Loading...
21-799FILE REFERENCE FORM  Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Ordinance Created By 19-1032 05/21/2019 CW First Amendment 12/22/2020 CW Second Amendment By Ordinance 21-799 05/04/2021 CW ORDINANCE NO. 21-799 AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICRAL CORPORATION, AUTHORIZING THE APPROVAL OF A SECOND AMENDMENT TO A CONTRACT BETWEEN THE CITY OF DENTON AND REY-MAR CONSTRUCTION, AMENDING THE CONTRACT APPROVED BY CITY COUNCIL ON MAY 21, 2019. IN THE NOT-TO-EXCEED AMOUNT OF $3,418,000.00; AMENDED BY AMENDMENT 1 APPROVED BY PURCHASING; SAID SECOND AMENDMENT TO PROVDING ADDITIONAL CONSTRUCTION SERVICES FOR THE HICKORY CREEK LIFT STATION: PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (FILE 6894 – PROVDING FOR AN ADDITIONAL SECOND AMENDMENT EXPENDITURE AMOUNT NOT-TO-EXCEED $128, 170.68, WITH THE TOTAL CONTRACT AMOUNT NOT-TO-EXCEED $3,555,833.36). WHEREAS, on May 21, 2019, by Ordinance No. 19-1032, the City awarded a contract to Rey-Mar Construction in the amount of $3 ,4 1 8,000.00 for the construction of the Hickory Creek Lift Station for the City of Denton; and WHEREAS, on December 22, 2020, the City awarded a First Amendment to Rey-Mar Construction in the amount of $9,662.68 for additional construction services of the Hickory Creek Lift Station, and WHEREAS, the additional fees under the proposed Fourth Amendment are fair and reasonable and are consistent with, and not higher than, the recommended practices and fees applicable to the Provider’s profession, and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The Second Amendment, increasing the amount of the contract between the City and Rey-Mar Construction, which is on file in the office of the Purchasing Agent, in the amount of One Hundred Twenty-Eight Thousand One Hundred Seventy and 68/100 ($ 128, 170.68) Dollars, is hereby approved and the expenditure of funds therefor is hereby authorized in accordance with said amendment which shall be attached hereto. The total contract amount increases to $3,555,833.36. SECTION 2. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance seconded by -\)e/\.) $\(ST\,f\\c\ following vote n - a : made by A) M & lcbn . The ordinance was passed and approved by the Aye 7r,/a JIf Nay Abstain Absent Mayor Gerard Hudspeth: Birdia Johnson. District 1 : Connie Baker. District 2: Jesse Davis. District 3 : John Ryan, District 4: Deb Armintor, At Large Place 5 : Paul Meltzer, At Large Place 6: PASSED AND APPROVED thi' th' L+th d'y 'f Mcq _, 2021. R }HL'MIIfH.MAYOR ATTEST: ROSA RIOS, CITY SECRETARY APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY Digitaljy sIgned byMarcella Lunn DN: dc=com, dc=dtyofdenton, dc=cc>dad. ::::::::rT,canI:f:: if:J=::iI; E:n:.nerd DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 DENTON Docusign City Council Transmittal Coversheet 6894 File Name I Hickory creek Lift Station Constructlon––Amendment 2 P„,h„i„gC,,t„t c 'Y;t;1 w''tb'"k City Council Target Date MAY 4 ’ 2021 Piggy Back Option Contract Expiration Ordinance II- D Not App1 icab1 e N/A 21-799 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 CHANGE ORDER NO.: 02 Owner: Engineer: Contractor: Project: Contract Name: Date Issued: City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Hickory Creek Lift Station Construction Aprl1 8’ 2021 Effective Date of Change Order: Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 05/04/2021 The Contract is modified as follows upon execution of this Change Order: Description: Work Change Directives (WCD): Replace a precast concrete manhole with a polymer concrete manhole for greater corrosion resistance and longer manhole life. 1 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. Relocate lift station bypass connection to allow greater flexibility for starting up lift station while keep the existing lift station online. Modify FRP wet well to include FRP top to protect underside of top slab from corrosion and extending the life of the top slab. 4 5 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. Modify pump discharge piping inside FRP wet well to eliminate lateral supports from FRP8 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 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 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 Change in Contract Price Original Contract Price: Change in Contract Times Original Contract Times: Substantial Completion: 270 days Ready for final payment: 290 days$ 3,418,000.00 Change from previously approved Change Orders Change from previously approved Change Orders: Substantial Completion: 21 Ready for final payment: 21$ 9,662.68 Contract Price prior to this Change Order:Contract Times prior to this Change Order: Substantial Completion: 291 days Ready for final payment: 311 days$ 3,427,662.68 Increase this Change Order:Increase this Change Order: Substantial Completion: 154 days Ready for final payment: 154 days$ 128,170.68 Contract Price incorporating this Change Order:Contract Times with all approved Change Orders: Substantial Completion: 445 days Ready for final payment: 465 days$ $3,555,833.36 Recommended by Engineer (if required)D'"”©'%&!eF,)ted by Contractor SLrdo ohIILAS #.By: Title: Date: ProJect Manager 4/8/2021 Owner Approved by Funding Agency (if applicable) By: Title: Date: Inter1 rn C1 ty Manager 5/5/2021 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 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. ATTEST: ROSA RIOS, CITY SECRETARY Stephen D. Gay PRINTED NAMESIGNATURE Di rector , Water and Wastewater TITLE APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEYWater and Wastewater DEPARTMENT DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Change Order Summary Hickory Creek Lift Station, Project No. 6894 City of Denton Work Change Directive Approved Cost/{Credit) Calendar DaysNo.Description Change Order No. 2 1 Pojymer Concrete Manhole $7,548.91 $15,782.72 $20,898.93 $10,437.95 $24,891.49 $5,390.86 :$41,480.OO' $3,415.31 $2,323.31 $880.34 7 $128,170.68 21 0 25 0 45 0 21 7 14 0 21 154 2 PIUI and Check Valves 3 -F) –MH 4 By-Pass Connection Relocation 5 FRP Wet Well Top FRP MH Connection Changes Submerisble Pump Credit 6 7 8 Wet Well Pi In Modifications 9 Raise Surge Valve 10 o 11 Force Main B'lass TOTAL Original Contract Amount: Contract Price Prior to Change Order Revised Contract Amount: $3,418,000.00 $3,427,662.68 $3,555,833.36 Contract Time for Substantial Completion: Contract Time to Final Completions: Revised Time for Substantial Completion: Revised Time for Final Completion: 291 311 445 465 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 1 Owner: Engineer: Contractor: Project: Contract Name: Date Issued: City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 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 a Non-agreement on pricing of proposed change. IE 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: B Lump Sum a Unit Price [] Cost of the Work [] Other Recommended by Engineer Authorized by Owner By:za '*. Title: Senior Associate Date : 11/22/2019 EJCDC' C.940, Work Change Directive. Copyrighteg 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 2 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Polymer Manhole material Unit labor Unit Labor subs Total Sub Total Tx'd Mat'l Total Unit Labor MH Unit E 1 1' Loc, anIEila– DescriptionImIMNlmm Description T–r–I-F H Tr1-[T-I F[–TI =IH Ur–T–rA [–r–I–– [–Irl[–-THr–TM––I r–r–IAT E=[ Qty NA MI Unit 1 Unit Sub Mat'l o a 1 1 LS ElIIE:BI 10.163.00 (3,850.00: 10, 163.00 3,850.00 Subtotal [:ml mIB@ Subtotal Subtotalm Subtotal Profit 5% Mtotdl Bond 1.5% Subtotal I 6,313.00 6,3 13.00 6,3 13.00 63 1.30 6,944.30 347.22 7,291.52 109.37 7,400.89 148.02 BEnTotal I gIRl] Job:Hickory Creek LS Item:Hickory Creek Lift Station - Polymer Manhole Sht.1 of 1 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 A 1455S SprIng Canyon Road B8ukler City, W 89006 207 HoHtale coIIn Sulphur Springs, TX 75482 ARMOROCK-702.824.9702 www.annorocLcon Quote Date: 11/19/2019 To: Ref: Hickory Creek Lift Station Denton, TX Quo TAT ION 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: Page 1 of 2 11 /1 9/2019 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 4 14155 WIle % Read B8HBeltBBV89+06 HI Hait3l8 C8et Sent Spline TX 75482 For: ARHOROCK"Ref: Hickory Creek Lift Station Denton, TX Quote Date: 1 1/1 9/2019 Spreader Bar with Lifting Equipment 1 SPREADER BAR AND RIGGING FOR LIFTING O.OO' O $1 ,273 SSMH-3 60"-30" Polymer Manhole 30" EJ V-1480 SANITARY SEWER R&C 1 PR30XIFL 30 INX2 IN FLAT PRO-RING 1 PR30X6FL 60 IN X 3 FT ECC POLYMER CONE 30 IN 1 50548-S 60 IN X 4 FT POLYMER MH SECTION NO 2 BELL S206-28 NPC BOOT 4 JMI.25 EPOXY KIT FOR CIP BASE 12.21' 5,668 30 IN X 1 IN FLAT PRO-RING 30 IN X 6 IN FLAT PRO-RING 60 IN X 4 FT POLYMER MH SECTION S206-26 NPC BOOT $8,140 1 PR30X2FL 1 50530-C 1 70548-SNB 1 1 1 PEPOXY 1.25 IN X 14 FT JOINT MASTIC ROLL Sub-Total $9,413 $750Freight/Delivery Total Price for Hickory Creek Lift Station Quotation 7.2.14 Page 2 of 2 11/1 9/2019 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 2 Owner: Engineer: Contractor: Project: Contract Name: Date Issued: City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 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. IX Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $15,782.72 increase. Contract Time: 0 days no change. Basis of estimated change in Contract Price: [X Lump Sum D Unit Price D Cost of the Work [] Other Recommended by Engineer Authorized by Owner By:'Z4 ', Title: Senior Associate Date: 11/26/2019 EJCDC® C.940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American SocietY of Civil Engineers. All rights reserved. Page 1 of 1 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Dezurik Plug & Check Valves Descriptio r–r–T–[––r––l [––r–I[–T–[–T–r–IH [––[––l 1[[T:][][–T–[–T–T–II = TI TTa[57,890.92,1 : 1 :48,888.92) I––-–F–F–F–F–F–t F––F–IUun==Hln==•l•= [––r–]T=Tr 7 material Unit I I I I I I Tx'd I Unit 1 Sub I Tx'd I IJnit I MH I Mat'l labor Unit Labor subs Total Sub Total Tx'd Mat'l Total Unit LaborLoc MH Unit ComDOsit Rate Anajysjs 1 NA 1 1 1 1 1 Qt: NA NA Unit 1 Unit Sub 0.000 IH)ezurik Plug Valves 1 .00{)1\’alve Credit 2.000 IDezurik Check Valves 3.0001 Valve Credit Tsms TTs1 1 1 LS 1 1 28,919.01 (24,722.24 57,890.92 .48,888.92 28,919.01 7 Subtotal Bu%r me 5% sutM Subtotal Overhead 10% Subtotal Profit 5') tI SLIt>total Bond 1.50/, Subtotal Insurance 2% 13,198.77 13, 198.77 1 ,319.88 14,5 1 8.65 725.93 5 228.67_1 1 1 1 1 1 1 15,47),?$ 309.47 r]M7z§MnTotal aFm=F––F–T Job:Hickory Creek LS Item:Hickory Creek Lift Station - Dezurik Plug & Check Valves Sh 1 of 1 No extra time granted for valve change order. Does not impactschedule CH br aa)euaa)b a\ib'+ < a) ad iIaj'+ Na)da) aDNU) i)in reIU cnr)Nbr\iniNb++ El a ! ! : ! ! ! <<i 100a0tVaa rD inAF uSIU LUIL IU B gin IUJ g :1a & nc0 aIinIU gIUa OZ IU C) rea Pt- C) LUarnain IU oni =a) UlEF 9 111J acUl aca gILaIE aZ0 > LU on a LUi IUa q)U) LL0 >OaDO O <0 1- !!a LU LU 1-Z $ <3(9 1-0Z C/) aZ < on0-D C/) =t- a(0 LL:[ C/)Z ncDLL > <E LU B d Fc LU LTE LL0Z0 !LLIncaa(LU}-Z a(30 C/)1-ZLUtriLU nca LUa( LU bDa C/)EF- [:1 fa 5 § uS LU B 0I C/) infr LUa(D}- g3Z < = 6t-aLU}-S:1 bZ LUnc <}-D on LUaD-1OZ LU C/) LU =1- De IUE0 :tria C) >inaIU g LUJ IU ac LUI in}- C)aa0 DeaaIaIU E0iina C) >inaIU [ LU C) 8IL ai IUIa LU}-0aa U)LUQaa ; El De IU =aIU Ea LUa in IUin gaIUEb0 U)a)IUJZa U) LU C/) < LU ncOZ LUO Fca 0(0 C/)Z0 !(-1 LUOZ <O C/5 > S LUa >ncLU >A LUa nc0 11 LLI-1on <:1 bZ C/)ZaE IC) =C) ; IIi EF e IU =F =0fr LLaIU Ea0Ein < IIiJ 8 LL0 th20FaZ0 Oa2 < tri = ncIU1- U) iF LUJJ LU CDIL0 IU C)Iba LU C) C) < Ul iF LU >DinZ0a3 1-ZIU CDZFZ0 C) Ut To'1 &:E 1I' ‘C Q IsU) HE'1 X a) g C> aaJe C) I Ca : a(B+1Ul a !la C LB CD a: -1 Ca a'= C)ina)fI NbOUr k E a IUtri5 IUacHE 0 qFr\Ia) Lb CO Cr) (!) BI bI CD LL LUa < > beO LUI O (9JLL + LUa <( > Sd O LU = O (9JLL V = on I Q IU Ul> IU ac e'8 E o6 ai=a C) C/) LU :1aaD C/) a(0 g LU3 LL it(a( LU bE Z-0 0a C/)Z $ F- LL0 C/) C/) LUZ:1 LLIEF nc0 a)O<(a)LLb LL LUO on00 d)a) 00 on II1 LUI10a CO0 <t\I 11a)LLa)0a) a gl0 T) >C LUaa) tB3 C)aa 8 I it 10 $ goBq( ad LLI nc0O C/5Z0Fa FcOC/) LUa acLLII1-0 a(0 C/)LUFFZ <3a tri LUNr) -j0ac1-Z0O ncD0aZ gLU on LU C/)D <O >Z < E0 ncLL (9ZF gU) LLI nc gI - E ! ! ; i : Z0 C)3 binZ0C) ac<E > LUal b ac a)EaqB Heala 9a C)laa g E0 O C " CD ElaC CDg b C/5 CO0 + LU e altaC) qP on 'aE ad C/)Z C/)Z a) a ON NI gN laq)I a 8+ a& g n ! ! gIBB : }I; g a) gZ la PfI RaZa g IU on DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Bid Proposal for Hickory Creek - Dezurik pIug valves Bid Date: 09/30/2019 Core & Main 1055256 REY-MAR CONSTRUCTION 6959 State Hwy 276 Royse City, TX 75189 Phone: 972-635-2722 Core & Main Fax: 972-635-9325 Seq# CIty Description Units Price Ext Price 10 20 30 1 4 1 24" DEZURIK PLUG VLAVE 14" DEZURIK PLUG VALVE EA EA EA 13,666.67 3,202.25 2,443.34 Sub Total 13,666.67 12,809.00 2,443.34 28.919.01 0.00 28,919.01 12" DEZURIK PLUG VALVE Tax Total Branch Terms: UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODucrs 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 MANUFACrURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACruRER 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/ 09/06/2019 - 9:17 AM Actual taxes may vary Page 2 of 2 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 ORIGINAL QUOTE FOR VALVES TO DETERMIN CREDIT DUE Bid Proposal for Hickory Creek Lift Station REY-MAR CONSTRUCTION 3416 REED STRE rr FORT WORTH, TX 76119 Job Hickory Creek Lift Station Denton, TX Engineer: HAZEN & SAWYER Bid Date: 12/11/2018 11:00 a.m. Bid #: 763563 0 Sales Representative Rick Guinn (M) 972-515-7373 (T) 214-631-9410 Richard.Guinn@coreandmain.com Core & Main 4333 Irving Blvd Dallas, TX 75247 (T) 214-631-9410 0 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: MANUFACrURERS' SHORTAGES, AVAILABILITY OR TIMELINESS OF TRANSPORTATION, MATERIAL, FUELS, OR SUPPLIES. 06/14/2019 - 2:15 PM THIS QUOTE IS NOT A CONTRACr TO SUPPLY MATERIAL OR GUARANTEE OF PRODUCT AVAILABILITY. FOB JOB SITE FOR FULL TRUCK LOADS. FREIGHT CHARGES MAY APPLY FOR PARTIAL SHIPMENTS. Actual taxes may vary Page 1 of 4 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Bid Proposal for Hickory Creek Lift Station REY.MAR CONSTRUCTION Job Location: Denton, TX Engineer: HAZEN & SAWYER Bid Date: 12/11/2018 11:00 a.m. Core & Main 763563 Core & Main 4333 Irving Blvd Dallas, TX 75247 Phone: 214-631-9410 Fax: 214-905-0768 Seq# CIty Description Units Price Ext Price 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: $48,888.92 480 1 24MJ PLUG VALVE W/GEAR EA 11,666.67 11,666.67 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Bid Proposal for Hickory Creek Lift Station Bid #: 763563 Seq# Qty Description Units Price Ext Price 670 1 14FLGPLUGVALVEW/GEAR680 1 14FLGCHECKVALVE EA EA 1111 1% 12.222.23 2,777.78 12,222.23 870 3 14FLGCHECKVALVE 880 3 14FLGPLUGVALVEW/GEAR EA EA 12,222.23 2,777.78 36,666.69 8,333.34 960 1 12 FLG PLUGVALVEW/GEAR EA 1.944.45 1.944.45 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DIRECrivE NO.: 3 Owner: Engineer: Contractor: Project : Contract Name: Date Issued : City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 3/12/2020 Effective Date of Work Change Directive:BIt212020 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 n Non-agreement on pricing of proposed change. M 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: A Lump Sum n Unit Price D Cost of the Work [] Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 03/12/2020 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 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 r LL0 r NOTES : }- LU LUIE CD 5. COORDINATE HATCH DIMENSIONS wrrH DEBRIS BASKfr AND RAIL SYSTEM MANUFACrURER. ;!! }-on( !!g 24’' TVP SEE NOTE 5 #5@8" T&B, EW, TYP DWGS GRADE. SEE CIVIL H2„ FLOWABLE FILL, TVP COMPACrED LOW PI SELECr FILL PER SPECIFICATION SEerlON 02200 .W_WORK, wp C/) $ LUF Z01-Z LUa LL0 >t- C) b La E ! ! U)t-LL :J #5@8" EF, EW. TVP #6@8' T&B, EW \ #5 DWLS @8" EF. TYP 6" STONE FLEXIBLE BASE ga 10 asa) atyin R 11 B CDla Q > CDa)CgaJ=0 lai Jah Bca cn /4\\-ThO, 6" CONC MUDSLAB 0 Qq LOal'qbal0 al hia > on aa LL CAST IN PLACE)MANHOLE L coMPAcr SUBGRADE PER SPECS, TYP dZ De LUa ac0 LU (9Z <IO 3/8" = 1'-O" V= tbs\nHIs\s6ujMaaEOo-zozQ9\lvQ-zoz09vo = 3(!] DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Cast-in-Place MH labor rental / sub IoM)I Sub / RentalUnit Labor Total Mat'l Total Unit LaborLoc, MH Unit bM1 imAm1 F Description Unitl Unit Sub NA Mat'l Cast.in.Place Debris Basket MH 16" walls & 18" thick base OIConcrete placement walls & base 4500 PSI O .s I r,i.,\ \\ .II\ \\ w,t„s,,I lo.p d,s libra liN lyEll EA EA EA RL EA BnflM laII m IS 132.00 3,979.00 mI IBlbMIOBI 1118871081 378.97 6,204.00 t 740.25 3 ,060.00 3,254.00 378.97587.81 32.59 104.35 48.00 ET2:aR1881 t o S S t QT:„i_', IL.r coatings - Fu(Iual IIIII UPn=R= T 587.81 mImE'i! 1 ,037.00 1 1 .00 16.50 U( 720.00 6 2.074.00 165.00 Mt M mo FMin 35% mMI i] mltotal - Sub/Rental + I mrllead 1 no . miBEll [mat ii)D, m:8HI Fiond 1.5% MIdIIrmm 15,097.87 7 24,894.10 8,224.22 2,878.48 ,abor + Material 20,898.93 20,898.93 20,898.93 Total 20,898.93 25.00 Job:Hickory Creek LS Item:Hickory Creek Lift Station - Cast-in-Place NIH St,t.1 of 1 is a line item for lumber needed to install walk-ways with rails around the inside & outside of the structure for safety r poses DocuSign Envelope ID: 909F3F4A-06D5-4EI F-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 3416 REED ST Fr WORTH, TX 76119 SERGIO CONCHAS 817-441-3472 HICKORY CREEK LIrr STATION 2695 OLD ALTON RD DENTON , TEXAS 76210 INVOICE NUMBER GRI 9-24X Rev #2 SHIPPING METHOD TRUCK PAYMENT TERMS Net 30 QTY APPROX 3.6 ITEM # TONS DESCRIPTION UNIT PRICE LINE TOTAL FABRICATED REINFORCING GRADE 60 “EXTRA - DEBRIS BASKET MANHOLE” WALLS ONLY $ 3,979.00 DETAILING INCLUDED ACCESSORIES TRUCKING INCLUDED INCLUDED SUB TOTAL TAX EXEMPT $ 3,979.00 TOTAL S 3,979.oo TIM GRAY (TIMGRAY4@ATT.NET) THANK YOU FOR YOUR BUSINESS! DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 FUQUAY, INC. P.0. BOX 3109+6 NEW BRAUNFUS. TD(AS 781314916 PROPOSAL PHONE ( 830) 606188 PHONE (830) 6061882 FAX (830) 6081885 BID DATE: February 25, 2020 PROJECr: HICKORY CREEK LIFT srATioN DEMON, TEXAS WE PROPOSE TO PROVIDE ALL THE MATERIALS, LABOR, EQUIPMEvr AND SUPERVISION NECESSARY TO COMPLETE THE FOLLOWING ITEMS FOR THE PROJECr REFERENCED ABOVE, KENt.CODE ALT ITEM DESC NO. NO. CODE S.P. NO.BD ITEM DESCRlrrloN rrEM APPROX UNIT BED UNIT QW'S PRICE AMOUNT 125 MIL SPR\YWALL PREP AND COAT HfrERIOR OF NEW 6' X 6' X 29' DEEP MANHOLE SF 768 S 16.50 S 12,672.00 TOTAL $12,672.00 ALL MATERIAL IS GUARAFfrEED TO BE AS SPECIFIED, AND THE WORK TO BE PERFORMED IN ACCORDANCE wmI THE DRAWING AND SPECIFICATIONS SUBMITED FOR THE ABOVE WORK AND COMPLETED IN A SUBSTANTIAL WORKMANLIKE MANNER. ANY ALTERATION OR DEVIATION FROM SPECIFICATIONS AND DRAWINGS INVOLVING EXTRA COSTS WILL BE EXECUIED ONLY UPON WRrrrEN ORDERS AND WILL BECOME AN EXIRA 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 ADDmONAL CHARGE FOR PROVIDUVG A WAIVER OF SUBROGATION AND/OR BEING LISTED AS AN ADDrriONAL INSURED ON FUQUAY'S P{SURANCE. 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 PERNlrrs, BURDENS, FEES WASIE HAUL-OFF SURVEYING SITE CLEARING TRAFFIC coFfrROL BENCH AND INVERT WORK PROVIDING AND/OR PERFORMING TESriNG DEWATERING BYPASS PUMPING AND PIPE PLUGGING INFILTRATION REPAIR ACCESS TO WORK AREA WITH EQUIPMEvr TERMS : PAYMEFfr 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 WrrHIN THIRTY DAYS. ACCEPTED BY RESPECTFULLY SUBMITTED COMPANY FUQUAY, INC.NAME TrrLE DATE DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 1BRenEMEa PRODUCI DATA SHEEr I I 0 I T I PRODUcr PROFILE 6Hnlc DBa]rllOI QHHOH UW Coal Tar OLDE FIH6H Versatile coal tar coating for use in immersion, splash and spillage, chemical fumes and below-grade environments, Semi-gloss Black COATING SYSTEM nIHns Self-priming SURFACE PREPARATION srM QHaEiE Prepare by method suitable for exposure and service. Inurrersion Service: SSPC-SP6 Commercial Blast Cleaning 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 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 AnSUIFA05 B RKOHHnDD DFT VOIUHESOUDS 8.0 to 12.0 mUs (205 to 305 microns) per coat. Note: Number of coats and thickness ,cation method anda ve To Touch To Recoat 24 hours2 hours 64.0 t 2.0(yo will vary with substrate aIRING TIRE VOLATILE ORUHICCOHmuNDS Curing time varies with surface temperature, air movement, humidity and film thickness Unthinned: 2.56 lbs/gallon (306 grams/litre) Thinned 5%: 2.78 lbs/gallon (333 grams/litre) 1,026 mil sq ft/gal (25.2 m2/L at 25 microns). See APPLICATION for coverage rates. NUHBEROFQHPONHIS THmREnCAI covnA6E PAOa61HG One NEIWHGEI PR aLlaN 55 gallon (208.2L) drums, 5 gallon (18.9L) pails and 1 gallon (3.79L) cans 13.08 t 0.25 lbs (5.93 t .11 kg) TEHPnATURERBISIANa SIORAGETEHPnATURE Minimum 20'F (-7'C)Maximum 120'’F (49'’C) SHnF UH (Dry) Continuous 140'’F (60'’C)Immersion Service 120'F (49'C) asH mIll-sEIA 12 months at recommended storage temperature HUITH&UnIT 80'F (27'C) 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. a covnA6E RATB Dry MHs (Microns 10.0 (255 ;)8.0 Wet Mas (Microns 15.5 12.5 19.0 (480) n/Gal (m2/Gal 103 (9.5) 128 (11 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 Stir thoroughly, making sure no pigment remains on the bottom of the can.KIXING THIHlING 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. © Odober 1, 2001 by Tnemec Ca,, Inc.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 representativefor current technical data and instructions Page 1 of 2 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 PRODUcr DATA SHEEr H.B. TNEMECOL I SERIES 46-465 APnlCITION EQuiuHr Mat’1 Hose ID AtomizingPressure (3.4 E;}) Pot Pressure (1.4 :ii) 1/2" or 3/4” (12.7 or 19 mm) Low temperatures or longer hoses require higher pot pressure Airless Tip Orifice 0.017”-0.031 (430-rrllcrorls At Pressure Mat’1 Hose ID 3/8” or 1/2” mm)(9. Manifold Filter 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 obtainrecommended film thicknesses SURFAa 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 CLUNUP Flush and clean all equipment immediately after use with the recommended thinner or xylol WARRAVIY & LL\IrFATiON OF SELLER'S LiABiLrrY, Tnemec Company, Inc. warrants only that its coatings represented herein meet the formulation standards of Tnemec Company, Inc. THE WARRAVry DESCRIBED IN THE ABOVE PARAGRAPH SHALL BE iN LIEU OF ANY OTHER WARRAVFY. EXPRESSED OR IMPLIED. INCLUDING BUT NOT LIMIFED TO. ANY IMPLIED WARRAVry OF MERCHANTABILITY OR FTTVESS FOR A PARTICULAR PLRPOSE. THERE ARE NO WARRAVFIES THAT EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOFm 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 ex&lusive 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 (LNCLUDING, BUT NOI lIMrrED TO, INCIDENTAL OR CONSEQLZVnAL bA$1AGES FOR- LOST PROFIFS, LOST sALES, INJURY- TO PERSON OR PROPERTY, ENViRONMEVrAL INJURIES OR AW OTHER LNCiDEvrAL OR CONSEQUENIIAL 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 coatiig 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 }epresent all environments.- As application, environmental and design factors can vary significantly, due care should be exercised in the selection and use of the coatin Tn:mec Compar 6800 Corporate Drive Kansas City, Missouri 64120-1372 1-800-TNEHECI Fax: 1-816-483-3969 www.tnemec.com © October 1, 2001 by Tnemec Co., Inc. ms46465 Page 2 of 2 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Customer: REYMAR CONSTRUCTION Project : Location : HICKORY CREEK LS MANHOLE 2751 Old Alton Road, Denton Texas 76210 Panel System Rental & Purchase Agreement QUOTE VALID FOR 2 WEEKS FROM PRINTED DATE Furnish 66.00 Ift. of double faced form panel system and - Ift. of single faced form panel system, 29 ft. high and 1,914 sqft. Forming system consists of form panels, filler 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. $2,201 Panel Rental per month turnbuckle form aligners. Does not include lumber, stakes, or other fasteners $30.00 Turnbuckle Rental per month walkway brackets. Does not include lumber, safety equipment, or other fasteners. $37.50 Walkway Rental per month 8 A. B. C. Furnish 25 Furnish Total Forming Hardware Rental Per Month D. Furnish wall form ties Concrete Item # Description Thickness SNP3149 H.D Ties 16" Purchase Total #VALUE ! Qty. no ties Unit Price $0.70 Form Tie Total F#anITa E. Furnish No lumber Ift. of 2"X4"x16' lumber for wales,sill plates, strongbacks and bracing.Fm F. 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. Accepted : Title: Barnsco:Riley Wolf Title: Date: Forming Supervisor Date:3/3/2020 1 of 4 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 Customer:REYIVIAR coNSTRUcrioN Project: Location : HICKORY CREEK LS MANHOLE 2751 Old Alton Road, Denton Texas 76210 A.Misc. Concrete Accessories: CIty.Items Unit Price Total Price [x]lammm 0 0 1 0 0 0 0 0 Box 16D Nails 50LB Box 8D Nails 50LB Form release oil DUOGARD citrus 2"X4"X24" Wood Stakes for sill plates 2"X4"X24" Wood Stakes for turnbuckles Sprayer Metal 1948 3.5 Gal. 3/4" CHAMFER STRIP IO' CHAMFER NAIL 3EG FINE 50LB BOX $34.79 $37.43 $48.40 $0.69 $1.03 $144.94 $0.08 $77.53 $0.00 $0.00 $48.40 $0.00 $0.00 $0.00 $0.00 $0.00 5 Gal. Pail LF Total DTIIT-I B. 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. C. Freight Charge Each Delivery: Freight Charge Each for pick up: Accepted : Title: Barnsco:Riley Wolf Title: Date: Forming Supervisor Date:3/3/2020 2 of 4 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Customer: REYMAR CONSTRUCTION Project : Location: HICKORY CREEK LS MANHOLE 2751 Old Alton Road. Denton Texas 76210 Form Panel Damage Repair Policy 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 : Title: Barnsco:Riley Wolf Title: Date: Forming Supervisor Date:3/3/2020 3 of 4 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 Customer:REYIVIAR coNSTRUcrioN Project: Location: HICKORY CREEK LS MANHOLE 2751 Old Alton Road. Denton Texas 76210 Formwork Equipment Rental Terms And Conditions 1. Customer agrees to accept Barnsco's terms and conditions. 2. Rental agreement must be signed by customer prior to any rental equipment shipments. 3. Customer is responsible for loading and unloading all materials from the delivery truck. 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. Customer shall keep rental equipment insured against lost and damages Barnsco shall be named6 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: Title: Barnsco: Title: Riley Wolf Forming Supervisor Date:Date:3/3/2020 4 of 4 2609 WILLOWBROOK RD, DALLAS TX 75220 214-352-9091 (P) 214-366-1317 (F) 0)U ed hIal IH oa\ f–ILr) F)alt-lP)V bj aLl HI gC) C) be C)0tO CN > > > DLr) ner\ ai CECII CliP) OLdFItDLr) 000 b VH a lieBESEa SEE 8 :gB 8big : : gF alal 10F <<DaN FFI t-1 an I Lr) \D K) I0V an G 88 \a XX hh F)F bmv Fa)HIt–IN) rln r–I H I >1.FI..> 3 >ada aLlOH C) a)a CD GODdD fOLDSHE LILO LIa HeavE Q C) e r1 11 al +) g 000000Lr)ch Lf)Lr) ! j4 lgB \DOgOH) ag a)a0aal 'Lj O Hi; g >l0+J''\an U el g B $ 10hZ baE ba C) < baznOH Hd .h c--)o (DC:/) (I, t–ID,a ala Z\Dbb OFC/) LabZ DaHlOdd XC) C) bB• n0 aH Ha ‘ bg gog tI1l 8 :: E a hrH to nodial == CNn U q)>IN &g0 alt–1 4)+)0a bZH0IJ Z0C9HZa)HZMd alnIXONH C/)(') C)HZEa baC)hI >r.IIvI OIF3 F),X, a) ga) LLbLL LUO on0Q d)V 00 on 1 11 LI_IlK)a CO0a'+LLa)LLa)0a) a a)al0 g)e LUCa) tr)3()aa a0 ed+)a, edLIUaaa a iI 0) a 9 a 11a C\Inl C/) ZHIOHH II:bc)aDZa 4 Xhd hC/)'I' bZ C) C/) bOH -I'C) an h e 8 1p11 (1F1OdI HO ; # 8:D :raN ON aOUR v 0url: top> h hI aa anFIt-I 10F 00 8 0 C) +1 UgU0 hIal t–It–I 0000 F)Cr)00tO\D t–It–I00VOLr)oo-\\ Lr)LO VLC) a eN'\In0\ F) t–I#t-I 0#F- CD i !ia+) IOa ai HeDU'rl OmEn DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 PSX has always set the standard for watertight pipe-to-structure connections. PSX: Direct Drive-M 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 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 WWW .com DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 PRODUCT SPECIFICATIONS PIPE INSTALLATION 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 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. 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 + + 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. U.S. Patent No. 6805359 Copyright 2005 by Press-Seal Gasket Corporation 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. PRESS-SEAL GASKET CORPORATION P.O. Box ICM82, Fort Wayne, Indiana 46852 Phone: (260) 436-0521 (800) :#18-7325 Fax: (260) 436-1908 E-mail: sales@press-seal.com Web: www.press-seal.com 1) g LL0 eM= El LU =C/) ___1L I. p li } E + g B 8 : = E T gIg P = NO 0 al\h al\hal P ___1L \J +C --) 0aXLU 0 C0 C/)C Vcr) A C'Fl CL 1' Il i 2a a( () hI t) <Z Q UIF I dOZL LLI r)Z <a OZa) C)Z g <OZa LH < C)C/) 5Z0a C/)I I -I = C)Z gEa Eg 3C g 6 bg B ii R a)3ggC0b :a E P E0C0 C); i26't 8 8)a0a) 6 0 d Is JB br) 6 !!! bC GOa i:vi ga gail E .g)q)B1:g d E g 6E C-5 la Q) as g Ifr B i) bE qI)aoa)b);iSg hI 11Z_Q 11 gg<oic)g-1 <U- Jk C) < e El g :EHHi g El aa ! a :J g El la J 8 ! ! ! ! ! i ! ! ! ; i : i DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 4 Owner: Engineer: Contractor: Project : Contract Name: Date Issued : City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 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 pIug 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. M 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: R Lump Sum D Unit Price [] Cost of the Work n Other EJCDC8 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 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 5/13/2020 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 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Bypass Additional Material material Unit labor Unit Labor subs Total Sub Total Mat'l Total Unit Labor MH UnitLocl–r––r–T–I r––r––I+[–T––I [–r–IF–TnT==EF–F–IR–TI––IH–TI––IB–TI–I [–r–iR––l–I–I––I––-IE–T–I–I––I––-I [–[–1r–T–T•–-T–I–––T–Tn–-T r––nH–Ii[aIE 1-- [–r–T:–r–:–IF–l–l–T=== n-T [–TT–––IEr–T–r–I EF-ta–[T––I Fg––TelFi–l–I–I––I––-I [––r–I[–[–[–[–T––I[–-TIrn–––I b A[–l–ln––I a–=liB–Tl–l–Fl•llg bnIl•ll•n=un•Hl•n•HlIH •© ysls Description Qty NA NTA I Unit 1 Unit Sub Mat'l Us ) ITs T–––l–––TlnnR––:–I 16,419.44 (6,337.39) 16,41 9.44 Subtotal Burden 3591, Subtotal Subtotal O\'erhe tld 1 o„ t) Subtotal Proml lIM Subtotal Bond 1.5% M)total Insurance 2% 10,082.05 10,082.05 0 0 10,082.051 151.23 1 1 1 10,233.28 204.67 T(ita 1 t Job:Hickory Creek LS Item:Hickory Creek Lift Station - Bypass Additional Material Sht.1 of 1 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Bid Proposal for Hickory Creek Lift Station Bid #: 763563 Seq# CIty Description Units EA Price 2,179.02 Ext Price 2,179.02520 1 24X14MJTEEC153 P4011MP 550 1 143014DISTARGRIPRESTRAINTGLANDONLYIMPORTSGDP14 560 1 14MJREGACCSETL/GLANDIMP EA EA 83.36 23.23 83.36 23.23 640 650 660 670 680 690 700 710 1 1 1 1 1 1 5 14 FLGXPE DI PIPE 8' P401 14 FLG 90 CIIO P401 PR IMP 14 FLG PLUG VALVE W/GEAR 14 FLG CHECK VALVE 14 FLGXFLG DI PIPE P401 PR I' PRIMED 14 BLIND FLG Dl P401 PR IMP 14XI/8 FLG FF RR ACC SS 316 BYPASS EA 1,198.17 935.16 2,777.78 12,222.23 533.23 700.62 136.92 1,198.17 935.16 2,777.78 12,222.23 533.23 700.62 684.60 These are removed DocuSign Envelope ID: 909F3F4A-06D5+EI F-B899-00BCEF7F9AC3 Bid Proposal for Copy of REVISED - Hickory Creek Lift Station Bid #: 1102054 Seq# CIty Description Units Price Ext Price 560 570 580 24" X 14" DI TR FLEX TEE P4011 14 3014 Dl STARGRIP RESTRAINT GLAND ONLY IMPORT SGDP141 14 MJ REG ACC SET L/GLAND IMP1 EA EA EA 2,179.02 83.36 23.23 2,179.02 83.36 23.23 ]610 620 630 640 650 660 670 680 690 700 60 2 2 2 1 2 2 1 14 TR FLEX PR250 DI PIPE P401 BYPASS FT EA EA EA ––E+–> EA EA EA 24" X 14" DI TR FLEX RED P401 24 TR FLEX GRIPPER RING 68.70 2,664.53 326.62 106.59 3,621.15 4,122.00 5,329.06 653.24 213.18 3,621.15 14 TR FLEX GRIPPER RING 14" MJ DEZURIK PLUG VLV BURRIE PLUG VALVE TO BE DEZURIK 14 3014 Dl STARGRIP RESTRAINT GLAND ONLY IMPORT SGDP14 14 MJ REG ACC SET L/GLAND IMP 562-S VLV BOX W/LID IMPORT 5-1/4" SCREW TYPE 27-37 memv 83.36 23.23 38.69 166.72 46.46 38.69 750 760 770 780 790 800 810 1 1 1 1 3 3 3 14 FLGXPE DI PIPE 8' P401 14 FLG 90 C110 P401 PR IMP 14 FLG CHECK VALVE ma14 BLIND FLG Dl P401 PR IMP – 14 3014 Dl STARGRIP RESTRAINT GLAND ONLY IMPORT SGDP14 14 MJ REG ACC SET L/GLAND IMP 14XI/8 FLG FF RR ACC SS 316 EA EA ––E+> EA EA EA EA 1, 198.17 935.16 12,222.23 700.62 83.36 23.23 136.92 1,198.17 935.16 12,222.23 700.62 250.08 69.69 410.76 Total $16,419.44 11/13/2019 - 9 :40 AM THIS QUOTE IS NOT A CONTRACr TO SUPPLY MATERIAL OR GUARANTEE OF PRODUCT AVAILABILITY. FOB JOB SITE FOR FULL TRUCK LOADS. FREIGHT CHARGES MAY APPLY FOR PARTIAL SHIPMENTS Actual taxes may vary Page 3 of 5 ;!i:7'-"'; 1 IE HI9 C) ! ! !!! !! jsg iT =• a2 < y e g b EU E g g3: g ':;} Z :l9 EliU) B g i i DocuSign Envelope ID: 909F3F4A-06D$4EI F-B899-00BCEF7F9AC3 WORK CHANGE DIRECriVE NO.: 5 Owner: City of Denton Engineer: Hazen and Sawyer Contractor: Rey-Mar Construction 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 a Non-agreement on pricing of proposed change. IE 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 Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No. : 6894 60702-004 N/A increase. Basis of estimated change in Contract Price: B Lump Sum [] Unit Price D Cost of the Work D Other Recommended by Engineer By: ./ed ',. Title: Senior Associate Date: 5/13/2020 Authorized by Owner 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 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-OOBCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - Wet Well Modifications material Unit labor Unit Labor subs Total Sub Total Tx'd Mat'l Total Unit LaborLoc.Description C0111 Description Unit 1 Unit Sub I Mat'l MH Unit NA o.oo(FiR==== e Well Credit L , WW „,f „,t-„-pl„, aiRFLFs 104,500.00 :80, 102. 1 1 1 104,500.00 :80, 102.1 1mI Subtotal BMttMn sut)Mm m=aTM @total [FW)©11(iX@ ©btotal Bond 1.5% Subtotal Insurance 2% 22,897.89 22,897.89 22,897.89 1 , 144.89 24,042.78 24,042.78 360.64 W4 43 488.07 4Total a m5 Job:Hickory Creek LS Item:Hickory Creek Lift Station - Wet Well Modifications SIIt.1 of 1 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 McCain Waterworks Marketing 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 $ 1 1 ,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-06D54EI F-B899-00BCEF7F9AC3 McCain Waterworks Marketing Fort Worth. Texas 214-205-4889 jasonj ones@mccainwaterworks.com DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 6 Owner: City of Denton Engineer: Hazen and Sawyer Contractor: Rey-Mar Construction 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 D Non-agreement on pricing of proposed change. E 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 Owner's Project No.: Engineer’s Project No.: Contractor’s Project No. : 6894 60702-004 N/A increase. Basis of estimated change in Contract Price: N Lump Sum D Unit Price a Cost of the Work D Other Recommended by Engineer By: /d%'& Title: Senior Associate Date: 5/13/2020 Authorized by Owner EJCDC' C.940, Work Change Directive. Copyrighto 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station - FRP Manhole Modifications material Unit labor Unit Labor subs Total Sub Total Mat'l Total Unit LaborLoc,Description (a ( m Description Qty NA NA Unit 1 Unit Sub Mat'l MH Unit Ianholes Modifications (bottjmlp Manllol,'\mIll (1 Jt)1l1 2.OtItT I rIk Seal ('rcclit I.S--If if I S); TlHli® aFB 36,989.72 (30,78 1 . 10: ( 1 ,474.94: 36,989.72 RO.781.10 liHlnIBIgn mMol [iiMt IMe gm Subtotal mbtotal @Rrhead IZiMsuM Im Bon(#M Motal Insurance 2% 4,733.68 4,733.68 W7 473.37 W2 5,207.05 78.11 5,285.15 105.70 W3Total Mm Job:Hickory Creek LS Item:Hickory Creek Lift Station - FRP Manhole Modifications Sht.1 of 1 DocuSign Envelope ID: 909F3F4A-06D$4EI F-B899-00BCEF7F9AC3 McCain Waterworks Marketing 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 $ 1 1 ,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-06D5-4EI F-B899-00BCEF7F9AC3 McCain Waterworks Marketing Fort Worth, Texas 214-205-4889 jason.jones@mccainwaterworks.com DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 7 Owner: City of Denton Engineer: Hazen and Sawyer Contractor: Rey-Mar Construction 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. N 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 Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A increase. Basis of estimated change in Contract Price: N Lump Sum n Unit Price D Cost of the Work n Other Recommended by Engineer Authorized by Owner/a ',Z.--,––By: Title: Senior Associate Date: 9/9/2020 EJCDCe C-940, Work Change Directive. Copyrighto 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek Lift Station- Submersible Pump Credit TT=F 240,400.00 H H H material labor rental / sub Unit 1 1 Total Unit 1 Sub / Rental Unit 1 Unit Sub I Mat'l I Labor Total Mat’1 Total1 1 Unit 1 MH Latx)r 1 UnitLoc E:+!lsit Rate AIm Extension of Monorail Change Order XTFxm= P LS 1 - 1 240,400.oo I (285,880.00: 4,000.001 M Subtotal Burderm mIRotal Bubtotal - Sub/'Ttental + Labor + \laterial\ M9Mt 10% S ubtotal Bond 1.5% Subtotal- Mt 1 1 - 1 (41,480-oo)1 -1 i 4 (4 1 ,480.00) 41.480.00 IBM MM=In Hm Job :Hickory Creek LS Item :Hickory Creek Lift Station- Submersible Pump Credit Sht.1 of 1 Contractor Approva By: Title: Date: By Title: Date DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 I FORT WORTH. TX 3416 Reed Street Fort Worth, TX 76119 (817) 535-3451 (817) 535-0153REY-MAR CONSTRUCTION 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 214-320-3604 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 Rev-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 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-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 21 ST of each month by 12:00 p.m. If the 21 ST 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 Atm: 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 fumished 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-06D$4EI F-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-06D5-4EI F-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 inningement, 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 Contractor : Rey-Mar Construction Vendor: Pierce Pump Co REY N Signed:#aA By: JL Rubio Date: 6-14-2019 Signed: By: Date: DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 PIERCE PUMP 1901 0 John W. Carpenter Frwy. Dallas, Texas 75247 an FCX Performance Company Phone: 214.320.3604 TO:ReyMar Construction HICKORY CREEK LIrr STATION REPLACEMENT BIDS 12/1 1/18 9 AM CST City of Denton ADDENDUM 1 e Date: 6/1 4/2019 Salesman: Item Mo Quote Expiration : 7/1 4/201 9 ®qmEnEENT DES©=EiIEen We ectinn 11130 Submersible Non4bg_Euan ABS-Sulzer XFP 250M-CH2 PE2800/4 Submersible Non'Clog Pumps -16.3" Trim; 3820gpm @ 202ft TDH at full spec; 48ft of power cable per pump -10" Discharge; passes 4"+ solids, SS casing wear ring, SS impeller wear ring -375hp 1790rpm 460v/3ph/60hz Premium Efficient Motor w/ Closed Loop Cooling System -STAINLESS STEEL COOLING JACKET PER 2.02J.2 - OTHERS WILL MISS THIS Unit Price 1 Total Price 3 -316SS Hardware; VITON o-rings, Cl ASTM A48 Class35 Impeller, -Upper & Lower Mechanical Seals only come in SiC/SiC, which is superior to seal faces listed in spec which are Flygt standard materials; Their SiC/SiC seals are extra $ Certified Factory Performance Testing per spec (1 U) (SHOP TESTING3.02)3 3 3 3 3 3 3 9 3 3 3 2 Certified Hydrostatic Testing per spec (SHOP TESTING3.02) Certificate Of Balance for Shaft & Impeller (SHOP TESTING3.02) Non-spark Guide Rail Assembly (non-spark req-d per 2.02L.7) w/ Integral Elbow Hardware Kit (pump to slide brkt.) Intermediate Guide Rail Bracket - 14" SS Upper Guide Rail Bracket, 2" SS strain relief connectors for power cables SS strain relief connectors for monitor cable SS strain relief connectors for ground cable SS Grab Link Lifting Chain Assembly - 35FT SPARE PARTS: 2 Complete sets of gaskets and o-rings per 2.04A 31 ABS Simplex Moisture Probes and Temperature Sensor Relay Systems -to be shipped loose to VFD provider for mounitng in VFD cabinets Lead Time 20.21 Weeks 11 START up SERVICES (MFG'S FIELD SERVICES 3.01 ) 1 1 FREIGHT TO JOBSITE ABS Standard 5-Year Warranty for all XFP pumps meets or exceeds all requirements listed in 1.04 WARRANTY AND GUARANTEE Exclusions: Anchor Bolts & Eye Bolts (will be supplied by Well Wet Supplier) Installation, Labor, and anything else not specifically mentioned above.$285,880 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 an FCX P'Company 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 1401, 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©}piercepum pco.com 214-320-3604 9010 John W Carpenter Fn4ry. 75247 Dallas. TX 75247 Phone: (214) 320-3604 Fax: (214) 328-5665 www.plerceptmp.corn ppcsales@piercepumpco.com DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 PIERCE PUMP an FCX Performance Company Address: 9010 John W. Carpenter Fwy Contact: Kyle W. Lewis Dallas, TX 75247 Phone: 817-773-1690 Email: klewis@piercepumpco.com Bill To: ReyMar Construction Address: 3416 Reed St, Fort Worth, TX 76119 Contact: Sergio Conchas 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 CIty 3.00 16.00 Unit Price Total Hours spent at pre-bid meeting including travel - KW L $ $ $ $ $ S $ $ 150.oo 1 S Hours spent on Revision 0 of the Pump Submittal - Pierce Pump Kyle Lewis Hours spent on Revision 0 of the Pump Submittal - PumpCon Jamie Kissinger Hours spent on Revision 0 of the Pump Submittal - Sulzer Michael Ciacciarella 150.00 4.00 4.00 8.00 4.00 150.oo 1 S 150.00 600.00 Hours spent on Revision 1 of the Pump Submittal - Pierce Pump Kyle Lewis Hours spent on Revision 1 of the Pump Submittal - Sulzer Michael Ciacciarella Hours spent on Revision 2 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Pierce Pump Kyle Lewis Hours spent on Revision 2 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Sulzer Michael Ciacciarella 150.oo f $ 150.00 8.00 150.oo 1 S : / I v C e C : 2.00 150.00 Hours spent on Revision 2 of the Pump Submittal (review/revision per pump model change for monitoring panel) - PumpCon Jamie Kissinger 2.00 $150.oo 1 S 300.00 Hours spent on Revision 3 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Pierce Pump Kyle Lewis Hours spent on Revision 3 of the Pump Submittal (Model changed from 306M-CB2 to 301M-CH2) - Sulzer Michael Ciacciarella 8.00 4.00 2.00 $ $ 150.00 150.oo I S 600.00 Hours spent on Revision 3 of the Pump Submittal {review/revision per pump model change for monitoring panel) - PumpCon Jamie Kissinger S 150.00 TOTAL $ z+75&00 $4 ,000 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 xylem Xylem Water Solutions USA, Inc. Flygt Products December 2, 2019 2310 McDaniel Drive Carrollton, TX 75006REY-MAR CONSTRCTN 3416 REED ST FORT WORTH TX 76119-2822 Tel (972) 418-2400 Quote # 2018-DAL-0513 Alternate 1, Version 3-1 Re: Hickory Creek Lift Station Fax (972) 416-9570 Xylem Water Solutions USA, Inc. is pleased to provide a quote for the following Flygt equipment. ]!? ][;IIIi111pF11111111r1>> a xgem brand Pumps and Accessories Qty Description Flygt NP 3231, 63480, 410 mm Intended for semi permanent wet installation, guiding daw 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: Oft SUBCAB ctrl screened S 12xl.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 6 3 3 240 3 3 2 3 CONNECTION,DISCH 8X8'’ EN8 Cl SLEEVE,NBR KIT,HARDWARE 3/81N SS (2X) SLING,CHAIN UNIT POLY ROPE IOM TS3163 FEET 3"GUIDE RAIL 316SS BRACKET,GUIDE BAR U. 3" 316SS BRACKET,INT GB 3 X 8" 316SS+ FOR CI/Dl PIPE 3231 HOLDER,CABLE HEAVY DUTY 316SS O ring and Gasket Kits GRIP EYE UNIT MINl-CASII/FUS 120/24VAC,24VDC SOCKET,11-PIN BACK MOUNTING SENSOR,ENM-10 0.95-1 .1 65' 1 6 6 4 Page 1 of 4 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 Testing & Training Qty Description 7 START UP CHARGE FLYGT 1-TP MODELS: 3000,7000,8000 TEST 3 FAL 2.2 PLOTrED 3170-3301 FAL 15-900006 3 TEST FAL 2.3 HYDRO 3170-3301 + COMPLETE PUMP FAL 3 1 5-900009 TEST FAL 2.6 DRY RUN 3001-7000 FAL 15-900013 3 LABOR-ENGINEERING & TEST CURVE 1 AIR FREIGHT Total Project Price $ 240,400.00 Terms & Cl IiI This order is subject to the Standard Terms and Conditions of Sale – Xylem Americas effective M 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: Freight Terms: Please make purchase orders out to: Xylem Water Solutions USA, Inc. 3 DAP - Delivered At Place 08 - Jobsite (per IncoTerms 2010) See Freight Payment (Delivery Terms) below. State, local and other applicable taxes are not included in this quotation. Buyer shall not make purchases nor shall Buyer incur any labor that would result Taxes : Back Charges: in a back charge to Seller without prior written consent of an authorized employee Shortages : of Seller 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. PrepaidTerms of Delivery: Time of Delivery: Validity: Terms of Payment: Submittals - Approximately 3-5 working weeks after receipt of order. This Quote is valid until 12/31/2019. 90% N60 after invoice date; 10% NTE 120 days after delivery date 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.Warranty: Exclusions: Schedule: This Quote includes only the items listed specified above. Freight Lead time is 1 1-12 weeks.Air Thank you for the opportunity to provide this quotation. Please contact us if there are any questions. Sincerely, Page 2 of 4 a xgem brand DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 iVlem Matt Rottman Sales Representative Phone: 972-512-3615 Cell: 214-288-6621 matthew.rottman@xyleminc.com Xylem Water Solutions USA, Inc. Fax: 972-416-9570 Page 3 of 4 a xyem brand DocuStgn Envelope ID: 909F3F4A-06D5+EI F-B899-00BCEF7F9AC3 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/Paqes/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: Address : PO: Date: Phone: Email: Fax: Page 4 of 4 a xgem brand DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-OOBCEF7F9AC3 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: Address: PO: Date: Phone: Email: Fax: Page 4 of 4 a >Mem brand DocuSign Envelope ID: 909F3F4A-06D$4EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 8 Owner: Engineer: Contractor: Project: Contract Name: Date Issued : City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 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. R 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: IX Lump Sum a Unit Price a Cost of the Work [] Other Recommended by Engineer Authorized by Owner By: Title: /& ', Senior Associate Date: 5/13/2020 EJCDC8 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 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 DRECT FIELD COST Hickory Creek LS - Wet Well Mechanical Piping material Unit labor Unit Labor rental / sub Total Sub / Rental Total Mat'l Total Unit LaborLoc, MH Unit CcmRate J®1 Unit 1 Unit Sub NA Mat'l Additional cost allocated to the changes made on the discharge piping inside the wet well a O.000ldrawing I 32,136.80 2 + mtmal Rurdcn 35% Subtotal WIt)total%!!iMiE+ LatMlime I Overhead 5% Subtota1 Pr=lt 5n , ®tM] Bond 1.5% 3,141.77 3,141.77 3,141.77 157.09 3,298.86 3 ,298.86 49.48 3,348.34 66.97mBaTotal 7.00 Job:Hickory Creek LS Item:Hickory Creek LS - Wet Well Mechanical Piping Sht.1 of 1 Contractor Approval By: Title: Date, By: Title: Date CH bA 0)a) (Ba a) (Ba Q 0 qr 0 or\1cNO CarR cIa)aS airS aS GuS cdVb caN LOg) a)OOO eacH FFFr a) ai rn rn rn i; ;A ge8 8r\ieS dp O +a)tO O N r C\Ia ageD8 EB 8:m aoN T)in E 111 trio\i +d K)-A 00 QQ bOO alea Qaa) a) + aS+ + R + aS cddPaleo OleD tOOCOO (\leo r r On O b 8+ n COO NVC\1 aaSKS doaK) aaD O r + bea oa)= Sgp O unN A dneR ac< E >- LU nc Bin rY annl < = >H IU ac qIn,nPI BBIuP Ca e- eu+1in Eaa SSS $ 6 S $< LU < LU SS $S S S .gHI eudHl CDanIq+ allnIa acIUa ac0 IU CDI = C) HI g : IEJ dE'1 >JiZ rD @0 IU gE0 C)0 : bZ EIL Jea) a)+. C)acq eD OOreDOO aor a0Je C) I a LUtrI > ILI ac to X C/)--1 (9 a)If>--1 C) (9JLL X (9--1a 60 ! i :q- O O 5 : g A g Soa a dR n = gEE : 0(a I E ;= ==i ! S i ! a g g g g: Eg :+ E hE lg iE HE bBc; a) 8a) LLb LL LUO on00 d)a) 00 on 1 11 0a) 0 T)>C LU Ca) tB3C)0a A 111Ia CO0 a ;ia)LLV a a)al IU a) >IU nc }- =(9 El ncLL 6 } ! ! ! a U E ! !<r X c/) a) b3F # 81 ma) a) a) a)tOp al He OFq)in 0000000i? ? : # sg b ?0 0 fbI $ 00 0OOO 0tOLD O 0 00n eLf)O COCO aega R QIega la2CIa al b+a eg 0)a) 10a b LfSa)0 CH- NFI00F:USkg: nI cdeab $ a)inS LU a;dnI th 111 E ! b E jEEE b LO cdb10 a) CO LfSal T)U) ,#HnIHb ac <E >1IUac \n= Ca ItU) HE'1 Xa) gO aaIt C) I a LUU)5 LU ac iI' ‘ 3J <Z rDa0 a Eb laC LB CD g :: g g g iEgg a)O <a)LLb LL LUC) on00 d)a)00 on I f LU :Aa 100aq LLa) LLa)0a) a gl0 gC LU Ca) dI3 C)0a b LU g !to BC)q( aa +l o ogl :8 b aIr r a eNaeuR eN FNa la4) EIa DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-OOBCEF7F9AC3 Hazen NIGpofLy Cb££E _ '____4l£T_ _9rAlrDh)__ .__ _b,)El_ ttl- Etc_PIUM &2d.iF ?}#J37 CRdJob - of 1bf a 7-o i I I I i g"x l+q ’F/V ! I '{IF#B%Ref+t ' 8"SfQOb‘, 'f&4n6€ iI I I I I .! cc,,veZT£ TOP foR 60 b/3“ rmb &&cMI hNCrEB BLIND Fbf\n>be @ae_J/’i ';/ ?A’ '4SZ;[> o '\=> f&ycft $' LofT t'\3Gb£ 'BIU IIT AbS C/) COr Cr) nc g + 8 E F F-nc0aa3 C/) LLIaa LLI C/)<on q 11 ?) g 11 [W g B ElIa # < a aEg Lb BDa)J d bId Ega LL0 B LLI >Z 5a DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 09 Owner: City of Denton Engineer: Hazen and Sawyer Contractor: Rey-Mar Construction 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. IX Necessity to proceed for schedule or other reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price: $2,323.31 increase. Contract Time: 14 days Owner's Project No.: Engineer’s Project No.: Contractor’s Project No. : 6894 60702-004 N/A increase. Basis of estimated change in Contract Price: R Lump Sum a Unit Price [] Cost of the Work [] Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 9/4/2020 EJCDC8 C-940, Work Change Directive. Copyright© 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 DIRECT FIELD COST 12" Spools to Raise elevation of the 12" Plug Valve material Unit labor rental / sub Total Unit 1 Sub / Rental Labor Total Mat'l Total Unit 1 MH LAbor I UnitInc I& ! !Unit 1 Unit Sub I Mat'l NA 12" SFxxl$toRai9edwatim cftln12" PIug Valve E 00C1 F1.(i,rLG Sp,.1 ! t „k.t s bY 2 479.25 479.25 87.22 600.00 479.25M 174.44 600.00 M)tal [ML ml Mm Wtc [cim\iHl Ill]am) Proflt 5(lam1 o Subtotal WEBB 1,132.94 600.00 210.00 8 1 0,001,132.94 1 ,942.94 194.29 2,137.23 106.86 2,244. 1 0 33.66 @I a _ Item: 12” Spools to Raise elamtim of the 12- Plug Valve SIlt. 1 of 1Job:Hickory Creek Lift Station Contractor Approval By: Title: Date: By: TItle: Date DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DIRECrIVE NO.: 10 Owner: City of Denton Engineer: Hazen and Sawyer Contractor: Rey-Mar Construction 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. E 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 Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A increase. Basis of estimated change in Contract Price: A Lump Sum a Unit Price [] Cost of the Work [] Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 3/3/2021 EJCDC8 C-940, Work Change Directive. Copyrightlg 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 1 DocuSign Envelope ID: 909F3F4A.06D5.4EI F.B89S00BCEF7F9AC3 DIRECT FIELD COST Hickory Creek LS- Additional Bollards n F=I H T t = E material Unit latx)r 1 1 1 1 1 Unit I Labor rental / sub Total Sub / Rental Total Mat'l Total1 1 Unit 1 MH LaborLoc. MH Unit Composit Rate Anal\ sl b Unit 1 Unit S„b NA Mat'l Hick cxy Creek LS Additialal Bdlards 36 in. x 3 in. Diaydloie 38"x 3" 316SS Anchor Bolt is R 1 2.001 QY 1 - 1 110.001 100.001 - 1 220.001 200.001 1 5,00 68.00 100.00 220.00 1 200.00 3.1.00 M>tal Burden 35%Mt 1] &JbtOtd - SJb/RaItd mR.ILl I a' , W.11 mt -Mb M©iEm Mlta1 Insurance 2% 111.30 429.30 699.30 69.93 [7 T 76.92 [1 T 16.92 863.08 3 18.00 200.00 70.00 270.00 + Lax)r + Mauid Total Days EM Job:Hickory Credk Lift Station Item Hidkory Creek LS- Additional Bollards Sht 1 of 1 Contractor Approval By: Title: Date: By: Title: Date DocuSign Envelope ID: 909F3F4A-06D5-+EI F-B899-00BCEF7F9AC3 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, d,, of 1 .5 * d, (d, 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 . Hilti, Inc 7250 Dallas Parkway, Suite 1000 PIano. TX 75024 1-800-879-8000 www.hilti . com DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 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 l71 DESIGN INFORMATION ]: Symbol I Units : BIO I Nomina 5/8 7/8 rod diameter (in. 3 7/8 1MFRtirMim7=)it diameter d.in. 1 /2 3/4 I T–=–T–inF 1 -7/8 Max.:Ir bedme3r tl Mr Hmi I h,f.„,i„ I in. 1 2-3/8 1 2-3/4 1in in, 2-3/8 7-1 /2 2-3/4 10 3-1 /8 12- 1 /2 3-1 /2 15 3-1 /2 17-1 /2 20 T4T 57 Minimum member thickness I hmin I in. I D,f + 1-1/4 haljgBI 25 amdge dm;M-;bo concrete)See Section 4.1.10 of ESR-3814 Min. edge distance6 I Cmin 1 in 1 RmB9 of this ESR-3814 for design am;a minimum edge distances2 3 m T5 24 - MiiI. anchor spacing6 m;cTl7eTiss fact-or-far 7l8;Bmi;ti Strength reduction factor for tension, concrete failure modes, Condition B5 Srrin 1 in 1 W/6-1 /4 +0.65 Strength reduction factor for shear, concrete failure modes, Condition Bs +0.70 Characteristic bond strength in uncracked concrete – Short term load conditions4m strength in uncrackedconcrete - Sustained load conditions3 Characteristic bond strength in uncracked concrete – Short term load conditions'I Characteristic bond strength in uncrackedconcrete - Sustained load conditions3 a)I C)C0O laa) To Ulj g o6 7) r)C 8aa B a a) Temperature range A2 tk.uncr pSI 1 ,550 1 ,550 1 ,550 1 ,550 1 ,550 1 ,550 1 ,550 tk.uncr pSI 480 480 480 480 480 480 480 Temperature range B2 Tk.uncr pSI 730 730 730 730 730 730 730 pSI 230 230 230 230 230 230 230 7rT;Flor Categm® Strength Reduction factor I tbd ch 1 - 1 0.55 1 0.55 1 1 - 1- 121213131313131 For Sl: 1 inch = 25.4 mm, 1 Ibf = 4.448 N, 1 psi = 0.006897 MPa For pound-inch units: 1 mm = 0.03937 inches, 1 N = 0.2248 Ibf, 1 MPa = 145.0 psi 0.55 3 0.45 0.45 3 1 0.45 1 0.45 1 0.45 10.45 3 0.45 1 Bond strength values correspond to concrete compressive strength fc = 2,500 psi (17.2 MPa). For concrete compressive strength, fc, 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 (fc / 2,500)025 for uncracked concrete [For Sl: (Pc / 17.2)a 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 7do = hole diameter. Hiltl, Inc 7250 Dallas Parkway, Suite 1000 PIano, TX 75024 1 -800-879-8000 www.hilti.com DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 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 [ I Symbol 1 Units 1 1 _ Nominal rod diameter (in.) 3/8 9/16 I h,t min I mm 1 60 1 70 1 79 1 89 1 89 1 1 02 1 127 1 191 1/2 3/4 70 254 1 5/8 1 3/4 1 7/8 1 1 1 1-1/4 13/4 1 7/8 1 1 -1/2 102 508 1 -1 /4 1 -7/8 127 635 Maximum nominal core bit diameter d. hot,min her.max I h,„h I „„' I Minimum embedment in. rrlrrl rrlrrl rn nii 7/8 79 1 89 1 89 Maximum embedment 318 3 h,f + 2doP)Minimum member thickness h,f + 30 1 IRBrIg (for uncracked concrete)I c,, I -See Section 4.1.10 of ESR-3814 Min. edge distance6 Cmin kc.uncr + rrlrrl rrlrrl gm se;=Zr minimum edge distances Min. anchor spacing6 69 5 11 2n 159 1 Effectiveness factor for uncracked concrete 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 Characteristic bond strength in uncrackedconcrete – Short term load conditions4 aT;ma stic bond strength in uncracked concrete – Sustained load conditions3 Characteristic bond strength in uncrackedconcrete – Short term load conditions4 Characteristic bond strength in uncracked concrete – Sustained load conditions3 a) g()e 8 laa)a3 ToUl t) g o6 a)3 F)C 8 aa tk.uncr MPa 1 10.7 1 10.7 1 10.7 1 10.7 1 10.7 1 10.7 1 10.710.7 10.7 10.7 1 10.7 1 10.7 1 10.7 Temperature range A2 I a,,„„ I MPa 1 3.3 1 3.3 1 3.3 1 3.3 1 3.3 1 3.3 1 3.3 13.3 3.3 3.3 3.3 1 3.3 1 3.3 1 3.3 I a IIner 1 MPa 1 5.0 1 5.0 1 5.0 1 5.0 1 5.0 1 5.0 1 5.05.0 5.0 5.0 5.0 1 5.0 1 5.0 1 5.0 Temperature range B2 I Tk.una I lvlra I I .D 1 1.0 1 1 .O I I .O 1 1.0 1 1.0 1 1 .DMPa1.6 1.6 1 - 1- 12121 3 13131313 0.85 1.6 3 0.75 1.6 3 0.75 1.6 3 0.75 1.6 3 0.75 1.6 3 0.75 Anchor Categoryme ir failure modes I F'd' r'M For Sl: 1 inch = 25.4 mm, 1 Ibf = 4.448 N, 1 psi = 0.006897 MPa For pound-inch units: 1 mm = 0.03937 inches, 1 N = 0.2248 Ibf, 1 MPa = 2 0.85 145.0 ps I Bond strength values correspond to concrete compressive strength fc = 2,500 psi (17.2 MPa). For concrete compressive strength, fc, 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 (fc / 2,500)o-25 for uncracked concrete [For Sl: (fc /17.2)o'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. 7do = hole diameter. Hilti, Inc 7250 Dallas Parkway, Suite 1000 PIano, TX 75024 1 -800-879-8000 www.hilti.com DocuSign Envelope ID: 909F3F4A-06D5-4EI F-B899-00BCEF7F9AC3 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, Hm7/16" - 1-7/8'2-3/8" - IO" 60 - 250 mm 2 The following installation equipment should be used in lieu of the table shown on page 12. HIT-DL HIT-RB do rICh- 9/1 6 3/4 7/8 1 -1/8 1 -1 /4 1 -1/2 1 -7/8 d [inch][inch] @M 3/4 7/8 1 -1/8 1 -1 /4 1 -1 /2 1 -7/82 [inch] MM 3/4 7/8 1 1 -3/8 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 (877) 749-6337 toll free hnatechnicalservices@hilti.com Hilti Engineering Technical Services - Canada (800) 363-4458 toll free CATechnicalServices@hilti .com Hilti, Inc 7250 Dallas Parkway, Suite 1000 PIano, TX 75024 1 -800-879-8000 www.hilti.com roduct Fixed height bollards are ideal for industrial and distribution facilities. The steel construction is durable and long lasting the harshest of Designed with a powder coat yellow finish for clear visibility and a top mounted et for use with safety chains or ropes, The unit can be used with other bollards or on its own, product includes 2 wrap reflectors for better visibil and mounting hardware.'0 DocuSign Envelope ID: 909F3F4A-06D54EI F-B899-00BCEF7F9AC3 WORK CHANGE DiREcrivE NO.: 11 Owner: Engineer: Contractor: Project : Contract Name: Date Issued: City of Denton Hazen and Sawyer Rey-Mar Construction Hickory Creek Lift Station Owner’s Project No.: Engineer’s Project No.: Contractor’s Project No.: 6894 60702-004 N/A 31221101\Effective Date of Work Change Directive:31221202\ 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. E 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: B Lump Sum a Unit Price a Cost of the Work [] Other Recommended by Engineer Authorized by Owner By: Title: Senior Associate Date: 3/22/2021 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 888888 g 3 g E : :td 888 : 888889888888 d 8 g fRS: be CaB O6 g 6 pI SIn LU QC 41 n nunn UVb Vb &r} &rF &r} Vb VhsfbUbV} \r> V} #} qB V} VIV} Vb qf}£fbv>qn&rbqr}vbqrF V} &r} srI \n V} 4/} V} &a &fF qf} \fbU} in qf} Vb V} #} qr} v} q4 V} qf} V} Vb 1EgEggH!!I g 81 gl So bnsf} V} \fbsrbnsf> a V} qf} \rb V} V} \r> Vb v>qrb q4 Vb 4/} V} qe a> V> tr} qfbV} qr} tD tr} V} qf} Vb &nv} Vb B y i 8 BsI:1 qfb&r>tfb V} qrbnsf} Vb sr} qf} a V} non V) 8 :8: 1i11Eli11 :3 :R 1gBEg g Bgs B sn £fbvbqf}&rbqoqrb irb qfbV} VIV} V} V} qr} a) 8 r£zg gg h g : : : g : y E : : &fb&r}&fb&f}\r}qrb \n 8 g 8g 1 iSh (n to 8 8 8 8 8 8 8 8 8 8 8 8 n \fbU V)UbU) Li iE ELU gi I ElIa 8a ;1 a Lil .binJd i ig g iIi gg ! ! ! ! ! ! ! E 8 i g 1+Is IP P In In lg E LUt- In In