Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
BAWA Resolution No. 2020-09
RESOLUTION NO.2020-09 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE BAYTOWN AREA WATER AUTHORITY AUTHORIZING CHANGE ORDER NO. 10 WITH PEPPER LAWSON WATERWORKS, LLC, FOR THE BAWA 6 MGD SURFACE WATER TREATMENT PLANT PROJECT IN THE AMOUNT OF SEVENTY-EIGHT THOUSAND TEN AND 45/100 DOLLARS ($78,010.45); 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. 10 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 SEVENTY-EIGHT THOUSAND TEN AND 45/100 DOLLARS ($78,010.45) 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 17[h day of June, 2020. c5� RENDA BRADLEY SMITH, President PEER Au;� a; :.p ! C APPROVED AS TO FORM: KAREN L. HORNER, Interim General Counsel RAKaren A\RESOLUTIONS\BA W A\2020.06.17\Resolution -Change Order (Pepper Lawson-6 MGD S WTP Project).doc Exhibit "A" BAYTOWN AREA WATER AUTHORITY in Change Order No. 10 BAYTOWN 6.0 MGD SURFACE WATER TREATMENT PLANT PO: SDate: 1806021 9-Jun-20 Brief Description of Changes: CO 10.1 Correction of the air scour piping at Green Leaf Backwash Filter Cell No.4 (PCO #70) CO 10.2 Addition of auto -dialer and programming for fire monitoring system (PCO #71) CO 10.3 Addition of sample taps at the disinfection basin and additional piping modifications at the LLPS (PCO #72) CO 10.4 Remaining 25% cost share for additional costs for Operations Bldg. CMU block and Steel beam modifications (PCON19), which were not paid via Change Order #7. These costs are to be paid by the Engineer of Record, following this change order Add or Delete Items: Item Description Unit Ouantit Unit Price Total 10.1 Revise Air Scour Piping at Green Leaf Filter 1 LS 10,542.15 $ 10,542.15 10.2 Addition of Auto -Dialer & Programming 1 LS 1,169.10 $ 1,169.10 10.3 Addition of sample taps & piping modifications 1 LS 56,248.55 $ 56,248.55 10.4 Ops Bldg. CMU block & Steel beam modifications - 1 LS 10,050.65 $ 10,050.65 FOR share Total Contract Summary: 78,010.45 Original Revised 1 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 $ (3,370,811.21) This change order $ 78,010.45 4 lRevised Contract Price $52,186,000.00 $48,893,199.24 Original Contract Duration 1095 Previous Extensions 0 This Change Order 0 Revised Duration - Calendar Days 1095 z "�� (111) Contractor: PLW Waterworks, LLC Date Christopher F. Smith, Executive Vice President Consultant: Jones) Carter, Inc. Date 06/10/2020 Director of Public Works 8i Engineering Date Frank O. Simoneaux Jr. P.E� City Manager Date Richard L. Davis, ICMA-CM P[W waterworks June 8,2020 Mr. Andrea Brinkley Assistant Director Baytown Area Water Authority The City of Baytown 2401 Market St. Baytown, TX 77520 Re: CPR No. 70 BAWA 6 MGD Surface Water Treatment Plant BAWA Job No. 1806021 Mrs. Brinkley, Please see attached proposal to revise the air scour piping in filter cell No.4 per RFP 10. This change will result in a increase in the amount of $10,542.15 Please feel free to contact me at (713) 301-8637 with any questions or concerns. Regards, PLW Waterworks Katy Drown Project Manager Page 1 Baytown Area Water Autbwity CPR No.: 9670 BAWA 6 NIGD Surface Water Tmatinent Plant Date: 06N8R0 BAWA Job No 1806021 PLN'Jub Nn- P3T Air Scour Piping in Filter Cell No. J Scone of Work Remove and replace Air Scow Piping front Single Well to Double Well Non -Tuned Leber Material Set.... writer TuaN gin VEtui Veil Tntnl Unit Tond Unit Total Unit Total To. N0. Dam nine oil Unit Cwt Cuxt C I Coll Can Can Cwt Cast T Filter Cell Prep 1.1 Pull Seek Filler Media and Pmua Media in Plan(3 men.I it,) 16 HRS S 3R00 $ ("IS nu S - S - S - 5 - E - 5 - 2 Recone nW lmlall Air Seoul Piping 2.1 Cm C SS Air Scour Piping (I caya. Welder) g FIRS 5 7500 S 6.l uO 5 - 5 - S - S - S now S 25000 2.2 InsuO 9- Pipe and bolt doo'n(3 men, l dovl 24 HRS E 38.0 E 912 no 5 15101111.1 $ 2500Ill S - 5 - $ - S - 2,) Weld flange around 6-Alepipe and inimll Jneada-kt and Sduadirimb 9 HMS 5 75.00 5 61N11111 S - 5 - 5 - 5 - 5 - 5 - 20 Mono (2 days) 2 DAY $ . 5 - 5 - S - 5 - S - S 33150 S 665A0 3 Intent A.Ilrneile in Filler No J. 3.1 Manual lobo.. mom and mplaceoutlined. (2 nee. J dads 1p rcntma wart rend 64 HRS S 3800 5 2,432 L0 5 - 5 - 5 - S - E - 5 Direct Cila Sublaml 5, 15200 2,50000 - 915 on Snull Tanta 5M: 25760 we - Na Nn Egwpmcut Borden a SO(L"'. Na Na nla Na Tas'd N 259. Na Na tea 1c 19 Subtoul2 )402en 25m1 p1 - 19049 Ovetltcad G PmN a 6 u". 811i 37501) 1495E Subtoull 6r211114 2x75 no - 1.139116 Donds@Unclear c d 3 - I9663 e6.25 3iU Sobs (JD]6] 296125 11I3.23 T0M 11'all.Loons Olbe+ ILA215 Grand Total Colt IU,542.15 Pagt• J O N E S C A R T E R RFP NO.: 010 REQUEST FOR PROPOSAL (RFP) 1. PROJECT NAME: 6 MGD Surface Water Treatment Plant 2. J&C PROJECT NO.: 09986-0002-00 3. CONTRACTOR: Pepper Lawson Waterworks 4. SUBMITTED TO: Katy Drown 5. SUBJECT: Baytown Air Scour Piping in Filter Cell No. 4 of the Self Backwash Filter 6. REFERENCE: RFI No. 176 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. 1. Cut the 6" SS Air Scour 90" bends at the top of wall of Filter Cell No. 4 of the Self Backwash Filter. 2. Place 8" Stainless Steel pipe around the 6" SS pipe. 3. Seal a gasket to the monoflor and to the 8" pipe flange. Bolt the 8" pipe to the monoflor. 4. Weld a piece of stainless steel plate to the top of the 8" SS pipe and to the 6" SS pipe in order to seal opening. 5. Tap the 8" SS pipe near the top of pipe and install a Schrader Valve to periodically pressure test the double wall pipe. 11. Requestor's Name & Signature: Larry Weppler Date: 6/9/20 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\corst\forms\rfi or rfp\dpform.aoc REV 9/14/00 of �f sY tl 91tlb� 69 NT01` �� 0'si l3 xna tl3lltf NSYMMJVO f135 310Y3XJS SMOSS3JJv SOt 3�1v� o Oo'92 xQI1vI313 la M31X Nnd tl31113 XSVM]Jv0 f130 - w w_ �.'. 0 MINUS ME ■ ■ [�) ° ° ■■� iififififiJ ■ii�iti ism 'iii•Nii if■f ��� _i� ii■■9 �i9o1ii6 � ■I�i�■i ifiif9� !�itiiMEi Bosomo iiiRii■ii Bosom�i•■�■i fill/i r n, VALVE AND Acc[ssoREs stxmua . �, f -----_-----� " m a t4vpr. _yn.n.rrwq r.lr-ry- i� rr rywml �aV SELF BACKWASH [ILiER PLAN ANN. �L, JON66 CMRTER . ss.•r/p� I �, SELF AEEVASH [ R PUN VIENWi,m .m P r y i .Dsuez IE°o;D;,I;I IIIII �. .�. .o. D e.uee EALAVE r �... .. .. .... . .. a R000409 SNA ME 310 0108 DD 900 0 e RFI #176 Jones & Carter, Inc. Project: 09986-0001-00 - SAWA 6 MGD Surface Water Treatment Plant 6330 West Loop S #150 Project Bellaire, Texas 77401 5359 E Grand Parkway S Phone: (713) 777-5337 Baytown, Texas 77520 Phone:2814228281 Double Wall Air Piping @ SBWF TO: Trevor Otter (Jones(Carter) FROM: Antonio Ibarra (Pepper Lawson Waterv�orks) DATE INITIATED: 05/14/2020 3701 Kirby, Suite 1133 Houston, Texas 77098 LOCATION: STATUS: Open PROJECT STAGE: DUE DATE: 05/19/2020 SUB JOB: COST CODE: COSTIMPACT TBD SCHEDULE IMPACT. DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Antonio Ibarra (Pepper Lawson Waterworks) COPIES TO: Question from Antonio ..rra (Pepper Lawsonr• r r r Per the City's request, it was brought to the attention of the contractor that there's a possibility the air piping installed around the Self Backwash Filter must be double -walled in order to meet TCEQ requirements. Please verify and confirm if the system in place is acceptable per TCEQ's standards. Awaiting an Official Response All Replies: IBIT-It 14 COPIES Jones & Carter, Inc. Page i of i Printed On: 06/09/2020 06:35 PM From: Herschel.Austin Sent: Tuesday, May 12, 2020 4:50 PM To: Trevor Otter (TOtter@jonescarter.com) Cc: Dale.Hughes; Andrea.Brinkley; Sterling.Beaver Subject: Double wall piping going to underdrain response from TCEQ Trevor, This is a response from TCEQ about another project that had a problem with the air scour piping going thru the media to the underdrain. This is the problem that filter number 4 has at BAWA east. TCEQ does not allow a single wall conduit for aeration to penetrate through the filter media. The pipe would need to be a dual wall pipe with a means of testing the integrity of the space between the walls. This is usually done by the use of a Schrader valve and pressurizing the dual wall chamber. Below are responses to submittals where we found a conduit through the media filters: 1. In accordance with 30 TAC 290.42(d)(2)(B), no conduit or basin containing raw water or any water in a prior stage of treatment shall be located directly above, or be permitted to have a single common partition wall with another conduit or basin containing finished water. Any connection above the media needs to be higher than the flood level of the filter basin. The connection to the underdrain system must be below the media as close to the underdrain as possible. The dual wall pipe should be a closed system with a Schrader Valve so that the integrity between the two walls may be periodically pressure tested. 2. In accordance with 30 TAC 290.42(d)(2)(B), no conduit or basin containing raw water or any water in a prior stage of treatment shall be located directly above, or be permitted to have a single common partition wall with another conduit or basin containing finished water. An air scour pipe that penetrates the media of a filter treatment unit must be dual wall. Any connection above the media needs to be higher than the flood level of the filter basin. The connection to the underdrain system must be below the media as close to the underdrain as possible. The dual wall pipe should be a closed system with a Schrader Valve so that the integrity between the two walls may be periodically pressure tested. As an alternative, the air scour pipe may be installed through the sidewall of the filter basin in lieu of penetrating the media. The applicable rule is: §290.42(d)(2)(B) No conduit or basin containing raw water or any water in a prior stage of treatment shall be located directly above or be permitted to have a single common partition wall with another conduit or basin containing finished water. Craig A. Stowell, P.E. Texas Commission on Environmental Quality Water Supply Division Plan Review Team, MC-159 P.O. Box 13087 Austin, Texas 78711-3087 Tel. 512-239-4633 17, Herschel Austin I BAWA Superintendent City of Baytown — Public Works/Engineering/BAWA Baytown Area Water Authority 7425 Thompson Rd. Baytown, Texas 77522 ph: 281-420-5310 Ext. 8201 herschel.austin@bavtown.ore Together We Enrich Lives & Build Community www.baytown.org The content of this email is confidential and intended for the recipient specified in message only. It is strictly forbidden to share any part of this message with any third party, without a written consent of the sender. If you received this message by mistake, please reply to this message and follow with its deletion, so that we can ensure such a mistake does not occur in the future. pLw waterworks June 8, 2020 Mr. Andrea Brinkley Assistant Director Baytown Area Water Authority The City of Baytown 2401 Market St. Baytown, TX 77520 Re: CPR No. 71 BAWA 6 MGD Surface Water Treatment Plant BAWA Job No. 1806021 Mrs. Brinkley, Please see attached proposal to provide a cellular auto dialer for the fire alarm system. This change will result in a increase in the amount of $1,169.10 Please feel free to contact me at (713) 301-8637 with any questions or concerns. Regards, PLW Waterworks 4Q-- Katy Drown Project Manager Page 1 Baylonn Area W'a,nr Authority BAWA 6 MGDSorfale Water Trealnmm Plant BAWA Job No. 1806021 Fire Alarm Cellular Auto Dialer Seolw of W orh Provide a cellular auto dialer. arena and p.gr.n.ing for cellulardialer. CPR No.: 8071 Dale: 06/09120 PLu Job No PJT Nan -Taxed Labor 5laurn.1 Sob -.I—. T.ud .nl."Moti Ile. our. Total our, Trial ra it Toot Unb Total No. Murmur. ur. lv Unit Cost Con Con Co., Cos, Cau Coat Cox, S Fhe Alaa Cellular Auto Dialer. I.I SO.heau Fire Pureed.. I LS S - E - $ - S - S 19790 S 98700 E three, Coe, Suhlalal - - 987 M) Sall Took F 50% - - Na No EVipm., B.@n n Sn M. Na Na Nn Tax .6 a 25% nra Sabmml2 - - 987.00 - nrerhead d PFaBod I51". is 05 Subloub - - LIDS o5 - Bondx & huumnm n llwa A05 Stoout, 1.169,111 Total 61 all colmm�x 1.169.Ia Oihcr Grand Total Cost 1.169.10 r4lSEFP SOUTHEAST FIRE PROTECTION SCR#0167 June 2, 2020 Attn: Dale Hughes Re: Wireless Dialer Dear Dale, ACR# 1675734 Southeast Fire Protection, L.P. is pleased to offer the following proposal note this would be for each individual site/location, please review and approve. Listed below are the dialer and external antenna with cable below, 1 would recommend on installing these to prevent potential signal issues in the future. Note: Depending on where you would like to place external antenna a lift might be required. Also know that this dose not include any additional programming if needed at that time we will notify you and asses price for approval. • 01 AD-TG7L Verizon Dialer $400.00 $495.00 • 06 Service Tech/Installation $82.00 $492.00 Total $987.00 Existing Panel/Devices/Wire • All existing wire and/or devices are not tinder warranty. • Any programming issues due to normal wear and tear will not be covered. • Obsolete system will not be covered. • Existing/Outdated Batteries will not be covered. • Any existing panels, power supplies, boards, circuits, modules, and keyboards are not covered. Term Agreement assumes that the covered systems are operable and up to code as of the date of this agreement. If after the initial inspection, it is determined that the covered systems need repairs due to code violations, Southeast Fire Protection will notify customer and get approval to bring system back up to code. If system violations are not corrected in a timely manner Southeast Fire Protection will be released from liability in this situation and at this point Southeast Fire Protection will notify local authority that has jurisdiction for the area. (Fire Marshal's Office) by law, a discrepancy letter will be sent to their office with code violations. Price is based on work being performed during normal business hours. Any additional Time or Repairs to be performed on a Time and Material basis. Price does not include tax. (If applicable) Thank you, Ramon Soliz Fire Alarm Department Sales Service & Inspections Office: 713-844-8924 Direct: 832-267-6161 waterworks June 9, 2020 Mr. Andrea Brinkley Assistant Director Baytown Area Water Authority The City of Baytown 2401 Market St. Baytown, TX 77520 Re: CPR No. 72 BAWA 6 MGD Surface Water Treatment Plant BAWA Job No. 1806021 Mrs. Brinkley, Please see attached proposal to provide additional sample taps at the disinfection basin and additional piping modifications at the LLPS, per RFP #01 I. This change will result in a increase in the amount of $56,248.55 Please feel free to contact me at (713) 301-8637 with any questions or concerns. Regards, PLW Waterworks )4 Katy Drown Project Manager Page 1 Baytown Area Water Authority BA WA 6 DIGD Surface Water Treatment Plant BAWA Jab No. 1806021 Disinfection Basin Sample Lines & LLPS Modifications Scone of Work Additional sample lines and LLPS modifications per RFP f101I CPR No.: t1072 Date: 06/09/20 PLW Job No.: P3T Nan -Taxed Labor Material Subcontract Taxed hlat'VE ui Unit Total Unit Total Unit Total Unit Total Item No. Description t Unit Cast Cost Cost Cost Cost Cast Cost Cost 1 PLW Staff Support I.1 Project Manager 40 HRS S 96.00 $ 3,840,00 S - S - S - S - S - S - 12 Project Superintendent 40 HRS S 121.00 $ 4,840.00 S - $ - $ - S - $ - S - 2 Install Sample Lines on top of disinfection basin 2.1 PLW Foreman 40 HRS $ 65.00 S 2,60000 S - $ - $ - S - $ - S - 22 PLW Fireman (Saturday Time) 8 HRS S 97.50 S 78000 S S - S - S - S - $ - 2.3 Laborers (3 area, l meek) 40 HRS $ 38.00 $ 1,520.00 $ 3,088.71 S 3,088.71 $ 1,63458 $ 1,634.59 $ - S - 2.4 Laborers(Samrd:w Time) 24 HRS S 57.00 S 1,368.00 S - $ - 8 - S - S - 5 - 2.5 Electrical& Inslrrttnentalum 1 LS S - $ - S - S - S 5,063.IS $ 5.063. 18 S - S - 3 Install piping and supports underground 3.1 PLW Foreman 40 HRS S 65.00 S 2.600.00 S - S - $ - 5 - S - S - 3.2 PLW Forentan(Saturday Tune) 8 HRS S 97.50 $ 78000 S - S - 5 - S - S - $ - 3.3 Laborers (3 men,I week) 40 HRS S 38,00 $ 1,520,00 S - S - 5 - $ - $ 1,200.00 S 1,200,00 3.4 Laborers (Saturday Time) 24 HRS S 57.00 $ 1,368.00 $ - S - $ - S - S - $ - 3.5 Confined Space Pemtiting and Materials/Safety, 1 LS S - $ - $ - 5 - S - S - $ 6,500,00 S 6,500.00 3.6 Dewatering I LS $ - $ - S - $ - S - 5 - $ 80000 S 800.00 4 Low Lift Pump Station Modifications 4.1 Install LAS injection and route above ground pipe 40 FT S 1200 S 480.00 S 7.00 S 290.00 S - S - $ - S - 4.2 Insulate pipe 30 FT S 10,00 S 300.00 S 13.33 S 399.90 S - S - S - S - 4.3 Chemical Injection Quill and Accessories I LS S - $ - S 1,000.00 S 1,00000 5 Forklift/Lull 5.1 Operator/Equipment 40 HRS S 50.00 S 2,00000 S - S - S - S - S 1,50000 S 150000 Direct Cost Subtotal 23,996,00 4,768.61 6,697,76 10,000.00 Small Tools ra 5.0% 1,199,80 n/a - We Na Equipment Burden n 50.0% da Na do Na Tas.F8.25% Na Na Na 825.00 Subtmal2 25,195,80 4,76&61 6,697.76 10,825,00 Oserbcad & Profit n 15.0% 3.779.37 715,29 1.004,66 1.623,75 Subtotal 28.975,17 5.48390 7,702.42 12,448.75 Bonds& Insurance a 3.0% $69.26 16452 231.07 373,46 Subtotal 29,844.43 5.64842 7,933.50 12822.21 Total of all columns 56.248 55 Other Grand Total Cast 56,248.55 Page 2 J❑NES',CARTER RFP NO.:011 REQUEST FOR PROPOSAL (RFP) 1. PROJECT NAME: 6 MGD Surface Water Treatment Plant 2. J&C PROJECT NO.: 09986-0002-00 3. CONTRACTOR: Pepper Lawson Waterworks 4. SUBMITTED TO: Katy Drown S. SUBJECT: Chemical System Modifications 6. REFERENCE: R 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. 1. Disinfection Basin Modification a. Core through top slab of the disinfection basin where shown on the attached drawings. b. Construct sample lines as shown on attached drawings. c. Tie the proposed sample lines into the existing 1" sample line. d. Install isolation valves on each 1" sample line before these tie in locations to allow for isolation of the lines. e. Install a proposed sun shield or enclosure to house the relocated chlorine dioxide analyzer & transmitter. f. Route conduit & wire from transmitter to local RTU. g. Provide all terminal blocks, fuses, circuit breakers, 1/0, etc. As necessary in RTU enclosure to power the transmitter and terminate all signals at the RTU. It. The transmitter level shall be transmitted back to the SCADA system through the RTU Plc. 2. LAS Injection at Low Lift Pump Station Modifications a. Install LAS injection quill in spool piece directly down stream of static mixer at low lift pump station. b. Route above ground on LLPS metering slab to avoid trip hazards. c. Insulate above ground piping per Specification Section 15226. 11. Requestor's Name & Signature: Larry Weppler Date: 6/9/20 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\does\cans[\forms\rfi or rfp\dpform.doc REV 9/14/00 ..kV,F*• �°' n e fr .�y� I- II ,....mr 111;� 9 n`m JAL it II I r ' II II II .I...N DISINFECTION BASIN Li u PLAN �C JGNEB CARTER 1ti• 4'V"'I J-uTl TOC El a9 00 316 SS Pipe support: om IWd...... ml FF El32W Dill Section A -A W, FI 41, FF FI32 W Section B-B So llo and lla.d-11 pvul Bid Proposal for Baytown Sample Line PEPPER LAWSON WATERWORKS LLC Job 3701 KIRBY DR 41133 Baytown Sample Line HOUSTON, TX 77098 Bid Date: 06/02/2020 Bid 4: 1363473 Sales Representative Core & Main Greg Arentz 7620 Grissom Rd (M) 210-379-7606 San Antonio, TX 78251 (T)210-657-1632 (T)210-684-1150 (F)210-657-2321 Greg.Arentz@coreandmain.com 06/02/2020 - 2:06 PM Actual taxes may vary Page 1 of 2 PEPPER LAWSON WATERWORKS LLC Bid Date: 06/02/2020 Core & Main 1363473 Seq# City y "m Bid Proposal for Baytown Sample Line Description Core & Main 7620 Grissom Rd San Antonio, TX 78251 Phone:210-684-1150 Fax:210-684-5521 Units Price Ext Price 10 T' SAMPLE LINE 20 160 _ 1 SCH80 PVC PIPE SWB 20' FT 0.68 [30 15 1 PVC S80 90 HXH 806-010 _ EA 2.41 6 1X3/4 PVC S80 TEE HXH 801-131 _ _ EA 3.64 _ _4_0 50 2 1X3/4 PVC S80 BUSH SPXHUB 837-131 EA _ 1.94 60 1 ___ _ 1 PVC S80TEE HXH 801 010 _ - _ _ EA 4.32 80 3 1 T/U BALL VLV 2339-010 THREADED AND SOCKET ENDS EA 79.40 1 100 (8) 3/4 SAMPLE LINE ASSEMBLY 110 160 3/4 SCH80 PVC PIPE SWB 20' _ FT 0A8 120 24 3/4 PVC S80 90 HXH 806-007 EA 1.49 130 16 3/4 PVC S80 45 HXH 817-007 EA - _ _ 3.35 140 8 3/4 T/U BALL VLV 2339-007 THREADED AND SOCKET ENDS _ EA �_ _66.60 160 32 LINK SEALLS-315-SS EA 15.32 180 24 3/4 316SS AS1100 STRUT CLAMP EA 3.48 190 30 1 3165S A51100 STRUT CLAMP - EA 5.54 1 200 60 1-5/8 316SS AS200EH 12GA STRUT EA 18.75 220 4 PRIMER- P68PURPLE - QUA RT _� EA 11.95 1230 4 CEMENT- PVC 0717 GRAY - QUART EA 15.95 Sub Total Tax Total Branch Terms 108.80 36.15 21.84J 3.88 4.32_j I 238.20 1 76.80 35.76 53.60 532.80 490.24 83.52 166.20 1,125.00 47.80 63.80 3,088.71 0.00 3,088.71 UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHTTO INCREASE PRICES UPON THIRTY (30) CALENDAR DAYS' NOTICE TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND CONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BE FOUND AT: https://coreandmain.com/Tandc/ 06/02/2020 - 2:06 PM Actual taxes may vary Page 2 of 2 PFEIFFER & SON, LTD. Electrical Contractors PHONE - (281) 471-4222 * FAX - (281) 471-6856 1 16 N. 16TH ST. * P.O. BOX 1116 LA PORTE, TEXAS 77572 jonathanCapfeifferandson.com CHANGE ORDER BID DATE: JUNE 5, 2020 TO: PLW WATERWORKS ATTN: MRS. KATY DROWN PROJECT: BAWA 6 MGD SURFACE WATER TREATMENT PLANT We request, as discussed, the below listed change order for the BAWA 6 MGD SWTP project. Please see the price below for your consideration and reference the below list of exclusions and clarifications as well as the attached documents. We propose to furnish all material, labor, equipment, and supervision in a safe and skillful manner for a complete and functioning system. RELOCATION OF CHLORINE DIOXIDE ANALYZER 20-AEIAIT-005 $5063.18 To avoid confusion, we offer the following clarifications: 1. Above pricing is in response to RFP I 1 and specifically pertains to items 1 D, 1 E, 1 F, I G AND 1 H. No pricing is provided for any other items and all work required for the completion of other tasks included in RFP 11 are excluded. 2. Above price includes the relocation of the 20-AEIAIT-005 from the lab room to the disinfection basin. The instrument is to be installed in one of the sample pump enclosure and the transmitter will be installed directly on the back panel of a new sunshield supported by a HDG `C'-channel stand. The transmitter, sunshield and stand will be installed between the level transducer display and the sample pump PLC enclosure 7-TC-001. See attached photo for clarification. 3. Transmitter is to be powered by same 120V circuit as nearest sample pump. 4. All work will be completed per the specifications and NEC requirements 5. See additional detail, exclusions and clarifications included in system integrator subcontractor's proposal attached. 6. Bond is included. 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. Jonathan Pfeiffer RFC iIr1.ATTI7 BY Till: ITXAS I EPARTbIl.NT (lf' I ICI;,ytilNli AND RF(il!I-ATII )N C/)NIRACTMSIICFNS 0I9.57 Pcl BOX 1215' AIISTIN rX73-11 (;{Ikll WIiA2li4 • (512) 46346591) • %%—% hccnwe slrte lx x iu[nphwls :�IXIf'fli[�:111h11NI�fHAI'IVF'. R11 F.S 7; 51 lcll:ITC"IRICAI CONFRAC I*ORS* RFSPON1,11lll I1IFS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 PFEIFFER SON, LTD. Electrical & Telecommunication Contractors PFEIFFER AND SON JOB # 4200119 CHANGE ORDER REQUEST' Date: 6/5/2020 Project: BAWA 6MGD SWTP Description: Re -location of 20-AE/AIT-005 Chlorine Dioxide analayzer from operations building lab to dinsefection basin General Labor Supervisory Labor Subtotal items 1 and 2 Labor Burden 55% x Item 3 Cost of Materials Equipment Cost of Transportation Subcontractor Subtotal items 3,4,5,E and 7 Cost of Insurance 4% x item 8 Cost of Bonds (7.4.2.2.4) Subtotal lines 8,9 and 10 Overhead 10% Profit 5% Not Used Total change order amount items, items 11,12,13 and 14 Page 1 11.00 hours x $ 29.9 328.90 1.00 hours x $ 55.0 55.00 383.90 211.15 522.45 71.50 0.00 2,928.00 A 1 1 7 nn 164.68 121.08 4,402.76 440.28 220.14 n nn $ 5,063.18 PRIME �=ONMOrs 12144 DAIRY ASHFORD, BLDG 3 • SUGAR LAND, TX 77478 PHONE 713-244-9747 0 FAX 713-244-9717 June 4, 2020 To: Pfeiffer & Sons 116 N 16th St La Porte, TX 77571 Attn: Jonathan Pfeiffer Mark Antley Ref: BAWA 6 MGD Surface Water Treatment Plant Project Work Authorization No. 265 Prime Controls Change Order No.: PCO-007 ]NIi!il��Iil►11:Zi] �9�Y�J Prime Controls is pleased to offer this proposed change order (PCO) to relocate the Chlorine Dioxide Analyzer as per RFP-11 with the referenced Baytown Area Water Authority 6 MGD Surface Water Treatment Plant project as described hereafter. Our Scope of Work shall include applicable products and services specified to be provided in the following bid specifications: The offering is complete with the exception of those items specifically excluded within the "Exclusions" section of this proposal. Equipment and Materials to be provided by Prime Controls include the following major items: ITEM EQUIPMENT 1. One (1) Aluminum Sunshield 2. Lot polytubing, isolation valves, etc. 3. Lot wire tags, tie wraps, etc. Services to be provided by Prime Controls include the following major items: ITEM SERVICES 1. Removal of the installed Chlorine Dioxide Transmitter and Analyzer from the Lab Room. 2. Cleanup and wiring modifications to the existing lab analyzer board 3. Relocation of the Chlorine Dioxide Transmitter and Analyzer to the new sunshield 4' PLC programming modifications to remove the PLC logic for monitoring of the Chlorine Dioxide from 20-PLC-001 and moving the logic to 7-TC-001. Page 1 of 2 PRIME �Comors PROPOSAL CLARIFICATIONS ITEM CLARIFICATION 1. Prior to commencement of work, Prime Controls requests an executed copy of this change order request. We expect this change will be accepted in a timely manner. Prime Controls is not liable for schedule delays associated with this change in the scope of work. 2. Pricing shall be valid for 30 days only from proposal date. 3. Acceptance of an order shall be subject to the attached General Terms & Conditions. These General Terms and Conditions are superseded by current Master Service Agreements (MSAs), Contracts, Subcontracts and/or Blanket Purchase Orders that authorize this work. EXCLUSION ITEM EXCLUSION 1. Conduit and wiring additions PROPOSED CHANGE ORDER PRICING ITEM DESCRIPTION PRICING 1 Chlorine Dioxide Relocation $2,928.00 Proposal Approval Approved by (print): Signature: Date: We sincerely appreciate this opportunity and look forward to being of service for this work. Thanks again and please feel free to call if there are any questions. Sincerely, Prime Controls, LP Michael Nivong Project Manager 713-244-9747 m.nivong@prime-controls.com Prime Controls Proposal Page 2 of 2 PRIME 1725 Lakepointe Drive, Lewisville TX 75057 (972)221-4849 Phone (972)420-4842 Fax Chance Request Proposal Itemized Breakdown Date Submitted: .......................... ....... ....................................... 6/4/2020 Project Name: ............................................................................. I . BAWA 6 MGD SWTP Project Contract or Subcontract Number: .............. ......................................... Work Authorization No. 265 PC Change Request Proposal Number: ......... ...................................... PCO-007 Source of Change Per Electrical Subcontractor Request Material QTY Unit Price Ext Price Sunshield 1 $ 450.00 $ 450.00 Isolation Valves 2 $ 10.00 $ 20.00 Freight $ 9.40 Tax Rate Subtotal Material Cost: $ $ 479.40 Labor (Rates include Pavroll Taxes & Insurance Costs) QTY (Hrs) Ext Price Project Manager 2 $ 191.98 Automation Specialist II 16 $ 1,146.91 Technician 1 16 $ 727.04 $ Subtotal Labor: $ 2,065.93 Direct Jobsite Costs QTY Unit Price Ext Price Subtotal Jobsite Cost: $ - Equipment CITY Unit Price Ext Price Subtotal Equipment Cost: $ - Cost Recap Subtotal Direct Costs $ 2 ,545.33 Overhead & Profit Charge (15%) $ 381.80 Subtotal: $ 2,927.13 Total CDR Amount: 1 $ 2,928.00 Page 1 of 1 PCO-007 Chlorine Dioxide Relocation L a6ed Zl99-996(L8Z) ale(]/lesodOJd;o aoueldaooV # auogd OV3NS 31V0 jad oul '6uplu0 g 6wgn0 alamo0 deu%leg Rq paulwgnS (%SZ'8) xel sales M21HO NNOM NVW Z NO 03SV8'NOIlVZIl190W Had 00'09V$ d0 33d IVNOIl100V NV U110N1111M %jnOH H31dV 03M JOA13d N210M 9NI-11WO 3N00 / ONLLLno MVS ANV 100'0 NOIIVZIII80W N3d 00'09V$.......... NOIldO %jnOHU31dV.......... ..'N030 031VA319 NO 03W2iOJH3d 38 Ol SI MOM 1VH13W 03MiOdNI SVH H31Noisn0 .. ..,HnOH Had 00'SL$ S30HVH0 31NIl Ag 0NV1S - IVA18bV NOdn 1f10 01V1 39 isnIN S90f IIV.. SIN930 d0 ddO inVH - '10UN00 831VM INHOd2f3d - 'N030 031VA913 - d330 ..9L - S310H U313lNVI0 „£ (1HO13) 9 11180 32100 - :NNOM d0 3d00S EJNIMOIIOd 31-11 IN HOJH3d 011N3WdUlO3 0NV 2108VI IIV 301AOud Ol SI dVNN139 . NNVl 1N31N1V3bi H31VM / NOI1V11NVS 100'OLS'L d0IIVM NI ONIIIINO 3?J00 .......... S301AU3S ONIl1R10 SHOO 313`dONOO..,..,,.„ le}ol A30 ldlaoaa uod0 onO swial £ZSLL Xl 'NMOlA9 AMNd 0NV80 3 96bS 9V1S / N030 031VA313 :uopeool qor 7069L 'ON lesodOJd I P S 'oN 'O'd 0098-L06-LK :auOgd 09£LL Xl'SONVIOOOM 3Hl 'OAl9 ONIONVI S3HonH SZLI SN210M2131VM NOSMVI H3dd3d :01 V90LL xy `uolsnoH OZOZ/£/9 Houston, Tx 77064 6/3/2020 To: PEPPER LAWSON WATERWORKS 1725 HUGHES LANDING BLVD. THE WOODLANDS, TX 77380 Phone: 281-907-8600 Proposal P.O. No. Proposal No. 75904 Job Location: ELEVATED DECK / SLAB 5495 E. GRAND PKWY BYTOWN, TX 77523 Terms Due Upon Receipt Qty Total BID IS BASED ON CONCRETE SAW CUT/DRILLED NO MORE THAN THICKNESS LISTED 0.00T ABOVE. DEEPER SAW CUTTING/DRILLING CAN BE PERFORMED AT ADDITIONAL COST. * BID EXCLUDES GPR SCANNING OF CONCRETE / X-RAY SERVICES PRIOR TO CUTTING OR DRILLING. * BID EXCLUDES THE MOVING, COVERING AND/OR PROTECTION OF ANY AND ALL MERCHANDISE, ITEMS AND/OR FINISHED SURFACES. ' ALL LAYOUT, DESIGN OR STRUCTURAL ISSUES ARE THE RESPONSIBILITY OF THE HIRING CONTRACTOR. ' IF TAX NOT APPLICABLE, PLEASE PROVIDE TAX CERTIFICATE TO BELKNAP. Sales Tax Submitted by Belknap Concrete Cutting & Drilling, Inc. per DALE SNEAD Phone # Acceptance of Proposal/Date (281)955-6812 Page 2 Y 6/3/2020 Houston, Tx 77064 To: PEPPER LAWSON WATERWORKS 1725 HUGHES LANDING BLVD. THE WOODLANDS, TX 77380 Phone: 281-907-8600 Proposal P.O. No. Proposal No. 75904 Job Location: ELEVATED DECK / SLAB BYTOWN. TX 77523 Terms Due Upon Receipt Qty Total EXCLUSIONS - ITEMS NOT LISTED ABOVE, REPAIRS TO UNMARKED UTILITIES, OVER OR O.00T AFTER-HOURS LABOR, ANY CADD PRODUCTION DRAWINGS OR RECORD DRAWINGS UNLESS SPECIFICALLY INCLUDED, ANY WORK NOT SHOWN ON THE BID DRAWINGS UNLESS SPECIFICALLY INCLUDED ABOVE THIS PROPOSAL CONTAINS BELKNAP CONCRETE CUTTING & DRILLING'S STANDARD INSURANCE AS FOLLOWS: $2M GL AGGREGATE / $500K AUTO / $1M WC / $4M UMBRELLA/ NO E&O THIS PROPOSAL DOES NOT INCLUDE ANY GC -REQUIRED INSURANCE OTHER THAN THE STANDARD GENERAL LIABILITY, AUTOMOBILE, AND WORKERS' COMPENSATION. ALL BONDING AND/OR SPECIAL INSURANCE REQUIREMENTS ARE SUPPLIED AT ADDITIONAL COST IF REQUIRED FROM GENERAL CONTRACTOR AFTER THE BID DATE. PRICE MAY INCLUDE SALES TAX UNLESS A RESALE / EXEMPTION CERTIFICATE IS PROVIDED. THIS QUOTE IS GOOD FOR 30 DAYS. NOTE: IF WE ARE AWARDED THIS PROJECT, A COPY OF OUR PROPOSAL IN ITS ENTIRETY SHALL BECOME PART OF THE CONTRACT. ALL CUTS MUST BE MARKED BY OTHERS PRIOR TO BELKNAP ARRIVAL - STANDBY TIME 0.00T CHARGES $75.00/HR PER WORKER. Sales Tax (8.25%) $124.58 Total 1 $1,634.58 Any alteration or deviation from above specifications involving extra cost will be executed only upon written order, and will become an extra charge over and above the estimate. Owner is responsible for fire, tornado, and other necessary insurance on above work. Title to material and/or equipment shall remain with the seller until total purchase price is paid. In default of payment, buyer waives all claims for damages against seller for injury that may arise from removal of said goods. If collection is necessary, buyer agrees to pay reasonable interest, all collection costs, including Attorney's fees until paid at 1 112% (18% per annum) service charge will be added to your statement if not paid in accordance with the above conditions. Submitted by Belknap Concrete Cutting & Drilling, Inc. per Phone # Acceptance of Proposal/Date DALE SNEAD (281)955-6812 Page 3 P1W waterworks August 1, 2019 Baytown Area Water Authority The City of Baytown 2401 Market St. Attn: Ajay Shakyaver Re: CPR No. 19 REV 2 BAWA 6 MGD Surface Water Treatment Plant Houston, TX 77056 Mr. Shakyaver, In order to improve the structural resistance and meet the wind loading requirements for the Operations Building north and south wall, additional reinforcemement will need to be added the structure. PLW is proposing this Change Order Request in accordance with the Engineer's recommendations. The operation building CMU and steel beam modifications involve the changes of the CMU reinforement, the size of the CMU blocks and the building steel beams around the building and minor modifications to the slab. Please refer to the attached Plan Sheet 20-A-2.1 for modification details. Partial cost of the modifications will be compensated by AECOM. Therefore, the work associated with the structure change will result in a cost increase of $30,151.95. Please find the attached PLW cost summary and associated reference material for your review and acceptance. Please note, should any additional costs be incurred as a result of this Work due to clarifications, changes or unknown scope, PLW will seek reimbursement. Clarifications and exclusions are listed on subcontractor's proposal. If you have any questions or need additional information, please do not hesitate to call me at 713-301-8637, or kdrown@plwus.com. Regards, PLW Waterworks ✓ v,..' '' C�0, Katy Drown Project Manager Page 1 waterworks AECOM 5444 Westheimer Rd. #1400 Houston, TX 77056 Operation Building CMU and Steel Beam Modifications Scone of We Operation Building CMU and Metal Shucuue Modifications per the Enigneet's Reconmtendation. Invnice # 1 Date: 08/07/19 PLW Job No.: P3T Item Lnhnr Non -Taxed Material Subcontract Taxed Alat'1/E u Unit 'I'olul Unit Total Unit '1'nml Itnll '1'utul No. 1leseri Vino Qiv Unit Cost Co" Unit Cost Cost Cast Con ('aa Operation Building CAIU and Metal Beam Change _ 1 PLW Coartinatinn project Manager 0 [IRS S 12189 S - S - S - S - S - S - S - PrejeetEncinecs 0 [IRS S 9452 S - S - S - S - S - S - S - Project Superintendent 0 HRS S 150.49 S - S - 5 - S - S - S - S - 2 Alodficatiom to Slab and Additional Reinforcement Foreman 0 HRS S 57.83 S - $ - $ - S - S - S - S - Field Engineer(Sorveyin6LayouO 0 HRS S 62.19 S - S - S - S S - S - $ - Fina,,mk / Concrete / Finishing / Curing 0 LS S 35.32 5 - $ 154.87 S - S - S 192.33 S - 3 CNIU Reinforcement Modlfications(Fabco) Supply Only it IS S - $ - S - S - S 3,285,55 S - S - S - 4 C'AIU and Steel Beam Modifications (Armstrong) Modfication to design and install CMU 0 LS S - S - S S - S 32,568.14 S - S - S - 5 Additional Dowel Reinforcement at Operation Building CI IR Additional d..i reinforcement 97 bars 0 LS S 2,760.20 S - 6 25% of Owner Change Order I LS S 10.050.65 S 10,050.65 Total Invoice Due Amount S 10,050.65 Invoice Due Upon Receipt Payment Method: FedEX Check to Jobsite Address: 5459 E Grand Parkway South, Baytown, TX 77523 I M Hughes landing Blvd-, Suite 1200 The Woodlands, TX 77380 (281) 907-8600 Fax:(713) 521-0386 Equal Opportunitv Employer Baytown Area Water Authority BAP'A 6 MCD Surface Water Treatment Plant BAN'A Job No. 1806021 Operation Building CNIU and Steel Beam Modifications Scone of Mork Operation Building CMU and Metal Structure Modifications per the Enigneer's Reconunendation. CPR No.: 19 Rev 3 Date: 08/07/19 PLW Job No.: P3T 6on-Taxed Labor 6laterial Subeontraet Taxed Marl/Equip Unit Total Unit Taal Dan Tmal Unit TmA Iten, No. Da... Linn Or, L'nit Cost Cost Cu,. Cost Cost Cost Cost Cnsl Operation Building CNIUand Nletal Be... Change I PLVi Courdomino - Inwoired n, AECOM Project Manager 0 HRS S 9800 S - S - S - $ - S - S - S - RujectEngineer 0 FIRS S 7600 S - $ - $ - S - S - S - 5 - PrajectSupedntendent 0 FIRS S 12100 S - S - S - S - S - S 2 Mnd Grmions to Slab and Additianal Reinfarcrnrem Foreman 8 MIS S 46.50 $ 37200 S - S - S - $ - S - S - bieldEngineerlSurveying/LayouO 4 FIRS S 5000 $ 200.00 S - S - S - 4 - $ - $ - Formwork / Concrete /Finshing/Coming I LS S 2840 $ 22700 $ 13075 S 392.25 $ - S 150.00 S 15000 3 CMU Reinforcement Malffi, Limn IFabcol Supply Only 1 LS 5 - S - S - S - $ 2,773 79 $ 2,77379 S - S - d CMU and Steel Beam Modifications (Armnrang; Mod(cation to design and install CMU 1 LS 5 - S - S - S - $ 27,49$26 $ 27,49526 S - S - 5 Additional Dorve1 Reinforcement at Opemtian Building CMf Additional dowel reinforcement 0 bars I LS S 2,330.27 S 2.33027 Direct Cost Subtmal 79900 39225 32j9932 15000 Small Taal, 0 00°e - - - _ _ _ Equipment Burden @ 0.0% - - - - Tax000V9 Subtotal 79900 39225 1259932 15000 Overhead d Profit t, 1.5.M. 119.65 59,84 4.$8990 22,50 Subtotal 918.85 45109 37,48922 172.50 Bonds&Insurance a 30°/. 27.57 U53 1, 12469 5,IS San ta14 946.42 46462 38613 B9 17768 Tonal of all cnttmn, 40,202 61 Other Adjusted City's Portion at 75 % of the total cost 30,151.95 Nate. The remainder ofthe Change Order Request will be paid by AECOM 10,050.65 Page 2 Beam at 12'-0' above FF 12 -. W8.18. Bottom of _ Beam at 12' above FF TVP 1 'UI#7 8'eacn face = _ 4'ub , Wdibonal WBX1B NnY Y.nY N i N., f •� p WBz18. 801tom of o` Beam a112' above t ,- FF TYP)�'- NevlBe CMU size :N1 nFw„ fmm8'ta 12'witn f(ID ., _ _ @ 8' each face Y- y - -- --�-- (2) W8R18.(1) at 1T-8', -�-Y ... (1)at 22'-0' above FF ___ '(2) MIS. (1) at 1 - - I ... (i)at 22'-0' about f 008on 2. ---' Steel Beam around Bt.ddhng with 95 @24o.c as indicated on drawings. IITII M1 .. > OPERA71ONS BUILDING � =.I. ®p.�^.^: ;�-��� O ^ •- Izt FLOOR PLAIT IJ FLOOR PUN u'n ..r_.r.ms.r..a eww �o mNiTi ��, ""n •'.� .�• O J JONED CARTCF ... o.....,r_.. e m lm,.�4. o .e.. �. 1, F'a , F.F. . .<...,.• LID..r. _ Irona,0 : . _ CID q led Flo , FF. _ ., ....o.„. .. w.... ,,. ro.cvm . ...e, Uy`.r.u..a.ss nrt.u®.ao •ra. EII-0an 49833 wa. .rt,uo.. ms� ^„ m.... ' x.. u.C= or.x Tn..unun 9L'S66'CL $ 96'LLO'9 Y L£L WV39 Bad.S'S 1fIO9V a39W3.S'C/M S17O9 VIU,Z/L 00'O96'I Y LZ 'a3B31N30' 3AO9V Wtl39 O10OB NOISN31 VICI Z/L OOSWEI Y Al SOS (11VISNI'9Vd'NOIS90) NW01O0 L aNV SWV39 BL X BM IVId 1331S £ 09AU Y AO V'L 9SV3BONI l0OB9 00'6L6'Z Y AS Z99 'O 01 B'V OL aIN911VM H1BON ANNOSVW ..ZL 00'ZL6 Y AS 9LZ 'O Ol Z'V WOBd L aIB9 N3aV3H aNV 9WV(AHNOSVW..ZL Z NOudO 0019LYL Y 00'009 Y Zl WV39 B3d..S'S 1f1O9V a39W3.5'V/M S11O9 VIa..Z/L 0099I Y £ 'a3N31N30'3A09VWV3901aOBNOISN31VIa.,Z/L 00'zo1'9 Y Al ZL (11VISNI'9Vd'NOIS30) NWnl00 L aNV SWV39 BL X BM1VId MIS £ 00'OW'S Y AO OS 3SV3BONI 1nOB9 006L6'Z Y dS Z99 'O 01 TV OL a1B911VM H1NON ANNOSVW..ZL 'O O1Z'V WONd L also B3aV3H aNV 9WVI' ANNOSVW..ZL 00'ZL6 Y AS 9LZ IWW D Jun 0197V101 --- 1N00WV 0099-L06 (19Z) Xl'SPU01POOM 941 OOZL aMS 6uipuDl S946nH SZL L Mid Siuu80 :NllV N0I1480M 1N3110 NOISIA3N SNOI1dO 1331S f1WO :Afpota}nV 1afDM uMofAog :{oafad L 10 L 35Vd 610Z/LZ/£0 31onO 40 Rva ]IMUS] 90f 10£LL X1'00Ju03 u040110D MI 1 931011 0N0KSWIIV FA B c ,LLC 13835 Beaumont Highway Houston, TX 77049 Tel:713.633.6500 Fax:713.633.6541 Customer Pepper Lawson Waterworks, LLC 3701 Kirby Drive, Suite 1133 Houston77098,TX 866.536.7992 Change Order Request Change Order Number Date 0004 03/01/19 Page 1 of 1 Project BAWA 6 MGD SURFACE WATER TREATMENT PLANT Baytown77523,TX Receipt of materials, or services rendered, constitutes acceptance of this change order. Buyer shall be bound to seller's typical terms and conditions, for materials and services covered within this change order, as previously outlined in its original proposal. Cust Job#: CMU CO Breakdown @ Ops Building Cust PO#: Description Qty U Of M Unit Price Extended S Option i Subtotal: 19,440.77 Reber Weight 32323 Lbs 0.4750 15,353.43 Administrative 1 Hours 60.0000 60.00 Detailing 20 Hours 85.0000 1,700.00 Delivery 2 Each 280.0000 560.00 Overhead & Profit 1 10% 1,767.3400 1,767.34 B Option 2 Subtotal: 2,773.79 Reber Weight 3035 Lbs 0.4750 1,441.63 Administrative 1 Hours 60.0000 60.00 Detailing 12 Hours 85.0000 1,020.00 Overhead & Profit 1 10 % 252.1600 252.16 Change Order Total: 22,214.56 BAWA 1705932 - CO BREAKDOWN ( 3/19/19 ) ORIGINAL THEO BALR Oly SIZE LENGTH VGI EP MARK V TV SENDING DIVIENSIONS, 1 A B c , ®©�.�. �.��■ , , 1, ------ / 1 .. ■■ , OPTION 1 (REM) THEO BAR ow 1 ! 1 ©CCC�[��CCCCCCCCCCC , OPTION 2 THED BAR swil OTT SIZE LENGTH VG7 EP ARK v lyp colA BENDINGBILENS1014S- a c , 1 1 1 .1: 1 i30 La\Qnr 1 TM Q go FAB �� 13835 Beaumont Highway Houston, TX 77049 Tel:713.633.6500 Fax:713.633.6541 Customer Pepper Lawson Waterworks, LLC 3701 Kirby Drive, Suite 1133 Houston77098,TX 866.536.7992 Change Order Request Change Order Number Date 0005 04/11/19 Page 1 of 1 Project >BAWA 6 MGD SURFACE WATER TREATMENT PLANT Baytown77523,TX Receipt of materials, or services rendered, constitutes acceptance of this change order. Buyer shall be bound to seller's typical terms and conditions, for materials and services covered within this change order, as previously outlined in its original proposal. Cust Job#: OB Chem Building #7 40' Description L1 Add Rebar Weight Install Rebar Administrative Delivery Overhead & Profit Qty U Of M 2453 Lbs 2453 Lbs 1 Hours 1 Each 1 10% Cust PO#: Unit Price Extended Subtotal: 2,330.27 0.4750 1,165.18 0.2500 613.25 60.0000 60.00 280.0000 280.00 211.8400 211.84 Change Order Total: 2,330.27