Loading...
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