HomeMy WebLinkAboutContract 56957-FP1FORT WORTH,
WATER DEPARTMENT
NOTICE OF PROJECT COMPLETION
-FP1
City Secretary No. 56957
Date Received:
9/2/2025
City Project N!?: C01955
Regarding contract 56957 Water & Sanitary Sewer Replacement Contract 88 for as required by the WATER
DEPARTMENT as approved by City Council on 10/12/2021 through M&C 21-0801 the director of the WATER
DEPARTMENT upon the recommendation of the Assistant Director of the Water Department has accepted the project
as complete.
Original Contract Prices:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost Work Completed:
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
$ 3,894,317.42
$ 0.00 Na 5
$ 4,100,954.10
$ 3,602,074.15
Days @ $650.00/ Day
Total Deduction Amount:
$
Total Cost Work Completed:
$ 3,602,074.15
Less Previous Payments:
$ 3,530,032.66
Final Payment Due
$ 72,041.49
08/27/2025
Recommended for Acceptance
Date
Asst. Director, WATER DEPARTMENT
CGtYtJto�Gte� ltaYde�
—,—ph,r H, n1, JAll, 2l, 2C2,1, 4,26 CDT;
08/27/2025
Accepted
Date
Director, WATER DEPARTMENT
"AAA, H-<J
]1iuthdo i,A�267pp7
08/28/2025
Asst. City Manager
Date
Comments:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ProjectName: C01955 - SS Rehab Contract 88
Commitment
Description of Work
Unit Cost
UoM
Org. Qty
Original Contract
Final Qty
W rk Completed
Retainage
Paid To Date
Item #
Unit 1.001
3311.0261 8" PVC Water Pipe
$
64.50
LF
4,828.00
$ 311,406.00
4,648.00
$ 299,796.00
$ 5,995.92
$ 293,800.08
Unit 1.002
3311.0161 6" PVC Water Pipe
$
55.00
LF
74.00
$ 4,070.00
91.00
$ 5,005.00
$ 100.10
$ 4,904.90
Unit 1.003
3312.3003 8" Gate Valve
$
1,480.00
EA
16.00
$ 23,680.00
20.00
$ 29,600.00
$ 592.00
$ 29,008.00
Unit 1.004
3312.3002 6" Gate Valve
$
1,050.00
EA
6.00
$ 6,300.00
7.00
$ 7,350.00
$ 147.00
$ 7,203.00
Unit 1.005
3312.2003 1" Water Service
$
1,600.00
EA
97.00
$ 155,200.00
97.00
$ 155,200.00
$ 3,104.00
$ 152,096.00
Unit 1.006
3312.2001 1" Water Service, Meter Reconnection
$
310.00
EA
97.00
$ 30,070.00
97.00
$ 30,070.00
$ 601.40
$ 29,468.60
Unit 1.007
3312.0001 Fire Hydrant
$
3,290.00
EA
6.00
$ 19,740.00
6.00
$ 19,740.00
$ 394.80
$ 19,345.20
Unit 1.008
3312.0117 Connection to Existing 4"-12" Water Main
$
4,130.00
EA
16.00
$ 66,080.00
16.00
$ 66,080.00
$ 1,321.60
$ 64,758.40
Unit 1.009
241.1302 Remove 6" Water Valve
$
80.50
EA
10.00
$ 805.00
11.00
$ 885.50
$ 17.71
$ 867.79
Unit 1.010
241.1303 Remove 8" Water Valve
$
80.50
EA
4.00
$ 322.00
9.00
$ 724.50
$ 14.49
$ 710.01
Unit 1.011
241.151 Salvage Fire Hydrant
$
160.00
EA
7.00
$ 1,120.00
6.00
$ 960.00
$ 19.20
$ 940.80
Unit 1.012
3305.0101 Fire Hydrant Stem Extension
$
465.00
EA
6.00
$ 2,790.00
8.00
$ 3,720.00
$ 74.40
$ 3,645.60
Unit 1.013
3311.0001 Ductile Iron Water Fittings w/ Restraint
$
115.00
TON
2.00
$ 230.00
2.00
$ 230.00
$ 4.60
$ 225.40
Unit 1.014
3305.0116 Concrete Encasement for Utility Pipes
$
495.00
CY
5.00
$ 2,475.00
-
$ -
$ -
$ -
Unit 1.015
3305.0202 Imported Embedment/Backfill, CSS
$
105.00
CY
10.00
$ 1,050.00
$
$
$
Unit 1.016
3305.0204 Imported Embedment/Backfill, Crushed Rock
$
46.00
CY
10.00
$ 460.00
$
$
$ -
Unit 1.017
3305.0207 Imported Embedment/Backfill, Select Fill
$
17.25
CY
10.00
$ 172.50
12.00
$ 207.00
$ 4.14
$ 202.86
Unit 1.018
3304.0101 Temporary Water Services
$
77,500.00
LS
1.00
$ 77,500.00
1.00
$ 77,500.00
$ 1,550.00
$ 75,950.00
Unit 1.019
3125.0101 SWPPP = 1 acre
$
2,875.00
LS
1.00
$ 2,875.00
1.00
$ 2,875.00
$ 57.50
$ 2,817.50
Unit 1.020
3110.0102 6"-12" Tree Removal
$
950.00
EA
2.00
$ 1,900.00
10.00
$ 9,500.00
$ 190.00
$ 9,310.00
Unit 1.021
3110.0103 12"-18" Tree Removal
$
1,400.00
EA
2.00
$ 2,800.00
10.00
$ 14,000.00
$ 280.00
$ 13,720.00
Unit 1.022
3110.0104 18" - 24" Tree Removal
$
1,900.00
EA
2.00
$ 3,800.00
10.00
$ 19,000.00
$ 380.00
$ 18,620.00
Unit 1.023
3305.0103 Exploratory Excavation of Existing Utilities
$
1,610.00
EA
5.00
$ 8,050.00
9.00
$ 14,490.00
$ 289.80
$ 14,200.20
Unit 1.024
3471.0001 Traffic Control
$
1,050.00
MO
3.00
$ 3,150.00
11.00
$ 11,550.00
$ 231.00
$ 11,319.00
Unit 1.025
171.0101 Construction Staking
$
6,550.00
LS
1.00
$ 6,550.00
1.00
$ 6,550.00
$ 131.00
$ 6,419.00
Unit 1.026
171.0102 As -Built Survey
$
3,675.00
LS
1.00
$ 3,675.00
-
$ -
$ -
$ -
Unit 1.027
241.01 Remove Sidewalk
$
2.15
SF
7,725.00
$ 16,608.75
6,402.28
$ 13,764.90
$ 275.30
$ 13,489.60
Unit 1.028
241.03 Remove ADA Ramp
$
355.00
EA
12.00
$ 4,260.00
3.00
$ 1,065.00
$ 21.30
$ 1,043.70
Unit 1.029
241.0401 Remove Concrete Driveway
$
2.15
SF
8,191.00
$ 17,610.65
6,451.45
$ 13,870.62
$ 277.42
$ 13,593.20
Unit 1.030
241.13 Remove Concrete Curb & Gutter
$
6.50
LF
2,565.00
$ 16,672.50
3,157.29
$ 20,522.39
$ 410.45
$ 20,111.94
Unit 1.031
241.1506 2-inch Surface Milling
$
3.20
SY
9,495.00
$ 30,384.00
2,343.00
$ 7,497.60
$ 149.96
$ 7,347.64
Unit 1.032
241.16 Butt Milling
$
27.80
LF
60.00
$ 1,668.00
-
$ -
$ -
$ -
Unit 1.033
241.17 11-inch Pavement Pulverization
$
5.16
SY
7,516.00
$ 38,782.56
6,909.00
$ 35,650.44
$ 713.01
$ 34,937.43
Unit 1.034
999.0002 ADA Ramp
$
2,680.00
EA
15.00
$ 40,200.00
4.00
$ 10,720.00
$ 214.40
$ 10,505.60
Unit 1.035
3123.0101 Unclassified Street Excavation
$
61.40
CY
45.00
$ 2,763.00
159.50
$ 9,793.30
$ 195.87
$ 9,597.43
Unit 1.036
3124.0101 Asphalt Pavement Base Repair Beyond Trench Width)
$
140.00
CY
100.00
$ 14,000.00
67.65
$ 9,471.00
$ 189.42
$ 9,281.58
Unit 1.055
Remove Concreate Paving CO#3
$
76.00
SY
30.00
$ 2,280.00
30.00
$ 2,280.00
$ 45.60
$ 2,234.40
Unit 1.056
Concrete Paving Replacement (match existing depth) CO#3
$
138.00
SY
30.00
$ 4,140.00
30.00
$ 4,140.00
$ 82.80
$ 4,057.20
Unit 1.057
Remove Vallery Gutter CO#3
$
64.00
SY
54.00
$ 3,456.00
54.00
$ 3,456.00
$ 69.12
$ 3,386.88
Unit 1.058
Permanent Concrete Paving Trench Repair Resindential (match
$
17.60
SF
78.00
$ 1,372.80
78.00
$ 1,372.80
$ 27.46
$ 1,345.34
existing depth) CO#3
Unit 1.059
Remobilization Fee C04
$
14,000.00
LS
1.00
$ 14,000.00
1.00
$ 14,000.00
$ 280.00
$ 13,720.00
Unit 1.060
Cleanup of Litter & Debris C04
$
1,165.00
LS
1.00
$ 1,165.00
1.00
$ 1,165.00
$ 23.30
$ 1,141.70
Unit 1.061
Restore Old Historic Tiles C04
$
1,050.00
LS
1.00
$ 1,050.00
1.00
$ 1,050.00
$ 21.00
$ 1,029.00
Unit 1.062
Double Cut and Remove 12-inch width of sidewalk, Install Crushed
$
44.28
LF
186.00
$ 8,236.08
186.00
$ 8,236.08
$ 164.73
$ 8,071.35
Rock C04
Unit 1.063
Permanent Paving Repair 8" 227 Concrete 2" Type D Asphalt
$
175.00
SY
97.60
$ 17,080.00
97.60
$ 17,080.00
$ 341.60
$ 16,738.40
Commitment
Description of Work
Item #
3201.018 Temporary Asphalt Pavement Repair (2-in HMAC on 6-in
Unit 1.1.a
Flex Base
Unit 1.10.a
3217.0305 Pavement Markings, Stop Bar
Unit 1.11.a
3217.5001 Curb Address Painting
Unit 1.12.a
3232.01 4-inch Concrete Sidewalk Adjacent to to Retainig Wall
Unit 1.13.a
3291.01 Topsoil
Unit 1.14.a
3292.01 Block Sod Replacement
Unit 1.15.a
3305.0108 Miscellaneous Adjustments - Water Meter Box
Unit 1.16.a
3305.0108 Miscellaneous Adjustments, sprinkler systems
Unit 1.17.a
3305.0111 Water Valve Box Adjust w/ Collar
Unit 1.2.a
3201.0111 4' Wide Asphalt Pvmt Repair, Residential
Unit 1.3.a
3211.06 Cement Modification, 26lbs./sy.
Unit 1.37.a
9999 Water Construction Allowance
Unit 1.4.a
3212.0303 2-inch Asphalt Pavement Type "D"
Unit 1.5.a
3212.06 Asphalt Pavement Level -up
Unit 1.6.a
3213.0301 4-inch Concrete Sidewalk
Unit 1.7.a
3213.0401 6-inch Concrete Driveway
3216.0102 7-inch Concrete Curb and 24-inch Gutter (match
Unit 1.8.a
existing)
Unit 1.9.a
3216.0301 7-inch Concrete Valley Gutter
Unit 2.001
3331.4115 8" Sewer Pipe (PVC SDR-26)
Unit 2.002
3331.4208 12" Sewer Pipe (PVC SDR-26)
Unit 2.003
3331.4215 15" Sewer Pipe (PVC SDR-26
Unit 2.004
3331.1102 6 " to 8" Pipe Enlargement
Unit 2.005
3331.1104 8" to 12" Pipe Enlargement
Unit 2.006
3331.0102 6" Sewer Pipe, Point Repair
Unit 2.007
3339.1001 4' Manhole
Unit 2.008
3339.1002 4' Drop Manhole
Unit 2.009
3339.1101 5' Manhole
Unit 2.010
3339.1003 4' Extra Depth Manhole
Unit 2.011
3339.1103 5' Extra Depth Manhole
Unit 2.012
3305.1003 20" Casing By Open Cut
Unit 2.013
241 2201 Remove 4' Manhole
Unit 2.014
3305.0202 Imported Embedment/Backfill, CSS
Unit 2.015
3305.0207 Imported Embedment/Backfill, Select Fill
Unit 2.016
3305.0112 Concrete Collar
Unit 2.017
3305.0116 Concrete Encasement for Utility Pipes
Unit 2.018
3305.0103 Exploratory Excavation of Existing Utilities
Unit 2.019
3305.0109 Trench Safety
Unit 2.020
3301.0001 Pre -CCTV Inspection
Unit 2.022
3301.0002 Post -CCTV Inspection
Unit 2.023
3301.0101 Manhole Vacuum Testing
Unit 2.024
241.2001 Sanitary Line Grouting
Unit 2.025
241.2105 12" Sewer Abandonment Plug
Unit 2.026
3331.3101 4" Sewer Service
Unit 2.027
3331.3103 4" Bored Sewer Service
Unit 2.028
3331.3311 4" Sewer Service, Reconnection
Unit 2.029 3331.3314 4" Sewer Service, Reinstatement for Pipe Enlargement
Unit2.030 3125.0101 SWPPP =1acre
Unit Cost
UoM
Org. Qty
Original Contract
Final Qty
Work Completed
Retainage
Paid To Date
$ 17.50
LF
5,003.00
$ 87,552.50
4,948.00
$ 86,590.00
$ 1,731.80
$ 84,858.20
$ 19.00
LF
30.00
$ 570.00
-
$ -
$ -
$ -
$ 75.00
EA
26.00
$ 1,950.00
30.50
$ 2,287.50
$ 45.75
$ 2,241.75
$ 12.10
SF
1,400.00
$ 16,940.00
383.50
$ 4,640.35
$ 92.81
$ 4,547.54
$ 52.00
CY
34.00
$ 1,768.00
-
$ -
$ -
$ -
$ 9.10
SY
568.00
$ 5,168.80
964.40
$ 8,776.04
$ 175.53
$ 8,600.51
$ 48.00
EA
20.00
$ 960.00
14.00
$ 672.00
$ 13.44
$ 658.56
$ 25,000.00
LS
1.00
$ 25,000.00
-
$ -
$ -
$ -
$ 790.00
EA
20.00
$ 15,800.00
19.00
$ 15,010.00
$ 300.20
$ 14,709.80
$ 41.00
LF
1,442.00
$ 59,122.00
1,494.00
$ 61,254.00
$ 1,225.08
$ 60,028.92
$ 246.00
TN
112.00
$ 27,552.00
89.25
$ 21,955.50
$ 439.11
$ 21,516.39
$ -
$ 100,000.00
$ -
$ -
$ -
$ 12.40
SY
16,569.58
$ 205,462.80
9,252.00
$ 114,724.80
$ 2,294.50
$ 112,430.30
$ 180.00
TN
11.00
$ 1,980.00
-
$ -
$ -
$ -
$ 7.90
SF
9,304.00
$ 73,501.60
5,140.00
$ 40,606.00
$ 812.12
$ 39,793.88
$ 9.50
SF
7,782.00
$ 73,929.00
6,385.00
$ 60,657.50
$ 1,213.15
$ 59,444.35
$ 40.00
LF
2,094.00
$ 83,760.00
3,157.29
$ 126,291.60
$ 2,525.84
$ 123,765.76
$ 155.00
SY
137.00
$ 21,235.00
168.77
$ 26,159.35
$ 523.19
$ 25,636.16
$ 76.50
LF
3,323.00
$ 254,209.50
3,323.00
$ 254,209.50
$ 5,084.19
$ 249,125.31
$ 104.00
LF
1,190.00
$ 123,760.00
1,201.00
$ 124,904.00
$ 2,498.08
$ 122,405.92
$ 139.00
LF
548.00
$ 76,172.00
548.00
$ 76,172.00
$ 1,523.44
$ 74,648.56
$ 98.00
LF
1,205.00
$ 118,090.00
1,232.00
$ 120,736.00
$ 2,414.72
$ 118,321.28
$ 168.00
LF
88.00
$ 14,784.00
88.00
$ 14,784.00
$ 295.68
$ 14,488.32
$ 79.00
LF
60.00
$ 4,740.00
-
$ -
$ -
$ -
$ 5,400.00
EA
27.00
$ 145,800.00
30.00
$ 162,000.00
$ 3,240.00
$ 158,760.00
$ 9,700.00
EA
1.00
$ 9,700.00
-
$ -
$ -
$ -
$ 8,250.00
EA
2.00
$ 16,500.00
2.00
$ 16,500.00
$ 330.00
$ 16,170.00
$ 260.00
VF
49.00
$ 12,740.00
46.00
$ 11,960.00
$ 239.20
$ 11,720.80
$ 330.00
VF
11.00
$ 3,630.00
-
$ -
$ -
$ -
$ 146.00
LF
40.00
$ 5,840.00
40.00
$ 5,840.00
$ 116.80
$ 5,723.20
$ 1,725.00
EA
1.00
$ 1,725.00
16.00
$ 27,600.00
$ 552.00
$ 27,048.00
$ 94.00
CY
20.00
$ 1,880.00
-
$ -
$ -
$ -
$ 17.25
CY
50.00
$ 862.50
-
$ -
$ -
$ -
$ 1,185.00
EA
29.00
$ 34,365.00
7.00
$ 8,295.00
$ 165.90
$ 8,129.10
$ 520.00
CY
5.00
$ 2,600.00
-
$ -
$ -
$ -
$ 1,725.00
EA
5.00
$ 8,625.00
3.00
$ 5,175.00
$ 103.50
$ 5,071.50
$ 0.15
LF
5,061.00
$ 759.15
3,497.00
$ 524.55
$ 10.50
$ 514.05
$ 3.05
LF
1,293.00
$ 3,943.65
1,309.00
$ 3,992.45
$ 79.85
$ 3,912.60
$ 6.60
LF
6,265.00
$ 41,349.00
5,589.00
$ 36,887.40
$ 737.75
$ 36,149.65
$ 172.00
EA
29.00
$ 4,988.00
21.00
$ 3,612.00
$ 72.24
$ 3,539.76
$ 390.00
CY
29.00
$ 11,310.00
-
$ -
$ -
$ -
$ 1,810.00
EA
2.00
$ 3,620.00
2.00
$ 3,620.00
$ 72.40
$ 3,547.60
$ 1,300.00
EA
75.00
$ 97,500.00
89.00
$ 115,700.00
$ 2,314.00
$ 113,386.00
$ 250.00
EA
15.00
$ 3,750.00
-
$ -
$ -
$ -
$ 170.00
EA
75.00
$ 12,750.00
89.00
$ 15,130.00
$ 302.60
$ 14,827.40
$ 960.00
EA
15.00
$ 14,400.00
15.00
$ 14,400.00
$ 288.00
$ 14,112.00
$ 12,000.00
LS
1.00
$ 12,000.00
1.00
$ 12,000.00
$ 240.00
$ 11,760.00
Commitment
Description of Work
Unit Cost UoM
Org. Qty
Original Contract
Final Qty
Work Completed
Retainage
Paid To Date
Item #
Unit 2.031
241.05 Remove Fence
$ 10.50 LF
400.00
$ 4,200.00
-
$
$
$
Unit 2.032
9999 Sewer Construction Allowance
$ -
$ 130,000.00
$
$
$ -
Unit 2.067
24"-36" Tree Removal CO#1
$ 2,850.00 EA
13.00
$ 37,050.00
13.00
$ 37,050.00
$ 741.00
$ 36,309.00
Unit 2.068
Illegal Dumped Debris Clean Up and Removal CO#1
$ 2,450.00 LS
1.00
$ 2,450.00
1.00
$ 2,450.00
$ 49.00
$ 2,401.00
Unit 2.069
36"-48" Tree Removal CO#1
$ 3,350.00 EA
3.00
$ 10,050.00
3.00
$ 10,050.00
$ 201.00
$ 9,849.00
Unit 2.070
SS Epoxy Manholes CO#1
$ 375.00 LF
36.00
$ 13,500.00
150.00
$ 56,250.00
$ 1,125.00
$ 55,125.00
Unit 2.071
Epoxy Manhole Extra Depth CO#1
$ 150.00 VF
39.00
$ 5,850.00
69.00
$ 10,350.00
$ 207.00
$ 10,143.00
Unit 2.072
Open Cut Excavation on Pipe Bursted Main - Install 4 ft. Dia. Mahole
$ 6,000.00 EA
2.00
$ 12,000.00
2.00
$ 12,000.00
$ 240.00
$ 11,760.00
CO#2
Unit 2.073
Reconnection and Reinstatement of Pipe Enlarged SS Main CO#2
$ 1,500.00 EA
4.00
$ 6,000.00
4.00
$ 6,000.00
$ 120.00
$ 5,880.00
Unit 2.074
Manhole Testing CO#2
$ 350.00 EA
2.00
$ 700.00
17.00
$ 5,950.00
$ 119.00
$ 5,831.00
Unit 2.075
Remobilization Fee CO#2
$ 5,000.00 LS
1.00
$ 5,000.00
1.00
$ 5,000.00
$ 100.00
$ 4,900.00
Unit 2.080
Sanitary Sewer Spot Repairs for Sags on Line A C04
$ 4,748.00 EA
6.00
$ 28,488.00
6.00
$ 28,488.00
$ 569.76
$ 27,918.24
Unit 2.081
REmove Ring and Cover and Install Bolt Down Lid Line E C04
$ 4,150.00 EA
8.00
$ 33,200.00
8.00
$ 33,200.00
$ 664.00
$ 32,536.00
Unit 2.082
Epoxy Repairs for Manholes C04
$ 675.00 EA
8.00
$ 5,400.00
8.00
$ 5,400.00
$ 108.00
$ 5,292.00
Unit 2.1.b
3231.0412 6' Fences, Wood
$ 42.00 LF
400.00
$ 16,800.00
-
$ -
$ -
$ -
Unit 2.1.c
3232.01 4-inch Concrete Sidewalk Adjacent to to Retainig Wall
$ 12.10 SF
1,970.00
$ 23,837.00
2,141.59
$ 25,913.24
$ 518.27
$ 25,394.97
Unit 2.10.b
241.01 Remove Sidewalk
$ 2.15 SF
9,630.00
$ 20,704.50
6,402.28
$ 13,764.90
$ 275.30
$ 13,489.60
Unit 2.11.b
241.03 Remove ADA Ramp
$ 355.00 EA
15.00
$ 5,325.00
5.00
$ 1,775.00
$ 35.50
$ 1,739.50
Unit 2.12.b
241.0401 Remove Concrete Driveway
$ 2.15 SF
8,874.00
$ 19,079.10
6,461.45
$ 13,892.12
$ 277.85
$ 13,614.27
Unit 2.13.b
241.13 Remove Concrete Curb & Gutter
$ 6.50 LF
3,265.00
$ 21,222.50
3,157.29
$ 20,522.39
$ 410.45
$ 20,111.94
Unit 2.14.b
241.1506 2-inch Surface Milling
$ 3.20 SY
3,167.00
$ 10,134.40
2,343.00
$ 7,497.60
$ 149.96
$ 7,347.64
Unit 2.15.b
241.17 11-inch Pavement Pulverization
$ 5.16 SY
7,516.00
$ 38,782.56
6,909.00
$ 35,650.44
$ 713.01
$ 34,937.43
Unit 2.16.b
999.0002 ADA Ramp
$ 2,680.00 EA
18.00
$ 48,240.00
5.00
$ 13,400.00
$ 268.00
$ 13,132.00
Unit 2.17.b
3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential
$ 90.00 SY
300.00
$ 27,000.00
292.00
$ 26,280.00
$ 525.60
$ 25,754.40
Unit 2.18.b
3201.018 Temporary Asphalt Pavement Repair (2-in HMAC on 6-in
$ 19.25 LF
3,230.00
$ 62,177.50
4,498.00
$ 86,586.50
$ 1,731.73
$ 84,854.77
Flex Base
Unit 2.19.b
3201.0112 5' Wide Asphalt Pvmt Repair, Residential
$ 50.00 LF
889.00
$ 44,450.00
1,022.00
$ 51,100.00
$ 1,022.00
$ 50,078.00
Unit 2.2.b
3110.0104 6"-12" Tree Removal
$ 945.00 EA
2.00
$ 1,890.00
10.00
$ 9,450.00
$ 189.00
$ 9,261.00
Unit 2.2.c
3291.01 Topsoil
$ 52.00 CY
43.00
$ 2,236.00
-
$ -
$ -
$ -
Unit 2.20.b
3123.0101 Unclassified Street Excavation
$ 61.40 CY
85.00
$ 5,219.00
159.50
$ 9,793.30
$ 195.87
$ 9,597.43
Unit 2.22.b
3124.0101 Asphalt Pavement Base Repair Beyond Trench Width)
$ 140.00 CY
50.00
$ 7,000.00
281.65
$ 39,431.00
$ 788.62
$ 38,642.38
Unit 2.23.b
3211.06 Cement Modification, 26lbs./sy.
$ 246.00 TN
85.00
$ 20,910.00
89.25
$ 21,955.50
$ 439.11
$ 21,516.39
Unit 2.24.b
3212.0303 2-inch Asphalt Pavement Type "D"
$ 12.40 SY
9,743.00
$ 120,813.20
9,252.00
$ 114,724.80
$ 2,294.50
$ 112,430.30
Unit 2.25.b
3212.06 Asphalt Pavement Level -up
$ 180.00 TN
6.00
$ 1,080.00
-
$ -
$ -
$ -
Unit 2.26.b
3213.0301 4-inch Concrete Sidewalk
$ 7.90 SF
11,691.00
$ 92,358.90
5,140.00
$ 40,606.00
$ 812.12
$ 39,793.88
Unit 2.27.b
3213.0401 6-inch Concrete Driveway
$ 9.50 SF
9,283.00
$ 88,188.50
6,385.00
$ 60,657.50
$ 1,213.15
$ 59,444.35
Unit 2.28.b
3216.0102 7-inch Concrete Curb and 24-inch Gutter (match
$ 40.00 LF
3,736.00
$ 149,440.00
3,157.29
$ 126,291.60
$ 2,525.84
$ 123,765.76
existing)
Unit 2.29.b
3216.0301 7-inch Concrete Valley Gutter
$ 155.00 SY
243.00
$ 37,665.00
142.83
$ 22,138.75
$ 442.78
$ 21,695.97
Unit 2.3.b
3110.0104 12"-18" Tree Removal
$ 1,420.00 EA
2.00
$ 2,840.00
10.00
$ 14,200.00
$ 284.00
$ 13,916.00
Unit 2.3.c
3292.01 Block Sod Replacement
$ 9.10 SY
628.00
$ 5,714.80
1,099.40
$ 10,004.54
$ 200.10
$ 9,804.44
Unit 2.30.b
3217.0305 Pavement Markings, Stop Bar
$ 19.00 LF
75.00
$ 1,425.00
-
$ -
$ -
$ -
Unit 2.31.b
3217.5001 Curb Address Painting
$ 75.00 EA
33.00
$ 2,475.00
30.50
$ 2,287.50
$ 45.75
$ 2,241.75
Unit 2.4.b
3110.0104 18" - 24" Tree Removal
$ 1,900.00 EA
2.00
$ 3,800.00
10.00
$ 19,000.00
$ 380.00
$ 18,620.00
Unit 2.4.c
3305.0107 Manhole Adjust, Minor w/ Collar
$ 1,210.00 EA
14.00
$ 16,940.00
12.00
$ 14,520.00
$ 290.40
$ 14,229.60
Unit 2.5.b
3292.04 Seeding, Hydromulch
$ 2.40 SY
5,850.00
$ 14,040.00
-
$ -
$ -
$ -
Commitment
Description of Work
Unit Cost
UoM
Org. City
Original Contract
Item #
Unit 2.5.c
3305.0108 Miscellaneous Adjustments, sprinkler
systems
$ 25,000.00
LS
1.00
$ 25,000.00
Unit 2.6.b
3305.0003 8" Waterline Lowering
$ 9,250.00
EA
2.00
$ 18,500.00
Unit 2.67.a
Remove Concreate Paving CO#3
$ 76.00
SY
30.00
$ 2,280.00
Unit 2.68.a
Concrete Paving Replacement (match existing
de th CO#3
$ 138.00
SY
30.00
$ 4,140.00
Unit 2.69.a
Remove Vallery Gutter CO#3
$ 64.00
SY
54.00
$ 3,456.00
Unit 2.7.b
3471.0001 Traffic Control
$ 1,050.00
MO
10.00
$ 10,500.00
Unit 2.70.a
Permanent Concrete Paving Trench Repair
ern en i match
$ 17.60
SF
78.00
$ 1,372.80
existing depth) CO#3
O
Unit 2.8.b
171.0101 Construction Staking
Q
$ 8,660.00
LS
1.00
$ 8,660.00
Unit 2.9.b
171.0102 As -Built Survey
$ 4,725.00
LS
1.00
$ 4,725.00
Total
p
$ 4,100,954.10
W N
C: Water
$ 1,774,251.54
- Sewer
$ 2,326,702.56
$ 4,100,954.10
Q
& iN v lc'row("
John Crowley (Aug 27, 202510:51:5�i CDT)
Final Qty
Work Completed
Retainage
Paid To Date
30.00
$
2,280.00
$ 45.60
$ 2,234.40
30.00
$
4,140.00
$ 82.80
$ 4,057.20
54.00
$
3,456.00
$ 69.12
$ 3,386.88
14.00
$
14,700.00
$ 294.00
$ 14,406.00
78.00
$
1,372.80
$ 27.44
$ 1,345.36
1.00
$
8,660.00
$ 173.09
$ 8,486.91
$
3,602,074.15
$ 72,041.49
$3,530,032.66
$ 1,519,792.77
$ 2,082,281.38
$ 3,602,074.15
CSC No. 56957-COI
FO RT' Wo RT H City of Fort Worth
Change Order Request
Project Name:1 Water and Sanitary Sewer Replacement Contract 88
Project No.(s):l C01955
Project Description:) Water and Sewer Replacement Contract 88
Conlractor.l Gra-Tex Utilities, Inc
City Project Mgr.1 Scott Taylor
Phone Number.1 817-392-7240
City Sec No.: 1 56957
DOE No. I N/A
City Proj. No.: l 01955
Change Order#
I
1 Date: 1125/2023
City Inspector:
Kevin Jackson
Phone Number:
(682) 328-7823
Dept. Water Sewer
Totals
Contract Time
(Calender days)
Original Contract Amount $1,738,551.66 $2,155,765.76
$3,894,317.42
450
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date $1,738.551,66 $2,155,765.76
$3,8RMT.42
450
Amount of Proposed Change Order $0.00 $68,900.00
�68,900.00
045
Revised Contract Amount $1,738,651.66 $2,224,665,76
$3,963,217.42
49e5
Original Funds Available for Change Orders $100,000.00 $130,000.00
$230,000.00
Remaining Funds Available for this CO $100,000.00 $130.000.00
$230,000.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
1.77%
MAXALLOWABLECONTRACTAMOUNT (ORIGINAL CONTRA CTCOST+25%)
$4,867,896.78
JUSTIFICATION (REASONS) FOR CHANGE ORDER
f
Change Order No. 1 will provide pay item quantities for the removal of conflicting trees
and interior
manhole epoxy coating with extra manhole depth that were inadvertently omitted
at the time the project
was advertised for bid. The change order will also provide for the removal of illegal
debris that was
dumped over a project sewer main.
Staff concurs with the contractor's request for 45 additional calendar days for the 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.
Contractor's Com?any Name Contractor-�Me ,,1� CoppdfActorSlgnature Date
Gra-Tex Utilities, Inc John Crowley I 3,',J� . { I I /-z'- -23
Inspectbr _
Direr off( a er elf _ dT
Senior Assistant City A(tornay
M&C Number NIA
te. ;Pro ecl Mana, er . )`". �. —OfYter _ struclioliSu ryissi7dale
Feb 3, 2023`
nbat4j— Assjs; ity Mai lit DMe
Feb 6, 2023 a f Feb 6. 2023
_ r
Council Action (If Required):
M&C Date Approved NIA
]FORT `«!O RT I --a[ City of Fort Worth
Change Order Additions
Project Name I Water and Sanitary Sewer Replacement Contract 88 City Sec No.: 56957
Project No.(s): I C01955 DOE No.1 N/A City Proj. No.: 01955
Project Water and Sewer Replacement Contract 88
Description
Contractor I Gra-Tex Utilities, Inc ( Change Order: Date: 1 1/25/2023
City Project Mgr. I Scott Taylor City Inspector I Kevin Jackson
IfEm - b]�sUIRJIPTION
67 24"-36"Tree Removal
68 Illegal Dumped Debris Clean Up and Removal
69 36"A8" Tree Removal
70 SS Epoxy Manholes
71 Epoxy Manhole Extra Depth
ADDITIONS
DEPT
Sewer
Sewer
Sewer
Sewer
Sewer
Paige 1 of 1
Qty Unit
Unit Cost
Total
J3.00 EA
$2,850.00
$37,050.00
1.00 LS
$2,450.00
$2,450.00
3.00 EA
$3,350.00
$10,050.00
36.00 LF
$375.00
$13,500.00
39.00 VF
$150.00
$5,850.00
lWater
(Sewer $68,900.00
Additions Sub Total $68,900.00
F'cO RT WO R-r iH City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer Replacement Contract 88 City Sec No.: ( 56957
Project No.(s): C01955 DOE No. I N/A City Proj. No.: ( 01955
Project Description I Water and Sewer Replacement Contract 88
Contractor Gra-Tex Utilities, Inc Change Order: o Date 1/25/2023
City Project Mgr. Scott Taylor City Inspector: Kevin Jackson
DELETIONS
iTEIYI DESCRIPTION DEPT My Unit Unit Cast Total
Water
Sewer
Page 1 of 1 Deletions Sub Total
MfWBE Breakdown for this Change Order
MWBE S.ub � � Type 'of .Service. Amount for this CO
Previous Change Orders
Co # DATE
Total
Total
AMOUNT
$0.00
Page 1 of 1
1/25/2023
Water and Sanitary Sewer Replacement Contract 88
CPN 01955
Change Order 1 Notes
Staff has reviewed the requested prices and considers them to be fair and reasonable.
Contract Compliance Manager
By signing i acknowledge that I am'the person responsible
for the monitoring and administration of this contract, including
ensuring all performance and reporting requirements.
Signature
Scott Taylor, P.E.
Name of Employee
Project Manager
Title
ATTEST:
Jannette Goodall
City Secretaiy
FORT W01?,T1J City of Fort Worth
Change order Request
Project Name:1 Water and Sanitary Sewer Replacement Contract 88
Project No.(s):l C01955 1 DOE No. I N/A
Project Descriptiorrl Water and Sanitary Sewer Replacement Contract 88
Conlractod Gra-Tex Ulililies, Inc.
City Project Mgr,1 Scott Taylor
Phone Number: 817-392-7240
Dept. Water Sewer
Original Contract Amount $1,738,551.66 $2,155,765.76
Extras to Dale $68,900.00
Credits to Date
Pending Change Orders (in M&C Process)
CSC No. 56957-0O2
I City Sec No.: 1 56957
1 City Proj. No.:1 01955
Change Order fl 2 1
City Inspector: Kevin Jackson
Phone Nurnber:l 682-328-7823
Totals
$3,894,317.42
$68,900.00
Date
4/3/2023 1
Contract Time
(Calendar (lays)
450
045
Contract Cost to Date
$1,738,5'61.66
$2 224 665.76
f
$3,963,217.42 1495
Amount of Proposed Chang_ a Order
$0. 0
23)00,00
$23,700.00 030
Revised Contract Amount
$1,738,551.66
$2,248,365.76
$.3,986,917.42 -525
Original Funds Available for Change Orders
$100,000.00
$130,000.00
$230,000.00
Remaining Funds Available for this CO
$100,000.00
$61,100.00
$161,100.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 2,38%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 2591o) $4,867,896.78
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Change Order No. 2 provides for the following:
The Installation of 4 fool diameter manholes at grade break locations of a project sewer main that was rehabilitated via pipe enlargement,
The reconnection of the sewer main to the new manholes.
Remobilization fee.
Staff concurs with the contractors request for 30 additional calendar days on the 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,
Contractor's Company Name Contractor Name I Contractor Signature
Gra-Tex Ulililies, InI c. John Crowley, peltct (tom&q 4/11/2023
Inspector
l Dlrec or (Water Dept)
fSenlor Assistant City Attorney
M&C Number I N/A
Date Project WgAager Date
Dale CJnt/ru'�OctogStlpervisor ( PW Dept) Date
Apr 24, 2023 �r� �2 )',Z3
Date Assistant Clly Manager Date
Apr sue,, s�0�24 kpr 26, 2023
Council Action (If Required)
j M&C Date Approved NIA
FO RT WO RT H City of Fort Worth
—
= y-`- Change Order Additions
Project Name Water and Sanitary Sewer Replacement Contract 88
City Sec No.:
1 56957
Project No.(s): C01955
DOE No.j N/A I
City Proj. No.:
1 01955
Project I Water and Sanitary Sewer Replacement Contract 88
Description
I
Contractor Gra-Tex Utilities, Inc.
Change Order: 2
Date:1 4/3/2023
City Project Mgr. Scott Taylor
City Inspector I Kevin Jackson
ADDITIONS
ITEM DESCRIPTION
DEPT Qt. Unit
Unit Cost
Total
72 Open Cut Excavation on Pipe Bursted Main - Install 4 ft. Dia. Manhole
Sewer .00 EA
$6,000.00
$12,000.00
73 Reconnection and Reinstatement of Pipe Enlarged SS Main
Sewer 4.00 EA
$1,500.00
$6,000.00
74 Manhole Testing
Sewer 2.00 EA
$350.00
$700.00
75 Remobilization Fee
Sewer 1.00 LS
$5,000.00
$5,000.00
lWater
Sewer $23,700.00
Page i of i
lAdditions Sub Total $23,700.00
FORT WORTH City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer Replacement Contract 88 City Sec No.: 56957
Project No,(s): C01955 DOE No. I N/A City Proj. No,: I 01955
Project Description I Water and Sanitary Sewer Replacement Contract 88 1
Contractor I Gra-Tex Utilities, Inc. ( Change Order: F2 Date 4/3/2023
City Project Mgr. I Scott Taylor City Inspector I Kevin Jackson
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
(Water
Sewer
I
Page 1 of 1 IDeletions Sub Total
MMIBE 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
4/03/2023
Water and Sanitary Sewer Replacement Contract 88
CSC: 56957
CPN:01955
Change Order 2 Notes
Staff has reviewed the requested prices and considers them to be fair and reasonable.
.Contract Compliance Manager
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, including
ensuring all performance and reporting requirements.
�r
IJ
Signature
Scott Taylor, P.E.
Name of Employee
Project Manager
Title
ATTEST:
Jannette Goodall
City Secretary
FO R-r Wo RT H City of Fort Worth
-'w- Change Order Request
Project Name:1 Water and Sanitary Sewer Replacement, Contract 88
Project No.(s):l C01955 1 DOE No. I N/A
ProjectDescription:l Water and Sanitary Sewer Replacement, Contract 88
CSC No. 56957-0O3
City Sec No.: 1 56957
City Proj. No.; 1 01955
Contractor: I Gra-Tex Utilities, Inc. Change Order# 3 1 Date
City Project Mgr. 1 Scott Taylor City Inspector: Kevin Jackson
Phone Number: 817-392-7240 Phone Number: 682-328-7823
Dept. Water Sewer Totals
8/18/2023 1
Contract Time
(Calendar days)
Original Contract Amount $1,738,551.66 $2,155,765.76
$3,894,317.42
450
Extras to Date $0.00 $92,600.00
$92,600.00
075
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date $1,738,551.66 $2,248,365.76
$3,986,917.42
525
Amount of Proposed Change Order $11,248.80 $11,248.80
$22,497.60
045
Revised Contract Amount $1,749,800.46 $2,259,614.56
$4,009,415.02
570
Original Funds Available for Change Orders $100,000.00 $130,000.00
$230,000.00
Remaining Funds Available for this CO $100,000.00 $37,400.00
$137,400.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
2.96%
MAX ALLOWABLE CONTRA CT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
$4,867,896.78
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Change Order No. 3 provides for the following increased pay item quantities to complete the project: concrete paving removals,
installation of
concrete pavement, valley gutter removal and permanent concrete paving trench repair on Halbert Street.
Staff concurs with the contractor's request for an additional 45 calendar days for this 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.
I Contractor's Company Name
Contractor Name Contractor Si, nature
Date
JGra-Tex Utilities, Inc,
John Crowley
8-24-2023
Inspecto
Date Project Manager
Date
Qp /13 ott Taylor , PE
8-24-2023
Cy1rector (Water Dept)
Date Qnftstwetion-9up-ervisor (TPW)
Date
°
TS Sep 1, 2023,E /
�a��-3�
Senior Assistant City Attorney
Date Asslstan 'C�a��-r
Date
t
Sep 5, 2023 Cana Bu�hdofiF
, ,
Sep 5, 2023
I
Council Action (If Required)
M&C Number 23-0659
M&C Date Approved 8/812023
)
FORT WORTH City of Fort Worth
Change Order Additions
Project Name I Water and Sanitary Sewer Replacement Contract 88
City Sec No.:
1 56957
Project No.(s): C01955
DOE No.N/A
City Proj. No.:
1 01955
Project Water and Sanitary Sewer Replacement Contract 88
Description
Contractor Gra-Tex Utilities, Inc. Change Order: 3
Date:1 8/18/2023
City Project Mgr. Scott Taylor City Inspector I Kevin Jackson
ADDITIONS
I'I,EM DESCRIP I ION DEPT
Qt, Unit
Unit Cost
Total
55 Remove Concrete Paving Water
30.00 SY
$76.00
$2,280.00
56 Concrete Paving Replacement (match existing depth) Water
30.00 SY
$138.00
$4,140.00
57 Remove Valley Gutter Water
54.06 SY
$64.00
$3,456.00
58 Permanent Concrete Paving Trench Repair Residential (match existing depth Water
78.00 SF
$17.60
$1,372.80
67 Remove Concrete Paving Sewer
30.00 SY
$76.00
$2,280.00
68 Concrete Paving Replacement (match existing depth) Sewer
30.00 SY
$138.00
$4,140.00
69 Remove Valley Gutter Sewer
54.00 SY
$64.00
$3,456.00
70 Permanent Concrete Paving Trench Repair Residential (match existing depth Sewer
78.00 SF
$17.60
$1,372.80
Water $11,248.80
Sewer $11,248.80
Page 2 of 4 Additions Sub Total $22,497.60
FO RT WO RT H City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer Replacement Contract 88 City Sec No.: 56957
Project No.(s): I C01955 DOE No. I N/A City Proj. No.: 01955
Project Description I Water and Sanitary Sewer Replacement Contract 88
Contractor Gra-Tex Utilities, Inc. Change Order: F3 Date I 8/18/2023
City Project Mgr. Scott Taylor I City Inspector: I Kevin Jackson
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
Water
Sewer
Page 3 of 4 Deletions Sub Total
MWWBE 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 4 of 4
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 8, 2023
LOG NAME: 60SSRC88CO3-GRATEX
REFERENCE NO.: **M&C 23-0659
SUBJECT.
(CD 8) Authorize Execution of Change Order No. 3 in the Amount of $22,497.60, and the Addition of 45
Calendar Days to a Contract with Gra-Tex Utilities, Inc. for the Water and Sanitary Sewer Rehabilitation
Contract 88 Project for a Revised Contract Amount of $4,009,415.02
RECOMMENDATION:
It is recommended that the City Council authorize execution of Change Order No. 3 in the amount of
$22,497.60 and the addition of 45 calendar days to City Secretary Contract No. 56957 with Gra-Tex
Utilities, Inc. for the Water and Sanitary Sewer Rehabilitation Contract 88 project (City Project No.
C01955) for a revised contract amount of $4,009,415.02.
DISCUSSION:
On October 12, 2021, Mayor and Council Communication (M&C 21-0801), the City Council authorized a
contract with Gra-Tex Utilities, Inc., (City Secretary Contract No. 56957) in the amount of $3,894,317.42
for construction of the Water and Sanitary Sewer Rehabilitation Contract 88 project. The contract was
subsequently revised by Change Order No. 1 in the amount of $68,900.00 administratively authorized on
February 6, 2023 that primarily provided for removal of conflicting trees and interior manhole epoxy
coating with extra manhole depth and included removal of illegal debris that was dumped over a project
sewer main, and Change Order No. 2 in the amount of $23,700.00 administratively authorized on April 26,
2023 that provided compensation for the installation of 4 foot diameter sanitary sewer manholes on grade
break locations of a project sewer main that was rehabilitated via pipe enlargement and reconnection of
the sewer main to the new manholes.
Change Order No. 3 provides for the following increased pay item quantities to complete the project:
concrete paving removals, installation of concrete pavement, valley gutter removal and permanent
concrete paving trench repair on Halbert Street.
Appropriations for the Water and Sanitary Sewer Replacement, Contract 88 project are as depicted below:
Fund
Existinq
Additional II
project Total*
Appropriations
Appropriations
W&S Capital
Projects —
$4,428,725.00
$0.00
$4,428,725.00
Fund 56002
Sewer Capital
Legacy —
$195,619.39
$0.00
$195,619.39
Fund 59607
Water Capital
$3,452.92
$0.00
$3,452.92
— Fund 59601
Project Total
$4,627,797.31
$0.0011
$4,627,797.31
*Numbers rounded for presentation purposes.
Funding is budgeted in the Water Department's W&S Capital Projects Fund for the purpose of funding the
Water and Sanitary Sewer Rehabilitation Contract 88 project, as appropriated.
This project is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION I CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the W&S Capital Projects Fund for the SS Rehab Contract 88 project to support the
approval of the above recommendation and execution of the change order. 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) ctivity Budget Reference # 1 mount
ID IA I ID I I Year I (Chartfield 2) I
FROM
Fund Department ccount Project Program) ctivity Budget Reference # mount
ID IA I ID I I Year I (Chartfield 2) I
CERTIFICATIONS:
Submitted for Citv Manaaer's Office bv: Dana Burghdoff (8018)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Scott Taylor (7240)
ATTACHMENTS
1.60SSRC88CO3-GRATEX FID Table (WCF 06.22.23).xlsx (CFW Internal)
2.60SSRCB8CO3-GRATEX Form 1295.odf (CFW Internal)
3.60SSRC88CO3-GRATEX funds availabilitvpdf (CFW Internal)
4. 60SSRC88CO3-GRATEX MARpdf (Public)
5. SAM.aov Gra Tex Utilities Inc.pdf (CFW Internal)
#lFund I Dept# Account JProjectIDJActivity
Rec # (Fund I Dept # Account .Project IDJActivity
FIDs REVIEW
# (Fund I Dept # (Account JProject ID Activity
FIDs Bud et
Budget CF 2 Program
Year
Budget
Year
Budget
Year
CF 2 1 Program
Amount
Amount
>E - Nb KK or GL Entries N
CF 2 (Program I Amount
Purpose
Purpose
Purpose
Xfer
Xfer
Xfer
.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.
J
Signature
Scott Taylor, P.E.
Name of Employee
Project Manager
Title
ATTEST: l
Jannette Goodall
City Secretary
CSC No. 56957-CO4
FORT WORTH City of Fort Worth
�qllrw Change Order Request
Project Name:1
Water and Sanitary Sewer Replacement Contract 88
Project No.(s)]
C01955 `
Project Description:1
Water and Sanitary Sewer Replacement Contract 88
Contractor: I
Gra-Tex Utilities, Inc.
City Project Mgr.1
Scott Taylor
Phone Number]
817-392-7240
City Sec No.: 1 56957
DOE No. I N/A
City Proj. No.: l 01955
Change Order 4
I
4 Date , 101212024
City Inspector:
Kevin Jackson
Phone Number:
682-328.7823
Dept.
Water
Sewer
Original Contract Amount
$1,738,551,66
$2,155,765.76
Extras to Date
$11,248.80
$103,848.80
Credits to Dale
Pending Change Orders (in M&C Process)
Contract Cost to Date
$1,749,800.46
$2,259,614.56
Amount of Proposed Change Order
24,451.08
$67,088.00
Revised Contract Amount
$ ,774,251.54
$2,326,702.56
Original Funds Available for Change Orders
$100,000.00
$130,000,00
Remaining Funds Available for this CO
$75,548.92
$26,151.20
Additional Funding (if necessary)
$40,936.80
CHANGE ORDERS to DA TE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
Totals Contract Time
(Calendar days)
$3,894,317.42 450
$115,097.60 120
$4,009,415.02 570
$91,539.08 087
$4,100,954.10 657
$230,000.00
$101,700.12
$40,936.80
5,31 %
$4,867,896.78
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Change Order No. 4 primarily provides compensation for the following pay items that are necessary on the project:
Point repairs at six locations on a project sanitary sewer main where sags were identified,
Demolition and remobilization to the job site after work stoppage due to an adjacent none project water main break repaired by Field
Operation Crews and design for wheel chair ramp at the Magnolia/Mansfield intersection.
The removal and replacement of the ring and cover for 8 project manholes with bolt down lids as required by Water Field Operations to
eliminate illegal dumping.
- The removal and replacement of 12-inches of sidewalk with crushed rock against the curb in accordance with TDLR requirements to
maintain a buffer between the curb and sidewalk.
Staff concurs with the contractors request for 87 additional calendar days on the change order.
There are suffucient funds available in the project to pay for the 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.
Contractor's Compan Name Contractor Name onlyptor si ature Date
Gra-Tex Utilities, Inc, John Crowley `i �yf
Inspector Date Pr�ructlon;Su�';rvisor(TPWDepf)
t i Dale
�. 1a/# Uq , le Uzi %q
Director (Wier Date CDate
Clr�ir tla�de� 12/09/2024 12/3/24
Senior Assistant City Attorney Date Assistant City Manager Date
12/10/2024 19/11 /9n94
.pouglas B[ack(Dec 10,202423:27 CST) William Johns.D e11.202408:53CST)
IL Council Action If
Required
M&C Number I NIA M&C Date Approved j — NIA
FORT WOR-r vi City of Fort Worth
Change Order Additions
Project Name I Water and Sanitary Sewer Replacement Contract 88
City Sec No.: L56957
Project No.(s): I C01955
DOE No.
City Proj. No.: j
01955
Project Water and Sanitary Sewer Replacement Contract 88
Description
Contractor I Gra Tex Uilities, Inc.
Change Order:
Date: j 1012l2024
City Project Mgr. t Scott Taylor i
City Inspector Kevin Jackson
ADDITIONS
ITEM
DEPT
Qtv [Unit
Unit Cost
Total
59 Remobilization Fee
Water
1.00 LS
$14,000.00
$14,000.00
80 Sanitary Sewer Spot Repairs for Sags on Line A
Sewer
6,00 EA
$4,748.00
$28,488.00
81 Remove Ring and Cover and Install Bolt Down Lid Line E
Sewer
8.00 EA
$4,150.00
$33,200.00
82 Epoxy Repairs for Manholes
Sewer
8.00 EA
$675.00
$5,400.00
60 Cleanup of Litter & Debris
Water
1.00 LS
$1,165.00
$1,165.00
61 Restore Old Historic Tiles
Water
1.00 LS
$1,050.00
$1,050.00
62 Double Cut and Remove 12-inchwidth of Sidewalk, Install Crushed Rock
Water
186.00 LF
$44.28-
$8,236.08
Water $24,451.08
Sewer $67,088.00
Page 2 of 4 (Additions Sub Total $91,539.08
FORT WORTH City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer Replacement Contract 88 City Sec No.: 56957
Project No,(s): C01955 I DOE No. I N/A City Proj. No.: 01955
Project Description I Water and Sanitary Sewer Replacement Contract 88 f
Contractor I Gra-Tex Utilities, Inc, I Change Order: ® Date 10/2/2024
City Project Mgr. Scott Taylor City Inspector: I I<evin Jackson
ITEM DESCRIPTION
DELETIONS
DEPT Qty Unit Unit Cost Total
Water
Sewer
Page 3 of 4 (Deletions Sub Total
MWWBE Breakdown for this Change Order
MWBE Sub Type of Service Amount for this CO
Total $0.00
Previous Change Orders
c0 # DATE AMOUNT
Total $0.00
Page 4 of 4
12/9/2024
Water and Sanitary Sewer Replacement Contract 88
CSC: 56957
CPN:01955
Change Order 4 Notes
Staff has reviewed the requested prices and days 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
Scott Taylor, P.E.
Name of Employee
Project Manager
Title
ATTEST:
Jannette Goodall
City Secretary
CSC No. 56957-CO5
FORT WORTH City of Fort Worth
Change Order Request
Project Name:1 Water and Sanitary Sewer Replacement, Contract 88
City Sec No,: 1 56957
Project No.(s):l C01955 DOE No. I N/A
I City Proj. No,: l C01955
Project Description:I
Sewer replacement on Magnolia Ave
I
Contractor: Gra-Tex Utilities, Inc. Change Order #
5 Date 6/13/2025
City Project Mgr.1 Tony Sholola, P.E. City Inspector:
Kevin Jackson
Phone Number:1 817-392-6054 I Phone Number: l
682-328-7823
Dept. Water Sewer Paving
Contract Time
Totals
(Calendar days)
Original Contract Amount $1,738,551.66 $2,155,765.76
$3,894,31.7.42 450
Extras to Date $35,699.88 $170,936.80
$206,636.68 207
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date $1,774,251.54 $2,326,702.56
$4,100,954.10 657
JArnount of Change Order $0.00 $0.00
$0.00
Revised Contract Amount $1,774,251.54 $2,326,702.56
$4,100,954.10
Original Funds Available for Change Orders $100,000.00 $130,000.00
$230,000.00
Remaining Funds Available for this CO $64,300.12 $0.00
$64,300.12
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
I 5.31%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%)
$4,867,896.78
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Change Order No. 5 provides for permanent pavement repair with 8-in of 2/27
concrete and 2-in asphalt overlay
on E. Magnolia Avenue (East Mansfield Avenue to dead end) in order to match
the existing pavement.
It Is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment
in full (both time and money) for all costs arising out of, or incidental to, the above Change Order.
Contractor's Company Name Contractor Name ntr Vtognat�u Date
Gra-Tex Utilities, Inc. John Crowley (�/ rv06G/��L 6/>71�oz5
Inspector Date Project Manager Date
Asgistant Director (Water Dept) � �� Date �on�structioi-n Supervisor Water DVQ Date
r d� T S , 06/23/2025 -7-� —lox
Assistant City Attorney Date s Assistant City Ivranager Date
r, 06/24/2025 07/02/2025
Council Action (If Required)
M&C Number N/A I M&C Dale Approved N/A
FORT WORTH City of Fort Worth
Change Order Additions
Project Name I Water and Sanitary Sewer Replacement, Contract 88 City Sec No.: 56957
Project No.(s): I C01955 DOE No.1 N/A City Pro]. No.: C01955
Project I Description Sewer replacement on Magnolia Ave
Contractor Gra-Tex Utilities, Inc. Change Order:Date:1 03/2025
City Project Mgr. Tony Sholola, P.E. City Inspector I Kevin Jackson
ADDITIONS
HEM EM ' DESGRIN I ION DEPT City Unit 'Unit Cost Total
63 Permanent Paving Repair 8" 227 Concrete 2" Type D Asphalt Water 97.60 SY $175.00 $17,080.00
(Water $17,080.00
(Sewer
Page 1 of 1 Paving
lAdditions Sub Total $17,080.00
FO RT WO RT H City of Fort Worth
Change Order Deletions
Project Name Water and Sanitary Sewer Replacement, Contract 88 I City Sec No.: 56957
Project No.(s): C01955 DOE No. I N/A City Proj. No.: C01955
Project Description I Sewer replacement on Magnolia Ave
Contractor II Gra-Tex Utilities, Inc. I Change Order: 5 Date I 6/13/2025
City Project Mgr. Tony Sholola, P.E. I City Inspector: I Kevin Jackson
DELETIONS
ITEM DESCRIPTION DEPT City Unit Unit Cost Total
120 2-inch Asphalt Pavement Type D Water 1,377.4190 SY $12.40 $17,080.00
Page 1 of 1
Water $17,080.00
Sewer
Paving
Deletions Sub Total $17,080.00
MWBE Sub
co #
MWWBE Breakdown for this Change Order
Type of Service Amount for this CO
Total $0.00
Previous Change Orders
DATE AMOUNT
Total $0.00
Page 1 of 1
6/13/2025
Water and Sanitary Sewer Replacement Contract 88
CSC: 56957
CPN:01955
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.
TVA� do/01�
Signature
Tony Sholola
Name of Employee
Assistant Water Director
Title
ATTEST:
Jannette Goodall
City Secretary
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME:
Water and Sewer Replacement Contract 88
CITY PROJECT NUMBER:
C01955
WATER
PIPE LAID
SIZE
TYPE OF PIPE
LF
C-900
8"
PVC
4828 LF
C-900
6"
PVC
74 LF
FIRE HYDRANTS: 6
VALVES (16" OR LARGER)
N/A
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
DENSITIES:
UPLOADED TO E-BUILDER
NEW SERVICES:
1"
COPPER
97 EA
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
SDR-26
8"
PVC
3323 LF
SDR-26
12"
PVC
1190 LF
SDR-26
15"
PVC
548 LF
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
VCP
12"
CLAY
500 LF
VCP
15"
CLAY
500 LF
DENSITIES:
UPLOADED TO E-BUILDER
NEW SERVICES:
4"
PVC
90 EA
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
July 9, 2025
Gra-Tex Utilities Inc
P.O Box 700
Arlington, Tx 76004
RE: Acceptance Letter
Project Name: Water and Sewer replacement Contract 88
Project Type: Water,Sewer,Paving
City Project No.: C01955
To Whom It May Concern:
On February 18, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on June 30, 2025. The final inspection and
the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on June 30, 2025, which is the date of the
punch list completion and will extend of two (2) years in accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at
Anthony.Sholola@fortworthtexas.gov .
Sincerely,
Tony Sholola, Project Manager
Cc: Kevin Jackson, Inspector
Gary Deyon, Inspection Supervisor
Lorrie Pitts, Senior Inspector
Tony Sholola, Program Manager
BDS Technologies Inc, Consultant
Gra-Tex Utilities Inc, Contractor
City of Fort Worth, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
CONSENT OF Owner
M
SURETY COMPANY Architect
❑
TO FINAL PAYMENT Contractor
❑
Surety
❑
Other
❑
Project: Water & Sanitary Sewer Replacement Contract 88 City Project No. 01955
(name, address) Fort Worth, Texas
TO (Owner)
f City of Fort Worth Applicable Bond Number: 46BCSHP4390
100 Fort Worth Trail Contract For:
Fort Worth, Texas 76102 Water & Sanitary Sewer Replacement Contract 88
City Project No.01955
L J
Effective: 1 1-22-2021
Contractor: Gra-Tex Utilities, Inc,
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,
the Hartford Fire Insurance Company
On bond of Gra-Tex Utilities, Inc.
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall
not relieve Hartford Fire Insurance Company, the Surety Company of any of its obligations to
City of Fort Worth, Owner
as set forth in the said Surety Company§ bond.
IN WITNESS WHEREOF,
The Surety Company has hereunto set its hand this 26th day of August, 2025
Hartford Fire Insurance Company
pany
ignature
of Authorized Representative
Attest: Bradley Board, Attorney -In -Fact
(Seal): Title
Direct Inquiries/Claims to:
THE HARTFORD
POWER
OF
ATTORNEY
BONnectic
One Hartford Plaza
Hartford, ConnecticutO6t55
Bond. Claims0theha rtford.com
calf. 888-266-3488 orfax: 860-757-6836
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA DFB
INSURANCE SVCS LLC
Agency Code: 46-512482
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
L .J Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
0 Hartford Insurance Company of the Midwest, a corporation duly- organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of Unl united :
Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of FORT WORTH, Texas
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, 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.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have
caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
• .nx� �'', '`t ,�70r•7W9+� • _ f� ,,;r ra ee.�o k
Shelby Wiggins, Assistant Secretary
Joelle L. LaPierre. Assistant Vice President
STATE OF FLORIDA
ss. Lake Mary
COUNTY OF SEMINOLE
On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that
(s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority.
JCSslca Cicconee
r f•-�,
My Commission HH 122280
Expires June 20, 2025
1, the undersigned, Assistant Vice President of the Companies, 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 effective as of 26th day of August, 2025.
+ Sao ,i,prs � 'ran..• �rt�
Keith D. Dozois, Assistant Vice President
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your Agent.
You may call The Hartford's Consumer Affairs toll -free telephone number for information or to
make a complaint at:
1-800-451-5944
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490.1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim, you should contact the
(agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition of the attached
document.
./Tx427s-1
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 John Crowley,
Project Manager for Gra-Tex Utilities, Inc. , known to me to be a credible
person, who being by me duly sworn, upon his oath deposed and said;
That all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
CPN#01955 Contract 88 Water and Sanitary Sewer Replacement
BY
oJect Manager
Subscribed and sworn before me on this date 26th Day of August, 2025
s■�Y °�e GREG STEVEN HUGDAHI
i Notary ID #128160989
r+ My Commission Expires
Notary Pic ''F of April 5, 2026
Tarrant County, Texas