Loading...
HomeMy WebLinkAboutPR 24477: CHANGE ORDER NO. 7 OF MAIN WASTEWATER TREATMENT PLANT (WWTP) IMPROVEMENT PROJECT ( • • -3 it Y! YIlt fl l' INTEROFFICE MEMORANDUM Date: August 1, 2025 To: The Honorable Mayor and City Council Through: Ronald Burton, C.P.M., City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: PR No. 24477 — Approve Change Order No. 7 of Main Wastewater Treatment Plant (WWTP) Improvement Project Introduction: This agenda item is seeking the Council's approval to execute Change Order No. 7 with ALLCO, LLC for the Main Wastewater Treatment Plant(WWTP) Improvement Project for an increased cost of$357,699.02 to the new updated contract amount of$70,121,806.57. Background: Resolution No. 22-147 awarded the Main Wastewater Treatment Plant (WWTP) Improvement Project to ALLCO, LLC of Beaumont, Texas for the total amount of $73,643,227.00. The construction phase is managed by Freese &Nichols, Inc. On August 2, 2022, Resolution No. 22-329, approved Change Order No. 1 for value engineering performed by Freese &Nichols, Inc., ALLCO, LLC, Golden Triangle Consulting Engineers, and the City of Port Arthur staff in the deduction amount of$6,234,049.00 for a new contract amount of$67,409,178.00. On December 20, 2022, Resolution No. 22-586, approved Change Order No. 2 including, Primary Clarifiers subgrade stabilization,Drying Beds demo,Demo and Remove CSS,Helical Piles, and Brentwood PVC TF Media price increase and reduction for the removal of VE Lighting Package, use of bank sand for pipe bedding, and remove Admin Building improvements in the deduction amount of$73,564.57 and 75-day time extension with a final project end date of December 17, 2026. PF On December 19, 2023, Resolution No. 23-556, approved Change Order No. 3 for an increased amount of$114,851.00 to replace 4 Trickling Filter Effluent Butterfly Valves with Slide Gates and add an expansion joint to Aeration Basin Buttress Wall. On June 4, 2024, Resolution No. 24-246, approved Change Order No. 4 for an emergency repair to prevent the complete failure of the 30"force main from the lift station for an increased contract amount of$389,801.00 for additional piping to reach the existing 30" force main and to reroute the discharge piping of the existing 10"pump at the Main Outfall Lift Station to the existing 36" force main. In addition,to install a line stop at the 36" DI influent pipe to reroute the flow through 440 LF of 24" HDPE. On June 18,2024,Resolution No.24-268, Change Order No. 5 was approved to provide and install Envirodyne Grit Removal Equipment which was a budgeted item in the Capital Budget and suggested as a cost-savings alternate manufacturer for $889,500.00. It also included $215,896.00 for replacing the 30" pipe connection at the new Headworks Facility with a 42" pipe for connection for the new 42" sewer force main being installed under a separate contract and a proposal to install VFD's to add variable speed control to the existing overhead crane at the Main Outfall Lift Station and crane certification which will be done by Crane Tech, Inc. with support by Allco for$13,195.00.The total cost of this change order resulted in an increase of$1,118,591.00,to a new total contract amount of$68,958,856.43. On April 8, 2025, Resolution No. 25-140, Change Order No. 6 was approved for the cost associated with bypass pumping at the Main Outfall Lift Station(MOLS). The original plans called for the current pumps at the MOLS to be operational to transition new pump installation. However, the current pumps have not been functional and thus required reconfigured bypass pumping. Furthermore, during construction, additional bypass measures were required at the Wet Well of the MOLS due to the existing gates not being functional to transition the installation of the new gates and knife gate valves. The cost associated with the reconfigured bypass pumping is for $805,251.12, bringing the total contract amount to $69,764,107.55. Change Order No. 6 also extended the contract time by 180 days. Freese and Nichols is proposing Change Order No. 7 for the chemical building door and wall rehabilitation, crane repairs, 8-inch water line and valve, crane hoist, Entergy pull box, debris removal at wet well,installing CSS at Main Outfall Lift Station,and includes deductions for pressure testing at the dewatering building, as well as, deduction for the use of stabilized sand at FRP joints instead of concrete. The total cost associated with Change Order No.7 is$357,699.02,bringing the total contract amount to $70,121,806.57. The Change Order will also extend the contract time by 45 days due to the work being proposed bringing the total contract time to 1880 days. Budget Considerations: The original contract price is $73,643,227.00 Change Order No. 1 decreased the contract amount by $6,234,049.00, decreasing the change order percentage allowed by -8.5%. Change Order No. 2 decreased the contract amount by $73,564.57, decreasing the change order percentage allowed by -0.1%. Change Order No. 3 increased the contract amount by $114,851.00, increasing the change order percentage allowed by 0.2%. Change Order No. 4 increased the contract amount by $389,801.00, increasing the change order percentage allowed by 1.5%. Change Order No. 5 increased the contract amount by $1,118,591.00, increasing the change order percentage allowed by 1.5%. Change Order No. 6 increased the contract amount by $805,251.12, increasing the change order percentage allowed by 1.1%. Proposed Change Order No. 7 will increase the contract amount by $357,699.02, increasing the new total contract amount to$70,764,107.55 and increasing the change order percentage allowed by 0.5%to a total -4.8%. The funding is available in Capital Improvement Projects (CIP) Account No. 405-40-000- 8516-00-00-000, Project No. WS0023 and is contingent upon the approval of budget amendment in Proposed Ordinance No. 7360. Recommendation: Recommend City Council approve PR No. 24477 to authorize the City Manager to approve Change Order No. 7 as per the work detailed in the attached Memo dated August 1, 2025 by Freese &Nichols, Inc., as described/outlined above. PR No. 24477 8/1/2025 cm Page 1 of 4 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 7 FOR THE MAIN WASTEWATER TREATMENT (WWTP) PLANT IMPROVEMENT PROJECT WITH ALLCO, LLC OF BEAUMONT, TEXAS, FOR AN INCREASED COST OF $357,699.02 FOR VARIOUS MODIFICATIONS AT THE MAIN WWTP, RESULTING IN A NEW TOTAL CONTRACT AMOUNT OF$70,121,806.57,AND EXTENDING THE CONTRACT TIME BY 45 DAYS; FUNDING FROM CIP ACCOUNT NO. 405-40-000- 8516-00-00-000, PROJECT NO. WS0023, IS CONTINGENT UPON THE APPROVAL OF THE BUDGET AMENDMENT IN PROPOSED ORDINANCE NO. 7360 WHEREAS, the City Council approved Resolution No. 22-147, awarding the Main Wastewater Treatment Plant Rehabilitation project to ALLCO, LLC of Beaumont, Texas for the total amount of$73,643,227.00; and, WHEREAS,on August 2,2022, Resolution No. 22-329, approved Change Order No. 1 to reduce the contract amount by $6,234,049.00 for Value Engineering performed by Freese & Nichols, Inc., ALLCO, LLC, Golden Triangle Consulting Engineers and the City of Port Arthur staff for a new contract amount of$67,409,178.00; and, WHEREAS,on December 20, 2022, Resolution No. 22-586,approved Change Order No. 2 for a decreased amount of $73,564.57 including, Primary Clarifiers subgrade stabilization, Drying Beds demo, Demo and Remove CSS, Helical Piles, and Brentwood PVC TF Media price increase and reduction for the removal of VE Lighting Package,use of bank sand for pipe bedding, and remove Admin Building improvements to a new contract amount of$67,335,613.43 and add 75-day time extension with a final project end date of December 17, 2026; and, WHEREAS,on December 19, 2023,Resolution No. 23-556, approved Change Order No. 3 for an increased amount of$114,851.00 to replace 4 Trickling Filter Effluent Butterfly Valves with Slide Gates and add an expansion joint to Aeration Basin Buttress Wall, to a new contract amount of$67,450,464.43; and, Pr- PR No. 24477 8/1/2025 cm Page 2 of 4 WHEREAS, on June 4, 2024, Resolution No. 24-246, approved change Order No. 4 ratifying the emergency repair on the 30" force main for an increased amount of$389,801.00 by installing additional piping with a 10"pump to reroute the force main, 36" Line Stop, and HDPE Bypass piping, to a new contract amount of$67,840,265.43; and, WHEREAS,on June 18,2024,Resolution No.24-268,Change Order No. 5 was approved for providing and installing Envirodyne Grit Removal Equipment, replacing the 30" pipe at the Headworks Facility with a 42"pipe for connection to the new 42"sewer force main from the Main Outfall Lift Station (MOLS)which is being installed under a separate contract, and proposal to install VFD's to add variable speed control to the existing MOLS overhead crane and get crane certified for an increase of$1,118,591.00, to a new total contract amount of$68,958,856.43; and, WHEREAS, on April 8, 2025, Resolution No. 25-140,approved Change Order No. 6 for an as-needed basis with a not to exceed increase amount of$805,251.12 for the costs associated with the reconfigured bypass pumping required for the installation of the new pumps, gates, and knife gate valves at the Main Outfall Lift Station since the existing equipment was not operational as proposed in the original plans, bringing the new total contract amount to $69,764,107.55 and extend the contract time by 180 days due to the reconfigured bypass pumping; and, WHEREAS, Freese and Nichols, Inc. is proposing Change Order No. 7 for an increase amount of$357,699.02 for the chemical building door and wall rehabilitation, crane repairs, 8- inch water line and valve,crane hoist,Entergy pull box,debris removal at wet well,installing CSS at Main Outfall Lift Station,and includes deductions for pressure testing at the dewatering building and deduction for the use of stabilized sand at FRP joints instead of concrete, bringing the new total contract amount to $70,121,806.57 and extend the contract time by 45 days; and, WHEREAS,the total amount in the Change Orders,including the proposed Change Order No. 7, are within the allowed 25%of the original contract amount(Exhibit"B"), as per the Texas PR No. 24477 8/1/2025 cm Page 3 of 4 Local Government Code Section 252.048(d). NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT,the City Council hereby approves the City Manager's decision to execute Change Order No. 7 (Attachment "A") for an increase cost of $357,699.02 with ALLCO, LLC of Beaumont, Texas for the Main WWTP Improvements project, to a new contract amount of $70,121,806.57 and extended contract time of 45 days; and, THAT,funding is available in CIP Account No. 405-40-000-8516-00-00-000,Project No. WS0023, contingent upon the approval of budget amendment in Proposed Ordinance No. 7360; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this day of , 2025 at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: Mayor Councilmembers: NOES: Charlotte M. Moses Mayor ATTEST: Sherri Bellard City Secretary PR No. 24477 8/1/2025 cm Page 4 of 4 APPROVED AS TO FORM: Roxann Pais Cotroneo City Attorney APPROV 4.' • DMINISTRATION: albOm_ Ronald Burto. '3 alvin Matthe , .E. City M. •:_er Water Utilities Director APPROVED AS FOR AVAILIBILITY OF FUNDS: 7,31Ze Lynda(Lyn) Boswell, MA, ICMA-CM Clifton Williams, CPPB Director of Finance Purchasing Manager ATTACHMENT A (CHANGE ORDER) FR E E S E Innovative approaches a ZNICHOLS Practical results `Outstacndingg service 11200 Broadway St.,Suite 2320 + Pearland,Texas 77584 + 832-456-4700 + FAX 817-735-7491 www.freese.com August 5,2025 Calvin Matthews,PE Director of Water Utilities City of Port Arthur Texas 444 4th Street Port Arthur,TX 77640 Re: Project No. R15056 Port Arthur Main WWTP Improvements:Change Order No.007 Dear Mr. Matthews: Included with this letter is Change Order No. 007 for the above-referenced project. This letter is to serve as a narrative along with the supporting documentation attached. All the items included in this change order will be funded by the City of Port Arthur's CIP Account No.405-40-000-8516-00-00-000, No.WS0023. Item No.1:CP-10 Replace overhead door and repairs to CMU Block walls in Chemical building Deterioration of the existing CMU block walls in the chemical building needed to be addressed to ensure structural stability of the building. Cost: $80,915.38 Additional Days:0 Calendar Days Item No.2:CP-11 Crane Repairs This change proposal is for repairs required for the overhead crane at the Main Ootfall Lift Station(MOLS).The crane was not functional and needed parts replaced to allow removal and installation of existing and proposed pumps. Cost:$16,436.00 Additional Days:0 Calendar Days Item No.3:CP-12 Replace 8in Waterline&Valve This change proposal is for replacing an existing water line to DI and adding a valve at the City's request. Cost:$31,650.00 Additional Days:5 Calendar Days Item No.4:CP-13 Electrical Mods(SWDB-1) This change proposal was initiated in 2023. There are many items included in these upgrades as shown in the attached details. Cost:$82,204.00 Additional Days: 10 Calendar Days Item No.5:CP-15 Entergy Service Changes This change proposal is based on revisions to the electrical scope per Entergy. Cost:$159,762.64 Additional Days:0 Calendar Days cc:Jess Liao,Hani Tohme,Murali Erat,Matt Cartwright PTR22379 T:\4.0 CONSTRUCTION\4.40 Contract Mod\4.43 Chg Orders\Change Order No.7 Item No.6:CP-16 Remove existing debris from wet well The MOLS wet well had excessive debris when draune3d and the materials needed removal for new construction to proceed. Cost:$12,949.00 Additional Days:30 Calendar Days Item No.7:CP-17 Provide Cement Stabilized Sand at the MOLS to backfill unknown piping that was encountered. This change allowed the contractor to backfill around existing piping encountered when excavating for contract installed piping. Cost:$5,532.00 Additional Days:0 Calendar Days Item No.8:CP-18 Credit for eliminating pressure testing at the dewatering building. This change allowed the contractor to omit the requirement for testing of the pressure piping in the dewatering building to facilitate quicker, more efficient construction. The piping will be tested when brought online and any issues will be taken care of at that point in time. Cost:$(2,000.00) Additional Days:0 Calendar Days Item No.9:CP-19 Credit for using CSS at FRP couplings vs concrete. This change allowed the contractor to utilize cement stabilized sand around the joints of the FRP piping resulting in savings to the City. Cost:$(29,750.00) Additional Days:0 Calendar Days To summarize,this Change Order has an overall cost increase of$357,699.02 and 45 additional calendar days to the contract time. I hope the above narrative, along with the supporting documentation included, provides adequate information to be able to process this Change Order in a timely manner. Please don't hesitate to reach out to me if you need any further explanation or backup documentation. Sincerely, Richard Provolt,CCM Construction Manager PTR22379 T:\4.0 CONSTRUCTION\4.40 Contract Mod\4.43 Chg Orders\Change Order No.7 Project Port Arthur Main WWTP Improvements Project Number Owner City of Port Arthur PR22416 Contractor Allco,LLC TX 870 Construction Manager Richard Provolt,CCM PTR22379 Design Professional Murali Erat,P.E. PTR22379 CoPA Account No. 405-40-000-8516-00-00-000 CoPA Project No. WS0023 Change Order No. 007 Date 7/24/2025 Item Description Additional Days Change Amount 1 CP-10 Chemical Building Door and wall rehab 0 $ 80,915.38 2 CP-11 Crane repairs 0 $ 16,436.00 3 CP-12 8"Water Line and Valve 5 $ 31,650.00 4 CP-13 Crane Hoist-SWB-1 Mod 10 $ 82,204.00 5 CP-15 Entergy Pull Box 0 $ 159,762.64 6 CP-16 Debris Removal at Wet Well 30 $ 12,949.00 7 CP-17 Install CSS at MOLS 0 $ 5,532.00 8 CP-18 Deduct for pressure testing at the dewatering building 0 $ (2,000.00) 9 CP-19 Deduct for Stabilized sand at FRP joints in lue of concrete 0 $ (29,750.00) Net Change in Contract Price this Change Order $ 357,699.02 Net Change in Contract Time this Change Order 45 Days The compensation in this Change Order is the full, complete,and final compensation for all costs Contractor may incur because of or relating to this change whether said costs are known, unknown,foreseen, or unforeseen at this time, including without limitation,any cost for delay, extended overhead,ripple or impact cost, or any other effect on changed or unchanged Work because of this Change Order. The changes in Contract Times are the complete and final adjustments for impacts to the ability of Contractor to complete the Work within the Contract Times and are the only adjustments to which Contractor is entitled.All terms and provisions of the Contract Documents remain in effect except as specifically modified by this Change Order. Original Contract Amount: $ 73,643,227.00 Net from Previous Change Orders: $ (3,879,119.45) Total Amount of This Change Order: $ 357,699.02 Percent Change in Contract Amount of this Change Order: 0.49% Total Percent Change in Contract Amount to Date: -4.78% New Contract Amount: $ 70,121,806.57 Original Contract Duration: 1,580 Calendar Days Additional Contract Days per Previous Change Orders: 255 Calendar Days Additional Contract per This Change Order: 45 Calendar Days Revised Contract Time: 1,880 Calendar Days I Original Previous Revised Substantial Completion Date 7/5/2026 3/17/2027 5/1/2027 Final Completion Date 10/3/2026 6/15/2027 7/30/2027 Change Order No. 7 Recommended by Design Professional: Recommended by Construction Manager: POWly izv@ treby Ruh.CN R,ci Richard Provolt gro@treeee corn CN,RIcherd ProVOK.W=i 131 PMCM CT%. 7/31/25 em �`' 6 o�",m L_ DaN'2026 07.31 t9:22 16�06'00' Murali Erat, PE Date Richard Provolt, CCM Date (Freese and Nichols, Inc.) (Freese and Nichols, Inc.) Approved by Contractor: Approved by Owner: 7/3(2_5- (1)1/n/ il _ ..... ., , 5 Brandon Ha ison Date Calvin Matthews, PE Date Vice-President Director of Water Utilities Allco, LLC City of Port Arthur Change Order No. 7 e flI m 4 3 H H N H H Vf H H IA M N EA EA IA c a a § F e Pt e I c` a ° 11 ^'o.I u F "' n• `° a `o C U » w, n u+ (n wwww4,H .n r U 3 u - U E .. t 'c O me 1' 0 °Q pp pp pp pp pp p p pp pp pp pp p w vi N --a m 5 0 0 0 0 0 0 O S $E,0 0 O 8 O O 4 v{ lg. J H — m ti ✓f w w M tM H ..... M w w H H rA H H W H H M W N L v N pp Q _ O O 8 0 0 O O O O " "` ti Q - ogogo c 000 0 E- E ffi _ d 9 j F _ SF g : 8 S -2Lv _ ° y W ` _ c15 ,e s a o .9. a w - e - _` ,n,n,n v,u: _.1 r, 3 f y,v - F V. €.4 V - ,.,n '' Pi :°°,v - - z o v, .o 0 0 E u ' 0" s" a w 5 a 13• q hN z z t y E F p 9 m m — I n0 ° r p p pp pp p p O < op i K gi Z• O '3 L`.' � A. �p m � w s ,° e e ry N o d o ° , _o c E F. F E u '— m m E _ U g i V C 9▪F Q C H N vi H K tll Vi H N W"K W K H ,sl A Ni,n,n ,n co, P ry .4 d ry ry X /" ° ° a 0 z I - W 2 1 U L ti a m o x e J s 1-= _ gE F. F C m t- 'v_ E V C U Z n F cz C `o `o a m.- r < y z ' z a z • x 8 F Q o it a K Z z C - Z C : _ s ` x x x x z_ o -,dZ =Xy zm. z -t z -C o T_ O O O O o a ca o zm .c� oo � z � m < V ` 9° � - - �? JJ s- ,4 � z tZ ZJ ce HcZSCzx Cz2.] . c 'c ' JU7 GU . c ° c u L• d E S4,< Uv, > .az aUce:sOSoCO Vs21 r o o °a x _ _ s =_ 3�sma�=c L U m u 4, U V C.J w U y ] g > _ - ` ` 7 . . . . . _ _ _ 7 ' I0aA,,c4_... 7-.-..?8--...-). ,-s,,0.. ` — 2 § \ - \ $ / rx • _ / I \ % | } } I \ }} 3 < ! ; 1u1 1111111111111111 ( �)/k _ a 2 =2 E. 1111111111011 } _ & ! _ - - co Z CI kk) j - � _ . _ . j [E �;� / . . . L. !« rya 2 - - § \ j k \//\k § \ 111111111111111 / � � < 0 .0.. ! k \ !§f § ) _ - i - - - - - . . \ - 2 cd } (!k!f = j - } ) � \ = d } o & ® l1:7E! | ) 7 } ! ! ® ! E : _ - cC UQo = -§ !! = , . e - ;I e O. 2 - |., & ! , » . � = , � 2 = VI1 _ CC IIL II !� 0 111111111 II 21.1 _ ! } \ k $bkf)� . _ . . . . _ ; � / � P 2} 2 milimill _ } arq ) , 7 { i0_=_ ) ; \ \ 5 0 . C \ 0L - | . , = 7 = , ( 4 f , j / \ 22 - \ ( 31 ; _ j \ E _ : miiooiini` + \ g ` ! 47 } \ .. m \ { }\ ES• E . ® = c - {) !, e } ƒ )� ) ƒ « i f7 - /• a) /} )}) /} } § / j } \\ \ \\\}\\\\ £ 03 3 ! ; _ 0 , 0r0 • 0 , e CraneTech Inc. Estimate 4213 Technology Dr. Modesto, CA 95356 / C �VO r- AR@cranetechusa.com C (�T�`- f AR@cranetechusa.com / 7 �' tA�t, J 6 ''� www.cranetechusa.com c cC e f° y)41, fr P CroneTechinc t/4 i ce ( V,," 1-- ADDRESS i SHIP TO ALLCO Inc. - Port Arthur ALLCO Inc. - Port Arthur PO Box 3684 6300 Procter Ext. Beaumont, TX 77704 US Port Arthur, TX 77642 US ESTIMATE* DATE 62748 03/06/2025 P.O. NUMBER Brandon Harrison ACTIVITY DESCRIPTION QTY RATE AMOUNT Repair-Services ST Troubleshoot no crane functions 8 150.00 1,200.00 Mileage Mileage 206 1.00 206.00 Miscellaneous Miscellaneous 1 50.00 50.00 Sales Tax Sales Tax calculated by AvaTax for 264760-V4 at Wed 1 0.00 0.00 Mar 12 06:36:54 UTC 2025 SUBTOTAL 1,456.00 TAX (0%) 0.00 TOTAL $1 ,456.00 Accepted By Accepted Date ACH PAYMENTS (PREFERRED): Account Number: 1000043925 Routing Number(ABA):026004624 Bank name: Modern Bank N.A. 410 Park Ave, New York, NY 10022 FOR CHECK PAYMENTS: CraneTech Inc. PO Box 75613 Chicago IL 60675-5613 CREDIT CARD PAYMENTS (BALANCES LESS THAN $10K): https://pay.supplierpayments.com/payment/da22dfc2-e0cd-4089-b9d7-315611 d73ea8 FE I N: 77-0632748 CraneTechinc. Prepared for: ALLCO 5436 Procter St Port Arthur, TX 77642 on 3/11/2025 Table of Contents Service Worksheet- Lift Station Overhead Crane.9615- 1 1.0 Job Hazard Analysis V 1.1 2.0 CraneTech Inc.disclaims all warranties,both express and implied,relating to the information,reports,opinions and analysis disclosed to the Customer by CraneTech Inc.CraneTech Inc.shall not be liable for any errors or omissions,or any losses,injury or damages arising from the use of such information,reports,opinions and analysis by the Customer. Printed on 03/11,2025 Powered by INSPECTALL Table of Contents Overview Breakdown by Form Form Type s High ,4 Med Low #Forms Job Hazard Analysis V 1.1 0 0 0 1 Service Worksheet 0 0 0 1 Overall: 0 0 0 2 Breakdown by Location Location aHigh . Med Low #Forms Not Specified 0 0 0 1 Lift Station 0 0 0 1 Overall: 0 0 0 2 Breakdown by Asset Asset Type • High Med Low #Assets Overhead Crane 0 0 0 1 Overall: 0 0 0 1 CraneTech Inc.disclaims all warranties,both express and implied,relating to the information,reports,opinions and analysis disclosed to the Customer by CraneTech Inc.CraneTech Inc.shall not be liable for any errors or omissions,or any losses,injury or damages arising from the use of such information,reports,opinions and analysis by the Customer. Printed on 03/11,2025 Powered by INSPECTALL Overview CraneTech,Inc. 4213 Technology Drive,Bldg.B 5356 CraneTech I n c. Modesto,CA (866)994-6478-6478 Service Worksheet FolderiD:62748 FormID:23657281 ALLCO 5436 Procter St Port Arthur,TX 77642 Overhead Crane Crane Type: TRDG Crane Location: Lift Station Capacity: 7.5 Tons Crane Serial 9615 Power Supply: 460V-3Ph-60Hz -11 Number. Control Type: Remote Equipment 1 ' r ' Number: Crane Manufacturer: Kranco Hoist Quantity: Main Trolley Quantity: 1 Trolley Manufacturer,Hoist 1: Acco Serial Number,Hoist 1: N A Original Wire Rope 1/2" Diameter: Priorities Found: 8-Good Service Details O 1. Date 03/07/2025 • 2. Job Number 62748 3. PO Number • 4. Service Objectives Troubleshoot no crane functions 0 5. Service Performed P5 Arrive on site talk to customer about trouble with crane.Perform JSA and site inspection.Check status of drives from ground level drive shoe ready to operate turn remote on and connect remote move bridge about 6 inches and remote lost connection attempted to reconnect remote multiple times with no success check batterie's they were good.Attempted to connect again no success.Drop pendant down and operated crane with push button station with no troubles attempted to reconnect remote was able to connect remote and operated crane with no issues.Diagnosis is that the remote system is being to fail and should be replaced.Left pendant down so that customer will have access to operate by PB Station if Remote fails completely. Customer talk to me about a few other recommendations that were discussed at earlier visits and wants a quote for the following items in additional comments section. 0 6. Additional Comments K606 remote system Power festoon 40'12awg 4 conductor Control festoon 40'12 awg 8 conductor Festoon trolley system 25'1.4 4 rollers for festoon trolley New 100 amp power bar system with scrubber system 50'rail system When quoted there will need to be some kind of scaffolding that will need to be built so an additional site visit may need to be made by sale to get a proper quote but building is 50'long and the walk way is 39 inches wide 1 technician Jim Womack 8 hrs ST 7. Parts Used None 8. Equipment Used None 9. Materials to be Ordered Signatures CraneTech Inc.disclaims all warranties,both express and implied,relating to the information,reports,opinions and analysis disclosed to the Customer by CraneTech Inc.CraneTech Inc.shall not be liable for any errors or omissions,or any losses,injury or damages arising from the use of such information,reports,opinions and analysis by the Customer. Printed on 03/11,2025 Powered by INSPECTALL 1,0 10. Additional Repairs Authorized 11. Service Technician Jim Womack c=)\\-1.--- 12. Equipment Operator/Owner Mike Nunez \IN\ CIS r. . ' T .. P5.1 P5.2 P5.3 P5.4 4 . P5.5 CraneTech Inc.disclaims all warranties,both express and implied,relating to the information,reports,opinions and analysis disclosed to the Customer by CraneTech Inc.CraneTech Inc.shall not be liable for any errors or omissions,or any losses,injury or damages arising from the use of such information,reports,opinions and analysis by the Customer. Printed on 03/11/2025 Powered by WSPEC?ALL 1.1 CraneTech,Inc. 4213 Technology Drive,Bldg.B 5356 CraneTech l 1�}I c. Modesto,CA (866)994-6478-6478 Job Hazard Analysis V 1.1 FolderlD:62748 FormlD:23652249 ALLCO Performed By:501Jim Womack 5436 Procter St Date Completed:03/07/2025 Port Arthur,TX 77642 Priorities Found: 0 11 -Good General • 1. Customer Name or Location Allco • 2. JOB/TASK (T)Troubleshooting (R) Repair/Installation • 3. Are there multiple cranes on the same runway? (N)No • 4. Jobsite Exposure PHYSICAL HAZARDS (E)Electrical (0)Other (SL)Slips,Trips,or Falls (F) Falls from Elevations • S. Jobsite Exposure HEALTH HAZARDS (0)Other 6. Hazard Control Measures (F)Fall Protection (0)Other (G)Gloves (S)Safety Glasses,Goggles, Face Shield (HH)Hard Hat • 7. Have All Necessary PPE,Tools and Equipment Been Inspected? (Y)Yes O 8. Have All Necessary Permits Been Obtained? (Y)Yes O 9. Has customer personnel in the area of the crane to be service been notified? (Y)Yes 10. Date 03/07/2025 • 11. Signature Jim Womack CraneTech Inc.disclaims all warranties,both express and implied,relating to the information,reports,opinions and analysis disclosed to the Customer by CraneTech Inc.CraneTech Inc.shall not be liable for any errors or omissions,or any losses,injury or damages arising from the use of such information,reports,opinions and analysis by the Customer. Printed on 03/11,2025 Powered by INSPECTALL 2.0 OCraneTech I nc. 2025-03-14 ALLCO ' rs � P LN r Allco Prepared for: Brandon Harrison Proposal ID: 03142025JM-01 Hi Brandon, CraneTech, Inc. is pleased to submit the following proposal for your consideration and approval. If you have any questions or would like to see revisions to this proposal, feel free to contact me directly at jmartin@cranetechusa.com or at 346-298-8566. Once this quote is approved/PO issued, parts will be ordered. Work will be scheduled at the earliest availability following parts receipt. Scope of work: • Replace existing runway power bar system • Replace existing Bridge power& control festoon system • Install new radio control system • *Customer agrees to provide manlift access to the crane runway and bridge* Pricing: Item Price QTY Subtotal Labor $8,567.78 1 $8,567.78 Materials $1,166.66 1 $1,166.66 . Radio Remote Control System Materials $3,448.00 1 $3,448.00 ;.inway Power Bar System Materials $1,014.50 1 $1,014.50 Bridge Festoon System $14,196.94 (866)99-HOIST or(866)3446478.E www.cranetechusa.com CraneTechlnc. Net Total $14,196.94 Terms & Conditions • Payment: 50% down with order, 40% prior to shipping, net 10% due upon completion for orders over$50,000 • Price subject to fluctuations in commodity pricing (steel) and tariffs. Price only locked in once purchase order price for materials is finalized with our suppliers (and once downpayment is received for orders over$50,000). • Prices quoted do not include applicable sales tax or freight. • Excludes: Any additional labor, equipment, material and work not listed above • All work is to be in compliance with ANSI, OSHA, NEC and CMAA standards • Prices are based on open & clear access to equipment normal workdays Mon- Fri, 7:30am to 4:00PM • Delays by others will be billed at applicable rates This Proposal is also subject to and governed by CraneTech's Terms and Conditions of Sale(T&Cs)which can be found here,The T&Cs are incorporated herein by reference as if set forth in full in this Proposal.By accepting this Proposal,Customer expressly acknowledges that the T&Cs are a part of this Proposal and certifies that it has read and understands the provisions set forth in the T&Cs and agrees to be bound by them.The T&Cs can be revised,modified,or added to at any time at CraneTech s sole discretion.Any such revisions,modifications,or additions to the T&Cs will be etfectrve immediately and retroactively incorporated in full into this Proposal.Customer should periodically review Inc T&Cs to ensure that it understands and is aware of any such revisions,modifications or revisions. Agreed and accepted by: CraneTech Allco J (z( Hath u 03 / 14/2025 Jim Martin Brandon Harrison (866)99-HOIST or(866)994-6478.k _www.cranetechusa.com ll Design Build Construction Management General Contractors P.O. Box 3684, Beaumont,Texas 77704 Phone:409-860-4459 Fax:409-860-3857 Email:allco@allco.com June 7, 2024 Freese & Nichols 10497 Town &Country Way, Suite 500 Houston,TX 77024 Attn: Rami Abusheikh Re: City of Port Arthur WWTP Improvements Project Change Proposal-8" Waterline &Valve Dear Mr.Abusheikh: Allco proposes the following change order in the amount of $31,650.00 to install the 8" waterline and valve per the direction of FNI: DESCRIPTION/COST SUMMARY Furnish and install 8" PVC C-900 Waterline&Valve per FNI directive; removed cement stabilized sand except where the line crosses under the road Time Extension-5 Calendar Days ITEM LABOR MATERIALS EQUIPMENT MARKUP/OH TOTAL 8"Waterline&Valve $7,104.00 $15,118.00 $5,300.00 $4,128.00 $31,650.00 Please contact the undersigned if you have questions or issues regarding this matter. Respectfully, Allco, LLC Brandon H rrison ALLO gip '4:34"4:4444'-,1-v' !,4( A LCO rill NICHOLS A LM ALM Original Message From "Rami Abusheikh" <Rami.Abusheikh(a�freese.com> To "Brandon Harrison" <bharrison(c�allco.com> Cc "Keith Burrell" <keburrellsbcglobal.net>; "Mike Nunez" <mnunez(a�allco.com>; "Matt Cartwright" <Matt.Cartwright(a�freese.corn>; "Calvin Matthews (calvin.matthews@portarthurtx.gov)" <calvin.matthews(a�portarthurtx.gov>; "Jess Liao (iess.liao@portarthurtx.gov)" <jess.liao@portarthurtx.gov>; "Hani Tohme" <tohmehani@vahoo.com> Date 3/29/2024 1:40:06 PM Subject RE: Port Arthur Main WWTP: Proposal to Replace 8" WL & Valve Brandon&Keith, Can you please try to get this proposal to me next week so the City can decide if they want to include it in this upcoming change order or not. Thank you, Rami Abusheikh,PE I Construction Manager I Freese and Nichols,Inc. 1832-456-4736 I rami.abusheikh@freese.com I www.freese.com �7 NICHOLS From: Rami Abusheikh Sent: Tuesday, March 19, 2024 3:03 PM To: Brandon Harrison (bharrisoniaailco.cc ) < ;ailco.com> Cc: Keith Burrell <keburrell(c�sbcglobal.ne.>; Mike Nunez <mnunezallco.com>; Matt Cartwright <Matt.Cartwright,(freese.corn>; Calvin Matthews (calvin.matthews(eZportarthurtx.gov) <calvin.matthews portarthurtx.gov>; Jess Liao (jess.liao portarthurtx.gov) <jess.liao(u�portarthurtx.gov>; Hani Tohme <tohmehaniyahoo.com> Subject: Port Arthur Main WWTP: Proposal to Replace 8" WL &Valve Brandon, Can you please provide me with a proposal to replace the valve and the 8"Water Line as shown below and highlighted on the attached? The valve by the gate is inoperable and the pipe from the valve to MH#10 alternates between AC Pipe, PVC&DI and the City would like a functioning valve and new DI pipe. 5 ,,,,t ...‘.. (.(/ .... ., lie/..,,,,,::40.:<,,,,N1/,:, 44✓ �+ f�� ./ .:. / ./,..' ,' 1 1/,.\,4C#.9:. ,'/: NN . -e.r..:,,,1.„. ,#..4 ��, r 04',4 0#, .:, ;Z,. 6 # III {r. r III IP - IP/ , co' ,,,,, 46. . r / J _ _ #, Thank you, Rami Abusheikh,PE I Construction Manager I Freese and Nichols, Inc. 1832-456-4736 I rami.abusheikh((freese.com I www.freese.com r FREESE NICHOLS This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment, may contain the sender's organization's confidential and privileged information. The recipient is hereby notified to treat the information as confidential and privileged and to not disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing, retention, copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply email and delete all copies of the material from any computer. Thank you for your cooperation. 6 , 3E S�ry 2,`;,N V • E3 N q < O` , ' m.0 O r N b t N R- O 40 r - p is(�_ ,�m v.6 "3 N . O. a,H..F `., en N Vi..,vi H 6',V,V,69 69 Vf Vf YS EA V,W!H Y, EA N C O F N 9 r O g S O 7 E g F. 7 O v, Z z ., ° a F z a o 0 o r F F or ".in u _a a c c c o o Cj J oCU �",FAV,�, �:A o BC UY T O C U a F C a ar niE •. N0 a c c cj �". c 0 o r = m cc\ a ‘`rav / CS aro y u a F c c a co ix: `^ 8. ua F C O 1 x so, ,/,40 V,v, vl •A L U C U . hE • $,N;cr,r,e Go 90 d' e r N= s 2 O O2 c u a c EA Q EA H9 H EA(A GA V,EA Vi K.N,EA v. C U 6s O N ._.N O v, 0.0 0 f N O n n ry ry .c r V.0. A 6 .1 — DJ A NENNENCI. M 2'..2. C C U U - -- F F O _ . E� oo t Ur > F_ m jcc r a ^ , O L L O eA Cr 2 O'6 j ° • W 2` ' nswv, ,v,v ,: , -12 vi —F CI 5 o 0 moo. Go- W -2U" 2 2 Z z o• � E of EE8E h = T.U.o 3 0 0 9 3 r E en.` o F F c as '�' o av' O. 6 v ho r2 u E o .7 .� o A ,, V. y u C�0 9 U O .°. v,w rn n v,v. u,v,v,`o a, ,v n v,v, v,vv: v,v, 6.- 2 S 8 itEE Eo8E. 3 I Qv]t en T T.n. 0.D.D.G p C 7 u t O O u. U .a. ...d,, e9 w b9 v, C_ _ N 4 L°o'D vry—ry OF u mF F ,A. .. I g N 0 F'-`= c.3 U U `24 2 Ie aot ._ :. Z- 8 a a c` `O 3 3 E a E E F 3L6 `o 3 � _ vv. m = s_a°�a2 3 o U 3 'o v'; c $m`;i ai ,� E E Q o °z y o .� L .�` 11 a a ti�i y w 0 c Eo Q c 3 0 o Q Q<Q - E 0 0 _ r6 v 0 c`' v z r U U'.Y1 C C L O u ; J U U 3 3 = v =2 4 v: 22v, a I q �.E c... A o ;,, A - a O O 9 - 2 9 ? G _9 O ` O O V ` E O ` E. E 0. .O r a 3 ' 0 e e >,c u 7 E 8 >7 :. 0 o No L � �u�iU ©Oii. Z a 0000 F — E-v,-,4 .n 6 r- oo c W-INDUSTRIES 7-16-25 Valid through August 15, 2025 Crane Hoist / SWB-1 Modifications Total $: $ 78,289.27 CLARIFICATIONS,ASSUMPTIONS AND EXCLUSIONS 1. This proposal is based on the electrical design being provided by others. Therefore, our proposal is based on the plans and specifications as shown. Any additional requirement or additional device changing the design will have to be priced accordingly. 2. This proposal is based on a lump sum bid and pricing breakouts are not stand-alone pricing. Break-out pricing is for accounting purposes only. 3. Electrical installation quoted as per specifications. 4. The following services are to be provided by W-Industries pertaining to the change order: a Modification of two breakers inside SWB-1 b Addition of fused disconnect switch HOIST-1100-01 c Materials and tie into Crane Hoist d Enclosure for IS Relay 5. The following items have been excluded: • Motors • Formed concrete/concrete pads/light pole foundations • Utility company charges 1 • Offsite trash removal • Final site preparation • Sanitary facilities • Boring, hydro excavation, or hand digging • Traffic control • Geotechnical laboratory fees • Rock excavation • Spoil removal/testing • Sales Tax / Tariffs • P&P Bonding • Heat Tracing • Heavy Lifts 6. If this proposal is accepted, these terms will be incorporated into any subcontract agreement to be executed by the parties covering the work herein quoted. 7. Our proposal is based on industry standard 8-hour workday and working hours from 7:00am to 4:00pm. • • w-industries.com W-IN: 11)/i DUSiTRIES 8. We assume that AEtE CAD files are available for Shop and Record drawings at no additional cost to W-Industries, Inc. - IEtE Industrial Et Commercial Construction, Inc. ("W-Industries"). 9. We assume that seismic restraints will not be applicable on this project based on the location of the project. Therefore, we have not included any. 10. Any warranty obligations of W-Industries- IEtE Industrial Et Commercial Construction, Inc. pursuant to this subcontract shall extend only to labor and materials provided by W-Industries or specified by W-Industries as meeting subcontract quality and performance requirements. W-Industries' warranty obligations shall not extend to Owner, Designer (other than W-Industries - IEtE Industrial Et Commercial Construction, Inc.), or Contractor specified specialty products such as specialty lighting fixtures, LED systems and related software, controllers, etc., against manufacturing defects or for additional labor beyond initial installation required to replace such defective products. In the case of Owner, Designer or Contractor specified specialty products purchased by Wlndustries pursuant to this subcontract; W-Industries 's warranty obligations shall be limited to a pass through of the manufacturer or distributor product warranty. W-Industries represents and warrants to Client that the work shall conform with the Scope of Work and be free from defective material or workmanship for a period of twelve (12) months from substantial completion of the work. W-INDUSTRIES MAKES NO REPRESENTATIONS, WARRANTIES OR CONDITIONS OTHER THAN THOSE EXPRESSLY SET FORTH HEREIN. ANY IMPLIED WARRANTIES INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE DISCLAIMED. 11. We assume all existing electrical scope is in good working condition. 12. This proposal is based upon the assumption that the labor and materials anticipated herein will be reasonably available and not subject to unanticipated market fluctuations. W-Industries' price and schedule are subject to equitable adjustments for delays caused by Clients failure to provide any required approval or suitable Project access or by occurrences or circumstances beyond W-Industries' reasonable control, such as fires, floods, earthquakes, strikes, riots, war, terrorism, threat of terrorism, acts of God, acts or regulations of a governmental agency, emergency, security measure or other circumstances, including, without limitation, unusual weather conditions and unanticipated shortage of labor and/or materials. 13. In the event of any changes in the scope of services to be performed by W-Industries, as directed by Client, Wlndustries shall prepare and submit a change order defining the change in scope, and setting forth the change, if any, in the schedule and cost. Upon written approval of the change order, W-Industries shall proceed with the work and compensation will be adjusted in accordance with the approved change order. 14. Client must provide all reasonable assistance required by W-Industries in connection with the services, including, without limitation, all information related to the services or subject matter thereof in Client's possession, custody or control reasonably required by W-Industries. 15. This proposal is valid for 30 days. Unless expressly stated otherwise in the Proposal, the fees, costs and schedules in the Proposal constitute W-Industries' estimated probable cost and time for services. The estimated probable cost is not a guaranteed maximum or not-to-exceed price. W-Industries shall inform Client if it determines at any time that a material change to the nature, time or extent of services is required or advisable. 16. Except as otherwise specified in the Proposal, Client will pay each invoice within 30 days of its date. Interest will be charged on unpaid balances beginning 30 days from the invoice date at the lesser of 1.5% per month or the maximum rate permissible under law. Upon 10 business days' notice, W-Industries may suspend Services without liability until all past due amounts, including accrued interest, have been paid in full. If W-Industries takes legal action to enforce payment and prevails, Client shall reimburse W-Industries for all collection and legal costs. Client shall pay W-Industries for Services rendered regardless of whether Services are intended in whole or in part to benefit a third party. 17. Notwithstanding anything to the contrary contained in the Agreement, the parties agree to waive all claims against each other for any incidental, special, indirect, punitive, exemplary or consequential damages that may arise out of or relate to this Agreement. Liquidated damages of any kind are specifically excluded. 18. The proposal and any subsequent contract shall be governed by the substantive laws of the jurisdiction in which the Project is located (the "Jurisdiction"). The Jurisdiction's courts have exclusive jurisdiction and venue over all disputes arising out of the Contract, and the Jurisdiction is deemed to be the place of performance for all • • w-industries.com 4.71)k W-INDUS1 RIES obligations under the Contract. The Parties waive any objection to the Jurisdiction's courts on grounds of inconvenient forum or otherwise. 19. If this proposal is accepted, the above terms will be incorporated into any subcontract agreement to be executed by the parties covering the work herein quoted. Please do not hesitate to call if you have any questions or require additional information. Sincerely, W-Industries- IEtE Industrial Et Commercial Construction, Inc. 8ria4,1'L dual • . w-industries.com lf. THE REYNOLDS QUOTE COMPANY ELECTRICAL SUPPLY 10502 GREENS CROSSING BLVD Entered Date Customer PO# Customer# Order# HOUSTON,TX 77038-1494 (713)426-8400 7/16/25 16285 25878554-00 Placed By Sales Rep In Sales Rep Out CARLY ESPADA CHAD M. BEATY Taken By Requested Ship Date Printed Date and Time CMB 7/17/25 7/16/25 2:59 PM Bill To Ship To W-INDUSTRIES,INC W-INDUSTRIES INC ATTN:ACCOUNTS PAYABLE 8303 THORA LN 8303 THORA LN SPRING,TX 77379-3160 SPRING,TX 77379-3160 WE ARE PLEASED TO PROVIDE THE FOLLOWING QUOTE FOR YOUR REVIEW QUOTES ARE VALID FOR 30 DAYS WITH THE EXCEPTION OF COMMODITIES OR WHERE OTHERWISE NOTED Instructions Reference DO NOT ACCEPT VERBAL PURCHASE Ship Point Ship Via Terms THE REYNOLDS COMPANY-HOUSTON OT ROUTE4 NET30 Notes Line Product and Description Quote Qty Net Avail Estimated Unit Price Price UM Net Amount($) Ship Date 1 30A I 3P BREAKER-MCC 1 4.00 0.00 8/14/25 6,123.75 EACH 24,495.00 E9000 RELIAGEAR 2-4 WEEKS 2 50A/3P BREAKER-MCC1 2.00 0.00 8/14/25 6,123.75 EACH 12,247.50 E9000 RELIAGER 2-4 WEEKS 3 XT1HU3025AYD000XXX 1.00 0.00 8/14/25 600.25 EACH 600.25 "I-LINE"PLUG IN VERSION 4 GEDITHN3361SS 1.00 0.00 7/24/25 916.62 E 916.62 GE THN3361SS 30A 3P HD N4X SS 600V NONFUSE STOCK REYNOLDS DALLAS raps irwww.reynoldsonline.com/Product/ge-thn3361ss?equole=true 5 BUSSFRSR60 3.00 3.00 7/17/25 24.79 E 74.37 BUSS FRS-R60 600V RK TD FUSE VERIFY CORRECT FUSE https'.IN.vww.reynoldsonline.coMProduct/eaton-bussmann-series-frs-r-6p?equole=true 6 BUSSFRSR25 3.00 3.00 7/17/25 14.40 E 43.20 BUSS FRS-R25 600V RK TD FUSE Mips'.//wow.reynoldsonline.comlProducbeaton-bussmann-series-frs-r-25?equole=true 7 BUSSFRSR30 1.00 1.00 7/17/25 14.40 E 14.40 BUSS FRS-R30 600V RK TD FUSE VERIFY CORRECT FUSE Mips://www reyrsldsonline.corn;Product/eaton-bussmann-senes-fs-r-307equote=true THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller Is subject to Seller's general terms and conditions of sale("Seller's Terms')as attached to this document or as otherwise posted on Seller's website,https'..//www.reynoidsonline.com/terms-and-conditions.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customer's purchase order or other documents that are in addition to or otherwise inconsistent with Seller's Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Seller's Terms. Page 1 of 2 ,cif/ THE REYNOLDS QUOTE COMPANY ELECTRICAL SUPPLY 10502 GREENS CROSSING BLVD Entered Date Customer PO# Customer# Order# HOUSTON,TX 77038-1494 (713)426.8400 7/16/25 16285 25878554-00 Placed By Sales Rep In Sales Rep Out CARLY ESPADA CHAD M. BEATY Taken By Requested Ship Date Printed Date and Time CMB 7/17/25 7/16/25 2:59 PM Bill To Ship To W-INDUSTRIES,INC W-INDUSTRIES INC ATTN:ACCOUNTS PAYABLE 8303 THORA LN 8303 THORA LN SPRING,TX 77379-3160 SPRING,TX 77379-3160 7 Lines Total Total Qty Quoted 15.00 Subtotal 38,391.34 Taxes 0.00 Total 38,391.34 THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale("Sellers Terms")as attached to this document or as otherwise posted on Sellers website.https:lAvww.reynddsonline.comrtenns-and-conditions.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customers purchase order or other documents that are in addition to or otherwise inconsistent with Sellers Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Sellers Terms. Page 2 of 2 0 0 0 - 0 h 00 - T .° N 0 T 0c 0 00 O N N V - en 1I1 N N en s N m N - S v1 S a ? T RO - N or- S p O 'C N 0 a-O .a ? en, N °. .o F. FX- t °. - = N 7 N - = M .-.. on E 4, N N 49 4,43 49 49' N cot41 on 2 R - O .o 01 ° a o N 0 c w., 0 T z v .` s a a r_ q e va i '`6, `o c o - i y' ' o A - - ` F CC - C. F F o o a ao - tO c r • . e c • e° O Gil U W en GA N W 4,43 4,4) 4, 49 r yr U u a ] p y 3 a o E. U a Va0 m a W a 3 W a en noa E Fa = n s ' n S O C • - , N 0 CG 0., (. a 00 N . N C N 0 - • OC O CO CO k,! - NO N ,- y J a •a W 9 < Ls m. e O w Y 49 69 69 49 49 43 to 69 V 0 X c � V 0 0 0 0 0 0 0 0 •G V vt - O. ° a co c I o00000000 ° G 0 0 0 O O O r , u «. [-. .° O N S O O Oc t` K a v1.G v - o,. a .o. '^ ?'^ ? '? r.,_ d to A v C y N V1 b a _ O N ` _y 7. ° Q.' .O •G .+ ° .O 49 4,4, 4,69 4, 4,4, Vi H 49 4,4,4, 4, c/ p a W C = m L 'o en - U _ � ro v1 .O C >` E a O C 0 0 0 0 66 0 0 O `L V - - • O R ON t ca V 6N - oo U .o oc,i o .c � s ` ro F H U 2 W U Nl 'E o � Q a O ^45 vi o 5 'v' O E- Ta U c F U Z N ,. N.0 E '' 4,4,4,49 4, 4,44 2 4,69 6,4, 69 LI O 0 S ° V1 ^J l J v v v � c d,a u o .> c ° CC u cc pc 8. a a o 2 O zo V 'O U e •� •� •: E a . a J " 5 5 E ...".. c voO h N o .0 .. av n c E A 0 aO O O O o A en - o M to a s , i s ; v , Noe .d ,ea oo - No L. _ c S F mo o >, K R o Nvm o 0 o s s a .oa0 cn C to,r y 0 eU O M. N 4.D 1/j " V N .° O - U m U Z .Z Cc . � 4, » 4, 4, 49 ol 14,4,4,4, 49 '° 4i 4, 4, 4, 69 49 49 4i - - Y E s a _ a o-.o of r c c 0.; N 3 v C _i. N _T ,, vi , vi 3 3 ' iiid F --,-E' f .4 C Q o C 3 3 ul P v v fi s (� , O v, O m C ° 6 3 g = X � F' 0 C U e LI 6'g . E •ems° XN � • W 2 ° z 4 o A U .n . 2 (.. -' O Z Q 3 t m U a o u _ .: n p < '; _ =� , U O [r] W X ,n v+ a Z J .2 r.c 4. a c� ° .. _ o E m 0. x G F- ''' = F. `,o: O W N J Q -'? c a° `c C Y G>;7 ` V1 fY, !- y C! ., X ..I m .7 7. V z F-• z QO'C�? j `"9 c e o L ' z F. 7 < < OQXU < FZ - OO7 .n q ".'.' c 'c a li .. a 0: p O C u F �p zO `_A F ,_, M = O F cot s E g y ` � .`. m U .c 1.u,r a 00 O., X N 44 � O O Z O Z E o c .� H E z Z O 0 O •a to i 3 o e v 7. O Z 57U Q U u.J2c>JUC^ 0zx o O D U O V v Y m 3 .,_N : :: : i Maw W-I� :14)1k DIJ yIES July 10, 2025 CO #3 City of Port Arthur WWTP - Entergy's Requirements for Electrical Service Qty Description Price 2 Installation of service requirement per Entergy (see attached CO Breakdown) $ 138,230.36 Total 138,230.36 CLARIFICATIONS, ASSUMPTIONS AND EXCLUSIONS 1. This proposal is based on the electrical design being provided by others. Therefore, our proposal is based on the plans and specifications as shown. Any additional requirement or additional device changing the design will have to be priced accordingly. 2. This proposal is based on a lump sum bid and pricing breakouts are not stand-alone pricing. Break-out pricing is for accounting purposes only. 3. Electrical installation quoted per updated elec. Drawings provided by FNI 4. This CO is contingent on Entergy's approval of Jboxes. 5. The following items have been excluded: • Motors • Formed concrete/concrete pads/light pole foundations • Utility company charges/Tariff fees • Offsite trash removal • Final site preparation • Sanitary facilities • Boring, hydro excavation, or hand digging • Traffic control • Geotechnical laboratory fees • Rock excavation • Spoil removal/testing • Sales Tax • P&P Bonding • Heat Tracing • Heavy Lifts 6. If this proposal is accepted, these terms will be incorporated into any subcontract agreement to be executed by the parties covering the work herein quoted. 7. Our proposal is based on industry standard 8-hour workday and working hours from 7:00am to 4:00pm. 8. We assume that A&E CAD files are available for Shop and Record drawings at no additional cost to W-Industries, Inc. - I8E Industrial 8 Commercial Construction, Inc. ("W-Industries"). • • w-industries.com W-INDUSiTRIES 9. We assume that seismic restraints will not be applicable on this project based on the location of the project. Therefore, we have not included any. 10. Any warranty obligations of W-Industries - IEEE Industrial Et Commercial Construction, Inc. pursuant to this subcontract shall extend only to labor and materials provided by W-Industries or specified by W-Industries as meeting subcontract quality and performance requirements. W-Industries' warranty obligations shall not extend to Owner, Designer (other than W-Industries - IftE Industrial Et Commercial Construction, Inc.), or Contractor specified specialty products such as specialty lighting fixtures, LED systems and related software, controllers, etc., against manufacturing defects or for additional labor beyond initial installation required to replace such defective products. In the case of Owner, Designer or Contractor specified specialty products purchased by Wlndustries pursuant to this subcontract; W-Industries 's warranty obligations shall be limited to a pass through of the manufacturer or distributor product warranty. W-Industries represents and warrants to Client that the work shall conform with the Scope of Work and be free from defective material or workmanship for a period of twelve (12) months from substantial completion of the work. W-INDUSTRIES MAKES NO REPRESENTATIONS, WARRANTIES OR CONDITIONS OTHER THAN THOSE EXPRESSLY SET FORTH HEREIN. ANY IMPLIED WARRANTIES INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE DISCLAIMED. 11. We assume all existing electrical scope is in good working condition. 12. This proposal is based upon the assumption that the labor and materials anticipated herein will be reasonably available and not subject to unanticipated market fluctuations. W-Industries' price and schedule are subject to equitable adjustments for delays caused by Client's failure to provide any required approval or suitable Project access or by occurrences or circumstances beyond W-Industries' reasonable control, such as fires, floods, earthquakes, strikes, riots, war, terrorism, threat of terrorism, acts of God, acts or regulations of a governmental agency, emergency, security measure or other circumstances, including, without limitation, unusual weather conditions and unanticipated shortage of labor and/or materials. 13. In the event of any changes in the scope of services to be performed by W-Industries, as directed by Client, Wlndustries shall prepare and submit a change order defining the change in scope, and setting forth the change, if any, in the schedule and cost. Upon written approval of the change order, W-Industries shall proceed with the work and compensation will be adjusted in accordance with the approved change order. 14. Client must provide all reasonable assistance required by W-Industries in connection with the services, including, without limitation, all information related to the services or subject matter thereof in Client's possession, custody or control reasonably required by W-Industries. 15. This proposal is valid for 30 days. Unless expressly stated otherwise in the Proposal, the fees, costs and schedules in the Proposal constitute W-Industries' estimated probable cost and time for services. The estimated probable cost is not a guaranteed maximum or not-to-exceed price. W-Industries shall inform Client if it determines at any time that a material change to the nature, time or extent of services is required or advisable. 16. Except as otherwise specified in the Proposal, Client will pay each invoice within 30 days of its date. Interest will be charged on unpaid balances beginning 30 days from the invoice date at the lesser of 1.5%per month or the maximum rate permissible under law. Upon 10 business days' notice, W-Industries may suspend Services without liability until all past due amounts, including accrued interest, have been paid in full. If W-Industries takes legal action to enforce payment and prevails, Client shall reimburse W-Industries for all collection and legal costs. Client shalt pay W-Industries for Services rendered regardless of whether Services are intended in whole or in part to benefit a third party. 17. Notwithstanding anything to the contrary contained in the Agreement, the parties agree to waive all claims against each other for any incidental, special, indirect, punitive, exemplary or consequential damages that may arise out of or relate to this Agreement. Liquidated damages of any kind are specifically excluded. 18. The proposal and any subsequent contract shall be governed by the substantive laws of the jurisdiction in which the Project is located (the "Jurisdiction"). The Jurisdiction's courts have exclusive jurisdiction and venue over all disputes arising out of the Contract, and the Jurisdiction is deemed to be the place of performance for all obligations under the Contract. The Parties waive any objection to the Jurisdiction's courts on grounds of inconvenient forum or otherwise. w-industries.com ‘141 . W-I�DUSITRIES 19. If this proposal is accepted, the above terms will be incorporated into any subcontract agreement to be executed by the parties covering the work herein quoted. Please do not hesitate to call if you have any questions or require additional information. Sincerely, W-Industries- IfE Industrial Et Commercial Construction, Inc. aria,Li w-industries.com O THE REYNOLDS QUOTE COMPANY ELECTRICAL SUPPLY 10502 GREENS CROSSING BLVD Entered Date Customer PO# Customer# Order# HOUSTON,TX 77038-1494 (713)426-8400 7/10/25 16285 25638692-00 Placed By Sales Rep In Sales Rep Out CARLY ESPADA CHAD M.BEATY Taken By Requested Ship Date Printed Date and Time COE 7/11/25 7/10/25 9:51 AM Bill To Ship To W-INDUSTRIES,INC W-INDUSTRIES INC ATTN:ACCOUNTS PAYABLE 8303 THORA LN 8303 THORA LN SPRING,TX 77379-3160 SPRING,TX 77379-3160 WE ARE PLEASED TO PROVIDE THE FOLLOWING QUOTE FOR YOUR REVIEW QUOTES ARE VALID FOR 30 DAYS WITH THE EXCEPTION OF COMMODITIES OR WHERE OTHERWISE NOTED Instructions Reference DO NOT ACCEPT VERBAL PURCHASE Ship Point Ship Via Terms THE REYNOLDS COMPANY-HOUSTON OT ROUTE4 NET30 Notes Line Product and Description Quote Qty Net Avail Estimated Unit Price Price UM Net Amount($) Ship Date 1 AB484826NFX 2.00 0.00 7/25/25 6,446.09 EACH 12,892.18 48X48X26 2 CRHISTAGIO 48.00 14.00 7/18/25 5,126.83 C 2,460.88 MYERS STAG10 4 AL GROUND HUB 14-HOUSTON STOCK REMAINDER RDFW STOCK https:/hhww.reynoldsonline.com/Producticrouse-hinds-stag-10?equole=true 3 CRHISTAG3 4.00 0.00 7/18/25 1,108.80 C 44.35 MYERS STAG3 1 AL GROUND HUB RDFW STOCK https://www.reynoldsonlirre.com/Product/crouse-hinds-stag-3?eq uote=true 4 AB543226NFX 2.00 0.00 7/25/25 4,779.52 EACH 9,559.04 54X32X26 5 CONDPVCTA4 24.00 24.00 7/11/25 406.27 C 97.50 PVC TERMINAL ADPT 4-IN https:/hxww.reynoldsadine.coralProduct/approved-oendor-pvcta4?equote=true 6 CONDALCNIP4X6 12.00 0.00 7/25/25 9,412.35 C 1,129.48 ALUM NIPPLE 4 X 6 hops//www.reynoldsonline.com/Product/approved-vendor-alcnip4x6?equole=true 7 CONDALCNIPIX4 2.00 2.00 7/11/25 1,272.08 C 25.44 ALUM NIPPLE 1 X 4 https://www.teynoldsoohine.com/ProducUapproved-vendor-alcnipl x4?equole=tote THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale("Seller's Terms')as attached to this document or as otherwise posted on Sellers website.https://www.reynaldsonline.com/terms-and-conditions.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customers purchase order or other documents that are in addition to or otherwise inconsistent with Sellers Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Sellers Terms. Page 1 of 4 THE REYNOLDS QUOTE COMPANY ELECTRICAL SUPPLY 10502 GREENS CROSSING BLVD Entered Date Customer PO# Customer# Order# HOUSTON,TX 77038-1494 (713)426-8400 7/10/25 16285 25638692-00 Placed By Sales Rep In Sales Rep Out CARLY ESPADA CHAD M. BEATY Taken By Requested Ship Date Printed Date and Time COE 7/11/25 7/10/25 9:51 AM Bill To Ship To W-INDUSTRIES, INC W-INDUSTRIES INC ATTN:ACCOUNTS PAYABLE 8303 THORA LN 8303 THORA LN SPRING,TX 77379-3160 SPRING,TX 77379-3160 Estimated Line Product and Description Quote Qty Net Avail Ship Date Unit Price Price UM Net Amount($) 8 CONDALC4 60.00 60.00 7/11/25 1,226.06 C 735.64 ALUM CONDUIT 4-IN https:hvww.reyncldsonline.com/Product/approved-vendor-alc4?equote=true 9 CONDPVC90L36R4 24.00 21.00 7/18/25 42.23 E 1,013.52 PVC ELBOW 90D 36R 4-IN SCHEDULE 40 21 -HOUSTON STOCK REMAINDER RSAN STOCK https:l/www.reynoldsonl Ine.com/Producdapproved-vendor-pvc90136r4?equote=true 10 STAN316SSWA34812 24.00 0.00 7/25/25 27.80 E 667.20 STAN 316SSWA34812 WEDGE ANCHOR 3/4"X8-1/2"316SS 11 STRTCH158X158SHSS610 140.00 140.00 7/11/25 1,288.34 C 1,803.68 STRUT 1-5/8X1-5/8X10 SLOTTED 316SS 12 TRCX8280SQSS6 6.00 6.00 7/11/25 6,692.06 C 401.52 TRCX B280SQSS6 POST BASE FOR 1-5/8"X1-5/8"CH 13 TRCX13104SS6 18.00 18.00 7/11/25 9.60 E 172.80 TRCX B104SS6 4 HOLE CORNER ANGLE 316SS 14 STAN316SSHHCS12114 130.00 130.00 7/11/25 80.00 C 104.00 STAN 316SSHHCS12114 1/2X1 1/41N 316SS HH BOL 15 STRTSPRNGNUT1/2SS6 130.00 130.00 7/11/25 183.67 C 238.77 SPRING NUT 1/2 316SS 16 STAN316SSFEN12112 150.00 150.00 7/11/25 0.39 E 58.50 STAN 316SSFEN12112 316SS 1/2X1-1/2 FENDER W THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale("Seller's Terms')as attached to this document or as otherwise posted on Sellers website,https://www.reynoldsonline.com/terms-and-conditions.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customers purchase order or other documents that are in addition to or otherwise inconsistent with Seller's Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Seller's Terms. Page 2 of 4 THE REYNOLDS QUOTE COMPANY ELECTRICAL SUPPLY 10502 GREENS CROSSING BLVD Entered Date Customer PO# Customer# Order# HOUSTON,TX 77038-1494 (713)426-8400 7/10/25 16285 25638692-00 Placed By Sales Rep In Sales Rep Out CARLY ESPADA CHAD M. BEATY Taken By Requested Ship Date Printed Date and Time COE 7/11/25 7/10/25 9:51 AM Bill To Ship To W-INDUSTRIES,INC W-INDUSTRIES INC ATTN:ACCOUNTS PAYABLE 8303 THORA LN 8303 THORA LN SPRING,TX 77379-3160 SPRING,TX 77379-3160 Line Product and Description Quote Qty Net Avail Estimated Unit Price Price UM Net Amount($) Ship Date 17 ERIT3/4X10CU 2.00 2.00 7/11/25 30.40 E 60.80 WGR 613400 3/41N X10FT CU BOND GROUND ROD 18 BURNGRC34 2.00 2.00 7/11/25 3.55 E 7.10 BUR GRC34 3/4 IN GRD ROD CLAMP https://www.reynoldsonline.corn/Produclibumdy-grc34?eguote=true 19 CONDPVC4 200.00 200.00 7/11/25 258.30 C 516.60 PVC CONDUIT 10FT 4-IN SCHEDULE 40 https:/N e.reynoldsonline.com/Productlapproved-vendor-pvc4?equote=true 20 CONDPVCCPLG4 48.00 48.00 7/11/25 269.81 C 129.51 PVC COUPLING 4-IN https://www.reynoldsonline.com/Product/approved-vendor-pvccplg4?equote=true 21 HW01050001BLK 300.00 0.00 7/21/25 29.27 EACH 8,781.00 500 XHHW BLACK TINNED FACTORY STOCK GA 22 HW01040101BLK 300.00 0.00 7/18/25 13.73 EACH 4,119.00 4/0 TINNED XHHW BLACK FACTORY STOCK IL 24 WIREBARE4/0-19STRTIN/CUT 40.00 40.00 7/11/25 5,888.65 M 235.55 BARE SD 4/0 19STR CU TINNED CUT 25 EGSMAX400A 24.00 0.00 8/15/25 982.02 E 23,568.48 OZ-G AX-400A 4-IN EXP JOINT 11 -RDFW STOCK REMAINDER 4 WEEKS https://www.reynoldsonline.com/Product/o-z-gedney-ax400a?equote=true 26 CRHIXJG34SA 2.00 0.00 7/18/25 243.26 E 486.52 CRS-H XJG34 SA 1 EXPANSION FTG-ALUM RDFW STOCK https:!/www reynoldsonline.comlR'oducUaouse-halls-,4g34-sa?equote=true THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale("Seller's Terms")as attached to this document or as otherwise posted on Seller's website,httpsi www.reynoldsonline.com/terms-and-conditions.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customers purchase order or other documents that are in addition to or otherwise inconsistent with Seller's Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Seller's Terms. Page 3 of 4 THE REYNOLDS QUOTE COMPANY ELECTRICAL SUPPLY 10502 GREENS CROSSING BLVD Entered Date Customer PO# Customer# Order# HOUSTON,TX 77038-1494 (713)426-8400 7/10/25 16285 25638692-00 Placed By Sales Rep In Sales Rep Out CARLY ESPADA CHAD M.BEATY Taken By Requested Ship Date Printed Date and Time COE 7/11/25 7/10/25 9:51 AM Bill To Ship To W-INDUSTRIES,INC W-INDUSTRIES INC ATTN:ACCOUNTS PAYABLE 8303 THORA LN 8303 THORA LN SPRING,TX 77379-3160 SPRING,TX 77379-3160 Line Product and Description Quote Qty Net Avail Estimated Unit Price Price UM Net Amount($) Ship Date 27 ILSCPBTD10500 6.00 0.00 7/25/25 196.88 E 1,181.28 ILSCO PBTD-10-500 AL MECH(10)500MCM-4 INS DU https•//www.reynaldsonline corn/Producthlsco-pbtd-10-500?equote=true 28 ILSCPBTD6250 2.00 0.00 7/25/25 62.38 E 124.76 ILSCO PBTD-6-250 AL MEC (6)250MCM-6 INS DUAL EN https:Mvww.reynoldsonline.com/ProducW sco-pbtd-6-250?equote=true 27 Lines Total Total Qty Quoted 1,702.00 Subtotal 70,615.10 Taxes 0.00 Total 70,615.10 THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale("Seller's Terms')as attached to this document or as otherwise posted on Seller's website.https://www.reynoldsonlinecomiterms-and-conditions.Seller objects to and rejects any terns or conditions that may appear on or are referenced in Customer's purchase order or other documents that are in addition to or otherwise inconsistent with Seller's Terms. Customers receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Seller's Terms. Page 4 of 4 V-NV1d 311S �" o wry 1NVld µ . ».�.` ' a �, r' ffi 9• itx• '¢S , trNtlu3�3 w '" S10N]IN€ { �! �=' a5aaa�LA S1N3MAOLIdINI d1MM 2inRUN'12IOd W,,;, ,ti• a Svx31'A1NnOJ NOSM3113r'unNlar land!o w� a -" 1 LZOZ/9LSO NO NOLL3flH1SNOO NOd O3fl5SI I D o 3g� Si I Sw. - aW $ i i2i8 2 Q .1 az r- .31 : i „ e 2. o � 3 0s za . 2., t5 i - H '6" g3 i X of 1 � o ? og i i : 14 ' o�roa z - ' - 'r gS 2S 8 =o $5 o Rt z -a - -$c S- - - R' 3 g 21 � 9 @ 3 g: Uzi 2i 0S: - °0 3 A . .: gig,', o i 3 1 z: �' g a o=o R '° ai > 3 _ i 2i goes i ° 4''3-ffi 1i `3 gxg3 1 ' 5 oa! _ 3; it s 31s m c gs 3 S g �;a rife,. -o ip =o er,t i3 i If? Wpm,. 5 Ali io :s 3 o`f o ,A.t2 i g § 4'O €; a �}' W� Fdq .ti�� .. iz O ���F gz s �i = M1�� -o �05<0 = o � g3 a, u2g� 1 gii 4: si a. z I Ia 8 SI go f 3s5` - pi ii cg i in = 3e. °a - ;z /S 10=08 : Z o< d- <! q Mee ''. a otto1 o§ 'iP W 50 - :SC i SFo4 3 ' 3 03" o ogS Q 4 R2 5' it Sla O"> 2 W 'Si ii m i C5qN go i24S q, ..pi - EP q iota`.1{ g gg, i! gi4i3iii W iO li i= '-00 - o gWO EO 8Sg iG $O ¢ gig Os OS Ja; a ¢ i QV! 7a .ido3 Az¢ [Ell I.NVtd 312 3Nruoan I :1 G -,.. al 1 2 0 l'15. r—--V4——7. e ; vi jit..__. li!I :43" 1 1: ci. _ 1 ;a: r r Uit I� r Vie: I I - I! 5, L_._- _--'..1 g 0 :...„‘1 1 \ L—-1 --__ i: iz I I- —.48_ L L————71 ----1 faive----i-Th..:_,_71:---,., _ ... .,, ,__I -4 - - I$ A a Yt , -k\, I R 1 �® I 9 r'— —-1-7—'t, r——;L� I < 1 3 ii 1 „ I c"- 1 § I II GI W L__iI __[_ - I Igi .1 ' �; z > I 1 3- I 1 1f- �N I L g _ ;8L----J� L---_ � eG ;;" 0 a3 ,r °. mk a —I \ o O i I Ig - a iWO v rM An .imu,rit w.wnn Lw.u/v.vo-m'nn.w.wri r ct.... _ 8-NYld 311S .. ...H ;I pw . .1 t N. 1NH Id S ' .s «t...c,n�K v.e•v mt.i Mltll]l13 w� eve+— _-- f' __- 3 " = SIOtg011b WU Vs13AOHd IN dlPANt Imam.1210d .,, na W m ' asaaaa svaa'uNnoaNOSa33331NfN3ri AI D '�'a'p. ... .J -,-—a a -" 4., r'>"'",•"" 324319I SO NO NOLLOfLL 3$OO d0:1 03 I 3 9 r_ y- - t Y€ a ou °f 1 s Eil -; ss ' ; -13 a a 1i ` 1 9 gW a! g s g 28o 0 =-3 8 of 4_ m o €H = 1 dig go a .i4 anq ip ,'a a w " s 3 0 s gfl 1 % I i 'du v . ., z . Z it Oil 0 4 0 =Y r 11.g 3 Big gil .g c 2 c 8°F — 5 5_1_,! 3o C 3 P°Y � o = mE t wQ i; _ 2 c .. 1.' oy 5 _g2 2 0Zo^1.x ,4 c Y °i - LLZ , a y - g i G ,..2 z `g - <o . = s - azJ J QCJ _ �� a� 'gam 8 8 g3 m `g= a ° F � ig¢ �- 9 = a � - Via° I 3.a ~O gi e0 gg of - 5 5 2 =so c §1O = g�r°`�=s - W 2 5 n- - Z c S� s ft`: v. - ng to gci o ig_ 3 - W,7o$� :E ° ° '5 3 ° i _� ©' a ., ?„ .g <°f 3 f Ls .= m _.2 g gA W '"to4R'' 3 ''W c g � -� :` ...0 - YYii - . r0 . 0 2 2 :: :: iFL _..tw WO--MO '.0 Iwo tw .40 II i r - - - lei- - i 1 SA 1 F. i I _ I II I r' (j I . I ir .;:1 , I d 4 4 i 1 J. �hk '; 3 :0T1:4 I F. z 5. 'Ls 7 `s V L _ 1 cp - 1 i ,„ 01 - ,,, r i L __-__.; _ _J CD a ' ' Pit 1 . 5- ,., 031 , t . . r 1 1 --7-----"r 7{ ,L•c 4 i. •• 1 a 1 1 , _ � ! I 3 cc ,.40 5-. i i 1 ® a 1 1 i 1 vel 1 1 a IC3 31• MV1A us 3N11101wd 2 q1A M YwR rt.von must s....”-, kf'''''' Ot1UTTY aw V +i wrouwT...... I WV219VI4 3NI1 3N0 L 9MS EVT 3Mra�U 'w'" '.t r4 'T..x.r.T 000.,T,to .... '°".'.a'"`: Ea. maws 3t�� S1N3W3AO21dWl d1MM 21f1H121V 1210d ,, I tW ••"'-••' swat'ALNnoo hiosauilr'nure Iwo,.dO kW ""',. m x... . .l .... .3 P W --,y:-^'„"'-. J ZLOZf9t190 NO Nouandt$NO3 VOA email NOLLW1MlNO3 90d 99-3 39 Y 3 x ].,....0 r 1i`9Y'MC W. o €- - r-.= . , r�7 +mr� ©_j2 o 1 1 it " of g 5 ' S s 7.L'so'Af ].T"9M't!E A C u u __._ir ! Ill 1 g U is 53 (l> itI3 �g4` , Xn .M V - 1 ga, jQ G i 1E'HN E r ].T`9W'Mf y et `� _ ..a r s ..; I ITOOEL[Y97W� ©��35 Y $ +°a 1 li igli gall --1-- -- -- -- -- -- --- i g t . I 3€a . .. .. ! !hd - - - I e P.J I. i 1 1 hj II 2,4 Q2 Q I IeztroscwmJ `�— --�.l [at9os o J WI Fit $ 3 a�•� ��� talc-9Ecppwl i` 1t G i ® -i-; set ' --�-------------------- m 2 9 o WE 5 I x G3o> a g ,� Q N i x 1 O€yQ ;11 I 1T-990'EN E lei®'i � .. c = m 5 - w r[,3� � �Ws �9s0a0lOtA0NJ l____' T"' 0 6 }T g v+ 8 7 9 ; Hag' —'o3e€ i3 2 2 .. n .. . .. �, 1E/'E L-Attu rot9 E M�®, ].US t'90t9-19 E 2 Z .E00f9o.AOv L----J ,COI[, o2Lh 0 y 7JgV m G At At ei 7..r�i^t t-ems gut w��1 a.�L"90s9�bL9[ _ ?`Gs F Off' - �� awl L•ryp'w c 12 1 10!M`JS9 z99,/f t g x 7.[/t E'T Ww , Y I.mm»ajt] .— .6Id tO1s' gl � 'a 3 a -9»'Y,MOSLt ].E 701N 9F9'NM J/[.t ; 1[TW�WM ow:: = I d900t9001A I i g �[000E99Y.5 3 " �3 <p g sq ;§ ,_ Lb �� I •- 5g A ` � I ® ip ')®?i i G I f 3 = w ._-_, I d^ �- r C 2 ® F-.- I -,...vAgsE.f . al lam)9f9 Aoton-t It! gEMEEE if 'a:?2]EffAE A_ 9.99w93 WM a 5 O h_ -- 6St 1=tE C r: 5/ �e�Th -9M'E�FET.E ag ].E LfIlO5E.ot.on-s gg ]...31M.1w S I0 -g 6® ml..g: V ' 2y ® 6 1 7 G - y' : k.' ',.f I 1 1.3WKs � � ` 'IWo.OMd)E L J J ,:g.,......t w +.toU.tn..+.t van a�t,,r, I INV8D IG 3NIl-3NO t-JJW ....9IN°9°Y;. '„I«,r 1 N W o ,.Na ega,. aww r 444 99.., I wY: . awr. I VS/t SM. 1O v+ul.r uS ONK ONIr°.7j. 1v71a17333 n„ 08 • SIN3W310NdWl d1MM ailHlab 12i0d rinist 44 tWId' YX31'uNPOJ NO333313,'tin-.Yr land do A:17 .Iz o. N e ran w y, •••d '" ..........._.., ` I rtoZ9c c0 No NOLLOnB15N00 NOd o3nssu I r ^'1 9� R I h —(-a J.E(E'901E BI E �Z (�J-I� < 1dia'Ed1 I L �l Ea 34 r ], 1"9LUTLaE J,USi J1 2'2' OC ditrO0.PA0ry t__ C,,,i 33 N°I1rfiN1.N(fo___3'3tl S A* >.:t/LT-'91i.lisE r�0-.1 ],t/I1 n9rJtlfW •- § z M ato- w O„saiV m J.L`9n'O/E.f `�'—.,5.4 c,W $n I % � I N.,LL ° n_-e 1 dtPLaN I _ i 111 ,UI L"9ata'EII F I_' �I').UL: 90tEE.C °i z Lt L. E °� IdEOCZFOd7a95� f -"�I I dEa'aZftrd95 \./gA V 5 C °r ige g b --6--- ).t'99.NLaE f'-m? 1. %US t'00Ia 9eE I,l�l t__T�I ]..t/l:-Dors isf 11E g X 8 2 O I eSo-EdN I .,; i IaLo-9ZEPIONNI 1 "l f_- i I ET9difua9f 1 O 1110 O 1QQ P i ],E , .Z/t t'-9018'Er f ir-, I���.,���J�.z/L t 9ou v.F "�° m F § 5 3- 9EE tlYCEOa.'E '1[ ."T—.I��O �`�'�. i; JL09dN 4 'dtPOLEPd)d95y dTPOiEPd95 a �: W F. 'm ,. .,FE _ tVOm m a� "a' mom F y 8s `o :S ].Utt"92Sa'LTa£; �I� ].z t:nm kiln 0 � ].L"99.On. W ezo-atfo-a7aJ51 ` Xi 2 .. ^ e I aTaiaN 1 $o s o a a KA { _,rmil 'Et L'92ta'Ilr[ 3'6-'zi ]..9(f DM-Lt.f Fi 5 a "~.,',may I :ezo-OOEPa]vnl 6 n 1 aCadaEo-Y1J j O fga Sk �� , 3.1'-914 WEE E (-IN. MNIt v1 p¢ 3 J.L/:i'DEL*'ZTaE 1Z� 1~..,... J.UtI Mr,Yfw O_<�< ` 5 �} i i NIPaTEPOt051 ` gtisii *K �" ].[/t t'92ta'Ztrf >..E/F9[L.Z:Ef i _O ° �' dlosao-iiv»I g $ ato-4GEPYO I O 13$y 2- g _ � $3 "a cc H GA 1 4i. ga Ii8 ao-C O-00 ®3e-i Z t n = y . y c tli Z f' f ?i 1 ?l` 8-., ^'. J,C t"oC o no f r' ®C 3-2/I I"9LtY'rut _§. 2 9,3 r o=„� ..y 22y y-y't z S� $'� atoo9zo-now ,_----.t (dto-o9Lo-now1 O`�D3if wO,Y r a 2 a,J .--e ].,t'.Z0- 1[ aag j .y X W OO1g41 zy S NaL09Ztfd7M �°• 6 o Lc _ Z v`W i s PIP o °u i t ° ].Ut I'9a'w E \1 J.UL L'-DINI'll•E 4 4E0_09ZO_UO S__ C dZ0'O9to-09 I O _ AZ/I t*ottr'LI.E r\®j ],.UL I'9LLE'L1.E y. 1.93E,14':•.m L---- dt0OSZ000w O34'-33; 2I<q ),t/I I"9tTE'EIRE ®ui'..o g /^� sgs , V c -- ].UT I"9LI.'mil r� ].Ell L"9Zla TINE O 3`5 IP II fl7 3LT.IM ® reeKr9LOtrn0wl (� f--a J.L'9&19EE Sc' a V dta-oLLo-doc `°<g ha _^ 8 00 ),E/1 t'-99,B.E \l J,Z/I I."OH'WI E e diP09COtl9 I d1 9 w° P. AA C - 9 _ 1 I 4 Rs.,..... !:17.: ., Ili . `JUt t"9L:d'LINE ici ].L/L I"ons'NE! Oi3W naoslo-90 ` --; at0u0-9w 33 r yy pkia EyT — tinm ',t_. 'TV /J I (J ry W mil i"9LLE TIE E ® ].U[t-'9Ztd'L:d E _ G'b' L ill-J .1I')// y{---.- I� i:g� :araWZ. ____.I ;arami>9oW � .`u --. J.t"9W 9 f 1"'1;� J,UTt"9L:E'LIIE z1 XW }� - 3 O ^,Ic,F-iY dLP00LPdYJM ;�F ®Kg in0. ^ Wo ' �'- X sk ]r./1L"9LIE'MIE '� ].ULt"9tta TTYF ;el ■ f11 a$ ry I ,dEO-0OLP00Wl ®, IZEPo0Z0-o0W O.E 3 ry El 8 A 11"OLLE TEES •Wgg^ r oJ 3a2 laic i"9OTSIli I r; ; Z Ed�u3e r i ,.Z '� ? ��9XJJ a Y _ ].VTt"9Lt.TLrE rr� ®1 ').U[['-9ZL.'Lirf = Kp j '..k..t, a S% . gf (Dill Ile w .___ a ttr00W Ok:31 a r� ].L"9W'9aE ill k- 7,UT t"Del.,.f -- ]..3YYeE[ ,,-..-r ~ ® 'IdiQ96LtraJJM aq i O,c E� -. - a J Y]."0/.r X 0t J.UL t"9ZLE'0.E 'J.UI I 0LU'Ltr E _ - 'I'wAWSEiS . �O 002-oow ��®-I rmemanN p.; ^ P. ^ 1 J,L/I I'ow, Wgi CEMBIZIM L KO'+.a.°'.IN°"..-i•.4Nnf1.N 4..41 - IA s1Id13a I.., .,e 11111Imo m/ , :„ tzu/1= 2N a,. t,w.1s+.0c../.1.11 T019J3313 m/ pi ate..._. ,r 5 S101DINi� :"" ..,,a u, 3 asa3aa S1N3W ACMdWl d1MM 811H1MdlaOd ,,,,,. ... 44,:40 SYX31'A.INnoJ NOSH ig•tlnNlYv 190d 40 w3C.pn1 �b a o '' ..,.....; I ZZOO9 PSO NO N011Oftl1SN00 tlOi O30I 2 you g Rig 6 ,` t a S h14 g °_ li 1% m5 i Cf i Y `I IY41 p31 z r i v II Z 7 O z c Q, O . s z : g li i 3 0• rg oa ft ! I. 1g o m o 1.`yzg g g z RI 1{( o c i l o 1 yy.. C i Z i n t.G.S F C _ 3 5- - ti a J f 3 C 3 J mq'ti `;x a g s li , pg = l - V. ffi W 0 2 i' z .2 zpo 3 a r as 1g 0 1 i , 6 4g = , - q..e y V , e7.ft fy.Wi w ; - R g ;; g i : 4 io o mM• W Z _ 1 ? °z Y5 o' Cat it : 2 y 1. O< 3 1 i 6 W ?i 1f _We p 1 Y W ww _ ate= q _ a W marev 1SN1 .f i - z 4y0 W i LM1S Ol - J i un. ?g JE~o < < -o-.s - ; _ c 3 4 f 3a ;03g 3'i . A G - c g - W v- rem € , r g ir-- — — 18 t Q -_-_-_--- -� M1 N 7 Q , i NN. : 1 8 ELVm =3Zo .Zt < z.. z»^ i iW NIW.aL ®, O�y g O s 8 f You're shopping Chai. nge Port Arthur Fire Dept-PORT �Cha (/Contact) Cart(/Cart) L Login (/Login) BUY(/PRODUCTS), C] K NOX' (/otztarmE* (/w m U Search Product Q When seconds master' (L) BUY LOCALLY (/BUY-LOCALLY) Home(/) i Products(/Products) I Commercial KnoxBoxes(/Products/Commercial-KnoxBoxes) I KnoxBox®3200(Lproducts/commercial-knoxboxes/knoxbox-3200/c-24/c-80/p-70431 Model 3270 - KnoxBox 3200, Recess Mount, Hinged Door, Black Commercial KnoxBoxes KnoxBox® 3200 Standard Capacity Model: 3270 MSRP: $744 0 Price: $578.00 1. Color 2. Mount Type 0 Aluminum O Recessed Mount • Black 0 Surface Mount Q Dark Bronze For Ordering Support 3.Tamper Switch Call: 800-552-5669 Type (te1:18005525669) None 6:00 AM -4:00 PM MST Fire Alarm/ Panel Q Security Alarm Installation Address 0 The installation address is where Add to Cart this product will be installed. Do not enter the shipping address here. This website uses cookies to ensure site visitors get the s experience on our 9 Available for: ALlDesign CO Build Construction Manage NNE General Contracto P.O. Box 3684, Beaumont,Texas 77704 Phone:409-860-4459 Fax:409-860-3857 Email:allco@allco.com June 11,2024 Freese & Nichols 10497 Town & Country Way, Suite 500 Houston,TX 77024 Attn: Rami Abusheikh Re: City of Port Arthur WWTP Improvements Project Change Proposal—Debris Removal @ MOLS Wet Well CP-16 Dear Mr.Abusheikh: Allco proposes the following change order in the amount of$12,949.00 to remove and dispose of debris from the Main Outfall Lift Station Wet Well: DESCRIPTION/COST SUMMARY Debris in the wet well is causing the bypass pump floats to not operate properly and could cause major issues with the bypass system if not addressed soon The scope includes removal of debris with a vacuum truck and disposal; it is our expectation that the vacuum truck should work, but if larger debris is encountered it could make removal difficult and pricing may need to be adjusted accordingly Allco will load the debris into a dumpster and haul off to landfill; if any special permitting or fees are required then that will be an additional cost Time Extension—TBD ITEM LABOR MATERIALS EQUIPMENT SUBCONTRACTOR MARKUP/OH TOTAL Debris Removal @ $6,910.00 $0.00 $3,250.00 $1,100.00 $1,689.00 $12,949.00 MOLS Wet Well Please contact the undersigned if you have questions or issues regarding this matter. Respectfully, Allco, LLC • Brandon Harrison Design Build AC Construction Management General Contractors P.O.Box 3684, Beaumont,Texas 77704 Phone:409-860-4459 Fax:409-860-3857 Email:allco@allco.com July 25, 2024 Freese& Nichols 10497 Town&Country Way, Suite 500 Houston,TX 77024 Attn: Rami Abusheikh Re: City of Port Arthur WWTP Improvements Project Change Proposal—MOLS Valve Vault Subgrade (Cement Stabilized Sand) CP-17 Dear Mr.Abusheikh: Allco proposes the following change order in the amount of$5,532.00 to furnish two (2) feet of cement stabilized sand in lieu of select fill at the MOLS Valve Vault: DESCRIPTION/COST SUMMARY Allco discovered the existing underground header to be in conflict with the valve vault construction; Recommendation was to furnish cement stabilized sand in lieu of select fill due to the proximity of the line to the vault;Select fill cost is$1,140.00 versus a cost of$5,952.00 for stabilized sand;Cost difference is$4,812.00 Allco is not responsible for any structural issues that may arise at the vault should the existing header settle or some other issue occur related to the existing header being located in close proximity to the vault This cost does not include the exploratory digging and other costs incurred for this issue, but we do need to be compensated for our delays in a time extension; Issue started on June 17th and we received directive on July 17th Time Extension-30 Calendar Days ITEM LABOR MATERIALS EQUIPMENT SUB MARKUP/OH TOTAL CSS @ MOLS Valve $0.00 $4,812.00 $0.00 $0.00 $720.00 $5,532.00 Vault Please contact the undersigned if you have questions or issues regarding this matter. Respectfully, Allco, LLC Brandon Harrison FREESE Request For Information IFilltNICHOLS Project Main WWTP Improvements Project Number Owner City of Port Arthur PTR22379 Builder Allco, LLC TX 875 Designer Freese and Nichols, Inc. PTR22379 CM Rami Abusheikh, PE PTR22379 RFI No. RFI-072 Builder Submittal No. Specification N/A Drawing/Detail Builder Requests: Information for the items described below or in the attached material referenced below: As discussed the existing header to the MOLS is within 2 feet of the bottom of the proposed pipe vault foundation.The original design assumed the pipe header located atleast 10 feet below the vault. Please provide directive on how to proceed and confirm there are no structural concerns constructing the vault on top of the existing header at this close proximity. Builder's Proposed Solution: Attachment Requested By Brandon Harrison Date 07/05/2024 Response: Information for the items described above or in the attached material referenced: Based on AWC survey of the header, the only change necessary is to move the sump to the outside corner of the vault, replace the select fill with cement-stabilized sand, and increase the drain line length to accommodate the new sump location. See attached revised Sheet MO-S3 for clarification. Status Filed as Received Action Final Distribution Attachments RFI-072-MOLS Vault_Existing Header Conflict-Keith Zotzky-Pending.pdf Response By Rami Abusheikh Date 07/17/2024 _ slit/13011nvn -,.,=r:< r-a 't!' ' ,�-,u« NOI1V1S 1311 llt/31n0 NIVW a."q --p;."� S1N31A13n02idWId1MM2lnHl2lt/laOd 2 R:'•'• 5,1131'A1Nn03 NOS1131f3('MnN1W 1110d 10 A11J ... a 9 $ ` 9 6; :-.. o p U .r .1 / u �; z I .. gi 1;:,f rat ,. hn .° 11. 1 @F3 ,m j _ = a x s: r ./ : o ra -I � z J° ° Ise • J ae , he?. a Y ,-iY z a _IMIM Ai', F ille ya Nitre" , r 4 ; \\ ' a :3a s ;lig eli gR 'i Si T. y ----1 II: as15 a) C1 '� r a 40 3 IDS, i II _1 a _. j>Z V II e� ) 111 n ,,*4 i i ._ i i ,. I Q 3 z li li ;5 2 a Zat- i e f. ZO o : i L.... ;}- I StE N a e I 'e all 'i:.11 it • .a ,..7: § it 'y CI i — , .. C___ale ' P--- / i F J Ii L we.ruw etstx.naul+rws«nu�nwn>wul.au'et na..w, w.1s.wv a worn I.( Design Build Construction Management General Contractors P.O. Box 3684, Beaumont,Texas 77704 Phone:409-860-4459 Fax:409-860-3857 Email:allco@allco.com May 23, 2024 Freese & Nichols 10497 Town& Country Way, Suite 500 Houston,TX 77024 Attn: Rami Abusheikh Re: City of Port Arthur WWTP Improvements Project Change Proposal—Pressure Testing @ Dewatering Bldg Dear Mr.Abusheikh: Allco proposes a deductive change order in the amount of ($2,000.00) to forego pressure testing of piping at the Dewatering Building. Please contact the undersigned if you have questions or issues regarding this matter. Respectfully, Allco, LL Brandon Harrison ll Design Build Construction Management General Contractors P.O. Box 3684, Beaumont,Texas 77704 Phone:409-860-4459 Fax:409-860-3857 Email:allco@allco.com May 23, 2024 Freese & Nichols 10497 Town&Country Way,Suite 500 Houston,TX 77024 Attn: Rami Abusheikh Re: City of Port Arthur WWTP Improvements Project Change Proposal—Deduct for Stabilized Sand @ FRP Joints Dear Mr.Abusheikh: Allco proposes a deductive change order in the amount of$29,750.00 to backfill the FRP with Cement Stabilized Sand in lieu of Concrete. Please contact the undersigned if you have questions or issues regarding this matter. Respectfully, Allco, LLC Brandon Harrison ATTACHMENT B (CONTRACT STATUS) Contract Status Contract Name: Main WWTP Improvement Contractor: ALLCO Contract#: 24-021 Original Contract Amount: $ 73,643,227.00 Statutory Range: $ 18,410,806.75 Pursuant to 252.048(d)(+/-) Percentage of Percentage Amount Original Contract to Date Original Contract $ 73,643,227.00 Change Order 1 $ (6,234,049.00) -8.5% -8.5% Change Order 2 $ (73,564.57) -0.1% -8.6% Change Order 3 $ 114,851.00 0.2% -8.4% Change Order 4 $ 389,801.00 0.5% -7.9% Change Order 5 $ 1,118,591.00 1.5% -6.4% Change Order 6 $ 805,251.12 1.1% -5.3% Change Order 7(proposed) $ 357,699.02 0.5% -4.8% Total Change Orders to Date $ (3,521,420.43) -4.8% New Total Contract Amount $ 70,121,806.57 I