Loading...
HomeMy WebLinkAboutContract 46047-FP1 D artment TP W Const. Services DOE#.t Date Project Manager UJ ►�+ Risk Management Canady i/y � ! WORTHO •���T • D.O.E. Brotherton —( 7: CFA Westerman/Scanned The Proceeding people have been Co cted conceming the request for final �--f payment&have released this project for such payment TION AND PUBLIC WORKS C 610 Clearance Conducted By ShamPROJECT COMPLETION eka Kennedy �•S `-1 Ul b-4 D.O.E. Ns: 6002 Regarding contract 46047 for TULSA WAY DRAINAGE IMPROVEMENTS as required by the WATER DEPARTMENT as approved by City Council on 9/16/2014 through M&C C-26983 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: T $587,572.00// Amount of Approved Change Orderi $147,486.99 Ne 1,2,3 Revised Contract Amount: $735,058.99 Total Cost Work Completed: $730,958.06 Less Deductions: j Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $730,958.06 Less Previous Payments: $694,410.15 Final Payment Due $36,547.91 Recommilinded for Acceptance Date Asst, Director, TPW - Infrastructure Design and Construction i Accepted - Date Asst. Director, WATER DEPARTMENT J / j Asst. City Manager Date Comments: P265-541200-607170107483,P275-541200-707170107483 EMAILEn ��� , ������� MSR X 1111 ow-7 io " 59W- C- 6 ) 099 cs City Project Numbers 01074 DOE Number 6002 Contract Name TULSA WAY DRAINAGE IMPROVEMENT Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER&SEWER For Period Ending 1/11/2016 Project Funding Project Manager LopezR City Secretary Contract Number 46047 Inspectors DICKINSON / JONES Contract Date 9/16/2014 Contractor WOODY CONTRACTORS,INC. Contract Time 270 CD 650 TOWER DRIVE Days Charged to Date 246 CD KENNEDALE, TX 76060 Contract is .000000 Complete CITY OF FORT WORTH PO # Rs-- SUMMARY OF CHARGES INVOICE # Line Fund Account Center Amount Gross Retainage Net Funded ----------------------- --------------- -A(tol - Cb10 �lt.8zo.yk — -©,[i1LI,T`7�Q3,y3 (��/� ,yy Z 51Cp0�-��1G�fl + Total Cost of Work Completed $730,958.06 Less %Retained $0.00 Net Earned $730,958.06 WATER DEPARTMENT Earned This Period $36,547.91 ENGINEERING AND FISCAL SERVICES Retainage This Period $0.00 C010d PMW- ,�p�` Less Liquidated Damages Appmrr l% for L �� `� j L 0 Days @ $0.00 /Day $0.00 DEPARTMENT CHECK PICK, YES 0 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $694,410.15 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $36,547.91 Friday,February 12,2016 Page 6 of 6 ass-olo '7�/ FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TULSA WAY DRAINAGE IMPROVEMENT Contract Limits Project Type WATER&SEWER City Project Numbers 01074 DOE Number 6002 Estimate Number 21 Payment Number 21 For Period Ending 1/11/2016 CD City Secretary Contract Number 46047 Contract Time 27CD Contract Date 9/16/2014 Days Charged to Date 246 Project Manager LopezR Contract is 99.000 Complete Contractor WOODY CONTRACTORS,INC. 650 TOWER DRIVE KENNEDALE, TX 76060 Inspectors DICKINSON / JONES Friday,February 12,2016 Page 1 of 6 1 I City Project Numbers 01074 DOE Number 6002 Contract Name TULSA WAY DRAINAGE IMPROVEMENT Estimate Number 21 i i Contract Limits Payment Number 21 Project Type WATER&SEWER For Period Ending 1/11/2016 i Project Funding Unit I-A:Water Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------------------ IA ------------------------------------- IA 3311.0651 24"DIP Water CO#3 520 LF $166.00 $86,320.00 520 $86,320.00 1B 3311.0681 24"Concrete AWWA C303 Wa 570 LF 2A 3311.0654 24"DIP Water(Restrained 410 LF $208.00 $85,280.00 410 $85,280.00 2B 3311.0684 24"Concrete AWWA C303 Wa 350 LF 3A 3311.0001 Ductile Iron Water Fittin CO#3 4.67 TO $3,000.00 $14,010.00 4.67 $14,010.00 3B 3311.0021 C303 Fittings 1 LS 4 3311.0252 8"DIP Water,CSS Backfil CO#3 70 LF $109.00 $7,630.00 70 $7,630.00 5 3311.0261 8"PVC Water Pipe C093 788 LF $53.00 $41,764.00 788 $41,764.00 6 9999.0000 20"DIP Water(Restrained 30 LF $213.00 $6,390.00 30 $6,390.00 7 0241.1203 8"Water Abandonment Plug 4 EA $300.00 $1,200.00 4 $1,200.00 8 0241.1208 20"Water Abandonment Plu 2 EA $400.00 $800.00 2 $800.00 9 0241.1001 Water Line Grouting CO#3 70 CY $200.00 $14,000.00 70 $14,000.00 10 0241.1302 Remove 6"Water Valve 2 EA $150.00 $300.00 2 $300.00 11 0241.1353 Salvage 20"Water Valve 1 EA $400.00 $400.00 1 $400.00 12 0241.1510 Salvage Fire Hydrant 1 EA $250.00 $250.00 1 $250.00 13 3201.0400 Temporary Asphalt Paving 1982 LF $20.00 $39,640.00 1982 $39,640.00 14 3292.0100 Block Sod Placement 50 SY $9.00 $450.00 50 $450.00 15 3304.0002 Cathodic Protection I LS $17,700.00 $17,700.00 1 $17,700.00 16 3304.0101 Temporary Water Services I LS $6,800.00 $6,800.00 1 $6,800.00 17 3305.0109 Trench Safety CO#3 1862 LF $0.05 $93.10 1862 $93.10 18 3305.0110 Utility Markers 1 LS $300.00 $300.00 1 $300.00 19 3311.0001 Ductile Iron Water Fittin CO#3 1.94 TO $3,000.00 $5,820.00 1.94 $5,820.00 20 3312.0001 Fire Hydrant I EA $3,500.00 $3,500.00 1 $3,500.00 21 3312.0102 Connection to Existing 6" 4 EA $1,700.00 $6,800.00 4 $6,800.00 22 3312.0107 Connection to Existing 20 1 EA $4,400.00 $4,400.00 1 $4,400.00 23 3312.0108 Connection to Existing 24 1 EA $4,400.00 $4,400.00 1 $4,400.00 25 3312.2001 1"Water Service,Meter R CO#3 22 EA $375.00 $8,250.00 22 $8,250.00 26 3312.2003 1"Water Service CO#3 22 EA $1,150.00 $25,300.00 22 $25,300.00 27 3312.3002 6"Gate Valve 1 EA $750.00 $750.00 1 $750.00 28 3312.3003 8"Gate Valve 6 EA $1,200.00 $7,200.00 6 $7,200.00 29 3312.3008 24"Gate Valve w/Vault I EA $33,000.00 $33,000.00 1 $33,000.00 i Friday,February 12,2016 Page 2 of 6 I City Project Numbers 01074 DOE Number 6002 Contract Name TULSA WAY DRAINAGE IMPROVEMENT Estimate Number 21 j Contract Limits Payment Number 21 I Project Type WATER&SEWER For Period Ending 1111/2016 I Project Funding i i 30 3312.6003 8"Blow Off Valve I EA $24,900.00 $24,900.00 1 $24,900.00 31 3312.1003 3"Water Air Release Valv 1 EA $20,600.00 $20,600.00 1 $20,600.00 32 3305.0206 Imported Embedment/Backft CO#3 680 CY $15.00 $10,200.00 680 $10,200.00 33 REMOVE 24"X20"WL REDUCER UN GV 1 LS $14,850.00 $14,850.00 1 $14,850.00 VAULT&PARTIALLY RECONSTRUCT VAULT CO#1 34 PRICE DIFFERENTIAL FOR 24"DOMESTIC SRV 1 EA $130.00 $130.00 1 $130.00 TAPPING SADDLES CO#1 CO#3 35 PAVEMENT PULVERIZATION CO#1 CO#3 991254 SY $2.65 $2,626.82 991.25 $2,626.81 36 2"ASPHALT TYPE D CO#I CO#3 991.251 SY $13.27 $13,153.90 991.25 $13,153.89 37 8"CEMENT TREATMENT C041 CO#3 991.254 SY $1.45 $1,437.32 991.25 $1,437.31 38 CEMENT CO#1 CO#3 13 TN $148.00 $1,924.00 13 $1,924.00 i 39 4"CONC SIDEWALK CO#I CO#3 484.1 SF $5.30 $2,565.73 484.1 $2,565.73 40 6"CONCRETE DRIVEWAY CO#1 CO#3 697.88 SF $6.10 $4,257.07 697.88 $4,257.07 41 7"CONC CURB&GUTTER CO#1 CO#3 543.7511 LF $17.05 $9,270.96 542.75 $9,253.89 42 REMOVE SIDEWALK CO#1 CO#3 484.1 SF $1.55 $750.36 484.1 $750.36 43 REMOVE CONCRETE DRIVE CO#I CO#3 2568.894 SF $1.05 $2,697.34 2568.89 $2,697.33 44 REMOVE CONC CURB&GUTTER CO#1 CO#3 543.7514 LF $5.85 $3,180.95 542.75 $3,175.09 Sub-Total of Previous Unit $535,291.54 $535,268.58 j Unit I-B:Sanitary Sewer Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------_---------- ---- 1 3331.4108 6"Sewer Pipe 20 LF $67.00 $1,340.00 16 $1,072.00 2 3331.4115 8"Sewer Pipe CO#2 824 LF $69.00 $56,856.00 814 $56,166.00 3 3331.4116 8"Sewer Pipe,CSS Back'f"i 110 LF $120.00 $13,200.00 108 $12,960.00 4 0241.2102 6"Sewer Abandonment Plug 2 EA $200.00 $400.00 2 $400.00 5 0241.2201 Remove 4'Sewer Manhole 3 EA $350.00 $1,050.00 2 $700.00 6 0241.2001 Sanitary Line Grouting 10.75 CY $400.00 $4,300.00 3 $1,200.00 7 3201.0202 Asphalt Pvmt Repair Beyon 20 SY $104.00 $2,080.00 33.5 $3,484.00 8 3201.0400 Temporary Asphalt Paving 690 LF $24.00 $16,560.00 690 $16,560.00 9 3201.0611 6"Conc Pvmt Repair 20 SY $107.00 $2,140.00 24 $2,568.00 10 3305.0109 Trench Safety 934 LF $1.00 $934.00 694 $694.00 11 3331.3101 4"Sewer Service 11 EA $900.00 $9,900.00 13 $11,700.00 12 3339.1001 4'Manhole 7 EA $3,200.00 $22,400.00 7 $22,400.00 Friday,February 12,2016 Page 3 of 6 0 4 City Project Numbers 01074 DOE Number 6002 Contract Name TULSA WAY DRAINAGE IMPROVEMENT Estimate Number 21 Contract Limits Payment Number 21 I Project Type WATER&SEWER For Period Ending 1/11/2016 Project Funding i 13 3301.0101 Manhole Vacuum Testing 7 EA $150.00 $1,050.00 7 $1,050.00 14 3331.3102 4"Sewer Service,2-Way C 8 EA $1.00 $8.00 13 $13.00 15 3301.0001 Pre-CCTV Inspection 934 LF $3.00 $2,802.00 690 $2,070.00 16 3301.0002 Post-CCTV Inspection 934 LF $2.00 $1,868.00 934 $1,868.00 17 3339.0001 Epoxy Manhole Liner 10 VF $160.00 $1,600.00 10 $1,600.00 18 3305.0112 Concrete Collar 7 EA $900.00 $6,300.00 4 $3,600.00 19 3305.0206 Imported Embedment/Backfi 300 CY $15.00 $4,500.00 160 $2,400.00 20 PAVEMENT PULVERIZATION CO#1 1017.504 SY $2.65 $2,696.39 991.25 $2,626.81 'r 21 2"ASPHALT TYPE DCO#1 1017.501 SY $13.27 $13,502.24 991.25 $13,153.89 22 8"CEMENT TREATMENT CO#1 1017.5 SY $1.45 $1,475.38 991.25 $1,437.31 23 CEMENT CO#1 2.5 TN $148.00 $370.00 13 $1,924.00 I 24 4"CONC SIDEWALK CO#1 237.5 SF $5.30 $1,258.75 484.1 $2,565.73 25 6"CONCRETE DRIVEWAY CO#1 412.5 SF $6.10 $2,516.25 697.88 $4,257.07 26 7"CONE CURB&GUTTER CO#1 462.5 LF $17.05 $7,885.63 542.75 $9,253.89 27 REMOVE SIDEWALK CO#1 237.5 SF $1.55 $368.13 484.1 $750.36 28 REMOVE CONCRETE DRIVE CO#1 412.5 SF $1.05 $433.13 2568.89 $2,697.33 29 REMOVE CONC CURB&GUTTER CO#1 462.5 LF $5.85 $2,705.63 542.75 $3,175.09 30 PAVING CONSTRUCTION ALLOWANCE CO#1 5925 EA $1.00 $5,925.00 31 5"WIDE ASPHALT TRENCH REPAIR CO#2 139 LF $57.00 $7,923.00 139 $7,923.00 32 SEWER SERVICE ASPHALT REPAIR CO#2 60 LF $57.00 $3,420.00 60 $3,420.00 --------------------------------------- Sub-Total of Previous Unit $199,767.50 $195,689.48 I I i Friday,February 12,2016 Page 4 of 6 City Project Numbers 01074 DOE Number 6002 Contract Name TULSA WAY DRAINAGE IMPROVEMENT Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER&SEWER For Period Ending 1/11/2016 Project Funding Contract Information Summary Original Contract Amount $587,572.00 Change Orders Change Order Number 1 $93,383.02 Change Order Number 2 $45,743.00 Change Order Number 3 $8,361.06 Total Contract Price $735,059.08 Date 2-r�-/6 Total Cost of Work Completed $730,958.06 Con aLess %Retained $0.00 .�/ Net Earned $730,958.06✓ Date spec on Supervisor $0 Earned This Period $36,5 .91 �/` Retainage This Period $0.00 Date Less Liquidated Damages ao;0"er �,G2t Days @ /Day $0.00 Date 3'K/��p LessPavement Deficiency $0.00 Ass�IIPW-Infrastructure Design and Construction Less Penalty $0.00 L Date 3/ C Less Previous Payment $694,410.15 Director/Contracting Departmdnt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $36,547.91 c/ Friday,February 12,2016 Page 5 of 6 AFFIDAVIT STATE OF TEXAS { COUNTY OF TARRANT { BEFORE ME,THE UNDERSIGNED AUTHORITY,A NOTARY PUBLIC IN T1 IE' STATE AND COUNTY AFORESAID,ON THIS DAY PERSONALLY APPEARED TROY WOODY PRESIDENT ,OF (NAME) (TI'T'LE) WOODY CONTRACTORS,INC KNOWN TO ME TO BE A CREDIBLE (COMPANY NAME) 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 ESTABLISHED WAGE SCALE HAS BEEN PAID:AND THAT TBERE ARE NO CLAIMS PENDING FOR PERSONAL INJURY AND/OR PROPERTY DAMAGES; j ON CONTRACT DESCRIBED AS; Tulsa Way Drainage Improvements,Project# 01074 BY SUBSCRIBED AND SWORN BEFORE ME ON JOS 10DAY OF p y"q ,20I 6 nt�Y fp =SHAROND TARY PUBLIC IN TARRANT COUNTY TEXAS OF My C CONSENT OF OWNER ❑ SURETY COMPANY CCOOCNTRACTOR 0 TO FINAL PAYMENT OTHER El (SIMILAR TO AIA DOCUMENT G707) Bond No. 8238-20-18 PROJECT: Tulsa Way Drainage Improvements,City Project No. 01074 (name,address)FortWorth,Texas TO (Owner) ARCHITECTS PROJECT NO: F—City of Fort Worth CONTRACT FOR: Above Project 1000 Throcktnorton Street Fort Worth,Texas 76102 CONTRACT DATE: September 16, 2014 CONTRACTOR: Woody Contractors, 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) Vigilant Insurance Company 2001 Bryan Street, Suite 3400 Dallas,Texas 75201 ,SURETY COMPANY, on bond of(here insert name and address of Contractor) Woody Contractors,Inc. 650 Tower Drive ,CONTRACTOR, Kennedale,Texas 76060 hereby approves of the final payment to the Contractor,and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here insert name and address of Owner) City of Fort Worth 1000 Throckmorton Street ,OWNER, Fort Worth, Texas 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 13th day of January 2016 VIGILANT INSURANCE COMPANY Surety Comp By zwd��� Signature Authorized Representative Attest; (SeaI): Kyle W. Sweeney Attorney—in—Fact Title Note:This form is intended to be used as a companion document to the Contractors Affidavit of Payment of Debts and Claims,Current Edition i (I POWER Federal Insurance Company Attn: Surety Department Chubb OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY rCif�[JB>s Pacific Indemnity Company Warren,NJ 07058 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE j COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Elizabeth Gray, Charles D.Sweeney,Kyle W.Sweeney and Michael A.Sweeney of Fort Worth,Texas --- each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in(he course of business,and any Instruments amending or aftedng the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day or April,201 Kenndtfi i,Ad§istant Secretary D .Noris,Jr.,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 26th day of April,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Aftomey,and the said Kenneth C.Wendel,being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seats affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority,and that he is-acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is In the-genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By. Laws and in deponent's presence. Notarial Seal KATHERINE J.ADELAAR NOTARY PU NEW JFRSM p�l'•,RY�p Nr,.2 2311116 685 all Comnrimiten Expires July i h,201 A Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'Ali powers of allamey for and on behalf of the Company may and shall be executed In the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary,under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers Chairman,President,any Vice President,any Assistant Vice PresfdeA any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other wrifings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and arty such power so executed and cedfled by such facsimile signature and facsimile seal shall be valid and btndfng upon the Company with respect to any bond or undertaking to which it is attached.' 1,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companies)do hereby certify that 0i the foregoing extract of the By-Laws ofthe Companies is true and correct, (IL) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (fi) the foregoing Power ofAttomey is true,correct and in full force and effect. t Given under my hand and seals of said Companies at Warren.NJ this January 13,2016 uta ��,>`►'ra'`"��o ts Ke1`me1tI"C7WencreI,Wp§stant Secretary I IN THE EVENT YOU WiSH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THiS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com f Form 15-10-0225B-U (Ed.5-03) CONSENT i w FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Woody Contractor Inc Tulsa Way Drainage Improvement DOE Inspector DOE Number Quincy Jones 6002 DOE Inspector Project Manager ❑ Water❑ Waste Water❑ Storm Drainage❑ Pavement Raul Lopez Initial Contract Amount Project Dculty $1,324,795.90 O Simple Routine O Complex Final Contract Amount Date $1,125,755.09 1/8/2016 II)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 Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 408 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 408 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 408 / 448 = 91% 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 Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS IV TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 1/8/2016 Name of Contractor Project Name Woody Conrtractors,Inc Tulsa Way Drainage Improvement DOE Inspector Project Manager Quincy Jones Raul Lo ez DOE Number Project Difficulty Tvpe of Contract I 6002 0 Simple OQ Routine 0 Complex Q water Waste Water❑ Storm DrainageR] Pavement Initial Contract Amount u Final Contract Amount $1,324,795.90 $1,125,755.09 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 4 1 Accuracy of Plans to Existing Conditions 4 2 Knowledge of Ins ector 4 2 Clarity&Sufficiency of Details 4 3 Accuracy of Measured Quantities 4 13 A2plicability of Specifications 4 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 4 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 4 1 Knowledge And/Or Problem Resolution 4 ADMINISTRATION 2 Availabifi of Project Manager 4 1 Change Order Processing Time 4 3 Communication 4 2 Timtiness of Contractor Payments 4 14 Resolution ofUtility Conflicts 4 3 Bid 02ening to Pre-Con Meeting Timeframe 4 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor / l INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ID The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:21 NAME OF PROJECT: Tulsa Way PROJECT NO.: 1074 CONTRACTOR: Woody DOE NO.: 6002 ' PERIOD FROM 01/01/16 TO: 01/08/16 FINAL INSPECTION DATE: 2-Dec-15 i WORK ORDER EFFECTIVE:2/18/2014 CONTRACT TIME: 270 0 WE* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS CHARGED CHARGED MONTH DURING CREDITED MONTH CREDITED DURING 1. F 0 16. 2. S 0 17. 3. SU 0 18. 4. M 0 19. i 5. T 0 20. 6. W 0 21. 7. TH 0 22. 8. F 0 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD PREVIOUS PERIOD TOTALS j TO DATE 246 X46 1 REMARKS: COR DATE IN EOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throcktnorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax:(817)392-7845 ry FORT WO RTN City of Fort Worth F'i Change Order Request Project Name: Tulsa Way Drainage Improvements City Sec No.: 46047 Project No.(s): P265-6071701074831 P275-707170107483,P227- DOE No. 6002 City Proj.No.: 01074 207280107483 :] I A Project Description: Construction of storm drain mains along Watonga Street and Camp Bowie Blvd to alleviate Flooding on Tulsa Way. Installation of water,sewer and re-paving of Watonga Street were included on this project. Contractor: Woody Contractors,Inc. Change Order ff Date: 1 111 21201 5 City Project Mgr. Raul E.Lopez City Inspector: I Quincy Jones Phone Number: 817-392-2457 Phone Number; 817-992-0873 Dept. Water Sewer TPW Totals Contract Time Storm Water (Calendar days) Original Contract Amount $472,684.00 $114,888.00 $1,324,795.90 $1,912,367.90 270 Revision to match appropriations on C-26983 $39,136.47 $39,136.48 -$78,272,95 Extras to Date $15,110.00 $45,743.00 $60,853.00 05 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $526,930.47 $199,767.48 $1,246,522.95 $1,973,220.90 275 Amount of Proposed Change Order $8,361.06 $8,361.06 Revised Contract Amount $535,291.53 $199,767.48 $1,246,522.95 $1,981,581.96 275 Original Funds Available for Change Orders $25,591.02 $15,402.45 $74,006.53 $115,000.00 Remaining Funds Available for[his CO $10,481.02 $74,006.53 $84,487.55 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1 3.62% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $2,390,459.88 JUSTIFICATION(REASONS)FOR CHANGE ORDER The change order will primarily provide increased pay item quantities of I-inch water service,8-inch water pipe, temporary pavement repair,6-inch concrete driveway and concrete curb removal that was necessary to complete the project.The change will also allow for the deletion pay item quantities that are no longer needed on the project. by: ® C00�.� n v Dom ®� a UYM,city 9 tary i It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contradtors Company Name Contractor Name Contracto$ignatoe Date Woody Contractors,Inc. Troy Woody Inqnprh Date Projec(M' age _ Data Asstsn r(Water Dept) D le -Caftaoh Su" fvl (TPW Dept) pate A tom Date Assists tCllyManager nate unci con equire M&C Number N/A M&C Date Approved N/A -FORT WORTH City of Fort Worth , Change Order Additions i Project Name Tulsa Way Drainage Improvements City Sec No.: 46047 Project N0.(s): P265-607170107483/P275-707170107483,P227-207280107485 DOE No. 6002 City Proj.No.: 01074 Project Construction of storm drain mains along Watonga Street and Camp Bowie Blvd to alleviate flooding on Tulsa Way. Description Installation of water,sewer and re-paving of Watonga Street were included on this project. Contractor Woody Contractors,Inc. Change Order: Date: 11/12/2015 City Project Mgr. I Raul E.Lopez City Inspector F Quincy Jones ADDITIONS 17 �r: _ U__ 2 V oasf- Notal 4PT - 1J - IA 24"DIP Water Water 10.00 LF $166.00$1,660.00 4 8"DIP Water,CSS Backfill Water 10.00 LF $109.00$1,090.00 t 5 8"PVC Water Pipe Water 38.00 LF $53.00$2,014.00 13 Temporary Asphalt Paving RepairWater 202.00 LF $20.00$4,040.00 d 17 Trench Safety Water 82.00 LF $0.05$4.10 25 1"Water Service,Meter Reconnection Water 5.00 EA $375.00$1,875.00 26 1"Water Service Water 5.00 EA $1,150.00$5,750.00 38 Cement Water 10.50 TN $148.00$1,554.00 39 4"Conc Sidewalk Water 246.60 SF $5.30$1,306.98 ] 40 6"Concrete Driveway Water 285.39 SF $6.10$1,740.88 41 7"Conc Curb and Gutter Water 81.25 LF $17.05 $1,385.31 42 Remove Sidewalk Water 246.60 SF $1.55$382.23 43 Remove Concrete Drive Water 2,156.39 SF $1.05 $2,264.21 44 Remove Conc Curb&Gutter Water 81.25 LF 1 $5.85$475.31 i 6 f c r a Water $25,542.02 Sewer TPW Page 2 of 4 Additions Sub Total 1$25,542.02 FORT WORTH City of Fort Worth Change Order Deletions Project Name Tulsa Way Drainage Improvements City Sec No.: 46047 P265-607170107483/P275-707170107483,P227-207280107483 Project No.(s): DOE No. 6002 City Proj.No.: 01074 s Project Description Construction of storm drain mains along Watonga Street and Camp Bowie Blvd to alleviate flooding on Tulsa Way.Installation of water,sewer and re-paving of Watonga Street were included on this project. s c Contractor Woody Contractors,Inc. Change Order: Date 11/1212015 City Project Mgr. Raul E.Lopez City Inspector: FQuincy Jones F DELETIONS `Tf M E�CRiP l f�N _ DEPT_ Llfy= _Uffi -_ nrtos9a`I 3A 3311.0001 Ductile Iron Water Fittings Water 1,33 Ton $3,000.00 $3,990.00 9 0241.1001 Water Line Grouting Water 10.00 CY $200.00 $2,000.00 r t 19 3311.0001 Ductile Iron Water Fittings Less than 16"Water Main Water 0.06 Ton $3,000.00$180.00 24 13312.2004 1"Private Water Service Water 30,00 LF $20.00 $600,00 32 3305.0206 Imported Embedment/Backfill,Acceptable Backfill Water 260.001 $15.00 $3,900.00 34 Price differential(vs.8")for 24"domestic service tapping saddles Water 1.00 EA $130.00$130.00 35 0241.1700 Pavement Pulverization Water 26.25 SY $2.65$69.56 a 36 3212.0302 2"Asphalt Type D Water 26.25 SY $13.27 $348,34 37 3211.0702 8"Cement Treatment Water 26.25 SY $1.45 $38.06 r 45 Paving Construction Allowance Water 5,925,001 EA $1.00 $5,925.00 a 1 i 11 Ci { i Water $17,180.96 Sewer TPW Page 3 of 4 Deletions Sub Total 1$17,180.96 MIWBE Breakdown for this Change Order T9Pe-of_,Serv�c f�inountforls0 NIA Total Previous Change Orders i fi Total E t I B X qp� 2 3 p� 3 i S r Page 4 of 4