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.