Loading...
HomeMy WebLinkAboutContract 57011-AR9CSC No. 57011-AR9 FORT WORM. City of Fort Worth Construction Allowance Request Project Name I Trinity Boulevard Phase 1 - IH 820 to Salado Trail City Sec # 1 57011 Client Project #(s)l 102101 Project Trinity Boulevard Phase 1 - Roadway, Drainage, Illumination, Landscape and Traffic Improvements Description Contractor SJ Louis Construction of Texas LTD. CA # 9 Date 1/23/2023 City Project Mgr. I Mitch Alton City Inspectorl Steve Johnson UNIT or DEPT Original Contract Amount Extras to Date Credits to Date Current Contract Amount Amount of Proposed Allocation Original Allowance Available to Allocation Allowance Funds Previously Allocated Revised Allowance Balance Unit I, IV & V Unit II Unit III Totals $16,716,606.80 $5,063,103.22 $230,906.00 $22,010,616.02 $16 716 606.80 $5 063,103.22 $230 906.00 $22 010 616.02 $45 562.35 $0.00 $13,307.34 $0.00 $58 869.69 $500,000.00 $100,010.00 $20,000.00 $620,000.00 $180,370.92 $81,092.90 $261,463.82 $274,066.73 $18,907.10 $6,692.66 $0.00 $299 666.49 IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL: Furnish all labor and material as per attached proposed Construction Allowance Request (with attachments): This construction allowance is to add item 1-73B Temporary Lighting for 100 EA at $81.27/EA. There is no existing illumination on Trinity Boulevard and its been requested to add something for safety. Price is considered fair and justified, please see accompanied documentation of aroposed and competitor suppliers. This construction allowance will also add item III-11A Butterfly Valve Vault Extension for 1 LA at $13,307.34. This item was omitted and needed to bring an existing vault to proposed grade, some value engineering was done to reduce cost from 88k to 3roposed $13,307.34. Price is considered fair and justified, recent bid with similar item can be provided for reference upon request. This ;onstruction allowance will also add item 1-73B Flexible Delineator Post - Furnish and Install at 40 EA for $107.58/EA and item 1-41A Remove an Replace Curb and Gutter for 120 LF at $87.61/LF. These items are needed to fix a safety situation that arose when half the roundabout was built and open to traffic. If a curb wasn't built, it would've helped to keep traffic from getting confused and driving in each others lane in the temporary situation. Proposed price is fair and justified in relation to existing bid items in contract. This construction allowance will also add item 1-29A 6" Gravel Driveway for 7,465 SF at $3.03/SF. This item was omitted and is needed to replace 3 driveways. Price is considered fair and justified, bid with similar item can be provided for reference upon request. It is understood and agreed that the acceptance of this Construction Allowance Request 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 Construction Allowance Request. 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. SJ Louis Construction of Texas LTD. I Adam Lunsford Jan 24, 2023 Inspector/Inspection Supervisor Date Project and GTtract Compliance Manager Date f�e�eh,7oG�mh Jan 24, 2023 auk a A Jan 24, 2023 Program Manager Date Senior CII&I Project Officer Date Jan 24, 2023 m Jan 25, 2023 Assistant Director (Dept) -1 * �w.L--� L���.�r�. Date di Jan 26, 2023 Wepartment (Dept) Date Jan 26, 2023 Assistant City Attorney Date Assistant City Manager Date Affff, Jan 27, 2023 Jan 27, 2023 ATTEST: qm...... A J&--.. Jannette Goodall, City Secretary boo4�an�n d F FOR 0000 ° 00 � p-o °•1d ° PVg %=d pad* o da000000000 °°o*Ayd b � �'EXASo4`y �bnoa400- Construction Allowance SUMMARY Page 1 of 4 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. City of Fort Worth Construction Allowance Additions Project Name Trinity Boulevard Phase 1 - IH 820 to Salado Trail ity Sec # Client Project # 102101 Contractor SJ Louis Construction of Texas LTD. PM1 Mitch Aiton Inspectorl Steve Johnson Construction Allowance Submittal # ® ate ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total III-11A Butterfly Valve Vault Extension Unit III 1.0000 EA $13,307.34 $13,307.34 1-73B Temporary Illumination Unit I, IV & V 100.00000000 EA $81.27 $8,127.00 1-73C Flexible Delineator Post - Furnish and Install Unit 1, IV & V 40.00000000 EA $107.58 $4,303.20 1-41A Remove and Replace Curb and Gutter Unit 1, IV & V 120.00000000 LF $87.61 $10,513.20 1-29A 6" Gravel Drive Unit 1, IV & V 7,465.00000000 SF $3.03 $22,618.95 Unit I, IV & V $45,562.35 Unit II $0.00 Unit III $13,307.34 $0.00 Total Additions $58,869.69 Construction Allowance Additions Page 2 of 4 FORT WORTH. City of Fort Worth Construction Allowance Value Project Name I Trinity Boulevard Phase 1 - IH 820 to Salado Trail City Sec # Client Project # 1 102101 Contractorl SJ Louis Construction of Texas LTD. PMJ Mitch Aiton Inspector Steve Johnson Construction Allowance Submittal # ® Date CONSTRUCTION ALLOWANCE VALUE BEING USED ITEM DESCRIPTION Qty Unit Unit Cost Total Unit 1 Item 84 9999.0025 Construction Allowance 0.091125 LS $500,000.00 $45,562.35 Unit 3 Item 18 9999.0036 Construction Allowance 0.665367 LS $20,000.00 $13,307.34 Construction Allowance Value 3of4 MISBE for this Construction Allowance Request Previous Construction Allowance Requests CAR # DATE AMOUNT Total $0.00 Construction Allowance MSBE Data Page 4 of 4 REQUEST FOR INFORMATION REPORT (RFI) CONTRACT TITLE CONTRAC-. Trinity Boulevard Phase 1 - IH 820 to Salado Trail 57011 Ronald Etter Project Manager SJ Louis DECREASE IN COST DECREASE IN TIME Please provide direction. 9 9.1 PRIME CONTRACTOR SJ Louis Construction of Texas LTD. 940-399-6757 08/15/22 # of Days = Mitch Aiton Sr Professional Engineer 682-715-9424 08/15/22 1 1 /17/22 GOVERNMENT RESPONSE• CONTRACTOR Vault to remain, please provide a price for bringing the existing vault to final grade per the attached detail. Please see attached Contractor proposed cost of $13,307.34/LS. For comparison, a CFW bid was opened in April 2021 that had some similar Structure Adjustments on Marine Creek Parkway. That project had 3 bidders with a low bid of $2,120/EA, high bid of $16,500/EA and average bid of $1 1,706.67/EA. That bid tab can be provided upon request. Proposed price is fair and justified. Bid tab can provided upon request. No Schedule Impact WA KGVItVYGK-J NAMt 3 IIILt WA KGVIGWGK-D 3KaNAIUKt UAIt Mitch A:iton, Sr Professional Engineer 01/118/ 020I ON 13TOad A,M 9069Z-X Fg p o w� 'm' Ri oE v O z m �+ rcrcoa 8„ o Fla `sz= F 30 w �Q z _- - a RJao- w ^ O Ci W O M N ago _ H ¢ W w m - o H x N �Co Vi vi ry n3¢o a�u 1awo� �U a� • m ¢ U F z Q�i Vs w ¢ `szU m 1111111111111pp1111111111111111111111111 flow, I111111 111111111111111111111111111111111111111111 111111111111111111111111111111111111111111 111111111111111! � � 1111111111111111111111111 IIIIIIIIIIIIIIIIIIIIIIIIIIIII11111111111111 111111111111111111111111111111111111111111 11111111111111111111111111 � 1 � 111111111111 111111111111 1111111111111111111111111 11111111111111.►:�IIIIIIII�ICII IIIIIIIIII 11111111111111.111111111��11 111111111111 11111111� I11�111111111� �111111111111 11111111 IIS111111 11111111111111 1111111111111 11�111111 11111111111111 1111111111111 111111111 11111111111111 1111111111111 11��11111 11111111111111 I1111111111111 11�-11111 Illlllllllllllnlllllllllllllll 11�11111111111111111111111111111111111111 111�11111111111111111111111111111111111111 1�111111111�1111111111111111111111111111111 �1111�11111111111111111111111111 111111111 �Idlllllllllllll�lll�llllllllll 11111111� 11111111� 'llllllllllllllllllllllllllllll 11111111 �IlAlllllllllllllllllllllllllll 111111111111111111111111111111 11111111� 111111111�" 111111111111111111111111111111 11 11 11 11111111111111111111111111111 �II.N11111111111111111111111111 �IIIBI:�!11111111111111111111111 11 IIIIIIIIIIIII INSINCERE • 11 1111111111111 Illllllll�iill�l�� 11 1111111111111 IIIIIIIIIIIIIII 11 1111111111111 (IIIIIIIIIIIIIII • 11 1111111111111 IIIIIIIIIIIIIII 11111111 IIIIIIIIIIIIII/ii�Illll, -® IN 111111111 IIIIIIIIIIIIIIIIIIIIIIII� 11111111� 1111111111111111/111 :II IN 11111111 III111111IIIHIRI1111 11111111 i Illlllllllllliiiiiilll _.�1 11111111 Illllllllllll::liiii��ll 111111111111111111111111111111111n11111 1111111111111111111111111111111111111111 o�amoa Ra��n Ms-eacelmso\,compoo,-Ma\s :a owuaild (00+B Ol 00+b tl18) 6S:Z1:60 8Z-LO-IZOZ :PanoB )sod N V1 U mow_ cn W a Q 04 zQ J El ❑ ❑ _ =gym 44444 Y "_ - _ O' o lo k or rw � O O w O O 1 O O ry _ J i i w ai $i wy wy I I 0 �noor.ia\Mini\woo—,calwlr\\ ocil� nn—ci n�..nl..o�. Fn �n omz .oa..oc Lso� Request for Proposal Project Name Trinity Blvd., Phase I (I.H. 820 to Salado Trail) City of Fort Worth, Texas C C.M.R. -Proposal No. 12 rev.1 Date January 18, 2022 Response Required By Mr. Mitch Aiton, P.E., PMP 200 Texas Street Fort Worth, Texas 76102 Via Email cc: Mr. Josh Kercho- Kimley Horn, Via Email Transmitted By Ronald Etter Project Manager signature R&n4,tc� Ette4- Description of Work This CMR is in regards to the changes that came about in RFI 14 and adjustment to the existing butterfly valve vault. It has been requested that the existing vault be extended to the proposed grade by adding a concrete cast in place riser as shown on RFI #14 and sheet C10.30.2 dated Janaury 23. This shall also include, exterior coating, extension to exisitng ladder, valve stem, ect. Below is a cost proposal for the additional work for review. Breakdown of Proposal Trinity Blvd., Phase I (I.H. 820 to Salado Trail) Butterfly Valve Vault Extension Item Description Quantity Unit Price Extension N/A Butterfly Valve Vault Extension 1 LS $13,307.34 $13,307.34 $0.00 $0.00 Net Change: $13,307.34 Additional Calendar Days: 0 If acceptable, please provide an authorization signature below and return one (1) copy to our office. S.J. Louis Construction Action xc: S. J. Louis Project No. 22111 S.J. Louis Construction of Texas Ltd. 520 S. 6th Avenue Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax CO �W N O N 7 0 o COD _ LL) O pNOoOO 11 M M000000Naa m i0000 (°00 a0 R m �O O O O O O B O O O O o N O d m d d d d a rn rn M F Q o 0 0 0 om 0 0 0 o N : F Q o m o rn r N I� RA M fA Vi Yi fA M N N Yi Yi Yi Yi CJ M Yi Yi �O o b4 b4 b4 b4 b4 VT N� b4 � b4 � cm a a o Cp] O N 0000 o 0 N 0000� 00 �000 O Cdi Oo O�OO NON 0000 00 C m L 0000 001� M O� (D m N SON oOOO r 0000000 � W W � `y 0000 0 001� N O CJ � y OOn 7 NO � Ow 61w po0o0000000 yr N� RA Vi Vi Vi Vi VT VT A M O O O O O O O O O O O cD O O O O O O O O O O O O O LL N N 0 0 0 O F T A J O O LL) LL) LL) LL) LL) O O LL) LL) �- woor�omco j J W W W JJ N i O d O Ooo O O b o 0 0 o N� c6 V � 2 M o�0000rntDo M Q din PVT N�VT VT VT b4��� N 64 2 F M d o 'Q m N � y � U 2 V rn c cV N O N O O O O N N N � 2 c y O u) c H C d0 O Q @ C N M ' a 3 E rn d d W y W A o N W U 3 d O n �a ow oU ` m c m u).2 o o o c o o J >@ d v m > d d NN N NNN = md'>Jfp W m J O O O 00000000000 o o LL O O O p 0 0 O OOOOOOOOOO .d.coO�00 �ui�rrui rcov�� 3 m oin0000 ��OMNNNNNNNN y 4: C6 m �(A fA fA fA fA fA fA MtA Vi � ����EA EA K J C O d C O d p C Otnn $ O Y .0 C C c N C O G N W N m m m C N a a a 0 0 I � �~O O O N NuRJu L--j �ii ii Ci�� N O O O O r 0 0 7 0 p b4 b4 b4 b4�fA fA��b4 O O O O O O O O O O N O O O O N O O N O O N 0 N 0 N 0 N 0 N T O M (00 O W O M M N � p . � M tONNtON � W N 10 N N ION��hcOaN�N C 'd0 N .. C d C E O. N N O O U N m � v � � l0 l0 d U U U aD U U N d~ U��� Yp N W W N H 00J0 W M 10 o OD:U>aaC7� a E�'YY J O >d V C� V d 0 REQUEST FOR INFORMATION REPORT (RFI) CONTRACT• Trinity Boulevard Phase 1 - IH 820 to Salado Trail Ronald Etter Project Manager RFI SUBJECT Temporary Lighting POTENTIAL COST IMPACT NTRACT NO. PRIME CONTRACTOR Louis• • of - • INFORMATION 'ING PARTY ORG. PHONE DATE OF REQUE! LouisSJ NO CHANGE i NO CHANGE INCREASE IN COST $ 8,127.00 INCREASE IN TIME DECREASE IN COST DECREASE IN TIME # of Days = # of Days = While there wasn't any existing illumination on Trinity, its requested we get some temporary illumintation to use through construction. Please provide a price for some flashers to add to the barrels or temorary light stands. We'll provide a price for the flashers on the barrels. Mitch Aiton Sr Professional Engineer 682-715-9424 12/19/22 Please move forward, order and install in the interest of safety. Please see attached price for $81.27/EA flasher, batteries and isntallation. Contractor supplier quote is $32.75/flasher, please see attached $36.55/flasher quote from a different supplier. No Schedule Impact 01/20/23 Mitch Aiton, Sr Professional Engineer ` - 01 /20/23 Request for Proposal Project Name Trinity Blvd., Phase I (I.H. 820 to Salado Trail) City of Fort Worth, Texas C.M.R. -Proposal No. 14 rev. 2 Date January 20, 2023 Response Required By Mr. Mitch Aiton, P.E., PMP 200 Texas Street Fort Worth, Texas 76102 Via Email cc: Mr. Josh Kercho- Kimley Horn, Via Email Transmitted By Ronald Etter Project Manager signature R&n4,tc� Ette4- Description of Work This CMR is for adding some lighting to the traffic control set up to help assist with navigating through the work zone at night time. Proposing 100 units to be purchased to have enough to stretch through out the entire length of the work zone and hopefully have some replacements for those that get broken or damaged by passing cars. Breakdown of Proposal Trinity Blvd., Phase I (I.H. 820 to Salado Trail) Barricade Lighting Item Description Quantity Unit Price Extension New Barricade Lights -Furnish and Install 100 EA $81.27 $8,126.67 Net Change: $8,126.67 Additional Calendar Days: 0 If acceptable, please provide an authorization signature below and return one (1) copy to our office. S.J. Louis Construction Action xc: S. J. Louis Project No. 22111 S.J. Louis Construction of Texas Ltd. 520 S. 6th Avenue Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax O O 00000000000 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 o p <9 to to to to to to to to to to y 0000000000o 00000000000 O 0 O O O O O O O O O O O p vs F» F» F» F» F» F» F» F» F» F» fy cc O O O O O O O O O O 0 0 vs F» 0 0 F» F» 0 0 F» F» 0 0 F» F» 0 0 F» F» 0 F» O p 00000000000 O O b040000000000 f/i 00000000000 O O u� � LLu" � LLu" O O � LLu" 00000000000 O O O O O O O O O O O O O 00000000000 M b4 b4 b4 b4 b4 b4 VT VT VT VT O y O O O O O O O O O O O O O O O O O O O O O O 00000000000 O O O O O O O O O O O �ui�rrui rcov�� � fA fA fA fA fA fA fA M RA Vi � C m o y a= a d g d o 0 a�� 0 O O O O O O b4 b4 O O O O O O b4 b4 O O O O O O b4 b4 O O O O O O b4 b4 O O O O O O b4 VT O O O O O O O O O O O O O O O O O O O O T O M o O O M M N g N�10 O O O)O M W 0) N OON 10 N N C '00 N .. C C E C O N 0 l0 l0 U U U at$ U U N N 022,284i U H X X o rn O) M �rn�U�aa(7� o� 10 O O O O O N O O ' 1 Texas Traffic and Barricade "Your Partners For Improving SAFETY -the Texas Way' 3500 W Pioneer Pkwy Pantego, TX 76013 Phone: 817.962.0232 Fax: TBD Quotation For Contact: Ronald Company: SJ Louis Address: 520 South 6th Ave City/County: Mansfield, 76063 Contact # 940-399-6757 Email: ronalde@sjlouis.com Quotation DATE: 1.17.22 Prepared by: Racquel Rocamontes RacquelR@TTBarricade.com Cell: 817.247.1048 ITEM DESCRIPTION UNIT PRICE UOM QUANTITY AMOUNT 1 TYPE A FLASHING LIGTS $ 32.75 EA 50 $ 1,637.50 2 BATTERIES D $ 2.50 EA *Prices quoted are good for 30 days SUBTOTAL *Payment terms are net 30 days pending credit approval TAX RATE *Qty's listed are estimated, but will be billed on actual SALES TAX *A month is billed on a 28 day cycle TOTAL $ 1,637.50 8.25 $ 135.09 $ 1,772.59 If you have any questions concerning this quotation, please contact us. THANK YOU FOR YOUR BUSINESS! J J V 2 W Q U U m a a, Q V i o w` N W N U ry 0 O F- OCY O CY Q }n ,/ W N QL ~ U n O Of CU Ic N 7 .C� C W o III LLJ : W CO � U. o co U �a) 00> ,u r1.0l AN m 0 0 N .O i O O C V N Q bb N i O O 0 V) fy 0 0 z 1• W U .L- n U N N N ry L— O co +� Li a N N N r = N f• d N Ln tjGGo O N fi N N N N o > a ? a n -o O O j '^ = v Y Ln to ag a i N N a > Q CO O Cfl O N a x m x N R CO CD a u awi aNi v V t� t/T a N 3 3 3 vwi 1 p p o 0 o p y a 7 V)N VI Z) D N lJ M -p fY 0 0 0 0 0 0 ys 4- 6 6 � Q � R V V 1 Af J o o N 0 0) >, V1 C: L O V 7 x i Q aQ +� �, W V M m [� C •Q. v C N 1 R a)a o U 0 d V) p V)i N N H a s xl REQUEST FOR INFORMATION REPORT (RFI) Trinity Boulevard Phase 1 - IH 820 to Salado Trail Ronald Etter Project Manager Roundabout Curb Removal and Replace POTENTIAL• NO CHANGE INCREASE IN COST $ 14,816.78 DECREASE IN COST SJ Louis NO CHANGE INCREASE IN TIME DECREASE IN TIME 9 9.3 PRIME CONTRACTOR SJ Louis Construction of Texas LTD. N(S) REFERENCED L SCHEDULE IMPACT # of Days = The curb geometry at the roundabout is confusing traffic for the temporary situation while the south side is built. Please provide a price to remove/replace the curb and some delineators that will help separate traffic better. We'll provide a price for both for the city to consider Mitch Aiton Sr Professional Engineer 682-715-9424 12/19/22 01 /23/23 GOVERNMENT• TO CONTRACTOR This is approved for both the curb remove/replace and delineators. Please move forward, order and remove the curb in the interest of safety. COST IMPACT JUSTIFICATION Please see attached Contractor proposed cost of $87.61 /LF to remove and replace 6" Curb to fix traffic phasing issue. Contractor bid for $1 /LF to remove curb and $60/1-F to pour 6" curb. This proposed price is fair and justified because this requires more effort to protect existing concrete and connect into existing No Schedule concrete than other items accounted for. Please see attached Contractor proposed cost of $107.58/EA. Impact Contractor supplier charging $60/EA for materials, similar competitor attached price is $45/EA before shipping. This proposed price is fair and justified. QA REVIEWER'S NAME & TITLE QA REVIEWER'S SIGNATURE DATE Mitch Aiton, Sr Professional Engineer ` 01 /23/23 CIO z U tj Z. -w o m.,y„ 1 o� f a Q Who 0 0 %b o s n ¢? o N z oz g -€o` w i z i3O, L p 6 o U 3 U En 6U 44444 z _ u= F zoP 00+91 V1S AiINNI 3NIIHOIVW VIE a 4p T\ a3p s o; J— ��� aH°eob� a l �a� _ _ =Iz _ I =a a Y� m w °dDEy a I m zl.Zl Co r_ - I - F aYo�o - <a �X U 4 O L N �F N N o u o W J zlol I ..ul I- O L U O U- ) O . I E 7 N U 0 p n l K jB�i iY N O_:5 2 E I I oo zw - NQ 50 _ b of 3m �a I =�w1 z os IOZ o II I I II II NOIIVIS AiINI?Jl � J _--- w I z I N Q y12 O U `O U .....0 Y (6 LU �a I a� mZ o 5-5 U w :EJ 09+9N V1S UNN :awo�au, :pano5 lso� %�9 'Pallold Request for Proposal Project Name Trinity Blvd., Phase I (I.H. 820 to Salado Trail) City of Fort Worth, Texas C.M.R. -Proposal No. 5 Date January 20, 2023 Response Required By Mr. Mitch Aiton, P.E., PMP 200 Texas Street Fort Worth, Texas 76102 Via Email cc: Mr. Josh Kercho- Kimley Horn, Via Email Transmitted By Ronald Etter Project Manager signature R&n4,tc� Ette4- Description of Work This CMR is in regards to requested changes to the traffic plan (Phase 3) to remove some curb and install some additional temp asphalt to assist with flow of the traffic during construction. Once the traffic is switched over to the normal flow approx. 120 LF of street shall be cut and new curb and gutter will be installed where the curb had been previously removed. Also we would like to propose to install temporary Flexible Delineator Post similar to the pattern shown on the drawing provided in the middle of the roundabout in lieu of the barrells and vertical panels. Additional temporary paving in this location is also requested and will be installed and paid for at contract unit price. Breakdown of Proposal Trinity Blvd., Phase I (I.H. 820 to Salado Trail) Remove and Replace Curb and Gutter and Misc. Traffic Control Adjustments Item Description Quantity Unit Price Extension N/A Flexible Delineator Post- Furnish and Install 40 EA $107.58 $4,303.39 N/A Remove and Replace Curb and Gutter 120 LF $87.61 $10,513.39 Net Change: $14,816.78 Additional Calendar Days: 0 If acceptable, please provide an authorization signature below and return one (1) copy to our office. S.J. Louis Construction Action xc: S. J. Louis Project No. 22111 S.J. Louis Construction of Texas Ltd. 520 S. 6th Avenue Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax t00 O �,�0 O O 00000000o O O O O O O O 40 iy M 0 F» 0 0 F» F» 0 0 F» F» 0 0 F» F» 0 0 F» F» 0 F» M � d! O O O O O O O O O O N 0 0 0 0 0 0 0 0 0 0 N O O O O O O O O O O O O O O O O O O O O O O O W O O O o N �ro00Ih O O u-' u� O O u� u-' O O u-' o OO)ro�� O O o u� O u� O O O O O O O O O O � 0 �b4 0 0 b4 b4 0 0 b4 b4 0 0 b4 VT 0 0 VT VT 0 VT H W 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O O O O O O O O O O O O O O O O O O O O O O ro ui N mNN N N N Nrove N N N N N � fA fA fA fA fA fA fA M RA Vi Oam�° d o 0 �LJ�J o°aL L O O p �+ o000000 000 + 000000 w F a 0000000 N 000 O O O^jM0000 M F» F» F» F» F» F» F» F» F» F» N ~ Q 06 Et o0oo000 rq 000 � a10i �00000 m o000000w000 ao m n 000000 N � U 0000000 CM 000 (/j y � Op0000 �y w O LL y O O O ry O O O O 0 0 0 0 0 0 O F T � O J O J J W W J J 7 N i U 90 co Q fs A N i0 C N O .Q 'C N O N � N N J C J O mU 2 £ m A J c p U y ~ U W M @ O a d � J p N C N 3 @ V > > J E E o 0 0 x d J 0 LL N O O O p 0 N 0 Cl! K � J y C N ° 3 d @ O _N M w 3 @U N I 0 0 O O 0 0 O O 0 0 O O 0� O O 0 0 O O 0 O 0 0 0 0 0 0 0 t00 O �,�000000000o O O O O O O O O O � iy M 0 0 0 0 0 0 0 0 0 0 {q M O O O O O O O O O O N 0 0 0 0 0 0 0 0 0 0 N O O O O O O O O O O O O O O O O O O O O O O O W O O O O N O -m�sim�u�s O O uJ LL7 O O 00000 U7 UJ O ri.. UJ O O O u' O O u' D 0 0000000000 0 0 0 0 0 0 0 0 0 0 0 �b4 0 0 b4 b4 0 0 b4 b4 0 0 b4 VT ci 0 VT VT 0 VT H W O O O O O O O O O O O 0 0 O O O O O O O O O O O O O O O O O O O O O O 1ui�r NNNNNNN N N N N N N N � fA fA fA fA fA fA fA M RA Vi O $ aW n012 2 Oam�° o y a= aN d g d o 0 u -D 0o°ask' .W. + o000000 00o y O OOOO C F Q o» o» o» o» o» o» o» o» o» o» 611, Q 04 vo a1°i o000000r�000 � m o00000 0 m t o000000w000 ao U N o00OD000000 00000000 coo OD21'AO a w O LL N � O D0 Cs O O O,.t N tOp o 2 cn F T J O W W J N v U 90 co Q H A N i0 C N O .Q .G N N � J 2 A p y O ~ ao oin a6 o � a mo O N N @ O 3 o a 0 � O N m m m J a J N y J O LL y O O O O O O 10 K � J C O °i c a 0 J N N U) O N U U O W Go co _U >> co coH O O O O O O O O O O O O O M O O O 0 O O 0 O 0 0 b4 b4 0 0 b4 b4 0 0 b4 b4 0� b9 � 0 0 b4 fA 0 fA O O 0 0 O O 0 0 O O 0 0 O O 0 � O O 0 0 O 0 0 T O M (00 O W O M M N � O . � M u)OOu)N � O) N u7 N N u)N��hcOaN�N C '00 N .. C O L C � Y p_ N N O O U t0 m V) LL O � l0 l0 d U U U at$ U U N d~ N U��� Yp l0 N N W W J � N H orno O) LL7 uJ a E--xx J O c.)aac7� ONO �3: c� 1/23/23, 1:34 PM Flexible Delineator Round Post with Base - 48", Orange H-44660 - Uline My Account I Contact Us I Sign In I Cart $1,800.00 u LI N E 1-800-295-5510 Search Go Products Uline Products Quick Order Catalog Request Special Offers About Us Careers Home > All Products > Safety Products > Traffic Safety > Flexible Delineator Posts Flexible Delineator Round Post with Base - 48", Orange !�J Rugged plastic post springs back upright after impact. • Recommended for high -traffic work zones or walkways. • 3" reflective bands for visibility. • Adhere to pavement with 8" Butyl Pad, sold separately. 5�)- O Q More Images SPECIFY COLOR: Meets NCHRP-350 and MUTCD Standards MODEL PRICE EACH IN STOCK HEIGHT DESCRIPTION COLOR NO. 1 3+ SHIPS TODAY H-"660 48" Round Post w/ Base $47 $4 ❑ Orange 1 ADD + Additional Info + Parts 0 Shopping Lists Request a Catalog $45/EA before Shipping SAME DAY SHIPPING HUGE SELECTION IN STOCK i SHIPS FROM 12 LOCATIONS https://www.uIine.com/Prod uct/Detall/H-4466O/Traffic-Safety/Flexible-Delineator-Post-with-Round-Base-48-Orange?pricode=WA9719&gadtype=pla&i... 1 /1 REQUEST FOR INFORMATION REPORT (RFI) • 9 9.4 CONTRACT TITLE CONTRACT• PRIME CONTRACTOR Trinity Boulevard Phase 1 - IH 820 to Salado Trail 57011 SJ Louis Construction of Texas LTD. Ronald Etter Project Manager SJ Louis 940-399-6757 01 /1 1 /23 SECTION(S) 6" Gravel Driveway POTENTIAL COST• NO CHANGE NO CHANGE INCREASE IN COST $ 22,620.59 INCREASE IN TIME # of Days = DECREASE IN COST DECREASE IN TIME # of Days = INFORMATION REQUESTED Theres a 6" Gravel Driveway to install on sheets 4.01, 4.02 and 4.06 but no pay item for gravel driveway Let us know if we need to propose a price Mitch Aiton Sr Professional Engineer 682-715-9424 Please provide a price. Please see attached Contractor proposed cost of $3.03/SF. For comparison, a CFW bid was opened in April 2021 that had 6" gravel driveway on Marine Creek Parkway. That project had 3 bidders with a low bid of $3.00/SF, high bid of $8.00/SF and average bid of $4.73/SF. That bid tab can be provided upon request. Proposed price is fair and justified. Bid tab can provided upon request. 01/11/23 No Schedule Impact 01/12/23 QA REVIEWER'S NAME & TITLE QA REVIEWER'S SIGNATURE DATE J O U > 3 N 0 3 0 w �� 0+ fwilp w K O O z U �w v� S �¢ J 0 d W z i0 d i �_ z m0 o� r r w z N U N w 0 �= as UO -0dF� s o ° - �n K0 s JN oX �^ Oo .. '0 4 0 CL xw 0Oa dV) \ dJ wm O Q d � \ �h �a - I O M * orO N a ra —--- %LO --- -- z wr \ z O w U� 0 r U D 0 w U K CL za Z oU w o wa sn 00 Oc 0 �v wO O MZ W KN a a NW W N�>NOU OQ d dU FX wN z0 Li a �0In OUP rJ 3 }z ; 000z a r z m+ O+ OU 0O z M a¢ v }. a �o 0o as r x a� w ZQID N r w �N(I ON U OOILM _ _ 0 4?JVAi�noo .dINIa CD Of C= O H U D 0 Z O U S D O 0 O co O O) L I z 0 C x W Z o ZC or 9C'961, :13 L£'99+0 :IAd a - - I 0 pp \ LCL b :13 \ 00'L +O :IAd \ M08 X3 O O N O'L64 :l3 0'9£+0 :IAd z Z O dJ S U d O O 0 a c0 l/0 0A18 AlINRLL O O O Ln "t - ali;oJd ?R UOICI 1aaJIsapis\s}aays\ppoo\paonalnoq (OV021 doio (IN00 0 f3/vl U W W h N 00 ry' z � � a U �I = '0Zr N OZ ONO Wm O� 0 Q R Z WU rW a�JVAI�noe ),ilNINl O (0 O 0) L i O£"66+0 :IKd I 0 z O U x O O r O W � a OL'L J N 1 b :13 00'L +O 9Ad I MO?l X3 O 0 N J O'L64 13 0'9£+0 :IAd 0 Z O r W � a a o a a a d/0 Ml8 kLINla O CO O 0) U-) 14- - ali;OJo ?R Uolo 1aaJIsapis\s}aays\ppoO\paonalnoq (OVOd dOlOIONOO F 3 } N< / O 'O p as M J 3 w OQ p � � p ao / 3 �w� p / � > W p � J p p � 0 Z 3 K < } f a 1-1 r on as '-1 ZZ p �O WZ < W p J m a W 1 0, Owd p wo as Ow aam owF m a< �J p =U ZO mZ Zp �O JW W J p J 4i Q j W j a aa0 J o� � w XW �o w ¢wd =p O V I m U J D (O Q 0W O Z3m� _ 0 = i� Jr w Ur U_ N 0 Q� J� O / r0 ON m0 pw ��> L� p row w 3 c, �w 1 K H a J U T a VI Y (� J (n < /y m o /\y aU W d F 0> d N p N W w y CL p � p P M .9Z N w � Z_ I J w H a 3 / w �} N < N w < w / mI a� N / wo so �z wm <o <L a a w w U < M N m M co K U W a N aW z 3 o�a=o-�c�.coi�-ao 00 a u� WF O 0 - }F } <� d MOOi O< < <0~JQ-m0 �.0~-ww mOOQ m0 a =Z N < O 0 ,OJ /I Kmm m� m UI,Jj m ~ Z< nn O ao- Mrn \mw ax 00 I Z<ND m a a c u' „ x �� II 0 /JY /0 U 0 �/ am SC S6 O Z O a 0 x w 0 W 0 m MO?l X3 £4'b64 3 00'99+0 :IAd 0 N £0'b6 �3 ® 00'9£ 0 :IAd 0 z 0 O 0 a O O N 1/0 ON3B AiINl (0 N L - ali}oJo ?R Doo\paonalnoq (OVO2J TIH 0 Request for Proposal Project Name Trinity Blvd., Phase I (I.H. 820 to Salado Trail) City of Fort Worth, Texas C.M.R. -Proposal No. 6 Date January 23, 2023 Response Required By Mr. Mitch Aiton, P.E., PMP 200 Texas Street Fort Worth, Texas 76102 Via Email cc: Mr. Josh Kercho- Kimley Horn, Via Email Transmitted By Ronald Etter Project Manager signature R&n4,tc� Ette4- Description of Work This CMR is refrence to PCM #006 requesting a price for 6" Gravel Driveway as shown on sheets C3.02 and C3.07 of the conformed plan set. Breakdown of Proposal Trinity Blvd., Phase I (I.H. 820 to Salado Trail) 6" Gravel Drive Item Description Quantity Unit Price Extension N/A 6" Gravel Drive 7,465 SF $3.03 $22,620.59 $0.00 Net Change: $22,620.59 Additional Calendar Days: 0 If acceptable, please provide an authorization signature below and return one (1) copy to our office. S.J. Louis Construction Action xc: S. J. Louis Project No. 22111 S.J. Louis Construction of Texas Ltd. 520 S. 6th Avenue Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax N y d E O Q r 2 d A � n N� W p r _ p0 O M o o 0 0 o rn rn o 0 0 �n n o co m o 0 0 0 0 �o 000 �m oo�o�+o a o� o :° OoOO '000O���OOOmm N F a O O � O p N W � a O p O F Q MNOOOO N N Yi n n n Yi Yi Yi 10 10 Yi Yi Yi n M Yi O) Yi Yi Yi Yi Yf Yi Yi Yi Yi Yi IN M� Yi Yi IN O � Yi n Yi N tlJ 0 o m N id N N rn m o 0 0 co d oonoM�n�n�o�p d o00000 0 '4 0000000 of m N t OOro o cir nociLo m N vi00000 N �OOOMOOOOO ap d OOnOmt0 O1��ON �y d NNOOOO > ���Yi Yi���� �Yi Yi Yi Yi Yi p� ,, o b w Rill O m m e9 O M M yq V Yi Yi b4 d� O O O O O O O O O O O O O O O O O O O O O O O O LL O O O O 0 0 0 0 0 O Q U d �00000 pOj m ro Yi Yi Yi Yi m vi Yi gyp" F T O N O j N 7 O O O O O O O O O O O :, ��(0OO1�Omtp�� O H� O m co cc CD O O 00 O O O O O O O O O £ 0 N 6 m O M M 0 0 0 0 M M Q d t0 N Yi O H M O .Q N N d 0 O O O O O O O O O O O O 2 A O H M a Y O O O O O O N N N N N N N O U a 3 N LL O O O O O O O N N N N N N N = N ll ll N 3 O O O O O O O O O O O LL O O OOOOOOOO .. .d, Oq �� Mi wg—� 3 vi no �O M N N N N N N N N y N Yi Yi Yi Yi Yi Yi Yi Yi Yi Yi Yi Yi K 0 C O d C O E N a Q W N = W02 N U d Q a N N N 'L ? �/1 �L Ja0JgRlp-R�� o� 020, aOD V (00000 O� 0 V O O a O N� 0 n 000 O O O O O O O O O O O O O O O N� 0 0 O O O O O O O fp fp fp fp N fp (O O O T OM(0 O O O O W (ONN(0N O M M N O)O)�M(0 O c0aN�N� N 10 N (V �yNq�yq yq Yi Yi Yi Yi Yid C 'd0 N .. C N C � O O l0 l0 � l00 Y U U at$ U U N d� E��� Yp N W W J FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Trinitv Boulevard CA #9 M&C: N/A CPN: 102101 CSO: 57011 DOC#: N/A Date: 1/23/2023 To: Name Department Initials Date Out 1. Mitch Aiton TPW - Signature Jan 24, 2023 2. Michelle McCullough TPW - Review MM Jan 24, 2023 3. Adam Lunsford SJ Louis - Signature AHE Jan 24, 2023 4. Steve Johnson TPW - Signature SEJ�F, Jan 24, 2023 5. Raul Lopez TPW - Signature -6"- Jan 24, 2023 6. Lissette Acevedo TPW — Signature Jan 25, 2023 7. Michael Owen TPW — Signature ,,,o Jan 26, 2023 8. Lauren Prieur TPW — Signature EEP Jan 26, 2023 9. Doug Black Legal — Signature dW19 Jan 27, 2023 10. William Johnson CMO Signature w, Jan 27, 2023 11. Jannette Goodall CSO - Signature Jan 27, 2023 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: []YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContracts6i ,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!