Loading...
HomeMy WebLinkAboutContract 45044-FP1 Department o TP&W Const.Services DOE - Date Project Manager ' CITY SECRE7'A�Y`' Risk Management Canady 7WORTH@ CONTRACT T0. -- D.O.E. Brotherton I CFA Westerman/Scanne The Proceeding people have been Cofbcted concerning the request for final payment&have rebased this project for such pgymerht +LTION AND PUBLIC WORMS 5-q 6p Q 1 -- "co qq Clearance Conducted By ShamF PROJECT eka Kennedy .lE COMPLETION C s 4;> Q D.O.E.Ns: 6705 C 0/79 Regarding contract 45044 for OLD DECATUR RD-BOAZ TO MCLEROY as required by the WATER DEPARTMENT as approved by City Council on 10/22/2013 through M&C C-26526 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as fete. Original Contract Prices: 5601,380.00 Amount of Approved Change Orders: JUN U 8 5238,528.00 Ne 1 Revised Contract Amount: $839,908.00 Total Cost Work Completed: $815,89739 Less Deductions: Liquidated Damages: Days Q$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $815,89739 Less Previous Payments: $548,500.92 Final Payment �Due 5267,396.47 Aofd /, a s•2�Y(p Recom nded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction LIU Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager DWe Comments: P253-541200-607170174983 OFFICIAL RECORD CITY SECRETARY EMAILED FT. NORTH, TX JUN 4 016 0ECEIVE JUN 08 2016 (00 1 -- C01-7qq '4ISO 4-4 City Project Numbers 01749 DOE Number 6705 Contract Name Old Decatur Rd from W I Boaz Rd to McLeM Blvd Estimate Number 49 Contract Limits Payment Number 49 Project Type WATER DISTRIBUTION For Period Ending 3/312016 Project Funding Project Manager SmithW City Secretary Contract Number 45044 Inspectors GREGORY / MRIMt,T Contract Date 10222013 Contractor TLB CONTRACTING,LJ-C. Contract Time PO BOX 24131 Days Charged to Date 729 FORT WORTH, TX 76124-1131 Contract is .000000 Complete CITY OF FORT WORTH PO 4". � IWOCE # SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded —————————————————————————————————————— .� �9l�Gl-,cW74`g toGf,���uao ��sag�a����� � soca3 23%52zw W 6.at 2Z-'wI8.gtD q-7 Total Cost of Work Completed $815,897.39 Less %Retained 50.00 Net Earned $815,897.39 WATER DEPARTMENT Earned This Period $267,396.47 ENGINEEG AND FISCAL 42CVAI Retainage This Period 50.00 Coated Person Len Liquidated Damages t 0 Days @ $0.00 /Day $0.00 VERV3MENT CHOCK MCK41!• LessPavement Deficiency $0.00 YES C3 Less Penalty $0.00 Less Previous Payment $548,500.92 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $267,396.47 Thursday,March 31,2016 Page 5 of 5 }'�a�53 G 1-7C 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Old Decade Rd from W J Bon Rd to McI.aoy Blvd Contact Limits Project Type WATER DISTRIBUTION City Project Numbers 01749 DOE Number 6705 Estimate Number 49 Payment Number 49 For Period Ending 3/31/2016 City Sectary Contact Number 45044 Contact Time Contact Date I%Mx2013 Days Charged to Date 729 Project Manager SmithW Contact is -W.996 Complete /Cc Contactor JLB CONTRACTING,LLC. PO BOX 24131 FORT WORTH, TX 76124-1131 Inspectors GREGORY / NEM I.ER,T Thursday,Minch 31,2016 Page 1 of 5 City Project Numbers 01749 DOE Number 6705 Contract Name Old Decatur Rd from W]Boaz Rd to McLeroy Blvd Estimate Number 49 Contract Limits Payment Number 49 Project Type WATER DISTRIBUTION For Period Ending 3/31/2016 Project Funding Unit 2-Water Distribution Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3311.0141 6"Water Pipe 80 LF $40.40 $3232.00 80 $3,232.00 2 3311.0341 10"Water Pipe 4 LF $50.50 $202.00 4 $202.00 3 3311.0441 12"Water Pipe 5100 LF $61.85 $315,435.00 5100 $315,435.00 4 3311.0451 12"DIP Water 500 LF $70.85 $35,425.00 495 $35,070.75 5 3311.0452 12"DIP Water,CSS Backfi 20 LF $128.00 $2,560.00 20 $2,560.00 6 0241.1001 Water Line Grouting 60 CY $120.00 $7,200.00 60 $7,200.00 7 0241.1118 4"-12"Pressure Plug 1 EA $300.00 $300.00 1 $300.00 8 0241.1302 Remove 6"Water Valve 1 EA $170.00 $170.00 1 $170.00 9 0241.1304 Remove 10"Water Valve 2 EA $180.00 $360.00 2 $360.00 10 0241.1305 Remove 12"Water Valve 6 EA $190.00 $1,140.00 6 $1,140.00 11 0241.1510 Salvage Fire Hydrant 1 EA $290.00 $290.00 1 $290.00 12 3201.0113 6'Wide Asphalt Pvmt Repa 60 LF $55.25 $3,315.00 13 3201.0201 Asphalt Pvmt Repair Beyon 35 SY $8.80 $308.00 14 3201.0400 Temporary Asphalt Paving 270 LF $25.00 $6,750.00 258 $6,450.00 15 3213.0301 4"Conc Sidewalk 50 SF $5.31 $265.50 16 3301.0101 Manhole Vacuum Testing 1 EA $190.00 $190.00 17 3305.0103 Exploratory Excavation of 1 EA $935.00 $935.00 1 $935.00 18 3305.0109 Trench Safety 5700 LF $1.06 $6,042.00 5699 $6,040.94 19 3305.0110 Utility Markers 1 LS $825.00 $825.00 20 3305.0115 Vacuum Excavation 2 EA $935-00 $1,870.00 2 $1,870.00 21 3305.1103 20"Casing By Other Than 102 LF $385.00 $39,270.00 102 $39,270.00 22 3305.2004 12"Water Carrier Pipe 102 LF $98.00 $9,996.00 102 $9,996.00 23 3311.0001 Ductile Iron Water Fittin 8.4 TO $6,030.00 $50,652.00 5.34 $32,200.20 24 3312.0001 Fire Hydrant 13 EA $2,800.00 $36,400.00 13 $36,400.00 25 3312.0117 Connection to Existing 4" 4 EA $650.00 $2,600.00 4 $2,600.00 26 33122001 1"Water Service,Meter R 1 EA $400.00 $400.00 1 $400.00 27 3312.2003 1"Water Service 14 EA $765.00 $10,710.00 14 $10,710.00 28 3312.2004 1"Private Water Service 15 LF $16.50 $247.50 15 $247.50 29 3312.2201 2"Water Service,Meter 3 EA $670.00 $2,010.00 3 $2,010.00 30 3312.2203 2"Water Service 3 EA $1,425.00 $4,275.00 3 $4,275.00 31 3312.2204 2"Private Water Service 25 LF $22.00 $550.00 25 $550.00 Thursday,March 31,2016 Page 2 of 5 City Project Numbers 01749 DOE Number 6705 Contract Name Old Decatur Rd from W J Boaz Rd to McLeroy Blvd Estimate Number 49 Contract Limits Payment Number 49 Project Type WATER DISTRIBUTION For Period Ending 3/31/2016 Project Funding 32 3312.3002 6"Gate Valve 13 EA $890.00 $11,570.00 13 $11,570.00 33 3312.3005 12"Gate Valve 19 EA $2,115.00 $40,185.00 19 $40,185.00 34 3331.3101 4"Sewer Service 1 EA $1,175.00 $1,175.00 1 $1,175.00 35 3339.1001 4'Manhole 1 EA $2,365.00 $2,365.00 1 $2,365.00 36 3341.0103 18"RCP,Class 111 60 LF $36.00 $2,160.00 60 $2,160.00 37 72"x 13/16"STEEL CASING CO#1 208 LF $950.00 $197,600.00 208 $197,600.00 38 CASING END SEAL AND BACKFILL C041 2 EA $2,875.00 $5,750.00 2 $5,750.00 39 SAWCUT AND REMOVE CONCRETE PAVING 324 SY $14.50 $4,698.00 324 $4,698.00 CO#1 40 TEMPORARY PAVEMENT REPAIR CO#1 324 SY $20.00 $6,480.00 324 $6,480.00 41 CONCRETE TRAFFIC BARRIER CO#1 240 LF $100.00 $24,000.00 240 $24,000.00 Sub-Total of Previous Unit $839,908.00 $815,897.39 Thursday,March 31,2016 Page 3 of 5 City Project Numbers 01749 DOE Number 6705 Contract Name Old Decatur Rd from W J Boaz Rd to McLaoy Blvd Estimate Number 49 Contract Limits Payment Number 49 Project Type WATER DISTRIBUTION For Period Ending 3/312016 Project Funding Contract Information Summary Original Contract Amount 5601,380.00 Chante Orders Change Order Number 1 5298,528.00 Total Contract Price $839,908.00 Date J �Co Total Cast of Work Completed /5815,89739 Less %Retained $0.00 Net Earned /$815,89739 �-� Date 9 —/d Earned This Period $267,396.47 worst= rrU Retainage This Period $0.00 Project Manax" Date Las Liquidated Damages /' Days @1 Day 50.00 Z16+� Date lO LessPavemeet Deficiency $0.00 Asst(DvectoWMW--Infrastructure Design and C )n Less Penalty 50.00 /"r - Date fZSI (r Less Previous Payment $548,500.92 Director!Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment 5267,396.47 Thursday,March 31,2016 Page 4 of 5 mvs r Crtan�js Order Rsques; -9*&.a'cdovjn Project Namej Old Decatur Road Y/J 5027 to N1CLeroy City Sec a ^5044 Clieni Project t(s)I 01719,DOE 6705 Chanca Order Submit-Lai �� Dais 2/'1312015 Con'act Time Den:. 7/PW Water Szvver Totals CD Original Contract Amount $3,377,522.65 $601,380.00 $3,978,902.65 329 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $3,377,522.65 _$601.,390.00 _ $3,978,902.65 329 4mount of Proposed Change Order _;$0:00: `.$238,528.00.`, =$0.00_ $238,528.00 28 Revised Contract Amount $3,377,522-65. $839;908.00 = $4,217,430.65 357 Original Funds Available for Change Orders $0.00 Remaining Finds Available for this CO Additional Funding(if necessary) $238 528;0.0 $238,528.00 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 5.99°l0" ,YIAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $4;973;fi28:31.. . Change order is for 72"casing for future water line installation under McLercy/Old Decatur Road intersection. Addition ng installation only. o° 0 _ o bye L KRIter9 city S 9 RT WORT 8 City of Fort Worth Change Order'Additisms Prqect Name Old Decatur Road-WJ Boaz to McLeroy City Sec t 45044 Client Project# 01749,DOE 6705 Change Order Submi tal# Data 2/1312015 ANT IOi`I5 ITEti ECR 0 EP / fid ntliiCost .ata "steel casing Water =0 . $ ,0 9 , 00. 38• Casing end seal&backfill Water 2.00 EA $2,875.00 $ , .0. 39 Sawcut&Remove concrete paving Water 24. ---$T4-50 40Temporary pavement repair Water 324.00 SY $20.00 $ , 0 41 Concrete Traffic Bamer Water 240.00 LF $100.00 $24, 0 . TIPW $0.00 . Water $238,528.00 " Sewer $0.00 Sub Total Additions 238, Change Order-Ad'ditons Page 2 of FORCit, of Fc,'L V orth vhartge Order Deiedons Project Meme Old Decati r Rcad-WJ Boaz is iblcLeroy Gib/Seca 45081 ClieniProiect4 01719 DOE6705 Orange Orde'SubmiEal Date J'312015 CEL�i 1015 �— ITEit� DE 'ION DEPTL Oty I _nitJt�niCcst �— c[3 i I I T1PW $0.00 Water $0.00 Sewer $0,00 Sub Total Deletions Change Order Deletions Page 3 of 4 for (Drdar Mouti� i J I i Total Previous Change Orders CPA,: = DATE _ - AMO;UyT NIA I� Total = = � CW Change Order Approval Wa-COAppOl Page 1 of 3 �ouiina Assigned To: Due Date: Assigned ey: Due Time: Lincs (3) LiUCCur= :PrOi=cis/0171;,? - Cld �-aca_u �,Ccd-Soap Co I'ICL2i�`/iL.000rBClOi/Cila�Ge �'�d�r�/Ciia�nc Order 1 Breakdown revised.xls forworthoo�//infrastructure Qrciects/01749 - Oid Decatur Road-Boaz to i-vicLerov/Cortracer/Change Orders/01749.Old Decatur Rd. iv] anC C 27445.Final.odf At'achments (0) No Attachments have been added to this form, . Ta—ctcnn-a._D......T i1IS11)na-c CFW Change Order Approval Wa-COApp01 Page 2 of 3 f,711 -inJ LDOrVlO —�-- = 0h=In05,clL: aq LI e 31 Ao;o w21 C'fl=1i'lJa O]'L]2i' BfGc'1.'•(alJ','>77 Av2flibl& it 1-1(1';-s) ..........._.... ...__ ..._..._._.._......... For Chance 0:-der Su m ttal 'No.: Change Order No.: Wa-COAgp01 Date Stated: 2015-07-13 City Sec. No.: 45044 Date Due: 2015-09-01 Project Name: 01749 - Old Decatur Road-Boaz to McLeroy 01749 DOE Numbers: Project Numbers: 6705 Project Expand Old Decatur Rd. from a 3-lane undivided roadway to a 4- Description: lane divided arterial frcrr. W. J. Boaz Rd. to. McLeroy Blvd. Project Manager: Wilma Smith City inspector: Thomas Miller Contractor: JLB Contracting, LLC COUNCIL ACTION (if Required).- M&C equired);M&C Log Name:2O V-) D De(:P-T�,u; CO Al ti 3L9/Z = i O ��L' f �0`/ COQ M&C Number: 7 4'-� (a M&C Date: 671i COST AND DAB'S SUMMARY: Requested Department: Cost($) Fund Account Center: Days: 60 $ 238,528.00 P266-541200-607140174983 28 Total Cost: $ 238,528.00- Tonal Requested Days:.28 Approval Status CFW Change.Order Approval Wa-COApp01 Page 3 of'D Apps oved: Yes COmmeilt5: User: Norma Sauc-=da Data: 2015-10-08 2:38 PM AoDr oved:Yes Comments: User: Sam Davis Date: 2015-10-08 2:40' Pi\/l Approved: Yes Comments: User: Wilma Smith .Date: 2015-10-08 3:16 PM Approved: Yes Comments: User: Tony Sholola Date: 2015-10-09 5:12 PM Approved: Yes Comments: User: Andy Cronberg Date: 2015-10-12 10:39 AM Approved: Yes Comments: . User: David Townsend Date: 2015-10-13 3:23 PM Approved: Yes Comments: User: Doug Black Date: 2015-11-03 3:38 PM Approved: Yes Comments: User: Jay Chapa - Date: 2015-11-03 3:51 PM Action. Required: 'NI&C Review Pave 1 of 3 Oi,lca site of the City of Fort Worth,Texas JUNC1'L. CTIOi°l: :?ogre; d an Re-soauaan `10, Z! 10-00-201a 200!D D CATUR C0�NS T D DAIg E: 9/15/20;5 '�� ' ���� *=C 27446 LOO NA',511E: BOA2 TO MCLEROV NO. CHANGE ORDER NO. 1 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Change Order No. 1, to City Secretary Contract No. 45044, a Construction Contract with JLB Contracting, LLC, in the Amount of$238,528.00, for the Installation of a Seventy-Two Inch Casing Pipe Under the Future Intersection of Old Decatur Road and McLeroy Boulevard as Part of the Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard Project, Thereby Increasing the Total Contract to $4,217,430.65 and Adopt Reimbursement Resolution (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of Change Order No. 1, to the City Secretary Contract No. 45044, with JLB Contracting, LLC., in the amount of$238,528.00 for the installation.of a seventy-two inch casing pipe . under the future intersection of Old Decatur Road and McLeroy Boulevard as part of the Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard project for a revised contract total of $4,217,430.65; and 2. Adopt the attached resolution expressing official Intent to Reimburse expenditures with proceeds of future debt for Change Order No. 1 to City Secretary No.45044 for Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard. . DISCUSSION-: On October 22, 2013, the City Council authorized a contract with JLB Contracting, LLC., in the amount of $3,978,902.65 for the construction of Old Decatur Road from W.J. Boaz Road to McLeroy Boulevard. The project provides for the construction of the west two lanes of the roadway. Change Order No. 1 provides for the installation of a 72-inch casing pipe under the future intersection of Old Decatur Road and McLeroy Boulevard. The proposed casing will accommodate a planned 48-inch water main that will be installed as part of a separate project that is to begin next year. This 48-inch water main will be placed inside the proposed 72-inch casing thereby eliminating the need to cut new concrete pavement when the water main project begins next year. The 48-inch water main will increase the volume of water available to supply the Caylor Ground Storage Tank which services the Northside I I Pressure Plane and customer cities such as Southlake, Keller, Westlake and Trophy Club. Funding for this Change Order will be provided.from the Water Capital Projects Fund and will have no impact on the transportation fund budget_ Subject to approval of this Mayor and Council Communication (M&C), appropriations for Change Order No. 1 will consist of the following: L u._.I/_._-- _L--'. --- --__---� --- --'-- -------- - ---nrr%_OI^f ti c o-....__,,.�1-1,.:..,-nn cPln1 c I M&C Review Page 2 of 3 li8a:la r m0ll'P Y d 092C""'`, J1 ,,C s i0. �\Pp r--v ad Origii al Contract X3,978,902.63 I COnSirtlCilOn c.a C-26526 10/22/2013 r . -jana -i,;:dec Change Order $ 238,528.00 Add 72 inch casing Pending Pending INC. `i for?uiure water line installation 1 ToLai Re)I,1Se.d $4,2'i 7,430.66 COrt`it�C$ Upon approval of this M&C, funding for the contract, Change Order No. 1 and other project costs will consist the following: ND IEpisting Additional Revised Encurntrances Remaining I iJAppropriations Appropriations ppropriations itures Balance Water Capital $ 715,180.00 $ 0.00 $ 715,180.00 $ 698,319.09 $ 16,860.91 Projects Fund (P253) i 2017 Water and Sewer Revenue Bonds $ 0.00 $238,528.00 238,528.00 $ 0.00 $238,528.00 Capital Project Fund (P266) (C204) 7$ 694,777,53 - $ 694,777.53 $ 694,777.53 - (C223) $4,603,825.35 F_ - J$4,603,825.35 $4603825.35-7 _,2$55840.05 Lroject J$6,013,782.88 $238,52 080$6,252,310.88 $5,996,92'1.97 $255,388.91 tat This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City's portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source another funding source will be required, which could mean issuance of securities under the Direct Purchase Note Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Management Policy Statements, Staff-anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three yearn. The Financial Management Services Department is currentiy working with all departments to ensure that multi-year capital improvements plans are in place. Newly developed.and already existing plans, such as the Water Department's current multi-year Capital Improvement Plan, will be presented to City Council for review and adoption. If the City Council-adopted plan does not include issuance of debt.. for this specific project,the project will be funded utilizing pay-as-you go financing sources: If the City Council-adopted plan calls for debt issuance, that debt must be issued within approximately three years M&C Review Page 3 of 3 to provide rei f7burs-emen`l fo,-ti'lOse expo lsOs. If that does nOt OCCUT, the costs wili no longer, be raiMburSable by issuing -ta;(-exernp(' debt and tns 7Unding source Y/ill have to be made Lvhole'f.r'oUch ot;er budgetary methods. Adcotion of tnis.rssclut on does not obligate the City to seij bonds, but PF8s?Fvas tha abiii Y to reimburse the Cl-i;/ from iq"<-eX1 rnp,'bond proceeds. CC`ns"'1'Ucilen IS all'iICLiJ=i.ed io comrnsnCe in 2015 and C'cicbei 2O.1�. COni:f'acC ilti s iO3 corn.ols ilo'- 0. uIIJ 1Ivof;\ is 28) Calenja-d?-,s. Upon completion of this capiiai oro,-ec::, there is no anticipated annijai operating impact to 'the T ransperiation and Puclic Works DepartrnenVStreet Division or the Department. M/WSE OFFICE -A waiver of the goal for MBE subcontracting requirements are requested by the Department and approved by the M/WBE Ci ice, in accordance with the BIDE Ordinance, because the purchase of goods or services from source(s)where subcontracting or supplier opportunities are negligible. This project is located in COUNCIL DISTRICT 7, Mapsco 33T and 33X. FISCAL INFORMATiONiCERTIFiCATION: The Financial Management Services Director certifies that funds are available in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for this contract. Currently, available revenue in the 2017 Water and Sewer revenue Bonds Capital Project Fund is $53,415,534.06. After appropriation of the $238,528.00.00 to the project, the amount of$53,177,006.66 in available revenue will remain in the 2017 Water and Sewer Revenue Bonds Capital Project Fund. This project will have no impact on Nater Department operating budget. TO Fund/Account/Centers FROM FundlAccount/Centers P266 541200 601159990100 $238.528.00 P266 541200 607140174983 $238,528.00 Submitted for City Manager's Office by: Jesus J. Chapa (5804) Originating Department Head: Douglas W. Wersig (7801) Additional Information Contact: Wilma Smith (8785) ATTACHMENTS 20OLD DECATUR CONSTRUCTION BOAZ TO MCLEROY.pdf 20OLD DECATUR RD C01 REIMB RESOLUTION (Rev8.27.15).doc httnalanns.cfametorg/crn7nci1 nacketf-mc reviewasn?T1�=7.1 1(�Xrcrnmcilrlate=9/1 5/x.(115 1 1/i/x.(11 S FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:49 NAME OF PROJECT: Old Deur Rd from WJ Boaz to McLemy PROJECT NO.: 1749 CONTRACTOR: 1LB DOE NO.: 6705 PERIOD FROM 17/02/16 TO: 11/11/15 FINAL INSPECTION DATE: I-Feb-16 WORK ORDER EFFECTIVE:12/112013 CONTRACT TIME: 329+28=357 Ig Wo CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 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 -19 0 -19 PERIOD PREVIOUS PERIOD 729 729 TOTALS TO DATE -19 729 710 *REMARKS: Last pay item performed on 1 I-I 1-15.This corrects time charged past that date. CONTRACTOR DATE SPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmocton Street•Fort Worth,TX 76012-6311 (817)392-7941 -Fay(817)392-7845 a Miller, Thomas W. From: Estes,William Todd Sent: Tuesday,April 05,2016 8:53 AM To: Miller,Thomas W. Cc Smith,Wilma;Cordova,Ron Subject. CPN 01749-Old Decatur Rd. Thomas, Please closeout the project with the total of days actually worked and no additional change orders for extra days. The City will not exercise its option to charge liquidated damages for the work completed. This is primarily due to the good faith efforts of the contractor to complete the job without additional cost to the City based on the City's additional scope of work added to the project. W. Todd Estes, P.E. Engineering Manager Transportation and Public Works Department 1000 Throckmorton Street Office Phone: (8 17)392-5448 Cell Phone: (817)992-8093 William.EstesAfortworthtexas.gov How am I doing? Please feel free to contact my supervisor.Andy.Andersonna.fortworthtexas.gov City of Fort Worth—Working together to build a strong community. FORTWORTH x FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR PROJECT NAME: Old Decatur from WJ Boaz to McLeroy PROJECT NUMBER: 01749 DOE NUMBER: 6705 WATER PIPE LAID SIZE TYPE OF PIPE LF 6" pvc 80 10" pvc 4 12" pvc 5100 12" di 495 FIRE HYDRANTS: 13 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 12 1890 DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS la The City of Fort Worth•1000 Throclmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name JLB Old Decatur Rd from WJ Boaz to McLero DOE Inspector DOE Number Thomas Miller 6705 E bupector Project Manager p Water 0 waste water[:] Storm Drainage Pavement Wilma Smith Initial Contract Amountroject Difftculry $601,380.00 0 Simple © Routine 0 Complex Final Contract Amount Date $839,908.00 3/29/2016 ED PERFORMANCE EVALUATION 0-Inadequate l-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 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 343 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 30 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 444 Rating(ITS/MS]*100%) 343 / 448 — 77% Performance Category Oood <20%=Inadequate 20%to<40%—Deficient 40%to<60%=Standard 60%to<800A—Good X80'/—Excellent Iaspeetor's Comments(INCLUDING EXPLANATION OF BONUS POEM AWARDED) Signature DOE Inspector Signature,Contractor Sigaatw'e DOE Inspector's Supervisor —� CONTRACTOR'S COMN�N7 S _ TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000'Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •F=(817)392-7845 FoRTWORTHREV:02W07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 3/29/2016 Name of Contractor Project Name JLB Old Decatur from WJ Boax to McLero DOE Inspector Project Manager Thomas Miller Wilma Smith DOE Number Project DiOlculty Type of Contract 6705 Q Simple Routine O Complex Q Water Q Waste Water Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $601,380.00 $839,908.00 II)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 1 Accuracy of Plans to Existin Conditions 3 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 3 Applicability of S cifications 4 Display Of Professionalism Ll 4 Accumcy of Plantities 3 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs L 1 Knowled a And/Or Problem Resolution 3 ADMINISTRATION 2 Availability of Project Manager 3 1 Change Order Processing Time Z 3 Communication 3 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor /2iC iii Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The Cit'of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 0 (817)392-7941-Far(817)392-7845 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state aforesaid, on this day personally appeared SAM DAVIS, PRESIDENT OF JLB CONTRACTING, LLC, known to me to be a credible person, who being by me duly sworn, upon his oath disposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damages; On contract described as Old Decatur Road — W] Boaz to McLeroy Blvd., City Project 01749 located in Fort Worth, Texas JLB CONTRACTING, LLC BY �� President Subscribed and sworn before me on this_o�J`"-day of WW , 2016. ' JAMIE GREENWAY ,PUSI o= Notary Public,State of Texas My Commission Expires September 25, 2016 NO A PUBLIC IN AND FOR—) T NT COUNTY, TEXAS My commission expires:3�8=�f3 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT CONTRACTOR ❑ TO FINAL PAYMENTSURETY OTHER ❑ (SIMMAR TO AIA.DOCUMENT G707) Bond No. 6067214 PROTECT: Old Decatur Road - W.J. Boaz Road to McLeroy Blvd., City Project No. 01749 (name,address)Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: F-City of Fort Worth CONTRACT FOR: Above Project 1000 Throckmorton Street Fort Worth, Texas 76102 CONTRACT DATE: CON-TRACTOR. B Contracting, LLC 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) Westfield Insurance Company 555 Republic Drive, Suite 450 Plano, Texas 75074 ,SURETY COMPANY, on bond of(here insert name and address of Contractor) JLB Contracting,LLC P.O. Box 24131 CONTRACTOR, Fort Worth, Texas 76124 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 Fort Worth,Texas 76102 'OWNER, as set forth in the said Surety Company's bond IN WTI-NESS WHEREOF, The Surety Company has hereunto set its hand this 16th day of May 2016 WESTFIELD INSURANCE COMPANY Surety Company By Signature o orize epresentative Attest: (Seal): Kvle W. Sweeney Attorney-in-Fact Title Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition POWER#AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR`PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company- and collectively as "Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County,Ohio, do by these presents make,constitute and appoint CHARLES D. SWEENEY,MICHAEL A.SWEENEY, KYLE W.SWEENEY,ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-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- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -• LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies.thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the.premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President, any Senior Executive,any Secretary or any Fidelity tip Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds,recognizances, contracts, agreements of 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 Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.- 'Be it Further Resolved,that the signature of any such designated person and the 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 signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 Corporate O s �Fsals '. =,a¢��nNq��tisG'- r�S�41sulpWESTFIELD INSURANCE COMPANY Affixed v .a. �c3 "!;/�i a WESTFIELD NATIONAL INSURANCE COMPANY ��xf77�toy ':�;� OHIO FARMERS INSURANCE COMPANY SEAL im_ _c*z ART .-CE - 3;jr'•.,�!sr������� ��-• •�o State of Ohio "'"" '•*•• By-Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 ,before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say,that he resides'in.Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal Affixed O • William J-. Kahelin,A i ney at Law, Notary Public State of Ohio N 0 My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: oar 1,Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day.of May ra�•"•°'--».� 20Z6 •..' i: ' . .,..y 16`' 'ON .0 3 •SEC).11 .ymc �' y t ;y►� �� =_'�: �- o ra= !'1 Secretary Ir Frank A.Carrino, aec retary BPOAC2(combined) (06-02)