Loading...
HomeMy WebLinkAboutContract 55735-FP1.FORT WORTH, WATER DEPARTMENT NOTICE OF PROJECT COMPLETION -FP1 City Secretary No:_55735 Date Received: 5/25/2023 City Project NI?: 102302 Regarding contract 55735 for Water & Sanitary Sewer as required by the WATER DEPARTMENT as approved by City Council on 4/20/2021 through M&C 21-0293 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Water Department has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due 7a7 5l&Z&D Recommended for Acceptance Asst. Director, WATER DEPARTMENT Ch stovhor !Harder Christopher Harder (May 25, 2023 11:19 CDT) Accepted Director, WATER DEPARTMENT Client Department T�cram 8` 2� d1 Dana Burehdoff (M r 25 2 35 CDT) Asst. City Manager Comments: $2,312,060.00 $169,956.64 Ne 2 $2,293,505.35 0 Days @ $650.00/ Day $0.00 $2,293,505.35 $12,178,830.08 $114,675.27 May 25, 2023 Date May 25, 2023 Date May 25, 2023 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. FINAL ITo (Owner) City of Fort Worth Invoicing Period (From - To): Invoice Date: P. O. FW060-0000014554 From (Contractor): Remit to ( If Not Automatic Deposit ): Number: Woody Contractors Project: I02302 Contractor'sCFW Vendor No.: City Secretary Contract 55735 Contract Number: Water and Sanitary Sewer Replacements Contract 2019 WSM-F : Application For Payment Change Order Summary Approved Change Orders 11. ORIGINAL CONTRACT PRICE ........................................................ $ $2,312,060.00 Number Additions Deletions I2. Net change by Change Orders............................................................... $ $169,956.64 1 $153,773.00 13. Current Contract Price (Line 1 f 2)...................................................... $ $2,482,016.64 2 $16,183.64 14. TOTAL COMPLETED AND STORED TO DATE 3 1 (Progress Estimate, Construction Allowance and Change Orders)..... $ $2,293,505.35 4 15. RETAINAGE: 5 I a. X $2,293,505.35 Work Completed......... $ 6 1 b. X Not Used $ 7 I c. Total Retainage (Line 5a + Line 5b).............................. $ 8 16. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)........................... S $2,293,505.35 TOTALS $169,956.64 17. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)......, $ $2,178,830.08 NET CHANGE BY $169,956.64 8. AMOUNT DUE THIS APPLICATION ............................................... $ 19. $114,675.27 CHANGE ORDERS BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + COs + Line 5 above) ............. $ Contractor's Certification 10. CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request Submittal a. Days Awarded 365 on the City of Fort Worth Buzusaw system that to the best of their knowledge: (1) all previous progress b, Days Added by CO 180 payments received from Owner on account of Work done under the Contract have been applied on C. Total Days 575 account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of d, Days Charged 450 payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or e. Days Remaining 125 encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Consent of Surety Trpr 11, 2023 13:47 CDT) Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-ON U t Pros Rages Estmat9 Progress Estimate cw�.xn� 55735 Contractor's Application FQ('" m Water and Sanitary Sewer Replacements Contract 2019 WSA4F FWAL AF14- P- Alpl-Eau A D C D E F 0 Im I F ry Twt-0 1 r6 s>1�bF�Ih Di-11 s- m LSi4Nhlmx SwtimNw I -Qv%Iy cci, ie4 ed y4lu I VJie Rmcml]'twillW yil�e ycv TM1ir Pmat 5 d5 T -t- (i) (DIE) H (9-F) -I-WATiltl OVE-fr R - I 12knch DIPWatm Pipe - - - - LIF _ _ -- to o00o00 --l00000m _ $11500 _.__.. _. _ si,tca oa to 00000no -�--- $1.,Noo $1.1w oo - - - - - - allow a% _ fao. 2 10 Inch PVC Water Plea -. - LF - -__ sasce segow to oo000000 - -- 5690.00 $macro Sago ao too D% D 8 Inch PVC Water Pipe LIF ._.._..._ asa ooa000 sao oo s2ao.aao 5o n21.00aoWN .$a`u woo $nla000 42atsaoeo lno.6%---_31Afioao 4 Bkx:h DIPWala Pipe - LF 1a50.000000 "I 00 $1-1n500000000 00 Sit4zOs o0 4++420500 _93_0x ".64's.00 5 6 Inch PVC Water Piee LF --_ s0.00NN s)30o SJ aNm 50 WOODD00 _ _51112fY $365OW SJ,D,O.D 4365000 tone% 6 6 Itch DIP Water Pice LF 15000000 $9300 st 21500 $1.24.11a 30 Inch x 8 Inch TarmIno Sleeve b 8 luh Valve EA 1.0000se 4t3 ooD o0 $1300DW Sta00000 E 6 Inch Gate Vane EA SDOo050 5+.3oo 0n $5.50000 50000000E S6.S0000 es". 00 5650000 loco% 9 Binch Gate Valve EA 11000000 _ $1.E0000 --co 1400000000 422.40000 $224W.00 Sz2.WOW 12].]k 34BOOW ,n 10inch Gate Valve _ EA 1.000000 UNO o0 S2 No 0o 1c-c-o000 42200.00 $;200.Oo 5220000 to00S5 1, Gate al.Water _ _ _ _ EA _ __1000000 0 5255000 ___ _E2_55000 12 Duc& DII Ne1r0f1 WalM FM1NIpe WIR¢¢Ua1M 512 inch TN 4000000 _ $I.., SI.50000 Sz600500 39JN10000 327,SE000 32],58000 521.5EO DO 995% 542000 13 Remove 6 inch Gate Valve _ EA - - fioa0000 $-. s a.. a0000000a _ Seeo oo sacra ao - sa0000 +000% +4 Gate Valve EA _ _ _ to66a6o _ sloouo s+ou ee _ 1.00eNNO -co $1DO. _ Elooee loco% +5 ,=,IOInch Remwm 12 Inch Gate Valve EA 1.000OOo s10aw s+oo00 1Do000000 -co $100.50 11cono +o00% +6 4inch - 12 Inch Abandonment Pluo EA 1000500 E400ae s4Eo oo ION.000 -Do $-. $-Do toe e% _. 1] Fee HNI EA _ 5000000 ;o,eao,Do ssi-oo szz:.DO $3150D. oo Ice __$$1 19 SNecarant S¢Ma EA 4300.00 5$1. Do IDoc-OD Soo..... 5$7.DOlo, 150D.o0 $$IN a0 a. 5$1. Do ,ODD% CcricaneWfivdord Remove Concrete Wate(Ve EA INND 3]Oo Oo 5]0000 100000000 3)00 Do 5]Oo.00 S)0000 1333% ._ 20 M t Won to E9dstirw 4 inch to l21(Kh Water Klein EA 2-ON-D $3 5DO Do 00 16 0000000p 500 DO ufi 00 133 3% -414 0E000 21 1 Jnch i inch Water Service EA 61 No c 1fi1000000 5'I'D Do 241 soo $$5150500 16100000000 2sts41 $-350 Do 24t50000 4n,no.Do No 5241 sea Do n 1Inch Wala ,Meter Recacation n EA 1e5.000DIN s$24 Do sU-00 ONDOND 556350 Do 4S6J5000 s7sl 556]SO Do 9]6% 4S672W 23 Water InchPrivateService LF 350000000 $24 pp SB_LOOW J2200000000 4].]2a 00 s].)2800 S].]2B o0 9201 S5)2p0 Multiple Service Branch for 1' SerNce (Branch, Corp. b Type'B' Brach forI'S rvice(B _ 24 - -25 - BO%) EA 4000000 31.20000 44 400000000 SJ E0000 Sd 00000 g4 e0000 loco% BInch Shown on Plans EA 5000000 =.5.1DO No D1 ssO No oD $Jo000 o0 _ 26 _ edEmbleoart/Bq.NM en CY .1 DO 5].+WDO 21000000000 S551000 $6510 S6510M 53oM. 27 5f00nedde AsD avarcetReceitaNeaacld� Sfod Wide Asphaa Pavement Repel. Resvlenlial LF 10.000000 s110 oo sz.zoom 1JWCW000 st e]DDD DO s1 a]Dco st.e]o oo 95.oK .0% 533Em 29 Asdlal Pavement Rem*. Bevond Defined Widd, ReeMential BY too a000ao 5s55o s5.sa000 u6006a 29 __..._� PaveRoom,IndWidl Sfeol Wideemsent LF ----10D 200000W 51]000 -�$]O 29.003000011 ._ 5493000 5453000 $651100 1450% _ 31.530.00 -- - emit. Bev Asphalt PdV¢m¢11I Remit. B¢VOInd O¢filted Width. Industrial BY --- OOOOW -- CO $70NOO 4200000 -� JJOOQtD00 551100 3511.Oo 551100 ].J% -- E6.4a900 Temporary Asphat PaVmgR 2Inch HMAC on cinch Flex 31 Be.) LF ano000000 $16 Do $108.00000 68B60o0o0000 $110,171. slial76.00 4110.17fioo m20% 3;1]600 33 _ Concrete Pavement R-4. Residential _- BY - 5Do-_ _ $1DD.D 55mw InI40000_00 _5f 25tJ oo S1251400 _. _. _ - - ___sl2514oc 250311 3151400 33 Concrete Pavement Rerair. Men,]/Industrial By 50004000 $1D0D0 $5.00000 35.000.00 31 Water Lk. Gm,,U. CY 500W00 s500 O0 s2600.50 $150000 a5 Remove Concrete Curb and Gutter(501501 LF 9250D0000 $1. $4625W 14329aDNXc1 $7,16490 s),1W90 $7.1a490 154.9% 32,639.90 Concrete Curb and Guar, Match Existmg(50150) LF 935 OD0000 535DO 532,72500 1432aE0oD00o 350,154ID SaDI s430 3501�6430 1533% _ 37 Remove C-ea E),i,-y(50150) _ SF 4500000000 _ $0 DO $1,,50050 -- 5512060pp100 _ 416,SJ5.te $16.5nis $16,Mlll 1Y25% _-31J.429.30 �,OJ6.18 __ 38 Concrete SF 4E21-Do Sono g39,+00W 551206000000 $46,e5251 SSfi 65251 $K,6526f 118 B% 3776261 _- 69 __- _finch Vefewaytter, Re J klch Concrete Valet' Gizati Residential (50/50) BY _ 25 Do _ silo. Sz]50 _ _ _ 5;]50 W 40 10lrlch Pavement Pulverization t501501 BY . 64]E oo000o ee S6W 539,M000 son 00000000 53;2fiB 00 53;2fi600 S32,268.00 ale% 56,13200 41 Cement Modification - 26 LbaJSY(50150) TN a, NN00 $21600 al.. 000 6952000W0 515,155 D6 515,155.so s15,16536 at 6% $3,31464 42 _ 2Inch Asphalt Pavemud, Type'D'(50150) BY fi410000000 E/300 $69.669w $69,58900 309.589 D0 83.6% sla,-12 00 a3 Sokol Stop Be. MarFdng,Point White LIFEA ]DDaD000_ E125_ E5o]_50 5507W __ Water t 15015) l50I301 Water Valve Box AWater _ EA a0dd000 _ $$75000 _ 5+,05000 _ __ st=a50.00 _ _ _ S105o 00 $15000 - 44 Matu Box Water Metercox (50/50) MIsc..Tienurb EA SDDDDDO $1.00 s15o00 5]5000 _360000000 faocooaaoo _ $;]ao.o0 _-_ $z,]DD.aO g;]ao Do 360.Dx go. St950,00 46 Add Tie CurbAdd..EA Curb 1.ODOOW SJ60.00 E76000 576000 _ 4] Ad Curb Add.. Pd91b11g (50/50) EA 4500W00 540.00 Si,aW 00 _ _ _ 3050000000 _ 4154000 __ _ 41,540.00 s1�64000 s5.6% - __ E260.00 49 Topsoil CY 4 WOOD0 _ slaw _ s33J500 2050000E00 UtU..60 _--_- - -_ $2,13Jb0 Wa% S1,237.50 a _ Block Sal Placement(50150) SY 21600000 $1z00_ Sa000 902120000e0 _- $10,6250 __-s]�137.00 _ S082544 _ _ $ID.525N 4196% 33,26544 so _ 10 Inch Pavement PuNer'trtion(Kilpatrick Ave 100% Water) BY 440000oo00 _ $690 $27000.00 _ a949000eoo6o _ $23,69400 $2�_694ao $2369400 87=614 _$3,30600 51. Cement Moddication- 26 Lbs/SY(Kilpatrick Ave 100%Waled TN ea maaa0 $21800 $13.0a050 50.001000_00 $10.900.22 Sto90012 J10 MM �% 52,t.'a ._._.... -_. _ 2Inch Asphalt Pavement, Type -D-(Kilpatrick Ave 100% __ _ _ _ _ - _ _ ____ _. _63 Water) By 4500.000000 slaw E5g500.00 .97 asecD000 550.66f00 550,661.00 s50.es- a6.6% s],a3900 -- _ 12 Inch Solid Stop Be. Marking,Paint - Wh§e(Kilpatrick Ave _ - 53 100% Water) LF 20 NONE $J.n $144.so $1. or Water Vale Box Adustment w/C-m Caw (Kilpatrick Ave 5d 100% water) EA 3000000 300000 49D0.00 0000,D)ON S2.40000 i�M0.00 40000 256.7% _ Misc. Ad lrnent-Water Meter Box (Kilpatrick Ave 100% .... ._.. _- .- __._.. .._. -__.. _.. _.. __ ___ _.. _-_-51-ce 55 Ylate,) EA 3000000 s1500o $450.00 DOODOD000 545000 545000 Iwo% - s6 Topsod(Kilpatrick Ave 100% Water) CY _ 100W000 _ $1500 _ S75000 _ - 1DOODOo000 _.. _ $15000 _$-00 _. _ $)5000 _ E75000 t000% - - - - 5] Block Sal Placement Ave 100% Water) $Y SDDON00 112W _ s60000 2E000000000 s2,Jw 00 5;40000 _ S2A00.00 4W 0% -_. 31,a0000 68 SWPPPzl acre LS tooeoaa -_$405o oo $toaoao __- tacooceoo s400a oo $405a o0 _ - _ tL000ao 1aO o% .-- 59 Temporary Watef Services L$ 1000W0 s10000000 5100.00000 t00000000 $1W 000 Oo smO D0o 0p 3100.Oo000 1p00% _ 60 Consbuwt cBStal$q _ _ Its 1000000_ - 4900 .000 5900000 t000oo000 5900000 •.900000 _ 59.000Oo loco% _ 6l Construction Survev. Aa-Bull Red-' s LS 1.OEDDoO s45. DO $4900 D0 . tDINDOOo $4IN Do 645on Do $45000c 100% 62 _Traffic Control _ MO _ soco65o __- sz Soo oo sttsoo oc ]fioD06000 517.9:D o0 s17-0o stJ.eao 90 i55.ox _ _ sfiam ao 63 Traffic Control DeWs LS 1000000 s100DD sic.oi 1.Doo-D S+O000 1'.. 5100.00 taco% 64 Constucton Adkmdrrce LS 1NOON sl20.O. 4120.0000E si20.00050 65 Imooed EmbadmenVBackfil. CSS CY 25DWOW 3, 2500 53.1250E SJ in 00 6fi ImooM1ed Embedrnent/Bdckfil, CLShI CY 21 DOWN 314500 4J.62500 111.62500 uami. salnaiysEs•;aER _....__. __.__ _... B Inch PVC $ewer Pipe LF B]5000000 514150 3123.37500 ee400000000 512461d00 S12664400 312464400 tot Ds; -41.26900 2 4 foot Manhole EA 3 000000 $24Eo of s22 zoD oo 3 omc0000 s212aoo0 _- _ $zz 200 00 s2z Zoo 00 100 0% 3 4 foot Maw, Extra Deolh VF 3000000 41e500 $1550o 293000000 s54z05 $14205 354205 9))1 41295 4 Comore Color 300DO. $No 00 $1 Noo0 200000000 $1iaa Do $1 No 00 $1.30000 Efi)S5 s5500.0_ 5 MaMlde V.- Testing SDN.c $1. 00 $450o0 1D0000000 $45D Do s45000 $41. Do ,D00% _ 6 Remove 4 fool Manhole 4000ON so. Do $1]0000 30oD.101 $.Doc $NO Do ]5056 430000 ) 4kmh Sewer Service EA 4]000EW 5'No00 4ON DO ]a 05E050 D0 s5260000 35] Oo� $17..D o0 900r, 5430 s.00 9 4 Inch Sewer Service. Reconnection sE aaoaoa sSn Do 1200n DO 36 DDDDDDoO $1 ec0 DO s1.e60 D0 s-o Do Sao% $zoo to (mooed Embedment/ Backfil, Acceptable Back(9 CY C0 n0000D Sot 00 $1.2Joo $1 D.ca 1e Post-C-buction CCTV Inaction LF 8I50W000 H. $52500E 05)000.No g520200 S5.2D2 o0 45212 DE as 11 s,t 0. ._ it Trench Safely $Ystem LF 075000000 st o0 40J500 eB400000000 Sa0400 59B600 S99J OE 1010% -4950 12 Concste Pavement Reoak. ResHenGal sY 4J OOOW smo DD $400900 54e0000 13 COrnuete Curb b G der Anach¢d to Concrete Pavement. Match LF 1. DOWN _ 335 DD 11" 1 sno 00 14 4ir%h Concrete Sidewalk SF SDn000W 475D 13I500 Un 00 15 Toosoa Cy )5000000 4]500 3562500 35 16 $eedYq. HVd(anukh SY E00000000 _ 4965 Sfi 92E 00 c2500 5592000 17 Construct. Stakkno LS 1.ONNO 53.No 00 $1 ON. ,.00000000 $100000 S3.000W 3300o00 1000% 10 Construction Su v.As-Built Redmes LS 1.000E00 $30000o S3 Doc o0 to0o00000 $1 OOD Do POm as so ON D0 too 01 is Taff. Control t0W000 $230000 52300 DO 150000000 s23-c 5230500 $2 DOO Do IDO OSS Traffic Control Details INOOW $10D00 $IN oo 1coo.", $1500o $1. Do $1. Do too Di z1 CmaWctian AAowence Ls Ioo00W $26000 Do 420.-Do S20 ON 00 22 E=Manhole Leer, Warren Environmental or Chesterton uF 15 OOOODO $1. 00 -- $4.500DO -�S500W D200oo000 $2)50 DO $17. Do $27E000 61.3=.5 S1,]4u0_0 23 _ 6 Inch to 12 kith Tree Removal EA +000500 450000 t Ho000000 555050 S$OOW $`.0050 tce 0% 24 124nch to lB Inch Tree Relmvdl EA 3000000 St.to600 SJ.a00.00 ]00000000 53.30000 5J.300.00 S330O OD m0O% _ 25 i8lnch t024i hTfee Reln I EA 100Woo 117DO OD $1.70000 1.00000000 51.70000 s+.)OO Do st]DO OO +0001 UNIT III - PAVING IMPROVEMENTS - - lldivAdmatnant _ ,0000c0 sto.DaD OO 516 ON. stcccoo0 3 Remove Sidewalk sF - Do.OD0000 __. 4300 S6 DOO Do ))5z42000000 $1550484 $155o4.e4 $15504 a4 2584% -Is SOJ 94 - J 4knch Concrete Sidewalk _-4200000000 4]50 $J1 f,0600 ))52d2000000 S5B.14115 $5314].15 359.14).15 ta46% �52fi fi4].15 Remove ADA Wheelchair Ramp EA 11000000 $1 Is oo s112111 ,30000NW 11111 Do 522)500 $227500 1182% -$I'D o0 s ADAWheekhak ftamo E.1 - 14 oop000_ $z 9o000 sic No oo ,300000000 53J)0000 53).)oD.00 $J))oo Da. _szz. $z 95oo0 6 R¢nwva Concrete Curb and Gutter(5050) lF 925000000 15 Do 44 all Do 14]29BOOp000 111:490 $),16490 $7.164 s0 1649% $2$3990 ] Concrete Curb and Gutter. Match E]dstina (5D501 _._lF -_ 935000000_ $1500 332]2500 143246NNN 450.14J0 E`A.tSd>Q 550.15430 15334 $17 429 ]0 a Remove Concrete Dmmvwf50501 SF 4500000000 5J n0 413No s51206ODOW $'a53D 10 s/6.5J818 $16 536 18 1225k5 SS.OJ618 9 6Inch Concrete Drive+rsY l5dfi0) _ _ - 5F _ - 45 W Oo0000 _ Sa 50 339.;OD Do 5512 Ci00IX.W 445,952 $1 346.65251 545 052 51 119 ash 4).)5251 10 7rch CDncrate Va3eY Guaer. Residential(50F.r0) 6Y 25000000 S++D 00 32.)so. 52.)5000 11 101nch Pavement Pulverization (50160) SY_ fiV10000000 4600 43940000 -a 1- 424+5)00 52J.15].09 524.15I09 629% 51424295 12 Cement ModR tion- 26 Lbs/SY(50F.A) _ TN a, -a -a. S'a53000 51.dBOWWO 5+1.222 fi4 511.2R64 4++2Us4 60655 s).30].36 13 2IKh Asohah Pavement. Tyce'D'(50FJ01 .Y fi400000000 5130E ge320000 5353000000W - aI Do .95Ba Do S695B900 030f5 31361+.00 14 12 nchSo6d Stan Bars MsAdno, Paml-While(50I501 LF 70 WON 4125 3507.50 5-6 15 _ Moller Valvedustme%Ad,N51me (SOF.A) C150/ EA 6000000 S]0000 s1.60000 600000000 4200000 52f00.0o S3-D 1J]3S5 2500.00 16 ets,Bo 01 Misc. Pdalsmnen!-Water Meter BO%ISdFA1 EA 5000000 415000 _ _5]5000 _2400000000 S160000 SJ,60000 436000E 6900% �3205000 t) D-11J. Tie Curb Address 150150) EA 1.000000 S)5000 _ $)5000 _ 3]5000 19 Crab Address Pdfdrp (5N501 EA 45 0000oo 4400E sf.a00ce 3a 5000000E g+.54]00 51.5400E 51,5406E 056°,5 32E000 19 TopsW(50501 CY <5000000 4]500 53.3]500 285000000E 52.1J)50 42.1JJ.60 42.1395E 633°.5 31.2J].50 20 Block Sal Pimemenl(56501 sY 215000000__. 5120E s25s000 65].12000W0 11111114 $10,28544 31028544 On7% -s].]0544 21 and 24 Inch aLamer Tree Removal EA 1.00000E __ 3 ... _$2_W000 2-Ss ouD 00 $5.00000. 5500E Do No Oil -125M00 hi4 w+.imalm LVm caLfiN GmtimigWrwver FJCOCd-,. NJe °eakJ°ix F,iIW40=e m,56wm.rw.. at..�4ab...lux at.. -tea e.rwb..1 ryt.�lc�lmemwe.:<.4� e670--Pro .eeo-rme Progress Estimate 55735 Contractor's Application F"t`mtli"� Water and Sanitary Sewer Replacements Contract 2019 WSM-F ,?�sy;mn\mQ. FINAL A{ydiotim PaiN A B C D Trgiiot'rn Oete E F 0 Fm Bpi N<a i:o DesrLa^r t'oitMAfnv< Bi,ipmtity LFaRia Bil \'Yu< 1 4'chn Rni.'dJ baulWf \'ilue \'Nei1v TailC«BRe1 11 Bil (B-F) M1 P<nd '��'�'F NS(D-)Ate B la-F) S<.tiw1:n TMf5c Contrd MO - - Boomo _ 32J0000 311.60000 500000000 41150000 411.J]000 _ _ _. S11_50000 1.0% _ D R3 .._._Traffic Conird Dela35 EA f000000 410000 510000 1.00000000 510(100 5100.00 _ $t0000100.0%_ _ _ _. V _ _ _ COa h cti n As-- LS_ _ _ _. t o00a00 _ - M51I3S.00 _ u1 ]]s 00 _ _ 001770000 _.....__.____ 093060 4900,60 490660 10% sso,Jla J2 «e.a S2.asa .2 7hw1 e- n rmeiu<aia.ul rav unFJcoca O x..<ei,.wJ �u<v+un0.,eun a<w7 r.a�..1<ww<c<war.�<.mwe.<.,.�m. C4t20 Change Order Progress Estimate Construction Allowance Usage ADDITIONS Contractor's Application 1.(—.): Water and S-huySwer Replaeernentl 102302 Contract 2019 WSAI-F Cm'S ny 55735 AppliwtimN-1— FINAL ca,utannxm: Appli:atian Period: Application Dare: A D C D E F Item Ca pletda, ILla to Fmieh Itnn Tomhr Sp "f atim QuaMay to Add LFil Pda Addition t'alue FitimatMQuamay Wia11M l'alue Prew VA LWa11M Value Valoe'IEis 7Sat dIPrin C) Period Storcd(M in C) St 013,1 WStaNto Date (E) (U-F) 1)eraip0w Sntim To. L'tN oClkawre (D+E) D S-26 M.'j kAdjaanum EA 1.00000000 $3500M $3,500.00 1M000O00 S3,500.00 S3,500.00 S3,500.00 M.0% - Wfi7 Ramov Re la9-imhC ,bxith36.i,-h nk (50I50) LF 250.00000000 34SAD $12,60000 77130000000 S16,717.30 516,717.SO S16,717.50 U2.73: -S4,117SO _____ P25_ Renwvea Regal«9 --h Catb xith 36-n it Ctaan(50I50) !F 2NO-0000 $45.00 $12600.00 371.50000000 $16,717.50 $16,717.50 S16,717.50 132.7•.: -54,117.50 P-26 Canape Curb Wall AttachM to lSt#ofSidexaR LF - 39300000000 SII.00 $4.778.00 .__ -_ 471.77000000 $5,200.03 -__ 53,200.O1 _- _ -_. 55,200.03 In.B!: -582E.O1 W49 &id: Paver Replanitant SF 2400000000 S18.75 S450.00 24.000WWO S450.00 5450.00 $450.00 I000% TotaU -S9.OS7.03 S42385.03 $42,585.03 127.0% M528.00 $42M5.03 TlM, do ant tw I -am dMf tin Mgytalf u an FICDC dnvnmt a the user did M Hghlipht 0te nwdifwti. Toy ere en gtd toread the 6avmeotoa Mly.vd—ehL PI Comae)pie ,ine airn C-M Change Order Progress Estimate Construction Allowance Usage Contractor's Application CONSTRUCTION_ ALLOWANCE ITEMS TO BE REDUCED Fm(wdmd): 102302 Water and Sanitary Sener Replacement, Contract 2019 WSM-F Apphatim Ntmbe,. FINAL AppliWimf? riW: Applited. Datr. A D C D E F Item Did Item Nnmh`f IJurp{on Spnifintian IJch.f\l—. SM on Na Q—in to Delay Unit Prim Redudim Value Nd Uxd Not Ueed Nd Uud NdUsd NIXU d Nd Uld NdUd Nd Ussd Camrvdim Allaxvwr m.t _ F,1 1.00000000 _ SJt50000 53,50000 ComWdim.Vlossarvx m+.2 EA 1.00000000 $11,600.00 $13,600.00 F,.\ 1.00000000 516,978.00 SI6,97800 Cauw.tmAllas�an.c no.l EA 1.00600000 6J3000 S43000 S33568OQ ilw dwvmeea hss hen modiRM( in origirulf uan FJCDC dwwrci6aMthe user did Mhi�lighl die modifintioia Ym arc ewvueayrd to read the dwvmA euefully ud mmuh I«I Camul priato its e[wvtim C 620 Change Order Progress Estimate Change Order Number I 1 Contractor's Application ADDITIONS Ftt(-.): 102302 \Vsler7mdSanit,ryS,wer Replacement,COnimct2Ol9WSTi-F City S--D 55735 `Wli.tinN..d—. FINAL Corerai Narm Applicahm Period: Appliaum Die: A D C D E F Itnn Additim iwl Complrtcd ., Wtanro to Finish Change Osder 1,— S_--ifiatim COQumdityta Add Urdt M. Change Qder FalimhdQn>,d'ay Value Prcsia Valve This hS—dIl'rnC) and St—dh,Date (F) (B-F) Na. 0.'` p14A S im Nn UNtofAfeawre Value I^�IIM V. Iwalled Yalue P.Tiod SbrM Qwt fn C) (D+E) D I Rebate S,—light CoiWuiu L00000000 $153 77a 3.00 $15J77J.00 1.00000000 S153,773.00 $153,773.00 S153,773.00 100.0`: Tnla19 51,907100 5153,773.00 5153.773.00 SIU.773.00 IN.0: This dwvmmt tin been'WirW Dam its arigh d form. an FJCDC dxunserd and the user did not highlight the moditintiem Yw arc envoraged to read the d--Mly a0 nxs th UpI Cwmel pi —its —iort C-M Change Order Progress Estimate Change Order Number I 1 Contractor's Application DELETIONS 102302 Water and Sanitary Sewer Replaeements Contract 2019WSM-F FINAL .lppli�alien Period: .tpplintion Date: This dw—I—f—am ifi f. its Mg If s ae an UCDC dwvmmt and ds —dld W higMEM the modifi.fl. You are ea .Vdto-nft dw—cv Mly—Jm It UPI Coutael prim to iu —d. C-M Charge Order Progress Estimate Change Order Number 1 2 ADDITIONS Contractor's Application For(maraa): 102302 Wake and Sanitary sewer Replacement. Contract 2019 WSNi-F chys-nay 55735 ApplicaticaNmnbi: FINAL C—d Num A,liatien Pei,& Applintim Date: A D C D E F It m AWRien Chmge Ecmated Q—hy Prctioasly Value This M..i hPresently S CemPleted F Stved to Dat< ChangeQ Item I>amM�m SP.M.ion Urvt oC5leamrc CO Qwmity to Add Unit M11 Oder\'aloe ImUIIN Value In4alld V.I. Period Storcd(M in C) aM (F) D N. 8 Yien Na (D+E) 11 10 INCii PANT-MNT PULVERMATION SY 1351.82000000 $6.00 58.110.92 1351.112000000 �t110_92 38,11092 s8,11092 1000'0 12 CENEN7h10DIFlCAilON 261ASSS' N 18.04000000 S2111.00 S1,932.72 1g04000000 S),932.72 11,932.22 53.932.12 100.0'0 15 WATER VALVE DONAD2U5TSIEN7 W;COLLAR EA 1.00000000 $150.00 S150.00 1.00000000 5150.00 $150.00 5150.00 100.0'. 20 DLOCRSODPLACEMENT SV 45.0000MO $12.00 S540.00 45.00000000 $540.00 $340.00 554000 MO.- 22 TRAFFlC CONTROL SCFlI 1.50000000 __51P0000 S1,450.00 1.50000000 S3,450.00 S3,450.00 $3,450.00 100.0°6 5163M.64 S16.1u.64 516.10.64 1000°e This claimant t-been.a Mi f. its onsisulf u rn MIX dovment aM the our did na hiswi&the madificaim Y. arcmaraged w read 0a davnwnt ea Mly uA cm hUPI Cwmel aiar to its ea -am -20 Change Order Progress Estimate Change Order Number 1 2 Contractor's Application DELETIONS For(mman): 102302 WaterendSanrtxgySmrerRepreeements C..I-8t2019WSNI-F FINAL Appliatim Peded Application Date: A D C D E F Itttn CtungeO�daI— Des.Tiptiai COQoadityto DeW.Change Spihaum-L4dto�Neasurc Delrte Unit Price (hder\'ahe Nd Uud Na Uxd X.Used Nd LIM Nd Ux - Nd Uld Nd Used No Used Na. S vi.Na 'Ihiedwvmnahu bnn madifiedf iu aigwlf u m UCOC davmen and Ne— did Mhip}dipJv the —Iifintia Y. an envmagd to-1 the d—e Hly aMa ft UPI C.—iIia to iv aee it City of Fort Worth Summary of Charges City Secretary Contract No.: I 55735 I Water and anitarySewer Replacements Contract 2 19 IP 0.: FW060-0000014554 Project Number. 102302 WSM-F Application Period: I 0 I Application I FINAL Application Date: 1/0/1900 Number: Funding Identification (FID) j Total Completed Amt Remaining Gross Retainage Net 02-0700 80-9999 1300100-02004311-5740010-102302-002�80-9999 I0 0 10 10 10 10 10 156002-0600430-5700010-102302-001780-9999 I I $1,489,179.91 I $144,372.59 1 I I I I U t,tt I 1 $235,682.05 I I $43.082.95 I $398,686.75 I $1,055.75 I I I SQCC I I I 10 00 I I I I I I I I =0 u0 0eoI I �'UGDI o0 f) CIO 1 1 1 1 1 1 I I I I SC.60I I56002-0700430-5740010-102302-001780-9999 30100-0200431-5740010-102302-002480-9999 I i $153,773.00I ! I I 1 I O clt I 10 I I I I I ,00f) to I I' I i s0001 10 1 I I I so no to I I I I s0 co 1 Io 1 10 I I I I i C� ,, 1 1 a on 1 to 1 1 1,000 I 10 I I I I ;,tl ou 1 1 o co I ( Change Order 2 156002-0600430-5700010-102302-001780-9999 156002-0700430-5740010-102302-001780-9999 ( 1 I I sC'-t'I 130100-O200431-5740010-102302-002480-9999 I I $16,183.64 ! I I 1 JCC I 10 i I I I OI to 10 to I I I "-,u 10 I ! I I "r, co 10 10 L City of Fort Worth Summary of Charges City Secretary ContractNum: I 55735 I Water and Sanitary sewer Replacemenishontract'26D P.O.: FW060-0000014554 Project Number: 102302 WSM-F Application Period: I 0 I Applica ion Number: I FINAL I Application Date: I 1/0/1900 Funding Identification (FID) I F Total Completed Amt Remaining Gross Retainage Net Change Order 3 156002-0600430-5700010-102302-001780-9999 I L1,00 o.i,.i U1iu 156002-0700430-5740010-102302-001780-9999 I I "(%1 I I I I I 1 E:0 U(i I 130100-O20043i-5740010-102302-002480-9999 I CO n0 1 I ;n.pp I I I 1 S;ODo 1 10 s•,_no I I I I I `-o oo I 10 1 I �n 001 10 ,nOoI Io I 1 I I s11GO 10 1 I I I Go (70 1 10 I I !'(JJ 1 I Io r Change Order 4 156002-0600430-5700010-102302-001780-9999 156002-0700430-5740010-102302-001780-9999 130100-0200431-5740010-102302-002480-9999 10 to 10 10 10 to 10 10 Change Order 5 156002-0600430-5700010-102302-001780-9999 156002-0700430-5740010-102302-001780-9999 130100-O200431-5740010-102302-002480-9999 10 10 Io 10 to 10 10 10 I iJ"11 1 0 ou 1 n.rn� 1 1 CO o(I I o ro I ill 1 oo I .-.. I I ;um 1 1 w co I o rJO I I I o n;1 1 1 sc 00 1 n,1 I 1 I tGtinl 1 ;nCn1 1 1 i I 5o.o;i 1 1 "'O oo 1 o.uri I I I I �o.n�1 1 1 Sa.nu 1 - I S9 nD 1 1 50 OJ 1 I Gn co 1 I I s.0o 1 1 a,rj (in 1 1 0co I I ru i 1 ;p op 1 1 _.0 no i 'I uu 1 1 1 1 So au I r co I 1 1 1,o(Ju I I I I I I 1 11 1 1 --') co ;61 I I I I I so�u1l ;o �,. I I I ::0 00 I I :,o.ou I I I Iu r0 1 -- -- —I - — 1—II---- __ _ City of Fort Worth Summary of Charges Water and Sanitary Sewer Replacements Contract' T FW060-0000014554 City Secretary Contract Num: 55735 WSM-F P. 0.: Project Number: 102302 Application Period: 0 Applic Number: er: ion FINAL Application Date: 1/0/1900 Funding Identification (FID) I I Total Completed I I Arad Remaining I (— Gross I Retainage I 1— Net Change Order 6 156002-0600430-5700010-102302-001780-9999 156002-0700430-5740010-102302-001780-9999 130100-0200431-5740010-102302-002480-9999 10 10 10 10 10 10 10 10 I I I I I I I I I I I I I I Change Order? 156002-0600430-5700010-102302-001780-9999 I56002-0700430-5740010-102302-001780-9999 30100-0200431-5740010-102302-002480-9999 1 10 I 10 I 10 10 1 1 10 1 1 0 1 1 0 1 1 10 1 1 - Change Order 8 — -- ---- 156002-0600430-5700010-102302-001780-9999 156002-0700430-5740010-102302-001780-9999 1 1 130100-0200431-5740010-102302-002480-9999 1 1 10 1 1 10 10 I 10 I 10 I 10 I 10 10 s,u.00 I SO ci) 1 :.0 90 I I 66 so uo I :0ooI I "ICU I I s0 00 1 I 09a I I 00 I I '�OAO I 1 S0 ('.0 I ;0.00 I 1 so cn I g,o.pp 1 I so ou I ,xi.0o I 1 0 00 1 ;.u.0o I I Sv c9 1 Ion 1 Cu ;.0.00 1 I ;o 0o I nsID I I ,u.co 1 I I �u.o0 I a0 u.; I I s0nn Ia; co I ;;o tat 1 000 I i C0 j 1 I r C-o !I I I I 1 I I I I I I I I I I I City of Fort Worth Summary of Charqes City Secretary ContractNum: I 55735 1 Water and SanitarySewer Replacements Contract 2 19 IP.O.: FW060-0000014554 I Project Number. 102302 WSM-F l Application Period: I 0 I Application I FINAL Application Date: 1/0/1900 Number: I Funding Identification (FID) I Total Completed Amt Remaining I I I I I �— Totals 156002-0600430-5700010-102302-001780-9999 I $1,489.179.91 156002-0700430-5740010-102302-001780-9999 I $235,682.05 130100-O200431-5740010-102302-002480-9999 1 $568,643.391 10 I 10 I 10 10 10 I 1010 I 10 I Grand Total 1 1 $2,293,505.35 $144,372.5£ $43,082.9' $1,055.7! $188,511.29 1 F Gross Retainage Net I I 1 I i 1 1 11 I 1 _ $0.001 1_ ($114,675.27)1 1 $114,675.271 CSC No. 55735-COl FORT Wony*I City of Fort Worth Change order Request Project NamelWater and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No.155735 1 Project No,(s)139409-0200431-102302-003280 I M&C 1 20-0305 City Pro. No.1 102302 1 Projectl Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J j Descriptionj and Avenue K J Contractorl Woody Contractors, Inc. 1 Change Order # Date: I 9/14/2022 I City Project Mgr.1 J. Chris Underwood City Inspector I Rodrick Wallace Phone Numbed 817-392-2629 1 Phone Number:l 817-350-3321 Dept. Water Sewer Paving Storm Water Totals coltractrime (Cal.andar darDaysys) Original Contract Amount $1,633,552.50 $278,765.00 $399,742.50 $0.00 $2,312,060.00 365 Extras to Dale Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $1,633,552.50 $278,765.00 $399,742.5(! $0.0Z $2,312,060XO 365 Amount of Proposed Change Order $0.00 $0.00 $0.00 $153,773.00 $153,773.00. 180 Revised Contract Amount $1,633,552.50 $278,765.00 $399,742.5G $153,773.00 $2,465,833.0C 545 Orig. Funds Available for Change Orders $81,687.00 $27,877.00 $39,975.00 $0.00 $149,539.00 Remaining Funds Available for this CO $81,687.00 $27,877.00 $39,975.00 $0.0L $149,539.00 Additional Funding (if necessary) $153,773.00 1 $153,773.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 6.65%1 $2,890,075.00 JUSTIFICATION (REASONS) FOR CHANGE ORDER The change order will provide for the relocation and replacement of the existing street light conduits on Marion Avenue from New York Avenue to Mississippi Avenue that are too shallow to allow for pavement reconstruction of the roadway. Additionally, to complete this work, the contract time will be extended by 180 calendar days and for the delay identifying the conduit conflict locations. 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. Woody Contractors, Inc. 1 Troy Woody Director (Water Dept) Str 6t on 5-1% sof (TIPW Senior AssisteiLCily Attorney Assistant City Manage I1kp/'/y'7' q ackl Sea 19, 20]] 15.45 CDT) �' Council Action (if required) , M&C Number ( 22-0715 7 M&C Date Approved 945 22 9 515122 Sep 20, 202, F_ ORT WORTH City of Fort Worth Change Order Additions Project Name I Water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No. 55735 Project No.(s) 139409-0200431-102302-CO3280 I M&C 20-0305 City Pro. No. 102302 Project Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J and Description Avenue K Contractor Woody Contractors, Inc. Change Order # 0 Date: 1 9/14/2022 City Project Mgr. I J. Chris Underwood City Inspector I Rodrick Wallace I I tM UESCHIP I IUN 1 Relocate Street Light Conduits ADDITIONS DEPT Qty Unit Unit Cost Total Storm Water 1.0 LS $153,773.00 $153,773.00 (Water (Sewer (Paving (Storm Water ,Additions Sub Total $153,773.00 $153,773.00 Page 2 of 4 FORT WORTH City of Fort Worth Change Order Deletions Project Name I Water and Sanitary Sewer Replacement Contract 2019 WSM-F I City Sec No. I 55735 Project No.(s) I 39409-0200431-102302-CO3280 I DOE No, I 20-0305 City Pro. No. 102302 Project Description I Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J and Avenue K Contractor Woody Contractors, Inc. Change Order #I 1 I Date 9/14/2022 City Project Mgr. I J. Chris Underwood City Inspector I Rodrick Wallace DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total (Water (Sewer (Paving (Storm Water Deletions Sub Total Page 3 of 4 MIWBE Breakdown for this Change Order MWBE Sub Type of Service I Amount for this CO Total $0.00 1 Previous Change Orders CO# DATE I AMOUNT Total $0.00 1 9/16/2022 CPN 102302 Water and Sanitary Sewer Replacement Contract 2019, WSM-F Change Order 1 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. nature Name of Employee do Title ATTEST: ette S. Goodall (Sep 20, 2022 09CDT)�Ln'�;[ C C� lannette Goodall City Secretary City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 13, 2022 LOG NAME: 602019WSMFC01 —WOODY REFERENCE NO.: **M&C 22-0715 SUBJECT: (CD 8) Authorize Execution of Change Order No. 1 in the Amount of $153,773.00 and the Addition of 180 Calendar Days to a Contract with Woody Contractors, Inc., for Contract 2019 Water and Sanitary Sewer Maintenance - F (WSM-F) Project, Adopt Appropriation Ordinance and Amend the Transportation & Public Works Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 1 in the amount of $153,773.00 and the addition of 180 calendar days for street light relocation to City Secretary Contract No. 55735 with Woody Contractors, Inc., for Contract 2019 WSM - F Project for a revised contract amount of $2,465,833.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Street Improvements Fund in the amount of $153,773.00, from available funds, for the purpose of funding the Contract 2019 WSM - F Project (City Project No. 102302); and 3. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: On Tuesday, April 20, 2021, Mayor and Council Communication (M&C) 21-0293, the City Council authorized a construction contract in the amount of $2,312,060.00 with Woody Contractors, Inc.(City Secretary Contract No. 55735) for Contract 2019 WSM-F Project. Change Order No. 1 will provide for the relocation and replacement of the existing street light conduits on Marion Avenue from New York Avenue to Mississippi Avenue that are too shallow to allow for pavement reconstruction of the roadway. The staff has reviewed and verified the quantities for the additional work under this Change Order No. 1. Additionally, to complete this work, staff recommends that the contract time be extended by 180 calendar days and for the delay identifying the conduit conflict locations. Funding for this project was not included in the Fiscal Years (FY) 2022-2026 Capital Improvement Program as the need for the conduit relocation was not known at the time of the CIP development. The action in this M&C will amend the FY2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021. Funding is currently available in the Unspecified -Ail Funds project within the Street Improvement fund for the purpose of funding the Contract 2019 WSM-F project. Appropriations for Contract 2019 WSM-F, are as depicted below: Fund Existing Additional Project Total* Appropriations Appropriations W&S Capital Projects - $2,260,545.00 $0.00 $2,260,545.00 Fund 56002 eneral Capital Projects — l Pund $500,308.00 $0.00 $500,308.00 30100 Street Improvements $0.00 $153,773.00 $153,773.00 - Fund 39409 (Project Total 11 $2,760,853.0011 $153,773.001$2,914,626.00 *Numbers rounded for presentation purposes. Business Equity: A waiver of the goal for Business Equity subcontracting requirements was requested, and approved by the DVIN, in accordance with the applicable Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. This project is located in COUNCIL DISTRICTS 8. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available in the Street Improvements Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Street Improvements Fund for the Contract 2019 WSM-F Project. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccount Project Program ctivit Budget Reference # mount ID I ID g 1 yI Year I (Chartfield 2) 1 FROM Fund Department ccount Project Program ctivity Budget Reference # mount ID iD Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Chris Underwood (2629) ATTACHMENTS 1.602019WSMFC01-WOODY.docx (CFW Internal) 2.602019WSMFC01 —WOODY 1295.pdf (CFW Internal) 3. 602019WSMFCO1 —WOODY MAP. Ddf (Public) 4.602019WSMFC01 —WOODY MWBE Waiver.pdf (CFW Internal) 5.602019WSMFC01 —WOODY SAM.Ddf (CFW Internal) 6. Copv of 602019WSMFC01 WOODY FID Table 07.22.22.xlsx (CFW Internal) 7. ORD.APP.602019WSMFC01 —WOODY 39409 A022(r2).docx (Public) 2 39409 0200431 4905115 2 39409 0200431 4905115 $153,773.00 Revenue Actuals CSC No. 55735-0O2 F_ C)RT W_ O P,-rvj City of Fort Worth ! Change Order Request Project NamelWater and Sanitary Sewer Replacement Contract 2019 WSM-F f City Sec No.155735 Project No.(s)130100-0200431-102302-CO2480 M M&C 1 20-0305 City Pro. No.1102302 Projectl Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J Descriptionj and Avenue K Contractor) Woody Contractors, Inc. Change Order# Date: 1/10/2023 City Project Mgr.1 J. Chris Underwood City Inspector I Rodrick Wallace Phone Number:1 817-392-2629 Phone Numbed 817-350-3321 Dept. Water Sewer Paving Street Lights Totals co (Calandar ndar Days) Original ContractAmounl $1,633,552.50 $278,765.00 $399,742.56 $O X $2,312,060.00 365 Extras to Date $0.0C $0.00 $0.00 $153,773.0(� $153,773.00 180 Credits to Date I I Pending Change Orders (in M&C Process) Contract Cost to Date $1,633,552.50 $278,765.00 $399,742.5Q $153,773.0 $2,465,833.015 545 Amount of Proposed Change Order $0.00 $0.00 $16,183.64 $0.00 $16,183.64 Revised Contract Amount $1,633,552.50 $278,765.00 $415,926.Vr $153,773.00 $2,482,016.64 545 Orig, Funds Available for Change Orders $81,687.00 $27,877.00 $39,975.00 $O.OT $149,539,00 Remaining Funds Available for this CO $81,687,00 $27,877.00 $39,975.00-$153,773.0E-$4,234,00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 7.35% 1 $2,890,075.00� JUSTIFICATION (REASONS) FOR CHANGE ORDER The change order will provide for additional pay item quantities of pulverization and cement modification on Marion Avenue from New York Avenue to Mississippi Avenue. 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. Contractor's Company Name I Contractor Name ctor Si lure I Date Woody Contractors, Inc. Troy Woody I t 1Q- a� I Inspector Aft& Project Manager le �' 1/11/23 �� Date 1/1t 23 Director (Water Dept nstruction Supervisor (TIPW Dept) Date to B` ztf� ev �sro�ne�H.,dE,fJa�1zz 01 1, CST; T 5 , ,r'Q� i�p.� %» 1/11/23 Senior Assistant City Attorney Assistant City Manager Date o k o D n B r h �anaBS,, htloffi an16. 2—Ia14IS]) Jan 16, 2023 I COunci Action (if required) M&C Number NIA M&C Date Approved I NIA I OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH1. City of Fort Worth ! Change Order Additions Project Name J Water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No. 55735 Project No.(s) 130100-0200431-102302-CO2480 I M&C 20 0305 City Pro. No. 102302 Project Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J and I Description Avenue K Contractor Woody Contractors, Inc. J Change Order # F-T-J Date: 1 1/10/2023 City Project Mgr. J J. Chris Underwood City Inspector J Rodrick Wallace ADDITIONS II tM ULtiCKIPI IUN DEPT City Unit Unit Cost Total 11 10-inch Pavement Pulverization Paving 1,35 .82 SY $6.00 $8,110.92 12 Cement Modification 26 Lbs/SY Paving 18.04 TN $218.00 $3,932.72 15 Water Valve Box Adjustment w/Collar Paving 1.0 EA $150.00 $150.00 20 Block Sod Placement Paving 45.0 SY $12.00 $540.00 22 Traffic Control Paving 1.5 MTH $2,300.00 $3,450.00 Water Sewer ;Paving $16,183.64 !Street Lights !Additions Sub Total $16,183.64 Page 2 of 4 FORT WORTH City of Fort Worth Change Order Deletions Project Name Water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No. I 55735 Project No.(s) 30100-0200431-102302-CO2480 I DOE No. 1 20-0305 City Pro. No. 102302 Project Description Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J and Avenue K Contractor Woody Contractors, Inc. I Change Order # Date 1/10/2023 City Project Mgr. J. Chris Underwood City Inspector I Rodrick Wallace ITEM DESCRIPTION DELETIONS DEPT Qty Unit Unit Cost Total Page 3 of 4 Water Sewer Paving Street Lights Deletions Sub Total MIWBE Breakdown for this Change Order ���- :?: r .,�. _ _ -tii -rat: �N�cz:. Crt� �uS,?;3• ;���::b.�i', - 'vr;::, - ,<iK.r �r:; :i:�.-,.Y!';. .���_a...i!�;'!�Lrld�.rr�,:,i�s.!t.`= xu tt:, ,. .:sr.��N�;r:.:...'�;. , :M. :ofi`' • �Pj �e : �:.. ; ��rr; I Total Previous Change Orders pATIfE r 1 .5-I'f�`o?_ , 9_.._. Total2 Y� 0 1/10/2023 CPN 102302 Water and Sanitary Sewer Replacement Contract 2019, WSM-F Change Order 2 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 5gnaturCe J . CuP,I s c.w D EP, w""- i Name of Employee Title ATTEST: %Glee&) g S. GDOdaG ,l Jannette S. Goodall (Jan 17, 2023 07:18 CST) Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Waster & Sanitary Sewer Replacements Contract 2019 WSM-F CITY PROJECT NUMBER: 102302 WATER PIPE LAID SIZE TYPE OF PIPE LF 12" DIP 10 10" PVC 10 8" PVC 3521 8" DIP 1255 6" PVC 50 FIRE HYDRANTS: N/A VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 1" (161) Copper I SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC SDR26 884 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 4" (36) PVC SDR26 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS April 11, 2023 Woody Contractors, Inc. 650 Tower Dr. Kennedale, TX 76060 RE: Acceptance Letter Project Name: Water and Saintary Sewer Replacement Contract 2019, WSM-F Project Type: 01, 02 & 03, City Project No.: 102302 To Whom It May Concern: On March 8, 2023 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 April 11, 2023. The final inspection and the corrected punch list 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 April 11, 2023, 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- 392-2629. Sincerely, 9. C%,�- /rCAd&rW&&d ).Chris Underwood (May 25, 202310:32 CDT) Chris Underwood, Project Manager Cc: Rodrick Wallace, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Tony Sholola, Program Manager Water Department, Consultant Woody Contractors Inc., Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO ALA DOCUMENT G707) Bond No. K40201798 PROTECT: Water and Sanitary Sewer Replacement Contract 2019 WSM-F, City Project No. 102302 (name, address) Fort Worth, TX TO (Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 1 CONTRACTOR: Woody Contractors, Inc. ARCHITECTS PROJECT NO: CONTRACT FOR: CONTRACT DATE: April 20, 2021 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Vigilant Insurance Company 2001 Bryan Street, Suite 3600 , SURETY COMPANY, Dallas, TX 75201 on bond of (here insert name and address of Contractor) Woody Contractors, Inc. 650 Tower Drive Kennedale, TX 76060 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Port Worth 200 Texas Street Fort Worth, TX 76102 OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this Attest: (Seal): 1 ith day of January , 2023 VIGILANT INSURANCE COMPANY Surety Comp By Signature of Authorize Representatives Kyle W. Sweeney Attorney —in —Fact Title Note: This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition Power of Attormey Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas--------------------------------------•---------____-_-----------------------------------------------------------------------------•--- each as their trite and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the coarse of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to hI said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 161" day ofSeptember, 2019. I'�3wtl 11_ Chks.a'cts, A��;fstnu(Sc�Te[nry STATE OF NRW JERSEY County of fluuterdon 'At-v" V t' 9-1� Stet)he'n N9. Haney, Vice INesident w'5 On this 161" day of September, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to nne ]mown to he Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M, Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority or said Companies: and that she signed said Power of Attorney as Assistant Secretary of said Companies by like autlnorlty: and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of sa€d Companies; and that the signature of Stephen M. Raney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribedby authority ofsald Companies and hn deponent's presence. Notarial Seal t)TA81" raa,AR NOTARY PUBLIO 7' NEW JER3HY No. 23"688 Lt>; Cnmmisslon F-xprrea July 4e, 2024 NmaryPohllc 1ERg� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANC3 COMPANY, VIGILANT INSURANGii COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authurWitions relate to the execution, for and on behalrof the Company, of bonds, undertakings, rewLmlrinces, contracts and other written coinmltments of the Company entered Into in the ordinary course of business (each a "Written Commitment"): (1) Bach of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized to execute any WrittenCommltmentferand oil belidfoflheCompany, under tile seal of the Company or otherwise. (2) Each duly appointed attorney,in•f net of the Company Is hereby authorized to execute any Written Commitment for and oil behalr ofthe Cnmpally, under the seal of the Company or otherwise, to the extent th.nsuch action is authorized by the grant of powers provided for in such person's written appolntmentassuch attorney -in -fact. Q) Each of the Chairman, the President and the Vice Presideuts of the Company is hereby authorlwd, forand oil beiurlrofthe Company, toappoint Inwrhing any person the attorney- h4hct of the Company with fill power and authority toexecute, for and on behalrofthe Company, under the seal of the Company or otherwise, such Written Commitmentsofthe Company as may be specified in such written appointment, which specitIc-ation may be by genera] type or class of Written Commitments or by speclticatdon of one or more particular Written Commitments. (4) Bach of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, Ibr and on behalrof the Company, to delegate In willing to any other oRicev ufthe Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified In such wdtiendeleWdon,nvhlchspecification may he by general type or class of Written Commitments or byspecificadDr, orone or more particular Written Commitments. (5) The signatum ofany officer or other person executingany Written Commitment orappoinnnent or delegation pursuant to this Resolution, and the seal ofthe Company, may be affixed by facslutlleon such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not bo deenned to be an exclusive statement of the powers and outhurity of olfimrs, employees and other personsto act for and on behalf of the Company, andsnch Resolution shall not Ilmitor otherwise affect the exercise ofany such power orauthordty otherwise validly granted or vested" 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (thc"Companies") do hereby certify that (€) the foregoing Resolutions adopted by the Board of Dlrecters of the Companies are true, Correct and In full force and effect, 01) the foregoing Power of Attorney is true, correct and in fill force and effect. Given under my hand and seals ofsaidContpaniesatWhitehouse Station, NJ, this 11th day of January 2023. 'rbi""F *4fi°' t�3wnyLf:{nhst�,Aaw€5lantSt�'reunlya 1NT iE EVENT YOU WISH TO VER1FYTHBAU'111ENTici I'Y OF,r"is BOND Olt NOTIFY US OF ANY CYIN FR MKI-1'E1t, PLEASE COyrAur US AT; Telephone (908) 903. 3493 Max (908) 903- 365a e-mail: surety@chubbxonn FED- VIG-PI (rev. OB-18) AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Troy Woody, President Of Woody Contractors, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; 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; Water and SS Replacement Contract 2019 WSM-F BY roy Woody - President Subscribed and sworn before me on this date 15th Day of February, 2023. Not ublic Tarrant, Texas r 1'Rrn�'a r�q:.. •�� . LUZ A RAVELO Notary Public, State of Texas ,` •`} My Commission Expires "on April 29, 2023 NOTARY io