Loading...
HomeMy WebLinkAboutContract 46075-FP1 Depa et &W Const. Services DOE ate Ptojec anag r �u"I ,1 G CITY SECS U Risk Management 6f 'LT WORTH. coMAC7 p .-bA q D.O.E. Brothe on '" l I CFA Westerman]Scanned !�7Q The Proceeding people have been C tatted concemi g the request for final 501?P0 payment 8 have released this project for such payment 'TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION GS ���,� D.O.E. Ns: 6754 Regarding contract 46075 for WATER&SE%VER REPLACE CONT 2009 WSM-L as required by the WATER DEPARTMENT as approved by City Council on 10/14/2014 through M&C C-27043 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: rFE $1,841,146.00 F Amount of Approved Change Orders: ���� $8.50 Ns 1 Revised Contract Amount: $1,841,154.50 Total Cost Work Completed: — �r $1,821,948.75 Less Deductions: i Liquidated Damages: Days®$650.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,821,948.75 Less Previous Payments: $1,797,987.27 Final Payment Due $23,961.48 Recomm nded r Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction 70 Accepted Date Asst. Director, WATER DEPARTMENT Asst. Ci Manager Date Comments: FUND�ACCT:WATER PPP253-6081701478/SEWER P258-7081701478 CITY PROJECT Zl AZZoMM FED 1 12016 �+ P .?s3-0•479 EELEEIVC c 511(c0-1 City Project Numbers 01478 DOE Number 6754 Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Estimate Number 24 Contract Limits Payment Number 24 Project Type WATER&SEWER For Period Ending 11302015 Project Funding Project Manager Schwinger City Secretary Contract Number 46075 Inspectors RODGERS / BRENZ Contract Date 10/142014 Contractor M.E.BURNS CONSTRUCTION,INC. Contract Time 380 CD P.O.BOX 783 Days Charged to Date 302 CD BURLESON, TX 76097 Contract is .000000 Complete jj)) CITY OF FORT WORTH PO # _ L, I _ Qd - SUMMARY OF CHARGES 1W010E # 9wT5 ~!8 Line Fund Account Center Amount Gross Retainage Net Funded _ _ _ _ ___ __ �f-i-f ?2�7 2•_ '' � ��[.� �F"-�•�/�—��GfFf _ Cy, � ��f � ���tl{Lam/ , Total Cost of Work Completed $1,821,948.75 Less %Retained $0.00 WATER DEPARTMENT Net Earned $1,821,948.75 ENGINEERING FISCAL SERVICES Earned This Period $23,961.48 Caines I4won is J. _7 Retainage This Period $0.00 wom for (J111 I Less Liquidated Damages VERU nVENT CHECK OICK•Ur YES 0 Days Q $0.00 1 Day $0.00 LessPavement Deficiency $0.00 Lees Penalty $0.00 Less Previous Payment $1,797,987.27 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $23,%IAS i Tuesday,January 05,2016 Paw 7 of 7 I 253- OW19 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Contract Limits Project Type WATER&SEWER City Project Numbers 01478 DOE Number 6754 Estimate Number 24 Payment Number 24 For Period Ending 11/30/2015 CD City Secretary Contract Number 46075 Contract Time 38ED Contract Date 10/14/2014 Days Charged to Date 302 Project Manager Schwinger Contract is 99.000 Complete Contractor M.E.BURNS CONSTRUCTION,INC. P.O.BOX 783 BURLESON, TX 76097 Inspectors RODGERS / BRENZ f� f f Tuesday January 05,2016 Page 1 of 7 I F / I i i Y1 I City Project Numbers 01478 DOE Number 6754 Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Estimate Number 24 Contract Limits Payment Number 24 Project Type WATER&SEWER For Period Ending 11/30/2015 i Project Funding Unit L Water Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3311.02518"DIP Water 139 LF $45.00 $6,255.00 139 $6,255.00 2 3311.02618"PVC Water Pipe(CO#1) 9170 LF $35.00 $320,950.00 9170 $320,950.00 i 3 33I1.0161 6"PVC Water Pipe(CO#1) 91 LF $27.50 $2,502.50 91 $2,502.50 j 4 0241.1303 Remove 8"Water Valve 9 EA $75.00 $675.00 9 $675.00 5 0241.1302 Remove 6"Water Valve 7 EA $75.00 $525.00 7 $525.00 6 0241.1301 Remove 4"Water Valve 2 EA $75.00 $150.00 2 $150.00 I 7 0241.1602 Remove Concrete Water Vaul 1 EA $250.00 $250.00 1 $250.00 i 8 0241.1510 Salvage Fire Ilydrant(CO#1) 6 EA $250.00 $1,500.00 6 $1,500.00 10 0241.1512 Salvage 1"Water Meter(CO#1) 175 EA $50.00 $8,750.00 175 $8,750.00 i 11 0241.1513 Salvage 1 1/2"Water Meter(CO#1) 2 EA $100.00 $200.00 2 $200.00 12 0241.1514 Salvage 2"Water Meter(CO#1) 1 EA $100.00 $100.00 1 $100.00 13 0241.1203 8"Water Abandonment Plug 6 EA $250.00 $1,500.00 6 $1,500.00 14 3312.3003 8"Gate Valve w/Box(CO#1) 23 EA $1,300.00 $29,900.00 23 $29,900.00 I5 3312.3002 6"Gate Valve w/Box(CO#1) 8 EA $975.00 $7,800.00 8 $7,800.00 17 3312.0001 Fire Hydrant(CO#1) 8 EA $2,750.00 $22,000.00 8 $22,000.00 18 3311.0001 Ductile Iron Water Fitting(CO#1) 4.19 To $4,200.00 $17,598.00 4.19 $17,598.00 19 3312.0117 Connectin to Existing 4"-1 22 EA $750.00 $16,500.00 22 $16,500.00 20 3305.0003 8"Water Line Lowering 2 EA $1,500.00 $3,000.00 2 $3,000.00 21 3304.0101 Temporary Water Services 1 LS $70,000.00 $70,000.00 1 $70,000.00 22 3312.20011"Water Service,Meter Re (CO#1) 175 EA $125.00 $21,875.00 175 $21,875.00 j s 23 3312.20031"Water Service(CO#1) 180 EA $900.00 $162,000.00 180 $162,000.00 24 3312.20041"Private Water Service(CO#1) 82 LF $25.00 $2,050.00 82 $2,050.00 25 3312.2101 1 1/2"Water Service,Mete(CO#1) 2 EA $200.00 $400.00 2 $400.00 26 3312.2103 11/2"Water Service(CO#1) 2 EA $1,700.00 $3,400.00 2 $3,400.00 l 28 3312.22012"Water Service,Meter Re(CO#1) 1 EA $500.00 $500.00 1 $500.00 29 3312.2203 2"Water Service(CO#1) 1 EA $2,250.00 $2,250.00 1 $2,250.00 31 3216.0102 7"Cone.Curb and Gutter(CO#1) 53 LF $28.00 $1,484.00 28.5 $798.00 32 3213.04016"Concrete Driveway(CO#1) 109.5 SF $20.00 $2,190.00 109.5 $2,190.00 34 3216.03016"Cone.Valley Gutter(CO#1) 68.5 SY $145.00 $9,932.50 68.5 $9,932.50 37 3201.0112 5'Wide Asphalt Pvmt Repai(CO#1) 1041 LF $50.00 $52,050.00 1041 $52,050.00 39 3201.0400 Temporary Asphalt Paving R(CO#1) 10018 LF $9.50 $95,171.00 10018 $95,171.00 Tuesday,January 05,2016 Page 2 of 7 i j i i I City Project Numbers 01478 DOE Number 6754 Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Estimate Number 24 j Contract Limits Payment Number 24 Project Type WATER&SEWER For Period Ending 11/30/2015 Project Funding 40 3305.0109 Trench Safety 500 LF $2.00 $1,000.00 500 $1,000.00 41 3292.0100 Block Sod Placement 1202 SY $7.50 $9,015.00 1050 $7,875.00 43 3125.0101 SWPPP>_1 Acre 1 LS $2,500.00 $2,500.00 1 $2,500.00 44 3471.0001 Traffic Control(CO#1) 11.86 MO $1,800.00 $21,348.00 10 $18,000.00 46 Sheet metal fence(CO#1) 42 LF $43.00 $1,806.00 42 $1,806.00 i 47 R/R Sheet metal gate(CO#1) 1 EA $700.00 $700.00 1 $700.00 48 Remove wrought iron fence(CO#1) 899 LF $10.00 $8,990.00 899 $8,990.00 49 Install wrought ironfence(CO#1) 828 LF $42.00 $34,776.00 826 $34,692.00 50 Remove and install gate(CO#1) 3 EA $600.00 $1,800.00 3 $1,800.00 51 Remove chain link fence(CO#1) 1731 LF $6.50 $11,251.50 1221 $7,936.50 52 Install chain fence(CO#1) 1395 LF $13.00 $18,135.00 919 $11,947.00 53 R&R chain gates(CO#1) 4 EA $300.00 $1,200.00 3 $900.00 r 54 R&R wire fence(CO#1) 210 LF $22.00 $4,620.00 210 $4,620.00 55 Remove tree/shrubs(CO#1) 1 LS $3,000.00 $3,000.00 5.58 $16,740.00 56 Remove concrete(CO#1) 346 SY $25.00 $8,650.00 346 $8,650.00 45 Remove Sheet Metal Fence(CO#1) 60 LF $10.00 $600.00 60 $600.00 Sub-Total of Previous Unit $992,849.50 $991,528.50 Unit H:Sanitary Sewer Inprovements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------------- -------- 1 3331.4108 6"Sewer Pipe 10 LF $35.00 $350.00 5 $175.00 2 3331.4115 8"Sewer Pipe 6636 LF $39.00 8258,804.00 6626 $258,414.00 3 3331.4116 8"Sewer Pipe,CSS Backfil(CO#1) 133 LF $45.00 $5,985.00 133 $5,985.00 4 3311.02618"DR-18 PVC 574 LF $42.00 $24,108.00 574 $24,108.00 5 3311.0262 8"DR-18 PVC,CSS Backfill 22 LF $50.00 $1,100.00 22 $1,100.00 F 6 3331.41196 8"DIP Sewer Pipe 107 LF $80.00 $8,560.00 107 $8,560.00 7 3331.31014"Sewer Service 81 EA $600.00 $48,600.00 78 $46,800.00 8 Special-4"Sewer Service SDR-26 w/(CO 41) 84 EA $700.00 $58,800.00 84 $58,800.00 i 9 3331.3105 4"Sewer Service,Private 275 LF $45.00 $12,375.00 211 $9,495.00 10 333133114"Sewer Service,Reconnee(CO#1) 162 EA $50.00 $8,100.00 162 $8,100.00 11 3331.3102 4"Sewer Service,2-Way CI 172 EA $150.00 $25,800.00 162 $24,300.00 12 0241.2201 Remove 4'Sewer Manhole(CO#1) 19 EA $300.00 $5,700.00 19 $5,700.00 13 9999.0000 Abandon Existing Sewer Man 3 EA $350.00 $1,050.00 3 $1,050.00 Tuesday,January 05,2016 Page 3 of 7 i City Project Numbers 01478 DOE Number 6754 Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Estimate Number 24 Contract Limits Payment Number 24 Project Type WATER&SEWER For Period Ending 11/30/2015 Project Funding f I 14 3339.1001 4'Manhole(CO#1) 40 EA $3,000.00 £120,000.00 40 $120,000.00 { I 15 3339.1002 4'Drop Manhole 0 EA $0.00 $0.00 16 3339.1003 4'Extra Depth Manhole 38 VF $200.00 $7,600.00 38 $7,600.00 17 3339.0001 Epoxy Manhole Liner 56 VF $175.00 $9,800.00 48 $8,400.00 18 3305.0108 Misc.Structure Adj.-Exi 2 EA $1,200.00 $2,400.00 2 $2,400.00 19 3305.0112 Concrete Collar(CO#1) 4 EA $200.00 $800.00 4 $800.00 t 20 0330.0001 Concrete Encase Sewer Pipe 10 CY $100.00 $1,000.00 10 $1,000.00 21 3305.0204 Imported EmbedmentBacl-f"il 50 CY $25.00 $1,250.00 i 22 3201.0112 5'Wide Asphalt Pvmt Repai(CO#I) 511 LF $50.00 $25,550.00 511 $25,550.00 fi 23 3201.0201 Asph.Pvmnt.Repair Beyond(CO#1) 38.53 SY $25.00 $963.25 24 3201.0400 Temporary Asphalt Paving R(CO#1) 8970 LF $9.50 $85,215.00 8970 $85,215.00 25 3216.0102 7"Cone Curb and Gutter(CO#1) 72.5 LF $28.00 $2,030.00 72.5 $2,030.00 26 3213.04016"Concrete Driveway(CO#1) 1150 SF $20.00 $23,000.00 1150 $23,000.00 I 27 3213.03014"Cone Sidewalk(CO#1) 201 SF $30.00 $6,030.00 201.3 $6,039.00 28 3216.03016"Conc.Valley Gutter(CO#1) 60.45 SY $95.00 $5,742.75 60.45 $5,742.75 30 3301.0001 Pre-CCTV Inspection(CO#1) 3043 LF $2.50 $7,607.50 3043 $7,607.50 31 3301.0002 Post-CCTV Inspection 7427 LF $2.00 $14,854.00 7414 $I4,828.00 32 3301.0101 Manhole Vacuum Testing 39 EA $200.00 $7,800.00 39 $7,800.00 33 3305.0103 Exploratory Excavation of 2 EA $750.00 $1,500.00 2 $1,500.00 34 0241.2001 Sanitary Line Grouting 13 CY $150.00 $1,950.00 12 $1,800.00 35 0241.2103 8"Sewer Abandonment Plug 23 EA $250.00 $7,000.00 28 $7,000.00 36 0241.2102 6"Sewer Abandonment Plug 14 EA $250.00 $3,500.00 10 $2,500.00 37 3305.0109 Trench Safety 7427 LF $1.50 $11,140.50 7414 $11,121.00 38 3292.0400 Seeding,Hydromulch 620 SY $6.50 $4,030.00 39 3292.0100 Block Sod Placement(CO#1) 351 SY $10.00 $3,510.00 350 $3,500.00 40 3125.0101 SWPPP_>1 Acre 1 LS $2,500.00 $2,500.00 1 $2,500.00 41 3471.0001 Traffic Control 12 MO $1,800.00 $21,600.00 10.5 $18,900.00 42 Adj Valve Box grass near access road of 130 near 1 LS $1,000.00 $1,000.00 1 $1,000.00 Forest Park(CO#1) 42A Mobil to 6th Ave.(CO#1) 1 LS $1,500.00 $1,500.00 1 $1,500.00 43 Adj Sewer M/HForest Park(CO#1) 2 EA $1,000.00 $2,000.00 1 $1,000.00 44 Adj Valve Vaults Vickery(CO#1) 2 EA $1,000.00 $2,000.00 2 $2,000.00 45 Adj Valve Box Vickery(CO#1) 6 EA $350.00 $2,100.00 10 $3,500.00 46 Adj SewerM/H Vickery(CO#1) 2 EA $1,000.00 $2,000.00 2 $2,000.00 Tuesday,January 05,2016 Page 4 of 7 s I City Project Numbers 01478 DOE Number 6754 Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Estimate Number 24 Contract Limits Payment Number 24 Project Type WATER&SEWER For Period Ending 11/30/2015 Project Funding Sub-Total of Previous Unit $848,305.00 $830,420.25 i I I I I it I i Tuesday,January 05,2016 Page 5 of 7 City Project Numbers 01478 DOE Number 6754 Contract Name WATER&SEWER REPLACE CONT 2009 WSM-L Estimate Number 24 Contract Limits Payment Number 24 Project Type WATER&SEWER For Period Ending 11/30/2015 Project Funding Contract Information Summary Original Contract Amount $1,841,146.00 Chante Orders Change Order Number 1 $8.50 Total Contract Price $1,841,154.50 Date — p Total Cost of Work Completed $1,821,948.75 ContrasLess %Retained $0.00 Date Net Earned $1,821,948.75 ! S Inspection Sue IsIr Earned This Period $23,961,48 o S „� , Retainage This Period $0.00 126 / Less Liquidated Damages Project Manager Days® /Day $0.00 Date dZ LessPavement Deficiency $0.00 A t,DieectorgPW iInfrastructum Design and Construction Less Penalty $0.00 r tl 1•ul Dae 2-W4 Less Previous Payment $1,797,987.27 Director/Con'firacting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $23,961,48 i Tuesday,January 0%2016 Page 6 of 7 . i CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR SURETY OTHER AIA DOCUMENT G707 Bond#4398273 PROJECT: Contract 2009 WSM-L,City Project No.01478 (name,address) Fort Worth,TX TO(Owner) 1 City of Fort Worth ARCHITECT'S PROJECT NO: 1000 Throckmorton Street Fort Worth,TX 76102 CONTRACT FOR: Water&Sanitary Sewer Replacement CONTRACT DATE: CONTRACTOR: M.E.Burns Construction,Inc. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here Insert name and address of Surety Company) SureToc Insurance Company 5741 Legacy Drive Suite 210,Piano,TX 75024 ,SURETY COMPANY, on bond Of(here Insert name and address of Contractor) i E M.E.Burns Construction,Inc. P.O.Box 786,Burleson,TX 76097 CONTRACTOR, hereby approves of the final payment to the Contractor, 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 Owner) City of Fort Worth 1000 Throckmorton St.,Fort Worth,TX 76102 OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this -tst day of December,2015. Sutspu,,ance Compan y ot Si tureof Authm d epresen five Attest: A0 (Seat): Tracy L Gingras,Attomey-in-Fact f 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 ELTfrlon AIA DOCUMENT 6707-CONSENT OF SLYREfY COMPANY TO RENAL PAYMENT•APRTL 3970 EDITION•AIAr7 ONE PAGE @ 1970•TI E AMERIGAN INSTITUTE OFARCHITECTS.1735 NEW YORK AVE.,NW.WASHINGTON.D.C.20006 i i POA ll: 4221178 SureTec Insurance Company LIMITED POWER OF ATTORNEY Enols All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston,Harris County, Texas, does by these presents make,constitute and appoint Tracy L.Gingras,Gary B.McElroy,Alicia Grumbles its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) j and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate j seal of the Company and duly attested by its Secretary,herebv ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 1 2/3 11201 5 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: ; ,1 "� j s h a.1[hk.'r ; Be it Resolved, that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached. (Adopted at a meeting held on.206 of April, IQ99.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 61h day of Navamber,A.D. 2014 . SURETEC INSURANCE COMPANY ANOF m�f X 0 By ~ w ° John JKoxr:,t esident i State of Texas ss: County of Harris •"' 'r On this 61h day of N^—r,A.D. 2014 before me personally came John Knox Jr.,to me known,who,being by me duly swom,did depose and say,that he resides in Houston,Texas, that he Is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board ofDircctcrs cf said 01ugzpiny;*nd that ha gignpd his name thareto by like order. w++ JACQUELYN MALDONADO NotaryPubfic State of Texas My Comm.Exp.511S120W acqVielyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect-,and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. r Given under my hand and the seal of said Company at Houston,Texas this i day of E CQ. t ��lS ,A.D. Sre t Beaty,Assistant ecretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm GST. i i AFFIDAVIT ii E • s STATE OF TEXAS I ' f COUNTY OF TARRANT t Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared of E (Name) (Title) 4 lcnown to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; I That all persons, firms, associations, corporations or other i organizations furnishing labor and/or materials have beenpaid in full; That the wage scale established by the City Council in the City of Fort e Worth has been paid; and j That there are no claims pending for personal injury and/or-property' F damages; i On Contract described as; BY Subscribed and sworn before me on this f day of SHELLM4aAMWOM- �+ ( ~ r PuWia Mfidiy Public in Tarrant STAN O TEXAS My-Camn ExpAM.M.2018 County, Texas 6 i tORT WORTH � a TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAMIE: 2009 wsm-1 3�s ECJ F*4UA ZRER'_i : 1478 DOE NUMBER: 6754 PIPE LAID SIZE TYPE OF PIPE LF yes 8" pvc 9170' yes 6" pvc 91' yes 8" dip 139' Ae r ME HYDR 41`?TS: 6 ea. VALVES(16"ORI-ARGElt?) PIPE ABANDONED SIZE TYPE OF PIPE EF yes 6" pvc 9170' DENSITIES: yes NEW SERVICES: SEW ER PIPE LAID SIZE TYPE OF PIPE LF yes 8" pvc 5, e—Z6 s t � ails>a _ 4" pvc 605' PIPE ABANDONED SIZE TYPE OF PIPE LF yes 6" clay/iron/pvc! 8077' i DENSITIES: yes NEW SERVICES: i TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 i I FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: (12!7/2015 Name of Contractor Project Name M.E.BURNS CONST_RUCTION,INC. _ Water&Sanitary Sewer Replacement Contract 2009 WS_M-L DOE Inspector A Project Manager Kim Brenz Susan Schwinger DOE Number Project DO-Ity Tvpe of Contract 6754 O Simple ) Routine Q Complex 0 Water[D Waste Water Storm DralnageQ Pavement initial Contract Amount Fina!Contract Amount $1,841,146.00 $1,841,154.50 In PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT MMNO _ (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 4 1 Accuracy of Plans to Exis#qg Conditions 4 2 Knowledge of Ins ector 4 2 Clarity&Sufficieng of Details 4 3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 4 4 Display Of Professionalism 4 4 AcqM!!,cy of Plan Quantities 4 5 Citizen Co laint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 4 1 Knowl e_And/Or Problem Resolution_ 4 ADMINISTRATION 2 Availebili ofPro'ect Manager 4 1 Chmip Order ProcessLng Time 4 3 Communication 4 2 Timliness of Contractor Payments 4 4 Resolution ofUtility Conflicts_ 4- 13 Bid 2pe!ft to Pre-Coo Meeting Timeframe 4 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPEC'TOR'S COMMENTS TRANSPORTATTON AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,T%76012-6311 (817)392-7941-Far.(817)392-7845 FORTWORTHREV:02f20/°' TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&.PROJECT DATA. Name of Contractor Project Name M.E Burns Construction,Inc Water&Sanitary Sewer Replacement Contract 2009 WSM-L DOE Inspector DOE Number kim Brenz 6754 DOE Inspector Project Manager 21 Water E Waste Water❑ Storm Drainage Pavement Susan Schwinger Initial Contract Amount Project Difficulty $1,841,146.00 0 Simple OQ Routine 0 Complex Final Contract Amount Date $1,841,154.50 12/8/2015 IT)PERFORMANCE EVALUATION 0-inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site SafeV 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 ; 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 1 5 1 Y 1 4 20 1 20 11 Proeerty Restoration 5 Y 4 20 20 12 After 1-lours Response 5 Y 4 20 20 i 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]*100%) 448 ! 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector —464 Signature Contractor Signature DOE Inspector's Supervisor zvrx CONTRACTOR'S CONRAEPiT'S i i TRANSPORTATION AND PUBLIC WORKS the City of Fort Worth-1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•Far(817)392-7845 I 1 FORT WORTH., TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME i i STATEMENT# FINAL STATEMENT# 24 DOE 6754 j NAME OF PROJECT: Water and Sewer Replacement Contract 2009 WSM-L Contractor M.E.Burns Const. { YEAR:j 2015 PROJECT NO.: FINAL INSPECTION DATE 11/6/2015 1478 1 WD CD CONTRACT TIME 380 1 a PERIOD FROM: 1111!2015 I'm 111115120151 BEG - Month I JDEVELOPNIEN� ,� N WORK ORDER EFFECTIVE: 1 11/17/2014 BEG MID n 79.5% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAY'S CREDITED 1 Sun 1 16 no 2 Mon 1 17 no 3 Tue 1 18 no 4 1 Wed 1 19 no 6 Thu 1 20 no 8 Fri 1 21 no 7 Sat no 22 no — 8 Sum no 23 no - 9 Mon no 24 no 10 Tue no 26 no 11 Wed no 26 no 12 Thu no 27 no 13 Fri no 28 no 14 Sat no 29 na 15 Sun no 30 no 31 Not Applicable SAT,SUN,and NVEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 6 6 PREVIOUS PERIOD 0 296 296 TOTAL TO DATE 0 0 0 0 302 302 l REl►L3RKS: I Corrections made to days charged due to the fact that we started finished initial contract,and then added worked due to emergencies at other I locations.We started and had to stop after we worked on added locations,and had to wait on the Change Order to be approved.Went back !I through our log book and have got the corrected time right.Final Inspection was on 11-6-15 contractor worked 2 days after that doing a little misc.Glen up_This was a mess with working on these items and having to stop and start Signature: _ Signature: (Print Name) Donnie Sums Kim Brcnz NLF-Buns Construction Inc- DATE iNsPECIOR DATE t t