HomeMy WebLinkAboutContract 58122-FP1FORT WORTH®
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
-FPl
LANDSCAPE ESTABLISHMENT PERIOD COST EXCLUDED
City Secretary No: 58122
D R . d 09/24/2025 ate ece1ve : _____ _
City Project N!!: 1 01588
Regarding contract 58122 , University Drive Improvements for as required by the
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved byCityCouncil on 8/23/2022 through
M&C 22-0637 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 Amount:
Amount of Approved Change Orders:
Revised Contract Amount:
$ 3,4 06,056.86 Days 365
$ 31 9,013.42 .N't !__ Days Added by CO 296
$ 3,7 25,0 70.28 TotalDays 661
Total Cost Work Completed (excludes Landscape Establishment Cost): $ 3,6?6,735.59 Days Charge d661
Less Deductions:
Liquidated Damages:
Pavement Deficiencies: Total
Deduction Amount:
Total Cost Work Completed:
Less Previous Payments:
Payment Due (100% of Retainage)
?atncia L Wad.sack
Patricia L. Wadsack (Sep 11, 2025 12:59:49 CDT)
Recommended for Acceptance
Asst. Director, TPW -Capital Delivery
Accepted
__ Days@$ ____ / Day
----
$ 3,676,735.59
$ 3,492,898.82
$ 183 ,836.77
Sep 11, 2025
Date
Sep 11, 2025
Date
Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
Sep 12, 2025
Asst. City Manager Date
Comments: Landscape 1-year Establishment Total Cost of $24,687.89 to be paid in four quarterly installments
using the warranty start date as the establishment period start date and upon presenting documentation as required
by specification. Construction contract to be closed once landscape establishment period ends.
v
�
F�
iT
C
0
R
�
a
�
� �
00 � N
� � O
O 0 O
O � N
7 "'i r
6�9 � 6�9
69 6H 69
: O
: F
: Ca
: W
._: �i
rWi � .-Nr O
P�. v � Q
z
H 'O a ¢
� � .� w
�(j = L
F
F R a W
0 V ` �
v � C
z C v O
�, s v ¢
V L F
o z v °
�--i N tn 7
�
b
b
6�9
69
� � �
r � �
� 7 �
bM4 6�9 �
69 6R3 69 6H 69 6H
'e i
v O
v 'L
a �
.�
U d : �
�c. '� � s.
0 0 � � o
5 z '�
� = a
o, � a E
v? ;� , o
'^ + � ``'
� � u b z
C
� C a C �
� F
� �
� F � �
v C, F
b�
C � � a
'y F � ¢
k' iC � w � v�
F � � ia
O
�
� R L V W � Q
Q'r-i W 'r-i
� z a z
F o � o
� � I� �
Vi �G 1� OG
�
M
7
6H
6H
�I NI �DI �D
'O O R bo 'C
L Q L C
� � = R
� 'O F U L�i
R ,s a,
�
Ca � Q R
a, A
A
.Gr
F
F
�.%
�
z
�
�
0
ed � u ti ai �
T �
�
a
v N
�
(� m
� �
C �
a, �
� �
C
U Q
� �
�
r N ' O ��+ � ' � �C
P � G � G
a o O��O R W �, c�i
y �
� � � o.c o � P Q
a� .o G� o a� A o
o' v ca X� �� �'«�
c� 4�3 o R o° �
n' U O
� t� �,� � N� y N
s�;�aa����
ti..�[ o���
a � � ° � � x .� L
����s��:,�
� � U
.V � O ❑',� p, �
O� U O Q� 0. N L
v .
�y �. � .5 -o �3 x o
� � � � �
ci� 4 a�i a�i [
� ,^�' 7 . � � V a ln
°' �' v.�.°� 0.. � � C
� � o m . a � a�
U�'O p� W � T C
� � X ' 1` ❑ U � A
� p O yi o.� ��... CL
.�.. �'� .� u -p.❑
F � `� R '+0
O i�@,� p0., � �y O
� v— �' ° ¢ i v �v
o. a� y F o
p v, R�.., C � 4
� N o r �� ..� ��
'y v� .. -p "" . �' �n
a�.+ N N O p� V'y�'`'Y�
L" r � � � � � N � �
O �� � O� U�.D b
R N O '�^ U � � � .�.
L.`—� i 3�..°L. °� ,� . S'.-.-� a� o ai
� a� � 'a � 'd ia F� c> >
Cj " w° .> .� o �' 0 3� �
o w a� y'"' ^ O o w
L cVd � �,�, '6 U N � � � "O
f. r N
y N p �.� V ^.
R p U� F' q N'6 c6 �❑
Y �") � � 'J ¢ � t� 0. � -.�.
O N
N O O N
C; F O t1, �C 4 O W c�d R�O
�
b
X
O
O
69
v
�
�
Q
I
N N
a� �
d
N �
L O
C }
� N
C
3 O
U �
O U
� �
N �
� �
E C
O
J z V _' ' � '� __ N '� N N N '� N N N �� N
� a
u O W � `. ,
�C o «< «««<<< « �� � �� �� � � �_��� � ���� �����
L � '
L+ �
i
V � — „ ����� � N � �� N N � �� � �� � N N N NN ����� � � �
�
U =
z -
_ _ �i
¢ ¢
, o00 000000�0000 � o0 omo>oo >o�o �000 �o��000��oM ��o�o ��>0000
N
❑ _ N ����� � N �� N N � �� � �� � N N N NN ����� � � �
g
��� � ��� �� � � �
r'� ��� �
--
u �m��mo�����om��m�ommo m����ee�����me�momo�mmmm�eo�������������m����
=z' .� ���.�.�m .��mo�_�_�.�.�.��_mo m Q �»��»�»�» Q�»�»�,�.�»��»�»�»�»mmm�.��» �»mem �»�.�»�»�.
,_ - �m� � .».�.»�o� ��o � � � �� � ����� ���
h� _ �� � �� � � � � ���� � �
� � M ��� �M � �� ��M �� � � � � ��� < < ��
L b
O '
� N
L
O �
�..� N
L
.`
d �
CC S�
� �
W ]
h
Vi -
L
O
L =
F4 u ¢
- LL¢LLLLa»LLLL>¢LLLLa�,»LLLLLLLL¢¢¢¢>LLLLLLLLLLLLLLaaaaaaLL�,»�,
_� �ww��w���w�w�w�m����� ��nw�n�w�n�n��n�nw��w��n�n�n�n�n�nwwwwm�������wwwwww�n�u�n�
�aa aLLLLLLa a�,a�����,�,�, �,
�z ______________ _ -_ ________ = =
aa M=MMMMMMM__MMMM��==T ---____--___<<<MMMMMMM..MMMMMMMMMMMMMMMMMMMMM.
a
II � � II II
_ _ - 3 3 � � 3
_ - _ _ _ � � .(n -
� 3 - - _ Q o c � � v � ry ry 3 � > � > � � � ¢ f[
_ - - � ..(� ` Om m ��aU = U¢U u`�
_ o u� E a E ¢.� � I I I I I ���� -
U¢ m m F m E E m�'(� �' a Y� o m U a '�° o E Y Y Y.3 �_�_�_�_� r� _____.Y o T Q �
� F "' � � > ¢ j 'o a (� o - - - - m N N E °' � °' 3 3 > m m m m " � `m `m � � � � L - v v v � �`o E a
_ s d d � °' V � -° _ � � 3 � -`o ci m .� s a a � � ; � - -0 3�� � < < � � � ¢ O m � � � oi_
o��c w w w 2' ¢ c V � ¢ > � � � c `m � 6 � � � _ � E n > > > > > ' o _
�"m>F>.J4 n�¢a - _tn¢Uf9�U¢U - - _ _ _
_ 3 � e e `m 3 a 3°' -> - � F N>>>>>>>>> m O O �, a a -
z��� o o- �- tn � tn 3 0_ aEi U �°�' 3 z� aEi aEi aEi aEi aEi aEi aEi aEi aEi tn - ��¢ U � ____ _ ¢
� wv¢ E Ew' a�rn- �n¢arU¢rn � �a - - - - - - - vUio - - - - - - aU�° -
z
's,=
� �
�y
E C
O
R ' - ��
= � V �
•d '
0+ 0.ai
c � +
� VI Q
� L � �
y W � �_
U o
L � _
L+ �
C - _
U � _
�
U =
z -
_ _ �i
¢ ¢
v
� _ �� ��� ���� �� ��� �� � � � � � � h � � � � � � �.�
� �- " � ���� �m �� �� r��� 5�
a � g
�
sv
m _ ww w ww www w www ww www ww w � w w w �' w w w w w t» w w �a w w w tn w w w � E
E 9
C E w w w w�a w w � c
ino�nN�nvnvn
n � o
-. � '� ro�ro�o�w w�non _
� � v n n v w w
v Z ._ �n w�n v� v m �o << <o �n w _
�- «» t» �t» �t» w W � t» t» -t» -t» -t» - t» t» «» -
� a o m < < N m m'� m'� ` '� u� m a� �i " u� r
h .�'� � w w w w w . ` �y �y . . . m �° �� �
u y � w w � w w w w w � w�a w w � v
^ }°
� < < r < < ry ry < < m � m m � � r ` r �n � ` c �n � m -
= Q W W W W W � � � W W W W W W W W W W W W W W W w�� vLLi �n �n � W W W W � � � � � � � W W W W W W W W � � � � � � W w w w W W
� �
L b
O '
� N
L
O �
V N
�
Q
� �
CC S�
� �
W ]
�
� =
ero _ a
L =
F4 u ¢
� � _ _ _ _ _ _ _ _ _ _ _ _ _
�� L , �, �, ., .,.,., �, �, � �, �, �, �, �, � �, �, �, �, ...,., �, �, m__.,., �, �, �- n r� �� ,., n�- M, n,., r, n M. M n,., �, n M M n,., n�- M n,., r,
¢
�IIII �III� I I � � � I I I I
�
� = a
- _ - z - �� � �, �vT -
y E � - m 2 Q Q E� a a �� a .� O o O O� a a a U U U -----
� � _ � 3 Q N _ _ _ _ _ _ _ � tn [J � r. O O O O � - _ - ` - - - - E
� - _ � - 2 E .i. E � � m -O � � _ _ _ U o U a U U U U = = Q
E� _ `>' -0 7i � Q�i Q � - lUn (Uil tUil � � o Q LL Q M m������ a H�
� - - m � � - - - - LL - F - - - � E � - - - LL d d d g W g W m 2 - - - - � U' U' U' U' U' U' - - - - - -
a 10 �-O � � s m>>> fi fi N E N E N���j � R E E �___ _ � O O Z m Z �_ ����� Q Q Q G Q Q������
�°;���3�L �__LLEEEEE��'��'�-�� °� `� o 0 o m m � � p � _ _ _ _ _ Q Q o _ _ _ _ _ _
���� -- wo'wc�LL ���- _ _-- o 0 0 0� LL _ o 0 o g o
= M M M M M M M M M M M M M M M M M M M M M M M M M M M m m m m M M M M� N N M M M M n m M M M M M M M M M n m M M M M m m �
E C
O
.J
.�
_ �
h
� L
u O
�+
�
�
C
O
V
N
C' �
v Z
�
d
�
.�
W
h
�
�
b-0
L
�4
��
I I
m
_ a
' 3
_ �
_ E — _
E E � _ _ cn10i k .L
a a 1O a � — _
E E E � -
� � ¢ ¢ ¢ � ¢
c � � � � _ _ _ _ _ _ _ _
w�
'S,_
j o
�
5 v
:. E
E 9
�9
�
' }°
C
O
R
.�
d
h
�
�
i
0
C.)
� V -
a
a
� �
W � `_
M
N _
�, _--
� _
U =
z -
_ _ �i
¢ ¢
o =
g
�=
f
�
7 �
�z
2�
¢
I I
L b
O '
� N
L
N
V N
L b
Q I I
L"
.�
i
•� -
.7
= z
_ ¢
C' �
v Z
�
d
.R
�
.�
W
�
L
b-0
L
�4
w�
'.s,=
� �
�
sv
:. E
E 9
�9
�
' }°
C-620 Change OrderProgress EstimateConstruction Allowance UsageContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)Value This PeriodMaterials Presently Stored (not in C)Total Completed and Stored to Date (D + E)% (F) BADDITIONS101588University Drive Corridor City Secretary Contract Num:58122CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025Addition ValueEstimated Quantity InstalledValuePreviously Installed ValueItemSpecification Section No.Unit of MeasureA B C D E FItem Number DescriptionQuantity to Add Unit PriceTotalsThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateContractor's ApplicationCONSTRUCTION ALLOWANCE ITEMS TO BE REDUCEDFor (contract):Application Number:Application Period:Application Date:Not Used101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025A B C D E FItemQuantity to Delete Unit Price Reduction Value Not Used Not Used Not UsedBid Item Number DescriptionSpecification Section No.Unit of MeasureNot Used Not Used Not Used Not UsedConstruction Allowance UsageTotalsThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)3441.1840TPWEA2.00000000 $8,701.51 $17,403.02 $17,403.029999.0001TPWSF365.00000000$13.55$4,945.75365.00000000$4,945.75$4,945.75$4,945.75100.0%3441.1741TPWEA2.00000000 $32,039.90 $64,079.80 2.00000000 $64,079.80 $64,079.80 $64,079.80 100.0%3441.1001 TPWEA30.00000000 $1,383.20 $41,496.00 30.00000000 $41,496.00 $41,496.00 $41,496.00 100.0%3441.1011TPWEA10.00000000 $1,028.90 $10,289.00 10.00000000 $10,289.00 $10,289.00 $10,289.00 100.0%3441.1019TPWEA30.00000000 $231.05 $6,931.50 30.00000000 $6,931.50 $6,931.50 $6,931.50 100.0%3441.1601TPWEA5.00000000 $875.05 $4,375.25 4.00000000 $3,500.20 $3,500.20 $3,500.20 80.0% $875.053441.1611 TPWEA2.00000000 $15,225.00 $30,450.00 1.00000000 $15,225.00 $15,225.00 $15,225.00 50.0% $15,225.003441.1613TPWEA1.00000000 $15,363.00 $15,363.00 2.00000000 $30,726.00 $30,726.00 $30,726.00 200.0% -$15,363.003441.1615TPWEA4.00000000 $21,549.00 $86,196.00 4.00000000 $86,196.00 $86,196.00 $86,196.00 100.0%3441.1616TPWEA1.00000000 $19,540.00 $19,540.00 1.00000000 $19,540.00 $19,540.00 $19,540.00 100.0%3441.1623TPWEA2.00000000 $6,546.35 $13,092.70 1.00000000 $6,546.35 $6,546.35 $6,546.35 50.0% $6,546.353441.1624TPWEA1.00000000 $7,921.75 $7,921.75 2.00000000 $15,843.50 $15,843.50 $15,843.50 200.0% -$7,921.753441.1625TPWEA5.00000000 $12,476.00 $62,380.00 5.00000000 $62,380.00 $62,380.00 $62,380.00 100.0%3441.1910TPWEA2.00000000 $881.85 $1,763.70 1.00000000 $881.85 $881.85 $881.85 50.0% $881.853441.1911TPWEA1.00000000 $1,090.00 $1,090.00 2.00000000 $2,180.00 $2,180.00 $2,180.00 200.0% -$1,090.003441.1031TPWEA12.00000000 $1,182.00 $14,184.00 10.00000000 $11,820.00 $11,820.00 $11,820.00 83.3% $2,364.009999.0005TPWLS1.00000000 $7,564.15 $7,564.15 1.00000000 $7,564.15 $7,564.15 $7,564.15 100.0%3110.0001TPWLS1.00000000 $3,709.57 $3,709.57 1.00000000 $3,709.57 $3,709.57 $3,709.57 100.0%9999.0006TPWLS1.00000000 $3,261.63 $3,261.63 1.00000000 $3,261.63 $3,261.63 $3,261.63 100.0%3441.4005 TPWEA19.00000000 $1,025.85 $19,491.15 19.00000000 $19,491.15 $19,491.15 $19,491.15 100.0%3441.1220 TPWEA4.00000000 $1,367.10 $5,468.40 4.00000000 $5,468.40 $5,468.40 $5,468.40 100.0%3441.0001TPWEA2.00000000 $4,698.75 $9,397.50 2.00000000 $9,397.50 $9,397.50 $9,397.50 100.0%3441.1224TPWLF670.00000000 $4.41 $2,954.70 670.00000000 $2,954.70 $2,954.70 $2,954.70 100.0%3441.1250 TPWEA2.00000000 $6,055.35 $12,110.70 2.00000000 $12,110.70 $12,110.70 $12,110.70 100.0%3441.1260TPWLF135.00000000 $3.52 $475.20 135.00000000 $475.20 $475.20 $475.20 100.0%3441.1409TPWLF190.00000000 $4.68 $889.20 190.00000000 $889.20 $889.20 $889.20 100.0%2605.3021TPWLF20.00000000 $48.55 $971.00 20.00000000 $971.00 $971.00 $971.00 100.0%2605.3011TPWLF20.00000000 $40.45 $809.00 20.00000000 $809.00 $809.00 $809.00 100.0%3441.1315 TPWLF80.00000000 $8.85 $708.00 80.00000000 $708.00 $708.00 $708.00 100.0%3441.1314TPWLF20.00000000 $5.10 $102.00 20.00000000 $102.00 $102.00 $102.00 100.0%3441.1322TPWLF100.00000000 $2.70 $270.00 100.00000000 $270.00 $270.00 $270.00 100.0%3441.1414TPWLF20.00000000 $3.10 $62.00 20.00000000 $62.00 $62.00 $62.00 100.0%3441.1224TPWLF40.00000000 $4.41 $176.40 40.00000000 $176.40 $176.40 $176.40 100.0%3441.1234TPWLF80.00000000 $3.65 $292.00 80.00000000 $292.00 $292.00 $292.00 100.0%3441.1260TPWLF20.00000000 $3.52 $70.40 20.00000000 $70.40 $70.40 $70.40 100.0%$470,284.47 $451,363.95 $451,363.95 $451,363.9596.0%$18,920.52TotalsCat5E CableElectric Conductor (No.8) BarePreemption CableRadar CableTraffic Signal Cable (TYA) (14AWG) (20C)Traffic Signal Cable (TYA) (14AWG) (10C)Traffic Signal Cable (TYA) (14AWG) (3C)Overhead Electric Conductor (No.8) InsulatedConduit (PVC) Sch. 80 (3") (T)Conduit (PVC) Sch. 80 (2") (T)Furnish & Install - Preemption CableFurnish & Install - PTZ CameraFurnish & Install - CATE5 Cable(( PTZ)Furnish & Install - Mast Arm Mounted SignsFurnish & Install - 711 Opticom DetectorFurnish & Install - 764 Phase SelectorRemove & Replace 8' Water Vault TopRemove Large TreeAdditional Utility Location ServicesPaint Sig Mast Arm 16'-36'Paint Sig Mast Arm 40'-48'Furnish/Install Audible Pedestrian Pushbutton StatFurnish/Install Mast Arm 40'-48'Furnish/Install Mast Arm 52'-60'Furnish/Install Type 43 Signal PoleFurnish/Install Type 45 Signal PoleFurnish/Install Type 46 Signal PoleFurnish/Install Type 41 Signal PoleFurnish/Install 352i Controller Cabinet AssemblyFurnish/Install 3-Sect Signaql Head AssemblyFurnish/Install Ped Signal Head AssemblyFurnish/Install Mast Arm 16'-36'Specification Section No.Unit of MeasureFurnish/Install Backplate w/ Refl BrdrFurnish/Install 5' Pedestrian Push Button PoleRRFB Assembly Single SidedAddition Change Order ValueEstimated Quantity InstalledValuePreviously Installed ValueMaterials Presently Stored (not in C)Total Completed and Stored to Date (D + E)% (F) BChange Order Item No.DescriptionValue This PeriodGreen Pavement MarkingItemCO Quantity to Add Unit Price1ADDITIONS101588CS58122-030-FINAL+PAYNC-21 University Drive Corridor 58122City Secretary Contract Num:6/25/2025 - 6/30/20257/25/2025A B C D E FThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Not Used3441.1840 TPWEA 2.00000000 $8,431.51 $16,863.029999.0001 TPWSF365.00000000 $12.65 $4,617.253441.1741 TPWEA 2.00000000 $27,982.00 $55,964.003441.1001 TPWEA 30.00000000 $1,359.20 $40,776.003441.1011 TPWEA 10.00000000 $933.90 $9,339.003441.1019 TPWEA 30.00000000 $208.05 $6,241.503441.1601 TPWEA 5.00000000 $809.05 $4,045.253441.1611 TPWEA 2.00000000 $14,369.00 $28,738.003441.1613 TPWEA 1.00000000 $14,475.00 $14,475.003441.1615 TPWEA 4.00000000 $20,212.00 $80,848.003441.1616 TPWEA 1.00000000 $18,312.00 $18,312.003441.1623 TPWEA 2.00000000 $6,286.35 $12,572.703441.1624 TPWEA 1.00000000 $7,572.75 $7,572.753441.1625 TPWEA 5.00000000 $11,202.00 $56,010.003441.1910 TPWEA 2.00000000 $866.85 $1,733.703441.1911 TPWEA 1.00000000 $1,075.00 $1,075.003441.1031 TPWEA 12.00000000 $1,151.00 $13,812.00$372,995.17TotalsPaint Sig Mast Arm 16'-36'Paint Sig Mast Arm 40'-48'Furnish/Install Audible Pedestrian Pushbutton StationFurnish/Install Mast Arm 16'-36'Furnish/Install Mast Arm 40'-48'Furnish/Install Mast Arm 52'-60'Furnish/Install Type 43 Signal PoleFurnish/Install Type 45 Signal PoleFurnish/Install Type 46 Signal PoleFurnish/Install Backplate w/ Refl BrdrFurnish/Install 5' Pedestrian Push Button PoleFurnish/Install Type 41 Signal PoleNot Used Not Used Not UsedDescriptionSpecification Section No.Unit of MeasureUnit PriceDeletion Change Order ValueRRFB Assembly Single SidedGreen Pavement MarkingFurnish/Install Ped Signal Head AssemblyNot Used Not Used Not Used Not UsedItemCO Quantity to DeleteChange Order Item No.Furnish/Install 352i Controller Cabinet AssemnblyFurnish/Install 3-Sect Signal Head Assembly6/25/2025 - 6/30/20257/25/2025A B C D E F1DELETIONS101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 This document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)2605.3018 LF100.00000000 $38.15 $3,815.00 100.00000000 $3,815.00 $3,815.00 $3,815.00 100.0%2605.3019 LF500.00000000 $45.10 $22,550.00 500.00000000 $22,550.00 $22,550.00 $22,550.00 100.0%3441.1409 LF2000.00000000 $3.12 $6,240.00 2000.00000000 $6,240.00 $6,240.00 $6,240.00 100.0%3441.1411 LF250.00000000 $3.12 $780.00 250.00000000 $780.00 $780.00 $780.00 100.0%3441.1408 LF500.00000000 $3.85 $1,925.00 500.00000000 $1,925.00 $1,925.00 $1,925.00 100.0%3441.1413 LF250.00000000 $3.85 $962.50 250.00000000 $962.50 $962.50 $962.50 100.0%9999.0007 EA15.00000000 $498.75 $7,481.25 15.00000000 $7,481.25 $7,481.25 $7,481.25 100.0%9999.0008 EA2.00000000 $7,183.05 $14,366.10 3.00000000 $21,549.15 $21,549.15 $21,549.15 150.0% -$7,183.059999.0009 EA2.00000000 $7,909.65 $15,819.30 1.00000000 $7,909.65 $7,909.65 $7,909.65 50.0% $7,909.659999.0010 SY819.00000000 $41.82 $34,250.58 814.00000000 $34,041.48 $34,041.48 $34,041.48 99.4% $209.109999.0011 EA50000.00000000 $1.00 $50,000.00 49842.98000000 $49,842.98 $49,842.98 $49,842.98 99.7% $157.029999.0012 EA1.00000000 $523.69 $523.69 1.00000000 $523.69 $523.69 $523.69 100.0%9999.0013 LF5.00000000 $493.50 $2,467.50 5.00000000 $2,467.50 $2,467.50 $2,467.50 100.0%3441.3323 EA1.00000000 $631.06 $631.06 1.00000000 $631.06 $631.06 $631.06 100.0%3441.3201 EA1.00000000 $866.84 $866.84 1.00000000 $866.84 $866.84 $866.84 100.0%2605.3018 LF25.00000000 $38.15 $953.75 25.00000000 $953.75 $953.75 $953.75 100.0%3441.1502 EA1.00000000 $1,813.44 $1,813.44 $1,813.443441.1409 LF165.00000000 $4.68 $772.20 165.00000000 $772.20 $772.20 $772.20 100.0%$166,218.21 $163,312.05 $163,312.05 $163,312.0598.3%$2,906.16ADDITIONS2Electric Conductor (No. 6) Insulated2" Conduit PVC Sch. 80 (Open Cut)Remove 9" Concrete Pavement (Median)Furnish & Install - IC-2 Spread Footer FoundationRemoval of Existing Abandoned Sewer Line at T-1Furnish/Install Wood Light Pole Arm (Black)Additional Irrigation RelocationFurnish/Install LED Lighting Fixture ATB2 (Black)Electric Conductor (No. 6) BareLocate Existing Underground UtilitiesExploratory Excavation for T-12" Condt PVC Sch 80 (Open Cut)2" Condt PVC Sch 80 (Bore)Electric Conductor (No. 8) InsulatedElectric Conductor (No. 8) BareFurnish & Install - IC-1 Spread Footer FoundationOverhead Electric Conductor (No. 8) InsulatedGround Box TY B w/ ApronTotalsPreviously Installed ValueValue This Period% (F) BE FCS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025101588University Drive Corridor 58122City Secretary Contract Num:Materials Presently Stored (not in C)Addition Change Order ValueEstimated Quantity InstalledTotal Completed and Stored to Date (D + E)A BChange Order Item No.DescriptionSpecification Section No.ItemUnit of MeasureCO Quantity to Add Unit PriceC DValueThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract):Application Number:Application Period:Application Date:Not Used3441.3302EA4.00000000$2,454.90$9,819.600241.1000SY819.00000000$41.35$33,865.65$43,685.252DELETIONSNot Used Not Used Not Used Not UsedE FItemCO Quantity to DeleteUnit PriceDeletion Change Order ValueA B C D101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025Unit of MeasureTotalsRemove Concrete Pavement (Median)Rdwy Illum Foundation TY3Not Used Not Used Not UsedChange Order Item No.DescriptionSpecification Section No.This document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)1 SY150.00000000 $5.67 $850.50 150.00000000 $850.50 $850.50 $850.50 100.0%2 SY87.00000000 $86.52 $7,527.24 87.00000000 $7,527.24 $7,527.24 $7,527.24 100.0%3 SY87.00000000 $235.08 $20,451.96 87.00000000 $20,451.96 $20,451.96 $20,451.96 100.0%$28,829.70 $28,829.70 $28,829.70 $28,829.70100.0%TotalsReplace Valley GutterRemove Valley GutterSpecification Section No.Unit of MeasureHigh Early Strength Concrete Premium @ University Village Park & ItemCO Quantity to Add Unit PriceAddition Change Order ValueEstimated Quantity InstalledValuePreviously Installed ValueChange Order Item No.DescriptionValue This PeriodMaterials Presently Stored (not in C)Total Completed and Stored to Date (D + E)% (F) BA B C D E F3ADDITIONS101588CS58122-030-FINAL+PAYNC-21 University Drive Corridor 58122City Secretary Contract Num:6/25/2025 - 6/30/20257/25/2025This document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract):Application Number:Application Period:Application Date:Not UsedTotalsItemChange Order Item No.Not Used Not UsedDescriptionSpecification Section No.Unit of MeasureNot Used Not UsedNot Used Not Used Not UsedCO Quantity to DeleteUnit PriceDeletion Change Order Value3DELETIONS101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025A B C D E FThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)NEW LSU1.00000000 $7,574.83 $7,574.83 1.00000000 $7,574.83 $7,574.83 $7,574.83 100.0%NEW GAL203.25000000 $150.26 $30,539.33 203.25000000 $30,539.33 $30,539.33 $30,539.33 100.0%NEW SY20176.00000000 $31.62 $637,965.12 17423.00000000 $550,915.26 $550,915.26 $550,915.26 86.4% $87,049.86NEW EA2.00000000 $787.50 $1,575.00 2.00000000 $1,575.00 $1,575.00 $1,575.00 100.0%NEW EA4.00000000 $472.50 $1,890.00 4.00000000 $1,890.00 $1,890.00 $1,890.00 100.0%NEW LF3650.00000000 $1.81 $6,606.50 4026.00000000 $7,287.06 $7,287.06 $7,287.06 110.3% -$680.56NEW LF200.00000000 $1.81 $362.00 200.00000000 $362.00 $362.00 $362.00 100.0%NEW LF8570.00000000 $1.81 $15,511.70 2112.00000000 $3,822.72 $3,822.72 $3,822.72 24.6% $11,688.98NEW LF1025.00000000 $1.81 $1,855.25 250.00000000 $452.50 $452.50 $452.50 24.4% $1,402.75$703,879.73 $604,418.70 $604,418.70 $604,418.7085.9%$99,461.03Totals6" BRK Pvmt Marking HAS (Y)6" SLD Pvmt Marking HAS (W) 6" SLD Pvmt Marking HAS (Y)6" BRK Pvmt Marking HAS (W) 2" MAC SP-D 70-22XR SAC A-RRemove & Replace | Sign, Post & Anchor | Requires CoringRemove & Replace | Sign & Post OnlyCamo Mastic Crack SealantSpecification Section No.Unit of MeasureStamped Median (Overlay)ItemCO Quantity to Add Unit PriceAddition Change Order ValueEstimated Quantity InstalledValuePreviously Installed ValueChange Order Item No.DescriptionValue This PeriodMaterials Presently Stored (not in C)Total Completed and Stored to Date (D + E)% (F) BA B C D E F4ADDITIONS101588CS58122-030-FINAL+PAYNC-21 University Drive Corridor 58122City Secretary Contract Num:6/25/2025 - 6/30/20257/25/2025This document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract):Application Number:Application Period:Application Date:Not Used3212.0302SY20176.00000000$30.94$624,245.443217.0001LF3650.00000000$1.35$4,927.503217.0002LF200.00000000$1.35$270.003217.0003LF8570.00000000$1.35$11,569.503217.0004LF1025.00000000$1.35$1,383.75$642,396.19Totals4" SLD Pvmt Marking HAS (Y)4" BRK Pvmt Marking HAS (W)4" BRK Pvmt Marking HAS (Y)ItemChange Order Item No.Not Used Not Used4" SLD Pvmt Marking HAS (W)DescriptionSpecification Section No.Unit of MeasureNot Used Not UsedNot Used Not Used Not Used2" Asphalt Pvmt Type DCO Quantity to DeleteUnit PriceDeletion Change Order Value4DELETIONS101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025A B C D E FThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)NEW LSU1.00000000 $735.00 $735.00 1.00000000 $735.00 $735.00 $735.00 100.0%NEW EA25.00000000 $18.90 $472.50 25.00000000 $472.50 $472.50 $472.50 100.0%NEW LSU1.00000000 $414.75 $414.75 1.00000000 $414.75 $414.75 $414.75 100.0%$1,622.25 $1,622.25 $1,622.25 $1,622.25100.0%5ADDITIONS101588University Drive Corridor City Secretary Contract Num:58122CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025A B C D E FItemCO Quantity to Add Unit PriceAddition Change Order ValueEstimated Quantity InstalledValuePreviously Installed ValueChange Order Item No.DescriptionSpecification Section No.Unit of MeasureValue This PeriodMaterials Presently Stored (not in C)Total Completed and Stored to Date (D + E)% (F) BMockup of stained and sealed brick pavers1 Gallon Pink SkullcapYeild Triangle pavement markingsTotalsThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract):Application Number:Application Period:Application Date:Not UsedDELETIONS101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/20255E FItemCO Quantity to DeleteUnit PriceDeletion Change Order ValueNot UsedA B C DChange Order Item No.DescriptionSpecification Section No.Unit of MeasureNot Used Not Used Not Used Not Used Not Used Not UsedTotalsThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract): Application Number:Application Period:Application Date:Balance to Finish(B - F)NEW EA19.00000000 $16.80 $319.20 19.00000000 $319.20 $319.20 $319.20 100.0%NEW EA9.00000000 $35.70 $321.30 9.00000000 $321.30 $321.30 $321.30 100.0%NEW EA10.00000000 $16.80 $168.00 10.00000000 $168.00 $168.00 $168.00 100.0%NEW EA5.00000000 $18.90 $94.50 5.00000000 $94.50 $94.50 $94.50 100.0%NEW CY3.00000000 $113.40 $340.20 3.00000000 $340.20 $340.20 $340.20 100.0%NEW CY3.00000000 $86.10 $258.30 3.00000000 $258.30 $258.30 $258.30 100.0%NEW CY3.00000000 $54.60 $163.80 3.00000000 $163.80 $163.80 $163.80 100.0%NEW LSU1.00000000 $1,520.57 $1,520.57 1.00000000 $1,520.57 $1,520.57 $1,520.57 100.0%NEW LSU1.00000000 $4,069.80 $4,069.80 1.00000000 $4,069.80 $4,069.80 $4,069.80 100.0%$7,255.67 $7,255.67 $7,255.67 $7,255.67100.0%TotalsLaborOrganic CompostRustic Cut Hardwood Mulch (3")Irrigation Components (See itemized list attached)1 Gallon Bluestem1 Gallon Four Nerve DaisyTopsoil (Per Plant Schedule)5 Gallon Desert Flamenco HesperaloeSpecification Section No.Unit of Measure1 Gallon Blonde Ambition SideoatsItemCO Quantity to Add Unit PriceAddition Change Order ValueEstimated Quantity InstalledValuePreviously Installed ValueChange Order Item No.DescriptionValue This PeriodMaterials Presently Stored (not in C)Total Completed and Stored to Date (D + E)% (F) BA B C D E F6ADDITIONS101588CS58122-030-FINAL+PAYNC-21 University Drive Corridor 58122City Secretary Contract Num:6/25/2025 - 6/30/20257/25/2025This document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
C-620 Change OrderProgress EstimateChange Order NumberContractor's ApplicationFor (contract):Application Number:Application Period:Application Date:Not UsedTotalsItemChange Order Item No.Not Used Not UsedDescriptionSpecification Section No.Unit of MeasureNot Used Not UsedNot Used Not Used Not UsedCO Quantity to DeleteUnit PriceDeletion Change Order Value6DELETIONS101588University Drive Corridor CS58122-030-FINAL+PAYNC-21 6/25/2025 - 6/30/20257/25/2025A B C D E FThis document has been modified from its original form as an EJCDC document and the user did not highlight themodifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.
$0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00$0.00 $0.00$0.00$0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00$0.00$0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.000$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($40,779.09)$0.00$0.00$0.00$0.00$0.00P. O. :FW020-0000008561Project Number:101588Application Date:Application Number:6/25/2025 - 6/30/2025Application Period:($354,074.65)Net$0.00$0.00$0.00$0.00$0.00$0.00$0.00$0.00$0.00$0.00$0.00$0.0000$0.00$0.00$0.00$0.00$0.00Change Order 134018-0200431-5740010-101588-002380-9999-18010199 $451,363.95$0.00 $0.0000$0.00$0.00$0.00$0.00$0.00$0.00$0.00$0.00 $0.00 $0.00$0.00City of Fort Worth Summary of Charges56002-0700430-5740010-101588-001780-999934018-0200431-5740010-101588-002380-9999-1801019900$0.00$0.00$0.00$0.00University Drive Corridor 581228122-030-FINAL+PAYN 7/25/2025City Secretary Contract Num:Original ContractFunding Identification (FID) Total Completed Gross Retainage$2,099,409.67$320,523.60Amt Remaining$940,174.29$45,949.30$0.00 $0.00 $0.00$0.00$0.00$0.00 $0.00 $0.00 $0.00 $0.00Change Order 20$0.0034018-0200431-5740010-101588-002380-9999-18010199 $163,312.0556002-0700430-5740010-101588-001780-9999$0.000$0.000$0.000$0.00000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00
P. O. :FW020-0000008561Project Number:101588Application Date:Application Number:6/25/2025 - 6/30/2025Application Period:NetCity of Fort Worth Summary of ChargesUniversity Drive Corridor 581228122-030-FINAL+PAYN 7/25/2025City Secretary Contract Num:Funding Identification (FID) Total Completed Gross RetainageAmt Remaining$0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.000$0.00 $0.00 $0.00 $0.000$0.000$0.00$0.000$0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.0000$0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.0034018-0200431-5740010-101588-002380-9999-18010199 $28,829.70$0.000$0.00 $0.00 $0.00 $0.00$0.00$0.00 $0.00 $0.00$0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.00Change Order 534018-0200431-5740010-101588-002380-9999-18010199 $1,622.250$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00$0.00$0.000$0.00$0.00 $0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.00$0.00$0.00$0.00$0.00$0.00$0.00($542,935.16)$0.00$0.00$0.00Change Order 3$0.00 $0.00 $0.00$0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00Change Order 434018-0200431-5740010-101588-002380-9999-18010199 $604,418.70$0.00 $0.00 $0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00$0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00$0.00$0.00$0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.000$0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00
P. O. :FW020-0000008561Project Number:101588Application Date:Application Number:6/25/2025 - 6/30/2025Application Period:NetCity of Fort Worth Summary of ChargesUniversity Drive Corridor 581228122-030-FINAL+PAYN 7/25/2025City Secretary Contract Num:Funding Identification (FID) Total Completed Gross RetainageAmt Remaining0$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00$0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00$0.00$0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.00$0.00$0.00$0.00 $0.00Change Order 6$0.00 $0.000$0.00$0.000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00$0.00$0.000$0.00 $0.00$0.00 $0.00 $0.00 $0.00$0.00$0.00$0.00$0.00$0.00$0.0034018-0200431-5740010-101588-002380-9999-18010199 $7,255.67Change Order 734018-0200431-5740010-101588-002380-9999-18010199$0.00 $0.00 $0.000$0.00 $0.00 $0.000$0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00$0.000$0.00 $0.00 $0.00 $0.00$0.00$0.00 $0.000$0.00 $0.00$0.00$0.00 $0.00$0.00 $0.00 $0.000$0.00 $0.00 $0.00$0.0034018-0200431-5740010-101588-002380-9999-18010199$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00$0.00$0.000$0.00 $0.00 $0.00 $0.000$0.0056002-0700430-5740010-101588-001780-9999$0.00 $0.00 $0.00 $0.00$0.00$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.00Change Order 8
P. O. :FW020-0000008561Project Number:101588Application Date:Application Number:6/25/2025 - 6/30/2025Application Period:NetCity of Fort Worth Summary of ChargesUniversity Drive Corridor 581228122-030-FINAL+PAYN 7/25/2025City Secretary Contract Num:Funding Identification (FID) Total Completed Gross RetainageAmt RemainingGrand Total$3,676,735.59$48,334.69$0.00($183,836.77)$183,836.77$0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00Totals34018-0200431-5740010-101588-002380-9999-18010199 $3,356,211.99$0.000$0.00 $0.00 $0.00 $0.00 $0.00$2,385.39$45,949.30$0.00$0.00$0.00$0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.0056002-0700430-5740010-101588-001780-9999 $320,523.60$0.00 $0.000$0.00 $0.00 $0.00 $0.00 $0.0000$0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00
CSC No. 58122-CO1
FORT WORTH., City of Fort Worth
`�— Change Order Request
Project Name University Drive Phase 1 City Sec # 58122
Client Project #(s) 101588
Project University Drive Phase 1- Paving, striping, sidewalks, traffic signals, street lights, medians and landscape along University Drive
Description
Contractor Texas Materials Group Inc., dba Texas Bit Change Order # 1 Date 6/30/2023
City Project Mgr. Mark McCoy City Inspector Jeffrey Wolff
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
IAmount of Proposed Change Order
Revised Contract Amount
Original Funds Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
TPW Water
)39,583.96 $366,472.90
$0.00 $0.00
$0.00 $0.00
Contract Time
Totals (CD
$3,406,056.86 365
$3,406,056.86 365
$97,289.30 20
$3,503,346.16 385
$340,605.70
$340,60570
2.86%
$4,257,571.08
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)
This change order includes the following Items of work:
A- Material cost increases due to City's request to delay construction start until after the Stock Show in February 2023. Bids were opened in May 19,2022. Original bid items
are being deleted and replaced with the same items using updatedlincreased unit costs (see TexasBit Proposetl Change Order #1 attached). B- Reconstruction of top 8" 01
City water vault located in sidewalk to meet ADA cross slope requirement (see TexasBit Proposed Change Order #1A attached). 15 days requested.
C- Removal of additional large tree across from Collinsworth Street that conflicted with the proposed traffic signal pole and was not included in the plans (see TexasBit
Proposed Change Order #2 attached). City Forester approved removal. D- Additional hydro-vac utility location performed at City's request to finalize location of signal
pole on NE corner at Collinsworth (See TexasBit Proposed Change Order #3 attached). 5 tlays requested. E- Several traffic bid items omitted in the contract docs (see
TexasBit Proposed Change Order #4 attached) F- Overhead conductors to provide streetlight power at LP-19 (see TexasBit Proposed Change Order #4 attached).
Location of single power source was found to be insufficient. G- Additional cable and contluit for relocation of traffic signal cabinet on NW corner at Collinsworth to maintain
minimum sidewalk witlth and reduce conflicts with turning trucks (See TexasBit Proposetl Change Order #4 attached).
Staff and consultant team evaluated proposed unit prices using recent City, TxDOT and other unit price sources and found them to be reasonable.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in
full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below
acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and
reporting requirements.
Contractor's Company Name Contractor (Name) Contract Si nature Date
Texas Materials Group, Inc Jamie Greenway Jul 3, 2023
ATTEST:
�,.�._ � �s_
Jannette Goodall, City Secretary 4 49 an��
� O� pORt��O
G �� o �O��I�d
hg
PVo o=d
��p'f °�a °° �`o
���'Il �EXASop
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
M&C Number M&C Date Approvetl �
FoK r WoKrH City of Fort Worth
-�'�'� Change Order Additions
Project Name University Drive Phase 1 City Sec # 58122
Client Project # 101588
Contractor Texas Materials Group Inc., dba Texas Bit PM Mark McCoy Inspector Jeffrey Wolff
Change Order Submittal #�1 Date 6/30/2023
AUDI ilONS
ry nit nit ost ota
3441.1840 RRFB Assembly Single Sitled TPW 2.00000000 EA $8,701.51 �17,403.02
9999.0001 Green Pavement Markin TPW 365.00000000 SF $13.55 $4,945.75
34411741 Furnishllnsta11352iControllerCabinetAssembl TPW 2.00000000 EA $32,039.90 �64,079.80
34411001 Furnishllnstall 3-Sect Si nal Head Assembl TPW 30.00000000 EA �1,38320 $41,496.00
3441.1011 Furnishllnstall Ped Signal Head Assembl TPW 10.00000000 EA $1,028.90 $10,289.00
3441.1019 Furnish/Install Backplate wl Refl Brtlr TPW 30.00000000 EA $231.05 $6,931.50
3441.1601 Furnishllnstall 5' Petlestrian Push Button Pole TPW 5.00000000 EA �y875.05 $4,37525
3441.1611 Furnishllnstall Type 41 Signal Pole TPW 2.00000000 EA $15,225.00 $30,450.00
3441.1613 Furnishllnstall T pe 43 Signal Pole TPW 1.00000000 EA $15,363.00 $15,363.00
3441.1615 Furnishllnstall T pe 45 Si nal Pole TPW 4.00000000 EA $21,549.00 $86,196.00
3441.1616 Furrishlinstall T pe 46 Si nal Pole TPW 1.00000000 EA 519,540.00 �u19,540.00
34411623 Furnishllnstall Mast Arm 16' - 36' TPW 2.00000000 EA $6,546.35 313,09270
3441.1624 FurnishllnstallMastArm40'-48' TPW 1.00000000 EA �7,92175 $7,92175
3441.1625 Furnish/Install Mast Arm 52'-60' TPW 5.00000000 EA $12,476.00 $62,380.00
3441.1910 Paint Sig Mast Arm 16' - 36' TPW 2.00000000 EA 5887.85 $1,76370
3441.1911 PaintSigMastArm40'-48' TPW 1.00000000 EA �1,090.00 $1,090.00
3441.1031 Furnishllnstall Audible Petlestrian Pushbutton Stat TPW 12.00000000 EA $1,182.00 $14,184.00
9999.0005 Remove & Replace 8" of Water Vault ToF TPW 1.00000000 LS $7,564.15 $7,564.15
3110.0001 Remove Large Tree TPW 1.00000000 LS $3,709.57 $3.709.57
9999.0006 Adtlitional Utility Location Services TPW 1.00000000 LS �3,261.63 $3,261.63
3441.4005 Furnish & Install - Mast Arm Mounted Si ns TPW 19.00000000 EA $1,025.85 $19,491.15
3441.1220 Furnish & Install - 711 0 ticom Detector TPW 4.00000000 EA $1,367.10 $5,468.40
3441.0001 Furnish & Install - 764 Phase Selector TPW 2.00000000 EA $4,698.75 �9,397.50
3441.1224 Furnish & Install - Preemption Cable TPW 670.00000000 LF $4.41 $2,95470
3441.1250 Furnish & Install - PTZ Camera TPW 2.00000000 EA $6,055.35 $12.11070
3441.1260 Furnish & Install - CATSE Cable PTZ TPW 135.00000000 LF $3.52 $47520
3441 1409 Overhead Electric Conductor No. 8) Insulatec TPW 190.00000000 LF $4.68 588920
2605.3021 Conduit PVC Sch.80 3" (T; TPW 20.00000000 LF $48.55 5971.00
2605.3011 Conduit PVC) Sch. 80 2" (T` TPW 20.00000000 LF $40.45 $809.00
3441.1315 Traffic Si nal Cable TYA 14AWG) (20C TPW 80.00000000 LF $8.85 $708.00
3441.1314 Treffic Signal Cable TYA)(14AWG) (tOC) TPW 20.00000000 LF $5.10 $102.00
3441.1322 Traffic Si nal Cable TYA 14AWG 3C TPW 100.00000000 LF $2]0 5270.00
3447.1414 Electric Conductor No. 8 Bare TPW 20.00000000 LF $3.10 562.00
3441.1224 Preemption Cable TPW 40.00000000 LF $4.41 3176.40
3441 1234 Ratlar Cable TPW 80.00000000 LF $3.65 5292.00
344L1260 Cat5E Cable TPW 20.00000000 LF $3.52 $70.40
TPW $47Q284.47
Water $0.00
ub Total Additions 470,284.47
Change Order Additions Page 2 of 4
FORT WORTH
-,T�_
City of Fort Worth
Change Order Deletions
Project Name University Drive Phase 1 City Sec # 58122
Client Project # 101588
Contractor Texas Materials Group Inc., tlba Texas Bit PM Mark McCoy Inspector Jeffrey Wolff
Change Order Submittal # 01 Date 6/3012023
UtLt I WNS
RRFB Assemblv Sinqle Sided
Furnishllnstall 5' Pedestrian Push E
Furnishllnstall Type 41 Signal Pole
Furnish/Install Tvae 43 Siqnal Pole
Paint Sig Mast Arm 16' - 36'
Paint Sig Mast Arm 40' - 48'
Furnish/lnstall Audible Pedestrian Pushbutton Station
200000000 EA $8,431
365.00000000 SF $12
200000000 EA $27,982
30.00000000 EA $1,359
10.00000000 EA $933
30.00000000 EA $208
5.00000000 EA $809
2.00000000 EA $14,369
1.00000000 EA $14,475
4.00000000 EA $20,212
1.00000000 EA $18,312
2.00000000 EA $6,286
1.00000000 EA $7,572
5.00000000 EA $11,202
2.00000000 EA $866
1.00000000 EA $1,075
12.00000000 EA $1,151
Change Order Deletions Page 3 of 4
MISBE for this Change Order
CPN 101588 University Drive Phase 1
Change Order #1 Documentation
TEXAS
a caH conn�n�vv
PROPOSED CHANGE ORDER # 1
PROJECT: University Drive Improvements
DATE: April 12, 2023
Attn: Mark McCoy
DESCRIPTION OF CHANGE AND/OR EXTRA WORK:
Unit
3441.1840
9999.0001
3441.1741
3441.1001
3441.1011
3441.1019
3441.1601
3441.1611
3441.1613
3441.1615
3441.1616
3441.1623
3441.1624
3441.1625
3441.1910
3441.1911
3441.1031
258
273
292
293
294
295
302
303
304
305
306
307
308
309
310
311
316
RRFB Assembly Single Sided
Green Pavement Marking
Furnish/Install 352i Controller Cabinet Assembly
Furnish/Install 3-Sect Signal Head Assembly
Furnish/Install Ped Signal Head Assmbiy
Furnish/Install Backplate w/ Refl Brdr
Furnish/Install 5' Pedestrian Push Button Pole
Furnish/Install Type 41 Signal Pole
Furnish/Install Type 43 Signal Pole
Furnish/Install Type 45 Signal Poie
Furnish/Install Type 46 Signal Pole
Furnish/Install Mast Arm 16' - 36'
Furnish/Install Mast Arm 40' - 48'
Furnish/Install Mast Arm 52' - 60'
Paint Sig Mast Arm 16' - 36'
Paint Sig Mast Arm 40' - 48'
Furnish/Install Audible Pedestrian Pushbutton Stat
Delete original items, add back
Material increases due to start delay with increased unit prices.
2.00
365.00
2.00
30.00
10.00
30.00
5.00
2.00
1.00
4.00
1.00
2.00
1.00
5.00
2.00
1.00
12.00
EA
SF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
UNIT
PRICE
270.00
0.90
4,057.90
24.00
95.00
23.00
66.00
856.00
888.00
1,337.00
1,228.00
260.00
349.00
1,274.00
15.00
15.00
31.00
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
AM
540.00 $16,863.02
328.50 $4,617.25
8,115.80 $55,964.00
720.00 $40,776.00
950.00 $9,339.00
690.00 $6,241.50
330.00 $4,045.25
1,712.00 $28,738.00
888.00 $14,475.00
5,348.00 $80,848.00
1,228.00 $18,312.00
520.00 $12, 572.70
349.00 $7,572.75
6,370.00 $56,010.00
30.00 $1,733.70
15.00 $1,075.00
372.00 $13,812.00
REVISE
$17,403
$4,945. i
$64,079
$41,496
$10,289
$6,931.;
$4,375.�
$30,450
$15,363
$86,196
$19,540
$13,092
$7,921. i
$62,380
$1,763. i
$1,090.(
$14,184
Sub Increase 28,506.30 $372,995.17 $401,50
Bean Electrical
CrossRoads
UNIT
DEDUCT: Description Quantity Unit PRICE AMOUNT
Change Order Add
Change Order Deduct
Total Change Order Amount =
Add bond at 1.55%if reauired.
28,506.30 $401,501.47
$372,995.17
$ 28,506.30 $28,506.30
Prices above are material increases due to start delays, and are in addtion to the original bid prices on listed items.
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
/_�Kd � � � � �l -i'L�� 99 ► I � :7 i
By:
Date:
Submitted By:
Texas Bit
Texas Materials Group�lno- a CRH Compan�
By: ' -< C /� ,, .� - , ---�
�-
�,
Ronald D Stinson, Jr �
Estimating Manager
(817) 538-1635 Cell
E o o� a� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0�� o 0 0 o m o 0 o ry o o��� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0��� o o�
a m o o ry v� � v n v o o � v o�
�� o �� o ro� ti rv� n
� � � � � � � � � � � � � � � � � N n � v
t� �
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ro o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ro
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . � . . . . . . . . . . . . . . . .
0 0�� o o� o N o�� o o� o N o�� N o o,o N o o� o 0 0,0 0 0�n o 0 0 o N N o 0 0 o ry w o� o o �n o o io a ri N o o,o
_ w � o
� F .n .n N � � .n
� .n .n .n .
O�
U �m� o000000 0
.,, .,' ... ... ... ... ... ... ... ..' .,. .,. .,. .,. .,, .,. .,, .,' .,. .,. .,. .,. .,, .,. .,, .,. .,. .,. .,, .,. .,, .,. .,, .,. .,, .,. � a � .,. .,. .,. .,,
x
`o_ �
m
— > �' a
- v _ o
o ry _ � p'� a��, �.__._o o� 3
� 3�`o a � v � m �� N� z z z z o o m = v
. E��_ � a � LL' on = � Q m o o O o u u s_ v v__ __ ��«•
� z m �o a` a` J - - - a N° u m o�n ��ry a° a° c i- o
v _ o m � Q � ____ w°c° F s W — o z ni ``m 2 m¢ i"J t9 t9 l� t9 �7 a---- � o�_ _ _ _ N'a --
_ °m�' �^ o� m�s m � ry imww o oa� `u°- m- 3333333� --�0,�°-'"'ommv� �� _
° � w Q M m --- -� « a a a a a a" m E E E ��� � a u N s
� m z o z 3^'� a- �°p ° J-'^ o 0 0 0 0 0 o z z z z 3 0 .0° -'-° ti ti N ti ti ti� v v v a¢ a� o ry _> � m
_ s x u a m o �" o� E�„ „ o v a � o� c u N -- �- �- —�- � n n n n'^ '^ '^ E E E.'= a a�a �-o � o
�� - a��� - �3°�Q-o �000y �°am �aaaaaa�,������� ��
� � � _ _ � _ ,o y F Y o 0 0 � F o " -� � � � � � � = a` a` a` a : : a m
oa a�- c �____ vi v� v�-�oc-=oc-=o� c �_--_ � � � � � � __--_-- ��� __--__--
> o r r � m � m° -- ���� _ E_ E____ � a a a u° u° u° u° m° ��____ 5 u u u u u u� c���-aa
- , � � � � � ' ^ � � � � � � � C c G C � C � C C � � c
�n- Z Z. N¢ N — _ ____ > V s L vi vi v� v� vi �n L ___ __
�N o o .. w o - - E E E E E S 3 S 3 S � � � _ _ _ _ o — _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ a � �
� o N rv�.a, o�.�, t� LL LL a rc a a a� LL a LL rc LL��'= i= u° u° u° u, u, u, �.a, t� u, �n LL LL LL LL LL�'= r �= �� LL LL LL LL LL LL LL LL a a a a a a LL LL LL LL o LL�
� � LL w w w w w w w w w w w w w w w w w w � � � � � LL w w w w w w w w LL LL w w w w w w w w w w w w w w w w w LL w w
m o w o �n rv.. �n o o ry ry N o 0 0 0 o N.-+ v.-+ rv.-, �n rv.. �n �n n n
o�� .-, ,-, N rv.-a .-. � ^ n m.-, m o v �.n .-� rn ,-"
� N .� �. '. .�
v N ry N ry ry ry ry ry ry rv`N° ry ry ry ry ry ry ry N ry ry ry ry ry ry ry N ry ry ry ry ry ry ry N ry ry ry ry ry ry ry m m m m m�m �m � m m m m m m m m m m m m� m
Y �.n �n �n �n �n �n �n �n io io �o �o �o io io io n n n m m oo m m m m m m m m m m m m m o 0 0 0 0 o ry
voo�a�000�000000a0000000000oo��oa000000�00000000a0000000000000�00�
�aao �a� �a� oam�a��ao �a� o0
- ��� �a� oa�
o �
oo�o�� o00 000ao 000000� oom��aa� 000000ao 00
�a� �o�ooa000�� �ao oo�ao ma�o� �oo� �o
� �ao�o� �a� maa�w� mo� �o� ����wom �aw
.n .n �n o n .`�. o n �n o n ro o� .n .n n v v`�i m a v"'i
'^ '^ � v n � o o�+ �'
r
�
O
M
� � � �
°d � v
j�p '� �` � E
yI ln C � U
� � � W 6
t �
� t% O �
� LL a
� F � o N
� `
��n � � U
G! � �
� � N � � �
�
��o� �
� / �' �
H
.�
�
W
X
R
�
N
�
�
c
.£
w
N
N
N
W
0 O
z
a
N
N
d
F�
O
f6
Q
�
�
�
LL.
�
O
Z M
O �
� �
W e-
a ro
�
W
�
7
Z
w
O
a
}
a
�
�
U �
�
O
�
�
W
�
m
�
Z
Q
� LL
m
�
X
�
m
c
N
�
N
m
N
N
a
T
C
w
O
O
� w
� �
r �
� j L
U r N O �
N O 0 Q' �
� � W � r
� ��o
p_ � > > LL
� �p � p O
� � T w
N ++
_ �N U
y
N �
O
U C
m �
j
c
N
N
m
m
n
O
�
E
Z
0
0
0 0 0 0 0 0 0 0 0 0 0 0 0 o c o
c o c o c o c o c o c o� o o a,
. . . . . . . . . . . . . .
ccccccccccccc� o co
0
��[1 � N O N O O O m M M� O O�
� � � � �� N O � � O O
U-J Ef-J U-J Ef-J �� N� M� N� ��� � 1� v� -.
7 � �
�T 6A 6A 6A
O� O� I� O I� O O O p O LL'J O O O h
N I� � LLl pJ O M O LL) O N� N p p O
C� O LL'J I� N 7�fJ 7 OJ N � � � �(O
N M W � L() M� M(O ��� - N � M
WEf3 � Ef3 f!T Ef3 f!T ER �M- ER � En En � � fA �
�= LL'l LL'l LL'l ln O N O O O LL'J LL'l LL'J � O O Q�i
� C� ' C'J C'J C'J
V �(J �
a fA (!-T fA (!-T �� N M N�� �� V � H3
� ER ER ER � Ef3
T
N(�D � LLrl O 7�� � t0 ��� N � N(O
� � N � N M � �
�
� J J J J J J W W W W W W W W W(n
�
U
N
�
U
c i
O
-o -o U i
N
m � �
'o ,�
a � 3 c
N U U �
- C O
� C �
-O p N N
> � � a° a°
} > d �
� Q d' .Q G 0„��„ W _
� O
> > > >> U Q U� a� U` �c o �
>}> i' > v T T T�� m� m.� f
m H H F �
Ol Ol Ol �I Ol G Ul N N �� ����,
y 3 Y Y Y � E� E�
T (n �
(0 (0 N N (0 � � G Y f0 t0 t0 J 3 (6 J C i
� � � � � � Q � 0] � � � � � ¢ l6 ¢ N
o E-o -o -o 'o �'o E m m U` m�'
E E E E E> � c c a� y N�� � a� �
�'a'a'a'aao ami ami ami���¢�-�=a ,
� O Y Y � J J J J L N L �
� J J� K J(/J ��� J J J 0� O y N C
� U7 f/7 f11 Cf1 U7 - C C C W W W d' O_ ` N`" �
a a a 7 oJ N J J J d' d' d' d' � LL� LL U` f
O� O � N M a �(O I� OJ O� O OJ oJ O M
N M M M M M M M M M M a�fl (O I� I�
N N N N N N N N N N N N N N N N
N M V N d' (O M M V M V
O O O O O O O O O O O O d' O O O
O O O O N� O O O oJ O O O
O O O O O O N N N a a O.
� � � � � � � � � � � � �' �
� N N N N N N N N N N N N V V V�' 0�1 .
'—J M M M M M M M M M M M M M M M Q1 .
i �
O
�
m �
C � O
- � ro
C @ �
C �
m. d
G � -
o � 3
1 � Y C � ±
(6 O � �
n � � '� � :
3 i
� X � '-I a :
f N N.p t� �
i � � O U i
� � .
i ° at0 ��
� C Y �
- O
V � @ 1
1 � � -
C O -p -
{ � � � 3 �
S
� T � U � i
� n � N @ ':
L O� N Q I
� _ � 'o p !
{ i0 O '�O �n
1 � � � � '
O U � �
C � C N
� O y� � I
� .0 � C
sF» o p�
1 � O N � J
� - � =
� C 3 � N :
i � � E � i
� a Q ii U !
� N (
j Uj T
N �
i
) � ❑
; O �
� T
� @ <
� [
j N �
i � [
� � T
a
' � i
� O -
� -� 3
N �
N `
: N
� � c
� m �
i o �
. � c
: Cl 'u
"�O
' O
a
�
w
�
U
C
� O
n n
� X
C � Q
> N �
� y H
� N q'$
p C O
� � C
� � O
" p_ U
� N %6 N
�
� � ~ T N
YO - N ry �-
c 3 � c�i o
� (n I- W U7 Q
TEXAS
A CRH GOMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
CO#1
TeXaS Blt
PROPOSED CHANGE ORDER # 1A
ENGINEER:
PROJECT: University Drive
DATE: March 16, 2023
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Adjustment of Water Vault Top
T E J�CA 5
A CRN COMPANY
UNIT
)D: Description Quantity Unit PRICE AMOUI
Remove & Replace 8" of Water Vault Top 1.00 LS $ 7,564.15 $
Add Days to Contract 15.00 Days
Sub Quote 7,094.00
Profit 5°/a 354.70
Bond 115.45
7, 564.15
7, 564.15
UNIT
:DUCT: Description Quantity Unit PRICE AMOUI
$ -
Change Order Add $ 7,564.15
Change Order Deduct
Total Change Order Amount = $ 7,564.15
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By: By:
Date: Ronald D Stinson, Jr
Estimating Manager
(817) 538-1635 Cell
CO#1
�rnora
onstruction
Zamora Construction
P.O. Box 10396
River Oaks, TX 76114 I QUOTE
Ph 817 759-0063 Fax 817 759-0064
Customer. Estimating Department
Date: March 28, 2023
Quote # 2091
Project: UNIVERSITY DRIVE IMPROVEMENTS CPN 101588
Description of Work
We are pleased to offer our quotation for the project named above. This quote is based on the documents
and specifications provided by you. Unless otherwise noted, our pricing includes labor, material, equipment
and is based on the following qualifications and/or exclusions.
Bid Item # Description UOM Bid Qty Unit Price Bid Value
� Remove & Replace 8" of the Water Vault Top To LS 1 $ 7,094.00 $ 7,094.00
meet Sidewalk Slope Requirments
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
Exclusions:
Electrical, plumbing, landscaping, permit, bond, topsoil, sprinkler fix, temporary sanitary, traffic control,
erosion control, base preparation, lime stabilization, and not mentioned item on the quote above.
This quote is valid for 30 daVs from date above Subtotal $ 7,094.00
B� MBE� DBE� HUB Tax (0.00%) � -
�
'"��'�e' Total $ 7,094.00
a,m.$�,M .8�.,�v
By signing below, customer agrees to terms of this quote.
Payable [] weekly as work progresses; [] upon
completion of work.
Page 1 of 2
TE)CAS
A CRH COMPANV
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
CO#1
Texas Bit
PROPOSED CHANGE ORDER #2
ENGINEER:
PROJECT: University Drive
TEXAS
A GRH CpMPANY
DATE: April 11, 2023
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Remove Large Tree @ NE Collinsworth
UNIT
)D: Description Quantity Unit PRICE AMOUI
Remove Large Tree
Sub Quote
Profit 5°/a
Bond
1.00 LS $ 3,709.57 $
3,479.00
173.95
56.62
3,709.57
3,709.57
UNIT
:DUCT: Description Quantity Unit PRICE AMOUI
$ -
Change Order Add $ 3,709.57
Change Order Deduct
Total Change Order Amount = $ 3,709.57
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By: By:
Date: Jamie Greenway
Project Manager
(817) 543-5705 Cell
CO#1
unor�
��' onStructian
Zamora Construction
P.O. Box 10396
River Oaks, TX 76114 QUOTE
Ph 817 759-0063 Fax 817 759-0064
Customer. Jamie Greenway / Chris Harris
TexasBit Date: April 10, 2023
Quote # 2096
Project: UNIVERSITY DRIVE IMPROVEMENTS CPN 101588
Description of Work
We are pleased to offer our quotation for the project named above. This quote is based on the documents
and specifications provided by you. Unless otherwise noted, our pricing includes labor, material, equipment
and is based on the following qualifications and/or exclusions.
Bid Item # Description UOM Bid Qty Unit Price Bid Value
� Remove 1 Tree on the East side of University Dr LS 1 $ 3,479.00 $ 3,479.00
& Collinsworth for the Light pole
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
Exclusions:
Electrical, plumbing, landscaping, permit, bond, topsoil, sprinkler fix, temporary sanitary, traffic control,
erosion control, base preparation, lime stabilization, and not mentioned item on the quote above.
This quote is valid for 30 days from date above Subtotal $ 3,479.00
B.SB MBE� DBE� HUB Tax (0.00%) � -
��
""�ri6er Total $ 3,479.00
�,�..,w,,.o.����v
By signing below, customer agrees to terms of this quote.
Payable [] weekly as work progresses; [] upon
completion of work.
Signature:
Date:
Page 1 of 1
TEXAS
A CRH GOMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
CO#1
Texas Bit
PROPOSED CHANGE ORDER # 3
ENGINEER:
PROJECT: University Drive
TEXAS
A CRH COMPANY
DATE: April 18, 2023
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Addition Service to Locate City Services
UNIT
)D: Description Quantity Unit PRICE AMOUI
Additional Service to Locate City Services
Please also add 5 days to Project
Sub Quote
Profit 5%
Bond
Insurance
Total
1.00 LS $ 3,261.83 $
3,000.00
150.00
48.83
63.00
3,261.83
3, 261.83
UNIT
:DUCT: Description Quantity Unit PRICE AMOUI
Change Order Add
Change Order Deduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted
$
$
3, 261.83
$ 3,261.83
Texas Mater�als Group, Inc dba: Texas Bit
By: By� � � I �,�
Date: J mi � Greenway
r 'ect Manager
(214) 543-5705 Cell
� 1�L�' i��� J�Lr' L1�L1' VJ�����,. `��� ���1J'LJJJ.�
821 E. F.�io1i ��-�nue P 817-5G1-i�d0
Fort ��'arth, Te�as 761�0 F 8�17-561-7�0�
�`�«�-.l�eanelectrical.coin
Tuesday, April 18, 2023
To: Jamie Greenway I Texas Bit
From: Cody Turner I Bean Electrical Inc.
Project: University Drive Improvements — CPN: 101588
CO#: 1— University Drive @ Collinsworth —Additional Hydro-Vac Services
Scope: Per Bid Items Below.
Item Qty. Unit Description Price Amount
1 1 DAY Provide Large Hydro-Vac Services $3,000.00 $3,000.00
TOTAL $3,000.00
**Please sign and return authorizing Bean to commence work***
TexasBit Date
Sincerely,
Cody E. Turner
Bean Electrical, Inc.
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
CO #1
TExas
A CRN COMPANY
TeXaS Blt
PROPOSED CHANGE ORDER # 4
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
DATE:
UNIT
ADD: Description Quantity Unit PRICE AMOUNT
RFI#3
Missing Bid Items RFI#4
RFI#5
RFI#6
RFI#7
RFI#8
Streetlight Power @ LP-19 RFI#6
Additional Cable/Conduit RLCab
@ Collinsworth for RLCab
Relocation of Traffic RLCab
Signal Cabinet RLCab
RLCab
RLCab
RLCab
RLCab
RLCab
May 30, 2023
ENGINEER:
PROJECT: University Drive
RFI#3 - Missing Bid Items, & RFI#6 SL Power @ LP-19,
Additional Cable/Conduit @ Collinsworth for Relocation of TS
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Cabinet
Furnish & Install - Mast Arm Mounted Signs
Furnish & Install - 711 Opticom Detector
Furnish & Install - 764 Phase Selector
Furnish & Install - Preemption Cable
Furnish & Install - PTZ Camera
Furnish & Install - CAT5E Cable (PTZ)
Overhead Electric Conductor (No.8) Insulated
Conduit (PVC) Sch. 80 (3") (T)
Conduit (PVC) Sch. 80 (2") (T)
Traffic Signal Cable (TYA)(14AWG) (20C)
Traffic Signal Cable (TYA)(14AWG) (10C)
Traffic Signal Cable (TYA)(14AWG) (3C)
Electric Conductor (No.8) Bare
Preemption Cable
Radar Cable
Cat5E Cable
Exisiting Items
Sub Quote - New Items
Profit 5%
Bond
Insurance
Existing
Pay
Items
19 EA $ 1,025.85 $
4 EA $ 1,367.10 $
2 EA $ 4,698.75 $
670 LF $ 4.41 $
2 EA $ 6,055.35 $
135 LF $ 3.52 $
TEXAS
ACRNGOMPANY
19,491.15
5,468.40
9,397.50
2,954.70 �49,897.65
12,110.70
475.20
sss.2o $88920
971.00
809.00
708.00
102.00
270.00 $3,460.80
62.00
176.40
292.00
70.40
190 LF $ 4.68 $
20 LF
20 LF
80 LF
20 LF
100 LF
20 LF
40 LF
80 LF
20 LF
$
$
$
$
$
$
$
$
$
48.55
40.45
8.85
5.10
2.70
3.10
4.41
3.65
3.52
$
$
$
$
$
$
$
$
$
$ 54,247.65
4,103.20
47,756.62
2,387.83
777.24
1,002.89
Total $ 56,027.78
UNIT
DEDUCT: Description Quantity Unit PRICE AMOUNT
$
Change Order Add
Change OrderDeduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER:
By:
Date:
$ 56,027.78
$ 56,027.78
Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By:
Jamie Greenway
Project Manager
(214) 543-5705 Cell
CO #1
� �
� �
� L�+CTI� I CAL
A suhsidiary of
LIlMINB TRANSPORTATION TECHNOLUGlE5
821 E. Enon Avenue, Fort Worth, TX 76140 / P 817-561-7400
Saturday, May 20, 2023
To: Jamie Greenway I TexasBit, A CRH Company
From: Cody Turner I Bean Electrical, LLC.
Project: University Drive Improvements—CPN: 101588
C0: #4 — Missing Bid Items
Scope: Per Bid Items Below.
Item Qty. Unit Description Price Amount
1 19 EA Furnish & Install - Mast Arm Mounted Signs $977.00 $18,563.00
2 4 EA Furnish & Install - 711 Opticom Detector $1,302.00 $5,208.00
3 2 EA Furnish & Install - 764 Phase Selector $4,475.00 $8,950.00
4 670 LF Furnish & Install - Preemption Cable $4.20 $2,814.00
5 2 EA Furnish & Install - PTZ Camera $5,767.00 $11,534.00
6 135 LF Furnish & Install - CATSE Cable (PTZ) $3.35 $452.25
TOTAL $47,521.25
**Please sign and return prior to work commencing**
TexasBit Date
Bean Electrical, LLC.
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
CO #1
��1 � r P `
_ i ■ �..�.� ■. �: �.l �,. ,''� ,,� I�.,'�,,�:�,� ��, ! ?" s:
�`J I ��._ 1�.ticrit ..-��`c•�y�i�•
L•'��a-1 ��'�rrlr�, `1'�.�a�� 7di� �t}
��,��3-.1 ��°;�rf�'1�°��lj-ii•��l,i'a �e�t
Friday, May 12, 2023
To: Jamie Greenway I Texas Bit
From: Cody Turner I Bean Electrical, LLC.
Project:University Drive Improvements—CPN: 101588
CO#: 2— Additional Wiring To Feed LP-19
Scope: Per Bid Items Below.
�' ��]i-;�fil-i`.�;}f}
�'' �l�-,���1-� �(�.i
�
�
Item Qty. Unit Description Price Amount
4 190 LF Overhead Electric Conductor (No.8) Insulated $4.05 $769.50
TOTAL $769.50
**Please sign and return authorizing Bean Electrical, LLC to commence work**
Texas Bit
Date
Bean Electrical, LLC.
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/com plaints
CO #1
� �
� �
� L�+CTI� I CAL
A suhsidiary of
LIlMINB TRANSPORTATION TECHNOLUGlE5
821 E. Enon Avenue, Fort Worth, TX 76140 / P 817-561-7400
Saturday, May 20, 2023
To: Jamie Greenway I TexasBit, A CRH Company
From: Cody Turner I Bean Electrical, LLC.
Project: University Drive Improvements—CPN: 101588
C0: #5 —Additional Cable & Conduit Needed For Relocation Of Traffic Signal Cabinet @ Collinsworth
Scope: Per Bid Items Below.
Item Qty. Unit Description Price Amount
1 20 LF Conduit (PVC) Sch. 80 (3") (T) $42.00 $840.00
2 20 LF Conduit (PVC) Sch. 80 (2") (T) $35.00 $700.00
3 80 LF Traffic Signal Cable (TYA)(14AWG) (20C) $7.65 $612.00
4 20 LF Traffic Signal Cable (TYA)(14AWG) (10C) $4.40 $88.00
5 100 LF Traffic Signal Cable (TYA)(14AWG) (3C) $2.35 $235.00
6 20 LF Electric Conductor (No.8) Bare $2.70 $54.00
7 40 LF Preemption Cable $4.20 $168.00
8 80 LF Radar Cable $3.15 $252.00
9 20 LF CatSE Cable $3.35 $67.00
TOTAL $3,016.00
**Please sign and return prior to work commencing**
TexasBit Date
Bean Electrical, LLC.
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
F���r�V������
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: University Drive Phase 1 CO #1
M&C: N/A
Date: 6/30/2023
To:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12
Name
Jaylyn Harrelson
Mark McCoy
Jamie Greenway
Jeff Wolff
Raul Lopez
Lissette Acevedo
Patricia Wadsack
Lauren Prieur
Doug Black
William Johnson
Jannette Goodall
TPW Contracts
CPN: 101588 CSO: 58122
Department Initials
TPW - Review T�
TPW - Signature ���M
TexasBit - Signature C/ `
TPW - Signature
TPW - Signature ��
TPW — Signature
TPW — Signature P�LW
TPW — Signature ���
Legal — Signature dw"'b
CMO — Signature �v;
CSO - Signature ,s�
DOC#: N/A
Date Out
J u l 3, 2023
Jul 3, 2023
J u l 3, 2023
J u l 3, 2023
J u l 5, 2023
J u l 6, 2023
J u l 6, 2023
J u l 6, 2023
J u l 6, 2023
J u l 7, 2023
J u l 7, 2023
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
ROUTING TO CSO: �YES ❑No
NEXT DAY: ❑YES �No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext.
'7233 or eXt. 8363 witb questions. Tbank you!
CSC No. 58122-0O2
FORT WORTH., City of Fort Worth
`�� Change Order Request
Project Name University Drive Phase 1 City Sec # 58122
Client Project #(s) 101588
Project University Drive Phase 1- Paving, striping, sidewalks, traffic signals, street lights, medians and landscape along University Drive
Description
Contractor Texas Materials Group Inc., dba Texas Bit Change Order # 2 Date 11/15/2023
City Project Mgr. Bereket Birhane City Inspector Stephen Barnard
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
IAmount of Proposed Change Order
Revised Contract Amount
Original Funds Available for Change Ortlers
Remaining Funds Available for this CO
Additional Funding (if necessary)
TPW Water
)39,583.96 $366,472.90
697,289.30 $0.00
$0.00 $0.00
Contract Time
Totals (CD
�,406,056.86 365
$97,289.30 20
�,503,346.16 385
$122,532.96
,,625,879.12 385
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 6.45%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $4,257,571.08
This change order includes the following items of work:
A- Extra items to connect traffic signal and lighting at Old University to Oncor electrical service (TexasBit RFI#5)
B- Spread footing foundations for street lights to avoitl conflicts with untlerground utilities, including adtlitional utility location (TexasBit RFI#7)
C- Revise location of light pole 1A-4 to avoid conflict with mature tree (TexasBit RFI #8)
D- Revise location of traffic signal foundation T-1 to avoid untlerground utility conflict (TexasBit RFI #9)
E- Increase concrete pavement removal for median from 6" to 9" depth. Delete 6" Item, Add 9" Item (TexasBit RFI #10)
F- Atlditional irrigation requiretl due to widened sitlewalk antl revised foundation locations for signal poles and light poles (TexasBit RFI#11)
Staff antl consultant team evaluatetl proposed unit prices using recent City, TxDOT antl other unit prices sources antl fountl them to be reasonable.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in
full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below
acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and
reporting requirements.
Contractor's Company Name Contractor Name) Contract Si nature Date
Texas Materials Group, Inc Jamie Greenway Nov 17, 2023
Inspectodlnspection Supervisor Date Project and Contract Compliance Manager Date
r°�^ �`�„����� Nov 17, 2023 �� ����-�`�� Nov 20, 2023
Program Manager Date Senior Capital Project Officer Date
�=� -.�,�-<,.. Nov 20, 2023 .�� Nov 22, 2023
Assistant Director Dept) Date Director, Contracting Department (Dept) Date
—f�lXicJg, L,. Wp�djgclr Nov 27, 2023 ..s'L,.�.. —. N ov 27, 2023
Assistant City Attorney Date Assistant City Manager Date
� Nov 28, 2023 �-^. ___ -. Nov 28, 2023
Council Action if required
ATTEST: pFOF FORr'�o9dd0
.., �..s«.,�. �o
o»°�:"
Jannette Goodall, City Secretary °II��eo�q��
M&C Number I 23-0987 I M&C Date Approved 11/14/2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FoK r WoKrH City of Fort Worth
-�'�'� Change Order Additions
Project Name University Drive Phase 1 City Sec # 58122
Client Project # 101588
Contractor Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Barnard
Change Order Submittal #�2 Date 11/15/2023
A�Df�lONS
ty nit nit ost ota
on t c pen ut,
2605.3019 2" Condt PVC ch 80 Bore, TPW 500.00000000 LF 45.10
3441.1409 Electric onductor No.8 Insulated TPW 2,000.00000000 LF 3.12
3441.1411 Electric onductor (No. 8 Bars TPW 250.00000000 LF 3.12
3441. 408 Electric onductor No.6 Insulated TPW 500.00000000 LF 3.55
3441.14 3 Electric Conductor No. 6 Bare TPW 250.00000000 LF 3.85
9999.0007 Locate Existing Underground Utilities TPW 15.00000000 EA 495.75
9999.0008 Fumish Install - I-1 pread Footer Foundatior TPW 2.00000000 EA 7, 83.05
9999.0009 Furnish & Install - IC-2 Spread Footer Foundatior TPW 2.00000000 EA 7,909.65
9999.0010 Remove 9" oncrete Pavement Median TPW 819.00000000 SY 4.82
9999.0011 Additional Irrigation Relocation TPW 50,000.00000000 EA 1.00
9999.0012 Exploratory Excavation or T-1 TPW 1.00000000 EA 523.69
9999.0013 Removal of Existing Abandoned Sewer Line at T-1 TPW 5.00000000 LF 493.50
3441.3323 Furnish Install Wood Light Pole Arm Black TPW 1.00000000 EA 631.06
3441.320 Furnish Install LED Lighting Fixture AT62 Black) TPW 1.00000000 EA 866.84
2605.3018 2" onduit PV ch. 80 ( pen Cut, TPW 25.00000000 LF 38.15
3441.1502 Ground Box TY B w Apron TPW 1.00000000 EA ,St3.44
3441.1409 verhead Electric Conductor No. 8 Insulatec TPW 165.00000000 LF 4.68
TPW $166,218.21
Water $0.00
Sub Total Additions 166,2 8.2
Change Order Additions Page 2 of 6
F�>a_1� H c�ty of FoM wortn
Change Order Deletions
Project Name University Drive Phase 1 City Sec # 58122
Client Project # 101588
Contractor Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Bamartl
Change Order Submittal # 02 Date 11/1512023
1 i
,� � � �� �_�������l6y�.1�1�_
�� �� � �. � �������
� � � � � � • • � - � • � . • ���-�:➢Rx�➢IQQ�PD➢1�-� ��tRl:i:i.'[:M1
- -----
�- -----
I- -----
I- -----
I- -----
I- ---- -
I- ---- -
I- ---- -
I_ ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
�- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I_ ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
�- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I_ ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
- -----
- -----
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I_ ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
I- ---- -
- -----
- -----
- -----
- -----
I- ---- -
��
'�1 11
-
-
. . � • - . ��F.ftlB:laYb'1
Change Order Deletions Page 4 of 6
�
� �
0 �
U �
�
� �
c �
� U O
� � N
_O ' �p � "a
7 � � �. � �
O � w �
�� CO C �� �� �
� � � � � C L
C - � �
� J � o� o J O
N N J� � N N
� � N � � � �
N c6 (6 �
N � � .) C N (n N
fl- V N � U
W � o c �� �- o c
U - cn ,� -
w ^ � v
� °� o � � � o
w �n � ��� o� o� ��
� xk xk xz xK xk xx xK xk xk
W
� � � � � � � � � �
� O O 00 O d) O N O��
J N � c'7 Lf� O CD �f) d: CD CO N
Q� Cfl � O O M I� OD 6> ��
O 00 Cfl � LC) O N CO O r- CO 00
� � M 00 N O lC) � C> 0� 00 �O
I� ��� O N d' � M M
� � M �f> N `--' M eF
r � `-�
a�
0
d
N r
U �
� J
(n � O
� � O
U �
U � U
� O � �
w V L
O C
N
U C .> '> �
OU� �¢
� � � � � � � � � � �
xK x� xx x� xk xK xk x� xk xk xk
L.L L.L LL L.L LL L.L LL LL L.L L.L LL
� � � � � � � � � � �
O O O O O O CO d' � �t O �
O O O O O �!') O o0 I� �t' N 1�
�f') O O O� N � Cfl M M N �
�� d' 00 N CO M Cfl lt� � f� O
CO � N I� � 6> CO o� O� 00 f� M
M N Cfl � r r
N �
�
� ��� N O 6� O � CO �� d' 00
Q f� O CO 0� O Cfl � O�v� � O N N��f7 O 0� � d: CO
6> � � � � 00 00
U o0 M� ���rj �rj � � CD o0 M� �
d� 00 O� N� tC �� �C o0 � M M M M M C9 c,� r
� d� �� � �t p d. p M� co � oo �
z � N � T �
� � � �
7 � 3
� � �
� W W W(A W W J W(n
� � N N 6� O � L!) ��
.- .- o � �
Op O a0
O �
lf')
�
�
�
�
�
z
� �
C
O
�
�
� Q
O O
.� .�
� �
C C -
� 7 � � CO
O O
L.L LL � J C
� N � N � (�
� � � � � �
� � � � � P c �
� (0 (0 � � O M �
� � N � .� � "a N
� fl- Q- � V � (0 � �
� � �
L d o �� c >
� c� o Q o co
�UU ����� �_�
N
�
� i i C.L.� 0 (0 � � �
� _ — C . U .- 7 i
:� � �v�i (j � w w � �
�
�
.X c� a� L o� E U
W o25 a2S N c"-' co � N
(6
�� y O:� p O �, O
��i�i�Qw� ��
N N N N N� N
Z Z Z Z Z Z Z
I� 00 6) O � N m
O O O O O O O
O O O O O O O
� � � � � � �
� � � � � � �
� � � � � � �
� � � � � � �
N
C � �
O � ,�
.� � N
� X X
0 W W
O �
� O
m O
�
�
M p
�
E
�
�
C
.�
X
W
0
�
c
�
L
�
>
�
N
C
O
�
�
Q
� � � � � � Q Q � Q �
J J J J_I J W W J W J
0 00000�T`n�`n
O O O O O O N �
.--
O O O O O O
� � O N � N
N
Y
U
N -�
Y m N
U �
� m �
m a C
N N � � � op
� (6 (0 Q � (� O
U � � � � � X = Z
c c�6 c C6 o i.i N �
� � m m � Q p
�
O m o0 N Cfl CO �.� � O�
� O O O O� t O Q'O
OOZZZZJ ��Q �
w w.�`..�.�-����U
�� O O O O >p �� m.V
> J V
U U � � � � — U �
>> c c c c��,o � X w
� d O O O O y�� �
..J � U U U U c c�� �p -o
� � U U U U � � �
C C • L t � � �
U U � � � c� •� •� o� �
a� a� a� a� � � U o a�
N N W W W W��' `�
LL LL CV U' O
� � � � � � � � � � �
C C C C C C C C C C C
.� .� .� .� .N .� .N .� .N .� .�
X X X X X�X X X X X X
W W W W W W W W W W W
00 ��� 00 M M � N �
O O N O O O
Mp�� V V M M O��
O O�h � V d' �' V O��
CO c0 �� V d' d' ��O ��
N N M M M M M M N M M
t0
Q1
N
M
�
N
N
ri
R
r
O
H
CO #2
T El�AS
A GRH COMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
DATE:
Texas Bit
RFI #5
PROPOSED CHANGE ORDER # RF15
ENGINEER:
PROJECT: University Drive
April 26, 2023
TEX,A,S
A GRH COMPANY
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Location of Street Lighting & Traffic Signal Services at Old University
UNIT
,DD: Description Quantity Unit PRICE AMOUN
2" Condt PVC Sch 80 (Open Cut)
2" Condt PVC Sch 80 (Bore)
Electric Conductor ( No.8) Insulated
Electric Conductor ( No.8) Bare
Electric Conductor ( No.6) Insulated
Electric Conductor ( No.6) Bare
Locate Existing Underground Utilities
Additional Days
Existing Pricing
Sub Quote (New Item)
Profit 5%
Total
100.00 LF $
500.00 LF $
2,000.00 LF $
250.00 LF $
500.00 LF $
250.00 LF $
5.00 EA $
7.00
36,272.50
2,375.00
118.75
38.766.25
38.15 $
45.10 $
3.12 $
3.12 $
3.85 $
3.85 $
498.75 $
$
$
UNIT
iEDUCT: Description Quantity Unit PRICE AMOUN
Change Order Add
Change Order Deduct
Total Change Order Amount =
3,815.00
22,550.00
6,240.00
780.00
1,925.00
962.50
2,493.75
38,766.25
$ 38,766.25
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By: By:
Date:
Jamie Greenway
Project Manager
(214) 543-5705 Cell
TEX�S
A CRFI COMi�Af�Y
CO#2
RFI#7 Rev
420 Deeker Drive, Suite 2�f1
Irving, T>C 75062
F'hp�e: (�14) 741-3531
RFI No. 007 Revised — CPN 101588 — Universit Dr
To: Mark McCo , Aaron Fricke From: Jamie Greenwa
Texas Materials Group, Inc.
420 Decker Dr. STE 200
Irving, Texas 75062
Phone: Phone: 214-543-5705
Fax: Fax:
Email: Mark.McCoy(a�fortworthtexas.qov; Email: jamie.greenway@texasbit.com
AFricke Cobbfendle .com
Sub'ect:
Drawin #: S ec Sect#: Contract Item #:
Addendum: Schedule #:
TExAs
A CRH COMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
CO#2
Texas Bit
RFI#7 Rev
PROPOSED CHANGE ORDER # 7
ENGINEER:
PROJECT: University Drive
DATE: September 14, 2023
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: RFI#7 - Street Light Foundations
TE�GAS
A CRH COMPAMY
UNIT
)D: Description Quantity Unit PRICE AMOUI
NEW Funish & Install - IC-1 Spread Footer Foundation 2 EA
NEW Funish & Install - IC-2 Spread Footer Foundation 2 EA
NEW Locate Existing Underground Utilities 10 EA
Sub Quote 33,498.00
Profit 5% 1,674.90
Notes
**IC -1 Design will be needed at foundation location 1C-1, 1B-1
**IC -2 Design will be needed at foundation location 1A-2, 1C-2
Above price is for installation only - No Demo of exisiting concrete is included
Total
7,183.05
7,909.65
498.75
$
14, 366.10
15,819.30
4,987.50
35,172.90
35,172.90
UNIT
:DUCT: Description Quantity Unit PRICE AMOUI
3441.3302 Rdwy illum Foundation TY 3 -4 EA 2,454.90 (9,819.60)
Change Order Add $ 35,172.90
Change Order Deduct $ (9,819.60)
Total Change Order Amount = $ 25,353.30
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas M rials roup, Inc dba: Texas Bit
By: By: ,
�.c �i
i
Date: Jami Gr enway
Proj ct anager
(214) 543-5705 Cell
CO#2
RFI#7 Rev
Greenway, Jamie (Texas Materials - North Texas Area)
From:
Sent:
To:
Cc:
Subject:
Attachments:
McCoy, Mark <Mark.McCoy@fortworthtexas.gov>
Monday, September 11, 2023 12:30 PM
Greenway, Jamie (Texas Materials - North Texas Area); Beltran, Feliberto; James Riddle;
Harris, Chris M(TexasBit); Lopez, Raul; Acevedo, Lissette
Guerrero, Pedro; Michael Engle; David Fugitt; Cody Turner; Wolff, Jeffrey A; Perez, Aaron
R(TexasBit); Myers, Michael A; Ayala, Alejandra; Aaron Fricke; Birhane, Bereket B
RE: [EXT] Re: Spread foundations - Field Meeting 8/17/2023 -
[HtmlAttachmentRemoved]
University Drive - street light
CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you are expecting
this email and know the contents are safe. If you believe this email may be phishing or malicious, please use the Report Phish
button
IMPORTANT: For safety reasons, an HTML attachment was removed from this message. If you recognize this sender and
were expecting this email and an attachment, please forward this message to the service desk (crhamat@service-
now.com) asking for it to be delivered to you.
Jamie,
I'm going to try to answer all of these spread footing questions again here in one place, since it feels like there are
several overlapping email chains on the same subject. My responses are in blue below.
Foundation 1A-2
James - It was discussed for foundation 1A-2 the plinth section elevation was too high for being 2' off the roadway, the
answer to this question was to lower the plinth section to 3" above the sidewalk and extend the remaining plinth section
12" below grade. The next issue was that the design is calling for a plinth style foundation top, and the COFW would like
to have a 24" round top. This was agreed that it was acceptable to be round top, due to the fact of it being aesthetically
pleasing and not a structural issue.
Mark/Aaron — Agreed. The structural engineer reviewed the foundation modifications and approved the changes. As
discussed in the field, the width of the foundation will be 7'-7", the depth is 26" deep, and the length is 11'. He also
approved that the Plinth can be offset by going deeper under the pole in the same amount of the decrease from the
top. This means it can be flush with the sidewalk as long as the depth is achieved below the 26" slab. Please let me
know if you have any questions or need any other clarification.
Foundation 1B-1
James - Foundation 1B-1 we discussed that the foundation exceeded the ROW. For the resolution discussed was,
building the dimensions of the foundation to meet the limits of the ROW and making the volume on the foundation at
the plinth section to go 18 " deeper. Foundation 1B-1 the foundation would be tuck back near a large branch of the tree.
The solution was to rotate the spread footing 180 degrees to allow the streetlight to be approximately 2' off face of the
curb. This would also allow for minimal impact to the tree by an arborist, and to have to light pole to be installed to
meet city standards.
Mark/Aaron - Agreed. Use same modified spread footer as discussed for 1A-2 (see above).
Foundation 1B-2
CO#2
RFI#7 Rev
James - Aaron is going to investigate relocating this foun ation to the south just past the existing storm inlet, due to
ROW, and underground utility conflicts. If this location is clear, we may be able to install a standard foundation in leu of
currently needed spread footing. Additional exploratory excavations will be needed here due to using the current
locates used, trying to install the foundation in the proposed original location.
Mark/Aaron - Agreed. S2e attached utilities exhibits. 18-2 will b� a standard foundation (not a spread footing, so this
affects quantities on the CO), located approximately 2ft south of the curb inlet in front of Eatzi's. Maintain 36" TDLR
clearance behind the pole.
Additional Irri�ation Relocation
James - the city is working on generating a Line item to relocate the existing irrigation that impedes the locations of the
spread footing foundations.
Bean will need to generate pricing and submit it to the city to relocate irrigation conduit per LF and sprinkler heads.
Mark/Aaron — Slight correction. We are creating a pay item for Additional Irrigatican Relocation ($50,000 total) to be
charged against as needed and irrigation sub invoices are submitted and approved.
Exploratory Excavations
James - the city is working on approval for a bid item to continue to capture this cost. as there are exceedingly hi
amounts of locates cost, due to all the conflicts.
Marl</Aaran - Agreed. Exploratory Excavation item created.
Please let me know if there are still questions.
Thank You,
Mark
Mark A. McCoy, P.E.
Project Manager
Department of Transportation and Public Works
Arterials - Capital Delivery Division
Mobile: 214-908-3772
Email: mark.mccoy@fortworthtexas.�ov
From: Greenway, Jamie (Texas Materials - North Texas Area) <jamie.greenway@texasmaterials.com>
Sent: Wednesday, September 6, 2023 9:25 AM
To: Beltran, Feliberto <Feliberto.Beltran@fortworthtexas.gov>; McCoy, Mark <Mark.McCoy@fortworthtexas.gov>;
James Riddle <jriddle@bei-tx.com>; Harris, Chris M(TexasBit) <chris.harris@TexasBit.com>; Lopez, Raul
����°��r�r�
CO#2
RFI#7 Rev
_.. . �; . :
. , � � �
r ' f_
= � - I -
,
i � � � � � �
.�
.
�, � . ` ' � S , _ � _
., � . _.� . � .. : . � ,4,' ' " o . . � iJ
_ . . . . _ _. �- �f.
�`?1 I�°„ f-:����it :L�����1����
1'`+.fr�1 1'�'�a��lh,'�.,���.s� i'�;1 li}
ktl�Y 35'. �}[,":-I, I St' 1�,' (� � 0�I �"i.l: _i.�4 } f i I
1' �l e-,ifil-i �3lf}
l�` �i 1�-,`� (; I- i t{�;�
�
�
! '�
Friday, May12, 2023
To: Jamie Greenway I Texas Bit
From: James Riddle I Bean Electrical Inc.
Project: University Drive Improvements—CPN: 101588
RFI: #7 Streetlight Foundation Conflict (1C-2, 1C-1)
Description:
1. 1C-1, 1C-2 Due to the underground franchise utilities preexisting at this location the is not enough room to install
the foundation as designed per plan. PLEASE ADVISE.
Contractors Recommendation
1. 1C-1 foundation can possibly be relocated 10LF off back of curb to face of foundation to miss all franchise utilities.
2. 1C-2 install spread footing foundation, to incorporate the foundation in the back of sidewalk due to the franchise
utilities in the area.
Response:
Bean Electrical, LLC.
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
TEX�S
A CRFI COMi�Af�Y
CO#2
RFI#8 Rev
420 Deeker Drive, Suite 2�f1
Irving, T>C 75062
F'hp�e: (�14) 741-3531
RFI No. 008 Revised � CPN 101588 — Universit Dr
To: Mark McCo , Aaron Fricke From: Jamie Greenwa
Texas Materials Group, Inc.
420 Decker Dr. STE 200
Irving, Texas 75062
Phone: Phone: 214-543-5705
Fax: Fax:
Email: Mark.McCoy(a�fortworthtexas.qov; Email: jamie.greenway@texasbit.com
AFricke Cobbfendle .com
Sub'ect: Stam ed Inte ral Colored Conc Crosswalk
Drawin #: S ec Sect#: Contract Item #:
Addendum: Schedule #:
RFI Detail: Street Light Foundations 1A-4— University Dr — West Side of Project
Suggestion: Please see attached,
RFI from Bean Electrical, for the issues in the field that have been found, to interfere with the
placement of the proposed Street Lights on the West side of University Dr.
Please review and send response ASAP.
Response:
After additional field meets — attached drawing was the final decision made.
TE�CAS
ACRHCOMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
CO#2
Texas Bit
RFI#8 Rev
PROPOSED CHANGE ORDER # 9-Revised
ENGINEER:
PROJECT: University Drive
TEXAS
A CRH COMPANY
DATE: September 14, 2023
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: RFI#8 - Street Light Foundations - West Side University Dr
UNIT
iD: Description Quantity Unit PRICE AMOUI
Existing Item Furnish/Install Wood Light Pole Arm (Black)
Existing Item Furnish/Install LED Lighting Fixture AT62 (Black)
Existing Item 2" Conduit PVC Sch. 80 (Open Cut)
Existing Item Ground Box TY B W/Apron
Existing Item Overhead Electric Conductor (No.8) Insulated
1 EA
1 EA
25 LF
1 EA
165 LF
All are existing Items, requesting Over Run
Total 5,037.29
631.06
866.84
38.15
1, 813.44
4.68
Notes
**This CO is needed to relocate Foundation 1A-4 on West side of University Dr, @ Riverfront Dr.
Total
$
631.06
866.84
953.75
1, 813.44
772.20
5,037.29
5,037.29
UNIT
!DUCT: Description Quantity Unit PRICE AMOUI
Change Order Add
Change Order Deduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas terials ro
By: By:
Date: Ja e eenway
Pr 'e Manager
(214) 543-5705 Cell
$ -
$ 5,037.29
$ 5,037.29
Inc dba: Texas Bit
rL �—� �
� �
� �
� L�+CTI� I CAL
A suhsidiary of
LIlMINB TRANSPORTATION TECHNOLUGlE5
CO#2
RFI#8 Rev
821 E. Enon Avenue, Fort Worth, TX 76140 / P 817-561-7400
Wednesday, September 13, 2023
To:
From:
Project:
C0:
Scope:
Jamie Greenway I TexasBit
Cody Turner I Bean Electrical, LLC.
University Drive
CO#10 — Relocation of Foundation 1A-4
Per Below Bid Items.
Item Qty Unit Description Unit Price Amount
1 1 EA Furnish/Install Wood Light Pole Arm (Black) $546.00 $546.00
2 1 EA Furnish/Install LED Lighting Fixture ATB2 (Black) $750.00 $750.00
3 25 LF 2" Conduit PVC Sch. 80 (Open Cut) $33.00 $825.00
4 1 EA Ground Box TY B W/Apron $1,569.00 $1,569.00
5 165 LF Overhead Electric Conductor (No.8) Insulated $4.05 $668.25
TOTAL $4,358.25
**P/ease sign & return**
TexasBit
Date
Bean Electrical, LLC.
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
N
�
�
ii,
�1S H12�OMSNI�lO�
i
��
� �rrk
� �� I�I��I�
�
� � I�
�-�-�- zm
! I ��
I 3
�+�f W. .�-' � �
I $ I
II [� �
�i �
�r
wwaa �
w
��
��
wJ I
o�
M��
�
� I W
J
m
I Q
�
'� �
�
�� �
• � r � � a�i .� �
� � � �K
j v� � O
m � ���_a ___' a�
'" � Q�a�i��
U
� � � . �
� I O� O U�
;i; Ix9 �.. (,.) � -C
'.� � �� X w � I
a; - I � �
, � � "x� �� 0 Q � � � �
; j , XI � �� Q 3 0
i
N �
� I
�
�
�
�
i
�
- �
} rri
�>
��
�
� rn
�
O�
UN
D�r
p x
=0�
wUQ
J J
OU�
J � Z
�Uco
Ix� V V� 7
xi � � QQ -�
I � ��. �.��M �U
I � � ��'�
I
h� -
� �
� �,� � � � �
I I ' � ON�V
�' =Y�I
� � I �,
�
�I
', �I
I11
� I
� � �}. s _. � ��.
�, fi �a
i, ww
i �'', � � m � /��
� C m>„ �
�' �� ��� �
i UO \
� � >wU' 1
___� N � ��z ��
�
. � . w �¢o�_ �� s
, �� � _ � o
I `J I ; \�
I � m
i � /
a
� �
v,wo �
zwz ' �
,�� � � � �I �I ,
��
F��
�����
�r . �t ; o
�
�
t1, � � �
j' �
1 N
W�.'d' W y I �
mwo=
� � .i � ]
� J O
��0� \� I
No�d ��� I
�o� �� . ,
aJ �
� ��t::
��.
�p m
��
w�
�a
�w
�
�� �
���w
aN�No
o=
i�,
��
/ I �� �
� �-� i� a
I� .. �I
/ ; � �� �!
I ' I =;
�
I -3
�
..,- � .� ��
�
0
�
�
�
�
W
%
$
�
I I
�� I
�
_
�
J
�U
Q
� J m
Q a N
W � m
J Z Q
� � W
�
�z�
��
���
w
�
r
�
z �
� w I I
� }
o�
0
w
�
r
�
W N N N
� m m m
Z � � �
J
i,� k � �I J
I� � m
� k
> �� i � w Q
w �
�� � �,' Q � � � i
� M d
�
z a o
�� o �
Q
j z
� W
J � �
� J } w
� I I
� W �
J r
� ~
I �
i
i L �
� �
_
�� �
JW
����
w} � �
W
� � �
� �
_ �
� ' �
�
I�
-II
��
_�
� � �� .
I
Ir I
t ' i
�
I,
�_ _
�
i i i
i
i ,
�, I
� �i
r
I P
L- I� I
m'� � � I
� I ' w
i 1 Q i
� � �
�I � �
, I
I �? �
I
��) I �
a
� am�z I
�,.. ..,.� � �
� i
i
�
� �
I
�
� 1
z I
�
o I � � I
a ,
w
= m , i -,
�
> � �, ' _ �'i
o �
o � �� zwo �,I
z J QU�
w a. o� I�f �� i
� � Q Q _ o p w '.,,I
a z �` I W �
� g � � ���'�� � Q O I
O � Q J t J
� � � I dw
d � � Q I �It x'o _
� �' w
J a ' � �'' -
m w ,'E'
� o � �
W d � � I �
� > � -- !i
� � �
z
Q UJ O I
r
� x o w
o w z � i
Q �I
W 1
� > 111 �w '
Q o
>
w I i' � Q i,
Q i
N � ww
o � N�
z , !i
Q ��� N �
� ��
o�, �w� I��'
� i �Qaa
Q F LL g N
� i��� � I :
NOK?
N , 1
m �� /
� �
�e.l I
� i
_ ' II
J W � -��
�4m�
w� � � � i -, �-� � �,��.
w� i �
� I I I
� _' i
i
,
� o
� � ��
� � � �i
i'
� � � �
� '
�
_ �
� I
o�w I z
w�� � ��
�
a J� � I �w>
w� a �o
mox �'N � �op II
c� o N � w
�w I �o° I
� aww�
� aw � � ,�
m � � � �
- � �� � i �•
-- --�, --- �•: �__�
���
1 � � �
�'�� F-�
� � �� ���.. � � � �
OO+i� '`d1S - �N
W
J
C1
Q
�
�
m
�
w
�
�
Q
�
0
z
0
�
Q
z
�
�
�
ROZ/LZ/b �Pe�)o�d - BMp NVId-�JNIIH�JII 4PLZ0-Z4B410
TEX�S
A CRFI COMi�Af�Y
CO#2
RFI#9 Rev
420 Deeker Drive, Suite 2�f1
Irving, T>C 75062
F'hp�e: (�14) 741-3531
RFI No. 009Revised � CPN 101588 — Universit Dr
To: Mark McCo From: Jamie Greenwa
Texas Materials Group, Inc.
420 Decker Dr. STE 200
Irving, Texas 75062
Phone: Phone: 214-543-5705
Fax: Fax:
Email: Mark.McCo fortworthtexas. ov Email: �amie. reenwa texasbit.com
Sub'ect: Universit /Old Universit Foundation Conflict
Drawin #: Spec Sect#: Contract Item #:
Addendum: Schedule #:
RFI Detail:
Telecommunication Line in conflict of New T-1 & T-4 Foundations Please see Bean's Documentation
attached. - After field meeting and re-staking the ROW, we still have a conflict on the Southwest
Corner, as there isn't sufficient ROW to put the foundation where we discussed during this meeting.
Please advise ASAP
After further investigation, there is what appears to be an abandoned sewer line. Once confirmed,
and removed, they can install T-1 in new location.
Response:
TE�CAS
ACRHCOMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
CO#2
Texas Bit
RFI#9 Rev
PROPOSED CHANGE ORDER # 10
ENGINEER:
PROJECT: University Drive
DATE: September 14, 2023
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: RFI# 9- T-1 Relocation
TEXAS
A CRH COMPANY
UNIT
)D: Description Quantity Unit PRICE AMOU�
New Exploratory Excavation for T-1
New Removal of Existing Abandon Sewer Line
1 EA 523.69 523.69
5 LF 493.50 2,467.50
$ 2,991.19
Sub Quote 2,848.75
Profit 5% (New Items) 142.44
Total 2,991.19
Notes
**This CO is needed fo install foundation T-1 where there is an existing streetlight on the NW corner of University &
Old University.
Once we receive confirmafion that fhe sewer line is abandon, then we will be able to remove if.
Total
2,991.19
UNIT
:DUCT: Description Quantity Unit PRICE AMOU�
$ -
Change Order Add $ 2,991.19
Change Order Deduct
Total Change Order Amount = $ 2,991.19
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By: By:
Date: Jamie Greenway
Project Manager
(214) 543-5705 Cell
� �
� �
� L�+CTI� I CAL
A suhsidiary of
LIlMINB TRANSPORTATION TECHNOLUGlE5
CO#2
RFI#9 Rev
821 E. Enon Avenue, Fort Worth, TX 76140 / P 817-561-7400
Thursday, September 14, 2023
To:
From:
Project:
C0:
Scope:
Jamie Greenway I TexasBit
Cody Turner I Bean Electrical, LLC.
University Drive
CO#9 — REV-1
Per Below Bid Items.
Item Qty Unit Description Unit Price Amount
1 1 EA Exploratory Excavation For T-1 Foundation $498.75 $498.75
2 5 LF Removal Of Existing Abandon Sewer Line $470.00 $2,350.00
TOTAL $2,848.75
**This CO is needed to install foundation T-1 where there is an existing streetlight on the NW corner of University & Old
University. Once we receive confirmation that the sewer line is abandon then we would be able to remove.
**Please sign & return**
TexasBit
Date
Bean Electrical, LLC.
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
>
N
� �
� �
L.L
�
�
i
Q
N
�V
^
�
F
s
i
0
Z
H
�
.�
�+
CR
G
N
R
�
�
�
.�
R
1
�
n
>
O
�
�
x
�
�
L
� �
� �
� r
� �
� m
U N
v
� o
�
i �
� �
� v
V �
� �
L �
� Q
� N
�' >,
O �
U �
v.
� �i
m
v
�
v
�
m
v
C
cB �
t �
pp i
N
Q .�
C
_ i �
� � �
� °�' O
N � �
� >O �n
O > �
O
v '+�
�
� � �
v � c
.� � �
� O
� � �
O �
L � �
Q � �
in
� O �Q � —
� L �
'"' � �
- Q
� � �
L �
O � I
z � O
� �
� � 0
� � U
'� i
� �
v �
+� +, N
� v �
� ., O
� �
� o
X m d
� � �
.� .�
� �
1 �
� � w
�
� �
C vi
� L �
�L v
(6 \
C� = W.
V
�
Q = ^1
LL Vf H U Vf
�
N
w
�
�
N
�
�
+�
c
v
+�
c
0
U
N
t
�
�
O
C
Y
�
c
ra
.�
�
v
�
t
�
dA
C
V
N
�
x
a,
N
�
�
O
�
v
c
�
�
c
v
E
�
�
�
�
c
v
Q �
�
L O
� �
� �
� �
� �
. �
� �
u a
U �
+� Q
o Q
c v
o �
� N
c �
o a�
�
N �
N �
C N
ro �
b�A v
O fl-
N vi
i-.� p
0 .0
N �
� �
� �
� o
O hA
� �
O N
� �
� �
N �
� �
c �.
'� �
O �
_ �ru
� v
N N
�
t �
H v
Z N
0 �
� �
� �
v �
�
.�
�
C
O
:+.�
N
U
O �
� �
L U
� O
(�p � O
� O
� � �
� "� O
O � �
� �
"� � N
� N �
U
O •L y
�� �
� O L
N N �
�
N C .�
(6
"a � U
� U Q-
� N �
� �
� w"' �
_ � O
� O �
N � �
.��. N "r
� � �
�
� � C
_ �
O � �
� � �
p � N
� � �
N
� �
� •`-' a�
• ��
� c a�
� � �
.� � �
o � �
�
� L �
� � �
� � �
� � �
Uti
N W �
� 2 2
�OU
� � O
� L
� O �
� � N
M �� 0
N � U
p� U CO
O
O � �
� �
O � .�
O � �
L -O �
� � N
� � �
"� U `�
� �
N �
� � �
�
� � �
� (0 "-'
C � �
. �
N+--' "�
� �
7
� � O
� O p�
� � �
� �
� U �
C
� L �
� � �
O � �
Q (� di
1+
�
C
"�
O
U
U
�
N
�
�
N
�
C
(B
L
U
�
N
�
O
Q
O
�
N
t
N
N
.>
�
�
�
�
�
a.
7
O
�
�
� L
� �
H �
�--I
_ it i I '—' � I T
it `-� I--
0
� K
V
� 'T
� `V/
�
{,/%y ^ C
W �� � � L
� ro'x 0 �"
a � � '
� o o � �
ix�o.� o �
� � �
� � � �
o �� � o
c '-' c, ns ....
� -� � C �
� f� �7 Q �
a o a�� c�
� � L
� ro fd � �]
� �� �.-,
.�c� ; �i� � � � N
HdY1 6i J33�� a331'=Cd ZS _�� S
�,�r�.�� ;1.1��;,��n�r�n �s °' � o = � �
� Y � q� .�.
�-- � a�33i»c�
���
� ��N
� •
�
���.
� � •
� � •
�J
-- -- - ��•
•
• �
�_--
____ —�,
�
�
�
� o .o
���
v-`�o
o � �
o� o
.r a�
oo°-
— >
� � L
� O '�
O •� _
CL �>
�
Z � �
11 1 I '-a � 'Z. '
m
C11
�
� �
��
U �
O �
��
� �
4 � A '_�f;=- �-
��
� '� — - - _ _ �-� i , -
o _�y -y � ,��..�! ;�-C �i � � ' i-� ' ,., i � *-� t� ,— _
—��� - _ �_ , t �_
. - i. :.. ��:
- _ �� i� _ i_��� - 'r',-;i .�:.
; ,, • -
4}�-. .� - -_ l`,i+,_-=f- _ �-��.. .�-.�1., .. _- .__
�Y
. • .
.�•
�' " ��•
� --_ .•��•
--•�•• �� r• • .■
�,' � •
•`
•
�--- 'r,� ••... ,.•-
-- •••••....••••
�
,�_
�-.
- - - � w
�
� �
d =
a
� 3
' — k- n
r=�7+�,
I ��jy ` � W
L �
I � � �
I �
II I (� � � �
W � �
p J
� �
E u_
a� �
, �'-` a
1 � a�
CO#2
RFI#9 Rev
Greenway, Jamie M (TexasBit)
From:
Sent:
To:
Subject:
Jamie,
James Riddle <jriddle@bei-tx.com>
Wednesday, July 12, 2023 11:53 AM
Aaron Fricke
Re: Automatic reply: [EXT] RFI #10 University @ Old University Fiber & Signal
Foundation Conflict
I made it out to Location this morning and verified the ROW was staked.
The right away staked on the south west corner. I do not think that there's sufFicient right away to put the foundation
where it was discussed during the field meeting.
On the north west corner, I believe everything will work, as discussed part of the feild meeting.
James Riddle
TrafFic Signal Field Superintendant
817-727-1084
Sent from my iPhone
On Jul 12, 2023, at 9:04 AM, Aaron Fricke <AFricke@cobbfendley.com> wrote:
I will be out of the ofFice until Friday July 14. If you need immediate assistance, please contact Bobbie Fealy at
bobbie.fealy@cobbfendley.com (817-445-1016) or Ted Sugg at tsugg@cobbfendley.com (972-335-3214).
Thank you,
Aaron
T� A
� `!�
_ - _� _
ELECTRICAL
A su6sidiary of
LUMIN8 TRANSPORTATION TECHNOLOGIES
CO#2
RFI#9 Rev
821_E. Enon Avenue, Fort Worth, TX 76140 / P 817-561-7400
Thursday July 3, 2023
To: Jamie Greenway I Texas Bit
From: James Riddle I Bean Electrical Inc.
Project: University Drive Improvements—CPN: 101588
RFI: #10 University @ Old University Fiber & Signal Foundation Conflict
Description:
Per the plans, on plan sheet 30, it calls out to install both signal foundations, T-1, and T-4 behind the back of
sidewalk. On signal foundation T-1 we located a Fiber/ telecommunication line, at a depth of 9' 4". The lines run
north and south though the center of the foundation and impeding the diameter of the foundation by
approximately 18" into the foundation.
On foundation T-4 at a depth of approximately 8'9", we also located the same fiber/ telecommunication lines.
These lines are impeding the diameter of the foundation by 16".
Due to the location of the Fiber/Telecommunication lines, along with known ROW we cannot install the signal
foundations as per plan.
Contractors Recommendation
PLEASE ADVISE.
Monetary Cost: YES
Bean Electrical, LLC.
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
TEX�S
A CRFI COMi�Af�Y
CO#2
RFI#10
420 Deeker Drive, Suite 2�f1
Irving, T>C 75062
F'hp�e: (�14) 741-3531
RFI No. 010 � CPN 101588 — Universit Dr
To: Mark McCo From: Jamie Greenwa
Texas Materials Group, Inc.
420 Decker Dr. STE 200
Irving, Texas 75062
Phone: Phone: 214-543-5705
Fax: Fax:
Email: Mark.McCo fortworthtexas. ov Email: �amie. reenwa texasbit.com
/ Remove Concrete / Median
Sub'ect: Curbs
Drawin #: S ec Sect#: Contract Item #:
Addendum: Schedule #:
7amora
�onstrue�ion
CO#2
RFI#10
C. C. ZAMORA CONSTRUCTION, LLC
P. O. BOX 10396 � River Oaks, TX, 76114
REQUEST FOR INFORMATION
To: TexasBlT
Attn: Jamie Greenway RFI No. 01
Project No. CPN 101588 Date Submitted: 07/28/2023.
Project Name: University Drive Improvements Date Needed By:
Regarding Drawing(s): Specification Section(s):
Multiple
Areas
Subject:
, additional concrete thickness to be
removed for Median Landscaping
Request for Information:
The preconstruction Sidewalks were 4'-5' in width the new sidewalks. Per plan Sheet 15 Revised Date
04/04/2023 are Changed to 6' wide which affected multiple Sprinkler systems along S. University Dr.
_NO DAT[ ��COMMENT
�j 02.h0?2-023.LIVOATEo6UE
QQQrp-0�02� A�f3R10NAL61OEWALK
I
The Addition of Sidewalk along Old University behind the Fairfield Inn Also Affected their system.
See Attached Quote for the above work that is needed and changes due to additions required due
to field conditions
By: Chris Barnett Date: 07/28/2023
Response:
See RFI#11 for Sprinklers
By:
(Name)
(Signature)
Date:
Note: �
Page 1 of 1
CO#2
TEXAS
P. CRH CpMPANY
OWNER: City of Fort Worth
Attn: Mark McCoy
200 Texas St
City, State, Zip
DATE:
July 28, 2023
TeXaS Blt
RFI#10
ENGINEER:
PROJECT: University Drive
RFI#3 - Missing Bid Items, & RFI#6 SL Power @ LP-19,
Additional Cable/Conduit @ Collinsworth for Relocation of TS
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Cabinet
UNIT
ADD: Description Quantity Unit PRICE AMOUNT
I RFI#10 Remove 9" Concrete Pavement (Median) 819 SY $ 41.822 $ 34,251.81 I
- See
- � • � • RFI#11
$ �� for
Sprinklers
UNIT
DEDUCT: Description Quantity Unit PRICE AMOUNT
Remove Concrete Pavement -819 $ 41.35 $ (33,865.65)
$
$
$
$ (33,865.65)
Sub Quote - New Items
Deduct
Profit 5%
Bond
Insurance
60,678.77
(33,865.65)
3,033.94
TEXAS
A CRH COMPANV
Total $ --Q9;8�-9Fr—
UNIT
DEDUCT: Description Quantity Unit PRICE AMOUNT
$ -
Change Order Add
Change Order Deduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER:
By:
Date:
�
$ —i9;8�4�9fr
Submitted By:
Texas Mater�ials Gro p, Inc dba: Texas Bit
gy. � 2u n /
i
Jamie re nway
Proje t nager
(214) 3-5705 Cell
arnc�ra
_"onstructit)n
CO#2
RFI#10
Zamora Construction
P.O. Box 10396
River Oaks, TX 76114 I QUOTE
Ph 817 759-0063 Fax 817 759-0064
Customer. Jamie Greenway / Chris Harris
TexasBit Date: July 25, 2023
Quote # 2129
Project: UNIVERSITY DRIVE tMPROVEMENTS CPN 101588
Description of Work
We are pleased to offer our quotation for the project named above. This quote is based on the documents
and specifications provided by you. Unless otherwise noted, our pricing includes labor, material, equipment
and is based on the following qualifications and/or exclusions.
eid Item # Description UOM eid Qty Unit Price Bid Value
� Remove 9" Concrete Pavement (For Median SY 819 $ 39.83 $ 32,620.77
Landscaping)
'' nal Cost For Sprinkler Repairs due to the
2 changes in width of t e i 39.83 $ 28,058.00
Additi e were none was
existin
$
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
Exclusions:
Electrical, plumbing, landscaping, permit, bond, topsoil, sprinkler fix, temporary sanitary, traffic control,
erosion control, base preparation, lime stabilization, and not mentioned item on the quote above.
This auote is valid for 30 days from date above Subtotal $�8-,�
�.S�r MBE DBE HUB Tax (0.00°�0) � -
� , ,
�„..�`..;;m� Aw.,aµ Total $ frA�6�8:7�
By signing below, customer agrees to terms of this quote.
Payable [] weekly as work progresses; [] upon
completion of work.
See
RFI#11
for
Sprinklers
Page 1 of 2
TEX�S
A CRFI COMi�Af�Y
CO#2
RFI#11
420 Deeker Drive, Suite 2�0
Irving, T>C 75062
F'hp�e: (�14) 741-3531
RFI No. 011 � CPN 101588 — Universit Dr
To: Mark McCo From: Jamie Greenwa
Texas Materials Group, Inc.
420 Decker Dr. STE 200
Irving, Texas 75062
Phone: Phone: 214-543-5705
Fax: Fax:
Email: Mark.McCo fortworthtexas. ov Email: �amie. reenwa texasbit.com
Sub'ect: Misc Irri ation Re-Location
Drawin #: Spec Sect#: Contract Item #:
Addendum: Schedule #:
RFI Detail:
sidewalks.
Irrigation relocation cost when not damaged, but in the way of installing foundations, or
Suggestion:
New item # with LS to cover cost of relocating irrigation services that are in the way of installation
of items in project?
Response:
We are adding $50,000 for Additional Irrigation Relocation, to be used as needed and
paid upon submittal of invoices from the irrigation subcontractor.
���R��'�`� Cltj/ Of FOI'� WOI'�h
ACCEPTANCE OF PREVIOUS M/WBE COMMITMENT FORM
(for use with CHANGE ORDERS or AMENDMENTS greater than $100,000)
Project Name:
University Drive Phase
To be Completed by City Project Manager
Change Order (for Construction Contract)
City Project Number
1 101588
City Project Manager
Contractor: Mark McCoy
Texas Materials Group Inc., dba Texas Bit City's M/WBE Project Goal: 13 %
Original Amount of Contract: $3,406,056.86 Accepted M/WBE Commitment: 14 %
Total of Previous Change Orders: $97,289.30 Date of Last M/WBE Report: 1 O/1 1/2023
Amount for this Change Order: $122,148.03 Change Order #: 2
Revised Amount of Contract: $3,625,494.19 Date: 10/9/2023
Language to be inserted in the M&C for this Contract
Texas Materials Group Inc., dba Texas Bit agrees to maintain its initial M/WBE commitment of
14% that it made on the original contract and extend and maintain that same M/WBE commitment
of 14% to all prior change orders up to and inclusive of this Change Order No. 2. Therefore Texas
Materials Group Inc., dba Texas Bit remains in compliance with the City's M/WBE Ordinance and
attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment
form executed by an authorized representative of its company.
To be Completed by the Representative of the Co
Jamie Greenway Project Manager
Printed Signature Title
Texas Materials Group Inc., dba Texas Bit
Company Name
420 Decker Dr, Ste 200
Address
Irving TX 75062
City/State/Zip
Auth
r ��,2
Signature�
Contact Name (if different)
iamie.�reenway@texasmaterials.com
E-mail address
214-543-5705
Phone number
6% as of
M/WBE % Paid to Date
Fax Number
10/11 /2023
Date
Lity rro�ect manager nas reviewea tne worK associatea witn tnis c;nange uraer,
considers it the same or similar to work in the original Contract, and recommends that the
Contractor have the option to retain and confirm its existin M/WBE commitment.
Mark McCoy L � ( 10/11 /2023
City Project Manager City Pr �o ect Manager Signature Date
Business Equity Division Staff
ID #
MWBE % via Last Online Report Submitted
Business Equity Division Signature Date
TEXAS
A CRH COMPANY
August 8, 2023
RE: 2018 Rule Changes to Form 1295
3,5%
1�G.1°/o
_�
2�.���,
Beginning January 1, 2018, changes took effect concerning Form 1295. According to these
changes a publicly traded business entity, including a wholly owned subsidiary of the
business entity is exempt from the Form 1295 filing requirements.
Texas Materials Group, Inc., a
member of the CRH family of
companies that are wholly owned
by CRH pic headquartered in
Ireland.
CRH (LSE: CRH, ISE: CRG,
NYSE: CRH) is the leading
provider of building materials
solutions that build, connect and
improve our world. Employing
c.75,800 people at c.3,160
locations in 29 countries, CRH
has market leadership positions
in both North America and in
Europe.
A Fortune 500 company, CRH is
a constituent member of the FTSE
100 Index, the EURO STOXX 50
Index, the /SEQ 20 and the Dow
Jones Sustainability Index (DJSI)
Europe. The company is ranked
among sector leaders by
Environmental, Social and
Governance (ESG) rating
agencies. CRH's American
Depositary Shares are listed on
The NYSE.
Best Regards,
r '
Chris Michael
North Texas Area
Vice President/General Manager
Texas Materials Group, Inc.
E: chris.michael@texasmaterials.com
1.o°ro
R 3�.1°IO
�
�
zs.o°e4
Texas Materials
North Texas Area
420 Decker Drive, Suite 200
Irving, TX 75062
T (214) 741 3531
www. texa s m ate ri a l s. co m
■ North America
■ llnited Kingdom
� Europe / flther
Retail
■ Ireland
■ Treasury
�C]]v�r��r��i� c�� �r�l�n��► �h�r��
Shar�hold'ing� as of 31, [aece�b�e� 2i]2�
Gevg;�phir LAration{i�' i'JlJf�i�F O�SYlaP�S
r,�� �c}ocr�5
Nae�h rcmerr:a 2�1,353
u��t�d ���gd��,
Europe O�her
R.��� i
hrei;anci
z��,���
i�s,s�s
12Q,7S�
26,0�"J1
�5.1
3.5
Treas�ry?ii; 7',3�8 i.47
35�,144 id�€].i�
[i] �,i� rap=essnt=_ e best e�t`mate cfthe num��r af sh.ar=s L�n�rFalled by;urd managers
residerrt in thE ge�graF+hi ��re�ic�rtiY- irid icated. Priva�'e sha,�e���old�rs a:.•e� cl��ssified .=:s
reta�� ��ove.
[ii i.4.s d'e _��.il�d i�� ��et� r� =c t+�re �ansci idat_d Finaa_ial �taaarva=_nts_
96 of Tatal
32. �.
MAY AND COUNCIL COMMUNICA
CPN 101588 -UNIVERSITY DR-
TRINITY RIVER TO W. ROSEDALE
TION
ST
_ ;; � ,= ; � ��
� �� '� �`►� � �� � ,� / , � � , ,
� � ,;� i ,=
0 p ; � �� �,
�>- �= �
� , � -' �Q �' ,i
(n ' � �
w w � //// //'o����P i �� ; .
> > �-- ,. Q
z z ,--'�- o' � G��S�'' -���. �
� �--, ; ' ,� �
; %;- � �� � =' , ����� ROSEDALE ST S, W
- " ,- ' -; , � , ����1� `�`��'�O
WEST FWY SR WB ' - � ; ,= � : = �,L G �
-------------------- � � i' �L � H
----------------- -�$ ''
W�S� FWY �� �,/"� �, ��5'C, �0i� 0 Q IRWIN ST
� �� �� 0��� � v >
� Q � yQ�j' , �' g � � � �
LOCKE AVE O 0 ���= �' � � �n Q
� � �>�� '/ ♦
I J � �� �
LOVELL AVE � �% i '�� � ��
� � ,�- � ��
� �- ��
V4,-�' � �
= � c"S`T�-- cn� �
MoPPG RO
��-° � �� �
C��'� � �o� V a�
O �� �
Q- � ♦
A j ��� �
� � � �i
� W V i
■ � _� io
� �����
� �� V
� �
COLLINSWORTH ST �
■
■
■
RNER'�"`�'n�T DR
Ot�
`eatF
G
Dala is provided to Transportation and Public Works by different sources
Inside and outside the City, and has not been audited or independently verified by �
Transportation and Public Works. The information provided by Transportation and Public'a�. �
is not to be used for survey, design: or construction. We require all receiving entities to �O
enact their own due diligence for any actions. Viewing any data, deems the City of Fort'a^�: � C7ERS qV
not liable (or any said data and is to be used as a graphical representation only. E
� Y
U
�
m
�
HARRISON AVE
S�oNEBR`pGE p�
EDWIN S7
C�LON�qL PKWY �
O
�
z
�
Q
J �
L1.. �
�
r�
Miles
0 0.05 0.1 0.2
n�
�
w
�
w
c�
0
�'
Y
U
O
�
N
� Legen�;='
,
■ ■ 1 UNIVERSITY DR, S
��S ■ ■ 1 OLD UNIVERSITY DR ���
���� CFW STREETS
��� CLEARFORK TRINITY RIVER
City of Fort Worth,
Mayor and
DATE: 11 /14/23
Texas
Council Communication
M&C FILE NUMBER: M&C 23-0987
LOG NAME: 20UNIV DR CO2 TEXAS BIT
SUBJECT
(CD 3 and CD 9) Authorize Execution of Change Order No. 2 in the Amount of $122,532.96 to a Contract with Texas Materials Group Inc., dba
Texas Bit for the University Drive Corridor Project for a Revised Contract Amount of $3,625,879.12
RECOMMENDATION:
It is recommended that the City Council authorize execution of Change Order No. 2 in the amount of $122,532.96 to City Secretary Contract
Number 58122 with Texas Materials Group Inc., dba Texas Bit for the University Drive Corridor project for a revised contract amount of
$3,625,879.12 (City Project No. 101588).
DISCUSSION:
On August 23, 2022, Mayor and Council Communication (M&C) 22-0637 authorized a contract with Texas Materials Group Inc., dba Texas Bit (City
Secretary Contract Number 58122), in the amount of $3,406,056.86 for the University Drive Corridor project.
Change Order No. 1 was executed administratively for $97,289.30 and allowed for material cost increases, water vault reconstruction, tree
removal, utility relocation and other items. This Change Order No. 2 includes various items needed due to differing site conditions such as
additional conduit to reach a new location of electrical service, replacement of streetlight drilled foundations with spread footings due to depth
constraints, increased depth of inedian concrete pavement to be removed from six (per construction plans) to nine inches (actual), and an
irrigation allowance to repair/restore irrigation impacts near signal and street light foundations.
The following table summarizes contract actions for City Secretary Contract Number 58122:
Action Amount Justification Date
Initial contract execution $3,406,056.86 Original Construction Contract 8/23/2022
(M&C 22-0637)
Change Order No. 1 $97,289.30 Change order for material cost 7/7/2023
(Administratively increases due to City-requested
Approved) delay start, water vault reconstruction,
tree removal, additional utility
location, traffic items, overhead
conductor for LP-10, cable and
conduit for relocating signal cabinet
at Collinsworth
Change Order No. 2 $122,532.96 Change order for signal and lighting Pending
electrical items, spread footings for
streetlights, increased concrete
pavement removal depth and
irrigation allowance
Contract Total $3,625,879.12
The funding for the project is summarized in the table below:
Fund Existing Additional project Total
Appropriations Appropriations
Fund Existing Additional project Total
Appropriations Appropriations
34018 - 2018 Bond $5,300,000.00 $0.00 $5,300,000.00
Program Fund
56002 - Water &
Sewer Capital Project $429,049.00 $0.00 $429,049.00
Fund
Project Total $5,729,049.00 $0.00 $5,729,049.00
This change order will be funded within the existing project budget funds and no additional appropriations are required. Funding is budgeted in the
2018 Bond Program Fund for the purpose of funding the University Drive Corridor project as appropriated.
M/WBE OFFICE - Texas Materials Group Inc., dba Texas Bit agrees to maintain its initial M/WBE commitment of 14°/o that it made on the original
contract and extend and maintain that same M/WBE commitment of 14% to all prior change orders up to and inclusive of this Change Order No. 2.
Therefore Texas Materials Group Inc., dba Texas Bit remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its
signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company.
The project is located in COUNCIL DISTRICTS 3 and 9.
A Form 1295 is not required because: This contract will be with a publicly-traded business entity or a wholly-owned subsidiary of a publicly-traded
business entity: Texas Materials Group, Inc. dba Texas Bit
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 University Drive Corridor project to support the approval of the above recommendation and execution of the change order. Prior to any
expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office by; William Johnson 5806
Originating Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Monty Hall 8662
FoR� �o�Tx�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: University Drive Phase 1 CO #2
M&C: N/A
Date: 11/15/2023
�
�
�
�
�
�
�
�
:
�
�
�
�
Name
Ann Estes
Bereket Birhane
Jamie Greenway
Stephen Barnard
Raul Lopez
Lissette Acevedo
Patricia Wadsack
Lauren Prieur
Doug Black
William Johnson
Jannette Goodall
TPW Contracts
CPN: 101588 CSO: 58122
Department Initials
TPW - Review
TPW - Signature ��
TexasBit - Signature ���
TPW - Signature �
TPW - Signature ��-
TPW — Signature
TPW — Signature P��„ �w
TPW — Signature ���
Legal — Signature ��.,,�
CMO — Signature �„
CSO - Si�nature �«
DOC#: N/A
Date Out
Nov 17, 2023
Nov 20, 2023
Nov 17, 2023
Nov 17, 2023
Nov 20, 2023
Nov 22, 2023
Nov 27, 2023
Nov 27, 2023
Nov 28, 2023
Nov 28, 2023
N ov 29, 2023
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCLJMENTS 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
ROUTING TO CSO: �YES ❑No
NEXT DAY: ❑YES �No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContracts(a�fortworthtexas.gov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
CSC No. 58122-0O3
FORT WORTH:,, City of Fort Worth
—�— Change Order Request
Project Name University Drive Phase 1 City Sec # 58122
Client Project #(s) � 01588 �v � �
Project Description University Drive Phase 1- Mill 8 overlay, striping, sidewalks, traffic signals, street lights, medians and landscape along University Drive
Contractor Texas Materials Group Inc., dba Texas Bit Change Order # 3 Date 3/14/2024
City Project Mgr. Bereket Birhane City Inspector Stephen 8amard
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
TPW I Water
Totals
Contract Time
Revised Contract Amount
Original Funds Available for Change Orders
Remaining Funds Availabie for this CO
Addi6onal Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONEJ AS % OF ORIGINAL CONTRACT 7.30%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $4,257,571.08
- High earfy strength concrete needs to be used for University Village Park driveway crosswalk to expedite construction and minimize impact on business.
- A valley gutter at the intersection of Old University and University Dr needs to be replaced due to age and drainage issues (holding water).
City of Fort Worth staff and consultant team have evaluated proposed quantities and unit prices using recent City, TxDOT and other sources and found them to be acceptable.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in fuil (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.
Cantractor's Company Name Contractor Name} Cantract Signature Date
Texas Materials Group, Inc. IJamie Greenway I Mar31, 2024
Ins ectodins ection Su ervisor Date Pro'ect and Contract Com liance Mana er Date
� N4w� Apr 8, 2024 Qi^�� P%��— Apr 2, 2024
Pro ram Mana er Date Senior Ca ital Pro'ect Officer Date
� ��. Apr 8, 2024 +°■+�-� Apr 12, 2024
Assistant Director �e t Date Director, Contractin De artment o Date
p.,
x� �`� �--�'d`� ^F'u6- Apr 18, 2024 ��+ Apr 18, 2024
Assistant City Att�rne Date Assistant Ci Manager Date
�,o ���' Apr 23, 2024 ��,,�,? ��� _� Apr 24, 2024
Council Action (if required)
�nn
ATTEST: poF FORT�o�a
��,,,.�a .w�,�.a,. e°�° �op-iv
a�o o=a
Jannette Goodall, City Secretary p°p* "°� ^� *d
aan nE°��°psba
M&C Number � � M&C Date Approved ��
!
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FoKr WoKry City Of FOrt Worth
-1y!'� Change Order Additions
Project Name University Drive Phase 1 City Sec # 58122
Client Project # 101588
Contracror Texas Materials Group Inc.; dba Texas Bit PM Bereket Birhane Inspecto Stephen Barnard
Change Order Submittal #�3 Date 3/1 412 0 2 4
ADDITIONS
�IL911� � , , �_ S'7Ji�s�� i '' ��
��� , � . . : � � � •���-�NY�����371 �,: � i
�• � : ������������,�-i�[.�isz�
�''. � : ���������������
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
�
�,� ��
�
�
��
Change Order Additions Page 1 of 1
Foa�rwokrH City of Fort Worth
�- Change Order Deletions
Project Name Universiry Drive Phase 1 Ciry Sec # 58122
Client Project # 101588
Contractor Texas Materials Group Inc., tlba Texas Bit PM Bereket Birhane Inspector Stephen Barnard
Change Order Submittal #�� Date 3/14/2024
� •
� � ' • �0���
� ���� �
� ���� �
� ���� �
� ���� �
� �����
� ���� �
� �����
� �����
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� �����
� �����
� �����
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ���� �
� ��
� ��
�
�
. �• � � ��
Change Order Deletions Page 3 of 4
Previous Chan e Orders
co# DATE AMOUNT
07/07/2023 $97,289.30
11/29/2023 $122,532.96
Total � $219,822.26
TEXAS
A CRH COMPANY
Texas B it
PROPOSED CHANGE ORDER # 12
TEXAS
A CRH COMPANY
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: March 4, 2024
High Early Concrete for Crosswalks@ Old University and
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Village Park
UNIT
�: Description Quantity Unit PRICE AMOI
New High Early Concrete @ University Vi►lage Park & Old
University
Breakdown
Materials
Sub Quote
Profit 5°/a
EF�i�y'/
810. 00
810.00
40.50
Total
�y[:�i
850.50
850.50
UNIT
)UCT: Description Quantity Unit PRICE AMOI
$ -
Change Order Add $ -
Change Order Deduct
Total Change Order Amount = $ -
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By: By:
Date: Jamie Greenway
Project Manager
(214) 543-5705 Cell
TEXAS Texas Bit TEXAS
A CRH GOMPANY A CRH GOMPANY
PROPOSED CHANGE ORDER # 11 -Revised
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: March 14, 2024
RFI# 15 - Valley Gutter University @ Old University (East
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Side)
UNIT
): Description Quantity Unit PRICE AMOI
New Remove Valley Gutter
New Replace Valley Gutter
Breakdown
Materials
Equipment
Labor
Sub Quote
Profit 5%
87 SY
87 SY
13008.05
5373.62
8265.00
26646.67
1,332.33 Total
86.52
235.08
7,527.07
20,451.96
Notes
Revised Quote - Use HES Concrete, and do as 2 move-ins.
Tota I
27,979.00
UNIT
)UCT: Description Quantity Unit PRICE AMOI
$ -
Change Order Add $ 27,979.00
Change Order Deduct
Total Change Order Amount = $ 27,979.00
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc dba: Texas Bit
By: By:
Date: Jamie Greenway
Project Manager
(214) 543-5705 Cell
Pay Scale
w
0
R�
�
�
I�^
^
�
i�
�i
b
:�
V
�
�
�
C�
:�
3
to N
�
F�- 00
v �
c �
R �
C'J v*
0
0
L O
O �
t/T
� N
a �
� m
Q o
6 M
w an
@ O
O
v O
;� o
� m
�
O
0
�° �
m vi
J N
�
0 �
r >
�N �%
GJ Y
� �
C i
� O
� �
O �
0
�ri
R � �
~ a "'
�=Il�,�,m�,�,�,0000000�l�
� o
� o
N � £ �
p_ �C Q
Q � .n .n <n .n +n .n �cn v* +n v� �cn v* +n +n
� �
� _
� O
� O
N R � �
o.aQ
c = .n .n .n .n .n .n ... ... ... ... ... ... ... .n
N
~ N y O
O
= O
� O
� O
N T Q �
o- a
a - v,. v,. v,. v,. v,. v,. v,. ,n. ,n. ,n. v,. ,n. ,n. v,.
� LL
N �
i O
x o
= o
� �
N � � �
p_ = Q
Q p v. +n +n +n v. +n .n v. an .n .n v. an an
� �
� y O
O
= O
C �
3 O
O
ry R Q �
oa
_ c ,n v� .n v� ,n vs .n v� .n v� .n v� .n v�
Q O
W �
i O
= O
O O O O O O O �
d
O.�-� .-�-i ti ti ti.-N-i m N
N � � �
m = Q �
�o �w���w�w�w�w��
� �
N y O O O O O O O �
� � � � � � �
= C 7 Y C V' 7 �f' '�
m
0 0 0 0 0 0 0 0
� �
O ti.-N-i ti ti ti.-N-i m N
N � �
m � Q '"
� "'
o �w�������w����
� �
'� y O O O O O O O �
�rl 1n In � tIl In �fl �
= d' �i �i C d' �i V' fl')
L
0
�
�
J
0
0
�
0
N
= O
� O
� O
a E '�^
3a
N
O
O
= O
� O
O
� E v�t
�a
li
O
0
= o
T � O
@ � v�i
N Q
� �
s
�"' o
O
O
= O
N O �
a £ o
,n
Cyi Q
L�
�
O
G
O
= o 0
�
T 0 � �
a£ .~n
ya�
�
�
O O
c-i �-i
0
= o 0
�
�+ O •N-� u�i
� � N
�a
o `^
�
O O
c�l a-I
E
d
m
0
Q
�
N
�
'i
�
�b+
C�
G
�
�
.�
�
W
3
R �
�a
� an .n v� +n an v� v� v�
N
�
_
3
O
m £
aa
- .n v� +n v� +n .n +n +n
LL
N
i
C
�
O
� �
� a tn u� +/� vi v� v� v� an
O
�
N
�
7
O
m E
a Q
= v� �n v� +n v� v� v� v�
O
�
�
@
0
O O O
= O �n O
7
O � oMp �
m E
aa
_ .� ,� .� .� .� .� .� .�
0
�
N O O O
O .-i .-i �-+
= o 0 0 �
� o �n o m
O � � � .m-i
� �
aa
_ .� ,� .� .� .� .�, .� .�
0
�
fT6 O O O O
Q c-I �--I c-I c-I
_
_
o T� o
v. a e .n
,n vs v* ,n .n v. � Q
N
N
O O
O O
O O
""" 1.■""""""
O = O
O � O
a�n N � t�n
aa
... .,. v. v. .,. a.. � �n .n .n
�
0 0
0 0
0 0
""" •'.■""""""
00 = o 0
N � o 0 0
M O ti N o
.� a Q �
� a � r � � � � � p � �
�
0 0 0 0
0 0 0 0
M N N d'
� = O O
� = O O O
.-i T O .�-i .ti �
°i m E m
ri a a �
� � � � � � � 0 � �
�
0 0 0 0
0 0 0 0
� N N �
W
�
�
O
N
�
�
�
O
Ll (n
� O�'
�
U U
� �
� �
� T
� �
> -
� Q
�
@ O O
•� N � N
C(C Q U L]
G � m �
'�
0
�•
�
�
I�^
^y
W
�
�
�
br
I�
�
�
�
�
3
+.�. �
O
O �
h ^
� a
� �
c� i�i,
Q
�
o �
O R
L O al
p a U
�
_�
��
0
i-° QE
�= II o o�o 0 0 0�o 0 0 0�o 0 0 o I o
v
� 11111111111111 �
� o
� a o
v .a
N � y�}
Qda
a c .n.n.n.n.n.n,.....+.....,.....+..+n
a
m d
� y O
O
= O
3
O C 0
� � O
C � OYJ V 0 O
E� aQi N aNi Q �
� � �������+n+n+n�+n+n�
�- �o a Q ~
w tn 00
� o
x o
� �
3
�v � c
a`, o v
@ � V
� �
�
3
O
d
� �'
O
� O �
LJ
� � d
J �
�
0 0 0 0 0 0 0 0
�� o 0 0 0 0 0 0�
N O .a-i ti � .�-i .a-i ti �m �V
a � �
da �
c v. .n .n .n v. .n .n +n an ,n .n +n an .n "n
�
d
0
y O O O O O O O �
= C d' C C C ct C �
N
O O O O O O O
O O O O O O O 0
3 O O O O O O O �
� O N N N N N N c{ O
N
N £ �y^
c6 � Q y�
� F VT V? Vf 4/} �} � V? MT t/? M1 V1 MT t/? V?
Lfl
N i O O O O O O O �
= lD lD lD tD lD lD tD N
C
O O o o O O O O
Q � O O O O O O O �
3 d' R O .�-1 N .�-I .�-I .-�-I .�-1 �m V
� N � � ti
af6i m aNi Q �
v � _ .� .� .� .� .� .� +� .� .� .n +� .� .� .�
� a
rn a�
� � y O O O O O O O �
= V' C Y C V' 7 �P N
3
O O O O O O O O O
d = O O O O O O O �
�S N T O N N N N N N d' O
N �
v �p y Q M
a � 3 � w � � � � � � � w � � � �
� �
~ y O O O O O O O �
= l0 tD t0 l0 tO tD tD N
d
0
�
�
J
�,
0
�
0
�
�
�
0
a�iF
= o
� o
0
E v�i
a
O
O
= O
� O
O
� �
Q
0
0
= o
� o
O
a "'
0
O
� O
� 0
0
Q �
O
O
= O
� O
O
� M
a
O
O
O O O O O O O O O �
= tn 00 lD vt N O N O O O
O t0 � N�Il N OO W �Il O 0
y � �Y 7 ci '.,j
va �
F.� �, �, .n �, �, .�, .n �, �*
O O O O O O O O O O
c-i c-� c-i .-� c-i c-� c-I .-� c-i 01
O
O
U
Q
N p @
m �
� T � �
N
N � � 'L-
U > � O
'O 3 CO '� �
o �° � U 0 0?
a� m � X � U
.�6o m m� L g d o' ~
'a a� a> o c' ��
m m
� m= in U�i � U U�
N
�L
�
�b+
C�
G
.3
�
W
�
0
va
3 .�,��,�,��,�,�
_
3
O
a�'i Q
� .r* in +n +n +n .n +n +n
N
N
i
C
O
va
?,� in v� +n an vs v� v� an
_
O
= O
� �
� W
lC £
'� Q
N V? V? MT V? M� Vf MT t/T
4!
�
F"'
� O
_ .ti
� 11111111
O
C �
�
� o W
� �
"a .���.�w��.�
�
�
i O
= ti
Zamora Weekly Chargeable Report
Time Labor Material Equipment Other Total
Week 1 $2,565.00 $300.00 $3,703.62 $600.00 $ 7,168.62
Week 2 $5,700.00 $11,708.05 $1,670.00 $400.00 $ 19,478.05
Week 3 $0.00 $0.00 $0.00 $0.00 $ -
Week 4 $0.00 $0.00 $0.00 $0.00 $ -
Week 5 $0.00 $0.00 $0.00 $0.00 $ -
Week 6 $0.00 $0.00 $0.00 $0.00 $ -
Week 7 $0.00 $0.00 $0.00 $0.00 $ -
TOTAL $ 26,646.7
F��� ����r�c«
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: University Drive Phase 1 Change Order #3
M&C: N/A CPN: 101588 CSO: 58122 DOC#: N/A
Date: 3/14/2024
To: Name Department Initials Date Out
1. Ann Estes TPW - Review ,,� Apr l, 2024
2. Berelcet Birhane TPW - Signature ���"��� Apr 2, 2024
3. Jamie Greenway TeXasBit - Sign � Mar 31, 2024
4. Stephen Barnard TPW - Signature sa Apr 8, 2024
5. Raul Lopez TPW - Signature �� Apr 8, 2024
6. Lissette Acevedo TPW — Signature � Apr 12, 2024
7. Patricia Wadsack TPW — Signature p(�� Apr 18, 2024
8. Lauren Prieur TPW — Signature ,� Apr 18, 2024
9. Doug B1ack Legal — Signature „� g Apr 23, 2024
10. Jesica McEachern CMO — Signature „a` Apr 24, 2024
l L Jannette Goodall CSO - Signature ,� Apr 24, 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 approva] first. Once the ACM has signed the routing slip, David will review
and take the neXt steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContractsn,fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
CSC No. 58122-004
FORT WORTH,,, City of Fort Worth
`�r Change Order Request
Project Name University Drive Phase 1 Ciry Sec # 58122
Client Project #(s) 101588
Project University Drive Phase 1- Mill & oveday, stripiog, sidewalks, traffic signals, street lights, medians aod �aodscape aiong University Drive
Description
Contracior Texas Materials Group Inc., dba Texas Bit Change Order # 4 Date 5/30/2024
City Project Mgr. Bereket Birhane City Inspector Stephen Barnard
Dept. � TPW � Water
Original Contract Amount
Extras to Date
Cretliis to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Amount of Proposed Change Order
Revisetl Contract Amount
Original Funds Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
$248,651.96 I $0.00
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
Contract Time
Totals (CD)
$3,406,056.86 365
$248,651.96 20
$3,654,708.82 385
$61,483.54 121
$3,716,192.36 506
$0.00
$61,483.54
9.11 %
$4,257,571.08
- Instailation of stamped colored concrete overlay on a 3 ft median along Old University Dr at University Dr intersection. TPW requested that the narrow center median on Olc
University be overiaid with stamped concrete to increase its visibiiity, improve safety, and aestheticafiy tie Oid University to University Dr.
- Appiication of crack sealant to the concrete base to prevent cracks from reflecting through the asphalt.
- Replacement of the originai HMAC mix design in the contract (PG64-22 Ty D HMA) with a better mix design (MAC SP-D 70-22XR SAC-A R) that is longer lasting and more
resistant to cracking and rutting.
- Removal and replacement of 6 permanent traffic signs knocked down by vehicles.
- Repiacement of outdated City standard 4" Striping shown in the plans with 6" striping per current City specifications.
- Extend contract by 121 days to accommodate blackout periods and (no construction allowed), utility-caused delays and additional work. While the contract does not require
absolute work shutdown on biackout dates but iimits Iane closures to a single Iane, TPW has requested shutdown during all of the dates. Additionally, unanticipated
underground franchise utility conflicts caused a number of delays to the signal and street light work.
Staff and consultant have reviewed pricing and deemed it reasonable.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in
full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below
acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and
reporting requirements.
ATTEST:
_....., s:�_....
Jannette Goodall, City Secretary
�oo400nb
�� �pORT�o9�
d
��`o .1d
Pvo �=4
G�p'� °oo o° �`vd
a��� nEXASoa
M&C Number M&C Date Approvetl �
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contractor's Com an Name Contractor Name Contract Si nature Date
Texas Materials Group, Inc. Jamie Greenway Jun 5, 2024
FoKr WoKry City of Fort Worth
� Change Order Additions
Project Name Universit Drive Phase 1 City Sec # 58122
ClieniProject# 101588
Contractor Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Barnard
Change Order Submittal #�4 Date 5/30/2024
�IL91'1� � ' •` �7�.9'i���sa� '�'� ■��
��� � � - � . • • • ���-��annmumn�+�l�7(i3�J �7�7iS�J
�� �j��� . ,.. ������i����L7��'���cu�.xu�cx3
�1`f'�1�� � � � ����-�z�r��y��,� ''�s�xr�;ri.x�ra
�9� I����ii�' �, ��
�1�' • -������cmrmrmrau�„���, � � �, : � ��
� ,� `' F. • 1 `���-�i:FY� �Ii➢�`��i��Y:�:i1Bf.T1]
�`1L�'1�. � • . , • ,�I(i��z�r��i��6�l��t.w.a�ia
� � � �����:�rrra�i�r�r�ur�r�ru�i�y6il �i�f�L'J
�. e... .,��-�ir�y�s����6�l�wc�.�.yr�.y
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
���
��,� ��
�
�
�� "
Change Order Additions Page 1 of 1
FoRr1 wc�H City of Fort Worth
Change Order Deletions
Project Name Universi Drive Phase 1 City Sec # 58122
CIieMProject# 101588
Contractor Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Bamard
Change Order Submittal # 0 Date 5/30/2024
1 ��
� � � �� �_�-����_
� � � � . �- � �r���u�r��y���' " ���rzri�.���
� � � � • � , n • r��-�tIH.T�AI�ffi4�DDI�1"i� �."L'L•Y1I.91
iii � • r. •�11�1'��lit��9�� i �i
� � � �, n • r���:i.1OAI�IR�I�Di�I�l�i� ��L
i i � � � . � r��-i�iY� �'Y�r���:��'� �iE'IlCk7
� . �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� ���� �
� ���� �
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� ���� �
� �����
� ���� �
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� ���� �
� �����
� ���� �
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� ���� �
� �����
� ���� �
� ���� �
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �-���
��
���
�
�
, . � � - � �°IYi'.ici.K:�RI
Change Order Deletions Page 3 of 4
Previous Change Orders
Co# DATE AMOUNT
1 7/7/2023 $97,289.30
11 /29/2023
4/24/2024
$122,532.96
$28,829.70
Total � $248,651.96
MISBE for this Change Order
TExas
A CRH COMPAtJY
TeXaS B lt
PROPOSED CHANGE ORDER # 14
TEXAS
A CRH COMPANY
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: April 5, 2024
High Early Concrete for Crosswalks@ Old University and
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Village Park
UNIT
�: Description Quantity Unit PRICE AMOI
New
Stamp Median
1 LSU
5.67
7,574.83
Breakdown
Labor
Materials
Equipment
Other - Mob
Sub Quote
Profit 5%
3852.50
1811.62
650. 00
900.00
7214.12
360.71
Total
7,574.83
UNIT
)UCT: Description Quantity Unit PRICE AMOI
$ -
Change Order Add $ 7,574.83
Change Order Deduct
Total Change Order Amount = $ 7,574.83
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By: ,
Texas M terials Group, Inc dba: Texas Bit
By: By, � '�u ��
/
Date: Jam� eenway
Proj Manager
(214) 543-5705 Cell
Pay Scale
�
�
V
Qn
�
�
�
d
�
:D
�
.4'
U
�
.�r
C�
N
3
�
�
C
x
N
�a
�,
I� N
�--I
� �
� N
li �
O
O
.c O
o �
�
� o
v O
� o
a �
3 �
6 V1
W
� O
v o
� o
��
0
u,
s° �
� a
ri
a�r
N
O i
� i
'� o
v v
> 'a
�= ai
� a
'C m
O N
« ;e
v �
'o F-
a`
0
N
N 3 �
~ a "'
�=II� ��� e� o 0 0 0 0 0 o all M
0
,�,,,,,,,,,�,�o
0
VY
N 1/? l/} �/? l/} t/? t/} 1/} N t/T N 1/} N 1/f
� o
a � o
R �
N £ �
Q'6
�a �����������.���
�
`� N ` o
0
= o
� o
� o
^��' � E .�i•i
Q�a
Q - v} v� .n v� .n .n v} +n in v� v� +n .n v�
� LL
`~ ` O
O
= O
� O
� O
N � £ �
Q�a
Q o .�. � t,. .� .,� � .�. � .,. .� .�. .,� .,T �
�n �
`~ ` o
0
= o
� o
� o
0
N ia E .�it
a�a
� � � t,. .� 1,. � � � .,. .� .�. .,� t,. �
¢ o
� �
` o
0
= o
� o
� o
0
`" ia E .�i�i
� �a
� o ���.���.��.�.�����
� �
N � O O O O O O O O
= O O O O O O O O
O O O O O O O 0
= n n n n n n n �
�1' O m ti .`n-+ `n � `n m �
N � � M
a � a vf
Q Q an vT v? v� .n v� vT v� v� .n v* v� .n v�
W �
ti O
` O O O O O O O �
= v v v v v v �r `"
M
d
m
��.n m m m m m �n
N
m
a
�w �
m � � v � U � ^�
E � � n- '> v '� n
m � @ '
Z � � LL Y � W J
O
�
ca
J
= O
= o
� OC
.� C ��/F
�a
in
0
0
� o
= o
0
T £ �
�a
LL
O
O
= O
R � O
� �
�6 a
� �*
t
~ o
0
= o
�c o �
'° E �
da
� `"
�
0
0
= o
3 0
>, o
� E .�n
�a
d �*
3
H
O O
O G
� O
� o
O
R E .�n
'C Q
o`^
� O O
0 0
�
m
�
.�
CJ
�
ra
�
7
R �
�a
� � ,� �. ,� � � ,,. .� .�.
iq
2
�
0
T �
�a
- v} v� v} v� v� .n v} +n .n
LL
�
_
7
O
R �
�a
_ .�. .� .,. .� .,} � .�. � .,.
0
�
R
0
�
0
R E
�a
_ .�, .� 1,. .� .,� � .�. � �,.
0
�
m
0
�
0
R E
�a
_ ���������
0
�
{�p O O O
0 O O O
� O O
�
0 � o
R E
�a
� .n vT v? v� in v� vT v� vT
O
� {Tp O O O O
O .-i o c-i .�
�
�
�c,
G
0
0
0
�n
�
�
0
0
0
H
. � r � � � �
0
0
0
11111 _ 1 .■111111111111 _
11111 1 .■111111111111
11111 1 .■111111111111
11111 1 .■111111111111
11111 1 ��111111111111
0
0
o � o 0
o p � o
� m E m
v� v Q vi
� � � � � p � �
�
0 0 0 0
0 0 0 0
M N O N
�
s
�
O
� ,O
� m
d -
C �
�
�
yV
w
�
A
�
d
�
:D
�
.4'
U
�J
�i
ii
3
�
�
C
x
N
N N
�
H N
� �
C N
N �
:� t/Y
O
O
.c O
o �
�
c
N
� �
a o
� v�
w
m �
v �
ti
��
� �
�
O
O O
� �
� �
.�
�
i
� C
'in O
v v
> 'a
�= ai
� a
'C m
O N
« ;e
v �
O �
a`
0
0
�° o �
� Q v�
� =II� � � � � � o 0 0 0 0 0 0 �II �
0
, � , � � � , � , � � � � � o
O
i/Y
N 1/? l/} �/? l/} t/? t/} 1/} N t/T N 1/} N 1/f
� O
� � � O
� O
N C �
�
� da
� � �����������.���
�
o d
ti ?� ` o
0
= o
� o
� o
ct O
N £ �
R da
� 1= v� v� in 1n .n .n v� +n .n v� .n +n in �n
� o
�.y. O
= O
� O
ct i6 O O
^' �° E .�i.i
Qda
Q � .�. � t,. .� .,� � .�. � .,. .� .�. .,� .,� �
� d
N � ay. O O O O O O O O
= O O O O O O O O
� O
d � O
O
N £ �
Qda
Q = � � t,. .� 1,. � � � .,. .� .�. .,� t,. �
�
�
N � O O O O O O O O
= O O O O O O O O
fl.
� � O
y� d R 0 O
?' ^' �° E .�it
°. o. a�i Q
a�-Q� ��������������
, .a
� d
ti
�.y. o 0 0 0 0 0 0 0
= o 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0
= O O O O O O O 0
Q N R O �V N N N N N dN' �
�
v O. N a vf
a Q 3 V} VT [/? l/? i/T VT N[/f l/} l/T LT 4/? N Vf
W F
ti O
� O O O O O O O �
= l0 �O �O � l0 l0 �O N
O
0
�
ca
J
d
m
��.n m m m m m �n
N
a
�w �
m � � v � U � ^�
� � � � 'i v � O_
N � @ �
Z � � LL Y � W J
�
�
.~i�
� O
= O
OC
C ��/L
a
0
0
� o
3 0
OC
C ��/F
a
O
O
� O
= O
O
E �
a
O
O
� O
3 O
OC
C ��/F
a
O
O
� O
= O
O
E �
a
0
0
ul 00 h N
M 41 O N N
� 01 Ot O N �
O N `n ro a ..+
� �y W
N Q �
�
Fi/} �/} (/T 4/? [/? Vf N l/T l/}
O O O O O
�-i N N � M
¢
m � z �
>ou'o
0 0 ¢ Q
� m m
� O
� �' j w U
m W w Q
� �
� w � �
�Q�
�
���o
�
J � �
U
� � O �
�
.�
�1
�
ra
�
� 111111111
� 111111111
�111111111
7
OC
R C
�a
� .�. .� 1,. .� .,� � .�. � �,.
�
�
� O
= c-i
� 111111111
C
7
T �R
�a
N a/1 </T [/? V? a/1 VT N Vf N
7
F
� O
= H
0
0
0
�
0
0
0
H
. � r � � � �
0
0
0
11111 1 .■111111111111
11111 1 .■111111111111
11111 1 .■111111111111
11111 1 �■111111111111
11111 1 .■111111111111
0
0
o � o �
O N o
v�i m E N
a Q .n
� � � � � p �
�
0 0 0
0 0 0
ri ri ri
�
s
�
O
� ,o
� m
N -
� �
0
�
V
�
�
�
�
C'
:D
4
�
�
�
�J
�i
C�
N
3
�
�
�
C
x
N
� o
� o
� o
� �
� �
� v�
�
O
O
.c O
o �
t/?
c
v
E O
a
� v�i
w
f0 0
v o
� o
� �
.. o
0
��
� �
�
u V.
� i
'� a,
� L
> �
�c u
� m
'p a
� G.'
« s
d �
O �
a`
� o
� � o
N �` � O
rTa � Q �
� � �����������.���
N �
N y O
�.y. O
= O
� O
� � O
O
> m E +n
��a
� v� v� v� +n .n .n an +n .n v� .n +n in +n
� LL
N ` O
O
= O
� O
� � O
N T O
�, � E .�it
� �a
� � .�. � .,. .� .,} � .�. � .,. .� .�. .,� .,T �
o s
N r ` p
O
= O
� O
� � � O
`� �° E .�i�i
� da
� � � � t,. .� .,� � � � .,. .� .�. .,� t,. �
, �
� d
ti � ` o
0
x o
a � o
� � � o
� N R � O
� +/F
N r�a y Q
U � N N V1 N t/1 N V? L? </f V} a/f L} V} N[/�
i 7
W F
� ` o
0
= o
� o 0
o � o 0
a = o 0 0
°2S N >. � � � a
n R E v
v @ � a v�
a � Q .n vi. v�. v. .n .n v�. vi. .n .n v. v. .n vi.
� �
� .y. o 0 0
= a a ao
0
�
ca
J
= o
3 0
� O
� � �
3a
�
O
O
O
� O
3 O
O
T £ �
�a
LL
O
O
= O
T p O
� � �
�a
�
�
~ O
O
= O
N p �
'° E �
da
�
3
0
0
= o
= o
>, O
� � N
�a
N
3
H
0
0
� o
� o
O
R E .�n
v Q
0
� o
0
�
N
�
�
�L
�
�
ra
�
�
R �
�a
_ �.��.������
�
�
_
7
O
T �
�a
•- v� v� v} +n v� .n v} +n .n
LL
�
_
7
� O
Na
; ��,��,�����
L
H `
_
C
T 7
R O
v �
da
� .�. .� 1,. .� .,� � .�. � �,.
�
d
� �
S
�
T �R
�a
N
y l/} t/? [/} 4/? [/} [/? l/} t/f (/}
7
F
�
2
• �""""1
11111 1.■111111111111�
11111 1.■111111111111
11111 1.■111111111111
11111 1.■111111111111
11111 1.■111111111111
0
0
o � o �
O N o
v�i m E N
a Q .n
� � � � � p �
�
0 0 0
0 0 0
G c-� .-i
�
s
�
O
� ,o
� m
N -
� �
Zamora Weekly ChargeaLle Report
Time Labor Material Equipment Other Total
Prep $1,462.50 $0.00 $650.00 $300.00 $ 2,412.50
Apply $1,950.00 $1,811.62 $0.00 $400.00 $ 4,161.62
Clean up $440.00 $0.00 $0.00 $200.00 $ 640.00
TOTAL $ 7,214.1
TEXAS Texas Bit TExAS
A CRH COMPANY A CRH COMPANY
PROPOSED CHANGE ORDER # 13 - Revised
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: May 29, 2024
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: CrackSealing
UNIT
D: Description Quantity Unit PRICE AMOI
New
Camo Mastic Crack Sealant
203.25 GAL
150.26
30539.33
Breakdown
Materials
Sub Quote
Profit 5%
29085.08
29085.08
1,454.25
Total
30,539.33
UNIT
�UCT: Description Quantity Unit PRICE AMOI
$ -
Change Order Add $ 30,539.33
Change Order Deduct
Total Change Order Amount = $ 30,539.33
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted B:
Texas Materi Is Group, Inc dba: Texas Bit
i
By: By: r �
Date: Ja ie � reenway
P o� ct Manager
(214) 543-5705 Cell
5/13/24 - 18.97
5/14/24 - 46.07
5/15/24 - 138.21
Total Gallons Used = 203.25 gal
Date
Supervisor
Crew Members
Hours Worked
Work Performed/
Streets
Completed
Material Used
Quality
5/13/2024
Josh Thompson
Muffin Baby - Bo Brandon, Jared Thompson
8:00 pm to 10:00 pm
Started Southbound Outside Lane
7 Boxes of Camo Mastic - 182 Ibs (26 Ibs per box)
2.71 gallons per box = 18.97 gallons
Milled Road with major transverse cracks about every 12 feet
with occasional longitudinal cracking
Quality Sample Collected: N/A
Safety Discussion Absentees - N/A
Safety Daily Focus - Being aware of hot materials in the work zone and
wearing all required PPE
Additional Notes Muffins crew had to shut down early due to issues with the air
compressor. Will maintenance equipment and restart on 5/14
Project Name 2024 University Drive Improvements - Fort Worth, Texas
Date
Supervisor
Crew Members
Hours Worked
Work Performed/
Streets
Completed
Material Used
Quality
5/14/2024
Josh Thompson
Muffin Baby - Bo Brandon, Jared Thompson
7:30 pm to 12:00 am
- Southbound Inside Lanes
- Northbound Outside Lane
17 Boxes of Camo Mastic - 442 Ibs (26 Ibs per box)
2.71 gallons per box = 46.07 gallons
Milled Road with major transverse cracks about every 12 feet
with occasional longitudinal cracking
Quality Sample Collected: 11:35 pm
Safety Discussion Absentees - N/A
Safety Daily Focus - Staying inside the work zones and having good
communication with other contractors working in the work
zone.
Muffin Baby Crew completed all available work for the first half
Additional Notes of the shift and will continue sealing after Texas Materials has
completed milling.
Project Name 2024 University Drive Improvements - Fort Worth, Texas
Date
Supervisor
Crew Members
Hours Worked
Work Performed/
Streets
Completed
Material Used
5/15/2024
Josh Thompson
Muffin Baby - Bo Brandon, Jared Thompson
7:00 pm to 11:30 pm
Completed Southbound Outside Lanes
Completed 3/4 of Northbound Inside Lanes
51 Boxes of Camo Mastic - 1,326 Ibs (26 Ibs per box)
2.71 gallons per box = 138.21 gallons
- Milled Road with major transverse cracks about every 12 feet
with occasional longitudinal cracking
Quallty - Curb and gutter edge line on entire Southbound Outside Lane
Quality Sample Collected: N/A
Safety Discussion Absentees - N/A
Safety Daily Focus - Staying aware of other contractors and
equipment near our work area
Muffins crew stopped at midnight due to losing hydraulic
Additional Notes pressure on the truck. This is the final shift of work on the
project. Roughly 85% of the roads was crack sealed prior to
paving.
Project Name 2024 University Drive Improvements - Fort Worth, Texas
TExAs
A CRH COMPANY
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: April 24, 2024
DESCRIPTION OF CHANGE AND/OR EXTRA WORK:
UNIT
�: Description Quantity Unit PRICE AMOI
Texas B it
PROPOSED CHANGE ORDER # 15
HMAC Change products per City Request
TEXAS
A CRH COMPANY
New
2" MAC SP-D 70-22XR SAC A-R 20176.00 SY 31.62
637,965.12
637,965.12
Total
UNIT
�UCT: Description Quantity Unit PRICE AMOI
2" Asphalt Pvmt Type D (20,176.00) SY $ 30.94 $ (624,245.44)
Total $ (624,245.44)
Change Order Add $ 637,965.12
Change Order Deduct $ (624,245.44)
Total Change Order Amount = $ 13,719.68
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enciosed copy.
ACCEPTED BY OWNER: Submitted B:
Texas Materi ls Group, Inc dba: Texas Bit
By: By: � �,2
Date: Ja ie Greenway
P o� ct Manager
(214) 543-5705 Cell
Greenway, Jamie (Texas Materials - North Texas Area)
From:
Sent:
To:
Cc:
Subject:
Overton, Stephen <Stephen.Overton@fortworthtexas.gov>
Thursday, March 28, 2024 8:47 AM
Perez, Aaron (Texas Materials - North Texas Area)
Birhane, Bereket B; Lopez, Raul; Greenway, Jamie (Texas Materials - North Texas Area); Harris, Chris
(Texas Materials - North Texas Area); Morton, David (Texas Materials - North Texas Area); Gregory,
Lewis; Lynn, Tiana (Texas Materials - North Texas Area)
RE: [EXT] RE: HMAC Submittal - University Drive
CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you are expecting
this email and know the contents are safe. If you believe this email may be phishing or malicious, please use the Report Phish
button
Good Morning Aaron, I've reviewed the NMAC mix design and its approved for paving. Test results and mix looks
good. Mix should be pretty good for the volume of trafFic on University.
Stephen Overton, PMP, RSO
Senior Engineering Technician
Geotechnical Services
TPW — Capital Delivery Division
920 Woodward St
Fort Worth, Texas 76107
Phone. (817) 392-7920
CeIL (682) 249-9465
Fax: (817) 392-8441
stephen.overton(a�fortworthtexas.�ov
� 1 � 1 I�
From: Arega, Zelalem <Zelalem.Arega@fortworthtexas.gov>
Sent: Tuesday, March 26, 2024 1:32 PM
To: Perez, Aaron (Texas Materials - North Texas Area) <aaron.perez@texasmaterials.com>
Cc: Birhane, Bereket B<Bereket.Birhane@fortworthtexas.gov>; Lopez, Raul <Raul.LopezRoura@fortworthtexas.gov>;
Greenway, Jamie (Texas Materials - North Texas Area) <jamie.greenway@texasmaterials.com>; Harris, Chris (Texas
Materials - North Texas Area) <chris.harris@texasmaterials.com>; Morton, David (Texas Materials - North Texas Area)
<david.morton@texasmaterials.com>; Gregory, Lewis <Lewis.Gregory@fortworthtexas.gov>; Lynn, Tiana (Texas
Materials - North Texas Area) <tiana.lynn@texasmaterials.com>; Overton, Stephen
<Stephen.Overton@fortworthtexas.gov>
Subject: RE: [EXT] RE: HMAC Submittal - University Drive
Aaron,
The data looks good. The rut depth is well below the threshold, and it doesn't show signs of moisture damage. However,
I have moved to a new position in the City and am no longer able to approve mix designs.
I have copied Lewis and Stephen to review and approve the mix design.
Thank you,
Zelalem Arega, Ph.D., P.E., PMP
Engineering Manager
TPW — Capital Delivery Division
Cell: (682) 249-7475
Office: (817) 392-8117
From: Perez, Aaron (Texas Materials - North Texas Area) <aaron.perez@texasmaterials.com>
Sent: Tuesday, March 26, 2024 10:55 AM
To: Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov>
Cc: Birhane, Bereket B<Bereket.Birhane@fortworthtexas.�ov>; Lopez, Raul <Raul.LopezRoura@fortworthtexas.�ov>;
Greenway, Jamie (Texas Materials - North Texas Area) <lamie.�reenway@texasmaterials.com>; Harris, Chris (Texas
Materials - North Texas Area) <chris.harris@texasmaterials.com>; Morton, David (Texas Materials - North Texas Area)
<david.morton@texasmaterials.com>; Lynn, Tiana (Texas Materials - North Texas Area)
<tia na.lyn n @texasmateria ls.com>
Subject: RE: [EXT] RE: HMAC Submittal - University Drive
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.
Dr. Z,
Attached is the HWT you requested. We plan to run another one when we trial batch the mix.
Thanks,
Aaron Perez
Construction Manager
North Texas Area
Texas Materials
A CRH Company
420 Decker Dr. Suite 200
Irving, TX 75062
O: 214-741-3531
C: 817-876-8005
F: 469-565-8091
Aa ron. Perez@texasmateria ls.com
http://secure-web.cisco.com/1-MhIsKlvz2rryvmBmydzTDkCWbvmsUW6-8WWIk7BX8ErHsGZ7eIdWLVQTGZr-71omLP-
zpxxMv 6vvGmd PqfX4rfto8MOjNJt7MSGRIYh n5Vxc6XCwJwn3VleSOmUW1ZTIbAWIIdRsXJDCDxHUtCx5dqt10UE011Hd
qV4zXc D AE4s89uuxzZLY-zXp24JVViAWRZQ EoPxZWUXINfll7 pUD3CUJC7uewSIU-
C6w9S4iFIQWvRdmS13KONPk6iLoDiMjRdQfQZBzsoT2KC3pyn9UYtSOptUQGTHIZFi08DEtcJhCiASMdOcrLqy00HhlzkpVHNI
pHvQvl Rz7nw/http%3A%2F%2Fwww.texasmateria ls.com
From: Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov>
Sent: Thursday, March 21, 2024 1:36 PM
To: Perez, Aaron (Texas Materials - North Texas Area) <aaron.perez@texasmaterials.com>
Cc: Birhane, Bereket B<Bereket.Birhane@fortworthtexas.gov>; Lopez, Raul <Raul.LopezRoura@fortworthtexas.�ov>;
Greenway, Jamie (Texas Materials - North Texas Area) <jamie.greenway@texasmaterials.com>; Harris, Chris (Texas
Materials - North Texas Area) <chris.harris@texasmaterials.com>; Morton, David (Texas Materials - North Texas Area)
<david.morton@texasmaterials.com>; Lynn, Tiana (Texas Materials - North Texas Area)
<tiana.lynn@texasmaterials.com>
Subject: [EXT] RE: HMAC Submittal - University Drive
CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you are expecting
this email and know the contents are safe. If you believe this email may be phishing or malicious, please use the Report Phish
button.
Aaron,
Can you please email me the Hamburg Wheel Tracking Test report? The test was conducted on a core sample from the
downtown resurfacing project (CPN 104184), which unfortunately did not pass.
Thank you,
Zelalem Arega, Ph.D., P.E., PMP
Geotechnical Services Manager
TPW — Capital Delivery Division
Office: (817) 392-8930
CeIL• (682) 249-7475
Email: Zelalem.Are�a(�a fortworthtexas..�ov
�'�JRT���'��{�
From: Perez, Aaron (Texas Materials - North Texas Area) <aaron.perez@texasmaterials.com>
Sent: Thursday, March 21, 2024 1:06 PM
To: Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov>
Cc: Birhane, Bereket B<Bereket.Birhane@fortworthtexas.gov>; Lopez, Raul <Raul.LopezRoura@fortworthtexas.�ov>;
Greenway, Jamie (Texas Materials - North Texas Area) <iamie.greenway@texasmaterials.com>; Harris, Chris (Texas
Materials - North Texas Area) <chris.harris@texasmaterials.com>; Morton, David (Texas Materials - North Texas Area)
<david.morton@texasmaterials.com>; Lynn, Tiana (Texas Materials - North Texas Area)
<tia na.lyn n @texasmateria ls.com>
Subject: HMAC Submittal - University Drive
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.
Dr. Z,
Attached is our MAC mix submittal we discussed/observed at the February 9t'' visit to our design lab.
In short, this is a SAC A SP-D MAC Mix with PG 70-22XR w/23% RAP that we are recommending using. This design is
engineered to resist skidding, cracking, rutting, and UV damage. Our goal was to make a mix that is safer, longer lasting,
retains its color, and environmentally friendly.
Earlier this week you recommended using a PG 70-22 or PG70-28 w/ 15% RAP, and no RAS. If we did go that route, it
would take another 2-3 weeks from today to design and test that mix. Let us know your thoughts.
Thanks,
Aaron Perez
Construction Manager
North Texas Area
Texas Materials
A CRH Company
420 Decker Dr. Suite 200
Irving, TX 75062
O: 214-741-3531
C: 817-876-8005
F: 469-565-8091
Aaron.PerezC�texasmaterials.com
http://secure-
web.cisco.com/1Nnf5�IzbswJl4GGYC SYPukUpGhwDZEon5XWJcohJQOwmIPi8 SGIfEOzdpoZEKKT9gXszvyiELIFT96EG113
Mza23STTAEkFp3V8zVty1yvJ2rVSDQG pv69-uX40TnOFC463TOsq hB58PcBy1e-
8kikPXIE50Lozb16J620MUn8N43xEn2MU1qrG6zsza75VwEA0F19dkmgTw7bJDdXvxy7EXf91ByTUBlylev Oq7AK1q7Eiaumn
OmmSUrW�z�q5SRH9fn5EwHxQO0xx9R90Fi XZfzzZQpIQWuD2bQZZtHL12Pu5XyC aozhOr3/http%3A%2F%2Fwww.texas
materials.com
ATTENTION: Ce courriel vient de I'exterieur de I'entreprise. Ne cliquez pas sur les liens, et n'ouvrez pas les pieces jointes, a moins
que vous ne connaissiez I'expediteur du courriel et savez que le contenu est securitaire. Si vous pensez qu'il s'agit d'un courriel
d'hame�onnage ou malveillant, veuillez cliquer sur le bouton Signaler une tentative d'hame�onnage.
ATTENTION: Ce courriel vient de I'exterieur de I'entreprise. Ne cliquez pas sur les liens, et n'ouvrez pas les pieces jointes, a moins
que vous ne connaissiez I'expediteur du courriel et savez que le contenu est securitaire. Si vous pensez qu'il s'agit d'un courriel
d'hame�onnage ou malveillant, veuillez cliquer sur le bouton Signaler une tentative d'hame�onnage.
TExAS Texas Bit TEXAS
A CRH COMPANY A CRH COMPANY
OWNER: City of Fort Worth
Attn: Bereket
200 Texas St
City, State, Zip
PROPOSED CHANGE ORDER # 16 - Revised
ENGINEER:
PROJECT: University Drive
DATE: May 30, 2024
DESCRIPTION OF CHANGE AND/OR EXTRA WORK:
Additional Signs due to damage
UNIT
)D: Description Quantity Unit PRICE AMOU1
New Remove & Replace � Sign, Post & Anchor � Requires
Coring
New Remove & Replace � Sign & Post Oniy
--hJ�tm� na,�'�.� T '�,�r^.�
��=
Breakdown
Materials/Equipment
Labor
Sub Quote
Profit 5%
DEDUCT: Descri
Change Order Add
Change Order Deduct
Total Change Order Amount =
�� � � !. : .� •i
� �a � .�•� :•1
.�.�' • '�a�Lrai i
$2, 400. 00
$900. 00
$3,300.00
$165.00
Total $3,465
UNIT
Quantity Unit PRICE AMOU
Total $ -
$ 3,465.00
$ -
$ 3,465.00
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enciosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materia � Group, Inc dba: Texas Bit
��
By: By: � � 2u �
Date: Ja ie reenway
P oj t Manager
(2 4) 543-5705 Cell
�� � $ ��+ A � y°� +� � ' 1 +���� fi �`� f'� F.
� ` � __ ��° { ry, y,i �`*n;�i �� � e :' �'� I rS r J. r'. � � , - +�5 ,..
./�,y�0f i.. �k a �.�. b �y„ � �� %' � � �,..`t� �"� � V �,,s
� r:^. �� �� 'd,�, ', . � � � � , ai a 1 , �, . �a �+ g � ,A7G � ��, � v rJ�,� �
4
� + �� �l�� x� � �� � ' ti � � r � �� �^�� ���.�� 4� � ' �' �
� �i; '�'.� ��r ���w� i�fi :E Y �., ���t�J;� � � "„�.4� ��ti!
,�" %� - �1 £ � s . , d. r ,,� � *�w � � .
s � :r . r ... y� ��'"'. '� �` ��r.r ,��e�9+' '�'�f, '.
\ �; r `. k \ * �� �r1 i � �!�q �,+� ..'�' �,. �"� �.,�. i S 4� s?f; �tr �.
� , . . � . '�'e 4q
-c" P "CFri ,+'�i �I f'l� ♦ .,Y ±�. y..
� , ... �ti��l � * � r +� �. p(� �'� �' � � p �� � �
Y p rt 'j � t.
-.`i' � k�t� �'t il�'. 1 �+i' ,. � .T yi�' S , � �� � -� �%
_ �s�. .�. '� �, h�6� .�: .�Y*"� "� � 1 - t . �ir � _�� g� j�+�'�' i5 �
•1 ��•y��, �' � - � + x ¢ i �.'f��' f ' � � �1 a � .. "i� � : . � r `-�•;
� . �q�� � ; �� �n �� r
� � �1 �� �` {j � � rip .rr �� r,:�fy 5 �� �� ,t a� .
�„ . � ,� � � x .. "� ; �. �' � � y+j'+� I � � � n � a� �".
--r ! RY k�""" $F R ,
�'"�' .. =r , t . +a5 E?y � L Y ���. �s t - _'�` +� � -� �i �r,�-p � � .l �.'.•� �j � •`p `:
4"�' , }� �� �� ' s .'� �s,� � . ^'�i+ � � � �� � �+,,, �'"r� ,{yY�
- �„ Ik. �,, ---r'+. i` -�* y, r `-.'M ^v '��.'li �.� 'S• � � .'' ,g �f.k . 73. '�
_ - s � � � '�i � �rkla 'Y � �y,, �, �.: �.T, ��Y`'i � �.�„ . v' > ?:
- -�',��.. R� ��4 �,1.�,a y+���' i t� �' � . �tF � y� + 4! �d "` ' Ya�,f- �F'.
� t�, �1�°� � ` ��. �
�.;. . - . yry,4 ,7y�r- :�B 'I�+ �jf�� � �° � � ��°�,'" '� r{ � ��g. �. �..�
�. N �� � `, 4$,S .. Y r.-a ,�i]o ^'y/�eS 1 � _ 'e a `f .�r,,��r ' �>
o _ - - �7'r �.�c � 5+,"!h, �,; I�M' � � � �'�7a�`,�, � � 'S��s1'a�
°�' .� -�—_. _ �:`� �"'i i� ' i���' � � , � a � .t., �'; ,+��, �,;".ral
'�- Y t � � '+ � __'`�� ; „ � • • , -,� � ,' �� y
� �� �k��'� � a ,� k��f r rri �.
� . ��g, ��,� � �:� � � �, � � r:. '
� � Y,�� . �S �1'{ .
y . �� � �►,,�' $� } � -� � ' +� � ;} ;:t�� 1 � °`� ����a�,� *;j
}� �� i y'��L4,� �' ( � , y e�tas.�"�qg�`
, . .'.� � �� � � +5,� � f t ,4 � i��r��. � �. •) y �/.:�� y � 'i�yjsf:
Q� � ` '� $
- ' �I i � . � � � '� ��
��
x' ��' �,
.:. - ,� _ 4 ' �J I : '- � � '. ; �5, 1 1 � ;k � ;
,�i � k
� - �� � . � � . �".� r
.� _ _ ° -� d � �
�� �� � � � � . � , �.,, 1 r ��,
,..
� ,
.
��7 � a . — _ , �. , ry .' , � .�h �, ,�
�
� 4�+�^ �j, . zY � r z � � � ,
f �.� i w t r..
� . � n"'�a.�`c I C i
�' y� ' �`` ��q ,�. �"�� ��1'}s� �;'
- — -"y;?i dr� ��, '�' � � � � ' . � � � , r �" n'ti ' �S � � �`S�. f
t��,� � � �g� I ��y'�' � ti � ��r ° �� '�� � r � x r;
y� � ,� . �.� 1_ �.ti �, �' .
x ; � '+ �l' �ps.µi y '� . . �� n �r . �" '":�y '� .
^'eyy �y�� :Y°F� �� � � y, AYA.�d � _� {. % if � ; 5I �+'�
� ti V y�.� "��tir � ��� �. �. � F �`� ?,�r �,$ I �� F".�n .!' y1` 5 y $ Y S
� r �.�c r "' ° . � � �'�Jj�, ��} � ,:. � f, �',x � ''�€� .�,�c �
�'�.'� a, : e.�.'` a�y A�y � �. k' ^[r 'k' rl ,� � �' a�' �, ` ak� � e`. '^ �" 3'y�i
1+' k'�tlN . T � x�""� # as �'"� Sv4'�'1
�. � �s;. �.� y� "�x;,� � r� �,� i.�l�' �,.��'��� ��� a,s� � ^ p�t- � �r �'a't! �Y��� � .
y � n�� i .�i� , � � A� `4 � "�. X Y� � � �' ��1�'' � d� r : �` �k 3 �' : � " �, �: a ;'�-.�.�
� ..�. * �
' . 1 : �- � , � - ;, _ . -•.. �. r -�` r." . � e �' }.' � ,� �G -:'�.. ��. � '�` �,� �'1`
- i, � '� ��' � �`, � r ,I� . .
4 Y '� "c �.. \4. I ., . -+Li' F �y . � �,X . 't� .;; � _ ,.
4h :y �4 "?y , �-, hs � ir � 't
�"� r �s I*" c�4 W �. .�;,g� �'°r: t , c�j p x
'��+y ' r J ,.., j.. ' � � ; ` `�. �h. � 1i Ys
: ''� a� �` i � . f, � � �Y.-4� { ' � �sY�',r+ +K'
� � � . y�
�
`� ��}j {'' �a.. � � � �� i. . y � � ' �~� � �•` '$ :!� � ..
_ �'.' � �"F ry � ' �` � � .'��f � � fi �°+'t��=�'S '`� �^�
Yy.
� _� � {� y ' � �� �� _ � + �
_ . .-� " �� �� AL'fi"�.� ' 6�' � .. r �� � s" n � `k 'f �~ � r'� �.° � 4 ��% * < y'v,
�'y ��� � �, t #' ��'. W p��� . � � �:,la �� �i���'� ?L' r. �.�;;, � r :
� . „� �'3 i i�, �k �A 4 . ! n ' � � ,l � f� s� • 1Y � �� � ; *' W �
"�+ +r � - t .� > 14 -
. �,� � �i Mr ''�" � .- ' � �� �-�' � � � � a _ y � Yk p�,, � h f� � � a
� ! {' _7 � . 7 -,S'�' � � ��'1 ! M 4 f y 'lit� �,�` S
�'� � ' � , „�ry� �� � � ___ . � t Fri �k' '
� ] i 1" "�'` a � � °� ` " c� `� � � i . } ! � ..
'S 5 + ` y � ` �, �
p� If
� . , Q� My1 � ' k
4 �`#� �� r �i � '� 'pYq�,?;,. � �, � Y. �—'_ �?� �TY. ;r' ,� t
. � �'.`, � �A ' .� i. Th� �. - �. � .4; � ,y 3� � i � ' '� �' i , � 1 r � ':, � � � .
••y � p��� �'. i;� . x Y 'v�al y � _ .
'��. at '� .+ f .' j • # \� 4 '.- {i��e� A , � -• � y �.' ;� .
.. ,� �,,yr � � � !,� � ' �� �y, � -� t � � F ` � 1 � , ' -
�� �f `i F�.; � �� � �.'r��.1 a i=. .. '
r �� � �. � , r s ���� � '�.. � �, . �.�}4 ,
,(^,i �y � � F ���:. � = , .y. � ,�'a4��a�; A� `� . . t 1 '' � ;' �,.
� V'��� � �',+��� 1 iq� " �. , '� ,,� `�; �?' 3 ""'' i` .�' ;'�t��"'��. .'�'' .�'�,�y,r
Ro �4 .q � � �. � • � .,� ��
* � �
. ._ ` . `� 1 ` �� � y s• � � ' j � �
1' � y(� 4
. � "•�. k� 5�
F � �� �� - � � ,..
�� • �.�'F � s .kTS {;. V� �*! �h�� � = � . —,,�r
%� � � :��' � '7•.,. � l� ' i '�^. �` � ;Y
':�r • ;at. 7 �.,� � , ;,�
� �'' �,
_ f' . SF ;� �"i# ��'� ,t _ i� f��;� ��
� � ��� _ '�' � � �'� £; •r� �'�� � ; � � �� � ��,..,y,� �
^'s �ry .I, �y�" , �'#���`� ` 4'f��F+� �� � .
, -. Yl . "�. � �IB ��� fJ�� : '�, 3' f` �� � � ry �PY�4•
°510.�� f�j�^ �.� , � �.`��.
♦ �A� ,p "" �' - . ]�
I '{'$ ; 1� e� �� ��'�'�y'�,
1� � E"
�, � 4 '� � �
.�� a,�, ,, r". � �� &��,�� .�
-� :�, �.
,� Y ,
4 � � , ,. ��,w .+,� �'
+ �`'� ;' d; 1 � � 1
� , a �� . � ,�� � � e' ,.+
,�. .' �� �� .
, �� ,� �
• ,�,, �
� y.
� �
� ' _ IF �IJ,N,�1. .
r s { i
� �� �
E
!
� �
C d' i t
�� I . � Lfkf�� .� "
� � VF� .� � � , � Y
� . . � .
,�
�
,,{�
;�
��
4�
�
, � � `-� � �� • ,,,.
.
a�'�.. . - `
� �- •
- � . .
-_ . � . - -
- , - ,
. . . �--
'�`� -- ������ . � : �
- -; - .
�.-.:. -- - �. , � ^ -b
. , ��� -�_� # — ��� : __ — `•� � ,
� J 6'�, . 1 ' ~ � � v _ " '�• �" , i � �A _ - a
- . . � _ -
... - � � ._ _,.��. ... � _ '
_ ' .' '-, _ � . _ _� . _�� s .
. ,s . , . , - � '. - - � -
� �. `.. .....� . � � . - � M ' . .
�e"v �- .- . _- '- �-- � -- . � '_ -.�W ..
_ � - .v� - `--- - ti.- � � • . � . � - �. . -
� � �, .. -- - _ - � - - _ _ -
:.
_ � . . ..}� ,� _ 'y- . � , -. . - _ � -. - - -
s
. .:, ` , . [ . . ...
. . _
'� . . , - . . �.. ^ �- � . ..
� e -
- ��
_ 1ti��..-� . � . r � -
�, , y. . r . . . _
'
'
� � . . f �- -t '
t "`�
�
r: � 4"�=„�,M1 .
� ..� ,�_� d +' �, ���- � �
. "`�' � _ ``
" ' , ��' , .
� �
�'� s L�t�!:� .�.._
_ .,F -, " , a, �.: � ..-.
- - � . . .�:� -�- � -
' -
. . .. � r .. � � . .. ..
. . . • . _ ." ,{ �k��,� . , , ' �� . - , .
_, ,
.
_. s ,
, .
�..
-' -.. _.. :` .�-_ . . :: � .
_�
- r :
. ,; ; ,
� ,
, . ,� . . . .. . . � .. _ . ..
. � ' P� :.' . " '"J� , . ^ '�Ag ` �'��
. _
-.: ^. " - . : . � , . � . .
.er- ., _ , ..: .� . . . �,��. ,:. . . ,
...
-��-: -.". �- � �.'.,�.._ . . .:�_r . - _
-. . . . ... .. ' ' ; . ' ' . '.
�� �`• �� ' -�
i. " 5
'* ' �. - ___� 4 1 _ .�. _ ` * *`_ .
4�a` - - ♦ �.\"_ . '. . ., ��_. . .,
. ;
' �`....r �',. � 1 _ , �
_ . � � r ,(' ' '
�' �,'.
'' � . `" ... �' - � � y}, k , . � q, �4� � � ��.
�, -'y �� . v �� . .. . . � _ '�'� *+ �� sd .��� '� � � � �t ar . -
, .
:� � . � � ' � �� Y � r 4i4 �� . ��
.- � � s *
,
' .
a � '�.'` ,., d w _,c,r,,.� , . _ �il�fj '�-� "s ps: ' � . - . . _
, - �y�� : � " ... �* _ ` . . a .
- � � '. '� � a � � �� ^� y� . . � .. � �
-. � � 3� � -
. _ _ -
,
:
�.' " .
4
, ..l +
" �, J°;�'1 � ,. y y �.Y . - E � �� c.k ",J� a .� , *• �� , � '�- :
,
: �t
.
� , ..� � � �� ` �,� g ry ; yr � . . . ,. - ' .#s . . . - � i
� ,.. . . .�y'" w ,.. � . � -
3
5 �' ' �
1
�... 4�. 'F- > . _ ��r+��+. M ' .. f - -'..
y _, i.�' : �i �M _ ]�"'. . , . , ""v =
• .
'8 i P- .y . .. � ♦ .
*
-,w i ,�i. � � ' -a�.w, '�. � . ��� . - . . . � - _ � '��Z
f
i „ .t ;. +
X�'.' . l -4 .,... .}�i .. � F . 4 ��i . . . ' .. . .- .
. ^ E
°', +`' �" ; � i* '' a�� -.� �a ;'��� ,.�
N�
= �, � �. '- " ' "
. � , .
. F a .1I
,, ;� y� , .,; ,� f a,�, 4
Y yw�+ '4
a �.
.
.. �-� ,= ��� . . �. �s �•- � � . �
� '. . � � _ � :. , `:�� � a'. � xkt`,. �..� :_"'��� _ �. . t . ..� - _ ` .�
� _ t',y ,
.' -�tu �" � �'a r '*�3� "�" "�'� ' � � � �^.
t � 'c ,p - .. � .y.� w •3 �,a � t
�+`" .�'f - --' ' :.�' • ��� `.4 � s'� s �� - - ��
�.sA a - r �': ni +�p `��
- - _ . 'r�y . - 70.�'� i ."'�. t �-�� ��" �.�
@ : � f � yn.t � • a ei . ,y ':N 5'y " �.� 'S '+. �' � � � t
� '.`.4. +a� . ' . .. ! � � - � �tl�
: _ . .:: � �_ �,
�a � s ^ . t � �� ^. '.. . ..�r � ". ., `� .� ti�'h
7 c! �r+f e :i "x ' '_ , . � ���-�
�M t � � «. � , ` �"�'� � �-� � dk" 'o. �
.' �, � ,
' ; e ,,; '�r . � .... `� `e. sd g J.' .. af�Y. � •`.'. # �. � 'a,
.
�s. - . � `�'. �. -
.`K� �` �; trR` Y"i�. � ry�' 3',"`� � i� ��� �� - � �, s � .,- k' � :. .
n'�;; .j �a. � �. _ �'' � � �l�. I ��'F� i .9 �� ' h - .,ty � „
�' _`�. �;,p� "''� � "� ��` . � . ' � 1� ��z t , _ . `•` ,� �'�r� . � a�
. . :.
- . .' e, .. : ` ti ,�
t �^^�
' y f
„�. ", . - r�� �r "'N f � � - �,y _
K S �� �. "%' ,. r �., � , �s �: r�'�ti - .
�'" ..� r �. .�_ , ." � . , . <�; w.,�� §te �. .. * s
,
., � �%= a � � � � E�
� � �- z;{ . d � `�� : a v - v� -�.�,,� �'� _�
i�c -k i ,s�9At . ,I�`'�." k ' _ � . � '�` � - _'. - Y�. `�,.. a.�1:
� s..,� ��,�-: �� � 4� { ,y` `, ' s� '�.i.� . 't� ' � •�.,' ,��� _ _ . ��� p� �y�4'`�
�+ �, ��` • � ' , � , ,�
,"�� } ��;•°'•��. �� � r � - s �9'� y�, *, �i� `4' ..�e �� � � �
� ' �, :� 't � d� 5� � ' ' " - ? _ 'M� `5
{ , � ,
� .� � j y � �fi r v � ,�� {' W4 "' � _ °�i , > �`. �lr .�Z
� ,e� � i� . ti `� '' , � r�'. '� , � ,� . � _ � �
�,,7 `•''P�" , � 'c +„-.�+; �� ,.�;"�� .,.. �,r, �'i, � 1 r _ -._ �
�.. .. t � "'i y ' ,ti `,.s 's. � � `�, '. ... � , ' s�. ,� ..
;" ' t�
.
� ' � , .'; '`�. a i � �+���
'� " " � -
. . . „ ��
„�' . � `�. e �..< ' �� �, .�4
�, ;: '.�. , � . �,- ; . � °: F w . ' ,° � ` `j� `` !� . � � 4 '•. , ` "� . , �
�, � ` �," �
. y. , �. ��` .
r � . �. . ' s u� , , �, . � �.
�� l T y .,, .�'. ., y •. ' _-'. i S' . '_ . • l�� c � - , ��v��
J �f J � �. � �� .
�"� i } I G .� 'i s•, n ,. `. ^'+X �S+ � . , �'i5� •6M'- � . ��+�,r�'y, .
7 j'.3 � �, � :+ ¢ �r��'�W �'!", . �'i �1t'... � ~ � �, � 3y,�5 �"4 . - `�
� '+ . � 3 � . , f - 'ti � �� �� R 1 ���, � �' �
� � `� �. * . �, �'4 4�'F s 1yS�'ivye
u
s_, .
^ c i' 3 . '�,� � . . 4
,- _
� , # j� .
. ,
7`t .°6 :. i '4^. i ���. h �.. ���.. , � = w,� � ,pw;„�. �' '
} "_ : � ,: �,.� . ,.�'�` ��t�3j�� �'��-�` � � > � . � _ ` � ��� iy� � �' �~ s `.
1 4 ' " �
� � ' � . �, ��,.., � �C� ; b h '� . � � � � *yX � : '^�� � � �� '��.: . ,♦
.
";� .. 1 � � �•
�.
� � !
X r4 � # y�•�`f " `S, �`� �'., .1�fi, � •,,� . S � ~`^� �,� `^. � �. �`�� ''� � r. '
`' ' � � ; -`�,, `�,,.4�:.,: �"+� -. y.:. �.,�=�:.. � ;�ti .. #q�.' � i ;. t `.:;.. ^`- '�" �
�i , ' , � , �'� �+*,-,� a , ,, �R,'r �` t �� ». � � � � � ��� .y
.
� ' � ` �. , '. '• � �
-�,� � q . i L 1.
`►,� , . � � �p. � ��� 4 '� E"�. �`,
.
.
.
a�
,
'
1 , . �. *• � ., x ..�.,. ' : +.,,� � . � �Sr� �_.. h�s^ � � aYz�.� � �. . . i': � . . ,.r � r. ' � .�" . ' � , ,`�`",s'TM" ' . _ .-�,",�, \„ ,•'Ac
�..�;.��-.� .. - �� , �'�"NlG�.�� ��� +�
� ��.�� �. . ��� ,. .� , �_ ��.;�`�
�' �� � ,� �• :;�� �=, � �• i �s �■r �� � �_� ��-`
�- � _ � ��: i� � � � - �_
' : � _ � �� '� ,��` - - , �
.
,�,�` �a, �.' .' ,. A, Y ���,,', � - - ."� - �
� � �t ' • . � "v. . - .. # ��„ r "'h•.. -,
�� � ��, �� N ,. ' � ; ' �: �.. �' '� •' � . � .
;�� 3 ^ ' � � � f��. ,}�y� � �� � p .� i � ��M �
"�+�' '�: ���t�` �i. ° � � , 'y � l��
: .' ..;. �. .L +� ,, . ,_ � ' # �
i' , . l ' �
-, �.: : � � � =�
� ___ - ;..v . — :, _�, .
� .1- ,
� .���■ �
�� _
_o �,. `��`.
- �
=��� - � �.
�, ,, ;�
� ,�.�,6-
"�� �' t �==
' ; .i� �r�+' `
`f� -` �
�
■��
�
�
�� - ,�; , ...:�.-� _ _ __ - _ —�
_ ,, , :
- _ _,, �,
�'"� `r� z_ -- . _ _ _ �: ��� - - - ��-�'�'�
A
��- �� � � �� _ �" �� � � ` s���
�s_� -��;, _ � !�� -. -
�H��
�r
��
� ;c� -
_ : � - � � _�_ �, _ - -
- _ �:�=� : , �
� .�_a_ .
�;`:�.-"-_. , - ;
� _ - �, _
�
� '' .��
-- _�
-�.�
`��� � - _ -�__ „�.-
, ,
r' W
�-�.=��- -
- - � ,:�
,
- .�
� ,.
. ;;
. ...� �'
�
����r � ��1.
:'. rr " � ��` �`�
4 ., . ��; �.,. �
�
� � �';' .� � � �� � '
� r� T�Ak- �� 'R� �,'� .
�
* . �` ' � x�?.,�'° _a
� :, �.., � �� �
.�
� � i; *. T �����.
_, '��� �, �� � �
�� � ,� ��� ^�
� , �; �
� � � �
�
�
1
�.
, ��� ! �w.
�, .� �''� � � � _
. '"4� i �a, ?
..� ' _ * y, ;�. t ��
1? " r �` �-,1�-�I.." �`Y "�
��p ±i . - � "� � ry: � ,. "-'Y rv� � 4.� .
Y' , � ' �p, • ,'� � � _- � L .C''�
` F �"
� � � �� G::
� �,'�� r ', 'rf * � ! � �'
F�� { l M
� r � �) � �
iit � . '� - � ' :
� €� .. � � , 1
atl -. � � ���
s _ �; � � ,� �,��
�� � ! � ,�
�� ,� �' � � *
, , ,4
�,,� , � ,`�� i �� • � �,:� a�,
�. A ;:,:- r . . � *, ..
{. � . . 5,�' ,
,,� � �' _ � • ; �'
�s ' � -4
(+\viY . 8 � � I'i."P:,a� ��
., � � � �. �„r I� � � F
tr 7 '-�? p '► 'C'k ' � i
¢ t � �.
���" � � f '� '.. I � . '"�'t� � * j�' .
��I���� �..� � � �, � ; �� r'�6 f � f . w. �. �� y
. ., " �,, ' €'�,` -'- t,?' '.. q -
. � � �J � .� �'�� � + �r� ,� � ���:r
`�` � _r,r +r �,�� �'�' �"', ' +� r w,� i ^,. „ �'
, � +. � � . ��"' � 5�' .w � � ��` �C `��
e
.�a^'�'�,� } .4 � '�t ° b.�Y1p � .,f r � � ';W �g �.. ��,�� ^ �at :
..��� ,�, 1 � ..i { .� 1 � 4 �iF�y°� {q°ii.� �. w� J?:�'
� � � q �� � � h r y , k,,up Y A, � ` . � n
s �
.��P3� 4� � � l J i �^ � � � f +
� i �b�
�'. r'a�.� • n�.. �,3 � n..rk :i',�-yY _
�l�"�r�:.i - ���' .' � '�W��� Y�.. ' �..�„_''' - A �+
f�'�."} ����„ �'�,.. i� ' � .� � ..5' '� J�'��' �s ••y.� a. .a ��
�° �, 3� �;9 � � '1"k� ��4 1 � ��
� �Y L � e�
� i�,pv �' ����t •, ^P
,� ,� i 4
^� � C� � � . ; � 1 � �� . �'T' �f��i S^ �'
�;", y�" K. �i P .'���
.�'ti#'�&' �iM i ,1 . i �r_�y}�,'.�1 �' '�.y�{., ,i . 6 . �
'�, +'�����:�' � � • *—' fiy, �bu' y {eF; .. � . ,
> � � w � v�`# y ^�xj'1�,,'..�•�
� yK '%' � k N ti ', � � � f� � 1` ��s5��1 � �-'�'"
�� .. 5 1�� � �:�P�+tl � ���� +��.''�i �� ��$' �y ��
� �� � � l S 'be �' � � � d � t +�
_�`� ,r 4 u5� C _ �;4-s -w
�� -q�<� 'y �:
�, � i � d^�� �., .�,
�,�v: ky,��
. r �s? ,y�`" '._
{w . � .�" �X. i� '. :
' � i
'• �t � T �y� . 4 .:. �
�� x r��
_ � � a�. �';,
r` r ,� t": �.
P �:i
n f
_ � .� �:,�
��`�,�. ,���,.N
:'�',�C�r N;�rt j1�`�r,F
d�':,��?�,;,,�f� 5:"� :e
� z� d �
.�r ' T
��y �+"r.�c J'� ai- a�„� . .�.7�r. . i_ . _
I
�y � c�.
�.
� ,a �iW .,c ��`r"�E`�x,�e �'7� '���1 ��r .�., �.���,a�
� f ��,� r � �,� ;, �#� ``i rx. � '� ?� `� �a,. � : �
f �p �,��v � ,.� ..;����� � Y�I . ,� F',
�p�, �e � �'- 1 �t1 �. J 1
+. �� , ,�"� 4- a Y �. y 2' �� : ' � � ` ��•�
�5� �" � �, .� �l`:�
� � . �,�, �x s , � ,c .�F `�, d' v � g� � , � ,
yiy« � � �'.�, r. � � r��;:�� . � t � '`�� � � �����`da�p s� �e�
.. r y A � - . . ,,. ,�" " ',� .' 1,�. p` ��.
�r ; ..� �' . � �. _ �! °� N
�r� ��f,. ''���� � -�-�^�� � � � �
� 'e �? �d;' `�` r ::�'� �i µ� ��°M�r . - �
. � - � � � • a �^S.�`��`r_ � � ,' � ���� �"Kn . � 3 � '. `-'A �, "�°°
, ,� . l. }�,�1�,� . . � � r tr1 �1� � � � � eb �"
p '"� �'l .d L ' , i� _
rA 1�il rt J�' ��.f 1 � ! i
' � A ""`ex� �.,,� � �, y i ; . -
� � Mi 4 �;� �", ,� � 4. . c�� .�f `
' � � D ,.,Y L ! ' ��` � '�{4 1
�� . i � � �` � � 'k�Y ��� d
� �• �yY ��� �.�i f� �. �� '-# - � � �.�
� M�. i�� }�,�Y�+4� i .1� ° '�� �� � ' �x �� ��;��� �
h� �!� � i . 1�
r � W � �. ry. ��{.
�.-
A :, �. A , _ � �
4, . �r�, ��k + ar,,�,;j
�' 7E jr�� � • xyT � � E�� ���„
� � . ��.-.I�,y�S�" �' 1� .' i . _ � � 1 )����
{ �
� -'�' � I W � �}�t . , �(, �( S� � y� �(j,",�,,
+r ..,��' ., . . �¢ f'r�i '%..� - �' ���4'tF
��y � i '
3� � 5' `!�'. '� P�� ;� ��� � ��,
�, � s � �. �'� , -, _
,
, . . , � l� '" i 4 . . . i . . � +, � ��
4
" � �Cl � '��'� i
, r i� � �r. � � :" �"'�, �, ���
. � � �.� �M1 r � �� .-
� ki=� E'� �� �
. - . . �. /�J�� �w f ' . , . �. �� t��
=� ��. �`�s 9 : . . � . , � , � �'� �� �4 �,� �
. , r� } ����''� �s � � � � � � � � � � . 7k.
�
�-�
�
�
'f
�
Y� .�
�
.a�
k. e ,-�
�� �
- -,w14r � _ _� _ �-� k
_ !�" ruX r�'1y'
,�, ; _ i -��. � o _ �,,,, ,?' �
��� � - .��=- _ ' �-
- �.
: y � �n
�'j'���' ��� M1 � _.. -
, �
� ��-r
:.r' . t .�— -.
"�.� ' .. _ �.-- ,. � � ��k, , ...
� r�Y.51 �
g i � � � hl � � w.n
.4�,����!_
�_g^ , "LL. S � � �} ����' �� ��" t � i . � � �;�y�
�". , _ _ ' � , ,� � . � ' � 1 ��',, �'
. _, . �. �a- � :� �.
,
�`j ` '� "' " - �� � � �; . �.�. ,
;' ., �
= -
, �, ��"��.� �. �,� � � ��
.�
,�`�� ����
x �~ �`��'`*. ° �:.� . �.Y - �.' �i�w, �� � �.y# � .f�V .
r�`r.` y` `� "u �&-" �> ' �. � .�� (�,��, �,;�
W,�.Y".� ',' L� -y:.✓ . ��' � � r �.. -,�^ ��'�i �"
.. °�` �++. ,>�s, . s .,. � * {�'��' `r � `�$ �p �'�
��.y��'�-..t� _ � �- :,��',��' � *".� ��;� '���}Y��''*.ry��ms�
- — a JF -� . . - " .. "� " _'ta ti.t� �^' �,b r r . �i
��'4��i� �,h� `. � '�� . � F� i� . _
a �'� _''- '_ , �". a" ` ,� � "
, ` s, � '°5, ' + �' '� �
� � 3: .
� at"�� - w -�� }'�
' �, l� ,� � Mv�� y �' z R �e':: Y � '�� .: d � �,i�`i
'� .s ,;•f . ��. �` ��S'�,a3- ��'; "�. . . } . _ t .'!. .�` '�� �.��V ,r��� �':..
° '; - ���'t. t,�_. ��r �'''�,�'`��"�^��
�j ,�,y �� , � Y' ¢"'�r ..� �3.- -�` `r�'!° e''�' , � � ��, rcw";4ij
..� n V �� 4��� A * �: � S�Y� ��
�. -k � ' � � �i F.� I'r�� �« 4 �= .' ! d � �� �'F �iv# �
. , : �
� y 3 r � '�^'— � eMF r�. �., ' ,� yA. � '��d j [f � �.,
� }�'7 , i A �" � �.�'.,
'� "� a r ,�� % , . , r� ,r6�,�'F . ,� �a
- � �-�, � �� �.���„� �' ,�`� ,,a� 'x
r �;�' • � � t.. 1S :Me� 3
' ,�� � �t,, �j • '!� i' �k'„ �. .�-. �
� �� � . .A ` .�-;' ' -.'si .. - !� " '' � e¢ i ��. � e
# v� - �- � � � �`�' � r , � �� ;�r r "R � /� � ± r�„ ;
� `' , 'a� �
�"� �: �" (��
� � ��� ,�,:
, - r
�}� ' ',�-�� . r �� az .:5
� � ,�� ; � � t a '�"
� � � �. r }., ,T� v�� � ,, " " "a'
� C''�!„� +'� 2 . -� SJ � �,� / .. 'f . � 57 . '� , �Y � N� � �
4-�' � ",�,,, , �, j .� �r
' . t�,J r ' �`� -. .;�'+'"ir'c�, + � �"�3i`�:_ � ��` r�t. a �� °� .,
° �: . M � �� �'� r'* � `y_ . ) � a '�y � . � .,, ..
, �e �� ,� �4 �!'' °�.�'a�.+�s�'; �', _ �. "�'�I,.1� Y+ J� .. `;��.k „�i��� +�..
� r 'i � r' � "� 'e� .a, _ • y�' 1 �.° �,.i 5 if
� '� � r �ja�r r ¢� A. ' ,� � � � %� . ..,� � �y, �'^� s �tretC'�
� € !�� 4"� M ] � i`�� ' - e� ♦ .Y`' `l "♦ . � � a,r. '��f � �as� '.
f �.. �kt r ' ,�-yp r�' ��K • * P%VL ' - a F�3'� 'S'�' �-.P �
i N .F
'�r.� �� d ,�,.-,1 5 ` � ¢ r ,C� "*0 � �• "� � �y�'i,'���.��f� w � �1�,L
,�,w'�'� ..� r ,- .y.a ,'!• � a, ' . W�
Si '4 �e TM �� �"� �,i} �~''r'a.3 • Z . . ';�`�a.�+CL ��-
> Y �l . Or 4 �1.0. �• i _. . t •�,a�4 ��� �
.�"� r"�' x 4' Y� 'S � ` �.�er.� i �' : � ``.✓ , wr,� � „ �"
�" �i ' a- �', . . � � "�� �' �,=,�
�.
<
t�i ��� '�' � r �`�r'�� � 'F�� �� _ � - � � �� .
q o- g P
. r�'�` f� a �`'s"�, ���y � S � ,�T����- � �, 'yi w ��k' � ' .� ����4 yy, .
. � �..�� ,�� �' �""'... '. ' # : � � _ - '�ci.*` {+F� �Y,�
C� �. ��. �f'^.; �� .d � S"a 6`� �V � t�' � M' 1� .. ._ ,� �f � � -
.� rf �+5 Y r A � i 9A I �I� ' •
, �� ��' � � ��� � '+� r 1 � 'Mk�� �� _ . .. . x �t��A x .
h W#p �. r a��
�'� �e+� ' ".'?a S-,r . FrY_ +�a , ! 4w�y' , �
j` �p`��� , a r �4�p �' k � �. , -� a " � r �, �W � � r"y,
. � �+;� � a• t �. , e ,
a- "�"° � '� ,�; �, �t� '� ,a.� R . � ��� �� � ; : y � �
�,�. f-� �� : ',�,C� ��, `�«,,� � � ��•��,
�
���`'r �� �:,�,� . 'M �R '' f�rr"�rvr� �4'a�C, , + ��. ��` r��vy r"k�� . ,, w��,� T.
dr � ��„ .� s,• � ''� � , �'S
�.�� � I, �:' � � �°` _�.� � '� � � a� `� .. ��, ��� �iG� ,s�� � . � ,��
- ��,
i
�' lM
1 r � ��.;n i... e 4�
� �aN s yyyy �-"' � � t. �� � .,s�+�� � i �� } 4/� Y�•b5 � �ik+'� r ". , . �� .S
_ �,+'RY'f � ui � S W r I.k "� i r ''� �
.
.
- `�' / , _ � � ��.�^, a t k `f
�,.�: � � - ^ #��.AT;: f��, � p ' v 1 . �' �'' • �x,�- � ,
� '�� ��T
_ t�'� ' � : ; �
�" V.,�1�� .� �
.. .
, .� � .; �x� �':. �
, � � * ��► . "+�r� f II � , ��
,.
..
� �R J . � �����- � d . , . . . - �+r°�ID`. �� V � I �"�R�I�Ear.f�r�.E + ��
� . � p
� � ,�r •,; - , . .��.' .c�: -��. .
,�- -°�+ •� r• t ' '' S. ��g . .t � - ' z , J�. ` � . , ry v ..,'e
' � �., p - _ � , . � 1' . - '
r
.
�
,
'G�4. �:' � 3*S` yr..: .'h� � � r.i ' �� r �q,�:t . '� �"�. ��t �F ��q, . 1 . �: � E `°.�`„�',
l' - . � �' ! e'�. � ". �r9, e i: -� . . , �h. . . .. -'t �u
5�. f � � ��_ � ..�� �.Iil �, ".
� 4 lir.' ���* ��I � .�.� _f , �.
� F. � 11j, �'; . { ` .� �e �
� � . _ ' �� f ro w�r�
.
. .� .
r .
,
.;
,« -
. r . � . �i
1 x!tr 9 y t
' * 7 .
�• ` ,,,� � ' � �+ _F �] A��c. " � M.t 4 .,� , n., � • _ .J,r�,�p�'
� � } �
, �.� • � .�8 ` �
., . � • �aa .
�h
:
a -�. ; _ ) � , ;,y�'�' �� - � ' _ " �
1 � �� � � �
,x . : , _.
., � . . -. °
' �4 .
.;•
� ;
� .
r ,� . . � � �, � --
. y 1 �
. � r ��
- y -'.` rP", ,- :��. �`�r:�.. ,'� - � tfi.c � ' � � : � .. .f � g' y J`�l a.._a F $
�� *4 'G '.. r'4 ' � �•� � . �,I }F�i 1 ���A" �A; ���
.. : �� : .� � « +ia,t rs •r1•,� a�� . � ,,� � . + 4 �� '�� ,� �1�"r
�iA
_ _ � '�� ; { . � ��� R . 'ra �:7`j 4 + :. �_F _ ,� " k; � �"� ��+ �,1 . . -_ `� w'�" .
-' �1 �"': !�_ � � � Y �t A + ,�
�_.. � � � � � � �q�
. 4 f �,f^ a"R'f �`lnr. 3 �r hi. �G+ � '� �' �-,��� ,� h� � ��
� X '�'r.' �' � �� �� � ' ^ } "�� �, , , �'4 �, �fa � .'.� 4a
� �
��'..:.� . ?� � �i'-:�, .f"� . ��i,��k � � h� '° �`�� . . �������r��'�r�
1` r �`r•- _ '. . , � � ��R, ' , -
w .�� ,
i�
, -_ � �I . � �—� � �
d ,. - . - �r.���
�'- ~ "� .. '"�'+r!-
, �. - .-
-�� *''
� �� f '�# _ • _ -
� � - , ,�`�'
_�-,i�`'~i !r�, f � . � . . ,��
w
,.�?�� � :i. . . _
:� . �r ^ - , .. .
��.d` ���� � .- . - �_ . . -- --
��� f • ' i'.1 x
r fi _.M.
i j ` ^
� - -.. . .. _ a
r �`�:� � .-. ' � _.,.s �" f���'r ., t �L���` . � �'
: }r
Bs � � - - _ __n. .,
-_ . . " . � j' ... - �_^ �.t-
- . , . - . . �° " _
- _ ��:1 � _ � -
.'��� � . � - 'Y � _ . - � �,� �
- . .. � ��' � ' ��.:; .
� ,� =` � , �. r �� s - � `�•�
�'a .r.. �° s.
. y
' . _ . �.i ,. �•t.
.. . i!�° _. ,
_.�� .
� .. _ "' �; � �, - .
'� l ��p
- �}�'�`� , _. Jk n . �
�
. ��=L , - -
_ , . .
. ' _ . A, . . , - ,�� , .
- ' - . � ~ � ���� . C� � � .. . -- 1 �Y"..:.-. ' �
. . - - - ' � 2 • , . -c'" -
. _. - , " - . . i , . , _ � i�'. - _
J '
.. " ' � . � ' . _ , .. - . ... - _ �.. d � .i! � _ -
� k � . r . ' � . . . . ' �
S � ' _ . �
. . Sn - � > . _ � . � . ` � � A .
� _ _ k.ni � _ .. . - , . .. . .. . � � —
3' .:. • . � �. .�.'. . � ,_ -.- _ . , � ' . _ , _ . � - � .
� � ,� ��. . -. � . _ ' *: ' , .. .. : � , ' - . ..
F _ _. ' _ ' _ . .� '•. � . - _ � ' . '
. � . -•,� `ai t . _ _ . • =` �': � - � .i
_ Y. : f� y � y _ . .
� % � -. ' : � . � . � .� . �}� .
, n ' ��' n c --i�li' '. _ . ' . d 2 (r . _
r . , - - �,. � � . ` 2� -. "". . . ` •.. �� , .
e _ � . ��� - '" _ .,'� . .. � . ' .� �'�?.' . ,
�,.r." �+ _ - ' + � , s'�. ` �.. _ ,
, � . . . ��`' _ f ' � - ' - ' , . , " �.;_
.
• � . �
�_, _:_ _ _
.
.
� , . ,
.M �f
. � z��
,.
s ,� . � .. , �- �- , • � � . � . - • . �. '� _ r- � + .. ' • . .' r � i'; ` c: �, '• ;
". _ _ . w "�_ , . � ,.5r _ - e � �� }K,-.
'i '�l� . ' _ _' � . . . � ,1. . . ,. . ,_ � . �`. _ °��
„ .
i _. .
� �� •
' .r � .. � . ' �" ,
. . � ' .` _ ' ' -_ . .a •,,: -. . . . . S �,�
�. . � ` y, � . . - .. ' " _ � + : , + ' . . s M.�w _ '
�� t T
� ° • �' � .
—� � .
�.� -�. ,� *� 1 .. ,� ,�, ',
. w'
.
. !�d � , r �i _�
... � i_ > < ' , ' , - - - ' ��
_ ..�+. ' �, � . , pr �•� a '. f '. ��, • �, ' � . 5►. ` � �IE
, -a; h �1r FnP �'�� �;�-' . ..' w• /�'y
'°F � A � � 6 r- � t` "'! ' ' , . ' ' . r . . . .���;J �5��
�gr r „ L r :� �� �.� � L,r� A t . .. . , :,'�Y4� � - ,�., � ., , . .
Mry 7 :' � w � s . � �. � � .
� �: ,. . `i+� nt� r� .� "S� "'��•�� wi �• � ��.�' � a�1N ` n � ' � ' � . ���� .
. F } z
i J # ` ' �. _. ' �i
� ,�. r J�..�',w="f` +' . , � .,� . .� -
- . r}�:.��-• � . , �
�` �` • 'f „ �� ,, ,� _ . , - •
�r _-� �t a� .�1. .#.:. t'v.r r� � . . -
,'� . . _ � .i:%'Ya ' y%t ����'� M�, Mi' 's . „g .' � �''��i'�
{ �� . � � . .. s-.,7'+�'+� j� � �1. ��,'r'i,i,a +~'�,�,� �.. • _ � *��
' � . . . r � �����- � ' `-a .. . .
. -,��+'� � - �`�. � ` �� � , { , � � M.-_'
_ � .. -. � � _ � �' ��r - � �� +�,��. �. � , • � � ^. . �� e � .
- , . . . -a � :� - � .� .. R . �`� - .. ,r � -� Y+ .
. �-� � _ . � -.. „ :� , � � _+� � . . . , y r � .
`" i
�. . - � �, : . `,� ,y� ..- r . ., .. ` . < � _ . . _ : _ f • c -:a
. , . �;! .��C �� �� . i�
. . . .: . � � '�" rt� ° - . � . . .F � ' � :
. � • � .� y �✓ � � y •- S�R
. � �'.� a����,�y�� �� ��5• a� ' � � � .� � � � � �� �'�'.. a=.;.
. . • � � ,- � - �'+� �t `��!. _. .� (� u�1� � _ '� ,y� y � e, .. �'�- �' �
. . . �`." ,� , ��.-a : ��� '�`y, � ��'( ^,F e t• . � � ` -�*, 61 �, . � 1 � �s . -
'.J: e � � �s , �'�. � '� ���,.i � �"�`� .�J�I ��. A' 1. _ ,� , � ",�. . w . J � . '� i . . '3`
, . . . . .: . ��
�
u �y.,
� ".'��"+� �7ltt. �Y��.�Y :a��' f1 . ' . J. .
. . . " . n� . e� .� .Iv. _ 1� ..�.. � . ��,h. -• - 1 � nl� ' .
: [-
�.��f f
r�nw<��
p <�s»; s
�
� �.
, ��'��'—,i � _ ..` .'�r�r�� ^�k� ..'. � '� � . _ � � ' � - - ^ �_ ' rj . �y�
� V _ . . �'� � .. . , . . �- f .a
`_ \ : � F y ' � e ."1
'� . - ""'-"- q� w..�-.`+�'t „t,.,sr�+?a� '"�'�' . .�,' - %!1
w.����► ' .� ..,.. •� � �-c . i� _ � _�.i"�,+��:.' y;
, � - � -. c�- [ �F'� " _ .. • �1�s �.r r .. . • . ! . ` . +s ' . , . . :'�
. . . - . ' ��. � �' ��� ���4 . - -'t�� ~ � � _ � ._ .
_� � ' _ ...��..y�. '� •-, ' • , . ' ' . . ' � . . .
�
, �..
,�� . _ - - . . . . ' . _ . . " �t
_ Y .. • � • . � . '� , . . . r � ' , . . F. �'.� � ..
. . . . .. - _.n
; i • � . . . �. - , '
� �,, . _ _ � . , _ • _ �
� • --
'Y _ is _�' -- - • • . T ,.v�� - .i - *t" - 1 - ,
- . . �_w - - �.. - ' . - : '
. _ • � � � . �a �,� � _
• � • - � ._ �{ - - , -
. � , � _ , � _ - • - r ' . .i. _. . _ -
- --. ' - � � '. __ . i - � - --- -
� ~ . � -• , '• _ • ' � ..� _-. .... .. . . „ - � ��v . ' ,_ F • ,�,�,���� :�.�• -�.•_ ,. -r � � . .l._- .
� ... ' . .. � • � � � ' �� . ' _� _.. ' -. ..� _ �..- e
. -- � � _.. �---- . ��� . � -.- -- • �
__ . ` ' -' '-; . � : • - . . - ' - - '.- �` - ' �- .. �._ --. . . - � _- .7
� ; .. - �.. . .�._�� . _ .T�__ �� _� ^ " � _ ` _ - ----_ . ` •'ayl
- _. -'4 �.. : .i -• - -G • ,_ - ._ �_ -. ,-. .�_-. ` ._ . _' ._-'_ '- �J � _�
-- ' _ - � _- �� ~. � � _ ' . - - _ �y j' : :
: -
:a - . °\ . --_- - - i ' ' �
__. --- - --- - -
. . . ��: ..�- _�.j "-�,...- ' . . i - - _.-_
. ; j
_ •- _ _ _
_ "' .
. .. - r �+ _ �,- � \ r -_ . ' � . � _ . . - .
_ ._. - _ . _ .. . !�-. _'
_ - " '_ - ' _ . _. -_
.. �- ' _.�__ . _� ---- ' ' - - -. _
' " _ _ '. '... . -� - � _ _ _ -� _ � �]-"'--T_ '_-- _� �_ _ -
�_ - � - � � � ��- ,�a� '�-- �'--� � _ � � " "; _ � _ - ^ .^ _ 1 ;:� - `�` -
` ' _ _ ' . - - � - ``- -- v' { - ` "; �� .-� _ � _ ._ . e _ �- -1, _ , _ :i'�l: - - - . , ' - _
_ \ - _ -. , :. } -- — _ � _
�
� -
'a � , r � � - --.� . �-___..`-. _ .-�
\ . ' . . , '- , - ._ \ ' . � ., ._ _ . _ . ._. ..
� .�j�,._-+ V", . - -'...,"__ -- ^ . J. :i
�. . ' - . . _.-'r.-_��--+1 _ 4�._." - . . � "- . _ - . ... �-._'
' ` .� . � ' _. _ —� , . . ' ��T ' _'_ 7'. � .l � � y.
_ ' - - \ ,�.�} '_. ' . • . - ' _ _ _ � , 4 . . - ��! ��'
. _
�*e
,� ' 1�.,- .' � - � - - : , i _
\ - . ._`._..._..� .. , -.�. - . � ___ . , � �a
. -' � - �- _ _ - - � �r ;'
� �, _ . - - � � , �
- � -� - � . - �
,,
.,. _ ...T . �T ._. _ _ k- . c
.__ ' _." --rs-7 - .
. . _ � _. , . ' ' . - ' , .
a:- e . — 3 '' _1�_ : 1— - � ' .
_'1_""" �
��m.� ' � - ��. ' . � ' .
Q...' '' �'y _� -1 -�..-:-�-^S_"'� - . _ ` `i .\ . . . , .r
`� \-'� - � � , > > ' � .. � ,�
�.\ � . ', _. . , �\ ' . . . ' t: ' .
� �� ' • � g` ` � - - - -
_ s. . ` - - �.� � � , . ' � . .
. . - �{._.. , - - ;
. . � : : '.�..�'�-' :: ,F . ' . _ �
,. \ `
`�e-y.� ,._.
_ ��_
i
\ y, , 1
�, �
' �
A
� �
•��r��— Ll.. -� �r/r
J
� � -.�
�.� ' `.w ,
_�
s*�,_ ' 1
' � ' , ��
�y
�I � : . , "3',
.--�.. ; , �r
` �
�, � _�
�i�-- a
�:
1��,�y ' ,�. . • .
� �
��� � ��' `��.,! � � ' � _ �
�� � ,- , , � �?; _
, � � ���''
4�-:�. '? � —i� � . .. a'�F, . " . ; � i�
�ti• \� �` � � .�
- _ � . - . s?�` ,�
' � �. ��_ _ _
�•. ' ` _�/z
�.�; �� � � �
: , <' . s
� �,� y,� � ' ' _ ' � , �
� �> . . . , .
�. � ' ' �; �
`� ���� �� � � - o � ,i�� . ..
Y � � 0 O
it �
C1:.; -� ,� ..:'� • . , � . . v � � ....a:'-. �
�cy�� �t .. , •- _. . . ' . ' �,�ty. � � � ' _ �
• •
• •
" � .�� 'HY=�sT'�'• . - ^ . . �f� • • , - �
_ y� � l5�. �' � _� . . a �:'.�� � • • • � � - � .
��v �_ � •
" �� mt ^�'� .0 �. _ � !�' `� r . " . 'y.+.'.r- • � �_ - _ _ . - � � .
_ _ - �� �,.y .�:'. - � , �
� 4"� : . r"C`--_'�_ � - - - � � �'
; . _-'� � � �`ti-. _ . __ _ - _ _ - -. E, ' ` ' ' '�
, ��` . ' --- ° ' _ 9
� ���`:'� • _ _ — — " " _ ;�
� '�^ l �+; ,es�, .:
_::,�' = . :y�� _ q . , . � �:� ._ . . " , - . '
- � � _ . �\ _ - - . , - ��
. '� . � -�'"v' ' _ _ - ' " - � . � � " i
' y�; �� ..�•• .r � � . .
, �-��`� ___ _ -
! .� � ..
� _ �--
_ ,
�; .�_� .A_-_ -.
��
� : . - :, �` .�` - F�- � • ~ ' `� X'
� `' - �� '� - -
;� � � -�„
�� �
� � . -- . .' _�`,.. , ' . . . . .�. r2r _��s_•- _•,--•,.:.✓'"R'" � _
_ _ �"'1���1 , � _' :� /
' � � _ . .." ' .<;,� � _ - .. -�'�� � �
: �
�v.� na...�
TEXAS Texas Bit TExAS
A CRH COMPANY A CRH COMPANY
OWNER: City of Fort Worth
Attn: Bereket
200 Texas St
City, State, Zip
i�7_Yr�
PROPOSED CHANGE ORDER # 18
ENGINEER:
PROJECT: University Drive
May 13, 2024
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Change 4" Striping to 6" Striping per new city standards
UNIT
�D: Description Quantity Unit PRICE AMOUP
6" SLD Pvmt Marking HAS (W)
6" SLD Pvmt Marking HAS (Y)
6" BRK Pvmt Marking HAS (W)
6" BRK Pvmt Marking HAS (Y)
3650.00 LF $
200.00 LF $
8570.00 LF $
1025.00 LF $
Total
1.81
1.81
1.81
1.81
6,606.50
362.00
15,511.70
1,855.25
24,335.45
UNIT
=DUCT: Description Quantity Unit PRICE AMOU�
4" SLD Pvmt Marking HAS (W)
4" SLD Pvmt Marking HAS (Y)
4" BRK Pvmt Marking HAS (W)
4" BRK Pvmt Marking HAS (Y)
-3650.00 LF $
-200.00 LF $
-8570.00 LF $
-1025.00 LF $
Total
Change Order Add
Change Order Deduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
1.35
1.35
1.35
1.35
(4,927.50)
(270.00)
(11, 569.50)
(1, 383.75)
(18,150.75)
$ 24,335.45
$ (18,150.75)
$ 6,184.70
ACCEPTED BY OWNER: Submitted By
By:
Date:
Texas Material Group, Inc.
gy, , � 2u,i
Ja e reenway
Pr � Manager
(214) 543-5705 Cell
TEXAS Texas Bit TEXAS
A CRH GQMPANY A CRH CQMPANY
PROPOSED CHANGE ORDER # 19 -Revised
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: May 29, 2024
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Contract Days
UNIT
\DD: Description Quantity Unit PRICE AMOUN'�
Per signed Contract
The entire length of project must be open to four(4)Lanes, fivo(2)lanes each direction per the black out
dates.
At Pre-Con January 13, 2023, this changed to all lanes, therefore we would like to have these days
returned to our schedule as it was not possible to work without a lane Closure.
Spring Break - 3-10 thru 3-19-2023
Zoo Run 3-31 thru 4-2-2023
May Fest 5-3 thru 5-7-2023
Colonial Golf Tournament 5-21 thru 5-27-2023
TCU Home Game # 1- 9-1 thru 9-3-2023
TCU Home Game # 2- 9-8 thru 9-10-2023
TCU Home Game # 3- 9-22 thru 9-24-2023
TCU Home Game # 4- 9-29 thru 10-1-2023
TCU Home Game # 5- 10-13 thru 10-15-2023
TCU Home Game # 6- 11-10 thru 11-12-2023
TCU Home Game # 7- 11-23 thru 11-26-2023
Stock Show 1-10 thru 2-4-2024
Spring Break - 3-11 thru 3-17-2024
Zoo Run - 4-5 thru 4-7-2024
Solar Eclipse - 4-7-2024
May Fest - 5-1 thru 5-5-2024
Colonial Golf Tournament 5-20 thru 5-26-2024
' CO# 4- Started on 4/5/2024 to be fully excuted by 6/7/2024.
- Stamp Concrete Work - no approved
- Mix Design HMAC Change
- Crackseal
- Striping change per Spec
Total Days to add
8
3
4
7
3
3
3
3
3
3
3
23
8
3
1
5
7
90
10
14
3
4
31
121
"- As per Change order completing signed excution as of the 7th of June, 2024. If not
signed as of this day, schedule will continue out as of date of execution. Which will
increase the number of days added to schedule.
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas�fAa eri Is Group, h
By:
Date:
By _� '��t
Jamie reen; ay
Proje Ma ager
(214 54�705 Cell
Fo��'i��o�T��
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE• University Drive Phase 1 Change Order #4
M&C: N/A CPN: 101588 CSO: 58122 DOC#: N/A
Date: 5/30/2024
To: Name Department Initials Date Out
l. Ann Estes TPW - Review �� Jun 7, 2024
2. Bereket Birhane TPW - Signature eB J u n 5, 2024
3. Jamie Greenway TexasBit - Sign � Jun 5, 2024
4. Stephen Barnard TPW - Signature �a Jun 5, 2024
5. Raul Lopez TPW - Signature ��- Jun 12, 2024
6. Lissette Acevedo TPW — Signature � Jun 12, 2024
7. Patricia Wadsack TPW — Signature p(�� Jun 13, 2024
8. Lauren Prieur TPW — Signature ,F Jun 13, 2024
9. Doug Black Legal— Signature „� Jun 13, 2024
10. Jesica McEachern CMO — Signature „a` Jun 18, 2024
11. Jannette Goodall CSO - Signature , SG Jun 18, 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
Ciry Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed flie routing slip, David will review
and tal<e the neXt steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
F�RT��RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE• University Drive Phase 1 Change Order #5
M&C: N/A CPN: 101588 CSO: 58122 DOC#: N/A
Date: O1/06/2025
To: Name Department Initials Date Out
1. Ann Estes TPW - Signature ,� Mar 3, 2025
2. Bereket Birhane TPW - Signature �� Feb 27, 2025
3. Jamie Greenway TexasBit - Sign ?� Feb 27, 2025
4. Stephen Barnard TPW - Signature s-�p,,��Q,,,.�, Feb 28, 2025
5. Raul Lopez TPW - Signature �� Mar 3, 2025
6. Lissette Acevedo TPW — Signature Mar 3, 2025
7. Patricia Wadsack TPW — Signature pL,� Mar 4, 2025
8. Lauren Prieur TPW — Signature �/V�� Mar 5, 2025
9. Doug Black Legal— Signature �o��,z5�,a�k Mar5, 2025
10. Jesica McEachern CMO — Signature �r',�F,�,,,,,, Mar 10, 2025
11. Jannette Goodall CSO - Signature ,� `TG Mar 10, 2025
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, Jay 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: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
CSC No. 58122-005
FORT WORTH:. City of Fort Worth
_�—� Change Order Request
Project Name University Drive Phase 1 City Sec # 58122
Client Project #(s) 101588
Project Description University Drive Phase 1- Mill & overlay, striping; sidewalks, traffic signals, street lights, medians and landscape along University Drive
Contractor Texas Materials Group Inc., dba Texas Bit Change Order # 5 Date 1/6/2025
City Project Mgr. Bereket Birhane City Inspector Stephen Barnard
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Ortlers (in M&C Process)
Contract Cost to Date
TPW I Water
Totals
Contract Time
Original Funtls Available for Change Orders
Remaining Funds Available for this CO
Adtlitional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 9.15%
MAXALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) $4,257;571.08
JUSTIFICATION IREASONSI FOR CHANGE ORDER
`�yi
- Basetl on input from stakeholtlers, TPW requestetl a mockup of sealetl brick pavers for the center median on University Dr to assess whether it woultl enhance visibility antl
safety. A mockup of sealed brick pavers was provided by the contractor. After reviewing it onsite; it was concluded that staining and sealing did not notably improve the visibility
of the pavers. — The unit price has been verified to be consistent with the contract.
- Additional Pink Skullcap plants were installed to fill in gaps and a yield triangle pavement marking was missing from the bid schedule. - The unit price has been deemed
consistent with the store price of $16/Gal, not including labor and shipping.
- Yield Triangle pavement markings, which were missing from the original contract, have been added at a unit price comparable to TxDOT's average three month price.
- Contract was extended by 155 days to accommodate the 90 days landscaping was delayed to protect plants from the summer heat as recommended by PARD, as well as 65
days for delays in installing water meters due to Water Dept delays in processing the meter request.
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
Texas Materials Group, Inc. Jamie Greenway Feb 27, 2025
Ins ectorllns ection Su ervisor Date Pro ect and Contract Com liance Mana er Date
��,�a� Feb 28, 2025 $�'�8��� Feb 27, 2025
Pro ram Mana er Date Senior Ca ital Pro ect Officer Date
,eoura Mar3,2025 -- Mar3,2025
Assistant Director De t Date Director, Contractin De artment De t Date
,E'�z �,�_ u/�,E Mar 4, 2025 Mar 5, 2025
Assistant Ci Attorne Date Assistant Ci Mana er Date
� Mar 5, 2025 Mar 10, 2025
Council Acfion if re uired
M&C Number M&C Date Approved �
ATTEST:
Jannette Goodall, City Secretary
FoK r WoKrH Clty of Fort Worth
1y!'� Change Order Additions
Project Name University Drive Phase 1 City Sec # 58122
Client Project # 101588
Contracto Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Barnard
Change Order Submittal # O5 Date 1/6/2025
AUUITIONS
�u�rl� � .. �, ������i�����
��� �� •�u���_�_���r�ra��
��� � �������������
�.� •.�,� ����������a�r��r�
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
,� ��
�
�
��
Change Order Additions Page 2 of 4
FORT WORTH City of Fort Worth
�- Change Order Deletions
Project Name Universiry Drive Phase 1 Ciry Sec # 58122
ClientProject# 101588
Contracto Texas Materials Group Inc., dba Texas Bii PM Bereket Birhane Inspecror Stephen Barnard
Change Order Submittal # O5 Date 116/2025
� •�
�1�1� � � • � ����`��� ��
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
- ---- -
',� ii
',� ii
-
-
. �-- � ����
Change Order Deletions Page 3 of 4
Previous Change Orders
Co# DATE AMOUNT
1 7/7/2023 $97,289.30
2 11 /29/2023 $122,532.96
3 4/24/2024 $28,829.70
4 6/18/2024 $61,483.54
Total $310,135.50
TEXAS 'I'eXaS Blt TEXAS
�4 CRH GOMPANY A CRH GOMPANY
d:i�] 1��'i � �Z�] i /_1► Crl ��7:� �] �:�if%%7 -�:Z�1�
OWNER: City of Fort Worth
Attn: Bereket
200 Texas St
City, State, Zip
DATE:
October 9, 2024
ENGINEER:
PROJECT: University Drive
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Mock-Up for brick Stain/Seal - Additional Plants
UNIT
ADD: Description Quantity Unit PRICE AMOUNT
Mock-Up 1.00 LSU $ 735.00 $ 735.00
Breakdown
Materials 1 LS $ 475.00 $475.00
Labor 1 LS $ 225.00 $225.00
Superintendent @$95.00/HR 1 HR $ 95.00
Foreman @$54.00/HR 1 HR $ 54.00
Crew @$38.00/HR 2 HR $ 76.00
Profit 5% -TMG 1 LS $ 35.00 $35.00
1 Gallon Pink Skullcap 25.00 EA $ 18.90 $ 472.50
Breakdown
Materials 25 $ 18.00
Profit 5% -TMG 1 LS $ 0.90
UNIT
DEDUCT: Description Quantity Unit PRICE AMOUNT
Change Order Add
Change Order Deduct
Total Change Order Amount =
$ 1,207.50
$ -
$ 1,207.50
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc.
By:
Date:
By:
Jamie Greenway
Project Manager
(214) 543-5705 Cell
iam ie. a reenwav@texasm aterials. com
TEXAS Texas Bit TEXAS
A GRH COMPAhIY A CRH GOMPANY
PROPOSED CHANGE ORDER # 20A
OWNER: City of Fort Worth ENGINEER:
Attn: Bereket
200 Texas St PROJECT: University Drive
City, State, Zip
DATE: September 30, 2024
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Yield Triangles - Additional Days
UNIT
)D: Description Quantity Unit PRICE AMOUI
Yield Triangles for Old University Dr
*Installed per plan sheet, not on C-620 for payment.
Breakdown
Profit 5%
1.00 LSU $ 414.75
395.00
19.75
Total
Additional Days 65.00 Days
Due to delays to get Water Meters Service report -out of Contractors control -(1 st Request Feb)
414.75
414.75
UNIT
°DUCT: Description Quantity Unit PRICE AMOUI
Change Order Add
Change Order Deduct
Total Change Order Amount =
$ 414.75
$ -
$ 414.75
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER: Submitted By:
Texas Materials Group, Inc.
By: By:
Date: Jamie Greenway
Project Manager
(214) 543-5705 Cell
Lam ie.qreenwavCc�texasmaterials.com
�ORTWORTHa
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: University Dr - Chisholm Trail to Trinity River (Phase 1) -
Chan�e Control Request No. 1
M&C: N/A CPN: 101588 CSO: 58122 DOC#: N/A
Date: 5/30/2024
To: Name Department Initials Date Out
1. Lissette Acevedo TPW - Signature � Oct 24, 2024
2. Patricia Wadsack TPW — Signature pL.�/j/' Oct 28, 2024
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRiATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the neXt steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No
ROUTING TO CSO: ❑YES �No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContracts(u�fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
FORT WORTH�
Change Control Request No. 1
City Project Number: 101588 Requested By:
CCR Date: 10/17/2024 Cost Change:
Project Phase: Construction Slippage (days):
Project: University Dr - Chisholm Trail to Trin
Fundin� Source: 2018 Bond
Bereket Birhane
N/A
90 Calendar Day
River (Phase 1)
Description of Change:
1 I Delay completion of construction by 3 months, from Aug 2024 to Nov 2024.
Justification for Change:
1 Per the recommendation of PARD, landscaping installation was delayed from June 30 to Oct 1, 2024, to
protect the plants from the summer heat. We request that these three additional months be added to the
construction schedule.
Scope Impact:
1 IN/A
Budget Impact/Construction Cost:
1 IN/A
Schedule Impact:
1 90-calendar-day delay. Former schedule completion date: Aug 22, 2024 Revised completion date: Nov 22,
2024
2 I None
Lissette Acevedo -Sr. CPO
Patricia Wadsack - Capital AD
Date
Oct 24, 2024
Oct 28, 2024
nature
Page 1 of 1
Birhane, Bereket B
From: Branch, Debbie
Sent: Tuesday, June 25, 2024 8:36 AM
To: Villafranca, Michelle; Birhane, Bereket B
Subject: RE: University Dr Landscaping
Definitely recommend waiting until fall so plants can establish in cooler temps vs. going into shock at best and
dying at worst and everyone being upset to see newly planted landscaping not thriving.
Thanks,
Debbie Branch
Park & Recreation Superintendent
817-392-5990 (office)
817-692-4849 (cell)
From: Villafranca, Michelle <Michelle.Villafranca@fortworthtexas.gov>
Sent: Tuesday, June 25, 2024 7:29 AM
To: Birhane, Bereket B <Bereket.Birhane@fortworthtexas.gov>
Cc: Branch, Debbie <Deborah.Branch@fortworthtexas.gov>
Subject: RE: University Dr Landscaping
Good morning Bereket,
I would recommend waiting until the fall (October or late September). The summer is looking to be another extreme
season & installing landscaping during this time would not be beneficial. If they could hold off until fall, that would be
great.
Does waiting impact the 1-year contractor maintenance period after final acceptance by the COFW?
Thanks,
Michelle Villafranca, GIP
Park Operations and Natural Resource Planner
Park & Recreation Department
(817) 392-5479 (office)
Michelle.VillafrancaC�fortworthtexas.Eov
FORTWORTHe
City of Fort Worth — Working together to build a strong community
Clkk here to IoNow us o� sotial medi ���
� � � O ��C
From: Birhane, Bereket B <Bereket.Birhane@fortworthtexas.�ov>
Sent: Monday, June 24, 2024 10:38 AM
To: Villafranca, Michelle <Michelle.Villafranca@fortworthtexas.gov>
Subject: University Dr Landscaping
Hi Michelle,
TexasBit is planning to do the landscaping for University Dr phase 1 around early July. We were wondering if that's
ok with the summer heat, or should they wait until fall? Your feedback is appreciated.
Thanks,
Bereket Birhane, P.E.
Sr. Project Manager
Transportation and Public Works
200 Texas Street
Fort Worth, Texas 76102
Office: 817392.7862 / Cell: 682346.6715
Berelzet.Birhane cr fortworthtexas.�
City of Fort Worth — Working together to build a strong community.
FORT WURTH
How am I doing? Please contact my supervisor: raul.lopez(a�fortworthtexas.qov
101588-CNCR-University Dr - Chisholm Trail
to Trinity River (Phase 1) - Change Control
Request No. 1
Final Audit Report
2024-10-28
Created:
By:
Status:
Transaction ID:
2024-10-24
Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
Signed
CBJCHBCAABAAE5GWjyDCPxZ_qY4fUmEKnfumDFrF2mAx
"101588-CNCR-University Dr - Chisholm Trail to
hase 1) - Change Control Request No. 1" History
'� Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov)
2024-10-24 - 1:45:04 PM GMT- IP address: 204.10.90.100
Trinity River (P
� Document emailed to Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) for signature
2024-10-24 - 1:50:13 PM GMT
Email viewed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov)
2024-10-24 - 3:18:35 PM GMT- IP address: 204.10.90.100
�=;� Document e-signed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov)
Signature Date: 2024-10-24 - 3:18:48 PM GMT - Time Source: server- IP address: 204.10.90.100
- Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature
2024-10-24 - 3:18:49 PM GMT
'� Email viewed by Patricia Wadsack (patricia.wadsack@fortworthtexas.gov)
2024-10-24 - 3:35:22 PM GMT- IP address: 35.150.23.58
�=�� Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L.
Wadsack
2024-10-28 - 1:29:43 PM GMT- IP address: 204.10.90.100
:` �� Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov)
Signature Date: 2024-10-28 - 1:29:45 PM GMT - Time Source: server- IP address: 204.10.90.100
�u Agreement completed.
2024-10-28 - 1:29:45 PM GMT
FORT WORTH, PO1A'ered by
� Adobe
Acrobat Sign
�
�
I
.
�
.
,
.
�'
�
t
_ �
� �m
:
�
�o
�
z
�
�,�
��
.�
�
�
�
�—
�[
�
z
z � � � � � � � � � � � � � � � � � � � � LL r 3 � LL � r � � � � � � LL LL z z � LL LL 3 � � � � � 3 LL 3 LL ,� r r � r � -
� \ � � � � \ \ � � � � � \ � \ � � � � � � � � � � � \ � � � � � \ � � � � � � � � � � � � \ \ _ � -
i i LL LL LL 3� LL LL LL LL LL LL�`- ���� i o���� LL������� LL 3�� z�� 3 LL� i�� � 3 3� i� 3 3 LL LL �
� \ � � � � \ � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � [ _.
i � � � � � � � � � � � � � � � � \ 3 � � i � - � � � L � � 3 � � i � � 3 LL 3 \ \ � � �
\�����\�������\�\\\����������\�\\������\ ���� � � �� �� � ��� � E
��LL,� `3�,�,�,�,�,�,�.z�����o�� ��,� � ������ `3��� ��3�,����.���33� �� 33c,�,� � - _
- @, n =
- _ _ - ♦
E E o E- - _- -- E c
� �� E� j 9 T 3 n E Y o N_ E � 3 E ,'`o o� m v N 3�O _
r L �� E E E E£ E E r Y =�� E 3 3 0 0�_ E c m 3 � - E 9 0 0� m@�v � F v a _
- LL `��'>>>>>s LL x-' - E�'"a - � ao `ao` „,>�� _ o„ _ � _
� � u � � � � � � � � � N � � u - d � 3 a � � - a � _ _ - .^'. m � � 3 LL � a � c _ � 3
a � m 6 6- w LL�>" o ��� a x� 3 a� c � a,� ������� � �
C Y`Y`f' Y`CC Y`Y`f' Y`CC Y`Y`f' Y`CC Y`Y'1 Y'f`1 Y'C Y'Y'11 Y`f' Y`Y`Cf' 1`f' 1'1` Y'f' 1'f'Y' Y' Y'f'Y' 1`1` f' Y 1`Y' Y' �
»11�1»11�1»11�1»1�11»1�1»>1�1 ��1> »»1 1 »1 » 1> >1 � t�
� �
F�RT ��RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE• University Drive Phase 1 Change Order #6
M&C: N/A CPN: 101588 CSO: 58122 DOC#: N/A
Date: OS/O1/2025
To: Name Department Initials Date Out
1. Ann Estes TPW - Signature ,� 05/09/25
2. Bereket Birhane TPW - Signature pp 05/07/25
3. Jamie Greenway TexasBit - Sign � 05/07/25
4. Stephen Barnard TPW - Signature s�,�,,�, �.,,, ,,� 05/07/25
5. Alejandra Ayala TPW - Signature �""a�ya,a 05/09/25
6. Lissette Acevedo TPW — Signature 05/09/25
7. Patricia Wadsack TPW — Signature ��.� 05/18/25
8. Lauren Prieur TPW — Signature �a„�,.,,�,�„� 05/19/25
9. Doug Black Legal — Signature ��„�,,,,H,,,� 05/20/25
10. Jesica McEachern CMO — Signature '�`i� 06/02/25
11. Jannette Goodall CSO - Signature ,�,,E�e�o„dz„ 06/02/25
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, Jay 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: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
CSC No. 58122-006
FORT WORTH.a City of Fort Worth
��—� Change Order Request
Project Name University Drive Phase 1 City Sec # 58122
Client Project #(s) 101588
Project University Drive Phase 1- Mill & overlay, striping, sidewalks, traffic signals, street lights, medians and landscape along University Drive
Description
Contractor Texas Materials Group Inc., dba Texas Bit Change Order# 6 Date 5/1I2025
City Project Mgr. Bereket Birhane City Inspector Stephen Barnard
Dept.
Original Contract Amount
Extras to Date
Cretlits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Amount of Proposed Chanqe Order
TPW
Water
Contract Time
Totals (CD)
$3,406,056.86 365
$311,757.75 296
$3,717,814.61 661
$7,255.67
$3,725,070.28 661
$0.00
$7,255.67
9.37%
$4;257,571.08
Original Funds Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
1,757.75
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)
- On January 31, 2025, a vehicle caused damage to the median landscaping between Old University Dr and River Run (See pictures attached). The affected plants and
irrigation components were replaced to restore the area.
-On April 18, 2025, another vehicle ran over a median landscaping, possibly while making an illegal left turn off Riverfront Dr (See pictures attached). The affected plants
and irrigation components were replaced to restore the area.
-Unit prices have been verified to align with current market rates by local vendors.
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 Com an Name Contractor Name Contract Si nature Date
Texas Materials Group, Inc. Jamie Greenway OS/07/25
, �, �
Director
ATTEST:
Date Pro'ect and Contract Com
05/07/25 °^�dt ��� ��
Date Senior Ca ital Pro'ect Offi�
05/09/25 �' �;'
Date Director, Contractin De <
os/18/zs " '-
Date Assistant Ci Mana er
osi2oi2s
Council Action (if required)
M&C Number
Date
05/07/25
05/09/25
Date
OS/19/25
06/02/25
M&C Date Approvetl
Jannette Goodall, City Secretary
FoKr WoKrH City of Fort Worth
�"T� Change OrderAdditions
Project Name Universit Drive Phase 1 City Sec # 58122
ClientProject# 101588
Contracro Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Barnard
Change Order Submittal # �6 Date 5/112025
�IL91�1� � � •� ����SZI����
��� • �����uannnnmum`ii�l�l9 �l'�3{9
��� , . � � • ��y���:xmnr�rmiaa�:���' ' �i�i' 9
��� • ��y���ramr�rmia�ra�;��� �� .: � �
��� � � - - � . • ��y�-�xmnr�rmiaa �i� �i[� ��19
��� •��y����mnr�rmiaa�i�� ' '' �� , � �
��� •�..� •��y�-��mnr�rmiaa�i�t�L'��r��.r.�cia
��� � . •��y�-�rmnr�rmiaa�i�F�6���LY'EY9
��� • ��y���rmnr�rmiaa��a��3��j �5�.����.��
�1L�9'� •'�1`���'� '�-�.�:r �,-�.�:�
� .,, �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
�,� ��
�
�
���7
Change Order Additions Page 2 of 4
FoR� City of Fort Worth
Change Order Deletions
Project Name Universi Drive Phase 1 Ciry Sec # 58122
ClientProject# 101588
Contracto Texas Materials Group Inc., dba Texas Bit PM Bereket Birhane Inspector Stephen Barnard
Change0rderSubmittal# � Date 5/1/2025
� ��
�IL9u� ' ' •' S'Lii��"l���i' 1�� ��'' i��
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
� �����
,� ��
,� ��
�
�
. �-- � ,���
Change Order Deletions Page 3 of 4
Co #
Previous Change Orders
DATE
7/7/2023
11 /29/2023
4/24/2024
6/18/2024
3/10/2025
Total
AMOUNT
$97,289.30
$122,532.96
$28,829.70
$61,483.54
$1,622.25
$311,757.75
MISBE for this Change Order
TEXAS 'I'eXaS Blt TEXAS
ACRHCOMPANY ACRHCOMPANY
PROPOSED CHANGE ORDER # 21
OWNER: City of Fort Worth
Attn: Bereket
200 Texas St
City, State, Zip
DATE:
March 31, 2025
ENGINEER:
PROJECT: University Drive
DESCRIPTION OF CHANGE ANDIOR EXTRA WORK: Mock-Up for brick Stain/Seal - Additional Plants
UNIT
ADD: Descri tion Quantit Unit PRICE AMOUNT
1 Gallon Blonde Ambition Sideoats
5 Gallon Desert Flamenco Hesperaloe
1 Gallon Bluestem
1 Gallon Four Nerve Daisy
Topsoil (Per Plant schedule)
Organic Compost
Rustic Cut Hardwood Mulch (3")
Irrigation Components
Labor
10.00 EA
5.00 EA
10.00 EA
5.00 EA
2.00 CY
2.00 CY
2.00 CY
1.00 LSU
1.00 LSU
$ 16.8 49fr'69 $
$ 35.7 1�fr5� $
$ 16.8 }68�:99 $
$ 18.9 �3d-59 $
$113.4 z''iG.69 $
$86.109�9 $
$54.60�9 $
$ 868.92 $
$ 2,198J0 $
$
ereakdown
Labor- Superintendent $ 94.00
Labor-Foreman $ 440.00
Labor-Laborer $ 1,560.00
Irrigation Components (See itemized list attached) $ 827.54
Profit 5% -TMG $ 199.28
168.00
178.50
168.00
94.50
226.80
172.20
109.20
868.92
2,198.70
4,184.82
UNIT
DEDUCT: Descri tion Quantit Unit PRICE AMOUNT
Change Order Add
Change Order Deduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
ACCEPTED BY OWNER:
By:
Date:
$ 4,184.82
$
$ 4,184.82
Submitted By:
Texas Mat ials Group, Inc.
By . �� n
J ' Greenway
Project Manager
(214) 543-5705 Cell
iamie.qreenwavCa�texasmaterials.com
GS #2915 - Texas Bit; Jamie 214-543-5705
\
Grass Estahlishment Erasian Cantrol Wetland Development Mitigation Biatechnical Emhankment
DBE # HFDB75797N0322, MBE # HFMB37092N0323, WBE # HFWBOfi201N0323
PROJECT: Fort Worth - University Drive Improvements; #101588; Car Vandalism
BID OF: C. Green Scaping, L.P.
2401 Handley Ederville Rd.
Ft. Worth, TX 76118
Item Description
1 Gallon Blonde Ambition Sideoats
S Gallon Desert Flamenco Hesperaloe
1 Gallon Little Bluestem
1 Gallon Four Nerve Daisy
Topsoil (Per Plant Schedule)
Organic Compost
Rustic Cut Hardwood Mulch (3")
Irrigation Components
Superintendent
Foreman
Labor
Materials + 15%
Unit
EA
EA
EA
EA
CY
CY
CY
LS
HR
HR
HR
LS
Quantity
10
5
10
5
2
2
2
1
1
8
40
1
Completed 3/22/2025 and 3/25/2025
Price
$16.00
$34.00
$16.00
$18.00
$108.00
$82.00
$52.00
$2,921.54
$94.00 $94.00
$55.00 $440.00
$39.00 $1,560.00
$827.54 $827.54
Tota I
$160.00
$170.00
$160.00
$90.00
$216.00
$164.00
$104.00
$2,921.54
Tota I
Landscaping Exclusions:
1. Sales Tax is not included.
2. Watering is not included.
3. General Contractor to provide a water source at job site free of charge to Green Scaping.
(Including the cost of pumps, taps, meters or any other expense of obtaining water at job site.)
4. Topsoil, topsoil placement, root, rock or debris pickup is Not Included
S. General Contractor is to provide all traffic control, including all labor and devices.
6. This proposal may be withdrawn by us if not accepted within thirty (30) days.
7. This bid is intended to be a package and cannot be broken out without Green Scaping approval.
8. Mowing, trimming and maintenance by others
9. Repair work (irrigation or landscaping material outside from is shown on plans) will be completed via T&M.
Note #4 under Landscape General Notes on sheet 55
$3,985.54
Tracy Updegraff 3/26/2025
IRRIGATION
�
S T A T I O N
IRRIGATION STATION - ALEDO
206 BEAR CAT ROAD
ALEDO, TX 76008
FAX: (817) 752-5958
Phone: (817)-752-4487
Bill To: C GREEN SCAPING, LP
2401 HANDLEY EDERVILLE RD
FORT WORTH, TX 76118
;>>' TE > > >'.
���
0019850029
Account: H004621 0001
Branch: IRSALED
Phone: (817)-577-9299
Fax: ( )- -
Ship To: C GREEN SCAPING, LP
2401 HANDLEY EDERVILLE RD
FORT WORTH, TX 76118
Page 1 of 2
PO: University Drive Ref:
Exp Delv Date: 03/24/25 Sales B WATSON
Activation Date: 03/24/25 Agents
Close Date: 04'23/25 B WATSON
Type: WILLCALL
Quoted For: Tracy
Quoted By: BW201751
Job:
Ship Via: WCLATER
QUOTE AND ALL PRICING HERE IS GOOD FOR 15 DAYS FROM DATE OF'ISSUE
NDB1419BC 14" X 19" NDS BLACK STD BOX W/GREEN LID VALVE TECH
Supp#:1419-BC
RBL33DK 3/4" RB 33D KEY FOR 3/4" DBL SLOT QCV 33DK
Supp#:B11801
RBXXCZ100PRBCOM 1" RB COM CONTROL KIT W/BASKET FILTER XCZ100PRBCOM - RB
1" COMMERCIAL CONTROL ZONE KIT W/BASKET FILTER
Supp#: X10330
1: EA' 45.86 EA' 45.86
1: EA' 60.50 EA' 60.50
1: EA' 391.19 EA' 391.19
S4PT010 1" SCH 40 PVC TEE SLIP 401-010 4 EA
Supp#:401010
S4PT007 3/4" SCH 40 PVC TEE SLIP 401-007 SCH 40 PVC TEE SLIP 4 EA
3/41N
Supp#:401007
S4PCP010 1" SCH 40 PVC COUPLER SLIP 429-010 SCH 40 PVC COUPLWG 6: EA
..
SLIP 11N `
Supp#:429010 '' ';
S4PCP007 3/4" SCH 40 PVC COUPLER SLIP 429-007 6 EA
Supp#:429007
RBXXFDE612250 12" X 250' RB XFDE DRIPLINE 0.6 GPH XFDE612250
Supp#: x44001 MXE
BEP010CL200 1" X 20' PVC PIPE CL 200 WHITE BE BELL END
Supp#:00055500425
BEP007CL200 3/4" X 20' PVC PIPE CL 200 WHITE BE BELL END
3.76:
1.98:
2.21
1.26:
15.04
7.92
13.26
7.56
1 RL's 160.15: RL' 160.15
2 FT' 0.8420: FT' 1.68
2; FT' 0.6310: FT; 1.26
Pri nted: 03/24/25 13:4723
IRRIGATION
�
S T A T I O N
Pri nted: 03/24/25 13:4723
;>> TE > > >
���
0019850029
Page 2 of 2
Payment Terms: Total: $719.60
NET 30 DAYS
TEXAS Texas Bit TEXAS
A. CRH CpMPANY A CRH C�MPANY
OWNER: City of Fort Worth
Attn: Bereket
200 Texas St
City, State, Zip
DATE:
PROPOSED CHANGE ORDER # 22
ENGINEER:
PROJECT: University Drive
April 29, 2025
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: Landscape Damage by Vehicle #2
UNIT
DD: Description Quantity Unit PRICE AMOU�
1 Gallon Blonde Ambition Sideoats 9.00 EA $ 16.80 $
5 Gallon Desert Flamenco Hesperaloe 4.00 EA $ 35.70 $
Topsoil (Per Plant schedule) 1.00 CY $ 113.40 $
Organic Compost 1.00 CY $ 86.10 $
Rustic Cut Hardwood Mulch (3") 1.00 CY $ 54.60 $
Irrigation Components (See itemized list attached) 1.00 LSU $ 651.65 $
Labor 1.00 LSU $ 1,871.10 $
$
Breakdown
Labor - Superintendent $ 94.00
Labor - Foreman $ 440.00
Labor-Laborer $ 1,248.00
Profit 5% -TMG $ 146.23
151.20
142.80
113.40
86.10
54.60
651.65
1,871.10
3,070.85
UNIT
DEDUCT: Description Quantity Unit PRICE AMOUNT
Change Order Add
Change Order Deduct
Total Change Order Amount =
All other items and conditions of our contract with you remain the same and this order
is made a part thereof.
Kindly signify your acceptance and approval of this agreement by signing and returning
to us the enclosed copy.
Submitted By:
ACCEPTED BY OWNER: Texas M rials G
By:
By:
Jami r nway
Date: Proi ct anaqer
$ 3,070.85
$ -
$ 3,070.85
Inc.
(214r543-5705 Cell
iamie.greenway@texasmaterials.com
GS #2915 - Texas Bit; Jamie 214-543-5705
Unit
EA
EA
CY
CY
CY
LS
Grass Estahlishment Erosion Control Wetland Development Mitigation Biotechnieal Embankment
DBE # HFDB75797N0322, MBE # HFMB37092N0323, WBE # HFWB06201N0323
PROJECT: Fort Worth - University Drive Improvements; #101588; Car Vandalism 2
BID OF: C. Green Scaping, L.P.
2401 Handley Ederville Rd.
Ft. Worth, TX 76118
Item Description
1 Gallon Blonde Ambition Sideoats
5 Gallon Desert Flamenco Hesperaloe
Topsoil (Per Plant Schedule)
Organic Compost
Rustic Cut Hardwood Mulch (3")
Irrigation Components + 15% on Materials
Superintendent
Foreman
Labor
Quantity
9
4
1
1
1
1
Price
$16.00
$34.00
$108.00
$82.00
$52.00
$620.62
Total
$144.00
$136.00
$108.00
$82.00
$52.00
$620.62
HR 1 $94.00 $94.00
HR 8 $55.00 $440.00
HR 32 $39.00 $1,248.00
Total $2,924.62
Landscaping Exclusions:
1. Sales Tax is not included.
2. Watering is not included.
3. General Contractor to provide a water source at job site free of charge to Green Scaping.
(Including the cost of pumps, taps, meters or any other expense of obtaining water at job site.)
4. Topsoil, topsoil placement, root, rock or debris pickup is Not Included
S. General Contractor is to provide all traffic control, including all labor and devices.
6. This proposal may be withdrawn by us if not accepted within thirty (30) days.
7. This bid is intended to be a package and cannot be broken out without Green Scaping approval.
8. Mowing, trimming and maintenance by others
9. Repair work (irrigation or landscaping material outside from is shown on plans) will be completed via T&M.
Note #4 under Landscape General Notes on sheet 55
Tracy Updegraff 4/28/2025
IRRIGATION
�
S T A T I O N
IRRIGATION STATION - ALEDO
206 BEAR CAT ROAD
ALEDO, TX 76008
FAX: (817) 752-5958
Phone: (817)-752-4487
Bill To: C GREEN SCAPING, LP
2401 HANDLEY EDERVILLE RD
FORT WORTH, TX 76118
Type: WILLCALL
Quoted For: TRACY
Quoted By: BW201751
Page 1 of 2
PO: 2915 Ref:
Exp Delv Date: 04/29/25 Sales B WATSON
Activation Date: 04/29/25 Agents
Close Date: 05!29/25 B WATSON
RBXXFDE612250
RBXXFFTEE
RBXXFFCOUP
RBXXFFELBOW
RBXXFFFA050
RBXXFFMA050
RBXOPERIND
PINLANBOX
NETTLAVRV
NETTLFVI
NDB6RNDBC
;>>' TE > > >'.
���
0020518254
Account: H004621 0001
Branch: IRSALED
Phone: (817)-577-9299
Fax: ( )- -
Ship To: C GREEN SCAPING, LP
2401 HANDLEY EDERVILLE RD
FORT WORTH, TX 76118
Job:
Ship Via: WCLATER
QUOTE AND ALL PRICING HERE IS GOOD FOR 15 DAYS FROM DATE OF'ISSUE
12" X 250' RB XFDE DRIPLINE 0.6 GPH XFDE612250 1: RL
Supp#: x44001 MXE
17MM RB TEE FOR 17MM TUBE XFFTEE 25: EA
Supp#: X36373
17MM RB COUPLER FOR 17MM TUBE XFFCOUP 25: EA
Supp#: X36370
17MM RB ELBOW FOR 17MM TUBE XFFELBOW 25: EA
Supp#: X36372
1/2" RB ELBOW BARB X FEMALE ADAPTER XFFFA050 25: EA
Supp#:X36371
17MM RB MALE ADAPTER FOR 17MM TUBE 1!2" XFFMA050 25: EA
Supp#: X36374 - - ''
RB DRIP SYSTEM'DPERATION INDICATO OPERIND -"DRIP SYSTEM 2: EA
OPERATION INDICATOR BX20
Supp#: X17500
1000/BOX FABRIC/SOD PIN 6" 11GA 1 BX
Supp#: STAPLE/515
1/2" NETAFIM AIR/VAC RELIEF MIP 2 EA
Supp#:71000-016720
17MM NETAFIM FLUSH VALVE INSERT INLET 2 EA
Supp#: TLFV-1
6" NDS BLACK ROUND BOX W/GRN LID VALVE TECH 4 EA
Supp#: 6RND-BC
160.15: RL
0.66 EA
0.45 EA
0.57 EA
0.66 EA
0.64 EA
15.42: EA
72.00: BX
15.90: EA
24.00: EA
6.32: EA
160.15
16.50
11.25
14.25
16.50
16.00
30.84
72.00
31.80
48.00
25.28
Pri nted: 04/29/25 13:12:13
IRRIGATION
�
S T A T I O N
Pri nted: 04/29/25 13:12:13
;>> TE > > >
���
0020518254
Page 2 of 2
Payment Terms: Total: $539.67
NET 30 DAYS
Landscaping damage between Old University Dr and River Run
�
�"_:�:,,
.
�,
�" - -
tv; _ _ �. `
i
---� , �
- a'; .
� -- ��� � r�
� ' � ��
�T r I
-- - __ � < .
s �
;i
_ _._. _ _ " ' � . .,y
- '- _ I "_.� __.�'i _
F
� � �
i� �-i;.
7 . / __ f �
_ / � p
.. / _ ` ' -�� .�'i??
/ ;'
fl 1 "-:
_ _. � - � . . 5� G :..',�'
�.' �
,� L.....� � ��
� �,� �
� '_ • / rEk� �� ��, 9
.,�- �! ' �'�
; � �4� . n. ���.
x: . . % . . ,.. � � �"#
� --
\l�.
rJ ,
i � _ i- �
�- .i � . �`��_ \
, _ _. '�_ , . . a.�--
i _ .. ._i _..:...__` �
}
.i- - .. _.r - ---- �-
a _. �
d j- � � ���
+ _ � �
_.���
�
� � _�
_ ^ � _
-- _�_
. �, ��_,
1''
_ _. ,_�ti
- �-
� ` P�
` ...� - . ..�,
!_ j_ _..l
r y����• � n � ��v, 3� ��*
� � � � o
/ p �'a
� �, ,, '% � ���� `>vi�" � � 3��if�.-
t 4 � , i
;�+ � � /� ��!�- � 9� �
�1�'� � `� � � ����� ��r ��'
l� �, _� � � .
C `��:• �fi I,e�j�,� /a (� �� i�> . /' a :�,,.
� � i�4ll. / �e%!� �i � �
� � � �7 . �/
( � d � \ �,� � �� �
w.� �,/
� ���� ���P '`9��' �"� i i/� / � � Ry
,7�� , � `� ���� ���� ���
'� ; ,�, � 9 / � �.� � .
c� . � � � � V �% .� '
r ��� � ''� iy�� - k�'.
,-� r
d� . 1 � :`�/ �7.�
�/ � / � I- �� ✓i "s ;'i.
�R ���i � � � � II.. t �,� � ,
.IE�= , s ,,. ,... �`�a�a �"'...�.itlt�r�
� ��� @
� � ,� q �
- ' `�4, t� r'1
�<�s, � �:
. '�i
� , �
4.
Y�
� .�,.,
�
.l
_�
� �
t,.q,l. ,
_ ��
� `��~
���i �
Landscaping damage in front of Riverfront Dr
,:�w �.:' �u= `�`
� _�
�c ..d' :""' '
¢°
� ` � : �
� jJ ?4 `
,l
,�- ;, , ,:
_ � �;
a-�-
k� �A
`��
� � "
_ a4U � '
' �jP' , � . �i
., . . ... . :,�.'�
-�" i
� - „
�. ' -
�, . �
'�.
�
�'�.
a.�`
� � � :�
� . -�
- � `� ��''�:
�,� v�� �*:
: , ; ; . �. .
� � ���
- - ,s, b e!�_�
, � � ti �..,::_
; ��
.._ �
` � S �` s
- � �� , .
_ ; r�
�' '�`'�''��
- � , �-��
1\
_ � ,��p1�
�, ye ._, i
_ � ,_�b �'`'+s
� �.� ✓-�°.
� �, �- \ .
f �; ��FL � ��.�.:
g
��
� a�� �
' � �� ` �y ,'� '. � .
e% s �s - �,
, � 'x % ��ryf� '^Y� - ,:
.. G. �,( �p ( �,n+r.� �.
_r, "�'�$��i 1��'�f'.
r
4r �� �� � � oo ��� 4
'�,; ' Y � �
��°a��, ,, 7 s
i �',' '�1!i�
�,,� ��A ;;J y �+�b�11�'A��'l�V\4 ��"��6i���
r�"�� l�r ��\����s
e -
� �' nas �t� �`��Rr��/� . Y .
r �`�` J�'11�"� ,,j ��I�`�
: 'c, "ti " �^a
� r J f ��� �� fP�� ���Ip�� ��
i•' �, i�� i°S i�1A i�
r✓ i ,. i� J ��l4tiik�dl�1�� iV�
'� ' ��q��� tt`�y / b tp` � � \
� . . . tl f:��, f X�'��7 � i�°�� � rmr.� 1�� �.8�
�
_ — �-- �o��s+11
F�0 RT W4 RT H
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: University Di•ive Improvements
CITY PROJECT NUMBER: 101588
WATER
PIPE LAID SIZE TYP� OF PIPE LF
WATER PIPE 0 0 0
SERVICE PIPE 1" COPPER 3 EA
FIRE HYDRANTS: 1 EA
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
VALVES (16" OR LARGER)
SIZ� TYPE OF PIP� LF
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
SEWER PIPE 8" SDR-26 ASTM D3034 PVC 562 LF
SEWER SERVICE 4" SDR-26 ASTM D3034 PVC 4EA
PIPE ABANDONED
N/A
SIZE TYPE OF PIP�
LF
DENSITI�S:
NEW SERVICES:
T1t�NSPORTATION 1�ND PUBLIC WORKS
The City of Tort Worth • 1000 Throcicmorton Street • Fort \�/orth, TX 7G012-6311
(817) 392 - 79�1 • Fax: (817) 392 - 78�5
�ORTWORTH�
TRANSPORTATION AND PUBLIC WORKS
January 6, 2025
Texas Materials Group, dba Texas Bit
420 Decker Dr suite 200
Irving TX 75062
RE: Acceptance Letter
Project Name: University Drive Improvements
Project Type: City
City Project No.: 101588
To Whom It May Concern:
On April 1, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on July 2, 2025. The final inspection and
the corrected punch tist items indicate that the work meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on July 1, 2025, 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-
392-7800.
Sincerely,
/3on o�vt /3i� `i��,o.
Bereke[ 5�i rhane ISe�r 9. 202516'.23:40 CDT�
Berel<et Birhane, P.E., Project Manager
Cc: Stephen Barnard, Inspector
Milce Glover, Inspection Supervisor
Daniel,Roy, Senior Inspector
Raul Lopez, P.E. , Program Manager (���1%�
Cobb, Fendley and Accociates , Consultant
Texas Marerials Group, dba Texas Bit, Contractor
City , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
CONSENT OF SURETY
TO FINAL PAYMENT
AIA Document G707
TO OWNER:
(Narne and address)
City of Fort Worth
200 Texas Street,
Fort Worth, TX 76102
Bond No.
PROJECT:
(Name and address)
University Drive Improvements City Project # 101588
014250047
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER ❑
ARCHITECT'S PROJECT NO:
CONTRACT FOR:
University Drive Improvements City Project # 101588
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(lnsert name and address of Surery)
on bond of
(Insert name and address of'Contractor)
Liberty Mutual Insurance Company
175 Berkeley Street, Boston, MA 02116
,SURETY,
Texas Materials Group, Inc. dba TexasBit, A CRH Company
420 Decker Drive #200, Irving, TX 75062 , CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surery of
any of its obligations to
(lnsert name and address of OwnerJ
City of Fort Worth
OWNER,
as set forth in said Surery's bond.
200 Texas Street, Fort Worth, TX 76102
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date:
(Insert in writing the m�nth f'ollowed by the numeric date and year.)
August 6, 2025
Liberty Mutual Insurance Company
(Surery)
yi
= � �\
(Signature of au'thorized representativeJ
AttestlWitness: ��
(Seal): ��� ;�vM�✓�G'�'�-�� Stephanie Gross, Attorney-in-fact
Jessica Richmond (Prinred name and title)
� 1NS(/
J P���POR��oy�tc�
3 F
_ � 1912 �
., r AIA DOCUMENT G707 w CONSENT OF SURETY TO FINAL PAYMENT w 1994 EDITION w AIA s ,�i �
OO 1994 w THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASH- d',�9S+cH�s`` .da
INGTON, D.C. 20006-5292 w WARNING: Unlicensed photocopying violates U.S. copy- g�> +�-�
right laws and will subject the violator to legal prosecution. seai No. aaao
G707-1994
Marsh MSurety POA LMIC OCIC WAIC Multi Co_012025
POWER OF ATTORNEY Certificate No: 8204866
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein collectively called the “Companies”), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
all of the city of , state of each individually if there be more than one named, its
true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances
and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the
secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 1st day of July, 2024.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
By:
Nathan J. Zangerle, Assistant Secretary
STATE OF ss
COUNTY OF
On this 1st day of July, 2024, before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The
Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained
by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
By:
Teresa Pastella, Notary Public
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV – OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney,
shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind
the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding
as if signed by the president and attested by the secretary.
Certificate of Designation – The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such
attorneys-infact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and
other surety obligations.
Authorization – By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary
of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the
Company with the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, of Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company
do hereby certify that this power of attorney executed by said Companies is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , .
By:
Renee C. Llewellyn, Assistant Secretary
--� Liberty Mutual�
SURETY
As part of its business continuity efforts during the pendency of the COVID-19 pandemic, Liberty
Mutual Insurance Company ("LMIC") on behalf of itself and the companies listed below has
authorized its Attorneys-in-Fact to affix its corporate seal for surety obligations in a digital format
in lieu of its traditional raised seal to any bond issued on its behalf by any such Attorney-in-Fact:
Liberty Mutual Insurance Company
Liberty Mutual Fire Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Safeco Insurance Company of America
American States Insurance Company
LMIC agrees and affirms on behalf of itself and the other companies listed herein, that the digital
corporate seal referenced above has the same binding effect when affixed to a bond or a Power
of Attorney document as if it were a raised corporate seal.
Effective this 23rd day of March, 2020.
By: J�""�--`'�"�'�'y�
Renee C. Llewellyn, Assistant Secretary
AFFIDAVIT
STATE OF TEXAS
COUNTY OF DALLAS
Before me, the undersigned aut�harity, a notary public in the state and county
aforesaid, on this day personally appeared Donnie Blackburn� Vice President of Texas
Materials Group, Inc., known to me to be a credible person, who being by me duly sworn,
upon his oat� deposed and said;
That all persons, firms, associations, corporations, or ather organizations
furnishing labor and/or materials have been paid in fuil;
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;
University Drive Improvements CPN # 10158�- �,
BY � � �?
r' � -
, � f � �. Donnie Blackburn
� GM/Vice President
Texas Materials Group, Inc.
Subscribed and sworn before me on this 3 day of e tp ember�, 2025.
""""�� JAMIE GREENWAY �
`i��Y'`�Loz Notary Public, State of Texas f•� r�,, �.-��;u r. '� �-�� '�
'�''�`�; Comm. Expires 09-25-2028 NOT�Y PiJBLIC IN AND F0�'
;,�;�... �+�,,
'� ,°;,,�` Notary ID 12115454
DAl�1A� COIJNTY, TEXAS
My commission expires September 25,2628 .