Loading...
HomeMy WebLinkAboutContract 46046-FP1 Depart e t &VV C�onst.Services C'P # Dal Project Manager, C"SECRETARY Risk Management C adv COS ` D.O,E. Brotherton 7 WO R T H CAA Morales lSanned GutzlerlScann d The Proceeding people have been Contacted concerning the request for facial payment&have ITION AND PUBLIC WORKS released this project for such payment. PROJECT COMPLETION City Project 2: 0229 Clearance Conducted By ltc contract��046 fc�TAIOC CONTRACT 2014 as required y the WATER.DEPARTMENT as approved by City Council on 9/ /2014 through M&C C-26968 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the'rransportation&Public Works Department his accepted the project as comp.lete Original Contract Prices: $1,000,000®00 Amount of Approved Change Orders: MAR 01 Ns f Revised Contract Amount: Total Cost Work Completed: $867,646.86 Less Deductions: Liquidated Damages: Days 210.001 Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $867,646.86 Less Previous Payments: $867,646.86 Final Paymeu u $0.00 3-7 Recommend ptance Date Asst. Directo , t�trfrastructure Design and Construction / Accepted Date PaM. Director, WATER DEPARTMENT ,4sst. City''Manager Date Co enw wwn uu�rjµwMw+Ww!fRN 9 OFFICIAL VI C17Y SECRETARY Bw. t� W �� ,' 0119 O City Project Numbers 02298 DOE Number 7264 Contract Name SANITARY SEWER CIPP CONTRACT 2014 Estimate Number 10 Contract Limits Payment Number 10 Project Type SEWER For Period Ending 8/14/2018 Project Funding Project Manager Sauceda City Secretary Contract Number 46046 Inspectors DICKINSON / JONES Contract Date 9/9/2014 Contractor INSITUFORM TECHNOLOGIES Contract Time 365 CD 3001 ROY ORR BLVD. Days Charged to Date 870 CD GRAND PRAIRIE, TX 75050 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $867,646.86 Less %Retained $0.00 Net Earned $867,646.86 Earned This Period $0.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $867,646.86 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Thursday,January 31,2019 Page 5 of 5 FoRT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANITARY SEWER CIPP CONTRACT 2014 Contract Limits Project Type SEWER City Project Numbers 02298 DOE Number 7264 Estimate Number 10 Payment Number 10 For Period Ending 8/14/2018 CD City Secretary Contract Number 46046 Contract Time 366D Contract Date 9/9/2014 Days Charged to Date 870 Project Manager Sauceda Contract is 59.000 Complete Contractor INSITUFORM TECHNOLOGIES 3001 ROY ORR BLVD. GRAND PRAIRIE, TX 75050 Inspectors DICKINSON / JONES Thursday,January 31,2019 Page 1 of 5 City Project Numbers 02298 DOE Number 7264 Contract Name SANITARY SEWER CIPP CONTRACT 2014 Estimate Number 10 Contract Limits Payment Number 10 Project Type SEWER For Period Ending 8/14/2018 Project Funding SANITARY SEWER CIPP CONTRACT 2014 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------- -------- ------- 1 6 inch X 4.5 mm CIPP 500 LF $50.00 $25,000.00 1107 $55,350.00 2 8 inch x 6.0 mm CIPP 6000 LF $45.00 $270,000.00 1906 $85,770.00 3 10 inch x 6.0 mm CIPP 1000 LF $50.00 $50,000.00 1162 $58,100.00 4 12 inch x 6.0 mm CIPP 500 LF $65.00 $32,500.00 5 15 inch x 7.5 mm CIPP 500 LF $80.00 $40,000.00 6 18 inch x 9.0 mm CIPP 300 LF $93.00 $27,900.00 7 21 inch x 9.0 mm CIPP 300 LF $125.00 $37,500.00 8 24 inch x 10.5 mm CIPP 300 LF $175.00 $52,500.00 1669 $292,075.00 9 27 inch x 10.5 mm CIPP 300 LF $175.00 $52,500.00 10 30 inch x 12.00 mm CIPP 300 LF $180.00 $54,000.00 11 6&8 inch CIPP Additional 1.5 mm th 200 LF $0.01 $2.00 12 10&12 inch CIPP Additional 1.5 mm 200 LF $5.00 $1,000.00 13 15&18 inch CIPP Additional 1.5 mm 100 LF $8.00 $800.00 14 21&24 inch CIPP Additional 1.5 mm 100 LF $13.00 $1,300.00 1669 $21,697.00 15 27 inch CIPP Additional 1.5 mm thick 100 LF $14.00 $1,400.00 16 30 inch CIPP Additional 1.5 mm thick 100 LF $15.00 $1,500.00 17 6 to 8 inch Clean and TV Sanitary S 6500 LF $7.00 $45,500.00 8162 $57,134.00 18 10 to 12 inch Clean and TV Sanitary 1500 LF $7.00 $10,500.00 2001 $14,007.00 19 15 to 18 inch Clean and TV Sanitary 800 LF $8.00 $6,400.00 473 $3,784.00 20 21 to 24 inch Clean and TV Sanitary 600 LF $12.00 $7,200.00 2261 $27,132.00 21 27 inch Clean and TV Sanitary Sewer 300 LF $12.00 $3,600.00 22 30 inch Clean and TV Sanitary Sewer 300 LF $12.00 $3,600.00 23 Root Removal 3000 LF $1.15 $3,450.00 24 Other remote obtruction removal 10 DY $750.00 $7,500.00 2 $1,500.00 25 Operate 4 inch Bypass Pumping System 90 DY $250.00 $22,500.00 3 $750.00 26 Operate 6 inch Bypass Pumping Syste 90 DY $350.00 $31,500.00 27 Operate 8 inch Bypass Pumping Syste 5 DY $2,000.00 $10,000.00 5 $10,000.00 28 Operate 12 inch Bypass Pumping Syst 5 LS $3,000.00 $15,000.00 29 Traffic Control-Design and Install 15 EA $7,500.00 $112,500.00 12.5 $93,750.00 30 4 foot Manhole 10 EA $4,500.00 $45,000.00 31 5 foot Manhole 5 EA $5,000.00 $25,000.00 Thursday,January 31,2019 Page 2 of 5 City Project Numbers 02298 DOE Number 7264 Contract Name SANITARY SEWER CIPP CONTRACT 2014 Estimate Number 10 Contract Limits Payment Number 10 Project Type SEWER For Period Ending 8/14/2018 Project Funding 32 4 foot Fiberglass Manhole 5 EA $4,500.00 $22,500.00 33 5 foot Fiberglass Manhole 5 EA $5,000.00 $25,000.00 34 Wastewater Access Chamber(WAC) 10 EA $2,500.00 $25,000.00 35 4 foot Manhole Rehabilitation 20 VF $350.00 $7,000.00 36 5 foot Manhole Rehabilitation 20 VF $425.00 $8,500.00 37 Epoxy Manhole Liner 50 VF $180.00 $9,000.00 38 Permanent Asphalt Paving Repair 800 LF $40.00 $32,000.00 18 $720.00 39 Temporary Asphalt Paving Repair 1000 LF $20.00 $20,000.00 40 6 inch Concrete Payment Repair 500 SY $50.00 $25,000.00 81.95 $4,097.50 41 Manhole Adjustment,Minor 10 EA $1,100.00 $11,000.00 42 Manhole Adjustment,Major w/Cover 10 EA $2,600.00 $26,000.00 43 Concrete Collar 50 EA $600.00 $30,000.00 44 4 inch Service Reconnection,CIPP 2000 EA $0.01 $20.00 35 $0.35 45 6 inch Service Reconnection,CIPP 200 EA $0.01 $2.00 1 $0.01 46 Street Use Permit 50 EA $350.00 $17,500.00 2 $700.00 47 Post CCTV Inspection 50 LF $10.00 $500.00 5844 $58,440.00 48 Pre CCTV Inspection 50 EA $10.00 $500.00 5844 $58,440.00 49 Manhole Vacuum Testing 50 LF $225.00 $11,250.00 50 6-12 inch Sewer Pipe,Point Repair 100 LF $300.00 $30,000.00 13 $3,900.00 51 18-24 inch Sewer Pipe,Point Repair 100 LF $350.00 $35,000.00 58 $20,300.00 52 24-30 inch Sewer Pipe,Point Repair 100 LF $450.00 $45,000.00 53 4 foot Extra Deep Manhole 10 VF $425.00 $4,250.00 54 5 foot Extra Deep Manhole 5 VF $625.00 $3,125.00 55 4 foot Extra Deep Fiberglass Manhole 5 VF $625.00 $3,125.00 56 5 foot Extra Deep Fiberglass Manhole 5 VF $825.00 $4,125.00 57 Mobilization/Demobilization Cost for 48'Cleaning 1 LF $9,650.00 $9,650.00 58 Clean and TV 48" 1230 LF $58.95 $72,508.50 Sub-Total of Previous Unit $1,474,707.50 $867,646.86 ---------------------------------------- Thursday,January 31,2019 Page 3 of 5 City Project Numbers 02298 DOE Number 7264 Contract Name SANITARY SEWER CIPP CONTRACT 2014 Estimate Number 10 Contract Limits Payment Number 10 Project Type SEWER For Period Ending 8/14/2018 Project Funding Contract Information Summary Original Contract Amount $1,000,000.00 Chance Orders Total Contract Price $1,474,707.50 Date '2 -25 Total Cost of Work Completed $867,646.86 Contr,4actpr Less %Retained $0.00 Net Earned $867,646.86 --)).te -40 "` Inspection Supervisor Earned This Period $0.00 Retainage This Period $0.00 Date I> Less Liquidated Damages Pro Manager Days @ Day $0.00 Date LessPavement Deficiency $0.00 AXsst. c 2�1-TRV Less Penalty $0.00 Date Less Previous Payment $867,646.86 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Thursday,January 31,2019 Page 4 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:10 NAME OF PROJECT: Sanitary Sewer Cipp Contract 2014 PROJECT NO.: 2298 CONTRACTOR: Insituform Technologies DOE NO.: 7264 PERIOD FROM:11/10/14 TO: 0 1/07/18 FINAL INSPECTION DATE:"]3-Aug WORK ORDER EFFECTIVE:11/10/2014 CONTRACT TIME: 365/CD 0 WE* 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. it. 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 0 0 0 147 0 147 PERIOD PREVIOUS 0 0 0 508 870 1,378 PERIOD TOTALS 0 0 0 655 870 1,525 ,TO DATE *REMARKS: CO`&TRACT dk DATE TOR DATE ENGINEERING DEPARTMENT" The City of Fort Worth•1000 Throckmorton Street• Fort Worth,'1'.K 76012-6311 (9 (817)392-7941 •Fax: (817)392-7845 AFFIDAVIT OF BILLS PAID THE STATE OF TEXAS COUNTY OF TARRANT Ben Hawkins, Being first duly sworn, state that he is Project Manager of Insituform Technologies LLC of Tarrant County of Texas, hereinafter called "Company", and The said Company has performed work and/or furnished City of Fort Worth, hereinafter called "Owner" pursuant to a contract, dated with Owner(hereinafter called"Contract") for the construction of: PROJECT: Sanitary Sewer CIPP Contract 2014 PROJECT NO: 2298 That all just and lawful invoices against the Company for Labor, materials and expendable equipment employed in the performance of the Contract and have been paid in full (with the exception of the attached invoice) prior to acceptance of payments from the Owner, and That the Company agrees to indemnify and hold the Owner and Engineers harmless from all liability arising from claims by subcontractors, materialmen and suppliers under Contract, and That no claims have been made or filed upon the payment bond, That the Company has not received any claims or notice of claims from the subcontractor, materialmen and suppliers. INSITUFO TECHNOLOGIES, L.L.C. By: Be awkins Project Manager Title THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, The undersigned authority, on this day personally appeared Ben Hawkins of Insituform Technologies, LLC , a Delaware Corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that the executed the same as the act and deed of such corporation, for the purpose of consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE ON THIS THE 22nd day of February, 2019 MY COMMISSION EXPIRES: 10/02/2022 NOTARY PUBLA6 IN AND FOR THE STATE OF TEXAS d`p1va`," JULIE A. HATFIELD `N/P^�;.. Notary Public, State of Texas Comm. Expires 10-02-2022 Notary ID 12997983-4 CONSENT OF 8- JRETY OWNER TO FINAL PAYMENT ARCHITECT AIA DOCUMENT G707 CONTRACTOR SURETY (Instructions on reverse side) OTHER Bond No. 106155701 TO (OWNER) (Name and address) ARCHITECT'S PROJECT NO: City of Fort Worth 1000 Throckmorton Street Contract For: Fort Worth, TX 76102 Contract Date:10/17/2014 PROJECT: (Name and address) Sanitary Sewer CIPP Contract 2014-City Project No. 2298 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 Travelers Casualty And Surety Company One Tower Square Hartford, CT 06183 SURETY, on bond of (here insert name and address of Contractor) INSITUFORM TECHNOLOGIES, LLC 17988 Edison Avenue Chesterfield, MID 63005 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 Street 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 19th day of February, 2019. (Insert in writing the month following by the numeric date and year) Travelers Casualty And Surety Compapy- SuretyCompany seal Attest:Ashie�-NW6,Wifness Andrew P.Thorne,Attorney-in-Fact AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT 1994 EDITION AIAO One Page ©THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.,NW State of Missouri County of St. Louis On 2/19/2019, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney-in- Fact of TRAVELERS CASUALTY AND SURETY COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Ashley Millbf,'-Nofary Public ASFiLEY...... ... .. MILLS NOTARY PUBLIC:NOTA"R Y SEAL STATE OF MISSOURI COMMISSIONED FOR'T.LOUI"COUNT Y My COMMISSION EXPIRES DEC.21,2021 ID#13556557 My Commission Expires: FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer CIPP Contract 2014 PROJECT NUMBER: 2298 DOE NUMBER: NA WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(1611 OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF 6 linch x 4.5mm 611 CIPP 1107 8 Inch x 6.Omm 811 CIPP 1906 10 Inch x 6.00nim 1011 CIPP 1162 24 Inch x 10.5mm 24" CIPP 1669 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth- 1000 Throckmorton Street-Fort Worth,TX 76012-6311 C) (817) 392-7941 -Fax: (817) 392-7845