Loading...
RES 2018-0337 - Change Order No 4 with Hawkins Construction Company for OPW 52648, Missouri River wastewater treatment pant improvements schedule B2 OpAAHA,n,z, ii �, �( s X C L. ; r E €) Public Works Department i rl►i. Omaha/Douglas Civic Center x t C `5 April 10, 2018 q 9 1819 Farnam Street,Suite GOl ® "f Q I` 'F Omaha,Nebraska 68183-0601 o 4A (402)444-5220 4 D FEBO) , Fax(402)444-5248 CITY CI °, City of Omaha Robert G. Stubbe,P.E. Jean Stothert,Mayor M E t4.A, ,N r t,l A S K A Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution approving Change Order No. 4 for OPW 52648, being the Missouri River Wastewater Treatment Plant Improvements — Schedule B2 Project. The contract for this project Was awarded to Hawkins Construction Company by Council Resolution No. 1050 on July 26, 2016. Hawkins Construction Company has agreed to perform this work for an additional $193,967.00. The Change Order contains the details of the increase in the contract and all other provisions of the original contract shall remain in full force and effect. The costs incurred will be paid from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918. Sewer Revenue Bonds will be used to finance this project. Hawkins Construction Company has filed the required Contract Compliance Report, Form CC-1, in the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution and Change Order. Respectfully submitted, Approved: s„" 3-2o-[ce.:; 3-23 Robert G. Stubbe, .E. Date Franklin T. Thompso Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: 3 07/ I P �J A�� 3 Zyo teph n B. Curtiss ate Mayor's Office /D Finance Director w� 3045Ctns C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska . RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, Hawkins Construction Company was awarded a contract by City Council Resolution No. 1050 on July 26, 2016, to construct OPW 52648, being the Missouri River Wastewater Treatment Plant Improvements — Schedule B2 Project; and, WHEREAS, it is necessary to increase the contract to incorporate unforeseen conditions and revisions that are needed to ensure safe operation of the facility. The specific changes are listed in the attached Change Order No. 4, which by this reference is made a part hereof; and, WHEREAS, Hawkins Construction Company has agreed to perform these services for a total additional cost of $193,967.00, which is to be paid from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be used to finance this project • NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, Change Order No. 4 with Hawkins Construction Company for additional work on OPW 52648, being the Missouri River Wastewater Treatment Plant Improvements — Schedule B2 Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay an additional sum of$193,967.00, for this change order, from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be issued to finance this project. 3045tns APPROVED AS TO FORM: 4:SAVA( it(Sf•CITY ATTORNEY DATE • 41t,' By Councilmember APR 1 0 2018 Adopted City Clerk Approve .... • � '_{ Mayor • csoi CCO #004 Clean Solutions for Omaha CH2M Project:52648-Schedule B2 MRWWTP CSO Improvements 222 South 15th Street Suite 1406-S 5600 S 10th St. Omaha,Nebraska 68102 Omaha,Nebraska 68107 Phone:402-734-0230 DRAFT Subcontract Change Order #004: 52648_MRWWTPB2_CO_004 CONTRACT COMPANY: Hawkins Construction Company CONTRACT FOR: OPW-52648:Schedule B2 MRWWTP Omaha,Nebraska Improvements DATE CREATED: 3/08/2018 CREATED BY: Joan Marion(CH2M Omaha) CONTRACT STATUS: Draft REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: • REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULE IMPACT: 0 days EXECUTED: No TOTAL AMOUNT: $193,967.00 DESCRIPTION: This Change Order will be executed for CPRs that are to be CSO Funding. This includes CPRs 056_REV1 and 057. ATTACHMENTS: POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 061 CE#115-CPR 057-Addition of 24 Vdc Power Supply to CPR No. 0 days 11,270.00 18 Scope 062 CE#114-CPR 056_REV1-SOIA Clarifier Launder Protective 0 days 182,697.00 Coating TOTAL: $193,967.00 CHANGE ORDER LINE ITEMS: PCO#061 :CE#115-CPR 057-Addition of 24 Vdc Power Supply to CPR No.18 Scope # Cost Code Description Type Amount • Installed additional card in the actuator so loss of power to the gates would not 1 Cost Proposal Request $11,270.00 result in loss of gate position indication from the actuator to SCADA Subtotal: $11,270.00 Grand Total: $11,270.00 PCO#062:CE#114-CPR 056_REV1 -SOIA Clarifier Launder Protective Coating # Cost Code Description • Type Amount The atmosphere in the SOIA Clarifiers has caused significant corrosion of metals 1 and concrete surfaces.A protective coating is needed to improve the corrosion Cost Proposal Request $182,697.00 resistance of some of the exposed concrete surfaces. Subtotal: $182,697.00 Grand Total: $182,697.00 The original(Contract Sum) $50,440,025.68 Net change by previously authorized Change Orders $611,473.43 The contract sum prior to this Change Order was $51,051,499.11 The contract sum would be changed by this Change Order in the amount of $ 193,967.00 The new contract sum including this Change Order will be $ 51,245,466.11 The contract time will not be changed by this Change Order by 0 days CH2M page 1 of 2 Printed On:3/8/2018 07:38 AM CITY OF OMAHA CONTRACT CHANGE ORDER PUBLIC WORKS DEPARTMENT TOTAL DECREASE IN CONTRACT PRICE $0.00 TOTAL INCREASE IN CONTRACT PRICE $193,967.00 NET DIFFERENCE $193,967.00 CONTRACT AMOUNT $50,440,025.68 PREVIOUS CHANGE ORDER(S)VALUE $611,473.70 CURRENT CONTRACT AMOUNT $51,245,466.38 PERCENT CHANGE ORDER(S)TOTAL 1.60% NOTICE TO PROCEED DATE 10/3/2016 INITIAL CALENDAR DAYS TO MILESTONE A 607 INITIAL CALANDER DAYS TO SUBSTANTIAL COMPLETION 941 INITIAL CALENDAR DAYS TO FINAL COMPLETION 1002 PREVIOUS CALENDAR DAYS ADDED TO MILESTONE A 7 PREVIOUS CALENDAR DAYS ADDED TO SUBSTANTIAL COMPLETION 7 PREVIOUS CALENDAR DAYS ADDED TO FINAL COMPLETION 7 TOTAL CALENDAR DAYS ADDED THIS CHANGE ORDER TO MILESTONE A 0 TOTAL CALENDAR DAYS ADDED THIS CHANGE ORDER TO SUBSTANTIAL COMPLETION 0 TOTAL CALENDAR DAYS ADDED THIS CHANGE ORDER TO FINAL COMPLETION 0 CURRENT CALENDAR DAYS TO MILESTONE A 614 CURRENT CALENDAR DAYS TO SUBSTANTIAL COMPLETION 948 CURRENT CALENDAR DAYS TO FINAL COMPLETION 1,009 MILESTONE EVENT A COMPLETION DATE 6/8/2018 SUBSTANTIAL COMPLETION DATE 5/8/2019 CURRENT FINAL COMP T,ION 7/8/2019 ACCEPTED: '' "''' DATE: 70 b CTOR) • RECOMMENDED: l) RECOMMENDED: A61,1 O� DATE: 3//4 / I S ( J T REPRESENTATIVE) / APPROVED: mac^- J'Cc Gv>~' DATE: ,3//Lj//1' ice ION ENQIN R) APPROVED: ;• fr DATE: '/c9e /IS) 11tV APPROVED: • ��� DATE: J 3 a - / o ( UBLIC R DIRECTOR) Rev 11n1f2011 1 of 1 • °MAMA.NN O®r,I tt w• iry �N�r6'U FF�N.1�pi MEMORANDUM OPW 52648 MRWWTPB2 - Change Order No. 4 Justification TO: Rick Murch COPIES: Pat Nelson Tom Heinemann Ron Soya Scott Aurit FROM: Kent Bienlien DATE: March 12,2018 The purpose of this memorandum is to provide background and justification for the CPRs included in Change Order No.4. Background Change Order No. 4 contains two CPRs. CPR No. 56 SOIA Clarifier Launder Protective Coatings is for $182,697. This scope of work will be to OPW 53251 and paid for with CSO funds. CPR No. 57 Addition of 24 Vdc Power supply to CPR No. 18 Scope. is for $11,270. Below is a further explanation of the reason for the changes. Change Order No. 4 increases the contract price by a total of$193,193,967. No additional working days are being added to the contract due to these changes. Justification CPR No. 56 - During the execution of CPR No. 18, it was noted that in the planned configuration of the gate actuators at the splitter structure that the loss of power would result in the loss of signals from the actuators. To allow the actuators to maintain power, a board was added to each actuator and wired to a 24 Vdc power supply. CPR No. 57-The SOIA Clarifiers have been in service for over three years. The atmosphere in the SOIA Clarifiers is highly corrosive,and has caused deterioration of the exposed concrete surfaces in the clarifier launders. If protective coatings are not installed on the clarifier launders,structural damage will occur in the future.The scope of work includes cleaning and surface preparation by sand blasting of the clarifier launders for the two SOIA clarifiers.This will be followed by the application of a high-performance coating system designed for this atmosphere which will protect the concrete surfaces from further deterioration. CSO!Program Office:Central Park Plaza,222 S. 15TH St.,Suite 1406S,Omaha,NE 68102 (402)341-0235 • webmail@omahacso.com • www.omahacso.com Change Proposal Request(CPR) *: nee,aiaiaien tie Niue, Project Name: Missouri River WastevaaterTreatment Plant-Schedule 132 OPW Number: 52648 CPR No. O56 Revt 612048 Contractor. Hawkins Construction Company Date: 0 Funded:. X CSO CARP 1/29/2018 Initiated by; KentBleniien Entity: C112M Regerding: SOIA Clarifier Launder Protective Coating ATTENTION: Please provide your proposed price and schedule change for the cost of this Request • A breakdown of cost for material,labor,tools and equipment shall be provided. • Impacts to schedule,if any. • All materials and equipment for this request Will be in compliance with aft contract requirements. REASON FOR SCOPE REVISION: _ The atmosphere in the SOIA Clarifiers has caused significant corrosion of metals and concrete surfaces..A protective coating is needed to improve the corrosion resistance of some of the exposed concrete surfaces. SCOPE REVISION DESCRiPitON: The contractor shall coat the clarifier concrete as noted in the specification and drawings developed by Olsson Associated and as noted below. A. General:Contractor to cooperate fully with Owner so work may be carried out smoothly,without lnlerfering•virth or delaying work under this Contract or work by Owner.Coordinate the Work of this Contract with work performed by Owner. 6. Preceding Work:Owner will perform the following construction operations at Project site.Those operations ate scheduled to be substantially complete before work under'this Contract begins. 1. Taking down and cleaning of each clarifier. 2, City will remove the electrical wire temenations at both ends Of the conduit prior to Start of the work and terminate the wires after the work is completed(See Drawings tRevised 201801221). C. The Work Is defined by the attached specification and drawings and consists of the follorwing: 1. Application of an interior coating system on the concrete launder of two(2)clarifies including masking,surface preparation,arid associated work at SOIA clarifiers. Contractor shall provide,a minimum of two quotes to complete the costing application. • Z. Removal and reinstallation of v-notch weirs to allow for coating including a joint seal orotrtd the v-notch weirs alter installation using Stkaf'ev 2c NS sealant or approvved equal 3. Removal of the electrical conduit prior to beginning the coating work and reinstallation of the conduit after coating work is completed. D, All work not specifically stated in this document to conform to the contract specifications.Submittal and COO information requirement for this work will be per contract documents.A preinstallation meeting shall be conducted in accordance with the contract specification 01 31 19 Project Meetings. E. Contractor Schedule requirements are as follows: 1. Only one clarifier will be taken out of service at a time and the initial clarifier to be coated shall be placed fully into service before the second is taken out of service. 2. The maximum duration a clarifier can be out of service is 14 Calendar days from the time the City turns'the clarifier over to the contractor to begin detergent cleaning.'Contractor to coordinate with CM to startwork as soon as the City has the clarifier ready. F. Contractor to assume a minimum of four days from the time the first clarifier is turned over to the City before the second clarifier will be available for start of the Work.It is estimated the City Wil require 1 day to drain the clarifier and 2 days to clean it before work can begin.Contractor to coordinate with CM to determine an appropriate dale to start work in the second clarifier, G. Work Hours: Contractor shall work the number of hours per day end days per week as required to complete the work within the time frames indicated in item r of this CPR, H. The contractor shall submit a schedule complete with their activities. The following is the anticipated work activities and duratiohe the engineer used to dotermine a 14-raltvrdar day merrmum duration Activity: Duration: Responsibility Remove v-notch weirs, conduit, grating and 2 days Contractor supports Detergent clean - 1 day Contractor Sandblast _ 1 day - Contractor Dry and beat 1 day Contractor Coat Perma-Shield 434 -vertical wall back of 1 day Contractor launderer and v-notch area Cure 434 before applying 435 12 hrs at 55 degrees inlinimurn) Contractor Cure 435—install v-notch weirs while 435 is 3 days at 55 degrees before placing in Contractor curing service Place in service,repeat process for second City and Contractor clarifier. CSO Standard CPR - - • A TAceistiNis: Attachment No.1 Specification Section 09960 Hlghserfoanance Coatings from Olsson Associates Aturd.r.ent No.2'Drawing Nos.1.3 from Olsson Associates,k DEv ct a BY: Karr f ;Lrt'.It:,tr- M work shall be in accordance with the terms,stipulations,and conditions of the original Contract Documents. If the work herein provided forts Approved by Change Order,the time of completion will be: 0 Increased 0 Decreased Unchanged By C./__ calendar days This change Will: if tel Add 0 Deduct 0 No Change S __caAtq APPROVALS: Engineer Recommendation: IN Record/Mind Acceptance D Not Recant nd uA Signature: (Erv�in. r Date: „ CM Recommendation: 1 R , endAcceptanre i Do lot e --mend A tatace • • Signature- r . ) Date: 3 a General Contractor Approval: ted 0 Not Aoaepted • Signature: • Date; 3/c f l d Owrte'S Action: Signature: .._. pte )l tom-cp, _ �� - - - 7J{ )) fog Date: 3/4 111 e f 7 Change Proposal .Request """�'1K'W 9111111111MM CONSTRUCTION%COMPNY Project Name: OPW 52648(CSO)-Schedule B2 MRWWTP o' Hawkins Proposal No: CPR No. 56 Date: 16-Jan-18 Change Proposal Request No: CPR No. 56 Description of Change: SOFA Clarifier Launder Protective Coating Hawkins Costs: EQUIP, 1 UNIT ACTIVITY DESCRIPTION! QUANTITY UNIT EQUIP. COST MATERIALS f COST MATERIAL UNIT LABOR I LABOR COST TOTALS Coordinator II 7.0 Wks , 0.00 0.00 _ 420.00 $2,940 $2,940 Remove V-Notch Weirs 366.0 LF 0.00 1.40 $512 14.00 $5,124 $5,636 Replace V-Notch Weirs 366.0 LF 0.00. 5.00 $1,830- 23.00 $8,418 $10,248 CIQP/Pre-Install Cont. 1.0 EA 0.00 1000.00 $1,000 0.00 $1,000 Remove Grating 6.0 SF 0.00 5,00 $30 50.00 $300 $330 Remove Grating Supports 5.0'LF 0.00 ------- 5.00 $25 50.00 $250 $275 Replace Grating Supports 5.0 LF 0.00 10.00 _ $50 100.00 $500 $550 Replace Grating 6.0 SF 0.00 ------- 5.00 $30 50.00 $300 $330 Temp Heat-Heater Renta 6634,0 SF 0.15 $995 0.50 $3,317 0.25 $1,659 $5,971 Temp Heal Fuel 6634.0 SF 0.00 ------ 1.85 $12,273 0.00. ------ $12,273 11-Month Inspection 1.0 LS , 0.00 ------ 0.00 1400.00 $1,400 $1,400 Safety 1.0 LS , 0.00 ---- 500.00 $500 0.00 $500 Set-Up 2.0 EA 0.00 ------- 112.00 $224 1120.00 $2,240 $2,464 ,Clean-Up 2.0 EA 0.00 112.00 $224 1120.00 $2,240 $2,464 TOTALS ( ( t $995 1 $20,015 j $25,371 ' $46,381 Miscellaneous: Burden 47.00% of Labor $11,924.00 Small Tools 3.50%of Labor $888.00 Expendables 3.00% of Labor $761.00 Sales Tax 0.00% of Material $0.00 Miscellaneous Subtotal: $13,573.00 _ $13,573.00 Hawkins Total: $59,954.00 Subcontracts: 1) Commonwealth Electric $4,660 2) McGill Restoration $67,960 3) Midwest Scaffold $33,973 4) $0 5) $0 6) $0 7) $0 8) $0 9) $0 10) $0 SUBCONTRACT TOTAL: $106,593.00 $106,593.00 Mark-ups: Cost of Work Subtotal $166,547.00 Notes: 1. Excludes the removal& replacement of the existing 15% 0&P on Hawkins Work $8,993.00 weir/baffle anchors,if required. 5% 0&P on Subcontract Work $5,330.00 Subtotal: $180,870.00 1.01% Bond $1,827.00 Additional Days = Days $182,697.00 , , .'I_'? __ n i' --.jai° RESTORATION 2821 Grebe Street• Omaha,Nebraska 68112 • 402-558-7989 Phone•402-558-2230 Fax February 27, 2018 Chris Grojean Hawkins Construction Company 2516 Deer Park Blvd, Omaha,NE 68105 RE: MRWWTP-B2: CPR#56 - SOIA Clarifier Launder Protective Coating Dear Chris, Thank you for the opportunity to bid the above referenced project. Our scope of work on this project includes the following: • Mobilize equipment,manpower,and materials to the jobsite to perform the described work • Utilize pressure washers and detergents to remove any build up or contamination on the existing concrete substrate. • Sandblast the proposed area to a CSP 3-5 with flint. We will remove most of the sandblasting debris after the work is complete. • Make appropriate saw cuts for termination as indicated in the plans prior to coating installation. Install Tnemec 434 on the proposed area as detailed in figure 3 of the plans provided by Olsson Associates. • Install Tnemec 435 on the horizontal surface as detailed in figure 3 of the plans provided by Olsson Associates. • Install new joint seal around the V notch weirs using Sikaflex 2c NS. • Final clean work area and demobilize the jobsite. The price to complete both Clarifiers is$62,360 aarZMS 4 S,Gvo - Respectfully, 1/67, 16 0 James W Bouckaert Estimator/Project Manager ilk 4101 Sealant E 410 y *Sdt� ij �F Waterpr oofing =f ,4 1NTERNATIONAL mar ,5 �-N & n ; ,,,h' 43,-" ':INSTirure InStitut ! _ CD s-.4 sears wnb'RU6ti ,�;,•�. RESTORATION 2821 Grebe Street• Omaha,Nebraska 68112.402-558-7989 Phone•402-558-2230 Fax McGill Restoration, Inc. Special Conditions; • 1)Our payment terms are Net 30 days from the date of the invoice with an interest rate of 1.5%per month added on all invoices not paid within 30 days. 2)Quote is valid for a period of 30 days from date of proposal. 3)Owner/G.C. to provide water, electricity and hook up for our work. 4)No engineering/permits included. 5)Work to be performed during normal working hours. If work needs to be performed during weekends or off hours there will be an additional$35 per hour charge for all hours accrued during afterhours. 6)Hawkins Construction will remove conduits, metal flashing, and weirs in the proposed area prior to any coating operations. 7) Hawkins will provide temporary scaffolding to reach our work area. We will provide all fall protection for our workers. 8)Davis-Bacon Wages and certified payroll included in pricing I accept This Proposal and authorize McGill Restoration to perform the work. Name Title Date RB4aBB II)'-1 alant K� 1', 1NT8R(VATIOIVAL ,Yt0"iWterpong aror � ,&Rorafion , 1": . CONCRETE RAPT E r'.s�,rur� institute ` 'j�" NsT Tt1TE FJ' 4Twr[WqR Uutl r Commonwealth Electric Company of the midwest 4225 South 89th Street Omaha, Nebraska 68127 402-331-1414 January 23,2018 Mr.Chris Grojean Hawkins Construction Company P.O.Box 9008 Station C Omaha,NE 68109 RE: City of Omaha OPW 52648,Schedule B2,MWWTP Change Request Description:CR E-25,CPR 56,Launder Protective Coating for Two SOIA Calrifiers CECM Change Request No: E-25 Chris, Attached is a change request breakdown sheet for the above referenced change. This change requires an addition to our contract in the amount of Four Thousand Six Hundred Sixty Dollars,$4,660. Please issue a contract amendment for$4,660 at Your earliest convenience. The above prices are subject to cost changes if not accepted in ten(10)days: Commonwealth Electric Company of the Midwest reserves all rights to make additional claims for impact on other work which is caused by this additional and/or changed work. If you have any questions regarding this change,please give me a call. Sincerely, COMMONWEALTH ELECTRIC COMPANY of the Midwest 'k&Ltv (1 ijko,7\ LC, Adam Brumbaugh Project Manager Attachment: Des Moines • Lincoln • Omaha • Phoenix • Tucson City of Omaha#52648 WWTP Schedule B2 CHANGE REQUEST BREAKDOWN Change Request Description: CPR 56,Launder Protective Coating for Two SOIA Calrifiers CECM Change Request#: E-25 Date Submitted: January 23.2018 Change Request# E-25 Adds: Material:(mat'l&subcontract) $619.59 Regular Labor Hours: 52.00 $0.00 Over-time Labor Hours: Direct Job Expense: $160.86 Freight $0.00 Regular Labor Rate: $61.87 Mat'I&Equipment $780.45 Over-time Labor Rate: $84.10 Sales Tax on Job Exp/Rental $11.26 PM/Estimator Hours 0.00 $791.71 PM/Estimator Rate: $80.00 Note: Total Labor $3,217.24 Material&Labor Total: $4,008.95 15%OH&P: $601.34 Subtotal $4,610.29 Bond Adder $49.79 Total Adder $4,660.00 City of Omaha MWWWTP Schedule B2 Commonwealth Electric Company of the Midwest RESTORATION 2821 Grebe Street•Omaha,Nebraska 68112•402-558-7989 Phone•402-558-2230 Fax January 31,2018 Chris Grojean Hawkins Construction Company 2516 Deer Park Blvd, Omaha,NE 68105 RE: MRWWTP-B2: CPR#56-SOIA Clarifier Launder Protective Coating Dear Chris, Thank you for the opportunity to bid the above referenced project. Our scope of work on this project includes the following: • Mobilize equipment,manpower,and materials to the jobsite to perform the described work • Utilize pressure washers and detergents to remove any build up or contamination on the existing concrete substrate. • Sandblast the proposed area to a CSP 3-5 with flint. We will remove most of the sandblasting debris after the work is complete. • Make appropriate saw cuts for termination as indicated in the plans prior to coating installation. Install Tnemec 434 on the proposed area as detailed in figure 3 of the plans provided by Olsson Associates. • Install Tnemec 435 on the horizontal surface as detailed in figure 3 of the plans provided by Olsson Associates. • Install new joint seal around the V notch weirs using Sikaflex 2cNS. • Final clean work area and demobilize the jobsite. The price to complete both Clarifiers is$62,360 Respectfully, James W Bouckaert Estimator/Project Manager 4040 ilkSealant INTERNATIONAL wa Waterproofing &Restoration ' CONCRETE REPAIR ma in Institute INSTITU T �s,.} t, ip , . RESTORATION 2821 Grebe Street•Omaha,Nebraska 68112•402-558-7989 Phone•402-558-2230 Fax McGill Restoration,Inc. Npecial Conditions: l)Our payment terms are Net 30 days from the date of the invoice with an interest rate of 1.5%per month added on all invoices not paid within 30 days. 2)Quote is valid for a period of 30 days from date of proposal. 3)Owner/G.C.to provide water, electricity and hook up for our work. 4)No engineering/permits included. 5)Work to be performed during normal working hours. 6)Hawkins Construction will remove conduits,metal flashing, and weirs in the proposed area prior to any coating operations. 7)Hawkins will provide temporary scaffolding to reach our work area. We will provide all fall protection for our workers. 8)Davis-Bacon Wages and certified payroll included in pricing I accept This Proposal and authorize McGill Restoration to perform the work. Name Title Date - 410 dikSealant T V. INTERNATIONAL Waterproofing CONCRETE REPAIRF� &Restoration 4 1 I N S T I T v T Bg 1`�►'1, a�.Irll it Institute *pan WM.ro mt Midwest Scaffold Service L.L.C. 9641 South 148th Street Omaha, NE 68138-3850 Phone 402-597-9100 Fax 402-597-9106 Attention: Ben RE: Tank Walls/Troughs Work Deck(2)Revised Date: 1-24-18 We Propose to Furnish,Erect,and Dismantle: We will erect scaffold for the purpose of creating a five feet wide work deck around the inside perimeter of the trough at approximately the 970' elevation although the exact height may be determined before the start of erection. The scaffold will be complete with guard rail,toe board and ladder access/egress where applicable. The quote is based on creating access in one tank, the customer does their work, and we dismantle and lay down equipment for the next tank to be accessible then repeat as the first tank. The quote is based on working normal business hours.Davis Bacon Wages are included in the quote below.Thank you for the opportunity to quote this project. Labor: $26,730.00 +tax 56 Day Rental: $4,910.00+tax #3 4 7So Freight: $110.00+tax 2, 2 2 3 " ra,r Engineering: N/A 473073 Definition: "WE"refers to Midwest Scaffold Services LLC "YOU"refers to our Customer Company,to who we are providing Scaffold Erection and Rental Services. PLEASE NOTE: Finished scaffold and erection\dismantling procedures will comply with OSHA 1926.450 Subpart L Scaffold Regulations. 1. Unless otherwise specified above,rental of equipment shall be computed from the time of erection to the date we are instructed to remove the equipment from the job site. 2. Any existing tax or any that may hereafter be Ievied or imposed by any public authority upon the rental of equipment or services covered herein will be in addition to the above quoted figure, unless a current SALES TAX Exemption Certificate is in our file. 3. The following terms will be applicable: a. 70 %of Labor Costs due upon Completion of Erection b. 30 %of Labor Costs due upon Completion of Dismantle These Labor Billings are due 15 days from Invoice Date First weekly rent will be pre-billed,the following week/weeks will be billed in arrears. Rental billings due net 15 days from Invoice Date. Signature Title Date MRWWTPB2 CPR No.56 Attachment No. 1 HIGH-PERFORMANCE COATINGS FOR SOUTH OMAHA INDUSTRIAL AREA CLARIFIERS PART 1-GENERAL 1.1 SCOPE A. Requirements of the OPW 52648 (CSO) Schedule B2 Missouri River WWTP Combined Sewer Overflow Improvements project, Conditions of Contract, Division 1 and other requirements of that contract apply to this Section. Provide all labor, materials, apparatus, scaffolding, and appurtenant work about painting and protective coatings, complete as specified and required. B. Work included in This Section. Principal items include: 1. Coating of both SOIA Clarifer concrete launderers, vertical and horizontal surfaces, with Tnemec Series 434 and 435 Perma Shield. 1.2 WARRANTY A. A two (2) year warranty which commences on the date of acceptance against failure of all coatings shall be provided. Failure of any coating during the warranty period shall be repaired by the Contractor who shall absorb all costs related to the repair of the coating. Failure shall include,but not be limited to,cracking,peeling, and separation from substrate. B. As part of this two (2) year warranty, the Contractor shall perform an inspection of all painted surfaces at 11 months from date of acceptance with an Owner's representative. All coating failures shall be repaired. The costs of this inspection and any repair services shall be the Contractor's responsibility. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include preparation requirements and application instructions. B. Samples for Color Selection: For each type of topcoat product indicated. C. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. VOC content. 1.4 QUALITY ASSURANCE Omaha MO River WWTP SOIA Clarifier Launder Protective Coating 017-2444 09960-1 A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five (5)years experience. B. Applicator: Company specializing in commercial painting and finishing with five (5) years experience. 1.5 DELIVERY,STORAGE,AND HANDLING A. Deliver products to site under provisions of OPW 52648 (CSO) Schedule B2 Missouri River WWTP Combined Sewer Overflow Improvements project, Section 01 6100. B. Store and protect products under provisions of OPW 52648 (CSO) Schedule B2 Missouri River WWTP Combined Sewer Overflow Improvements project Section 01 61 00. C. Deliver products to site in sealed and labeled containers; inspect to verify acceptance. D. Container labeling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing. E. Store paint materials at minimum ambient temperature of 45° F and a maximum of 90° F, in well ventilated area, unless required otherwise by manufacturer's instructions. F. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.6 FIELD CONDITIONS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures are between 50° F and 95°F 24 hours before,through 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. B. Do not apply coatings when relative humidity exceeds 85 percent; at temperatures less than 5° F above the dew point;or to damp or wet surfaces. C. Provide lighting level of 80 ft candles measured mid-height at substrate surface. PART 2-PRODUCTS 2.1 PRODUCTS A. Products: 1. Tnemec Series 434 Perma Shield for all concrete surfaces. 2. Tnemec Series 435 Perma Shield for top of wall/overlapping Series 434 B. Products: Subject to compliance with requirements, provide product listed in other Part 2 articles for the paint category indicated. Omaha MO River WWTP SOIA Clarifier Launder Protective Coating 017-2444 09960-2 2.2 HIGH-PERFORMANCE COATINGS,GENERAL A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Manufacturer of topcoat shall provide written verification of compatibility of all products recommended for use in coating system and on substrate indicated. B. Colors:As selected by Owner from manufacturer's full range. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Verify suitability of substrates, including surface conditions. C. Proceed with coating application only after unsatisfactory conditions have been corrected. D. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. C. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease,and incompatible paints and encapsulants. D. Surface prep per : SSPC SP 13 ICRI CSP 3-5. Detergent clean prior to blasting. Sand blast surface with flint sand. E. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces to be coated exceeds that permitted in manufacturer's written instructions. Omaha MO River WWTP SOIA Clarifier Launder Protective Coating 017-2444 09960-3 3.3 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions. 1. Use applicators and techniques suited for coating and substrate indicated. B. Strictly follow manufacturers' requirements for cure times prior to application of subsequent coatings and returning to service. C. Application Coating Schedule: 1. All Concrete to be Coated: Finish:Tnemec Series 434 Perma Shield H2S at 1/8"over the en- tire surface This coating should be terminated the bottom of the wall below the water line and 1.5" below the top of the wall. 2. Top of Wall: Finish:Tnemec Series 435 Perma Shield at 20-30 mils DFT(2 coats may be re- quired). This coating will be applied onto the Series 434 with a 6" overlap(minimum), and then wrapped up the wall, and over the edge onto the horizontal surface under the flashing. Flashing shall be lifted by contractor to allow for placement of coating under flashing, refer to notes on the plans. D. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish,color,and appearance. E. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs,sags, ropiness,or other surface imperfections. 3.4 FIELD QUALITY CONTROL A. Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test coatings for dry film thickness. 1. Contractor shall touch up and restore coated surfaces damaged by testing. 2. If test results show that dry film thickness of applied coating does not comply with coating manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with the coating manufacturer's written recommendations. B. Other Testing: Owner may engage in services of a qualified testing and inspecting agency to inspect and provide holiday testing of the coating and pull(adhesion)testing. 1. Contractor shall touch up and restore coated surfaces damaged by testing. 2. If test results show that the applied coating does not comply with coating manufacturer's written recommendations, Contractor shall pay for testing and apply Omaha MO River WWTP SOIA Clarifier Launder Protective Coating 017-2444 09960-4 additional coats as needed to provide a coating system that complies with the coating manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing,scraping,or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Construction Manager, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. END OF SECTION Omaha MO River WWTP SOIA Clarifier Launder Protective Coating 017-2444 09960-5 TWO(2)EXISTING CONDUITS AROUND ` _1 DOME NOT �29`5,2.. APPROX I OF THE PERIMETER. OF THE SHOKN LAUNDER AT EACH CLARIFIER.CITY WILL - OISCONNECT THE THRE AT BOTH ENDS. £FFLU ENT 41) CONTRACTOR TO REMOVE CONDUIT&CURS. - -^^-".�� LAUNDER CONTRACTOR TO REINSTALL CONDUIT U ''-1�� 2-WS ✓ \�. COMPLETION MG APPLICATION. Z.. /I" 4� �` 3`SSA PROV+OE NEW ALUMINUM OR STAINLESS � i'��STEEL.CUPS/HARDWARE k'.NEW STAINLESS � ,1/ // 1 STEEL ANCHORS, BOLTS.AND NUTS AS �/ N ' 4` REOUtRED TO REINSTALL CONDUIT. ` V-NOTCH HEIR , B"SRSM 7 SCUM BAME /NW' f'r 4SCUM DAFFLE "r_ ,/�',' SUPPiNTT. TYP i-:i�, ./ t, 1� - �/ �L t, `r `1 sctl THapuGH 44 �/.- A�� ei 1 \ FLOCCULATION WELL \ SCUM THROUGH 65'-0" I t ���� 11 Ij ORIVE �I - 4 AND MOTOR A RAKE ARM AND �1j\ FLOCCULATIONu. Wr. \�'��'- I BLADE ASSEMBLY N «�111 ACCESS ‘41. L' ,.,4 d I WALKH'AY - l - INSTALL CONCRETE PROTECTIVE `` - - ,y;�� / COATING ALONG PERIMETER OF ▪5z AMAIN CLARIFIER ,#, LAUNDER FRONT WALL IR `r ` SKIMMING ARM- T AND BACK WALL,WEIR TO BE AND BLADE. TYP REMOVED PRIOR 70 COATING r ` � INSTALLATION AND REINSTALLED �'� AFTER COATING HAS CURED QQ m END OF BRIDGE BELOW /, ~Qi �1N. BRIDGE SUPPORT CORBEL s, gm 4.,i - � BELOW TYP EA END `4 PLAN VIPN 0i SCALE. I/8_= i•-0" •ROIECT Itb. 0ITd1N 7•D Y.iw~TA FIGUR! oRAWKer t!P SOIA CLARIFIERS PLAN V 1OLSSONs m ; , 1 DATE REVISED tORTS TT PREFABRICATED ALUMINUM DOME COVER •-DORMER MAIN 000R ACCESSS I RARING IDRIVE AND WALKWAY MOTOR ! OM _,A.'illiigii..... ...... ..,,,...._47.-mmumumesiesomileTtat 4_-..z....---11.= Lr_�_ '� ^��� ___, '�' 2—b. b - A d _ bT I ErrwENT/ - 1N I'� 'INFLUENT STILLING I./F LAUNDER l`./1 ti, WELL SCUM PUMP {, -%—% u ril FLOCCULATION WELLINFLUENT INFLUENT 5T1LLtNC WELL Lei j t COLUMN L' '4� RAKE ARM ~. �Pr CAGE 1 � s' LL AND #7 / } le SLAB FOR WA REINF. SEE - I, F? SPIRAL K, — \ OPPOSITE WALL 1I,.RAKE 9LADE —_•' / —.. 1101- . .: . ___- �M _ 1 ter_ T pR= • e._0. I I O 9._0. ``55 0 a SECTION V.IEW-.._.--- SCALE: 3//16 V-0" 1 PROJECT NO. 01112•44_ I s a.:+:..1„7,!w. Pr.eo MARI alAM(IP/ xP SOIA'CLARIFIERS SECTION v\OLSSON. DATE:REVISED 1/2IJ16 IATts MI.M•1n 2 • INSTALL 435,WRAP OVER EDGE AND ONTO T/4-OECD HORIZONTAL SURFACE,EXTEND UNDER FLASHING. - TO FACILITATE APPUCATION,CONTRACTOR TO 'LIFT FLASHING AND BRUSH,ROLL,OR SPRAY APPLY 11 UNDER FLASHING AND ONTO CONCRETE SURFACE PREFABRICATED DOVE COVER o . SAWCUT _ SAWCUT r. TERMINATION TERADNA TION `,, ()FOR 434 ,.0119:-.• .. `W SYSTEM VELD CONCRETE • INSTALL DERMA•SHIELO 435 SUBSTRATE COATING REMOVE V-NOTCH 1 • ` ---- WEIR.REINSTALL AFTER PLACEMENT OF COATING SYTEM PERMA-SHIELD SrsTEMS: 434 &435 10' 2'-6' NOTE: p STALL COATING I. BRUSH OR TROWEL-SERIES 934 OR 435 ERMA-SHIELD REMOVE V-NOTCH INTO SAUT TERMINATION EI AGGREGATE WER INSTALL COATING REINFORCED REINSTALL V-NOTCH WIER f TYPICAL LEADING ce COATING. EXTEND EDGE TERMINATION() 70 BOTTOM Or - SCALE: I"= /'-0- 3 WALL 1 WATER l r� /-LEVEL , Miti - REMOVE GRATING& `• i� SUPPORTSSTALL AS TINGREOUIREDSYSTEM TO 11111M111 r INSTALL COATING SYSTEM i REMOVE_&REINSTALL TWO (2)3/4 CONDUITS, REFER •- <i �' TO NOTES OV FIGURE t1, ;.: . -='r 29-SPE IAFFLUENT.IAP DqR COATING DETAIL() - ur•• SCALE: 3/4 I-G 2 SECTION cFFI1UENT LANDER O 0O SCALE: 3/4 = I-O •{ PRD/ECT NO. OI7RS4.1 A M ROME DRAwHDr: sw SOIA CLARIFIERS SECTION O�OLSSONTI� '�.� ,a,,, s OAIE:REVISED 1l72114 - - - - - ----- -- - - , 1 • t• Change Proposal Request(CPR) 12 Project Name: Missouri River Wastewater Treatment Plant-Schedule D2 OPW Number: .62648 CPR No, 057 Contractor Hawkins Construction Company Date: 1129118 Funded: X CSO CARP Initiated by: - Y Kent Dietitian :Entity: CH2til Regarding: Addition of 24 Vdc Power Supply to CPR No.18 Scope ATTENTION: Please provide your proposed price and schedule change for the cost of this Request • A breakdown of cost for material,tabor,tools and equipment shall be;provided. • impacts to schedule,If any. • All materials and equipment for this request will be in compliance with all contract requirements. MASON FOR SCOPE REVlstota: During the execution of the Veen;for CPR 018 REV;•Convert Splicer Box Gate Operation From Analog to Profibus,the contractor noted that t the loss of power to the gates would result in the loss of gate position indication from the actuator to SCAADA,This was deemed as an unacceptable result and further investigation with the actuator manufacturer determined this could be corrected with the installation of an additional card in the actuator. SCOPE Rt inatora DESCRiPTIOr- The contractor shall develop and install a complete and function system to allow for gate UO to be communicated via Profibus to the HMI in the operations building in the event of a power outage to the gates.The following additional scope items,which were not included in CPR 018 Rev 1,,have been identified to complete the Work: A. AMi.JA Actuator:Attachment No, 1 shows the proposed cost and two circuit diagrams from the manufacturer to Odd an additional board to the actuator to provide contacts for the 24 Vdc power supply.Contractor to provide this changes to the gate actuators at the splitter structure,eight actuators in total.The gates at the Air Gap Structure will not require this additional feature. 8, Power Supply:Contractor to use the existing 24 Vdc power supplies to power the eight valves.Four valves will be powered from existing power supplies located in CP-1003-01 Primary Clarifier—North Complex(PCLN)and the other four from power supplies in CP-1003432 PPrenary Clarifier— South Complex(PCLS).The change will also require installation of new fuses,four each in CP-1003-01&02, C. Conduit and Conductors:Contractor to use existing conduits to connect the new powers circuits.No new conduits are planned.Each valve will be powered on a separate circuit,Provide new(2#14.1#14G)conductors for the eight new circuits four each running from CP-1003.01&02 to TB.f 003- 04 Terminal Box ii4,From TS-1003-04 run separate new(21114, 1014G)conductors for each circuit to WO actuator in existing conduit,Coordinate the installation of the new conductors with the ktsfallatioo oftae Profibus as required by CPR No.18.;Maintain both the 24 Vdc signal wires and the Profibus signals from the gates to the respective PLC during the Step wise removal and Installation of the actuators. D. All work to conform to the contract specifications. E. Contractor schedule for replacement of actuators to be coordinate with the Owner's ongoing project to repair the Clarifier effluent thermals as discussed in the coordination meeting held December'14,2017, • ASTACNNENTS• Attachment No.1 Mellon&Associates,Inc.Quotation No. 2018-1-19-RL-1 sated January 19.2018 DEVELOPEDt3Y: . KENT'BteWUEN All work shall be in accordance with the tens.stipulations,and conditions of the original Contract Documents, If the work herein provided for is Approved by Change Order,the time of completion will irk L� increased 0 Decreased lift:hanged By 0 calendar days This Change will: Add 0 Deduct 0] No Change $ 1. r 1_i "aa..l1" CSO Standard CPR AtROVALS: Engineer Recommendation: iti Recommend Acceptance 0 Do N Rtcorn d A pia Signature: �� � ,_J \A J tEng ear Date: I CM Recommendation, 41 Pecam .d Acceptance 0 Do ot4te otnm'‘end Accaptan e ` Signature: ( I i i\ '►k, Data, 1. a J k General Contractor Approval: �jji 1 ed 0 Not Ac oepted Signature: I (General bate: 2)f it/LEL__ - - -- Owner's Action: f —� AAcp. Not pled Signature: (Owme) Date: 2/I' �/ 9 -- ------- i 1 ' -Nes6 CH2MHILL RECORD OF NEGOTIATION MISSOURI RIVER WWTP —SCHEDULE B2 CITY OF OMAHA PUBLIC WORKS DEPARTMENT SUBJECT: CPR 057- Addition of 24 Vdc Power Supply to CPR No. 18 Scope—Final Disposition DATE: February 13,2018 CPR No.057 recommended for payment once the work is completed. The cost is$11,270 and was documented in Hawkins'invoice dated February 13,2018. Documentation for the following costs was reviewed: • Hawkins labor— NA • Hawkins equipment—NA • Hawkins materials-NA • Subcontractor Commonwealth—$3,183 (costs appear reasonable;backup was provided verifying labor and costs) • Subcontractor Huffman—$1,443(costs appear reasonable;backup was provided verifying labor and costs) • Supplier Mellon—$6,000(costs appear reasonable; backup was provided verifying material costs) • Labor Markups-NA • Contractor Markups-$644(appropriate markups were applied) Total-$11,270 Kent Bienlien Construction Manager CH211EHILL RECORD OF NEGOTIATION MISSOURI RIVER WWTP —SCHEDULE'B2 CITY OF OMAHA PUBLIC WORKS DEPARTMENT SUBJECT: CPR 057—Final Disposition DATE: 2/13/2018 CPR 057 is recommended for payment once the work is completed. The cost for the electrical work $3,183.00 and was documented in Hawkins"Invoice dated 2/02/2018. Documentation for the following costs was reviewed: • Subcontractor Commonwealth Labor—S2,424.36(costs appear reasonable;backup was provided verifying costs) • Subcontractor Commonwealth .lidaterial—S758.64(costs appear reasonable; backup was provided verifying costs) Electrical Total-$3,183.00. Gary Becker/Kevin Vander kTolk Qwglity 4ssegance Rei ce.Qtbtc9 i 9.1 I5IM Change Proposal Request I Res■ MIIIIIIIM rM Project Name: OPW 52648(CSO)•Schedule 82 MRWWTP -miss:- Hawkins Proposal No: CPR No. 67 Date: 02-Feb-16 Change Proposal Request No: CPR No. 57 Description of Change: Addition of 24 V 00 Power Supply to CPR No. 18 Scope Hawkins Costs: ACTIVITY DESCRIPTION QUANTITY UNIT EQUIP, 1:4U1P. UNIT MATERIAL UNIT LABOR LABOR COST TOTALS COST MATERIALS COST - --— _ - - -. -- .. -_,.4_. - .-_.. .... __ uw.. --- . -. -..-...� _--_-..- ---f _.- - -. 4.-._ ----4 r... -.:F--.-....-.•- -- - m` .�. --- _ --.-.._..t.-. -._....-..�_ -r----- -I w.w..�_ - - - _.era-"-'c: .:-"_�=-sx-a._.,."-•'�arrsar.cirr�.r..:at._�.-..='. .= .------'^ �._____--_"_w._--,__. _ •- '+�c�:z: r.:-..spa'__, TOTALS SO SO SO $0 Miscellaneous: Burden 47.00%of Labor S0.00 Small Tools 3.50% of Labor S0.00 Expendables 3.00%of Labor S0.00 Sales Tax 0.00% of Material �_ 80.00 Miscellaneous Subtotal: $$0.00 $0.00 Hawkins Total: $0.00 Subcontracts: 1) Mellon 8 Associates - $6,000.00- 2) Commonwealth'Electric Company -�- ----' — S3,183.00 3)Huffman Engineering _ __ �- - $1,443.00 4) - -. �. _ SO 5) ) -- _ ---- — - - - SO 8) - - ---- -- - — ---S0- 9) - - - - --- - -- -- - - -- -- -- • - SO 10) - - - - - - -- SO -- - - = - -- us-_. .._ - - - . nue,...la:- SUBCONTRACT TOTAL: S10,626.00 S10,626.00 Markups: - Cost of Work Subtotal 610,826.00 15%0&P on Hawkins Work S0.00 :5% 0&P on Subcontract Work S531.00 Subtotal: S11,157.00 1.01%Bond $113.00 Additional Days = Days $11,270.00 /--- MEULN& ASSOCIATES,INC. 3404 S.11th St., Council Bluffs,iA 51501 QUOTATION:2018-01-19-RL-1 •. rhnnrrifil liE January 19,2018 1i 111113 a6iUiTORSIQunl1BIi PBB'mWBT:Ryan Lemons mem=•PIIW •MESS Ph:(712)322-9333 NERIISIVIZILrI •111SSOtill Fax(712)322.6557 ryan@meleninc.com PrEUTNAME Missouri River Wastewater Treatment Plant-Schedule B2 CPR 57(CPR018)Add On 000TW T8:Hawkins Construction TWNS:100%Net 30 Days Attn:Ben Erickson FAA:Factory 4024604256 FBBS11T1fB Prepay&Add beridcson@la wkins1.com Item MO Q MO D� Net . NO. Each Net 81 AUMA Option Board to add Customer supplied 24V control power $ 750 $ 6,000 ____ _.. ------ _ _ - _ . - SUB-TOTAL I -$ -� 6,000 TERMS s COMMONS 1.Price does not include mechanical joint accessories,valve boxes,special coatings,special tagging,tee operating wrenches,flange gaskets,bolts, Installation services,test certifications,field start up services,special crating,extended warranties or packaging for export-unless otherwise noted. 2.State and local use taxes are not Included.Tax exempt certificates must be provided If the project is determined to be tax exempt 3.This quotation reflects our policy of sourcing raw materials In the most cost effective manner.Any requirements for specific U.S.content may require a revised quotation.Equipment may not be compliant with special ARRA,SRF or°Buy American"funding conditions, unless quoted as such. 4.A maximum of 8 printed Submittal&O&M will be provided on double-sided prints in a loose,unbound,and untabbed format Electronic copies will be available via e-mail as an Adobe Acrobat PDF file.Any requirements for special formatting,including but not Limited to,binders,separation tabs, Color Prints,Single-Sided Prints,Compact Disc or USB Flash Drive will be subject to additional charges. 5.This quotation was prepared with limited spedfkations,and/or application data.Any subsequent changes to materials,coatings, features,actuation,accessories,or otherwise shall require a re-quotation. 6.This quotation Is limited to the scope,supply&descriptions above.Please review all necessary valve/tag schedules,and installation drawings to ensure all Items are included. 7.This quotatlonlorder is subject to the manufacturers'acceptance,standard warranty and terms and conditions(available upon request). 8.Orders will be subject to a minimum net billing of 3)001. 9.This repair quote is an estimate only.Should the need for additional parts and repairs be discovered after repair work has begun or during testing,this quote will be adjusted to reflect the cost of additional repairs.You will be notified prior to the repair being accomplished. 10.Mellen&Associates will provide a Certificate of Insurance upon request but will not issue Additional insured certificates.In addition we will not accept any terms that waive subrogation or Include any non-contributory contract language.' 11.Automated valve packages,Field Service,and Start-Up may be invoiced separately by our service group,Qtech Automation. 12.Delivery quotes represent an estimate only,with all Items quoted as*subject to prior sale". 13.Pricing will be held for 30 days. ADDITIONAL COMMENis 1.Please reference quotation number 2018-01-19-RL-1 on all purchase orders&correspondence. 2.Purchase Orders resulting from this quotation shall be issued to"Mellen&Associates,Inc". 3.STARTUP SERVICES:If required,startup services will be billed by Qtech Automation at a rate of$125 per hour.Including travel.A separate purchase order Issued to Qtech Automation may be required. Commonwealth Electric Company �h: Y of the Midwest { 4225 South 89t Street Omaha,Nebraska 68127 402-331-1414 February 8,2018 Mr. Chris Grojean Hawkins Construction Company P.O. Box 9008 Station C Omaha,NE 68109 RE: City of Omaha OPW 52648, Schedule B2, MWWTP Change Request Description: E-26, CPR 57,Addition of 24 Vdc Power Supply to CPR No. 18 Scope CECM Change Request No: E-26 Chris, Attached is a change request breakdown sheet for the above referenced change. This change requires an addition to our contract in the amount of Three Thousand One Hundred Eighty Three Dollars,$3,183. Please issue a contract amendment for$3,183 at your earliest convenience. The above prices are subject to cost changes if not accepted in ten(10)days. Commonwealth Electric Company of the Midwest reserves all rights bo make additional claims for impact on other work which is caused by this additional and/or changed work. If you have any questions regarding this change,please give me a call. Sincerely, COMMONWEALTH ELECTRIC COMPANY of the Midwest Adam Brumbaugh • Electrical Engineer/Project Manager Attachment E-26 Change Order Breakdown Des Moines • Lincoln • Omaha Phoenix • Tucson , n i i City of Omaha#52648 WWTP Schedule B2 CHANGE REQUEST BREAKDOWN Change Request Description: CPR 57,Addition of 24 Vdc Power Supply to CPR No.18 Scope CECM Change Request#: E-26 Date Submitted: February 8.2018 Change Request# E-26 Adds: Material:(math&subcontract) $652.72 Regular Labor Hours: 32.00 Over-time Labor Hours: Direct Job Expense: $98.99 Freight $0.00 Regular Labor Rate: $61.87 Marl&Equipment $751.71 Over-time Labor Rate: $84.10 Sales Tax on lob Exp/Rental $6.93 PM/Estimator Hours 0.00 $758.64 PM/Estimator Rate: $80.00 Note: Total Labor: $1,979.84 'Material&Labor Total: $2,738.48 15%OH&P: $410.77 Subtotal $3,149.25 Bond Adder $34.01 Total Adder $3,183.00 City of Omaha MWWWTP Schedule B2 Commonwealth Electric Company of the Midwest r !. Y A FMHUFFMAN JENGNWUNG INC February 7, 2018 Mr. Chris Grojean Hawkins Construction Company 2516 Deer Park Blvd. Omaha, NE 68105 Subject: OM059C0011 Change Order 11 —MRWWTP OPW 52648 Schedule-B2 CPR-57 Addition of 24VDC Power Supply to CPR No.18 Scope Revision History: Initial Issue: 07February2018 Dear Mr.Grojean, HEI is pleased to submit this pricing estimate for the installation and wiring of required terminal blocks, fuse blocks and fuses to each of the four(4)power supplies in the PCLN and PCLS Main PLC panels(2 in each). This work will provide the 24 VDC each of eight gates(2 per power supply). This proposal is based on CPR-57 dated 1/29/18 and includes the following labor and equipment. HEI Labor: • Engineering and project management time for discovery, design, and coordination • Drafting time for modifications to existing drawings • Technician time for on-site panel modifications including wiring inside of each of the.two Main Control Panels,startup, and testing HEI Materials: PCLN Control Panel Modifications • Provide additional terminal blocks,fuse blocks and fuses from output of each of the two 24VDC power supplies to provide two (2)separate sources,each feeding a pair of gates In the splitter structure. PCLN Control Panel Modifications • Provide additional terminal blocks,fuse blocks and fuses from output of each of the two 24VDC power supplies to provide two(2)separate sources, each feeding a pair of gates in the splitter structure. • HEI Supplied Sub-Contractors: • None. Assumptions: • HEI will provide field terminal blocks for 24VDC supply to each gate's Profibus communications module. • Wiring provided outside of the Main control panel shall be provided and installed by others. This proposal does NOT include: • Any labor or hardware not specifically mentioned as included in this proposal • Any expedited shipping or overtime labor fees 5301 North 57th Street, Lincoln, Nebraska 68507,Telephone:402-464-6823, Fax: 402-464-6892 • I C ! a 0M059C07—Change Order 7—Proposal Letter Page 2 of 2 Schedule and Terms (plus attached Terms and Conditions document): The current lead time for parts delivery and installation is 1-2 weeks. Actual lead time will be determined ARO. Pricing Estimate: Engineering $ 675 Technician $340 Drafting $ 130 PM $ 135 Parts $ 40 Expenses $ 65 Bond $29 Insurance $ 29 Proposal Total $ 1,443 Thank you for the opportunity to propose this work. We look forward to the working with you on this project. Please call me at 402-323-5668(Office direct phone)if you have any questions. Sincerely, .-" es L. Fricke, P.E., Huffman Engineering, Inc. Project Manager Attachments:Terms and Conditions / , > I€rffMAN TERMS AND CONDITIONS 1. Applicability of Terms. Huffman Engineering's participation in Huffman Engineering grants to Customer a non-exclusive and non- any sate or project is expressly conditioned on the applicability of its transferable license to use the Materials supplied to Customer for use Proposal(s)and the following Terms and Conditions, as updated by solely by Customer and only at Customer's facility. Huffman Engineering from time to time. My difference or additional All licenses are subject to the following restrictions: provisions shall not be binding on Huffman Engineering unless agreed in writing by its authorized representative. A. Customer may make coples of the Materials only to the extent nAny Proposal by Huffman Engineering for services Ssry or a and ally for the efficient use of the Materials under the license, 9 n8 (" xes') copies shall include the copyright notice(s) of Huffman described system or systems('System')shall be valid if accepted by Engineering and/or any third party. Customer withn sixty (60) days of Its issuance or If Huffman Is authorized to begin work,whichever is first. The period of acceptance B. Customer shall not sublicense the use of the Materials or may be extended In writing by Huffman Engneering. otherwise allow their transfer or duplication except as agreed in writing, and the Materials shall be considered Huffman 2. Terms of Payment Engineering's Confidential Information subject to the nondisclosure provisions of this agreement. A. Terms of payment are net fifteen (16) days from the date appearing on Huffman Engineering's invoice. All payments shall Customer may be required to execute separate license agreements as be made only in legal U.S.Currency. Payment schedules will be may be applicable for certain software or other intellectual property as stated in this Proposal. A service charge of 1.5%per month or provided by Huffman Engineering under this agreement This the maximum permitted by law will be charged on accounts 30 provision will be applicable primarily if Huffman Engineering provides days past Invoice date. Freight will be f.o.b. Huffman third-party software to Customer. Engineering,Lincoln,NE prepaid and billed. • Title for parts stored at Huffman Engineering during work In process B. Every attempt Will be made to document work outside the scope will transfer to Customer upon receipt of payment from the Customer. of this project with change orders. Change orders require A parts list, including manufacturer, description and quantity will be Customer approval before implementation. Change orders will be provided as requested with the invoice. billed fully(100%)on receipt of change order.Change orders will 6. Customer's Confidential Information. Duringtheperformance Include but are not limited to:1)functional changes,2)equipment Huffman Engineering by changes,3)schedule changes. disclose to Huffm Engineed of inggc�ne necessary for Customer to technical information. data C. If, after seven (7) days' notice by. Huffman Engineering, and expertise relating to process and/or equipment,part or all of which Customer does not make payment for the work in conformity with are confidential in nature and proprietary to Customer or proprietary to these Teams and Conditions(or,with or without such notice if the third parties to which Customer owes the duty of confidentiality. Customer has repeatedly failed to make payment), Huffman Engineering may suspend work until ft receives all payments then Confidential information shall mean all technical information,data,and due, and the amount due shall be increased by Huffman know-how disclosed to Huffman Engineering In writing by Customer, Engineering's reasonable demobilization and remobilization costs. including technical information, data and expertise on the design, in the event collection of any amounts due to Huffman manufacture, construction, maintenance, testing or operation of Engineering Is referred to an attorney, Customer shall bear all processes and/or equipment. coals of collection, Including, but not limited to, Huffman Engineering's reasonable attorney fees. Huffman Engineering Upon disclosure by Customer, Huffman Engineerng agrees to hold may require prepayment of any or all amounts due if the financial this confidential information confidential and agrees to make no use of condition of Customer or the end user reasonably justifies it this information other than to perform Services requested by Customer. 3. Taxes. Huffman Engineering shaft be responsible for paying The forgoing requirements of confidentiality and non-use shall not federal, state and local payroll taxes and/or contributions for apply to any such confidential information: unemployment Insurance,old age pension and retirement benefits for A. That is,at the time of disclosure,public information or otherwNse Huffman Engineering employees n their full time resident country. The prices quoted do not necessarily include sales, use, excise, value generaify available to the public. added or other similar taxes. Huffman Engineering will Invoice and B. Which, after disclosure, becomes public information, by Customer shall pay,in addition to the prices quoted,the amount of arty present or future sales,use, excise,value added or other similar tax publication or otherwise, through no act or fault of Huffman Engineering. applicable to the sale or use of the System or Services; or n lieu E thereof, Customer shall provide Huffman Engineering with a tax C. That is,prior to disclosure,already in the possession of Huffman exemption certificate acceptable to the taxing authorities. Engineering. 4. Services to be Performed. Huffman Engineering shall perform the D. That Is rightly received by Huffman Engineering from a third party agreed Services with qualified personnel in a timely manner according that is not,at the time of receipt,under any oblIgation to maintain to any mutually agreed schedules. Huffman Engineering is not confidentiality. responsible for delays caused by other contractors, vendors, the E. That is required to be disclosed by Huffman Engineering pursuant Customer,acts of God or other circumstances beyond its control. to an enforceable order issued ent jurisdiction, or pursuant to an by enforceable governmentala court having t or 6. Ownership of Work Product Ail technical information and administrative order. materials disclosed and furnished by Customer to Huffman Engineering shall remain the property of Customer, and all such Specific Information shall not be deemed to be within the exceptions of materials shall be returned to Customer after they have served their the preceding sentences merely because ft is embraced by more purpose unless Huffman Engineering is otherwise Instructed In writing. general information within such exceptions,nor shall a combination of All or part of the drawings, documents,software programs, routines, features be deemed to be within such exceptions. specifications, applications, techniques, ideas and formulae 7. Limitation of Liability. IN NO EVENT SHALL HUFFMAN (collectively the 'Materials") prepared by Huffman Engineering and ENGINEERING BE LIABLE FOR INCIDENTAL,INDIRECT,SPECIAL, delivered or disclosed to Customer shall remain the property of OR CONSEQUENTIAL DAMAGES RESULTING FROM HUFFMAN Huffman Engineering. Upon delivery of the Materials to Customer, ENGINEERING'S PERFORMANCE,OR FAILURE TO PERFORM ITS x_ 4' • i SERVICES ON ANY PROJECT, INCLUDING UNDER ANY proprietary to Huffman Engineering or proprietary to third parties to CONTRACT. IT IS AGREED THAT HUFFMAN ENGINEERING'S which Huffman Engineering owes the duty of confidentiality. MAXIMUM LIABILITY UNDER ANY LEGAL THEORY SHALL BE LIMITED TO THE TOTAL AMOUNTS PAID BY CUSTOMER TO Confidential information shall mean ail technical Mformaton,data,end HUFFMAN ENGINEERING OVER THE PAST TWO-YEAR PERIOD expertise disclosed to Customer in writing by Huffman Engineering. OR THE APPLICABLE AMOUNT OF INSURANCE PROCEEDS This information includes,but Is not limited to.expertise regarding the COVERING SUCH LIABILITY,WHICHEVER IS MORE, design, manufacture, construction, maintenance,testing or operation of processes and/or equipment 8. Insurance. Huffman Engineering agrees to procure and keep in force for the period of work, adequate insurance at its sole cost, Upon disclosure by Huffman Engineering, Customer agrees to make including general liability, Workers Compensation end automobile no use of such information other than to perform its intended functions. liability insurance. Once transfer of title for parts and work in process occurs, regardless of location, it is the Customer's responsibility to The foregoing requirements of confidentiality and non-use shall not maintain insurance for the parts and work in process. apply to any such confidential information: 9. Warranties. Huffman Engineering warrants that engineering A. That is,at the time of disclosure,public information or otherwise Services furnished will conform to the written project specifications generally available to the public. incorporated by Huffman Engineering's Proposal and Customer's B. Which, after dsdosure hereunder, becomes public information, purchase order. will be in accordance with applicable engineering principles,and will be performed by competent personnel. by publication or otherwise,through no act or fatuit of Customer. Any System is warranted to function as described In the applicable C. That is, prior to disclosure, already in the possession of Proposal for a period of one year from date of shipment, or as Is Customer. otherwise agreed in writing. For purposes of this warranty.an Error D. That is rightly received by Customer from a third party which is shall be the failure of a program to perform an important functionality not, at the time of receipt, under any obligation to maintain described in the Proposal or an agreed specification signed by confidentiality. Huffman Engineering,or,In the case of standard software,the Seller's E. That is required to be disclosed Customer pursuant to an User Manual applicable to such software at the time of shipment Third-party software shaft be warranted in accordance With the enforceable order issued by a court having competent jurisdiction, published warranty of its manufacturer to the extent Huffman or pursuant to an enforceable governmental or administrative Engineering has the right to such warranty.Hardware failure wilt not be order. remedied unless due to a manufacturing defect Specific information shall not be deemed to be within the exceptions of If the Customer notifies Huffman Engineering in writing of an Error and the preceding sentence merely because it is embraced by more provides a description of the Error along with information allowing the general information within such exceptions,nor shall a combination of Error to be repeated,Huffman Engineering will,at its option: a)modify features be deemed to be within such exceptions. the Customer's program or panel to correct the Error, b) make available to Customer instructions for correcting the Error.or c)make 11. Access to Facilities and Information. Customer shall ensure available at Huffman Engineering's facility replacement parts or that Huffman Engineering has suitable access to Customer facllilies programs. enabling Huffman Engineering to perform Services required in Customer's purchase order. Customer will provide sufficient qualified The warranty will become void if any Error Is caused by or attributed to: technical assistance to ensure that the requirements of the Customer are communicated to the Huffman Engineering in a timely and A. Any misuse or abuse of the System; understandable manner consistent with the agreed scope of the work. B. Exposure of the System to conditions beyond the environmental, 12. Non-Solicitation. To the fullest extent permitted by law, power,or operating constraints specified by the Seller. Customer agrees that It will not dir ectly or indirectly solicit the C. Changes in operating function, final operating specifications, employment of,or attempt to establish a contract or work relationship hardware,or changes In intended use. with,any Huffman Engineering employee that has any assignment or responsibility for execution of any Services provided under this Parts warranties will be assigned to the Customer according to agreement for a period of one (1)year following the termination or manufacturer's warranty specifications. The warranty period will begin expiration of this agreement upon parts shipment to Huffman Engineering. Special Note: EXCEPT FOR THESE WARRANTIES, HUFFMAN ENGINEERING These terms and conditions are reviewed annually and subject to MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND change without notice. WHATSOEVER, INCLUDING BUT NOT UMITED TO, ANY WARRANTY OF FREEDOM FROM PATENT INFRINGEMENT, OF MERCHANTABILITY,OF FITNESS FOR A PARTICULAR PURPOSE, OR ARISING FROM A COURSE OF DEALING OR USAGE OF TRADE,OR OTHER EXPRESS OR IMPLIED WARRANTIES. ■of NNW MUM 10. Huffman Engineering's Confidential information. During the INC. performance by Huffman Engineering of Services it may be necessary for Huffman Engineering to disclose to Costumer certain technical 53o1 North 57th St. information,data,and expertise relating to technology,process and/or Lincoln.NE 88507 equipment, part or all of which are confidential in nature and are Phone: 402-484-6823 Fax: 402-484.6892 5-5-16(Rev date) NO. 537 Item Submitted By: Tim Storer Department: Public Works Council Meeting Date: April 10, 2018 Res. that, as recommended by the Mayor, Change Order No. 4 for OPW 52648, being the Missouri River Wastewater Treatment Plant Improvements — Schedule B2 Project with Hawkins Construction Company for additional work, is hereby approved. (The Finance Department is authorized to pay an additional sum of $193,967.00, for this change order, from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be used to finance this project.) • Presented to City Council • April 10, 2018 APPROVED 7-0 ellzabeth &tier City Clerk