Loading...
HomeMy WebLinkAbout062114-CO1 - Construction-Related - Contract - Mario Sinacola & Sons Excavation, Inc.CSC No. 62114-COI FORT WORTH. City of Fort Worth '14� Change Order Request Project Name Intermodal Parkway City See# 1 62114 Client Project R'(s} CPN 103332 Project Nscnp6on Construction of Intermodal Parkway from BNSF to Old FM 156 that includes Public Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements Contractor Mario Sinacola & Sons Excavating, Inc. Change Order #1 171 dale 9119/2025 City Project At?. I David Kastendick City lrsspector Randall Harp Dept. I CFW Funding Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT OA8°% MAX ALLOWABLE CONTRACT AMOUNT(ORIGIMAL CONTRACT COST + MP $21,62%289 A water gate valve vault needs to be lowered 4 feet to match the proposed pavement. An existing 8" waterline in conflict with the proposed pavement needs to be lowered as well as three 7 irrigation services per enclosed revised plans. Lime stabilized subgrade must be sealed to retain moisture while franchise utilities relocate gas main conflict encountered during construction. Contractor proposes to do the work as follows: Gate valve manhole lowering - $6,895.931EA (range in recent City bids $4,0000.00 to $7,729.15); 2' irrigation services from water main in hard clay/rock • $8418.831EA (recent City bids range from $2500 to $9,000); 8" waterline lowering-$19,537.58 range in nxicrtt City bids ($8,750.00 to $20,000.00); lowering of 2" irrigation meter box: S3873.461EA (attached labor, equipment and materials breakdown deemed reasonable); Prime Coat (AE-P) - $6.60Igal (recent City bid range $2.00 to $12.00 per gallon). All proposed costs fall within recent bid ranges for similar work and are deemed reasonable by staff. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an acc an Uri an pre s ment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Pro �Pr am anag slg be a owledges that he/she is the person responsible for the monitoring and administration of this contract, mi:iud' nsurin all v firma ce a re rig uire rents �orslydi�s NSrr+J ON 1, Data Mario Sinacola and Soils Excavating. nc. I Brad Nlisslcr f, M ' I Oct 6, 2025 ..- ..' L w.r- Oct 10, 202 Dec 4, 2025'� Miami Njplm� �-'- Dec 8, 2025 Lwad���.o a, �oz5 �53 25 C5�� Dec 8, 2025 y 9 Dec 8, 2025 Dec 9, 2025 �, Dec 12, 2025 �ov4na _ M&C Number NA M&C Date Approved NA ATTEST: ��� FORT�aa O °°°° C s.. / JJ" d per° °Q9d JannetteGoodall,CitySecretaryp�o o=� 0 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth V---- Change Order Additions Project Name Intermodal Parkway City Sec # 62114 Client Project# CPN 103332 Contractor Mario Sinacola & Sons Excavating, Inc. PM David Kastendick Inspector Randall Harp Change Order Submittal # Dale 8I1112025 ADDITIONS nrrrrrr�»ii�irii Room rrrrrrrr�E� ...rrItem NEEK�F7 rr rrrrrrrr���� r rrr rrrrrrrr�E MEN amm, r ,r rr Change Order Additions Page 2 of 4 Fnar Wn t[ City of Fort Worth Change Order Deletions PmjeclName bnlarmodalP,1103Y CilySec# 62114 Client Project # CPN 143332 Contrictar Mario Sinacola & Sons Excavating, Inc. PM David Kastendick klSpepor Randall Harp Change Order Submittal # O Date 911912025 o Tnlal Deis Dons I 3u.uu Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO N/A N/A Total $0.00 A S I HAC a LA Time and Material VP County Tarrant Project Intennodal Pkwy Control 103332 Highway Description of Work: RFP 007.R2 - Combined Prime Coat, Adjustments to Water Meters, Lower Water Lines, & Date: 9122/2025 1 Valve MH EQUIPMENT LABOR Description Hrs Rate Amount Hours Rate Amount Reg. O.T. Reg. O.T. Surveyor Rokup 4.001 $ 29.71 : $ 118.84 Surveyor 4.00 $ 60.00 $ 240.00 $ S $ S S $ S $ 5 $ $ $ 5 $ $ S $ 5 $ $ - $ S $ S Sub -Total' $ 118.84 Sub -Total $ 240.00 Markup 15%1 $ 17.83 Burden 55% $ 132.00 Total Equipment: $ 136.67 Markup Total Labor: 25% $ 5 60.00 432.00 MATERIAL• SUPPLY SUBCONTRACT Description Quantity UOM Rate Amount Quantity UOM Rate Amount $ Acadia -Adjust Water Meters & Lines 2.00 EA $ 6,547.06 $ 13.094.12 $ Acadia -Adjust Water Meter 1.00 EA $ 2,001.68 $ 2,001.68 $ Acadia - Adjust Water Valve MH 1.00 EA $ 8,340.76 $ 8.340.76 $ Acadia - Mobilization 1.00 EA $ 5,500.00 $ 5.500-00 $ Peachtree - Prime Coat for Lime Subgrade 4,446.00 GAL $ 5.68 $ 25,253.28 S Acadia - 8" Water Line Lowering 1.00 EA 5 16.820.99 $ 16,820.99 S - $ - SutrTotal $ Sub -Total' 5 71,010.83 Markup 25% $ Markup 15% $ 10,651.62 Total Material: S Total Subcontract: 6 81.662.46 Summary Labor Equipment Material Subcontract $ $ $ $ 432.00 136.67 81,662.45 Total This Sheet $ 82,231.12 1%Bond, $ 022.31 Grand Total! $ $3,053.43 912212025 2:32 PM To: Company: Date: Jonathan Gibson C.O. No.: Mario Sinacola & Sons Excavation, Inc Project: 24114 Intermodal Parkway September 18, 2025 City: Fort Worth Description of Work This Change Order includes all costs associated with the following Scope Revisions: Adjustment of 3 water meters and the related 8" water line lowering with 2 of 3 meter boxes that will be connected to that 8" line. Also includes blow -off valve vault manhole adjustments . Item No. Description Qty. Unit M. Unit Extended NEW Water Meter Lowering Adjustment (w/ Feeder Line) 2 EA $ 6,547.06 $ 13,094.12 NEW 8"Water Line Lowering 1 EA $ 16,820.99 $ 16,820.99 NEW Water Meter Lowering Adjustment (w/o Feeder Line) 1 EA $ 2,001.68 $ 2,001.68 NEW Blow -Off Valve MH Adjustment 1 EA $ 8,340.76 $ 8,340.76 NEW Mobilization/Demobilization 1 LS $ 5,500.00 $ 5,500.00 Subtotal: $ 45,757.55 Total: $ 45,757.55 This Change Order has the same exclusions and qualifications as original proposal. Days Added for Additional Scope of Work if Approved By 08/08/25: 2 Working Days If this Change Order is approved after 08/08/25, additional contract days, material cost increases, and remobilization fees may apply as a result of downtime, delays, and/or inability to complete the contracted scope of work in optimum sequence. Change Order #4 Pending Accepted By: Date: $ 45,757.55 Submitted By, Blake Eschbach Acadia Services, LLC besch bach(a)acad iatx.corn C - (682)-808-9625 0 -(817)-500-9048 Change Order Breakdown - Date 09/18/25 Project: 24114 Intermodal Parkway Location: Fort Worth Description: Water Meter and Manhole Adjustment w/ Feeder Line Title Reg Rate OT Rate Reg Hrs OT Hrs 45% Labor Burden Total :Superintendent S 82.50 $ 123.75 1.00 $ 37.13 S 119.63 Foreman S 68.50 $ 102.75 2.00 $ 61.65 $ 198.65 Operator - Leadhoe S 34.00 $ 51.00 2.00 $ 30.60 $ 98.60 Operator - Loader S 31.00 $ 46.50 2.00 $ 27.90 S 89.90 Laborer S 22.00 $ 33.00 2.001 $ 19.80 S 63.80 EA Crew Total : $ 570.58 Equipment Blue Book Pricing QTY U/M Total Su vrintcndcw Truck S 33.45 1.0 Hour S 33.45 Foreman Truck S 33.45 2.0 Hour $ 66.90 CAT - Excavator 336 FL S 18091 2 0 Hour $ 361.62 CAT - Wheel Loader 950GC S 86.96 2.0 Hour $ 173.92 Equipment Total : $ 635.89 rvrareriais i otai : a »1011- Subtotal: $ 5,581.47 15% Overhead & Profit: $ 837.22 2% Bond Premium Adder: $ 128.37 Grand Total : $ 6,547.06 Change Order Breakdown - Date 09/18/25 Project: 24114 Intermodal Parkway Description: 8" Waterline Lowering Location: Fort Worth Title Reg Rate OT Rate Reg Hrs OT Hrs 45% Labor Burden Total Superintendent $ 82.50 $ 123.75 8.00 $ 297.00 $ 957.00 Foreman $ 68.50 $ 102.75 10.00 6.00 $ 585.68 $ 1,887.18 Operator - Leadhoe $ 34.00 $ 51.00 10.00 6.00 $ 290.70 $ 936.70 Operator - Loader $ 31.00 $ 46.50 10.00 6.00 $ 265.05 $ 854.05 Laborer $ 22.00 1 $ 33.00 1 10.00 6.00 $ 188.10 $ 606.10 EA Crew Total: $ 5,241.03 Equipment Blue Book Pricing QTY U/M Total Superintendent Truck S 33.45 8.0 Hour $ 267.60 Foreman Truck $ 33.45 16.0 Hour $ 535.20 CAT - Excavator 336 FL $ 180.81 16.0 Hour $ 2,892.96 CAT - Wheel Loader 950GC S 86.96 16.0 Hour $ 1,391.36 Equipment Total : $ 5,087.12 Materials Pricing QTY U/M Total Parts for 8" Water Line Lowering: 8" DR14 PVC Pipe (20' Lengths) S 20.90 80.00 LF $ 1,672.00 8" DI MJ 45 Degree Bends S 220.00 4.00 EA $ 880.00 8" MJ Restraints w/ Bolt & Gaskets Kits S 120.00 4.00 EA $ 480.00 Rock Emedment I S 980.00 1 1.001 LS 1 $ 980.00 Materials Total : $ 4,012.00 Subtotal: $ 14,340.15 15% Overhead & Profit: $ 2,151.02 2% Bond Premium Adder: $ 329.82 Grand Total: $ 16,820.99 Change Order Breakdown - Date 09/18/25 Project: 24114 Intermodal Parkway Location: Fort Worth Description: Water Meter and Manhole Adjustment w/o Feeder Line EA crew iorai: a :3iv.�o Equipment Blue Book Pricing QTY U/M Total Superintendent Truck $ 33.45 1.0 Hour S 33.45 Foreman Truck $ 33.45 2.0 Hour $ 66.90 CAT - Excavator 336 FL $ 180.81 2.0 Hour $ 361.62 CAT - Wheel Loader 950GC S 86.96 2.0 Hour $ 173.92 Equipment Total : $ 635.89 Materials Pricing QTY U/M Total Parts for Meter & Feeder Line: 2"Copper 90 Degree Bend $ 290.00 1.00 EA $ 290.00 2" Straight Couplings $ 210 00 1.00 EA $ 210.00 Materials Total : $ 500.00 Subtotal: $ 1,706.47 15% Overhead & Profit: $ 255.97 2% Bond Premium Adder: $ 39.25 Grand Total: $ 2,001.68 Change Order Breakdown - Date 09/18/25 Project: 24114 Intermodal Parkway Description: BOV Manhole Adjustment Location: Fort Worth Title Reg Rate OT Rate Reg Hrs OT Hrs 45% Labor Burden Total Superintendent $ 82.50 $ 123.75 2.00 $ 74.25 $ 239.25 Foreman $ 68.50 $ 102.75 5.00 S 154.13 $ 496.63 Operator - Leadhoe $ 34.00 $ 51.00 5.00 S 76.50 $ 246.50 Operator - Loader $ 31.00 $ 46.50 5.00 S 69.75 $ 224.75 Laborer $ 22.00 1 $ 33.00 1 5.001 1 S 49.50 1 $ 159.50 EA Crew Total: $ 1,366.63 Equipment Blue Book Pricing QTY U/M Total Superintendent Truck $ 33.45 2.0 Hour $ 66.90 Foreman Truck $ 33.45 5.0 Hour $ 167.25 CAT - Excavator 336 FL $ 180.81 5.0 Hour $ 904.05 CAT - Wheel Loader 950GC $ 86.96 5.0 Hour $ 434.80 Equipment Total: $ 1,573.00 Materials Pricing QTY U/M Total Manhole Flat Top (72" x 18") $ 1,290.00 1.00 EA $ 1,290.00 Manhole Riser (72"x 2.5") $ 901.00 1.00 EA $ 901.00 Manhole Ring & Cover $ 1,380.00 1.00 EA $ 1,380.00 Material Freight $ 600.00 1.00 EA $ 600.00 Materials Total: $ 4,171.00 Subtotal: $ 7,110.63 15% Overhead & Profit: $ 1,066.59 2% Bond Premium Adder: $ 163.54 Grand Total: $ 8,340.76 EquipmentWatch- www.equ i pmentwatch.co m All prices shown in US dollars ($) Rental Rate Blue Book® June 13, 2025 Ford SUPER DUTY F-250 XLT 4X4 GAS Light Duty Trucks Size Class: It 2 Weight: NIA Alp* Configuration for SUPER DUTY F-250 XLT 4X4 GAS Power Mode Gasoline Wheelbase 142 Inches Model Trim XLT Gross Vehicle Weight Rating 10000 Pounds Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate - Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD $3,130.00 USD $875.00 USD $220.00 USD $33.00 USD $12.42 USD $30.20 Adjustments Region ( 100%) - - - Model Year (2022: 97.24%) (USD $86.25) (USD $24.11) (USD $6.06) (USD $0.91) Adjusted Hourly Ownership - Cost (1000/0) Hourly Operating Cost (100%) Total: USD $3,043.75 USD $850.89 USD $213.94 USD $32.09 USD $12.42 USD $29.71 Non -Active Use Rates Standby Rate Idling Rate Rate Element Allocation Hourly USD $10.53 USD $20.99 Element Percentage Value Depreciation (ownership) 27.39% USD $857.17/mo Overhaul (ownership) 39.11% USD $1,224.15/mo CFC (ownership) 16.37% USD $512.44/mo Indirect (ownership) 17.13% USD $536.25/mo Fuel (operating) @ USD 3,13 29.79% USD $3.70/hr Revised Date: 2nd quarter 2025 These are the most accurate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book® Print. Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for (abarry@mariosinacola.com) All material herein 0 2003-2025 Randall -Reilly All rights reserved. Page 1 of 1 5801 Park Vista Cir. • Keller, TX. 76244 • (817) 741-4658 • Fax (817) 741-4648 Sinacola 10950 Research Rd. Frisco, TX 75033 Attn: Jonathan Gibson August 07, 2025 jgibson@mariosinacola.com Fax Number: We propose to furnish all labor, materials, and equipment to construct, as an independent contractor, the following work. Intermodal Parkway Paving, Drainage, Water, Sewer, Etc. #103332 —City of Fort Worth (Prime Coat) ITEM # ITEM DESCRIPTION QUANTITY UM UNIT PRICE TOTAL PRICE 1 Prime Coat (AE-P) 4,000.00 Gal $5.68 $22,720.00 Total: $22,720.00 INCLUSIONS & EXCLUSIONS: Peachtree Construction, Ltd is an approved SBE throuzh December 2025. Vendor # 9841 for NAICS code 237310. *Bid does not include the following: sales tax, bond cost, AGC dues, utility adjustments, curb or pavement edge backfill, temporary striping or tabs, barricades, traffic control (including lane closure labor or equipment), installation or furnishing of temporary rumble strips, engineering or layout, patching or repair to installed or existing facilities, or any item not specifically called out in this bid. *Quantity based on 0.20 G/SY for 20,000 SY. *Unit quantities are approximate; general contractor will be billed for actual quantities placed. *All liquid asphalt and emulsion based on daily rack pricing; any increase from time of bid to be paid by the general contractor. *Peachtree Construction's indemnification shall be to the extent of our own negligence. Peachtree Construction shall have no liability for design or the sole or partial negligence of the owner or general contractor's personnel. *Prices good for 30 calendar days from date shown on this proposal. All items are bid as unit price unless shown otherwise. *This proposal and the scope of work set for herein shall be considered a part of any contract executed concerning the work generally outlined in this proposal. The scope of work under any such contract shall be limited to the scope of work in this proposal unless changes in the scope of work are identified specifically, such changes are called to the attention of Peachtree, and Peachtree has accepted the changed scope of work as indicated by its authorized representative's initial next to the scope of work item(s) in the contract that are different from the proposal. ACCEPTED: By: _ Title: Date: PEACHTREE CONSTRUCTION, LTD. By: Peachtree International, L.L.C., General Partner Submitted By: Marshall Luig, Estimator Specializing in HMAC Paving EACHTRE-1-EE CONSTRUCTION 5801 Park Vista Cir. • Keller, TX 76244 • (817) 741-4658 • Fax (817) 741-4648 JONATHAN GIBSON 0 x�Yxx MONTHLY INVOICE STATEMENTS xYY DATE RECV'D 9/8/25 Invoice#: 24500825 To: Mario Sinacola & Sons Excavating Inc. 10950 Research Rd Job # 2450 Frisco, Tx 75033 Attn: Accounts Payable JOB# 24011-08 Estimate # : 2 Project: Intermodal Parkway subcontractpayables@mariosinacola.com Period Ending: 8/31/2025 ITEM CONTRACT UNIT QUANTITY TOTAL QUANTITY AMOUNT DUE DESCRIPTION QUANTITY UNIT PRICE JOB TO DATE JOB TO DATE THIS PERIOD THIS PERIOD Temp Asph for Traf Control 1,450.000 SY $56.40 0.000 $0.00 0.000 $0.00 2" HMAC TY-D Surface Course 555.000 SY $19.25 294.900 $5,676.83 0.000 $0.00 10" HMAC TY-B Base Course 555.000 SY $84.50 294.900 $24,919.05 0.000 $0.00 2" HMAC TY-D Surface Course 525.000 SY $19.25 0.000 $0.00 0.000 $0.00 10" HMAC TY-B Base Course 525.000 SY $84.50 0.000 $0.00 0.000 $0.00 HMAC Prices increase 1/1/2025 0.000 TN $5.00 187.630 $938.15 0.000 $0.00 Additional HMAC Increase 10/01/2025 0.000 TN $3.00 0.000 $0.00 0.000 $0.00 HMAC Prices expire 12/31/2025 0.000 TN $0.00 0.000 $0.00 0.000 $0.00 Additional Move -ins beyond 2 for Temp Paving 0.000 EA $6,500.00 0.000 $0.00 0.000 $0.00 Additional Move -ins beyond 2 for Perm Paving 0.000 EA $6,500.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 A G R: PRIME COAT (AE-P) 4,000.000 GL $5.68 4,446.100 $25,253.85 4,446.100 $25,253.85 .00 0.0 o.0 .00 1, k 1, R.00 .0 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0,000 $0.00 0.000 $0.00 0.000 $0.00 0,000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 $0.00 0.000 1 $0.00 0.000 $0.00 0.000 $0.00 0.000 1 $0.00 0.000 $0.00 0.000 $0.00 0.000 1 $0.00 0.000 $0.00 DATE PREPARED: September-08-25 All Estimates due in 10 days. Please make checks payable and mail to address shown above. Thank you. Total Work Completed To Date 5% Retainage To Date Total Earned to Date Less Previous Payments & Current Invoice AMOUNT PAST DUE: Specializing in HMAC Paving $56.787.87 Total This Period: $25,253.85 $2,839.39 Retain.This Period: $1,262.69 $53,948.48 Earned This Period: $23,991.16 $29,957.33 0.01 AMOUNT DUE: 23 991.15 SHIPPER/ORIGIN: Emergency Response Telephone Number: ERGON ASPHALT- AND EMULSIONS, INC. Call CHEMTREC (1-800-424-9300) 600 MINTON ROAD Ergon, Inc. Contract Number 7956 SAGINAW,TX 76179 817-232-3658 BOL NUMBER : 49659 SOLD TO: CUSTOMER NO.: 686300 ROOKER ASPHALT COMPANY INC PO NUMBER: PEACHTREE REFERENCE (JOB) NUMBER: D90Z P.O. BOX 551044 CONTRACT #: DALLAS TX 75355-1044 PROJECT NAME: For all Governmental Work - Ge ORIGINAL BOL: CONSIGNEE/DESTINATION: 2027126 ROOKER ASPHALT COMPANY INC-EA& TARRANT COUNTY TX SHIP DATE: 08/11/2025 FRGHT: COL TIME IN/OUT: 10:35/10:40 CARRIER: CUSTOMER PICK UP TRUCK-TRLR NO.: TD8 ORDER #: AGRMNT #: PRODUCT TANK TEMP UOM NET VOLUME W E I G H T S GROSS: 32,660 LBS 14,814 KG AE-P T239 160.00 F UG6 1,503.700 TARE: 20,880 LBS 9,471 KG 71.17 C LTR 5,692.124 NET: 11,780 LBS 5,343 KG NET: 5.890 TON 5.343 MT Lbs/gal @ 60F: 7.834 Kilograms per Liter: 0.941 Spec Gravity @ 60F: 0.940 Loaded By: DW Additive: N/A LAB/LOT NUMBER: Certification #: C25371233 7/1 to 9/30/25 PROPER SHIPPING DESCRIPTION: Non -Regulated, Asphalt Product Certification: Ergon Asphalt & Emulsions certifies that the materials provided under this bill of lading shall meet the standards of and were tested in accord with Ergon's Quality Control Plan submitted to the state and thereby conforms to the State of Texas' specifications. Ergon Asphalt & Emulsions tests in accordance with AASHTO/ASTM testing procedures or reasonable equivalents. The densities and Specific Gravity denoted are typical results. Product densities can vary through the processes of manufacturing, shipping, and handling. This is to certify that the above named materials are properly classified, described, packaged, marked, and labeled, and are in proper condition for transportation according to the applicable regulations of the Department of Transportation. Signature by Shipper Cargo Tank Supplied By Carrier/Carrier Compliance to Laws - Where the cargo tank is supplied by the carrier, the carrier hereby certifies that the cargo tank supplied for this shipment is a proper container for the transportation of this commodity. This is to acknowledge that the carrier has in his possession or has been offered and accepted the required hazard materials placards and/or emergency response information. This property described herein in apparent good order is received by the carrier shown on this Bill of Lading and the carrier agrees to transport the property to the consignee and the destination set forth herein subject to the classifications and tariffs, and the terms and conditions of the Uniform Domestic Straight Bill of Lading found in National Motor Freight Classification, in effect on the date of the issuance of this Bill of Lading or the applicable contract with shipper. It is further agreed by the carrier that the transportation of this shipment will be performed in compliance with all applicable rules, regulations and laws. Signature by Motor Carrier SHIPPER/ORIGIN: Emergency Response Telephone Number: ERGON ASPHALT AND EMULSIONS, INC. Call CHEMTREC (1-800-424-9300) 600 MINTON ROAD Ergon, Inc. Contract Number 7956 SAGINAW,TX 76179 817-232-3658 BOL NUMBER : 49674 SOLD TO: CUSTOMER NO.: 686300 ROOKER ASPHALT COMPANY INC PO NUMBER: PEACHTREE REFERENCE (JOB) NUMBER: D90Z P.O. BOX 551044 CONTRACT #: DALLAS TX 75355-1044 PROJECT NAME: For all Governmental Work - Ge I ORIGINAL BOL: I I CONSIGNEE/DESTINATION: I SHIP DATE: 08/11/2025 FRGHT: COL I 2027126 1 TIME IN/OUT: 13:40/13:45 I ROOKER ASPHALT COMPANY INC-EA& I CARRIER: CUSTOMER PICK UP TARRANT COUNTY TX I TRUCK-TRLR NO.: TD8 I 1 ORDER I #: AGRMNT #: PRODUCT TANK TEMP UOM NET VOLUME W E I G H T ---------------------------------------- S ---------------------------------------------- GROSS: 32,500 LBS 14,742 KG AE-P T239 160.00 F UG6 1,378.600 TARE: 21,700 LBS 9,843 KG 71.17 C LTR 5,218.569 NET: 10,800 LBS 4,899 KG NET: 5.400 TON 4.899 MT Lbs/gal @ 60F: 7.834 Loaded By: DW LAB/LOT NUMBER: Kilograms per Liter: 0.941 Spec Gravity @ 60F: 0.940 Additive: N/A Certification #: C25371233 7/1 to 9/30/25 PROPER SHIPPING DESCRIPTION: Non -Regulated, Asphalt Product Certification: Ergon Asphalt & Emulsions certifies that the materials provided under this bill of lading shall meet the standards of and were tested in accord with Ergon's Quality Control Plan submitted to the state and thereby conforms to the State of Texas' specifications. Ergon Asphalt & Emulsions tests in accordance with AASHTO/ASTM testing procedures or reasonable equivalents. The densities and Specific Gravity denoted are typical results. Product densities can vary through the processes of manufacturing, shipping, and handling. CC101►no— This is to certify that the above named materials are properly classified, described, packaged, ma and labeled, and are in proper condition for transportation according to the applicable regulations of the Department of T ,hn pa Signature by Shipper Cargo Tank Supplied By Carrier/Carrier Compliance to Laws - Where the cargo tank is supplied by the carrier, the carrier hereby certifies that the cargo tank supplied for this shipment is a proper container for the transportation of this commodity. This is to acknowledge that the carrier has in his possession or has been offered and accepted the required hazard materials placards and/or emergency response information. This property described herein in apparent good order is received by the carrier shown on this Bill of Lading and the carrier agrees to transport the property to the consignee and the destination set forth herein subject to the classifications and tariffs, and the terms and conditions of the Uniform Domestic Straight Bill of Lading found in National Motor Freight Classification, in effect on the date of the issuance of this Bill of Lading or the applicable contract with shipper. It is further agreed by the carrier that the transportation of this shipment will be performed in compliance with all applicable rules, regulations and laws. Signature by Motor Carrier SHIPPER/ORIGIN: ERGON ASPHALT AND EMULSIONS, INC, 600 MINTON ROAD SAGINAW,TX 76179 817-232-3658 Emergency Response Telephone Number: Call CHEMTREC (1-800-424-9300) Ergon, Inc. Contract Number 7956 BOL NUMBER : 49759 SOLD TO: I CUSTOMER NO.: 686300 ROOKER ASPHALT COMPANY INC PO NUMBER: PEACHTREE REFERENCE (JOB) NUMBER: D90Z P.O. BOX 551044 CONTRACT #: DALLAS TX 75355-1044 PROJECT NAME: For all Governmental Work - Ge ORIGINAL BOL: I I CONSIGNEE/DESTINATION: 2027126 ROOKER ASPHALT COMPANY INC-EA& TARRANT COUNTY TX SHIP DATE: 08/13/2025 FRGHT: COL TIME IN/OUT: 10:57/11:02 CARRIER: CUSTOM `CK UP TRUCK-TRLR NO.. TD8 ORDER #: MNT #: PRODUCT TANK TEMP UOM NET VOLUME W ---------------------------------------- E I G H T S ---------------------------------------------- GROSS: 29,580 LBS 13;A17 KG AE-P T239 160.00 F UG6 995.700 TARE: 21,780 LBS 6,879 KG 71.17 C LTR 3,769.135 NET: 7,800 LBS -3,538 KG NET: 3.900 TON 3.538 MT Lbs/gal @ 60F: 7.834 Kilograms per Liter: 0.941 Spec Gravity @ 60F: 0.940 141- Loaded By: DW LAB/LOT NUMBER: Additive: N/A Certification #: C25371233 7/1 to 9/30/25 PROPER SHIPPING DESCRIPTION: Non -Regulated, Asphalt Product Certification: Ergon Asphalt & Emulsions certifies that the materials provided under this bill of lading shall meet the standards of and were tested in accord with Ergon's Quality Control Plan submitted to the state and thereby conforms to the State of Texas' specifications. Ergon Asphalt & Emulsions tests in accordance with AASHTO/ASTM testing procedures or reasonable equivalents. The densities and Specific Gravity denoted are typical results. Product densities can vary through the processes of manufacturing, shipping, and handling. This is to certify that the above named materials are properly classified, described, packa a ed, and labeled, and are in proper condition for transportation according to the applicable regulations of the Department of Tranlpdftation. Signature by Shipper Cargo Tank Supplied By Carrier/Carrier Compliance to Laws - Where the c o tank is supplied by the carver, the carrier hereby certifies that the cargo tank supplied for this shipment is a proper container for the transportation of this commodity. This is to acknowledge that the carrier has in his possession or has been offered and accepted the required hazard materials placards and/or emergency response information. This property described herein in apparent good order is received by the carrier shown on this Bill of Lading and the carrier agrees to transport the property to the consignee and the destination set forth herein subject to the classifications and tariffs, and the terms and conditions of the Uniform Domestic Straight Bill of Lading found in National Motor Freight Classification, in effect on the date of the issuance of this Bill of Lading or the applicable contract with shipper. It is further agreed by the carrier that the transportation of this shipment will be performed in compliance with all applicable rules, regulations and laws. Signature by Motor Carrier SHIPPER/ORIGIN: Emergency Response Telephone Number: ERGON ASPHALT AND EMULSIONS, INC. Call CHEMTREC (1-800-424-9300) 600 MINTON ROAD Ergon, Inc. Contract Number 7956 SAGINAW,TX 76179 817-232-3658 BOL NUMBER : 49768 SOLD TO: CUSTOMER NO.: 686300 ROOKER ASPHALT COMPANY INC PO NUMBER: REFERENCE (JOB) NUMBER: D90Z P.O. BOX 551044 CONTRACT #: DALLAS TX 75355-1044 PROJECT NAME: For all Governmental Work - Ge ORIGINAL BOL: I CONSIGNEE/DESTINATION: SHIP DATE: 08/13/2025 FRGHT: COL 2027126 TIME IN/OUT: 13:59/14:21 ROOKER ASPHALT COMPANY INC-EA& CARRIER: CUSTO ICK UP TARRANT COUNTY TX TRUCK-TRLR NO TTD8 ORDER #: NT #: I PRODUCT TANK TEMP UOM NET VOLUME W ---------------------------------------- E I G H T S ---------------------------------------------- GROSS: 28,080 LBS 12,737 KG AE-P T239 239.00 F UG6 712.300 TARE: 22,500 LBS 10,206 KG 115.09 C LTR 2,696.349 NET: 5,580 LBS 2,531 KG NET: 2.790 TON 2.531 MT Lbs/gal @ 60F: 7.834 Kilograms per Liter: 0.941 Spec Gravity @ 60F: 0.940 Loaded By: AFP LAB/LOT NUMBER: Additive: N/A Certification #: C25371233 7/1 to 9/30/25 PROPER SHIPPING DESCRIPTION: Non -Regulated, Asphalt Product Certification: Ergon Asphalt & Emulsions certifies that the materials provided under this bill of lading shall meet the standards of and were tested in accord with Ergon's Quality Control Plan submitted to the state and thereby conforms to the State of Texas' specifications. Ergon Asphalt & Emulsions tests in accordance with AASHTO/ASTM testing procedures or reasonable equivalents. The densities and Specific Gravity denoted are typical results. Product densities can vary through the processes of manufacturing, shipping, and handling. This is to certify that the above named materials are properly classified, d ribed, packaged, marked, and labeled, and are in proper condition for transportation according to the applicable regulations of the Dgpartm t of Transportation. Signature by Shipper Cargo Tank Supplied By Carrier/Carrier Compliance to Laws .VyheXithe cargo tank is supplied by the carrier, the carrier hereby certifies that the cargo tank supplied for this shipment is a proper container for&k6 transportation of this commodity. This is to acknowledge that the carrier has in his possession or has been offered and accepted the required hazard materials placards and/or emergency response information. This property described herein in apparent good order is received by the carrier shown on this Bill of Lading and the carrier agrees to transport the property to the consignee and the destination set forth herein subject to the classifications and tariffs, and the terms and conditions of the Uniform Domestic Straight Bill of Lading found in National Motor Freight Classification, in effect on the date of the issuance of this Bill of Lading or the applicable contract with shipper. It is further agreed by the carrier that the transportation of this shipment will be performed in compliance with all applicable rules, regulations and laws. Signature by Motor Carrier 103332-CNCO-Intermodal Parkway CO #1 Interim Agreement Report 2025-11-18 Created: 2025-10-04 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAA3DvgNl2Hg5j1Pn32JpFgzBNAMNIQCkwh Agreement History Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "103332-CNCO-Intermodal Parkway CO #1" History Document created by Andrea Munoz (Andrea. M unoz@fortworthtexas.gov) 2025-10-04 - 5:15:31 AM GMT- IP address: 204.10.90.100 Document emailed to Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) for filling 2025-10-06 - 1:23:31 PM GMT Document emailed to David Kastendick(david.kastendick@fortworthtexas.gov) for signature 2025-10-06 - 1:23:31 PM GMT Document emailed to Bradley Missler (bmissler@mariosinacola.com) for signature 2025-10-06 - 1:23:31 PM GMT Document emailed to Randall Harp (Randall.Harp@fortworthtexas.gov) for signature 2025-10-06 - 1:23:32 PM GMT Email viewed by Randall Harp (Randall.Harp@fortworthtexas.gov) 2025-10-06 - 2:26:28 PM GMT- IP address: 166.205.54.40 Email viewed by Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) 2025-10-06 - 2:47:36 PM GMT- IP address: 104.47.64.254 G Document e-signed by Randall Harp (Randall.Harp@fortworthtexas.gov) Signature Date: 2025-10-06 - 4:28:25 PM GMT - Time Source: server- IP address: 107.116.185.85 J Form filled by Alexiz Ramirez (Alexiz.Ramirez@fortworthtexas.gov) Form filling Date: 2025-10-06 - 4:54:57 PM GMT - Time Source: server- IP address: 204.10.90.100 FORT W❑RTHg I P'—"-d by Adobe Acrobat Sign 6 Document e-signed by David Kastendick(david.kastendick@fortworthtexas.gov) Signature Date: 2025-10-10 - 2:43:14 PM GMT - Time Source: server- IP address: 208.184.124.181 Email viewed by Bradley Missler (bmissier@mariosinacola.com) 2025-10-23 - 8:44:20 PM GMT- IP address: 135.232.20.102 New document URL requested by Bradley Missler (bmissier@mariosinacola.com) 2025-11-14 - 7:24:41 PM GMT- IP address: 206.123.110.212 FORTWORTH, 1 Powered by Adobe Acrobat Sign 103332-CNCO-Intermodal Parkway CO #1 Interim Agreement Report 2025-11-21 Created: 2025-11-18 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAAQhF3J0_Cg41g7jd2o2sg78ozDrkm8z6x Agreement History Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. I03332-CNCO-Intermodal Parkway CO #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-11-18 - 3:49:36 PM GMT- IP address: 204.10.90.100 Document emailed to Ariel Duarte (Ariel.Duarte@fortworthtexas.gov) for signature 2025-11-18 - 4:04:56 PM GMT Email viewed by Ariel Duarte (Ariel.Duarte@fortworthtexas.gov) 2025-11-18 - 4:06:18 PM GMT- IP address: 204.10.90.100 Andrea Munoz (Andrea. Mu noz@fortworthtexas.gov) added alternate signer Mitchell Aiton (mitch ell. aiton@fortworthtexas.gov). The original signer Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) can still sign. 2025-11-18 - 4:06:36 PM GMT- IP address: 204.10.90.100 Document e-signed by Ariel Duarte (Ariel.Duarte@fortworthtexas.gov) Signature Date: 2025-11-18 - 4:07:24 PM GMT - Time Source: server- IP address: 204.10.91.100 Document emailed to Mitchell Aiton (mitchell.aiton@fortworthtexas.gov) for signature 2025-11-18 - 4:07:28 PM GMT Document emailed to Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) for signature 2025-11-18 - 4:07:28 PM GMT FORT W❑RTHg I Powered icy Adobe Acrobat Sign 103332-CNCO-Intermodal Parkway CO #1 Final Audit Report 2025-11-26 Created: 2025-11-21 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAANHg7kepVcgHYZzPQfAYt5UBWvEOedgGb "103332-CNCO-Intermodal Parkway CO #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2025-11-21 - 11:02:42 PM GMT- IP address: 204.10.90.100 Document emailed to Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) for signature 2025-11-21 - 11:11:39 PM GMT Andrea Munoz (Andrea. Mu noz@fortworthtexas.gov) added alternate signer Mitchell Aiton (mitchell.aiton@fortworthtexas.gov). The original signer Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) can still sign. 2025-11-21 - 11:14:56 PM GMT- IP address: 204.10.90.100 Document emailed to Mitchell Aiton (mitchell.aiton@fortworthtexas.gov) for signature 2025-11-21 - 11:14:56 PM GMT Email viewed by Mitchell Aiton(mitchell.aiton@fortworthtexas.gov) 2025-11-24 - 2:47:04 PM GMT- IP address: 204.10.90.100 Document canceled by Andrea Munoz (Andrea. M unoz@fortworthtexas.gov) 2025-11-26 - 10:53:59 PM GMT- IP address: 204.10.90.100 FoRTWORTHq I Pawer Y Adobe Acrobat Sign FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Intermodal Parkway CO #1 M&C: N/A CPN: 103332 CSO: 62114 DOC#: N/A Date: 8/14/2025 To: Name Department Initials Date Out 1. Alexiz Ramirez TPW - Review 110/06/25 2. David Kastendick TPW - Signature 10/10/25 3. Bradley Missler Sinacola - Signature 1 zl 312-S 4. Randall 11atp (Inspector) TPW —'Signature 10/06/25 5. Ariel Duarte (Sr. Inspector) TPW — Signature ,s 11/18/25 6. Raul Lopez TPW - Signature R� 12/04/25 7. Lissette Acevedo TPW — Signature 12/08/25 8. Patricia Wadsack TPW — Signature PLW 12/08/25 9. Lauren Prieur TPW — Signature �� 12/08/25 10. Doug Black Legal — Signature 12/09/2025 11, Jesica McEachern CMO — Signature 12/12/2025 12. Jannette Goodall CSO - Signature 12/15/2025 13. 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 ❑ Attach Signature, Initial and Notary Tabs U As Requested ® For Your Information ® Signature/Routing and or Recording ® Comment ❑ File Return To: Please notify TPWContractsafortworthtexas.gov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! FORTWORTR., City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Mario Sinacola & Sons Excavating, Inc. Subject of the Agreement: Change Order No. 1 to CSC No. 62114, a Contract for Intermodal Parkway Project M&C Approved by the Council? * Yes ❑ No 8 If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes N No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 103332 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes N No ❑ Contracts need to be routed for CSO processing in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.