Loading...
HomeMy WebLinkAboutPR 19314: CONTRACT WITH ALLCO, L.L.C. FOR PROJECT 4, PHASE I SURFACE WATER TREATMENT _.,_„ , ___...„ 4•1 ort rthur Texas INTEROFFICE MEMORANDUM WATER UTILITIES DEPARTMENT-ADMINISTRATION Date: February 16, 2016 To: Brian McDougal, City Manager From: Jimmie Johnson, Ph.D., Director of Water Utilities RE: Proposed Resolution No. 19314 Nature of the Request: I recommend that the City Council approve Proposed Resolution No. 19314 authorizing the execution of a Change Order No. 2 to the contract with ALLCO, L.L.C., of Beaumont, Texas for the increasing the contract amount by $186,301.64, to a new contract total of$12,604,187.64, and the contract time by 56 days for weather delays and to provide additional materials and install additional equipment, to a new contract date of April 15, 2017. StaffAnalysis Considerations: This project is monitored by the existing Utilities Staff but will not cause an increase of workers. Recommendation: I recommend that the City Council approve Proposed Resolution No. 19314 authorizing the execution of a Change Order No. 2 to the contract with ALLCO, L.L.C., of Beaumont, Texas for the increase of the contract by $186,301.64, and the increase of contract time by 56 days. Budget Considerations: This project will be charged through City Account No. 429-1258-532.59-00, and Project No. WSI008. P. R. No. 19314 02/17/16 j j Page 1 of 5 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 2 TO THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND ALLCO, L.L.C. OF BEAUMONT, TEXAS, FOR PROJECT 4, PHASE I SURFACE WATER TREATMENT PLANT IMPROVEMENTS, IN AN AMOUNT OF $186,301.64, INCREASING THE CONTRACT AMOUNT TO $12,604,187.64, AND THE CONTRACT TIME BY 56 DAYS FOR WEATHER DELAYS AND TO PROVIDE ADDITIONAL MATERIALS AND INSTALL ADDITIONAL EQUIPMENT, TO A NEW CONTRACT DATE OF APRIL 15, 2017, ACCOUNT NO. 429-1258- 532.59-00,PROJECT NO. WSI008. WHEREAS, in order to meet increased demands for the sale of water for industrial purposes, it was necessary for the City of Port Arthur to contract for the Phase 1 Surface Water Treatment Plant Improvements; and, WHEREAS, this is the first of two projects that will expand the size of the Water Plant from a 20 MGD facility to a 40 MGD facility; and, WHEREAS, per Resolution No. 14-564, the City entered into a contract with ALLCO, L.L.C., of Beaumont, Texas, for the Phase I Surface Water Treatment Plant Improvements in the not to exceed amount of$12,373,311.00; and, WHEREAS, per Resolution No. 15-095, the City Manager executed Change Order No. 1 for the construction of a temporary access road at the southwest corner of the SWTP property and to install four 4" electrical conduits; and furnish & install aluminum winding transformers, increasing the contract amount by $44,575.00 to a new contract amount of$12,417,866.00 and extending the contract time by ten (10) calendar days for the construction of the alternate access road and six (6) calendar days for weather delays for January, to a new contract time of 416 days; and, P. R. No. 19314 02/16/16 jj Page 2 of 5 WHEREAS, the project engineer, Arceneaux Wilson & Cole LLC, recommends proposed Change Order No. 2 to (1) Provide additional piping materials required for 18" tie-ins at High Service Pump station for 18" welded boss connection instead of indicated ductile iron MJ tee. — During the work to connect the new high service pumps to the existing piping, the existing piping was found to differ from the record drawings. This change item reflects the additional materials required to make the connection to the actual fittings found. The cost of this change item is $6,160.00; (2) Furnish and install six (6) speed limit signs at various locations on the project for safety. — Due to the high traffic volume around site and congested site conditions prompted the need for speed limit signs to be posted around the site to remind everyone to maintain a safe speed. The cost for this change item is $835.00; (3) Provide high potential testing of all 15-kV electrical cables on the project. — The high potential testing of the 15-kV electrical cables on the project was not included in the specifications. The cost for this change item is $10,017.00. (4) Install H-Frame bracing on new service poles instead of specified single pole service poles to provide more stable, more storm-resistant structure. — The standard service pole was modified with the more stable, more storm resistant H-Frame style per Entergy request. The cost for this change item is $8,125.00; (5) Provide one (1) fixture type 'B' at the sampling pump. —This change item is to provide a light fixture inadvertently left off of the plans. The cost of this change item is $2,884.00; (6) Install a temporary plug in the 42" effluent line from the existing clearwell to perform the tie-in to the 42" line. The plug will eliminate the need to use the existing 42" butterfly valve with uncertain operation after approx. 20-years of no use or exercise. The plug installation will be installed using a dive team during low flow hours as required by the City. — This change item is added to the project in the event the existing 42" butterfly valve is not operable for isolation when needed for connecting the new clearwell to the P. R. No. 19314 02/16/15 jj Page 3 of 5 existing piping. The cost of this change item is $6,380.00; (7) Furnish one (1) Evoqua Water Champ 10FX Chemical Induction Unit spare — This change item is to provide a spare chemical induction unit per the City's request. The cost of this change item is $20,930.00; (8) Furnish & install pre-lubrication system for the HSPs including all associated piping, valves, controls, electrical, heat tracing, and insulation as directed by the engineer. — This change item is to provide a pre-lubrication system for the high service pumps to lubricate the pumps prior to startup. The system will include piping, controls, programming, electrical, insulation, installation, and testing. The cost of this change item is $130,970.00; and (9) Weather days for January (6 days), February (6 days), March (13 days), April (14 days), and May (17 days) for a total of 56 calendar days. 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 Manager of the City of Port Arthur is hereby authorized and directed to execute the attached Change Order No. 2 (Exhibit "A") to the contract between the City of Port Arthur and ALLCO, LLC. of Beaumont, Texas, for the work described therein, increasing total contract amount by $186,301.64, for a new total $12,604,187.64; and, THAT, Change Order No. 2 increases the contract time by fifty-six (56) calendar days for weather delays and to provide additional materials and install additional equipment, for a new term of 472 calendar days; with a new completion date of April 15, 2017. THAT, said funding for this contract is being provided to the City pursuant to the terms of Resolution No. 12-287; and, P. R. No. 19314 02/16/15 jj Page 4 of 5 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 , 2016 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers: NOES: Debris Prince Mayor ATTEST: APPROVED AS TO FORM: \c-,1 A Sherri Bellard Valecia Tizeno ri/D City Secretary City Attorney APPROVED FOR ADMINISTRATION: 044:tok,,tigiltot, Brian McDougal Clifton Williams City Manager Interim Purchasing Manager Jimmie Johnson, Ph.D. Director of Utility Operations P. R. No. 19314 02/16/15 jj Page 5 of 5 APPROVED AS TO AVAILABILITY OF FUNDS: )Ca‘.4i, Jerry bake-CPA, GFOA tori lb Interim Director of Finance Account No.: 429-1258-532.59-00 Project No.: WSI008 Exhibit "A" (A&G Recommendation& Change Order No.2) _ _ 1 .v(fl ArmARCENEAUX WILSON & COLE ungi-wcihq SL!VCYinc) nianniru, CHANGE ORDER NO. 2 DATE: February 9, 2016 JOB NO.: CPA-681 AGREEMENT DATE: November 18, 2014 NAME OF PROJECT: Project 4, Phase I Surface Water Treatment Plant Improvements OWNER: CITY of PORT ARTHUR CONTRACTOR: ALLCO LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Provide additional piping materials required for 18" tie-ins at High Service Pump station for 18" welded boss connection instead of indicated ductile iron MJ tee. Mat'Is for 18" Tie-in @ HSPs 1 LS $6,160.64 [+] $6,160.64 2. Furnish and Install six (6) speed limit signs at various locations on the project for safety. Speed Limit Signs 1 LS $835.00 [+] $835.00 3. Provide high potential testing of all 15-kV electrical cables on the project. High Pot Testing 1 LS $10,017.00 [+] $10,017.00 4. Install H-Frame bracing on new service poles instead of specified single pole service poles to provide more stable, more storm-resistant structure. H-Frame Service Poles 1 LS $8,125.00 [+] $8,125.00 5. Provide one (1) fixture type 'B' at the sampling pump. Fixture 'B' @ Sample Pump 1 LS $2,884.00 [+] $2,884.00 6. Install a temporary plug in the 42" effluent line from the existing clearwell to perform the tie-in to the 42" line. The plug will eliminate the need to use the existing 42" butterfly valve with uncertain operation after approx. 20-years of no use or exercise. The plug installation will be installed using a dive team during low flow hours as required by the City. Plug in Clearwell 42" Pipe 1 LS $6,380.00 [+] $6,380.00 7. Furnish one (1) Evoqua Water Champ 10FX Chemical Induction Unit spare Spare Water Champ 1 LS $20,930.00 [+] $20,930.00 8. Furnish & install pre-lubrication system for the HSPs including all associated piping, valves, controls, electrical, heat tracing, and insulation as directed by the engineer. HSP Pre-Lubrication Sys. 1 LS $130,970.00 [+] $130,970.00 9. Weather days for January (6 days), February (6 days), March (13 days), April (14 days), and May (17 days) for a total of 56 calendar days. TOTAL $186,301.64 1 of 2 A,__ CHANGE ORDER NO. 2 , February 9, 2016 ,,,,,,, Job No. CPA-681 ARCENEAUX WILSON &COLE engineering I surveying I Planning CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $12,373,311.00 CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $12,417,886.00 The CONTRACT PRICE due to this CHANGE ORDER will be [increased] by: $186,301.64 The new CONTRACT PRICE, including this CHANGE ORDER, will be $12,604,187.64 CHANGE TO CONTRACT TIME: ORIGINAL CONTRACT TIME: 400 Calendar Days CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 16 Calendar Days CURRENT DATE OF COMPLETION: February 18, 2017 CONTRACT TIME due to this CHANGE ORDER will be increased by 56 Calendar Days The New DATE OF COMPLETION: April 15, 2017 No other Terms and Conditions of the Contract are changed as a result of this Change Order. Contractor's acceptance of Change Order relieves OWNER of any liability for additional costs incurred by Contractor in his performance of the work covered by the Change Order. RECOMMENDED BY ENGINEER: ACCEPTED BY: ARCENEAUX WILSON & COLE LLC (CONTRACTOR, OFFICER OR OWNER) ALLCO LLC ACCEPTED BY: CITY of PORT ARTHUR 2 of 2 1 "ix cow The following is an explanation of each of the nine (9) change item including in Change Order No. 2: 1. Provide additional piping materials required for 18" tie-ins at High Service Pump station for 18" welded boss connection instead of indicated ductile iron MJ tee. — During the work to connect the new high service pumps to the existing piping, the existing piping was found to differ from the record drawings. This change item reflects the additional materials required to make the connection to the actual fittings found. The cost of this change item is $6,160.00. 2. Furnish and Install six (6) speed limit signs at various locations on the project for safety. — Due to the high traffic volume around site and congested site conditions prompted the need for speed limit signs to be posted around the site to remind everyone to maintain a safe speed. The cost for this change item is $835.00. 3. Provide high potential testing of all 15-kV electrical cables on the project. — The high potential testing of the 15-kV electrical cables on the project was not included in the specifications. The cost for this change item is $10,017.00. 4. Install H-Frame bracing on new service poles instead of specified single pole service poles to provide more stable, more storm-resistant structure. — The standard service pole was modified with the more stable, more storm resistant H-Frame style per Entergy request. The cost for this change item is $8,125.00. 5. Provide one (1) fixture type 'B' at the sampling pump. —This change item is to provide a light fixture inadvertently left off of the plans. The cost of this change item is $2,884.00. 6. Install a temporary plug in the 42" effluent line from the existing clearwell to perform the tie- in to the 42" line. The plug will eliminate the need to use the existing 42" butterfly valve with uncertain operation after approx. 20-years of no use or exercise. The plug installation will be installed using a dive team during low flow hours as required by the City. —This change item is added to the project in the event the existing 42" butterfly valve is not operable for isolation when needed for connecting the new clearwell to the existing piping. The cost of this change item is $6,380.00. 7. Furnish one (1) Evoqua Water Champ 10FX Chemical Induction Unit spare — This change item is to provide a spare chemical induction unit per the City's request. The cost of this change item is $20,930.00. 8. Furnish & install pre-lubrication system for the HSPs including all associated piping, valves, controls, electrical, heat tracing, and insulation as directed by the engineer. — This change item is to provide a pre-lubrication system for the high service pumps to lubricate the pumps prior to startup. The system will include piping, controls, programming, electrical, insulation, installation, and testing. The cost of this change item is$130,970.00. 9. Weather days for January (6 days), February (6 days), March (13 days), April (14 days), and May(17 days) for a total of 56 calendar days. ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR NM P. 0. Box 3684, Beaumont, Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@allco.com July 30, 2015 Allco TX-761 Arceneaux, Wilson, & Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur, TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#8—Additional Piping Materials at 18"Tie-Ins Dear Mr. Prosen: Allco proposes the following change order for additional piping materials required to perform the 18"tie-ins at the High Service Pump Station. Upon excavation, it was determined the tie-in would have to be performed on an 18"welded boss in lieu of a ductile iron tee. The additional materials were needed in order to address the various connection issues that could have been encountered during the tie-in. Below is breakdown of the change order: • Materials $ 5,355.64 • Markup/OH/Bond $ 805.00 • TOTAL $ 6,160.64 Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco, LLC ron H ison FORTILINE (• WATERWORKS Treatment Plant Group Our Vision-To be the preferred and most trusted resource for utility infrastructure product solutions Jame.B.B.P.E.-General Manager(704)264-4002 Bill Cook-NC/SC(980)721-0104 Vance Finch-XS(785)418-4648 Alm Hibbard-GA(678)614-1820 Leon Bran-TX(918)906-2029 Larry Lindsey-TX(936)591-7558 Plana From Plan Location Consulting Engineer: 'DomesticSpodfionon:Boy American 'Domestic Only'Reqd(Di YES PROJECT:CHANGE ORDER TIE-lN Quote Version 4:Version 1 LOCATION:PORT ARTHUR PROJECT 4 Qum Rev.Date BID DATE: Include.Changes Through Addendum BID TIME: Estimator Initials: FORTILINE Treatment Plant Group Quotation This Bill of Material is amended to®.t with the preparation of your bid end is not guaranteed in any way. All mvaial will be invoiced at unit price boo.on the specific quantities and descriptions as listed. Mak Ado 4L1 U=t ELT lour Decrioum _Naim_ $ S3i45g Unit$ PaLS 10 20 4 18' FASITIE GASKET 524.62 098.48 30 2 EA 18' FLEXRING DISASSEMBLY KIT 0624.61 11.249.22 40 2 EA 18' FIELD FLEXRING 5355.38 5710.76 50 2 EA 18' FLEX RING RUBBER BACK ASSEMBLY 1:1T 5438.00 $87600 60 2 EA 18' X70' FLG X FRPI FAX DI PIPE 53 CID-C/I. 51.106.67 52.213.34 70 80 90 Toml CAD Dtawiae Ck 500l09ected for this Project- $5,147.80 100 Flying Lamm Drawings 5800/Sbat 110 (Disclaimer.Om piping layout drawings.re intended solely for developiag the quantities,dimeosioos and 120 descriptions for our.tsclfic Bill of Material.Any additional product or insmlavm information added to 130 these drains will incrae the price per aimed 140 Drains for Steel Piping are anotd smarately with these prhag¢ 150 160 Special Nate-Domtit(ARRA)Proieom 170 Whm aced a the top of oar quote we will make every effort to furnish domestic material per ARRA rtooaoenm 180 However,some loos may be furnished es imported('do minima")which are a very.mall percentage of sur Bill of Materiel 190 All Hmga,MI Behr and leant Material will all be imported 200 210 For Flange Bohr and Studs,we have quoted'Grade A-Finished'tiles specifically noted mherwiae 220 230 FORTIUNE afro o(fen a complete selection of Pipe Support.Hangers,Unisaut,Clam,ere We will price your lilt on these 240 and other specialty items. 250 We normally do not include my Chemical Feed Pipe/Finings/Velma(Interior or Exterior). 260 Prime do not include Sales Tan or any spial independent lab testing required by the ramifications. 270 Payment Terme Net 30 Days. 280 All prices are subject no sae latim dooiag the cause of this contract 290 aotrt- 290 Prig levels are bud on furnishing ma:midly all material quoted 300 Price include normal freight to Cohere-Rush orders and small goandry releases rimy increase freight tom and unit prime. 310 Small order releases will also diem wit pricing. 320 Pipe f000ges noted above will vary from actual shipped quantities(due to random lengths offered by some mmnfamr:sa). 330 Lead T 6a most mammal:Stock to 75 Dave led Time for Valves is weeks 340 Custom material and valve orders(with opmamn)may take longer-lead time will be confirmed when material is released for order. 350This Bill of Material u'tended to®m with the preparation of poor bid end is not gpamtml in any wry.All materiel 360 will be mvoiad at unit price basic on the specific items lined 370 We have made every effort to quote sad supply the material specified by the Engineer.We do not g.cnnete'Held fir of all item. 380 The laying lengths of C153 MJ Doings will vary by menufacturer.The®tractor must field veveere all these fittings for proper Et 390 We have quoted material of foreign manufacture.On:Bill of Materials considered'Dome.dc Only unless noted as such- 400 Unless Restrained Joint are specifically quoted,we same you will use Thrust Blocks. 410 We have not included Field Service or Stamp Expenses unless specifically note& 420 430 Pricing for PVC and Stainless Steel Pipe 440 Pricing god for 30 days 450 Shipment within 60 days 460 Our Recommended Cement/Primer for Schedule 40/80 PVC and CPVC Pipe ie 470 IPS Weld-Oa 717 Solvent Cement-For Sob 40/80 through 12' /Quart 480 IPS Weld-On 724 Solvent Cement-For CPVC and Sodium Hyp hlodm(or Gametic)Symms /Qoart 490 IPS Weld-On P-70 Prim¢-For All PVC and CPVC Systeme /Quart 500 510 Protecro 401 Held Repair Zit /Each 520 530 Abbreviations 540 ARV Air Reline Valve MIFF Male hon Pipe Thread 550 BE Bell Rad(PVC.lip pint or solvent weld) MJ Mechanical Joint 560 C/L or ACL Cement Lined MI X CRY Mechanical joint by grooved(Spool piece) 570 CID or AC Asphaltic Coated MI-W/C-MI MJ x MJ Well Pipe with welded wall colla 580 LRD-C/L Asphaltic Coated&Cement Lined MJ-W/C-PE MJ x PE Wall Pipe with welded wall colla 590 CID-GLASS Asphaltie Coated&Glass lined MOP P]eetic Motor Operate(for Valves) 600 CID-P401 Asphaltic Coated&Carmine Emmy lined(Pmteero 401) OS&Y Outride Screw and Yoke for Valves 610 CTD-UNL Asphaltic Cid&Unlined(Air Piping) PE Plain End Spigot 620 CISIF Cm to Soil is Field PE X PE Plain Elul x Plain End Fabricated Pipe 630 DIP DumSe bon Pipe PEHP USP HP Lok Spigot 640 EMO EIe®c Motor Operator(for Valve) PETR USP TR Floe Spigot 650 EPDM High Topoature Rubber Gasket for Air Piping PETE X PETE TR Flea spigot by TR flex spigot(Spool piece) 660 F X F Flange x Flange Fabricated Pipe PE-W/C-PE PE x PE Wall Ape with welded wall toiler 670 F X GRV Flans x Grooved End Fabricated Pipe PR-C11.. Primed&Cement Lmed 680 F X PE Flange x PE Permeated Pipe PR-GLASS Primed&Glass Lined 690 FCA Flans coupling adapter PR-P401 Aimed&Ceramic Epoxy Lived(Protecto 401) 700 FLG Flanged Joint PR-UNI. Primed&Unlined(Air Piping) 710 F-W/C-F Flange x Flange Wag Pipe with welded ware camp PVC Polyvinyl Chloride Pipe&Fittings 720 F-W/C-MJ Flange x MJ Wall Pipe with welded wall colla SBR Styrene Bumdime Rubber(Sod Rubber for All Cabal 730 F-W/C-PE Flange x Plain Ead 00.11 Pipe with welded wall colla SOC Socket Weld PVC or Swat Joint copper fitting 740 GAEL 20'&Larger DIP Gauged Full Length for Field Cm T&C Thrnded&Coupled 750 GALV G.lvanixod Steel(Hot Dipped or Cold Sprayed) THR Threaded Nipple or Fining 760 GRV Grooved pine(i.e.Vicen dic) TEB ISP TR Hex Bell 770 GRV X GRV Grooved End x Grooved Had Fabricated Pipe TRO X PINE TR Floe bell by TR Oa spigot(Spool tame) 780 GSC Guketed PVC fining TRF USP TX Ha Regained Joint Pipe or Fitting 790 HP LOI LISP HP Lok Restrained Joint Pipe of Fitting(48'&Lager) TU-BV True maim ball valve(PVC) 800 IEPB LISP HP Lok Bell Tyton USP Posh-On Joint Pipe or Firing 810 HW eandwheel for Valves W/C or We well Cella 820 1/U Ia cc Under Concrete Ito(Embed or Underslab) WLD Welded Joint 830 IAS Lever&Spring Check Valve Arm WN Wrench Nm for Valve 840 LAW Lem&Weight amok Valve Arm WN-LA Wrench Nut ler Acces.oria for Valva 850 LA Atmos or Volvos finished Mess Ar®oria' Pagel orl enl turn Servicing Branch: NATIONAL Invoice NumberR:eO 05793 5777 MLK Boluevard Beaumont, TX 77705 IV TRENCH SAFETY Invoice Date: 7/9/2015 Phone: 409-832-3030 Contract: R191654 Fax: 409-832-3033 ..TI-IE NCH ANDTI7AFFIC9AFETYEiPECIALI3T3— Rent Begin Date: 7/7/2015 Please do not remit payments 888.234 9244(Toll Fleet' 1832 200.0989 Fax • www.ntsafety.com to we auove aowess Customcr No: 000000X Bill To: .- -- - --.- -- Ship To Address: ALLCO INC NEDERLAND SEWER PLANT JOB PO BOX 3684RECEIVED JUL 1 2U15 ROGER BUDRO Beaumont, TX 77704 409-880-5251 Beaumont, TX 77704 Customer PO: Ship Via: Confirm To: Terms: Salesman: F88304 CUSTOMER PICK UP ROGER BUDRO NET UPON RECEIPT BB12 Item Number Shipped Returned Balance Unit Price Extension RR 1 1 0 177.00 18" HIGH PRESSURE PLUG59.00 DAY 177.00 WEEK 529.00 MONTH Billed from 7/7/2015 7/9/2015 3;'F1 Days RR rtk, #`-1 - 1 0; 15.00 20' ROPE & GAUGE 50 DAY 15.00 WEEK 43.00 MONTH Billed from 7/7/2015 7!9/2015 3 Days s , IgeliA 2 �a I` a' : ,::414e7-0,,. 4 s t A r pat 4 " l " L. i } r K . . e %fi , u046 4,:wirg r fl*ft" 3"' .o} 9 i'i4?_#��+ �,,Y'E:I�Pf"r ux h R y ✓ w 1 ;4�u f{ky'?�k�+4'1��„K�tk�A*�ai( t�Jt krLJ P. ''2c� '�yy �E,{1rc +;:r o. r;a '1711:g.'41 F1, aye ., tf t,.re4"" -;i' ... ssry ��? ai i w ...... Net Order: 192.00 PLEASE NOTE OUR NEW"REMIT TO"PAYMENT ADDRESS Invoice Due and Payable at: NTS Mikedon, LLC PO Box 750963 Sales Tax: 15.84 Houston,TX 77075 Order Total: 207.84 All terms and conditions of original contract apply. **RENTAL FEES DO NOT APPLY TO SALE** NO RENTAL APPLIES TO PURCHASE UNLESS SPECIFIED IN WRITING IN ADVANCE. ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR ROM P. O. Box 3684, Beaumont, Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@alico.com July 29, 2015 Allco TX-761 Arceneaux, Wilson, & Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur, TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#7—Speed Limit Signs Dear Mr. Prosen: Allco proposes the following change order to furnish and install six(6)speed limit signs at various locations on the project. See breakdown below: • Labor $ 400.00 • Materials $ 325.00 • Markup/OH/Bond $ 110.00 • TOTAL $ 835.00 Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco, LLC i Brandon Harrison FASTSIGNS Page 1 of 1 More than fast.More than signs` 50 - 33234 Estimate FASTSIGNS 4108 N. DOWLEN RD Estimate Date: 7/28/2015 8:59:17AM Beaumont,TX 77706 ph: 409-892-2300 Printed: 7/28/2015 11:35:40AM fax: 409-892-9325 Email: 50@fastsigns.com Customer: AUco, ltd ph: (409) 860-4459 Contact: Brandon Harrison Customer. 1987 fax: (409) 860-3857 Description: 9MPH—ECOPANEL Sales Person: STACY DERUTTE cell: _- Clerk: STACY DERU I I I✓ email: bharrison@allco.com Dear Brandon: Thank you for considering FASTSIGNS of Beaumont for your sign needs. The quotation we discussed is attached below. Our cancellation policy requires that the customer is responsible for all labor and materials incured PRIOR TO - CANCELLATION,and will be billed accordingly. Sincerely, STACY DERUTTE Product Qty Sides H x W Unit Cost Totals 1 Aluminum .040 6 1 18 x 12 $37.23 $223.35 Description: ECOPANEL—BLACK VINYL ROUND CORNERS Notes: Line Item Total: $223.35 Tax Exempt Amt: $223.35 Subtotal: $223.35 Taxes: $0.00 Total: $223.35 Deposit Required: $111.68 Bill To: Allco, ltd Brandon Harrison P.O. box 3684 Beaumont,Tx 77704 Received/Accepted By: I I SYSTEMIFASTS IG NS_CRYSTAL_Estimate01 More than fast.More than signs® PROPOSAL/CONTRACT Date: 7/22/2015 Project# Electrical Specialties, inc. CREDIT TERMS: NET 30 DAYS 1550 Langham Rd Invoices are subject to a finance charge 011_5%per month,annual rate of 18%on all balances over 30 days. Beaumont,Texas 77707 Phone(409)860-5211 Fax(409)860-5851 Any and all retainage will be paid within 30 days from the completion of TDLR#17109 electrical work ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. Regulated by the Texas DLR The undersigned purchaser hereby agrees to pay attorney's fees incurred by P.O.Box 12157 Austin, Texas 78711 ESI to collect unpaid balances. (800)803-9202/(512)463-6599 www.license.state.tx.us/complaints City Of Port Arthur Allco 7/22/15 ATT: Billy Patterson CO#3 Cost to High Pot 15 KV Cables $8,717.00 Total: PRICE SUBJECT TO REVIEW AFTER 30 DAYS Sales Tax Included ❑ No Sales Tax ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(1)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date DanSweat S Dan Sweat Project Manager-Electrical Specialties,Inc. Date AL' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR P. 0. Box 3684, Beaumont,Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@allco.com July 24, 2015 Allco TX-761 Arceneaux. Wilson, & Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur,TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#6—High Pot 15 KV Cables Dear Mr. Prosen: Allco proposes the following change order to high pot the 15 KV cables. See breakdown below: • ESI Quote $ 8.717.00 • Markup/OH/Bond $ L300.00 • TOTAL $10,017.00 See attached backup. Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco. LLC / . Brandon H. on ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR P. 0. Box 3684, Beaumont,Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@allco.com May 31, 2015 Allco TX-761 Arceneaux, Wilson, & Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur,TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#4—H Frame Service Poles Dear Mr. Prosen: Allco request a change order in the amount of$8,125.00 to construct and install H-Frame service poles in lieu of single pole service poles. See breakdown below: • Subcontract--ESI $ 7,065.00 • Markup/OH/Bond $ 1.060.00 • Total $ 8,125.00 See attached backup. Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco, LLC j 'Pr—a-- Brandon Harrison Electrical Specialties, Inc. 1550Langharn Beaurnazi4 Texas 77707 Phoac:(409)860-5211 Far:(4009)860-5851 Residential*Commercial*Industrial*FifeA.Witrity Systems *Monitorinj Systems PORT ARTHUR SURFACE WATER PLANT PHASE 1 5/29/15 Change Order Request#2 Cost to build H frame Service Poles instead of single pole service poles Additional Cost$7,065.00 Regards ELECTRICAL SPECIALTIES,INC. Dan Sweat Dan Sweat Project Manager ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR EMI P. O. Box 3684, Beaumont, Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@allco.com September 28. 2015 Allco TX-761 Arceneaux, Wilson, & Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur, TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#10: Additional Electrical Work—Fixture B Dear Mr. Prosen: Allco proposes the following change order to perform additional electrical work to install fixture B at the sampling pump. This was not shown in the project documents and is outside the original scope of the project. Below is breakdown of the change order: • Subcontract(ESI) $ 2,506.84 • Markup/OH/Bond $ 377.16 • TOTAL $ 2,884.00 Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco, LLC Brandon Harrison CHANGE ORDER PROPOSAL Date: 9/23/2015 Project#I)#5 Fixture Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS 1550 Langham Rd Invoices are subject to a finance charge of 1.5%per month,annual rate of 18%on all balances over 30 days. Beaumont,Texas 77707 Phone(409)860-5211 Any and all retainage will be paid within 30 days from the completion of Fax(409)860-5851 electrical work. ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. Work to be performed for: The undersigned purchaser hereby agrees to pay attorney's fees incurred PA Surface Water Plant Phase 1 by ESI to collect unpaid balances. Attention: Ailco REASON FOR CHANGE: Fixture B on the fixture schedule was not shown on the drawings DESCRIPTION OF TASKS: pole arm and fixture MATERIALS: Units: Description: >le arm fixture Unit Price Ext. Price 1 $1,646.34 $1,646.34 TOTAL MATERIAL $1.646.34 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 8 Foreman $46.08 $368.64 Apprentice $36.82 TOTAL LABOR $368.64 O!H & PROFIT 491.86 1 Total: $2,506.84 PRICE SUBJECT TO REVIEW AFTER 60 DAYS ACCEPTANCE OF CHANGE ORDER PROPOSAL I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contra are satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date Doi Sweat Dan Sweat Project Manager-Electrical Specialties,Inc. Date A ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR P. O. Box 3684, Beaumont,Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@allco.com August 18, 2015 Allco TX-761 Arceneaux. Wilson. & Cole .2901 Turtle Creek Drive, Suite 320 Port Arthur, TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase I Change Order Request#9—Plug @ Existing 42"D.I.P. Dear Mr. Prosen: A1lco proposes the following change order to install a plug in order to perform the tie-in to the existing 42" line. The use of a plug will eliminate the need to exercise the existing valve which could lead to major problems if the valve does not operate properly. The plug will be installed with the use of a dive team during low flow hours as required by the City. Below is breakdown of the change order: • Labor $ 1.450.00 • Materials $ 245.00 • Equipment $ 850.00 • Subcontract (Divers) $ 3,000.00 • Markup/OH/Bond $ 835.00 • TOTAL S 6,380.00 • Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco. LLC Brandon Harrison ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR P. 0. Box 3684, Beaumont, Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email: allco@allco.com November 11,2015 Allco TX-761 Arceneaux, Wilson,& Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur,TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#11: Spare Water Champ Unit Dear Mr. Prosen: Allco proposes a change order in the amount of$20,930.00 to provide a spare Evoqua Water Champ Unit. This excludes installation, mounting brackets, hardware, hoists, and any other accessories beyond the Water Champ unit itself. Below is a breakdown of the change order: • EI2 Quote $ 18,200.00 • Markup/OH/Bond $ 2,730.00 • TOTAL $ 20,930.00 Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco,LLC 16,,' P. :randon Harrison environmental E'2 improvements, Inc. Phone(713)461-1111 Fax(713)461-1821 1183 Brittmoore,Suite 100/Houston,TX 77043 P.O.Box 79266/Houston,TX 77279 ***QUOTATION*** TO: Allco DATE: 11/10/2015 ATTN: Brandon Harrison PAGES: 1 1 of 1 409-860-4459 REF: Evoqua Water Champ MAKE P.O.ORDER Evoqua Spare TO: F.O.B.: Factory-PP&Add TERMS: Net 30 days with approved credit DELIVERY: Will advise FAX: ANY PURCHASE ORDER ISSUED AS A RESULT OF THIS QUOTATION IS SUBJECT TO ALL OF THE MANUFACTURER'S CONDITIONS AND FINAL ACCEPTANCE BY THE MANUFACTURER ITEM QTY DESCRIPTION NET COST TOTAL COST EACH 1 1 Evoqua Water Champ 10FX Chemical Induction Unit-Spare $18,200.00 $18,200.00 2 3 4 1 Freight $300.00 $300.00 Total $18,500.00 Approved By: Signature Purchase Order# Ship to: Bill to: *Please Note Pricing is Valid for Thirty-(30)Days from the date of quotation. Should you have any questions.comments,or need further information please feel free to contact me. Respectfully, Blake Roye environmental El' improvements,inc. AI ' DESIGN BUILD CONSTRUCTION MANAGEMENT GENERAL CONTRACTOR P. O. Box 3684, Beaumont,Texas 77704 Phone: 409-860-4459 Fax:409-860-3857 Email: allco@allco.com December 9, 2015 Ailco TX-761 Arceneaux, Wilson, & Cole 2901 Turtle Creek Drive, Suite 320 Port Arthur, TX 77642 Attn: Calvin Prosen Re: City of Port Arthur Surface Water Treatment Plant Improvements Project 4—Phase 1 Change Order Request#12: High Service Pumps—Lubrication System Dear Mr. Prosen: Allco proposes a change order in the amount of$130.970.00 to furnish and install a pre-lubrication system for the High Service Pumps including all associated electrical,heat tracing,and insulation as directed by the engineer and City of Port Arthur. Below is a breakdown of the change order: • Labor $ 19,828.00 • Materials $ 2,625.00 • Equipment $ 500.00 • Subcontract (ESI/CT/SEI) $ 90,897.00 • Fee/OH/Bond $ 17.120.00 • TOTAL $130,970.00 A time extension of 30 calendar days will be required upon execution of the change order. Please contact the undersigned if you have any questions or issues concerning this matter. Respectfully, Allco, LLC 5.4.L. � Brandon Harrison PROPOSAUCONTRACT Date: 12/9/2015 Project#4se 5 pump c Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS 1550 Lang ham Rd Invoices are subject to a finance charge of 1.5%per month,annual rate of Beaumont,Texas 77707 78i on all balances over 30 days. Phone(409)860-5211 Fax(409)860-5851 Any and all retainage will be paid within 30 days from the completion of TDLR#17109 electrical work. ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. Regulated by the Texas DLR The undersigned purchaser hereby agrees to pay attorney's fees incurred P.O. Box 12157 Austin,Texas 78711 by ESI to collect unpaid balances. (800)803-9202/(512)463-6599 www.license.state.tx.us/complaints Work preformed for: Port Arthur Surface Water Plant Phase 1 11/16/15 CO Request to provide and install the following scope Thermostat and heat tracing 9 flow switches 9 solenoid valves Conduit and wire and fittings Modification of 3 VFDs by Service Alliance Modification of I- reduced voltage starter and 2-4160V starters by SQ D Field services Labor Exclusions: Installation of solenoid calves and flow switches in water line by others CO Request $ 81.252.00 $ 81,251.51 Sales Tax Included ❑ No Sales Tax ❑ ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date Dan Sweat Project Manager-Electrical Specialties,Inc. Date Champion Technology Services,Inc_ M P i^U R�V 1423 Swisco Road C Sulphur,LA70665 N ..C SERVICES R (337)533-8800 F:(337)533-8600 PROJECT CHANGE NOTICE TO: Brandon Harrison PROJECT CHANGE 1285-001-CN1 NOTICE NUMBER PROJECT NAME: Port Arthur Water Plant CUSTOMER Allco Control System Phase I CHAMPION PROJECT 1285-MooI CUSTOMER PO -761 NUMBER I NUMBER: CHAMPION PROJECT Mitchell Morgan ISSUE DATE: 11/20/15 MANAGER: DESCRIPTION OF CHANGE This change notice includes a new input module and programming for control valves to lubricate the high capacity pumps. One input module(16-point 120 V ac 12 mA)will be provided as part of this change notice.Champion will configure the module for the HSP pre-lubrication flush system and add points to the HMI. Installation, wiring, startup,and testing of the new module will be provided as part of this change notice. All services detailed in this project change notice will be performed onsite and on a time and material basis.Champion has estimated 16 hours(two trips to the Port Arthur Water Plant)to be utilized for the completion of the tasks detailed above. SCHEDULE IMPACT This change notice will not significantly affect the overall project schedule. FINANCIAL IMPACT Below is a breakdown of the change notice pricing. Materials(Input Module) 51,647 PROPOSED SOLUTION BILLING TERMS 100% After Acceptance of Project Change Notice Onsite Labor(Configuration, Installation, and Startup/Testing of the New Input Module — 16 Hours(Two Trips to the Port Arthur Water Plant),Travel, Expenses—Time and 52,898 Material Estimate) TIME AND MATERIAL BILLING TERMS 4 100% Billed Semi-Monthly CONFIDENTIALmY NOTICE:This document and ea contents art:he proocny of Cn amo:on Technology Setifoes.Inc.The con:encs of this document include =:Y.Sdontial and legally adviloged information?z:is Intended only for the individt-:or crity nonce in the document_If you arc no:the:msenood rcd?ien:,you arc hereby notified that drsdosure,copying.or dzaid tuon of this ntorrsabon or document.in wno:e or in par.is sricaly pronlaitx.If you have received tris document in error.please notify the sender Immediately.d^_^tray any printed=pies.and delete it from at computes on which is Way be stored. issue Date: 11/20/2015 CONFIDENTIAL INFORMATION 1285-001-CN1 Port Arthur Water Plant Control System Phase I Change Notice Revision:0.0 www-champtechnology_com Page 1 of 2 Champion Technology Services,Inc_ CH M P I O N 1423 Swisco Road Sulphur,LA 70665 -"C :.`;O L G G Y SE Svt CE S P:(337)533-8600 F:(337)533-6600 NOTE:This is not is not an invoice,any changes affecting pricing will be billed immediately upon acceptance or on a mutually agreed timeline or milestones. APPROVAL NOTICE:This project change notice provides details and notification of a change requested by Allco,or its agents,which affects the existing schedule or cost agreement between Champion Technology Services, Inc.and Alico.This project change notice must be approved before the change is incorporated. Please print,sign and date where indicated below,and fax, email,or mall a copy to the Champion Technology Services, Inc.agent specified above.You may also reply with your confirmation to the email in which you received this document REPRESENTATIVE AND TITLE DATE SIGNATURE CUSTOMER CHAMPION Mitchell Morgan, Project Manager 11/20/2015 If you have any questions or comments regarding this project change notice, please contact me at your earliest convenience. Sincerely, Mitchell Morgan Project Manager Champion Technology Services, Inc. (337)533-8800 Mftchelf.Morcanlc?char nptechnolocv.com CONFWENTIALITY NOTICE:This document and lis con:onv are:he aroaery a Champion Technology Ser s.Inc.The contents of this dccurn nmt dude c 5dcrrdal and legally prtvilogad Information that is irttond Orgy:or no Individuu or entity ny na in the dr-omen.if yo;:crc not the intends rerpierr you are heresy notified that disclosure..ccpyns.or d sri bubon of tars infon notion or COC.:msnt,in whole or in part is strictly crohiyited.!f you have received tnis coct:ment in anon,please notify the sender immediately.Colrain any canted cooled,ane delete itf-^I all computes on wh:c^c may io storod. Issue Date:11/20/2015 CONFIDENTIAL INFORMATION 12$5-001-CN1 Port Arthur Water Plant Control System Phase I Change Notice Revision:0.0 "'h"'�"�`am ' logy Page 2 of 2 E . . . • Superior Energies, Inc_ Allco November 19,2015 P.O. Box 3684 Beaumont,TX 77704 Office: 409-860-4459 Fax: 409-860-3857 Brandon Harrison Email: bharrison(d)allco_com REFERENCE: E/T and Insulate 160 LIF of small bore piping SUPERIOR ENERGIES,INC_Quote No. 2015-892 We are pleased to quote the Installation of the Electrical Heat Tracing and Insulation on the above mentioned project as outlined below: SPECIFICATION: • 5 watt per Vf self-limiting electric heat tracing to provide freeze protection as instructed • 2"thick Mineral Wool insulation with .016 SIE aluminum jacketing(160 1/f of%"-2"Piping Only) PRICING: INSULATION $5,100.00 GENERAL CONDITIONS: 1. Price good for 30 days 2. Price does not include of applicable sales and use tax 3. Price based on full scope being released and uninterrupted access to the scope for installation 4. Payment terms—Net 30 days 5. Electric tracing will include one installed thermostat. 6. A ten foot end will be left on the E/T for the customer's electricians to tie in to their power supply We appreciate this opportunity to quote on your insulation requirements and look forward to being of service to you on these projects and others in the future. Sincerely, Chuck Quebodeaux chuck 55 insulationsei_com (409)284-9122 P.O. Drawer 386•Groves,Texas 77619•(409)962-8549•FAX(409)962-4027 E VL4TT : seira?.insulationsei_com Home Page: w-ww.insulationsei_com ALUMINUM UROLL 1 JACKETING(cladding) DESCRIPTION Material Standard)which includes the strength and chemical composition requirements for compliance to ITW Pabco/Childers Aluminum Jacketing is the premier ASTM B209 (Aluminum Alloy Standard). protective outer surface for mechanical insulation systems including pipe,vessels,and equipment It protects the RECOMMENDED USES insulation and underlying pipe/vessel from physical damage, UV exposure,corrosive atmospheres,and water. Aluminum Jacketing is recommended for use in all of ITW Aluminum jacketing(also called cladding)is available the following insulation system applications: in smooth,stucco embossed,and 3/16 corrugated • Standard outdoor use on all pipe,vertical tank (cross-crimped)finishes. For Iarger surfaces,box-rib and insulation systems up to 8 ft outer diameter,and deep corrugated sheets are also available. all horizontal tanks • Indoor insulation system applications up to 8 ft ITW Aluminum Jacketing has a bare outer surface and outer diameter where increased damage comes standard with a 3-mil thick polyfihn moisture resistance is desired barrier heat-Iaminated to the interior surface to help prevent corrosion of the jacketing and the underlying metal pipe, LIMITATIONS ON USE vessel,or equipment. Aluminum Jacketing is not appropriate for the COMPOSITION following applications: • For vertical tank insulation system applications Commercially pure aluminum is relatively soft and Iess where the outer diameter is larger than S ft,ITW suited for use in this application. Its strength can be greatly deep corrugated aluminum sheets should be improved by alloying with small percentages of one or more other elements such as manganese,silicon,copper,zinc,and used magnesium. Additional strength can be achieved by coldo Where increased emissivity is desired, painted working. ITW Insulation Systems carefully screens all aluminum jacketing should be considered potential aluminum coil suppliers to assure our products a For applications where a maximum resistance to have the highest quality,are corrosion resistant,and comply fire is required, stainless steel jacketing should with all relevant standards. be used • For applications where additional resistance to ITW Aluminum Jacketing is typically manufactured using corrosion from the external environment is alloys 3105 or 3003 which have very similar composition required.ITW painted aluminum jacketing may and performance and are considered interchangeable for use be used. Where maximum resistance to as insulation jacketing. ITW reserves the right to ship corrosion is required, ITW stainless steel whichever alloy is in stock at the time of order placement_ One of these two specific alloys or an alternative alloy can be jacketing(T304 or T316)should be used. specified by purchaser at time of order placement but this may affect minimum quantity,lead-time,and price. POLYFILM MOISTURE BARRIER Composition Differences in Aluminum Alloys (%) Polyfiim Moisture Barrier(PFMB)is an engineered three Alloy Cu Mn Mn Zn layer coextruded film of pokyethylene and Surlyn*polymers 3105 I <_0.3 0.3-0.S 0.2-0.S <0.4 with a total film thiclmess of 3 mils(76 am)that is heat 3003 I 0.05-0.2 1-1.5 --- <0.1 laminated in the factory to the interior surface of aluminum jacketing. ITW recommends the use of PFMB on al I COMPLIANCE TO STANDARDS aluminum jacketing to help prevent pitting, crevice,and galvanic corrosion of the interior surface of the metal All bare and polyfilrn lined Aluminum Jacketing jacketing and the insulated pipe,tank,or equipment. from ITW Insulation Systems complies with the requirements of ASTM C1729(Aluminum Jacketing Due to its superior performance characteristics,PFMB replaces the old moisture barrier technology of I to 3 mil thick polylraft ©2015 ITW Insulation Systems 800-231-1024 ACOS-OSIS Pabco/Childers Metal www.itwinsulation.com Supercedes ACCS-0513 *Trariornark cif nitprInt 2_10 __ _ ALUMINUM ROLL flrffa N / �� ; �,� . - ti.. JACKETING (cladding) RECOMMENDED THICKNESS Stucco Embossed Finish This is another popular finish used for aluminum jacketing. ITW recommends that the thickness of aluminum jacketing The stucco-like surface texture hides small imperfections used vary based on the outer diameter of the insulation and scratches caused by physical damage during or after system per the requirements of ASTM Cl 729. This installation. This finish also reduces reflectivity while still recommended thickness is shown in the table below. looking very professional. Lastly,the use of stucco embossed finish provides a small increase to the rigidity and EMI T TANCE strength of the aluminum jacketing. ITW Aluminum Jacketing has an outer surface emittance per 3/16"Comzgated(Cross-Crimped)Finish ASTM C1371 and specified by ASTM C1729 of. This finish consists of parallel grooves or crimps about 311.6" Bare aluminum(oxidized in service)=0.1 apart running in the length direction of the pipe. This finish also hides small damage and scratches to the jacketing and SURFACE FINISHES reduces sunlight reflection. In addition,the nature of this finish gives the aluminum jacket more ability to expand and Each of the three surface finishes available for TTW contract to adapt to insulation movement caused by pipe or Aluminum Jacketing(smooth,stucco embossed,and 3/16" ambient temperature changes. Lastly,the rigidity and corrugated has applications where it is recommended. All strength of 3/16"corrugated finish is substantially increased of these can be supplied with a painted exterior. For more making it ideal for use as jacketing on large diameter pipe information on this,consult the ITW data sheet on painted and vessels up to 8 ft diameter. This finish is available in a aluminum jacketing. maximum thiclmess of 0.024 inches. Smooth(Plain Mill)Finish FLAMMABILITY This is a very popular finish and is the"default"for the many end-users/specifiers who prefer the clean look of this finish. ITW Aluminum Jacketing with a 3 mil polysurlyn moisture This finish sheds rain water the best. However,this smooth barrier has been tested for flaauzlability using the industry surface readily shows damage such as from hail or other standard ASTM E84 test method. The results were: physical abuse. It is also shows the dirt more than the other finishes due to its smoothness. Lastly,it is highly reflective ASTM E84 FIame Spread Index=0 of sunlight and when located near roadways,some specifiers ASTM E84 Smoke Developed Index=6 see this reflection as a possible safety hazard. (Tested with exterior metal surface exposed to the flame) e 6 1Ixnnnamon Aluminum Jacket Thickness,inches(mm) Insulation .ava Rigid Insulation `on- gidhnsulazion ��eteur <8 0.016 (0.41) 0:01.6 (0.41) Over 8 thra 11 0.016 .(0.41) 0.020 (0.51) Over 11 thru 24 0.016 (0.4I) 0.024 (0.61) Over 24 thru 3$ 0.020 (0.51) 0.032 (0.81) >36 0.024 .(0:61) 0.040 (1.01) ©2015 ITW Insulation Systems 800-231-1024 ACCS-0915 Pabco/Childers Metal www:Rwinsulation.com Supersedes ACCS-0553 *Trarip:nark of :Prmi- 2.1G Johns Manville MinWool°-1200 Preformed Group Pipe Insulation PRODUCT DATA SHEET MinWaol-1200 Preformed Pipe Insulation MinWool-1230 Preformed(PF) pipe insulation is made of inorganic fibers derived from basalt,a volcanic rock,with thermosetting resin binder. Advanced manufacturing technology ensures consistent product quality,with high fiber density and low shot content,for excellent performance in thermal control and fire resistance applications. PF pipe insulation is a factory"V"grooved mineral wool board formed to specific pipe sizes and provided in half cylinder sections with a variety of faring options. Thermal Performance. Good thermal conductivity values ` help maximize control of heat loss,contributing to reduced operating costs and greater energy savings ` z { Light Weight,Lax Dust,Protected Outer Surface. Easy to 4-:r ,�3 , " , _ handle and fabricate,MinWool-1200 PF pipe insulation is r` f* ' ytrr z, • ersytocutwi•.ha knife Clean handling propertiesand`actory S 3 - *, r'•' r '. applied facers help reduce skin irritation and minimize job ' : cleanup time and expense. Mold Resistant MinWool-1200 PF pipe insulation does not support the growth offungi_ ViINWOOL-:_L . PREFORMED PIPE INS L1!... OPEr.-TINGTEMPERATURE_LL. l T:1200°r(650°C) i ris . - ^ ~_V Standard Thicknesses MinWool-1200 Preformed pipe insulation is produced to fit Single Layer-1"thick up=4-thick NPS&tubing sizes forcommercial and industrial applications Double Layer-Over 4"thick in fz"incremerrs at temperatures ranging from ambient to 1200-F (650'C). Sizes range from W'to 36-pipe sizes This formed pipe insulation is P2'sily fabricated, cutting Available in iron and copper tubing sizes cleanly and easily with a knife_Very low in service shrinkage ! Facings Available helps prevent gaps from forming at joints,preventing costly No king offered on pipe sizes h"�irougit 2 " thermal leaks. The insulation is designed to be factory or ' For i"ThicknPcc,no facing on through 4-pipe field jacketed. It may be installed directly on hot surfaces, at 9 • sI s system shutdown and staged heat-up are not required. Standard is fiberglass rat Available with AS.I/SSL(selft sealing lap)and FSK D ON:A I 3 571 3 � ;ry - Linear Shrinkage After 24 Krs.at a emperature Temperature Shrinkage Please visit our website at wwrw jmcornfrncl sts:al � { ) CUSTOMER SERVI .TECHNICAL&GENEEiAL 1050 568 0 IIF FOeRMAT IO:d(800 S66-3234 1200 649 <2 ac)-ca cr-i iRgia=zo-.cr -;2, 3 T�Johns Manville MinWool°-1200 Preformed air A/ lndus'a alInsulation Group Pipe Insulation y3 THERMAL CONDUCTIVITY A-.p „`: n Mean Temperature('C? QA 100 20G 300 0 t2 AS a C447 1200 r(550'q I fltocirnum ServiceTemperature 07'` { ASTM C547 Material Specification[Complies 0.1 { ASTMC5655 0.61 Dimensions of ape Ins dation Passes c 0.5 (1.083 ASTM C795/CS711C542 Corrosion: Austenitic Passes 0.41 0.06 Stainless Steel ca 3 3 ASTM Cl 335 Shot Content{<25% 0.04 321 ASTM C1338 Fungi Resistance{Passes 203 403 630 Flame Spread-25 Mean Temperature(F • AS Smoke Developed- Surface Burning CharacteristicsSO o: less Mean - 75 100 20D 300 400 500 600 700 CAN/ULC 5132{25/50 or less -ercperawre ,C 24 23 ?5 3S 93 149 204 316 371 �.0-in(hi-x�-°�; S4 { Nuclear Regulatory Guide 136 f Passes B1 .62 { I 1 - .73 .034 .036 ! _044 A53 .064 I .076 I.090 4 .too ML-I-24244{ Passes Recovery after 10%Compression{100% "M•r:Wool-1200 Preformed Pipe L cs."tion as te=ed iz accordance r ASTM CSIS. : f. a ,IxC' 'I"`s T i if 31,,n.,g P!q ',`'ss 6 ' • y, When ordering material to comply with any government Industrial Insulation Group products are designed, speduication or any other listed specification,as tementof manufactured and tested to strict quality standards in that fact must appear an the purchase order_Government our own facTsties.This along with third party auditing regulations and other listed specification require specific is your assurance that this product delivers consistent lottestrng,and prohibitthe certification ofcompl-anceafter high quality ship.lie.st has been made.There may be additional charges associated with specification compliance testing. Please refer to INDCSP-3 for Certification Procedures and Charges_ Cali customer service for more informatiori_ �, -• � .r. . , � . , 3 C 7 i+.k . .-..- .....:k:ti ., ..'.� ,�.....at'.�a ., a�v:I:w,.,27 ., .. ,..�2.L -; �:,::: ......':.� ,.... .. ,�rW ... ., IndizMal Insulation Group.LLC manu acures MinWool-1200'mineral fi pipe,block and a variety of other insulations:Thermo-12' C-old Calcium S3icate pipe and block insulation;Microporous 5lanicet Insulatiorr,Super freproofmg board;Sp. -1200' Pe ice pipe end blor..k ins taxm on:high-tepi aasre adhesives,and insulating fz� ce nent.The physical and chemical properties presented herein represent typical,average values obtained in accordance with accepted test methods and are subject to normal naoufacening variations.They are supplied as a technical service and are subject to change without notice Numerical flame spread and smoke developed ratings are not intended to reflect hazards presented by these or-any other-materials under actual fire conditions_ Check with the Crzttorne:Service O ice to assure current i:rformation All Industrial insulation Group pr oducs zre sold subject to the Jahns Manville Lirrlited Warranty and Limintion Remedy_For acopy citI-e.'oh sManvi£el.nitedWarranty and Limi'ationo`Remedy, e•tail i.o.indr:ttriai@jrn.corn CUSTOMER SERVICE @ TECHNICAL &GENERAL INFORMATION � cds al�� a o 1 e Cates (830) 856-3234 2700LINE S;P.3ET•BRUNNSWscx,ck3:520 o2irsr r- ;r scar res rcSA. c ,:-s CC_721 REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: MONTH OF: January, 2015 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR,TEXAS 77641-1089 ATTENTION: John Tomplait Assistant Director of Utility Operations Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or Dates Losts: 01/02/15 Weather Delay- Rain Out 01/09/15 Weather Delay- Rain Out 01/22/15 Weather Delay-Rain Out 01/23/15 Weather Delay-Rain Out Days Lost (4) /(5 x 7)+ Calendar Days Requested Reasons for Request: Contractor By: Approved for extension of 6 calendar days. Disapproved. Date: CITY OF PORT ARTHUR TEXAS BY: City Manager • Distribution by City Original: Public Works Department xc: Engineer Contractor • REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: February 28, 2015 MONTH OF: February CITY of PORT ARTHUR,TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR, TEXAS 77641-1089 ATTENTION: John Tomplait Assistant Director of Utility Operations Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or Dates Losts: 02/04/15 Weather Delay-Rain Out 02/16/15 Weather Delay-Rain Out 02/24/15 Weather Delay-Rain Out 02/25/15 Weather Delay-Rain Out Days Lost (4) /(5 x 7)+ Calendar Days Requested Reasons for Request: Contractor By: Brandon Harrison Approved for extension of 6 calendar days. Disapproved. Date: CITY OF PORT ARTHUR TEXAS BY: City Manager Distribution by City Original: Public Works Department • xc: Engineer Contractor REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR. DATE: March 31,2015 MONTH OF: March • • CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT • P.O.BOX 1089 CITY of PORT ARTHUR,TEXAS 7764 1-1 089 • AITENTION: John Tomplait Assistant Director of Utility Operations Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified(list dates actually lost: do not include days not normally worked such as Saturdays, Sundays,or holidays): Dates Losts: 03/05/15 Weather Delay-Rain Out 03/06/15 Weather Delay-Rain Out 03/09/15 Weather Delay-Rain Out 03/10/15 Weather Delay-Rain Out 03/11/15 Weather Delay-Rain Out 03/12/15 Weather Delay-Rain Out 03/13/15 Weather Delay-Rain Out 03/23/15 Weather Delay-Rain Out 03/24/15 Weather Delay-Rain Out Days Lost (9) /(5 x7)+ Calendar Days Requested Reasons for Request: Contractor By: Brandon Harrison Approved for extension of 13 calendar days. Disapproved. Date: CITY OF PORT ARTHUR TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer • Contractor • • REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: April 30,2015 MONTH OF: April CITY of PORT ARTHUR,TEXAS PUBLIC WORKS DEPARTMENT P.O.BOX 1089 CITY of PORT ARTHUR,TEXAS 77641-1089 ATTENTION: John Tomplait Assistant Director of Utility Operations Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified(Iist dates actually lost: do not include days not normally worked such as Saturdays,Sundays,or holidays): Dates Losts: 04/10/15 Weather Delay-Rain Out 04/11/15 Weather Delay-Rain Out 04/13/15 Weather Delay-Rain Out • 04/14/15 Weather Delay-Rain Out 04/15/15 Weather Delay-Rain Out 04/16/15 Weather Delay-Rain Out • 04/17/15 Weather Delay-Rain Out 04/19/15 Weather Delay-Rain Out 04/27/15 Weather Delay-Rain Out 04/28/15 Weather Delay-Rain Out Days Lost (10) /(5 x 7)+ Calendar Days Requested Reasons for Request: • Contractor By: Brandon Harrison Approved for extension of 14 calendar days. Disapproved. Date: CITY OF PORT ARTHUR TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: May 31,2015 MONTH OF: May CITY of PORT ARTHUR,TEXAS PUBLIC WORKS DEPARTMENT P.O.BOX I089 CITY of PORT ARTHUR,TEXAS 77641-1089 ATTENTION: John Tomplait Assistant Director of Utility Operations Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified(list dates actually lost: do not include days not normally worked such as Saturdays,Sundays,or holidays): Dates Losts: 05/05/15 Weather Delay-Rain Out 05/11/15 Weather Delay-Rain Out 05/12/15 Weather Delay-Rain Out 05/13/15 Weather Delay-Rain Out 05/18/15 Weather Delay-Rain Out 05/19/15 Weather Delay-Rain Out 05/21/15 Weather Delay-Rain Out 05/22/15 Weather Delay-Rain Out 05/25/15 Weather Delay-Rain Out 05/26/15 Weather Delay-Rain Out 05/27/15 Weather Delay-Rain Out 05/28/15 Weather Delay-Rain Out Days Lost (12) /(5 x 7)+ Calendar Days Requested Reasons for Request: Contractor By: Approved for extension of 17 calendar days. Disapproved. Date: CITY OF PORT ARTHUR TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor