Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-09-01-08-8A1 - 1/8/2009
RESOLUTION NO. R -09-01-08-8A1 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with Garney Companies, Inc. for the Raw Water Delivery System - Pipeline Project, and WHEREAS, the Council has determined that it is necessary to make changes to the quantity of work to be performed or materials, equipment, or supplies to be provided, and WHEREAS, it has been determined that it is necessary to change said Contract in accordance with the attached Contract Change Order No. 1, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City, Contract Change Order No. 1 to the Contract with Garney Companies, Inc. for the Raw Water Delivery System - Pipeline Project, a copy of said change order being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 8th day of January, 2009. ALAN MCGRAW, Mayor City of Round Rock, Texas SARA L. WHITE, City Secretary 0:\WDOX\RESOLUTI\R90108A1.DOC/rmc CITY OF ROUND ROCK Date: 12/1/2008 Sheet 1 of 1 CONTRACT CHANGE ORDER NO. 1 Contract Raw Water Delivery System - Pipeline Owner. City of Round Rock, 221 East Main Street, Round Rock Texas 78664 To: Gamey Construction,1333 NW Yrvion Road, Kansas City, MO 64118 (Contractor) You are hereby requested to comply with the following changes from the Contract Plans and Specifications: ADDED TIME DAYS JJ11JJ:rr:•J •: J: !:•: rJ: JJ:`:•::•: :Y:ti'.tirJ �r :}$;{{:,'.•,: � :�iXvsr.•r: rr.•rr:rrr:: rr:.: •:::::::: :::::: } %:�, r:{: err :: Description of Changes CPR -01 per Seeding CPR -02 per PEC CPR -03 per Tree MAitigation CPR -04 per Hericide Application CPR -05 per 66" Flom Extension at Intake Plant/Cedar Breaks CPR -06 per relocation 6' Chisolm Water Line at Start of Project CPR -07 per Ladders CPR -08 per Relocating Air Release Assembly (intake Plant) TOTAL TOTAL: $ Decrease Increase 'r •...... :�i:•r.•: r.•r: r.•rrr.•r:'r:�i 27,690.22 0 1,012.21 0 243,652.50 0 2,643.72 0 38,226.00 0 2,460.92 0 7,782.2 0 9,625.78 0 333,093.55 $ 333,093.55 0 JUSTIFICATION: ORIGINAL CONTRACT AMOUNT: Dollars:$ 7,945,051.72 CONTRACT AMENDMENT (CA) AMOUNTS: Dollars:$ 0.00 THIS CHANGE ORDER (C.O.) AMOUNT: Dollars:$ 333,093.55 PREVIOUS CHANGE ORDER AMOUNT: Dollars:$ CHANGE ORDERS TO -DATE AMOUNT: Dollars:$ 333,093.55 TOTAL CONTRACT PLUS C.O.s AND C.A Dollars:$ 8,278,145.27 TOTAL PERCENT CHANGE: PERCENT: 4.19% This docu II become a Supp t to the contract and all provisions will apply hereto: V/. 4 Ga y • , Engineer /0/09 Date: (Zc/0Z Contractor Date: City of Round Rock Owner Date: C:'Documents and SettingsyjansenWy Documents\Gamey Pipe Projects\2903 - Round Rock\CHANGE ORDERS\Change Order 001 (2008.12.01).xls 3 EXHIBIT HA., GARNEY COMPANIES, INC. Change Proposal Request No. 1 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor. Gamey Companies, Inc. Project Owner. City of Round Rock Address: 1333 N.W. VMon Road Kansas City, MO 64118 2. Change the stationing for the U.S. Corp of Engineers, Minimum Seeding Rates for Distributed Areas Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: X Engineer OContractor Replace with From Sta. 0+00 to Sta. 41+70 and From Sta. 92+00 to Sta. 174+70 Attention: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. .0 .� .,� .., .. •:•Y.ar'/nSY">':d. s /' +:�t'/.�u't i�"'�' "c`•..v;. .; ..�J�.y..w:s •�:• �.��•r.:/ ' � • ' • N • , `'��%d.�. • �0�yy'1 r ,n'' yY. %'`.1. %• `. "..'^ H: . ' . . . ' . .... ..Y . ..... - } ' AV . JT:.?�} eT .. w f K 'l„. a -- .oYJ j. I._,t•,____ ..y �rypy���♦ �?,'�Q$, �(y :F?/.M.`R1.L' `{ ..� •�� .0 '} 1. Change the U.S. Corp of Engineers, Minimum Seeding Rates for Distributed Areas See Attachment 2. Change the stationing for the U.S. Corp of Engineers, Minimum Seeding Rates for Distributed Areas Delete From Sta. 97+80 to Sta. 174+70 Replace with From Sta. 0+00 to Sta. 41+70 and From Sta. 92+00 to Sta. 174+70 All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: [Increase piDecrease QX Unchanged 0 Days This change will: QX Add $ 27, a 0.00 Deduct No Change By arney Co • : les, In April 14, 2008 Date Camp Dresser & McKee, Inc Recommend Acceptance Do Not Recommend Acceptance William T. - e 11 Z/o0 $ Date Owner's Action: Accept Not •cce•ir•,/ // •�NII Jeff Bell Date ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS 32 Hydroseeding for Erosion control, U.S. Army Corp of Engineers Seed Mixture and Seeding Rate 75239 SY $ 0.37 $ 27,838.43 33 Hydroseeding for Erosion Control, Native Grass Seeding 67000 SY $ 0.39 $ 26,130.00 142239 $ 53,968.43 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS 32 Hydroseeding for Erosion control, U.S. Army Corp of Engineers Seed Mixture and Seeding Rate 96350 SY $ 0.61 $ 58,773.50 33 Hydroseeding for Erosion Control, Native Grass Seeding 45889 SY $ 0.42 $ 19,273.38 142239 $ 78,046.88 Net Differential in Cost to Garvey Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 1 CPR 1 WORKSHEET $ 24, 078.45 $ 3,611.77 $ 27,690.22 JAN/21/2008/MON 10:11 AM ROADWAY SPECIALTIES FAX No. 5122806066 ROADWAY SPECIALTIES, INC.. P.O. BOX 90309, AUSTIN', TEAS 78709 512280-6666 PHONE 512-280-6066 FAX CERTIFIED DBE/HUB P. 001/002 too 115 PROPOSAL Project: Raw Water Delivery System - Pipeline For: City of Round Rock, Texas Bid Date: Proposal No.: January 22, 2008 We propose to furnish all labor, materials, equipment and supervision to perform the following scope of work, per plans and specifications, on the above referenced project. 010839P Item Bid Item Description Unit Bid Quantity Unit • Price Amount 5 Erosion & Sedimentation Control. . 5.1 Silt Fence Installation LF • 12,550.00 1.65 20,707.50 5.2 Silt Fence Removal LF 12,550.00 0.40 5,020.00 5.3 Rock Berm - 18" - Install LF 250.00 18.50 4,625.00 . 5.4 Rock Berm - 18" - Remove LF 250.00 • 9.00 2,250.00 5.5 Constriction Entrance (COA) Install EA. 13.00 800.00 10,400.00 • 5.6 Construction Entrance (OA) Remove EA 13.00 400.00 5,200.00 6 Tree Protection -Chain Link -Install . LF 15,500.00 1.80 27,900.00 6 Tree Protection -Chain Link -Remove LF 15,500.00 0.15 2,325.00 _ 7 Orange Plastic Mesh Fence Install 12 11,300.00 1.35 15,255.00 7 Orange Plastic Mesh Pence Remove 12 11,300.00 0.15 1,695.00 27 Chain Link Fence (6') Remove & Replace LF 293.00 pending 28 Barbed Wire Fence (4') Remove/Replace LF . 636.00 pending . • •29 Remove & Replace Ornamental Iron Fence 12. .160.00 pending '32 Hydroseed US.Army Corp Seed Mix. SY 75,239.00 0.37 27,838.43 32 Alt. Hydroseed Buffalo Seed (lawns & facilities) SY as required 0.25 ` 33 Hydroseed Specified Native Grass Mix SY 67,000.00 0.39 26,130.00 '34 . _ Erosion Control Mat (Class 1, Type A) SY 2,170.00 1.50 3,255.00 TOTAL AMOUNT OF BASE BID: _ $152,600.93 If additional information is needed, please feel free to contact us at (512) 280-6666. Sincerely, �. Sta Estimator PL ASE NOTE: * All quantities are estimates - payment will be based on field measurement: * . If bond is needed add 2.50% to total and place in mobilization. • * Locating underground utilities shall be the responsibility of the.General Contractor. * • Seeding items are based on a one acre minimum per move -in, or a $150.00 mobilization will apply. * General Contractor to provide water source for seeding application. * Soil retention blanket items are based on a $500.00 minimum per move -in, if not performed with seeding. JAN/21/2008/MON 10:11 AM ROADWAY SPECIALTIES FAX No. 5122806066 P. 002/002 ROADWAY SPECIALTIES, INC. P.O. BOX 90309, AUSTIN, 'TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX C; I ItTYFIED DBE/HUB 1 PROPOSAL Project: Raw Water Delivery System - Pipeline For: City of Round Rock, Texas Bid Date: Proposal No.: January 22, 200S PLEASE NOTES, CONTINUED: * : Rode berms and construction entrance items are based on a $800.00 minimum per move -in. * Silt fence, orange fence & tree protection items are based on a $500.00 minimum per move -in if not performed at one/same move -in with other scopes of work * Unit prices quoted above are valid for thirty days. EXCLUSIONS: * All maintenance of erosion control items, unless paid for on'an hourly or lineal foot basis. * All Bearing. If Bearing becomes necessary it will be billed at $0.50 per lineal foot. * All mowing and/or litter pickup, unless paid far an an hourly basis. ' * All topsoil/compost. * All watering. * All subgrade & topsoil preparation. * All temporary mulching. If required, please contact us for kquotatioa.' * All lane closures. * , All truck mounted attenuators. * All excavation. * All gates for orange plastic fencing areas. If required, please contact us for a quotation. * All grounding, electrical and/or solar for fence items. * All water gaps for fence. If required, contact us for a quotation. Accepted by: • Date: 010839P ROADWAY SPECIALTIES, INC. P.O. BOX 90309, AUSTIN, TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX CERTIFIED DBE/HUB REVISED PROPOSAL Project: Raw Water Delivery System - Pipeline For: City of Round Rock, Texas Bid Date: Revised: January 22, 2008 4/30/2008 Proposal No.: 010839P -Revised We propose to furnish all labor, materials, equipment and supervision to perform the following scope of work, per plans and specifications, on the above referenced project?CPlease make note of pricing revisions due to revised seed recipe and current material rices.k- Item Bid Item Description Unit Bid Quantity Unit Price Amount 5 Erosion & Sedimentation Control 5.1 Silt Fence Installation LF 12,550.00 1.85 23,217.50 5.2 Silt Fence Removal LF 12,550.00 0.40 5,020.00 5.3 Rock Berm - 18" - Install LF 250.00 18.50 4,625.00 5.4 Rock Berm - 18" - Remove LF 250.00 9.00 2,250.00 5.5 Construction Entrance (COA) Install EA 13.00 800.00 10,400.00 5.6 Construction Entrance (COA) Remove EA 13.00 400.00 5,200.00 6 Tree Protection -Chain Link -Install LF 15,500.00 1.95 30,225.00 6 Tree Protection -Chain Link -Remove LF 15,500.00 0.15 2,325.00 7 Orange Plastic Mesh Fence Install LF 11,300.00 1.50 16,950.00 7 Orange Plastic Mesh Fence Remove LF 11,300.00 0.15 1,695.00 27 Chain Link Fence (6') Remove & Replace LF 293.00 11.50 3,369.50 reusing all existing materials 27 -Alt Chain Link Fence (6') Remove & Replace LF 293.00 21.50 using all NEW materials. 28 Barbed Wire Fence (4') Remove/Replace LF 636.00 9.60 6,105.60 29 Remove & Replace Ornamental Iron Fence LF 160.00 23.00 3,680.00 29 Alt1 Remy & Replc Iron Fence w/all new material LF 160.00 50.00 29-Ait2 Re -build rock columns @ iron fence EA 745.00 32 Hydroseed Revised USAC Seed Mix SY 96;350.00 0.61 58, 773.50 32 Alt Hydroseed Buffalo Seed (lawns & facilities) SY as required 0.25 33 Hydroseed Specified Native Grass Mix SY 45,889.00 0.42 19,273.38 34 Erosion Control Mat (Gass 1, Type A) SY 2,170.00 1.50 3,255.00 TOTAL AMOUNT OF BASE BID: $196,364.48 If additional information is needed, please feel free to contact us at (512) 280-6666. ROADWAY SPECIALTIES, INC. P.O. BOX 90309, AUSTIN, TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX CERTIFIED DBE/HUB PROPOSAL Project: Raw Water Delivery System - Pipeline Fon City of Round Rock, Texas PLEASE NOTE: All quantities are estimates - payment will be based on field measurement. * If bond is needed add 2.50% to total and place in mobilization. * Locating underground utilities shall be the responsibility of the General Contractor. * Seeding items are based on a one acre minimum per move -in, or a $150.00 mobilization will apply. * General Contractor to provide water source for seeding application. * Soil retention blanket items are based on a $500.00 minimum per move -in, if not performed with seeding. * Rock berms and construction entrance items are based on a $800.00 minimum per move -in. * Silt fence, orange fence & tree protection items are based on a $500.00 minimum per move -in if not performed at one/same move -in with other scopes of work. * Chain link fence item pricing reflects remove & replacement of gates, reusing existing materials. If new gates are required, additional charges will apply. * Ornamental iron fence currently exists installed between rock columns, therefore the alternate bid items. If the replacement of the ornamental fence is to occur at a new location, the coulmns will have to be demolished and rebuilt. * Unit prices quoted above are valid for thirty days. EXCLUSIONS: * All maintenance of erosion control items, unless paid for on an hourly or lineal foot basis. * All clearing. If clearing becomes necessary it will be billed at $0.50 per lineal foot. * All mowing and/or litter pickup, unless paid for on an hourly basis. * All topsoil/compost. * All watering. * All subgrade & topsoil preparation. * All temporary mulching. If required, please contact us for a quotation. * All lane closures. * All truck mounted attenuators. * All excavation. * All gates for orange plastic fencing areas. If required, please contact us for a quotation. * All grounding, electrical and/or solar for fence items. * All water gaps for fence. If required, contact us for a quotation. Accepted by: Date: Bid Date: Proposal No.: January 22, 2008 010839P Il'N11I \I SEEDING RATES FOR I)ISTL.'RBED AREAS ( UPLAND SITE) �nrtrt}n Nain Variety Lbs. Pure Live Seed Acre I ink. Biue aero Native Texas ill.O lndiamgras'•. 1.,,rneta b.fr Buffalogras.* * lop (un 15.0 Sideoats t irama Haskell 10.0 Ss asv* __ ._._ A -414444-_„t} Big Bluestein isatin or Lail 6.0 sand 1.o\egrass Mason 4 0 Canada 1Isjildr.e Native Texas 2.0 Breen Sprangletop Native Texas 2.0 1 all Dropsecd Native .Texas 2.0 (FLOOD POOL SITE) Little Bluestein Native Texas 30.0 lndiangr ass Lometa 6.0 Butfalograss** `Top Gun 15.0 Sideoats tirarna Haskell 10.0 ` w itchgrass* Alamo 2.0 (.ireen Sprangletop Native Texas 2.0 Tall Dropsecd Native Texas 2.0 Texas Bluebonnet 1= Tree heel Shokrev ( Pink Evening) Primrose Verbena Texas Paintbrush Standing Cypress Lemon Mint Mealy Sage Gay Feather Clasping Coneflower Engelmann Daisy Narrow -leafed Conetlower Purple Prairie Clover Illinois Bundleflco er Notes: (ALL SITES) 5.0 (bulk seed) 10.(1 (bulk seed) [0 (bulk seed) _1.0 (bulk seed) 0.25 (bulk seed) 6.0 (bulk seed) 3.0 (bulk seed) 8.0 (bulk seed) 0.0 (hulk seed) 3.0 (hulk seed) 5.0 (bulk seed) 10.0 (bulk seed) 8.0 (bulk seed) 15.0 (bulk seed) 1. Minimum rates art' given far hydromulch. drill, or broadcast with mulch seeding techniques. Planting with u native grass seed drill is the preferred method of planting I f straight broadcast technique is used, double the rates. Optimum planting dates/Or native species are February 1 - May 15. 2. If soil cover crop is needed, use wheat or oats and wheat combination at the rate of'60 lbs. per acre. Optimum planting dates for cool season annuals is September 1 - November 30. 3. Flower seeding rates are for single species. For mixtures of flower seed sung the rates fur each and divide by the number of species in the mix to derive the total rate, then apply the rate differences for each species as a percentage GARNEY COMPANIES, INC. Change Proposal Request No. 2 (Not a Change Order) Project Name: Raw Water Debnery System - Pipeline Contractor Gamey Companies, Inc. Project Owner. City of Round Rock Address: 1333 N.W. Vivian Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: Engineer x Contractor Attention: The following change in the contract on this project is proposed. - Work shad not commence rads authorized by the Owner. 1. PEC's increase in cost for relocating co dGcting power poles and guy wires (See Attached) $ 1,012.21 Ai work shad be in accordance with the terms, stipulations, and condtions of the original Contract Docxmerds. tf the work herein provided for is Approved by Change Order, the tine of completion will be: ['Increase ['Decrease ['unchanged 0 Days This change will: $ 1,012.21 ['Deduct ONo Change u(zfa Companies, krc. November 21, 2008 Date Camp Dresser & McKee, Inc HRecommend Acceptance Do Not Recommend �,;(1kol By: Wham T. It/ZS-/c'e Date is Action: Accept Not By: e P.E. REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS for Pedernales _. Electric 1 LS $ 7,802.72 $ 7,802.72 36 Addiional Costs Afforded to Gamey (see attached PEC proposal dated April 24, 2008 1 LS $ 880.18 $ 880.18 $ 8,682.90 Net Differential in Cost to Gamey Additional Overhead 7 Mark-Up on Delta Total Additional Cost Associated with CPR 02 $ 880.18 $ 132.03 $ 1,012.21 FAX COVER SHEEI. 1 > —355-x131 (im#Ath. :: .. ` • SAG NUMBER OF PAGES INCLUDING TNS PAGE:- ' . :(P.teaee oath. above phone number!! you do not Amelia alpages) t MMENTS: wilt 4II -he m2/7 1.11••••••••••.•11.11=111 The contend. Otto fa transmittal are confiat. - Phalli CO 1 i33 it racdrold Mirror. 969-3 Z00IZ00d 8ZL-L 9L0E99EZL9 3TI32T3 satUuapad-WO&T 99:i 80,-bZ-170 April 24, 2008 P.D. Box 1625, Bertram, Texas 78605-01625 (512) 355-2131.1-888-554-4732 www pec.coop Mr. Jason Jansen Garvey Construction 1333 NW Vivion Road Kansas City, Mo. 64118-4554 Dear Mr. Jansen: Pedernales Electric Cooperative has received your request to relocate power lines. A cost of $8682.90 has been estimated, and the construction process will begin after payment for this amount is received at our BERTRAM office. If you have any questions, please call PEC Engineering at 1-888-554-4732 or 512-355-2131 Extension 7325. if your payment is not received within 30 days, this request will be canceled. Sincerely, SA& Th€<& � Sandra Taylor District Engineering Coordinator ST:bw C44/3 969-1 Z00/300d 83L -1 9t0E95EZt5 oraloatH saIemapad-WOE 99:Et 80,-t3-60 GARNEY COMPANIES, INC. Change Proposal Request No. 3 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. Project Owner. City of Round Rock Address: 1333 N_W. Vhrion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor Attention: The following change in the contract on this project is proposed. - Work shal not commence u tk authorized by the Owner. 1 Allowance to Native Tree Farm for Instadatiorn of Tree Litigation Pin on Corps Property 2 Alowanoe to Native Tree Farm for Maim of Tree ligation Plan "Ad requirements, responsbities, warranty, and maintenance per this said work shall be the sole responsbidy of the City of Round Rock. S( ,--1-15.E) (Z.94) A-1(77-25=1— AI n177. - AI work shal be in accordance with the terms, stipcdatiors, and conditions of the origin Contract Documents. If the worts herein provided for is Approved by Change Order, the tine of completion w be: ❑Increase ❑Decrease OX Unchanged 0 Days This change will: QAdd $ Deduct DNo Change It �Zs (eC By: Gamey Compranies, Inc. November 21, 2008 Date Camp Dresser & McKee, Inc Recommend Acceptance Do Not Recommend ef:1411°WiNam T. Re • , P.E. Owner's Action: ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 37 Allowance to Native Tree Farm for Installation of Tree Mitigation Plan on CoP.,4D 400 EA $ 250-00 $ 100,000.00 Allowance to Native Tree Farm for Maint of Tree ' ' ation Plan 400 EA $ 50.00 $ 20,000.00 3 120,000.00 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 37 • µ to Native Tree Farm for Installation of Tree Mitigation Plan on Corps - • . 957 EA $ 300.00 $ 287,100.00 Allowance to Native Tree Farm for Maint of • Tree i...- 1 . 957 EA $ 75.00 $ 71,775.00 $ 358,875.00 Net Differential in Cost to Gamey Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 02 $ 238,875.00 $ 4,777.50 $ 243,652.50 Wants &kik, k. Mobile 512 639,3069 3302 Mamie Tr. Fax 512 519 0099 Gooraekowa, Texas 7$625 Home 512 163 3519 Native Tree Farm Prepost Number: 1 Date: September 6, 2007 Proposal Submitted Ta CDM 12357-A Rist- Trace, Suite 210 Austin, TX 78727 BRI Reynolds 512 346-1100 Work To Be Performed At: take Georgetown Project. Lake Manager shall specify site. furnish all the labor necessary for the completion of a professional tree the international Society of Arboriculture. We hereby propose to ail the matariab and perform installation supervised by a certified atheist, =mimed by WORK DESCRIPTION: Magni Resear es Mitigation Pea Requbed C�eosatory Mitigation for City o of hapreveme* One, Intake Nectriad Rock On -Site Water and >en- "i JVI, 4A-4iN X" Red Oak, Tex Redbird, Madcap Plans, Fame Leaf Sumac, to meet required mitigation rade. Weedy Species repaexseat, but net i ter t Live Mics, Bur Oak, Chinks* Oak, Tex Ash, Tel * R. Leaf Dogwood, and Mellon Buckeye. * Quanfities effvarieties wN be did by Corp of Eugioear representative if S00. OP The per unit Pico incudes installation, kr onor. by the Corps. The 3 pea t, rock sharp's, 'impactions, featilizatioal, deer proofing, maintenance per unit price h, SO to be paid quarterly. op to be performed n accordance with NA.S.1. specifications as ,completion draws for materials cm of ' ` tr+Oeedeoffset any retainapp proposed. Any extra costs, mines executed only upon writes edeas, and will agreements nus upon strikes, accidents or delays beyond insurance upon above work. Workman's Compensation and Native Tree Fagan. and guarantee survival sate set year Ali work is guaranteed to be ala specified and the above work later), to be made (Total sun to be damned with payments We the Enos hand will be requested. consider price alienation or deviation from above specifications involving become as cant charge over the above the estimate. All our control. Owner to cany fins, tornado and ether accessing Public Warty lasurance on above work to be coed by: Respectfidiy submitted **Note — This proposal may be withdrawn by us if not accepted within 90 days. The above prices, specifications, and conditions be Acceptance of Proposal ant satisfactory and we hereby accepted. You aro authorized to dot) above. work as specified. Payment will made as outlined Accepad Signature Daae Signature a• Oat NATURAL RESOURCES MITIGATION PLAN City of Round Rock 54 -inch Water Pipeline Lake Georgetown January 2008 A. Introduction. The Qty of Round Rock is proposing to construct a 54' water pipeline on Federal property at Lae Georgetmen. The stromas wil be placed within an additional 0.795 sone in three bads rimed by the City lig this project The Qty has developed a plan to see woodland vapaIabn, partici** Kve oak tees, where possible However. the proposed conebuation will sin remove approximately 3.18 acres of woodland that le prtarnrrbr Ache juniper with some Um Oak. ki addirom the try owes - 3 bees forth. lase 010.01 acre of V eecomer removed during the prior project icor melte water Ink intake and *Wad NnproMements between the endelbg Intake and the electrical contra fadRy. a Required Connpenaplory fin- To adpete for the loss dimes and other vegetation the city of Round Rods son be required to periform the L Woody Spades Replacement. a. ASSSa W rat n. For the loss of 3.18 acne often cover the City win be required lase On 15.90 acme at the rate of 40 trees par we f954 trews). Tido planing Mlowaddreoult in * compensatory naligation ratio Ott Sive aces motored andlor tlaproved far every sae bet). b. Weary sem. Tines to be planted shell be ntasery stock with a minimum Siem diameter cI 2 behead a point 8 inches MOW ground. Species to be planted tell be primai9y a nubdias dim oak Texas red oak, Ohba* oak bar odk, cedar elm. Tiros ash. Other tress and merles, such as usanso, Madam plum, Testis red bud and elbow bush. may be itdudsdfor diversity. The Georodown Latae Manager wit approve the Red pleading illi. Thr bee conteinerelbdis will be Noe at Johnson grass, y51I nulled. and Sennide grew If these species are found within area immediately sur oundk thetoes ball. the be responsible for � d the contaminated NI and replacement with dean, weed fres sae. c. Planting Imam Tim phtr0ing location wit be 15.91 +1- acres located' damisinim of Ike Noses Sin 0Abtlsl Clam. Georgetown Lake Managerdmittemlaha rope specillo phobia site. d PIamting season. Trees shall be planted prior to or concurrent wsh construction ashes daring the esrusst possible planers; season 9r°!nears.° Swvlvoti ro• of planted trees resat be 100% v N in the arid of alai wake This anted rats is argi*ad regardless tithe MOMfatten rq ►, is suvivai rage is tower than 80%, additional plantings ell be required at the end of each growing season during the times -year period In order to bring the survival rete b 80%. f.instalidion will include tree trunk protection on each tree to protect from damage by dear to meet the satisfaction of the Georgetown Lake Mir. g.� ice. krigation and ;ridding of ail pled trees is required for the throe - year pdod eWhen planned, a water retention levee approximately three feet in diameter oorastrucled armaid each tree. The arae whin the levee eat be makdained with a nit mum of 4` mulch at d times. The site of the mulch will be equal to comm erciaNy meddle harden mulch as sold by mends* Wailleet Home me Depot. Lam. eta. Course ergs from wood dippers or hydroaxesw0 not be accepted, and shay be iced tie Cayes expense. A �n system may be eddled � is ragtdned. The the g� miring pr�easKtiriaed 3' water line owned by h. Weedoordnot unison Arae and olhergraeses and weeds around the root ball and kitrare tonnes dull be kept controlled with iterbicids at aft tines dud% the 3- �stenwice pettod. 'tweed control doss not meet the sallsbolion oft he Lake • Are Lm Manager may contract for or Mends* perforin woad control and die Ohs GIy fir the coot b perforin the conkat. L l ie tecensrendadtkatirse Instalkdork flee an d falsettos agelarn fiesusplacement aresarandepayinent lame on the Cly's a permanent r Since a s a ennourt of ground from choose to plot 4 awes sib 240 anlisn system d � large area, the aly S� may 11M Cly has meshed a Iowbid eif$25O t b a cantr per ridlipafforr fund. The Lake Manager hes accepted this � eter � and partroemWrrberranos. be paid (717 freer X 1300 pertree 12151 otestabhiefdng die value of nri to Cr) J U S. Government Prope 0 o r P 47, • L J =Q ai+` c co a c oao ai E c m N E =a= -a 8 go C0 x ° N m > • o Eco c vo — a ccw ._ oo m m O m Z • « c O C 0 (n> OD a7 m y a) (C o Q R E c E0. cnc 76-�o`� <1)?. r- N a) C T cU WOa� mU)QQ a'U` GifinnrnevirsrieserteevY WORT FORM OF SUBCONTOAcr SUBCONTRACT NO: 12903-70046S1 This contract is made this 4* day of November, 2008, by and between GARNET COMPANIES, INC., 1333 NW VIVION ROAD, KANSAS CITY, MO 64118 ("Coaseam") and [NATIVE TREE FARM. 3302 Primose Trail, Georgetown. TX 78628] for work on [CITY OF ROUND ROCK RAW WATER DELIVERY SYSTEM - PIPELINE]. SECTION 1. THE WORK, 1.1. Subcontractor shall furnish all the Wear, m*aals, woks. orloilmileat equipmentand facilities to PoNform the following work in sccotdsmee with the Contract Documents identified bdowITREE MITIGATION] This said work shall be bound by the requirements set forth in the "Natural Resources Mitigation Plan" attachment. Subcontractor is expected to work directly with City of Round Rock throughout the duration of this Subcontract and through final acceptance after close of the 3 year maintenance period. 12. If Strbansbador deems that amp► nate any candid= is emtat3s orey. unsabbie or di ors from good construction woke, it shah slop wade and give ptvmpt written ootificedon ofhe condition to Contractor before proceeding with briber wort. IECi1Ot4 2. PAYMENT. Contractor agneas to pay Subcontrador for said work and everything regtared in and by the Subcontract the sunt of [THREE HUNDRED FIFTY EIGHT THOUSAND EIGHT HUNDRED SEVENTY FIVE DOLLARS AND ZERO CENTS] (S358,875.00). Payment will be made based on path of completion and subject to retainage as provided for in the Contrast Documents. No mused shall be due until Subcontractor provides lien/claim waivers on the formas ante died as Attachments "A-1" and "A-2," fully executed by Subcontractor and ks lower tier subcontractors and suppliers. Contractor shell have the right to withhold payment from Subcontractor suds seams which Contractor deter nba ere reasonably necessary to protect Contractor from cost or expecte ass omit of any default by Subcontractor ofhs obligations hereunder. This Subcontract shall be by all intents a Unit Price Subcontract as in below Spreadsheet. COW of Round Rock Raw Water Weary Spawn Pipeline 21103440.868 Oviclotellon amt UM PM' liMisi t1011 Allowance b NNW True fines brNafdhiom o(Tiee Meson Plan on Cops Proper* 957 EA $300.00 $267.100.00 Tine Fenn for S Your abielaeetnoe oITroe 957 EA i75.00 S T1.T7500 Album's*, InNein anPlan ( 00 purees par am) ��u 04thNOM fin 3. SCHEDULE OF WORK, TIME IS OP THE ESSENCE for the work required by this Subcontract. Subcontractor shell begin work tinea time to time on the Project as the Schedule for the Preject requires and shall carry the same forward as necessary to meet that Schedule. [Work shall bititate as immediate as possible such to capitalize on the peak growing season.] s 4 WAIIIRAPITY, Subcontractor unconditionally vomits that all labor, mde ial and services employed and famished by it pig will be of Orsi daps Vtwlihy and San from defects and as fir required by the Contract Documents. Subcontractor egrets to prosody moot any and aN deka; in in work at its own cost. See "Natural Resources Mitigation Pian" attaclunent dated January 2008. S INDEMNITY. To the Idlest excess permitted by law, Subcontractor ogees to lndenmih, defendand favid foamless Viand Owner from and whist (1) ad8claim causes of action and cognises adder; at of Wray to (melodies dem d) any 2903-70MSNAl1VE r*EEFARMt pend ns a damage to popatr alleged to have been caused in whole or in part by any sat or omission of Subcontractor, its agents, employees, lowlier sabconnedors, supplimssr iota; or mowing out of err beddemsl, dieec'dy a i becdy, to the pdetawsae of the Subcontract taganlless dhow such iola % dents or dame. be caused, and (ii) al c1 dws, choses auction and expenses caned ie► any act oromission (whether or not seglijsst)oflaboont gator, is agents„ employees, lower tiersebooaaactois„ suppling orinvitees, b the poaeoati'ndee Sabo*abamt iaboo*1AotiMl OW all sults boo* Nast Contactor and/orOmicron soomaitofway such dans of liability, shall pay any settlements made orjudisnents tendered with tamped dumb, and shall reimburse and Wenn* Oonttacimr for an etyma, includes court coats and attaasyt kw beamed by Contractor. Subooahactor has Waded in the Sdmoatestet price dee cost ofp erehming issuance to EMI the obligations of sacdoas, and the ea eat ofd's obiiyatioa to indemnity any third petty for dart th6d panty's own millirem blinked to the policy limits of mach bananas. SECFIOM G. Subooata star some to promo sad carry, at its solo cost. acct completion of this Suboomtaot sad all ptplicabie wormy periods, d byM"8"• SECnom 7. Sabooabsclar sbs8 comply with all federal, sate a load laws, anlinances, rules, and sem as applicable to Saboaaatactorswotk, nod ideum0P and bedd Widest Conbamor on dm account darer rlotstioas*aaot If Suboadranor lilts to perform in a timely sasm ear. Connector any (it atbidon b a8 ober dopa) either demand immediate ens Odes delimit, or terminate dde Sd ooatnact and obtain p ektu race dsombae at Sulbae soasctor's espasm. In *her cam, O*nbat>tiot shall be caudad to nusoup dem Sabooat<aooar ail is loss, cost sad etyma bowed as a malt des dank 14 in time sok ciulon olCbat *tor, art dispute involves Owner or other patty who salts be liable therefore, the parties specifically agrees to eadeaust ai rcahodies swifable ender the Onto* Octastttegit Oar* isseding ashy disputes :nation pocemlirlcs between each ether. If Sabooatmctor seeks to make a dabs„ It shat abide by the chins psscedets b the Contract Donanmeats, slowing sadfcem time for pommeling ilia claim by Contractor. If Subroaatada flee sat(, it sores: to stay such proceeding to slow for any depute rrobndom proms to be oetapleted. The patties yea tot dipoles btsnssthem will be snolwd by dna canes Orbe cony b milli the NOM is located, Wm Contractor madam Sobeardraoter "Muhl tidy dorsi et nodes of s dispute that Cera ndor his darted to poem mbite ti*n soder the Construction Industry Rake ofth, Aanarices Mbitrsdon Association. Pad* aq disputes, Subcoalracbr due continue to peons. Should Cont minor employ awn Wormy le mates s ori► provision old* Sdearabas or to collect domes for admit oft c Soirooa#ad, Sid ombastorsomasbppappr Combas** sada Moneys' Ras, consulted aexpert ties, eupauesand costs cfcsledioa as Contactor may expend:4th aspect taendo. All disputes dm* be governed by the law oftihe sate in which die Palled is located. Ssiaooat acro 's signature and tenni dies doormat as premed, or its esr*m*acam>xht easy of dm mark coveted by this Sabooatbact, imdad or sabmittl of tugaied shop da .Aegh smiler s deolitais, *di 0011101111 13 soospiwmos dal of tams sad condidom Ifthis apeasen is not siped aaad tabooed t Commator within leo (10) dips tithe dame stated dhow, it nag* be deemed voidable at the option ((Contractor. Additions nohow* to Ads Subcontract dna be in writing signed by time porde* beanie. MS AGREEMENT CONTAINS A BINDING ARBITRATION PROVISION MUCH MAY RE ENFORCED BY THE PARTIES. c Name Primed &- Autuozoiteepft. (NATIVE TREE FARM ta,cht- se/(4-q-: Ti„eoto GARNEY COMPANIES, INC. Change Proposal Request No. 4 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor Gamey Companies, Inc. Project Owner. City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: ©Engineer ❑Contractor emion: The following change in the contract on this project is proposed. - Work shall not commence mnence until authorized by the Owner. 1 Reimbursements per Herbicide Application reganikig Lay Down Yard (per 2 motions) "'Gamey will NOT bill Labor per these applications $ 2,643.72 All work shall be in accordance with the !arms, moons, and coed tions of the original Contract Documents. if the work herein provided for is Approved by Change Order, the time of completion wi be: ['Increase ['Decrease ['Unchanged 0 Days This change will: Add $ 2,f'i43.72 BY: Dresser & McKee, Inc Recommend Acceptance Do Not Recommend , nce y: William T. R • , P.E. l//257* Owner'sDate Action: ['Deduct �No Change Accept Not ?. •. (-Lsroe Gamey nies, Inc Date November 21, 2008 BY: IIS 2,C,C REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 1 Material Purchases (see attached) 1 LS $ 350.39 $ 350.39 2 Herbicide 2 Net Differential in Cost to Gamey Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 04 EA $ 974.25 $ 1,948.50 $ 2,298.89 $ 2,298.89 $ 344.83 $ 2,643.72 THE HOME DEPOT 6538 130:3 FIVERY BLVD GEORGETOWN. TX 78626 (512)86b-3682 6538 60006 43031 07/14/08 SALE 11 ,JXMABS 09:03 AM ..1$44; 444.!;$4) 841688001701 H02GAL SPRAY <A� 2W19.92 39.84 070183888917 ROUNE. UP <A> 158.00 030699180004 SISAL ROPE <A= 2410.24 20.48 076174334258 TAPE MEAS. 'A.. 7.96 731919050830 GLOVES <A.. 302.97 8.91 099713911543 4 FI U POST <A- 30®2.95 88.50 U[3T0TAL 323.69 SALES TAX 26.70 TOTAL $350.39 XXXXXXXXxXXX9443 hOME DEPO( 350 39 AUTH CODE 014317/5066939 TA P.0.#1JOB NAME: 2S03 GARNEY COMPANIES INC .JANSEN J )1(o_.--160 -48 \ 61538,11111111111,11111,1111, RETURN POLICY DEFINITIONS POLICY ID DAYS POLICY EXPIRES ON A 1 90 10/12/2008 THE HOME DEPOT RESERVES THE RIGHT TO LIMIT / DENY RETURNS. PLEASE SEE THE RETURN POLICY SIGN IN STORES FOR DETAILS. NEED IT INSTALLED? 1-800-HOMEDEPOT WWW.HOMEDEPOT.COM/INSTALL 1 3 ;.t4: _ • 7 •>g- -4^ u_ i f(� t L. iy tt . X r,:. .1' t=3 :i' • *,(•t t t71_ y�j f ifs /. i. V ♦L.Cy3 T. '' :-r ':, , . S- y it • •.,, i yt 3l t is ;..f. . 'E. - .i .r fir r £ mss: ti, •J y..• �. fr 4 • w . =' :�j�,. : .ri.; t • • "i` . •)4 1 a �•,9 '-�... f!A Ari ,•:-:i '"'s i .r.;: -: Si ' %` 4' r. :• i:'• A'•i .' '� i*3 .Yr' .... - r ¢?�i �i . iii: aJ:0 S h,{ \ • �{ • x •/YZ,r A. .' - • }f,:.: -4 A ;ate u'' 'i!, t.. tyy `{may 'i �•V •gyp I 0 ; 0 1 1 1 i i 1 1 1 1 I 1 1 1 1 1 1 1 1 1 i 1 I 1 1 1 111 I I 0 0 I I Z0/Z0 3Eicid N332JJfkl1 86G688£Zt9t e u .4 ac 4- a a 68:ca 888Z/6Z/8t t k 1 0 0 NI g i€ 1 s 1 T 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 u �a� 1 wit Itt,t. L?Jiti 11!I ! I Al a WCd COMI 7O) D 3 z Ox l 0 •• W iti > >- o, %Ir 0 Z > +-.-e-e u 1: V< V? G Y V0 1 Ct) ifi :t7 m o RTMW 1'»? <Wtr ,O0t) 0 r"j clti 0 !Vi 3 1 5(D 3Z -O o 3(I 0 - #•-0.f-iL lr 1 10/29/2008 03:39 15123880798 TRUGREEN PAGE 01/02 TiLJGIEEN Companies- PACSIMILE TRANSMITTAL SHEET TO: TieGteen PAR Alb .hob . P NUIOBR: TOTAL OPPASSERS/M=4HG COM WORN PAIL M1 512.338498 =8: # est.: -43 - Ws- spumminamenumift 512408-3726 0 TO BE PAID 0 FOR =vow 0 PLEASE co 'r 0 PLEASE REPLY 0 MASS RECYCLE DACW63-3-08-0615 DEPARTMENT OF THE ARMY LICENSE LAKE GEORGETOWN WILLIAMSON COUNTY, TEXAS THE SECRETARY OF THE ARMY, hereinafter referred to as the Secretary, acting under his general administrative powers, hereby grants to the City of Round Rock, 216 Bast Main Street, Round .Rock Texas 78664, hereinafter referred to as the -grantee, a temporary construction license for a.fifty-four inrh water pipeline in an area identified in Exhibit A attadied hereto and made a part hereof, hereinafter referred to as the premises. THIS LICENSE is granted subject to the following conditions. 1. TERM This license is hereby granted fora term of two (2) years, beginning June 1, 2008, and ending May 31, 2010, but revocable at will by the Secretary. 2. CONSIDERATION The consideration for this license shall be the construction, operation, and maintenance of a municipal water pipeline for the benefit of the general public in accordance with the .terms and conditions hereinafter set forth. 3. NOTICES All notices and correspondence to be given pursuant to this license shall be addressed, if to the grantee, to Qty of Round Ito*, 216 Bast Main Street, Round Rock, Texas 78664; and if to the United States, to the District Engineer, Attention: Chief, Real Estate Division, CWF RE -M, P.O. Box 17300, Fort Worth, TX 76102-0300; or as may from time to time otherwise be directed by the parties. Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope addressed as aforesaid, and deposited, postage prepaid, in a post office rely maintained by the United States Postal Service. 4. AUTHORIZED REPRESENTATIVES Except as otherwise specifically provided, any, reference herein to "Secretary", 'District Engineer', or "said officer" shall include their duly authorized representatives. Any reference to "grantee" shall include any duly authorized representatives. 5. SUPERVISION BY THE DISTRICT ENGINEER The use and occupation of the premises shall be subject to the general supervision and approval .of the District Engineer, Fort Worth District hereinafter referred to as said officer, and to such rules and regulations as may be prescribed from time to time by said officer. 6. APPLICABLE LAWS AND REGULATIONS The grantee shall comply with all applicable Federal, state, county and municipal laws, ordinances and regulations wherein the premises are located. 7. CONDITIONAL USE BY GRANTEE The exercise of the privileges herein granted shall be a. Without cost or expense to the United States; b. Subject to the right of the United States to improve, use or maintain the premises. c. Subject to other outgrants of the United States on the premises. d. Personal to the grantee, and this license, or any interest therein, may not be transferred .or assigned. 8. CONDMON OF PREMISES The grantee acknowledges that it has inspected the premises, knows its condition, and understands that the same is granted without any representations or warranties whatsoever and without any obligation on the part of the United States. 9. COST OF UTILITIES The grantee shall pay the cost, as determined by the officer having immediate supervision over the.premises, of producbg and/or supplying any utilities and other services furnished by the Government or through Government-owned facilities for the use of the grantee, neluding the grantee's proportionate share of the cost of operation and maintenance of the Government-owned facilities bywhich such utilities or cervi are produced or supplied. The Government shall be under no obligation to furnish utilities or services. Payment shall be made in the manner prescribed by the officer having :such jurisdiction. 10. PROTECTION OF PROPERTY The grantee shall keep the premises in good order and in a clean, safe condition by and at the expense of the grantee. The grantee shall be responsible for any damage that may be caused to property of the United States by the activities of the grantee under this license, and shall exercise due diligence in the protection of all property located on the premises against fire or .damage from any and all other causes. Any property of the United States damaged or destroyed by the grantee i 13. NON-DISCRIMIIVATION The grantee shall not discrnininate against. any person or persons or exclude them from participation in the grantee's operations, programs or activities because of race, color, religion, sex, age, handicap or national origin in the conduct of operations on the premises. The grantee shall comply with the Americans with Disabilities Act and attendant Americans with Disabilities Act Accessibility Guidelines (ADAAG) published by the Architectural and Transportation Barriers Compliance Board. 14. TERMINATION This license may be terminated by the grantee at any time by giving the District Engineer at least ten (10) days notice in writing provided that no refund by the United States of any consideration previously paid shall be made and provided further, that in the event that said novice is not given at least ten (10) days prior to the rental due date, the gramme shall be required to pay the consideration for the period .shown in the Condition on CONSIDERATION. 15. ENVIRONMENTAL PROTECTION a. Within the limits of their respective legal powers, the parries to this license shall protect the premises against pollution of its air, ground and water. The grantee shall comply with any laws, regulations, conditions, or instructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, state, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is specifically prohibited. Such regulations, conditions, or instructions in effect or premed by said Environmental Protection Agency, or any Federal, state, interstate or local governmental agency are hereby made a condition of this license. The grantee shall not discharge waste or effluent from the premises in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance. b. The grantee will use all reasonable means available to protect the environment and natural resources, and where damage noryetheless occurs from the grantee's activities, the grantee shall be liable to restore the damaged resources. c. The grantee na obtain approval in writing from said officer before any pesticides .or herbicides are applied to the premises. 16. HISTORIC PRESERVATION The grantee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archeological, architectural .or other cultural artifacts, relics, remains or objects of antiquity. In the event such items are discovered on the premises, the grantee shall immediately notify said officer and protect the site and the material from further .disturbance until said officer gives clearance to proceed. 17. DISCLAIMER This license is effective .only insofar as the rights of the United States in the premises are concerned; and the grantee shall obtain any permit or license which may be require by Federal, state, or local statute in connection with the use of the premises: It is understood that the granting of this license does not preclude the necessity of obtaining a Department &the Army pgnnit for activities which involve the discharge of dredge or fill material or the *commit of fixed structures in the waters of the United States, pursuant to the provisions of Section 10 of the Rivers and Harbors Act of 3 March 1899 (33 U.S.C. 403), and Section 404 of the Clean Waters Act (33 U.S.C. 1344). 18. ADDITIONAL CONDITIONS a. 'lire Grantee will be required to keep the temporary patotage areattreated,tokillidl Johnson grass and K.KIR. Moslem on the site, and mow the site* control weeds. Heibiddemath Ireappligilbyacatified applicator. Only a .contact herbicide; not a bail gallant, specifically designed for target species will be used. No .restricted use herbicides wi'li be used. The grantee will submit material safety data sheets on proposed herbicides prior to use, as well as an herbicide application report detailing the formulation, date of application, application rate .and total amount applied following each application. b. Provide a cover over the pipeline in areas above elevation 791.0 National Geodetic Vertical Datum (NGVD) that matches the exist ngladjacent cover. The vegetation selected to replant the easement of the completed water pipeline was chosen to be indigenous to the immediate area, hardy to the type of use and low maintenance. The Grantee will be required to keep the easement area free of secondary Ashe juniper growth and Baccharis neglecta. One late season (right after the first freeze) full right-of-way mowing is recommended. Use afloubidde may be nquired to cowl Baccharis and Johnson pato and should be lid to spot treatment. Fertilizer should not be used. Following routine maintenance .activities that result in soil disturbance a selection of plants from the same seed List should be used following work. If fill at topsoil is needed, it should be free of Bermuda grass, KR. Bluestem, rye grass, Johnson grass and other ectatic gds. 'This g will be held responable for regraving ata ardour plants establidtertass result of its operations and maintenance activities and replang them with native plants. c. Any destruction of or damage to improvements on Government property will require that they be repaired to a condition which is at least os good as pre -construction. d. Provide one set of as-builts of the work prior to contract closeout to the Lake Georgetown Project Office. The assts should be provided such that there will be time to review them and resolve any problems before contract close-out. THIS LICENSE is not subject to Title 10, United States Code, Section 2662, .as amended. IN WITNESS Army, this 1 1- 1,I F, I have heramto set my hand by authority of the Secretary of the day of --77/0"4— ,2008. 'IBIS LICENSE is also executed by the Grantee this , 2008. City of Round Rock CERTIFICATE I,► *fife that I am the *44C -t{ i'Lf of the Qty of Round Rock, named as grantee herein. �/� That • Al L&who signed this license on behalf of the City of Rowed Rock was then aij of the City of Round Rock, and that said license was duly signed for and on behalf of the City of Round Rock by authority of its governing body and is within the scope of its legal powers. • 3) O. ...... .. ... . Date Stere of Certifying Official NOTE: Someone other than the individual who executes the license must complete this certificate. t as 8 it of Roane 1 1 GARNEY COMPANIES, INC. Change Proposal Request No. 5 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor Gamey Companies, Inc. 10b-1 Project Owner: City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 10b-2 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor Pipe, 54" Diameter Steel Pipe, Class 200 with welded restraoied joints ion: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. DescdptIon of the Proposed Change: Add: Deduct: 10b-1 Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints $(4,760.00) 10b-2 Trenct*ig for 54" Pipe $(1,520.00) 11b Pipe, 54" Diameter Steel Pipe, Class 200 with welded restraoied joints $ 8,620.00 12b Jacking or Boring 66' Steel Casing Pipe, .5" thick $ 30,000.00 EXTRA Increase in Material Costs per 66" Casing $ 900.00 EXTRA Additional Overhead & Mark-Up on Delia $ 4,986.00 TOTALS $ 44,506.00 $(6,280.00) All work shall be ni accordance with the terms, stipulations, and conditions of the original Contract Documents. If the wok herein provided for is Approved by Change Order, the fine of compWion will be: Increase ODecrease OUnchanged 0 Days This change will: nMd ['Deduct QNo Change 38,226.00 tt (2S /CO By: Gamey Companies, Inc. November 25, 2008 Date Camp Dresser & McKee, Inc Recommend Acceptance Do Not Recommend ,«« t/A5/P Date Action: Accept Not By: /1 2 5 , o' Date ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 10b-1 Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 12,980 LF $ 238.00 $ 3,089,240.00 10b-2 Trenching For 54" Pipe 12,980 LF $ 76.00 $ 986,480.00 11b Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 204 LF $ 431.00 $ 87,924.00 12b Jacking or Boring 66" Steel Casing Pipe, .5" thick 204 LF $ 1,500.00 $ 306,000.00 $ 4,469,644.00 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 10b-1 Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 12,960 LF $ 238.00 $ 3,084,480.00 10b-2 Trenching For 54" Pipe 12,960 LF $ 76.00 $ 984,960.00 11 b Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 224 LF $ 431.00 $ 96,544.00 12b Jacking or Boring 66" Steel Casing Pipe, .5" thick 224 LF $ 1,500.00 $ 336,000.00 EXTRA Increase in Material Costs per 66" Casing 20 LF $ 45.00 $ 900.00 $ 4,502,884.00 Net Differential in Cost to Garney Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 05 $ 33,240.00 $ 4,986.00 $ 38,226.00 Bryant 4ic Frey Construction, Inc. INVOICE Your Boring Friends 12721 US HWY 290 E Manor, Texas Phone (512) 272-9234 Fax (512) 272-9274 DATE: November 21, 2008 INVOICE # 100-2 Bill To: Gamey Companies Via Email) Continents or Special Instructions: Ship To: City of Round Rock Raw Water Line Subcontract #2903-700-73S SALESPERSON P.O. NUMBER SHIP DATE SHIP VIA F.O.B. POINT TERMS Norman Jason Jansen 1019/2008 S&S Pipe DB Wood Rd 30 Days QUANTITY DESCRIPTION UNIT PRICE AMOUNT 20 Steel Price Increase fro 20" of 66" Steel Encasement $ 45.00 $ 900.00 SUBTOTAL $ 900.00 TAX RATE 0.00% SALES TAX - SHIPPING & HANDUNG TOTAL $ 900.00 Make all checks payable to Bryant & Frey Construction, Inc. If you have any questions conceming this invoice, contact Norman Frey, (512) 845-7885 THANK YOU FOR YOUR BUSINESS! GARNEY COMPANIES, INC. Change Proposal Request No. 6 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor Gamey Companies, Inc. Project Owner. City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Mated By: x Engineer ❑Contractor Attention: The farming change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. 1 Proposal per Relocate of existing 6 -inch gimlet Water approximate to SH 29 (start of project) $ 2,460.92 TOTALS $ 2,460.92 $ All work shall be in accordance with the terms, stipulations, and condddions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of amplehon wN be: I I Increase QDeaease ['Unchanged 0 Days This charge will: ElAdd ['Deduct DNo Chesige $ 2,460.92 1 Z, (zs ( 0 Companies, Inc. November 25, 2008 IIIII Dresser & McKee, Inc Recommend Acceptance Do Not Recommend , aWitham ) // Date Owner's Action: 8 �gx 'GA Eg it g i3 < 7F �id M1T,. Sag SA 00 88 10 0 s» 10 43 RA 88 `88 2 40 In .44 » M»» 7,44 10 0%40 10 Go 000 10 0 NI 04 40 o® 04401 et 10 00 00 10 40 0,000 10 11, 00 01 ttd 40 40 V2 88 s2 w w a 8 8 40411 Of • cc 8 R 1g 8 0,04 8 as 8 40 ax 0 8-8 01 01 n 8 110140 w» 8 8 8 8 8 8 1 1 g 44 8 8 8 k 1 J 4 _8 i& 10 1 Zrg 1 8 8 011.40 w g w 8 8 0 g`g w_ g 8 10 8 8 8 8 0 8 g 8 8 lon $ 40 411 1 1 i QUOTE PRINT ACT/AUSTIN 1400 GRAND AVENUE PRKWY PFLUGERVILLE, TX 78660 512-252-7030 Fax: 51.2--252--7026 Ship -to: CORR CITY OF ROUND ROCK DRAW WATER DELIVERY SYSTEM KEVIN 016-853-1589 GEORGETOWN, TX !REFERENCE 1 NO. 27951? Bill -to: 15460 GARNEY COMPANIES, INC. 1333 N W VIVION ROAD KANSAS CITY, MO 64110 Page 1 1 EXPIRES !SLSP!TERMS !WH !FREIGHT!SHIP VIA ! NONE 1200 !NET 30 DAYS 140 !PREPAID!BEST WAY !QUOTED BY: DHA !QUOTED TO: ITEM! DESCRIPTION !22030500F • ! I106DEC [ ! ORDERED!UM! !6" DI COMPACT MJ 45 BEND !FOREIGN I5" EBAA MEGA -LUG KIT !110SDEC PRICE1UM! EXTENSION! 6.00!EA! 65.500!EA! ! ! 1 ! 8.00!EA! 39.390!EA.1 1 ! 1 ! 1 ! 1 ! ! 1 1 ! 1 ! ! 1 1 1 1 ! 1 1 i 1 ! I 1 1 1 1 1 1 1 1 1 1 1 1 ! 1 I 1 t 1 1 ! 1 ! 1 ! 1 1 ! 1 1 1 ! 1 I 1 1 I i 1 1 1 1 1 ! i ! 1 1 1 1 I 1 ! 1 1 1 1 1 i 1 1 ! 1 1 1 1 1 1 I 1 1 1 1 ! 1 1 1 1 I 1 1 1 1 1 1 ! i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 i ! 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 I 1 1 1 1 1 1 1 -1 1 1 1! 1 1 ! ! 1 1 ! i 1 ! 1 ! 11 ! 1 1 1 1 ! 1 1 1 1 I !MERCHANDISE! MISC! TAX! FREIGHT! TOTAL! 1 WEIGHT 1 ..___-__-----___----___-----_--_-__-- ► ! 257.2 ! 577.12! .00! .00! .00! 577.121 [ 1 _ __ __ -- - -- --- 1 262.00! [ 315.12! 1 GARNEY COMPANIES, INC. Change Proposal Request No. 7 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor Gamey Companies, Inc. $ 7,78220 Project Owner: City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor ttention: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Deacli$trt ofthe Prow ,Change: Add: Deduct 1 Proposal per Installation of 22 each permanent mounted Ladders into Air Release Vaults $ 7,78220 TOTALS $ 7,782.20 $ - All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Increase ['Decrease JUnchanged This change will: 0 Days J Add [Deduct DNo Change 7,78220 CC mp Dresser & McKee, Inc Recommend Acceptance Do Not R:. mend Date Owner's Action: Accept Not Acce Wiliam T. - e .; s, P.E. 1L/a//off; Analyze Price Quotation InuL & t ST cRUG 7ON SUPPLIES CONFIDENTIAL BRANCH CASH ACCOUNT Need Cust name/address/phone GEORGETOWN, TX 78626 ATTN: Jason Account: #: GTTXCASH Quote #: 14807 Job #: Jason PART NO 1131203.439 2I day lead time AH1006 CUST PART Phone: 8883869283 Far Expiration Date: 1/30/09 PO #: ladders <Cust part desc> AH007 21 days lead time <Cunt part desc> AH1008 6 in stock Dallas remainder. 21 days 10532--03696 AH1008 21 days lead time Thank you, FASTENAL 503 Leander Rd #1 GEORGETOWN, TX 78626 Phone: (512)864-9712 6 Fax: (512)868-8405 E-mail txger@stores.fastenal.com FORM - QTO1 DESCRIPTION 6 ftx102" 3001b A1u 10' alum ladder December 1, 2008 PRICE PER OUAMIMTY HUNDRED EXTENDED PRICE 5 6,983.20 349.16 r-= Page 1 2 10,325.00 14 11,459.00 1 11,117.40 206.50 1,604.26 111.17 Shipping & Handling 4.19 USD TOTAL 2,275.28 *Shipping & Handling charges are subject to change. GARNEY COMPANIES, INC. Change Proposal Request No. 8 (Not a Change Order) Project Name: Raw Water Delivery System - ane Contractor. Gamey Companies, Inc. Project Owner: City of Rotaed Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 1. trued By: IDEngineer DContractor Attention: The followkeg change m the contract on this project is proposed. - Work std not commence til authorized by the Owner. Descrip 4ftt* 1 Propo ori per Ree Ai- Release Vault *thin Intake Plant Add: $ 9,625.78 Deduct: TOTALS All work shaft be in accordance with the terms, stOulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Increase DDecase cUnautnged 0 Days This change will: [ Md $ 9,625.78 Deduct ONo Change Commies, Inc. December 1, 2008 Date Camp Dresser & McKee, Inc NRecommend Act • .. Do Not Recommend Mass T. Re I VW/0Date9 Owner's Action: Accept By: .E. $ 9,625.78 $ a JA1 V 288 » 4,» Ai - V E i j ,K 8 888 8 8 F O U a8° 888 es 888 • B 1 » 4,4 411 ut or 4 4,» 4140 » I 0 888 ' • OS 44 IqCS Len OS OS GO 69 Ian ti � Y a • »..,4 4,4 �r# tIgM », 4 1 re 8 115 288 444d.. .+,»4»» 4 •►•8 we se 2 II 1 1 » » » naa 4 4,4 1n a U a 20, k21 »A .r» s Q a sr8 4.4(10 �9F ki a a 8 8 Or Ole R s R za x S. 8 8 ore 44 48 40 OS .4:4 . as F Ai 18 11 if V15 pSi 111 tlif ill ith \s'a 114gif w w al vi + R R !II IP dd, 111 ergs dOtti w'wfw w SRA r�� w w GIS s$$8 MEI www R w w w w 8$88 elf S 4$48 8 :sa RRM-40,r 8814 —R,- a 0001.4 OW. 1102 OS OS .00 g 6 1 Ads a A 1 as 11 88.8. 8 4 e4.4 1 8 12/1/2008 BD ACT PIPE & SUPPLY 1400 GRAND AVENUE PARKWAY PFLUGERVn1E, TEXAS 78664 PHONE: 512-252-7030 FAX: 512-252-7026 Company: GARNEY COMPANIES Contact JASON JANSEN Job Name: CITY OF ROUND ROCK RAW WATER DEUVERY Engineer: Date: City Spec: Material prices are good for order placement within 30 days of bid date.Terms: net 30 days. PVC prices are subject to manufacturer's shipping and availability. PVC pricing and delivery terms are as noted. Prices do not include sales tax. This quotation Is based on Acis ikon of the engineers plans & specifications. PVC PRICING & DELIVERY TERMS: ( STOCK PRICING ) tom. PART NUMBER QTY UNIT ITEM UNIT PRICE TOTAL PRICE 1 N/A 2 ea 12" FLANGED 90 BEND $ 295.00 $ 590.00 2 N/A 1 ea 12" X 19'-0" FLG X FLG SPOOL $ 1,789.20 $ 1,789.20 3 N/A 1 ea 12" X 5'-0" FLG X FLG SPOOL $ 780.00 $ 780.00 4 WA 1 ea C5/C7 VALVE BOX & LID $ 55.00 $ 55.00 5 N/A 1 ea C6 PAVING RING $ 20.00 $ 20.00 6 N/A 6 ea 12' SS304 FLG BOLT KIT $ 110.00 $ 660.00 $ 3,894.20 Page 1 of 1 DATE: December 31, 2008 SUBJECT: City Council Meeting — January 8, 2009 ITEM: 8A1. Consider a resolution authorizing the Mayor to execute Change Order No. 1 to the construction contract with Garney Companies, Inc. for the Raw Water Delivery System — Pipeline Project. Department: Staff Person: Water and Wastewater Utilities Michael Thane, P.E., Director of Utilities Justification: Change Order No. 1 includes the cost of the tree mitigation as required by the United States Army Corp of Engineers (USACE). As part of the restoration efforts to the disturbed USACE property, the USACE has a five to one tree replacement requirement which requires the City to plant 957 trees on USACE property. In addition, the tree mitigation is required by the license requirements imposed by the USACE for a temporary construction easement and consent to place a structure on the USACE flowage easement. This change order also includes providing the same seed mix on easements located along private property as required by the USACE on their properties, relocation of various Pedernales Electric Cooperative (PEC) poles, additional footage for a 66 -inch bore under Cedar Breaks Road, and relocation of an existing 6 -inch Chisholm Trail water line. Funding: Cost: $333,093.55 Source of funds: Capital Project Funds (Self -Financed Utility) Amount % Change Original Contract $7,945,051.72 N/A Change Order No. 1 $333,093.55 4.19 Revised Contract $8,278,145.27 4.19 Outside Resources: Garney Companies, Inc. Background Information: This project is necessary to deliver the full treatment capacity of 52 million gallon per day (mgd) to our water treatment plant (WTP). The 54" and 48" water lines being constructed under this contract are required to replace the aging 1981 30" concrete steel cylinder water line. In combination and under a separate contract, the City's Lake Georgetown Raw Water Intake Structure has been upgraded to deliver a firm capacity of 52 mgd of raw water to our WTP. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS CITY OF ROUND ROCK Date: 12/1/2008 Sheet: 1 of 1 CONTRACT CHANGE ORDER NO. 1 Contract Raw Water Delivery System - Pipeline Owner. City of Round Rock, 221 East Main Street, Round Rock Texas 78664 To: Gamey Construction, 1333 NW Vivion Road, Kansas City, MO 84118 (Contractor) You are hereby requested to comply with the following changes from the Contract Plans and Specifications: ADDED TIME DAYS r.% � :a %$} a%iii �;:r ::� :: i � ;%;{:� j; � {%} �}:%k r �'ri:%i ii:via%i"r % %: i'r'::vs{:;j%•,:%%i �::%'i:%i lav ii: Description of Changes CPR -01 per Seeding CPR -02 per PEC CPR -03 per Tree Mitigation CPR -04 per Hericide Application CPR -05 per 66" Bore Extension at Intake Plant/Cedar Breaks CPR -06 per relocating 6" Chisolm Water Line at Start of Project CPR -07 per Ladders CPR -08 per Relocating Air Release Assembly (Intake Plant) TOTAL: TOTAL: Decrease Increase JUSTIFICATION: 27,690.22 0 1,012.21 0 243,652.50 0 2,643.72 0 38,226.00 0 2,460.92 0 7,782.2 0 9,625.78 0 333,093.55 $ 333,093.55 ORIGINAL CONTRACT AMOUNT: Dollars:$ 7,945,051.72 CONTRACT AMENDMENT (C.A.) AMOUNTS: Dollars:$ 0.00 THIS CHANGE ORDER (C.O.) AMOUNT: Dollars:$ 333,093.55 PREVIOUS CHANGE ORDER AMOUNT: Dollars:$ CHANGE ORDERS TO -DATE AMOUNT: Dollars:$ 333,093.55 TOTAL CONTRACT PLUS C.O.s AND CA Dollars:$ 8,278,145.27 TOTAL PERCENT CHANGE: PERCENT: 4.19% This document 11 become a supp ent to the contract and all provisions will apply hereto: ill , i j' --- Engineer Date: (2/( / structio Contractor Date: o.09 ound Rock Owner Date: fLru,-d-C- Sit C:\Documents and Settings\jjansen\My Documents\Gamey Pipe Projects\2903 - Round Rock\CHANGE ORDERS\Change Order 001 (2008.12.01).As GARNEY COMPANIES, INC. Change Proposal Request No. 1 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor. Garvey Companies, Inc. Project Owner: City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By X Engineer Contractor en on: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. . .. ...,..:. : v: ....:.: •: •: ....:::.. ...q:.::p.;y¢..4!yLL;in::K:.Y.^}}v!•;a•.v::..::::.::.:::: �•::: :::.:::;: •:::: .: ; •; •: q ., v..: , ...x:c>:: x.:,.. ..a....................... ''''';.;. •,."f} vF.. : i ...•V.n}x.....: . .x.:.?r........:.v..x /...:..,........::.:: :.::....:.:.::..}x::x :..:.:..:...?: ..4...:... k...1:v... ........M..::::::: ....::.......... 4:pi: �ytY.M! Y:?xYY. � ...v.. Li JtiY.:L'}�:4}iF:r::::: ;:•.v v�{.� ?.} nC4Y, x...x,... /.. +?{: }:•...,....... .�l'.,v,.:L..r:tUbY'r':. �. .�� wIIG�::,j.'�'(�., }�''�:.... {Y:: w4. J. .»C.+. r: A'✓i:lTi .:?......: :t:.....: .�...:..,::........x•::is:..}:.}::::;:k2..:.}::.•:L..}<4.r..%�,:.ti.:.... ;•:}.. "l:?:J.arii:.,�{� �'��,}�iF:: }x.......:. 'Y<yr. i:} .;3'•,. 1. Change the U.S. Corp of Engineers, Minimum Seeding Rates for Distributed Areas See Attachment 2. Change the stationing for the U.S. Corp of Engineers, Minimum Seeding Rates for Distributed Areas Delete From Sta. 97+80 to Sta. 174+70 Replace with From Sta. 0+00 to Sta. 41+70 and From Sta. 92+00 to Sta. 174+70 °fit _ g -� 1 (� ,)�`7 , /� t/"[ fid T" All work shall be in accordance with the terms, stpulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: ED Increase El Decrease Q Unchanged 0 Days This change will: QX Add $ 27,x'0.00 Deduct By. Garney Co les, In ONo Change April 14, 2008 Date Camp Dresser & McKee, Inc Recommend Acceptance Do Not Recommend Acceptance By William T. Rey .Ids, P.E. 1 IZ/oi/o Date Owner's Action: pAccept Not ccepd Bjr Jeff Bell Date ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS 32 Hydroseeding for Erosion control, U.S. Army Corp of Engineers Seed Mixture and Seeding Rate 75239 _ SY $ 0.37 $ 27,838.43 33 Hydroseeding for Erosion Control, Native Grass Seeding 67000 SY $ 0.39 $ 26,130.00 3 ...."T aG :; .: .. , . t, 142239_ 7 w $ 53,968.43 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS 32 Hydroseeding for Erosion control, U.S. Army Corp of Engineers Seed Mixture and Seeding Rate 96350 SY $ 0.61 $ 58,773.50 33 Hydroseeding for Erosion Control, Native Grass Seeding 45889 SY $ 0.42 $ 19,273.38 ',. -, • 142239 s $ 78,046.88 = Net Differential in Cost to Garvey Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 1 CPR 1 WORKSHEET $ 24,078.45 $ 3,611.77 $ 27,690.22 JAN/21/2008/MON 10:11 AM ROADWAY SPECIALTIES FAX No. 5122806066 ROADWAY SPPCIALTl S, INC.. P.O. BOX 90309, AUSIIN, TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX CERTIFIED DBE/HUB P. 001/002 "lov '11 5 i PROPOSAL Project: Raw Water Delivery System - Pipeline For: City ofRound Rock, Texas Bid Date: Proposal No.: January 22, 2008 We propose to furnish all labor, materials, equipment and supervision to perform the following scope of work, per plans and specifications, on the above referenced project. 010839P Item Bid Item Description Unit Bid Quantity Unit • Price Amount 5 Erosion & Sedimentation Control. 5.1 Silt Fence Installation LF • 12,550.00 1.65 20,707.50 5.2 Silt Fence Removal LF 12,550,00 0.40 5,020.00 5.3 Rock Berm - 18" - Install LF 250.00 18.50 4,625.00 . 5.4 Rock Berm - 18" - Remove LF 250.00 9.00 2,250.00 5.5 Construction Entrance (cOA) Install EA 13.00 800.00 10,400.00 5.6 Construction Entrance (COA) Remove EA 13.00 400.00 5,200.00 6 Tree Protection -Chain Link Install - LF LF 15,500.00 15,500.00, 1.80 0.15 _ 27,900.00 2,325.00 6 Tree Protection -Chain Link -Remove 7 Orange Plastic Mesh,Fence Install LF 11,300.00 1.35 15,255.00 7 Orange Plastic Mesh fence Remove ' LF 11,300.00 0.15 1,695.00_ 27 Chain Link Fence (6') Remove & Replace LF 293.00 pending. 28 Barbed Wire Fence (42Remove/Replace LF . 636.00 pending 29 Remove & Replace Ornamental Iron Fence 13. .160.00 pending. - 32 Hydroseed US Army Corp Seed Mix. SY 75,239.00 0.37 27,838.43 - 32 Alt. Hydroseed Buffalo Seed (lawns & facilities) SY as required 0.25 ` 33 Hydroseed Specified Native Grass Mix SY 67,000.00 0.39 26,130.00 '34_ Erosion Control Mat (Class 1, Type A) SY 2,170.00 1.50 3,255.00 TOTAL AMOUNT OF BASE BID: _ $152,600.93 If additional information is needed, please feel free to contact us at (512) 280-6666. Sincerely, Sta Estimator PLEASE NOTE: All quantities are estimates - payment will be based on field measurement, * If bond is needed add 2.50% to total and place in mobilization. * Locating underground utilities shall be the responsibility of the. General Contractor. " Seeding items are based on a one acre minimum per move -in, or a $150.00 mobilization will apply. * General Contractor to provide water source for seeding application. * Soil retention blanket items are based on a $500.00 minimum per move -in, if not performed with seedin 1 ',JAN/21/2008/MON 10:11 AM ROADWAY SPECIALTIES FAX No, 5122806066 P. 002/002 ROADWAY SPECIAI,TS, INC. P.O. BOX 90309, AUSTIN, TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX Ci RTI I ED DBEIHUB 1 PROPOSAL Project: Raw Water Delivery System - Pipeline For: City of Round Rock, Texas Bid Date: Proposal No.: January 22, x008 PLEASE NOTES, CONTINUED: * Rock berms and construction entrance items are based on a 5800.00 minimum per move -hi. * Silt fence, orange fence & tree protection items are based on a $500.00 minimum per move -in if not performed at one/same move -in with other scopes of work * Unit prices quoted above are valid for thirty days. EXCLUSIONS: * All maintenance of erosion control items, unless paid for on'an hourly or lineal foot basis. * All clearing. If clearing becomes necessary it will be billed at 50.50 per lineal foot. * All mowing and/or litter pickup, unless paid for on an hourly basis. ' * All topsoil/compost. * All watering. * All subgrade & topsoil preparation. * All temporary mulching. If required, please contact us for a„,quotatiou. * All lane closures. All truck mounted attenuators. * All excavation. * All gates for orange plastic fencing areas. If required, please contact us for a quotation. All grounding, electrical and/or solar for fence items. * All water gaps for fence. If required, contact us for a quotation. Accepted by. Date: 0108391' ROADWAY SPECIALTIES, INC. P.O. BOX 90309, AUSTIN, TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX CERTIFIED DBE/HUB REVISED PROPOSAL Project: Raw Water Delivery System - Pipeline For: City of Round Rock, Texas Bid Date: Revised: January 22, 2008 4/30/2008 Proposal No.: 010839P -Revised We propose to furnish all labor, materials, equipment and supervision to perform the following scope of work, per plans and specifications, on the above referenced projectt'Please make note of pricing revisions due to revised seed recipe and current material Item Bid Bid Item Description Unit Bid Quantity Unit Price Amount 5 Erosion & Sedimentation Control 5.1 Silt Fence Installation LF 12,550.00 1.85 23,217.50 5.2 Silt Fence Removal LF 12,550.00 0.40 5,020.00 5.3 Rock Berm - 18" - Install LF 250.00 18.50 4,625.00 5.4 Rock Berm - 18" - Remove LF 250.00 9.00 2,250.00 5.5 Construction Entrance (COA) Install EA 13.00 800.00 10,400.00 5.6 Construction Entrance (COA) Remove EA 13.00 400.00 5,200.00 6 Tree Protection -Chain Link -Install LF 15,500.00 1.95 30,225.00 6 Tree Protection -Chain Link -Remove LF 15,500.00 0.15 2,325.00 7 Orange Plastic Mesh Fence Install LF 11,300.00 1.50 16,950.00 7 Orange Plastic Mesh Fence Remove LF 11,300.00 0.15 1,695.00 27 Chain Link Fence (6') Remove & Replace LF 293.00 11.50 3,369.50 reusing all existing materials 27 -Alt Chain Link Fence (6') Remove & Replace LF 293.00 21.50 using all NEW materials. 28 Barbed Wire Fence (4') Remove/Replace LF 636.00 9.60 6,105.60 29 Remove & Replace Ornamental Iron Fence LF 160.00 23.00 3,680.00 29-Alt1 Remv & Replc Iron Fence w/all new material LF 160.00 50.00 29-A1t2 Re -build rock columns @ iron fence EA 745.00 32 Hydroseed Revised USAC Seed Mix SY 96,350.00 0.61 58, 773.50 32 Alt Hydroseed Buffalo Seed (lawns & facilities) SY as required 0.25 33 Hydroseed Specified Native Grass Mix SY 45,889.00 0.42 19,273.38 34 Erosion Control Mat (Class 1, Type A) SY 2,170.00 1.50 3,255.00 TOTAL AMOUNT OF BASE BID: $196,364.48 If additional information is needed, please feel free to contact us at (512) 280-6666. Sincerely, Stacey Rei Estimator ROADWAY SPECIALTIES, INC. P.O. BOX 90309, AUSTIN, TEXAS 78709 512-280-6666 PHONE 512-280-6066 FAX CERTIFIED DBE/HUB PROPOSAL Project: Raw Water Delivery System - Pipeline For. City of Round Rock, Texas Bid Date: Proposal No.: January 22, 2008 010839P PLEASE NOTE: * All quantities are estimates - payment will be based on field measurement. * If bond is needled add 2.50% to total and place in mobilization. * Locating underground utilities shall be the responsibility of the General Contractor. * Seeding items are based on a one acre minimum per move -in, or a $150.00 mobilization will apply. * General Contractor to provide water source for seeding application. * Soil retention blanket items are based on a $500.00 minimum per move -in, if not performed with seeding. * Rock berms and construction entrance items are based on a $800.00 minimum per move -in. * Silt fence, orange fence & tree protection items are based on a $500.00 minimum per move -in if not performed at one/same move -in with other scopes of work. * Chain link fence item pricing reflects remove & replacement of gates, reusing existing materials. If new gates are required, additional charges will apply. * Ornamental iron fence currently exists installed between rock columns, therefore the alternate bid items. If the replacement of the ornamental fence is to occur at a new location, the coulmns will have to be demolished and rebuilt. * Unit prices quoted above are valid for thirty days. EXCLUSIONS: * All maintenance of erosion control items, unless paid for on an hourly or lineal foot basis. * All clearing. If clearing becomes necessary it will be billed at $0.50 per lineal foot. * All mowing and/or litter pickup, unless paid for on an hourly basis. * All topsoil/compost. * All watering. * All subgrade & topsoil preparation. * All temporary mulching. If required, please contact us for a quotation. * All lane closures. * All truck mounted attenuators. * All excavation. * All gates for orange plastic fencing areas. If required, please contact us for a quotation. * All grounding, electrical and/or solar for fence items. * All water gaps for fence. If required, contact us for a quotation. Accepted by: Date: Note': \11\f \II NI SEEDING RATES FOR DIS I UBI1) 1RFAs 1)1 ANI) I ) .11.1CI\ e\as ' \ Lid \as I e le\its ft s -Jr l'1,1 rut,' Pi ,s• st .! '• ,"I lh. FL I LOOD P001 sl I H ( \ I I sI I F¼;) • htiik ei ihulk H lk ',el d) hulk (hulk hulk (hulk •,‘2,1 hulk \CLii hulk hulk H hulk d hulk cj hulk ,k‘l. 1, (hill. (11/41 /1h f?1 Plailimg. 11 \triligh1 i, i i 10lc, \ 11. Chrii(1):1• 2 11 1,s .11 ihus and' wheat 110 pc/ ir.f.iploinan lutc, - \ovciilticr I('/ 110 cc/is I)‘ ,; r r r, ;, riirt //it// (//7/7/1 1h /i1 chtt,'/C/Irt'`• tr;/'r.',/, /1 tl I r GARNEY COMPANIES, INC. Change Proposal Request No. 2 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. Project Owner. City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: Engineer x Contractor ermon: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Description of the Proposed Change: Add: Deduct: 1. PEC's increase in cost for relocating conflicting power poles and guy wires (See Attached) $ 1,012.21 All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: ['Increase ['Decrease QX Unchanged 0 Days This change will: Add ['Deduct DNo Change $ 1,012.21 By: {ZSit,O s' Companies, Inc. November 21, 2008 Date Camp Dresser & McKee, Inc HRecommend Acceptance Do Not Recommend Acceptance /rdzkAil y: William T. Date Ow =r's Action: Accept Not e ' •s, P.E. ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS 38 Allowance for Pedernales Electric Cooperative, Inc. 1 LS $ 7,802.72 $ 7,802.72 $ 7,802.72 $ 7,802.72 36 Additional Costs Afforded to Garney (see attached PEC proposal dated April 24, 2008) 1 S 7,802.72 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION ORIGINAL QUANTITY UNIT PRICE TOTALS 36 Allowance for Pedernales Electric Cooperative, Inc. 1 LS $ 7,802.72 $ 7,802.72 36 Additional Costs Afforded to Garney (see attached PEC proposal dated April 24, 2008) 1 LS $ 880.18 $ 880.18 f $ 8,682.90 Net Differential in Cost to Gamey Additional Overhead 7 Mark-Up on Delta Total Additional Cost Associated with CPR 02 $ 880.18 $ 132.03 $ 1,012.21 PA'1 IE: = R.70; FAX NIJMSER: COMPANY: FAX COVER SHEET . • TOTAL NUMBER OF PAGES INCLUDING THIS PAGE:-: , :(Pleiee oil the ebove phone number ifyou do not main sly pages ) . COMMENTS: 0 f �1 I( 4/1 vU ((1 -lt�[ 1 ,% The oohs of the 1*1 e$ aL Plcass call1-SI$414473211rec lted Nn error. " 96S-3 300/100d 83L-1 5L0ES EZL5 3r.z13a13 sareuaapad-14pa 9S:EL 80,-47Z-470 April 24, 2008 P.O. Box 1625, ,Bertram, Texas 78605-01625 012)355.2131•1414732 www.pec.coop Mr. Jason Jansen Garney Construction 1333 NW Vivion Road Kansas City, Mo. 64118-4554 Dear Mr. Jansen: Pedernales Electric Cooperative has received your request to relocate power lines. A cost of $8682.90 has been estimated, and the construction process will begin after payment for this amount is received at our BERTRAM office. If you have any questions, please call PEC Engineering at 1-888-554-4732 or 512-355-2131 Extension 7325. If your payment is not received within 30 days, this request will be canceled. i(.64 Sandra Taylor District Engineering Coordinator ST:bw C44/3 96S-3 300/300d 8ZL-1 9t0ESSEZL5 31.11301H satPuiapad-WOH3 9S:EL 80. -t3 -t0 GARNEY COMPANIES, INC. Change Proposal Request No. 3 (Not a Change Order) Project Name: Raw Water Dekvery System - Pipetme Contractor. Gamey Companies, Inc. 16-1f (p p t� Project Owner. City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 2 Allowance to Native Tree Farm for Maint of Tree Mitigation Plan Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor "'All requirements, responsbitities, warranty, and maintenance per this said work shall be the Attention: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Description of the Proposed Change: Add: Deduct: 1 Allowance to Native Tree Farm for Installation of Tree Mitigation Plan on Corps Property 16-1f (p p t� 2 Allowance to Native Tree Farm for Maint of Tree Mitigation Plan "'All requirements, responsbitities, warranty, and maintenance per this said work shall be the S(,"11 SCP— sole responsibility of the City of Round Rock. 3. (► kair_- O (7A) H1/`�7 $D - All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. tf the work herein provided for is Approved by Change Order, the time of completion will be: ['Increase ['Decrease ['Unchanged 0 Days This change will: Qx Add Deduct [iNo Change $ 243,652.50 By: Gare 'y Companies, Inc. ll Zs( C November 21, 2008 Date Camp Dresser & McKee, Inc ERecommend Acceptance Do Not Recommend Acceptance (#6140 William T. Re 's, P.E. (Date`/7r-5 o Owner's Action: Accept Not Accepted By: Date ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 37 Allowance to Native Tree Farm for Installation of Tree Mitigation Plan on Corps Property 400 EA $ 250.00 $ 100,000.00 38 Allowance to Native Tree Farm for Maint of Tree Mitigation Plan 400 EA $ 50.00 $ 20,000.00 $ 120,000.00 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 37 Allowance to Native Tree Farm for Installation of Tree Mitigation Plan on Corps Property 957 EA $ 300.00 $ 287,100.00 38 Allowance to Native Tree Farm for Maint of Tree Mitigation Plan 957 EA $ 75.00 $ 71,775.00 $ 358,875.00 Net Differential in Cost to Gamey Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 02 $ 238,875.00 $ 4,777.50 $ 243,652.50 Wada Sek k.3r. Mali& SIE 630-3069 3302 Manse Tr. Fat Sit 819-0089 Gangettaaa Tams 78628 Home 312 863.3519 Dative Tree Farm Propose Number: 1 Date: September er 6, 2007 Proposal Submitted To CDM 12357-A Riva Trace, Suite 210 Austin, TX 75727 Bill Reynolds 512 346-1100 Work To Be Performed At: Lake Georgetown Project. lake Manager shall specify site. all the labor necessary for the completion of a professional tree the International Society of Arboricuttme. We hereby propose to furnish all the materiels and perform installation supervised y a certified arborist, recogpiaed by WORK DESCRIPTION: Mitisatima Plea Water Lime, intake Electrical Natural Resources Reqeired Compensatory MRiptioa for City of Ro nd Rock Om -Site and r //�� 4 l� 64 Go .� oa� '^'. Red Oak, Tex Rdba(d, Mexican Plans, Flame Leaf Somme, * Woody Species replacement, but not limited to: (o.a. " Ter Ash, T. Live Oakr, Bur Oak, CM Oak, * Rough Leaf Dogwood, sad Monica Buckeye. • true sin 2 inches. of Eugiaeer representative to meet required nsitiption rate. Miming'. caliper * be determined by Corp Quantities evade*, will Tiro per limit price of includes installation, irrigations, survival rale set by the Corps. The 3 year permits, rock charges, inspections, fertilization, deer proofm& maintenance per unit prix t $S0 to be paid quarterly. av Ie.?" to be performed in accordance with NA.S.1. specifications as f ,,: _ �0completion draws for materials on � 4.... . • Mr71t of . ' - abet any retainage proposed. Any extra coats, will be executed only upon written orders, and will agreements contingent upon strikes, accidents or delays beyond insurance above work. Workman's Compensation and and guarantee be the above work Ail work is paraneed to as specified and to be determined later)` with papaws to be made (Total sum We the hand will be requested. consider maintenance prix alternation or deviation frau above specifications involving become an extra charge over the above the estimate. All our control. Owner to cmy line, tornado and oche necessary Public Liability insurance on above work to be carried by: Respectfully submitted by: upon Native Tree Fatnq. **Note — Thisomposal may be withdrawn by us if not accepted within 90 days. Acceptance of Proposal The above prices, specifications, and conditions are satisfactory and are hereby accepted. You are authorized to do t) work as specified. Payment will be made as outlined above. Accepted Signature Date Signature Orr NATURAL RESOURCES INITIGATION PLAN City of Round Rock 544nch Water pipeline Lake Georgetown January 2008 A. Inboductlon. The City of Round Rods is proposing to construct a 54' water pip,One on Federal property at Ulm Oecpetown. The abucthae vel be pieced within an ale tont 0.796 sone in tree tracts reqush d by ire City for this project The qty las developed • plan kr save woodisnd army lore, pertouiarty Ove ask tress, where possible. Hamm, the Proposed construction will Bltf rummy approximately MB acres d woodland that is primarily Ash* juniper wltih some Uva Osk In addition. the City owes - 3 Imes forte los of 0.01 acs oftree-coverrano ed during the prior project for once waiter Ink Malate and decided improvements bakvsen the adding betake and the electrical carves facity. B. Required Campesemlory Mtigston. To shNigsis for the las oftees and other vegetatiorh the City of Round Rock wiY be required to perform the followkiw 1. Woody Species iisplaoanenL a. MMgaton Me. For the lose of 3.16 acre diose cover the Cloy MN be required to piranhas on 16.96 acme at les rub dd0 frees per acre (54 Imes). This ptading rate would maul is a compensatory malas ratio d 6:1(live acme restored andlor improved for every sae lost). b. Nuaay stock. Tans to be planted shall be nursery stock with a niinum Brim disaster of 2 inches ata point 6 Whet abate Grand Species to be planted will be prim ar$y a nthtus of he oak. Teams red oak. OWN* oak, bur oak. cedar elm, Texas ash. Makers and shrubs, such as sumac. Mardcen plum. Tams red bud and elbow bush. may be included for divendty. The Oeorpataim Labe Mragsrwl approve the Ind plating U. The Pee containendmile will be free of Jebeson lams, yell ow rmaredge sad Berawrds Grams. Mlhsse species are found wNbin the tie bel ar area Immediately surrounding the kis bell. the City wile be responsible for excavation d the oartaminated Bot and replacement with clean, weed fine sot c. Plug% Wagon. The palming location will be 15.91 +1. aces located damn* cam dila North San 00111 Gam. Osorpstown Labs %Megadud furnish a amp showing Le spedll denting side. d. Pierer* Beeson. Trees shall be planted prior to or concurrent vat construction activities during the sardsst possible pi ntlrhg sermon pticeemlhrtaough February). e. 8rrviv l and rmpiecame ht. amend rale of planted bees mud be 100% wain six weeks of kMatieten, and SOS at the end of e•de wowing meson for the tree graving seesaw fatioake0 ptaling. Th, euMvd rale is squired regardless tithe meson for bee mortally. Mlle survival rats is lower ten 60%. adkiIionai *dings will be required at the wed of each growing season during the three-year period in order to bring the survival rats to 80%. f. insta'ation wis include tree trunk pro eclbn on each tree to protect from damage by deer to meat the satisfaction of the Gscrpebwn Lake Manager. g. Imigsdof krigation and mdcning of al planted trees is required for the three- year period. Yawn planted, a water mention levee approximately throe feet in diameter shell be cote vdsd around each Vee Ths area within the levee WI be maintained with a minimum of 4' mulch at ate *nes. The akar of the mulch will be equal to commherc icy available garden mulch as sold by nurseries , Home Depot. Lowes. eta Course chippings Wm wood Wpm* at hprpeereswll not be accepted, and del be mimed M Ws �P ���ddrip i�lian system is required Theinigation Vie Ooh. adding prsseuieed 3'wahbrie owned by h. Weed ooaIJ. Johnson grass and ober grasses and weeds around the root WI and irdalisu Wee s hd be kept controlled nth herbidde d al times during the 3 - year maintenance period. tweed amend does not meet the satisfaction albs Lancs Manger, the Lake Menage. may corded for or otherwise perform weed con of and dams the WWI* cost 10 perform the control. L itis mcomme ded*etWe ihsfars1oa, Use and inipation system rt____ nmWe cebeeding and e repbownwd ars separate payment awe on the Cily's cw+kedads de lehdscapirg cones dor. Xtialklyron Alternative. stns a signdcant swami of a pennons* inigalion system over such a brae area, the Cly allemelbely y ► dowse to pied 4 was es teand bethe on fund. The Cly hes received a low bid di250 perbes for itsbellation and $50 per kw The pLa Lake M trees X ahas soos a this price for purposes d the value d mitigation to be i215100). C. Mediedng Reports. The CSI of Round Rods anal appoint a ghrailly assurance repwssalswe b moldierpsrfoamence dike landslips wander for indaing and m this* p kers. The Cay wit funksh the new dthe quay/ assurance Mpresemdlira to the tfsaps4own Lala Mehsgs The Clunk panda a anonlioringfauivival modal the end deach growing seem kr lie •uee+year period. Ths report &kaki be famished tote Georgetown Lake Manager no Iver than Odder 15 of end year. U. S. Govemment Property Line 0 0 = 0 C cC 7 � O rr O 0 • Tv _ Q CO • as • ma - o a ass o a) c CD 1.0 —J =Q WORT FORM OF SUBCOCT SUBCONTRACT NO: 12903-700-86S1 This contract is made this 4* day of November, 200$, by and bctwan GARNEY COMPANIES, INC., 1333 NW VIVJON ROAD, KANSAS CITY, MO 64113 ("CottraGot") and [NATIVE TREE FARM, 3302 Primose Trail, Georgetown. TX 786281 for work an [CITY OF ROUND ROCK RAW WATER DELIVERY SYSTEM - PIPELINE]. SECI1ON 1. TAB WORK. 1.1. Subcontractor shall fend* all the boor, materials, supplies, aqidpnent and facilities to pafbrm the following work in accordance with the Contract Doc mens identified bdvw:,(TREE MITIGATION] This said work shall be bound by the requirements set forth in the "Natural Resources Mitigation Plan" attachment. Subcontractor is expected to work directly with City of Round Rock throughout the duration of this Subcontract and through final acceptance after close of the 3 year maintenance period. L2. If Strboonlractor deems drat say memory y am ities is unatidhdory, unsalable or diEfas from good combustion practice, it shad stop work sad give prompt minam.collation of the condition to (bounder before prooeeRtt. with Sather wale. sFCUott 2. PAYMENT. Contractor specs to pay Subcontractor for stud work and everything required in and by the Subcontract the sum of [THREE HUNDRED FIFTY EIGHT THOUSAND EIGHT HUNDRED SEVENTY FIVE DOLLARS AND ZERO CENTS] (5358,875.00). Payment will be made based an paoattage of compaction and subject to retainage as provided for in the Contract Dominent. No payment shill be due until Subcontractor provides Satldaim waivers on the forms attached as Ateaehmeab "A-1* and MA -2; fully awaited by Subcontractor and its lower tier subcontractors and supplies. Contractor shall have the right to withhold payment from Subcontractor such sums which Contractor determines are reasonably accessary to proscct Contractor from cost or expose as a result of any deft" by Suboottlractar of its obligations bseunder. This Subcontract shall be by all intents a Unit Price Subcontract as in below Spreadsheet. City of Round Rock Rom Wider DsUMMy Spasm lalpolhot 2100-700-8118 Omealelloa C -'U!L Urn 1AMtPike Ston Tran Fenn for teiatsllibon *firm MOW Plan 957 EA $300.00 9167.100.00an Alowmros to Nebo Corps Properly Tall Farm for 3 Visor Yai1aeanoe *Mae 967 EA 375.00 $71.775.00 Allowwtos to Nagrs IlIl action Plan (x-00 paten per y SECTION 3. SCHEDULE OF WORK. TIME IS OF THE ESSENCE for the work required by this Subcontract Subcontractor shall bogie work Sam time to time on the Project as the Schedule ix the Project requites and shall carry the same forward as ear to met dist Schedule. [Work shall inititate as immediate as possible such to capitalize on the peak growing season.] OEC'1'.iON 4. WARRANTY, Subcontractor unconditionally warrants that all labor, metrial and services employed and furnished by it in performing die oak will be of first dam quality and free from defects and as Anther required by die Contract Documents. Subcontractor agrees to promptly correct any and arq defects in its work at its own cost. See ~Natural Resources Mitigation Pian" attachment dated January 2008. SECTION S {NDENIN1TY. To the tidiest extent permitted by law, Subcontractor agrees or Ind nnih, defend and hold harmless Conondor and Owner Seam and against (1) all claims, musts of action and expenses arising out of Way to (manding dead* al) any 2903-7004.3 NATIVE TREE FAM (DIAF 13000 persons Cr damage to property alleged to dare been cad in whole or is pert by any act or omission of Subcontractor, its age. law tier � Asa invitees, or powieg oat dor i tddeabl, directly or ►, b the podium= of the Subcontract bigamy, dads or Stange be caused. and (ii) d dells, awes °fa bion and expenses cod by eery �----, (wilder or set negligent) allaboonkeelor, its 'r s. employees, lower tiers boosascloo, misers orinvitees, la the plasmodia' dtbo Saboastratt. 8sioosilracaorsiW dsised all mho beaeghrtwriest Coalmcearmedlar Owner on moo= afauy such claims of Nobility. shall pay any oselonsents made admires= rrmdad with respect thereto, and shad reimburse and indemnify Caoasrader for all aKpeases. Laud coed erases and ananeye Anis, fined by Cas amen. 8abooaaactor has included in the Saboonaaet pries de Cost dpaehesiag inmaraom b then do oblipdor* otitis section. ad to eateet dSuboontrsosa's obli *1nm to iodemaily any haled party for that dried party's awn maga= is Gdstd b the po8ry limes dash iaoanoa. SECTION b 8aboamraclor aped to peones and arty, at is sole cost, as 11 completion of this Subcontract and d applicable wetaety periods, all idueasee required by Atenedamrt "R". swum 7. Saboonoiaeler shad comply rola all federal, stele or local lora, ordinance% walk mod regidadats es applicable b Saboomradoes meek. d fiddly and !raid eatdese Calandra on tae mooed sissy doblioasiaeo[ 1f8abooatramor hits b dsSabosulraot and obtain peedbrmaaaela *timely suanst, Ossrador dud Mann at addition booms s other ) n& deem! immediate Cars s the doh* add a terminate Awn 3rboontrattor a8 ill loan, Cat a d agleam iaawd s a soak d8s rsolors deAse. Ifla either ark C�f, in r� be added b meow sq dispute involves Owner Cr other part' rola milt be fable dreads% the parties specifcady agrees to edam all remedies adlebie ander to Content Dooa'eats prderb i'edhaing any disputes seolrrtioa proceedings batwsea sneer ether. if 8sbooasra to somas to nomas a dein, it seri abide by tie chime preoadare i ars Combed Doc' me% d1owb sadicked time for preoeauiig dist claim by Contractor. If Subcontractor files alt, k awes to stair such procmediis to allow for may dispute resolution process to be completed. Tee partes fres tat dhpasts Merron them we be rdmed by aha cams of dee candy i *Weft Project is loch, sakes Csabader MEW 8abosabamer wain t by dyes' d eosin of a dimpast lila 0aoriaclsr err Betted to plane srbibaion der the Constraction Industry Rake of the America Ashland= Assodatoa. Pending a ' disputes, Sabooatra or shell condom to prams Should CCatrnctor employ as Mew to esdbeco say p sdakst d tris Saboodsrac* a b.mann deeps for deb* of*, Saaooabad, Sabers eador agrees is pal► C-_' -tar lata a s' thee. aoamilsnt a expert Ara, arrpaaaes and costs of adhesion as Caabactor may expend will aspect Sado. All deputes atoll be uswraad by nae taw eras date in which tee Pact is located. Salcastack "s Ogaden ad sole' ofthis doomed as prowled, arta csmmena mat daay Orden work covered by this Sabo macs, icladieg or abdtstl of melted deep drawings reedier sabmitab, deaf =asthma saapla'ce ofd dist tams ad disclose. nth warmed is not signed d salad to Contractor alliin tea (10) days ate date slated above, it nay be deemed voidable at are *Wan ofCoatractor. Additions adnaps to this Subcontract slaty be in writing sigh by due parties hereto. THIS AGREEMENT CONTAIN$ A BINDING ARBITRATION PROVISION WHICH MAY Di ENFORCED BY THE FAMES. GAMEY SAS. INC. -311.sw k., A) Ng= Primed !NATIVE TREE FARM Visk-1 //v Qat:. N4ismed Ototetileiltikirtcektif"-- rrrte GARNEY COMPANIES, INC. Change Proposal Request No. 4 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. $ 2,643.72 Project Owner. City of Round Rock Address: 1333 N.W. V vion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer ❑Contractor moon: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Description of the Proposed Change: Add: Deduct: 1 Reimbursements per Herbicide Application regarding Lay Down Yard (per 2 applications) $ 2,643.72 **Gamey will NOT bill Labor per these applications All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: LJIncrease ['Decrease ['Unchanged 0 Days This change will: ['Add riDeduct ONo Change $ 23.72 By: Gamey Companies, Inc. November 21, 2008 Date C mp Dresser & McKee, Inc Recommend Acceptance Do Not Recommend Acce • ance Y: Wiliam T. Rey I l//257* Date Owner's Action: Accept Not Acce By: Date , P.E. ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 1 Not Applicable 1 LS $ - $ - 2 Herbicide Application 2 EA $ - $ - $ - REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 1 Material Purchases (see attached) 1 LS $ 350.39 $ 350.39 2 Herbicide Application 2 EA $ 974.25 $ 1,948.50 $ 2,298.89 Net Differential in Cost to Gamey Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 04 $ 2,298.89 $ 344.83 $ 2,643.72 THE HOME DEP-1 658 1301 FIVERY BLVD GEOPI1TOWN, IX 18620 (512)966-1662 SALE 65:18 !OLIO4 41011 37/14/08 11 JXMABS 0:03 AM 841686001701 H920AL SPRAY -A- 2-419.52 67016308391/ RAU OP 0306E/91130004 81A POPE -A- 2510.24 0/6174314259 IME MEAS. <A- 731919050830 GLOVE 3142.97 099713911543 4 Fl 0 P0‘_1 -A- 30@2.95 'AiBIOTAL ALES TAX 101AL XXXXXXXAXXXY9443 L(ME DLPO! NAN CODE 014317/5966939 P.0.1/JOB NAME: 203 GARNEY COMPANIE JAW)EN (IZ ( 39.84 15)8.00 "20.48 9) 39 91 J23,c,9 39 1A 1NIMAIMMIN311.1 65311 06 43031 17/1 /20 9612 RETURN POLICY DEIINII1OW) POLICY ID DAYS 0 LILY EXPIRES UN A 1 00 10/12/2008 THE HOME DEPOT V.ESERVES 100 0111-11 10 LIMIT / DENY RETURNS. PLEASE SEE THE RETURN POLICY SIGN IN STORES FOR DETAILS. NEED II INSTALLEIY 1-800-HOMEDEPOT WWW.HOMEDEFOT.COM,INSTALL _ . 1 1 1 1 II 5. 91 I 5 i F t1 1 1 1 3 1 1 1 1 1 1 1 1 1 1 1 1 11 1 { 4 07 cai Ea 487 ire '0 0 tea: a u r+ f- 0. 0. O CC 1 N 0 ^0. V 03 0 to i1 Z9/Z9 tl N3389f181. 86L988£ZT9T 1 4.1 .4 6E:E9 8992/6Z/91 0• g :1 1 r 1 te: a 1 0 1 Cd E 1 t 1 I r 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 c 1 u f i tE 1 1 1 1 1 1 0 f €!3 3 1 9 I 1 1 1 A1 h fl M 1-- A t� CC 1-- • r i) J ZZ o00 0 I - z• tr Cr q 0 Q JI r CJ W '0 W .+ Fat m w ,X OD W CIX S• o CP 0 • l• at J CV ? t PS's. ` r) Cr in O Et 1 1 L ti z u 1.1 10/29/2008 03:39 1512388879B TEEN PAGE 01/02 TSE TOLIC*034 (companies - "111111111111• FACIMME TI ANSWDrAL SHBET TO PAX Nt) ib. %alp, tlastis PHONE MMS TCIT4U. N0. CP MOS HIQAAI>s G COM Rte. 1tETURN FAX 1�tTf�et 512404798 0 To 8E MID 0 FOR REviXW 0 PLEASE COPMFA4T 0 PLEASE REPLY 0 PLEASE RF,cT z DACW63-3-08-0615 DEPARTMENT OF THE ARMY LICENSE LAKE GEORGETOWN WILLIAMSON COUNTY, TEXAS THE SECRETARY OF THE ARMY, hereinafter referred to as the Secretary, acting under his general administrative powers, hereby grants to the City of Round Rock, 216 East Main Street, Round Rock, Texas 78664, hereinafter referred to as the grantee, a temporary construction license for a fifty-four inch water pipeline in an area identified in Rxhibit A attached hereto and made a part hereof, hereinafter referred to as the premises. THIS LICENSE is granted subject to the following conditions. 1. TERM This license is hereby granted for a term of two (2) years, beginning June 1, 2008, and ending May 31, 2010, but revocable at will by the Secretary. 2. CONSIDERATION The consideration for this license shall be the construction, operation, and maintenance of a municipal water pipeline for the benefit of the general public in accordance with the terms and conditions hereinafter set forth. 3. NOTICES All notices and correspondence to be given pursuant to this license shall be addressed, if to the grantee, to City of Round Rock, 216 East Main Street, Round Rock, Texas 78664; and if to the United States, to the District Engineer, Attention: Chief, Real Estate Division, CFSWF-RE-M, P.O. Box 17300, Fort Worth, TX 76102-0300; or as may from time to time otherwise be directed by the parties. Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope addressed as aforesaid, and deposited, postage prepaid, in a post office regularly maintained by the United States Postal Service. 4. AUTHORIZED REPRESENTATIVES Except as otherwise specifically provided, any reference herein to "Secretary", "District Engineer", or "said officer" shall include their duly authorized representatives. My reference to "grantee" shall include any duly authorized representatives. 5. SUPERVISION BY THE DISTRICT ENGINEER The use and occupation of the premises shall be subject to the general supervision and approval of the District Engineer, Fort Worth District hereinafter referred to as said officer, and to such rules and regulations as may be prescribed from time to time by said officer. 6. APPLICABLE LAWS AND REGULATIONS The grantee shall comply with all applicable Federal, state, county and municipal laws, ordinances and regulations wherein the premises are located. 7. CONDITIONAL USE BY GRANTEE The exercise of the privileges herein granted shall be: a. Without cost or expense to the United States; b. Subject to the right of the United States to improve, use or maintain the premises. c. Subject to other outgrants of the United States on the premises. d. Personal to the grantee, and this license, or any interest therein, may not be transferred or assigned. 8. CONDITION OF PREMISES The grantee acknowledges that it has inspected the premises, knows its condition, and understands that the same is granted without any representations or warranties whatsoever and without any obligation on the part of the United States. 9. COST OF UTILITIES The grantee shall pay the cost, as determined by the officer having immediate supervision over the.premises, of producing and/or supplying any utilities and other services furnished by the Government or through Government-owned facilities for the use of the grantee, including the grantee's proportionate share of the cost of operation and maintenance of the Government-owned facilities by which such utilities or services are produced or supplied. The Govermnent shall be under no obligation to furnish utilities or services. Payment shall be made in the manner prescribed by the officer having such jurisdiction. 10. PROTECTION OF PROPERTY The grantee shall keep the premises in good order and in a clean, safe condition by and at the expense of the grantee. The grantee shall be responsible for any damage that may be caused to property of the United States by the activities of the grantee under this license, and shall exercise due diligence in the protection of all property located on the premises against fire or damage from any and all other causes. Any property of the United States damaged or destroyed by the grantee incident to the exercise of the privileges herein granted shall be promptly repaired or replaced by the grantee to a condition satisfactory to said officer, or at the election of said officer, reimbursement made therefore by the grantee in an amount necessary to restore or replace the property to a condition satisfactory to said officer. 11. INDEMNITY The United States shall not be responsible for damages to property or injuries to persons which may arise from or be incident to the exercise of the privileges herein granted, or for damages to the property of the grantee, or for damages to the property or injuries to the person of the grantee's officers, agents, or employees or others who may be on the premises at their invitation or the invitation of any one of them, and the grantee shall hold the United States harmless from any and all such claims not including damages due to the fault or negligence of the United States or its contractors. 12. RESTORATION On or before the expiration of this license or its termination by the grantee, the grantee shall vacate the premises, remove the property of the grantee, and restore the premises to a condition satisfactory to said officer. If, however, this license is revoked, the grantee shall vacate the premises, remove said property and restore the premises to the aforesaid condition within such time as the District Engineer may designate. In either event, if the grantee shall fail or neglect to remove said property and restore the premises, then, at the option of said officer, -the property shall either become the property of the United States without compensation therefore, or said officer may cause the property to be removed and no claim for damages against the United States or its officers or agents shall be created by or made on account of such removal and restoration work. The grantee shall also pay the United States on demand any sum which may be expended by the United States after the expiration, revocation, or termination of this license in restoring the premises. 13. NON-DISCRIMINATION The grantee shall not discriminate against any person or persons or exclude them from participation in the grantee's operations, programs or activities because of race, color, religion, sex, age, handicap or national origin in the conduct of operations on the premises. The grantee shall comply with the Americans with Disabilities Act and attendant Americans with Disabilities Act Accessibility Guidelines (ADAAG) published by the Architectural and Transportation Barriers Compliance Board. 14. TERMINATION This license may be terminated by the grantee at any time by giving the District Engineer at least ten (10) days notice in writing provided that no refund by the United States of any consideration previously paid shall be made and provided further, that in the event that said notice is not given at least ten (10) days prior to the rental due date, the grantee shall be required to pay the consideration for the period shown in the Condition on CONSIDERATION. 15. ENVIRONMENTAL PROTECTION a. Within the limits of their respective legal powers, the parties to this license shall protect the premises against pollution of its air, ground and water. The grantee shall comply with any laws, regulations, conditions, or instructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, state, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is specifically prohibited. Such regulations, conditions, or instructions in effect or prescrthed by said Environmental Protection Agency, or any Federal, state, interstate or local governmental agency are hereby made a condition of this license. The grantee shall not discharge waste or effluent from the premises in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance. b. The grantee will use all reasonable means available to protect the environment and natural resources, and where damage nonetheless occurs from the grantee's activities, the grantee shall be liable to restore the damaged resources. c. The grantee must obtain approval in writing from said officer before any pesticides or herbicides are applied to the premises. 16. HISTORIC PRESERVATION The grantee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archeological, architectural or other cultural artifacts, relics, remains or objects of antiquity. In the event such items are discovered on the premises, the grantee shall immediately notify said officer and protect the site and the material from further disturbance until said officer gives clearance to proceed. 17. DISCLAIMER This license is effective only insofar as the rights of the United States in the premises are concerned; and the grantee shall obtain any permit or license which may be require by Federal, state, or local statute in connection with the use of the premises: It is understood that the granting of this license does not preclude the necessity of obtaining a Department of-thg Army..psrrnit for activities which involve the discharge of dredge or fill material or the placement of fixod structures in the waters of the United States, pursuant to the provisions of Section 10 of the Rivers and Harbors Act of 3 March 1899 (33 U.S.C. 403), and Section 404 of the Clean Waters Act (33 U.S.C. 1344). 18. ADDITIONAL CONDITIONS a. The grantee will be required to keep the temporary /moorage area treated to kill all Johnson grass and MR. B1rerem on the site, and mow the site to control weeds. Herbicide will be applied by a certified applicator. Only a contact herbicide, not a la sterilant, specifically designed for target species will be used. No restricted use herbicides will be used. The grantee will submit material safety data sheets on proposed herbicides prior to use, as well as an herbicide application report detailing the formulation, date of application, application rate and total amount applied following each application. b. Provide a cover over the pipeline in areas above elevation 791.0 National Geodetic Vertical Datum (NGVD) that matches the existing/adjacent cover. The vegetation selected to replant the easement of the completed water pipeline was chosen to be indigenous to the immediate area, hardy to the type of use and low maintenance. The Grantee will be required to keep the easement area free of secondary Ashe juniper growth and Baccharis neglecta. One late season (right after the first freeze) full right-of-way mowing is recommended. Use of herbicide may be required to control Baccharis and Johnson grass and should be limited to spot treatment Fertilizer should not be used. Following routine maintenance activities that result in sod disturbance a selection of plants from the same seed list should be used following work. If fill or topsoil is needed, it should be free of Bermuda grass, K.R. Bluestem, rye grass, Johnson grass and other exotic grates. The grantee will be held responsible for removing stands of these plants established as a result of its operations and maintenance activities and replacing them with native plants. C. Any destruction of or damage to improvements on Government property will require that they be repaired to a condition which is at least Bs good as pre -construction. d. Provide one set of as -bunts of the work prior to contract closeout to the Lake Georgetown Project Office. The as-builts should be provided such that there will be time to review them and resolve any problems before contract close-out. THIS LICENSE is not subject to Title 10, United States Code, Section 2662, as amended. IN WITNESS WHERg0F, I have hereunto set my hand by authority of the Secretary of the Army, this /?—� day of �— , 2008. THIS LICENSE is also executed by the Grantee this clay of Mai , 2008. City of Round Rock CERTIFICATE I,atiA, Y V Yi 1 t e• ,certify that I am the COI 2,Cee-44 of the City of Round Rock, named as grantee herein. That 3AMerarg • � �'e.• who signed this license on behalf of the City of Round Rock was then aiti of the City of Round Rock, and that said license was duly signed for and on behalf of the City of Round Rock by authority of its governing body and is within the scope of its legal powers. 9• • 5A4“...idtva Date Signature of Certifying Official NOTE: Someone other than the individual who executes the license must complete this certificate. 111 Ws! c1 N O r b GARNEY COMPANIES, INC. Change Proposal Request No. 5 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. 10b-1 Project Owner: City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 10b-2 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained pints erttion: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Description of the Proposed Change: Add: Deduct: 10b-1 Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints $(4,760.00) 10b-2 Trenching for 54" Pipe $(1,520.00) 11 b Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained pints $ 8,620.00 12b Jacking or Boring 66" Steel Casing Pipe, .5" thick $ 30,000.00 EXTRA Increase in Material Costs per 66" Casing $ 90000 EXTRA Additional Overhead & Mark-Up on Delta $ 4,986.00 TOTALS $ 44,506.00 $(6,280.00) All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Increase n Decrease n Unchanged 0 Days This change will: []Add 38,226.00 Camp Dresser & McKee, Inc MRecommend Acceptance Do Not Recommend Acceptance ?J By: William Re olds, P.E. Date Owner's Action: EI Deduct n No Change Accept Not wn vti (t ZS /00 Gamey Companies, Inc. November 25, 2008 Date By: Ilzs,o', Date ORIGINAL QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 10b-1 Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 12,980 LF $ 238.00 $ 3,089,240.00 10b-2 Trenching For 54" Pipe 12,980 LF $ 76.00 $ 986,480.00 11 b Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 204 LF $ 431.00 $ 87,924.00 12b Jacking or Boring 66" Steel Casing Pipe, .5" thick 204 LF $ 1,500.00 $ 306,000.00 EXTRA Increase in Material Costs per 66" Casing 20 LF $ 45.00 $ 4,469,644.00 REVISED QUOTE AND SCOPE COSTS ITEM DESCRIPTION QUANTITY UNIT PRICE TOTALS 10b-1 Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 12,960 LF $ 238.00 $ 3,084,480.00 10b-2 Trenching For 54" Pipe 12,960 LF $ 76.00 $ 984,960.00 11 b Pipe, 54" Diameter Steel Pipe, Class 200 with welded restrained joints 224 LF $ 431.00 $ 96,544.00 12b Jacking or Boring 66" Steel Casing Pipe, .5" thick 224 LF $ 1,500.00 $ 336,000.00 EXTRA Increase in Material Costs per 66" Casing 20 LF $ 45.00 $ 900.00 $ 4,502,884.00 Net Differential in Cost to Garney Additional Overhead & Mark-Up on Delta Total Additional Cost Associated with CPR 05 $ 33,240.00 $ 4,986.00 $ 38,226.00 Bryant do Frey Construction, Inc. INVOICE Your Boring Friends 12721 US HWY 290 E Manor, Texas Phone (512) 272-9234 Fax (512) 272-9274 DATE: November21, 2008 INVOICE # 100-2 Bill To: Gamey Companies (Via Email) Comments or Special Instructions: Ship To: City of Round Rock Raw Water Line Subcontract #2903-700-73S SALESPERSON P.O. NUMBER SHIP DATE SHIP VIA F.O.B. POINT TERMS Norman Jason Jansen 10/9/2008 S&S Pipe DB Wood Rd 30 Days QUANTITY DESCRIPTION UNIT PRICE AMOUNT 20 Steel Price Increase fro 20' of 66" Steel Encasement $ 45.00 $ 900.00 SUBTOTAL $ 900.00 TAX RATE 0.00% SALES TAX - SHIPPING & HANDLING TOTAL $ 900.00 Make all checks payable to Bryant & Frey Construction, Inc. If you have any questions concerning this invoice, contact Norman Frey, (512) 845-7885 THANK YOU FOR YOUR BUSINESS! GARNEY COMPANIES, INC. Change Proposal Request No. 6 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. $ 2,460.92 Project Owner. City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer ■ Contractor Attention: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Description of the Proposed Change: Add: Deduct 1 Proposal per Relocate of existing 6 -inch Chisolm Water approximate to SH -29 (start of project) $ 2,460.92 TOTALS $ 2,480.92 $ - All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the wait herein provided for is Approved by Change Order, the time of completion will be: Increase QDecrease JUnchanged 0 Days This change will: Owners Action: [JAW ['Deduct ONo Change Accept 2,460.92 (� (.7-5( 0'0 Not By: mei Companies, Inc. By: November 25, 2008 Date Date 1, 2C, of 2 a 1 A 8 a ji a. 0 8 8 888 8 8 4r,* 2 lt5 ! 888 .6616. 8 388 8 ,A. xiS 8J-1,3; 6A .1$ art ar, AR4 XelA iA5 1 8 liC dA4 8 rea jda' aTa - • • 6 a &111:3 •Ol 8 et int AS8 a44'. a 1 8 8 8 8 8 as, 14 8 8 8 8 8 8 ijI 8 a a 8 8 A 8 8 8 8 8 8 ea" 1 1 1 8 8 8 if Aa It tz 3 8 a ..: 13 8 8 8 8 3 8 8 Pa: • • 8 8 et 8 8 8 8 8 ww. 8 8 ••• 8 8 Ya. 3 8 3 8 8 8 8 8 8 8 8 4.3 8 8 8 8 8 8 ta 8 8 8 g 8 8 8 3 8 8 8 8 a d 8 1 1 1 1 1 4 A 1 a 1 a 7 a 4 8 1 ACT Pipc & Supply 8 1 NWINNNNN 5 :F 8 0 Ship -to: CORR CITY OF ROUND ROCK RAW WATER DELIVERY KEVIN 816-853-1689 GEORGETOWN, TX QUOTE PRINT ACT/AUSTIN 1400 GRAND AVENUE PRKWY PFLD8ERVIi'LE, TX 78866 512-252-7030 Fax: 512-252-7026 SYSTEM Bill -to: 15480 GARNEY COMPANIES, INC. 1333 N W VIVION ROAD KANSAS CITY, MO 64118 ------------------------------------------------------------------------------ NONE !200 !NET 30 DAYS !/1.0 !PREPAID!BEST WAY !QUOTED BY: DHA !QUOTED TO: ITEM1DESCRIPTION ! OHDEREDIUM! PRICE!UM! EXTENSION! !22D3ObODF !llO6DEC 16" DI COMPACT MJ 45 BEND O15! 4.00!EA! 05'5001EA! 262'00! !FOREIGN !6" EBAA !llD8DEC MEGA -LUG KIT FOR DIP! ! WEIGHT 267'2 1 !MERCHANDISE! MISC! TAX! FREIGHT! ! -------_-------_----------------_ ! 577.12! .DD! .DO! .00! ! TOTAL! 577.12! GARNEY COMPANIES, INC. Change Proposal Request No. 7 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. $ 7,782.20 Project Owner: City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor Attention: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. Description of the Proposed Change: Add: Deduct 1 Proposal per Installation of 22 each permanent mounted Ladders into Air Release Vaults $ 7,782.20 TOTALS $ 7,782.20 $ - All work shall be in accordance with the terms, stipulations, and Camp Dresser & McKee, Inc conditions of the original Contract Documents. If the work herein Recommend Acceptance provided for is Approved by Change Order, the time of completion Do Not Re mend Accepfa�ce will be: / Increase ElDecrease OUnchanged 0 Days 2� ;>ow /(7 - 3y.• William T. eyno s, P.E. ) //0 Date This change will: Owners Action: Add EDeduct []No Change Accept $ 7,782.20 ,- i. Not Acce, ted Gtfiney Companies, Inc. By: Je December 1, 2008 Date Date 5 1 E en as A 7 8 146 8 8 245 4i3 en en 8 obR g8 E en 3 > S ii I 9 Cp4 8 en an ASN en 8 3 en 8 as an g g N an 8 an as 8 en en 8 33 an 8 8 3 1 a 1 3 8 8 8 8 8 3 8 an iE G . iE S 8 8 8 8 8 gzA 8 8 8 8 3 8 2 8 8 8 8 8 8 8 8 8 8 8 8 E E V 1 4,1 e= PP 82 38 lit Ai air" F. -4A 15 c W 111 111 €A= . 1 4 5 8 at.; w 8 8 3 t 0 an 15 211 8 $8 ;8 48 48 ct 8 8 8 8 2 8 8 8 8 Of eigel 14 a 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 3a 8 8 8 8 8 8 8 8 8 8 8 $ AA 8 8 8 8 8 8 8 8 8 8 8i Aa 8 8 8 8 8 8 ate 8 8 8 8 40 8 8 8 41 1 1 1 3 3 a 5 gS 9 3 1 u A 3 5 8 1 8 8 8 an 8 8 8 8 QLD m m 1 8 9 3 1 1 8 4 8 8 8 5 9 8 3 4 8 1 w A 4444444 4 vyikk IVDU TRLL & CONSTRUCTION SZPPuES BRANCH CASH ACCOUNT Need Cust name/address/phone GEORGETOWN, TX 78626 ATTN: Jason Account: #: OTTXCASH Quote #: 14807 Job #: Jason PART NO 11312--01439 21 day lead time AH1006 CUST PART Price Quotation CONFIDENTIAL Phone: 8883869283 Fax: Expiration Date: 1/30/09 PO #: ladders <Cust pant desc> AH007 21 days lead time <Cunt part desa> AH1008 6 in stock Dallas remainder. 21 days 1053203696 AH1008 21 days lead time Thank you, FASTENAL 503 Leander Rd #1 GEORGETOWN, TX 78626 Phone: (512)864-9712 Fax: (512)868-8405 E-mail: txger@stores.fastenal.com FORM- QT01 DESCRIPTION 6 ftx102" 300 lb Alu 10' alum ladder December 1, 2008 PRICE PER OUANTITY HUNDRED EXTENDED PRICE 5 6,983.20 349.16 2 10,325-00 14 11,459.00 1 11,117.40 206.50 1,604.26 111.17 Shipping & handling 4.19 USD TOTAL 2,275.28 *Shipping & Handling charges are subject to change. GARNEY COMPANIES, INC. Change Proposal Request No. 8 (Not a Change Order) Project Name: Raw Water Delivery System - Pipeline Contractor: Gamey Companies, Inc. Project Owner: City of Round Rock Address: 1333 N.W. Vivion Road Kansas City, MO 64118 Address: D.B. Woods Rd and Cedar Breaks Rd Georgetown TX 78628 Initiated By: x Engineer Contractor Attention: The following change in the contract on this project is proposed. - Work shall not commence until authorized by the Owner. 'Description of the Proposed Change: Add: Deduct: 1 Proposal per Relocate Air Release Vault within Intake Plant $ 9,625.78 TOTALS $ 9,625.78 $ All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Increase E Decrease I^l unchanged 0 Days This change will: nAdd ❑Deduct 9,625.78 y: ey Companies, Inc. Camp Dresser & McKee, Inc HRecommend Acceptance Aca Do Not Recommend M 2 By: - William T. Re ILAV0 Date i Owner's Action: No Change Accept Not Accepted\ December 1, 2008 Date Date V V 311 «!,14 8 8 8 8 V V 8 WS V 8 V WO OW V OW V ifg 06A ww. 1A,Ti A— 3 ..„;; iR4 .en V OS V V rel iat 5; 8 V V V O. a V V .51 V SW 8 e°1 811 8 I! 8 8 ex 8 8 8 8 8 0 8 ts 8 8 8 ki 8 8 1 8 8 8 2 0 3 a 8 8 2 8 8 8 ai a ei 4/1 8 '14 8 ci r4 8 y4 8 8 8 8 A 8 A VP 8 8 OW 8 8 8 8 8 8 8 8 8 8 8 8 VW 8 8 8 A8 8 8 8 8 8 8 8 8 8 co 101 z 1 4 4 • 8 8 8 3 8 101 8 8 0 8 F A A A A 2 3 > 8 2 5 1 8 3 12/1/2008 BD ACT PIPE & SUPPLY 1400 GRAND AVENUE PARKWAY PFLUGERVILLE, TEXAS 78664 PHONE: 512-252-7030 FAX: 512-252-7026 Company: GARNEY COMPANIES Contact: JASON JANSEN Job Name: CITY OF ROUND ROCK RAW WATER DELIVERY Engineer: Date: City Spec: Material prices are good for order placement within 30 days of bid date.Terms: net 30 days. PVC prices are subject to manufacturer's shipping and availability. PVC pricing and delivery terms are as noted. Prices do not include sales tax. This quotation is based on ACT's interpretation of the engineers plans & specifications. PVC PRICING & DELIVERY TERMS: ( STOCK PRICING ) NO. PART NUMBER giy, UNIT ITEM UNIT PRICE TOTAL PRICE 1 N/A 2 ea 12" FLANGED 90 BEND $ 295.00 $ 590.00 2 N/A 1 ea 12" X 19'-0" FLG X FLG SPOOL $ 1,789.20 $ 1,789.20 3 N/A 1 ea 12" X 5'-0" FLG X FLG SPOOL $ 780.00 $ 780.00 4 N/A 1 ea C5/C7 VALVE BOX & LID $ 55.00 $ 55.00 5 N/A 1 ea C6 PAVING RING $ 20.00 $ 20.00 6 WA 6 ea 12" SS304 FLG BOLT KIT $ 110.00 $ 660.00 $ 3,894.20 Page 1 of 1