Loading...
6894 - Amendment 2 Executed Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Not Applicable IFB Crystal Westbrook 6894 Hickory Creek Lift Station Construction--Amendment 2 MAY 4, 2021 N/A 21-799 EJCDC® C-941, Change Order EJCDC® C-941, Change Order, Rev.1. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies and American Society of Civil Engineers. All rights reserved. Page 1 of 2 CHANGE ORDER NO.: 02 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Hickory Creek Lift Station Construction Date Issued: __________________ Effective Date of Change Order: ________________ The Contract is modified as follows upon execution of this Change Order: Description: Work Change Directives (WCD): 1. Replace a precast concrete manhole with a polymer concrete manhole for greater corrosion resistance and longer manhole life. 2. Change check valve and plug valve manufacturer to proven manufacturer with the City. 3. Replace FRP manhole with cast in place manhole to house debris screen. Cast in place manhole is more robust construction and faster installation. FRP manhole manufacturer was delaying design and supply of manhole to address loads from debris screen. 4. Relocate lift station bypass connection to allow greater flexibility for starting up lift station while keep the existing lift station online. 5. Modify FRP wet well to include FRP top to protect underside of top slab from corrosion and extending the life of the top slab. 6. Modify FRP manhole connections to provide a more rigid and water-tight connection. 7. Change submersible pump manufacturer to one that is less expensive, has lower operating cost and has a long, proven track record with the City. 8. Modify pump discharge piping inside FRP wet well to eliminate lateral supports from FRP wet well. The revised piping is more robust and self-supporting to eliminate cycling wear on FRP pipe supports and extend life of FRP manhole. 9. Raise surge valve to allow greater access for isolation valve below. 10. Provide bollards to protect FRP vents during hatch and pump removal. 11. Install extra line-stop and hot tap tee for force main bypass. Attachments: Change Order No. 2 Summary Work Change Direct No. 1 – Polymer Concrete Manhole Work Change Direct No. 2 – Plug and Check Valves Work Change Direct No. 3 – Replace FRP MH with Cast-In-Place MH Work Change Direct No. 4 – Bypass Connection Relocation Work Change Direct No. 5 – FRP Wet Well Top Work Change Direct No. 6 – FRP MH Connection Changes Work Change Direct No. 7 – Submersible Pump Credit Work Change Direct No. 8 – Wet Well Piping Modifications Work Change Direct No. 9 – Raise Surge Valve Work Change Direct No. 10– Bollards for FRP Vents Work Change Direct No. 11 – Force Main Bypass DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 April 8, 2021 05/04/2021 EJCDC® C-941, Change Order EJCDC® C-941, Change Order, Rev.1. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies and American Society of Civil Engineers. All rights reserved. Page 2 of 2 Change in Contract Price Change in Contract Times Original Contract Price: Original Contract Times: Substantial Completion: 270 days $ 3,418,000.00 Ready for final payment: 290 days Change from previously approved Change Orders Change from previously approved Change Orders: Substantial Completion: 21 $ 9,662.68 Ready for final payment: 21 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: 291 days $ 3,427,662.68 Ready for final payment: 311 days Increase this Change Order: Increase this Change Order: Substantial Completion: 154 days $ 128,170.68 Ready for final payment: 154 days Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion: 445 days $ $3,555,833.36 Ready for final payment: 465 days Recommended by Engineer (if required) Accepted by Contractor By: Title: Date: Authorized by Owner Approved by Funding Agency (if applicable) By: Title: Date: DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 4/8/2021 Project Manager 5/5/2021 Interim City Manager THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT ATTEST: ROSA RIOS, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY BY: _______________________________ DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Water and Wastewater Stephen D. Gay Director, Water and Wastewater Work Change Directive Approved Calendar No. Description Cost/(Credit) Days Change Order No. 2 1 Polymer Concrete Manhole $7,548.91 21 2 Plug and Check Valves $15,782.72 0 3 Replace FRP MH with Cast-In-Place MH $20,898.93 25 4 By-Pass Connection Relocation $10,437.95 0 5 FRP Wet Well Top $24,891.49 45 6 FRP MH Connection Changes $5,390.86 0 7 Submerisble Pump Credit ($41,480.00) 21 8 Wet Well Piping Modifications $3,415.31 7 9 Raise Surge Valve $2,323.31 14 10 Bollards for FRP Vents $880.34 0 11 Force Main Bypass $78,080.86 21 TOTAL $128,170.68 154 Original Contract Amount: $3,418,000.00 Contract Price Prior to Change Order $3,427,662.68 Revised Contract Amount:$3,555,833.36 Contract Time for Substantial Completion: 291 Contract Time to Final Completions: 311 Revised Time for Substantial Completion:445 Revised Time for Final Completion:465 Change Order Summary Hickory Creek Lift Station, Project No. 6894 City of Denton DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 2 WORK CHANGE DIRECTIVE NO.: 1 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 11/22/2019 Effective Date of Work Change Directive: 11/22/2019 Contractor is directed to proceed promptly with the following change(s): Description: Replace one 5-foot diameter cast-in-place manhole with one 5-foot diameter polymer concrete manhole. Attachments: 1. Direct Field Cost by Ray-Mar Construction 2. Quotation from Armorock Purpose for the Work Change Directive: Change of materials of manhole for decrease susceptibility to corrosion and to increase manhole life. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $7,548.91 increase. Contract Time: 21 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 11/22/2019 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Polymer Manhole material labor subs Unit Total Total Total Unit Sub Tx'd Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description NA 0.000 Polymer 5' Manhole 1 LS - 10,163.00 - 10,163.00 - 1.000 Cast n Place 5' MH Credit 1.0 LS - (3,850.00) - (3,850.00) - - - - - - - - - - - - Subtotal - 6,313.00 - Burden 35%- Subtotal - 6,313.00 - Subtotal 6,313.00 Overhead 10%631.30 Subtotal 6,944.30 Profit 5%347.22 Subtotal 7,291.52 Bond 1.5%109.37 Subtotal 7,400.89 Insurance 2%148.02 Total 7,548.91 Days Extra 21.00 Job:Hickory Creek LS Item:Hickory Creek Lift Station - Polymer Manhole Sht.1 of 1 Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Q U O T A T I O N Page 1 of 2 11/19/2019 Notes: 1. Quote is subject to our standard terms, conditions, and shipping policies. 2. Payment is due at Net 30. Late Payment service charge for over 30 days will be charged at 18% APR 3. Quote is valid for 60 days from issue date to receipt of PO after 60 days quote is subject to change based off market value of materials. 4. All applicable taxes are to be paid by purchaser 5. If owner requires items to be grouted in field contractor is responsible for materials and labor costs incurred. 6. All loads will be billed at $750 per truck. Total of one(1) trucks needed for job. Customer will only be billed for trucks used. Additional trucks will be billed at market rate. 7. Freight requested under 3 days notice may be subject to increased freight rates 8. Products will be billed at unit pricing per quotation 9. Rush orders will be priced accordingly. 10. Contractor shall be responsible for joint sealing and performance. 11. Miscellaneous items such as grout, epoxy, and hardware are not included with the structures unless a specific line item is shown on this quote. Additional charges will apply for any extra items that are not shown on this quote. From: Quote Date:11/19/2019 To: Ref:Hickory Creek Lift Station Denton, TX DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Spreader Bar with LiftingEquipment 0.00' 0 $1,273 1 SPREADER BAR AND RIGGING FORLIFTING SSMH-3 60"-30" Polymer Manhole 12.21' 5,668 $8,140 1 30" EJ V-1480 SANITARY SEWER R&C 1 PR30X1FL 30 IN X 1 IN FLAT PRO-RING 1 PR30X2FL 30 IN X 2 IN FLAT PRO-RING 1 PR30X6FL 30 IN X 6 IN FLAT PRO-RING 1 50530-C 60 IN X 3 FT ECC POLYMER CONE 30 IN 1 50548-S 60 IN X 4 FT POLYMER MH SECTION 1 70548-SNB 60 IN X 4 FT POLYMER MH SECTION NOBELL 2 S206-26 NPC BOOT 1 S206-28 NPC BOOT 4 JM1.25 1.25 IN X 14 FT JOINT MASTIC ROLL 1 PEPOXY EPOXY KIT FOR CIP BASE Sub-Total $9,413 Freight/Delivery $750 $10,163Total Price for Hickory Creek Lift Station Structure Description Height Weight Price For: Ref:Hickory Creek Lift Station Denton, TX Quote Date:11/19/2019 Page 2 of 2 11/19/2019Quotation 7.2.14 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 2 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 11/26/2019 Effective Date of Work Change Directive: 11/26/2019 Contractor is directed to proceed promptly with the following change(s): Description: Substitute bid valves with Dezurik plug and check valves. Attachments: 1. Core & Main Revised Bid Proposal for Dezurik Plug and Check Valves – 11/22/2019 2. Core & Main Original Bid Proposal for Plug and Check Valves – 6/14/2019 Purpose for the Work Change Directive: Change to manufacturer that is proven and has better long term performance than bid valve manufacturer for the City given the criticality of the Hickory Creek Lift Station. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $15,782.72 increase. Contract Time: 0 days no change. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 11/26/2019 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Dezurik Plug & Check Valves material labor subs Unit Total Total Total Tx'd Unit Sub Tx'd Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description NA 0.000 Dezurik Plug Valves 1 LS - 28,919.01 - 28,919.01 - 1.000 Valve Credit 1.0 LS - (24,722.24) - (24,722.24) - 2.000 Dezurik Check Valves 1 LS - 57,890.92 - - 57,890.92 - 3.000 Valve Credit 1 LS (48,888.92) - - (48,888.92) - Subtotal - 13,198.77 - Burden 35%- Subtotal - 13,198.77 - Subtotal 13,198.77 Overhead 10%1,319.88 Subtotal 14,518.65 Profit 5%725.93 Subtotal 15,244.58 Bond 1.5%228.67 Subtotal 15,473.25 Insurance 2%309.47 Total 15,782.72 Days Extra 35.00 Job:Hickory Creek LS Item:Hickory Creek Lift Station - Dezurik Plug & Check Valves Sht.1 of 1 Unit Sub No extra time granted for valve change order. Does not impact schedule. 0 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Bid Proposal REVISED - Hickory Creek Lift Station REY-MAR CONSTRUCTION Core & Main Job Location:Denton, TX 4650 Hwy 377 Engineer:HAZEN & SAWYER Krugerville, TX 76227 Bid Date:12/11/2018 11:00 a.m. Phone: 940-365-9117 Core & Main Bid #:1E+06 Fax: 940-365-9240 Seq #Product #Customer Alias Qty Description UoM Mfr List Sell Ext Sell 770 NS 1 14 FLG CHECK VALVE EA - 14,472.73 14,472.73 1070 NS 3 14 FLG CHECK VALVE EA - 14,472.73 43,418.19 Grand Total 57,890.92 Actual taxes may vary Bid Notes THIS QUOTE REPRESENTS OUR INTERPRETATION OF MATERIAL WE MAY FURNISH FOR THIS JOB AND IS NOT GUARANTEED AS TO ACCURACY OF SIZES, QUANTITIES OR OTHER DESCRIPTIONS. CORE & MAIN IS NOT LIABLE FOR DELIVERY DELAYS, CANCELLATIONS OR PRICE INCREASES RESULTING FROM ANY CAUSE BEYOND OUR CONTROL. THESE INCLUDE BUT ARE NOT LIMITED TO: MANUFACTURERS' SHORTAGES, AVAILABILITY OR TIMELINESS OF TRANSPORTATION, MATERIAL, FUELS, OR SUPPLIES. UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES UPON THIRTY (30) CALENDAR DAYS’ NOTICE TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER’S ACCEPTANCE OF SELLER’S TERMS AND CONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BE FOUND AT: https://coreandmain.com/TandC/ Printed 11/22/2019 REVISED - Hickory Creek Lift Station Page 1 of 2 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 SeƋ# QtLJ DesĐƌipoŶ UŶits PƌiĐe Edžt PƌiĐe ϭϬ ϭ Ϯϰ" DEZURIK PLUG VLAVE EA ϭϯ,ϲϲϲ.ϲϳ ϭϯ,ϲϲϲ.ϲϳϮϬ ϰ ϭϰ" DEZURIK PLUG VALVE EA ϯ,ϮϬϮ.Ϯϱ ϭϮ,ϴϬϵ.ϬϬϯϬ ϭ ϭϮ" DEZURIK PLUG VALVE EA Ϯ,ϰϰϯ.ϯϰ Ϯ,ϰϰϯ.ϯϰSuď Total Ϯϴ,ϵϭϵ.ϬϭTadžϬ.ϬϬTotal Ϯϴ,ϵϭϵ.Ϭϭ BƌaŶĐh Teƌŵs: UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BYCUSTOMER FOR MANUFACTURE WITHIN THIRTY ;ϯϬͿ CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LPRESERVES THE RIGHT TO INCREASE PRICES UPON THIRTY ;ϯϬͿ CALENDAR DAYS’ NOTICE TO ADDRESS FACTORS, INCLUDING BUTNOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILLCOMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEADTIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPONBUYER’S ACCEPTANCE OF SELLER’S TERMS AND CONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BE FOUNDAT: hps://coreaŶdŵaiŶ.coŵ/TaŶdC/ Ϭϵ/Ϭϲ/ϮϬϭϵ - ϵ:ϭϳ AM Actual tadžes ŵaLJ ǀarLJ Page Ϯ of Ϯ REY-MAR CONSTRUCTION Bid Date: Ϭϵ/ϯϬ/ϮϬϭϵCoƌe & MaiŶ ϭϬϱϱϮϱϲ Coƌe & MaiŶ ϲϵϱϵ State HǁLJ Ϯϳϲ RoLJse CitLJ, TX ϳϱϭϴϵ PhoŶe: ϵϳϮ-ϲϯϱ-ϮϳϮϮ Fadž: ϵϳϮ-ϲϯϱ-ϵϯϮϱ Bid Proposal for HickorLJ Creek - Dezurik plug ǀalǀes DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 REY-MAR CONSTRUCTION ϯϰϭϲ REED STREET FORT WORTH, TX ϳϲϭϭϵ Joď HickorLJ Creek Li StaoŶ DeŶtoŶ, TX EŶgiŶeer: HAZEN & SAWYER Bid Date: ϭϮ/ϭϭ/ϮϬϭϴ ϭϭ:ϬϬ a.ŵ. Bid #: ϳϲϯϱϲϯ Sales RepƌeseŶtave Rick GuiŶŶ ;MͿ ϵϳϮ-ϱϭϱ-ϳϯϳϯ ;TͿ Ϯϭϰ-ϲϯϭ-ϵϰϭϬ Richard.GuiŶŶ@coreaŶdŵaiŶ.coŵ Coƌe & MaiŶ ϰϯϯϯ IrviŶg Blvd Dallas, TX ϳϱϮϰϳ ;TͿ Ϯϭϰ-ϲϯϭ-ϵϰϭϬ THIS QUOTE REPRESENTS OUR INTERPRETATION OF MATERIAL WE MAY FURNISH FOR THIS JOB AND IS NOT GUARANTEED AS TO ACCURACY OF SIZES, QUANTITIES OR OTHER DESCRIPTIONS. CORE & MAIN IS NOT LIABLE FOR DELIVERY DELAYS, CANCELLATIONS OR PRICE INCREASES RESULTING FROM ANY CAUSE BEYOND OUR CONTROL. THESE INCLUDE BUT ARE NOT LIMITED TO: MANUFACTURERS' SHORTAGES, AVAILABILITY OR TIMELINESS OF TRANSPORTATION, MATERIAL, FUELS, OR SUPPLIES. Ϭϲ/ϭϰ/ϮϬϭϵ - Ϯ:ϭϱ PM THIS QUOTE IS NOT A CONTRACT TO SUPPLY MATERIAL OR GUARANTEE OF PRODUCT AVAILABILITY.FOB JOB SITE FOR FULL TRUCK LOADS. FREIGHT CHARGES MAY APPLY FOR PARTIAL SHIPMENTS. Actual tadžes ŵaLJ varLJ Page ϭ of ϰ Bid Proposal for HickorLJ Creek Li StaoŶ CUSTOMERCONTACTNOTESORIGINAL QUOTE FOR VALVES TO DETERMIN CREDIT DUE DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 SeƋ# QtLJ DesĐƌipoŶ UŶits PƌiĐe Edžt PƌiĐe ϭϬ ϯϬ" RSϮϬ ϱϲ ϯϬ PVC SDRϮϲ HW SWR PIPE ;GͿ ϭϰ'FT ϴϰ.ϲϰ ϰ,ϳϯϵ.ϴϰ ϰϬ Ϯϰ" RS ϱϬ ϱϲ Ϯϰ PVC SDRϮϲ HW SWR PIPE ;GͿ ϭϰ'FT ϰϳ.ϯϲ Ϯ,ϲϱϮ.ϭϲ ϳϬ MANHOLESϴϬMH-ϭϵϬ ϭ ϲ' FRP DROP MANHOLE EA ϯϬ,ϳϴϭ.ϭϬ ϯϬ,ϳϴϭ.ϭϬ W/ROCK BASKETϭϭϬ ϭ ϮϰXϮϰ PVC SDRϮϲ SWR TEE GXG HW EA ϯ,ϵϳϬ.ϱϵ ϯ,ϵϳϬ.ϱϵϭϮϬ ϭ Ϯϰ PVC SDRϮϲ SWR ϵϬ GXG HW EA ϭ,ϵϭϭ.ϳϳ ϭ,ϵϭϭ.ϳϳϭϯϬ ϭ ϮϰXϮ" CONCRETE MH GRADE RING EA ϮϬ.ϴϮ ϮϬ.ϴϮϭϰϬ ϱϴ LINK SEAL LS-ϰϬϬ-SS EA Ϯϱ.ϰϯ ϭ,ϰϳϰ.ϵϰϭϱϬ ϭ ϭϬϬϲ-ϮϰϮϰ Ϯϰ CPLG CONCXCI/PVC EA ϳϱϬ.ϲϴ ϳϱϬ.ϲϴϭϲϬ ϭ Ϯϰ" ϰϬϬLB M/H RING STACKABLE EA ϭϴϴ.ϵϲ ϭϴϴ.ϵϲϭϳϬ ϭ Ϯϰ" ϰϬϬLB MH COVER ONLY SAN SEWER EA ϭϵϬ.ϭϭ ϭϵϬ.ϭϭϭϴϬMH-ϮϭϵϬ ϭ ϲϬ"Xϰ' CONC BASE EXTEND ϲXϭϮ EA ϭ,ϳϰϮ.ϱϰ ϭ,ϳϰϮ.ϱϰϮϬϬ ϭ ϲϬ"Xϭ' CONC MH RISER SECT EA ϭϰϵ.ϭϳ ϭϰϵ.ϭϳϮϭϬ ϭ ϲϬ" X ϰϴ" CONC MH ADAPTER EA ϰϰϮ.ϯϮ ϰϰϮ.ϯϮϮϮϬ ϭ ϰϴXϮ'CONC MH CONCENTRIC CONE Ϯϰ HOLE EA ϭϴϭ.Ϭϴ ϭϴϭ.ϬϴϮϯϬ ϭ ϮϰXϮ" CONCRETE MH GRADE RING EA ϮϬ.ϴϮ ϮϬ.ϴϮϮϰϬ ϭ VϭϰϮϬ ϯϮ" STACKABLE RING ONLY EA ϭϵϰ.ϵϮ ϭϵϰ.ϵϮϮϱϬ ϭ VϭϰϴϬ-ϭ ϯϮ"COVER ONLY SANITARY SEWER EA ϭϳϵ.ϴϬ ϭϳϵ.ϴϬϮϲϬ ϭ Ϯϰ PRESS-SEAL BOOT F/CONC M.H EA ϮϬϯ.ϳϵ ϮϬϯ.ϳϵ ϮϳϬ Ϯ Ϯϭ" PRESS-SEAL BOOT F/CONC MH EA ϭϲϭ.ϯϵ ϯϮϮ.ϳϴϮϴϬVENT -;TIE IN ?ͿϮϵϬ ϭ ϰ FLGXPE DI PIPE PϰϬϭ ϭϰ'EA ϲϳϬ.ϰϱ ϲϳϬ.ϰϱϯϬϬ Ϯ ϰ FLG ϵϬ CϭϭϬ PϰϬϭ IMP EA ϭϳϮ.ϴϬ ϯϰϱ.ϲϬϯϭϬ ϭ ϰ COMP FLG DI F/STL IMP EA ϭϳ.ϯϲ ϭϳ.ϯϲϯϮϬ ϭ ϭϮXϭϮ SS SCREEN ϭϲ MESH EA ϭϰ.ϳϮ ϭϰ.ϳϮϯϯϬ ϯ ϰXϭ/ϴ FLG ACC RR FF ϯϭϲSS B&N EA ϮϮ.ϭϴ ϲϲ.ϱϰϯϰϬMH-ϯϯϱϬ ϭ ϭϲ' FRP WET WELL EA ϴϬ,ϭϬϮ.ϭϭ ϴϬ,ϭϬϮ.ϭϭ ;REQUIRES CIP CONCRETE FLOORͿϯϳϬ ϭ ϰ FLOOR DRAIN EA ϰϱ.ϯϴ ϰϱ.ϯϴϯϴϬ ϭ ϰ PVC SCHϰϬ DWV P-TRAP HXH EA ϱϳ.ϯϮ ϱϳ.ϯϮϯϵϬ Ϯ ϯϬ SDRϮϲ SWR REPAIR CPLG GXG EA ϭ,Ϯϵϰ.ϭϮ Ϯ,ϱϴϴ.Ϯϰ ϰϬϬ ϱϴ LINK SEAL LS-ϰϬϬ-SS EA Ϯϱ.ϰϯ ϭ,ϰϳϰ.ϵϰ ϰϮϬ Ϯϰ" FMϰϯϬ ϮϮϬ Ϯϰ TJ PRϮϱϬ DI PIPE PϰϬϭ FT ϭϭϴ.ϵϯ Ϯϲ,ϭϲϰ.ϲϬϰϰϬ Ϯ ϱϮ"XϮϬϬ' ENCASEMENT TUBE ϴML F/Ϯϰ" D.I. EA ϭϰϳ.ϰϭ Ϯϵϰ.ϴϮϰϱϬ ϱ Ϯ"XϭϬϬ' POLYWRAP TAPE EA ϱ.ϲϳ Ϯϴ.ϯϱϰϲϬ ϭ ϮϰXϮϰ MJ WYE Cϭϱϯ PϰϬϭ IMP EA ϱ,ϰϭϬ.ϴϯ ϱ,ϰϭϬ.ϴϯϰϳϬ Ϯ Ϯϰ MJ ϭϭ-ϭ/ϰ Cϭϱϯ PϰϬϭ IMP EA ϭ,ϯϭϬ.ϱϬ Ϯ,ϲϮϭ.ϬϬϰϴϬ ϭ Ϯϰ MJ PLUG VALVE W/GEAR EA ϭϭ,ϲϲϲ.ϲϳ ϭϭ,ϲϲϲ.ϲϳϰϵϬ ϭ ϱϲϮ-S VLV BOX W/LID IMPORT ϱ-ϭ/ϰ" SCREW TYPE Ϯϳ-ϯϳ EA ϯϴ.ϲϵ ϯϴ.ϲϵϱϬϬ Ϯ Ϯϰ MJ ϮϮ-ϭ/Ϯ Cϭϱϯ PϰϬϭ IMP EA ϭ,ϯϬϵ.ϳϱ Ϯ,ϲϭϵ.ϱϬϱϭϬ Ϯ Ϯϰ MJ ϵϬ Cϭϱϯ PϰϬϭ IMP EA ϭ,ϴϬϵ.ϯϮ ϯ,ϲϭϴ.ϲϰ REY-MAR CONSTRUCTION Joď LoĐaoŶ: DeŶtoŶ, TXEŶgiŶeeƌ: HAZEN & SAWYER Bid Date: ϭϮ/ϭϭ/ϮϬϭϴ ϭϭ:ϬϬ a.ŵ.Coƌe & MaiŶ ϳϲϯϱϲϯ Coƌe & MaiŶ ϰϯϯϯ IrviŶg BlvdDallas, TX ϳϱϮϰϳ PhoŶe: Ϯϭϰ-ϲϯϭ-ϵϰϭϬFadž: Ϯϭϰ-ϵϬϱ-Ϭϳϲϴ Bid Proposal for HickorLJ Creek Li StaoŶ Invoice Summary For Valve Credit 24" PV $11,666.67 14" PV $2,777.78 14" PV x 3 $8,333.34 12" PV $1,944.45 TOTAL PV: $24,723.24 14" CV $12,222.23 14" CV x 3 $36,666.69 TOTAL CV: $48,888.92 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 SeƋ# QtLJ DesĐƌipoŶ UŶits PƌiĐe Edžt PƌiĐe ϱϮϬ ϭ ϮϰXϭϰ MJ TEE Cϭϱϯ PϰϬϭ IMP EA Ϯ,ϭϳϵ.ϬϮ Ϯ,ϭϳϵ.ϬϮϱϯϬ ϭϵ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϱ,ϱϮϭ.ϱϵϱϰϬ ϭϵ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ ϲϴϰ.ϭϵϱϱϬ ϭ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϴϯ.ϯϲϱϲϬ ϭ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ Ϯϯ.ϮϯϱϳϬFLOW METER VAULTϱϴϬ ϭ ϲ'Xϲ' VAULT W/ HATCH EA ϱ,ϳϱϬ.ϬϬ ϱ,ϳϱϬ.ϬϬϱϵϬ ϭ HALLIDAY ϯϲXϯϲ HATCH EA Ϯ,ϲϲϲ.ϲϳ Ϯ,ϲϲϲ.ϲϳϲϬϬ ϭ Ϯϰ FLGXPE DI PIPE ϭϳ' PϰϬϭ EA ϰ,ϯϯϲ.ϵϱ ϰ,ϯϯϲ.ϵϱϲϭϬ Ϯ Ϯϰ MJ L/P SLV Cϭϱϯ PϰϬϭ IMP EA ϭ,Ϯϯϭ.ϴϮ Ϯ,ϰϲϯ.ϲϰ ϲϮϬ ϰ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϭ,ϭϲϮ.ϰϰϲϯϬ ϰ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ ϭϰϰ.ϬϰϲϰϬBYPASSϲϱϬ ϭ ϭϰ FLGXPE DI PIPE ϴ' PϰϬϭ EA ϭ,ϭϵϴ.ϭϳ ϭ,ϭϵϴ.ϭϳϲϲϬ ϭ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϵϯϱ.ϭϲ ϵϯϱ.ϭϲϲϳϬ ϭ ϭϰ FLG PLUG VALVE W/GEAR EA Ϯ,ϳϳϳ.ϳϴ Ϯ,ϳϳϳ.ϳϴϲϴϬ ϭ ϭϰ FLG CHECK VALVE EA ϭϮ,ϮϮϮ.Ϯϯ ϭϮ,ϮϮϮ.ϮϯϲϵϬ ϭ ϭϰ FLGXFLG DI PIPE PϰϬϭ PR ϭ' PRIMED EA ϱϯϯ.Ϯϯ ϱϯϯ.ϮϯϳϬϬ ϭ ϭϰ BLIND FLG DI PϰϬϭ PR IMP EA ϳϬϬ.ϲϮ ϳϬϬ.ϲϮϳϭϬ ϱ ϭϰXϭ/ϴ FLG FF RR ACC SS ϯϭϲ EA ϭϯϲ.ϵϮ ϲϴϰ.ϲϬ ϳϯϬ LIFT STATION M-Ϭϭ,ϬϮϳϰϬ ϯ ϭϰXϭϮ FLG ECC RED CϭϭϬ PϰϬ ϭMP EA ϴϴϱ.ϰϲ Ϯ,ϲϱϲ.ϯϴϳϱϬ ϯ ϭϰ FLGXFLG DI PIPE ϱ' PϰϬϭ EA ϭ,ϬϮϳ.ϵϭ ϯ,Ϭϴϯ.ϳϯϳϲϬ ϲ ϭϰ FLG ϮϮ-ϭ/Ϯ CϭϭϬ PϰϬϭ IMP EA ϴϴϱ.ϰϲ ϱ,ϯϭϮ.ϳϲϳϳϬ ϱ ϭϰ FLGXFLG DI PIPE ϯ'ϲ"' PϰϬϭ EA ϴϰϮ.ϰϬ ϰ,ϮϭϮ.ϬϬϳϴϬ ϯ ϭϰ FLGXFLG DI PIPE ϭϬ' PϰϬϭ EA ϭ,ϱϳϱ.ϲϴ ϰ,ϳϮϳ.ϬϰϳϵϬ ϯ ϭϰ FLGXFLG DI PIPE ϭϯ' PϰϬϭ EA Ϯ,Ϭϭϳ.Ϯϴ ϲ,Ϭϱϭ.ϴϰϴϬϬ ϯ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϵϯϱ.ϭϲ Ϯ,ϴϬϱ.ϰϴϴϭϬ ϲ ϭϰ FLGXFLG DI PIPE ϭ' PϰϬϭ EA ϱϯϯ.Ϯϯ ϯ,ϭϵϵ.ϯϴϴϮϬ Ϯ ϭϰ FLG ϰϱ CϭϭϬ PϰϬϭ PR IMP EA ϳϴϯ.ϰϰ ϭ,ϱϲϲ.ϴϴϴϯϬ ϭ ϭϰ FLGXFLG DI PIPE ϰ' PϰϬϭ EA ϵϬϰ.Ϯϰ ϵϬϰ.Ϯϰ ϴϰϬ ϯ ϭϰ" EXPANSION JOINT EA Ϯ,ϴϮϯ.ϱϯ ϴ,ϰϳϬ.ϱϵϴϱϬ ϯ ϭϰ FLGXFLG DI PIPE Ϯ'ϲ"' PϰϬϭ EA ϭ,Ϭϭϯ.Ϭϵ ϯ,Ϭϯϵ.Ϯϳ W/ Ϯ" TAPϴϳϬ ϯ ϭϰ FLG CHECK VALVE EA ϭϮ,ϮϮϮ.Ϯϯ ϯϲ,ϲϲϲ.ϲϵϴϴϬ ϯ ϭϰ FLG PLUG VALVE W/GEAR EA Ϯ,ϳϳϳ.ϳϴ ϴ,ϯϯϯ.ϯϰϴϵϬ ϯ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϭ,ϲϲϮ.ϱϵ ϰ,ϵϴϳ.ϳϳ W/ Ϯ" TAP @ "Y"ϵϭϬ ϯ ϭϰ FLGXPE DI PIPE ϲ' PϰϬϭ EA ϵϱϬ.ϴϯ Ϯ,ϴϱϮ.ϰϵϵϮϬ ϯ ϮϰXϭϰ MJ TEE CϭϱϯPϰϬϭ IMP EA Ϯ,ϭϳϵ.ϬϮ ϲ,ϱϯϳ.ϬϲϵϯϬ ϭ ϮϰXϭϮ MJ TEE Cϭϱϯ PϰϬϭ IMP EA ϭ,ϱϭϳ.ϭϴ ϭ,ϱϭϳ.ϭϴϵϰϬ ϭ Ϯϰ MJ PLUG Cϭϱϯ PϰϬϭ IMP EA ϭ,ϭϲϱ.ϭϴ ϭ,ϭϲϱ.ϭϴϵϱϬ ϭ ϭϮ FLGXPE DI PIPE PϰϬϭ ϱ'EA ϲϮϴ.ϭϬ ϲϮϴ.ϭϬϵϲϬ ϭ ϭϮ FLG PLUG VALVE W/GEAR EA ϭ,ϵϰϰ.ϰϱ ϭ,ϵϰϰ.ϰϱ ϵϳϬ ϭ ϭϮ" FLG ANGLE SURGE VALVE EA ϭϲ,ϲϲϲ.ϲϳ ϭϲ,ϲϲϲ.ϲϳϵϴϬ ϭ ϭϮ FLGXFLG DI PIPE PϰϬϭ ϭ'ϲ"EA ϰϯϭ.ϱϴ ϰϯϭ.ϱϴϵϵϬ ϭ ϭϮ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϯϴϮ.ϱϵ ϯϴϮ.ϱϵϭϬϬϬ ϭ ϭϮ FLGXPE DI PIPE ϴ'ϲ" PϰϬϭ EA ϵϳϮ.Ϭϭ ϵϳϮ.ϬϭϭϬϭϬ Ϯ ϭϮ MJ ϵϬ Cϭϱϯ PϰϬϭ IMP EA ϰϴϯ.ϳϳ ϵϲϳ.ϱϰϭϬϮϬ ϮϬ ϭϮ TJ PRϯϱϬ DI PIPE PϰϬϭ FT ϱϬ.ϰϵ ϭ,ϬϬϵ.ϴϬϭϬϯϬ ϰϰ ϭϰXϭ/ϴ FLG FF RR ACC SS ϯϭϲ EA ϭϯϲ.ϵϮ ϲ,ϬϮϰ.ϰϴϭϬϰϬ ϴ ϭϮXϭ/ϴ FLG ACC RR FF ϯϭϲSS B&N EA ϴϳ.ϮϮ ϲϵϳ.ϳϲϭϬϱϬ ϯ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϮϱϬ.ϬϴϭϬϲϬ ϯ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ ϲϵ.ϲϵϭϬϳϬ ϲ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϭ,ϳϰϯ.ϲϲϭϬϴϬ ϲ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ Ϯϭϲ.Ϭϲ Bid Proposal for HickorLJ Creek Li StaoŶ Bid #: ϳϲϯϱϲϯ DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 2 WORK CHANGE DIRECTIVE NO.: 3 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 3/12/2020 Effective Date of Work Change Directive: 3/12/2020 Contractor is directed to proceed promptly with the following change(s): Description: Replace FRP manhole with cast in place concrete manhole for the debris screen. Attachments: 1. Hazen and Sawyer Cast In Place Manhole Detail – 2/25/2020 2. Quote Hickory Creek Lift Station Cast-In-Place MH by Rey Mar Construction Purpose for the Work Change Directive: Based on delays from FRP MH and debris screen lack of coordination, the FRP manhole is changing to a cast-in-place manhole for a more robust structure for anchoring debris screen that can be quickly constructed onsite. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $20,898.93 increase. Contract Time: 25 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 03/12/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Cast-in-Place MH material labor rental / sub Unit Total Total Total Unit Sub / Rental Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description Cast-in-Place Debris Basket MH 16" walls & 18" thick base 0 Concrete placement walls & base 4500 PSI 47 YD - 132.00 15.75 6,204.00 740.25 1 #5 @ 8" OC Rebar placement walls-(double mat) & #6 @ 8" base-(double mat) 1 LS - 3,979.00 3,060.00 - 3,979.00 3,060.00 2 Set up Symon Forms 2 pours walls w/ waterseal loop ties 2 EA - - 1,627.00 2,268.60 - 3,254.00 3 Walk way inside & outside symon forms 2x4s (rails) 2x12s (walkway)1 EA - 587.81 378.97 - 587.81 378.97 4 18" Wall ties with water stop 700 EA 0.70 - - 490.00 - 5 Fernco Expansion Joint XJ-4 1 EA - 32.59 - 32.59 - 6 Water Stop 6" @ walls 50' Rolls - we will have 70' 2 RL - 104.35 - - 208.70 - 7 Symon form removal 2 EA - - 1,037.00 - - 2,074.00 8 Exterior Coatings Tenemec - Series 46-465 15 GAL 48.00 11.00 - 720.00 165.00 9 Interior coatings - Fuquay 768 SF - 16.50 12,672.00 - 10 concrete pump 1 EA - - - 1,564.00 - - 11 FRP 6' MH 1 LS - - (17,728.97) - - 12 crane to set FRP MH 1 LS - - (1,448.00) (1,218.00) - (1,448.00) - - - - - - - - - - - - - - - - - Subtotal (15,097.87) 24,894.10 8,224.22 Burden 35%- 2,878.48 Subtotal (15,097.87) 24,894.10 11,102.70 Subtotal - Sub/Rental + Labor + Material 20,898.93 Overhead 10% Subtotal 20,898.93 Profit 10% Subtotal 20,898.93 Bond 1.5% Subtotal 20,898.93 Insurance 2% Total 20,898.93 Days Extra 25.00 Job:Hickory Creek LS Item:Hickory Creek Lift Station - Cast-in-Place MH Sht.1 of 1 Unit Sub #3 is a line item for lumber needed to install walk-ways with rails around the inside & outside of the structure for safety purposes. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Gray Rebar REVISED QUOTE GRAY REBAR , LLC DATE: MARCH 9, 2020 10916 ADIANA LN. CROWLEY,TEXAS 76036 Phone 817-999-1290 TO REY-MAR CONSTRUCTION SERGIO CONCHAS 3416 REED ST 817-441-3472 FT WORTH,TX 76119 HICKORY CREEK LIFT STATION 2695 OLD ALTON RD DENTON ,TEXAS 76210 INVOICE NUMBER JOB SHIPPING METHOD DELIVERY DATE PAYMENT TERMS GR19-24X Rev #2 HICKORY CRK LIFT STA TRUCK TBA Net 30 QTY ITEM # DESCRIPTION UNIT PRICE LINE TOTAL APPROX 3.6 TONS FABRICATED REINFORCING GRADE 60 “EXTRA – DEBRIS BASKET MANHOLE” WALLS ONLY $ 3,979.00 DETAILING INCLUDED ACCESSORIES INCLUDED TRUCKING INCLUDED SUB TOTAL $ 3,979.00 TAX EXEMPT TOTAL $ 3,979.00 TIM GRAY (TIMGRAY4@ATT.NET) THANK YOU FOR YOUR BUSINESS! DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 FUQUAY, INC. P.O. BOX 310946 NEW BRAUNFELS, TEXAS 78131-0946 PHONE (830) 606-188 PHONE (830) 606-1882 FAX (830) 606-1885 PROPOSAL BID DATE:February 25, 2020 PROJECT:HICKORY CREEK LIFT STATION DENTON, TEXAS WE PROPOSE TO PROVIDE ALL THE MATERIALS, LABOR, EQUIPMENT AND SUPERVISION NECESSARY TO COMPLETE THE FOLLOWING ITEMS FOR THE PROJECT REFERENCED ABOVE. ALT ITEM DESC S.P.ITEM APPROX. UNIT BID NO. NO. CODE NO.BID ITEM DESCRIPTION UNIT QTY'S PRICE AMOUNT 125 MIL SPRAYWALL PREP AND COAT INTERIOR OF NEW 6' X 6' X 29' DEEP MANHOLE SF 768 $16.50 $12,672.00 TOTAL $12,672.00 ALL MATERIAL IS GUARANTEED TO BE AS SPECIFIED, AND THE WORK TO BE PERFORMED IN ACCORDANCE WITH THE DRAWING AND SPECIFICATIONS SUBMITTED FOR THE ABOVE WORK AND COMPLETED IN A SUBSTANTIAL WORKMANLIKE MANNER. ANY ALTERATION OR DEVIATION FROM SPECIFICATIONS AND DRAWINGS INVOLVING EXTRA COSTS WILL BE EXECUTED ONLY UPON WRITTEN ORDERS AND WILL BECOME AN EXTRA CHARGE OVER AND ABOVE THE QUOTATION. WORKER'S COMPENSATION AND PUBLIC LIABILITY INSURANCE ON ABOVE WORK TO BE FURNISHED BY FUQUAY, INC. THERE MAY BE AN ADDITIONAL CHARGE FOR PROVIDING A WAIVER OF SUBROGATION AND/OR BEING LISTED AS AN ADDITIONAL INSURED ON FUQUAY'S INSURANCE. THE CHARGE SHALL BE EQUAL TO THE AMOUNT CHARGED TO FUQUAY FOR SAID SERVICE. HEAVY EXCAVATION TO BE DONE BY OTHERS. SUBGRADE OR 0.1 BELOW. EXCLUSIONS: SALES TAX BENCH AND INVERT WORK PERMITS, BURDENS, FEES PROVIDING AND/OR PERFORMING TESTING WASTE HAUL-OFF DEWATERING SURVEYING BYPASS PUMPING AND PIPE PLUGGING SITE CLEARING INFILTRATION REPAIR TRAFFIC CONTROL ACCESS TO WORK AREA WITH EQUIPMENT TERMS: PAYMENT FOR SERVICES SHALL BE DUE AND PAYABLE WITHIN THIRTY DAYS OF THE DATE/MONTH THE WORK IS PERFORMED. THIS PROPOSAL MAY BE WITHDRAWN BY US IF NOT ACCEPTED WITHIN THIRTY DAYS. ACCEPTED BY: RESPECTFULLY SUBMITTED, COMPANY: FUQUAY, INC.NAME: TITLE: DATE: ITEM-CODE DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 H.B. TNEMECOL PRODUCT DATA SHEET SERIES 46-465 PRODUCT PROFILE GENERIC DESCRIPTION Coal Tar COMMON USAGE Versatile coal tar coating for use in immersion, splash and spillage, chemical fumes and below-grade environments. COLORS Black FINISH Semi-gloss Published technical data and instructions are subject to change without notice. The online catalog at www.tnemec.com should be referenced for the most current technical data and instructions or you may contact your Tnemec representative for current technical data and instructions. © October 1, 2001 by Tnemec Co., Inc. COATING SYSTEM PRIMERS Self-priming Published technical data and instructions are subject to change without notice. The online catalog at www.tnemec.com should be referenced for the most current technical data and instructions or you may contact your Tnemec representative for current technical data and instructions. SURFACE PREPARATION Prepare by method suitable for exposure and service. STEEL Immersion Service: SSPC-SP6 Commercial Blast Cleaning CONCRETE Allow new concrete to cure 28 days. For optimum results and/or immersion service, abrasive blast referencing SSPC- SP13/NACE 6 Surface Preparation of Concrete and Tnemec’s Surface Preparation and Application Guide. ALL SURFACES Must be clean, dry and free of oil, grease and other contaminants. Concrete surfaces must also be free of all form release agents, curing compounds/sealers, hardeners and membranes. Published technical data and instructions are subject to change without notice. The online catalog at www.tnemec.com should be referenced for the most current technical data and instructions or you may contact your Tnemec representative for current technical data and instructions. TECHNICAL DATA VOLUME SOLIDS 64.0 ± 2.0% RECOMMENDED DFT 8.0 to 12.0 mils (205 to 305 microns) per coat. Note: Number of coats and thickness requirements will vary with substrate, application method and exposure. Contact your Tnemec representative. CURING TIME Temperature To Touch To Recoat Immersion 75°F (24°C) 2 hours 24 hours 7 days Curing time varies with surface temperature, air movement, humidity and film thickness. VOLATILE ORGANIC COMPOUNDS Unthinned: 2.56 lbs/gallon (306 grams/litre) Thinned 5%: 2.78 lbs/gallon (333 grams/litre) THEORETICAL COVERAGE 1,026 mil sq ft/gal (25.2 m²/L at 25 microns). See APPLICATION for coverage rates. NUMBER OF COMPONENTS One PACKAGING 55 gallon (208.2L) drums, 5 gallon (18.9L) pails and 1 gallon (3.79L) cans. NET WEIGHT PER GALLON 13.08 ± 0.25 lbs (5.93 ± .11 kg) STORAGE TEMPERATURE Minimum 20°F (-7°C) Maximum 120°F (49°C) TEMPERATURE RESISTANCE (Dry) Continuous 140°F (60°C) Immersion Service 120°F (49°C) SHELF LIFE 12 months at recommended storage temperature. FLASH POINT - SETA 80°F (27°C) HEALTH & SAFETY Paint products contain chemical ingredients which are considered hazardous. Read container label warning and Material Safety Data Sheet for important health and safety information prior to the use of this product. Keep out of the reach of children. Published technical data and instructions are subject to change without notice. The online catalog at www.tnemec.com should be referenced for the most current technical data and instructions or you may contact your Tnemec representative for current technical data and instructions. APPLICATION COVERAGE RATES Dry Mils (Microns) Wet Mils (Microns) Sq Ft/Gal (m²/Gal) Suggested 10.0 (255) 15.5 (395) 103 (9.5) Minimum 8.0 (205) 12.5 (320) 128 (11.9) Maximum 12.0 (305) 19.0 (480) 86 (7.9) Allow for overspray and surface irregularities. Film thickness is rounded to the nearest 0.5 mil or 5 microns. Application of coating below minimum or above maximum recommended dry film thicknesses may adversely affect coating performance. MIXING Stir thoroughly, making sure no pigment remains on the bottom of the can. THINNING Use No. 2 Thinner. For air or airless spray, brush or roller, thin up to 5% or 1/4 pint (190 mL) per gallon if necessary. Drum heaters or inline heaters may be necessary to maintain application viscosity during cool weather. Page 1 of 2 Exterior Coatings - 2 Coats DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 APPLICATION EQUIPMENT Air Spray Gun Fluid Tip Air Cap Air Hose ID Mat’l Hose ID Atomizing Pressure Pot Pressure DeVilbiss MBC or JGA E 704 3/8” or 1/2” (9.5 or 12.7 mm) 1/2” or 3/4” (12.7 or 19 mm) 50 psi (3.4 bar) 20 psi (1.4 bar) Low temperatures or longer hoses require higher pot pressure. Airless Spray Tip Orifice Atomizing Pressure Mat’l Hose ID Manifold Filter 0.017”-0.031” (430-785 microns) 2400-3000 psi (165-207 bar) 3/8” or 1/2” (9.5or 12.7 mm) 60 mesh (250 microns) Use appropriate tip/atomizing pressure for equipment, applicator technique and weather conditions. Roller: Use high quality synthetic nap covers. Short nap for smooth surfaces. Long nap for rough surfaces. Note: Two or more coats may be required to obtain recommended film thicknesses. Brush: Use high quality nylon or synthetic bristle brushes. Note: Two or more coats may be required to obtain recommended film thicknesses. SURFACE TEMPERATURE Minimum 40°F (4°C) Maximum 135°F (57°C) The surface should be dry and at least 5°F (3°C) above the dew point. CLEANUP Flush and clean all equipment immediately after use with the recommended thinner or xylol. © October 1, 2001 by Tnemec Co., Inc. PRODUCT DATA SHEET H.B. TNEMECOL | SERIES 46-465 WARRANTY & LIMITATION OF SELLER'S LIABILITY: Tnemec Company, Inc. warrants only that its coatings represented herein meet the formulation standards of Tnemec Company, Inc. THE WARRANTY DESCRIBED IN THE ABOVE PARAGRAPH SHALL BE IN LIEU OF ANY OTHER WARRANTY, EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THERE ARE NO WARRANTIES THAT EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF. The buyer's sole and exclusive remedy against Tnemec Company, Inc. shall be for replacement of the product in the event a defective condition of the product should be found to exist and the exclusive remedy shall not have failed its essential purpose as long as Tnemec is willing to provide comparable replacement product to the buyer. NO OTHER REMEDY (INCLUDING, BUT NOT LIMITED TO, INCIDENTAL OR CONSEQUENTIAL DAMAGES FOR LOST PROFITS, LOST SALES, INJURY TO PERSON OR PROPERTY, ENVIRONMENTAL INJURIES OR ANY OTHER INCIDENTAL OR CONSEQUENTIAL LOSS) SHALL BE AVAILABLE TO THE BUYER. Technical and application information herein is provided for the purpose of establishing a general profile of the coating and proper coating application procedures. Test performance results were obtained in a controlled environment and Tnemec Company makes no claim that these tests or any other tests, accurately represent all environments. As application, environmental and design factors can vary significantly, due care should be exercised in the selection and use of the coating. Tnemec Company Incorporated 6800 Corporate Drive Kansas City, Missouri 64120-1372 1-800-TNEMEC1 Fax: 1-816-483-3969 www.tnemec.com PDS46465 Page 2 of 2 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 A.Furnish 66.00 lft. of double faced form panel system and - panel system, 29 ft. high and 1,914 $2,201 Panel Rental per month B.Furnish 25 turnbuckle form aligners. Does not include lumber, stakes, or other fasteners $30.00 Turnbuckle Rental per month C.Furnish 8 walkway brackets. Does not include lumber, safety equipment, or other fasteners. $37.50 Walkway Rental per month $2,268.60 Total Forming Hardware Rental Per Month D.Furnish wall form ties Item #Description Concrete Thickness Qty. Purchase Total SNP3149 H.D Ties 16"no ties #VALUE! Form Tie Total #VALUE! E.Furnish No lumber lft. of 2"X4"x16' lumber for wales,sill plates, strongbacks and bracing. #VALUE! Purchase F. Accepted:Barnsco: Title:Title: Date:Date:1 of 4 REYMAR CONSTRUCTION HICKORY CREEK LS MANHOLE 2751 Old Alton Road, Denton Texas 76210 Form Panel System Rental & Purchase Agreement Unit Price Customer: Project: Location: All quantities quoted are estimates only. Quantities are subject to revisions based on contractor's actual needs and methods of construction. Unit prices to remain as shown. The total price will increase or decrease with quantities ordered. Revised arch. and struc. drawings requiring rework will be charged as an add to the contract at the unit prices shown above. $0.70 sqft. Forming system consists of form panels, filler QUOTE VALID FOR 2 WEEKS FROM PRINTED DATE lft. of single faced form Forming Supervisor 3/3/2020 panels, filler angles, outside corner angles, inside corner panels,attach. plates, waler and strongback clamps, as well as wedge bolts & long bolts. Forming system is rated at 1,000 psf. Riley Wolf 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Customer: Project: Location: A.Misc. Concrete Accessories: Qty. Items Unit Price Total Price  0 Box 16D Nails 50LB $34.79 $0.00 0 Box 8D Nails 50LB $37.43 $0.00 1 5 Gal. Pail Form release oil DUOGARD citrus $48.40 $48.40 0 2"X4"X24" Wood Stakes for sill plates $0.69 $0.00 0 2"X4"X24" Wood Stakes for turnbuckles $1.03 $0.00 0 Sprayer Metal 1948 3.5 Gal.$144.94 $0.00 0 LF 3/4" CHAMFER STRIP 10'$0.08 $0.00 0 CHAMFER NAIL 3EG FINE 50LB BOX $77.53 $0.00 Total $48.40 B.  C.$0.0 $0.0 Accepted:Barnsco: Title:Title: Date:Date: 2 of 4 REYMAR CONSTRUCTION Riley Wolf 3/3/2020 Forming Supervisor HICKORY CREEK LS MANHOLE All quantities quoted are estimates only. Quantities are subject to revisions based on contractor's actual needs and methods of construction. Unit prices to remain as shown. The total price will increase or decrease with quantities ordered. Revised arch. and struc. drawings requiring rework will be charged as an add to the contract at the unit prices shown above. Freight Charge Each for pick up: 2751 Old Alton Road, Denton Texas 76210 Freight Charge Each Delivery: X 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Customer: Project: Location: A.Cleaning form panel faces, side and rails: 1.Removing light to moderate concrete by hand or form cleaning machine will be billed to the customer at no charge. 2 Removing excessive concrete from panels will be billed to the customer at $75.00/hr B.Repairing form panel faces, sides and rails: 1.Normal gouges in form panel faces will be repaired at no charge. 2.3 holes or more, bent or broken rails will be repaired and be billed to the customer at $75.00/hr C.Form panel rails and cross members: 1.Removing excess concrete from side and end rails of form panels using chisel and hand grinder will be at $75.00 per hour. 2.Bent or broken side and end rails that can be repaired or re-welded will be repaired at $75.00 per hour. D.Turnbuckles, hardware, pipe braces, or threaded products requiring cleaning, straightening or repair will be at $75.00 per hour. E.Any formwork equipment damaged beyond repair, lost, or converted from a rental to a sale will be invoiced to the customer at Barnsco's current unit sell prices less 10% discount. No additional discount, depreciation or rental equity will be allowed. Accepted:Barnsco: Title:Title: Date:Date: 3 of 4 3/3/2020 REYMAR CONSTRUCTION 2751 Old Alton Road, Denton Texas 76210 Riley Wolf Forming Supervisor Form Panel Damage Repair Policy HICKORY CREEK LS MANHOLE 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Customer: Project: Location: 1. 2. 3. 4.Prices for products, services and rental do not include any taxes. 5.Barnsco shall retain title to all rental equipment and customer agrees to keep rental equipment free of any liens, levies, and encumbrances. 6.Customer shall keep rental equipment insured against lost and damages. Barnsco shall be named as the insured and loss payee. Customer shall not relocate rental equipment without Barnsco's consent. 7.Customer agrees to maintain rental equipment in good repair and working condition. 8.Customer also agrees to operate the equipment in a safe and proper manner in compliance with all applicable laws, rules, regulations and solely for the purposes for which they are intended. 9.Any plans, drawings, application recommendations, verbal communications furnished by Barnsco are provided only as a service to conceptually illustrate the use and application of rental equipment and products. 10.Customer is responsible for the correct and safe usage of the rental equipment and products. 11.Customer assumes all liabilities and risks in connection with the equipment and product usage. 12.All rentals commence upon the date of shipment and cease upon the date of return to Barnsco. 13.Rentals are a 28 day minimum. After 28 days, rentals shall be pro-rated daily. 14.Barnsco will provide a banding machine at the customer's request at no charge. 15.The customer is responsible for properly banding the forms prior to pickup. 16.After receiving returned rental items, customer will be notified within 24 hours of any damages and cleaning requirements. Accepted:Barnsco: Title:Title: Date:Date: 4 of 4 3/3/2020 Tiltwall and Formwork Equipment Rental Terms And Conditions Riley Wolf REYMAR CONSTRUCTION HICKORY CREEK LS MANHOLE 2751 Old Alton Road, Denton Texas 76210 Rental agreement must be signed by customer prior to any rental equipment shipments. Forming Supervisor Customer is responsible for loading and unloading all materials from the delivery truck. Customer agrees to accept Barnsco's terms and conditions. 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Run Date: 3/05/20 Quote Customer # 240917 Order # M024636 Date Ordered 03/05/20 Job #HICKORY Job Name HICKORY CREEK Purchase Order #HICKORY CREEK LS Method of Shipment OUR TRUCK Contract Order #L645435 Ordered By SERGIO Ship Via CORE & MAIN LP Sold To:Ship To:Branch: REY-MAR CONSTRUCTION REY-MAR CONSTRUCTION KRUGERVILLE TX STOCK - RICHLAND HILLS HICKORY CREEK LS REPLACEMENT Branch - 143 3416 REED ST 2659 OLD ALTON RD.4650 Hwy 377 FORT WORTH, TX 76119 2822 DENTON, TX 76210 Krugerville, TX 76227 Phone: 940-365-9117 Bid Qty Qty Qty Seq# Product Code Description Ordered Shipped B/O Net Price UOM Ext Price /54016038145 32 PVC MH STOP RING 2 206.55000 EA 413.10 /80016038155 XJ-4 FERNCO EXPANSION JOINT 1 32.59000 EA 32.59 Terms in accordance with shipping manifest. Special Instructions/Comments: BID # 1154595 C/O # L645435 SERGIO # 817.441.3472 Total Ordered: 445.69 Tax Amount: .00 Other Charges: .00 Total: 445.69 1 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 PRESS-SEAL GASKET CORPORATION P.O. Box 10482, Fort Wayne, Indiana 46852 Phone: (260) 436-0521 (800) 348-7325 Fax: (260) 436-1908 E-mail: sales@press-seal.com Web: www.press-seal.comProviding productProviding products and services that protect our planet’s and services that protect our planet’s clean water supplys clean water supply..PSX has always set the standard for watertight pipe-to-structure connections. PSX: Direct DriveTM offers all of the sealing and durability advantages of PSX, combined with easy installation and adjustability. Using all stainless-steel components and polyisoprene rubber, PSX: Direct Drive is stronger than ever, and the unique adjusting mechanism makes installation simple. The PSX: Direct Drive Difference PSX: Direct Drive uses a simple all stainless steel adjuster. From outside the manhole, a small, pre-set torque wrench ratchets around the adjuster nut, opening both sides of the sleeve quickly and evenly. The breakover design wrench signals when the proper torque is reached, fully compressing the rubber against the manhole opening. Both cored and cast holes can now have the benefit of PSX sealing with the ease of wrench adjustability; the best of both worlds. PSX: Direct Drive Advantages: * Installs quickly and easily from outside the manhole * Requires no retightening or adjustment before shipment/installation * All stainless-steel components - No plastic wedges to crack or break * Easily accommodates hole size variation DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 PRESS-SEAL GASKET CORPORATION P.O. Box 10482, Fort Wayne, Indiana 46852 Phone: (260) 436-0521 (800) 348-7325 Fax: (260) 436-1908 E-mail: sales@press-seal.com Web: www.press-seal.com PRODUCT SPECIFICATIONS PSX: Direct Drive meets and/or exceeds all requirements of ASTM C-923, including physical properties of materials and performance testing. Performance testing includes: * 13 psi in straight alignment * 10 psi at minimum 7°angle * 10 psi under shear load of 150 lbs/in. pipe diameter PSX: Direct Drive meets and/or exceeds the following specifications: * ASTM C-923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. * ASTM C-1478 Standard Specification for Storm Drain Resilient Connectors Between Reinforced Concrete Storm Sewer Structures, Pipes and Laterals. * ASTM C-1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. APPLICATIONS * Sanitary sewers * Storm sewers * Septic tanks * Valve vaults * Lift and pump stations * Commercial vaults * Circular or straight-wall structures PIPE INSTALLATION 1. Clean pipe and boot to ensure no dirt or foreign materials are present. 2. Clamping surface on pipe must be clean and smooth. 3. Center pipe in opening and insert until pipe breaks the inside plane of manhole. 4. Attach take-up clamp(s) and stagger screw(s) of clamp(s) around the groove of the gasket so that take-up pressure will be equalized. Make sure each clamp is completely in the correct groove. 5. Using a torque ratchet or torque wrench, gradually tighten all screw(s) of clamp(s) in an alternating pattern to 60 lbs/in. torque. 6. After reaching 60 lbs/in. torque on final screw, check all screws again to ensure compression of all clamps. 7. Vacuum testing shall be conducted in accordance with ASTM C-1244-02. 8. Adjust pipe to line and grade. Use proper bedding, backfill materials, and techniques so that pipe deflection and deformation are minimized. Installation of the concrete structure shall be such that differential settlement between the structure and the pipeline shall be less than 10% of pipe diameter for pipes less than 20” and shall be less than 5% of pipe diameter for pipes between 20 and 60 inches in diameter. 9. Any pipe stubs installed in the manhole must be positively restrained from movement per ASTM-C923. Press-Seal Gasket is not responsible for failure due to unrestrained pipe stubs for future connections. Why Specify PSX: Direct Drive PSX: Direct Drive is the pipe-to-structure connector that finally satisfies all critical design and performance requirements: rugged construction of the adjuster and band; superior strength and toughness of polyisoprene rubber; and the proven sealing performance of PSX. It’s the one adjustable connector that doesn’t make you compromise sealing for convenience or price: PSX: Direct Drive. Press-Seal believes all information is accurate as of its publication date. Information, specifications, and prices are all subject to change without notice. Press-Seal is not responsible for any inadvertent errors. U.S. Patent No. 6805359 Copyright 2005 by Press-Seal Gasket Corporation DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 4.0 4.45 4.22 4.97 1.14 1.29 0.12 5.65 Accommodates 1 1/2" Pipe Expansion and1/2" Pipe Contraction from Normal Position PROPRIETARY AND CONFIDENTIALTHE INFORMATION CONTAINED IN THISDRAWING IS THE SOLE PROPERTY OFFERNCO, INC. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF FERNCO, INC. IS PROHIBITED. TOLERANCES:.X= Fractional.XX= .06ANG.= 3UNLESS OTHERWISE SPECIFIED Expansion Joint 4" PL to 4" PL SIZE:A not to scale XJ-4 SHEET 1 OF 1DO NOT SCALE DRAWING 3RD ANGLE PROJECTION UNITS: INCHES SCALE: DATE: CHECKER: DESIGNER: DESCRIPTION: 1/22/2016 T. Dipzinski 300 S. DAYTON ST.DAVISON, MI 48423PH: 810-653-9626FAX:810-654-2616 Part Weight Pressure Tested Material Conforms to Box Quantity Clamps used Flexible PVC 60 DuroShore A 50/130 Degrees F 4.3 PSI 60" Lbs. 300 Series Stainless 20 0.75 lbs. CSA B602Min/Max Temp. Installation Torque DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 2 WORK CHANGE DIRECTIVE NO.: 4 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 5/13/2020 Effective Date of Work Change Directive: 5/13/2020 Contractor is directed to proceed promptly with the following change(s): Description: Relocate 14-inch bypass connection from the next to the new lift station discharge header and valves to the new force main connection near the fence. Attachments: 1. Direct Field Cost Hickory Creek Lift Station – Bypass Additional Material by Ray-Mar Construction 2. Drawing C-03 with layout of proposed bypass piping changes. Purpose for the Work Change Directive: Relocating bypass provides more space for making the connection and allows using a new 14-inch plug valve for isolation the existing lift station during startup and testing of new lift station. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $10,437.95 increase. Contract Time: 0 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 2 Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 5/13/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Bypass Additional Material material labor subs Unit Total Total Total Unit Sub Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description NA 0.000 Revised Bypass Quote 1 LS - 16,419.44 - 16,419.44 - 1.000 Original Bypass Quote 1 LS - (6,337.39) - (6,337.39) - - - - - - - - - - - - Subtotal - 10,082.05 - Burden 35%- - Subtotal - 10,082.05 - Subtotal 10,082.05 Overhead 10% Subtotal 10,082.05 Profit 10% Subtotal 10,082.05 Bond 1.5%151.23 Subtotal 10,233.28 Insurance 2%204.67 Total 10,437.95 Days Extra - Job:Hickory Creek LS Item:Hickory Creek Lift Station - Bypass Additional Material Sht.1 of 1 Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 SeƋ# QtLJ DesĐƌipoŶ UŶits PƌiĐe Edžt PƌiĐe ϱϮϬ ϭ ϮϰXϭϰ MJ TEE Cϭϱϯ PϰϬϭ IMP EA Ϯ,ϭϳϵ.ϬϮ Ϯ,ϭϳϵ.ϬϮϱϯϬ ϭϵ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϱ,ϱϮϭ.ϱϵϱϰϬ ϭϵ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ ϲϴϰ.ϭϵϱϱϬ ϭ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϴϯ.ϯϲϱϲϬ ϭ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ Ϯϯ.ϮϯϱϳϬFLOW METER VAULTϱϴϬ ϭ ϲ'Xϲ' VAULT W/ HATCH EA ϱ,ϳϱϬ.ϬϬ ϱ,ϳϱϬ.ϬϬϱϵϬ ϭ HALLIDAY ϯϲXϯϲ HATCH EA Ϯ,ϲϲϲ.ϲϳ Ϯ,ϲϲϲ.ϲϳϲϬϬ ϭ Ϯϰ FLGXPE DI PIPE ϭϳ' PϰϬϭ EA ϰ,ϯϯϲ.ϵϱ ϰ,ϯϯϲ.ϵϱϲϭϬ Ϯ Ϯϰ MJ L/P SLV Cϭϱϯ PϰϬϭ IMP EA ϭ,Ϯϯϭ.ϴϮ Ϯ,ϰϲϯ.ϲϰ ϲϮϬ ϰ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϭ,ϭϲϮ.ϰϰϲϯϬ ϰ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ ϭϰϰ.ϬϰϲϰϬBYPASSϲϱϬ ϭ ϭϰ FLGXPE DI PIPE ϴ' PϰϬϭ EA ϭ,ϭϵϴ.ϭϳ ϭ,ϭϵϴ.ϭϳϲϲϬ ϭ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϵϯϱ.ϭϲ ϵϯϱ.ϭϲϲϳϬ ϭ ϭϰ FLG PLUG VALVE W/GEAR EA Ϯ,ϳϳϳ.ϳϴ Ϯ,ϳϳϳ.ϳϴϲϴϬ ϭ ϭϰ FLG CHECK VALVE EA ϭϮ,ϮϮϮ.Ϯϯ ϭϮ,ϮϮϮ.ϮϯϲϵϬ ϭ ϭϰ FLGXFLG DI PIPE PϰϬϭ PR ϭ' PRIMED EA ϱϯϯ.Ϯϯ ϱϯϯ.ϮϯϳϬϬ ϭ ϭϰ BLIND FLG DI PϰϬϭ PR IMP EA ϳϬϬ.ϲϮ ϳϬϬ.ϲϮϳϭϬ ϱ ϭϰXϭ/ϴ FLG FF RR ACC SS ϯϭϲ EA ϭϯϲ.ϵϮ ϲϴϰ.ϲϬ ϳϯϬ LIFT STATION M-Ϭϭ,ϬϮϳϰϬ ϯ ϭϰXϭϮ FLG ECC RED CϭϭϬ PϰϬ ϭMP EA ϴϴϱ.ϰϲ Ϯ,ϲϱϲ.ϯϴϳϱϬ ϯ ϭϰ FLGXFLG DI PIPE ϱ' PϰϬϭ EA ϭ,ϬϮϳ.ϵϭ ϯ,Ϭϴϯ.ϳϯϳϲϬ ϲ ϭϰ FLG ϮϮ-ϭ/Ϯ CϭϭϬ PϰϬϭ IMP EA ϴϴϱ.ϰϲ ϱ,ϯϭϮ.ϳϲϳϳϬ ϱ ϭϰ FLGXFLG DI PIPE ϯ'ϲ"' PϰϬϭ EA ϴϰϮ.ϰϬ ϰ,ϮϭϮ.ϬϬϳϴϬ ϯ ϭϰ FLGXFLG DI PIPE ϭϬ' PϰϬϭ EA ϭ,ϱϳϱ.ϲϴ ϰ,ϳϮϳ.ϬϰϳϵϬ ϯ ϭϰ FLGXFLG DI PIPE ϭϯ' PϰϬϭ EA Ϯ,Ϭϭϳ.Ϯϴ ϲ,Ϭϱϭ.ϴϰϴϬϬ ϯ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϵϯϱ.ϭϲ Ϯ,ϴϬϱ.ϰϴϴϭϬ ϲ ϭϰ FLGXFLG DI PIPE ϭ' PϰϬϭ EA ϱϯϯ.Ϯϯ ϯ,ϭϵϵ.ϯϴϴϮϬ Ϯ ϭϰ FLG ϰϱ CϭϭϬ PϰϬϭ PR IMP EA ϳϴϯ.ϰϰ ϭ,ϱϲϲ.ϴϴϴϯϬ ϭ ϭϰ FLGXFLG DI PIPE ϰ' PϰϬϭ EA ϵϬϰ.Ϯϰ ϵϬϰ.Ϯϰ ϴϰϬ ϯ ϭϰ" EXPANSION JOINT EA Ϯ,ϴϮϯ.ϱϯ ϴ,ϰϳϬ.ϱϵϴϱϬ ϯ ϭϰ FLGXFLG DI PIPE Ϯ'ϲ"' PϰϬϭ EA ϭ,Ϭϭϯ.Ϭϵ ϯ,Ϭϯϵ.Ϯϳ W/ Ϯ" TAPϴϳϬ ϯ ϭϰ FLG CHECK VALVE EA ϭϮ,ϮϮϮ.Ϯϯ ϯϲ,ϲϲϲ.ϲϵϴϴϬ ϯ ϭϰ FLG PLUG VALVE W/GEAR EA Ϯ,ϳϳϳ.ϳϴ ϴ,ϯϯϯ.ϯϰϴϵϬ ϯ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϭ,ϲϲϮ.ϱϵ ϰ,ϵϴϳ.ϳϳ W/ Ϯ" TAP @ "Y"ϵϭϬ ϯ ϭϰ FLGXPE DI PIPE ϲ' PϰϬϭ EA ϵϱϬ.ϴϯ Ϯ,ϴϱϮ.ϰϵϵϮϬ ϯ ϮϰXϭϰ MJ TEE CϭϱϯPϰϬϭ IMP EA Ϯ,ϭϳϵ.ϬϮ ϲ,ϱϯϳ.ϬϲϵϯϬ ϭ ϮϰXϭϮ MJ TEE Cϭϱϯ PϰϬϭ IMP EA ϭ,ϱϭϳ.ϭϴ ϭ,ϱϭϳ.ϭϴϵϰϬ ϭ Ϯϰ MJ PLUG Cϭϱϯ PϰϬϭ IMP EA ϭ,ϭϲϱ.ϭϴ ϭ,ϭϲϱ.ϭϴϵϱϬ ϭ ϭϮ FLGXPE DI PIPE PϰϬϭ ϱ'EA ϲϮϴ.ϭϬ ϲϮϴ.ϭϬϵϲϬ ϭ ϭϮ FLG PLUG VALVE W/GEAR EA ϭ,ϵϰϰ.ϰϱ ϭ,ϵϰϰ.ϰϱ ϵϳϬ ϭ ϭϮ" FLG ANGLE SURGE VALVE EA ϭϲ,ϲϲϲ.ϲϳ ϭϲ,ϲϲϲ.ϲϳϵϴϬ ϭ ϭϮ FLGXFLG DI PIPE PϰϬϭ ϭ'ϲ"EA ϰϯϭ.ϱϴ ϰϯϭ.ϱϴϵϵϬ ϭ ϭϮ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϯϴϮ.ϱϵ ϯϴϮ.ϱϵϭϬϬϬ ϭ ϭϮ FLGXPE DI PIPE ϴ'ϲ" PϰϬϭ EA ϵϳϮ.Ϭϭ ϵϳϮ.ϬϭϭϬϭϬ Ϯ ϭϮ MJ ϵϬ Cϭϱϯ PϰϬϭ IMP EA ϰϴϯ.ϳϳ ϵϲϳ.ϱϰϭϬϮϬ ϮϬ ϭϮ TJ PRϯϱϬ DI PIPE PϰϬϭ FT ϱϬ.ϰϵ ϭ,ϬϬϵ.ϴϬϭϬϯϬ ϰϰ ϭϰXϭ/ϴ FLG FF RR ACC SS ϯϭϲ EA ϭϯϲ.ϵϮ ϲ,ϬϮϰ.ϰϴϭϬϰϬ ϴ ϭϮXϭ/ϴ FLG ACC RR FF ϯϭϲSS B&N EA ϴϳ.ϮϮ ϲϵϳ.ϳϲϭϬϱϬ ϯ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϮϱϬ.ϬϴϭϬϲϬ ϯ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ ϲϵ.ϲϵϭϬϳϬ ϲ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϭ,ϳϰϯ.ϲϲϭϬϴϬ ϲ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ Ϯϭϲ.Ϭϲ Bid Proposal for HickorLJ Creek Li StaoŶ Bid #: ϳϲϯϱϲϯ These are removed Total $6,337.39 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 SeƋ# QtLJ DesĐƌipoŶ UŶits PƌiĐe Edžt PƌiĐe ϰϯϬ ϱ Ϯ"XϭϬϬ' POLYWRAP TAPE EA ϱ.ϲϳ Ϯϴ.ϯϱϰϰϬ ϭ Ϯϰ" DI TR FLEX WYE PϰϬϭ EA ϱ,ϰϭϬ.ϴϯ ϱ,ϰϭϬ.ϴϯϰϱϬ Ϯ Ϯϰ" DI TR FLEX ϭϭ.Ϯϱ PϰϬϭ EA ϭ,ϯϭϬ.ϱϬ Ϯ,ϲϮϭ.ϬϬϰϲϬ ϭ Ϯϰ MJ PLUG VALVE W/GEAR EA ϭϯ,ϲϲϲ.ϲϳ ϭϯ,ϲϲϲ.ϲϳϰϳϬPLUG VALVE TO BE DEZURIKϰϴϬ ϭ ϱϲϮ-S VLV BOX W/LID IMPORT ϱ-ϭ/ϰ" SCREW TYPE Ϯϳ-ϯϳ EA ϯϴ.ϲϵ ϯϴ.ϲϵϰϵϬW/ SEWER LID ϱϬϬ Ϯ Ϯϰ" DI TR FLEX ϮϮ.ϱ PϰϬϭ EA ϭ,ϯϬϵ.ϳϱ Ϯ,ϲϭϵ.ϱϬϱϭϬ Ϯ Ϯϰ" DI TR FLEX ϵϬ PϰϬϭ EA ϭ,ϴϬϵ.ϯϮ ϯ,ϲϭϴ.ϲϰϱϮϬ ϭϳ Ϯϰ TR FLEX GRIPPER RING EA ϯϮϲ.ϲϮ ϱ,ϱϱϮ.ϱϰϱϯϬ Ϯ Ϯϰ ϯϬϮϰ DI STARGRIP RESTR. ;IͿ SGDPϮϰ EA ϮϵϬ.ϲϭ ϱϴϭ.ϮϮϱϰϬ Ϯ Ϯϰ MJ REG ACC SET L/GLAND IMP EA ϯϲ.Ϭϭ ϳϮ.ϬϮ ϱϲϬ ϭ Ϯϰ" X ϭϰ" DI TR FLEX TEE PϰϬϭ EA Ϯ,ϭϳϵ.ϬϮ Ϯ,ϭϳϵ.ϬϮϱϳϬ ϭ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϴϯ.ϯϲϱϴϬ ϭ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ Ϯϯ.Ϯϯ ϱϵϬ CONFIRM IF NEEDED SUBTOTAL ϲϮ,ϵϱϰ.ϰϵAveƌage pƌiĐe peƌ EA ϲϮ,ϵϱϰ.ϰϵ ϲϭϬ BYPASSϲϮϬ ϲϬ ϭϰ TR FLEX PRϮϱϬ DI PIPE PϰϬϭ FT ϲϴ.ϳϬ ϰ,ϭϮϮ.ϬϬϲϯϬ Ϯ Ϯϰ" X ϭϰ" DI TR FLEX RED PϰϬϭ EA Ϯ,ϲϲϰ.ϱϯ ϱ,ϯϮϵ.ϬϲϲϰϬ Ϯ Ϯϰ TR FLEX GRIPPER RING EA ϯϮϲ.ϲϮ ϲϱϯ.ϮϰϲϱϬ Ϯ ϭϰ TR FLEX GRIPPER RING EA ϭϬϲ.ϱϵ Ϯϭϯ.ϭϴϲϲϬ ϭ ϭϰ" MJ DEZURIK PLUG VLV BURRIE EA ϯ,ϲϮϭ.ϭϱ ϯ,ϲϮϭ.ϭϱϲϳϬPLUG VALVE TO BE DEZURIKϲϴϬ Ϯ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϭϲϲ.ϳϮϲϵϬ Ϯ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ ϰϲ.ϰϲ ϳϬϬ ϭ ϱϲϮ-S VLV BOX W/LID IMPORT ϱ-ϭ/ϰ" SCREW TYPE Ϯϳ-ϯϳ EA ϯϴ.ϲϵ ϯϴ.ϲϵϳϭϬW/ SEWER LIDϳϮϬ ϭ #ϲϬ-SC Ϯϰ VB EXT IMP EA Ϯϳ.Ϭϭ Ϯϳ.Ϭϭ ϳϰϬ IF REQUIRED FOR BYPASSϳϱϬ ϭ ϭϰ FLGXPE DI PIPE ϴ' PϰϬϭ EA ϭ,ϭϵϴ.ϭϳ ϭ,ϭϵϴ.ϭϳϳϲϬ ϭ ϭϰ FLG ϵϬ CϭϭϬ PϰϬϭ PR IMP EA ϵϯϱ.ϭϲ ϵϯϱ.ϭϲϳϳϬ ϭ ϭϰ FLG CHECK VALVE EA ϭϮ,ϮϮϮ.Ϯϯ ϭϮ,ϮϮϮ.ϮϯϳϴϬ ϭ ϭϰ BLIND FLG DI PϰϬϭ PR IMP EA ϳϬϬ.ϲϮ ϳϬϬ.ϲϮϳϵϬ ϯ ϭϰ ϯϬϭϰ DI STARGRIP RESTRAINT GLAND ONLY IMPORT SGDPϭϰ EA ϴϯ.ϯϲ ϮϱϬ.ϬϴϴϬϬ ϯ ϭϰ MJ REG ACC SET L/GLAND IMP EA Ϯϯ.Ϯϯ ϲϵ.ϲϵϴϭϬ ϯ ϭϰXϭ/ϴ FLG FF RR ACC SS ϯϭϲ EA ϭϯϲ.ϵϮ ϰϭϬ.ϳϲSUBTOTAL ϯϬ,ϬϬϰ.ϮϮAveƌage pƌiĐe peƌ EA ϯϬ,ϬϬϰ.ϮϮ ϴϰϬ FLOW METER VAULTϴϱϬ ϭ ϲ'Xϲ' VAULT W/ HATCH EA ϱ,ϳϱϬ.ϬϬ ϱ,ϳϱϬ.ϬϬϴϲϬ ϭ HALLIDAY ϯϲXϯϲ HATCH EA Ϯ,ϲϲϲ.ϲϳ Ϯ,ϲϲϲ.ϲϳϴϳϬ ϭ Ϯϰ FLGXPE DI PIPE ϭϳ' PϰϬϭ EA ϰ,ϯϯϲ.ϵϱ ϰ,ϯϯϲ.ϵϱϴϴϬ Ϯ Ϯϰ" DI TR FLEX T-SLV PϰϬϭ EA ϭ,Ϯϯϭ.ϴϮ Ϯ,ϰϲϯ.ϲϰϴϵϬ ϰ Ϯϰ TR FLEX GRIPPER RING EA ϯϮϲ.ϲϮ ϭ,ϯϬϲ.ϰϴSUBTOTAL ϭϲ,ϱϮϯ.ϳϰAveƌage pƌiĐe peƌ EA ϭϲ,ϱϮϯ.ϳϰ ϭϭ/ϭϯ/ϮϬϭϵ - ϵ:ϰϬ AM THIS QUOTE IS NOT A CONTRACT TO SUPPLY MATERIAL OR GUARANTEE OF PRODUCT AVAILABILITY.FOB JOB SITE FOR FULL TRUCK LOADS. FREIGHT CHARGES MAY APPLY FOR PARTIAL SHIPMENTS. Actual tadžes ŵaLJ ǀarLJ Page ϯ of ϱ Bid Proposal for CopLJ of REVISED - HickorLJ Creek Li StaoŶ Bid #: ϭϭϬϮϬϱϰ Removed Removed Total $16,419.44 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 5 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 5/13/2020 Effective Date of Work Change Directive: 5/13/2020 Contractor is directed to proceed promptly with the following change(s): Description: Add FRP top to wet well. Attachments: 1. Direct Field Cost Hickory Creek Lift Station – Wet Well Modifications by Ray-Mar Construction Purpose for the Work Change Directive: Add FRP top to 16-foot diameter wet well for corrosion protection of top slab. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $24,891.49 increase. Contract Time: 45 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 5/13/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Wet Well Modifications material labor subs Unit Total Total Total Unit Sub Tx'd Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description NA 0.000 Wet Well Modifications 1 LS - 104,500.00 - 104,500.00 - 1.000 Wet Well Credit 1 LS - (80,102.11) - (80,102.11) - 2.000 Labor Credit for WW roof cast-n-place 1 LS - (1,500.00) - - (1,500.00) - - - - - - Subtotal - 22,897.89 - Burden 35%- Subtotal - 22,897.89 - Subtotal 22,897.89 Overhead 5%1,144.89 Subtotal 24,042.78 Profit 10% Subtotal 24,042.78 Bond 1.5%360.64 Subtotal 24,403.43 Insurance 2%488.07 Total 24,891.49 Days Extra 45.00 Job:Hickory Creek LS Item:Hickory Creek Lift Station - Wet Well Modifications Sht.1 of 1 Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 May 5, 2020 Re: Explanation of Costs- Hickory Creek Lift Station Project- Denton, Texas To: Reymar Construction Manhole 0+28 & Manhole 0+55 I have been informed that Core and Main’s quote to you for this manhole increased from $30,781.10 on December 7, 2018 to $36,989.72 on October 2, 2019. This change occurred due to a change from 28” FRP sleeve stubouts to 24” SDR26 spigot stubouts on manhole 0+28 & manhole 0+55 Fiberglass Wetwell Core and Main’s original quote for this wetwell on December 7, 2018 was: 15’ 6” diameter X 37.09’ FRP wetwell $70,000.00 Wetwell top $2,452.11 Freight $7,650.00 TOTAL COST $80,102.11 Core and Main’s quote to you in October, 2019 was: 15’ 6” diameter x 37.09’ depth FRP wetwell $70,000.00 Wetwell top $23,500.00 Freight $11,000.00 TOTAL COST $104,500.00 The wetwell top changed due to the requirement that all hatch openings and fittings on top be 18” high rather than our standard 4”, and the re-engineering of the top to support 18” of concrete instead of the normal 8” for which our standard tops are designed. CSI ships our products with third-party shippers so the freight charges are subject to change day to day. The dollar values listed above were provided by Greg Fontenot from Core and Main. I hope this provides the information you need. Please let me know if you need additional information. Sincerely, Jason Jones- Sales Representative and Manufacturer’s Representative for CSI Manholes DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 McCain Waterworks Marketing Fort Worth, Texas 214-205-4889 jasonjones@mccainwaterworks.com DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 6 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 5/13/2020 Effective Date of Work Change Directive: 5/13/2020 Contractor is directed to proceed promptly with the following change(s): Description: Change 30-inch connection from FRP sleeve to PVC stub out. Attachments: 1. Direct Field Cost Hickory Creek Lift Station – FRP Manhole Modifications by Ray-Mar Construction Purpose for the Work Change Directive: Change connections for 30-inch pipeline for improved sealing and longevity of connections. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $5,390.86 increase. Contract Time: 0 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 5/13/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - FRP Manhole Modifications material labor subs Unit Total Total Total Unit Sub Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description NA 0.000 FRP Manholes Modifications (both) 1 LS - 36,989.72 - 36,989.72 - 1.000 FRP Manholes Credit (both) 1 LS - (30,781.10) - (30,781.10) - 2.000 Link Seal Credit LS-400 SS 1 LS - (1,474.94) - - (1,474.94) - - - - - - Subtotal - 4,733.68 - Burden 35%- - Subtotal - 4,733.68 - Subtotal 4,733.68 Overhead 10%473.37 Subtotal 5,207.05 Profit 10% Subtotal 5,207.05 Bond 1.5%78.11 Subtotal 5,285.15 Insurance 2%105.70 Total 5,390.86 Days Extra Job:Hickory Creek LS Item:Hickory Creek Lift Station - FRP Manhole Modifications Sht.1 of 1 Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 May 5, 2020 Re: Explanation of Costs- Hickory Creek Lift Station Project- Denton, Texas To: Reymar Construction Manhole 0+28 & Manhole 0+55 I have been informed that Core and Main’s quote to you for this manhole increased from $30,781.10 on December 7, 2018 to $36,989.72 on October 2, 2019. This change occurred due to a change from 28” FRP sleeve stubouts to 24” SDR26 spigot stubouts on manhole 0+28 & manhole 0+55 Fiberglass Wetwell Core and Main’s original quote for this wetwell on December 7, 2018 was: 15’ 6” diameter X 37.09’ FRP wetwell $70,000.00 Wetwell top $2,452.11 Freight $7,650.00 TOTAL COST $80,102.11 Core and Main’s quote to you in October, 2019 was: 15’ 6” diameter x 37.09’ depth FRP wetwell $70,000.00 Wetwell top $23,500.00 Freight $11,000.00 TOTAL COST $104,500.00 The wetwell top changed due to the requirement that all hatch openings and fittings on top be 18” high rather than our standard 4”, and the re-engineering of the top to support 18” of concrete instead of the normal 8” for which our standard tops are designed. CSI ships our products with third-party shippers so the freight charges are subject to change day to day. The dollar values listed above were provided by Greg Fontenot from Core and Main. I hope this provides the information you need. Please let me know if you need additional information. Sincerely, Jason Jones- Sales Representative and Manufacturer’s Representative for CSI Manholes DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 McCain Waterworks Marketing Fort Worth, Texas 214-205-4889 jasonjones@mccainwaterworks.com DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 7 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 9/9/2020 Effective Date of Work Change Directive: 9/9/2020 Contractor is directed to proceed promptly with the following change(s): Description: Credit for using changing pump manufacturer. Attachments: 1. Direct Field Cost HCLS – Submersible Pump Credit Purpose for the Work Change Directive: Change submersible pump manufacturer to one that is less expensive, has lower operating cost and has long, proven track record with the City. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $41,480.00 decrease. Contract Time: 21 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 9/9/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station- Submersible Pump Credit material labor rental / sub Unit Total Total Total Unit Sub / Rental Unit MH Loc.Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description Extension of Monorail Change Order 0.000 Xylem 335 HP Pumps 1 LS - 240,400.00 - - 240,400.00 - 1.000 ABS Non-Clog Pumps 1 LS (285,880.00)- - (285,880.00) - 2.000 Pierce Pump - Cancellation 1 LS - 4,000.00 - 4,000.00 - - - - - - - - - - - - - - - - - Subtotal - (41,480.00) - Burden 35%- Subtotal - (41,480.00) - Subtotal - Sub/Rental + Labor + Material (41,480.00) Overhead 10% Subtotal (41,480.00) Profit 10% Subtotal (41,480.00) Bond 1.5% Subtotal (41,480.00) Insurance 2% Total (41,480.00) Days Extra 21.00 Job:Hickory Creek LS Item:Hickory Creek Lift Station- Submersible Pump Credit Sht.1 of 1 Contractor Approval By:________________________________ By:________________________________ Title:_______________________________ Title:_______________________________ Date:______________________________ Date:______________________________ Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 PURCHASE ORDER Date: 6-14-2019 Vendor: Pierce Pump Co Description/Specification: Per attached Scope Letter – Ref Scope Letter Quoted Price: $285,880.00 Purchase Order# Hickory Creek Lift Station Contractor Job#: Hickory Creek Lift Station Addendum: NA Upon proper acceptance, we agree to purchase from you upon terms and conditions set forth herein. Furnish and deliver all materials required by the following subsection(s) of the contract between Rey-Mar Construction (Hereinafter “Contractor”) and The City of Denton, TX (hereinafter “Owner”) for the construction of Hickory Creek Lift Station in Denton, TX (hereinafter “prime contract”). Materials are to be in accordance with all applicable plans and specifications of the prime contract, including special and general conditions, prepared by Hazen & Sawyer (hereinafter Engineer/Architect”). Vendor agrees to furnish 1 Electronic Copy of shop drawings by 15 Days from PO acceptance; samples by If Require within 20 Days of acceptance of PO and delivery by the earliest date allowable. Where applicable, vendor agrees to complete performance including but not limited to; providing O&M manuals, start up inspections, start up assistance, training services, reports and documentation not later than if required or as coordinated TERMS: 1. Full freight allowed, F.O.B. Jobsite unless otherwise noted on the Purchase Order. 2. A (24) twenty-four hour notice to Rey-Mar Construction at (817) 535-3451 or (817) 938-3537 is required prior to all deliveries. 3. All deliveries must be onsite before 3:00 p.m. unless prior arrangements have been made with the designated Rey-Mar Construction’s representative. All deliveries arriving after 3:00 p.m. will be unloaded the following business day. 4. All deliveries are to include Vendor packing list and be clearly marked as follows: Must Contact Project Manager And or Project Superintendent PHONE (817) 535-3451 FAX (817) 535-0153 FORT WORTH, TX REY-MAR CONSTRUCTION 3416 Reed Street Fort Worth, TX 76119 Phone: 214-320-3604 Fax: DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 On any shipment or coordination deliveries 5. This order is to arrive at the above address by the date specified. If shipment is delayed, it is the responsibility of the Vendor to Rey-Mar Construction in writing of a delay in delivery schedule. Vendor is required to obtain a factory generated shipping date within (1) one week after receipt of Purchase Order and provide Rey-Mar Construction with the carrier information and pro number. 6. All invoices relating to this Purchase Order are due at Rey-Mar Construction’s office on or before the 21ST of each month by 12:00 p.m. If the 21ST should fall on a holiday or weekend, invoices are due on the last working day prior to the 21ST. Invoices dated after the specified time will be considered late and will be processed the following billing cycle. Retainage for this Purchase Order shall be 10% until final acceptance by owner 7. This Purchase Order is based upon the attached quoted bill of material and the approved submittals. 8. (7) Eight copies of submittals shall be delivered to Rey-Mar Construction within (2) Two weeks after receipt of this Purchase Order. 9. (7) Eight copies of factory original MSDS information related to this Purchase Order shall be provided to Rey- Mar Construction prior to delivery of any material or equipment. 10. Preliminary O&M manuals shall be delivered within (1) one week after receipt of this Purchase Order and prior to shipment and Final O&M manuals shall be delivered to Rey-Mar Construction within (1) one week after the receipt of the Engineer’s review and no later than (1) one week after shipment. 11. Submittals, O&M manuals, warranties, spare parts, MSDS, etc. are to be provided per the Contract Documents – Plans and Specifications requirements and shall not be shipped to the jobsite. The above items are to be delivered to: Rey-Mar Construction 3416 Reed Street Fort Worth, TX 76119 Attn: David Martinez 12. Rey-Mar Construction reserves the right to cancel this Purchase Order without Vendor or distributing party recourse when the Purchase Order Terms or Purchase Order Conditions have been violated. 13. This Purchase Order is contingent upon Rey-Mar Construction receiving an executed contract for the project for which the materials or equipment was quoted. Rey-Mar Construction will only recognize financial obligation for materials or equipment received prior to the cancellation or for manufacturer cancellation charges, if applicable, on materials or equipment that is currently in production at time of cancellation. 14. Vendor must acknowledge this Purchase Order within (3) three business days after receipt. Failure to do so could result in cancellation. CONDITIONS: 1. Vendor acknowledges he is bound to the Contractor to provide the bill of material per the quotation listed on page 1 of this Purchase Order. Applicable materials, equipment, workmanship and transportation furnished under this Purchase Order will be as specified in these terms and conditions and per approved submittals. 2. Vendor warrants that materials and equipment furnished under this Purchase Order will be as specified in these terms and conditions and per approved submittals. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 3. In the event any materials or equipment delivered under this Purchase Order are unacceptable, the Contractor may, at its option, and in addition to any other remedies provided by law: a. Reject the defective materials or equipment, return the same to Vendor at Vendor’s expense, and cancel all or any portion of this Purchase Order with no liability on the part of the Contractor for materials or equipment not received at the time of cancellation. b. Require Vendor to replace the defective materials or equipment or to make necessary corrections or modifications as required complying with these terms and conditions and per approved submittals. c. Make the necessary corrections or modifications to the defective materials or equipment, or replace them, to comply with these terms and conditions and per approved submittals. Vendor shall pay to the Contractor for corrections, modifications, or replacement of defective materials when. All such charges will be withheld by the Contractor from amounts due Vendor unless defective due to Contractor error or negligence. 4. Vendor shall provide guarantees and warranties per Contract Specifications. Vendor shall provide specified warranties as part of this Purchase Order. Acceptance by the Owner and/or payment for materials or equipment by the Contractor shall not relieve Vendor from guarantee and warranty provisions. 5. When requested in writing by the Contractor as a result of the Owner’s action, Vendor shall make any additions, deletions, or changes within the scope of this Purchase Order per the written directive from the Contractor without nullifying this Purchase Order. Prior to commencement of revised work, Vendor shall submit promptly to the Contractor a written proposal of the cost increase or credit breakdown for the revised work. Vendor shall proceed upon written agreement between Contractor and Vendor. 6. Shop drawings, samples, and other items required shall be submitted to the Contractor in accordance with the schedule specified in these terms and conditions. Materials and equipment shall be shipped timely insuring delivery to the Contractor by the date or dates specified in these terms and conditions. In the event that Vendor fails to meet the schedule dates or delivery dates, the Contractor may at its option, cancel all or any portion of this Purchase Order with no liability on the part of the Contractor for materials or equipment not received at the time of cancellation and purchase on the open market the materials or equipment which have not been delivered by the specified date or dates or for which the shop drawings, samples, or other items have not been received on schedule. 7. The acceptance of this Purchase Order is expressly limited to the terms and conditions herein, and any and all additional proposals or different terms heretofore or hereafter suggested by Vendor are hereby rejected. All such additional proposals or different terms shall be deemed to be proposals for addition to the Contract. Such terms shall not become part of the Contract unless Contractor executes a written amendment to this Purchase Order specifically including said proposals or Contractor agrees in writing to the Vendor submitted proposals or terms. The terms and conditions and provisions of this Purchase Order shall constitute the entire agreement of the parties as to the goods, materials, and products described herein; and all prior representations, conversations, proposals, or preliminary negotiations shall be deemed merged in this Purchase or deemed to be rejected. 8. Unit prices applicable to this Purchase Order shall not be subject to increase or decrease due to differences between any estimated quantities and the Owner authorizes the actual quantity used to perform the requirements unless said price change. Contractor shall only be liable for the actual quantity used. Additionally, prices for this Purchase Order are not subject to escalation unless so stated in writing prior to change. 9. Vendor shall not assign this Purchase Order nor sub-contract any portion of the work hereunder, to include shop drawings, without prior written notification to the Contractor. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 10. Vendor warrants that there are no known claims against it for unpaid labor, materials, equipment, or other charges relating to Vendor’s performance of this Purchase Order. If Contractor may hereafter require, Vendor agrees to execute lien releases for payments received and furnish additional evidence of specific claims relating to this Purchase Order. 11. Contractor’s remedies under these terms and conditions are not subject to any limitations contained in manufacturer’s terms and conditions to Vendor. Vendor further agrees to indemnify and hold Contractor harmless from any and all claims, demands, suits, and/or causes of action for bodily injury and/or property damage, unless due to the negligence of Contactor, including claims for patent infringement, which may be brought against Contractor by any supplier, subcontractor, laborer, or any other person, organization, or entity and any and all costs, expensed, settlement, and judgments related thereto, including, but not limited to, any expense for reasonable attorney’s fees and court costs which arise from or in any way relate to Vendor’s negligent performance of or failure to perform this Purchase Order. 12. If any, legal action filed upon this contract, venue shall be in Tarrant County, State of Texas REYMAR.CONSTRUCTION@GMAIL.COM Contractor: Rey-Mar Construction Signed: JL Rubio By: JL Rubio Date: 6-14-2019 Vendor: Pierce Pump Co. Signed: By: Date: DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 9010 John W. Carpenter Frwy. Dallas, Texas 75247 Phone: 214.320.3604 TO:ReyMar Construction BIDS 12/11/18 HICKORY CREEK LIFT STATION REPLACEMENT 9AM CST City of Denton ADDENDUM 1 Salesman:Kyle W. Lewis KLewis@piercepumpco.com Item Date:6/14/2019 7/14/2019 No.Qty.EQUIPMENT DESCRIPTION Unit Price Total Price $0.00 $0.00 3 ABS-Sulzer XFP 250M-CH2 PE2800/4 Submersible Non-Clog Pumps $60,272.58 $180,817.75 3 ~16.3" Trim; 3820gpm @ 202ft TDH at full spec; 48ft of power cable per pump $3,248.31 $9,744.92 3 ~10" Discharge; passes 4"+ solids, SS casing wear ring, SS impeller wear ring $2,087.08 $6,261.23 ~375hp 1790rpm 460v/3ph/60hz Premium Efficient Motor w/ Closed Loop Cooling System $0.00 $0.00 3 ~STAINLESS STEEL COOLING JACKET PER 2.02J.2 - OTHERS WILL MISS THIS $5,431.63 $16,294.89 3 ~316SS Hardware; VITON o-rings, CI ASTM A48 Class35 Impeller, $1,641.42 $4,924.25 ~Upper & Lower Mechanical Seals only come in SiC/SiC, which is superior to seal faces $0.00 $0.00 listed in spec which are Flygt standard materials; Their SiC/SiC seals are extra $$0.00 $0.00 3 Certified Factory Performance Testing per spec (1U) (SHOP TESTING3.02)$1,847.69 $5,543.08 3 Certified Hydrostatic Testing per spec (SHOP TESTING3.02)$1,227.69 $3,683.08 3 Certificate Of Balance for Shaft & Impeller (SHOP TESTING3.02)$287.69 $863.08 3 Non-spark Guide Rail Assembly (non-spark req-d per 2.02L.7) w/ Integral Elbow $3,585.17 $10,755.51 3 Hardware Kit (pump to slide brkt.)$143.85 $431.54 3 Intermediate Guide Rail Bracket - 14"$180.46 $541.38 3 SS Upper Guide Rail Bracket, 2"$86.83 $260.49 9 SS strain relief connectors for power cables $70.09 $630.83 3 SS strain relief connectors for monitor cable $48.12 $144.37 3 SS strain relief connectors for ground cable $61.72 $185.17 3 SS Grab Link Lifting Chain Assembly - 35FT $1,378.83 $4,136.49 2 SPARE PARTS: 2 Complete sets of gaskets and o-rings per 2.04A $6,141.51 $12,283.02 $0.00 $0.00 3 ABS Simplex Moisture Probes and Temperature Sensor Relay Systems $6,153.85 $18,461.54 ~to be shipped loose to VFD provider for mounitng in VFD cabinets $0.00 $0.00 $0.00 $0.00 Lead Time 20-21 Weeks $0.00 $0.00 $0.00 $0.00 1 START UP SERVICES (MFG'S FIELD SERVICES 3.01)$4,918.03 $4,918.03 $0.00 $0.00 1 FREIGHT TO JOBSITE $5,000.00 $5,000.00 $0.00 $0.00 ABS Standard 5-Year Warranty for all XFP pumps meets or exceeds all requirements $0.00 $0.00 listed in 1.04 WARRANTY AND GUARANTEE $0.00 $0.00 Exclusions: Anchor Bolts & Eye Bolts (will be supplied by Well Wet Supplier) Installation, Labor, and anything else not specifically mentioned above.$285,880 Quote Expiration: DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 9010 John W Carpenter Frwy. 75247 Dallas, TX 75247 Phone: (214) 320-3604 www.piercepump.com Fax: (214) 328-5665 ppcsales@piercepumpco.com To: ReyMar Construction, Hazen & Sawyer, and The City of Denton Subject: Hickory Creek LS Pump Order - Cancellation All, We greatly appreciate the opportunity of supplying the Submersible Pumps on the Denton Hickory Creek LS. We understand your concerns, and hope to have to opportunity to meet with you and address those concerns in the near future. This letter serves as our acknowledgement that the City of Denton would like to cancel ReyMar’s purchase order of $285,880.00 for the 3 submersible pumps and their associated accessories which was originally received by Pierce Pump Company on June 14th, 2019. To cover the time and resources already spent on this order over the last 6 months, a cancellation fee of $4,000 is requested per the below cost breakdown and attached invoice: • Sulzer Submittals – Order entry, the generation of the pump curves, drawings, and project-specific datasheets (example: power cables) & cancellation fee of their PO from Pierce Pump- $2,100 • PumpCon Submittals – Order entry, the design, drafting, and generation of project-specific schematics for the monitoring panels & cancellation fee of their PO from Pierce Pump - $1,200 • Pierce Pump – the gathering and submission of all submittal documents and work done on this project up to this point - $700 • Total: $4,000 Thank you again for this opportunity, and we wish the best of luck to all involved parties on this project, Kyle W. Lewis Pierce Pump – An FCX Performance Company klewis@piercepumpco.com 214-320-3604 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Address: 9010 John W. Carpenter Fwy Dallas, TX 75247 Phone: 817-773-1690 Bill To: ReyMar Construction Address: 3416 Reed St, Fort Worth, TX 76119 Phone: 817-535-3451 Email: SergioC@reymarconstruction.com Invoice For the Cancellation & Removal of the Pump Scope of Work on the Denton Hickory Creek LS Project Item/Description Qty Unit Price Total Hours spent at pre-bid meeting including travel - KWL 3.00 150.00$ 450.00$ Hours spent on Revision 0 of the Pump Submittal - Pierce Pump Kyle Lewis 16.00 150.00$ 2,400.00$ Hours spent on Revision 0 of the Pump Submittal - PumpCon Jamie Kissinger 4.00 150.00$ 600.00$ Hours spent on Revision 0 of the Pump Submittal - Sulzer Michael Ciacciarella 4.00 150.00$ 600.00$ Hours spent on Revision 1 of the Pump Submittal - Pierce Pump Kyle Lewis 8.00 150.00$ 1,200.00$ Hours spent on Revision 1 of the Pump Submittal - Sulzer Michael Ciacciarella 4.00 150.00$ 600.00$ Hours spent on Revision 2 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Pierce Pump Kyle Lewis 8.00 150.00$ 1,200.00$ Hours spent on Revision 2 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Sulzer Michael Ciacciarella 2.00 150.00$ 300.00$ Hours spent on Revision 2 of the Pump Submittal (review/revision per pump model change for monitoring panel) - PumpCon Jamie Kissinger 2.00 150.00$ 300.00$ Hours spent on Revision 3 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Pierce Pump Kyle Lewis 8.00 150.00$ 1,200.00$ Hours spent on Revision 3 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Sulzer Michael Ciacciarella 4.00 150.00$ 600.00$ Hours spent on Revision 3 of the Pump Submittal (review/revision per pump model change for monitoring panel) - PumpCon Jamie Kissinger 2.00 150.00$ 300.00$ TOTAL 9,750.00$ Email: klewis@piercepumpco.com Contact: Kyle W. Lewis Contact: Sergio Conchas $700 $4,000 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Page 1 of 4 December 2, 2019 REY-MAR CONSTRCTN 3416 REED ST FORT WORTH TX 76119-2822 Quote # 2018-DAL-0513 Alternate 1, Version 3-1 Re: Hickory Creek Lift Station Xylem Water Solutions USA, Inc. is pleased to provide a quote for the following Flygt equipment. Pumps and Accessories Qty Description 3 Flygt NP 3231, 63-480, 410 mm Intended for semi permanent wet installation, guiding claw included other installation components to be ordered individually Hard iron impeller and insert ring Coating: Duasolid 50, Oxyrane ester Drive Unit: 766 4 pole, 335 hp, 480 V, IE3 motor Cooling jacket with closed loop cooling system Standard connection housing Insulated support bearing Cables Power: 2 x 75ft SUBCAB screened S3x70 + 3x35/3 + 2S(2x0.5) Cable Grip included. Pilot: 0ft SUBCAB ctrl screened S 12x1.5 Cable Grip included. Material Shaft: AISI 431 Stainless steel Supervision FLS, leakage detector, in junction box FLS, leakage detector, in stator housing PT-100 in one stator winding PT-100 in lower bearing Pump memory 3 CONNECTION,DISCH 8X8" EN8 CI 6 SLEEVE,NBR 3 KIT,HARDWARE 3/8IN SS (2X) 3 SLING,CHAIN UNIT POLY ROPE 10M 240 TS3163 FEET 3"GUIDE RAIL 316SS 3 BRACKET,GUIDE BAR U. 3" 316SS 3 BRACKET,INT GB 3 X 8" 316SS+ FOR CI/DI PIPE 3231 2 HOLDER,CABLE HEAVY DUTY 316SS 3 O ring and Gasket Kits 1 GRIP EYE UNIT 6 MINI-CASII/FUS 120/24VAC,24VDC 6 SOCKET,11-PIN BACK MOUNTING 4 SENSOR,ENM-10 0.95-1.1 65' Xylem Water Solutions USA, Inc. Flygt Products 2310 McDaniel Drive Carrollton, TX 75006 Tel (972) 418-2400 Fax (972) 416-9570 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Page 2 of 4 Testing & Training Qty 7 3 3 3 3 Description START UP CHARGE FLYGT 1-TP MODELS: 3000,7000,8000 TEST FAL 2.2 PLOTTED 3170-3301 FAL 15-900006 TEST FAL 2.3 HYDRO 3170-3301+ COMPLETE PUMP FAL 15-900009 TEST FAL 2.6 DRY RUN 3001-7000 FAL 15-900013 LABOR-ENGINEERING & TEST CURVE AIR FREIGHT Total Project Price $ 240,400.00 Terms & Conditions This order is subject to the Standard Terms and Conditions of Sale – Xylem Americas effective on the date the order is accepted which terms are available at http://www.xyleminc.com/en-us/Pages/terms- conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement between the parties. Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc. Freight Terms: 3 DAP - Delivered At Place 08 - Jobsite (per IncoTerms 2010) See Freight Payment (Delivery Terms) below. Taxes: State, local and other applicable taxes are not included in this quotation. Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result in a back charge to Seller without prior written consent of an authorized employee of Seller. Shortages: Xylem will not be responsible for apparent shipment shortages or damages incurred in shipment that are not reported within two weeks from delivery to the jobsite. Damages should be noted on the receiving slip and the truck driver advised of the damages. Please contact our office as soon as possible to report damages or shortages so that replacement items can be shipped and the appropriate claims made. Terms of Delivery: Prepaid Time of Delivery: Submittals - Approximately 3-5 working weeks after receipt of order. Validity: This Quote is valid until 12/31/2019. Terms of Payment: 90% N60 after invoice date; 10% NTE 120 days after delivery date. Warranty: Exclusions: Schedule: Xylem’s payment shall not be dependent upon Purchaser being paid by any third party unless Owner denies payment due to reasons solely attributable to items related to the equipment being provided by FLYGT. Standard warranty terms apply to the items in this quotation. This Quote includes only the items listed specified above. Air Freight Lead time is 11-12 weeks. Thank you for the opportunity to provide this quotation. Please contact us if there are any questions. Sincerely, 1 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Page 3 of 4 Matt Rottman Sales Representative Phone: 972-512-3615 Cell: 214-288-6621 matthew.rottman@xyleminc.com Fax: 972-416-9570 Xylem Water Solutions USA, Inc. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Page 4 of 4 Customer Acceptance This order is subject to the Standard Terms and Conditions of Sale – Xylem Americas effective on the date the order is accepted which terms are available at http://www.xyleminc.com/en-us/Pages/terms- conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement between the parties. A signed copy of this Quote is acceptable as a binding contract. Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc. Quote #: Customer Name: Job Name: Total Amount: 2018-DAL-0513 Alternate 1, Version 3 REY-MAR CONSTRCTN Hickory Creek Lift Station $ 240,400.00 Signature: _______________________________ Name:_______________________________________ (PLEASE PRINT) Company/Utility:______________________ PO:_________________________________________ Address:____________________________ Date:________________________________________ ___________________________________ Phone:_______________________________________ ____________________________________ Email:_______________________________________ ____________________________________ Fax:_________________________________________ DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Page 4 of 4 Customer Acceptance This order is subject to the Standard Terms and Conditions of Sale – Xylem Americas effective on the date the order is accepted which terms are available at http://www.xyleminc.com/en-us/Pages/terms- conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement between the parties. A signed copy of this Quote is acceptable as a binding contract. Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc. Quote #: Customer Name: Job Name: Total Amount: 2018-DAL-0513 Alternate 1, Version 3 REY-MAR CONSTRCTN Hickory Creek Lift Station $ 240,400.00 Signature: _______________________________ Name:_______________________________________ (PLEASE PRINT) Company/Utility:______________________ PO:_________________________________________ Address:____________________________ Date:________________________________________ ___________________________________ Phone:_______________________________________ ____________________________________ Email:_______________________________________ ____________________________________ Fax:_________________________________________ DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 8 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 5/13/2020 Effective Date of Work Change Directive: 5/13/2020 Contractor is directed to proceed promptly with the following change(s): Description: Change pump discharge piping within the wet well. Attachments: 1. Direct Field Cost HCLS – FRP Manhole Modifications by Ray-Mar Construction 2. Wet Well Discharge Piping Sketch by Hazen and Sawyer. Purpose for the Work Change Directive: Piping change eliminates transfer of discharge piping loads and forces to the FRP wet well supports to increase longevity of wet well. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $3,415.31 increase. Contract Time: 7 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 5/13/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek LS - Wet Well Mechanical Piping material labor rental / sub Unit Total Total Total Unit Sub / Rental Unit MH Loc. Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description Additional cost allocated to the changes made on the discharge piping inside the wet well 0.000 Revised material 8" DIP with glass lining inside wet well per revised drawing 1 LS - 32,136.80 - 32,136.80 - 1.000 Credit - Original 14" DIP P401 inside wet well per plans 1 LS - (28,995.03) - - (28,995.03) - - - - - - Subtotal - 3,141.77 - Burden 35%- - Subtotal - 3,141.77 - Subtotal - Sub/Rental + Labor + Material 3,141.77 Overhead 5%157.09 Subtotal 3,298.86 Profit 5%- Subtotal 3,298.86 Bond 1.5%49.48 Subtotal 3,348.34 Insurance 2%66.97 Total 3,415.31 Days Extra 7.00 Job:Hickory Creek LS Item:Hickory Creek LS - Wet Well Mechanical Piping Sht.1 of 1 Contractor Approval By:________________________________ By:________________________________ Title:_______________________________ Title:_______________________________ Date:______________________________ Date:______________________________ Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Bid Proposal REVISED - Hickory Creek Lift Station ( REY-MAR ) REY-MAR CONSTRUCTION Core & Main Job Location:Denton, TX 4650 Hwy 377 Engineer:HAZEN & SAWYER Krugerville, TX 76227 Bid Date:12/11/2018 11:00 a.m.Phone: 940-365-9117 Core & Main Bid #:1154595 Fax: 940-365-9240 Seq # Qty Description UoM Sell Ext Sell Flag CHANGE ORDER 022420 8" GLASSED LINED 1420 3 8" DI FLG 45 C110 GLASS LINE/T EA 614.40 1,843.20 1430 3 8" DI FLG WYE C110 GLS/T4A EA 1,024.00 3,072.00 1440 3 14X8 DI FLG CON RED C110 GLSS EA 1,287.88 3,863.64 1450 3 8" DI BLIND FLG C110 GLS/T4A EA 424.37 1,273.11 1460 3 8" FLANGED FILLER 1" THK GLS EA 383.90 1,151.70 1470 18 8X1/8 FLG ACC RR FF 316SS B&N EA 66.40 1,195.20 1480 1 14X1/8 FLG FF RR ACC SS 316 EA 136.92 136.92 CONFIRM LENGHS 1510 3 8" FLG X FLG CL53 GLS/T4A 1'EA 420.93 1,262.79 1520 3 8" FLG X FLG CL53 GLS 1' X 6"EA 497.51 1,492.53 1540 1 FREIGHT EA 500.00 500.00 TOTAL - CHANGE ORDER 022420 15,791.09 FITTINGT TO COMPARE ORIGINALLY 1580 6 14 FLG 22-1/2 C110 P401 IMP EA 885.46 5,312.76 1590 3 14X8 FLG ECC RED C110 P401 PR EA 855.20 2,565.60 IMP 1600 12 14X1/8 FLG FF RR ACC SS 316 EA 136.92 1,643.04 SPOOLS 1630 3 14 FLGXPE DI PIPE P401 PR 15'EA 2,131.94 6,395.82 PRIMED IMP 1640 3 14 FLGXFLG DI PIPE P401 11'10"EA 1,956.07 5,868.21 1650 3 14 FLGXPE DI PIPE P401 PR 3'EA 598.94 1,796.82 PRIMED IMP Printed 02/27/2020 REVISED - Hickory Creek Lift Station ( REY-MAR ) Page 1 of 2 $10,524.93 $7,083.57 $3,508.31 $2,361.19 14" 20ft FLGxFLG 14" 13ft11inch FLGxPE 3 3 $32,136.8 Difference is $3,141.77 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Seq # Qty Description UoM Sell Ext Sell 1660 3 14 FLGXFLG DI PIPE P401 PR 2'EA 678.57 2,035.71 PRIMED IMP 1670 3 14 FLGXPE DI PIPE P401 5'4"EA 1,125.69 3,377.07 TOTAL - FITTINGT TO COMPARE ORIGINALLY 28,995.03 Grand Total 44,786.12 Actual taxes may vary Bid Notes THIS QUOTE REPRESENTS OUR INTERPRETATION OF MATERIAL WE MAY FURNISH FOR THIS JOB AND IS NOT GUARANTEED AS TO ACCURACY OF SIZES, QUANTITIES OR OTHER DESCRIPTIONS. CORE & MAIN IS NOT LIABLE FOR DELIVERY DELAYS, CANCELLATIONS OR PRICE INCREASES RESULTING FROM ANY CAUSE BEYOND OUR CONTROL. THESE INCLUDE BUT ARE NOT LIMITED TO: MANUFACTURERS' SHORTAGES, AVAILABILITY OR TIMELINESS OF TRANSPORTATION, MATERIAL, FUELS, OR SUPPLIES. UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES UPON THIRTY (30) CALENDAR DAYS’ NOTICE TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER’S ACCEPTANCE OF SELLER’S TERMS AND CONDITIONS OF SALE, AS MODIFIED FROM TIME TO TIME, WHICH CAN BE FOUND AT: https://coreandmain.com/TandC/ Printed 02/27/2020 REVISED - Hickory Creek Lift Station ( REY-MAR ) Page 2 of 2 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 PLAN VIEW OF PIPE 8" BASE PIPE SUPPORT SCALE: 3" = 1'-0" 6" MIN 8" DIP PIPE OF 8" DIP FLANGE EDGE OF CONCRETE SECTION VIEW SCALE: 3" = 1'-0" 112" GROUT 63 4" EMBEDMENT FIELD DRILL AND EPOXY 4 ~ 3/4" BOLTS HIT-HY 200 + HAS-R 316SS EQUALLY SPACED 107 8" CL DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 09 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 9/4/2020 Effective Date of Work Change Directive: 9/4/2020 Contractor is directed to proceed promptly with the following change(s): Description: Raise elevation of surge relief valve to allow greater access for isolation valve. Attachments: 1. Direct Field Cost by Ray-Mar Construction Purpose for the Work Change Directive: Improve access and operation of isolation valve for surge valve. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $2,323.31 increase. Contract Time: 14 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 9/4/2020 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST 12" Spools to Raise elevation of the 12" Plug Valve material labor rental / sub Unit Total Total Total Unit Sub / Rental Unit MHLoc.Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description 12" Spools to Raise elevation of the 12" Plug Valve - - - - - - - 1.000 12"x10" FLGxFLG Spool 1 QY - 479.25 - 479.25 - 2.000 12"x 11 1/2" FLGxFLG Spool 1 QY - 479.25 - 479.25 - 3.000 12" Flange Bolt kits w/ Gasket 2 QY - 87.22 - 174.44 - 3.000 RMC Installation 1 LS - 600.00 - - 600.00 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subtotal - 1,132.94 600.00 Burden 35%- 210.00 Subtotal - 1,132.94 810.00 Subtotal - Sub/Rental + Labor + Material 1,942.94 Overhead 10%194.29 Subtotal 2,137.23 Profit 5%106.86 Subtotal 2,244.10 Bond 1.5%33.66 Subtotal 2,277.76 Insurance 2%45.56 Total 2,323.31 Days Extra 14.00 Job:Hickory Creek Lift Station Item:12" Spools to Raise elevation of the 12" Plug Valve Sht.1 of 1 Contractor Approval By:________________________________ By:________________________________ Title:_______________________________ Title:_______________________________ Date:______________________________ Date:______________________________ Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 WORK CHANGE DIRECTIVE NO.: 10 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 3/3/2021 Effective Date of Work Change Directive: 3/3/2021 Contractor is directed to proceed promptly with the following change(s): Description: Bollards for FRP vents. Attachments: 1. Direct Field Cost by Ray-Mar Construction Purpose for the Work Change Directive: To project FRP vent pipes when operating the monorail. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $880.34 increase. Contract Time: 0 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 3/3/2021 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek LS- Additional Bollards material labor rental / sub Unit Total Total Total Unit Sub / Rental Unit MH Loc.Description Qty Unit Mat'l Labor Mat'l Labor Unit Composit Rate Analysis NA Qty Description Hickory Creek LS- Additional Bollards 1.000 36 in. x 3 in. Dia Yellow Steel Bollard 2.00 QY - 110.00 100.00 - 220.00 200.00 2.000 3/8"x 3" 316SS Anchor Bolts 6.00 QY 5.00 30.00 - 3.000 HIT-RE 500 V3 EPOXY ANCHOR 1.00 QY 68.00 68.00 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subtotal - 318.00 200.00 Burden 35%111.30 70.00 Subtotal - 429.30 270.00 Subtotal - Sub/Rental + Labor + Material 699.30 Overhead 10%69.93 Subtotal 769.23 Profit 10%76.92 Subtotal 846.15 Bond 2%16.92 Subtotal 863.08 Insurance 2%17.26 Total 880.34 Days Extra Job:Hickory Creek Lift Station Item:Hickory Creek LS- Additional Bollards Sht.1 of 1 Contractor Approval By:________________________________ By:________________________________ Title:_______________________________ Title:_______________________________ Date:______________________________ Date:______________________________ Unit Sub DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Hilti, Inc. 7250 Dallas Parkway, Suite 1000 Plano, TX 75024 1-800-879-8000 www.hilti.com Designing anchors with HIT-RE 500 V3 using core drilled holes with large annular gap Revised June 30, 2017 Hilti has published technical data for the Hilti HIT-RE 500 V3 adhesive anchoring system which can be used for post-installed threaded rod installations for anchor design in accordance with ACI 318-14 Chapter 17 and CSA A23.3-14 Annex D. Current published information is based on testing in accordance with ACI 355.4 and ICC-ES Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements, (AC308) and can be found in ESR-3814 and in section 3.2.4 of the Hilti North American Product Technical Guide Volume 2: Anchor Fastening Technical Guide, Edition 16.1 (PTG Ed. 16.1). The published values in ESR-3814 and the PTG Ed. 16.1 correspond to testing performed in accordance with the published Instructions for Use (IFU). Hilti has performed additional testing in diamond core drilled holes with a core bit diameter, do, of 1.5 * da (da is the nominal threaded rod diameter) in accordance with ACI 355.4 and AC308. The design information presented in the tables below is based on this additional testing and the technical data in the tables is intended to be used in conjunction with a full anchor design in accordance with ACI 318-14 Chapter 17 or CSA A23.3-14 Annex D. See ESR-3814 and the PTG Ed. 16.1 for more design information for additional information that may be needed for a full design calculation. No testing has been performed in hammer drilled holes, however, using the assumptions below is expected to represent a conservative approach. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Hilti, Inc. 7250 Dallas Parkway, Suite 1000 Plano, TX 75024 1-800-879-8000 www.hilti.com Table 1—Bond strength design information for HIT-RE 500 V3 with fractional threaded rods in holes core drilled with a diamond core bit in accordance with ACI 318-14 Chapter 171 DESIGN INFORMATION Symbol Units Nominal rod diameter (in.) 3/8 1/2 5/8 3/4 7/8 1 1-1/4 Maximum nominal core bit diameter do in. 9/16 3/4 7/8 1-1/8 1-1/4 1-1/2 1-7/8 Minimum embedment hef,min in. 2-3/8 2-3/4 3-1/8 3-1/2 3-1/2 4 5 Maximum embedment hef,max in. 7-1/2 10 12-1/2 15 17-1/2 20 25 Minimum member thickness hmin in. hef + 1-1/4 hef + 2d0(7) Critical edge distance-splitting (for uncracked concrete) cac - See Section 4.1.10 of ESR-3814 Min. edge distance6 cmin in 5d; or see Section 4.1.9 of this ESR-3814 for design with reduced minimum edge distances Min. anchor spacing6 smin in 1-7/8 2-1/2 3-1/8 3-3/4 4-3/8 5 6-1/4 Effectiveness factor for uncracked concrete kc,uncr - 24 Strength reduction factor for tension, concrete failure modes, Condition B5  - 0.65 Strength reduction factor for shear, concrete failure modes, Condition B5  - 0.70 Dry concrete & water saturated concrete Temperature range A2 Characteristic bond strength in uncracked concrete – Short term load conditions4 k,uncrpsi 1,550 1,550 1,550 1,550 1,550 1,550 1,550 Characteristic bond strength in uncracked concrete – Sustained load conditions3 k,uncrpsi 480 480 480 480 480 480 480 Temperature range B2 Characteristic bond strength in uncracked concrete – Short term load conditions4 k,uncrpsi 730 730 730 730 730 730 730 Characteristic bond strength in uncracked concrete – Sustained load conditions3 k,uncrpsi 230 230 230 230 230 230 230 Anchor Category - - 2 2 3 3 3 3 3 Strength Reduction factor d, ws- 0.55 0.55 0.45 0.45 0.45 0.45 0.45 For SI: 1 inch ≡ 25.4 mm, 1 lbf = 4.448 N, 1 psi = 0.006897 MPa. For pound-inch units: 1 mm = 0.03937 inches, 1 N = 0.2248 lbf, 1 MPa = 145.0 psi 1 Bond strength values correspond to concrete compressive strength f′c = 2,500 psi (17.2 MPa). For concrete compressive strength, f’c, between 2,500 psi (17.2 MPa) and 8,000 psi (55.2 MPa), the tabulated characteristic bond strength may be increased by a factor of (f’c / 2,500)0.25 for uncracked concrete [For SI: (f’c / 17.2)0.25]. See Section 4.1.4 of this ESR-3814 for bond strength determination. 2 Temperature range A: Maximum short term temperature = 130°F (55°C), Maximum long term temperature = 110°F (43°C). Temperature range B: Maximum short term temperature = 176°F (80°C), Maximum long term temperature = 110°F (43°C). Short term elevated concrete temperatures are those that occur over brief intervals, e.g., as a result of diurnal cycling. Long term concrete temperatures are roughly constant over significant periods of time. 3Characteristic bond strength values are for sustained load combinations including dead and live loads. 4Characteristic bond strength values are for load combinations consisting of short term loads only, such as wind and seismic 5Values provided for post-installed anchors under Condition B without supplementary reinforcement as defined in ACI 318-14 17.3.3. 6For installations with 1-3/4-inch edge distance, refer to Section 4.1.9 of ESR-3814 for spacing and maximum torque requirements. 7d0 = hole diameter. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Hilti, Inc. 7250 Dallas Parkway, Suite 1000 Plano, TX 75024 1-800-879-8000 www.hilti.com Table 2—Bond strength design information for HIT-RE 500 V3 with fractional threaded rods in holes core drilled with a diamond core bit in accordance with CSA A23.3-14 Annex D1 DESIGN INFORMATION Symbol Units Nominal rod diameter (in.) 3/8 1/2 5/8 3/4 7/8 1 1-1/4 Maximum nominal core bit diameter do in. 9/16 3/4 7/8 1-1/8 1-1/4 1-1/2 1-7/8 Minimum embedment hef,min mm 60 70 79 89 89 102 127 Maximum embedment hef,max mm 191 254 318 381 445 508 635 Minimum member thickness hmin mm hef + 30 hef + 2d0(7) Critical edge distance-splitting (for uncracked concrete) cac - See Section 4.1.10 of ESR-3814 Min. edge distance6 cmin mm 5d; or see Section 4.1.9 of ESR-3814 for design with reduced minimum edge distances Min. anchor spacing6 smin mm 48 64 79 95 111 127 159 Effectiveness factor for uncracked concrete kc,uncr - 10 Strength reduction factor for tension, concrete failure modes, Condition B5  - 0.65 Strength reduction factor for shear, concrete failure modes, Condition B5  - 1.00 Dry concrete & water saturated concrete Temperature range A2 Characteristic bond strength in uncracked concrete – Short term load conditions4 k,uncrMPa 10.7 10.7 10.7 10.7 10.7 10.7 10.7 Characteristic bond strength in uncracked concrete – Sustained load conditions3 k,uncr MPa 3.3 3.3 3.3 3.3 3.3 3.3 3.3 Temperature range B2 Characteristic bond strength in uncracked concrete – Short term load conditions4 k,uncrMPa 5.0 5.0 5.0 5.0 5.0 5.0 5.0 Characteristic bond strength in uncracked concrete – Sustained load conditions3 k,uncr MPa 1.6 1.6 1.6 1.6 1.6 1.6 1.6 Anchor Category - - 2 2 3 3 3 3 3 Resistance modification factor for bond failure modes Rd, Rws - 0.85 0.85 0.75 0.75 0.75 0.75 0.75 For SI: 1 inch ≡ 25.4 mm, 1 lbf = 4.448 N, 1 psi = 0.006897 MPa. For pound-inch units: 1 mm = 0.03937 inches, 1 N = 0.2248 lbf, 1 MPa = 145.0 psi 1 Bond strength values correspond to concrete compressive strength f′c = 2,500 psi (17.2 MPa). For concrete compressive strength, f’c, between 2,500 psi (17.2 MPa) and 8,000 psi (55.2 MPa), the tabulated characteristic bond strength may be increased by a factor of (f’c / 2,500)0.25 for uncracked concrete [For SI: (f’c / 17.2)0.25]. See Section 4.1.4 of ESR-3814 for bond strength determination. 2 Temperature range A: Maximum short term temperature = 130°F (55°C), Maximum long term temperature = 110°F (43°C). Temperature range B: Maximum short term temperature = 176°F (80°C), Maximum long term temperature = 110°F (43°C). Short term elevated concrete temperatures are those that occur over brief intervals, e.g., as a result of diurnal cycling. Long term concrete temperatures are roughly constant over significant periods of time. Characteristic bond strengths are for sustained loads including dead and live loads. For load combinations consisting of short term loads only, such as wind and seismic, bond strengths may be increased by 320%. 3Characteristic bond strength values are for sustained load combinations including dead and live loads. 4Characteristic bond strength values are for load combinations consisting of short term loads only, such as wind and seismic 5Values provided for post-installed anchors under Condition B without supplementary reinforcement as defined in CSA A23.3-14 D.5.3. 6For installations with 1-3/4-inch edge distance, refer to Section 4.1.9 of ESR-3814 for spacing and maximum torque requirements. 7d0 = hole diameter. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Hilti, Inc. 7250 Dallas Parkway, Suite 1000 Plano, TX 75024 1-800-879-8000 www.hilti.com Supplemental instructions for use: The following is intended to be a supplement to the attached Instructions for Use (IFU) for Hilti HIT-RE 500 V3 for core drilling with large annular gap as described above. 1. The following table is intended to supplement the instructions on page 5 of the attached IFU for holes drilled with a large annular gap. Refer to the instructions on the indicated page of the attached IFU for the condition indicated below. Drilling method/concrete condition Hole condition Hole diameter Embedment Installation direction IFU page 7/16" - 1-7/8" 2-3/8" - 10" 60 - 250 mm 24-25 7/16" - 1-7/8" 2-3/8" - 25" 60 - 640 mm 40-41 2. The following installation equipment should be used in lieu of the table shown on page 12. Ø HAS HIT-RB HIT-SZ HIT-DL do [inch] d [inch] [inch] [inch] [inch] 9/16 3/8 9/16 9/16 9/16 3/4 1/2 3/4 3/4 3/4 7/8 5/8 7/8 7/8 7/8 1-1/8 3/4 1-1/8 1-1/8 1 1-1/4 7/8 1-1/4 1-1/4 1 1-1/2 1 1-1/2 1-1/2 1-3/8 1-7/8 1-1/4 1-7/81 1-7/82 1-3/8 1 HIT-RB 1-7/8 brush is a special order item. Contact Hilti for more details. 2 HIT-SZ 1-7/8 piston plug is a special order item. Contact Hilti for more details. Please feel free to contact our Engineering Technical Services department for more information or any questions. Hilti Engineering Technical Services – United States Hilti Engineering Technical Services – Canada (877) 749-6337 toll free (800) 363-4458 toll free hnatechnicalservices@hilti.com CATechnicalServices@hilti.com DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Key Specs Diamater 3" Length 35.5" Brand Vestil Finish Type Powder-Coat Material Type Steel Product Summary The Fixed height bollards are ideal for industrial and distribution facilities. The steel construction is durable and long lasting through the harshest of environments. Designed with a powder coat yellow finish for clear visibility and a top mounted eyelet for use with safety chains or ropes. The unit can be used with other bollards or on its own, product includes 2 wrap around reflectors for better visibility and mounting hardware. DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 EJCDC® C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 2 WORK CHANGE DIRECTIVE NO.: 11 Owner: City of Denton Owner’s Project No.: 6894 Engineer: Hazen and Sawyer Engineer’s Project No.: 60702-004 Contractor: Rey-Mar Construction Contractor’s Project No.: N/A Project: Hickory Creek Lift Station Contract Name: Date Issued: 3/22/2021 Effective Date of Work Change Directive: 3/22/2021 Contractor is directed to proceed promptly with the following change(s): Description: Installation of additional line-stop and hot tap tee to utilize existing lift station pumps for bypassing during tie-in of new force main. This will provide a more reliable pump operation during force main tie-in and help prevent potential overflows. Attachments: 1. HCLS- REV.1 Bypass Option #5 Breakdown Purpose for the Work Change Directive: More robust bypass pumping for limiting potential of overflows. Directive to proceed promptly with the Work described herein, prior to agreeing to change in Contract Price and Contract Time, is issued due to: Notes to User—Check one or both of the following ☐ Non-agreement on pricing of proposed change. ☒ Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $78,080.86 increase. Contract Time: 21 days increase. Basis of estimated change in Contract Price: ☒ Lump Sum ☐ Unit Price ☐ Cost of the Work ☐ Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 3/22/2021 DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 BID ITEM #1 Quanity Unit Labor Unit Material Unit Sub-Con.Unit Rental Unit Equip.Total Additional Line Stop ($1650 Daily) Excavation of Existing 24" Line (Proposed Location of Line- Stop)/Mortor Thickness Check 1 1,750.00$ 1,750.00$ 625.00$ 625.00$ -$ -$ -$ 3,128.00$ 3,128.00$ 5,503.00$ Installation of 24" Line-Stop core 1 -$ -$ -$ -$ 27,210.00$ 27,210.00$ -$ -$ -$ -$ 27,210.00$ Thrust block/Line-Stop 1 550.00$ 550.00$ 1,150.00$ 1,150.00$ -$ -$ -$ 1,480.00$ 1,480.00$ 3,180.00$ Pouring of Thrust block concrete 1 1,650.00$ 1,650.00$ 1,000.00$ 1,000.00$ -$ -$ -$ -$ 1,020.00$ 1,020.00$ 3,670.00$ Daily Rental of Line-Stop ($1650)4 -$ -$ -$ -$ 1,650.00$ 6,600.00$ -$ -$ 6,600.00$ Backfill/Compact 1 1,250.00$ 1,250.00$ -$ -$ -$ -$ -$ 2,168.00$ 2,168.00$ 3,418.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 49,581.00$ BID ITEM #2 Rangeline 24" x 16" Wet Taps Cost of 24" x 16" Wet Tap Saddles (EACH)2 -$ 7,955.00$ 15,910.00$ -$ -$ -$ -$ 15,910.00$ Hand Excavation 24" Line for Wet Tap 2 450.00$ 900.00$ -$ -$ -$ -$ -$ -$ 825.00$ 1,650.00$ 2,550.00$ Delivery of Wet Tap Bypass Material to Jobsite 1 350.00$ 350.00$ -$ -$ -$ -$ -$ -$ -$ -$ 350.00$ Installation of 24" x 16" Wet Tap Saddle 2 100.00$ 200.00$ 100.00$ 200.00$ -$ -$ -$ -$ 129.87$ 259.74$ 659.74$ Coordinating Core of 16" Opening (Rangeline to Core)2 -$ -$ -$ -$ -$ -$ 100.00$ 200.00$ -$ -$ 200.00$ Installation of 16" x 18" Reducer 2 162.00$ 324.00$ 100.00$ 200.00$ -$ -$ 160.00$ 320.00$ -$ -$ 844.00$ Installation of 18" Gate Valve 2 162.00$ 324.00$ 100.00$ 200.00$ -$ -$ 160.00$ 320.00$ 312.00$ 624.00$ 1,468.00$ Installation/Fusing of 18" SDR17 HDPE 2 162.00$ 324.00$ 100.00$ 200.00$ -$ -$ 160.00$ 320.00$ -$ -$ 844.00$ Installation of All Bolts 6 100.00$ 600.00$ 50.00$ 300.00$ -$ -$ 900.00$ Lay 18" HDPE Pipe/Site Access 1 575.00$ 575.00$ 87.00$ 87.00$ -$ -$ -$ -$ 812.12$ 812.12$ 1,474.12$ Tear Down of 18" SDR HDPE Pipe 2 275.00$ 550.00$ -$ -$ -$ -$ -$ -$ -$ -$ 550.00$ Tear Down of 18" Gate Valve 2 275.00$ 550.00$ -$ -$ -$ -$ -$ -$ -$ -$ 550.00$ Tear Down of 18" x 16" Reducer 2 275.00$ 550.00$ -$ -$ -$ -$ -$ -$ -$ -$ 550.00$ Tear Down of 24" x 16" Saddle 2 275.00$ 550.00$ -$ -$ -$ -$ -$ -$ -$ -$ 550.00$ Delivery of material to Godwin (Trips) HDPE 1 -$ -$ -$ -$ 350.00$ 350.00$ -$ -$ -$ -$ 350.00$ Rental of Fusing Machine 3 -$ -$ -$ -$ -$ -$ 250.00$ 750.00$ -$ -$ 750.00$ 28,499.86$ Unit Totals Subtotal 10,997.00$ 19,872.00$ 27,560.00$ 8,510.00$ 11,141.86$ 78,080.86$ Total:78,080.86$ Grand Total:78,080.86$ Days Extra 21.00 HCLS- REV.1 Bypass Option #5 Breakdown SubMaterial Labor Rental DocuSign Envelope ID: 909F3F4A-06D5-4E1F-B899-00BCEF7F9AC3 Certificate Of Completion Envelope Id: 909F3F4A06D54E1FB89900BCEF7F9AC3 Status: Completed Subject: Please DocuSign: City Council Contract 6894--Amendment 2 Source Envelope: Document Pages: 76 Signatures: 5 Envelope Originator: Certificate Pages: 6 Initials: 1 Crystal Westbrook AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 901B Texas Street Denton, TX 76209 crystal.westbrook@cityofdenton.com IP Address: 198.49.140.104 Record Tracking Status: Original 4/8/2021 10:42:47 AM Holder: Crystal Westbrook crystal.westbrook@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Crystal Westbrook crystal.westbrook@cityofdenton.com Senior Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 4/8/2021 10:54:18 AM Viewed: 4/8/2021 10:54:30 AM Signed: 4/8/2021 10:55:19 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.104 Sent: 4/8/2021 10:55:21 AM Viewed: 4/8/2021 1:09:01 PM Signed: 4/8/2021 1:09:31 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Marcella Lunn marcella.lunn@cityofdenton.com Deputy City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.185.202.16 Sent: 4/8/2021 1:09:34 PM Viewed: 4/8/2021 3:36:19 PM Signed: 4/8/2021 3:39:31 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sergio Conchas Jr. sergioc@reymarconstruction.com Project Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 66.169.179.199 Sent: 4/8/2021 3:39:33 PM Viewed: 4/8/2021 3:51:58 PM Signed: 4/8/2021 4:02:01 PM Electronic Record and Signature Disclosure: Accepted: 4/8/2021 3:51:58 PM ID: fbc5a61e-80ea-42ef-91b2-615ebd3f2ac9 Signer Events Signature Timestamp Stephen D. Gay stephen.gay@cityofdenton.com Director, Water and Wastewater Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 4/8/2021 4:02:03 PM Viewed: 4/8/2021 4:58:20 PM Signed: 4/8/2021 5:01:40 PM Electronic Record and Signature Disclosure: Accepted: 4/8/2021 4:58:20 PM ID: dabe8f03-8abf-454b-aadd-8a24403ef39c Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.104 Sent: 4/8/2021 5:01:43 PM Viewed: 5/5/2021 7:55:57 AM Signed: 5/5/2021 7:56:28 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Sara Hensley sara.hensley@cityofdenton.com Interim City Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 5/5/2021 7:56:31 AM Viewed: 5/5/2021 8:00:54 AM Signed: 5/5/2021 8:01:05 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosa Rios rosa.rios@cityofdenton.com City Secretary Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 5/5/2021 8:01:08 AM Viewed: 5/5/2021 12:30:40 PM Signed: 5/5/2021 12:31:11 PM Electronic Record and Signature Disclosure: Accepted: 5/5/2021 12:30:40 PM ID: e59bf659-7963-4112-8f56-68b8c152d573 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Contract Administrator City of Denton Security Level: Email, Account Authentication (None) Sent: 4/8/2021 10:55:22 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Sherri Thurman sherri.thurman@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Sent: 4/8/2021 5:01:43 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 4/8/2021 5:01:44 PM Viewed: 4/12/2021 1:31:08 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 5/5/2021 12:31:14 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Chris Campbell chris.campbell@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 5/5/2021 12:31:14 PM Electronic Record and Signature Disclosure: Accepted: 4/28/2021 2:51:08 PM ID: c081f9a2-20ad-43bd-b6f5-8588fb34878c Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 4/8/2021 10:54:18 AM Certified Delivered Security Checked 5/5/2021 12:30:40 PM Signing Complete Security Checked 5/5/2021 12:31:11 PM Completed Security Checked 5/5/2021 12:31:14 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Sergio Conchas Jr., Stephen D. Gay, Rosa Rios, Chris Campbell How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: purchasing@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you.