GM-11-12-07-026 Page 1 of 1
® BRUSHY CREEK Contract Quantity Adjustment/Change Order
REGIONAL UTIL AUT ORJ3
M.9/2011.
BCRUA Raw Water Pipeline Phase One -
Project Name: Contract 1
Contractor: 5.J. Louis Construction of Texas, Ltd. Date: 11/14/2011
Change
Order/Quantity
Engineer: Jacobs Engineering Group, Inc. Adjustment No. 8
Justification
SUMMARY Amount %Change
Original Contract Price: $19,371,13819
Previous Quantity Adjustment(s):
This Quantity Adjustment: $0.00
Total Quantity Adjustment(s): $0.00
Total Contract Price with Quantity Adjustment(s): $19,371,138.19
Previous Change Order(s): $268,055.66 1.38%
This Change Order: $29;457.72 0.150/0
Total Change Order(s)To Date:
Original
aty ContractAdjustmePrice Plus 1 .54°!0
Change Order(s) PlusQuanti $19,668,651.57
Original Contract Tune: 730 calendar days (Final)
Contract Time Prior to this Change Order: 794 calendar days (Final)
Contract Time with All Approved Change Orders: 797 calendar days (Final)
Glenn A. Bridges, P.E., Project Engineer
Prepared By:.. Jacobs Engineering Group, Inc. { If —( {
Mil
' Printed Name,Title and Company Date
Contractor /� bravo A•Dickw"ua' !wa • KI014A W'T-'
Approval: r 6.7. WV15 4.KfiXPaJ 4F T: LAP. II (14(ll
Signature Printed Name,Title and Company Date
BCRUA
Approval: Lc
Sin re Printed Name,Tide Date
BCRUA /
Approval: G- K% /2/� A
Signature Printed Name,Title gate
BRUSHY CREEK
,7*
REGIONAL UTILITY AUTHORITY
A Parcr—hip of CoCar Park. Leanaar. and 0.aun4 Rack
CHANGE ORDER No. 8
DATE OF ISSUANCE: 11-14-11 EFFECTIVE DATE:
OWNER: BCRUA
CONTRACTOR: S.J.Louis Construction of Texas,Ltd.
PROJECT: BCRUA Raw Water Pipeline Phase One—Contract 1
ENGINEER: Jacobs Engineering Group,Inc.
The Contractor is hereby directed to make the following changes in the Contract Documents:
1. Add trench drain at Sta. 0.1.00 of the granite gravel trail, per CPR#22 and the response from S.J. Louis,
dated 09-22-11.
ADD$7,886.34
2. Add roadside swale,per CPR#25 and the response from S.J.Louis,dated 10-14-11.
ADD$6,534.20
3. Add refilling of pipeline,per CPR#26 and the response from S.J. Louis, dated 10-25-11.
ADD$9,881.68
4. Add Jonestown signs,per CPR#29 and the response from S.J. Louis,dated 08-26-11.
ADD$4,000.50
5. Add 3 CY concrete to CPR#18,per the response from S.J.Louis,dated 10-26-11.
ADD$ 1,155.00
TOTAL(Items 1 -5) ADD$29,457.72
Project.BCRUA Raw Water Pipeline Phase One Contract ]
Change Order No.8
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIME:
Original Contract Price: Original Contract Times:
Substantial Completion(Days): 630 calendar days
$ 19,371,138.19 Final Completion(Days): 730 calendar days
Substantial Completion(Date): July 10,2011
Final Completion(Date): October 18,2011
Net increase from previous Change Orders Net change from previous Change Orders:
No. 1 through No.7 Substantial Completion(Days): 4 calendar days
Final Completion(Days): -N(A
$268,055.66 Substantial Completion(Date): July 14,2011
Final Completion(Date): October 22,2011
Contract Price prior to this Change Order: Contract Times prior to this Change Order.
Substantial Completion(Days): 634 calendar days
$ 19,639,193.85 Final Completion(Days): 734 calendar days
Substantial Completion(Date): July 1-4,2011 R'
Fatal Completion(Date): October 22,2011
Net increase from this Change Order: Net increase this Change Order: 3 days
Substantial Completion(Days): July 14,2011
$29,457.72 Final Completion(Days): December 24.2011
Contract Price with all approved Change Orders: Contract Times with all approved Change Orders:
Substantial Completion(Days): 634 calendar days to
$19,668,651.57 Final Completion(Days): 797 calendar days
Substantial Completion(Date): Julv 14.2011'
Final Completion(Date): December 24,2011
t Note:Certificate of Substantial Completion established July 8 as date of Substantial Completion.
CHANGE ORDER#8
ITEM I
2705 Bee Cave Road.Suite 300
A,ustm,Texas 78766 U.S.A.
1512.314.3100 Fax 1 512 3141135
October 11,2011
APPROVED
8y Michael F. Thuss,P.E.at 9:10 am,Oct 11,2011
Construction Manager
Brushy Creek Regional Utility Authority(BCRUA) Michael F.Thuss,PE
1906 Hur Industrial BoulevardAll 2011.10.11 09:13:07
Cedar Park,Texas 78613 -05,00,
Re: BCRUA Raw Water Pipeline,Phase One-Contract 1
Change Proposal Request#22
Dear Mr.Thuss:
Enclosed is the response from S.J.Louis Construction of Texas,Ltd. (S.J.Louis), dated
September 22,2011,to CPR#22. Jacobs Engineering Group,Inc. has reviewed the cost
information submitted by SJ:Louis. It is our opinion that the total cost is fair and reasonable
for the added scope of work. If BCRUA accepts this cost proposal,a total of$7,886.34,and
2 additional calendar days,will be incorporated into the next change order.
If you have any questions or need additional information,please call.
Sincerely,
JACOBS ENGINEERING GROUP,INC.
Glenn A.Bridges,P. c
Senior Project Engineer
XC: Jenn Higby,BCRUA
wl enclosures
K:10503UNc suuetionlcontraet1%CP1WCPR#221CPR0221etter1011l1doe
Jacoos Engineering Group Inc
Proposal
Project Name Proposal No. Date
Raw Water Pipeline Phase One-Contract 1 11 9/22/11
Response Required By TransmHted By
Mr. Glenn Bridges,P.E. Samuel D. Montoya
Jacobs Engineering Group,Inc. Project Coordinator
2705 Bee Cave Road,Suite 300 signature
Austin,Texas 78746 .sGt1 ikd A. mowtob6l
Descri Hon of Chan e
This proposal addresses additional costs associated with installation of a trench drain at station 0+00 of the granite
gravel trial as requested by Jacobs Engineering and described in CPR#22(attached).
NOTES:
-All work/materials not specirically described herein are excluded
Breakdown of Proposal
Item Description - Unit 4h• Uniti Total Coat
NEW INSTALLATION OF ADDITIONAL TRENCH DRAIN AS DESCRIBED L$ 1 $ 7,164.40 $ 7,169.40
ABOVE
SUBTOTAL $ 7,169.40
10°%PROFIT S 71694
NET CONTRACT CHANGE $ 7,¢96.34
REQUESTED ADDITIONAL CALENDAR DAYS z
S.J.Louis Construction Action -
xc
Les V.Whitman S.J.Louis Construction of Texas,Ltd.
SUMMARY SHEET-LABOR,EQUIPMENT,MATERIALS
A t3
Hours WorkeO Ram Tlmn tL�rx�I„fit,-;�.:.,1 9.nam Benefit TOTAL
USor RaN oml ToaHous ��+7tri % Amount A+e
ANGELRUFINO CREW JCQNCRETE CR r'i tilts
ANGEL RUFlNO S 54-W 0.0 59 90% 4 S
EOUIP OP 3 2i.00 0.0 4 :J still 45.60% S S
CONC FINISHER s 15.00 0.0 S - { 1 {{ 52.40% S 4
CONC.FINISHER S 15.00 0.0 S - 52.40% S S
C.ONC FINISHER S IEAO 1 1 $ 52.40% is
AKSt4anaper
MenrMont 1 ' S11i
is 55.00 1 1 1 1 1 1 1 1 1 1 1 1 1lPi1s
Profen Manager S 55.00
3 NFII3ifei:^.%I."LiF i1P1 Iltlt m_:tz`E�ft7 N;L+7U 4 .. .HIjjjtHiiI%Ip fl Ui 7 NIffII.1if11UI1 �. 5•: . �"t;.^7Y7;S1S:3vft r rt .l.t::t
HSSSLi^-Y'...IJU'it7s1�v`' -"'.1fttN1 '•"�"•"tfC!!ESR':t!ri`;' ..tSlx-:!1*il:tflSYfS�rit. -_ �5. srttrcmuji Ir'r •� PI7 �l tt. �i:cr (�'Nri fa} t�
Neon WorkN Rab Timaa
Equiptnant Tml Vestal Hors Rim
CAT 416 TRACTORPHO f 15.73 0.0 4 ^','1J [rtY-•.yy�y
JOB BOX WI TOOLS s 37.30 S Ta
o.G s � j �T lip
;7rFt': $
F350 TRUCK S 13.51 0.0 S 6j;2I'iia `_` }�1 S -
l1t,y� ._ i}? o,i '-- -z_I5 311N 1.#dPStiWEk4Silvi415 rti{�.., r.l :azcr?I:t .1111ij .ul:__ lltut, that
—xar_a ""'^'•IS 'tTl"•""'°"'41'•' } �� � tl�
A fill�1yy��q.�1 =' x;34? 'f",. :,
mtodals I misc.costs :yr•'� 133,� NOUN�17� TOTAL
At 1 F
Ems•• '1`:t
Vero ror Item m. $ UNIT froaMPtlen Quanmy COST uY -fl:` L'c.-» A
r .tf...
UTZ ENVIRONMENTAL S 4,975.00 LS FORMING AND INSTALLATION OP TRENCH DRAIN WITH ECO CRETE 1 S 4,975.00 'r {��; i II $ 4.975.00
CONCRETE MIX li {l.lff• f i VitT;; 1
HD SUPPLY S 1,894.40 FA TRENCH DRAIN GRATE AS DETAILED 1 S 1,894.40 Cha - ?1ll';w 4 1.694.40
ECO CREfO $ 30.00 GALECO CRETE ADDITIVE 10 E 300.00 USC: ^`TI ,{S� 4 300.00
I ' .
!hit
tsi -
s til� $
-
NOTE:ABOVE MATERIALS FOR 6 SY RIPRAP AREA 11RfP1 �?W1Fi1 }•U
nu _, di!ciifilN;Pl{?:r+:}t�iulit ti.tift ttit tlli' tHfiHHINIi[° 3iH?t€,I�€itIB 111111 !E?%{E-?: �1F nTi}Ri?? ?_! ;: kJ r,f,x: ;7JG9A:
JACOBS
June 27,2011
Samuel D.Montoya
S.J. Louis Construction of Texas Ltd.
9862 Lorene St.,Suite 200
San Antonio,Texas 78216
Re: Brushy Creek Regional Utility Authority(BCRUA)
Raw Water Pipeline,Phase One-Contract i
Change Proposal Request 022
Dcar Mr.Montoya:
Please provide a cost proposal for the following additional scope of work:
1. Add a trench drain at Station 0+00 of the granite gravel trail. See Sheet C-23 for
detail.
Please note that this CPR number was inadvertently skipped in previous CPR's,so CPR#22
is now being used.
If the proposal is accepted,a change order will be prepared for the work. if you have any
questions,please do not hesitate to contact me at 512-314-3182.
Sincerely,
JACOBS ENGINEERING GROUP,INC.
Glenn A.Bridges,
Senior Project Engi eer
XC: Mike Thuss,P.E.,BCRUA
Jennifer Higby,BCRUA
Grace Stillman,BCRUA
David Dial,David Dial &Associates
K1450804kn niaiw%k nce nchmpproposal re*a NORI2Maoc
r r-
S.
gW t •IK.O.ff•CY Y M M P� qY4 MY. •• V1�
y L Yom!
t •� OYC.6 RCKgf �� bgKN WL w4l .SSM rI -'
"- :•.•� aNPA rs,�-e w• �a+.o.r a.0 a wrru.awm.tt.w.ao.Nm w.n
w_.
w
f
,:- ! '-. / - ,. 1' S."IR�'.i w5'Rr'�:Fa...w«..K.KYw �• ..» � �'..�,d
(` f A .K.M1i 6aP YC11P.fC16 ALi0YRKW ..
��,.. -••'Y)..,_ _ r •. '�°i'��aL` e�1�e.la D r .n w �.-.w.nPs vc
f.RAMW GRAMO TRAIL
COMWP'fM[fNA40KMA.41tr1Y W1X�IY.� - °.
6 y y
ryf y w RAW WATER PIPELINE f0'GRANITE ORAYEI
PML
RAW r-
..—. PHASE ONE•CONIRAGT i LAYOUT AND DETAIL G43
e•n o.o r�R�, w
Run Date 7/28/11 HD SUPPLY WATERWORKS, LTD.
S.J. LOUIS CONSTRUCTION OF HDSWW - AUSTIN TX - N
STOCK-SAN ANTONIO 1800 Royston
TEXAS LTD. , LLP. Round Rock TX 78664
PO BOX 834 Telephone: 512-990-8470
MANSFIELD TX 76063 Fax: 512-990-0069
Telephone: 210-340-9998
Fax: 210-340-9997
7/28/11 Bid ID: 2834059 FRAME AND GRATE Page 1
Sell Net Extended
Line Quantity Per Description Price Price
HD SUPPLY WATERWORKS
1800 ROYSTON LANE
ROUND ROCK, TX.
PH. (512) 990-8470
FAX (512) 990-0069
JOB: BRUSHY CREEK _
CONTACT: SAM MONTOYA
BID DATE: 7. 28. 11
BID # 284059
- PRICES FIRM FOR 30 DAYS
BASED ON QUANTITIES QUOTED,
ANY ADDITIONS WILL BE
NEGOTIATED.
- NO ADDENDUMS ACKNOWLEDGED
UNLESS OTHERWISE NOTED.
NOTES:
230 5 EA 24X24 BOLTED ADA FRAME & GRATE 378. 88 1,894 . 40
PROPOSAL
FROM: Ecocreto LLC Proposal No. 11.207
6800 West gate Blvd#132 Sheet No : 1 of 1
Austin,TX Date: 07/22111
512.291-8394 Revision No NIA
Proposal Submitted To Work To Be Performed At
S.J.Louis Const of Texas Project Name BCRl1A-City of Cedar Park
Street: 9862 Lorene St#200 Street- RM 1431 &New Hope Rd.
City&State: San Antonio,TX 78216 City&state: Cedar park,TX
Phone#: 210-340-9998 Attention. Sam Montoya
We hereby propose to furnish the following for the amount shown:
1.Provide 10 gallons of addilve for 3 Cubic yards of concrete by others. 300.00
2.One(1)day of consulting fee. 66050
3.Balance of training fee. "7$�
A1,660:�
Please Note?
The sum of One Thousand Five Hundred Fifty&001100........................................... 3 —
With payments to be made as follows: 50%deposit and balance paid on day of pour.
Any alteration or deviation from above specifications involving extra cost,will be executed only upon
written orders and will become an extra charge over and above the estimate.All agreements contingent
upon strikes,accidents or delays beyond our control.Owner to carry fire,tornado and other necessary
insurance on above work and require his licensed concrete contractor to warranty installation on material
and labor.Ecocreto warranties the ive only. _
Resp-cPer
ACCEPTANCE OF PhOPOUL
The above prices.specifications and conditions are satisfactory and are hereby accepted.You are
authorized to do the work as specified.Payment will be made as outlined above
Accepted Signature
Date Signature
Utz Environmental
Services
SCRUA Raw Water Pipeline -PhltAL+J*cAPE•IRRIGATION•MAINTENANCE
Samuel O.Montoya-S.J.Louis Construction
September 28,2011
Addenda Received: NIA
Plan Sheets Plan DateArchitect
Sheet C-23 5129rm #Glenn A.01 s
Trench Drain Instaflatton
Item Size/Unit ownlity Unit Price Price
Excavate,Form,Install,Base Per EcoCrelo LS 7 $4,000.00 1 $4.000.00
Specifications,Install Grate Frame Furnished
by Other,Feather Into Granite Trail and
Compact per Detail and Grade Drain per
Detail.
90 Day Contingency B.S.F.-Chemical increase LS t S750.00 $750,00
Total: $4,750.00
Day 1
Item Sae/UMI Quantity Unit Price Me
Excavate,Form,Install Gravel Bed,Install Sand. Crew/Hr 5.5 $250.00 $1,375.00
Da 2.
llem I Size/Unit Quantity Unit Price Price
Pour and Finish EcoCreto Crew 1 Hr 1 2 $250.00 $500.00
Day 3
Item Sae/Unit Ouanlity Unit Price Price
Remove Forms,Install Granite and Clean-JCrew/Hr 2 $250.00 1 $500.00
Labor: $2,375.00
Material
Item Size/Unit Quantity Unit Price Price
Concrete 15 Sack Mix) CY 3 $90.00 $270.00
EcoCreto Chemicals(ice) LS 1 5320.00 $320.00
Crushed Stone CY 2 $55.00 $110.00
Concrete Sand CY 1 $50.00 $50,00
Filter Fabric SF 150 $1.50 $225.00
Form Material Lumber.Stakes,Nails etc.) LS 1 $150.00 $150.00
Freight Ea. 5 $100.00 $500.00
Material: $1,625.00
109481-CRYSTAL FALLS PARKWAY • LEANDER,TEXAS 78641 BUS:(877)528-9696 • FAX:(512)528.9698
www.utzenvironmemalservices.com
AUSTIN DALLAS SAN ANTONIO
Bid Notes;
1. Includes all Applicable Taxes
2. Excludes Water Meters(and cost of water),Hand Watering,Electric Meler,Irrigation and Electrical Sleeving.and Road Bores If necessary
3. Excludes Bond,if applicable add 3Ne
4. Excludes Surveying,Barricades,Sign and Traffic Control and Granite Trail.
5. Irrigation bid per plan. If plan was not approved by COA before January 1.2000 then additional charges for
ET Controller and mandated drip irrigation may be necessary.
6. Proposal valid for(90)thirty days.
7. Limited Warranty•No replacements Wit be authorized or made without an inspection by one of Utz Environmental Services staff
Warranty is limited to replacement only,not refund. All warranties will become null and void it any of the following is determined
failure to vraler properly.drought.freezing insect damage,abuse or mandated water restrictions imposed by local governments.
It is the customers responsibility to maintain property if a maintenance contract is not agreed upon.
8. Metal Frome and Grote provided by S.J.Louis.
Respectfully Submitted,
cak�
Chris L.Utz
Licensed Irrigator M25
CHANGE ORDER#8
ITEM 2
• 2705 Bee Cave Road,Suite 300
JACOBSAustin,Texas 7874E U.S.A.
1.512.314.3100 Fax 1512.314.3135
October 20,2011 APPROVED
By Michael F. Thuss, P.E. at 11:55 am, Oct 20, 2011
Construction Manager
Brushy Creek Regional Utility Authority(BCRUA) Michael F.Thuss, P.E.
1906 Hur Industrial Boulevard 2011.10.20 11:57:07
Cedar Park,Texas 78613 -05'00'
Re: BCRUA Raw Water Pipeline,Phase One-Contract 1
Change Proposal Request#25
Dear Mr. Thuss:
Enclosed is the response from S.J.Louis Construction of Texas,Ltd. (S.J.Louis),dated
October 14,2011,to CPR#25. Jacobs Engineering Group,Inc.has reviewed the cost
information submitted by S.J. Louis. It is our opinion that the total cost is fair and reasonable
for the added scope of work. If BCRUA accepts this cost proposal, a total of 56,534.20 will
be incorporated into the next change order.
If you have any questions or need additional information,please call.
Sincerely,
JACOBS ENGINEERING GROUP,INC.
Glenn A.Bridges,
Senior Project Engineer
XC: Jenn Higby,BCRUA
Jason Brian,BCRUA
w/enclosures
KA050644konstructiw\=t=t I ICPR's`.CPR H2XPR p251eacr 10201 t.doc
Jacobs Engineering Group Inc
Proposal
project Name Proposal No. Date
Raw Water Pipeline Phase One-Contract 1 12 10/14/11
Response Required By Transmided By
Mr.Glenn Bridges,P.E. Samuel D Montoya
Jacobs Engineering Group,Inc. Project Coordinator
2705 Bee Cave Road,Suite 300 Signature
Austin,Texas 78746 sam"el Montoya
Description of Change
This proposal addresses additional costs associated with installation of a roadside Swale from station 68+50 to
station 69+50 as requested by Jacobs Engineering and described in CPR#25(attached). The work described in
this proposal has already been completed and includes the specific crew,equipment and time utilized for
construction of the Swale.
NOTES:
-All work/materials not Specifically described herein are excluded.
Breakdown of Proposal
Item Description Unit I Qty. Unit S Total Cost
NEW CONSTRUCTION OF ROADSIDE SWALE AS DESCRIBED IN CPR#25LS 1 5 6,01920 $ 6,019.20
SUBTOTAL 6 6,019.20
TOTAL OF RAW LABOR AND MATERIALS $ 2,060.00
26%ON&P $ 515.00
NET CONTRACT CHANGE 5 6,634.20
REQUESTED ADDITIONAL CALENDAR DAYS o
S.J.Louis Construction Action
xc
Les V.Whitman,S.J.Louis Construction of Texas Ltd.
SUMMARY SHEET•LABOR,EQUIPMENT,MATERIALS
A B
Noun VTOnM R 71 �3 '±J+'� B!"Ar 1 tm 0Ol TOTAL
Lobos'
Rab TOW Total Noun •.1 . ,..� % Am0Un6 A*B
HORACIO MORENO CREW t
HORACIO MORENO 5 54Ao toA fon 20.0 S 1060.00 55.00% Y 594.00 S 1674,00
EQtpp,OF s 19.00 10.o toA 20.0 380.00 ,r 55.00% Y 209.00 S 589.00
LABORER f 15.00 toA to.01 -i 20 0 300. # 55.00% S 165.00 S 465.00
LABORER f ts.o0 100 10.0 20.0 S 300.00 (' 55.00% S 16500 5 465.00
mane
f 86.00
p
Is 65.00
±151 11tiUYS1; > Itt?f:.°'515:fii:.•'li}Iti2:�:9'Ktr$flil?tIT•:It:u 14
1 . . . ssi_s ax! :.a t'-'tt.71;i•°•wq_rgs}tL(t"ex�oa::;sY::'c::c:.
^3.tesoo
Hro3.!91H:Ir::L7Nu.zasy-:;>tic'are viiF}( d4kitL4ri}fi 3i�`8�^"'�^f°'"n**3:11..'�""Le�flfNa•^•'+"'ti-" "•'r;- TBtd4 2AwAo
$
m"a
-"I'.
TOTAL s j�tL
4bun � RNo Tlmw i3u „ °TOTAL
Total TOW Nom i21 L i ��r�1;, A
E9a'17 Rib 'Nrjl f 754.60
CAT416 RACTORIHO S 05.73 10.0 10.0 20.0 S 714.60 �. a' till{: $ 1.350.00
MOTOR GRADER S 87.760 t0A 70.0 20.0 Y 1350.00 r 5 •!mi` S 491.40
BOX BLADE TRACTOR S 24.57 10.o WA 20A $ 491.10 I •rt Sif� 1$ 270.20
F350 TRUCK
$ 13.51110.011" ...,. .,.. 2oA3fEfi,,,..: 1Gfi ... Q'67 tfi. . .1..E. ri ,: i%�i;
3313:..;# Se.S5ii3ii1331'r! i 1 . . ;i,i^;7 ::,i',6Q91.3t!3 31'_...::#3ike!33#Nltht 3 + 1 x,a`
j$ 2926.20� S 2,826.10
6; . J `TOTAL
wnA9brl6bo cwb
is A
Vpgorar lbm no. f U ��°^ �o1m Cost
ig
t^k
aiw,.. }3 i Sf# T?'it�ii4kl :ilS3:;;..=u-.yF3 . tvs .y esQe!t4iitc/<a .,�
a e.., s .
.(S.Y43+^" _ a:s»usE!!Srrl4'-;: ,rc1E�'r ?L914 :173.!_..5,...a..a...,.P,....�......_ 311{3QI §a:.:.u'.,.`-a.,,:E'Iltl� rffr'9 :•...6131�1�i: ...., " i .:,:;td7f77..i
. 1St :��
� .....n_.. .....___ _ �...._._.. TOTAL
COST
f 8.019.20
JACOBS
April 24,2011
Samuel D.Montoya
S.J.Louis Construction of Texas Ltd.
9862 Lorene St., Suite 200
San Antonio,Texas 78216
Re: Brushy Creek Regional Utility Authority(BCRUA)
Raw Water Pipeline,Phase One-Contract 1
Change Proposal Request 625
Dear Mr.Montoya:
Please provide a cost proposal for the following additional earthwork:
I. Construct roadside Swale on east side of Trails End Road from approximately
roadway Station 68+50 Oust north of the driveway that was replaced at the Ziemann
tract)to approximately Station 69+50(just south of the culvert that has been placed
near the north property line of the Ziemann tract). The centerline of the Swale shall
be located approximately 5'west of the east right-of-way line,and the Swale shall be
graded to intercept sheet flow from the right-of-way and drain in a northerly direction
at a depth of approximately 6"- 12"below adjacent ground elevation.
If the proposal is accepted,a change order will be prepared for the work. If you have any
questions,please do not hesitate to contact me at 512-314-3182.
Sincerely,
JACOBS ENGINEERING GROUP,INC.
Glenn A.Bridges,
Senior Project Eng eer
XC: Mike Thuss,P.E.,BCRUA
Jennifer Higby,BCRUA
David Dial,David Dial&Associates
CHANGE ORDER#8
ITEM 3
2705 Bee Cave Road.Sude 300
Austin,Texas 78746 U.S.A.
1 512 3t4,3100 Fax 1.512.314 3135
October 26,2011
APPROVED
Construction Manager By Michael F. Thuss,P.E.at 10:06 am, Oct 26, 2011
Brushy Creek Regional Utility Authority(BCRUA) Michael F.Thuss,RE
1906 Hur Industrial Boulevard 'e 2011.10.2610:08:39
Cedar Park,Texas 78613 //°G" -05'00'
Re: IICRUA Raw Water Pipeline,Phase One-Contract 1
Change Proposal Request#26
Dear Mr.Thuss:
Enclosed is the response from S.J.Louis Construction of Texas,Ltd.(S.J.Louis),dated
October 25,2011,to CPR#26. Jacobs Engineering Group,Inc.has reviewed the cost
information submitted by S.J.Louis. It is our fording that the costs submitted are in
accordance with the intent of CPR#26,and we hereby recommend approval to incorporate
the additional$9,881.68 into the next change order.
If you have any questions or need additional information,please call.
Sincerely,
JACOBS ENGINEERING GROUP,INC.
Glenn A.Bridges,
Senior Project Engineer
XC: Jews Higby,BCRUA
W/enclosures
IC1050VAkont"e imlemwi PZPRVM*261CPR a S kna 102611.4w
a
laCobS Engineenng Group 476
JACO2706 Bee Cave U 300
Austin,Tex9s]87x6745 U S.A
1 512 314 3100 Fu 1 512 314 3135
May 18,2011
Samuel D.Montoya
S.J.Louis Construction of Texas Lid.
9862 Lorene SL,Suite 200
San Antonio,Texas 78216
Re: Blrtwby Creek Regieaal U#]W Auft*(BCRUA)
Raw Water Plpellnep Phase One-Ceotrad I
Chmge Propaeal Regaed t126
Dear Mr.Montoya:
Please provide a coat proposal for the following additional scope of wort
1. Refill the pipeline with water as soon as possible after all valve repairs,dc.have
been completed. Coordinate with City of Calan Park staffrepm&ng timing of taking
treated water from the City's distribution system. Coat of watershall be paid
sapmatdy and is not included in this CPR,which should include labor,materials and
egw0neat required to refill the line.
If the proposal is acoepte4 a change order will be prepared for.the work. If yon have any
questions,please do not hesitate to conn ale at S12-314-3182.
Sincere y,
JACOBS ENGDWMRING GROUP,INC.
431etaA.Bridges,
Senior Project Know
XC: Mrilm Thosa,P.E.,BCRUA
JeoniferHigby,BCRUA
Grace Stillman.BCRUA
David Dial,David Dial&Associates
K.ri9DIMiwwnlrrtia6cermsl llc a P"OW7 WWORfMAoc
Jacous cny^mee.,nq G�cuC Inc
Proposal
p ry Prep"mma cub
Raw Water Pipefine Phase One-CoWW 1 14 1012smi
f + BY I TMUMIWdBY
Mr.Glenn Bridges,P.E. Samuel D.Montoya
Jao*s Engineering Oroup,Inc. Project Coordmator
ZnS Bae Cave Road,Suite 300 $oun"
Austin,Texas 73748 samuel Mmcg R
peadoem of Charm
This proposal addresses addWonal costa associated wkh refilling of @i4/73"pipeline as requested by Jacobs
Engineering and dssdbed In CPR#26(attached). The work described in this proposal has already been
completed and includes the speeft sew,equipment.time and materials utih*d. Fining of the pipdne started on
9114/11 and ended on tiWI i.
NOTES'
-AO wo*kwtwkb not specifically described harem are excluded
down olPropotal
IWa
Of"ption Ndt. . uehl Tobi Car
PEw PEF9 ut1[s OF 7a•PMHE AS OESCRSED ABOVE LS 1 2 6A2633 1 9,02633
SUR=& s $.02M
TOTAL OF PAW LA"Arm LNTERUaS $ ?Xi U
Z%OW s +.869.33
PEMONTwtCTCwM10E 1 9.581.116
REQUESTED ADDITIONAL CALENDAR DAYS t
S.J.LoafsConstmO AWw
LesV.WNhrren S.J.Louis Construction of Tons,Ltd.
" i: • s'^r
�r�Ammmmmmmmmmmra�mm�r�mi��I;:i,
�m�rmmmmmuirmmmmam�i[�wse::; r�til" II1,;;;.:::■E�®®�
®mmmmr.mmm;......mm�■®YES a� 1 ;a+�� E�"7YF��
It ,.:i lr 1. rat - :T. II :11 I { I :'_`i 19II:1
.. J..,
C.TSifF7u:_, ..:..:.aET 'c]mmmOmmmmmmmmlm��E� , �� x..t..
. .• �•.. - �mmmmmmmmmmmmmm��E� .�i ;3?ii{•i i{[='. �;��=-•...}.:{}i;<;'`3;j �
:. .• �mmmmmmr ,:�:�: i�.l�: + 1 hc:r.r.,.,.:.'ri
r-i,l IAL:t®_� YC
r ,. ...:..0 -
F
rIEFUM
h G�
}�1'vat
u -
h'.^r"� {, 1:l t:l:C:�_ �'y]P,rT^;a
'it� G.'fYy Ifi
city of Coder Perk "1'` $N
800 North B.B BIYd. summa!
Cedar PM14 To"Tom
0*11
www.ederoarkbLus 0,11mmummum
Ud6q B.IInp t6t211Ifd20.
ACCOUNT: 011-000 -"
fa.;61211aao1 CYCLE: 01
Ph1d 0"01001.1211Oba66. SERVICE ADDRESS: CRNER 1431 a TRAILS END
MsndayPAOky.:Ol aAa.•s:0.pm LASTPAYMWT: 10A7d8011 -38.76
�' Co.pmt n9rdlnp CRy prerMK seedawNaaMWon SERVICEPERIOD. D6VMJ1 TO. 10108x2011
p/211a4q. BILLING DATE; 10114x2011
asAures.ex3k3 AAK 756 07 Nus 10/alAA74•A•3 DUE DATE FOR CURRENT CHARGES: Novanb.r02,2011
w4N 3 n. 0.340 ANY PAST DUE BALANCER ARE SUBJECT TO IYM80MATE
—' 1l41Ndpd'NlappJJglJlpapplhlJJIp11'!'!lIIIlIIIPlglk OWCOWECTM
&1 LOUIS CONSTRUCTION w
PO BOX 834 cuffacd
MWBFIELD TX 760630831 F1336307 6887100 a0N3B00 207m Ammu1
sw mararrwn
TOTAL CURRENT CHARGES 7.012.11
DEPOSIT APPLIED -700.00
! TOTAL MOUNT DDE BY DUE BATE 6.312.11
TOTAL DUE W PND AFTER 11AXPJ071 6.342.11
719NN00 R"BILL
B SAW SSOLO
VVA=A R6CCYpULOW PCKLP DATE$
NV�Cd�ig6n.8ML KiN BN NA6nmLlenpsiteG NaM roo0"sRd Geek
H00ajS�EP¢T:BuBadiP Oyrt�t sEMNWLaWMBM.O.bnoM Fanq SalTawW PAAS6
Yj Gad
1 VA, BAd.CsdWPak Ra1NJ.ea UNb23.WA4.BNsrOdu
9 A 7 ) N A M ! ) D N Lu Yar
WNW ] ;C.apsMllb,GaM RIMLNNIWNPN.,4KIM1onNOW MAndan.a t0
N1y�maxom,Cada Pak RandNBu tab S.wk,aM e.0cmam"
bNa:BYd PTY.Cahn P10"two.O/dw Psk SW W.Blow Read.&i
w.aBara1YM SBps1N1Mnb 1NrlhaVhM«
SRra.deM 1swit N9i0NY 0**.wahhTWk Gssb4wCtlWRrrb CUMN
Madenmd Q wAwAscimporkbcas
The City ofCOW Fork IsmraNyW"Slope 2w Ing
rss0fc1wh.. F«mOn&*mdalvMourwNN.R.Q
www.aa*aftU.ON ODDt.dTIMM Q 101.6308.
The GjdCedWPuhumhOs*1- I, A poviUedOnd
mads avaBetA.k1 aryaEa4 b.WoM7laanlwdaiknwkh
EDU DATE 118 FOR CURRENT AMOUNT ONLY,PAST DUE
MOUNTS ARE SUBJECT TO MEDIATE DISCONNECTION.
a entP*M return U38 Pw dm o1mg wkhyour Id 87Id maks your Chad pay"b Ma ON of Cedar Park.
Coupon
Im ® TOTAL AMOUNT DUE BY 11(0211011 8.317.11
TOTAL DUE IF PAID AFTER I1108Y1011 6,342.11
SERYI IIDDRESSDDRESS: CRNIER 1431 d TRAILS IMP ONE DONATION" S
SERVICE PERIM. 004/1011 TO: 101081!011 "DONATION TO PUBLIC ART FUND•ADD 30.50L_r
OUBDATEFOR CURREWCHARGES: Nowmbao2.3011 FWALBBI
SJ LOUIS CONSTRUCTION
PO BOX 831
MAHSFIELDTX 700694Comm=
83/ aa.aw.nNM.. .
�■ IaININu1�6h11py1pa1pgN1Nl�luPd1111141�1q�lhNl
Cd1/aa.eMNyieeMl OEII MMl1 AYMYIM.1 W q NM
00d:Oa1 D mwvc N O Vhs CITY OF CEDAR PAM O
I Il
600 NORTH BELL BLVD
QwWrow - C6'tQYN' CEDAR PARR TX MIS- 216
' ' 0110OD097D3DUD6342110006342115
1heMse a.s2.00 aedl earderoakarM MlxaenMslsOrer 8YD.00
7iD8M2 -- IAt6o Tx - �1Esll� WATrRVV ist�a6r - --
7 ROCttoo TY 7@f64 0000 o
P71w 0 518 990 8470 1011dS81Mi1f,AIONDIINbA Al.,
M
DW 02ld020t1 TINE 6749 AN Poff
181777 PAW f r PIC1c -flow assw Sertmr4ern werlao Arevalo - 594
--
s s cf1�TDNE9 PICImP avea4�4srmeanawamower+s
i J 18P LLP. IDk <f N .J. W116COOToffIQ 1 8F 010 0 ?E16795 CAD 0 9813040
ten
qyg� VOLM Nair Tx
0 cuffs � ox 9998 76M 0. 78e64
PFUM .260? N!P 9802000D111Ot Ap�2 �1lSt l�� 1T-
4i
878.81. fA _ r".9"VA
"MW ~ s9tne i1clEffTs v1litp
H
+ F4M/E 6PiRlAE P0! 08R ii1CQlEtNUBT D[i lhDIQ1T8 P00 f so m ORDflR ;;
M
CMIS
CHANGE ORDER#8
ITEM 4
2706 Bee Cave 60.Suite 700
JACOBSAustin,Tsxaz 7fi747a6 U S A
15123143Mo Fax 151231:7135
September 21,2011 APPROVED
Name! r-z _�
By Michael F. Thuss, P.E. at 10:03 am, Sep 21, 2011
Construction Manager
Brushy Creek Regional Utility Authority(BCRUA) Michael F.Thuss,P.E.
1906 Hur Industrial Boulevard .2011.09.21 100623
Cedar Park,Texas 78613 �Fl -05,00,
Ret BCRUA Raw Water Pipeline,Phase One-Contract I
Change Proposal Request(CPR)#29
Dear Mr.Thuss:
Enclosed is a copy of CPR#29,dated August 22,2011,and the response to CPR#29 from S.J.Louis
Construction of Texas Ltd. The response from S.I.Louis includes the following:
1. Bid from the subcontractor,dated August 26,2011,in the amount of$3,810.00.
2. Email message from Sam Montoya,dated August 26,2011!which quotes the total cost
including markup to be$4,000-50.
Jacobs Engineering Group,Inc.has reviewed the cost information submitted by S.J.Louis. It is our
opinion that the cost of the additional scope of work is fair and reasonable,and we hereby
recommend acceptance. If approved by BCRUA,the$4,000.50 amount will be incorporated into the
next change order.
If you have any questions or need additional information,please call.
sincerely,
JACOBS ENGINEERING GROUP,INC.
Glenn A.Bridges,P
Senior Project Engi r
XC: Jeff Bell,City of Round Rack
Jena Bigby,EIT,BCRUA
W/enclosure
K:1030844kowwcamlicwtmt llehea8e p"MI rrgwsalCP1t 02%rewmmaWcim letter 09211 l dix
Jece8s cngmeeang Group Inc
Page I of 3
Bridges, Glenn A.
From: Sam Montoya[SamM@SJLouis.Com]
Sent: Friday,August 26,2011 11:13 AM
To: Bridges,Glenn A.
Subject: FW: RW-Cl:Field Order#33
Attachments: SCRUA RAW WATER PIPELINE-ADDITIONAL PERM SIGNSxIs
Glenn,
The price from Highway Technologies to install the Jonestown city limit signs is$3,810.00.
Including our markup the total cost of the CPR will be$4,000.50. Do you want me to proceed
with formal submittal of the CPR?
Note: The quote from Highway Technologies was the best price quoted.
Samuel D.Montoya
S.J.Louis Construction of Texas,Ltd.
9862 Lorene St.,Suite 200
San Antonio,Texas 78216
Phone: 210-340-9998
Fax: 210-340-9997
Cellular. 210-861-1450
E-mail:samm@sjlouis.com
From: Rencuf,Jim [mailto:Jim.Renouf@hwy-tech.com]
Sent: Friday,August 26,201110:23 AM
To: Sam Montoya
Subject: RE: RW-Cl: Field Order#33
Sam,
Please call with any questions.
Thanks again,
Jim
HIGHWAY
TECHN01.061150
12909 DESSAU RD
AUSTIN,TX 78754
JIM RENOUF/ESTIMATOR
PH:(512)990-9525
FX:(512)9904769
CELL: (512)9174215
From: Sam Montoya[maitto:SamM@SJLouIs.Com]
Sent:Tuesday,August 23,201110:38 AM
To:]arena,Tim; Renouf,Jim
Cc: David Dickerson
Subject: FW: RW-Cl: Field Order#33
9"7!2011
J 2705 Bee Gave Road.Sude 300
nustin,Texas 787d6 U S A.
1 512.314 3100 Fax 1.512 3143135
August 22,2011
Samuel D.Montoya
S.J.Louis Construction of Texas Ltd.
9862 Lorene St.,Suite 200
San Antonio,Texas 78216
Re: Brushy Creek Regional Utility Authority(BCRUA)
Raw Water Pipeline,Phase One-Contract 1
Change Proposal Request#29
Dear Mr.Montoya:
Please provide a cost proposal for the following additional scope of work:
1. Furnish and install eight(8)signs marldng Jonestown City Limit,as shown on the
enclosed annexation map,dated 12/17/2009,and sign detail. Signs include:
a. Two(2)for Entering Jonestown City Limit on southbound lane
b. Two(2)for Leaving Jonestown City Limit on southbound lane
c. Two(2)for Entering Jonestown City Limit on northbound lane
d. Two(2)for Leaving Jonestown City Limit on northbound lane
Coordinate with BCRUA Inspection Firm regarding exact locations of signs within
Trails End Road right-of-way.
If the proposal is accepted,a change order will be prepared for the work. If you have any
questions,please do not hesitate to contact me at 512-314-3182.
Sincerely,
JACOBS ENGINEERING GROUP,INC.
jr, AVW
Glenn A.Bridges,
Senior Project Engineer
w/enclosures
XC: Mike Thuss,P.E.,BCRUA
Jennifer Higby,BCRUA
Grace Stillman,BCRUA
David Dial,David Dial&Associates
, K:WS0&441CortsUuelionkonmct 1%ftnge pmp"roquesVNCPR 029.doe
.e�1akV.�'y✓ "r�Ij h; '1' r ?� °e
�.a-a�' �5 �'i��"C�,�.'s, �,.v
r y,�� a�r �' PSS MAKE,a"'R '�'�° �.
-, i, 'r .a,Yta,+�i,?."'1't' €:' .,� �%",,, , ` ,,
rnvt+ 4' '�y�k+c zt
1 x ft
EYE ' t1 1
�S'x d r� .n k1 .. �'�'��W'�'z'rl• k" ,� ",^PS M1 �3' �n yjf u
INA
1
3.8 a— 16.4 11, 3.8
-1.3 1 21.41- 13
3.1 -+}a 7.2
24
I.2a; 1.5' Radius, 0.5' Border, Whde on Green;
'ENTERING' B; 'JONESTOWN' B 608 spacing; 'CITY* &. 'LIMIT' B:
HIGHWAY
sA . TECHNOLOGIES
12809 Dessau Road (512)990.9525
Austin,Texas 78754 (512)990-0338 Fax
BID DATE, August 28,2011
PROJECT: SCRUA-RAW WATER PIPELINE•ADDITIONAL PERM SIGNS OOOTE rt 8JIl-24
SIGNS
loon_ spec.No._ oesgVO4 0_. unit aY_. once Am01N
1 MOBILIZATION FEE LS t 5850.00 $850.00
2 4.2 INSTALL SMALL ROAD SIGN SUPPORT AND ASSEMBLY, EA 8 $395.00 $3,160.00
ENTERING JONESTOW N CITY LIMB.
TOTAL $9,816.00
NOTESANDEXCLUSIONS
SIGNS.
••Rates are based on 1 move in,each addlUional will be$650.00.
Contractor responsible for storage of signs to be relocated.
"•Removal,maintenance,and temporary mounting of existing signs is excluded.
°•No rip rap for vegetation control Is Included in our rales.
Contractor shad sleeve out areas where items are Installed In concrete pours.
'Locating of utiNOes that might interfere with post Instablion Is excluded.
Repairs to items damaged after installation will be additional.
"Any scopes of work associated with overhead spite,signals,or beacons Is excluded.
••Contractor to bag all conflicting signs.
"Contractor shall have top soil to finished grade prior to sign Installations.
••Contraclor responsible for bagging of conflicting traffic signs.
We propose to furnish,install,remove upon completion all standard Construction Signs,Barricades,
and Battery Operated Flashing Lights as required by the plans and specifications.
Prices quoted do not Include:
Cones,Flags,Flagmen,Vests,Policemen,Arrowboards,Changeable Message Boards,
Trudy Mounted Attenuators,Type OC*Sleadylwm Ught%or Non-standard Signs or barrier unless
Specifically Included In bid.
GENERAL:
•All contraclatwork Orders are subject to review and amendment based on the conditions and terms of
NS proposal
•This proposal will become an attachment to any oontract issued.
Bond Premiums,AGC Dues,Pro-ratas and Taxes are not Included unless otherwise noted.
The quoted prices are valid for 90 days.
'Acceptance Is based on customers account status.
Any discrepancy between the Highway Technologies,Inc bid proposal,this document,and the contract
documents,this bid proposal shall supersede and prevail.
Pape i BCRUA RAW WATER PIPELINE•ADDITIONAL PERM SIGNS
•If retainage Is not defined below,then all money will be due as billed.
•Any subcontracts entered Into as a result of this quotation will be bound by the following
Indemnity clause:
'Subcontractor shall Indemnify and save harmless the contractor and Its officers,agems,and
employees from all suite,actions,lessee,damages,deims,or liability of any character,type or
description,Including without limiting the generality of the foregoing all expanses of litigation,
court coats,and attorneys teas provided such claims,damages and reasonable expenses are
attributable to Injury or death to any parson,or injury to any properly,received or sustained by
any person or persons or property,arising out of,or occasioned by the negligent acts of
subeordractor or its agents or employees,In the execution or perlommnce of this contract.
Subconiraclore obligation to Indemnity contractor shall extend only to the percentage of
negligence of subcontractor In contributing to such claims,demands,liabilities or reasonable
expenses."
SUSMrITEI>
JIM RENOUP/ESTIMATOR
ACCEPTED:
NAME
TITLE
DATE
JOB"#
RETAINAGE: YES: NO: PERCENTAGE:
Pape 2 SCRUA RAW WATER PIPELINE•ADDITIONAL PERM SIGNS
CHANGE ORDER#S
ITEM 5
�rACOBS 2705 Bee Cs,e Road.Suite 300
—+�t� Ausbn.Texas 76746 U.S.A
I �V 114 i[M Fp. 1 Sl% %4 iI i5
November 8,20l I
APPROVED
:fiemerf F.43ncssi'.s
Construction Manager By Michael F. Thuss,P.E. at 8:42 am, Nov 09, 2011
Brushy Creek Regional Utility Authority(BCRUA) Michael F.Thuss,P.E.
1906 Hur Industrial Boulevard ! 2011.11.09 08:44:07
Cedar Park,Texas 78613 .0600'
Re- BCRUA Raw Water Pipeline,Phase One-Contract 1
Change Proposal Request(CPR)#18
Dear Mr.Thuss:
Enclosed is a request from S.J. Louis Construction of Texas Ltd.(S.J.Louis),dated October 26,2011,
for additional compensation related to previously approved CPR#18. The request is due to the fact
that the subcontractor for this scope of work submitted to S.J.Louis a change order proposal for a
concrete overrun of 5.5 cubic yards(CY)for the 4-inch thick concrete riprap(mow strip)at the guard
rail on Trails End Road.
The original CPR from Jacobs included a volume of 31 CY for the concrete riprap. Per notes on the
TxDOT standard detail sheets,measurement and payment for the riprap shall be in accordance with
TxDOT Item 432,which states that the volume of concrete will be computed on the basis of the
measured area in place and the thickness shown on the plans. The typical width of riprap shown on
the plans is 4'. The quantity of 31 CY is based on this 4'width. However,the width flares out to 6'
at both ends of the guard fence. Based on field measurements,including the flares at both ends on the
west and east sides of the road,the actual volume of 4-inch thick riprap installed is 34 CY.
Consequently,it is our finding that payment should be made for an additional 3 CY of concrete. If
the request is approved by BCRUA,an additional$1,155.00 will be incorporated into the final change
order. If you have any questions or need additional information,please call
Sincerely,
JACOBS ENGINEERING GROUP,INC.
GleruABdges,
nr PeP
XC: Jerre Higby,BCRUA
Jason Brian,BCRUA
Jeff Bell,City of Round Rock
David Dial,David L.Dial&Associates
wl enclosures
K:rO"W%C unrm4omwa lrCPa51cParnMFt lis WWI toot l.dx
Jacobs Engineering Group Inc
Proposal
Project Name Proposal No. Date
Raw Water Pipeline Phase One-Contract 1 is 1 10!26111
Response Required By TransmiHed By
Mr.Glenn Bridges,P.E, Samuel D. Montoya
Jacobs Engineering Group,Inc. Project Coordinator
2705 See Cava Road,Suite 300 Signature
Austin,Texas 78746 $�LyvtccgL A1pyl fpYfct
Descrlp#on of Chang*
This proposal=s a request for additional compensation as received from Roadway Specialties in construction of the
metal beam guar!fence(CPR#18). Roadway Specialties claims that additional concrete was required to -
complete the project and that the additional quantity is supported by the documents contained in CPR#18
NOTES:
-All worWmaterials not specifically described herein are excluded.
Breakdown of Proposal
Item Description Unit Oty. Unit$ Total Cost
NEW ADDITIONAL CONCRETE INSTALLED A$DESCRIBED ABOVE LS 1 1,08 $ yc-+.w S 00 tie50o
SUBTOTAL a LX5_90
10%014&P $ I �S.
SUBTOTAL 5 2 :6
Met Contract Change S . 0
REQUESTED AD01770MAL CALENDAR DAYS 0
(7�
S.J.Louts Constrac#on AcCon
0
Lea V.WfulmanS.J.Louis Construction of Texas,Ltd.
ROADWAY SPECIALUMSt INC.
P.O. BOX 90309. AUSTIN. TEXAS 78709
512-280-6666 PHONE 512-280-6066 FAX
CERIUM DBEIHUB
CHANCE ORDER PROPOSAL
Project: BCRUA Raw Water Pipeline Daze: October 19,2011
RST Job#: 4507
For. SJ Lads Proposal No.. 101137P`
Atm:Sam
We propose to furnish all labor,matenals,equipment and supervision to perform the following scope
of work that we have been requested to perform at the above referenced project.
Item Change Order Item Description Urdt C.O. Unit Amomtt
QuantitY Price
1 lConcrete Overrun I CY 350.00
Total t of Chww Order.
U any additional information is required,please feel free to contact us t(512)280.6666.
Sincerely,
+ lrvSo.ov
Stacy Thomas
Project Manawr 191�Vb
PLBASBNOM.
` arc adnmrex-paymett willbe bawd oo field
* Ifbondis tion.
focaung sha0bewardbsa t.
* quoted above are valid for thirty days.
BXCLUSIONS:
* All lace dosum
*
All welt mounted attenuators.
Accepted by: Date: