HomeMy WebLinkAboutContract 55427-CO3 CSC No. 55427-CO3
FORT WORTH. City of Fort Worth
Change Order Request
Project Name Kroger Drive Phase II(From Ray White to Park Vista Cir) City Sec# 55427
Client Project#(s) City Project Number 101015
Project Reconstruction of Kroger Drive from Ray White Road to Park Vista Circle and includes the fallowing:2°mill and overlay,10"concrete pavement,lime
Description treated base,storm drain culvert extensions and headwalls,three signalized intersections,and concrete trail
Contractora is a avmg, nc.- etas omm.construction, can Change Order# 3 Date F 3/25/2022
City Project Mgr. Brendan McInnes,PE City Inspector Eric Tinner
Contract Time
Dept. TPW Totals (CD)
Original Contract Amount $3,211,162.73 $3,211,162.73 270
Extras to Date $618,808.51 $618,808.51 60
Credits to Date $386,091.05 $386,091.05
Pending Change Orders(in M&C Process) $0.00
Contract Cost to Date $3,443,880.19 $3,443,880.19 330
Amount of Proposed Change Order $75,981.06 $75,981.06 30
Revised Contract Amount $3,519,861.25 $3,519,861.25 360
Original Funds Available for Change Orders S385,339.53 $385,339.53
Remaining Funds Available for this CO $152,622.07 $152,622.07
Additional Funding(if necessary)
CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 9.61%
MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $4,013,953.41
JUSTIFICATION(REASONS)FOR CHANGE ORDER
Ex 8"water main relocation required due to actual clearance from bottom of proposed culvert extension being unacceptable. Cost of$9,919.34 for installing electrical power
supply by TrFCounty Electric being added to contract as pass-through cost. Tri-County to invoice contractor and City to reimburse contractor plus 5%administrative fee for a
total of$10,415.37. Tri-County invoice included the fallowing:Install 168 feet of single-phase overhead service wire,134 feet of single-phase underground trench,conduit,
and cable,5 10KVA transformers and all associated units to serve 5 traffic lights.Includes retirement of 427 feet of single-phase overhead secondary line.
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 ontractor(Name Contract Signature
Reliable Paving,Inc. Jeremiah Brooks 8rc cv 04/07/22
Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date
04/07/22 �. � 04/07/22
�mwo„ �a „z� ,�o
Program Manager Date Senior Capital Project Offc Date
� - 04/08/22 04/11/22
Assistant Director(Dept) Date Director,Contracting Department(Dept) Date
Lall LL,& 04/11/22 04/11/22
ow ,
Assistant City Attorney Date Assistant City Manager Date
om
a .zouzo �on 04/13/22 Dana doff _.o �r, 04/14/22
Council Action(if required)
a9avpq
M&C Number M&C Date Approved
ATTEST: opt pORT�4
7ahhette C Goo a C ����Oo �o0.
Ot'o� D
Jannette Goodall,City Secretary pv8 0=�
PpQ* *� OFFICIAL RECORD
a44 T6XAgoQp CITY SECRETARY
�bnaaa44 FT.WORTH,TX
FORTWORTH City of Fort Worth
!'' Change Order Additions
Project Name Kroger Drive Phase II(From Ray White to Park Vista Cir) City Sec# 55427
Client Project# City Project Number 101015
Contractor Reliable Paving,Inc.-iejas omm.Gonstruction,bean pM Brendan McInnes, Inspecto EucTinner
Change Order Submittal# O3 Date 3/25/2022
ADDITIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
rench Satety
11 3312.0117 Connection to Existing 4"-12"Water Main TPW 2.00000000 EA $3,220.00
Concrete Collar TPW 2.00000000 EA
153 0171.0101 Construction Staking TPW 1.00000000 LS $1,500.00
As-Built Survey TPW 1.00000000 LS
155 0241.1001 8"PVC Water Line Grouting TPW 6.00000000 CY $400.00
"Water Abandonment Plug TPW 2.00000000 EA
157 0241.1303 Remove and Salvage 8"Water Valve TPW 1.00000000 EA $600.06
Utility Markers TPW 1.00000000 LS
159 3305.0115 Vacuum Excavation TPW 2.00000000 EA $2,200.00
Ductile Iron Water Fittings w/Restraint TPW 0.40000000 TON
161 3311.0262 8"PVC(DR-14)WaterPipe TPW 105.00000000 LF $153.15
"Gate Valve TPW 2.00000000 EA
163 3312.3103 8"Cut-in Gate Valve TPW 2.00000000 EA $3,600.00
Imported Embedment/Backfill,CLSM TPW 80.00000000 CY
20 0241.0900 Remove Misc Conc Structure TPW 1.00000000 LS $363.04
Electric Co Power Supply TPW 1.00000000 LS
TPW S75,981.06
Sub Total Additions
Change Order Additions Page 2 of4
Foa_ T�H City of Fort Worth
Change Order Deletions
Project Name Kroger Drive Phase II From Ray White to Park Vista Cir City Sec# 55427
Client Project# City Project Number 101015
Contractor ReIimbla Paving,Inc.-Tejas Uomm Uonstruction bean PM Brendan McInnes,PE InspectorF EricTinner
Change Order Submittal# O3 Date 3/25/2022
DELL I IONS
ty Unit Unit Costo a
TPW
�iub I otal Deletions
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 8/6/2021 $78,060.85
2 11/9/2021 $154,656.61
Total $232,717.46
869Z-X b8ILZ-X (=' D visa}j2j oZ QVo2I3.LIHM hdiI Y OUA)II asd j 3 G UaDoux
u. Snm w $
O
m Wd ,.aa��ae Wkj
ism H W R F °a
e•'I�Ia3ar, °z W F w Q w ej w g� z N= O
° W IIIIIIIIIIII IIII� ig,
wt11 I I Id '_ =aaWa<I� ;+• $m 'zoO11'3.ta�€Pad �,8 e m= o� f3 m .aWWmd�sWe w ¢ fx p' Wc; O z a. <w a � H x- a 3
°z u —
ma NEW
pa m;��am='° x �
s$�j
00+04 tl1S- 3NI1 HDIVW
MATCH LINE-STA 18+00 / II
.330
� x �t, i IIII
I r�
I III I � Ia III
------
13313 IMM.3.1
gl
a
8 N
_ L __
8 II a —_�--- - W
a II _ ill N
13313 AVM NOlyd3/H II W a l l I IIII - —
at IIII -
}11 s l l III t[8 oN
AV3.1
II �o =__—_
- a 1 II m of NVO&?/V
At IIII a _ nYOVd NO/Nn
V1S c -
g ��I /A J1HVd
moz
I J o
I I II
370H/O
a I g _VJ" J/HVd
II I x IN I �
I IIII a it I� x
U OVOH 31LHM A I'}
a I
1 , I
MATCH LINE-SITA 18+00
00+04 VIS 3NIl H01tlW
mre:.-«o:ioza
S69Z-N bR I-E-X (H'I.)NI.)VlSIA NI]Vd Ul❑V0A alIHM AVII IA01H)II.HSVHd AAMC lIA9MIN
w O cc��edkkkk ����� � ., � Z 3 X•-1 ,N, V]Ca L'J`IIWIIIa€I axHadpo p x o o
Z
m�rmra
' p<Am
p
��ee w�= ■w =
m ° ffg m ;mWgmsw ij w `�O z cu `.4 w '3
"IRP €€02-H -
oz$� N AAg z H o0
N -
o_ wiz - V _ spz - w
_ - $ >� H
- z - - _ zz
z z >
31
-oz
sLL° s - _ QzI
_3 allo _x _ _Q3 a A sd:s _ `Z�a
z- o
-=g z 8-.an on�no os� N �ar�aNeW�`e x°�m_`?dwo�r zd W= m
.R N
o i -
-
1.
LLrc I OB'8 9=d1
p w 3 I NIXO0 9 33 aOH Ntl X.9-1
3 F - LSNI
a ldtl AM ON3a _
a? -- - 3 ON tl310„B-1
-MiMa U3JOtD1 < _W n :, s�I g
OO+9Z %OO+LZ - Id ONNY313 B OMM
Ofi+ S F
a3-14 X NMONX ON 06 call 1
a31tlM„B n 1r m n -
_ LSNI
dA
--- cai5 n LL+ VL
_ ° —_ ---— —— z '
—_ —
w
�
`i
'0
_— ---� — -- -- -- 9'ZZ —tj
Z.
WIL -
3
w° ssNii — fee
R o..
Q �Rm °NIX IS aN3e -Il
g$i m tlLSNI
x `s a 00 tlLs
- ° -
5 rc f V Old ONIN 33
41-a31tl .5 NILSIX OL .314..
�/�3/� n X 93A tlA 0 tl3A tlA 31 O.B L
tlw— Q Wl
- - 4 l �fil.Na azI,sue,E
IV
(Z%spfiYG.1111)
�e-a2
a`
- - m _
wx 8 b °p
4 NM Z—d 1-1 11130 to IL-MAZ 3VId\SLU a]113\Mava'tL-es02 Z02 avSZ\�
869E-N b8 L-E-X �.1"I:)NI:)Vl.Sli\JINVd Ul❑VON a.LII IM AVN N'(1N1)II.lSVI Id aA1N❑Na`)Oil�l
a g W E,
E m a OR
31
21
aW�F sa:s z =WWm. w Q u
o3 o
W sW� p o U w
M-nz st.'•3`I•a'�i 'WA F�
aawa O � p
o ¢
noma^
v � wa Bs a � 8mmw -
x �
IL
g� 80U B;'=WaWFpo a�
o
5-9
3�gg Y�
$E �f a p rim II23ga
e3 ca ppp 9 € $.; m qq .. II 63=saE
g 9 4: I 4a 3 I-
€ag gm• x u pixy >E$ €$33£9$ax R m ga 3�! 5 n e
'€g3a 3°e O
' i 3�"i4gb@83�p�:33 C g g-1 a Pis; o
1 i$'iC�x a�=mi�ii�'a=i$'i$€x� 0 8 a 'e€ ��s io iiiaiio iii iii oiii oiii ii — �II ��s
g Gb YAp§"SY�ae8 y� U j ggg g 2 i .a a
F4;.
pgSF.as:�
t!!,
1' xg4gs ss Sl �
`'��aa
33VA.
Ig
0
a
A x €� o
e w MOM
�zd$gas�a m
�RFa3@8 J
. a
yy 98F
i
y€ - . ; .
q
1p
gx oall'x s a 3 8;
- OM, $
k t aa 3 g`b
Z a�.� A�'x34 ' tg3€' omo r 53"
o e[ as s esK i4 b€ y E Ig
a h R
7 OOC OOC
0
'S Eli
gx�jsi
a� M
x"3 4R €x aY a w
P ~
�es is
s s'smR °$' a a •:a°ye ':gxa'2s Y Y o
•o$aR•FaagO a e€x _ a u y::a' _0
aj'P e a .€y H;�
3 x s g
gpg
g��
Sags:.O .
n',�e6�a. 8§va
�n :e ........ Yaby�
N�o
bb� i 11" V e
°xaz xv�rro.n mR«-asozu mxa�s,oz aco,wavam�or�,bm:w:-ya�a
S69Z-N bR I-E-X gg (AT MY)VlSL%NI]Vd Ul❑V0A alIHM AV1I 101H)II.lSVHd AAMC IIA9MIN
MIC
$ 3V3�� oE�G v F-Woz ig AS_
WJiA ;.�aa
m a:WW mr3s"_:1 LD�F P a �""r''� W w
A amr„�A 0 O p w Q
a a== m>H, s Axg ~ z H
N N N N N N N N N
m ai w w w w
� .` LL LL LL Z) 0 CI- Z Z Z Z � LL � LL LL LL LL LL LL
0 � Cl Cl 0 0 0 0 o 0 0 0 0 0 0 o rn o IDtD kD
x > o o x x xcc
x x x x x x m m
w a w w w a w N w w w a w a a a a
x x x x o x < N < o o ao
O N r1 a a N N N a N N N N .-I N a a m m
m J N J J J O\ J J J J J C) 01
y CO m m m m m m m m m
LU
a a a a a a M
aZO 0 0 0 O O O Oz z z z z zz z
m
0 0 0 0 0
O O O O O
w w w w w
Z O Z Z O O O Z I� Z 0 0 0 O O O
D O l0 t0 l0 M M l0 l0 p N N N 0 V Q N N O O I,
N 00 N N w 00 r, c-I c-I c-I l0 Ql Ql N N N
K N N m m 11 11 w N Z& w N N N w m K N 14 11 N
m 6 m ob 6 m I-� I-� I-�
m = N n n n n n � 1 1 � n n n = n = n n n n n n
z I, ei ei ei c-I c-I Z c-I c-I Z c-I c-I c-I z " z . . . . . .
W Ol 00 00 00 00 00 W N N W 00 00 00 W 00 W 00 00 00 00 00 00
Z v Z v Z V Z v Z
Z O v O O O O
W x x 2 2
Z x LL 0- 0_ 0- LL
= 0 O O 0 0
a z I I zi I iz I iziz
a N N N N N N N N N N N N N N N N N N N N N N N
ID t0 t0 ID ID ID ID ID ID ID ID lD lD lD t0 t0 t0 t0 t0 t0 t0 t0 t0
LU
H XX xx xx xx xx X�0 X�0 X�0 X�0 X�0 X�0 X�0 X�0 X�0 xx xx xx xx xx xx xx hl
F F F F F F F F F F F F F F F F F F F F F F F
K OC OC K K K K K K K K K K K OC OC OC OC OC OC OC OC OC
O O O O O O O O O O O O O O O O O O O O O O O
F F F F F F F F F F F F F F F F F F F F F F F
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
U LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL
C)
ci
W p
F O O OM 111
er-I e-I e-I 00
F F F F O
u u u u N N N N
0 0 _N _N _N _N 0 0 0 0 0 0 0 0 0 0 0 0 0 0
W W W W W > > > > W W W W W W W W W W W W W W
l7 C7 (7 (7 C7 Y Y Y Y l7 l7 l7 l7 l7 (7 (7 (7 (7 (7 C7 C7 C7 C7
Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
w w w w a a a a w w w w w w w w w w w w w w
Y Y Y Y Y LL LL LL LL Y Y Y Y Y Y Y Y Y Y Y Y Y Y
0 p Oo p O O O O O O O O '-I O '-I '-I '-I � -qt 0 0 0 0 0 0 0
C �D t0 tN0 0 0 0 0 n n n 000 000 000 000 W W W W W W 001 001
Q N N N N z^A N N N N N N N N N N N N N N N N N N
Z = z a
0 V) N W
Q O F _U H Z cr
x z w J > w (7 a
LL N U LL
Z a 0 a z V) z o o�
wu oc� 0 Ln � ozc� o az o -
J J LL Z Z J O _ N O F z K F a
W W U 0 W F N W 3 l.L w Z (,7 N z W
N F JO °C 'z LL a _
C=7 Y w = z z a a K d U
a w L7 U' Z N J LL
F F O a 0 Z N
g 0 J N Ou Ou s0 = C aC w N x > O } LL LL u
W } LL le J W W LL N C Z w x p Z } a z W W J = Z ouN
Fcr Ln
o LL z d c7 z O J a O D z
a a c p a a a _ x a w p 0
Z (7 N N 0 w w LL u 2 N Y N U 00 J O N LL 2 CO ]C zuum
Q vw z—I I—I unzn zoc a-MAZ 3VII\SLU MO 113\MaV&I-QCQ ioz- d\`I
0334 13-1
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 1 of 7
SECTION 03 34 13
CONTROLLED LOW STRENGTH MATERIAL (CLSM)
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes:
1. Controlled low strength material (CLSM)for use in the following:
a. Flowable backfill
B. Deviations from this City of Fort Worth Standard Specification
1. 1.2—Price and Payment Procedures
C. Related Specification Sections include,but are not necessarily limited to:
1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 —General Requirements
3. Section 03 30 00 - Cast-in-Place Concrete
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. This Item will be measured by the cubic yard of materials placed and verified by delivered
concrete truck tickets.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
will be paid by cubic yard.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification,unless a date is specifically cited.
B. ASTM International(ASTM):
1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the
Field.
2. C33 - Standard Specification for Concrete Aggregates.
3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens.
4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete.
5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method.
6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
033413-2
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 2 of 7
7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Provide submittals in accordance with Section 0133 00.
B. All submittals shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product data
B. Sieve analysis
1. Submit sieve analyses of fine and coarse aggregates being used.
a. Resubmit at anytime there is a significant change in grading ofmaterials.
2. Mix
a. Submit full details, including mix design calculations for mix proposed for use.
C. Trial batch test data
1. Submit data for each test cylinder.
2. Submit data that identifies mix and slump for each test cylinder.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 PRODUCT TYPES AND MATERIALS
A. Materials
1. Portland cement: Type II low alkali portland cement as specified in Section 03 30
00.
2. Fly ash: Class F fly ash in accordance with ASTM C618.
3. Water: As specified in Section 03 30 00.
4. Admixture: Air entraining admixture in accordance with ASTM C260.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
033413-3
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 3 of 7
5. Fine aggregate: Concrete sand (does not need to be in accordance with
ASTM C33).No more than 12 percent of fine aggregate shall pass a No. 200 sieve,
and no plastic fines shall be present.
6. Coarse aggregate: Pea gravel no larger than 3/8 inch.
B. Mixes
1. Performance requirements
a. Total calculated air content
1) Not less than 8.0 percent or greater than 12.0 percent.
b. Minimum unconfined compressive strength
1) Not less than 50 psi measured at 28 days.
c. Maximum unconfined compressive strength
1) Not greater than 150 psi measured at 28 days.
2) Limit the long-term strength (90 days)to 200 psi such that material could
be re-excavated with conventional excavation equipment in the future if
necessary.
d. Wet density
1) No greater than 132 pounds per cubic foot.
e. Color
1) No coloration required unless noted.
2) Submit dye or other coloration means for approval.
2. Suggested design mix
Absolute Volume
Material Weight Specific Gravity Cubic Foot
Cement 30 pounds 3.15 0.15
Fly Ash 300 pounds 2.30 2.09
Water 283 pounds 1.00 4.54
Coarse Aggregate 1,465 pounds 2.68 8.76
Fine Aggregate 1,465 pounds 2.68 8.76
Admixture 4-6 ounces - 2.70
TOTAL 3,543 pounds - 27.00
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Trial batch
1. After mix design has been accepted by Engineer,have trial batch of the accepted
mix design prepared by testing laboratory acceptable to Engineer.
2. Prepare trial batches using specified cementitious materials andaggregates
proposed to be used for the Work.
3. Prepare trial batch with sufficient quantity to determine slump,workability,
consistency,and to provide sufficient test cylinders.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
033413-4
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 4 of 7
B. Test cylinders:
1. Prepare test cylinders in accordance with ASTM C31 with the following
exceptions:
a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the
mix.
b. Do not rod the concrete mix.
c. Strike off the excess material.
2. Place test cylinders in a moist curing room. Exercise caution in moving and
transporting the cylinders since they are fragile and will withstand onlyminimal
bumping,banging, or jolting without damage.
3. Do not remove the test cylinder from mold until the cylinder is to be capped and
tested.
4. The test cylinders may be capped with standard sulfur compound or neoprene pads:
a. Perform the capping carefully to prevent premature fractures.
b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter
than the test cylinders.
c. Do not perform initial compression test until the cylinders reach aminimum
age of 3 days.
C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in
accordance with ASTM C39 except as modified herein:
1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to
or greater than the minimum required compression strength,but not exceed
maximum compression strength.
D. If the trial batch tests do not meet the Specifications for strength or density, revise and
resubmit the mix design, and prepare additional trial batch and tests. Repeat until an
acceptable trial batch is produced that meets the Specifications.
1. All the trial batches and acceptability of materials shall be paid by the
CONTRACTOR.
2. After acceptance,do not change the mix design without submitting a newmix
design,trial batches,and test information.
E. Determine slump in accordance with ASTM C143 with the following exceptions:
1. Do not rod the concrete material.
2. Place material in slump cone in 1 semi-continuous filling operation, slightly
overfill,tap lightly, strike off, and then measure and record slump.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
033413-5
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 5 of 7
PART 3- EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Place CLSM by any method which preserves the quality of the material in terms of
compressive strength and density:
1. Limit lift heights of CLSM placed against structures and other facilities that could
be damaged due to the pressure from the CLSM,to the lesser of 4 feet or the lift
height indicated on the Drawings. Do not place another lift of CLSM until the last
lift of CLSM has set and gained sufficient strength to prevent lateral load due tothe
weight of the next lift of CLSM.
2. The basic requirement for placement equipment and placement methods is the
maintenance of its fluid properties.
3. Transport and place material so that it flows easily around,beneath, orthrough
walls,pipes,conduits, or other structures.
4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the
material to flow freely during placement:
a. After trial batch testing and acceptance,maintain slump developed during
testing during construction at all times within± 1 inch.
5. Use a slump, consistency,workability, flow characteristics, and pumpability(where
required) such that when placed,the material is self-compacting, self-densifying,
and has sufficient plasticity that compaction or mechanical vibration is not required.
6. When using as embedment for pipe take appropriate measures to ensure line and
grade of pipe.
3.5 REPAIR [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. General
1. Make provisions for and furnish all material for the test specimens, and provide
manual assistance to assist the Engineer in preparing said specimens.
2. Be responsible for the care of and providing curing condition for the test specimens.
B. Tests by the City
1. During the progress of construction,the City will have tests made to determine
whether the CLSM,as being produced, complies with the requirements specified
herembefore. Test cylinders will be made and delivered to the laboratory by the
Engineer and the testing expense will be borne by the City.
2. Test cylinders
a. Prepare test cylinders in accordance with ASTM C31 with the following
exceptions:
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
033413-6
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 6 of 7
1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle
the mix.
2) Do not rod the concrete mix.
3) Strike off the excess material.
b. Place the cylinders in a safe location away from the construction activities.
Keep the cylinders moist by covering with wet burlap,or equivalent. Do not
sprinkle water directly on the cylinders.
c. After 2 days,place the cylinders in a protective container for transport to the
laboratory for testing. The concrete test cylinders are fragile and shall be
handled carefully. The container may be a box with a Styrofoam or similar
lining that will limit the jarring and bumping of the cylinders.
d. Place test cylinders in a moist curing room. Exercise caution in moving and
transporting the cylinders since they are fragile and will withstand only
minimal bumping,banging, or jolting without damage.
e. Do not remove the test cylinder from mold until the cylinder is to be capped
and tested.
f. The test cylinders may be capped with standard sulfur compound or neoprene
pads:
1) Perform the capping carefully to prevent premature fractures.
2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in
diameter than the test cylinders.
3) Do not perform initial compression test until the cylinders reach a
minimum age of 3 days.
3. The number of cylinder specimens taken each day shall be determined by the
Inspector.
a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39
except as modified herein.
b. The compression strength of the cylinders tested at 28 days shall be equal to or
greater than the minimum required compression strength,but not exceed
maximum compression strength.
4. The City will test the air content of the CLSM. Test will be made immediately after
discharge from the mixer in accordance with ASTM C231.
5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with
the following exceptions:
a. Do not rod the concrete material.
b. Place material in slump cone in 1 semi-continuous filling operation, slightly
overfill,tap lightly, strike off, and then measure and record slump.
6. If compressive strength of test cylinders does not meet requirements,make
corrections to the mix design to meet the requirements of this specification.
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
033413-7
CONTROLLED LOW STRENGTH MATERIAL(CLSM)
Page 7 of 7
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kroger Drive Phase II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 10 15
Revised December 20,2012
McInnes, Brendan
From: Steven Lancaster <Steven@reliablepaving.com>
Sent: Wednesday, March 16, 2022 12:29 PM
To: Lopez, Raul; McInnes, Brendan; Michael Terry; Marty Murphy
Cc: Allen, Chad A; callen@tejasconstruction.net; Tinner, Eric L
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
Attachments: Equipment Cost.pdf
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Raul
While I understand the procedures that you are required to follow, I am really concerned about how much time it costs
to a project that is already behind
I had used the Subs equipment Cost and backed it into the rate in my summary
Basically it Covered an Excavator, with a Concrete Breaker, A rubber wheel Loader,Two Lowbed trips for Delivery and 2
to Collect, and Fuel for both pieces of equipment for 3 Days
I have run the same calculation with Rates from Rental One, and it shows the Subs price to be lower
Steven Lancaster
For Reliable Paving, Inc.
From: Lopez, Raul [mailto:Raul.LopezRoura@fortworthtexas.gov]
Sent:Tuesday, March 15, 2022 5:18 PM
To: Steven Lancaster<Steven@reliablepaving.com>; McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>;
Michael Terry<mterry@reliablepaving.com>; Marty Murphy<Marty@reliablepaving.com>
Cc: Allen, Chad A<Chad.Allen@fortworthtexas.gov>; cal len@tejasconstruction.net;Tinner, Eric L
<Eric.Ti nner@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8"water line conflict
Stephen,
The City agrees that construction cost has increased within the last 6-9 months and we want to be fair to the contracting
community. Having said that, I realize the attentive review of schedules and cost proposals may seem
unprecedented. As a result of a recent audit, there has been a request by City management and auditors to improve on
all project documentation, with an emphasis on change orders.
We are comfortable with most everything Reliable has submitted for the subject change order except:
1. Backhoe hourly cost— Please provide evidence of the Blue Book Rate or rental contract for documentation
2. There seems to be disagreement on the volume of CLSM needed so we can pay it as a separate item by the CY,
to be documented by truck tickets
If you can provide number 1 above we will be ready to review and move forward so Reliable can maintain
momentum. Feel free to contact me if you have any questions.
Regards,
Raul E. Lopez, P.E.
Program Manager
1
Department of Transportation and Public Works
Arterials - Capital Delivery Division
Office: 817.392.2457
Email: raul.lopez(aJortworthtexas. oovv
2RRTLW()RTE{,
!Ill.11lllil'
la rL LL LI
41 k11Lia
I
k
City of Fort Worth— Working together to build a strong community.
How am i doing?Please contact my supervisor.martin.phillips(ap-fortworth texas.gov
From: Steven Lancaster<Steven@reliablepaving.com>
Sent:Tuesday, March 15, 2022 10:19 AM
To: McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>; Michael Terry<mterrv@reliablepaving.com>; Marty
Murphy<Marty@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.eov>; Allen, Chad A<Chad.Allen@fortworthtexas.eov>;
callen@teiasconstruction.net
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Brendan/ Raul
I understand that you feel that you need to protect the City from being over charged on changes
The original Bid was submitted 14 months back
Material cost have increased by 30%or more and labor by 50%
Also apparently the City does not provide additional Mobilization items to compensate our sub-contractor
The original conflict with the headwalls was brought up in October last year and it has taken 4 months to get revised
plans
Approved and a change order started.
The costs I submitted to you are in line with prices received from our sub-contractor and in line with current pricing
Also with current work loads and lead times for materials it is likely that this work will not start until about a month after
the Change Order is issued
Attached is the latest round of Fuel Surcharges received from Concrete Suppliers and most of them have already notified
us
of Price Increases varying between $12.00 and $15.00/CY from April
Can we please get this finalized and move forward
Steven Lancaster
For Reliable Paving, Inc.
2
From: McInnes, Brendan [mai Ito:Brendan.McInnes@fortworthtexas.gov]
Sent:Tuesday, March 15, 2022 9:35 AM
To: Steven Lancaster<Steven@reliablepaving.com>; Michael Terry<mterrv@reliablepaving.com>; Marty Murphy
<Marty@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>; Allen, Chad A<Chad.Allen@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
Can you provide support documentation for the cost of the following by invoice or quote.
Pump Truck @ $750ea
Grout/Flow Fill @ $127.00/CY
Fittings @ $4560/TN
Backhoe @ 220.00/hr
We will also likely pull the CLSM to a separate item to separate it to pay for the amount placed as the takeoff exceeds
the estimated quantity of approximately 45CY and will allow a better tracking of used amounts.
Thanks,
Brendan McInnes, P.E.
Project Manager
Cell: (979) 220-0385
From: Steven Lancaster<Steven@reliablepaving.com>
Sent:Tuesday, March 15, 2022 8:48 AM
To: McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>; Michael Terry<mterrv@reliablepaving.com>; Marty
Murphy<Marty@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>; Allen, Chad A<Chad.Allen@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Brendan
Attached updated Change Order Request#3 for the revisions to the Water Mains
With corrections and backup as requested
Steven Lancaster
For Reliable Paving, Inc.
From: McInnes, Brendan [mai Ito:Brendan.McInnes@fortworthtexas.gov]
Sent: Friday, March 11, 2022 12:14 PM
To: Steven Lancaster<Steven@reliablepaving.com>; Michael Terry<mterrv@reliablepaving.com>; Marty Murphy
<Marty@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>; Allen, Chad A<Chad.Allen@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
I wanted to check in on getting this information as well as the requested information for the Ray White ped pole so we
can get these Change orders reviewed.
Thanks,
3
Brendan McInnes, P.E.
Project Manager
Cell: (979) 220-0385
From: McInnes, Brendan
Sent:Tuesday, March 1, 2022 1:31 PM
To: Steven Lancaster<Steven@reliablepaving.com>; Michael Terry<mterrv@reliablepaving.com>; Marty Murphy
<Marty@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>; Allen, Chad A<Chad.Allen@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
Steven,
Can you provide an explanation for the need to revise pricing instead of overrunning quantity of existing item 11 & 17
for review.Also, can you provide a more detailed breakdown of the materials and cost associated with item 155, 160,
161 for further review.
Thanks,
Brendan McInnes, P.E.
Project Manager
Cell: (979) 220-0385
From: Steven Lancaster<Steven@reliablepaving.com>
Sent:Wednesday, February 23, 2022 1:37 PM
To: McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>; Michael Terry<mterrv@reliablepaving.com>; Marty
Murphy<Marty@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>; Allen, Chad A<Chad.Allen@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Brendan
Attached pricing for the Water Line Revisions
I have changed the engineers quantity for Item 155 Water Line Grouting, as the Minimum grout delivery is 6CY
Also we will need to discuss a time extension of at least 15 days for this installation and more time for the period taken
for the Engineers Plan design and approval from the water department, Change order processing and lead times for the
required materials.This conflict has been in play since October 2021
Steven Lancaster
For Reliable Paving, Inc.
From: McInnes, Brendan [mai Ito:Brendan.McInnes@fortworthtexas.gov]
Sent:Tuesday, February 22, 2022 3:00 PM
To: Michael Terry<mterrv@reliablepaving.com>; Steven Lancaster<Steven@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
I wanted to check in on the status of this pricing request.
Thanks,
4
Brendan McInnes, P.E.
Project Manager
Cell: (979) 220-0385
From: McInnes, Brendan
Sent: Friday, February 11, 2022 9:20 AM
To: Michael Terry<mterry@reliablepaving.com>; Steven Lancaster<Steven@reliablepaving.com>
Cc: Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: FW: CPN 101015 Kroger drive/storm drain/8" water line conflict
Michael,
Attached are the revised waterline sheets revisions that have been approved and will need contractor pricing so we can
add the work with a change order.
Thanks,
Brendan McInnes, P.E.
Project Manager
Cell: (979) 220-0385
From:Jonathan Ireton <jireton@pkce.com>
Sent: Friday, February 11, 2022 9:11 AM
To: McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>
Subject: RE: CPN 101015 Kroger drive/storm drain/8" water line conflict
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Here is the latest sheets and the items we need prices for.
Jonathan Ireton, PE
Senior Project Manager
iireton@pkce.com
Pacheco Koch
a Westwood company
O:817.412.7155
M: 432.270.8765
pkce.com•westwoodps.com
5
Breakdown of Large Equipment Cost Based on Rental quote
220 Excavator 3 Days $ 780.00 $ 2,340.00
Deliver& Pickup 2 EA $ 425.00 $ 850.00
Wheel Loader 3 Days $ 650.00 $ 1,950.00
Deliver& Pickup 2 EA $ 185.00 $ 370.00
Fuel 315 Gal $ 4.50 $ 1,417.50
$ 6,927.50
Excavators run 100 Gal/Day 75%Utilization 225
Wheel loades run 50 Gal/day 60%Utilization 90
���t � � ?. ■ � Page: �
i.,<,a�,.. A DIVISION OP HSNTAL DNS Remit To:
P.O. BOX 489
2440 HIGHWAY 287 N COLLEYVILLE, TX 76034
MANSFIELD, TX 76063
817-473-2420 817-545-8999
Customer: 1772 .
RELIABLE PAVING INC
1903 N PEYCO DR QUOTE
ARLINGTON, TX 76001 Contract #• . 1363777
Contract dt. 3/16/22
Date out. . . . 3/16/22 11:33 AM
Est return. . 3/18/22 11:33 AM
Job Site: Job Loc. . . . . KROGER DR AND ROY WHITE, F
RELIABLE PAVING INC KROGER DR AND ROY WHITE Job No. . . . . . 254 RELIABLE PAVING
P.O. #. . . . . .
FORT WORTH, TX 76244 Ordered By. . STEVEN
C# : 817-467-0779 J# : 817-467-0779 Terms. . . . . , . Net 10 Days
Qty Equipment # Min Day Week 4 Week Amount
1 EXCAVATOR 221 780 . 00 780 . 00 2400 . 00 5100 . 00 1560 . 00
6808712
1 TEXAS UNIT PROPERTY TAX 1 . 77 1 . 77 5 . 45 11 . 58 3 . 54
SALES ITEMS:
Qty Item number Unit Price
1 DIESEL-MV-TAX EA 23 . 400 23 .40
TEXAS DIESEL OR MOTOR VEHICLE TAX
DELIVERY CHARGE 425 . 00
PICKUP CHARGE 425 . 00
Sub-total : 2436 . 94
Tax: 198 . 83
Total. : 2635 . 77
IF THE EQUIPMENT DOES NOT WORK MULTIPLE SHIFTS OR CUSTOMER IS RESPONSIBLE FOR
PROPERLY,NOTIPY THE OFFICE AT ONCE OVERTIME RATES MAY APPLY REFUELING.DAMAGES OR REPAIRS
1. LossfDamaga Waiver`12%of gross rental chargeslwai be charged unless customer is a commarciat account which elects to provide its own insurance coverage under Paragraph 13 to Follow.Lossl0amage
Waiver is f IDT INSURANCE and does not cover upset,overturned,lire or overhead damage or accessory items regardtess of faue_
2. CvElDmee must call to release equipment and is responsible for released equipment until it Is piked up.
3. Customer is fusty responsiblo for the theft of items rented.
4. Materials purchased not reiumabla without rior a proval and recelpl.Returns SubjeCi to a reslooking fee.
I have had the opp��orlunityY to rear�the�e fps and cop0jons on Ooih sides aF this agreement.I ave received and understand the safely 1nstruclions on the
operation of the etiutpmertt 1 am renting. have received a comp ete copy of this agreement an agree to the terms and con Icons on both sides.
(Carefully read the terms and conditions on the reverse side of this page)
X
CUSTOMER SIGNATURE DATE NAME PRINTED DELIVERED BY DATE
Terms:NET 10 DAYS
y ri Page : 1
0 A DIVISION OF RENTAL ONE Remit To:
P.O. BOX 489
2440 HIGHWAY 287 N COLLEYVILLE, TX 76034
MANSF'IELD, TX 76063
817-473-2420 817-545-8999
Customer: 1772
RELIABLE PAVING INC QUOTE
1903 N PEYCO DR Q
ARLINGTON, TX 76001 Contract #. . 1363776
Contract dt, 3/16/22
Date out. . . . 3/16/22 11:27 AM
Est return. . 3/18/22 11: 27 AM
Job Site: Job Loc. . . . . KROGER DR AND ROY WHITE,
RELIABLE PAVING INC KROGER DR AND ROY WHITE Job No. . . . . . 254 RELIABLE PAVING
p 0
FORT WORTH, TX 76244 Ordered By. . STEVEN
C# : 817-467-0779 J# : $17-467--0779 Terms. . , . . . . Net 10 Days
Qty Equipment Min Day Week 4 Week Amount
1 WHEEL LOADER 3 CUBIC YARD 650 . 00 650 . 00 1825. 00 4500 . 00 1300 . 00
7008768
1 TEXAS UNIT PROPERTY TAX 1 . 48 1 , 48 4 . 14 10 . 22 2 . 96
SALES ITEMS :
Qty Item number Unit Price
1 DIESEL-MV- TAX EA 19 . 500 19 . 50
TEXAS DIESEL OR MOTOR VEHICLE TAX
DELIVERY CHARGE 185 . 00
PICKUP CHARGE 185 . 00
Sub-total : 1692 .46
Tax: 137 .78
Total : 1830 .24
IF THE EQUIPMENT DOES NOT WORK MULTIPLE SHIFTS OR CUSTOMER IS RESPONSIBLE FOR
PROPERLY,NOTIFY THE OFFICE AT ONCE OVERTIME RATES MAY APPLY REFUELING,DAMAGES OR REPAIRS
1. LosslDamaga Waive:112%of gross rental chargos)will be charged unless customer is a commercial account which erects to provide its own insurance coverage under Paragraph 13 to lobow.Lossloamage
Waiver is NOT INSURANCE and does not.cover upset,overturned,tine or overhead damage or accessory items regardless of fault.
2. Cusfoml?t must oil to release equipment and is responsible for released equipment until it is picked up.
3. Customer is fully responsible for the theft of items rolled.
4. Materials purchased not ratumable withoelpn or approval and receipt.Returns subject to a restockingfee.
I have ha a 0gp&�artunitv to read ifle elms and cofidit'ons on oth sides If this a reement,I ave received and understand. the saf ty instructions on the
operation a�the equlpmer5t I am renting I nave receweq a complete copy ar this a�eement an agree to the terms and conditions on�th sitles.
(Carefully read the terms and conditions on the reverse side of this page)
X
CUSTOMER SIGNATURE DATE NAME PRINTED DELIVERED BY DATE
Terms;NET 10 DAYS
C( PCCP ConcretePumping,L.P. -
Po Box 137064 °
Fort Worth, TX 76136
Central Concrete Pumping
Pricing
2022
BOOMPUMPS
20 Meter—52'
$170lhour-$680 minimum 47 Meter 141'
$2,701yard $2101hour- $840 minimum
$3.00 yard
34 Meter—98'
$1701hour- $680 minimum 58 Meter 165'
$2.701yard $2501hour- $1000 minimum
$3.951yard
39 Meter—114'
$180/hour—$720 minimum
$2.801yard
1 hour travel charge to Tarrant,Parker and Dallas County
• Additional travel charges will apply to other counties
• 3% fee for credit card payments
10% Fuel Surcharge
Phone:817.237.9050 ■ Texas:800.745.PUMP ■ Fax:817.237.6573 ■ E-mail:irfo@centralpumping.com
, ARRAS ?'
L.M C
4ce
CR �`v�'
March 7, 2022
To Our Valued Lattimore Customers:
All of you are acutely aware of the current events occurring both locally and on a global scale which have
caused the dramatic increase in fuel prices. As of the end of February, based on the current U.S. Energy
Information Administration's table for Texas, diesel fuel had reached $3.91 per gallon, and continues to
climb. As a result, Lattimore Materials Corp is experiencing a dramatic cost increase in all of our inbound
logistics as well as our own deliveries and can no longer continue to absorb these costs. Historically, fuel
surcharges have been included as part of our quotes and contracts. Effective March 14, 2022, per
our Standard Terms and Conditions of Sale,ALL existing work, as well as all new quotes and
contracts, will be charged a fuel surcharge at a rate of$50.00 per load to offset these additional
costs to the business. As this is a very dynamic situation in which we find ourselves, fuel rates will be
monitored in the EIA Tables the last Tuesday of each month. At that time, should prices continue to
dramatically change, the fuel surcharge rates will be revisited and Lattimore will react accordingly to
equitably adjust them.
Additionally, as trucking shortages have also had a significant impact to the business, we must also
review our short load fees as well as our practices with Pump Primer. As of March 14, 2022 we will
increase our short load fee to $600 for any load under 5 yds (not to include 1 tag load beyond the
last full load of an order) and adjust our Pump Primer price to $400 per yard.
While inflation and fuel prices continue to impact our business daily, Lattimore Materials truly values your
business and is committed to remaining your supplier of choice in the ready mix industry. Our sales team
members are available and ready to meet with you to address any needs or specific concerns you may
have. We thank you for your continued support and business.
Drew Brown Bill Hickle Ron Simons
LMC Commercial Sales Manager LMC Residential Sales LMC Hwy/Civil Sales
James Rainbolt Kent Pendley
President—Tarrant Concrete Tarrant Concrete Sales
Manager
tic-inn
b
CONCRETE
March 9,2022
Dear Valued SRM Customer:
We would like to express our appreciation for you and your continuous business with Smyrna Ready Mix
Concrete.Our success would not have happened if it was not for our loyal customers. We strive to build
long lasting partnerships with our customers and pride ourselves in knowing your success is our success.
For years,SRM Concrete has offered exceptional service along with quality concrete to meet your
needs.We surround ourselves with great people and excellent equipment to ensure the service we
provide remains unmatched.You and others alike know the value and importance of exceptional service
and that it cannot be replaced.
Ail businesses,ours included,is now being faced with unprecedented fuel costs.Far many years we have
tried to keep our fees as low as possible,but with the recent increase in fuel costs,we are forced to
increase our fuel and environmental surcharges.
Effective April 1,2022,there will be a$40.00 per load fuel and environmental surcharge on all
concrete deliveries.
We will continue to honor existing quoted projects.
We sincerely appreciate your business and look forward to the many opportunities we will have to grow
together in our future endeavors.
Sinc
1 i ingshead
hief Executive Officer
1000 Hollingshead Circle .Murfreesboro,IN 37129 •smyrnareadymix corn
(615)355-1028 •(615)242-3064
0
caarlcyj-
March 10,2022
To Our Valued Customers:
We want to thank you for your business and continued loyal support. We understand you have a choice in concrete
providers and we sincerely appreciate every yard of concrete that has been purchased from us.
Because of the unprecedented rise in fuel costs,we have no choice but to institute a fuel surcharge.
Effective Monday,March 14 2022 there will be a fuel surcharge of$50.00 per delivered load of concrete. This is
for ALL existing work as any future work.
As a reminder, it is imperative that you keep your account current to prevent service disruptions with the high
demand for concrete. If you do not keep your account current or on the agreed terms,the account will be placed on
hold and a finance charge will be assessed each month.
As always,we are committed to making your experience better every time you choose us. Please let us know if you
have any questions or comments concerning your experiences with Charley's Concrete Co.
Sincerely, J
Brent Pennington
President,CCHC,LLC, General Partner
P.O. Sox 1106 • Keller • Texas • 76244 e 817-623-6300 • www.charleysconcrete.com
ELIABLE PROPOSALI, 1903 N.Peyco•Arlington,Texas 76001
Phone 817 467-0779 - FAX 817 467-9148
INC' c � c �
P B il-TONr � Proposal Number: 82212
j3usass Proposal Date: Mar 14, 2022
Page: 1
City of Fort Worth City of Fort Worth
200 Texas St. Kroger Drive Ph fE
Fort Worth , Tx 76102 from Ray White to Park Vista
Fort Worth, TX
Description Amount
Change Order Request#3 for Construction of Kroger Drive Phase I I -City Contract#55427
Total Change Order Request for Revisions to Water Plans 65,177.50
Subtotal 65,177.50
Sales Tax
TOTAL PROPOSAL AMOUNT 65,177.50
I.GENERAL TERMS
Unless Rellable and the customer have dpmssy agreed that a funp sum f bcad price Is to in paid Ilse customer urd"tards that the above quolad sum And quartilias am eslimated oniy.II Reliable and the,cusiomef have rid nomad to such all
customer ageas to pay Relable based upon stated paces and actual w.orkperomtad.
Payment le rite Immediately upon remip:of Reliable's hvote.If Ratable hasagreed to the payment of progress draws,thenthese payments shell be male weekly based on the pelceriage of work Completed by Releblethe previnis week-
If the work performed try Reliable aentinu%for morn than me month,then the customer agrees to make payments m orbefore the 10%city of the month.based Art the work performed In the prior month.Such payments shall W based onthe e:
All payments to Reliable Paying.Ineshdl be made 1U 1W3 W Police Drive Adnglon,TX 78001.
If the customer falls In remit payment bythe due dale,interest 9 the maxinum rate albwed by law wfl accrue an tie unpaid balance will the outstanding balance and Interest ape received by Relable.
If Reliable is mg tired to engage an attorney to collect amountsdue hereunder,the customer shall be responsible for rcesmabheattomoy5 fees act tho cost of mllecl'on.
The kcal of Cty Permits Of eppirablo am not Included in the total cost and will be paid by the cusiamer.
ILRESPONSIBILITES
Rehlebho Pav no,Inc is dedicated to serving you.the automat.Accordingly,at wore is to be completed In a workmanlike manneraacording to standard practices,Howaer,there are certain situations for which Reliable will not be responsible
Releblewillnot be msponsble for any delays In the completion of vrark due miabor strikes,inclement weather,acts of God,or any other events beyond the mntml of Ratable.Reliable is not responslbletor Meconsegrencev of sell expansion o
i nforrnirg Reilable of any conditions which might affect the work and Reliable shal not he liable for the consequences of undisclosed am9orunknowm mndlttons.
The cistomer Is responsible for the provision and mantanando of any necessary Insurance.
The cm omer shal be responsible for locelfng.dearly iabntlfying,and marking all bored unity Ines and stfrcluras prior to Relnblabeginring work If the customer does clearly mark and Identify at ullity Ines and structures,and Ratable demag
assume the responsibility for any repair cods associated with Bxdng lhedamages.Through theaaaeplamoe efth's pmpcuat the arstaner agees to hdemnty andib hold Reliable harmless for all clams.Including mosonable adameys fees Incurs
den ages toany utility line or shodum not dearly marked by the customer.Please note that the Sialeol Texas provides free the locallonservcea This{s available by calling 1.877.7784111 orvisUng wwe.texas87 t.org<hllp97wwm.texms8tl.oi
made tit teast 72 hours prior to any excavation.
Waiver of Consumer Rights By execuling this cortrad.the customer agrees to wale hisbr her rt)hts underthe Deceptive Trade Pmcices Consumer Protection Act,Sectlm4.at seq..of the Texas Busnags IL Commerce code
III.COMPLETE AGREEMENT
Upon aceeptance of this contract.Reliable and the cuslomer agree and understand that this contract rapmsentslhe lull and complete agreement between the parties,Inducing all terms ant corditions set forth hemp,and Ihoi no oral agreement
suppltmem this contract n anyway.
ACCEPTED, and ,made a part pf this agreement, on this date,the day of 20 rr}} n
Reliable Paving, Inc. n �
Note: This proposal may be withdrawn by us if no accep d
within 15 days.
CO#31tem breakout Kroger Drive PH II
Item# Description
155 PVC Water Line Gouting
Grout 6 CY $ 127.00 $ 762.00
Pump Minimum 1 EA $ 750.00 $ 750.00
1 Ton Pickup 5 Hrs $ 18.50 $ 92.50
Labor X 2 10 Hrs $ 20.50 $ 205.00
Skilled Labor 5 Hrs $ 35.00 $ 175.00
$ 1,984.50
Add 10%for Overhead&10%for ProfitProfit $ 2,401.25 $ 400.21
160 Ductile Iron Water Fittings.
1 Ton Pickup 8 Hrs $ 18.50 $ 148.00
Labor X 2 16 Hrs $ 20.50 $ 328.00
Skilled Labor 8 Hrs $ 35.00 $ 280.00
Fittings 0.4 Ton $ 4,560.00 $ 1,824.00
$ 2,580.00
Add 10%for Overhead &10%for ProfitProfit $ 3,121.80 $ 7,804.50
161 8" PVC with CLSM Backfill
1 Ton Pickup 30 Hrs $ 18.50 $ 555.00
Backhoe 30 Hrs $ 220.00 $ 6,600.00
Tandom Truck 12 Hrs $ 85.00 $ 1,020.00
Flowable Fill 80 CY $ 127.00 $ 10,160.00
Labor X 2 60 Hrs $ 20.50 $ 1,230.00
Skilled Labor 30 Hrs $ 35.00 $ 1,050.00
8" DR14 PVC Pipe 105 LF $ 27.00 $ 2,835.00
$ 23,450.00
Add 10%for Overhead & 10%for ProfitProfit $ 28,374.50 $ 270.23
TRI-COUNTY ELECTRIC COOPERATIVE INVOICE
Taking Care of Our Member-Owners
ELECTRIC Field Services: 817-752-8172
A Touchstone Energy°Cooperative
TO: CODY TURNER INVOICE#: PT22686
DATE: 02/22/2022
EXPIRES: 05/23/2022
BY: Roxann
FOR:
JOB COSTS
Construction Costs: $ 13,350.80
Miscellaneous Sales: $ 0.00
Total Costs: $ 13,350.80
JOB CREDITS
Miscellaneous Credits(If Applicable): $ 0.00
Member Credit (If Applicable): $ -3,431.40
Total Credits: $ -3,431.40
Total Cost: $ 13,350.80
Total Credit: $ -3,431.40
Tax: $ 0.00
Expires On: May 23, 2022 Grand Total: $ 9,919.40
TYPE PRI Svc SEC CONS POLES TRANSF LIGHTS METERS
INSTALL OH 0 0 0 0 1 5 0 0
INSTALL UG 0 0 156 5
RETIRE OH 0 427 0 0 0 0 0 0
RETIRE UG 0 0 0 0
ALEDO AZLE GRANBURY KELLER SEYMOUR
200 Bailey Ranch Rd 600 N W Parkway 1623 Weatherford Hwy 4900 Keller Hicks Rd 419 North Main Street
Aledo,TX 76008 Azle,TX 76020 Granbury,TX 76048 Keller,TX 76244 Seymour,TX 76380
THIS COST ESTIMATE IS GOOD FOR 90 DAYS. EXPIRATION: 05/23/2022 3
INVOICE
Electric Cooperative, Inc.
aCTRI "Taking Care of our Member-Owners!'
200 Bailey Ranch Rd
A T,uhw, ��,E,..s�.w,�rn,n.e, r Aledo, TX 76008
817-444-3201 DATE: 10/13/21
TO: Cody Turner
Bean Electric
cturner@beanelectrical.com
PREPARED BY JOB# INVOICE# EXPIRATION
Jennifer Stegall PT22686 1021-060 01/13/22
QTY JOB DESCRIPTION UNIT PRICE LINE TOTAL
Install 168 feet of single-phase overhead service wire,
134 feet of single-phase underground trench, conduit,
1 and cable, 5 10KVA transformers and all associated $10,714.47 $10,714.47
units to serve 5 traffic lights. Includes retirement of
427 feet of single-phase overhead secondary line.
1 Transformer Credit -$3,446.04 -$3,446.04
SUBTOTAL $10,714.47
MEMBER CREDIT -$3,446.04
TAX
TOTAL $7,268.43
McInnes, Brendan
From: Steven Lancaster <Steven@reliablepaving.com>
Sent: Wednesday, March 23, 2022 11:41 AM
To: McInnes, Brendan; Cody Turner;Allen, Chad A;Jonathan Ireton
Cc: Michael Terry; Beltran, Feliberto; Lopez, Raul
Subject: RE: Kroger Drive Phase 2
Follow Up Flag: Follow up
Flag Status: Completed
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
30 days
From: McInnes, Brendan [mailto:Brendan.McInnes@fortworthtexas.gov]
Sent:Wednesday, March 23, 2022 11:38 AM
To: Steven Lancaster<Steven@reliablepaving.com>; Cody Turner<cturner@beanelectrical.com>;Allen, Chad A
<Chad.Allen@fortworthtexas.gov>;Jonathan Ireton <jireton@pkce.com>
Cc: Michael Terry<mterry@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; Lopez,
Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
How many total todays are being requested for this work?
Brendan McInnes, P.E.
Project Manager
From: Steven Lancaster<Steven@reliablepaving.com>
Sent:Wednesday, March 23, 2022 11:33 AM
To: McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>; Cody Turner<cturner@beanelectrical.com>;Allen,
Chad A<Chad.Allen@fortworthtexas.gov>;Jonathan Ireton <jireton@pkce.com>
Cc: Michael Terry<mterrv@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; Lopez,
Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Brendan
Sure lets go with that and what about the Days for the Water Work
Steven Lancaster
For Reliable Paving, inc.
From: McInnes, Brendan [mai Ito:Brendan.McInnes@fortworthtexas.gov]
Sent:Wednesday, March 23, 2022 11:27 AM
To: Steven Lancaster<Steven@reliablepaving.com>; Cody Turner<cturner@beanelectrical.com>;Allen, Chad A
<Chad.Allen@fortworthtexas.gov>;Jonathan Ireton <jireton@pkce.com>
1
Cc: Michael Terry<mterry@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; Lopez,
Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
Steven,
I cannot agree to adding 20%for a pass through cost for this work. I would propose that this be reduced to 5%for
administrative costs.This would create the LS item for$10,415.37.
Thanks,
Brendan McInnes, P.E.
Project Manager
From: Steven Lancaster<Steven@reliablepaving.com>
Sent:Wednesday, March 23, 2022 10:48 AM
To: McInnes, Brendan <Brendan.McInnes@fortworthtexas.gov>; Cody Turner<cturner@beanelectrical.com>;Allen,
Chad A<Chad.Allen@fortworthtexas.gov>;Jonathan Ireton <iireton@pkce.com>
Cc: Michael Terry<mterry@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; Lopez,
Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Brendan
I am okay with you adding the$9919.40 to the Change Order#3 but expected you to add 10%for Bean Electricals
processing and 10%for our overhead to this cost for a total of$12,002.47
Also I feel that more days should be added for the Design, plan approval and installation Change Order for the Additional
water installation. At least another 2 weeks
Steven Lancaster
For Reliable Paving, Inc.
From: McInnes, Brendan [mai Ito:Brendan.McInnes@fortworthtexas.gov]
Sent:Wednesday, March 23, 2022 10:33 AM
To: Cody Turner<cturner@beanelectrical.com>; Steven Lancaster<Steven@reliablepaving.com>; Allen, Chad A
<Chad.Allen@fortworthtexas.gov>;Jonathan Ireton <iireton@pkce.com>
Cc: Michael Terry<mterry@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; Lopez,
Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
1 wanted to follow back up with this.
Thanks,
Brendan McInnes, P.E.
Project Manager
From: McInnes, Brendan
Sent: Friday, March 18, 2022 2:54 PM
2
To: Cody Turner<cturner@beanelectrical.com>; Steven Lancaster<Steven@reIiablepaving.com>; Allen, Chad A
<Chad.Allen@fortworthtexas.gov>;Jonathan Ireton <jireton@pkce.com>
Cc: Michael Terry<mterrv@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; Lopez,
Raul <Raul.LopezRoura@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
Steven,
Do you have an issue adding this cost to Change Order 03 work and having it paid through that? If not can you please
revie that request to add the $9,919.40 cost and we will route it from there.
Thanks,
Brendan McInnes, P.E.
Project Manager
Cell: (979) 220-0385
From: Cody Turner<cturner@beanelectrical.com>
Sent:Wednesday, February 23, 2022 3:44 PM
To: Steven Lancaster<Steven@reliablepaving.com>;Allen, Chad A<Chad.Allen@fortworthtexas.gov>; McInnes,
Brendan <Brendan.McInnes@fortworthtexas.gov>;Jonathan Ireton <lireton@pkce.com>
Cc: Michael Terry<mterrv@reliablepaving.com>; Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>
Subject: RE: Kroger Drive Phase 2
Importance: High
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
All,
Please see attached. I had Tri-County send anew proposal for the work to
complete the service installation for the Kroger Drive Phase z Project, the original
one sent is expired. Just want to let everyone know that the street lights and
remaining traffic signal intersections will not be able to be activated without
power, we really need to get this figured out ASAP. As with everything if this isn't
addressed quickly the price will surely increase. Hope this gives you all the
information you need to get this resolved so we can move forward.
Let me know if additional information is needed.
Thanks
Cody Turner
Traffic Signal Project Manager
821 E. Enon
3
McInnes, Brendan
From: Steven Lancaster <Steven@reliablepaving.com>
Sent: Wednesday, February 23, 2022 12:05 PM
To: Allen, Chad A; McInnes, Brendan;Jonathan Ireton
Cc: Michael Terry; Cody Turner
Subject: FW: Kroger Drive Phase 2
Attachments: Kroger Drive - Electrical Services
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
See below
The original question was how would the City like to pay Tri-County as no pay item was in the contract
Steven Lancaster
For Reliable Paving, Inc.
From: Cody Turner [mailto:cturner@beanelectrical.com]
Sent:Wednesday, February 16, 2022 8:59 AM
To: Michael Terry<mterry@reliablepaving.com>; Steven Lancaster<Steven@reliablepaving.com>
Cc: Michael Beattie<mbeattie@reliablepaving.com>;James Riddle <jriddle@bei-tx.com>;John Melo <jmelo@bei-
tx.co m>
Subject: RE: Kroger Drive Phase 2
Michael,
Also circling back through to see if you ever received an answer on how Tri-
County would be compensated for the cost of installing transformers and UG for
the electrical services that will feed the new traffic signals and street lights?
probably should reach back out to Tri-County and make sure that the cost hasn't
changed since the proposal was given so long ago. Once I get with them I will let
you know if the cost has changed but thought I would ask so you can figure this
piece out. This will become an issue very soon if we do not release them to do
the work.
See attached I sent this to you all back in October and I cant locate a response as
to a direction to go.
Let me know — Thanks
Cody Turner
Traffic Signal Project Manager
i
821 E. Enon
Everman, Tx. 76140
817-995-6780 Cell/Primary
817-561-7400 Ext. 111
817-561-7403 fax
4100 VA
ELE TRI L
TECL17979
Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157,Austin,Texas 78711, 1 800 803 9202,
512 463 6599, website www.license.state.tx.us/complaints.
Er Q
From: Cody Turner
Sent:Wednesday, February 16, 2022 8:50 AM
To: Michael Terry<mterry@reliablepaving.com>; Steven Lancaster<Steven@reliablepaving.com>
Cc: Michael Beattie<mbeattie@reliablepaving.com>;James Riddle<Iriddle@bei-tx.com>
Subject: RE: Kroger Drive Phase 2
Michael,
Please see attached. Perth e plans dated 7/22 street lighting foundation T3-1 is
supposed to be a future location of a pole, however we had this foundation
installed prior to the plan revisions dated 7/22. It is also mentioned in previous RFI
that T3-2 and the conduit in between the z poles needs to be relocated. All the
underground and the z foundations were installed based off survey given by
Reliable and prior to the plan changes. So what do we need to do here? Did this
ever get worked out with the City as to which direction we need to move? We
2
should be compensated for this work since we installed per plans that were
approved at the time.
Please let me know at your earliest.
Thanks
Cody Turner
Traffic Signal Project Manager
821 E. Enon
Everman, Tx. 76140
817-995-6780 Cell/Primary
817-561-7400 Ext. 111
817-561-7403 fax
ELECTRICAL
TECL17979
Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157,Austin,Texas 78711, 1 800 803 9202,
512 463 6599, website www.license.state.tx.us/complaints.
From: Michael Terry<mterrv@reliablepaving.com>
Sent:Wednesday, February 16, 2022 7:26 AM
To: Cody Turner<cturner@beanelectrical.com>; Steven Lancaster<Steven@reliablepaving.com>
Cc: Michael Beattie<mbeattie@reliablepaving.com>;James Riddle<jriddle@bei-tx.com>
Subject: RE: Kroger Drive Phase 2
Cody,
3
Im meeting with James on site today and we are going to look things over so I can meet with our general super and
make sure there is no conflict with his plan to build the work. I believe we are looking for your base line schedule before
all the issues started. And then an impacted base line schedule to reflect delays due to engineering issues.
From: Cody Turner<cturner@beanelectrical.com>
Sent:Tuesday, February 15, 2022 4:47 PM
To: Steven Lancaster<Steven@reliablepaving.com>
Cc: Michael Terry<mterrv@reliablepaving.com>; Michael Beattie <mbeattie@reliablepaving.com>;James Riddle
<iriddle@bei-tx.com>
Subject: Kroger Drive Phase 2
Importance: High
Steven,
Trying to get something put together for a schedule for finishing up the work at
Kroger Drive, however having a hard time seeing where we can get started with
our work. James Riddle (Bean) is trying to get survey for the traffic signal
foundations @a Industrial intersections & Park Vista Circle but it seems there is still
a few issues as to where the road is going? Michael Terry mentioned there may
be a problem with what is surveyed now, can you shed a little light on this? We
are trying to start just don't know what direction to go.
Let me know — Thanks.
Cody Turner
Traffic Signal Project Manager
821 E. Enon
Everman, Tx. 76140
817-995-6780 Cell/Primary
817-561-7400 Ext. 111
817-561-7403 fax
ELE TRI L
TECL17979
Regulated by The Texas Department of Licensing and Regulations, P.O. Box 12157,Austin,Texas 78711, 1 800 803 9202,
512 463 6599, website www.license.state.tx.us/complaints.
4
Ell'
-v
ti+R
o r
5