Loading...
HomeMy WebLinkAboutContract 46976-CO8 FORT WORM.,,, CITYSECRETARYr CONTRACT NO, 0 ORTM q CITY SECRETARY Cb it OL6 — � City Of Fort Worth Change Order Request Facility and Project North Service Center,Phase 1 8 2City Sec No. -48576 Description: Funding(FIDJ) 14-0200431-57400102105-COOT80-2015-IC60194 �.( C4yPraj.No.W05 Cortraclor Ridgemoni Comment Construclion Change Order N= Date: 12)2612017 City Project Mgr.bonnie Ctemenls City Inspector: Mike Milani Phone Number($17)392-9014 Phone Number. (817)392-2257 Conrad Time (CD) Original Contract Amount $25,462,399.00 66C Extras to Dale — $2,009,158.00 O Credits to Date $0.00 O Pending Change Orders(in M&C Process) ZOO 0 contract cost to Dat $26,471,556.00 660 Ammo of Proposed Change Order — 587,059.00 30 Revised Contract Amount -- $2.6,558,614.00 690 Original Funds Available for Change Orders $0,00 Remaining Funds Available for this CO 50.00 Additional Funding(if necessary) -- $0.00 CHANGE ORRERS to RATE(INCLOUNG THIS 08P AS% ORIGNWAL CONTRACT 4.3`MP, � MAY ALLOWABLE CONTRACTAAMUNT(ORIGINAL CONTRACT COST+2S%J 531,827,997.50 � � • The purpose of Change Order No.9 is to provide electrical rough4 and needed strop equipment for the fleet building to be uWzed by Property Management Department,Fleet Division at the Porth Service not included in Cre original o ftd Chu"Order No.8,adds$87,058.00 to q1e contract. Change Order Nos.1.7 ' by 51,009,158.00. Including Charge Order No.9,the combined increase to the=*act is$1,059 No.7 was approved through KMC C- 28508. Aged by-, aryJ. ser i SeM It is understood and agreed that the acceptance of this Change 0 an accord and satisfaction and represents payment in full(both time and mwey)for all costs arising out of,or inti ange Order. ConbaclrM"a Name tett Name C1belnrAet oaM Ridgernont Commercial Construction c,4 C-A Zt�� `• (2 2 fi r PM Dal* 1Fttod Dale l�•t1•e? �2�.1 PW elate Untat oats .,( -f DabtAQ OltMt Carie y /�•Z1.� i M&C Number M&C Date AAproved Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and adminstration of this contract,ineludint Bna Glass,AIA ensuring all performance and reporting requirements Architectural Services Manager 7.-5 Proposed Change Order Request Ridgemont Commercial Construction __�Ao 1520 W Walnut Hill Lane Irvinq, TX 75038 R I D G E M O N T Phone:214-492-8900 commercial construction Owner: City of Fort Worth Project: 1603509- / Fort Worth North Service Center-Pha: 200 Texas Street 301 Hilshire Drive Fort Worth,TX 76102-6314 Fort Worth,TX 76052 Change Order Request#: 23 ASI#16 Fleet Equipment Rough-In Revisions Date Submitted: 11/14/2017 Response Due By: Includes costs for revisions to power&compressed air for Fleet Building equipment as per ASI#16&RFI#27. Also includes revisions to electrical gear which were not clouded between bid documents&conformed set drawings. No other impacts are included for revisions to the equipment itself, refer to future PCO#26 for recap of those costs.cost is contingent that delay of power to this equipment will not delay substantial completion, otherwise a cost and time extension for such delay will be required in future PCO. Item Phase Description Estimated Cost Electrical&Compressed Air Revisions 26-00- Electrical and Fire Alarm 32,684.00 Overhead 4.00% 1,307.00 Bond 1.000/0 327.00 Insurance 1.000/0 327.00 Fee 4.00% 1,307.00 Requested Total For Item 35,952.00 GCA Adjustment 00-91- Owner's Contingency -35,952.00 Requested Total For Item -35,952.00 Total For Change Order 1Q.00 The execution of this PCO officially authorizes Ridgemont and it's subcontractors to proceed with the work as described and approves the cost and schedule changes stated herein to be added to the contract, The Contract time will be unchanged,the Contract Completion date as of this Change Order will remain 4/3/2018 Submitted By: Ridgemont Commercial Construction Approved By: City of Fort Worth Signed: Kevin Brannum g Signed: Date: 12/20/17 Date: Reviewed By: Quorum Architects, Inc Signed: Date: Stovall Corporation Electric,Petroleum,and Cabinet Millwork Divisions P.O. Box 1168/104 E. Broadway Kennedale,TX 76060 817-572-0182 817-561-1626 Fax TECL17424—UST-CR#0000003 Thursday,December 14,2017 Re: North Service Center Phase 11 ASI#16 Scope of Work. 1. Furnish and install conduit,boxes,wire,disconnects,breakers for the following equipment added in ASI 13. 2. Water Heater-4,Parts Washer,Pressure Washer,O-H Crane 2,and Water Heater-3. 3. Furnish and install all breakers not highlighted as a change from bid set to conformened set changes.(List and pricing attached). 4. All equipment not indicated in line 2 was accounted for in base bid. No labor or material reflects this pricing change. S. Furnish and install 2 additional air drops on North walls in main shop area,complete with ball valves,dual -manifold with X&3/8 quick couplers,with water drain. Water Heater 3 Materials$2,133.00 Labor $1,376.00 S/r $3,509.00 Water Heater 4 Materials$2,376.00 Labor $2,739.75 S/T $5,113.00 Pressure Washer Materials$2,330.00 Labor $2,808.12 S/T $5,138.00 Parts Washer Materials$2,366.00 Labor $2,746.86 S/T $5,113.00 Exhaust Fan 10 Added Switch Materials$121.00 Labor $800.00 S/T $921.00 Electrical Materials $9,326.00 j Electrical Gear $5,755.45 Lube labor/materials$4,160.00 Labor $10,471.00 S/T $29,712.45 Profit 10% $2,971.25 Total $32,683.70 Note:This quote maybe rejected at any time by our company and if not accepted within 30 days from above date. 25%due at time of start. ABA TRICK HOWFU ReWdated by The Texas Department Of Licensing and Regulation,P.O.Box 12157 Austin Texas 78711.1-800-803-9202,512-463-6599, www 1kense.state.tx.ustomplaints" t�i�;.TaY.eotf Job flame: Section: Estimator 6ceakdam: Date: - (kvision: TaV,eoff stmt of Ocavrinc- pe gtAion tF Pdoe do Pet men Jabot of CAM r ►�'`49 _ --_ — s Y� _ ,4b0..0 _ L371i - - - -- --Sir h i f fl Misr, Takeoff Job Name: section: E*nAOr &eakdorm: Date: Division_ Takeoff sheet of pcavricig Pcioe %6G Pec Um iaboc Pec men ALV Z sty _ 3W-3 1 i � t fin an' -- j7 00, ffv 7 7-7 �7—' Kla :uo�svap - _to �o�ew!ls3 :aweN 9or Misc Takeoff Job Name: Sedio�: Estanator. &eatcdvMcn: Date: Takeoff sheet of J ----- _ /%d�-� per — labor Per Eaten T - 4f/ -65 /, /,7.3 --ro•Oti k � i Mist.Takeoff Job RaM Section: 2KMtoc &eakdm: - Date: tkviaion: � Takeoff sheet vE [ka�ittg ° D i gin Z€ Pcioe y�ds per E)t.ea taw per ZA M& Proposed Change Order Request Ridgemont Commercial Construction 400 1520 W Walnut Hill Lane Irvinq,Tx 75038 R I D G E M O N T Phone:214-492-8900 commercial construction Owner: City of Fort Worth Project: 1603509- / Fort Worth North Service Center-Phaa 200 Texas Street 301 Hilshire Drive Fort Worth,TX 76102-6314 Fort Worth,TX 76052 Change Order Request#: 28 ASI#16 Fleet Equipment Revisions Date Submitted: 11/22/2017 Response Due By: Includes cost of equipment revisions made per ASI#16, 10300-10 Fleet Equipment Submittals, and email directive to change the parts washer. Excludes venting parts washer to exterior as nothing is shown.Proposal does not include additional general conditions based on the agreement that substantial completion will not be delayed or withheld due to the changes in this proposal. Item Phase Description Estimated Cost Parts Washer 11-14- Vehicle Wash Equipment _4 371.00 Overhead 4.00% 1,375.00 Bond 1.000/0 344.00 Insurance 1.000/0 344.00 Fee 4.00% 1,375.00 Requested Total For Item 37 809.00 Pressure Washer 11-14- Vehicle Wash Equipment 8,059.00 Overhead 4.00% 322.00 Bond 1.000/0 81.00 Insurance 1.000/0 81.00 Fee 4.00% 322.00 Requested Total For Item 8,865.00 Tire Changer and Balancer 11-20- Shop Equipment 6,705.00 Overhead 4.00% 268.00 Bond 1.00% 67.00 Insurance 1.000/0 67.00 Fee 4.00% 268.00 Requested Total For Item 7,375.00 Hose Crimp Credit 11-20- Shop Equipment -2,833.00 Overhead 4.00% -113.00 Bond 1.00% -28.00 Insurance 1.00ok -28.00 Fee 4.00% -113.00 Requested Total For Item -3,115.00 Proposed Change Order Request ! � Ridgemont Commercial Construction 1520 W Walnut Hill Lane Irvin4,TX 75038 R I D G E M O N T Phone:214-492-8900 come -tial construction Owner: City of FortWorth Project: 1603509- / Fort Worth North Service Center-Pha: 200 Texas Street 301 Hilshire Drive Fort Worth,TX 76102-6314 Fort Worth,TX 76052 Tire Breakdown Machine Credit 11-20- Shop Equipment -2,065.00 Overhead 4.00% -83.00 Bond 1.000/0 -21.00 Insurance 1.000/0 -21.00 Fee 4.00% -83.00 Requested Total For Item -2,273.00 Tire Balancer Credit 11-20- Shop Equipment -1,635.00 Overhead 4.00% -65.00 Bond 1.00°/0 -16.00 Insurance 1.000/0 -16.00 Fee 4.00% -65.00 Requested Total For Item A,797.00 Pressure Washer Installation 11-14- Vehicle Wash Equipment 3,856.00 Overhead 4.00% 154.00 Bond 1.00% 39.00 Insurance 1.000/0 39.00 Fee 4.00% 154.00 Requested Total For Item 4,242.00 GCA Adjustment 00-91- Owner's Contingency -51,106.00 Requested Total For Item -51,106.00 Total For Change Order $0.00 Proposed Change Order Request Ridgemont Commercial Construction 400 1520 W Walnut Hill Lane Irvinq,TX 75038 R I D G E M O N T Phone:214-492-8900 commercial construction Owner: City of Fort Worth Project: 1603509- / Fort Worth North Service Center-Pha: 200 Texas Street 301 Hilshire Drive Fort Worth, TX 76102-6314 Fort Worth,TX 76052 The execution of this PCO officially authorizes Ridgemont and it's subcontractors to proceed with the work as described and approves the cost and schedule changes stated herein to be added to the contract. The Contract time will be unchanged,the Contract Completion date as of this Change Order will remain 4/3/2018 Submitted By: Ridgemont Commercial Construction Approved By: City of Fort Worth Signed: Kevin Brannum Signed: Date:12/20/17 Date: Reviewed By: Quorum Architects, Inc Signed: Date: 'S Beffliqlkleend SAFETY-KLEEN Contact: Chris Keller 972-536-9830 Chris.keller@safety-kleen.com JRI Account Mgr: Darrell C. 417-818-6143 Ridgemont Commercial Construction Kevin Brannum 1520 W.Walnut Hill Lane Irving,TX. 75038 QUOTE#TXSK217120503 JRI Industries—PCS-3642SS2F Parts Washer, Stainless Steel Construction JRI is pleased to submit our proposal to design and build the subject equipment to process miscellaneous parts at an unspecified production rate in accordance with descriptions, price,terms, and conditions as stated herein. n -+_ PCS-3642SS2 Aqueous Washing Equipment: ' • Voltage:460 V,3 phase • Total AMP draw,AS QUOTED: [AMP] NOTE:Additional options may increase total AMP draw r • Frequency:60 Hz • Useable turntable diameter: 36 inches Usable working height:42 inches • Material housing:stainless steel • Turntable rolls out for easy access • Weight capacity: 1,500 pounds • Approx. Machine dimensions: Industrial Version: 67" L x 54"W x 76" H • Closed washing chamber . Tank capacity: 180 gallons constructed of 10 and 12 gauge . Pump size:5 HP stainless steel . Pump output:49 PSI at 85 GPM • Swing out door . Electric heat: 18 KW • Rotating turntable with positive engagement drive system • Vertical wash pump • Electric heating element • Stainless steel wash nozzles • Low water shut off • Swing down spray bar • Forklift access from front of ; 4 " Qai aaDD� C�Dc��a�DrJ�c� GgaDp��rr>�� Page 2 of 7 OPTIONS INCLUDED IN QUOTED PRICE ALL WETTED SURFACES STAINLESS STEEL(SS2) The unit is quoted as a stainless steel unit.All surfaces and components that come in contact with the solution will be produced from stainless steel (excluding the pump).This includes plumbing,turntable, and drive components. CONTAINMENT RING SS A stainless steel ring that sits on the turn table to help keep small parts from falling off in the chip basket during the wash cycle CT-20OSS—CHIP TRAY The chip tray consists of stainless steel tray,which is mounted under the turntable, diverts all of the sprayed solution to a central point in the tank access area where it is forced to flow through an easily removable,stainless steel,perforated basket. STEAM EXHAUST BOX Exhaust box that is welded to the back tower of the machine,set for a 12 inch tube axial fan connection.The SE-600-CAB will attach to this steam exhaust box, if purchased. SW-10OSS—SWING DOWN SPRAY BAR Spray manifold connected to the main plumbing of the machine, designed for cleaning of smaller parts more efficiently. If not used the manifold simple rests against the wall of the washing chamber. DIGITAL THERMOSTAT FF-100SS2—FAXON FLOAT Automatic water fill and low water shut off combination with a Faxon Float level sensing system for increased reliability and reduced maintenance.The system incorporates a delay timer to reduce the risk of overfill and false triggers. OS-100SS2—DISC TYPE OIL SKIMMER A 12 inch diameter stainless steel skimming wheel and stainless steel squeegee blades to remove the oil from the top of the cleaning solution into a container that is mounted to the side of the washing system. T-200—TWO CHANNEL TIMER Two channel timer system is used to control the on and off times of the oil skimmer and heat, whether one or multiple heating systems are being used.Some of the features of this system include a manual override,two SPDT dry contacts,two week battery backup,switching times as short as one minute, 12 hour or 24 hour LCD clock display, manual or automatic daylight saving time changeover, and an accuracy of plus or minus four minutes per year. FS-200SS2—FILTER SYSTEM 150 GPM,stainless steel,canister type,sock filter system with stainless steel inner basket using an 8 inch diameter by 30 inch long sock type filters. ✓R Qa�aO� C�Qc����� C o uo a maW Page 3 of 7 SE-600-CAB—STEAM EXHAUST SYSTEM 600 CFM steam exhaust system removes steam from the processing chamber.This system uses a powder coated mild steel tube axial type, belt driven exhaust fan,which is powered by a half horsepower, 1,725 RPM,three phase TEFC electric motor. IN-3642SS—PCS-4242SS2F INSULATION PACKAGE PARTS BASKET PB-1010 MSP-Machine Startup Plan Freight PRICE: $34,371.00 USD OPTIONS NOT INCLUDED IN THE QUOTED PRICE JB-100 JOG BUTTON $139.00 THM-200—ONE CHANNEL DIGITAL THERMOSTAT $714.00 Controls are microprocessor based and panel mounted. no Page 4 of 7 TERMS AND SPECIFICATIONS (Supersedes General Contact) DELIVERY: Springfield; MO Freight Collect Payments: NOTE: Invoices are due and payable upon receipt 50%with Purchase Order 50% upon shipment of system Quotation Validity: 30 Days ADDITIONAL BUYER OPTIONS: "SMP" — Scheduled Maintenance Plan Designed to checkup and make sure everything is running right Costs—all-inclusive flat fee(parts, labor,and travel)* ■ $600.00 * Includes: ■ On site visit from JRI (two visits per year, per payment) ■ Test and inspect the machine ■ Test run and adjust the machine settings ■ Pumps, heaters,turntable drives, level sensors,electrical system,filters, strainers,skimmers,exhaust systems,lubrication points, nozzle,and piping inspection ■ Offer additional training for the End User's people (maintenance and operation) ■ Test and Service Report submitted *Replacement parts, unless covered under JRI Standard Warranty,are available at an additional cost 4"PF C)a&a00qW @0Gffi[@O[@g) q p C o m0 a mg[mq _ Page 5 of 7 BUYER'S RESPONSIBILITIES Unless otherwise noted,the following shall be the buyer's responsibility: 1. All risk of loss or damage to the equipment detailed in this proposal shall pass to the purchaser at Free On Board shipping point,JRI Industries dock,or other designated shipping point(s) detailed in the proposal. 2. Assume all charges for any changes requested after signed approval drawings have been returned and accepted by JRI Industries. 3. Unload all equipment from the carrier, uncrate, inspect for damage and locate equipment to a safe indoor storage site or installation location. Notify carrier in case of damage to shipped goods.Any outdoor storage of the equipment detailed in this proposal shall void any warranties extended. 4. Prepare the site where the equipment is to be installed, including all foundation work and leveling of any flooring.Any existing structural modifications of any kind required to complete installation should be made prior to installation personnel arrival to eliminate unnecessary delays. 5. Removal of any existing equipment where proposed equipment is to be installed. Provide an area clean and free from any obstacles that may hamper or delay installation personnel. 6. Provide utilities as required to the location(s) detailed in the approval drawings and this proposal. It shall be the responsibility of the buyer to insure adequate utilities are available to allow proper operation of proposed equipment.Customer is responsible for connecting main plant power, main plant gas and main plant water to the control panel,gas train and water fill valves. 7. Provide all roof penetrations and curbing as required for proper equipment installation. 8. Locate equipment at the equipment installation site.Any equipment required to position, locate or elevate equipment or personnel shall be provided by the buyer unless otherwise requested. 9. Any equipment transfer or unloading charges will be the responsibility of buyer. 10. Any costs or charges related to shipment,crating or special packaging or handling of any equipment detailed in this proposal shall pass to the buyer. 11. Provide safety interlocks beyond standard safeties included in this proposal as required by local, state or national codes, including fire suppression system(s) either dry chemical/water sprinkler or other. If optional fused disconnect was not purchased through JRI, it is the responsibility of the customer to locate and install a fused disconnect in accordance with the governing electrical codes. ✓Wi @) PaOB CSD(Duam o C ao a mgm �J J �l p Page 6 of 7 BUYER'S RESPONSIBILITIES, CONTINUED Unless otherwise noted,the following shall be the buyer's responsibility: 12. Provide any ductwork or other equipment not detailed or included in this proposal necessary to complete installation. 13. Any labor included in this proposal is based on installation occurring Monday through Friday during the hours of 7 am to 5 pm. Holidays,weekends and hours prior to or later than the hours detailed in the aforementioned statement will be billed separately on a detailed basis at a rate to be agreed upon in writing by JRI Industries and buyer and shall become a permanent part of this proposal.The installation figure(s) included in this document have been based upon JRI Industries personnel and JRI hired contractors having free and unencumbered access to the equipment and installation site addressed in the proposal.Any delay in completion of installation due to no fault of JRI Industries, may be billed to cover lost time at the standard hourly rate. If installation is occurring during non-standard hours(standard hours are considered to be 7 am to 5 pm Monday through Friday)or holidays or weekends,an hourly premium will be substituted in lieu of the standard hourly rate provided for in this proposal.All JRI personnel are non-union. 14. Any permits required to transport, construct, install or operate any equipment provide for in this proposal,shall be the responsibility of the buyer. 15. It shall be the responsibility of the buyer to insure any national,state,county or local/municipal, code requirements are met, unless otherwise agreed to in writing by an officer of JRI Industries. 16. Any request for additions to or changes of any equipment,terms,conditions or services provided for in this proposal must be submitted to JRI Industries in writing and must be agreed to in writing by an authorized JRI Industries employee. No other person or company has the right to modify this proposal as it has been submitted. 17. JRI is not performing as the architect on this project and should the Customer require those services,Customer must obtain them at the Customer's expense. 18. In the event that gas is used as a heating source, it shall be the customer's responsibility to provide a minimum gas pressure of 10 inches to 14 inches of water column. �✓ ,,r Qa��S c����� ma aS m(pimp u C� tACTION CI.13ANING SYSTEMS INC. 10720 MILLER RD. #210 DATE: 12/7/2017 DALLAS TX. 75238 QUOTE# 113 800-950-6926 Customer ID RC F 214-343-7187 Valid Until: 1/1/2018 Prepared by: JEFF CORNWELL (214)882-4647 • RIDGEMONT CONSTRUCTION 1520 W WALNUTHILL LN. IRVING TX 75038 BRIAN WOLF (214)558-9257 BW0LF@RIDGEM0NT.001%1 DIMM"ON • , LANDA VHG4-30024C HOT WATER PRESSURE WASHER 1.00 T PART#1.109-543.0 4GPM 3000PSI 460 VOL T13PHASEI 15AMPS 354,000BTU -NATURAL GAS HEATED 50FT HIGH PRESSURE HOSE 1.00 VARIABLE PRESSURE WAND WITH TRIGGER GUN 1.00 WIRED REMOTE CONTROL BOX (ON/OFF,HEAT,CHEMICAL) 1.00 $559.00 PART#9.801-040.0 DRAFT DIVERTER 1.00 N/C PART#8.750-477.0 NON-PIVOT HOSE REEL 100'x3/8",5000PSI RATING 1.00 N/C PART#8.739-212.0 25'x3/8" 5000PSI JUMPER HOSE TO HOSE REEL 1.00 N/C PART#8.708-881.0 WAND HOLDER (SCABBARD) 1.00 N/C Subtotal $ 8,059.00 AWCONDITIONS Taxable Tax rate $ 0.08 Tax due Other Customer Acceptance(sign below): TOTAL DUE $ 8,059.00 x Print Name: If you have any questions about this price quote, please contact JEFF CORNWELL, 214-882-4647 jeff@actioncleaningsystemsinc.com Thank You For Your Business! Equipment LANDASpeeific�Clans PRESSURE WASHER E 4101'FP�`ENT www.landa.com VHG4'3UU� 1-800-547-8672 1-360-833-9100 TYPE: Individus switches Hot water,high pressure,electric powered,gas fired stationary washer. • All controls are located in an enclosure to protect from moisture Machine shall be capable of operating on fresh water.The machine shall • Metering detergent valve be manually operated with appropriate safety controls,with CGA,CSA, DIMENSIONS: ETL or UL Certification.Must conform to UL standard 1776 for pressure Length/width/height:53'/24"/49"(135/61/124.5cm) washers and be built in an ISO approved factory. Net weight A-810 lbs(368 kg) GENERAL SPECIFICATIONS: B-800 lbs(363 kg) Discharge 3.9 GPM(15.4 LPM) C-800 lbs(363 kg) Pressure 3000 PSI(207 Bar) GIH-810 lbs(368 kg) Pump RPM 775 HOSE QUICK CONNECTIONS: Electric Motor 8.2 HP ST series quick coupler with stainless steel support balls. Fuel type: Natural gas,Propane gas (vapor only) BURNER ASSEMBLY.' TYPE: Must comply with CSA standard B140.11-M89 for Commercial- Available in the following voltages: Industrial steam cleaning machines,CAN1-2-2.17-M91 gas-fired appli- ORDER NO: antes for use at high altitudes CSA C22.2 No.O-M1991 general require- 1,109-541.0 230/1 36 Amps ments-Canadian Electrical Code, Part II. CSA C22.2, No.3-M1988 1.109-542.0 230/3 25 Amps Electrical Features of Fuel-Burning Equipment,or ETL standard UL 1.109-543.0 460/3 15 Amps 1776 for pressure washer cleaning equipment. Natural draft,standing 1.109-544.0 208/1 38 Amps pilot of sufficient capacity to provide 150°F(65.5°C)temperature rise.A 1.1090545.0 208/3 27 Amps manually operated pilot shut-off valve shall be provided to independently HOSES: shut-off the supply of gas to the pilot. Particles from the burner and coil assembly are prevented from falling on the floor by a steel tray. A self All hoses shall be 3/8"(9.52 mm)ID double steel braid type meeting or generating thermopile shall be installed into the pilot flame as a burner exceeding SAE100R2 performance specification. Shall be equipped safety control. Means are provided to immediately detect,visually,the with swedge and strain relief collars. Rated at 4,500 psi (310 bar)at presence of the main flame. 275°F(135°C). HEATING COIL: TRIGGER SPRAY GUNS: Schedule 80 A53 cold formed duracoil,with a material thickness of.147 Insulated pistol type safety shut off spray gun supplied shall be rated in.(3.73 mm),overall length 176 ft.(46.9 m),pipe dimension .840 od at 10 gpm (37.8 Ipm),5000 psi (344 bar),and 300°F(1480 Q. Con- (21.3 mm).Welding done to ASME standards.The heating coil shall be strutted from fiberglass-reinforced polyester with brass and stainless insulated with a fiberfrax ceramic blanket,#6 density,1 in.(2.5 cm)thick. steel valves and seats. WANDS: SAFETY RELIEF VALVE; A rupture is disk located at the discharge port of the coil for added A35.5"(90.1 cm)angulated wand with insulated grab handle and wand protection. for operator protection. NOZZLES; HIGH TEMPERATURE SAFETY CONTROL; Shall be of the direct immersion type located at discharge of coil with Appropriate identifiable high pressure nozzle for single spray gun opera- a minimum operating temperature setting of 225° F(107.2°Q. This tion shall be supplied in 0°, 15°,25°,40°spray patterns. The nozzle safety control shall control the gas valve assembly for dependability. shall be of a through hardened 420 stainless steel material with an interlock coupler nipple made of annealed 303 stainless steel with 80 SAFETY FLOW SWITCH: Rockwell hardness rating. Shall be located on cold water discharge side of pump to prevent thermal DRIVES: damage.This flow switch will be hermetically sealed to prevent moisture damage. Flow switch to control opening and closing of gas valve. Belt drive system with cast iron pulley,grip notch V-section size B belts, and adjustment plate for proper belt tension and alignment. All belts to WATER SUPPLY SYSTEM: be covered by safety machine cover. A reinforced polyethylene water tank with automatic float shut-off valve HIGH PRESSURE PUMP; shall be permanently mounted to machine to supply water to high pres- sure pump. Its special design shall meet back-flow prevention standards Ceramic plunger,oil bath crankcase type with forged brass head,rated as they apply to this type of equipment. A fine mesh inline filter shall 3500 psi (241.3 bar). Pump bypass loop shall be equipped with 145° be installed at two locations to adequately protect high pressure pump, F(62.7°C).thermal relief valve to protect pump from high inlet water from debris entering pump. temperature. OPTIONS: UNLOADER VALVE: The pressure washer shall be equipped with a pressure trapping un- REMOTE: loader valve suitable for single spray gun operation rated for 4200 psi Remote electrical controls mounted in boxes rated to NEMA 4X Stan- (289.7 bar)and 7.8 gpm(29.51pm),to prevent excessive pressure and dard.This will allow operator control of the pump,burner,and detergent thermal expansion damage. remotely. FRAME; TIME DELAY SHUTDOWN: Machine shall be surrounded/protected on all sides by a steel frame/ This machine shall be equipped with a shut-off timer to turn the machine cover assembly. Components to be located for service/inspection ac- off in the likely event that the machine is left on and unattended, cessibility by a quick release service panel. All painted material will be ELECTRONIC IGNITION; painted with an epoxy powder coating. CONTROLS24 Volt Electronic Ignition Machine shall have ve control panel and chassis with the following: WIRELESS REMOTE OPTION; • Lexan plastic operating instructions and safety information Wireless Remote Control System allows control of the on/off opera- in English, French and Spanish,attached by a high strength tion of the pump,burner and detergent control,by the operator,from a adhesive. maximum distance of 300 ft. • Magnetic motor control with overload protection on three phase machines(optional) 83-081 Updated 5109 QUOTE Sales,Service,Maintenance,Inspections,Installations,Et Warranty Work Prepared For: Equipment Division Ridgemont Construction 5450 Wilbarger St. Brian Wolf Fort Worth,TX 76119 817-429-5957 www.ReederDistributors.com 214-558-9257 Quote Valid for 30 days OF Customer Number Reeder Sales Representative Mobile Phone Email Date Maurice Woehrle 817-429-5957 x316 maurice@rdinc.us 12/5/17 QTY PART# DESCRIPTION EACH LINE TOTAL 1 RL-RWC246.26i R146 TIRE CHANGER $ 3,842.50 $ 3,842.50 1 RL-RWB338FMD R138 PRO 2D TIRE BALANCER $ 2,067.50 $ 2,067.50 DELIVERY AND SET UP $ 440.00 $ 440.00 SUBTOTAL $ 6,350.00 $ 131.25 5 years Financing available.$1 Buyout Lease to Own.Zero down,1st and last FREIGHT $ 354.60 payments In advance.Payments based on subtotal,and do not include sales $ 158.75 4 years tax or freight.WAC.Other financing options are available. 8.25%SALES TAX $ 204.47 3 years TOTAL INVESTMENT $ 6,704.60 Accepted By: PO# Date: THANK YOU FOR YOUR BUSINESS! tACTION CLEUNING SYS'T'EMS INC. QUOTE 10720 MILLER RD. #210 DATE: 9/6/2017 DALLAS TX. 75238 QUOTE# 103 800-950-6926 Customer ID RC F 214-343-7187 Valid Until: 1,11/2018 Prepared by: JEFF CORNWELL (214)882-4647 • RIDGEMONT CONSTRUCTION 1520 W WALNUTHILL LN. IRVING TX 75038 BRIAN WOLF (214)558-9257 BWOLF(@RIDGEMONT.COM DESCRIPTION QTY. UNIT PRICE AMOUNT INSTALLATION OF LANDA VHG6-30024C 4.00 $89.00 $ 356.00 WATER, LOW PRESSURE INLET, 5 FEET FROM WALL CONNECTION INCOMING POWER: 460VOLT 3PHASE, 5 FEET FROM DISCONNECT NATURAL GAS HOOK UP: ASSIST LICENSED PLUMBER TO UNIT HIGH PRESSURE LINE,OUTLET TO HOSE REEL: 5000PSI HIGH PRESSURE HOSE SECURED TO WALL-INCLUDES HOSE ON HOSE REEL/WAND,GUN, AND WAND HOLDER REMOTE BOX:ASSIST LICENSED ELECTRICTIAN FOR PLACEMENT OF BO WE WILL MAKE PROPER CONNECTION AT WASHER AND REMOTE BOX 12"EXHUAST DOUBLE WALL STACK TO ROOF WITH ROOF CAP: $3,500.00 TO USE SUB CONTRACTOR-ESTMATED COST ONLY Subtotal $ 3,856.00 a o a Taxable Tax rate $ 0.08 Tax due Other ustomer Acceptance (sign below): TOTAL DUE $ 3,856.00 x -int Name: If you have any questions about this price quote, please contact JEFF CORNWELL, 214-882-4647 jeff@actioncleaningsystemsinc.com Thank You For Your Business!