HomeMy WebLinkAbout061113-FP1 - Construction-Related - Contract - William J. Schultz, Inc. dba Circle C ConstructionCSC No. 61113-FP1
F�RTWORTH
Date 7/18/25
RE: Acceptance Letter
Project Name: Part 2 Camp Bowie Water Improvements
Project Type: Water
Project No: 105062
Contract No: 61113
To Whom It May Concern:
On 12/11/2024 a final inspection was made on the subject project. There were punch list items
identified at that time. The punchlist items were completed on 3/11/2025 The final inspection indicates
that the worl< meets the City of Fort Worth specifications and is therefore accepted by the City. The
warranty period will start on 3/11/2025 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,
DIl (. ��1 � J G�
Tony Sholola, P.E., Assistant Director, Water Department
TS /
Cc: Chris Harder, P.E., Director, Water Qepartment
Laura Wilson, P.E., Deputy Director Water Department
Preeti KC, P.E, Project Manager, Water Department
Wade Miller, Construction Manager, Water Department
John Robinson, Inspection Supervisor, Water Department
Kimley Horn, Consultant
Circle C Construction, Contractor
WATER DEPARTMENT
ENGtNCGRING AND FISCAL SGRVICGS
THG CI'1'Y OP FORT WORTH * IOOO THROCKMOR'I'ON STRGGT * FORT WOR7'H, TEXAS 761OZ
817-392-8240 * Fnx 817-392-8195
L� Printed on recycled paper
�oRT�oRTH
«� o��,zo,z��
WATER ENGINEERING & FTSCAL SERVICES
FINAL STATEMENT OF CONTRACT TIME
FINAL STAT�MCNT NO.: �inal ,
NAME OF PROJ�CT; Part 2 Camp Bowie Water Improvements
105062 CONTRACTOR: Circle C ConsU•uction
�
PROJCCT NO:
CSC No. 61113
PGRIOD FROM:O8/OU25 `I'O: 08/IS/25 FINALINSPGCTION DATC: I I-Mar-2`
WORK ORDGR CFI�'CCTIVE:B/19/2024 CONTRACT TIME; 21�
DAYS DAYS
DAY OF RGASON rOR DAYS DAY OP CHARGGD
CHARGED
MONTH nUJZI1�IG CRGDITI�;D MONTH DURING
1.
2.
3.
4.
5.
6.
7.
S.
9.
10.
11.
12.
13.
14.
15.
THIS
PER10D
PREVIOUS
PCRIOD
TOTALS
TO DAT�
*RCMARKS;
16.
17.
18.
19.
20,
21.
22.
23,
24.
25.
26,
27.
28.
29.
30.
31,
SAT, SUN, RAIN, TOO W�T, UTILITI�S
& HOLIDAYS & TOO COLD RGLOCATIONS
(� WD � CD
RGASON �OR DAYS
CR�DITCD
DAYS TOTAL
OTHCRS* CHARG�D DAYS
0 0
0 0
210 210
/.u.,,�. ,��"��.� � �7 Z.5' �%-�---�� ��-Z'%,� �
CONTRACTOR (� DATE INSPEC'P6R DATE
LNGIN�ERING llLP.-1RTDLLIhT
��/ '1'lie City� of �ort Wordi � 200 Tc�as S�reet � I�ort Wor�l�, T1 7G012-G319
(817) 392 - �4477 • I��x: (817) 392 - 84C,0
�'ORT�'V'ORTH
Capital Projects Delivery, Water Departmexit
CONTRA.CTOR'S EVALUATTON OF CITY
1) PROJCCT INFORMATION Date; �26-Aug-25
Nun1e ojCann-oc�or
Circle C Consh�uction
IYnler Gngineering Li,speclor
John Robitison
CSCNrn�iber ProjeclD�crrll��
61 1 13 I0 Simple QQ Routine
t— --- — —
hrilinl Canlracl ilmornN
$1,280,205.00
1I) PERI�'ORMANCE EVALUATION
0- Inadequate 1- Deficient 2- Standard
ELEMENT
INSP�CTI�N EVALUA'I'ION
1 Availability of Inspector _ __
2 Knowiedge of Ins�ector
3 Accuracy of Measured uantities
—Q_. -- -
4 Display Of Professionalism _ _
5 Citizen Complaint Resolution
6 Pei•formance - Settitrg up Valve Ci'ews, Labs
ADMINIST12A7'ION
1 Change Order Processing Time
2 Timliness of Contractor Payments
3 Bid Opening to Pre-Con Meeting Timeh�ame
]II) COMM�NTS & SIGNATURES
COMMGNTS
Siguature Contractor
5ignahire Inspector
Signat�n•e Inspactor's Supervisor
[NSPCCI'OR'S COIVIA7LN'I'S
� Complex
RGV: 09/29/24
Prujecl Nnine
Part 2 Camp Bowie Water Improvements
Prajecl Jlauager ----
Preeti KC
Tj��e ofCo�uracl -
Q Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement
!'inal CoirlrnG�lnrou,r!
$1,498,185.00
3 - Good �1 - Excellent
-- - ---� __ —
RATING ELEMENT RATING
---.._���`�� — -- - --- - -- _I (�-4)
PI,ANS & SP�CIFICATIONS
_ __ �f 1 Accuracy of Plans to Existing Conditions __ _ `�
2 Claiity �, Sufficiency of Details �
- y _ _ _ - --- - �-
, f� _ 3 Applicability of Specifications
y_ 4 Accuracy of Plan Quantitias !%
� PROJECT MANAGER �VALUATION
� I Knowledge And/Or Problem Resohition
_� - -
- -- -
2 Availability of Project Managei' j�
y3 Communication 1�
- - - -- _
4 Resolutioii of Utility Conflicts �
� - -- --- - -
� o <ss� _
�� - -
G/� �
Capit�l Projects Delive�` �\/ater T�e��artment
Tlie City of Fort �\/oith • 200 Tesas Stceet • Fort 1��orth, T�'. 7G012-G311
(817) 392 - �1�77 • I�,�x; (8 � 7) 392 - 8=1G0
FORTWORTH
Capital Projects Delivery, Water Department
PERFORMt1NCE EVALUATION OF CONTRACTOR
I) CONTRACTOR & PROJECT DATA
Nanie aJConU•aclor Projeci Nau1e
Ci��cle C Construction Part 2 Camp Bowie Water Improvements
{Nale�� EngineerUrg lnspecla• CSC N�uuber
John Robinson 6l 113
lf�aler Engineering hrspecla• Projecl d/miager
❑✓ Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement peeti KC
Mi�io1 Conh�acl AnmrnN Projecl D�ciilh,
$1,280,205.00 � Simple � Routine
Fr�ml Caiiu�acl ili�rorml Dale
$1,498, I 85.00 8/2G/2025
II) PERFORMANCE EVALUATION
0- Inadequate I- DeScient 2- Slandard 3- Good 4- Excellent
ELEMENT WEIGHT ( X) APPLICABLE (Y / N)
1 Submissian of Documents 2 Y
2 Public Nolificatians 5 �'
3 Plans on Site 5 1'
��I Ficld Supervision 15 Y
IS Work Perfonned 15 Y
6 Finished Product 15 Y
I7 Job Site Safery 15 Y
�8 TraFfic Control Maintenance ]5 Y
�9 Daily Clean Up 5 Y
] 0 Citizen's Complaint Resolution 5 Y
) I Property Resloration 5 Y
12 After Hours Response 5 Y
� 13 Project Cotnpletion 5 Y
III) CONTRACTOR'S RATINC
RE V: 09/20/2�1
Q Complex
RATMG (0 - 4) IMA� SCORE
4 8
a zo
a zo
4 60
4 60
4 60
4 60
3 60
4 20
4 20
�+ zo
a 20
4 20
TOTAL ELEMENT SCORE (A)
BONUS POINTS (25 Maximum) (8)
TOTAL SCORC ("I'S)
Maximum Score (MS) _�1�18 or sum of applicable elemenl score maxinmms which = dd8
R�ting ( jTS / NiSJ *]00°/a) d33 / dd8 = 97%
Pei�form�nce Cetegory Exc ellent
<20% = Inndeyunle l0% ro <�0% = Defrcienl �l0% lo <60% = Slnnr(nrd 60% �o <80% = Good >_80% = Lxcellen!
Inspecror's Comments (INCLUDING CYPLAN�,TION Or BONUS POINTS Ai1'ARDGDJ
ISCORE
8
� 20
f 20
� 60
� 60
I 60
� 60
I d5
� 20
I 20
i Zo
i 2a
� 20
d33
d33
SignaWre Inspec[or �����` ' Signature Contractor ssl� ----
� D c
Signature lnspector's Supeivisor �_ _ _
INSPECTOR'S COMMEN"I S �
Capital Projects DeliveL}', ���tec Depnrtment
'1'l�e City of rort VVarth • 1000 Throckmorton Slreel • rort \X/ortl�, Tl 76072-G311
(87 7) 392 -�I477 • I�as: (817) 392 - 84G0
PRO,TECT NANIE:
PAOJECT NUVIB�R:
CSC NUA4BER:
�
INSTALLATION Ni�THOD
BOTOC
Open Cut
Open Cut
FORT WORTH
WATER ENGINEERING & FISCAL SERVICES
PIPE REPORT FOR:
Part 2 Camp Bo�vie Water Improvements
105062
61113
WAT�R PIPE
PIPG DIAM�TER TYP� OF PIP�
36" Concrete AWWA C303 Carier
36" Concc•ete AWWA C303
12" PVC C 900
LT
204
691
�40
rIR� HYDRANTS # VALV�S (16" OR LARGER) {
PIP� ABANDONED PIP� DIANIET�R TYPE OF PIPE LF
30" Cast Iron 204
12" Cast Iron 35
PIP� RED�IOVED
D�NSITI�S:
NEW S�RVICES:
�
INSTALLATION NI�THOD
PIP� ABANDON�D
D�NSITIGS:
NGW S�RVIC�S:
PIPE DIAI�I�T�R TYP� OT PIPE
30" Cast Iron
Yes, �vithin specifications.
S�WER PIP�
PIPE DIA�IET�R TPPE OP' PIPE
PIP� DIAnI�'TGR TYP� OF PIP�
Wr\'I'l3R L.NGINI�,�IZING & I�ISC�1L SI?RVICI�:S
'I'hc City of Port �r/orth • 100 Port ��octh Trail• I�oct �Y/orth,'fX 76102
(s1 �� s�a - �w�� • ���1.: �sl �� s�a - aa�o
Lr
691
Lr
LF
Revision 8/27/2025
Item # Description
1.038 Emergency Leak Repair on Six Inch Blow Out, Dewater Fill Line, Pipe - CO2
1.039 30 Inch by 2 Inch Saddle with Flush Point - CO2
1.04 S-Inch Tapped Plu with Flush Point
1.041 Temporary Pavinp�rossinp Alonq Camp Bowie/MontqomerylClifton - CO2
1.042 Extra SWPPP Around Distributed Area - CO2
1.043 Irriqation Work Before Construcion for Isolation of Existinq System - CO2
1.046 Remove and Replace Curb and Vutter- CO2
1.047 Remove and Replace ADA Ramp - CO2
1.048 Stop Bar and Lane Stripinp - CO2
Unit 1.001 B' 3311.0874 36" CONCRETE AWWA C303 WATER PIPE, fRESTRAINED JOINTS)
Unit'1.002B' 3305.1205 60" TUNNEL LINER PLATE BY OTHER THAr� OPEN CUT
Unit 1.0038" 3311.0021 C303 FITTINGS
Unit 1.004 33052009 36" WATER CARRIER PIPE
Unit 1.005 3311.0445 12" WATER PIPE, CSS BACKFILL (RESTRAINED JOINTS)
Unit 1.006 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIES
Unit 1.007 3305.0109 TRENCH SAFETY
Unit 1.008 3312.3005 12" GATE VALVE
Unit 1.009 241.1305 REMOVE 12" WATER VALVE
Unit 1.010 3312.0109 CONNECTION TO EXISTING 30" WATER MAIN
Unit 1.011 3312.011 CONNECTION TO EXISTING 36" WATER MAIN
Unit 1.012 3312.0117 CONNECTION TO EXISTING 4"-12" WATER MAIN
Unit 1.013 3312.6003 8" BLOW OFF VALVE
Unit 1.014 241.102 REMOVE 30" WATER LINE
Unit 1.015 241.�21 30" WATER ABANDONMENT PLUG
Unit 1.016 241.1218 4"-12" WATER ABANDONMENT PLUG
Unit 1.017 241.1001 WATER LINE GROUTING {36 INCH)
Unit 1.018 241.099 REMOVE MISC CONC STR�JCTURE
Unit 1.019 3304.001 JOINT BONDING & ELECTRICAL ISOLATION
Unit 1.020 3305.0102 CATHODIC PROTECTION TEST STATION
Unit 1.021 3441.3501 SALVA�j� �STREET LIGHT �OLE
Unit 1.022 3310.0103 12"-18"'1'REE REMOVAL
Unit 1.023 241.13 REMOVE CONC CURB 8 GUTTER
Unit 1.024 3214.02 BRICK PVMT REPAIR
Unit 1.025 3201.04 TEMPORARY ASPHALT PAVING REPAIR
Unit 1.026 3471.0003 TRAFFIC CONTROL DETAILS - PREPARATION
Unit'1.027 3471.0001 TRAFFIC CONTROL - INSTALL AND MAINTAIN
Unit'I.028 3305.011 UTILITY MARKERS
Unit 1.029 171.0101 CONSTRUCTION STAKING
Unit 1.030 171.0102 AS-BUILT SURVEY
Unit 1.031 3471.QQ02 PORTABLE MESSAGE SIGN
Unit 1.032' 9999.bbd� WATER CONSTRUCTION ALLOWANCE
Unit1.033 ,SELECTBACKFILL
Unit 1.034 �Extra Brick Removal
Unit 1.035 EXTRA BRICK INSTALLATION
Unit 1.036 30" DUCTILE IRON PRESSURE CLASS 150 PIPE
Unit 1.037 ADDITIONAL GROUT AROUND GAS VALVE
Total
UoM
LS
EA
EA
LF
LF
LS
LF
LF
LS
LF
LF
LS
LF
LF
EA
LF
EA
EA
EA
EA
EA
EA
LF
EA
EA
CY
LS
LS
EA
EA
EA
LF
SY
LF
EA
MO
LS
LS
LS
WK
Unit Cost
$ 15,000.00
$ 3,500.00
$ 3,500.00
$ 50.00
$ 7.50
$ 2,750.00
$ 70.00
$ 5,500.00
$ 2,500.00
$ 625.00
$ 1,850.00
$115,000.00
$ 500.00
$ 250.00
$ 2,000.00
$ 5.00
$ 3,800.00
$ 500.00
$ 15,000.00
$ 18,500.00
$ 3,500.00
$ 25,000.00
$ 25.00
$ 3,500.00
$ 1,500.00
$ 250.00
$ 2,500.00
$ 5,000.00
$ 5,000.00
$ 5,000.00
$ 2,500.00
$ 15.00
$ 250.00
$ 32.00
$ 1,500.00
$ 10,500.00
$ 1,500.00
$ 2,500.00
$ 2,500.00
$ 1,500.00
CY $ 55.00
SF $ 26.00
SF $ 5.00
LF $ 800.00
LF $ 75.00
Org QN
740.00
166.00
1.00
166.00
20.00
5.00
760.00
1.00
1.00
1.00
1.00
2.00
1.00
248.00
z.00
2.00
1.00
1.00
1.00
2.00
4.00
s.00
275.00
85.00
115.00
8.00
3.00
1.00
1.00
1.00
4.00
Original Contrect
$ -
$ -
� -
$ -
$ -
$ -
$ -
$ -
$ -
$ 462,500.00
$ 307,100.00
$ "115,000.00
S 83,000.00
$ 5,000.00
$ 10,000.00
$ 3,800.00
$ 3,800.00
$ 500.00
$ 15,000.00
$ 18,500.00
$ 7,000.00
S 25,000.00
$ 6,200.00
$ �,000.00
$ 3,000.00
$ 250.00
$ 2,500.00
� 5,000.00
$ 10,000.00
$ 20,000.00
$ '15,000.00
$ 4,125.00
$ 21,250.00
$ 3,680.00
$ 12,000.00
$ 31,500.00
$ 1,500.00
$ 2,500.00
$ 2,500.00
$ 6,000.00
$ 70,000.00
$ -
$ -
$ -
$ -
$ -
$ 1,280,205.00
Rev QTY
1.00
1.00
1.00
110.00
1,200.00
1.00
100.00
1.00
1.00
720.00
186.00
1.00
166.00
40.00
5.00
760.00
1.00
1.00
1.00
1.00
2.00
1.00
248.00
z.00
2.00
60.00
1.00
1.00
2.00
7.00
7.00
275.00
85.00
115.00
8.00
6.00
1.00
1.00
1.00
5.00
1,000.00
1,680.00
1,680.00
38.00
20.00
Revised Contrect
$ 15,000.00
$ 3,500.00
$ 3,500.00
$ 5,500.00
$ 9,000.00
$ 2,750.00
$ 7,000.00
$ 5,500.00
$ 2,500.00
$ 450,000.00
$ 344,100.00
$ 115,000.00
$ 83,000.00
$ 10,000.00
$ 10,000.00
$ 3,800.00
$ 3,800.00
$ 500.00
$ 15,000.00
$ 18,500.00
$ 7,000.00
$ 25,000.00
$ 6,200.00
$ �,000.00
$ 3,000.00
$ 15,000.00
$ 2,500.00
$ 5,000.00
$ 10,000.00
$ 35,000.00
$ 17,500.00
$ 4,125.00
$ 21,250.00
$ 3,680.00
$ 12,000.00
$ 63,000.00
$ 1,500.00
$ 2,500.00
$ 2,500.00
$ 7,500.00
$ -
$ 55,000.00
$ 43,680.00
$ 8,400.00
$ 30,400.00
$ 1,500.00
$ '1,498,185.00
Final QTY Totai Completed
1.00 $ 15,000.00
1.00 $ 3,500.00
1.00 $ 3,500.00
110.00 $ 5,500.00
1,200.00 $ 9,000.00
1.00 $ 2,750.00
100.00 $ 7,000.00
1.00 $ 5,500.00
1.00 $ 2,500.00
691.00 $ 431,875.00
186.00 $ 344,100.00
070 $ 80,500.00
166.00 $ 83,000.00
40.00 $ 10,000.00
5.00 $ 10,000.00
760.00 $ 3,800.00
1.00 $ 3,800.00
1.00 $ 500.00
1.00 $ 15,000.00
'I.00 $ 18,500.00
2.00 S 7,000.00
1.00 $ 25,000.00
248.00 $ 6,200.00
z.00 $ �.000.00
2.00 $ 3,000.00
60.00 5 15,000.00
1.00 � 2,500.00
1.00 $ 5,000.00
2.00 $ 10,001.00
7.00 $ 35,000.00
7.00 $ 17,500.00
275.00 $ 4,125.00
85.00 $ 21,250.00
116.00 $ 3,712.00
8.00 $ 12,000.00
6.00 $ 63,000.00
- $ -
1.00 $ 2.500.00
- $ -
5.00 $ 7,500.00
$ -
950.00 $ 52,250.00
I,680.00 $ 43,680.00
1,660.00 $ 8,400.00
38.00 � 30,400.00
20.00 $ 1,500.00
$ 1,438,843.00
Retainage Held
$ 750.00
$ 175.00
$ 175.00
$ 275.00
$ 450.00
$ 137.50
$ 350.00
$ 275.00
$ 125.00
$ 21,593.75
$ 17,205.00
$ 4,025.00
$ 4,150.00
$ 500.00
$ 500.00
$ 190.00
$ 190.00
$ 25.00
$ 750.00
$ 925.00
$ 350.00
$ 1,250.00
$ 310.00
$ 350.00
$ 150.00
$ 750.00
$ 125.00
$ 250.00
$ 500.05
5 1,750.00
$ 875.00
$ 20625
$ 1,062.50
$ 185.60
$ 600.00
$ 3,150.00
$ -
$ 125.00
$ -
� 375.00
$ -
� 2,612.50
$ 2.184.00
$ 420.00
$ 1,520.00
$ 75.00
$ 71,942.15
Payment to Date
$ 14,250.00
$ 3,325.00
$ 3,325.00
$ 5,225.00
S 8,550.00
$ 2,612.50
$ 6,650.00
$ 5,225.00
$ 2,375.00
$ 410,28L25
$ 326,895.00
$ 76,475.00
$ 78,850.00
$ 9,500.00
$ 9,500.00
$ 3,610.00
S 3,610.00
$ 475.00
$ 14,250.00
$ 17,575.00
$ 6,650.00
$ 23,750.00
$ 5,890.00
$ 6,650.00
$ 2,850.00
$ 14,250.00
�y 2,375.00
$ 4,750.00
$ 9,500.95
$ 33,250.00
$ 16,625.00
$ 3.918.75
$ 20,187.50
$ 3,526.40
$ 11,400.00
$ 59,850.00
S -
$ 2,375.00
$ -
$ 7,125.00
$ -
$ 49,637.50
$ 41,496.00
$ 7.980.00
$ 28,880.00
$ 1,425.00
$ 1,366,900.85
CONSENT OF SURETY owNFR �
TO FINAL PAYMENT ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER ❑
Band No. 1001G1580
TO OWNER:
City of Fort Worth
1000 Throckmorkon Str•eet
Fort Worth, TX
ARCHITECT'S PROJECT NO.:
City Project No. 105062
CONTRACT FOR: Utilifies
CONTRACT DATED; February 13, 2024
PROJECT:
(�:arne, addr•ess)
Water Replacements Part 2: Camp Bowie Water Iroprovements
in the City of Fort Worth, TY
In accordance with die provisions of tl�e Contract between the Owner and the Contractor as indicated above, the
(lnsert nnnre ar:d uddress ojSrtreti)
Merchants Bonding Company (Mutual)
6700 Westown Parlcway
West Des Moines, IA 50266 , SURETY
on bond of
(Insert nanre m�d trdd�•css ��Contraclo�J
William J. Schultz, Itac., dba Circle C Construction Company
P. O. Box 40328
Fort Worth, TX 76140 , CONTRACTOR,
hereby approves of the final payment to the Conhactor, and agrees tl�at final paytnent to the Contractor shall not relieve the Surety
of any of its obligations to
(Insert nnme m�d address of Owner%
City of Fo��t Worth
1000 Throckmorton Street
Fot•t Warth, TX 761Q2 , OWNER,
as set lorth in the said Surety's bond.
1N WITNESS WHEREOF, the Surety has hereutito set its hand this date: March 10, 2025
(Inser� in iti�riting lhe �nonth joJlowed hy the ruurieric dale ur�d year.)
Merchants Bondin� Cumpan}� (Mutual)
(Surery) � ,: ?
�1r �,%u ,� 1� 7 ,( �,iG{r�' ` _ " '_'
(Signalure ofa�uhorr%'ed represenfaNve)
f�_. . � �
f 'Witness as to 5urety: Sherpl A. Klutts, Attorne_y-in-Fact
(Seal w� ,,�-� i� �^ , (Printed nariiP nnd (rtle)
���'T� � dt . '�.
John A. Miller
MERC HANT_�
BONDING COMPANYTM
POWER OF ATTORNEY
KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporalions of the Slate of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called ihe
"Campanies"} 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('res) 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-Attomey is granted and is signed and sealed by facsimile under and by authority oF lhe following By-Laws adopted by the Board of
Directors of Merchahts 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 16, 2Q15 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 io authorize them to execute on behaH of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other wrilings 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 Attomey
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 Deparlment of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained perceniages andlor final estimates on engineering and construction
contracts required by the State of Florida Department of Transporlation. It is fully understood that consenting to the State of Florida Qepartment
of Transportation making payment of ihe final estimate to the Contractor and/or its assignee, shail not relieve this surety company of any of
i ts obligaiions under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that lhe power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Ffighways of the Commonwealth of Kentucky at least thirty (3Q) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this Zg�h day of July � 2024 •
.••'���""•. . • • "' • • . MERCHANTS BONDING COMPANY (MUTUAL)
�d\N�.CQ�A�• MERCHANTS NATIONALBONDING, INC.
���.•P.�� ,�� �.,'� `.
:y •Oj�PO/Q9•�p: ;�o,.ORPOq�.q � d/b/aMERCHANTSNATIONALINDEMNITYCOMPANY
. i. :' V >'''• 2 = • - G '�� •?,c .
:2:2 _o- p':G: �r-y,:� _o_ �r+. . �
; v��. 2003 ,:�c�, : y 1933 ���e; ey �
.d�•. ' ;� : �d. •�..
. .•�
:,�./i:'••. ...��e1', •�•,��•....�.�`�'a• Plesident
STATE OF IOWA .w �( .• . � . •
COUNTY OF DALLAS ss. ���"""'��� � � � � � �
On this 2g�h day of Ju 2024 before me appeared Larry Taylor, to me personally known, who 6eing by me duly sworn
did say thal he is President of MER�HANTS 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 fhe Companies by authority of their respective Boards of Directors. �,--_---�
,�PR�A�S�� Penni Miller (,•C ` _-�t�` �� '
Z �� Commission Number 787952 --
• • My Commission Expires ' , 1
��'A 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 NA710NAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of lhe POWER-OF-ATTORNEY executed by said Gompanies,which is stifl
in full force and effect and has not been amended or revoked,
In Wrtness VJhereof, I have hereunto set my hand and a�xed the seal of the Companies on this 10th day of March , 2025
��..�..�....� ��.......
��,••P�tUNq�'�.,� �.•��NG Cp�•.�
: � • ' " • O�•' � � P 0 � .o . �f/
; y : •��P 0%P,4 •�p�; . �.•'4� 9q' qZ� :
; I. •G �'�•.'Z % :�-�.,�2 fi:� �
�Zr2 -o- o:�: � -a- .-�.
^Q � �•- d' •
�v'•• 2003 ;;�7; � y: 1433 ,�C; Secretary
• •C1/.
., dv' a` , '��d �a. •
: �.,,,� ,.;�'��;' .•W..�r .• `•�
POA0018(6/24) ,•�'`'•'••••••,••` '•••••••
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a Notaiy Public in the state and county
aforesaid, on this day personally appeared TERESA S SKELLY, PRESIDENT
of CIRCLE C CONSTRUCTION, known to me to be a credible person, who being by
me duly sworn, upon his oath deposed and said;
That all person, firms, associations, corporations or other organizations
furnishin�; labor and/or materials have been paid in full;
That there are no claims pending for personal ii�jury and/or property damage;
On Contract described as;
j�ater Replacements Part 2, Camp Bowie Water Improvements
City Project Number 105062
Subscribed and sworn before me on this ��
.
�=tiPRY,��/B AMAN�?ASJQNKERS �
:�,�;r: No�r�,bu� _
5TA?$ QF T,EXAS
��� , I b
° rF 10�1 � �� � �`3'4�
"`", �,�,�, �"� �i +�TIi1. �. [�OSfllbef i1� �
�
BY /',,.wt-�a d;S.G,r _
Day o£ MQY('�1 , 2025.
--�-��������;G�_c� _
Notary Public in Tarrant Coun y,
2/II/24, 12:15 PM
M&C - Council Ayenda
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, February 13, 2024
LOG NAME: 60WWSCAMPBOWIEP2-CIRCLEC AND KHAA1
REFERENCE NO.: *�`M&C 24-0134
SUBJECT:
(CD 7) Authorize Execution of a Contract With William J. Schultz, Inc, dba Circle C Construction Company,
in the Amount of $1,280,205,00, for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont
Project Part 2 and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal
Years 2024-2028 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with William J. Schultz, Inc, dba Circle C Construcfion Company,
in the amount of $1,280,205.00, for the Water and Sanitary Sewer Replacement on Camp Bowie
Hul-Mont projecf Part 2; and
2, Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $1,583,426.00, from available funds, for
the purpose of funding the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont
project (City Project No, � 05062) Part 2 to effect a portion of Water's contribution to the Fiscal Years
2024-2028 Capital Improvement Program.
DISCUSSION:
On October 31, 2023, Mayor and Council Communication (M&C) 23-0908, authorized an engineering
agreement with Kimley-Horn and Associates, Inc. (City Secretary Contract No. 60591) in the amount of
$974,121.00 for design of the Water and Sanitary Sewer Replacement on Camp Bowie Boulevard which
incfudes the segment of the roadway from Hulen Street to University Drive. In order to expedite
replacement of the existing 30-inch cast iron water main on the roadway segment from Montgomery Street
to Clifton Street ahead of proposed roadway and streetscape improvements, the Water Department
initiated Part 2 of the project. The appropriation amount requested also includes the amount of
$69,185.00 for Amendment No. 1 to provide compensation for the preparation of plans and specifications
and to perform construction support services for Part 2.
Part 2 of the project was advertised for bids on November 30, 2023, and December 7, 2023, in the Fort
Worth Star-Telegram. On January 11, 2024, the following bids were received:
Bidder
William J. Schultz, Inc. dba Circle
C Construction Company
�/Vestern Municipal Construction
Jackson Construction, LTD
Venus Construction, Inc.
II Amount JI Time of
� Completion
I�1I120 Calendar
$1,280,205.00IDays
��$1,467,229.97�I
��$2,037,41II.00�I
�l$4,789,954.00�
In addition to the contract amount, $170,026.00 is required for project management, material testing and
inspection, and $64,010.00 is provided for project contingencies.
Approximately 906 linear feet of cast iron water pipe will be replaced as part of this project.
This project will have no impact on ti�e Water Department's operating budget when completed.
_ . . . ._ � _ -^---� 1/3
2/II/24, 12:15 PM
M&C - Council Agenda
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, 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 2024-202£3 Capital Improvement Program, as follows:
60WWSCAMPBOWIEP2-CIRCLEC AND KHA
Capital Project FY2024 CIP Budget
Fund Name Appropriations Authority Adjustment
Name
105062
W&S — W/SS
Capital Repl.
Projects Camp
— Fund Bowie
56002 Hul —
Mont.
Revised
FY2024
Budget
$0.00 This M&C $1,583,426.00 $1,583,426.00
Funding is currently available in the Unspecified-All Funds project within the Water & Sewer Capital
Projects Fund for the purpose of funding the Water and Sanitary Sewer Replacement on Camp Bowie Hul-
Mont project.
Appropriations for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont project are as
depicted below;
Fund
Water & Sewer
Capital Projects
Fund 56002
Project Total
$1,424,023.00
$1,424,023.00��
$1,583,426.00 $3,007,449.00
$1,583,426.00� $3,007,449.00
*Numbers rounded for presentation purposes.
Business Equity: William J. Schultz, Inc. dba Circle C Construction Company, is in compliance with the
City's Business Equity Ordinance by committing to 14 percent MWBE participation on this project. The
City's MWBE goal on this project is 14 percent.
The project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / CERTIFICATION,:
The Director of Finance certifies that funds are available in the Unspecified-All Fund project within the
W&S Capital Projects Fund and upon approval of the above recommendations and adoption of the
attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the W/SS
Repl Camp Bowie Hul-Mont. project to support the above recommendations and execution of the contract
and amendment. Prior to any expenditur-e being incurred, the Water Department has the responsibility of
verifying the availability of funds.
Existing Additional project Total*
II Appropriations I Appropriations
FUND IDENTIFIERS (FIDs),:
TO
IFund De artment ccount Pro ect Pro ram ctivit Bud et Reference # mount
I p Ip � I ID I g � yl Year I (Chartfield 2) �
2/II/24, 92:15 PM
M&C - Council Agenda
FROM
Fund Department ccount Project Program ctivity Budget
ID ID Year
CER7IFICATIONS:
Submitted for Citv Manaqer's Office by_
Originatinq Department Head:
Additional Information Contact:
Fernando Costa (6122)
Chris Harder (5020}
Preeti KC (5467)
Reference # �Amount�
(Chartfield 2) �
ATTACHMENTS
1. 60WSSCAMPBOWIEP2-CIRCLEC and KHA Compliance Memo.pdf (cFW Internal)
2, 60WSSCAMPBOWIEP2-CIRCLEC and KHA Form 1295 Certificate.pdf (CFW Internal}
3, 60WSSCAMPBOWIEP2-CIRCLEC and KHA MAP.pdf (Public)
4, 60WWSCAMPBOWIE.docx (CFW Internal)
5. 60WWSCAMPBOWIEP2-CIRCLEC AND KHAA1 FID Table 1WCF 01.18.24) (2).xlsx (CFW Internal)
6, Entitv Information William J. Schultz Inc. dba Circle C Construction Companv=pdf (CFW Internal)
7. Entitvinformation KIMLEY HORN AND ASSOCIATES INC.pdf (cFw Internal)
8. ORD.APP 60WWSCAMPBOWIEP2-CIRCLEC AND KHA 56002 A024fr3).docx (Pubiic)
9. PBS CPN 105062.pdf (CFW Internal)
- - � � si:�
GOWWSCAMPBOWIEP2-CIRCLEC AND i:iiAAl FID Table
I2 I 56002 0600430 4956001 UNSPEC
2 56002 Ob00430 4956001 105062
� 2 56002 0600430 UNSPEC �
� 2 � 56002 0600430 105062 I
I I �
�- . - .
2 56002 0600430 4956001 UNSPEC UNSPEC
� 2 � 56002 0600430 4956001 � 105062 001780
I . ������,ii�i
� 2 56002
I 2 56002
I2 56002
2 56002
I 2 56002
I 1 56002
I 2 56002
I 2 � 56002
� � 56002
2024 �
2024 I
2024 �
2024 �
� I
9999
9999
0600430 5110101 � 105062 � 001780 � 9999
0600430 5110101 105062 � 001785 9999
0600430 5550102 105062 001780 9999
0600430 5740010 105062 001780 9999
0600430 5330500 105062 001780 I 99g9
0600430 5740010 105062 001�80 9999 I
0600430 5310350 105062 001784 9999
0600430 5330500 105062 001784 9999 �
2060000 � 105062 � RETAIN � �
� I I �
,., ;o=..��b_'�J)
51.583,42b.00
(51,533,426.001 �
$1,583,426.00 �
I
�
$1,583,426.00
($1,583,426.00)
$26,884.00 Staff Costs - Construction
$80,653.00 Staff Costs - Inspection
$2,000.00 Public Outreach
$64,010.00 Project contingencies
$69,185.00�io Pay Engineering Company
51,280,205.00ITo pay contrador
$40,326.00 Soil Lab-TPW Staff Costs
$20,163.00�Soil Lab - Consultant
�Combo Code
�
sisss.aze.00
City of Fort Worth
Change Order Request
CSC No. 61113-0O2
Projecl Name� Waler & Sanilary Sewer Replacemenl on Camp Bowie Parl 2 , Cily Sec No, � 61113
Projecl No.(si1 56002-0600-5740010•001780 � DOE No, � NIA � Cily Proj. No, � 105062
Projecl Description,l 30-Inch Waler line replacemenl on Camp Bowie (Montgomery lo Cliflon)
Conlraclor � William J, Schullz Inc. dba Circle C Conslruclion Company � Change Order #� 2 � Dale: � 611212025
Cily Projecl Mgr.� Preeli KC ( Cily Inspeclor: � John Robinson �
Phone Number.� (817) 392-5467 � Phone Number �(817) 392-8452 I
pept, Water Sewer TPW
Origlnal ConlraclAmounf $1,280,205.00
Exlras lo Date $69,940,00
Credils lo Dale
Pending Change Orders (in M&C Process)
Totals
$1,280,205,00
$69,940.00
Contract Tirne
(Calender days)
120
Conlracl Cost lo Date $1,350,145,00 $1,3501145.00 120
�AmountoiProposedChanqe0rder $1A8,040,00 $1A8,040.00 090
RevisedConlraclAmounl $1,498,185.00 $1,498,185.00 210
Original Allowance Available for Allocation $64,010.00 $64,010,00
Allowance Funds Previously Allocaled $0.00
Remaining Allowance Funds $148�040.00 $148,040,00
CHANGE ORDERS to DATE AS °/a OF ORIGINAC CONI'RACT � 17.03% �
MAX ALLOWABLE CONTRACJAMOUNT (ORIGINAL CONTRACT COST+ 25%) $1,600,256.25
JUSTIFICA710N (REASONS) FOR CHANGE OROER
Change Order No. 2 will primarily provitle for lhe following:
� Emergency leak repair of a previously unknown 6" waler main (allached lo lhe exisling 30" waler maln) thal was cul during conslruclion.
�Addilional groul (or abandonmenl of exisling main.
•Addilional lraffic conlrol due lo delay caused by leak repair and subsequent road base (ailure.
� Addilional pay ilem quantilies of brick pavemenl removal and replacemenl lo accommodale exlra pipe foolage,
Slaff concttrs wilh lhe contraclor's requesl for 90 addilionai calentlar days on Ihe proJecl (or lhe change order,
Il is underslood and agreed lhal lhe acceplance of lhis Change Order by lhe conlraclor conslilules an accortl and salis(acUon and represenls paymenl in full (bolh
lime and money) (or all cosls arising oul of, or incldenlal lo, the above Change Order.
Contractor's Company Name Conlractor hlame Conlraclur Si9nalure Oale
William J. Schullz Inc, dba Clrcle C Conslruclion Company 7eri Skelly I�— • �r� G'/3• �S �
I .,Lt—� cJfi �� I
� .
Insp�+clor
,�oGuv R.�G�nsow
Asslslanl Direclor (Walei Dop�)
CLir�slv�lur �t7es-
-n��s�o�ner na� � e, �i��� ie. �ozs os�ss cor�
Assislanl Cily Allorney _
. �
M&C Number
��
�
�
I 25-0497
Dale Pro�ecl Managar
6/13/25 P�L' ��
Dale Conslruclion Suqervisur (Waler Depl)
T� �j, 06/18/2025 �Nade Miller
Dale Assislanl Cily Manager
06/20/2025 � �����.�'--_,
Council Acfian (If Requueclj
� M&� Date Approved I 61�012025
Dale
6/13/2025
Dale
6/� 3/25
Dale
06/25/2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORT]H City of Fort Worth
�`� Change Order Request
Projecl Name � Wafer & Sanilary Sewer Replacement on Camp Bowie Part 2 � City Sec No, � 61113 �
Projecl No.(s) � 56002-OB00-5740010-0017D0 � DOE No, N!A City Proj, No, � 105062 �
Projecl I 30-inch Water line replacement on Camp Bowie (Monlgomery to Cliflon) �
Descriplion
Conlracfor � William J. Schullz Inc, dba Circle C Conslruclion Company � Change Order #� Dale; � 6119/2025 �
Cily Project Mgr. � preetl {<C � Cily Inspeclor � John Robinson �
ADDITIONS
IlEM UkSCItINIIUN I p�pT
�
5 12" Waler pipe, CSS Backfill (Reslrained Jo�nts) �Water
17 Waler Line Grouling (36-Inch) �Water
21 Salvage Slreet Light Pole �Water
27 Traffic Conlrol - Install and Mafnfain �Wafer
39 �Por�able Message Sign �Wafer
34 �Exlra Brfck Removal �Water
35 Exira Brick Installafion �Water
38 lEmergency Leak Repalr on Six inch blow oul, dewater fill line, pipe Water
39 �'30 inch by 2 inch Satldle wilh Flush point �aler
40 �8•inch Tapped Plug wilh flush poinl �Waler
41 Temporary Paving Crossing along Camp BowielMontgomery/Cliflon �Waler
42 �Exira SWpPP around dislurbed areas �Water
43 �Irrigalion work before conslruclion for Isolalion of Existing sysfem �Water
46 �Remove and Replace Curb antl Guller �Water
47 Remove and Replace ADA Ramp lWater
48 Slop Bar and Lane Slrfping �Water
Page 3 of 5
QEy Unit Unit Cost � Total �
� 20,00 LF
� 59,00 CY
� 3.00I�A
� 3,OO+EA
I 1,OO�EA
� 840.00�SF
� B40,OO�SF
� 1.00ILS
� 1,OO��A
� 1.00IEA
� 190,OO+LF
� 9200.00�LF
� 1.00�LS
I100,00� LF
1,00 LF
I 1.001 LS
$250,00
$250.00
$5,000.00
$10,500,00
$1,500.Q0
$26,00�
$5,00�
$15,000,00�
$3,500,00�
$3,500.00j
$50.00�
$7.50
$2,750.00
$70,00�
$5,500,00�
$2,500,00�
�
�
Waler
Sewer
TPW
Additions Sub Tolal
$5,000.00
$14,750,00
$15,000,00
$31,500.00
$1,500.00
$21,840.00
$4,200,00
$15,000,00
$3,500.00
$3,500.00
$5,500,00
$9,000,00
$2,750.00
$7,000.00
$5,500,00
$2,500,00
�
�
�
�
�$148,040,00
�
FC�RT WC7RTH City of Fort Worth
---�'�='��'"--- Change Order Request
Projecl Nan�e � Waler & Sanilary Sewer Replacemenf on Camp Bowie Parl 2 ! Cily Sec No, � 61113 �
Pro(ec( No.(s} I 56002-0600-5740010�0097Q0 � DOE No. N/A Cily Proj, No, � 105062 I
ProJecl Descriplion I 30-inch Waler line replacement on Camp Bowie (Monfgomery lo Cliffon) �
Conlractor YYjjO111 u, VUIIUlIL IIIV, u4Q VI11�1G V VW�JUUVIIVII ( Change Order 1!� Dale � 6l19/2025 �
I (�nmr�nn�r
Cily Projecl Mgr, � Preeli {<C � Cily Inspeclor � John Robinson I
DELETIONS
ITEM DESCRIP710N DEPT I Qty Unft IUnit Cost Total
�
�
�
i Waler
I Sewer
I TPW
j Page 4 of 5 Delelions Sub Tolal
Previous Change Order
Allowance # DATE � AMOUNT
Total I $0,00
Page 5 of 5
s/�z/zoz5
CPN 105062
Wa#er & Sanitary Sewer Replacement on Camp Bowie Part 2
Chan�e Order 2 Notes
Staff has reviewed the requesied prices and considers them to be fair and reasonable.
City o� Fort Worth, Texas
ti4la�lor and Coun�il Communica�ion
DATE: 7uesday, June 10, 2025 REFERENC� NO.; **M&C 25-0497
LOG NAME: 60WSSCAMPBOWlEP2CO2-CIRCLEC
SUBJECT:
(CD 7) Authorize Execution of Change Order No. 2 in the Amount of $948,040,00 to a Contract with William
J. Schultz, Inc, dba Circle C Construction Company for the Water and Sanitary Sewer Replacement on
Camp [3owie Hul-Mont Project Parl 2 and Adopt Appropriatian Ordinance to Effect a Portion of Water's
Contribution to the Fiscal Years 2025-2029 Capital Improvements Program
RECOMMENDATION:
It is recammended that the City Council:
1. Authorize execution of Change Order No. 2 in the amount of $148,040.00 and an additional 90
calendar days fo City Secrefary No, 61113, a contract with Wilfiam J, Schultz, Inc, dba Circle C
Construction Company for the Water and Sanitary Sewer Repiacement on Camp Bowie Hul-Mont
project Part 2 for a revised contract amount of $1,498,185.00; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $148,040.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Saniiary
Sewer Replacement Camp Bowie Hul-Mont project (City Project No. 105062) and to effect a portion
of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program.
pISCUSSION:
On February 13, 2024, by Mayor and Cauncil Communication (M&C) 24-013�, the City Council authorized
a construction contract with William J, Schultz, lnc, dba Circle C Construction Company in the amount of
$1,280,205.00 for Water and Sanitary Sewer Replacement on Camp Bowie Hui-Mont project Part 2. The
contract was subsequently revised by Change Order No, 1 in the amount of $69,940.00 adminisiratively
authorized on June 10, 2024, that provided for additionaf quantities of selecf bacicfiil maferial fo replace
unsuifabie backfill material that was encountered during construction, increased qualify of 36�inch
concrete pipe in 6Q-inch tunnel liner plate to achieve minimum cover at a future connection point and
additional3Q�inch ductile iron pipe to facilitate easier conneciion in the future.
Change Order No, 2 will primarily provide for compensation for the following on the projecf: additional
traffic control, increased bricl< removal and replacement, increased 36-inch water main grouting, salvaging
existing street light poles, repair a previously unl<nown 6-inch waier main connected to the existing main
that blew up during construction, and increased storm water poliution prevention.
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
iden#ified, 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:
Capital project FY2025 CIP Budget Change Revised
Fund Name ,Appropriations Aufhority ��ncreaselDecrease) FY2025
Name Budget
- -, - —
W&S 105062 $0.00 M&C 25- $1,'146,605.00 �1,146,605.00
Capital WISS 0394
Projects — Repl
Camp
Fund bowie
56002 Hul-
Mont
105062
W&S ''VUISS
�Capitai Repl
Projects — Camp
Fund bowie
56002 Hul-
Mont
$Q.00 This M&C
,�148,040,00 $1,294,645.00
f=unding is available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose
of funding the W/SS Repl Camp Bowie Hul-Mont project within the Water & Sewer Capital Projects Fund.
FY2025 - Water PAYGO Appropriations per City Ordinance 27107-09-2024
FY2025
Original
Adopted
PayGo
FY2025
Amended
PayGo
(includes any
council actions
subsequent to
budget
adoptionj
YTD PayGo
Approved
for/Moved to
Capital Projects
FY2025
This M&C Remaining
t'ayGo Balance
$92,597,771.00 $151,458,196.00 (�42,303,814,00) ($148,04�.00) $109,006,342.00
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for Water and Sanitary Sewer Replacement on Camp Sowie Hul-Mont projeci are as
depicted below;
Fund
W&S Capital
Projects Fund
�6002
project Total �
Existing II Additional project Total*
Appropriations Appropriaiions
$4,237,057,00 $148,040.00 $4,385,p97.00
$4,237,057.00�I_ $148,040.00 J$4,385,097.00
*Numbers rounded for presentation purposes.
�usiness Equity - William J. Sctiultz, lnc, dba Circle C Construction Company agrees ta maintain its initial
MIWBE commitment of 14 percent that it made on the original contract and extend and maintain th�t same
M/WBE commitment of 14 percent to this Change Order No. 2. Therefore Wiiliam J. Schultz, Inc, dba
Circle C Construction Company is in compliance witl� fhe Ciiy`s M/WBE Ordinance and attests to ifs
commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an
authorized representative of its company.
This project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / C�RTIFICATION:
The Director of �inance ce►'tifies that funds are available in the Water & Sewer Fund, and upon approval of
the above recommendations anci adopiion of the attached approprialion ordinance, funds will be available
in the W&S Capital Projects Fund, for the W/SS Repl Camp Bowie Hul-Mont project to support the above
recommendations and execution of the change order, Prior to any expenditure being incurred, the Water
Department has the responsibility of ver•ifying the availability of funds.
FUND IDEN7IFIERS (FIDs);
TO
— — - - -- —
Fund Department Accoun Project ProgramActivity Budget Reference # mount
�- I - - ID I — -� ID�— --I -- -� Year I (Chartfield 2) �-- --
FROM
—�- -- - - —
(Fund Department Accoun i'roject Program ctivity Budget Reference # mount
_ I Ip I � ID I_ � I Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Offlce by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5�04)
Chris Harder (5020)
Preeti KC (5467)
ATTACHMENTS
1, 60WSSCAMPBOWIEP2CO2-CIRCLEC fund ava(I.dacx (CFW Internal)
2. 60WWSCAMPBOWIEP2CO2-CIRCLEC FID Tab�e (WCF 03.05.25).xlsx (CFW Internal)
3, ,�OWWSCAMPQQWIEP2CO2-CIRCLEC M�P �f (Pub�ic)
4. APC� Form.�f_ (CFW Internal)
5. Form 1295.p�if (CFW Internel)
6. ORD APP 60WSSCAMPBOWIEP2CO2-CIRCLEC 56022 A025�r2).doox (Public)
7. PBS CPN 105062.�?�{ (CFW Internal)
8. SAM•gov search Clrcle C.docx (CFW Iniernal)
I
�
� a��� to C:ontractor
60WwSCAMPBOWIEPZCO2-CIRCLEC FID Table
Signature:
EmaiL•
Signature:
Email:
Contract Compliance Mana�er
By signing I acknowledge that I am the person responsible
for the monitoring and ad�ninistration of this contract, including
ensuring all perfonnance and reporting requirements.
P�' �C
Signature
Preeti KC
Name of Employee
Sr. Professional Engineer
Title
ATTEST:
�.1.1A.¶�1��R- N `.�".`-�`�—" _3
U
q 000a�
40� FORr�°a
a'ae O dd
a°�g 9-1d
0��°�°� d
pP�d naoo 0�60
Jannette Goodall
City Secretary
Signature: �/a� s��
Email: norma.sauceda@fortworthtexas.gov
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX