Loading...
HomeMy WebLinkAboutContract 53886-CO1 CSC No. 53886-001 FORT WORTH. City of Fort Worth Change Order Request Project Name E Long Ave Bridge Deck and Pavement Rehabilitation City Sec# 53886 Client Project#(s) 101384 Project Description Bridge Deck replacement and approach roadway rehabilitation Contracto Ragle,Inc. Change Order# 1 Date 6/15/2022 City Project Mgr. Tariqul Islam City Inspector Contract Time Dept. TPW Totals (CD) Original Contract Amount $6,050,859.05 $6,050,859.05 540 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $6,050,859.05 $6,050,859.05 540 Amount of Proposed Change Order $900,080.56 $900,080.56 Revised Contract Amount $6,950,939.61 $6,950,939.61 540 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) $900,080.56 $900,080.56 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT V 14.88% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $7,563,573.81 JUSTIFICATION(REASONS)FOR CHANGE ORDER This change order is to add$900,080.56 to City Secretary Contract#53886 with revised contract amount$6,950,939.61. After awarding the contract Union Pacific Railroad(UPRR)had a long delay to issue permit to start construction.As a result contractor requested adjusted bid price for increased material cost,labor and operating expenses. The M&C approval(22-0443,dated 6/14/2022)for this change order and contractor's quote are attached herewith. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor(Name) Contract Signature I Date Ragle,Inc. Nishant Gupta I Jun 21,2022 Inspector/Inspection Supervisor Project and Contract Compliance Manager Date ro. Jun 21,2022 Program Manager Date Senior Capital Project Officer Date Jun 21,2022 Le-Z --'d- Jun 21,2022 Assistant Director(Dept) Date Director,Contracting Department(Dept) Date tau�en v✓euv Jun 22,2022 Jun 23,2022 Assistant City Attorney Date Assistant City Manager Date MA Jun 24,2022 b—;—jag Jun 27,2022 Council Action(if required) r M&C Number 22-0443 M&C Date Approved 6/14/2022 ATTEST:�7�GI`IGG c1 6,yWaGG �aocvnann� Jannette S.Goodall(Jun 28,202213:44CDT) qOs cOl.�aa� p ........° ° °°O Jannette Goodall,City secretary Atio oA�d OFFICIAL RECORD Ovo °=d CITY SECRETARY Pa*o o*da �a °°°°°°°°°°°° a FT.WORTH, TX Kati nFXASoA FORTWORTH City of Fort Worth v---- Change Order Additions Project Name E Long Ave Bridge Deck and Pavement Rehabilitation City Sec# 53886 Client Project# 101384 Contractor Ragle,Inc. PM Tariqul Islam Inspector Change Order Submittal# O1 Date 6/15/2022 ADDITIONS ITEM DESCRIPTION DEPT City Unit Unit Cost Total Construction Staking 3 Remove Conc Pvmt TPW 4,670.00000000 SY $8.50 Remove Asphalt Pvmt TPW 4,063.00000000 SY 5 Remove Conc Curb&Gutter TPW 807.00000000 LF $5.00 A Remove Inlet TPW 6.00000000 EA 6 2"CONDT PVC SCH 40(T) TPW 2,367.00000000 LF $14.50 Site Clearing TPW 1.00000000 LS 8 Unclassified Excavation by Plan TPW 1,014.00000000 CY $67.00 Embankment by Plan TPW 824.00000000 CY 10 SWPPP=1 acre TPW 1.00000000 LS $358,000.05 Hydrated Lime TPW 93.00000000 TN 12 8"Lime Treatment TPW 5,560.00000000 SY $6.00 HMAC Transition TPW 1,241.00000000 TN 14 9"Conc Pvmt TPW 4,630.00000000 SY $66.00 "Conc Sidewalk TPW 430.00000000 SF 16 4"Conc Sidewalk,Adjacent to Curb TPW 8,693.00000000 SF $5.00 Barrier Free Ramp,Type M-3 TPW 2.00000000 EA 18 Barrier Free Ramp,Type P-1 TPW 1.00000000 EA $2,600.05 Barrier Free Ramp,Type P-2 TPW 1.00000000 EA 20 6"Conc Curb and Gutter TPW 582.00000000 LF $25.00 21 4"SLID Pvmt Marking HAS(Y) TPW 1,056.00000000 LF 22 4"BRK Pvmt Marking HAS(W) TPW 1,420.00000000 LF $1.70 SL" D Pvmt Marking HAS(W) TPW 600.00000000 LF 24 24"SLID Pvmt Marking HAE(W) TPW 180.00000000 LF $5.75 REFL Raised Marker TY I-C TPW 20.00000000 EA 26 REFL Raised Marker TY II-C-R TPW 142.00000000 EA $6.00 Tab Marker TY W TPW 3,440.00000000 EA 28 Tab Marker TY Y TPW 6,632.00000000 EA $1.90 Remove "Pvmt Marking TPW ib.1010101010101010 LF 30 Remove Raised Marker TPW 956.00000000 EA $0.85 Topsoil TPW 614.00000000 CY 32 Block Sod Placement TPW 3,682.00000000 SY $8.50 Curb Inlet TPW 6.00000000 EA 34 NO 8Insulated Elec Condr TPW 5,774.00000000 LF 35 NO 8 Bare Elec Condr TPW 2,887.00000000 LF 36 Ground Box Type B,w/Apron TPW 8.00000000 EA $1,125.05 Rdwy Ilium Assmbly TY 8,1 1,D-25,and D- TPW 8.00000000 EA 37A Rdwy Ilium Assmbly TY 18,18A,19 and D-40 TPW 7.00000000 EA $4,585.55 Rdwy Ilium Foundation TY 1,2,and 4 TPW 7.00000000 EA 39 Salvage Street Light Pole TPW 15.00000000 EA $1,100.00 Furnish/Install Alum Sign Ex.Pole Moun TPW 1.00000000 EA 41 Install Alum Sign Ex Pole Mount TPW 4.00000000 EA $650.00 42 Remove Sign Panel TPW EA 43 Traffic Control TPW 18.00000000 MO $13,000.05 Portable Message Sign TPW Ibb.1010101010101010WK 45 City Streets/Residential Streets Closu TPW 8.00000000 MO $2,340.00 Construction Allowance- TPW EA 47 Utility Relocation/Adjustments- TPW 1.00000000 EA $20,00000 A Railroad Coordination TPW 1.00000000 LS 47B Railroad Flagman Allowance TPW 1.00000000 LS $500,000.05 REMOVING CONIC(APPR SLAB) TPW 426.00000000 SY 49 CEM STABIL BKFL TPW 256.00000000 CY $105.06 REINF CONIC SLAB-(HPC)PMD/PCP TPW 13,989.00000000 SF 51 BRIDGE SIDEWALK(HPC) TPW 4,972.00000000 SF $12.60 APPROACH SLAB(HPC) TPW 249.00000000 CY 53 CONC STIR REPR(REMOV AND REPL BACKWALL) TPW 8.00000000 CY $3,400.00 RIPRAP(MOW STRIP)( IN) TPW 43.00000000 CY 55 STIR STEEL(SHEAR CONNECTOR) TPW 24,081.00000000 LB $5.00 CLEAN&PAINT EXIST STIR(SYSTEM II) TPW Toomiloo LS 57 RAIL(TY C402)(HPC) TPW 1,956.00000000 LF $160.00 SEALED EXPANSION JOINT(4 IN)(SEJ-A) TPW 411.1010101010101010 LF 59 REMOV STIR(BRIDGE SLAB) TPW 2.00000000 EA $630,000.00 60 ADJUST STLSHOES TPW 10.00000000 EA 61 MTL W-BEAM GO FEN(TIM POST) TPW 650.00000000 LF $22.00 MTL BEAM GD FEN TRANS(THRIE-BEAM) TPW 4.00000000 EA 63 DOWNSTREAM ANCHOR TERMINAL SECTION TPW 1.00000000 EA $1,000.00 REMOVE METAL BEAM GUARD FENCE TPW 1,120.00000000 LF 65 GUARDRAIL END TREATMENT(INSTALL) TPW 3.00000000 EA $2,800.00 GUARDRAIL END TREATMENT(REMOVE) TPW 4.00000000 EA 67 CHAIN LINK FENCE(INSTALL)(8') TPW 568.00000000 LF $132.82 REP STL BRIDGE MEMBERS TPW LF TPW $6,950,939.61 Change Order Additions Page 2 of 5 Sub Total Additions Change Order Additions Page 3 of 5 FORH City of Fort Worth Change Order Deletions Project Name E Long Ave Bridge Deck and Pavement Rehabilitation City Sec# 53886 Client Project# 101384 Contractor Ragle,Inc. PM Tariqul Islam Inspector Change Order Submittal# F-7 Date 6/15/2022 DELETIONS ITEM DESCRIPTION DEPT y Unit Unit Cost I ota Construction to ing Remove Conic Pvmt TPW SY Remove Asphalt Pvmt TPW SY Remove Conic Curb&Gutter TPW LF A Remove Inlet TPW EA "CONDT PVC SCH 40(T) TPW LF Site Clearing TPW 1.00000000 LS Undassirfied Excavation by Plan TPW CY Embankment by Plan TPW —Cy SWPPP=1 acre TPW LS Hydrated Lime TPW TN "Lime Treatment TPW SY HMAC Transition TPW TN 14 "Conic Pvmt TPW 4,630.00000000 SY "Conic Sidewalk TPW SF "Conc Sidewalk,Adjacent to Curb TPW SF Barrier Free Ramp,Type M-3 TPW EA Barrier Free Ramp,Type P-1 TPW EA Barrier Free Ramp,Type P-2 TPW EA "Conc Curb and Gutter TPW LF SLID Pvmt Marking HAS(Y) TPW 1,056.00000000 LF "BRK Pvmt Marking HAS(W) TPW LF SLID Pvmt Marking HAS(W) TPW LF SLID Pvmt Marking HAE(W) TPW TIMM= LF REFL Raised Marker TY I-C TPW EA REFL Raised Marker TY II-C-R TPW EA Tab Marker TY W TPW EA 28 Tab Marker TY Y TPW 6,632.00000000 EA Remove "Pvmt Marking TPW LF 77— Remove Raised Marker TPW EA Topsoil TPW —Cy 32 Block Sod Placement TPW SY Curb Inlet TPW EA NO 8 Insulated Elec Condr TPW LF NO 8 Bare Elec Condr TPW 2,887.00000000 LF Ground Box Type B,w/Apron TPW EA 31 Rdwy Ilium Assmbly TY 8,1 1,Diand D- TPW EA A Rdwy Ilium Assmbly TY 18,18A,19 and D TPW EA 38 Rdwy Ilium Foundation TY 1,2,and 4 TPW EA Salvage Street Light Pale TPW 770= EA 40 Furnish/Install Alum Sign Ex.Pole Moun TPW EA 41 Install Alum Sign Ex Pale Mount TPW 4.00000000 EA Remove Sign Panel TPW EA 43 Traffic Control TPW MO Portable Message Sign TPW 709= WK City Streets/Residential Streets Closu TPW MO Construction Allowance- TPW EA Utility Relocation/Adjustments- TPW EA A lRailroad Coordination TPW 1.00000000 LS B Railroad Flagman Allowance TPW LS REMOVING CONIC(APPR SLAB) TPW TOM= SY CEM STABIL BKFL TPW —Cy REI N F CONC SLAB-(HPC)PMD/PCP TPW SF BRIDGE SIDEWALK(HPC) TPW SF APPROACH SLAB(HPC) TPW —Cy 53 CONC STIR REPR(REMOV AND REPL BACKWALL) TPW 8.00000000 CY 54 RIPRAP(MOW STRIP)( IN) TPW —Cy STIR STEEL(SHEAR CONNECTOR) TPW LB CLEAN&PAINT EXIST STIR(SYSTEM II) TPW LS RAIL(TY C )(HPC) TPW LF SEALED EXPANSION JOINT(4 IN)(SEJ-A) TPW LF REMOV STIR(BRIDGE SLAB) TPW EA ADJUST STL SHOES TPW 10.00000000 EA 61 MTL W-BEAM GD FEN(TIM POST) TPW LF MTL BEAM GD FEN TRANS(THRIE-BEAM) TPW EA DOWNSTREAM ANCHOR TERMINAL SECTION TPW EA REMOVE METAL BEAM GUARD FENCE TPW LF GUARDRAIL END TREATMENT(INSTALL) TPW EA GUARDRAIL END TREATMENT(REMOVE) TPW EA CHAIN LINK FENCE(INSTALL)(') TPW LF REP STL BRIDGE MEMBERS TPW LF TPW $6,050,859.05 Sub Total Deletions Change Order Deletions Page 4 of 5 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total 1 $0.00 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORT11 Create New From This M&C DATE: 6/14/2022 REFERENCE**M&C 22- LOG NAME: 20E. LONG AVE BRIDGE AND NO.: 0443 PAVEMENT REHAB C01 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (CD 2)Authorize Execution of Change Order No. 1 in the Amount of$900,080.56 with Ragle, Inc., for East Long Avenue Bridge Deck and Pavement Rehabilitation for a Revised Contract Amount of$6,950,939.61,Adopt Attached Appropriation Ordinance, and Amend the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 1 in the amount of $900,080.56 to City Secretary Contract No. 53886 with Pagle Inc., for East Long Avenue Bridge deck and pavement rehabilitation for a revised contract amount of $6,950,939.61; 2. Adopt the attached appropriation ordinance adjusting estimated appropriations in the 2014 Bond Program Fund in the amount of $1,000,000.00 by increasing appropriations in the East Long Avenue Bridge Improvement Project (City Project No. 101384) and decreasing estimated appropriations in the 34014 Appropriation Only project (City Project No. U34014) by the same amount; and 3. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: On April 7, 2020, Mayor and Council Communication (M&C) 20-0166, awarded City Secretary Contract No. 53886 in the amount of$6,050,859.05 to Ragle, Inc., for East Long Avenue Bridge Deck and Pavement Rehabilitation project (City Project No. 101384). The project is performing bridge maintenance over an existing railroad owned by the Union Pacific Railroad. The project was delayed approximately two years due to a dispute between the City and UPRR regarding the original grant of rights to construct and maintain the bridge. The dispute was resolved in February, 2022 and a Notice to Proceed was issued shortly thereafter. Since the project was on hold, the market has seen unprecedented increases in the cost of materials, labor and operating expenses. As a result, the contractor has requested adjusted bid prices reflected in the proposed change order. This M&C is to authorize execution of Change Order No. 1 with Ragle, Inc. in the amount of$900,080.56 for a revised contract amount of$6,950,939.61. Residual 2014 Bond Program funding from the completed Chapel Creek Bridge project is being used to fund the change order for the East Long Avenue Bridge Improvement project. Funding for the East Long Avenue Bridge Deck and Pavement Rehabilitation project is summarized in the table below: Fund Existing Funding Additional Funding Project Total 34014 - 2014 Bond Program Fund $ 4,418,000.00 $ 1,000,000.00 $ 5,418,000.00 34018 - 2018 Bond Program Fund $ 3,016,980.13 $ - $ 3,016,980.13 Project Total $ 7,434,980.13 $ 1,000,000.00 $ 8,434,980.13 Funding is available for appropriation in the 34014 Appropriation Only project in the 2014 Bond Program Fund for the purpose of funding the E. Long Ave Bridge Improvement project . Approximately$2,116,902.00 is available and the adoption of this $1,000,000.00 appropriation ordinance will reduce the available amount to $1,116,902.00. Funding for this project was not included in the Fiscal Years 2022-2026 Capital Improvement Program (CIP) due to charges being incurred after the CIP was adopted. This action in this M&C will amend the Fiscal Years 2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021. MWBE OFFICE: Ragle, Inc. agrees to maintain its initial MWBE commitment of 12\% made on the original agreement and extends and maintains that same MWBE commitment of 12\% to this amendment. Therefore, Ragle, Inc. remains in compliance with the City's MWBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MWBE Commitment form executed by an authorized representative of the company. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the U34014 FUND 34014 APPROP ONLY project within the 2014 Bond Program Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the 2014 Bond Program Fund for the E. Long Ave Bridge Improvement project to support the approval of the above recommendations and execution of the change order. Prior to an expenditure being incurred, the Transportation and Public Works department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID I Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2) Submitted for City Manager's Office by_ Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 20E LONG FID TABLE.XLSX (CFW Internal) 20E. LONG AVE BRIDGE AND PAVEMENT REHAB C01 funds availability pdf (CFW Internal) 20E. LONG AVE BRIDGE AND PAVEMENT REHAB C01 34014 A022(r2).docx (Public) Form 1295 C01.pdf (CFW Internal) Map E. Long Ave Bridge and Pavement Rehab.pdf (Public) MWBE Acceptance of Previous MWBE Commitment Form 2021 CPN101384 Signed GV 4.21.22.pdf (CFW Internal) SAM 101384.pdf (CFW Internal) RAGLE /NC. BUILDING HIGHWAYS AND BRIDGES FOR AMERICA City of Fort Worth E Long Avenue Bridge Repair Change Order#1 TABLE OF CONTENTS ChangeOrder................................................................................................................................................3 CostBreakdown............................................................................................................................................4 Material Quotes LarwelIndustries.....................................................................................................................................5 GSIHighway Products...........................................................................................................................6-9 Cowtown Redi Mix Concrete............................................................................................................10-11 CMCRebar........................................................................................................................................12-15 Barnsco.............................................................................................................................................16-25 U.S. Lime Company...........................................................................................................................26-27 SilverCreek Materials............................................................................................................................28 MartinMarietta................................................................................................................................29-34 Tru-Fit...............................................................................................................................................35-38 D-MAC...............................................................................................................................................39-40 Forterra.............................................................................................................................................41-42 Subcontractor Quotes HunterDemolition............................................................................................................................43-45 FortsonContracting..........................................................................................................................46-48 RepublicStud Welding......................................................................................................................49-50 T-Bar Fence.......................................................................................................................................51-52 LinearTraffic Markings.....................................................................................................................53-54 Mel's Electrical..................................................................................................................................55-56 Greenscaping.........................................................................................................................................57 SiteBarricades..................................................................................................................................58-59 Control: 101384 RAGLE Project: Long Avenue INC. Highway: 35W BUILDING N161WAYA BRDGES County: Tarrant FORJL Date: 11-Mar-22 Change Order 1 Item Description Quantity UM Bid Price Amount Project Escalation from Oct 2019 to March 2022 1.000 LS $ 995,134.59 $ 995,134.59 Total $ 995,134.59 Page 1 of 1 3/11/2022 2:37 PM Page 3 of 59 Control: 101384 RAGLEProject: LongAvenue Highway 35W INC County Tarrant wsnMs erarwvoe urs worse¢ Date 311112022 roeumnw Cost Breakdown Regle COR#: i Quantity Labor Equipment Mate Subcontract Sub Total Quantity UM Unit Price Amount Unit Price Amount Unit Pric Unit Price Amount _ $ $ $ $ $ $ $ $ Labor: Labor 1 22830.14 FIR 1$ 4.50 $102,735.63 1 1$ I I$ I I$ $ 102,735.63 PM/PE/Super 1 78.001 WK 1$ 850.00 1$ 66,300.00 $ 1 1$ 1 1$ 1$ 66,300.00 Equipment: Equipment: 1 0.201 LS I I$ $364,174.30 1$ 72,834.86 1 1$ I I$ $ 72,834.86 FIR $ $ $ $ $ HR $ $ $ $ $ Material: SET-Larwel/GSI 1 471.00 LF 1 $ 29.090 $ 13,701.39 $ 13,701.39 Cover Plate-GSI 887.00 LB $ 5.280 $ 4,683.36 $ 4,683.36 C402-GSI 1956.00 LF $ 17.350 $ 33,936.60 $ 33,936.60 ClassC-Cowtown 151.00 CY $ 15.000 $ 2,265.00 $ 2,265.00 Class S-Light-Cowtown 1206.00 CY $ 10.000 $ 12,060.00 $ 12,060.00 Class A-Cowtown 195.00 CY $ 16.000 $ 3,120.00 $ 3,120.00 Class B-Cowtown 52.00 CY $ 16.000 $ 832.00 $ 832.00 ClassPhand-Cowtown 1331.13 CY $ 16.000 $ 21,298.08 $ 21,298.08 StockRebar-CMC 44082.00 LB $ 0.220 $ 9,698.04 $ 9,698.04 Fab Rebar-CMC 3528.00 LB $ 0.190 $ 670.32 $ 670.32 Epoxy Rebar-CMC 286177.55 LB $ 0.190 $ 54,373.73 $ 54,373.73 ADAramp Tiles-Barnsco 8.00 EA $ 29.250 $ 234.00 $ 234.00 Lime Slurry-Us Lime 93.00 Tons $ 25.000 $ 2,325.00 $ 2,325.00 Topsoil SilverCreek 770.00 CY $ 5.200 $ 4,004.00 $ 4,004.00 Cement Sand-MM 500.00 Tons $ (1.110) TorFit-Studs 24000.00 EA $ 0.620 $ 14,880.00 $ 14,880.00 PMDF 23424.00 SF $ 2.930 $ 6Q632.32 $ 6Q632.32 Curb Inlet 6.00 EA $ 3,948.000 $ 23,688.00 $ 23,688.00 Overhang Wood 9820.00 SF $ 3.620 $ 35,548.40 $ 35,548.40 Lumber Forms 8085.00 LF $ 1.050 $ 8,489.25 $ 8,489.25 Small tools 0.20 LS $44,573.180 $ 8,914.64 $ 8,914.64 Welding Supplies 0.20 LS $16,648.530 $ 3,329.71 $ 3,329.71 Subcontractor: Demo Sub-Hunter/Makou 1.001 LS $ $ $ $ 88,400.00 $ 88,400.00 $ 88,400.00 Trucking 420.00 FIR $ $ $ $ 20.00 $ 8,400.00 $ 8,400.00 Reber Tying Sub 0.20 LS $ $ $ $ 44,113.02 $ 8,822.60 $ 8,822.60 Asphalt-Mill/Pave 1241.00 Tons $ $ $ $ 20.00 $ 24,820.00 $ 24,820.00 Guard Rail Sub-Fortson 1.00 LS $ $ $ $ 2,642.50 $ 2,642.50 $ 2,642.50 Welding-Republic Stud Welding 24000.00 EA $ $ $ $ 0.10 $ 2,400.00 $ 2,400.00 Fence-T Bar Fence 568.00 LF $ $ $ $ 14.00 $ 7,952.00 $ 7,952.73.02 Striping-Linear Traffic Markings 1.00 LS $ $ $ $ 2,273.90 $ 2,271.90 $ 21290 Electrical-Mel's Electric 1 1.001 LS $ $ $ $ 29,769.90 $ 29,769.90 $ 29,769.90 Sodding Sub 1 3682.00 LS $ $ $ $ 1.03 $ 3,792.46 $ 3,792.46 Saw and seal 0.20 Ls- $ $ $ $ 6,565.00 $ 1,313.00 $ 1,313.00 Site Barricades 1 1.001 LS $ $ $ $ 4,590.14 $ 4,590.14 $ 4,590.14 Subtotals $169,035.63 $ 72,834.86 $326,128.84 $ 88,400.00 $ 753,175.83 Labor lnsurancdTaxes 55% $ 92,969.60 1 $ 92,969.60 Total Direct Costs $262,005.23 $ 72,834.86 $326,128.84 $ 88,400.00 $ 846,145.43 Contractor's Markup 25% $ 42,258.91 15% $ 10,925.23 25% $ 81,532.21 $ 0.05 $ 4,420.00 $ 139,136.35 Subtotals with Markup $304,264.14 $ 83,760.09 $407,661.05 $ 92,820.00 $ 9851281.78 Bond $ 0.01 $ 9,852.82 Total Change Request $ 995,134.59 Page 4 of 59 � 6f STfEt� A I J C ftg : CERTIFIED AwS AeC W ,%/ M, * • FABRICATOR CERTIFIED WELDING FABRICATOR u Limro,d` INDUSTRIES "the steel fabricators" Quotation Job Location: Ft Worth Job Description: E. Long Ave xx Bid Opening Date: October 3, 2019 Date Submitted: October 2, 2019 We propose to furnish the following item as described below- Description: 4" SEJ-A w/SPS-400 Seal (Watson Bowman) Quantity: 471 ft. PJS /Seal Required: Yes Finish: System II F.O.B.: Jobsite Special Conditions: Quote Amount: 141.56 /ft- Installation by Others (WaboSPS Preformed Silicone &WaboSil Adhesive Included) We submit this quote for your consideration. The quote amount is good for 30 days from date submitted. As Builts provided by G.C. No fabrication will begin until Shop Details are returned approved. If we can be of further assistance on other items please call. Thank You! Larwel Industries, Inc. The signature below provides acceptance of this quote and authorization for Larwel industries to proceed with fabrication of the product: Name: Company: Signature: Phone: Date: Upon receipt of this authorization document by fax or email, Larwel will begin the production process. We will contact you for any additional required information. P.O. Box 557 Phone: (817)491-1200 Fax: (817)491-0000 3601 Haynes Road Bedford, Texas 76095-0557 www.larwel.com Roanoke, Texas 76262 Page 5 of 59 GS1 Highway Products 1,,1 720 W Wintergreen Road r=Mms:� Hutchins,TX 75141 USA OL ' L Phone: (972)225-1660 HIGHWAY PRODUCT F (972)225-6662 Vendor number 11092 Quote No: 21633 Wednesday,October 9,2019 Page 1 of 2 AtWnhbft.r Estimating Ragle Construction, Inc. 11332 Mosier Valley Rd Euless,TX 76040 TERMS: Net 30 FOB: GSI YARD )ctober 10,2019 ong Ave Bridge 101384 Fort Worth,TX Id Item Quantity Price Description Extended 7 1,956.00 LF 55 y Elliptical Tube C402 Bridge Rail-LF $108,949.20 1 C402-LF ELLIP-STD Galvanized Includes anchor hardware. Excludes epoxy and engineering calculations. 7 100.00 LF 178.92 HSS Transition Sections on Sheet 60 $17,892.00 1 MS-LF Galvanized ine: 3 337.00 LF 45.97 Sealed Expansion Joint 4"-LF $15,491.89 1 SEJ-LF STOCK Supplied in stock length sections to be cut in the field by the contractor. 426007 887.00 LB 10.05 Expansion Joint Cover Plate-LB $8,914.35 1 EJCP-LB STD Galvanized Includes anchor hardware ine: 5 3.00 EA 295.00 Outbound Freight $885.00 FREIGHT REW Per Delivery. Estimate Only-Subject to change at time of Shipment. Salesperson: Caldwell,Valerie Quote Total, $152,132.44 Prices are Valid Until Friday,November 8,2019 Paae6 of 59 GSI Highway Products 720 W Wintergreen Road 7 Hutchins,TX 75141 USAF Phone: (972)225-1660 HIGHWAY PRODUCTS r (972)225-6662 Vendor number 11092 Quote No: 21633 Wednesday,October 9,2019 Page 2 of 2 *This offer stipulates that delivery may be made in ONE SHIPMENT,any additional shipment changes or events will result in additional freight and handling charges per event and is governed by the terms and conditions below. 1. Unless noted otherwise,prices quoted are FOB as per above and do not include state or local sales or use taxes should any apply. 2. All material is estimated as being built in the most efficient manner for GSI;should contractor require the project to be built on a per structure basis a change order will apply. 3. GSI will store material up to the agreed upon ship date,any storage beyond that date will incur storage fees. 4. GSI reserves the right to request progress payments.Contractor's P.O. must specifically allow progress payments.GSI's normal terms,stated below,will apply. 5. If drawings and/or material takeoffs are to be submitted,no work shall commence on fabrication until full approval has been received. Submittals must be returned within 45 days of submission to maintain pricing for project.Any changes from original plans and specifications will consider the project canceled unless a proper change order has been executed.GSI CANNOT PROMISE ANY FIRM COMPLETION DATES UNTIL A FULL APPROVAL IS GIVEN ON ANY NECESSARY SUBMITTALS. 6. Terms are as listed above,with a 1 1/2%per month late charge for accounts past the listed term.Terms apply to partial shipments and progress payments. Payments are to be made at 720 West Wintergreen Rd,Hutchins Texas 75141.Customers with established credit terms with GSI may opt to pay with a credit card,however,1-1/2%interest will be calculated from the date of shipment. 7. Freight is an Estimate Only-given our best efforts and may change. Freight charges will be at our cost+15%handling fee. Subject to change at time of Shipment. 8. A restocking Fee of 25%will be charged for any material returned in the same condition as sold,after material staging or booking. 9. Due to the volatility of the materials and steel markets,all GSI project prices in this proposal are firm for acceptance within 30 days of quotation date. 10. Should the base material and or steel cost Increase by more than 2%between the time of quote,and the time of shipment,then the difference in excess of 2%will be evidenced and charged directly to the client. 11. No addenda are acknowledged unless otherwise noted. SPECIAL NOTES: Subject to material availability. SBE Vendor number 11092 Accepted By: Company: Requested Delivery Date: Pane 7 of 59 GSI Highway Products 720 W Wintergreen Road Hutchins,TX 75141 USA . Phone: (972)225-1660 HIGHWAY PRODUCTS Fax: (972)225-6662 SBE Vendor number 11092 Quote No: 21633REV1 Thursday,February 17,2022 Page 1 of 2 Attention., Erick Serrano Ragle Construction, Inc. 8868 Interchange Dr. Houston,TX 77054 Phone: (713)540-5014 TERMS: Net 30 Fax: 817-472-9942 Prepay and Add FOB: GSI YARD October 10,2019 Long Ave Bridge 101384 Fort Worth,TX Bid Item Quantity Price Description Extended 57 1,956.00 LF 73.05000 Elliptical Tube C402 Bridge Rail-LF $142,885.80 1 C402-LF ELLI P-STD Galvanized Includes anchor hardware. Excludes epoxy and engineering calculations. 57 100.00 LF 233.80000 HSS Transition Sections on Sheet 60 $23,380.00 1 MS-LF Galvanized 4546001 337.00 LF 70.64000 Sealed Expansion Joint 4"-LF $23,805.68 1SEJ-LF SSSTRIP Supplied in 20'sections to be cut in the field by the Contractor. 4426007 887.00 U3 15.33000 Expansion Joint Cover Plate-LB $13,597.71 1 EJCP-LB STD Galvanized Includes anchor hardware Line: 5 3.00 EA 325.00000 Outbound Freight $975.00 FREIGHT REV1 Per Delivery. Estimate Only-Subject to change at time of Shipment. Salesperson: Williams,John Quote Total; $204,644.19 Prices are Valid Until Saturday,March 19,2022 GSI Highway Products 720 W Wintergreen Road Hutchins,TX 75141 USA . Phone: (972)225-1660 HIGHWAY PRODUCTS Fax: (972)225-6662 SEE Vendor number 11092 Quote No: 21633REV1 Thursday,February 17,2022 Page 2 of 2 *This offer stipulates that delivery may be made in ONE SHIPMENT,any additional shipment changes or events will result in additional freight and handling charges per event and is governed by the terms and conditions below. 1. Unless noted otherwise,prices quoted are FOB as per above and do not include state or local sales or use taxes should any apply. 2. All material is estimated as being built in the most efficient manner for GSI;should contractor require the project to be built on a per structure basis a change order will apply. 3. GSI will store material up to the agreed upon ship date,any storage beyond that date will incur storage fees. 4. GSI reserves the right to request progress payments.Contractor's P.O. must specifically allow progress payments.GSI's normal terms,stated below,will apply. 5. If drawings and/or material take-offs are to be submitted,no work shall commence on fabrication until full approval has been received.Submittals must be returned within 45 days of submission to maintain pricing for project.Any changes from original plans and specifications will consider the project canceled unless a proper change order has been executed.GSI CANNOT PROMISE ANY FIRM COMPLETION DATES UNTIL A FULL APPROVAL IS GIVEN ON ANY NECESSARY SUBMITTALS. 6. Terms are as listed above,with a 1 1/2%per month late charge for accounts past the listed term.Terms apply to partial shipments and progress payments. Payments are to be made at 720 West Wintergreen Rd,Hutchins Texas 75141.Customers with established credit terms with GSI may opt to pay with a credit card,however, 1-1/2%interest will be calculated from the date of shipment. 7. Freight is an Estimate Only-given our best efforts and may change. Freight charges will be at our cost+15%handling fee. Subject to change at time of Shipment. 8. A restocking Fee of 25%will be charged for any material returned in the same condition as sold,after material staging or booking. 9. Due to the volatility of the materials and steel markets,all GSI project prices in this proposal are firm for acceptance within 30 days of quotation date. 10. Should the base material and or steel cost increase by more than 2%between the time of quote,and the time of shipment,then the difference in excess of 2%will be evidenced and charged directly to the client. 11. No addenda are acknowledged unless otherwise noted. SPECIAL NOTES: Subject to material availability. SBE Vendor number 11092 Accepted By: Company: Requested Delivery Date: I C,ow Tour REQI MIX CONCRETE Box 162327 Fort Worth, TX 7616 Oct , 2019 A CERTIFIED WBE COMPANY REVISED To: Ragle Inc Attn: Estimating Phone: 682.561.6064 NOTE: COWTOWN DOES NOT CARRY LIQUID NITROGEN FOR COOLING .WE CARRY ICE ONLY .TEMP SPECS COULD BE AN ISSUE DURING EXTREME HEAT . WE DO NOT POUR MASS POURS DURING EXTREME SUMMER HEAT. TEMP SPECS ETC Plant locations --McKinney,---Dallas.—Mid Cities---and---Fort Worth. RE.Fat Worth East Long Ave ♦ 6 sack 4000 psi concrete with ash=$115.00/cuyd • Class C 6 sack 3600 with ash=$116.00/cuyd • Class S light weight 4000 with ash a$173.00/cuyd ♦ 6.5 sack 4500 psi 20%ash=$118.00%uyd ♦ 5 sack 3000 psi concrete 20%ash =$109.00%uyd ♦ Pricing is noted below for additives needed.. ♦ Please add$2.50 per yard for straight cement mixes Possible ash shortage etc ♦ Truck Fees$35.00 Per truck • Haulcharge for short loads and excessive tagging excessive tag loads$150.00 ♦ There Is a $75.00 wash out fee for trucks.—That have any additives placed in trucks by others.That requires wash out Pricing is firm until(August -2020) at which time$4 00 per yard will be added and--------every six months from then until job is complete. Added Value Products: Ice far cooling Up To $30.001cu yd. Based On Tamp Y Accelerator(non chloride) $12.00/cu yd. D Fiber mesh%mono $7.001cu yd. >i HRWR $8.001cuyd Slncereiyr Max Ulrich 817-454-2371 5 Please sign and return no later than 30 days after review in order to hold price. PO Box 162327 817-759-1919 Fort Worth,Texas 76161 Fax 817-759-171Page 10 of 59 Cow Tow,, REDI MIX CONCRETE Box162327 Fort Worth, TX 7616 Oct,2019/ Feb 2022 A CERTIFIED WBE COMPANY UPDATED To: Ragle Inc Attn: Estimating Phone: 682.561.6064 NOTE: COWTOWN DOES NOT CARRY LIQUID NITROGEN FOR COOLING .WE CARRY ICE ONLY .TEMP SPECS COULD BE AN ISSUE DURING EXTREME HEAT . WE DO NOT POUR MASS POURS DURING EXTREME SUMMER HEAT.. TEMP SPECS ETC Plant Locations --- McKinney,--- Dallas ,---Mid Cities---and---Fort Worth . RE: Fort Worth East Long Ave ♦ 6 sack 4000 psi concrete with ash =$126.00/cuyd ♦ Class C 6 sack 3600 with ash=$126.00/cuyd ♦ Class S light weight 4000 with ash = $178.00/cuyd ♦ 6.5 sack 4500 psi 20%ash=$129.00/cuyd ♦ 5 sack 3000 psi concrete 20%ash =$120.00/cuyd ♦ Pricing is noted below for additives needed.. ♦ Please add $4.00 per yard for straight cement mixes. Possible ash shortage etc ♦ Truck Fees$35.00 Per truck ♦ Haulcharge for short loads and excessive tagging excessive tag loads$150.00 ♦ There is a$75.00 wash out fee for trucks.That have any additives placed in trucks by others. Pricing is firm until (Sept, 2022,)at which time$5.00 per yard will be added and-every six months from until job is complete . Added Value Products: ➢ Ice for cooling Up To $30.00/cu yd. Based On Temp ➢ Accelerator(non chloride) $14.00/cu yd. ➢ Fiber mesh%mono $7.00/cu yd. ➢ HRWR $10.00/cuyd Sincerely, Max Ulrich 817-454-2371 Please sign and return no later than 10 days after review in order to hold price. Sign Date PO Box 162327 817-7r-1911�of 59 Fort Worth, Texas 76161 Fax 817-7 ON ":::2. ► Almost �M 7CV LM COMMMENT YOU CAN COUNT ON REINFORCING STEEL QUOTATION CMC Steel Fabricators, Inc. dba CMC Rebar (hereafter called the Seller) proposes, subject to the terms and conditions of sales set forth below, to furnish domestic steel reinforcing bars per ASTM A615 latest edition cut to length, bent, bundled and tagged in accordance with Owner's or Buyer's bar list, including spirals where applicable for the project(s) listed below. Buyer shall furnish Seller one set of Plans. All material shall be furnished in accordance with the conditions of the Manual of Standard Practice of the Concrete Reinforcing Steel Institute. PRICES Tarrant Co. East Long 10-3-2019 Ft.Worth, Texas Ave. Reinforcing Bars for Structures(3 Tons)............................................................... $49.00/cwt Reinforcing Bars Epoxy Coated (113 tons)........................................................ $66.00/cwt Reinforcing Bars for Concrete Paving (19 Tons)................................................. $42.00/cwt **4" Sealed Expansion Joint(SEJ-A) (471 LF)................................................ $51.00/LF Rebar and SEJ NOT intended for separate acceptance. "Seller's paving price is based on furnishing longitudinal bars in forty or sixty foot lengths in standard bundle count and transverse bars cut to Buyer's specified length, packaged in standard stock count bundles. Reinforcing for terminal anchors,curb, dowels,driveways,sidewalks, riprap, approach slabs and"U"bars in barrier rail are included, but at the Structures Unit Price above or current market value if not stated. The above quantities are approximate and do not represent a guarantee by Seller. Actual quantities as designated in Buyer's contract and mutually agreed upon by Seller will determine the maximum quantities Seller is obligated to ship under this proposal. Additional steel required is subject to price negotiation. Please see the Acceptance Clause on page 2 of this proposal. PRICE ADJUSTMENT—The above prices are firm for shipments through 9-31-2020. Add $1.25 cwt for all shipments on or after 10-1-2020 and every three months thereafter, cumulatively. Couplers are firm for duration. Multi-Piece Tie Bars escalation same as rebar. Add$0.10/Each Quarter. Seller's Price(s) Includes: • Reinforcing Steel for structures and paving. • **SEJ includes Tx DOT Approved D S Brown material,all required fabrication, painting, shop drawings and job site delivery. Seller's Price(s) Excludes: • All accessories, tie wire, anchor bolts, smooth round dowels • Threaded inserts, bolts,threaded rebars, multiple piece tie bars and/or mechanical splices unless specifically quoted,flat bar and welded flat bar bands,WWF, and any item not specifically mentioned. • BIM/31D drawings(intended for other trades). Gene Boyette Jim Lyons Rodney Scott Tully Williams Reid Harmon Brian Luensmann gene.bovette(d).cmc.com m.lvons(@.cmc.com rod nev.scott(d).cmc.com tullv.williams(@.cmc.com reid.harmon(c),cmacom brian.luensmann(c),cmacom (214)392-5831 c (512)217-8294 c (214)334-3743 c (214)803-3946 c (972)877-3193 c (254)216-2543 c Pagel of 2 CMC Steel Texas P 0 Box 682009 San Antonio,Tx.78268-2009 Page 12 of 59 CMC YOU CAN COUNT ON TERMS OF PAYMENT- Net 30 days from the date of shipment with no retention of funds. This offer is subject to approval of Seller's credit department. SHIPMENTS - Prices stated are F.O.B. trucks jobsite, with Buyer to unload. Prices are based on shipping material in truckload quantities(44,000 Ibs.). Two(2)hours free unloading time will be allowed. LTL shipments or detention charges for standby time in excess of two(2) hours shall be for Buyer's account. ORDER LEAD TIME — Mill rolling for paving steel requires a minimum 6 week lead time and delivery for fabricated structures require a minimum 3 week lead time to maintain construction schedule integrity. CLAIMS - Any claims for alleged material shortages or discrepancies shall be reported to Seller within 14 calendar days after receipt of material or claim shall be denied. No work shall be performed and no back charges will be accepted without the Seller's prior consent. Seller shall promptly repair or replace any non- conforming material. Seller shall not be liable for any direct, indirect, incidental, consequential or liquidated damage resulting from the fact that material does not conform to the applicable Plans and Specifications. WARRANTY - Supplier warrants, for a period of one (1)year from final delivery, that the goods furnished shall meet the specifications set forth in the Plans and Specifications. THIS WARRANTY EXCLUDES ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE. Supplier's warranty does not extend to any materials that have been misused, abused, modified, improperly or insufficiently maintained; to defects caused by normal wear and tear under normal usage; or to any materials supplied but not manufactured by Supplier. DELAY- Delivery schedule to be negotiated. However, Seller shall be excused for any delay in performance due to acts of God, war, acts of civil or military authorities, floods, accidents or any circumstance or cause beyond the control of the Seller in the reasonable conduct of its business. ASSIGNMENT - Seller reserves the right to assign all or part of any contract resulting from this proposal to another division of the CMC Rebar. INDEMNIFICATION - Seller will be liable for its own actionable negligence only and will not be liable for the negligence of Buyer or any other third party, liquidated or consequential damages. INSURANCE-Seller shall maintain commercial general liability, automobile liability,workers' compensation and employer liability insurance coverage and will, upon request,furnish Purchaser with evidence of that coverage. Seller will not name Buyer, Buyer's customer or anyone else as an additional insured or waive its rights of subrogation under any insurance owned by Seller." ACCEPTANCE - This proposal cancels and supersedes all other proposals, negotiations and representations, verbal or written, made prior to the above date. Seller must receive a Letter of Commitment within 30 days of this quotation stating that the sellers offer is accepted as quoted. A formal Purchase Order or Sellers Quotation Accepted, must be received within 60 days of date of quotation. Prices are subject to change thereafter. PLEASE ADDRESS ALL CORRESPONDENCE RELATIVE TO THIS PROPOSAL TO: reid.harmon@cmc.com Should you desire to enter into a contract with CMC Rebar on the basis set forth herein, please sign and return to us within 30 days one original of this proposal which shall become a contract upon, but not before, acceptance by our office at Seguin, Texas. SELLER BUYER Company: CMC By: J%eid Kawnm Date: October 10, 2019 Page 2 of 2 CMC Construction Services P 0 Box 685009 San Antonio,Tx.78268-2009 Page 13 of 59 MARM Lot JLy■■/� ors/ CMC I ki Mal COMMITMENT YOU CAN COUNT ON REINFORCING STEEL QUOTATION CMC Steel Fabricators, Inc. dba CMC Rebar (hereafter called the Seller) proposes, subject to the terms and conditions of sales set forth below, to furnish domestic steel reinforcing bars per ASTM A615 latest edition cut to length, bent, bundled and tagged in accordance with Owner's or Buyer's bar list, including spirals where applicable for the project(s) listed below. Buyer shall furnish Seller one set of Plans. All material shall be furnished in accordance with the conditions of the Manual of Standard Practice of the Concrete Reinforcing Steel Institute. PRICES Tarrant Co. East Long 3-1-2022 Ft.Worth, Texas Ave. Reinforcing Bars for Structures(3 Tons)............................................................... $68.00/cwt Reinforcing Bars Epoxy Coated (113 tons)........................................................ $85.00/cwt Reinforcing Bars for Concrete Paving (19 Tons)................................................. $64.00/cwt **4" Sealed Expansion Joint(SEJ-A) (471 LF)................................................ $85.00/LF Rebar and SEJ NOT intended for separate acceptance. 'Seller's paving price is based on furnishing longitudinal bars in forty or sixty foot lengths in standard bundle count and transverse bars cut to Buyer's specified length, packaged in standard stock count bundles. Reinforcing for terminal anchors,curb, dowels, driveways,sidewalks, riprap, approach slabs and"U"bars in barrier rail are included, but at the Structures Unit Price above or current market value if not stated. The above quantities are approximate and do not represent a guarantee by Seller. Actual quantities as designated in Buyer's contract and mutually agreed upon by Seller will determine the maximum quantities Seller is obligated to ship under this proposal. Additional steel required is subject to price negotiation. Please see the Acceptance Clause on page 2 of this proposal. PRICE ADJUSTMENT—The above prices are firm for shipments through 3-31-2023. Add $1.25 cwt for all shipments on or after 4-1-2023 and every three months thereafter,cumulatively. Seller's Price(s) Includes: • Reinforcing Steel for structures and paving. • **SEJ includes Tx DOT Approved D S Brown material,all required fabrication, painting, shop drawings and job site delivery. Seller's Price(s) Excludes: • All accessories, tie wire, anchor bolts,smooth round dowels • Threaded inserts, bolts,threaded rebars, multiple piece tie bars and/or mechanical splices unless specifically quoted,flat bar and welded flat bar bands, WWF, and any item not specifically mentioned. • BIM/31D drawings(intended for other trades). Gene Boyette Jim Lyons Rodney Scott Tully Williams Reid Harmon Brian Luensmann gene.bovette(d).cmc.com m.lvons(@.cmc.com rod nev.scott(@.cmc.com tullv.williams(@.cmc.com reid.harmon(o),cmc.com brian.luensmann(o),cmc.com (214)392-5831 c (512)217-8294 c (214)334-3743 c (214)803-3946 c (972)877-3193 c (254)216-2543 c Pagel of 2 CMC Steel Texas P 0 Box 682009 San Antonio,Tx.78268-2009 Page 14 of 59 4aaa1 '410001 rrff/ CMC COMMITMENT YOU CAN COUNT CN TERMS OF PAYMENT- Net 30 days from the date of shipment with no retention of funds. This offer is subject to approval of Seller's credit department. SHIPMENTS - Prices stated are F.O.B. trucks jobsite, with Buyer to unload. Prices are based on shipping material in truckload quantities(44,000 Ibs.). Two(2) hours free unloading time will be allowed. LTL shipments or detention charges for standby time in excess of two (2) hours shall be for Buyer's account. ORDER LEAD TIME — Mill rolling for paving steel requires a minimum 6 week lead time and delivery for fabricated structures require a minimum 3 week lead time to maintain construction schedule integrity. CLAIMS - Any claims for alleged material shortages or discrepancies shall be reported to Seller within 14 calendar days after receipt of material or claim shall be denied. No work shall be performed and no back charges will be accepted without the Seller's prior consent. Seller shall promptly repair or replace any non- conforming material. Seller shall not be liable for any direct, indirect, incidental, consequential or liquidated damage resulting from the fact that material does not conform to the applicable Plans and Specifications. WARRANTY - Supplier warrants, for a period of one (1)year from final delivery, that the goods furnished shall meet the specifications set forth in the Plans and Specifications. THIS WARRANTY EXCLUDES ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE. Supplier's warranty does not extend to any materials that have been misused, abused, modified, improperly or insufficiently maintained; to defects caused by normal wear and tear under normal usage; or to any materials supplied but not manufactured by Supplier. DELAY - Delivery schedule to be negotiated. However, Seller shall be excused for any delay in performance due to acts of God, war, acts of civil or military authorities, floods, accidents or any circumstance or cause beyond the control of the Seller in the reasonable conduct of its business. ASSIGNMENT - Seller reserves the right to assign all or part of any contract resulting from this proposal to another division of the CMC Rebar. INDEMNIFICATION - Seller will be liable for its own actionable negligence only and will not be liable for the negligence of Buyer or any other third party, liquidated or consequential damages. INSURANCE-Seller shall maintain commercial general liability, automobile liability,workers'compensation and employer liability insurance coverage and will, upon request,furnish Purchaser with evidence of that coverage. Seller will not name Buyer, Buyer's customer or anyone else as an additional insured or waive its rights of subrogation under any insurance owned by Seller." ACCEPTANCE - This proposal cancels and supersedes all other proposals, negotiations and representations, verbal or written, made prior to the above date. Seller must receive a Letter of Commitment within 30 days of this quotation stating that the sellers offer is accepted as quoted. A formal Purchase Order or Sellers Quotation Accepted, must be received within 60 days of date of quotation. Prices are subject to change thereafter. PLEASE ADDRESS ALL CORRESPONDENCE RELATIVE TO THIS PROPOSAL TO: Rodney.scott@cmc.com Should you desire to enter into a contract with CMC Rebar on the basis set forth herein, please sign and return to us within 30 days one original of this proposal which shall become a contract upon, but not before, acceptance by our office at Seguin, Texas. SELLER BUYER Company: CMC By: 9?0d Scutt Date: March 2, 2022 Page 2 of 2 CMC Construction Services P 0 Box 685009 San Antonio,Tx.78268-2009 Page 15 of 59 CB:,AP: RNSC0j INCORPORATED LOCATION : Fort Worth PROJECT : East Long Avenue BID DATEMME : Oct 3, 2019 ADDENDUM: NONE JOB NUMBER: P100319A ASK ABOUT OUR SPECIAL RENTAL RATES FOR FORMS AND EQUIPMENT WITH THE PURCHASE OF T REBAR/ACCESSORY PACKAGE 4,630 SY 9" REINF CONC PAVING 39,038 LBS #4 REINFORCING STEEL $ 45.00 6,176 PCS #4 x 3-0"TIEBAR STR., GR. 60 $ 1.60 306 LFT LOOSE FRAME EXPANSION BASKET $ 1.55 5,000 PCS 3-1/4" PLASTIC CHAIR W/BASE (500/BAG) $ 0.09 3 RL 6-1/2" WIRE LOOP TIES $ 42.00 306 LFT 3/4" x 9" x 10' PUNCHED REDWOOD W/ 1"TOP STRIP $ 1 .70 306 SET 5/8" x F-6" SMOOTH DOWEL W/CAP $ 2.50 45 GAL EPDXY BONDING AGENT $ 34.50 22 PCS 3/4" FIBRE CURB EARS $ 0.75 219 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 6.96 430 SF REINF CONC SIDEWALK 271 LBS #3 REINFORCING STEEL $ 45.00 20 LFT LOOSE FRAME EXPANSION BASKET $ 1 .55 20 LFT 3/4" x 5" x 10' PUNCHED REDWOOD W/ 1" TOP STRIP $ 0.90 12 SET 1/2" x 2'-0" SMOOTH DOWEL W/CAP $ 1.15 68 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.05 2 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 Pagel P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 16 of 59 CB:A:0RNSC0) INCORPORATED --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.46 8,693 SF REINF CONC SIDEWALK, ADJACENT TO CURB 4,602 LBS #3 REINFORCING STEEL $ 45.00 220 LFT LOOSE FRAME EXPANSION BASKET $ 1 .55 220 LFT 3/4"x 5"x 10' PUNCHED REDWOOD W/ 1" TOP STRIP $ 0.90 220 SET 1/2"x 2'-0" SMOOTH DOWEL W/CAP $ 1 .15 4,347 PCS #4 x 1'-0"TIEBAR STIR., GR. 60 $ 0.65 1,368 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.05 46 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.68 2 EA BARRIER FREE RAMP TYPE M-3 135 LBS #3 REINFORCING STEEL (STOCK LENGTHS) $ 45.00 24 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.05 20 LFT 3/4" x 5"x 10' PUNCHED REDWOOD W/ 1" TOP STRIP $ 0.90 12 SET 1/2"x 2'-0"SMOOTH DOWEL W/CAP $ 1.15 2 PCS ADA RAMPS (2'-0" X 5-0") $ 124.75 1 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 279.20 1 EA BARRIER FREE RAMP TYPE P-1 90 LBS #3 REINFORCING STEEL (STOCK LENGTHS) $ 45.00 10 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.05 10 LFT 3/4" x 5" x 10' PUNCHED REDWOOD W/ I"TOP STRIP $ 0.90 4 SET 1/2" x 2'-0" SMOOTH DOWEL W/CAP $ 1 .15 1 PCS ADA RAMPS (2'-0" X 5'-.0") $ 124.75 1 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 --------------- OUR ESTIMATE FOR MATERIALS TOTAL 183.30 Page 2 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 17 of 59 CBARNSCO] INCORPORATED 1 EA BARRIER FREE RAMP TYPE P-2 90 LBS #3 REINFORCING STEEL (STOCK LENGTHS) $ 45.00 11 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.05 10 LFT 3/4"x 5"x 10' PUNCHED REDWOOD W/ 1"TOP STRIP $ 0.90 5 SET 1/2" x 2'-0" SMOOTH DOWEL W/CAP $ 1 .15 1 PCS ADA RAMPS (2'-0" X 5'-011) $ 124.75 1 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 -- ------------ OUR ESTIMATE FOR MATERIALS TOTAL $ 184.50 582 LF 6" CURB & GUTTER 820 LBS #4 REINFORCING STEEL (STOCK LENGTHS) $ 45.00 4 PCS 3/4" FIBRE CURB BOOTS $ 3.00 6 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.70 33,989 SFT REINF CONC SLAB 131,198 LBS EPDXY-COATED FABRICATED REINFORCING STEEL $ 69.50 8,500 LIFT 1-1/4" COMPOSITE SLAB BOLSTER $ 0.29 5,040 LIFT 2-1/4" COMPOSITE SLAB BOLSTER UPPER $ 0.54 385 GAL CLEAR CURE (IN DRUMS) $ 6.25 -- ------------ OUR ESTIMATE FOR MATERIALS TOTAL $ 2.91 4,972 SF BRIDGE SIDEWALK 7,678 LBS FABRICATED REINFORCING STEEL $ 49.50 500 PCS 3-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.09 1 RL 4-1/2" WIRE LOOP TIES $ 38.25 26 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 Page 3 P.O- BOX 541087 - DALLAS, TX 75354-1087 .- (214) 352-9091 Page 18 of 59 CBA: RNSC0j INCORPORATED --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.80 249.0 CY APPROACH SLAB 55,388 LBS FABRICATED REINFORCING STEEL $ 49.50 690 PCS 3" COMPOSITE BAR CHAIR (225/BAG) $ 0.38 690 PCS 5-1/8" REBAR STANDEE $ 1.46 66 GAL CITY WHITE CURE (IN DRUMS) $ 3.95 -- ------------ OUR ESTIMATE FOR MATERIALS TOTAL $ 116.25 43.0 CY RIPRAP (MOWSTRIP) (4 IN) 5 RL 6X6 6/6 WELDED WIRE MESH $ 226.00 900 PCS 2" PLASTIC MESH CHAIR $ 0.35 17 GAL CITY WHITE CURE (IN DRUMS) $ 3.95 --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 35.17 1,956 LF RAIL (TY C402) 24,646 LBS FABRICATED REINFORCING STEEL $ 49.50 --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 6.24 AS NEEDED ITEMS LBS STATE H.P.R.A. JOINT SEALER $ 0.60 LFT 1" BACKER ROD $ 0.22 LFT 5/8" BACKER ROD $ 0.11 LFT 1/2" BACKER ROD $ 0.05 LFT 3/8" BACKER ROD $ 0.04 Page 4 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 19 of 59 EBARNSCO] INCORPORATED NOTE : (1) EXCLUDED ITEMS: DRAINAGE ITEMS (BOX CULVERT, JUNCTION BOXES, RCP, CURB INLETS, ETC.) (2) TERMS: 1/2% - IODAYS, NET 30 DAYS (3) PRICES ARE FOB JOBSITE IN TRUCKLOAD QUANTITIES. (4) NO TAXES INCLUDED. (5) QUANTITIES SHOWN ARE APPROXIMATE AND ARE FOR ESTIMATING PURPOSES ONLY. QUOTE IS BASED ON UNIT PRICES. (6) ALL PRICES FIRM THROUGH NOVEMBER 2020, IF ACPT'D. WITHIN 30 DAYS. ADD 3% PER MONTH THERE AFTER. (7) ESCALATORS: IF MARKET CONDITIONS CHANGE FOR MATERIAL SHIPPED AFTER FIRM DATE: ADD $1.50 CWT EACH QUARTER FOR STEEL AND 3% EACH QUARTER FOR ACCESSORIES. (8) QUOTED BY: BRUCE TELFORD 0 Page 5 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 20 of 59 (BARNSCPJ INCORPORATED LOCATION : Fort Worth PROJECT : East Long Avenue BID DATE/TIME : Oct 3, 2019 ADDENDUM: 2 REVISED 02/17/22 JOB NUMBER: P100319A ASK ABOUT OUR SPECIAL RENTAL RATES FOR FORMS AND EQUIPMENT WITH THE PURCHASE OF THIS REBAR/ACCESSORY PACKAGE 4,630 SY 9" REINF CONC PAVING 39,038 LBS #4 REINFORCING STEEL $ 65.72 CWT 6,176 PCs #4 x 3'-0" TIEBAR STR., GR. 60 $ 1.80 PCs 306 LFT LOOSE FRAME EXPANSION BASKET $ 3.40 LFT 5,000 PCs 3-1/4" PLASTIC CHAIR W/BASE (500/BAG) $ 0.09 PCs 3 RL 6-1/2" WIRE LOOP TIES $ 42.00 RL 306 LFT 3/4''x 9" x 10' PUNCHED REDWOOD W/ 1"TOP STRIP $ 1 .70 LFT 306 SET 5/8''x 1'-6" SMOOTH DOWEL W/CAP $ 1.80 SET 45 GAL EPDXY BONDING AGENT $ 64.00 GAL 22 PCS 3/4" FIBRE CURB EARS $ 0.75 PCs 219 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 9.34 SY 430 SF REINF CONC SIDEWALK 271 LBS #3 REINFORCING STEEL $ 69.00 CWT 20 LFT LOOSE FRAME EXPANSION BASKET $ 3.40 LFT 20 LFT 3/4"x 5" x 10' PUNCHED REDWOOD W/ 1"TOP STRIP $ 0.90 LFT 12 SET 1/2"x 2'-0" SMOOTH DOWEL W/CAP 1.54 SET 68 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) 0.07 PCS 2 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.71 SF Pagel P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 21 of 59 (BARNSCPJ INCORPORATED 8,693 SF REINF CONC SIDEWALK, ADJACENT TO CURB 4,602 LBS #3 REINFORCING STEEL $ 69.00 CWT 220 LFT LOOSE FRAME EXPANSION BASKET $ 3.40 LFT 220 LFT 3/4"x 5" x 10' PUNCHED REDWOOD W/ 1"TOP STRIP $ 0.90 LFT 220 SET 1/2"x 2'-0" SMOOTH DOWEL W/CAP $ SET 4,347 PCs #4 x 1'-0" TIEBAR STR., GR. 60 $ 0.65 PCs 1,368 PCs 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) 4? PCs 46 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.87 SF 2 EA BARRIER FREE RAMP TYPE M-3 135 LBS #3 REINFORCING STEEL (STOCK LENGTHS) $ 69.00 CWT 24 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.07 PCS 20 LFT 3/4"x 5" x 10' PUNCHED REDWOOD W/ V TOP STRIP $ 0.90 LFT 12 SET 1/2"x 2'-0" SMOOTH DOWEL W/CAP $ 1.54 SET 2 PCS ADA RAMPS (2'-0" X 5-0") $ 164.00 PCS 1 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 334.89 EA 1 EA BARRIER FREE RAMP TYPE P-1 90 LBS #3 REINFORCING STEEL (STOCK LENGTHS) $ 69.00 CWT 10 PCS 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.07 PCS 10 LFT 3/4"x 5" x 10' PUNCHED REDWOOD W/ V TOP STRIP $ 0.90 LFT 4 SET 1/2"x 2'-0" SMOOTH DOWEL W/CAP $ 1.54 SET 1 PCS ADA RAMPS (2'-0" X 5-0") $ 164.00 PCS 1 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 245.91 EA 1 EA BARRIER FREE RAMP TYPE P-2 Page 2 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 22 of 59 (IBIPARNS C o INCORPORATED 90 LBS #3 REINFORCING STEEL (STOCK LENGTHS) 69.t,, CWT 1 1 PCs 2-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) 0.07 PCs 10 LFT 3/4"x 5" x 10' PUNCHED REDWOOD W/ V TOP STRIP $ 0.90 LFT 5 SET 1/2"x 2'-0" SMOOTH DOWEL W/CAP $ 1 .54 SET 1 PCS ADA RAMPS (2'-0" X 5-0") $ 164.00 PCS 1 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 247.52 EA 582 LF 6" CURB & GUTTER 820 LBS #4 REINFORCING STEEL (STOCK LENGTHS) $ 65.75 CWT 4 PCS 3/4" FIBRE CURB BOOTS $ 3.00 PCS 6 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 0.99 LF 33,989 SFT REINF CONC SLAB 131,198 LBS EPDXY-COATED FABRICATED REINFORCING STEEL CWT 8,500 LFT 1-1/4" COMPOSITE SLAB BOLSTER $ 0.29 LFT 5,040 LFT 2-1/4" COMPOSITE SLAB BOLSTER UPPER $ 0.54 LFT 385 GAL CLEAR CURE (IN DRUMS) $ 6.25 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 3.89 SFT 4,972 SF BRIDGE SIDEWALK 7,678 LBS FABRICATED REINFORCING STEEL CWT 500 PCS 3-1/4" PLASTIC CHAIR W/BASE (500 PCS/BG) $ 0.09 PCS 1 RL 4-1/2" WIRE LOOP TIES $ 38.25 RL 26 GAL CITY WHITE CURE (55 GAL DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 1 .10 SF 249.0 CY APPROACH SLAB Page 3 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 23 of 59 (BARNSCPJ INCORPORATED 55,388 LBS FABRICATED REINFORCING STEEL $ 69.00 CWT 690 PCS 3'' COMPOSITE BAR CHAIR (225/BAG) $ 0.38 PCS 690 PCS 5-1/8'' REBAR STANDEE $ 1 .46 PCS 66 GAL CITY WHITE CURE (IN DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 159.63 CY 43.0 CY RIPRAP (MOWSTRIP) (4 IN) 5 RL 6X6 6/6 WELDED WIRE MESH (5' X 150' ROLL) $ 426.00 RL 900 PCS 2" PLASTIC MESH CHAIR $ 0.35 PCS 17 GAL CITY WHITE CURE (IN DRUMS) $ 3.95 GAL --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 58.42 CY 1,956 LF RAIL (TY C402) 24,646 LBS FABRICATED REINFORCING STEEL $ 69.00 CWT --------------- OUR ESTIMATE FOR MATERIALS TOTAL $ 8.69 LF AS NEEDED ITEMS LBS STATE H.P.R.A. JOINT SEALER $ 0.65 LBS LFT 1" BACKER ROD $ 0.22 LFT LFT 5/8'' BACKER ROD $ 0.11 LFT LFT 1/2'' BACKER ROD $ 0.05 LFT LFT 3/8'' BACKER ROD $ 0.04 LFT NOTE : (1) EXCLUDED ITEMS : DRAINAGE ITEMS (BOX CULVERT, JUNCTION BOXES, RCP, CURB INLETS, ETC.) (2) TERMS: 1/2% - 1 ODAYS, NET 30 DAYS (3) PRICES ARE FOB JOBSITE IN TRUCKLOAD QUANTITIES. (4) NO TAXES INCLUDED. (5) QUANTITIES SHOWN ARE APPROXIMATE AND ARE FOR ESTIMATING PURPOSES ONLY. BILLING IS BASED ON QUANTITY DELIVERED TO JOBSITE AT UNIT Page 4 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 24 of 59 (BARNSCPJ INCORPORATED PRICES QUOTED ABOVE. (6) ALL PRICES FIRM THROUGH MARCH 2O23, IF ACPT'D. WITHIN 30 DAYS. ADD $1.50/CWT EACH QUARTER THEREAFTER FOR REBAR, AND ALL OTHER MATERIAL IS SUBJECT TO MANUFACTURERS' PRICE INCREASE AFTER QUOTE EXPIRATION DATE. (7)_AN EVENT OF "FORCE MAJEURE" IS AN EVENT WHICH IS BEYOND THE REASONABLE CONTROL OF BARNSCO INC.,) SUCH AS A: (A) RIOT, WAR, INVASION, ACTS OF TERRORISM, CIVIL WAR REBELLION, REVOLUTION, INSURRECTION OF MILITARY OR USURPED POWER, REQUISITION OR COMPULSORY ACQUISITION BY ANY GOVERN- MENT OR COMPETENT AUTHORITY; (B) EARTHQUAKE, FLOOD, FIRE OR OTHER PHYSICAL NATURAL DISASTER, SEVERE WEATHER CONDITIONS OR ACTS OF GOD; (C) EPIDEMIC, PANDEMIC, QUARANTINE, OR CIVIL COMMOTION; (D) STRIKE AT A NATIONAL LEVEL OR INDUSTRIAL DISPUTE AT A NATIONAL LEVEL, OR STRIKE OR INDUSTRIAL DISPUTE WHICH AFFECT AN ESSENTIAL PORTION OF BARNSCO'S PERFORMANCE OF THE CONTRACT; (E) ACTS BY OTHER SUBCONTRACTORS THAT IMPEDE BARNSCO'S ABILITY TO PERFORM THE WORK; (F) GENERAL LACK OF AVAILABILITY OF RAW MATERIALS OR OTHER SUPPPLIES; AND (G) A MANUFACTORER'S DELAY IN SUPPLYING THE PRODUCT. BARNSCO IS NOT RESPONSIBLE FOR ANY FAILURE TO PERFORM ITS OBLIGATIONS UNDER THE CONTRACT IF IT IS PREVENTED OR DELAYED IN PERFORMING THOSE OBLIGATIONS BY AN EVENT OF FORCE MAJURE. WHERE THERE IS AN EVENT OF FORCE MAJEURE, BARNSCO MUST PROMPLY NOTIFY THE CONTRACTOR GIVING FULL PARTICULARS OF THE EVENT OF FORCE MAJEURE AND THE REASONS FOR THE EVENT OF FORCE MAJEURE PREVENTING BARNSCO FROM OR DELAYING BARNSCO IN PERFORMING ITS OBLIGATIONS UNDER THE CONTRACT AND BARNSCO MUST USE ITS REASONABLE EFFORTS TO MITIGATE THE EFFECT OF THE EVENT OF FORCE MAJEURE UPON ITS PERFORMANCE OF THE CONTRACT AND TO FULFILL ITS OBLIGATIONS UNDER THE CONTRACT. CONTRACTOR HAS NO ENTITLEMENT TO AND BARNSCO HAS NO LIABILITY FOR: ANY COSTS, LOSSES, EXPENSES, DAMAGES IN ANY WAY INCURRED BY CONTRACTOR DUE TO AN EVENT OF FORCE MAJEURE. (8) IN THE EVENT OF ANY SIGNIFICANT DELAY OR PRICE INCREASE OF MATERIAL, EQUIPMENT, OR ENERGY OCCURRING DURING THE PERFORMANCEOF THIS CONTRACT THROUGH NO FAULT OF BARNSCO, THE CONSIDERATION TO BE PAID TO BARNSCO, TIME FOR COMPLETION OF THE CONTRACT AND/OR OTHER CONTRACT REQUIREMENTS SHALL BE EQUITABLY ADJUSTED IN ACCORDANCE WITH THE PROCEDURES OF THIS CONTRACT. A CHANGE IN PRICE OF AN ITEM OF MATERIAL, EQUIPMENT OR ENERGY WILL BE CONSIDERED SIGNIFICANT WHEN THE PRICE OF AN ITEM INCREASES 10% BETWEEN THE DATE OF THIS CONTRACT AND THE DATE OF DETERMINATION. IN NO EVENT SHALL BARNSCO BE REQUIRED TO CONTINUE WORK ON THIS CONTRACT UNTIL AN AGREED UPON ADJUSTMENT HAS BEEN AGREED TO BY BARNSCO RELATED TO SUCH DELAYS OR PRICE INCREASES. (9) QUOTED BY: BRUCE TELFORD Page 5 P.O. BOX 541087 - DALLAS, TX 75354-1087 - (214) 352-9091 Page 25 of 59 U.S. LIME COMPANY LIME SLURRY QUOTATION TO: Ragle DATE: 4/30/2020 PHONE: OFFICE FAX: JOB NAME: East Long Avenue JOB DESCRIPTION: Fort Worth,TX PROJECT NO: CONTROL NO: ATTENTION: TX Estimating FROM Barrett Reynolds SIGNATURE Sales Person Sales Person Signature HIGH CALCIUM LIME SLURRY U.S.LIME COMPANY is pleased to quote the following price(s)effective for the stated durations.Any shipments after dates stated below must be renegotiated to prevailing market pricing FROM: 4/30/20 TO: 12/31/2020 Delivered Price Per Ton $160.00 B FROM: TO: Delivered Price Per Ton FROM: TO: Delivered Price Per Ton COUNTY TONS LIME SLURRY TYPE DELIVERY OR PARISH REQUIRED (B OR C) LOCATION Tarrant 93 B Fort Worth,TX COMMENTS: (Ty. B)10 ton minimum load-per day-perjob (Ty.C)-Contractor to furnish on-site location(approx 1/2 acre)and water source(500 gpm). Quote based on 2 mobilizations&120 tons/day minimum delivery Job Data Required: Surety Company: Address: Job Owner: Address: General: Sub Contractor: Terms of payment-Net 30 days from date of invoice. Transportation Cost-All prices are subject to adjustment for any applicable changes in charges including freight rates,fuel subcharges,and government tax on freight,and/or any government tax on sales or contracts of sale effective after the date hereof. DEMURRAGE:(Type B Slurry-$75.00)(Type C Slurry-$75.00) PER HOUR AFTER TWO FREE HOURS ON CUSTOMER SITE FREIGHT.:is based on a minimum of 24 tons/Per truck.For dry lime&limestone;minimum of 10 tons for slurry CANCELLATION OF LOADS IN TRANSIT/RETURNED LOADS:Full freight plus 50%return fee Acceptance of Sale-This quotation is submitted to assist in bid preparation for this job and is an invitation to accept. Acceptance can be completed only by a signing and returing,this agreement within 75 days. We reserve the right to meet a lower bona fide competitive prices,terms of sale and conditions of sale for high quality calcium lime slurry. Adjustment of price for the effects of Government Action In addition to any price adjustments noted in the quotation,if the cost of lime increases significantly solely by reason of imposition of Seller and/or an affiliate which supplies lime to seller,a charge or cost relating to greenhouse gas environmental laws or regulations,then the parties shall meet to negotiate in good faith the equitable sharing any cost's arising there from.If the parties do not reach agreement regarding the sharing of such cost,the party adversely affected by the government action shall have the right,at its sole discretion,to terminate this Agreement upon thirty(30)days'notice to the other party. Customer Signture Date I can be reached by cell phone: 214-728-5838 TO PLACE ORDERS CALL: 972-991-5690 Page 26 of 59 U.S. LIME COMPANY LIME SLURRY QUOTATION TO: Ragle DATE: 3/1/2022 PHONE: OFFICE FAX: JOB NAME: East Long Avenue UPDATED JOB DESCRIPTION: Fort Worth,TX PROJECT NO: CONTROL NO: ATTENTION: Erick Serrano FROM Barrett Reynolds SIGNATURE Sales Person Sales Person Signature HIGH CALCIUM LIME SLURRY U.S.LIME COMPANY is pleased to quote the following price(s)effective for the stated durations.Any shipments after dates stated below must be renegotiated to prevailing market pricing FROM: 3/1/22 TO: 12/31/2022 Delivered Price Per Ton $185.00 B FROM: TO: Delivered Price Per Ton FROM: TO: Delivered Price Per Ton COUNTY TONS LIME SLURRY TYPE DELIVERY OR PARISH REQUIRED (B OR C) LOCATION Tarrant 93 B Fort Worth,TX COMMENTS: (Ty. B)10 ton minimum load-per day-perjob (Ty.C)-Contractor to furnish on-site location(approx 1/2 acre)and water source(500 gpm). Quote based on 2 mobilizations&120 tons/day minimum delivery Job Data Required: Surety Company: Address: Job Owner: Address: General: Sub Contractor: Terms of payment-Net 30 days from date of invoice. Transportation Cost-All prices are subject to adjustment for any applicable changes in charges including freight rates,fuel subcharges,and government tax on freight,and/or any government tax on sales or contracts of sale effective after the date hereof. DEMURRAGE:(Type B Slurry-$75.00)(Type C Slurry-$75.00) PER HOUR AFTER TWO FREE HOURS ON CUSTOMER SITE FREIGHT.:is based on a minimum of 24 tons/Per truck.For dry lime&limestone;minimum of 10 tons for slurry CANCELLATION OF LOADS IN TRANSIT/RETURNED LOADS:Full freight plus 50%return fee Acceptance of Sale-This quotation is submitted to assist in bid preparation for this job and is an invitation to accept. Acceptance can be completed only by a signing and returing,this agreement within 75 days. We reserve the right to meet a lower bona fide competitive prices,terms of sale and conditions of sale for high quality calcium lime slurry. Adjustment of price for the effects of Government Action In addition to any price adjustments noted in the quotation,if the cost of lime increases significantly solely by reason of imposition of Seller and/or an affiliate which supplies lime to seller,a charge or cost relating to greenhouse gas environmental laws or regulations,then the parties shall meet to negotiate in good faith the equitable sharing any cost's arising there from.If the parties do not reach agreement regarding the sharing of such cost,the party adversely affected by the government action shall have the right,at its sole discretion,to terminate this Agreement upon thirty(30)days'notice to the other party. Customer Signture Date I can be reached by cell phone: 214-728-5838 TO PLACE ORDERS CALL: 972-991-5690 Page 27 of 59 0 0 0 o N d o 03 o v v v m o 3' U C �. a a a TO tC—, a)t U O E Q -6.L.. N N N N N N N N N N N d7 > .. .. m o O O E CU o m d co> aNi o- 3:U m � ~ Q .N+ � > > C N y N y C j t y Q 7 —0Eo OO q ^ O O O O O O -O O N (6 O (6 N a O O N N O 0)N N E am) y U Q 7 U 7 E :E E -Ci y N —-Ed-O C N w d 6 vt N � O � a) U Q C .�.. E CN —T d C an N m C 7 _ C O)O N T C a) j �6 O O t E O)C O U T N S N i O (p i E m ` (6 N _� c CV O 0 U Q.— N U 7 Y 0 O O U ba C O).O- to; >. O C d O U N cd j Q U U O Q s LU. �' It '6 Mn N -0 RU " 3 O O T N O- 2:1 O U U a) y c V� E (6 N ti ✓Lr U (6 N d V j N+N (6 O Q N U Q d O 7 '6 (6 O C N O w Q W V1 Y}U 0) Q Q d N N N n m N N a) a) U.r yt„ a N V O (6 0.�1-�t ( 0).0. N o Q N 7,N (6 N U O e N E'5: -O O } O W O N U V O ` .�"' O O iz W C 0) O C C > E w E-1 O tl) N C N 01 E 0 a)-0O i E CO a)U C O d m d o Uo'0) mo So=o Umv° a) a E cNio tea. s 0 o N o T o 7 a) OL N > O 3 a o U w a w-C O y N a U U E W .' W ti c n o 9 d 'o v W $ ' W d o 0 a o U o O h- x u } O O F a0 Y — O O _ ° ^ a o 0 bl N 'C CJ m N C In W (n N N u C y. O a W O bD U a) ti O V) Z uw ti ti � ti a � ti ti o S - ti ti ti � � m m o E m C d 'o W o m m m on Z Z M L d .O Z d L C C 'W Q Q d 3 m r E o W o ~ O O N e ' v a V V a+ V 6 3 3 x -o d C m ad+ V 2 C Ot +C O j a N 3 — w d d VC vi d Z Z C v O bD O O v > > m d U U `l t O a J C O d v aD U C � � d r C 3 0 O O O ate+ a H Z 1 Martin Account Name:RAGLE INC \4arietta Account Number:783189 Project Name:E LONG AVE REHAB-7%CSS Quote ID: 50003047 Project Address: Quote Date: 4/29/2020 2427 E Long Ave Quote Expiration: 7/29/2020 Fort Worth,TX,76106,TARRANT County Tax Exemption Status: Yes Martin Marietta is pleased to quote prices on the following products for the above listed project: Product Price Product Quantity UOM I ID (FOB Plant) NATURAL SAND 7%CEM 6751 CTM Main Location- 215 456.00 TN $34.75 $0.00 #Price Valid Until-12/31/2020 There will be a price escalator of$1.00/ton effective on 1/1/2021 and then every year thereafter until project completion. "Delivery of Cement Treated Sand is not guaranteed. Rates included on this quote are non-binding and for budgetary reasons only. Contact your sales rep for availability" Estimated Trailer Haul Rate—$10.90/ton Estimated Tandem Haul Rate-$18.43/ton Conversion factor from yards to tons is approximately 1.78 and may vary. Prices are valid for the above mentioned project only during normal working hours. Normal working hours are 7:00 am to 4:00 pm,Monday thru Friday excluding holidays. Extended hours or shifts must be agreed upon,in advance,by Martin Marietta. A$2000.00 plant opening fee may apply to after hour work. Contact your Sales Rep. Sales Tax is not included. Tax Exemptjobs require proper tax exemption form prior to project starting. Partial loads will be invoiced at full load freight,plus material cost. This quote has a firm expiration date of 12/31/2020 and price will be subject to escalation thereafter. BY SIGNING BELOW OR ACCEPTING PRODUCTS SOLD BY MARTIN MARIETTA,THE CUSTOMER AGREES TO BE BOUND BY THE TERMS AND CONDITIONS FOLLOWING THIS SIGNATURE LINE: Signature Print Name Date Should you have any questions concerning this quote,please contact CHRISTOPHER MORETTI at 214-502-4935 or Christopher.Moretti@martinmarietta.com Page 29 of 59 Page 1 of 3 Martin Account Name:RAGLE INC Marietta Account Number:783189 Terms: 1.This quotation will be valid for a period of thirty(30)days unless otherwise set forth on the face hereof.In order to make it a binding agreement,the Customer must accept all of its terms by either signing and returning a copy to Martin Marietta or by accepting products sold by Martin Marietta within that period of time.Any quotation that does not become binding prior to the quote expiration date above will lapse. 2. If the terms of this quotation are accepted,it will constitute an agreement under which Martin Marietta will sell the products shown to the Customer,and the Customer will purchase such products from Martin Marietta,for the prices indicated,during the time period specified at the time of sale or agreed to by the parties in writing. 3.At the time of shipment,Martin Marietta warrants good title and conformance to the specifications set forth on the face hereof or, if no specifications are so referenced,the customary specifications of Martin Marietta for such products from the facility of Martin Marietta indicated above.No other specifications will apply,including,without limitation,those relating to moisture.Other than the warranties stated in the first sentence of this paragraph,MARTIN MARIETTA HEREBY EXCLUDES ANY AND ALL OTHER WARRANTIES,EXPRESS OR IMPLIED,WRITTEN OR ORAL,INCLUDING,BUT NOT LIMITED TO,WARRANTIES OF MERCHANTABILITY AND ALL WARRANTIES OF FITNESS FOR ANY PARTICULAR PURPOSE AND ALL OTHER WARRANTIES,EXPRESS OF IMPLIED,AS TO THE PERFORMANCE OF ITS AGGREGATES,WHETHER WITH RESPECT TO ALKALI-AGGREGATE REACTIVITY. IF PRODUCT IS UNSATISFACTORY,MARTIN MARIETTA'S LIABILITY IS LIMITED TO FURNISHING REPLACEMENT MATERIAL. IN NO EVENT SHALL MARTIN MARIETTA BE LIABLE TO CUSTOMER FOR LOSS OF PROFITS OR REVENUE OR FOR ANY OTHER CONSEQUENTIAL, INCIDENTAL,SPECIAL OR PUNITIVE DAMAGES. 4.All products will be delivered FOB at the particular facility of Martin Marietta indicated above or as otherwise shown.Deliveries will occur in a manner that conforms to customary industry practice. If deliveries are to occur at a jobsite,a safe and secure delivery area must be provided by the Customer.Deliveries made inside curb line or on the lot are at Customer's risk only,and Martin Marietta accepts no responsibility whatsoever for damage resulting from such deliveries. 5.The Customer will be responsible for all compaction and other preparatory work required at the jobsite prior to the placement of the products shown.Martin Marietta will not be responsible for any problems that may arise if such preparatory work is not properly performed. 6.The prices set forth above are based upon the provisions of this quotation and the customary production and delivery practices of Martin Marietta. If the Customer hereafter requests action by Martin Marietta that is not customary,Martin Marietta will attempt to comply with the request,subject to the following: A.If the Customer requests additives to products which are not a part of the applicable specifications described above,they will be added by Martin Marietta,if available,and an amount equal to the then standard price of Martin Marietta for such additives will be added to the purchase price.Customer remains responsible for determining appropriate specifications and additives,if any, appropriate for its specific project. B.If the Customer requests delivery FOB at the jobsite in trucks or trailers that are different from customary tractors with end or bottom dump trailers,Martin Marietta will attempt to comply with such request and,if successful,will add the then standard prices of Martin Marietta for such trucks or trailers to the purchase price. C.If the Customer requests deliveries of products at night or on weekends or holidays,Martin Marietta will attempt to comply with such request,subject to sufficient advance notice and a prior agreement with the Customer regarding additional charges for such services that will be added to the purchase price. 7. In addition,Martin Marietta may also add amounts to the purchase prices to reflect fuel surcharges that are imposed by third parties in connection with any shipment of the products shown or any materials that are used in the production thereof,or any other recuperative charges that are then applied by Martin Marietta to similar sales.Demurrage charges will begin after the first hour of waiting at the jobsite and will be$50 per hour per truck,charged in no less than 30 minute increments. 8.Shipments are subject to prior credit approval.If credit is approved,all payments must be made in accordance with the then applicable credit policies of Martin Marietta,and if not so made,the agreement that is contemplated herein may be terminated by Martin Marietta immediately.Terms of payment are net 30 days following date of invoice,and payment is not dependent on receipt of payment by Customer from Owner or others.If not paid when due,Customer agrees to pay interest charges at the rate of 1.5% per month or the maximum lawful rate,whichever is lower,and Martin Marietta's reasonable costs of collection,including reasonable attorney's fees. 9.All deliveries of products are subject to delays that may be experienced by Martin Marietta in connection with adverse weather conditions,labor disputes,strikes,sabotage,war,governmental action,mechanical failures,inventory shortages,rail or truck transportation,and other similar events.Under such circumstances,Martin Marietta shall have the additional time needed to complete the order and/or the right to allocate the available supply in any manner it selects. 10.The Customer will be responsible for any taxes owed as a result of the sale of products hereunder unless the Customer provides Martin Marietta with a valid tax exemption certificate or other documentation properly indicating that such taxes should not be collected. 11.Martin Marietta shall not be deemed to have waived any right,power,privilege or remedy unless such waiver is expressly in writing and duly executed.No partial exercise,failure to exercise,delay in exercising or course of dealing with respect to any right, power,privilege or remedy shall operate as a waiver thereof by Martin Marietta or of any other right,power,privilege or remedy. Page 30 of 59 Page 2 of 3 Martin Account Name:RAGLE INC Marietta Account Number:783189 12.These terms shall control the sale and purchase of the products shown and shall be a part of the Customer's purchase agreement and may not be modified or altered in any way unless expressly approved in writing by a duly authorized representative of Martin Marietta.Any acceptance by the Customer that changes the terms hereof will not be effective.Martin Marietta is not bound by any Prime Contract between Owner and Customer which Seller has not signed. 13.The laws of the state of North Carolina shall govern the validity,interpretation,construction and effect of these terms and conditions and any Order,without regard to principles of conflict or choice of law. Page 31 of 59 Page 3 of 3 Martin Account Name:RAGLE INC \4arietta Account Number:783189 Project Name:E LONG AVE REHAB-CSS Quote ID: 50076902 Project Address: Quote Date: 3/3/2022 2474 E Long Ave Quote Expiration: 6/1/2022 Fort Worth,TX,76106,TARRANT County Tax Exemption Status: Yes Martin Marietta is pleased to quote prices on the following products for the above listed project: Product Price Product Quantity UOM I ID (FOB Plant) NATURAL SAND 7%CEM 6751 Astec 52 456.00 TN $37.25 #Price Valid Until-12/31/2022 There will be a price escalator of$1.50/ton effective on 1/1/2023 and then every year thereafter until project completion. "Delivery of Cement Treated Sand is not guaranteed. Rates included on this quote are non-binding and for budgetary reasons only. Contact your sales rep for availability" Estimated Trailer Haul Rate—$7.29/ton Estimated Tandem Haul Rate-$12.38/ton Conversion factor from yards to tons is approximately 1.78 and may vary. Prices are valid for the above mentioned project only during normal working hours. Normal working hours are 7:00 am to 4:00 pm,Monday thru Friday excluding holidays. Extended hours or shifts must be agreed upon,in advance,by Martin Marietta. A$2000.00 plant opening fee may apply to after hour work. Contact your Sales Rep. Sales Tax is not included. Tax Exemptjobs require proper tax exemption form prior to project starting. Partial loads will be invoiced at full load freight,plus material cost. This quote has a firm expiration date of 12/31/2022. Martin Marietta will not be responsible for additional costs incurred by the GC,including delays,due to the lack of availability or allocation of materials to be used in production of Cement Stabilized Sand. BY SIGNING BELOW OR ACCEPTING PRODUCTS SOLD BY MARTIN MARIETTA,THE CUSTOMER AGREES TO BE BOUND BY THE TERMS AND CONDITIONS FOLLOWING THIS SIGNATURE LINE: Signature Print Name Date Should you have any questions concerning this quote,please contact CHRISTOPHER MORETTI at 2145024935 or Chris.Moretti@martinmarietta.com Page 32 of 59 Page 1 of 3 Martin Account Name:RAGLE INC Marietta Account Number:783189 Terms: 1.This quotation will be valid for a period of thirty(30)days unless otherwise set forth on the face hereof.In order to make it a binding agreement,the Customer must accept all of its terms by either signing and returning a copy to Martin Marietta or by accepting products sold by Martin Marietta within that period of time.Any quotation that does not become binding prior to the quote expiration date above will lapse. 2. If the terms of this quotation are accepted,it will constitute an agreement under which Martin Marietta will sell the products shown to the Customer,and the Customer will purchase such products from Martin Marietta,for the prices indicated,during the time period specified at the time of sale or agreed to by the parties in writing. 3.At the time of shipment,Martin Marietta warrants good title and conformance to the specifications set forth on the face hereof or,if no specifications are so referenced,the customary specifications of Martin Marietta for such products from the facility of Martin Marietta indicated above.No other specifications will apply,including,without limitation,those relating to moisture.Other than the warranties stated in the first sentence of this paragraph, MARTIN MARIETTA HEREBY EXCLUDES ANY AND ALL OTHER WARRANTIES,EXPRESS OR IMPLIED,WRITTEN OR ORAL, INCLUDING,BUT NOT LIMITED TO,WARRANTIES OF MERCHANTABILITY AND ALL WARRANTIES OF FITNESS FOR ANY PARTICULAR PURPOSE AND ALL OTHER WARRANTIES,EXPRESS OF IMPLIED,AS TO THE PERFORMANCE OF ITS AGGREGATES,WHETHER WITH RESPECT TO ALKALI- AGGREGATE REACTIVITY.IF PRODUCT IS UNSATISFACTORY,MARTIN MARIETTA'S LIABILITY IS LIMITED TO FURNISHING REPLACEMENT MATERIAL.IN NO EVENT SHALL MARTIN MARIETTA BE LIABLE TO CUSTOMER FOR LOSS OF PROFITS OR REVENUE OR FOR ANY OTHER CONSEQUENTIAL, INCIDENTAL,SPECIAL OR PUNITIVE DAMAGES. 4.All products will be delivered FOB at the particular facility of Martin Marietta indicated above or as otherwise shown.Deliveries will occur in a manner that conforms to customary industry practice. If deliveries are to occur at a jobsite,a safe and secure delivery area must be provided by the Customer. Deliveries made inside curb line or on the lot are at Customer's risk only,and Martin Marietta accepts no responsibility whatsoever for damage resulting from such deliveries. 5.The Customer will be responsible for all compaction and other preparatory work required at the jobsite prior to the placement of the products shown. Martin Marietta will not be responsible for any problems that may arise if such preparatory work is not properly performed. 6.The prices set forth above are based upon the provisions of this quotation and the customary production and delivery practices of Martin Marietta.If the Customer hereafter requests action by Martin Marietta that is not customary,Martin Marietta will attempt to comply with the request,subject to the following: A.If the Customer requests additives to products which are not a part of the applicable specifications described above,they will be added by Martin Marietta,if available,and an amount equal to the then standard price of Martin Marietta for such additives will be added to the purchase price.Customer remains responsible for determining appropriate specifications and additives,if any,appropriate for its specific project. B.If the Customer requests delivery FOB at the jobsite in trucks or trailers that are different from customary tractors with end or bottom dump trailers, Martin Marietta will attempt to comply with such request and,if successful,will add the then standard prices of Martin Marietta for such trucks or trailers to the purchase price. C.If the Customer requests deliveries of products at night or on weekends or holidays,Martin Marietta will attempt to comply with such request,subject to sufficient advance notice and a prior agreement with the Customer regarding additional charges for such services that will be added to the purchase price. 7. In addition,Martin Marietta may also add amounts to the purchase prices to reflect fuel surcharges that are imposed by third parties in connection with any shipment of the products shown or any materials that are used in the production thereof,or any other recuperative charges that are then applied by Martin Marietta to similar sales.Demurrage charges will begin after the first hour of waiting at the jobsite and will be$80 per hour per truck,charged in no less than 30 minute increments. 8.Shipments are subject to prior credit approval.If credit is approved,all payments must be made in accordance with the then applicable credit policies of Martin Marietta,and if not so made,the agreement that is contemplated herein may be terminated by Martin Marietta immediately.Terms of payment are net 30 days following date of invoice,and payment is not dependent on receipt of payment by Customer from Owner or others.If not paid when due, Customer agrees to pay interest charges at the rate of 1.5%per month or the maximum lawful rate,whichever is lower,and Martin Marietta's reasonable costs of collection,including reasonable attorney's fees. 9.All deliveries of products are subject to delays that may be experienced by Martin Marietta in connection with adverse weather conditions,labor disputes,strikes,sabotage,war,governmental action,mechanical failures,inventory shortages,rail or truck transportation,and other similar events. Under such circumstances,Martin Marietta shall have the additional time needed to complete the order and/or the right to allocate the available supply in any manner it selects. 10.The Customer will be responsible for any taxes owed as a result of the sale of products hereunder unless the Customer provides Martin Marietta with a valid tax exemption certificate or other documentation properly indicating that such taxes should not be collected. 11.Martin Marietta shall not be deemed to have waived any right,power,privilege or remedy unless such waiver is expressly in writing and duly executed. No partial exercise,failure to exercise,delay in exercising or course of dealing with respect to any right,power,privilege or remedy shall operate as a waiver thereof by Martin Marietta or of any other right,power,privilege or remedy. 12.These terms shall control the sale and purchase of the products shown and shall be a part of the Customer's purchase agreement and may not be modified or altered in any way unless expressly approved in writing by a duly authorized representative of Martin Marietta.Any acceptance by the Customer that changes the terms hereof will not be effective.Martin Marietta is not bound by any Prime Contract between Owner and Customer which Seller has not signed. 13.The laws of the state of North Carolina shall govern the validity,interpretation,construction and effect of these terms and conditions and any Order, without regard to principles of conflict or choice of law. Page 33 of 59 Page 2 of 3 Martin Account Name:RAGLE INC Account Number:783189 Page 34 of 59 Page 3 of 3 RAW Patil From: Brian Barron <b.barron@tfpcorp.com> Sent: Monday, October 7, 2019 4:40 PM To: Rahul Patil Subject: RE: City of Fort Worth Project Rahul, It looks like Ragle bought some 7/8 x 7" studs last time. We do make other 7/8" lengths that are for TxDOT as well. I will quote you a few different sizes. 7/8 x 5-3/16 Shear Connector= 1.01 each 7/8 x 6-3/16= " It = 1.14 each 7/8 x 7-3/16= " It = 1.39 each Thank you! Brian K. Barron Tru-Fit Products of Texas 3649 Conflans Rd. #109 Irving,TX. 75061 P 972-986-6368 F 972-986-6858 b.barron@tfpcorp.com From: Rahul Patil <rpatil@ragleinc.com> Sent: Monday, October 7, 2019 4:19 PM To: b.barron@tfpcorp.com Subject: RE: City of Fort Worth Project Brian, They have not specified the size of the stub but it is standard TxDOT stud. I make rough calculation and we need around 23000 EA. Rahul Patil Ragle Inc. Area Manager— DFW Area Cuff ice:817-285-6060 Cell:972-523-8485 Fax:817-472-9942 1 Page 35 of 59 From: Brian Barron <b.barron@tfpcorp.com> Sent: Friday, October 4, 2019 3:09 PM To: Rahul Patil <rpatil@ragleinc.com> Subject: RE: City of Fort Worth Project Rahul, I am not an engineer and can not make heads nor tails out of these drawing. Can you let me know what size and how many studs you need please? Thank you! Brian K. Barron Tru-Fit Products of Texas 3649 Conflans Rd. #109 Irving,TX. 75061 P 972-986-6368 F 972-986-6858 b.barron@tfpcorp.com From: Rahul Patil <rpatil@ragleinc.com> Sent: Friday, October 4, 2019 9:02 AM To: Brian Barron <b.barron@tfpcorp.com> Subject:City of Fort Worth Project Brian, We are bidding two jobs for City of Fort worth which has stud welding.The jobs are bid on the 10th of this month. I was wondering if you can give us a quote for Stud Welding for both these projects. Below is the link for the projects. ftp://ftp.ragleinc.com/TEXAS/ESTIMATING%20PROJECTS/E.%2OLong%2OAvenue/ ftp://ftp.ragleinc.com/TEXAS/ESTIMATING%20PROJECTS/Felix%2OStreet/ Let me know your thoughts. Thank You Rahul Patil Ragle Inc. Area Manager— DFW Area Cuff ice:817-285-6060 Cell:972-523-8485 Fax:817-472-9942 2 Page 36 of 59 From: Brian Barron <b.barron@tfpcorp.com> Sent:Wednesday, March 29, 2017 12:36 PM To: Rahul Patil <rpatil@ragleinc.com> Subject: RE: US 281 Bridge Studs Rahul, Here is your price and weight for the studs. We usually do not stock this many here, so if we could get about a week notice before needing them,that would be great. 7020 pcs. 7/8 x 6-3/16 = 1.13 each Wt. =8500 lbs. Thank you! Brian K. Barron Tru-Fit Products of Texas 3649 Conflans Rd. #109 Irving,Tx. 75061 972-986-6368 From: Rahul Patil [mailto:rpatil@ragleinc.com] Sent:Wednesday, March 29, 2017 9:57 AM To: b.barron@tfpcorp.com Subject: US 281 Bridge Studs Brain, The studs at 7/8" and we need 7020 of those.The average height of the studs is 6". Please let me know the weight of the studs too. Thank You Rahul Patil Operations Manager - Texas Division Ragle Inc. Office: 817-285-6060 Cell: 972-523-8485 Email: rpatil@ragleinc.com 3 Page 37 of 59 Erick Serrano From: Brian Barron <b.barron@tfpcorp.com> Sent: Tuesday, March 1, 2022 10:03 AM To: Erick Serrano Subject: RE: Fort Worth - East Long Avenue Hello Eric, Here are your updated prices. Let me know if you have any questions. 7/8 x 5-3/16 = 1.44 each 7/8 x 6-3/16 = 1.63 each 7/8 x 7-3/16 = 2.01 each Thank you, Brian K. Barron Tru-Fit Products of Texas 3649 Conflans Rd. #109 Irving,TX. 75061 P 972-986-6368 CP 469-358-8354 F 972-986-6858 b.barron@tfpcorp.com From: Erick Serrano<eserrano@ragleinc.com> Sent:Thursday, February 24, 2022 3:33 PM To: b.barron@tfpcorp.com Subject: Fort Worth - East Long Avenue Hello, Could you give me an updated pricing on these studs that were quoted over 2 years ago? Thanks, Erick Serrano Project Engineer If Mobile: (713)540-5014 Email: eserrano@ragleinc.com i Page 38 of 59 0 D � MAC ACCELERATED Steel Bridge Form 1880 D-MAC DRIVE 770-664-7120 ALPHARETTA, GA 30004 800-878-DMAC (3622) www.d-macindustries.com FAX: 770-664-5682 bfp@d-macindustries.com PROPOSAL NO.9TX128 Quote Date: 10/10n019 Letting Date: 10/10f2019 Project ID: City of Ft Worth Project Description: East Long Ave Bridge Structures: North and South Bridges Location: Fort Worth,TX Thank you for the opportunity to quote your steel stay-in-place form system for this project as follows_ Material: Material conforms to ASTM A653 with a coating class of G-165. Form Sheets&Accessories: Closed-end form sheets with gauge to match requirements per contract drawings. Exclusions: Structural steel, skew cutting,special field cutting or framing,rebar,rebar supports,paint,erection labor and additional concrete from use of form system,foam fillers, pour stop,shoring,shoring around drains,forming of overhang,and polymer coating. Materials not indicated in Inclusions. Tax is not included. nclusions: For main slab: bridge form pans,support angles,protection angle, tension straps and hold down clips for steel girders,closures,screws,and shop drawings. Materials quoted herein allow for a maximum haunch dimension of 4" 23,424 SF PMDF complete for North and South Bridges na $2.62/sf $ 61,374.88 Quote is valid until 10 business days after the date the project is awarded PROVIDED THAT the CRU galvanized price does not increase more than 5% before a firm purchase order is executed. If the quote is expired OR the CRU galvanized price increases more than 5%before a firm purchase order is executed,we reserve the right to review our quote. The current CRU galvanized price(published on 1012/2019)is$803 per short ton. Payment terms are Net 30. Escalations after a PO is executed: 1. Material prices will be held firm for delivery up to one year from quote date. 2. Add$3,069 to hold material prices firm for delivery up to two years from quote date. 3. Quote includes freight based on full truckload shipments and market shipping rates at time of quote. if market rate is higher at time of shipment, freight charge will be adjusted to higher market rate. Areas: The following areas were determined from a takeoff of the design drawings: Structure Net Area(SF) Gross Area(SF) North&South Bridge 23,4241 27,328 Note: Net Area represents the area between girder flanges over which stay-in-place forms occur. Gross Area is the total bridge length multiplied by the overall bridge width measured from centerline to centerline of exterior girders. Girder flange width is assumed for the quote. Actual as-built drawings with beam flange dimenstions and tension areas will be required prior to shop drawing completion. Detailed pi-ndf quantity on shop drawings will be invoiced at the unit price bid. 'hipment.: After receipt of purchase order and complete design information,standard lead time for shop drawings is 3-4 weeks. Lead time for delivery of materials is 1-2 weeks after receipt of approved shop drawings. Please inquire if shorter lead times are required. Respectfully submitted by: Dan Guinn Page 39 of 59 a01D _ M A C ACCELERATED Steel Bridge Form AMERICA'S PREFERRED SOURCE FOR STAY-IN-PLACE FORMS SINCE 1988 D-MAC Project Locations 2017-Present 4. • •1i ' .• +, •�_ • uwreo wares ti•• • • ••` • . . � . � � � .•�s .� �its PROPOSAL NO. Quote Date: 2/25/2022 Project Description: East Long Ave at BNSFRR Letting Date: 2/25/2022 Structures: North& South Bridges Project ID: Bridge Rehab Location: Fort Worth, TX Areas: The following areas were determined from a takeoff of the design drawings: Structure Net Area(SF) Gross Area(SF) North& South Br. 23,419 33,989 Inclusions&Exclusions: Per industry standards. Bridge form pans and accessories required to attach to girders that allow for a maximum haunch dimension of 5". Call for details regarding project-specific inclusions, exclusions, and freight conditions. Lead Times: Shop drawings and materials included in approved shop drawings will be delivered on the dates you require, which may be 5 business days or fewer. Lead Times for materials to address field conditions: Support angles and closures required to address unexpected haunch sizes due to beam camber or bearing elevation issues will ship within 24 hours. Deck sheets required to address field issues will ship in 5 business days or less. Price Hold Terms: Pricing below conforms to industry standard escalation terms. D-MAC offers multiple price hold options to meet your needs. Please contact D-MAC to discuss your project timeline and anticipated delivery schedule. Price for critical path stay-in-place forms FOB Fort Worth, TX: $ 129,975 23,419 NSF PMDF complete @ $5.55/NSF Cost savings from avoiding one day of Liquidated Damages $$$ Cost savings from avoiding one day of an idle deck install crew $ 2,000 Cost savings per day from installing 20% fewer deck sheets $ 400 Cost savings per hour of your time trying to find out where shop $ (100) drawings are, confirm delivery, address field conditions, etc. rb2 for extra materials due to field conditions shipped more than No Charge inesss days after your written request to D-MAC. Respectfully submitted by: DAN GUINN 817-925-7796 Page 40 of 59 FORTERRA Forterra Pipe & Precast Date March 11, 2022 Bid Date 03/11/2022 Quote No. PRJO185280 Plan Date Project City of Fort Worth E. Long Bridge Engineer UNKNOWN Repair Fort Worth, TX Tarrant County Contractor We are pleased to quote the following on the above project. Prices are committed only on this project and are subject to change 30 days from bid date, after which time a fuel surcharge may be added due to the volatility of fuel prices. Storm Structures Description Quantity Unit Price Ext Price 10'x3' FW Curb Inlet Stage One Only [3.5 Stage One 6 EA $3,948.00 $23,688.00 Only Depth]* With: Plastic Coated Steps Notes: Estimated Heaviest Piece: 8.19 tons Storm Quote Total $23,688.00 Notes General Notes: - Estimate: The pricing provided on this quote is an estimate only and should not be used to generate a purchase order as quantities may change once the project take-off has been completed. Please contact you Sales Representative for a copy of the Sales Order once plans have been received and a take-off has been done. - Material on Hand: All custom products are non-refundable and are subject to invoice and a storage fee 60 days after fabrication. - Returns: All returned non-defective stock items are subject to a 25% restocking fee in addition to any incurred return freight. Returned custom product will not be refunded and will be subject to a 25% disposal fee as well as any incurred return freight. Prior approval will be required on all returns. - Revisions: All orders include initial requisite engineering and drafting support based upon details provided by the customer. Any changes to the project after approved submittals are subject to additional engineering charges. - Freight Charges: All quotes are based upon full truckload quantities; deliveries less than 20 tons are subject to an additional freight charge of $250/load unless the delivery is the last load on the project. - Detention Time: Trucks delayed at the jobsite past 1 hour are subject to a $100/hr. charge. - Expedited Orders: All quotes are based upon standard market production availability. Expedited orders will be subject to additional rush order charges. Project Specific Notes: - Pipe Pricing: The above mentioned project is quoted assuming all pipe sizes and quantities shown are RCP. If alternate product is used in lieu of RCP for any of the sizes and quantities shown, the above pricing is no longer valid and you will need to contact your Sales Representative for revised pricing. Page 1 of 2 City of Fort Worth E. Long Bridge Repair Page 41 of 59 - Manhole Pricing: Manhole Pricing Does Not Include Castings, Linings, Coatings, Additives, Wraps, Steps, or Grade Ring Adjustments unless noted above. - SIMP Structures: All structures bid using the TxDOT SIMP design are priced with thin wall knockout bases. If hole specific structures are requested, please add $150 per structure. - Precast Structures: Precast structures require engineer approval before product can be manufactured/shipped to the jobsite. Project Pricing: The above mentioned project is quoted as a package. If all products lines on this quote are not purchased, the above pricing and/or discounts for these products may no longer be valid and you will need to contact your Sales Representative for revised pricing. Quote Total $23,688.00 Subject to State, County & Local Taxes. F.O.B.: Jobsite. Above prices based on truckload quantities. Net 30 TERMS AND CONDITIONS OF SALE Any sale of goods is subject to the Limited Warranty and Remedies set forth below and Forterra's other General terms and Conditions of Sale. Any contrary provision in any purchase order or other document of customer is rejected. Unless otherwise agreed upon, custom items will be billed in full 60 days after manufacture; these items will be discarded after 90 days at an additional 20% disposal fee. LIMITED WARRANTY AND REMEDIES Forterra warrants that, at the time of delivery, the goods sold will conform to the applicable specifications set forth in the Quotation, Acknowledgement of Order, or other sales document signed by Forterra. FORTERRA MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, AND ALL OTHER WARRANTIES, INCLUDING IMPLIED WARRANTIES OF MECHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, ARE DISCLAIMED. If the goods fail to conform, at time of delivery, to this limited warranty, Buyer's sole and exclusive remedy and Forterra's entire liability will be, at Forterra's election, (i) the repair or replacement by Forterra within a reasonable time of the non-conforming goods, f.o.b. Forterra's plant, or (ii) the refund of the price paid for the non-conforming goods, and in either case only if Forterra receives written notice of the defect or non-conformance within 30 days of the date of delivery of the non-conforming goods. FORTERRA WILL NOT BE LIABLE FOR SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES. Forterra's liability, whether under contract, in tort or otherwise shall not in any event exceed the price of the goods or portion of such goods on which such liability is based, and Buyer waives any claim for amounts in excess of that amount. Page 2 of 2 City of Fort Worth E. Long Bridge Repair Page 42 of 59 v'f Hiin OER DEMOLITION O WRBCMNG CORP. October 10,2019 To: Estimating Proposal Project: East Long Avenue Bridge Deck and Pavement Rehabilitation Hunter Demolition& Wrecking Corporation proposes the demolition and removal of bridge(s)and two mobilizations as per plans at the above referenced location as follows: 1 For the Total Sum of........................................$387,000.00 Excluded are: Removal of hazardous materials. asbestos survey,air monitoring, install temporary shoring,waterproofing,dust protection, backfill,disconnects,site work. patchwork. barricades, seeding. cutting and/or capping of utilities. (whether electrical, water,and/or gas), or piping,capping of fire protection, preparation for new work, notification fees, permits, or any related. misc. fees due to local. state. or federal institutions, sales tax, and anything not specifically mentioned above. • Any alteration or deviation from the discussed specifications involving extra costs,Will be executed only upon receipt of written orders,and become an extra charge over and above this proposal. • Price is good for tcn(10)days. • Payment is due at completion of project. • Removal of any commercial structure will require an asbestos survey and 10 day notification to the Texas Department of State Health Services. Hunter Demolition can assist with obtaining an asbestos survey and submitting notification if necessary. • Salvage rights belong to Hunter Demolition and have been considered in price. • This proposal is to become part of a mutually agreed upon contract. • Hunter Demolition Is not responsible for notification fees,permits or any related miscellaneous due to local,state or federal Institutions. *CERTIFIED SBE/WBE/DBE/HUB* P.O. Box 786 • Poteet,TX 78065 • Office: (210)227-5100 • Fax: (830)742-4903 Website:www.hunter-demolition.com • Certified SSE I WBE/DBE/HUB izil VAL Joeti�ourroN F11. °AssoctAstt Page 43 of 59 HU4N ER DEMOLITION S WRECKING CORP. February 21, 2022 To: Ragle Inc. Attn: Eric Phone: (979)661-6510 Email: txestimatinggragleinc.corn Proposal Project: City of Fort Worth E. Long Avenue Bridge Repair East Long Avenue Fort Worth, TX Hunter Demolition & Wrecking Corporation proposes to demolition and removal of bridge(s) and two mobilizations as per plans at the above mentioned location as follows: For the Total Sum of.....................................................S472,000.00 Please Note: Raised wages 25% labor cost Fuel 50% increase Motels are up 20% Will include Engineer for demo plan Excluded are: Removal of hazardous materials, asbestos survey, air monitoring, install temporary shoring, waterproofing, dust protection, backfill, disconnects, patchwork, barricades, seeding, cutting and/or capping of utilities, (whether electrical, water, and/or gas), or piping, capping of fire protection, preparation for new work, notification fees, permits, or any related, misc. fees due to local, state, or federal institutions, sales tax, and anything not specifically mentioned above. P.O. Box 786 • Poteet, TX 78065 • Office: (210) 227-5100 • Fax: (830) 742-4903 Website: www.hunter-demolition.com • Certified SBE/WBE / DBE 1 HUB NATIONAL ��DENDLIN10N ` Page 44 of 59 °ASSOCIATION BBB. • Any alteration or deviation from the discussed specifications involving extra costs,will be executed only upon receipt of written orders,and become an extra charge over and above this proposal. • Price is good for ten (10)days. • Removal of any commercial structure will require an asbestos survey and 10 day notification to the Texas Department of State Health Services. Hunter Demolition can assist with obtaining an asbestos survey and submitting notification if necessary. • Salvage rights belong to Hunter Demolition and have been considered in price. • This proposal is to become part of a mutually agreed upon contract. • Hunter Demolition is not responsible for notification fees, permits or any related miscellaneous due to local,state or federal institutions. *CERTIFIED SBE/WBEIDBEIHUB* Respectfully submitted, HUNTER DEMOLITION & WRECKING CORP. Marty P. Hunter Vice President The above price, and conditions are satisfactory and are accepted. You are hereby authorized to do work as specified. Payment will be made as outlined above. Printed Name Title Signature Date Page 45 of 59 FORTSON CONTRACTING, INC. 772 FFI 1126 RICE,TEXAS 75155 (Office)903-326-7942 EFIAIL:fortsoncontracting@gmaii.com SBE#3870 TXDOT VENDOR#6634 FEDERAL ID NO 75-2379833 to DATE: TO: RE: September 25,2019 PRIME CONTRACTOR SUBCONTRACT BID PROPOSAL FOR GUARDRAIL AND RELATED ITEMS ON THE FOLLOW LNG PROJECT: COUNTY: TARRANT-CITY OF FORT WORTH PROJECT NO.:CITV PROJECTU I 01384 CONTROL NO: HWY: EAST LONG AVENUE LETTING DATE: 10/3/2019 WORKING DAYS: ITEM No DESCRIPTION Qty UOM UNIT PRICE 61-340 6001 MTL\V-BEAM GD FEN(TIM POST) 650.00 LF 520.75 62-540 6006 MTL BEAM GD FENTRANS(THRIE BEAM) 4.00 EA $1,405.00 63-540 6016 DOWNSTREAM ANCHOR TERMINAL SECTION(DAT) 1.00 EA $1,000.00 64-542 6001 REMOVEMTL BEAM GD FENCE 1120.00 LF $4.00 65-544-6001 GUARDRAIL END TREATMENT(IHSTL) 3.00 EA 52,650.00 66.544 6003 GUARDRAIL END TREATMEFfT(REMOVE) 4.00 EA $275.00 TOTAL -OUR MODE OF OPERATIONS REQUIRE ENOUCiH CLEARANCE AREA TO PERFORM ALL ITEMS OF WORK WITH OUR SPECIAL *WE REQUIRE WORK AREAS FREE OF DAMAGING DEBRIS ,OTHER CONTRACTORS EQUIPMENT AND OTHER ITEMS OF CON! *PRICES DQ MOT INCLUDE MOW STRIP,GROUT OR BACK-FILL MATERIAL. *THIS QUOTE DOES HOT INCLUDE POT HOLING,IN THE EVENT OF UTILITY CONFLICTS. *PRICES DO NOT INCLUDE ANY SAW CUTTIHG OR REPAIRS OF PAVEMENT. *PRICES DO NOT INCLUDE THE HSS BRIDGE RAIL CONNECTIONS OR THE IYIODIFICATIONS TO THE EXISTING WING WALL A; WITH 7/8"ATTACHING HARDWARE TO THE HSS END SHOE. -PRICE FOR MTL BEAM GD FEN TRANS(THRIE BEAM)DOES NOT INCLUDE THE SUBSIDIARY TY II CONCRETE CURE -WE RESERVE THE RIGHT TO CHARGE A 51000.00 MOBILIZATION FEE.OF SCHEDULED BY PRIME AND IOB LOCATION HOT RI -PRICES QUOTED 00 NOT INCLUDE TRAFFIC COHTROL. -NO ADDENDA ACKNOWLEDGED USELESS OTHERWISE NOTED. •PRICE INCLUDES THE FOLLOWING INSURANCE COVERAGE FOR OUR OPERATIONS:COMMERCIAL AUTO $1,000.000 00 WORKERS COMP $1,000,000.00 EACH ACCIDENT/EACH EMPLOYEE EXCESS UMBRELLA $1,i -PRICE DOES NOT INCLUDE PARTICIPATION IN PRIME'S BOND PREMIUM. •PRICE DOES NOT INCLUDE PAYMENT OR PERFORMANCE BONDS. *WE APPRECIATE YOUR CONSIDERATION OF THIS PROPOSAL. VICKIE HOLMES ESTIMATOR Page 46 of 59 EXTENSION $13,487.50 55,620.00 $1,000,00 $4,480.00 $7,950.00 $1.100.00 333,637.50 12ED EQUIPMENT,TRUCKS REQUIRE 12'OF ACCESS AND WEIGH 50,000 LBS. STRUCTION. S SHOWN ON PAGES 60&61.PRICES ONLY INCLUDE STANDARD THRIE BEAM TRANS 3. EADY FOR OUR WORK UPON ARRIVAL. EACH ACCIDENT GENERAL LIABILITY $2,000,000 00 GEHERAL AGGREGATE 000,000 00 PER OCCURRENCE Page 47 of 59 F O RT S O N SBE#3 TXD VENDOR#6634 FEDERAL NO ID NO 75-2379833 CONTRACTING, INC. 772 FM 1126 RICE,TEXAS 75155 (Office)903-326-7942 EMAIL:fortsoncontracting@gmail.com DATE: February 16,2022 REVISED TO: RAGEL RE: SUBCONTRACT BID PROPOSAL FOR GUARDRAIL AND RELATED ITEMS ON THE FOLLOWING PROJECT: COUNTY: TARRANT-CITY OF FORT WORTH PROJECT NO.: CITY PROJECT#101384 CONTROL NO: HWY: EAST LONG AVENUE LETTING DATE: 10/3/2019 WORKING DAYS: ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENSION 61-540 6001 MTL W-BEAM GD FEN(TIM POST) 650.00 LF $22.00 $14,300.00 62-540 6006 MTL BEAM GD FEN TRANS(THRIE BEAM) 4.00 EA $1,750.00 $7,000.00 63-540 6016 DOWNSTREAM ANCHOR TERMINAL SECTION(DAT) 1.00 EA $1,000.00 $1,000.00 64-542 6001 REMOVE MTL BEAM GD FENCE 1120.00 LF $4.00 $4,480.00 65-544-6001 GUARDRAIL END TREATMENT(INSTL) 3.00 EA $2,800.00 $8,400.00 66-544 6003 GUARDRAIL END TREATMENT(REMOVE) 4.00 EA $275.00 $1,100.00 TOTAL $36,280.00 *MATERIAL PRICES INCLUDED IN OUR QUOTE ARE ALWAYS CURRENT THE DAY OF LETTING *FOR US TO WORK EFFICIENTLY OUR AREA NEEDS TO BE FREE OF DAMAGING DEBRIS,OTHER CONTRACTORS EQUIPMENT AND OTHER ITEMS OF CONSTRUCTION.OUR SPECIALIZED EQUIPMENT WEIGHS 50,000LBS AND REQUIRES IT OF ACCESS. *THIS QUOTE DOES NOT INCLUDE POT HOLING,IN THE EVENT OF UTILITY CONFLICTS. *PRICES DO NOT INCLUDE MOW STRIP,GROUT OR BACK-FILL MATERIAL. *PRICES DO NOT INCLUDE ANY SAW CUTTING OR REPAIRS OF PAVEMENT UNLESS DAMAGED BY FORTSON OPERATION *PRICES DO NOT INCLUDE THE HSS BRIDGE RAIL CONNECTIONS OR THE MODIFICATIONS TO THE EXISTING WING WALL AS SHOWN ON PAGES 60&61.PRICES ONLY INCLUDE STANDARD THRIE BEAM TRANS WITH 7/8"ATTACHING HARDWARE TO THE HSS END SHOE. *PRICE FOR MTL BEAM GD FEN TRANS(THRIE BEAM)DOES NOT INCLUDE THE SUBSIDIARY TY II CONCRETE CURB. *PRICE FOR REMOVE MT BM GD FEN TRANS(THRIE BEAM)DOES NOT INCLUDE THE REMOVAL OF CONCRETE CURB. *WE RESERVE THE RIGHT TO CHARGE A$1000.00 MOBILIZATION FEE,IF SCHEDULED BY PRIME AND JOB LOCATION NOT READY FOR OUR WORK UPON ARRIVAL. *PRICES QUOTED DO NOT INCLUDE TRAFFIC CONTROL. *NO ADDENDA ACKNOWLEDGED UNLESS OTHERWISE NOTED. *PRICE INCLUDES THE FOLLOWING INSURANCE COVERAGE FOR OUR OPERATIONS: COMMERCIAL AUTO $1,000,000.00 EACH ACCIDENT GENERAL LIABILITY $2,000,000.00 GENERAL AGGREGATE WORKERS COMP $1,000,000.00 EACH ACCIDENT/EACH EMPLOYEE EXCESS UMBRELLA $1,000,000.00 PER OCCURRENCE *PRICE DOES NOT INCLUDE PARTICIPATION IN PRRAE'S BOND PREMIUM. *PRICE DOES NOT INCLUDE PAYMENT OR PERFORMANCE BONDS. *PRICES ARE VALID FOR 30 DAY *WE APPRECIATE YOUR CONSIDERATION OF THIS PROPOSAL. RONDA HERRON Page 48 of 59 RAW Patil From: Matt Lam <republicstudwelding@gmail.com> Sent: Wednesday, April 29, 2020 8:48 PM To: Rahul Patil Subject: Re: Stud Welding Rahul, Good to hear from you. The following must be meet for my best pricing. 1.We must be able to walk freely... No harness or yoyos, So the Saftey lines must be up. 2.The Beams must be Marked, clean and grinded down to bare steel. 3.A way to get up to the bridge Via Ladder or manlifts must be provide by others. 4. Fire watch or flagging must be provide by others. 5.Any rebar or mesh needs to wait until we are done or moved before we start welding. If any of these 5 cannot be met please let me know so we can work something out. If all the above can be met, My prices are as follows.Also the prices are just to weld the stud only. 1. $ 1.35 per stud if you have more than 3000 per mobilization 2. If you do not have 3000 studs per mobilization then it will be my minimum per mobilization which is 2,900 dollars. Thanks,Matt 817-501-7421 On Wed, Apr 29, 2020 at 2:54 PM Rahul Patil <rpatil@ragleinc.com>wrote: Matt, We have the following job with City of Fort Worth which need Stud welding on the existing beam.The stud welding is been done in 2 phases and has around 24000 studs. Below is the link to the plans. Can you please provide a quote? Below is the link to the plans. ftp://ftp.ragleinc.com/TEXAS/ONGOING%20PROJECTS/E.%20Long%20Avenue/ 1 Page 49 of 59 Erick Serrano From: Matt Lam <republicstudwelding@gmail.com> Sent: Wednesday, February 16, 2022 1:36 PM To: Erick Serrano Subject: Re: Fort Worth - East Long Avenue Erik, Everything in the quote will stay the same except for the price of 1.35 per stud and the minimum per trip if you don't have 3000 studs. 1.The new price per stud is 1.45 if you have 3000 or more studs 2.The new minimum per trip if you don't have 3000 studs is 3,400 per mobilization. These prices are for the city of Fort Worth, and not anything to do with Tx Dot paperwork. If Tx Dot paperwork is involved please let me know ASAP because it will change the prices. Thanks,Matt On Wed, Feb 16, 2022 at 12:14 PM Erick Serrano <eserrano@raeleinc.com>wrote: Hello, Per our conversation, attached is the original quote for the stud welding that we were provided with. Should you want to contact the operations team, their email is: Nishant Gupta: neupta@raeleinc.com Sam Piland: spiland@raeleinc.com Thanks, Erick Serrano Project Engineer 1 Page 50 of 59 T-Bar Fence Inc. 6749 Bennet Lawson Road Mansfield, Texas 76063 877-352-4592 October 3,2019 TO; Bidding General Contractors ATTN: Estimating Department SUBJECT: Proposal for Fence Construction Last Long Avenue Bridge Deck and Paving Rehabilitation Ft. Worth,Texas Estimator: We appreciate the opportunity to provide you with this proposal for fence construction. We propose to provide all labor, materials,and insurance necessary to complete the following scope of work: Item# Description Qtv Unit Unit Price Line Total 67 8-ft CL Fence per CLF RO Details 50, If $1 12.00 563,616.00 Notes: I. Sales tax on incorporated materials is excluded. 2 Permits and permit fees are not included. We look forward to working with you on this project. If you have any questions or comments,please feel free to call. Respectfully Submitted, Gary Hinson,B.S.C.E. Commercial Division Cell: (817)829-7968 Email: ghinsonfa;tbarfencc.com Page 51 of 59 T-Bar Fence, Inc. 6749 Bennet Lawson Road Mansfield, Texas 76063 877-352-4592 February 22,2022 TO: Ragle,Inc. ATTN: Eric Serrano e serrano gragleinc.com SUBJECT: Proposal for Fence Construction East Long Avenue Bridge Deck and Paving Rehabilitation Ft.Worth,Texas Eric: We appreciate the opportunity to provide you with this proposal for fence construction. We propose to provide all labor, materials,and insurance necessary to complete the following scope of work: Item# Description Qty Unit Unit Price Line Total 67 8-ft Galvanized CL Fence per CLF-RO Details 568 if $126.00 $72,704.00 Notes: 1. Fence is quoted with ASTM A-500 Grade B steel pipe as specified. This pipe is rare,scarce,and expensive. Significant savings could be realized by using standard domestic Schedule 40 or SS40(60ksi)galvanized steel pipe. 2. Includes equipment/lift rental as necessary. 3. Sales tax on incorporated materials is excluded. 4. Permits and permit fees are not included. We look forward to working with you on this project. If you have any questions or comments,please feel free to call. Respectfully Submitted, Gary Hinson,B.S.C.E. Commercial Division Cell: (817)829-7968 Email: ghinson@tbarfence.com Page 52 of 59 Linear Traffic Markings LLC ® 9500 Ray White Rd Ste 200 UNBAR TFWJ=MC MARtKIN1138 Fort Worth, Texas 76244 Job Name: E. Long Ave Bridge Deck& Pvmt Rehab Estimator: Elena Romero Project#: Mobile: (817)701-6169 Bid Date: 10/03/2019 Location: City of Fort Worth Email: elena@lineartrafficmarkings.com We are pleased to submit these prices for your consideration Item Description Unit Quantity Unit Price Price 1 REFL PAV MRK TYI(Y)4"(SLD) LF 1056 $ 1.40 $1,478.40 2 REFL PAV MRK TYt(W)4"(BRK) LF 1420 $ 1.50 $2,130.00 3 REFL PAV MRK TYI(W)8"(SLD) LF 600 $ 1.80 $1,080.00 4 REFL PAV MRK TYI(W)24"(SLD) LF 180 $ 3.00 $540.00 5 RAISED PAV MRK TYI(C) EA 20 $ 7.00 $140.00 6 RAISED PAV MRK TYII(CR) EA 142 $ 4.50 $639.00 7 WK ZN TAB MRKR(W) LF 3440 $ 1.70 $5,848.00 8 WK ZN TAB MRKR(Y) LF 6632 $ 1.80 $11,937.60 9 ELIM EXISTNG PAV MRK(24") LF 35 $ 2.90 $101.50 10 ELIM RAISED PAV MRKR EA 956 $ 0.85 $812.60 Grand Total: $24,707.10 Included Move-Ins: Work Zone Markings:(3 EA) Additional Move-Ins:$1,500 Permanent Markings:(1 EA) Additional Move-Ins:$1,500 If accepted the fallowing conditions must be incorporated in the contract- *No prior cleaning or sweeping of commercia;debris *Minimum 1 week notice required for move in *Payment due in 30 days *Quote is good for this item only *Additional quantities will be subject to additional cost Linear Traffic Markings,LLC.does not indemnify General Contractor or Project Owners for accidents, injury or death caused by General Contractor or Project Owners active or passive negligence. This proposal may be w thdrawn if not accepted within 30 days. Signature Printed Name Company Name 0 Page 53 of 59 Linear Traffic Markings LLC Quote 1937 Golden Heights Rd #208 Fort Worth, TX 76177 US LINEAR TRAFRC MARKIN09., (817) 945-2470 estimating@lineartrafficmarkings.com www.lineartrafficmarkings.com ADDRESS SHIP TO City of Fort Worth East Long Avenue Bridge Deck DA 1777 02/17/2022 ITEM NO DESCRIPTION T QTY RATE AMOUNT Services 21. 4" SLD Pvmt Marking HAS (Y) LF 1,056 1.60 1,689.60 Services 22. 4" BRK Pvmt Marking HAS (W) LF 1,420 1.70 2,414.00 Services 23. 8" SLD Pvmt Marking HAS (W) LF 600 1.90 1,140.00 Services 24. 24" SLD Pvmt Marking HAE (W) LF 180 5.75 1,035.00 Services 25. REFL Raised Marker TY I-C EA 20 7.00 140.00 Services 26.REFL Raised Marker TY 11-C-R EA 142 6.00 852.00 Services 29.Remove 24" Pvmt Marking LF 35 3.00 105.00 Services 30.Remove Raised Marker EA 956 0.85 812.60 Services WK ZN TAB MRKR W EA 3,440 1.80 6,192.00 Services WK ZN TAB MRKR Y EA 6,632 1.90 12,600.80 Included MOB Permanent Markings(1 EA) SUBTOTAL 26,981.00 Additional MOB$1,500(EA) TAX 0.00 If any additional mobs are needed due to a lack of preparedness(ie.entire TOTAL $K981 .00 project is incomplete and/or unable to be striped on one trip),obstruction or any other impediments beyond our control an additional mob will be added each subsequent trip. The below conditions apply if contract accepted: "Quote is good for the item and quantity listed only,additional requests will require a change order "No prior cleaning or sweeping of commercial debris "Markings priced as extruded thermoplastic no prefab or contrast. "Elimination by flail milling only,no water blasting "Minimum 2 weeks'notice required for move-in "Surface prep or pavement sealer not included "Bonding fees not included "Sales Tax not included "Payment due in 30 days "Estimate valid for 10 days REMITTANCE ADDRESS : PO BOX 339 FRISCO, TX 75034 Page 14 of 59 6305 5.IH 45,P.O.I30X 40,WILMER, f EXAS 75172 9721441-8208 FAX-9721441-5394 t BID QUOTATION PROJECT: DATE:10-10-19 EAST LONG AVENUE BRIDGE DECK&PAVEMENT REHAB VALID 45 DAY; LOCATION: FT WORTH,TEXAS TOTAL $130,277.55 Ilem Description Quan, 1 Unil Price Per 'Extended Price 6 2"CONDUIT PVC SCH 40(T) 1 2,367.00 I $7.80 1 LF $18,462.60 34 NO 8 INSULATED ELECTRIC CONDUCTOR 1 6,774,00 ( $1 30 I LF $7,606.20 35 NO 8 BARE GROUND I 2.887.00 1 $1.25 I LF $3,608 75 36 GROUND BOX TYPE B w1APRON I 8.00 I $875.00 I EA $7,000.00 37 RDWY ILLUM ASSEMBLY TY 8,11.D-25&D30 1 Sao I $4.270.00 I EA $34.160.00 37A RDWY ILLUM ASSEMBLY TY S.11.D-26&040 I 7.00 I $4.270.00 I EA $29,890,00 38 RDWY ILLUM FOUNDATION TY 1.2.&4 1 7.00 I $1.750 00 I EA $12,250.00 39 SALVAGE STREET LIGHT POLE ( 15.00 I $950.00 I EA $14,250.00 GROUNDING OF FENCE PER PLAN SHEET 107 I 1.00 I $3.150 00 I LS $3.150.00 MELS ELECTRIC PREQUALIFICATION EXPIRES 6/18/2021 • 1 1 1 LIGHT POLES 18-20 WEEK LEAD TIME— ONCE SUBMITTAL IS APPROVED AND ORDER IS RELEASED I I I Addendum:1,2 I I I NOTES:Bid quotation does NOT Include: I I I engineering,temp.power,tax,pavement markings,utility co charges,traffic control or equipment I I I irrigation controller or xfmr's,any landscape lighting, incoming primary electric service or install of,conduit or wiring,any sleeves I l any demo of foundations,or existing electrical components I I any decorative stone bases,ornamental light poles or fixtures,painting of any light poles, pole mid receptacles,transformers,security cameras,or wiring any of those 1 I any disconnect switches for signs,any ground mounted city signs I E any railroad permits,flagmen,or insurance I 1 I I 1 MATERIALS $77,221_ LABOR.OVERHEAD,PROFIT.ETC $53,05 TOTAL BID PRICE $130,277 65 0 Page 55 of 59 4239 MELS ELECTRIC L.P. 6305 S.IH 45,P.O.BOX 40,WILMER,TEXAS 75172 9721441-6208 FAX-9 7 21441-6 3 9 4 BID QUOTATION PROJECT: DATE:3-1-22 EAST LONG AVENUE BRIDGE DECK&PAVEMENT REHAB VALID 30 DAY; Revised LOCATION: FT WORTH,TEXAS TOTAL $160,047,45 Item Description Quan. Unit Price Per *Extended Price* 6 2"CONDUIT PVC SCH 40(T) I 2,367.00 I $14.50 I LF ` $34.321.50 34 NO 8 INSULATED ELECTRIC CONDUCTOR I 5,774.00 I $1.60 I LF - $9,238.40 35 NO 8 BARE GROUND I 2,887.00 I $1.50 I LF " $4,330.50 36 GROUND BOX TYPE B w/APRON I 8.00 I $1,125.00 I EA - $9.000,00 37 RDWY ILLUM ASSEMBLY TY 8, 11.D-25&D30 I 8.00 I $4,685.50 I EA - $37,484,00 37A RDWY ILLUM ASSEMBLY TY 8, 11.D-25&D40 J 7.00 I $4,585.50 I EA - $32,098.50 38 RDWY ILLUM FOUNDATION TY 1,2,&4 I 7.00 I $1,885,65 I EA - $13,199.55 39 SALVAGE STREET LIGHT POLE I 15.00 ) $1,100.00 ) EA - $16,500.00 GROUNDING OF FENCE PER PLAN SHEET 107 I 1.00 I $3.875.00 J LS - $3,875.00 * MELS ELECTRIC PREQUALIFICATION EXPIRES 511112023 ***LIGHT POLES 20-22 WEEK LEAD TIME ***ONCE SUBMITTAL IS APPROVED AND ORDER IS RELEASED Addendum: 1,2 NOTES:Bid quotation does NOT include: ) I engineering,temp.power,tax,pavement markings,utility co charges,traffic control or equipment irrigation controller or xfmr's,any landscape lighting, incoming primary electric service or install of,conduit or wiring,any sleeves any demo of foundations,or existing electrical components any decorative stone bases,ornamental light poles or fixtures,painting of any light poles, pole mtd receptacles,transformers,security cameras,or wiring any of these any disconnect switches for signs,any ground mounted city signs I I any railroad permits,flagmen,or insurance MATERIALS $89,591.44 LABOR,OVERHEAD,PROFIT,ETC $70,456.01 TOTAL BID PRICE $160,047.45 Page 56 of 59 D/M/WBE HFDB26659Y1119 and Small Business Enterprise GREEN SCAPI NG JJL Grass Establishment Erosion Control Wetland Development Mitigation Bioteohnioal Embankment PROJECT: Ft Worth-#101384; E Long Bridge Deck&Pavement Rehab BID OF: C. Green Scaping, L.P. 2401 Handley Ederville Rd. Ft.Worth,TX 76118 Item Description Unit Quantity Price Total 32 Block Sod (Bermuda) SY 3,682 $4.28 $15,758.96 **Option Watering for 30 Days after Planting SY 3,682 $0.74 $2,724.68 Total $18,483.64 31 **Option**Topsoil CY 614 $51.00 $31,314.00 2 Mobes included, additional mobes are$400 each Landscaping Exclusions: 1. Sales Tax is not included. 2.Watering is not included. 3. General Contractor to provide a water source at job site free of charge to Green Scaping. (Including the cost of pumps,taps, meters or any other expense of obtaining water at job site.) 4.Topsoil,topsoil placement, root, rock or debris pickup is Not Included 5. General Contractor is to provide all traffic control, including all labor and devices. 6.This proposal may be withdrawn by us if not accepted within thirty(30) days. 7.This bid is intended to be a package and cannot be broken out without Green Scaping approval. 8. Mowing,trimming and maintenance by others 9. Badging/safety classes if required paid for by Others. Cody Johnson Revised 03/10/2022 9/26/2019 Page 57 of 59 hFAGLE Euless BOX 1130 Euless TX 76035 INC. BUILDING HIGHWAYS AND BRIDGES Phone:817-285-6060 FOR AMERICA - Fax:817-472-9942 "Building Blonds and Bridges for America„ Purchase Order No. 2019-044-008P Ragle Construction Inc. Site Barricades PO BOX 1130 4841 Freeman Dr. Bedford TX 76039 Fort Worth,TX 76140 Contact:Texas Office Contact:James Smith - Phone:817-285-6060 Phone:817-885-7483 Fax:817-472-9942 Fax. Contractual Information: Contract Number: Ragle Inc.Job Number:2019-044 Contract Description: Project Manager: Ammar Elhamad East Long Ave Bridge Deck Email:aelhamad@ragleinc.com City of Fort Worth _ _ Project:NO.P100319A Owner:City of Fort Worth Ragle Field office Phone:817-285.6060 Description Quantity Unit Price Total Price 36"RWA 12 $72.00 $864.00 36"RLC 6 $72.00 $432.00 36"ERW 10 $36.00 $360.00 36"Right Arrow 2 $72.00 $144.00 36"Curve Right 2 $72.00 $144.00 36"Two Way Arrows _ 2 $72.00 $144.00 18"x18"20 MPH 2 $20.00 $40.00 48"x30"Road Closed 3 $80.00 $240.00 30"x24"Detour 9 $40.00 $360.00 24"x1 B"End Detour 2 $24.00 $48.00 48"x18"Detour Right 1 $48,00 $48.00_ 30"x30"Special Sign(3311 St Sign Detour) 1 $%00 $50.00 Sign Plaque,Left 6 $20.00 $120.00 Sign Plaque,Arrow 9 $20.00 $180.00 5'Single 46 $64.97 $2,988.62 Sandbags 200 $3.50 $700.00 Sign Total $7,365.04 Mobilization(Initial Setup) 1 $1,495.00 $1,995.00 Total Price $9,360.04 Page 58 of 59 SALE QUOTE DATE:3/1/2022 TO: Ragle ESTIMATOR:James Smith PHONE:817-885-7483 EMAIL:james@sitebarricades.com S IT E BARR I CADE S TRAFFIC CONTROL SOLUTIONS. ITEM CQTY COST TOTAL 36" RWA 12 $ 78.75 $ 945.00 36" RLC 6 $ 78.75 $ 472.50 36" ERW 10 $ 78.75 $ 787.50 36" Right Arrow 2 $ 78.75 $ 157.50 36"Curve Right 2 $ 78.75 $ 157.50 36"Two Way Arrows 2 $ 78.75 $ 157.50 18"x18"20 MPH 2 $ 20.00 $ 40.00 48"x30" Road Closed 3 $ 87.50 $ 262.50 30"x24" Detour 9 $ 43.75 $ 393.75 24"x18" End Detour 2 $ 26.25 $ 52.50 48"x18" Detour Right 1 $ 52.50 $ 52.50 30"x30"Special Sign(33rd St sign Detour 1 $ 54.75 $ 54.75 Sign Plaque,Left 6 $ 20.00 $ 120.00 Sign Plaque,Arrow 9 $ 20.00 $ 180.00 5'Single 46 $ 84.50 $ 3,887.00 Sandbags 200 $ 3.50 $ 700.00 Type III 13 $ 205.50 $ 2,671.50 Mobilization 1 $ 1,795.00 $ 1,795.00 SUBTOTAL $ 12,887.00 TAX $ 1,063.18 TOTAL $ 13,950.18 de to correctly count the signs needed for this project. Please peform a take off to verif PAYMENT TERMS:NET 30 DAYS This proposal shall remain valid for a period of 90 days from the date above. This bid price includes all signs and barricades for the project listed above as indicated in the plans. If no traffic control plans are provided prior to bidding the project,all reasonable efforts will be made to estimate the scope of work and quantity requirements,but are subject to change upon requirements of the governing entity/owner of the project. As well,any alterations or deviations by the engineer from the plans and specifications will be executed upon written change order,and will be charged over and above the proposal. Any Discrepancy between the Site Barricades Quote,this document,and the contract documents,this Quote will supercede and prevail. This quote will become an attachment to any contract issued. Acceptance of proposal-The above pricing,specifications,and conditions are satisfactory and are hereby accepted. Lessor is authorized to do the work as specified. Payment will be made as outlined above. Acceptance of this proposal is expressly limited to the terms herein. lures YP/tk 3/1/2022 9:28 James Smith/Estimator Date Accepted by Authorized Representative Date THANK YOU FOR YOUR BUSINESS Page 59 of 59 101384-CNCO-E. Long Ave Bridge Deck Replacement and Pavement Rehabilitation Final Audit Report 2022-06-28 Created: 2022-06-17 By: Andrea Munoz(Andrea.Munoz@fortworthtexas.gov) Status: Canceled/Declined Transaction ID: CBJCHBCAABAAZkFIWASZBDYAk3CIF3-JgNglEbwZBLL9 "101384-CNCO-E. Long Ave Bridge Deck Replacement and Pav ement Rehabilitation" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2022-06-17-7:46:21 PM GMT-IP address:209.194.29.100 Document emailed to Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) for filling 2022-06-17-7:49:05 PM GMT Email viewed by Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) 2022-06-17-7:51:03 PM GMT-IP address:209.194.29.100 Form filled by Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) Form filling Date:2022-06-17-9:33:30 PM GMT-Time Source:server-IP address:209.194.29.100 Document emailed to Nishant Gupta (ngupta@ragleinc.com) for signature 2022-06-17-9:33:38 PM GMT Email viewed by Nishant Gupta (ngupta@ragleinc.com) 2022-06-20-4:03:16 PM GMT-IP address: 172.58.69.171 Document e-signed by Nishant Gupta (ngupta@ragleinc.com) Signature Date:2022-06-21 -1:16:47 PM GMT-Time Source:server-IP address: 172.58.176.43 Document emailed to Tariqul.Islam@fortworthtexas.gov for signature 2022-06-21 -1:16:50 PM GMT Email viewed by Tariqul.Islam@fortworthtexas.gov 2022-06-21 -2:02:11 PM GMT-IP address: 107.211.9.66 Document e-signed by Tariqul Islam (Tariqul.Islam@fortworthtexas.gov) Signature Date:2022-06-21 -2:02:53 PM GMT-Time Source:server-IP address: 107.211.9.66 FoR OR I H•a 4=R ED ev Adobe Sign Document emailed to omar.elbagalati@fortworthtexas.gov for signature 2022-06-21 -2:02:57 PM GMT Email viewed by omar.elbagalati@fortworthtexas.gov 2022-06-21 -2:06:58 PM GMT-IP address:75.22.188.146 Document e-signed by Omar Elbagalati (omar.elbagalati@fortworthtexas.gov) Signature Date:2022-06-21 -2:07:35 PM GMT-Time Source:server-IP address:75.22.188.146 Document emailed to Lane.Zarate@fortworthtexas.gov for signature 2022-06-21 -2:07:38 PM GMT Email viewed by Lane.Zarate@fortworthtexas.gov 2022-06-21 -2:43:26 PM GMT-IP address:209.194.29.100 tJa Document e-signed by Lane Zarate (Lane.Zarate@fortworthtexas.gov) Signature Date:2022-06-21 -2:44:34 PM GMT-Time Source:server-IP address:209.194.29.100 Document emailed to Lauren.Prieur@fortworthtexas.gov for signature 2022-06-21 -2:44:38 PM GMT Email viewed by Lauren.Prieur@fortworthtexas.gov 2022-06-21 -3:10:49 PM GMT-IP address: 108.209.194.42 Email viewed by Lauren.Prieur@fortworthtexas.gov 2022-06-22-3:16:50 PM GMT-IP address: 108.209.194.42 zG Document e-signed by Lauren Prieur(Lauren.Prieur@fortworthtexas.gov) Signature Date:2022-06-22-8:28:39 PM GMT-Time Source:server-IP address: 108.209.194.42 20 Document emailed to William.Johnson@fortworthtexas.gov for signature 2022-06-22-8:28:42 PM GMT Email viewed by William.Johnson@fortworthtexas.gov 2022-06-23-4:24:30 PM GMT-IP address:47.4.4.47 Document e-signed by Wj (William.Johnson@fortworthtexas.gov) Signature Date:2022-06-23-4:25:01 PM GMT-Time Source:server-IP address:47.4.4.47 Document emailed to Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) for approval 2022-06-23-4:25:05 PM GMT Email viewed by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) 2022-06-23-4:26:31 PM GMT-IP address: 174.211.178.15 ,rJa Document approved by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) Approval Date:2022-06-23-4:27:39 PM GMT-Time Source:server-IP address: 174.211.178.15 FoR OR I H•a 4=R Eo ev Adobe Sign 124 Document emailed to Douglas.Black@fortworthtexas.gov for signature 2022-06-23-4:27:42 PM GMT Email viewed by Douglas.Black@fortworthtexas.gov 2022-06-24-9:17:45 PM GMT-IP address:209.194.29.100 Document e-signed by DBlack(Douglas.Black@fortworthtexas.gov) Signature Date:2022-06-24-9:18:45 PM GMT-Time Source:server-IP address:209.194.29.100 Document emailed to Dana Burghdoff(Dana.Burghdoff@fortworthtexas.gov) for signature 2022-06-24-9:18:48 PM GMT Email viewed by Dana Burghdoff(Dana.Burghdoff@fortworthtexas.gov) 2022-06-27-5:28:11 PM GMT-IP address:209.194.29.100 tJa Document e-signed by Dana Burghdoff(Dana.Burghdoff@fortworthtexas.gov) Signature Date:2022-06-27-5:28:31 PM GMT-Time Source:server-IP address:209.194.29.100 Document emailed to Allison Tidwell (allison.tidwell@fortworthtexas.gov) for approval 2022-06-27-5:28:35 PM GMT Email viewed by Allison Tidwell (allison.tidwell@fortworthtexas.gov) 2022-06-28-3:49:43 PM GMT-IP address:209.194.29.100 Document declined by Allison Tidwell (allison.tidwell@fortworthtexas.gov) Decline reason:Assistant City Manager needs to sign this.The block for signature says it is for ACM. 2022-06-28-3:50:43 PM GMT-IP address:209.194.29.100 FoR OR I H•a 4=R Eo ev Adobe Sign