Loading...
HomeMy WebLinkAboutContract 55735-FP2FORT WORT H. WATER DEPARTMENT NOTICE OF PROJECT COMPLETION -FP2 City Secretary No:_55735 Date Received: 6/27/2023 City Project Ns?: 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 ie� 5�aQe� Ta�uy �lre�e� Recommended for Acceptance Asst. Director, WATER DEPARTMENT .ChrisfoQher Harder CGI11-l;ttoV-L LLz—&t Christopher Harder (May 25, 202311:19 CDT) Christopher Hlyder(Jun 22, 202307:58 CDT) Accepted Director, WATER DEPARTMENT Client Department pa-11:1-; G � l�a� 8crhA`& Dana Burehdoff (M 25.2 35 CDT Dana Burghdoff (Jlfn 23, 20 09:47 CDT) Asst. City Manager Comments: $2,312,060.00 $169,956.64 Ne 2 $2,293,505.35 0 Days Q $650.00/ Day $0.00 $2,293,505.35 $2,178,830.08 $114,675.27 May 25, 2023 J u n 22, 2023 Date May 25, 2023 J u n 22, 2023 Date May 25, 2023 J u n 23, 2023 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ifi C-620 Signature Page Contractor's Application for Payment ITo (Owner) City of Fort Worth Invoicing Period (From - To): II P. O. FW060-0000014554 From (Contractor): Number: Woody Contractors Project: 102302 ContractorsCFW Vendor No.: City Secretary Contract Number: Approved Change Orders Number I I I 2 I 3 I 4 I 5 6 7 8 TOTALS NET CHANGE BY CHANGE ORDERS Contractor's Certification 55735 Application For Payment Change Order Summary Additions $153,773.00 $16,183.64 $169,956.64 Invoice No. Invoice Date: Remit to ( If Not Automatic Deposit): FINAL Contract Water and Sanitary Sewer Replacements Contract 2019 WSM-F Name: Y P $169,956.64 1. ORIGINAL CONTRACT PRICE ........................................................ S $2,312,060.00 Deletions 2. Net change by Change Orders............................................................... S S169,956.64 3. Current Contract Price (Line 1 t 2)...................................................... S $2,482,016.64 4. TOTAL COMPLETED AND STORED TO DATE (Progress Estimate, Construction Allowance and Change Orders)..... S S2,293,505.35 5. RETAINAGE: a. X SZ 293 50i35 Work Completed......... S b. X Not Used S c. Total Retainage (Line 5a + Line 5b).............................. S 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)........................... S $2,293,505.35 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)....... S $2,178,830.08 8. AMOUNT DUE THIS APPLICATION ............................................... S $114,675.27 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + Cos + Line 5 above) ............. S The Contractor certifies with the submittal ofthis document and associated Payment Request Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on 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 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 encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Troegb%ltr(7un 14, 2023 11:34 CDT) 10. CONTRACTTIME: a, Days Awarded 365 b, Days Added by CO 180 C. Total Days 575 d, Days Charged 450 e, Days Remaining 125 © Consent of Surety 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. Ca20 MI Pro Purgers Elu, ' Progress Estimate Water and Sanitary Server Replacements Contract 2019 W Ni-F A OidDA 1:e u:rtl-1YATEft IrlPROVENEr1I 1 12 k¢h DIP water Pix 1 1Oinch PVC Water Pia 9 inch PVC Water Pine O Inch DIP Water Pix Winch PVC WalerPix 61nchDIP WaterPim 30 imhx a inch Taoo le Sleeve& 0 inch Valve e 6uch Gate Valve 11 9 inch GateValve ,a 10 inch GateValve It 12Inch GateValve 12 OnxA'a It,, Water Fwlinas wlRestrainls 12 inch 1<t Rem.ve6inch Gate Valve Remove 10h hGale Valve Remova l2Inch GateValve -.10 41nch- 12inchabardimma,ntIII uo 17 Fire Hydrant 1e SahaoeFke Hydrant 19 Remove Cancrele Water Vault 1. Cory Eon la Edsliral 4 inch to 12 inch Water Man 21 1 Itch Waice fi,,Sl 22 1 inch Water Service, MeterRecamecfon 21 1 inch Private Water Service. Relocation M Wip!e Semse Branch for 1' Service (Branch, Corp. a Type'B' as BOA 25 B inch Wati Lowering. Not Shorn on Plans 2a max, a Embedmentl6aCk61 Acvedable Backlit 17 5 fool Wide Asphalt Pavement Repair. Res!dential U Asphal Pavement Repa r. Beyond Defined Width. Re dmtial 5 nod Wilde Asohae Pavement Repa7, Industrial a Asphalt Pavement Repair. Beyond Oefvled Width. Inclush ill Temporary Asph 1 Paving Repai (2 inch HMAC on 6 inch Flex 31 Basel ]] Concrete Pavement Reoab, Residential C.ncrelePavement Repair. Adenal! Industrial ]< Water Line Grouting ]5 Remove Concrete Curb and Guaer 1501501 35 Concrete Curb and Gutter. Makin E)dsUng (501501 17 Remove Concrete 0 rie y(601501 3e 6 inch Concrete Driveway 1501501 13 7. rch inch Concrete Vivi Gui Residential (501501 h 10 inch Pavement Purvexafma (501501 Cement Mollification .26 LbSISY (501501 1] 2 inch Asphalt Pavement. Type'O' (501501 41 12inch Sod Slop Bars Mandng,Point -While 1501501 41 Water Valve Box Adryslmentw/Cacrefe Cana' 1501501 41 Mac. Admiment. Water Meter Box 1501501 45 ceramic Tee curb Address 1501501 47 Curb Add,,. Pa -MIN 1501501 e3 TOpsa1(50150) - Block Sod Placement 1501501 W 10 inch Pavement Pulverization (Kllpatri Ave 100% Water) 51 Cement Mad,ficatia- 26 LWSY(Kilpatrick Ave 100%Water) 2 inchAsphal Pavement, Type'O' (Kilpatrick Ave 100% 52 Water) 12 inch SO5d Stop Bars Marking. Paint - While (Kllpahlck Ave 13 100%Vista') Wafer. Valve Box ActustmenlwlConcreteCo6ai (Kilpatrick Ave 54 100%water) Mac. Adult ment - Water Meler Box (Kilpatrick Ave 100% Wariest F6 Topsail (Kilpatrick Ave 100%Waler) 51 BlockSod Placement (Kilpatrick Ave 100% Water) se SWPPP2l acre 59 Temxrav Water Services go Ca* fan Stakbq 61 C W Eon Survey.A-But Red'ones 62 Tra Control Traffic Canbal Daher, 61 Conslnl6an Advance 65 Imported EmbedmenVBack(J. CSS 66 I-t.d EmbedmenUBacW 1. CLSM ,ern n. semaftY s5vlEq n.lmgovENEers 0 inch PVC Seeer Pix T 4featManhde e 4 fear Manhole. Extra Death Comoro]Cri.ar 6 Manho!eVa-urn Testina S Re, mwe 4 fore li nhie. 1 4 inch sewer sevice 1 41nch Senor Semce. RemvKdbl Imported Embedment I BacldO. Acceptable BackN ce Pot -Co inucOon CCTV lnsxcGon 11 Trarth Safely System 12 Concrete Pavement Revak. Residential 13 Carcrate Curb a Gutter Attached ill Concrete Pavement klatch 14 4inch Concrete sidewalk 11 Tons 11 Brad:ne. Hvdramukh ,) Cmsbuc M. Slakin. v Cor3sb111G. Survey. As-B N Rem s 15 Traffic Cabd 10 Traffic Candid Detail 21 Ca3trum.n Aaanance 22 Eaxv Manhole Liner. Warren EnvOom nenlal or Chesledon 23 6Inch to 12 inch Tree Removal 14 121nchfo 10 Inch Tree Removal 25 10Inch to 24 inch Tree Removal U N T III- PAVING IMPROVEMENTS Ua9v Adiustmem 1 Remove Sid-11, 4 nil, cacrete Sidev,rk Remove ADA Wherrhai Reno AOA Whee'cha'r Ramo Remove Concrete Curb and Guts, (5050) Concrete Cab and Gunter. Match Fa561. (Social Remove Concrete OrivM- v (6a501 6inch Concrete Dd,_v 450501 11 7 inch Concrete VMev Gutter. Res dM:at (50501 11 10Inch Pavement Plltwilartion 001501 12 Cement MadificxNn-26 Lbs/SY(50W) 11 2 inch Asohae Pavement. Tvx'0' (50501 12 inch Si St.. Boa Mar kix, Paint -Whele(n I 13 Wale Valve Box AAuslnenl volConcate Char 1502501 10 Mac.Ad tmml-wafer Meter Box(501501 Ceamc TEe Curb Address (5a501 )1 Cub AddressPa`r,tirq(50MI l9 To.sol (50501 2. Block Sod Placement 150MI l' 241nch and l amer Tree Removal sma,:r< s'nIN31rwQ1` W@�r-- LF to LF - LF 130aWNX LF 1]5- a a00a( LF Sao.a LF 150000a EA W0006 EA SaaIX EA Ito...., EA 000a0C EA again TN a - EA eaoaoC EA I aa73C EA I NNN EA EA 3 EA INNN EA EA EA 161 ONON EA 1fi5 a00.0 LF ]sa.aoaa. EA 40�a0i EA s 10a10ewr CY 1p00a0DL LF 20- SY 1.kook LF 20o000- BY 1a 0E000, LF 57a a00IX Sy SO Sy 3 CY LF 925 F 9]Sa SF lsa aaoa EF e6a OOa SY 2wea.a sY fieaOOOOaJO TN as Sy a-- LF 70 xxxxv, EA '1'mw EA s o.paOt EA I.EEEEEf EA 45aaIX CY 45 a20a( Sy 115IONON BY 111c aa., TN 6000a0a SV c4o) o[ LF oag.o EA Sa6oe_ EA 3- CY 0 SV 50 LS , LS a000.q LS OOoaV LS MO 50000aoI LS 00000q LS 1 app� CY nox- CY 25 Oa.al Td E EA fA FA LF aY LF 6F SY_ Lb Sao G Its VF EA E4 ES SF sF Eq. IF IF sr IV Ill Sy E EA EA Cv u S Oaa: 300aa: a Oloi 3 30000P] c'a siAO'3 55735 n\vav0 Mon 5.1600 - it.laa 519a Seas se10a sea aaa 591a0 SIu.6500, S1300 u654�a 39Y0 _S1J4500 SIMON SI].000n St.]On0 %5aaaa Slatroo _;.1lIAo 00 512a00 32]aIX 3155000 5255000 ll,vxva sleOaGC $,.a.. .la.. $too. $10000 $1 as SIOOOI 5`00n -64sSa S4511a. 5215aa uaa 31Ward Sinn 31.00 335aa S41a0IX 1350a SSr.Tw ON $2100 6e.<.oa 51,SOa Skala.sin oaa S30aaa 01.01 SIAMON SIIQ 122aa SSSN SS6aa 11)OOc u.4aa $7na $Na slaaa0a 31eea 51 aqa Slaa slaso. SM04 1I5a. $5. s4625IX $35a 112,121 35.a sl],Sxa SO aEO 519.taa .%,an S210a $am $3%-R 521/00 $'..1. S13a 5612aa 57.25 s50160 slna Slna SWIII SI.eaa ST5a S],3)Sa $110. 12.0. 5.00 S21.OvOM 1ll6a S110na0 SON w-ric Vn $115a S3av Iaaa SIw Oa S45a, 17111 $750 a It de S4aoa 14...aa SIOM a 5weMI,1111 54-W Sir as 31aa S11en060 Sn3 a $14500 400001 Ma h oaxlal st6aa a rocs 40 5]1a 675 sE00 Us It 40 51aa 10 $35.0 SO 000Wd Si St 1S000aa Illy coo seas a0a to 10.CIXV SI-. , aoal.l sl3opa 1 a0a01 seas t 00003a S1O eras s uaa ISMIN $111.00 sll000O S t0000a ]ao a00JJI sea 41a s7.sg lI 1 317Sa 11n f29aIX 9a906000e SSa 9l5aMae, $15. $aa 400"MON tea 25 saps 6<a0 tfi 0000 es_ S21.01 6 31300 l0 al" 1725 Sa00wa' IWSM S 0E0000l S150. (Sees..[ S)Sa 2TpxemO� spa 52 sacra $1233750C 522.100% $55500 ",Sao. SSwa Sl2aa S64a0a 61a0 m $1.240 m 332aa N(SUL 94 MOC _ wina -_mm" 36920% Contractor's Application '•c'�' FINAL C R E Tanc:r N s bN(ra mCJ N-E) a 10010101010101010 $1.15000 5 -viz u.ts10a ION. IOOOOODJJd ._}110aa 5690a 10904011e0.0% 3521.00000000 jai know 1111.fieaa S]a1.fie0a®1W 6% _ .61,46000 1255.Oa00o0O .. AU_aN Sir 1.]a,a $t la aSea .30% sAMSaa Sin aroaaa _ smsm 51.6aaa S16500( 1000% 511.315011 s13mm 3 oc000000 _ tl oao.o.w' 0 .111210100 so.SaoN 521<OOeo SeSna IN 0% 521.4110a 1215x -Saea0w0 n M000a00 f27a106 u2aa _ StaaIN lom 51,550 a Sasaavols ul5eon 5]].515- 5])5SUa 955% 312- exoxxa ua 0. SCOOoo S6aow0� 1.a00a00 SI0000 area.( S1awal 1000x a000000a SI0000 stain. slaps 1Oee% 1 aa.aaoa -s�aaap sea ooax S aaaOa 52110000 3225aaa 52150a OC 1000% 5 aexaO Sew w SI.Saa 11 Sao- nor. I Oa0000a a]Oaaa 57aa y)aIX _1000% I6aa.xa $56naa 356-00 1"-' i33a% .Sllawa 16, IX11a000 MISSION 12115aa 121, soil. IOOa'a 16, MONI000 ]RaNa00a SY]32Y9 3712CIX 556]aaa 17.72eIX S563%9)6x S7.721 910% Sl 4oaa 5611a 4 C0000000 5160000 346a0C Si tau 1a Ox sea, a. a 21000000000 5651000 36.3 Midi. 21ae% -S].41000 1)agaeao k3Liaa s1.u0a.1000 S,.e,ON e5a% s33o.c 510aa suaa 110000 s2..ao ore S4 Sa a $5 pave SSlaa sI._vvo..,,aal ]9IXfla00a 3193000 51.93a 0o S49]0IX 1450% 31A]Ow 7 WOOOM 5515n lids S5110o. T3% 1, .sea fine 001oo. snot lea 111a V6a k130.226a 1.20% .5l176a 12514000M 312.514ex 512111. $12514IX 2503% .3 li 55aaIX 1:32"Noo" p.164a S7,16190 1533% Sa Siiaa 143291.000E 5364143w 11431 1215% {t)1291a 742930 SSu.o6000000 �16516.11 sitI la sit In to $16,536It 516,5181! 1]25% �51.a61e 551aD60Wa0 SNe5251 1..5251 i<6653.51 1190% -5�)5251 5310 NvOONa S52266a 532.2600 33;2600f 0401.4 511so a SIM.. 6,$- 315,1553E $15153.1. 515.15531, a,.0% xiTeq 535300]OaOa ,A9'ore 1, 9.Sa9a I,,*,,9a anii .......N ]sa000ooa u050a sta3aa S1a5ea S. 1.710 s130a a o]o.oaoa 541aq S],T01ea 5.7aa Snex -1tasoo; $75000 ]e SOOOOaU SLSNa 51.5.000 e55% Start., SOOOOPU L1n! t0 52,13750 52..7. 63 ]x $1.23)5( a2.11ax1000 S 01154 "ae 1514 S1a,121 41961 3e.245.14 3919000axa 323614a 11T 694x ST]63i 00� 97 err 5lr].0x S0 ala00to 11e.n022 I.. Sa T] $,a, 0021 e33% $2.17976 369100xoaa _i50.N10(7 Sa6filto lWatil IS 6'A $1.e19IX 4- 32.<aa s -St, i2.4xa 2661% 31450< -S1.5.a a xa00aOa 1451IX 3150a I a00a a Si5a IIa-11a00 aaa%ll 2a to 11Iaa 5a%a0 -116a 1.IXKxaa al.aaa 4S450d_1 Ia % I axoaaa 51aaaaa0 S1 a. -a. $laa0 a• Ia0% I ONNION "Mi UNION 190aa• la0% .Oa 1aoaU 3<500a S45aa 1119.0 V. Sae% 76 vdNM suritiaa 31794aa 51}!Nw'C_pR .564W00 I C0000000 FIOa SIaao 6=a-I00% $122aaI $312500 S]6..a a64 Oa00a0 S114SNe 5121.6,4a $12464400 101.0'a -312620 3 ax)N` 11220_1 122.2aow 21 Slaa % I... 29Ja00a 1-as -I ,..I 97.T% $11.5 2 Oxx]00 51300 31.]aa SIa a00 68 �% U50a 3 aaooaa S45e S<`Aa 51500� f000% ] oaxa]w am Uvd x 59a Oc TSO% $3a a 36 (AtlNxO a514M 35).Fa al S00% fe.4aa 3fi aaaeaa VNive Sllaa slaaIX 9E0% SHOW S1.210a 661ao00000w 552a200 51,it a 352.2,a slat% 3110c ee4 MONO 0, WS400 Sde4IX M40 la1F% �fpp S4a0OC $35000 u15 a as.211. S691e are laa 6e66 $30aa s3NOW "No. 1000% I OOaap00 uooaa 5].cooa S7.aea to 0% l xaxloa 11.]OOa S26aal balsa l aaaxxroa slaw Staa Ia0% Via—a 5776aa 52760M 52.1fi000 fit]% S1 T... 1 C,V00000 SSaN w6 o SIN a 1a1 a% 30.Wo0000 a)•lOe9E S1.]Oaa IS I.... Iaaa I aroaaa _ 11"Noo I. -Oa $170000 laax I'. a.a a 54-F. T152.42co0000 515504e4 31550141 s 1550S e4 310aa00 s]1.Saa II521]OD]000 ]SI Hl.15 356.14].IS SSe.14315 1H 6% I" AAMIs a]e6O 15 SIsMye 1]a0.tx000 52215w $22)Sa 7!!F!N 11.2% 41110a $Ia6aa 13 OOa00a S37.]aa 53).)0000 311700011 929. Similar Nfi25 DO 1112910(1000(I 67.101110 a, III S7.16490 154111E 99I 312)25ae 11519exa0a Sn 131a SSa1543a 550.15430 15334 .117.11 30 S13WO SSI1 a60000.0 S"am 3.16,5331e 31fi5... I 11155, a].M61e 519.1a 55120,N)MM {a6.a5i5' <fi Sea 51 sNes23l II9e% 1775211 S2.Tn 51150 a 13a<a0 1a161e-Oo S24.15709 $241A57116 52415704 6194 3142429] SIa530a 51.4a000000 i1Li]2Gf 511.11264 $112226W" 37.]0711 51530"Noxxa .109. 561 ar,a S191efa 536% 511fi11to SSOZse 11.753 slNo eWtp0000 sz4 M $I-. II.-oa S6aa 3150a 24 aaxa.. it RlOa 3].fia00 ,]]3% 3]600.. ..a% ... e30a 37w a iota a s 1.37, ]e SOaa0a7] }1540a SI.Sga 3151.Oa e56H 33 ]IS l6' N 311]).50 si.l ])50 31]j50 6)1% 1260a $12])30 12.50. 15),I2-Mv 110 ]parr 3122e511 S102e541 ]9eT% W.M. S ]SOOaO 2va"Nota .11 SSaaa Ss.aaaa 2aaa'A .5250x0 n<, a..�m4lavear oN,I2ea eW ro ww.0 ao a m,Freae mom, N9xv,aa:3 axlw3m„ rlv �y� 1'ar„e.e�rd u red M ax,_�e4 veiWllNmun I�PI Crewel Pia na ti e.ewn Cd2.l , PM PNrylu E..t. Progress Estimate 55735 Contractor's Application Water and Sanitary Scivcr Itep1acement9 Contract 2019 NSDI-F "�"""'�''�' FINAL HN�.e.^rtw l�prL. knlw A a r D F ➢ lrya 5�14ppa� PilQa4� lvw Prz 6a5Y.le F,nr' '1.SIp Ftniadr LnWlaili`ue i.M 14�.I4..N l,feail;rrtmJ1Y Tnf'C�+sW . adpe wl>R.A m15 rHroi#e 61 l -r2 aJ Lua tw �-��� twn}:o E4uof\Law Yae:ld tuN(M inQ �1Ej ➢ u TratTw COMB 50000ar $]Oy_W titi0006 50000P100 6115096a 511.50000 _ _. 5000r. 1000"A iJ Tfaffw Contml Det6'a FA 1o0 ,, ..'10000 6t0000 I-_ 610660 510000 _ _ 610000 w0% sa C.,Wnlion A:axence t5 to00004 t5111500 551."500 001rXIM "am tMal 690691 1.6!1 ma''aN fz Fli oaOOo .......Om. 12.vr9.fF5 ael . "40"Fal "a% 6501.01,0. IAJ Aam.1 Av D.w cVifwfam iu myW fuvuuFlCOCdz+� .lad us Feu b.JM A<<{J�(A+�a c� iwl'<ue<aM3<Jursf O�eJaaoJmdWn'Nmu•�11 Lepl Cn.nel lnnu�u e•.tium C-820 WoNe Order Progress Estimate Construction Allowance Usage Contractor's Application ADDITIONS Fx"'- j 102302 wnlar Rnd SDni1.,y S,-,Repinee-1, C081rd 2019WSRI-F CRY Samsq 55735 APPliearm w. FINAL Cttaran Ama AryJicalim Peria1 AKJi:•��x Use. A a c D E F Taal C.."T'a •' Ii.1—la Fmieh Spaihcaion Qumlhy lO Add L'M Price Addiii-V.1- Fali,wed Q—Ry I.�e Pr {asrjy l'alu<Thu Sfaterisb Pr 1Y ad Sltted to Dale (F) (B-F) liml �w 1 D•"^W'm Salim Nu lh,i of �lcv�c 1-11,d loWkd �lLr rm" Stmd(na in C) (D•E) D S-26 Adjurmmi EA 100000000 51.706,60 S3.100.00 1.000000M S7,SODM S7.500.00 51,50M 100.0% %%.V RemiacaMRVA. 9.5�Curb xhh]64i hG�Oer(30130; LF 16U 00000000 S4300 SI1600.00 --$12.600.00 371J0000000 S16.71750 S16.71750 516.717.30 132M.i .34.11730 P.23 Reroa<aMR 9--vxh CurbxiiA]6dn:hGuna UO/30 LF 360.00000000 hG ) LF 280.00000000 SJf 00 ..._ ... ___ !27'S0000000 S16i71730 718:RTA S16.71140 Sj2.7ei -S311730 P•26 Cavuale Cwb7Pa11A14.&C.,3fuhm-f 311.001 I SJJ7g.00 472.73000000 SSrT00.OJ 53,200.07 51,200.OJ IISg•i-Sg72«0 — Wu Ihich P.- Repla wnml SF 21.000000M IL1,73 $150.00 210000MOO S410.00 $410.00 S450.00 IOU% _Tee_ i ev mtv1 NI MIL •110f T' snsm li+nrs S9,0".0 This d- h,b-n i6edf ix aigh,lf saa an FJCDC d- end the user did rol highlilM the nwd0ial'wx. 1'muecrcmngd loreadllu dn�rmeal earefidlFaMaaveuh Legal Cosvxel Pwr 1a hs exxxlim. CS10 Change Ord, Progress Estimate Construction Allowance Usage CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED 102302 Wntrrend S3nit.,y S.—r Repl3rrmrnt+Cont.n 120I9WSIU•F APPhuiim PniN: d D C ��ewTr� ��\ Speaifi:adm l5dl eThl. vein Qudipao Delete Sn+ien Ya l5iS Prim Redu.9m \'alu< ffd Lyad 1.00000000 SV00.00 veanna C—i-.a1,.w..-2 EA 1000,0110 1uaIs.900.00 Ss0n.00 2 en I.0.0000 S9a00 Vu,991.00 cww.wiw.mo.on. real EA i.000n000n S45000 3e2000 Contractor's Application I,.MPli;adonawnbl. FINAL �dIL1}4' 0 r 24d{2d t\d Vud %dined Ta and Nur L� .1w l'!.d N. LS TDiadavmene WabemmediSN Owniv wil;'mal f­m.VCDC drownedwdd w(didndhiZh110dK mwi0:,tiw.. ron a ae — pd. wadh. d—:aeer Iiy d awwm USA Cwmyi wiw 10 m a+a.,❑iw. C620CW9.01der Progress Estimate Change Order Number I 1 I Contractor's Application AVsI"ION' r•r t--] 102302 Wdrrand SanitarySrvarr arpinermrntr Cant-1 2019\ SRI-F [tiry &rnla.)- 55735 Trylkaim Nundrr. FINAL cr�r.l xw\ ,Ipplira�m puiod. Apptiratlm D. P C D E F _ Enelutrd Quvdity Yalue Thin lfateria4 Plwa0ly Toul Cmg1rW IIA—(➢-F) Chanir Order lum f>a�Tlpim Spni/,ration CO Quamity to,Idd Unil of Sleawrr —vd Cnit Piw Clwnue Qdrr Gmillyd S•a>z• 11,4Vly htwlled Yilue Foiad StwN (nor in C) aed Slwrdte Date M ^o S timt:e. t'alu< (DtE) ➢ 1 Ret—Suwt U&MCwduiu !S 100000000 S151,701.00 5151.711.00 100000000 S153a00140 3111.111.00 S113,771.00 T.— 1 1 1151101AG 11V.151.u0 1151.0]1A0 1151111A0 MA,. lhudocvnuMAubxn nad'd.ed G.m ibwi0iul form u u E1C111: doraunrN and the urerdid authilhlillathr mediRwumr Yeu ur rw�vangedtereadthr downann ranOdlyardawvuh l<W Cwuvl prior la in eanmian C4M Change ONer Progress Estimate Change Order Number 1 a Contractor's Application DE,VTIONS Fa imvnn)' 102302 \Vnlc<and Sanibn So—R<pin«mcn 11 Cw—f 2019%VShI-F A�ti:<Gw a'�mh,: FINAL AP H,. iun PeW A"r..d. Dn, 9 C [ L F - Iwr.. 1 CO Qu�aiO'b o<krim enms<aaelum' .-tilRia 'l`1O 45 clung ores \a Urea Na11a<1 as Vud na us<a Nul Used NA lhd +lasae Kw 1hM No. &w4.2M 1Snu ihu dwvmru lus Arr mMiliN lion m aip�ul fume n <n FJCOC dxum:nt <rd de w<r did nar highlisM the mudaiurriw. Sw ve euwu5rd to mad UK davnwN <ar<fiillluri av�ah tRgl Cwm<I {<im b w <anaim C,QG Change Order Progress Estimate Change Order Number ' 2 Contractor's Application ADDITIONS F«(corona): 102302 1Valrr alnJ Sunilur7'Selaer Rrpl...... l a Cen1nlr12019%VSAI-F O1'S--, 55735 APNIrnim N.n . FINAL Canna N'um APPlimam PeriA ANLea tr. ch., Qdar Rma Na i4sasiyion I1 10INCH PAVEMENT PULVER17 ATION 13 CEMENT IIODIFICATIOV 16 L13S SV 13 \S'ATER VALS9: W\ADIUSTMENT A',COLI.\R 30 HLOCKSODPLCEMENT 33 iRAR7CCONIROL T.,a TddiOm Clunge Ea0malNQuaNiO Rni"13 \'aloe Thu hfalariau Resrnaly Taal Cm Wd H•F) SPea'Iidtim UrulofSleuure CO Quantity to Add Unit Ric< prier\'aloe ImuIIN lea-- ImIaIIN \'alur Period Stead (nulin C) and Slaved to Dan IF7 Salim Nn. (U IE) H _ S3 _ _V3l,U00000p_. _ -1w $k110.9: 1351.11000000 3].1IM 31,nom 35,110.91 IOOA': TN _ IEO1000000 S117.00 $3931.7-- 13,04000000 51.931.11 33.931.71 S3931.73 IOOA'i EA 1.000000110 S13000 S130A0 1.00100000 $_130.00 $150.0c� SI30.00 100.0•. Sy 45.00000000 31100 33AOAC 4500000000 _ _ 554000 354000 SSA0.00 1.0.0.4 hml I.S0 OWN 31900.00 33.A5O.w 1.50000000 Sl j1d W S3,130.00 S3.00.00 190.0% it [ 37lLi3F3H)TV I�" Ihis d,. 1 har N--rw flan 11146 1 rmn u m EJCOC dnvmml and ahe. did na hi$ldiQd die ,Iiealim: Y. ue mwnid b red the d`vnu.d ruefully ant—.11l<Sa1 Camel pia to ila e—ian esza change order Progress Estimate Change Order Number I 2 Contractor's Application DELETIONS yafm�l 102302 Waler and Snnilory Sercer Repldeemenla Canlrac12019 WShI-F AccriorimNunhr. FINAL Applialioo MiwL �- .awli.ru nor. A n C n n P terns Clunge ONerlbn COQ-%kyb Drinion clangs LW,A- Nat Uif *-'law �Lmhafxf—. Nm LU4 NIXW i Tot Used %aalfrd NU Vsad NnL1d Nm Ussd No Whle hider t'xlue S lion Nm into a<.on.wh><enn moadimeo�n aa,.ia;exi fwmu as uenc aoeumemard dk •••— ad nmhi�rgmma maaif—ift, Yarem gef le «adfN aommmt c 141[yy gnaw It Upi c,wlpi, 11 ib mmine City of Fort Worth Summary of Charqes Witerand SanitarySeNverUeplaccruentsL'antract2 1J FR'060-0000014554 City Secretary Contract Num: 1 55735 P. O. wslal-F Application Application Period: 0 Number: FINAL Funding Identification (FID) jnal Contract 56002-0604430-1700010-102102-0 102-001780-9780-71999 56002-070 30- 740010-1023999 30100-0200431-5740010-102302-002480-9999 0 0 0 0 0 0 0 10 Change Order 1 56002-0600430-5700010-102302-001j80-9999 56002-0700430-5740010-102302-00 BO-9999 30100-0200431-5740010-102302-002480-9999 Change Order 2 156002-0600430-5700010-102302-001780-9999 88�8�-83�88a8-� 222-88��88-8M 0 0 0 0 0 0 Project Number: 1102302 Application Date: 1 1/0/1900 Total Completed Amt Remaining Gross I I Retainage j. r filet $1,489.179.91 $144.372.59 I I $235.682.05 $43,082.95 i.. f I 1 I $398,686.75 $1.055.75 I I I l l I I ] I I 1 f 1 I $153,773.001 I I 1 t I I I I �I JJI I I I I I I I I 1 I I l l 1 — -- —�� —+ I 1 I I I I 1 $16,183.641 T I I I I 1 I I 1 I I I I i I I I I 1 I I IC I- 1 City Secretary Contract Num: I 55735 Application Period: Funding Identification (FI Chanqe Order 3 56002-0600430-5700010-102302-0017 0-19191919 56002-0700430-5740010-102302-0017�0-9999 80100-0200431-5740010-102302-002460-9999 [ Chanqe Order JJ% $ $ 88=8��88a8_a82 80 ChanA� Orders 56002-0600430-5700010-102302-Ob1760-9999 56002-0700430-5740010-102302-001710-9,9,9,9 30100-0200431-5740010-102302-0024 0- 9 0 0 0 0 0 to ——-- City of Fort Worth Summary of Charges Water and votary Sewerlteplacements L'ontract'2619 P.O.: FW060-0000014554 Project Number: 102302 NSNI-r 0 I Application V FINAL Application Date: 1/OI1900 Number: V Dl t { Tottal Comoleted T And Remaining [ Gross ] [ Retainage I Net I I I I ! I I I I I I I u I I JJ I I I I I I T I I I J I I I I I I I I I l I I I I 1 I I11_ I i I V i— I J City Secretary Contract Num: 55735 Application Period: City of Fort Worth Summary of Charqes Water and Sanitary Sewer Replacements Contract 2619P : FW060-0000014554 ProjectNumher: 102302 I WSM-r 0 I Application FINAL Application Date: 1/0/1900 Number: Funding Identification JFIDj I Total Completed Amt Remaining I Gross I I Retainage J I Net Change Order 6 56002-0600430-5700010-102302-001780-9999 I 560f 2-070043Q-5740010-102302-001780-9999 I I �0100-0200431-5740010-102302-002480-9999 I I I o l ] I o o I I I I o } I [ [ Y o to o I I I I I I I J tj ' Change Order I I 1 56002-0600430-5700010-102302-Obl780-9999 I 56002-0700430-57400-jg22Q2- 817 Qss �g30100-0200431-57400-0282I I I I [ I I I I l 1 I o o 0 1 T I I l 0 I I I f 1 to o I I I I I I I o o 1 I 1 I T 1 I.J Change Order 8 519900M= �NO_a8 8.88188- 9 I I I I 30100.0200431-5740010-102302-002480-9999 I I I 0 I I I I I 1 10 o I I I I I I to I I I I I I o o I T l I I I 0 I I o I I City of Fort Worth Summary of Charqes wafer and 9nifary,eWer Replacements Contract 2019 I FW060-0000014554 m: WSM-F City Secretary Contract Nu55735 P. 0.: Project Number: 102302 Application Period: I 0 Application I FINAL Application Date: 1/0/1900 Number: Fundina Identification (FID) 1 [' Total Completed .,I [ Amt Remaininq I Gross 1 ! Retainane I Net ) I Totals 56002-0600430-5700010-10230 001780-9999 $1,489 `179.91 $1 56002-0700430-5740010-102302-001780-9999 ! $235,682.05 I $43,082.95 I 1 I 30100-0200431-5740010-102302-002480-9999 I $568,643.39 �— $1,055.75 1 10 ! 1.0 I to to I I I ! 1 Io I f 1 [ [ Grand Total I 1 $2.293,505.35 1 ! $188,511.29 1 $0.00 j ! ($114,675.27)[ $114.675.27 J CSC No. 55735-COl FORT WORTH City of Fort Worth 'V Change Order Request Project NamelWater and Sanitary Sewer Replacement Contract 2019 WSM-F I City Sec No.155735 Project No.(s)139409-0200431-102302-003280 I M&C 1 20-0305 1 City Pro. No.1 102302 Project Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J Description and Avenue K Conlraclorl Woody Contractors, Inc. Change Order# 1 11 Dale: I 911412022 City Project Mgr.1 J. Chris Underwood City Inspector Rodrick Wallace j Phone Number: 817-392-2629 Phone Number: 817-350-3321 Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date JAmount of Proposed Change Order Revised Contract Amount Orig. Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Water Sewer Paving Storm Water Totals CoD (CaleandarndarOaysya) $1,633,552.56 $278,765.00 $399,742.50 $0.0 , $2,312,060.00 365 S1,633,552,50 $278,765.00 $0.00 $0.00 $1,633,552.50 $278,765.00 $81,687.00 $27,877.00 $81,687.00 $27,877.00 $399,742,50 $0.O(%/ $0.00 $153,773.00 $399,742.5F $153,773.0 $39,975.00 $0.0d S39,975.00 $0.0 $153,773.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT I $2,312,060.06 365 $153,773.00 180 $2,465,833.01- 545 $149,539.0r $149,539.00 $153,773.00 6.65% $2,890,075.00 AM 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 lime and money) for all costs arising out of, or incidental to, the above Change Order. contracl0s company game Contrac(or-pame Atractor Si. nature Woody Contractors, Inc. I Troy Woody In 9/15/2_ 9-/S• Director 8t0 ept) tot, u,,.6n UpeNs-0 1) �re�,s 2—Sma� g r 9/15/22 Senior Assistant City Attorney Assistant City Manager Dale M L&C /��A' 8"rJa ff Sep 20, 2022 IYackl (Sep 19,-15:45 cor) Dena i, _ Council Action (if required) M&C Number I 22.0715 M&C Date Approved 191id12011 1 FORT WORTH City of Fort Worth Jr 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. i 102302 Project Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J and Description Avenue K Contractor j Woody Contractors, Inc. Change Order # F--17 Date;1 9/14/2022 f City Project Mgr. I J. Chris Underwood [ City Inspector I Rodrick Wallace I I LM ' UL81.;!? V I IUN 1 Relocate Street Light Conduits ADDITIUN5 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 -sw=''r Change Order Deletions Project Name (Water and Sa nitar&wer ReplacemenContract 2019WSM-F City Sec No. 55735 Project No,(s) 39409-0200431-102302-CO3280 I DOE No. I 20-0305 I 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. Change Order #I 1 Date 9/14/2022 City Project Mgr. J. Chris Underwood City Inspector f Rodrick Wallace ITEM DESCRIPTION DELETIONS DEPT Qty Unit Unit Cost Total Water Sewer Faving Storm Water Deletions Sub Total Page 3 of 4 MIWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT Total $0.00 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. 2nature Name of Employee ATTEST: J ette S. Goodall (Sep 20, 2022 09j1,r CDT) lannette Goodall City Secretary City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 13, 2022 LOG NAME: 602019WSMFC01 —WOODY SUBJECT: REFERENCE NO.: **M&C 22-0715 (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 -All 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: Existing Additional Fund Appropriations I Appropriations Project Total* W&S Capital Projects - $2,260545.00 (z0'-)`' `1:7 5 15.00 , Fund 56002 W-0� .�.:_,_ou,,., General Capital Projects — Fund 30100 $500,308.00 $0.00 $500,308.00 Street Improvements - Fund 39409 $0.00 $153,773.00 $153,773.00 ,Project Total $2,760,85-3.00 $153,773.00 $2,914,626.001 *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 / 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 Account l Project Program Activity. Budget Reference # Amount' ID i ID Year (Chartfield 2) FROM_ Fund Department Account' Project'ProgramlActivity Budget Reference # mount ID 1 ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaaer's Office bv: Dana Burghdoff (8018) Oriainatina Department Head: Chris Harder (5020) Additional Information Contact: Chris Underwood (2629) ATTACHMENTS 1. 602019WSMFC01-WOODY.docx (CFW Internal) 2. 602019WSMFC01 —WOODY 1295.r)df (CFW Internal) 3. 602019WSMFC01 — WOODY MAP.i)df (Public) 4. 602019WSMFC01 —WOODY MWBE Waiver.r)df (CFW Internal) 5.602019WSMFC01 —WOODY SAM.ndf (CFW Internal) 6. Conv of 602019WSMFC01 WOODY FID Table 07.22.22,xlsx (CFW Internal) 7. ORD.APP.602019WSMFC01 —WOODY 39409 A022(r2).docx (Public) CSC No. 55735-0O2 FORT WORTH City of Fort Worth '=T Change Order Request Project Namel-water and Sanitary Sewer Replacement Contract 2019 WSM-F City Sec No.155735 I Project No.(s)130100-0200431-102302-CO2480 I M&C 1 20-0305 City Pro. No.1102302 I Project Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J Description, and Avenue K C.'nnfractmi Woody Contractors, Inc. I Change Order# 2 I Dale: I 111012023 City Project Mgr.1 J. Chris Underwood [ City Inspector Rodrick Wallace Phone Number:1 817-392-2629 Phone Number: 817-350-3321 Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date lAmount of Proposed Change Order evised Contract Amount Orig. Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Water Sewer $1,633,552.50 $278,765.00 $0.00 $0.00 $1,633,552.50 $278,765.00 $0.00 $0.00 $1,633,552.50 $278,765.00 $81,687.00 $27,877.00 $81.687.00 $27,877.00 Paving Street Lights $399,742.50 $0.0c $0.01 $153,773.00 $399,742.501 $153,773.00J $16,183.64 $0.00 11 $415,926.14 $153,773.00J $39,975.00 $0.001 $39,975.00 S153,773.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT JUSTIFICATION (REASONS) FOR CHANGE ORDER Co..Tr Totals nrramo (Calendar Days) $2,312,060.01 365 $153,773.001 180 $2,465,833.0r' 545 $16,183.6 $2,482,016.64 545 $149,539.06 -$4,234.0 7.35% $2.890,075.00 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. Contractors Company Name Contractor Name I ctor Siture I Date Woody Contractors, Inc. Troy Woody �%�. �--(Q- o� 3 Inspector EsaR�Z� rjc�2agev Date I2e� (�� 1/11/23 1/It /7—d Director (Water Dept) (26struction Supervisor (T/PW Dept) Date rlln ta&7 g h`&dzy r. ;. ��� 1/11/23 Senior Assistant City Attorney Assistant City Managers a Date ( Dgng FOLghdof-f Jan 16, 2023 Council Action (if required) M&C Number I NIA M&C Date Approved j NIA OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth w'!-f Change Order Additions Project Name I Water and Sanitary Sewer Replacement Contract 2019 WSM-F CitySec No. 55735 j Project No.(s) 130100-0200431-102302-CO2480 I MSC [200-3051 CityPro. No. 102302 Project Water, Sanitary Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J and Description Avenue K Contractor j Woody Contractors, Inc. Change Order# t ' Date: j 1/1012023 City Project Mgr. I J. Chris Underwood City Inspector k Rodrick Wallace f ADDITIONS I I EM f h'ZC-FW 1 JUN DEPT Qty Unit 'Unit Cost I Total 11 10-inch Pavement Pulverization Paving 1,35 .82 SY $6.00 $8,110.92 12 Cement Modification 26 Lbs1SY Paving 18.04 TN $218.00 $3,932.72 15 Water Valve Bo x 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 1.6 MTH $2,300.00 $3,450.001 Water Sewer Paving $16,183.64 Street Li. hts Additions Sub Total $16,183.64 Page 2 of 4 FOR-' WORTH City of Fort Worth !ow- Change Order Deletions Project Name Waterand S rotary S e w er RiixementCantrac12019 W S M-F 1 City Sec No. 55735 Project No.(s) 30100-0200431-102302-CO2480 J DOE No. 1 20-0305 1 City Pro, No, 102302 Project Description ` Water, Sanitaiy Sewer and Paving Improvements on Desert Ridge Drive, Kilpatrick Avenue, Marion Avenue, Avenue J I and Avenue K Contractor ! Woody Contractors, Inc. Change Order #r FT] Date 1I1012023___] City Project Mgr. J. Chris Undeiwood ! City Inspector 1 Rodrick Wallace ITEM DESCRIPTION DELETIONS DEPT City Unit Unit Cost Total Page 3 of 4 Water Sewer Paving Street Lights Deletions Sub Total MMBE Breakdown for this Change Order KY :':; xr'''����1��?�..��,.,r_.,,;<x'v ,�r;:,° .:,r.����,�:'... �„ ��:Q, , �N�.. �:.`�:.•�,�.,;> �.: mo tffor:this�CO',;�: rC7iXp• i..l ,r Total V Previous Change Orders �,(*i�..'kl]f11=x ^'.. .•� SLR _ Total] �.:aQ,�::' 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. S' nature S_Ut-jQEg)„ ins -A Name of Employee Title daa FORT B� d OF°°°°°°°°°oy ° oOp ATTEST: . -o o� dVo °2 ° o °°°° °o� O 00 p Batt Jannette S. Goodall (Jan 17, 2023 07:18 CST) nEapS�pp Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH -IV 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 12" DIP 10" PVC 8" PVC 8" DIP 6" PVC FIRE HYDRANTS: N/A PIPE ABANDONED DENSITIES: NEW SERVICES: I PIPE LAID PIPE ABANDONED DENSITIES: NEW SERVICES: VALVES (16" OR LARGER) SIZE TYPE OF PIPE 1" (161) Copper SEWER SIZE TYPE OF PIPE 8" PVC SDR26 SIZE TYPE OF PIPE 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 LF 10 10 3521 1255 50 LF LF 884 LF 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. Ctu^4�- /dgederiwd J. Chris Underwood [Mav25. 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 AIA 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 I •- CONTRACTOR: Woody Contractors, Inc. ARCHITECT'S 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 insect name and address of Owner) City of Fort 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): l lth day of January , 2023 VIGILANT INSURANCE COMPANY Surety Comp By Signature of Authorize Representative Kyle W. Sweeney Attorney —in —Fact Title Note: This fonn is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition CHUBS` Power of Attorney Federil 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 MichaelA. Sweeney of Fort Worth, Texas -------------------------------------------- ----------------------------- .............. —-------------------------- ------------------------ •--. each as their true 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 is surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration or any instrument referred to in 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 an d affixed their corporate seals on this 16i1 day of September, 20L9. 1XV11 M.Chlcarn. A.'FM.4,lnt Secr'elary STATE OF NEW JERSEY County ofHunterdon ss. , .vi", Sivplte'n M. f tansy. Vice Pre-Mdenl On this 1611 day of September, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to the known to be 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 of said Companies; and that site signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President o f said Companies; and that the signature o f Stephen M. Haney, subscribed t o said Power o f Attorney is I n the genuine handwriting of Stephen M. Haney, and was theretosubscribed by authority of said Companies and It deponent's presence. Notarial Seal KATHERINE J. At ELAAR pOTARY S- NOrARY PUBLIC OF NEW JER30Y wr.w Nv. 2316666 �p(!Ht ib Commleslon Expires July 10, 2024 Wla yl'uHllr `�JEng� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "ItMOLVIiu, that the following authorizations relate to the execution, for and on bulialf of the Company, ol'ho» ds, undertakings, recoLailcmces, conhacu and othervaluen comm{tmeitts of the Company entered Into in the ordinary wni se ofhuslness (each a'Written Commitment"); (1) -Bach of the Chalrman, the Pmsident and the vice Presidents or the Company Islie reby authorzed to execute any Written Commitment far andonbehalfortheCompany, undenhe seal of the Comp;my er otheiwise. (2) Each duly appointed attorney -In -fact of the Company Is hereby authorized to execute any Written Commitment for and on behalr of the Cumpany, under the seal of the Company or otherwise, to the extent that t such action Is authorizedby the grant ofpowers provided for in such person's written appointmentas such attorney-Irrfact. Gl) Each of the Otairimn, the President and the vice Presidents of the Company is hereby authurl7ed, for and ten bchairortlte Company, to appoint In writing any person Ute attorney- ht-fact of the Company with full power and authority to execute, for and on behalf of the Company. under tt.e seal ofthe Company or otherwise, such Written Commitments of the Company as may be specified In such written appointment, which spcciflcalion may be by general type or class of Written Commitments or by specifIcation of one or more particular Written Commitments. (4) Each of the Chairman, lire President and the Vlce Presldcuts of die Company is heteby authorized. tar and on behalrof the Company, to (Ielegate In writing to may other officer ot'lite Company the authority to execute, fbr and on behalf of the Company. under the Company's seal or otherwise. such Written Commitments ofthe Company as are specllled In such written delerAdun. which sped0c:adon may be by general type or chassof Written Commitments ur byspecilication ofoneormore particular Written Commitments (5) 1lie signature e ol'tmy officer or other person execilting any Written Conninkment or appointment or dekgdilon pursuant to this Resolution, and the seal ofthe Company, may he altixed by fa(sinille on such Written Commitment or written appointment or delegation. 17UWIIIEIZ RISO1,10M), hat the fooegoing Resolution shall not be teemed to be an exclusive statement ofthe powers and authority of officers, employees and other persons to act r r anal on behalfol' the Couipany, and shout ltemlutlon shall not limit or otherwise affect the exercise of any such )tower or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (1) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and In full force and elrrect, (1i) the foregoing Power of Attorney Is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station. N , this 11 th day of January 2023. IN THE EVENT YOU W[611'I'0 V&RINY'IT4511U"11iEN'I'ICI'I'Y UF' THiS BOND UR NOTIFY US OF ANY O'fH BR MATrElk PLEASE comrAcT LIS AT Telephone (908)903.34.93 . iNx(90f1)903.3656 a -mall: tairetyfetchabbctmn FED- VIG-PI (rev. 0E-16) 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. Notary ublic Tarrant, Texas �pY-"�o • LUZ o A RAVE IO Notary Public, Stele of Texas My Commission Expires yF Q;;�E+..`•` April 29,2023 NOTARY ID 1288O410-0