Loading...
Backup Documents 03/14/2017 Item #16A20 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNA Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to toe Attorney Of ice at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Pamela Lulich GMD/RM-Landscape 3/13/2017 Section 2. 3. County Attorney Office County Attorney Office C1- 3/� 4. BCC Office Board of County b Commissioners OrAV / t k4Vi- 5. Minutes and Records Clerk of Court's Office -3114 tirl 1',F1 Pin PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Pamela Lulich/GMD- ad Maintenance, Phone Number 239-252-629 Contact/ Department Landscape Section Agenda Date Item was March 14,2017 Agenda Item Number 16.A.20 Approved by the BCC Type of Document Change No 3 modifications to the contract Number of Original 1 Attached with Hannula Landscaping and Irrigation Documents Attached for landscape and irrigation installation associated with ITB No. 16-6607,Collier Blvd.Highway Beautification PO number or account number if document is to be recorded h/CX— INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature?5_(. � -Y--kGkiervip 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A(Not provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. Applicable) 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. N 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Y Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the Y document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on (enter date)and all changes de 3/14/201 gri.,A1MA during the meeting have been incorporated in the attached document. The Cou 4SK-c :tio or, Attorney's Office has reviewed the changes,if applicable. ...e I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16A20 Ann P. Jennejohn From: Ann P.Jennejohn Sent: Wednesday, March 15, 2017 12:20 PM To: Lulich, Pamela Subject: Modification #3 to Hannula Contract#16-6607 (Agenda Item #16A20) Attachments: Backup Documents 03_14_2017 Item #16A20.pdf Hi Pavan, A (signed) copy of the 3rd Modification to Hannula Contract #16-6607, is attached for your records. Have a great Day! Ann Jennejohn, Deputy Clerk Clerk of the Circuit Court Clerk to the Value Adjustment Board Collier County Board Minutes & Records Dept. 239-252-8406 Fax 239-252-8408 procuremelS icA 20 Co ler County Change Order—Form ® Contract Modification ❑Work Order Modification ❑Amendment Contract#: 16-6607 Change#: 3 Purchase Order#: 4500170607 ,- Project#: 60149 Contractor/Firm Name: Hannula Landscaping and Irrigation Contract/Project: Collier Blvd. Highway Beautification Project Manager Name: Pamela Lulich Division Name: GMD Road& Bridge Division Landscape Section ✓r Original Contract/Work Order Amount $ 152,247.78 7/12/16 16A.15 Original BCC Approval Date; Agenda Item # Current BCC Appro',ed Amount $ 183,194.761)/1/24/17 16A.5 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 183,194.76 3/7/2017 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 12,550.83' 28.57% Total Change from Original Amount Revised Contract/Work Order Total $ 195,745.59 6.85% Change from Current BCC Appro\ed Amount Cumulath,e Changes $ 43,497.81 6.85% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 9/8/2016 Original 3/7/2017 Last Approved 5/1/2017 ?vised Date 6/30/2017 Date Completion Date Date _ les this change) #of Days Added 60 Select Tasks ®Add new task(s) ❑ Delete task(s) ® Change task(s) ❑ Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s) and/ or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. This change order is required to revise the bid specifications.The recommended changes are as follows: • Add Line items 1 through 9:Adding wire sizes 10-1 gauge, 12-1 gauge,and 14-1 gauge($22,325.28) (1)The change being requested is to add 10, 12, and 14 gauge wire that will connect to an existing Motorola AC controller located at Fiddler's Creek and will provide connection to the farthest valve south. The cost includes trenching and installation of the additional wires. (2)The various sized wires were not included in the contract because the irrigation was originally designed with the new Motorola DC controllers that required less wire. (3) If the change is not made,the irrigation system will not operate or communicate with the existing Motorola AC controller at Fiddler's Creek. • Add Line items 10 through 12: Add a 3"SDR 11 Directional Bore to encase the wires($3,208.50) (1)The change being requested to add the 3"directional bore between medians.The 3" conduit is needed to accommodate the additional larger size wire bundle. (2)The 3" SDR 11 directional bore was not included because in the original design because less wire was required. (3) If the change is not made,the additional wire will not fit in the existing conduit. • Add Line items 13 through 15:Add connection and mapping of irrigation wires to the existing Motorola AC controller ($958.45) ✓ (1)The change being requested is for the connection and mapping of wires to the existing Motorola AC controller at Fiddler's Creek. (2)The additional work was not included since the Motorola DC controller requires less wires and does not require additional connections and mapping. (3) If the change is not made,the wires will not be properly mapped and connected to the existing Motorola AC controller. • Delete Line item 67: Delete the proposed Motorola DC power, 2-Station Piccolo Controller(-$1,675.00) (1)The change being requested is to delete the proposed Motorola DC power 2—Station Piccolo Controller. (2) Due to recent product standardizations, the Motorola DC Piccolo controller is no longer being used. (3) If the change is not made,this roadway would need to be converted to a Motorola AC controller(M unit)to meet the new standard at a later date incurring more cost. • Delete Line item 68: Delete the proposed Motorola DC power 4-Station Piccolo Controller(-$7,560.00) "` (1)The change being requested is to delete the Motorola DC power 4—Station Piccolo Controller. (2) Due to recent product standardizations,the Motorola DC Piccolo controller is no longer being used. (3) If the change is not made,this roadway would need to be converted to a Motorola AC controller(M unit)to meet the new standard at a later date incurring more cost. Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rpf BCC ES 16A20. • Delete Line items 69, 70,71,and 72 Primary and Spare Control Wires AWG 14-1 Solid Wire(9805 LF x$0.48= -$4,706.40) , o Delete Line item : 69: Primary Control Wire AWG 14 solid copper insulated wire suitable for direct burial applications. Soild white primary ground applications. • (2325 LF x$.048=$1,116.00) o Delete Line item :70: Spare Control Wire AWG 14 solid copper insulated wire suitable for direct burial applications. Soild white/color stripe for spare ground applications. • (2325 LF x$.048=$1,116.00) o Delete Line item : 71: Primary Control Wire AWG 14 solid copper insulated wire suitable for direct burial applications. Solid red for common/hot applications. • (2830 LF x$.048=$1,358.40) o Delete Line item : 72: Spare Control Wire AWG 14 solid copper insulated wire suitable for direct burial applications. Solid blue for spare#1 common/hot applications. • (2325 LF x$.048=$1,116.00) (1)The change being requested is to delete the primary and spare control solid wires because the new design utilizes an existing Motorola AC controller requiring additional wires of multiple sizes. (2)The different sized wires were not included in the original bid schedule because the project was designed for a Motorola DC controller which requires less wire to operate the irrigation system. (3) If the change is not made,there will not be enough wires to properly operate the existing Motorola AC controller and the irrigation system will not meet the new standard. a >1) Prepared by: "` Date oL l� /7 Pamela Lulich, PLA, Landscape Operations Manager, GMD Road &Bridge Maintenance Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional . . ing out of•r related to the change set forth herein, including claims for impact and delay costs. 2l Accepted by: `/��tef� 0 . Date: e91 7/) Dale Hannu , !'resident, Hannula Landscaping& Irrigation, Inc. '/ Approved by: k,*• yV Date: 2/13/17 Scott Windham, Landscape Architect, indham Studios, Inc. .:�= Approved by: — Date' Travis,D,Gossar• , G Oid / 7 Approv— . . �'' Date:N l� 44.-/. David .Wilkison, GMD Depa -ent Head Approved by: A-,4"-----4-( -- ----- Date: 2— 1(0.`i l'' Brenda Brilhart, Procurement //71..____—.------- tra '���tegist ,_(U, .0 X BOARD OF CO 0 COMISSIONERS ATTEST , COLLIER AO,, FLORIDA `` oH vvi Y E BRQ CK.CLERK �/ /� BY: I spB = _ .L Attest a Chairman' Item# ( P TA,1�:•, CHAT- ,rte s - 'nature oni . • •pro - as o and legality Date Agenda ��1 j '.y Date3 1�-1-1 Revised: �' uire a�d•6f5a1 •siC�1 atures mayinclu�e on separate sheet.) PROCUREMENT USE ONLY 5��m'7'. ea , •.put)Mt tyvAttoirne '\ P r,,�- Admin Rpt BCC ES Deputy Cr 1 6 A2 0 Change Order Number Three 16-6607 Collier Boulevard Highway Beautification Projct Date: February 8, 2017 Item Qty Add/Delete Description Spec Unit Cost Total _ 1 12 Add Wire 10-1 White 2500 Ft. Rolls Rolls _ $ /444.03 $ 5,328.36 ,./2 8 Add Wire 12-1 White 2500 Ft. Rolls Rolls $ ,277.92 $ 2,223.36 3 12 Add Wire 14-1 Red 2500 Ft. Rolls Rolls $ ✓175.69 $ 2,108.28 4 45 Add Equipment Trencher Hrs. $ 65.00 $ 2,925.00 / 5 25 Add Skid Steer Loader Hrs. $ 55.00 $ 1,375.00 ✓ 6 160 Add Direct Labor Hrs. _ $ 26.50 $ 4,240.00 / 7 1 Add Labor Burden 37% $ 1,568.80 $ 1,568.80 / 8 1 _ Add Overhead And Profit 10% $ 1,976.88 $ 1,976.88 / Subtotal = $ 21,745.68 / 9 1 Add Tax On Wire 6% $ /579.60 $ 579.60 / Total= _ $ 22,325.28 / Directional Bore SDR 11 3" For Wire 10 155 Add From Median to Median L.Ft. `$18.00 $ 2,790.00 / 11 1 Add Subcontractor Overhead And Profit 10% $279.00 $ 279.00 / 12 1 Add Contractor Overhead And Profit 5% $139.50 $ 139.50 / Total = $ 3,208.50 Connect And Map Irrigation Wires To 13 24 Add AC Controller Hrs. $ 26.50 $ 636.00 '" 14 1 Add Labor Burden 37% $ 235.32 $ 235.32 J 15 1 Add Overhead And Profit 10% $ 87.13 $ 87.13 $ - Total= $ 958.45 ✓ Line 67 Delete Motorola DC Power 2- 16 1 Delete Station Piccolo controller Ea. $(1,675.00) $ (1,675.00) ✓ Line 68 Delete Motorola DC Power 4- 17 4 Delete Station Piccolo Controller Ea. $ (1,890.00), $ (7,560.00) Line Items 69,70,71, &72 Primary And Spare Control Wires AWG 14-1 Solid 18 9,805 Delete Wire L.Ft. $ (0.48) $ (4,706.40) / , Total Additions= $ 26,492.23 Total Deletions = $ 13,941.40 _Net Change= $ 12,550.83 1 6 A2 0 CHANGE ORDER NUMBER THREE Date: January 27, 2017 Item Qty Add/Delete Description Spec Unit Cost Total $ - . $ 1 12 Add Wire 10-1 White 2500 Ft. Rolls Rolls $ 444.03 $ 5,328.36 2 8 Add Wire 12-1 White 2500 Ft. Rolls Rolls $ 277.92 $ 2,223.36 3 12 Add Wire 14-1 Red 2500 Ft. Rolls Rolls $ 175.69 $ 2,108.28 4 45 Add Equipment Trencher ' Hrs. $ 65.00 $ 2,925.00 5 25 Add Equipment Skid Steer Loader Hrs. $ 55.00 $ 1,375.00 6 100 Add Direct Labor Hrs. $ 26.50 $ 2,650.00 7 1 Add Labor Burden L.S. $ 3,151.80 $ 3,151.80 8 1 . Add Overhead & Profit 10% $ 1,976.18 $ 1,976.18 Subtotal= , $ - $ 21,737.98 9 1 Add Tax On Wire 6% $ 679.60 $ 579.60 - . $ - . . Total = $ 22,317.58 10 155 Add Directional Bore SDR 11 3" For Wire L.Ft. $ 18.00 $ 2,790.00 From Median to Median 11 1 Add Subcontractor Overhead And Profit 10% $ 279.00 $ 279.00 12 1 Add Contractor Overhead And Profit 5% $ 139.50 $ 139.50 Total= , $ 3,208.50 • 13 28 Add Connect And Map Irrigatin Wires To Hrs. $ 26.50 $ 742.00 - AC Controller $ - 14 1 Add Labor Burden L.S. $ 133.56 $ 133.56 15 . 1 Add 'Overhead And Profit 10% $ 87.56 $ 87.56 $ - Total= $ 963.12 Line 67 Delete Motorola DC Power 2- 16 1 Delete Station Piccolo Controller Ea. $ (1,675.00) $ (1,675.00) Line 68 Delete Motorola DC Power 4- 17 4 Delete Station Piccolo Controller Ea. $(1,890.00) $ (7,560.00), Line Items 69,70,71,&72 Primary And Spare Control Wires AWG 14-1 Solid 18 9,805 Delete Wire L.Ft. $ (0.48) $ (4,706.40) ..... Total Additions = $ 26,489.20 Total Deletions= $ 13,941.40 Net Change= . $ 12,547.80 1 6 A2 (!il 300 Central Park Dr. QUOTE Sanford,FL 32771 (407)995-9095 Fax:(407)995-9793 www.fisoutdooc.com/info©fisouteloor.corn _ f. 231 ____.__ _. 4uOTE DAT& TN 4 PY QUOTE NO 01! 17 ��C_lb 3961394-00, W _ uRANt.dI 5670 L-_135 FIS Outdoor_Naples _ 1 1 ,r:to Service Account Only 7050 Pennsylvania St Ft Myers, FL 33912 SI1PPaIiBRANCH 135 FIS Outdoor Naples 239-594-0904 5565 Shirley St. Diu.To. Hannula Irrigation Inc Naples, Fl 34109 I 7050 Pennsylvania St (239)594.0904 Ft Flyers, FL 33912 . _ .'Od N E._.._-411___11. w.._.,. ._.__..___.___� (407)995-9095 'Eti._V.Del 8 1 i"YCP}l. ITENME a 10th I.. _ __ UNE PRODUCT T�—___._ OUANnrr QTY ouArmTY OTY 1111_.. usr UHT mourn ea 11 1131,•••• •____—. _ ORDERED SHIPPED ao. um PRICE PRICE tNETI WIRE1D-1WHITE2500I 12 ROLL 788.462 444.030 5328.36 10-1 White Wire 2500 WIRE12-111d1TE2500 8 ROLL 546.841 277.920 2223.36 Wire 12-1 White 2500; WIRE14.1RED2500 12 ROLL 342,564 175.690 2108.28 14-1 Red Wire 2500'; 4 80340 1 EACH ' 68.000 44.140 Di Repair Coup • i 5 60-100-03 1 EACH 37.000 24.02 3' Knuckle Restraint' 6 F619RN-3-SON EACH 194.730 194,73 3" Flanged Gate Vlv, Sq. 7 854-030 2 54.140 12.600 25.20 Sch 80 Van Stone FlangeB B 3ICIT 2 s 13.690 6.500 13.00 3" flange Kit - Gasket. 9 VP10A 1 - EACH . •• 11.060 11.06 10* Ametek Round Valve B 9 Lines Total SubTotal ' '(.15 Taxes $598. Quote Total $10,570.48 The =nclosed quote is our best manatee(materials by Florida Irrigation Supply,inc.The material quote is a service we provide to our oust, ers.It is intended to be used as a check point hr the customer's own take-off of materials.Our customers are respo Tsible for their own =ko-offs,estimates and for their bids to their owr customers.To avoid billing confusion when ordering a lob that has been quoted, p= :mention the quote when ordering The unit prices are guaranteed for 15 days from :he date of the q�iote,with the exception of pipe '•D . to the volatile conditions in the PVC pipe market,pipe pnces quoted on thip form ere reference only Actual pnoes are determined at the time of delivery of product.We apelogrze for any hardshIp this may mete'''.All copper and other were pnces are good for 10 days from date of quote.By accepting this quote you are adcepting the waiver and stipulations as mentioned above.Thank you. I�ast Pan MS TERAND CONDITIONS ' lerY d the goods ardor signing a ee91r hereof,buyer egret+tvb 1,M i.od✓.ii.Sled haw been rtratod ur1".s nosed by co.lorner,2.DelnqaerrInroiass be Maul on M u'peld tarn el Wes nil Li 1 1r2%par nto/rh 9.Gaon.bard upon it ort or dm» goods n ei be made oil fno dry.the delve,4.N wiet rkl.o mey w1 D.retuned, *triol prior•PprOvi A^r, reb.rnd vac rigli it rtid.W� rwodon4 dwrpo bes.d en.uui m«cT.wW.e b.in0 N oen,$UIn and r,h.naue ALL *IgirW nenW*. 5 6 en.clKn t U*re00 ted b ado.•e. twf.on..dur.he Es a iNsdl/l r LJ/1/ 11.J3 to recover asome/.I.a.and oats Ironed es eat es denser.. SERVING ALL OF YOUR GREEN INDUSTRY NDS 1 6 A2 0 u ....,,, ,,,,,. ,,..„.,, I _.. ., „ ,„.., iid. , ;TT; ;.: t:z.i„" i:,•'1 ;t1i,1,41,--1.' •4. ••••••• •P: �.��•�1'� ,,C j ,. r . ' •:..4"::'e!'.. ',/tr635..."•,'-1,-`e.' ,.r� ,.( r y t ....;••1.• 'i•P,•: ' • /R.'�m� ', y i1:." , "t'f'•.0.-`-t.' Fa,,k n ,i f S� r�f..t. ""F •r t{;it f fi r'' ' • . .#. G .'�. I V al l t ',y Y' To: •y-0-' p 1.,c•" i `. ',, „t.ALK�,' 11QQ.�? It-lt QuaNs i gation, In . I. ,"h.x,v,;•g� `}�j",�}.�''jai c '7.vt iw• i.'.1)-..*t CHC 1/27/2017 Bonita Sprk s, Eta 34135 ,.,,' v1 i :1':t,: •je,,► I,�ls�::: �k' 1 t.1. ' I DESCRIPTION i-. :1' ,;' ;' ,i:i.4 Nfi...,':.4' , • COST 9511 '•u:=: South of ids Creek 1;•• !. ,• --,, .�,. 't•1 Naples,Ha -•{ -:.1'` . ': • 3"Directional Bore approx, 155ft 0) $18.UUR • :.�1 :,'Y,,.•i'1':;, 2.790.40 1 • .'' ••. r,,a., Price includes 3" Shit 11 HOPE Pipe ";''•f"�, ."-•1!;,.4 -•i.;;�;i' I..�.1=r1/001,1404, }!,,1,:.• 4; , ' 131 1, . !-1,IT rjNl' 1 t. .t _ ,; 11 "'•.•t 1 f ••TOTAL $2 J9000 Job will be tailed in for bates alid p °•~sa#a ule when quote is signed. ..__ TO accept,#Meese dote,5101'and faacfeo .bec�:to abovelnun er WIHOfi 48 hours of rer& , "i. ., Date: ,ri a ..,•,,10:3?,-,--..- . y, .�t. ' ' {�,Y,. 4 F :t '- :: 1 6 A 2 3 - ta/ny Irrigation Consulting, Site Observation, System Auditing & Management 671 100"'Avenue N.;Naples,Florida 34108 Office Telephone(239)304—8451; Cellular(239)692—2966 E-mail: James_C_Abney@yahoo.com Proposed Irrigation Control System Change DATE: January 12,2017 TO: Mr. Scott Windham,RLA—Windham Studio. FROM: James C.Abney,JCA-IC. PROJECT: Collier Boulevard(S.R. 951)—Collier County,Florida SUBJECT: Proposed Irrigation Control System Change Review/Study As a result of recently considering connecting the proposed irrigation design zones to an existing controller located near the northern end of the north median, study to evaluate the feasibility of connecting to the existing controller has been prepared.Below are the subject related observations. OBJECTIVE Primary Objective: The primary will be to eliminate the use of the Motorola Piccolo units proposed in the design, and study the economic feasibility to connect to an existing controller located nearby. CHALLENGES Existing Landscape: To get to the existing controller the proposed zones+hydrometer control wires will have to be installed trenching through existing landscape. The existing landscape has been in the ground for several years, approximately 10+/-years. Planting bedlines of ornamental grasses primarily meander throughout the median. The plantings are mature,slightly beyond their prime; some showing signs of decay,but most are in satisfactory condition. There are sections of turf grass that meander throughout the median.The turf grass is in fair to poor condition due to irrigation coverage interference by the plantings, also more than likely insufficient irrigation coverage applications (primarily due to surface runoff losses), and also very likely due to existing soil conditions(highly alkaline with poor percolation/drainage). Distance: The approximate distance in a straight line measure from the existing controller location to the project's limit of work line(north limits line) is approximately 1600+/-L.F. Trenching in a straight line from the existing controller location to the project's north limits line is not physically and feasibly possible due to large diameter palms(Royal Palms)as well as mature trees occurring along the straight line(s)possible path(s). • Existing Planting Bedlines Trenching; Trenching through the existing planting bedlines will create a highly visible disturbance to the existing plant communities. The trenching through the planting bedlines communities will present a significantly high cost that will not make the likely cost feasible for the project.Planting bedline disturbance restoration will cost around$40,000.00+/-,depending on the width of the path(assume 5' width). 1 16A20 • Directional Bore Installation; Having a Directional Bore conduit installed will require at least a 3"DB conduit, with a cost between$42,000.00 to 45,000.00,excluding the cost of the control wires. • Turf Grass Trenching: Trenching through the turf grass will present the lowest existing landscape restoration cost because it will present the least disturbance if done with a small trenching unit(set for an 18"+/-trench depth,but it will present an increase in distance(control wire quantities)due to the turf grass meandering throughout the median from side to side.A 15%+(250+/-L.F.)should be added to the 1600+/-L.F. distance. The existing controller to project's north limits line distance to consider should be 1,850+/-L.F. Control Wire Sizes: The length of the control wire required to reach from the existing controller location to the farthest valve(at the south end,near the project's south limits line)will be around 4750+/-L.F. Such length will require the use of a solid copper 10 Gauge ground wire and a solid copper 10 gauge active and spare wires.As the distance decreases the size(gauge)of the active control wires can decrease.Note,as a wire diameter decreases,the nominal label size increases. For example,a 10 gauge wire has a significantly larger diameter than a 14 gauge wire. Below is a table of recommended control wires,and approximate lengths. Estimated Control Wire Quantities Item Number Description 10 Gauge 12 Gauge 14 Gauge Main Ground Wire(Solid White) 4,750+/-L.F. Spare Ground Wire(White w/Red Stripe) 4,750+/-L.F. South Median Farthest Active Wire(Solid Blue at Valve D-5) 4,750+/-L.F. North Median Farthest Active Wire(Solid Green at Valve B-3) 3,000+/-L.F. Hydrometer Ground Wire(Solid White) 2,900+/-L.F. Hydrometer Active Wire(Solid black) 2,900+/-L.F. Hydrometer Ground Spare Wire(Solid White w/Black Stripe) 2,900+/-L.F Hydrometer Active Spare Wire(Solid w/stripe) 2,900+/-L.F. Valve A-1 Active(Solid Red) 2,100+/-L.F. Valve A-2 Active(Solid Red) 2,450+/-L.F. Valve A-3 Active(Solid Red) 2,600+/-L.F. Valve B-1 Active(Solid Red) 2,800+/-L.F. Valve B-2 Active(Solid Red) 3,000+/-L.F. Valve B-3 Active(Solid Red) 3,000+/-L.F. Valve C-1 Active(Solid Red) 3,400+/-L.F. Valve C-2 Active(Solid Red) 3,400+/-L.F. Valve C-3 Active(Solid Red) 3,700+/-L.F. Valve D-1 Active(Solid Red) 4,100+/-L.F. Valve D-2 Active(Solid Red) 4,100+/-L.F. Valve D-3 Active(Solid Red) 4,400+/-L.F. Valve D-4 Active(Solid Red) 4,400+/-L.F. Valve D-5 Active(Solid Red) 4,750+/-L.F. 27,800+/-L.F. 19,800+/-L.F. 29,450+/-L.F. ✓ ✓ ✓ 2 1 6 A2 0 Estimated Control Wires Approximate Estimated Cost Description Estimated Unit Total L.F. Estimated Unit Cost Estimated Unit Total 14 Gauge 29,450+/-L.F. $0.10 L.F. $2,945.00 12 Gauge 19,800+/-L.F. $0.15 L.F. $2,970.00 10 Gauge 27,800+/-L.F. $0.20 L.F. $5,560.00 Subtotal $11,475.00 Contingency 10% $1,147.50 ESTIMATED TOTAL $12,622.50 EXISTING CONTROLLER LOCATION AND LANDSCAPE IMAGES Atligi z � IMI/1017 12:44 Above Images: The existing controller is located near the north end of the median located south of the Fiddler's Creek development entrance. The controller's electric service is provided by a single phase transformer located on a power pole located on the west side of the Right of Way,parallel to the controller. �• I ....ry, .m.. }� 4 Above Images: The planting areas in the median(left image)have a consistent planting density for most of the planting area's length;but at some locations within the median's landscape area,where turf grass occurs(middle of the right image)it is possible to install the control wire using a small walk-behind trencher. 011% '», • !'fp ti.c.. r1f Above Images: Throughout the median the turf grass meanders and has different forms of different widths. The turf grass paths present the most viable alternative for the control wire trenching. 3 1 6 A20 g £ _ tx 1/ Above Images: Left Image,Near the south end of the existing landscape area the turf grass path ends before a planting area mass that covers the entire width of the median,for about a 50' length. Right Image,At the end (south end)of the existing landscape,where the new project begins,the existing landscape is sparse. If you have any questions,feel free to contact me at your convenience. Sincerely yours, JAMES C.ABNEY-IRRIGATION CONSULTANT James C. ,4bwerg James C.Abney, I. A., C.I.T. State of Texas Licensed Irrigator 005636 Irrigation Association Certified Landscape Irrigation Auditor 018448 4