Loading...
HomeMy WebLinkAboutContract 55455-FP1FORTWORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 55455 Date Received: 10/24/2023 City Project N!?: 101017 Intersection Improvements to Serve Regarding contract 55455 1 Hulen St at Grandbury Rd for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 1/12/2021 through M&C 21-0043 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: $ 1,895,849.50 Amount of Approved Change Orders: $ 101,944.47 No 4 Revised Contract Amount: $ 1,997,793.97 Total Cost Work Completed: $ 1,997,793.97 Less Deductions: Liquidated Damages: Days @ $ Pavement Deficiencies: Total Deduction Amount: $ Total Cost Work Completed: $ 1,997,793.97 Less Previous Payments: $ 1,897,904.27 Final Payment Due $ 99,889.70 �1 Patricia L. Wadsack (Oct 23, 2023 08:33 CDT) 0C }} l 23.2023 Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery A Oct 23, 2023 Lanr,n Pri-ir(nct )3 20)s o9 00 rnn Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Oct 24, 2023 Date / Day OFFICIAL RECORD Comments: CITY SECRETARY FT. WORTH, TX C 620 Signature Page Contractor's Applicat'on for Payment Invoice No. 20 Final ITa(O"n`r) City of Fort Worth Invoicing Period (Fran -To): Invoice Date: 09MI/23-09130m 1014/2023 P.O. FW020-0000005667 From(Contmctor): Remit to( IfNot Automatic Deposit): Number. Reyes Group, LTD Pmjccn 101017 Conuactors CFW Vendor No.: 0000034667 City Secretary Contract 55455 Number. Contract Hulen Street at Granbu Names Ii Road Intersection Improvements P Application For Payment Change Order Summare IAoomced Chance Orders il. ORIGINAL CONTRACT PRICE........................................................... S SIS95.849.50 Number Additions Deletions 12. Net cIrwc by Change Orden.................................................................. S S101,944.47 1 $137,745.00 $137,745.00 13. Current Contract Price (Line It 2)......................................................... S 51997.793.97 i 2 $107,174.50 $12,474.00 14. TOTAL COhIPLETED AND STORED TO DATE 3 $38,417.20 $50,466.00 I (progress Estimate, Construction Allowance and Change Orden)....... S Si,997.793.97 4 $172,533.87 $153,241.10 15. RETAINAGE: 5 i a. X $1.997.793.97 Work Completed......... S 6 1 b. X Not Used S 7 I e. Total Retainage(Line 5a+Line 5b)................................ S 8 6. Ah10UNT ELIGIBLE TO DATE (Line 4-Line 50 ............................. S S1.997.793.97 TOTALS $455,870.57 $353.926.10 7. LESS PREVIOUS PAY1111i(Line 6 from prior Applleation)........ 5 SL897,904.27 NETCHANGE➢Y S101,944.47 S. AbIOUNT DUE THIS APPLICATION .................................................. S S99A99.70 CHANGE ORDERS 9. BALANCE TO FINISH, PLUS RETAINAGE (Column C on Pmgnn Est(matc+CA+CO, + Line 5 shoe) .............. S 50.01 Contractor's Certification 10. CONTRACTTDI[E: The Contractor certifies pith the submittal ofthis document and associated Payment Request Submittal a Days Awarded 240 on the City of Fort Worth➢rmsaw• system that to the best of their knmviedge: (1) all pmvious progress b. Days Added by CO 171 payments received from Ovmer on account of Work done under the Contract hate been applied on account to discharge Contractors legitimate obligations incumd in connection with Work covered by e, Total Days 411 prior Applications for Payment; (2) title ofall 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 Day. Da payment free and clear of all Liens, security interests and encumbrances (except such as are covered by Charged d• ge 411 a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or c. Days Remaining umbmnces); and (3) all Wad; covered by this Application for Payment is in accordance with the Conuact Documents and is not defective. Liquid Damages 5650.00 x day Consent of Surety Marcos G. Reyes (eWt 17, 2 13:16 CDT) 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 0s execution. C-620 SI9naluro Papa Progress Estimate a",a,_ 55455 Contractor's Application Hulen Street at Granbury Road Intersection Improvements AnIB .Ni n 20 Final Avvbm�.. v.a.d. 09/01123-09/30/23 Apph�um Dom: 10/4/2a23 A Imn a C D 6 F T.W Cmplcud •.e D Bdarcet.Fw.h Bid Ou.miry DmIPAa Bitl Vdue Edunaled Duwury Vdue PraWwutylwdlW Value Vdue TluvPmod Malniah Promdy mM Shadbpue (F1 (9-F) Bitl ltan N.. Ooerigim IaeiOwi.n Saa.n Nu DNtafMeaue Neulled Sluedbvl in Cl (DBE) 0 I 135.0101 Railr.atl Co.rdin.tlan I 013513 LS i #,000 Do 32.00000 1,000000D0 S2A00.00 $2 .00 _ 32.00am IO0,0%_ 135.0102 Railroad H,,,.n 013513 L6 1 560.Don .DO UD000AO _ _. 1.000mo00 SBO,OW.00 SBOomoo _ _ _ ___ _ SBo,oao.D0 iw.0%_ 1 170.0100 MOhRballon 1 017000 m 1 I 5,5,no DD 5950oo,00 1,0000M.0 595Ao0.00 SBS.ODO.OD 395000.00 lo&0%_ 1 171.0104 Gone dbn Staklna 1 017123 LS 1 E46.60950 546,s09.50 _ 1Aatwoo0 $46,60930 548,80950 _N6,809A0 lo0.0% I 241.0100 R,m.v. Sid.wali, 1 =4113 SF 1879 $250 54697,50_ 157825000000 __ 54895.83 ______ 54A9563 Sd.895.83 I.D. S1.BB I 241.0300 R.m.va ADA Ramo 1 024113 EA 6 $M OD S5.o59,00 5,000o00o0 Ssomoo 55059,Oa $5.M500 100,0% I 241.=I Ramovo C.-id. D.. 1 024113 SF ... E350 $3,437 DO _ 85o.otaidwo0 #.975A0 . 52,975.00 _ #.975 Do _68.e96_ 5482.an 1 241 OSOO Rvmvvv W.11< 024113 LF 106 St 8.00 51.944.D0 _ _ Si•944A0 I 241.1000 Ramovo Cone Pvmt 1 024115 SY 2656 S21.00 E55,776.00 217524868689 $45.5e023 34566023 _us,-= 519% __5/o,o95.n I 241.ttaD R.m.v. ASohalt Pvmt 024t 15 SY 261 St].50 E4.9t750 ___ x50,81000000 - - - 543/370 - - - - _ $4,513.1 _124%-__.__533I I 241,I300 Rvmvvv nd Curb&Gua., 1 024t 15 LF =9 Ss m #1,033.50 314 0000000 #0.424.15 -__51.5/3.]0 $20,424,9S _$20A24A5 _II ____21,408.55 I 241.3013 Removo l0"Sloan lino 024114 LF 26 536.D0 59360a 20.00000000 _ _ST1On. 5720.00 _ mnOD nA%_ #1C 241.4003 Rvmvvv 2V Curb 111. 024t 14 EA 1 &1.782,DO $1.702.Do___ _ __ _ _ 61.7#,00 1 S999.0015 Ramovo6 Rdd dCurb Ill. 1 024114 EA 4 33.055D0 $12,22000 4.000DDD00 Si2=AD__S1222&OO $1222n00. 100,0% 26050111 IFumleNlnabll Et.. Sery P.daebl 26Won I EA 1 S7.9r1,50 V.-501 __ _ 1.00000000 57.B72A0 _57.97x.50 _ 57A7230. 100.0% I 2605.3014 1Y GDNDTRM fftlserl 280533 1 LF 1DD #7,00 S?70D001 10D.ODDDD000 #.700.OD 52.700.00 _____._ #,70D.00 _100.0%___ 1 2605.3015 IYCONDTP SCHSDM 260533 1 LF 70 m2.m 31 70.OD0000o0 $1340.Do _21.510,00 51.5�0.00 100.0% 1 2605.3016 IY LOND7 WCSCH BO 280533 1 LF 260 148.50 \\54D001 312090001 260.000000p0 51S.OBO.DO5/2090.00 512.090.00 100.0%_ 2fi05.3025 13"GGNDT WCSCH 80 260533 1 LF 115 $27.00 S5265.001 I96AD0000D0$5285.w 55255.Oo _ 55265.00 I=- 2605.3026 13-CONDTWOSCH BOIL 26 G533 1 LF 670 S57.SO E30.52500 67(I,ODOODDDD E30.S2:.w 508,525.Oo 53m.w IDM_ 1 3110.0101 IU, CIoarJ�99 3123.0101 Uh,,I (fed Exc ftdh WPlan 3t 1000 3123161 LS CY 1 loll 54.20].00 S33no 34.2070� S33363.Do 1,OODWWO __ 982.]000ODDO_._ 54207.00 532.429.10 __S42oI'D. #2.429.10 _ _ 54107.00 _100.0% 532.429.10 _972% 39]3A0 31230103 1M-by Plan 312323 Cy 256 $85.50 S21,8B000 _ 24000000000_ #o'n. #OS2dnO -- _#O,511.-_938% 51288A0 31MDlGl ISWPPP x1a 3125M I L5 1 #7.240.50 #7240501 1000DDD00 S27240M _ #724030 1000%- I no UO2 1Mtdhilt Nhht R... ir Bay.nd D.finad Width, Adarlal 330117 1 SY 116 S44.00+I $5192001 _ _ _ _ 55.192A0 I 3201,o656 IC.nc Pvmt Roovir. HES. Arbrl.1/Induetdal 32 at 29 1 SY 2DO S141.DO #6200 DO =#714050 #B2W.00 I 3211.0113 18- FlOHbl, Bvw. Tvo. A. IS- m i l m SY 4012 #4,60 S98,294001_ 377742085689 S90A#A1 _ $90m.al _ _ _ swImA1 _WA% 57A61A9 1 3212.0302 IY Asohalt Pvmt Tvw D m1216 SV 353 #5.50 5901.50 _ _ _ MAGNIIN7 $1.949A0 $1A19.90 $1,949A0_21.7% 57.061.80 1 3212.0501 I r AaohoS Bo..Tvoo 8 321216 1 SV 97 E51A01 S4,94700 __ _ $4A47D0 1 3212.0503 16" Aaohalt Bv.. I-B 321216 1 BY 256 S62,501 Si6,0Da.o01 76.456656a7 S4,779,17 H,779.1] __ 54.779.17 _x9A% 5/1220,W #12.0401 IXMAC Tmnalll.n 32 t216 TN 15 5619.501 56.292.50JJ ____ 10.05000000_._54215i5 34215AB 54215A8 _57A% #A75.53 1 9999.0018 14"Cone Pvmt for M.dbw fShIdwIk SDw19c.00n1 321313 SF 44fi9 S]501 513,51].50I__4469000000W 333A17d30 S33S17A0 __333.$17-50 1OnM I 3213A201 IC Cone Pvmt HES 321313 1 SV 151 sloloDI 515.251.001. _ 515251.00 I m13.D203 11r Con, Pvmt HES 321313 1 SY 21M $112.001 S300,496OD 269300000000 ___ MOD496A0 _ SWOAM46 S3o. on 1ono% I 3213.=1 14" Con, Sidewalk 321320 SF I 1169 510.001 E11690001 1160.000000a. St1.590.00 $11.590.00 _ E118,0,00100,0%_ 1 3213.0402 IT 0,,, oDrlvewav m1320 SF 390 $14501 �655.001 S5•655.00 I 3213A506 I Barter Fro. Ramo. Tvw P-1 32132a 1 EA 1 5 #.r51.501 S18.667.5DI 400000000 $14.934,00 S14A34.00 _$14A34.W _DaM 53.Mm I 3213.0507 IBaml„ Fro, Ramo. Tvo. P-2 321320 1 EA 4 1 $3.666.OD S15.464.OD1 2000o0000 S7.732.00 57.MDO _5-mw _S0.0%_ 57.73zw 1 3213.051D I8a 1 r Frog Ramo. Tvoe C3 321320 EA 2 1 $3,666,001 S]972.001 ?00000000 E1.972.00 57,972.00 ._ _ 57A73.00 to&0%_ 3216:0102 TConc Gurbvnd Gutter 1 321613 LIF 1420 =.an1 $451440\00{I _. 142D.DD00Dow E45.440.00 545,440.00 E45.440.00 1DDZ% 1 9999.0007 IB"C.nc Curbvnd Guter 321613 LF 1 400 3250Qf 510,000 OOI 67,000o0o00_ __Sl Vsm _51.575.00 _ $1,575.00 15.8% S5== 1 321]A001 14"SLD P t MoMno HAS W 17M LF 1 242 Sl. WWOO _ 24240000000 _ $363.00 _ _5383.00 506].00 100A% 3217.0002 d" SLID Pvmt Markin. HAS 321723 LF 1 476 1 SI.SO S714001 __. 476,00000000 STU=__.. $71.OD $714aa Joan 1 3217.0m3 a BRK N hht Marklna HAS 1 321723 LF Iota S1.SO E1,515.o01 lolo.OW00000 51515.00 E1.515.00 51515.00 t00214 32170ta4 6" DOT Nhnt M.Mno HAS 321723 LF 369 Won S1,t07.m1_3B9.000OW00 $1,107.00_ E1.107.0'a _ _$1,107A0 loom 3217.D201 e"SLD Pumt Nadiq HAS 321723 LF 2805 S2.50 $7.012.501_ _2705A0000000 58,78250 E6.7fi?50 _ _ 38.762.50 _98A%_ 5250A0 1 m17.0202 W SLD Nnnt Markl=AS 1 321723 LF 112 #50 SBBO.Dn 45.o00D000o $1_1250_ $112.SO _ _ _ _ S112A0 12,8% sm.50 1 3317.0501 24" SLD Pvm! M.lkh. HAE RM I m 1723 LF .26 59.00 $7,4340o 1 850.00000000 _ $7380A0 __. $7.380.00 _ S7A50.00 _"A% $ .an .17.1001 Lan. Ltdond RR I 3217M EA 4 Sm,95 $3.350.001__ 4.000OOODO $3=.00 _ SOA58.00 _ wann0 _lo0A% --- .1 7.,072 Lono L.aend A- 1 32 I723 1 EA m $160.d� 53.B64.001_ x0.00000000 #350A0 53A60.00 - $3360,00 _B].0%_ 5504.00 32t 7.1003 Lan. L.acnd DBL Arrow 32 t723 EA 1 #74.50 #74.501 1.000OW00 #74A0 #7450 _ __#74 So 100A%_ I m, 7.load Lan. L.... d Onk''(( 321723 I EA 9 $191.Do 51,719D01 __8A01000W $Ima.w _ _slms.0o $1A25A0 _SSA%_ 5191.00 I MI7.2101 REFL Ralead Marko,TY I -A 321723 EA 16 S7.50 $120.001 &O0.0.010W SBOAO S80.o0 _ _ 560.00 5&0% 550.00 I '172102 REFL Rvbad MaM1e,TY IC 3217M EA 16 S7.50 S12OD01_ _ ___ 5120,00 I m, 72106 REFL Ralwd Mark.,TY II- R 321723 1 EA 175 SS DO St.050 D01_ _175.000DOOW SIA50A0 51.050.00 _ __ $1.0W.00 _100.0%_ 1 m17.4201 Rho Lono Markin 321723 1 LF 95 51,SO 5142501 --_--��-- 514250 m,7.4301 Removo d" Pvmt MarMno m, 23 1 LF 5202 11 a 35 0 S2,1A1A0--- $2141.00-_ _52141.00 113% #A81.DO 3217.4306 Ramovo 21 Pvmt M.Mna 321723 1 LF 47D 54..1 __2141.Oo0000W $2115.00 i70.OW00000 #,115A0 3217.4307 1R.m.v. Raised Marko, 321723 1 EA 222 $1 001 5222.00J /60Ao000000 5150.o0 _ $15S.. _ _ _Si50A0 _un% 57200 321].4401 I R,m.w Land L99v.and RR .174d02 R.mOVO Lana LoOond An.w 3217m I 3217 23 I EA EA 1 I 16 30500 76.501 33DS DO S1 224 Do l_ 1.000OOWO 12.D000o000 5305.00 5916A0 S305A0 _ . _ S916,DO - - _. _-mo5A0 I.^ _ 591&00 _75Att_ saw no Ml7.4404 R.m.yo Lono L...nd Only 321723 1 EA 1 5 76.501 -250 409096966 5305.W _5305.00 _ _ mosm_BOA%_ 5'7.5A0 3237 IOD Con. Rat Wall with Sld.Zkik Face 323213 SF 2]0 1 SD5DI $14.039A0j _ S14•o39,00 3232.0101 G.ne Rot W,II w11M1 Sidewalk. Sidewalk 323213 SF I "1 36.501 sso=50 - S30.695.50 3291.01m Toowll 3291 t9 CY 35B 5&001 #1,122001 35•BA Aot407 ____#0.501.87 _ #0801.87 _ _#OAOtA7 _scm: 5320.13 3292.01GO Block Sod Placoment M9213 SV I 2DM I 6.o01 S12.534001 2069.o00wow S12.534.00_ S12,S3k._ _ Six.534.00 100.0%_ 3305A1m Emlomtory Ex Ijon of Exlrtlna UtllRiw mom EA 1 30 1 on, #4.150A01___00,00000000_ #4.150.00 #4,150A0 _ _ 524.15&00 100a% 3305A1a7 Manhole A��yyuu nL Minor 330514 EA I 1 1.432.501 S1.432,501 1,00000000 __.___51.43x.50 smn.s0 _S1.432.50 100.0% 3305.DI09 Tron.h Sv/,N 33 D510 LF l0 I 1.DOI 510.001 10.wonotD0 __ lo.00 slow _ _ slom 100A% _ 9305.0112 G..CfW. Collar 330517 EA 1 2 1 1.7m.50 $3. 401,D01 ______ _ _ ._ - #A01,00 3341.0205 2e RCP. CIow III I M4110 LF 10 253.50 #,5 00 10A0000000 #,535.00 #S35A0_ #.535.00 _t00AX_ 3349.5003 2V Curb Inlet 334920 EA t 10.33500 510.335 a0 _. -. _ _ _ S10--335Ao mA9.800I 10'Tvoo 21n1.! 334920 EA 1 4 10.33s.00 541.3ao.ao 4.00000000 _541.34o,00 S41.340.00 541240.0o 1oo.a%__ 3141.1001 3Soct Slanvl Hovd Awmbly 344110 EA 14 1 1.3)400Q0 519236A0_ 14.00D....a $1B2M.00 _S/9235,00 3441,tOm 5S.& Slanvl Hwd Awmbly 344110 EA 3 1.Nal $5.979,m _2.00D00000 n.88,00 50.968.00 S3AB6.00 _68.7%_ _ 31A93A0 3441.1011 Pod Slanvl Hovd Awmbly 3a 41 10 EA 6 1.042.50 Ea 255 00 _ _ _ &ODoonow T6255.0055255.DO _ _ _ _ 35 m. 100.0%_ 3441.1031 Audible Pd,1-lvn Puahbuaon Station 13441 fo EA 6 1.656,50 E10.1190al 5.0000Dow 510.118.Do 510,119,00 310.119.00 IO&o%_ 3441.1215 FumlalNnabll Hvbdd D.bctl.n 6 n, 344110 APR 4 9.62&50 Sm.514.00 4Am00D00 E]6.51400 536A/4.00_ _S38A14.00 100.0%_ 3441.7277 FumleMnabll Nvbdd Dotodlon Gbla 1 344110 LF 935 3.555q0 $3272501_ _ 700.00DDDDoo #A50.00 52150,00 _ ._ _ #.450.00 74AX_ 582330 3w1.1220 P. I-natho...1711 Pr..m.ti.n D.txtor 344110 EA 4 2.325.SO $930200 _ 410awadoo T9.]o2.00 $..=.a. _ 5920200 _lw.0%_ 3441,1224 FumI h.1, ll Prwhnno.n Cvbl, 34 41 10 LF 945 300 E2.035 00 _ us.000Waw #D55.00 92055.o0 _ $2=.M 7Z5% sm.07 3d61.1310 4IC 14 AWG M.RFContluclo, Co 1. 34411a LF 60 2.'A 51 W,ODO .a T150.00 5150.00 _ _ 5150.00 _100.0% 344t.1311 M 14 AW. M.ftI C nd h,1 Cabo I 344110 LF 795 2.50 $1.987.501___ 795,00000000 _ _51A8]Ao _51.967.50 _ $1.88730 100.0%_ 344t.1312 7y 14 AWG M.NI-C.ndt t., Cab. 34411a LF 90 Ina #]OAoI 30,000OOWO 590.00 -- $8&o0 _ 590.00 _332%_ _. S180A0 3441.1314 IIYCl4AWGMuItIC.ndud Cable 346110 1 LF 3.50 E1.]67.501_. 505,00000000 - $1.787A0 - _ 51,75750 _ _ _ 51.78750 _100,0% _ 3141.1315 1 4AGM.IIJI•C.ndut., Ceblo 364110 1 LF 675 675 ].50 S50#SO _ O DD00 51A37.50 _ _5163750 S1.B� _Ml% 53237.50 3441,1322 VC1i M.1 Cobb 344110 1 LF 1200 2.50 S3 aa0 o0 7450000Wa0 745 51A52S0 _._$165350 $1A6250 83.1% $_7.10].50 NO 6 D.NG 3441.1402 I NO B Duolax OM Inwlab0 Elm Contlr In.1.1OdEl 36 dt 10 l LF 885 20n 7777nn f10 _ _ _ _ 51.770A0 3441.1408 NOBlneubled Eloc Cwdr 34411n I LF 1160 I.00 32000 115000000000 $2=0.00 52 wo0D _ #SO.W loon% 3141:" NO 0lnwlat0 Boo Condr 34411a I LF 995 2.__ S1990 o0 _ 995A0000000 $100000 5199000 _. S_19W,00 Joao% 3`11.1502 Ground B.x Tvoo B. Aoron 344110 1 EA 2 1.226.50 S2.4530DI xA0000000 #,453,00 _ 52453 no - _ _ , _#.453.00 10 m 3441.1503 Ground Box Tvoa D. WAoron 344110 1 EA 5 I.d]2.00 57,360.00 S.000OOWo _573�.00 S],350.00 _. S7AWA0 100.0% 3441.1 Sol IFumlaMnabll S PWdniv Pueh BUBon Pale 3441 In I EA 1 2.s6600 #56600 _ Sx.565A0 3441.i6m Fuml.Nlnabll i0- 14• Pod Polo Awmbly 364110 I EA 3 3.017 So 59052,50 __ _3.0ODDw00 _. 1WO520__S9052.50 3441.1616 FumlaNlnotall Tvw 46 Slanvl Polo 314110 I EA 4 $12.19000 546792.00 348.792.00 3441.1625 IFuml4Nlnabll Moat Arm 5Y-60 344110 I EA 4 5621600 324866001 3441.1 US IFumi.NlnebllT-WAArm 364120 EA 10 553100 5531000� _10000000W SSA10A0 _55310011 _ __55]10A0 _100.0% 3441.1705 ITY5Si-I F... chtl.n U41 In EA 4 50255001 S33,020M0 _ S33A20,00 3441.1715 ISional Cabinet F.unda8.n-352I&BBU 344110 I EA 1 55.3]95DI 137950 1.00000000 $5,07950 5&379A9 SS379M 100.0% 3441.1725 IFurnh,vinebll ATC Slanvl Controller U4110 1 EA 1 55.151'm S515150 1.00000000 SS.I51S0 5515150_ S&151.50 lw.0% -_ Ild. tlacum.nt ha. boon m-fi,d from 11. adDln.l f.rm...n -DC -um.nl.nd Iho.... dltl net hl9hll9b Iho ..fift"Ilan.. You- u...,di1...it In. d.cumantc.bfully.nd.anault Lho.1 C.un..l prior Io It. a 111. C Osip.u.m P. Progress Estimate 55455 Contractor's Application Hulen Street at Granbury Road Intersection Improvements App°m"n N. 20 Fin➢1 AWli .Pm°4 09/O]/23-09/30/23 APPliwti°°Ome' 10/4/2023 A ➢ C D ➢ D 1� Twnl C°md- 14 ➢oWwbFMbb S i1i�0" ➢W Q_dw Unit Pdw eid Votue EuawtND- Vdw Pmi°wtylwdlN VAuc Mmm°IsflmNy Vdue Tbir Pm°d 9twN(n°1wC) ud 5tmedk0ok 0 (B-F7 Bid ltanN°. Denipuw N.iry unit°!Mc®kv 9wdw . Lradl� (DBE) ➢ . 3441,1741 FUMISMnst0113$21 Gntr,11,, Gbind Assombly 344110 EA 1 522.691.50 522,691,S0 1.0000000 $221M,50_ 522001m _ 522,09110 100.0%_ 3"2002 Dlsi- of Full Tnfflc Sional 344113 Ls 1 I 518.954.0 518.956.0 1.a00000 $16ASIA0_ $16A54.0 _Si6.D51S0100.0X 1 30413302 Rtlwy lllum Foundotlon TY 3.5,6. and 8 344120 EA 1 5215900 WAS9,001_1.00000 $2.159A0 ___f2.159.0 - - _52.i5D.010.0% 1 3,W 3112 Fum h/Inagll RdwaY lllum 11B Polo 344120 EA i 53,401.50 S3.d01.501_ 1.000000_ $3A01A0_ SS,M1.50 S3A01S0 10A%_ 1 3441.4001 FumbNlnamll Alum S)an Mast A - Mount 344130 EA 6 5920.0 05200f_ _._. _6.000000 363200_ S5S20.00 ___ SSR0.0 10.0%_ 9999.0120 FumlWlnsmll PTZ Gmoro 000000 EA i 55,53D.50 3550.50 1.000000 SSS0S0 S54010 _ SSS]0.50 1 990.0122 FumlWlnatall PTZ Camom Gblo D00000 EA 0 53.50 5210001 ,_60A0000000___5210.00 5210.00 _. _ _ 5210.0 10A% 9SSS.0IM RR lntbmonnod Gblo 000 EA 170 54.0 S60.01- 170.o00000 5000.0 _ _560.0 _. SBB0.00_10.0%_ 1 S999.'I" TomOotary Trof0c 6�inol 0000 EA i S151,27050 S151.270.501___0,150000 S113A52A6___ S113An.N _ ___ __311]A526B _n.0%_ 5]7.611,W 1 S999.0165 Romovo Illu'MM12anpolo Faunda0on 2' Sol-Gmdo 00000 EA i S1.251.0 51.2510011.00000UU _51251A0 51251.00 _ 51251.0 10.0% 1 9999.0166 Romova Illumination Polo 0000 EA i 5981.50 S961.501_ i.000aaaao 5001 SO 596150 _. 5901,50 100.0X 9SW 167 Ground BasT D(no 00000 EA 1 $1,067.00 $1,06700 _ _ i•000000 S1A61A0 ______61-7.00 SIM.00 10.0%_ 9DOS9.0198 FumlwinW LED {alOroQaN1FI'.-n1 ATB2 GOra Haodl 1 1`1 Romo.Uildni,WminoGo /vm anC FMurott 0 0DO EA 7 S276.0 S1,93200 '?.DODO= Si A]2.00 _61,9]2.0 _ _ S1A32.0 10.0X_ 1 U71.0001 TralSC Control 347113 MO 8 52.661.50 W1.292.DO 0,000000 __S21,292.00 _$21,2520 521,292.0 10.0%.- 1 3471,0002 Polblo Mcsu0o 5100 347113 WK 26 S2.20a0 E57,40800I_.__26,0000000 557,406A0 S57A0,0 _ _ _. 567A00.0 10.0%_ 9999.MIS TxDOT Standord Poodd 1tr Hond,d PRPl3 rtv E) 000000 LF 45 s1050 54,7W.50 _26.000000 laMiZi.50 _ =MM - 52A6m 55,6%_ =.10.0 1 9999.0020 MonalOhlc Nosos 000000 EA 4 52402.0 S9,6D8.01 _4.00000 S9.W$.W _..._ S9,60.0 - _ _59,60.010A% 1 9999.0021 gild Atllustmonl Allowanc° 000000 IS 1 SS.ODOW SS00Dol__ _ ___ -_.- u•a0.09 1 9999.D Stract SlOn nstalWllon 000000 LS 1 57.911.0 57.911.01_ 1.000000 _ S7.011.0 S7.911.0 , _ 57A11.0 1DO 9999.0.23 6' Concroto Flumo DO 00 LF 15 5350,00 55.250.00 _ 15,00000 _ 0250.00 __55,15050 _. _ 55250•DO 100.0%_ Thls documanl hun boon mddifad from Iln orlSlnal forma° on UMC d°cumunt and tha u°ar did ncl blShIISM Iha modl0catlans. Yau ar° °ncaum5ad to road lba idd-nt coralullvend canoull La9W Coun°al "1., to ilc macdlan. Progress Estimate Fo<c r Hulen Street at Gmnbury Road Intersection Improvements Appb eumt pmm: 09/01123-09/30/23 aid It®Nu Omviptwp E�Omlian on Na. Totals c;ysnnvy 55455 cwwnNuw Contractor's Application Applimticn Numb¢ 20 Final App-1-D— 10/42023 D E F G TdW Camplebd BdmawFweh Veluv Prmwaty lmblled Vdue Value ThuPedod bfutmds Ramtly and Sraiud to Dnte (Fl (E-Fl Sromd(wein C) (Da E) B 51.E61.9rJ.60 S-1.923A0 f1 N1.e]]Aa. 6t]% $dEJ.926.10 21c ddcumanl hoc boon—Iffl dfrom Ottpd0lnci Imm ccpn EJCDC dpcumonl ucd Iho ucar did -h1ohllEht the ol0cpll —Ypu ora opcoumpod I. r..d the documanl.... fully —...cult Lo 1 Cpupcol ptlpr to Ile nvppull— C-620 Signature Pape Progress Estimate Change Order Number I 1 I Contractor's Application ADDITIONS For (mnt¢m): 101017 Hulen Street at Granbury Road Intersection Improvements City Sccrctmy 55455 Applimtion Number. 20 Final Contract Num: Application Parial: 09/01/23-09/30/23 APPGcedOv D¢m: 10/1/2023 A B C D E F itC10 Addidon Told Completed % B¢Ivnce to Rnieh Change Order [tom SpaiGrndUnit oC CO Quantity to Add Unit Price Chvnge Ordm Esdm¢tcd Qu¢odty Vdue Previoaly Vduc This Momrids Prtsendy end Stored to Date (B (B - F) No. lhseriPtivn Scctivv No... Meaurc Value ImTullcd insldled Val.,Pe ue Period Stored (net in C) (D+ E) 9999.0024 FumiahMsWl 65IJ40-80 GV LAD ONDOT Dud Mat Arm) _ EA 1.00000000 S49,518.00 S49.518.00 ___1.00000000 _ S49,518.00 S49,519.00 _ - _ _ _ _ _ _ S49.518.00 _100.01 9999.0025 Fumishb.1165U36-90 GV LAB(TXDOT Duel Mart Ann) .. EA 1.00000000 S48,627.00 S48627.00 1.00000000 548,627.00 S48.627.00 S4862� 7A0 100.0% 9999.0026 Fumuh/famI1 TXDOTTY48-ASigoo1 F¢undadon EA 2.00000000 $19,800.00 S39,600.00 2.00000000 $39,600.00 S39,600.00 _ _ $39,600.00 100.0% Total S137.74.9.00 S137.745.00 5137.745.00 S137.745.00 100.0% 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 end consult Legal Counsel prior to its aacudon. C-620 Signature Pape Progress Estimate Chance Order Number 1 1 1 Contractor's Application DELETIONS For (conuaop: Hulen Street at Cranbury Road Intersection Improvements Appliw6on Number. 20 Final 101017 Appfm6aa Period: 09/01/23-09/30123 Appl"°bon D-: 10/4/2023 A B C D E F I�cm Ddo ion Chung. Order aunt sioi6mtion Umtot. CO Dcla tyt° Unit Price Cbuege Order Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used No. goon Section No. Mmsum Value 3441.1616 F—h/lally atope46 Signal Folc _ EA4.00000000 _f12,19f.00 548.792.od 3441.1625 Famishaaaall MA— Anti 52'LO' EA 4.00000000 f6216.00 f24.964.00 3441.1705 TY5 Sipml Foundation EA 4D000000o ff225.00 533.020.00 _ _99990164 fompomryTraMc Signal _ EA 1.00000000 _f31.069.00 $31.069.00 S137.745.00 This document has been modified from its original form as an EJCOC document and the usor did not highlight the modification. You are encouraged to read the document carefully and eensuk Legal Counsel prior to Its execution. C-620 Signature Page Progress Estimate Change Order Number I 2 Contractor's Application ADDITIONS F.,(eontmc0: 101017 Holes Street at Granbury Road Intersection Improvements City Secmwry 55455 Applimni-Number. 20 Final Contract Num: Appliend.. Period: 09/01/23-09/30/23 Apprientian Dote: 10/4/2023 A B C D E F Change Order Item Item Description No. _26053015 2- CONDT PVC SCH 80(t) 26053016 7 CONDT PVC SCH 80 (B). 3441.1311 5/C 14 AWG Mdti�Caaduaor Cable 3441.1314 I_0/C 14 AWG Multi- Conductor Cable 3441.1408 NO 6 lnsulmcd Elm Condr 3441.1409 NO 8 le.haod F.J. Condr 3441.1502 Cmuad Box Type B. w/Apron 3441.1503 Ground Bos Type D, w/Apre. 3441.1603 Furnish/Install 10'-14'Ped Pole Assombly 3441.1645 Fumish/Instdl Type 33A Arm 34413302 Rdwy Ilium F.Mation TY 3,5.6, and 8 34413352 Fumish/l-ll Rdway Blum TY I8 Pole 3441.4001 Fumish/Innmll Num Sign Mast Arm Mount - 9999,0122 Fum'uh/Insmll PTZ Camera Coble 9999.0163 RR lntc-oct Cable 9999.0169 FumishMsmll LED Lighting Ftlure (133_wan ATB2 Cobr Balance to Finish Addition Chong, Estimated Quontiry Previo..ly Value This Mau inls P-mly Told Cemplme l % (B F) SpociHeotion unit or CO Quantity to Add Unit Price Order Value Innalled Woo Innallod Value Period Stored (not in C) and Stored to Dote (F) Section No. Momuro (D+E) B LF__ _ _900.00000000 _ __ S22.00 S17600.00 _ 800.00000000 . S17,600.00 _ S17,600.00 _ .. _., SI7,600.00 100.0% LF 625A0000000 $4650 529062.50 625.00000000 S29.062.50 S29.062.50 _ S29062.50 100.0% LF 150.00000000 S2.50 S375.00 150.00000000 S375.00 S375.00 S37500 100.0% _ LF 210.00000000 S330 S735.00 210.00000000 S735.00 _ _$735.00 _ 5735.00 100.0% LF _5090.00000000 S2.00 S10,180.00 5090.0000000.0 _ S101180.00 S101180.00 _ _ _ __ $10,180.00 100.0%_ LF 915.00000000 S2.00 S1930.00 915.00000000 _ $1830_00 S1,830.00 57,83000 100.0% EA _4.00000000 S1,226.50 54906.00 400000000__54,906.00 S4,906.00 54,906.00 100.0% EA 1.00000000 $1 472.00 SL472.00 1.00000000 _$_,1 472.00 _ _ S1.472.00 S7.472A0 100.0% EA 3.00000000 $3,01750 $9,052.50 3.00000000 59,052.50 _ _S9,05230 _ _ S9,05230 100.0% EA 1.00000000 S531.00 S531.00 1.00000000 S531.00 $531.00 _ - $531_00 100.0% EA 5.00000000 _S2,159_00 $10,795.00 _5.00000000 S10,795.00 _ S10,795.00 S10,795.00 100.0% EA 5.00000000 S3,40150 $17.007.50 5.00000000 _ S17,007,50 _.$I7,007.50 _ _ S17,007.50 1002-i EA 1.00000000 S920.00 S920.00_ __1 00000000__. S920.00 __-S920.00 S920.00 100.0% EA 40.00000000 S3.50 S140.00 _ 40.00000000 S140.00 S140.00 $140.00 100.0% FA 90.00000000 _ SUB f360.00 _90.00000000_ ___5360.00 _5360.00 _ _ _ 5360.00 IOO.OY._ _ EA 3.00000000 S736A0 S2208.00 _100000000_ _S%208.00 _52408.00 S2,209.00 100.0% TutA S107.174.50 S107.17450 S107.174.50 S107.17450 100.0% This dooumoht has been modified from 8a original form as an EJCDC de n ment and the user did not highlight the modi8cad-s. You are enwumgad to road the dwument carefully and consult Legal Counsel prior to it mtocution. C-M Signature Page Progress Estimate For (mnwm): 101017 Rulen Stmet at Granbwj Aool-fim Period: Item Change Orde'Item Description No. 3441.1003 5Scct Signol HwdA—bly Change Order Number 2 DELETIONS Road Intersection Improvements 09/01/23-09/30/23 A COQuentitym Um. Unit of Delete S-6-No. Measure EA 1.00000000 Unit Him $I.993.0Q B C Deletion Change Order Value Not Uxd St.993Ad Aoolicnoen Number. Aeefimdon Dmc: D E Not Used Nat Uscd Not Uxd Nat Uscd Contractor's Application j 20 Final 10/4/2023 F Net Used Not Used Not Uzed 3441.1217 Fumishth-01 Hybrid Detection Coble 3441 1224 Fumi hAR stall Prcem u Cable F _ _ LF 235.00000000 LF 260.00000000 __— _ _ _ _ $3.50 $3.00 S92230 S7S0A0 —344I.I112 �_ � 14 AWG_MuIGConduetor Cahle or "1.1315 201C 14 WO Multi-C—di utor C.M. LF 60.00000000 _ IF 430.00000000 S3.00 S730 __ 5180.00_ 53125.00 3441.1322 �314AWGMulti-Conductor Coble 3441.1402 NO 6 Dupla OH Imuluted Men Candr LF 455.00000000 LF 885.00000000 S2.50 $2,00 St.13730 S1,770.00 3441.1601 Fumuh4nem115-Pcdumm_Pmh Hutten_Me _ _ _ FA 1.00000000 —_ S2.566.00 S2.566.00 'I'ohts S12.474.00. This document has boon modified from hs original form as an EJCDC dooummn and the user did not highlightthe modifications. You ore encouraged to read the document carefully and consun Legal Counsel prior to to execution. G-= Signature Pave Progress Estimate Change Order Number 1 3 Contractor's Application ADDITIONS For (wnweB: 101017 Hiden Stmet at Granbuq Road Intersection Improvements City S-Wry 55455 Application Numbee 20 Final C.-Nam: Applienion Period: 09/01/23-09/30/23 Appli`"dnn Date 10/4/2023 A B C D E F Item Belmee to Finish Addition Estimated Qumtity Pmiously Vduc This Materials Pr dy Toml Completed °: (B-F) Chong, Order Iran D,smpuon Speci6mtion Unit or CO Qoontity to Add Unit Price Chang, Order Instnli,d Value ImWlcd Value Period Stored (not in C) and Stored to Dote (F) No. Section No. Manure Value (p+E) B 9999.0170 PoinW- Mant Traffic Signal Arm(Block) TPW _ EA 2.00000000 _ S3,125A0 $6,250.00___2.00000000_ S6,250.00 _56.250.00 _ _ $6.250.00_100.0% 9999,0171 P i t40'Mo TmM,Signal Arm_(Block)__ _ TPW _ FA 1.00000000 52.500.00 52.500.00 $2500.00 _ _ _ _ $22.500.00 100.0% 9999.0172 _Poi-36'Me,tTmM,Si,-IAm,(B1ack) TPW_ EA 1.00000000 S2,313.00_S2313.00_ _1.00000000 1.00000000 S2,3I3.00 _52.500A0_ 22313.00 SW 13.00 100.0%_ 9999.0173 Poi-Tad1ie Signd Venicd(Black) TPW EA 2.00000000 S2,313.00 Sg626.00 2.00000000 Sg626.00_ S4,626.00 - _ _ S_4fi26A0 _100.0% 9999A174 Point.Tm1Ec Signal Lumimim(Black) TPW EA 2,00000000 $625.00 __S1,250.0u 2.00000000 $1,250.00 _ S1951.00 _ _ SIAMM 100.0% 9999.0175 Paint -Traffic Signal Pedesainn Poles(Block) TPW _ EA 6.00000000 5125000 S7.500.00 6.00000000 S7.500.00__57,500.00 _ _ S7300.00 100.0% 9999.0176 _ Doily TmQic Control Cor Painting TPW LS _L00000000 S1,875.00 _S1,975,00 1,00000000_ SI,975.00. _S1,875.00 . _._ SI,875.00 100.0% 9999.0176 Waned Panel Replacement Adjustments. _ TPW _ _ LS 1.00000000 S_12,103.20 51,103.20 1.00000000 _ _ S12,10320 $12,10320 _ _. _ SI2,10320 MCA% S38.417.20 S38.41720 MA1720 100.0% S38.417.211 TotaW This document has been modified from its original form as an EJCDC documam and the user did not highlight the modifications. You are on -raged to road the documem carefully and consult Legal Counsel prior to Its oxecution. 0-fi20 Signature Page Progress Estimate Change Order Number 1 3 DELETIONS For(mnwct): 101017 Rulen Street at Granbury Road Intersection Improvements Aeellecaon Period: 09/01/23-09/30/23 A Item Change Order Item Specifieadon Unitof CO Quantity to No. Description Section No. Manure Delete 241.0600 Remove Well 4' TPW LF 108.00000000 Unit Price 3I8.00 B C Dcicdon Change Order Not Used Value 51.944.0d Analiec6on Number. Aeolicudon Date D E Not Used Not Used Not Used Not Uscd Contractor's Application 20 Final 10/4/2023 F Not Uxd Not Used Not Usrd _ _ _ 241.4003 Rcmw20'Curbinlet TPW _ _ _EA 1.00000000 3201002 As0aIjPvmt_Rryav B,,,ae DeOned WidtM1Ancrinl TPW SY IISA00000_00 3201.0656 Repair�HES._Aneriat/Induarial —iPW SY _200.00000000 Co.ne 3212.0MI 4'Asphalt Base Tyne B TPW SY 97.00000000 _S1.782.00 S44.00 S_I4I.00 $31_00 S1.792.00 _ __.. _ S5.192.00 528200.00. S4.947.00 _ 3305.0112 Co. —Collar 9999.002I IrtiBation Adjustment Allowance _ �fPW Fls 2.00000000 TPW IS 1.00000000 _S_1.100.50 55.000.00 S3.401.00 _55.000.00 _ .-.—_- Totals S50.466.00 This document has been modified from ifs original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and censuh legal Counsel prior to its —don. C-620 signature Page Progress Estimate Change Order Number I 4 Contractor's Application ADDITIONS For(wnrmcU: 101017 Hutto Street at Cranbury Road Intersection Improvements City Secramry 55455 Appliwtion Number, 20 Final ConnactNum: Appliwdon Pmiod: 09/01123-09/30/23 Appliwtion Dote: 10/4/2023 A B C D E F Item Balsnw to Finish Addition FsdmNsu Qumdry Previously Value This Materiels Total Completed % F7 (B. Chmge Order Item Spwi. Unit of CO Quantity to Add Unit Pdce Che al Ordtt Insmllcd Voluc installed Value Period Stored (nol'm C) and S(D t) Date (F) No Dwcdpdon Section No. Measure No. E B 135.0102 Railroad Flagmen 0.56706250 S60,000.00 _ S34,023.75 0.56706250 $34,023.75 _ S34,023.75 S34.023.75 100.0% 9999.0019 4" Cone Pvmt for Mediom(Sidmvalk Spcdf.mfien) 1065.60000000 S7.50 S7992,00 106560000000 S7.99200 S7,992.00 57992.00 100.0% 3213.0203 8"Coot Pvmt HES - __. _ _ 330.41000000 S112.66 _537,005.92 330,41000000 T37,005.92 _ 537.005.92 _ S37,005.92 _100,0°.6_ 3213.0301 4"Cent Sidwalk _ _ _ 409.90000000 S10.00 S4,09g00 409.80000000 S4,098.00 _ 54,098.00 .. S$098.00 100.0% 3216.0102 _ 7"Cen Curb sad Gat er _ 265_.10000000 $32.00 $8,4832_0 _ 265.10000000_ S8.483.20_ _S8,48320 _ $8,49320 100.0% _ 32170001 4"SLD P-o Marking HASM _403,00000000 $1.50 S604.50 _ _403,00000000 _ S60430 _._. S60440 _ S60430 100A% 3217.0002 4"SLDPvm[Mmking HAS(Y) _. _ _ _ 12_1.00000000 _ SIM S191.50 121.00000000 SI.81_30 S181.50_ S18150 100_0°h_ 3217.0003 4" BRK Pymnt Marking HAS(Vj _ 115.00000_000 SI.50 $17250 _ 115.00000000 _S172.50 _ S172.50 100.0% 3217.0104 4" DDT Pvmnt Marking HAD(W) 11.00000000 SPAOS33.00 11.00000000 _ S33.00 533.00 - - S33.00 100.0% 3217.1001 Lone Legend RR _ _._ _ 1.00000000 $839.50 $939.50 _1,00000- Sg39.50 583950 _ 5839.50 I00.0.4 3217.1003 Lone Legend DBL Anoo, _ _. 1.00000000_._.._ S274.50 S274.50_ 1.00000000_ S274.50527430 __---.. _S274.50 _100.0% 32172104 REFL Rniscd MarkerTY BAR 11.00000000 S6.00 S66.00 11.00000000 $66.00 _ _ S66.00 _.. _ S66.00 100.0% 3217,4306 Remow;24"Pvmn1Marking 80.00000000 _ _54.50 S360.00 80.00000000 S360,00 __S360.00 _ S360.00 _ 100,D% 3217.4401 Remove Lone Legend RR____ _ 3.00000000 $305.00 S9ISA0 3.00000000 _ S915.00 5915.00 _ _ S915.00 100.0% 3292.0100 Block Sod Placement _- 261.00000000 S6.00 _$1,566.00 263.00000000 __$1,566.00 S1,5.66.00 _. _ _ S1.566.00 100.0% 3305.0103 Explonory Exwvntion ofFzdting Udlitin _ 19.00000000 S805.00 _51sm.ao00_ 19.00000000 S1P95_00 $15295.00. _ S15,295_00 100.0% 3471.0001 Thug. Control 300000000 S2,661.50 _57,984.50 3.00000000 _ 57,984.50 S_984.50 57.984.50 100,0% 347L0002 Portable Mwwge Sign 23.00000000 S2,209.010 S50 784.00 _ 23.00000000 S50 7794.00 S50,784.00 S50,784.00 100A% 9999.0023 6"Concrete Flume _ 53_0000000 $350.00 S1855.00 530000000 _51,855.00 _S1855.00 _ S1.855.00 1aa.0% •adding 92 days -_---- Totals Sln.533.87 S1T M.87 $17236137 S172S33.87 100.0% This document has been modified from its original farm as an EJCDC document and the user did not highlight the modificabons. You are encouraged to read the document carefully and consub Legal Counsel prior to its execution. C 620 Signature Page Progress Estimate Change Order Number 1 4 1 Contractor's Application DRLF,TTONS For (enuma): Applieotion Period: Change Order item No. 241.0100 101017 unless Street at Granbury Road Intersection Improvements 09/01/23-09/30/23 p Item Specification Unit or CO Quantity 10 Description Waco Section No. Menvurc Remove Sidewalk SF 0.75000000 B C Eidetic. Unit Price Chug, Order Not Wod Value S24&--SL88 D Not Used Not Usd Not Used Aootimtion Number: 20 Final Application Dom: 10/4/2023 E F Not Used Not Used Not Used Not Used 241.0401 241.1000 _ 241.1100 _ 241.1300 Remove C.-le ]hive Remove Cone Pvmt RemovaAvpholt_I'_vmt _ _ _ R®ow Coae Curb A Gaaer _ SF SY SY LF 132.00000000 480.75111111 2136000000_ 216.70000000 S330 $21.00 S17.50 S630 S462.00 510.095.77 S373.80_- S1.408.55 __ 2413013 3123 0101 Remove l6"Storm Lme Uulosafid &,nwton by_Awn _ LF CY _ 6.00000000 2830000000 $36,00 S73_00 S2I6.00 S933_90 3123.0107w 321_ w__. _ _ _ CY SY Moaw0000 304.573I 585.50.___SI,J68.00 .50 17.461.99 _ 3212.03022"Aspbat 3212.0503 PwtTypeD,_ _._ 6"Asphalt Bou 1v SY SY 276S3333 179.533333337 $25.50 S62.50 _57.051.60 SI1320.93 3212.0401 3213.0201 HMACTmusidu 6"Cone Pvmt HFS TN SY 4.95000000 151.00000000 $419.50_ Sitl E2.076.53 515,251.00 3213.0402_ 1213 0506 7"CoaardaDriwwny __ Bomer I= Ramg TjyaP-1 _ _ SF FA 390.00000000 1.00000000 2.00000000 333.00000000 514.50 53.n3S0 S7.866_00 S25.00 S5.635.00 S3.733.50 _S7.73.2.00 $9.325.00 3213.0507 Boma Free Ramp,Typa P4_ - - -_ EA 9999.0007 8"Co. Curb and Guna LF 3217.0201 _3217.0202 8" SLD Pvmt Marking HAS 8" SLD Pvmt Morking_HAS CY) _ _ LF LF 100.00000000 307.00000000 S230 52.50_ S250.00 S767.50 _ _ 3217.0 3217.10 02 24"SLD Pvmt Marking-HAE (Vj.__.. _ Lone Us Armw LF _.._ FA 6.00000000 _. 3.00000000 $9.00 $168.00 _S54.00 5504.00 3217.1004 32173101 Lane Land Only REFLRaisd Mark a TYl-A _. _ EA EA 1.00000000 8.00600000 S191.00 57.50 S191.00 $60.00 REFL Raisd Mmual"KI-C EA _1600000.070 95.00000000 S7SQ $1.50 S_I20.00 S742M _ _3217.2102 _ _ 3217.4201 Fire Lane Mark 1F 3217.4301 Rem0w4"Pymt Marking LF 3061.00000000 SI.00 $3.061.00 9217.4307 R--Raised Mula EA T 00000000 4.00000000 1.00000000 57.00 576.50 $76_50 T72.00 S306.00 S76.50 _3217.44.02 Remove Lone Legend Anew EA 3217.4404 R®ow Laac Lcaend Only FA 3232.0100 3232.0101 Can, Re Wall with_Sidewalk.Faa_ Con, Rd Wa0 vtith Sid-:dkSidewalks _ SF SF 278.00000000 141.00000000 $50.50 SM.% S14.039.00_ $30,696.50 _3291.0100 3349.5003 Topm.O 20'Cu6 lalet _ _ CY EA _SA23925.93 _S59:00 S10335.00 __ S320.13 $10335.00 9999.0164 9999.0019 T®porpryTufEe Sipad TXDOT Standard Pedestrian HandraR PRD-13 MT E) _ FA LF _L.000000001 1.00000000 20.00000000 S6,748b2 $106.50 S6.748.62 SZ130.00 Tests 5153341.1 1 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You arc encouraged to road the document carefully and consult Legal Counsel prior to Its amcution. C-620 Signature Page Citv of Fort Worth Summary of Charges City Secretary Contract Num: 55455 Hulen Street at Granbury Road Intersection Improvements P. 0.: Project Number: �101017 Application Period: I 09/01/23-09/30/23 I Application I FW020-0000005667 20 Final Application Date: 10/4/2023 Number: Funding Identification (FIDI Total Completed Amt Remainirg Gross Retainaqe 1Net I Original Contract 134018-0200431-5740010-101017-003980-9999-18010203 $1,541,923.40 $353,926.10 i3O.00 :'s0.vo :r0.00 10 oo I a;0.00 1 1 aoD s;D oD 10 10 Un 1 1 00_ I $0.00 1 1 so.oD 1 1 aoD Io a;o.00 I saDo I 10 0o c;u oD I ro.00 so.00 I raoo 1 to I 11 oD l I 5o 0, I I $0.00 I so-D4 10 30 00 I .w.Oo I I so 00 10 1 aD oD I I so.00 1 1 a;o.Do 1 I D.uD 1 10 1 60 on a.00 I so.00 I I raoD 1 10 1 Su ou 1 1 1 1 n.cro I I :re.00 Change Order 1 I I 134018-0200431-5740010-101017-003980-9999-18010203 $137,745.00 ($137,745.00) 0.00 :r0.v0 0.00 o no I o-oD so.00 y0.00 1 o so.00 so.00 1 o aU uo I :•o.00 I :;.a Uo yo.uo 10 e oD j 0_D'0 so.ca I a;o.oa 1 o --'D oo ao U_I o.�_o o.00 so.00 1 10 1 1 _ Uc su _ D' o io.00 a,o_oo 1 10 .;,-1 U, j I o 0o :r0 'e :so u0 I I so.00 1 ID -,Ij Do DD x,o.Do so.uo sauo 1 10 :.0 0u 1 - Oo 1 so.00 1 1 Y-0.00 I 1 ;;U-00 1 Change Order 2 I I 134018-0200431-5740010-101017-003980-9999-18010203 $107,174.50 ($12,474.00) "0.00 30.00 $13.00 0 Uo I I --60 1 1 :;o.uo I I I,o.uo I I so.uo i 10 :D oo I 1 000 1 1 :i;000 I 1 1:0.00 1 a,D.ao to -U 00 0o I so.0o I :ro.00 I 1s0.o0 I to I I a(j oo I I 6000 I I ro.00 I I ro �:�o I SD-00 i 10 So 00 I I s0 oo I so.00 I :i;o.00 I $o-oa i 10 SD.00 I i �0 00 I :Bo.00 1 :I;O .Oo I s0-00 I 10 b0 00 I I S0 00 I I s0.00 :Waco I :60.00 i 10 J 00 I I D 0o 1 :1;0.00 I I -r0.00 I I Taoo I Io-:. U0 I I ;0 oD :i;o.oa I I 0.00 1 I s0-01) I Io .j oo I I o Do no.00 ro.��D I „a.ao I This document has been modified from its original form as an EJCDC document and the user did not highlight the modications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Signature Page Citv of Fort Worth Summary of Charges City Secretary Contract Num: 55455 Hulen Street at Granbury Road Intersection ImprovementsNumbeI p. o.: FW020-0000005667 I Project Number: 101017 Application Period: 09/01/23-09/30/23 I AP.mber: :n I 20 Final I Application Daze: 10/4/2023 Funding Identification (FIDI Total Completed Amt Remaining Gross Retainage F Net I I I 134018-0200431-5740010-10 017-003 80-9999-18010203 1 $38.417.20 ($50,466.00)l G. O C_ r O .:_I -ei I <;u.OV I d�J.iiU ��0.00 'o oo So 0o I aG.GO I a_oa 0 so ou 0 --J iJ-j l DUI ;o.oC so.c 4 0 ::G uo I o, j al is o SG Go I I :G ou .1;u ou 0 s0 0o I I so ou 0 >G Go I � o Gu i;n.00 o G oo I sG 0u r0. u ,0 c0 I oo Change Order 4 34018-0200431-5740010-101017-003980-9999-18010203 $172,533.87 ($153,241.10)I .F: oa00 C�..0U0O O Cuu0.-,'I o au_�I :u ou :,,u.uu -100 0o O G Go I SOOJ I;1JAD GO G So u0 1.0.00 !0 o ou 0 .e!c�• 0 GO uQ I ;O b :SO.GO p0 �0 0 oo I I so 0o 0 u 0o I ;u GG � 0.� �o o.�-�G s0 "o I o sG u' ) I :u ou 1;0.uo 0 su.cio I G Uo i,o u0 a"-,o 0 su UG :,D G sG_o0 I Change Order 5 34018-0200431-5740010-101017-003980-9999-18010203 :G U v o- C.00 GO.GG MD0. 10 :u u'.I O o Gi, c uo ;u. iiJ r,o_'_0 h0.o0 1 10 ;o u0 I : J p i l 0.G0 0 oG I G i0 1 10 oU u.GO eo.u0 o G co I I sU Uo :saoo I so.Go 1 0 SG uG 0u ..o.ou 0 -0 lu.Jo t o ou w.00 I 1 0 0 U Uo ..0 ua sG oa 1,0.ou ;0_00 I su--�❑ $0 u0 I sn_oG i 0 11" bCj ::0 00 "'0.00 $0_u0 I :fi0 �J0 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 Citv of Fort Worth Summary of Charqes City Secretary ContractNum: 55455 Hulen Street at Granbury Road Intersection Improvements P. 0.: FW020- 0000005667 Project Number: 101017 Application Period: I 09/01/23-09/30/23 I Application I 20 Final I Application Date: 10/4/2023 Number: Total Completed Amt Remaining Retainage Net Gross Funding Identification (FID) Change Order 6 1 Sr I I 0rn 134018-0200431-5740010-101017-003980-9999-18010203 o eo 0o u_ou I aa� u I I __CC :,0;-0 a0.o0 0 ou 1 nun 10 :o oo o I su u I I�� ou a�-gyp ( s0.,0 1 u! 1 10 oo so 0o a_u❑ �6❑ 0 to .p p.o0 I 0 ou Uo 30 o0 I $O.up 4u4 10 "j oo �o ou a.op !;U-00 I 10 1 u ou 1 1z u uo !;;G.,--10 I 134018-0200431-5740010-10101j-003980-9999-18010203 =G ar, I I I I 10 50 GO aG 00 I Ip_G6 0.�'0 G.OG Io �.o os� 1 so ou I I �s0.u0 e.ap 0 a0 10 I uu I0 GUI 10 :G o0 I I So GO 10 0o I 1 -'o Gi s0rJu 10 Lu uG su uo I I 3[}.00 I :i-o.on ;ip.up 0 S0 G�J -i , 00 I I 30_Ci4 I 1 ap.00 p.GC� 10 "G G�, I .-, Gu I I ::;0.00 I r0.ao 0 0 10 3� G�1 I p 00 I I 0J!0 I O.Gp IG-1 10 so Gj ao GO I I 80_1 �p I 0.e0 0.a0 Change Order 8 134018-0200431-5740010-101017-003980-9999-18010203 o GO o 0G :F0 00 o0.^-p `0 'p 0 GO I 00 s0.u0 0u�0 �P_0 i 10 %p_QG :oi n 10 Sw.uo ,0_�0 10 Lo I o 0o 0uc: WaoO 0.� G I 10 a U.J I o ro p_o0 ;;0 00 10 f �u U,Q 10 I ,G Ou 10 �G Go I ��-� 0�.� r0.o0 1 �,G.ao I auo I 10 I I :u uo 10 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 City of Fort Worth Summary of Charges City Secretary ContractNum: 55455 Hulen Street at Granbury Road Intersection Improvements P. O.: FW020-0000005667Project Number: 101017 Application Period: I 09/01/23-09/30/23 I Application I 20 Final Application Date: 10/4/2023 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net I Totals 34018-0200431-5740010-101017-003980-9999-18010203 $1,997,793.97 0 f,I I I 0 0 0 0 Jjl- 0 0 0 0 1 0 Grand Total 1 1 $1,997,793.97 1 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. FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Change Order No. 1 - Hulen St. @ Granbury Rd. Intersection Improvements M&C CPN 101017 CSO # DOC# DATE: 9/13/2021 TO: INITIALS DATE OUT 1 Jaison Cherian - Reyes Group - signature jcherian@reyesgroup.com ,C 2. Alexiz Ramirez - Bus. Support - Initial 4&- 3. Jarad Souders - Inspector - signature p— 4. Alejandra Ayala - Project Mngr - signature B� 5. Raul Lopez - Program Mngr - signature REEL L 6. Martin Phillips - Snr CPO - signature MAP 7. Lauren Prieur - Asst. Director - signature LL LLP 8. William Johnson - Director - signature W 9. Doug Black - City Attorney - signature DWW 10. Dana Burghdoff - ACM - signature 11. Ronald Gonzales - CSO - signature 12. 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: u Yes L 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 call TPW Contracts at ext. 7910 for pick up when completed. Thank you. CSC No. 55455-COI FORT WORTH City of Fort Worth Change Order Request Project Name I Hulen Street and Granbury Road Intersection Improvements Client Project #(s)l 101017 City Sec # l 55455 Project Reconstruction of approximately 500 linear feet in all directions from the Hulen Street and Granbury Road intersection. The major items of work Description consiste of widening the intersection to construct double left turn lanes, new traffic signals and street lights. Contractorl City Project Mgr.I Reyes Group, LTD Alejandra Ayala 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 $1,895,849.50 I� Change Order#1 I I Date 10/7/2021 City Inspectorl Jarad Souders $1,895,849.50 $0.00 1,895,849.50 $0.00 Contract Time Totals (CD) $1,895,849.50 $1,895,849.50 $1,895,849.50 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 0.00% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) 1 $2,369,811.88 The traffic signal at the intersection had to be redesigned to a dual mast arm configurtaion. Oncor did not fully vet the review of the construction plans during the franchise review process. When the Reyes Group set up an onsite meeting to discuss the installation of the signal; Oncor did not approve of the placement of the traffic signal pole and arm under the high transmission power lines which run parallel to Granbury Road. The traffic signal was re -designed for a dual mast arm in order to eliminate the pole and signal arm under Oncor's high transmission power lines. The cost difference for the dual mast arm signal will be funded by the deduction of Line Item 9999.0164 Temporary Traffic Signal since a temporary traffic signal is no longer needed to be installed at the intersection. The net change order value is $0.00. 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 Nam on rac or(Name)Date Reyes Group, LTD Jaison Cherlan 7irohcGa�ibh Oct10, 2021 ector/lns ection Supervisor Date Pro ect and Contract Compliance Manager Date Oct 11, 2021 Oct 12, 2021 Date Senior Capital Project Officer Date 4ro,ramManager Oct 12, 2021 P Oct 13, 2021 t) tracting Department (Dept) Date ion Oct 13, 2021 101t13,2021 ana er Date — Oct 18,2021 tid Oct19,2021 Council Action if required M&C Number l ATTEST: 00% Ronald P. Gonzales, Acting City Secretary M&C Date Approved l FORT WORTFl City of Fort Worth * " Change Order Additions Project Name I Hulen Street and Granbury Road Intersection Improvements City Sec # 1 55455 1 Client Project # 1 101017 1 Contractorl Reyes Group, LTD I PMJ Alejandra Ayala Inspectorl Jared Souders Change Order Submittal # O7 Date 1 1OM2021 ADDITIONS IIEM UESUKIPI IUN UEPI U unit unit lost total 9999.UU24 Furnlshlinstall li5Ll4U-8U UV LAIS J I XUU I Dual Mast Arm I PW 1. UUUUUUU EA $49,5'18.UU $49,5'16.UU 9999.UU25 Fumisnlmstall 65U36-8U UV LAtl I XUU I UU81 Mast Hr ) I PVV 1.000U0UUU EA $48,621.OU $48,62/.UU 9999.0026 Furnish/install TXDOT TY 48-A 5 gnal Foundation TPW 2.0000000U EA $19,800.OU $39,600.00 TPW $137,745.00 Sub Total Additions $137,745.00 Change Order Additions Page 2 of 4 F'o�� Wow City of Fort Worth Change Order Deletions Project Name 1 Hulen Street and Granbury Road Intersection Improvements City Sec # 1 55455 Client Project# 1 101017 1 Contractorl Reyes Group, LTD I PMI Alejandra Ayala I Inspectorl Jarad Souders I Change Order Submittal # O1 Dale 1 10/7/2021 11 LM ULJUKIV I IUIV 6441.1 b I b Furnish/InstalI I ype4b Signal Hole 3441.1625 Furnish/Install Mast Arm 52'-60' 3441.1705 TY 5 Signal Foundation 9999.0164 Temporary Traffic Signal DELETIONS ULF I Uty unit unit t;ost i otal I I VvV 4.000UUUUU LA $12,193.00 $43,192.UU1 TPW 4.00OOOOOU FA $6,216.00 $24,864.001 TPW 4.00OOOOOU FA $8,255.00 $33,020.001 TPW 1.00000000 FA $31,069.00 $31,069.001 TPW $137,745.001 1 1 1 Sub Total Deletions $137,745.001 Change Order Deletions Page 3 of 4 NA MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO # DATE I AMOUNT Total I $0.00 I erl,ej S City Of Fort Worth GROUP Hueln @ Granbury Project CPN# 101017 Change Order Request #001 Dual Arm Pole SUBMITTED 6/3/2021 DATE: TO: City of Fort Worth CPN# 101017 FROM: Reyes Group LTD Job#202101 QTY UOM Unit Cost Total Cost Change Order #1 1 Furnish/Install - 65L/40-80 GV LAB (TXDOT Dual Mast Arm) (1EA) 1.0 EA $ 49,518.00 $ 49,518.00 1 Furnish/Install - 65L/36-80 GV LAB (TXDOT Dual Mast ATM) (1EA) 1.0 EA $ 48,627.00 $ 48,627.00 1 Furnish/Install - TXDOT TY 48-A Signal Foundation (2 EA) 2.0 EA $ 19,800.00 $ 39,600.00 1 Delete - Furnish/Install Type 46 Signal Pole -4.0 EA $ 12,198.00 $ (48,792.00) 2 Delete - Fumish/Install Mast Arm 52' - 60' -4.0 EA $ 6,216.00 $ (24,864.00) 3 Delete - TY 5 Signal Foundation -4.0 EA $ 8,255.00 $ (33,020.00) INot Valid until signed by the City Of Fort worth and Contractor. Digitally signed by Alejandra Ayala, P E. DN: C=US, E=aletand2.ayala@foftor htexas.gov, Alejandra Ayala, P.E.Worft,'redWandraAyala,P.E.'a"°n&Pob"` Works, f F.,t ejandra Ayala, P.E." Reason: I have reviewed this document Date 2021.09.01 15:59 43-05'00' Approved Date: Total Change order value $ 31,069.00 DigRally s.gmd by Jason GM1eria" CN C=US, Jaison Cherian aeyes Gmup, OU=Prolecl Managen CN=Jaison CM1enan ie a3 asus°a' Jaison Cherian Project manager Jcherian0revesarourlxom (M) (469)-837-6054 File Name: Change Order 001_Dual mast Arms CoverSheet Rev (3/2015) FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Change Order No. 2 — Hulen St. @ Granbury Rd. Intersection Improvements M&C CPN 101017 CSO # DATE: 3/15/2022 DOC# TO: INITIALS DATE OUT 1 Jaison Cherian — Reyes Group - signature `7G / 04/01/22 jcherian@reyesgroup.com 2. Sara Cox — Bus. Support - Initial 04/01/22 3. Brian McGill — Inspector - signature 03/31/22 4. Alejandra Ayala - Project Mngr - signature 2AL 03/31/22 5. Raul Lopez - Program Mngr - signature RER-R-04/01/22 6. Martin Phillips - Snr CPO - signature 44P 04/05/22 7. Lauren Prieur — Asst. Director - signature � 04/05/22 8. William Johnson — Director - signature W 04/05/22 9. Doug Black — City Attorney - signature d4 04/06/22 10. Dana Burghdoff — ACM - signature 4 oa 04/06/22 11. Jannette Goodall — CSO - signatureZ 04/06/22 12. 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 Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please call TPW Contracts at ext. 7910 for pick up when completed. Thank you. CSC No. 55455-CO2 FoRT�WoRrH. City of Fort Worth Change Order Request Project Namel Hulen Street and Granbury Road Intersection Improvements Client Project #(s)1 101017 l City Sec # 1 55455 Project Reconstruction of approximately 500 linear feet in all directions from the Hulen Street and Granbury Road intersection. The major items of work consist Description of widening the intersection to construct double left turn lanes, new traffic signals and street lights. Contractorl Reyes Group, LTD Change Order#1 2 1 Datel 3/15/2022 City Project Mgr.l Alejandra Ayala City Inspectorl Brian McGill Dept. WIN Contract Time Totals (CD Original Contract Amount $1,895,849.50 $1,895,849.50 65 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $1,895,849.50 $1,895,849.50 365 Total of Change Order $94,700.50 $94,700.50 79 Revised Contract Amount $1,990,550.00 $1,990,550.00 444 Original Funds Available for Change Orders $719,020.50 $719,020.50 Remaining Funds Available for this CO $719,020.50 $719,020.50 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 5.00% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $2,369,811.88 JUSTIFICATION (REASONS) FOR CHANGE ORDER The traffic signal at the intersection was redesigned to a dual mast arm configuration. Oncor did not fully vet the review of the construction plans during the franchise review process; therefore the single arm traffic signal had to be removed from the design due to the proximity of overhead, high voltage power lines. This change order will pay for the remaining items needed to construct the dual mast arm and deduct the items from the single mast arm signal pole that was originally designed. This change order will deduct various line items that will not be needed on the project. Additional quantity amounts have been added to various line items. This change order also includes an increase of 79 days to the contract time. The contract was delayed due to utility relocations that were not moved in a timely manner by AT&T, Oncor and Zayo. There are no changes to bid items and unit costs remain the same per the contract bid amounts. This change order does not include any new bid 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. Contractors Com an Name Contractor Name Contract Sign Date Reyes Group, LTD Jaison Cherian 7gzio,&C nlah 04/01/22 ns ector/Ins ection Supervisor Date Project and Contract Compliance Manager Date &WIlum 03/31/22 414,a,Aa Avala 03/31/22 Pro gram Mana er Date Senior Ca pitaI Project Officer Date ✓ ,` 04/01/22 04/05/22 'Assistant Director (Dept) Date Director, Contracting Department (Dept) Date f 1r /� ° 04/05/22 - 04/05/22 Assistant Ci Attorn D.1 Date 04/06/22 Assistant City Manage] Date 04/06/22 0 M&C Number l NA l M&C Date Approved INA l ATTEST: ,7AHHRJ.'%O,f IMOR�A�L Jannette Goodall, City Secretary F❑reTwo City of Fort Worth T Change Order Additions Project Name I Hulen Street and Granbury Road Intersection Improvement: City Sec # 55455 Client Project # 1 101017 1 Contractorl Reyes Group, LTD I PMJ Alejandra Ayala Inspectorl Brian McGill l Change Order Submittal # Date 1 3/15/2022 1 ADDITIONS IILM ULS(:HIF'I IUN ULVI U Unit Unit Lost IOlal 26U5.3U15 2" CUNU I PVC SCH 8U I f I F'VV 8U .000UUUU(, LF $22.UU, $1 /,buu.uu 2605.3016 2" CONDT PVC SCH 80 IS( TPW 625.0000000( LF $46.5U' $29,062.50 3441.1311 5/C 14 AWG Multi-Condu or Cable TPW 150.0000000( LF $2.51J $375.00 3441.1314 10/C 14 AWG Multi -Conductor Cable TPW 210.0000000( LF $3.51J $735.00 3441.1408 NO 6 Insulated Elec Condr TPW 5,090.0000000( LF $2.01J $10,180.00 3441.1409 NO 8 Insulated Elec Condr TPW 915.0000000( LF $2.01J $1,830.00 3441.1502 Ground Box Type B, w/Apron TPW 4.000000017 EA $1,226.50 $4,906.00 3441.1503 Ground Box Type D, w/Apron TPW 1.00000000 EA $1,472.00 $1,472.00 3441.1603 Furnish/Install 10'-14' Ped Pole Assmbly TPW 3.00000000 EA $3,017.50 $9,052.50 3441.1645 Furnish/Install Type 33A Arm TPW 1.00000000 EA $531.00 $531.00 3441.3302 Rdwy IIIum Foundation TY 3,5,6, and 8 TPW 5.00000000 EA $2,159.00 $10,795.00 3441.3352 Furnish/Install Rdway Ilium TY 18 Pole TPW 5.00000000 EA $3,401.50 $17,007.50 3441.4001 Furnish/Install Alum Sign Mast Arm Mount TPW 1.0000000U EA $920.00 $920.00 9999.0122 Furnish/Install PTZ Camera Cable TPW 40.00000000 EA $3.51J $140.00 9999.0163 RR Interconnect Cable TPW 90.00000000 EA $4.01J $360.00 9999.0168 Furnish/Install LED Lighting Fixture (133 watt ATB2 Cobr TPW 3.00000000 EA $736.00 $2,208.00 TFW $107,174.50 Sub Total Additions $107,174.50 Change Order Additions Page 2 of 4 F(') witW❑Rirm City of Fort Worth Change Order Deletions Project Name I Hulen Street and Granbury Road Intersection Improvements City Sec # 1 55455 Client Project # 1 101017 1 Contractor Reyes Group, LTD PMI Alejandra Ayala Inspectorl Brian McGill Change Order Submittal # Dale 1 3/15/2022 1 DELETIONS I LM ULSGKIF I IUN ULF I Uty Unit Unit Cost I otal 1 344'l.'IUUS b-Ject 0ignal Head ASSmbly I Fvv 'I.000uuuuU LA $1'VU3.Ut1 $1,8US.uul 3441.1217 Furnish/Install Hybrid Detection Cable TPW 235.00000000 LF $3.5U' $822.501 3441.1ZZ4 FUrnISh/Install Preemption Cable I PVv 26u.000UUUUU LF $3.UU $18U.001 3441.1312 7/C 14 AWG Multi -Conductor Cable TPW 60.00000000 LF $3.0U' 180.001 3441.131b ZU/C 14 AWG Multi -Conductor Cable IPIN 43U.000UUUUU LF $/.bU $',z2b.001 3441.1322 3/C 14 AWG Multi -Conductor Cable TPW 455.00000000 LF $2.5U' $1,137.501 3441.1402 NU 6 Duplex UH insulated Llec Condr I PVv 66b.000UUUUU LF $Z.uU $1,//U.uuI 3441.1601 Furnish/Install 5' Pedestrian Push Button Pole TPW 1.0000000U EA $2,566.OU $2,566.001 TFW $12,474.001 1 1 1 Sub Iotal Deletions $12,474.001 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO NA Total $0.00 Previous Change Orders co # DATE I AMOUNT 10/19/2021 $0.00 Total I $0.00 1 FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Change Order No. 3 — Hulen St. @ Granbury Rd. Intersection Improvements M&C CPN 101017 CSO # 55455 DOC# DATE: 2-15-2023 TO: INITIALS DATE OUT Shankar Narayanan - signature 1 snarayanan@reyesgroup.com s Feb 20, 2023 2. Misty Davila — Bus. Support - Initial Feb 16, 2023 3. Edward Davila — Inspector - signature Feb 16, 2023 4. Alejandra Ayala - Project Mngr. - signature Feb 16, 2023 5. Raul Lopez - Program Mngr. - signature Feb 22, 2023 6. Lissette Acevedo — Sr. CPO - signature Feb 22, 2023 7. Michael Owen — Interim Asst. - signature M-vow— Feb 23, 2023 8. Lauren Prieur — Interim Director - signature A Feb 25, 2023 9. Doug Black — City Attorney - signature d1414 w Feb 28, 2023 10. William Johnson — ACM - signature �� Feb 28, 2023 11. Jannette Goodall - CSO - signature Feb 28, 2023 12. TPW Contracts - signature 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 Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please call TPW Contracts at ext. 7910 for pick up when completed. Thank you. CSC No. 55455-CO3 FORTWORTH .., City of Fort Worth Change Order Request Project Name Hulen Street and Granbury Road Intersection Improvements Client Project #(s)1 101017 City Sec # I 55455 Project Description Reconstruction of approximately 500 linear feet in all directions from the Hulen Street and Granbury Road intersection. The major items of work consist of widening the intersection to construct double left turn lanes, new traffic signals and street lights. Contractor Reyes Group, LTD Change Order#I 3 1 Datel 2/15/2023 I City Project Mgr.1 Alejandra Ayala City Inspectorl Brian McGill/Edward Davila Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date IGo to ADD & DEL Tabs to Enter CO Backup Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $1,895,849.50 $94,700.50 $1,990,550.00 -$12,048.80 $1,978,501.20 $719,020.50 $624,320.00 Contract Time Totals (CD` $1,895,849.50 240 $94,700.50 204 $1,990,550.00 444 -$12,048.80 -125 $1,978,501.20 319 $719,020.50 $624,320.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT o MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) 1 $2,369,811.88 JUSTIFICATION (REASONS) FOR CHANGE ORDER This is a reconciliation change order to balance contract quantities. This change order adds new bid items to the contract and deletes work items which were not used in the execution of the construction. New CFW standard calls for black poles, mast arms, luminaires and pedestrian poles to be black. This project was bid prior to the change in standards. Due to increase cost of materials the City has determined the costs on this change order reflects the current market conditions. This change order also corrects the construction duration which was inaccurately calculated in Change Order No. 2 based on an original contract duration of 365 calendar days as opposed to 240 calendar days. The additional 125 days incorrectly reflected in change order No. 2 are being deducted. 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. ontractor's Company Name lContractor (Nam Contract SignatureIIIIIIIIIIIIIIIIIIIIIII Reyes Group, LTD Shankar Narayanan . y _ Feb 20, 2023 TffWctor/Inspection Supervisor Date Project and Contract Compliance Manager Date Feb 16, 2023 Feb 16, 2023 Program Mana er Date Senior Capital Project Officer Date F Feb 22, 2023 Feb 22, 2023 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date t�QwMr Feb 23, 2023 Feb 25, 2023 Assistant Cit Att mey Date lAssistant City Manager Date a�kjFeeEe o3 a , Feb 28, 2023 0 ,.zap 319 n Feb 28, 2023 Council Action if re uire M&C Number I NA ATTEST: A a—".. Jannette Goodall, City Secretary M&C Date Approved I NA FoRrWowm City of Fort Worth 1 Change Order Additions Project Name I Hulen Street and Granbury Road Intersection Improvements City Sec # ) 55455 Client Project# 1 101017 1 Contractorl Reyes Group, LTD I PMI Alejandra Ayala Inspector) Brian McGill Change Order Submittal # Date ) 10/6/2022 ADDITIONS I I EM DESCHIP I ION DEP I Oly Unit Unit Cost I otal 9999.0170 Paint-65' Mast Traffic Signal Arm (Black) TPW 2.00000000 EA $3,125.00 $6,250.00 9999.0171 Paint-40' Mast Traffic Signal Arm (Black) TPW 1.00000000 EA $2,500.00 $2,500.00 9999.0172 Paint-36' Mast Traffic Signal Arm (Black) TPW 1.00000000 EA $2,313.00 $2,313.00 9999.0173 Paint -Traffic Signal Vertical (Black) TPW 2.00000000 EA $2,313.00 $4,626.00 9999.0174 Paint -Traffic Signal Luminaire Arm (Black) TPW 2.00000000 EA $625.00 $1,250.00 9999.0175 Paint - Traffic Signal Pedestrian Poles (Black) TPW 6.00000000 EA $1,250.00 $7,500.00 9999.0176 Daily Traffic Control for Painting TPW 1.00000000 LS $1,875.00 $1,875.00 9999.0176 Railroad Panel Replacement Adjustments TPW 1.00000000 LS $12,103.20 $12,103.20 TPW $38,417.20 Sub Total Additions $38,417.20 Change Order Additions Page 2 of 5 ITEM FORT WORTR City of Fort Worth .T'. Change Order Deletions Project Name 1 Hulen Street and Granbury Road Intersection Improvements City Sec # 1 55455 Client Project # 1 101017 1 Contractor Reyes Group, LTD PMI Alejandra Ayala I Inspector) Brian McGill Change Order Submittal # 0 Date 1 6/6/2022 DESCRIPTION 241.0600 Remove Wall <4' 241.4003 Remove 20' Curb Inlet 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201.0656 Conic Pvmt Repair, HES, Arterial/Industrial 3212.0501 4" Asphalt Base Type B 3213.0201 6" Conic Pvmt HES 3232.0100 Conc Ret Wall with Sidewalk, Face 3305.0112 Concrete Collar 9999.0021 Irrigation Adjustment Allowance DELETIONS DEPT Oty Unit Unit Cost Total 1 I TPW 108.00000000 LF $18.00 1 $1,944.001 TPW 1.00000000 EA $1,782.00 $1,782.001 TPW 118.00000000 SY $44.00 $5,192.001 TPW 200.00000000 SY $141.00 28,200.001 TPW 97.00000000 SY $51.00,947.001 TPW SY $101.00 $0.001 TPW SF $50.50 $0.001 TPW 2.00000000 EA $1,700.50 $3,401.001 TPW 1.00000000 LS $5,000.00 $5,000.001 TPW $50,466.001 1 1 1 Sub Total Deletions $50,466.001 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 I AMOUNT 10/19/2021 $0.00 4/6/2022 $94,700.50 Total I $941700.50 City Of Fort Worth Hulen @ Granbury Proj ect CPN# 101017 Change Order Request Remove and replace Railroad panels TO: City of Fort Worth CPN# 101017 FROM: Reyes Group LTD Finishing SUB In ( AY %IF( taw 146; GROUP SUBMITTED 10/5/2022 DATE: QTY UOM Unit Cost Change Order Chanize Order #3 value ITEM # DESCRIPTION 1 Remove and Replace Concrete Panels- 12'X15'- 4 ea. 40.00 SY $ 218.73 $ 8,749.20 2 HMAC transition for RXR 4.00 SY $ 113.50 $ 454.00 3 Additional Traffic control 1.0 LS $ 600 $ 600.00 4 Railroad Flagger 2 days $ 1,150.00 $ 2,300.00 $ 12,103.20 lNot Valid until signed by the City Of Fort worth and Contractor. Requesting approx. 10 days for the completion of this work Approved Date: Shailendra Borad Sr. Project manager SBorada.reves eroum com (M) (214)-288-1122 Page 1 of 2 GROUP Proposal Breakdown Summary Job Name Hulen @ Granbury Project Job# CPN# 101017 RGL Job # Finishing SUB Cost Breakdown Description Remove and replace Rail road Danels Date Change Order # Amendment # 04/05/22 Labor Code Labor Description Hours Total Wage Total Labor Forman ( 1) 30.0 31.20 936.00 Laborer ( 2) 60.0 21.60 1,296.00 Operator (1) 30.0 30.00 900.00 Finishing SUB 10.0 765.00 7,650.00 Total Labor $ 10,782.00 Equipment Code Equipment Description Hours Hourly Rate Equipment RT 13-01 CAT 320 8.0 117.60 940.80 RT13-01 Skid Steer 8.0 44.40 355.20 Total Equipment 1,296.00 Subcontractor Code Sub contractor QTY Unit cost Equipment Deepcut Saw cut for Demo 1.0 1,520.00 1,520.00 Total Materials 1,520.00 Permanent Materials Code Equipment Description QTY Unit cost Equipment 5000 PSI HES Concrete 20.0 195.00 3,900.00 Total Materials 3,900.00 Total Cost : Total SY Unit Cost $ 17,498.00 80.00 $ 218.73 Page 2 of 2 CSC No. 55455-CO4 Fox_ r� xF. City of Fort Worth Change Order Request Project Namel Hulen Street and Cranbury Road Intersection Improvements Client Project #(s)l 101017 I City Sec # 1 55455 Project Reconstruction of approximately 500 linear feet in all directions from the Hulen Street and Granbury Road intersection. The major items of work consist Description of widening the intersection to construct double left turn lanes, new traffic signals and street lights. Contractor) Reyes Group, LTD l Change Order#1 City Project Mgr.1 Alejandra Ayala Date 7/17/2023 City Inspectorl Brian McGill/Edward Davila Dept TPW Contract Time Totals (CD) Original Contract Amount $1,895,849.50 $1,895,849.50 240 Extras to Date $82,651.70 $82,651.70 79 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $1,978,501.20 $1,978,501.20 319 lGo to ADD & DEL Tabs to Enter CO Backup $19,292.77 $19,292.77 92 Revised Contract Amount $1,997,793.97 $1,997,793.97 411 Original Funds Available for Change Orders S719,020.50 $719,020.50 Remaining Funds Available for this CO $636,368.80 $636,368.80 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 5.38% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $2,369,811.88 JUSTIFICATION (REASONS) FOR CHANGE ORDER This is a reconciliation change order to balance contract quantities. This change order adds quantities for work items that had been overrun during the course of the construction contract which caused the contract amount to be exceeded and deletes quantities which were not used. This change order also reconciles contract time. Covid-19 impacted labor, operations and progress a total of 42 days. The final inspection was conducted on 6-17-2022 and contractor completed the punch list on 6-27-2022 (within the alloted time). The TDLR inspection scheduling took longer than usual and was conducted on August 2, 2022, beyond the end of contract time. The TDLR deficiencies were completed by Reyes again within the allotted 10 business days. Staff agrees to grant the contractor a total of 92 days for delay impacts caused by Covid-19, the longer than anticipated TDLR inspection scheduling and the standard 10 business days (14 CD) afforded to contractor to correct the deficiencies found on the TDLR report. 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. OFContractor's Company Name Contractor Name Contract Si nature Reyes Group, LTD Marcos G Reyes q o Jut 25, 2023 Inspector/inspection Supervisor Date Project and Contract omp iance manager Date Jul 25, 2023 Jul 25, 2023 Mana er Date Senior Capital Project Officer Date Aug 7, 2023 AwQ9.=o=,,,,__, Aug 9, 2023 AVRRWRirector (Dept) Date i actin Department (Dept) Date Aug 9, 2023 �—� Aug 9, 2023 Assistant City Attorney Vate lAssistant City Manager Date puuUgy 31Tw o. Aug 15, 2023 16 on Aug 15, 2023 ouncil Action if required) M&C Number I 23-0578 1 M&C Date Approved 1 6/27/20231 ATTEST: )-a AW Jannette Goodall, City Secretary FORT W RTH City of Fort Worth ..T. - Change Order Additions Project Name I Hulen Street and Granbury Road Intersection Improvements City Sec # I 55455 Client Project# 1 101017 1 Contractor] Reyes Group, LTD PMJ Alejandra Ayala Inspector) n� ,ate Change Order Submittal # ® Date 1 7/17/2023 AUUI I IUNti I I EM ULSGKIP I IUN UEH I Uty Unit Unit cost I otal 135.0102 Railroad Flagmen TPW 0.5670625U LS $60,000.OL $34,023.75 9999.0018 4' Conc Pvmt for Medians (Sidewalk Specification) TPW 1,065.60000000 SF $7.5(1 $7,992.00 3213.0203 8' Conc Pvmt HES TPW 330.4100000U SY $112.00 $37,005.92 3213.0301 4' Conc Sidewalk TPW 409.80000000 SF $10.0L $4,098.00 3216.0102 7' Conc Curb and Gutter TPW 265.10000000 LF $32.00 $8,483.20 3217.0001 4' SLD Pvmt Marking HAS TPW 403.00000000 LF $1k, $604.50 3217.0002 4' SLD PvmtMarking HAS I TPW 121.000OOOOG LF $1k, $181.50 3217.0003 Marking 4' BRK Pvmt HAS TPW 115.0000000(/ LF $1k, $172.50 3217.0104 6' DOT Pvmt Marking HAS W) TPW 11.0000000U LF $3.0(1 $33.00 3217.1001 Lane Legend RR TPW 1.0000000U EA $839.5C $839.50 3217.1003 Lane Legend DBL Arrow TPW 1.00000009 EA $274.5C $274.50 3217.2104 REFL Raised Marker TY II-C-R TPW 11.00000000 EA $6k' $66.00 3217.4306 Remove 24" Pvmt Marking TPW 80.00000000 LF $4.5(1 $360.00 3217.4401 Remove Lane Legend RR TPW 3.0000000M EA $305.00 $915.00 3292.0100 Block Sod Placement TPW 261.0000000(I SY $6.0(1 $1,566.00 3305.0103 Explortory Excavation of Existing Utilities TPW 19.00000000 EA $805.00 $15,295.00 3471.0001 Traffic Control TPW 3.0000000M MO $2,661.5C $7,984.50 3471.0002 Portable Message Sign TPW 23.00000000 WK $2,208.00 $50,784.00 9999.0023 6' Goncrete Flume TPW 5.30000002 LF $350.00 $1,855.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TPW $172,533.87 Sub I otal Additions $172,533.87 Change Order Additions Page 2 of 4 FORT WORTH City of Fort Worth -TIP Change Order Deletions Project Name I Hulen Street and Granbury Road Intersection Improvements City Sec # 1 55455 Client Project# 1 101017 1 Contractor Reyes Group, LTD PMI Alejandra Ayala Inspector Change Order Submittal # ® Date 1 5/24/2023 1 DELETIONS 11 EM ULbUKIP I IUN UEP I uty Unit Unit lost I otal 1 241.01OU Remove Sidewalk TPW 0.752000OU SF y2aU I 1.61:51 241.U4UI Remove Concrete Drive I PW 13Z.000UUUUU SF $J.bU yr bZ.uu 241.1 LOU Remove Cone Pvmt TPW 480.75111111 SY y21.uur �1U,u9b.//1 241.111JU Remove Asphalt PVmt IPW 21.J6000UUU SY �1/.bU bJ/J.dul 241.130U Remove Cone Curb & Gutter TPW 216.700000OU LF ybaU y 1,40.bbl 241.JUI3 Remove ib" Storm Line I PW 6.000UUUUU LF $Jb.UU yZ'I b.UUI 3123.0101 Unclassified Excavation by Plan TPW 28.300000OU CY yJJ.uuf 9JJ.9ul 3123.UIUJ Borrow by Plan I PW IIJ.000UUUUU (;Y $bb.buf ,Jbb.UUI 3211.0113 8" Flexible Base, Type A, GR-1 TPW 304.57111111 SY y24.bU y/,WILUV1 3212.UJUZ 2" Asphalt PVmt type U I PW 2/6.53JSSJJJ SY �Zb.bU /,U0'I.bUI 3212.0503 6" Asphalt Base Type B TPW 179.53333333 SY yb2.bU' 11,22U.bJl 3212.U4UI HMAG I ransition I PW 4.9b000UUU IN y419.buf Z,UIb.ojI 3213.0201 6" Cone Pvmt FES TPW 151.00000000 SY U y1U1.u� Ib,Zb�I.uul 321 J.U4UZ /"(:oncrete Driveway IPW 39U.000UUUUU SF �14.buf b,bbb.UUI 3213.0506 Barrier Free Ramp, Type P-1 TPW 1.0000000U EA yJ,/33.5U� yJ,/JJaul 3213.UbU/ Barrier Free Ramp, Iype 1-1-2 IPW 2.000UUUUU EA bJ,bbb.UU b/,/JZ.UUI 9999.000/ 8" Cone Curb and Gutter TPW 333.000OOOOU LF yZbU .u� yb,JZb.uul 321 /.UZUI b" SLU Pvmt Marking HAS W) I PW 1 UU.000UUUUU LF �Z.bt! yZou.uul 321 /.0202 8" SLD Pvmt Marking HAS (Y TPW 307.000OOOOU LF y2aU /blaul 321 /.UbU1 24- SLU Pvmt Marking HAE?W) I PW 6.000UUUUU F LF 17 04.UUl 321 /.1002 Lane Legend Arrow TPW 3.000OOOOU EA yIW.UU..uu1 321/.1UU4 Lane Legend Lim IPW 1.000UUUUU EA y191.uuf d.l.uul 321/.2101 REFLRaised Ma�kerTYI-A TPW 8.000OOOOU EA y/aU' bU.uul )l..uul 321 /.21U2 REEL Raised Marker I Y 1-U I PW I IJ.000UUUUU EA b/.bU 321/.4201 Fire Lane Marker TPW 95.000OOOOU LF y1aU 1'142.bu1 321 /.4JUl Remove 4" Pvmt Marking I PW J,Ubl.000UUUUU LF y1.uuf y ,Ub'I.UUI 321 /.430/ Remove Raised Marker TPW 72.000OOOOU EA y1.uuf /2.uu1 3Z1 /.44UZ Remove Lane Legend Arrow I PW 4.000UUUUU EA �/b.bU Ub.UUI J'19.uu 321 /.44U4 Remove Lane Legend Only TPW 1.0000000U EA y/b.buf /b.bUl 3YJ2.UIUU Gonc Rat Wall with Sidewalk, Face I PW 2/b.000UUUUU SF w.bU �'I 3232.0101 Cone Rat Wall with Sidewalk, Sidewalks TPW 841.000OOOOU SF yJb.bU yJU,b9b.,W1 3291.UIUU Iopsoll IPW b.42bWb9J (;Y bb9.UU JZu.'IJl 3349.5003 20'Curb Inlet TPW 1.00000000 EA y1U,JJb.U(1� y1 JJb.uul 9999.Ulb4 Iemporary Irattic Signal IPW 1.000UUUUU EA $b,/4b.bZ b,/4b.bZl 9999.0190 TxDOT Standard Pedestrian Handrail PRU-13 (Ty E) TPW 20.000000OU LF yWb.buf yZ,1Ju.uul TF W $153,241.10 Sub Iotal Deletions $153,241.10 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 1 10/19/2021 $0.00 2 4/6/2022 $94,700.50 3 2/28/2023-$12,048.80 Total I $82,651.70 6/28/23, 4:04 PM M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: 6/27/2023 REFERENCE NO.. CODE: C TYPE: Official site of the City of Fort Worth, Texas FoRTWoRm **M&C 23- 20HULEN STAT 0578 LOG NAME: GRANBURY RD CHANGE ORDER 4 CONSENT PUBLIC NO NO SUBJECT. (CD 6) Authorize Execution of Change Order No. 4 in the Amount of $19,292.77 and the Addition of 92 Days to a Contract with Reyes Group, LTD for the Hulen Street at Granbury Road Intersection Improvements Project for a Revised Contract Amount of $1,997,793.97 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council Authorize execution of Change Order No. 4 in the amount of $19,292.77 to City Secretary Contract No. 55455 with Reyes Group, LTD for the Hulen Street at Granbury Road Intersection Improvements Project for a revised contract amount of $1,997,793.97 (City Project No. 101017). DISCUSSION: On January 21, 2021, Mayor and Council Communication (M&C 21-0043) authorized a contract with Reyes Group, LTD (City Secretary Contract No. 55455), in the amount of $1,895,849.50 for the Hulen Street at Granbury Road Intersection Improvements project. Change Order No. 4 is a reconciliation change order to balance contract quantities and to reconcile Line Item 9999.0164 Temporary Traffic Signal, which Bean Electric billed in September 2021. The billing for this line item was needed due to the partial removal of the existing traffic signal and the need to temporarily operate the new traffic signal. The current signal was partially left in place because it contained the power source to the existing traffic signal, which was not ready to be removed. This change order also reconciles contract time. The following table summarizes previous contract actions and change orders: M&C Initial Contract M&C 21-0043 Change Order No. 1 Administratively Approved Change Order No. 2 Administratively Approved Change Order No. 3 Administratively Approved Amount $1,895,849.50 Justification Construction of Project Change order to $0.00 install double mast arm traffic signal poles. Change order to include remaining line $94,700.50 items needed to construct the double mast arm traffic signal poles. $(12,048.80) Change order to paint the traffic signal and pedestrian poles black Date 1 /12/2021 10/19/2021 4/6/2022 2/28/2023 apps.cfwnet.org/council_packet/mc_review.asp?ID=31205&councildate=6/27/2023 1 /3 6/28/23, 4:04 PM Change Order No. 4 Contract Total M&C Review to comply with new city standards. $19,292.77 See above. $1,997,793.97 The funding for the project is summarized in the table below: Fund 2018 Bond Program - 34018 TaxNote 2017 - 34017 Project Total Existing Funding $5,170,000.00 $500,000.00 $5,670,000.00 Additional Funding SIM $0.00 $0.00 Project Total $5,170,000.00 $500,000.00 $5,670,000.00 Funding is budgeted in the TPW Dept Highway & Streets Department's 2018 Bond Program Fund for the purpose of funding the Hulen Street at Granbury Road project, as appropriated. This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until the 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. Business Equity: Reyes Group, LTD agrees to maintain its initial MBE commitment of 5\% that it made on the original contract and extend and maintain that same MBE commitment of 5\% to all prior change orders up to and inclusive of this Change Order No. 4. Therefore, Reyes Group, LTD remains in compliance with the City's BIDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 6. 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 Fund for the Hulen St @ Granbury Rd project to support the approval of the above recommendation and execution of the contract change order. Prior to any expenditure being incurred, the Transportation and Public Works Department have the responsibility to validate the availability of funds. TO Fund Department I Account ' Project I Program Activity Budget Reference # Amount ID ID I I Year (Chartfield 2) I FROM Fund Department Account Project ID I I ID Submitted for Citv Manaqer's Office by: Originating Department Head: Additional Information Contact: Program Activity Budget Reference # Amount I I Year (Chartfield 2) 1 I William Johnson (5806) Lauren Prieur (6035) Monty Hall (8662) apps.cfwnet.org/council_packet/mc_review.asp?ID=31205&councildate=6/27/2023 2/3 6/28/23, 4:04 PM M&C Review ATTACHMENTS 101017 1295 forms 6.1.23 2.pdf (CFW Internal) 101017 H&G Map.PDF (Public) 20HULEN STAND GRAN BURY RD CHANGE ORDER 4 funds availability pdf (CFW Internal) EntityInformation-20230607-015121.Ddf (CFW Internal) FID Table 101017.xlsx (CFW Internal) Reves GrouD MBE 6.7.23 GVEdits encntpted .Ddf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=31205&councildate=6/27/2023 3/3 101017-CNCO-Change Order #4 Hulen at Granbury Road Intersection Improvements Final Audit Report 2023-07-27 Created: 2023-07-25 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAA6e8ixdyelDNKpCANsFUwJpMmAOCTWnJ1 "101017-CNCO-Change Order #4 Hulen at Granbury Road Inter section Improvements" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2023-07-25 - 1:39:31 PM GMT- IP address: 204.10.90.100 Document emailed to marcosg@reyesgroup.com for signature 2023-07-25 - 1:44:06 PM GMT C'.► Document emailed to wendi.hedlund@fortworthtexas.gov for filling 2023-07-25 - 1:44:06 PM GMT P4 Document emailed to Brian.McGill@fortworthtexas.gov for signature 2023-07-25 - 1:44:06 PM GMT P* Document emailed to Alejandra.Ayala@fortworthtexas.gov for signature 2023-07-25 - 1:44:06 PM GMT Email viewed by Brian.McGill@fortworthtexas.gov 2023-07-25 - 1:50:07 PM GMT- IP address: 204.10.91.100 GS© Signer Brian.McGill@fortworthtexas.gov entered name at signing as Brian McGill 2023-07-25 - 1:51:02 PM GMT- IP address: 204.10.91.100 60 Document e-signed by Brian McGill (Brian.McGill@fortworthtexas.gov) Signature Date: 2023-07-25 - 1:51:04 PM GMT - Time Source: server- IP address: 204.10.91.100 Email viewed by marcosg@reyesgroup.com 2023-07-25 - 2:05:19 PM GMT- IP address: 173.165.87.241 Email viewed by wendi.hedlund@fortworthtexas.gov 2023-07-25 - 2:07:46 PM GMT- IP address: 204.10.90.100 FORTWORTH. I P—ed6y Adobe Acrobat Sign Q Signer marcosg@reyesgroup.com entered name at signing as Marcos G Reyes 2023-07-25 - 2:30:18 PM GMT- IP address: 173.165.87.241 Document e-signed by Marcos G Reyes (marcosg@reyesgroup.com) Signature Date: 2023-07-25 - 2:30:20 PM GMT - Time Source: server- IP address: 173.165.87.241 Email viewed by Alejandra.Ayala@fortworthtexas.gov 2023-07-25 - 4:33:51 PM GMT- IP address: 204.10.90.100 -10 Signer Alejandra.Ayala@fortworthtexas.gov entered name at signing as Alejandra Ayala 2023-07-25 - 4:34:16 PM GMT- IP address: 204.10.90.100 Document e-signed by Alejandra Ayala (Alejandra.Ayala@fortworthtexas.gov) Signature Date: 2023-07-25 - 4:34:18 PM GMT - Time Source: server- IP address: 204.10.90.100 Document declined by wendi.hediund@fortworthtexas.gov Decline reason: Please correct Bid items on Additions as follows: 1st line should be 135.0102; last line should be 9999.0023Please correct bid item on Deletions as follows: 9th line should be 3211.0113.Thank you!Wendi 2023-07-27 - 4:58:52 PM GMT- IP address: 204.10.90.100 FORTWORTH. I P—ed6y Adobe Acrobat Sign FORT WORTH Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Change order #4 Hulen at Granbury Road Intersection Improvements M&C 23-0578 CPN 101017 CSO # 55455 DOC# DATE: TO: INITIALS DATE OUT 1 Marcos Reyes — Contractor - Signature Jul 25 2023 MarcosG@reyesgroup.com MGR 2. Wendi Hedlund — Bus. Support - initial Jul 31, 2023 3. Brian McGill— Inspector - signatures Jul 25, 2023 4. Alejandra Ayala — PM - signature AA AA Jul 25, 2023 5. Raul Lopez — Prog. Manager - signature Aug 7, 2023 6. Lissette Acevedo — Sr. CPO - signature Aug 9, 2023 7. Patricia Wadsack — Asst. Director - signature PLyl-w Aug 9, 2023 8. Lauren Prieur — Director - signatures Aug 9, 2023 9. Doug Black — City Attorney - signature `N Wb Aug 15, 2023 10. William Johnson — ACM - signature ! Aug 15, 2023 11. Jannette Goodall — City Secretary - signature ,s S6 Aug 16, 2023 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 Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS November 16, 2022 Reyes Group 1520 Parker Rd Grand Prairie TX 75050 RE: Acceptance Letter Project Name: Intersection Improvements to serve Hulen St at Granbury Rd Project Type: Paving, Drainage, and Street lights City Project No.: 101017 To Whom It May Concern: On June 17, 2022 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 September 19, 2022. 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 September 19, 2022, 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 817- 392-8883. Sincerely, Alejandra Ayala, Project Manager Cc: Brian McGill, Inspector N/A, Inspection Supervisor Edward Davila, Senior Inspector Raul Lopez, Program Manager Carrillo Engineering, LLC, Consultant Reyes Group, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR AIA DOCUMENT G707 SURETY OTHER Bond # 107382712 PROJECT: (name, address) TO (Owner) f CONTRACTOR: Hulen Street at Granbury Road Intersection Improvements City of Fort Worth 200 Texas Street Fort Worth, TX 76102 } Reyes Group, Ltd. 1520 Parker Road Grand Prairie, TX 75050 ARCHITECT'S PROJECT NO: 101017 CONTRACT FOR: General Construction CONTRACT DATE: February 8, 2021 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, 0 0 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 October 16, 2023. Travelers Casualty and Surety Company Of America (Surety Company) ('ouN A f.�o-&ta. � Pew suafry (Signature of Aut orized Representative),`' f cab Witness: See Attached Jurat Courtney A Flaska, Attorney In Fact Riv: K OONN. t (Seal) (Title)�3°, �a. n NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, 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 16th day of October 1 2023 before me personally appeared Courtney A. Flaska , 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 Travelers Casualty and Surety Company of America , the corporation described in and which executed the annexed instrument; that (s)he knows the corporate 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 Casualty and Surety Company of America AdW Travelers Casualty and Surety Company TRAVELERS J 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 laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Courtney A Flaska 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. JP,,IY AN° Y1R b m Y GD� CONS.CONK KAL State of Connecticut City of Hartford ss. By: , 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 i NOTARY PU2�10 t Anna P. Nowik, Notary Public S cOM'rtF.G� 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 October , 2023 ��1.�. .> 6 EUB\(ly 9JPtSY ANO Fi�eiF F� j $ a HACONN. , OO�OIUK CONIC,,ffJJ � � ONN. o �p G �"• Kevin E. Hulghes�As�istant 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 ofAttorney is attached. AFFIDAVIT STATE OF llinois 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; Hulen Street at Grandbury Road Intersect' n Improv e BY f arcos G. Reyes Subscribed and sworn before me on this date 17th of October, 2023. la-�' 06-- Notary Public LISA A NOLAN rl6TARY OFFICIAL SEAL aue��c Notary Public - State of Illinois S�irHoi°s� My Commission Expires June 27, 2024