BAWA Resolution No. 2020-06RESOLUTION NO. 2020-06
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE BAYTOWN
AREA WATER AUTHORITY AUTHORIZING CHANGE ORDER NO. 9
WITH PEPPER LAWSON WATERWORKS, LLC, FOR THE BAWA 6 MGD
SURFACE WATER TREATMENT PLANT PROJECT IN THE AMOUNT OF
FIFTY-TWO THOUSAND THREE HUNDRED EIGHTY-FIVE AND 76/100
DOLLARS ($52,385.76); AND PROVIDING FOR THE EFFECTIVE DATE
THEREOF.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE BAYTOWN AREA
WATER AUTHORITY:
Section 1: That the Board of Directors of the Baytown Area Water Authority does
hereby authorize Change Order No. 9 with Pepper Lawson Waterworks, LLC, for the BAWA 6
MGD Surface Water Treatment Plant Project. A copy of said change order is attached hereto,
marked Exhibit "A" and made a part hereof for all intents and purposes.
Section 2: That the Board of Directors of the Baytown Area Water Authority hereby
authorizes the payment of an amount not to exceed FIFTY-TWO THOUSAND THREE
HUNDRED EIGHTY-FIVE AND 76/100 DOLLARS ($52,385.76) to Pepper Lawson
Waterworks, LLC, consistent with the change order authorized in Section 1.
Section 3: This resolution shall take effect immediately from and after its passage by
the Board of Directors of the Baytown Area Water Authority.
INTRODUCED, READ and PASSED by the affirmative vote of the Board of Directors
of the Baytown Area Water Authority this the 201h day of May, 2020.
BRENDA BRADLEY SMITH, President
ATTE
jLEICIA'BRYSCH., Ass' ant Secretary
APPROVED AS TO FORM:
�i�L/t'IiJJ�.J
KAREN L. HORNER, Interim General Counsel
R:\Karen\Files\BAWA\Resolution\2020\May 20\Change0rderNo94BAWAEAST.docx
Exhibit "A"
BAYTOWN AREA WATER AUTHORITY
Change Order No. 9
BAYTOWN 6.0 MGD SURFACE WATER TREATMENT PLANT
PO:
S Date:
A\,
1806021
15-May-20
Brief Description of Changes:
CO 9.1 Deduction for the deletion of brick masonry at seven structural steel columns at the Operations Building Chemical area which
were in conflict with column anchor plates (PCOr38).
CO 9.2 Deduction for the Operations Building Lobby Decorative Stone provided on one accent wall instead of 3 walls (PCO #61).
CO 9.3 Addition of epoxy floor coating in the Operations Building laboratory analyzer and eye wash area (PCOr62).
CO 9.4 Additional work for the Operations Building administration area wall height adjustment (PCO 463).
CO 9.5 Additional work to remove a conflict between the millwork and SCADA operations desks, to modify the millwork and remove
cabinets in two locations, bracing the countertop, repair the wall and flouring. (PCO #64).
CO 9.6 No cost change to substitute tile for brick at the Operations Building administration area. (PCO 465).
CO 9.7 Additional work to provide a cabinet to at the Operations Building laboratory sink area. (PCO #66).
CO 9.8 Additional work to upsize the transformer from a 25KVA to a 37.5KVA unit to operate the High Service and Transfer Pumps
safely in cold weather (PCO r67).
CO 9.9 Additional work to re-route the Operations Building laboratory analyzer trough drain and sinks to the Sludge Pump Station.
(PCOr 57).
Add or Delete Items:
Item
Descrfptfon
Unit
Quantitv
Unit Price
Total
9.1
Operations Bldg Column Masonry deletion (PCO 38)
1
LS
(4,025.00)
$ (4,025.00)
9.2
Operations Bldg Lobby Stone deduction (PCO 61)
1
LS
(7,014.50)
$ (71014.50)
9.3
Epoxy Coating in Laboratory area (PCO 62)
1
LS
4,100.00
9.4
Operations Bldg admin. wall height adjust. (PCO 63)
1
LS
3,815.00
$ 3,815.00
9.5
Millwork modifications at SCADA area (PCO 64)
1
I.S
4,530.00
$ 4,530.00
9.6
Tile in lieu of brick at Operations Bldg admin (PCO 65)
1
LS
-
$ -
9.7
Operations Bldg laboratory sink area cabinet(PCO 66)
1
LS
1,500.110
$ 1,500.00
9.8
Transformer upsizing(PCO 67)
1
LS
21,R80.011
$ 21,880.08
99
Reroute Operations Bldg laboratory drain and sinks nr the
Sludge Pump Stalion(PCO 57)
1
LS
27,6U0.1R
$ 27,600.18
Total
Contract Summarv:
52,385.76
Orieinal Revised
I
Original Contract Price
$52,186,000.00
2
Owner Contingency
$0.00
Previous Change Orders
This Change Order
Remaining Contingency
3
Change Orders
Previous Change Orders
$ (3,423,196.97)
This change order
$ 52,385.76
4
Revised Contract Price
$52,136,000.00
$48,815,168.79
Origi tat Contract Duration
1095
Previous Extensions
0
This Change Order
0
Revised Duration - Calendar Days
1095
IIS5-15-20
Contractor: PLW Waterworks, LLC Date
Christopher F. 5mith, Executive Vice President
_ 5-17-2020
Consultant: Jones l Carter, toe. Dare
05/15/2020
Director of Public Works & Fngineering Date
Frank O. Simoneaux Jr. P.E. /
City Manager Date
Richard L. Davts, 1CMA-CM
PtW
waterworks
May 15, 2020
Mr. Andrea Brinkley
Assistant Director
Baytown Area Water Authority
The City of Baytown
2401 Market St.
Baytown, TX 77520
Re: CPR No. #038, #061, #062, #063, #064, #065 & #066
BAWA 6 MGD Surface Water Treatment Plant
BAWA Job No. 1806021
Mrs. Brinkley,
PLW requests approval to combine the above referenced PCO's to complete requested modifications in
the Operations Building.
This change will result in a increase in the amount of $3,441.56 .
Please feet flee to contact me at (713) 301-8637 with any questions or concerns.
Regards,
PLW Waterworks
Katy Drown
Project Manager
Page 1
Baytown Area Water Authority
RASA A 6 MCD Surface Wide, Treatment Plant
B.AWA Job No. 1806021
Combined PCO'I at Ops Building
Scone of\York
Combination of PCO 8038, PCO RUG1. PCO 4062. PCO 8063. PCO 406E 4065 & 0066
CPR No.:, N065 & 4066
Dale: 05115120
PLN'Job No.: PST
Nan -Tweed
Labor
Material
Suboumnel
Tian! Mal'DE u
lee.
net, Total
Did, Toral
Unit Tnlal
lint, Total
N.
Dewri Ilon
Q.,
Unit
Cast Cast
Coo C.I
Con Casl
CnI Cu,.
1
PCO M1138-Credit for Deleting Brick Columns at Operations Bulldinf
I
Cooed fmmMesda, Conlroaen(Addinda] materials will be tan omim foe BAW
I
IS
f - S -
5 - E
S (4.02500) S (1025re)
S - S -
2
PCO Mu61- Operations Building S,une Credit
S (7,01450)
Subtotal
2.1
Coedit to c1d,re(1)vall,ofSmne Veen, date to beam2olauLnu ials
I
LS
f - S -
S - f -
I (12]64,J0) f 02]6{4n
It - S -
22
Add Same Vnwr to South Wall
1
LS
f - $ -
S - $ -
S 3.744 WI S 5.740.Sm
S - S -
3
PCO Mu6E- Operations Building Epoxy Coating at Second Floor Trends Drain
a.l
Add Epos, Coaling la Ogmande Boildinle Sewed Fl.,Tmugh Deaiu E, C Wash
1
LS
S - 5 -
S - $ -
S ♦.IOOSO S 4.100.
f - $ -
Ama Needed fenrammmo6ng and proper dean slope to wt drain meark lab
no. e,
J
PLO Mot- Pum N'vll lleigM1l Adjualmenl
41
Adjust Pom Will at Adman Area to 42-on Face of Pont WWI
1
LS
f - 5 -
S - S -
S 3,915.00 S 1.a15 do
S - 3 -
5
PCO W61- Count Rome Mlllvork Mal@allow
S 4j3U till
Submld $ -
5.1
Rcmma lmrn cAdne. am teat a maderep in mn,
2
EA
S - S -
f - S -
S 765be $ 1i10n0
S - S -
5.2
PA. &Floom, R.".
2
EA
$ - f -
f - f -
It L5n00o 5 IINNtI.
6
PLO .65- Pom Nall S.ae Runs, at n. Tile n/Anew, Tilt
6.1
Delcle Slow al Polo WA and add Tile 1.Accent Til
I
LS
f - S -
f - 5 -
f - f -
f - $ -
'I
PCO 066- Lab Cabinet Sin" Dean
7.1
Atld Line —/Cabinet Doors
1
LS
S - 3 -
S - S -
f I.Somm S Ison I.
S - f -
Local Cast Subual
-
-
E,a15.50
-
S-11 ToWs a 50%
-
we
- IJa
we
Epuoutat Burden "'mf%
Na
we
Na
Na
Tax n 8.21 %
n.
Na
SubI0642 - - E?05.so
Oweasd & Pmbl n IS ns: 41410
Subluull - - LIJLII
Bmdiffi Imanncc'n S try A 11102d
Sublmall I.JI I So
of all [Diann. LAI 56
OIMr
Grand Total Cost 3.I41.56
Pege 2
18510 FLORENCE KNOLL OR. CYPRESS. A 77429
Masonry Contractors, LLC proposes a credit of $4,025.00 for the deletion of decorative stone for 7 columns at
canopy area at BAWA project.
7 X $575 = ($4,025.00)
John Hill
�9* 4
Hamersveld Holdings, LLC
Houston Area Commercial Flooring
722 Talmalge Hall Dr.
Conroe, TX 77302
Submitted To: PLW Waterworks
Attention: Anonio Ibarra
Cost Address: 5359 E. Grand Parkway S. Baytown, TX 77520
Contact: Anonio Ibarra
Email: aibarra@plwus.com
Phone:
Mobile / EXT: (713) 412-1867
Proposal
Office: 832.401-1339
fax:
we
Project: BAWA: Lobby Stone Pony Wall at
Millwork Desk
Date: 4/13/2020
lob Address:
Proposed By: Mark van Hamersveld
Email: hamersveldholdings(rDgmail.com
Cell: 832 4011339
Tag Description
Unit
Qty.
I Unit Sell
I Extension
SCOPE:
Stone for Entrance x Three Walls, North, East, 8 West
STN-1:
Emser, Veneer Stone, American Rockies, Calgary
sf
875.00
$ 11.25
$ 9,843.75
STN-OC:
Emser, Veneer Stone Corner, American Rockies, Calgary
If
85.00
Thinset-2:
Laticrete, 4-XLT White
bags
100.00
$ 18.59
$ 1,859.00
LABOR TOTAL
MATERIAL TOTAL
CRDIT
Sales tax not included unless noted above. TOTALTAX
$ (12,764.40)
$ -
Total Credit With Tax
All work warranted one(1) year from installation.
Moisture tests will be billed at $115.0 for each required to cover manufactures warranty. Alternate 1
Epoxy Grout and Backer Boards Not included unless specifically stated above.
Additional Bags of Floor Prep Will be charged at $45.00 per bag.
Excluded no testing performed by outside Technician.
No furniture moving included unless specifically stated.
job changes not conforming to last print date on proposal; Incurring more materials or labor will require a change order.
Prices are based on clean floors, broom swept, and ready to receive flooring.
Floor preparation, demo, mopping, vacuuming waxing, and protection Is not Included unless specifically stated In proposal.
All prices are based on work completed during normal hours unless otherwise noted.
It Is the responsibility of the General Contractor to make sure all slabs are cured to meet Floor Covering Standards.
Moisture Remediation, Asbestos Testing/removal, Final Clean, Wax / Polishing All not Included
Remobilizadon Fee of $500 iflobsite is not ready for install and installation crews arrive ready to work Will be applied per each occurrence.
Waterproofing not included unless noted In above proposal
Terms Net 30
Accepted
a
Change Request 1
Hamersveld Holdings, LLC
Houston Area Commercial Flooring
722 Talmalge Hall Dr. Office: 832-401.1339
Conroe, TX 77302 fax:
wehsite:
Submitted To: PLW Waterworks
Project:
BAWA: Entrance, South Wall
Attention: Antonio Ibarra
Stone
Cust Address: 5359 E. Grand Parkway S. Baytown, TX 77520
Date:
4/9/2020
Contact: Antonio Ibarra
lob Address:
Email: aibarra@plwus.com
Phone:
Proposed By:
Mark van Hamersveld
Mobile / EXT: (713) 412-1867
Email:
hamersveldholdin0sAgmail.com
Eci
832 4011339
Tag Description
Unit
Qty.
I Unit Sell
Extension
SCOPE:
Install new stone wall on south wall in lieu of west wall
Use existing stone from original contract
Balance needed for materials and labor to apply to this change order
STN-1:
Emser, Veneer Stone, American Rockies, Calgary
sf
218.00
$ 12.50
$ 2,725.00
STN-OC:
Emser, Veneer Stone Corner, American Rockies, Calgary
If
61.00
$ 13.88
S 846.68
Thinset-2:
Lalicrete, 4-XLT White
bags
30.00
$ 20.66
$ 619.80
ADD:
Miter cuts for fur out wall angle
ea
1.00
$ 555.56
$ 555.56
ADD:
Scisor Lift
ea
1.00
$ 1,002.86
$ 1,002.86
LABORTOTAL
MATERIAL TOTAL
SUBTOTAL
Sales tax not included unless noted above. TOTALTAX
$ 1,00286
$ 5,749t()
$ -
Total With Tax $ 5,749.90
All work warranted one(1) year from installation.
Moisture tests will be billed at $115.0 for each required to cover manufactures warranty.
Epoxy Grout and Backer Boards Not included unless specifically stated above.
Additional Bags of Floor Prep Will be charged at $45.00 per bag.
Excluded no testing performed by outside Technician.
No furniture moving included unless specifically stated.
job changes not conforming to last print date on proposal; incurring more materials or labor will require a change order.
Prices are based on clean floors, broom swept, and ready to receive flooring.
Floor preparation, demo, mopping, vacuuming, waxing and protection is not Included unless specifically stated In proposal.
All prices are based on work completed during normal hours unless otherwise noted.
It Is the responsibility of the General Contractor to make sure all slabs are cured to meet Floor Covering Standards.
Moisture Remediation, Asbestos Testing/removal, Final Clean, Wax / Polishing All not Included
Remobilintion Fee of $500 if(obshe is not ready for install and installation crews arrive ready to work Will be applied per each occurrence.
Waterproofing not included unless noted In above proposal
Terms Net 30
Accepted
U
April 2, 2020 ('I IANGI'. (IKIWA O11(1'1'b:f113AWA 211.021
PI W Waterworks
17111 Kirhv Drive Ste 1131
I louston 1:X 7709H
Attention: Katy Drown
( 11:1ce:
Cell: 71 3-301-N637
I: -mail: kJnnyn.a plcas.com
Rcicrence: Fpoxy Fluor containment coating on second Iloor.
Attention: Katy,
Painting; Professionals, Inc is pleased to submit our Lump Sum proposal for the above
reli•renced project. Our pricing includes supervision, labor, equipment, miscellaneous
m;ucrials and all tools necessary to complete the sccapc ol' work as outlined herein. Our
proposal, associated pricing and clarifications are based on information received from
scope and Email.
Should you have any questions or require any additional infbmiation, please do not
hesitate to call.
Best Regards,
1:dward Ware
Painting Professionals
Office: 713-461-0004
Cell: 307-431-0087
l Matt: •d cU air ingpt�fgssio Is�com
We are pleased to submit our scope for the following project. If at any time during the duration of the project, an
unplanned scope of work is incurred or hold points or inspection delays occurring longer than I hour or plant outage
causing a delay, a change order will be submitted as per'f/M rates.
Scone of Work:
• Mobe up and set up equipment.
• Surface Prep concrete floor with diamond grinder for profile
• Hold for inspection. Document on Daily QC report.
• Apply caulking around edge of wall
• Apply Epoxy Coating Plasite 4500S to prepped areas @ 40 Mils DI"f
• Hold for inspection. Document on Daily QC report.
Items included in pricing:
I. One mobilization and demobilization tee.
2. All labor.
3. Safety and training.
4. All equipment needed for preparation & application.
Items to be supplied by customer:
1. Porta cans
2. Dumpster for disposal of waste
Crew Size: 3
• 3 Applicators
• I Supervisor
Work schedules will be coordinated with project management and are based on a forty -hour work week.
maintains a ten hour per day, 5-day work week. No additional overtime, holidays or nights are included in our
pricing for this project. Should additional overtime, weekend, holiday or night schedules be requested by the
client, additional charges will be accessed at overtime rates.
Painting Professionals, Inc agrees to perform above work in a timely manner for a total price of
Secondary containment coating: $4,100.00
1. Terms of Pgyment:
I , HNIGROUP
15344 Vantage 3. Sot 1 Free 600.795.0696
PROPOSAL 69793-CO3
To: City of Baytown Date: 515/2020
Wastewater Treatment Plant Project: City of Baytown WTP
Baytown, TX Location: Baytown, TX
Architect: Joiner
Bid Date: 5/5/2020 Addendurl
We propose to furnish the following as manufactured by Phoenix Millwork using standard design,
materials, construction sizes and colors. Based on Change Order #3 request.
Specification Section: Change Order #3 Millwork
Material, freight and installation .........................
Pricing Includes:
1. Per request for change order #3 we will revise East side of pony wall to 42" and the 90 degree wall
will be revised to 30" per ADA requirements.
Qualifications:
1. Pricing good for 1 production run and 1 delivery with completion not later than June 30, 2020.
2. Due to the unsettled nature of "Steel Tariffs" and "Freight Regulations', any such surcharges are
not included in this proposal. Any steel or freight surcharges incurred will be passed along to the
customer.
3. We reserve our right to a schedule extension; change orders for additional costs (including but
not limited to material escalation; labor rate increases; acceleration costs; shipping costs; storage
costs; administration overhead; etc.) related to any occurrence of an event which is outside of our
reasonable control and which prevents us from performing our obligations (Examples but not
limited to: acts of God; strikes or other labor disturbances; delays in transportation; war; acts of
terrorism; epidemics (such as COVID-19); etc.).
Excludes:
1. State Sales & Use Taxes. Purchaser by acceptance of this quotation agrees to furnish Tax
Exemption Certificates when requested on non-taxable materials, otherwise any applicable tax
will be added at time of invoicing.
2. Any Liquidated, Consequential and/or Actual Damages clauses.
3. Over time or after hours work.
4. Charges for vertical transportation, Mechanical utilities and connections, Electrical utilities and
connections, Bonds, Removal of existing equipment, Traps, Ducts, Fume hood fan/blowers,
Fume hood testing/balancing, Rubber/vinyl base, In -wall backing/blocking.
5. Note: Clean-up to be limited to removing all debris, dirt and rubbish accumulated as a result of
our installation to a dumpster provided by others, leaving the premises broom clean and orderly.
Solutions for Industry, Education, and Healthcare Since 1924
¢tE50P3
,:I<oa,
WL
ah2igmup
V "%�
Serving all 50 OfficesCityIlocated:
AIIanU Austin I Baltimore I
Moines
Chicago I Cedar Falk I Columbia I Dallas Denver Des Moines I Kansas City Houston I Madison I Miami I Minneapolis I Sall Lake City I Omaha I SeaWe
I
Page 1 of
M2I�GROUP
-usage Pkvvy. E . Suite 150 i !
SEE PAGE 3 for Terms & Conditions
This proposal is based upon usage of the AGC/ASA/ASC "Standard Form Construction Subcontract",
1996 Edition or a subcontract form otherwise acceptable to H21 Group, Inc.
TERMS: Net 30 Days
ACCEPTED: Company
Name
Date
RESPECTFULLY,
H2I Group, Inc.
By COW= SrGf/l�l
Brett Starr
Project Manager
281.979.8806
Note: This quotation is offered for acceptance within 30 days and is subject to revision beyond that time.
Solutions for Industry, Education, and Healthcare Since 1924
QM D3 h2mrouo.cmv
vv1 ifceh2�rQPQgm
�L �a xh2igroup
LOA Serving all 50 states, Offices lowled:
Allanta I Austin I Selfimore I Chicago I Cedar Falls I Columbia I Dallas I Denver I Des Moines I Kansas City I Houston I Madison I Miami I Minneapolis I Salt Lake City I Omaha I Seattle
Page 2 of
I'MIGROUP
344 Vantage Pkvvy. E . Suite 150 1 Houston. TX 7703211 Ph- 832.626.10601 Fax 832.626. 1057 1 Toll Free. 2n0.79n n696
PROPOSAL 69793-CO4
To: City of Baytown
Date:
5/12/2020
Wastewater Treatment Plant
Project:
City of Baytown WTP
Baytown, TX
Location:
Baytown, TX
Architect:
Joiner
Bid Date: 5/12/2020 Addendum:
0
We propose to furnish the following as manufactured by Phoenix Millwork using standard design,
materials, construction sizes and colors. Based on Change Order #4 request
Specification Section: Change Order #4 Millwork
Material, freight, and installation................................................................................... $1,530.00
Pricing Includes:
1. Per request for change order #4 we will remove base cabinet at 209 Control Room, Cut down
countertop to next most cabinet, finish side of exposed next cabinet, re -laminate countertop cut.
Qualifications:
1. Pricing good for 1 production run and 1 delivery with completion not later than June 30, 2020.
2. Due to the unsettled nature of "Steel Tariffs" and "Freight Regulations", any such surcharges are
not included in this proposal. Any steel or freight surcharges incurred will be passed along to the
customer.
3. We reserve our right to a schedule extension; change orders for additional costs (including but
not limited to material escalation; labor rate increases; acceleration costs; shipping costs; storage
costs; administration overhead; etc.) related to any occurrence of an event which is outside of our
reasonable control and which prevents us from performing our obligations (Examples but not
limited to: acts of God; strikes or other labor disturbances; delays in transportation; war; acts of
terrorism; epidemics (such as COVID-19); etc.).
Excludes:
1. State Sales & Use Taxes. Purchaser by acceptance of this quotation agrees to furnish Tax
Exemption Certificates when requested on non-taxable materials, otherwise any applicable tax
will be added at time of invoicing.
2. Any Liquidated, Consequential and/or Actual Damages clauses.
3. Over time or after hours work.
4. Charges for vertical transportation, Mechanical utilities and connections, Electrical utilities and
connections, Bonds, Removal of existing equipment, Traps, Ducts, Fume hood fan/blowers,
Fume hood testing/balancing, Rubber/vinyl base, In -wall backing/blocking.
5. Note: Clean-up to be limited to removing all debris, dirt and rubbish accumulated as a result of
our installation to a dumpster provided by others, leaving the premises broom clean and orderly.
Solutions for Industry, Education, and Healthcare Since 1924
¢ESOP
Mh2lgrouP
Serving all 50 stales, Offices located:
Atlanta I Austin I Baltimore I
Chicago I Cedar Falls I Columbia I Dallas I Denver I Des Moines I Kansas City I Houston I Madison I Miami I Minneapolis I Sett Lake City I Omaha I Seattle
Page 1 of 3
May 14, 2020
Painting Professionals, Inc. is proposing to patch, rub and paint two location in control room where proposed
control room cabinets are to be removed. PPI proposes to provide all labor, material and equipment to bring wall
back to finish.
2 Locations - $1,000 each
Total Proposal- $2,000.00
Please feel free to contact me with any questions.
Ed Ware
(307)431-0087
few
Hamersveld Holdings, LLC
Houston Area Commercial Flooring
722 Talmalge Hall Dr.
Conroe, TX 77302
Submitted To: PLW Waterworks
Attention: Anonio Ibarra
Cost Address: 5359 E. Grand Parkway S. Baytown, TX 77520
Contact: Anonio Ibarra
Email: aibarra@plwus.com
Phone:
Mobile / EXT: (713) 412-1867
Proposal
Office: 832-401.1339
far.
website:
Protect: BAWA: Tile Repair in Control
Room under Cabinets
Date: 5/14/2020
Job Address:
Proposed By: Mark van Hamersveld
Email: hamersveldholdinosicEiamail.com
90h 832 401 1339
Tag Description
Unit
Qty.
Unit Sell
Extension
SCOPE:
Add the under removed cabinets in control room
EA
2
$500.00
$1,000.00
LABOR TOTAL
MATERIAL TOTAL
SUBTOTAL
Sales tax not included unless noted above. TOTAL TAX
$ 1,OOD.00
$ -
Total With Tax $ 1,OOD.00
All work warranted one(1) year from installation
Moisture tests will be billed at $115.0 for each required to cover manufactures warranty. Alternate 1
Epoxy Grout and Backer Boards Not included unless specifically stated above.
Additional Bags of floor Prep Will be charged at$45.00 per bag.
Excluded no testing performed by outside Technician.
No furniture moving included unless specifically stated.
job changes not conforming to last print date on proposal; incurring more materials or labor will require a change order.
Prices are based on clean Boors, broom swept, and ready to receive flooring.
Floor preparation, demo, mopping, vacuuming waxing, and protection is not included unless specifically stated in proposal.
All prices are based on work completed during normal hours unless otherwise noted.
It is the responsibility of the General Contractor to make sure all slabs are cured to meet Floor Covering Standards.
Moisture Remediatian, Asbestos Testing/removal, Final Clean, Wax / Polishing All not Included
Remobilization Fee of$500 ifjobsite is not ready for install and installation crews arrive ready to work. Will be applied per each occurrence.
Waterproofing not included unless noted in above proposal
Terms Net 30
Accepted By Date
.01
15344 V:,
'rl ouston. TX 77032 II Ph: 832.626.1060 1 Fax832.626.1067 [Toll Free- P00.795D696
SEE PAGE 3 for Terms & Conditions
This proposal is based upon usage of the AGC/ASA/ASC "Standard Form Construction Subcontract",
1996 Edition or a subcontract form otherwise acceptable to H21 Group, Inc.
TERMS: Net 30 Days
ACCEPTED: Company
Name
Date
RESPECTFULLY,
H21 Group, Inc.
By D� SRll1L
Brett Starr
Project Manager
281.979.8806
Note: This quotation is offered for acceptance within 30 days and is subject to revision beyond that time.
Solutions for Industry, Education, and Healthcare Since 1924
¢ESOP3
1br�rd� $1,29roup
Serving all 50 stales, OMces located:
Atlanta I Austin I Baltimore I Chicago I Cedar Falls I Columbia I Dallas I Denver I Des Moines I Kansas City I Houston I Madison I Miami I Minneapolis I Salt Lake City I Omaha I Seattle
Page 2 of 3
PCO #65 - Proposed Change (zero cost)
i
IMIGROUP
3344 Vantage Pkwy. E , Suite 150 1 Houston, TX 77032 II Ph: 832.626.1060 1 Fax 832.626,1057 1 Toll Free: 800.795.0696
PROPOSAL 69793-CO4
To: City of Baytown
Wastewater Treatment Plan
Baytown, TX
Bid Date: 5/12/2020
Date:
t
5/12/2020
Project:
City of Baytown WTP
Location:
Baytown, TX
Architect:
Joiner
Addendum:
0
We propose to furnish the following as manufactured by Phoenix Millwork using standard design,
materials, construction sizes and colors. Based on Change Order #5 request.
Specification Section: Change Order #5 Millwork
Material, freight, and installation....................................................................................... $1,500.00
Pricing Includes:
1. Per request for change order #5 we will build a lower cabinet for sink in the Lab area. Price includes
door & hardware.
Qualifications:
1. Pricing good for 1 production run and 1 delivery with completion not later than June 30, 2020.
2. Due to the unsettled nature of "Steel Tariffs" and "Freight Regulations', any such surcharges are
not included in this proposal. Any steel or freight surcharges incurred will be passed along to the
customer.
3. We reserve our right to a schedule extension; change orders for additional costs (including but
not limited to material escalation; labor rate increases; acceleration costs; shipping costs; storage
costs; administration overhead; etc.) related to any occurrence of an event which is outside of our
reasonable control and which prevents us from performing our obligations (Examples but not
limited to: acts of God; strikes or other labor disturbances; delays in transportation; war; acts of
terrorism; epidemics (such as COVID-19); etc.).
Excludes:
1. State Sales & Use Taxes. Purchaser by acceptance of this quotation agrees to furnish Tax
Exemption Certificates when requested on non-taxable materials, otherwise any applicable tax
will be added at time of invoicing.
2. Any Liquidated, Consequential and/or Actual Damages clauses.
3. Over time or after hours work.
4. Charges for vertical transportation. Mechanical utilities and connections, Electrical utilities and
connections, Bonds, Removal of existing equipment, Traps, Ducts, Fume hood fan/blowers,
Fume hood testing/balancing, Rubber/vinyl base, In -wall backing/blocking.
5. Note: Clean-up to be limited to removing all debris, dirt and rubbish accumulated as a result of
our installation to a dumpster provided by others, leaving the premises broom clean and orderly.
46t
Solutions for Industry, Education, and Healthcare Since 1924
¢ESOPx
ar::._
t
W����
mma'h2, ,
"� n.,��,.��.
ph219roup
Serving all 50 stales, Offices located:
Atlanta l Austin I Baltimore I
Chicago I Cedar Falls I Columbia I Dallas I Denver I Des Moines I Kansas City I Houston I Madison I Miami I Minneapolis I Salt Lake City I Omaha I Seattle
Page 1 of
JH21J
NOOO
;ROUP
15344 V.m.'. Pkvvy. E , Suite 150 1 Houston, TX 77032 II Ph: 832.626.1060 1 Fax 839.623.1057 1 Toll Free: 800.795.0696
SEE PAGE 3 for Terms & Conditions
This proposal is based upon usage of the AGC/ASA/ASC "Standard Form Construction Subcontract",
1996 Edition or a subcontract form otherwise acceptable to H2I Group, Inc.
TERMS: Net 30 Days
ACCEPTED: Company
Name
Date
RESPECTFULLY,
H21 Group, Inc.�
By VVW J>i`GM
Brett Starr
Project Manager
281.979.8806
Note: This quotation is offered for acceptance within 30 days and is subject to revision beyond that time.
It
Solutions for Industry, Education, and Healthcare Since 1924
eESOPm41
«hz group
"N4-
serving all 50 states. Offices located:
Atlanta I Austin I Baltimore I
Chicago I Cedar Falls I Columbia I Dallas I Denver I Des Moines I Kansas City I Houston I Madison I Miami I Minneapolis I Salt Lake City I Omaha I Seattle
Page 2 of 3
PtW
waterworks
May 14, 2020
Mr. Andrea Brinkley
Assistant Director
Baytown Area Water Authority
The City of Baytown
2401 Market St.
Baytown, TX 77520
Re: CPR No. 67
BAWA 6 MGD Surface Water Treatment Plant
BAWA Job No. 1806021
Mrs. Brinkley,
PLW proposes to upgrade the transformer to provide required amps to be able to utilze the Heat Trace
Panel. Current designed transformer does not have required amperage load to power the Heat Trace
Panel.
This change will result in a increase in the amount of $21,880.08
Please feel free to contact me at (713) 301-8637 with any questions or concerns.
Regards,
PLW Waterworks
7/1, IG—
Katy Drown
Project Manager
Page 1
Ba mown Area Water Authority
BAW'A 6 SIGO Surface Water Treabnent Plant
RAW'A Job No. 1806021
flea) Trace Panel Transformer Upgrade
Scone of W ork
Upgrade transformer so in. Hea Tnace Panel can be md'med in cold onathet eseats
CPR No.: 67
Date: O.vuao
PLW Job No.: PST
Nun-Tned
Labor
plmertal
8ubmmnol
Tned NrYDC not
Ilam
Unit Total
Unit Told
Unit Total
Unit Total
N.
Deacri flan
Q,
nob
C." Coo
Cn., C,,,t
Coo Ca+l
Cost Colt
1
Tnmfnrmer Mudianums
I
Upgrade Transfienwr mW Conductors
I
L8
S - S
S - S -
118.47300 S 18472 110
8 - S -
Divot Cost subtotal
-
-
1b4P-Jm
Small Tools d s m:
Nn
- t✓a
Na
Equipment Books it 50W.
tva
1✓a
Tax H 825%
do
sida..12 - - Ib J]200 -
O cricad k NA.t i/ I5L°: 2.770 sat
8ubloW 3 - - 21,141 elt
Bonds k insnrarcc n t It°. 627,2b
mwta14 v nx0.ub
TOM stall colaro _t xxn nx
now,
Grand Total Cost 21,880.08
PFEIFFER & SON, LTD.
Electrical Contractors
PHONE - (281) 471-4222 * FAX - (281) 471-6856
116 N. 16TH ST. * P.O. BOX 1116
LA PORTE, TEXAS 77572
CHANGE ORDER
BID DATE: May 14, 2020
TO: Pepper -Lawson Waterworks
PROJECT: BA WA SURFACE WATER PLANT 23-XNIR-001 TRANSFORAIER 11'I0DIFICATIONS
We are pleased to offer for your consideration our lump sum quotation for the completion of the above
referenced work, according to our interpretation of the plans, specifications, correspondence and
conversations with the owner and design engineers. We propose to furnish all material, labor, equipment,
and supervision in a safe and skillful manner for a complete and functioning system as discussed and
detailed below for $18,472.00.
To avoid confusion, we offer the following clarifications:
1. Price includes direct replacement of the existing 25 kVA 23-XMR-001 transformer with a 37.5 kVA
transformer, adjustment of primary breaker trip settings and upsizing of primary and secondary
conductors to accommodate higher current.
2. All work to be done per applicable specifications in neat and workmanlike manner meeting or
exceeding NEC standards.
3. Temporary electrical power for systems downstream of existing transformer is NOT included nor
thought to be necessary.
4. Proposed 37.5 kVA transformer will have approximately the same footprint as existing 23-XMR-001.
Existing housekeeping pad is thought to be sufficient to support and ensure proper ventilation around
transformer.
5. Bond is included.
6. We will provide insurance coverage in accordance with the specifications. Additional coverage
specifically required by the contractor may necessitate additional premium charges.
We appreciate this opportunity to quote on this project. If you have any questions or need additional
clarifications, please call me at (281) 471-4222.
Sincerely,
PFEIFFER & SON, LTD.
Mark Antley
Estimator
REGULATED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION
CONTRACTOR'S LICENSE #18259
P.O. BOX 12157, AUSTIN, TEXAS, 79711
(900) 803.92091(512) 463-65991 WWW.TDLR.TEXASGOV
AD )PIED ADMINIS FAR I'IVE RITES 'i i 11(') W.E.C`IRICAL CONI'RACTI )R S RF-.SN )NSIBILIT WS
PFEIFFER&SON, LTD.
Electrical & Telecommunication Coutractoms
PFEIFFER AND SON JOB # 4200119 CHANGE ORDER REQUEST
Date:
5/14/2020
Project:
BAWA 6MGD SWTP
Description:
Increase existing 25 KVA transformer to 37-
1 /2 KVA
1 General Labor
2 Supervisory Labor
3 Subtotal items 1 and 2
4 Labor Burden 55% x Item 3
5 Cost of Materials
6 Equipment
7 Cost of Transportation
8 Subcontractor
9 Subtotal items 3,4,5,6 and 7
10 Cost of Insurance 4% x item 8
11 Cost of Bonds (7.4.2.2.4)
12 Subtotal lines 8,9 and 10
13 Overhead 10%
14 Profit 5%
15 Not Used
16 Total change order amount items, items 11,12,13 and 14
Page 1
49.00 hours x $
6.00 hours x $
29.9 1,465.10
55.0 330.00
1,795.10
987.31
11,783.00
346.72
0.00
0.00
14,912.13
596.49
554.00
16,062.62
1,606.26
803.13
0.00
$ 18,472.01
J O N E S CARTER RFP NO.: 009
REQUEST FOR PROPOSAL (RFP)
1. PROJECT NAME: 6 MGD Surface Water Treatment Plant
2. 1&C PROJECT NO.: 09986-0002-00
3. CONTRACTOR: Pepper Lawson Waterworks
4. SUBMITTED TO: Katy Drown
5. SUBJECT: Baytown Process Analyzer Drain Routing
6. REFERENCE: Proposed Change Order No. 057
7. REF. DWG. NO.: N/A
8. REF. SPEC. NO.:
9. DESCRIPTION OF WORK: (The Contractor is requested to furnish a price proposal for the below described work. Please complete, sign, date, and
return a proposal at your earliest convenience. Please attach a detailed cost breakdown to your proposal.
The following RFP is per Owner request and direction from on -site meeting on Thursday, May 14, 2020.
1. Remove analyzer trough drain from the Operations Building Sanitary Sewer system and route to the interior west wall of
the structure, down the wall, and exit the building approximately 12" above the finished floor elevation
2. Route drain line outside the building to 18" to 24" below the sidewalk adjacent to the building
3. Route the 6" drain line to the 4" drain line located at the northeast corner of the pulsed bed clarifier per Engineer
Drawings.
4. Tie in 6" gravity line into the existing 4" drain line at the northeast corner of the pulsed bed clarifier.
5. Reroute the sink drains located in the laboratory to tie into the new analyzer drain line inside the building.
11. Requestor's Name & Signature: Larry Weppler
Date: 5/15/20
The Contractor acknowledges that this RFP is to be used to request pricing information only, and does NOT constitute a contract modification. The Contractor
Is NOT AUTHORIZED/DIRECTED to perform this work UNTIL/PRIOR TO written notification that a contract modification is approved.
I:wp\flocs\const\forms\rfl or rfp\rfpform.doc
REV 9114=
waterworks
May 15, 2020
Mr. Andrea Brinkley
Assistant Director
Baytown Area Water Authority
The City of Baytown
2401 Market St.
Baytown, TX 77520
Re: CPR No. 57
BAWA 6 MGD Surface Water Treatment Plant
BAWA Job No. 1806021
Mrs. Brinkley,
Per the Engineer's request, PLW proposes to modify Operations Building plumbing confirgration per
the attached drawings and quote. The plumbing modifications will be completed on a time and
material basis, not to exceed $12,000. Any resulting savings will be applied to a future change request.
This change will result in a increase in the amount of $27,600.18
Please feel free to contact me at (713) 301-8637 with any questions or concerns.
Regards,
PLW Waterworks
��r
Katy Drown
Project Manager
Page 1
Baywgn Area Winer AbIlo rily
BA WA 611 GD Surface Weser Teentimes Plont
RAM A Job No. 1906021
Anaylzer Trough from Ops Building to Treatment Train
CPR No.: 51
Dane: 0&15I20
PLAN Job No.: PJT
Seine of\York
NWIP, Awdvm Trough Dow, Eye Wash Sumon and Lnbombes, Sink Collision into single drtin line Anotw Doom contingents to Pow goes side ofopesougs Indian, W tie into evegwh drain
closest w the dgle 5 to drum to the sludge lagoon.
N—Tmea
Labor
M IAW
Subrinlnot
Tuaed AIATE
Wn
Ilex
Visa
Tirol
unit TWA
V.I.
Twig
Gnil
ToW
No.
Dnai nlii
nl
1i
I no
Co
Con Coll
coot
Con
G.t
C'on
1
PLW Ciordimrxm Efrunn
I
PwinNI—",
w
HR
S 99W S
-
S - S -
S -
s -
S -
5 -
12
Pmjen Enplrccr
n
HR
$ 96M $
S - S
3 -
S -
S -
S -
II
SupcnmcMam
IS
HR
S III. S
IX15 on
S - S -
f -
5 -
S -
S -
2
Ior wr' diamner We pipe and ,,or nowg5o.
2.1
F..—,
411
IRS
S 65M S
2,WXIIw
$ - s -
S -
5 -
S -
s -
22
1. f4' dumem,,cbm pope .0 plpo.... ...
Ip1
Fr
$ 45m S
4.3g1011
$ - S -
S -
5 -
f -
5 -
25
blioiEX ,no,
J
DAY
S - S
$ - 5
S -
S -
S 15nslo
S I,1,561q
24
De4rt0I pokup
2
EA
$ 5
f - $ -
5 -
S -
S 25Rno
S 5111, IXI
2.5
Openw,
2n
HRS
$ 50.00
26
Final Goode l Cleonnp
t
LS
S Made 5
250Do
S - e -
$ -
s -
5 -
$
J
Jet Bad Re -Rowe of Sinks In Lab Aga
I
IS
S - S
S - S -
A Law .1
S Ii ants lot
S
Dion Con Adllilal
pi51n1
-
I2!lo MI
ISMno
Soap Tool, d 511.
ass 26
-
Na
W.
EquiPi¢w Bmdnl n So IP,
Na
n1a
T- o 925%
Na
I27A
Solosed2
1
12JXXI IXi
1.677µ
Qcwxgd B Prow it l3(P.
I1"4.1
19to,'go
islU
Suboo,dI
II 1,.,,-4
-
I1,11n nn
192956
Bonds S lmwarcc d 2%i
Sall
plots
51 es
Wlolal ♦
11 WN It
IJ 214 dl
11111 A
rood ifall mlwnm
±t. 1.
Other
Grand Total Cost
Pep,. 2
A Division of Derryberry's, L.P.
To: Albarra
2203 W. Cedar Bayou Lynchburg
Baytown, TX 77521
(713) 943-1483 Fax (281) 837-6803
Our price to rework the 5 SK sinks to tie into the 6" line is a not to exceed $ 12,000.00.
Thanks
Mike Broz
Project Manager
Regulated by the Texas Department of Licensing and Registration, PO Box 12157, Austin, TX 78711, 1-800-803-9202
'TACT. A024531 E
Regulated by the Statc Board of Plumbing Examiners, PO Box 4200, Austin, TX 78765, 512458-2145
M-10717
Regulated by the Texas Department of Insurance, P.O. Box 149104, Austin, TX 78714
SCR-U-1768030
RME-U-1795129
J
�ag3
= ar
5a ae
y
i
I
IilSfiU KE1ID NJIES
w.rn®v.o_.vra. v. �m w».vms.u..nsm ew.rn.ewnrw
jr
toj
!8