Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
059066-FP1 - Construction-Related - Contract - Circle C Construction Company
AC Coded 12.04.2025 Vendor Name: WILLIAM J SCHULTZ INC Vendor ID No.: 0000007744 Invoice No.: 59066-FP1 Invoice Date: ##/##/#### Release Retainage FID:30100-2060000-102785-RETAIN $ 18,737.55 56002-2060000-102785-RETAIN $ 153,227.86 FORT WORTH WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION CSC No. 59066-FP1 Regarding contract 59066 Sanitary Sewer Rehab Contract 113 Part3, as required by the Water Department and approved by City Council on 2/14/2023 through M&C 23-0124 the Director of the Water Department, upon the recommendation of the Assistant Director, Capital Projects Delivery, Water Department has accepted the project as complete. Original Contract Price: $ 3,298,636.80 Amount of Approved Change Orders: $ 489,480.00 No. 3 Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Other Deductions: Total Deduction Amount: Total Cost of Work Completed: Less Previous Payments: Final Payment Due: xll_�S b Recommended for Acceptance Assistant Director, Water Department christo0or }+order Christopher Harder (DO 4, 2025 16:20:07 CST) Accepted Director, Water Department $ 3,788,116.80 $ 3,439,307.55 0.00 0 Days @ $650 /Day $ 0.00 $ 0.00 $ 3,439,307.55 $ 3,267,342.14 $ 171,965.41 Date 12/04/2025 Date Project Name: Sanitary Sewer Rehab Contract 113 Part 3 CPN 102785-3 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH:.. Date 11/26/2025 RE: Acceptance Letter Project Name: Sanitary Sewer Rehabilitation, Contract 113, Part 3 Project Type: Water/Sewer/Paving Project No: 102785-3 Contract No: 59066 To Whom It May Concern: On 6/10/2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were complete on 11/26/2025. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on 11/26/2025 which is the date of the final inspection and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817-392-6054. Sincerely, Tony Sholola, P.E., Assistant Director, Water Department TS / Cc: Chris Harder, P.E. Director Laura Wilson, P.E. Deputy Director Victor Tornero, P.E. Senior Capital Projects Officer Walter Norwood, P.E. Project Manager Wade Miller, Construction Manager John Robinson, Inspection Supervisor Carmen Drake, Senior Inspector RLG, Consultant Circle C Construction, Contractor Fort Worth Water Engineering Capital Delivery City of Fort Worth • 100 Fort Worth Trail, Fort Worth, TX 76102 817-392-2752•or•817-392-6055 FORTWORTH rev 09/20/24 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: Final NAME OF PROJECT: Sanitary Sewer Rehabilitation, Contract 113, Part 3 PROJECT NO: 102785-3 CONTRACTOR: Circle C Construction CSC No. 59066 PERIOD FROM: 11/0 1 /25 TO: 11/15/25 FINAL INSPECTION DATE: 26-Nov-25 WORK ORDER EFFECTIVE:7/24/2023 CONTRACT TIME: 550 0 WD @ CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING I I DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT, SUN, RAIN, TOO WET, UTILITIES DAYS TOTAL OTHERS* & HOLIDAYS & TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS 0 PERIOD TOTALS 550 550 TO DATE 'REMARKS: CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT 0 The City- of Fort Worth • 200 Texas Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 FORTWORTH - mjgllll��� WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer Rehab contract 113 PROJECT NUMBER: 102785-3 CSC NUMBER: 59066 WATER PIPE INSTALLATION METHOD PIPE DIAMETER TYPE OF PIPE LF Open Cut 6" PVC C-900 13 Open Cut 8" PVC C-900 1,334 FIRE HYDRANTS t 1 VALVES (16" OR LARGER) I PIPE ABANDONED PIPE DIAMETER TYPE OF PIPE LF NA PIPE REMOVED PIPE DIAMETER TYPE OF PIPE LF NA DENSITIES: Yes NEW SERVICES: LOCATION & NA METER SIZE SEWER PIPE INSTALLATION METHOD PIPE DIAMETER TYPE OF PIPE LF Open Cut 8" PVC 2,142 BOTOC 8" CIPP 231 BOTOC 6" DIP Carrier 112 BOTOC 10" DIP Carrier 32 BOTOC 15" CIPP 951 BOTOC 20" CIPP 232 Open Cut 15" PVC 30 PIPE ABANDONED PIPE DIAMETER TYPE OF PIPE LF NA DENSITIES: Yes NEW SERVICES: LOCATION NA WATER ENGINEERING & FISCAL SERVICES The City of Fort Worth • 100 Fort Worth Trail- Fort Worth, TX 76102 (817) 392 - 4477 • Fax: (817) 392 - 8460 Revision 8/27/2025 FORT WORTH Capital Projects Delivery, Water Department PERFORMANCE EVALUATION OF CONTRACTOR D CONTRACTOR & PROJECT DATA REV: 09/20/24 Name q%Contractor Project Name Circle C Construction Sanitarn Sewer Rehabilitation, Contract 113, Part 3 Water Engineering Inspector CSC Number John Robinson 59066 Water Engineering Inspector Project Manager Q✓ Water Q Waste Water ❑ Storm Drainage FZ Pavement Dena Johnson hdtial Contract Amount Project Difficulty $3,494,120.80 O Simple Q Routine Q Complex Final Cont-act Amount Date $3,788,116.80 11/26/2025 II) PERFORMANCE EVALUATION 10 - Inadcauate I - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT WEIGHT (x) APPLICABLE (Y / N) RATING (0 - 4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 1 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean U, 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 1 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 III) CONTRACTOR'S RATING Maximum Score (MS) = 448 or sum of applicable element score maximums which = Rating (ITS / MSj * 100%) 448 / 448 = 100% Performance Category Excellent TOTAL ELEMENT SCORE (A) BONUS POINTS (25 Maximum) (B) TOTAL SCORE (TS) 448 <20% = Inadegnate 20%to <40% = /deficient 40% to <60% = Standard 60% to <80% = Good >80% = Excellent Inspector's Comments (INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS .Ile ? Signature Contractor 0 cs Capital Projects Delivery, Water Department The City of Fort Worth • 1000 Throclmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 448 448 FORTWORTH REV: 09/20/24 Capital Projects Delivery, Water Department CONTRACTOR'S EVALUATION OF CITY I) PROJECT INFORMATION Date: 26-Nov-25 Name gfContractor PDena me Circle C Construction _Sewer_ Rehabilitation, Contract 113, Part 3 Water Engineering Inspector nager John Robinson _ _ hnson CSCNtanher ProjeelDi�calty 7)pe of Conti -act 59066 0 Simple 0 Routine OQ Complex ❑s Water 0 Waste Water ❑ Storm Drainage B Pavement Initial Contract Amonnt Final Contract Amount $3,494,120.80 1$3,788,116.80 II) PERFORMANCE EVALUATION 0 - Inadenuate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT RATING _ (0-4) ELEMENT RATING -- i (0-4) INSPECTION EVALUATION PLANS & SPECIFICATIONS 1 Accuracv of Plans to Existing Conditions +` 2 Clarity & Sufficiency of Details _ 3A_pplicability of Specifications 4 Accuracy of Plan Quantities PROJECT MANAGER EVALUATION 1 Availability of Inspector 2 Knowledge of Inspector 3 Accuracy of Measured Quantities _ 4 Display Of Professionalism 5 Citizen Complaint Resolution _ t� - — Y _ '� — L 6 Performance - Settine up Valve Crews, Labs '% I Knowledge And/Or Problem Resolution ADMINISTRATION 2_Availability of Project Manager f/ _ �— 1 Change Order Processing Time -J' ;- 3 Con-u-nunication 5/ — 2 Timliness of Contractor Payments _ 4 Resolution of Utility Conflicts - _ - 3 Bid OpeninL o Pre -Con Meeting Timeframe III) COMMENTS & SIGNATURES COMMENTS Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Deliveiy, Water Department The City of Fort Worth • 200 Texas Street • Fort Worth, TX 76012-6311 (817) 392 - 4477 • Fax: (817) 392 - 8460 CONSENT OF SURETY TO FINAL PAYMENT Bond No. 100161576 TO OWNER: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX PROJECT: (name, address) Sanitary Sewer Rehabilitation, Contract 113, Part 2 in the City of Fort Worth, TX OWNER ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ ARCHITECT'S PROJECT NO.: City Project No. 102785 CONTRACT FOR: Utilities CONTRACT DATED: December 12, 2023 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert mate and address of Surety) Merchants Bonding Company (Mutual) 6700 Westown Parkway West Des Moines, IA 50266 SURETY on bond of (Insert name and address of Contractor) William J. Schultz, ine. dba Cirele C Construction Company P. O. Box 40328 Fort Worth, TX 76140 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this date: November 25, 2025 (Insert in writing the month followed by the nunteric date and year.) Merchants Bonding Company (Mutual) (Surety) —'e'vit e�7 *Az��4— (Signature ofauthortled representative) Witness as to Surety: Sheryl A. Klutts, Attorney -in -Fact (Seal (Printed name and title) John A. Miller MERCHANT� BONDING COMPANY,... POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October i b, 20i 5 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 - .'•�••ON aaa• •' G • �' • MERCHANTS BONDING COMPANY (MUTUAL) •••��P�,POq<•�.,�. �Q�N...�Dij�A.• MERCHANTS NATIONAL BONDING, INC. y : •�(t, lQq •. , �O,.O�tP09�. qy d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY • 3 • cz/yi 2003 : ��; : y'. 1933 : By c; '• v1�'••....... ���1 �. •�6� `1d� President STATE OF IOWA ••••••aaaa....•••••�'' • �''• •''• COUNTY OF DALLAS ss. On this 29th day of Jug•, 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tA4S Penni Miller z o P Commission Number 787952 • • My Commission Expires \^ J IOWA January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still In full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of November , 2025, Nq4 ••••� • Q�NG CQ. •k.••P,�10 ;may `�(iPop .pZ, �'�O?,D�POAq 9Z,�• LY y' 1933 ' Secretary 2003 c; mod. do • POA 0018 (6/24) fr AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared TERESA S SKELLY, PRESIDENT of CIRCLE C CONSTRUCTION, known to me to be a credible person, who being by me duly sworn, upon iiis oath deposed and said; That all person, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damage; On Contract described as; Sanitary Sewer Rehabilitation, Contract 113, Part 3 City Project Number 102785 BY / a Scs'�i �J Subscribed and sworn before me on this 2.5 — Day of NOWMt W2025. • ''*,PY,p4' AMANDA S JONKERS it �o a°%'-_ NoGaY Public? swTnA:rE of TEXAS +p f � wt u w. 'M �s�i 1 Deoei�r s,, 2027 KWOMdAS3&iLLOL- Notary Public in Tarrant County, TX Item # Description UoM Unit Cost Org Qty Org Contract Rev Qty Rev Contract Completed Qty Work Completed Retainage Amount Paid Unit 1.001 3311.0141 6" Water Pie LF $ 120.00 13.00 $ 1.560.00 13.00 $ 1,560.00 20.00 S 2.400.00 S 120.00 $ 2,280.00 Unit 1.002 3311.0241 8" Water Pie LF $ 130.00 1,334.00 $ 173,420.00 1,334.00 $ 173,420.00 1,345.00 $ 174,850.00 $ 8,742.50 $ 166.107.50 Unit 1.003 3311.0001 Ductile Iron Water Fittings w/ Restraint 6-inch through 12-inch pipe) TN $ 8,000.00 1.00 $ 8,000.00 1.00 $ 8,000.00 1.25 S 10,000.00 $ 500.00 $ 9.500.00 Unit 1.004 3312.3002 6" Gate Valve EA S 1,500.00 1.00 $ 1,500.00 1.00 $ 1.500.00 1.00 $ 1,500.00 $ 75.00 $ 1,425.00 Unit 1.005 3312.3003 8" Gate Valve EA $ 1,800.00 7.00 $ 12,600.00 7.00 S 12,600.00 7.00 $ 12,600.00 $ 630.00 $ 11,970.00 Unit 1.006 3312.0001 Fire Hydrant EA $ 5,500.00 1.00 $ 5,500.00 1.00 $ 5,500.00 1.00 $ 5,500.00 $ 275.00 $ 5,225.00 Unit 1.007 3312.0117 Connection to Existing 4"-12" Water Main EA $ 4,500.00 4.00 $ 18,000.00 4.00 $ 18,000.00 4.00 S 18,000.00 $ 900.00 $ 17,100.00 Unit 1.008 13312.0106 Connection to Existing 16" Water Main EA 1 $ 12,500.00 2.00 1 $ 25,000.00 2.00 $ 25,000.00 1 2.00 S 25,000.00 S 1,250.00 S 23,750.00 Unit 1.009 3312.2001 1" Water Service, Meter Reconnection EA S 700.00 21.00 $ 14,700.00 21.00 $ 14,700.00 21.00 $ 14,700.00 $ 735.00 S 13,965.00 Unit1.010 3312.2003 1" Water Service EA $ 1,500.00 21.00 $ 31,500.00 21.00 $ 31,500.00 21.00 S 31,500.00 $ 1,575.00 S 29,925.00 Unit 1.011 241.13 Remove Concrete Curb & Gutter Water LF $ 11.55 63.00 $ 727.65 63.00 $ 727.65 63.00 S 727.65 S 36.38 S 691.27 Unit 1.012 241.1302 Remove 6" Water Valve EA S 500.00 2.00 $ 1,000.00 2.00 $ 1,000.00 2.00 S 1.000.00 $ 50.00 $ 950.00 Unit 1.013 241.1303 Remove 8" Water Valve FA $ 500.00 4.00 $ 2,000.00 4.00 $ 2,000.00 4.00 $ 2,000.00 $ 100.00 $ 1,900.00 Unit 1.014 241.151 Salvage Fire Hydrant EA $ 1,000.00 1.00 S 1,000.00 1.00 $ 1,000.00 $ $ $ Unit 1.015 3201.04 Temporary Asphalt Paving Repair 2" HMAC on 6" Flexbase LF $ 27.50 1,536.00 $ 42,240.00 1.536.00 $ 42,240.00 1,736.00 S 47,740 00 $ 2,387.00 $ 45,353.00 Unit 1.016 241.17 11 -inch Pavement Pulverization 50/50 Sy S 20.00 1.200.00 S 24,000.00 1,200.00 $ 24,000.00 1,251.44 S 25,028.80 S 1.251.44 S 23,777.36 Unit 1.017 13211.06 Cement -Lime, 32lbs./s . 50/50 TN I S 450.00 20.00 1 S 9,000.00 20.00 $ 9,000.00 18.75 S 8,437.50 $ 421.88 $ 8,015.62 Unit 1.018 3212.0303 3-inch Asphalt Pavement Type "D" 50150 SY $ 30.00 1.200.00 $ 36,000.00 1,200.00 $ 36,000.00 1,251.43 $ 37,542.90 $ 1,877.15 $ 35,665.75 Unit 1.019 3216.0101 6-inch Concrete Curb and Gutter 50/50 LF S 61.50 500.00 $ 30,750.00 500.00 $ 30,750.00 409.00 $ 25,153.50 $ 1,257.68 $ 23,895.82 Unit 1.020 3213.0401 Install New 6-Inch Concrete Driveway 50/50 SF $ 14.50 1,125.00 $ 16,312.50 1,125.00 $ 16,312.50 175.00 S 2,537.50 S 126.88 $ 2,410.62 Unit 1.021 3304.0101 Temporary Water Services LS S 25,000.00 1.00 $ 25,000.00 1.00 $ 25,000.00 1.00 $ 25,000.00 $ 1.250.00 S 23,750.00 Unit 1.022 3305.0003 8" Waterline Lowering EA $ 5,500.00 1.00 $ 5,500.00 1.00 S 5,500.00 1.00 S 5,500.00 $ 275.00 $ 5.225.00 Unit 1.023 3305.0202 Imported Embedment/Backfll, CSS Water CY $ 200.00 50.00 $ 10,000.00 50.00 S 10,000.00 80.00 S 16.000.00 $ 800.00 $ 15,200.00 Unit 1.024 3305.0203 Imported Embedment/Backrill, CLSM Water CY $ 250.00 50.00 $ 12,500.00 50.00 $ 12,500.00 S $ $ Unit 1.025 3305.0207 Imported Embedment/Backfll, Select Fill Water CY S 50.00 50.00 $ 2,500,00 50.00 $ 2,500.00 $ $ $ Unit 1.026 13471.0001 Traffic Control Water MO 1 $ 4,500.00 2.00 S 9,000.00 2.00 $ 9.000.00 3.25 S 14.625 00 S 731.25 $ 13,893.75 Unit 1.027 3125.0101 SWPPP = 1 acre Water LS $ 12,500.00 1.00 S 12,500.00 1.25 $ 15,625.00 1.00 $ 12,500.00 S 625.00 S 11,875.00 Unit 1.028 9999.0001 As -Built Survey Red -Line Survey) LS $ 5,000.00 1.00 $ 5,000.00 2.00 $ 10,000.00 S $ $ Unit 1.029 9999.0002 Construction Staking Water LS S 5,000.00 1.00 S 5,000.00 1.00 $ 5,000.00 1.00 $ 5,000 00 $ 250.00 $ 4,750 00 Unit 1.030 ` 9999.0003 Water Construction Allowance $ 50,000.00 $ 50.000.00 $ $ $ Unit 1.031 6" Solid Yellow Thermoplastic Hot Applied Spray HAS Centerlines CO3 LF $ 10.00 S 500.00 $ 5,000.00 500.00 $ 5,000.00 $ 250.00 S 4,750.00 Unit 1.032 Lane Legend RR CO3 EA $ 500.00 $ 1.00 $ 500.00 $ $ $ Unit 1.033 Preformed Thermoplastic Contract Markin - 24" Stop Bars CO3 LF $ 15.00 $ 22.50 $ 337.50 S S $ Unit 1.034 Preformed Thermoplastic Contract Markin - 24" Crosswalk CO3 LF $ 15.00 $ 30.00 $ 450.00 S S S Unit 1.035 Water Valve Box Adjustment w/ Concrete Collar CO3 EA 1 $ 2,000.00 S 3.00 $ 6,000.00 3.00 $ 6,000 00 $ 300.00 S 5,700.00 Unit 1.036 IManhole Adjustment W/ Concrete Collar CO3 EA $ 3,500.00 $ 3.00 $ 10,500.00 3.00 S 10,500.00 $ 525.00 S 9,975.00 Unit 1.037 Painting Curb Addresses EA S 150.00 $ 13.00 S 1,950.00 $ $ $ Unit 1.038 SWPPP> 1 Acre LS S 5,000.00 $ 0.25 $ 1,250.00 0.25 S 1,250 00 S 62.50 $ 1.187 50 Unit 2.001 3331.4115 8" Sewer Pie LF $ 135.00 2,142 00 $ 289,170.00 2,142.00 S 289.170.00 2,167.00 1 $ 292,545.00 S 14,627.25 $ 277,917.75 Unit 2.002 3331.1102 8" Pipe Enlargement LF $ 145.00 231.00 $ 33,495.00 231.00 S 33,495.00 231.00 S 33,495.00 $ 1,674.75 S 31,820.25 Unit 2.003 3331.4113 6" DIP Sewer Pipe, CSS Backf II LF $ 200.00 1 32.00 $ 6,400.00 32.00 1 $ 6,400.00 23.00 S 4,600.00 $ 230.00 $ 4.370.00 Unit 2.004 3331.4206 10" DIP Sewer, CSS Backfill LF $ 250.00 32.00 $ 8,000.00 32.00 $ 8,000.00 23.00 $ 5,750.00 S 287.50 $ 5,462.50 Unit2.005 3331.2105 15" CIPP LF $ 350.00 951.00 S 332,850.00 951.00 $ 332,850.00 S $ S Unit 2.006 3331.4307 20" DIP Sewer, Select Backfill LF 1 $ 750.00 232.00 $ 174,000.00 232.00 $ 174,000.00 232.00 $ 174.000.00 $ 8,700.00 $ 165,300.00 Unit 2.007 13305.3001 6" Sewer Carier Pie DIP LF S 250.00 80.00 $ 20,000.00 80.00 $ 20,000.00 80.00 S 20,000.00 S 1.000.00 S 19,000.00 Unit2.008 13305.300310"Sewer Cartier Pie DIP LF S 350.00 80.00 $ 28,000.00 80.00 $ 28,000.00 80.00 S 28,000.00 S 1.400.00 S 26,600.00 Unit 2.009 3305.1102 16" Casing By Other Than Open Cut LF $ 1,500.00 80.00 S 120,000.00 80.00 $ 120,000.00 80.00 S 120,000.00 S 6.000.00 S 114,000.00 Unit2.010 3305.1103 20" CasingBy Other Than Open Cut LF $ 1,500.00 110.00 $ 165,000.00 110.00 S 165,000.00 310.00 S 465.000.00 $ 23,250.00 $ 441,750.00 Unit 2.011 3331.1201 Service Reinstatement, Pipe Enlargement EA $ 1,500.00 7.00 S 10,500.00 7.00 $ 10,500.00 5.00 S 7,500.00 $ 375.00 $ 7,125.00 Unit 2.012 3331.3311 4" Sewer Service, Reconnection FA $ 1,200.00 56.00 $ 67,200.00 56.00 S 67.200.00 47.00 S 56,400.00 $ 2,820.00 $ 53.580.00 Unit2.013 3301.0001Pre-CCTV Inspection LF $ 5.00 4,091.00 $ 20,455.00 4,091.00 $ 20,455.00 4,091.00 S 20.455.00 $ 1,022.75 S 19,432.25 Unit 2.014 3301.0002 Post -CCTV Inspection LF $ 5.00 4,095.00 $ 20,475.00 4,095.00 S 20,475.00 4,091.00 $ 20,455.00 S 1,022.75 $ 19.432.25 Unit2.015 241.2001 Sanitary Line Grouting CY $ 250.00 26.00 $ 6,500.00 26.00 $ 6,500.00 20.00 S 5,000.00 $ 250.00 $ 4,755.00 Unit 2.016 241.2201 Remove 4' Sewer Manhole FA $ 1,200.00 20.00 $ 24,000.00 20.00 $ 24,000.00 22.00 $ 26,400.00 S 1,320.00 S 25,080.00 Unit 2.017 1241.5001 Abandon Manhole EA $ 1,000.00 1.00 $ 1,000.00 1.00 1 $ 1,000.00 S $ $ Unit2.018 13339.10014'Manhole EA $ 6,500.00 17.00 $ 110,500.00 17.00 S 110,500.00 14.00 $ 91,000.00 $ 4.550.00 $ 86.450.00 Unit 2.019 3339.1002 4' Drop Manhole EA $ 8,500.00 1.00 $ 8,500.00 1.00 $ 8,500.00 3.00 $ 25,500.00 S 1,275.00 S 24,225.00 Unit 2.020 3339.1003 4' Extra Depth Manhole VF $ 350.00 18.00 $ 6,300.00 18.00 $ 6,300.00 56.44 $ 19,754.00 S 987.70 1 $ 18,766.30 Unit 2.021 3349.0002 5' Junction Box EA $ 22,500.00 2.00 $ 45,000.00 2.00 $ 45,000.00 2.00 S 45.000.00 $ 2,250.00 $ 42,750.00 Unit 2.023 3301.0101 Manhole Vacuum Testing EA $ 200.00 23.00 $ 4.600.00 26.00 S 5.200.00 23.00 S 4,600.00 S 230.00 $ 4,370.00 Unit 2.024 3305.0116 Concrete Encasement for Utility Pipes ICY 1 $ 250.00 47.00 $ 11.750.00 47.00 $ 11,750.00 140.00 $ 35,000.00 $ 1,750.00 $ 33,250.00 Unit2.025 3339.0001 Epoxy Manhole Liner (Warren orChesterson VF S 450.00 56.56 $ 25.452.00 166.56 $ 74,952.00 110.00 $ 49,500.00 $ 2,475.00 $ 47,025.00 Unit 2.026 3339.0002 Epoxy Structure Liner Warren or Chesterson SF S 40.00 255.00 $ 10,200.00 510.00 $ 21.400.00 $ $ S Unit 2.027 3305.0112 Concrete Collar EA S 700.00 21.00 $ 14.700.00 21.00 S 14.700.00 24 00 S 16.800 00 S 840.00 S 15,960.00 Unit2.028 3303.001 Bypass Pum in LS $125,000.00 1.00 $ 125,000.00 1.00 1 $ 125,000.00 1 1.00 $ 125,000.00 S 6.250.00 $ 118.750.00 102785-59066-FP1 SOV 1/3 11/26/2025 Item # Description UoM Unit Cost Org Qty Ong Contract Rev Qty Rev Contract Completed Qty Work Completed Retainage Amount Paid Unit 2.029 241.13 Remove Concrete Curb 8 Gutter (Sanitary Sewer) LF S 11.55 63.00 $ 727.65 63.00 $ 727.65 63.00 $ 727.65 $ 36.38 $ 691.27 Unit 2.030 241.01 Remove Sidewalk (Sanitary Sewer) SF $ 10.00 175.00 $ 1.750.00 175.00 $ 1,750.00 371.00 $ 3,710.00 $ 185.50 $ 3.524.50 Unit 2.031 3201,0112 5' )/Vide Asphalt Pvmt Repair, Residential LF $ 96.00 15.00 $ 1,440.00 15.00 $ 1,440.00 90.00 $ 8,640.00 $ 432.00 $ 8,208.00 Unit2.032 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential SY $ 35.00 100.00 $ 3,500.00 100.00 S 3,500.00 $ $ $ Unit 2.033 3201.04 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) LF $ 27.50 1,278.00 $ 35.145.00 1,278.00 $ 35,145.00 1,278.00 $ 35,145.00 $ 1,757.25 $ 33,387.75 Unit2.034 241.1711-inch Pavement Pulverization (50/50) SY $ 25.00 1,200.00 $ 30,000.00 1,200.00 S 30,000.00 1,251.44 $ 31.286.00 $ 1,564.30 $ 29,721.70 Unit2.035 3211.06Ceme:nt-Lime,32lbs./sy.(50/50) TN $ 450.00 20.00 $ 9,000.00 20.00 $ 9,000.00 18.75 $ 8,437.50 $ 421.88 $ 8,015.62 Unit 2.036 13212.0303 3-inch Asphalt Pavement Type "D" (50/50) SY $ 30.00 1,200.00 $ 36,000.00 1,200.00 $ 36,000.00 1.251.44 $ 37.543.20 S 1,877.16 $ 35,666.04 Unit2.037 3213.03014" Conc Sidewalk SF $ 18.50 175.00 $ 3.237.50 175.00 $ 3,2X'.50 371.00 $ 6,863.50 $ 2143.18 $ 6,520.32 Unit 2.038 3216.0101 6-inch Concrete Curb and Gutter (50/50) LF $ 61.50 500.00 $ 30,750.00 500.00 $ 30,750.00 408.00 $ 25,092.00 $ 1,:54.60 $ 23,837.40 Unit 2.039 3213.0401 Install New 6-Inch Concrete Driveway (50150) LF $ 14.50 1.,125.00 $ 16,312.50 1,125.00 $ 16,312.50 630.00 $ 9,135.00 $ 4k%.75 $ 8,678.25 Unit 2.040 3291.01 Topsoil (Sanitary Sewer) CY $ 35.00 18.00 $ 630.00 18.00 $ 630.00 $ $ $ Unit2.041 3292.01 Block Sod Replacement (Sanitary Sewer) SY $ 12.00 264.00 $ 3,168.00 264.00 $ 3,168.00 $ $ $ Unit 2.042 3292.02 Broadcast Seeding (Sanitary Sewer) SY S 8.00 1,637.00 $ 13.096.00 2,774.00 $ 22,192.00 1,637.00 $ 13.096 00 S 654.80 $ 12.441 20 Unit 2.043 3305.0109 Trench Safety (Sanitary Sewer) LF $ 3.00 3,125.00 $ 9.375.00 3.125.00 $ 9,37.5.00 3.125.00 $ 9.375.00 S 468.75 $ 8.906.25 Unit 2.044 3305.0202 Imported Embedment/Backfill, CSS (Sanitary Sewer) CY $ 250.00 85.00 $ 21,250.00 85.00 $ 21,250.00 85.00 $ 21.250.00 S 1,062.50 $ 20,187.50 Unit 2.045 13305.0203 Imported Embedment/Backfill, CLSM (Sanitary Sewer) CY $ 250.00 85.00 $ 21,250.00 85.00 1 $ 21,250.00 $ $ $ Unit 2.046 3305.0207 Imported Embedment/Backfill, Select Fill (Sanitary Sewer) CY $ 35.00 85.00 $ 2,975.00 85.00 1 $ 2,975.00 85.00 $ 2,975.00 $ 148.75 $ 2.826.25 Unit2.047 3471.0001 Traffic Control (Sanitary Sewer) MO $ 4,500.00 4.00 $ 18,000.00 4.00 $ 18,000.00 4.25 $ 19.125.00 $ 956.25 $ 18,168.75 Unit 2.048 3125.0101 SV1/PPP = 1 acre (Sanitary Sewer) LS S 8,500.00 1.00 $ 8.500.00 1.00 $ 8,500.00 1.25 $ 10,625.00 $ 531.25 S 10,093.75 Unit2.049 9999.0004 As -.Built Survey (Red -Li ne Survey) LS $ 12.500.00 1.00 $ 12,500.00 2.00 $ 25.000.00 $ $ $ Unit 2.050 9999.0005 Construction Staking (Sanitary Sewer) LS $ 12,500.00 1.00 $ 12,500.00 1.00 $ 12,500.00 1.00 $ 12.500 00 $ 625.00 $ 11.875.00 Unit 2.051 • 9999.0006 Sanitary Sewer Construction Allowance $ 50.000.00 $ 10,000.00 $ $ $ Unit 2.052 Pipe Enlarge ient. Open Cut Point Repair LF $ 145.00 250.00 $ 36.250.00 250.00 $ 36,250.00 310.00 $ 44,950.00 $ 2,2:47.50 $ 42,702 50 Unit 2.053 Pipe Enlarge ient BOTOC Point Repair LF 1 $ 1,500.00 65.00 $ 97,500.00 130.00 $ 195,000.00 65.00 $ 97,500.00 $ 4,875.00 S 92,625.00 Unit 2.054 IService Reroute Investigation LS $ 5,000.00 1.00 $ 5,000.00 1.00 $ 5,000.00 1.00 $ 5.000.00 $ 250.00 S 4,750.00 Unit 2.055 BOTOC Service Reroute L-1026• LF $ 1,500.00 25.00 $ 37,500.00 25.00 $ 37,500.00 53.00 S 79,500.00 S 3,975.00 $ 75,525.00 Unit2.056 Manhole shafts VF $ 1,100.00 54.44 $ 59,884.00 54.44 S 59,884.00 54.44 $ 59.884.00 $ 2,994.20 S 56,889.80 Unit 2.057 5' manhole EA $ 8,500.00 3.00 $ 25,500.00 3.00 S 25,500.00 $ S $ Unit 2.058 Extra Depth for 5' manhole VF S 450.00 36.44 $ 16,398.00 36.44 $ 16,398.00 $ S $ Unit2.059 Epoxy manhol a iner for 5' manhole VF S 625.00 54.44 $ 34.025.00 54.44 $ 34,025.00 $ S $ Unit2.060 15'PVC LF $ 350.00 30.00 $ 10.500.00 30.00 $ 10,500.00 10.00 1 $ 3,500.00 $ 175.00 $ 3.325.00 Unit 2.061 Temporary Fence LF $ 25.00 250.00 $ 6.250.00 250.00 $ 6,250.00 250.00 $ 6,250.00 $ 0,12.50 S 5.937.50 Unit 2.062 6 chain link fence remove and replace LF $ 75.00 100.00 $ 7,500.00 100.00 $ 7.5001.00 100.00 S 7,500.00 S 375.00 $ 7,125.00 Unit 2.063 Additional by-pass pumping due to CO2 EA $ 31,250.00 1.00 $ 31,250.00 1.00 1 $ 31,2501.00 8.00 $ 250,000.00 $ 12,500.00 $ 237.500.00 Unit 2.064 6" Solid Yellow Thermoplastic Hot Applied Spray (HAS) Centerlines CO3 LF $ 10.00 $ 500.00 $ 5,000.00 500.00 $ 5.000.00 $ 250.00 S 4.750.00 Unit 2.065 Lane Legend FRR CO3 LF S 500.00 $ 1.00 $ 500.00 $ $ $ Unit 2.066 Preformed Thermoplastic Contract Marking - 24" Stop Bars CO3 LF $ 15.00 $ 22.50 $ 337.50 $ 5 $ Unit 2.067 Preformed Thermoplastic Contract Marking - 24" Crosswalk CO3 LF S 15.00 S 30.00 $ 4501.00 $ $ $ Unit 2.068 Water Valve Box Adjustment w/ Concrete Collar CO3 EA $ 2.000.00 $ 2.00 $ 4,0001.00 2.00 $ 4,000.00 $ 200.00 S 3.800.00 Unit 2.069 Manhole Adjustment W/ Concrete Collar CO3 EA $ 3,500.00 $ 2.00 $ 7,000.00 2.00 $ 7,000.00 S 350.00 $ 6,650.00 Unit2.070 Painting Curb .Addresses EA $ 150.00 $ 13.00 $ 1,950.00 $ $ $ Unit2.071 SWPPP> 1 Acre LS 1 $ 5.000.00 $ 0.25 $ 1,250.00 0.25 $ 1,250.00 $ 62.50 $ 1.167.50 Unit 3.001 13305.0108 Utility Adjustment (Irrigation) LS I S 15,000.00 1.00 $ 15,000 00 1.00 S 15,000.00 $ $ $ Unit 3.002 1241.13 Remove Existing Concrete Curb and Gutter LF $ 11.50 2.000.00 $ 23,000.00 2,000.00 $ 23.000.00 1,817.00 $ 20,895 50 S 1,044 78 S 19.850.72 Unit 3.003 3216.0101 6" Concrete Curb and Gutter 50/50 LF $ 61.50 1.000.00 $ 61.500.00 1.000.00 $ 61,500.00 1,000.00 S 61,500.00 $ 3.075.00 $ 58,425.00 Unit 3.004 241.0401 Remove Existing ConcreteDriveway SF $ 10.00 4,000.00 $ 40,000.0O 4.000.00 $ 40,000.00 3,395.00 $ 33,950.00 $ 1.697.50 $ 32.252.50 Unit 3.005 3213.0401 Install New 6-Inch Concrete Driveway (50/50) SF $ 14.50 2,250.00 $ 32,625.00 2,250.00 $ 32.625.00 2,590.00 1 $ 37,555.00 S 1.877.75 $ 35.677.25 Unit 3.006 241.01 Remove Concrete Sidewalk SF $ 10.00 4,000.00 $ 40,000.00 4,000.00 $ 40.000.00 739.00 $ 7,390.00 $ 369.50 $ 7.020.50 Unit 3.007 3213.0301 4" Concrete Sidewalk SF S 18.50 4,000.00 $ 74,000.00 4,000.00 $ 74,000.00 739.00 $ 13,671.50 $ 683.57 $ 12,987.93 Unit 3.008 241.03 Remove Existing Wheelchair Ramp EA $ 1,250.00 1.00 $ 1,250.00 1.00 $ 1,250.00 1.00 $ 1,250.00 S 62.50 $ 1.187.50 Unit 3.009 9999.0007 Install New ADA Wheelchair Ramp (w/ detectable warning dome -tile surface) EA $ 4,500.00 1.00 $ 4,500.00 1.00 $ 4,500.00 1.00 $ 4,500.00 S 225.00 $ 4,275.00 Unit 3.010 3216.0302 Install New 7" Concrete Valley Gutter SY 1 $ 225.00 60.00 $ 13,500.00 60.00 $ 13,500.00 $ $ $ Unit 3.011 1241.17 11-Inch Pavement Pulverization (50/50) SY $ 25.00 2,400.00 $ 60.000.00 2,400.00 $ 60.000.00 2,502.87 $ 62,571 75 S 3,128.59 $ 59.443 16 Unit 3.012 3211.33 Cement -Lime Stabilization (a) 32Lbs/SY (50/50) TN $ 450.00 40.00 $ 18.000.00 40.00 $ 18,000.00 37.50 $ 16,875.00 S 843.75 S 16,031.25 Unit 3.013 3123.0101 Unclassified Street Excavation CY $ 100.00 50.00 $ 5.000.00 50.00 $ 5,000.00 68.06 $ 6,806.00 S 340.30 S 6,465.70 Unit 3.014 3212.0303 3-Inch Surface Course Asphalt, Type" D" (50150) SY $ 30.00 2,400.00 $ 720000000 2,400.00 $ 72,000.00 2,502.87 $ 75,086.10 $ 3,754.31 S 71,331.79 Unit 3.015 3217.0002 4" Solid Yellow Thermoplastic Hot Applied Spray (HAS) Centedine s LF $ 10.00 1,000.00 $ 10,000.00 1.000.00 $ 10.000.00 1,000.00 $ 10,000.00 $ 500.00 $ 9,500.00 Unit3.016 3217.1001 Lane Legend RR EA $ 500.00 2.00 $ 1,000.00 2.00 $ 1.000.00 $ S $ Unit 3.017 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars LF $ 15.00 45.00 $ 675.00 45.00 $ 675.00 $ $ $ Unit 3.018 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk LF $ 15.00 60.00 $ 900.00 60.00 $ 900.00 $ 5 $ Unit 3.019 3305.0111 Water Valve Box Adiustment with Concrete Collar 1V $ 2,000.00 5.00 $ 10,000.00 5.00 $ 10.000.00 $ S $ Unit 3.020 3305.0107 Manhole Adjustment With Concrete Collar EA $ 3,500.00 5.00 $ 17,500.00 5.00 $ 17,500.00 $ $ $ Unit 3.021 3217.5001 Painti�Curb Addresses EA $ 150.00 26.00 $ 3,900.00 26.00 $ 3.900.00 16.00 $ 2,400.00 S 120.00 S 2,280.00 Unit 3.022 13291.01 Tops il ICY i $ 35.00 50.00 $ 1,750.00 50.00 $ 1.750.001 20.00 $ 700.00 1 $ 35.00 1 $ 665.00 102785-59066-FP1 SOV 2/3 11/26/2025 Item # Description UoM Unit Cost Org Qty Org Contract Rev Qty Rev Contract Completed Qty Work Completed Retainage Amount Paid Unit 3.023 3292.01 Block Sod Replacement SY $ 12.00 1,000.00 $ 12,000.00 1,000.00 $ 12,000.00 350.00 $ 4,200.00 $ 210.00 $ 3.990.00 Unit 3.024 9999.0008 Remove and Replace Inlet Top EA $ 5,500.00 3.00 $ 16,500.00 3.00 $ 16,500.00 $ $ $ Unit 3.025 3471.0001 Traffic Control MO $ 4,500.00 2.00 $ 9,000.00 2.00 $ 9,000.00 2.50 $ 11,250 00 $ 562.50 $ 10,687.50 Unit3.026 3125.0101 SWPPP= 1 acre LS $ 5,000.00 1.00 $ 5,000.00 1.00 $ 5,000.00 0.50 $ 2,500.00 $ 125.00 $ 2,375.00 Unit 3.027 3212.0404 HMAC Transition TN $ 300.00 20.00 $ 6,000.00 20.00 $ 6,000.00 $ $ 5 Unit 3.028'9999.0009 Paving Construction Allowance $ 50,000.00 $ 50,000.00 $ $ $ Total $ 3,494,120.80 $ 3,788,116.80 $ 3,439,307.55 $171,965.41 $ 3,267,342.14 102785-59066-FP1 SOV 313 11/26/2025 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Circle C Construction Company Subject of the Agreement: Sanitary Sewer Rehab Contract 113 Part3 Final Pay App (Greensheet) M&C Approved by the Council? * Yes ❑ No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes © No ❑ 59066-FP1 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes © No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No © If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: If different from the approval date. Expiration Date: N/A If applicable. Is a 1295 Form required? * Yes ❑ No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 102785-3 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes © No ❑ Contracts need to be routed for CSO processing in the followin order:. 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.