Loading...
HomeMy WebLinkAboutContract 43796-CO1 Cff Y by i a rra 146- (Rev" 9/10) CONSTRUCTION CONTRACT CHANGE ORDER NUMBER� Page 1 o 1 W 1,CONTRACTOR: The Fain Group CCSJ 09,02-48-826 2.Change Order Work Limits.Sta. 13+36-00 to Sta. 25+97.00 Berry/Riverside UV 3 Type of Change(on federal-aid non-exempt projects): Minoir (Major/Minor) Highway: Cite Street 4,Describe the change and the reason for the change order. When necessary,include County-, Tarrant e cepitions to this agreement. Fort Worth 1.Addition of asphalt 2.Storms drain inlet roltection. District: .Time extension, Contract Number-. Oil 833/43,796 For full explanations of the above changes,refer to the attached Change Order I Descriptions, 5.New or revised plan sheet(s)are attached and numbered: N/A Each signatory hereby warrants that each has the authority to execute this Change Order. By signing this change order,the contractor agrees to waive any and all The following information must be provided claims for additional compensation dare to any and all rather expenses; additional changes for time,overheard and profit;or loss of compensation Time Ext.�: 1 Days added on this�. ,;' as result of this change.Further,tae contractor agrees that this agreement is made in accordance with Otero 4 and the Contract.Exceptions should be � noted in the response for#5 abo e. rot.added by this change order: $'6,' . For TOOT use only: THE CONT C late en Days participating- -T-1 By Amount participating: : r t Cara Frazier Type Signature late Typed/Printed Title President Name/Title RECD ENDED F' R EXE CUT], ,, 4u 643 4 C 5 114 3 m6d t 61 [date a dt le Date [ ROV'Ea r E]REQUEST EST APPROVAL -r�'Icqffez 'V 3 1 "" acne it e IL Date a _ � I ate. PP Eli REQUEST APPROVAL vr F P .APPRVED �R VEST P ROVA Date ML 101 e/Tit e D arise it r OAOV PPREI l Engineer's Seal. � o000100* Pi"i r.ROACH F.. nuom M C> CD ro 0 C M? (7� C;0 I fir- �' (=; C� , 7M I C> 4 ch o C) i w co LAJ w N C) CIS co z cr Lu 0 0 C J' U ui I CC LU CL %A t w ui Ch CK z P I I at C) o W p Ln C? m 0 Jhe z v 0 wwwwwwwwN• wwww w LL u- r iz I (U w LL Cc M 0 Z U z 0 01 LU, I cc (vi 0 F- L v " T— Co vw LL. .. C) N to 0 Cal N r o (7� U UJ w i , C) 0 00 LU 0 LU 4 i I I cl I I I C;„ Lul ui i .J 1aP1 , C� Xi LU +W uj cr. z CF CL 40 low wry` i m .0 z J9 0 .w. , z t1 �. b I J 0 1— ca 0t� , 0 CL n cc co F-� i LL 8 ca jaw m. Berry Riverside Urban Village, 605i9 GR76-0064568730 ......IN Cionstructioni of Pedestrian Streetscape improverrients in the Berry Riversiide Urban Village on East Berry from a Street eastward to Sycamore Creek Bridge(Council District 8) Fa,in Group 3/2/2013 Paul Roach ......... Adilda Cazorla Jay P. Lozes Contract Time $492,080.46 $49211080.467 $492,080.46 unt of Proposed_Chanige Order aw 1 9-- 9.�63 N ooms=NONE= $498"1990.09 $49,208-05 $491208.051 $4911208.05 Will. I I M ®R A, w w 16 'Will I I ....... .................... Ow,00 iffl:1"4,11111 TO Mu.:MEM no WOOO I! low" 011 N Fain Grq�,ipl K NO rM M,' 10 W."am " III w, '4wl 1411 r., 'Now -.,�,�mu, ,,� �,„,?'e:Ww o�m„��a!� � � .I, w '.., kv WL ARM, "Jig A ..............- Date Approved 6, 1 A I J tqtol L. IL LIM cu CY) II li (D CD U) E Li (D U) NI 0; Ol ca a) CID m w M Uji 0 7C), CID 70, < > co 14.0 :3 0 (D M a- -C- Q) to > CL E JOW1 01 1 I II AM t 0 01 co "Now 01 I LL txo C: CIL a now a I M CL 0 Cal 106 -V- W C) co (D CD 0 E C.0 CL m 0 C= 0 0 CL ts- cr, L) 7C) CO 0 C)i 0 col to 01 (D LL CL 0 0 Li Li L—i C: 0) co, co %- 0 W 0- IOL (D 0' CL ICO co I j_ C ""' 6 C 6 CD 69� 6113. 69 1 Li tLo C , O 0. twi, c fQ 0 cy) (D C> .......... C) L i- U) CK3 co Li 0 0 M E cu cn I cu C> I ui N co ........... M 0 > C- 2 CU 0 0) (D C= (Ul CL V) ( ► LU 0 LM mw No LLI a 00 (I)i 4. 0 E U) as 0 to 0: E • -C 0) u to a> CO co W cy') 00 C/) (D 0 U5 E :D ;% M C> 0 C_- 0 i > cr- CU a U) LO C) Q CU co (D 0 a) a- J L---J a) 4t co o a) ML z 0 • C) CL as F% mmbE Breakdown,for this Change Order Al ......... ......... A ev',�A Its rr 2", iw 77 �Y-I Total I Previous Change Orders ............ Total ........ too' 2, 1 Berry Riverside U rban Village - 09�O�2 48 8�26 — Chad g,eOra�er 1 ha n cie Descriptions 1. 340 2122 D-GR HMA(ME TN)TY-D PG70-22 - When, gutters and driveways are removed and replaced, the City of Fort Worth requires the removals over cut 9-inches further out into asphalt streets than will be filled with the replacement gutters and driveways., 'This,9-inch space is used to place forms to cast the new gutters and driveways and have room to remove the forms. Asphalt is used to fill the 9-inch space called a transition between the new concrete and existing asphalt street. The City pays the contractor for thiis, 9-inch transition. The curbs/gutters and driveways are expected to be poured adjacent to the asphalt pavement by Tx DOT specifications. The unit price for the asphalt is the same as the bid price for the current Near East Side Urban Village project (CSJ 09102 48 825) being constructed by the same contractor. The unit price for the asphalt is $1913.69/toin as compared to the Statewide Construction Average of$85.,101. This difference is due to the small change order quantity (27 tons) as compared to the average Statewide quantity of 15016 tons. The quantity of 27 tons was determined by equating the ratio of curb length to asphalt quantity I used in the Near East Side project where 19 tons of asphalt was set aside for 1,620 feet of curb and gutter., 2,233, feet of curb and gutter for Berry Riverside would require about 26.2,tons,. For the effect on time of the,contract caused by this addition work, see Item 3. 2,. 506 2041:TEMP SDMT'CONT FENCE (INLET) & 1122 20!47 BIOGRD EROSN CONT LOGS (8" CIA) INSTAL-The City of Fort Worth inspection staff recommended that fabric barrier and filter log inliet protection be added to implement City storm water pollution prevention standards associated with sediment runoff from the site into the City's storm drain system. In this case,,, because of the way the silt fences, have to be placed, the surrounding private, property is protected from sediment runoff, but the runoff over and out of the concrete removal areas (driveways, sidewalks and curb/gutters,) would have run unimpeded into the storm drain inlets without some type of'protection The unit prices for the fabric barrier and filter logs ($5.50/LF and $51.00 LF respectively are comparable to the Statewide Construction Average Low Bid Unit Prices of$5.68/L,F and, $14.,1,61/L,F., No time i I s added by this item. 3. 'TIME EXTENSION, —A time extension of 50 days is recommended. The time extension is based on five different factors described below with its effect to progress along the critical path:, a. Art pole anchor bolts—A delay, in delivery of these,anchor bolts in turn delayed the casting of the seven pole,foundations, under the SW and 1 E corner hardscapes. Besides, delaying the construction of the h,ardscape areas other activities in adjacent sites such as irrigation piping, grading and curb ramps were also affected adding ten caillendar days. b. Asphalt transition,—Thi's added nine inch transition construction which is described above could, not be programmed into,the baseline schedule and impacted the overall schedule by 11 calendar days. c. Crosswalk regrading - During construction it was determined that if the new crosswalks were constructed to existing grades, accessibility standards would not be met. The time to survey, assess the alternatives and the demolition and subsequent reconstruction of the curb on the northeast corner added eight calendar days. do Irrigation tap— Due to the City's construction manager's unfamiliarity with arranging irrigation taps, with the City of Fort,Worth, insufficient time was allow ed for securing the information required for the contractor to have the water meter placed. This in turn will delay the irrigation testing and landscaping work. This will add seven calendar days, e. Pedestrian lights—The delivery of the City furnished lighting equipment is taking a longer than anticipated time, keeping, the contractor from timely installation and wiring. This will add 1,4 calendar days. (TYPE 11 OR 111) GAL JON „ 334 2074 HMC:L ACP TY-D SAC-B AC. ,6 TON isiil 06 334 2078 NICE L ACP TY-0 334 20'86 HMCL "., D AES-CAA TOE _ � 3134 1 1� � � ,. 1 340 204 ., .. yiy qty y��,{ TON ... +./� +py yTON A l R H M,I )�8 G � X032 „.. ..... M, AC-B, � C 78 A5 203 � G ) .,PG64-22 .,.,,,..... mb " � �", TON 340 2103 �'�T -D SAC- TON , ��T T`- 4561 ;Y�i 340 2104 C-G H M ME"T T Y4. 340 -GR HMA'ME T ­0 SAG-C PG64-22 TON c 340 2106 -GR H A(w ET H)TY-D PG64-22 TON f,320"34173,i 0616 81 11w� G .,9 -,� ( ,E .,n),� 3 2�' ,.w M �H MA MEN"H'TY-D P a w 6. ' �" O 340 2135 �O-GR..,.,w,.,�.(. � , 9 ...1 -� TON R H MET 340 2138 2 ' mmbbk HMA(WtHi -06,76-28 TOE . Oil 1' a w. 340 2175 D CSR MA 'ETH)T� S ,C-A W �4«2 'TON 14&TY-F SAC­ - 'T w 's TONr. 40 2234 0'-G'R HMA(M T f r 340 2239 G 340 2243 D-GR HIMA(METH)TYC PG70 22(LEVEL-UP) 1,04 2244 t R�-IMA(M TI­J)TY-C PCB (LEVEL Up) b 5 ' `� 4C 2245 D-GR �(METE')T`Y-C OR D PG64- 2 LVL-' P � 3 a TY " fi '1 L- , � � c .�.�SAS - � D G METH) Y.- _. �r - ON 4 2065 ��w - C 1 P+wph 201701561 „G-76 MIX SAC-A 47�86�jo 1o. ` PFD AGGREGATE - MIX SAC- T° "' ,� �� 3'4 Z „� ' _ ._)( �� ATE ;.. ��4 __ 342 2'009 PFC MIX) 3442011 PRF-DSC '-MX S •8 P664-22 2 104,760,35t 71549' P 54477i` Z ��p Yy ., y,„., +� yy Mµ^,,w4»»fff^�pY,el My yWfRn ON �"T Y M ��� � '+W 'M✓x«.lf` Y, 1^Y✓""..lr Fi, M 34,4 2 � r N� —I '��W"".�/ SP.0�dMW'k,W'�CM P076-22 � ry j44�1 � C, P tar , 1 �+ 2 34,441 PkF-'DSGN, -NIX P-0 P070-22 I 31 9 -�6C 0676-22 ' F SAC-A PG70­22 TON 17 74 . I 2 782 �, 1 "I' 1C1�� �r t TN' 1 26016 CJ 14 SA ” ST C ''� W � t1 -ASP SSA-D - PG76 2 1 6 f S `F SAG >" 346 '...., �. 346 X641 �STONE-`k � N a r'S .�;:RX TON FLEXIBLE PAVEMENT STRUCTORE REPAID(,5-) S 37373691 y , S. ... .., ;... ,,. .. a ' a 9I i E ma � p„ 1102 qq py 1a `, L�� V f tR +T O RE pyR' f ,.... r. 1 ( R�' i � 'ON T,IN IL �} �` _ ��,_, 506 2020 w .. � � IAN�"°'� � .. .r "� X68 1 ... � � 506' b� F RT 1"w RF (I I 1 SE DM 4425,2; 17'b ,; 4�! "5062024 BACKHOEVVORK(EROSION "' I'I1 506 2025 EXCAVATOR WORD(EROSION 8 SED COIN)) IAN �', 506 2026 FRNT END 3�.oAbE-R .�R ( RSN ED CO NT HR 13��1,' 74,1 RK(EROSJO p&St CONT( HR 933,,6 10`4, 1 m 1 506 2029 3 LCO ER WOK(tR SI N&SE O ) HR 139 506 2030 c STRU&I N'P RIMEIFER FENCE LF 17684 4941388 506 r 20 31 SANDBAGSFOR EROSION CONTROL EA 1731 3„3 11 7 ?3346 I d FOR CONTROL � Ek'OS16I tONtk6L, � 200; 7,04" 506 2034 tMPOkA'0Y',§Ebf ENT CONTROL FENCE If w I� w ��� L LF - .. .. ...... (, � ' gp ' , �^ wdF f "1 � 'SANDBAGS, . . c . � 21,02147( $ � 4 yw li,D.� IM� I" L}I "5 709­811, 2 974' 6�M1 2 L;�IRS SE 2050 R EROSION ,a s C' ( r , 5 � �L T PFoTTG'N) . 1 ' 508 201 ��PT� I�I��FENCE�' �R 37 ,6957 508 2002 CONSTRUCTING DETOURS ' d 37,,11" ^ 508 I.3 CONSTRUCTING �� 65940.796,32' 3 �6 X006 C NSTROCTING b OUR (F-888 sb bo ING DETIOURS( , p 508 2009 ' ( Rr1 � � 71 3 . �"i�9�1 DETOUR (IRT 2932 3 r � TR13�" �dJTR �TI1 CONTROL 11 510 15082012 001 .ONE-WAY TRAFFIC CO y. � 1 510 002_ � 672 40,67190 512 201 CTS(,OUA INS 'T)(SAFETY I(T 1) "^ M04 x 512 2662 TCT ( U ��� � "" �( 171 I 7 I�3p' �. y ... 73'I- 7,368'9- ,7». 3112 2 � FOR I SNG '1 , ,.. 37"M� t1 S12� I (Ty 3020 z 1 1 6 �. 512 2009 'OR I (FUR 1�ST)(L W OO, Y�2). o � 65,7826 1 9120,. 48,,6%05 1 r �Sol �� 1 C B(DES � w� (� �� (r w 7 44390'; 1 R �(" I I"( 7 a %048 12011 ( E'S 8' 3 s M 2012 PORT DES S RC"SA F E� P I 1 3)I Y y � 2 13 T CT CE$S U E)(N 3 ( w 9,W 36 1 ` 1 2014 PORT CT (DES SOURCESNGL SLR TY 15,40688 x 7� � M 1 0 1 963 � 12 2017 a bit sotJR E)(LOW 0 )(� 19 � 04 .; 8,935 r 1 4,24126':� (.(� M2'2620 PORT CT ( E ETY SB AM 60415, n 61 202'2 RJR � R . (.S )(, �� _ X9100 ,, x' 0R, ,. f: 5 7,59311 Q PORT � N ' T� RR� )( � X12 t26,5,12 2029 PORT CTO(STKPL)�SAFETY 31� 43 Pfb a. .x. SH)( n LF_ 7° 1 48517 7 "97086,6 Y � 094( TRL( G 12 2031 T CT S ST L SLP ( �� ��3 R TKP SN L SLR) � 2 1 0 `rb STKRL LOW RR 3,., I 512 2043 1 7 1 PORT�� 1 ry I F .. 6,',42­19,. 7' yyxy MYM L ' V Ay 207.. RbRT CTR RII 9V�(SAFETY SI)b yY 1) 106105 " , LF 12 2038 PORT CTI3 I3(R VE(S FETY S �1. . 1,„ s PORT�Tt f �" LO R � TY b 4f t� 1 �, 201 1 777209' �, 9 � �A` X37" 1 1 � R�' x " „., tea 4 512 204 0 510 .16,176471 PORT T T ,,j L(SAF `��'"SIB T" I` Z 1 � RT TS(FUR&INS SlµlAPE)(T"al'"1 . 95401, 0400 64201 2 719210 6,0813 i 1 2'05 R N' (s,rOC(RtL. (F- ; )(TY 1) 8880 °1 566! � 5 ,..., 9540, . & _ 5,48296 �1i � � ;PORT C FUR II S (F-SHAPE)("1" � „ 50; K PORT CTB(S 512 2059 PORT CTB 678M5 . 7�. 1 _ PORT��` (S I,.I �L�I�R(�,� � ILA'". . �a�� ,N _ AFETY (' _ w. . kta �POR �� � N 1 7 CTR( . ( 512 2089 (�a �T �� R 930 t 51 2089 �'1i B(DES U )( )( CI M , SHAPE)(T 1}(MOD) " 1122 2026, F NT E N01 LOAD WORK ER NON:: EDM CO NT HR 14:' 120,; TT a T 1 ,,N N N NNd 4 CJN N N N NCTN SFOM+ONrNT NrNR " ii 1 4, _ f3ULLD02 R C C '''�" It SE DM C ' - 0`r 1122 2030 C T IO PERIMETER F 13201 1 220,31 SANDBAGS FOR EROSION T 0 ...J, 't T tAIID S1,100 cdII4 lo . 12w NoN '� I,1 i"" 1 „v336 off, IM ,T FN „ 1 � S.,.N` .,,.., r .•,. r �4lrp/'Y r „ e....,.✓ ;M T .,. , T r , .� �. 'LOGS " ) N. .. W 106' . .. . . 1 Tom .. LF „„ 23 2001 CARS EMERGENCY V'EH TR F° NCB PRI C OiNT SYS �LS T EA. N . " „ T �..y �' �' �ElOG l " 160'' " ;� RNC bi�8 .RNNREN T SY" k , RUBBLIZING EXISTING nu O. NC R S." „26,11.1 n,X01 C utkE, d ro "E . °8E $ TNT y 15 2001 ;REMOVABLE BOLLARDS EA 3, '206 20,02 FVCCOATEDCHAINLINK ANN . .3 PVC COATED CHAIN LINK FENCE 6,� F M,4EOGRID BASE 2018 2001 1 ANT NNJ SITE PRE AND RESTORATION'N s 12022 20,04, i�kf,FIREHYDR 4 '2022 2005 DEMON T R VALVE....., :..f ,,...... ., -.: ....... ,,. 1�6&X60§ I�OELOC EXt WATER METER" EA EA 2 J6 022 Abj' St EXT"MAN46LE 202.E 2012 . P ADJUST GATE ` '201 k C C L 0 _ , .. .i....... . ...... , .p .y �. E �p���gPPyy e 2046 FURN AND INSTL 12"GATE VALVE FURN,ANN NNSTN. "GTE VALVE 20 2017 FURN AND INSTL 6"GATE VALVE EA F URN AND INSTL W VALVE A z b­tkt'VKLVES LF- '�N1'6 "AbAl4b ANb kbdt f=............. 1 LA C ;x021 ;RtI�}"�f;k T��AN`d��"��t� ,� �VN., � ,'2022 022 r R b'N T..,.,....,,..ASSEMBLY, . 13 BENDS 9 , , 11.25) . `N�URN4N AN�JN N NN�TN 1 "" l t MJ TEt E, w �ry X01 EA CN �C��N N�NJNFTN"�N AND NN`�'T'N�1� N3 NON`T'� � FURN AND NNST ? 20,22 202�9 'FURN AND ,.n 6"'PLUG �� � � ; ~», 1 NON_ '. „ � tO �Nd N�N,�RNwI o�N�N�NN�N�T"N_N 20":N'� CAP 32 'FIJI RN: N""wN N NST'L C "LUG DUCE EA � 1. X2,10, "N k � F DISCONNECT "WATER LI Na E F. r ,204M4 bik-ONNE&1 '"°W ER L Nit t A' "C N Yt�T` 12 'WATER LINE � ER LINE EA T E A 27 17'4-1 cb4�tcftk WA R LINE 'EA . , T N�"'tJ NeN AND NNyN�lL'1 "X B"REDUCER C 4* ",,'GOkCRtTE PAVEMENT REPAIR 2022 2042 CONCRETE SiDEWA.K F EP PR „« 20, WQ �N—MAC PAVEMENT T REPAIR Sly :N. CND NN�N �RNw �T "�S�T � E '' T b REMOVAL,,FACILfTY SEPTIC SYSTEM NE C LF 1;20', a 16,10 LF � �� NN LF ITEM 1 340 211 D-GR HMA (METH)TY-D PG70-22 M FAIN M&4 Rdakns%os G o ril hxe*9 futures P.O.Idox M Fort WWh,TX 76 101 OMV43801 817-927-4389 Fax W'WWJai"9P'WM November 2,.,201 2 Paul Roach City of Fort Worth 115 West 7th Street,Suite 1500 Fort Worth,TX'761 Re,, Beny Riverside-Urban Village PCO#2 D-GR MAA(Meth)TY-D PG7'0-22 Mr.Roacho 0 The folio wm" gis,our tabulation for the addition of the TY-Di asphalt to our contract. Belo wis.the breakdown of costs associated with this addition. The quantities below are approximate. D-GR MIA(Meth)TY-D PG7 2(27 tons @$193.69tfon) $5229-63 Please contact me if you have any questions. Sfficerely, L t. Ftazier 32 12 16-t ASPHALTHAVING Page I ot'25 I SECTION 32 12 16 2 ASPHAL'r PAWNG 3 PAKrl- GENERAL 4 1,1 S UMMARY 5 A. Section Tr)clt,jdes,.- 6 1. Constructing a pavenient,layer composed of a compacted,dense-graded mixture of 7 aggregate and asphalt binder for surface or base courses 8 B. Deviations from this City of Fort Worth Sitandard Speclification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily Limited to: I 1 1. Division 0 -Bidding,Requirements,Contract Forins,and Conditions of the Contract 12 2. Division I -General Requirements 13 3, Section 2 01 17-Permanent Asphalt Paving Repair VC! 14 1.2 PRICE AND PAYMENT PROCEDUR]P4111 15 A. -Measurement and Payment 16 1. As�phalt Pavement 17' a. Measurement 18 1) Measurement for this Item shall be by the square yard of completed and 19 accepted asphalt pavernent in its final position f'or various- 20 a) Thicknesses 21 b) '1"ypes 22 b., Payment 23 1') The work performed and Yrtaterials fished in accordance with this Item 24 and measured as,provided under"Measurement"'will be paid for at the unit 25 price bid per 26 c. The price bid shall 'Include-, 2)7 1 Shaping and fine grading the placement area 28 2) 1"rrnishing� loading, LW[Oading,storing,hauling,and handling all materia.l.s. 29 including freight and royalty 30 3) Traffic control for all testing 31 4) Asphalt,aggregate,and additive 32 5) Materials and work needed for corrective action 33 6) Trial batches 34 7) Tack coat 35 8) Removal and or sweeping excess material 36 2. HM.A.C.'rrans,ition 37 a., Measurement 38 1) Measurement for this Item shall be by the ton of composite Hot Mix 39:1 Asphalt required for H.M.A.C."rransition. 40 b. Payment CRY F 70 RT WORTH [fnsert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS (Insed Pmject Numbetj Re,v ised Decomber 2 0,20 12 32 12 16-2 ASPHALT PAVING Page 2 of 2'5 1 1) The work performed and niaterialsfumished in accordance-with this It 2 and measured as provided under"'Measurernent":will be paid for at the,unit 3 price,bid per ton of Hot Mix Asphalt. 4 c. T lie price bid shall include. 5 1) Shaping and fine grading the roadbed 6 2) Furnishing, loading, unloading,storing, hauling and handling all rhater ialp ,; 7 including freight and royalty 8 3) Traffic control,for all testing 9 4) A.Thalt,aggregate,and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8), Removal and/orsweeping excess material 14 1 Asphalt Base CoUrse 15 a. TvIcasurernent 16 1) Measurement for this Item shall be by the square yard of Asphalt Base 17 Course completed and accepted in its final posit.on for: 18 ,:1) Various thicknesses 19 b) Various types 20 b:. Payment 21 l) 'nie work perfonned and materials furnished in accordance with this Item 22 and measured as provided u.girder-"Measurement"will be paid for at the Unit 23 price bid per sqire yard of Asphalt Base Course. 24 c. The price bid shall include. 25 1) Shaping and fine grradiTlgthe roadbed 26 2) Fu 1s1. loading,unloading,storing,hauling and handling all materials 27' including eight and royalty 28 3) Traffic control for all testing 29 4) Asphalt,aggregate,and additive 30 51) Materials-Flad work needed [or cotTective action 31 6) Trial hat elies 32 7) Tack coat 33 8) Removal and/or sweeping excess material 34 4. H.M.A.C.Pavement Level Up 35 a. Measurement 36 1) Measurement for this,Item shall be by the ton of H.M.A.C.completed and 3 accepted in its final position, 38 b. Payment 39 1) The work peso red and materials furnished in accordance with this It 40 and measured as provided under"Measurement""will be paid for at the unit 41 price,bid per ton of fl.m.A.C. 42 c. The pnice bid shall include.- 43 1) Shaping and line grading the roadbed 44 2) Furnishing, loading, unloading,i storing,hauling and handling all materials 45 including freight and,royalty 46 3) Traffic control for all testing 47 4) Asphalt,aggregate,and additive 48 5) Matericals,and,work needed for correcLivc action 49 6) Trial batches CITY OF FORT WORTH [ffiscil Project Name] STANDARD CONS'TKUMION SPECIFICATION DOCUMENTS [4isert Project Nurnber] Revised Occ ember 20,2012 ITEM 2 506 2041 TEMP SDMT CONT FENCE (INLET) AND 1,122 2047 BIOGIRD EROSN CONT LOGS, (81' DIA) INSTAL FAIN Budding ReW-onshps Condmtdnq Futures P.O..Box 750 Fort Worth,TX 76101 817-927-4308 617-927-4389 Fax www"fain 9p,com Jantiary 3,, 2013 Paul Roach City of Fort Worth 115 West 7th Street, Sufte 1500 Fort Worth,TX 76 102 Re44 Berry Riverside-Urban Village PCO#3 Inlet Protection Revised Mr. Roach: The following is our change proposal for the installation of the curb inlet protection that was requested by the City of Fort Worth Storm Water Department. There is no line itern for this in, the original contract and we are requestin that a change order be issued for the following amount. Curb Inlet Protection 140 LF (a ) $5.50: $770.00 Erosion Control Log 1.82 LF Cy), $5.00 $910.00 Total $1680.00 "lease contact me if you have any questions. Sincerely, Larry Frazier ITEIVI 3 TIME EXTENSION ............. L A FAIN DAIdI119,RqlahomApa 0muArt,&M;Futures P,.0�8ox 750 76101 817-927-4388 8 17-92 7.4389 Fax www'Jawp'norn February 25,2013, Paul Roach City,of Fort Worth 115,West 7th Street,Suite! 1500 Fort Wortht TX 76102 Re: Berry Riverside-Urban Village Time Extension Request Revised Mr. Roach: One issue that has impacted our schedule for the Berry Riverside project has been the receipt of the anchor bolts and templates for the art pieces that are being place at the Berry-Riverside intersection. We finally received these bolts on Friday February Sth. This has precluded us frorn Finishing the grading,sidewalks,curb ramps,irrigation systems, and planting to those areas. We had ori&ally scheduled to be complete with the sidewalk cc nstrLICtion by January 30th per our original schedule and will not be able to complete the sidewalks until February l9th once the art foundations are placed and the area re-graded and sidewalks placed. nis ISSUC has caused an impact of 101 days to the completion of the project. The City is requiring an asphalt transition be placed between the new CUrb and gutter(and the existing,asphalt street. An asphalt transition is also going to be required in the crosswalks to-ttflow 1'*)r the grade changes caused by the AD A compliant crosswalks and the existing asphalt streets. 'rhi,s change of additional asphalt work will require an increase in time to complete. We are asking that an additional t t calendar days be added to the contract to complete the asphalt installation., The crosswalks that we have been reviewing for some weeks now has also caused the loss of time to the project. We received the final direction for the crosswalks and began the construction of the 1st phase of the crosswalks oil February 7th. We were origiiiatly scheduled to begin the crosswalk conStrUCtion on January 3 Ist and would.request the addition of 8 days to our contract time for this issue. The irrigation tap has yet to be ma le from the City and is hindering,the completion of the irrigation system. The installation of this tap is beyond our control since it is being done by the(.7ity o f t ort Worth, The impact to the schedule has yet to be determined but a safe estimate would be that we won't receive the water source until approximately March 8th. Once that is cortiplete there is about 7calendar days worth,of work to complete the tie-in and testing of the lines which is an impact of 48 catendar days to the contract. This letter is being sent In regard to the time impacts that we have experienced and/or will experience in regards to the completion of the BerryiRiverside project. As,you are aware the pedestrian light poles are being provided by the City of Fort Worth and are not scheduled Lo arrive on the�jobsite until around April 12th. '['here are 1,6 poles that have to be set and with the threat of theft and/or damage tfiat exists in both areas the wiring can't he pulled before hand to just leave the final wiring once the poles have been installed. We also have yet to receive the anchor bolts and,bolt patterns for the pole,bases. 1t"we don't receive the bolts and patterns before the poles themselves arrive it will increase the time of completion as well. Thercfore it will take approximately 10 days to complete the I ipsiallatio n of the poles themselves,pulling the wire and tertninating the connections.once tie poles have been received. We are not certain that the poles will arrive oti Aptil 5th and they are beyond our control,so if the delivery,should ble decayed,,additional firrie rnaybe SOLIght. We ask that 50 days,be added to our contract time for this Issue. Mease contact me if you have any questions. S incerely, Larry Frazier ............. M „° -N,r,„�,wpm �-� „�TM .v°�. ~l��,,w,� ::ol�r �� ,".� rM���� ,��. � „�. l � ���r.�,� �,w,M,.� ��� �.11 „M �� °::.. .� ..°. ✓-� .�,r ,✓ ..� �� ..,~ n. �.M .w.° °� a.�� ��. „✓� �:� .� �, � ,�,-. �", k ,,,� ,yam � ,� .,�w°. .� �wra .� �~,:°✓,�: w .� w��,.,.,, d� �.. .~,� ,w� �:,y..��., r�.,,,." r.. ,.M, °.,�.r�,�� r�:r � .,.,, _� .,� � � ,. wl ' f ml w Z 4U a7 :Wmlj 'Had+ .u, ,+ww xixmnw Mr'- �, ryMC. ✓✓ l:Nt A "fir A,w ,o-c:,: n,�,,a �. ,.rw: ,. ...4 a ,:.::*W. o..n ..w, .... 0.° 0 OL ° r k «„r w: r t � c "' E °xa � �M uld-ti,�' � cr w. ,..mp .F::e..r+. •a:di'^:?.r .,rw •.1 n4 FM�T"1w'• '+*"� + n '�, rn"✓'F aw.^ ..,p«.:� ¢.w ^qw r,�a mY1W n.':wW ✓rn. .x:x M;�.m u,.M.n H:r'.w� N aWi q'ms�'N �Mm: L N .«. rrrw x.xr ��- 0 o 2 w -2 �i m ",'W 1., 1., °rw. .� �� ��lrm,�,�..° ,, ✓� ,� �.� ,,,a �w ,✓� ,_. .w�".°M .� ��: -�. � �� ��..,° .., °�, ,.� ,:� � .ate ,. M.m,,.1� ,� ,... .� „� �m. �� �. .° .:.� �... ��� , �"fi lnrN *imM m'{w mM`�ruM,+ M.• C^' � TM .rvN4• d+e .Nwy,hx+,M' ww rrn ww+:rV ''lour ,w,�w m�mr �rv3x.gym�:,u:MS mn- .ro. arpr »Mw map r o(�rv. +:srt rxc s,m_„.rte-:rxY:la'p ww5 °unM. wxnM lMd�sn,"c u�"NWr k. " 0 ; .5 CL f „ ,.. M�w. �" Mme. .� ,� �. �� ,.��.�,x- a. 4�,� ma .�� „v��� ��. �..� rmw~ .�:. ,,� wll n �r �� �ar, ,✓. � .,� .�, ,:�� ,.br� �.� �,�,� . m Ju • .� l ;. ,� ��'�w .: .w „r," µ,� ..,, e� �. ,e.. ..,, �� >" �,� .M ,» �.� .:.. .w. ":°. ..." ,M. � .�. � ,�, ,� ,.✓w ,,� ,� .r,r w,,, °..� ..>wl�. � � I - AI,.° wr� >�. � .,„M ✓>� ,,r ,M� ,.w m.,„,,�r� ..:� ��. ,� ,�r r. W�. ,� � ,~,� ., � m� °.,. W., .� ��. _w .�,r .._ ,. ,�w.°.° ., wew„nr; ;1., ��:. ew"+r91” 'lt ru'@C'>,7b'b ":� �: .w.p.-,vr-y, �wnQ ✓.P,b r.°�y,° ✓.p.�,rvv .a,.. rwr..�,s ..r.:w n.r .w wcm o.a, ...,«.... °:.. v,°.. .�,�,�, ..,�: ..,. ....r wr. w:.:.�rw. .v� ✓:v�. .,.V ry �. .,.. ....�. ... ..u°*e.n, .�a�,. 'y�. yr, n none q�llMr wWF.l� '. XIII�.. ,.. way... . �Yw yx n,W r6+: ,.ph. uwFh rx. ^"nr.✓,yM M✓'dfY "."ry ",vii. vi:.kY rvMa.wwn .w„w'. µpyp, ..f. ,�INW aA�yo: ,., 'yJ;ap y".�.al 4ti:uM en.y: .,ru:µgwg5. 11 e.. ..u1: .-61-^tiM u',.vls. ,wr ✓„y., 11 Milli"lliml$1 Mimi- '�a i ,rsM h�°'k'^%W vayH.x,'ArriM✓sb4°.'wl.y !'Ilr, rx.r .,4yn $y ay :. .... ` �. CD c' in m m �I i Cc) w � � L �� ' I Cq m c M (n m m m t-) co w ' ca ca ca cc) ca cn 0 0 L LL LL C CO W I, I � rwl I J CL NI 4 �.» a " LL LLI I I I I n I II i � Ct mom MOM LM MR a FYI Below is t estimated delivery time frame for the Berry St.Poles and'fixtures. rim Chiffy City of Fort Worth TIPW-Traffic Management Warehouse Supervis' or Wk#817-392-8083 Fax#817-392-8994 From: Pete,Clark 'mafft%pclarkOq dealersel, ri cal.com), Sent,,, Wednesday,January 16, 2013 104,21 AM To*- Chitty,Tim Subjed.- Fwd.- Order Confirmation (23588-LLA)-RO #8,31806DIR0819392 This is the est.defy,on the Berry St.poles and fixtures.1 will stay on top of the order. --------Original Message Sub'ect.-Order Confirmation(23588-LLA)-Pi.0 4 83 1 806D O819392 ate Wed? 16 Jan 2013 11:1' 18-0500 From <1bohannon(ii),da-ltd.com> To.<Vclerk(2 deal ersel ectric al.com> Pete,Typically,Antique Street lighting orders have a 8 to 10 week lead time.I will send ESD once it's avaialable but just wanted to give you a heads up.Thanks Lisa Bohannon DATE_ ve F W' oRT ORTH, May 8, 2013 Iftekha.r Ali Texas Department of Transportation South'I'arrant County my Area Office 5 1. Southwest:Loop 820 Fort Worth, TX 76133 Berry/Riverside Urban Village Stre tscape Project, C SJ: 902_48-826, Change Order r Deer Ift ka . Please mind attached Change Order I for the Berry/River l le Urban Village Streetscape project, C S.I: 0902­48-826. The purpose of the change order is to cower the following items: Item I: TY Asphalt. The addition of asphalt is needed to cover a "'� space between een the concrete section and the existing asphalt street as, required by a regulation f"the City of Fort worth. i'h estimated cost is $5,229.63. Item 2* Storm Drain Inlet Protection. The addition of"fabric h� 'er and filter log inlet protection. in accordance with the City of Fort Worth's storm water pollution,prevention standards. The estimated cost is $1,680.00. Item : 'Dime Extension. The time extension is due to the following: art pole anchor bolts, asphalt transition, crosswalk re-grading, irrigation tap, and pedestrian lights. A f.i11 explanation of the above items is on the attached Change Order I Descriptions.. The cost of the change order totals $6,909.63. This cost will he covered by the prod cct contingency. If additional information is needed, please contact me at 817-392-8068, patnna.new t+ nG fortworthtexas.gov, or Paul Ro;a h at 817-662-1211, ro h&pyi.cor . ce ely, 7 �I Katrina Newton Senior Planner Project Manager Paul Roach,C'P&Y, Inc. Eric Fladager,City of Fort Worth,p&r Dept.,Comprehensive al"llan ing Tony Host,City of Fort""Furth,TPW Crept.,Inspection Division Addda Cazorlal,City of ort Worth,TPW Dept..,Inspection Division Jay Lozes,City of Fort Forth,TPW Crept.,Inspection Division Enclosures Fort Worth PLANNING AND DEVELOPMENT DEPARTMENT THE CITY OF FORT'WORTH 2ND..FLOOR 1000 TiiROCKMOR T STREET * FORT WORTH, I TF.XAs 176102 817-3912-8000, * 817-392-8016 sr'� Printed on recycled paper 1993 2011 RECEIVED MA '" w J M F W ZH LLI �w 0 QL,� <�Z N N MN QOt o O O �w¢n1 w�V M r L) z w� N D a�F 2i v oV °Z 2L M if L V) 00 M C9 O OJ 0 uj x ��+ui 2 Q w N ... 1 1 Tom CL K�a _ MM > N �, _ `\ 1 N w • r T I3 \. • I_ R .t n uj E Q w Y II °o w m N _ „c ao"g- W w ° �- z z 1:2 2 M5 a:a 'r X Q_o t� V W � a z 33 R Q az � co a°M ° o U ~ W�wow m�LLJ LL �zo UD N a-U) Of Ln N =� �` _j O V ?ate V9) ' C,z LL w Q? O ILL w p � U W z AF Z UJI J Jo p°ZZ QppJ J<ZQ zR�ft_ o0W Z o )w z o p =m< (n z gi°pw zU Z Z z Q a two I., x o�� �Q '.. 1 a X wWa� 'mow o J N w w U I' � w U J° Q O L) >U v ;• 0L) WOE o.,. N r- Z rl W D r? 'P ��V) aaw z°o J c)z vi M o o CD Ln 0 0 � ., U O U IN �fn 1 -i x d awN r, _ o 0 0 fi Q j 0 w U F a1� \ 1` p , w0a� a oar.5 ° Q�°ia�uWi � t 3 R .Y 1 O I _ Q) M ° eano — Z w � W U w o Ln Q =I o U_ ., i W ° a 'r Z M a l� t) 6 Z Z U Z y " x w �. U o l a z li r o "Jo C a W 4 N V) � 1, v W W J z O Z ~ J Q ,rW ...�..�, Q a vi w _ J w y ~ J J Q _U U) a w F Q ow ~ m �,� w W a o o m o o ° Ln�z - `�° z 0 0z oz maw az E m w � a s in S31HVA m o o O rWw z [v Iii V U1 d U1