HomeMy WebLinkAbout060884-FP1 - Construction-Related - Contract - Gra-Tex Utilities, Inc.FORTWORTHo
WATER DEPARTMENT
NOTICE OF PROJECT COMPLETION
—FP1
City Secretary No: 60884
Date Received: 03/04/2026
City Project No: 103359
Regarding Contract 60884 Water & Sanitary Sewer Replacement Contract 2020 WSM-B for as required by the Water
Department as approved by City Council on 1 1/2H/23 through M&C 23-1008 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:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost of Work Completed:
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Total Deduction Amount:
Total Cost of Work Completed:
Less Previous Payments:
Final Payment Due:
�a� s���
Recommended for Acceptance
Assistant Director, Water Department
GGc���Ev�Gce-� fCa,�rie�
�� �«F�z� � �� � �o � z�� ��T
Accepted
Director, Water Department
$5,916,688.00
$0.00
$5,916,688.00
$4,720,967.97
Days @
$ 0.00
$4,720,967.97
($ 4,484,919.42)
$ 236,048.55
Days 400
No 3 Days Added by CO 39
Total Days 439
Days Charged 439
/Day = $0.00
03/02/2026
Date
03/03/2026
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City Secretary Contract Number:
60884
Project:
103359 - 103359 - Water and Sanitary Sewer Replacement
Contract 2020 WSM-B
Contract Name:
60884-103359 - W&S Contract 2020 WSM-B
To:
GRA TEX UTILITIES INC
P.O. BOX 700
ARLINGTON, TX 76004
SupplierlD:
0000031786
Contract Summary:
1. Original Contract Amount
2. Net Change by Change Orders
3. CurrentContractAmount
4. Total Completed and Stored to Date
(progress estimate, construction allowance, and change
orders)
5. Less Previous Payments
6. Retainage (5.00%) from Previous Payments:
7. Amount Eligible to Pay
8. Retainage (5.00%) Current Invoice:
9. Amount Due this Application
10. Balance to Finish, Plus Retainage
11. ContradTime
a. Days Awarded
b. Days Added by Change Order
c. Total Days
d. Days Charged
e. Days Remaining
Purchase Order:
FW060-0000026873
Invoice Number:
60884-FP1+G5-C-2
Invoicing Period (From —To):
to
FaRT VV��TH��a
Water Construction Invoice
Payment Application Date:
01.29.2026
Estimate Number:
Project Manager:
Torrance, Clayton
Payment Approvals
Roles Date:
Inspector:
Sr.lnspector:
Project Manager:
Contractors Certification:
$5,916,688.00
$ 00
$5,916,688.00
$4,720,967.97
$4,484,919.43
$ 236,048.55
$ 00
$0
$ 236,048.55
$1,195,720.03
400
0
The Contractor certifies with the submittal of this document and associated Payment Request
Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge:
(1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on
account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for
Payment;
(2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for
Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are
covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and
(3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective.
Liquidated Damages @ x day
Tohn Crowle�
John Crowley (Feb 25, 2026 07:12:6 CST)
Page 1 of 12
FaRTVV��THo
Water Construction Invoice
Funding Distribution:
Funding Identification (FIDs) Amount Earned Retainage
30300-2060000-103359-RETAIN $ 00 $0.00
56002-2060000-103359-RETAIN $ .00 $0.00
Contract Bid Items:
A B
Bid Item Description Spec. UoM Bid Unit Price Bid Value
No. Section Quantity
No.
Unit 12" PVC Water Pipe 3311.0461 LF
1.001
Unit 8" PVC Water Pipe 3311.0261 LF
1.002
Unit 8" PVC Water Pipe, CSS Backfill 3331.0262 LF
1.003
Unit 6" PVC Water Pipe 3311.0161 LF
1.004
Unit 12" Gate Valve 33123005 EA
1.005
Unit 8" Gate Valve 33123003 EA
1.006
Unit 6" Gate Valve 3312.3002 EA
1.007
Unit Salvage 8" Water Valve 241.1303 EA
1.008
Unit Salvage 6" Water Valve 241.1302 EA
1.009
Unit Salvage 4" Water Valve 241.1301 EA
1.010
Unit Ductile Iron Water Fittings w/ 3311.0001 TN
1.011 Restraint
Unit Water Line Grouting 241.1001 CY
1.012
i,za� $ izi.00 S 1so,aszoo
5,436 $ 106.00 $ 576,216.00
96 $ 138.00 $ 13,248.00
93 $ 109.00 $ 10,137.00
s 5 6,ozs.00 S ia,o�s.00
1� S z,sso.00 S aa,aso.00
6 $ 2,325.00 $ 13,950.00
12 $ 900.00 $ 10,800.00
3 $ 200.00 $ 600.00
3 $ 200.00 $ 600.00
s 5 6,900.00 5 ss,zoo.00
12 $ 250.00 $ 3,000.00
C
Estimated
Quantity
Installed this
Period
0.0000
D.0000
D.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
Amount to Pay
$ 27, 699.95
$208,348.60
D E F
value this Previously Previously
Period Installed Installed
Quantity Value
S oo i,za� $ iso,sa�.00
$ .DO 5,436 $ 576,216.00
$ .DO 150 $ 20,700.00
$ .00 92 $ 10,028.00
5 0o s 5 is,o�s.00
5 0o v 5 as,aso.00
$ .00 6 $ 13,950.00
$ .00 12 $ 10,800.00
$ .00 3 $ 600.00
$ .00 3 $ 600.00
5 0o s 5 ss,zoo.00
$ .00 12 $ 3,000.00
G H I I J
Materials Total Completed Retainage % Balance to
Presently and Stored to this Period (H/B) Finish
Stored Date(D+F+G) (B-H)
(not in F)
S o0 51so,sszoo 5 0o ioo.00r S o0
S oo $ 576,216.00 5 0o ioo.00i S o0
S oo S zo,�oo.o0 5 0o is6.zsi 5- �,as2.00
S oo S io,ozs.00 5 .o0 98.92% 5 io9.00
S oo S is,ms.00 5 .00 ioo.00i S o0
5 00 5 aa,aso.00 5 0o ioo.00i 5 00
$ .00 $ 13,950.00 $ .00 100.00% $ .00
$ .00 $ 10,800.00 $ .00 100.00% $ .00
S o0 5 eoo.00 S oo ioo.00i 5 00
S o0 5 eoo.00 5 0o ioo.oai 5 00
S oo S ss,zoo.00 5 0o ioo.00i S o0
S oo S 3,000.0o S oo ioo.00i 5 00
Page 3 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Unit Salvage Fire Hydrant 241.151 EA 5 $ 1,100.00 $ 5,500.00 0.0000 $ .00 S $ 5,500.00 $ .00 $ 5,500.00 $ .00 100.00% $ .00
1.013
Unit Fire Hydrant 3312.0001 EA 6 $ 5,450.00 $ 32,700.00 0.0000 $ .00 6 $ 32,700.00 $ .00 $ 32,700.00 $ .00 100.00% $ .00
1.014
Unit Temporary Water Services 3304.0101 LS 1 S 105,000.00 $ 105,000.00 0.0000 $ .00 1 $ 131,250.00 $ .00 $ 131,250.00 $ .00 125.00% $- 26,250.00
1.015
Unit 8" Waterline Lowering 3305.0003 EA 10 $ 8,725.00 $ 87,250.00 0.0000 $ .00 11 $ 95,975.00 $ .00 $ 95,975.00 $ .00 110.00% $- 8,725.00
1.016
Unit Meter Box Relocation 3305.0118 LF 20 $ 290.00 $ S,S00.00 0.0000 $ .00 20 $ 5,800.00 $ .00 $ 5,800.00 $ .00 100.00% $ .00
1.017
Unit 1" Water Service, Meter 3312.2001 EA 163 $ 319.00 $ 51,997.00 0.0000 $ .00 165 $ 52,635.00 $ .00 $ 52,635.00 $ .00 101.23% $- 635.00
1.018 Reconnection
Unit 1" Water Service 33122003 EA 163 $ 1,140.00 $ 185,820.00 0.0000 $ .00 165 $ 188,100.00 $ .00 $ 158,100.00 $ .00 101.23% $- 2,250.00
1.019
Unit 1" Private WaterService 3312.2004 LF 50 $ 120.00 $ 6,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 6,000.00
1.020
Unit 2" Water 5ervice, Meter 3312.2201 EA 2 $ 1,450.00 $ 2,900.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,900.00
1.021 Reconnection
Unit 2"WaterService 3312.2203 EA 2 $ 3,200.00 $ 6,400.00 0.0000 $ .00 1 $ 3,200.00 $ .00 $ 3,200.00 $ .00 50.00% $ 3,200.00
1.022
Unit ConnectiontoExisting4"-12" 3312.0117 EA 17 $ 2,200.00 $ 37,400.00 0.0000 $ .00 17 $ 37,400.00 $ .00 $ 37,400.00 $ .00 100.00% $ .00
1.023 Water Main
Unit Connect to Existing 16" Water 3312.0106 EA 1 $ 10,550.00 $ 10,550.00 0.0000 $ .00 1 $ 10,550.00 $ .00 $ 10,550.00 $ .00 100.00% $ .00
1.024 Main
Unit Trench Safety 3305.0109 LF 6,776 $ 1.00 $ 6,776.00 0.0000 $ .00 6,813 $ 6,813.00 $ .00 $ 6,813.00 $ .00 10055% $- 37.00
1.025
Unit S' Wide Asphalt Pavement 3201.0112 LF 1,247 $ 35.00 $ 43,645.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 43,645.00
1.026 Repair, Residential
Unit Temporary Asphalt Paving 3201.04 LF 6,776 $ 35.00 $ 237,160.00 0.0000 $ .00 6,776 $ 237,160.00 $ .00 $ 237,160.00 $ .00 100.00% $ .00
1.027 Repair
Unit Perm. Asphalt Pvmt Repair, 3201.0151 LF 1,640 $ 35.00 $ 57,400.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 57,400.00
1.028 Water Service
un�c ut�i�cynd�uscment�so/so� ssos.oios �s i 5 s,000.o0 5 s,000.00 o.0000 5 00 0 5 0o S o0 5 00 5 00 o.00i 5 s,000.00
1.029
Unit Remove Existing Concrete Curb 241.13 LF 2,050 $ 6.50 $ 13,325.00 0.0000 $ .00 804 $ 5,227.63 $ .00 $ 5,227.63 $ .00 39.23% $ 8,097.37
Page 4 of 12
Bid Item Description �
No.
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
1.030 and Gutter (50/50)
Unit 6" Concrete Curb and Gutter 3216.0102 LF 2,050 $ 39.00 $ 79,950.00 0.0000 $ .00 804 $ 31,365.75 $ .00 $ 31,365.75 $ .00 39.23% $ 48,584.25
1.031 (50/50)
Unit Remove Existing Concrete 241.0401 SF 3,500 $ 2.75 $ 9,625.00 0.0000 $ .00 886 $ 2,436.73 $ .00 $ 2,436.73 S .00 2532% $ 7,188.27
1.032 Driveway (50/50)
Unit 6" Concrete Driveway (50/50) 3213.0401 SF 3,500 $ 13.00 $ 45,500.00 0.0000 $ .00 886 $ 11,519.04 $ .00 $ 11,519.04 $ .00 2532% $ 33,980.96
1.033
Unit Remove Concrete Sidewalk 241.01 SF 650 $ 4.20 $ 2,730.00 0.0000 $ .00 303 $ 1,270.84 $ .00 $ 1,270.84 $ .00 46.55% $ 1,459.16
1.034 (50/50)
Unit Concrete Curb, Back of 3213.0322 LF 50 $ 30.00 $ 1,500.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,500.00
1.035 Sidewalk (SO/50)
Unit 4" Conc Sidewalk, Adjacent to 3213.0311 SF 175 $ 9.60 $ 1,680.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,680.00
1.036 Curb (50/50)
Unit 4" Concrete Sidewalk (50/SO) 3213.0301 SF 440 $ 9.60 $ 4,224.00 0.0000 $ .00 303 $ 2,904.77 $ .00 $ 2,904.77 $ .00 68.77% $ 1,319.23
1.037
Unit Remove Existing Wheelchair 241.03 EA 5 $ 360.00 $ 1,800.00 0.0000 $ .00 1 $ 180.00 $ .00 $ 150.00 $ .00 10.00% $ 1,620.00
1.038 Ramp (SO/50)
Unit Install NewADA Wheelchair 9999.0002 EA 5 $ 2,700.00 $ 13,500.00 0.0000 $ .00 1 $ 1,350.00 $ .00 $ 1,350.00 $ .00 10.00% $ 12,150.00
1.039 Ramp (w/ detectable warning
dome-tile surface) (50/50)
Unit Remove Existing Concrete 241.14 SY 59 $ 63.00 $ 4,876.83 0.0000 $ .00 68 $ 4,309.83 $ .00 $ 4,309.83 $ .00 58.37% $ 567.00
1.040 Valley Gutter (50/50)
Unit Install New 7" Concrete Valley 3216.0302 SY 72 $ 135.00 $ 10,45035 0.0000 $ .00 68 $ 9,23535 $ .00 $ 9,23535 $ .00 88.37% $ 1,215.00
1.041 Gutter (50/50)
Unit 11" Pavement Pulverization 241.17 SY 3,900 $ 18.00 $ 70,200.00 0.0000 $ .00 6,161 $ 110,90538 $ .00 $ 110,90538 $ .00 157.98% $- 40,70538
1.042 (50/50)
Unit Cem-LimeStabilization@ 321133 TN 63 $ 410.00 $ 25,830.00 0.0000 $ .00 99 $ 40,450.60 $ .00 $ 40,450.60 $ .00 156.60% $- 14,620.60
1.043 32Lbs/SY�50/50)
Unit Unclassified Street Excavation 3123.0101 CY 125 $ 40.00 $ 5,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,000.00
1.044 (50/50)
Unit 3" Surface Course Asphalt, 3212.0303 SY 3,900 $ 30.00 $ 117,000.00 D.0000 $ .00 4,934 $ 148,012.50 $ .00 $ 148,012.50 $ .00 126.51% $- 31,012.50
1.045 Type" D" (50/50)
Unit Preformed Thermoplastic 3217.0112 LF 305 $ 10.00 $ 3,050.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,050.00
1.046 Contrast Markings - 6" DOT (Y)
(50/50)
Page 5 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Unit REFL Raised MarkerTY II-A-A 3217.2103 EA 13 $ 20.00 $ 260.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 260.00
1.047 (50/50)
Unit Water Valve Box Adjustment 3305.0111 EA 6 $ 500.00 $ 3,000.00 0.0000 $ .00 6 $ 3,125.00 $ .00 $ 3,125.00 $ .00 104.17% $- 125.00
1.048 with Concrete Collar (50/50)
Unit ManholeAdjustmentWith 3305.0107 EA 5 $ 2,300.00 $ 11,500.00 0.0000 $ .00 6 $ 14,375.00 $ .00 $ 14,375.00 $ .00 125.00% $- 2,875.00
1.049 Concrete Collar (50/50)
Unit PaintingCurbAddresses 3217.5001 EA 29 $ 90.00 $ 2,610.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,610.00
1.050 (50/50)
Unit Topsoil (50/50) 3291.01 CY 36 $ 130.00 $ 4,680.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 4,680.00
1.051
Unit Block Sod Replacement (50/50) 3292.01 SY 725 $ 47.00 $ 34,075.00 0.0000 $ .00 34 $ 1,574.50 $ .00 $ 1,574.50 $ .00 4.62% $ 32,500.50
1.052
Unit Traffic Control 3471.0001 MO 3 $ 5,000.00 $ 15,000.00 0.0000 $ .00 5 $ 25,000.00 $ .00 $ 25,000.00
.00 166.67% $- 10,000.00
1.053
Unit SWPPP = 1 acre 3125.0101 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,000.00
1.054
Unit HMACTransition 3212.0404 TN 6 $ 260.00 $ 1,560.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,560.00
1.055
Unit Remove Conc Pvmt 241.1 SY 250 $ 40.00 $ 10,000.00 0.0000 $ .00 41 $ 1,633.60 $ .00 $ 1,633.60 $ .00 16.34% $ 8,366.40
1.056
Unit Conc Pvmt Repair, Residential 3201.0614 SY 155 $ 125.00 $ 19,375.00 0.0000 $ .00 41 $ 5,105.00 $ .00 $ 5,105.00 $ .00 26.35% $ 14,270.00
1.057
Unit 2" Asphalt Pvmt Type D(50/50) 3212.0302 SY 1,227 $ 21.00 $ 25,767.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 25,767.00
1.058
Unit 2" Surface Milling (50/50) 241.1506 SY 1,227 $ 6.00 $ 7,362.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 7,362.00
1.059
Unit Construction Staking 171.0101 LS 1 $ 9,000.00 $ 9,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 9,000.00
1.060
Unit Exploratory Excavation of 3305.0103 EA 5 $ 3,000.00 $ 15,000.00 0.0000 $ .00 5 $ 15,000.00 $ .00 $ 15,000.00 $ .00 100.00% $ .00
1.061 Existing Utilities
Unit Construction Allowance 9999.0004 0 $ 92,347.32 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 92,347.32
1.062
Unit As-BuiltSurvey(RedLine 9999.0005 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 1 $ 5,000.00 $ .00 $ 5,000.00 $ .00 100.00% $ .00
1.063 Survey)
Unit Installll/21nch WaterService EA 0 $ 3,150.00 $ 3,150.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,150.00
Page 6 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
1.064 (CO#2)
Unit Reconnect l l/2 lnch Water EA 0 $ 1,400.00 $ 1,400.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,400.00
1.065 Meter (CON2)
Unit Remobilization Fee - Water CO3 LS 0 $ 4,850.00 $ 1,212.50 0.0000 $ .00 0 $ 1,212.50 $ .00 $ 1,212.50 S .00 100.00%
00
1.066
Unit 10" Sewer Pipe (DIP w/ 3331.4205 LF 20 $ 175.00 $ 3,500.00 0.0000 $ .00 20 $ 3,500.00 $ .00 $ 3,500.00 $ .00 100.00% $ .00
2.001 Protecto 401 Coating)
Unit 10" Sewer Pipe (SDR-26) 3331.4201 LF 1,298 $ 115.00 $ 149,270.00 0.0000 $ .00 1,298 $ 149,270.00 $ .00 $ 149,270.00 $ .00 100.00% $ .00
2.002
Unit 8" Sewer Pipe (DIP w/ Protecto 3331.4119 LF 2,182 $ 160.00 $ 349,120.00 0.0000 $ .00 2,152 $ 349,120.00 $ .00 $ 349,120.00 $ .00 100.00% $ .00
2.003 401 Coating)
Unit 8" Sewer Pipe (SDR-26) 3331.4115 LF 1,027 $ 105.00 $ 107,835.00 0.0000 $ .00 1,024 $ 107,520.00 $ .00 $ 107,520.00 $ .00 99.71% $ 315.00
2.004
Unit 8" Sewer Pipe, CSS Backfill 3331.4116 LF 60 $ 123.00 $ 7,380.00 0.0000 $ .00 70 $ 8,610.00 $ .00 $ 8,610.00 $ .00 116.67% $- 1,230.00
2.005 (SDR-26)
Unit 6" to 8" Pipe Enlargement 3331.1102 LF 1,218 $ 110.00 $ 133,980.00 0.0000 $ .00 1,234 $ 135,740.00 $ .00 $ 135,740.00 $ .00 10131% $- 1,760.00
2.006 (HDPE)
Unit Service Reinstatement, Pipe 3331.1201 EA 43 $ 1,920.00 $ 82,560.00 0.0000 $ .00 44 $ 84,480.00 $ .00 $ 84,450.00 $ .00 10233% $- 1,920.00
2.007 Enlargement w/ 2-way
cleanout
Unit Remove 4' Sewer Manhole 241.2201 EA 17 $ 1,000.00 $ 17,000.00 0.0000 $ .00 19 $ 19,000.00 $ .00 $ 19,000.00 $ .00 111.76% $- 2,000.00
2.008
Unit Pre-CCN Inspection 3301.0001 LF 1,218 $ 10.00 $ 12,180.00 0.0000 $ .00 911 $ 9,110.00 $ .00 $ 9,110.00 $ .00 74.79% $ 3,070.00
2.009
Unit Post-CCTV Inspection 3301.0002 LF 5,784 $ 8.00 $ 46,272.00 0.0000 $ .00 7,OS8 $ 56,704.00 $ .00 $ 56,704.00 $ .00 122.54% $- 10,432.00
2.010
Unit Manhole Vacuum Testing 3301.0101 EA 31 $ 250.00 $ 7,750.00 0.0000 $ .00 31 $ 7,750.00 $ .00 $ 7,750.00 $ .00 100.00% $ .00
2.011
Unit ConcreteCollarforManhole 3305.0112 EA 31 $ 1,000.00 $ 31,000.00 0.0000 $ .00 37 $ 37,000.00 $ .00 $ 37,000.00 $ .00 11935% $- 6,000.00
2.012
Unit Trench Safety 3305.0109 LF 4,566 $ 2.00 $ 9,132.00 D.0000 $ .00 4,566 $ 9,132.00 $ .00 $ 9,132.00 $ .00 100.00% $ .00
2.013
Unit 8" Sewer Pipe, Point Repair 3331.0103 LF 200 $ 133.00 $ 26,600.00 0.0000 $ .00 54 $ 7,182.00 $ .00 $ 7,182.00 $ .00 27.00% $ 19,418.00
2.014
Page 7 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Unit 4" Sewer Service w/ 2-way 3331.3101 EA 126 $ 700.00 $ 58,200.00 0.0000 $ .00 139 $ 97,300.00 $ .00 $ 97,300.00 $ .00 11032% $- 9,100.00
2.015 cleanout
Unit 4' Manhole 3339.1001 EA 29 $ 5,400.00 $ 156,600.00 0.0000 $ .00 29 $ 156,600.00 $ .00 $ 156,600.00 $ .00 100.00% $ .00
2.016
Unit 4' Extra Depth Manhole 3339.1003 VF 55 $ 615.00 $ 33,825.00 0.0000 $ .00 55 $ 33,929.55 $ .00 $ 33,929.55 $ .00 10031% $- 104.55
2.017
Unit 4' Drop Manhole 3339.1002 EA 2 $ 6,500.00 $ 13,600.00 0.0000 $ .00 2 $ 13,600.00 $ .00 $ 13,600.00 $ .00 100.00% $ .00
2.018
Unit Epoxy Manhole Liner 3339.0001 VF 19 $ 510.00 $ 9,690.00 0.0000 $ .00 18 $ 9,129.00 $ .00 $ 9,129.00 $ .00 94.21% $ 561.00
2.019
Unit Temporary Asphalt Paving 3201.04 LF 4,566 $ 35.00 $ 159,810.00 0.0000 $ .00 4,566 $ 159,510.00 $ .00 $ 159,810.00 $ .00 100.00% $ .00
2.020 Repair
Unit Perm. Asphalt Pvmt Repair, 3201.015 LF 200 $ 35.00 $ 7,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 7,000.00
2A21 Sewer Service
unit UtilityAdjustment�50/50) 3sos.oios �s i S s,000.00 S s,000.00 o.0000 5 00 0 5 0o S o0 5 00 5 00 o.00i S s,000.00
z.ozz
Unit Remove Existing Concrete Curb 241.13 LF 2,050 $ 6.50 $ 13,325.00 0.0000 $ .00 804 $ 5,227.63 $ .00 $ 5,227.63 $ .00 39.23% $ 8,097.37
2.023 and Gutter (50/50)
Unit 6" Concrete Curb and Gutter 3216.0102 LF 2,050 $ 39.00 $ 79,950.00 0.0000 $ .00 804 $ 31,365J5 $ .00 $ 31,365J5 $ .00 39.23% $ 48,584Z5
2.024 (50/50)
Unit Remove Existing Concrete 241.0401 SF 3,500 $ 2.75 $ 9,625.00 0.0000 $ .00 8S6 $ 2,436.73 $ .00 $ 2,436.73 $ .00 25.32% $ 7,185.27
2.025 Driveway (50/50)
Unit 6" Concrete Driveway (SO/50) 3213.0401 SF 3,500 $ 13.00 $ 45,500.00 0.0000 $ .00 8S6 $ 11,519.04 $ .00 $ 11,519.04 $ .00 25.32% $ 33,980.96
2.026
Unit Remove Concrete5idewalk 241.01 SF 650 $ 4.20 $ 2,730.00 0.0000 $ .00 303 $ 1,270.84 $ .00 $ 1,270.84 $ .00 46.55% $ 1,459.16
2.027 (50/50)
Unit Concrete Curb, Back of 3213.0322 LF 50 $ 30.00 $ 1,500.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,500.00
2.028 Sidewalk (50/50)
Unit 4" Conc Sidewalk, Adjacent to 3213.0311 SF 175 $ 9.60 $ 1,680.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,680.00
2.029 Curb (50/50)
Unit 4" Concrete Sidewalk (50/50) 3213.0301 SF 440 $ 9.60 $ 4,224.00 0.0000 $ .00 303 $ 2,904.77 $ .00 $ 2,904.77 $ .00 68.77% $ 1,319.23
2.030
Unit Remove Existing Wheelchair 241.03 EA 5 $ 360.00 $ 1,500.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 1,800.00
2.031 Ramp (SO/50)
Unit Install NewADA Wheelchair 9999.0002 EA S $ 2,700.00 $ 13,500.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 13,500.00
Page 8 of 12
Bid Item Description
No.
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
2.032 Ramp (w/ detectable warning
dome-tile surface) (SO/50)
Unit Remove Existing Concrete 241.14 SY
2.033 Valley Gutter (50/50)
Unit Install New 7" Concrete Valley 3216.0302 SY
2.034 Gutter (50/50)
Unit 11" Pavement Pulverization 241.17 SY
2.035 (50/50)
Unit Cem-LimeStabilization@ 321133 TN
2.036 32Lbs/SY(50/50)
Unit Unclassified Street Excavation 3123.0101 CY
2.037 (50/50)
Unit 3" Surface Course Asphalt, 3212.0303 SY
2.038 Type" D" (50/50)
Unit Preformed Thermoplastic 3217.0112 LF
2.039 Contrast Markings - 6" DOT (Y)
(50/50)
Unit REFL Raised Marker TY II-A-A 3217.2103 EA
2.040 (50/50)
Unit Water Valve Box Adjustment 3305.0111 EA
2.041 with Concrete Collar (50/50)
Unit ManholeAdjustmentWith 3305.0107 EA
2.042 Concrete Collar (50/50)
Unit PaintingCurbAddresses 3217.5001 EA
2.043 (50/50)
Unit Topsoil(50/50) 3291.01 CY
2.044
Unit Block Sod Replacement (50/50) 3292.01 SY
2.045
Unit Traffic Control 3471.0001 MO
2.046
Unit SWPPP = 1 acre 3125.0101 LS
2.047
Unit HMACTransition 3212.0404 TN
2.048
59 $ 63.00 $ 4,876.83
72 $ 135.00 $ 10,450.35
s,soo 5 ss.00 S �o,zoo.00
63 $ 410.00 $ 25,530.00
125 $ 40.00 $ 5,000.00
3,900 $ 30.00 $ 117,000.00
305 $ 10.00 $ 3,050.00
13 $ 20.00 S 260.00
6 $ 500.00 $ 3,000.00
s 5 z,soo.00 S ll,soo.00
29 $ 90.00 $ 2,610.00
36 $ 130.00 $ 4,680.00
725 $ 47.00 $ 34,075.00
s S s,000.o0 5 is,000.00
1 $ 5,000.00 $ 5,000.00
6 $ 260.00 $ 1,560.00
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
D.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
0.0000
$ 00
$ 00
5 00
$ 00
$ 00
$ 00
$ 00
$ 00
$ 00
5 00
$ 00
$ 00
$ 00
5 00
$ 00
$ 00
68 $ 4,309.83
68 $ 9,23535
6,161 $ 110,900.88
99 $ 40,450.60
0 $ 00
4,934 $ 148,012.50
0 $ 00
0 $ 00
6 $ 3,125.00
6 $ 14,375.00
0 $ 00
0 $ 00
34 $ 1,574.50
s 5 is,000.00
0 $ 00
0 $ 00
$ .00 $ 4,309.83 $ .00 5837% $ 567.00
$ .00 $ 9,235.35 $ .00 5837% $ 1,215.00
S oo S ll0,9oo.as 5 0o is�.9si S- ao,�oo.as
$ .00 $ 40,450.60 $ .00 156.60% $- 14,620.60
S o0 5 0o S o0 o.00i S s,000.00
S o0 51as,olzso 5 0o izesir $- 31,012.50
S o0 5 00 5 00 o.00i S s,oso.00
S o0 5 00 5 00 o.00i S z6o.00
S o0 5 3,1zs.00 5 0o ioa.vi S- Z�s.00
S oo S ia,s�s.00 5 0o izs.00i 5- z,a�s.00
5 0o S oo S o0 o.00i 5 z,6io.00
S o0 5 00 5 00 o.00i S a,6so.00
S o0 5 1,s�aso 5 0o a.6zr S 3z,sooso
S oo S is,000.o0 5 0o ioo.00i S o0
S o0 5 00 5 00 o.00i S s,000.00
S o0 5 00 5 00 o.00i S i,s6o.00
Page 9 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Unit Remove Conc Pvmt 241.1 SY 250 $ 39.00 $ 9,750.00 0.0000 $ .00 41 $ 1,592.76 $ .00 $ 1,592.76 $ .00 1634% $ 8,157.24
2.049
Unit Conc Pvmt Repair, Residential 3201.0614 SY 155 $ 122.00 $ 18,910.00 0.0000 $ .00 41 $ 4,982.48 $ .00 $ 4,982.48 $ .00 2635% $ 13,927.52
2.050
Unit 2" Asphalt Pvmt Type D(50/50) 32120302 SY 1,227 $ 21.00 $ 25,767.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 25,767.00
2.051
Unit 2" Surface Milling (50/50) 241.1506 SY 1,227 $ 6.00 $ 7,362.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 7,362.00
2.052
Unit Construction Staking 171.0101 LS 1 $ 9,000.00 $ 9,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 9,000.00
2.053
Unit Exploratory Excavation of 3305.0103 EA 5 $ 3,000.00 $ 15,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 15,000.00
2.054 Existing Utilities
Unit Construction Allowance 9999.0004 0 $ 89,397.32 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00%
89,397.32
2.055
Unit As-BuiltSurvey(RedLine 9999.0005 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 1 $ 5,000.00 $ .00 $ 5,000.00 $ .00 100.00% $ .00
2.056 Survey)
Unit Modification of new manhole EA 0 $ 2,500.00 $ 5,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 S .00 0.00% $ 5,000.00
2.057 to add drop COp1
Unit Modification of new manhole EA 0 $ 2,500.00 $ 2,500.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 2,500.00
2.058 to add hydraulic slide CO#1
Unit Remobilization Fee - Water CO3 LS 0 $ 4,550.00 $ 1,212.50 0.0000 $ .00 0 $ 1,212.50 $ .00 $ 1,212.50 $ .00 100.00% $ .00
2.059
Unit UtilityAdjustment�50/50) 3305.0108 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,000.00
3.001
Unit Remove Existing Concrete Curb 241.13 LF 4,100 $ 6.50 $ 26,650.00 0.0000 $ .00 1,566 $ 10,175J5 $ .00 $ 10,175J5 $ .00 38.18% $ 16,474.25
3.002 and Gutter (50/SO)
Unit 6" Concrete Curb and Gutter 3216.0102 LF 4,100 $ 39.00 $ 159,900.00 0.0000 $ .00 1,566 $ 61,054.50 $ .00 $ 61,054.50 $ .00 38.18% $ 98,845.50
3.003 (50/50)
Unit Remove Existing Concrete 241.0401 SF 7,000 $ 2.75 $ 19,250.00 0.0000 $ .00 1,722 $ 4,735.04 $ .00 $ 4,735.04 $ .00 24.60% $ 14,514.96
3.004 Driveway (50/50)
Unit 6" Concrete Driveway (50/50) 3213.0401 SF 7,000 $ 13.00 $ 91,000.00 0.0000 $ .00 1,722 $ 22,383.79 $ .00 $ 22,383.79 $ .00 24.60% $ 68,616.21
3.005
Unit Remove Concrete Sidewalk 241.01 SF 1,300 $ 4.20 $ 5,460.00 0.0000 $ .00 522 $ 2,191.69 $ .00 $ 2,191.69 $ .00 40.14% $ 3,265.31
3.006 (50/50)
Unit Concrete Curb, Back of 3213.0322 LF 100 $ 30.00 $ 3,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,000.00
Page 10 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
3.007 Sidewalk (SO/50)
Unit 4" Conc Sidewalk, Adjacent to 3213.0311 SF 350 $ 9.60 $ 3,360.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,360.00
3.008 Curb (SO/50)
Unit 4" Concrete Sidewalk (50/50) 3213.0301 SF 880 $ 9.60 $ 8,448.00 0.0000 $ .00 522 $ 5,009.57 $ .00 $ 5,009.57 S .00 5930% $ 3,438.43
3.009
Unit Remove Existing Wheelchair 241.03 EA 11 $ 360.00 $ 3,960.00 0.0000 $ .00 1 $ 180.00 $ .00 $ 180.00 $ .00 4.55% $ 3,780.00
3.010 Ramp (50/50)
Unit Install NewADA Wheelchair 9999.0002 EA 11 $ 2,700.00 $ 29,700.00 0.0000 $ .00 1 $ 1,350.00 $ .00 $ 1,350.00 $ .00 4.55% $ 28,350.00
3.011 Ramp(w/detectablewarning
dome-tile surface) (50/50)
Unit Remove Existing Concrete 241.14 SY 119 $ 63.00 $ 9,082.08 0.0000 $ .00 126 $ 7,948.08 $ .00 $ 7,948.08 $ .00 87.51% $ 1,134.00
3.012 Valley Gutter (50/50)
Unit Install New 7" Concrete Valley 3216.0302 SY 145 $ 135.00 $ 19,575.00 0.0000 $ .00 126 $ 17,031.60 $ .00 $ 17,031.60 $ .00 87.01% $ 2,543.40
3.013 Gutter (SO/50)
Unit 11" Pavement Pulverization 24117 SY 7,800 $ 18.00 $ 140,400.00 0.0000 $ .00 7,412 $ 133,418.58 $ .00 $ 133,415.88 $ .00 95.03% $ 6,98112
3.014 (50/50)
Unit Cem-LimeStabilization@ 321133 TN 125 $ 410.00 $ 51,250.00 0.0000 $ .00 119 $ 48,650.60 $ .00 $ 48,650.60 $ .00 94.93% $ 2,599.40
3.015 32Lbs/SY�50/50)
Unit Unclassified Street Excavation 3123.0101 CY 250 $ 40.00 $ 10,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 10,000.00
3.016 (50/50)
Unit 3" Surface Course Asphalt, 3212.0303 SY 7,800 $ 30.00 $ 234,000.00 0.0000 $ .00 9,868 S Z96,025.00 $ .00 S 296,025.00 $ .00 126.51% $- 62,025.00
3.017 Type" D" (50/50)
Unit Preformed Thermoplastic 3217.0112 LF 610 $ 10.00 $ 6,100.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 6,100.00
3.018 Contrest Markings - 6" DOT (Y)
(50/50)
Unit REFL Raised MarkerTY II-A-A 3217.2103 EA 25 $ 20.00 $ 500.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 500.00
3.019 (50/50)
Unit WaterValveBoxAdjustment 3305.0111 EA 11 $ 500.00 $ S,S00.00 0.0000 $ .00 13 $ 6,250.00 $ .00 $ 6,250.00 $ .00 113.64% $- 750.00
3.020 with Concrete Collar (50/50)
Unit ManholeAdjustmentWith 3305.0107 EA 9 $ 2,300.00 $ 20,700.00 0.0000 $ .00 13 $ 28,750.00 $ .00 $ 28,750.00 $ .00 138.89% $- 8,050.00
3A21 Concrete Collar (50/SO)
Unit Painting Curb Addresses 3217.5001 EA 59 $ 90.00 $ 5,310.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,310.00
3.022 (SO/50)
Unit Topsoil (50/50) 3291.01 CY 73 $ 130.00 $ 9,490.00 D.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00 �� $ 9,490.00
3.023
Page 11 of 12
FaRTVV��THo
Water Construction Invoice
A B C D E F G H I I J
Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to
No. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish
No. Installed this Quantity Value Stored Date (D+F+G) (B-H)
Period (not in F)
Unit Block Sod Replacement (50/50) 3292.01 SY 1,450 $ 47.00 $ 68,150.00 0.0000 $ .00 134 $ 6,298.00 $ .00 $ 6,298.00 $ .00 9.24% $ 61,852.00
3.024
Unit Remove and Replace Inlet Top 9999.002 EA 12 $ 9,700.00 $ 116,400.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 116,400.00
3.025
Unit Traffic Control 3471.0001 MO 6 $ 5,000.00 $ 30,000.00 0.0000 $ .00 5 $ 25,000.00 $ .00 $ 25,000.00 $ .00 5333% $ 5,000.00
3.026
Unit SWPPP = 1 acre 3125.0101 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 5,000.00
3.027
Unit HMACTransition 3212.0404 TN 13 $ 260.00 $ 3,380.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 3,380.00
3.028
Unit Remove Conc Pvmt 241.1 SY 500 $ 39.00 $ 19,500.00 0.0000 $ .00 70 $ 2,743.26 $ .00 $ 2,743.26 $ .00 14.07% $ 16,756.74
3.029
Unit Conc Pvmt Repair, Residential 3201.0614 SY 310 $ 122.00 $ 37,520.00 0.0000 $ .00 70 $ 8,581.48 $ .00 $ 8,581.48 $ .00 22.69% $ 29,238.52
3.030
Unit 2" Asphalt Pvmt Type D(50/50) 3212.0302 SY 2,454 $ 21.00 $ 51,534.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 51,534.00
3.031
Unit 2" Surface Milling (50/50) 241.1506 SY 2,454 $ 6.00 $ 14,724.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 14,724.00
3.032
Unit Construction Staking 171.0101 LS 1 $ 9,000.00 $ 9,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 9,000.00
3.033
Unit Exploratory Excavation of 3305.0103 EA 10 $ 3,000.00 $ 30,000.00 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 30,000.00
3.034 Existing Utilities
Unit Paving Construction Allowance 9999.0004 0 $ 55,989.92 0.0000 $ .00 0 $ .00 $ .00 $ .00 $ .00 0.00% $ 55,989.92
3.035
Unit As-Built Survey (Red Line 9999.0005 LS 1 $ 5,000.00 $ 5,000.00 0.0000 $ .00 1 $ 5,000.00 $ .00 $ 5,000.00 $ .00 100.00% $ .00
3.036 Survey)
Unit Remobilization Fee - Water CO3 LS 0 $ 4,850.00 $ 2,425.00 0.0000 $ .00 1 $ 2,425.00 $ .00 $ 2,425.00 $ .00 100.00% $ .00
3.037
$5,916,688.00 $ 0.00 $4,720,967.97 $ 0.00 $4,720,967.97 $ 0.00 79.79% $ 413,675.18
Page 12 of 12
CSC No. 60884-CO1
Fo � �' Wo � �r �
Change Order Request
Project Name�Water antl Sanitary Sewer Replacements Contract 2020, WSM-B � City Sec No. �60884 �
Project No.(s)�56002I0600430/0700430I0200431/5740010 � M&C � 23-1008 � City Pro. No. � 103359 �
Project� Water and Sanitary Sewer Replacements Contract 2020, WSM-B I
Description '
Contractor� Gra-Tex utiiities, inc. � Change Order # � 1 � Date: � 11 /7/2024 �
City Project Mgr.� Clayton Torrance � City Inspector � Eric Tinner �
Phone Number:� 817-392-8528 � Phone Number:� 817-647-2566 �
Dept. Water Unit 1 Sewer Unit 2 Paving Unit 3 I Totals I Contract Time I
(Calandar Days)
OriginalContractAmount $2,466,001.00 $2,134,129.00 $1,316,558.00
Extras to Date
Cretlits to Date
Pending Change Ortlers (in M&C Process)
Contract Costto Date $2,466,001.00 $2,134,129.00 $1,316,558.00
�Amount of Proposed Chanqe Order $0.00 $0.00 $0.00
RevisedContractAmount $2,466,001.00 $2,134,129.00 $1,316,558.00
Orig. Funds Available for Change Orders $98,640.00 $85,365.00 $65,828.00
Remaining Funtls Available for this CO $98,640.00 $85,365.00 $65,828.00
Atltlitional Funding (if necessary)
916
916
03
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00%
$7,395,860.00
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Change Order No. 1 provides for the coring/modification of new manhole to match the grade of the existing
sewer line. The existing sewer connection grade was unknown prior to beginning construction of the project.
Staff agrees with the contactor requested 3 additional days.
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 Contractor Name ontr ctor Si nature Date
Gra-Tex Utilities, Inc. John Crowley »�j�2pp¢
2GG /G�;�
Director (Water Dept)
CG�!'lS�"ol�G�P.i' l�Gl!'GIP.i'
�_hi �istonh�i HaiA=i' fN�v lfl_JOJ4l3 (1J (.-CT���
Senior Assistant City AttornE
�
Pro'ect Manager
{1� �"
Constr tion Supervisoi
�. �'. 7-Yo GaYr��t�Y
Assistant Citv Manaaer
:...,. �
Date
11 /7/202
Date
I 1 / 13/24
Date
Nov 19, 202�
M&C Number � N/A � M&C Date Approvetl � N/A
F�1��r' �1'V�O�'r1� City of Fort Worth
Change Order Additions
Project Name � Water and Sanitary Sewer Replacements Contract 2020, WSM-B
Project No.(s) � 56002/0600430/0700430/0200431/5740010
Project � Water and Sanitary Sewer Replacements Contract 2020, WSM-B
Description
Contractor � Gra-Tex Utilities, Inc.
City Project Mgr. � Clayton Torrance �
� City Sec No. � 60884
DOE No. 23-10 City Pro. No. � 103359
� Change Order # �1 Date: � 11/7/2024 �
City Inspector � Eric Tinner �
ADDITIONS
DEPT Qt Unit Unit Cost Total
57 Modification of new manhole to add drop Sewer Unit 2 2.0 EA $2,500.00 $5,000.00
58 Modification of new manhole to atld hytlraulic slide Sewer Unit 2 1.0 EA $2,500.00 $2,500.00
�Water Unit 1
�Sewer Unit 2 $7,500.00
�Paving Unit 3
�
�Additions Sub Total $7,500.00
Page 1 of 1
F��� ����-� City of Fort Worth
�'� Change Order Deletions
Project Name � Water and Sanitary Sewer Replacements Contract 2020, WSM-B � City Sec No. � 60884 �
Project No.(s) � 56002/0600430/0700430/0200431/5740010 � DOE No. � 23-1008 � City Pro. No. � 103359 �
Project Description � Water and Sanitary Sewer Replacements Contract 2020, WSM-B I
�
Contractor � Gra-Tex Utilities, Inc. � Change Order #� 1 � Date � 11/7/2024 �
City Project Mgr. � Clayton Torrance � City Inspector � Eric Tinner �
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
55 Construction Allowance Sewer Unit 2 0.0750 LS $100,000.00 $7,500.00
IWater Unit 1
ISewer Unit 2 $7,500.00
IPaving Unit 3
IDeletions Sub Total $7,500.00
Page 1 of 1
MIWBE Breakdown for this Change Order
MWBE Sub Type of Service Amount for this CO
Total $0.00
Co #
Previous Change Orders
DATE AMOUNT
Total I $0.00 �
11/7/2024
Water & Sanitary Sewer Replacements Contract 2020, WSM-B
CSC: 60884
CPN:103359
Chan�e Order 1 Notes
Staff has reviewed the requested prices and addition to calendar days and considers
them to be fair and reasonable.
Contract Compliance Mana�er
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.
�_���d/7i !'!!�. %62�,ct�'LC'�
Signature
Clayton M. Torrance, P.E.
Name of Employee
Professional Engineer
Title
ATTEST:
V � � .��
Jannette Goodall
City Secretary
CSC No. 60884-0O2
FORT WORTH
"_"' �— Change Order Request
Project Name�Water and Sanitary Sewer Replacements Contract 2020, WSM-B
Project No.(s)I5600210600430107004301020043115740010 I M&C I
Project Water and Sanitary Sewer Replacements Contracl 2020, WSM-B
Description
I Ciry Sec No. �60884
23-1008 � City Pro. No. � 103359
Contractor� �ra-Tex Utilities, Inc. � Change Order # � 2 �
Ciiy Project Mgr. � Clayton Torrance � City Inspector � Eric Tinne
Phone Number:l 817-392-8528 I Phone Number: � 817-647-2566
Dept.
Original Contract Amount
Extras to Date
Credits to Dale
Pending Change Ortlers (in M&C Process)
Contract Cost to Date
�Amount of Proposed Change Order
Revised Contract Amount
Orig. Funds Available for Change Orders
Remaining Funds Available for this CO
Additional Funding (if necessary)
Water Unit 1 Sewer Unit 2 Paving Unit 3
$2,466,001.00 $2,134,129.00 $1,316,558.00
$2,466,001.00 $2,134,129.00 $1,316,558.00
$0.00 �0.00 �0.00
$2,466,001.00 $2,134,129.00 $1,316,558.00
�9a,640.00 $85,365.00 $65,828.00
$98,640.00 $85,365.00 $65,828.00
$0.00
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Date: � 1211312024 �
r �
�
Totals Contract7ime
(Calandar Days)
$5,916,688Aas100
3
$5,916,688AOM03
�0.0�1
$5,916,68a.0(X�404
$249,833.OQ
0,00%
$7,395,860.00
Change Order No. 2 provides for the installation and reconnection of a 1 1/2 inch water service that was
identified as a 1 inch service prior to beginning construction of the project. Staff agrees with the contactor
requested 1 additional day.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaclion 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 �lame ,� Contractor Name � Cor�fr�ctor Si nature Date
I Gra-Tex Utilities,�c.� John Crowley vj� �' �,��j 2/17/2024
�o ji - si
In�ector � �.� Pro'ect Manager Date I
���'����Z'%'I�� � ��f.Gy�.d/1i � �622C'i.{ZC�2 12/17/202A
£ cr Water Dept � � Constr�ion Supervisor (TPW Dept) �. Date
�;5�-on�����d��- T.s. T�o�y Ga��fne� o2-os-2
�n� ���t� � e �>> ��-� �����sr��
Senio�s� nt C�tomey AC`s,sis�ta�nt City Manager Date �
� �� Feb 28, 202�
� �,�,.
� �ouncil �ction �� required) � �
M&C Number � N/A � M&C Date Approved � NIA � I
FORT WORT�][ City of Fort Worth
Change Order Additions
Project Name � Water antl Sanitary Sewer Replacements Contract 2020, WSM-B
Project No.(s) � 560021060043010700430/0200431/5740010 �
Project Water antl Sanitary Sewer Replacements Contract 2020, WSM-8
Description
I City Sec No. � 60884
DOE No. 23-10 City Pro. No. � 103359
Contractor � Gra-Tex Utilities, Inc. � Change Order #�2 Date: � 1 211 312 0 2 4 �
City Project Mgr. � Clayton Torrance � City Inspector � Eric Tinner �
I I tM
64
65
UESCFtIP I IUN
ADDITIONS
DEPT Qty Unit Unit Cost Total
Water Unit 1 1.0 EA $3,150.00 $3,150.00
Water Unit 1 1.0 EA $1,400.00 $1,400.00
Install 1 1/2 Inch Water Service
Reconnect 1 1/2 Inch Water Meter
�Water Unit 1 $4,550.00
�Sewer Unit 2
�Paving Unit 3
IAdditions Sub Total ; $4,550.00
Page 1 of 1
F��� ����-� City of Fort Worth
�'� Change Order Deletions
Project Name � Water and Sanitary Sewer Replacements Contract 2020, WSM-B � City Sec No. � 60884 �
Project No.(s) � 56002/0600430/0700430/0200431/5740010 � DOE No. � 23-1008 � City Pro. No. � 103359 �
Project Description � Water and Sanitary Sewer Replacements Contract 2020, WSM-B I
�
Contractor � Gra-Tex Utilities, Inc. � Change Order #� 2 � Date � 2/25/2025 �
City Project Mgr. � Clayton Torrance � City Inspector � Eric Tinner �
DELETIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
62 Construction Allowance Water Unit 1 0.0455 LS $100,000.00 $4,550.00
IWater Unit 1 $4,550.00
ISewer Unit 2
IPaving Unit 3
�
IDeletions Sub Total $4,550.00
Page 1 of 1
MNVBE Breakdown for this Change Order
MWBE Sub � Type of Service I Amount for this CO
Total $0.00 �
Previous Change Orders
co # I DATE I AMOUNT
Total $0.00 �
02/25/2025
Water & Sanitary Sewer Replacements Contract 2020, WSM-B
CSC: 60884
CPN:103359
Change Order 2 Notes
Staff has reviewed the requested prices and addition to calendar days and considers
them to be fair and reasonable.
Contract Compliance Mana�er
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.
�_���d/7i !'!!�. %62�,ct�'LC'�
Signature
Clayton M. Torrance, P.E.
Name of Employee
Professional Engineer
Title
ATTEST:
V � � .��
Jannette Goodall
City Secretary
CSC No. 60884-0O3
FO R�' ��O R T H
Change Order Request
Project Name�Water and Sanitary Sewer Replacements Contract 2020, WSM-B �
Project No.(s)I5 6 0 02106 0 04 3 0107 0 04 3 010 2 0 04 3115 74 0 01 0 � M&C � 23-1008 I
Project Water antl Sanitary Sewer Replacements Contract 2020, WSM-B
Description
City Sec No. �60884
City Pro. No. � 103359
Contractorl Gra-Tex Utilities, Inc. � Change Ortler# � 3 � Date: �7/31/2025 �
City Project Mgr.� Clayton Torrance � City Inspector � Eric Tinner �
Phone Number:� 817-392-8528 � Phone Number:� 817-647-2566 �
Dept. I Water Unit 1 I Sewer Unit 2 I Paving Unit 3 I I Totals I Contract Time
(Calandar Days)
OriginalContractAmount $2,466,001.00 $2,134,129.00 $1,316,558.00 $5,91
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Costto Date $2,466,001.00 $2,134,129.00 $1,316,558.00 $5,91
�Amount of Proposed Change Order $0.00 $0.00 $0.00
RevisedContractAmount $2,466,001.00 $2,134,129.00 $1,316,558.00 $5,91
Orig. Funds Available for Change Orders $98,640.00 $85,365.00 $65,828.00 $24
Remaining Funds Available for this CO $98,640.00 $85,365.00 $65,828.00
Additional Funding (if necessary)
4
035
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.00%
$7,395,860.00
JUSTIFICATION (REASONS) FOR CHANGE ORDER
Change Order No. 3 provides compensation for the following:
• Increased quantity of valley gutter replacement due to actual field conditions that were encountered during
construction
• Remobilization expenses that were incurred because the contractor had to demobilize from the job site to
allow Atmos to adjust its gas main at the indicated valley gutter
Staff concurs with the contractor's request for 35 additional days on the project
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in
full (both time and money) for all costs arising out of, or incidental to, the above Change Order.
Contractor's Company Name Contractor Name ractor 'gnature Date
Gra-Tex Utilities, Inc. John Crowley �� � � �uiy 3� 2oz5
Eric Tinner
Director (Water Dept)
Cl��;rto�ke� h�a�der-
� ,,�G�„� � ���-
Senior Assistant City f
M.� �,-
M&C Number
Cc�fruction Supervisor (TPW I
r.s. ��D �?G�Ol�G�1�
Assistan City Mana er
c �- �
�� �� �
Council Action (if required)
N/A I M&C Date Approved
N/A
Date
8/6/25
Date
8/06/25
Date
F[]�T �VQRTH City of Fort Worth
Change Order Additions
Project Name � Water and Sanitary Sewer Replacements Contract 2020, WSM-B
Project No.(s) � 56002/060043010700430/0200431/5740010
Project � Water and Sanitary Sewer Replacements Contract 2020, WSM-B
Description
Contractor � Gra-Tex Utilities, Inc.
City Project Mgr. � Clayton Torrance �
� City Sec No. � 60884
DOE No. 23-10 City Pro. No. � 103359
� Change Order # �3 Date: � 7131/2025 �
City Inspector � Eric Tinner �
ADDITIONS
DEPT Qt Unit Unit Cost Total
40 Remove Existing Concrete Valley Gutter (50/50) - Water Water Unit 1 18.41 SY $63.00 $1,159.8300
33 Remove Existing Concrete Valley Gutter (50I50) - Sewer Sewer Unit 2 18.41 SY $63.00 $1,159.8300
12 Remove Existing Concrete Valley Gutter (50/50) - TPW Paving Unit 3 25.16 SY $63.00 $1,585.0800
41 Install New 7" Concrete Valley Gutter (50/50) - Water Water Unit 1 5.41 SY $135.00 $730.3500
34 Install New 7" Concrete Valley Gutter (50/50) - Sewer Sewer Unit 2 5.41 SY $135.00 $730.3500
66 Remobilezation Fee - Water
59 Remobilezation Fee - Water
37 Remobilezation Fee - Water
�Water Unit 1
�Sewer Unit 2
�Paving Unit 3
�
�Additions Sub Total
Water Unit 1 0.25 LS $4,850.00 $1,212.5000
Sewer Unit 2 0.25 LS $4,850.00 $1,212.5000
Paving Unit 3 0.50 LS $4,850.00 $2,425.0000
$3,102.68
$3,102.68
$4,010.08
$10,215.44
Page 1 of 1
FC]RT ��VORTH City of Fort Worth
Change Order Deletions
Project Name � Water and Sanitary Sewer Replacements Contract 2020, WSM-B � City Sec No. � 60884 �
Project No.(s) � 56002/060043010700430/0200431I5740010 � DOE No. � 23-1008 � City Pro. No. � 103359 �
Project Description � Water antl Sanitary Sewer Replacements Contract 2020, WSM-B I
�
Contractor � Gra-Tex Utilities, Inc. � Change Order #� 3 � Date � 7/31/2025 �
City Project Mgr. � Clayton Torrance � City Inspector � Eric Tinner I
ITEM �DESCRIPTION
62 Construction Allowance
55 Construction Allowance
35 Construction Allowance
DELETIONS
DEPT Qty Unit Unit Cost
Water Unit 1 0.0310268 LS $100,000.00
Sewer Unit 2 0.0310268 LS $100,000.00
Paving Unit 3 0.06683 LS $60,000.00
IWater Unit 1
ISewer Unit 2
IPaving Unit 3
�
IDeletions Sub Total
Page 1 of 1
otal
$3,102.68
$3,102.68
$4,010.08
$3,102.68
$3,102.68
$4,010.08
$10,215.44
MIWBE Breakdown for this Change Order
MWBE Sub Type of Service Amount for this CO
Total $0.00
Co #
Previous Change Orders
DATE AMOUNT
Total I $0.00 �
07/31/2025
Water & Sanitary Sewer Replacements Contract 2020, WSM-B
CSC: 60884
CPN:103359
Change Order 3 Notes
Staff has reviewed the requested prices and addition to calendar days and considers
them to be fair and reasonable.
Contract Compliance Mana�er
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.
�_���d/7i !'!!�. %62�,ct�'LC'�
Signature
Clayton M. Torrance, P.E.
Name of Employee
Professional Engineer
Title
ATTEST:
V � � .��
Jannette Goodall
City Secretary
FO RT WO RT H
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Water And Sanitary Sewer Replacement Contract 2020,WSM-B
CITY PROJECT NUMBER: CPN 103359
� WATER
PIPE LAID SIZE TYPE OF PIPE
12" PVC
8" PVC
6" PVC
FIRE HYDRANTS: 6
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
�
PIPE LAID
PIPE ABANDONED
DENSTTIES:
NEW SERVICES:
VALVES (16" OR LARGER)
SIZE TYPE OF PIPE
yes
1" ( 165 ) Copper
2° ( 1 ) Copper
SEWER
SIZE TYPE OF PIPE
10" DIP
10" PVC SDR -26
8" DIP
8" PVC SDR-26
8" HDPE
SIZE
4"(183)
TYPE OF PIPE
yes
PVC SDR-26
LF
1247
5586
92
LF
LF
LF
20
1298
2182
1094
1234
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmoxton Street • Fort Worth, TX 76012-6311
CONSENT OF SURETY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
TO OWNER: City of Fort Worth
r;v�n7e �n� �aare.s.�) 1000 Throckmorton Street
Fort Worth, Texas 76102
RE: Bond #46BCSIT9180
PROJECT: Water & Sanitary Sewer Contract
(vamemidaddress) 2020 WSM-B, City PI'OjeCt NO.
103359
Fort Worth, Texas
O�'�'NER
AKCHl'TEC'T
CONTRACTOR
SURETY
OTHER
�ll2CHITECT'S PROJECT NO.:
103381-2 60068
�
�
�
�
�
CONTRACT FOR:
Water and Sanitary Sewer Replacement Contract
2020 WSM-B, City Project No. 103359
CONTRACT DATED: 11-28-2023
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Ins¢r� nume and oddress ojSureryJ
Hartford Fire Insurance Company
,SURETY,
on bond of
(Inserz name an�iaddressofContracror)
Gra-Tex Utilities. Inc.
,CONTRACTOR,
hereby approves of the final pa}ment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Suret} of any
of its obligations to
/Insert name and adcire.c.s o�Ouner/
City of Fort Worth
1000 Throckmorton Street
Fort Worth, Texas 76102
, OWNEI2,
as set tbrth in said Surety's bondl
IN W'ITi�IESS WHEREOF, the Surety has hereunto set its hand on this date: October 24, 2025
pnse�v in writing the month (ollowed hy the numeric date und year.)
Attest:
Hartford Fir �I�urance Company
(SureryJ
(Srgnature o t ori�ed representativeJ
Jim H. Barr, Attorney-In-Fact
(Prinred nanze and title)
S-2134lAS 10/01
XDP
Direct lnquiries/Claims to:
THE HARTFORD
PO�L1\ o�i L 1 1 1 oJ�1tL \� 1 BOND,T-11
One Hartford Plaza
Hartford, Connecticut06955
Bond.Claimsnthehartford.com
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: � ���� l u. UE'Ii �� N�u:? J� E7 5� �-S LLC
�
�
�
�'.
-I
�I
�
�
Agency Code: 4 6- 51� 4�S�
Hartford Fire Insurance Company, a corporation duly orgm�ized uuder rhe la��s of the State of Connecticut
Hartford Casualty Insurance Company, a corporaeioi� duly organizea ander the la�vs of th� State of ludiana
Hartford AceidenY and Indemnity Company, a corporation duly or�anized under the la�vs of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duh orgnnized undcr the taws of the State of Connacticut
Twin City Flre InsuranCe Company, a curporation duh� organized undcr the 11���s oi'th� State of ]ndiana
HartFord Insurance Company of Illinois, a corporation duly� org�miz�d undcr th� la���> otthe State of [Ilinuis
Hartford InsuranCe Company of the Midwest, a corporation duly organized uiici�r thc la�vs uf the State of Indiana
Hartford Insurance Company of the Southeast, a corpuration d�ilv oreanized ander the 1����s ofrhe Stat� o�f}�lo,-icla
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of Ur;l i m.' t�ed :
�rad;ey Beard, �im H. Barr, Daniel_ F. Dacy �IIT, Z'xacie G3r.ner, C'.�r.is He1.t, pau7.a C.
Jon�s of FCRT �vORTH, Texas
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by �, 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.
In Wi4ness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have
caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguousiy affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
� �� . !'`
y�'tYitWy ,n \ t rM ♦.�[� s MT3fi�, j��cc can' y`�p`� �4
�7 4Sr l� 1k � � `� .�'"� S s ` � �" ss. l` t��e+ J'`•l ^°G � °t�
" �i � _,:r+i . s� y,41lP �``��1� ..a.. ��' r
� st �,k 4 +�r r, .. t $ 9 7f ��� . �, ; � 3.. t ; _ :; .#A�
�► � t i<. t< 4�ro�s4t► �' 1� 7 9 # �' I 4 t? �
� �� F % "? , yt4 �t ., - ....«..' a � 91,�''�+..,.�%.fii � 2 � t 9'Y
� q�� .. � _�. ` �
* _ ��.'4'+tlwR4 ��' It �� AY� ! �,i{�� !Of>!i' .,...
ff!%T/��%t,�'�'�� "ti✓ � �,(�i%1-�
CJ
Shelby Wiggins, Assistant Secretary
S7ATE �F FLE}RlQA
s�. Lake Mary
fOUNTY C}F SEMINQIE
/\ /� / )
L_' "�.�/�" �V '�/ ' �Mi...^
�'
Joelle L, LaPierre, Assistant Vice President
On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that
(s)he resides in Seminole County. State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority.
. h � �� �. e. � .
�,
} � Y.
' ,r � .
-`��?i �it.C'. .
j �.'��/' V
fc'SJIt;H C7CfOlIC
M�- Commission HI-{ 1'�'RO
L.cpires June'0, ?0�:
i, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true
and correct copy of the Power of Attomey executed by said Companfes, which is still in full force effective as of2��l� day of October, 2025.
µtri'►Hi f'��� eiu�k,q �,rE� .� 1� �,��°ctcaR4 t�ew�`�'y .
}� // �� '�e .., lE ,{ •} � �-- 1 �
Q� ..r�!a��t�" J ! � �s..a � tr��. s t,40� <.fi �'��pv� 3 J��.ae.fp ,+, ��+�'wce�c°°�
o ` �M�' � i� �b. �.� Sj titST F * � i . . }t t °i
Y '�11.M1 �\ . "�.2° . :t, �alilA7l�' `iQ�fQj .�rGi4�{ .;Isi4
� � � ���e*,.�.e� �� f�''ts , .o'� � a 4`� ,�w�p..: ���•�'"r� ''�T�'�..'a�o •
.. RR.4.,,, . ._.
'F 'l-i-'� � ,��%� C' �..i
,� � :�� �Q
Keith D. Dozois, Assistant Vice President
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 John Crowley,
Project Manager Of Gra-Tex Utilities, Inc. , known to me to be a credible
person, who being by me duly sworn, upon his oath deposed and said;
That all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
Water and Sanitary Sewer Replacement Contract 2020, WSM-B
CPN # 103359
BY �i�. ��./�v�, /.
O Name or Title
Subscribed and sworn before me on this 23rd Day of October, 2025
/
Notar ubli
County, State
o.�eR" °��� GREG STEVEN HUGDAHL
x�n NOtary ID #1281609Si
�+ t My Commission Expires
'+F o� �* April 5, 2026
on the sa�d Re9U ah�°ns, P art 3 l29
� o� PPr"2� a�� m�ssb\e dedu P`Q�5 as defined �n
and e�d� 9 � o�her
�2�,2025 any perso ,
loatwn
me�cm9 °� a ys earned by y�a9e determ
edod cort� eMy W g e\oW � '�n an9
e PaYro\\ P m ihe fu\\ W e desci�bed b nta��ed
W SMA', �'"a(EX vT\l T\ E S �40 V g G. 2?6c1, and
e rates �� �o Such
b\e wa9
i \� epa�ment of �abor= of rV
� �he apP
C, on �e P�O�e� haA of s�� ��t 96i t�6 Stat 35 �, �o� Aess tiha
9 2 c h e r e�n a�e v �� t ed Sta�es O
u"(\l\"(\ES:\nd�rett\Y t� ���3 Stat. ��' �pntaM� Z�a\n�n9� Y
ees,
05, 2D2 5 emP�oYe d b y ade e t� r d\r end d l 4 S `'tat. 948, \a� a� me�han�cs U re�6cesMP and io� the b e i Su�� eR`P\o
ters
d o f P P P n ei�t a
Da�e'MayreY�Ystateo m �t, am � � atesfo� � p g ,
do he my�Y of the ��e been �r WG Pe\a�d A as wa9 ed by the B��e e to r� rams ct
\, �� e N;sy the �a < no �eba{es a b�r ��der Lhe �d �ornP�ete; he PerfO�ed sh�p age�cy n
reco9 '¢ �o r�a�e the �o�tr
W� Ye ti� c e t h� .p\\\ be mad aPP �\re e h e ids as \�sted ln
�1� �h�t \ Pay or su es ear�yd, $e�retary of l p 9
�orre�t w\<h the
eeldy'Na9 uydbY � abo�e Penod a�e iQ�m . h
a P�en
�am �eg�ste�.ment of l b°r.
Ve pey� o
the f u\\ W �� s s t h e e c han�� G�^ t h e �O��rac
dfrm
GFR `'ubtil\e P� Yo be SubR`�tte eaGh \abo�er or m ���Sted �m p
ona i�de aPP�e�fi cesuP` e� tates �epa
Wag e rate ��S che amO �� t oi Lhe re
��red re�n {°� of fnn9e b e�efris as
trect �es Syt for�h the Y
��der th`5 ��n i�on d�� a b d"(ra�nm9� , P
aYments
dassrf\ca re9�s{ere ti�ysh�P an
�o\\ ���cab\e bas�c
e�n\se are d��y of PPP�en en�ed Pay S�m of i.he aPP
l2� �ha� ated n�o the �O�tra�t�• �ha� < ln above Periodh the Burea� ROGRPMS �� the ab��e �efet SS than Lhe
\n�°rp°�a aPPre�tices e npaosty e re re9�ste�ed W VED P�ANS,c \ab e oRmeGha��� \\sted 5`� the p��°�\, a� am�unt n°t \e
t�y�o9n�z d a9e"�Y ewsts PRE PA\D T� Wa9e O es Pa�d t° ea ee� py�d, d�cated on
a
(Al that FR\NGE gENEF\"( ` e baslc hou�\4lcl be\ow- �ed PayroU has b
`a� WNERE �n a ed`t�a$ �oted m$e�t� \D \N CPSNhe a�ove refer EX �anai�on
en
� FR\NGEBEabo\e oPmes cton4i�be\oW.
lbl WNE4 Ea�eP� as �Oted `n
ex
(�) Ex�EP�,oNs r tGraft
/ N 1Da� �F �\'(�E �a PN�
�x � v'ti �ROSECU'(\ON� SE� SE�'(\O
��.e., ' � ;��:ye.si- t C\�„ORCR�M�NpI
y'�4 F o
MEN�S MPY SUB�Ec,� TNE G
ONT�'C'(OR OR S�BC�Nt�C?�R
P��s\de�t
Vlce E g'(ATE
�Rosenbaum TNE Pg��GopE.
F P�`'�F�CP�1 pF �HE UNOE� ST P�ES
W ���Fv� �F 1\T�E 3
r�nN 231
F�RT�ORTH�
`--�
TRANSPORTATION AND PUBLIC WORKS
January 14, 2026
Gra —Tex Utilities Inc
P.O. Box 1038
Kennedale Tx. 76060
RE: Acceptance Letter
Project Name: Water & Sanitary Sewer Replacement Contract 2020, WSW-B
Project Type: Water,Sewer & Paving
City Project No.: 103359
To Whom It May Concern:
On October 27, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on January 6, 2026. The final inspection
and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and
is therefore accepted by the City. The warranty period will start on January 6, 2026, which is the date of
the punch list completion and will extend of two (2) years in accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 682-
402-0146.
Sincerely,
Clayton Torrance, Project Manager �� �'
Preeti KC, Program Manager
P� KG
Cc: Eric Tinner, Inspector
Troy Gardner, Inspection Supervisor
Ariel Duarte, Senior Inspector
Preeti KC, Program Manager
Binkley & Barfield, Consultant
Gra Tex Utilities Inc , Contractor
N/A, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19