Loading...
HomeMy WebLinkAboutContract 49802-A1 (4)FORTWORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 55217 Date Received: 8/22/2023 City Project N!?: 101555 Regarding contract 55217 W. 7th Street (University to Trinity River Bridge) for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 1/12/2021 through M&C 21-0033 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: $ 4,937,193.00 $ 634,079.63 Ns 5 $ 5,571,272.63 $ 5,571,272.41 11aDays @ $ 1,250 / Day $ 138,750 $ 5,571,272.41 5,374,553.25 Final Payment Due $ 57,969.16 P icui L. WAA:ack Aug 21, 2023 Patricia L. Wadsack (Aug 21, 2023 16:33 CDT) Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery LaurPriou�(A�z1, 2023 less cor) Aug 21, 2023 Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Aug 22, 2023 William Johnson ALfg 22, 202317:33 CDT) Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX To (Owner) P. O. Number: Project: Contractor's Application for Payment Invoice No. Final City of Fort Worth Invoicing Period (From - To): Invoice Date: 5/1/2023 - 5/31/2023 7/17/2023 FW020-0000005005 From (Contractor): Remit to ( If Not Automatic Deposit ): City Secretary Contract Number: Approved Change Orders Number 1 2 3 4 5 6 7 8 TOTALS NET CHANGE BY CHANGE ORDERS Contractor's Certification REYES GROUP LTD 101555 Contractor's CFW Vendor No.: 0000034667 55217 Contract PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST Name: Application For Payment Change Order Summary 11. ORIGINAL CONTRACT PRICE.......................................................... $ $4,937,193.00 Additions Deletions 12. Net change by Change Orders................................................................. $ $634,079.63 $1,056,201.52 $343,340.00 13. Current Contract Price (Line 1 t 2)........................................................ $ $5,571,272.63 $8,765.00 14. TOTAL COMPLETED AND STORED TO DATE $127,919.32 $91,776.50 I (Progress Estimate, Construction Allowance and Change Orders)...... $ $5,571,272.41 $237,726.12 $237,726.11 15. RETAINAGE: $58,298.58 $181,988.30 I a. X $5,571,272.41 Work Completed.......... $ b. X Not Used $ c. Total Retainage (Line 5a + Line 5b) ............................... $ 16. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)............................. $ $5,571,272.41 $1,488,910.54 $854,830.91 17. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)........ $ $5,374,553.25 $634,079.63 8. AMOUNT DUE THIS APPLICATION ................................................. �9. $ $196,719.16 BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + COs + Line 5 above) .............. $ $71,043.98 The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Marcos G. 22tie,r M--G R,.e (A,18,202T11e4. ) Liquid Damages $1,250.00 x day 10. CONTRACT TIME: a, Days Awarded 300 b, Days Added by CO 259 C. Total Days 559 d, Days Charged 670 e, Days Remaining -111 Consent of Surety Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Signature Page Progress Estimate Fnr(-trmt) PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST Apphcahon Pevod: 5/1/2023 - 5/31/2023 ary secrete y 55217 Contract Num: C-620 Signature Page Contractor's Application Application Number. Final Apphcahon Da(e: 7/17/2023 Item SO Item No Descvptlon Spect6catlon Umt of Measure S.... No UNIT I PAVING Bid Quantity Behmated Quaefity Materials Presently Total Completed Balance to Fmvh Umt Price Btd Value Installed Value Prewously Installed Value Value This Period Stored (not m C) and StorcA to Date (F) (B - F) (D+E) B 1 0135.0101 Railroad Coordination 013513 LS 1.000000 $2,500.001 $2,500.00 100000000 $2,500.00 $2,500.00 1 $2,500.00 100.0% 2 0135.0102 Railroad Flagman Allowance 013513 EA 60000.000000 $1.00 $60,000.00 60000.00000000 $60,000.00 $60,000.00 $B0,000.00 100.0% 3 0170.0100 Mobilization 017000 LS 1.000000 $233,200.00 $233,200.00 1.00000000 $233,200.00 $233,200.00 $233,200.00 100.0% 4 01710101 Construction Staking 077123 LS 1.000000 $25,660.00 $25,660.00 100000000 $25,660.00 $25,660.00 $25,660.00 1000% 5 0171,0102 As -Bulk Survey 077123 LS 6 0241.0100 Remove Sidewalk 024113 SF 1.000000 $7,732.00 $7,732.00 $7,732.00 10042.700000 $1.00 $10,043.00 10047.84000000 $10,047.84 $10,047.84 $10,047.84 100.0% -$4.84 7 0241.0300 Remove ADA Ramp 024113 FA 10.000000 $665.50 $6,655.00 8.00000000 $5,324.00 $5,324.00 $5,324.00 80.0% $1,331.00 8 0241.0401 Remove Concrete Drive 024113 SF 12740.000000 $2.00 $25,480.00 1274000000000 $25,480.00 $25,480.00 $25,480.00 100.0% 9 02410900 Remove Misc Cone Structure, Ret Wall next to Sidewalk) 024113 LF 70.000000 $47.50 $3,325.00 7000000000 $3,325.00 $3,325.00 $3,325.00 1000% 10 0241.1100 Remove Pvmt(Asphalt/Conc) 024115 SY 8302.000000 $11.00 $91,322.00 7051.70000000 $77,568.70 $77,568.70 $77,568.70 84.9% $13,753.30 11 0241.1300 Remove Cone Curb&Gutter 024115 LF 7300.000000 $9.00 $65,700.00 6575.30000000 $59,177.70 $59,177.70 $59,177.70 90.1% $6,522.30 12 0241.15062" Surface Milling (West 7th Mill) 024115 SY 24396.000000 $3.001 $73,188.00 2439600000000 $73,188.00 $73,188.00 $73,188.00 100.0% 13 3125 0101 SW PPP a 1 acre 1 25 00 LS 1.000000 $5,963.00 $5,963.00 1 00000000 $5,963.06 $5,963.00 $5,963.00 1000% 143137.0110 Special Riprap (6" Stamped Cone Brick for Median) 3 13 13 SY 510.000000 $76.50 $39,015.00 415.65000000 $31,797.23 $31,797.23 $31,797.23 81.5% $7,217.78 15 '3211.0312 6" Flexible Base, Type A, GR-1 211 23 SY 148.000000 $19.50 $2,886.00 0.00000000 $0.00 $0.00 $0.00 0.0% $2,886.00 16 3212.0302 2" Asphalt Pvmt Type D (West 7th Overlay) 2 12 16 SY 24396.000000 578.000000 148.000000 4688.000000 $12.25 $205.00 $110.50 $58.00 $298,851.00 $118,490.00 $16,354.00 $271,904.00 24396.00000000 4491.10000000 9566.85000000 $298,851.00 $260,483.60 $298,851.00 $86,152.07 $260,483.80 $298,851.00 100.0% 17 32120401 6" Asphalt Pvmt(HMAC Transition) 21216 TN -$86,152.07 $118,49000 18 3.0101 6" Cone Pvmt with Ashphalt Overlay(Widening) 11313 SY $16,354.00 19 213.0101 6" Cone Pvmt (Bike Lane+Curb) 213 13 SY $260,483.80 95.8% $11,420.20 203213.0302 5" Cone Sidewalk (Plus Bus Pad) 2 13 20 SF 14602.000000 $5.50 $80,311.00 $52,617.68 $52,617.68 $52,617.68 65.5 % $27,693.32 21 -3213 0321 Cone Sidewalk, Adjacent to Rat Wall 3 13 20 SF 510.000000 $10.50 $5,355.00 446 25000000 $4,685.63 $4,685.63 $4,685.63 87 5% $669 38 22 '3213.0401 6" Concrete Driveway 21320 SF 11968.000000 $10.00 $119,680.00 1031304000000 $103,130.40 $103,130.40 $103,130.40 86.2% $16,549.60 2213.0501 Barrier Free Ramp, Type R-1(Typical) 321320 EA 13.000000 $2,301.00 $29,913.00 10.00000000 $23,010.00 $23,010.00 $23,010.00 76.9% $6,903.00 24 `3213.0501 Barrier Free Ramp, Type R-1(Modfied) 21320 FA 5.000000 $2,383.50 $11,917.50 $11,917.50 25 -3214.0100 Brick Pvmt (Beginning of Project) 21416 BY 26 '32160101 6" Cone Curb and Gutter 21613 LF 115.000000 $123.00 $14,145.00 11500000000 $14,145.00 $14,145.00 $14,145.00 100.0% 9410.000000 $29.00 $272,890.00 783136000000 $227,109.44 $227,109.44 $227,109.44 83.2% $45,78056 27 '3232.0100 Cone Rat Wall Adjacent to Sidewalk 2 32 13 SF 19.000000 $47.50 $902.50 19.00000000 $902.50 $902.50 $902.50 100.0% 2�305.0105 Inlet Adjustment 30514 EA 15.000000 $2,338.00 $35,070.00 5.00000000 $11,690.00 $11,690.00 $11,690.00 33.3% $23,380.00 29 �3305.0107 Manhole Adjustment, Minor 30514 FA 19.000000 $935.50 $17,774.50 400000000 $3,742.00 $3,742.00 $3,742.00 21.1% $14,032.50 30 3305 0111 Valve Box Adjustment 3 05 14 EA 2.000000 $435.00 $870.00 200000000 $870.00 $870.00 $870.00 1000% 31 2.2201 2" Water Service, Meter Reconnection 33 12 10 EA 11.000000 $2,097.50 $23,072.50 $23,072.50 3�312.2204 2" Private Water Service 3 12 10 LF 66.000000 $141.00 $9,306.00 $9,306.00 33 �3471.0001 Traffic Control 4 71 13 Months 12.000000 $3,790.00 $45,480.00 12.00000000 $45,480.00 $45,480.00 $45,480.00 100.0% 34 34710002 Portable Message Sign 47113 WK 48.000000 $771.00 $37,008.00 4800000000 $37,008.00 $37,008.00 $37,008.00 1000% 35 9999.0001 Construction Allowance 000000 EA 200000.000000 $1.00 $200,000.00 $200,000.00 9999.0002 Sidewalk Brick Pavers (To restore the damaaged ones during 000000 36 Construction SF 804.000000 $22.00 $17,688.00 80400000000 $17,688.00 $17,688.00 $17,688.00 100.0% 37 9999 0003 6" Base for Sidewalk/Pavers 00 00 00 BY 26.000000 100.000000 $38.00 $61.50 $988.00 $6,150.00 26 00000000 $988.00 $988.00 $988.00 1000% $6,150.00 38 9999.0004 Base Repair(AsphaltlConc. based on field condition) 000000 SY 39 9999.0005 Fire Hydrant (Relocate & Reconnect) 000000 EA 3.000000 $6,250.50 $18,751.50 2.00000000 $12,501.00 $12,501.00 $12,501.00 66.7% $6,250.50 40 9999.0006 Remove & Reset Ianscaping pavers 000000 SF 804.000000 $24.00 $19,296.00 804.00000000 $19,296.00 $19,296.00 $19,296.00 100.0% UNIT III TRAFFIC SIGNALS & LIGHTS 41 �2605.0111 Furnish/Install Else Sery Pedestal 60500 EA 4.000000 $6,040.50 $24,162.00 400000000 $24,162.00 $24,162.00 $24,162.00 MO % 4605.3012 2" Conduct PVC Sch 40 (Bore) 0 05 33 LF 7495.000000 $30.00 $224,850.00 $224,850.00 433441.1409 No. 8Insulated Else Condr 441 10 LF 44 34411414 No. 8 Bare Else Condr 44110 LF 18390.000000 $2.00 $36,780.00 18390.00000000 971500000000 $36,780.00 $36,780.00 $36,780.00 100.0% 9715.000000 $2.00 $19,430.00 $19,430.00 $19,430.00 $19,430.00 1000% 45 1502 Ground Box Type B w/Apron 344120 EA '3441.3003 Furnish and Install RDWY Ilium Assembly TY 18, 18A, 19, and D-%4 4120 46 40 FA 10.000000 $1,087.50 $10,875.00 1000000000 $10,875.00 $90,650.00 $10,875.00 $90,650.00 $10,875.00 $90,650.00 1000% 100.0% 28.000000 80.000000 80.000000 5.000000 $3,237.50 $2,235.00 $1,910.00 $725.00 $90,650.00 $178,800.00 $152,800.00 $3,625.00 28.00000000 80 00000000 8000000000 5.00000000 47 �3441 3037 Furnish and Install 10'-14' Washington Standard 20 FA $178,800.00 $178,800.00 $178,800.00 1000% _441 4�3441.3054 Furnish and Install LED Lighting Fixture Washington 44120 EA $152,800.00 $152,800.00 $152,800.00 100.0% 49 3441.3201 LED Lighting Fixture '344120 EA $3,625.00 $3,625.00 $3,625.00 100.0% 50 3441.3302 RDWY Ilium Foundation TV 3,5,6, and 8 3 4l 20 FA 28.000000 $1,751.50 $49,042.00 28.00000000 $49,042.00 $49,042.00 $49,042.00 100.0% 51 �3441.3303 RDWY Ilium Foundation Ty 7 44120 FA 80.000000 $1,265.00 $101,200.00 8000000000 $101,200.00 $101,200.00 $101,200.00 100.0% 52 34413323 Furnish and Install Light Pole Arm 44120 EA 5.000000 $411.00 $2,055.00 500000000 $2,055.00 $2,055.00 $2,055.00 1000% 53'3441.3501 Salvage Street Light Pole '34 4120 EA 51.000000 $1,08T501 $55,462.50 51.00000000 $55,462.50 $55m462w50j $55,462.50 1 100.0 % "RIGNAL ITEMS 54 2605.0111 Furnish/Install Else Sery Pedestal 60500 FA 2.000000 $6,040MI $12,081m001 2000000001 $12,081.00 $12,081.00 $12,081.00 100.0% This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Progress Estimate For(oontlaot) PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST Apphcanon Period: 5/1/2023 - 5/31/2023 ary s..reta y 55217 Contract Num: C-620 Signature Page Contractor's Application Application Number. Final Apphcanon Date: 7/17/2023 Item Brd Item No Descv Spem6catlon `0n So... No Umt oPMeasure Bid Quantity Bstm m d Quantity Materials Presently Total Completed IBalance to Pwsh Uwt Price Btd Value Value Prenously Installed Value Value Th. Period and Stored to Date (F) (B - F) nstalled Srored (not in C) (D+E) B 55 2605 3015 2" CONDT PVC SCH 80(T) 60533 LF 315.000000 $25.50 $8,032.50 31500000000 $8,032.50 $8,032.50 $8,032.50 1000% 5566 1805.30162" CONDT PVC SCH 80 (B) 60533 LF 480.000000 $31.50 $15,120.00 48000000000 $15,120.00 $15,120.00 $15,120.00 100.0% 57 '2605.30253" CONDT PVC SCH 80(T) 60533 LF 255.000000 $28.001 $7,140.00 255.00000000 $7,140.00 $7,140.00 $7,140.00 100.0% 58 '2605.3026 W CONDT PVC SCH 80 (B) 605 33 LF 685.000000 $35.00 $23,975.00 685.00000000 $23,975.00 $23,975.00 $23,975.00 100.0% 59 �3441.1001 3-Sect Signal Head Assembly 44l 10 EA 60 J44110024-Sect Signal Head Assembly 44110 EA 31.000000 $1,220.00 $37,820.00 31 00000000 $37,820.00 $37,820.00 $37,820.00 100.0% 2.000000 4.000000 $1,492.00 $1,865.00 $2,984.00 $7,460.00 200000000 4.00000000 $2,984.00 $7,460.00 $2,984.00 $7,460.00 $2,984.00 $7,460.00 1000% 100.0% 61YW1.10035-Sect Signal Head Assembly 44110 EA 62 3441.1011 Ped Signal Head Assembly 44110 EA 17.000000 19.000000 19.000000 22.000000 $906.00 $495.50 $851.50 $9,483.50 $15,402.00 $9,414.50 $16,178.50 $208,637.00 17.00000000 1900000000 22.00000000 $15,402.00 $16,178.50 $208,637.00 $15,402.00 $16,178.50 $208,637.00 $15,402.00 $16,178.50 $208,637.00 100.0% 1000% 100.0% $9,414.50 63 �3441.1021 2" Ped Push BTN Station W/ Sign 4 4l 10 EA 64 34411031 Audible Ped Pushbutton Station 4 41 10 EA 65 1.1215 Furnish/Install Hybrid Detection System 441 10 APR 6fi 3441.1217 Furnish/Install Hybrid Detection Cable 441 10 LF 3890.000000 $3.50 $13,615.001 3890.00000000 $13,615.00 $13,615.00 $13,615.00 100.0% 67 3441.1220 Furnish/Install Model 711 Preemption Detector 441 10 EA 12.000000 $2,401.50 $28,818.00 12.00000000 $28,818.00 $28,818.00 $7,892.50 $510.00 $3,945.00 $28,818.00 100.0% 68 34411224 Furnish/Install Preemption Cable 44110 LF 2255.000000 170.000000 1315.000000 $3.50 $3.00 $3.00 $7,892.50 $510.00 $3,945.00 225500000000 17000000000 1315.00000000 $7,892.50 $510.00 $3,945.00 $7,892.50 1000% 69 i441.13104/C 14 AWG Multi -Conductor Cable 44110 LF $510.00 100.0% 70 A41.13115/C 14 AWG Multi -Conductor Cable 44110 LF $3,945.00 100.0% 71 3441.13127/C 14 AWG Multi -Conductor Cable 44110 LF 2670.000000 $3.50 $9,345.00 2670.00000000 $9,345.00 $9,345.00 $9,345.00 100.0% 72 �3441131410/C 14 AWG MuIB-Conductor Cable 44110 LF 2420.000000 1095.000000 $3.50 $7.00 $8,470.00 $7,665.00 242000000000 109500000000 $8,470.00 $7,665.00 $8,470.00 $7,665.00 $8,470.00 1000% 73 "3441.131520/C 14 AWG Multl Conductor Cable 344110 LF $7,665.00 100.0% 74 3441.13223/C 14 AWG Multi -Conductor Cable 34 41 10 LF 2855.000000 40.000000 3810.000000 $2.50 $2.00 $2.00 $7,137.50 $80.00 $7,620.00 2855.00000000 40.00000000 381000000000 2000000000 $7,137.50 $80.00 $7,620.00 $7,137.50 $80.00 $7,620.00 $7,137.50 100.0% 75 3441.1408 NO 6 Insulated Elec Condr 4 4l 10 LF $80.00 100.0% 76 �3441.1409 NO 8 Insulated Elec Condr 44110 LF $7,620.00 100.0% 77 11413 NO 6 Bare Elec Condr SLID 44110 LF 20.000000 $2.00 $40.00 $40.00 $40.00 $40.00 1000% 78 .3441.1414 NO 8 Bare Else Condr 441 10 LF 1735.000000 $2.00 $3,470.00 1735.00000000 $3,470.00 $3,470.00 $3,470.00 100.0% 79 3441.1501 Ground Box Type D 44110 EA 11.000000 $1,087.50 $11,962.50 11.00000000 $11,962.50 $11,962.50 $11,962.50 100.0% 80 �3441.1601 Furnish/Install 5' Pedestrian Push Button Pole 441 10 EA 4.000000 $845.50 $3,382.00 4.00000000 $3,382.00 $3,382.00 $8,700.00 $41,117.50 $3,382.00 100.0% 81 34411603 Furnish/Install 10'- 14' Ped Pole Assmbly(10') 44110 EA 8.000000 5.000000 $1,087.50 $8,223.50 $8,700.00 $41,117.50 800000000 5.00000000 $8,700.00 $41,117.50 $8,700.00 1000% 82 1.1611 Furnish/Install Type 41 Signal Pole \34 41 10 EA $41,117.50 100.0% 63 3441.1613 Furnish/Install Type 43 Signal Pole 44110 EA 2.000000 $8,551.00 $17,102.00 2.00000000 $17,102.00 $17,102.00 $17,102.00 100.0% 84 3441.1615 Furnish/Install Type 45 Signal Pole 44110 EA 1.000000 5.000000 $11,841.50 $2,388.50 $11,841.50 $11,942.50 1.00000000 500000000 $11,841.50 $11,942.50 $11,841.50 $11,942.50 $11,841.50 100.0% 85 3441 1623 Furnish/Install Mast Arm 16'- 36'(1-24', 1-28', 232', 1-36') 4 41 10 EA $11,942.50 1000% 86 i441.1624 Furnish/Install Mast Arm 40'-48'(1-44', 1-48') '34 41 10 EA 2.000000 1.000000 $32370.50 $5,619.00 $6,741.00 $5,619.00 200000000 1.00000000 6.00000000 $6,741.00 $5,619.00 $6,741.00 $5,619.00 $6,741.00 100.0% 8877 3"1.1625 Furnish/Install Mast Arm 52'-60'(1-56') 44110 EA $5,619.00 100.0% 88 3441.1701 TY 1 Signal Foundation 10 EA 6.000000 $1,265.00 $7,590.00 $7,590.00 $23,255.00 $12,757.00 $7,590.00 $23,255.00 $12,757.00 $7,590.00 $23,255.00 $12,757.00 100.0% 1000% 100.0% _441 89 3441 1703 TY 3 Signal Foundation 441 10 EA 5.000000 2.000000 1.000000 5.000000 $4,651.00 $6,378.50 $6,910.50 $5,362.50 $23,255.00 $12,757.00 $6,910.50 $26,812.50 500000000 200000000 1.00000000 5.00000000 90 34411704 TY 4 Signal Foundation 44110 EA 91 3441.1705 TY 5 Signal Foundation '3441 10 EA $6,910.50 $26,812.50 $6,910.50 $26,812.50 $6,910.50 $26,812.50 100.0% 100.0% 92 3441.1725 Furnish/Install ATC Signal Controller 441 10 EA 93 3441.1741 Furnish/Install 3521 Controller Cabinet Assembly 4 41 10 EA 5.000000 5.000000 20.000000 20.000000 $18,586.50 $2,561.00 $187.50 $537.50 $92,932.50 $12,805.00 $3,750.001 $10,750.001 500000000 500000000 20.00000000 20.00000000 $92,932.50 $12,805.00 $92,932.50 $12,805.00 $92,932.50 $12,805.00 100.0% 1000% ----- 94- '434412002 Dispose Full Traffic Signal 4 41 13 EA 95 3491.3110 Install Lighting Fixture '34 4120 EA $3,750.00 $3,750.00 $3,750.00 100.0% 96 _____'3441.3201 LED Lighting Fixture 344120 EA $10,750.00 $10,750.00 $10,750.00 100.0% 97 �3441.4001 Furnish/Install Alum Sign Mast Arm Mount 44130 EA 44.000000 $713.00 $31,372.00 4400006500 $31,372.00 $31,372.00 $31 p372.001 100.0% 98 34414007 Install Alum Sign Ex Pole Mount 44130 EA 19.000000 6.000000 $483.00 $6,011.50 $9P177.001 $36,069.00 1900000000 600000000 $9,177.00 $36,069.00 $9,177.00 $36,069.00 $9,177.00 $36,069.00 110% 1000% 99 9999,0007 PTZ Camera 000000 EA 100 9999.000816/C 14 AWG MuIB-Conductor Cable 000000 LF 60.000000 $4.50 $270w001 6000000000 $270.00 $270.00 $270w001 100.0% 101 9999.0009 CAT5e Cable " LF 375.000000 $2.50 $937.50 375.00000000 $937.50 $937.50 $937.50 100.0% 102 9999.0010 Install Traffic Signal 000000 EA 2.000000 $26,051.50 $52,103.00 2.00000000 $52,103.00 $52,103.00 $52,103.00 100.0% UNIT IV -LANDSCAPE AND IRRIGATION 103 3291.0101 BED PREPARATION 29119 SY 2013.000000 $3.00 $6,039.00 2013.00000000 $6,039.00 $6,039.00 $3,892.00 $3,892.00 $6,039.00 100.0% $3,892.00 100.0% 104 �3291.0102 COMPOST (1" DEPTH) 2 91 13 Cy 56.000000 $69.50 $3,892.00 56.00000000 105 32910103 BEDDING SOIL MIX (12" DEPTH) 29113 CY 852.000000 $71.00 $60,492.00 85200000000 $60,492.00 $60,492.00 $16,827.00 $16,827.00 $30,770.00 $30,770.00 $1,420.50 $1,420.60 $60p492.00 100.0% $16,827.00 1000% $30,770.00 1012% $36200 106 PLANT BED SOIL MIX 2 91 13 CY 237.000000 $71.00 $16,827.00 23700000000 1 3291,0105 MINERAL MULCH(3"DEPTH) 29300 CY 168.000000 $161.00 $30,408.00 17000000000 1�291.0106 DECOMPOSED GRANITE(4"DEPTH) 21300 CY 1.000000 $1,420.50 $1,lil) it 100000000 $1,420.50 $15,022.00 100.0% 100.0 1�346.4001 SUBDRAINAGE 12'X12" GRAVEL FILLED TRENCH w/ SUMPS 3 4600, *•*' CY 74.000000 $203.00 $15,022.00 74.00000000 $15,022.00 $15,022.00 1 3346.4002 SUBDRAINAGE 24'X24" GRAVEL FILLED TRENCH w/SUMPS 3 4600. "" Cy 103.000000 $203.00 $20,909.00 103.00000000 $20,909.00 $20,909.00 $20,909.001 100.0 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Signature Page Progress Estimate cuysecrerary 55217 Contractor's Application Cush-, Num: F°`(`°°tract) Applrcanon Perod: SO Item No PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST 5/1/2023 - 5/31/2023 A item Specr6canon Desmpnon So... No Umt ofMensure Bid Quantity Umt Price B But Value C Estmiated Queotity Installed D Value Prehously Installed Value Appl'e't'nnNumbero Applrcanon Dare: E Material` Presently Value This Period Shred (not in C) Final 7/17/2023 F Total Completed and Stored to Date (F) (D+E) B G Balance to Fmrsh (B - F) 111 32930103 65 GAL TREE 2 93 43 EA 15.000000 $1,080.00 $16,200.00 1500000000 $16,200.00 $16,200.00 $16,200.00 100.0% 112 GAL. SHRUB 29343 EA 1730.000000 $19.00 $32,870.00 173000000000 $32,870.00 $32,870.00 $32,870.00 1000% 1293.0202 3GAL. SHRUB 2 93 43 EA 1689.000000 $32.00 $54,048.00 171600000000 $54,912.00 $54,912.00 $3,937.50 $54,912.00 1016% $86400 114 `1293.0203 5GAL. SHRUB 29343 EA 105.000000 $37.50 $3,937.50 10500000000 $3,937.50 $3,937.50 100.0% IRRIGATION ITEMS 115284.0101 IRRIGATION SYSTEM 2 94 00 AC 0.420000 $313,800.00 $131,796.00 0.42170000 $132,329.46 $132,329.46 $132,329.46 100.4% -$533.46 116 9999.0012 CONDUIT (PVC) SCH 80-6"BORE 000000 LF 1535.000000 $48.50 $74,447.50 1535.00000000 $74,447.50 $74,447.50 $74,447.50 100.0% UNIT V - SIGNAGE AND PAVEMENT MARKINGS 117 3217.0001 4"SLD Pvmt Marking HAS (W) 3 17 23 LF 15289.000000 $1.50 $22,933.50 9989.00000000 $14,983.50 $14,983.50 $14,983.50 65.3% $7,950.00 118 321700024"SLD Pvmt Marking HAS 21723 LF 7408.000000 $1.50 $11,112.00 694500000000 $10,417.50 $10,417.50 $10,417.50 93.8% $694.50 1�217 0003 4" BRK Pvmt Marking HAS (W) 2 17 23 LF 1141.000000 $2.00 $2,282.00 1141 00000000 $2,282.00 $2,282.00 $6,052.50 $2,282.00 1000% 120 ------ �3217.0201 8"SLD Pvmt Marking HAS (W) 2 17 23 LF 5065.000000 $1.50 $7,597.50 403500000000 $6,052.50 $6,052.50 797% $1,54500 121 3217.0501 24" SLD Pvmt Marking HAE(W)(STOP BAR +CROSSWALKS) 21723 LF 3089.000000 $10.00 $30,890.00 308900000000 $30,890.00 $30,890.00 $30,890.00 100.0% 122 Lane Legend RR 217 23 EA 5.000000 $1,509.00 $7,545.00 5.00000000 $7,545.00 $7,545.00 $7,545.00 100.0% 123 �3217.1002 Lane Legend Arrow 2 17 23 EA 28.000000 $333.50 $9,338.00 28.00000000 $9,338.00 $9,338.00 $9,338.00 100.0% 124 3217.1003 Lane Legend DBL Arrow 31723 EA 3.000000 $597.50 $1,792.50 3.00000000 $1,792.50 $1,792.50 $1,792.50 100.0% 125 Lane Legend Only 2 17 23 EA 13.000000 $371.00 $4,823.00 13.00000000 $4,823.00 $4,823.00 $4,823.00 100.0% 126 3217 1005 Lane Legend Bus Lane 2 17 23 EA 7.000000 $629.00 $4,403.00 6.00000000 $3,774.00 $3,774.00 $3,774.00 85.7% $629.00 12277 32171006 Lane Legend Bike +Bike Arrow 21723 EA 51.000000 $377.50 $19,252.50 4800000000 3500000000 $18,120.00 $18,120.00 $18,120.00 941% $1,13250 128 3217,1007 Lane Legend Sharrow '32 17 23 EA 35.000000 $314.50 $11,007.50 $11,007.50 $11,007.50 $11,007.50 1000% 129 REFL Raised Marker TY II -A -A 21723 EA 340.000000 $10.00 $3,400.00 34000000000 $3,400.00 $3,400.00 $3,400.00 100.0% 130 3217.2104 REFL Raised Marker TY II-C-R 321723 EA 232.000000 $10.00 $2,320.00 232.00000000 $2,320.00 $2,320.00 $2,320.00 100.0% 131217.00074" SLD Pvmt Marking Tape (W) 3 17 23 LF B43.000000 $2.50 $2,107.50 843.00000000 $2,107.50 $2,107.50 $2,107.50 100.0% 132217.0008 4" SLD Pvmt Marking Tape (Y) 4 17 23 LF 7575.000000 $2.50 $18,937.50 7575.00000000 $18,937.50 $18,937.50 $18,937.50 100.0% 133 134 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441.4110 Remove and Reinstall Sign Panel and Post 44130 4130 EA EA 78.000000 18.000000 $526.00 $659.00 $41,028.00 $11,862.00 78.00000000 $41,028.00 $41,028.00 $41,028.00 100.0% 18.00000000 $11,862.00 $11,862.00 $11,862.00 100.0% 135 3441 4108 Remove Sign Panel and Post 441 30 EA 7.000000 $126.50 $885.50 7.00000000 $885.50 $885.50 $885.50 100.0% 136 99990013 Colored Pavement (Bike Lanes)(Web) 000000 SF 9833.000000 $4.00 $39,332.00 983300000000 $39,332.00 $39,332.00 $39,332.00 1000% 137 9999.0014 Colored Pavement (Bus Lanes) (Web) 000000 SF 4200.000000 $4.00 $16,800.00 $16,800.00 138 9999.0015 Lane Legend Bike RR 000000 EA 2.000000 $1,886.00 $3,772.00 200000000 $3,772.00 $3,772.00 $3,772.00 100.0% 1217.3101 Tab Marker TYW 21723 EA 253.000000 $48.00 $12,144.00 253.00000000 $12,144.00 $12,144.00 $12,144.00 100.0% This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Signature Page Progress Estimate Crtysecreivy Contract Nom: IFor (oo tract) PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST IApplrcatron Period: 5/1/2023 - 5/31/2023 A Item sptc,Balance .catlon Bid Quantity Umt Price Brd Item No Desmptlon SectiNUmt of Measure so... o 55217 B C Behmatera Quantity Brd Value Installed Apphcati—Numben Applrcatron Date: D E Material( Presently Value Prenously hsstalled Value Value Th. Period Stored (not in C) Contractor's Application Final 7/17/2023 F G Total Completed to Fmrsh and Stored to Date (B (B - F) 1p+E) B Totals $4,937,193.00 $4,098,530.37 $4,184,682.44 -$86,152.07 $4,098,530.37 83.0% $838,662.631 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Progress Estimate Construction Allowance Usage ADDITIONS For (contract): 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST Application Period: 5/1/2023 - 5/31/2023 A Item Item Number Description CAI Additional Cost for TYI Signal Foundation CAI Additional Cost for RDWY Illum Foundation TY 7 CAI Additional Cost for Illum Foundation TY 3, 5, 6, and 8 CA2 Remove and Dispose of Existing Traffic Signal Cabinet CA2 Furnish & Install - 2070 Controller CA2 Finnish & hrsta0 - 3521 Traffic Signal Cabmet CA2 Remove/Salvage Ex. Pad Mounted Service (Inc. Conc. Fdn) CA2 Remove/Salvage Existivg Pull Box CA2 Remove Existing Wood Pole (North and South) CA3 Intemal BBU System (Nickel -Zinc) City Secretary 55217 Contract Num: B C D Specification Quantity to Add Unit Price Addition Value Estimated Quantity Value Section No. Unitof Measure Installed EA 600000000 $895 85 S5,375.10 600000000 $5,375.11 EA 25.00000000 $1,344.35 $33,608.75 25.00000000 $33,608.T EA 15.00000000 $1,702.00 $25,530.00 15.00000000 $25,530.01 EA 100000000 $3,93750 $3,937.50 100000000 $3,937.51 EA 1 00000000 $6,695 00 S6,695.00 1 00000000 $6,695.01 EA 100000000 $22,65625 $22,656.25 100000000 S22,656.1 EA 1.00000000 $2,700.00 $2,700.00 1.00000000 $2,700.01 EA 1,00000000 $330.00 $330.00 1,00000000 $330.01 EA 200000000 $2,400 00 $4,800.00 200000000 $4,800.01 EA 2 00000000 $14,962 50 $29,925.00 2 00000000 $29,925.01 C-620 Signature Page Contractor's Application Application Number Final Application Date: 7/17/2023 E F Total Completed % Balance to F",h Previously Valve Materials Presently and Stored to Date (F) (B - F) Installed Value Periodod Stored (not inC) (D I E) B $5,375.10 $5,37510 100.0% $33,608.75 $33,608.75 100.0% $25,530.00 $25,530.00 100.0% $3,937.50 $3,93750 100.0% $6,695.00 $6,69500 100.0% $22,656.25 $22,65625 100.0% $2,700.00 $2,700.00 100.0% $330.00 $330.00 100.0% $4,800.00 $4,80000 100.0% $29,925 00 $29,925 00 100.0% This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Signature Page Totals I I I 1 1 $135,557.601 1 $135,557.601 $135,557.601 1 1 $135,.557.601 100.0% I I Progress Estimate Construction Allowance Usage Contractor's Application CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED For (contract): 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST Application Number: Final Application Period: 5/I/2023 - 5/31/2023 Application Date: 7/17/2023 A B C D E F Item Bid Item Description Specification Measure Qrsotity to Delete Unit Price Reduction Value Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Number Unn of Se tion No. 35 9999 0001 Construction Allowance 00 00 00 EA 64,513.85 $1 Od $64,513.85 Totals $64,513.89 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Progress Estimate Change Order Number I 1 ADDITIONS For (contract): 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST City Secretary 55217 Contract Num IAppl,canon Period: 5/1/2023 - 5/31/2023 A B C Item Addition Sta-fication CO Quantity to Add Umt Price Change Order Estimated Quantity Change Order Item No. Descriptiongwtion No. Uvit of Measure Value Installed 140 Cost of double hand1mg/Moving Traffic devises for additional phases LS 100000000 $17,703.78 $17,703 78 100000000 141 Bike Detour LS 1.00000000 $3,519.001 $3,519.00 1.00000000 142 Additional Stamped TCP Drawings LS 1.00000000 $6,555.001 $6,555.00 1.00000000 143 Pedestrian Sidewalk Closures for wore corridor LS 1,00000000 $14,646.771 $14,646 77 1.00000000 144 Parking Rental for Temporary Bus Stop at Carrie St ( 6 Lots ,30 Day LS 100000000 $1,035.001 $1,035 00 100000000 145 Exploratory Excavation for Existing Utilities EA 200.00000000 $553.211 $110,642 00 200.00000000 146 Powder Coat (ONLY) TY 41 Signal Pole (5 EA) EA 5.00000000 $1,031.211 $5,156.05 5.00000000 147 Powder Coat (ONLY) TY 43 Signal Pole (2 EA) EA 2,00000000 $1,110.901 $2,721 80 2.00000000 148 Powder Coat (ONLY) TY 45 Signal Pole (1 EA) EA 100000000 $1,282.371 $1,282 37 100000000 149 Powder Coat (ONLY) 16'-36' Mast At. (5 EA) EA 5.00000000 $667.751 $3,338 75 5.00000000 150 Powder Coat (ONLY) 40'48' Mast Arm (2 EA) EA 2.00000000 $831.971 $1,663.94 2.00000000 151 Powder Coat (ONLY) 52'-60 Most Arm (1 EA) EA 1.00000000 $1,103.661 $1,103.66 1.00000000 152 Powder Coat (ONLY) 10-14' Ped Pole Assembly (1() (8 EA) EA 800000000 $724.501 $5,796 00 800000000 153 Powder Coat (ONLY) T Pedesmw Push Button Pole (4 EA) EA 400000000 $543.381 $2,173 52 400000000 154 Powder Coat (ONLY) TY 18 RDWY IBummatio , Assembly (28 EA EA 28.00000000 $1,328.251 $37,191.00 28.00000000 155 Powder Coat (ONLY) 8' Wood Pole Arm (5 EA) FA 5.00000000 $367.081 $1,835.40 5.00000000 156 Paint Signal Pole & Mast Arm 16'-36' (7 EA) EA 700000000 $1,509.381 $10,565 66 700000000 157 Paint Signal Pole & Most Ann 40'-48' (7 EA) EA 700000000 $1,630.131 $11,410 91 700000000 158 Paint 10-14' Ped Pole Assembly (10) (5 EA) EA 5.00000000 $724.501 $3,622.50 5.00000000 159 Import and place 4" Concrete Base with 2" Type D HMAC for Trans, SY 1713.00000000 $68.751 $117,768.75 1584.87000000 160 6" Flexible Base, Type A, GR-1 - Additional For Curb and Bike two SY 4185.00000000 $19.501 $81,607 50 3782.73000000 161 2" CONDT PVC SCH 80 (B) (Replaces all SCH 40 QTY) LF 7495 00000000 $31.501 $236,092 50 7495 00000000 162 Temporary Asphalt- 6" Typ D base & 2" Typ D HMAC (Install and F BY 750.00000000 $18.671 $14,002 50 313.33333333 163 Railroad Pedestrian Warning Signal(RioTech scope) LS 1.00000000 $316,103.621 $316,103.62 0.93057890 164 Railroad Pedestrian, Warning Signal Connngwcy LS 1.00000000 $47,415.541 $47,415 54 0.18000000 165 TCP for Railroad Work Mo 100000000 $1,748.001 $1,74800 100000000 D Value $17,703 78 MHUM 11 MUM KIMI I II I��II• 1I,��I ��38S1•d1G �ixrssass t'71$$'1`SL •� 11 �tlFlY781C �3�^ lYL• l�FE7Td�YI ]SY�d'il69l .I• I I.I. Contractor's Application Application Number: Final Application Date: 7/17/2023 E F Total Completed % Balance to Finish Previously Value This Materials Presently and Stared ni Date (F) (B -F) Installed vane Period Stared (not in C) (D , E) B $17,703.78 $17,703.78 100 0% $3,519.00 $3,519.00 100.0% $6,555.00 $6,555.00 100.0% $14,646.77 $14,646.77 100 0% $1,035.00 $1,035.00 100 0% $110,642.00 $110,642.00 100.0% $5.156.05 $5,11 11, 100.0% This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. 100 0% 100.0% 100.0% 100 0% 100 0% 100.0% 100.0% 100.0% 92.5 90.4% 100 0% 41.8% C-620 Signature Page C-620 Signature Page Totals I I I I I $1,056,201.521 I $970,570.751 $970,570.751 $0.001 1 $970,570.751 91.9% I $85,630.771 Progress Estimate Change Order Number I 1 Contractor's Application DELETIONS For (contract): PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7111 ST Application Number: 101555 Final Applicatmn Period 5/1/2023 - 5/31/2023 Application Date: 7/17/2023 A B C D E F Item CO tr to Deletron Change Order Item No. Desrmplion Speediest- Unit oCMeasure Delete Unit Price Change Order Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used 17 6" Asphalt Pvmt (BMAC Transition) Section No. TN 578.00000000 $205A Value $118,490 0i 42 2" Conduit PVC Sch 40 (Bore) LF 7495 00000000 $30.06 $224,850 Otl Totals $343,340.00 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Progress Estimate Change Order Number 1 2 ADDITIONS C-620 Signature Page Contractor's Application For (contract): I OI555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST City secretary 55217 Application Number: Final Contract Num: Applicahon Period: 5/I/2023 - 5/31/2023 Application Date 7/17/2023 A B C D E F Item AMA— Change Estimated Quantity P—ously Value This Materials Presently Total Completed Change Order Item Description Specification Unit of CO Quantity to Add Unit Price Order Value Installed Value lnstalled Value Period Stored (not in C) and Stored to Date (F) No. Section No. Measure (DIE) B too Demobilize/Remobilize for FWSSR LS 1.00000000 $8,765.00 $8,765.00 1.00000000 1 $8,765.001 $8,765.001 1 $8,765.00 100.0% This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Balance to Finish (B - F) Totals $8,765.00 Progress Estimate Change Order Number 1 2 DELETIONS For (contract): 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7Tn ST Application Period: 5/1/2023 - 5/31/2023 A B C Item CO Quantity to Deletion Change Change Order Item Description Specification Unit of Delete Unit Price Order Value Not Used No. Section No. Mesa— Totals $8,765.00 $8,765.00 Application Number: Application Date D E Not Used Not Used Not Used Not Used This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execufion. C-620 Signature Page $9,765.001 100 0% Contractor's Application Final 7/17/2023 F Not Used Not Used Not Used C-620 Change Order Progress Estimate Change Order Number 1 3 I Contractor's Application ADDITIONS For (contract). 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST City Secretary 55217 Application Number: Final Nun Application Period. -Contract 5/1/2023 - 5/31/2023 Application Date' 7/17/2023 A B C D E F Item Balance to Finish Addition Estimated Quantity Previously Value This Materials Presennot Total Completed (B _ F) Change Order Item Descriptionc'ip1ioti Specification Unit of Measure CO QumitiTy to Add Unit Price Change Order Installed Value Installed Value Period Stored (in C)tly and Stored to Date (F) No. Section No. Value (D I B) B 44 No. 8 Bare Elec Condr LF 340.00000000 $2.00 $680.00 340.00000000 $680.00 $680.00 $680.00 100.0% 45 Ground Box Type B w/Apron EA 1.00000000 $1,087.50 $1,087.50 1.00000000 $1,087.50 $1,087.50 $1,087.50 100.0% 56 2" Con It Pvc Sch 80(B) LF 110.00000000 $31.50 $3,465.00 110.00000000 $3,465.00 $3,465.00 $3,465.00 100.0% 64 Audible Push Button Station EA 17.00000000 $851.50 $14,475.50 17.00000000 $14,475.50 $14,475.50 $14,475.50 100.0% 70 51C 14 AWG Multi -Conductor Cable LF 475.00000000 $3.00 $L425.00 475.00000000 $1,425.00 $1,425.00 $L425.00 100.0% 74 3/C 14 AWG Multi -Conductor Cable LF 1834.00000000 $2.50 $4,585.00 1834.00000000 $4,585.00 $4,585.00 $4,585.00 100.0% 79 Ground Box TypeD EA 1.00000000 $1,087.50 $L087.50 1.00000000 $1,087.50 $1,087.50 $L087.50 100.0% 80 Furnish/Install 5' Pedestrian Push Button Pole EA 1.00000000 $845.50 $845.50 1.00000000 $845.50 $845.50 $845.50 100.0% 116 Conduit (PVC) Sch 80-6"Bore LF 35.00000000 $48.50 $1,697.50 35.00000000 $1,697.50 $1,697.50 $L697.50 100.0% NEW Furnish/Install LBP-7-27 Antenna EA 8.00000000 $345.00 $2,760.00 8.00000000 $2,760.00 $2,760.00 $2,760.00 100.0% NEW Central Control Unit for APS EA 3.00000000 $3,829.73 $11,489.19 3.00000000 $11,489.19 $11,489.19 $11,489.19 100.0% NEW Remove Existing Push Button EA 17.00000000 $230.00 $3,910.00 17.00000000 $3,910.00 $3,910.00 $3,910.00 100.0% NEW Remove Existing-5014 AWG Multi -Conductor Cable LS 1.00000000 $546.25 $546.25 1.00000000 $546.25 $546.25 $546.25 100.0% NEW 3" SCH 80(Conduit Repair) LS 1.00000000 $1,725.00 $1,725.00 1.00000000 $1,725.00 $1,725.00 $1,725.00 100.0% NEW Famish/Install Spread Footing (TY 18) EA 1.00000000 $3,369.50 $3,369.50 1.00000000 $3,369.50 $3,369.50 $3,369.50 100.0% NEW Furnish/Install Spread Footing (TV 1) EA 1.00000000 $2,103.35 $2,103.35 1.00000000 $2,103.35 $2,103.35 $2,103.35 100.0% NEW Exploratory Excavations EA 42.00000000 $316.25 $13,282.50 42.00000000 $13,282.50 $13,282.50 $13,282.50 100.0% NEW Remove Tyre D Ground Box EA 1.00000000 $402.50 $402.50 1.00000000 $402.50 $402.50 $402.50 100.0% NEW Famish/Iiistall-3251 Traffic Signal Cabinet Foundation EA 2.00000000 $6,955.20 $13,910.40 2.00000000 $13,910.40 $13,910.40 $13,910.40 100.0% NEW 6" PVC Water Line(CSS Backfilp LF 40.00000000 $413.39 $16,535.60 40.00000000 $16,535.60 $16,535.60 $16,535.60 100.0% NEW 6"Gate Valve EA 1.00000000 $4,709.82 $4,709.82 1.00000000 $4,709.82 $4,709.82 $4,709.82 100.0% NEW Fire Hydrant EA 1.00000000 $9,616.81 $9,616.81 1.00000000 $9,616.81 $9,616.81 $9,616.81 100.0% NEW Denio Existing Curb Nlet EA 1.00000000 $2,048.24 $2,048.24 1.00000000 $2,048.24 $2,048.24 $2,048.24 100.0% NEW Cast in Place Curb hits[ EA 1,00000000 $9,661.66 $9,661.66 1.00000000 $9,661.66 $9,661.66 $9,661.66 100.0% NEW � � � � � � � � � � � � � � � � � � � � � � � Salvage & Deliver "Red" Bricks to City LS 1,00000000 $2,500.00 $2,500.00 1.00000000 $2,500.00 $2,500 00 $2,500.00 100.0% I I I I I I I I I I I I I I I I I I I I I I I This document has been modified from its original from as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior 0 its execution. C-620 Change Order Totals $127,919.32 $127,919.32 5127,919.32 Progress Estimate Change Order Number 1 3 DELETIONS IFor (contract) 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST (Application Period 5/1/2023 - 5/31/2023 A B C D Item Q°annty to Deletion Change Order Item No. Desrnphon Specification Section No. Unit of Measure Delete Unit Price Change Order Not Used Not Used Not Used Not Used Value 28 Inlet Adjustment EA 5.00000000 $2,338.04 $11,690.00 29 Manhole Adlustment, Minor EA 7.00000000 $935.50 $6,548.50 31 2" Water Service, Meter Reconnection EA 5.00000000 $2,097.50 $10,487.50 35 Coost—tion Allowance EA 41000.00000100 $l.O4 $40:000,00 39 Fire H�`{`.1�r^t (Relocate &Reconnect) EA 1.00000000 $6,250.Sb $6,250.50 137 Colored Pavement (Bus Lane) SF 4200.00000000 $4.04 $16,800.00 Totals $91,776.4 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consul Legal Counsel prior 0 its execution. $127.919.321 100.0% Contractor's Application Application Number: Final Application Date 7/17/2023 E F Not Used Not Used Not Used Not Used C-620 Change Order Progress Estimate Change Order Number IFm (contract) 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST Applrcatiov Period A Item Change Order Item No. Description 12 024E 15062" Soda. Millmg(West 7th Mill) 14 313T0110 Special Rimap (6" Stamped Cone Brick for Median) 16 3212.0302 2" Asphalt Part Type D (Waset 7th Overlay) 26 321&0101 6" Conc Cmb and Carter 27 3232.0100 Con, Re Wall Adjacent to Sidewalk 33 3471.0001 Traffic Control 34 347L0002 Portable Message Sign 37 9999.0003 6" Base for Sidewalk Pavers 119 321T0003 4" BRK P-t Marking HAS (W) 120 321T0201 8" SLD P-t Marking HAS (W) 121 321T0501 24" SLD P-t Marking HAE (W) (STOP BAR CROSSWALKS 122 321T 1001 Lane Legend RR 123 321T 1002 Lane Legend Arrow 124 321T 1003 Lane Legend DBL Arrow 125 321T 1004 Lane Legend Only 128 3217A007 Lane Legend Shot - 136 9999.0013 Cabinet! Pavement (Bike Laves) (web) 139 3217.3101 Tab Marker TY W New Remove Rook from Side Medina (C-11 to University) New Haul and Unload Rock 6om Side Medina to City Facility New hrstall Wood Molch to Side Medians (Carroll to Umversdy) New Remove Plantiam, Irrigation & Cap 1,nan on at 3 Comer Medians New hrstall 7" Rsmf Cov43000Ps0-stamped/colored New hjstall White Bi-Directional Reflectors on Face and Top of Cmbs New hjstall Yellow Bi-Directional Reflectors on Face and Top of Cmbs New hrstall 36" Tall Flexible Yellow Delineator at Media. Noses New Street Light Pedestal (Material only) 4 Contractor's Application ADDITIONS 5/1/2023 - 5/31/2023 Specification UvUnitoP CO Quantity to Add Section No. Measure a TPW SY 1737 51000000 TPW SY 50.58000000 TPW SY 173751000000 TPW LF 6L69000000 TPW SF 3L75000000 TPW Months T00000000 TPW WK 36.00000000 TPW SY 4L78000000 TPW LF 175400000000 TPW LF 103000000000 TPW LF 14500000000 TPW EA L00000000 TPW EA 5.00000000 TPW EA L00000000 TPW EA M00000000 TPW EA L00000000 TPW SF 732530000000 TPW EA 5.00000000 TPW CY 66.00000000 TPW LS L00000000 TPW CY 66.00000000 TPW LS L00000000 TPW SY 39.00000000 TPW EA 26400000000 TPW EA 14000000000 TPW EA 14.00000000 TPW EA 1.00000000 Unit Price $3.00 S76.50 S12.25 S29.00 $4T50 S3,790.00 $77L00 S38.00 $2.00 $L50 MOM S1,509.00 $333.50 $59T50 $371.00 $314.50 $4.00 S48.00 MOM$46,860.001 S7,000.00 $360.00 S3,000.00 $350.00 MOM M0.00 $200.00 $3,236.25 City Secretary Contract Num: B Addition Change Order Value $5,212.53 S3,869.371 $21,284.501 S1,789.011 $1,508.131 $26,530.001 S27,756.001 $1,587.641 S3,508.00 S1,545.001 $1,450.001 $1,509.001 S1,667.501 $597.501 S3,710.001 $314.50 $29,301.201 $240.001 S7,000.001 $23,760.001 S3,000.001 $13,650.00 S2,640.001 S1,400.001 $2,80(t001 $3,236.251 I I I I 55217 C Estimated Quavhty Installed 1698 60000000 169860000000 317500000 T00000000 36.00000000 4L78000000 175400000000 14500000000 L00000000 5.00000000 L00000000 M00000000 1.00000000 7325300000,30L20 5.00000000 66.00000000 L00000000 66.00000000 L00000000 39.00000000 26400000000 14000000000 14.00000000 L00000000 D Valua $5,095.80 Previously Installed Value $5,095MI Valueod Period Applitid on Number Applii,atmn Date E Mat,n,ls Presently Storod (not in C) Final 7/17/2023 F Total Completed % and Stored to Date (F) (D+ E) B 1 $5,095.80 97 8% 1 1 $20,80T85 97.8% 1 S1,508A3 1000% $26,530.00 1000% S27,756.00 1000% S1,58T64 1000% S3,508.00 1000% 1 S1,450.00 1000% S1,509.00 1000% S1,66T50 1000% $59T50 1000% S3,710.00 1000% $314.50 1000%00 $29,30L20 1000% $240.00 1000% $46,860.00 1000% S7,000.00 1000% $23,760.00 1000% I S3,000.00 1000% $13,650.00 1000% S2,640.00 1000% S1,400.00 1000% $2,800.00 1000% $3,236.25 1000% I I I I I I I I I I I I I I I I I Balance to Finish (B -F) $116 73 $3,86937 S47665 $1,78901 -S001 $1,54500 $20,80T85 $20,80T85 S1,508.13 S1,508A3 $26,530.00 $26,530.00 $27,756.00 S1,58T64 $27,756.00 S1,58T64 S3,508.00 S3,508.00 S1,450.00 S1,450.00 S1,509.00 S1,509.00 S1,66T50 S1,66T50 $597.50 $59T50 S3,710.00 S3,710.00 $314.50 $314.50 $29,301.20 $29 $240.00 S240.00 $46,860.00 $46,860.00 S7,000.00 S7,000.00 $23,760.00 $23,760.00 S3,000.00 S3,000.00 $13,650.00 $13,650.00 S2,640.00 S2,640.00 S1,400.00 S1,400.00 $2,800.00 $2,800.00 $3,236.25 $3,236.25 This document has been modified from is onginal form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document cmefully and consult Legal Counsel prior to its execution. C-620 Change Order Totals I I I 1 1 $237,726.121 1 $229,929.371 $229,929.371 1 1 $229,929.371 96.7% I $7,796.751 Progress Estimate Change Order Number 1 4 Contractor's Application Deletions IFor (`Dorset)' 101555 PAVING & TRAFFIC SIGNAL. IMPROV. FOR W 7TH ST Application Number: Final Application Penod: 5/1/2023-5/31/2023 Application Date: 7/17/2023 A B C D E F I he CO Quantity to Delet on Change Order Item No. Descntrtwit Speaficaliou S- on No. Una of Measure Delete Uva Pnce Change Order Not Used Value Not Used Not Used Not Used Not Used Not Used Not Used Not Used I 7 Remove ADA Rama TPW EA 2.00000000 $665.5r $1,331.06 I Io 0241. 1100 Remove Pvmt LLA TPW SY 125030000000 $11.0. 11 r1�,'It/Conc) 0241.1300 Remove Conc Cu &Gutter TPW LF 724 70000000 $9.0• $6,522.36 153211.0312 6" Flexible Base, T GR-1 TPW SY 148 00000000 $19.5- :13,75336 $2,88606 18 j% 3213.01016"Cnc Pvmtwah Asphalt Overlay(Widening) TPW SY 14800000000 $110.5� 16,354A I 19 3213.0101 6" Conc Pvmt (@/ke Lana+Curbj TPW SY 1112 46000000 $58.0+ $64,522.68 I 20 3213.0302 5" Conc Sidewalk,PI.s Bus P. TPW SF 331 23000000 $5.5, $1,82L77 I 21 32I3.0321 Conc Sidewalk Aaiacent to Rat all TPW SF 63.75000000 $10.5- $669.38 I 22 3213.04016" Concrete Driveway TPW SF 138195000000 $10.0- $13,819.5- I 23 3213.0501 Bauer Free Ramp, Twe R-1 (Twical) TPW EA 4.00000000 $2,301.0- $9,204.0, I 28 3305.0105 Inlet Admstment TPW EA 5.00000000 $2,338.0- S11,690.0, I 29 3305.0107 Manhole Adlustment, Minor TPW EA 9.00000000 $935.5- $8,419.5� I 31 3312.2201 2" Water Sam- Meter Reconnachon TPW EA &00000000 $2,097.5� $12,585.0� I 32 3312.2204 2" Private Water Ss-TPW LF 6&00000000 $141.0, $9,30&0+ I 35 Conswefion Allowance TPW EA 20020.36000000 $L0- $20,020.3A I 63 3441.1021 2" Ped Push BTN Station W/ S��,'fff TPW EA 19.00000000 $495.5• $9,414.5- I 117 3217.0001 4" SLD Pvmt Marki.%S TPW LF 5300 00000000 $1.5t $7,950.Or I 118 3217,00024" SLD Pvmt Markuie S TPW LF 59300000000 $L5r $SW5• I 126 3217.1005 Lane LegenRd Bus Lane TPW EA L00000000 $629.0+ $629.0• I 127 3217rt.108061ane LVg Bike+Bike Anow TPW EA 3.00000000 $377.5- $1,132.5• I 159 I(0 d {Mace 4 Concrete Base with 2" T D HMAC for Transition TPW SY 128 13000000 $68.7i $8,808.9. I l60 \ 6"e ble Base T�1I` A, GR-1-Additiona1or urb and Bike Lane TPW SY 402 27000000 $I9.56 $7,844.27 I 162 Temporary Asphalt b' Tw base & 2" Tw D HMAC (R stall and Remove) TPW SY 436 67000000 $18.67 $8,152.63 Totals $237,726.11 This document has been modified fiom its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Change Order Progress Estimate Change Order Number 1 5 ADDITIONS IFc, (coat act). 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST city Secretary 55217 Contract Nam: IApplication Period. 5/1/2023 - 5/31/2023 A B Item Addition Change Order Item Specification CO Quantity to Add Unit Price Change Order No. Description Unit of Measure Section No. Value _ 6 Renwve Sidewalk SF 5.14000000 $1.00 $5.14 19 6" Cone Pvmt (Bike Lana+Carb) SY 915.56000000 $58.00 $53,102.48 23 B—a Free Ramp, Type R-1 (Typical) EA 1.00000000 $2,301.00 $2, 001.00 29 Manhole Adjustment, Minor EA 1.00000000 $935.50 $935.50 107 MINERAL MULCH(3'DEPTH) CY 2.00000000 $181.00 $362.00 113 '3 GAL. SHRUB EA 27.00000000 $32.00 $864.00 115 IRRIGATION SYSTEM AC 0.00170000 $313,800.00 _ $533.46 118 4" SLD Pvmt Marking HAS (Y) LF 130.00000000 $1.50 $195.00 C D Estimated Quantity Value hnstalled Contractor's Application Application Number: Final Application Date. 7/17/2023 E F Balance to Finish Previously Value This Materials Presently Total Completed % F Installed Value Period Stored (not in C) and Stored to Date (F) B - ) (D+E) B This document has been modified fi-om its original form ae an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior 0 its execution. $5.141 $53,102.48 1 $2,301.001 $935.501 $362.001 $864.001 $533.461 $195.00 1 1 1 1 1 1 1 C-620 Change Order Totals $58,298.58 Progress Estimate Change Order Number 1 5 DELETIONS IFor (contract) 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST (Application Period 5/1/2023 - 5/31/2023 A B C D Item CO Quantity to Deletion Change Order Item No. Descrrphon Specification Section No. Unit of Measure Delete Unit Price Change Order Not Used Not Used Not Used Not Used Value 5 As -Built Survey LS 1.00000000 $7,732.06 $7,732.00 l2 2" Sur6ce Midi��yy `West 7th Milp SY 38.91000000 $3.06 $ l 16.73 14 Sypcial Riypj�p (6" S1 Pled Conc Brick for Median) SY 144.93000000 $76.56 $ t 1,087.15 16 20 21tl1 Asphalt Pvmt TYvg D ( t 7th Overlay) 5" Cone Pvmt (rius &us P �s SY SF 38.91000000 4703.92000000 $12.2i $5.56 $476.65 $25,871.54 22 6" Concrete Dnveway SF 273.01000000 $10.06 $2,730.10 24 Barrier Freeraa3 Tyre R-l(Modified) EA 5.00000000 $2,383.56 $11,917.50 26 6" ConeCur Gutter LF 1640,33000000 $29.04 $47,569.57 35 Construction Allowance EA 4422,04000000 $1.04 $4,422.04 38 Base pi, (Asphalt/Conc based on field condition) SY 100,00000000 $61.54 $6,150.00 121 8" S vmt]ylarkiS (Vi) LF 2060,00000000 $1.54 $3,090.00 163 s� Railroad Pedestrian WW QSS) aallI'I'/yRioTech Scope) LS 0.06942110 $316,103.62 $21,944.24 164 Railroad Pedestrian Waming Surat (;ontingency LS 0.82000000 $47,415.54 $38,880.74 Totals $181,988.36 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior 0 its execution. $58.298.581 Contractor's Application Application Number: Final Application Date 7/17/2023 E F Not Used Not Used Not Used Not Used C-620 Change Order Progress Estimate Change Order Number 1 6 ADDITIONS Far(corimd). IDI$$$ PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST city Secretary Contract Nun: (Application Period. 5/1/2023 - 5/31/2023 A B Item Addition Change Order Item Specification CO Quantity to Add Unit Price Change Order No. Description Section No. UnnofMeasrue Value 55217 C D Estimated Quantity Value Installed Contractor's Application Application Number: Final Application Date. 7/17/2023 E F Balance to Finish Total Completed % Previously Value This Materials Presently and Stored to Date (F) (B -P) Installed Value Period Stored (not in C) (D+E) B This document has been modified from its original form in, an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior 0 its execution. C-620 Change Order Totals Progress Estimate Change Order Number 1 6 DELETIONS IFor (contract) 101555 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST IApplrcatren Period 5/1/2023 - 5/31/2023 A B C D CO Item Deletion Change Order Item Specification Q°minty to Unit Price Change Order Not Used Not Used Not Used Not Used No. Description Section No. Unit of Measure Delete Value Totals This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior 0 its execution. Contractor's Application Application Nmnber: Final Application Date 7/17/2023 E F Not Used Not Used Not Used Not Used City of Fort Worth Summary of Charges City Secretary Contract Num: 55217 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST I P. O.: FW020-0000005005 Project Number: 101555 Application Period: 5/1/2023 - 5/31/2023 Application I Final Application Date: 7/17/2023 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Original Contract 134018 0200431 5740010 101555 002380 9999 18010199 $4,234,087.97 $774,148.78 ($86,152.07) 10 10 10 10 10 10 10 10 10 10 I Change Order 1 134018 0200431 5740010 101555 002380 9999 18010199 $970,570.75 ($257,709.23) ($0.00) 10 10 10 10 10 10 10 10 10 10 Change Order 2 134018 0200431 5740010 101555 002380 9999 18010199 $8,765.00 10 10 10 10 10 10 10 10 10 10 I I Change Order 3 34018 0200431 5740010 101555 002380 9999 18010199 $127,919.32 ($91,776.50) 0 Retainage Net ($86,152.07) ($0.00) City of Fort Worth Summary of Charges City Secretary Contract Num: 55217 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST I P. O.: FW020-0000005005 Project Number: 101555 Application Period: 5/1/2023 - 5/31/2023 Application I Final Application Date: 7/17/2023 Number: Funding Identification (FID) 10 10 10 10 10 10 10 10 10 Change Order 4 134018 0200431 5740010101555 002380 9999 18010199 10 10 10 10 10 10 10 10 10 10 Change Order 5 134018 0200431 5740010101555 002380 999918010199 10 10 10 10 10 10 10 10 10 10 Change Order 6 134018 0200431 5740010101555 002380 999918010199 10 10 10 10 Total Completed $229,929.37 Amt Remaining ($229,929.36) ($123,689.72) Gross Retainage Net City of Fort Worth Summary of Charges City Secretary Contract Num: 55217 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST I P. O.: FW020-0000005005 Project Number: 101555 Application Period: 5/1/2023 - 5/31/2023 Application I Final Application Date: 7/17/2023 Number: Funding Identification (FID) 10 10 10 10 10 10 Change Order 7 134018 0200431 5740010101555 002380 999918010199 10 10 10 10 10 10 10 10 10 10 Change Order 8 134018 0200431 5740010101555 002380 999918010199 10 10 10 10 10 10 10 10 10 10 Totals 134018 0200431 5740010101555 002380 999918010199 10 10 10 10 10 10 10 Total Completed $5,571,272.41 Amt Remaining $71,043.98 Gross ($86,152.07) Retainage Net ($86,152.07) City of Fort Worth Summary of Charges City Secretary Contract Num: 55217 PAVING & TRAFFIC SIGNAL IMPROV. FOR W 7TH ST I P. O.: FW020-0000005005 Project Number: 101555 Application Period: 5/1/2023 - 5/31/2023 Application I Number: Final Application Date: 7/17/2023 Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net 10 $0.00 10 $0.00 10 $0.00 Grand Total $5,571,272.41 1 $71,043.98 1 1 ($86,152.07)1 1 $0.00 1 1 ($86,152.07)I CSC No. 55217-COI FORT WORTH. Project Namel West 7th Street Client Project #(s)� 101555 Project Description City of Fort Worth Change Order Request City Sec # I 55217 West 7th Street from University Drive to Trinity River Bridge Street Improvements Contractor Reyes Group, LTD Change Order #I City Project Mgr. I Leon Wilson Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $4,937,193.00 $0.00 $0.00 Date I 10/14/2021 City Inspectorl Ozzie Ouimette $4,937,193.00 $712,861.52 $5,650,054.52 $1,052,885.17 $1,052,885.17 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) Contract Time Totals (CD) $4,937,193.00 300 $4,937,193.00 300 $712,861.52 $5,650,054.52 300 $1,052,885.17 $1,052,885.17 14.44% $6,171,491.25 IN ACCORDANCE WITH THIS CONSTRUCTION CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and materials as per attached proposed RFIs: RFI #4: City of Fort Worth TP&W has changed requirements to only accept Schedule 80 conduit for illumination. RFI #7: Base required to be added to maintain existing curb height with the proposed standard C&G. RFI #14: TP&W approved temporary asphalt in parts of the landscaped medians in order to open the travel lanes temporarily. RFI #17: HMAC transition at proposed concrete C&G is replaced by Plowable fill with overlay. RFI #18: TP&W requested all new poles installed to be power coated black and all existing poles to remain to be painted black to maintain the West 7th Street aesthetic. RFI #19: TP&W approved changes to traffic phasing and methods of construction. RFI #21: Exploratory excavations are required to identify existing utilities for irrigation, bores and electrical. RFI #23: Riotech railroad signal scope & contingency. 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. ntractors Company NameIrontractor Reyes Group LTD (Name) ntract Signature Jaison Cherian r"TxGinOct 17, 2021 Inspector/Inspection Supervisor Date ProjefflMITCM11RIct Compliance Manager Date ,.,.. . Oct 18, 2021 ° ° Oct 19, 2021 Program Manager Date Senior Capital Project Officer Date Oct 19, 2021 Oct 19, 2021 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date 1 �F Oct 19, 2021 Oct 19, 2021 Assistant City Attorney Date Assistant City Manager I Date Oct 22, 2021 « see.®sue Oct 25, 2021 Council Ac M&C Number I 21-0791 I M&C Date Approved I 10/12/2021 I ATTEST: Ronald P. Gonzales, Acting City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH City of Fort Worth HIV---- Change Order Additions Project Name I West 7th Street City Sec # 55217 Client Project# 1 101555 1 Contractorl Reyes Group, LTD I PMI Leon Wilson I Inspectorl Ozzie Ouimette Change Order Submittal # O1 Date 1 10/14/2021 ADDITIONS IIEM UESGKIPI ION UEPI Qty Unit Unit Gost total 14U Gost of double handling/Moving I rattic devises for additional phases IPW 1 UUUUUUUU LS $11,IU318 $1 I,IU318 141 Bike Detour TPW 1 OOOOOOOU LS $3,519 OU $3,519 00 142 Additional Stamped TCP Drawings TPW 1 0000000U LS $6,bbb OU $6,bbb 00 143 Pedestrian Sidewalk Closures for entire corridor TPW 1.000OOOOU LS $14,646 7/ $14,646 77 144 Parking Rental for Temporary Bus Stop at Currie St ( 6 Lots ,30 Days) TPW 1 UUUUUUUU LS $1,U3b OU $1,03b 00 145 Exploratory Excavation for Existing Utilities TPW 200 OOOOOOOU EA $553 2 f $110,642 00 148 Powder Coat (ONLY) TY 41 Signal Pole (b EA) TPW b 0000000U EA $1,031 2'f $b,156 Ob 147 Powder Coat (ONLY) TY 43 Signal Pale (2 EA) TPW 2.00OOOOOU EA $1,110 9U $2,221 80 148 Powder Coat (ONLY) TY 45 Signal Pole (1 EA) TPW 1.0000000U EA $1,282 3/ $1,282 3/ 149 Powder Coat (ONLY) 16'-36'Mast Arm (5 EA) TPW 5 OOOOOOOU EA $667 75 $3,338 75 150 Powder Coat (ONLY) 40'-48' Mast Arm (2 EA) TPW 2 0000000U EA $831 9f $1,663 94 151 Powder Coat (ONLY) 52'-60 Mast Arm (1 EA) TPW 1 OOOOOOOU EA $1,103 66 $1,103 66 152 Powder Coat (ONLY) 10-14'Ped Pale Assembly (10') (8 EA) TPW 8 0000000U EA $t24 bU $b, t96 00 153 Powder Coat (ONLY) 5' Pedestnan Push Button Pole (4 EA) TPW 4 OOOOOOOU EA $543 38 $2,173 52 154 Powder Coat (ONLY) TY 18 RDWY Illumination Assembly (28 EA) TPW 28 0000000U EA $1,328 2b $3091 00 155 Powder Coat (ONLY) 8' Woad Pole Arm (5 EA) TPW 5 OOOOOOOU EA $367 O8 $1,835 40 158 Paint Signal Pole & Mast Arm 16'-36' (f EA) TPW t 0000000U EA $1,bU9 38 $10,585 66 157 Paint Signal Pale & Mast Arm 40'-48' (7 EA) TPW 7 OOOOOOOU EA $1,63013 $11,410 91 158 Paint 10-14' Ped Pole Assembly (10') (b EA) TPW b 0000000U EA $f24 bU $3,622 bO 159 Import and place 4" Concrete Base with 2" Type D HMAC for Transition TPW 1,713.00OOOOOU SY $68 75 $117,768 75 160 6" Flexible Base, Type A, GR-1 -Additional For Curb and Bike Lane TPW 4,18b UUUUUUUU SY $19 bU $81,6Ot bO 161 2" CONDT PVC SCH 80 (B) (Replaces all SCH 40 QTY) TPW 7,495 OOOOOOOU LF $31 5U $236,092 50 162 Temporary Asphalt- 6" Typ D base & 2" Typ D HMAC (Install and Remove) TPW fbU 0000000U SY $18 bf $14,002 bO 163 Railroad Pedestrian Warning Signal (RioTech scope) TPW 1.000OOOOU LS $316,103 62 $316,103.62 164 Railroad Pedestrian Warning Signal Contingency TPW 1.0000000U LS $4t,41b 54 $4f,41b b4 165 TCP for Railroad Work TPW 1 OOOOOOOU MO $1,748 OU $1,748 00 TPW $1,056,20152 Sub Total Additions $1,056,2U1 b2 Change Order Additions Page 2 of 4 FORT WORTH City of Fort Worth --- Change Order Deletions Project Name I West 7th Street City Sec # 1 55217 Client Project # 1 101555 1 Contmctorl Reyes Group, LTD I PMI Leon Wilson Inspectorl Ozzie Ouimette Change Order Submittal # F-7 Date 1 10/14/2021 DELtIILINS IILM ULbURIPIIUN ULPI Ctty Unit Unit Cost total III b' Asphalt Pvmt (HMH(J I ransition) I PVV t)I b UUUUUUUU I N $LU5 UU VI b,49U UU 42 2" Conduit PVC Sch 40 (Bore) TPW 1,49b UUUUUUUU LF $30 UU $224,8bU UU TPW $343,340 00 Sub total Ueletions $343,34U UU Change Order Deletions Page 3 of 4 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 1 Previous Change Orders Co # I DATE I AMOUNT Total $0.00 1 M&C Review CITY COUNCIL AGENDA DATE: 10/12/2021 REFERENCE**M&C 21- LOG NAME: 20W7TH ST CONSTRUCTION NO.: 0791 CHANGE ORDER 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 9) Authorize Execution of Change Order No.1, in the Amount of $712,861.52 to the City Secretary Contract No. 55217 with the Reyes Group, Ltd. for West 7th Street Improvements from University Drive to Trinity River Bridge for a Revised Contract Amount of $5,650,054.52 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 1, in the amount of $712,861.52 to City Secretary No. 55217 with the Reyes Group, Ltd., thereby increasing the contract amount to $5,650,054.52 (City Project No. 101555). DISCUSSION: On January 12, 2021, by Mayor and Council Communication (M&C) 21-0033, the City Council authorized execution of a contract with the Reyes Group, Ltd.; in the amount of $4,937,193.00, for the West 7th Street Improvements from University Drive to the Trinity River Bridge. The project scope includes the construction of a 4-lane street section between University Drive and the Trinity River Bridge, including bicycle lanes, pedestrian, landscaping, illumination, and intersection improvements. Change Order No. 1 provides compensation for the railroad gate improvements at the Fort Worth & Western Railroad located at Woolery Street near Montgomery Plaza on West 7th Street. The City's contractor Riotech is not able to complete the work under the City's services contract. This change order will add this scope of work to the current construction contract with the Reyes Group, Ltd. Contract No. 55217. The improvements that are needed include an addition of four pedestrian gates, relocation of two roadway gates, railroad track and traffic protection. These improvements will be in conjunction with the construction of a new traffic signal at Woolery Street and the Montgomery Plaza driveway. This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. Existing Additional Fund Funding Funding Project Total 0c1[1SRVIiJBIR.T•7T Program Fund I $4,937,193.00 $712,861.52 $5,650,054.52 Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has been achieved by the following method: Reyes Group, Ltd. is in complaince with the City's BDE Ordinance by committing to 4\% MBE participation on this change order. This project is located in COUNCIL DISTRICT 9. FORTWORT11 http://apps.cfwnet.org/council_packet/mc review.asp?ID=29339&councildate=10/12/2021[10/13/2021 12:54:58 PM] M&C Review FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Funds for the West 7th St -Univ to Trinity R project to support the approval of the above recommendation and execution of the change order. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account I Project Program Activity Budget Reference # Amount ID ID I Year (Chartfield 2) Submitted for Citv Manaaer's Office bv: Dana Burghdoff (8018) Oriainatina Department Head: Additional Information Contact: ATTACHMENTS CPN 101555 7TH MaD.Ddf William Johnson (7801) Monty Hall (8662) http://apps.cfwnet.org/council_packet/mc review.asp?ID=29339&councildate=10/12/2021[10/13/2021 12:54:58 PM] CSC No. 55217-CO2 FORT WORTH. Project Name West 7th Street Client Project #(s)� 101555 Project Description Contractor Reyes Group, LTD City Project Mgr. I Leon Wilson City of Fort Worth Change Order Request I City Sec # l 55217 West 7th Street from University Drive to Trinity River Bridge Street Improvements Change Order #1 2 1 Date 2/3/2022 City Inspectorl Ozzie Ouimette Dept. TPW Original Contract Amount $4,937,193.00 Extras to Date $712,861.52 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Contract Time Totals (CD) $4,937,193.00 300 $712,861.52 $5,650,054.52 $5,650,054.52 300 $8,765.00 114 $5,658,819.52 414 $1,006,271.87 $293,410.35 14.62% $6,171,491.25 $8,765.00 $5,658,819.52 $1,006,271.87 $293,410.35 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) 70 calendar days are necessary because during the pre -construction meeting the City requested that the contractor modify the traffic control to minimize the lengths of the lane closures. The intent was to minimize impact to the businesses within the project corridor. This resulted in additional phases for the traffic control. 20 calendar days are necessary because 10inches of unforeseen concrete road base were discovered which had to be removed to construct the bicycle lanes at an appropriate cross slope. 24 calendar days are necessary because the City requested that the contract demobilize during the Fort Worth Stock Show & Rodeo. The cost for contractor demobilization is $8,765.00 which includes costs to demobilize/remobilie equipment to the site and costs to remove and re -install traffic control. 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. contractors company ivame L uomractor tijam I -omract signature Reyes Group, LTD Jaison Cherian (61AK aIA Feb 4, 2022 Inspector/Inspection Supervisor Ir Project and Contract Compliance Manager Feb 7, 2022 4, 2022 Program Manager Date Senior Capital Project Officer 7Feb Feb 8, 2022 8, 2022 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date au✓en vreuv Feb 8, 2022 « Feb 8, 2022 Assistant City Attorney Date Assistant City Manager Date „ Feb 9, 2022 B doffs .o.z soon, Feb 10, 2022 IIIIIIIIIIIIIIILPouncil Action (if required) ATTEST: c� T) J ette S. Goodall Feb 1Q, 2022 16 CST) Jannette Goodall, City Secretary M&C Number I N/A I M&C Date Approved IN/A I OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH City of Fort Worth —el— Change Order Additions Project Name West 7th Street City Sec # 55217 Client Project# 101555 1 Contractorl Reyes Group, LTD PMI Leon Wilson Inspectorl Ozzie Ouimette l Change Order Submittal # O2 Date 1 2/3/2022 ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 1bb Uemobilize/Kemobilize for I-WSSK IPVV 1000UUUUU LS $8, Ibb UU $b,lbb UUJ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TPW $8,765.001 1 1 1 Sub Total Additions $8,f6b 00� Change Order Additions Page 2 of 5 I I EM FORT Project Name I West 7th Street Client Project # 1 101555 Contmctorl Reyes Group, LTD UESCRIP I ION City of Fort Worth Change Order Deletions City Sec # 1 55217 1 lPMl Leon Wilson Inspectorl Ozzie Ouimette l Change Order Submittal # O2 Date 1 2/3/2022 DELETIONS UEP I Uty Unit Unit Cast I otal TPW Sub Total Deletions $0 00 $0.00 Change Order Deletions Page 3 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 $0.00 CSC No. 55217-CO3 Fo`4 x. Project Name West 7th Street Client Project#(s)Q 101555 Project Description CoMraciol Reyes Group, LTD City Project Mgr.( Leon Wilson Dept Original Contract Amount Extras to Data Credits to Data Pending Change Orders (in MSC Process) Contract Cost to Date JAmount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) City of Fort Worth Change Order Request City Sec # 1 55217 West 7th Street from University Drive to Trinity River Bridge Street Improvements TPW $4,937,193.00 $721,626.52 $78,373.48 Change Order #1 Date 11/49022 City Inspector) Ozzie Ouimette Contract Time Totals (Cl $4,937,193.00 00 $721,626.52 114 $5,658,819.52 414 36'142.82 14 $5,6 ,962.34 428 $800,000.00 $78,373.48 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 15.35% MAXALLOWABLECONTRACTAMOUNT(ORIGINALCONTRACT COST +25%) $6,171,491.25 JUSTIFICATION (REASONS) FOR CHANGE ORDER City of Fort Worth has compared the unit prices which are being proposed by the contractor to other similar items and accepts the unit costs. The difference in pricing can be justified by the current market pricing which is fluctuating on a monthly basis due to price escalation and inflation. The City finds that the prices that are being proposed by the contractor are fair and reasonable. The water line pvc pipe, anchors tee, 6" valve and fire hydrant is to performed overnight; hand digging trench;contractor provided material and labor cost breakdown; cost cannot be compared to typical machine dug open trench construction;this is site specific in an area congested with underground utilities. Exploratory excavation item compared to CPN 102689 that opened bids on May 19, 2022 the submitted cost for this CO3 is 70% lower($316.25 vs $1,076). Traffic signal cabinet foundation item compared to CPN 101020 that opened bids on January 13, 2022 the submitted cost for this CO3 is 10.6% higher($6,955.20 vs $6,321.5) which is reasonable. Remaining new traffic signal bid items were reviewed and determined to be reasonable based on similar pricing within the existing contract bid items. The contractor has requested 14 days for the demolition of the existing storm drainage inlet by hand tools, construction of new inlet, hand excavation of existing cast iron 6" water pipe which is currently located within the inlet, installation of new water line, and installation various traffic signal items. 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 Reyes Group, LTD Marcos Reyes ,�eq­a INov 8, 2022 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Data �e Nov 7,2022 Nov 7,2022 Procram Manaaer Date I Senior Caoital Proiect Officer Date Nov 9, 2022 4444 Nov 11, 2022 Assistant Director (Dept) Date Director, Contracting Department (Dept) Data - -- Nov 14, 2022 Nov 14, 2022 Assistant City Attorney Date (Assistant City Manager Date Nov 17, 2022 LAK;Qj--, Nov 17, 2022 Council Action (if required) MSC Number N/A MSC Date Approved N/A ATTEST: Jamul S .4-1- 6 Jannette Goodall, City Secretary oa4440R 4�4 OFFICIAL RECORD v 7O� °° °`Y09�d P. °.�C CITY SECRETARY % p0o 02d FT. WORTH, TX �Pp'f °°° °° *� Q�° b a rFX A`�op ��naaa4a FORT WORTH -` City of Fort Worth r- Change Order Additions Protect Name I West 7th Street I City Sec # 55217 I Client Protect# 1 101555 1 Contractorl Reyes Group, LTD PMI Lean Wilson Inspectorl Ozzie Ouimette Change Order Submittal # Date 1 111412022 1 ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cast Total 1 44 No. 8 Bare Elec Condr TPW 340.000OOOOU LF $2.06 $680.001 45 Ground Box Type B w/Apron TPW 1.0000000Y EA $1,087.50' $1,087.501 56 2" Condt Pvc Sch 80(B) TPW I10.0000000d LF $31.5U $3,465.001 64 Audible Push Button Station TPW 17.000000011 EA $851.5U $14,475.501 70 51C 14 AWG Multi -Conductor Cable TPW 475.000OOOOd LF $3.00' $1,425.001 74 31C 14 AWG Multi -Conductor Cable TPW 1,834.00000000 LF $2.5d $4,585.001 79 Ground Box Type D TPW 1.0000000Y EA $1,087.50' $1,087.501 80 Furnishiinstall 5' Pedestrian Push Button Pole TPW 1.0000000d EA $845.5U' $845.501 116 Conduit(PVC) Sch 80-6" Bore TPW 35.000OOOOd LF $48.50' $1,697.501 NEW Furnishiinstall LBP-7-27 Antenna TPW 8.0000000U EA $345.OU' $2,760.001 NEW Central Control Unit for APS TPW 3.0000000d EA $3,829.73 $11,489.191 NEW Remove Existing Push Button TPW 17.000OOOOU EA $230.OU' $3,910.001 NEW Remove Existing-5C114 AWG Multi -Conductor Cable TPW 1.0000000d LS $546.25 $546.251 NEW 3" SCH 80(Conduit Repair) TPW 1.0000000U LS $1,725.OU' $1,725.001 NEW Furnishiinstall Spread Footing(TY18) TPW 1.0000000U EA $3,369.5U' $3,369.501 NEW Furnishiinstall Spread Footing(TY1) TPW 1.0000000U EA $2,103.35 $2,103.351 NEW Exploratory Excavations TPW 42.000OOOOd EA $316.2d $13,282.501 NEW Remove Type D Ground Box TPW 1.0000000d EA $402.50 $402.501 NEW Furnish/install -325I Traffic Signal Cabinet Foundation TPW 2.00000000 EA $6,955.2d $13,910.401 NEW 6" PVC Water Line(CSS Backfll) TPW 40.000OOOOd LF $413.39 $16,535.601 NEW 6" Gate Valve TPW 1.00000000 EA $4,709.8� $4,709.821 NEW Fire Hydrant TPW 1.0000000d EA $9,616.81 $9,616.811 NEW Demo Existing Curb Inlet TPW 1.0000000d EA $2,048.24 $2,048.241 NEW Cast in Place Curb Inlet TPW 1.0000000d EA $9,661.66 $9,661.661 NEW Salvage & Deliver "Red" Bricks to City TPW 1.0000000U LS $2,500.OU' $2,500.001 1 I 1 I 1 1 1 1 1 1 1 1 1 I I 1 I 1 I 1 I 1 I TPW I 1 I 1 I 1 I I 1 I 1 I 1 I 1 I 1 I 1 I 1 I $127,919.321 1 I I 1 Sub Total Additions 1 1 $127,919.321 Change Order Additions Page 2 of 5 FOR_ T� City of Fort Worth Change Order Deletions Protect Name West 7th Street City Sec # 1 55217 Client Protect # 101555 1 Contractorl Reyes Group, LTD PMI Leon Wilson Inspectorl Ozzie Ouimette l Change Order Submittal # O3 Date 1 111412022 DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 28 Inlet Adjustment TPW 5.0000000q EA $2,338.00 $11,690.00� 29 Manhole Adjustment, Minor TPW 7.0000000C EA $935.50 $6,548.50 1 31 2" Water Service, Meter Reconnection TPW 5.00000000 EA $2,097.50 $10,487.501 35 Construction Allowance TPW 40,000.0000000C EA $1.00 $40,000.001 39 Fire Hydrant(Relocate & Reconnect) TPW 1.00000000 EA $6,250.56 $6,250.501 137 Colored Pavement (Bus Lane) TPW 4,200.00000001J SF $4.00 $16,800.001 TPW $91,776.50 Sub Total Deletions $91,776.50 Change Order Deletions Page 3 of S MISBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co # DATE AMOUNT Total I $0.00 1 101555-CNCO-W. 7th Street CO3 Final Audit Report Created: 2022-11-07 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAlbnVldF9vLGPXelunu9By3mge4BdV1Kj "101555-CNCO-W. 7th Street CO3" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2022-11-07 - 3:22:10 AM GMT- IP address: 204.10.90.100 Document emailed to mohammad.khan@fortworthtexas.gov for approval 2022-11-07 - 4:12:33 PM GMT Document emailed to olu@reyesgroup.com for signature 2022-11-07 - 4:12:33 PM GMT Document emailed to ralph.ouimette@fortworthtexas.gov for signature 2022-11-07 - 4:12:34 PM GMT Document emailed to Leon.Wilson@fortworthtexas.gov for signature 2022-11-07 - 4:12:34 PM GMT Email viewed by Leon.Wilson@fortworthtexas.gov 2022-11-07 - 4:15:16 PM GMT- IP address: 204.10.90.100 2022-11-07 Signer Leon.Wilson@fortworthtexas.gov entered name at signing as Leon Wilson, Jr. 2022-11-07 - 4:15:46 PM GMT- IP address: 204.10.90.100 Document e-signed by Leon Wilson, Jr.(Leon.Wilson@fortworthtexas.gov) Signature Date: 2022-11-07 - 4:15:48 PM GMT - Time Source: server- IP address: 204.10.90.100 Email viewed by mohammad.khan@fortworthtexas.gov 2022-11-07 - 5:20:51 PM GMT- IP address: 204.10.90.100 Signer mohammad.khan@fortworthtexas.gov entered name at signing as Zeeshan Khan 2022-11-07 - 5:21:19 PM GMT- IP address: 204.10.90.100 Document approved by Zeeshan Khan (mohammad.khan@fortworthtexas.gov) Approval Date: 2022-11-07 - 5:21:21 PM GMT - Time Source: server- IP address: 204.10.90.100 FORT W❑RTH., °--"'a ey Adobe Acrobat Sign Email viewed by ralph.ouimette@fortworthtexas.gov 2022-11-07 - 6:41:03 PM GMT- IP address: 107.77.201.229 Signer ralph.ouimette@fortworthtexas.gov entered name at signing as Ralph Ouimette 2022-11-07 - 6:56:20 PM GMT- IP address: 107.77.201.229 Document e-signed by Ralph Ouimette (ralph.ouimette@fortworthtexas.gov) Signature Date: 2022-11-07 - 6:56:22 PM GMT - Time Source: server- IP address: 107.77.201.229 Email viewed by olu@reyesgroup.com 2022-11-07 - 8:49:38 PM GMT- IP address: 47.190.17.217 Document canceled by Andrea Munoz (Andrea. M u noz@fortworthtexas.gov) 2022-11-07 - 9:15:51 PM GMT- IP address: 204.10.90.100 FORT W❑RTH., °p"` I'd ey Adobe Acrobat Sign FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: W. 7th Street C04 M&C: N/A CPN: 101555 CSO: 55217 DOC#: Date: To: Name Department Initials Date Out 1. Alexiz Ramirez -Review TPW t- Mar 13, 2023 2. Marcos Reyes -Signature Reyes C Mar 16, 2023 3. Brandon Phillips -Signature TPW 1a125121 Mar 13, 2023 4. Leon Wilson -Signature TPW 1-661 Mar 13, 2023 5. Raul Lopez -Review TPW _-c- Mar 17, 2023 6. Lissette Acevedo -Signature TPW C�v Mar 21, 2023 7. Michael Owen -Signature TPW m Mar 21, 2023 8. Lauren Prieur-Signature TPW Mar 21, 2023 9. Doug Black -Signature Legal Mar 27, 2023 10. William Johnson -Signature CMO Mar 28, 2023 11. Jannette Goodall -Signature CSO Mar 28, 2023 TPW Contracts TPW 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: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(a)fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! CSC No. 55217-CO4 FORT x. Project Named West 7th Street Client Project #(s)[ 101555 Project Description Contractor Reyes Group, LTD City Project Mgr. Leon Wilson Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date JPmount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) City of Fort Worth Change Order Request City Sec # 1 55217 West 7th Street from University Drive to Trinity River Bridge Street Improvements TPW $4 937193.00 J757S9.34 j Change Order#d 4 ( City Inspector Dated 3113/2022 B randon P hilljs $5,694,962.34 $0.00 $5,694,962.34 $800,000.00 $42,230.66 Contract Time Totals (CD1 $4 937`193.00 300 637,7t39.34 128 $5,694,962.34 428 $0.00 $5,694,962.34 428 $800,000.00 $42,230.66 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 15.35% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $6,171,491.25 JUSTIFICATION (REASONS) FOR CHANGE ORDER The City received comments from community stakeholders regarding the rock mulch in the bicycle medians and curb visibility for the newly configured roadway. This change order includes new items to address the concerns from the community. The white & yellow reflectors and streetlight pedestal item were compared with similar existing items in this contract which have similar pricing. The remaining new change order items are not common bid items and there no similar items for comparison. The cost for these items were reviewed by City staff and determined to be fair and reasonable. 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. Coniractor's Company Name Contractor (Name. Contract Signature Date 1L-Ja� Reyes Group, LTD Marcos Reyes r=== a•iMr s. o3os o«. Mar 16, 2023 hopciorOnspectiort Supervisor Date Pro ect and Contract Compliance Manager Date �,�,,, • a 3,3MIN) Mar 13, 2023 �, ��,,, � Mar 13, 2023 Program Ma er Date r Ca ital Proiect Officer Date !- Mar 17, 2023 az9�4 , M a r 21, 2023 Assistant Director (Deot) Date Director; Con Department (De Date "' �" �"'f i�+•+-- Mar 21, 2023 A� Mar 21, 2023 Assis Marne Date Assistant City Mana er Data Mar 27, 2023 ,,,„u on Mar 28, 2023 Council Action if required) M&C Number I NIA I M&C Date Approved INIA I ATTEST: '�— A .. -. Jannette Goodall, City Secretary FoR� W1- City of Fort Worth Change Order Additions Project Name I West 7th Street ClientProject# 1 101555 Contractorl Reyes Group, LTD 1 City Sec# 1 55217 1 PMI Leon Wilson IInspectorl Brandon Phillips Change Order Submittal # ® Date 1 3/13/2022 1 ADDITIONS I I EM UEJt:RIP I IUN UEP I La unit 12 u241.15U5 2" Surtace Milling Vvest 101 Mill) I PVV 1,y31. 1UW000 Sy 14 3137.0110 Special Riprap 6" 'tamped Conc Brick for Median) TPW 50.5600000U SY 16 3212.0302 2" Asphalt PvmiType D {west 7th Overlay) TPW 1,737.510WOOU SY 26 3216.0101 6" Conc Cum and Gutter TPW 61.6900000U LF 27 3232.0100 Conc Rat Wall Adjacent to Sidewalk TPW 31.75WOOOU SF 33 3471.0001 Traffic Control TPW 7.0000000U Months 34 3471.0002 Portable Message Sign TPW 35.000000UU WK 37 9999.0003 6" Base for Sidewalk/Pavers TPW 41.78000000 SY 119 3217.0003 4" BRK Pvmt Marking HAS (W TPW 1,754.00000000 LF 120 3217.0201 8" SLID Pvmt Marking HAS ) TPW 1,030.00000000 LF 121 3217.0501 24" SLID Pvmt Marking HAE W) (STOP BAR + CROSSWALKS) TPW 145.00000000 LF 122 3217.1001 Lane Legend RR TPW 1.00000000 EA 123 3217.1002 Lane Legend Arrow TPW 5.O0000000 EA 124 3217.1003 Lane Legend DBL Arrow TPW 1.0000000U EA 125 3217.1004 Lane Legend Only TPW 10.00000001 EA 128 3217.1007 Lane Legend Shanow TPW 1.0000000( EA 136 9999.0013 Colored Pavement (Bike Lanes) (Web) TPW 7,325.30000001 SF 139 3217.3101 Tab Marker TY W TPW 5.00000001 EA New Remove Rock from Side Medians{Carroll to University) TPW 66.0000000( CY New Haul and Unload Rock from Side Medians to City Facility TPW 1.0000000U LS New Install Wood Mulch in Side Medians Carroll to University TPW 66.0000000U CY New Remove Plantings, Im gation 8 Cap nigation at 3 Come Medians TPW 1.000OOOW LS New Install 7" Reinf. Gone {3WOpsi)-stampedlcolored TPW 39.000000W SY New Install White Bi-Dirac onal R flectors on Face and Top of Curbs TPW 264.0000000U EA New Install Yellow Bi-Directional Reflectors on Face and Top of Curbs TPW 140.O00OO000 EA New Install 36" Tall Flexible Yellow Delineator at Median Noses TPW 14.000000OU EA New Street Light Pedestal(Material only) TPW 1.00000000 EA unit cost I otal 1 W.W $5,2'12.W3 $76.511" $3,869.371 $12.25 $21,284.501 $29.01f $1,789.011 b47.5U" $1,508.131 $3,790.011 $26,630.001 $7711.01J $27,756.001 $38.0(f- $1,587.641 $2.0(/ $3,508.001 $11.5u $1,545.001 $10.OU $1;450:OOj $1,509.0(/ $1,509.001 $&13.5(1 $1,667.501 $597.5171 $597.501 $371.011 $3,710.001 $314.5r $314.50j $4.OP1 $29,301.201 $48.01 $240.001 $710.0y $46Z6U.00j $7,000.0(1 $7,000.001 $360.0(1 $23,760.001 $3,000.0( $3,000.001 $350.0( $13,650.001 $10.0( $2,640.001 $10.0( $T400-.00j $200.0( $2,e1XI.001 $3,236.26 $3,236.z5j TM $237,726.131 I I I Sub Total Additions $237,726.131 Change Order Additions Page 2 of 4 FORT WORTH Project Name 1 West 7th Street Client Project# 1 101555 Contractor Reyes Group, LTD City of Fort Worth Change Order Deletions I City Sec # 1 55217 1 PMI Leon Wilson I Inspectorl Brandon Phillips Change Order Submittal # �J Date 1 3/13/2022 1 DELETIONS IILM UtbUKIPIIVN ULF'I U unit unit host total Kemdve ADA Kamp IVW '.000UUUUU to $bbb.bU $1,331.UUI 10 0241.1100 Remove Pvmt(Asphalt/Conc) TPW 1,250.3000000U SY $11.00 $13,753.301 11 0241.1300 Remove Conc 'urb&Gutter TPW 724.7000000U LF $9.00 $6,522.301 15 3211.0312 6" Flexible Base, Type A, GR-1 TPW 148.0000000U SY $19.50 $2,886.001 18 3213.0101 6" Conc Pvmt with Asphalt Overlay (Widening) TPW 148.0000000U SY $110.51J $16,354.001 19 3213.0101 6" Conc Pvmt Bikee Lane+Curb))) TPW 1,112.4600000U SY $58.0U $64,522.681 1 , Ilk us TPW 363.7500000U $ 2,821.771 3213.0321 Conc Sitleiwal Atl,Blcenito RetWall TPW SF $$0.5U $569.381 22 3213.0401 6" Concrete Driveway TPW 1,381.9500000U SF $10.0U $13,819.501 23 3213.0501 Bomiar Free Ramp, Type R-1(Typical) TPW 4.00000001J EA $2,301.0U $9,204.001 28 3305.01051nletAdjustment TPW 5.00000001J EA $2,338.0U $11,590.001 29 3306.0107 Manhole Adjustment, Minor TPW 9.00000001J EA $935.5U $8,419.501 31 3312.2201 2" Water Service, Meter Reoonnecdon TPW 6.0000000U EA $2,097.5U $12,585.001 32 3312.2204 2" Private Water Service TPW 66.0000000U LF $141.0U $9,305.001 35 Construction Allowance TPW 20,020.36000000 EA $1.011 $20,020.381 63 3441.1021 2" Ped Push BTN Station WI Sign TPW 19.000000011 EA $495.5U $9,414.501 117 3217.0001 4" SLID Pvmt Marking HAS (W) TPW 5,300.0000000U LF $1.5U $7,950.001 118 3217.0002 4" SLD Pvmt Marking HAS ) TPW 593.00000001J LF $1.5U $889.501 126 3217.1005 Lane Legend Bus Lane TPW 1.00000001J EA $629.01J $529.001 121 3217.10UB Lane Legend Bike +B1KO Arrow IPW 3.u0000WU to $377.5u $1,132.501 159 Import and place 4" Concrete Base with 2" Type D HMAC for Transition TPW 128.1300000U SY $68.75 $8,808.941 160 6" Flexible Base, Type A, GR-1 - Additional For Curb and Bike Lane TPW 402.2700000U SY $19.5U $7,844.271 162 Temporary Asphalt- 6" Typ D base & 2" Typ D HMAC (Install and Remove) TPW 436.6700000U SY $18.67 $8,152.631 TV $237,726.131 1 1 Sub Total Deletions $237,726.131 Change Order Deletions Page 3 of 4 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 $0.00 101555-CNCO-W. 7th Street C04 Final Audit Report 2023-03-13 Created: 2023-03-13 By: Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAcAhpMywNopH8zM6Gt3UPLdSmYwTopZBw "101555-CNCO-W. 7th Street C04" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2023-03-13 - 5:43:38 PM GMT- IP address: 204.10.90.100 Document emailed to Alexiz.Ramirez@fortworthtexas.gov for filling 2023-03-13 - 5:55:32 PM GMT 124 Document emailed to marcosg@reyesgroup.com for signature 2023-03-13 - 5:55:32 PM GMT 124 Document emailed to Brandon.Phillips@fortworthtexas.gov for signature 2023-03-13 - 5:55:33 PM GMT E' Document emailed to Leon.Wilson@fortworthtexas.gov for signature 2023-03-13 - 5:55:33 PM GMT Email viewed by Brandon.Phillips@fortworthtexas.gov 2023-03-13 - 5:56:12 PM GMT- IP address: 166.137.115.15 "�J Email viewed by marcosg@reyesgroup.com 2023-03-13 - 5:56:31 PM GMT- IP address: 104.28.103.20 Email viewed by Leon.Wilson@fortworthtexas.gov 2023-03-13 - 5:56:45 PM GMT- IP address: 204.10.90.100 e3© Signer Leon.Wilson@fortworthtexas.gov entered name at signing as Leon Wilson, Jr. 2023-03-13 - 5:57:17 PM GMT- IP address: 204.10.90.100 Document e-signed by Leon Wilson, Jr.(Leon.Wilson@fortworthtexas.gov) Signature Date: 2023-03-13 - 5:57:19 PM GMT - Time Source: server- IP address: 204.10.90.100 tJo Signer Brandon.Phillips@fortworthtexas.gov entered name at signing as Brandon Phillips 2023-03-13 - 6:01:41 PM GMT- IP address: 107.77.199.79 FORT WORTH, Powered by Adobe Acrobat Sign Document e-signed by Brandon Phillips (Brandon.Phillips@fortworthtexas.gov) Signature Date: 2023-03-13 - 6:01:43 PM GMT - Time Source: server- IP address: 107.77.199.79 Document canceled by Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) 2023-03-13 - 6:10:56 PM GMT- IP address: 204.10.90.100 FORT WORTH, Powered by Adobe Acrobat Sign 101555-CNCO-W. 7th Street C04 Final Audit Report Created: 2023-03-13 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAOd-OsKOsgBXOeobas5MA4QFtewA40Jlw "101555-CNCO-W. 7th Street C04" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2023-03-13 - 6:19:40 PM GMT- IP address: 204.10.90.100 Document emailed to Alexiz.Ramirez@fortworthtexas.gov for filling 2023-03-13 - 6:30:46 PM GMT Email viewed by Alexiz.Ramirez@fortworthtexas.gov 2023-03-13 - 7:53:38 PM GMT- IP address: 204.10.90.100 2023-03-17 Signer Alexiz.Ramirez@fortworthtexas.gov entered name at signing as Alexiz Ramirez 2023-03-13 - 8:11:27 PM GMT- IP address: 204.10.90.100 Form filled by Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) Form filling Date: 2023-03-13 - 8:11:29 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to marcosg@reyesgroup.com for signature 2023-03-13 - 8:11:31 PM GMT Email viewed by marcosg@reyesgroup.com 2023-03-15 - 4:48:19 PM GMT- IP address: 104.28.124.134 Email viewed by marcosg@reyesgroup.com 2023-03-16 - 3:53:06 AM GMT- IP address: 104.28.124.133 %s; Signer marcosg@reyesgroup.com entered name at signing as Marcos G Reyes 2023-03-16 - 2:20:01 PM GMT- IP address: 149.75.144.23 Document e-signed by Marcos G Reyes (marcosg@reyesgroup.com) Signature Date: 2023-03-16 - 2:20:03 PM GMT - Time Source: server- IP address: 149.75.144.23 Document emailed to Raul.LopezRoura@fortworthtexas.gov for signature 2023-03-16 - 2:20:05 PM GMT FORTWORTH. I Paw "'Y Adobe Acrobat Sign Email viewed by Raul.LopezRoura@fortworthtexas.gov 2023-03-16 - 2:34:31 PM GMT- IP address: 204.10.90.100 u Document canceled by Andrea Munoz (Andrea. M unoz@fortworthtexas.gov) 2023-03-17 - 8:51:11 PM GMT- IP address: 204.10.90.100 Names and email addresses are entered into the Acrobat Sign service by Acrobat Sign users and are unverified unless otherwise noted. FORT WORTH. I P— ed by Adobe Acrobat Sign 101555-CNCO-W. 7th Street C04 Interim Agreement Report Created: 2023-03-17 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAAFTLbkpWpnP8Hp0Y02N716_sYln-4_5Tm Agreement History 2023-04-10 Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "101555-CNCO-W. 7th Street C04" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2023-03-17 - 9:17:13 PM GMT- IP address: 204.10.90.100 Document emailed to Raul.LopezRoura@fortworthtexas.gov for signature 2023-03-17 - 9:29:05 PM GMT Email viewed by Raul.LopezRoura@fortworthtexas.gov 2023-03-17 - 9:35:21 PM GMT- IP address: 204.10.90.100 Signer Raul.LopezRoura@fortworthtexas.gov entered name at signing as Raul E Lopez 2023-03-17 - 9:38:13 PM GMT- IP address: 204.10.90.100 Document e-signed by Raul E Lopez (Raul.LopezRoura@fortworthtexas.gov) Signature Date: 2023-03-17 - 9:38:15 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lissette.Acevedo@fortworthtexas.gov for signature 2023-03-17 - 9:38:17 PM GMT Email viewed by Lissette.Acevedo@fortworthtexas.gov 2023-03-21 - 7:21:56 PM GMT- IP address: 204.10.90.100 Signer Lissette.Acevedo@fortworthtexas.gov entered name at signing as Lissette Acevedo, P.E 2023-03-21 - 7:22:09 PM GMT- IP address: 204.10.90.100 Document e-signed by Lissette Acevedo, P.E (Lissette.Acevedo@fortworthtexas.gov) Signature Date: 2023-03-21 - 7:22:11 PM GMT - Time Source: server- IP address: 204.10.90.100 FoRTWORTH, I P—e'b' Adobe Acrobat Sign Document emailed to Michael.Owen@fortworthtexas.gov for signature 2023-03-21 - 7:22:14 PM GMT Email viewed by Michael.Owen@fortworthtexas.gov 2023-03-21 - 10:12:46 PM GMT- IP address: 204.10.90.100 Signer Michael.Owen@fortworthtexas.gov entered name at signing as Michael Owen 2023-03-21 - 10:16:23 PM GMT- IP address: 204.10.90.100 Document e-signed by Michael Owen (Michael.Owen@fortworthtexas.gov) Signature Date: 2023-03-21 - 10:16:25 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lauren.Prieur@fortworthtexas.gov for signature 2023-03-21 - 10:16:28 PM GMT Email viewed by Lauren.Prieur@fortworthtexas.gov 2023-03-21 - 11:04:23 PM GMT- IP address: 107.77.196.21 ;Q. Signer Lauren.Prieur@fortworthtexas.gov entered name at signing as Lauren Prieur 2023-03-21 - 11:06:45 PM GMT- IP address: 107.77.196.21 ;Q. Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2023-03-21 - 11:06:47 PM GMT - Time Source: server- IP address: 107.77.196.21 Document emailed to Priscilla.Ramirez@fortworthtexas.gov for approval 2023-03-21 - 11:06:50 PM GMT Email viewed by Priscilla.Ramirez@fortworthtexas.gov 2023-03-22 - 4:25:53 PM GMT- IP address: 204.10.90.100 . Signer Priscilla.Ramirez@fortworthtexas.gov entered name at signing as Priscilla Ramirez 2023-03-22 - 4:26:06 PM GMT- IP address: 204.10.90.100 -c, Document approved by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) Approval Date: 2023-03-22 - 4:26:08 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Douglas.Black@fortworthtexas.gov for signature 2023-03-22 - 4:26:11 PM GMT Email viewed by Douglas.Black@fortworthtexas.gov 2023-03-27 - 6:34:01 PM GMT- IP address: 204.10.90.100 f;Signer Douglas.Black@fortworthtexas.gov entered name at signing as DBlack 2023-03-27 - 6:35:26 PM GMT- IP address: 204.10.90.100 Document e-signed by DBlack (Douglas.Black@fortworthtexas.gov) Signature Date: 2023-03-27 - 6:35:28 PM GMT - Time Source: server- IP address: 204.10.90.100 FoRTWORTH, I P—e'b' Adobe Acrobat Sign Document emailed to William.Johnson@fortworthtexas.gov for signature 2023-03-27 - 6:35:32 PM GMT Email viewed by William.Johnson@fortworthtexas.gov 2023-03-28 - 4:54:02 PM GMT- IP address: 204.10.90.100 Signer William.Johnson@fortworthtexas.gov entered name at signing as William Johnson 2023-03-28 - 4:54:19 PM GMT- IP address: 204.10.90.100 Document e-signed by William Johnson (William.Johnson@fortworthtexas.gov) Signature Date: 2023-03-28 - 4:54:21 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Melissa Brunner (melissa.brunner@fortworthtexas.gov) for approval 2023-03-28 - 4:54:24 PM GMT Document approved by Melissa Brunner (melissa.brunner@fortworthtexas.gov) Approval Date: 2023-03-28 - 4:55:50 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to jannette.goodall@fortworthtexas.gov for signature 2023-03-28 - 4:55:53 PM GMT Email viewed by jannette.goodall@fortworthtexas.gov 2023-03-28 - 6:39:46 PM GMT- IP address: 204.10.90.100 Signer jannette.goodall@fortworthtexas.gov entered name at signing as Jannette S. Goodall 2023-03-28 - 6:40:00 PM GMT- IP address: 204.10.90.100 Document e-signed by Jannette S. Goodall (jannette.goodall@fortworthtexas.gov) Signature Date: 2023-03-28 - 6:40:02 PM GMT - Time Source: server- IP address: 204.10.90.100 Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) added alternate form filler Allison Tidwell (All ison.Tidwell@fortworthtexas.gov). The original form filler Vania Soto (Vania.Soto@fortworthtexas.gov) can still fill the form. 2023-03-30 - 1:22:03 PM GMT- IP address: 204.10.90.100 Names and email addresses are entered into the Acrobat Sign service by Acrobat Sign users and are unverified unless otherwise noted. FoRTWORTH, I P—edby Adobe Acrobat Sign CSC No. 55217-CO5 Foxes._ Project Name West 7th Street Client Project #(s)l 101555 Project) Description Contractorl Reyes Group, LTD City Project Mgr.I Mitch Aiton City of Fort Worth Change Order Request I City Sec # I 55217 West 7th Street from University Drive to Trinity River Bridge Street Improvements Change Order #1 5 l Date l 6/30/2023 City Inspectorl Brandon Phillips Dept. TPW Contract Time Totals (CD� Original Contract Amount $4,937,193.00 $4,937,193.00 300 Extras to Date $757,769.34 $757,769.34 128 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $5,694,962.34 $5,694,962.34 428 Amount of Proposed Change Order -$123,689.72 -$123,689.72 131 Revised Contract Amount $5,571,272.62 $5,571,272.62 559 Original Funds Available for Change Orders $800,000.00 $800,000.00 Remaining Funds Available for this CO $42,230.66 $42,230.66 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 12.84% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $6,171,491.25 JUSTIFICATION (REASONS) FOR CHANGE ORDER _ This is the Reconciliation Change Order at end of construction to balance out overruns and underruns. All items are existing bid items with existing bid prices. No bid items are added via this Change Order. This change order will also add 131 days to the contract. The existing waterline conflicted with the proposed design and there were 6 occurences when the contractor was delayed 3 days each for a total of 18 days. When the contractor was ready for the final and TDLR walkthrough, the TDLR inspector was not currently under contract with the consultant and the TDLR inspection was delayed 50 days. The contractor was delayed 63 days in the scheduling of their work adjacent to the Fort Worth Western Railroad while the city executed contracts for the work to be done on the railroad. 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 Si na Date Reyes Group, LTD Marco Reyes Ma✓cos G Re vesp Jul 3, 2023 Servsor 3Jul3 Date 2023 Project and Contract Com )lance Mana er AlaLd� Date Jun 30, 2023 Date Senior Capital Project Officer Date Jul6, 2023 Jul 6, 2023 2,ectrion ctoDe t Date Director, Contrac' Department Dept Date Jul 6, 2023 — Jul 7, 2023 Attorne Date lAssistant City Mq= Date i Jul 7,2023 Ju110,2023 M&C Number I N/A I ATTEST: Jannette Goodall, City Secretary ooF rjR"p da pp.1. o ?9Cp /moo aaa➢n�p54a M&C Date Approved I N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTW RTH "7°. City of Fort Worth Change Order Additions Project Name I West 7th Street I City Sec # I 55217 I Client Project # I 101555 I Contractorl Reyes Group, LTD I PMI Mitch Alton Inspectorl Brandon Phillips Change Order Submittal # Date I 6/30/2023 I ADDITIONS ITEM UESCRIPI IUN UEPI O unit unit Cost total I 6 Remove sidewalk I Pw 14MUM SF $1.UU' $b.14I 19 6" Cone Pvmt (Bike Lane+Curb1 TPW 915.5600000E SY $58.OU $53,102.481 23 Bartier Free amp, Type R-1 (ypicalJ TPW 1.00000006 EA $2,301.0U� $2,301.001 29 Manhole Adjustment, Minor TPW 1.000000011" EA $935.511 $935.501 107 MINERAL MULCH (3" DEPTH) TPW 2.0000000111 CY $181.011 $362.001 113 3 GAL. SHRUB TPW 27.00000000 EA $32.011 $864.001 115 IRRIGATION SYSTEM TPW 0.00170000 AC $313,800.OU $533.461 118 4" SLD Pvmt Marking HAS (Y) TPW 130.00000000 LF $1.51J $195.001 T(W $58,298.581 I I I Sub Total Additions $58,298.581 Change Order Additions Page 2 of 4 FORTWORTH City of Fort Worth Change Order Deletions Project Name I West 7th Street City Sec # 1 55217 1 Client Project # 1 101555 1 Contractorl Reyes Group, LTD I PMI Mitch Alton Inspectorl Brandon Phillips Change Order Submittal # 0 Date 1 6/30/2023 1 DELETION5 I I LM ULJUKIP I IUN ULP I U unit unit Cost I otal 1 5 AS-BUIIt JUrvey IPvv 'I. UUUUUUU W $/,I3LUU w'/3L.UU1 12 2" Surtace Milling (West 7lh Mill) TPW 38.9100000U SY $3.UU $116.731 14 Special Riprap SS6 Stamped Cdllo Brick for Median) TPW 144.930000OU SY $76.5U $11,087.151 16 Z' Asphalt Pvrr(f Type D West 7th Overlay) TPW 38.910000OU SY $12.25 $476.651 20 5" Conc Pvmt (Plus Bus �ad) TPW 4,703.920000OU SF $5.5(/ $25,871.561 22 6' Concrete p veway TPW 273.01000UUU SF $1u.0fi $2,73U.101 24 Barrier Free Ramp, Type R-1 (Modified) TPW 5.000OOOOU EA $2,383.5(1 $11,917.501 Zb 6" Conic Curb and Gutter TPW 1,640.330000DU LF $29.01.1 $47,5b9.571 35 Construction Allowance TPW 4,422.040000OU EA $1.0(1 $4,422.041 38 Base Repair (Asphall/Conc based on held condition) TPW 1 U0.00001J000 SY $61.51 $6,150.001 120 8" SLD Pvmt Marking HAS TPW 2,060.00000000 LF $1.59 $3,090.001 163 �W) Railroad Pedestrian Wamin S1ignal (Kio tech Scope) TPW U.0694211U Lb $316,103.62 $21,944.251 164 Railroad Pedestrian Warning Signal Contingency TPW 0.820000OU LS $47,415.54 $38,880.741 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 TF W I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I $181,988.301 1 Sub l otal Deletions 1 1 $161,968.3U1 Change Order Deletions Page 3 of 4 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co # DATE AMOUNT 1 10/14/2021 $712,861.52 2 2/3/2022 $8,765.00 3 11 /4/2022 $36,142.82 4 3/13/2023 $0.00 Total 1 $757,769.34 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: West 7th Street CO #5 M&C: N/A CPN: 101555 CSO: 55217 DOC#: N/A Date: 6/30/2023 To: Name Department Initials Date Out I . Michelle McCullough TPW - Review MM I Jun 30, 2023 2. Mitch Alton TPW - Signature MA I Jun 30, 2023 3. Marco Reyes Reyes -Signature MaR MGR I Jul 3, 2023 4. Don Watson TPW - Signature oW I Jul 3, 2023 5. Raul Lopez TPW - Signature I� I Jul 6, 2023 6. Lissette Acevedo TPW — Signature I Jul 6, 2023 7. Patricia L Wadsack TPW — Signature IPW I Jul 6, 2023 8. Lauren Prieur TPW — Signature LLR I Jul 7, 2023 9. Doug Black Legal — Signature Ids I Jul 7, 2023 10. William Johnson CMO — Signature IW I J u 110, 2023 11. Jannette Goodall CSO - Signature I IJu[ 10, 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 TPWContracts(dfortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS July 27, 2023 Reyes' Group Ltd 1520 Parker Rd Grand Prairie, TX 75050 RE: Acceptance Letter Project Name: West 7t" Street Improvements From University Dr. to Trinity River Bridge Project Type: Pavement, Drainage, Illumination, Traffic Signals, Landscaping and Irrigation City Project No.: 101555 To Whom It May Concern: On February 17, 2023 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on July 17, 2023. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 17, 2023, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 682- 715-9424. Sincerely, Mitch Atm Mitch Aiton (Aug 21, 2023 09:42 CDT) Mitch, Aiton, P.E, Project Manager Cc: Brandon Phillips, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Victor Tornero, Program Manager HDR, Consultant Reyes' Group Ltd, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 Bond # 107262634 PROJECT: West 7th Street Improvements (name, address) TO (Owner) { City of Fort Worth 200 Texas Street Fort Worth, TX 76102 } OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO: 101555 CONTRACT FOR: General CONTRACT DATE: January 5, 2021 CONTRACTOR: Reyes Group, Ltd. 1520 Parker Road Grand Prairie, TX 75050 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Travelers Casualty and Surety Company Of America One Tower Square Hartford, CT 06183 on bond of (here insert name and address of Contractor) Reyes Group, Ltd. 1520 Parker Road Grand Prairie, TX 75050 , SURETY COMPANY, ,CONTRACTOR, It X hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this August 16, 2023. Travelers Casualty and Surety Company Of America (Surety Company) i afore of Authorized Representative) Witness: A Lucianne Bischoff, Attorney In Fact (Seal) (Title) NOTE: This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS_ Current Edition AIA DOCUMENT G707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT.APRIL 1970 EDITION.AIA® ONE PAGE ©1970 *THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 20006 Surety Company Acknowledgement STATE OF ILLINOIS COUNTY OF COOK SS: On this day of Lucianne Bischoff 1U�t , 2023 before me personally appeared , to me known, who, being by me duly sworn, did depose and say: that (s)he resides at Schaumburg, Illinois, that (s)he is the Attorney in Fact of -TAR[e CA. S 'j, )IicI S ulPi [ ,� mar Q - Avver , the corporation described in and which executed the annexed instrument; that (s)he knows the corporate rporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that (s)he signed his/her name thereto by like order, and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. Notary Public in and for the above County and State My Commission Expires: 06/23/25 OFFICIAL SEAL SAMANTHA BRADTKE + Notary Public - State of Illinois + My Commission Expires June 23, 2025 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the Taws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint LUCIANNE BISCHOFF of SCHAUMBURG . Illinois , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed. and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings Obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned. Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of August .2023 r sb ��lv qMQ 9 L w Yr Abe .N*a K�� Hughes, Assistant stant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached, AFFIDAVIT STATE OF Illinois COUNTY OF Cook Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Marcos G. Reyes, President Of Reyes Group Ltd, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; City of Fortworth - West 7th Street Improvements City Project No. 101555 BY fG arcos G eyes - President Subscribed and sworn before me on this date l6th of August, 2023. 46_ Q0-6 Notary Public Cook, Illinois