Loading...
HomeMy WebLinkAboutContract 48138-FP1 o Fo T WO T CITY SECRETARY 4�, NAV CD3 ONTRACT NO. WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION DOE.Ns: 6485 Regarding contract 48138 for Water Relocation on State Highway 114,Part 4 as required by the Water Department as approved by City Council on 8/16/16 through M&C C-27872 the Assistant Director of the Water Department;upon the recommendation of the Engineering Manager,Water Engineering and Fiscal Services Division,has accepted the project as complete. Original Contract Prices: $957,330.00 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $957,330.00 Total Cost Work Completed: $759,339.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $759,339.00 Less Previous Payments: $708,452.05 Final Payment Due $50,886.95 b � 0 11 1 Recommend delfor Acceptance Date Engineering Manager, Water Engineering and Fiscal Services Divisions f Accepted Date Assistant Director, Water Department Date NQS J 017 CITY , Project Name:Water Relocation on State Hitrhway 114,Part 4 DOE. Ns: 6485 Comments: J j NOV 13 2017 '1S C ���38 s t y Froject Numbers 01515 DOE Number 6485 Contract Name Water Relocation on State Highway 114,Part 4.at the Intersection of Intersta Estimate Number 14 Contract Limits and State Highway 114 Payment Number 14 Project Type Sewer For Period Ending 8/31/2017 Project Funding Project Manager Sauceda City Secretary Contract Number 48138 Inspectors JOHNSON / GARCIA Contract Date 8/16/2016 Contractor CIRCLE C CONSTRUCTION COMPANY Contract Time 270 CD PO BOX 40328 Days Charged to Date 243 CD FORT WORTH, TX 76140 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES PO # NCP Line Fund Account Center Amount Gross Retainage Net Funded alt-G'l/,0() vi�-J_7129-"�� ,a_`' r-.5- Total 5Total Cost of Work Completed $759,339.00 Less 0 %Retained $0.00 Net Earned $759,339.00 NATQERTMENT Earned This Period $50,886.95 ER PA ENGINEERING AND FISCAL SERVICES Retainage This Period $0.00 Contact Person- fleather Oakes-Ext.8252 Less Liquidated Damages Depa t Approvs i .ature for: 0 Days @ $0.00 /Day $0.00 DEPARTMENTCHECK PICK-Up YES LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $708,452.05 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $50,886.95 Wednesday,September 13,2017 Page 5 of 5 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Water Relocation on State Highway 114,Part 4.at the Intersection of Interstate I Contract Limits and State Highway 114 Project Type Water City Project Numbers 01515 DOE Number 6485 Estimate Number 14 Payment Number 14 For Period Ending 8/31/2017 CD City Secretary Contract Number 48138 Contract Time 27CD Contract Date 8/16/2016 Days Charged to Date 243 Project Manager Sauceda Contract is 79.000 Complete Contractor CIRCLE C CONSTRUCTION COMPANY PO BOX 40328 FORT WORTH, TX 76140 Inspectors JOHNSON / GARCIA Wednesday,September 13,2017 Page 1 of 5 City Project Numbers 01515 DOE Number 6485 Contract Name Water Relocation on State Highway 114,Part 4.at the Intersection of Intersta Estimate Number 14 Contract Limits and State Highway 114 Payment Number 14 Project Type Water For Period Ending 8/31/2017 Project Funding Unit 1-IH35 Southbound Frntge Rd Sec A Wtr Impry Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total IA 24"DIP Water 1250 LF $130.00 $162,500.00 1395 $181,350.00 2A Ductile Iron Water Fittings w/Restr 3 To $8,000.00 $24,000.00 1.4 $11,200.00 3 30"Steel Casing By Open Cut 20 LF $450.00 $9,000.00 17 $7,650.00 4 48"Steel Casing By Open Cut 60 LF $700.00 $42,000.00 5 Connection to Existing 24"Water Mai 4 EA $6,000.00 $24,000.00 2 $12,000.00 6 24"Water Abandonment Plug 2 EA $1,500.00 $3,000.00 2 $3,000.00 7 24"Cut-in Gate Valve w/Vault 1 EA $35,000.00 $35,000.00 1 $35,000.00 8 2"Combination Air Valve Assembly to 1 EA $8,500.00 $8,500.00 1 $8,500.00 9 Water Line Grouting 150 CY $200.00 $30,000.00 100 $20,000.00 10 Trench Safety 1320 LF $1.00 $1,320.00 200 $200.00 11 Topsoil 335 CY $15.00 $5,025.00 12 Hydromulch Seeding 1645 SY $3.00 $4,935.00 1888 $5,664.00 13 Cathodic Protection 1 LS $8,500.00 $8,500.00 1 $8,500.00 14 Concrete Encasement for Utility Pipe 60 LF $85.00 $5,100.00 60 $5,100.00 15 Remove and Replace Barbed Wire Fence 35 LF $20.00 $700.00 1580 $31,600.00 16 Construction Staking 1 LS $2,500.00 $2,500.00 1 $2,500.00 17 Construction Survey 1 LS $2,500.00 $2,500.00 1 $2,500.00 18 Construction Allowance 1 LS $60,000.00 $60,000.00 Sub-Total of Previous Unit $428,580.00 $334,764.00 Unit 2-SH 170 Sec B Sewer Improv Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"Water Pipe 65 LF $50.00 $3,250.00 64 $3,200.00 2 10"Water Pipe 60 LF $55.00 $3,300.00 60 $3,300.00 3 16"PVC C905 Water Pipe 2055 LF $70.00 $143,850.00 2055 $143,850.00 4 16"Water Carrier Pipe 340 LF $100.00 $34,000.00 340 $34,000.00 5 30"Steel Casing Pipe By Other Than 340 LF $480.00 $163,200.00 340 $163,200.00 6 6"Gate Valve 2 EA $1,000.00 $2,000.00 2 $2,000.00 7 10"Gate Valve 3 EA $1,600.00 $4,800.00 3 $4,800.00 8 16"Gate Valve 4 EA $8,500.00 $34,000.00 3 $25,500.00 Wednesday,September 13,2017 Page 2 of 5 City Project Numbers 01515 DOE Number 6485 Contract Name Water Relocation on State Highway 114,Part 4.at the Intersection of Intersta Estimate Number 14 Contract Limits and State Highway 114 Payment Number 14 Project Type Sewer For Period Ending 8/31/2017 Project Funding 9 Fire Hydrant 2 EA $3,500.00 $7,000.00 2 $7,000.00 10 Ductile Iron Water Fittings w/Restr 5 TO $6,500.00 $32,500.00 3.93 $25,545.00 11 Connection to Existing 4"-12"Wate 3 EA $2,500.00 $7,500.00 2 $5,000.00 12 Trench Safety 2200 LF $1.00 $2,200.00 2180 $2,180.00 13 Topsoil 410 CY $15.00 $6,150.00 14 Block Sod Placement 2500 SY $8.00 $20,000.00 15 Construction Staking 1 LS $2,500.00 $2,500.00 1 $2,500.00 16 Construction Survey(red line) 1 LS $2,500.00 $2,500.00 1 $2,500.00 17 Construction Allowance 1 LS $60,000.00 $60,000.00 Sub-Total of Previous Unit $528,750.00 $424,575.00 ------------------------------------------- Wednesday,September 13,2017 Page 3 of 5 City Project Numbers 01515 DOE Number 6485 Contract Name Water Relocation on State Highway 114,Part 4.at the Intersection of Intersta Estimate Number 14 Contract Limits and State Highway 114 Payment Number 14 Project Type Sewer For Period Ending 8/31/2017 Project Funding Contract Information Summary Original Contract Amount $957,330.00 Change Orders Total Contract Price $957,330.00 -I Date /,)— /3-,/ 7 Total Cost of Work Completed $759,339.00 Con tr for Less 0 %Retained $0.00 Date"A — /3 —/7 Net Earned $759,339.00 Inspection Supervisor Earned This Period $50,886.95 c/t 3 Retainage This Period $0.00 Date r Less Liquidated Damages Project M mar Days @ /Day $0.00 Date �� LessPavement Deficiency $0.00 Asst.Director/TPW-Infrastructure Design an Construction Less Penalty $0.00 Date Less Previous Payment $708,452.05 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $50,886.95 Wednesday,September 13,2017 Page 4 of 5 FORTWORTH rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 14 NAME OF PROJECT: Water Relocation on State Highway 114, Part 4 PROJECT NO.: 01 S I S CONTRACTOR: Circle C CITY PROJECT U/S/S PERIOD FROM 07/16/17 TO: 08/31/17 FINAL INSPECTION DATE: 7/14/2017 WORK ORDER EFFECTIVE:11/15/2016 CONTRACT TIME: 270 0 WD* 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 DAYS TOTAL & HOLIDAYS & TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS PERIOD 0 PREVIOUS PERIOD 243 TOTALS TO DATE 243 *REMARKS: CONTRACTOR 6t DATE INSPECTOR DATE NVATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TY 76012-6311 (817) 392-4477 •Fat: (817) 392-8460 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this clay personally appeared Teresa S Skelly, President Of Circle C Construction, known to me to be a credible person, who being by nie 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; State Highway 114 Utility Relocation, Part 4 BY T x;sa S S I I Subscribed and sworn before me on this date 28 Of July, 2017. 0"A Q �— Lox-,V Notary Public Tarrarnl, F:\as S. OtiPRY PVe',NHCHLL. S LANUORD Notary Public STATE OF TEXAS cotaty k 1175946-5 t^y 19 �r CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITECT ❑ AIA Document G707 CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond No.TXC608007 TO OWNER: ARCHITECT'S PROJECT NO.: City Project No.01515; City of Fort Worth 1000 Throckmorton Street CONTRACT FOR: Utilities Fort Worth,TX CONTRACT DATED: PROJECT: (name, address) State Highway 114 Utility Relocation,Part 4 in the City of Fort Worth,TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address ofstnery) Merchants Bonding Company(Mutual) 6700 Westown Parkway West Des Moines,IA 50266 SURETY on bond of (Insert name and address of Contractor) William J.Schultz,Inc.,dba Circle C Construction Company P.O.Box 40328 Fort Worth,TX 76140 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 ,OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand this date: July 27,2017 (Insert in writing the month followed by the numeric date and year.) Merchant B ft "ng Company(Mutual) (Surety) (Signature ofauthorized presentative) Attest: Witness as to Surety: Sheryl A.Klutts,Attorney-in-Fact (Seal): � (Printed name and title) John A.Miller Note: This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT•April 1970 Edition•AIA@ One Page ©1970•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave.,NW,Washington,D.C.20006 :MERCHANTS BONDING COMPANY- POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies')do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 �........... ....... �.•• '(ION4 .••ANG Cp••. Pa RPOR<�0: •p �P0''�'09•. MERCHANTS BONDING COMPANY(MUTUAL) 9��.Z �:V� 9 ,�; MERCHANTS NATIONAL BONDING,INC. = 2003 c p: :6' 1933 .c; By ',.�y;-. •. ;gid• •ate:• •,�� '•........:rJ � •.;��Y �1�� President STATE OF IOWA ...... COUNTY � •"• COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. F ALICIA K.GRAM Commission Number 767430 My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 27th day of July 2017 . 110 Nq� •DING Cpl•.• J/ �RPOg4 6'p; POQ4 �9y y 2003 :'� a' 1933 �/c• Secretary POA 0018 (3/17) """'".'�� ••�•••••• FORTWORTHREV:02/22/07 WATER ENGINEERING AND FISCAL SERVICES CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 114-Sep-17 Name of Contractor Project Name Circle C Construction Water Relocation on State Highway 114 Part 4 Water Engineering Inspector Project Manager Virginia Garcia Roberto Sauceda DOE Number Project Difficulty Type of Contract 6485 Q Simple 0 Routine Q Complex ❑� water ❑� waste water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $957,330.00 IS957,330.00 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 Existing Conditions F 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities L 3 Applicability of Specifications 4 Display Of Professionalism a 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs z 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 2-/ 1 Change Order Processing Time 13 Communication 2 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe L II1)COMMENTS&SIGNATURES COMMENTS Signature Contractor r�.7 r Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Water Engneering and Fiscal Services The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477 •Fax: (817)392-8460 FORTWORTHREV:02/20/07 WATER ENGINEERING & FISCAL SERVICES PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Circle C Construction Water Relocation on State Highway 114 Part 4 Water Engineering Inspector DOE Number Virginia Garcia 6485 Water Engineering Inspector Project Manager El Water Q Waste Water ❑ Storm Drainage ❑ Pavement Roberto Sauceda Initial Contract Amount Project Difficulty $957,330.00 Q Simple Routine O Complex Final Contract Amount Date $957,330.00 9/14/2017 I1)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 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 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 3 20 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 383 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 383 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 383 / 448 = 85% 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 Inspector Za a J al A614 Signature Contractor ✓/ Signature Inspector's Supervisor CONTRACTOR'S COMMENTS WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477•Fax: (817)392-8460 FORTWORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Water Relocation On State Highway 114 Part 4 PROJECT NUMBER: 1515 DOE NUMBER: 6485 WATER PIPE LAID SIZE TYPE OF PIPE LF WATER 24" DIP 1395 WATER 6" PVC 64 WATER 10" PVC 60 WATER 16" PVC 2395 FIRE HYDRANTS: 2 VALVES(16" OR LARGER) 4 PIPE ABANDONED SIZE TYPE OF PIPE LF WATER 24" RCCP B303 1395 DENSITIES: 19 NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477•Fax: (817) 392-8460 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01515 Contract Name Water Relocation on State Highway 114,Part 4.at th DOE Number 6485 Contract Limits and State Highway 114 Estimate Number 14 Project Type Water Payment Number 14 Control Number 648502 For Period Ending -7 -1 31 / 1 � Contract: 48138 Contract Date: 8/16/2016 Contract Tim 270 CD Inspectors JOHNSON / GARCIA Days Charged to Dates/_ CD Date Prepared by Inspector Contract is %Complete Construction ID: 10915 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity Unit 1 -IH35 Southbound Frntge Rd Sec A Wtr 1A 24"DIP Water 1250 LF $130.00 1395 2A Ductile Iron Water Fittings w/Restr 3 To $8,000.00 1.4 3 30"Steel Casing By Open Cut 20 LF $450.00 17 4 48"Steel Casing By Open Cut 60 LF $700.00 5 Connection to Existing 24"Water 4 EA $6,000.00 2 Mai 6 24"Water Abandonment Plug 2 EA $1,500.00 2 7 24"Cut-in Gate Valve w/Vault 1 EA $35,000.00 1 8 2"Combination Air Valve 1 EA $8,500.00 1 Assembly fo 9 Water Line Grouting 150 CY $200.00 100 10 Trench Safety 1320 LF $1.00 200 11 Topsoil 335 CY $15.00 12 Hydromulch Seeding 1645 SY $3.00 1888 13 Cathodic Protection 1 LS $8,500.00 --14 Concrete Encasement for Utility 60 LF $85.00 J /� Pipe _! ' l( � 15 Remove and Replace Barbed Wire 35 LF $20.00 1580 Fence 16 Construction Staking 1 LS $2,500.00 1 17 Construction Survey 1 LS $2,500.00 1 Thursday,July 27,2017 Pagel City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01515 Contract Name Water Relocation on State Highway 114, Part 4.at th DOE Number 6485 Contract Limits and State Highway 114 Estimate Number 14 Project Type Water Payment Number 14 18 Construction Allowance 1 LS $60,000.00 :stimated Total This Unit $428,580.00 Completed Total This Unit $321,164.00 Construction ID: 10916 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity Unit 2-SH 170 Sec B Sewer Improv 1 6"Water Pipe 65 LF $50.00 64 2 10"Water Pipe 60 LF $55.00 60 3 16"PVC C905 Water Pipe 2055 LF $70.00 2055 4 16"Water Carrier Pipe 340 LF $100.00 340 5 30"Steel Casing Pipe By Other 340 LF $480.00 340 Than 6 6"Gate Valve 2 EA $1,000.00 2 7 10"Gate Valve 3 EA $1,600.00 3 8 16"Gate Valve 4 EA $8,500.00 3 9 Fire Hydrant 2 EA $3,500.00 2 10 Ductile Iron Water Fittings w/Restr 5 TO $6,500.00 3.93 11 Connection to Existing 4"-12" 3 EA $2,500.00 2 Wate 12 Trench Safety 2200 LF $1.00 2180 13 Topsoil 410 CY $15.00 14 Block Sod Placement 2500 SY $8.00 15 Construction Staking 1 LS $2,500.00 1 16 Construction Survey(red line) 1 LS $2,500.00 1 17 Construction Allowance 1 LS $60,000.00 Thursday,July 27,2017 Page 2 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01515 Contract Name Water Relocation on State Highway 114, Part 4.at th DOE Number 6485 Contract Limits and State Highway 114 Estimate Number 14 Project Type Sewer Payment Number 14 :stimated Total This Unit $528,750.00 Completed Total This Unit $424,575.00 Total Itemized Amount(Including Change Order $957,330.00 � 1 r DATE ` Total Cost of Work Completed Inspector Less 0 %Retained Net Earned _`" "x'1 Previous Payment $708,452.05 Material on Hand 15% Balance Due This Payment 2 S 7 2s .� Thursday,July 27,2017 Page 3 CD N N N N N N N N N N N N N N N N N N A F A F A F F F A F W W W ^7 F W N � O � 00 J C1 to A W N i-• O � 0o V A� 0. a �G n n n n O OI-D O _� C N CD rn y y O y � cn � m � cn `� o o' � y =• �• � =D � o _ O C < �. .0, N CaD � C o .� F a v� N y D+ � o -• o s d G .-. ..r N O � � W N vi .-. �-. N F O� NO W � � �• to °i O O O y G. o r r r r r r n C n m m m m r r -n r d cn 0� -C "T� -C Y a Y a 'n n; o c,C, o w s9 sa C 6fl j cf O N 00 69 00 cli 41 69 W Cl cls In 69 00 to Ef3 N to O cn O J A O :.' O O O O � O Cl W O O Cl O O O O O O O O O O O O O O O p O O O O O O O O O O O O O O O O O O Dn ) A A7 'd 00 00 al W O O .-. -- Cl O H 69 69 W 69 69 69 N E5 W 69 69 E� 69 W � .- .0 N C1 ^' N +C', N O cn O O O C, N w y O O O O O C, Cl O O O tl0 O O O O O A O O O O O O O O O G CD O Cl Cl O O Cl O O O O O Cl Cl Cl O ..- O O O O O O Cl O O O O O O O O O N t7 y s � W v y N n J � O y � M M a a M y m � 'b n G o @ O s9 N o C�l y CD oo w 0 0o n 0 N o 0 0 0 0 o m o N «- Cl 1000 GD Cl 00 J C1 Vi C � J 01 Vi .F W N .- p � 0o J C1 tli .F. W N .-• rr�� N ~ V1 CD W y rn m m ` O u FD' CD �7 'O y ^+ y ^ fD 7 \1 O eT A O d Qn R N C N ..r �- �' N W cn N W N o O C, ._. 00 �. D1 Ln d c c a o a a a a -I -I -I p, A C, ss �A bs ss Is iA v3 zA C O N N N C, w po O to 4i 69 to Cn th to CT O A. 69 A ff3 cy' O Cl O fA 69 O O O O O O = O J p O 00 l!i .-• O O O O O O O O O In O ,l O O O O O O O O O O O O O O Cl O O O O O Cl p O p O O Cl p p O Cl p O O O y Go O W W N O O H 69 E9 45 69 N 69 N 69 N N N cn vi v vi N W '7F. w w w O O 0p Cl A O O O O O O O O rj ('Jp O O O O lli p O O O O O O O O O O O Cl Cl O O Cl Cl O O O O O O .- O O O Cl O p O O O Cl Cl Cl O O 1' O '-7 N a a w to y N f7 J � _M O� O y = K O � V K y m � CD f07 f7 'J `l M � C CD � C W N N W A O � UQ p N Ef3 N .F V O 00 O 07 C1 lh C O cNn O � O N FORT WORTH September 13,2017 Circle C Construction Company PO Bos 40328 Fort Worth,TX 76140 Re:Acceptance Letter Project Name: Water Relocation on State Highway 114 Part 4 Project Type: Water,Sewer Project Ns: 01515 D.O.E. Ns: 6485 Contract Ns: 48138 Dated: 8/16/2016 Gentleman: On July 14,2017 a final inspection was made on the subject project. There were no punch list items identified at the time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 14,2017,which is the date of final inspection and will extend for(2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance,please feel free to contact me at (817) 392-6054 Yours Truly, E —� ✓ " � /', Tony Sholola,P.E.,Engineering Manager MP / cc: Kara Shuror,Acting Director,Water Department Chris Harder,P.E.,Assistant Director,Water Department Captain Michael Skains,Fire Department Roger Hauser,Field Operations Superintendent,Water Department Bill Lundvall,Field Operations Superintendent,Waste Water Department Roberto Sauceda,P.E.,Project Manager Kerwin Campbell,P.E.,Dunaway and Associates, Consultant Teri Skelly, Circle C Construction Company, Contractor David Johnson,Supervisor,Water Engineering and Fiscal Services Virginia Garcia,Inspector,Water Engineering and Fiscal Services File WATIER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * Fax 817-392-8195 Cs Printed on recycled paper