Loading...
HomeMy WebLinkAbout060600-FP1 - Construction-Related - Contract - Woody's Contractors, Inc.FORTWORTH. WATER DEPARTMENT NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 60600 Date Received: 01/08/2026 City Project No: 103361 Regarding Contract 60600 Water & Sanitary Sewer Replacement Contract 2020 WSM A for as required by the Water Department as approved by City Council on 1 1 /14/25 through M&C 23-0983 , the Director of the Water Department, upon the recommendation of the Assistant Director of the Water Department, has accepted the project as complete. Original Contract Amount: $6,411,169.00 Days 500 Amount of Approved Change Orders: $348,688.22 No 6 Days Added by CO 110 Revised Contract Amount: $6,759,857.22 Total Days 610 Total Cost of Work Completed: $6,151,231.14 Days Charged 505 Less Deductions: Liquidated Damages: Days @ /Day= $0.00 Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost of Work Completed: $6,151,231.14 Less Previous Payments: $5,843,669.42 Final Payment Due: $307,561.72 12/26/2025 Recommended for Acceptance Date Assistant Director, Water Department Chrikwhel- tlaMel- 12/29/2025 Chnstoph,, H,,d,r(D,c 29, 2025 06:48:55 CST) Accepted Date Director, Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX IItem # Description UoM Unit Cost Org Qty Org Contract Rev Qty Revised Contracl Completed Qty Completed Worlo Retainage Payments to Date I (Unit 1.001 3311.0261 8" PVC Water Pipe LF $ 122.00 1,486.00 $ 181,292.00 1,486.00 $ 181,292.00 1,468.00 $ 179,096.00 $ 8,954.80 $ 170,141.20 I (Unit 1.002 3311.0251 8" DIP Water Pipe LF $ 128.00 6,578.00 $ 841,984.00 6,578.00 $ 841,984.00 6,587.00 $ 843,136.00 $ 42,156.80 $ 800,979.20 I (Unit 1.003 3311.0161 6" PVC Water Pipe LF $ 110.00 190.00 $ 20,900.00 190.00 $ 20,900.00 190.00 $ 20,900.00 $ 1,045.00 $ 19,855.00 I (Unit 1.004 3312.3003 8" Gate Valve EA $ 2,500.00 17.00 $ 42,500.00 17.00 $ 42,500.00 16.00 $ 40,000.00 $ 2,000.00 $ 38,000.00 I (Unit 1.005 3312.3103 8" Cut -in Gate Valve EA $ 9,800.00 1.00 $ 9,800.00 1.00 $ 9,800.00 - $ - $ - $ - I (Unit 1.006 3312.3002 6" Gate Valve EA $ 1,800.00 14.00 $ 25,200.00 14.00 $ 25,200.00 14.00 $ 25,200.00 $ 1,260.00 $ 23,940.00 I (Unit 1.007 3305.0003 8" Waterline Lowering EA $ 12,750.00 4.00 $ 51,000.00 4.00 $ 51,000.00 9.00 $ 114,750.00 $ 5,737.50 $ 109,012.50 I (Unit 1.007.1 8" WL Lowering CO6 EA $ 12,300.00 - $ - 1.00 $ 12,300.00 1.00 $ 12,300.00 $ 615.00 $ 11,685.00 I (Unit 1.008 0241.1302 Remove 6" Water Valve EA $ 100.00 6.00 $ 600.00 6.00 $ 600.00 6.00 $ 600.00 $ 30.00 $ 570.00 I (Unit 1.009 0241.1303 Remove 8" Water Valve EA $ 100.00 6.00 $ 600.00 6.00 $ 600.00 6.00 $ 600.00 $ 30.00 $ 570.00 I (Unit 1.010 3311.0001 Ductile Iron Water Fittings w/ Restraint TON $ 10,000.00 6.00 $ 60,000.00 6.00 $ 60,000.00 5.93 $ 59,300.00 $ 2,965.00 $ 56,335.00 I (Unit 1.011 0241.1001 Water Line Grouting CY $ 350.00 32.00 $ 11,200.00 32.00 $ 11,200.00 11.00 $ 3,850.00 $ 192.50 $ 3,657.50 I (Unit 1.012 0241.1510 Salvage Fire Hydrant EA $ 300.00 8.00 $ 2,400.00 8.00 $ 2,400.00 8.00 $ 2,400.00 $ 120.00 $ 2,280.00 I (Unit 1.013 0241.1511 Salvage 3/4" Water Meter EA $ 40.00 195.00 $ 7,800.00 195.00 $ 7,800.00 189.00 $ 7,560.00 $ 378.00 $ 7,182.00 I (Unit 1.014 3305.0109 Trench Safety LF $ 1.00 215.00 $ 215.00 215.00 $ 215.00 215.00 $ 215.00 $ 10.75 $ 204.25 I (Unit 1.015 3312.0001 Fire Hydrant EA $ 5,800.00 14.00 $ 81,200.00 14.00 $ 81,200.00 14.00 $ 81,200.00 $ 4,060.00 $ 77,140.00 I (Unit 1.016 3312.2001 1" Water Service, Meter Reconnection EA $ 600.00 191.00 $ 114,600.00 191.00 $ 114,600.00 189.00 $ 113,400.00 $ 5,670.00 $ 107,730.00 I (Unit 1.017 3312.2003 1" Water Service EA $ 2,400.00 191.00 $ 458,400.00 191.00 $ 458,400.00 189.00 $ 453,600.00 $ 22,680.00 $ 430,920.00 I (Unit 1.018 3312.2004 1" Private Water Service LF $ 50.00 215.00 $ 10,750.00 215.00 $ 10,750.00 191.00 $ 9,550.00 $ 477.50 $ 9,072.50 I (Unit 1.019 3312.2101 1 1/2" Water Service, Meter Reconnection EA $ 2,000.00 1.00 $ 2,000.00 1.00 $ 2,000.00 2.00 $ 4,000.00 $ 200.00 $ 3,800.00 I (Unit 1.020 3312.2103 1 1/2" Water Service EA $ 5,000.00 1.00 $ 5,000.00 1.00 $ 5,000.00 2.00 $ 10,000.00 $ 500.00 $ 9,500.00 I (Unit 1.021 3312.2201 2" Water Service, Meter Reconnection EA $ 2,150.00 1.00 $ 2,150.00 1.00 $ 2,150.00 - $ - $ - $ - I (Unit 1.022 3312.2203 2" Water Service EA $ 6,000.00 1.00 $ 6,000.00 1.00 $ 6,000.00 - $ - $ - $ - I (Unit 1.023 0241.0100 Remove Sidewalk (50/50) SF $ 17.50 25.00 $ 437.50 25.00 $ 437.50 134.40 $ 2,352.00 $ 117.61 $ 2,234.39 I (Unit 1.024 3213.0301 4" Conc Sidewalk (50/50) SF $ 18.00 37.00 $ 666.00 37.00 $ 666.00 134.40 $ 2,419.20 $ 120.96 $ 2,298.24 I Unit 1.025 3213.0301 4" Conc Sidewalk (100% Water), Replace for SF $ 18.00 66.00 $ 1,188.00 66.00 $ 1,188.00 - $ - $ - service cuts as necessary (Edgefield Rd and Englewood Rd) (Unit 1.026 0241.1300 Remove Conc Curb&Gutter (50/50) LF $ 11.50 1,338.00 $ 15,387.00 1,338.00 $ 15,387.00 1,719.63 $ 19,775.76 $ 988.79 $ 18,786.97 I (Unit 1.027 3216.0101 6" Conc Curb and Gutter (50/50) LF $ 53.00 1,338.00 $ 70,914.00 1,338.00 $ 70,914.00 1,719.63 $ 91,140.39 $ 4,557.02 $ 86,583.37 I Unit 1.028 3216.0101 6" Conc Curb and Gutter (100% Water) Replace LF $ 53.00 938.00 $ 49,714.00 938.00 $ 49,714.00 - $ - $ - for service cuts as necessary (Edgefield Rd and Englewood Rd) $ - IUnit 1.029 3304.0101 Temporary Water Services LS $250,000.00 1.00 $ 250,000.00 1.00 $ 250,000.00 1.00 $ 250,000.00 $ 12,500.00 $ 237,500.00 I (Unit 1.030 3312.0117 Connection to Existing 4"-12" Water Main EA $ 8,000.00 11.00 $ 88,000.00 11.00 $ 88,000.00 9.00 $ 72,000.00 $ 3,600.00 $ 68,400.00 I (Unit 1.031 3305.0111 Valve Box Adjustment w/ Conc Collar (50/50) EA $ 1,100.00 9.00 $ 9,900.00 9.00 $ 9,900.00 17.00 $ 18,700.00 $ 935.00 $ 17,765.00 I (Unit 1.032 3201.0400 Temporary Asphalt Paving Repair LF $ 30.00 10,241.00 $ 307,230.00 10,241.00 $ 307,230.00 10,175.00 $ 305,250.00 $ 15,262.50 $ 289,987.50 I (Unit 1.033 3201.0112 5' Wide Asphalt Pvmt Repair, Residential LF $ 150.00 137.00 $ 20,550.00 137.00 $ 20,550.00 38.00 $ 5,700.00 $ 285.00 $ 5,415.00 I Unit 1.034 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, SY $ 90.00 182.00 $ 16,380.00 182.00 $ 16,380.00 25.00 $ 2,250.00 $ 112.50 Residential $ 2,137.50 (Unit 1.035 3201.0614 Conc Pvmt Repair, Residential SY $ 155.00 544.00 $ 84,320.00 544.00 $ 84,320.00 97.60 $ 15,128.00 $ 756.40 $ 14,371.60 I (Unit 1.036 0241.1700 11" Pavement Pulverization (50/50) SY $ 9.00 5,150.00 $ 46,350.00 5,150.00 $ 46,350.00 4,470.75 $ 40,236.75 $ 2,011.84 $ 38,224.91 I (Unit 1.037 0241.1700 11" Pavement Pulverization (100% Water) SY $ 9.00 3,557.00 $ 32,013.00 3,557.00 $ 32,013.00 3,486.00 $ 31,374.00 $ 1,568.70 $ 29,805.30 I (Unit 1.038 3212.0303 3" Asphalt Pvmt Type D (50/50) SY $ 26.00 5,150.00 $ 133,900.00 5,150.00 $ 133,900.00 4,470.75 $ 116,239.50 $ 5,811.98 $ 110,427.52 I (Unit 1.039 3212.0303 3" Asphalt Pvmt Type D (100% Water) SY $ 26.00 3,557.00 $ 92,482.00 3,557.00 $ 92,482.00 3,486.00 $ 90,636.00 $ 4,531.80 $ 86,104.20 I (Unit 1.040 3123.0101 Unclassified Excavation by Plan (50/50) CY $ 83.00 18.00 $ 1,494.00 18.00 $ 1,494.00 - $ - $ - $ - I (Unit 1.041 3123.0101 Unclassified Excavation by Plan (100% Water) CY $ 83.00 5.00 $ 415.00 5.00 $ 415.00 - $ - $ - $ - I (Unit 1.042 0241.1400 Remove Conc Valley Gutter (50/50) SY $ 50.00 20.00 $ 1,000.00 20.00 $ 1,000.00 124.96 $ 6,248.00 $ 312.42 $ 5,935.58 I (Unit 1.043 3216.0301 7" Conc Valley Gutter, Residential (50/50) SY $ 148.00 50.00 $ 7,400.00 50.00 $ 7,400.00 124.96 $ 18,494.08 $ 924.70 $ 17,569.38 I (Unit 1.044 3216.0301 7" Conc Valley Gutter, Residential (100% Water) SY $ 148.00 94.00 $ 13,912.00 94.00 $ 13,912.00 - $ - $ - $ - I (Unit 1.045 0241.0401 Remove Concrete Drive (50/50) SF $ 3.50 1,771.00 $ 6,198.50 1,771.00 $ 6,198.50 1,014.33 $ 3,550.17 $ 177.51 $ 3,372.66 I (Unit 1.046 3213.0401 6" Concrete Driveway (50/50) SF $ 10.00 1,771.00 $ 17,710.00 1,771.00 $ 17,710.00 1,267.87 $ 12,678.70 $ 633.94 $ 12,044.76 I (Unit 1.047 3213.0401 6" Concrete Driveway (100% Water) SF $ 10.00 1,410.00 $ 14,100.00 1,410.00 $ 14,100.00 - $ - $ - $ - I (Unit 1.048 3212.0401 HMAC Transition (50/50) TN $ 230.00 20.00 $ 4,600.00 20.00 $ 4,600.00 $ $ $ I (Unit 1.049 3212.0401 HMAC Transition (100% Water) TN $ 230.00 20.00 $ 4,600.00 20.00 $ 4,600.00 $ $ $ - I (Unit 1.050 3305.0103 Exploratory Excavation of Existing Utilities EA $ 1,200.00 8.00 $ 9,600.00 8.00 $ 9,600.00 8.00 $ 9,600.00 $ 480.00 $ 9,120.00 I CPN 103361 / CSC 60600 1/5 12/3/2025 IItem # (Unit 1.051 (Unit 1.052 (Unit 1.053 (Unit 1.054 (Unit 1.055 (Unit 1.056 (Unit 1.057 (Unit 1.058 Unit 1.059 (Unit 1.060 lUnit 1.061 (Unit 1.062 lUnit 1.063 (Unit 1.064 lUnit 2.001 UUnit 2.002 (Unit 2.003 �Unit 2.003.1 (Unit 2.004 �Unit 2.005 (Unit 2.006 �Unit 2.007 (Unit 2.008 �Unit 2.009 (Unit 2.010 lUnit 2.011 (Unit 2.012 lUnit 2.013 IUnit 2.014 (Unit 2.015 (Unit 2.016 (Unit 2.017 (Unit 2.018 (Unit 2.019 Unit 2.020 �Unit 2.021 (Unit 2.022 �Unit 2.023 (Unit 2.024 Unit 2.025 �Unit 2.026 (Unit 2.027 �Unit 2.028 (Unit 2.028.1 �Unit 2.029 (Unit 2.030 �Unit 2.031 (Unit 2.032 �Unit 2.033 (Unit 2.033.1 Description 3292.0101 Utility Service Surface Restoration Sodding 3292.0100 Block Sod Placement (50/50) 3217.5001 Curb Address Painting (50/50) 3291.0100 Topsoil (50/50) 3291.0100 Topsoil (100% Water) 3471.0001 Traffic Control 3211.0601 CEMLIME Stabilization @ 32 Lbs/SY (50/50) 3211.0601 CEMLIME Stabilization @ 32 Lbs/SY (100% Water) 3305.0108 Utility Adjustment (irrigation adjustments) (50150) UoM Unit Cost Org Qty Org Contract Rev Qty Revised Contracl Completed Qty Completed Worlo Retainage SY $ 15.00 235.00 $ 3,525.00 235.00 $ 3,525.00 202.50 $ 3,037.50 $ 151.88 SY $ 15.00 350.00 $ 5,250.00 350.00 $ 5,250.00 400.00 $ 6,000.00 $ 300.00 EA $ 75.00 12.00 $ 900.00 12.00 $ 900.00 15.75 $ 1,181.25 $ 59.06 CY $ 90.00 22.00 $ 1,980.00 22.00 $ 1,980.00 25.00 $ 2,250.00 $ 112.50 CY $ 90.00 18.00 $ 1,620.00 18.00 $ 1,620.00 7.50 $ 675.00 $ 33.75 MO $ 2,400.00 6.00 $ 14,400.00 6.00 $ 14,400.00 6.00 $ 14,400.00 $ 720.00 TN $ 386.00 76.00 $ 29,336.00 76.00 $ 29,336.00 71.25 $ 27,502.50 $ 1,375.13 TN $ 386.00 54.00 $ 20,844.00 54.00 $ 20,844.00 56.00 $ 21,616.00 $ 1,080.80 LS $ 6,250.00 1.00 $ 6,250.00 1.00 $ 6,250.00 - $ - $ - 0171.0102 As -Built Survey LS 0171.0101 Construction Staking LS 3125.0101 SWPPP = 1 acre LS 9999.0003 Water Construction Allowance Remove Conc Pvmt CO6 SY 3331.5747 8" Sewer Pipe, CLSM Backfill LF 3331.5748 8" DIP Sewer Pipe, CLSM Backfill, with Protecto LF 401 Coating 3331.4119 8" DIP Sewer Pipe w/ Protecto 401 Coating LF 8" DIP Sewer Pipe C06 LF 3331.4115 8" Sewer Pipe LF 3331.4108 6" Sewer Pipe LF 3331.1102 6" to 8" Pipe Enlargement LF 3331.2101 6" CIPP LF 3331.0102 6" Sewer Pipe, Point Repair LF 9999.0005 Sag Adjustment for Pipe Enlargement LF 0241.2201 Remove 4' Sewer Manhole EA 0241.5001 Abandon Manhole EA 3231.0412 6' Fences, Wood LF 3231.0123 6' Chain Link, Aluminum LF 3301.0001 Pre -CCTV Inspection LF 3301.0002 Post -CCTV Inspection LF 3301.0101 Manhole Vacuum Testing EA 3331.3101 4" Sewer Service EA 3331.3105 4" Private Sewer Service LF 3331.1201 Service Reinstatement, Pipe Enlargement Incluing EA 4-inch two way cleanout 3331.2201 4" Service Reconnection, CIPP Including 4-inch EA two way cleanout 3339.1004 4' Shallow Manhole EA 3339.1003 4' Extra Depth Manhole VF 3339.1002 4' Drop Manhole EA 3339.1001 4' Manhole EA 3339.1105 5' Modified Type A Manhole w/ External 8" Drop EA Connection 9999.0004 Hydraulic Slide EA 9999.0005 MH Locking Cover EA 9999.0004 Connect to Existing SSMH EA Connect to Existing Manhole CO6 EA 0241.2103 8" Sewer Abandonment Plug EA 0241.2102 6" Sewer Abandonment Plug EA 0241.2001 Sanitary Line Grouting CY 3339.0001 Epoxy Manhole Liner VF 3305.0112 Concrete Collar EA Concrete Collar for Manhole CO6 EA $ 6,000.00 1.00 $ 6,000.00 1.00 $ 6,000.00 1.00 $ 6,000.00 $ 300.00 $ 12,000.00 1.00 $ 12,000.00 1.00 $ 12,000.00 1.00 $ 12,000.00 $ 600.00 $ 3,000.00 1.00 $ 3,000.00 1.00 $ 3,000.00 1.00 $ 3,000.00 $ 150.00 $ 200,000.00 $ 186,550.00 $ - $ - $ 23.00 - $ - 50.00 $ 1,150.00 50.00 $ 1,150.00 $ 57.50 $ 322.00 178.00 $ 57,316.00 178.00 $ 57,316.00 - $ - $ - $ 303.00 45.00 $ 13,635.00 152.00 $ 46,056.00 152.00 $ 46,056.00 $ 2,302.80 $ 210.00 558.00 $ 117,180.00 681.00 $ 143,010.00 1,102.00 $ 231,420.00 $ 11, 571.00 $ 208.00 - $ - 20.00 $ 4,160.00 20.00 $ 4,160.00 $ 208.00 $ 164.00 1,503.00 $ 246,492.00 1,645.00 $ 269,780.00 1,411.00 $ 231,404.00 $ 11,570.20 $ 162.00 10.00 $ 1,620.00 10.00 $ 1,620.00 10.00 $ 1,620.00 $ 81.00 $ 113.00 752.00 $ 84,976.00 752.00 $ 84,976.00 752.00 $ 84,976.00 $ 4,248.80 $ 125.00 700.00 $ 87,500.00 700.00 $ 87,500.00 700.00 $ 87,500.00 $ 4,375.00 $ 165.00 100.00 $ 16,500.00 100.00 $ 16,500.00 25.00 $ 4,125.00 $ 206.25 $ 165.00 100.00 $ 16,500.00 100.00 $ 16,500.00 - $ - $ - $ 500.00 7.00 $ 3,500.00 8.00 $ 4,000.00 9.00 $ 4,500.00 $ 225.00 $ 2,400.00 2.00 $ 4,800.00 5.00 $ 12,000.00 5.00 $ 12,000.00 $ 600.00 $ 70.00 110.00 $ 7,700.00 110.00 $ 7,700.00 178.00 $ 12,460.00 $ 623.00 $ 35.00 120.00 $ 4,200.00 120.00 $ 4,200.00 80.00 $ 2,800.00 $ 140.00 $ 7.00 1,451.00 $ 10,157.00 2,901.00 $ 20,307.00 3,906.70 $ 27,346.90 $ 1,367.35 $ 9.00 3,745.00 $ 33,705.00 4,010.00 $ 36,090.00 4,010.00 $ 36,090.00 $ 1,804.50 $ 150.00 24.00 $ 3,600.00 25.00 $ 3,750.00 21.00 $ 3,150.00 $ 157.50 $ 2,600.00 50.00 $ 130,000.00 53.00 $ 137,800.00 43.00 $ 111,800.00 $ 5,590.00 $ 75.00 210.00 $ 15,750.00 210.00 $ 15,750.00 111.00 $ 8,325.00 $ 416.25 $ 1,200.00 18.00 $ 21,600.00 18.00 $ 21,600.00 18.00 $ 21,600.00 $ 1,080.00 $ 3,000.00 23.00 $ 69,000.00 23.00 $ 69,000.00 19.00 $ 57,000.00 $ 2,850.00 $ 7,000.00 2.00 $ 14,000.00 2.00 $ 14,000.00 - $ - $ - $ 242.00 10.00 $ 2,420.00 11.91 $ 2,882.22 11.91 $ 2,882.22 $ 144.11 $ 11,000.00 1.00 $ 11,000.00 1.00 $ 11,000.00 - $ - $ - $ 7,400.00 19.00 $ 140,600.00 20.00 $ 148,000.00 21.00 $ 155,400.00 $ 7,770.00 $ 63,525.00 1.00 $ 63,525.00 1.00 $ 63,525.00 1.00 $ 63,525.00 $ 3,176.25 $ 1.00 1.00 $ 1.00 1.00 $ 1.00 - $ - $ - $ 1,700.00 1.00 $ 1,700.00 1.00 $ 1,700.00 - $ - $ - $ 1,500.00 6.00 $ 9,000.00 8.00 $ 12,000.00 8.00 $ 12,000.00 $ 600.00 $ 4,800.00 - $ - 1.00 $ 4,800.00 1.00 $ 4,800.00 $ 240.00 $ 250.00 9.00 $ 2,250.00 13.00 $ 3,250.00 8.00 $ 2,000.00 $ 100.00 $ 250.00 7.00 $ 1,750.00 7.00 $ 1,750.00 7.00 $ 1,750.00 $ 87.50 $ 350.00 17.00 $ 5,950.00 37.00 $ 12,950.00 29.00 $ 10,150.00 $ 507.50 $ 385.00 60.00 $ 23,100.00 60.00 $ 23,100.00 59.86 $ 23, 046.10 $ 1,152.31 $ 1,700.00 22.00 $ 37,400.00 27.00 $ 45,900.00 24.00 $ 40,800.00 $ 2,040.00 $ 2,500.00 - $ - 1.00 $ 2,500.00 1.00 $ 2,500.00 $ 125.00 Payments to Date $ 2,885.621 $ 5,700.001 $ 1,122.19 1 $ 2,137.50 $ 641.25 1 $ 13,680.001 $ 26,127.371 $ 20,535.20 $ - 1 $ 5,700.001 $ 11,400.001 $ 2,850.001 $ I $ 1,092.50I $ I $ 43,753.201 $ 219,849.001 $ 3,952.001 $ 219,833.80I $ 1,539.001 $ 80,727.20I $ 83,125.001 $ 3,918.75 $ I $ 4,275.001 $ 11,400.001 $ 11,837.001 $ 2,660.001 $ 25,979.55I $ 34,285.501 $ 2,992.50I $ 106,210.00 1 $ 7,908.75I $ 20,520.00 $ 54,150.00 1 $ I $ 2,738.11 $ I $ 147,630.00I $ 60,348.751 $ I $ I $ 11,400.001 $ 4,560.00I $ 1,900.001 $ 1,662.50I $ 9,642.501 $ 21,893.79I $ 38,760.001 $ 2,375.00I CPN 103361 / CSC 60600 2/5 12/3/2025 1Item # �Unit 2.034 (Unit 2.034.1 Unit 2.035 �Unit 2.036 (Unit 2.037 �Unit 2.038 (Unit 2.039 Unit 2.040 �Unit 2.041 (Unit 2.042 �Unit 2.043 (Unit 2.044 �Unit 2.045 (Unit 2.046 �Unit 2.047 (Unit 2.048 �Unit 2.049 (Unit 2.050 �Unit 2.051 (Unit 2.052 �Unit 2.053 (Unit 2.054 �Unit 2.055 (Unit 2.056 �Unit 2.057 (Unit 2.058 �Unit 2.059 (Unit 2.060 �Unit 2.061 (Unit 2.062 �Unit 2.063 (Unit 2.064 (Unit 2.065 �Unit 2.066 (Unit 2.067 �Unit 2.068 (Unit 2.069 �Unit 2.070 (Unit 2.071 �Unit 2.072 (Unit 2.073 �Unit 2.074 (Unit 2.075 �Unit 2.076 (Unit 2.077 �Unit 2.078 (Unit 2.079 Unit 2.080 �Unit 2.081 (Unit 2.082 �Unit 2.083 (Unit 2.084 Description UoM Unit Cost Org Qty Org Contract Rev Qty Revised Contracl Completed Qty Completed Worlo Retainage 3305.0109 Trench Safety LF $ 1.00 2,394.00 $ 2,394.00 2,659.00 $ 2,659.00 2,593.00 $ 2,593.00 $ 129.65 Trench Safety CO6 LF $ 13.00 - $ - 107.00 $ 1,391.00 107.00 $ 1,391.00 $ 69.55 3305.0107 Manhole Adjustment, Minor w/ Conc Collar (50/50) EA $ 1,700.00 4.00 $ 6,800.00 4.00 $ 6,800.00 4.00 $ 6,800.00 $ 340.00 3305.0106 Manhole Adjustment, Major EA $ 6,500.00 1.00 $ 6,500.00 2.00 $ 13,000.00 1.00 $ 6,500.00 $ 325.00 3305.0203 Imported Embedment/Backfill, CLSM CY $ 500.00 3.00 $ 1,500.00 18.00 $ 9,000.00 32.00 $ 16,000.00 $ 800.00 0241.1400 Remove Conc Valley Gutter (50/50) SY $ 50.00 20.00 $ 1,000.00 20.00 $ 1,000.00 136.67 $ 6,833.50 $ 341.70 3201.0112 5' Wide Asphalt Pvmt Repair, Residential LF $ 150.00 75.00 $ 11,250.00 25.00 $ 3,750.00 21.00 $ 3,150.00 $ 157.50 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, SY $ 90.00 317.00 $ 28,530.00 10.00 $ 900.00 2.30 $ 207.00 $ 10.35 Residential 3201.0400 Temporary Asphalt Paving Repair LF $ 35.00 2,158.00 $ 75,530.00 2,508.00 $ 87,780.00 2,640.00 $ 92,400.00 $ 4,620.00 3216.0301 7" Conc Valley Gutter, Residential (50/50) SY $ 148.00 50.00 $ 7,400.00 50.00 $ 7,400.00 115.54 $ 17,099.92 $ 854.99 3216.0301 7" Conc Valley Gutter, Residential (100% Water) SY $ 148.00 94.00 $ 13,912.00 94.00 $ 13,912.00 21.13 $ 3,127.24 $ 156.36 0241.0401 Remove Concrete Drive (50/50) SF $ 3.50 1,771.00 $ 6,198.50 1,771.00 $ 6,198.50 1,014.33 $ 3,550.17 $ 177.51 3213.0401 6" Concrete Driveway (50/50) SF $ 10.00 1,771.00 $ 17,710.00 1,771.00 $ 17,710.00 1,267.87 $ 12,678.70 $ 633.94 3213.0401 6" Concrete Driveway (100% Water) SF $ 10.00 108.00 $ 1,080.00 108.00 $ 1,080.00 - $ - $ - 9999.0000 Replace Gravel Driveway SF $ 25.00 40.00 $ 1,000.00 40.00 $ 1,000.00 - $ - $ - 0241.0100 Remove Sidewalk (50/50) SF $ 17.50 25.00 $ 437.50 25.00 $ 437.50 80.00 $ 1,400.00 $ 70.00 3213.0301 4" Conc Sidewalk (50/50) SF $ 18.00 43.00 $ 774.00 43.00 $ 774.00 134.40 $ 2,419.20 $ 120.96 3213.0301 4" Conc Sidewalk (100% Water) SF $ 18.00 45.00 $ 810.00 45.00 $ 810.00 214.40 $ 3,859.20 $ 192.96 0241.1300 Remove Conc Curb&Gutter (50/50) LF $ 11.50 1,337.00 $ 15,375.50 1,337.00 $ 15,375.50 1,719.63 $ 19,775.76 $ 988.79 3216.0101 6" Conc Curb and Gutter (50/50) LF $ 53.00 1,412.00 $ 74,836.00 1,412.00 $ 74,836.00 1,402.23 $ 74,318.19 $ 3,715.91 3216.0101 6" Conc Curb and Gutter (100% Water) LF $ 53.00 290.00 $ 15,370.00 290.00 $ 15,370.00 4.40 $ 233.20 $ 11.66 3212.0303 3" Asphalt Pvmt Type D (50/50) SY $ 26.00 5,150.00 $ 133,900.00 5,150.00 $ 133,900.00 4,470.75 $ 116,239.50 $ 5,811.98 3212.0303 3" Asphalt Pvmt Type D (100% Water) SY $ 26.00 3,558.00 $ 92,508.00 4,558.00 $ 118,508.00 3,486.00 $ 90,636.00 $ 4,531.80 0241.1700 11" Pavement Pulverization (50/50) SY $ 9.00 5,150.00 $ 46,350.00 5,150.00 $ 46,350.00 4,470.75 $ 40,236.75 $ 2,011.84 0241.1700 11" Pavement Pulverization (100% Water) SY $ 9.00 3,558.00 $ 32,022.00 4,558.00 $ 41,022.00 3,486.00 $ 31,374.00 $ 1,568.70 3212.0401 HMAC Transition (50/50) TN $ 230.00 20.00 $ 4,600.00 20.00 $ 4,600.00 - $ - $ - 3212.0401 HMAC Transition (100% Water) TN $ 230.00 20.00 $ 4,600.00 20.00 $ 4,600.00 7.70 $ 1,771.00 $ 88.55 3217.5001 Curb Address Painting (50/50) EA $ 75.00 13.00 $ 975.00 13.00 $ 975.00 15.75 $ 1,181.25 $ 59.06 3123.0101 Unclassified Excavation by Plan (50/50) CY $ 83.00 19.00 $ 1,577.00 19.00 $ 1,577.00 - $ - $ - 3123.0101 Unclassified Excavation by Plan (100% Water) CY $ 83.00 5.00 $ 415.00 10.00 $ 830.00 - $ - $ - 3211.0601 CEMLIME Stabilization @ 32 Lbs/SY (50/50) TN $ 386.00 77.00 $ 29,722.00 77.00 $ 29,722.00 71.25 $ 27,502.50 $ 1,375.13 3211.0601 CEMLIME Stabilization @ 32 Lbs/SY (100% TN $ 386.00 54.00 $ 20,844.00 70.00 $ 27,020.00 56.00 $ 21,616.00 $ 1,080.80 Water) 3292.0100 Block Sod Placement (50/50) SY $ 15.00 350.00 $ 5,250.00 350.00 $ 5,250.00 400.00 $ 6,000.00 $ 300.00 3310.0102 6"-12" Tree Removal EA $ 1,000.00 2.00 $ 2,000.00 2.00 $ 2,000.00 3.00 $ 3,000.00 $ 150.00 3310.0103 12"-18" Tree Removal EA $ 1,500.00 2.00 $ 3,000.00 2.00 $ 3,000.00 2.00 $ 3,000.00 $ 150.00 3310.0104 18"-24" Tree Removal EA $ 2,000.00 1.00 $ 2,000.00 1.00 $ 2,000.00 2.00 $ 4,000.00 $ 200.00 3310.0105 24" and larger Tree Removal EA $ 4,000.00 1.00 $ 4,000.00 1.00 $ 4,000.00 1.00 $ 4,000.00 $ 200.00 3292.0101 Utility Service Surface Restoration Sodding SY $ 15.00 320.00 $ 4,800.00 320.00 $ 4,800.00 252.50 $ 3,787.50 $ 189.38 3291.0100 Topsoil (50/50) CY $ 90.00 23.00 $ 2,070.00 23.00 $ 2,070.00 23.00 $ 2,070.00 $ 103.50 3291.0100 Topsoil (100% Water) CY $ 90.00 26.00 $ 2,340.00 26.00 $ 2,340.00 9.50 $ 855.00 $ 42.75 3305.0103 Exploratory Excavation of Existing Utilities EA $ 1,200.00 5.00 $ 6,000.00 9.00 $ 10,800.00 7.00 $ 8,400.00 $ 420.00 9999.0004 Demo/Remove Shed EA $ 500.00 1.00 $ 500.00 1.00 $ 500.00 - $ - $ - 3471.0001 Traffic Control MO $ 2,400.00 3.00 $ 7,200.00 3.00 $ 7,200.00 3.00 $ 7,200.00 $ 360.00 0171.0102 As -Built Survey LS $ 4,000.00 1.00 $ 4,000.00 1.00 $ 4,000.00 1.00 $ 4,000.00 $ 200.00 0171.0101 Construction Staking LS $ 9,000.00 1.00 $ 9,000.00 1.00 $ 9,000.00 1.00 $ 9,000.00 $ 450.00 3303.0001 Bypass Pumping (for CIPP installation) LS $ 1.00 1.00 $ 1.00 1.00 $ 1.00 - $ - $ - 3125.0101 SWPPP = 1 acre LS $ 4,000.00 1.00 $ 4,000.00 1.00 $ 4,000.00 1.00 $ 4,000.00 $ 200.00 3305.0108 Utility Adjustment (irrigation adjustments) (50/50) LS $ 6,250.00 1.00 $ 6,250.00 1.00 $ 6,250.00 - $ - $ - 9999.0003 Sanitary Sewer Construction Allowance $ 100,000.00 $ - $ - $ - R & R 18" Storm Drain (CO#1) LF $ 191.00 - $ - 65.00 $ 12,415.00 60.00 $ 11,460.00 $ 573.00 Connect to EX. STorm Drain (CO#1) EA $ 1,050.00 $ 4.00 $ 4,200.00 4.00 $ 4,200.00 $ 210.00 Remove 30" Storm Drain (CO#1) LF $ 25.00 $ 16.00 $ 400.00 16.00 $ 400.00 $ 20.00 Payments to Date $ 2,463.35 $ 1,321.451 $ 6,460.001 $ 6,175.00 1 $ 15,200.001 $ 6,491.801 $ 2,992.501 $ 196.65 1 $ 87,780.001 $ 16,244.931 $ 2,970.881 $ 3,372.661 $ 12,044.761 $ I $ I $ 1,330.001 $ 2,298.241 $ 3,666.241 $ 18,786.971 $ 70,602.281 $ 221.54 1 $ 110,427.521 $ 86,104.20 1 $ 38,224.911 $ 29,805.301 $ I $ 1,682.451 $ 1,122.19 1 $ I $ I $ 26,127.371 $ 20,535.20 $ 5,700.001 $ 2,850.001 $ 2,850.001 $ 3,800.001 $ 3,800.001 $ 3,598.12 1 $ 1,966.501 $ 812.25 1 $ 7,980.001 $ I $ 6,840.001 $ 3,800.001 $ 8,550.001 $ I $ 3,800.001 $ I $ I $ 10,887.001 $ 3,990.001 $ 380.00 1 CPN 103361 / CSC 60600 3/5 12/3/2025 (Item # Description UoM Unit Cost Org Qty Org Contract Rev Qty Revised Contracl Completed Qty Completed Worlo Retainage (Unit 2.085 Remove D.I. SS & Repair Junction Box (CO#1) EA $ 2,100.00 $ 1.00 $ 2,100.00 1.00 $ 2,100.00 $ Unit 2.086 Relocate and Reinstall Shed including removal and LS $ 9,000.00 $ 1.00 $ 9,000.00 1.00 $ 9,000.00 $ replacement of concrete slab CO#3 (Unit 2.087 Hydromulch CO#3 SY $ 5.00 $ 1,000.00 $ 5,000.00 1,000.00 $ 5,000.00 $ (Unit 2.088 Connect to Existing HDPE Sewer CO#3 EA $ 600.00 $ 3.00 $ 1,800.00 3.00 $ 1,800.00 $ (Unit 2.089 4' Conflict Box CO#3 EA $ 9,900.00 $ 3.00 $ 29,700.00 3.00 $ 29,700.00 $ (Unit 2.090 Stone Mail Box and Sidewalk CO#3 LS $ 8,000.00 $ 1.00 $ 8,000.00 1.00 $ 8,000.00 $ IUnit2.091 Mobilization CO#4 SY $ 7,000.00 $ 1.00 $ 7,000.00 1.00 $ 7,000.00 $ (Unit 2.092 Rem Conc PVMT CO#4 SY $ 50.00 $ 165.00 $ 8,250.00 178.25 $ 8,912.50 $ (Unit 2.093 Conc PVMT Repari, Res. CO#4 SY $ 155.00 $ 165.00 $ 25,575.00 178.25 $ 27,628.75 $ (Unit 2.094 20" Steeel Casing CO#4 LF $ 295.00 $ 63.00 $ 18,585.00 63.00 $ 18,585.00 $ (Unit 2.095 Traffic Control - Major St. CO#4 (MTH) EA $ 3,500.00 $ 2.00 $ 7,000.00 1.50 $ 5,250.00 $ (Unit 2.096 2 Message Boards CO#4 WK $ 1,350.00 $ 2.00 $ 2,700.00 1.00 $ 1,350.00 $ (Unit 2.097 2 Arrow Boards CO#4 WK $ 400.00 $ 8.00 $ 3,200.00 6.00 $ 2,400.00 $ (Unit 2.098 10' X 10' Asphalt Patch for Abandoned MH CO#4 EA $ 3,000.00 $ 2.00 $ 6,000.00 2.00 $ 6,000.00 $ (Unit 2.099 5' Wide Perm Asphalt, Alerial CO#4 LF $ 200.00 $ 150.00 $ 30,000.00 150.00 $ 30,000.00 $ (Unit 2.100 Extra Width Asphalt, Arterial CO#4 SY $ 135.00 $ 50.00 $ 6,750.00 32.00 $ 4,320.00 $ (Unit 2.101 Striping Allowance CO#4 LS $ 5,000.00 $ 1.00 $ 5,000.00 0.33 $ 1,650.00 $ (Unit 2.102 Landscape and Irrigation Allowance LS $ 3,000.00 $ 1.00 $ 3,000.00 - $ - $ IDRAFUnit 2.103 0171.0102 Additional As -Built Survey CO#4 LS $ 1,000.00 $ 1.00 $ 1,000.00 - $ - $ (Unit 2.104 0171.0101 Additional Construction Staking CO#4 LS $ 1,000.00 $ 1.00 $ 1,000.00 1.00 $ 1,000.00 $ Unit 2.105 R&R Epoxy MH Liner INC. 1 Abrasive Blast and 250 MIL VF $ 775.00 $ 12.00 $ 9,300.00 12.00 $ 9,300.00 $ Epoxy Liner - CO5 (Unit 2.106 Cut in Special 5.66'X9' Conflict Box (50/50) CO6 EA $ 24,800.00 $ 0.50 $ 12,400.00 0.50 $ 12,400.00 $ (Unit 2.107 4' Manhole CO6 EA $ 12,000.00 $ 1.00 $ 12,000.00 1.00 $ 12,000.00 $ (Unit 2.108 4' Manhole CO6 EA $ 8,000.00 $ - 2.00 $ 16,000.00 2.00 $ 16,000.00 $ (Unit 3.001 0241.0100 Remove Sidewalk (50/50) SF $ 17.50 50.00 $ 875.00 50.00 $ 875.00 268.70 $ 4,702.25 $ (Unit 3.002 0241.0401 Remove Concrete Drive (50150) SF $ 3.50 3,542.00 $ 12,397.00 3,542.00 $ 12,397.00 2,028.54 $ 7,099.90 $ (Unit 3.003 0241.1300 Remove Conc Curb&Gutter (50/50) LF $ 11.50 2,675.00 $ 30,762.50 2,675.00 $ 30,762.50 3,439.15 $ 39,550.23 $ (Unit 3.004 0241.1400 Remove Conc Valley Gutter (50/50) SY $ 50.00 40.00 $ 2,000.00 40.00 $ 2,000.00 249.92 $ 12,496.00 $ (Unit 3.005 0241.1700 11" Pavement Pulverization (50/50) SY $ 9.00 10,300.00 $ 92,700.00 10,300.00 $ 92,700.00 8,941.50 $ 80,473.50 $ (Unit 3.006 0241.1800 Remove Speed Cushion (50150) EA $ 500.00 1.00 $ 500.00 1.00 $ 500.00 - $ - $ (Unit 3.007 3123.0101 Unclassified Excavation by Plan (50/50) CY $ 83.00 38.00 $ 3,154.00 38.00 $ 3,154.00 - $ - $ (Unit 3.008 3125.0101 SWPPP = 1 acre LS $ 3,000.00 1.00 $ 3,000.00 1.00 $ 3,000.00 1.00 $ 3,000.00 $ (Unit 3.009 3212.0303 3" Asphalt Pvmt Type D (50/50) SY $ 26.00 10,300.00 $ 267,800.00 10,300.00 $ 267,800.00 8,941.50 $ 232,479.00 $ (Unit 3.010 3212.0401 HMAC Transition (50/50) TN $ 230.00 40.00 $ 9,200.00 40.00 $ 9,200.00 - $ - $ (Unit 3.011 3213.0301 4" Conc Sidewalk (50/50) SF $ 18.00 75.00 $ 1,350.00 75.00 $ 1,350.00 268.70 $ 4,836.60 $ (Unit 3.012 3213.0401 6" Concrete Driveway (50/50) SF $ 10.00 3,542.00 $ 35,420.00 3,542.00 $ 35,420.00 2,445.32 $ 24,453.20 $ (Unit 3.013 3216.0101 6" Conc Curb and Gutter (50/50) LF $ 53.00 2,675.00 $ 141,775.00 2,675.00 $ 141,775.00 3,439.15 $ 182,274.95 $ IUnit 3.014 3216.0301 7" Conc Valley Gutter, Residential (50/50) SY $ 148.00 100.00 $ 14,800.00 100.00 $ 14,800.00 249.92 $ 36,988.16 $ (Unit 3.015 3217.5001 Curb Address Painting (50/50) EA $ 75.00 26.00 $ 1,950.00 26.00 $ 1,950.00 31.50 $ 2,362.50 $ (Unit 3.016 3291.0100 Topsoil (50/50) CY $ 90.00 46.00 $ 4,140.00 46.00 $ 4,140.00 65.00 $ 5,850.00 $ (Unit 3.017 3292.0100 Block Sod Placement (50/50) SY $ 15.00 700.00 $ 10,500.00 700.00 $ 10,500.00 800.00 $ 12,000.00 $ Unit 3.018 3305.0107 Manhole Adjustment, Minor w/ Conc Collar (50/50) EA $ 1,700.00 4.00 $ 6,800.00 4.00 $ 6,800.00 3.00 $ 5,100.00 $ Unit 3.019 3305.0108 Utility Adjustment (irrigation adjustments) (50/50) LS $ 12,500.00 1.00 $ 12,500.00 1.00 $ 12,500.00 - $ - $ (Unit 3.020 3305.0111 Valve Box Adjustment w/ Conc Collar (50150) EA $ 1,100.00 9.00 $ 9,900.00 9.00 $ 9,900.00 17.00 $ 18,700.00 $ (Unit 3.021 3211.0601 CEMLIME Stabilization @ 32 Lbs/SY (50/50) TN $ 386.00 155.00 $ 59,830.00 155.00 $ 59,830.00 142.50 $ 55,005.00 $ (Unit 3.022 3471.0001 Traffic Control MO $ 2,400.00 4.00 $ 9,600.00 4.00 $ 9,600.00 4.00 $ 9,600.00 $ (Unit 3.023 3349.5006 Remove and Replace Inlet Top 10' EA $ 6,150.00 2.00 $ 12,300.00 2.00 $ 12,300.00 - $ - $ (Unit 3.024 * 9999.0003 Paving Construction Allowance $ 50,000.00 $ 50,000.00 $ - $ (Unit 4.001 Removal and Replace of 24" Storm Drain CO#2 LF $ 215.00 - $ - 40.00 $ 8,600.00 38.00 $ 8,170.00 $ (Unit 4.002 Connection to Existing Drop Inlet CO#2 EA $ 2,500.00 - $ 2.00 $ 5,000.00 2.00 $ 5,000.00 $ (Total $ 6,411,169.00 $ 6,759,857.22 $ 6,151,231.14 $ Payments to Date I 105.00 $ 1,995.001 450.00 $ 8,550.00 250.00 $ 4,750.001 90.00 $ 1,710.001 1,485.00 $ 28,215.001 400.00 $ 7,600.001 350.00 $ 6,650.001 445.63 $ 8,466.87I 1,381.44 $ 26,247.31 I 929.25 $ 17,655.75I 262.50 $ 4,987.50I 67.50 $ 1,282.50I 120.00 $ 2,280.001 300.00 $ 5,700.001 1,500.00 $ 28,500.001 216.00 $ 4,104.00 I 82.50 $ 1,567.50I $ I $ I 50.00 $ 950.00I 465.00 $ 8,835.00 620.00 $ 11,780.00I 600.00 $ 11,400.00I 800.00 $ 15,200.00I 235.12 $ 4,467.13I 354.98 $ 6,744.92I 1,977.52 $ 37,572.71 I 624.81 $ 11,871.19I 4,023.68 $ 76,449.82I $ I $ I 150.00 $ 2,850.00I 11,623.95 $ 220,855.05I - $ I 241.83 $ 4,594.77I 1,222.67 $ 23,230.53I 9,113.76 $ 173,161.19 I 1,849.41 $ 35,138.75 I 118.13 $ 2,244.37I 292.50 $ 5,557.50I 600.01 $ 11,399.99I 255.00 $ 4,845.00 935.00 $ 17,765.00I 2,750.25 $ 52,254.75I 480.00 $ 9,120.00 I $ I $ I 408.50 $ 7,761.50I 250.00 $ 4,750.00I 307,561.72 $ 5,843,669.421 CPN 103361 / CSC 60600 4/5 12/3/2025 Item # IDescription jUoM jUnit Cost Org Qty Org Contract Rev Qty Revised Contracl Completed Qty Completed Worts Retainage Payments to Date Water $3,541,157.00 $ 3,541,157.00 $ 3,194,241.80 $ 159,712.14 $ 3,034,529.66 Sewer $2,076,758.50 $ 2,411,846.72 $ 2,206,848.05 $ 110,342.46 $ 2,096,505.59 Paving $ 793,253.50 $ 806,853.50 $ 750,141.29 $ 37,507.12 $ 712,634.17 Total $ 6,411,169.00 $ 6,759,857.22 $ 6,151,231.14 $ 307,561.72 $ 5,843,669.42 T-ro y 1Nov-d y Troy WOOcry(Dec 9, 202516:0378 CST) CPN 103361 / CSC 60600 12/3/2025 CSC No. 60600-CO1 Fco n—V w0 RT H Change Order Request Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No.160600 Project No,(s)106004301070043010200431r5740010 M&C 1 23-0983 City Pro. No.1103361 PtDescripiptionior Water and Sanitary Sewer Replacements Contract 2020, WSM-A 1 Contracted Woody Contractors, Inc. I Change Order # 1 Date: 14/1Y12024 City Project Mgr. Clayton Torrance City Inspector Ignacio Andrade Phone Number:817-392-8528 Phone Nam ber817-233-2261 Dept. Water Sewer Paving Totals Contract Time (Cafandar Days) Original Contract Amount $3,541,157.00 $2,076,758.50 $793,253.50 $6.411,169,00 500 Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $3,541,157,00 $2,076,758,50 $793,253.50 $6,411,169,00 500 Amount of Proposed Change Order $0.00 $19,115.00 $0.00 $19,115.00 Revised Contract Amount 0,541, 557.00 $2,095,87150 $793,253.50 $6,430,284,00 500 Orig. Funds Available for Change Orders $106,235.00 $62,3C3.00 $39,663.50 $208,201.50 Remaining Funds Available for this CO $106,235.00 b62,JW.00 1 $39,6b1oO $0,00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.30% $8,013,961.25 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No. 1 provides for the removal and replacement of an existing storm drain line that is in direct conflict with a project sanitary sewer main, The existence of the conflict was unknown prior to beginning construction of the project. 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 ntractor Signature Date Woody Contractors, Inc. Troy Woody Y—1 7�-Py - r Inspector Project Manager Date 79. j�� 4/17/24 Director(Water Dept) Constr ion Supervisor PW Dept Date c/ vd� T.S. ,t her i Ar'M,, 6, 202411:08 CDTt 4/23/24 Senior Assistant City Attorney Assistant City Manager Date May 7, 2024 Council Action if required) M&C Number N/A M&C Date Approved N1A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX F0H-F WORTH City of Fort Worth R Change Order Additions Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 60600 Project No.(s) 0600430/0700430/020043115740010 DOE No, 23-00 City Pro. No. j 103361 Project I Water and Sanitary Sewer Replacements Contract 2020, WSM-A Description Contractor Woody Contractors, Inc. Change Order# Date:1 4/1712024 City Project Mgr. Clayton Torrance City Inspector I Ignacio Andrade AUpITIUN5 II EM UESURIPI IUN DEPT Qty Unit Unit Cost Total 82 R & R 18" Storm Drain Sewer 65.0 LF $191.00 $12,415.00 83 Connect to EX. Storm Drain Sewer 4.0 EA $1,050.00 $4,200.00 84 Remove 30" Storm Drain Sewer 16.0 LF $25.00 $400.00 85 Remove D.I. SS & Repair Junction Box Sewer 1.0 EA $2,100.00 $2,100.00 Water Sewer $19,115.00 Paving Additions Sub Total $19,115.00 Page 1 of 1 FvRT •V�1�� R 1t-H City of Fort Worth Change Order Deletions Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 60600 Project No.(s) 060043010700430/020043115740010 1 DOE No, 23-0983 City Pro. No. 103361 Project Description Water and Sanitary Sewer Replacements Contract 2020, WSM-A Contractor Woody Contractors, Inc. Change Order#1 1 Date 4/1712024 City Project Mgr. Clayton Torrance City Inspector I Ignacio Andrade DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total (Water (Sewer (Paving .Deletions Sub Total Page 1 of 1 MIWBE Breakdown for this Change Order `e`of:Service . Amountforth isCO Total�.$;0:00 Previous Change Orders co# DATE :AMOUNT Total $0.00 4/17/2024 Water and Sanitary Sewer Replacements Contract 2020, WSM-A CSC: 60600 CPN 103361 Change Order 1 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature Clayton M. Torrance, P.E. Name of Employee Professional Engineer Title ATTEST: Jannette Goodall City Secretary 4,bg40nQn� 00. d a°~° dv0 0 P� 000 *�d aQa a�n00,Xa 54aa OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CSC No. 60600-0O2 )f'o r.r WO RT I-i ..' " 1ff'. Change Order Request Project Namelfter and Sanitary Sevier Roplacements Contract 2020, WSM-A I City Sec No. I60600 Proect No.(s)156W7iD o43<unlool3ao2W431/6r40010 I M&C 1 24.1007 Cily Pio. No. 1103361 Project Description Water and Sanitary Sevier Replacements Contract2020, WSM•A Contractor] YrocdyContraclar,hr., j Change Order II Data: 111120/2024 City Project A10r.1 Clayton Torrance f City Inspector I Estevan Castillo PhoneNumber:I 817-392.8520 I PhoneNumber:I 682-263.4793 Dept. Water Unit 1 Sower Unit 2 Paving Unit 3 Slormwaler Unit 4 Totals c9011Acrr6ne (eelendil Dap) Original Contract Amount 53,54IJ57.00 $2,076,750.50 $793,253.50 $0.00 $6,01J69.06600 Extras [a Dole $0.00 $19.115.00 $0.00 $0.00 $19,115.06 Credits to Data Pending Change Orders (in MAC Process) Contract Cost to Dale $3,60,157.00 $2,095,073.50 $703,253.60 $0.00 $6,430,204,06500 Amount of Proltrosorl Chan1)o Order 10.00 10.00 50100 $13,600.00 $13,600,00 Revised Contract Amount $3,60.07.00 $2,095,873.60 $703,253.50 $13,600.00 $6,443,004.O0 500 Orig. Funds Availablo for Change Orders $106,235.00 $62,303.00 $39,663.50 $0.00 $200,201.60 Remaining Funds Available for [his CO $106,235.00 $43,100.00 $39,663.60 $0.00 $109,006.60 Additional Funding (if necessary) $13,600.00 $13,600.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.61Y1 $8,013,061.2 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No. 2 provides for the removal and replacement of a collapsed segment of an existing 24" stormdrain line that was encountered during construction. TPW Storm Water provided fundsing for this change order. i Ills understood and agreed that the acceptance of this Change Order by lire 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. Conlraclor's Company Name • Contractor Name ., ,Contractor Signature Date . Woody Contractors, Inc. Troy Inspector :Pfollect Manager /ice Dale rA &)p 7e %e rg 12/12/24 Director (Water Dept) Conslr on Supervisor (TPW De I Dale nrha»hnr Harder �+ �04 2.1I2/24 Senior Assistant City Attorney Assistant City Manager / Dale Dec 19, 2024 T Council Acllon [If required) M&C Number 1 24.1007 'Funding Only M&C Dale Approved rTT7%T1 q OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT'WC)R']Clt-]t City of Fort Worth Change Order Additions Project Name I Water and Sonllary Sower Replacements Contract 2020, WSM-A City SUc No, 1 00600 Project No.(s) 1 6600210600430/07004301020043116*140010 DOE No, 2410 Clly Pro. No. 1 103361 1 Prated Description Water and Sanitary Sower Replacements Contract 2020, WSM•A � � . Contractor I Woody Contractors, Inc, i Change Orclor# 0 Date,1 111201202.4 1 '; City Project Mgr. Clayton Torranco City Inspector I Haven Caslillo I ADDITIONS ITEM DESCRIPI ION pEPT QlyY Unit Uult Cost Total 1 Removal and Replace of 24" Storm Drain Slormwalor Unit 4 40,0 l.F $216.00 8,600.00 2 Connection to Existing prop Inlet Slormwalor Unit 4 2.0 EA $2,600.00 16,000.00 I 1 Water Unlf 1 Sower Unll2 Paving Unit 3 SformwatorUnit 4 $13,600.00 AddlllonsSubTolal $13,000.00 Page 2 of 4 FOR Two x_H City of Fort Worth "' Change Order Deletions Project Nanno Walor and Sanllory Sewer Replacomenis Contract 2020, WSM•A City See No, 60600 Project No.(s) 66002108004301070043010200431/6740010 DOE No. 1 24-1007 City Pro. No. 103301 Project Doscripllon I Water and Sanitary Sewer Replacements Contract 2020, WSM•A Contractor Woody Contractors, Inc. Change Order #[_ ` J pate I 1112012024 City Project MOr, Clayton Torrance I City Inspector I Eslevon Castillo DELETIONS ITEM 'DESCRIPTION DEPT Qly Unit Unit Cost Total Water Unit 1 Sower Unit 2 Pa'dng Unit 3 Stormwaler Unll 4 Deletions Sub Total Page 3 of 4 MWDE Sub co 1E M1WBC Breakdown for this Change Order Type of Service Amount for this CO Total %'00 Previous Change Orders I DATE AMOUNT Total $0.00 1 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature Clayton M. Torrance, P.E. Name of Employee Professional Engineer Title /S444q On ��� �FF000r�oad ATTEST: p - lo o ?Vo °=d dip*ol o o o *� Qn nEXA?o°p Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 11/20/2024 CPN 103361 Water and Sanitary Sewer Replacements Contract 2020, WSM-A Chanve Order 2 Notes Staff has reviewed the requested prices and considers them to be fair and reasonable, City of Fort Worth, Texas Mayor and council communication DATE: Tuesday, November 19, 2024 REFERENCE NO,: **M&C 24-1007 LOG NAME: 6OWSSC20WSMA002-WOODYFUNDING SUBJECT: (CD 2) Adopt Appropriation Ordinance In the Stormwater Capital Projects Fund In the Amount of $13,600,00 for Increased Project Cost Associated with the Water and Sanitary Sewer Replacements Contract 2020, WSM-A Project and Adopt Appropriation Ordinance to Amend the Transportation and Public Works Fiscal Years 2026-2029 Capital Improvements Program RECOMMENDATION: It is recommended that the City Council adopt the attached appropriation ordinance adjusting estimated receipts and appropriations In the Stormwater Capital Projects Fund, by Increasing estimated receipts and appropriations In the Water and Sanitary Sewer Replacements Contract 2020, WSM-A project (City Project No.103361) In the amount of $13,600.00 and decreasing estimated receipts and appropriations In the Stormdraln Pipe Rehab Programmable Project (City Project No, P00114) by the same amount and amend the Transportation and Public Works Fiscal Years 2026.2029 Capital Improvement Program. DISCUSSION: On November 14, 2023 by Mayor and Council Communication (M&C) 23-0983, the City Council authorized a construction contract with Woody Contractors, Inc, In the amount of $6,411,169.00 for Water and Sanitary Sewer Replacements Contract 2020, WSM-A. The contract was subsequently revised by Change Order No. 1 In the amount of $19,116,00 administratively authorized on May 7, 2024 that provided for the removal and replacement of an existing storm drain line that was In direct conflict with a project sanitary sewer main. Change Order No. 2 will provide for the removal and replacement of a collapsed segment of an existing 24" stormdrain line that was encountered during construction. Transportation and Public Works Stormwater requested that Identified Stormdraln segment be replaced as part of this project. 6OWSSC20WSMACO2-WOODYFUNDING Capital I � Fund PrDevised Project FY2025 CIP Budget ,, Name Name Appropriations Authority Change (Increase/Decrease) FFY20 _Budget Stormwater 103361 (Capital W&S Projects - Contract $0.00 This M&C $13,600.00I$13,600.00 'Fund 2020 52002 WSM-A Funding Is budgeted in the Stormdraln Pipe Rehab Programmable project within the Stormwater Capital Projects Fund for the purpose of funding the W&S Contract 2020 WSM-A project. Appropriations for Water and Sanitary Sewer Replacement Contract 2020, WSM-A, are as depicted below: Fund Existing Additional project Total* Appropriations Appropriations W&S Capital f6,794,186.001 $0.00 $6,794,186.00 Projects - Fund 56002 ----- - General Capital ,-- - ---- ----- - Projects Fund $899,551,00 $0.00 $899,551.00 30100 Stormwater Capital Projects $0.00 $13,600.00 $13,600.00 Fund 52002 _ Project Total $7,693,737.00 $13,600.00 $7,707,337.00 'Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION ! CERTIFICATION: The Director of Finance certifies that funds are currently available in the Stormdrain Pipe Rehab Programmable project within the Stormwater Capital Projects Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Stormwater Capital Project Fund for the W&S REPL Contract 2020, WSM-A project to support the approval of the above recommendations. Prior to any expenditure being Incurred, the Transportation and Public Works Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun' Project Programi ctivity Budget Reference iti- mount_) ID � �_-_ID—I--- I Year I (Chartfield 2) FROM Fund Department Accot-m Project Programl ctivity Budget Reference # I mount --I_ ID I _— -- ID� --� I Year I (Chartfield 2)_ CERTIFICATIONS: Submitted for City Manager's Office by. William Johnson (5806) Originating Denartment Head: Chris Harder (5020) Additional Information Contact: Clayton Torrance (8528) ATTACHMENTS 1. 6OWSSC20WSMACO2-WOODYFUNDING FID Table (WCF 09.12.24).xisx (CFW Internal) 2. 60WSSC20WSMACO2-WOODYFUNDING Map.pdf (Public) 3. 60WSSC20WSMACO2-WOODYFUNDING.docx (CFW Internal) 4.ORD.APP 60WSSC20WSMACO2-WOODYFUNDING 52002 A025(r1) (1).docx (Public) 5. PBS CPN 103361.pdf (CFW Internal) 6. SAM.gov search Woody Copntractors, lnc.,docx (CFW Internal) GOWSSO ors ucoz-WOODY im Tama CSC No. 60600-0O3 FORT WORTH Change Order Request Project NamelWater and Sanitary Sewer Replacements Contract 2020, WSM-A I City Sec No. 160600 Project No.(s)156WZ'0600430107004301020043115740010 I M&C 1 23-0983 City Pro. No. 1103361 Project) Water and Sanitary Sewer Replacements Contract 2020, WSM-A I Description Conlractorl Woody contractors, Inc. I Change Order# Date; I11I7/2024 I City Project Mgr.I Clayton Torrance City Inspector I Estevan Castillo I Phone Number.[ 817-392-8528 I Phone Number.) 682-2634793 Dept. Water Unit 1 Sewer Unit 2 Paving Unit 3 Stormwaler Unit 4 Totals Co*-d Time (Calandar Days) Original ContraclAmount $3,541,157.00 $2,076,758.50 $793,253.50 $0.00 $6,411,169.00 500 Extras to Date $0.00 _ $19,115.00 $0.00 40.00 $19,115.00 Credits to Date Pending Change Orders (in M&C Process) $0.00 $0.00 $0.00 $13,600.00 $13,600.00 Contract Cost to Date $3,541,167.00 '$2,095,873.50 $793,253.50 $13,600,00 $6,443,884.00500 [Amount of Propposed Change Order $0.00 $0,00 $0.00 $0.00 $0.00015 RevisedGontraclAmeunt $3,541,157.00 $2,095,873.60 $793,253.50 $13,600.00 $6,443,884.00515 Orig. Funds Available for Change Orders $106,235.00 $62,303.00 $39,663.60 $0.00 $208,201.60 Remaining Funds Available for this CO $106,235.00 $43,188.00 $39,663.50 $0.00 Additional Funding (if necessary) $0.00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.51%I $8,013,961.25 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No. 3 provides for the following: • the removal and replacement of an existing shed within an existing easement to allow for point repair on a project sewer main. The necessity of the point repair was unknown until the pre-ccty footage of line revealed a sag. the placement of hydromulch, in lieu of sod, which was deemed a more efficient due to the area displaced during the installation of the sewer main. • the removal and replacement of 3 sewer services in direct conflict with an existing storm drain line. The existence of the conflicts were unknown prior to beginning construction of the project. • additional quantities of asphalt and pavement pulverization that are necessary on the project. 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 Charge Order. Contraolor's`CompanyName ContradtorName Cpr�a lorsiggature Da(e Woody Contractors, Inc. I Troy Woody I e I (— ]�olt y Inspect9 EEEL— 'Project Manage 79.—7&4AaWO�0, 11 /7/24 Dlteotor ater.Dep►). � PConst on Su rvisor (TPW De t Chrisfooher Harder ���, 1 1 /13/24 4A"." I S61niioorrAs's' aRN ty tome' - Assistant /City Manager _ -te . owe /^'iL \'•a'— r Nov 19, 2024 Council Action (if required) X M&C Number I NIA M&C Date Approved I NIA OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth Change Order Additions Project Name I Water and Sanitary Sewer Replacements Contract 2020, WSM-A CitySec No. 60600 Project No,(s) j 5600210600430107D04301020043115740010 DOE No. 23-09 City Pro. No, j 103361 Project I Water and Sanitary Sewer Replacements Contract 2020, WSM-A Description Contractor j Woody Contractors, Inc. Change Order# F-T-1 Date:1 11/712024 j City Project Mgr. Clayton Torrance City Inspector I Estevan Castillo ADDITIONS ITEM DESCRIP I [ON DEPT Qty Unit Unit Cost I Total 17 3331.31014' Sewer Service Sewer Unit 2 3.0 EA $2,600.00 $7,800.00 41 3201.0400 Temporary Aphalt Paving Repair Sewer Unit 2 85.0 LF $35.00 $2,975.00 . 55 3212.0303 Y Asphalt Pavement, Type D Sewer Unit 2 1,000.0 SY $26.00 $26,000.00 . 57 0241,1700 1 V Pavement Pulverization Sewer Unit 2 1,000.0 SY $9.00 $9,000.00 62 3123.0101 Unclassified Excavation by Plan Sewer Unit 2 5.0 CY $83.00 $415.00 - 64 3211,0601 CEMLIME Stabilization @ 32 Lbs1SY Sewer Unit 2 16.0 TN $386.00 $6,176.00 86 Relocate and Reinstall Shed including removal and replacement of concrete slab Sewer Unit 2 1.0 LS $9,000.00 $9,000.00 87 Hydromulch Sewer Unit 2 1,000.0 SY $5.00 $5,000.00 88 Connection to Existing HOPE Sewer Sewer Unit 2 3.0 EA $600.00 $1,800.00 . 89 4' Conflict Box Sewer Unit 2 3.0 EA $9,900.00 $29,700.00 90 Stone Mail Box and Sidewalk Sewer Unit 2 1.0 LS $8,000.00 $8,000.00 Water Unit 1 ISewerUnit 2 $105,866.00 Paving Unit3 IStormwater Unit 4 lAdditions Sub Total $105,866.00 Page 1 of 1 FORT' WORTH City of Fort Worth ��► •- '� Change Order Deletions Project Name Water and Sanitary Sewer Replacements Contract2020, WSM-A City Sec No. 60600 Project No.(s) 5600210600430l07004301020043115740010 DOE No. 1 23-0983 City Pro. No. 103361 Project Description I Water and Sanitary Sewer Replacements Contract 2020, WSM-A Contractor Woody Contractors, Inc. Change Order #=3 Date l 1117/2024 City Project Mgr, Clayton Torrance I City inspector I Estevan Castillo DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 39 3201.0112 5' Wide Asphalt Pavement Repair, Residential Sewer Unit 2 50.00 LF $150,00 $7,500.00 40 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Sewer Unit 2 307.00 SY $90.00 $27,630.00 Residential 81 9999.0003 Sanitary Sewer Construction Allowance Sewer Unit 2 0.70736 LS $100,000.00 $70,736.00 Water Unit 1 SewerUn112 $105,866.D0 Paving Unit 3 Stormwater Unit 4 Deletions Sub Total $105,866.D0 Page 1 of 1 MIWBE Breakdown for this Change Order MANOR" 0 Total "MY "V44WIM, Do NOW ,:." "m 11 SUN Previous Change Orders I'Mr. V_ 06"a 19-30- AN-40 1 411712024 $iqjiuo 2 $13,600.00 Total St-M.M." .1704 11/7/2024 Water & Sanitary Sewer Replacements Contract 2020, WSM-A CSC: 60600 CPN:103361 Change Order 3 Notes Staff has reviewed the requested prices and addition to calendar days and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. � t adr W. 7&-&4a low Signature Clayton M. Torrance, P.E. Name of Employee Professional Engineer Title ATTEST: Jannette Goodall City Secretary 4d44Unn� oo, �0 00, via o dV8 8=4 as a a �'EXA5o4p �nnnaa4� OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CSC No. 60600-CO4 Fc 3 iz -r Woo wi, i-;t Is Change Order Request Project NamelWaler and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 160600 Project No.(s)156002ro66c43010700430r020043115740010 I M&C 1 23.0983 City Pro. No. 1103361 Projecl� Water and Sanitary Sewer Replacements Contract 2020, WSM-A I Description I Coniraclorl Woody Contractors, Inc. Change Order It 4 Date: 14/14/2025 City Project Mgc1 Clayton Torrance I City Inspeclor Eslevan Castillo Phone Numbed 817-392-8528 Phone Numbel 682-263A793 Dept, Water Unit 1 Sower Unit 2 Paving Unit 3 Stormwater Unit 4 Original Contract Amount $3,541,157.00 $2,076,758.50 $793,253,50 $0.00 Extras to Date $0.00 $19,115.00 $0.00 $13,600.00 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Dale $3,641,167,00 $2,095,873,60 $793,253.50 $13,600.00 Amount of Pro osed Change Order $0.00 $250,265.22 $0.00 $0.00 evisedConlrac�Amount $3,641.157.00 $2,340,138.72 $793,253.50 $13,600.00 Orig. Funds Available for Change Orders $106,235.00 $62,303.00 $39,663.60 $0.00 Remaining Funds Available for this CO $106,235.00 $43,168.00 $39,663.50 $0.00 Additional Funding (if necessary) CHANGE ORDERS fo DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT JUSTIFICATION(REASONS) FOR CHANGE ORDER Totals Conuacrnmo (CalandarDays) $6,411,169.00►500 $32,715.00 15 $6,443,884.00 515 $250,265.22 060 $6,694,149.22 575 $208,201.50 4.41 %o $8,013,961,25 Change Order No. 4 will allow for the abandonment of a 1,445 linear foot segment of a sewer located on White Settlement Road that Is no longer needed due to development activities by Castleberry Independent School District. A new 265 feet sewer segment will divert flow from the aforementioned sewer main. Staff concurs with the contractor's request for 60 additional calendar days on the project. I I II 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. Contractors Compnny,Namo Con-tractorNameCon tar ignature Dale Woody Contractors, Inc. Troy Woody ��� N-i K ;51 Inspector Project Manager C Date �f�iG�li(jQ,QQ,p 4-14-25 Director (Water Dept) Consbticflm Sl'parvisw1TPW.Dept) Date cl�ri.s�onHerHatder 1 S , � q6;v L 4/17/2 Ch r cfnn mr 11 arv1Pr'1-11 ,O,S 11' ,I I IT, Senior Assistant City Attorney Assistant City Manager Date 05/01 /202 Councll•Acifon (If required) M&C Number 1 25.0272 M&C Dale Approved 3/25/2025 FORT WORTH City of Fort Worth Change Order Additions Project Name I Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 60600 Project No,(s) 56002/06004301070043010200431/5740010 DOE No. 23 09 City Pro, No. 10I 3361 Project I Water and Sanitary Sewer Replacements Contract 2020, WSM-A Description Contractor Woody Contractors, Inc. (I Change Order ff Date:1 4114/2025 City Project Mgr. Clayton Torrance City Inspector I Eslevan Castillo ADDITIONS I I tM DESCRIN I IUN DEPT QtY Unit Unit Cost Total 3 3333.4119 8" DIP Sewer Pipe w/ Protecto 401 Coating Sewer Unit 2 123.0 LF $210.00 $25,830.00 4 3331.4115 8" Sewer Pipe Sewer Unit 2 142.0 LF $164.00 $23,288.00 10 0241.2201 Remove 4' Sewer Manhole Sewer Unit 2 1.0 EA $500.06 $500.00 11 0241.5001 Abandon Manhole Sewer Unit 2 3.0 EA $2,400.00 $7,200.00 14 3301.0001 Pre -CCTV Inspection Sewer Unit 2 1,450.0 LF $7.00 $10,150.00 15 3301.0002 Post -CCTV Inspection Sewer Unit 2 265.0 LF $9.06 $2,385.00 16 3301.0101 Manhole Vaccum Testing Sewer Unit 2 1.0 EA $150.00 $150.00 22 3339.1003 4' Extra Depth Manhole Sewer Unit 2 1.91 VF $242.00 $462.22 24 3339.1001 4' Manhole Sewer Unit 2 1.0 EA $7,400.06 $7,400.00 28 9999.0004 Connect to Existing SSMH Sewer Unit 2 2.0 EA $1,500.00 $3,000.00 29 0241,2103 8" Sewer Abandonment Plug Sewer Unit 2 4.0 EA $250.00 $1,000.00 31 0241.2001 Sanitary Line Grouting Sewer Unit 2 20.0 CY $350.00 $7,000.00 33 3305.0112 Concrete Collar Sewer Unit 2 5.0 EA $1,700.00 $8,500.00 34 3305.0109 Trench Safely Sewer Unit 2 265.6 LF $1.00 $265.00 36 3305.0106 Manhole Adjustment, Major Sewer Unit 2 1.0 EA $6,500.00 $6,500.00 37 3305.0203 Imported Embedment/Backfill, CLSM Sewer Unit 2 15.0 CY $500.00 $7,500.00 41 3201,0400 Tempoary Asphalt Paving Reapir Sewer Unit 2 265.0 LF $35.00 $9,275,00 73 3305.0103 Exploratory Excavation of Existing Utilities Sewer Unit 2 4.0 EA $1,200.00 $4,800.00 91 Mobilization Sewer Unit 2 1.00 LS $7,000.00 $7,000.00 92 Rem Cone PVMT Sewer Unit 2 165.00 SY $50.00 $8,250.00 93 Cone PVMT Repair, Res. Sewer Unit 2 165.00 SY $155.00 $25,576.00 94 20" Steel Casing Sewer Unit 2 63.00 LF $295.00 $18,585.00 95 Traffic Control - Major St Sewer Unit 2 2.00 MTH $3,500.00 $7,000.00 96 2 Message Boards Sewer Unit 2 2.00 WK $1,350.00 $2,700.00 97 2 Arrow Boards Sewer Unit 2 8.00 WK $400.00 $3,200.00 98 10' X 10' Asphalt Patch for Abandoned MH Sewer Unit 2 2.00 EA $3,000.00 $6,000.00 99 5' Wide Perm Asphalt, Alerial Sewer Unit 2 150.00 LF $200.00 $30,000.00 100 Extra Width Asphalt, Arterial Sewer Unit 2 50.06 SY $135.00 $6,750.00 101 Striping Allowance Sewer Unit 2 1.00 LS $5,000.00 $5,000.00 102 Landscape and Irrigation Allowance Sewer Unit 2 1.00 LS $3,000.00 $3,000.00 103 0171.0102 Additional As -Built Survey Sewer Unit 2 1.00 LS $1,000.06 $1,000.00 104 0171.0101 Additional Construction Staking Sewer Unit 2 1.00 LS $1,000.00 $1,000.00 Water Unit 1 Sewer Unit 2 $250,265.22 Paving Unit 3 Slormwater Unit 4 Additions Sub Total $250,265.22 Page 1 of 1 FCART WO City City of Fort Worth Change Order Deletions Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 60600 Project No.(s) 5600210600430/07004301020043115740010 1 DOE No. 1 23-0983 City Pro. No. 103361 Project Description Water and Sanitary Sewer Replacements Contract 2020, WSM-A I Contractor Woody Contractors, Inc. I Change Order it Date 4/14/2025 City Project Mgr. Clayton Torrance City Inspector I Estevan Castillo ITEM DESCRIPTION DELETIONS DEPT Qty Unit Unit Cost Total Page 1 of 1 Water Unit 1 (Sewer Unit 2 (Paving Unit 3 Slormwater unit 4 (Deletions Sub Total MIWBE Breakdown for this Change Order ,,�„.y yn v . I ra' �•t'i; •' Ga;?� '!�:' , p.•i., •.vr •Ry�fiyit, 4 i a„ti . tr,.t�y;'. �F � rl f",.,.t •. >, • rern-3:i�:;'� �I ',... '' ,�'.�':MUVB� �t r . {., t ; , ,. t r .:7 e.of:S� �e 3 � , ; �� �. yy•�,.• 1i , t :; i; �, t ; � > , si �rr'Ytk���,�.3, •�i i� �'1;i9Unf't},?'.i,:ll!�$:vO:E�i,a� :� F: � i j�. 4? �. � .� .i 1s.`,,f ..• � .:� ,: � >..t . y�.,.. .y,•1!►.;t . >r. -t�, , : r.1 �e, a t r Total ;t1 i��: t y431t: �.:.: `s.!%?�;ii!S�r��t'R�.M,� �'i _ Si; f•,. ! Previous Change Orders onnw: •,t :f': !. rt :7. l� t � r^r.•,7i'ni« wr+..ry :Qr+S;l'. (t. �;�Yi L s ti+:J j�� f,s �}4�r�4cc �tt's;�:��� y5���21�iY1,t'i�;;t'^,l'a�Fy,,i"��(.�p5 �'�:�1�'i.si��`a...f,) `:s`�<... 4•x.rq,,:�Je•nh ��'dyp�,;,�{�,�iy,.,��f ?�l�%r%3#:LSD!�r.{,ni:teli�`.r�:fa;'�-<°r•€'fit�e� �;�:i3w`7 L;sr.!l�;-;s`,"%:.}.f:..cll::/,.!i�•.f.=�::;7�5::.�,i.'.i,!•�Sr+.�.t.�il7Yoi�Pr`+a.P.��...3�°2ilfv:r�v4".At,i 4/17/2024 $19,116,00 2 $13,600.00 . _ .. .. �:t� ��'Ei df Total :: t u { rZ`:� rr ,; "INY i City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, March 25, 2025 REFERENCE NO.: **M&C 25-0272 LOG NAME: 60WSSC20WSMACO4-WOODY SUBJECT: (CD 7) Authorize E----"-- —f ---r Ae the Amount of $250,265.22 to a Contract with Woody Contractors, Inc. for the Water and Sanitary Sewer Replacement Contract 2020 WSM-A and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvements Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 4 in the amount of $250,265.22 and an additional 60 calendar days to City Secretary No. 60600, a contract with Woody Contractors, Inc. for the Water and Sanitary Sewer Replacement Contract 2020 WSM-A project for a revised contract amount of $6,694,149.22; and 2. Adopt the attached appr �A�w �_ �aG'�9 0� TA o a a. c---opriations in the Water and Sewer Capital Projects Fund in the amount of $250,266.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2020 WSM-A project (City Project No. 103361) and to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On November 14, 2023, by Mayor and Council Communication (M&C) 23-0983, the City Council authorized a construction contract with Woody Contractors, Inc. in the amount of $6,411,169.00 for Water and Sanitary Sewer Replacement Contract 2020 WSM-A project. The contract was subsequently revised by Change Order No. 1 in the amount of $19,115.00 administratively authorized on May 7, 2024, that provided for the replacement of a storm drain inlet that was encountered during sanitary sewer installation, Change Order No. 2 in the amount of $13,600.00, authorized by M&C 24-1007 on November 19, 2024, that provided for the replacement of a collapsed segment of a 24 inch storm drain line that was encountered during construction, and Change Order No. 3, with a net total of $0.00 after deducts administratively authorized on November 19, 2024, that primarily provided for additional quantities of pulverization and overlay that was needed on the project and the installation of a 4 foot conflict structure around a project sewer main. Change Order No. 4 will allow for the abandonment of a 1,445 linear foot segment of a sewer located on White Settlement Road that is no longer needed due to development activities by Castleberry Independent School District. A new 265 feet sewer segment will divert flow from the aforementioned sewer main. 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: 60WSSC20WSMACO4-WOODY Capital Project Revised FY2025 CIP Budget Change Fund Name Authority FY2025 Appropriations (Increase/Decrease) FY2025 Name Budget W&S 103361 Capital W&S Projects Contract $0.00 This M&C $250,266.00 $250,266.00 Fund 2020 56002 WSM-A Funding is available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose of funding the W&S Contract 2020 WSM-A project within the Water & Sewer Capital Projects Fund. FY2025 - Water PAYGO Appropriations per City Ordinance 27107-09-2024 FY2025 Amended FY2025 PayGo YTD PayGo FY2025 Original (includes any Approved This M&C Remaining Adopted council actions for/Moved to PayGo PayGo subsequent to Capital Projects Balance budget adoption) $92,597,771.00 $92,597,771.00 ($39,693,997.00 ) ($250,266.00) I $52,653,508.00 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for r ,ry " r ' A _�- _ _� _ t ----A--oj--t are as depicted below: Fund Existing Appropriations W&S Capital Projects $6,794,186.00 Fund 56002 Stormwater Capital $13,600.00 Project Fund 52002 General Capital Projects $899,551.00 Fund 30100 (Project Total $7,707,337.00 *Numbers rounded for presentation purposes. Additional Project Total* Appropriations $250,266.00 $7,044,452.00 $0.00 $13,600.00 $0.00 $899,551.00 $250,266.00 $7,957,603.00 Business Equity - Woody Contractors, Inc. agrees to maintain its initial M/WBE commitment of 12 percent that it made on the original contract and extend and maintain that same M/WBE commitment of 12 percent to this Change Order No. 4. Therefore, Woody Contractors, Inc. remains in compliance with the City's M/WBE Ordinance and attests to its 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 / CERTIFICATION: The Director of Finance certifies that funds are available in the Water & Sewer 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&S Contract 2020 WSM-A 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 verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaoer's Office bv: Jesica McEachern (5804) Oriainatina Department Head: Chris Harder (5020) Additional Information Contact: Clayton Torrance (8528) ATTACHMENTS 1. 60WSSC20WSMAC04-WOODY funds availabilitv.pdf (CFWInternal) 2. 60WSSC20WSMAC04-WOODY Undated FID.xlsx (CFW Internal) 3.60WSSC20WSMAC04-WOODY r1.Ddf (Public) 4. APCF Woodypdf (CFW Internal) 5. Form 1295.Ddf (CFW Internal) 6.ORD.APP 60WSSC20WSMAC04-WOODY 56002 A025(r2).docx (Public) 7. PBS CPN 103361.rndf (CFW Internal) 8. SAM.00v search Woodv.docx (CFW Internal) 60WSSC20WSMACO4-WOODY P ID Table 2 56002 0700430 103361 2025 $250,266.00 2 56002 0700430 4956001 103361 001780 9999 ($250,266.00) 1 56002 0700430 5740010 103361 001780 $250,266.00 Pay to Contractor Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. �igiia0e Clayton M. Torrance, P.E. Name of Employee Professional Engineer Title ATTEST: Jannette Goodall City Secretary CSC No. 60600-CO5 FORT WORTH Change Order Request Project Namel Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 160600 Project No.(S)I5600210600430107004301020043115740010 I M&C 1 23-0983 City Pro. No. 1103361 Project Water and Sanitary Sewer Replacements Contract 2020, WSM-A Descriplionl I I Contractor) Woody Contractors, Inc. I Change Order # I 5 I Date: I7114/2025 City Project Mgr. I Clayton Torrance I City Inspector Estevan Castillo Phone Number: 817-392.8528 I Phone Number: 682-263-4793 Dept. Water Unit 1 Sewer Unit 2 Paving Unit 3 Stormwater Unit he 4 Totals contract (Calendar Days) Original Contract Amount $3,541,157.00 $2,076.758.50 $793,253.50 $0.00 $6,411,169.00500 Extras to Date $0.00 $269,380.22 $0.00 $13,600.00 $282,980.22 75 Credits to Date I Pending Change Orders (in M&C Process) I Contract Cost to Date $3,541,157.00 $2,346,138.72 $793,253.50 $13,600.00 $6,694,149.22 575 Amount of Proposed Change Order $0.00 $0.00 $0.00 $0.00 $0,00, Revised Contract Amount $3,541,157.00 $2,346,138.72 $793,253.50 $13,600.00 $6,694,149.22575 Orig. Funds Available for Change Orders $106,235.00 $62,303.00 $39,663.50 $0.00 $208,201.50 Remaining Funds Available for this CO $106,235.00 $39,663.50 $0.00 I Additional Funding (if necessary) I CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 4.41%1 $8,013,961.25 JUSTIFICATION-(REASONS)!FOR'CHANGE ORDER Change Order No. 5 will allow for the removal and replacement of the liner (for an existing sanitary sewer manhole) that had to be replaced in order to connect a project sanitary sewer main. '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. ConorsCoPnyNarie.— jI-w— Conira eWoodContractors, WodyI ntL�9+lrsi9pa r�:� a D.,ate ffaraor h 0i1pher Har �)Ju118 2516:46 CDT) T.S. �� ✓`� - Sen r As istant City Attorney Assistant Cit Manager j D u [l,, Black Ju 122, 202517:55 CDT) M&C Number NIA M&C Date Approved 7-15-25 07/24/202E NIA FORT WORTH_ City of Fort Worth Change Order Additions Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 60600 Project No.(s) 56002/0600430/070043010200431/5740010 j DOE No. 23 09 City Pro. No. 103361 Project Water and Sanitary Sewer Replacements Contract 2020, WSM-A I Description Contractor j Woody Contractors, Inc. Change Order # �.J Date: 1 7/1412025 City Project Mgr. Clayton Torrance City Inspector I Estevan Castillo ADDITIONS I I tM UtSI;KIY I IUN DEPT 105 R & R EPDXY MH LINER INC.1 ABRASIVE BLAST AND 250 MIL EPDXY LINER Sewer Unit 2 Page 1 of 1 Qty Unit Unit Cost Total 12.0 VF $775.00 $9,300.00 Water Unit 1 (Sewer Unit 2 $9,300.00 (Paving Unit 3 IStormwater Unit 4 Additions Sub Total $9,300.00 F" ar WO RT H City of Fort Worth Change Order Deletions Project Name I Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. 60600 Project No.(s) 56002/0600430/0700430/0200431/5740010 DOE No. 1 23-0983 City Pro. No. 103361 Project Description I Water and Sanitary Sewer Replacements Contract 2020, WSM-A I Contractor Woody Contractors, Inc. Change Order # Date I 7114/2025 I City Project Mgr. Clayton Torrance City Inspector I Estevan Castillo ITEM DESCRIPTION 81 9999.0003 Sanitary Sewer Construction Allowance DELETIONS DEPT City Unit Unit Cost Total Sewer Unit 2 0.093000 I-S $100,000.00 $9,300.00 Page 1 of 1 Water Unit 1 ,Sewer Unit 2 $9,300.00 Paving Unit 3 �Stormwater Unit 4 Deletions Sub Total $9,300.00 MMBE Breakdown for this Change Order -N - m mommm", ham"N"Nomm" R , " �w. "n's, m ms. ba. pus, Total Previous Change Orders -MA 00.42,0110001 1 411712024 $19,115A0 2 12119/2024 $13,600.00 3 11/19/2024 $0.00 4 4114/2025 $250,265.22 IS , M"" - '10118 Total 7/14/2025 Water & Sanitary Sewer Replacements Contract 2020, WSM-A CSC: 60600 CPN:103361 Change Order 5 Notes Staff has reviewed the requested prices and addition to calendar days and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Clayton M. Torrance, P.E. Name of Employee Professional Engineer Title ATTEST: A .,liaa� Jannette Goodall City Secretary FORT WORTH, City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Woody Contractors, Inc. Subject of the Agreement: M&C Approved by the Council? * Yes ❑ No 0 If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 0 No ❑ 60600 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 0 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 0 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No 0 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 103361 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 0 No ❑ Contracts need to be routed for CSO processing in the following 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. CSC No. 60600-CO6 FORT W owrH Change Order Request Project NamelWater and Sanitary Sewer Replacements Contract 2020, WSM-A i City Sec No. 160600 Project No.(s)15600210600430107004301020043115740010 f M&C 1 23-0983 City Pro. No. 1103361 Project) Water and Sanitary Sewer Replacements Contract 2020, WSM-A Description Contractor Woody Contractors, Inc. Change Order # 6 Date: 19/26/2025 City Project Mgr.J Clayton Torrance City Inspector Estevan Castillo Phone Number:1 817-392-8528 Phone Number: 682-263A793 Dept. Water Unit 1 Sewer Unit 2 Paving Unit 3 Stormwater Unit 4 Totals contract Time (colandar Days) Original Contract Amount $3,541,157.00 $2,076,758.50 $793,253.50 $0.00 $6,411,169.00 500 Extras to Dale $0.00 $269,380.22 $0.00 $13,600.00 $282.980.22 75 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Dale $3,541,157.00 $2,346,138.72 $793,253.50 $13,600.00 $6,694.149.22 575 'Amount of Proposed Change Order $0.00 $65,708.00 $0.00 $0.00 $65,708.00 035 Revised Contract Amount $3,541,157.00 $2,411,846.72 $793,253.50 $13,600.00 $6,759.857.22 610 Orig. Funds Available for Change Orders $106,235.00 $62,303.00 $39,663.50 $0.00 $208.201.50 Remaining Funds Available for this CO $106,235.00 $39,663.50 $0.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 4.410% $6,013,961,25� JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No. 6 will allow for the removal and replacement of approximately 107 LF of Ductile Iron Sanitary Sewer Pipe with CLSM backfill and the installation of 3 Manholes with concrete collar to resolve a conflict with the existing storm drain pipe at West Dickson Street and Hemphill Avenue. This change order will address Water Department assets that were encountered during execution of a work order on a miscellaneous TPW Storm Water Contract. Staff concurs with the contractors request for 35 additonal days on the project. 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. Contractors Company Name Contractor I Name Contfactor Signature Date, Woody Contractors, Inc. Troy Woody I Inspector Project Manager Date F" h rAIIJ '"4- 9916 _ I % �-� 9/26/25 Director (Water Dept) IJtol�Gt2` h`Gf�alBr Cons ion Supervisot6TPW Dept) T. S. l) tires Date I ,�.���T lG✓Z' Sl nl r As istant Cit Attorne Se y Assistant City Manager' ' Y rI�ction � Date Do a etas l3-k 1�2513. 25. 10 CDIi E��� 1--� L 0 2.l 20Z M&C Number NIA (if required) M&C Date Approved NIA FOax WCiR'TH City of Fort Worth Change Order Additions Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. j 60600 Project No.(s) 56002/0600430/0700430/0200431/5740010 DOE No. 23 09 City Pro. No. 103361 Project Water and Sanitary Sewer Replacements Contract 2020, WSM-A Description I Contractor Woody Contractors, Inc. Change Order # © Date: 1 9/26/2025 City Project Mgr. Clayton Torrance City Inspector Estevan Castillo ADDITIUN5 IItM UESUKIPIIUN DEPT Qty Unit 'Unit Cost Total Sewer Unit 2 LF $13.00 $1,391.00 34 Trench Safety 107.0 2 8" DIP Sewer Pipe, CLSM Backfill - Replace in Same Trench Sewer Unit 2 107.0 LF $303.00 $32,421.00 24 4' Manhole Sewer Unit 2 1.0 EA $12,000.00 $12,000.00 33 Concrete Collar for Manhole Sewer Unit 2 1.0 EA $2.500.00 $2,500.00 28 Connect to existing Manhole Sewer Unit 2 1.0 EA $4,800.00 $4,800.00 106 Remove Conc Pvmt Water Unit 1 50.0 SY $23.00 $1,150.00 7 8" WL Lowering Water Unit 1 1.0 EA $12,300.00 $12,300.00 24 4' Manhole Sewer Unit 2 2.00 EA $8,000.00 $16,000.00 3 8" DIP Sewer Pipe Sewer Unit 2 20.0 LF $208.00 $4,160.00 107 Cut in Special 5.66'X9' Conflict Box (50/50) Sewer Unit 2 0.5 EA $24,800.00 $12,400.00 Water Unit 1 $13,450.00 Sewer Unit 2 $85,672.00 Paving Unit 3 Stormwater Unit 4 Additions Sub Total $99,122.00 Page 1 of 1 FORT WORTH City of Fort Worth Change Order Deletions Project Name Water and Sanitary Sewer Replacements Contract 2020, WSM-A City Sec No. ' 60600 Project No.(s) 56002/0600430/0700430/0200431/5740010 DOE No. 1 23-0983 City Pro. No. 103361 Project Description Water and Sanitary Sewer Replacements Contract 2020, WSM-A Contractor Woody Contractors, Inc. Change Order #© Date 9/26/2025 City Project Mgr, Clayton Torrance City Inspector I Estevan Castillo DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 81 9999.0003 Sanitary Sewer Construction Allowance Sewer Unit 2 0.199640 LS $100,000.00 $19,964.00 63 9999.0003 Water Construction Allowance Water Unit 1 0.067250 LS $200,000.00 $13,450.00 Water Unit 1 $13,450.00 (Sewer Unit 2 $19,964.00 Paving Unit 3 IStormwater Unit 4 (Deletions Sub Total $33,414.00 Page 1 of 1 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. Sigia�ui .ffire c Clayton M. Torrance, P.E. Name of Employee Professional Engineer Title ATTEST: Jannette Goodall City Secretary FORT WORTH 0040 TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Water and Sanitary Sewer Replacements Contract 2020 WSM A CITY PROJECT NUMBER: 103361 WATER PIPE LAID SIZE TYPE OF PIPE Yes 8 inch PVC Yes 8 Inc DIP Yes 6 Inch PVC LF FIRE HYDRANTS: 14 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: N/A 1,486 6,578 190 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8 Inch CLSM PVC 178 Yes 8 Inch DIP 45 Yes 8 Inch DIP with coating 558 Yes 8 inch PVC 1503 Yes 6 Inch PVC 10 Yes 6 to 8 Inch Enl PVC 752 Yes 6 Inch CIPP 700 Yes 6 inch pint repari PVC 100 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: N/A TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 9, 2025 Woody's Contractors, Inc. 650 Tower Drive Kenedale, Texas 76060 RE: Acceptance Letter Project Name: Water and Sanitary Sewer Replacements Contract 2020 WSM A Project Type: Water and Sewer City Project No.: 103361 To Whom It May Concern: On July 24, 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 August 28, 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 August 28, 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- 392-8528. Sincerely, Clayton Torrance, Project Manager KC, Preeti, Program Manager P,a,11 Kc Cc: Estevan Castillo, Inspector Mike Glover, Inspection Supervisor Cristobal Fuentes, Senior Inspector KC Preeti, Program Manager Visintainer Engineering, PLLC, Consultant Woody Contractors, Inc., Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF OWNER ❑ SURETY COMPANY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Bond No. K40202067 PROJECT: Water and Sanitary Sewer Replacements Contract 2020, WSM-A, City Project No. 103361 (name, address) Fort Worth, TX TO (Owner) City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 I� CONTRACTOR: Woody Contractors, Inc. ARCHITECTS PROJECT NO: CONTRACT FOR: --] CONTRACT DATE: November 14, 2023 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 (here insert name and address of Contractor) Woody Contractors, Inc. 650 Tower Drive ,CONTRACTOR, Kennedale, TX 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 Fort Worth Trail , OWNER, Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this Attest: (Seal): 15th day of July , 2025 VIGILANT INSURANCE COMPANY Surety Company B "' . -� N Signature of uthorized Representative Elizabeth Grav Title Attorney —in —Fact Note: This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition CZ 1`1 U B E3 " Power of Attorney Federal Insurance Company J Vigilant Insurruice Company I .Padfle Jademnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas-_.--_-.-_._--------------------------------------------•------------------ ------------------- each as their true, and lawful Attorney -in -Pact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed In the course of business, and any Instruments aluending or alleringthe same, and consents to the moditkallon or alteration of any Instrument referred to In said bonds orobligattons. In Witness Whereof, said FEDERAL 1NSURANCB COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these Presents and affixed their corporate seals on this 160 day OfSeptember, 2019, IUVAI At t;hkrr•crt. ,lcu:ttnr)1'+err�'laa)" STATE OF NEWJRRSBY County of f-unterdon S((S.lhen :\l. I tin cl., VW I'mNIA111 'Vd M� �� • � On this lbw day of September, 2019, before me, a Notary Public of Newjeisey, personally carte Dawn M, Chloros, tome known to be Assistant Secretary ofFRDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and FACING INDEMNITY COMPANY, the Companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by nm duly sworn, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC, INDEMNITY COMPANY and knows the corporate seals thereof, that the seals atilxed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies, and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she Is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Raney, subscribed to said Power of Attorney Is In the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority ofsald Companies andin deponenCs presence. Notarial Seal K4rH9R)NrzJ. ADLaLAAR. a NOTAAY POOL10 orNeil✓.IeMrzY No.2S18etia00111M a9lan 4TxprtQ%July 1a, 2024 19ryMd Itr CERTIFICATION Resolutions adopted by the Hoards of Directors or'FRDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August30, 2016, "ItILSOIXED,thatthefollowingauthorizatlonsrelawtotheexecutlon,farandonbehalfofthoCompany,ofbunds,undertaklrog remgnlzances, contracts and otherwduencommitmentsoftheCompany entered into In the ordlnaty course orbusioess (each a "Written comni urient): (I) Hach of the ChOrloan, the President and tile, vice Presidents of the Companylvhereby, authorized toexecuteany WrIttenCommitment fnr arid onbehalfof the Compuny,under the seal of the Company or otherwise. (2) Eadi duly appointed attorneyin-fact orthe Company Is hereby authnriyed to execute any Written Commitment for anti on behalrof the Company, under the seal of the Comparlw or otherwise, to tile extent ttatsuoh action Isauthorized by thegrant ofpowers provldtvl for• In such person's writtehrappolulment as a ichatorney4ft fact, (3) Endh of the Clullmoo, the President and the Vice Presidents of tile Company Is hereby authorized, far and on belralroftheCompany, toappolntinwriting any person the altmney, Intact of the Company whit fill[ power arid authority toewcute, for and en behalf'of the Company. under the seal oftheCompany orothervise,such Written Wmrnimrenisofthe Company as may bespecilledlnsuc) WdRenappofntment,whlcbspildflaulanmay bebygeneral type orclass of Written Commitments or byspecifleation or one or more particular Written Coanmitrnents. (4) Bach of the Chairman, the President and the Vice Presidents of the company is herebyauthorized,for and orbehalf ofthe company, to delegate ill wt9tingtoany other officer ofthe Company the authority to execute, for and on behalf of the Company, under the Conwany's seal or otherwise, such Written Contminnants ofthe Company as urespeclfied In such wrlitandelegulon,ivlilcbspeciflot[on ruay be by general type or class or Written Commitments or by spec[neatlunofoneormoneparticularWrlttenCmmnitmelta, (5) 'tile signatureofanyonlcerorotherpersonexecutinganyWritenCommitmentorappointmentordelegadonpursuanttothisResolution,andthescaloftheCompany,maybeaffixedby Parslrrnlle on such Written Commitment or written appointment or delegation. kURrHBRRBSOLVEO, that the foregoing Resoluton shall not be deemed to be all exclusive statement oftbe powers and authority ofollicers, employees and other persons to 4ct lbr arid on behatfof [lie Company, and such Resohulon shall not limit or otherwise affect the exercise orally such power or authority otherwise validly granted or vested.` 1, Dawn M. Chloros, Assistant Secretary of PRDERAL INSURANCE COMPANY, VIGILANT INSURANCE, COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companles") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in fall force and effect, (11) the foregoing Pother of Attorney Is true, correct and In full force and effect. Given under iny hand and seals ofsald Companies at Whitehouse Station, NJ, this 15th fray of .July, 2025. l"slvtn yl(hhxth„L�sttlaru5errcua¢, IN 111E 9VErfr YOU WWI TO VLRIPY THB AUrHBNTiCITY Or'I'HIS 80141) OR NOTIVY US OV ANY OTHER MATTER, PLEASE CONTACT US Nrs Telephone (908)903.349$- FaX008)903.3666 • e-ntathsutetv@chubbcom FED. V10-1oI (rev. 00.16) 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; Water & SS Replacement Contract 2020 WSM-A-CPN-103361 BY Troy Woody Subscribed and sworn before me on this date 91h of December, 2025. Notary P lic Tarrant, Texas 'qj!' : Via, LU2 A RAVELO Ir°o Notary Public, State of Taxes •� •= My Commission Expires April 29, 2027 NOTARY ID 12860410-0