Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53641-FP1
AC Coded 08.12.25 Vendor Name: WILLIAM J SCHULTZ INC VendorlD:0000007744 Invoice No.: 53641 -FP 1 Invoice Date: Release Retainage: $340,324.75 FID: 56017-2060000-0O23 97-CRE'I'AN FORT WORTH WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION CSC No. 53641-FP1 Regarding contract 53641 for the Sanitary Sewer Main 34 100 and D 100 Drainage Improvements project as required by the Water Department and approved by City Council on 02/18/2020 through M&C 20-0096 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: $5,745,825.00 Amount of Approved Change Orders: $1,248,078.89 No. 5 Revised Contract Amount: $6,993,903.89 Total Cost Work Completed: Less Deductions: Liquidated Damages: Other Deductions: Total Deduction Amount: Total Cost of Work Completed: Less Previous Payments: $6,806,496.23 0 Days @ $650 /Day $ 0.00 $ 0.00 $6,806,496.23 $6,466,171.48 Final Payment Due: $340,324.75 Dan ��' O h Recommended for Acceptance Assistant Director, Water Department cre8m€eder(A 15,202509:15:4 CDT) Director, Water Department �p �1 Asst. City Manager e5) � 1-2c Date Datc 08/18/2025 Date Project Name: Sanitary Sewer Main 34 100 and D 100 Drainage Improvements CPN 02397 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. Date 8/5/2025 RE: Acceptance Letter Project Name: Sanitary Sewer Main 34 100 and D 100 Drainage Improvements Project Type: Sewer/ Water Project No: CO2397 Contract No: 53641 To Whom It May Concern: On 1/24/2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punchlist items were completed on 4/15/2025 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 4/15/2025 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, 71; 6 L '�, Tony Slola, P.E., Assistant Director, Water Department TS / Cc: Chris Harder, P.E., Director, Water Department Laura Wilson, P.E., Deputy Director Water Department John Kasavich, P.E. Project Manager Wade Miller, Construction Inspection Manager John Robinson, Construction Inspection Supervisor Fort Worth All•amedcaclry 'III®' 1964 •1993 •2011 RJN, Consultant Contractor, Circle C Construction WATER DEPARTMENT THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 �� Printed on recycled paper FORTWORTH rev 09/20/24 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: Final NAME OF PROJECT: Sanitary Sewer 34 100 and D 100 Drainage Improvements PROJECT NO: 2397 CONTRACTOR: Circle C Construction CSC No. 53641 PERIOD FROM:07/01/25 TO: 07/31/25 FINAL INSPECTION DATE: 15-Apr-25 WORK ORDER EFFECTIVE:4/1/2020 CONTRACT TIME: 1,840 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 & HOLIDAYS & TOO COLD RELOCATIONS THIS PERIOD PREVIOUS PERIOD TOTALS TO DATE *REMARKS: OTHERS* DAYS TOTAL CHARGED DAYS 0 0 0 0 1,840 1,840 K _ 8-7-2025 CO RACT DATE INSPECTOR DATE ENGTNEF,RTNG DEPARTIMENT 10 The City of Fort Worth • 2001'exas Street • fort Wortli, T176012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORTWORTHREV: 09/20/24 Capital Projects Delivery, Water Department PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR & PROJECT DATA Name of Contraclor Project Name Circle C Construction Sanitary Sewer 34 100 and D 100 Improvements VYaler Engineering hnspector CSC Number John Robinson 53641 Water Engineering Inspector Project Manager ❑ Water ❑t Waste Water ❑ Storm Drainage ❑ Pavement John Kasavich Contract Amount Project Difficully 1hniiial $5,745,825.00 0 Simple 0 Routine OQ Complex Contract Annount Dale 1Final $6,993,903.89 8/5/2025 II) PERFORMANCE EVALUATION 10-Inadequate I - Deficient 2 - Standard 3-Good 4-Excellent ELEMENT WEIGHT (x) APPLICABLE (Y / N) I Submission of Documents 2 Y 12 Public Notifications 5 Y I3 Plans on Site 5 Y 4 Field Supervision 15 Y 15 Work Performed 15 Y 6 Finished Product 15 Y 7 Job Site Safety 15 Y 18 Traffic Control Maintenance 15 Y 19 Daily Clean Up 5 Y 110 Citizen's Complaint Resolution 5 Y 11 Property Restoration 5 Y 112 After Hours Response 5 Y 113 Project Completion 5 Y III) CONTRACTOR'S RATING RATING (0 - 4) MAX SCORE SCORE 4 8 8 4 20 20 4 20 20 ,1 60 60 4 60 60 4 60 60 4 60 60 4 60 60 4 20 20 4 20 20 4 20 20 4 20 20 2 20 10 TOTAL ELEMENT SCORE (A) 438 BONUS POINTS (25 Maximum) (B) 10 TOTAL SCORE (TS) 448 Maximum Score (MS) = 448 or sum of applicable element score maximums which = 448 Rating ( ITS / MSJ * 100%) 448 / 448 = 100% Performance Category Excellent <20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >_80% = Lxcellent Inspector's Comments (INCLUDING EXPLANATION OR BONUS POINTS AWARDED) Signature Inspector �/ /4 Signature Contractor x"/%, Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Bonus points for preserving record documents Capital Projects Delivery, Water Department The City of Fort %Xlortli • 1000 Throckmorton Street • Fort Worth, T176012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORTWORTH Capital Projects Delivery, Water Department CONTRACTOR'S EVALUATION OF CITY I) PROJECT INFORMATION Name of Conlraclor Circle C Construction Wafer Engineering Inspector John Robinson CSC Number Project Difficully 53641 O Simple Q Routine QQ Complex hillial Conlracl Amount $5,745,825.00 II) PERFORMANCE EVALUATION REV: 02/22/07 Date: 15-Aug-25 Project Name Sanitary Sewer Main 34 100 and D 100 Improvements Project Manager John Kasavich Type of Contract ❑ Water ❑� Waste Water ❑ Storm Drainage ❑ Pavement I, Mal Cwtirael Amomu $6,993,903.89 0 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT RATING ELEMENT RATING (0 - 4) I (0 - 4) INSPECTION EVALUATION PLANS & SPECIFICATIONS 1 Availability of Inspector 4 1 Accuracy of Plans to Existing Conditions 4 2 Knowledge of Inspector 4 2 Clarity & Sufficiency of Details 4 3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 4 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 4 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance - Setting up Valve Crews, Labs 4 1 Knowledge And/Or Problem Resolution 4 ADMINISTRATION 2 Availability of Project Manager 4 1 Change Order Processing Time 3 Communication 4 2 Timliness of Contractor Payments 14 4 4 Resolution of Utility Conflicts 4 3 Bid Opening to Pre -Con Meeting Timefi•ame 1 4 III) COMMENTS & SIGNATURES COMMENTS Challenging job that went well through changes and additions. Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Delivery, Water Department The City of Fort Worth • 200 Texas Street • Fort kVorth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORT WORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer Main 34 100 and D 100 Drainage Area Improvements PROJECT NUMBER: 2397 CONTRACT NUMBER: 53641 WATER PIPE LAID SIZE TYPE OF PIPE Open Cut 8" PVC 900 DR 14 Open Cut 12" PVC 900 DR 14 BOTOC 8" DIP Open Cut 6" PVC 900 DR 14 Open Cut 4" PVC 900 DR 14 FIRE HYDRANTS: 4 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: Yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE Trenchless 6" CIPP Liner Open Cut 6" PVC SDR 26 BOTOC 6" DIP Trenchless 8" HDPE Open Cut 8" PVC SDR 26 BOTOC 8" DIP Open Cut 10" PVC SDR 26 Open Cut 12" SDR 26 Trenchless 21" CIPP Liner Open Cut 18" PVC ASTM BOTOC 10" DIP BOTOC 4" DIP Open Cut 4" PVC SDR 26 DENSITIES: Yes NEW SERVICES: 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 525 1,790 100 263 266 ,104 261 75 1,563 873 701 178 392 998 31 95 5 110 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 TERESA S SKELLY, PRESIDENT of CIRCLE C CONSTRUCTION, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all person, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damage; On Contract described as; Main 34, 100, and D100 Drainage Areas Sanitary Sewer Improvements CPN 02397 Subscribed and sworn before me on this ^] AMANDA S JONKERS Notary Public STATE OF TEXAS ` NotaryMYC-M1!�I,,D,, # 1346 3M BY -J;;K,-,e/ Day of MQY (' 1/1 , 2025. -- Notary Public in Tarrant County, TX CONSENT OF SURETY TO FINAL PAYMENT Bond No. TXC612307 TO OWNER: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: City Project No. 02397 CONTRACT FOR: Utilities CONTRACT DATED: PROJECT: (name, address) Main 34,100, and D100 Drainage Areas Sanitary Sewer Improvements in the City of Fort Worth, TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Sureg) Merchants Bonding Company (Mutual) 6700 Westown Parkway West Des Moines, IA 50266 I , SURETY on bond of (Insert name and address of contraeto)) William J. Schultz, Inc., dha Circle C Construction Company P. O. Box 40328 Fort Worth, TX 76140 , 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 (Insert nanne and address ofOwne4 City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this date: August 05, 2024 (Insert in writing the ninth followed by the numeric date and year.) Merchants Bonding Company (Mutual) (Surety) (Signature ofauthorizer0representatipe) Aft . Witness as to Surety: Sheryl A. Klutts, Attorney -in -Fact (Seal ' "/' � (Printed mmne and tide) John A. Miller Ile Page ERCHANTS BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written Instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and seated by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It Is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 20th day of March 2023 ......... .�`� 00 N4'`'�°''' ` •. MERCHANTS BONDING COMPANY (MUTUAL) �•�',�P.•pO• z. � �.•aplNG •.•C0,7jA. MERCHANTS NATIONAL BONDING, INC. R4 '- Z i y0`'C5RPOq�''�y . d/bla MERCHANTS NATIONAL INDEMNITY COMPANY -o- '~'� -o- p'• 2003 ��;� y 1933 By �,�' •....., • ; rJa, '.'��Y •f• `.a•• President STATE OF IOWA '�., �} ,.•• • ° ° COUNTY OF DALLAS ss, "'...... ° `• `• On this 20th day of March 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and seated in behalf of the Companies by authority of their respective Boards of Directors. Kun tee Commis6m NwTAw 702737 Esre;s Yi A0114, 2024 (Expiration of notary's commission does not invalidate this instrument) Notary Public I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 5tht day of August, 2024. q 10 Nq ••., �2. a. �pt1iG C p�A �• 11111. 2�ti(�POR4 ° �O �RPOq :2> -0 -0- 2003 ?vj,.`` y: 1933 ; c; secretary POA 0018 (10/22) ••�'"'"''���'' •°°�"°°� City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 18, 2020 LOG NAME: 60M34SSIP1-CIRCLECRJN REFERENCE NO.: M&C 20-0096 SUBJECT: Authorize Execution of a Contract with William J. Schultz dba Circle C Construction Company, in the Amount of $5,745,825.00 for Mains 34, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1, Provide for Project Costs for a Project Total in the Amount of $6,697,010.00, Authorize Execution of Amendment No. 3 in the Amount of $192,000.00 to an Engineering Agreement with RJN Group, Inc. for Mains 34, 100, D100 Drainage Areas Sanitary Sewer System Evaluation Study and Improvements for a Revised Contract Amount of $1,081,238.02 and Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with William J. Schultz Inc., dba Circle C Construction Company, in the amount of $5,745,825.00 for the Mains 34, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project (City Project No. CO2397); 2. Authorize the execution of Amendment No. 3 to City Secretary Contract No. 29961, an Engineering Agreement with RJN Group, Inc. in the amount of $192,000.00 for assistance during construction of the Mains 34, 100, D100 Drainage Areas Sanitary Sewer System Improvements, Part 1 project for a revised contract amount of $1,081,238.02; 3. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund in the amount of $6,697,010.00 for the Mains 34, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project; and 4. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Mains 34, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project. DISCUSSION: The Sanitary Sewer Main 34, Main 100 and D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project consists of the replacement of deteriorated water or sanitary sewer mains as indicated on the following streets and alleys located in the Downtown Central Business District: Street _ _ From Burnett Street W. 6th Street Houston Street W. 7th Street `lfo Scope W. 7th Street ►Sewer W. 8th Street rSewer Commerce 234 feet South of the Northerly 834 Street 15th Street/Commerce feet Sewer Street intersection Grove Street E. 4th Street 'E. 7th Street -Sewer/Water Monroe Street 'W. 10th Street Texas Street Vater E. 5th Street Grove Street Jones Street Sewer/Water Henderson Henderson Street West Henderson ►Sewer Street Crossing of right-of-way line Street East of Tight -of -way line W. 7th Street W 7th Street West of right-of-way line Fahey Street Fahey Street West of right-of-way line Alley between Monroe Street W 10th Street and Taylor Street Alley between Houston Street W 2nd Street and Main Street Alley between Calhoun Street E. 12th Street and Jones Street Westerly 20 Sewer feet Westerly 80 Sewer feet W. 13th Street Sewer W. 3rd Street Sewer E. 14th Street Sewer Construction of the project was advertised for bid on November 21, 2019 and November 28, 2019 in the Fort Worth Star-Telearam. On December 19, 2019 the following bids were received: William J. Schultz Inc., dba Circle C Construction Company AMOUNT TIME OF COMPLETION .$5,745,825.00 400 Calendar Days In addition to the contract cost, $568,424.00 (Sewer: $452,421.00; Water: $116,003.00) is required for project management, inspection and material testing and $190,761.00 (Water: $45,964.00; Sewer: $144,797.00) is provided for project contingency. The Transportation & Public Works Department will pave all affected roadways after the completion of this project. On March 23, 2004 (M&C C-20006) the City Council authorized an engineering agreement in the amount of $740,698.02 with RJN Group, Inc. for Mains 34, 100, D100 Drainage Area Sanitary Sewer System Evaluation Study and Improvements. The agreement was subsequently revised by Amendment No. 1 in the amount of $18,600.00 administratively authorized March 6, 2015, and Amendment No. 2 in the amount of $129,940.00 authorized August 14, 2018 (M&C C-28795). Amendment No. 3 will provide inspection assistance during construction. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately 2.3\% annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of Water and Sewer revenue bonds earlier than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council approved the Water Department's Fiscal Year 2020-2024 Five Year Capital Improvement Plan on September 17, 2019. This approved plan includes this specific project, with funding identified through the CIP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue -supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Funding for the Main 4, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 Improvements project: Fund W&S Capital Fund 56002 Sewer Capital Fund - Legacy 59607 Existing Appropriations ,$146,941.00 $160,227.00 Water & Sewer Commercial $0.00 Paper Fund 56017 Project Fund $307,168.00 *Numbers rounded for presentation. Additional project Total* Appropriations $0.00 $146,941.00 40.00 $160,227.00 $6,697,010.00 $6,697,010.00 $6,697,010.00 $7,004,178.00 This project will have no impact on the Water Department's operating budget when completed. Construction is anticipated to commence in March 2020 and be completed by August 2021. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. M/WBE: William J. Schultz, Inc., dba Circle C Construction Company is in compliance with the City's BDE Ordinance by committing to zero percent MBE participation and documenting good faith effort. William J. Schultz, Inc. dba Circle C Construction Company identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is eight percent. RJN Group, Inc.: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office in accordance with the MWBE Ordinance, because the purchase of goods and services is from sources where subcontracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Commercial Paper Fund (W&S Commercial Paper) for the future growth in the Main 34, 100, D100 Drainage Areas Sanitary Sewer Improvements, Part 1 project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccount Project Program ctivI ity Budget Reference # mount ID r ID - - ---- Year --I_ (Chartfield 2) -_ FROM Fund Department ccount Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaqer's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60M34SA2-Circle C 1295.ndf (CFW Internal) 2. 60M34SSIP1-CIRCLECRJN Circle C Compliance. Ddf (CFW Internal) 3. 60M34SSIP1-CIRCLECRJN Circle C SAM.Ddf (CFW Internal) 4. 60M34SSIPl-CIRCLECRJN FID Table (NN 12.27.2019).docx (CFW Internal) 5. 60M34SSIP1-CIRCLECRJN FORM 1295 RJN.pdf (CFW Internal) 6. 60M34SSIP1-CIRCLECRJN RJN SAM.pdf (CFW Internal) 7. 60M34SSIP1-CIRCLECRJN Waiver. pdf (CFW Internal) 8. 60M34SSIP1-CIRCLECRJN_56017_AO20 (r).docx (Public) 9.60M34SSIP1-CIRCLECRJN Reimb Resolution (NN12.27.2019)r2.docx (Public) 10. 60M34SSIPI-CIRCLECRJN Man.ndf (Public) 11. CIRCLECRJN Fundina Availabilitv.PNG (CFW Internal) 12. M & C Map - 60M34SSIP1-CIRCLECRJN(2).pdf (Public) CSC No. 53641-CO5 FORT WORTH City of Fort Worth Change Order Request Project Name: Main 34, 100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 I City Sec No.: I 53641 Project No.(s):5601610700430/002397 1 DOE No. I N/A City Proj. No.: 02397 Project Description: Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Central Business District Contractor:I William J. Schultz, Inc. dba Circle C Construction Co. City Project Mgr.l John Kasavich Phone Number:1 817-392-8480 Dept. Sanitary Sewer Water Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) Change Order # 5 1 City Inspector: Carmen Drake Phone Number:) 817-392-8371 $4,826,550.00 $919,275.00 $413,004.11 $835,164.78 $5,239,554.11 $1,754,439.78 -$90.00 $0.00 $5,239,464.11 $1,754,439.78 $144,797.00 $45,964.00 $0.00 $0.00 Date I� 1 /31 /2025 I Totals $5,745,825.00 $1,248,168.89 $6,993,993.89 -$90.00 $6,993,903.89 $190,761.00 $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 21.72% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $7,182,281.25 Contract Time (Calendar days) 400 0405 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change order number 5 provides for additional traffic control, and concrete collar replacements on sanitary sewer manholes, water gate valve due to damage found after HMAC pavement construction on Downtown streets. 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. Co ruffs Commpaur,y Name.+ nlracia Nam© } Contractor $4nature Date Irn J. Schultz, Inc. dba Circle C Construcild Teri Skelly InspectlJ Assi`sttaan't�DWctnr (Water Dept) A!s�lsla t`City Attorney MB.0 Number Date -3-25- Date j L 02/10/202E 1Date 02/12/2025 P $ctt M2 Qr �} / Cu su T Wier Dept) , sjjslanl City Manow Council Acton (if Requirvdl NIA M&C Date Approved NIA Date Date Dale 01/31/2025 Main 34, 100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 CSC: 53641 CPN:02397 Change Order 5 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. FORT WORTH City of Fort Worth Change Order Additions Project Name Main 34, 100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 City Sec No.: 53641 Project No.(s): 5601610700430/002397 1 DOE No.1 N/A City Proj. No.: 02397 Project I Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Description Central Business District Contractor William J. Schultz, Inc. dba Circle C Construction Co. I Change Order: 5 Date: 1 1/31/2025 City Project Mgr. John Kasavich City Inspector I Carmen Drake ADDITIONS I I tM DESUKIN I ION DEPT Qty Unit Unit Cost Total 45 Concrete Collar Sanitary Sewer 2.00 LF $500.00 $1,000.00 75 Traffic Control (Includes Flaggers) Sanitary Sewer 1.00 MO $10,000.00 $10,000.00 77 Traffic Control Details - Plan and Implementation Sanitary Sewer 1.00 EA $5,500.00 $5,500.00 47 Water Gate Valve Concrete Collar Water 1.00 EA $750.00 $750.00 I � Sanitary fewer $16,500.00 Water $750.00 Page 1 of 1 Additions Sub Total $17,250.00 FO RT wc:) RT H City of Fort Worth Change Order Deletions Project Name I Main 34, 100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 City Sec No.: I 53641 Project No.(s): I 56016/0700430/002397 I DOE No. I N/A City Proj. No.: 02397 Project Description Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Central Business District Contractor I William J. Schultz, Inc. dba Circle C Construction Co. Change Order: F7 Date I 1/31/2025 City Project Mgr. I John Kasavich City Inspector: I Carmen Drake DELETIONS ITEM DESCRIPTION I DEPT Qty Unit Unit Cost Total 5 15" PVC SDR-26 Sewer Pipe Sanitary Sewer 24.00 LF $260.00 $6,240.00 8 10" SDR-26 PVC SDR-26 Sewer Pipe Sanitary Sewer 31.00 LF $250.00 $7,750.00 9 8" PVC SDR-26 Sewer Pipe Sanitary Sewer 10.00 LF $260.00 $2,600.00 Sanitary Sewer $16,590.00 Water Page 1 of 1 Deletions Sub Total $16,590.00 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 Page 1 of 1 01/31/2025 Main 34, 100 and D100 Drainage Areas Sanitary Sewer Improvements Part 1 CSC: 53641 CPN:02397 Change Order 5 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. Signature John R. Kasavich Name of Employee Engineering Manager Title ATTEST: Jannette Goodall City Secretary CSC No. 53641-004 FORT WORTH- City of Fort Worth 1R Change Order Request Project Nomo:1 Main 34,100 and D100 Drainage Areas Sanitary Sewer Improvements, Part 1 City Sec No.: 1 53641 Project No.(s):1 6601610700430/002307 1 DOE No. I N/A City Pro), No.:1 02397 Project Description:I Replacement of Existing Sanitary Sewer Mains and Water Mains In the Downtown Central Business District Contraclocl William J. Schuh, Inc. dba Circle C Construction Co. Change Order ft I 4 I Dale 7111/2023 City Project Mgr.1 John I(asavlch City Inspector: Paul Gleger Phone Number:1 817-392-8400 Phone Number: 017-392.8371 Dept. Sanitary Sewer Water Totals Contract Time Calendar days) Original Contract Amount $4,826,550.00 $919,276.00 $6,746,826,00 00 Extras to Date $413,004.11 $802,602.00 $1,215;606.11 0630 Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Date $5,239��554.11 $1r,721877.00 $6,961,431,11 11I030 JAmount of Proposed Change order ,00 $32,�62.7f1 $32,562.78 05 Revised Contract Amount V,2109,6134.11 $1,764,439.70 $6,993,993,09 1,035 Original Funds Available for Change Orders 144,797,00 $46,964.00 $190,761.00 Remaining Funds Available for this CO Additional Funding (If necessary) $32,562,78 $32;662.70 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 21.72% MAXALLOWAi3LE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 255/0) 1$7,102,281.26 JUSTIFICATION' (REASONS), I'MCHANGE,011MR Change Order No. 4 provides for additional exposed aggregate sidewalk at the Water Gardens that Included water service replacement and the replacement of 26 existing gale valve boxes. There are sufficient funds available in the project to pay for this change order. Staff concurs with the contractor's request for 6 additional calendar days for llte change order, 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. , Gpntrg4lgr a company Name Conlreatqr Nome Co traotor SjgRol(ure Tort Skally %Gcs' � P to I WIIIIamJ,6chullz,Ino,dhoClidoCCanlrucUonCo. %/�z7 In gaol r Date proleolVanauor pate Dlrealor:,`(Wgtor Depl) rf Dale CQOslnrolla SUp.prYIpgr (WalerOopl)' Dale Aug 1, 2023 7 S�en^lo�rgs'slstant'CltyAllorney Dale Assistant Oily,Manager Date Aug 3, 2023 ° ° R `,gui<f Aug 3, 2023 CouOol1'AoIIon1((f RegUlfod)' M&C Number I N/A M&C Data Approved I N/A Powr OR'l," City of Fort Worth Change Order Additions Project Name I Main 34,100 and D100 Dralnage Areas Sanitary Sower Improvements, Part 1 City Sec No.: 1 53641 Project No.(s): 1 6601610700430/002397 ( DOE No,I N/A City Proj, No.: 1 02397 Project Replacement of Existing Sanitary Sewer Mains and Water Mains In the Downtown Central Business Dlsirld Descripllon Contractor I William J. Schultz, Inc, dba Circle C Construction Co. Change Order. 4 j Dale: City Project Mgr. I John I(asavlch I City Inspector ' Paul Gleger ADDITIONS ITEM DESCRIPTION DEPT qty Unit Unlf Cos �— Water Gardens Office 6" Exposed Aggregate Sidewalk Water 63,22 LP $330.00 46 Valve Box Replacements Water 26.00 EA $676.93 Sanitary Sower Water 7/11/2023 Total $17,662.60 $16,000.18 $32,562.78 Page 2 of 4 Additions Sub Total $32,562.78 olur City of tort Worth Change Order Deletions Project Name ( Main 34,100 and D100 Drainage Areas Sanitary Sewer Improvements, Part 1 I City Sec No,: 53641 Project No.(s): 66016/0700430/002397 I DOE No. I N/A City Proj, No,: 02397 Project Description I Replacement of Existing Sanitary Sewer Mains and Water Mains in the Downtown Central Business District Contractor William J. Schultz, Inc. dba Circle C Construction Co. I Change Order: F-4 ] Data 7/11/2023 City Project Mgr, John Kasavich City Inspector: I Paul Oleger DELETIONS + ITEM DESCRIPTION DEPT 61ty Unit Unit Cost Total I� - .. _ Sanitary Sower Water Page 3 of`4 Deletions Sub Total MIWBB Breakdown for this Change Order MWBP Sub Type of Service I Amount WINS' CO co W Total Previous Change Orders DATE AMOUNT Total ............... Page 4 of 4 $0.00 $0.00 7/11/2023 Main 34, 100 and D100 Drainage Area Sanitary Sewer Improvements, Part 1 CPN 02397 Change Order 4 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. Contract Compliance Manager By signing 1 acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 9,4120 Signature John R. Kasavich Name of Employee Engineering Manager Title ATTEST; Jannette Goodall City Secretary Org Original QTY Work Current Item # Description UoM Unit Cost Qty Contract completed Completed Retainage Paid to Date Unit 1.002 3331.5759 18" PVC ASTM F679 Sewer Pipe, CLSM Backfill LF $ 280.00 15.00 $ 4,200.00 15.00 $ 4,200.00 $ 210.00 $ 3,990.00 Unit 1.003 3305.3007 18" PVC ASTM F679 Sewer Carrier Pipe LF $ 270.00 16.00 $ 4,320.00 16.00 $ 4,320.00 $ 216.00 $ 4,104.00 Unit 1.004 3331.5755 16" DIP Class 250 Sewer Pipe, CLSM Backfill LF $ 350.00 4.00 $ 1,400.00 15.00 $ 5,250.00 $ 262.50 $ 4,987.50 Unit 1.005 3331.4215 15" PVC SDR-26 Sewer Pipe, CLSM Backfill LF $ 260.00 24.00 $ 6,240.00 - $ - $ - $ - Unit 1.006 3305.3004 12" PVC SDR-26 Sewer Carrier Pipe LF $ 250.00 392.00 $ 98,000.00 392.00 $ 98,000.00 $ 4,900.00 $ 93,100.00 Unit 1.007 3331.5750 10" DIP Class 350 Sewer Pipe, CLSM Backfill LF $ 300.00 50.00 $ 15,000.00 95.00 $ 28,500.00 $ 1,425.00 $ 27,075.00 Unit 1.008 3331.5749 10" PVC SDR-26 Sewer Pipe, CLSM Backfill LF $ 250.00 178.00 $ 44,500.00 147.00 $ 36,750.00 $ 1,837.50 $ 34,912.50 Unit 1.009 3331.5747 8" PVC SDR-26 Sewer Pipe, CLSM Backfill LF $ 260.00 361.00 $ 93,860.00 423.00 $ 109,980.00 $ 5,499.00 $ 104,481.00 Unit 1.010 3331.5748 8" DIP Class 350 Sewer Pipe, CLSM Backfill LF $ 300.00 267.00 $ 80,100.00 199.00 $ 59,700.00 $ 2,985.00 $ 56,715.00 Unit 1.011 3305.3002 8" DIP Class 350 Sewer Carrier Pipe LF $ 260.00 502.00 $ 130,520.00 502.00 $ 130,520.00 $ 6,526.00 $ 123,994.00 Unit 1.012 3331.5746 6" DIP Class 350 Sewer Pipe, CLSM Backfill LF $ 300.00 51.00 $ 15,300.00 75.00 $ 22,500.00 $ 1,125.00 $ 21,375.00 Unit 1.013 3331.5745 6" PVC SDR-26 Sewer Pipe, CLSM Backfill LF $ 260.00 222.00 $ 57,720.00 261.00 $ 67,860.00 $ 3,393.00 $ 64,467.00 Unit 1.015 3331.5744 4" DIP Class 350 Sewer, CLSM Backfill LF $ 230.00 10.00 $ 2,300.00 5.00 $ 1,150.00 $ 57.50 $ 1,092.50 Unit 1.016 3305.1103 20" Casing By Other Than Open Cut LF $ 850.00 502.00 $ 426,700.00 502.00 $ 426,700.00 $ 21,335.00 $ 405,365.00 Unit 1.017 9999.0000 Wood Box Tunnel Alternative for DS-105 LF $ 1,500.00 273.00 $ 409,500.00 376.00 $ 564,000.00 $ 28,200.00 $ 535,800.00 Unit 1.019 9999.0000 Brick or Concrete Bulkhead Closures of Tunnels EA $ 10,000.00 1.00 $ 10,000.00 - $ - $ - $ - Unit 1.020 3305.0109 Trench Safety LF $ 5.00 2,589.00 $ 12,945.00 1,649.00 $ 8,245.00 $ 412.25 $ 7,832.75 Unit 1.021 3331.0110 21" Sewer Pipe, Point Repair EA $ 5,500.00 2.00 $ 11,000.00 - $ - $ - $ - Unit 1.022 3331.3101 4" Sewer Service EA $ 1,500.00 43.00 $ 64,500.00 19.00 $ 28,500.00 $ 1,425.00 $ 27,075.00 Unit 1.023 9999.0000 4" SDR 26 PVC Sewer Service Pipe LF $ 85.00 250.00 $ 21,250.00 110.00 $ 9,350.00 $ 467.50 $ 8,882.50 Unit 1.024 9999.0000 Connect to Existing Sewer EA $ 5,500.00 18.00 $ 99,000.00 20.00 $ 110,000.00 $ 5,500.00 $ 104,500.00 Unit 1.025 3301.0001 Pre -CCTV Inspection LF $ 5.00 4,030.00 $ 20,150.00 4,030.00 $ 20,150.00 $ 1,007.50 $ 19,142.50 Unit 1.026 3301.0002 Post -CCTV Inspection (Final) LF $ 15.00 4,210.00 $ 63,150.00 4,209.50 $ 63,142.50 $ 3,157.13 $ 59,985.37 Unit 1.027 3339.0003 Wastewater Access Chamber EA $ 5,500.00 3.00 $ 16,500.00 4.00 $ 22,000.00 $ 1,100.00 $ 20,900.00 Unit 1.028 3331.3102 4" 2-Way Cleanout (D-100R) EA $ 1,200.00 1.00 $ 1,200.00 8.00 $ 9,600.00 $ 480.00 $ 9,120.00 Unit 1.029 3331.3202 6" 2-way Cleanout (D-100R, L-111 R, L-23R, L-34F EA $ 2,500.00 14.00 $ 35,000.00 11.00 $ 27,500.00 $ 1,375.00 $ 26,125.00 Unit 1.030 3339.1001 4' Manhole EA $ 8,500.00 18.00 $ 153,000.00 15.00 $ 127,500.00 $ 6,375.00 $ 121,125.00 Unit 1.031 3339.1002 4' Drop Manhole EA $ 10,500.00 6.00 $ 63,000.00 7.00 $ 73,500.00 $ 3,675.00 $ 69,825.00 Unit 1.032 9999.0000 4' Dia. Double Drop Manhole EA $ 15,000.00 2.00 $ 30,000.00 2.00 $ 30,000.00 $ 1,500.00 $ 28,500.00 Unit 1.033 3339.1003 4' Extra Depth Manhole VF $ 550.00 36.70 $ 20,185.00 43.74 $ 24,057.00 $ 1,202.85 $ 22,854.15 Unit 1.034 3339.1003 4' Extra Depth Drop Manhole VF $ 600.00 29.00 $ 17,400.00 40.29 $ 24,174.00 $ 1,208.70 $ 22,965.30 Unit 1.035 9999.0000 4' Extra Depth Double Drop Manhole VF $ 700.00 11.10 $ 7,770.00 8.30 $ 5,810.00 $ 290.50 $ 5,519.50 Unit 1.036 3339.1101 5' Manhole EA $ 12,000.00 2.00 $ 24,000.00 1.00 $ 12,000.00 $ 600.00 $ 11,400.00 Unit 1.037 3339.1102 5' Drop Manhole EA $ 15,000.00 4.00 $ 60,000.00 5.00 $ 75,000.00 $ 3,750.00 $ 71,250.00 Unit 1.038 3339.1103 5' Extra Depth Manhole VF $ 650.00 18.10 $ 11,765.00 31.00 $ 20,150.00 $ 1,007.50 $ 19,142.50 Unit 1.039 3339.1102 5' Dia. Extra Depth Drop Manhole VF $ 750.00 43.80 $ 32,850.00 55.90 $ 41,925.00 $ 2,096.25 $ 39,828.75 Unit 1.040 9999.0000 Construct Internal Drop In Existing L-23 Manhole (I EA $ 8,500.00 1.00 $ 8,500.00 1.00 $ 8,500.00 $ 425.00 $ 8,075.00 Unit 1.041 9999.0000 Rehab Existing Concrete Manhole (E. 13th St. anc EA $ 15,000.00 4.00 $ 60,000.00 2.00 $ 30,000.00 $ 1,500.00 $ 28,500.00 Unit 1.042 9999.0000 Rehab Existing Brick Manhole (W. 8th St. and Ho EA $ 15,000.00 6.00 $ 90,000.00 - $ - $ - $ - Unit 1.043 3339.0001 Epoxy Manhole Liner (Warren or Chesterton LininCVF $ 450.00 306.70 $ 138,015.00 344.86 $ 155,187.00 $ 7,759.35 $ 147,427.65 Unit 1.044 3301.0101 Manhole Vacuum Testing EA $ 250.00 34.00 $ 8,500.00 34.00 $ 8,500.00 $ 425.00 $ 8,075.00 Unit 1.045 3305.0112 Concrete Collar EA $ 500.00 36.00 $ 18,000.00 38.00 $ 19,000.00 $ 950.00 $ 18,050.00 Unit 1.046 3305.0114 Manhole Adjustment, Major w/ Cover EA $ 5,500.00 1.00 $ 5,500.00 4.00 $ 22,000.00 $ 1,100.00 $ 20,900.00 Unit 1.047 0241.2201 Remove 4' Sewer Manhole EA $ 1,500.00 2.00 $ 3,000.00 16.00 $ 24,000.00 $ 1,200.00 $ 22,800.00 Unit 1.048 0241.5001 Abandon Manhole EA $ 1,000.00 5.00 $ 5,000.00 4.00 $ 4,000.00 $ 200.00 $ 3,800.00 Unit 1.049 0241.2101 4" Sewer Abandonment Plug EA $ 2,500.00 35.00 $ 87,500.00 - $ - $ - $ - Unit 1.050 0241.2102 6" Sewer Abandonment Plug EA $ 3,000.00 3.00 $ 9,000.00 4.00 $ 12,000.00 $ 600.00 $ 11,400.00 Unit 1.051 0241.2103 8" Sewer Abandonment Plug EA $ 3,500.00 2.00 $ 7,000.00 3.00 $ 10,500.00 $ 525.00 $ 9,975.00 Unit 1.052 0241.2001 Sanitary Line Grouting CY $ 250.00 38.00 $ 9,500.00 35.40 $ 8,850.00 $ 442.50 $ 8,407.50 Unit 1.053 3201.0616 Conc Pvmt Repair, Arterial/Industrial SY $ 125.00 190.00 $ 23,750.00 200.00 $ 25,000.00 $ 1,250.00 $ 23,750.00 Unit 1.054 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arteri SY $ 45.00 348.00 $ 15,660.00 348.00 $ 15,660.00 $ 783.00 $ 14,877.00 Unit 1.055 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial LF $ 85.00 934.00 $ 79,390.00 934.00 $ 79,390.00 $ 3,969.50 $ 75,420.50 Unit 1.056 3214.0200 Brick Pvmt Repair in Courtyard SY $ 250.00 175.00 $ 43,750.00 175.00 $ 43,750.00 $ 2,187.50 $ 41,562.50 Org Original QTY Work Current Item # Description UoM Unit Cost Qty Contract completed Completed Retainage Paid to Date Unit 1.057 3214.0500 Brick Pvmt Repair (City Supplied) SY $ 150.00 15.00 $ 2,250.00 22.77 $ 3,415.50 $ 170.78 $ 3,244.72 Unit 1.058 3213.0401 6" Concrete Driveway SF $ 25.00 5,134.00 $ 128,350.00 - $ - $ - $ - Unit 1.059 3213.0303 6" Conc Sidewalk SF $ 30.00 435.00 $ 13,050.00 252.25 $ 7,567.50 $ 378.38 $ 7,189.12 Unit 1.060 9999.0000 6" Granite Sidewalk SF $ 85.00 60.00 $ 5,100.00 - $ - $ - $ - Unit 1.061 3213.0503 Barrier Free Ramp, Type M-1 EA $ 3,500.00 1.00 $ 3,500.00 $ $ $ Unit 1.062 3213.0507 Barrier Free Ramp, Type P-2 EA $ 4,500.00 2.00 $ 9,000.00 $ $ $ - Unit 1.063 3216.0101 6" Conc Curb and Gutter LF $ 50.00 155.00 $ 7,750.00 50.50 $ 2,525.00 $ 126.25 $ 2,398.75 Unit 1.064 9999.0000 6" Granite Curb and Gutter LF $ 125.00 25.00 $ 3,125.00 - $ - $ - $ - Unit 1.065 9999.0000 6" Asphalt Driveway/Parking Lot Repairs SF $ 55.00 4,695.00 $ 258,225.00 $ $ $ Unit 1.066 9999.0000 Storm Sewer Inlet Replacement (DS-100 Location;: EA $ 10,000.00 1.00 $ 10,000.00 $ $ $ Unit 1.067 9999.0000 Storm Sewer Junction Box Replacement (DS-100 I,EA $ 18,500.00 1.00 $ 18,500.00 $ $ $ - Unit 1.068 9999.0000 15 to 21-inch Storm Sewer Lateral Pipe Replacerr,LF $ 450.00 50.00 $ 22,500.00 15.00 $ 6,750.00 $ 337.50 $ 6,412.50 Unit 1.069 9999.0000 Tree Protection EA $ 2,500.00 35.00 $ 87,500.00 35.00 $ 87,500.00 $ 4,375.00 $ 83,125.00 Unit 1.070 3292.0100 Block Sod Placement SY $ 20.00 40.00 $ 800.00 - $ - $ - $ - Unit 1.071 3305.0103 Exploratory Excavation of Existing Utilities EA $ 5,500.00 2.00 $ 11,000.00 3.00 $ 16,500.00 $ 825.00 $ 15,675.00 Unit 1.072 0171.0101 Construction Staking LS $ 25,000.00 1.00 $ 25,000.00 1.00 $ 25,000.00 $ 1,250.00 $ 23,750.00 Unit 1.073 0171.0102 As -Built Survey (Red -Line Survey) LS $ 15,000.00 1.00 $ 15,000.00 1.00 $ 15,000.00 $ 750.00 $ 14,250.00 Unit 1.074 3305.0110 Utility Markers LS $ 5,500.00 1.00 $ 5,500.00 - $ - $ - $ - Unit 1.075 3471.0001 Traffic Control (Includes Flaggers) MO $ 10,000.00 22.50 $ 225,000.00 23.50 $ 235,000.00 $ 11,750.00 $ 223,250.00 Unit 1.076 9999.0000 Pedestrian Safety Plan and Controls (D-100R, DS MO $ 10,000.00 10.00 $ 100,000.00 12.00 $ 120,000.00 $ 6,000.00 $ 114,000.00 Unit 1.077 3471.0003 Traffic Control Details - Plan and Implementation EA $ 5,500.00 12.50 $ 68,750.00 15.00 $ 82,500.00 $ 4,125.00 $ 78,375.00 Unit 1.078 9999.0000 DS-105 Bypass Pumping/Flow Control Plan, Incluc'LS $125,000.00 1.00 $ 125,000.00 1.00 $ 125,000.00 $ 6,250.00 $ 118,750.00 Unit 1.079 9999.0000 L-23 Bypass Pumping/Flow Control Plan, Includinc!LS $ 85,000.00 1.00 $ 85,000.00 1.00 $ 85,000.00 $ 4,250.00 $ 80,750.00 Unit 1.080 9999.0000 D-100 Bypass Pumping/Flow Control Plan, Includir LS $ 65,000.00 1.00 $ 65,000.00 1.00 $ 65,000.00 $ 3,250.00 $ 61,750.00 Unit 1.081 9999.0000 Metered Parking Space Revenue Reimbursement LS $ 52,500.00 1.25 $ 65,625.00 1.25 $ 65,625.00 $ 3,281.25 $ 62,343.75 Unit 1.082 * 9999.0000 Construction Allowance $ 45,000.00 $ - $ - $ - Unit 1.083 6" Private Sanitary Sewer Improvements under Western UnioriLS $ 90,000.00 1.00 $ 90,000.00 1.00 $ 90,000.00 $ 4,500.00 $ 85,500.00 Unit 1.084 42" Wood box tunnerl (inlcuding grouting) LF $ 900.00 15.00 $ 13,500.00 15.00 $ 13,500.00 $ 675.00 $ 12,825.00 Unit 1.085 5' Dia Double Drop Manhole EA $ 17,500.00 1.00 $ 17,500.00 1.00 $ 17,500.00 $ 875.00 $ 16,625.00 Unit 1.086 8" HDPE Sewer Pipe, Pipe Enlargement LF $ 230.00 168.00 $ 38,640.00 1,563.00 $ 359,490.00 $ 17,974.50 $ 341,515.50 Unit 1.087 6" CIPP (4.5 mm thickness) LF $ 218.23 107.00 $ 23,350.61 104.44 $ 22,791.00 $ 1,139.55 $ 21,651.45 Unit 1.088 42" Tunnel - 6" Private Sanitary Sewer Improvements LF $ 900.00 10.00 $ 9,000.00 10.00 $ 9,000.00 $ 450.00 $ 8,550.00 Unit 1.089 6' Wide Asphalt Pvmt Repair with Reinforced Concrete Base, / LF $ 125.00 137.00 $ 17,125.00 202.00 $ 25,250.00 $ 1,262.50 $ 23,987.50 Unit 1.090 42" Tunnel Wood Box by Other than Open Cut LF $ 700.00 585.00 $ 409,500.00 585.00 $ 409,500.00 $ 20,475.00 $ 389,025.00 Unit 1.091 8" PVC SDR-26 Carrier Pipe, Sewer LF $ 200.00 450.00 $ 90,000.00 450.00 $ 90,000.00 $ 4,500.00 $ 85,500.00 Unit 1.092 Verticle Tunnel Shaft for Sanitary Sewer Service Connection EA $ 8,000.00 4.00 $ 32,000.00 4.00 $ 32,000.00 $ 1,600.00 $ 30,400.00 Unit 1.093 Existing sanitary sewer service - dye testing and Pre -CCTV for LS $ 3,000.00 1.00 $ 3,000.00 1.00 $ 3,000.00 $ 150.00 $ 2,850.00 Unit 1.094 Existing sanitary sewer service L-23R - cleaning LS $ 4,150.00 1.00 $ 4,150.00 1.00 $ 4,150.00 $ 207.50 $ 3,942.50 Unit 1.095 Remove and Replace Manhole Cone at Commerce St. EA $ 15,000.00 1.00 $ 15,000.00 1.00 $ 15,000.00 $ 750.00 $ 14,250.00 Unit 1.096 Temporary Asphalt Pavement Repair - Commerce St. LF $ 18.00 270.00 $ 4,860.00 270.00 $ 4,860.00 $ 243.00 $ 4,617.00 Unit 1.097 Additional Cost for CIPP Pre -Liner and Increased Thickness (1 EA $ 10,697.50 1.00 $ 10,697.50 1.00 $ 10,697.50 $ 534.88 $ 10,162.62 Unit 1.098 19.5-inch Diameter CIPP (13.5mm Thickness) in Commerce S LF $ 220.00 998.00 $ 219,560.00 998.00 $ 219,560.00 $ 10,978.00 $ 208,582.00 Unit 1.099 CIPP Liner DS-100 - Wrinkle Removal by Grinding LF $ 50.00 715.00 $ 35,750.00 - $ - $ - $ - Unit 1.100 20-inch Diameter Steel Casing Removal LF $ 250.00 20.00 $ 5,000.00 20.00 $ 5,000.00 $ 250.00 $ 4,750.00 Unit 1.101 Increased Resin Material Costs for Commerce CIPP DS-100 EA $ 4,356.00 1.00 $ 4,356.00 1.00 $ 4,356.00 $ 217.80 $ 4,138.20 Unit 1.102 Increased Tunnerl Material Costs for DS-105R for liner change LF $ 50.00 273.00 $ 13,650.00 273.00 $ 13,650.00 $ 682.50 $ 12,967.50 Unit 1.103 Dehole at Houston St. from 7th St. to 8th St. VF $ 50.00 20.00 $ 1,000.00 20.00 $ 1,000.00 $ 50.00 $ 950.00 Unit 2.001 3311.0467 12" C-900 PVC DR-14 Water Pipe, CLSM Backfill LF $ 250.00 1,740.00 $ 435,000.00 1,790.00 $ 447,500.00 $ 22,375.00 $ 425,125.00 Unit 2.002 3311.0244 8" C-900 PVC DR-14 Water Pipe, CLSM Backfill LF $ 200.00 482.00 $ 96,400.00 525.00 $ 105,000.00 $ 5,250.00 $ 99,750.00 Unit 2.003 3311.0164 6" C-900 PVC DR-14 Water Pipe, CLSM Backfill LF $ 200.00 263.00 $ 52,600.00 263.00 $ 52,600.00 $ 2,630.00 $ 49,970.00 Unit 2.004 3311.0064 4" C-900 PVC DR-14 Water Pipe, CLSM Backfill LF $ 200.00 370.00 $ 74,000.00 266.00 $ 53,200.00 $ 2,660.00 $ 50,540.00 Unit 2.005 3305.2004 12" DIP Class 350 Water Pipe, CLSM Backfill LF $ 300.00 35.00 $ 10,500.00 - $ - $ - $ - Unit 2.006 3305.2002 8" DIP Class 350 Water Carrier Pipe LF $ 250.00 100.00 $ 25,000.00 100.00 $ 25,000.00 $ 1,250.00 $ 23,750.00 Org Original QTY Work Current Item # Description UoM Unit Cost Qty Contract completed Completed Retainage Paid to Date Unit 2.007 3305.1103 20" Casing By Other Than Open Cut LF $ 850.00 100.00 $ 85,000.00 100.00 $ 85,000.00 $ 4,250.00 $ 80,750.00 Unit 2.008 3305.0109 Trench Safety LF $ 5.00 2,740.00 $ 13,700.00 2,740.00 $ 13,700.00 $ 685.00 $ 13,015.00 Unit 2.009 3311.0001 Ductile Iron Water Fittings w/ Restraint TON $ 9,500.00 10.18 $ 96,710.00 9.81 $ 93,195.00 $ 4,659.75 $ 88,535.25 Unit 2.010 3312.3002 6" Gate Valve and Box EA $ 1,500.00 14.00 $ 21,000.00 13.00 $ 19,500.00 $ 975.00 $ 18,525.00 Unit 2.011 3312.3003 8" Gate Valve and Box EA $ 2,000.00 13.00 $ 26,000.00 13.00 $ 26,000.00 $ 1,300.00 $ 24,700.00 Unit 2.012 3312.3103 8" Cut -in Gate Valve and Box EA $ 15,000.00 2.00 $ 30,000.00 2.00 $ 30,000.00 $ 1,500.00 $ 28,500.00 Unit 2.013 3312.3005 12" Gate Valve and Box EA $ 3,500.00 29.00 $ 101,500.00 22.00 $ 77,000.00 $ 3,850.00 $ 73,150.00 Unit 2.014 3312.0001 Fire Hydrant EA $ 4,500.00 4.00 $ 18,000.00 4.00 $ 18,000.00 $ 900.00 $ 17,100.00 Unit 2.015 3312.6002 6" Blow Off Valve EA $ 8,500.00 1.00 $ 8,500.00 1.00 $ 8,500.00 $ 425.00 $ 8,075.00 Unit 2.016 3312.2802 4" Water Meter and Vault EA $ 15,000.00 3.00 $ 45,000.00 2.00 $ 30,000.00 $ 1,500.00 $ 28,500.00 Unit 2.017 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial LF $ 85.00 2,091.00 $ 177,735.00 2,091.00 $ 177,735.00 $ 8,886.75 $ 168,848.25 Unit 2.018 3201.0616 Conc Pvmt Repair, Arterial/Industrial SY $ 125.00 377.00 $ 47,125.00 388.27 $ 48,533.75 $ 2,426.69 $ 46,107.06 Unit 2.019 3213.0301 4" Conc Sidewalk SF $ 35.00 99.00 $ 3,465.00 375.31 $ 13,135.85 $ 656.79 $ 12,479.06 Unit 2.020 3213.0401 6" Concrete Driveway SF $ 35.00 221.00 $ 7,735.00 764.47 $ 26,756.45 $ 1,337.82 $ 25,418.63 Unit 2.021 3216.0101 6" Conc Curb and Gutter LF $ 45.00 171.00 $ 7,695.00 97.00 $ 4,365.00 $ 218.25 $ 4,146.75 Unit 2.022 3292.0100 Block Sod Placement SY $ 20.00 44.00 $ 880.00 - $ - $ - $ - Unit 2.023 0171.0101 Construction Staking LS $ 10,000.00 1.20 $ 12,000.00 1.20 $ 12,000.00 $ 600.00 $ 11,400.00 Unit 2.024 0171.0102 As -Built Survey (Red -Line Survey) LS $ 8,500.00 1.20 $ 10,200.00 1.20 $ 10,200.00 $ 510.00 $ 9,690.00 Unit 2.025 3305.0110 Utility Markers LS $ 5,500.00 1.20 $ 6,600.00 - $ - $ - $ - Unit 2.026 3471.0001 Traffic Control MO $ 10,000.00 4.50 $ 45,000.00 8.00 $ 80,000.00 $ 4,000.00 $ 76,000.00 Unit 2.027 9999.0000 Pedestrian Safety Plan and Controls MO $ 8,500.00 2.50 $ 21,250.00 5.00 $ 42,500.00 $ 2,125.00 $ 40,375.00 Unit 2.028 3471.0003 Traffic Control Details - Plan and Implementation EA $ 5,500.00 2.50 $ 13,750.00 2.00 $ 11,000.00 $ 550.00 $ 10,450.00 Unit 2.029 9999.0000 Metered Parking Space Revenue Reimbursement LS $ 37,500.00 1.25 $ 46,875.00 1.25 $ 46,875.00 $ 2,343.75 $ 44,531.25 Unit 2.030 * 9999.0000 Construction Allowance Unit 2.031 Remove and Salvage Existing Fire Hydrant EA $ 800.00 3.00 $ 2,400.00 4.00 $ 3,200.00 $ 160.00 $ 3,040.00 Unit 2.032 Water Sampling Station EA $ 800.00 1.00 $ 800.00 1.00 $ 800.00 $ 40.00 $ 760.00 Unit 2.033 6" HDPE Temporary Water Service LF $ 12.00 850.00 $ 10,200.00 850.00 $ 10,200.00 $ 510.00 $ 9,690.00 Unit 2.035 6" Wide Asphalt Pvmt Repair with Reinforced Concrete Base., LF $ 125.00 200.00 $ 25,000.00 200.00 $ 25,000.00 $ 1,250.00 $ 23,750.00 Unit 2.036 3" Water Meter and Vault EA $ 14,000.00 1.00 $ 14,000.00 1.00 $ 14,000.00 $ 700.00 $ 13,300.00 Unit 2.037 2" Water Service EA $ 2,000.00 2.00 $ 4,000.00 2.00 $ 4,000.00 $ 200.00 $ 3,800.00 Unit 2.038 2" Water Service Reconnect EA $ 1,500.00 2.00 $ 3,000.00 2.00 $ 3,000.00 $ 150.00 $ 2,850.00 Unit 2.039 2" Private Water Service LF $ 85.00 20.00 $ 1,700.00 20.00 $ 1,700.00 $ 85.00 $ 1,615.00 Unit 2.040 Water Gardens Office- 24"x6" Conc. Pipe Tap and Gate Valve EA $ 15,000.00 1.00 $ 15,000.00 1.00 $ 15,000.00 $ 750.00 $ 14,250.00 Unit 2.041 Water Gardens Office- 150 LF 6" Sidewalk (Exposed Aggregal LF $ 330.00 203.22 $ 67,062.60 169.78 $ 56,027.40 $ 2,801.37 $ 53,226.03 Unit 2.042 Water Gardens Office- Removal of 6" Gate Valve and Plug Lin EA $ 3,500.00 1.00 $ 3,500.00 1.00 $ 3,500.00 $ 175.00 $ 3,325.00 Unit 2.043 Law School - Core Wall, Relocate Meter/DCA, New Service, A EA $ 5,357.00 1.00 $ 5,357.00 1.00 $ 5,357.00 $ 267.85 $ 5,089.15 Unit 2.044 Water Gardens Relocate Water Meter, Vault Modifications, Sa EA $ 23,000.00 1.00 $ 23,000.00 1.00 $ 23,000.00 $ 1,150.00 $ 21,850.00 Unit 2.045 Temporary Asphalt Pavement Repair - Commerce St. LF $ 18.00 1,400.00 $ 25,200.00 1,400.00 $ 25,200.00 $ 1,260.00 $ 23,940.00 Unit 2.046 Water Box Replacements EA $ 576.93 26.00 $ 15,000.18 12.84 $ 7,407.78 $ 370.31 $ 7,037.47 Unit 2.047 Water Gate Valve Concrete Collar CO#5 EA $ 750.00 - $ - 1.00 $ 750.00 $ 37.50 $ 712.50 Total $ 6,993,993.89 $ 6,806,496.23 $ 340,324.75 $ 6,466,171.48 Water $1,754,439.78 $ 1,755,438.23 $ 87,771.83 $1,667,666.40 Sewer $5,239,554.11 $ 5,051,058.00 $ 252,552.92 $4,798,505.08 $ 6,993,993.89 $ 6,806,496.23 $ 340,324.75 $ 6,466,171.48