Loading...
HomeMy WebLinkAbout061025-FP1 - Construction-Related - Contract - R & D Burns Brothers, Inc.FORT WORTH. WATER DEPARTMENT -FP1 NOTICE OF PROJECT COMPLETION City Secretary No: 61025 Date Received: 01/09/2026 City Project No: 102784 Regarding contract 61025 Sanitary Sewer Rehabilitation Contract 111 for as required by the Water Department as approved by City Council on 12/12/23 through M&C 23-1076 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: $5,240,739.00 Days 200 Amount of Approved Change Orders: $846,252.25 No 4 Days Added by CO 235 Revised Contract Amount: $6,086,991.25 Total Days 435 Total Cost of Work Completed: $5,002,697.61 Days Charged 435 Less Deductions: Liquidated Damages: Days @ /Day = $0.00 Asphalt Penalty: ($2,467.14) Total Deduction Amount: ($2,467.14) Total Cost of Work Completed: $5,002,697.61 Less Previous Payments: ($4,752,562.63) Final Payment Due: $247,667.84 12/24/2025 Recommended for Acceptance Date Assistant Director, Water Department Christopher r&r1f 2,20250650.14 CST; Accepted Date Director, Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX R12/16/2025 Burns Item # Description Unit 1.001 3311.0261 8" PVC Water Unit 1.002 3311.0161 6" PVC Water Pipe Unit 1.003 3312.3002 6" Gate Valve Unit 1.004 3312.3003 8" Gate Valve Unit 1.005 3312.2003 1" Water Service Unit 1.006 3312.2001 1" Water Service, Meter Reconnection Unit 1.007 3312.2103 1 1/2" Water Service Unit 1.008 3312.2101 1 1/2" Water Service, Meter Reconnection Unit 1.009 3312.2203 2" Water Service Unit 1.010 3312.2201 2" Water Service, Meter Reconnection Unit 1.011 3312.2004 1" Private Water Service Unit 1.012 0241.1512 Salvage 1" Water Meter Unit 1.013 0241.1513 Salvage 1 1/2" Water Meter Unit 1.014 0241.1514 Salvage 2" Water Meter Unit 1.015 3312.0001 Fire Hydrant Unit 1.016 0241.1510 Salvage Fire Hydrant Unit 1.017 0241.1218 4"-12" Water Abandonment Plug Unit 1.018 0241.1402 Salvage 6" Water Valve Unit 1.019 0241.1403 Salvage 8" Water Valve Unit 1.020 3305.0003 8" Waterline Lowering Unit 1.021 3311.0001 Ductile Iron Water Fittings w/ Restraint Unit 1.022 3305.0103 Exploratory Excavation of Existing Utilities Unit 1.023 3312.0117 Connection to Existing 4"-12" Water Main Unit 1.024 3201.0614 Conc Pvmt Repair, Residential Unit 1.025 3201.0400 Temporary Asphalt Paving Repair Unit 1.026 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential Unit 1.027 3211.33 Cem-Lime Stabilization (a) 32 Lbs/SY (50/50) Unit 1.028 241.17 11-Inch Pavement Pulverization (50/50) Unit 1.029 3212.0302 3-inch Surface Course Asphalt Pvmt Type "D" (50/50) Unit 1.030 3305.0207 Imported Embedment/Backfill, Select Fill Unit 1.031 3305.0202 Imported Embedment/Backfill, CSS Unit 1.032 241.0401 Remove Existing Concrete Driveway (50/50) Unit 1.033 3213.0401 6" Concrete Driveway (50/50) Unit 1.034 210.14 Remove Existing Concrete Valley Gutter (50/50) Unit 1.035 3216.0301 9" Conc Valley Gutter, Residential (50/50) Unit 1.036 3216.0101 6" Conc Curb and Gutter (50/50) Unit 1.037 241.13 Remove Existing Concrete Curb and Gutter (50/50) Unit 1.038 3201.0400 Temporary Asphalt Paving Repair Unit 1.039 4" PVC underdrain pipe Unit 1.040 4" Solid White Thermoplastic Hot Applied spray (HAS) Lane (50/50) Unit 1.041 3123.0101 Unclassified Street Excavation (50/50) Unit 1.042 3305.0108 Utility Adjustment (50/50) Unit 1.043 3291.0100 Topsoil (50/50) Unit 1.044 3212.0404 HMAC Transition (50/50) Unit 1.045 3292.0100 Block Sod Placement (50/50) Unit 1.046 3305.0109 Trench Safety Unit 1.047 3217.5001 Curb Address Painting (50/50) Unit 1.048 3304.0101 2" Temporary Water Services Unit 1.049 Water Valve Box Adjustment with Concrete Collar Unit 1.050 0171.0101 Construction Staking Unit 1.051 0171.0102 As -Built Survey Unit 1.052 9999.0003 Remove and Replace Inlet Top (50/50) Unit 1.053 3471.0001 Traffic Control Unit 1.054 * 9999.0002 Water Construction Allowance CPN# 102784 - CSC# 61025 UoM Unit Cost Org Qty Original Contract Revised Qty Revised Contact Completed Qty Work Completed Retainage Payments to Date LF $ 140.00 1,607.00 $ 224,980.00 2,009.00 $ 281,260.00 2,079.00 $ 291,060.00 $ 14,553.00 $ 276,507.00 LF $ 130.00 49.00 $ 6,370.00 71.00 $ 9,230.00 79.00 $ 10,270.00 $ 513.50 $ 9,756.50 EA $ 3,000.00 2.00 $ 6,000.00 4.00 $ 12,000.00 6.00 $ 18,000.00 $ 900.00 $ 17,100.00 EA $ 4,000.00 6.00 $ 24,000.00 8.00 $ 32,000.00 12.00 $ 48,000.00 $ 2,400.00 $ 45,600.00 EA $ 3,000.00 21.00 $ 63,000.00 26.00 $ 78,000.00 26.00 $ 78,000.00 $ 3,900.00 $ 74,100.00 EA $ 500.00 21.00 $ 10,500.00 26.00 $ 13,000.00 25.00 $ 12,500.00 $ 625.00 $ 11,875.00 EA $ 6,000.00 2.00 $ 12,000.00 2.00 $ 12,000.00 2.00 $ 12,000.00 $ 600.00 $ 11,400.00 EA $ 1,500.00 2.00 $ 3,000.00 2.00 $ 3,000.00 2.00 $ 3,000.00 $ 150.00 $ 2,850.00 EA $ 7,500.00 1.00 $ 7,500.00 1.00 $ 7,500.00 1.00 $ 7,500.00 $ 375.00 $ 7,125.00 EA $ 1,500.00 1.00 $ 1,500.00 1.00 $ 1,500.00 1.00 $ 1,500.00 $ 75.00 $ 1,425.00 LF $ 100.00 10.00 $ 1,000.00 10.00 $ 1,000.00 - $ - $ - $ - EA $ 200.00 21.00 $ 4,200.00 26.00 $ 5,200.00 27.00 $ 5,400.00 $ 270.00 $ 5,130.00 EA $ 500.00 2.00 $ 1,000.00 2.00 $ 1,000.00 2.00 $ 1,000.00 $ 50.00 $ 950.00 EA $ 500.00 1.00 $ 500.00 1.00 $ 500.00 1.00 $ 500.00 $ 25.00 $ 475.00 EA $ 9,000.00 2.00 $ 18,000.00 4.00 $ 36,000.00 5.00 $ 45,000.00 $ 2,250.00 $ 42,750.00 EA $ 1,500.00 2.00 $ 3,000.00 4.00 $ 6,000.00 4.00 $ 6,000.00 $ 300.00 $ 5,700.00 EA $ 1,000.00 1.00 $ 1,000.00 1.00 $ 1,000.00 - $ - $ - $ - EA $ 500.00 6.00 $ 3,000.00 8.00 $ 4,000.00 11.00 $ 5,500.00 $ 275.00 $ 5,225.00 EA $ 500.00 6.00 $ 3,000.00 8.00 $ 4,000.00 - $ - $ - $ - EA $ 14,000.00 1.00 $ 14,000.00 1.00 $ 14,000.00 3.00 $ 42,000.00 $ 2,100.00 $ 39,900.00 TON $ 12,500.00 1.00 $ 12,500.00 1.00 $ 12,500.00 1.00 $ 12,500.00 $ 625.00 $ 11,875.00 EA $ 2,000.00 5.00 $ 10,000.00 5.00 $ 10,000.00 5.00 $ 10,000.00 $ 500.00 $ 9,500.00 EA $ 5,000.00 6.00 $ 30,000.00 8.00 $ 40,000.00 9.00 $ 45,000.00 $ 2,250.00 $ 42,750.00 SY $ 350.00 310.00 $ 108,500.00 310.00 $ 108,500.00 42.82 $ 14,987.00 $ 749.35 $ 14,237.65 LF $ 40.00 2,700.00 $ 108,000.00 3,375.00 $ 135,000.00 2,700.00 $ 108,000.00 $ 5,400.00 $ 102,600.00 SY $ 200.00 20.00 $ 4,000.00 20.00 $ 4,000.00 - $ - $ - $ - TN $ 475.00 37.00 $ 17,575.00 52.00 $ 24,700.00 52.63 $ 24,999.25 $ 1,249.96 $ 23,749.29 SY $ 12.75 2,300.00 $ 29,325.00 2,875.00 $ 36,656.25 2,874.10 $ 36,644.78 $ 1,832.23 $ 34,812.55 SY $ 34.00 2,300.00 $ 78,200.00 2,875.00 $ 97,750.00 2,874.10 $ 97,719.40 $ 4,885.98 $ 92,833.42 CY $ 150.00 200.00 $ 30,000.00 200.00 $ 30,000.00 - $ - $ - $ - CY $ 250.00 200.00 $ 50,000.00 200.00 $ 50,000.00 - $ - $ - $ - SF $ 8.00 625.00 $ 5,000.00 625.00 $ 5,000.00 1,158.19 $ 9,265.52 $ 463.28 $ 8,802.24 SF $ 30.00 625.00 $ 18,750.00 625.00 $ 18,750.00 1,158.19 $ 34,745.70 $ 1,737.29 $ 33,008.41 SF $ 35.00 50.00 $ 1,750.00 50.00 $ 1,750.00 13.23 $ 463.05 $ 23.15 $ 439.90 SY $ 275.00 50.00 $ 13,750.00 50.00 $ 13,750.00 13.23 $ 3,638.25 $ 181.91 $ 3,456.34 LF $ 145.00 700.00 $ 101,500.00 700.00 $ 101,500.00 243.01 $ 35,236.45 $ 1,761.83 $ 33,474.62 LF $ 15.00 700.00 $ 10,500.00 700.00 $ 10,500.00 243.01 $ 3,645.15 $ 182.26 $ 3,462.89 LF $ 40.00 2,700.00 $ 108,000.00 2,700.00 $ 108,000.00 - $ - $ - $ - LF $ 200.00 25.00 $ 5,000.00 25.00 $ 5,000.00 $ $ $ LF $ 200.00 25.00 $ 5,000.00 25.00 $ 5,000.00 $ $ $ CY $ 45.00 37.00 $ 1,665.00 37.00 $ 1,665.00 $ $ $ LS $ 5,000.00 1.00 $ 5,000.00 1.00 $ 5,000.00 $ $ $ CY $ 200.00 37.00 $ 7,400.00 37.00 $ 7,400.00 $ $ $ TN $ 190.00 15.00 $ 2,850.00 15.00 $ 2,850.00 $ $ $ - SY $ 30.00 275.00 $ 8,250.00 275.00 $ 8,250.00 271.51 $ 8,145.30 $ 407.27 $ 7,738.03 LF $ 2.00 100.00 $ 200.00 100.00 $ 200.00 - $ - $ - $ - EA $ 250.00 5.00 $ 1,250.00 5.00 $ 1,250.00 3.00 $ 750.00 $ 37.50 $ 712.50 LS $175,000.00 1.00 $ 175,000.00 1.00 $ 175,000.00 1.00 $ 175,000.00 $ 8,750.00 $ 166,250.00 EA $ 1,250.00 8.00 $ 10,000.00 8.00 $ 10,000.00 17.00 $ 21,250.00 $ 1,062.50 $ 20,187.50 LS $ 5,500.00 1.00 $ 5,500.00 1.00 $ 5,500.00 1.00 $ 5,500.00 $ 275.00 $ 5,225.00 LS $ 7,500.00 1.00 $ 7,500.00 1.00 $ 7,500.00 1.00 $ 7,500.00 $ 375.00 $ 7,125.00 EA $ 10,000.00 1.00 $ 10,000.00 1.00 $ 10,000.00 - $ - $ - $ - MO $ 6,000.00 2.00 $ 12,000.00 5.00 $ 30,000.00 3.00 $ 18,000.00 $ 900.00 $ 17,100.00 $ 60,000.00 $ 30,754.80 $ - $ - $ - 1/4 12/16/2025 R12/16/2025 Burns Item # Description UoM Unit Cost Org Qty Original Contract Revised Qty Revised Contact Completed Qty Work Completed Retainage Payments to Date Unit 1.055 8-inch PVC Water (with adjusted unit price since the original LF $ 110.00 $ 1,315.00 $ 144,650.00 1,296.00 $ 142,560.00 $ 7,128.00 $ 135,432.00 quanitiy is exceeded by more than 25%) (CO#2) Unit 1.056 1-inch Water Service (with adjusted unit price since the EA $ 2,700.00 $ 45.00 $ 121,500.00 44.00 $ 118,800.00 $ 5,940.00 $ 112,860.00 original quanitity is exceeded by more than 25%) (CO#2) Unit 1.057 Salvage 1-inch Water Meter (with adjusted unit price since the EA $ 400.00 $ 45.00 $ 18,000.00 43.00 $ 17,200.00 $ 860.00 $ 16,340.00 original quantity is exceeded by more than 25%) (CO#2) Unit 1.058 Salvage 1-inch Water Meter (with adjusted unit price since the EA $ 100.00 $ 45.00 $ 4,500.00 43.00 $ 4,300.00 $ 215.00 $ 4,085.00 original quantity is exceeded by more than 25%) (CO#2) Unit 1.059 Temporary Asphalt Repair (with adjusted unit price since LF $ 38.00 $ 1,742.00 $ 66,196.00 1,529.00 $ 58,102.00 $ 2,905.10 $ 55,196.90 original quantity is exceed by more than 25%) (CO#2) Unit 1.060 11-inch Pavement Pulverization (with adjusted unit price since SF $ 12.00 $ 725.00 $ 8,700.00 877.00 $ 10,524.00 $ 526.20 $ 9,997.80 the original quantity is exceeded by more than 25%) (CO#2) Unit 1.061 3-inch Surface Course Asphalt Pvmt (with adjusted unit prices LF $ 32.00 $ 725.00 $ 23,200.00 877.00 $ 28,064.00 $ 1,403.20 $ 26,660.80 since the original quantity is exceeded by more than 25%) (CO#2) Unit 1.062 2-inch Temporary Water Service (Additional) (CO#2) LS $ 85,000.00 $ 1.00 $ 85,000.00 1.00 $ 85,000.00 $ 4,250.00 $ 80,750.00 Unit 1.063 6" PVC Pipe Underdrain LF $ 55.00 $ 340.00 $ 18,700.00 340.00 $ 18,700.00 $ 935.00 $ 17,765.00 Unit 1.064 Cement Stabilization (8") SY $ 6.40 $ 843.00 $ 5,395.20 843.00 $ 5,395.20 $ 269.76 $ 5,125.44 Unit 1.065 Cement (Dry) 0_ 26 LB/SY - CO 3 TN $ 400.00 $ 11.00 $ 4,400.00 11.00 $ 4,400.00 $ 220.00 $ 4,180.00 Unit 1.066 Connect to existing Storm Drain Inlet EA $ 750.00 $ - 1.00 $ 750.00 1.00 $ 750.00 $ 37.50 $ 712.50 Unit 2.001 3331.4115 12" PVC SDR-26 Sewer Pipe LF $ 200.00 595.00 $ 119,000.00 327.00 $ 65,400.00 360.00 $ 72,000.00 $ 3,600.00 $ 68,400.00 Unit 2.002 3331.4115 10" PVC SDR-26 Sewer Pipe LF $ 190.00 300.00 $ 57,000.00 375.00 $ 71,250.00 297.00 $ 56,430.00 $ 2,821.50 $ 53,608.50 Unit 2.003 3331.4115 8" PVC SDR-26 Sewer Pipe LF $ 185.00 3,310.00 $ 612,350.00 3,310.00 $ 612,350.00 3,313.00 $ 612,905.00 $ 30,645.25 $ 582,259.75 Unit 2.004 3331.4119 8" DIP Sewer Pipe with Protecto 401 coating LF $ 235.00 42.00 $ 9,870.00 42.00 $ 9,870.00 41.00 $ 9,635.00 $ 481.75 $ 9,153.25 Unit 2.005 8" DIP Pipe by Hand Tunneling LF $ 1,350.00 185.00 $ 249,750.00 185.00 $ 249,750.00 185.00 $ 249,750.00 $ 12,487.50 $ 237,262.50 Unit 2.006 3331.1102 8" to 10" Pipe Enlargement LF $ 175.00 780.00 $ 136,500.00 - $ - - $ - $ - $ - Unit 2.007 3331.0102 6" Sewer Pipe, Point Repair LF $ 300.00 50.00 $ 15,000.00 50.00 $ 15,000.00 50.00 $ 15,000.00 $ 750.00 $ 14,250.00 Unit 2.008 9999.0003 Manhole Adjustment, Major w/ Cone, Ring, EA $ 6,000.00 2.00 $ 12,000.00 2.00 $ 12,000.00 1.00 $ 6,000.00 $ 300.00 $ 5,700.00 Frame, & Cover Unit 2.009 3305.0107 Manhole Adjustment, Minor EA $ 4,000.00 2.00 $ 8,000.00 2.00 $ 8,000.00 - $ - $ - $ - Unit 2.010 3301.0101 Manhole Vacuum Testing EA $ 500.00 40.00 $ 20,000.00 40.00 $ 20,000.00 35.00 $ 17,500.00 $ 875.00 $ 16,625.00 Unit 2.011 3305.0103 Exploratory Excavation of Existing Utilities EA $ 2,000.00 2.00 $ 4,000.00 2.00 $ 4,000.00 3.00 $ 6,000.00 $ 300.00 $ 5,700.00 Unit 2.012 3301.0001 Pre -CCTV Inspection LF $ 10.00 1,285.00 $ 12,850.00 1,285.00 $ 12,850.00 1,285.00 $ 12,850.00 $ 642.50 $ 12,207.50 Unit 2.013 3301.0002 Post -CCTV Inspection LF $ 10.00 4,560.00 $ 45,600.00 4,560.00 $ 45,600.00 4,904.00 $ 49,040.00 $ 2,452.00 $ 46,588.00 Unit 2.014 3305.0109 Trench Safety LF $ 2.00 4,372.00 $ 8,744.00 5,152.00 $ 10,304.00 4,855.00 $ 9,710.00 $ 485.50 $ 9,224.50 Unit 2.015 3305.0112 Concrete Collar EA $ 2,500.00 40.00 $ 100,000.00 40.00 $ 100,000.00 35.00 $ 87,500.00 $ 4,375.00 $ 83,125.00 Unit 2.016 3339.1001 4' Sewer Manhole EA $ 11,000.00 37.00 $ 407,000.00 37.00 $ 407,000.00 31.00 $ 341,000.00 $ 17,050.00 $ 323,950.00 Unit 2.017 Shallow Manhole EA $ 10,000.00 1.00 $ 10,000.00 1.00 $ 10,000.00 1.00 $ 10,000.00 $ 500.00 $ 9,500.00 Unit 2.018 Drop Manhole EA $ 14,000.00 2.00 $ 28,000.00 3.00 $ 42,000.00 4.00 $ 56,000.00 $ 2,800.00 $ 53,200.00 Unit 2.019 3339.1003 4' Extra Depth Manhole VF $ 500.00 78.00 $ 39,000.00 78.00 $ 39,000.00 93.00 $ 46,500.00 $ 2,325.00 $ 44,175.00 Unit 2.020 Corrossion Protection VF $ 625.00 166.00 $ 103,750.00 166.00 $ 103,750.00 171.00 $ 106,875.00 $ 5,343.75 $ 101,531.25 Unit 2.021 0241.2201 Remove 4' Sewer Manhole EA $ 1,250.00 26.00 $ 32,500.00 26.00 $ 32,500.00 21.00 $ 26,250.00 $ 1,312.50 $ 24,937.50 Unit 2.022 Utility Adjustment (50/50) LS $ 5,000.00 1.00 $ 5,000.00 1.00 $ 5,000.00 0.69 $ 3,435.00 $ 171.75 $ 3,263.25 Unit 2.023 3331.3101 4" Sewer Service w/ 2-Way Cleanout EA $ 3,000.00 75.00 $ 225,000.00 75.00 $ 225,000.00 74.00 $ 222,000.00 $ 11,100.00 $ 210,900.00 Unit 2.024 3331.1201 Service Reinstatement, Pipe Enlargement W/ 2- EA $ 2,250.00 15.00 $ 33,750.00 4.00 $ 9,000.00 4.00 $ 9,000.00 $ 450.00 $ 8,550.00 way cleanout Unit 2.025 3201.0113 5' Wide Asphalt Pavmnt Repair, Residential w/ LF $ 250.00 20.00 $ 5,000.00 20.00 $ 5,000.00 279.50 $ 69,875.00 $ 3,493.75 $ 66,381.25 2:27 Conc Base Unit 2.026 3201.0614 Conc Pvmt Repair, Residential SY $ 350.00 310.00 $ 108,500.00 310.00 $ 108,500.00 42.82 $ 14,987.00 $ 749.35 $ 14,237.65 Unit 2.027 3201.0400 Temporary Asphalt Paving Repair LF $ 40.00 2,700.00 $ 108,000.00 2,700.00 $ 108,000.00 3,378.00 $ 135,120.00 $ 6,756.00 $ 128,364.00 Unit 2.028 4" PVC underdrain pipe LF $ 150.00 25.00 $ 3,750.00 25.00 $ 3,750.00 - $ - $ - $ - Unit 2.029 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, SY $ 200.00 90.00 $ 18,000.00 90.00 $ 18,000.00 - $ - $ - $ - Residential Unit 2.030 3211.33 Cem-Lime Stabilization 0_ 32 Lbs/SY (50/50) TN $ 475.00 37.00 $ 17,575.00 37.00 $ 17,575.00 37.63 $ 17,874.25 $ 893.71 $ 16,980.54 Unit 2.031 241.17 11-Inch Pavement Pulverization (50/50) SY $ 13.00 2,300.00 $ 29,900.00 2,300.00 $ 29,900.00 2,299.10 $ 29,888.30 $ 1,494.42 $ 28,393.88 CPN# 102784 - CSC# 61025 2/4 12/16/2025 R12/16/2025 Burns Item # Description UoM Unit Cost Org Qty Original Contract Revised Qty Revised Contact Completed Qty Work Completed Retainage Payments to Date Unit 2.032 3212.0302 3-inch Surface Course Asphalt Pvmt Type "D" SY $ 35.00 2,300.00 $ 80,500.00 2,300.00 $ 80,500.00 2,299.10 $ 80,468.50 $ 4,023.42 $ 76,445.08 (50/50) Unit 2.033 3123.0101 Unclassified Street Excavation (50/50) CY $ 45.00 38.00 $ 1,710.00 38.00 $ 1,710.00 - $ - $ - $ - Unit 2.034 3305.0207 Imported Embedment/Backfill, Select Fill CY $ 150.00 100.00 $ 15,000.00 100.00 $ 15,000.00 $ $ $ Unit 2.035 3305.0202 Imported Embedment/Backfill, CSS CY $ 250.00 5.00 $ 1,250.00 5.00 $ 1,250.00 $ $ $ - Unit 2.036 210.14 Remove Existing Concrete Valley Gutter (50/50) SF $ 35.00 25.00 $ 875.00 25.00 $ 875.00 11.01 $ 385.35 $ 19.27 $ 366.08 Unit 2.037 3216.0301 9" Cone Valley Gutter, Residential (50/50) SY $ 275.00 25.00 $ 6,875.00 25.00 $ 6,875.00 11.01 $ 3,027.75 $ 151.39 $ 2,876.36 Unit 2.038 241.0401 Remove Existing Concrete Driveway (50/50) SF $ 8.00 625.00 $ 5,000.00 625.00 $ 5,000.00 1,158.19 $ 9,265.52 $ 463.28 $ 8,802.24 Unit 2.039 3213.0401 6" Concrete Driveway (50/50) SF $ 30.00 625.00 $ 18,750.00 625.00 $ 18,750.00 1,158.19 $ 34,745.70 $ 1,737.29 $ 33,008.41 Unit 2.040 Remove Existing Concrete Curb and Gutter (50/50) LF $ 15.00 700.00 $ 10,500.00 700.00 $ 10,500.00 243.01 $ 3,645.15 $ 182.26 $ 3,462.89 Unit 2.041 3216.0101 6" Cone Curb and Gutter (50/50) LF $ 145.00 700.00 $ 101,500.00 700.00 $ 101,500.00 243.01 $ 35,236.45 $ 1,761.83 $ 33,474.62 Unit 2.042 6"-12" Tree Removal EA $ 2,500.00 5.00 $ 12,500.00 5.00 $ 12,500.00 6.00 $ 15,000.00 $ 750.00 $ 14,250.00 Unit 2.043 3110.0103 12"-18" Tree Removal EA $ 3,000.00 5.00 $ 15,000.00 5.00 $ 15,000.00 - $ - $ - $ - Unit 2.044 18"-24" Tree Removal EA $ 3,500.00 3.00 $ 10,500.00 3.00 $ 10,500.00 $ $ $ Unit 2.045 24" & Larger Tree Removal EA $ 4,500.00 1.00 $ 4,500.00 1.00 $ 4,500.00 $ $ $ Unit 2.046 3291.0100 Topsoil (50/50) CY $ 200.00 38.00 $ 7,600.00 38.00 $ 7,600.00 $ $ $ Unit 2.047 3212.0404 HMAC Transition (50/50) TN $ 200.00 15.00 $ 3,000.00 15.00 $ 3,000.00 $ $ $ - Unit 2.048 3292.0100 Block Sod Placement (50/50) SY $ 25.00 275.00 $ 6,875.00 344.00 $ 8,600.00 318.51 $ 7,962.75 $ 398.14 $ 7,564.61 Unit 2.049 9999.0006 Remove and Replace Inlet Top (50/50) EA $ 10,000.00 2.00 $ 20,000.00 2.00 $ 20,000.00 - $ - $ - $ - Unit 2.050 4" Solid White Thermoplastic Hot Applied spray (HAS) Lane LF $ 200.00 25.00 $ 5,000.00 25.00 $ 5,000.00 - $ - $ - $ - (50/50) Unit 2.051 3292.0400 Seeding, Hydromulch SY $ 15.00 550.00 $ 8,250.00 688.00 $ 10,320.00 688.60 $ 10,329.00 $ 516.45 $ 9,812.55 Unit 2.052 3217.5001 Curb Address Painting (50/50) EA $ 250.00 6.00 $ 1,500.00 6.00 $ 1,500.00 3.00 $ 750.00 $ 37.50 $ 712.50 Unit 2.053 SWPPP = 1 acre (Provide and Install) LS $ 20,000.00 1.00 $ 20,000.00 1.00 $ 20,000.00 1.00 $ 20,000.00 $ 1,000.00 $ 19,000.00 Unit 2.054 0171.0101 Construction Staking LS $ 19,000.00 1.00 $ 19,000.00 1.00 $ 19,000.00 1.00 $ 19,000.00 $ 950.00 $ 18,050.00 Unit 2.055 0171.0102 As -Built Survey LS $ 12,000.00 1.00 $ 12,000.00 1.00 $ 12,000.00 1.00 $ 12,000.00 $ 600.00 $ 11,400.00 Unit 2.056 3471.0001 Traffic Control MO $ 6,000.00 2.00 $ 12,000.00 4.00 $ 24,000.00 6.00 $ 36,000.00 $ 1,800.00 $ 34,200.00 Unit 2.057 * Sanitary Sewer Construction Allowance $ 80,000.00 $ 10,000.00 $ - $ - $ - Unit 2.058 12-inch DIP 401 Lined Sewer CO1 LF $ 260.00 - $ - 268.00 $ 69,680.00 232.00 $ 60,320.00 $ 3,016.00 $ 57,304.00 Unit 2.059 Pipe Grouting CO1 CY $ 625.00 $ 16.00 $ 10,000.00 14.00 $ 8,750.00 $ 437.50 $ 8,312.50 Unit 2.060 12-inch Grouted Rip Rap SY $ 175.00 $ 220.00 $ 38,500.00 165.22 $ 28,913.50 $ 1,445.68 $ 27,467.82 Unit 2.061 Concrete Encasement CO1 LF $ 135.00 $ 65.00 $ 8,775.00 65.00 $ 8,775.00 $ 438.75 $ 8,336.25 Unit 2.062 8" Pipe Enlargement C0#1 LF $ 138.00 $ 499.00 $ 68,862.00 499.00 $ 68,862.00 $ 3,443.10 $ 65,418.90 Unit 2.063 10" PVC SDR-26 Sewr Pipe (with adjusted unit price since the LF $ 108.00 $ - $ - - $ - $ - $ - original quantity is exceeded by more than 25%) (CO#2) Unit 2.063* 10" PVC SDR-26 Sewr Pipe (with adjusted unit price since the $ 180.00 $ 705.00 $ 126,900.00 $ $ $ original quantity is exceeded by more than 25%) (CO#2) Unit 2.064 Block Sod Replacement (with adjusted unit price since the SY $ 22.00 $ 731.00 $ 16,082.00 $ $ $ - original quantity is exceeded by more than 25%) (CO#2) Unit 2.065 Seeding, Hydromulch (with adjsuted unit price since the SY $ 13.00 $ 1,062.00 $ 13,806.00 1,607.00 $ 20,891.00 $ 1,044.55 $ 19,846.45 original quantity is exceeded by more than 25%) (CO#2) Unit 2.066 4' Chain Link Fence (CO#2) LF $ 50.00 $ 300.00 $ 15,000.00 - $ - $ - $ - Unit 2.067 6' Chain Link FEnce LF $ 85.00 $ 300.00 $ 25,500.00 - $ - $ - $ - Unit 2.068 6' Wooden Fence (CO#2) LF $ 85.00 $ - 200.00 $ 17,000.00 164.00 $ 13,940.00 $ 697.00 $ 13,243.00 Unit 3.001 Utility Adjustment (50/50) LS $ 10,000.00 1.00 $ 10,000.00 1.00 $ 10,000.00 - $ - $ - $ - Unit 3.002 Remove Existing Concrete Curb and Gutter (50/50) LF $ 15.00 1,400.00 $ 21,000.00 1,400.00 $ 21,000.00 486.52 $ 7,297.80 $ 364.90 $ 6,932.90 Unit 3.003 6" Concrete Curb and Gutter (50/50) LF $ 140.00 1,400.00 $ 196,000.00 1,400.00 $ 196,000.00 486.52 $ 68,112.80 $ 3,405.64 $ 64,707.16 Unit 3.004 Remove Existing Concrete Driveway (50/50) SF $ 7.50 1,250.00 $ 9,375.00 1,250.00 $ 9,375.00 2,316.40 $ 17,373.01 $ 868.65 $ 16,504.36 Unit 3.005 Install New 6-Inch Concrete Driveway (50/50) SF $ 30.00 1,250.00 $ 37,500.00 1,250.00 $ 37,500.00 2,316.40 $ 69,492.00 $ 3,474.61 $ 66,017.39 Unit 3.006 Remove Concrete Sidewalk SF $ 7.50 200.00 $ 1,500.00 200.00 $ 1,500.00 129.50 $ 971.25 $ 48.57 $ 922.68 Unit 3.007 4" Concrete Sidewalk SF $ 25.00 200.00 $ 5,000.00 200.00 $ 5,000.00 129.50 $ 3,237.50 $ 161.88 $ 3,075.62 Unit 3.008 Remove Existing Concrete Valley Gutter (50/50) SY $ 34.00 50.00 $ 1,700.00 50.00 $ 1,700.00 22.02 $ 748.68 $ 37.44 $ 711.24 Unit 3.009 9" Concrete Valley Gutter (50/50) SY $ 260.00 50.00 $ 13,000.00 50.00 $ 13,000.00 22.02 $ 5,725.20 $ 286.26 $ 5,438.94 Unit 3.010 11-Inch Pavement Pulverization (50/50) SY $ 13.00 4,600.00 $ 59,800.00 4,600.00 $ 59,800.00 4,599.03 $ 59,787.39 $ 2,989.37 $ 56,798.02 Unit 3.011 Cem-Lime Stabilization 0 32Lbs/SY (50/50) TN $ 475.00 74.00 $ 35,150.00 74.00 $ 35,150.00 80.24 $ 38,114.00 $ 1,905.70 $ 36,208.30 Unit 3.012 Unclassified Street Excavation (50/50) CY $ 45.00 75.00 $ 3,375.00 75.00 $ 3,375.00 - $ - $ - $ - Unit 3.013 3-Inch Surface Course Asphalt, Type" D" (50/50) SY $ 35.00 4,600.00 $ 161,000.00 4,600.00 $ 161,000.00 4,598.02 $ 160,930.71 $ 8,046.55 $ 152,884.16 CPN# 102784 - CSC# 61025 3/4 12/16/2025 R12/16/2025 Burns Item # Description UoM I Unit Cost Org Qty Original Contract Revised Qty Revised Contact Completed Qty Work Completed Retainage Payments to Date Unit 3.014 4" Solid White Thermoplastic Hot Applied Spray (HAS) La r 200.00 50.00 $ 10,000.00 50.00 $ 10,000.00 $ - $ $ Lines (50/50) Unit 3.015 4" PVC underdrain pipe (50/50) \% 1 50.00 $ 7,500.00 50.00 $ 7,500.00 $ - $ $ - Unit 3.016 Painting Curb Addresses (50/50) ---'EA 2 11.00 $ 2,750.00 11.00 $ 2,750.00 6.00 $ 1,500.00 $ 75.00 $ 1,425.00 Unit 3.017 Topsoil (50/50) o CY 200.. 75.00 $ 15,000.00 75.00 $ 15,000.00 - $ - $ - $ - Unit 3.018 Block Sod Replacement (50/50) SY 30� 550.00 $ 16,500.00 550.00 $ 16,500.00 $ $ $ Unit 3.019 Remove and Replace Inlet Top (50/50) EA 10,000' 0 4.00 $ 40,000.00 4.00 $ 40,000.00 $ $ $ - Unit 3.020 Traffic Control r+ MO 6,000 2.00 $ 12,000.00 2.00 $ 12,000.00 4.00 $ 24,000.00 $ 1,200.00 $ 22,800.00 Unit 3.021 HMAC Transition (50/50) `'TN 200. 0 30.00 $ 6,000.00 30.00 $ 6,000.00 - $ - $ - $ - Unit 3.022 * Paving Construction Allowance -0 W $ 50,000.00 $ 50,000.00 $ - $ - $ TotX (p v $ 5,240,739.00 $ 6,086,991.25 $ 5,002,697.61 $ 250,134.98 $ 4,762,662.63 Water rro a $ 1,461,515.00 $ 2,136,907.25 $ 1,754,015.05 $ 87,700.77 $ 1,666,314.28 Sewer $ 3,065,074.00 $ 3,235,934.00 $ 2,791,392.22 $ 139,569.64 $ 2,651,822.58 Paving $ 714,150.00 $ 714,150.00 $ 457,290.34 $ 22,864.57 $ 434,425.77 Total iu $ 5,240,739.00 $ 6,086,991.25 $ 5,002,697.61 $ 260,134.98 $ 4,762,662.63 Donald Burns (Dec 22, 2025 09:09:04 CST) CPN# 102784 - CSC# 61025 4/4 12/16/2025 CSC No. 61025-COl Fo 'ram R rlH[ City of i=ort Worth L1 Change Order Request Project Name:1 Sanitary Sower Replacements Contract III I Clly Sec No.: 1 61025 Project No.(s):1 66002/070043016740010 NTP 1 5/13/2024 1 City Proj. No.: l 102784 Project Descr1pilon.1 The work under this contract consists of the replacement of existing water pipe and sanitary sower pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Conlractor.1 R & D Bums Brothers, Inc. Change Order fl 1 I Date: 9/16/2024 City Project Mgr.I Lawrence Hamilton City Inspector: Joshua Manry Phone Number.1 817-392-2626 Phone Number.1 817-392-8306 Dept. Water Main Sewer Main Paving Totals Contract Time (Caiender days) Original Contract Amount $1,461,615.00 $3,065,074.00 $714,150.00 $6,240,739.00 200 Extras 10 Date Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Date $1,461,615.00 $3,065,074.00 $714,160.00 $6,240,739.00 200 Amount of Proposed Change Order $0.00 $86,217.00 $0.00 $86,217.00 030 Revised Contract Amount $1,461,615.00 $3,161,291.00 $714,160.00 $6.326,956.00 230 Original Funds Available for Change Orders $172,992.00 _ $296,444.00 $0.00 $469,436.00 Remaining Funds Available for this CO $172,992.00 $296,444.00 $469,436.00 Additional Funning (If necessary) CHANGE ORDERS (o DATE (INCLUDING THIS ONE) AS % ORIGINAL CONTRACT 1,65a/o MAX ALLOINABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) 1$6,550,923.76 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No.1 will provide compensation for the following that are necessary on the project: • The Installation of grout In abandoned sewer. • The Installation of 12-inch DI pipe to replace abandoned concrete sewer pipe. • The placement of 12-inch grouted rip rap to protect stream from eroding a close -by 12-Inch DI sewer pipe. • Concrete encasement. • 8-Inch pipe enlargement. • Installation of drop manhole. Staff concurs with the contractor's request for 30 additional calendar days for the change order. It Is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment In full (both time and money) for all costs arising out of, or Incidental to, the above Change Order. Contractor's Company Name Contractor Name ConlraetorSlgnature Date R & D Burns Brothers, Inc. Donald Burns 11 t)( ,1 -� r— -9 e/ lector actor Date . Project Manager %9-24-2024 I� wI AL( k u 044 (�r Depl) Date Construction Supervisor (TPW Dept) t �Yr.(to e� q��e� T S• Thy Gai-aneY As,s aril It Attorney Date Ao anvy Manager Council Action (If Required) M&C Number N/A M&C Dale Approved NIA Dale q-dq -INq Date 9-24-2024 Date FORT' WORTH City of Fort Worth Change Order Additions Project Name Sanitary Sewer Replacements Contract 111 City Sec No.: 1 61025 Project No.(s): 56002/0700430/5740010 1 DOE No.1 N/A I City Proj. No.: 1 102784 Project The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing Description residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. iI Contractor R & D Burns Brothers, Inc. I Change Order: Date: 1 9/16/2024 City Project Mgr. Lawrence Hamilton City Inspector I Joshua Manry ADDITIONS 11 M ULSCRIP 11UN DEPT City Unit Unit Cost Total 18 Drop Manhole Sewer Main 1.00 EA $14,000.00 $14,000.00 58 12-inch DIP 401 Lined Sewer Sewer Main 268.00 LF $260.00 $69,680.00 59 Pipe Grouting Sewer Main 16.00 CY $625.00 $10,000.00 60 12-Inch Grouted Rip Rap Sewer Main 220.00 SY $175.00 $38,500.00 61 Concrete Encasement Sewer Main 65.00 LF $135.00 $8,775.00 62 8" Pipe Enlargement Sewer Main 499.00 LF $138.00 $68,862.00 Water Vain Sewer Main I$209,817.00 Paving Page 2 of 4 !Additions Sub Total $209,817,00 Fo wr Wo w r" City of Fort Worth —~ Change Order Deletions Project Name Sanitary Sewer Replacements Contract 111 City Sec No.: 61025 Project No.(s): 5600210700430/5740010 DOE No. I N/A City Proj. No.: 102784 Project Description The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Contractor R & D Burns Brothers, Inc. Change Order: I I Date 9/16/2024 City Project Mgr. Lawrence Hamilton City Inspector: I Joshua Manry ITEM DESCRIPTION 1 12-inch PVC SDR-26 Sewer Pipe 57 Sanitary Sewer Construction Allowance DELETIONS DEPT Qty Unit Unit Cost Sewer Main 268.00 LF $200.00 Sewer Main 0.875 LS $80,000.00 Page 3 of 4 iWater Main Sewer Main JPaving IDelelions Sub Total Total $53,600.00 $70,000.00 $123,600.00 $123,600.00 MMBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co DATE AMOUNT Total $0.00 Page 4 of 4 10/4/2024 Sanitary Sewer Replacements Contract 111 CSC: 61025 CPN 102784 Change Order 1 Notes Staff has reviewed the requested prices and days and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature Lawrence Hamilton Name of Employee Senior Professional Engineer Title ATTEST: )A",v�:4 b Jannette Goodall City Secretary CSC No. 61025-CO2 F-01:*']_C' WOR Irn City of Fort Worth `" • Change Order Request Project Name] Snnllaq Sevier Replacements Contract i i i 1 City Sec No.: 61025 Project No.(s):1 660021`07004 30157400 10 NTP I N/A City Proj, No.: 102704 Project Descriplion:� Tho work undor this contract consists of the repiacemont of existing walor pips and sanitary sewer pipe, elplacement of existing residential water services, temporary pavement ropair, and ptllvedralfon and overlay of three residential sheets, Conlraclor.1 R & D Burns Brothers, Inc. Change Ordor II 2 Dale: 1 1/29/2026 City Projucl Mgr.1 Lawrence Hamilton City Inspec(or: Joshua Manry Phone Number:1 017-392-2626 Phone Number] 017-392-0306 Dept. Water Main Sower Main Paving Totals Contract Time (Calendardays) Original Contract Amount J � $1,010,590.00 $3,4??.,149.00 5 $�,?A0,739,00 230 Extras to Dale $06,217.00 $06,217.00 30 Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Dale $1,010,690.00 $3,335,932.00 $5,154,67.2.00 260 JAmount of Proposed Change Order $676,392.26 $84,643.06 $760,035.26 160 _ Revised Contract Amount $2,403,902.25 $3,420,675,00 $5,014,667.26 410 Original Funds Available for Change Orders $172,992.00 $296,444.00 $469,436.00 Remaining Funds Available for this CO $172,992.00 $210,227.00 $383,219.00 Addllional Funding (if necessary) $502,400,26 _ $502,400.25 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 16.15% MAX ALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) �6.6150,923.75 JUSTIFICATION (REASONS) FOR CHANCE ORDER Change Order No. 2 will provide for the replacement of 1,725 linear feel of cast Iron main on Warren Lane from Ederville Road to Brentwood Stalr Road. The original project provided for replacement of only the sanitary sewer main located on the street, The cast iron must be replaced now to comply with the Cast Iron Initiative, Warren Lane will be reconstructed with asphalt after water main installation Is complete, The change order will also allow for the sanitary sewer mains west of Muse Street and west of Sandy Lane by open cut Instead of Irenchloss pipe enlargement due to the existence of several sag locations on both sewer lines. Staff concurs with the contractor's request for 150 additional calendar days for the change order. It Is understood and agreed that the acceptance of (his Change Order by (lie contractor constitutes an accord and satisfaction and represents payment In full (both time and money) for all costs arising out of, or Incidental to, the above Change Order. Contractor's Company Name Contractor Name (� C n(raolorSignature Date R & D Burns Brothers, Inc. = Donald Burns I y ), 4 Inspector Y Director�Water De ii) U As!l n Cily_AI(ornoy M&C Number 1 25.0077 1 Date p gjool Manager Date 2/18/2025 l� a /aI .)Ox _ Date Conslrucllon S)tpervlsor (WalerDelN) "Date D2/24/202E TYoy GaV411e% 02/19/25 Date AssJ { nl onager Data 32/24/202E 02/24/2025 Council Action (If Required) M&C Dale Approved 112012025 1 City of Fort Worth Change Order Additions Project Name Sanitary Sewer Replacements Contract 111 City Sec No.: 61025 Project No.(s): 5600210700430/5740010 DOE No. N/A City Proj. No.: 102704 Project The work under this contract consists of the replacement of oxisling violet pipe and sanitary savior pipe., replacement of existing Desetiplion residential water services, temporary pavement repair, and puivedzation and oveday of three residential streets. Contractor j R & D Burns Brothers, Inc. I Change Order.02 Dale:1 1/29/2025 j City Project Mgr. Lawrence Hamilton City Inspector Joshua Manly ADDITIONS ITEM DESCRIPTION DEPT Qly Unit Unit Cost Total 1 8-Intl PVC Water (with original price) Water Main 402.00 LF $140.00 $56,280.00 2 6-Inch PVC Water Pipe Water Main 22.06 LF $130.00 $2,860.00 3 6-Inch Gale Valve Water Main 2.00 EA $3,000.00 $6,000.00 4 8-inch Gale Valve Water Main 2.00 EA $4,000.00 $8,000.00 5 1-inch Water Service (with original unit price) Water Main 5.00 EA $3,000.00 $15,000.00 6 1-Inch Water Service, Meier Relocation (with original price) Wader Main 5.00 EA $500.00 $1500.00 12 Salvage 1-Inch Water Meter (with orginal price) Water Main 5.00 EA $200.00 $1,000.00 15 Fire Hydrant Water Main 2.00 EA $9,000.00 $18,000.00 16 Salvage Fire Hydrant Water Main 2.06CA $1 500.00 $3,000.00 18 Salvage 6-inch Valve Water Main 2.00 EA $500.00 $1,000.00 19 Salvage 8-inch Valve Water Main 2.00 EA $500.00 $1,000.00 23 Connection to Existing 4-inch to 12-inch Water Main Water Main 2.00 EA $5,000.00 $10,000.00 25 Temporary Asphalt Repair (with original price) Water Main 675.00 LF $40.00 $27,000.00 27 Chem -Limo Stabilization Water Main 15.00 TN $475.00 $7,125.00 28 11-Inch Pavement Pulverization (with original price) Water Main 575.00 SF $12.76 $7,331,25 29 3-inch Surface Course Asphalt Pvmt (with orginal price) Water Main 575.00 SF- $34.00 $19,550.00 53 Traffic Control (Additional) Water Main 3.00 EA S6,000.00 $18,000.00 8-Inch PVC Water (with adjusted unit price since the original quantity Is Water Main 1315.00 LF $110.00 $144,650.00 54 exceeded by more than 251/6) i-mcn water service (wan aufustea unit price since ine original quantity is Water Main 45.00 EA $2,700.00 $121,500.00 65 exceeded by more than 25%) Salvage 1-111ch Water Motor ( with adjusted unit price since the original Water Main 45.00 EA $400.00 $18,000.00 56 quantity is exceeded by more than 25%) Salvage 1-inch Water Meter ( with adjusted unit price since the original 57 quantity is exceeded by more than 25%) Water Main 45.00 EA $100.00 $4,500.00 Temporary Asphalt Repair (with adjusted unit price since the original quantity Water Main 1742,00 LF $38.00 $66,196.00 58 Is exceeded by more than 25%) 11-Inch Pavement Pulverization (with adjusted unit price since the original 59 quantity is exceeded by more than 25%) Water Main 725.00 SF $12.00 $0,70U.00 3-inch Surface Course Asphalt Pvmt (with adjusted unit price since the Water Main 725.00 SF $32.00 $23,200.OU GO original quantity is exceeded by more than 25%) 61 2-inch Temporary Water Service (Additional) Water Main 1.00 LS $85,000.00 $05,000.00 2 10" PVC SDR-26 Sewer Pipe (with original unit price) Sewer Main 75.00 LF $'190.00 $14,250.00 14 Trench Safety Sewer Main 780.0011111-F $2.00- $1,560.00 48 Block Sod Placement Sewer Main 69.00 SY $25.00 $1,725.00 51 Seeding, Hydromulch (with original unit price) Sewer Main 138.00 SY $15.00 $2,070.00 56 Traffic Control (Additional) Sewer Main 2.00 EA $6,000.00 $12,000,00 10' PVC SDR-26 Sewer Pipe ( with adjusted unit price since the original Sewer Main 705.00 LF $180.00- $126,900.00 58 quantity is exceeded by more than 25%) Block Sod Placement (with adjusted uni► price since the original quantity is Sewer Main 731.00 SY $22..00 M.082.00 59 exceeded by more than 25%) Seeding, Hydroinulch ( with adjusted unit price since the original quantity Is Sewer Main 1062.00 SY $13.00 $13,806.00 60 oxcended by more than 25%) 61 4' Chain Link Fence Sewer Main 300.00 LF $50.00 $15,000.00 62 6 Chain Link Fence Sewer Main 300.00 LF $85.00 $25,500.00 63 G' Wooden Fence Sewer Main 200.00 LF $85.00 $17,000.00 Water lv(aln $675,392.25 Sewer Main S245,093.00 Paving Page 2 of 4 Additions Sub Total $921,285.25 1, WO YR•g• tt i City of Fort Worth Change Order Deletions Project Name I Sanitary Sewer Replacements Contract 111 City Sec No.: I 61025 Project No.(s): 560021070043015740010 DOE No. I N/A City Proj. No.: 102784 Project Description The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Contractor I R & D Burns Brothers, Inc. Change Order: Dale 1/2912025 City Project Mgr. I Lawrence Hamilton City Inspector: I Joshua Manry ITEM DESCRIPTION 6 8" to 10" Pipe Enlargement 24 Service Reinslalement, Pipe Enlargement DELETIONS DEPT Qty Unit Unit Cost Sewer Main 780,00 LF $175.00 Sewer Main 11.000 EA $2,250.00 Page 3 of 4 Water Main Sewer Main Paving Deletions Sub Total Total $136,500.00 $24,750.00 $161,250.00 $161,250.00 MWWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO#- DATE AMOUNT Total $0.00 Page 4 of 4 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 28, 2025 REFERENCE NO.: **M&C 25-0077 LOG NAME: 60SSRC111CO2-RDBURNS SUBJECT: (CD 5) Authorize Execution of Change Order No. 2 in the Amount of $760,035.25 to a Contract with R&D Burns Brothers, Inc., for the Sanitary Sewer Rehabilitation Contract 111 Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 2 in the amount of $760,035.25 and the addition of 150 calendar days to City Secretary No. 61025 a contract with R&D Burns Brothers, Inc., for the Sanitary Sewer Rehabilitation Contract 111 project for a revised contract amount of $6,086,991.25; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $760,036.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilitation Contract 111 project (City Project No. 102784) to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program, DISCUSSION: On December 12, 2023 by Mayor and Council Communications (M&C) 23-1076, the City Council authorized a construction contract with R&D Burns Brothers, Inc. in the amount of $5,240,739.00 for the Sanitary Sewer Rehabilitation Contract 111 project. The contract was subsequently revised by Change Order No. 1 in the amount of $86,217.00 after deducts administratively authorized October 8, 2024, that primarily provided for the installation of a 12-inch sewer main near Randol Mill Road and Lake Havasu Trail, installation of 12-inch grouted rip rap along a section of drainage channel to protect the channel slopes and the newly Installed 12-inch sanitary sewer pipe and additional sanitary sewer replacement by pipe enlargement method. Change Order No. 2 will provide for the replacement of 1,725 linear feet of cast iron water main on Warren Lane from Ederville Road to Brentwood Stair Road. The original project provided for replacement of only the sanitary sewer main located on the street. The cast iron must he replaced now to comply with the Cast Iron Initiative. Warren Lane will be reconstructed with asphalt after water main installation is complete. The change order will also allow for the sanitary sewer mains west of Muse Street and west of Sandy Lane by open cut instead of trenchless pipe enlargement due to the existence of several sag locations on both sewer lines. 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: 60SSRC111 CO2-RDBURNS Capital Project FY2025 CIF' Budget Revised Fund Name Appropriations Authority Adjustment FY2025 Name Budget TO Funds Department ACCUUn' Project ProgramActivity Eiudget Reference # j mount ID ID Year Chartfield 2 FROM r'und Department Accoun Project f'rogramActivity E3udget Reference # mount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office bye William Johnson (5806) Originating Department Head_ Chris Harder (5020) Additional Information Contact: Lawrence Hamilton (2626) ATTACHMENTS 1. 1295 for contract 111 C0.1gf (CFW Internal) 2. GOSSRC111CO1-RDBURNS.odf (Public) 3. GOSSRC111CO2-RDBURNS FID Ttible-(WCF '12.18.24).xlsx (CFW Internal) 4. 60SSRC111CO2-RDBURNS funds avaiLdocx (CFW Internal) 5. APC Form Final-CC.pdf (CFW Internal) 6.ORD.APP GOSSRC111CO2-RDBURNS 56002 A025(r2),docx (Public) 7. PBS CPN '102784,1)df (CFW Internal) 8. SAM.ciov search RE) BUI'nSAOU (CFW Internal) 60SSRCIIICO2-RDBURINS Draft `i&C FID Table 2 I 56002 0600430 ! 102784 j ( ! 2025 $675,393.00 2 56002 0700430 4956001 102784 2025 $84,643.00 2 56002 0700430 102794 2025 $84,643.00 2 ( 56001 ( 0609020 5956001 2 I 56002 0600430 14956001 102.784 p01780 9999 2 56001 0709020 2 56002 0700430 15956001 4956001 102784 001780 ( 9999 56002 0600430 5740010 102784 001790 9999 i 56002 0700430 5740010 102784 001780 9999 I � I i I � $84,643.00 �. _ I$675,392.25 Pay to contractor $84,643.00 Pay to contractor ! $0.75 Rounding, 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 l Lawrence Hamilton Name of Employee Senior Professional Engineer Title ATTEST: �p Jannette Goodall City Secretary CSC No. 61025-0O3 FORT WORT" City of Fort Worth Change Order Request Project Name:1 Sanitary Sewer Replacements Contract 111 I Cily Sec No.: I 61025 Project No.(s):l 56002/060043010700430/5740010 NTP 1 5/13/2024 1 City Proj. No.: 102784 Project Description: The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Contractod R & D Burns Brothers, Inc. Change Order # 3 1 Date: 7/25/2025 City Project Mgr.1 Lawrence Hamilton City Inspector: Cody Horton Phone Number:1 817-392-2626 Phone Number: 817-392-8306 Dept. Water Main Sewer Main Totals Contract Time (Calender days) Original Contract Amount $1,818,590.00 $3,422,149.00 $5,240,739.00 200 Extras to Date $675,392.25 $170,860.00 $846,252.25 180 Credits to Date Pending Change Orders (in M&C Process) t Contract Cost to Date $2,493,982.25 $3,593,009.00 $6,086,991.25 380 Amount of Proposed Change Order $0.00 $0.00 $0.00 Revised Contract Amount $2,4931982.25 $3,593,009.00 $6,086,991.25 380 Original Funds Available for Change Orders $172,992.00 $296,444.00 $469,436.00 Remaining Funds Available for this CO $0.00 $125,584.00 $125,584.00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 16.15% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $6,550,923.75 JUSTIFICATION (REASONS) FOR CHANGE ORDER Change Order No. 3 will provide compensation for the installation of 340 LF of 6" underdrain to prevent underground water seepage from weakening newly pulverized road base material (Blue Lake Drive from cul-de-sac to Raintree Court). 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 R & D Burns Brothers, Inc. Contractor Name Contractor Signature Donald Burns Date Inspector Date P AcLManager . , ,. Date Director ater Dept) Date C nstruction Su rvisor (TPW Dept) Oate 07/28/202E<t;.,,1.�A� - 7J/.4.r Senior Assistant City Attorney Date Assistant City Manager Date 07/28/202E 08/01/2025 Council Action (If Required) M&C Number NIA (I M&C Date Approved NIA FORT WORTH City of Fort Worth --1%aW Change Order Additions Project Name j Sanitary Sewer Replacements Contract 111 City Sec No.: j 61025 Project No.(s): 56002/0600430/0700430/5740010 DOE No. j N/A City Proj. No.: 102784 Project I The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing Description residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. 11 Contractor I R & D Burns Brothers, Inc. I Change Order: 0 Date: j 7/25/2025 City Project Mgr. Lawrence Hamilton City Inspector I Cody Horton ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 62 6' PVC Pipe Underdrain Water Main 340.00 LF $55.00 $18,700.00 63 Cement Stabilization (8') Water Main 843.00 SY $6.40 $5,395.20 64 Cement (Dry) @ 26 LB/SY Water Main 11.00 TN $400.00 $4,400.00 65 Connect to existing Storm Drain Inlet Water Main 1.00 EA $750.00 $750.00 Water Main $29,245.20 (Sewer Main Page 2 of 4 Additions Sub Total $29,245.20 FORT WORTH City of Fort Worth Change Order Deletions Project Name I Sanitary Sewer Replacements Contract 111 I City Sec No.: I 61025 Project No.(s): 56002/0600430/0700430/5740010 DOE No. I N/A City Proj. No.: 102784 Project Description The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Contractor I R & D Burns Brothers, Inc. I Change Order: F3 ] Date I 7/25/2025 City Project Mgr. Lawrence Hamilton City Inspector: I Cody Horton DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 54 Water Construction Allowance Water Main 0.48742 LS $60,000.00 (Water Main (Sewer Main $29,245.20 $29,245.20 Page 3 of 4 (Deletions Sub Total $29,245.20 MWWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders c0 # DATE AMOUNT Total $0.00 Page 4 of 4 7/25/25 Sanitary Sewer Replacements Contract 111 CSC: 61025 CPN 102784 Change Order 3 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 Lawrence Hamilton Name of Employee Senior Professional Engineer Title ATTEST: �p Jannette Goodall City Secretary FORTWORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: R&D Burns Brother Subject of the Agreement: Sanitary Sewer Replacements Contract 111 M&C Approved by the Council? * Yes ❑ No ❑ If so, the M&C mast be attached to the contract. Is this an Amendment to an Existing contract? Yes Z No ❑ 61025-CO4 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? `Yes ❑ No ❑ If unsznre, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No Z If only specific information is Confidential, please list ii hat information is Confidential and the page it is located. Effective Date: Expiration Date: N/A If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑ No ❑ Contracts need to be routed for CSO processinv, 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. 61025-CO4 FORM Wn 1Z-11->1-1 City of Fort Worth Vi - Change Order Request Project Name: Sanitary Sewer Replacements Contract III I City Sec No.: 1 61025 Project No.(s):I 56002/06004301070043016740010 NTP 1 5/13/20241 City Proj. No.: J 102784 Project Description: The work under this contract consists of the replacement or existing water pipe and sanitary sewer pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Contractor:) R & D Burns Brothers, Inc. Change Order # 4 1 Dale: 11/2612025 City Project Mgr.1 Lawrence Hamilton City Inspector: I Cody Horton Phone Number: 817-392.2626 ) Phone Number: 817-392.8306 Dept. Water Main Sewer Main Paving Totals Contract Time (Callender days) Original Contract Amount $1,818,590.00 $3,422,149.00 $5,240,739.00 200 Extras to Date $676,392,25 $170,860.00 $846,252.26 180 Credits to Date _ Pending Change Orders (in M&C Process) Contract Cost to Date $2,493,992.26 $3,693,009.00 $6,086,991.26 380 Amount of Proposed Change Order $0.00 $0.00 $0.00 055 Revised Contract Amount $2,493,982.25 $3,693,009.00 $6,086,991.25 435 Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (If necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 16.16% MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACTCOST+ 25%) $6,550,923.75 JUSTIFICATION (REASONS) FOR CHANGE ORDER Staff recommends the approval of an additional 55 calendar days on the project for the extra time It took to complete pavement restoration on Warren Lane which was added to the project via a change order due to multiple breaks on the cast Iron water main located in the street and comply with cast Iron Initiative. It Is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment In full (both time and money) for all costs arising out of, or Incidental to, the above Change Order. Contractor's Compan Name I R & D Burns Brothers, Inc. I Contractor Name Donald Burns ;1 ontraolor.Signalure J�.� �� Date ZOL-5 InQpe.otoc �By:i d2 i1i - pate 11/26/2025 0. Win or' , WlAI i?j �/r (St(,� (fJ11 1� j 0I d '' Director (Water Dept) P We Construction "pervlsor (TPW Dept) Date Chrisho�herl4arder S. 12/08/2021 T""GG(Y h2Y 12/01/25 Assistant City Attorney Dale Assistant City Manager Dale ,:_:, 12/09/2025 cw)` � 12/12/2025 Council Action (If Required) M&C Number NIA I M&C Dale Approved NIA Y., i) R'r W(,) R'r t-3 City of Fort Worth v----- Change Order Additions Project Name I Sanitary Sewar Replacements Contract 111 City Sec No.: 61025 Project No.(s): I 5600210600430/0700430/5T40D10 f DOE No. NI /A I City Proj. No.: I 102784 Project The work under this contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing Description residential water services, temporary pavement repair, and pulverization and oveday of three residential streets. Contractor I R & D Burns Brothers, Inc. I Change Order:® Dale: I I V2612025 City Project Mgr, I Lawrence Hamilton City Inspector I Cody Horton ADDITIONS ITEM DESCRIPTION DEPT Qly Unit Unit Cost Total I I I I I I i I ► I I I I I � I I Water Main Sewer Main Paving Page 2 of 4 Additions Sub Total f~ C_7 It2T VVC� RT I 1 City of Fort Worth Change Order Deletions Project Name Sanitary Sewer Replacements Contract 111 City Sec No,: 61025 Project No.(s): 56002/06004301070043015740010 DOE No. I N/A City Pro). No,: 102784 Project Description The work under (his contract consists of the replacement of existing water pipe and sanitary sewer pipe, replacement of existing residential water services, temporary pavement repair, and pulverization and overlay of three residential streets. Contractor R & D Burns Brothers, Inc. Change Order: ® Date 11/26/2025 City Project Mgr. Lawrence Hamilton City Inspector: I Cody Horton DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total Water Main Sewer Main Paving Page 3 of 4 Deletions Sub Total MWWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT Total $0.00 Page 4 of 4 11/26/25 Sanitary Sewer Replacements Contract 111 CSC: 61025 CPN 102784 Change Order 4 Notes Staff has reviewed the requested days and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature Lawrence Hamilton Name of Employee Senior Professional Engineer Title ATTEST: Jannette Goodall City Secretary FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer Rehabilitation Contract 111 CITY PROJECT NUMBER: 102784 WATER PIPE LAID SIZE TYPE OF PIPE Open Cut 8" PVC Open Cut 6" PVC LF 3,375 LF 79 LF FIRE HYDRANTS: 5 EA VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes - All Passed NEW SERVICES: 1" Copper 70 EA 1.5" Copper 2 EA 2" Copper 1 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF Open Cut 12" PVC 360 LF Open Cut 10" PVC 297 LF Open Cut 8" PVC 3,113 LF Open Cut 8" DIP 41 LF Hand Tunnel 8" DIP 185 LF Pipe Bursting 8" to 10" HDPE 499 LF PIPE ABANDONED SIZE TYPE OF PIPE LF Grouted 8" 162 LF DENSITIES: Yes - All Passed NEW SERVICES: 4" PVC 74 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 18, 2025 R&D Burns Brothers, Inc. PO Box 786 Burleson, TX 76097 RE: Acceptance Letter Project Name: Sanitary Sewer Rehabilitation Contract 111 Project Type: Water, Sanitary Sewer, and Paving City Project No.: 102784 To Whom It May Concern: On December 18, 2025 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 18, 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- 392-2626. Sincerely, Lawrence Hamilton, Project Manager Law�ehce ffa�iCton 1 g I H. 2 ),1,_,, Anthony Sholola, Program Manager Cc: Cody Horton, Inspector Troy Gardner, Inspection Supervisor Charles Hayes, Senior Inspector Anthony Sholola, Program Manager City of Fort Worth/Shield Engineering, Consultant R&D Burns Brothers, Inc., Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 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. Donald Burns, Presidept,'Of R &-D: Burns Brothers; Inc.; known to me to: be a credible person, who being by me duly sworn, upon his oath reposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials. have been. paid in full; That the wage. seale established by the City Council -in the City. bf Fort Worth has been paid in full; That there. are. no claims pending for personal injury and/ar. property damages; On Contract described as; Sanitaq Sewer Replacement. Contract I I -I -CPN 102784 BY Donald Burns.,.President Subscribed and sworn before me on this date.22 nd of December,.2.025. Notary Public Tarrant County, Texas KAREN BURNS LANE �*,tY.pGg4 ' Notary Public; State of Texas Comm. Expires 11.22.2028 Notary 1D 125125363 Affidavit of Compliance with City of Fort Worth Prevailing Wages I Donald Burns President (Name of person signing affidavit) (T(tie) do hereby certify that the wages paid- to all employees -6f R & R Burris Brothers: -Mc.. (Company Name) for all hours worked on the Sanitary Sewer Contract•111 CON A02784 project, during -the period from 5-6-24 (Project name erld. location) to 7-14-25 (Project Dates) are in compliance with the. requirements of Chapter-225:8; TgXas-(3overnmgnt Code related to paying. established City of Fort Worth wage rates per the project bid documents. I further certify that no rebates or deductions have been or will be made,directly or indirectly, from anywages paid in connection with this project, other than those providedby law. Sworn to and subscribed in my presence this YP`''•, KAREN BURNS LANE =_ g!` Notary Public, State of Texts -N.t� Comm, Expires11-22-2028 Notary ID 125125363 Revised 3/08/2024 (Signature.of Officer or Agent.) P�2 t= _ day of (Notary Public) CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 PROJECT: TO (Contractor) F OWNER ❑ ARCHITECT ❑ CONTRACTOR X SURETY ❑ OTHER ❑ Sanitary Sewer Rehab Contract 111 R&D Bums Brothers, Inc. P.O. Box 786 Burleson, TX 76097 OBLIGEE: The City of Fort Worth 7 J Bond Number: 100290584 PROJECT NO: 102784 CONTRACT AMOUNT: $5,002,697.60 CONTRACT DATE: 12/12/2023 In accordance with the provisions of the Contract between the Contractor and the Obligee as indicated above (here insert name and address of Surety Company) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, IA 50306 SURETY COMPANY, on bond of (here insert name and address of Obligee) The City of Fort Worth 200 Texas Street Fort Worth, TX 76102 OBLIGEE, hereby approves of the final payment to the Obligee and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Contractor) R&D Burns Brothers, Inc. P.O. Box 786 Burleson, TX 76097 CONTRACTOR, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 26th day of August, 2025. Merchants Bondina Comoanv (Mutual) Su ty Company !3ignal�l 6f Authoffzicl Representative Attest: (Seal): Pavton Blanchard.Attomev-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA® ONE PAGE 0 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORKAVE., NW. WASHINGTON, D.C. 20006 MERCHANTS�+� BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allison C Lueck; Bryan Simpson, Cadda E Eary; Caitlin Kelley, Donna Martinez; H E Wilkins. Haley Crocker; James R Reid; Jessica Turner; Julie Lindsey, Kay Blair: Lindsay Senior, Malachi Smith; Marie Reyna; Markham Paukune: Michelle Blizzard; Payton Blanchard, Ralph E French; Sandra Fuller: Shane Smith; Shawn Blacklock; Teresa C Smith; Tina LaValley: William Blanchard their true and lawful Attorney(s)-in-Fact, to sign its name as surely(ies) and to execute, seal and acknowledge any and all bonds, undertakings. contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of the Companies. "The President. Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of June 2025 ........ ;six co ••A�10Nq� •ONpL UVy MERCHANTS BONDING COMPANY (MUTUAL) • O A • t. ,.••••"•••. �� , . E,y . MERCHANTS NATIONAL BONDING, INC. ;��•GORPORgj 9yt : : `�j; v0aP0R4�': Zs : ?P' P��fORN�• iA: MERCHANTS NATIONAL INDEMNITY COMPANY Zu :` 1933 2003 ; A �• s :, ; "A By STATE OF•IOWA• • • President COUNTY OF DALLAS ss. On this 2nd day of June 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective oards of Directors. .PFt1A4S� Penni Miller , z Commission Number 787952 • • My Commission Expires iOtva January 20, 2027 (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF - ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 26th day of August 12025 . p1NG Co •�A10Nq4 •.•ONAL1ry� . 4r OR Rq� 9y� • :��. �QE140R4r, �; 4 P��FoRq;�•:y.�. :2 ;Z _ _ 1933 2003 ii? i; 3; • D • a00006rb Secretary POA 0018 (5/25)