Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
GM-12-09-06-041
P*MBRUSW CREEK Contract Quantity Adjustment/Change Order 6cIII REGIONAL UTILITY Aur4FaRITY rxv.9/20....... .. t,... ..-.. ................. .... Project Name: Treated Water Transmission Line Segement 2c Contractor: SRH-Garver Construction, LP Date: 7/20/2012 Change Order/Quantity Adjustment Engineer: K Friese&Associates,Inc No. 3 Justification SUMMARY Amount %Change Original Contract Price: $5,624,275.90 " Previous Quantity Adjustment(s): $0.00 This Quantity Adjustment; -$67,810.30. Total Quantity Adjustment(s): -$67,810.30 Total Contract Price with Quantity Adjustmengs): $5,556,465.60 Previous Change Order(s): $161,237.07 2.$70/a This Change Order: $21,694.91 0.390/a Total Change Order(s)To Date: $182,931.98 3.250/a Original Contract Price Plus Change Order(s) Plus Quantity Adjustment(s): $5,739,397.50F Original Contract Time: 413 Calender days Contract Time Prior to this Change Order: 413 Calender days Contract Time with AV Approved Change Orders: 547 calender days _ Signatures and. rovais - �,/j Thomas M. Owens,P.E.,Project Engineer Prepared By: ,/cam �/�r—��.� K Friese&Associates,Inc. Zo {t�L ' Signature _ Printed Name,Title and Company Date Contractor'� Approyal`: SRH-Grver Con astruction, LP Signature Printed Name,Titie and Company Date BCRUA + Q A royal: Michael F.Thuss, P.E., Program Manager L r ?'1 Signature Printed Name,Title Date BCRLJA A roval; C4cjtChris Lippe, P.E.,General Manager 16 Signature yy Printed Name,Title Oate wom BRUSHY CREEK REGIONAL LJTILITYAUTHORITY A Pa ren ere hip or Ce dir Pa rM, Leon der. and P, d Rock CHANGE ORDER No. 3 DATE OF ISSUANCE: 7/20/2012 EFFECTIVE DATE: OWNER: BCRUA CONTRACTOR: BRH-Garver Construction,LP PROJECT: BCRUA Treated Transmission Line Segment 2c ENGINEER: K Friese&Associates,Inc. The Contractor is hereby directed to make the following changes in the Contract Documents: Change Proposal Requests 1. CPR#8:Modify the ARV at 36+60 for safety reasons due to the proximity to roadway travel lanes and add two roadway signs ADD $ 1,281.12 2. CPR49: Change fabricated external dished head plugs to internal dished head plugs on Stubs A and B ADD $ 5,630.03 3. CPR410: Remove chlorination of the waterline form the Contract Deduct $ -15,000.00 4. CPR#11., Add flushing piping for the BCRUA TWTL disinfection procedure. ADD $ 10,017.73 5 CPR#12:Add antenna and programming for communication between Leander and the Leander Take-Point. ADD S 11,768.75 6 CPR413:Remove flushing pipe and install ARV ADD $ 5,922.28 7 CPR#14:Parts for flow control valve modifications ADD $ 2,075.00 TOTAL ADD $ 21,694.91 Project:'Treated Water Transmission Line Segment 2c Change Order No. 3 CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT PRICE Original Contract Price: Original Contract Time: Substantial Completation(Days); 365 calender days $ 5,6247275.90 Final Completation(Days): 413 calender days Substantial Completation(Date): February 20,2012 Final Completation(Date): March 19,2012 Net Increase(Decrease)from previous Change Orders: Net change from previous Change Orders No: 1 to No. 2 Substantial Completation(Days): 0 calender da s No. 1 to No. 2 Final Completation(Days): 0 catender days Substantial Completation(Date): February 20,2012 S 161,237.07 Final Completation(Date): March 19,2012 Contract Price prior to this Change Order: Contract Time prior to this Change Order: Substantial Completation(Days): 365 calender days $ 5,785,512.97 Final Completation(Days): 413 calender days Substantial Completation(Date): February 20,2012 Final Completation(Date): March 19,2012 Net increase(decrease)of this Change Order: Net increase(decrease)this Change Order: Substantial Completation(Days): 134 calender days_ $ (46,115.39) Substantial Completation(Date): July 3,2012 Final Completation(Date): July 31,2012 Contract Price with all approved Change Orders: Contract Time with all approved Change Orders: Substantial Completation(Days): 499 calender days $ 5.739.397.58 Final Completation(Days): 547 calender days Substantial Completation(Date): July 3,2012 Final Completation(Date): July 31,2012 CHANGE ORDER NO. 3 ITEM 1 }«FRIESE & ASSOCIATES, INC. February 29, 2012 APPROVED Brushy Creek Regional Utility Authority By Michael F. Thuss, P.E_ at 10:00 am, Feta 29, 2012 BCRUA Construction Trailer 1906 Hur Industrial Boulevard Cedar Park,Texas 78613 Sent Via: Email Re:Treated Water Transmission Line Segment 2c Change Proposal Request No. 8 Dear Mr. Thuss, Change Proposal Request Number 8 will lowerthe previously installed air release valve vent located at Station 36+60 and install breakaway bolts on the vent flange. These modifications are necessary due to the vent's close proximity to the travel lanes of County Road 180 and location at the 90- degree bend in the road. Limited right-of-way at this location and existing driveways made it impractical to relocate the vent. Additionally,two signs will be installed near the verltto warn drivers of the 90-degree bend in the road. BRH Garver Construction L.P.submitted an itemized cost for the proposed changes at a total cost of$1,281.12. K Friese & Associates, Inc. recommends that BCRUA accept the Change Proposal Request as submitted. Sincerely, Thomas M. Owens, P.E. Project Engineer K FRIES[&AssocIATE5, Iwc. + CDI�sujmc E,4cINEER` + Firw#G535 1 3 20 S. CAPrTAL or Tr As HIGHWAY + THE SLATING II, SUITE 100 + AusTim,Tex?S 78746 + TEL 5 1 2.339.E 704 + Fax 5 12.339.1784 - www.kfriiase.com A UEST REQ T� ° HANG PROS �d = r Change Proposal BRH Garver Construction L.P. Request No 08 (Not a Change Order) Project Name:TWTL—Segment 2c Project owner: Brushy Creek Regional Utility Authority Contractor: BRH Garver Initiated By: N Engineer ❑Contractor Date: 2-27-2012 Attention:Work shall not commence until authorlaed by the Owner. Description of Proposed Change: The proposed than es Include modifying the air release valve located at station 36+60 due to the vent's close roximi to the existing travel lanes of New Hoe Road Count Road 180 .Safe measures include lowerinq the valve height similar to a fire hydrant, a Iding break away bolts at the base, and not Installing the bollards shown on the plans. In addition, reflective tape will be installed on The air release valve and a signs will be installed to warn drivers of the 90 degree turn In the road. BY: IMike Musitano Project Manager PRINTED NAME TITLE SIGNATURE DATE 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 Charge Order, the time of completion will be: ❑ Increased ❑ Decreased N Unchanged by 0 calendar days. This change will: ®Add ❑ Deduct ❑ No Change $ 1.281.12 N ltemized Cost Attached K Friese& Associates, Inc Brushy Creek Regional Utility Authority �tecommend Acceptance ❑Accept ❑ Do Not Recommend Acceptance F1 NotAccepted BY: _!�-'� 4??� (-- BY: Thomas M. Owens, P.E. Michael F. Thuss, P.E. z9 �� t z. 2,29i22 DATE: DATE: Change Proposal Request SCRUA 18-Feb-11 BRH Garver Construction, L.P. BRA Contracting, L.L. C. Genual Partner Change Proposal Request #8 BCRUA—TWTL Segment 2C Re; Modifications to Air Release at Sta.36+60 Pricing.- ACT Pipe & Supply (attached)- $1.67.84 ADD for breakaway bolts and reflective tape. N-Line Traffic Maintenance(attached)- $306.50 ADD for two 90 degree turn signs and appurtenances (2 at$158.25 EA) Texas Road & Utilities,Inc. (attached)- $550.55 ADD for digging up valve, disassemble, reassemble, install break away bolts, and recompact area. SUBTOTAL $1,024.89 Per Specification Section 00700,Paragraph 11.5.2 "The CONTRACTOR will receive the actual cost,including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit." SUBTOTAL (above)- $1,024.89 CONTRACTOR's Allowable Mark-up 25%- $256.23 TOTAL for CPR No. 8- $1,28112 FIFU 1. rn ATmmfK7 43 TEO Ll lrl,{K.' Ifx`1�r a{ice wln{�r"I��"r,••,ria"v�,ir�tri{s i)'i'ro�ifi5rii` ;i'ir,r a!• , �IY�'1�k.rKf r„�;Ilr�a.5:n rr.n�rn,n.,)n'ei,, , � g-3 � a 3�Y�9���eYa b ' o JOEY:; �� � •� � 6 v Jl f gilt if Y e �f s r�PL r fA af11.�Ypdlip v t ,:{ P a o Xa..srl�Ya�,�i �t�x re� •°� � _ cI' N���i�{� �a ���7C'hi lf:� 17'11 \+ n � Z�$ {�. � �,a q�-.�Y�a •� � : •. ;d ; ofIF r rr•r•r rl• .�r•Y r r v n��$}3��� l MIUMM �$ ORA >t3. .Rut zxsYYsR� Si��fq-YS.�`yy' = 9a$ �@a— � :�_ 4 az; Y�?n - _aj��}���#��� ;,'�����•F���g���� � F����� � E. �� �r'������� ;a�r "_ pyx „-,--- _.��•$9� ag --� �,�{ $ ger 9 s q� ,��[� 7� _ ._s. � f_a.. qs3 ' .'�vr�!; � ,3���'�'����i� 7}SY�S�” 7 � � � �• 3lb �P���j � ¢9�� YiS=Y ���if �� �9�7��Y{ r � n � a R ; $� S3� Fail Ill ff c'r ,fin �5 a ;� � e v >v"y�� � #J � •��v��xap�� K � a7�a ? � � s 5? IV,01 w5a. a 7 irate 9 a; �. 4,13 rR Ra �� R ' ! 07 v i 1 1 f�' V 7• A{r , .g It }Q f+ is t,.:u ACT PIPE & SUPPLY 1400 GRAND AVENUt;PARKWAY PFLUOERVILLE,TEXAS 76884 PHONE:6t2-252-7030 PAX:51x•762.7926 Company; Dato: Conlact: bid Date: Job Narne: MIko CRY Englneer: Malorlal prices aro good for order p}acomernL wlthln O0 days of bld dato.Tanns;not a0 days. PVC prEcas oro sublact to manufacturers slrfpplog&availability.PVC pricing&dollvory torms are as noted. Pikes do not lhrciuda soles tax. Th1s quotation Is basod on ACT's Interprelatlon of the englnoers Plats&speolllcallons. PVC PRICING&DEUVERY TERMS:( STOCK PRICING) NO.PARI'NUPA135 M WRL - UNITPRICC Tt77AL PRIG 1 2 as 8"E Z FLANGE 5 20.38 $ 58.76 2 598.06.0600 1 oo V'160#NUT/BOLT/GASKET KIT GRADE-5 $ 8.50 $ 8,60 3 $ 67.28 4 4 5 2 ea T'X 30'RGFLE;CTIVE TAPE 2 ROLL MIN. $ 50.29 S 100,58 g $ 100.58 7 a 9 10 Page 1 of 1 Page I of I ■ ■\so WORK TO BE PERFORMED BY: TRAFFIC MAINTENANCE NUB NO, 69106 N-LINE Traffic Maintenance 1 6013 Technf Center Blvd DBE NO, 0639 ' Austin,TX 78724 Phone: (512)$36-0608 Fax: (512)836-2575 PROPOSAL CONTRACTOR 4w4FRft'Mfi% � ><` lr�e �x lr ►r, -e.�x�-� L. CONTACT Mike Musliano PHONE 512-771-0623 DATE 2/27112 Approx. Unit EXI. Item Item Description Unit Quantify Price Price W 1-61.48"x24"left directional'sign EA 2.0 $ 120.00 $ 240,00 1 Off 2 3/8"Galvanized Steel Post EA 2.0 $ 17.50 $ 35.00 f Socket and Wedge for anchor EA 2.0 $ 15.75 $ 31.50 Sub-Total $ 306.50_ Pfices are based on pickup from our Auslln yard. Prices exclude delivery or Inslallailon. Prices are firm when order is placed wilhin 15 days from conlracl award due to price flucfuallons, Project Is bid as perpians. Excludes changes made by the engineer, • Any alterations or deviation from the above specifications will be executed only upon written order, and will be charged over and above the estimate, • All material Is guaranteed to be as specified,and the above listed work will be performed In accordance with the plans and specifications submitted, • This proposal maybe withdrawn by N-L[NE Trafflc Maintenance within i5 days, N•LINE representative: L_. Ld::d-1 --77� __ . Terms: NET 30 WAC Eric Anderson McAndinetrafflc.coru ACCEPTANCE OF PROPOSAL The above prices,speclflcallons,and conditions are satisfactory and are hereby accepted. You are authorized to do the work outlined above. Payment will be made as outlined above, Customer Signature: Date: Texas Road & Utilities, Inc. Proposal TO: BRH-Garver Construction, L.P. 7600 S. Santa Fe, Bldg. A-1 East Houston, TX 77061 ATTN;Peck Boswell, President Re; BCRUA Treated Water Transmission Line Segment 2C Lowering ARV at Station 36- 60 Proposal Mr. Boswell, This proposal is per the request received from K. Friese &Associates titled CPR#8. In that doctiinent a request has been made to lower the ARV at Sta, 36 -30. Additional safety measures have been requested including breakaway bolts, reflective tape, and two 90 rIngree tLINI warning signs be installed, It will take one operator and two Laborers 7 hours to complete the change. We cannot offer a credit for the bollards as they have been onsite for some time now. We will happily return them to the Owner for future use, Please see the pricing below for labor and equipment. Rates have been based on the appropriale literature. Rquipfijw7tpet,C31ije Book Rental Rates; ("`C�AT�n:;' lT l 0/1l3ER/BACICI IOE Hourl $42.00 7 $294.00 f�- - - Laborers per Prevailing Wage Rates: 938E Loader Operator Hourly $13,857 $96.95 Laborer Hourl $11.40 14 $159,60 TOTA 1, $550.55 149;1 >f�le Ilwy 21 west - p.0. Box 909 - Cedar Greek, Texas 78692 Office(592} 303.3380 - Fax(592) 303-3385 CHANGE ORDER NO. 3 ITEM 2 i� „f-= - - 1*i_' 6+'�-:�-�. 's'•�,r-"'- 4.- r r � .� .G.,Vic".. JF '�^..i' -`� - _ Change Proposal SRH Garver Construction L.P. Request No 9 (Not a Change Order) Project Name:Treated Water Transmission trite Project Owner:Brushy Creek regional Utility Segment 2C Authority Contractor:BRH Garver Construction,L.P. Initiated By: ® Engineer Contraclor Date:October 26,2011 Attention:Work shall not commence unill authorized by the Owner, Descrlplion of Proposed Change: The proposed changes consist of chanQinQ the exisrina fabricated external dished head plugs to Internal dished head plugs at the end of Stubs A and S. The pipe manufacturer inta rated the annotation on the plan and proffle sheets to be external lu s. The provided details Indicate Internal plugs. Extemal pdugs were shown in the"make&lays'and were nol noted in submittal review. The price for the work Is 50%of the lnitlally submitted proposal. BY: u.s r T-4 P0 P� PRINTED NAME TITLE /P 7 X. ! SIGNATURE DATE; All work shall ba In arcordanee with the terms,stipulations, and condlHans of the original Contract Documents, if the work herein provided for Is Approved by Change Order, the time of completion will be; ❑increased ❑Decreased ®Unchanged by calendar days. This change will: ®Add ❑Deduct ❑No Change $5,630.03 ®Itemized Cost Attached K Friese&Associates,Inc 65V-shy Creek Regional Utility Authority Recommend Acceptance [ ccept ❑Do Not Recommend Acceptance 3#*R�Rerf BY: $Y: !- t-� Therms M.Owens,P.E. Michael F.Thuss,P.E. HATE: Z? 0=► �1 DATE: 17- - - /-r' Changs Proposal Request 6CRUA 18-Feb-11 t r t o Northwest Pipe Company CHANGE ORDER 351 LONGHORN RD SAGINAW,TX 76179 t TELEPHONE(817)847-1402 FAX(817)232-0372 Texas Roads & Utilities Change Order# 95 Rev#1 Attn: John Hughes October 27, 2011 1496 Hwy 21 West Modification to Marks 214 & 223-Pricing Cedar Creek, TX 78761 USA Adjusted per Eric Stokes PH: 612-303-3380 Fax: 512-303-3385 NWP Order#: 81671 SAP M SA-10-025 BCRUA Treated Water Transmission Line Segment 2C Submitted by: Peter Kientzle r Quantity Description Unit Price Amount 1.00 Modification of Mark 214-Adjusted Pricing Per Eric Stokes. $3,336.94 $3,336.94 1.00 Modification of Mark 223-Adjusted Pricing Per Eric Stokes. $2,293.09 $2,293.09 Total: $5,630.03 Remarks: r Marks 214 8,223 External DH Plugs were changed to Internal DH Plugs. Please sign and return one copy of this Change Order sheet indicating your acceptance of the cost.We will need this returned prior to the start of fabrication,All Terms and Conditions per the original Confirming Scope Letter shall apply. Thank You. r Accepted by: c: ._.i Date: JP/2-7Z�« Cus onfer Name!Title NWP Track Record 338697 Printed Oct 27,2011 03:41 PM ,r ? O Northwest Pipe Company MEMO 351 LONGHORN RD SAGINAW, TX 76179 i TELEPHONE(817) 847-1402 FAX(817)232-0372 Texas Roads & Utilities Memo #8 Attn: John Hughes September 20, 2011 1495 Hwy 21 West interpretation of drawings Cedar Creek, TX 78787 EISA PH: 512-303-3380 Fax: 512-303-3385 NWP Order#: 81671 SAP M SA-10-025 BCRUA Treated Water Transmission Eine Segment 2C From: Peter Klentzie To:John Hughes i Description: Mr.Hughes, The Contract Plans identify the Station Location for the Heads to be at the same Station Location as the end of the Pipeline and not(for example 1'-0"or 2'-0")before the end.They are Identified as 48"&42"heads as opposed to internal heads.And there are no references on the Plan&Profile sheets to any Head Details. Northwest Pipe Interprets this to mean that the Heads will be located at the same Station as the end of the Pipeline and that the Diameter will be the same as the Maln Plpeline. I This is what was submitted on 1-12-11,both In the Drawing Submittal and in the Design Calculations.Both of these Subrnittals were approved. i Also,these fittings were fabricated complete In March 2011 and no request for Modification was made until July 2011 when Texas Roads requested Change Order pricing to modify these pipe.The request for change order modification also tends to indicate that the original design was appropriate. The initial request,however,was not just to replace the Heads but was also to add additional footage,Class E-5 Ring Flanges and repair additional Llning&Coatln& Due to these additional costs,Texas Roads rejected the change order ' pricing and Instead tools the stance on September 2,2011 that It was the Engineer's"Intent"that the Heads were to be supplied as Internal and not as NWP had designed,submitted and fabricated.Both the Engineer and the Contractor were aware of the design that was submitted and approved.Also,the contract plan&profile do not i show In any detail what the particular design or location of the heads was to be, it Is not the role of Northwest Pipe Company to assume the"Intent"of any particular design.For this reason Drawing Submittals and Design Calculations are submitted for the Engineer and/or Contractor to verify and confirm construction requirements. To that end,Northwest Pipe Company is submitting the attached change order pricing for replacing only the Dish Heads along(with Design Calculations)for review and approval. Regan s _ Peter Kien zle Project Manager Northwest Pipe Company 817-524-8114 NWP Track Record 9 338898 Printed Oct 04,2011 10:59 AM 1 ori 0 Northwest Pipe Company CHANGE ORDER 351 LONGHORN RD SAGINAW,TX 76179 TELEPHONE 817)847-1402 FAX(817)232-0372 Texas Roads & Utilities Change Order#4 Attn: John Hughes September 20, 2011 9495 Hwy 21 West Modification to Marks 214 & 223 Cedar Creek, TX 78761 USA PH: 512-303-3380 Fax: 512-303-3385 NWP Order#: 81671 SAP#: SA-10-025 BCRUA Treated Water Transmission Line Segment 2C Submitted by: Peter Kientzle Quantity description Unit Price Amount 1.00 Modification of Mark 214 - $6,673,88 $6,673.88 Remove existing 49.50"OD Dish Head, Remove Cement Mortar Lining, Attach 48.905"OD Internal Dish Head, Attach 6-Inch Flanged Outlet w/Blind Flange, One 6-Inch Nut, Bolt&Gasket Set, Repair Lining&Coating 1.00 Modification of Mark 223- $4,586,18 $4,686.18 Remove existing 43,50"OD Dish Head, Remove Cement Mortar Lining, Attach 42.959"OD Internal Dish Head, Attach 6-inch Flanged Outlet w/Blind Flange, One 6-Inch Nut, Bolt&Gasket Set, Repair Lining & Coating Total, $11,260. 6 Remarks: Marks 244&223 were fabricated complete In March 2019. Please sign and return one copy of this Change Order sheet indicating your acceptance of the cost.We will need this returned prior to the start of fabrication.All Terms and Conditions per the original Confirming Scope Letter shall apply. Thank You. i Accepted by: Date: Customer Name 1 Title HWP Track Record#338897 Printed Oct 04,2011 1037 AM i of 1 0FRIESE & ASSOCIATES, INC. October 12, 2011 Mr. John R. Hughes BRH-Garver, LP 7600 South Santa Fe, Building A-1 Fast Houston, Texas 77061 I Sent Via: Email Re: 42-inch and 48-Inch Dished Head Plugs 6CRUA Segment 2C Dear John, K Friese & Associates, Inc, (KFA) is in receipt of the information sent by Northwest Pipe regarding the fabrication of Stub A and Stub B with external dished head plugs in lieu of the specif led internal dished head plugs. After reviewing the submitted information and the Contract requirements, we are issuing Field Order No. 3 for removal of the external dished head plugs and Installation of internal dished head plugs on both Stub A and Stub B. This work should be at no additional cost to the Owner for the reasons described in the following paragraphs. Sheet C-9 of the Construction Plans, Plan and Profile of Stub "A" and Stub "B", calls for the installation of Elliptical Dished Head Plugs. As It is not it practical to detail every aspect of the waterline on the Pfan and Profile Sheets, a detail of an Internal Dished Head Plug is provided on Sheet C-21, Standard Details 2. Nowhere in the Construction Plans is an External Plug referenced or shown, Therefore, an internal plug is clearly required. This is no different than calling out a Fire Hydrant Assembly on the Plan and Profile sheets. The hydrant lead and valve are not shown on the plan and profile however, the Contractor is not relieved of the requirement to install the lead and cut-off valve since they are shown in the detail provided in the detail sheets. Northwest Pipe's Memo 98 dated September 20,2011,states that they interpreted the meaning of the graphical representation of the dished head plugs. It is standard practice to submit a Request for Information regarding any perceived ambiguity in the Construction Documents and not to move forward with interpretations. In this case, resolution of the perceived ambiguity would have been accomplished by simply directing Northwest Pipe to the previously included detail of an Internal Dished Head Plug. Northwest Pipe's Memo also states that pipe submittals are provided to verify and confirm construction requirements. Per Specification Section 01300, Submittals, the Contractor is required to notify the Engineer in writing and by highlighting In yellow,at the time of submission, any deviations In the submittals from the requirements of the Contract Documents. KFAwas not notified of deviations in the pipe shop drawings by the Contractor and fully expected the required Internal Dished Head Plugs. The review and approval of shop drawings by the Engineer does not relieve the Contractor from his responsibility with regard to the terms of the Contract. K FuIESF&Assns+RTES, INC_ + CONS ATwr EWDNEEµS + Fig-o :6535 120 S CaP;rAL OF TExns Hu.iIv y i THE SMINC.11, SUITE 130 • Au5Tiv,TFxis 78746 + TiL 512.338.1 704 0 fax 5 12 33'x.1 75,1 vnvvl_kfriese.s:ol Mr. ,john R. Hughes October 12,2011 Page 2 of 2 Field Order No. 3 is attached for removal of the external dished head plugs and Installation of internal dished head plugs on both Stub A and Stub B. Considering the informatlon in the above paragraphs, this work should be at no additional cost to the Owner, If you have any questions or need additional information, please do not hesitate to contact me. Sincerely, Thomas M. Owens, P.E. Project Engineer Attachment c: Mike Thuss, P.E. —BCRUA David Dial— D. L. Dial &Associates 0986 K 1'RIESE&A5SOCIATES, 1140. f CONSULTING ENCIIVEER5 - FIRm #6535 I l0 S CANTAI.or TEXAS 111FHWAr + Tstr SE NIC, 11, SWE 100 1 Aosr:.v,TExAs 78746 1 TEL 512.338.1 704 , FAx 512.336.1 784 + vnm.kfriesexori W,b1l BRUSHY CREEK REGIDNAL UT11JT-Y AU NORI Y FIELD ORDER To: BRH Carver Construction, LP Field Order No.: 003 7600 South Santa Fe, Date: 516111 Bldg A-1 East Houston,Texas 77061 Attn: Mike Musitano Owner: BRUSHY CREEK REGIONAL UMITY AUTHORITY Project: 72"TWTL#2c Subject: Stub "A"and Stub "B" This field Order is issued to interpret/clarify the Contract Documents, or order minor changes in the work The work described by this Field Order is to be accomplished without change in Contract Price, Contract Time, andlar Claims with other costs. DESCRIPTION: Stub"A" and Stub "B"have been manufactured with External Dished Head Plugs. This Field Order is issued to remove the External Dished Head Plugs and install Internal Dished Head Plugs on both Stub"A"and Stub "B"in accordance with the Contract Documents. Design Calculations and Shop Drawings for the Internal Dished Head Plugs shall be submitted per the Contract Documents. ATTACHMENTS: None REFERENCES: Letter to John R. Hughes from Thomas M. Owens, P.E. dated October 12, 2011 OWNERIOWN1 R'S REPRESENTATIVE ENGINEER-K FRIESE &ASSOCIATES, INC. By: By: Date: Date: /Z O nT 11 cc:File Farr: Ned Order tafi2l2U11 Northwest Pipe 951 e:(81 ) Road ���■7 i6 Saginaw.Texas 76179 Phone:{617}847-1402 Company Fax: (817)232-4372 THIS LETTER SENT VIA EMAIL October 19, 2011 Mike Musitano BRH Garver Construction, LP Bldg A-1 East Houston,TX 77061 RE; NWP CO#4 test head location changes Dear Mr.Musitano, Northwest Pipe Company has reviewed the response from BCRUA regarding Field Order 4003 and the memo from K. Friese& Associates. The response from K.Friese states that they specified internal dished head plugs to be used for both Stub"A"and Stub"B" and that the work should be done at no additional cost to the owner. Sheet C-9 clearly indicates an ending station for the pipe and installation of either a 42"or 48"dished head. The profile drawn also shows an ellipse at the end of the pipe which is common in the industry to detail and external dished head assembly. However, this was not the"intent"of K. Friese and has referenced a standard detail on sheet C—21 within the memo. The correct place to reference a detail that is to be utilized is to note it on the plan and profile sheets or within the general notes as shown on sheet G-2. It should also be taken into consideration that when an internal test head is intended to be used,the profile sheet would note a station location ahead of the end of the pipe. The information provided on sheet C-9 makes no reference to a standard detail, is drawn incorrectly,and indicates a dished head at the end stationing of the 42"and 48"waterlines. Utilizing the RFI process is standard protocol within Northwest Pipe Company when/if ambiguity or questions regarding interpretation exist. However,as stated above the information provided on sheet C-9 indicates an external dished head assembly and therefore a misinterpretation of the drawings was not perceived. In addition to our interpretation of the drawings we provide a submittal for review by Contactor, Engineer,and Owner if specified. Within this review process if a misinterpretation exists corrections can be made prior to the expense of manufacturing. Northwest Pipe Company submitted drawings for review on January 12,201 1we received approval on January 27,2011 without mark-up or comment that Stub"A"or Stub`B"test head locations were incorrect. K.Friese has used Section 01300 as reference stating that"the Contractor is required to notify the Engineer in writing and by highlighting in yellow, at time of submission, any deviations in the submittals from the requirements of the Contract Documents" This specification reference does not pertain to the issue at hand. No deviation, with intent,was submitted by Northwest Pipe Company for review by both Contractor and Engineer. The submittal process is utilized so that Manufacturer, Contractor,Engineer, and Owner all have the same understanding of the project plans and specification requirements. If an error, omission, or deviation has occurred on a siibmittal it can be corrected or accepted as needed, In this case there was not enough correct information provided as to the"intent"of the design by K.Friese. The change order submitted by Northwest Pipe Company is a valid claun for rework requited to Marks 214 and 223. Payment of Change Order#4 is expected prior to final shipment of materials to the jobsite. Respectfully submitted, I NORTHWEST PIPE COMPANY Eric Stokes Central Region Sales Manager Cc: P.Kientzle,J,Peterson, file CHANGE ORDER NO. 3 ITEM 3 CHANGE PROPOSAL REQUEST Change Proposal BRH Garver Construction L.P. Request No 10 (Not a Change Order) Project Name: Treated Water Transmission Line Project Owner: Brushy Creek Regional Utility Segment 2C Authority Contractor: BRH Garver Construction, L.P. Initiated By: ® Engineer ❑ Contractor Date: November 16, 2011 Attention:Work shall not commence until authorized by the Owner. Description of Proposed Change: The proposed changes consist of removing the chlorination of the water transmission line from the contract. BY: PRINTED NAME TITLE SIGNATURE DATE 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: ❑ Increased ❑ Decreased ® Unchanged by calendar days. This change will: ❑Add ® Deduct ❑ No Change $ 15,000 ❑ Itemized Cost Attached K Friese&Associates, Inc Brushy Creek Regional Utility Authority ❑ Recommend Acceptance ❑Accept ❑ Do Not Recommend Acceptance ❑ Not Accepted BY: BY: Thomas M. Owens, P.E. Michael F. Thuss, P.E. DATE: DATE: Change Proposal Request BCRUA 18-Feb-11 CHANGE ORDER NO. 3 ITEM 4 KFRI ESE & ASSOCIATES, INC. April 18, 2012 ",,;, eFeis9, APPROVED Brushy Creek Regional Utility Authority By Michael F. Thuss, P.E, of 9;03 pm,Apr 98, 2092 BCRUA Construction Trailer 1906 Hur Industrial Boulevard Cedar Park, Texas 78613 Sent Via: Email Re: Treated Water Transmission Line Segment 2c Change Proposal Request No. 11 Dear Mr. Thuss, Change Proposal Request Number 11 includes installation of temporary piping to provide aflushing location for the treated water transmission main disinfection procedure. The piping will be installed at an air release valve connection at the Leander Take-Point, on the northeast corner of Ronald Reagan Boulevard and County Road 272. The piping will be routed from the air release valve vault to the culvert under County Road 272. This point will serve as the flushing location for disinfection of Treated Water Transmission Main Segments 1, 2A, 2B, and 2C. BRH Garver Construction L.P. submitted an itemized cost for the proposed piping at a total cost of $10,017.71 K Friese & Associates, Inc. recommends that BCRUA accept the Change Proposal Request as submitted. Sincerely, Thomas M. Owens, P.E. Project Engineer K FRIESE& ASSocIATES. 1NC. + C omsuLTING ENGINEERS w FIRM T653S 1 120 S_C.4P7,�SL of TExA5 HIGHWAY w THE SErnr:C h,SUITE 100 + Aus w, TL:es 78746 + TE_ 51 2.338.1 704 • Fax 512.338.1784 + wvvw.kfrie5e.cDm _CH4NGERR OS,AL REQUEST Change Proposal BRH Garver Construction L.P. Request No 11 (Not a Change Order) Project Name:TWTL—segment 2c Project Owner: Brushy Creek Regional Utility Authority Contractor: BRH Garver Initiated By: (K Engineer ❑Contractor Date:April 17, 2012 Attention:Work shall not commence until authorized by the Owner. Description of Proposed Change: This proposal Is for necessaly material and installation to flush water from the line during disinfection. The changes consist of removing and staring the air release valve located at Station 3+00 on Stub A and Installing 12-inch DI piping to the 24-Inch culvert under GR 272. BY: Dawn Moers Asst. Project Manager P D NAME TITLE s NATURE DATE All work shall be in accordance with the terms,stipulations, and conditions of the original Contracl Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: E increased ❑Decreased E Unchanged by 1 calendar days, This change will: E Add ❑ Deduct ❑ No Change $100117,73 E Itemized Cost Attached K F iese.&Associates, Inc Brushy Creek Regional Utillty Authority ,Recommend Acceptance [:1 Accept ❑ Do Not Recommend Acceptance F-1NotAccepted BY: � /"'`- BY.- Thomas M. Owens, P.E. Michael F.Thuss, P.E. DATE: 1 v A f'1Z �-- DATE: Change Proposal Request BCRUA 18-Fob-11 BRH-GARVER CONSTRUCTION, L.P. BRH Contracting, LLC, General Partner 7600 S.Santa Fe.Bldg.A-1 Fast Houston,Texas 77061 Phone: 713-921-2929 Fax: 713-921-2487 April 17, 2012 Change Proposal Request #11(Revised) BCRUA-TWTL Segment 2C RE: Install 12" Piping to 24" Culvert for Disinfection Piping Pricing: ACT PipelAustin Quote Dated 03/29/2012 $6438.18 BRH-Garver Construction, L.P. $ 790.00 Labor Cost BRI-1-Garver Construction, L.P. $ 786.00 Equipment Cost Per Specification Section 00700, Paragraph 11.5.2 "The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty-five percent(25516) thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit." ACT Pipe Quote $6438,18 BRH-Garver Construction,L.P.- Labor Cost $ 790.00 BRH-Garver Construction,L.P.- Equipment Cost $ 786.00 Subtotal $8014.18 CONTRACTOR'S Allowable Mark-Up 25%- $2003.55 TOTAL for CPR No. 11- $10017.73 I I� I I L, — -- RON D.f3P0A5l.VQ.`— `i[/J,IPOE{a.RYPLUO f WSEND �rvIII LF{2'PV0PH(REITRkNED) lf!{--' .._ a� ���' ')f��—�� •-+. —(Z<l ^� +i0. — — _ �. �� �.+.��1GC RdtilO.9L� _'t-•ter T-���riS `��' f,�Ian x.28:sTokE--- �,; l '° !";`' ,t►'�--�r — _— .. -ar'�� ii3��yi�P � 6�"'� .H�' 1!f .,,i f J>�^ts�—��sl�— ='>r`�•'7'� l� _•� 8 `A 'ter�����¢ l•! .0 �;rf 1 Y + f • �! ,ll� r f rI'J l �� jV� ARYkSANF�as,,/ / 81A]rob, I MDETAIL t 1 IPS 8TU98 / r k jy IfI 11 r /11 � � 1 I / I ! � !f 11 p f� ►r IV MAU 90'0END VM TIMPORmyft MEOA•LUOORpRVAL 'AMD COVER { 12'PVO MR � (RE9TRA1kGO} OROD6HOUeO i , y HATURALOAcuNO 40' Tf a FAPfZ PlPfiTO + M.WIM11 rAiL 72' f2'PVCPIPE ' (RESIMNEA) REtiSOVB ANO 8TOMAIRVALYE, i GOVERALL oFeNlkOs EX18TINO 0'F AMM NR8 DATE VALVE Vrfr MOWHEEL f�'R 6•fLANOdOTh1J � v . REAUOARYiTfH MEOA•LUO01iEQUAL ` rt . ,;*� t.; THOMAS M.'OWENS .. 7Rk'NOHWALL pa+ 64754 ' 0 olq .� xqa �v p OFRIESE BRUSHY CREEK REGIONAL UTILITY AUTHORITY SCALE; NTS Assa� ,INC. TVVTL SEGMENT 2C friHEarrrtuaxrovawalnrar TEMPORARY PIPING FOR DISINFECTION ARV Ne aernr+o n avn�Ita n4.YEW at YAx 6it�L}y181 STA 3+00 STllE'iA" 1 " ACT/AUSTIN QUOTE gym. 1400 GRAND AVENUE PRKWY REPRINT �y r rt z r- �• rl PF'LUGERVILLE, TX 78660 customer Copy Phone: 512-252-7030 Fax: 512-252-7026 LP.5e 915654 E-Mail : sales@actpipeandsupply.com 04/17/12 Website: wwW.aCtpiPe.Com 1 Ship To: BRUSHY CREEK Sill To. SRH-GARVER CONSTRUCTION, G.P. BRUSH $086 7600 S. SANTA FE BLDG A-1 EAST HOUSTON, TX 77061 REFERENCE # EXPIRES SLSP TERMS FTM F'RE'IGHT SHIP VIA NEED PO TO BILL 09/27/12 502 NET 30 DAYS 40 PREPAID BEST WAY QUOTED BY: NSP QUOTED TO: DAWN ITEM DESCRIPTION ORDERED Uhf PRICE UM EXTENSION 5033501200 12" CLASS 350 DI P/0 PIPE Cl 100.00 LF 29.950 LF 2995.00 22061206E 12" X 6" DI COMPACT MJ REDUC 1.00 EA 93.740 EA 93.74 C153 FOREIGN 2202120OF 12" DI COMPACT MJ 90 SEND C1 3.00 FA 202.690 EA 608.07 FOREIGN 22031200E 12" DI COMPACT MJ 45 BEND C1 2.00 EA 167.850 EA 335.70 FOREIGN 29CSLDP12F 12" SIGMA SLDP12 ONE-LOK 11,00 EA 93.480 EA 1028.28 RESTRAINT KIT FOR DIP TO MJ 29CSLDP6F 6" SIGMA SLDP6 ONE-LOK 1.00 EA 35,780 EA 35.78 RESTRAINT KIT FOR DIP TO MJ 503701200 12" FIELD LOK GASKET 4.00 EA 225.000 EA 900.00 509020610 6" X 1'-0" PLG X PE D.I. PIP 1.00 EA 100.160 EA 100.16 568050600 6" 150#} FLANGED BOLT KIT 1.00 SA 12.000 EA 12.00 GRADE 5 WITH GASKET 3aq 12C1a-55 35D p. yard 1l. l•9S MERCHANDISE MISC TAX J?RESG1iT TOTAT. 1033 6108.73 .00 .00 .00 38+ 1 Brushy Creek TWTL Segment 2C CPR# I I EQUIPMENT.' Hourly Rafe Hourly Dally IDi9scripflon; Rafe: Hours: Dally Cost; CAT 4301T LOADER/BACKHOE $41.00 10 $410.00 GMC 2500 HD DIESEL 4X4 CREW TRUCK $19.00 10 1 $190.00 FORD F260 DIESEL 04 CREW TRUCK $19.00 10 1 $190.00 TOTAL $790.00 LABOR: Hourly Rate Payment Dally 1posillon: Unlf.' Cost., Hours: Dally Cost; Superintendent Hourly $36.00 10 $360.00 430 Backhoe Operator Hourly $17,00 10 $170.00 Pipe Layer Hourly $12.80 10 $128,00 Pipe Layer Hourly $12.80 10 $128.00 TOTAL $786.00 EQUIPMENT TOTAL. $790.00 LABOR TOTAL: $786.00 TOTAL. DAILY COSTS $1,576.00 CHANGE ORDER NO. 3 ITEM 5 CHANGE PROPOSAL REQUEST Change Proposal BRH Garver Construction L.P. Request No 12 (Not a Change Order) Project Name: Treated Water Transmission Line Project Owner: Brushy Creek Regional Utility Segment 2C Authority Contractor: BRH Garver Construction, L.P. Initiated By: ® Engineer ❑Contractor Date:June 1,2012 Attention:Work shall not commence until authorized by the Owner. Description of Proposed Change: This proposal is for antenna installation and programming for communications between the Leander take point and the City of Leander SCADA system. BY: PRINTED NAME TITLE SIGNATURE DATE 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: ❑ Increased ❑ Decreased ®Unchanged by calendar days. This change will: ®Add ❑ Deduct ❑ No Change $ 11,768.75 ® Itemized Cost Attached K Else&Associates, Inc Brushy Creek Regional Utility Authority Recommend Acceptance ®Accept ❑ Do Not Recommend Acceptance E� Not AceePte'd" Michael F.Thuss,P.E. BY: —0—:2 � ��� BY: 2fl12.0b.0516:5B:30-OS'Ofl' Thomas M. Owens, P.E. Michael F, Thuss, P.E. V DATE: y 0 r -2— DATE: 6/5/12 Change Proposal Request BCRUA 18-Feb-11 l } ©USA Control Panels USA Inc. May 30,2012 Patrick A.Womack,F.E. City of Leander,Texas P.C.Box 319 Leander,Texas 78646 p:512/259-2640 f:512/528-8421 Proposal - 12-6034 Meagan Take PT Leander Connection Mr.Womack, I am submitting this letter of proposal for the above-mentioned project. This proposal is based upon our latest findings per RTU path study report dated May 18,2012. CP USA will nrovide the fol lowin2 eaui ment and/or services for the projectlisted above • One Lightning Arrestor(900 mHz)* 60 ft.coaxial antenna cable w/connections • One coaxial grounding cable kit • One I Odb Yagi directional antenna • One 50 ft.Telescopic Antenna Mast • One MDS NET 900 Radio* • Required PLC and HMI programming to integrate take point into Reagan County Glen WWTP SCADA system • Required field service time to install antenna mast,coaxial cable,make connections,and orient antenna • All miscellaneous equipment such as din rail,terminal blocks,wire way,internal mounting hardware,etc. The following are assumptions made by Con"] Panels USA: • CP USA will not be responsible for updating the sites PLC or Panel View programs • Items with"*'will be mounted inside the existing RTU panel supplied by others • Radio to be powered by existing RTU panel power supply Pricing; Radio equipment and installation services as described above $9,415.00 If you have any questions,concerns,or need clarifications,please do not hesitate to give me a call, Regards, MD Shell Road 'Georgetown,Texas 78528 *Phone, (512)963-3224 'Fax: (512)85a-5446 'www.controlpanelsusa.net Jahn Carlin Estimator icarlin alcontrol antrlsusa.net Standard Terms and Conditions This proposal is valid forgo days. All items are FOB Georgetown,Texas. Any applicable lases shall be added to invoice. Payment terms are Net 30 days from invoice date. A late fee will he applied at a rete of 1.5%per month for all overdue paymems. 'lite receipt of a purchase order for the above proposal indicates your agreement to these terms. No changes to the above terms can be made without mutual consent in writing CPUSA Cost = $9,415.00 25% Contractor's Mark-up = $2,353.75 Total Cost = $11,768.75 2530 Shell Road 'Georgetown,Texas 78628 'Phan; (512)863.3224 `Fax; (512)668-5446 1 www.mntDIpanelsusa.net CHANGE ORDER NO. 3 ITEM 6 GHANG,E POPQS,AL RECU�S7" Change Proposal BRH Garver Construction L.P. Request No 13 (Not a Change Order) Project Name:Treated Water Transmission Line Project Owner Brushy Creek Regional Utility Segment 2C Authority Contractor: BRH Garver Construction, L.PI Initiated By: ® Engineer ❑Contractor Date: June 26, 2012 Attention:Work shall not commence until authorized by the Owner. Description of Proposed Change: This proposal is to remove the piping used to flush water from the line during disinfection and to reinstall the air release valve located at Station 3+00 on Stub A. Included is replacing the concrete blocks used to restrain the i In and clean-u of any other improvements/modifications associated with the flushin 3 piping. This CPR will also remove the orifice plate u stream of the flow control valve. BY: J �S Yl� e G+ I'v'r'a .CsI PAINTED NAME= TITLE SIGNATURE v DATE 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 completions will be: ❑ Increased ❑ Decreased ounchanged by calendar days. This change will: x Add ❑ Deduct ❑ No Change A Itemized Cost Attached K Friese & Associates, Inc Brushy Creek Regional Utility Authority 'E-Recommend Acceptance (]Accept ❑ Do Not Recommend Acceptance BY: " /tRec4 /- 0` � BY: Thomas M. Owens, P.E. Michael F. Thuss, P. 1 DATE: 6/29/12 DATE: ZC7 Ju a I Z 1B-Feb-11 Change Proposal Request _ BCRUA BRH-GARVER CONSTRUCTION, L.P. BRH Contracting, LLC, General Partner 7600 S.Santa Fe.Bldg.A-1 East Houston,Texas 77061 Phone: 793.921-2929 Fax, 713.921-2487 Change Proposal Request #13 BCRUA-TINTL Segment 2C RE: Removal Pipe and Reinstall Air Release Valve Pricing: ACT Pipe & Supply (see attached) $ 529.28 Central Machine Works (see attached) $ 97.42 BRH Garver Labor & Equipment (see attached) $4,111.12 Per Specification Section 00700, Paragraph 11.5.2 "The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as compensation for the CONTRACTOR`s and any affected Subcontractor's total overhead and profit." Subtotal $4,737.82 CONTRACTOR'S Allowable Mark-Up 25%- $1,184.48 TOTAL for CPR No. 13- 5 922.28 Brushy Creek TWTL Segment 2C 10 Hour - Daily Costs EQUIPMENT: 10 Hour Day Hourly Daily Rate: Hours: Dally cost: Description: $43.00 2D $$60.00 CAT 938F± LOADER $4g 15 20 $923,00 PETERBUILT HAUL TRUCK $19 x0 20 $380.OD FORD F350 DIESEL 4X4 CREW TRUCK TOTAL $2,163.00 LABOR: 10 Hour Day pail Payment y Unit: Cost: Hours: Daily Cos#: Position: Vlleekl $1,797.76 NIA $359.60 Superintendent $359.60 E ui ment O erator Hourl $13.66 16 $218.56 Eqpt operator Overtime Hourl $20.49 4 $51.96 -Pipe Lay-, Haur1 $12.80 16 $204.80 Pipe Layer Overtime Hour[ $19.20 4 $7684 Laborer Hourl $11.40 16 $182.40 Laborer Overtime Hourly $'17.10 4 $68.40 Haul Truck Driver Hourly $18.00 16 $288.{}0 Haul Truck Driver- Overtime Hourl $27.00 4 $1x8.00 TOTAL $1,948.'12 EQUIPMENT TOTAL $2,163.00 LABOR TOTAL $1,948.12 TOTAL DAILY COSTS $4,111.12 y "=`^�`� , ACT/AUSTIN pours `"`j '° REPRINT E 1400 GRAND AVENUE PRKWY customer Copy t, x. . 3 Y x- �' PFLUGERVILLE, TX 78660 Phone: 512-252-7030 Fax: 512-252-7026 Number 425668 E-Mail: sales@actpipeandsupply. Com Bate 06/29/12 Website: WWW.aCtpipe.ccm Page x Ship To: BRUSHY CREEK Bill To: BRH-CARVER CONSTRUCTION, L.P. 8086 7600 S. SANTA FE BRUSH BLDG A-1 BAST HOUSTON, TX 77061 REFERENCE # EXPIRES SLSP TERMS WH FREIGHT SHIP VIA 07/29/12 502 NET 30 DAYS 40 PREPAID BEST WAY QUOTED BY: TFS QUOTED TO: TAMMI-EXT 24 ORDERED UM PRICE UM EXTENSION ITEM DESCRIPTION 1.00 EA 214.280 SA 214.28 SST NON STOC 24" GASKET 1.00 EA 315.000 EA 315.00 EST NON STOC FREIGHT FOR GASKET MERC7iANDISE `-ktI3C TAX .FREIGHT - '1`oT:L OQ 529 .28 0 529.28 OQ 00 4 A, DATE FCENMACHINISTS-WELDERS-SUPPLIERS TRAL MACHINE WORKS INVOICED -7. MACH IN ISTS-WELDERS-SU P PLIERS ORDER DKTE 4824 EAST CESAR CHAVEZ AUSTIN,TEXAS 78702 PVACHASE ORDER No. (512) - 385-3287 Fax (512) -385-3289 JOB QTY, No. DESCRIPTION PRICE EACH LABOR % 4 6 7 10 17 12 13 14 15 16 17 18 19 An express mechanic's and/Or materialman's lien is hereby acknowledged on the herein described equipment and/or allicle(s)to SteUre the amount ofrepairs TOTAL LASH7 tbercto, BY CENTRAL MACHINE WORKS assumes no responsibility for loss through fire, RECEIVED ECEIVMATERIAL theft,collision or otherwise to the equipment and/or article(s)or the contents thereof. 1 AW411l-v SUB TOTAL SALESTAX TOTAL INVOICE CHANGE ORDER NO. 3 ITEM 7 CHA�[G hROPO AL REQUEST - Change Proposal 6RH Garver Construction L.P. Request No 14 (Not a Change Order) Project{Jame:Treated Water Transmission Line Project owner:Brushy Creek Regional Utility Segment 2C Authority Contractor:BRH Garver Construction, L.P. Initiated By: ® Engineer ❑Contractor Date:July 19, 2012 Attention:Work shall not commence until authorized by the Owner. Description of Proposed Change: This proposal is for the pads associated with modifying the flow control valve at the Leander Take Point to be a'Power c eN ower closed'valve. BY: �'[w7tix► 17t't'S YO �Ct � c� PRINTED NAME TITLED SIGNATURE DATE All work shall be In accordance with the terms,stipulations, and conditions of the criglnai Contract Documents. if the work herein provided for Is Approved by Change Order, the time of completion will be: ❑ Increased ❑Decreased ®Unchanged by calendar days. This change will: ®Add ❑Deduct ❑No Change $2.075.00 ®Itemized Cost Attached K Frlese&Associates, Inc Brushy Creak Regional Utility Authority ®Recommend Acceptance ®Accept ❑ Do Not Recommend Acceptance rNet n,., ptad- !BY: BY: Thomas M.Owens, P.E. Michael F.Thuss,P.E. 7/20/12 DATE: f 1 U L r _ DATE. Change Proposal Request BCRUA 18-Feb 11 Bermad Inc. -� 94?4 West Little York Road, Houston TX 77040 Phone: 713-856-1700, 800-821-6825 Fax: 713-856-1720, 800-237-6232 Water Control Solutions QUOTATION Quotation # Date: Reference #: 75200916 Jul. 16, 2012 BCRWA - LEANDER Contact: TOM OWENS Customer: K. FREISE & ASSOCIATES, INC Phone: Fax: Email: Freight Terms ALL Regional Manager David Wiehage Currency USD ($) Sales Person House Sales - David Wiehage Payment Terms Net 30 Territory CENTRAL/TX Ship Method TRUCK-GND-. Lead Time 5 Days Thank you for the opportunity to quote the.following_ No. Catalog Number Qty Net Price Total 1 S-US-General 1 $1,660.00 $1,660.00 Description: Kit. Note: PARTS & LABOR TO CONVERT EXISTING 24"M6-770-55-U TO 24"M6-710-03-B INCLUDES BRASS PILOTS, COPPER TUBING W/BRASS FITTINGS, INTERNAL PLUGS,AND LABOR TO; 1. REMOVE EXISTING PILOT CONTROL LOOP COMPONENTS 2. SUPERVISE REMOVAL OF 24"M6 ACTUATOR ASSEMBLY BY OTHERS (SAFETY CRIBBING TO BE PROVIDED BY OTHERS) 3. INSTALL REQUIRED INTERNAL PORT PLUGS TO CONVERT 24"M6 TO DOUBLE CHAMBER OPERATION 4. SUPERVISE RE-ASSEMBLY OF 24"M6 ACTUATOR ASSEMBLY BY OTHERS 5. FIELD INSTALL CONTROL LOOP FOR SOLENOID ON/OFF OPERATION (VALVE NORMALLY OPEN) 6. PERFORM START-UP OF THE NEW CONTROL LOOP Total Value of QUOTATION $1,660.00 * Please reference the above quotation on any subsequent purchase order. *Quote validity: 60 days *All orders must meet Bermad's Minimum Order Requirements (MOR). *All items listed subject to prior sale. *Shipping and handling charges will be applied to orders with net values less than $5,000.00 * Cancelled orders may be subject to cancellation fees at Bermad's discretion. * Returns require prior approval, restocking fees may apply. *All orders are subject to Bermad's review and acceptance. *Orders must be submitted in writing on customer's own purchase order forms. * Bermad's terms of sale apply. No statements, clauses, or conditions contained in said order form will be binding on Bermad if they in any way modify our terms and conditions of sale, BERMAD MATERIALS = $1,660.00 25% CONTRACTOR'S MARK-UP = $415.00 716/2012 16:29 PM TOTAL = $2,075.00 Page 1of1 Change Order Data Contract Time Adjustment Bid Item # Item Description and Change Unit Qty. Unit Price Amount (Days) GEN-4 Deduct Protective Fencing LF -674 $2.30 -$1,550.20 GEN-5 Deduct Trench Safety Protection LF -69 $2.50 -$172.50 Deduct Remove & Reinstall GEN-7 Existing Fence LF -258 $5.80 -$1,496.40 GEN-13 Deduct Temporary Culverts LF -28 $65.00 -$1,820.00 EC-3 Deduct Construction Entrance EA -2 $934,00 -$1,868.00 EC-4 Deduct Silt Fence LF -2773 $1.30 -$3,604.90 EC-6 Deduct Concrete Wash-out Area EA -1 $1,257.00 -$1,257.00 PAV-3 IDeduct Repair Old CR 180 Li -22 $36.90 -$811.80 DRN-1 Deduct Concrete Rip-Rap CY 1 -13.85 $171.00 -$2,368.35 Credit for not installing 48-inch WAT-6 Pipe LS -1 $15,686.52 -$15,686.52 Credit for not installing two 24-inch WAT-11 Butterfly Valves LS -1 $12,097.68 -$12,097.68 WAT-12 Deduct Extra Ductile Iron Fittings EA -1 $603.00 -$603.00 WAT-16 Credit for not installing 6-inch ARV LS -1 $16,706.81 -$16,706.81 WAT-17 Deduct Fire Hydrant EA -1 $6,083.00 -$6,083.00 Credit for 6-inch Gate Valves not WAT-18 installed on Manways LS -1 $1,684.14 -$1,684.14 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 80.00 TOTALS: -$67,810.30 0