.150 C356R I AMBIENT I SELI 1 7 1 1 3 1 1 1 UL 1 142 1 300 1 IAS3-508822 SPARE 102 202R I I FVNR I 1 1 2.00 2.9 1800 1.150 C356R I AMBIENT I SELI 1 7 3 1 2 1 UL 142 300 IAS3-525777 121T JMEMBRRNE CIP PUMP 30108 121 2218 FVNR 2 20.00 23.1 1800 1.150 �C2508 AMBIENT SELI 40 3 2 UL 143 300 2RS3-508813 ODU-1002 117 217E FDRCB SELT 25 UL 144 OLS1-508818 EXHAUST FAN EF-1001 105 205R I I FVNR I 1 1 0.75 1.4 1800 1.150 C184R AMBIENT SELI 3 3 1 UL 142 300 IAS3-525773 104 MEMBRANE AIR SCOUR BLOWER B6004B 104 204D C SSS 1 4 60.00 1 1.150 1 None AMBIENT SEPT 150 0 1 UL 300 4YS7-511280 DRAIN PUMPS FLOOR CONTROL PANEL 117 217E FDRCB SELT 30 UL 144 OLS1-508805 ELECTRIC DOOR 120C 117 217E FDRCB SELT 20 UL 144 OLS1-525165 ELECTRIC DOOR 205 117 217E FDRCB SELT 20 UL 144 OLS1-525165 JIT SUMMARY MCC EVOLUTION ENGINEER: RKW REV. 07/22/2011 :0. NO. 417RY414-M1 ISSUED 07/09/2010 REV. NO. 1 1NEL CAT. NO. OC70X04841-03 0 MEBANE, NC USA DWG. NO.34086876 f1WG.R1R TNSTAI I ATTnN rnKJT_ nN SW_1 014 SH_I onn IT UNIT C MOD SH CUST UNIT NO UNIT NP CAT M 273A7916P3F3.0/1.0 BLACK FACE. WHITE CORE NAMEPLATE ELEM CONN D R W S I Z E FUNCTION S I Z E HP KW K-KW FLA RPM SF OL HEATER CR123 OL RELAY TYPE CB SW TRIP FUSE/ CLIP FUSES BY TOTAL AUX INTLK I -NOT LABELED SC MARKER CPT VA CATALOG NUMBER UL LABEL CUL LABEL 0 C SPARE 117 217E FDRCB SELT 20 UL 144 OLS1-525165 i SPARE 117 217E I I FDRCB SELT 1 20 1 1 1 UL I 144 OLS1-525165 i SPARE 117 217E FDRCB SELT 1 20 UL 144 OLS1-525165 C SPRRE 102 202R I FVNR I 1 1 2.00 2.9 1800 1.150 C35611 I AMBIENT I SELI 1 7 3 2 UL 142 300 IAS3-525777 J SPARE 102 202R I I FVNR I 1 1 2.00 2.9 1800 1.150 C356A I AMBIENT I SELI 1 7 3 1 2 1 UL 1 142 1 300 1 IAS3-525777 BI A B C 0 E F G H J K L M N P 0 R S T U BI 02 02 tv ,.\. 03 03 m _.. .. 01 B4 04 m 05 05 a) 06 06 07 07 BB BB 09 09 i 10 LI L2 L3 10 11 ST�AB_��l CB H 11 N 12 [3' (511 (6) [s10L [6) 12 L3 (5) f61 K3 K6 T3 13 13 14 (221 Oiln) 131 141 litL2 I31 [a) K2 KS T2 IS 15 l6 [11 2] ROTOR 16 LI (I] (21J(I) K4 TI 17 17 110 19 19 20 20 Hl H2 21 21 T 22 (211FU 22 1 xl au az) X2 23 = Be:: 23 24 GND 71 24 70: 25 61 25 26 60• 26 53• 27 52• 27 28 AR FAILURE 51e Za _.. (/ 29 1211 [22) 20 (YI) A m) 7. 6i 29 l 30 5. 30 \ _ AR 4• 31 ffll (n2] 39 31 32 2r• 32 SN PB r 120 33 I ON _ _ AUTO le 33 OFF M OL X2r. 34 Will I0121 ffl) IB] (71 (W TB 34 .1PR IR 4B 35 I 1 1 ( 35 36 I ♦ I I 36 I I RUN 37 113l �)�� 37 5 3 39 _(Z�JM ¢z�a HEMB CP 39 I I I I I �50 1 f 3f �`" 39 40 I I I I I M 40 as)� I I I I) 41 52n 53 41 42 �'�`+��� AUTO TO M 42 MEMBRANE [Is) 161 SPARE 43 SYSTEM CP 6 61 43 44 MR 44 7 [131 114) 45 70 71 45 46 RR 46 (328 MEMB CP 47 M RUN P80� 47 CIU 112) (RI] fR2] 48 2 98 49 49 50 50 M OFF 51 (13)(14) ISI) G IV) 51 4 52 52 53 O 53 54 MOTOR SPACE HEATER 54 55 55 56 56 �.` 57 57 ... 58 58 59 59 60 60 61 61 A B C 0 E F G H J K L M N P 0 R S T U HIJ2ES/REGEN MCC EVOLUTION °1cnrt: 6MKIO. 34 7/ 9/ 417RY414-M1 / ONSH. H. $11. NO, DI u MFRRNF. W. IISR 121 �� .' � '�/ ,,�i Item 16 - Change Order Request #21 Description: Sulfuric Acid System Valves. No Text REQUEST FOR INFORMATION Y No. 00028 TITLE: Sulfuric Acid Ball and Check Valves DATE: 7/9/2010 PROJECT: South Water Treatment Plant JOB: 161704 FROM: Jacqueline Smith TO: Aaron Santos Archer Western 5114 E. FM 1585 Lubbock, TX 79404 Phone:806-445-0803 Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 SCHEDULE IMPACT -No COST IMPACT, No SPEC SECTION: QUESTION: , , 'DATE REQUIRED:7/23/2010 Please provide Specifications for both Ball and Check Valves for Sulfuric Acid service for Alloy piping systems. Requested By: Jacqueline Smith Archer Western ANSWER: Please see the attached Valve Types. Answer By: Norm Jagels Date Responded: 7/14/2010 B&V File No: Fxoeditioo Page I of I Ball valves VB-14 Rating Code Sulfuric acid Type 2 inch and Body/Bonnet smaller Trim Seat Ball Stem Thrust Washer Stem Seal End Connection Temp. Limitations Valve Operator Manufacturers Check valves Class 600 ASME B16.34 In -line, three piece, bolted body, full port Alloy 20 Reinforced Teflon primary, metal secondary Alloy 20 Alloy 20 Reinforced Teflon Reinforced Teflon Socket weld -20 to 400°F Lever Neles-Jamesbury, Conbraco Industries and Worcester Controls. Sulfuric acid Rating Class 150 [1.4 MPa] service Type Ball Check Body Teflon lined ductile iron Ball PTFE End Connection Flanged, ANSI B16.5 Class 150 Temp. Limitations -20 to 100°C Manufacturer Neotecha "Ball Check Valve Type KR-S". 0 No Text Description (] Un1t UniVRrice ' Latwr 'Mated Equi ment Subcontracto :' Totals ProectMana er _.-.. _ :..;.. _ti_._:.:,=:: - _4.00':'..•. :;.MH' • .: 0.00 'MH 0.00 MH :. '0.00 MH Valve Pace Difference from Bid DayRFI28 (See attached spreadsheet and quotes),and modifications to pipe saes 0.00 Is $0.00 $5,904.89 0.00 Is $0.00 $0.00 0.00 Is $0.00 $0.00 0.00 $0.00 $0.00 $0.00 0.00 hrs $0.00 $ 0.00 LS $0.00 $ OM $0.00 $0.00 0.00 $0.00 $0.00 SUBTOTALS: $200.00 $5,904.89 $0.00 $0.00 $6,104.89 Subsistence forAW Employees $4.00/MH $16.00 Labor Burden 65% $110.00 $110.00 5% Compensation on Subcontractor $0.00 15% Compenstion on AW Work $93-4.63 SUBTOTAL $7,165.52 INSURANCE -' $201.96'' TOTAL AMOUNT THIS PROPOSAL $7 386.98 The 2" Ball Valve at the Bulk Storage Fill Station has a lead time of 33 Weeks. A temporary valve will be installed until the valve arrives. This will be after final completion. The valve will be Installed prior to 11/15112. L) VALVE MODIFICATIONS Quantity Valve Size and Type per Original per Number . Valve Location Drawln .. Original Price Total Revised Size and Type , Quantity Price : Revised.TotM i Valvebn'B'ulkTankFill line , 2 tWo; iecethreaded i $ 556.85 $ 556.85 2"two iecethreaded 1 $ Valve on Transfer Pump Suction tine at Bulk 2" two piece threaded 4 T6nk(PID26) , : w/sepa rateflange 1 $ 1,269.00 $ 1.269.00 2"flan ed "1 $ 2,163.00• .$- ,2:163.00 2" two'piece'threaded 5 Valve on Bulk Tank DrainUne(PID26) w/separate flange 1 $ 1,269.00 $ 1,269.00 2"flanged <. 4 $ 2,163.00 ;$ .2,163:00` Transfer Pump Suction Line Isolation - 6,7 Valv PID2 2" two' iem-threaded 2 $ 556.85 .$ 1113.70 2" three'piece SW .„ 2 $ 1,876.76 „$ .3,753.46T Valve at Flushing Connection on Suction 8,9 Line PID2 2" two piece threaded 2 $ 556.85 $ 1,113.70 3/4" three piece SW 2 $ ' 381.05 $ J62:10 10,11 Transfer Pump Discharge Isolation Valves(PID2 2" two piece threaded 2 $ 556.85 $ 1,113.70 2" three'plece SW 2 $ 1,876.73 $ 3,7S3.46 12,13 BaII VaWe.at pressure gau'e PID27I .. 1/2+'two piece threaded 2 $ 182.94 $ 365.88 1/2"three piece SW, 2 $ 230.46' $ 46052 Valve`at Day Tank Discharge Line to Membrane ' 2" two piece threaded 16 ClpTranskrPump(PID27) w/separateflange 1 $ 1,269.00 $ 1,269.00 2" flanged 1 $ 2,163.00 $ :2,163.00 Valve on Day Tank Discharge Line to Membrane CAP Transfer Pump located in Sulfuric Acid'Area 17 3 PID27) 2" two piece threaded 1 $ 556.95 $ 556.85 1-1/2"three piece SW 1 $ . 708:06, $ 708.00 Ball Valveat-DayTankon Discharge Line to: 2" two piece threaded 4;. 18 Chlorine' DioxideGeneraI:6 PI1)27)' %W rate flange 1 $ 1,269.00 $ ;1,269.00 2"flanged 1 $ 2,163.00` $ 2163:00 Day Tank Discharge Line to Chlorine Dioxide Delete Duplicates of 19,20 ,;. ,, ' Generator(PID27) 2"two piece threaded 2 $ 556.85 $ ;;1,113.70 Valves 22 and 23 2" two piece threaded '21 Da Tank'Drain.Une' PID27) w/se arateflan e 1 $ 1,269.00 $ 1,269LO 3/4"three iece5W 1 $ 381.05 :$ 381.05 Sall Vahreat Chlorine Dioxide Generator Unit CD 22,23 6b1&602 2" two piece threaded 2 $ 556.85 $ , 1,113.70 1-1/2" three piece SW '- 2 $ .708.00 ValOe$ubtotal $ 13,393.08' $ 20;443:84: PIPE MODIFICATIONS .; -- , Line frarrivaiviTankto Membrane GIP Pump , ,> 2" - 90 $ 74.14 $ : 6,672 60 1=1/2" 64.13 :$ : 5,77L70. tine frorrl4Da" Wank to Membrane CIP Pump - :. 2" x 90 Bends 10 $ 328.13 S : 3,281.30 1-1/2" x 90 10 .$ , .192:54�' $ :1;925.40:: Reducers' @; FIiJ'shin Cona'ections 2 1-1/2" x 3/4" 2 Reduter`dbi4r istream'of day -rank,: 1 $ - 2' x 1-1/2"" _ 1 ; $ .383:33 � :$, 383:33, Line FrorrMa .Tank to Chlorine'Dioxide Gen. 2" 100 $ 74.14 $., 7,414.00 1-1/2" 100 : $ - >64.13 :"$ . ; 6,413.00 Line Froni'Da Tank.to�Chlorine Dioxide Gem 2"x90 Bends. 12 $ 74.14 $ 889.68 1-1/2" x 90 12 $ ,19254 $ 2 10.48T Line From`iDay,Tank to Chlorine` Dioxide Gen. , 2" Tee 1 $ 482.88 $ r 482.88 1-1/2" tee i $ 263:51 ,$ ;; "263:51 Subtotal i $ 18 740 46 $ 17,594:50: PRICE QUOTE item Alt. Rawson Part No. l Description Qty UOM Unit Price Extension 1 2",9FA3500XTB _; 19 'EA $556.85 $10,580.15 BALL VALVE, 2-PIECE, 2" FNPT, STANDARD PORT, ALLOY 20 BODY, BALL. AND. STEM, X- TREME PTFE SEATS, MANUAL LEVER HANDLE, ANSI CLASS 600 STANDARDS PER B16.34, B31.1, B31.3, B31.4, API 608. DELIVERY: SHIP 35 WEEKS ARO 2 3/4" 9FA350OXTB 2 EA $221.35 $442.70 BALL VALVE, 2-PIECE, 3/4" FNPT, STANDARD PORT, ALLOY 20 BODY, BALL. AND STEM, X- TREME PTFE SEATS, MANUAL LEVER HANDLE, ANSI CLASS 600 STANDARDS PER B16.34, B31.1, B31.3, B31.4, API 608. - DELIVERY: SHIP 7 WEEKS ARO 3 1/2" 9FA3500XTB 2 EA $182.94 $365.88 BALL VALVE, 2-PIECE, 1/2" FNPT, STANDARD PORT, ALLOY 20 BODY, BALL. AND STEM, X- TREME PTFE SEATS, MANUAL LEVER HANDLE, ANSI CLASS 600 STANDARDS PER B16.34, B31.1, B31.3, B31.4, API 608. DELIVERY: SHIP 7 WEEKS ARO TOTAL (USD, excluding alternates) Est. Shipment SEE LINE TEXT. Routing FOB (Free on Board) Payment Terms Shipping Point Weight TBD Shipping Terms Prepaid & Add Dimensions TBD J This Quotation is valid until 12/29/2011 Thank you for your inquiry! Cody cook Cody Cook Customer Svc. Manager Rawson, LP 2of3 C; PRICE QUOTE 000 Item Alt. Rawson Part No /Description Qty UOM, Unit Price Extensiori ' 1 1-1/2" 4DB-35007XT8-2 CIO EA : ; $708..00 $7,0$0.0.0 IN -LINE 3-PIECE BALL VALVE, 1-1/2" SOCKET WELD, FULLPORT, ANSI B16.34 CLASS-600, ALLOY 20 BODY, BALL AND STEM, X-TREME PTFE SEATS, WITH LEVER HANDLE. DELIVERY: SHIP 33 WEEKS ARO 2 1" 4DB-3500-XTB-2 10 EA $560.00 $5,600.00 IN -LINE 3-PIECE BALL VALVE, 1" SOCKET WELD, FULL PORT, ANSI B16.34 CLASS 600, ALLOY 20 BODY, BALL AND STEM, X-TREME PTFE SEATS, WITH LEVER HANDLE. DELIVERY: SHIP 6 WEEKS ARO 3 1-1/2" 9FA-3500-T-B 10 EA $465.00 $4,650.00 IN -LINE 2-PIECE BALL VALVE, 1-1/2" FNPT CONN., STANDARD PORT, ANSI B16.34 CLASS 600, ALLOY 20 BODY, BALL AND STEM, X-TREME PTFE SEATS, WITH LEVER HANDLE. DELIVERY: SHIP 33 WEEKS ARO 4 1" 9FA-3500-T-B 10 EA $327.00 $3,270.00 IN -LINE 2-PIECE BALL VALVE, 1" FNPT CONN., STANDARD PORT, ANSI B16.34 CLASS 600, ALLOY 20 BODY, BALL AND STEM,:X-TREME PTFE SEATS, WITH LEVER HANDLE. DELIVERY: SHIP 33 WEEKS ARO 5 2" 9150-31-3500-XTZ-2 10 EA $2,163.00 $21,630.00 2"-150# RF FLANGED BALL VALVE, FULL PORT, ALLOY 20 BODY, BALL AND STEM, X- TREME PTFE SEATS, MANUAL LEVER HANDLE. DELIVERY: SHIP 22 WEEKS ARO TOTAL (USD, excluding alternates) 2of4 PRICE QUOTE Item Alt. Rawson Part No. /Description Qty UOM . Unit Price Extension 1 2" 4DB-3500-XTA-2 19 EA $1,876.13 $35,657:87 IN -LINE 3-PIECE BALL VALVE, 2" SOCKET WELD, FULL PORT, ANSI B16.34 CLASS 600, ALLOY 20 BODY, BALL AND STEM, X-TREME PTFE SEATS, WITH LOCKING LEVER HANDLE. DELIVERY SHIP 32 WEEKS ARO 2 3/4" 4D13-3500-XTB-2 2 EA $381.05 $762.10 IN -LINE 3-PIECE BALL VALVE, 3/4" SOCKET WELD, FULL PORT, ANSI B16.34 CLASS 600, ALLOY 20 BODY, BALL AND STEM, X-TREME PTFE SEATS, WITH LOCKING LEVER HANDLE. DELIVERY SHIP 8 WEEKS ARO 3 1/2" 4DB-3500-XTB-2 2 EA $230.46 $460.92 IN -LINE 3-PIECE BALL VALVE, 1/2" SOCKET WELD, FULL PORT, ANSI B16.34 CLASS 600, ALLOY 20 BODY, BALL AND STEM, X-TREME PTFE SEATS, WITH LOCKING LEVER HANDLE. DELIVERY SHIP 6 WEEKS ARO 4 020-KRV-S-K1-FA1 2 EA $1,129.42 $2,258.84 NEOTECHA COMBINATION BALL CHECK WITH SIGHT GLASS, 2"-150# FLANGED CONN., PTFE LINED, PTFE SEAT AND SOLID PTFE BALL. DELIVERY: SHIP 13 WEEKS ARO. 5 ITT 2545-903-TM 2 Ea $2,113.25 $4,226.60 ITT DIAPHRAGM VALVE, CAST STEEL FLANGED BODY, TEFZEL LINED, TFE DIAPHRAGM, WITH HAND WHEEL AND TRAVEL STOP. DELIVERY: SHIP 4 WEEKS ARO TOTAL (USD, excluding alternates) 2 of 4 IP Item 17 - Change Order Request #22 Description: Heat Tracing & Insulation for Sulfuric Acid Piping No Text No Text �® I . y i9mi -. Sam --- 1 O �y��6zs� " �3x*�" i=< .�' Heat Tracing (Acme) .*z Wiz...-, zj-?• - -. r-� -v«.. � �`kx;.,c�`i�^ �'.:.. fE-i Y ..i ;�. Pipe Insuladon(Bland) Wn Labor Burden 55% ,5% Compensition on Subcontractor -_--�--® -------® .. aeml -_- PRCA dRDFR OPOSED F��GtYIC 10 —ast 82. Lul bo k,_T C M 4- TITUE,>. Su1f�lnc Acid Heat Trace SATE:4/9/2012 PROJECT, LAKE ALAN HENRY WTP .JOB 1389 Tp 'A-6-Way.nePursely CQN'�`RACT NO, ...: Archer Western Construction 212 � Ave. J Ste. 1 Q3 - �Qrl ngton, TX 76O0 RE. To: TOM:Number Item Description Stock# Quantity 'Units ult'Price ` Tax Rate Tax Amount Net Amount; 00001 4 Loop Heat Trace Panel 0 750 $8,630:00 0,00Y° 50.00 . $6 47,2 5Q 00002 Power Connection Kit 3 000 $168.00 0.001. $0 04.-$504;00 00003 Lighted End,Seal 3.000 . $I41.00 .00004 Loop Sensors 3. 0..00 $174Q0 0.00% S0 00 5513 00. 00005. Misc electrical materials 1:000.. Oft0p .. 0.00% �S0,00 $NP 00 ;00006 Labor Manhours 00007 Labor Burden A . 0 $ QQ 1344 000 $2$.00 0.00% ° SO 50 0.00% S0.00 $1,344.00 $0.00. St72.00 .. _, 00008 Profit and Overhead 10228 000 0.00% Unit Cost: $14762.70 Unit Tax: $0.00 :Lump Sum: $0.00 Lump Tax: $0.00 Total: .$1,76,70 . PR CISiAI�<.HAT ANII3,ON7!#Q. ' Quote No 172Pf 5, Rev'Qi QFIROMALOX SALES OFFICE-DALLAS 103.G amma DrWe Pittsburgh, PA 95230 PHONE: 972-243-T567 FAX:972-243 7697 ilallas"@chromatoiicom DATE: 3122/2012 VALID UNTIL. 4121/2012 TO: GENERAL INSULATIONC.O INC MEDFORD: MA PHONE 214-268-7427 FAX: ATTENTION: Ed Singleton CC: Gordon Snodgrass -11118JECT: Lake Allen Henry WTP Lubbock ManLIaCtU1-ed Lead Time Line Part P Description Quantity Unit Price FOB Point (working days)* Extendod Price 1 060DW HTLS-4CX311 I or more i � c- -fir La Vergne, TN 20 X = 240V (3) Wire In, 120VAC OuULoop 1 2 000000 ITLS-12X432300 1 or More 1a Vsrgne, TN : 20 -N'X 240 Volt. (3) Wire Line, 120 Volt Load 3 000000 ITLS-06X422300 " 1 or More j >` ) J. : La Vergne, TN '20 X = 2,10 Volt (3) Wire Lin e.12U. Volt Load 4 393561 UMC POWER CONNEC110N KIT 21 or Mona La Vergne, TN 0 Palo 1 r. ....._....._........ ... ............ ............... ....... __ _.... ..... _......... ..... . .............. _.......... ._... ... . J. 5 94Z,9t4I1 pSS PipesiRM "42orA9ogn .(. c. = 1 r In Vcrgrrrl 8 .P�pe straps, for U►�1G$ fiTST�SL1 . ti ". �SA650 ' ..R7STSL1.ENgW(1?.OV4�R �f r, itxB� i� � . La VcrgnQ.1 N: p 1 �gHlctl end Seo1.12oV,4F � 3g,7GQ,9 SPq �4urAAore . s, {�;;, 't �"t lip Vtrgnet-�N p Srpall P1pe:gt1ap10t furl..Pipes.for ►iMC 31795 ftBP1135V}-Fft g3Q4iEf{D,3iSki 2lgrhiorc.. 1%;l� { l 6 Vcrpnr; TN 0 Sen%r, . cdhatit to conol polldl for sors PNCit 14pp. Uun L3 revert forge i c1uaU4nS fit nnv molerlol prices 0 maiarieis surchaiye rtiay 60,gpp�st) Af Ihn ttmu ofghlpment if npplMatits plea0 *11 our webslfo of wtVW ditgm9Wx.c4�l Attn: . Wayne Pursley ReChange ,Order Pricing for the Sulfuric Acid —Lake Alan Henry, lob#21-05. Thanks you for;the opportunity to quote on the above referenced project. Our scope of work includes the following: Fiberglass insulation, aluminum jacket, 5-watt 120 volt heat trace — L&M: $4,708.00 Exclusions: Electrical connections, conduit, ect. Total Labor & Materials: $4,708.00 Applicable taxes will be added unless a tax exemption certificate is furnished. Sincerely, Donald Bland President As we discussed earlier today, please provide me a quote for the heat tape(120v 5 watt/foot), insulation and jacket for the following sulfuric acid piping as a change order: 2" pipe - 30 feet 2" x 90 bend —. 9 ea 2" tee - 2 ea 2" ball valves - 4ea 2"x%"tee -2ea 1 1/2'' pipe -140 feet If you have any questtonspleaseaet me knovy. Wayne Parsley Project Manager .Archer Western Contractors 806-445-0803 Mobile 817-401-5043 Item 18 - Change Order Request #23 Description: Booster Pump System Control Panel Changes/Low Pressure Switch ,---� r--� �..` REQUEST FOR INFORMATION No. 00170 TITLE: Water Booster Pump System Controls DATE: 4/13/2012 PROJECT: South Water Treatment Plant JOB: 161704 FROM: Wayne Pursley Archer Western TO: Aaron Santos Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 SCHEDULE IlVIPACTNo COo SPEC SECTION:" SN. k. DATE R1 QiTIRED:4(20/2012 QUETIO See attached revised Panel Wiring DIagram and sketch for the Booster Pump System: - Please confirin/approve the attached wiring diagram revisions provided by Black and Veatch at our Monthly Meeting on 4-11-12. C - Please specify the make/model of the additional low pressure switch as soon as possible. Requested By: Wayne Pursley Archer Western AN The attached schematic is confirmed with the exception that terminal 3 shall remain. Please see our blue -marked comments on RFI attachment page 2 of 2. Provide low pressure switch as specified and submitted or per Specification Section 13563 Paragraph 2-2.15. Diaphragm seals and snubbers are not required for this application. Answer By: Norm Jagels Date Responded: B&V File No: Expeditlon a Page I of From Mein Power Panel 460VAC. 3 Phase. 80 Hz. 22kAIC SCCR 1.1 GNO 1.2 L7 3�--t���/♦-- L2....�✓��/�.... L3' �- 1.3 MAIN DISC 60A 1.4 H1 1.5 X7 1.6 1.7 1.8 1.9 FUSE 600V 3A 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 121 1.22 1M 124 125 f,Fr 174 Of Z, Panel Wiring Diagram`' Model B(IIN 6-R5 L1i T1 L2 72 i E30 L3 T3 .� - CB 20A M1 OLR MOTOR 460 VAC 30 FUSES 7.5 Hp 600V 1A 91-14 TRANSFORMER 480-120VAC X2 100VA M1 21 22 MOTOR SPACE 1 HEATER POWER 12DVAC FUSE 600V 3A AL i 93 14 AL LOW PRESS X1T�X2 ON OFF REMOTE c1.L � (0 ON 21 22 96OLRAl M1 1 1 1 REMOTE PLC OONiIOFF REM��� STOP REM 9 LZi SWITCH IN REMOTE DRY CONTACT 10 M1 r23 24 11 PUMP RUN DRY CONTACT 12 PUMP FAIL DRY CONTACT 1�` LOW PRESSURE RELAY �J LOW PRESSURE Lt}attT /""'*, HEAVY-DUTY ./ i 1 RUN LIGHT HEAVY-DUTY NEW 1 MOTOR STARTER Lw pares -s{jr Lw� Terminal 3 shall remain �Ic.Z''170 14Tri¢��' LWC6 'PEsE r z. fe z1of'. LWco '7-EcI-� LWC° kfaM L,i6K? i �T Archer Western Contractors, Ltd. May 8, 2012 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: G.O.R.-023: RFI-170 Response Booster Pump System Control Panel Changes/ Low Pressure Switch Dear Norm; Archer Western offers a price of $2,302.12 for the addition of a pressure switch for low water cutout protection and associated control panel changes described in the response to RFI- 170. Please review the attached breakdown of costs and advise if this pricing is acceptable at your earliest convenience, If you have any questions or require additional information, please do not hesitate to contact me. Sincerely, J. Vincent Archer Western Contractors, Ltd. CC: File Jeff Polak Wayne Pursley 2121 Avenue `J° Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer No Text Vi icent, From: Xavier Emanuelli, <xemanuelii@Piercepumpco.com> Sent: Wednesday, April 25, 2012 4:54 PM To: Vincent, Jay Carl .Gouker Cc: Pursley, Wayne Subject: RE. 11F1470 Response: Booster Pump Controls pricing Attachment's: BQ10066 R6 SCH.PDF Jay - Please fin4 attached drawing revision ##6. The total cost for the Engineering work and system changes is $ 1,150.00. Please review and advise how do you want for us -to proceed. Thank you sir for your patience. Regards, Xavier Emanuelli Municipal Sales Pierce Pump Company, LP. p.214-320-3604 f. 214-328=5819 xemanuellita- Mercepumpco.com 9010 John W. Carpenter Frwy. Dallas, TX 75247 *««CO-xRDF. NTLALITN' NOTICEsr,**t**+rr::*::##t:+3k****t cr*rt«+'arts vr:«rr.r �re.t THE DOCVTNMNTS.ACCO:UPANi1NG THIS TELECOPY OR EMAIL TRANSAIISSION CONTAIN CONFIDENTIAL INFOR.NLATION BELONGING TO THE SENDER \VM.CH IS LEGAI.LY PRIVILEDGED. THE INFORN-L-ATION I5 IINTrFNDED ONLY FOR THE USE OF THE INI)MIDUAL OR 012"I Ili NAMED ABOVE: IF YOU :ARE NOT THE NTEcNDED RECIPITrI�'T, YOU ARE HEREBY NOTIFIED THAT ANY DICLOSURE, COPYING,- DISTRIB[}TION OR THE MUONG OF ANY r1CT N IN RELL-\NCE ON THE CONTENTS OF THIS TEI ECOPIED INFO+R.iLATION IS STRICTLY PRO141BITED. IF YOU ELANT— RECEIVED THIS TELECOPY OR ESL-XIL I` ERROR, PLEASE Ij11NIEDIATELY NOTIFY US BY' =- —PHONE TO ARR NGE FOR RETURIN OF THE ORIGINAL DOCUMENTS TO PIERCE PU;NIP COMPANY I-P. 214- 320-3604. 3'k*t#:k`*#s##.## �#►'ii:**t#{'3s:{tr#�«#*'k tti #k'k:i*.t A.:I'#r ki%:iiri##Yt#tr`I:k1'Ytil tt4x iF.r tt. #-t't#*t:t#ie y#x#F kt:Y:Rf *Y.#kYK 3:t1:k _%I#rr-1 t:'k#'K «.t «d�zt-k#.c From: Vincent, Jay rmaiito:Wncen*mishgrou co .m'1 Sent: Thursday, April 19, 2012 846 AM To: Carl Gouker, Xavier Emanuelli Cc; Pursley, Wayne Subject: FW: RFI-170 Response: Booster Pump Controls - pricing Carl, When can we expect to receive pricing on these changes? From: Vincent, Jay Sent: Monday, April 16, 2012 12:51 PM Par%el Wirin:� fliagrarrr �Illode;l BQIQOG6=:R6 �-- �F 1om.Ma�t Power Pt1ttN 1.1 GND 01, Lk Ti L1♦ =?. T2 :. 12 L8 TS — C8 20q 1.3 MAINMi DC�i' MOT VA.0 DISC 60A 7SFipViSD IA FUSES BG6V 1A Hi _ ,H4 170. rRANsr-A9 ER is 480120Yfl � SPo�►f 100VA xi X2 1.6 1.7 Mt SPACE 1.8 21 22 1 MOTOR 2 At t20VAC rFW 1.9 FUSE 600V 9A 1.10L LwCO Al A2 RELAY AL 1 AL A LWCO ALARM LIGHT LOW PRESS x1 $m 11LWC01 RESET 1.12 Mt 1.13 33 1 134 B RUN LIGHT X1 X2 ON OFF REMOTE 1.14 LWCO OLR IAA 21 1 y22 90 95 M1 NEMA1 Al A2 MOTOR STARTER 1.16 REMOTE PL.0 ON/OFF REM ' STOP 1A7 1.18 REM �..�..�.� S �IN E 1.19 DRY CONTACT 10 Mi 120 23 2124 11 PUMP RUN DRY CONTACT UZI 121 12 OLR. 122 oo. 13 PUMP FAIL. LWCO DRY CONTACT 124 125 4 Vincent, Ja From: Steve Davis <SDavis@bltechnology.com> Sent: Wednesday, April 18, 2012 9:20 AM To: Vincent, Jay; cgouker@piercepump.com; xemanuelli@piercepump.com; bbrown@acmeelect.com Cc. Pursley, Wayne; Biggs, Zachary; Roon, Christopher Subject: RE: RFI-170 Response: Booster Pump Controls Jay, f One pressure switch installed and terminated $435.00 please verify range and set point If you want BLTI to y supply. Delivery 2 weeks. Sincerely, -� Steven P. Davis Northern Regional Manager BL Technology, Inc. 3411 W. Hunter Bend Ct. Mansfield, TX 76063 817-477-9989 From: Vincent, Jay [mailto: incnt0wais rouR&-gm] Sent: Monday, April 16, 2012 3.17 PM To: Steve Davis; 0guker0piercegump rnm; xernanuell1012lercepump,corn: bbrown@acmeelect.com Cc: Pursley, Wayne; Biggs, Zachary; Roon, Christopher Subject: RE: RFI-170 Response: Booster Pump Controls Steve, This is an additional pressure switch that we want you to price. Thanks, J. From: Steve. Davis [SDavis@bitechnotogy.com] Sent: Monday, April 16, 2012 2:44 PM To: Vincent, Jay; Mgkt@&Mump.com XmapgelJi@pleMgl;umpcorn; bbrown@aameelect com Cc: Pursley, Wayne; Biggs, Zachary; Roon, Christopher Subject: RE: RFI-170 Response: Booster Pump Controls Jay, Who is providing the "Low Pressure Switch" there is no tag number. Item 19 - Change Order Request #24 Description: Pretreatment Precast Panel to Metal Deck Closures `�1 Archer Western Contractors, Ltd. May 8, 2012 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: C.O.R.-024: Pretreatment Precast Panel to Metal Deck Closures Dear Norm; Archer Western offers a price of $7,504.80 to fumish and install the 26 gauge metal closures _ to seal between the precast wall panels and the metal deck at the north wall of the Pretreatment Area. Please review the attached breakdown of costs and advise if this pricing -� is acceptable at your earliest convenience. If you have any questions or require additional information, please do not hesitate to contact me. Sincerely, J. Vincent Archer Western Contractors, Ltd. CC: File Jeff Polak Wayne Parsley 2121 Avenue "J' Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer i� ��� �� ������ ���il � ���ifl� ��I III IW�ei� Illiil��� � � " �-`f'.' ?�. m.r '' s - � ,:;�"�. s �{-. . f � ,�, .'" � �",�.� �°"x s-' -s- _ � `�-=�., -.. �.;.�y'= .sue--��`�z-�-f��'--�,-�" � � K e,�`:`.��'�' ��.:: E..��' "`s�� `�"' �- �: '".ter- ''"'ems �� ;. �..%�� �. �`"-= �-' `. �` - ,��r'>,�z'.�"' ";,�s��'. �-�"'- �.. ,�' �` r ,': r' � =�"� ,s s-��^` y �, ,s��. � x � €' � ,� �� ��� �'��. « �. ,. �," x � �`" �s'�-'- Yam' � s--'� � � �su� �..�.�.� "' � r .� � -.��� ' ,,,�_ �:.sz=r __z..�� r,.,,=-,.,�#`,..:t..,. ..,�..- ,,._.� � t�-�.. z, -�'`�?�r- r. ?,��.-�'z-a'.'. ,.�r? _,. _.a x-`^.,a--.,ss. .. --� ,..:- zr,'�.;:'e' tom.;-_-- .� _�.,a. �.="r'�`� ..s".�� ��-�_'-.x.��� � � .�.,� ' Vincent, Ja From: Ron Mcgill <rmcgill@southemsheetmetai.com> Sent: Wednesday, May 02, 2012 2,43 PM To: Vincent, lay Subject: RE: Request for Quote - Pretreat deck closures Jay. 32 pcs 26 ga gaiv flashing per dwg. (1.75 x 9.75 w/edge and holes) $310.00 fob ssm (lead time 7 working day aro) Shipping to Lubbock, Tx $195.00 days transit. if we can be of any further assistance, please contact us. Thanks From: Vincent, Jay jrnaI,(lo:bdncent0waishgroup cowl Sent: Wednesday, May 02, 20121:35 PM To: n=Hl .%. .rnsheetme Isom Subject: Request for Quote - Pretreat deck closures Ron, �{ Please email me a quote for the attached sheetmetal closures, 32 Ea. x 5'-1" long, 26 Ga. Galv. ._ Also, freight to Lubbock and lead time. Thank you, J. Vincent Archer Western Contractors (806)145-0803 No virus found in this message. Checked by AVG - www.avg.com Version: 10.0.1424 / Virus Database: 2411/4973 - Release Date: 05/02/12 1 x r; s .ate -':� ,` "�•,�' #'i =v S ^ z3s ^ "MR'] \I Vincent, From: jim draper <jim@clonbledfasteners:com> Sent Wednesday, May 02, 20121:36 PM To: Vincent, Jay Subject: PRICES Attachments: SCAN4046 AUO.pdf C3211DRIVE PIN @.94/EA (SEE ATTACHED) /4 HWH TEK SCREW ZN c'.10/EA KS, JIM DRAPER DOUBLE D FASTENERS, INC 4455 MINT WAY DALLAS,, TEXAS 75236 214-337-8901 EXT 12 CELL 214-616-6628 C Item 20 - Change Order Request #26 Description: Additional Door Hardware. --� �_` I s �1, ,tea Archer Western Contractors, Ltd. June 12, 2012 Norm Jagels, P.E. Engineering Manager Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Ref: Lake Alan Henry South Water Treatment Plant City of Lubbock Project Number WT70-33 Subject: C.O.R: 026: Additional Door Hardware Dear Norm; Archer Western offers a price of $1,764.73 to furnish and install the additional hardware per our conference call review with Mr. Mike Smith (PSC) and Mr. Steve Keeling. Please review the attached breakdown of costs and advise if this pricing is acceptable at your earliest convenience. If you have any questions or require additional information, please do not hesitate to contact me. Sincerely, Archer Western Contractors, Ltd. CC: File Jeff Polak Jay Vincent 2121 Avenue "J" Suite 103 Arlington, Texas 76006 817-640-3898 (fax) 817-640-8734 An Equal Opportunity Employer 5 Additional Time Requested: 0 Days Item 21 - Change Order Request #27 Description: Additional Monitoring Points for Fire Alarm Panel No Text REQUEST FOR INFORMATION TITLE: Fire Alarm Panel Monitoring DATE: 5/30/2012 PROJECT: South Water Treatment Plant JOB: 161704 FROM: Wayne Pursley Archer Western TO: Aaron Santos Black & Veatch 9441 LBJ Freeway Suite 114 Dallas, TX 75243 Phone: 21457077037 Fax: 2145707049 No. 00186 SCHEDUL' & No , COST'IMPAGT: No SPEC SECTION. QUESTION: ' DATE REQUIREO /13/2012 Our fire alarm system subcontractor has indicated there are two ways to monitor the fire alarm panel. One method is to have 2ea dedicated phone lines. The second method is to have the panel report to a location that is manned 24 hours per day - 7 days per week. If the system is monitored at a manned location, they need to receive the following signals: trouble, alarm, and supervisory. Currently there is _ only one signal from the fire alarm panel shown to go to PLC300. If the intent is to monitor the system from the North Plant, these additional points will need to be added. Please clarify how the fire alarm panel is to be monitored. Requested By: Wayne Pursley Archer Western The trouble, alarm, and supervisory signals shall all be transmitted to PLC-300. Each alarm shall be indicated in the South Plant control room and at the North Plant. Answer By: Norm Jagels Date Responded: B&V File No: Expedition Page I of I L VC11 1NVI11I1 Archer Western offers a price of price of $4,592.79 for the additional work associated with the response to RFI 186 which added two additional monitoring points for the fire alarm panel. If you have any questions or require additional information, please do not hesitate to contact me at your earliest convenience. Sincerely, �4�� Way Purs[ey Archer Western Contractors, Ltd. Project Manager CC: File Jeff Polak Jay Vincent C' I Additional Day for Substantial and Final Completion RE: To: From: Item Description Stock# Quantity Units 00001 Materials 00002 Labor.Manhours 32.000 00003 Labor Burden 896.000 00004 BLTI Subcontractor 1.000 00005 Overhead and Profit 3469.000 Unlit Price $1 020.0 $218.0 $0.5 $1,105.0 $0.1 Number Tax Rate Tax Amount Net Amount 0 0.000% SOX $1;020M 0 0.00% $0.00 $896.00 0 0.001y. $0.00 S448.00 0 0.00% $0.00 S1,105U0 5 0.00% $0.00 $520.35 Unit Cost: $3,989.35 Unit Tax: $0.00 Lump Sum: $0.00 Lump Tax: $0.00 Total: $3,989.35 O Attn: Barry Brown Project: LAH South Water Treatment Plant — Contract F Proposed changes per RFI No. 186 1. Adding additional fire alarm monitoring points. A. 8 Hours Onsite $ 880.00 B. Hotel 1 Night $ 130.00 C. Rental Car 1 Day $ 60.00 D. Per Diem 1 Day $ 35.00 Subtotal $ 1,105.00 Note: This is based on performing the work while BL Technology is onsite during startup if this is to be completed after July 20, 2012 there would be additional expenses for travel and airfare. This RFI would require 1 additional day to complete. TOTAL CHANGE $1,105.00 Please feel free to contact me with any questions you may have. Sincerely, Stever ?�a,�sld Steven P. Davis Regional Manager INSTRUMENTATION AND CONTROL SYSTEMS SECURITY AND VIDEi SURVEILLANCE r� e www.BLTechnology.com ,y� �, � , _�