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)