HomeMy WebLinkAboutContracts & Agreements_184-2021FIRST AMENDMENT TO PUBLIC WORKS CONSTRUCTION CONTRACT
This first amendment ("First Amendment") to the Public Works Construction Contract for
Redlands WWTP MBR and Digester Improvements Project - Phase 1B dated November 3, 2020
("Contract"), by and between the City of Redlands, a municipal corporation and general law city
("City"), and GSE Construction Company, Inc., a California corporation ("Contractor"), is made
and entered into this 21st day of September, 2021
RECITALS
WHEREAS, it is the desire of City and Contractor to amend their existing Contract,
specifically to amend the Scope of Work and Contract Sum of the Contract; and
WHEREAS, the City Council approved the Contract with Contractor for work in
accordance with the Contract Documents for City's Redlands WWTP MBR and Digester
Improvements Project - Phase 1B, Project No 521006,
NOW, THEREFORE, City and Contractor agree as follows
AGREEMENT
Section 1 The scope of work performed by Contractor pursuant to Section 1 of the
Contract, titled "Scope of Work," is hereby amended to include the work that is identified in
Exhibit "1," which is attached hereto and incorporated herein by this reference
Section 2 The contract sum, as set forth in Section 2 of the Contract, is hereby
amended to increase Contractor's compensation and shall read as follows
"THE CONTRACT SUM. City shall pay Contractor the sum of seven hundred fifty one thousand
two hundred nineteen dollars ($751,219) as consideration for its performance of the Work in
accordance with the terms and conditions set forth in the Contract Documents Pursuant to Public
Contract Code Section 22300, Contractor has the option to deposit securities with an escrow agent
as a substitute for retention of earnings requirement to be withheld by City pursuant to an escrow
agreement as set forth in the Public Contract Code Section 22300 "
Section 3 All other provisions of the Contract shall remain unchanged by this First
Amendment, and in effect.
1
L.\ca\djm\Agreements\GSE Construction First Amendment.FY20-0030.docx.jn
IN WITNESS WHEREOF, the parties have executed this First Amendment, to be effective
as of the 21st day of September, 2021
CITY OF REDLANDS
GSE CONSTRUCTION COMPANY, INC
By J
Paul T Barich, Mayor Dennis ierrez, re nt
ATTEST
e Donaldson, City Clerk
2
L \ca\djm\Agreements\GSE Construction First Amendment.FY20-0030 docx.jn
EXHIBIT "A" TO THE FIRST AMENDMENT
COST SUMMARY
.1014iV,:i r
SCADA System, Integration & Instrumentation
IPW Pump Station Installation
Grand Total
Attachments
PCO #003
PCO #026
#003 ,
#026
$313,344 00
$437,875 00
$751,219 00
00
CONSTRUCTION
GSE Construction Co Inc
26027 Huntington Lane, Unit D
Valencia, California 91355
Phone (661) 295-4960
Fax (661) 295 5031
EXHIBIT "A"
PCO #003
Project 779 Redlands MBR and Digester Improvements Project
521006 - Phase 1B
1950 Nevada Street
Redlands California 92374
Prime Contract Potential Change Order #003. CE #005 - Tesco Contract
TO
PCO NUMBER/REVISION
REQUEST RECEIVED FROM
STATUS
REFERENCE
FIELD CHANGE
LOCATION
SCHEDULE IMPACT.
EXECUTED
City of Redlands Municipal Utilities and
Engineering Department
35 Cajon St Suite 15A
Redlands California 92374
003/1
Pending - Proceeding
No
No
FROM
CONTRACT
CREATED BY
CREATED DATE
PRIME CONTRACT
CHANGE ORDER
ACCOUNTING METHOD
PAID IN FULL
SIGNED CHANGE ORDER
RECEIVED DATE
TOTAL AMOUNT.
GSE Construction Co
7633 Southfront Rd Suite 160
Livermore California 94551
779 Redlands VVVVTP MBR and Digester
Improvements Project
Richard Harte (GSE Construction Co )
2/9/2021
#003 CE #005 Tesco Contract
Amount Based
No
$313,344 00
POTENTIAL CHANGE ORDER TITLE CE #005 Tesco Contract
CHANGE REASON Client Request
POTENTIAL CHANGE ORDER DESCRIPTION (The Contract Is Changed As Follows)
CE #005 Tesco Contract
Per discussions with the City GSE/Southern Contracting shall contract directly with Tesco Note that Tesco's contract now includes the RIO panels not in
their original scope It is understood that there may be other Tesco scope gap items which will need to be added as separate change orders in the future
ATTACHMENTS
CE# 05R1 - Tesco Contract.pdf
SIGNATURE
City of Redlands Municipal Utilities and
Engineering Department
35 Cajon St Suite 15A
Redlands, California 92374
DATE SIGNATURE DATE
GSE Construction Co
7633 Southfront Rd Suite 160
Livermore California 94551
SIGNATURE
DATE
GSE Construction Co Inc
Page 1 of 1 Printed On 2/23/2021 08.28 AM
GSE CONSTRUCTION INC
PROJECT Redlands MBR and Digester Improvements Project Phase 1B
PROJECT No : 779
CHANGE ORDER CALCULATION
DATE. 2/23/2021
GSE CE # 5R1
CLIENTS PCO # 3
GSE/Southern Contracting to contract directly with Tesco Note that Tesco's contract now includes the RIO panels not in
their ongmal scope It is understood that there may be other Tesco scope items which will need to be added as separate
BRIEF DESCRIPTION OF CHANGE change orders in the future
MITPRICESLABOR
DIRECT
COSTS
TOTAL '
DIRECT
DESCRIPSO1
QUANTITY
MOT
EQUIP
MATERIAL SICONTRACT
LABOR
HOURS RATE
EQUIP
AllATERIAL
LAfOR
SICONTRACT
COST
Tesco
1
Lump
$0
$269,950.00 $0.00
0
0.0
0.00
$0
$269,950
$0
$0
$269,950
Southern Contracting
1
Lump
$0
$0.00 $20,246.25
0
0.0
0.00
$0
$0
$0
$20,246
$20,246
Sales tax
0.00
%
$0
$0
TOTALS
0.0
#01lt/O1
$0
$269,950
$0
$20,246
$290,19d
MARKUP EQUIPMENT 15 %
$0
$0
MARKUP MATERIALS 7.5 %
$20,246
$20,246
MARKUP ON LABOR 20 %
$0
$0
MARKUP SUBCONTRACTS <5k 0 %
$0 $0
MARKUP SUBCONTRACTS >5k 0 %
$0 $0
BONDS & Insurance 1 %
$2,902
TOTAL CHANGE COST
$313,341
Southern Contracting Company
P.O. Box 445 San Marcos, CA 92079-0445
Tel 760-744-0760 Fax 760-744-6475
website, www,southerncontracting com
email info@southerncontracting corn
Change Order Request
105121 — Redland MBR and Digester Improvements
COR Subject Tesco -
To Richard Harte
GSE Construction
26027 Huntington Lane
Unit D
Valencia, CA 91355
Return To
Nowell Riemersma
Southern Contracting Company
559 N Twin Oaks Valley Rd
San Marcos, CA 92069
7607440760
760-535-7708
nowell@southerncontracting com
Contract No•
COR Number
COR Revision Number
COR Date
Work Type
Days Valid
SC-779-001
105121-001
0
1/28/2021
Price / Do Not
Proceed
5
Scope Of Work / Time Extension Request
The work associated with the request to provide SCADA, Instruments and Integration as detailed in the following
Scope of Work, is a change to Southern Contracting Company's scope of work in which a change in Contract Price
and Time is to be considered
Scope of Work is as follows
Provide PO contract agreement with Tesco (Redlands sole sourced Integrator) for the work to be completed under
this contract Please see attached Tesco scope to be covered Southern will work coordinate with Tesco in efforts to
make this project progress as smooth as possible
Exclusions All of our original exclusions apply
Change in time
- A change impact is not known at this time
This quote is valid for 30-Days Southern Contracting reserves all rights to additional costs and time for changes not
identified in the documents furnished, and is not responsible for additional costs or time for work which is not part of
our contract scope of work, unless stipulated above Should additional information or clarification be required, please
contact me at your convenience
Summary
Total $296,196 00
Reservation of Rights
This COR does not include any amount for impacts such as interference, disruptions, rescheduling, changes in the
sequence of work, delays and/or associated acceleration We expressly reserve the right to submit our request for
any of these items.
Signed By.
Dated 1/28/2021
Southern Contracting Company
PO Box 445, San Marcos, CA 92079-0445
(T) 760-744-0760 (F) 760-744-6475
Lic. No. 222252
ESTIMATE / CHANGE ORDER REQUEST
PROJECT Redlands MBR and Digester Improvements SCC PROPOSAL NO 001
CUSTOMER: City of Redlands DATE 1/28/2021
ESTIMATOR. Nowell Riemersma SCC JOB # 105121
REFERENCE.
DESCRIPTION
(a) Direct Materials [Breakdown attached] $ 269,950
(b) Sales Tax on Materials [7 75% of (a)] $
(c) Direct Labor [Breakdown attached] $
(d) Rental Equipment [Breakdown attached] $
(e) Sales Tax on Rental Equipment [7 75% of (d)] $
(g) SUBTOTAL [(a)+(b)+(c)+(d)+(e)] $ 269,950
(h) Overhead and Profit
7 5% Materials $ 20,246
20% Direct Labor $
15% Equipment $
(i) SUBTOTAL [(g)+(h)] $ 290,196
(j) Bond [1% of (i)] $
TOTAL PROPOSAL/ESTIMATE [(i)+(j)] $ 290,196
TESCUA www TescoControls com
CONTROLS, INC
To City of Redlands
Attn Kevin Watson
Re City of Redlands
WWTP MBR & Digester Improvements Phase 1B
Dear Customer
Corporate Office
8440 Florin Road Sacramento CA 95828
P 0 Box 299007 Sacramento, CA 95829
PH 916.395.8800 FX 916.429.2817
Quote Date 11/25/2020
Quote No 20J033Q04
Bid Date 1/28/2021
Thank you for your continued interest in TESCO products, services, and solutions We are pleased to quote the
following scope of work pertaining to the above -referenced project Only the materials/services listed in the
below scope are quoted in general conformance with the requirements of the applicable portions of sections
13300, 13320, 13320 Appendix A, 13370, 13370 Appendix A, 13380, 13384 & 13385
Scope of Work
Item Qty Description
1
2
Remote I/O Control Panels (18-LCP-42 & 18-LCP 43) to include
• Custom Wall Mount NEMA 4 — Powder Coated Galvanized Enclosure
• Distribution Circuit Breakers as Required
• Surge Suppressor
• Two-(2) 24VDC Power Supplies with Redundancy Module
• Remote I/O Rack (Allen Bradley CompactLogix)
• Ethernet Switch (Moxa)
• Fiber Patch Panel (Corning)
• 700VA Uninterruptible Power Supply 'UPS' with Bypass Switch
• Duplex Convenience Receptacle
• Panel Light and Switch
• Panel Heater and Thermostat Drawing(s)
• Panel Fan Kit 1-01, 1-06 &
• Nameplates, Terminal Blocks and Relays as Required 181-04
2
Lot
Product Reconfiguration of Existing PLC Control Panel (LCP 001) to
include
• Supply and Installation of New Components by TESCO
• One-(1) New PLC Digital Input Module
• One (1) New Ethernet Switch
• One-(1) New Fiber Patch Panel
• Lot- Nameplates, Terminal Blocks and Associated Wiring as Drawing(s)
Required 1 01, 1 05
3
4
Go / No Go Local Alarm Panels to include
• Custom Wall Mount NEMA 4X — 316 Stainless Steel Enclosure
• Two-(2) Push Buttons
• Red NEMA 4X Alarm Beacon
• Green NEMA 4X Alarm Beacon Drawing(s)
• Nameplates, Terminal Blocks and Associated Wiring as Required 181-04
File Ref 20J033Q04
Page I 1 of 4
Quotation
TESCO CONTROLS, INC.
Item
4
Qty
2
Description
Ok / Alarm Local Alarm Panels to include
• Custom Wall Mount NEMA 4X — 316 Stainless Steel Enclosure
• Two-(2) Push Buttons
• Red NEMA 4X Alarm Beacon
■ Green NEMA 4X Alarm Beacon
• Weatherproof Alarm Horn Drawing(s)
• Nameplates, Terminal Blocks and Associated Wiring as Required 181-04
5
6
Drawing(s)
Combustible Gas Analyzers (AE/AIT 1621, 1631, 3621, 3631, 3641, 3651)
181-04
6
5
Drawing(s)
Flow Switches (FS-1601, 1701, 3601, 3701A, 3701B)
181 04
7
1
Drawing(s)
Pressure Gauge (PI-3401)
061-01
8
Lot
Two-(2) Year Extended Warranty for PCIS Equipment & Services
Provided by TESCO (Spec. 13300-13)
9
Lot
Professional Services
• Engineering (Submittals and O&M Manuals)
• Instrument Loop Drawings for TESCO Supplied
Instrumentation (Spec 13300-1)
• Two (2) Coordination Meetings (Spec 13300-7)
• ISA Data Sheets for TESCO Supplied Equipment (Spec
13300 8)
• Point to Point Wiring Diagrams for TESCO Supplied
Equipment (Spec 13300-12) *Revised
• Project Management Grote with
• Manufacturing Services — Fabrication, Manufacturing, Assembly, Reduced
Equipment Wiring and Factory Testing Professional
• PLC & OIT Programming Modifications to Existing PLC-01 (Allen Service Rates
Bradley) Per TESCO &
• Including RIO 042 & RIO-043 Signals City of
• SCADA Programming Modifications to Existing SQL Server & Redlands
WonderWare In Touch System Annual
■ Networking/Communications/Telemetry Service
• Ethernet Switch Configuration Agreement -
■ Product Startup Services — Product Quality Review, Verification of $165 GO Per
Product Installation Product Parameter Adjustments, Product Hour for
Programming, Software Upload/Download as Required, Instrument/ Network &
Device Signal Spanning, Product/Equipment Reconfiguration as Telemetry and
Required, Product Function Checks and Product Startup $145 00 Per
• Eight-(8) Hours of Operation & Maintenance Training How for All
(Spec 13300-24 and 13384-9) Other
• Loop Testing for TESCO Supplied Equipment (Spec 13300- Technical
20) Resources*
REVISED TOTAL (including applicable sales tax $269,9S0 CIO
File Ref 20J033Q04
Page I2of4
Quotation TESCO CONTROLS, INC
Project Bid Clarifications
• Unless otherwise indicated by the Scope of Work above, quote is to furnish only and does not include any
trade labor, trade work, construction work, site improvement, contractor services, or any trade installation
services Any trade labor and/or related trade work shall be performed by others/contractor
■ Unless otherwise indicated by the Scope of Work above, the following is not included within this quotation
■ MCC Mods, Electrical Gear, Local Control Panels, Starter Panels and Associated Services by Others
■ Vendor Package PLC Control Panels, Existing Vendor Package PLC Panel Modifications, Vendor Package
Instrumentation, Vendor Package Harmonic Filters and All Associated Professional Services by Others
(Fine Screens, IVIBR, Digesters, Gas Conditioning & Air Scour Blowers)
o Gas Conditioning System Does Not Show * or Skid Lines to Define Scope (Drawing 201-01, 201-
02, 201 03, 201 04, 201 05 Note 2) — All Control Panels and Instruments by Gas Conditioning
System Supplier
• Alarm Local Control Panels, Alarm Lights and Horns by Others (Drawing 181-04)
• All Fiber Terminations, Terminators and Testing by Others
■ PROJECT WIDE Loop Drawing Submittals by Others (Spec. 13300-10)
o TESCO is Providing Loop Drawings for TESCO Supplied Equipment Only
■ One -Hundred and Twenty (120) Hours of On -Site Resident Engineer Supervision, Coordination
Installation and Adjustment by Others (Spec 13300 23)
o Specification Alludes to a 3`d Party to Accomplish this Specified Task — TESCO is Including Start
Up Services of TESCO Supplied Equipment Only (Not Including Review of All Other Package
System Instrumentation or the 120 Day Duration Defined Above)
• Conduit, field wire, tubing, or basic trade installation materials (brackets, j-box, stanchions, pull box etc )
■ Instrumentation mounting components, brackets, stanchions, sunshields, etc
• Local control stations and/or field mounted disconnects
■ Instrumentation, devices, components, or equipment not specifically identified in the above quotation
• Fiber optic patch panels, cable, splicing or terminations
• Networking infrastructure or architecture modifications to existing facilities
• Any 3rd party testing, harmonic testing/analysis, protective device coordination study, short-circuit
analysis, or Arc -Flash Risk Assessment (AFRA) services
• Electrical interconnection diagrams for equipment not furnished by TESCO
• ISA process control loop diagrams
■ Signal loop diagrams for equipment not furnished by TESCO
Terms and Conditions
• Quote is firm for 30 days unless otherwise stated
• Submittals to be provided approximately 8-10 weeks after receipt of purchase order or written notice of
intent
• Delivery to be scheduled approximately 12-16 weeks minimum after submittal approval
■ Addendums Acknowledged 1, 2, 3, 4
■ Unless otherwise stated above, price does not include any sales tax, use tax, or applicable fees, please apply
any taxes and/or fees as appropriate Please note that all invoices will include sales tax where applicable
• TESCO price is FOB factory, full freight allowed
■ TESCO warranties against defect in design workmanship and materials for a period of one year from date of
installation and does not exceed 18 months from the date of shipment from the factory
• TESCO carries liability insurance, with full workman's compensation coverage
• Terms are net 30 days on approved credit accounts
• Interest will be applied to all past due invoices
• All merchandise sold is subject to lien laws
• Final retention to be paid within 10 days after the project notice of completion
File Ref 20J033Q04 Page 3 of 4
Quotation
TESCO CONTROLS, INC
Please feel free to contact us at (916) 395-8800 to discuss any questions or comments you may have regarding this
quotation
Sincerely,
TESCO CONTROLS, INC
Tim Fassio
Water/Wastewater Sales Estimator
tfassio@tescocontrols com
File Ref 20J033Q04 Page 14 of 4
�00
GSE Construction Co Inc
26027 Huntington Lane, Unit D
Valencia, California 91355
Phone (661) 295-4960
Fax (661) 295 5031
EXHIBIT "A"
Project 779
PCO #026
Redlands MBR and Digester Improvements Project,
521006 Phase 1 B
1950 Nevada Street
Redlands, California 92374
Prime Contract Potential Change Order #026• CE #037 - Fine Screens
Booster
TO
City of Redlands Municipal Utilities and FROM
Engineering Department
35 Cajon St Suite 15A
Redlands California 92374
PCO NUMBER/REVISION 026 / 0 CONTRACT
REQUEST RECEIVED FROM
STATUS
REFERENCE
FIELD CHANGE
LOCATION
SCHEDULE IMPACT
EXECUTED
Pending In Review
No
No
CREATED BY
CREATED DATE
PRIME CONTRACT
CHANGE ORDER
ACCOUNTING METHOD
PAID IN FULL
SIGNED CHANGE ORDER
RECEIVED DATE
TOTAL AMOUNT
GSE Construction Co
7633 Southfront Rd Suite 160
Livermore California 94551
779 Redlands VVWTP MBR and Digester
Improvements Project
Richard Harte (GSE Construction Co )
9/1/2021
None
Amount Based
No
$437 875 00
POTENTIAL CHANGE ORDER TITLE CE #037 Fine Screens Booster
CHANGE REASON Design Development
POTENTIAL CHANGE ORDER DESCRIPTION (The Contract Is Changed As Follows)
CE #037 - Fine Screens Booster Pumps
Fine Screens booster pump system per "Final Design Package Drawings" received 8/13/21
*Note this price includes a budgetary number for Tesco's scope of work Once Tesco is able to provide a fixed price, this PCO can be amended or a
subsequent PCO can be issued to address the delta
ATTACHMENTS
CE#37 - Fine Screens Pumps.pdf
SIGNATURE DATE
City of Redlands Municipal Utilities and
Engineering Department
35 Cajon St Suite 15A
Redlands, California 92374
SIGNATURE DATE
GSE Construction Co
7633 Southfront Rd Suite 160
Livermore California 94551
SIGNATURE
DATE
GSE Construction Co Inc
Page 1 of 1 Printed On 9/1/2021 04 58 PM
GSE CONSTRUCTION INC
PROJECT Redlands MBR and Digester Improvements Project Phase 1B
PROJECT No 779
CHANGE ORDER CALCULATION
DATE 6/31/2021
GSE CE # 37
CLIENTS PCO #
DESCRIPTION OF CHANGE
BRIEF DESCRIPTION OF CHANGE
Cost to complete work for the final design package for the Fine Screens Pumps.
i DESCRIPTION
QUANTITY
UNIT
UNIT PRICES
LABOR
DIRECT
COSTS
TOTAL
DIRECT
'COST
EQUIP
MATERkAL
S/CONTRACT
LABOR ,
HOURS RATE
EQUIP.
!MATERIAL
LABOR
S/CONTRACT
Potholing
Operator
48
Hrs
$0
$0.00
0
1
48.0
109.53
$0
$0
$5,258
$0
$5,258
Laborer
48
Hrs
$0
$0.00
0
1
48.0
78.63
$0
$0
$3 774
$0
$3,774
Excavator
48
Hrs
$49
$0.00
0
0
0.0
0.00
$2,341
$0
$0
$0
$2,341
Skip Loader
24
Hrs
$42
$0.00
0
0
0.0
0.00
$1,003
$0
$0
$0
$1 003
IPW Trench Excavation/Grade
Operator
40
Hrs
$0
$0.00
0
1
40.0
109.53
$0
$0
$4,381
$0
$4,381
Laborer
40
Hrs
$0
$0.00
0
2
80.0
78.63
$0
$0
$6,290
$0
$6,290
Excavator
40
Hrs
$49
$0.00
0
0
0.0
0.00
$1 951
$0
$0
$0
$1,951
Skip Loader
24
Hrs
$42
$0.00
0
0
0.0
0.00
$1 003
$0
$0
$0
$1,003
Installation of Below Grade Pipe
Operator
16
Hrs
$0
$0.00
0
1
16.0
109.53
$0
$0
$1,753
$0
$1 753
Laborer
40
Hrs
$0
$0.00
0
2
80.0
78.63
$0
$0
$6,290
$0
$6,290
Excavator
16
Hrs
$49
$0.00
0
0
0.0
0.00
$780
$0
$0
$0
$780
Backfill of Below Grade Pipe
Operator
24
Hrs
$0
$0.00
0
1
24.0
109.53
$0
$0
$2,629
$0
$2,629
Laborer
24
Hrs
$0
$0.00
0
1
24.0
78.63
$0
$0
$1,887
$0
$1,887
Skiploader
24
Hrs
$42
$0.00
0
0
0.0
0.00
$1,003
$0
$0
$0
$1 003
Walk Behind Compactor
3
Days
$165
$0.00
0
0
0.0
0.00
$495
$0
$0
$0
$495
Tapping Sleeve Tie In
Operator
8
Hrs
$0
$0.00
0
1
8.0
109.53
$0
$0
$876
$0
$876
Laborer
8
Hrs
$0
$0.00
0
2
16.0
78.63
$0
$0
$1,258
$0
$1,258
Excavator
8
Hrs
$49
$0.00
0
0
0.0
0.00
$390
$0
$0
$0
$390
Skip Loader
4
Hrs
$42
$0.00
0
0
0.0
0.00
$167
$0
$0
$0
$167
Thrust Block Pour
Carpenter
4
Hrs
$0
$0.00
0
2
8.0
90.13
$0
$0
$721
$0
$721
Laborer
4
Hrs
$0
$0.00
0
1
4.0
78.63
$0
$0
$315
$0
$315
Concrete
2
Yds
$0
$107.10
0
1
0.0
0.00
$0
$214
$0
$0
$214
Pump Pad Installation
Operator
4
Hrs
$0
$0.00
0
1
4.0
109.53
$0
$0
$438
$0
$438
Carpenter
8
Hrs
$0
$0.00
0
2
16.0
90.13
$0
$0
$1,442
$0
$1,442
Laborer
8
Hrs
$0
$0.00
0
2
16.0
78.63
$0
$0
$1,258
$0
$1,258
Excavator
4
Hrs
$49
$0.00
0
0
0.0
0.00
$195
$0
$0
$0
$195
Concrete
5
Yds
$0
$107.10
0
0
0.0
0,00
$0
$536
$0
$0
$536
Pump Pad Finish
Concrete Finisher
8
Hrs
$0
$0.00
0
1
8.0
90.13
$0
$0
$721
$0
$721
Laborer
8
Hrs
$0
$0.00
0
1
8.0
78.63
$0
$0
$629
$0
$629
Set and Anchor Skid
Operator
4
Hrs
$0
$0.00
0
1
4.0
109.53
$0
$0
$438
$0
$438
Millwright
8
Hrs
$0
$0.00
0
1
8,0
87.55
$0
$0
$700
$0
$700
Laborer
8
Hrs
$0
$0.00
0
2
16.0
78.63
$0
$0
$1,258
$0
$1,258
Fork Lift
4
Hrs
$62
$0.00
0
0
0.0
0.00
$248
$0
$0
$0
$248
Pipe Fit Up of Above Grade Pipe
Millwright
40
Hrs
$0
$0.00
0
1
40.0
87.55
$0
$0
$3,502
$0
$3,502
Laborer
40
Hrs
$0
$0.00
0
1
40.0
78.63
$0
$0
$3,145
$0
$3,145
Rig Welder
40
Hrs
$0
$0.00
140
1
40.0
0.00
$0
$0
$0
$5,600
$5,600
Installation of Above Grade Piping
Millwright
8
Hrs
$0
$0.00
0
1
8.0
87.55
$0
$0
$700
$0
$700
Laborer
8
Hrs
$0
$0,00
0
1
8.0
78.63
$0
$0
$629
$0
$629
Excavation for Electrical
Operator
32
Hrs
$0
$0.00
0
1
32.0
109.53
$0
$0
$3,505
$0
$3,505
Laborer
32
Hrs
$0
$0.00
0
2
64.0
78.63
$0
$0
$5,032
$0
$5,032
Excavator
32
Hrs
$49
$0.00
0
0
0.0
0.00
$1,561
$0
$0
$0
$1,561
Skip Loader
16
Hrs
$42
$0.00
0
0
0.0
0,00
$669
$0
$0
$0
$669
Install Rebar Cages
Operator
8
Hrs
$0
$0,00
0
1
8.0
109.53
$0
$0
$876
$0
$876
Laborer
12
Hrs
$0
$0.00
0
2
24.0
78.63
$0
$0
$1,887
$0
$1,887
Forklift
8
Hrs
$62
$0.00
0
0
0.0
0.00
$496
$0
$0
$0
$496
Pour Duct Bank
Carpenter
8
Hrs
$0
$0.00
0
1
8,0
90.13
$0
$0
$721
$0
$721
Laborer
8
Hrs
$0
$0.00
0
2
16.0
109,53
$0
$0
$1,753
$0
$1,753
Concrete
25
Yds
$0
$98.10
0
0
0.0
0.00
$0
$2,453
$0
$0
$2,453
Utiltiy Red Color
25
Yds
$0
$40.00
0
0
0.0
0.00
$0
$1,000
$0
$0
$1,000
Concrete Pump
1
LS
$0
$0.00
1800
0
0.0
0.00
$0
$0
$0
$1,800
$1,800
Backfill Duct Bank
Operator
16
Hrs
$0
$0.00
0
1
16.0
109.53
$0
$0
$1,753
$0
$1,753
Laborer
16
Hrs
$0
$0.00
0
2
32.0
78.63
$0
$0
$2,516
$0
$2,516
Skiploader
16
Hrs
$42
$0,00
0
0
0.0
0.00
$669
$0
$0
$0
$669
Walk Behind Compactor
2
Days
$165
$0.00
0
0
0.0
0.00
$330
$0
$0
$0
$330
Concrete Paving Replacement
Operator
12
Hrs
$0
$0.00
0
1
12.0
109.53
$0
$0
$1,314
$0
$1,314
Laborer
24
Hrs
$0
$0.00
0
2
48.0
78.63
$0
$0
$3,774
$0
$3,774
Backhoe with Breaker
1
Days
$464
$0.00
0
0
0.0
0.00
$464
$0
$0
$0
$464
Excavator
8
Hrs
$49
$0.00
0
0
0.0
0.00
$390
$0
$0
$0
$390
Skiploader
4
Hrs
$42
$0.00
0
0
0.0
0.00
$167
$0
$0
$0
$167
Carpenter
8
hrs
$0
$0.00
0
2
16.0
90.13
$0
$0
$1,442
$0
$1,442
Concrete
8
Yds
$0
$107.10
0
0
0.0
0.00
$0
$857
$0
$0
$857
Rebar
25
Sticks
$0
$15.00
0
0
0.0
0.00
$0
$375
$0
$0
$375
Concrete/Asphalt Haul Off
Operator
16
Hrs
$0
$0.00
0
1
16.0
109.53
$0
$0
$1,753
$0
$1,753
Backhoe with Breaker
1
Days
$464
$0.00
0
0
0.0
0.00
$464
$0
$0
$0
$464
Skip Loader
8
Hrs
$42
$0.00
0
0
0.0
0.00
$336
$0
$0
$0
$336
Trucking
2
Trucks
$0
$0.00
600
0
0.0
0.00
$0
$0
$0
$1,200
$1,200
Material
Pump Skid
1
LS
$0
$59,090.00
0
0
0.0
0.00
$0
$59,090
$0
$0
$59,090
Valves
1
LS
$0
$5,702.66
0
0
0.0
0.00
$0
$5,703
$0
$0
$5,703
Rebar
1
LS
$0
$0.00
7585
0
0.0
0.00
$0
$0
$0
$7,585
$7,585
Backfill Material
80
Tons
$0
$22.78
0
0
0.0
0.00
$0
$1,822
$0
$0
$1,822
SS Piping
1
LS
$0
$8,124.49
0
0
0.0
0.00
$0
$8,124
$0
$0
$8,124
PVC Piping & Additives
1
LS
$0
$9,152.80
0
0
0.0
0.00
$0
$9,153
$0
$0
$9,153
BNGs
1
LS
$0
$332.20
0
0
0.0
0.00
$0
$332
$0
$0
$332
Hot Tap
1
LS
$0
$4,365.00
0
0,
0.0
0.00
$0
$4,365
$0
$0
$4,365,
Asphalt Repair
1
LS
$0
$0.00
3000
0
0.0
0.00
$0
$0
$0
$3,000
$3,000
Sawcut/Coring
1
LS
$0
$0.00
2000
0
0,0
0.00
$0
$0
$0
$2,000
$2,000
Survey
2
Trips
$0
$0.00
3000
0
0.0
0.00
$0
$0
$0
$6,000
$6,000
Mc Consumables
1
LS
$0
$2,000.00
0
0
0.0
0.00
$0
$2,000
$0
$0
$2,000
Electrical Southern
1
LS
$0
$0.00
122381.57
0
0.0
0.00
$0
$0
$0
$122,382
$122,382
Tesco (budgetary)
1
LS
$0
$0.00
45000
0
0.0
0.00
$0
$0
$0
$45,000
$45,000
Sales tax
TOTALS
MARKUP EQUIPMENT
MARKUP MATERIALS
MARKUP ON LABOR
MARKUP SUBCONTRACTS<5k
MARKUP SUBCONTRACTS>5k
BONDS & Insurance
TOTAL CHANGE COST
8 75
15
15
20
10
5
1
904.011
$134.7f
$8,402
$15,122 $104,426 $76,619 $194,567
$2,268
$15,664
$15,324
$8,402
$390,734
$2,268
$15,664
$15,324
$500 $500
$9,478 $9,478
$3,907
$437,875
Date
Koppl Pipeline Services Inc • 1228 Date Street • Montebello CA 90640 USA
Phone 323 888 2211 • Fax 323 888 2232 • www koppl com CCL#844802 AZCL#ROC216719 NVCL#0060642
California DIR# 1000000314
Hot Tap Service Estimate
August 25, 2021
Quotation # AS082521E
*Please reference this quotation number when calling to schedule
Customer Name GSE Construction
Contact Richard Phone 925 525 8661
Jobsite Location Redlands, CA (Wastewater Treatment Facility
Job Description
1 qty — 4" Weld, Test and Hot Tap on a 12" Carbon Steel Water Line 150 Psi Max
Or
1 qty 4" Install, Test and Hot Tap on a 12" Carbon Steel Water Line 150 Psi Max
• Work to be done during regular hours (Mon -Fri / 600AM to 230PM)
• This job is subject to certified payroll and prevailing wage rates
• OCIP Enrollment or PLA Assent is NOT required
Koppl Pipeline Services will Labor & Equipment to weld or install fitting to existing line, install valve, test, and complete hot tap
supply the following Material
1 qty 12" x 4" KoppITM CN100 Cement Lined Flanged Nozzle with Collar Reinforcement Pads
1 qty 4" Mueller RW Gate Valve, Bolt, Nut and Gasket Set
Or
1 qty - 12" x 4" All Stainless Steel Tapping Sleeve
1 qty 4" Mueller RW Gate Valve, Bolt, Nut and Gasket Set
Customer Responsibilities All necessary and required permits, safe access to jobsite (traffic control, scaffolding, ladders, shoring, lifting equipment
if required, etc) Customer to remove and replace any existing coating or insulation on pipe Electrician to connect our
portable welding machine to a suitable power source (220 Single Phase, 208 or 480 3 phase, minimum 20 amp
breaker) Our truck mounted welding machine may be used if we can park within 200 feet of the job location If Koppl
provides a welder, the customer must provide a fire watch
Estimate Amount $3,298 00 Total for Weld Hot Tap ** Add 20% to total for work performed
or after hours (night, holiday, weekend)
$4,365 00 Total for Sleeve Install Hot Tap
*Includes all taxes and delivery of material unless otherwise noted
Customer Delays Delays caused on the jobsite that are of no fault of Koppl Pipeline Services will be billed at
$140 00 per hour / per technician, plus any applicable overtime
Coupon Retention Koppl Pipeline Services uses the latest technology for coupon retention, yet there is no guarantee of its retrieval All
costs associated with retrieving the coupon will be the responsibility of the customer
Payment Terms Net 30 — Pending Credit Approval
Customer Acknowledgement
Customer has reviewed and agreed upon the above estimate for the work described herein Customer is aware of the fact that job
parameters may change, and extra charges may occur If the job scope changes upon our arrival, customer is entitled, at customer's
request, to receive a revised estimate Signatures below indicate acknowledgement and acceptance of this estimate, along with its
standard terms and conditions Thank you in advance for considering Koppl Pipeline Services for your hot tapping, line stopping, pipe
freezing, and valve insertion needs
Authorized Koppl Representative.
.l��
Signature Date August 25, 2021
Albert Sanchez
Authorized Customer Representative
Signature Date
AS082521E GSE Contruction Redlands.docx 8/25/21
Koppl Pipeline Services, Inc. • 1228 Date Street • Montebello, CA 90640 USA
Phone 323-888-2211 • Fax 323-888-2232 • www koppl.com
Additional References
Site Preparation
Customer is responsible for safe preparation of the work site. For underground work, this may Include traffic control, excavation, shoring, permits, etc. For work performed
Inside of a building or other structure, safe access to the work area must be provided, such as scaffolding, a manlift, or ladders. Please contact your sales representative for
detailed requirements depending on the work to be performed.
Pipe Information
Customer must provide accurate dimensional information for the pipe for which the hot tapping operation will occur This will include type of pipe, class, outside diameter
inside diameter, pressure, temperature, etc. If the Information Is found to be Inaccurate at the time the work begins, a re -quote may be required.
Pipe Integrity
Prior the hot tap operation, the owner of the pipeline shall be responsible for verifying the integrity of the existing line in which the hot tap will occur Although Koppl follows
all Industry standard procedures when performing a hot tap, there is no way to determine the Integrity of the pipe being tapped. The pipeline must be able to handle axial,
longitudinal, and bending loads that could be Imposed by the tapping equipment. Any type of support that may be required, such as concrete or wood blocking, shall be
provided by the customer If a failure should occur Koppl shall be relieved of all liability related to the incident.
C900 and PVC Piping
On certain systems, C900 piping may have a tendency to crack and catastrophically fall. Although Koppl follows all industry standard tapping procedures when tapping into
C900, there Is no way to determine the Integrity of the pipe being tapped. If a failure should occur, Koppl shall be relieved of all liability related to the incident.
Thrust Restraint
Any type of thrust restraint that is required to properly prevent pipe movement shall be provided by the customer Any engineering necessary for the design of the restraint
shall also be the responsibility of the customer
Equipment Support
Support of our equipment at the hot tap location may be required. Consult with your sales representative for clarification.
Chlorination
It will be the customer's responsibility to provide any chlorination services that may be required. This applies to any equipment, bypasses, or fittings that are related to the
tapping process. Requirements for flushing must be discussed before prior to the hot tap being scheduled.
Flow in Line
It is recommended that there Is flow In the line during the hot tapping operation. Although it is not required, it does help to disperse any shavings that are generated by the
hot tap.
Blow Down and Draining
Adequate preparations must be made to control the bleed down and draining of the hot tapping machine.
Welding
If Koppl Pipeline Services is to provide welding services, connection of a welding machine may be necessary An electrician must be available to connect our portable welding
machine to a suitable power source (208 or 480 3-phase, minimum 20 amp breaker). Our truck mounted welding machine may be used If we can park within 200 feet of the
job location. If Koppl provides a welder the customer must provide a fire watch.
Pipe Coating
Prior to our arrival on site, the customer Is responsible for removing any existing coating on the pipe. This Includes Insulation, tape wrap, concrete, tar coating, etc. Any
coating containing asbestos will need to be abated before we can begin any work on site.
Stand -By Time and Overtime
Delays beyond our control will be subject to a charge of $140.00 per man / per hour for straight time, plus any applicable overtime.
Coupon Retention
Koppl Pipeline Services uses the latest technology for coupon retention, yet there Is no guarantee of Its retrieval. All costs associated with retrieving the coupon will be the
responsibility of the customer
Cutting Debris
When performing a hot tap, there is a risk of shavings entering the valve and/or the pipeline itself These shavings may prevent the isolation valve used for the hot tap from
obtaining a 100% seal. The customer assumes all responsibility for repairing or replacing the valve If needed. If the valve does not seal to acceptable level for Koppl to
remove the tapping equipment, the customer shall make all arrangements to shut the line down so the equipment can be removed. Any costs associated with the shutdown
shall be paid by the customer
Prevailing Wage & Project Labor Agreements
KOPPL PIPELINE SERVICES, INC. IS A NON -UNION CONTRACTOR. Customer must notify Koppl, in advance, of any requirement to be signatory to a union in order to
comply with a site project labor agreement. We must also be notified to pay prevailing wage rates or to provide certified payroll reports. Requirement to do so shall warrant a
requote,
Pricing
Pricing Is based on the scope of work described. Any changes to this scope may change unit pricing or total pricing. Please contact us for a new quote if the quantities, sizes,
or scope of work is modified. Pricing for the above referenced work is valid for a period of 90 days from the issue date.
I have read the above additional references:
Signature: Date:
AS082521E GSE Contruction Redlands,docx 8/25/21
Koppl Pipeline Services, Inc. • 1228 Date Street • Montebello, CA 90640 USA
Phone 323-888-2211 • Fax 323-888-2232 • www koppl.com
ON -STREAM SERVICES & PRODUCTS
TERMS AND CONDITIONS
GOVERNING TERMS
THESE TERMS AND CONDITIONS ARE AN OFFER BY US TO YOU SUBJECT TO THE APPROVAL OF OUR CREDIT DEPARTMENT, AND MAY BE ACCEPTED ONLY ON THESE
EXACT TERMS AND CONDITIONS. THE CONTRACT FORMED BY YOUR ACCEPTANCE OF THIS QUOTATION, OR BY YOUR REQUEST THAT WE ENTER A SALES ORDER FOR
YOU, OR BY YOUR ACCEPTANCE OF A SHIPMENT FROM KOPPL PIPELINE SERVICES, INC PIPELINE SERVICES, INC WILL CONSTITUTE THE EXCLUSIVE, COMPLETE AND
FINAL AGREEMENT BETWEEN KOPPL PIPELINE SERVICES, INC PIPELINE SERVICES, INC AND YOU AND THERE ARE NO OTHER AGREEMENTS, REPRESENTATIONS,
PROMISES, OR STATEMENTS BETWEEN US EITHER EXPRESSED OR IMPLIED. IF YOU ISSUE A DOCUMENT OF YOUR OWN, THIS DOCUMENT SHALL SUPERSEDE THE
TERMS AND CONDITIONS OF YOUR DOCUMENT ALL TERMS AND CONDITIONS, DISPUTES AND LEGAL ACTIVITIES SHALL BE CONDUCTED IN AND INTERPRETED BY THE
JURISDICTION AND LAWS OF THE STATE OF CALIFORNIA, LOS ANGELES COUNTY
SHIPMENT
DELIVERIES SHALL BE MADE IN ACCORDANCE WITH A DELIVERY SCHEDULE, WHICH MAY BE REVISED BY MUTUAL AGREEMENT TO ADJUST TO JOB CONDITIONS OR
MANUFACTURING REQUIREMENTS. WE CANNOT GUARANTEE PRECISE DELIVERY OR INSTALLATION DATES AND SHALL NOT BE RESPONSIBLE FOR DELAYS IN
DELIVERIES, NOR LIABLE FOR ANY LOSSES, EXPENSES OR DAMAGES, INCLUDING LIQUIDATED DAMAGES OR PENALTIES OF ANY KIND, WHICH YOU OR YOUR CUSTOMER
MAY INCUR. ACCEPTANCE OF DELIVERY BY YOU CONSTITUTES CONFIRMATION OF YOUR ACCEPTANCE OF THE DELIVERY SCHEDULE AGAINST WHICH THE DELIVERY
WAS MADE. UNLESS STATED OTHERWISE IN THE QUOTATION, SHIPMENTS ARE QUOTED F.O.B. OUR DOCK OR OUR VENDOR'S DOCK.
PRICES, PAYMENT AND TAXES
PRICE DOES NOT INCLUDE ANY STATE, FEDERAL, OR LOCAL TAXES UNLESS SPECIFICALLY NOTED. TERMS OF PAYMENT ARE STATED ON THE QUOTATION. OUR TERMS
OF SALE DO NOT PERMIT OR ALLOW THE WITHHOLDING FROM PAYMENT OF ANY PERCENTAGE OF DOLLAR AMOUNT DUE AND PAYABLE TO KOPPL PIPELINE SERVICES,
INC PIPELINE SERVICES, INC BECAUSE THE OWNER OR FINANCING AGENCY WITHHOLDS FUNDS AS RETENTION, OR FOR SOME OTHER REASON, UNTIL SOME FUTURE
CONDITION IS FULFILLED. ALL FUNDS RECEIVED BY YOU OR PAYABLE TO YOU FOR SATISFACTION OF THE AMOUNT DUE KOPPL PIPELINE SERVICES, INC PIPELINE
SERVICES, INC HEREUNDER SHALL BE HELD AS A TRUST FUND FOR PAYMENT OF YOUR OBLIGATIONS TO KOPPL PIPELINE SERVICES, INC PIPELINE SERVICES, INC, AND
SHALL NOT BE APPLIED TO OTHER PURPOSES UNTIL YOUR OBLIGATION TO KOPPL PIPELINE SERVICES, INC PIPELINE SERVICES, INC IS SATISFIED. PAYMENT SHALL BE
IN UNITED STATES OF AMERICA DOLLARS. NO BACKCHARGES, WITHHOLDING OR DEDUCTS OF ANY KIND ARE ALLOWED. PRICES ARE SUBJECT TO INCREASE TO
COMPENSATE FOR ANY INCREASE IN OUR COSTS DUE TO NEW OR INCREASED TAXES OR GOVERNMENTAL REGULATORY MEASURES. PRICES ON THE QUOTATION ARE
BASED ON THE QUANTITIES GIVEN. ANY QUANTITY CHANGES OR OTHER ORDER MODIFICATIONS MAY RESULT IN PRICE CHANGES. EXCEPT AS ABOVE NOTED, PRICES
ON THE QUOTATION ARE VALID FOR A PERIOD OF THIRTY DAYS AFTER THE DATE OF THE QUOTATION UNLESS A SPECIFIC VARIANCE IS GRANTED ON THE ATTACHED
QUOTATION.
INDEMNITY
FOLLOWING DELIVERY OR KOPPL PIPELINE SERVICES, INC PIPELINE SERVICES, INC'S INSTALLATION, YOU EXPRESSLY AGREE TO INDEMNIFY AND HOLD KOPPL PIPELINE
SERVICES, INC HARMLESS FROM ANY AND ALL LOSS, COST, LIABILITY OR EXPENSE, INCLUDING ATTORNEY'S FEES RELATING TO OR IN CONNECTION WITH ANY
PROCEEDING, CAUSE FOR ACTION, OR ANY DAMAGE TO PERSONS OR PROPERTY INVOLVING THE USE, APPLICATION, TRANSPORTATION, STORAGE, DISPOSAL, OR
YOUR'S OR OTHER'S INSTALLATION OF THE ITEMS ON THIS QUOTATION, OR SALES ORDER, OR SHIPMENT
FORCE MAJEURE
KOPPL PIPELINE SERVICES, INC IS NOT RESPONSIBLE OR LIABLE FOR ANY DELAYS OR NONPERFORMANCE IN THE EVENT OF EARTH MOVEMENT FIRE, FLOOD,
EXPLOSION, THE ELEMENTS, OR OTHER CATASTROPHE, ACTS OF GOD, WAR, RIOT, CIVIL DISTURBANCE, STRIKE, LOCKOUT REFUSAL OF EMPLOYEES TO WORK, LABOR
DISPUTES, SHORTAGE, OR INABILITY TO OBTAIN RAW MATERIALS, INCLUDING ENERGY REQUIREMENTS, FAILURE OF CARRIERS TO DELIVER, IN THE EVENT OF ANY
LEGISLATIVE, EXECUTIVE OR JUDICIAL ACT OF ANY GOVERNMENTAL AUTHORITY SUBSTANTIALLY AFFECTING KOPPL PIPELINE SERVICES, INC OPERATIONS, IN THE
EVENT KOPPL PIPELINE SERVICES, INC SUSPENDS OR DISCONTINUES BUSINESS FOR ANY REASON, OR ANY OTHER REASON BEYOND THE CONTROL OF KOPPL PIPELINE
SERVICES, INC.
LIMITED WARRANTY
LABOR AND PRODUCTS MANUFACTURED BY KOPPL PIPELINE SERVICES, INC ARE WARRANTED FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP FOR A PERIOD OF
365 DAYS FROM THE DATE OF SHIPMENT FROM KOPPL PIPELINE SERVICES, INC TO ANY LOCATION (MATERIALS) OR SERVICE. THE WARRANTY ON ITEMS NOT
MANUFACTURED BY KOPPL PIPELINE SERVICES, INC OR SUBCONTRACTED SERVICES SHALL NOT EXCEED THE WARRANTY OF OUR SUBCONTRACTOR OR SUPPLIER OR
HIS MANUFACTURER. IF DEFECT UNDER THIS WARRANTY APPEARS, KOPPL PIPELINE SERVICES, INC, AT ITS OPTION WILL REWORK OR REPLACE THAT ITEM OR
REFUND THE PURCHASE PRICE OF THE DEFECTIVE PORTION, LESS AN ALLOWANCE FOR SERVICES RENDERED BY THE SERVICE OR PRODUCT PRIOR TO THE CLAIM, BUT
IN NO EVENT WILL KOPPL PIPELINE SERVICES, INC BE RESPONSIBLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES. THIS WARRANTY SHALL NOT APPLY TO ANY
PRODUCT OR INSTALLATION WHICH HAS BEEN REPAIRED OR ALTERED BY ANYONE OTHER THAN KOPPL PIPELINE SERVICES, INC, OR WHICH HAS BECOME DEFECTIVE
DUE IN TOTAL OR IN PART TO MISUSE, MISHANDLING, NEGLIGENCE OR CASUALTY OR WHICH HAS BECOME DEFECTIVE IN TOTAL OR IN PART DUE TO NATURAL OR
MAN-MADE EXPOSURE DAMAGE (EG., POLLUTION CONTACT DAMAGE) OR ANY SEISMIC OR OTHER MOTIONS OF THE INSTALLATION OR ANY PRESSURE/THERMAL
CYCLING OR HAS BEEN OPERATED CONTRARY TO MANUFACTURER'S INSTRUCTIONS. REMEDIES AVAILABLE TO AN OWNER FOR BREACH OF WARRANTY ARE EXPRESSLY
LIMITED TO AN ACTION TO RECOVER FOR THE VALUE OF REPAIRS OR REPLACEMENTS DUE HEREUNDER OF OUR PRODUCT ONLY, AND KOPPL PIPELINE SERVICES, INC'S
LIABILITY FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES ARE HEREBY EXPRESSLY EXCLUDED TO THE FULL EXTENT PERMITTED BY APPLICABLE LAW ANY
SHORTAGES OR SHIPPING DAMAGE MUST BE REPORTED IN WRITING OR FAX TO KOPPL PIPELINE SERVICES, INC WITHIN THREE BUSINESS DAYS OF YOUR RECEIPT OF
SHIPMENT KOPPL PIPELINE SERVICES, INC MAKES NO WARRANTY THAT THE GOODS SOLD UNDER THIS CONTRACT ARE FIT FOR ANY PARTICULAR PURPOSE. THERE
ARE NO WARRANTIES WHICH EXTEND BEYOND THOSE SET FORTH HEREIN,
OTHER SPECIFIC WARRANTY EXCLUSIONS
(1). ANY PRODUCT FAILURES OR DAMAGE DUE TO CORROSION. (2). THE FINISH ON THE PRODUCT (3). IF THE PRODUCT IS NOT INSTALLED BY KOPPL PIPELINE
SERVICES, INC, ANY SEAL LEAKAGE OR SEAL FAILURE FOR ANY REASON WHATSOEVER. (4). IF THE PRODUCT IS INSTALLED BY KOPPL PIPELINE SERVICES, INC, ANY
SEAL LEAKAGE OR SEAL FAILURE, FOR ANY REASON WHATSOEVER, WHICH MAY OCCUR AT ANY TIME AFTER EITHER THE FIRST ACCEPTANCE OF AN INSTALLATION OR A
FIRST PRESSURE TEST ACCEPTANCE, WHICHEVER OCCURS FIRST EITHER VERBAL JOBSITE APPROVAL OR SIGNATURES ON KOPPL PIPELINE SERVICES, INC'S FIELD
WORK DOCUMENTS CONSTITUTE ACCEPTANCE.
MISCELLANEOUS
(1). ALL DOCUMENTATION SUBJECT TO CORRECTION OF STENOGRAPHIC ERRORS. (2), A FIELD REPRESENTATIVE MAY ASSIST YOU, HOWEVER THAT REPRESENTATIVE
HAS NO AUTHORITY TO BIND KOPPL PIPELINE SERVICES, INC IN ANY MODIFICATION OF THIS AGREEMENT KOPPL PIPELINE SERVICES, INC SHALL NOT BE HELD
RESPONSIBLE FOR ANY INSTRUCTIONS OR TECHNICAL ADVICE IN CONNECTION WITH THE DESIGN AND/OR USE OF MATERIAL HEREUNDER. (3). KOPPL PIPELINE
SERVICES, INC MAY REFER TO AND USE VARIOUS GENERALLY ACCEPTED CODES AND FORMULAS FOR DESIGNS. THIS IN NO WAY INDICATES OUR APPROVAL OR AGREE
MENT TO SUCH CODES OR FORMULAS. CITING ANY CODE, FORMULA, OR STANDARD IN NO WAY IMPLIES SUITABILITY OR USABILITY OF ANY PRODUCT FOR ANY
SPECIFIC APPLICATION. (4). THIS AGREEMENT SHALL BE BINDING UPON AND INURE TO THE BENEFIT OF THE RESPECTIVE HEIRS, EXECUTORS, ADMINISTRATORS,
AS082521E GSE Contruction Redlands,docx 8/25/21
Kopp! Pipeline Services, Inc. • 1228 Date Street • Montebello, CA 90640 USA
Phone 323-888-2211 • Fax 323-888-2232 • www koppl.com
RECEIVERS, LEGAL REPRESENTATIVES, SUCCESSORS AND ASSIGNS OF THE PARTIES HERETO. (5), ALL CHANGES IN THE THIS AGREEMENT/ORDER MUST BE IN
WRITING, SHOWING THE ORIGINAL ORDER NUMBER AND THE CHANGE ORDER NUMBER. ALL COSTS FOR THE CHANGES IN THE ORDER WILL BE AT YOUR EXPENSE,
SUBJECT TO THE TERMS AND CONDITIONS HEREIN. (6). INVOICING TO YOU FROM KOPPL PIPELINE SERVICES, INC WILL OCCUR AS SOON AS POSSIBLE AFTER THE
DATE OF SHIPMENT OF OUR PRODUCT TO YOUR SITE OR REPRESENTATIVE, OR THE DATE OF ACCEPTANCE BY YOUR REPRESENTATIVE, WHICHEVER IS EARLIER, AND
PAYMENT SHALL BE DUE PER THE TERMS OF OUR QUOTATION (BUT NOT LONGER THAN 30 DAYS AFTER DATE OF INVOICE) REGARDLESS WHETHER OR NOT ACTUAL
SHIPMENT HAS BEEN MADE, UNLESS SUCH LACK OF SHIPMENT IS THE FAULT OF KOPPL PIPELINE SERVICES, INC'S FAILURE TO ALLOW SUCH SHIPMENT OR TO FOLLOW
OUR STANDARD SHIPPING PROCEDURES, FAILURE OF YOU TO PROVIDE SHIPPING INSTRUCTIONS OR TO AUTHORIZE SHIPPING SHALL NOT BE VALID REASON FOR YOU
TO DELAY OR REFUSE PAYMENT (7). AFTER OUR DATE OF INVOICE, IF WITHIN 30 DAYS WE HAVE NOT RECEIVED AUTHORIZATION OR WORKABLE INSTRUCTIONS TO
SHIP, A STORAGE FEE, IN MONTHLY INCREMENTS EQUAL TO 2.75% OF THE INVOICE TOTAL, SHALL BE ASSESSED TO YOU AND PAYABLE BY YOU WITHIN 30 DAYS.
FAILURE OF YOU TO PAY THIS STORAGE FEE ON TIME OR STORAGE WHICH LASTS LONGER THAN 12 MONTHS SHALL BE CONSIDERED TO BE ABANDONMENT BY YOU OF
THE PRODUCT AND KOPPL PIPELINE SERVICES, INC SHALL BE FREE TO SELL OR OTHERWISE DISPOSE OF THE STORED ITEMS. SUCH ACTIVITY IN NO WAY RELIEVES
YOU OF YOUR OBLIGATION TO PAY FOR THE ITEM(S) IN QUESTION UNDER THE TERMS OF THIS AGREEMENT
WARNING
THE USE OR APPLICATION OF ANY KOPPL PIPELINE SERVICES, INC PRODUCT OR MATERIAL SOLD BY KOPPL PIPELINE SERVICES, INC IS STRICLTY AND COMPLETELY AT
YOUR OWN RISK. NAMES OF PRODUCTS OR VERBAL OR PRINTED APPLICATION AND USAGE SUGGESTIONS ARE NOT TO BE CONSTRUED OR ASSUMED TO BE SAFE OR
WORKABLE IN YOUR SITUATION. READ AND UNDERSTAND ALL SAFETY INSTRUCTION. EXPERIMENT FIRST AT YOUR OWN RISK AND EXPENSE, BEFORE APPLYING OR
USING ANY PRODUCT MANY PRODUCTS HAVE HAZARDOUS, DANGEROUS OR TOXIC APPLICATION CHARACTERISTICS.
AS082521E GSE Contruction Redlands.docx 8/25/21
S4 FERGUSON®
WATERWORKS
FERGUSON WATERWORKS #1088
1502 COLUMBIA AVE
RIVERSIDE, CA 92507 2014
Phone 951 6741323
Fax 951 674 1084
Deliver To
From Jamie Germann
Comments
13.23 02 AUG 26 2021
Bid No B406508
Bid Date 08/24/21
Quoted By MGX
Customer GSE CONSTRUCTION
7633 SOUTHFRONT ROAD STE 16
779-REDLANDS MBR DIGESTER
LIVERMORE CA 94551
Cust PO#
Change Order Work
FERGUSON WATERWORKS #1083
Price Quotation
Phone 951-674-1323
Fax 951 674-1084
Cust Phone 925 447-0292
Terms NET 10TH PROX
Ship To GSE CONSTRUCTION
7633 SOUTHFRONT ROAD STE 16
779-REDLANDS MBR DIGESTER
LIVERMORE CA 94551
Job Name 779-REDLANDS MBR DIGESTER
Page 1 of 2
Item
Description
Quantity Net Price UM Total
P8OBP
P80S4P
SP-S801532
P80S9P
P8OVSSFP
P8OPU
P8OSCU
SP SADD&STNDTP818
PS41109
IVBATS16
IVBABS36
IVBLIDW
T140N15360
4 X 20 FT PVC S80 BE PIPE
4 PVC S80 SXS 45 ELL
6' X 4 SCH80 TEE
4 PVC S80 SXS 90 ELL
4 PVC S80 VAN STONE SOC FLG
6 X 20 FT PVC S80 PE PIPE
6 PVC S80 SXS COUP
4" PIPE STAND W/U-BOLT TP-818
3 FT GATE VLV STEM EXT W/ C/PLT
3 1/2
16 SLIP VLV BX TOP SECT
36 SLIP VLV BX BOT SECT
5-1/4 CI VLV BX LID WTR
MIRAFI 140N N/WOV 15X360 600SY
360 1085 050 C
8 93.270 EA
1 94 460 EA
4 13 820 EA
4 47 640 EA
20 1633 400 C
2 84.340 EA
4 484.290 EA
1 72.200 EA
1 36.080 EA
1 65.220 EA
1 13.200 EA
600 1 150 SY
3906 18
746 16
94 46
55.28
190 56
326 68
168 68
1937 16
72.20
36 08
65.22
13.20
690 00
Item Code
Description
Notice
Net Total
Tax
Freight
Total
$8301 86
$850 94
$0.00
$9152 80
P8OBP
P80S4P
P80S9P
P8OVSSFP
P8OPU
P8OSCU
PS41109
4 X 20 FT PVC S80 BE PIPE
4 PVC S80 SXS 45 ELL
4 PVC S80 SXS 90 ELL
4 PVC S80 VAN STONE SOC FLG
6 X 20 FT PVC S80 PE PIPE
6 PVC S80 SXS COUP
3 FT GATE VLV STEM EXT W/ C/PLT
&WARNING Cancer and Reproductive Harm
www P65Warnings ca gov
&WARNING Cancer and Reproductive Harm
www.P65warnings ca.gov
&WARNING' Cancer and Reproductive Harm
www P65warnings ca.gov
&WARNING Cancer and Reproductive Harm -
www P65warnings ca gov
&WARNING. Cancer and Reproductive Harm
www P65Warnings ca gov
&WARNING Cancer and Reproductive Harm
www P65warnings ca gov
&WARNING Cancer and Reproductive Harm -
www.P65Warnings ca.gov
HOW ARE WE DOING? WE WANT YOUR FEEDBACK!
Scan the QR code or use the link below to
complete a survey about your bids
https //survey.medallia com/?bidsorder&fc=1083&on=28745
Page 2 of 2
0 FERGUSON®
FERGUSON WATERWORKS #1083
WATERWORKS Price Quotation
Fax 951-674-1084
13 23 02 AUG 26 2021
Reference No B406508
Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours) SHIPMENTS BEYOND 48 HOURS SHALL BE
AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE QUOTES FOR PRODUCTS SHIPPED FOR RESALE
ARE NOT FIRM UNLESS NOTED OTHERWISE.
CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/WBE/SMALL BUSINESS REQUIREMENTS
Seller not responsible for delays lack of product or increase of pricing due to causes beyond our control and/or based upon
Local State and Federal laws governing type of products that can be sold or put into commerce This Quote is offered contingent upon the
Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document or
on the web at https.//www.ferguson.com/content/website info/terms of sale
Govt Buyers All items are open market unless noted otherwise
LEAD LAW WARNING It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water
systems anticipated for human consumption Products with *NP in the description are NOT lead free and can only be installed in non potable
applications Buyer is solely responsible for product selection
WATER FLOW RATE NOTICE Lavatory Faucets with flow rates over 0.5 GPM are not allowed for public use in California.
HOW ARE WE DOING? WE WANT YOUR FEEDBACK!
Scan the QR code or use the link below to
complete a survey about your bids
https //survey.medallia.com/?bidsorder&fc=1083&on=28745
€r)tILIIIS
DUHIG STAINLESS
5071 TELEGRAPH RD
WOLSELEY INDUSTRIAL GROUP CO
LOS ANGELES, CA 90022 0000
Phone 323 263 7161
Deliver To
From Perry Luigs
Comments
14 16 15 AUG 26 2021
Bid No B105713
Bid Date 08/26/21
Quoted By PLU
Customer GSE CONSTRUCTION
18334 BLACKHAWK ST
NORTHRIDGE CA 91326
DUHIG STAINLESS #1350
Price Quotation
Phone 323-263-7161
Cust Phone 818-207-8938
Terms NET 10TH PROX
Ship To
Cust PO# Job Name
GSE CONSTRUCTION
18334 BLACKHAWK ST
NORTHRIDGE, CA 91326
Page 1 of 2
Item
Description Quantity Net Price UM Total
GSP14LP
4 SS S10 304L A312 WELD PIPE 40 41 710 FT 1668.40
1 WEEK READY TO SHIP
DUHIG, LA
IS4LRFBFP 4 SS 304L 150# RF BLND FLG 2 129 080 EA 258 16
1 WEEK READY TO SHIP, DUHIG LA
IS14LWTPPM 4X4X3 SS S10 304L TEE 4 121 620 EA 486.48
1 WEEK READY TO SHIP, DUHIG LA
IS14LWTP 4 SS S10 304L TEE A403WPW 1 66 750 EA 66 75
1 WEEK READY TO SHIP DUHIG LA
SP-TL90304L1 OTAPP 4" S/10S LR 90 WITH THRD TAPS 3 215 690 EA 647 07
A403 WP304/L WELDED
SUPPLIED WITH 1" THRD TAPS ON THE
BACKSIDE
1-2 WEEKS READY TO SHIP DUHIG LA
SP-TS10304L1TAPP 4 S10 X 1 FT A312 304L WELDED 1 369 000 EA 369 00
SUPPLIED WITH A 1" THRD TAPS
1 2 WKS READY TO SHIP DUHIG LA
IS4LRFWNF10BP 4 SS 304L 150# S10 RF WN FLG 25 156 950 EA 3923 75
1 WEEK READY TO SHIP DUHIG, LA
FOB SHIPPING POINT FFA
TO REDLANDS
Net Total $7419 61
Tax $704 88
Freight $0 00
Total $8124.49
HOW ARE WE DOING? WE WANT YOUR FEEDBACK!
Scan the QR code or use the Zink below to
complete a survey about your bids
https //survey medallia com/?bidsorder&fc=1458&on=493245
'VIA%
STAINLESS
aWOLSELEY Industrial Group company
DUHIG STAINLESS #1350
Price Quotation
14 16 15 AUG 26 2021
Reference No B105713
Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours) SHIPMENTS BEYOND 48 HOURS SHALL BE
AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE QUOTES FOR PRODUCTS SHIPPED FOR RESALE
ARE NOT FIRM UNLESS NOTED OTHERWISE
Page 2 of 2
CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/WBE/SMALL BUSINESS REQUIREMENTS
Seller not responsible for delays lack of product or increase of pricing due to causes beyond our control and/or based upon
Local State and Federal laws governing type of products that can be sold or put into commerce This Quote is offered contingent upon the
Buyer's acceptance of Seller's terms and conditions which are incorporated by reference and found either following this document, or
on the web at https.//www ferguson com/content/website info/terms of sale
Govt Buyers All items are open market unless noted otherwise
LEAD LAW WARNING It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water
systems anticipated for human consumption Products with *NP in the description are NOT lead free and can only be installed in non potable
applications Buyer is solely responsible for product selection
WATER FLOW RATE NOTICE. Lavatory Faucets with flow rates over 0 5 GPM are not allowed for 'public use' in California
HOW ARE WE DOING? WE WANT YOUR FEEDBACK!
Scan the QR code or use the link below to
complete a survey about your bids
https //survey medallia com/?bidsorder&fc=1458&on=493245
0 FERGUSON®
WATERWORKS
FERGUSON WATERWORKS #1083
11909 TECH CENTER COURT
POWAY CA 92064-7139
Phone 858 391 3700
Fax 858 391 5958
Deliver To
From Jamie Germann
Comments
11 46 05 AUG 27 2021
Bid No B406664
Bid Date 08/26/21
Quoted By XJG
Customer
Cust PO#
GSE CONSTRUCTION
7633 SOUTHFRONT ROAD STE 16
779-REDLANDS MBR DIGESTER
LIVERMORE, CA 94551
CHANGE ORDER VALVES
FERGUSON WATERWORKS #1083
Price Quotation
Phone 858-391-3700
Fax 858-391-5958
Cust Phone 925-447-0292
Terms NET 10TH PROX
Ship To
GSE CONSTRUCTION
7633 SOUTHFRONT ROAD STE 16
779-REDLANDS MBR DIGESTER
LIVERMORE, CA 94551
Job Name CHANGE ORDER VALVES
Page 1 of 1
Item
Description Quantity Net Price UM Total
SP-HBF2125040888LL 4 LUG STYLE BFV 1 1066.250 EA 1066.25
LUG CLASS 150, DI BODY
EPDM SEAT, 316SS DISC WITH LEVER
SP BPRVP 4 150# 50 01 BACK PRESS REG VALVE 1 3986 400 EA 3986 40
WITH SS TUBING AND FITTINGS
SP-V15A3DISVG
1 CLEAN WTR AIR REL VALVE 3 216 670 EA 650 01
DI BODY, 316SS TRIM
EPDM SEAT, ss BOLTS AND PIPE PLUGS
FBE COATED - RATED 175 PSI
SP M1206H61612P 12X4 STL TAPPING SLEEVE
1 4444.370 EA 4444.37
Net Total
Tax
Freight
Total
$10147 03
$1040 08
$0 00
$11187 11
Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours) SHIPMENTS BEYOND 48 HOURS SHALL BE
AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE QUOTES FOR PRODUCTS SHIPPED FOR RESALE
ARE NOT FIRM UNLESS NOTED OTHERWISE
CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBEANBE/SMALL BUSINESS REQUIREMENTS
Seller not responsible for delays lack of product or increase of pricing due to causes beyond our control and/or based upon
Local, State and Federal laws governing type of products that can be sold or put into commerce This Quote is offered contingent upon the
Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document or
on the web at https.//www ferguson com/content/website-info/terms of -sale
Govt Buyers All items are open market unless noted otherwise
LEAD LAW WARNING It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water
systems anticipated for human consumption Products with SNP in the description are NOT lead free and can only be installed in non potable
applications Buyer is solely responsible for product selection
WATER FLOW RATE NOTICE Lavatory Faucets with flow rates over 0 5 GPM are not allowed for 'public use' in California
HOW ARE WE DOING? WE WANT YOUR FEEDBACK!
Scan the QR code or use the link below to
complete a survey about your bids
https //survey medallia com/?bldsorder&fc=1083&on=28745
DATE 08-26-2021
TO GSE const
ATTN Richard Harte
RE- Grundfos Booster Skid
MUNI UIP LLC
Your Source For Water &Wastewater Equipment
MQ21-200133r2
Dear Richard,
We are pleased to offer the following items for your consideration, the following pricing is per our
interpretation of the spec that was given Pricing includes items listed in the supporting descriptions
ITEM #1
Grundfos Hydro MPC E-2CR32-4-2
(Qty1) Grundfos MPC E- This MPC is equipped with 2 CR32-4-2 pumps which are Vertical Cast Iron and
Stainless Steel in line pump, 15hp @ 3x460x60Hz 1 active and 1 standby design, connections to manifold
system are 4" ANSI 150# Stainless Steel, pump connections to manifold is 3", blind flange material is 304SS,
Flomatic Checkvalve, Flomatic butterfly valves, NSF 61 approved, UL Listed, Rubber vibration dampeners
shall be fitted between each pump and the base frame to minimize vibration Freight included with 1 day of
startup, vibration testing, hydro testing, PE calcs, performance testing all included As manufactured by
GRUNDFOS
Items as described above for the price of $29,100.00
Item #2
Grundfos Control Panel
Control panel is configured to include the A/C, HOA Switches, Dry contact, relays, Nema 4x panel, 2-15HP VFD's
Shade not included
Items as described above for the price of $29,990.00
NOTES
Sales tax is not included in above pricing
Submittal lead time is 2-4 weeks from executed contract Otherwise noted
Anchor bolts, seismic calculations, or vibration testing are not included unless specifically noted in individual
equipment descriptions
Freight is F 0 B factory with freight to the jobsite included
Quotation is valid for 60 days
This proposal is subject to the attached MuniQuip Terms & Conditions and/or the Terms and Conditions of the
individual companies MuniQuip has quoted
Regards,
Travis Murdoch
Sales Engineer-SoCal Div
559-223-8728 Cell
2017 Opportunity Drive # 4, Roseville, CA 95678, (916) 787-5641 office, (916) 787-5642 fax
www muniquipllc com
�► MUNI UIP LLC
Your Source For Water &Wastewater Equipment _—
TERMS AND CONDITIONS
1 Acceptance of this Order is final only upon written approval by MuniQuip, L L C ("MO")
2 The total sale price, as set forth on the first page hereof, including all tax, is payable by Purchaser as
follows One -Hundred percent (100%) within 30 days of notice of availability for shipment by the
manufacturer Any amount not paid when due shall bear interest at the rate of 18% per annum
Purchaser agrees to pay reasonable attorney's fees and all collection costs incurred by MQ if payment is
not timely received All payments by Purchaser shall be made without offset of deduction
3 All prices are FOB source shipping point MQ is not responsible for any loss during transit Breakage or
shortage claims arising from shipments shall be made by the Purchaser directly against the carrier
Purchaser will accept shipment within five (5) days of notice of availability from MQ
4 Purchaser understands and acknowledges that the Equipment is not manufactured by MO, and that MQ
offers no representations or warranties of any kind or nature with respect to the Equipment
SPECIFICALLY, MQ DOES NOT OFFER ANY EXPRESS OR IMPLIED WARRANTY OF DESCRIPTION, TITLE, OR
CONDITION OF LIEN OR SECURITY INTERESTS, MERCHANTABILITY, OR FITNESS FOR A PARTICULAR
PURPOSE The only warranties with respect to the Equipment shall be those offered by the
manufacturer, if any The sole obligation of MQ shall be to assist Purchaser in connection with the
presentation of any warranty claim to the Manufacturer If applicable, MQ will assign all manufacturers'
warranties to Purchaser or end user Purchaser shall be responsible for all costs and labor for installation
and start-up assistance of the Equipment
5 MQ shall not be responsible for any loss, claim or damages resulting from any force majeure, including
but not limited to strikes, accidents, unavailability of labor or materials, acts of God, weather conditions,
2017 Opportunity Drive # 4, Roseville, CA 95678, (916) 787-5641 office, (916) 787-5642 fax
www.muniquipllc com
MUNI UIP LLC
Your Source Foi Water &Wastewater Equipment
inability of carrier to deliver, legislative, administrative, or executive law, order or requisition of any
governmental entity, or any event not under the direct control of MQ Any delay in delivery from the
Manufacturer caused by a force majeure or action or inaction of the Manufacturer or carrier shall not be
the responsibility of MQ
6 In no event shall MQ be responsible for any liquidated, consequential or special damages arising from
breach of this Agreement, any delay of delivery or any other cause
7 Purchaser shall pay any sales, excise, or other government charge payable by Moto federal, state orlocal
authorities Any such taxes now or hereafter imposed upon sales or shipments will be added to the
purchase price Purchaser agrees to reimburse MQ for any such tax or to provide MQ acceptable tax
exemption certificates
8 Purchaser may not cancel this Order without the prior written consent of MQ, and in any event Purchaser
shall be responsible for all costs, charges and fees caused by such cancellation, including labor expended,
material procured, and reasonable overhead expenses applicable thereto
9 Any failure of Moto insist upon the performance of any term or condition of this Agreement or anyprior
quotations, agreements, orders, and acceptances or orders related thereto shall not be deemed to be a
waiver of such term, condition, or any other right in the future
10 The provisions hereof shall apply to all addendums or changes hereto although not specifically set forth
therein, all of these terms and conditions being considered to be additional terms and conditions to any
such addendum or change
11 Purchaser agrees to inspect the Equipment immediately upon delivery Any claim for shortages must be
made to MQ within ten (10) days after shipment or shall be deemed waived Any other claim by
Purchaser, other than warranty claims against the manufacturer, shall be made within thirty (30) days
after receipt of shipment, and if not made, shall be waived
12 Purchaser agrees to provide and maintain adequate insurance against loss of or damage to the Equipment
until the purchase price to MQ has been fully paid Any loss or damage to the Equipment after transfer of
possession shall not relieve the Purchaser from obligations under this Agreement
13 This Agreement represents the final and complete understanding of the parties with respect to all terms
and conditions of the sale of Equipment as contemplated hereby, and there are no other representations,
promises or agreements, whether written or oral, made in connection herewith Purchaser specifically
understands and acknowledges that no agent, employee or representative of MQ has the authority to or
has made any other representation, promise or agreement except as specifically set forth in this
Agreement No amendment to this Agreement shall be effective unless it is in writing and executed by
both parties
14 This Agreement shall be construed under the laws of the State of California, and any action arising
hereunder shall be commenced in that state
2017 Opportunity Drive # 4, Roseville, CA 95678, (916) 787-5641 office, (916) 787-5642 fax
www muniquipllc com
GRUNDFOS cV°
Grundfos Quotation System 20.0.5
Customer Price Sheet
Project name
Consulting engineer
Customer
Customer ref. / PO
Quote Number / ID
Date last saved
San Juan Capistrano
20MZ0401-01 / 95058759
04/01/2020 10:59 AM
Tag Number
Service
Model
Quantity
Quoted By (Sales Office)
Quoted By (Sales Engineer)
001
HYDRO MPC E 5kA SCCR
2CRE64-2 3x460V 60Hz [95058759]
1
Construction
Construction Code:
Application type: Pressure Boosting Positive suction pressure above 15 psi
Totals
Grand Total
Lead lime Total
4 wks
System
'Qty
information
Description
Avery' g a Unit Price
Extended Price
1
Hydro MPC system features
Pressure booster system supplied as compact packaged assembly
certified and listed by UL (Category QCZJ Packaged Pumping Systems)
for conformance to U S. and Canadian Standards
All pumps are speed -controlled.
Hydro MPC-E maintains constant pressure through continuous
adjustment of the speed of the pumps.
The system performance is adapted to the demand through cutting in/
out the required number of pumps and through parallel control of the
pumps in operation.
All pumps in operation will run at equal speed.
$ 0.00
$ 0 00
Packaged
Qty
Pump System
Description
Average Unit Price
Extended Price
1
HYDRO MPC E 5kA SCCR 2CRE64-2 3x460V 60Hz [95058759]
Hydro MPC system
Configuration
Environment details
Installation location: Indoor Conditioned Space
Environment data
Ambient temperature low 68.00 deg F
Ambient temperature High. 68.00 deg F
Elevation. 600.0 ft
Fluid temperature. 68.00 deg F
System configuration
Selected configuration
Number of ACTIVE pumps: 1
Number of STAND-BY pumps. 1
Pump type. CRE64-2 Multistage, Vertical Cl/SS In -Line Pump
Motor installed: 25 hp 3x460V
PEI(VL): 0.46
ER(VL) 54
Enclosure. Grundfos MLE (TEFC)
System details
Panel: CONTROL MPC E 2X25HP 3X460V
Power supply' 3x460V
Application type: Pressurized
$
Grundfos Sales Support 902 Koomey Road Brookshire, TX 77423
phone. 800-955-5847 fax: 800-945-4777 us.grundfos.com
Page 4of7
GRUNDFOS N
Grundfos Quotation System 20 0 5
Pump Performance Datasheet
Customer
Customer ref / PO
Tag Number
Service
Quantity
Quantity of pumps
001
1
1 active + 1 standby
Operating Conditions
System flowrate
Flowrate per pump
Differential head / pressure rated (requested)
Differential head / pressure rated (actual)
Suction pressure min / max
NPSH available, rated
Frequency
Power Supply
350 0 USgpm
350 0 USgpm
185.3 ft
185 4 ft
15 00 / 1500 psi g
Ample
60 Hz
3ph 460V
Performance
Speed, rated
Speed, maximum
Speed minimum
Pump efficiency
NPSH required / margin required
Ns (imp eye flow) / Nss (imp eye flow)
Head maximum rated speed
Head rise to shutoff
Flow best eff point
Flow ratio, rated / BEP
Speed ratio (rated / max)
Head ratio (rated speed / max speed)
Cq/Ch/Ce/Cn [ANSI/HI 9 6 7-2010]
Selection status
3451 rpm
3599 rpm
900 rpm
7689%
12.35/000ft
1,969 / 11,127 US Units
265 0 ft
42.94 %
319 6 USgpm
109 51 %
95.89 %
89.43 %
100/100/100/100
Acceptable
Energy Indexes
PEI (VL)
ER (VL)
0.46
54
Quote Number/ ID
Model
Part Number
Stages
Based on curve number
Date last saved
Liquid type
Additional liquid description
Temperature max
Fluid density rated / max
Viscosity, rated
Vapor pressure, rated
20MZ0401 01
Hydro MPC-E 2CRE 64 2 3x460V
60Hz
95058759
2
RC 10497
04/01/2020 10.59 AM
Liqu
Cold Water
68 00 deg F
1 000 / 1 000 SG
1 00 cP
0.34 psi a
Material
Material selected
Standard Cast Iron / 304
Stainless Steel
Pressure Data
Pump shut off pressure
Maximum allowable suction pressure
299.2 ft H20.g
217 6 psi.g
Driver & Power Data (@Max density)
Motor sizing specification
Margin over specification
Service factor
Rated power (based on duty point)
Max power (non overloading)
Nameplate motor rating
Panel Max FLA *
Max power (non overloading)
0.00 %
1 00
21 30 hp
22.07 hp
25.00 hp / 18 64 kW (Fixed)
63 A
* addition of pilot pump up sizing HP or 3x575V will affect System FLA
400
360
320
280
240
D 200
a)
= 160
120
80
40
$ 40
CO
IZ
0
20
0
3599 rpm
50 100 150 200 250 300
System flow - USgpm
350
System Curve #1
400
450
500
Grundfos Sales Support 902 Koomey Road Brookshire TX 77423
phone 800 955 5847 fax 800 945 4777 us.grundfos com
Page 3 of 7
1 Manifolds 6' ANSI Class 150 AISI 316SS Schedule lOs ASTM A312 or 0168 3mmx2mm
2 Base/Frame AISI 304SS
3 Standard system layout panel right facing suction
4 4 lug style ANSI 150# class butterfly valve
5 UL Type 3R/12 rated electrical panel
Note panel size will vary with options
Note
All dimensions are ± 0 5'
G R U N F05 I A Not for Construction
FRESNO CALIFORNIA 93727 USA All dimensions subject to
changewithout notice
99 109
0.0
57 6
BoosterpaQ Model HYDRO MPC E 2CRE64-2
Power 3x460 60HZ 2x25HP
Job
Owg No:
12
23 6
24 8
1 30
0 725/2018 —wn 71999 oaa: 1 of 1
Page 7 of 7
Southern Contracting Company
P C Box 445 San Marcos, CA 92079-0445
Tel 760-744-0760 Fax 760-744-6475
website www southerncontracting com
email info@southerncontracting com
Change Order Request
105121 — Redland MBR and Digester COR Subject Fine Screen Conduit & junction box
Improvements
modifications
To Richard Harte
GSE Construction
26027 Huntington Lane
Unit D
Valencia, CA 91355
Return To
Nowell Riemersma
Southern Contracting Company
559 N Twin Oaks Valley Rd
San Marcos, CA 92069
7607440760
760-535-7708
nowell@southerncontracting com
Contract No SC-779-001
COR Number 105121-007
COR Revision Number 0
COR Date 8/31/2021
Work Type Price / Do Not
Proceed
Days Valid 5
Scope Of Work / Time Extension Request
The work associated with the request to provide changes per the IPW drawings as detailed in the following Scope of
Work, is a change to Southern Contracting Company's scope of work in which a change in Contract Price and Time is
to be considered
Scope of Work is as follows
- Install/Modify Bucket at MCC-U
- Install Conduits and wire from MCC-U to PB-D1 (existing) and PB-D (existing) to new IPW Pump pad
- Install conduits and wire from PLC-003 to Precast Pull Box CB-UA to IPW Pump Pad
- Install Grounding in duct bank and at IPW Pump Pad
- Install Spare conduits with pull string, as noted from PLC-003 to CB-UA
- Provide and install SS316 NEMA 4x Junction boxes as listed with supports
- Wire tag and terminate all wires based on drawings
- Tesco to provide PLC cards and SCADA integration, PIT and FIT, not part of this quote
Clarifications Drawings provided at time of quote E-05, E-25, E-32, E-33, 061-01, 161-01, 16E-01, dated 8-9-21
Exclusions All of our original exclusions apply, including but not limited to, sunshields, pumps, VFD's, 16-LCP-500
Control Panels concrete reinforcement coring excavation, instruments, PLC, SCADA, integration
Change in time
- A change impact is not known at this time
This quote is valid for 30-Days Southern Contracting reserves all rights to additional costs and time for changes not
identified in the documents furnished, and is not responsible for additional costs or time for work which is not part of
our contract scope of work, unless stipulated above Should additional information or clarification be required please
contact me at your convenience
Summary
Total $122,381.57
Reservation of Rights
This COR does not include any amount for impacts such as interference disruptions rescheduling, changes in the
sequence of work, delays and/or associated acceleration We expressly reserve the right to submit our request for
any of these items
Signed By Dated 8/31/2021
Bid Summary Report
REDLANDS WWTP MBR & DIGESTER Estimator Dana Stokes
Job Name. REDLANDS WWTP MBR & DIGESTER
Contractor:
Estimator: Dana Stokes
Notes.
Bid Date. 10/1/2020
Summary Description
COR 007 IPW Pump ST,
1Top Sheet
1 Raw Cost
'Tax
jRaw Cost with Tax
;Overhead
Profit
(Total Return Amount
Total Return %
Price
Bond
!Sell Price
!Adjusted Sell ()
Adjusted Sell Return 0 00%
Labor
Class Description
Foreman
Journeyman
Material
Extended ' %I
$43,158 63 100 00%!
$101 646 22
$3,344 79
$104,991 02
$10 499 10
$5 757 78
$16,256 88
13.28%
$121,247 90
$1 133 67
$122,381.57
$0 00
$0 00
Percent Hours
of Total Distributed
50 00%
50 00%
Totals 100 00%
Mark Ups
Materials
Labor
Supplier Quotes
SubContractors
297 06
297 06
594 12
Adjusted
$43 158 63
Job #2546
Labor
Extended l
594 12i, 100 00%1
Sales per Month
Return per Month
Price per Square Foot
Hours per Square Foot
Square Feet
Job Months
Hours per Week
Workers per Day
Total Hours
Markup Sales Tax (Overhead)
Markup Sales Tax (Profit)
Use Bond Table
Hourly
Rate Rate
$92 59 $0 00
$85 80 $0 00
$89 19 $0 00
Total
$43,158 63 + 10 00%
$52,992.17 + 10 00%
$000 + 1000%
$000 + 1000%
OVERHEAD
Burden
Percent Labor Cost
0 00% $27,504 60
0 00% $25,487 57
0 00% $52 992.17
Adjusted
594 12
$0 00
$0 00
$0 00
0 00
0 00'
0 00
0 00'
0 00
594 12
Yes
Yes
Yes
Amount
$47,474 49 + 5 00%
$58,291 39 + 5 00%
$0 00 + 5 00%
$000 + 500%
PROFIT
Amount
$49,848.22
$61,205 96
$0 00
$0 00
8/31/2021 5:21 11 PM McCormick Systems, Inc. Page 1 of 2
Bid Summary Report
REDLANDS WWTP MBR & DIGESTER Estimator Dana Stokes
Direct Job Expense
Equipment Rental
Totals
Tax Report
Materials
Labor
Supplier Quotes
SubContractors
Direct Job Expense
Equipment Rental
$5,495 43 + 10 00%
$0 00 + 10 00%
$101,646.22 10 00%
Direct Job Expense
Name Supplier
Foreman Truck per hour
$6 044 97 +
$0 00 +
$111,810.85
Taxed Amount
$43 158 63
$52,992 17
$0 00
$0 00
$0 00
$0 00
Tax (0 0%)
No
5 00%
5 00%
5.00%
Tax Rate %
7 75%
0 00%
0 00%
0 00%
0 00%
0 00%
Total Tax:
Unit Cost Multiplier
$18 50 297 05
Total
Job #2546
$6 347.22,
$0 00'
$117,401.39
Tax Amount
$3,344 79'
$0 00
$0 00'
$0 00
$0 00
$0 00
$3,344 79
Amount
$5,495 43
$5,495 43'
8/31/2021 5 21 11 PM McCormick Systems, Inc. Page 2 of 2
Job Name: REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name: COR 007 IPW Pump ST
I_ _ Name
Job #•
Lead Estimator
Bid Date:
Contractor Name:
Job Name:
Type of Job:
Contractor Telephone:
Square Foot:
Demolition on site? -
Sell Price:
Sq. Foot Price:
Sold for
To whom:
Contract Price:
Percentage of Overall Jobs:
Total Time:
Courtesy of McCormick Systems Inc,
2546
Dana Stokes
10/1/2020
Job Details Report: COR 2
REDLANDS WWTP MBR & DIGESTER
8.03
Value
Page 1 8/31/2021 4,22 PM
Job Name: REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name: COR 007 IPW Pump ST
Notes:
Job Notes Report: COR 2
Job Name: REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name: COR 007 IPW Pump ST Labels Report: COR 2
Column 1 1 Column'2 I Column 3 I Column 4 I Column 5 I j
J Combined * Combined Q Combined Q Combined 0 Combined
O Separate 0 Separate 0 Separate 0 Separate 0 Separate
M M M M M
0 <none> 1 Q <none> 1 0 <none> 1
COR 007 IPW Pump Station 1
Courtesy of McCormick Systems Inc. Page 3 8/31/2021 4:22 PM
Job Name: REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name: COR 007 IPW Pump ST Labels Report: COR 2
Column 1
Column 2
Column 3
Column 4
Column 5 l _J
Courtesy of McCormick Systems Inc. Page 4 8/31/2021 4:22 PM
Job Name: REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name: COR 007 IPW Pump ST Labels Report: COR 2
Column 1 I Column 2
Column 3 Column 4 1 Column 5 L _J
Q none 1
Courtesy of McCormick Systems Inc. Page 5 8/31/2021 4:22 PM
Job Name: REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name: COR 007 IPW Pump ST
Item #
Item Name
Quantity
[Items and ByProducts] Summary Report: COR 2
Unit Price
Ext Price
Unit Labor
U
Ext Labor
[Items and ByProducts] Total:
$43.158 63 594 12
Courtesy of McCormick Systems Inc. Page 6 8/31/2021 4:22 PM
Job Name. REDLANDS WWTP MBR & DIGESTER
Job Number: 2546
Extension Name. COR 007 IPW Pump ST
Item #
Item Name
Quantity
Unit Price
Material Filter <None>
[Items and ByProducts] Report: COR - 2
U
Ext Price
Unit Labor
U
Ext Labor
Label Set Combined Combined Combined Combined, Combined $43 158 63
Cost Code 010 Conduit/Raceway $15 002.55
2,617 1/4 SS WEDGE ANCHOR 8.00 $230.00 C $18.40
2,618 3/8 SS WEDGE ANCHOR 40.00 $577.50 C $231.00
2,634 3/8x1 SS SCREWS 50.00 $91.69 C $45.85
2,644 3/8" SS WASHER 50.00 $16.75 C $8.38
2,651 3/8" SS NUT 50.00 $26.11 C $13.06
2,677 1 5/8 STRUT STAINLESS 80.00 $1 704.00 C $1,363.20
2,682 POST BASE SS (1 5/8 strut) 10.00 $60.00 E $600.00
2,704 1 GRC/PVC COATED 100.00 $665.52 C $665.52
2,706 1 1/2 GRC/PVC COATED 40.00 $1,024.28 C $409 71
2,707 2 GRC/PVC COATED 60.00 $1,336.19 C $801 72
2,734 1 GRC/PVC ELBOW 23.00 $2,185.35 C $502.63
2,736 1 1/2 GRC/PVC ELBOW 4.00 $3,299.51 C $131 98
2,737 2 GRC/PVC ELBOW 14.00 $4,604.85 C $644.68
2,811 1 GRC/PVC HUB 22.00 $51.43 E $1 131.56
2,813 1 1/2 GRC/PVC HUB 4.00 $6761 E $270.45
2,814 2 GRC/PVC HUB 13.00 $97.30 E $1,264.96
2,869 1 GRC/PVC LB BODY 9.00 $72.18 E $649.64
2,871 1 1/2 GRC/PVC LB BODY 1.00 $127.97 E $127 97
2,872 2 GRC/PVC LB BODY 5.00 $188.69 E $943.44
3,004 1 STAINLESS STEEL CHNL STP 16.00 $82342 C $131 75
3,006 1 1/2 STAINLESS STEEL CHNL STP 2.00 $1,118.22 C $22.36
3,007 2 STAINLESS STEEL CHNL STP 9.00 $1,269.54 C $114.26
3,878 1 FLEX WP 6.00 $251.20 C $15.07
3,881 2 FLEX WP 3.00 $498.80 C $14.96
3,979 1 FLEX WP OCAL STR CONN 4.00 $70.83 E $283.32
3,982 2 FLEX WP OCAL STR CONN 2.00 $233.34 E $466.68
60,096 N 4X JBX 30x24x12 316SS 1.00 $1,681.00 E $1,681.00
60,097 N 4X JBX 24x24x8 316SS 1.00 $1,311.00 E $1,311.00
2010
22.61
18.84
0.00
0.00
18.84,
0.63
12.56
18.84
22.61
81.64
125.60
175.84
62.80
94.20
113.04
100.48
188.40
251.20
3.77
5.02
5.02
12.56
37.68
25.12
43.96
2.16
2.31
594.12
190.70
C 1.61
C 9.04
C 9.42
X 0.00
X 0.00
C 15.07
E 6.28
C 12.56
C 7 54
C 13.56
C 18.78
C 5.02
C 24.62
C 13.82
C 3 77
C 14.70
C 9.04
C 188
C 12.56
C 0.60
C 010
C 0 45
C 0 75
C 113
C 1.00
C 0.88
E 2.16
E 2.31
Courtesy of McCormick Systems Inc. Page 7 8/31/2021 4:22 PM
Job Name' REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name COR 007 IPW Pump ST
[em #
Item Name
Quantity
Unit Price
Material Filter <None>
[Items and ByProducts] Report COR 2
U
Ext Price
Unit Labor
U
Ext Labor
60,098 N 4X JBX 18x18x8 316SS 1.00 $1,138.00 E $1,138.00 2.04 E 2.04
Cost Code' 020 Wire/Cable $6,443.66 127.61
3 PULL LINE 1 000.00 $36.70 M $36 70 6.28 M 6.28
4 16 TSP SHIELDED CABLE BELDEN 1,800.00 $720.00 M $1,296.00 12.56 M 22.61
73 14 XHHW CU STRANDED 8,500.00 $193.53 M $1,645.04 6.28 M 53.38
74 12 XHHW CU STRANDED 500.00 $290.13 M $145.06 7.54 M 3.77
78 4 XHHW CU STRANDED 300.00 $1,737.07 M $521 12 17.58 M 5.28
80 2 XHHW CU STRANDED 900.00 $2,859.04 M $2,573 14 22.61 M 20.35
4,151 16 GA TERMINATION 36.00 $300.00 C $108.00 0.15 E 5.43
4,152 14 GA TERMINATION 34.00 $300.00 C $102.00 0.15 E 5 12
4,153 12 GA TERMINATION 6.00 $110.00 C $6.60 0.19 E 1 13
4,157 4 GA TERMINATION 2.00 $125.00 C $2.50 0.44 E 0.88
4,159 2 GA TERMINATION 6.00 $125.00 C $7 50 0.57 E 3.39
Cost Code: 030 Power Distribution $9,436.00 3.50
60,095 Add to Existing MCC U Bucket CB 1.00 $9,436.00 E $9,436.00 3.50 E 3.50
Cost Code 080 - Grounding Systems $4.280.76 79
188 4/0 BARE CU STRANDED 560.00 $6,176.36 M $3,458.76 62.80 M 35 17
13,994 3/4 X 10' GRND ROD,CU 4.00 $4,715.00 C $188.60 2.51 E 10.05
14,024 GROUND WELL W/ COVER 2.00 $70.00 E $140.00 1.88 E 3 77
14,039 3/4 X 4/0 GROUND CLAMP 4.00 $7,204.87 C $288 19 0.94 E 3.77
14,043 CADWELD 4/0 T CONN 3.00 $18.00 E $54.00 2.14 E 6.41
14,044 CADWELD 4/0 X CONN 8.00 $14.40 E $115.20 2.14 E 17.08
14,047 CADWELD TO GRND ROD 2.00 $18.00 E $36.00 1.76 E 3.52
Cost Code 110 Undergound $7,995.65 192 55
3,234 1 PVC 40 (TRENCH) 1,180.00 $147.99 C $1 746.25 5.02 C 59.28
3,236 1 1/2 PVC 40 (TRENCH) 220.00 $239.84 C $527 65 5.34 C 11 74
3,237 2 PVC 40 (TRENCH) 550.00 $285.70 C $1 571.38 5.65 C 31.09
3,263 1 PVC ELBOW - UG 12.00 $482.70 C $57.92 43.96 C 5.28
3,265 1 1/2 PVC ELBOW - UG 2.00 $962.81 C $19.26 62.80 C 1.26
3,266 2 PVC ELBOW - UG 8.00 $1,298.26 C $103.86 81.64 C 6.53
Courtesy of McCormick Systems Inc Page 8 8/31/2021 4:22 PM
Job Name' REDLANDS WWTP MBR & DIGESTER
Job Number 2546
Extension Name COR 007 IPW Pump ST
Item #
Item Name
Quantity 1 Unit Price
Material Filter <None>
[Items and Byproducts] Report. COR - 2
U
Ext Price
Unit Labor
U Ext Labor)
3,497 1 PVC BELL END 10.00 $1,246.86 C $124.69 20.10 C 2.01
3,499 1 1/2 PVC BELL END 2.00 $1,427.05 C $28.54 25.12 C 0.50
3,500 2 PVC BELL END 5.00 $1,746.18 C $87.31 28.89 C 1.44
15,379 HANDHOLE 4.00 $0.00 Q $0.00 3.77 E 15.07
15,451 2 PVC SPACER 370.00 $100.90 C $373.32 12.56 C 46.47
15,514 DETECTABLE MARKER TAPE 310.00 $108.00 M $33.48 15.07 M 4.67
60,099 Precast PullBox 3x3 w/ Terms 1.00 $3,274.00 E $3,274.00 4.16 E 4.16
60 100 E Pull Box Intercept 4.00 $12.00 E $48.00 0.76 E 3.04
[Items and Byproducts] Total
$43,158.63 594.12
Courtesy of McCormick Systems Inc. Page 9 8/31/2021 4:22 PM