Loading...
HomeMy WebLinkAboutContract 55915-FP1AC Coded 07.23.25 Vendor Name: THALLE CONSTRUCTION COMPANY INC Vendor Number: 0000039669 Invoice No.: 55915-FP1 Invoice Date: ##/##/## Release Retainage: 478,835.96 F I D: 56020-2060000-102069-RETAI N FORT WORTH ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION CSC No. 55915-FP1 Regarding contract 55915 for the Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 project as required by the Water Department and approved by City Council on 04-21-2021 through M&C 21-0292 the Director of the Water Department, upon the recommendation of the Assistant Director, Capital Projects Delivery, Water Department has accepted the project as complete. Original Contract Price: $ 9,687,177.00 Amount of Approved Change Orders: $-16,580.42 Revised Contract Amount: $ 9,670,596.58 Total Cost Work Completed: $ 9,576,719.58 Less Deductions: Liquidated Damages: 0 Days @ $650 /Day Other Deductions: $ 0.00 Total Deduction Amount: $ 0.00 Total Cost of Work Completed: $ 9,576,719.58 Less Previous Payments: $ 9,097,883.62 Final Payment Due: $ 478,835.96 0 A , `'�,> J yr Recnmrrirnneri fnr iacre'ance Assistant Director, Water Department Christopher {fardor Christopher Harder (Ju 30, 2025 10:26:13 CDT) No 2 /.11 2� Date Accepted Date Director, Water Department ' 08/05/2025 cva�_ Asst. City Manager Date Project Name: Sycamore Creek Sanitary Sewer Relief Interceptor Phase 3 CPN 102069 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. Date 07/15/2025 Thalle Construction Co Inc 900 NC Highway 86 north Hillsborough, NC 27278 RE: Acceptance Letter Project Name: Sycamore Creek Sanitary Relief Interceptor Phase 3 Project Type: Sewer Project No: 102069 Contract No: 55915 To Whom It May Concern: On 6/30/2025 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on 6/30/2025 which is the date of the final inspection 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 817-392-6054. Sincerely, Tony Sholola, P.E., Assistant Director, Water Department TS / Cc: Chris Harder, P.E., Director, Water Department Laura Wilson, P.E., Deputy Director Water Department Bijay Upreti, P.E, Project Manager, Water Department Wade Miller, Construction Manager, Water Department John Robinson, Inspection Supervisor, Water Department Carmen Drake, Senior Inspector, Water Department Lockwood Andrews and Newman, Consultant Thalle Construction Co Inc, Contractor Fort Worth kliftyl All-amedcecm WATER DEPARTMENT 1 1111., THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 1964. 1993 •2011 �r Printed on recycled paper FORTWORTH rev 09/20/24 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:10 NAME OF PROJECT: Sycamore Creek Sanitary Sewer Relief Interceptor Phase 3 CPN No: 102069 CONTRACTOR: Thalle Construction Co Inc CSC No. 55915 PERIOD FROM:07/01/25 TO: 07/15/25 FINAL INSPECTION DATE: 30-Jun-25 WORK ORDER EFFECTIVE:11/8/2021 CONTRACT TIME: 1,340 Q WD QQ CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. _ 27. 13. 28. 14. 29. 15. 30. 31. SAT, SUN, RAIN, TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS & TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS 1331 1331 PERIOD TOTALS TO DATE 1331 1331 *REMARKS: All major work has been installed. Sewer final 8/15/2024, days charged 1012 days. Additional extra work per change order complete. / 1 7/16/25�l � TRACTOR DATE CTOR DBE ENGINEERING DEPARTMENT The City of Fort Worth • 200 Texas Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORTWORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Sycamore Creek Sanitary sewer Relief Interceptor Phase 3 PROJECT NUMBER: 102069 DOE NUMBER: PIPE LAID SIZE TYPE OF PIPE HOBAS OPEN CUT 66 FRP SN 46 HOBAS OPEN CUT 60 FRP SN 46 HOBAS OPEN CUT 48 FRP SN 46 OTHER THAN OPEN CUT 66 FRP SN 46 OTHER THAN OPEN CUT 45 FRP SN 46 OPEN CUT / CLSM 45 FRP SN 46 OPEN CUT / CONC ENCASEMET 45 FRP SN 46 OPEN CUT / CONC ENCASEMEN 42 FRP SN 46 FIRE HYDRANTS: VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE CONCRET 16 CONCRET DENSITIES: NEW SERVICES: yes PIPE LAID SIZE OPEN CUT / CLSM 27 OPEN CUT / CONC ENCASEMET 27 OPEN CUT 15 OPEN CUT 8 PIPE ABANDONED DENSITIES: NEW SERVICES: SIZE SEWER TYPE OF PIPE FRP SN 46 FRP SN 46 FRP SN 46 SDR -26 PVC TYPE OF PIPE PASSED WATER ENGINEERING & FISCAL SERVICES The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 LF LF LF LF 4 827 3359 1015 244 598 186 128 130 750 275 258 91 491 FORTWORTH Capital Projects Delivery, Water Department CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Name of Contractor Thalle Construction Co Inc Water Engineering Inspector Carmen Drake CPN Number Project Dt(/lcu/ty 102069 O Simple Q Routine QQ Complex Initial Contract Amount $9,687,177.00 II) PERFORMANCE EVALUATION REV: 09/20/24 Date: 1 15-Jul-25 Project Name Sycamore Creek Sanitary Sewer Relief Interceptor Phase 3 Project Manager Bijay Upreti Type of Contract ❑ Water ❑✓ Waste Water ❑ Storm brainage ❑ Pavement Final Contract Amount $9,670,596.58 0 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT RATING I ELEMENT (0 - 4) INSPECTION EVALUATION 1 Availability of Inspector 12 Knowledge of Inspector 13 Accuracy of Measured Quantities 4 Display Of Professionalism 5 Citizen Complaint Resolution 6 Performance - Setting up Valve Crews, Labs ADMINISTRATION I Change Order Processing Time 12 Tirnliness of Contractor Payments 13 Bid Opening to Pre -Con Meeting Timeframe III) COMMENTS & SIGNATURES COMMENTS Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS PLANS & SPECIFICATIONS 3 1 Accuracy of Plans to Existing Conditions 4 2 Clarity & Sufficiency of Details 4 3 Applicability of Specifications 4 4 Accuracy of Plan Quantities 4 PROJECT MANAGER EVALUATION 4 1 Knowledge And/Or Problem Resolution 12 Availability of Project Manager 3 13 Communication 4 14 Resolution of Utility Conflicts 4 1 Capital Projects Delivery, Water Department The City of Fort Worth • 200 Texas Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 4 4 4 4 4 RATING (0 - 4) FORTWORTHREV: 09/20/24 Capital Projects Delivery, Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR & PROJECT DATA Name of Contractor Project Name Thalle Construction Co Inc Sycamore Creek Sanitary Sewer Relief Interceptor Phase 3 Water Engineering Inspector CPN Number Carmen Drake 102069 Water Engineering Inspector Project Manager ❑ Water F/I Waste Water ❑ Storm Dralnage ❑ Pavement Bijay Upreti 1 Initial Contract Amount Project Difficulty 0 Simple 0 Routine Q Complex $9,687,177.00 Contract Amount Date 1Final $9,670,596.58 7/ 15/2025 II) PERFORMANCE EVALUATION 10 - Inadequate I - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT I WEIGHT (x) APPLICABLE (Y / N) IRATING (0 - 4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 12 Public Notifications 5 Y 4 20 20 13 Plans on Site 5 Y 4 20 20 14 Field Supervision 15 Y 4 60 60 15 Work Performed 15 Y 4 60 60 16 Finished Product 15 Y 4 60 60 Job Site Safety 15 Y 4 60 60 17 8 Traffic Control Maintenance f 5 Y 4 20 20 19 Daily Clean Up t 10 Y 4 20 20 110 Citizen's Complaint Resolution I 5 Y 4 20 18 III Property Restoration 5 Y 4 20 20 After Hours Response I 5 Y 4 ( 20 20 112 13 Project Completion 5 Y j 4 ` 20 20 TOTAL ELEMENT SCORE (A) BONUS POINTS (25 Maximum) (B) TOTAL SCORE (TS) 428 III) CONTRACTOR'S RATING Maximum Score (MS) = 448 or sum of applicable element score maximurns which = 428 Rating ( [TS / MS] * 100%) 428 / 428 = 100% Performance Category Excellent <20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >M% = Excellent Inspector's Comments (INCLUDING EXPLANATION OR BONUS POINTS AWARDED) Signature Inspector Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Projects Delivery, Water Department The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 Bond No. K40265922 Federal Insurance Company Bond No. 015212906 Liberty Mutual Insurance Company CONSENT OF SURETY OWNER �J TO FINAL PAYMENT ARCHITECT _ AM Document G707 CONTRACTOR _ SURETY ✓ (Instructions on reverse side) OTHER TO OWNER: ARCHITECT'S PROJECT NO.: (Neaue rind rrdrhtov) City of Fort Worth 200 Texas Street CONTRACT FOR: Fort Worth, TX 76102 Sycamore Creek Relief Interceptor- Phase 111, City Project No. - 02200. PROJECT: CONTRACT DATED: April 20, 2021 (Nance crud addrev) Sycamore Creek Relief Interceptor - Phase III, City Project No. - 02200. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert nacre and ae1r►rew ojSunrt)) Federal Insurance Company Liberty Mutual Insurance Company 202E Hall's Mill Road 175 Berkeley Street Whitehouse Station, NJ 08889 Boston, MA 02116 , SURETY, on bond of (Gaserr luone and rrrlrGrc; ojContracfor) Thalle Construction Co., Inc. 900 NC Highway 86 North Hillsborough, NC 27278 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Irrser7 crone our/ rrddrexr r f Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 as set forth in said Surety's bond. IN WITNFSS WHEREOF, the Surety has hereunto set its hand on this bate: June 30, 2025 (Insert In reritlnq fix nrauGjollorred hrlGe nunrerlc Ante anr! r'ema Attest: (Steal): William A Dr , r. , Witness as to Surety Liberty Mutual Insurance Company Federal Insurance Company (Sulv(19 - �(J'IM Mot'rJ'rr nl Azar!mp s •u rrlGe) J J Jaclyn ffey (Pdnlednaaneemddde) Attorney -in -Fact , OWNF,R, I I CAUTION: You should sign an original AIA document that has this caution printed In red. An original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT G707 • CONSF.N7'OF SURFIY'I'O FINK. PAY,%IFM' • Ir)94 EDITION • 'AIA t,)1994 • THFAMERICAN IN.."TUTF.OFARCHITFCTS, 1735 NFVVYORKAVFNCI:, NW Wr15H- INGTON. D.C. 20006-5292 • WARNING: Unlicensed photocopying violates U.S. copy- right laws and will subject the violator to legal prosecution. G707-1994 AFFIDAV1'.' Ei111 LS PAID STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JOHNSON § Personally, before me the undersigned authority, on this day appeared JASON ESPARZA, who being duly sworn on oath, says that he is a representative ofT;IAI.LF. CONSTRUCTION CO., INC. and that the contract for the construction of the project, designated as: 21-360 Sycamore Creek Interceptor Improvements,, Ph03b 3t City Project No. 102069 has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery, labor, and equipment used in connection with the construction of this project have been fully paid through the month of JUNE 2025. . Signature Area Manager Sworn to and subscribed before me this, the 30T" day of June 2025. Dine J Wlloon My Co6190�2020 xplree Notary ID 10818348 Title _f U _ Not�Pubrici JOHNSON County, Texas __ _ACKNOWLEDGEMENTOF_S-URELY COMPANY STATE OF New Jersev COUNTY OF Morris ON THE 30th DAY OF June, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance COmpanv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public Sandy S. James-Browno Notary Public State of New Jersey My commission expires September 19, 2026 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris ON THE 301h DAY OF June, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE, Notary Public-J Sandy S. James-Browno Notary Public State of New Jersey My commission expires September 19, 2026 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS SlatutoryBasis Dacomber 31, 2024 (In thousands) ASSETS Cash, Cash Equivalents, and ST Investments $ United States Government, State and Municipal Bonds Other Bonds Stocks Other Invested Assets TOTAL INVESTMENTS Investments in Affiliates. Great Northern Ins. Co. Vigilant Ins. Co. Chubb National Ins. Co. Chubb Indemnity Ins. Co. Chubb Ins. Co. of Now Jersey Chubb Lloyds Ins. Co. of Texas Other Affiliates Premiums Receivable Other Assets (355,746) 3,847,216 9,063,626 361,504 1,562,503 14,479,183 444,946 392,348 204,009 185,760 41,623 6,140 71,980 2,574.791 3,039.474 TOTAL ADMITTED ASSETS $ 21,440,244 LIABILITIES AND SURPLUS TO POLICYHOLDERS Outstanding Losses and Loss Expenses Reinsurance Payable on Losses and Expenses Unearned Premiums Ceded Reinsurance Premiums Payable Other Liabilities TOTAL LIABILITIES Capital Stock Paid -In Surplus Unassigned Funds SURPLUS TO POLICYHOLDERS TOTAL LIABILITIES AND SURPLUS $10,612,093 1,730,604 3,117,855 417,703 583,379 16,461.834 20.980 2,711,474 2,245.956 4,978,410 $ 21,440,244 Investments are valued in accordance wish requirements of the National Association of Insurance Commissioners. At December 31, 2024, Investments with a carrying value of $569,829,993 were deposited with government authorities as requ red by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Tayfor, being duly sworn, says that he is Senior Vice President of Federal insurance Company and that to the best of his knowledge and belief the forego- . Is a true and correct statement of the said Company's fnancial condition as of the 31 st day of December, 2024. Sw rn barer IN Al- C_.►— 2-0 - ZU Zf LZL� , e rZ� My 6 1 one irea Commonwealth 6 Penrsylvania - Notary Seal Diane W ighl, Notary Public Philadelphia County A4y comnllssion expires August 8, 2027 Commission number 1235746 Member, Pennsylvania Association of Notaries Liberty mutum. LIBERTY MUTUAL INSURANCE COMPANY --SURETY- FINANCIAL STATEMENT — DECEMBER 31, 2024 Assets Liabilities Cash and Bank Deposits................................$4,608,826,756.00 Unearned Premiums...................................... $9,890,896,878.00 *Bonds — U.S Government.............................$4,281,375,446.74 Reserve for Claims and Claims Expense..... $29,467,071,865.00 *Other Bonds................................................$21,566,489,527.26 Funds Held Under Reinsurance Treaties.......... $341,948,172.00 *Stocks.........................................................$15,589,644,012.00 Reserve for Dividends to Policyholders ................... $954,025.00 Real Estate..........................................................$86,497,925.00 Additional Statutory Reserve ............................ $150,547,865.00 Agents' Balances or Uncollected Premiums ... $7,512,975,129.00 Reserve for Commissions, Taxes and Other Liabilities .............................................. $5.049,906,410.00 Accrued Interest and Rents...............................$225,249,712.00 Total .............................................. $47,104,416,171.00 Other Admitted Assets .................................. $19,367,663,200.00 Total Admitted Assets.................$74,539,483,661.00 Special Surplus Funds ...................................... $174,153,086.00 Capital Stock ....................................................... $10,000,076.00 Paid in Surplus ............................................. $13,209,595,772.00 Unassigned Surplus ..................................... $13,415,980,561.00 Surplus to Policyholders .............................. $27,435,067,490.00 Total Liabilities and Surplus....... $74,539,483,661.00 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2024, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2025. t14SUR �J 40",V, 1912 30 Timothy A. Mikolajewski, Assistant Secretary d� SsgcHuse da 0/7 * LN1$-1262,10,11C CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know -All byThese-PresenWtharFEDERAL INSURANCLrCOMPANY aMridtana co-rWattoWVIGIIANTINSURANCE-COMPANYa N WYorlt corporation, PACIFIC INDEMNITY-- - COMPANY, a Delaware corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Ryan Gray, Marisol Mojica, Andreah Moran, Krystal L. Stravato, Jaclyn Malley and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert and Mariya Leonidov of Jericho, New York; Neil C. Donovan and Gerard Leib of Berwyn, Pennsylvania ------------------ 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 as suretythereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (otter 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 of any Instrument referred to in said bonds or obligations, In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 7th day of October, 2024. RupercHD Sivinde11s.AssistantSecr*tart, 1�) w STATE OF NEW JERSEY County of Hunterdon ss, Warren Elchhorn, Vice PreAdoit On this 7te day of October, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Elchhorn, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC IN DEMNITY COMPANY, WESTCHESTER FiRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Elchhorn, being by me duly sworn, severally a» d each for lhlmself did depose and say that they are Assistant Secretary and Vice Presldent, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know 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 Bald Companies; and that their signatures as such officers were duly affixed and subscribed by like authority, Notarial Seal t cgyr Albert Contursi 6 NOTARYPUBUICOF NEVVJERSEY tt'T e} No 50202369 y ^uattc commission Expires August 22,2627 �uJER� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the follotwing authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognlzances, contracts and other written commitments of the Company entered into In the ordinary course of business (each a "Written Commitment']: (1) Each of the Chairman, the President and the Vice Presidents of the Companyls hereby authorized to execute any Written CommitmentforandonbehalfoftheCompany, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-bctofthe Company is hereby authorized to execute any Written Commitment for and an behalfofthe Company, tinder the seal ofthe Company or otherwise, to the extent that such action is authorized by the grant of powers provided for In such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfofthe Company, to appoint in writing any person the attorney -in. fact of the Company with full power and authority to execute, for and on behalfofthe Company, under the seal ofthe Company or otherwise, such Written Commitments oftheCompany as may be specified In such written appointment, which specifiaton 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, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the Company the authodtytoexecute, forandonbehaif of the Company, under the Company's seal or otherwise, such Written Commitments oftheCompany asarespecifiedInsuchwritten delegation, which specifintion may be by general type or class of Written Commitments or byspecification ofoneormore particular Written Commitments, (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of oincers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise or any such power or authority otherwise validly granted or vested." I, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and fit full force and effect, (11) the foregoing Power ofAttorney Is true, correct and In full force and effect Given tinder my hand and seals of said Companies at Whitehouse Station, NJ, this June 30, 2025 Rupert HD Swindells, Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THiS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Teleohone(9081903.3493 Fax(9001903.3656 a -mall: surety@chubb,com Combined: FED-VIG-PI-WFIC-AAIC (rev, 11-19) Liberty Mutual. SURETY POWER OF ATTORNEY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8213270.985316 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Ryan Gray: Jaclyn Maffey: Michael Nfarino: N(arisol Mojica; Andreah Moran: Kn stal L. Stravato; Kevin T. Walsh, Jr. all of the city of Witippatty stale of NJ each individually if there be more than one named, its true and lawful attorney -in -tact to make, execute, seal, acknowledge and deliver, for and on its behalf as surely and as its act and deed, any and all undertakings, bonds, recognizances and other surely obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of March 1 2025 . Liberty Mutual Insurance Company P� INSu P'11 INS& X% WSURQ The Ohio Casually Insurance Company tiJ 4�AP0�F .ct hJ GORPo�f�2 �VpcoVkPo.% 10 West American Insurance Company J3 oco Ve? o � �3 otn 1912 0 0 1919 1991 - / rn Y; �y y Z ?m 0 4/ y E cHus �aa O�yygMPS�` aa� a INDIAN� as B a) U Nathan J. Zangerle, Assistant Secretary State of PENNSYLVANIA E at County of MONTGOMERY ss o E .0 S On this 4th day of March 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 0 is Company, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes 'Iff aali > [herein contained by signing on behalf of the corporations by himself as a duly authorized officer. > — IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q Q aa) P PASTa 0 O L Q�ytitvF F! CommonweallhofPennsylvania-NotarySeal �S Teresa Poslelle, Notary Public >— �-' u Cr y 9 MonlifomeryCounty O •�-My commission expires March 28. 2029 B O N C a�v Co�nmis ilnumber112M4 Y• �. of+ 2 'wOf �G Atember,Penns maAssolatonofNotaries Teresa Pastella, Notary Public o ��RY PU�� O to This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual 3 � E•E Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ti M ARTICLE IV —OFFICERS: Section 12. Powerof Attorney. z `4 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the o _a CD President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surely o co any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of atlomey, shall -a100 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o m Zo instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or allorney-in-fact under the m provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. O.T LL. n. ARTICLE All - Execution of Contracts: Section 5. Surely Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full pourer to bind the Company by [heir signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attornry of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, ! have hereunto set my hand and affixed the seals of said Companies this 30th day of June 2025 .. Pv INSU, �-V INSU 0 INsUR j�GORPOlrgr�'Y`T�26p0.PON'Q9y� S' =ooaPo2�rFyo >UJ a1Fii2rg0 0_s1919�o a 199100 ~rid sBgCHUS By y0 NgMPs� dad YS �NDIAS da3 Renee C. Llewellyn, Assistant Secretary LNIS-12873 URIC OCIC wwAIC Multi Co 0212A CSC No. 55915-CO2 FORT RT WORTH City of Fort Worth Change Order Request Project Name:1 Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 City Sec No.: 1 55915 Project No.(s):1 56019/0600430/0700430/5740010 1 DOE No. I N/A City Proj. No.:1 102069 . 66-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek sewer Interceptor totaling Project Description: approximately 7,800 linear feet. Contractor:I Thalia Construction Company, Inc. Change Order II 2 Date 4/7/2025 City Project Mgr.1 Bijay Upreli City Inspector: Carmen Drake Phone Number: 817-392-8909 Phone Number: (682) 432-5486 Dept, Water Unit 1 Sewer Unit 2 Totals Contract Time(Calendar days) Original Contract Amount $253,350.00 $9,433,827.00 $9,687,177.00 540 Extras to Dale $0,00 $0.00 $0.00 Credits to Dale $0.00 $12,582.75 $12,582.75 Pending Change Orders (In M&C Process) Contract Cost to Date $253,360.00 $9,421,244.25 $9,674,594.25 540 Amount of Change Order $0.00 �$3,997,67-$3,997.67 800 Revised Contract Amount $263,350.00 $9,417,246.68 $9,670,596,58 1,340 Original Funds Available for Change Orders $75,731.00 $174,772.00 $250,503.00 Remaining Funds Available for this CO $75,731.00 $174,772.00 $250,503.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT -0,17% MAX ALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) $12,108,971.25 JUSTIFICATION (REASONS) FOR CHAWHOMER Change Order No. 2 provides for the installation of a 8-inch sanitary sewer collector main on Duval Street that will provide sewer service to residents on the west side of the road in order to avoid direct connection of the services into a newly constructed 48-inch sanitary sewer main. Direct of sanitary sewer service lines to large sanitary sewer transmission main are prohibited. Staff recommends an additional 800 calendar days on the project for the time it took to resolve all issues pertaining to the collector main and to come to terms with the contractor for the cost of the additional improvements. The project will be closed out once the extra work is completed. 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. / .1ompasuarniMl rI CaVraq _ I r,�ile / Date Thalia Construction company, Inc. Chase Randall 17 %� �—] p?clot F Assistant Director (Water Dept) C6u^csfnvs�ief- H�r7e1- e s`i°s�an(i�y Attorney 7M&C Number N/A Project Ma Dale rlmu uro(elll Date Cone rf1 lion, Supervisor (Water Dept) Daale 04/14/202,_ 'Date Asslsiianl City Manager Date 04/16/202q 04/20/20251 Council Action (If Required) M&C Date Approved NIA FORT W012-F" City of Fort Worth —_" Change Order Additions Project Name Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 City Sec No.: 1 55915 Project No.(s): 56019/0600430/0700430/5740010 1 DOE No.1 N/A City Proj. No.: l 102069 Project 66-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek sewer interceptor totaling Description approximately 7,800 linear feet. Contractor Thalle Construction Company, Inc. City Project Mgr. Bijay Upreti 11 EM UESGIRIPI IUN Installation of ti-Incn sewer collector main ano reiateo appurtanances: 8-inch Sewer (310 LF) 6-inch Sewer (85 LF) Sewer Service Cleanout (4 EA) 76 Remove Manhole (2 EA) Plug and Abandon Sewer (2 EA) Vacuum Test Manhole (5 EA) Post TV (395 LF) Connect to Existing Manhole (2 EA) 4ft Manhole (4 EA) 4ft DrOD Manhole (1 EA) I Change Order: 0 Dalel 4/7/2025 City Inspector I Carmen Drake ADDITIONS DEPT Qty Unit Unit Cost Total Sewer Unit 2 1.00 LS $182,082.33 $182,082.33 Water Jnit 1 Sewer Unit 2 $182,082.33 Page 2 of 4 Additions Sub Total $182,082.33 FO RT WO RT H City of Fort Worth Change Order Deletions Project Name Sycamore Creek Sanitary Sewer Relief Interceptor, Phase 3 City Sec No.: 55915 Project No.(s): 56019/0600430/0700430/5740010 1 DOE No. I N/A City Proj. No.: 102069 Project Description I 66-inch parallel relief sanitary sewer interceptor along the existing Sycamore Creek sewer interceptor totaling approximately 7,800 linear feet. Contractor I Thalle Construction Company, Inc. I Change Order: 2 Date I 4/7/2025 City Project Mgr. Bijay Upreti City Inspector: I Carmen Drake DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 36 Remove and Replace Gaurdrail Sewer Unit 2 80.00 LF $15.00 $1,200.00 65 Irrigation Replacement and Repair Allowance Sewer Unit 2 1.00 LS $15,000.00 $15,000.00 67 Pre -CCTV Inspection Sewer Unit 2 700.00 LF $1.40 $980.00 71 Cement Stabilized Sand Backlill Sewer Unit 2 70.00 CY $150.00 $10,500.00 72 Flowable Fill Embedment Sewer Unit 2 80.00 TN $105.00 $8,400.00 73 Construction Allowance Sewer Unit 2 1.00 LS $150,000.00 $150,000.00 Water Unit 1 Sewer Unit 2 $186,080.00 Page 3 of 4 Deletions Sub Total $186,080.00 MIWBE Breakdown for this Change Order MWBE Sub Type ,of Service Amount for this CO Total Previous Change Orders co# DATE AMOUNT Total $0:00; Page 4 of 4 CONTRACT MODIFICATION PROPOSAL ISSUING OFFICE PROPOSAL BY Sycamore Creek Relief Interceptor CPN 102069 THArLLE City of Fort Worth LAN, Inc. CONSTRl1CTION COMPANY 10110 E FM 917 Alvarado, TX 76009 Project: Sycamore Creek Relief Interceptor - Phase 3 CoFW CPN: 102069 Reference: RFI-015 Existing 4" Wastewater Line - Field Order 0 Small Diameter Sewer Services on Duval Street Date: October 6, 2023 Description of Worlr: Attached is Thalia's cost proposal for the work required as outlined In Field Ordert/2 Small Diameter Sewer Services on Duval Street received on 1/5/2024. CONTRACTOR'S PROPOSAL DESCRIPTION AMOUNT Direct Costs Labor $ 6,736.70 Material $ - Equipment $ 3,289.88 Subcontractor Costs $ 159.500.00 Total Direct Costs $ 169,526.68 Overhead & Profit for Labor, Material, & Equipment 15.00% $ 1,010.51 Contractor's Fee for Subcontractor 5.00% $ 7,975.00 Subtotal $ 178,512.09 Bond 2.00% $ 3,570.24 Subtotal $ 182,082.33 Cost of Change $ 182,082.33 Calendar Days Time Extension Required 0 Contractor's Certification: I certify this estimate is made is good faith, and the supporting documentation Is accurate and complete to the hest of my knowledged and belief. This proposal Is based solely on the usual cost elements such as labor, material, and normal markups and does not Include any potential amounts for changes in the sequence of work, disruptions, and/or impact costs, and the right Is expressly reserved to make claim for these related Items of cost prior to final settlement of this contract. 4/2l2025 Chase andall Date Project Manager SCHEDULE OF VALUES PRO)ECTr Start: End: Change i THAtL6 Sycamore Creek Wit lntmeplor. Ph. so 3l Order 0.00 �.,. Field Order g2. Snell Dlameler Seweritmice s an DuwI Street I A D C U I E F 1 D Item Pdclna SOuclure NUrk (�npleled Spea lla Descdptan of\Wrk Flom Pras?ouf Nurneer Scheduled Votue Unit PY.ce UOId Total0aanlAy Aydi<aUon This Pedod To Dala I Small Olameler Sevier SerAces on Duval Street• F092 3 102.002.33 S 102.002.73 GC_S 1.00 I I 1 I 1 Grand Tolals 3 182.002.33 II 1 Tol I cost Percent From PrWaus Total Coctlhls Complelo ApyEwUon Pedod Ott S To Data MMMA rnd!wlRA.l.IIIId OId.,.1•3-401.m.1. I S(yYA�r,3.."!<.�l1- 0� 1Slr<al ay�r�t,,.,Ymmlil •�yyL.bb.,EI,4pmi°t . . . . . .Tau.rWn iw lv.. 4.. . . 1 ) I ] 71 /�7'li '��'�' a I . I f ITw1 ItwMI—I � M1, IonM.dl Ael°Ilo I [fly, i� 1'�' — °_ P1� uJJrpp{{''11iia. _ _ _ lap wi NII IM. luwo iJaVi. , (lx anicw tail I��t1i 13)YIIUrLnac• ,tl]i 11 �A NI I• fa,�11A11 �. Itwn �:81,1� ! l7� ea 11y rug �o!", Ilp. urvu � ry,uY,W W. °n,it. fnilU,I In 1l�I,A�1 I l� nx IJ.M)I :us.uw, rwl al° 1 p, Ali R & D Burns Brothers Construction Inc. P.O. Box 786: Burleson, Texas 76097 Phone (817) 447-0292; Fax (817)447-0207 January 21, 2025 Job Name: Sycamore Creek Relief Interceptor Phase 3 Fort Worth Item Description quantity Unit Unit Bid Total Bid 1 8" Sewer SDR 26 310.00 LF 165,00 51150.001 2 6" Sewer SDR 26 85.00 LF 150.00 127%00l 3 Sewer Service Cleanout 4.00 EA 1000.00 4000.00 4 Remove Manhole 2.00 EA 1000.00 2000.00 5 Plug and Abandon Sewer 2.00 EA 3500.00 7000.00 6 Vacuum Test Manhole 6.00 EA 450.00 2250.00 7 Post TV 395.00 LF 10.00 3950.00 8 Connect to Existing Manhole 2.00 EA 2000.00 4000.00 9 4' Manhole 4.00 EA 9500.00 38000.00 10 4' Drop Manhole 1.00 EA 12000.00 12000.00 Additional Items if needed Manhole Collars 5.00 EA 1200.00 6000.001 1 $ 143,100.00 TOTAL BID Inclusions Labor & Equipment, Clean-up, Insurance, and Installation Exclusions: 1. All engineering, permits and inspection fees, erosion control (SWPPP) and related appurtenances, bonds, barricades, franchise utility adjustment, hydro mulch, sodding port a johns, power pole bracing or removal, and traffic control and permit. 2. Excludes any concrete or asphalt paving repair. Lawockwood, Andrews Newnam, Inc. l,. A UALY COMPANY FIELD ORDER NO. 2 Project: Sycamore Creek Relief Interceptor Phase 3 Contract For: City of Fort Worth, Texas Water Department Subject of Field Order: Small Diameter Sewer Services on Duval Street Description (List attachments, if any): Date 01/05/2024 Project No.: 130-10877-000 Contract Date: 11/08/2021 Due to the discovery of an existing small diameter sewer service line that was not originally proposed to be connected to the new interceptor, there needs to be sanitary sewer lateral relocations to collect sanitary sewer services and replace existing VCP lines under the proposed improved street. The attached sheets include plan and profile changes, and a city detail for connecting sanitary sewer services, The attached pdf is titled "Fiel(l_Or(lei-#2-DuvalServices-Revisions,p(ir,. The Conowelor is hereby directed cis sel forth below. These instructions are issued pursuant to the General Pi-ovisions in the Contract Doaunents. 11 is the Engineer's opinion that this FIELD ORDER does not alter the Contracl Price or the Contract T nne. The Contractor in list noliif r the Engineer immeclicrlely cind regnest a change muter if the Conlrcrelor does not agree with the Engineer's opinion. Recommended By: Lockwood. Andrews & Newnam. Inc. Engineer Greg Vaughn �'` 01/05/2024 Representative Dale Accepted By: Contractor Approved By: Representative Dale owacr Representative (Sign, Keep Original Copy and Rclurn All others. See I leading for Rcturn Address.) Date 1320 South University Drive, Suite 450 • fort Worth, Texas 76107 • 817.820.0420 • fax: 817.820,0441 • wwWan-Inc.com P:\130\I30-I0877-DDU\4-0-vlodu tloA-1,b[tl,9\4-1-UII-CAD\Cir.l\Snrfll\Lx0-1DU7/ - WVPP - DWAL69 12-28-2023 Y.rD111rlh u r. I r�nDlrA.Y wu S1tN rtnune'wlttn.N/va IFQ'll lr.�lfllx'1/•'IN � � [tnitn<'nlfl•UJI .A ' ua •sa•- I ICIDIrFaI M1IM1rnro rr.w11 � `/mo•N�•lnrl ,r sl }Ina, nl wl C !1.°.N}v nt rorE u urrDr�. Z .Anlal.1/,°u n lAnnnu•uls, M1` nMlrr nlu,mc.rlEm eiiniur.nlmnU•rsu- C nc= - uuNrA sr,nnl.[o am—ma1,f3_(It�� yg t• �4•pp• �1IAr•JS )1111`I rl f-3�i. llll — unlrp�llV•Ulll�• q ,l3�CDYfr S'IIIt AIII LLY [Mt[Gl�frinlrA ll'.Y U ll flt'nI YIMI•f1I }•F Gr Il cnYll vltl•Urli '• � hY <IDI[F r P�nu.wll nnDlrnn n °,ou aoumlo �n• vr�In• tFnvlirtLt:cc— �� n A; 6 1 C NlII ( CCAtr.: �I t1 D.11 AIPI i � L I� ; I ino�i Irr vmlr cmr /gg I M1 I•N. }r �R H I urot�rouu+or Iry nI Nlaw u. u,sJ [FMIF US16nrntlC'E NI v �nftrr rttte�-w � Uuro� rroNlrrD ory C, [ • � YYY WM11 ••n!i/llni R,OE rrxxg L NIN �� I�' � Iftffn Y[3rUElyGY fl9J G fuu • / �_ � U� �Rt r .uu1 f$� p fuu runmw nn tssu / - --.i v A•Il '"Y 6 svN � I . I I • '-I��.ATi��riTi�'� G�� n lnGl.Yl 1•IlI3} m., •N•lllEl Q M1If.YHNl .11l•JV II I ( CM1NIt�r°II1W i11lnl I na roi raDN+rrpory �4- Et•rAl�•crrA•rm..nEEr � inrJ � I IIUM1I Y[t I/AIS�"I ) Vd 5 I 4mi. �f I 1 - U/N -- -I-.L wu m A N,J, I w I Nl El tflN I I I ��F Nlll ,tt•,r � n.nolw Iv/•u/ Y 'u��la.1r`�r%w un r/•a°N �m DNSIFD rD n• ��./1 I Of MIVI.'IIMEA L9 0.'• .. Uastme u,�a+w q -6 — �• O m y 0 xfi wdF 6 � a SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 3 °a �o �I a� I C• � 1. i X � 1 1 i H M jig X•26731 — 12 -•� CITY OF FORT WORTH 10 iPPE AND FITTINGS MUST BE SDR-26 PVC OR 6 I RIGHT-OF-WAY I STD. CLEANOUT W/CAST DUCTILEIRON WITH CERAMIC EPDXY LINING AS LINE IRON OR POLYETHYLENE INDICATED IN THE DRAWINGS. u U q 3 CAP Z PROVIDE RUBBER SLE'EE COUPLINGS WITH <0<74" ,O BARS 4' CONCRETE ! STAINLESS STEEL DOUBLE -BAND REPAIR SLEEVES .Q• COLLAR COLD JOINT TO CONNECT TO EXISTING SERVICE. TIGHTEN y �REQUIRED SLEEVES TO THE TORQUE RECOMMENDED BY THE STANDARD MANUFACTURER r.� FR: r• CCO�I AR I I PARKWAY ;"/FL 3. CONCRETE ENCASEMENT PER SECTION 03 30 00. � I AN vIFV f�'��•'♦ :. ;}{ -- . _ 4, SEWER SERVICE SHALL INCLUDE ALL •.- -•-• •---J} APPURTENANCES FROM SEWER MAIN UP TO AND FOR NEW ACCEPTABLE '-7 INCLUDING RUBBER SLEEVE COUPLING OR PLUG. DEVFIOPMEN T, CAP -' 9ACKFILL PER •: 5. THE LONG DIMENSION OF THE CONCRETE RISER 1' BELOW -_ SECTION 33 OS 10 :• •.•�• p, CLEANOUT COLLAR SHOULD BE PARALLEL TO THE GRADE (CAST IRON). - STREET. MARK W/RED VINYL '.•CONCRETE ENCASEMENT'.".'.'.-.'.'..'... TAPE 3- WIDE & 6" '- PER SECTION 03 30 00 '- '-'-'- SEAR SERVICE MATERIAL ABOVE GROUND ' ' ' ' - ' ' - ' ' . AS INDICATED IN RUBBER. SLEEVE COUPLING _ t -- . EXTEND CONCRETc�• DRAWINGS, SLOPE VARIES. REQUIRED IF EXISTING • - -: ENCASEMENT 6- MIN. SERVICE IS PRESENT. -.'6�. yyl�'--•- - •- FROM BOTH ENDS OF OTHERVn PLUG END. : -- ' . r. 2-VlAY CLAN OUT Tc .'.'.'.'.'.'.'.'. CLEANOUT TEE : '�- -• 6" MIN. ♦ .�' • ' �._..._- _ _ ��.. EXIST, OR PROP. SEWER SVC MIN. 6" MIN. c STAINLESS ST-L OLTS " STAINLESS STEEL rPOLETHYLENE 1.5E BOLTS t.5" CAST IRON r I r t O-RING -�O-RING r POLYETHYLENE CAST IRON 7.5- I 7.5' PIPE BELL OR RUBBER SLEEVE J— COUPLING PVC PVC OR DIP PVC FACT IR, f:J ANf'111T W/S. C. FOR PAVED AREAS PVf Qc A j'IR CT W S.C 4f]ITC TEE �v v CRUSHED ROCK o EMBEDMENT PER SECTION 33 05 10 ' c eC o POLYETHYLENE CAST IRON CLEAN NOUTCLEANOUT W'/LID AND W/UD AND CONCRETEa' CONCRETE COLLAR I COLLAR MUST BE '^ O MUST BE COMPLETELY COMPLETELY INSIDE OUTSIDE OF SIDEWALK DRIVEWAY SIDEWALK RICHT-OF-WA UN—� ��— RIGHT-OF-WAY LINE L�+J I SIDc}YAUC SID+LK APPROACH '\ CURB !t CURB & APPROACH \\�/ GUTTER GUTTER STREET STREET C (i<(T I fl(:ATION WHiN �GN�-0 AT I QCATON R N ORIVFW y%1•j / r[iAOF IG g WORM CITY OF FORT WORTH, TEXAS REVISED 09-16-ZM SANITARY SEWER SERVICE 33 31 50—D214 n N X CONTAC7lNFORA(AT(ON netor:w� wuasrocrnrtsaucr+c.rwrrart.c.uoero r wr.c.rs.a.�Ac..roa iP:r.wnwrucvr+m e.arve __ ,.r.osnrc+ msc.. am.wsucrs _-,sc�. rr.riacr �..-av x rev.o.r _a..ro cues. re..e'u...new; rnor .0 mrc+r.amc +�a�rc .arw wrn vmm�.vr+aer-u.a...orc C RON5 U CmfaGlEcrNo. rsDts C m7ERfRQRPRE`TNaseii WATEO.ERNO. CRY OF FORT WORTH, TEXAS w WATER DEPARTMENT Ed SYCAMORE CREEX FEf1EF INTcRCE?70R rr PHASE3 W W CITY OF FORT WORTH SEWER STANDARD U DETAIL I�1��■ jjtN��s..�� �scur.w.-,rm•oec U `\ ■ JwY'��r.. frar.o+r9dLrc rcw mer � mncxm CCJ 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. Bijay Upretie_aoP.�.a�,,.az9o., Dale:.21. 11 11'.18 Signature Bijay Upreti, P.E. Name of Employee Sr. Professional Engineer Title ATTEST: Jannette S. Goodall City Secretary Water Construction Invoice City Secretary Contract Number: Purchase Order: Payment Application Date: 55915 FW060-0000035528 06.30.2025 Project: Invoice Number: Estimate Number: 102069-102069 - Sycamore Creek Sanitary Sewer Relief 55915-033+PAYAP-9 Interceptor Phase 3 Contract Name: Invoicing Period (From —To): Project Manager: 55915-102069 - Sycamore Creek Sewer- Phase 3 05.15.2025 to 06.30.2025 Upreti, Bijay To: Payment Approvals THALLE CONSTRUCTION COMPANY INC Roles Date: 900 NC HWY 86 NORTH Inspector. HILLSBOROUGH, NC 27278 1?4r. D=& 06.30.2025 Supplier ID: Sr. Inspector: 06.30.2025 0000039669 %�k �O�CKQ0f6 Project Manager: 06.30.2025 6604 ZL,Eneti Contract Summary: 1. Original Contract Amount $9,687,177.00 2. Net Change by Change Orders $- 16,580.42 3. Current Contract Amount (Line 1 +/- Line 2) $9,670,596.58 4. Total Completed and Stored to Date $9,576,719.58 (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) $ 478,835.99 6. Amount Eligible toDate (Line 4—Lines) $9,097,883.59 7. Less Previous Payments (Line 5 from prior Invoice) $9,038,089.53 8. Amount Due this Application $ 59,794.06 9. Balance to Finish, Plus Retainage $ 572,712.99 (Line 3 — Line 5) 10. Contract Time a. Days Awarded 540 b. Days Added by Change Order 0 c. Total Contract Days Awarded 540 d. Days Charged this Invoice 47 e. Days Charged from Previous Invoice(s) 1105 f. Contract Days Remaining -612 Contractors Certification: The Contractor certifies with the submittal ofthis document and associated Payment Request Submittal on the City of Fort Worth eBuilder 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 Liquidated Damages @ x day Page 1 of 9 Water Construction Invoice Funding Distribution: Funding Identification (FIDs) Amount Earned Retainage (FIDs) Retainage Amount to Pay 56002-0700430-5330500-102069-001430-9999 $ .00 Insert appropriate retainage FIDs Calc Manually Calc Manually U 56017-0700430-5330500-102069-001430-9999 $ .00 Insert appropriate retainage FIDs Calc Manually (Dx Calc Manually 56017-0700430-5740010-102069-001480-9999 $ .00 Insert appropriate retainage FIDs Calc Manually (D Calc Manually 0 56020-0600430-5740010-102069-001780-9999 $ 500.0O Insert appropriate retainage FIDs Cale Manually Q Calc Manually 56020-0700430-5330500-102069-001430-9999 $ .00 Insert appropriate retainage FIDs Calc Manually (D Calc Manually (J 56020-0700430-5740010-102069-001480-9999 $ 62,441.12 Insert appropriate retainage FIDs Calc Manually (D� Calc Manually Contract Bid Items: A B C D E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) Unit 66" FRP SN46 SANITARY SEWER 33 3113 LF 934 $ 430,00 $ 155,610.00 0.0000 $ .00 327.0000 $ 355,610.00 $ .00 $ 355,610.00 $ Co 100.00% $ .00 1.001 PIPE Unit 60" FRP SN46 SANITARY SEWER 33 3113 LP 3,431 $ 406.00 $1,392,986.00 0.0000 $ .00 3,359.0000 $1,363,754.00 S .00 $1,363,754.00 5 .00 97.901- $ 29,232.00 i.002 PIPE Unit 43" FRP SN46 SANITARY SEWER 33 5113 LF 1,075 $ 300.OD S 322,500.00 0.0000 5 .00 1,015.0000 $ 304,500.00 $ .00 5 304,500.00 $ .00 94.42% S 13,000.00 1.003 PIPE Unit 79.25" TUNNEL LINER PLATE & 33 05 21 LF 55 S 2,800.00 S 154,000.00 0,0000 $ .00 55.0000 S 154,000.00 $ .00 $ 154,000.00 $ .00 100,0096 $ .00 1.004 66" CARRIER PIPE BY OTHER THAN OPEN CUT Unit S5 25" TUNNEL LINER PLATE & S3 0521 LF 1£9 $ 2,900.00 $ 529,2D0.00 0,0000 $ .00 139.0000 $ 529,200.00 $ .00 5 529,200.00 $ .00 100.0095 $ .00 1.005 66" CARRIER PIPE BY OTHER THAN OPEN CUT Unit 65 25" TUNNEL LINER PLATE & ..3 3113, LF 573 S 2,200.00 $1,260,600.00 0.0000 $ .00 595.0000 $1,315,600.00 $ .00 $1,315,600.00 $ .00 10436% $- 55,000.00 1.006 4S" CARRIER PIPE BY OTHER CS 30 30 THAN OPEN CUT Unit 45" FRP SN46 SANITARY SEWER 33 31 13, LF 123 $ 370.00 S 47,360.00 0.0000 $ .00 123.0000 $ 47,360.00 $ .00 $ 47,360.00 $ .00 100.0031, $ .00 1,007 PIPE WITH CONCRETE 03 30 30 ENCASEMENT Page 2 of 9 A B C D E F G H I ) K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) Unit 45" FRP SN46 SANITARY SEWER 33 3113 LF 186 $ 435.00 $ 30,910.00 0.0000 $ .00 1£6.0000 $ 30,910.00 $ 00 S 80,910.00 $ .00 100,00°111 j CC 1.00E PIPE WITH CLSM BACKFILL Unit 42" FRP SN46 SANITARY SEWER 33 3113, LF 130 $ 345.00 $ 44,350,00 0.0000 $ .00 130 0000 $ 44,£50.00 $ .00 $ 44,350.00 $ .00 100,001/ $ .00 1,009 PIPE WITH CONCRETE 03 30 30 ENCASEMENT Unit 42" FRP SN46 SANITARY SEWER 33 3113 LF 93 5 470.00 S 43,710.00 0.0000 $ .00 93.0000 S 43,710.00 S .00 $ 43,710.00 $ .00 100.009; 5 00 1A10 PIPE WITH CLSM BACKFILL Unit 7" FRP SN46 SANITARY SEWER 33 3113, LF 258 $ 280.00 $ 72,240.00 0,0000 $ .00 253.0000 $ 72,240.00 $ .00 S 72,240.00 $ .00 100.001- $ .00 1.011 PIPE WITH CONCRETE 03 30 30 ENCASEMENT Unrt 27" FRP SN46 SANITARY SEWER 33 3113 LF 275 5 310.00 $ 35,250.00 0.0000 S .00 275.0000 $ 35,250.00 5 .00 S 85,250.00 $ .00 100.00111. "> .00 1.012 PIPE WITH CLSM BACKFILL Unit 15" SDR-26 PVC SANITARY 32 3120 LF 91 $ 80,00 5 7,230.00 0.0000 $ .00 91.0000 S 7,280.00 $ .00 $ 7,280.00 $ .00 100.009G S .00 1A13 SEWER PIPE Unit 3" SDR-26 PVC SANITARY 33 3120 LF 491 S 65.00 5 31,915.00 0.0000 $ .00 491.0000 $ 31,915.00 5 .00 S 01,915.00 $ .00 100.00% $ 00 1.014 SEWER PIPE Unit POLYMER CONCRETE - 33 39 22 LS 1 $ 400,000.00 5 400,000.00 0.0000 $ .00 1.0000 5 400,000.00 $ .00 $ 400,000.00 $ .00 100.001. $ .00 1.015 JUNCTION BOX 1 (INCL. BACKFILL, CLSM, STOP LOGS, ETC.) - Unit POLYMER CONCRETE - 33 39 22 LS 1 5 375,000.00 $ 375,000.00 0.0000 $ .00 1.0000 $ 375,000,00 $ .00 S 375,000.00 $ .00 100.009L S 00 1.016 JUNCTION BOX 2 (INCL BACKFILL, CLSM, STOP LOGS, ETC.) Unit POLYMER CONCRETE - 33 39 22 LS 1 $ 370,000.00 $ 370,000.00 0.0000 $ .00 1.0000 $ 370,000.00 $ .00 $ 370,000.00 $ .00 100.009L $ 00 1,017 JUNCTION BOX 3 (INCL BACKFILL, CLSM, STOP LOGS, ETC.) Unit POLYMER CONCRETE - 33 39 22 LS 1 5 345,000.00 $ 345,000.00 0.0000 $ .00 1.0000 $ 345,000.00 $ .00 S 345,000.00 S .00 100.00". $ .00 1,018 JUNCTION BOX (INCL. BACKFILL, CLSM, STOP LOGS, ETC) Unit POLYMER CONCRETE - 331 39 22 LS 1 $ 315,000.00 $ 315,000.00 0.0000 $ .00 1.0000 $ 215,000,00 $ .00 $ 315,000.00 $ .00 100.00% S .00 1.019 JUNCTION BOX 5 (INCL, BACKFILL, CLSM, STOP Page 3 of 9 A B C D E F G H I 1 K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) Period (not in F) LOGS, ETC) Unit POLYMER CONCRETE - SS 39 22 LS 1 5 355,000.00 $ 355,000.00 0.0000 $ .00 1.0000 S 335,000.00 $ .00 5 355,000.00 5 .00 10C.00% 5 .00 1.020 JUNCTION BOX 6 (INCL. BACKFILL, CLSM, STOP LOGS, ETC.) Unit JUNCTION STRUCTURE WATER 33 39 22 EA 6 5 4,000.00 $ 24,000.00 0.0000 5 .00 6.0000 $ 24,000.00 $ .00 $ 24,000.00 $ .00 100.00% 5 00 1.021 TESTING Un" CREEK RESTORATION (INCL 31 36 00 LS 1 $ 240,000.00 $ 240,000.00 0.0000 $ .00 1.0000 $ 210,000.00 $ .00 $ 240,000.00 $ .00 100.00% 5 .00 1.02.2 GABION BASKETS, CSS, BACKFILL, ETC.) - SHEET 22 Unit CREEK RESTORATION (INCL. 31 Sr 00 LS 1 $ 290,000.00 $ 290,000.00 0,0000 $ .00 1.0000 5 290,000.00 S .00 $ 290,000.00 $ .00 100.00% 5 .00 1.023 GABION BASKETS, CSS, BACKFILL, ETC.) -SHEET 27 Unit REMOVE 43-INCH SEWER LINE 024114 LF 170 $ 56.00 $ 9,520,00 0.0000 $ 00 170.0000 5 9,520.00 $ .00 $ 9,520.00 $ '00 100.009E $ .00 1.024 Unit ABANDON SANITARY SEWER 024114 EA 6 $ 2,300.00 $ 16,£00.00 0.0000 $ '00 6.0000 $ 16,800.00 $ .00 $ 16,300.00 5 .00 100.00". S '00 1.025 MANHOLE Unit REMOVE SANITARY SEWER 024114 EA 5 $ 1,500,00 $ 9,000.00 0.0000 $ .00 5.0000 S 9,000.00 $ .00 5 9,000.00 5 .00 100.009G 5 .00 1.026 MANHOLE Unit PARK SODDING RESTORATION 32 92 L' SY 71,100 S 3.50 $ 24£,350.00 0.0000 $ .00 71,100.000 $ 24S,S50.00 .00 $ 14£,£50.00 5 .00 100.0094 $ .00 1.027 0 Unit SWPPP 312500 LS 1 $ 30,000.00 $ 30,000.00 0.0000 $ .00 1.0000 S 30,000,00 $ .00 S 30,000.00 $ .00 10000% 5 .00 1.023 Unit o -12" TREE REMOVAL S) 1000 EA 21 S 250.00 $ 5,250.00 0,0000 $ .00 21.0000 $ 5,250.00 $ .00 $ 5,250.00 ,. .00 100.00Yo 5 00 L029 Unit 12" -13" TREE REMOVAL 30 10 00 EA 31 $ 325.00 5 10,075.00 0.0000 $ .00 31.0000 $ 10,075.00 $ .00 $ 10,075.00 S .00 100.00% $ .00 1.030 Unit 13%24" TREE REMOVAL 30 1000 EA 6 $ 375.00 5 2,250.00 0.0000 $ 00 6.0000 $ 2,250.00 $ .00 $ 2,250.00 $ .00 100.00% $ .00 1.031 Unit 24" AND LARGER TREE 30 10 00 EA 1 $ 450.00 S 450.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ 00 0.00°. $ 450.00 1.032 REMOVAL Unit TREE PROTECTION 3113 EA 78 $ 150.00 $ 11,700.00 0.0000 $ .00 78.0000 $ 11,700.00 $ .00 5 11,700.00 $ .00 100.00% $ .00 1.033 Unit TEMPORARY CONSTRUCTION 9999 LF 10,200 $ 1.75 5 17,550.00 0.0000 $ .00 10,200,000 $ 17,£50,00 $ .00 $ 17,350.00 $ .00 100.00% $ .00 1.034 FENCING -CHAIN LINT: (6-TO 3- 0 Page 4 of 9 Bid Item Description No. FORTWORTH. Water Construction livoillZ A B Spec. UoM Bid Unit Price Bid Value Section Quantity No. FOOT HIGH) Unit TEMPORARY CONSTRUCTION 9999 LF -.035 FENCING - ORANGE SAFETY FENCE Unit REMOVE & REPLACE 9999 LF 1.036 GUARDRAIL IN KIND - SHEET 19 Unit CITY OF FORT WORTH TRAFFIC 34 7113 LS 1.037 CONTROL (DESIGN & PROVIDE) Unit PREPARATIONAND 33 05 10 LF 1.035 IMPLEMENTATION OF A TRENCH SAFETY PLAN Unit CONSTRUCTION SURVEY 01 71 23 LS 1.039 (REDLINE AS-BUILT)GPS Unit CONSTRUCTION STAKING 01 71 23 LS 1.040 Unit GROUND WATER CONTROL 017123 LS 1.0-11 Unit BYPASS PUMPING (EACH 3s 0310 EA 1.042 LOCATION) - SHEETS 44 THROUGH 47 Unit MINOR BYPASS PUMPING ss 0310 EA 1.043 (EACHLOCATION)- SHEETS 38 & 41 Unit ODOR CONTROL ASSEMBLY A 9999 EA 1.044 (INCLUDING EQUIPMENT, PIPING, CONCRETE, ETC.) Uni; ODOR CONTROL ASSEMBLY B 9999 EA 1.045 (INCLUDING EQUIPMENT, PIPING, CONCRETE, ETC.) Unit PLUG & GROUT ABANDON 0241 14 CY 1.046 EXISTING S" SANITARY SEWER LINE Unit PLUG & GROUT ABANDON 02 41 14 CY 1.047 EXISTING 15"SANITARY SEWER 3,300 $ 150 $ 4,950.00 so $ 15.00 $ .00 1 $ 15,000,00 $ 15,000.00 6,775 $ 1.00 $ 6,775.00 C D E F Estimated Value this Previously Previously Quantity Period Installed Installed Installed this Quantity Value Period 0.0000 $ 00 3,300.0000 $ 4,950.00 0.0000 $ .00 0,0000 $ .00 1.0000 $ 15,000.00 2.0000 $ 30,000.00 157.0000 $ 157.00 6,775.0000 $ 6,775.00 G H I 1 I< Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) $ .00 $ 4,950.00 $ .00 100.00'% S .00 $ .00 $ .00 $ .00 0.0011, 5 .00 $ .00 $ 3Q000.00 $ 750.00 200.00% $- 15,000.00 S .00 S 6,775.00 $ 7.85 i00.004G S .00 1 5 15,000.00 $ 15,000.00 0.0000 $ .00 0.0000 $ .00 5 .00 1 $ 15,000,00 5 15,000.00 0.0000 5 .00 1.0000 5 15,000.00 $ .00 1 S 5,000.00 S 5,000.00 0.0000 5 .00 1.0000 5 5,000,00 $ .00 ,. 33,000.00 S 249,000.00 0.0000 5 .00 3.0000 5 249,000.00 S .00 2 $ 6,100.00 S 12,200.00 0.0000 $ ,00 2.0000 $ 12,200.00 5 .00 2 $ 29,000.00 S 52,000.00 0.0000 $ .00 2.0000 $ 55.000.00 $ .00 S 33,000.00 S 66,000.00 0.0000 $ .00 2.0000 $ 66,000.0) $ .00 2 $ 120.00 $ 240.00 0.0000 $ .00 2.0000 ,, 240.00 $ .00 5 5 120.00 $ 360.00 0.0000 $ .00 3.0000 $ 360.00 $ .00 $ .00 $ .00 0.0094 $ 15,000.00 S 15,000.00 $ .00 100.00% S .00 $ 5,000.00 $ .00 100.007. 5 .00 S 249,000.00 $ .00 100.0041 S 00 $ 12,200.00 S .00 100.00111 5 .00 S 58,000.00 5 .00 100.00% $ .00 S 66,000.00 S 00 100 0011; 5 00 S 240.00 S 00 100.00111 $ .00 $ 360.00 $ .00 100.001, $ .00 Page 5 of 9 A B C D E F G H I 1 K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage V. Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) LINE Unit PLUG & GROUT ABANDON 024114 CY 70 $ 120.00 j £,400.00 0.0000 S 00 70.0000 5 S,400.00 ,. .00 $ 5,400.00 1 .00 100 00% $ .00 1.045 EXISTING 1S" SANITARY SEWER LINE Unit PLUG &GROUT ABANDON 024114 CY 270 5 120.00 5 32,400.00 0.0000 $ .00 270.0000 $ 32,400.00 $ .00 $ 32,400.00 5 .00 100.00% $ .00 1.049 EXISTING 4S"SANITARY SEWER LINE Unit PART: CONCRETE PATH 32 is 20 SF 1,100 $ 8,50 5 9,350.00 0.0000 $ .00 1,100.0000 $ 9,350.00 j .00 $ 9,350.00 $ .00 100 00% $ 00 1.050 REPLACEMENT Unit PARK CONCRETE PATH 32 13 20 SF 20,200 $ 12-00 $ 242,400.00 0.0000 $ .00 20,200.000 $ 242,400.00 5 .00 $ 242,400.00 5 .00 100.00% 5 00 1.051 REMOVAL AND REPLACEMENT 0 Unit TEMPORARY 1-1/2" ASPHALT 32 12 16 SY 201 $ 46.00 $ 9,246.00 0.0000 5 .00 201.0000 $ 9,24&00 $ 00 $ 9,246.00 $ .00 100.00% $ .00 1.052 TRAIL INSTALLATION& REMOVAL WITH SOIL DECOMPACTION Unit CONCRETE DRIVEWAY 32 1320 SF 1,100 $ 11.00 $ 12,100.00 0,0000 $ '00 1,100.0000 $ 12,100.00 $ .00 $ 12,100.D0 $ .00 100.001- $ .00 1.053 REPLACEMENT Unit CONCRETE CURB & GUTTER 32 16 IS LF 220 $ 55,00 $ 12,100.00 135.0000 S 7,425.00 220.0000 $ 12,100.00 $ '00 S 12,100.00 $ 371.25 100.00% $ 00 1.054 REPLACEMENT Unit PAVEMENT PULVERIZATION 024115 SY 7,425 5 4.00 > 29,700.00 1,455.0000 $ 5,940.00 7,425.0000 S 29,700.00 $ .00 $ 29,700.00 $ 297.00 100.001". 5 00 1.055 (VARYING THICKNESSES) Unit TEMPORARY ASPHALT PAVING 3305 10 L'r 325 $ 55.00 $ 17,375.00 0.0000 5 .00 225.0000 $ 12,375.00 $ .00 $ 12,375.00 5 .00 69.23% 5 5,500.00 L056 REPAIR (2" HMAC ON 6" FBI Unit 3" ASPHALT PAVEMENT, TYPE D 32 1216 SY 325 $ 25.00 $ 3,125 00 0.0000 $ .00 325.0000 S 5,125.00 $ .00 $ 3,125.00 $ .00 100.00% 00 1.057 (E. MADDOX AVENUE) Unit S" CEMENT TREATMENT BASE 321133 SY 325 $ 3.00 5 2,600.00 0.0000 $ .00 325.0000 $ 2,600.00 $ .00 $ 2,600.00 $ .00 100.00% 5 00 1.05S COURSE 26-LB/SY (E. MADDOX AVENUE) Unit 2" ASPHALT PAVEMENT, TYPE D 32 1216 SY 4,300 $ 14.00 j 67,200.00 1,200.0000 5 16,500.00 4,800.0000 $ 67,200 00 $ 00 $ 67,200.00 S 840.00 100.00% $ 00 1.059 (DUVAL STREET) Unit 10" CEMENT TREATMENT BASE 32 11 33 SY 4,300 $ 2.50 $ 12,000,00 1,200.0000 j 3,000.00 4,600.0000 $ 12,000.00 $ .00 $ 12,000.00 $ 150.00 100.001. $ .00 1.060 COURSE 2S-L"n/SY (DUVAL STREET) Page 6 of 9 A Bid Item Description Spec. UOM Bid Unit Price No. Section Quantity No. Unit 2" ASPHALT PAVEMENT, TYPE D 32 12 16 SY 1.061 (SYCAMORE PARK DRIVE & COBB PARK DRIVE) Unit S" CEMENT TREATIb1 ENT BASE 32 1135 SY L062 COURSE AT 26-LB/SY (SYCAMORE PARR DRIVE U COBB PARK DRIVE) Unit CEMENT TREATMENT (VARYING 321133 TN 1.063 THICKNESSES) Unit GRAVEL DRIVEWAY 32 13 20 SF 1.064 RESTORATION Unit IRRIGATION REPLACEMENT & 33 4111 LS 1,065 REPAIR ALLOWANCE Unit MANHOLE VACUUM TESTING 33 01 30 EA 1.066 Unit PRE -CCTV INSPECTION 330131 LF 1.067 Unit POST -CCTV INSPECTION 33 Ol 31 LF 1.065 Unit EXPLORATORY EXCAVATION OF 33 05 30 EA 1.069 EXISTING UTILITIES Unit EXPLORATORY POTHOLE 9999 EA 1.070 EXCAVATION FOR GROUT ABANDONMENT DETERMINATION Un;t CEMENT STABILIZED SAND 33 0510 CY 1.071 BACKFILL Unit PLOWABLE FILL EMBEDMENT 03 M 00 CY 1.072 (CL-M) Unit CONSTRUCTION ALLOWANCE 9999 1.073 (SEWER) U"t Transportation of 66" FRP SN46 LS 1.074 SS pipe to side designated by the city COrl Unit Purchase of Fort Worth 66" FRP LF FORTWORTH . Water Construction Invoice B Bid Value 2,300 5 15.00 5 S4,500.00 2,300 5 2.50 $ 5,750.00 C D E F G H I 1 K Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish Installed this Quantity Value Stored Date (D+F+G) (B_H) Period (not in F) 0.0000 .00 0.O000 S 00 5 .00 5 .00 5 .00 0.00111 $ 34,500.00 0.0000 5 .00 0.0000 5 .0o 5 00 s .00 ,. .00 0.001.; 5 5,750.00 105 $ 220.00 $ 23,100.00 21.0000 S 4,620.00 105.0000 $ 23,100.00 5 .00 $ 23,100.00 $ 2E1.00 100.009E 5 .00 820 5 3.00 5 2,460.00 0.0000 $ .00 S20.0000 5 2,460.00 $ .00 $ 2,460.00 $ .00 100.001,£ S .00 1 $ 15,000.00 $ .00 0.0000 ,00 0.0000 $ '00 $ .00 S .00 $ '00 0.009E 5 CO 165.00 5 5,28000 0,0000 5 .00 32.0000 5 5,230.00 $ .00 $ 5,230.00 5 .00 100.00% $ M 500 $ 1.40 $- 2£0.00 0.0000 $ .00 0.0000 $ .00 $ .00 5 .00 $ .00 0.001, 5- 2So.00 3,000 $ 1.00 $ 6,000.00 395.0000 $ 395.00 2,275.0000 $ 2,275.00 $ .00 $ 2,275.00 5 19.75 28.444E 5 5,725.00 17 5 1,400.00 $ 23,£00.00 0.0000 $ .00 17.0000 $ 23,500.00 $ .00 $ 23,300.00 $ .00 100.004G $ GO 10 5 700.00 S 7,000.00 0.0000 $ .00 1D.D000 S 7,000,00 5 .00 S 7,000.00 5 .00 100.00P11 $ .00 150 $ 70.00 $ .00 0.0000 $ .00 0.0000 $ .DO $ .00 S .00 $ .00 0.00% ,, .00 250 S i05.00 $ 17,650.00 0.0000 11 .00 170.0000 $ 17,550.00 5 00 $ 17,250.00 5 .00 100,009. $ 00 0 $ .00 0.0000 j 00 0.0000 $ ,00 $ .00 S .00 5 .00 0.00% $ .00 0 S 11,502.62 $ 11,502.62 0.0000 $ .00 1.0000 5 11,502.62 $ .00 $ 11,502.62 $ .00 100.00% 5 .00 0 5 276.59 $ 45,424.63 0.0000 $ .00 157.0000 $ 43,424.63 $ .00 S 43,424.63 S .00 100.001s, S CO. Page 7 of 9 Bid Item Description No. 1.075 SN46 SSWR Pipe CO»1 FORTWORTH. Water Construction Invoice A B Spec. UOM Bid Unit Price Bid Value Section Quantity No. Unit Installation of S-inch sewer LS 1.076 collector main and related appurtanances CO42 Unit REINFORCED 96" DIA POLYMER 13 39 30 EA 2.001 MANHOLE Unit REINFORCED 60" DIA. TYPE A 33 39,10 EA 2.002 POLYMER MANHOLE (UP TO 6' DEPTH) Unit REINFORCED 60" DIA. TYPE A 31, 3930 EA Z003 OUTSIDE DROP MANHOLE (UP TO 6'DEPTH) Unit REINFORCED 4£" DIA. TYPE .3 39 30 EA 2,004 STANDARD MANHOLE Unit ADDITIONAL VERTICAL DEPTH 33 39 30 VF 2.005 ON REINFORCED 60" DIA. POLYMER MANHOLE (ALL TYPES) Unit S" DI WATER LINE 331112 LF 3001 Unit 3" DI WATER LINE 33 05 22 LF 3.002 (B`! OTHER THAN OPEN CUT IN 20" STEEL CASING) Unit DUCTILE IRON WATER FITTINGS 311111 TON 3.003 W/ RESTRAINT Unit £" GATE VALVE 33 12 20 EA 3.004 Unit 6" GATE VALVE 33 1220 EA 3.005 Unit CONNECTION TO EXISTING 4- 331225 EA 3.006 12 WATER MAIN Unit CONSTRUCTION SURVEY 01 71 23 LS 3.007 (REDLINE AS-BUILT)GPS Unit CONSTRUCTION STAKING 01 71 23 LS 2.008 0 5 1S2,OS2.33 $ 182,08233 6 $ 44,200.00 S 265,200.00 20 $ 10,700.00 $ 214,000.00 $ 17,000.00 S 34,000.00 4 $ 12,000.00 $ 43,000.00 2311 5 200.00 5 46,400.00 C D E F Estimated Value this Previously Previously Quantity Period Installed Installed Installed this Quantity Value Period 0.0500 S 9,104 12 1.0000 $ 152,08233 0.0000 5 .00 6.0000 $ 265,200.00 0.0000 5 .00 20.0000 S 214,000.00 0.0000 $ .00 2.0000 $ 34,000.00 0.0000 $ .00 4.0000 $ 43,000.00 0.0000 $ .00 232.0000 $ 46,400.00 G H I 1 K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) 5 DO $ 182,032.33 $ 455.21 100.00% S 00 S .00 5 265,200.00 $ .00 100.001:1� S 00 $ .00 $ 214,000.00 S '00 100.0011. $ 00 $ .00 5 34,000.00 S .00 100.009G S .00 $ .00 $ 48.000.00 $ .00 100.00°1. $ 00 $ .00 $ 46,400.00 $ .00 100.00% $ .00 50 $ 145.00 5 7,250.00 0.0000 $ .00 50.0000 $ 7,250.00 $ .00 396 $ 450.00 $ 175,200.00 0.0000 S .00 396,0000 $ 178,200,00 S .00 1 $ 3,000.00 5 4,000.00 0.0000 $ .00 1.0000 $ 4,000.00 $ .00 1 S 1,650.00 S 1,650.00 0.0000 $ .00 1.0000 $ 1,650.00 $ .00 1 5 1,250.00 5 1,250.00 0.0000 $ .00 1.0000 5 1,250.00 $ .00 2 $ 31000.00 $ 6,000.00 0.0000 5 .00 10000 $ 6,000.00 $ .00 1 $ 5C0.00 S 500.00 1.0000 $ 500.00 1.0000 $ 500.00 $ .00 1 5 1,000.00 5 1,000.00 0.0000 $ .00 1.0000 5 1,000.00 5 .00 5 7,250.00 5 .00 100.00% 5 '00 $ 178,200.00 $ .00 100.00`i" S .00 5 4,000.00 $ .00 100.00"XI 5 00 $ 1,650.00 $ .00 100.00% .00 5 1,250.00 S .00 100.00% $ 00 $ 6,000,00 $ 00 100.009b 5 00 $ 500.00 $ 25.00 100.00% $ 00 $ 1,000.00 S .00 100.00% S .00 Page 8 of 9 CONTRACTOR'S APPLICATION FOR PAYMENT PAY REQUEST NO: 34 (FINAL) PERIOD FROM: 16-Jun-25 PROJECT: Sycamore Creek Relief Interceptor Phase 3 OWNER: City of Fort {forth Texas City of Fort Worth {Pater Department 311 W 70th Street Fort Worth, Texas, 76102 BIDS RECEIVED: 02/18/21 CONTRACT DATE: CONTRACT AMOUNT: $9,687,177.00 CALENDAR DAYS: ADJUSTMENTS: $ (16,580.42) EXTENSIONS: REVISED AMOUNT: $9,670,596.58 REVISED DAYS: SUMMARY OF JOB STATUS: Total Work Completed $ 9,576,719.58 Material Stored on Site $ - Subtotal $ 9,576,719.58 Less 5% Retained Subtotal $ 9,576,719.58 Less Previous Payments $ 9,097,883.60 Amount Due This Period $ 478,835.98 SUBMITTED BY: BY:6Aw Rmo4u Chase Randall Project Manager Date: 7/2/25 WORK COMPLETED 95% TIME: DATE: 2-Jul-25 TO: 30-Jun-25 ENGINEER: Lockwood, Andrews & Newnamn, Inc. CONTRACTOR: Thalle Construction Co., Inc. 900 NC 86 North Hillsborough, NC27278 7/8/2021 NOTICE TO PROCEED: 11/8/2021 540 COMPLETION DATE: 3/2/2023 0 1340 REVISED DATE: 7/10/2025 VERIFIED BY: FT WORTH INSPECTOR By: Name City Inspector Date: CEC / MAESTAS REVIEW: By: Name Date: LAN Engineer Approval: By: Name Date: Project Engineer Project Engineer APPROVED FOR PAYMENT BY: Fort Worth Project Manager By: Name Project Manager Date: 95.00% CONTRACTOR'S APPLICATION FOR PAYMENT PAY REQUEST NO: 33 PERIOD FROM: 16-MaV-25 PROJECT: Sycamore Creek Relieflntereeptor Phase 3 OR'NER: City of Fort {Borth Texas City of Fort {forth Water Department 311 JV.. 10th Street Fort {forth, Texas, 76102 BIDS RECEIVED: 02/18/21 CONTRACT DATE: CONTRACT AMOUNT: $9,687,177.00 CALENDAR DAYS: ADJUSTMENTS: $ (16,580.42) EXTENSIONS: REVISED AMOUNT: $9,670,596.58 REVISED DAYS: SUMMARY OF JOB STATUS: Total Work Completed $ Material Stored on Site $ Subtotal $ Less 5% Retained Subtotal $ Less Previous Payments $ Amount Due This Period $ SUBMITTED BY: By:RAue RaKal & Chase Randall Date: 6/3/25 DATE: 20-1un-25 TO: 15-Jun-25 ENGINEER: Lockwood, Andrews & Newnarn, Inc. CONTRACTOR: Thalle Construction: Co., Inc. 900 NC 86 North Hillsborough, NC 2 72 78 7/8/2021 NOTICE TO PROCEED: 11/8/2021 540 COMPLETION DATE: 3/2/2023 0 1340 REVISED DATE: 7/10/2025 VERIFIED BY: FT WORTH INSPECTOR 9,576,719.58 By: Name City Inspector Date: 9,576,719.58 CEC / MAESTAS REVIEW: $0.00 By: 9,576,719.58 Name Project Engineer 9,038,089.54 Date: 538,630.04 LAN Engineer Approval: By: Name Project Engineer Date: Project Manager APPROVED FOR PAYMENT BY: Fort Worth Project Manager By: Name Project Manager Date: WORK COMPLETED 95% TIME: 95.00%