Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
4646 Resolution - Exhibit A - Wastewater Treatment Plant (WWTP) PH2A Construction Change Order 4
Project No:21237A Project Title:WWTP Improvements, Phase 2A Contractor: Description of Change:Resolution of costs associated with the following CPRs & WCD Contract Bid Amount:12,853,000.00$ SALES TAX @ 8.9%:`1,143,917.00$ Total:13,996,917.00$ Subtotal 321,809.24$ Subtotal 288,658.64$ Sales tax**:28,641.02$ Sales tax @ 8.9% 25,690.62$ Total 350,450.26$ Total 314,349.26$ Total Change Orders To Date 664,799.52$ New Contract Amount YES NO 8/28/2025 CONTRACTOR Date Date CONST. MANAGER Date CIP Manager Date DatePUBLIC WORKS DIRECTOR PROJECT MANAGER APPROVED: APPROVED: AGREED TO AND ACCEPTED: APPROVED: 14,661,716.52$ IS CONTRACT TIME AFFECTED BY THIS CHANGE ORDER Contract Time Prior to this Change Order…………………………… 615 Working Days (Substantial Completion) 645 Working Days (Final Payment) Modification to Contract time by this Change Order……………….. 0 Working Days Revised Total Contract Time……………………………………………. 615 Working Days (Substantial Completion) 645 Working Days (Final Payment) It is mutually agreed by both parties that this Change Order fully describes the change(s) that is (are) being made and that the compensation for this Change Order is full and complete and is the only compensation due or owing for this Change Order. Further, it is mutually agreed that this document will supplement the present Contract Documents and that the provisions of the previously executed Contract Documents shall apply to this Change Order. CITY OF PASCO PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO. 4 Apollo, Inc. PREVIOUS CHANGE ORDER CURRENT CHANGE ORDER Detail as Appropriate: See attached Engineer Decisions for CPR 027, CPR 033, CPR 035, CPR 040, CPR 046, CPR 047, CPR 048, CPR 049, CPR 055, CPR 057, CPR 60, CPR 063, CPR 065, CPR 070, CPR 073, WCD 006. EXHIBIT A 21-3166 Change Order Conformed Contract Documents 01 25 01C - 1 CHANGE ORDER NO.: 004 Owner: City of Pasco Owner’s Project No.: 21237A Engineer: Consor Engineer’s Project No.: 21-3166 Contractor: Apollo, Inc. Contractor’s Project No.: P198 Project: City of Pasco 21237 WWTP Improvements Phase 2A Date Issued: 08/21/2025 Effective Date: 08/21/2025 The Contract is modified as follows upon execution of this Change Order: Costs associated with the CPRs listed below. Description: CPR Description Cost Time 027 Sludge Fast Fill Removal (ROM FINAL) $ 26,333.86 0 Days 033 Landscape Rock Near Centrate Tank $ 6,592.78 0 Days 035 Yard Hydrant at Solids Loadout $ 11,290.70 0 Days 040 Network Rack $ 1,419.02 0 Days 046 UV Outlet $ 2,739.86 0 Days 047 SHB Door Light $ 2,240.44 0 Days 048 Sludge Density Analyzer $ 29,384.99 0 Days 049 Centrisys Field Modifications $ 10,874.06 0 Days 055 Concrete Collars $ 5,534.69 0 Days 057 Backflow Preventer $ 6,316.16 0 Days 060 MCC and UPS Receptacle $ 8,029.31 0 Days 063 Surface Restoration $ 119,161.79 0 Days 065 Sec Scum Lobepro Rebuild $ 8,468.56 0 Days 070 UV Skim Coat $ 24,729.50 0 Days 073 Polymer Building Concrete $ 3,044.82 0 Days SUBTOTAL (W/O Sales Tax) $ 266,160.54 0 Days EXHIBIT A 21-3166 Change Order Conformed Contract Documents 01 25 01C - 2 Costs associated with the WCDs listed below. WCD Description Cost Time 006 Dewatering Centrate Bypass Clean $ 22,498.10 0 Days and Modification SUBTOTAL (W/O Sales Tax) $ 22,498.10 0 Days CHANGE PROPOSAL REQUEST TOTAL $ 314,349.26 0 Days (W/ 8.9% Sales Tax Rate) Additional Days No additional days were added to the contract as part of this change order. Attachments: CPR 027 - Sludge Fast Fill Removal (ROM Final) CPR 033 – Landscape Rock Near Centrate Tank CPR 035 - Yard Hydrant at Solids Loadout CPR 040 – Network Rack CPR 046 - UV Outlet CPR 047 - SHB Door Light CPR 048 - Sludge Density Analyzer CPR 049 – Centrisys Field Modifications CPR 055 - Concrete Collars CPR 057 - Backflow Preventer SHB and Polymer CPR 060 - MCC and UPS Receptacle CPR 063 - Surface Restoration CPR 065 - Sec Scum Lobepro Rebuild CPR 070 - UV Skim Coat CPR 073 - Polymer Building Concrete WCD 006 - Dewatering Centrate Bypass Clean and Modification EXHIBIT A 21-3166 Change Order Conformed Contract Documents 01 25 01C - 3 Change in Contract Price Change in Contract Times (days) Original Contract Price (Including Sales Tax): Original Contract Times: Substantial Completion: July 2, 2025 $ 13,996,917.00 Ready for final payment: August 14, 2025 [Increase] [Decrease] from previously approved Change Orders (Including Sales Tax): [Increase] [Decrease] from previously approved Change Orders: Substantial Completion: September 19, 2025 $ 350,450.26 Ready for final payment: November 3, 2025 Contract Price prior to this Change Order (Including Sales Tax): Contract Times prior to this Change Order: Substantial Completion: September 19, 2025 $ 14,347,367.26 Ready for final payment: November 3, 2025 Increase [Decrease] this Change Order (Including Sales Tax): [Increase] [Decrease] this Change Order: Substantial Completion: September 19, 2025 $ 314,349.26 Ready for final payment: November 3, 2025 Contract Price incorporating this Change Order (Including Sales Tax): Contract Times with all approved Change Orders: Substantial Completion: September 19, 2025 $ 14,661,716.52 Ready for final payment: November 3, 2025 EXHIBIT A 21-3166 Change Order Conformed Contract Documents 01 25 01C - 4 Recommended by Engineer Accepted by Owner By: Title: Date: Accepted by Contractor Approved by Ecology Technical Reviewer By: Title: Date: Approved by Ecology Contract Project Manager By: Title: Date: EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 22, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 027 – Sludge Fast Fill Removal Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 027 – Sludge Fast Fill Removal ROM. We have found your submitted cost proposal to be acceptable. A total cost of $26,333.86 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-039 R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-027 Apollo Inc.Date:08/21/25 CPR 027 Sludge Fast Fill Removal - (FINAL COST) Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 17,075.92$ 2,786.61$ 3,487.09$ 2,659.13$ -$ 26,008.75$ SUBTOTAL COST >26,008.75$ Insurance Premium .5% - Changed Work >130.04$ Bond Premium .75% - Changed Work >195.07$ TOTAL LUMP SUM COST >26,333.86$ Print Date: 8/21/2025 Page 1 of 6 P198 APR-039R2 FINAL COSTS.xlsx EXHIBIT A Change Proposal Request APR No:APR-039 R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-027 Apollo Inc.Date:8/21/25 CPR 027 Sludge Fast Fill Removal - (FINAL COST) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 4.0 HR 90.00$ 360.00$ 360.00$ Project Superintendent 8.0 HR 80.00$ 640.00$ 640.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Foreman - Chris Armour 30.0 HR 62.60$ 1,878.00$ 1,878.00$ Carpenters Carpenter - Steve Emery 3.0 HR 78.69$ 236.07$ 236.07$ Carpenter - Ramiro Nunez 29.0 HR 78.69$ 2,282.01$ 2,282.01$ Laborers Foreman - Rick Grnya 17.0 HR 67.38$ 1,145.46$ 1,145.46$ Pipelayer - Wilmer Leal 22.0 HR 54.00$ 1,188.00$ 1,188.00$ Form Setter HR 53.67$ -$ -$ Grade Checker - Scott Bradley 5.0 HR 56.46$ 282.30$ 282.30$ Operators - Key Personnel Operator Superintendent - Craig Jenne HR 88.51$ -$ -$ Operator Foreman - Chris Armour 24.0 HR 62.60$ 1,502.40$ 1,502.40$ Carpenters Carpenter - Ramiro Nunez 16.0 HR 78.69$ 1,259.04$ 1,259.04$ Laborers Foreman - Rick Grnya 16.0 HR 67.38$ 1,078.08$ 1,078.08$ Foreman - Tony Delapena HR 69.02$ -$ -$ Foreman - Chris Bolten HR 62.47$ -$ -$ Pipelayer - Wilmer Leal 24.0 HR 54.00$ 1,296.00$ 1,296.00$ Form Setter HR 53.67$ -$ -$ Grade Checker - Scott Bradley 0.0 HR 56.46$ -$ -$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Excavator - CAT 303 + Operator (included in labor above)HR 61.39$ -$ -$ + Operating Costs 29.5 HRLY 25.26$ 745.17$ 745.17$ Forklift - CAT TH83 + Operator (Included in Foreman Labor Above)HR 60.22$ -$ -$ + Operating Costs 2.0 HRLY 128.15$ 256.30$ 256.30$ Loader - CAT 950H + Operator (included in labor above)HR 61.81$ -$ -$ + Operating Costs 27.5 HRLY 70.57$ 1,940.68$ 1,940.68$ Truck Driver Other - Non Union + Operator - Boone Prock 27.0 HR 63.01$ 1,701.27$ 1,701.27$ + Operating Costs 0.0 HRLY 60.74$ -$ -$ Jack Hammer Star Rental Invoice 81594-11 1.0 LS 90.11$ 90.11$ 90.11$ LS -$ -$ -$ -$ NW Construction Supply Invoice 1.0 LS 420.14$ 420.14$ 420.14$ CSTC & CSBC 5.5 TN 23.26$ 127.93$ 127.93$ Concrete 11.0 CY 156.20$ 1,718.20$ 1,718.20$ EST 500.00$ -$ -$ Disposal Fees Ray Poland Invoice 26974 1.0 EST 156.87$ 156.87$ 156.87$ Apollo - Subtotal Direct Costs >14,848.63$ 2,423.14$ 3,032.26$ 20,304.03$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%2,227.29$ 363.47$ 454.84$ 3,045.60$ Fowler General Construction Concrete Finishing 1 2,532.50$ 2,532.50$ SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS THRU 6/26/25 APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS APOLLO - CRAFT LABOR COSTS TO COMPLETE Page 2 of 6 EXHIBIT A Change Proposal Request APR No:APR-039 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-027 Apollo Inc.Date:8/21/25 ROM for Sludge Fast Fill Removal - (FINAL COST) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total APOLLO - PROJECT SUPERVISION COSTS -$ -$ -$ -$ Subtotal Subcontractors Costs >2,532.50$ 2,532.50$ Markup on Subcontractor Costs >5.0%126.63$ 126.63$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >26,008.75$ Insurance Premium .5% - Changed Work >130.04$ Bond Premium .75% - Changed Work >195.07$ TOTAL LUMP SUM COST >26,333.86$ SUPPLEMENTAL COSTS Page 3 of 6 EXHIBIT A Labor Summary 4/1 4 4/1 5 6/1 8 6/1 9 6/2 4 7/7 7/8 7/9 8/4 8/6 8/7 Total Project Superintendent Josh Prock 0 Rick Grnya 3 1 8 0 5 17 Daily Total 0 0 3 1 0 8 0 5 0 0 0 17 Project Superintendent (Over Time) Josh Prock 0 0 0 0 0 0 0 Daily Total 0 0 0 0 0 0 0 0 0 0 0 0 Operator Craig Jenne (Productive Supervisor)0 Chris Armour 3 2 3 1 0 8 8 5 30 0 0 Daily Total 3 2 3 1 0 8 8 5 0 0 0 30 Operator (Over Time) Craig Jenne (Productive Supervisor)0 Chris Armour 0 0 0 0 0 0 0 Daily Total 0 0 0 0 0 0 0 0 0 0 0 0 Carpenter Steve Emery 0 0 0 0 0 0 3 3 Ramiro Nunez 0 0 0 4 6 2 8 9 29 Daily Total 0 0 0 0 4 6 2 0 8 0 12 32 Carpenter (Over Time) Steve Emery 0 Ramiro Nunez 0 Daily Total 0 0 0 0 0 0 0 0 0 0 0 0 Laborer Scott Bradley 3 2 0 0 0 0 5 Rick Grnya 0 0 0 0 0 0 0 Tony Delapena 0 0 0 0 0 Wilmer Leal 3 2 3 1 8 0 5 22 0 Daily Total 6 4 3 1 0 8 0 5 0 0 0 27 EXHIBIT A Truck Driver Boone Prock 4 6 8 9 27 0 Daily Total 0 0 0 0 4 6 0 0 8 0 9 27 Pipefitter Scott Bradley 0 Chris Armer 0 Ramiro Nunez 0 Steve Emery 0 Rick Gryna 0 Ryick Grnya 0 Tony Delapena 0 Wilmer Leal 0 Daily Total 0 0 0 0 0 0 0 0 0 0 0 0 Daily Totals 9 6 9 3 8 36 10 15 16 0 21 133 EXHIBIT A Equipment Summary 4/1 4 4/1 5 6/1 8 6/1 9 6/2 4 7/7 7/8 7/9 8/4 8/6 8/7 Total Equipment Mini Excavator 3 2 3 0.5 8 8 5 29.5 950 Loader 1 2 3 0.5 8 8 5 27.5 TH83 Forklift 1 1 2 0 0 0 0 0 0 Rick Grnya 0 Daily Total 5 4 6 1 1 16 16 10 0 0 0 59 EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A Page - 1 - of 2 Customer Acct No.P428470 Quote Number Q919339-2 Submitted To:All Bidders Quote Date:2/24/2023 Contact Name:Estimating Project Name: WWTP Improvements Phase 2A-City of Pasco Address: 1015 South Grey Pasco , WA 99301 Project Address: Contact Phone: Project Tax Exempt No Contact Fax: Prices Valid Until: 3/28/2023 Quoted By:John Mattson John.Mattson@americanrockproducts.com this Special Terms, Conditions, Exclusions and Clarifications: These prices are subject to customary charges for minimum loads, truck time and taxes Overtime charges will be applied after 4:30pm Normal business hours are 7am to 4:30 pm Monday- Friday All concrete deliveries include free unloading time of seven minutes Per CY Additional charges after free unloading time - $160/hr Concrete Minimum Delivery Charge-(less than 4 yards)- $160.00 per load Engineer Approval Required Environmental Surcharge of $3.00/CY added to concrete quoted price Fuel Surcharge will be added per load using www.eia.gov/petroleum/gasdiesel West Coast less California “U.S. On-Highway Diesel Fuel Prices updated weekly. Scheduling Will Be High Priority for American Rock Products to Successfully Service This Project, two-week firm orders and minimal clean up required. Due To Volatile Industry Raw Material Pricing Project Prices Can Not Be Protected. All prices are inclusive Customer Acknowledgement Expiration: By scheduling or accepting delivery of any of the Products described herein, Customer agrees to and accepts this Quotation & Contract (“Quote”) and all terms and conditions herein. This Quote is submitted as a single package. Any additional or different terms proposed by Customer are herby rejected and if any term or condition in Customer’s acceptance of this Quote is in conflict with or not identical to the terms of this Quote then the terms and conditions of this Quote shall prevail. Revisions to the pre-printed terms and conditions of the Quote are effective only if approved by an officer of Seller. This offer may be withdrawn by Seller at Seller’s elections any time prior to the Customer’s acceptance, and unless otherwise expressly indicated hereon, will expire thirty (30) days from the date hereof unless unconditionally accepted by Customer. Submittal of this Quote does not imply agreement to any specific contractual terms proposed by the Customer, even if pre-published. Prices: Prices are by unit, will be charged by unit (extension information is provided for Customer’s convenience only and is based on estimated quantities) and are firm for thirty (30) days from the Quote Date set forth above unless otherwise specifically set forth in writing. PROVIDED HOWEVER that all Products containing cement are subject to price increase without prior notice in the event Material Location.Product Description Delivered Unit Price Units UOM ARP - Pasco Concrete 4500PSI-.42W/C-Slabs-Ftg-6.5 sk. 151.00 0 CY ARP - Pasco Concrete 4500PSI-.42W/C-Walls-6 sk.146.00 0 CY ARP - Pasco Concrete 3000PSI-.50W/C-Topping-5.5 sk.141.00 0 CY ARP - Pasco Concrete ENVIROMENTAL SURCHARGE 3.00 0 CY ARP - Pasco Concrete Super P 7.00 0 CY ARP - Pasco Concrete 1% NON CHLORIDE ACCELERATOR 7.50 0 CY ARP - Pasco Concrete Hot/Cold Water 4.00 0 CY ARP - Pasco Concrete Variable Fuel Surcharge - Per Load 22.00 0 EA This Quote is an offer for a contract to furnish the Products described on page 2 subject to the Standard Terms and Conditions set forth on Pages 1 & 2, and the Special Terms, Conditions, Exclusions and Clarifications on Page 2. This Quote consists of Pages 1 through 2. CPR-027 Concrete Cost: 4,500 PSI - $151.00/CY +$3.00/CY Environmental Surcharge +$22.00/Load Fuel Surcharge CY Price = $151.00+$3.00 = $154.00/CY x 10 CY = $1,540.00 Delivery Fees = $22.00 x 1 load = $22.00 Total Concrete Price = $1,562 or $156.20/CY EXHIBIT A Page - 2 - of 2 Seller’s cement supplier’s charges to Seller are increased. In such event, Seller will notify Customer of the effective date and amount of the price increase. Customer understands and agrees that the availability of the concrete mix constitutes (e.g. fly ash) may be outside Seller’s control and in the event any becomes unavailable to Seller, Customer shall bear the additional expense associated with substitute constituents. Risk of Loss: Risk of Loss of Products transported by Customer hereunder shall be Customer’s F.O.B. Seller’s plant. Risk of Loss of Products transported by Seller hereunder shall be Seller’s F.O.B. Customer’s Delivery Location when delivery is complete (i.e. discharge of Seller’s product from Seller’s equipment at the direction of Customer or Customer’s agent). Limitation of Liability: Seller’s liability under this Quotation & Contract is EXPRESSLY LIMITED to the quoted price of Seller’s Products. In no event shall Seller be liable for liquidated damages, incidental or consequential damages, increased wages, business interruption, lost profits or other claimed or actual damaged caused by or resulting from Customer’s use of Seller’s products. Credit Contingency/Payment Terms/Past Due Accounts. All salles are contingent on Seller’s approval of Customer’s credit application. PAYMENT IS DUE on the tenth (10th) date of the calendar moth following the date on Seller’s invoice. If Customer fails to timely pay the entire invoiced amount by the twenty-fifth (25th) date of the calendar month following the date on Seller’s invoice. Seller may, at Customer’s risk, stop shipment of products hereunder and retroactively revoke any discounts offered hereunder and under any Quote provided to Customer, and Customer further hereby agrees to pay interest on the declining balance from the due date (10th) at the rate of 1½% per month (annual percentage rate of 18%, or the highest rate allowed by applicable law. Customer agrees to be responsible for all collection costs and attorney’s fees incurred in connection with the collection of any delinquent amount, with or without suit, and/or assigned to a collection agent. If credit is not approved, Seller may, but is not obligated to, offer sale on a COD basis. Taxes: Unless otherwise specifically indicated on Page 2, all federal, state and local taxes, assessments, fees, permits, duties, and charges levied by reason of this Contract are excluded from and are in addition to the prices quoted. THIS QUOTE IS GOOD FOR 30 DAYS. Please respond ASAP. To confirm your acceptance of these prices as quoted, please return a signed copy to our office. Orders placed for the above referenced project will constitute acceptance of the proposal. Customer Signature: ___________________________________________________ Print: ___________________________________________________ Title: ___________________________________________________ Date: ___________________________________________________ EXHIBIT A EXHIBIT A EXHIBIT A Straight Time 85.00$ Overtime 105.00$ Double Time 125.00$ Truck 150.00$ Per Diem -$ Travel -$ Date Employee Work Type Straight Hours OT Hours DT Hours Trucks Straight Cost OT Cost DT Cost Truck Cost Per Diem Cost Travel Cost Total Cost 8/6/2025 Cory Close Labor 3.5 0 0 0 297.50$ -$ -$ 150.00$ -$ -$ 447.50$ 8/6/2025 Jose Grajeda Labor 3.5 0 0 0 297.50$ -$ -$ 150.00$ -$ -$ 447.50$ 8/6/2025 Daniel Renteria Herrera Labor 3.5 0 0 0 297.50$ -$ -$ -$ -$ -$ 297.50$ 8/6/2025 Benjamin Hedquist Labor 3.5 0 0 0 297.50$ -$ -$ -$ -$ -$ 297.50$ 8/6/2025 Frank Humphries Labor 3.5 0 0 0 297.50$ -$ -$ -$ -$ -$ 297.50$ 8/6/2025 Yonata Vasquez Andrade Labor 3.5 0 0 0 297.50$ -$ -$ 150.00$ -$ -$ 447.50$ 8/6/2025 Ricardo Tapia Labor 3.5 0 0 0 297.50$ -$ -$ -$ -$ -$ 297.50$ Totals 24.5 0 0 0 2,082.50$ -$ -$ 450.00$ -$ -$ 2,532.50$ EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 027 Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: August 1, 2024 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: Demolition of the existing sludge fast fill structure and mechanical supply. This is no longer needed. If not removed now it will need to be removed later but will be more difficult and costly to do at a later date. See below. Confirm the the details and extent of work onsite with Mike Soucie (RPR) and Todd Marden (Chief Operator). By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 April 17, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 033 – Landscape Rock Near Centrate Tank Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 033 – Landscape Rock Near Centrate Tank. We have found your submitted cost proposal to be acceptable. A total cost of $6,592.78 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Kent McCue – City of Pasco Charlotte Daskalopoulos - Ecology Troy Gibbs – HDR Todd Marden – City of Pasco Mary Scalise – HDR Brittany Whitfield – City of Pasco Mark Cummings – Consor Mike Soucie – HDR Greg Dobb – Ecology Craig Anderson – Consor Diana Washington – Ecology Steve Brewer – City of Pasco EXHIBIT A Change Proposal Request Summary APR No:APR-065 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-033 Apollo Inc.Date:03/18/25 Landscape Rock Near Centrate Tank per CPR 033 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 2,522.18$ 3,361.23$ 627.98$ -$ -$ 6,511.39$ SUBTOTAL COST >6,511.39$ Insurance Premium .5% - Changed Work >32.56$ Bond Premium .75% - Changed Work >48.84$ TOTAL LUMP SUM COST >6,592.78$ Print Date: 3/18/2025 Page 1 of 2 P198 APR-065 Landscape Rock Near Centrate Tank.xlsx EXHIBIT A Change Proposal Request APR No:APR-065 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-033 Apollo Inc.Date:3/18/25 Landscape Rock Near Centrate Tank per CPR 033 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 2.0 HR 80.00$ 160.00$ 160.00$ Operators - Key Personnel Operator Foreman - Chris Armour 8.0 HR 62.60$ 500.80$ 500.80$ Laborers Foreman - Rick Grnya 8.0 HR 67.38$ 539.04$ 539.04$ Grade Checker 16.0 HR 56.46$ 903.36$ 903.36$ Excavator - CAT 312C + Operator (N/A Included in Chris Armour Labor Above)HR 61.73$ -$ -$ + Operating Costs 3.0 HRLY 89.28$ 267.84$ 267.84$ Loader - CAT 936 + Operator (N/A Included in Chris Armour Labor Above)HR 61.73$ -$ -$ + Operating Costs 2.0 HRLY 44.42$ 88.84$ 88.84$ On-Highway Rear Dumps - Operator + Operator (N/A Included in Chris Armour Labor Above)HR 67.60$ -$ -$ + Operating Costs 3.0 HRLY 63.13$ 189.39$ 189.39$ LS -$ -$ LS -$ -$ -$ -$ Weed Barrier Below Rock 1.0 LS 493.35$ 493.35$ 493.35$ Landscape Rock 30.0 CY 80.98$ 2,429.46$ 2,429.46$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >2,193.20$ 2,922.81$ 546.07$ 5,662.08$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%328.98$ 438.42$ 81.91$ 849.31$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >6,511.39$ Insurance Premium .5% - Changed Work >32.56$ Bond Premium .75% - Changed Work >48.84$ TOTAL LUMP SUM COST >6,592.78$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A Bid No: E584942 Page 1 of 1 Estimate:E584942 Bid Date:4/15/2025 Line Qty UoM Description Unit Price Extended Price 1 1 RL 12' X 250' WOVEN WEED BARRIER 4.8 OZ PURPLE STRIPE PRO PLATINUM 333 SQ YD 46595 HANES 493.35 493.35 Subtotal 493.35 Approximate Grand Total 493.35 Customer:APOLLO INC Estimator:Mason Mahan Job Name:CPR 033 - PASCO 2A Location:PASCO EXHIBIT A |--_| .__..--..,___...- 1-"""“ ,--"'' HANES if A COMPANY Typical Physical Properties Pro Platinum Plus 25 year Weed Control Product (When used under 3"of covering such as mulch) Typical Properties Test Method Material Polypropylene Color Black with colored lines 12!! EVE W Construction 22x10 Weight (Oz/Sq Yd)ASTM D-3776 Scrim:3.0 =(11 mil) Cap:1.8 Total Weight:4.8 oz/sy Tensile Strength (lbs)ASTM D-4632 80x60 Trapezoid Tear (lbs)ASTM D-4533 47x25 Puncture (lbs)ASTM D-4533 50 Water Permeability (gal/min/SF) ASTM D-4491 9-10 Ultraviolet Exposure (%Strength Retained) ASTM D-4355 >80%after 500 hrs Xe n Arc exposure OH Thickness (mils)ASTM D-1777 36 (total product) 5/2013 The information contained herein is furnished without charge or obligation and the recipient assumes all responsibiliw for its use B e ondition of e nd handli m nd e be ond our control,we make no re esentation about,and are notecauscsusangayvaryaarypr responsible or liable for,the accuracy or reliability of said information or the performance of any product.Any specification, properties or applications listed herein are provided as information only and in no way modifi/,amend,enlarge or create any warranty.Nothing contained herein is to be construed as permission or as a recommendation to infringe any patent. 815 Buxton Street 'Winston Salem,NC 27101 888-239-4539 'Fax:336-747-1652 www.hanesgeo.com 'info@hanesgeo.com Powered by TCPDF (www.tcpdf.org) HD Fowler Company Submittal - MIHANESP12 72565 Powered by TCPDF (www.tcpdf.org) EXHIBIT A EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 033 – LANDSCAPE ROCK NEAR CENTRATE TANK Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 10/9/2024 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: The surface restoration between the centrate tank and the centrate pump station has needed to change due to relocation of the compressor in Field Order 08 which has also created steeper grades. The City would like to fill in around the concrete sidewalk with fractured rock landscaping rock which will hold back the underlying soil and prevent erosion. Picture is attached on the next page. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A CONFORMED CONTRACT DOCUMENTS EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 April 17, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 035 – Yard Hydrant at Solids Loadout Area Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 035 – Yard Hydrant at Solids Loadout Area. We have found your submitted cost proposal to be acceptable. A total cost of $11,290.70 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Kent McCue – City of Pasco Charlotte Daskalopoulos - Ecology Troy Gibbs – HDR Todd Marden – City of Pasco Mary Scalise – HDR Brittany Whitfield – City of Pasco Mark Cummings – Consor Mike Soucie – HDR Greg Dobb – Ecology Craig Anderson – Consor Diana Washington – Ecology Steve Brewer – City of Pasco EXHIBIT A Change Proposal Request Summary APR No:APR-045 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-035 Apollo Inc.Date:03/18/25 Yard Hydrant at Solids Loadout Area CPR 035 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 2,629.59$ 7,906.70$ 615.02$ -$ -$ 11,151.31$ SUBTOTAL COST >11,151.31$ Insurance Premium .5% - Changed Work >55.76$ Bond Premium .75% - Changed Work >83.63$ TOTAL LUMP SUM COST >11,290.70$ Print Date: 3/18/2025 Page 1 of 2 P198 APR 045 R1 Yard Hydrant at Solids Load Out.xlsx EXHIBIT A Change Proposal Request APR No:APR-045 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-035 Apollo Inc.Date:3/18/25 Yard Hydrant at Solids Loadout Area CPR 035 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent 4.0 HR 80.00$ 320.00$ 320.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Superintendent - Craig Jenne HR 88.51$ -$ -$ Operator Foreman - Chris Armour 8.0 HR 62.60$ 500.80$ 500.80$ Carpenters Carpenter - Bollard Installation 4.0 HR 78.69$ 314.76$ 314.76$ Laborers Foreman - Rick Grnya 8.0 HR 67.38$ 539.04$ 539.04$ Pipelayer 8.0 HR 54.00$ 432.00$ 432.00$ Excavator - CAT 312C + Operator (N/A Included in Labor Above)HR 61.73$ -$ -$ + Operating Costs 4.0 HRLY 89.28$ 357.12$ 357.12$ Loader - CAT 936 + Operator (N/A Included in Labor Above)HR 61.73$ -$ -$ + Operating Costs 4.0 HRLY 44.42$ 177.68$ 177.68$ LS -$ -$ LS -$ -$ -$ -$ HD Fowler 1.0 LS 5,444.79$ 5,444.79$ 5,444.79$ Pipe Bedding 10.0 TN 23.26$ 232.60$ 232.60$ Bollards 1.0 LS 1,198.00$ 1,198.00$ 1,198.00$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >2,286.60$ 6,875.39$ 534.80$ 9,696.79$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%342.99$ 1,031.31$ 80.22$ 1,454.52$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >11,151.31$ Insurance Premium .5% - Changed Work >55.76$ Bond Premium .75% - Changed Work >83.63$ TOTAL LUMP SUM COST >11,290.70$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A Bid No: E579293 Page 1 of 1 Estimate:E579293 Bid Date:2/12/2025 Line Qty UoM Description Unit Price Extended Price 1 1 EA 4" X 2" FIP ROMAC SERVICE SADDLE WITH STRAPS, AIS DOMESTIC, 4.50-4.80 OD RANGE, WITH 2" FIP OUTLET 135.40 135.40 2 1 EA FB1100-7Q-NL 2" MIP X CTS QUICK JOINT BALLCORP CORP STOP NO-LEAD FORD 352.70 352.70 3 100 FT 2" CTS PURPLE RECLAIMED SDR-9 250 PSI POLY PIPE 100' ROLL PURPLE OUTSIDE & BLACK INSIDE 1.92 192.00 4 3 EA C84-77Q-NL 2" MIP X CTS QUICK JOINT COUPLING NO-LEAD FORD 105.99 317.97 5 3 EA 2" CTS STIFFENER #55 FORD 3.11 9.33 6 1 EA B11-777-NL 2" FIP X FIP BALL VALVE CURB STOP NO-LEAD FORD 358.24 358.24 7 1 EA 36" VALVE BOX BASE 6855/8555 SLIP TYPE HEAVY DUTY DOMESTIC 125.94 125.94 8 1 EA 16" VALVE BOX TOP 6855 SLIP TYPE HEAVY DUTY DOMESTIC TYLER 109.47 109.47 9 1 EA 5-1/4" VALVE BOX LID MARKED "IRRIGATION" #13-5805 OLYMPIC FOUNDRY 19.62 19.62 10 1 EA 2" BRASS 90 STREET ELBOW DOMESTIC NO-LEAD 142.22 142.22 11 1 EA TRUFLO TF300 POST FLUSHING HYDRANT, 3'-0" BURY DEPTH, 2" FIP INLET (VERTICAL), 2" MIP OUTLET 2,263.00 2,263.00 12 1 EA HOSE RACK WITH POST, FREE STANDING, WITH 3'0" POLE , DOMESTIC AIS 1,418.90 1,418.90 Approximate Total 5,444.79 Customer:APOLLO INC Estimator:Matthew Mahan Job Name:CPR 035 YARD HYDRANT CHANGE Location:PASCO, WA EXHIBIT A Bid No: E579293 Page 1 of 1 Line Qty UoM Description 1 1 EA 4" X 2" FIP ROMAC SERVICE SADDLE WITH STRAPS, AIS DOMESTIC, 4.50-4.80 OD RANGE, WITH 2" FIP OUTLET 2 1 EA FB1100-7Q-NL 2" MIP X CTS QUICK JOINT BALLCORP CORP STOP NO-LEAD FORD 3 100 FT 2" CTS PURPLE RECLAIMED SDR-9 250 PSI POLY PIPE 100' ROLL PURPLE OUTSIDE & BLACK INSIDE 4 3 EA C84-77Q-NL 2" MIP X CTS QUICK JOINT COUPLING NO-LEAD FORD 5 3 EA 2" CTS STIFFENER #55 FORD 6 1 EA B11-777-NL 2" FIP X FIP BALL VALVE CURB STOP NO-LEAD FORD 7 1 EA 36" VALVE BOX BASE 6855/8555 SLIP TYPE HEAVY DUTY DOMESTIC 8 1 EA 16" VALVE BOX TOP 6855 SLIP TYPE HEAVY DUTY DOMESTIC TYLER 9 1 EA 5-1/4" VALVE BOX LID MARKED "IRRIGATION" #13-5805 OLYMPIC FOUNDRY 10 1 EA 2" BRASS 90 STREET ELBOW DOMESTIC NO-LEAD 11 1 EA TRUFLO TF300 POST FLUSHING HYDRANT, 3'-0" BURY DEPTH, 2" FIP INLET (VERTICAL), 2" MIP OUTLET 12 1 EA HOSE RACK WITH POST, FREE STANDING, WITH 3'0" POLE , DOMESTIC AIS Customer:APOLLO INC Estimator:Matthew Mahan Job Name:CPR 035 YARD HYDRANT CHANGE Location:PASCO, WA EXHIBIT A www.romac.com 21919 20th Avenue SE • Suite 100 • Bothell, WA 98021 Phone (425) 951-6200 • 1-800-426-9341 • Fax (425) 951-6201 This information is based on the best data available at the date printed above. Please check with Romac for any updates or changes. Do c u m e n t # 2 5 - 8 - 0 0 0 2 06 / 2 8 / 2 0 2 4 SUBMITTAL INFORMATION SIZES & RANGES MATERIALS CASTING The saddle body is cast from ductile (nodular) iron, meeting or exceeding ASTM A 536, Grade 65-45-12. GASKET Gasket is made from Nitrile Butadiene Rubber (NBR) compounded for water and sewer service and a toler- ance of petroleum products in accordance with ASTM D 2000 MBC 610 and NSF 61 Certified. Other compounds available for special applications. STRAPS Type 304 (18-8) heavy gauge Stainless Steel per ASTM A 240. Straps are two inches wide to spread out clamp-ing forces on the pipe. GMAW and GTAW welds. Pas-sivated for corrosion resistance. BOLTS, NUTS For sizes 1-1/2" through 3", 1/2" UNC roll thread Type 304 (18-8) Stainless Steel bolts with heavy hex nuts. 4" and above use 5/8" UNC roll thread Type 304 (18-8) Stainless Steel bolts with heavy hex nuts. Rod for bolts are per ASTM A 240 and nuts are per ASTM A 194. All welds fully passivated for enhanced corrosion resis- tance. Nuts coated to prevent galling. WASHERS Flat, type 304 (18-8) heavy gauge Stainless Steel. COATINGS Shop coat applied to cast parts for corrosion protection in transit. See catalog, sizes up through 32.10. 101S & 202SSERVICE SADDLES STANDARD PRESSURE Romac 101 & 202 service saddles are in compliance with ANSI/AWWA C800-21. Ductile iron, cast iron and steel pipe: rating of pipe up to 350 psi maximum, on pipe sizes up through 24 inch, larger than 24 inch up to 30 inch pressure rating is 150 psi. PVC, asbestos cement and other pipe: up to the maxi- mum rating of the pipe. For other applications please consult your representative. 101S 202S LINE 1 EXHIBIT A FEATURES • All brass that comes in contact with potable water conforms to AWWA Standard C800 (ASTM B584, UNS C89833) • The product has the letters “NL” cast into the main body for lead-free identification • Certified to NSF/ANSI Standard 61 and NSF/ANSI Standard 372 where applicable • Brass components that do not come in contact with potable water conform to AWWA Standard C800 (ASTM B62 and ASTM B584, UNS C83600, 85-5-5-5) • Ends are integral or secured with adhesive to prevent unintentional disassembly • 300 PSI working pressure MALE IRON PIPE THREAD INLET BY QUICK JOINT FOR COPPER OR PLASTIC TUBING (CTS) OUTLET Inlet Length Solid one piece tee-head and stem Dual EPDM O-rings in the stem Male Iron Pipe Threads Molded EPDM rubber seat with reinforcing ring supports the ball Body Outlet Threads Fluorocarbon-coated brass ball Outlet The Ford Meter Box Company, Inc. P.O. Box 443, Wabash, Indiana U.S.A. 46992-0443 Phone: 260-563-3171 / Fax: 800-826-3487 Overseas Fax: 260-563-0167 www.fordmeterbox.com Submitted By: The Ford Meter Box Company considers the information in this submittal form to be correct at the time of publication. Item and option availability, including specifications, are subject to change without notice. Please verify that your product information is current. 03/30/16 External Nut Stop Molded Buna-N Spring Tip Gasket provides Hydraulic Seal Stainless Steel Gripper Ballcorp Corporation Stops - (FB1100-xx-Q-NL style) SUBMITTAL INFORMATION Quick Joint Nut VALVE SIZE INLET SIZE OUTLET SIZE VALVE LENGTH BODY OUTLET THREADS APPROX. WT. LBS PART NUMBER SUBMITTED ITEM(S) 3/4" 3/4" 3/4" 4-19/64" 3/4" Flare Copper 1.8 FB1100-3-Q-NL 1" 1" 1" 4-13/64" 1" Flare Copper 2.7 FB1100-4-Q-NL 1-1/2" 1-1/2" 1-1/2" 5-11/16" 1-1/2" Special Thread 4.9 FB1100-6-Q-NL 2" 2" 2" 7-1/32" 2" Special Thread 7.9 FB1100-7-Q-NL Note: Ford recommends using insert stiffeners with plastic pipe or tubing. * 1-1/4" Quick Joint has EPDM spring tip gasket. Image shown above is an FB1100-4-Q-NL. EPDM O-Ring Powered by TCPDF (www.tcpdf.org) HD Fowler Company Submittal - FOFB11007QNL 70790 Powered by TCPDF (www.tcpdf.org) LINE 2 EXHIBIT A SPECIFICATION Effective Sept 202i Supersedes Jon 2003 i830 Centennial‘Ave. I entennla n1;402-452-222? F 402 452 55.-I-*9 P S C S,I N Toii Frgiir:366-Bil -222?’ i:entennioiplnstic5.coin HDPE 4710 —ASTM D2239 and ASTM D2737 I Fiexibie polyethylene pipe in Produced from only the finest virgin material -Resin is NSF standard 61 iisted 1»Backed by a 50‘YEAR WARRANTY I Virgin Purpie Exterior with Virgin Biaok interior 1 1-"1-1/4"1-1/2"2" 255 P5]|$153 1 l o.o.1.o5o"1.2-15"1.221"2.525"2.55?" LD..824"1.049”1.380”‘i.E‘ilIIl"2.06?” Willi .118".150".19?”0.230".295” AWWA C9Ei|W'T.r'fl‘.‘i52#.24I5#.424#0.5F"5#.952# |H0 P5,l SDR 9 C1-5 l o.o..525"1.125"1.325"1.525"2.125" LD..581".575"1.059”1.263”1.553" W3".09.?".125".153".181”.236" AWWA C‘5‘Cl|Wtift .'iD3#.1i"tIl#.254#.353#.fiEl2# Note:Please see Centennial Plastics website for stocking coil lengths:vvvniv.centennialplastios.oom SIDR 9 is suitable for connections with insert fittings.clamps and compression type fittings. @ Centennial Plastics follows Proposition =65 (also known as the Safe Drinking Water and Toxic Enforcement Act of 1936). Our products in their finished form,do not require a California Proposition 65 warning label. Centennial Plastics is an ISO 9001 Certified Company. Powered by TCPDF (www.tcpdf.org) HD Fowler Company Submittal - EPPRPL94100 67675 Powered by TCPDF (www.tcpdf.org) 䱉久″ EXHIBIT A SUBMITTAL INFORMATION Quick Joint Coupling -(C84-xx-Q-NL style) I MALE IRON PIPE THREAD BY QUICK JOINT FOR COPPER OR PLASTIC TUBING (CTS) Male Iron Pipe Threads External Nut Stop Molded NE’-R (Buna-N)Stainless Steel Gripper Quick Joint Nut Spring Tip Gasket Provides Hydraulic Seal W 1"».?:"5§-4'3." 3"?"-'“-*-‘‘"-“~"-‘"*‘"~"-""l ‘Af~~.~;-"-.~._~:~"~v.~.:f~“t"-l "’I Iron Pipe Size Quick Joint Size L T ;:;>~;-f,.;;"."""r "_.-,5; -.-,-as .-.,._...__.._..__......_' H I '’.~l.~.‘"."i‘~>.:“?_*>i."~_.“.E “"~._.__.lL . Len h xasgtin Dsscn PTIDH LENGTH APP|=to:rt.PART I SUBMITTED MALE lnon PIPE t2t.J.Fon CTS 1 WT.Les Nur-teen lremlsl 1r2"1r2"2"-".5 C84-1'1 -IT}N 31'4"1 1'2 2-'rrs2"-"-5 CB4-31 -Q-l\._ 314"SIB 2-fa"-:U-‘ii CB4-32-1}i\_. sr-4"sr 2-1r4'.lI lfi u U1 (3334-33-51-Pa- 3l||l4II ill 2-as"-::‘-I ca4-a4-o-'\l_ 1 ll‘ll 2-1ara2"-.."J ‘--I -934-43-9-N- 1ll'ii -I 2-era"_-Fl -Lr s CB4-44-I}'\_ i —-1 2-15:32"‘I 3 CB4-4 5-Cl-'\L it -- _L 2-9r""6 1.5 CB4-46-Q-'\-_ A —'h-“'\-.-itsI _L.2-srs"1.4 C84-55-"Eb'\._. A I 1—'|i-“I-|_i"'~J I -F-"rz"3"1.3 CB4-66-IL}l'\-... 1”"-It 2Il s-1r4"2-3 CB4-T?-Cbi\._. Note:Ford recommends insert stiifeners when using p|ast'c pipe or tubing. FEATURES -All brass that comes in contact with potable water conforms to AWWA Standard C800 (ASTM B584,UNS (389833) -The product has the letters “NL"cast into the main body for lead-free identification *Certified to NSF/ANSI Standard 61 and NSF/ANSI Standard 372 where applicable -Brass components that do not come in contact with potable water conform to AWWA Standard C800 (ASTM B62 and ASTM B564,UNS C63600,65-5-5-5) -Body design provides octagonal wrench flats for proper installation The Ford Meter Box Company considers the information in this submiltal form to be correct at the time of publication.Item and option availability, including specifications,are subject to change without notice.Please verify that your product information is current. The Ford Meter Box Company,Inc.Submitted BY‘ PD.Box 443,Wabash,Indiana U.S.A.46992-0443 Phone:266-563-3171 I Fax:806-626-346? Overseas Fax:260-563-D16? v.wvvv.fordmeterbox.com g|5,r2g;21 Powered by TCPDF (www.tcpdf.org) HD Fowler Company Submittal - FOC8477QNL 70790 Powered by TCPDF (www.tcpdf.org) 䱉久‴ EXHIBIT A SUBMITTAL INFORMATION 2 I STAINLESS STEEL INSERTS FOR POLYETHYLENE PIPE (SIDR7 PEP}OR TUBING (PET)I .(:3,Dimple Flange ——-—",__J, Dimple / 70 Series For Polyethylene Pige (PEP) CATALOG Hoiiiiiiwn.PEP L i.i"Sueiiiii1"reo IDNUMBERSize EHGTH lreiuts) -N S E RT-T1 314"0.824 1-11i’1t':'i" **NSERT-53-T2 1"1.040 .2-an s" +***'iiisERT-53-r2-o 1"1.049 1-31132" 'N S E RT-T3 1-114" N S E RT-T4 1-11'2" 1.300 1.010 2-511 E“ 2-50fE~4“ 'NSERT-T5 2"2.05?2-‘I 5.11 6" 50 series For Polyethylene Tubing (PET) CATALOG NOMINAL PET I“-'..."i'._B55____...c 51??._.IPeeeee -LENGTH if SUBMITTED _g ITEMI5} NSERT-51 314"0.581 1 -35154" NSERT-52 1"0.8?5 1 -43154" **NSERT-53-72 1-11'4"".009 2-an s" §***NSERT-53-72-Ct 1-1 1'4"’.059 1-31132" NSERT-54 1-112"’.253 2-15116" NSERT-55 0 2"“.653 2-15116" n-. ii NSERT-54-Q 1-11'2""-203 2-rn 6" ii NSERT-55-Q 2“_'.653 2-rn s" **INSERT-53-T2 tits 1-11'4"plastic tubing (1.069 l.I1I.),1"plastic pipe (1.049 |.D.]i,and 1 FPS HDPE (1 055 l D ) ***INSERT-53-?2—Cl fits 1-11'4"plastic tubing (1.060 l.D.)and 1"plastic pipe {L040 I [J } 1»These inserts are specifically designed and required for Quick Joint fittings.They are not interchangeable with other Compression Fittings. FEATURES 'Certified to NSFIANSI Standard 61 and NSFIANSI Standard 3?2 where applicable -Insert stiffeners conform to the AWWA Standard C901 for Polyethylene (PE)Pressure Pipe and Tubing -Insert stiffeners are solid 304 tubular stainless steel (ASTM 240-92B) -Dimpled and flanged to retain placement within the service line -Key lock construction with a minimum of two key locks to maintain solid structural integrity -Manufactured in the United States of America Note:Consult pipe or tubing manufacturer for specific installation requirements Ford recommends using insert stiffeners when using plastic pipe or tubing The Ford Meter Box Company considers the information in this submittal form to be correct at the time of publication Item and option availability including specifications,are subject to change without notice.Please verify that your product information is current The Ford Meter Box Company,Inc.Submitted BY‘ P.O.Bo:-t 443,Wabash,Indiana U.S.A.46992-0443 Phone:260-553-3171 I Fax:800-B26-3487 Overseas Fax:260-563-016? www.fordmeterbo>r.com 1112515 Powered by TCPDF (www.tcpdf.org) HD Fowler Company Submittal - FO55 70790 Powered by TCPDF (www.tcpdf.org) 䱉久‵ EXHIBIT A SUBMITTAL INFORMATION ;_g Ball Valve Curb Stop -(B 11-xxx-NL style)L 1;‘43’ -.-.|.-l--. FEMALE IRON PIPE THREAD INLET BY FEMALE IRON PIPE THREAD OUTLET Solid one piece tee-head and stem Sturdy stops aliow 90°motion and are enclosed and protected Dual EPDM D-rings in the stem Female iron Pipe Thread Mg/@\] | Optional Padlock Wing for locking valve in closed position Vntve Size |l'lLET Size UUTLET Size LENGTH wT_LB '-..\i\.‘*2-"-"-. "H. '\\“| ~.,F fit~._%or*--II .\.“H-I_.111- _\XI \\...-.I 3'5.‘.r'3-‘?I II;.-"fl .-"J;'=’.#'. /__.iI|I"'/H-"",-' Ir"H,_ '41..Ir IfX.-"'ifI: __|I".I"' ‘*~“ J,-rf.»-'1." ffllfIf;F,.I,-PJ _.-I 1".-r"w.,.T' "-. l'l-1"‘it "-. "-. M."ii. R ‘ix. -I’. “E ~. '-., ‘N A snap ring loci-is the stem into the ““bodv of the valve 2""‘~ .-"'. 2-'~. _-"-1 \"'.___--._,-r‘1--I -_,_ ---I v.an ‘"'.--.Irt:/_I '--_.1_."-"-5-".-'.-.-_,."__H.;r-.+'3,’if._r ~»..-*s-'_._=;.-' 1'Rx I;I "'fiII"____I-‘T-.-J I I Inlet I I -Outlet ""4. -1| -0,‘:"\.-" lviolded EPDM rubber seats with reinforcing ring support the ball Female Iron Pipe Thread /rec’. Length II- lmage shown above is a B11-444-ML Areeox.PART v’Suamlfrso s liluuisee l'rE|vi[s} -FP.U J.-r .-1:5-...==ii’.»'_,I .-'J,--"_17-4%’-".,_—-..."..i =5’.»'.123 --1-=5-fizfifi’/@§.’?_,;?Y=F -——Fluorocarbon-coated brass ball 3—‘ll'B4"1.5 B11-333—NSM"3J4" 3J4"3-I4" 31'4" 3f4|r 3-2'1 IE4"1.?.L'-11 -sssw-s-s 3r!EiL_..:.=;ai-I 3-iii'*ii§-ii“{E Eiiiilliiéiilll -1- T“ 3l'4“1 “ 3i4" 1 II 3-25554“1.6 Eli 1-344-N _, 1"1"1"3-on s"2.1]B1‘?-444-N 1"1-114" 1"1-1i-4" 1“ 1-114" 3-an s" 3-esisz" 1.9 2.El B1 "1-454-N E1 "--455-N 1-1E4 1-H4"1-H4"4-1x32"4.2 B1 "'-555-N 1-1i-ii"1-112"1-1:2"4—1‘I!32"4.4 B1 ’:—55Ei~N '.l.:..'.|.i'_§*.3.'.'--.'.|.-fig“.1-1:2"4-1 5i'32"..-'1}.-.i‘3.‘:§'§.5tH1-1:2"2"'i'-"i"i;2“4-23i32"5.[Il 5.1’. B1 ’-EJ6-N 1-1:2"2"2"511 8.11 B11-5??-N -I-r 2"2“2"5-114"?.2 B14 -YT?-N 2-1:2"5-45164"?.E B1 "'-T?B-N _n. 2I||2|! 2"2-‘l I2‘2-1:2"6-1!-4"11.1 B1 "-T88-N (ASTM B584,UNS 1389833) FEATURES -All brass that comes in contact with potable water conforms to AWWA Standard C800 -The product has the letters “NL"cast into the main body for lead-free identification -Certified to NSFIANSI Standard 61 and NSFiANS|Standard 372 where applicable -Brass components that do not come in contact with potable water conform to AWWA Standard C800 (ASTM B62 and ASTM B584,UNS (383600,85-5-5-5) -Valve is non-directional and is watertight with flow in either direction -Ends are integral or secured with adhesive to prevent unintentional disassembly -Hole for attaching curb boit rod or handle is provided in tee-head -300 PSI working pressure Optional Padlock Wing for locking valve in closed position.Add “W”to part number.Example:B11-444W-NL Optional full 360°tee-head rotation.Add "R"to part number.Example:B11-444R-NL The Ford Meter Boat Company considers the information in this submittal form to be correct at the time of publication.Item and option availability including specifications.are subject to change without notice.Please verify that your product information is current. P U Box 443 Wabash Indiana U S A 46992 D443 Phone 260-563-3‘l?'1 i’Fax 8UEi-B25-348? Overseas Fart:260-563-016? The Ford Meter Box Company,Inc.]Submitted B3" www.fcrdmeterbo:it.com [}?_',r'1_2j1_fiF Powered by TCPDF (www.tcpdf.org) HD Fowler Company Submittal - FOB11777NL 70790 Powered by TCPDF (www.tcpdf.org) 䱉久‶ EXHIBIT A $327 EA $272 EA CPR 035 Additional Bollards Requested by City 2 Bollards x $327 EA = $654 2 Dome Caps x $272 EA = $544 Total Bollard Cost = $1,198 EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 035 – YARD HYDRANT AT SOLID LOADOUT AREA Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 10/17/2024 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: Operations staff would like a 1.5- or 2-inch frost free yard hydrant per detail C010 on CD-001. Connect to existing PNW line near the SE area of the concrete solids loadout area. Confirm location with Todd Marden and Mike Soucie. This will help operations staff washdown the concrete as needed. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 April 17, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 040 – Network Rack Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 040 – Network Rack. We have found your submitted cost proposal to be acceptable. A total cost of $1,419.02 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Kent McCue – City of Pasco Charlotte Daskalopoulos - Ecology Troy Gibbs – HDR Todd Marden – City of Pasco Mary Scalise – HDR Brittany Whitfield – City of Pasco Mark Cummings – Consor Mike Soucie – HDR Greg Dobb – Ecology Craig Anderson – Consor Diana Washington – Ecology Steve Brewer - City of Pasco EXHIBIT A Change Proposal Request Summary APR No:APR-050 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-040 Apollo Inc.Date:01/29/25 Network Rack per CRP 040 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 299.00$ -$ -$ 1,102.50$ -$ 1,401.50$ SUBTOTAL COST >1,401.50$ Insurance Premium .5% - Changed Work >7.01$ Bond Premium .75% - Changed Work >10.51$ TOTAL LUMP SUM COST >1,419.02$ Print Date: 1/29/2025 Page 1 of 2 P198 APR-050 Network Rack per CPR 040.xlsx EXHIBIT A Change Proposal Request APR No:APR-050 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-040 Apollo Inc.Date:1/29/25 Network Rack per CRP 040 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent 1.0 HR 80.00$ 80.00$ 80.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ LS -$ -$ LS -$ -$ -$ -$ LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >260.00$ -$ -$ 260.00$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%39.00$ -$ -$ 39.00$ Power City Electric 1 1,050.00$ 1,050.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Subtotal Subcontractors Costs >1,050.00$ 1,050.00$ Markup on Subcontractor Costs >5.0%52.50$ 52.50$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >1,401.50$ Insurance Premium .5% - Changed Work >7.01$ Bond Premium .75% - Changed Work >10.51$ TOTAL LUMP SUM COST >1,419.02$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A 3327 E. Olive, Spokane WA 99202 (509) 535-8500, Ext 1016 DATE 29-Jan-25 fax (509) 535-8598 JOB Pasco WWTP Improvement PH#2 PROJECT CRP-040 Network Rack DESCRIPTION AMT.MTRL.LABOR MTRL. EXT.LBR. EXT.EXTENSION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -$ $0.00 $0.00 $0.00 $0.00 1)Network Rack -$ $0.00 $0.00 $0.00 $0.00 2)-$ $0.00 $0.00 $0.00 $0.00 3)Tripp Lite #SRW12U -1 EA 363.00$ $0.00 ($363.00)$0.00 ($363.00) 4)-$ $0.00 $0.00 $0.00 $0.00 5)Tripp Lite #SRW26U 1 EA 1,276.04$ $0.00 $1,276.04 $0.00 $1,276.04 6)-$ $0.00 $0.00 $0.00 $0.00 7)-$ $0.00 $0.00 $0.00 $0.00 8)-$ $0.00 $0.00 $0.00 $0.00 9)-$ $0.00 $0.00 $0.00 $0.00 10)-$ $0.00 $0.00 $0.00 $0.00 11)-$ $0.00 $0.00 $0.00 $0.00 12)-$ $0.00 $0.00 $0.00 $0.00 13)-$ $0.00 $0.00 $0.00 $0.00 14)-$ $0.00 $0.00 $0.00 $0.00 15)-$ $0.00 $0.00 $0.00 $0.00 16)-$ $0.00 $0.00 $0.00 $0.00 17)-$ $0.00 $0.00 $0.00 $0.00 18)-$ $0.00 $0.00 $0.00 $0.00 19)-$ $0.00 $0.00 $0.00 $0.00 20)-$ $0.00 $0.00 $0.00 $0.00 21)-$ $0.00 $0.00 $0.00 $0.00 22)-$ $0.00 $0.00 $0.00 $0.00 23)-$ $0.00 $0.00 $0.00 $0.00 24)-$ $0.00 $0.00 $0.00 $0.00 25)-$ $0.00 $0.00 $0.00 $0.00 26)-$ $0.00 $0.00 $0.00 $0.00 27)-$ $0.00 $0.00 $0.00 $0.00 28)-$ $0.00 $0.00 $0.00 $0.00 29)-$ $0.00 $0.00 $0.00 $0.00 30)-$ $0.00 $0.00 $0.00 $0.00 31)-$ $0.00 $0.00 $0.00 $0.00 32)-$ $0.00 $0.00 $0.00 $0.00 SUBTOTAL $913.04 $0.00 $913.04 hrs 0.0 DIRECT JOB EXPENSES MATERIAL TOTAL $913.04 MISC. MATERIAL PERMIT LABOR TOTAL $0.00 $0.00 $0.00 $0.00 JOB EXPENSE $0.00 SUPERVISION/REVIEW AS BUILT SUBTOTAL $913.04 $0.00 $0.00 $0.00 OH & P $136.96 HOUSE KEEPING BOND $0.00 $0.00 $0.00 $0.00 TOTAL $1,050.00 DESCRIPTION OF WORK; TRUCK / EQUIP SMALL TOOLS EXHIBIT A FRMN RATE $97.14 LABOR RATE $97.15 ~~UNIT HRS TOTAL HRS 0 -$ 0 0 363.00$ 0 0 -$ 0 0 1,276.04$ 0 0 -$ 0 0 -$ 0 0 -$ 0 0 -$ 0 0 -$ 0 -$ 0 -$ 0 -$ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTAL HRS 0 EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 040 – NETWORK RACK Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 12/12/2024 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: The City IT Department requires its camera security system use a wall-mounted network rack 26U Tripp-Lite SR26U-series network rack. Include all of the City corporate-connected IT network connections for equipment (IP cameras, Wireless Access Points, VoIP Phones, etc.) are all landed in the cabinet where a rack-mounted switch will be deployed and connected to the City’s fiber optic network. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A CONFORMED CONTRACT DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 March 5, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 046 – UV Building Outlet Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 046 – UV Building Outlet. We have found your submitted cost proposal to be acceptable. A total cost of $2,739.86 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brittany Whitfield – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Mark Cummings – Consor Troy Gibbs – HDR Craig Anderson – Consor EXHIBIT A Change Proposal Request Summary APR No:APR-057 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-046 Apollo Inc.Date:02/24/25 UV Building Outlet Requested by CPR 046 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 195.50$ -$ -$ 2,570.40$ -$ 2,765.90$ SUBTOTAL COST >2,765.90$ Insurance Premium .5% - Changed Work >13.83$ Bond Premium .75% - Changed Work >20.74$ TOTAL LUMP SUM COST >2,800.47$ Print Date: 2/24/2025 Page 1 of 2 P198 APR-057 UV Outlet Requested by CPR 046.xlsx $13.53 $2,739.86 $20.30 $2,706.04 $2,706.04$2,510.54$195.50 EXHIBIT A Change Proposal Request APR No:APR-057 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-046 Apollo Inc.Date:2/24/25 UV Building Outlet Requested by CPR 046 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 1.0 HR 80.00$ 80.00$ 80.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Superintendent - Craig Jenne HR 88.51$ -$ -$ Operator Foreman - Chris Armour HR 62.60$ -$ -$ Carpenters Carpenter HR 78.69$ -$ -$ Laborers Foreman - Rick Grnya HR 67.38$ -$ -$ Foreman - Tony Delapena HR 69.02$ -$ -$ Foreman - Chris Bolten HR 62.47$ -$ -$ Pipelayer HR 54.00$ -$ -$ General HR 53.34$ -$ -$ Form Setter HR 53.67$ -$ -$ Grade Checker HR 56.46$ -$ -$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >170.00$ -$ -$ 170.00$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%25.50$ -$ -$ 25.50$ Power City Electric 1 2,448.00$ 2,448.00$ -$ -$ Subtotal Subcontractors Costs >2,448.00$ 2,448.00$ Markup on Subcontractor Costs >5.0%122.40$ 122.40$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >2,765.90$ Insurance Premium .5% - Changed Work >13.83$ Bond Premium .75% - Changed Work >20.74$ TOTAL LUMP SUM COST >2,800.47$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 $2,390.99 $2,390.99 $119.55 $2,706.04 $13.53 $20.30 $2,739.86 EXHIBIT A 3327 E. Olive, Spokane WA 99202 (509) 535-8500, Ext 1016 DATE 6-Feb-25 fax (509) 535-8598 JOB Pasco WWTP Improvement PH#2 PROJECT CPR 046 UV Building Outlet DESCRIPTION AMT.MTRL.LABOR MTRL. EXT.LBR. EXT.EXTENSION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -$ $0.00 $0.00 $0.00 $0.00 1)UV Outlet -$ $0.00 $0.00 $0.00 $0.00 2)-$ $0.00 $0.00 $0.00 $0.00 3)LABOR 1 LOT -$ $1,239.51 $0.00 $1,239.51 $1,239.51 4)MATERIAL 1 LOT 678.75$ $0.00 $678.75 $0.00 $678.75 5)-$ $0.00 $0.00 $0.00 $0.00 6)-$ $0.00 $0.00 $0.00 $0.00 7)-$ $0.00 $0.00 $0.00 $0.00 8)-$ $0.00 $0.00 $0.00 $0.00 9)-$ $0.00 $0.00 $0.00 $0.00 10)-$ $0.00 $0.00 $0.00 $0.00 11)-$ $0.00 $0.00 $0.00 $0.00 12)-$ $0.00 $0.00 $0.00 $0.00 13)-$ $0.00 $0.00 $0.00 $0.00 14)-$ $0.00 $0.00 $0.00 $0.00 15)-$ $0.00 $0.00 $0.00 $0.00 16)-$ $0.00 $0.00 $0.00 $0.00 17)-$ $0.00 $0.00 $0.00 $0.00 18)-$ $0.00 $0.00 $0.00 $0.00 19)-$ $0.00 $0.00 $0.00 $0.00 20)-$ $0.00 $0.00 $0.00 $0.00 21)-$ $0.00 $0.00 $0.00 $0.00 22)-$ $0.00 $0.00 $0.00 $0.00 23)-$ $0.00 $0.00 $0.00 $0.00 24)-$ $0.00 $0.00 $0.00 $0.00 25)-$ $0.00 $0.00 $0.00 $0.00 26)-$ $0.00 $0.00 $0.00 $0.00 27)-$ $0.00 $0.00 $0.00 $0.00 28)-$ $0.00 $0.00 $0.00 $0.00 29)-$ $0.00 $0.00 $0.00 $0.00 30)-$ $0.00 $0.00 $0.00 $0.00 31)-$ $0.00 $0.00 $0.00 $0.00 32)-$ $0.00 $0.00 $0.00 $0.00 SUBTOTAL $678.75 $1,239.51 $1,918.26 hrs 12.76 DIRECT JOB EXPENSES MATERIAL TOTAL $678.75 MISC. MATERIAL PERMIT LABOR TOTAL $1,239.51 $0.00 $37.19 $0.00 JOB EXPENSE $210.44 SUPERVISION/REVIEW AS BUILT SUBTOTAL $2,128.69 $123.95 $49.58 $0.00 OH & P $319.30 HOUSE KEEPING BOND $0.00 $0.00 ($0.28) $0.00 TOTAL $2,448.00 DESCRIPTION OF WORK; SHIPPING TRUCK / EQUIP SMALL TOOLS $160.86 $2,079.12 $311.87 $2,390.99 EXHIBIT A FT M EA M EA M EA M EA M FT M EA M EA M EA M EA M EA M EA M EA M EA M EA M FT M EA M EA M Power City Electric 3327 E Olive Ave Spokane, WA 99202 Phone: 509-535-8500 Web: 1.30 Phase Totals:678.75 12.76 Job Totals:678.75 12.76 161237 10.00 1/4 x 1 1/2 - 3"HAMMER DRILLED HOLE 13.50 0.90 100557 6.00 12 WIRE TERMINATION LBR 0.06 0.96 70033 150.00 12 THHN/THWN CU (STR)23.22 0.20 10548 1.00 1 1/4 CORED HOLE UP TO 8" D 0.00 1.00 141134 1.00 VERT NM 1G WP GFCI PLATE -IN USE 30.92 0.95 140018 1.00 20A DX RECEPT COMMERCIAL GRADE WR 90.99 0.30 150624 1.00 2"D 1G FSR MALLEABLE BOX W/ 2 x 3/4" HUB 40.52 0.04 161551 3.00 3/4 PVC-CTD 1-HOLE STRAP 50.50 0.90 161649 3.00 3/4 PVC-CTD CLAMPBACK/SPACER 97.38 0.65 150982 1.00 1G 1.7"D PVC-CTD FS CAST BOX 1 x 3/4"HUB 86.90 0.70 30881 1.00 3/4 PVC-CTD GRC LB COND-BODY F-7 97.18 0.80 20949 1.00 3/4 PVC-CTD GRC FIELD-BEND 0.00 0.39 10272 10.00 3/4 PVC-CTD GRC 40MIL 87.50 0.65 10560 4.00 3/4 CONDUIT CUT/THREAD/REAM 0.00 0.64 30201 1.00 3/4 GRC LB CONDUIT BODY FORM 7 10.18 0.40 20001 2.00 3/4 GRC FIELD-BEND 0.00 0.78 43.29 1.20 20022 1.00 3/4 GRC 90-DEG ELBOW 6.62 Size Description Material Result 10001 20.00 3/4 GRC Takeoff Phase: BRANCH Labor ResultItem #Qty U/ M Q/M Job ID:JOB-2023--0150 Project:City of Pasco WWTP Improvements Ph#2 CO:CO-0015: CPR 0046 UV BLDG OUTLET EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 046 – UV BUILDING OUTLET Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 1/10/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: The City operations would like an exterior electrical outlet on the UV building in the shared wall of the new electrical room. Includes exterior rated outlet, conduit, and conductors. Coordinate with Mike Soucie and Todd Marden for installation preference. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A CONFORMED CONTRACT DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 March 6, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 047 – SHB Door Light Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 047 – SHB Door Light. We have found your submitted cost proposal to be acceptable. A total cost of $2,240.44 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brittany Whitfield – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Mark Cummings – Consor Troy Gibbs – HDR Craig Anderson – Consor EXHIBIT A Change Proposal Request Summary APR No:APR-056 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-047 Apollo Inc.Date:02/24/25 Solids Handling Building Door Light per CPR 047 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 195.50$ -$ -$ 2,047.50$ -$ 2,243.00$ SUBTOTAL COST >2,243.00$ Insurance Premium .5% - Changed Work >11.22$ Bond Premium .75% - Changed Work >16.82$ TOTAL LUMP SUM COST >2,271.04$ Print Date: 2/24/2025 Page 1 of 2 P198 APR-056 SHB Door Light per CPR 047.xlsx $2,212.78 $11.06 $16.60 $2,240.44 $2,212.78 $2,017.28 EXHIBIT A Change Proposal Request APR No:APR-056 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-047 Apollo Inc.Date:2/24/25 Solids Handling Building Door Light per CPR 047 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 1.0 HR 80.00$ 80.00$ 80.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Superintendent - Craig Jenne HR 88.51$ -$ -$ Operator Foreman - Chris Armour HR 62.60$ -$ -$ Carpenters Carpenter HR 78.69$ -$ -$ Laborers Foreman - Rick Grnya HR 67.38$ -$ -$ Foreman - Tony Delapena HR 69.02$ -$ -$ Foreman - Chris Bolten HR 62.47$ -$ -$ Pipelayer HR 54.00$ -$ -$ General HR 53.34$ -$ -$ Form Setter HR 53.67$ -$ -$ Grade Checker HR 56.46$ -$ -$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >170.00$ -$ -$ 170.00$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%25.50$ -$ -$ 25.50$ Power City Electric 1 1,950.00$ 1,950.00$ -$ -$ Subtotal Subcontractors Costs >1,950.00$ 1,950.00$ Markup on Subcontractor Costs >5.0%97.50$ 97.50$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >2,243.00$ Insurance Premium .5% - Changed Work >11.22$ Bond Premium .75% - Changed Work >16.82$ TOTAL LUMP SUM COST >2,271.04$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 $1,921.22 $1,921.22 $96.06 $2,212.78 $11.06 $16.60 $2,240.44 EXHIBIT A 3327 E. Olive, Spokane WA 99202 (509) 535-8500, Ext 1016 DATE 6-Feb-25 fax (509) 535-8598 JOB Pasco WWTP Improvement PH#2 PROJECT CPR 047 Solids Handling Door Light DESCRIPTION AMT.MTRL.LABOR MTRL. EXT.LBR. EXT.EXTENSION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -$ $0.00 $0.00 $0.00 $0.00 1)Door Light -$ $0.00 $0.00 $0.00 $0.00 2)-$ $0.00 $0.00 $0.00 $0.00 3)Wall Light 1 EA 539.29$ $194.28 $539.29 $194.28 $733.57 4)PVC Coated 3/4"10 EA 8.75$ $7.77 $87.50 $77.71 $165.21 5)PVC Coated LB 1 EA 97.18$ $63.14 $97.18 $63.14 $160.32 6)PVC Coated T 1 EA 97.18$ $63.14 $97.18 $63.14 $160.32 7)Drill Block Wall 1 EA -$ $97.14 $0.00 $97.14 $97.14 8)3/4" cut/thread 4 EA -$ $17.49 $0.00 $69.94 $69.94 9)PVC Coated 3/4" Back & Strap 2 EA 49.33$ $30.11 $98.66 $60.23 $158.89 10)-$ $0.00 $0.00 $0.00 $0.00 11)-$ $0.00 $0.00 $0.00 $0.00 12)-$ $0.00 $0.00 $0.00 $0.00 13)-$ $0.00 $0.00 $0.00 $0.00 14)-$ $0.00 $0.00 $0.00 $0.00 15)-$ $0.00 $0.00 $0.00 $0.00 16)-$ $0.00 $0.00 $0.00 $0.00 17)-$ $0.00 $0.00 $0.00 $0.00 18)-$ $0.00 $0.00 $0.00 $0.00 19)-$ $0.00 $0.00 $0.00 $0.00 20)-$ $0.00 $0.00 $0.00 $0.00 21)-$ $0.00 $0.00 $0.00 $0.00 22)-$ $0.00 $0.00 $0.00 $0.00 23)-$ $0.00 $0.00 $0.00 $0.00 24)-$ $0.00 $0.00 $0.00 $0.00 25)-$ $0.00 $0.00 $0.00 $0.00 26)-$ $0.00 $0.00 $0.00 $0.00 27)-$ $0.00 $0.00 $0.00 $0.00 28)-$ $0.00 $0.00 $0.00 $0.00 29)-$ $0.00 $0.00 $0.00 $0.00 30)-$ $0.00 $0.00 $0.00 $0.00 31)-$ $0.00 $0.00 $0.00 $0.00 32)-$ $0.00 $0.00 $0.00 $0.00 SUBTOTAL $919.81 $625.58 $1,545.39 hrs 6.4 DIRECT JOB EXPENSES MATERIAL TOTAL $919.81 MISC. MATERIAL PERMIT LABOR TOTAL $625.58 $0.00 $18.77 $0.00 JOB EXPENSE $150.26 SUPERVISION/REVIEW AS BUILT SUBTOTAL $1,695.65 $62.56 $25.02 $0.00 OH & P $254.35 HOUSE KEEPING BOND $0.00 $0.00 $43.91 $0.00 TOTAL $1,950.00 DESCRIPTION OF WORK; Shipping TRUCK / EQUIP SMALL TOOLS $1,670.63 $250.59 $1,921.22 EXHIBIT A From:Chuck E. Bail III To:Joel Barbour Cc:Dan R. Keck Subject:RE: Lighting - Pasco WWTP Phase 2 Date:Tuesday, February 4, 2025 4:13:26 PM Attachments:image002.png image003.png image004.png Joel, 1. WDGE2 LED P3 40K 80CRI T2M MVOLT SRM PE E10WH DBLXD = $535.29 each plus freight I would guess about $35 - $45 for freight. I would guess 4-6 weeks plus ship time Let me know if you want me to get this going. thanks Chuck Bail Lighting Quotations Stoneway Electric Supply Office Hours: Mon-Fri 7:00am-4:00pm (509)532-3746 (Direct Line) (509)535-2933 (Spokane Branch) chuck.bail@stoneway.com Project.Solutions@stoneway.com (department email) Project Solutions Team Contact Info From: Chuck E. Bail III Sent: Tuesday, February 4, 2025 3:54 PM To: Joel Barbour <JBarbour@PowerCityElectric.com> Cc: Dan R. Keck <Dan.Keck@stoneway.com> Subject: RE: Lighting - Pasco WWTP Phase 2 Joel, I am waiting for the rep to return us some pricing. thanks Chuck Bail Lighting Quotations Stoneway Electric Supply Office Hours: Mon-Fri 7:00am-4:00pm (509)532-3746 (Direct Line) (509)535-2933 (Spokane Branch) chuck.bail@stoneway.com Project.Solutions@stoneway.com (department email) EXHIBIT A • •• •• • ••• • • • • • • • • •• • •• •• •• • • • • ••• • • • • •• • • •• • • • • • • • • • & ———— §é- ———————————————————————————————————————————————————————————————————————————————————————————————————————————————————— ". - Ω—" ——&√————————— é!—————————— é ( ——————————*Ω#———————————————#,% EXHIBIT A • •• •• • ••• • • • • • • • • •• • •• •• •• • • • • ••• • • • • •• • • •• • • • • • • • • • Ω¡ EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 047 – SOLIDS HANDLING BUILDING DOOR LIGHT Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 1/10/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: The City operations would like a light above the door, below the awning, for the solids handling building main entry doorway to provide additional light. This light will be similar to others on the project. Includes light, conduit and conductors. Coordinate with Mike Soucie and Todd Marden for installation preference. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A CONFORMED CONTRACT DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 15, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 048 – Sludge Density Analyzer Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 048 – Sludge Density Analyzer. We have found your submitted cost proposal to be acceptable. A total cost of $29,384.99 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-055 R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-048 Apollo Inc.Date:08/15/25 Sludge Density Analyser per CPR 048 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 4,638.09$ 13,563.35$ -$ 10,820.78$ -$ 29,022.22$ SUBTOTAL COST >29,022.22$ Insurance Premium .5% - Changed Work >145.11$ Bond Premium .75% - Changed Work >217.67$ TOTAL LUMP SUM COST >29,384.99$ Print Date: 8/15/2025 Page 1 of 3 P198 APR-055R2 Sludge Density Analyzer.xlsx EXHIBIT A Change Proposal Request APR No:APR-055 R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-048 Apollo Inc.Date:8/15/25 Sludge Density Analyser per CPR 048 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent - Josh Prock 3.0 HR 80.00$ 240.00$ 240.00$ Yard Piping/Site Earthwork Super - Rick Grnya 0.0 HR 80.00$ -$ -$ Operators - Key Personnel Carpenters Carpenter - Ramiro Nunez 0.0 HR 78.35$ -$ -$ Laborers Foreman - Tony Delapena 0.0 HR 69.02$ -$ -$ Grade Checker - Wilmer Leal 0.0 HR 56.46$ -$ -$ Pipefitter -$ -$ Credit for Installation at Original Location Pipefitter (2 crew x 6 hrs ea) -12.0 HR 100.28$ (1,203.36)$ (1,203.36)$ Pipefitter - Chris Armour 14.0 HR 100.36$ 1,405.04$ 1,405.04$ Pipefitter - Ramiro Nunez 10.0 HR 100.28$ 1,002.80$ 1,002.80$ Pipefitter - Tony Delapena 8.0 HR 100.36$ 802.88$ 802.88$ Pipefitter - Wilmer Leal 10.0 HR 100.36$ 1,003.60$ 1,003.60$ Pipefitter - Rick Gryna 6.0 HR 100.36$ 602.16$ 602.16$ Callies Welding Invoice 3326 1.0 LS 5,586.35$ 5,586.35$ 5,586.35$ HD Fowler Invoice I6920269 1.0 LS 919.72$ 919.72$ 919.72$ HD Fowler Invoice I6922865 1.0 LS 459.86$ 459.86$ 459.86$ HD Fowler Invoice I6620921 1.0 LS 4,828.29$ 4,828.29$ 4,828.29$ LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >4,033.12$ 11,794.22$ -$ 15,827.34$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%604.97$ 1,769.13$ -$ 2,374.10$ Power City Electri 1 10,305.50$ 10,305.50$ -$ -$ -$ -$ Subtotal Subcontractors Costs >10,305.50$ 10,305.50$ Markup on Subcontractor Costs >5.0%515.28$ 515.28$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >29,022.22$ Insurance Premium .5% - Changed Work >145.11$ Bond Premium .75% - Changed Work >217.67$ TOTAL LUMP SUM COST >29,384.99$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 3 EXHIBIT A Labor & Equipment Summary 1/2 8 1/2 9 1/3 0 Total Project Superintendent Josh Prock 1 1 1 3 Rick Grnya 0 Daily Total 1 1 1 3 Carpenter Ramiro Nunez 0 0 0 Daily Total 0 0 0 0 Carpenter (Over Time) Steve Emery 0 Ramiro Nunez 0 Daily Total 0 0 0 0 Laborer Tony Delapena 0 0 Wilmer Leal 0 0 Daily Total 0 0 0 0 Pipefitter Scott Bradley 0 Chris Armer 2 4 8 14 Ramiro Nunez 2 8 10 Ryick Grnya 2 4 6 Tony Delapena 8 8 Wilmer Leal 2 8 10 Daily Total 4 12 32 48 EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X Serving the Pacific Northwest since 1911 www.hdfowler.com 6 1 EA 8" X 2" IP TAPT BLIND FLANGE DI, AWWA C110, BIT 1781.52 1,781.52 COATED, GLASS LINED, DOMESTIC MATERIALS Page 1 of 9 EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X Serving the Pacific Northwest since 1911 www.hdfowler.com 35 EA 6" BLIND FLANGE, DI, AWWA C110, TNEMEC 767.39 SERIES N69 PRIMER COATED 3 MILS DFT, GLASS LINED, DOMESTIC MATERIALS Page 4 of 9 1 767.39 EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X Serving the Pacific Northwest since 1911 www.hdfowler.com 39 1 1 EA 6" FL 90 ELBOW, DI, AWWA C110, TNEMEC SERIES 1257.61 1,257.61 N69 PRIMER COATED 3 MILS DFT, GLASS LINED, DOMESTIC MATERIALS Page 5 of 9 EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X www.hdfowler.com 58 EA 6" VICTAULIC STYLE 341 VIC-FLANGE ADAPTER, 254.38 TNEMEC SERIES N69 PRIMER COATED 3 MILS DFT, GRADE "S" GASKET, CARBON STEEL BOLTS & NUTS, AIS DOMESTIC MATERIALS Page 7 of 9 1 254.38 EXHIBIT A 1 767.39 TOTAL $4,828.29 EXHIBIT A 1 Dan Sjule From:Joel Barbour <JBarbour@PowerCityElectric.com> Sent:Monday, June 2, 2025 6:49 AM To:Dan Sjule Cc:Bob Tallent; Josh Prock; Taylor von Olnhausen Subject:RE: Pasco WWTF: Authorization to Proceed with CPR-040 and TSS Probe for RFI 32 Attachments:Pasco_WWTP_RFI032_TssProbeCosts.pdf Good Morning Dan, Just following up on this one. Thanks, Joel Barbour Project Manager Phone: 509-535-8500 ext 1057 Mobile: 509-999-4342 3327 E Olive Spokane, WA 99202 Email: JBarbour@PowerCityElectric.com From: Joel Barbour Sent: Thursday, May 8, 2025 6:44 AM To: Dan Sjule <Dan.Sjule@apollo-gc.com> Cc: Bob Tallent <btallent@powercityelectric.com>; Josh Prock <Josh.Prock@apollo-gc.com>; Taylor von Olnhausen <taylor.vonolnhausen@apollo-gc.com> Subject: RE: Pasco WWTF: Authorization to Proceed with CPR-040 and TSS Probe for RFI 32 Good Morning Dan, No problem. If we give them a spare, the original costs of RFI-032 are attached, or if they prefer the credit, deduct $3,534.50 from the attached price. Let me know what you find out. Thanks, Joel Barbour Project Manager Phone: 509-535-8500 ext 1057 Mobile: 509-999-4342 EXHIBIT A 3327 E. Olive, Spokane WA 99202 (509) 535-8500, Ext 1016 DATE 29-Jan-25 fax (509) 535-8598 JOB Pasco WWTP Improvement PH#2 PROJECT RFI 030 Supply Highline SC Probe DESCRIPTION AMT.MTRL.LABOR MTRL. EXT.LBR. EXT.EXTENSION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -$ $0.00 $0.00 $0.00 $0.00 Network Rack -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 Highline SC Probe 1 EA 11,820.00$ $0.00 $11,820.00 $0.00 $11,820.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 SUBTOTAL $11,820.00 $0.00 $11,820.00 hrs 0.0 DIRECT JOB EXPENSES MATERIAL TOTAL $11,820.00 MISC. MATERIAL PERMIT LABOR TOTAL $0.00 $0.00 $0.00 $0.00 JOB EXPENSE $214.78 SUPERVISION/REVIEW AS BUILT SUBTOTAL $12,034.78 $0.00 $0.00 $0.00 OH & P $1,805.22 HOUSE KEEPING BOND $0.00 $0.00 $214.78 $0.00 TOTAL $13,840.00 DESCRIPTION OF WORK; SHIPPING TRUCK / EQUIP SMALL TOOLS Original TSS Probe Credit <$3,534.50> Revised Total Cost $10,305.50 EXHIBIT A 1 Joel Barbour From:Branden Piper <bpiper@controlfreek.com> Sent:Wednesday, January 29, 2025 6:53 AM To:Joel Barbour Subject:RE: Pasco WWTF: TSS Probe RFI Response Importance:High Joel, I fat fingered my calculator and missed a decimal point or 2. The ACTUAL cost is $11,820 Thanks, Branden Piper Project Manager O: 509-290-6500 x112 C: 509-290-9181 bpiper@controlfreek.com From: Branden Piper Sent: Wednesday, January 29, 2025 6:23 AM To: Joel Barbour <JBarbour@PowerCityElectric.com> Cc: Adam Snyder <adam@controlfreek.com>; Bob Tallent <btallent@PowerCityElectric.com> Subject: RE: Pasco WWTF: TSS Probe RFI Response Joel, Just got word back on the Probe. Thanks, Branden Piper Project Manager O: 509-290-6500 x112 C: 509-290-9181 bpiper@controlfreek.com From: Joel Barbour <JBarbour@PowerCityElectric.com> Sent: Monday, January 13, 2025 12:55 PM EXHIBIT A Change Proposal Request Summary APR No:APR-055 R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-048 Apollo Inc.Date:08/15/25 Sludge Density Analyser per CPR 048 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 4,638.09$ 13,563.35$ -$ 10,820.78$ -$ 29,022.22$ SUBTOTAL COST >29,022.22$ Insurance Premium .5% - Changed Work >145.11$ Bond Premium .75% - Changed Work >217.67$ TOTAL LUMP SUM COST >29,384.99$ Print Date: 8/15/2025 Page 1 of 3 P198 APR-055R2 Sludge Density Analyzer.xlsx EXHIBIT A Change Proposal Request APR No:APR-055 R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-048 Apollo Inc.Date:8/15/25 Sludge Density Analyser per CPR 048 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent - Josh Prock 3.0 HR 80.00$ 240.00$ 240.00$ Yard Piping/Site Earthwork Super - Rick Grnya 0.0 HR 80.00$ -$ -$ Operators - Key Personnel Carpenters Carpenter - Ramiro Nunez 0.0 HR 78.35$ -$ -$ Laborers Foreman - Tony Delapena 0.0 HR 69.02$ -$ -$ Grade Checker - Wilmer Leal 0.0 HR 56.46$ -$ -$ Pipefitter -$ -$ Credit for Installation at Original Location Pipefitter (2 crew x 6 hrs ea) -12.0 HR 100.28$ (1,203.36)$ (1,203.36)$ Pipefitter - Chris Armour 14.0 HR 100.36$ 1,405.04$ 1,405.04$ Pipefitter - Ramiro Nunez 10.0 HR 100.28$ 1,002.80$ 1,002.80$ Pipefitter - Tony Delapena 8.0 HR 100.36$ 802.88$ 802.88$ Pipefitter - Wilmer Leal 10.0 HR 100.36$ 1,003.60$ 1,003.60$ Pipefitter - Rick Gryna 6.0 HR 100.36$ 602.16$ 602.16$ Callies Welding Invoice 3326 1.0 LS 5,586.35$ 5,586.35$ 5,586.35$ HD Fowler Invoice I6920269 1.0 LS 919.72$ 919.72$ 919.72$ HD Fowler Invoice I6922865 1.0 LS 459.86$ 459.86$ 459.86$ HD Fowler Invoice I6620921 1.0 LS 4,828.29$ 4,828.29$ 4,828.29$ LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >4,033.12$ 11,794.22$ -$ 15,827.34$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%604.97$ 1,769.13$ -$ 2,374.10$ Power City Electri 1 10,305.50$ 10,305.50$ -$ -$ -$ -$ Subtotal Subcontractors Costs >10,305.50$ 10,305.50$ Markup on Subcontractor Costs >5.0%515.28$ 515.28$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >29,022.22$ Insurance Premium .5% - Changed Work >145.11$ Bond Premium .75% - Changed Work >217.67$ TOTAL LUMP SUM COST >29,384.99$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 3 EXHIBIT A Labor & Equipment Summary 1/2 8 1/2 9 1/3 0 Total Project Superintendent Josh Prock 1 1 1 3 Rick Grnya 0 Daily Total 1 1 1 3 Carpenter Ramiro Nunez 0 0 0 Daily Total 0 0 0 0 Carpenter (Over Time) Steve Emery 0 Ramiro Nunez 0 Daily Total 0 0 0 0 Laborer Tony Delapena 0 0 Wilmer Leal 0 0 Daily Total 0 0 0 0 Pipefitter Scott Bradley 0 Chris Armer 2 4 8 14 Ramiro Nunez 2 8 10 Ryick Grnya 2 4 6 Tony Delapena 8 8 Wilmer Leal 2 8 10 Daily Total 4 12 32 48 EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X Serving the Pacific Northwest since 1911 www.hdfowler.com 6 1 EA 8" X 2" IP TAPT BLIND FLANGE DI, AWWA C110, BIT 1781.52 1,781.52 COATED, GLASS LINED, DOMESTIC MATERIALS Page 1 of 9 EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X Serving the Pacific Northwest since 1911 www.hdfowler.com 35 EA 6" BLIND FLANGE, DI, AWWA C110, TNEMEC 767.39 SERIES N69 PRIMER COATED 3 MILS DFT, GLASS LINED, DOMESTIC MATERIALS Page 4 of 9 1 767.39 EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X Serving the Pacific Northwest since 1911 www.hdfowler.com 39 1 1 EA 6" FL 90 ELBOW, DI, AWWA C110, TNEMEC SERIES 1257.61 1,257.61 N69 PRIMER COATED 3 MILS DFT, GLASS LINED, DOMESTIC MATERIALS Page 5 of 9 EXHIBIT A REMIT: PO Box 84368, Seattle, WA 98124 Corporate Office 3633 136th Pl SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA 98009-0160 Phone 425-654-8800 * Fax 425-641-8885 Pasco Branch 1336 Dietrich Rd Pasco, WA 99301 (509) 545-0255 Fax (509) 545-0299 Invoice Number I6620921 PSWH # 015290 To:APOLLO INC Attn: Accounts Payable PO Box 7305 KENNEWICK WA 99336-0617 Ship to:1015 S GRAY AVE PASCO WA 99301-9999 Order# O7937721 Inv Date: 02/12/24 Order Writer: Mason Mahan Terms:NET 10TH PROX FOB:DESTINATION Due:04/10/24 Ship Via:OUR TRUCK PO/JOB:FTGS/RESTRAINTS PASCO WWTP IMPROVEMENTS 2A Qty Qty Part #Unit Extended T Line Ship’d BO’d UoM Description Price Price X www.hdfowler.com 58 EA 6" VICTAULIC STYLE 341 VIC-FLANGE ADAPTER, 254.38 TNEMEC SERIES N69 PRIMER COATED 3 MILS DFT, GRADE "S" GASKET, CARBON STEEL BOLTS & NUTS, AIS DOMESTIC MATERIALS Page 7 of 9 1 254.38 EXHIBIT A 1 767.39 TOTAL $4,828.29 EXHIBIT A 1 Dan Sjule From:Joel Barbour <JBarbour@PowerCityElectric.com> Sent:Monday, June 2, 2025 6:49 AM To:Dan Sjule Cc:Bob Tallent; Josh Prock; Taylor von Olnhausen Subject:RE: Pasco WWTF: Authorization to Proceed with CPR-040 and TSS Probe for RFI 32 Attachments:Pasco_WWTP_RFI032_TssProbeCosts.pdf Good Morning Dan, Just following up on this one. Thanks, Joel Barbour Project Manager Phone: 509-535-8500 ext 1057 Mobile: 509-999-4342 3327 E Olive Spokane, WA 99202 Email: JBarbour@PowerCityElectric.com From: Joel Barbour Sent: Thursday, May 8, 2025 6:44 AM To: Dan Sjule <Dan.Sjule@apollo-gc.com> Cc: Bob Tallent <btallent@powercityelectric.com>; Josh Prock <Josh.Prock@apollo-gc.com>; Taylor von Olnhausen <taylor.vonolnhausen@apollo-gc.com> Subject: RE: Pasco WWTF: Authorization to Proceed with CPR-040 and TSS Probe for RFI 32 Good Morning Dan, No problem. If we give them a spare, the original costs of RFI-032 are attached, or if they prefer the credit, deduct $3,534.50 from the attached price. Let me know what you find out. Thanks, Joel Barbour Project Manager Phone: 509-535-8500 ext 1057 Mobile: 509-999-4342 EXHIBIT A 3327 E. Olive, Spokane WA 99202 (509) 535-8500, Ext 1016 DATE 29-Jan-25 fax (509) 535-8598 JOB Pasco WWTP Improvement PH#2 PROJECT RFI 030 Supply Highline SC Probe DESCRIPTION AMT.MTRL.LABOR MTRL. EXT.LBR. EXT.EXTENSION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -$ $0.00 $0.00 $0.00 $0.00 Network Rack -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 Highline SC Probe 1 EA 11,820.00$ $0.00 $11,820.00 $0.00 $11,820.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 -$ $0.00 $0.00 $0.00 $0.00 SUBTOTAL $11,820.00 $0.00 $11,820.00 hrs 0.0 DIRECT JOB EXPENSES MATERIAL TOTAL $11,820.00 MISC. MATERIAL PERMIT LABOR TOTAL $0.00 $0.00 $0.00 $0.00 JOB EXPENSE $214.78 SUPERVISION/REVIEW AS BUILT SUBTOTAL $12,034.78 $0.00 $0.00 $0.00 OH & P $1,805.22 HOUSE KEEPING BOND $0.00 $0.00 $214.78 $0.00 TOTAL $13,840.00 DESCRIPTION OF WORK; SHIPPING TRUCK / EQUIP SMALL TOOLS Original TSS Probe Credit <$3,534.50> Revised Total Cost $10,305.50 EXHIBIT A 1 Joel Barbour From:Branden Piper <bpiper@controlfreek.com> Sent:Wednesday, January 29, 2025 6:53 AM To:Joel Barbour Subject:RE: Pasco WWTF: TSS Probe RFI Response Importance:High Joel, I fat fingered my calculator and missed a decimal point or 2. The ACTUAL cost is $11,820 Thanks, Branden Piper Project Manager O: 509-290-6500 x112 C: 509-290-9181 bpiper@controlfreek.com From: Branden Piper Sent: Wednesday, January 29, 2025 6:23 AM To: Joel Barbour <JBarbour@PowerCityElectric.com> Cc: Adam Snyder <adam@controlfreek.com>; Bob Tallent <btallent@PowerCityElectric.com> Subject: RE: Pasco WWTF: TSS Probe RFI Response Joel, Just got word back on the Probe. Thanks, Branden Piper Project Manager O: 509-290-6500 x112 C: 509-290-9181 bpiper@controlfreek.com From: Joel Barbour <JBarbour@PowerCityElectric.com> Sent: Monday, January 13, 2025 12:55 PM EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 048 – SLUDGE DENSITY ANALYSER Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 1/10/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: Mount the TSS sensors per RFI 032 Sludge Density Analyzer Response (attached). Coordinate with Mike Soucie and Todd Marden for installation preference. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A 21-3166 Request for Information CONFORMED CONTRACT DOCUMENTS 01 25 01F - 1 REQUEST FOR INFORMATION (RFI) RFI No.: 032 RFI Date: 12/31/2024 Owner Job No.: 21237A Consor Job No.: 21-3166 Project Name: City of Pasco WWTP Improvements Phase 2 Owner: City of Pasco Contractor: Apollo, Inc. Subject: Sludge Density Analyzers Spec Sections/Drawing Nos.: 40 75 56, M-1113, M-1114 Information Request: Sludge Density Analyzers TSS-1111, TSS-1121 and TSS-1122 were supplied as specified in Section 40 75 56 (approved submittal is attached for quick reference). The specified devices have a SS mounting flange that is to be welded to the pipe spool at an angle to allow the device to be inserted into the flowline of the pipe. The stainless steel mounting flange cannot be welded to ductile iron pipe. To resolve this challenge we can replace three (3) DI spools with stainless steel spools or a different sludge density analyzer can be selected for installation in the existing DI taps provided. Attached are photo’s showing the specific locations and spools that can be replaced and or taps that are available if an alternate device is desired. Please review and advise if we are to replace the existing DI spools with SS spools or advise of an acceptable alternative device. Potential Cost Impact? YES NO UNKNOWN ❑ Potential Schedule Impact? YES ❑ NO UNKNOWN ❑ Date Reply Requested By: 11/22/2024 Requested By: Apollo, Inc. Date: 12/31/2024 Response: Response Action: ❑ Above is consistent with the intent and reasonably inferable from Contract Documents. ❑ The above is considered a change. The following documents will be used for processing: Response By: Date: cc: See next three page for full response with proposed solutions. X Mark Cummings 1/10/2025 CPR 048 EXHIBIT A Response: WAS TSS PROBE - PID-1102 & M-1113 NOTE discrepancy M & PID sheet tag numbers. PID numbers are correct PROPOSED SOLUTION - Remove lower capped tee and replace with SST pipe spool - Use Victaulic Style 307 couplings for DIP to IPS size transition EXHIBIT A Response: TWAS TSS PROBE - PID-1103 & M-1114 NOTE discrepancy M & PID sheet tag numbers. PID numbers are correct PROPOSED SOLUTION - Remove 2'-0" blank DI spool and replace with SST pipe spool - Use Victaulic Style 307 couplings for DIP to IPS size transition - RETURN meter and REPLACE with "highline sc" option with up to 500 g/L TSS measuring range EXHIBIT A Response: DS TSS PROBE - PID-1104 & M-1113 PROPOSED SOLUTION - Relocate TSS meter to the Digested Sludge Pump Room as proposed by Todd Marden - Install on new cut in SST spool or customize a romac tapping sleeve (SST) for TSS probe angled insertion. EXHIBIT A TSS Mounting Flange. Cannot weld stainless to ductile iron Solution would be to replace DI spool with SS spool or change device type EXHIBIT A EXHIBIT A EXHIBIT A Spool that can be changed to SS Tap that can be used if alternate TSS probe is preferred. EXHIBIT A Spool that can be replaced with SS spool. Tap that can be used if alternate TSS probe is desired. EXHIBIT A Page 1 of 1 I:\BOI_Projects\21\3166 - Pasco WWTP Improvement Phase 2\01 EOR\2A WWTP\2.07 Submittal\Intrumentation Submittals\40 75 56-01 Suspended Solids-Sludge Density Analyzers\Review Form 40 75 56-01 Suspended Solids-Sludge Density Analyzer.doc PROJECT: WWTP Improvements Phase 2A OWNER: City of Pasco OWNER PROJECT NO: 21237A CONSOR PROJECT NO: 21-3166 SUBMITTAL NO: 001 REVISION NO: 0 SUBJECT: Suspended Solids – Sludge Density Analyzers SPECIFICATION: 40 75 56 SUBMITTAL REVIEW FORM NO EXCEPTIONS TAKEN MAKE CORRECTIONS NOTED REJECTED REVISE AND RESUBMIT SUBMIT SPECIFIED ITEM SEE COMMENTS BELOW THIS REVIEW IS ONLY FOR GENERAL CONFORMANCE WITH THE DESIGN CONCEPT OF THE PROJECT AND GENERAL COMPLIANCE WITH THE INFORMATION GIVEN IN THE CONTRACT DOCUMENTS. CORRECTIONS OR COMMENTS MADE ON THE SHOP DRAWINGS DURING THIS REVI EW DO NOT RELIEVE CONTR ACTOR FROM COMPLIANCE WITH THE REQUIREMENTS OF THE PLANS AND SPECIFICATIONS. APPROVAL OF A SPECIFIC ITEM SHALL NOT INCLUDE APPROVAL OF AN ASSEMBLY OF WHICH THE ITEM IS A COMPONENT. CONTRACTOR IS RESPONSIBLE FOR DIMENSIONS TO BE CONFIRMED AND CORRELATED AT THE JOBSITE; INFORMATION THAT PERTAINS SOLELY TO THE FABRICATION PROCESSES OR THE MEANS, METHODS, TECHNIQUES, SEQUENCES AND PROCEDURES OF CONSTRUCTION; COORDINATION OF THE WORK OF ALL TRADES; AND FOR PERFORMING ALL WORK IN A SAFE AND SATISFACTORY MANNER. DATE: 5/22/2023 BY: Mark Cummings CORRECTIONS/NOTES: 1. See review from Industrial Systems, Inc. EXHIBIT A CONTROL SYSTEM SUBMITTAL REVIEW Submittal Number:40 75 56-01 Pasco WWTP Phase 2 Improvements Date: 20.09.05 Re v i e w e d Fu r n i s h a s C o r r e c t e d Re v i s e a n d R e s u b m i t Re j e c t e d Ot h e r X X X X Project #: This review is for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Corrections or comments made on shop drawings during this review do not relieve contractor from compliance with the requirements of the plans and specifications. Approval of the specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for: dimensions to be confirmed and correlated at the jobsite; information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences and procedures of construction; coordination of his or her Work with that of all other trades; and for performing all work in a safe and satisfactory manner. INDUSTRIAL SYSTEMS, Inc. Date_____5/18/2023___________ By____JNS_______________ Reviewed. No exception taken. Reviewed. No exception taken. Reviewed. No exception taken. Solitax sc Turbidity & Suspended Solids Sensors Insertion Mounting Kit 3 4 5 6 7 8 9 10 5/18/2023Project: Hach SC-4500 Sunroof with visor Item Description Comments Hach SC-45001 2 Reviewed. No exception taken. Page 1 of 1 EXHIBIT A TRANSMITTAL OF CONTRACTOR’S SUBMITTAL (ATTACH TO EACH SUBMITTAL) 21-3166 Transmittal of Contractor’s Submittal 01 33 00A - 1 Date: ____________________________ TO: __________________________________________________ Submittal No:___________________________________________ ______________________________________________________ New Submittal Resubmittal ______________________________________________________ (Cover only one section with each transmittal) ______________________________________________________ Project: _________________________________________________ ______________________________________________________ Project No: _____________________________________________ FROM: ______________________________________________ Schedule Date of Submittal: _______________________ (Contractor) ______________________________________________________ ______________________________________________________ ______________________________________________________ SUBMITTAL TYPE: Action Informational The following items are hereby submitted: Number of Copies Description of Item Submitted (Type, Size, Model Number, Etc.) Spec. and Para. No. Drawing or Brochure No. Contains Variation to Contract YES NO CONTRACTOR hereby certifies that (i) CONTRACTOR has complied the requirements of Contract Documents in preparation, review, and submission of designated Submittal and (ii) the Submittal is complete in accordance with the Contract Documents and requirements of laws and regulations and governing agencies. By: ____________________________________________________________ CONTRACTOR (Authorized Signature) 21-237A WWTP Improvements Phase 2A Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 40 75 56-01 1 Suspended Solids Analyzers 40 75 56 No X Todd Jensen HDR, Inc. 1401 E. Trent Avenue, Suite 101 Spokane, WA 99202-2902 05/03/2023 X EXHIBIT A Power City Electric 3327 E Olive Ave Spokane, Washington 99202 P: (509) 535-8500 Project: 30904 Pasco WWTP Improvements Ph2 1015 S Grey Ave Pasco, Washington 99301 Submittal #40 75 56-1.0 - Total Suspended Solid Instruments 40 75 56 - Suspended Solids - Sludge Density Analyzers Revision 0 Submittal Manager Clint Reid (Power City Electric) Status Open Date Created May 3, 2023 Issue Date May 3, 2023 Spec Section 40 75 56 - Suspended Solids - Sludge Density Analyzers Responsible Contractor Control Freek Received From Adam Snyder (Control Freek) Received Date May 3, 2023 Submit By Final Due Date May 4, 2023 Lead Time Cost Code Location Type Product Information Approvers Clint Reid (Power City Electric) Ball in Court Clint Reid (Power City Electric) Distribution Description Submittal Workflow Name Sent Date Due Date Returned Date Response Attachments General Information Attachments Adam Snyder May 3, 2023 May 4, 2023 May 3, 2023 Submitted TSS-Submittal.pdf (Current) Clint Reid May 3, 2023 May 4, 2023 May 3, 2023 Approved Comment Dan: Please see attached submittal for the 40 75 56-1.0 TSS for review and approval. Power City Electric Page 1 of 1 Printed On: May 3, 2023 01:41 PM PDT EXHIBIT A C ONTROL F REEK I NC P ASCO WWTP P HASE 2 P ROJECT T OTAL S USPENDED S OLIDS I NSTRUMENTS S UBMITTAL 5/2/23 S PEC S ECTION : 40 75 56 11616 E Montgomery Dr Ste 4 Spokane Valley, WA 99206 509.290.6500 www.ControlFreek.com EXHIBIT A EXHIBIT A 5/2/2023 12:36 PM www.ControlFreek.com Quantity Manufacturer Description Tag# Part Number 1 Hach TWAS TSS Sensor TSS 1121 LXV424.99.00100 1 Hach TWAS TSS Sensor Insertion Kit TSS 1121 5738400 1 Hach TWAS TSS Sensor Wiper Kit TSS 1121 LZX050 1 Hach TWAS TSS SC4500 Transmitter TSS 1121 LXV525.99E11551 1 Hach TWAS TSS Tag TSS 1121 891901 1 Hach TWAS TSS Sunshield TSS 1121 LXZ524.99.00037 1 Hach TWAS TSS Extended Warranty TSS 1121 EXT WARRANTY 1 Hach DS TSS Sensor TSS 1111 LXV424.99.00100 1 Hach DS TSS Sensor Insertion Kit TSS 1111 5738400 1 Hach DS TSS Sensor Wiper Kit TSS 1111 LZX050 1 Hach DS TSS SC4500 Transmitter TSS 1111 LXV525.99E11551 1 Hach DS TSS Tag TSS 1111 891901 1 Hach DS TSS Sunshield TSS 1111 LXZ524.99.00037 1 Hach DS TSS Extended Warranty TSS 1111 EXT WARRANTY 1 Hach TWAS TSS Sensor TSS 1122 LXV424.99.00100 1 Hach TWAS TSS Sensor Insertion Kit TSS 1122 5738400 1 Hach TWAS TSS Sensor Wiper Kit TSS 1122 LZX050 1 Hach TWAS TSS SC4500 Transmitter TSS 1122 LXV525.99E11551 1 Hach TWAS TSS Tag TSS 1122 891901 1 Hach TWAS TSS Sunshield TSS 1122 LXZ524.99.00037 1 Hach TWAS TSS Extended Warranty TSS 1122 EXT WARRANTY EXHIBIT A EXHIBIT A Digital Controller SC4500 Easy Adoption The familiar experience of a modern touchscreen, the ability to use your current Hach sensors, and the same footprint as the SC200, make installation and integration of the SC4500 Controller seamless. No Time for Downtime The SC4500’s built-in predictive diagnostic software ensures measurement confidence and reduces the risk of unexpected equipment downtime by enabling proactive maintenance planning via MSM, including step-by-step instructions. The Connectivity Options You Need The Controller provides local communication to SCADA or a PLC, as well as remote access through a secure, cloud-based connectivity option to integrate with Claros™, the Water Intelligence System from Hach. From analog and advanced digital protocols to wi-fi, cellular or LAN, the SC4500 gives you the flexibility to adapt in a rapidly changing world. Applications • Wastewater • Drinking Water • Industrial Water • Other Ready for Now. Ready for the Future. Technologies are advancing rapidly, providing new levels of convenience, accuracy, and efficiency. Which is exactly why the SC4500 Controller from Hach® is designed to integrate easily into your current system while allowing you to upgrade as your capabilities advance, without having to replace inventory. With a wide range of analog and digital connectivity options and the availability of intelligent instrument and data management features, the SC4500 unlocks the future, today. EXHIBIT A 2 Digital Controller SC4500 Technical Data* Description Microprocessor-controlled and menu-driven controller that operates the sensor Dimensions ½ DIN - 144 x 144 x 192 mm (5.7 x 5.7 x 7.6 in.) Weight 3.7 lb (controller only, w/o modules) Display 3.5-inch TFT color display with capacitive touchpad Enclosure Rating UL50E type 4X, IEC/EN 60529–IP 66, NEMA 250 type 4X Metal enclosure with a corrosion-resistant finish Operating Temperature Range -20 to 60 °C (-4 to 140 °F) (8 W (AC)/9 W (DC) sensor load) -20 to 45 °C (-4 to 113 °F) (28 W (AC)/20 W (DC) sensor load) Linear derating between 45 and 60 °C (-1.33 W/°C) Storage Conditions -20 - 70 °C (-4 - 158 °F), 0 - 95% relative humidity, non-condensing Altitude 2000 m (6562 ft) maximum Installation Category Category II Pollution Degree 4 Protection Class I, connected to protective earth Power requirements AC controller: 100-240 VAC ±10%, 50/60 Hz; 1 A (28 W sensor load) DC controller: 24 VDC +15% -20%; 2.5 A (20 W sensor load) Measurements Two device digital SC connectors Relays Two relays (SPDT); Wire gauge: 0.75 to 1.5 mm² (18 to 16 AWG) AC controller Maximum switching voltage: 100 - 240 VAC Maximum switching current: 5 A Resistive/1 A Pilot Duty Maximum switching power: 1200 VA Resistive/360 VA Pilot Duty DC controller Maximum switching voltage: 30 VAC or 42 VDC Maximum switching current: 4 A Resistive/1 A Pilot Duty Maximum switching power: 125 W Resistive/28 W Pilot Duty Communication (optional) Analog: Five 0-20 mA or 4-20 mA analog outputs on each analog output module Up to two analog Input modules (0-20 mA or 4-20 mA). Each input module replaces a digital sensor input. Digital: Profibus DPV1 module Modbus TCP Profinet IO module Ethernet IP module Network Connectivity LAN: Two Ethernet connectors (10/100 Mbps) Cellular: External 4G Wi-Fi USB Port Used for data download and software upload. The controller records approximately 20,000 data points for each connected sensor. Compliance Certifications CE. ETL certified to UL and CSA safety standards (with all sensor types), FCC, ISED, KC, RCM, EAC, UKCA, SABS, C (Morocco) Warranty 12 months Compatible Network Technologies GSM 3G/4G (e.g. AT&T, T-Mobile, Rogers, Vodafone etc.) CDMA (e.g. Verizon) *Subject to change without notice. www.hach.com EXHIBIT A Digital Controller SC4500 3 Compatible Instruments / Software Version (Release Year) Amtax sc / V2.30 (2018) or higher A-ISE sc / V1.02 or higher AN-ISE sc / V1.08 (2013) or higher N-ISE sc / V1.02 or higher Nitratax clear sc, Nitratax eco sc, Nitratax plus sc / V3.13 (2013) or higher Phosphax sc / V2.30 (2018) or higher Phosphax sc LR/MR/HR / V1.01 (2018) or higher TSS sc / V41.73 (2013) or higher Solitax sc / V2.20 (2013) or higher TU5300sc, TU5400sc / V1.34 (2017) or higher SS7 sc (in Bypass) / V1.06 (2006) or higher Ultraturb sc / V3.06 (2017) or higher 1720E / V2.10 (2006) or higher Sonatax sc / V1.15 (2016) or higher CL17sc / V2.7 (2019) or higher CL10sc / V1.14 (2013) or higher 9184sc, 9185sc, 9187sc* / V2.03 (2013) or higher Uvas plus sc / V3.01 (2017) or higher LDO 2 sc* / V1.22 (2013) or higher 3798sc* / V2.03 (2013) or higher 3700sc + Inductive Conductive Digital Gateway 6120800 / V3.00 (2017) or higher 3422sc, Analog 3400 + Contacting Cond. Digital Gateway 6120700 / V3.00 or higher pHD sc*, pHD-S sc / V3.10 (2016) or higher 1200-S sc* / V2.04 (2013) or higher pHD analog + Digital Gateway 6120500 / V3.00 (2017) or higher RC and PC analog sensor + Digital Gateway for conventional analog pH and ORP sensors 6120600 / V3.00 (2017) or higher 8362sc* / V3.00 (2017) or higher *Hardware Version1 of instrument is not supported www.hach.com Dimensions Panel mounting dimensions Top and bottom views EXHIBIT A Printed in U.S.A. ©Hach Company, 2020. All rights reserved. In the interest of improving and updating its equipment, Hach Company reserves the right to alter specifications to equipment at any time. Hach World Headquarters: Loveland, Colorado USA United States: 800-227-4224 tel 970-669-2932 fax orders@hach.com Outside United States: 970-669-3050 tel 970-461-3939 fax int@hach.com hach.com 4 Digital Controller SC4500 Order Information Controller LXV525.99A11551 SC4500 Controller, Prognosys, 5x mA Output, 2 digital Sensors, without plug LXV525.99E11551 SC4500 Controller, Prognosys, 5x mA Output, 2 digital Sensors, US plug LXV525.99A11541 SC4500 Controller, Prognosys, 5x mA Output, 1 digital Sensor, 1 mA Input, without plug LXV525.99E11541 SC4500 Controller, Prognosys, 5x mA Output, 1 digital Sensor, 1 mA Input, US plug LXV525.99AA1551 SC4500 Controller, Claros-enabled, 5x mA Output, 2 digital Sensors, without plug LXV525.99EA1551 SC4500 Controller, Claros-enabled, 5x mA Output, 2 digital Sensors, US plug LXV525.99AA1541 SC4500 Controller, Claros-enabled, 5x mA Output, 1 digital Sensor, 1 mA Input, without plug LXV525.99EA1541 SC4500 Controller, Claros-enabled, 5x mA Output, 1 digital Sensor, 1 mA Input, US plug Additional configurations are available. Please contact Hach Technical Support or your Hach representative. Accessories LXZ524.97.00042 SC4x00 Input Module LXZ525.99.D0002 SC4x00 mA Output Module (5 Outputs) LXZ525.99.C0002 SC4500 Ethernet IP Upgrade Kit LXZ525.99.C0003 SC4500 Modbus TCP/IP Upgrade Kit LXZ525.99.00026 SC4500 Ethernet Cable M12 to M12 / C1D2, 10 m LXZ525.99.00017 SC4500 USB Stick LXZ524.99.00004 SC4x00 UV Protection Screen LXZ524.99.00005 SC4x00 UV Protection Screen with Sunroof LXZ524.99.00033 SC4x00 Sunroof Visor LXZ524.99.00036 SC4x00 Mounting Hardware Sunroof with Visor LXZ524.99.00037 SC4x00 Sunroof with Visor DO C 0 5 3 . 5 3 . 3 5 3 1 6 . N o v 2 1 This instrument connects to Claros, Hach’s innovative Water Intelligence System. Claros allows you to seamlessly connect and manage instruments, data, and process – anywhere, anytime. The result is greater confidence in your data and improved efficiencies in your operations. To unlock the full potential of Claros, insist on Claros Enabled instruments. With Hach Service, you have a global partner who understands your needs and cares about delivering timely, high-quality service you can trust. Our Service Team brings unique expertise to help you maximize instrument uptime, ensure data integrity, maintain operational stability, and reduce compliance risk. EXHIBIT A Greater Accuracy, Less Maintenance Hach Solitax sc sensors provide accurate, color- independent measurement of turbidity and suspended solids in drinking water, wastewater and industrial process applications. A self-cleaning device prevents biological growth and interference of gas bubbles. This system’s reliable performance and full data communication capability help improve process control and reduce treatment costs associated with polymer use, digester volume, and sludge handling. Excellent Correlation to Laboratory Analysis Solitax sc sensors show an exceptional correlation to laboratory analysis. On-line measurement not only saves time on manual analysis, but also provides critical real-time measurements that can be used to operate the plant more efficiently. Fully Serviceable Sensors Conventional turbidity and suspended solids sensors are potted and are discarded when they no longer function. Solitax sc sensors are fully serviceable, which often doubles the useful life of the sensor. Easy One-point Calibration Factory calibrated in conformity with DIN EN ISO 7027 for long-term calibration stability. Calibration is easy with a simple correction factor procedure. Multi-channel, Multi-parameter System Any two Solitax sc sensors can be installed on one Hach SC200 Controller. The same controller can also accommodate any combination of parameters. All of Hach’s model sc sensors are “plug and play” with no complicated wiring or set-up procedure necessary. Accurate, color-independent suspended solids and turbidity measurements. Applications • Drinking Water • Wastewater • Beverage • Industrial Water • Power Solitax sc Turbidity & Suspended Solids Sensors EXHIBIT A hach.com Specifications* For insertion in pipes For immersion in open tanks Model INSERTION inline sc INSERTION highline sc IMMERSION t-line sc IMMERSION ts-line sc IMMERSION hs-line sc Parameter Suspended Solids, Turbidity Hight Range Suspended Solids, Turbidity Turbidity Suspended Solids, Turbidity Hight Range Suspended Solids, Turbidity Measuring Range Turbidity 0.001 to 4000 NTU 0.001 to 4000 NTU 0.001 to 4000 NTU 0.001 to 4000 NTU 0.001 to 4000 NTU Measuring Range TSS-Content 0.001 mg/L to 50 g/L 0.001 mg/L to 500 g/L 0.001 mg/L to 50 g/L 0.001 mg/L to 500 g/L Unit Turbidity: User selectable—NTU, FNU, or TE/F Suspended Solids: User selectable—g/L, mg/L, ppm, or % solids Accuracy Turbidity up to 1000 NTU; without calibration < 5% of the measured value ±0.01 NTU; with calibration < 1% of the measured value ±0.01 NTU Repeatability Suspended solids content: < 3 % Turbidity: < 1 % Response Time 1 s < T90 < 300 s (adjustable) Calibration Method Turbidity: Formazin or Stablcal Standard (at 800 NTU). Suspended Solids: Sample specific, based on gravimetric TSS analysis with a correction factor procedure. Certifications CE certified to EN 61326-1, EN 61326/A1, EN 61326/A2, EN 61010-1 Flow Max. 3 m/s (the presence of air bubbles affects the measurement) Operating Temperature Range 0 to 40 °C (32 to 104°F) Pressure Limit Stainless steel: <6 bar or <60 m (87 psi) PVC: <1 bar or <10 m (14.5 psi) Material Optics Carrier and Sleeve: stainless steel 1.4571 or black PVC Wiper Arm: stainless steel 1.4581; Wiper Blade: silicone (standard) Optional: FKM/FPM (LZX578); Wiper Shaft: stainless steel 1.4571 Threaded cable fitting: stainless steel 1.4305 or white PVC Optics Carrier and Sleeve: stainless steel 1.4571 or black PVC Wiper Arm: stainless steel 1.4581; Wiper Blade: silicone (standard) Optional: FKM/FPM (LZX578); Wiper Shaft: stainless steel 1.4571 Threaded cable fitting: stainless steel 1.4305 or white PVC Weight Sensor Insertion stainless steel: 2.4 kg (5.29 lb.)Immersion stainless steel: 1.38 kg (3.0 lb.) Immersion PVC: 0.52 kg (1.2 lb.) Cable Length 10 m (optional extension cables available) *Subject to change without notice 2 Solitax sc Turbidity & Suspended Solids Sensors EXHIBIT A hach.com Fixture with ball valve for mounting Solitax sc models inline and highline sensors in pipes., minimum pipe size 100 mm (4-in.) (Prod. No. LZX337, max pressure 6 bar; Prod. No. 936, max. pressure 1 bar. Dimensions Hach Solitax sc sensors can be fixed to the rim of the tank for immersion applications or inserted directly through the sidewall of a pipeline for insertion applications. A variety of installation kits are available. Principle of Operation Solitax sc ts-line sensor with dual-beam optics and added backscatter detector •Dual infrared light beams. LED light source transmits light at 45° to sensor face. • Nephelometric photoreceptors detect light at 90° to the transmitted light beam. • Backscatter photoreceptor (included on all models except the Solitax sc t-line) detects light at 140° to the transmitted light beam to measure suspended solids in heavily loaded sample streams. • Self-cleaning wiper, optional. • T-line probes measure turbidity only. TS, HS, inline, and highline sensors measure either turbidity or suspended solids. Solitax sc Turbidity & Suspended Solids Sensors 3 Installation / Mounting Installation for mounting Solitax sc for immersion in open tanks. (Stainless steel pole mount kit, Prod. No. LZY714.99.53120) Solitax sc Immersion ProbeSolitax sc Insertion Probe EXHIBIT A LIT2472 Rev 10 C15 Printed in U.S.A. ©Hach Company, 2022. All rights reserved. In the interest of improving and updating its equipment, Hach Company reserves the right to alter specifications to equipment at any time. HACH COMPANY World Headquarters: Loveland, Colorado USA United States: 800-227-4224 tel 970-669-2932 fax orders@hach.com Outside United States: 970-669-3050 tel 970-461-3939 fax int@hach.com hach.com 4 Solitax sc Turbidity & Suspended Solids Sensors Ordering Information Common Configurations: Solitax sc Turbidity and Suspended Solids Analyzers with SC200 controller and sensors shown Immersion in Open Tanks Applications 2983400 Turbidity Analyzer, t-line sc, PVC, with wiper (0.001 to 4000 NTU) 2983500 Turbidity and Suspended Solids Analyzer, ts-line sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) 2983600 Turbidity and High Range Suspended Solids Analyzer, hs-line sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) Insertion in Pipes Applications (includes insertion mounting kit) 2983700 Turbidity and Suspended Solids Analyzer, inline sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) 2983900 Turbidity and High Range Suspended Solids Analyzer, highline sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) NOTE: 1. Power cords must be ordered separately. 2. Fixed point installation kit or handrail mount kit must be ordered separately for all immersion analyzers. Individual Solitax sc Sensors Immersion Sensors LXV423.99.10000 Turbidity, t-line sc, PVC with wiper (0.001 to 4000 NTU) LXV423.99.12000 Turbidity, t-line sc, PVC without wiper (0.001 to 4000 NTU) LXV423.99.10100 Turbidity and Suspended Solids, ts-line sc, PVC with wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) LXV423.99.12100 Turbidity and Suspended Solids, ts-line sc, PVC without wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) LXV423.99.00100 Turbidity and Suspended Solids, ts-line sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) LXV423.99.02100 Turbidity and Suspended Solids, ts-line sc, stainless steel without wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) LXV423.99.10200 Turbidity and Suspended Solids, hs-line sc, PVC with wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) LXV423.99.12200 Turbidity and Suspended Solids, hs-line sc, PVC without wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) LXV423.99.00200 Turbidity and Suspended Solids, hs-line sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) LXV423.99.02200 Turbidity and Suspended Solids, hs-line sc, stainless steel without wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) Insertion Sensors LXV424.99.00100 Turbidity and Suspended Solids, inline sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) LXV424.99.02100 Turbidity and Suspended Solids, inline sc, stainless steel without wiper (0.001 to 4000 NTU, 0.001 mg/L to 50 g/L) LXV424.99.00200 Turbidity and Suspended Solids, highline sc, stainless steel with wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) LXV424.99.02200 Turbidity and Suspended Solids, highline sc, stainless steel without wiper (0.001 to 4000 NTU, 0.001 mg/L to 500 g/L) Installation Accessories LZY714.99.53120 Stainless Steel pole mount kit for Solitax t-line, ts-line, and hs-line immersion sensors, including 10 cm base and 2 m pole with sensor adapter 5738400 Insertion Mounting Kit for inline and highline insertion sensors (ball valve safety armature and extraction system). Kit includes a 4 inch pre-coped Carbon Steel Flange. Non-coped flanges are available AHA033NPT Sensor Adapter, straight 1-1/2 FNPT AHA034NPT Sensor Adapter, elbow 1-1/2 FNPT 90° MH236B00Z Handrail Mounting Kit (for sensor to be used with either adapter above) includes 1.5-inch diameter by 7.5-ft long CPVC pipe and swivel/pivot/ pipe clamp assembly LZX337 Stainless steel ball valve safety armature/ extraction fitting for in-line and hi-line probes w/o welding flange, maximum operating pressure 6 bar/87 psi LZX936 Stainless steel ball valve armature, maximum operation pressure 1 bar/14.5 psi LZX660 Non-coped stainless steel welding flange for insertion kit LZX661 Non-coped carbon steel welding flange for insertion kit EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 21, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 049 – Centrisys Field Modification Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 049 – Centrisys Field Modification. We have found your submitted cost proposal to be acceptable. A total cost of $10,874.06 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-063 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-049 Apollo Inc.Date:08/19/25 Centrisys Field Modifications Required by CPR 049 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 5,019.97$ 5,722.64$ -$ -$ -$ 10,742.61$ SUBTOTAL COST >10,742.61$ Insurance Premium .5% - Changed Work >53.71$ Bond Premium .75% - Changed Work >80.57$ TOTAL LUMP SUM COST >10,876.89$ Print Date: 8/19/2025 Page 1 of 3 P198 APR-063 R1 Centrysis Field Modifications.xlsx 5,719.85 10,739.82 53.70 80.55 10,874.06 10,739.82 EXHIBIT A Change Proposal Request APR No:APR-063 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-049 Apollo Inc.Date:8/19/25 Centrisys Field Modifications Required by CPR 049 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent - Josh Prock 4.0 HR 80.00$ 320.00$ 320.00$ Yard Piping/Site Earthwork Super - Rick Grnya 5.0 HR 80.00$ 400.00$ 400.00$ Operators - Key Personnel Carpenters Carpenter - Ramiro Nunez 3.0 HR 78.35$ 235.05$ 235.05$ Laborers Foreman - Tony Delapena 8.0 HR 69.02$ 552.16$ 552.16$ Grade Checker - Wilmer Leal 3.0 HR 56.46$ 169.38$ 169.38$ Pipefitter -$ -$ Pipefitter - Scott Bradley 2.0 HR 100.28$ 200.56$ 200.56$ Pipefitter - Chris Armour 6.0 HR 100.36$ 602.16$ 602.16$ Pipefitter - Ramiro Nunez 3.0 HR 100.28$ 300.84$ 300.84$ Pipefitter - Tony Delapena 4.0 HR 100.36$ 401.44$ 401.44$ Pipefitter - Wilmer Leal 5.0 HR 100.36$ 501.80$ 501.80$ Pipefitter - Boone Prock 5.0 HR 100.36$ 501.80$ 501.80$ ARG Invoice C146573 1.0 LS 523.41$ 523.41$ 523.41$ Ferguson Invoice 3443991 1.0 LS 81.35$ 81.35$ 81.35$ Ferguson Invoice 3454106 1.0 LS 47.02$ 47.02$ 47.02$ Ferguson Invoice 3454403 1.0 LS 21.00$ 21.00$ 21.00$ Ferguson Invoice 3457534 1.0 LS 48.66$ 48.66$ 48.66$ Ferguson Invoice 3475714 1.0 LS 214.92$ 214.92$ 214.92$ ARG Invoice C147147 1.0 LS 120.88$ 120.88$ 120.88$ KIE Invoice P1243917 1.0 LS 30.38$ 30.38$ 30.38$ Ferguson Invoice 3492523 1.0 LS 111.14$ 111.14$ 111.14$ ARG Invoice C147238 1.0 LS 2,984.03$ 2,984.03$ 2,984.03$ ARG Invoice C147238-01 1.0 LS 75.95$ 75.95$ 75.95$ Platt Invoice 6C20672 1.0 LS 126.66$ 126.66$ 126.66$ HD Fowler Invoice I6951692 1.0 LS 590.81$ 590.81$ 590.81$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >4,365.19$ 4,976.21$ -$ 9,341.40$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%654.78$ 746.43$ -$ 1,401.21$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >10,742.61$ Insurance Premium .5% - Changed Work >53.71$ Bond Premium .75% - Changed Work >80.57$ TOTAL LUMP SUM COST >10,876.89$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 3 27.95 27.95 27.95 9,338.97 1,400.85 10,739.82 53.70 80.55 10,874.06 EXHIBIT A Labor & Equipment Summary 2/1 3 2/1 4 2/1 7 2/2 6 2/2 7 3/1 8 Total Project Superintendent Josh Prock 0 0 0 0 0 0 0 Rick Grnya 5 0 5 Daily Total 0 0 0 0 5 0 5 Carpenter Ramiro Nunez 3 0 0 0 0 0 3 Daily Total 3 0 0 0 0 0 3 Carpenter (Over Time) Steve Emery 0 Ramiro Nunez 0 Daily Total 0 0 0 0 0 0 0 Laborer Tony Delapena 4 4 0 0 0 0 8 Wilmer Leal 3 3 0 Daily Total 7 4 0 0 0 0 11 Pipefitter Scott Bradley 2 0 2 Chris Armer 1 5 6 Ramiro Nunez 3 3 Boone Prock 5 5 Tony D 2 2 4 Wilmer Leal 3 2 5 Daily Total 0 8 4 3 0 10 25 EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 049 – CENTRISYS REQUESTED CHANGES Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 2/13/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: During installation, Centrisys recommended modifications to the dewatering centrifuge inlet, dewatering centrifuge sampling and thickening centrifuge supply polymer piping. This is shown in RFI 035 (attached). These additional items will help with operations staff control and maintenance. Coordinate with Mike Soucie and Todd Marden for installation preference. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A 21-3166 Request for Information CONFORMED CONTRACT DOCUMENTS 01 25 01F - 1 REQUEST FOR INFORMATION (RFI) RFI No.: 035 RFI Date: 2/11/2024 Owner Job No.: 21237A Consor Job No.: 21-3166 Project Name: City of Pasco WWTP Improvements Phase 2 Owner: City of Pasco Contractor: Apollo, Inc. Subject: Centrysis Recommendation for Field Modifications Spec Sections/Drawing Nos.: Information Request: During Centrysis initial startup checkout there are field modifications they recommending be implemented. The recommended modifications is as follows: Dewatering Centrifuge Feed Line Recommendation Centrysis has two concerns; 1) the feed hose is short and removing it via camlock isn’t feasible, and 2) the sample port is in a “dead zone at the end of a tee. It is Centrisys recommendation to remove the 6” Vic Tee at the end of the DIP feed line and relocate the 3” feed hose through a camlock 90 to increase the length of the feed hose (this will allow easier removal of the feed hose for operator maintenance). The sample port on the end of the tee will be relocated to the tee on the feed line of the Centrifuge. Dewatering Centrifuge Solids Sampling Recommendation Currently there is no location for solids sampling. Centrisys suggests adding a 2” sample port on the solids discharge hopper. This will be field welded in place and utilize a “spoon” made out of 2” sched 10 SST tubing that can be inserted into the hopper to collect discharged cake. Thickening Centrifuge Polymer Supply Piping The thickening centrifuge polymer is currently supplied by the 1 ½” PVC polymer piping. The thickening centrifuges have a ¼” polymer supply port on the inlet side of the centrifuge and they tying into the 1 ½” PVC polymer pipe with ¼” tubing to their polymer supply port on the feed piping. Please review and confirm it is acceptable to provide the field modification recom mended by Centrysis initial checkout & startup inspection. Potential Cost Impact? YES NO ❑ UNKNOWN ❑ Potential Schedule Impact? YES ❑ NO UNKNOWN ❑ 1) 2) 3) EXHIBIT A 21-3166 Request for Information CONFORMED CONTRACT DOCUMENTS 01 25 01F - 2 Date Reply Requested By: 2/12/25 Requested By: Apollo, Inc. Date: 2/11/2024 Response: 1) This can be modified per question and shown in redline below. Confirm layout with Todd Marden and Mike Soucie. 2) This can be added per question. Confirm layout with Todd Marden and Mike Soucie. 3) This can be added per question. Confirm layout with Todd Marden and Mike Soucie. X Mark Cummings 2/13/2025 Change Proposal Request Response Action: ❑ Above is consistent with the intent and reasonably inferable from Contract Documents. ❑ The above is considered a change. The following documents will be used for processing: Response By: Date: cc: EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 037 – SHB INDOOR HYDRANTS Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 10/30/2024 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: WWTP Staff would like additional supply of non-potable water for equipment and floor washdown in the Solids Handling Building. Includes two floor level indoor NPW hydrants, one on the north side of the room and one on the south side. Includes addition of one mezzanine and handrail mounted NPW indoor hydrant. Includes connection from NPW to quick disconnect. See detail to the right. Confirm location and extents with Todd Marden and Mike Soucie. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 7, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 055 – Concrete Collars Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 055 – Concrete Collars. We have found your submitted cost proposal to be acceptable. A total cost of $5,534.69 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-072 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-055 Apollo Inc.Date:06/27/25 Concrete Collars per CPR 055 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 4,773.47$ 386.40$ 306.50$ -$ -$ 5,466.36$ SUBTOTAL COST >5,466.36$ Insurance Premium .5% - Changed Work >27.33$ Bond Premium .75% - Changed Work >41.00$ TOTAL LUMP SUM COST >5,534.69$ Print Date: 8/7/2025 Page 1 of 2 P198 APR-072R3 Concrete Collars EXHIBIT A Change Proposal Request APR No:APR-072 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-055 Apollo Inc.Date:6/27/25 Concrete Collars per CPR 055 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 1.0 HR 80.00$ 80.00$ 80.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Superintendent - Craig Jenne HR 88.51$ -$ -$ Operator Foreman - Chris Armour (47 collars x 1 hr EA)20.0 HR 62.60$ 1,252.00$ 1,252.00$ Laborers Foreman - Rick Grnya (47 collars x 1 hr EA)20.0 HR 67.38$ 1,347.60$ 1,347.60$ Foreman - Tony Delapena HR 69.02$ -$ -$ Foreman - Chris Bolten HR 62.47$ -$ -$ Pipelayer HR 54.00$ -$ -$ General HR 53.34$ -$ -$ Form Setter HR 53.67$ -$ -$ Grade Checker - Willmer Leal 20.0 HR 56.46$ 1,129.20$ 1,129.20$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Loader - CAT 936 + Operator (Included in Labor Above)HR 61.73$ -$ -$ + Operating Costs 6.0 HRLY 44.42$ 266.52$ 266.52$ Truck Driver Other - Non Union + Operator - Boone Prock 4.0 HR 63.01$ 252.04$ 252.04$ + Operating Costs 0.0 HRLY 60.74$ -$ -$ Jack Hammer Rental 0.0 WK 216.78$ -$ -$ LS -$ -$ -$ -$ Concrete 1.0 LS 336.00$ 336.00$ 336.00$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >4,150.84$ 336.00$ 266.52$ 4,753.36$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%622.63$ 50.40$ 39.98$ 713.00$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >5,466.36$ Insurance Premium .5% - Changed Work >27.33$ Bond Premium .75% - Changed Work >41.00$ TOTAL LUMP SUM COST >5,534.69$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A Page - 1 - of 2 Customer Acct No.P428470 Quote Number Q919339-2 Submitted To:All Bidders Quote Date:2/24/2023 Contact Name:Estimating Project Name: WWTP Improvements Phase 2A-City of Pasco Address: 1015 South Grey Pasco , WA 99301 Project Address: Contact Phone: Project Tax Exempt No Contact Fax: Prices Valid Until: 3/28/2023 Quoted By:John Mattson John.Mattson@americanrockproducts.com this Special Terms, Conditions, Exclusions and Clarifications: These prices are subject to customary charges for minimum loads Overtime charges will be applied after 4:30pm Normal business hours are 7am to 4:30 pm Monday- Friday All concrete deliveries include free unloading time of seven minutes Per CY Additional charges after free unloading time - $160/hr Concrete Minimum Delivery Charge-(less than 4 yards)- $160.00 per load Engineer Approval Required Environmental Surcharge of $3.00/CY added to concrete quoted price Fuel Surcharge will be added per load using www.eia.gov/petroleum/gasdiesel West Coast less California “U.S. On-Highway Diesel Fuel Prices updated weekly. Scheduling Will Be High Priority for American Rock Products to Successfully Service This Project, two-week firm orders and minimal clean up required. Due To Volatile Industry Raw Material Pricing Project Prices Can Not Be Protected. All prices are inclusive Customer Acknowledgement Expiration: By scheduling or accepting delivery of any of the Products described herein, Customer agrees to and accepts this Quotation & Contract (“Quote”) and all terms and conditions herein. This Quote is submitted as a single package. Any additional or different terms proposed by Customer are herby rejected and if any term or condition in Customer’s acceptance of this Quote is in conflict with or not identical to the terms of this Quote then the terms and conditions of this Quote shall prevail. Revisions to the pre-printed terms and conditions of the Quote are effective only if approved by an officer of Seller. This offer may be withdrawn by Seller at Seller’s elections any time prior to the Customer’s acceptance, and unless otherwise expressly indicated hereon, will expire thirty (30) days from the date hereof unless unconditionally accepted by Customer. Submittal of this Quote does not imply agreement to any specific contractual terms proposed by the Customer, even if pre-published. Prices: Prices are by unit, will be charged by unit (extension information is provided for Customer’s convenience only and is based on estimated quantities) and are firm for thirty (30) days from the Quote Date set forth above unless otherwise specifically set forth in writing. PROVIDED HOWEVER that all Products containing cement are subject to price increase without prior notice in the event Material Location.Product Description Delivered Unit Price Units UOM ARP - Pasco Concrete 4500PSI-.42W/C-Slabs-Ftg-6.5 sk. 151.00 0 CY ARP - Pasco Concrete 4500PSI-.42W/C-Walls-6 sk.146.00 0 CY ARP - Pasco Concrete 3000PSI-.50W/C-Topping-5.5 sk.141.00 0 CY ARP - Pasco Concrete ENVIROMENTAL SURCHARGE 3.00 0 CY ARP - Pasco Concrete Super P 7.00 0 CY ARP - Pasco Concrete 1% NON CHLORIDE ACCELERATOR 7.50 0 CY ARP - Pasco Concrete Hot/Cold Water 4.00 0 CY ARP - Pasco Concrete Variable Fuel Surcharge - Per Load 22.00 0 EA This Quote is an offer for a contract to furnish the Products described on page 2 subject to the Standard Terms and Conditions set forth on Pages 1 & 2, and the Special Terms, Conditions, Exclusions and Clarifications on Page 2. This Quote consists of Pages 1 through 2. CPR-055 Concrete Cost: 4,500 PSI - $151.00/CY +$3.00/CY Environmental Surcharge +$22.00/Load Fuel Surcharge CY Price = $151.00+$3.00 = $154.00/CY x 8 CY = $1,232.00 Delivery Fees = $22.00 x 1 load = $22.00 Total Concrete Price = $1,254 or $156.75/CY EXHIBIT A Page - 2 - of 2 Seller’s cement supplier’s charges to Seller are increased. In such event, Seller will notify Customer of the effective date and amount of the price increase. Customer understands and agrees that the availability of the concrete mix constitutes (e.g. fly ash) may be outside Seller’s control and in the event any becomes unavailable to Seller, Customer shall bear the additional expense associated with substitute constituents. Risk of Loss: Risk of Loss of Products transported by Customer hereunder shall be Customer’s F.O.B. Seller’s plant. Risk of Loss of Products transported by Seller hereunder shall be Seller’s F.O.B. Customer’s Delivery Location when delivery is complete (i.e. discharge of Seller’s product from Seller’s equipment at the direction of Customer or Customer’s agent). Limitation of Liability: Seller’s liability under this Quotation & Contract is EXPRESSLY LIMITED to the quoted price of Seller’s Products. In no event shall Seller be liable for liquidated damages, incidental or consequential damages, increased wages, business interruption, lost profits or other claimed or actual damaged caused by or resulting from Customer’s use of Seller’s products. Credit Contingency/Payment Terms/Past Due Accounts. All salles are contingent on Seller’s approval of Customer’s credit application. PAYMENT IS DUE on the tenth (10th) date of the calendar moth following the date on Seller’s invoice. If Customer fails to timely pay the entire invoiced amount by the twenty-fifth (25th) date of the calendar month following the date on Seller’s invoice. Seller may, at Customer’s risk, stop shipment of products hereunder and retroactively revoke any discounts offered hereunder and under any Quote provided to Customer, and Customer further hereby agrees to pay interest on the declining balance from the due date (10th) at the rate of 1½% per month (annual percentage rate of 18%, or the highest rate allowed by applicable law. Customer agrees to be responsible for all collection costs and attorney’s fees incurred in connection with the collection of any delinquent amount, with or without suit, and/or assigned to a collection agent. If credit is not approved, Seller may, but is not obligated to, offer sale on a COD basis. Taxes: Unless otherwise specifically indicated on Page 2, all federal, state and local taxes, assessments, fees, permits, duties, and charges levied by reason of this Contract are excluded from and are in addition to the prices quoted. THIS QUOTE IS GOOD FOR 30 DAYS. Please respond ASAP. To confirm your acceptance of these prices as quoted, please return a signed copy to our office. Orders placed for the above referenced project will constitute acceptance of the proposal. Customer Signature: ___________________________________________________ Print: ___________________________________________________ Title: ___________________________________________________ Date: ___________________________________________________ EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 055 – CONCRETE COLLARS Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 4/28/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: The City would like concrete collars around all manhole, valve boxes and cleanouts in areas of new asphalt. This will protect the surface from deterioration around these items. Work with Mike Soucie and Todd Marden to identify all items and submittal breakdown with list of each type and number of each. See example photo to the right. Collar per City detail SS-4, SS-8 and W-4. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 14, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 057 – Backflow Preventers SHB and Polymer Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 057 – Backflow Preventers SHB and Polymer. We have found your submitted cost proposal to be acceptable. A total cost of $6,316.16 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-074 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-057 Apollo Inc.Date:05/19/25 Backflow Preventers SHB and Polymer per CPR-057 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 287.50$ -$ -$ 5,950.69$ -$ 6,238.19$ SUBTOTAL COST >6,238.19$ Insurance Premium .5% - Changed Work >31.19$ Bond Premium .75% - Changed Work >46.79$ TOTAL LUMP SUM COST >6,316.16$ Print Date: 5/19/2025 Page 1 of 2 P198 APR-074 Backflow Preventer SHB and Polylmer.xlsx EXHIBIT A Change Proposal Request APR No:APR-074 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-057 Apollo Inc.Date:5/19/25 Backflow Preventers SHB and Polymer per CPR-057 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 2.0 HR 80.00$ 160.00$ 160.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ LS -$ -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >250.00$ -$ -$ 250.00$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%37.50$ -$ -$ 37.50$ BNB Mechanical 1 5,667.32$ 5,667.32$ -$ -$ Subtotal Subcontractors Costs >5,667.32$ 5,667.32$ Markup on Subcontractor Costs >5.0%283.37$ 283.37$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >6,238.19$ Insurance Premium .5% - Changed Work >31.19$ Bond Premium .75% - Changed Work >46.79$ TOTAL LUMP SUM COST >6,316.16$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A TO: Apollo Inc. DATE: 5/15/25 RE: CPR 57 Job # B-381 ATTN: Dan Sjule C.O.R. 007 Description Of Work: Install a Backflow Preventers in SPH and Polymer building. Labor Hrs. TOTAL 12 $1,287.36 $0.00 $0.00 $1,287.36 Equipment / Material Material/Equipment TOTAL Backflow Preventers and valving $3,729.96 $250.00 $0.00 $3,979.96 Subcontractors Material/Equipment TOTAL Backflow inspection fees $400.00 $0.00 $0.00 $0.00 $400.00 Total Labor & Material $5,267.32 Total Subcontractors $400.00 Markup 15% TOTAL COST:$5,667.32 SUBMITTED BY: Mack T. Bland IV Mack T. Bland IV Date BnB Mechanical, LLC APPROVED BY:DATE Pipe and Fittings Change Order Request Total Labor RateDescription $107.28 Total Material Description Total Material Description EXHIBIT A 1 Mack Bland From:cameron.white@ferguson.com Sent:Wednesday, May 14, 2025 10:37 AM To:Cameron.White@Ferguson.com Subject:Email Bid# B770515 Price Quotation # B770515 FERGUSON #3005 1130 WEST WASHINGTON PASCO, WA 99301 Phone : 509-545-2111 Fax : 509-545-4779 Bid No.......: Bid Date...: Quoted By: Customer.: Cust PO#..: B770515 05/14/25 CGW BNB MECHANICAL LLC 918 W CANAL DRIVE #B KENNEWICK, WA 99336 CPR 057 BACKFLOWS Cust Phone: Terms.........: Ship To.......: Job Name.: 509-366-9072 NET 10TH PROX BNB MECHANICAL LLC 918 W CANAL DRIVE #B KENNEWICK, WA 99336 Item Description Quantity Net Price UM Total W975XL2J LF 1-1/2 BFP W/ BV RPZ QT 1 1148.335 EA 1148.34 WAG5 1-1/4 - 2 AIR GAP F/ 975 1 155.000 EA 155.00 W40XL2J *CVR* LF 1-1/2 SGL CHK 1 406.150 EA 406.15 W975XL2K LF 2 BFP W/ BV RPZ QT 1 1416.665 EA 1416.67 WAG5 1-1/4 - 2 AIR GAP F/ 975 1 155.000 EA 155.00 W40XL2K LF 2 SGL CHK 1 448.800 EA 448.80 Subtotal: $3729.96 Inbound Freight: $0.00 Tax: $0.00 Order Total: $3729.96 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. Due to the uncertain impact of potential tariffs, Ferguson's quotation/proposal has not included any provision or contingency for future tariffs or increase of existing tariffs. Ferguson reserves the right to adjust prices to reflect the impact of any new or increased tariffs that affect our costs at the time of shipment. Ferguson will provide notice of any such adjustments along with documentation supporting the changes. EXHIBIT A 2 CONTRACTOR CUSTOMERS: IF YOU HAVE DBE/MBE/WBE/VBE/SDVBE/SBE GOOD FAITH EFFORTS DIVERSITY GOALS/ REQUIREMENTS ON A FEDERAL, STATE, LOCAL GOVERNMENT, PRIVATE SECTOR PROJECT, PLEASE CONTACT YOUR BRANCH SALES REPRESENATIVE IMMEDIATELY PRIOR TO RECEIVING A QUOTE/ORDER. 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 quoted 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. Buyer shall accept delivery of products within 60 days of Seller receiving the products at Seller's warehouse. If Buyer causes or requests a delay in delivery of the products, Buyer may be subject to storage fees and additional costs caused by such delay. Seller reserves the right to requote the products and reschedule the delivery date, subject to manufacturer's lead times and price increases, if Buyer is unable to accept delivery within 60 days. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Enter the following link to complete a survey about your bids: https://survey.medallia.com/?bidsorder&fc=3005&on=353048 EXHIBIT A Page 1 of 2 Rev. M Date: 12/23 Document No. BF-975XL2(LG) Product No. Model 975XL2(LG) Patent zurn.com/patents Model 975XL2 Reduced Pressure Principle Assembly Zurn Water, LLC | Wilkins 1747 Commerce Way, Paso Robles, CA U.S.A. 93446 Ph. 855-663-9876, Fax 805-238-5766 In Canada | Zurn Industries Limited 7900 Goreway Drive, Unit 10, Brampton, Ontario L6T 5W6, 877-892-5216 www.zurn.com Application Ideal for use where Lead-Free* valves are required. Designed for installation on potable water lines to protect against both backsiphonage and backpressure of contaminated water into the potable water supply. Assembly shall provide protection where a potential health hazard exists. The assembly can be configured with a relief valve sensor that detects and signals excessive water discharge that, if left undetected, may cause property damage from flooding. Standards Compliance • ASSE® Listed 1013 • cUPC® Listed • CSA® Certified B64.4 • AWWA Compliant C511 • Approved by the Foundation for Cross Connection Control and Hydraulic Research at the University of Southern California • Meets the requirements of NSF/ANSI/CAN 61 and 372* *(LESS THAN 0.25% WEIGHTED AVERAGE LEAD CONTENT) • UL® Classified (less shut-off valves or with OS&Y valves) • C-UL® Classified Materials Main valve body Low Lead Cast Bronze ASTM B 584 Access covers Low Lead Cast Bronze ASTM B 584 Fasteners Stainless Steel, 300 Series Elastomers Silicone Buna Nitrile Polymers Noryl™ Springs Stainless Steel, 300 series Ball valve handles Stainless Steel Features Sizes: 3/4", 1", 1-1/4", 1-1/2", 2" Maximum working water pressure 175 PSI Maximum working water temperature 180°F Hydrostatic test pressure 350 PSI End connections Threaded ANSI B1.20.1 Relief Valve discharge port: 3/4” - 1” - 0.63 sq. in. 1 1/4” - 2” - 1.19 sq. in. Dimensions & Weights (do not include pkg.)A B G CD F E OPTIONAL LEAD-FREE STRAINER (MODEL SXL) 975XL2 WILKIN S ZURN WILKINS X L Options (Suffixes can be combined) - with full port QT ball valves (standard) MS - with relief valve excessive discharge sensor for flood detection and two-wire connection SE - with street elbows (3/4" & 1") U - with union ball valves TCU - with test cocks up FT - with integral male 45° flare SAE test fitting S - with bronze "Y" type strainer Accessories Air gap (Model AG) Repair kits (rubber only) Thermal expansion tank (Mdl. XT) Soft seated check valve (Model 40XL2) Shock arrester (Model 1260XL) QT-SET Quick Test Fitting Set Relief Valve Monitoring Retrofit Kit (RFK-975XL2MS) MODEL SIZE DIMENSIONS (approximate) WITH BALL VALVESABCDEFG in.mm in.mm in.mm in.mm in.mm in.mm in.mm in.mm lbs.kg 3/4 20 12 305 7 3/4 197 2 1/8 54 3 76 3 1/2 89 5 127 16 1/8 410 12 5.5 1 25 13 330 7 3/4 197 2 1/8 54 3 76 3 1/2 89 5 127 17 3/8 441 14 6.4 1 1/4 32 17 432 10 15/16 278 2 3/4 70 3 1/2 89 5 127 6 3/4 171 22 9/16 573 28 12.7 1 1/2 40 17 3/8 441 10 15/16 278 2 3/4 70 3 1/2 89 5 127 6 3/4 171 24 1/16 611 28 12.7 2 50 18 1/2 470 10 15/16 278 2 3/4 70 3 1/2 89 5 127 6 3/4 171 26 1/2 673 34 15.4 NSF/ANSI/CAN 61 & 372 SHBPolymer x x EXHIBIT A Page 2 of 2 ⃟ Rated Flow (established by approval agencies)Flow Characteristics Zurn Water, LLC | Wilkins 1747 Commerce Way, Paso Robles, CA U.S.A. 93446 Ph. 855-663-9876, Fax 805-238-5766 In Canada | Zurn Industries Limited 7900 Goreway Drive, Unit 10, Brampton, Ontario L6T 5W6, 877-892-5216 www.zurn.com Typical Installation Local codes shall govern installation requirements. To be installed in accordance with the manufacturers’ instructions and the latest edition of the Uniform Plumbing Code. Unless otherwise specified, the assembly shall be mounted at a mini- mum of 12” (305mm) and a maximum of 30” (762mm) above adequate drains with sufficient side clearance for testing and maintenance. The installation shall be made so that no part of the unit can be submerged. OUTDOOR INSTALLATIONINDOOR INSTALLATION Specifications The Reduced Pressure Principle Backflow Preventer shall be certified to NSF/ANSI/CAN 61 and 372, shall be ASSE® Listed 1013, rated to 180°F, and supplied with full port ball valves. The main body and access covers shall be low lead bronze (ASTM B 584), the seat ring and all internal polymers shall be Noryl™ and the seat disc elastomers shall be silicone. The first and second checks shall be accessible for maintenance without removing the relief valve or the entire device from the line. If installed indoors, the instal- lation shall be supplied with an air gap adapter. The assembly shall be configurable to include a sensor to monitor excessive water discharge from the relief valve for flood detection. The Reduced Pressure Principle Backflow Preventer shall be a ZURN WILKINS Model 975XL2. Capacity thru Schedule 40 Pipe Pipe size 5 ft/sec 7.5 ft/sec 10 ft/sec 15 ft/sec 1/8"1 1 2 3 1/4"2 2 3 5 3/8"3 4 6 9 1/2"5 7 9 14 3/4"8 12 17 25 1"13 20 27 40 1 1/4"23 35 47 70 1 1/2"32 48 63 95 2"52 78 105 167 AIR GAP FITTING 12" MIN. 30" MAX. FLOOR DRAIN DIRECTION OF FLOW FLOOR 975 XL2WILK IN S ZUR N 12" MIN 30" MAX PROTECTIVE ENCLOSURE OPTIONAL WATER METER INLET SHUT-OFF AIR GAP DRAIN DIRECTION OF FLOW OPTIONAL LEAD-FREE STRAINER (MODEL SXL) 975XL 2WILKINS ZURN WILKIN S XL 0 20 40 60 805 10 15 20 0 50 100 150 200 2505 10 15 20 FLOW RATES (GPM) PR E S S U R E L O S S ( P S I G ) 69 PR E S S U R E L O S S ( k p a ) FLOW RATES (l/s) MODEL 975XL2 3/4", 1", 1 1/4", 1 1/2" & 2" (STANDARD & METRIC) 35 3/4" (20mm)1" (25mm)1 1/4" (32mm) 2" (50mm)103 15.812.69.56.33.25.03.82.521.26 1 1/2” (40mm) 137 (PROVIDED BY OTHERS) EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 057 – BACKFLOW PREVENTERS SHB AND POLYMER Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 4/29/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: Addition of backflow preventers (1” Watts LF009) to the Solids Handling Building and Polymer Building Potable Water Supply. Confirm location and setup with Todd Marden and Mike Soucie. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 22, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 060 – MCC UPS Receptacle Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 060 – MCC UPS Receptacle. We have found your submitted cost proposal to be acceptable. A total cost of $8,029.31 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-086 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-060 Apollo Inc.Date:06/12/25 MCC and UPS Receptacle - CPR 060 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 287.50$ -$ -$ 7,746.90$ -$ 8,034.40$ SUBTOTAL COST >8,034.40$ Insurance Premium .5% - Changed Work >40.17$ Bond Premium .75% - Changed Work >60.26$ TOTAL LUMP SUM COST >8,134.83$ Print Date: 8/21/2025 Page 1 of 2 P198 APR-086R1 MCC & UPS Receptacle.xlsx 7,930.18 39.65 59.48 8,029.31 7,930.187,741.94188.24 EXHIBIT A Change Proposal Request APR No:APR-086 R1 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-060 Apollo Inc.Date:6/12/25 MCC and UPS Receptacle - CPR 060 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 2.0 HR 80.00$ 160.00$ 160.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ LS -$ -$ LS -$ -$ -$ -$ LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >250.00$ -$ -$ 250.00$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%37.50$ -$ -$ 37.50$ Power City Electric 1 7,378.00$ 7,378.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Subtotal Subcontractors Costs >7,378.00$ 7,378.00$ Markup on Subcontractor Costs >5.0%368.90$ 368.90$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >8,034.40$ Insurance Premium .5% - Changed Work >40.17$ Bond Premium .75% - Changed Work >60.26$ TOTAL LUMP SUM COST >8,134.83$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 7,278.74 7,278.74 7,278.74 7,278.74 363.94 363.94 7,930.18 39.65 59.48 8,029.31 EXHIBIT A 3327 E. Olive, Spokane WA 99202 (509) 535-8500, Ext 1016 DATE 21-Aug-25 fax (509) 535-8598 JOB Pasco WWTP Improvement PH#2 PROJECT CPR 060 UPS Receptacle Rev2 DESCRIPTION AMT.MTRL.LABOR MTRL. EXT.LBR. EXT.EXTENSION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -$ $0.00 $0.00 $0.00 $0.00 1)UPS Receptacle -$ $0.00 $0.00 $0.00 $0.00 2)-$ $0.00 $0.00 $0.00 $0.00 3)UPS (APC 1500VA)4 EA 899.26$ $377.62 $3,597.04 $1,510.46 $5,107.50 4)12/3 SO cable 30 EA 1.85$ $10.79 $55.50 $323.67 $379.17 5)120V Din-rail mount recept.4 EA 32.25$ $53.95 $129.00 $215.78 $344.78 6)120V Cord cap 4 EA 11.92$ $26.97 $47.68 $107.89 $155.57 7)-$ $0.00 $0.00 $0.00 $0.00 8)-$ $0.00 $0.00 $0.00 $0.00 9)-$ $0.00 $0.00 $0.00 $0.00 10)-$ $0.00 $0.00 $0.00 $0.00 11)-$ $0.00 $0.00 $0.00 $0.00 12)-$ $0.00 $0.00 $0.00 $0.00 13)-$ $0.00 $0.00 $0.00 $0.00 14)-$ $0.00 $0.00 $0.00 $0.00 15)-$ $0.00 $0.00 $0.00 $0.00 16)-$ $0.00 $0.00 $0.00 $0.00 17)-$ $0.00 $0.00 $0.00 $0.00 18)-$ $0.00 $0.00 $0.00 $0.00 19)-$ $0.00 $0.00 $0.00 $0.00 20)-$ $0.00 $0.00 $0.00 $0.00 21)-$ $0.00 $0.00 $0.00 $0.00 22)-$ $0.00 $0.00 $0.00 $0.00 23)-$ $0.00 $0.00 $0.00 $0.00 24)-$ $0.00 $0.00 $0.00 $0.00 25)-$ $0.00 $0.00 $0.00 $0.00 26)-$ $0.00 $0.00 $0.00 $0.00 27)-$ $0.00 $0.00 $0.00 $0.00 28)-$ $0.00 $0.00 $0.00 $0.00 29)-$ $0.00 $0.00 $0.00 $0.00 30)-$ $0.00 $0.00 $0.00 $0.00 31)-$ $0.00 $0.00 $0.00 $0.00 32)-$ $0.00 $0.00 $0.00 $0.00 SUBTOTAL $3,829.22 $2,157.80 $5,987.02 hrs 20.0 DIRECT JOB EXPENSES MATERIAL TOTAL $3,829.22 MISC. MATERIAL PERMIT LABOR TOTAL $2,157.80 $0.00 $107.89 $0.00 JOB EXPENSE $428.63 SUPERVISION/REVIEW AS BUILT SUBTOTAL $6,415.65 $215.78 $86.31 $0.00 OH & P $962.35 HOUSE KEEPING BOND $0.00 $0.00 $18.65 $0.00 TOTAL $7,378.00 DESCRIPTION OF WORK; Shipping TRUCK / EQUIP SMALL TOOLS $342.32 $6,329.34 $949.40 $7,278.74 EXHIBIT A From:Branden Piper To:Joel Barbour Cc:Adam Snyder Subject:RE: WWTP PH2A - CPR 060 - UPS Receptacle Date:Wednesday, June 11, 2025 3:58:25 PM Attachments:image005.png image007.png image008.png image009.png Joel, Did you want us to do the wiring as well? Material will set you back $3700 for 4 sets Thanks, Branden Piper Project Manager O: 509-290-6500 x112 C: 509-290-9181 bpiper@controlfreek.com From: Joel Barbour <JBarbour@PowerCityElectric.com> Sent: Wednesday, June 11, 2025 10:34 AM To: Branden Piper <bpiper@controlfreek.com> Cc: Adam Snyder <adam@controlfreek.com> Subject: WWTP PH2A - CPR 060 - UPS Receptacle Hey Branden, The owner wants to add UPS’s to control panels that they supplied with the centrifuges. Can you please quote the following: 4qty – UPS (attached pics you had supplied, they want the same thing) 4qty – Din rail mount 120V-recept/back box Thanks, Joel Barbour Project Manager Phone: 509-535-8500 ext 1057 Mobile: 509-999-4342 3327 E Olive Spokane, WA 99202 Email: JBarbour@PowerCityElectric.com EXHIBIT A EXHIBIT A From:Bob Tallent To:Joel Barbour Subject:Re: 21237 WWTP PH2A - CPR 060 - MCC and UPS Receptacle Date:Wednesday, June 11, 2025 7:48:49 AM Attachments:image003.png image004.png image005.png image006.png pro-eXIRBBUA.jpeg pro-IEbbufYW.jpeg Info from spare UPS provided by Control Freek Sent from my Verizon, Samsung Galaxy smartphone Get Outlook for Android From: Joel Barbour <JBarbour@PowerCityElectric.com> Sent: Wednesday, June 11, 2025 7:31:34 AM To: Bob Tallent <btallent@PowerCityElectric.com> Subject: RE: 21237 WWTP PH2A - CPR 060 - MCC and UPS Receptacle Bob, Have we purchased these UPS’s before? I have looked through the PLC submittals, don’t see one… Do you have a part # or wattage size you can get off an existing one? Thanks, Joel Barbour Project Manager Phone: 509-535-8500 ext 1057 Mobile: 509-999-4342 3327 E Olive Spokane, WA 99202 Email: JBarbour@PowerCityElectric.com From: Bob Tallent <btallent@PowerCityElectric.com> Sent: Tuesday, June 3, 2025 3:08 PM To: Joel Barbour <JBarbour@PowerCityElectric.com> Subject: FW: 21237 WWTP PH2A - CPR 060 - MCC and UPS Receptacle Joel, this CPR we are installing a UPS in each of 4 centrifuge control panels. The city ordered them without and now want to install them. We will need to get controlfreek to order 4 more UPS units like they supplied in the PLC’s they just built. Materials: EXHIBIT A 4x UPS 4x dinrail mounted 120v receptacles and boxes 30 feet 12-3 so cord 4 x 20 amp 120 volt male cord caps 100 feet 12awg xhhw These panels are in operation so each one will take a bit of standby time waiting to have access. 6 to 8 hours labor each would not be unreasonable to me. From: Dan Sjule <Dan.Sjule@apollo-gc.com> Sent: Tuesday, May 27, 2025 3:45 PM To: Joel Barbour <JBarbour@PowerCityElectric.com>; Bob Tallent <btallent@PowerCityElectric.com> Cc: Josh Prock <Josh.Prock@apollo-gc.com>; Taylor von Olnhausen <taylor.vonolnhausen@apollo- gc.com> Subject: FW: 21237 WWTP PH2A - CPR 060 - MCC and UPS Receptacle Joel/Bob, Please prepare a proposal to add MCC and UPS receptacles as outlined in the attached CPR. If you have any questions, please let us know. Thank you, Dan Sjule Senior Project Manager Apollo, Inc. 509-366-8546 From: Gibbs, Troy <Troy.Gibbs@hdrinc.com> Sent: Wednesday, May 21, 2025 4:06 PM To: Dan Sjule <Dan.Sjule@apollo-gc.com> Cc: Brittany Whitfield <whitfieldb@pasco-wa.gov>; mccuek <mccuek@pasco-wa.gov>; brewers <brewers@pasco-wa.gov>; Todd Marden <mardent@pasco-wa.gov>; Jensen, Todd <todd.jensen@hdrinc.com>; Soucie, Michael <Michael.Soucie@hdrinc.com> Subject: 21237 WWTP PH2A - CPR 060 - MCC and UPS Receptacle Dan, EXHIBIT A Attached for your review and a price proposal is CPR 060 - MCC and UPS Receptacle. Please let me know if you have any questions. Thanks, Troy Troy M. Gibbs, PE Construction Manager HDR 835 N Post St, Spokane, WA. 99201 D 509.343.8503 M 509.601.3348 Troy.Gibbs@hdrinc.com hdrinc.com/follow-us Disclaimer The information contained in this communication from the sender is confidential. It is intended solely for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action in relation of the contents of this information is strictly prohibited and may be unlawful. This email has been scanned for viruses and malware, and may have been automatically archived by Mimecast Ltd, an innovator in Software as a Service (SaaS) for business. Providing a safer and more useful place for your human generated data. Specializing in; Security, archiving and compliance. To find out more Click Here. EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 060 – MCC AND UPS RECEPTACLE Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 5/1/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: City of Pasco Operations Staff would like to add 120-V receptacle in the Solids Handling Building MCCs and Centrate Pump Station MCCs for all HMIs. This will be similar to the PLC UPS and plug steup. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 July 28, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237 WWTP Improvements Phase 2A Project CPR 063 – Surface Restoration Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 063 – Surface Restoration. We have found your submitted cost proposal to be acceptable. A total cost of $119,161.79 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Juan Loyola – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Troy Gibbs – HDR Todd Marden – City of Pasco Craig Anderson – Consor Mike Soucie – HDR Will Kirby - Consor EXHIBIT A Change Proposal Request Summary APR No:APR-078R3 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-063 Apollo Inc.Date:07/21/25 CPR 063 Surface Restorations Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 23,172.13$ 27,289.32$ 22,470.31$ 44,758.90$ -$ 117,690.65$ SUBTOTAL COST >117,690.65$ Insurance Premium .5% - Changed Work >588.45$ Bond Premium .75% - Changed Work >882.68$ TOTAL LUMP SUM COST >119,161.79$ Quantity Unit Unit Price Total 11,936 SF 9.28$ 110,797.52$ Quantity Unit Unit Price Total 1 LS -$ -$ Quantity Unit Unit Price Total 1 LS -$ -$ Quantity Unit Unit Price Total 1 LS -$ -$ Quantity Unit Unit Price Total 1 LS 5,197.49$ 5,197.49$ Quantity Unit Unit Price Total 1 LS 3,166.77$ 3,166.77$ CPR 063 Location I - EXCLUDED (Deleted per Field Discussions 7/8/25) CPR 063 Location M - Relocate Yard Hydrant N of SHB - LUMP SUM CPR 063 Location N - NE Corner of New Cake Apron - LUMP SUM CPR 063 Locations D & E Additional Asphalt Paving - UNIT PRICE *Includes: Existing Asphalt Removal, Excavation to Subgrade, CSBC & CSTC, Dump Fees, and all Asphalt Work Complete CPR 063 Location B - EXCLUDED (Deleted per Field Discussion 7/3/25) CPR 063 Location C - EXCLUDED (Deleted per Field Discussions 06/26/25) Print Date: 7/21/2025 Page 1 of 1 P198 APR-078R3 Surface Restoration 07.21.25.xlsx EXHIBIT A Change Proposal Request APR No:APR-078R3 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-063 Apollo Inc.Date:7/21/25 CPR 063 Locations D & E - Additional Asphalt Paving Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 4.0 HR 90.00$ 360.00$ 360.00$ Project Superintendent 8.0 HR 80.00$ 640.00$ 640.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Grade Checker 40.0 HR 56.46$ 2,258.40$ 2,258.40$ Excavator - CAT 303 + Operator 8.0 HR 61.39$ 491.12$ 491.12$ + Operating Costs 8.0 HRLY 25.26$ 202.08$ 202.08$ Excavator - CAT 320 C L + Operator 20.0 HR 61.73$ 1,234.60$ 1,234.60$ + Operating Costs 20.0 HRLY 128.63$ 2,572.60$ 2,572.60$ Loader - CAT 936 + Operator 40.0 HR 61.73$ 2,469.20$ 2,469.20$ + Operating Costs 40.0 HRLY 44.42$ 1,776.80$ 1,776.80$ Roller - CAT CP-563-C + Operator 20.0 HR 59.83$ 1,196.60$ 1,196.60$ + Operating Costs 20.0 HRLY 148.38$ 2,967.60$ 2,967.60$ Blade - CAT 160H + Operator 40.0 HR 61.73$ 2,469.20$ 2,469.20$ + Operating Costs 40.0 HRLY 153.40$ 6,136.00$ 6,136.00$ On-Highway Water Truck - Laborer + Operator 24.0 HR 61.15$ 1,467.60$ 1,467.60$ + Operating Costs 24.0 HRLY 62.19$ 1,492.56$ 1,492.56$ On-Highway Rear Dumps - Operator + Operator 40.0 HR 67.60$ 2,704.00$ 2,704.00$ + Operating Costs 40.0 HRLY 63.13$ 2,525.20$ 2,525.20$ LS -$ -$ -$ -$ CSBC 630 LS 22.41$ 14,118.30$ 14,118.30$ CSTC 134 LS 22.62$ 3,031.08$ 3,031.08$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Asphalt Disposal Fees 265.0 TN 6.50$ 1,722.50$ 1,722.50$ Excavation to Subgrade Disposal Fees 800.0 TN 5.50$ 4,400.00$ 4,400.00$ Apollo - Subtotal Direct Costs >15,290.72$ 23,271.88$ 17,672.84$ 56,235.44$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%2,293.61$ 3,490.78$ 2,650.93$ 8,435.32$ Central Paving (11,936 SF x $3.32/SF = $39,627.52)1 39,627.52$ 39,627.52$ Central Paving Milling for Removal of Exising Asphalt (5,000 SF @ $0.60/SF = $3,000.00) 1 3,000.00$ 3,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ Subtotal Subcontractors Costs >42,627.52$ 42,627.52$ Markup on Subcontractor Costs >5.0%2,131.38$ 2,131.38$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >109,429.65$ Insurance Premium .5% - Changed Work >547.15$ Bond Premium .75% - Changed Work >820.72$ TOTAL LUMP SUM COST >110,797.52$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 7 EXHIBIT A Location Profile SF Notes TONNAGE of A1 8" CSBC TONNAGE of A3 2" CSTC A - NW Parkin (1)0 0 0 D - N of SHB Drying Beds 3,4 (1)10820 See redlined drawing C-133 for net additional paving area 571 122 E - Road S of Drying Beds 3, 4 (1)1116 59 13 F - S of Sludge Storage (1)0 0 0 G - N of Bed 10 (1)0 0 0 H - N of Bed 14 (1)0 0 0 J - E of Beds 14-17 (1)0 0 0 K - S of Bed 17 (1)0 0 0 L - S of Bed 13 (1)0 0 0 11936 630 134 CPR 063 Additional Paving Summary by Area - Updated 6/26/25 per Field Discussions Totals > EXHIBIT A 2. 9 3. 7 2. 7 2. 3 4. 4 2. 7 5. 0 PO L Y M E R BL D G SO L I D S HA N D L I N G BL D G 1.5'' DPL 1' ' P W 1' ' P W 4' ' N P W 4' ' N P W 1. 5 ' ' P W 1.5'' PW 1. 5 ' ' T P L 1.5'' TPL A0+00 A1+00 A2+00 A3+00 A4+00 A5 + 0 0 S66°49'40"E 78.68' S63°43'50"E 213.63' S3 7 ° 0 9 ' 3 2 " E 10 3 . 3 3 ' S66°49'40"E 65.41'S66°49'40"E 76.99' R PASCO DETAIL SS-1 R E1998890.97 8" SS 8" SS 8" S S 8" SS 8" S D 6" S S 8" S D 1 1/6/2023 MAC ADDENDUM 1 CITY OF PASCO 21237A WWTP IMPROVEMENTS PHASE 2 NORTH SEWER PLAN & PROFILE STA 0+00 TO STA 5+00 CIVIL AS SHOWN C-133 31 220 DMB DMB MAC January 202321-3166NO.DATE BY REVISION NOT TO SCALE THEN DRAWING IS NOT MEASURE 1" IF THIS BAR DOES NOTICE CHECKED DRAWN DESIGNED PROJECT NO.:SCALE:DATE: \\ a d . m s a - e p . c o m \ B o i s e \ B O I _ P r o j e c t s \ 2 1 \ 3 1 6 6 - P a s c o W W T P I m p r o v e m e n t P h a s e 2 \ C A D \ S h e e t s \ C1 3 3 U t i l i t i e s . d w g C- 1 3 3 TO D D . B L A C K E T T E R 23 . 0 s ( L M S T e c h ) SHEET 1 20 1 of 1 A B C D E F G H I J 2345678910111213141516 12345678910111213141516 A B C D E F G H I J SCALE: 1"=20' PLAN MA T C H L I N E S T A 5 + 0 0 SE E S H E E T C - 1 3 4 RETAIN AND PROTECT EXISTING CONCRETE WALL PROVIDE GRATED MANHOLE COVER, GRADE MANHOLE PAVEMENT REPAIR TO DRAIN INTO MANHOLE APPROX. 8' SQ 1/6/2023 CONFORMED CONTRACT DOCUMENTS 14,494.39 sf Total area of paving north of drying beds is approximately 14,500 SF Less Original Contract Trench Repair 460 LF x 8' Wide = 3,680 SF Net Added Paving North of Drying Beds = 10,820 SF CPR 063 Area D Estimated Quantities EXHIBIT A 1 Dan Sjule From:Mattson, John (American Rock Products) <John.Mattson@americanrockproducts.com> Sent:Tuesday, June 3, 2025 4:11 PM To:Dan Sjule Cc:Josh Prock Subject:Re: Pasco WWTP PH2A Project: Request for Quote of Additional CSBC and CSTC Dan, American Rock is pleased to quote the following: Material: Hospital Quarry Top Course-$13.00/ton Base Course-$13.00/ton Delivery: $200 per trip Fuel Surcharge: $20/load Truck & Trailer- 31 tons Super Solo-24 tons Please let me know if you have any questions. Thank you. - John John Mattson American Rock Products A CRH COMPANY 11919 Harris Road Pasco, WA 99301 O +1 (509) 547-2380 C +1 (509) 578-8859 E John.Mattson@americanrockproducts.com From: Dan Sjule <Dan.Sjule@apollo-gc.com> Sent: Tuesday, June 3, 2025 9:48 AM To: Mattson, John (American Rock Products) <John.Mattson@americanrockproducts.com> Cc: Josh Prock <Josh.Prock@apollo-gc.com> Subject: Pasco WWTP PH2A Project: Request for Quote of Additional CSBC and CSTC Estimated Quantities: CSBC 748 TN and 32 Super Solo Deliveries CSTC 160 TN and 7 Super Solo Deliveries CBSC & CBSC $/TN $13.00 TN + $200 Delivery + $20/Load CSBC $16,764 or $22.41/TN CSTC $3,620 or $22.62/TN EXHIBIT A 2 CAUTION: This email originated from outside of our company. Do not click links or open attachments unless you recognise the sender and know the content is safe. Please report suspicious emails via the Report Suspicious button. Report Suspicious John, The City is looking to add a significant amount of paving to the project which will result in us needing more CSBC and CSTC. With this being delivered for road base the drivers will need to stop and set chains to unload the rock in place which will require certified payrolls for the applicable prevailing wage. The following are our estimated tonnage for each product: CSBC – 1,600 TN CSTC – 350 TN If you can provide a quote for the delivered price per ton for this material it will be greatly appreciated. Thank you, Dan Sjule Senior Project Manager Apollo, Inc. 509-366-8546 Disclaimer The information contained in this communication from the sender is confidential. It is intended solely for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action in relation of the contents of this information is strictly prohibited and may be unlawful. This email has been scanned for viruses and malware, and may have been automatically archived by Mimecast Ltd, an innovator in Software as a Service (SaaS) for business. Providing a safer and more useful place for your human generated data. Specializing in; Security, archiving and compliance. To find out more Click Here. EXHIBIT A - If you have any questions regarding this proposal or contract, please feel free to contact us. Central Paving, LLC +18008010310 team@centralpavingllc.com centralpavingllc.com Proposal ADDRESS Apollo Inc PROPOSAL #25-0174CO63 DATE 06/06/2025 EXPIRATION DATE 07/14/2025 JOB #PREVAILING ESTIMATOR 25-0174 YES Collin Alligood: 253-258-2023 ACTIVITY AMOUNT Asphalt Paving - Supply, install, and compact 30,154 sf (562 tons) at 3" average depth hot mix asphalt. $3.32/ SF - Excludes any utility or catch basin riser placement, level, and patching. - Excludes any and all subgrade and base prep. - Central Paving, LLC will not be responsible for base failure if base prep is performed by others. - Due to the volatility of the current oil market, this proposal must be accepted within 30 days of the project bid date. - Pricing assumes all paving will be completed by 9/30/2025. - If paving will occur after 9/30/2025, pricing may be revised. 100,111.28T Asphalt Milling - Planing, Asphalt Removal, No Sweeping, No Cleanup 30,154 SF, 3" Depth @ $0.60/SF - Excludes Dump fees - Includes Trucking with haul distance up to 1 mile. Pricing Parameters - Pricing based on the use of a 48" mill. - Additional depth of milling/pulverizing/removal beyond depth assumed and described in this proposal will be billed at a rate of $0.25 per additional inch per square yard of milling/pulverizing/removal unless otherwise noted on the proposal (0.5" or more of additional depth to constitute an additional inch). - Minimum callout for planing is per machine, per shift. - All planing, full depth removal, pulverizing, and pavement repair to terminate at base of asphalt. - Sweeping, when included, is for planing only and is not included for pavement repair, pulverizing, or work completed by others. - Items quoted on a shift rate include up to 8 consecutive hours on site per day, per machine. - Milling pavement markings outside of planing bid scope to be billed at $950/HR, 1 hour minimum. - Where AC sits on top of PCC, Central Paving will remove as much AC as machine will allow. Exclusions - Hauling of grindings, sweeping, traffic control, and water supply. - Jackhammering or other handwork in areas not accessible to our machines' cutting drum, plus a 3" path around iron and utilities. - Layout, surveying, inlet protection, asphalt wedges, saw-cutting, pre-job metal detection checking, bonding, any and all concrete grinding, or utility locates. - Repair for any damage caused by (and to) unmarked obstacles or utilities. 18,092.40T Estimated Asphalt Removal: CPR 063 Location D, and H = 13,060 SF. 13,060 SF x $0.60/SF = $7,836.00 14,176 SF 47,064.32 EXHIBIT A EXHIBIT A Change Proposal Request APR No:APR 078R2 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR 063 Apollo Inc.Date:7/9/25 CPR 063 Location B - Landscaping EXCLUDED (Removed from scope by Field Discussions on 7/3/25) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 0.0 HR 90.00$ -$ -$ Project Superintendent 0.0 HR 80.00$ -$ -$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Grade Checker 0.0 HR 56.46$ -$ -$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Excavator - CAT 303 + Operator 0.0 HR 61.39$ -$ -$ + Operating Costs 0.0 HRLY 25.26$ -$ -$ On-Highway Rear Dumps - Operator + Operator 0.0 HR 67.60$ -$ -$ + Operating Costs 0.0 HRLY 63.13$ -$ -$ LS -$ -$ LS -$ -$ -$ -$ Grass Seed 0 LS 74.97$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >-$ -$ -$ -$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%-$ -$ -$ -$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >-$ Insurance Premium .5% - Changed Work >-$ Bond Premium .75% - Changed Work >-$ TOTAL LUMP SUM COST >-$ SUPPLEMENTAL COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS SUBCONTRACTOR COSTS Page 3 of 7 EXHIBIT A Change Proposal Request APR No:APR 078R3 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR 063 Apollo Inc.Date:7/9/25 CPR 063 Location C - CSTC North of Polymer Building - EXCLUDED (Deleted Scope per Field Discussions 6/26/25) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 0.0 HR 90.00$ -$ -$ Project Superintendent 0.0 HR 80.00$ -$ -$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Grade Checker 0.0 HR 56.46$ -$ -$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Excavator - CAT 312C + Operator 0.0 HR 61.73$ -$ -$ + Operating Costs 0.0 HRLY 89.28$ -$ -$ Loader - CAT 936 + Operator 0.0 HR 61.73$ -$ -$ + Operating Costs 0.0 HRLY 44.42$ -$ -$ LS -$ -$ LS -$ -$ -$ -$ CSTC 0 TN 22.06$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >-$ -$ -$ -$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%-$ -$ -$ -$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >-$ Insurance Premium .5% - Changed Work >-$ Bond Premium .75% - Changed Work >-$ TOTAL LUMP SUM COST >-$ SUPPLEMENTAL COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS SUBCONTRACTOR COSTS Page 4 of 7 EXHIBIT A Change Proposal Request APR No:APR 078R3 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR 063 Apollo Inc.Date:7/9/25 CPR 063 Location I - Retaining Wall & Curb N of Bed 14 - EXCLUDED (Deleted from Scope per Field Discussions 7/8/25) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 0.0 HR 90.00$ -$ -$ Project Superintendent 0.0 HR 80.00$ -$ -$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Carpenters - F/R/P Retaining wall & Curb Carpenter (2 crew x 2 days)0.0 HR 78.69$ -$ -$ Laborers Grade Checker - (1 crew x 2 days)0.0 HR 56.46$ -$ -$ Pipefitter -$ -$ Pipefitter - Carpenter HR 100.28$ -$ -$ Pipefitter - Laborer HR 100.36$ -$ -$ Excavator - CAT 320 C L + Operator 0.0 HR 61.73$ -$ -$ + Operating Costs 0.0 HRLY 128.63$ -$ -$ Loader - CAT 936 + Operator 0.0 HR 61.73$ -$ -$ + Operating Costs 0.0 HRLY 44.42$ -$ -$ LS -$ -$ -$ -$ CSTC 0 TN 22.06$ -$ -$ Concrete 0 CY 198.00$ -$ -$ Misc. Items (Rebar & Formwork)0 EST 500.00$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >-$ -$ -$ -$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%-$ -$ -$ -$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >-$ Insurance Premium .5% - Changed Work >-$ Bond Premium .75% - Changed Work >-$ TOTAL LUMP SUM COST >-$ SUPPLEMENTAL COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS SUBCONTRACTOR COSTS Page 5 of 7 EXHIBIT A Change Proposal Request APR No:APR 078 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR 063 Apollo Inc.Date:6/9/25 CPR 063 Location M - Relocate Yard Hydrant N of SHB Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 1.0 HR 80.00$ 80.00$ 80.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Foreman - Chris Armour 8.0 HR 62.60$ 500.80$ 500.80$ Carpenters Carpenter - Ramiro Nunez 9.5 HR 78.69$ 747.56$ 747.56$ Laborers Foreman - Rick Grnya 11.0 HR 67.38$ 741.18$ 741.18$ Pipelayer - Scott Bradley 11.0 HR 54.00$ 594.00$ 594.00$ Excavator - CAT 303 + Operator (N/A Included in Labor Above)0.0 HR 61.39$ -$ -$ + Operating Costs 16.0 HRLY 25.26$ 404.16$ 404.16$ Loader - CAT 950H + Operator (N/A Included in Labor Above)HR 61.81$ -$ -$ + Operating Costs 8.0 HRLY 70.57$ 564.56$ 564.56$ Truck Driver Other - Non Union + Operator - Boone Prock 4.5 HR 63.01$ 283.55$ 283.55$ + Operating Costs 0.0 HRLY 60.74$ -$ -$ LS -$ -$ LS -$ -$ -$ -$ HD Fowler Invoice I6955818 1 LS 457.96$ 457.96$ 457.96$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >3,037.08$ 457.96$ 968.72$ 4,463.76$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%455.56$ 68.69$ 145.31$ 669.56$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >5,133.32$ Insurance Premium .5% - Changed Work >25.67$ Bond Premium .75% - Changed Work >38.50$ TOTAL LUMP SUM COST >5,197.49$ SUPPLEMENTAL COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS SUBCONTRACTOR COSTS Page 6 of 7 EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A Change Proposal Request APR No:APR 078R3 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR 063 Apollo Inc.Date:7/21/25 CPR 063 Location N - NE Corner of New Cake Apron Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 1.0 HR 80.00$ 80.00$ 80.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Operators - Key Personnel Operator Foreman - Chris Armour 8.0 HR 62.60$ 500.80$ 500.80$ Carpenters Carpenter - Ramiro Nunez 8.0 HR 78.69$ 629.52$ 629.52$ Laborers Foreman - Rick Grnya 4.0 HR 67.38$ 269.52$ 269.52$ Excavator - CAT 303 + Operator (N/A Included in Labor Above)0.0 HR 61.39$ -$ -$ + Operating Costs 4.0 HRLY 25.26$ 101.04$ 101.04$ Excavator - CAT 320 C L + Operator (N/A Included in Labor Above)0.0 HR 61.73$ -$ -$ + Operating Costs 4.0 HRLY 128.63$ 514.52$ 514.52$ Loader - CAT 950H + Operator (N/A Included in Labor Above)HR 61.81$ -$ -$ + Operating Costs 4.0 HRLY 70.57$ 282.28$ 282.28$ Truck Driver Other - Non Union + Operator - Boone Prock 4.0 HR 63.01$ 252.04$ 252.04$ + Operating Costs 0.0 HRLY 60.74$ -$ -$ LS -$ -$ LS -$ -$ -$ -$ Concrete (N/A material costs included in Location I and retaining wall & curb costs)0 LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >1,821.88$ -$ 897.84$ 2,719.72$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%273.28$ -$ 134.68$ 407.96$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >3,127.68$ Insurance Premium .5% - Changed Work >15.64$ Bond Premium .75% - Changed Work >23.46$ TOTAL LUMP SUM COST >3,166.77$ SUPPLEMENTAL COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS SUBCONTRACTOR COSTS Page 7 of 7 EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 063 – SURFACE RESTORATION Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 5/1/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: Additional areas of surface restoration are needed to the WWTP site to provide Operations Staff a surface the is in good conditions and better for maintenance. The attached sheet has areas of asphalt, curbing/retain ing, and landscaping. Site photos are also attached to show the areas. Much of this area is asphalt which has several areas in various stages of degradation and will also have a number of joints. As the City’s biosolids dump truck and front loader drive across the site, the asphalt will quickly degrade and become a larger prob lem for the WWTP. This CPR will improve the condition of the WWTP. Confirm the areas with Mike Soucie and Todd Marden. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A 1 CPR 063 Additional Asphalt Surface Restoration Figure. COLOR KEY: Red New Asphalt (beyond contract) Blue Contract Asphalt Green Landscaping (grading, remove grub, and seed) Grey Additional Road Base to Fence (A3, 5/8 rock) Purple Concrete Curb (4000 psi, 6” exposed, 5/8” rebar 3-horzontal) Yellow Remove existing Asphalt EXHIBIT A 2 MATERIAL PROFILE: Proflle (1) Detail C001; 8” - A1, 2” - A3, 3” - HMA Proflle (2) not included Proflle (3) Create 6” topsoil by removing roots and grub from existing soil. a. Broadcast grass seed approved by COP. Proflle (4) Gravel Pavement, ensure 4” of Type A3 CSTC top course above weed barrier. NOTES: Note 1 Retaining Wall Curb: See drawing at the end of document. Note 2 Flush Curb: Match existing (12” deep and fiush with slab to protect). Note 3 All asphalt to be shouldered where appropriate to protect edge. The fence line compacted shoulder of 12” wide will meet bottom of fence. Note 4 All asphalt should direct all runoff to the plant or dispersion manholes. Note 5 COORDINATE with Owner/Engineer/RPR regarding placement questions/issues. EXHIBIT A 3 LOCATION PROFILE DIMENSIONS SQ. FT. NOTES A - NW Parking (1) 3’, 8’, x 100’ 450 B - Landscaping (3) 6’, 6’, x 213’ 1,278 C – N of Polymer Bldg. (4) 6’, 6’, x 8’ 48 D - N of SHB, Drying Beds 3,4 Remove existing Asphalt (1) 30’, 27’, x 83’ 36’, 36’, x 94’ 31’, 36’, x 180’ 31’, 50’, x 38’ 2,365.5 3,384 6,030 1,539 All N/S dimensions from fence netting to beds This section of road, north of the beds, is fully removed and full width pavement is installed D – Yellow, remove existing asphalt. Demo 13’, 10’, x 422’ 4,853 Verify E- Road S of Drying Beds 3,4 (1) 6’ x 186’ 1,116 Add strip on S side of road F- S of sludge storage (1) 14’ x 60’ 840 G - N of Bed 10 (1) 14’ x 121’ 1,694 follow radius H - N of Bed 14 (1) 14’ x 160’ 2,240 W 40’ converge to main road I - 8” curb N Bed 14 Note 1 14’ x 20’ Approx 46 cf. Needs small retaining wall. See detail at end of this table. J - E of beds 14 - 17 (1) 16’ x 454’ 7,264 K – S of bed 17 (1) 17.5 x 156’ 2,730 L – S of bed 13 (1) 20’ x 150’ 3,000 Extend past perpendicular road. M – N of SHB Yard Hydrant Relocate hydrant directed by COP. Provide bollards on each side of hydrant. N – NE corner of new Cake Apron Note 2 Approx. 1’ x .67’ x 6’ 4.02 cf. Match existing x 12” deep Existing Asphalt Per Contract EXHIBIT A 4 EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 14, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 065 – Sec Scum Lobepro Rebuild Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 065 – Sec Scum Lobepro Rebuild. We have found your submitted cost proposal to be acceptable. A total cost of $8,468.56 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-080 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-065 Apollo Inc.Date:06/12/25 Sec Scum Lobepro Rebuild (CPR 065) Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 1,314.31$ -$ -$ 7,049.70$ -$ 8,364.01$ SUBTOTAL COST >8,364.01$ Insurance Premium .5% - Changed Work >41.82$ Bond Premium .75% - Changed Work >62.73$ TOTAL LUMP SUM COST >8,468.56$ Print Date: 6/12/2025 Page 1 of 2 P198 APR-080 Sec Scum Lobepro Rebuild.xlsx EXHIBIT A Change Proposal Request APR No:APR-080 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-065 Apollo Inc.Date:6/12/25 Sec Scum Lobepro Rebuild (CPR 065) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent 2.0 HR 80.00$ 160.00$ 160.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Pipefitter -$ -$ Pipefitter - Rick Grnya field Support for PumpTech 8.0 HR 100.36$ 802.88$ 802.88$ LS -$ -$ LS -$ -$ -$ -$ LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >1,142.88$ -$ -$ 1,142.88$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%171.43$ -$ -$ 171.43$ PumpTech 1 6,714.00$ 6,714.00$ -$ -$ Subtotal Subcontractors Costs >6,714.00$ 6,714.00$ Markup on Subcontractor Costs >5.0%335.70$ 335.70$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >8,364.01$ Insurance Premium .5% - Changed Work >41.82$ Bond Premium .75% - Changed Work >62.73$ TOTAL LUMP SUM COST >8,468.56$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A Phone: Fax: 425-644-8501 425-562-9213 Quote Number: 1102002 QUOTE Page:1 of 5 PumpTech 209 S. Hamilton Road Moses Lake WA 98837 Quote To: Apollo Inc PO Box 7305 Kennewick WA 99336 USA Phone: 509-582-6590 Fax: 509-586-1104 Quote Name Apollo - pasco lobepro parts Sales Person:Nathan Stark Email:nstark@pumptechnw.com Inside Sales: Gregory Cardin Email:gcardin@pumptechnw.com Est. Lead Time:2 -3 weeks Best WayShip Via:: FOB: FOB Origin Full Freight Allow USD Line Part Description Expected Qty Unit Price Ext. Price 1 90000006 LobeM50.HN.F.S.Kit Replacement Kit for M50 HNBR Lobes - includes left and right lobes, Spring Washer, Strain bolts with Geomet Coating and FKM O-rings 1.00 2,100.00 2,100.00EA 2 90000006 PDiscM.SS Pressure Disc for M Series pump Stainless steel (New Style) Lobepro 2.00 239.00 478.00EA 3 90000006 WearSM.AR500.F.Kit Replacement Kit for SM pump Wear Plates - includes shaft hole and no hole (cover) wear plate, replacement stainless steel 10x20 bolts and replacement FKM cover O- ring. Lobepro 1.00 632.00 632.00EA EXHIBIT A Phone: Fax: 425-644-8501 425-562-9213 Quote Number: 1102002 QUOTE Page:2 of 5 PumpTech 209 S. Hamilton Road Moses Lake WA 98837 4 90000006 LARSM.D.EN.F LARS Seal M Frame, Duronit Face Seal, Electroless Nickel Holders, FKM Elastomers Lobepro 1.00 1,184.00 1,184.00EA 5 90000242 Replace parts in LobePro SM50-100366 with parts ordered. 1.00 2,320.00 2,320.00EA NOTICE: ONGOING GLOBAL AND DOMESTIC SUPPLY INSTABILITIES Due to the global supply chain disruptions, and material shortages, PumpTech, LLC is unable to guarantee any current or previously quoted lead times. We always work vigorously to fulfill all orders as quickly as possible. Due to the continuous and ongoing global freight and material price increases, we are strictly following our Quotation Validity Time of 30 days from the date of the quote. We are doing our best to contain both costs and shipment dates. Estimated lead times are subject to prior sale, availability and current shop loads. Lead times will be determined, per order, at the time of receipt of order acknowledgment from our suppliers. Once we have received acknowledgment, we will alert you to the current lead time. Where applicable, lead times will not begin until: internal engineering review and approval, 100% signed off approved submittals, and signed off drawings and/or contract approval. Freight is not included in this quote, unless specifically stated. PumpTech, LLC will not accept any penalties or LD’s for any delays caused by The above order is subject to Pumptech, LLC's standard terms and conditions and credit approval which are attached and made part of this agreement. We appreciate your interest in our products and services and if you have any questions on our offerings please do not hesitate to call. By signature below, I accept this offering: Signed ________________________________ Signed by _____________________________ Title ________________________ Date ________________ Lines Total 6,714.00 Line Miscellaneous Charges 0.00 Quote Total (Cash)6,714.00 Total Taxes 0.00 Quote Miscellaneous Charges 0.00 Quote Total (Card)6,932.21 Taxes are estimated upon the current known shipping address Total Taxes %0 % Due to potential tariff impacts and pricing volatility, all prices are subject to change without notice. EXHIBIT A Phone: Fax: 425-644-8501 425-562-9213 Quote Number: 1102002 QUOTE Page:3 of 5 PumpTech 209 S. Hamilton Road Moses Lake WA 98837 COVID-19, material shortages, supply chain issues, or transportation delays. FORMATION OF CONTRACT: These standard terms and conditions of sale (“Terms and Conditions”) together with the sales covenants, the general specifications, the technical specifications, and any addendum thereto, including any acknowledgement by PUMPTECH, LLC, comprise the “Proposal” or “Sales Quotation” (collectively the “Quotation”), which upon acceptance by Purchaser become the “Agreement.” Subject to prior credit approval by PUMPTECH, LLC (see “Credit Approval and Payment Terms” section below), Purchaser may accept the Quotation through: (i) delivering a purchase order that incorporates the Quotation by reference and payment of the initial deposit; (ii) other written indication by Purchaser of its acceptance of the Quotation along with payment of the initial deposit; (iii) delivering a purchase order or other written indication by Purchaser of its acceptance of the Quotation and agreement by both parties on a standard progress payment plan that does not require an initial deposit (see “Credit Approval and Payment Terms” section below); or (iv) receipt by Purchaser of PUMPTECH, LLC’s acknowledgement without notice of rejection. The effective date of the Agreement shall be the date that PUMPTECH, LLC communicates to Purchaser via PUMPTECH, LLC’s acknowledgement, in writing. PUMPTECH, LLC’s obligations under the Quotation or the Agreement shall not commence until the effective date. The scope of work for the Agreement is limited to the equipment, machinery, goods, engineering services (if applicable) and/or related commissioning services (if applicable) specifically set forth in the Agreement (“Equipment”). The scope of work does not include installation or any on-site services unless specifically identified as being included in the price in the Agreement. Any terms and conditions contained in any purchase order, plans and specifications, correspondence, or accompanying payment for delivery of the Equipment, which are different from or in addition to the Terms and Conditions herein, shall not be binding on PUMPTECH, LLC, whether or not they would materially alter the Agreement, and PUMPTECH, LLC hereby objects to and rejects the same unless such terms and conditions are delivered to PUMPTECH, LLC prior to Quotation and referenced in the Quotation. CREDIT APPROVAL AND PAYMENT TERMS: Credit approval is required by PUMPTECH, LLC prior to release of order to manufacturer; however, submittal may begin at the time of receipt of purchase order. PUMPTECH, LLC’s payment terms are net thirty (30) days from invoice date. In some circumstances PUMPTECH, LLC may require progress payments. Progress payments are due and payable upon receipt of invoice. PUMPTECH, LLC’s “Standard Progress Payment Plan” is defined as a payment plan that includes the following terms in the purchase order or the Agreement: 1st: fifteen percent (15%) upon receipt of approved drawings; 2nd: thirty percent (30%) upon order of major components; 3rd: twenty percent (20%) upon receipt of major components at PUMPTECH, LLC’s facility; 4th: thirty percent (30%) upon shipment; and 5th: five percent (5%) on start-up. If not included within the Quotation, all applicable federal, state and local taxes will be added to each invoice. Time is of the essence with respect to all payments. Payments that are outstanding more than ten (10) days from their respective due date shall bear an interest rate of one and one-half percent (1.5%) per month (eighteen percent (18%) annually) until fully paid, including any interest accruing thereon. If PUMPTECH, LLC chooses to turn any past-due balances over to a collection agency, Purchaser agrees to pay costs of the collection to the extent that is allowed by law for commercial accounts. CHANGE ORDERS: Changes to the design, specifications, scope of supply, delivery schedule, Equipment demonstration site or date, shipping instructions of the Equipment, or any material term of the Agreement, may only be made upon execution by Purchaser and PUMPTECH, LLC in writing (“Change Order”). Such Change Order shall state the parties’ agreement on (i) change in the specifications, designs, scope of work, delivery schedule or shipping instructions for the Equipment, (ii) an adjustment to the purchase price, and (iii) an adjustment in the date of shipment of the Equipment and/or the period of performance. Both parties agree and acknowledge that unless a Change Order is agreed upon in writing by both parties, the Agreement shall not be modified in any manner. In addition, PUMPTECH, LLC has the right to suspend performance of its obligations hereunder without liability during the period while the change is being evaluated and negotiated. In the event Purchaser has communicated proposed changes to PUMPTECH, LLC, PUMPTECH, LLC, at its sole discretion, shall either: (a) accept the Change Order; (b) reject the Change Order and continue performance under the existing Agreement; or (c) cancel the Agreement. In the event that PUMPTECH, LLC elects (b) above, Purchaser shall either (i) agree to continued performance by PUMPTECH, LLC pursuant to the Agreement or (ii) cancel the Agreement. In the event of (b)(ii), Purchaser shall pay PUMPTECH, LLC for all amounts then due and owing under the Agreement plus all incurred costs not yet billed (e.g., labor and materials) plus fifteen percent (15%) for profit on all incurred costs not yet billed. EXHIBIT A Phone: Fax: 425-644-8501 425-562-9213 Quote Number: 1102002 QUOTE Page:4 of 5 PumpTech 209 S. Hamilton Road Moses Lake WA 98837 SHIPMENT: Estimated shipment from manufacturer can proceed as quoted after receipt of approved submittals and purchase order. Although PUMPTECH, LLC shall use commercially reasonable efforts to have the Equipment delivered within the time estimated, any quoted shipment time is based on information from suppliers and is not intended to be an exact date or a guarantee. Any late delivery charges due to shipment beyond the estimated schedule will not be accepted. WARRANTY: The only warranty/guarantee implied or applied to this Agreement are those as put forth by the original manufacturer. New equipment manufactured by PUMPTECH, LLC are warranted to be free from defects in material and workmanship for a period of one (1) year from the date of shipment (ninety (90) days for repaired equipment) provided that the Purchaser has timely made all payments due under the Agreement and the product is properly installed, serviced, and operated under normal conditions. If within one (1) year of installation PUMPTECH, LLC receives written notice from Purchaser of defective material or workmanship with respect to Equipment, PUMPTECH, LLC’s sole obligation shall be, at PUMPTECH INC.’s option, either to (i) repair the Equipment, (ii) replace the Equipment, or (iii) refund the amount paid by Purchaser. PUMPTECH, LLC shall have no other obligation or liability whatsoever with respect to any defective material(s) or service. Materials to be replaced or items for which services are to be re-performed shall be shipped by Purchaser to, PUMPTECH, LLC’s shop in Bellevue, Washington or to such location as PUMPTECH, LLC may designate. Purchaser is responsible for prepayment of freight and insurance of such shipment. Purchaser shall provide returned items to PUMPTECH, LLC in such a state that PUMPTECH, LLC may inspect the item immediately upon PUMPTECH, LLC’s receipt thereof. If found to be defective, PUMPTECH, LLC will prepay all freight and insurance costs of the return shipment of the repaired or replaced item. Any repaired or replaced items shall be warranted only for the remaining period of the original warranty. Expedited repairs are subject to expediting fees. Products inspected and proven to be non-defective are subject to service charges and will be returned to Purchaser at Purchaser’s expense. THIS AGREEMENT DOES NOT GRANT ANY OTHER WARRANTY OR GUARANTEE OR MAKE ANY REPRESENTATIONS, EITHER EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE, WHETHER ARISING BY LAW, CUSTOM, CONDUCT OR USAGE OF TRADE. THE RIGHTS AND REMEDIES PROVIDED HEREIN ARE EXCLUSIVE AND IN LIEU OF ANY OTHER RIGHTS OR REMEDIES. THIS WARRANTY SHALL NOT BE VALID IF THE ITEMS THAT ARE THE SUBJECT MATTER OF THIS AGREEMENT HAVE BEEN SUBJECTED TO ABUSE, MISUSE, ACCIDENT, ALTERATION, MODIFICATION, NEGLECT, UNAUTHORIZED REPAIR, OR EXPOSURE TO CONDITIONS BEYOND THE APPLICABLE ENVIRONMENT. THIS WARRANTY SHALL ALSO BE VOID IF THE ITEMS ARE ASSIGNED, SOLD OR TRANSFERRED TO AN ENTITY OTHER THAN PURCHASER. LIMITATION OF LIABILITY: PUMPTECH, LLC’s liability on any claim of any kind (excluding bodily injury or death) whether based on contract, warranty, tort (including negligence), strict liability or otherwise, for any loss or damage arising out of, connected with, or resulting from this Agreement, or from the performance or breach thereof, or from all services and Equipment covered by or furnished under this Agreement, shall in no case exceed the price of the specific service or Equipment which gives rise to the claim. PURCHASER UNDERSTANDS AND ACKNOWLEDGES THAT IN NO EVENT WILL PUMPTECH, LLC BE LIABLE FOR SPECIAL, DIRECT, INDIRECT, INCIDENTAL, PUNITIVE, EXEMPLARY OR CONSEQUENTIAL DAMAGES, HOWEVER CAUSED, INCLUDING, BUT NOT LIMITED TO, THOSE FOR LABOR, EXPENSES, LOSS OF PROFITS OR REVENUE, LOST OPPORTUNITIES, OR SIMILAR DAMAGES OF ANY KIND. INDEMNIFICATION: Purchaser agrees to defend, indemnify and hold harmless PUMPTECH, LLC and its respective affiliates, officers, directors, employees, shareholders and agents from and against all losses, costs, expenses, damages, suits or liability of any nature incurred in whole or in part as a result of the conduct, negligence, or willful misconduct of Purchaser, its agents, servants, employees or customers or caused by Purchaser’s property or property under the responsibility of Purchaser. DISPUTE RESOLUTION: All claims, disputes or controversies (whether in contract or tort, pursuant to statute or regulation, or otherwise, and whether pre-existing, present or future) arising out of or relating to PUMPTECH, LLC’s services and/or these Terms and Conditions (collectively “Claims”) will be resolved, first, by a formal mediation conducted by an experienced mediator mutually agreed upon by PUMPTECH, LLC and Purchaser, and, if mediation should fail to EXHIBIT A Phone: Fax: 425-644-8501 425-562-9213 Quote Number: 1102002 QUOTE Page:5 of 5 PumpTech 209 S. Hamilton Road Moses Lake WA 98837 resolve the Claims, secondly, by reference to and determination by binding arbitration governed by the Federal Arbitration Act and administered by the American Arbitration Association under its rules for resolution of disputes, or under other mutually agreed procedures. The parties agree that any arbitration proceeding shall be presided over by a neutral arbitrator selected by the parties who shall have at least twenty (20) years of experience practicing law related to sales contract disputes. Any such proceedings under mediation or arbitration shall be conducted in Seattle, Washington. This provision shall survive the termination of the Agreement governed by these Terms and Conditions. CHOICE OF LAW: This Agreement shall be construed in accordance with the laws of the State of Washington. ATTORNEY FEES: In any litigation, arbitration, or other proceeding by which one party either seeks to enforce its rights under this Agreement (whether in contract, tort, or both) or seeks a declaration of any rights or obligations under this Agreement, the prevailing party shall be awarded its reasonable attorney fees, and costs and expenses incurred. FINAL AGREEMENT: This Agreement merges all prior discussions, whether written or oral, and is the entire understanding and agreement of the parties; neither party shall be bound by additional or other representations, conditions, or promises except as subsequently set forth in writing and signed by the party to be bound. EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 065 – SEC SCUM LOBEPRO REBUILD Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 4/30/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: During startup of the new WAS pumps, the Secondary Scum Pump P-706 (LobePro SM50) ran dry overnight and overheated causing premature wear to the lobes. The WWTP would like the pump to be rebuilt. Coordinate work with Todd Marden to determine extent of work and components of rebuild. Rebuild to be completed by Pump Vendor (PumpTech). Addition of external thermal sensor to prevent motor/pump overheating in the future. Connect to I/O and program and if City staff will perform the rebuild with contractor provided parts. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 June 12, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 070 – UV Skim Coat Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 070 – UV Skim Coat. We have found your submitted cost proposal to be acceptable. A total cost of $24,729.50 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brittany Whitfield – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Mark Cummings – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-091 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-070 Apollo Inc.Date:06/04/25 UV Skim Coat pre CPR-070 (Excluding UV Channel 1) Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 575.00$ -$ 6,734.19$ 17,115.00$ -$ 24,424.19$ SUBTOTAL COST >24,424.19$ Insurance Premium .5% - Changed Work >122.12$ Bond Premium .75% - Changed Work >183.18$ TOTAL LUMP SUM COST >24,729.50$ *Excludes any and all UV Channel Skim Coat Related to UV Channel 1 Print Date: 6/4/2025 Page 1 of 2 P198 APR-091 UV Skimcoat.xlsx EXHIBIT A Change Proposal Request APR No:APR-091 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-070 Apollo Inc.Date:6/4/25 UV Skim Coat pre CPR-070 (Excluding UV Channel 1) Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 2.0 HR 90.00$ 180.00$ 180.00$ Project Superintendent 4.0 HR 80.00$ 320.00$ 320.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Temporary UV Treatment System 3.0 DAY 866.66$ 2,599.98$ 2,599.98$ Temporary Bypass Pumps System 3.0 DAY 1,085.28$ 3,255.84$ 3,255.84$ -$ -$ LS -$ -$ -$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >500.00$ -$ 5,855.82$ 6,355.82$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%75.00$ -$ 878.37$ 953.37$ Columbia Industrial Coating *Channel 2 Only - Approximately 308 SF to coat 5'-6" worn surface on each wall of one UV channel. Excludes floor coating 1 16,300.00$ 16,300.00$ -$ -$ -$ -$ Subtotal Subcontractors Costs >16,300.00$ 16,300.00$ Markup on Subcontractor Costs >5.0%815.00$ 815.00$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >24,424.19$ Insurance Premium .5% - Changed Work >122.12$ Bond Premium .75% - Changed Work >183.18$ TOTAL LUMP SUM COST >24,729.50$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A CO #DATE 23-79-006 06/03/2025 Columbia Industrial Coatings, Phone: (509) 579-0444 2670 1st street, Richland, WA 99354, License # Columic841B1, Business # 81-0997241 Page 1 Subject: Potential UV Channel Coating Adder CUSTOMER Apollo Inc. PROJECT 23-79 Pasco WWTP Improvements Phase 2A - Finishes PROJECT #: 23-79 DESCRIPTION Apply a Protective Surface Over Existing Concrete - Mask and build containment with ventilation to exterior for dust control during sandblasting - Sandblast to CSP-5 - Apply one coat of Sika Armatec 110 at 20-30 mils - Apply one coat of Sika 123 Plus at 1/8" Thick Item Name Qty Price/Unit Total Sandblast Equipment with Sand 1 $1,489.00/week $1,489.00 Ventilation 1 $710.00/week $710.00 Application Equipment 1 $1,430.00/week $1,430.00 Armatec 110 Epocem 4 $715.00/kit $2,860.00 Sika Top 123 Plus 10 $100.10/bag $1,001.00 Work Truck and Trailer 1 $858.00/week $858.00 Labor Hours 80 $99.40/hour $7,952.00 Subtotal $16,300.00 Tax: 2023 Q1 Pasco (8.9%)$0.00 Total $16,300.00 EXHIBIT A CO #DATE 23-79-006 06/03/2025 Columbia Industrial Coatings, Phone: (509) 579-0444 2670 1st street, Richland, WA 99354, License # Columic841B1, Business # 81-0997241 Page 2 REVISED BALANCE SUMMARY Original Contract Amount $165,484.00 Net Change by Previous Change Orders $38,778.00 Contract Amount Prior to this Change $204,262.00 Amount of this Change Order $16,300.00 Revised Contract Amount, Including this Change Order $220,562.00 APPROVAL This CO has been accepted on __________________ by _____________________ Signature:_________________________________________________________ EXHIBIT A Co n s t r u c t i o n Sika Corporation Sika Armatec 110 Application Instructions EXHIBIT A Co n s t r u c t i o n Sika Corporation Sika Armatec 110 EpoCem Bonding Agent and Reinforcement Protection Sika Armatec 110 EpoCem is a 3-component, solvent-free, epoxy- modified, cementitious product specifically formulated as a bonding agent and an anti-corrosion coating EXHIBIT A Co n s t r u c t i o n Sika Corporation Sika Armatec 110 EpoCem S Where to use: S As a anti-corrosion coating for reinforcing steel in concrete restoration S As Added protection to reinforcing steel in areas of thin concrete cover S As a bonding agent for repairs to concrete and steel S As a bonding agent for placing fresh, plastic concrete to existing hardened concrete EXHIBIT A Co n s t r u c t i o n Sika Corporation Sika Armatec 110 EpoCem S Coverage: Bonding Agent: minimum on smooth, even substrate 80 sq.ft./ gal (@20 mils) Reinforcement Protection: 40 sq.ft./gal (@20 mils – 2 coat application) EXHIBIT A Co n s t r u c t i o n Sika Corporation Sika Armatec 110 EpoCem S Packaging: 3.5 Gal Unit: “A” Comp: 47.6 fl. Oz. “B” Comp: 122.1 fl. Oz. “C” Comp: multi-wall bag 1.65 Gal Unit: “A” Comp: 22.7 fl. Oz. “B” Comp: 57.6 fl. Oz. “C” Comp: 4 Bags @ 5.5 lbs ea. EXHIBIT A Co n s t r u c t i o n Sika Corporation Surface Preparation Cementitious Substrates: Should be cleaned and prepared in accordance with the requirements specified by the overlay or repair material by blast cleaning or equivalent mechanical means. Substrate must be saturated surface dry (SSD) with no standing water. EXHIBIT A Co n s t r u c t i o n Sika Corporation Surface Preparation S Steel: Remove corrosion and contaminants from exposed steel. Surface should be cleaned and prepared thoroughly by blast cleaning. Exposed steel should be cleaned to white steel. Determine section loss, splice where more than 15-25% loss as directed the Engineer. If half of the diameter is exposed, chip behind bar, ½” minimum for mortar only. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaArmatec 110 EpoCem 1.65 Gal Unit Comes packaged with 4 bags @ 5.5 lbs. excellent for smaller batches. EXHIBIT A Co n s t r u c t i o n Sika Corporation Armatec 110 EpoCem- Tools 1.65 Gal Unit Comes packaged with 4 bags @ 5.5 lbs. excellent for smaller batches. EXHIBIT A Co n s t r u c t i o n Sika Corporation Steel Preparation Steel should be cleaned and prepared by blast cleaning EXHIBIT A Co n s t r u c t i o n Sika Corporation Armatec 110 1.65 Gal Unit A & B Comp. proportions are clearly marked on the side of the plastic jugs for easy mixing. EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing Shake contents of A & B Components. For 3.5 Gal Unit: Pour entire amount of both A & B Component into a clean dry pail. For 1.65 Gal Unit: Proportion according to markings on side of jugs EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing Mix liquid thoroughly for 30 seconds with a Sika paddle (jiffy mixer) on a low speed drill 400-600 rpm drill. EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing Slowly add entire “C” Component while continuing to mix for 3 minutes until blend is uniform and free of lumps. EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing While mixing for 3 minutes stop to scrape down the sides to insure all material is fully mixed EXHIBIT A Co n s t r u c t i o n Sika Corporation Corrosion Protection Only: Apply at 80 sq.ft./gal (20 mils). Take special care to properly coat the underside of the totally exposed steel. Allow Coating to dry 2-3 hours @ 73 degrees F. EXHIBIT A Co n s t r u c t i o n Sika Corporation Corrosion Protection Only: Apply second coat at same coverage after waiting 2-3 hour for first coat to dry. EXHIBIT A Co n s t r u c t i o n Sika Corporation Bonding Agent & Rebar Protection First Coat: Apply at 80 sq.ft./gal (20 mils). Take special care to properly coat the underside of the totally exposed steel. Allow Coating to dry 2-3 hours @ 73 degrees F. EXHIBIT A Co n s t r u c t i o n Sika Corporation Bonding Agent & Rebar Protection Second Coat: Apply at 80 sq.ft./gal (20 mils) on both steel and concrete substrate. Proceed to applying repair mortar “wet-on-wet”. If Armatec 110 is dry apply again prior to placing repair mortar. EXHIBIT A Co n s t r u c t i o n Sika Corporation Sika Armatec 110 EpoCem Sika Technical Data Sheets can be obtained via www.sikaconstruction.com Refer to data sheets for specific information on each Sika product. EXHIBIT A Product Data Sheet Sika® Armatec®-110 EpoCem March 2020, Version 01.02 020302020050000003 PRODUCT DATA SHEET Sika® Armatec®-110 EpoCem BONDING PRIMER AND REINFORCEMENT CORROSION PROTECTION PRODUCT DESCRIPTION Sika® Armatec®-110 EpoCem is a cementitious epoxy resin compensated 3-component, solvent-free, coating material with corrosion inhibitor, used as bonding primer and reinforcement corrosion protection. USES Suitable in concrete repair as corrosion protection for reinforcement ▪ Suitable as a bonding primer on mortar, steel, and on placing fresh, plastic concrete to existing hardened concrete ▪ Protection to reinforcing steel in areas of thin concrete cover ▪ CHARACTERISTICS / ADVANTAGES Contains EpoCem® technology - improved bonding agent ▪ Extended open times for repair mortars▪ Excellent adhesion to concrete and steel▪ Contains corrosion inhibitor▪ Good resistance to water and chloride penetration▪ High shear strength▪ Long pot life▪ Can be brushed on or applied using spray gun▪ Can be used exterior on-grade▪ Excellent bonding bridge for cement or epoxy based repair mortars ▪ High strength, unaffected by moisture when cured▪ Non-flammable, solvent free▪ PRODUCT INFORMATION Chemical Base Portland cement, epoxy resin, selected aggregates and additives. Packaging Unit A B C ABC 3.5 gal (13.2 L) 47.6 oz (1.4 L) 122.1 oz (3.6 L) 46.82 lb (21.3 kg) A + B in carton, C in bag 1.65 gal (6.2 L) 22.7 oz (0.67 L) 57.6 oz (1.7 L) 5.5 lb (2.5 kg) (4 bags) Factory- proportioned units in a pail Appearance / Color Component A White liquid Component B Colorless liquid Component C Gray powder Shelf Life 12 months from date of production if stored properly in original, unopened and undamaged sealed packaging Store dry at 40–95 °F (4–35 °C)Storage Conditions 1 / 4 EXHIBIT A Protect Component A and B from freezing. If frozen, discard. Protect Component C from moisture. If damp, discard. TECHNICAL INFORMATION Compressive Strength 3 days 4,500 psi (31.0 MPa) 7 days 6,500 psi (44.8 MPa) 28 days 8,500 psi (58.6 MPa) (ASTM C-109) 73 °F (23 °C) 50 % R.H. Flexural Strength 28 days 1,250 psi (8.6 MPa)(ASTM C-348) 73 °F (23 °C) 50 % R.H. Splitting Tensile Strength 28 days 600 psi (4.1 MPa)(ASTM C-496) 73 °F (23 °C) 50 % R.H. Tensile Adhesion Strength Bond of steel reinforcement on concrete Sika® Armatec® 110 EpoCem coated 625 psi (4.3 MPa) Epoxy coated 508 psi (3.5 MPa) Plain reinforcement 573 psi (4.0 MPa) (ASTM C-1583) 73 °F (23 °C) 50 % R.H. Slant Shear Strength Bonding agent properties (14 d. moist cure, plastic to hardened concrete) Wet on wet 2,800 psi (19.3 MPa) 24 hr. open time 2,600 psi (17.9 MPa) (ASTM C-882) 73 °F (23 °C) 50 % R.H. Permeability to Water Vapor Control 7.32 x 10-10 ft/sec 145 psi (10 bar)8.92 x 10-15 ft/sec Diffusion Resistance to Water Vapor μ H2O ~100 Permeability to CO2 μ CO2 ~14,000 Corrosion Test Time-to-Corrosion Study Sika® Armatec®-110 EpoCem more than tripled the time to corrosion▪ Reduced corrosion rate by over 40 %▪ APPLICATION INFORMATION Fresh Mortar Density A+B+C ~125 lb/ft3 (~2.0 kg/l) Coverage Bonding agent 80 ft2/gal (7.4 m2/l) Corrosion Protection 40 ft2/gal (3.7 m2/l) (Coverage figures do not include allowance for surface profile and porosity or material waste) Layer Thickness Min. thickness of 1 coat Coat Bonding agent 20 mils 1 Corrosion Protection 20 mils 2 Product Temperature 65°-75°F (18°-24°C) Ambient Air Temperature 40–95 °F (5–35 °C) Substrate Temperature 40–95 °F (5–35 °C) Pot Life ~ 90 minutes Sika repair mortars and non-fast setting concrete can be applied on Sika® Armatec®-110 EpoCem within a maximum time of: Waiting / Recoat Times Product Data Sheet Sika® Armatec®-110 EpoCem March 2020, Version 01.02 020302020050000003 2 / 4 EXHIBIT A Temperature Maximum Waiting Time 80°- 95 °F (26°- 35 °C)6 hours 65°-79 °F (18°- 26 °C)12 hours 50°- 64° F (10°- 17° C)16 hours 40°- 49° F (4°- 9° C)wet-on-wet APPLICATION INSTRUCTIONS SURFACE PREPARATION Concrete Free from dust, loose material, surface contamination and materials which reduce bond or prevent suction or wetting by repair materials. ▪ Delaminated, weak, damaged and deteriorated concrete and where necessary sound concrete shall be removed by suitable means. ▪ Substrate must be Saturated Surface Dry (SSD) with no standing water. ▪ Steel reinforcement Rust, scale, mortar, concrete, dust and other loose and deleterious material which reduces bond or contributes to corrosion shall be removed by blast cleaning or other means of mechanical abrasion and reinforcement. ▪ Should be fully exposed and have all corrosion removed. ▪ MIXING Sika® Armatec®-110 EpoCem can be mixed with a low- speed (< 250 rpm) electric drill mixer. ▪ Shake components A and B thoroughly before opening.▪ Pour liquid components A and B into a suitable mixing vessel and mix for 30 seconds. ▪ While still mixing components A and B slowly add powder component C. ▪ Mix the three components together for a minimum 3 minutes until blend is uniform and free of lumps, minimizing addition of air. ▪ Mix only the quantity that you can be applied within the pot life. ▪ DO NOT ADD WATER.▪ APPLICATION As reinforcement corrosion protection Apply by stiff-bristle brush or spray at 80 ft2 /gal.▪ Take special care to properly coat the underside of the totally exposed steel. ▪ Allow coating to dry 2-3 hours at 73 °F, then apply a second coat at the same coverage. ▪ Allow to dry again before the repair mortar or concrete is applied. ▪ Pour or place repair within 7 days▪ As a bonding primer Apply using a stiff-bristle brush or broom. To achieve good bond, Sika® Armatec®-110 EpoCem must be applied well into the substrate, filling all pores and ensure complete coverage of all surface irregularities (minimum layer thickness 1/64ʺ (0.5 mm). ▪ Spray apply with Goldblatt Pattern Pistol or equal equipment. ▪ Apply the freshly mixed patching mortar or concrete wet on wet, or up to the maximum recommended open time, onto the bonding slurry. ▪ CURING TREATMENT Sika® Armatec®-110 EpoCem must be protected against contamination and rain until application of the repair mortar. CLEANING OF TOOLS Clean all tools and application equipment with water immediately after use. Hardened material can only be mechanically removed. LIMITATIONS Avoid application in direct sun and/or strong wind and/or rain. ▪ Do not add water.▪ Not a vapor barrier.▪ Apply only to sound, prepared substrates.▪ Not recommended for use with expansive grouts and SikaQuicks ▪ Use of semi-dry mortars onto Sika® Armatec®-110 EpoCem must be applied “wet on wet” ▪ When used in overhead applications with hand placed patching mortars, use “wet on wet” for maximum mortar built thickness. ▪ Substrate profile as specified by the overlay or repair material is still required. ▪ As with all cement based materials, avoid contact with aluminum to prevent adverse chemical reaction and possible product failure. Insulate potential areas of contact by coating aluminum bars, rails, posts etc. with an appropriate epoxy such as Sikadur® Hi-Mod 32. ▪ Product Data Sheet Sika® Armatec®-110 EpoCem March 2020, Version 01.02 020302020050000003 3 / 4 EXHIBIT A BASIS OF PRODUCT DATA Results may differ based upon statistical variations depending upon mixing methods and equipment, temperature, application methods, test methods, actual site conditions and curing conditions. OTHER RESTRICTIONS See Legal Disclaimer. ENVIRONMENTAL, HEALTH AND SAFETY For further information and advice regarding transportation, handling, storage and disposal of chemical products, user should refer to the actual Safety Data Sheets containing physical, environmental, toxicological and other safety related data. User must read the current actual Safety Data Sheets before using any products. In case of an emergency, call CHEMTREC at 1-800-424-9300, International 703-527-3887. DIRECTIVE 2004/42/CE - LIMITATION OF EMISSIONS OF VOC A+B+C combined 50 g/l LEGAL DISCLAIMER • KEEP CONTAINER TIGHTLY CLOSED • KEEP OUT OF REACH OF CHILDREN • NOT FOR INTERNAL CONSUMPTION • FOR INDUSTRIAL USE ONLY • FOR PROFESSIONAL USE ONLY Prior to each use of any product of Sika Corporation, its subsidiaries or affiliates (“SIKA”), the user must always read and follow the warnings and instructions on the product’s most current product label, Product Data Sheet and Safety Data Sheet which are available at usa.sika.com or by calling SIKA’s Technical Service Department at 1-800-933-7452. Nothing contained in any SIKA literature or materials relieves the user of the obligation to read and follow the warnings and instructions for each SIKA product as set forth in the current product label, Product Data Sheet and Safety Data Sheet prior to use of the SIKA product. SIKA warrants this product for one year from date of installation to be free from manufacturing defects and to meet the technical properties on the current Product Data Sheet if used as directed within the product’s shelf life. User determines suitability of product for intended use and assumes all risks. User’s and/or buyer’s sole remedy shall be limited to the purchase price or replacement of this product exclusive of any labor costs. NO OTHER WARRANTIES EXPRESS OR IMPLIED SHALL APPLY INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. SIKA SHALL NOT BE LIABLE UNDER ANY LEGAL THEORY FOR SPECIAL OR CONSEQUENTIAL DAMAGES. SIKA SHALL NOT BE RESPONSIBLE FOR THE USE OF THIS PRODUCT IN A MANNER TO INFRINGE ON ANY PATENT OR ANY OTHER INTELLECTUAL PROPERTY RIGHTS HELD BY OTHERS. Sale of SIKA products are subject to the Terms and Conditions of Sale which are available at https://usa.sika.com/en/group/SikaCorp/termsandconditions.html or by calling 1-800-933-7452. Sika Corporation 201 Polito Avenue Lyndhurst, NJ 07071 Phone: +1-800-933-7452 Fax: +1-201-933-6225 usa.sika.com Sika Mexicana S.A. de C.V. Carretera Libre Celaya Km. 8.5 Fracc. Industrial Balvanera Corregidora, Queretaro C.P. 76920 Phone: 52 442 2385800 Fax: 52 442 2250537 SikaArmatec-110EpoCem-en-US-(03-2020)-1-2.pdf Product Data Sheet Sika® Armatec®-110 EpoCem March 2020, Version 01.02 020302020050000003 4 / 4 EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 123 Plus Application Instructions EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 223 Plus Two-component, polymer-modified, portland cement based. Fast-setting, non-sag mortar. High performance repair mortar for vertical and overhead surfaces. Offers the additional benefit of FerroGard 901- A penetrating corrosion inhibitor. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 123 Plus Where to use: •On grade, above, and below grade on concrete and mortar. •On vertical and overhead surfaces. •As a structural repair material for: –Parking structures –Industrial plants –Water/waste water treatment facilities –Roads, walkways, bridges, tunnels, dams, ramps, etc. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 123 Plus Packaging: •“A” Comp: 1 gal Jug of Dispersion. •“B” Comp: 44 lb Multi-wall bag. Coverage: •.39 cu. ft / unit. •674 cu. inches per unit. EXHIBIT A Co n s t r u c t i o n Sika Corporation Surface Preparation Cementitious Substrates: •Should be clean and sound. •Remove contaminations and bond inhibiting materials from repaired area. •Obtain exposed/fractured aggregate surface ~1/16 to 1/8 inch profile (ICRI CSP 5 & above). •Substrate must be saturated surface dry (SSD) with no standing water. EXHIBIT A Co n s t r u c t i o n Sika Corporation Surface Preparation Cementitious Substrates: •Surface should be cleaned and roughened to create a profile. EXHIBIT A Co n s t r u c t i o n Sika Corporation Surface Preparation Saw cut around perimeter of repair area to achieve a minimum 3/8” shoulder. Eliminates feathered edges giving a clean repair transition EXHIBIT A Co n s t r u c t i o n Sika Corporation Surface Preparation Steel: •Remove all corrosion and contaminants from exposed steel. •Surface should be cleaned thoroughly by blast cleaning or mechanical means. •Exposed steel should be cleaned to white steel. •If half of the diameter is exposed, chip behind bar, ½” minimum for mortar only. EXHIBIT A Co n s t r u c t i o n Sika Corporation Steel Preparation Steel should be cleaned to a bright metal finish. EXHIBIT A Co n s t r u c t i o n Sika Corporation Tools Required ½” Drill Motor. Low speed drill 400-600 rpm. Large mixing paddle Margin trowel EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing Pour “A” Component into clean pail. Leave approximately 1” of “A” Component in jug. EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing Add “B” Component to pail with “A” already inside, while mixing continuously. EXHIBIT A Co n s t r u c t i o n Sika Corporation Mixing 1. Dispersion ¾ -1 gallon of dispersion/Bag. 2. Start with adding liquid to the mixing container. 3. Slowly add powder. 4. Once all the powder is added mix for 3 minutes. 5. Do not add any more than the recommended liquid. EXHIBIT A Co n s t r u c t i o n Sika Corporation 1. While mixing for 3 minutes stop to scrape down the sides to insure all material is fully mixed. 2. Add additional “A”Comp. liquid for desired consistency. 3. Most cases you will have liquid left. 4. Thorough mixing and proper proportioning is necessary. Mixing EXHIBIT A Co n s t r u c t i o n Sika Corporation Apply the mortar to the patch area while the Armatec 110 EpoCem is still wet. If Armatec is not used as a bonding agent, SSD the surface and scrub coat the repair mortar into the substrate filling all pores and voids. ST 123+ Application EXHIBIT A Co n s t r u c t i o n Sika Corporation ST 123+ Application Apply SikaTop repair mortar to patch. Press mortar behind rebar and make sure the material is consolidated and compacted fully. EXHIBIT A Co n s t r u c t i o n Sika Corporation ST 123+ Application Complete filling patch area. Work mortar from the center of the patch to the outside. EXHIBIT A Co n s t r u c t i o n Sika Corporation Min / Max application thickness Neat •Min 1/8 inch •Max 1.5 inch SikaTop 123 Plus cannot be extended with aggregate. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 123 Finish After filling patch section, allow mortar to set to desired stiffness. Then finish with steel, wood, or sponge float to attain look required. EXHIBIT A Co n s t r u c t i o n Sika Corporation Sikatop 123+ Finish To assist in the finishing of the SikaTop use SikaFilm. •SikaFilm is a finishing aid that also retards moisture evaporation. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 123+ Finish You can use a steel trowel to attain a smooth surface. EXHIBIT A Co n s t r u c t i o n Sika Corporation Sponge Float Finish You can use Sponge float to attain a textured surface. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop Curing Cure as per ACI recommendations. Curing is required. Moist cure with wet burlap and polyethylene, a fine mist of water. Moist curing should commence immediately after finishing. Protect newly applied material from direct sun light, wind, rain and frost. EXHIBIT A Co n s t r u c t i o n Sika Corporation SikaTop 123 Plus Sika Technical Data Sheets can be obtained via: www.sikaconstruction.com Refer to data sheets for specific information on each Sika product. EXHIBIT A Product Data Sheet SikaTop®-123 Plus November 2020, Version 01.03 020302040070000022 PRODUCT DATA SHEET SikaTop®-123 Plus Two-component, polymer-modified, cementitious, non-sag mortar plus Sika FerroGard® 901 penet- rating corrosion inhibitor PRODUCT DESCRIPTION SikaTop®-123 Plus is a two-component, polymer- modified, Portland cement-based, fast-setting, non-sag mortar. It is a high performance repair mortar for vertical and overhead surfaces and offers the additional benefit of Sika FerroGard® 901, a penetrating corrosion inhibitor included in its formulation. USES On grade, above and below grade on concrete and mortar. ▪ On vertical and overhead surfaces.▪ As a structural repair material for parking structures, industrial plants, walkways, bridges, tunnels, dams and ramps. ▪ Approved for repairs over cathodic protection systems▪ CHARACTERISTICS / ADVANTAGES Extremely low shrinkage proven by four industry standard test methods. ▪ High compressive and flexural strengths.▪ Increased freeze/thaw durability and resistance to deicing salts. ▪ Increased density - improved carbon dioxide resistance (carbonation) without adversely affecting water vapor transmission (not a vapor barrier). ▪ Enhanced with Sika FerroGard® 901, a penetrating corrosion inhibitor - reduces corrosion even in the adjacent concrete. ▪ Compatible with coefficient of thermal expansion of concrete - Passes ASTM C 884. ▪ APPROVALS / STANDARDS USDA certifiable for incidental food contact▪ ANSI/NSF Standard 61 potable water approved compliant. ▪ Tested per ICRI Guidline NO. 320.3R for inorganic repair material data sheet protocol ▪ PRODUCT INFORMATION Packaging Component A 1 gal (3.68 L) jug - 4/carton Component B 44 lb. (20 kg) bag Appearance / Color Gray powder Shelf Life 12 months from date of production if stored properly in original, unopened and undamaged sealed packaging Store dry at 40–95 °F (4–35 °C).Storage Conditions 1 / 6 EXHIBIT A Protect Component ‘B’ from moisture. If damp, discard material Protect Component ‘A’ from freezing. If frozen, discard. Product Data Sheet SikaTop®-123 Plus November 2020, Version 01.03 020302040070000022 2 / 6 EXHIBIT A TECHNICAL INFORMATION Compressive Strength 1 day 3,000 psi (20.7 MPa) 7 days 4,000 psi (27.6 MPa) 28 days 6,000 psi (41.4 MPa) (ASTM C-109) 73 °F (23 °C) 50 % R.H. Modulus of Elasticity in Compression 2.94 x 106 psi (ASTM C-469) Flexural Strength 28 days 1,500 psi (10.3 MPa)(ASTM C-293) 73 °F (23 °C) 50 % R.H. Splitting tensile strength 28 days 900 psi (6.2 MPa)(ASTM C-496) 73 °F (23 °C) 50 % R.H. Tensile Adhesion Strength 28 days 2,000 psi (13.8 MPa)(ASTM C-882 modified) * Mortar scrubbed into substrate at 73 °F (23 °C) and 50 % R.H. Pull-Out Resistance 28 days 500 psi (3.4 MPa) Substrate failure (ASTM C-1583) Shrinkage 28 days 1x1x11-1/4’’ specimen 0.05 % 28 days 3x3x11-1/4’’ specimen 0.038 % (ASTM C-157, mod. ICRI 320.3R) Ring test > 70 days Average Max Strain - 36 μstrain Average Stress Strain 4.92 psi/day Potential for Cracking Low (ASTM C-1581) Baenziger block 90 days No cracking Freeze-Thaw Stability 300 cycles 98 %(ASTM C-666) Rapid Chloride Permeability 28 days < 500 C (ASTM C-1202 AASHTO T-277) APPLICATION INFORMATION Fresh mortar density 132 lb/ft3 (2.2 kg/l)(ASTM C-138) Coverage 0.39 ft3 (0.01 m3) per bag (Coverage figures do not include allowance for surface profile and porosity or material waste) Layer Thickness Min.Max. 1/8 " (3 mm)1.5" (38 mm) Product Temperature 65–75 °F (18–24 °C) Ambient Air Temperature > 45 °F (7 °C) Substrate Temperature > 45 °F (7 °C) Set Time 15 - 40 min.(ASTM C-266) Final set time < 60 min.(ASTM C-266) Product Data Sheet SikaTop®-123 Plus November 2020, Version 01.03 020302040070000022 3 / 6 EXHIBIT A Finishing time 20–60 minutes Note: All times start after adding Component ‘B’ to Component ‘A’ and are highly affected by temperature, relative humidity, substrate temperature, wind, sun and other job site conditions. BASIS OF PRODUCT DATA Results may differ based upon statistical variations depending upon mixing methods and equipment, temperature, application methods, test methods, actual site conditions and curing conditions. ENVIRONMENTAL, HEALTH AND SAFETY For further information and advice regarding transportation, handling, storage and disposal of chemical products, user should refer to the actual Safety Data Sheets containing physical, environmental, toxicological and other safety related data. User must read the current actual Safety Data Sheets before using any products. In case of an emergency, call CHEMTREC at 1-800-424-9300, International 703-527-3887. DIRECTIVE 2004/42/CE - LIMITATION OF EMISSIONS OF VOC 0 g/l (EPA method 24) LIMITATIONS Do not use solvent-based curing compound.▪ Size, shape and depth of repair must be carefully considered and consistent with practices recommended by ACI or ICRI. ▪ For additional information on substrate preparation, refer to ICRI Guideline No. 310.2R. ▪ If aggressive means of substrate preparation is employed, substrate strength should be tested in accordance with ACI 503 Appendix A prior to the repair application. ▪ As with all cement based materials, avoid contact with aluminum to prevent adverse chemical reaction and possible product failure. Insulate potential areas of contact by coating aluminum bars, rails, posts etc. with an appropriate epoxy such as Sikadur® 32, Hi-Mod. ▪ APPLICATION INSTRUCTIONS SURFACE PREPARATION Surface preparation Surface must be clean and sound. Remove all deteriorated concrete, dirt, oil, grease, and other bond-inhibiting materials from the area to be repaired. ▪ Be sure repair area is not less than 1/8" (3 mm) in depth. ▪ Preparation work should be done by high pressure water blast, scabbler or other appropriate mechanical means to obtain an exposed aggregate surface profile of ±1/16" (1.6 mm) (CSP-5). ▪ To ensure optimum repair results, the effectiveness of decontamination and preparation should be assessed by a pull-off test. ▪ Saw cutting of edges is preferred and a dovetail is recommended. ▪ Substrate should be Saturated Surface Dry (SSD) with clean water prior to application. No standing water should remain during application. ▪ Priming Reinforcing steel: Steel reinforcement should be thoroughly prepared by mechanical cleaning to remove all traces of rust. Where corrosion has occurred due to the presence of chlorides, the steel should be high pressure washed with clean water after mechanical cleaning. For priming of reinforcing steel use Sika® Armatec® 110 EpoCem (consult PDS). ▪ Concrete Substrate: Prime the prepared substrate with a brush or sprayed ▪ ▪ Product Data Sheet SikaTop®-123 Plus November 2020, Version 01.03 020302040070000022 4 / 6 EXHIBIT A applied coat of Sika® Armatec® 110 EpoCem (consult PDS). Alternately, a scrub coat of SikaTop®-123 Plus can be applied prior to placement of the mortar. The repair mortar has to be applied into the wet scrub coat before it dries. ▪ MIXING Pour Component ‘A’ into mixing container.▪ Add Component ‘B’ while mixing continuously.▪ Mix mechanically with a low-speed drill (400–600 rpm) and mixing paddle or mortar mixer. ▪ Mix to a uniform consistency, maximum 3 minutes.▪ Manual mixing can be tolerated only for less than a full unit. Thorough mixing and proper proportioning of the two components is necessary. ▪ APPLICATION SikaTop®-123 Plus must be scrubbed into the substrate, filling all pores and voids. ▪ Force material against edge of repair, working toward center. ▪ After filling repair, consolidate, then screed.▪ Material may be applied in multiple lifts.▪ Multiple lifts Where multiple lifts are required score top surface of each lift to produce a roughened surface for next lift. ▪ Allow preceding lift to reach initial set, 30 minutes minimum, before applying fresh material. ▪ Substrate should be Saturated Surface Dry (SSD) with clean water prior to application. No standing water should remain during application. ▪ Scrub fresh mortar into preceding lift.▪ Allow mortar or concrete to set to desired stiffness, then finish with wood or sponge float for a smooth surface. ▪ CURING TREATMENT As per ACI recommendations for Portland cement concrete, curing is required. ▪ Moist cure with wet burlap and polyethylene, a fine mist of water or a water based* compatible curing compound (ASTM C-309). ▪ Curing compounds adversely affect the adhesion of following lifts of mortar, leveling mortar or protective coatings. ▪ Moist curing should commence immediately after finishing. ▪ Protect freshly applied mortar from direct sunlight, wind, rain and frost. ▪ * Pretesting of curing compound is recommended. OTHER RESTRICTIONS See Legal Disclaimer. LEGAL DISCLAIMER • KEEP CONTAINER TIGHTLY CLOSED • KEEP OUT OF REACH OF CHILDREN • NOT FOR INTERNAL CONSUMPTION • FOR INDUSTRIAL USE ONLY • FOR PROFESSIONAL USE ONLY Prior to each use of any product of Sika Corporation, its subsidiaries or affiliates (“SIKA”), the user must always Product Data Sheet SikaTop®-123 Plus November 2020, Version 01.03 020302040070000022 5 / 6 EXHIBIT A read and follow the warnings and instructions on the product’s most current product label, Product Data Sheet and Safety Data Sheet which are available at usa.sika.com or by calling SIKA’s Technical Service Department at 1-800-933-7452. Nothing contained in any SIKA literature or materials relieves the user of the obligation to read and follow the warnings and instructions for each SIKA product as set forth in the current product label, Product Data Sheet and Safety Data Sheet prior to use of the SIKA product. SIKA warrants this product for one year from date of installation to be free from manufacturing defects and to meet the technical properties on the current Product Data Sheet if used as directed within the product’s shelf life. User determines suitability of product for intended use and assumes all risks. User’s and/or buyer’s sole remedy shall be limited to the purchase price or replacement of this product exclusive of any labor costs. NO OTHER WARRANTIES EXPRESS OR IMPLIED SHALL APPLY INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. SIKA SHALL NOT BE LIABLE UNDER ANY LEGAL THEORY FOR SPECIAL OR CONSEQUENTIAL DAMAGES. SIKA SHALL NOT BE RESPONSIBLE FOR THE USE OF THIS PRODUCT IN A MANNER TO INFRINGE ON ANY PATENT OR ANY OTHER INTELLECTUAL PROPERTY RIGHTS HELD BY OTHERS. Sale of SIKA products are subject to the Terms and Conditions of Sale which are available at https://usa.sika.com/en/group/SikaCorp/termsandconditions.html or by calling 1-800-933-7452. Sika Corporation 201 Polito Avenue Lyndhurst, NJ 07071 Phone: +1-800-933-7452 Fax: +1-201-933-6225 usa.sika.com Sika Mexicana S.A. de C.V. Carretera Libre Celaya Km. 8.5 Fracc. Industrial Balvanera Corregidora, Queretaro C.P. 76920 Phone: 52 442 2385800 Fax: 52 442 2250537 SikaTop-123Plus-en-US-(11-2020)-1-3.pdf Product Data Sheet SikaTop®-123 Plus November 2020, Version 01.03 020302040070000022 6 / 6 EXHIBIT A PURCHASE ORDER No. P198-0001 TO:TROJAN TECHNOLOGIES, INC 3020 GORE RD LONDON ONTARIO N5V 4T7 ATTN.: C/O WM H REILLY & COMPANY MIKE REILLY DATE:04/28/23 PROJECT:WWTP IMPROVEMENTS PHASE 2A JOB:P198 SHIP TO BILL TO APOLLO INC JOBSITE WWTP IMPROVEMENTS PHASE 2A 1015 S GRAY AVE PASCO WA 99331 TERMS: See Attached APOLLO INC PO BOX 7305 KENNEWICK WA 99336 INCAP@APOLLO-GC.COM SHIP VIA: FOB Jobsite Item Quantity Units Description Unit Price Net Amount Supplier shall provide all UV TREATMENT EQUIPMENT AND TEMPORARY UV TREATMENT in strict accordance with the Contract Documents and as follows: Supplier shall furnish all UV Treatment Equipment and components listed in Section 46 66 63 and all related contract documents complete as generally referenced in Suppliers scope of supply. Supplier shall furnish one (1) Temporary UV Treatment System Equipment specified in Section 46 66 63.A including; shipment to the site, startup services after unit is installed, energize and commission the system and train local personnel on the system operation. Supplier shall also assist with the decommissioning the pilot unit prior to return shipping. Purchaser is required to install the temporary system, supply all required pumps to by-pass existing UV channel, all piping, flow meter and power supply. Rental rates for the Temporary UV Treatment System is as follows: -Initial delivery, startup, commissioning, training $45,000.00 - Additional monthly rental rate (Purchaser Assumes one (1) additional month rent based upon current schedule) for Temporary UV Treatment System is $7,000.00 INCLUSIONS 1. Addenda 1 thru Addenda 4 complete as they apply to work being performed under this Purshase Order. 2. Specification Section 46 66 63 - ULTRAVIOLET TREATMENT EQUIPMENT Complete. 3. Specification Section 46 66 63.A - TEMPORARY ULTRAVIOLET TREATMENT SYSTEM Complete. 4. Contract Technical Specifications complete as they apply to work being provided under this Purchase Order. 5. Scope of supply includes furnishing all specified spare parts and special tools at time of equipment delivery. 6. Scope of supply includes required submittals, O&M manuals, and specified warranties. 7. Scope of supply includes all specified design and performance criteria and guarantees as it applies to work being provided under this Purchase Order. 8. Scope of supply includes all specified testing, maintenance and services as it relates to work being provided under this Purchase Order. 9. Scope of supply includes factory testing, start-up, testing, commissioning and manufacturer field services as specified. (continued on next page) Excerpt from Apollo, Inc. Contract with Trojan for Temporary UV Treatment System Bid includes $52,000 for temp UV rental. $52,000/60 days = $866.66/Day EXHIBIT A EXHIBIT A EXHIBIT A Temp UV Bypass = $32,558.52/Month $32,558.52 / 30 days = $1,085.28 / Day EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 70 Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 06/12/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. · A full breakdown of labor, equipment, and material costs shall be provided. · Work shall not commence until authorized by the Owner. Description of the Proposed Change: Coat UV Channel 2 The City of Pasco is requesting to coat UV Channel 2 as it has experienced degradation over time. Aggregate (3/8” to 1/2”) has fallen out of the profile. See attached photos. By Todd Jensen All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 July 29, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project CPR 073 – Polymer Building Concrete Engineer’s Decision Dan, We have reviewed your cost proposal for CPR 073 – Polymer Building Concrete. We have found your submitted cost proposal to be acceptable. A total cost of $3,044.82 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Juan Loyola – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Troy Gibbs – HDR Todd Marden – City of Pasco Craig Anderson – Consor Mike Soucie – HDR Will Kirby - Consor Charlotte Daskalopoulos - Ecology Diana Washington - Ecology EXHIBIT A Change Proposal Request Summary APR No:APR-092 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-073 Apollo Inc.Date:06/12/25 Polymer Building Concrete per CPR 073 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 1,928.53$ 1,078.70$ -$ -$ -$ 3,007.23$ SUBTOTAL COST >3,007.23$ Insurance Premium .5% - Changed Work >15.04$ Bond Premium .75% - Changed Work >22.55$ TOTAL LUMP SUM COST >3,044.82$ Print Date: 6/12/2025 Page 1 of 2 P198 APR-092 Polymer Building Concrete.xlsx EXHIBIT A Change Proposal Request APR No:APR-092 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference CPR-073 Apollo Inc.Date:6/12/25 Polymer Building Concrete per CPR 073 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent 2.0 HR 80.00$ 160.00$ 160.00$ Yard Piping / Site Earthwork Super HR 80.00$ -$ -$ Carpenters Carpenter - Polymer Pad Extension (2 crew x 4 hr EA)8.0 HR 78.69$ 629.52$ 629.52$ Carpenter - SDCB #3 (1 crew x 2 hr EA)2.0 HR 78.69$ 157.38$ 157.38$ Laborers General - Polymer Pad Extenstion (1 crew x 4 hr EA)4.0 HR 53.34$ 213.36$ 213.36$ General - SDCB #3 (2 crew x 4 hr EA)8.0 HR 53.34$ 426.72$ 426.72$ LS -$ -$ LS -$ -$ -$ -$ Concrete 4.0 LS 159.50$ 638.00$ 638.00$ Form mtl, rebar, epoxy 1.0 EST 300.00$ 300.00$ 300.00$ LS -$ -$ -$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >1,676.98$ 938.00$ -$ 2,614.98$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%251.55$ 140.70$ -$ 392.25$ -$ -$ -$ -$ Subtotal Subcontractors Costs >-$ -$ Markup on Subcontractor Costs >5.0%-$ -$ Special Consultants -$ -$ Temporary Facilities at the Site LS -$ -$ LS -$ -$ -$ Subtotal Supplementary Costs >-$ -$ -$ Markup on Supplementary Costs >0.0 Contractor - Total Direct Costs w/Markup >3,007.23$ Insurance Premium .5% - Changed Work >15.04$ Bond Premium .75% - Changed Work >22.55$ TOTAL LUMP SUM COST >3,044.82$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 2 EXHIBIT A Page - 1 - of 2 Customer Acct No.P428470 Quote Number Q919339-2 Submitted To:All Bidders Quote Date:2/24/2023 Contact Name:Estimating Project Name: WWTP Improvements Phase 2A-City of Pasco Address: 1015 South Grey Pasco , WA 99301 Project Address: Contact Phone: Project Tax Exempt No Contact Fax: Prices Valid Until: 3/28/2023 Quoted By:John Mattson John.Mattson@americanrockproducts.com this Special Terms, Conditions, Exclusions and Clarifications: These prices are subject to customary charges for minimum loads, truck time and taxes Overtime charges will be applied after 4:30pm Normal business hours are 7am to 4:30 pm Monday- Friday All concrete deliveries include free unloading time of seven minutes Per CY Additional charges after free unloading time - $160/hr Concrete Minimum Delivery Charge-(less than 4 yards)- $160.00 per load Engineer Approval Required Environmental Surcharge of $3.00/CY added to concrete quoted price Fuel Surcharge will be added per load using www.eia.gov/petroleum/gasdiesel West Coast less California “U.S. On-Highway Diesel Fuel Prices updated weekly. Scheduling Will Be High Priority for American Rock Products to Successfully Service This Project, two-week firm orders and minimal clean up required. Due To Volatile Industry Raw Material Pricing Project Prices Can Not Be Protected. All prices are inclusive Customer Acknowledgement Expiration: By scheduling or accepting delivery of any of the Products described herein, Customer agrees to and accepts this Quotation & Contract (“Quote”) and all terms and conditions herein. This Quote is submitted as a single package. Any additional or different terms proposed by Customer are herby rejected and if any term or condition in Customer’s acceptance of this Quote is in conflict with or not identical to the terms of this Quote then the terms and conditions of this Quote shall prevail. Revisions to the pre-printed terms and conditions of the Quote are effective only if approved by an officer of Seller. This offer may be withdrawn by Seller at Seller’s elections any time prior to the Customer’s acceptance, and unless otherwise expressly indicated hereon, will expire thirty (30) days from the date hereof unless unconditionally accepted by Customer. Submittal of this Quote does not imply agreement to any specific contractual terms proposed by the Customer, even if pre-published. Prices: Prices are by unit, will be charged by unit (extension information is provided for Customer’s convenience only and is based on estimated quantities) and are firm for thirty (30) days from the Quote Date set forth above unless otherwise specifically set forth in writing. PROVIDED HOWEVER that all Products containing cement are subject to price increase without prior notice in the event Material Location.Product Description Delivered Unit Price Units UOM ARP - Pasco Concrete 4500PSI-.42W/C-Slabs-Ftg-6.5 sk. 151.00 0 CY ARP - Pasco Concrete 4500PSI-.42W/C-Walls-6 sk.146.00 0 CY ARP - Pasco Concrete 3000PSI-.50W/C-Topping-5.5 sk.141.00 0 CY ARP - Pasco Concrete ENVIROMENTAL SURCHARGE 3.00 0 CY ARP - Pasco Concrete Super P 7.00 0 CY ARP - Pasco Concrete 1% NON CHLORIDE ACCELERATOR 7.50 0 CY ARP - Pasco Concrete Hot/Cold Water 4.00 0 CY ARP - Pasco Concrete Variable Fuel Surcharge - Per Load 22.00 0 EA This Quote is an offer for a contract to furnish the Products described on page 2 subject to the Standard Terms and Conditions set forth on Pages 1 & 2, and the Special Terms, Conditions, Exclusions and Clarifications on Page 2. This Quote consists of Pages 1 through 2. CPR-073 Polymer Building Concrete Cost: 4,500 PSI Slab Mix - $151.00/CY +$3.00/CY Environmental Surcharge +$22.00/Load Fuel Surcharge CY Price = $151.00+$3.00 = $154.00/CY x 4 CY = $616.00 Delivery Fees = $22.00 x 1 load = $22.00 Total Concrete Price = $638.00 or $159.50/CY EXHIBIT A Page - 2 - of 2 Seller’s cement supplier’s charges to Seller are increased. In such event, Seller will notify Customer of the effective date and amount of the price increase. Customer understands and agrees that the availability of the concrete mix constitutes (e.g. fly ash) may be outside Seller’s control and in the event any becomes unavailable to Seller, Customer shall bear the additional expense associated with substitute constituents. Risk of Loss: Risk of Loss of Products transported by Customer hereunder shall be Customer’s F.O.B. Seller’s plant. Risk of Loss of Products transported by Seller hereunder shall be Seller’s F.O.B. Customer’s Delivery Location when delivery is complete (i.e. discharge of Seller’s product from Seller’s equipment at the direction of Customer or Customer’s agent). Limitation of Liability: Seller’s liability under this Quotation & Contract is EXPRESSLY LIMITED to the quoted price of Seller’s Products. In no event shall Seller be liable for liquidated damages, incidental or consequential damages, increased wages, business interruption, lost profits or other claimed or actual damaged caused by or resulting from Customer’s use of Seller’s products. Credit Contingency/Payment Terms/Past Due Accounts. All salles are contingent on Seller’s approval of Customer’s credit application. PAYMENT IS DUE on the tenth (10th) date of the calendar moth following the date on Seller’s invoice. If Customer fails to timely pay the entire invoiced amount by the twenty-fifth (25th) date of the calendar month following the date on Seller’s invoice. Seller may, at Customer’s risk, stop shipment of products hereunder and retroactively revoke any discounts offered hereunder and under any Quote provided to Customer, and Customer further hereby agrees to pay interest on the declining balance from the due date (10th) at the rate of 1½% per month (annual percentage rate of 18%, or the highest rate allowed by applicable law. Customer agrees to be responsible for all collection costs and attorney’s fees incurred in connection with the collection of any delinquent amount, with or without suit, and/or assigned to a collection agent. If credit is not approved, Seller may, but is not obligated to, offer sale on a COD basis. Taxes: Unless otherwise specifically indicated on Page 2, all federal, state and local taxes, assessments, fees, permits, duties, and charges levied by reason of this Contract are excluded from and are in addition to the prices quoted. THIS QUOTE IS GOOD FOR 30 DAYS. Please respond ASAP. To confirm your acceptance of these prices as quoted, please return a signed copy to our office. Orders placed for the above referenced project will constitute acceptance of the proposal. Customer Signature: ___________________________________________________ Print: ___________________________________________________ Title: ___________________________________________________ Date: ___________________________________________________ EXHIBIT A CONFORMED CONTRACT DOCUMENTS CHANGE PROPOSAL REQUEST NO. 073 – POLYMER BUILDING CONCRETE Project Name: 21237A WWTP Improvements Phase 2 Owner’s Project No. (if applicable): 21237A Project Owner: City of Pasco Regulatory Agency Project No. (if applicable): Consor Project No. 21-3166 Initiated by: Engineer Contractor Contractor: Apollo, Inc. Date: 6/10/2025 Attention: The following change in the contract on this project is proposed. Please provide the proposed price for the cost of this change. • A full breakdown of labor, equipment, and material costs shall be provided. • Work shall not commence until authorized by the Owner. Description of the Proposed Change: Item #1: Access to the Polymer skids HMI screens for viewing and interaction is difficult for operations staff due to the proximity of a narrow step. City operations has asked to pour a concrete step along the west side of the curb in front of the polymer skids so that staff can better access the HMI screens. The concrete extension shall be 12” wide, length to match the curb (~9.2’), depth to match the curb elevation (~7.5”). The nosing shall be edged as a step with stair grooves created with a jointer, painted safety yellow (by owner), medium broom finish for traction. #5 rebar along the face, epoxied into each end. Epoxied Rebar dowels at 12” along the perimeter with epoxied corner bar (consistent with other elevated slabs/curbs). Provide 2” clear cover between bars and the forms/top/bottom/sides and embedding the dowels 4”. Avoid drilling through existing bars when installing the dowels. Concrete design same as elevated slabs/curbs, 5000 psi interior w/ fiber. Item #2: The City WWTP Operations Staff are washing out polymer totes at SDCB #3. SDCB #3 is connected to the gravity sewer that flows to Maitland Lift Station. The SDCB is not channeled and has a ~ 24” collection area below pipe invert (per City catch basin detail, C- 002, SD-2). Polymer is collecting in the sump area until it finally moves, releasing a large ‘blob’ of polymer that is eventually found in the primary clarifiers. City Operations Staff would like to fill this space with concrete and channel the flow from all inlets/outlets so that the polymer will not collect. Work includes cleaning the catch basin, filling the sump with concrete, creating a shelf, and creating a channel for inlets and outlet. Concrete should be minimum 3000 psi per spec and may be higher psi to avoid short orders of concrete. Coordinate work with Todd Marden and Mike Soucie to determine extent of work and components of work. By Mark Cummings All work shall be in accordance with the terms, stipulations, and conditions of the original Contract Documents. If the work herein provided for is Approved by Change Order, the time of completion will be: Consor, Inc. Recommendation: Recommend Acceptance Do Not Recommend Acceptance Increased Decreased Unchanged By: Consor, Inc. by calendar days. Date This change will: Add Deduct No Change Owner’s Action: EXHIBIT A CONFORMED CONTRACT DOCUMENTS $ Accepted Not Accepted General Contractor By: Owner Date Date EXHIBIT A 1 Gibbs, Troy From:Daskalopoulos, Charlotte (ECY) <CDAS461@ECY.WA.GOV> Sent:Wednesday, August 13, 2025 1:43 PM To:Gibbs, Troy Cc:Daskalopoulos, Charlotte (ECY) Subject:FW: 21237 WWTP PH2A - CPR 073 - Polymer Building Concrete - Engineer's Decision CAUTION: [EXTERNAL] This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Troy, Can you please include the explanation in with the change order. Thanks, Charlotte Daskalopoulos Water Quality Program | Eastern Regional Office | Department of Ecology Charlotte.Daskalopoulos@ecy.wa.gov | Cell: (509) 863-2186 This communication is public record and may be subject to disclosure as per the Washington State Public Records Act, RCW 42.56 From: Washington, Diana (ECY) <DWAS461@ECY.WA.GOV> Sent: Wednesday, August 13, 2025 11:46 AM To: Daskalopoulos, Charlotte (ECY) <CDAS461@ECY.WA.GOV> Subject: FW: 21237 WWTP PH2A - CPR 073 - Polymer Building Concrete - Engineer's Decision Charlotte, I do not have any other technical questions or concerns. Please include the Highlighted email with the explanation in the approval and the change order. Thank you, Diana Diana Washington PE (she/her) Washington State Dept. of Ecology Senior Water Quality Engineer/Permit Manager dwas461@ecy.wa.gov Cell: 509-385-5529 4601 N Monroe St Spokane, WA 99205 https://ecology.wa.gov/Water-Shorelines/Water-quality Please consider the environment before printing this e-mail. All emails, and attachments, sent to and from the Department of Ecology are public records and may be subject to disclosure pursuant to the Public Records Act (Chapter 42.56 RCW) EXHIBIT A 2 From: Gibbs, Troy <Troy.Gibbs@hdrinc.com> Sent: Tuesday, August 12, 2025 11:52 AM To: Washington, Diana (ECY) <DWAS461@ECY.WA.GOV> Cc: Jensen, Todd <todd.jensen@hdrinc.com>; Daskalopoulos, Charlotte (ECY) <CDAS461@ECY.WA.GOV> Subject: RE: 21237 WWTP PH2A - CPR 073 - Polymer Building Concrete - Engineer's Decision External Email Diana, Please see the response provided below from the structural engineer: The new curb and existing curb concrete should expand/contract together since they are the same material and exposed to the same temperature changes being in the same building. All concrete shrinks to some extent after it’s poured, but the longitudinal #5 in the curb should help to minimize cracking as it shrinks longitudinally. Minor hairline cracking is possible/inherent but maintaining good curing practices per spec to avoid premature/excessive shrinkage will help. Thanks, Troy Troy M. Gibbs, PE Construction Manager HDR 835 N Post St, Spokane, WA. 99201 D 509.343.8503 M 509.601.3348 Troy.Gibbs@hdrinc.com hdrinc.com/follow-us From: Washington, Diana (ECY) <DWAS461@ECY.WA.GOV> Sent: Friday, August 1, 2025 1:42 PM To: Gibbs, Troy <Troy.Gibbs@hdrinc.com> Cc: Jensen, Todd <todd.jensen@hdrinc.com>; Daskalopoulos, Charlotte (ECY) <CDAS461@ECY.WA.GOV> Subject: RE: 21237 WWTP PH2A - CPR 073 - Polymer Building Concrete - Engineer's Decision CAUTION: [EXTERNAL] This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Troy, I may just be missing it but did they state how they were treating the expansion between the exist curb and the new pour? Do they need to worry about that. I have typically seen that even with rebar dowels the expansion between can be problematic. Should they be putting in something that allows for some expansion between the existing and new concrete? If not, why not? Thank you, Diana EXHIBIT A 3 Diana Washington PE (she/her) Washington State Dept. of Ecology Senior Water Quality Engineer/Permit Manager dwas461@ecy.wa.gov Cell: 509-385-5529 4601 N Monroe St Spokane, WA 99205 https://ecology.wa.gov/Water-Shorelines/Water-quality Please consider the environment before printing this e-mail. All emails, and attachments, sent to and from the Department of Ecology are public records and may be subject to disclosure pursuant to the Public Records Act (Chapter 42.56 RCW) From: Gibbs, Troy <Troy.Gibbs@hdrinc.com> Sent: Friday, August 1, 2025 9:45 AM To: Daskalopoulos, Charlotte (ECY) <CDAS461@ECY.WA.GOV> Cc: Washington, Diana (ECY) <DWAS461@ECY.WA.GOV>; Jensen, Todd <todd.jensen@hdrinc.com> Subject: 21237 WWTP PH2A - CPR 073 - Polymer Building Concrete - Engineer's Decision External Email Charlotte, Attached for your review is the Engineer’s Decision for CPR 073 - Polymer Building Concrete. Thanks, Troy Troy M. Gibbs, PE Construction Manager HDR 835 N Post St, Spokane, WA. 99201 D 509.343.8503 M 509.601.3348 Troy.Gibbs@hdrinc.com hdrinc.com/follow-us EXHIBIT A hdrinc.com HDR 835 North Post Street, Suite 101 , Spokane , WA 99201-2126 (509) 343-8500 August 19, 2025 Apollo, Inc. 1133 West Columbia Drive Kennewick, WA 99336 Attn: Dan Sjule Re: City of Pasco 21237A WWTP Improvements Phase 2 Project WCD 006 – Dewatering Centrate Bypass Clean and Modification Engineer’s Decision Dan, We have reviewed your cost proposal for WCD 006 – Dewatering Centrate Bypass Clean and Modification. We have found your submitted cost proposal to be acceptable. A total cost of $22,498.10 and a total of 0 calendar days will be included in a forthcoming Change Order. Sincerely, HDR Engineering, Inc. Todd Jensen, PE, CCM Construction Manager cc: Brandon Lane – City of Pasco Mary Scalise – HDR Kent McCue – City of Pasco Mike Soucie – HDR Todd Marden – City of Pasco Will Kirby – Consor Steve Brewer – City of Pasco Craig Anderson – Consor Troy Gibbs – HDR EXHIBIT A Change Proposal Request Summary APR No:APR-068 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference WCD-006 Apollo Inc.Date:06/25/25 WCD-006 Centrate Tank Bypass Piping Work Through 4/23/2025 Description Labor Mat Equip.Subcont. Total Supp Total Total Item 1 14,868.99$ 5,882.79$ 1,468.56$ -$ -$ 22,220.35$ SUBTOTAL COST >22,220.35$ Insurance Premium .5% - Changed Work >111.10$ Bond Premium .75% - Changed Work >166.65$ TOTAL LUMP SUM COST >22,498.10$ *Excludes any and all WCD 006 work beyond April 23, 2025 Print Date: 6/25/2025 Page 1 of 4 P198 APR-068 Centrate Tank Bypass Piping WCD 006.xlsx EXHIBIT A Change Proposal Request APR No:APR-068 Project: City of Pasco WWTP Improvements Phase 2A Contract Reference WCD-006 Apollo Inc.Date:6/25/25 WCD-006 Centrate Tank Bypass Piping Work Through 4/23/2025 Description Qty U of M Rate Labor Unit Rate Mat Unit Rate Equip.Subcont. Total Total Project Manager 1.0 HR 90.00$ 90.00$ 90.00$ Project Superintendent - Josh Prock 7.0 HR 80.00$ 560.00$ 560.00$ Operators - Key Personnel Operator Foreman - Chris Armour 3.0 HR 62.60$ 187.80$ 187.80$ Operator Foreman (OT) - Chris Armour 1.0 HR 82.58$ 82.58$ 82.58$ Carpenters Carpenter - Steve Emry 4.0 HR 78.35$ 313.40$ 313.40$ Carpenter (OT) - Steve Emry 1.0 HR 108.95$ 108.95$ 108.95$ Carpenter - Ramiro Nunez 6.0 HR 78.35$ 470.10$ 470.10$ Carpenter (OT) - Ramiro Nunez 1.0 HR 108.95$ 108.95$ 108.95$ Laborers Foreman - Rick Grnya 10.0 HR 67.38$ 673.80$ 673.80$ Foreman (OT) - Rick Grnya 1.0 HR 92.90$ 92.90$ 92.90$ Pipelayer - Scott Bradley 15.0 HR 54.00$ 810.00$ 810.00$ Pipelayer (OT) - Scott Bradley 1.0 HR 72.83$ 72.83$ 72.83$ Gradechecker - Wilmer Leal 10.0 HR 56.46$ 564.60$ 564.60$ Pipefitter -$ -$ Pipefitter - Scott Bradley 25.0 HR 100.28$ 2,507.00$ 2,507.00$ Pipefitter - Chris Armer 21.0 HR 100.28$ 2,105.88$ 2,105.88$ Pipefitter - Ramiro Nunez 15.0 HR 100.28$ 1,504.20$ 1,504.20$ Pipefitter - Steve Emery 8.0 HR 100.28$ 802.24$ 802.24$ Pipefitter - Wilmer Leal 7.0 HR 100.28$ 701.96$ 701.96$ Pipefitter - Rick Gryna 7.0 HR 100.28$ 701.96$ 701.96$ Truck Driver Other - Non Union + Operator - Boone Prock 6.0 HR 63.01$ 378.06$ 378.06$ + Operator (OT) - Boone Prock 1.0 HR 92.35$ 92.35$ 92.35$ + Operating Costs 0.0 HRLY 60.74$ -$ -$ Star Rentals Invoice 800983-11 Trash Pump Rental 1.0 LS 808.74$ 808.74$ 808.74$ 04/14/25 Star Rentals Invoice 803932-11 1.0 LS 468.27$ 468.27$ 468.27$ -$ -$ 03/25/25 Irrigation Specialties Invoice 1473341-0001-01 1.0 LS 796.12$ 796.12$ 796.12$ 03/26/25 Copper State Invoice I06285249 1.0 LS 242.87$ 242.87$ 242.87$ 03/28/25 HD Fowler Invoice I6961338 1.0 LS 300.50$ 300.50$ 300.50$ 03/28/25 Tacoma Screw Invoice 220153443-00 1.0 LS 263.11$ 263.11$ 263.11$ 03/28/25 House of Hose Invoice 1110994 1.0 LS 53.27$ 53.27$ 53.27$ 04/09/25 HD Fowler Invoice I6971361 1.0 LS 690.61$ 690.61$ 690.61$ 4/14/2025 HD Fowler Invoice I6974294 1.0 LS 1,936.66$ 1,936.66$ 1,936.66$ 04/19/25 ARG Industrial Invoice C149832 1.0 LS 73.19$ 73.19$ 73.19$ 04/16/25 ARG Industrial Invoice C149841 1.0 LS 545.07$ 545.07$ 545.07$ 04/18/25 Irrigation Specialists Invoice 1477617-0001-01 1.0 LS 214.07$ 214.07$ 214.07$ Misc. Items LS -$ -$ -$ Disposal Fees LS -$ -$ -$ Apollo - Subtotal Direct Costs >12,929.56$ 5,115.47$ 1,277.01$ 19,322.04$ Markup on Self-Performed Labor, Mat'ls & Equipment >15.0%1,939.43$ 767.32$ 191.55$ 2,898.31$ Contractor - Total Direct Costs w/Markup >22,220.35$ Insurance Premium .5% - Changed Work >111.10$ Bond Premium .75% - Changed Work >166.65$ TOTAL LUMP SUM COST >22,498.10$ SUPPLEMENTAL COSTS SUBCONTRACTOR COSTS APOLLO - PROJECT SUPERVISION COSTS APOLLO - CRAFT LABOR COSTS APOLLO - OPERATED EQUIPMENT APOLLO - OTHER EQUIPMENT COSTS APOLLO - MATERIAL COSTS Page 2 of 4 EXHIBIT A Labor & Equipment Summary 3/2 5 3/2 6 3/2 7 3/2 8 4/1 4 4/1 5 4/1 6 4/2 2 4/2 3 Total Project Superintendent Josh Prock 4 0 0 0 2 6 Daily Total 4 0 0 0 2 0 0 0 0 6 Project Superintendent (Over Time) Josh Prock 0 0 0 1 1 Daily Total 0 0 0 1 0 0 0 0 0 1 Operator Chris Armer 0 0 0 0 0 0 0 3 3 Daily Total 0 0 0 0 0 0 0 3 0 3 Operator (Over Time) Chris Armer 0 0 0 1 0 0 0 0 1 Daily Total 0 0 0 1 0 0 0 0 0 1 Carpenter Steve Emery 4 4 Ramiro Nunez 6 6 Daily Total 0 0 0 10 0 0 0 0 0 10 Carpenter (Over Time) Steve Emery 1 1 Ramiro Nunez 1 1 Daily Total 0 0 0 2 0 0 0 0 0 2 Laborer Scott Bradley 3 4 5 3 15 Rick Grnya 0 5 2 3 10 Wilmer Leal 1 4 2 3 10 Daily Total 0 0 0 3 1 13 9 9 0 35 Laborer (Over Time) Scott Bradley 1 1 Rick Grnya 1 1 Wilmer Leal Daily Total 0 0 0 2 0 0 0 0 0 2 Pipefitter EXHIBIT A Scott Bradley 8 7 3 5 2 25 Chris Armer 8 7 2 2 2 21 Ramiro Nunez 8 7 0 15 Steve Emery 2 4 2 8 Wilmer Leal 0 0 0 0 0 0 5 2 7 Rick Gryna 0 0 2 3 2 7 Daily Total 0 26 25 9 0 0 0 15 8 83 Truck Driver Jerrod Remme 0 Boone Prock 6 6 Daily Total 0 0 0 6 0 0 0 0 0 6 Truck Driver (Over Time) Jerrod Remme 0 Boone Prock 1 1 Daily Total 0 0 0 1 0 0 0 0 0 1 EXHIBIT A $796.12 03/26/25 EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A