Loading...
HomeMy WebLinkAboutContract 57011-CO2CSC No. 57011-CO2 FORT WORTH City of Fort Worth Change Order Request Project Name Trinity Boulevard Phase 1 - IH 820 to Salado Trail City Sec # I 57011 Client Project #(s)l 102101 Project Trinity Boulevard Phase 1 - Roadway, Drainage, Illumination, Landscape and Traffic Improvements Description Contractorl SJ Louis Construction of Texas LTD Change Order #1 2 1 Datel 3/29/2024 City Project Mgr.l Mitch Alton City Inspectorl Stephen Barnard Dept. TPW Water Contract Time Totals (CD� Original Contract Amount $16,947,512.80 $5,063,103.22 $22,010,616.02 30 Extras to Date $484,466.30 $484,466.30 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $17,431,979.10 $5,063,103.22 $22,495,082.32 730 Amount of Proposed Change Order $769,500.33 $0.00 $769,500.33 180 Revised Contract Amount $18,201,479.43 $5,063,103.22 $23,264,582.65 910 Original Funds Available for Change Orders $1,900,000.00 $700,000.00 $2,600,000.00 Remaining Funds Available for this CO $1,415,533.70 $700,000.00 $2,115,533.70 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 5.70% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) 1 $27,513,270.03 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order adds cost associated with illumination quantity and the irrigation bid item revision. Construction plans call for street and pedestrian lighting and the ability for future holiday lighting to be added by the Trinity Lakes developer or the local Property Owners Association to the proposed trees. Quantity inaccuracies and missing bid items for the work associated with the foregoing, totaling $236,743.50, have been pointed out by the contractor and verified. Recent bid tabs for Trinity Boulevard Phase 2 were used to evaluate proposed pricing and staff deems it reasonable. Irrigation work is usually bid as a predetermined Lump Sum item for adjusting or repairing existing irrigation systems of uncertain location. The scope of work on the project though, is to install a new irrigation system to support the proposed landscape. The irrigation bid item on this contract was listed with a predetermined price and the contractor indicates the work cannot be installed for the predetermined listed price of $400,000.00. Actual cost for the 1 mile -long system is $932,756.83. Staff worked with project consultant, Kimley Hom, to review the irrigation items, and confirmed the prices are reasonable. An additional 180 days need to be added to the contract. In Summer 2021, the City and Trinity Lakes Development agreed to jointly fund the relocation of overhead electric by Oncor to be underground. Oncor requested to be allowed to install their facilities after the contractor has raised the road to avoid being 10 feet underground. Oncor has indicated it will take 90 days after roadway fill is complete to bury their facilities. This will impact the ability for SJ Louis and its subcontractors to construct sidewalk, lighting, and landscaping in the same location. Additionally, PARD has requested that landscaping not be planted during the months of June, July, and August, which will delay the completion of the project by an additional 90 days. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractor's Company Name Contractor (Name Contract Signature Date SJ Louis Construction of Texas LTD Adam Lunsford lAprl,2024 Inspector/Inspection Supervisor Date Contract Compliance Manager Date --�,-� Apr 1, 2024 Apr 1, 2024 Program Manager Date Senior Capital Project Officer Date Apr 1, 2024 Apr 1, 2024 Assistant Director Dept Date Director, Contracting Department (Dept) AIL— PaMIcia Z wadsacR Apr 9, 2024 A_lz. Apr 9, 2024 Assistant City Attorney Date lAssistant City Manager Apr9,2024 1Apr11,2024 it Action (if required) apF FORT 114 M&C Number 24-0124 ATTEST: p �� °°ob ° o oo A u Pv Jannette Goodall, City Secretary p��* o °oo o- obo aa Ii� �'EXA5o4p nnnaaoo. M&C Date Approved 1 2/13/2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT R_ TH City of Fort Worth � V W Change Order Additions Project Name I Trinity Boulevard Phase 1 - IH 820 to Salado Trail City Sec # 57011 ClientProjecl# 1 102101 1 Contractorl SJ Louis Construction of Texas LTD I PMI Mitch Alton Inspectorl Stephen Barnard Change Order Submittal # Date 1 3129/2024 1 ADDITIONS IIEM UESCKIPI IUN UEPI U Unit Unit Uost total IV-1 Funllshlinstall Elec Sery Pedestal I PW .000UUUUU EA $6,5uu.UU' $6,bUU.UUI IV-3 2" CONDT PVC SCH 80 T TPW 4,825.0000000U LF $13.011 $62,725.001 IV-4 2" CONDT PVC SCH 8016�) TPW 1,115.0000000U LF $31.011 $34,565.001 IV-63 Ground Box Type B TPW 10.0000000U EA $900.0U $9,000.001 IV-74 NO 2 INSULATED ELEC CONDR TPW 4,830.0000000U LF $5.89 $28,448.701 IV-75 NO4INSULATED ELEC CONDR TPW 19,760.0000000U LF $4.98 $98,404.801 V-22 IRRIGATION SYSTEM FURNISHIINSTALL TPW 1.00000000 LS $932,756.K $932,756.831 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TOW 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $1,172,400.331 Water $0.001 I Sub Total Additions $1,172,400.331 Change Order Additions Page 2 of 4 FORT�Wro� City of Fort Worth Change Order Deletions Project Name I Trinity Boulevard Phase 1 - IH 820 to Salado Trail City Sec # 1 57011 1 ClientProjecl# 1 102101 1 Contractorl SJ Louis Construction of Texas LTD I PMI Mitch Alton Inspectorl Stephen Barnard Change Order Submittal # 0 Date 1 3/29/2024 I I LM ULSUKIN I IUN V-bl IVU 'I2 INbULA I LU LLLI, UUIVUK V-21 Irrigation System Allowance DELETIONS ULV I Uty unit unit Cost I otal 1 I NVV L,9U0.000U00UU OF $1.UU $L,9Uu.001 IHW 1.000uu00U LS $400,000.UU $400,000.UUI 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 I 1 TFW $402,900.001 Water $0.001 Sub Total Deletions $4U2,9UU.UUI Change Order Deletions Page 3 of 4 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO # DATE I AMOUNT CO # 1 6/26/2023 $484,466.30 Total 1 $484,466.30 I REQUEST FOR INFORMATION REPORT (RFI) CONTRACT• Trinity Boulevard Phase 1 - IH 820 to Salado Trail 57011 Ronald Etter Project Manager SJ Louis Irrigation Bid Item POTENTIAL• NO CHANGE NO CHANGE INCREASE IN COST $ 532,756.83 INCREASE IN TIME DECREASE IN COST DECREASE IN TIME 12.1 12.1 PRIME CONTRACTOR SJ Louis Construction of Texas LTD. 940-399-6757 # of Days = # of Days = 09/11/23 180 The Irrigation Bid Item was a predeterimed price of $400,000 but it costs $932,756.83 to install. What was the intent for the Irrigation to be paid for? Please provide direction. Mitch Aiton Sr Professional Engineer 682-715-9424 09/1 1 /23 12/05/23 Please confirm the cost. We've advised to not plant the landscaping in the Sumer heat and to plant in Fall 2024. With execessive heat in North Texas Summer its been advised to Proposed Irrigation cost has been broken by item. Items have not plant the landscaping until September. The added 180 been reviewed by Consulatant Kimley Horn and deemed fair with days allows the contractor to work with Oncor to go current prices. Proposed Price is fair and justified. underground after the road is raised out of the floodplain and install all items, with landscaping planted in the fall of 2024. Mitch Aiton, Sr Professional Engineer Lp__ 02/14/24 Request for Proposal Project Name C.M.R. - Proposal No. Date Trinity Blvd., Phase I (LH. 820 to Salado Trail) 18 rev.1 09.11.23 City of Fort Worth, Texas Response Required By Transmitted By Mr. Mitch Aiton, P.E., PMP Ronald Etter 200 Texas Street Project Manager Fort Worth, Texas 76102 Signature Via Email Rom Etter cc: Mr. Trenton Tidwell- Kimley Horn, Via Email Description of Work This CMR is reference to Field Order #9 and the revised irrigation plans for Trinity Blvd. Below is a summary of cost for the irrigation and misc. appurtenances. Assuming this work will take place after the relocation of the ONCOR power lines on the south side of Trinity Blvd. and work can be completed fully at one time we are requesting 180 Calendar Days to complete. Irrigation price to include 2" irrigation meter and appurtenances and tap, turf sprays, bubblers, remote control valves decoders, rain/freeze sensors, drip zone kits, dripline area, conduit PVC class 200 and schedule 40, temporary irrigation, booster pump and electrical services as shown on revised plan sheets dated 06/27/23 and Field Order #009. Breakdown of Proposal Trinity Blvd., Phase I (I.H. 820 to Salado Trail) Irrigation Item Description QTY Unit Unit Price Extension 21 9999.005 Irrigation System Allowance 1 LS $ (350,000.00) $ (350,000.00) New-1 Irrigation Installation Per Plans Dated 06/23/23 1 LS $932,756.83 $ 932,756.83 Net Change: $ 582,756.83 Additional Calendar Days: 180 If acceptable, please provide an authorization signature below and return one (1) copy to our office. S.J. Louis Construction Action xc: S. J. Louis Project No. 22111 This is actually $532,756.83 S.J. Louis Construction of Texas Ltd. 520 S. 6th Avenue Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax UNIT PRICE BID Bidlist Item No. 2 13 14 15 16 17 I 8 19 10 I 11 12 13 14 15 16 17 18 19 20 21 SECTION 00 42 43 PROPOSALFORM Project Item Information Description 3293.0106 Plant 6" Tree 3293.0104 Plant 4" Tree 3293.0103 Plant 3" Tree 3291.0100 Topsoil 3292.0100 Block Sod Placement 3292.0200 Seeding, Broadcast 9999.0041 Plant 1 gal. Shrub 9999.0042 Plant 3 gal. Shrub 9999.0043 Plant 5 gal. Shrub 9999.0044 Plant 7 gal. Shrub 9999.0045 Plant 25 gal. Shrub 9999.0046 Plant 3 gal. Ornamental Grass 9999.0047 Plant 5 eal. Ornamental Grass 9999.0048 Plant 4" Pot Groundcover 9999.0049 Plant 3 gal. Groundcover 9999.0050 Plant 5 gal. Groundcover 9999.0051 River Rock (Y Depth) 9999.0052 Plant Bedding Mix(12" Depth) 9999.0053 I'Wide Concrete Mow Strip 9999.0054 Shredded Hardwood Mulch (Y Depth) 9999.0055 Irrigation System Allowance Unit of Specification Section No. I Measure UNIT V: LANDSCAPE & IRRIGATION 32 93 43 EA 32 93 43 EA 32 93 43 EA 3291 19 CY 32 92 13 SY 32 92 13 SY 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 EA 32 93 43 SF 32 93 43 CY 32 93 43 LF 32 93 43 CY 32 93 43 LS END OF SECTION This should have been blank. Predetermined cost is for fixing existing adjacent irrigation systems, not installing new per plan irrigation systems. 00 42 43 BID PROPOSAL Page 6 of 6 Bidder's Application Bid Ouantity 6 67 110 1740 10825 20200 123 866 1211 27 33 225 385 3680 2906 3453 9531 2412 370 602 Bidder's Proposal Unit Price I Bid Value 400,000.00 $400,000.00 Total Bid $1,020,000.00I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TRINITY BOULEVARD PHI Form Revised 20120120 CITY PROJECT No. 102101 REQUEST FOR INFORMATION REPORT (RFI) Trinity Boulevard Phase 1 - IH 820 to Salado Trail Ronald Etter Project Manager Roundabout Curb Removal and Replace POTENTIAL• NTRACT NO. PRIME CONTRACTOR 57011 SJ Louis• • of - • INFORMATION 'ING PARTY ORG. PHONE DATE OF REQUE! LouisSJ I 06/06/23 NO CHANGE NO CHANGE INCREASE IN COST $ 236,743.50 INCREASE IN TIME DECREASE IN COST DECREASE IN TIME # of Days = # of Days = The quantities in the illumination plans don't match to all the various illumination items to be installed. This will result in revised quantites for Items IV-1 Furnish/Install Elec Sery Pedestal, IV-3 2" Condt PVC Sch 80 (T), IV-4 2" Condt PVC Sch 80 (B), IV-63 Ground Box Type B and add items for No. 2 Insulated Elec Condr and No 4 Insulated Elec Condr. This will result in a decrease in IV-61 Insulated Elec Condr. Please provide direction and see proposed price for No 2 Insulated Elec Condr at $5.89/1-F and No 4 Insulated Elec Condr at $4.98/LF. Mitch Aiton Sr Professional Engineer 682-715-9424 06/06/23 06/26/23 Five of the 7 items impacted are existing items and will utilize bid prices. Item IV-74 No 2 Insulated Elec Condr will be added at $5.89/LF for a total of 4,830 LF. Item IV-75 No 4 Insulated Elec Condr will be added at No Schedule $4.98/LF for a total of 19,760 LF. We have a recent bid tab for Trinity Boulevard Phase 2 that has similar items Impact for similar price for reference upon request. Proposed price is fair and justified. Mitch Aiton, Sr Professional Engineer Lp__ 02/14/24 FORT WORTH . PROPOSED CONTRACT MODIFICATION (PCM) OWNER: City of Fort Worth PROJECT NO.: 102101 PROJECT: Trinity Boulevard Phase 1 CONTRACTOR: S.J. Louis Construction of Texas LTD. (CSC # 57011) ENGINEER: Kimley-Horn & Associates, Inc Description: Holidav Liahtina. ENGINEER'S CONTACT: Trenton Tidwell, P.E. PCM NO. 008 NOTIFICATION TO CONTRACTOR: WE ARE CONSIDERING MAKING THE CHANGE TO THE CONTRACT DESCRIBED IN THE ATTACHED MATERIALS AND REQUEST THAT YOU TAKE THE FOLLOWING ACTION: ❑ NOTIFY US THAT YOU CONCUR THAT THIS CHANGE DOES NOT REQUIRE A CHANGE IN CONTRACT TIME OR AMOUNT. A FIELD ORDER WILL BE ISSUED. ® SUBMIT A PRICE PROPOSAL WITH DETAILED COST BREAKDOWN AND REVISED SCHEDULE FOR PERFORMING THE DESCRIBED CHANGE. ❑ A CHANGE ORDER WILL BE ISSUED FOR PAYMENT AT THE UNIT PRICE BID ❑ PROCEED WITH THE CHANGE UNDER THE TIME AND MATERIALS PROVISIONS OF THE CONTRACT. BY: Trenton Tidwell, P.E. DATE: 06/26/2023 DESCRIPTION OF PROPOSED CHANGE: ® DESCRIBED HEREIN ® SEE ATTACHED PCM-008 is being issued for the revisions of the receptacle lighting plan. The revisions are shown in the attached sheets C19.01 — C19.07, and C20.01 — C20.04. PCM-008 — Quantity Changes Item No. Spec No. Item Description Total Quantity Unit Unit Price Item Cost Unit IV: Illumination and Traffic Signal 1 2605 2605.0111 FURNISH/INSTALL ELEC 1 EA $6,500.00 $6,500.00 00 SERV PEDESTAL 3 2335 2605.3015 2" CONDT PVC SCH 80 (T) 4,825 LF $13.00 $62,725.00 4 2335 2605.3016 2" CONDT PVC SCH 80 (B) 1,115 LF $31.00 $34,565.00 61 3441 3441.1411 NO 12 INSULATED ELEC -2,900 LF $1.00 -$2,900.00 10 CONDR 63 31 4 1 3441.1501 Ground Box Type B 10 EA $900.00 $9,000.00 New 3441 3441.1405 NO 2 INSULATED ELEC 4,830 LF $5.89 $28,448.70 10 CONDR New 3441 3441.1407 NO 4 INSULATED ELEC 19,760 LF $4.98 $98,404.80 10 CONDR Total $236,743.50 CONTRACTOR'S RESPONSE: WE RESPOND TO YOUR REQUEST AS FOLLOWS: ❑ WE CONCUR THAT THIS IS A NO COST OR TIME CHANGE, ISSUE FIELD ORDER. ❑ WE SUBMIT THE ATTACHED PRICE PROPOSAL WITH DETAILED COST BREAKDOWN AND REVISED SCHEDULE FOR PERFORMING THE DESCRIBED CHANGE. ❑ WE ARE PROCEEDING WITH THE CHANGE AT THE UNIT PRICE BID ❑ WE ARE PROCEEDING WITH THE CHANGE UNDER THE TIME AND MATERIALS PROVISIONS OF THE CONTRACT. BY: DATE: ACTION TAKEN: ❑ ACCEPTED ❑ NOT ACCEPTED -REVISE AND RESUBMIT ❑ CANCELLED COMMENTS: BY: DATE: 4/1/24, 8:15AM CITY COUNCIL AGENDA M&C Review Official site of the City of Fort Worth, Texas Foes WORTH Create New From This M&C DATE: 2/13/2024 REFERENCE **M&C 24- LOG NAME: 20TRINITY BLVD PHASE NO.: 0124 1 CHANGE ORDER 2 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 5) Authorize Execution of Change Order Number 2 in the Amount of $769,500.33 and the Addition of 180 Calendar Days to a Construction Contract with S.J. Louis Construction of Texas, Ltd. for Street Reconstruction of Trinity Boulevard from Interstate Highway-820 to Salado Trail for a Revised Contract Amount of $23,264,582.65, Adopt Appropriation Ordinances and Amend the Fiscal Years 2024-2028 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council 1. Authorize execution of Change Order Number 2 to a construction contract with S.J. Louis Construction of Texas, Ltd. in the amount of $769,500.33 and the addition of 180 calendar days to City Secretary Contract Number 57011 for Street Reconstruction of Trinity Boulevard from Interstate Highway-820 to Salado Trail for a revised contract amount of $23,264,582.65 (City Project No. 102101); 2. Adopt the attached appropriation ordinance increasing appropriations in the Tax Increment Reinvestment Zone No. 14 - Trinity Lakes Fund in the amount of $1,000,000.00, from available fund balance, for the purpose of transferring funding to the Trinity Boulevard from Interstate Highway-820 to Salado Trail project (City Project No. 102101); 3. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Tax Increment Reinvestment Zone - General Capital Fund in the amount of $1,000,000.00, transferred from the Tax Increment Reinvestment Zone No. 14 - Trinity Lakes Fund, for the Trinity Boulevard from Interstate Highway-820 to Salado Trail project (City Project No. 102101); and 4. Amend the Fiscal Years 2024-2028 Capital Improvement Program. DISCUSSION: On November 9, 2021 the City executed a construction contract with S.J. Louis of Texas, Ltd for the reconstruction of Trinity Boulevard from Interstate Highway-820 to Salado Trail in the amount of $22,010,616.02 via Mayor & Council Communication (M&C) 21-0878. On June 13, 2023 the City approved Change Order 1 for a Culvert Headwall revision in the amount of $484,466.30 for a revised contract amount of $22,495,082.32 via Mayor & Council Communication (M&C) 23-0470. Trinity Boulevard is a major corridor with proposed mixed use and commercial development which will provide access to the proposed Trinity Metro rail station. Additional contract capacity is being requested with this M&C in order to construct revised irrigation and illumination items. This change order will be funded with additional funds from the Tax Increment Reinvestment Zone No. 14 - Trinity Lakes Fund, bringing the total amount of funding from the Tax Increment Financing District (TIF) up to $20,500,000.00. The following table summarizes previous contract action and change orders M&C Amount Justification Number I Date Street Initial Reconstruction of Contract 010TrinityBoulevard $22,,616.02 M&C 21- November CSN from Interstate 0878 9,2021 57011 Highway 820 to Salado Trail Construct a revised Change $484,466.30 culvert and storm M&C 23- June 13, Order 1 drain outfall 0470 2023 ChangeConstruct a revised his Order 2 $769,500.33 irrigation and M&C illumination items. Contract $23,264,582.65 Total The funding for the project is summarized in the table below: Fund General Capital Projects - Fund 30100 TIRZ - General Capital - Fund 30286 Trinity Lakes CO 2021 - Fund 34025 W&S Rev Bond Series 2021 Fund 56019 Existing Additional project Total Appropriations Appropriations $290,000.00 $0.00 $290,000.00 $1,000,000.00 $1,000,000.00 $2,000,000.00 $18,500,000.00 $0.00 $18,500,000.00 $381,755.00 $0.00 $381,755.00 apps.cfwnet.org/council_packet/mc_review.asp?ID=31831 &cou ncild ate=2/1 3/2024 1/2 4/1/24, 8:15AM M&C Review Fund Existing Additional Project Total Appropriations Appropriations Water & Sewer Commercial $5,725,458.00 $0.00 $5,725,458.00 Paper - Fund 56020 Developer Contribution - $260,000.00 $0.00 $260,000.00 Fund 30104 Project Total 1 $26,157,213.00 $1,000,000.00 $27,157,213.00 Funding for this project was not incluced in the FY2024-2028 Capital Improvement Program due to the funding was not available at the time of CIP development. The action in this M&C will amend the FY2024-2028 Capital Improvement Program as approved in connection with Ordinance 26453-09- 2023. Funding is available for appropriation in the fund balance of the TIRZ #14 - Trinity Lakes Fund for the purpose of funding the Trinity Blvd. - 820-Salado Ph 1 project. The beginning fund balance is $6,681,717.43, the ending balance will be $5,681,717.43 after this M&C. DVIN: SJ Louis Construction of Texas Ltd. in compliance with the City's Business Equity Ordinance by committing to 5\% MWBE participation on this project. The City's MWBE goal on this project is 5\%. The Project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the TIRZ #14 - Trinity Lakes Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the TIRZ - General Capital Fund for the Trinity Blvd. - 820- Salado Ph 1 project to support the above recommendations and award of the change order. Prior to an expenditure being incurred, the Transportation and Public Works Department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget ' Reference # Amount ID ID Year (Chartfield 2) FROM Fund I Department Account Project Program Activity Budget Reference # Amount ID ID Year i (Chartfield 2) Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Deaartment Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS 102101 Sianed Comnliance Memo 1.9.23 AI.ndf (CFW Intemal) 1295-Form.Ddf (CFW Internal) 20TRINITY BLVD PHASE 1 CHANGE ORDER 2.docx (CFW Internal) 211103 TIF14 Amen1Res Trinitv Blvd Executed.Ddf (CFW Internal) Correspondence with Economic Develonment.ndf (CFW Internal) FID Table 102101.xlsx (CFW Internal) M&C Man TrinitvBlvd CPN102101.Ddf (Public) ORD.APP 20TRINITY BLVD PHASE 1 CHANGE ORDER 2 28614 (r2).docx (Public) ORD.APP 20TRINITY RI_VD PHASE 1 CHANGE ORDER 2 30286 (r3).docx (Public) PrjBda102101.PNG (CFW Internal) S J Louis .Ddf (CFW Intemal) apps.cfwnet.org/council_packet/mc_review.asp?ID=31831 &councildate=2/13/2024 2/2 FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Trinity Boulevard CO #2 M&C: 24-0124 CPN: 102101 CSO: 57011 DOC#: N/A Date: 3/29/2024 To: Name Department Initials Date Out 1. Jessica Rodriguez TPW - Review Apr 1, 2024 2. Mitch Aiton TPW - Signature MAMA Apr 1, 2024 3. Adam Lunsford SJ Louis - Signature A Apr 1, 2024 4. Stephen Barnard TPW - Signature Apr 1, 2024 5. Raul Lopez TPW - Signature Apr 1, 2024 6. Lissette Acevedo TPW — Signature Apr 1, 2024 7. Patricia Wadsack TPW — Signature pL Apr 9, 2024 8. Lauren Prieur TPW — Signature ? Apr 9, 2024 9. Doug Black Legal — Signature I'llD$ Apr 9, 2024 10. Jesica McEachem CMO — Signature ` Apr 11, 2024 11. Jannette Goodall CSO - Signature ,�ra Apr 12, 2024 12. TPW Contracts CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ❑No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File 0 M&C Return To: Please notify TPWContractsnu,fortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!