Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 61454-FP1
.FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 61454 Date Received: 09/15/2025 City Project N!?: 103057 Regarding contract 61454 Thomas Place for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 4/23/2024 through M&C 24-0037 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: $ 2,179,010.00 Days 180 $ 544,603.65 Ns 2 Days Added by CO 60 $ 2,723,613.65 Total Days 240 $ 2,722,820.14 Days Charged 225 Days @ $ $ 2,722,820.14 $ 2,586,679.12 Final Payment Due $ 136,141.00 TaO-[Cla L. Wkwk 09/08/2025 Paoicai Wadsazk-P2,?-13o1-3]con Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery 09/08/2025 Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager 09/08/2025 Date / Day OFFICIAL RECORD Comments: CITY SECRETARY FT. WORTH, TX City Secretary Contract Number: 61454 Project: 103057-103057 - Thomas PI SDR Contract Name: Thomas PI at Calmont SDR To: WOODY CONTRACTORS INC 650 TOWER DR KENNEDALE, TX 76060 Supplier ID: 0000035314 Contract Summary: 1. Original Contract Amount 2. Net Change by Change Orders 3. Current Contract Amount (Line 1 +/- Line 2) 4. Total Completed and Stored to Date (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) Amount Eligible to Date (Line 4 — Line 5) 7. Less Previous Payments (Line 6 from prior Invoice) t Amount Due this Application Balance to Finish, Plus Retainage (Line 3 — Line 6) 10. Contract Time a. Days Awarded b. Days Added by Change Order c. Total Contract Days Awarded d. Days Charged this Invoice e. Days Charged from Previous Invoice(s) f. Contract Days Remaining FORT WORTH... TPW Construction Invoice Purchase Order: FW020-0000013788 Invoice Number: GS-C - 00001+GS-C-1 Invoicing Period (From —To): 06.24.2025 to 06.24.2025 $2,179,010.00 $ 544,603.65 $2,723,613.65 $2,722,820.14 $ .00 $2,722,820.14 $2,586,679.12 $ 136,141.00 $- 165,471.81 180 60 Payment Application Date: 06.24.2025 Estimate Number: 8 Project Manager: Guidry, Berton Payment Approvals Roles Date: Inspector: q.o f. 07.23.2025 Sr. Inspector: e44'Waat" 07.23.2025 Project Manager: Contractors Certification: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages @ x day Tiro- Wod� ( :36:26 CDT) Page 1 of 9 FORT WORTH- TPW Construction Invoice Funding Distribution: Funding Identification (FIDs) Amount Earned Retainage (FIDs) Retainage Amount to Pay 30100-0200431-5740010-103057-002480-9999 $ .00 30100-2060000-103057-RETAIN (2,286.25) $2,286.25 52002-0200431-5740010-103057-002880-9999 $ .00 52002-2060000-103057-RETAIN (14,315.54) $14,315.54 52007-0200431-5740010-103057-002880-9999 $ .00 52007-2060000-103057-RETAIN (84,955.08) $84,955.08 52008-0200431-5740010-103057-002880-9999 $ .00 52008-2060000-103057-RETAIN (16,459.38) $16,459.38 56002-0600430-5740010-103057-001780-9999 $ .00 56002-2060000-103057-RETAIN (18,124.75) $18,124.75 Contract Bid Bid Item No. Items: Description REM TOR LESS CURB INLET 12" G.V. REM TOR LESS CURB INLET REMOVE 72' ARCH PIPE 24" RCP CLIII 6X5 BOX Connect 24" RCP to 8X81B 10' Standard Curb Inlet 10' Standard Curb Inlet 10' Depth 5' Curb Inlet 8" G.V. REMOVE 72' ARCH PIPE 12" G.V. TEMP ASPHALT A Spec. Section No. U01M EA EA EA LF LF LF EA EA EA EA EA LF EA LF Bid I Quantity 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Unit Price $ 1,150.00 $ 45,000.00 $ 1,150.00 $ 200.00 $ 379.00 $ 1,283.00 $ 2,000.00 $ 12,000.00 $ 27,300.00 $ 8,200.00 $ 2,000.00 $ 200.00 $ 4,500.00 $ 48.00 B Bid Value 5 .00 $ .00 $ 2,300.00 $ 7,600.00 $ 6,064.00 $ 25,660.00 $ 2,000.00 $ 12,000.00 $ 27,300.00 $ 8,200.00 $ 4,000.00 $ .00 $ 4,500.00 $ 4,320.00 C Estimated Quantity Installed this Period 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 D Value this Period E Previously Installed Quantity 0.0000 0.0000 2.0000 38.0000 16.0000 20.0000 1.0000 F Previously Installed Value $ .00 $ .00 $ 2,300.00 $ 7,600.00 $ 6,064.00 $ 25,660.00 $ 2,000.00 G Materials Presently Stored (not in F) $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 H Total Completed and Stored to Date (D+F+G) Retainage this I Period J % (H/B) K Balance to Finish (B-H) 1 $ .00 $ .00 $ .00 0.00% $ .00 10 $ .00 $ .00 $ .00 $ .00 0.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 11 $ 2,300.00 $ .00 12 $ .00 $ .00 $ .00 $ .00 $ 7,600.00 $ .00 13 $ 6,064.00 $ .00 14 $ 25,660.00 $ .00 15 $ 2,000.00 $ .00 100.00% $ .00 16 $ .00 1.0000 $ 12,000.00 $ .00 $ 12,000.00 $ .00 100.00% $ .00 17 $ .00 $ .00 $ .00 $ .00 $ .00 1.0000 $ 27,300.00 $ .00 $ .00 $ .00 $ 27,300.00 $ .00 100.00% $ .00 18 0.0000 $ .00 $ .00 $ .00 0.00% $ 8,200.00 19 2.0000 $ 4,000.00 $ 4,000.00 $ .00 100.00% $ .00 2 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ .00 20 1.0000 $ 4,500.00 $ .00 $ 4,500.00 $ .00 100.00% $ .00 21 $ $ .00 .00 90.0000 1,269.0000 $ 4,320.00 $ $ .00 .00 $ 4,320.00 $ .00 100.00% $ .00 22 11" PAV PULVERIZATION SY 0 $ 18.20 $ 23,095.80 0.0000 $ 23,095.80 $ 23,095.80 $ .00 100.00% $ .00 Page 2 of 9 FORT WORTH., TPW Construction Invoice A Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated No. Section Quantity Quantity No. Installed this Period 23 CEMLIME (40 LB/SY) 3" ASP PAV TYPE D 24 25 8" GATE VALVE 26 FITTINGS 27 TRENCH SAFETY (WATER) 28 8" DI WATER 29 4-12" CONNECTS 3 24" RCP CL III 30 STUMP GRINDING 31 6" PVC WATER 32 FIRE HYDRANT 33 34 REM FH 6" GATE VALVE 35 8" DIP WATER W/ CLSM 36 8" PVC WATER PIPE 37 8" GATE VALVE 38 1" WATER SERVICE 39 1" WATER SERVICE, METER RECONNECTION 4 40 6X5 BOX TEMPORARY WATER SERVICES 41 8" LOWERING INCLUDING 20 TEMPORARY WATER SERVICES CASTING 42 CONNECTION TO EXISTING 4"- 12" WATER MAIN TN 0 $ 400.00 $ 10,184.00 SY 0 $ 33.05 $ 41,940.45 EA 0 $ 2,000.00 $ 15,000.00 $ 1.00 $ 4,000.00 $ 3,000.00 $ 35.00 TN 0 LF 0 LF 0 $ 243.08 $ 19,446.40 EA 0 $ 6,300.00 $ 18,900.00 LF 0 $ 379.00 $ .00 EA 0 $ 400.00 $ 1,600.00 LF 0 $ 226.00 $ 4,068.00 EA 0 $ 6,250.00 $ 6,250.00 EA 0 $ 400.00 $ 400.00 EA 0 $ 1,800.00 $ 1,800.00 LF 0 $ 395.00 $ 86,505.00 LF 0 $ 160.00 $ 76,160.00 EA 0 $ 2,000.00 $ 2,000.00 EA 0 $ 3,400.00 $ 51,000.00 EA 0 $ 940.00 $ 14,100.00 LF 0 $ 1,283.00 $ .00 LS 0 $ 25,000.00 $ 25,000.00 EA 0 $ 40,000.00 $ 40,000.00 EA 0 $ 6,300.00 $ 12,600.00 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 E F G H I J K Value this Period $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Previously Previously Installed Installed Quantity Value .00 25.0000 1 10,000.00 .00 1,269.0000 $ 41,940.45 .00 2.0000 $ 4,000.00 .00 0.2000 $ 3,000.00 .00 35.0000 $ 35.00 .00 72.0000 $ 17,501.76 .00 3.000 810 900.00 .00 0.0000 $ .00 .00 4.0000 $ 1,600.00 .00 8.0000 $ 1,808.00 .00 1.0000 $ 6,250.00 .00 1.0000 $ 400.00 .00 1.0000 $ 1,800.00 .00 219.00010 $ 86,505.00 .00 476.0000 $ 76,160.00 .00 1.0000 $ 2,000.00 .00 16.0000 $ 54,400.00 .00 16.0000 $ 15,040.00 .00 0.0000 $ .00 .00 1.0000 $ 25,000.00 .00 1.00Y$ 40,000.00 .00 2.0000 $ 12,600.00 Materials Presently Stored (not in F) $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 Total Completed and Stored to Date(D+F+G) $ 10,000.00 $ 41,940.45 $ 4,000.00 $ 3,000.00 $ 35.00 Retainage this Period $ .00 $ .00 $ .00 $ .00 $ .00 % (H/B) 98.19% 100.00% 100.00% 100.00% 100.00% Balance to Finish (B-H) $ 184.00 $ .00 $ .00 $ .00 $ .00 $ 17,501.76 $ .00 90.00% $ 1,944.64 100.00% $ .00 0.00% $ .00 $ 18,900.00 $ .00 $ 1,600.00 $ .00 $ .00 $ .00 100.00% $ .00 $ 1,808.00 $ .00 44.44% $ 2,260.00 $ 6,250.00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ .00 106.67% $- 3,400.00 $ .00 106.67% $- 940.00 $ .00 0.00% $ .00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ .00 100.00% $ .00 $ 400.00 $ 1,800.00 $ 86,505.00 $ 76,160.00 $ 2,000.00 $ 54,400.00 $ 15,040.00 $ .00 $ 25,000.00 $ 40,000.00 $ 12,600.00 Page 3 of 9 FORT WORTH... TPW Construction Invoice A B C D E Previously Installed Quantity F Previously Installed Value G H I J K Bid Item No. Description Spec. Section No. UOM Bid Quantity Unit Price Bid Value Estimated Quantity Installed this Period Value this Period Materials Presently Stored (not in F) Total Completed and Stored to Date (D+F+G) Retainage this Period % (H/B) Balance to Finish (B-H) 43 FITTINGS TN 0 $ 15,000.00 $ 3,750.00 TRENCH SAFETY LF 0 $ 1.00 $ 476.00 CONCRETE COLLAR FOR VALVE EA 0 $ 1,200.00 $ 7,200.00 4"-12" ABANDON PLUG EA 0 $ 480.00 $ 1,920.00 GROUT WATER LINE CY 0 $ 500.00 $ 3,000.00 GSP SURVERY WATER LS 0 $ 2,000.00 $ 2,000.00 5' WIDE HMAC PEV REP LF 0 $ 150.00 $ 4,500.00 RESIDENTIAL Connect24" RCP to 8X81B EA 0 $ 2,000.00 $ .00 EXTRA WIDTH RESIDENTIAL SY 0 $ 120.00 1 $ 2,880.00 HMAC 0.0000 $ .00 0.2300 $ 3,450.00 $ .00 $ .00 $ .00 $ .00 $ .00 $ 3,450.00 $ .00 92.00% $ 300.00 100.00% $ .00 100.00% $ .00 50.00% $ 960.00 44 45 0.0000 $ .00 476.0000 $ 476.00 $ 476.00 $ .00 $ 7,200.00 $ .00 0.0000 $ .00 6.0000 2.0000 0.0000 $ 7,200.00 46 0.0000 $ .00 $ 960.00 $ 960.00 $ .00 47 48 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,000.00 0.0000 $ .00 1.0000 $ 2,000.00 $ .00 $ 2,000.00 $ .00 100.00% $ .00 49 0.0000 $ .00 $ .00 17.0000 $ 2,550.00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ 2,550.00 $ .00 56.67% $ 1,950.00 0.00% $ .00 62.50% $ 1,080.00 5 0.0000 0.0000 $ .00 $ .00 $ .00 50 0.0000 $ .00 15.0000 $ 1,800.00 $ 1,800.00 $ .00 51 MOBILIZATION LS 0 $ 9,000.00 $ 9,000.00 0.0000 $ .00 1.0000 $ 9,000.00 $ 9,000.00 $ .00 100.00% $ .00 52 TRAFFIC CONTROL MO 0 $ 4,000.00 $ 8,000.00 0.0000 $ .00 0.2500 772.0000 $ 1,000.00 $ 14,050.40 $ 1,000.00 $ .00 12.50% $ 7,000.00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.00% $ .00 100.001, $ .00 100.00% $ .00 100.00% $ .00 53 11" PAV. PULVERIZATION SY 0 $ 18.20 $ 14,050.40 0.0000 0.0000 $ .00 $ .00 $ 14,050.40 $ .00 54 CEMLINE(40LB/SY) 3" ASP RAV TYPE D TN 0 $ 400.00 $ 6,160.00 15.4000 $ 6,160.00 772.0000 $ 25,514.60 1,108.0000 $ 53,184.00 $ 6,160.00 $ .00 55 SY 0 $ 33.05 $ 25,514.60 0.0000 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ 25,514.60 $ .00 56 TEMPORARY ASPHALT PAVING LF 0 $ 48.00 $ 53,184.00 REPAIR 11" PAV PULVERIZATION SY 0 $ 18.20 $ 14,050.40 CEMLIME (40 LB/SY) TN 0 $ 400.00 $ 6,160.00 3" ASP PAV TYPE D SY 0 $ 33.05 $ 25,514.60 10' Standard Curb Inlet EA 0 $ 12,000.00 $ .00 4" M.H. Riser EA 0 $ 6,500.00 $- 19,500.00 8" DR 14 PVC WATER LF 0 $ 236.00 $- 45,312.00 12" PVC SEWER LF 0 $ 227.00 $- 11,350.00 4' M.H. RISER EA 0 $ 9,627.00 $- 48,135.00 0.0000 $ 53,184.00 $ .00 57 0.0000 772.0000 $ 14,050.40 $ 14,050.40 $ .00 58 0.0000 15.4000 $ 6,160.00 $ 6,160.00 $ .00 59 0.0000 772.0000 $ 25,514.60 $ .00 $ .00 $ .00 $ .00 $ 25,514.60 $ .00 6 0.0000 0.0000 $ .00 $ .00 $ .00 $ .00 1 $ .00 0.00% $ .00 0.00% $- 19,500.00 60 0.0000 0.0000 $ .00 $ .00 61 0.0000 0.0000 $ .00 $ .00 0.00% $- 45,312.00 62 0.0000 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $- 11,350.00 63 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $- 48,135.00 Page 4 of 9 Bid Item Description No. 64 4' EXTRA DEPTH 65 TEMP. WATER 66 IMPORTED BACKFILL, SELECT FILL 67 3471.0001 Traffic Control 68 0241.1700 11" Pavement Pulverization 69 3211.0601 CEMLIME (40LB/SY) 7 10' Standard Curb Inlet 10' Depth 70 3212.0303 3" Asphalt Pavement Type D _ 241.1300 Remove 6" Concrete 71 Curb & Gutter 72 _ 241.0100 Remove 4' Concrete Sidewalk 241.0401 Remove Concrete 73 Drive _ 74 3311.0263 8" C-900 DR14 PVC Water Pipe 75 3216.0101 6" Concrete Curb & Gutter 76 3213.0301 4" Concrete Sidewalk 77 3291.0100 4" Topsoil 78 3292.0100 Block Sod Placement _ 79 3305.0012 Concrete Collar for Manhole 8 5' Curb Inlet 80 3305.0112 Concrete Collar for Valve FORT WORTH., TPW Construction Invoice A B Spec. UoM Bid Unit Price Bid Value Section Quantity No. VF 0 $ 164.00 $- 2,788.00 LS 0 $ 8,900.00 $ 44.00 $ 4,000.00 $ 18.20 $- 8,900.00 $- 52,800.00 $ 1,000.00 CY 0 MO 0 SY 0 $- 17,080.15 TN 0 EA 0 SY 0 LF 0 $ 400.00 $- 7,120.00 $ 27,300.00 $ .00 $ 33.05 $- 31,016.43 $ 2.00 $ 331.60 SF 0 $ 2.00 $- 2.00 SF 0 $ 2.00 $ 316.56 LF 0 $ 236.00 $- 124,372.00 LF 0 $ 62.00 $ 10,279.60 CY 0 $ 10.00 $- 10.00 CY 0 $ 75.00 $ 375.00 SF 0 $ 20.00 $ 1,500.00 EA 0 $ 1,800.00 $ 1,800.00 EA 0 $ 8,200.00 $ .00 EA 0 $ 1,200.00 $- 4,800.00 C D E Previously Installed Quantity F Previously Installed Value Estimated Quantity Installed this Period Value this Period 0.0000 $ .00 0.0000 5 .00 0.0000 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 0.0000 0.0000 $ .00 0.2500 $ 1,000.00 0.0000 $ .00 -938.4700 $- 17,080.15 0.0000 $ .00 -17.8000 $- 7,120.00 0.0000 $ .00 0.0000 $ .00 0.0000 $ .00 -938.4700 $- 31,016.43 0.0000 $ $ .00 .00 165.8000 $ 331.60 0.0000 -1.0000 158.2800 5 2.00 $ 316.56 0.0000 $ .00 0.0000 $ .00 -527.0000 $- 124,372.00 0.0000 $ .00 165.8000 $ 10,279.60 0.0000 $ $ .00 .00 -1.0000 $- 10.00 0.0000 5.0000 $ 375.00 0.0000 $ .00 75.0000 $ 1,500.00 0.0000 $ $ $ .00 .00 .00 1.0000 $ 1,800.00 0.0000 0.0000 $ .00 0.0000 -4.0000 $- 4,900.00 G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) $ .00 $ .00 $ .00 0.00% 5 2,788.00 $ .00 $ .00 $ .00 0.00% 5 8,900.00 $ .00 $ .00 $ .00 0.00% 5 52,800.00 $ .00 $ 1,000.00 $ .00 100.00% $ .00 $ .00 5 17,080.15 $ .00 100.00% $ .00 $ .00 $ 7,120.00 $ .00 100.00% $ .00 $ .00 $ .00 $ .00 0.00% $ .00 $ .00 $- 31,016.43 $ .00 100.00% $ .00 $ .00 $ 331.60 $ .00 100.00% $ .00 $ .00 5 2.00 $ .00 100.00% $ .00 $ .00 $ 316.56 $ .00 100.00% $ .00 $ .00 $-124,372.00 $ .00 100.00% $ .00 $ .00 $ 10,279.60 $ .00 100.00% $ .00 $ .00 $ 10.00 $ .00 100.00% $ .00 $ .00 $ 375.00 $ .00 100.00% $ .00 $ .00 $ 1,500.00 $ .00 100.00% $ .00 $ .00 $ 1,800.00 $ .00 100.00% $ .00 $ .00 $ .00 $ .00 0.00% $ .00 $ .00 $ 4,800.00 $ .00 100.00% $ .00 Page 5 of 9 FORT WORTH., TPW Construction Invoice A I E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) 81 321.0401 6" Concrete Driveway SF 0 $ 16.00 $ 2,532.48 158.2800 $ 2,532.48 $ 2,532.48 $ .00 100.00% $ .00 0.0000 $ .00 $ .00 9 8" G.V. EA 0 $ 2,000.00 $ .00 $ .00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% $ .00 Unit 3125.0101SWPPP LS 1 $ 2,000.00 $ 2,000.00 $ .00 $ .00 0.0000 1.0000 $ 2,000.00 $ 2,000.00 $ .00 100.00% $ .00 1.001 Unit 3471.0001 Traffic Control MO 6 $ 4,000.00 $ 24,000.00 0.0000 $ .00 5.7500 $ 23,000.00 $ .00 $ 23,000.00 $ .00 95.83% $ 1,000.00 1.002 Unit 3201.0400 Temporary Asphalt LF 1,000 $ 95.00 $ 95,000.00 0.0000 $ .00 990.0000 $ 94,050.00 $ .00 $ 94,050.00 $ .00 99.00% $ 950.00 1.003 Paving Repair 0.0000 $ .00 2,513.0000 $ 45,736.60 $ .00 Unit 0241.1700 11" Pavement SY 1,200 $ 18.20 $ 21,840.00 $ 45,736.60 $ .00 209.42% $- 23,896.60 1.004 Pulverization 24 $ 400.00 $ 9,600.00 $ .00 $ .00 Unit 3211.0601 CEMLIME (40LB/SY) TN 0.0000 50.0000 $ 20,000.00 $ 20,000.00 $ .00 208.33% $- 10,400.00 1.005 $ .00 $ .00 209.42% $- 43,394.65 Unit 3212.0303 3" Asphalt SY 1,200 $ 33.05 $ 39,660.00 0.0000 $ .00 2,513.0000 $ 83,054.65 $ 83,054.65 1.006 Pavement Type D 3305.0109 Trench Safety LF _ 820 $ 10.00 $ .00 853.0000 $ .00 Unit $ 8,200.00 0.0000 $ 8,530.00 $ 8,530.00 $ .00 104.02% $- 330.00 1.007 (Storm) 241.4001 Remove 5' or Less EA 1 $ 1,150.00 $ .00 Unit $ 1,150.00 0.0000 $ .00 1.0000 $ 1,150.00 $ 1,150.00 $ .00 100.00% $ .00 1.008 Curb Inlet EA 3 $ 2,960.00 $ 8,880.00 $ .00 100.00% $ .00 Unit 241.5001 Remove Existing $ 8,880.00 0.0000 $ .00 3.0000 $ 8,880.00 $ .00 1.009 Storm Manhole 0.0000 $ .00 225.0000 $ 8,325.00 $ .00 $ 8,325.00 $ .00 100.00% $ .00 Unit 241.3025 Remove 30"Storm LF 225 $ 37.00 $ 8,325.00 1.010 Draine Line 241.3026 Remove 72" Arch LF 15 $ 200.00 $ 3,000.00 $ .00 $ .00 Unit 0.0000 34.0000 $ 6,800.00 $ 6,800.00 $ .00 226.67% $- 3,800.00 1.011 Pipe 241.3116 72" Arch Pipe Storm EA 2 $ 1.00 $ 2.00 $ .00 $ .00 $ 2.00 $ .00 Unit 0.0000 2.0000 $ 2.00 100.00% $ .00 1.012 Abadonment Plug 241.3001 Fill Existing 6' Arch CY 260 $ 480.00 $ 124,800.00 $ .00 $ .00 Unit 0.0000 351.0000 $ 168,480.00 $ 168,480.00 $ .00 135.00% $- 43,680.00 1.013 Pipe with Low Strength Grout 3349.0005 8' Concrete Junction EA 4 $ 46,900.00 $ 187,600.00 4.0000 $ 187,600.00 $ .00 $ 187,600.00 $ .00 Unit 0.0000 $ .00 100.00% $ .00 1.014 Box 3349.0102 4' Manhole Riser EA 4 $ 6,500.00 $ 26,000.00 $ .00 Unit 0.0000 $ .00 1.0000 $ 6,500.00 $ 6,500.00 $ .00 25.00% 1 $ 19,500.00 1.015 3349.0106 Manhole Steps EA 4 $ 1,300.00 $ 5,200.00 4.0000 $ 5,200.00 $ .00 Unit 0.0000 $ .00 $ 5,200.00 $ .00 100.00% $ .00 1.016 Page 6 of 9 Bid Item Description No. Unit 3341.0205 Install 24" RCP, Class 1.017 III 9999.00015' Curb Inlet Unit 1.018 3341.1304 Install 6'x5' RCB, Unit 1.019 Class III Storm Drain Line Unit 9999.0002 Deep Trench 1.020 Safety/Shoring - Storm Drain Unit 9999.0003 Connect to Existing 1.021 Storm Drain -All sized RCP Unit 241.1013 Remove 8" Water 1.022 Line Unit 3110.0103 12"-18" Tree 1.023 Removal Unit 3110.010418"-24" Tree 1.024 Removal Unit 241.1300 Remove 6" Concrete 1.025 Curb & Gutter Unit 241.0100 Remove 4' Concrete 1.026 Sidewalk 241.0300 Remove Barrier -Free Unit 1.027 Ramp 241.0401 Remove Concrete Unit 1.028 Drive Unit 241.12184"-12" Water 1.029 Abandonment Plug Unit 3305.0005 12" Water Line 1.030 Lowering Unit 3311.0263 8" C-900 DR14 PVC 1.031 Water Pipe Unit 3311.02618" C-900 DR14 PVC 1.032 Water Pipe B.O.T.O.C. Unit 335.100216" Casing B.O.T.O.0 1.033 FORT WORTH., TPW Construction Invoice A B c D Value this Period $ $ .00 .00 E Previously Installed Quantity 36.0000 1.0000 F Previously Installed Value $ 13,644.00 $ 8,200.00 G H I J K Spec. Section No. UOM Bid Quantity Unit Price Bid Value Estimated Quantity Installed this Period Materials Presently Stored (not in F) Total Completed and Stored to Date (D+F+G) Retainage this Period % (H/B) Balance to Finish (B-H) LF EA LF 9 1 820 $ 379.00 $ 8,200.00 $ 1,283.00 $ 3,411.00 0.0000 $ $ $ .00 .00 .00 $ 13,644.00 $ .00 400.00% $- 10,233.00 $ 8,200.00 0.0000 $ 8,200.00 $ .00 100.00% $ .00 $1,052,060.00 0.0000 $ $ $ $ $ $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 833.0000 1.0000 6.0000 220.0000 3.0000 1.0000 291.2000 131.0000 1.0000 492.0000 0.0000 1.0000 $1,068,739.00 $ 5,000.00 $ 15,360.00 $ 220.00 $ 4,500.00 $ 2,000.00 $ 582.40 $ 262.00 $ 500.00 $ 984.00 $ .00 $ 46,657.00 $1,068,739.00 $ .00 101.59% $- 16,679.00 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 $ 5,000.00 $ .00 100.00% $ .00 EA 8 $ 2,560.00 $ 20,480.00 0.0000 $ $ $ $ $ $ $ $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00 $ 15,360.00 $ .00 75.00% 100.00% 100.00% $ 5,120.00 $ $ .00 .00 LF 220 EA 3 $ 1.00 $ 220.00 0.0000 $ 220.00 $ .00 $ 1,500.00 $ 4,500.00 0.0000 $ 4,500.00 $ .00 EA 1 $ 2,000.00 $ 2,000.00 $ 520.00 0.0000 0.0000 $ 2,000.00 $ .00 100.00% $ 112.00% $- 62.40 .00 LF 260 SF 970 EA 2 SF 570 $ 2.00 $ 582.40 $ .00 $ 2.00 $ 1,940.00 0.0000 $ 262.00 $ .00 13.51% $ 1,678.00 $ 500.00 $ 1,000.00 0.0000 $ 500.00 $ .00 $ 984.00 $ .00 $ .00 $ .00 50.00% $ 500.00 $ 2.00 $ 1,140.00 $ 960.00 $ 46,657.00 0.0000 0.0000 0.0000 86.32% $ 156.00 EA 2 $ 480.00 0.00% $ 960.00 EA 1 $ 46,657.00 $ 46,657.00 $ .00 100.00% $ .00 LF 255 $ 236.00 $ 65.00 $ 500.00 $ 60,180.00 $ 1,300.00 0.0000 $ .00 590.0000 $ 139,240.00 $ .00 18.0000 $ 1,170.00 $ .00 18.0000 $ 9,000.00 $ 139,240.00 $ .00 231.37% $- 79,060.00 LF 20 0.0000 $ 1,170.00 $ .00 $ 9,000.00 $ .00 90.00% $ 130.00 LF 20 $ 10,000.00 0.0000 90.00% $ 1,000.00 Page 7 of 9 FORT WORTH., TPW Construction Invoice A B C D E F G H I J K Bid Item Description Previously Previously Materials Spec. UoM Bid Unit Price Bid Value Estimated Value this Total Completed Retainage % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) 3312.3003 8" Gate Valve Period 2.0000 $ 4,000.00 (not in F) $ .00 $ 4,000.00 $ .00 Unit EA 1 $ 2,000.00 $ 2,000.00 0.0000 $ .00 200.00% $- 2,000.00 1.034 3312.0117 Connection to EA 3 5.0000 $ 31,500.00 $ .00 $ 31,500.00 $ .00 $- 12,600.00 Unit $ 6,300.00 $ 18,900.00 0.0000 $ .00 166.67% 1.035 Existing 4"-12" Water Main 3211.0001 Wrapped Iront TN 1 $ 15,000.00 $ 9,000.00 0.9800 $ 14,700.00 $ .00 Unit 0.0000 $ .00 $ 14,700.00 $ .00 163.33% $- 5,700.00 1.036 Fittings w/ Restraint 3305.0109 Trench Safety LF 275 0.0000 $ .00 292.0000 $ 282.00 $ .00 Unit $ 1.00 $ 275.00 $ 282.00 $ .00 102.55% $- 7.00 1.037 (Water) 3216.0101 6" Concrete Curb & LF 260 291.2000 $ 18,054.40 $ .00 $ 18,054.40 $ .00 Unit $ 62.00 $ 16,120.00 0.0000 $ .00 112.000 $- 1,934.40 1.038 Gutter 3213.0301 4" Concrete SF 970 0.0000 $ .00 131.0000 $ 1,310.00 $ .00 Unit $ 10.00 $ 9,700.00 $ 1,310.00 $ .00 13.51% $ 8,390.00 1.039 Sidewalk 3213.0501 Barrier -Free Ramp, EA 2 _ $ 4,000.00 $ 8,000.00 1.0000 $ 4,000.00 $ .00 Unit 0.0000 $ .00 $ 4,000.00 $ .00 50.00% $ 4,000.00 1.040 Type P-1 10.0000 $ 750.00 $ .00 Unit 3291.0100 4"Topsoil CY 18 $ 75.00 $ 1,350.00 0.0000 $ .00 $ 750.00 $ .00 55.56% $ 600.00 1.041 $ 20.00 $ 28,800.00 0.0000 $ .00 538.0200 $ 10,760.40 $ .00 Unit 3292.0100 Block Sod SF 1,440 $ 10,760.40 $ .00 37.36% $ 18,039.60 1.042 Placement $ 1.00 $ 50.00 0.0000 $ .00 0.0000 $ .00 $ .00 0.00% $ 50.00 Unit 241.2015 Remove 12" Sewer LF 50 $ .00 $ .00 1.043 Line 3331.5304 8" PVC Sewer Pipe LF 30 0.0000 $ .co $ .00 Unit $ 198.00 $ 5,940.00 0.0000 $ .00 $ .00 $ .00 0.00% $ 5,940.00 1.044 3331.5504 12" PVC Sewer Pipe LF 50 0.0000 $ .00 $ .00 0.00% $ 11,350.00 Unit $ 227.00 $ 11,350.00 0.0000 $ .00 $ .00 $ .00 1.045 3331.5734 16" PVC Sewer Pipe LF 16 0.0000 $ .00 $ .00 0.00% $ 4,752.00 Unit $ 297.00 $ 4,752.00 0.0000 $ .00 $ .00 $ .00 1.046 3331.31014"Sewer Service EA 2 $ 4,400.00 $ 8,800.00 0.0000 $ .00 $ .00 Unit 0.0000 $ .00 $ .00 $ .00 0.00% $ 8,800.00 1.047 3339.10014' Manhole EA 5 $ 9,627.00 $ 48,135.00 0.0000 $ .00 $ .00 0.00% $ 48,135.00 Unit 0.0000 $ .00 $ .00 $ .00 1.048 3339.1003 4'Extra Depth VF 17 $ 164.00 $ 2,788.00 0.0000 $ .00 $ .00 Unit 0.0000 $ .00 $ .00 $ .00 0.00% $ 2,788.00 1.049 Manhole 3305.0012 Concrete Collar for EA 9 7.0000 _ $ 12,600.00 $ .00 $ 12,600.00 $ .00 Unit $ 1,800.00 $ 16,200.00 0.0000 $ .00 77.78% $ 3,600.00 1.050 Manhole Page 8 of 9 FORT WORTH., TPW Construction Invoice A B C u E Previously F Previously G Materials H Total Completed I Retainage J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this % Balance to No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) Unit 3305.0112 Concrete Collar for EA 3 $ 1,200.00 $ 3,600.00 0.0000 7.0000 $ 8,400.00 $ .00 $ 8,400.00 $ .00 $ .00 233.33% $- 4,800.00 1.051 Valve Unit 330.0001 Concrete Encase CY 8 $ 650.00 $ 5,200.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,200.00 1.052 Existing Sanitary Sewer Pipe Unit 241.2104 10"Sewer EA 2 $ 160.00 $ 320.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 320.00 1.053 Abandonment Plug Unit 3305.0118 Misc Structure EA 3 $ 25.00 $ 75.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 75.00 1.054 Adjustment (Water Meter) Unit 3304.0101 Temporary Water LS 1 $ 8,900.00 $ 8,900.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 8,900.00 1.055 Services Unit 3312.20031" Water Service EA 3 $ 3,400.00 $ 10,200.00 0.0000 $ .00 2.0000 $ 6,800.00 $ .00 $ 6,800.00 $ .00 66.67% $ 3,400.00 1.056 Unit 3312.2003 2" Water Service EA 2 $ 6,000.00 $ 12,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% 1 $ 12,000.00 1.057 Unit 3312.2101 1" Water Service, EA 3 $ 940.00 $ 2,820.00 0.0000 $ .00 2.0000 $ 1,880.00 $ .00 $ 1,880.00 $ .00 66.67% $ 940.00 1.058 Meter Reconnection Unit 3312.22012" Water Service, EA 2 $ 1,690.00 $ 3,380.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,380.00 1.059 Meter Reconnection Unit 3217.0502 Preformed LF 70 $ 50.00 $ 3,500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,500.00 1.060 1 Thermoplastic Contrast Markings - 24" Crosswalk $ .00 0.00% $ 1,750.00 Unit 3217.0504 Preformed LF 35 $ 50.00 $ 1,750.00 0.0000 1.061 Thermoplastic Contrast 0.0000 $ .00 $ .00 $ .00 $ .00 Markings - 24" Stop Bars $ .00 45.56% $ 9,408.00 Unit 321.04016" Concrete Driveway SF 1,080 $ 16.00 $ 17,280.00 0.0000 492.0000 $ 7,872.00 $ .00 $ 7,872.00 $ .00 1.062 Unit 3441.4110 Remove & Reinstall EA 5 $ 200.00 $ 1,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,000.00 1.063 Sign Panel & Post Unit 3305.0207 Imported CY 3,000 $ 44.00 $ 132,000.00 0.0000 $ .00 1,590.0000 $ 69,960.00 $ .00 $ 69,960.00 $ .00 53.00% $ 62,040.00 1.064 Embedment/Backfill, Select Fill $2,557,348.31 $ 0.00 $2,722,820.12 $ 0.00 $2,722,820.12 $- 106.47 $- 136,141.00 % 165,471.81 Page 9 of 9 WOOdY CONTRACTORS INC. JOB. THOMAS PLACE S.D. EST: RETAINAGE PAY APP. DATE: 6124/2025 PO; FW020-11964 PN; 103057 I ITEM DESCRIPTION 1 SWPPP 2 TRAFFIC CONTROL 3 TEMP. ASP. PAV. 4 11" PAV. PULVERIZATION 5 CEMLiME (40 LB/SY) 6 3" ASP. PAV. TYPE D 7 TRENCH SAFETY (S.D.) 8 REM. 5' OR LESS CURB INLET 9 REM. EXIST, STORM M.H. 10 REM. 30" STORM DRAIN LINE. J 11 REM. 72" ARCH PIPE 12 72" ARCH PIPE PLUG J 13 FILL 6' ARCH PIPE WITH GROUT 14 & JUNCTION BOX 15 4' M.H. RISER 16 M,H. STEPS 17 24" RCP CL III I 18 5' CURB INLET 19 6'X5' BOX 20 DEEP TRENCH SAFETY 21 CONNECT TO RCP 22 REM. 8" WATER 23 REM. 12"-18" TREE I 24 REM. 18"-24" TREE 25 REM, 6" C& G 26 REMA" SIDEWALK 27 REM. BARRIER -FREE RAMP 28 REM. CONC, DRIVE 29 4"-12" ABAND, PLUG 30 12" WATER LINE LOWERING 31 8" DR14 PVC WATER 32 8" DR14 PVC WATER B.O.T.O.0 33 16" CASING B.O.T.O.C. 34 8"G.V. 35 CONN. TO 4"-12" WATER WOOC�Y CC7NTF2ACTC�RS 650 -rcawr= R €zo KE.NNE0ALE, TX 76066 PH<DNE- B17-4u3-4787 PAX 817-4B3-2048 TO DATE I THIS MO. QUANTITY UNIT QUANTITY AMOUNT UNIT PRICE QUANTITY AMOUNT 1 LS 1.00 2,000.00 2,000.00 - 6 MO 6.00 24,000.00 4,000.00 - 1,000 LF 990.00 94,050.00 95.00 - 1,200 SY 1,574.53 28,656.45 18.20 - 24 TON 32.20 12,880.00 400.00 - J 1,200 SY 1,574.53 52,038.22 33.05 - 820 LF 853.00 8,530.00 10.00 - 1 EA 1.00 1,150.00 1,150.00 - 3 EA 3.00 8,880.00 2,960.00 - J 225 LF 225.00 8,325.00 37.00 - 15 LF 34.00 6,800.00 200.00 - 2 EA 2.00 2.00 1,00 - 260 CY 351.00 168,480.00 480.00 - 4 _ EA 4.00 187,600.00 46,900.00 - 4 EA 1.00 6,500.00 6,500.00 - 4 EA 4.00 5,200.00 1,300.00 - 9 LF 36.00 13,644.00 379.00 - 1 EA 1.00 8,200.00 8,200.00 _ 820 LF 833.00 1,068,739.00 1,283.00 - 1 LS 1.00 5,000.00 5,000.00 - 8 EA 6.00 15,360.00 2,560.00 - 220 LF 220.00 220.00 1.00 - 3 EA 3.00 4,600.00 1,500.00 - 1 EA 1.00 2,000.00 2,000.00 - 260 LF 457.00 914.00 2.00 - 970 SF 130.00 260.00 2.00 - 2 EA 1.00 500.00 500.00 _ 570 SF 650.28 1,300.56 2.00 _ 2 EA - 480.00 1 EA 1.00 46,657.00 46,657.00 _ 36 LF 63.00 14,868.00 236.00 _ 20 LF 18.00 1,170.00 65.00 - 20 LF 18.00 9,000.00 500.00 - 1 EA 2.00 4,000.00 2,000.00 - 3 EA 5.00 31,500.00 6,300.00 - WOOdY CONTF2ACTOF:S WOOQY CONTRACTORS INC 650 TOWER Flo KENNEUALE, TX 76060 PHONE- 817-483-4787 FAX 817-483-2048 THOMAS PLACE S.D. RETAINAGE PAY APP. 6/24/2025 TO DATE THIS MO. ITEM DESCRIPTION QUANTITY UNIT QUANTITY AMOUNT UNIT PRICE QUANTITY AMOUNT 36 FITT. 1 TON 0.98 14,700.00 15,000,00 37 TRENCH SAFETY (WATER) 275 LF 282.00 282.00 1.00 38 6" C&G 260 LF 457.00 28,334.00 62.00 - 39 4" CONC. SIDEWALK 970 SF 130.00 1,300.00 10.00 40 BARRIER -FREE RAMP TYPE Il 2 EA 1.00 4,000.00 4,000.00 - 41 4" TOPSOIL 18 CY 15.00 1,125.00 75.00 - 42 BLOCK SOD 1,440 SF 613.02 12,260.40 20.00 43 REM. 12" S.S 50 LF 1.00 = 44 8" PVC SEWER 30 ILF - 198.00 - 45 12" PVC SEWER 50 'LF - 227.00 46 16" PVC SEWER4" SERVICE 16 LF 297.00 = 47 4" SERV. 2 EA - 4,400.00 - 48 4' M.H. RISER 5 EA - 9,627.00 - 49 4' EXTRA DEPTH 17 VF - 164.00 50 CONIC. COLLAR M.H, 9 EA 8.00 14,400.00 1,800.00 - 51 CONIC. COLLAR VALVE 3 EA 3.00 3,600.00 1,200.00 - 52 CONC. ENCASE S.S 8 CY - 650.00 - 53 10" ABAND. PLUG 2 EA - 160.00 - 54 MISC. STRUCTURE ( WATER 3 EA - 25.00 - 55 TEMP. WATER I 1 LS - 8,900.00 - 56 1" WATER SERV, 3 EA 2.00 6,800.00 3,400.00 57 2" WATER SERV. 2 EA 6,000.00 = 58 1" SERV. RECONN. 3 ,EA 2.00 1,880.00 940.00 59 2" SERV. RECONN. 2 EA - 1,690.00 60 PERFORMED THERM. 24" CR 70 LF 50.00 = 61 PERFORMED THERM, 24" ST 35 LF - 50.00 - 62 6" CONC. DRIVE 1 1,080 SF 650.28 10,404.48 16.00 - 63 REM. & REINSTALL SIGN & PQ 5 EA - - 200.00 64 IMPORTED BACKFILL,SELEC1 3,000 CY 1,590.00 69,960.00 44.00 = WOO �Y CONTF�ACTORS WOODY C4NTRACTQRS INC, 650 TOWER RO KENNE�A!_E, TX 7G000 PHONE- a17�83-4787 FAX 817 283-20443 THOMAS PLACE S.D. RETAINAGE PAY APP. 10/31 /2024 FW020-11964. I TO DATE j I THIS MO. ITEM change order 1 QUANTITY UNIT QUANTITY AMOUNT UNIT PRICE QUANTITY AMOUNT 8" GV 2 EA 2.00 4,000.00 2,000.00 I 12" GV 1 EA 1.00 4,500.00 4,500.00 I - - 18.20 - - 400.00 33.05 - W 400.00 - 395.00 - REM 5' INLET 2 EA 2.00 2,300.00 1,150.00 - REM 72" ARCH PIPE 38 LF 38.00 7,600.00 200.00 - 24" RCP 16 LF 16.00 6,064.00 379.00 - 6X5 BOX I 20 LF 20.00 25,660.00 1,283.00 - CONNECT 24" RCP TO BOX I 1 EA 1.00 2,000.00 2,000,00 - 10'STANDARD INLET I 1 EA 1.00 12,000.00 12,000.00 - 10' INLET 10' DEEP 1 EA 1.00 27,300.00 27,300.00 243.08 - 2,000.00 - - 15,000.00 - - 6,300.00 - - 48.00 - 5' curb inlet 1 EA - 8,200.00 - - 243.08 - - 6,300.00 - - 15,000.00 _ - 1,00 _ - 48.00 - - 226.00 - 6,250.00 - - 400.00 _ - 1,800.00 I - w000v WOODY CONTRACTORS INC COIVTRACTCSR 650 TOWER Rp KENNEOALE. Tx 75060 PHONE- 517-483�7$7 FAX $'17�83-ZO46 RETAINAGE PAY APP. 45832 FW020-11964 TO DATE THIS MO. ITEM change order 2 QUANTITY UNIT QUANTITY AMOUNT UNIT PRICE QUANTITY AMOUNT 3 TEMP ASPHALT 90 LF 90.00 4,320.00 48.00 - 4 11" PAV. PULVERIZATION 1,269 SY 1,269.00 23,095.80 18.20 - 5 CEMLIME (40 LBISY) 25 TN 25.00 10,000.00 400.00 6 3" ASP. PAV..TYPE D 1,269 SY 1,269.00 41,940.45 33.05 - 34 8" GATE VALVE 2 EA 2.00 4,000.00 2,000.00 - 36 FITTINGS 0.2 TN 0.20 31000.00 15,000.00 37 TRENCH SAFETY (WATER) 35 LF 35.00 35.00 1.00 = C 65 8" DI WATER 80 ILF 72.00 17,501.76 243.08 - 66 4-12" CONNECTS 3 EA 3.00 18,900.00 6,300.00 - 67 STUMP GRINDING 4 EA 4.00 1,600.00 1 400.00 - 69 6" PVC WATER I 15 LF 8.00 1,808.00 226.00 - 70 FIRE HYDRANT 1 EA 1.00 6,250.00 6,250.00 - 71 REM FH 1 EA 1.00 400.00 400.00 - 72 6" GATE VALVE 1 EA 1.00 1,800.00 1,800.00 - 73 8" DIP WATER WI CLSM 219 LF 219.00 86,505,00 395.00 - 1 MOBILIZATION 1 LS 1.00 9,000.00 9,0D0.00 2 TRAFFIC CONTROL 2 IMO 025 1,000.00 4,000,00 - 4 11" PAV. PULVERIZATION 772 SY 772.00 14,050,40 18.20 - 5 CEMLIME (40 LB/SY) 15A TN 15.40 6,160.00 400.00 6 3" ASP. PAV..TYPE D 772 SY 772.00 25,514.60 33.05 - 29 4"-12" ABANDON PLUG 4 EA 2.00 960.00 480.00 - 34 8" GATE VALVE 1 EA 1.00 2,000.00 2,000.00 - 35 CONNECTION TO EXISTING 4' 2 EA 2.00 12,600.00 6,300.00 - 36 FITTINGS 0.25 JTN 0.23 3,450.00 15,000.00 - 37 TRENCH SAFETY 476 LF 476.00 476.00 1.00 - 51 CONCRETE COLLAR FOR VA Q 6 EA 6.00 7,200,00 1,200.00 - 56 1" WATER SERVICE I 15 EA 16,00 ! 54,400.00 3,400.00 - 58 1" WATER SERVICE, METER 15 EA 16.00 15,040.00 940.00 - 1XX TEMPORARY ASPHALT PAVII 1,108 LF 1,108.00 53,184.00 48.00 - 2XX TEMPORARY WATER SERVIC 1 LS 1.00 25,000.00 25,000.00 - 3XX 8" LOWERING INCLUDING 20- 1 EA 1.00 40,000.00 40,000.00 4XX GROUT WATER LINE 6 ICY - 500.00 15XX GSP SURVEY WATER 1 LS 1.00 2,000.00 2,000,00 - 16XX 8" PVC WATER PIPE 476 LF 476.00 76,160.00 160.00 - 17XX 5` WIDE HMAC PEV REP RESI 30 LF 17.00 2,550,00 150.00 - w000�r WOC�aY CONTRACTORS INC. CONTRACTORS 6s0 TowrR FiE KEN NE GALE, TX 76060 PHONE- S17-4$3�787 FAX 817-48:3-2048 RETAINAGE PAY APP. 45832 FW020-11964 TO DATE THIS MO. ITEM DESCRIPTION QUANTITY UNIT QUANTITY AMOUNT UNIT PRICE I QUANTITY AMOUNT 18XX EXTRA WIDTH RESIDENTIAL 24 SY 15.00 1,800.00 120.00 - I 4 11" PULVEERIZATION 772 SY 772.00 14,050.40 18.20 I _ 1 5 CEMLIME 15.4 TN 15.40 6,160.00 400.00 I _ 6 3" HMAC PAVING I i 772 SY 772.00 25,514.60 - - 33.05 I -I _ - - - - 2,722,820.11 - I - 1 - 1 - I - I TOTAL TO DATE - 136,141.01 5% RETAINAGE 4586,679.11 SUBTOTAL TOTAL TO DATE 2,722,820.11 LESS PREVIOUS PMT 2,586,679.11 AMOUNT DUE 136,141.00 FORT WORTH,,, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 103057 Thomas Place Storm Drain Construction CO 1 M&C: CPN: 103057 CSO: CS61454 DOC#: Date: To: Name Department Initials Date Out 1. Troy Woody Contractor - Aug 9, 2024 2. Stanley Sutterfield TPW-Inspector HsdLl Aug 9, 2024 3. Mike Bennett TPW-PM- Aug 12, 2024 4. Lissette Acevedo TPw-Sr cPo Aug 12, 2024 5. Patricia Wadsack TPW- AD �(�/ Aug 13, 2024 6. Lauren Prieur TPW-Director?- Aug 13, 2024 7 Douglas Black Legal 8 Jesica McEachern ACM 9 Jannette Goodall CSO 10. Allison Tidwell 11. TPW Contracts TPW S Aug 13, 2024 _ S, DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: []YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Return To: Please notify tow sw contracts(&,,fortworthtexas. 2vv when complete. Call ext. 817 228 3283 or ext. 6254 with questions. Thank you! FORT x® Project Name Thomas PI SDR Client Project #(s)l 103057 City of Fort Worth Change Order Request I City Sec# I 61454 Project Description) Reroute existing storm drain pipe that runs under private property, outside of City easements, so the pipe is within City Right of Way on Thomas PI.. Contractor Woody Contractors City Project Mgr.1 Mike Bennett, PE, PMP Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date 'Amount of Proposed Chanqe Order Revised Contract Amount Original Funds Available for Change Orders TPW $2,179,010.00 Change Order #I 1 Date City InspectorL Water Sewer $2,179,010.00 $99624.00 $0.00 $0.00 $2 278 634.00 $87,160.40 6/17/2024 Stanley Sutterfield Contract Time Totals (CD� $2,179,010.00 80 $2,179,010.00 180 $99++624.00 40 $2 278,634.00 220 i87„160.40 Remaining Funds Available for this CO 4101,1ou.4u 1 $87,160.40 Additional Funding (if necessary) $12,463.60 1 I I $12,463.60 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 4.57% MAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+ 25%) $2,723,762.50 JUSTIFICATION (REASONS) FOR CHANGE ORDER The purpose of this change order is to add water and storm drain items that were not included in the original bid. The following are justifications support these additions: -For the addition of the water items, a design change was necessary. After coordination with the water department, it was determined that the 8-inch Water Line A along Thomas PI, between Birchman Avenue and Calmont Avenue, should be placed under the street rather than under the curb and gutter. The addition of 2- 8" gate valves and 1-12" gate valve is required to enable complete shutdown of flow during maintenance and repairs. This allows for the selective shutdown of sections of the pipe instead of the entire line which expedites the project -For the addition of the storm drain items, the design change was required due to a failing/deteriorating 72" arch pipe that runs diagonally from the 18' Alley Way to Thomas PI. The removal and addition of the following items are included with this change: removal of two additional curb inlets, 38linear feet of 72-inch arch pipe, installation of an additional 16 linear feet of 24" RCP CL III, installation of a 6-foot by 5-foot box over a length of 20 linear feet, installation of 1-10' inlet, and installation of 1-5' curb inlet Contract item additions have been evaluated by City staff as necessary and the unit prices were determined to be reasonable when compared to City standard prices. 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractor's Company Name Contractor (Name) Contract Signature Date Woody Contractors Trent Woody Aug 9, 2024 Ins ectorllns ecton Supervisor Date Project and Contract Compliance Manager Date Aug 9, 2024 Aug 12, 2024 Program Manager Date Senior Capital Proiect Officer Date a Aug 12, 2024 Aug 12, 2024 Assistant Director (Dept) �atvina L Wadrar,R Date Aug 13, 2024 I pij1111IRFra-cfingDepartment (Dept) Date Aug 13, 2024 Assistant City Attonney Date 1 Assistant City Manaaer Date Council Action if required) M&C Number I M&C 24-0337 1 M&C Date Approved 1 4/23/20241 ATTEST: Jannette Goodall, City Secretary FORT WORTH City of Fort Worth '7' Change Order Additions Project Name I Thomas PI SDR City Sec # 61454 Client Project # 1 103057 1 Contractorl Woody Contractors PMI Mike Bennett, PE, PMP I Inspectorl Troy Gardner Change Order Submittal # 1 Date 1 6/17/2024 ADDITIONS I I EM DESCHIP I IUN DEP I Uty, Unit Unit Cost 1 I otal I HEM 5' UR LESS (;UHB INLE I I PW 2 EA $1,15U.UU $2,3UU.UU1 REMOVE 72" ARCH PIPE TPW 38 LF $200.00 $1,600.001 24" RCP CL III TPW 16 LF $379.00 5,U54.UUI 4,660.001 6X5 BOX TPW 20 LF $1,283.00 CONNECT 24" RCP TO BX8 JB TPW 1 EA $2,000.00 $'L,000.UUI 10' STANDARD CURB INLET TPW 1 EA $12,000.00 $12,000.001 10' STANDARD CURB INLET 10' DEPTH TPW 1 EA $27,300.00 $21,3UU.UU1 S CURB INLET TPW 1 EA $8,200.00 $8,200.001 8"G.V. TPW 2 EA $2,000.00/ $4,000.UUI 12" G.V. TPW 1 EA $4,500.00 $4,500.001 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TPW 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $99,624.00 Water $0.00 Sewer $0.00 I Sub I otal Additions $99,624.00 Change Order Additions Page 2 of 4 I I tM FoRTyW�oRTH Project Name I Thomas PI SDR Client Project # 1 103057 Contmctorl Woody Contractors ULSCHIF' I IUN City of Fort Worth Change Order Deletions I City Sec # 1 61454 1 PMl Mike Bennett, PE, PIMP Inspectorl Troy Gardner Change Order Submittal # �J Date 1 6/17/2024 1 DELETIONS ULVI Uty unit unit cost Iotal TPW Water Sewer I Sub I otal Deletions $0.00 0.00 $0.00 $0.00 Change Order Deletions Page 3 of 4 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO # DATE I AMOUNT Total I $0.00 I 103057 Thomas Place CO 1 Revised Final Audit Report 2024-08-09 Created: 2024-08-09 By: Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAQxiSmlyFilgnbY7oj2UUiw_IxBO6Sclh "103057 Thomas Place CO 1 Revised" History Document created by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) 2024-08-09 - 4:29:05 PM GMT- IP address: 204.10.90.100 FS© Document approved by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) Approval Date: 2024-08-09 - 4:37:06 PM GMT -Time Source: server- IP address: 204.10.90.100 P-► Document emailed to Troy Woody (twoody202O@aol.com) for signature 2024-08-09 - 4:37:08 PM GMT Email viewed by Troy Woody (twoody202O@aol.com) 2024-08-09 - 6:14:32 PM GMT- IP address: 69.147.87.121 d© Document e-signed by Troy Woody (twoody202O@aol.com) Signature Date: 2024-08-09 - 6:26:12 PM GMT - Time Source: server- IP address: 47.51.211.209 '' Document emailed to Stanley Sutterfield (Stanley.Sutterfield@fortworthtexas.gov) for signature 2024-08-09 - 6:26:14 PM GMT Email viewed by Stanley Sutterfield (Stanley.Sutterfield@fortworthtexas.gov) 2024-08-09 - 6:27:30 PM GMT- IP address: 107.115.171.90 �► Document canceled by Sadie Ishmael (Sadie.Ishmael@fortworthtexas.gov) 2024-08-09 - 7:50:33 PM GMT- IP address: 204.10.90.100 FoRTW❑RTH. 1 P0Ne1 "Y Adobe Acrobat Sign CSC No. 61454-CO2 FORT WORTH City of Fort Worth Change Order Request Project Name:J Thomas PI at Calmont SDR City Sec No.: 61454 Project No.(s):' 103057 DOE No. I N/A City Proj, No.: 103057 Reroute existing storm drain pipe that runs under private property, outside of City easements, so the pipe is within City Right i Project Description: 1 of Way on Thomas PI. . Contractor; Woody Contractors, Inc. Change Order# 2 I Date: I 3/12/2025 City Project Mgr.1 Mike Bennett, PE, PMP City Inspector: Troy Gardner Phone Numbed 817-392-7891 Phone Number:l 817-392-8306 Dept. STORMWATER WATER STREETS Totals Contract Time (Calendar days) Original Contract Amount $2,179,010,00 $0.00 $0.05 $2,179,010.00 18D Extras to Date $99,624.00 $0.00k $0,00� $99,624.00 40 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $2,278,634.00 $0,00 $O,k $2,278,634.00 220 Amount of Proposed Change Order $36,759.65 $362,495.001 $45,725.01' $444,979.65 20 Revised Contract Amount $2,315,393.66 $362,495.00 $45,725.R $2,723,613.65 240 Original Funds Available for Change Orders $109,000,00 $0.00 $0.0ck $109,000.00 Remaining Funds Available for this CO Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 24.99% MAXALLOWABLECONTRACT AMOUNT (ORIGINAL CONTRACTCOST+25%) $2,723,762.50� JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No. 2 provides for paving improvements on Purshing Avenue to be extended to Tremont Avenue as requested by Transportation and Public Works (TPW) Street Division and the Water Department. As part of the change order, the contractor will conduct additional water relocations and paving improvements to facilitate the storm drain instal%tion. Staff recommends the approval of 20 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 Company Name I Contractor Name qt ractor Signature I .. Date _ { Woody Contractors, Inc I Trent Woody ; = - �:�- � 3-ar - .1s Inspector 95l".dlllu31 Director (Water Dept) Se ' r sus istant City Attorney VOW M&C Number 1 25-0195 Date Project Manager Date T.S. for Mike Bennett . 03/24/2025 Date Construction Supervisor (TPW Dept) Date:h 103/25/2025 ryas A;4&& 3-24-25 Date Assistant City Manager Date;' 03/31 /2025 Cvt v 4/06/2025 Council Action (If Required) M&C Date Approved I 3/11/2025 FC]RT WORTH City of Fort Worth Change Order Additions Project Name Thomas PI at Cal montSDR f City Sec No.: 61454 Project Ne.(5): 103057 j DOE No.I N/A I City Proj. No,: Project I Reroute existing storm drain pipe that runs under private property, outside of City easements, so the pipe is within City j Description Right of Way on Thomas PI.. 1 Contractor + Woody Contractors Change Order: u Date: I 3/12/2025 City Project Mgr, I Mike Bennett, PE, PMP City Inspector I Troy Gardner ADDITIONS ITEM ', DESCRIPTION 4 DEPT City Unit Unit Cost 1 Total STORMWATER J 3 TEMP ASPHALT STORMWATER 90 LF $48 $4,320.00 4 11" PAV, PULVERIZATION I STORMWATER 1,269 SY $18.20 $23,095.80 5 CEMLIME(40LBISY) �STORMWATER 25A6 TN $400.0f1 $10,184.00 6 3",ASP. PAV..TYPE D STORMWATER 1,269 SY $33.05 $41,940,45 34 8" GATE VALVE STORMWATER 2 EA $2,000 $4,000.00 36 FITTINGS STORMWATER 0.2 TN $15.000 $3,000.00 37 TRENCH SAFETY (WATER) STORMWATER 35 LF $1.00 $35.00 65 8" DI WATER STORMWATER 80 LF $243.08 $19,446.40 66 4-12" CONNECTS STORMWATER 3 EA $6,300 $18,900.00 67 STUMP GRINDING I STORMWATER 4 EA $400.00 $1,600.00 69 6" PVC WATER STORMWATER 18 LF $226,00 $4,068.00 70 FIRE HYDRANT STORMWATER 1 EA $6,250.00 $6,250.00 71 REM FH STORMWATER 1 EA $400.00 $400.00 72 6" GATE VALVE STORMWATER 1 EA $1,800.00 $1,800.00 73 8" DIP WATER W1 CLSM STORMWATER 219 LF $395.00 $86,505,00 WATER 1 8" PVC WATER PIPE WATER 476 LF $160.00 $76.160,00 2 8" GATE VALVE WATER 1 EA $2,000.00 $2,000,00 3 1" WATER SERVICE WATER 15 EA $3,400.00 $51,000.00 4 1" WATER SERVICE, METER RECONNECTION WATER 15 EA $940.00 $14,100.00 5 TEMPORARY WATER SERVICES WATER 1.0 LS $25,000,00 $25,000.00 6 8" LOWERING INCLUDING 20 TEMPORARY WATER SERVICES CASTINq WATER 1 EA $40,000 & $40,000.00 7 CONNECTION TO EXISTING 4"-12" WATER MAIN WATER 2 EA $6,300 00 $12,600.00 8 FITTINGS WATER 0.25 TON $15,000.00 $3,750.00 9 TRENCH SAFETY WATER 476 LF $1.00 $476.00 10 CONCRETE COLLAR FOR VALVE WATER 6 EA $1,200.00 $7,200.00 11 4"-12" ABANDON PLUG WATER 4 EA $480.00 $1,920.00 12 13 GROUT WATER LINE bSP SURVEY WATER I WATER I 6 CY $500.00 $3,000.00 WATER 1 LS $2.000.00 $2,000.00 14 5' WIDE HMAC PEV REP RESIDENTIAL WATER 30 LF $150.00 $4,600.00 15 EXTRA WIDTH RESIDENTIAL HMAC WATER 24 SY $120.00 $2,880.00 16 MOBILIZATION WATER 1 LS $900,00 $9,000.00 17 TRAFFIC CONTROL WATER 2 MO $4,000.00 $8,000.00 18 11" PAV, PULVERIZATION WATER 772 SY $18.20. $14,050,46 19 CEMLINE(40LBlSY) WATER 15.4 TON $400.00 $6,160,00 20 3" ASP, PAV.. TYPE D WATER 772 SY $33,05 $25,514.60 21 TEMPORARY ASPHALT PAVING REPAIR WATER 1,108 LF $48.00 $53,184.00 STREETS 4 11" PAV. PULVERIZATION STREETS 772 SY $18.20 $14,050.40 5 CEMLIME (40 LB1SY) STREETS 15.4 TN $400.00 $6,160.00 6 3" ASP. PAV. TYPE D STREETS 772 SY $33.05 $25,514,60 1 I 'STORWA ATER $225,544.65 (WATER $362,495,00 (STREETS $45,725.00 Page 1 of 3 (Additions Sub Total $633,764.65 FORT WORTH City of Fort Worth Change Order Deletions Project Name Thomas PI at Calmont SDR City Sec No.: I 61454 Project No.(s): 103057 DOE No. N/A City Proj. No.: 103057 Project I Reroute existing storm drain pipe that runs under private property, outside of City easements, so the pipe is within City Description f Right of Way on Thomas PI. . Contractor Woody Contractors I Change Order 2 I Date 3/12/2025 City Project Mgr. Mike Bennett, PE, PMP City Inspector: I Troy Gardner ITEM DESCRIPTION 15 4" M.H., Riser 31 8" DR 14 PVC WATER 45 12" PVC SEWER 48 4' M.H. RISER 49 4' EXTRA DEPTH 55 TEMP. WATER 64 IMPORTED BACKFILL, SELECT FILL DELETIONS DEPT Qty Unit Unit Cost Total STORMWATER 3.0 EA $6,500,00 $19,500.00 STORMWATER 192.0 LF $236.00 $45,312,00 STORMWATER 50.0 LF $227.00 $11,350.00 STORMWATER 5.0 EA $9,627,00 $48,135,00 STORMWATER 17.0 VF $164.00 $2,788,00 STORMWATER 1.0 LS $8,900.00 $8,900.00 STORMWATER 1,200.00 CY $44.00 $52,800.00 �STORMWATER $188,785,00 (WATER ISTREETS Deletions Sub Total $188,785.00 Page 2 of 3 MMBE Breakdown for this Change Order Total Previous Change Orders Total Page 3 of 3 3/12/2025 CPN 103057 Thomas PI at Calmont SDR Change Order 2 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. City of Fora` Worth, Texas Mayor and Council Communication DATE: Tuesday, March 11, 2025 REFERENCE NO.: **M&C 25-0195 LOG NAME: 60THOMASPL AT CALMONT SD REHABCO2-WOODY SUBJECT: (CD 7) Authorize Execution of Change Order No. 2 with a Net Total Amount of $444,979.65 after Deducts and an Additional 20 Calendar Days to a Contract with Woody Contractors, Inc, for the Thomas Place at Calmont Storm Drain Rehabilitation Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program and Amend Transportation & Public Works Department's Fiscal Year 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 2 with a net total amount of $444,979.65 after deducts and an additional 20 calendar days to City Secretary No. 61454, a contract with Woody Contractors, Inc. for the Thomas Place at Calmont Storm Drain Rehabilitation project for a revised contract amount of $2, 723, 613.65; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $362,495.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Thomas Place at Calmont Storm Drain Rehabilitation project (City Project No. 103057) and to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations in the Thomas Place at Calmont Storm Drain Rehabilitation project (City Project No. 103057) in the amount of $45,725.00 and decreasing estimated receipts and appropriations in the Contract Street Maintenance Programmable project (City Project No. P00020) by the same amount; and 4. Amend Transportation and Public Works Contribution to Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On April 23, 2024, by Mayor and Council Communication (M&C 24-0337), the City Council authorized a contract with Woody Contractors, Inc. in the amount of $2,179,010.00 for the construction of the Thomas Place at Calmont Storm Drain Rehabilitation project. The contract was subsequently revised by Change Order No. 1 in the amount of $99,624.00 administratively authorized September 3, 2024, that primarily provided for the replacement of a severely deteriorated storm drain pipe that was identified during construction. The project is a part of the Stormwater Program's Storm Drain Rehabilitation Program which assesses the condition of existing drainage pipe systems to identify and prioritize pipes for rehabilitation before potential collapse and/or sinkholes form. This M&C will authorize the execution of Change Order No 2 and appropriate funding. Change Order No, 2 provides for paving improvements on Pershing Avenue to be extended to Tremont Avenue as requested by Transportation and Public Works (TPW) Street Division and the replacement of the shallow water mains in Thomas Place and Pershing Avenue as requested by the Water Department. As part of the change order, the contractor will conduct additional water relocations and paving improvements to facilitate the storm drain installation. The change order will delete pay items that are no longer needed on the project. Staff recommends that the contract time be extended by 20 calendar days due to the changes in scope discussed above. The cost for the change order will be shared between the Transportation and Public Works Department Stormwater Division and Streets Division and the Water Department as follows: Stormwater: $36,769.65, Water Department: $362,495.00 and TPW Street: $45,725,00. The action in this M&C will amend TPW's contribution to the Fiscal Years (FY) 2025-2029 Capital Improvement Program as follows: Capital project FY2025 CIP Additional Fund Name Appropriations y[Appropriations Project Total Name 30100 P00020 — General Contract Capital Street M&C 24- $38,798,204.00 1093 ($205,288.00) $38,592,916.00 Projects Maintenance iFund 30100 P00020 — General Contract Capital Street M&C 25- 0026 ($961,859.00) $37,631,057.00 Projects Maintenance Fund 30100 P00020 —-- General Contract Capital Street M&C 25- 0030 ($561,870.00) $37,069,187.00 Projects Maintenance Fund 30100 P00020 — General M&C Contract Capital Street Agenda ($653,547.00) $36,415,640.00 Projects Maintenance 2/11/25 Fund 30100 P00020 — General Contract Capital Street This M&C ($45,725.00) $36,369,915.00 Projects Maintenance Fund It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60THOMASPL AT CALMONT SD REHABCO2-WOODY Capital p FA 2025 CIP Budget Change Revised Fund Project Name o riations Authority FY2025 Name p r ncrease/Decrease) Budget W&S Capital 103057 Thomas f rojects — PI $0.00 This M&C $362,495.00 $362,495.00 Fund at Calmont SDR 56002 Funding is available in Stormwater Capital Projects Fund, the General Capital Projects Fund and the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose of funding the Thomas Place at Calmont SDR project within the Stormwater Capital Projects Fund. FY2025 - Water PAYGO Appropriations per City Ordinance 27107-09-2024 FY2025 FY2025 Amended PayGo (includes Original any council actions Adopted PayGo subsequent to budget _ adoption) $92,597,771.00 $92,597,771.00 YTD PayGo Approved FY2025 for/Moved to Capital This M&C Remaining PayGo Balance Projects ($39,169,836.00) ($362,495.00) $53,065,440.00 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for Thomas Place at Calmont Storm Drain Rehabilitation project are as depicted below: Fund Existing Additional ;Project Total* Appropriations Appropriations 52002- Stormwater $600,000.00 $0.00 $600,000.00 Capital Projects A I52007- Stormwater Revenue Bonds $2 093,000.00- $0.00 $2,093,000.00 2020 52008- drainage Y Revenue Bonds $350,000.00 $0.00I $350,000.00 Series 2023 W&S Capital Projects Fund $0.00 $362,495.00 $3621495.00 56002 General Capital Projects Fund $0.00 $45,725.00i $45,725.00 30100 1 Project Total I $3,043,000.00� $408,220.0011$3,451,220.00'i *Numbers rounded for presentation purposes. Business Equity — Woody Contractors, Inc. agrees to maintain its initial MIWBE commitment of 14.36 percent that it made on the original contract and extend and maintain that same MIWBE commitment of 14 percent to all prior change orders up to and inclusive to this Change Order No. 2. Therefore Woody Contractors, Inc. remains in compliance with the City's MIWBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MIWBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are available in the Water & Sewer Fund, Contract Street Maintenance Programmable project within the General Capital Projects Fund, and in the Stormwater Capital Projects Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and the General Capital Projects Fund for the Thomas PI at Calmont SDR project to support the above recommendations and execution of the change order. Prior to any expenditure being incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccoun Project �Prog ram Activity Budget Reference # moun ID 1 ID Year (Chartfield 2) 1 FROM Fund Department ccoun ; Project �ProgramActivityl Budget Reference # �moull ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaaer's Office bye William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 1295 form woodypdf (CFW Internal) 2. 60THOMASPL AT CALM ONT SD REHABCO2-WOODY FID Table (WCF 02.03.25).xlsx (CFW Internal) 3, 60THOMASPL AT CALMONT SD REHABCO2-WOODY funds avail.doex (CFW Internal) 4. 60THOMASPLAT CALMONT SD REHABCO2-WOODY Map.ndf (Public) 5. MWBE-APCF-Final-CC.p_df (CFW Internal) 60THOAL0.SI'L AT CALMONT SD REHABCO2-VVOODY FID Table 3 30100 0200431 4910100 P00020 2025 ($45,725.00) 3 30100 0200431 4910100 103057 2025 $45,725.00 3 30100 0220431 P00020 2025 ($45,725.00) 3 30100 0200431 103057 2025 $45,725.00 2 56041 0609020 5956001 $362,495.00 2 56002 0600430 4956001 103057 001780 9999 ($362,495.00) 3 30100 0200431 491010 P00020 9999 $45,725 3 30100 0200431 491010 103057 002880 9999 (545,725) 1 52002 0200431 5740010 103057 002880 9999 $36,759.65 Pay to Contractor 1 30100 0200431 5740010 103057 002480 9999 $45,725.00 Pay to Contractor Contract Compliance Manaeer 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. 12 Signature John R. Kasavich Name of Employee Engineering Manager Title ATTEST: Jannette Goodall City Secretary AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Troy Woody, President Of Woody Contractors, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; PN-103057-THOMAS AT CALMONT STORM DRAIN REHAB BY oody - President Subscribed and sworn before me on this date 24rn DAY of DUNE, 2025. ()L . &� �'-- NotaryIP c Tarrant, Texas LUZ A RAVELO a� Notery Public. State of Texts '= MY COMMIs®ion Expires w+:� N•'" Apn►29,2027 NOTAW to 12860410-0 CONSENT OF SURETY COMPANY TO FINAL PAYMENT (SIMILAR TO ALA DOCUMENT G707) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: Thomas Place Storm Drain Improvements, City Project No. 103057 (name, address) Fort Worth, TX TO (Owner) City of Fort Worth 100 Fort Worth Trail Fart Worth, TX 76102 1 CONTRACTOR: Woody Contractors, Inc. Bond No. K40202092 ARCHITECT'S PROJECT NO: CONTRACT FOR: CONTRACT DATE: April 23, 2024 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Vigilant Insurance Company 5400 LBJ Frwy, Suite 600 SURETY COMPANY, Dallas, TX 75240 on bond of (hem insert name and address orcontractor) Woody Contractors, Inc. 650 Tower Drive CONTRACTOR, Kennedale, '"FX 76060 hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 100 Dort Worth Trail Fort Worth, TX 76102 OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this Attest: (Seal): 241h day of June 2025 VIGILANT INSURANCE COMPANY Surety Company By Signature of Authorized Repre entative Kyle W. Sweeney, Attorney —in —Fact Title Note: This fonn is intended to be used as a companion document to the Contractors Affidavit of Payment of Debts and Claims, Current Edition ', H i,- i ra E E Power. of Attomey Federal Insurance Company I Vigilaric Insurance Company 111adfic Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an I d4ma corporation, VIGILANT INSURANCES COMPANY, a New York corporadoli, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and MichaelA. Sweeney of Fort Worth, Texas-----------------------------------•---------------------------------------------------------------------------------------___-.._._-_ each as their true and lawful Attorney-fn-Pact to execute under such designatton in their names and To affix their corporate seals to and deliver for and on their behall' as surety thereon or otherwise, bonds and undertakings and other writings obligatory to the nature thereof (other Own haft bonds) given or executed in the course of business, and any instruments amending or aitering the same, and consents to the modlficafton of alteration orally haslrtiri rererl'eel to in said bonds or obligations, In Witness Whereof, said FEDERAL INSURANCH COMPANY, VIGILANT INSURANCE COMPANY, anti PACli INDEMNITY COMPANY have each execntecl and attested these preserrs and affixed their corporate seals on Ibis 161" clay of -September, 2019. fglw'n .4l t:hlcrer .;i at�t;ult I.�ret;rr} c� MCA A 4 ea„,e• vNwa STATE OF NEW JERSEY Countyofl-lunterdon ss. 4trphe[t 1].Ii:mc'y.Yic'��fr��i3iL•nE On ibis IGjh day of September, W19, before tile, a Noh3ry Public of New Jersey, personally came Dawii M. Chloros, tome known to be Assfsmnt Secretary of I D)ERA1, INSURANCE COMPANY, VIGFANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which exectitrci Ille foregoing Power of Attorney, and the saki Dawn M, Chloros, living by me duly sworn, did clr;pose and say Lhat she is Assistant Secretary of FED11RAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY ancf knows the corporate seals thereof, dial th.e seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto alllxed by authority ol'sald Companies; and that she signed sald Power ol'Aftorney as Assistant Secretary ofsald Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President ofsald Companies; and that the signature of Stephen M. ! luney, subscribed to said Power of Attorney k In the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authorhy ol'safd Companies and in deponent's presence. ,` Notarial Seal Ra� ADELAAR KATH �•""f QTA>7 E3R lNYc'. ,1. w��,... NOTARY I'UOLIC OF NMI JERGU'Y No. 211613M _ �+iHt 1c 0orr1,m3g9€Pn rrplros jvly 16, 2024 Nala y!'ubllc CERTIFICATION RemlutionsaulopLed by the Boanls nl'Direclors of FEDfiRAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: -Imsmy ii than the lbllowing tmthorizations rehneta the exeaalon, for and on hehalful'the Company, o1'bonds, undm-talrints. recognizances, contracts and olher written commitments ol'Aw 0impany encored I nto in the, ordinary course olbusloeNs (each a "Written Cornmim3enr): (1) Rach of the C:halrrttan, the President and rile Vice Presidents of llwCorphmyishereby authurizerl tumeadeeanyWritteilContmitnlenl 1'urandonbelndfofiheComixFly, underthe seal oi'the Company cr ❑lherwise. (2) Bach rhdy appointed amorney-in-iita of the Company is hereby atJorl/cd In es ccutc any tVrinlen Cumrtiuneni lire and on bVIVIVof the under the Will of the Company ar otherwise, to the extent Ihal such action is authorized by the grant nl' pnwurs provided frrr in such pelson's wrttacn appuintmem as such auorney•lm-fact. 0) Isacb of the Chairmlalr, n1r, President mild the Vice Presidents of the [;ompany Is hcrol>,v atrthorbed� Lur and on behalf ofihe Company, to appoint in writhY; ary person the attorney in -fact of tite Company with lidl power zinc) authurily In mmile, for and on behalfol'the Cgnspany, under the seal of the Company or otherwise. such W l'111em Cormmibttents ol'tile Company as may be speciied in such wrlLten apIJoillnlenl. which hpeclllcaLill n ally belly general lyPC Or class ❑I' Written Commiunenls or by specflicatlur of one nr more Irlrtkular Written Commoienents. (4) t,Tch of the Chairman. the Presiclenl and the Vice Presltlenn of the Consp,my h hereby audiorlmi, for and ors behalf of the Company, Io deieg lte In wriirg m avy other olncer of file Company the authurlty to execute, for and oft behalf of the Colilltany, under the Company's Seal or otherwise, such Written fAmnlltmems of the Company as are specified In such writtcndckgnlion,ahidtspeciticatimi may be by general tyPeor classol Written Commitments or bysPecilicatlonul'oneurnwieparnctdarlNrittenCommimients. M The sign:llurc nfany ollimr arodscr person executing any Written Coutnlinnent or appoin(will. or detegalion pursnam U) this Resoiutinn. and the seal ol':he Company. Inay be aaixetl by Facsimile on such Written Conlnlinnenl or wrlrter tlplxdntmerl ❑r' dalo�1:1 f03. f UR'I'HER RRSOI,VHD, Ihat LN, I011v hsg Resolution shaii Col he devilled to be rm exchislve statemerl of the powers and audtoriry of u1lfr:ers, emphnyecs;uul Caller personN to ar[ for and on beh ilE'ul' the Comiki ny, Lind such Resolution shad not li m11 or ulherwisu affec:r the exercise Of any such power of amlhurRy ollwmiw validly gi Batted or vested:' J. Dawn M Chloros,Assisumu Secretary ol'FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY ([lie "Companicti') do hereby cerril}, that (1) the foregoing Re Indons,adopled by the Board of Dfrectors of the Companies are true, correct and in full force and effect, (II) the foregoing Power of Attorney is true. Correct and in Full force and effect. Given under my hand and seals of &aid Companies at Whitehouse Stallon, NJ, this 24th day of June, 2025. @ , P1l�lv;r, 11 I:Irinrl�. 1vrr.lnt`cs'rrhry' 1 IN'I'FIE's EVICN'I' 1'{7U 1VI51 Q VURII'Y TI IF ALr'E'I II;N'I'ICI'1'Y OFTfflS 1121gl) 0R NO'I'll Y I,IS {)F ANY OTI-IIT MA'I'I'la:, M EASE.. CONTACT US A'I': 'I'alephuna (g08) 903-3•If)3 Fax (903) f103- 3656 c Mail: sru-ety(WhIlbb.com F71)- VIG-PI (rov_ 00-1(9) FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Thomas Place CITY PROJECT NUMBER: 103057 WATER PIPE LAID SIZE TYPE OF PIPE PVC 8" slip joint DIP 8" Ductile Iron PVC 6" slip Joint LF 476 219 FIRE HYDRANTS: 1 ea. VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: yes NEW SERVICES: N/A I SEWER PIPE LAID SIZE TYPE OF PIPE LF N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: N/A NEW SERVICES: N/A TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 20, 2025 Woody Contractors, Inc. 650 Tower Drive Kennedale, Texas 76060 RE: Acceptance Letter Project Name: Thomas Place Storm Drain Improvements Project Type: Storm Drain, Water, Paving City Project No.: 103057 To Whom It May Concern: On February 25, 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 20, 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 20, 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 817- 392-1968. Sincerely, Berton Guidry, Project Manager Thanaa Maksimos, Program Manageru„ Cc: Cody Horton, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Thanaa Maksimos, Program Manager Pacheco Koch, a Westwood Company, Consultant Woody Contractors, Inc., Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19