Loading...
HomeMy WebLinkAboutRodarte Construction Inc. 12-02 CONTRACT Contract No. 12-02 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, this 15-t day of kkx)eyhhpr 2012, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and Rodarte Construction, Inc, 17 East Valley_Highway East,Auburn,WA, 98092; hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP0909, Academy Booster Pump Station Improvements Project," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all Work and furnish all tools, materials and equipment for Project CP0909, Academy Booster Pump Station Improvements Project. The major items of work include site tree and brush removal, clearing, grading, paving, retaining wall construction, and water and storm piping, offsite water distribution piping, paving and restoration, electrical and miscellaneous utilities, demolition of an existing Water pump station, and construction of a new water pump station comprised of a 1,900 square foot CMU building with metal roof, three vertical turbine and three horizontal centrifugal water pumps, piping and valves, three variable speed drives and associated electrical equipment, communications and telemetry equipment, a 230 kW diesel generator,and external, above- grade fuel tank, underground storage tank, and associated lighting and ventilation for a unit bid price of two million, thirty thousand, five hundred ninety-three dollars and fifty cents ($2,030,593.50) and Washington State Sales Tax of one hundred ninety-two thousand, nine hundred and six dollars and thirty-eight cents ($192,906.38) for a total contract value of two million, two hundred twenty-three thousand, four hundred ninety-nine dollars and eighty- eight cents ($2,223,499.88) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City Within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 260 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages)of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be famished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached;at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. rITV-OB ASHINGTON By Peter B.Lewis,Mayor Countersigned: this Lt— day of OU 20� ATTEST Danielle E.Daskam,City Clerk APP VED TO FO I Daniel B.Heid,City Attorney RODARTE CONSTRUCTION, INC By Authorized Official Signature CITY OF AUBURN DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 2 DATE 9/28/12 Project Number CP0909, Contract No. 12-02 ACADEMY BOOSTER PUMP STATION PROJECT Bid Opening Date: October 4, 2012 11:00 AM PDT The following revisions,additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting his/her bid. BID PROPOSAL PACKAGE: A. Bid Proposal Package. 1 REPLACE the entire original Bid Proposal Package with the attached Bid Proposal Package. a. The following is a summary of the list of changes to the Bid Proposal Package: i. Page 3 of the Proposal Form. 1 Bid Item No. 32 is revised to read"Tapping Sleeve and Valve Assembly(12 x 10 inch)." ii. Page 3 of the Proposal Form. 1 The quantity for Bid Item No. 35"Water Service Connection, 1 inch Diam."is revised to 1 iii. Page 3 of the Proposal Form. 1 A new Bid Item,No. 36 "Water Service Connection, 2 inch Diam." has been added and the subsequent Bid Item numbers have been revised. iv Page 4 of the Proposal Form. 1 The quantity for Bid Item No. 44 (previously noted as Bid Item No. 43), "Chain Link and Wire Fence", has been revised to 200 LF ADDENDUM No.2 Page 1 of 8342A.10 Academy Booster Pmnp Stalion Project TECHNICAL SPECIAL PROVISIONS,PART 2: B. Section 7-12.4. 2. REVISE the fifth paragraph under Off-Site Improvements from"Measurement for "Tapping Sleeve and Valve Assembly (10 x 10 inch)" shall be per each."to "Measurement for"Tapping Sleeve and Valve Assembly(12 x 10 inch)"shall be per each." C. Section 7-12.5. 3. REVISE the fifth bid item in the table under Off-Site Improvements from"Tapping Sleeve and Valve Assembly(10 x 10 inch)"to "Tapping Sleeve and Valve Assembly(12 x 10 inch)." 4. REVISE the sentence in last paragraph under Off-Site Improvements from " and "Tapping Sleeve and Valve Assembly(8 x 8 inch), (10 x 10 inch), (12 x 8 inch),and (12 x 12 inch)" " to " and"Tapping Sleeve and Valve Assembly (8 x 8 inch), (12 x 10 inch), 12 x 8 inch),and(l2 x 12 inch)" " D. Section 7-15.4. i 5. ADD the following new paragraph under Off-Site Improvements, "Measurement for j "Water Service Connection-2 inch Diam. Service Line" shall be per each." E. Section 7-15.5. 6. ADD the following new bid item to the table under Off-Site Improvements, "Water Service Connection-2 inch Diam. Service Line"measured "Per Each." 7 REVISE the City Standard Detail number in the last paragraph under Off-Site Improvements from"Water-17"to"Water-14 " 8. ADD the following new paragraph under Off-Site Improvements, "The unit contract price for"Water Service Connection-2 inch Diam. Service Line"shall be per each, in place, and shall be full compensation for all labor, equipment, and materials necessary to f tmish and install and connect the new water service and disconnect,relocate and connect the existing service meter to the new service line." TECHNICAL SPECIAL PROVISIONS,PART 3: F Section 16990. 9 In the Conduit Schedule,REVISE all references to VCP-600 or VCP600 to be VCP-700 or VCP700 accordingly VCP-700 is located on the Northwest side of the generator on Plan Sheet 62. 10. In the Conduit Schedule,REVISE the conductor size in Conduit P-007 f om 350 kcmil to 500 kcmil. 11. In the Conduit Schedule, DELETE Conduit P-008. ADDENDUM No.2 Page 2 of 3 8342A.10 Academy Booster Pomp Station Pmject CONTRACT PLANS. 1 Sheet 25 —REPLACE Water Construction Note 14 with the following, "INSTALL METER VAULT AND 2"METER PER CITY OF AUBURN STD DETAIL WATER-14 " 2. Sheet 26—DELETE all work associated with Detail G and Water Construction Note 18. 3 Sheet 26—ADD the following to the end of Water Construction Note 19,"WATER METER SIZE IS 3/4-INCH." 4 Sheet 31 —DELETE the top tension wire from detail C163 5 Sheet 58—DELETE the Type "S" Pole and Luminaire shown in the Luminaire Schedule (identified as Item `S' in the table). 6. Sheet 62—The Security System Panel referenced and located along the west wall of the station should be noted as "future." 7 Sheet 62—DELETE Conduit C-015 shown coming out of ATS-020; located in the lower right-hand corner of the Plan Sheet. 8. Sheet 73 —REVISE the common discharge line identified as 14" W to 16" W 9 Sheet 73 —REVISE the PMP-400 discharge line identified as 4" W to 10" W By signing the space provided in the"Receipt of Addenda" section of the "Bid Proposal Package", bidders certify and acknowledge receipt of Addendum No. 2 and to due consideration thereof in preparing and submitting the"Bid Proposal Package" Failure to acknowledge receipt of this Addendum on the "Bid Proposal Package"may be considered an irregularity in the`Bid Proposal Package" Dennis Selle, P.E. City Engineer I ADDL'NDUM No,2 Page 3 of] 83d2A.10 Academy 600slel Pump Stalioo Piojecl CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 1 Contract No., Project No. and Project Title: Contractor Name and Address: 12 -02, CP0909, Academy Booster Pump Station Improvements Rodarte Construction, Inc 17 East Valley Highway E Auburn, WA. 98092 'I he Contractor is hereby directed to make the changes to the Contract as described herein. "this document and all attachments are a supplement to the contract. All Ncork materials and measurements for the INpe of construction involved shall be in accordance Keith the contract documents of the above named In unless- stated otherwise in this change order. Summary of Proposed Changes: 1 Add 44 non- compensable days to the Contract due to issues related to the startup and testing of the Academy Booster Pump Station and the coordination efforts needed to resolve those issues. The 44 days covers the period of working days from March 20, 2014 when it was discovered there were issues at the site to May 21, 2014, when startup and testing resumed at the station. The Contract time is extended by 44 days. Item Sch. Sec. No. Item Description Quantity Units Unit Price (S) Total Price $ 3:-Original-Contract Amount - $- 2,030,593 50: "$ 2,223,499.88 4. Revised Contract Amount Subtotal Washington State Sales Tax (9.5 %) on applicable items TOTAL $ $ - $ 'this change order constitutes full and complete coinpensal ion for all labor. equipment. materials. overhead, profit. any and all indirect costs. and time adjustment to perlorni the above described changes. All other costs are non- compens'ible. All other terms and conditions of the contract remain unchanged. Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25yls n, 6 Z.o // Dale 4 9 iy cDate 2D14 Base Amount ,. ` -Total incl. Tax I. Total Cost this C/O $ $ 2. Total Cost Previous C/O r $ - $ 3:-Original-Contract Amount - $- 2,030,593 50: "$ 2,223,499.88 4. Revised Contract Amount 'this change order constitutes full and complete coinpensal ion for all labor. equipment. materials. overhead, profit. any and all indirect costs. and time adjustment to perlorni the above described changes. All other costs are non- compens'ible. All other terms and conditions of the contract remain unchanged. Contractor: Inspector: Project Manager: City Engineer: Approved by: H: \Forms \FCO25yls n, 6 Z.o // Dale 4 9 iy cDate 2D14 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No., Project No. and Project Title: Contractor Name and Address: o yr n 12 -02, CP0909, Academy Booster Pump Station Improvements Rodarte Construction, Inc 17 East Valley Highway E Auburn. WA. 98092 'I he Contractor is hereby directed to make the charges to the Contract as described herein. This document and all attachments are it supplement to the contract. All tcork. materials and measurements lox the tope of construction involved shall be in accordance \vith the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: I. Add 22 non- compensable days to the Contract for time to design a solution to address the surge issues experienced during startup and testing at the Academy Booster Pump Station. The 21 days covers the period of working days from May 30. 20 14 when startup and testing at the site was halted. to July I, 2014, at commencement of signing this change order. 2 New Contract pay item, "6 inch PRV Vault and 10 inch PRV Surge Kit Complete." The Contractor shall furnish and install a 6 inch PRV and Vault with appurtenances and furnish and install surge relief kits for the high demand pump 10 inch PRV's. All work shall conform to Section 7 -19 of the Contract Specifications and per the attached. 25 working days have been added to the contract for this work (20 working for material procurement and 5 working days for installation). The Contract time is extended by Item I Sch. I See. No. A 1 7 -19 Item Description lete 46 days. Quantity Units Unit Price Total Price ( + / -) ($) ( + /-) LS 1 47840.00 Washington State Sales Tax (9.0 %) on applicable itc TOT S 47.840.00 $ 47.840.00 $ 4.544.80 this chance order constitutes full and complete compensation tax all labor_ equipment. materials. overhead. protit. any and all indirect costs. and time adjusuncnt to perform the above described changes. All other costs are non- compensibI e. All other terms and conditions of the contract remain unchanged. Contractor Inspector Project Manager City Engineer Approved by H:\Fornns\Change0rder.xls Base Amount l otals melt ax 1. Total Cost this C/O S 47.840.00 S 52.384.80 2. 'Total Cost Previous C/O $ - $ - 3. Original Contract Amount S 1030.593.50 $ 2,223.499.88 4. Revised Contract Amount S 2.078.433.50 $ 2,275.884.68 this chance order constitutes full and complete compensation tax all labor_ equipment. materials. overhead. protit. any and all indirect costs. and time adjusuncnt to perform the above described changes. All other costs are non- compensibI e. All other terms and conditions of the contract remain unchanged. Contractor Inspector Project Manager City Engineer Approved by H:\Fornns\Change0rder.xls RODARTE CONSTRUCTION, INC. P.O. BOX 1875 AUBURN, WA 98071 -1875 ph 253- 939 -0532 fax 253-939-0557 �— customer Name Ryan Vondrak Company City of Auburn Address 25 West Main Street Auburn State WA Zip 98001 Phone 253 876 -3010 Fax 425- 392.9902 We hereby submit speo:6oations and estimates for the following -.tems Change Order PROPOSAL PG 1 Date 6124/2014 Job Name: Academy Booster Pump Station ITEM Description Ouantity Unit UNIT PRICE AMOUNT t Modi 3 each 10" PRV valves, add 6" PRV vault and valve 9 1 LS $ 47,840.00 $ 47,840,00 2 TOTAL $ 47,840.00 NOTES: Excludes sales tax. See attached 13 pages. Rodanc Cong uclion, Inc ACADEMYCO Academy Booster Station - Change Order John Ells Activity Des, Quantity Resource PCs Unit BID ITEM - 29 Description= Pressure Relief Vault Page 1 061_4/2014 920 Pressure Relief vault Unit Perm Consir Equip Sub Cast Latour Material MadfExp Mew Contract Taal Unn- LS Takcn((Quan 1000 Engr Quart: 1000 29 Pressure RelierVautl Quan: MCO2 Mist, Crew (B575) 2400 CH 2ACP02 Class B ACPIii 2 L% 1500 TN 2DUMPI Dump fee clean fi@ l ^_t% 11000 CY 2PIPE Pipe Material@121% 100 LS 2 2RUCK Rock«121% 21000 TN 4HAUI- Hauling SUB(![] 12% 1200 HR 4SAW Sawculung SUBru 112% 100 LS 8B420 420 Cat Backhoe 100 24 GO HR BE312 Caterpillar 312 Escava 100 2400 HR BPU250 Ford F350 Superduty LOU 24.00 HR 8R4 Bomag Tandem Roller 800 FIR 8TLOW Tmctorw /Luwbuy 18.00 HR GL General Laborer 200 4800 MH OP Operator 100 2400 MH TDI - >Tmck Driver-T &T 1600 MH 117,02923 Ilsom MH/LS 8800 MH 29A Additional Start -up Support Qunn: MCO2 Misc Crew (13575) 800 CH RPU350 Ford F350 Supenluty LOD 800 HR GS General Superintendent I W 8.00 MH 581064 80000 MHILS 800 MH ®> Item Trusts: 29 - Pressure Relief Vault 547,83987 960000 MILLS 9600 MH 47,839.870 1 LS n_ 210 1.00 LS lim/Shn: 8.00 Cal: 508 WC: NONE Prod: 0.0417 Ell Lob PCs 3.00 Sop PCs 300 72000 1,307 1,307 5,000 666 666 3,712 400 28,692 28,692 14 250 3,621 3,621 115 000 1,546 1,546 500.000 560 560 41 760 1,002 1,002 66 630 1,599 1,599 21000 504 504 24 330 195 195 82 000 1,312 1,312 62 800 3,014 3,014 77.360 1,857 1,857 n_ 210 1,155 1,155 1602641 6,026 34,285 4,612 2,106 47,029 LAO LS Holis : 8.00 Cut: 508 WC: NONE Prod: 0.1250 UH Lab PCs 1.00 Eqp PCs 100 21,000 168 168 80 330 673 643 ( 642 64 1 643 168 811 666904 j 6,669 34,285 4,780 2,106 47,840 6.66904 34.28523 4,78000 2,10560 47,839,87 547,839.87 "' Report TOIA15 "° 96OU MH 6,669 34,285 4,780 2,106 47,840 »> indkatn Non Additive Activity -Repon Notes - The egimah, was prepared with TAKEOFF Quantities This report shows TAKEOFF Quantities with the resources. Bid Dale Owner Engineering Firm Fstimator -In- Charge: JR RODARTF. JOB NOTES Estimate created on: 05/07/2008 by User#: I - John Ells Source estimate used: L: \HEAVYBID \EST \CHNGIeAST •••••* -o- Estimate created on: 03/01/2013 by User#: 3 - Jared Rodazte Source estimate used: L: \HEAVYBID \EST \F0RCEACi-0UNT • on units of MH indicate average labor unit cost was used rather than base rate. [ I in the Unit Cog Column= Labor Unit Cost Without Labor Bunlens In equipment resources. rent # and ME 4 not a 1009 are represented as XXX%YYY where XXXeRentti and YYY -EOEa -- CalMdar Codes - 507 5 Day Week - 7 Flour Day 509 8Hour Day- 5 Day Week (Default Calendar( 0 Quotation *# Bid #: 56916766 r Page 1 ConsolidHted CONSOLIDATED SUPPLY CO - PUYALLUP Phone n 253- 848 -9337 Supply Co. 2203 INTER AVE SUITE A _I Ship To: ROD.ARTE CONSTRUCTION RODARTE CONSTRUCTION 17 E VALLEY HWY E ACADEMY BOOSTER PUMP STATION AUBURN, WA 98092 5002 AUBURN WAY SOUTH AUBURN, WA 98092 Phone T (253) 939 -0532 JOB: change order Bid - Date —Expr- Date — Writer Salesman Ship Via - 06/17/14 07/17/14 Russ Lydig Puyallup Russ Lydig Puyallup 4 Quantity Description Net Prc Ext Prc PRESSURE RELIEF VAULT 2ea 16 "X6" HOT TAP FOR DUCTILE IRON; 2838.889ea 5677.78 INCLUDES SLEEVE, VALI'E AND LABOR (INSTALLATION, TAP, AND PRESSURE TEST) 2ea OLYMPIC 940 VB LID WATER 10.503ea 21.01 13 -5205 2ea OLYMPIC 940 VB 18" TOP (WITH EARS) 28.428ea 56.86 13 -5235 2ea OLY 24" CI VLV BOX SLIP BASE 22.208ea 44.42 940 / 926 13 -5260 VB9224 2ea EBAA 1106DSC 6" DI MEGALUG MJ 38.090EA 76.18 RESTRAINT W/ ACCS CORTEN B&N FOR DI 6.90 60' 6" CL52 TYTON JOINT DI PIPE 17.056ft 1023.36 W /GSKT CL 2ea 6" MJ 90 C153 CL L /ACCS 70.006EA 140.01 100218 6ea EBAA 1106DSC 6" DI MEGALUG MJ 38.090EA 228.54 RESTRAINT W/ ACCS CORTEN B&N FOR DI 6.90 lea 20 1IX400' DIP 20' PERFS, POLY WRAP 120.559ea 120.56 BAG, 4 " -8" PIPE WRP.20400B.AWWA 2ea 6" MJ LONG SOLID SLEEVE C153 CL 63.310EA 126.62 L /ACCS 137399 4ea EBAA 1106DSC 6" DI MEGALUG MJ 38.090EA 152.36 * ** Continued on Next Page * ** Reprint .. Reprint .. Reprint .. Reprint .. U ** Quotadon ** Quantity Description Bid #: S6916766 Page #: 2 RODARTE CONSTRUCTION Net Prc Ext Prc 10" PRV SURGE KITS * ** Continued on Next Page * ** Reprint .. Reprint .. Reprint .. Reprint .. RESTRAINT W/ ACCS CORTEN B&N FOR DI 6.90 3ea 6"X4' -0" FLGXPE DI SPOOL STD 239.689EA 719.07 COATING & LINING tea 6" FLG MUELLER MR2360 -06 RW OS &Y 755.123ea 1510.25 GATE VALVE lea ROMAC FCA501 -7.20 6" FLANGED 218.148EA 218.15 COUPLING ADAPTER 6.86 -7.20 2ea 6" STANDON S8906 ADJUSTABLE FLANGE 88.945EA 177.89 PIPE SUPPORT (SOLD PER EACH, NOT PER PAIR) 2ea 2 1IX24" GAL STEEL NIPPLE 17.994EA 35.99 lea 6" CLA -VAL 50G -01B PRESSURE RELIEF 3083.200ea 3083.20 VALVE,DI BODY,STAINLESS STEEL TRIM,150# FLANGED,0-75PSI SPRING RANGE 6ea 6" & 8" FLG BOLT & NUT SET ZINC 9.088EA 54,53 CONSISTING OF 8 EA 3/4 "X3 -1/4" BOLT W/ HEX NUT (BOXED) LESS GASKET 6ea 6 "XI /8" RED RUBBER RING GSKT NEW 1.153EA 6.92 STD 150 LB lea ROMAC IO1S- 7.60X3/4" IPT 6 1IX3/4" DI 47.243ea 47.24 SINGLE SS STRAP SERVICE SADDLE 6.63 -7.60 lea GC SYSTEMS SUMP PUMP ASSEMBLY MODEL 988.235ea 988.24 #996633 lea 1 -1/4" S40 PVC SXM ADP-R. 0.372EA 0.37 100' 1 -1/4 "X20' S40 SOLV WELD PVC PIPE 0.506FT 50.60 BELL END lea 1 -1/4" S40 PVC SXS 90 0.601EA 0.60 2ea 1 -1/4" S40 PVC SXS 45 0.728EA 1.46 lea UTILITY VAULT 4484 -LA VAULT 5166.667ea 5166.67 EXCLUDES LININGS, COATINGS AND CORING lea 12 1IX12" CONCRETE YARD DRAIN 18.788ea 18:79 27 /PLT lea 12" X 12" DROP IN C.I. GRATE ONLY 19.938ea 19.94 FOR CONC YD 20ea LS-410 -C LINK SEAL 11.103ea 222.06 Subtotal - - - - - ---- - -- ----- 19989.67 10" PRV SURGE KITS * ** Continued on Next Page * ** Reprint .. Reprint .. Reprint .. Reprint .. ** Quotation ** Bid n: 56916766 Page n: 3 RODARTE CONSTRUCTION ^uantity Description Net Pro Ext Prc wwwwwwwww :wwwwwwwwwwwwwwwrrwwwwwwww THE FOLLOWING PRICE INCLUDES MATERIALS, LABOR, 1 DAY TRAVEL TO CONVERT 3EA EXIST 10" CLA -VAL 90G -01BDY TO ... 10" CLA -VAL 94G -01BD lea 10" CLA -VAL 90G- 014BDY SURGE SHUT DOWN CONVERSION KIT, INCLUDING GC SYSTEMS LABOR AND MATERIALS TO CONVERT TO 94G -01BD ... 3 EACH Subtotal - - - - - -- Bid Total Bid Amount 3722.727ea 3722.73 ----------- 3722.73 23712.40 23712.40 .. Reprint .. Reprint .. Reprint .. Reprint .. Thank you for requesting a quotation from Consolidated Supply Co. ( "Consolidated ") for certain materials you need for the project identified in the attached or enclosed quotation document (the "Project "). The enclosed quotation to you is made subject to the following terms and conditions: 1. You must carefully review the quotation to confirm that it meets your requirements before using it for a bid. Unless you have provided Consolidated with a detailed bill of materials and specifications with your requirements (with any applicable addendums), this quotation is only a good -faith estimate and does not constitute an offer which can be accepted or relied on in any manner. Building plans alone do not constitute a detailed bill of materials or specifications, particularly if more than one supplier or subcontractor may be involved in supplying plumbing and /or waterworks materials. Unless the quotation is based on your detailed bill of materials and specifications, you agree that all risk of loss arising from the use of this quotation for bidding purposes- including any loss relating to errors in scope, quantity, price, time, and place of delivery -is on you. All quotations are conditioned upon availability of labor and materials at the time an order actually is placed. You are responsible to specify and select appropriate materials for your intended use. CSCO provides no design, engineering, or other professional services and cannot recommend or warrant goods to be fit for your particular purposes. 2. If you place an order with Consolidated for work or materials for the Project, the resulting contract will be subject to consolidated's General Terms and Conditions of Sale. If credit is provided by Consolidated, then that credit is provided on Consolidated's general credit terms and conditions. These terms and conditions are available to you upon request and can be viewed on our website at www.consolidatedsupply.com. 3. Delivery under this quotation is FOB Consolidated's OR manufacturer's facility. If the quotation includes delivery to a jobsite, Consolidated may use a method and carrier of Consolidated's choice, unless otherwise stated in the quotation, and Consolidated assumes that the location is legally and physically accessible to interstate freight carriers operating under ICC regulations. Unloading labor will be provided by purchaser. Additional charges may apply if these assumptions are incorrect or if multiple deliveries are required. Consolidated will make a good faith effort to meet delivery dates agreed to in writing, but cannot guaranty delivery dates for goods not in stock or for which the terms of delivery are outside our control. 4. Pricing in this quotation is based on unit amounts and is firm and valid only if the goods are ordered within 30 calendar days from the date of the quotation. Consolidated may extend quoted prices on a case -by -case basis beyond the 30 -day period. Consolidated reserves the right to correct or withdraw this quotation in the case of clerical error. Any charge in quantities ordered or time for delivery may result in a change of the quoted prices, including unit prices, unless otherwise agreed to by Consolidated in writing. In the case of commodity items subject to dramatic price increases from the manufacturer such as PVC pipe, plastics, iron and copper, Consolidated reserves the right to modify prices in this quotation after the date that it is issued. This quotation is not a bid or a lump -sum quote, unless specifically stated in the quotation. ,2 3 a 3 o 3 c W LL O 1 Z O H W Z :r 0 2 O cn F-. U w m U) D O m Y m U epn ST _ e G?AM 7 <TYF) a (rrp) � to'tw O" b a du-r SS' AA1cH (caidR c�Pa+wJt�C.QN;�(Zcp) (gyp Ca'� PRLSiJ L? � I R2ut� +tAcvi ' "(1FCA {rye) ��tTf�) ! 0 a tv Hs E v'dv t-T ($ L I, 4' o x D) /SCS3M�3lN vM147 t. Au. Ptd'E SF�AU- DI MO TeR t Ai. . 2. VAOIJ -M u (w 9- f�",Tvp S),Mkt AR TO memtt JA✓t{, 3, VAOLr S4Ae k 6' ihSSbNiO Foe- OgOL04Dlw1b- 4 Prr45Su - "e'u" v`A: "' 51-�Au 13t C�A-'VA" ' MooZ l 50 - O\ ' So- t05 *�-' Sp)g 1.1 k, PA..t�,Ml `N\ 1 QTR ..... tiV. If , / / GirvEPa Cc � vem xmw rea Anm.w�ee DD.., a ✓G r u. ASy7,+MYhy. YC.I ki ib xb 9iOR1!9WixwOE CON.9iPllCTrCla r✓(,TE�. Qsunau wrru N4iE�_O 9 K O NOIkS We L ❑J ,o p Cam: ) / I a , a LINE AwI, - ,rlr 1. nCALE A SL PA, N CM Of Au 1J� ^r PUfiLI25O WORKS WDt'.., NI WZHINGION v /v_� P fASE CAA I" ACADEMY 80OS7F.R PUMP STATION PROJECT ravnJ PUMP STATION SITE PIPING PLAN Schematic Diagram item Description 1 100.01 Hynol (Main Valve) 2 X58C Residction Assembly 3 CRD Pressure Reducing Control 4 CRt- Pressure Relief Control Optional Features Item Description A X46A Flow Clean Strainer B CK2 (Isolation Valve) C CV Flow Control (Closing)' D Check Valves wIn Isolation Valve F Remote Pilot Sensing P X 141 Pressure Gauge S CV Speed Control (Opening) V X101 Valve Position Indicator y X43 "Y" Strainer 'The closing speed eoNml iepl=an:i11 an this valve snpuW Z *ays be oven at least lhret ,a) ius Le its seat. Typical Application Should the downstream pressure suddenly increase above the setting of the pressure reducing control due to on- off operation of two or more downstream systems, the Surge Control tracks rapidly enough to prevent high pressure surges from entering any of the downstream systems, when any one of the downstream systems is rapidly closed oft - The typical combinalron pressure reducing and surge control valve station uses Model 94 -01 BYi694 01 BY to control surges in downstream piping as remote control valves change from one downstream zone to another. Surge Control is set approximately 10 psi above Pressure Reducing Control to prevent high pressure surge entering other downstream zones. Sensitive and Accurate Pressure Control Easy Adjustment and Maintenance Tamper Resistant Optional Check Feature Fully Supported Frictionless Diaphragm The Cla -Va', Model 94- 011694.01 Combination Pressure Reducing and Surge Control Valve automatically reduces a higher inlet pressure to a steady lower downstream pressure, regardless of changing flow rate and!or varying inlet pressure. This valve is an accurate, pilot- operated control via ve capable of holding downstream pressure to a pre- determined limn. When downstream pressure rapidly exceeds the pressure setting of the pressure reducing control pilot, the surge pilot (CRL) wil open quickly to prevent a rapid pressure rise downstream. If a check feature is added, and a pressure reversal occurs, the downstream pressure is admitted in the main valve cover chamber closing the valve to prevent return flow. Nigh Pressure Gousts rsatat7vn Valve l' C'..r VAi; ^.e- 9tmYiu9-1-S ILV Corrttl ",I! nn Prestvre necuens and B .- Sum..: =,nbsl Val Zane A P<CUCN P:eswm lation Valve Gauge F cc cmxR. v „ +,a Zone C i Pe',ea Pr Nre p, pv P:mne Cenral vone. } O Zone a FretvHt C[a•VAL Model 94 -01 (Uses Basic Valve Model 10001) Pressure Ratings (Recommended Maximum Pressure - psil Materials Gomp'o�neN Pressure Class Valve Defy If Corer Flanged iGmoced hreadetl Cast Steel Bronze ANSI 150 300 300 End$ Grade hiateriai Slandards', Class; Class! Class Details ASTM A536 Ductile Iron i B16.42 ! 250 400 400 400 ASTM A216 -WC81 Cast Steel 816.5 '- 285 400 400 1 400 ASTM B62 (Bronze 816.24 225 400 400 400 Note. ' ANSI standards are for fiarge dimensions only. Flanged valves are available faxed but not drilled. 1 End Delete macnined 10 ANSI B2.1 specifications. Valves for higher pressure are availabfe; consult factory for details Materials Gomp'o�neN j Standard Material Cambirlatio:•IS Body Cover ! DuOle Iran Cast Steel Bronze Availaoie sizes I, -36" I` W 1, -16" Disc Retainer & Diaphragm Washer I Cast Iron Cast Steel Bronze -- Tin Disc Guide Seat & Cover Dearing Bronze is Standard - - I Stainless Steel is Optional Disc -�i Suna N' Rubber Diaphragm Nyian Reinforced Buna -N Rubber Stem, Nut & Spring Stainless Steel For material options not !fisted, consult factory. Cia -Val manufactures valves In more than 50 different alloys. Model 94.01 Dimensions (In Inches) Dimensions r B `r°' "' 1 (In inches) 100 -01 Threadod& KI Flanged X H C i tr r G �E F GG .. .. .I I FF GGG A ,,.... _ DDD -1 -AA AAA 160-01 Grooved K X mIm II x I tavn 1, GGGG mret _ DDOD -i t AAAA -- -_ -- --- Halve Size (lathes) 1 1 114 1 SR 2 2 to 3 4 6 a 10 12 14 16 18 20 24 3- 0 . 36 - A Threaded 7.25 7.25 7.25 9.38 11.00 1250 - - - - - - - - - - - - AA 150 Ai�tSl - - 950 - " 9.38 11.04 1200 1500 2000 25,38 2975 34.00 39A0 4L38 4600 52.00 61.50 63.00 76.00 _ _.. _... __. G AAA 300 ANSI - - 4 00 . -. -. 10.00 _-_._ 71.62 13.25 15 62 _..._..._ _ 21 00 "e5.38 31.12 35.50 40.50 43.50 4T64 53.62 63.24 61.50 76.00 AAAA Grooved End - - 8.60 9.00 11.00 1250 15 QO 20.00 25.38 - - - - - - - - BDIa 562 562 562 6.62 800 9.72 11.50 15.75 20.00 2362 26.00 3275 35.50 41.50 4506 53.16 5600 6600 -'. Chian. 5.50 5.50 5.50 6.50 7.56 8.19 1062 13,38 16.00 17.12 Meal 24.19 25.00 39 06 41 90 43,93 54.60 6150 CC Max. Grooved End - - 475 5.75 688 7,25 9 31 12.12 14.62 - - - - - - - - - D threaded 325 325 3.25 4.75 5.50 6.25 -- - - - - - - - - - - DD 150 ANSI - - 4.00 4.75 5.50 Foe 7 50 10.00 12.69 14 88 '17.00 19.50 20 81 - - 30.75 - - -'__ _. _._._ ._ ...._. ___. ! DOD 300 ANSI - - 4.25 5 00 5.06 .._ 5.38 7 86 10.50 13.25 16 56 t 7 75 20,25 21.62 - 31.62 - - ODOD Grooved End - - - 4.15 - 6,00 7.50 - - - - - - - - - - - E 4.12 1.72 206 3.15 4.31 5.31 925 10.75 7252 15.50 1295 1500 17.75 21.31 24.56_ EE Gmrved End �- - - - - 200 __1.50 2.50 -,- 2.86 3.12 4 25 600 7.56 - - - - - - - - F 150 ANSI - - 2 50 3.00 3.50 375 450 5.50 6.75 800 9,50 1050 11,75 1500 1650 19.25 22.50 25.60 -....... 'OF 340 ANSI - - 3.06 3.25 3.75 4.79 500 5.25 7.50 815 10,25 N.50 72.75 15.00 1050 19.25 24,00 25.60 GThreaded 1.88 t86 1 88 3.25 400 4.50 - - - - - - - - GG 150 ANSI - 400 3.25 400 400 500 600 8.00 862 73.75 1488 1589 - - 22.06 - GGG ?OIi AN51 - - 4,25 3S0 4,31 4.36 537 550 8.50 437 14.50 15:62 18.50 - - 2290 - - GGGGGrocved End - - - 3.25 - 4.25 500 - - - _ H NPT Body Tapping 375 375 .375 375 .50 00 .75 75 1 1 1 1 1 1 1 1 2 2 J NPT Cover cm ,vi,, .25 25 .25 .50 50 .50 .75 75 1 1 1,25 1.5 2 1.5 75 1_5 2 2 K NPT Cover Tapping .375 .375_ .375 .375 .Ee 50 .75 75 1 t 1 7 1 1 7 2 2 23 Stem Travel 0.4 ad 64 0.6 07 00 1.1 0 4. 5 .,, _ 563 6.75 7.5 8 5 1.7 28 34 5 t '. A�prOZ Sh �• Wi tbs 15 75 15 35 00 70 '. =G 285 500 780 ii65 1800 _2265 2982 3900 6200 770_3. 71720. _ -- _ -- XPdoi. Sy icm ii 1: 11 73 _- W - >; iw 17 1 29 31 33 36 40 40 43 47 61. 79 85 _.. - YPilct S .am 9 93 9 10 11 72 20 22 24 26 29 30 32 34 3S 40 45 '..2 Pilot System 9 9J 1 9 11 70 t_i -12 20 22 24 26 29 30 32 34 39 42 47 Note The top MQ Mange 0ele5 01 valve size 36 are IhmaCed m 1 1 12' -e UNC Model 694 -01 (Uses Basic Valve Model 100 -20) Dimensions tin inches) Pressure Ratings (Recommended Maximum Pres'nae pb) i Valve Body 8 Coyer i Pressure Class i r Flanged Glade Material ANSI ISO Standards' 300 ' clan' ASTM. A536 Ducitle kon {� —Class 6,642 I 250 A00 ASTM A216-WCB (Cast Slee: 816,5 r 2©5 400 j 'ASTM B62 �emnie Note: ' ANSI standards are for flange Flanged valves are evailoorf Valves for higher pressi are avallablaf 816.24 225 dimensions an yV faced but nor drilled. consult factory for 400 deli Materials Model 694 -01 Dimensions (in Inches) Indard Material steel :bina{icBronzee Bodf Sizes, Ductile Iran �.._. be !),so Retainer& Diaphragm Washer Cast Iron cast Sleai Bronze Trim: Disc Guide, Seat & Cover Bearing '. Bronze is Standard Stainless Steel is pphonal Disc i Runa•N' Rubber L Diaphragm ( Nyfon Reinforced Bui Rubber Blom, Nut & Spring �� Stainless steel f For material options not listed. consult factory, m, Cla•Val manufactures valves n more than 54 dit`erent alloys. Model 694 -01 Dimensions (in Inches) (( Q I Z lj T1.16uu Fa'.'+_A. ji The top mo tame'rctee on valve sizes 36 rhm ut are tmeaded to 1 1 2'6 UNG. 100-20, e J� - Flanged Ki x I H veel 4u:!ar F i F t E "Irl p A DD _....._ AA _.. _...__.- -.. -- (( Q I Z lj T1.16uu Fa'.'+_A. ji The top mo tame'rctee on valve sizes 36 rhm ut are tmeaded to 1 1 2'6 UNG. 190 -01 F,ilro.m. 3b6e tot. Angle I,A! End Canneetlons Txeaded (T) GrDOVed ,GBt Fanged (F) idkata Avt Isle Saes 94-01 694 -01 Water: to 180`F CRD CRL Materials 2 to 30 psi 0 to 75 dial Stand-1"Jr Pi]pt $ys`am Materials 75 to 75 psi 20 to 105 psi Pilot Control: Bronze ASTM B62 20 to toy psi 20 to 200 psi Trim: Stainless Steel Type 303 20 to 300 psi' too to 300 psi Rubber: Buna -N' Synthetic Rubber 'SuPP'eo unless ottatraise spaclfled Q Io lone) Pjioi SyntQm Ma13 -P�afs Inches 1 I 71 tX 2 2F 3 4 1 5 8 10 24 30 16 E6 20 24 30 36 Valve I Selection]"'_ in 80 1 700 150 1 200 Selection ma 25 32 40 50 I 65 80 t00 !, 150 200 250 400 450 ' 500 600 1 750 900 Pattern C.A�C,A�G,A G G, A G,A G.A�G AIGAt G I G G,A� G,A $AC, G,A C, G G,A G C Bas'.0 Valve I 109-2C Endla-Mil F ', F I F F � F F F _ __I � F F I F F F F F F T, F. T, F. ' T F I T F F. F, F. F 6400 4230 F F F F F F Entl Detail T T Gr' Gr Cr ur ' Gr Gi Gr' Flow h1avnum 55 93 125 210 300 460 E00 1800 3100 4900 11000:14000!17000 49prE'I 25000 42000 50000, 10 � 15 35 50 j 50 1 65 ( 95 [ 95 � 275 450 450 450 Suggested tlaxlmum f` I 37 65 145 258 Suggested - I file, M.- Flow 6E 124 760 260 370 580 990 2250 3900 fitSD 8720 / 05401370077500l29 700 31300 48000 62500 inrermnern {9P °1i (LitersiSec) rtrmum .06 �_ 1� -8s .89 I 3.2 3.2 �t 6.0 ( 6.0 i 6.0 1 26.4 41.0 41 -0 �'.. _ 100.20 Series le the reduced Internal port size version of the 100-01 Series. For Lower Flows Consult Factory ban,mam t 'I t 1 22 d 10 I 15 I 35 50 70 I 95 120 160 275 450 6501 tdLr rnum 3.6 6 8 13 19 29 60 113 195 309 442 530 j 694 883 1073 1577 2650 31501 Suggested FEOri Mas mum in:armntenr 4.3 7,6 10 Sfi 23 37 62 142 246 387 549 664 i 863 1104 1369 1972 3028 3940 M,n,mam .03 -06 09 0.13 0.25 L 063 0.95 2,2 32 4A - j SO t 716 95 17,4 28-4 � 41.0 100.01 series k5 the full Internal pert Nytroi. For Lower Flows Consult Factory 'Gabe Grooved Coly 4aoy rectors annum die amine rerr.n stung preasu:e naming valves rz¢mumg icier pressure, wr�e: [%�essma a�;u For slzng ;r tstons or caviraasn anaiy>is BouuP. Cfa -Val wah system dertro Pilot System Specifications rats 100 -20 Falerw Globe (G. AngO (Al E:;d Connact ons: Flanged (F) ;naftcae Available S,ze" 694 -01 Water: to 180`F CRD CRL Materials 2 to 30 psi 0 to 75 dial Stand-1"Jr Pi]pt $ys`am Materials 75 to 75 psi 20 to 105 psi Pilot Control: Bronze ASTM B62 20 to toy psi 20 to 200 psi Trim: Stainless Steel Type 303 20 to 300 psi' too to 300 psi Rubber: Buna -N' Synthetic Rubber 'SuPP'eo unless ottatraise spaclfled Q Io lone) Pjioi SyntQm Ma13 -P�afs Inches 3 A 6 8 10 12 14 16 78 20 24 30 36 42 t 48 Valve I Selection]"'_ in 80 1 700 150 1 200 250 390 350 400 450 SOD 6110 r 750 900 1400 ' 1200 C. A C, A C G G G r` 1 G G G G G I G Basic Valle I I 109-2C Endla-Mil F ', F I F F � F F F _ __I � F F I F F F F F F ALlumvm 1 260 ( 560 1025 2300 4100 6400 4230 923^ 16500 116500 16500 28000 33500 33500) 33500 Suogescrr t Flow ___ 49prE'I hfnmu!n 1 2 4 i 10 � 15 35 50 j 50 1 65 ( 95 [ 95 � 275 450 450 450 Suggested tlaxlmum , 16 I 37 65 145 258 403 561 i 581 1044 ( 10-10 I 1040 i 1764 `17.4 2115 2115 2115 Flo,, (LitersiSec) rtrmum .06 .13 .25 I -8s .89 2.2 3.2 3.2 �t 6.0 ( 6.0 i 6.0 1 26.4 41.0 41 -0 �'.. _ 100.20 Series le the reduced Internal port size version of the 100-01 Series. For Lower Flows Consult Factory 4aoy rectors annum die amine rerr.n stung preasu:e naming valves rz¢mumg icier pressure, wr�e: [%�essma a�;u For slzng ;r tstons or caviraasn anaiy>is BouuP. Cfa -Val wah system dertro Pilot System Specifications rats When Ordering, Please Specify 1. Catalog No. 94.01 or No. 694 -01 2. Valve Siza 3. Pattern - Globe or Angle 4. Pressure Class S. Threaded or Flanged 6, Trim Material 7. Adjusimern Range 8. Desired Options 9. When Vertically installed e- 94-0L69i -01 01a12010t Temperature Range Adjustment Ranges Water: to 180`F CRD CRL Materials 2 to 30 psi 0 to 75 dial Stand-1"Jr Pi]pt $ys`am Materials 75 to 75 psi 20 to 105 psi Pilot Control: Bronze ASTM B62 20 to toy psi 20 to 200 psi Trim: Stainless Steel Type 303 20 to 300 psi' too to 300 psi Rubber: Buna -N' Synthetic Rubber 'SuPP'eo unless ottatraise spaclfled Q Io lone) Pjioi SyntQm Ma13 -P�afs O+ner omges avmbC:e. please canumi Eacwry Pilot Systems are available with optional Aluminum, Stainless Steel, Monel or Temperature Range Cast Steel materials. Water: to 180'F Nole Ava We win remote sons,ng CnnlrW Cp � g P O. Bel 1325 • Newport Beach, CA 92659 -0325 � Fhc :e: 949- 7224800 • Fax 949. 545 -5441 C, L °C0pNw�ClaNal3'1I} Fvr'edh USA SL'= eN^aLMrS Snbla441o[hanges;tiv_'utrokrn- When Ordering, Please Specify 1. Catalog No. 94.01 or No. 694 -01 2. Valve Siza 3. Pattern - Globe or Angle 4. Pressure Class S. Threaded or Flanged 6, Trim Material 7. Adjusimern Range 8. Desired Options 9. When Vertically installed e- 94-0L69i -01 01a12010t A Oldcastle Precast- 9' -D' I . - PLAN VIEW I j-- 1' :c e � I opauburn.com SECTION AA i i , m Y t A a , t �f� t. f Delivering Reliability i o r }} I ano. i 1 opauburn.com SECTION AA i i , m Y t A a , t �f� t. f Delivering Reliability SCALE: 3.,8" = V -0" 24 t END VIEW c: t 9]920Y2 Oldcasre Fecas:, tx I` r }} I ano. i 1 SCALE: 3.,8" = V -0" 24 t END VIEW c: t 9]920Y2 Oldcasre Fecas:, tx