Loading...
HomeMy WebLinkAboutContract 47397-FP3 lepartment of PW Const. Services Date roject Manager X, ►cr f �� f :isk Management S. Gatewood I RT WORTH® g CITY SECRETARY 1.0.E. Brotherton 0 CQNTRACT No. Vater V. Gutzier _ TA Janie Morales/Scanned ❑ E NATION AND PUBLIC WORKS i ie Proceeding people have been Contacted concerning the request :OF PROJECT COMPLETION final payment&have released this project for such payment. (Developer Projects) CF/l s n 11 cal 5/y/ie City Project Ns: 02589 learance Conducted By Etta Bacv // �� es'# 1173g7 Regarding contract 02589 for BUCEES BLVD,PILGRIM DRIVE&OUTLET BLVD as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through w M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transpottati0in&Public Works Department has accepted the project as complete. Original Contract Price: $4,423,957.06 Amount of Approved Change Orders: $115,894.81 Ns 1 Revised Contract Amount: $4,539,851.87 Total Cost Work Completed: L Recomm for Acceptance Date Asst. Dir r, lfiW- Development Services 'a'L -J. Accepted J Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT As . Ci Manager Date ; OFFICIAL RECORD Comments: RECEIVED CITY SECRETARY SEP -3 2019 FT. WORTH,TX cmraFFMrwRY Ct1YSfCRETApY f Rev.9/22/16 t FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BUCEES BLVD,PILGRAM DRIVE&OUTLET BLVD Contract Limits Project Type STORM DRAIN,PAVING&S LIGHT City Project Numbers 02589 DOE Number 7467 Estimate Number I Payment Number I For Period Ending 4/30/2018 CD City Secretary Contract Number 11740, Contract Time 30ED Contract Date Days Charged to Date 745 Project Manager Ehia Contract is 100.00 Complete Contractor SCOTT DENNETT CONSTRUCTION,INC. 2808 W.7TH ST.,#B FORT WORTH, TX 76107 Inspectors RODGERS / MEDELLIN Thursday,April 19,2018 Page 1 of 5 City Project Numbers 02589 DOE Number 7467 Contract Name BUCEES BLVD,PILGRAM DRIVE&OUTLET BLVD Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 4/30/2018 Project Funding i STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 21"RCP 441 LF $44.73 $19,725.93 441 $19,725.93 2 24"RCP 68 LF $54.51 $3,706.68 68 $3,706.68 3 27"RCP 79 LF $63.55 $5,020.45 79 $5,020.45 4 36"RCP 27 LF $100.95 $2,725.65 27 $2,725.65 5 48"RCP(CO Al) 129 LF $171.96 $22,182.84 129 $22,182.84 6 54"RCP 108 LF $194.59 $21,015.72 108 $21,015.72 8 7'X5'RCB 607 LF $357.57 $217,044.99 607 $217,044.99 9 8'X5'RCB 1310 LF $384.87 $504,179.70 1310 $504,179.70 10 8'X6'RCB 1103 LF $415.24 $458,009.72 1103 $458,009.72 11 9'X5'RCB 3268 LF $465.77 522,136.36 3268 1,522,136.36 12 10'CURB INLET 10 EA $2,498.38 $24,983.80 10 $24,983.80 13 4'DROP INLET 3 EA $6,350.30 $19,050.90 3 $19,050.90 14 4'MANHOLE RISERS 5 EA $2,668.90 $13,344.50 5 $13,344.50 15 BOX CULVERT HEADWALL I EA $14,221.43 $14,221.43 1 $14,221.43 18 TRENCH SAFETY 7140 LF $1.02 $7,282.80 7140 $7,282.80 19 TESTING&POST CCTV INSPECTION 7140 LF $1.27 $9,067.80 7140 $9,067.80 Sub-Total of Previous Unit $2,863,699.27 $2,863,699.27 PAVING Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 2 BARRIER FREE RAMPS 5 EA $1,041.10 $5,205.50 5 $5,205.50 3 STRIPING 4"STRIPE 1940 LF $1.16 $2,250.40 1940 $2,250.40 4 TRAFFIC HANDLING 1 LS $2,241.64 $2,241.64 1 $2,241.64 5 8"LIME STABILER SUBGRADE(CO Al) 22971 SY $11.44 $262,788.24 22971 $262,788.24 6 7"REINFORCED CONCRETE STREET PAVING 22971 SY $43.74 004,751.54 22971 1,004,751.54 (CO Al) Sub-Total of Previous Unit $1,277,237.32 $1,277,237.32 EXCAVATION Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total Thursday,April 19,2018 Page 2 of 5 City Project Numbers 02589 DOE Number 7467 Contract Name BUCEES BLVD,PILGRAM DRIVE&OUTLET BLVD Estimate Number I Contract Limits i Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 4/30/2018 Project Funding 1 CLEARING AND GRUBBING 12 AC $1,458.11 $17,497.32 12 $17,497.32 2 STREET AND ROW EXCAVATION 22200 CY $4.91 $109,002.00 22200 $109,002.00 3 SILT FENCE 11180 LF $1.72 $19,229.60 11180 $19,229.60 4 CURLEX AFTER PAVING 11554 LF $1.07 $12,362.78 11554 $12,362.78 5 INLET PROTECTION 13 EA $107.33 $1,395.29 13 $1,395.29 6 CONSTRUCTION ENTRANCE 1 EA $1,366.14 $1,366.14 1 $1,366.14 7 EROSION CONTROL MANAGEMENT 1 LS $3,359.15 $3,359.15 1 $3,359.15 -------r Sub-Total of Previous Unit $164,212.28 $164,212.28 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 4"CONDUIT 1992 LF $13.00 $25,896.00 1992 $25,896.00 2 UNDERGROUND ELEC DISTRIBUTION 3417 LF $21.00 $71,757.00 3417 $71,757.00 3 STREET LIGHT COMPLETE AND IN PLACE 21 EA $5,050.00 $106,050.00 21 $106,050.00 4 LED COBRA HEADS 30 EA $900.00 $27,000.00 30 $27,000.00 5 STREET SIGNS 8 EA $500.00 $4,000.00 8 $4,000.00 Sub-Total of Previous Unit $234,703.00 $234,703.00 Thursday,April 19,2018 Page 3 of 5 City Project Numbers 02589 DOE Number 7467 Contract Name BUCEES BLVD,PILGRAM DRIVE&OUTLET BLVD Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 4/30/2018 Project Funding Contract Information Summary Original Contract Amount $4,423,957.06 Chan;_e Orders Change Order Number 1 $115,894.81 Total Contract Price $4,539,851.87 ate Total Cost of Work Completed $4,539,851.87 ntractor Less %Retained $0.00 Net Earned $4,539,851.87 Date spection Su rvis r Earned This Period $4,539,851.87 l� _ Date �— Retainage This Period $0.00 Less Liquidated Damages Proje t anager Days @ /Day $0.00 Date LessPavement Deficiency $0.00 As D t W,- frastructure Design and Cons ction Less Penalty $0.00 �✓ Date Z Less Previous Payment $0.00 Direct /Contracting Dep pent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $4,539,851.87 Thursday,April 19,2018 Page 4 of 5 City Project Numbers 02589 DOE Number 7467 Contract Name BUCEES BLVD,PILGRAM DRIVE&OUTLET BLVD Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 4/30/2018 Project Funding Project Manager Ehia City Secretary Contract Number 117467 Inspectors RODGERS / MEDELLIN Contract Date Contractor SCOTT DENNETT CONSTRUCTION,INC. Contract Time 305 CD 2808 W.7TH ST.,#B Days Charged to Date 745 CD FORT WORTH, TX 76107 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount C ross Retainage Net Funded ------------- ------------------ Total Cost of Work Completed $4,539,851.87 Less %Retained $0.00 Net Earned $4,539,851.87 Earned This Period $4,539,851.87 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 $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $4,539,851.87 Thursday,April 19,2018 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Bucees Blvd Pilgrim Drive&Outlet Blvd CHANGE CONTRACT: Water,Sewer,Paving,Draina e,Street Lights ORDER No: CFA# 2015-071 CITY PARTICIPATION: NO CITY PROJECT# 02589 DOE# 7467 Al WATER PROJECT# P265-6071502589-00 SEWER PROJECT# P275-7071302589-00 FILE# INSPECTOR: Jimmy Raines Phone No: 214-543-3255 PROJECT MANAGER: Fred Ehia,P.E. Phone No: 817-392-8525 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT DAYS Developer Developer Cost Cfty Cost Developer Cost CityCost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $251,180.26 $188,569.25 $1,057,554.66 SR967,487.12 $230,703.00 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $251,180.26 $O.00 $188,569.25 $0.00 $1,057,554.66 $0.00 $2,957,407.12 $0.00 $230T703.00 $0.00 0 AMOUNT OF PROP.CHANGE ORDER $14,304.T7 $219,682.66 $103,787.85 REVISED CONTRACT AMOUNT $265,485.03 $0.00 $188,569.25 $0.00 $1,277,237.32 $0.00 52,863,699.27 $0.00 $230,703.00 1 $0.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $265A85.03 $188,569.25 $1,277,237.32 $2,863,699.27 $230,703.00 REVISED COST SHARE Dev.Cost: $4,825,693.87 City Cost: $0.00 TOTAL REVISED CONTRACT $4,825,693.87 Revised:10-12-2011 Page 1 You are directed to make the followin than es in the contract documents: CITY BID ITEM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 3137.0101 -2,150 SY ROCK RIPRAP $42.59 $91,568.50 9999.0005 -1 EA CONCRETE ENERGY DISSIPATOR $6,914.39 $6 914.39 3213.0103 -22864 SY 8"REINFORCED CONCRETE STREET PVMT $45.83 $1,047,857.12 3341.0602 -108 LF 60"R.C.P $221.08 $23 876.64 3341.0409 108 LF 48"R.C.P. $171.96 $18,571.68 NEW LINE ITEM 3211.0502 22971 SY 8"LIME-STABILIZED SUBGRADE $11.44 $262,788.24 NEW LINE ITEM 3213.0102 22971 SY 7"REINFORCE CONCRETE STREET PVMT $43.74 $1,004,751.54 NEW LINE ITEM 3312.0117 1 LS CONNECT TO EXISTING 4"-12"WATERLINE $2,250.00 $2,250.00 311.0261 83.5 LF B"PVC WATERLINE $21.44 $1,790.24 NEW LINE ITEM 3311.0141 19 LF 6"WATER PIPE $31.00 $589.00 NEW LINE ITEM 3311.0061 28 LF 4"PVC WATER PIPE $26.00 $728.00 NEW LINE ITEM 3312.3001 1 EA 4"GATE VALVE&BOX $1,015.00 $1,015.00 3312.3002 1 EA 6"GATE VALVE&BOX $1,153.21 $1,153.21 3312.3003 1 EA 8"GATE VALVE&BOX $1,593.11 $1,593.11 NEW LINE ITEM 3311.0001 1 LS DUCTILE IRON WATER FITTINGS W/RESTRAINT $2,100,00 $2,100.00 3305.0109 130.5 LF TRENCH SAFETY $0.52 $67.86 9999.0004 130.5 LF TESTING EXCLUDING GEOTECH 51.29 $168.35 NEW LINE ITEM 22N '04 1 LS 1 1/2"PRIVATE WATER SERVICE $2,850.00 $2,850.00 TOTAL $130,199.58 REASONS FOR CHANGE ORDER Rock riprap and concrete energy dissipater will be installed by TxDOT after SBFR construction is complete. -Driveway addition to Lot 1 Block 11 Storm Lateral C9(originally 60"R.C.P.)was revised to a 48"R.C.P.to avoid existing gas lines -Pavement section was revsied to reduce thickness of concrete to 7 inches,and include 8 inches of lime-stablized subgrade -Water service was revised to provide service based on revised lot lines -Irrigation tap was added to 12"water line at Outlet&Pilgrim NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: &a,6ec Cmsulimg Services Inc Roanoke 1 4 LP DenneB Corn Names David M.Prteher Name: W�a`µ�l.ft4r.�,` .YC7til�K --� Nartne: MarSktU Slsarp Tide CIVIL DESIGNER Title: To. project Manager Revised:10-12-2011 Page 2 Jimmy Raines From: Pitcher, David <David.Pitcher@stantec.com> Sent: Monday, April 02, 2018 9:57 AM To: Jimmy Raines Cc: Wilson, Kylon Subject: Bucees, Pilgrim, &Outlet Timeline Jim, We are aware that the original duration of the construction of the public infrastructure at Bucees Blvd, Pilgrim Dr, and Outlet Blvd at Champions Circle was scheduled to be 305 days. We would like to inform you and the City of Fort Worth that although the construction has extended past 700 days, there have been no liquidated damages during the construction process. Thanks again, Civil Designer Direct: (469)329-3659 Mobile: (214)801-4936 Stantec Consulting Services Inc. 12222 Merit Drive Suite 400 Dallas TX 75251-2268 US The content of this mail is the confidential property of Stantec and should not be copied,modified,retransmitted,or used for any purpose except with Stantec ro s written authorization.If you are t the intended recipient,please delete all copies and notify us immediately. 1 AIA �® Document G707TM - 1994 Consent Of Surety to Final Payment Bond No: PB11509800745 PROJECT:(Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: Bucees Blvd.,Pilgrim Drive and Outlet ARCHITECT:❑ Blvd. Project#02589 CONTRACTOR: Fort Worth,TX CONTRACT FOR:Scott Dennett Construction,LC SURETY:❑ OTHER:❑ TO OWNER:(Name and address) CONTRACT DATED:October 8,2015 Roanoke 35/114 Partners,LP 201 Main Street,Suite 3100 Fort Worth,TX 76102 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surely) Philadelphia Indemnity Insurance Company One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004 ,SURETY, on bond of (Insert name and address of Contractor) Scott Dennett Construction,LC 2313 Cullen Street Fort Worth,TX 76107 ,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) Roanoke 351114 Partners,LP 201 Main Street,Suite 3100 Fort Worth,TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: January 18, 2018 (Insert in writing the month followed by the numeric date and year.) Philadelphia Indemnity Insurance Company (Surety) (Signature ofauthorized r presentative) Attest: Tom Young, Attorney-in-Fact (Seal): l /��' (Printed name and title) AIA Document G707——1994.Copyright®1982 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA°Document,or any portion of it, may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:24:19 on 01/18/2018 under Order No.6759246117 which expires on 07/31/2018,and is not for resale. User Notes: (369ADA41) 4611 PHILADELPHIA INDEMNITY INSURANCE COMPANY Bond No: PB11509800745 One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Jared Young,Fred A.Thetford,Jr.,Tobin Tucker,Tom Young and/or Fred A.Thetford,III of Contract Bond Agency,LLC.,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution,adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 146i of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of. Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. i IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14T"DAY OF NOVEMBER,2016. I (Seal) ....... Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14'day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMO WE TM P PENNMY Molsrlal Sall Nora Howaro,Notary Pub}tc lower MO.,Twp.,Montgomery Courtly My commissw Eorss Hn. rrnau »n,nra»;r uceca�o»a»o:r+cu Notary Public: residing at: Bala Cynwyd.PA (Notary Seal) My commission expires: January 8,2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14'"day of November,2016 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 18th day of January 20 18 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 211:-AIADocument G706'm - 1994 Contractor's Affidavit of Payment of Debts and Claims PROJECT: (Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: Bucees Blvd,Pilgrim Drive& ARCHITECT: Outlet Blvd CONTRACTOR: Fort Worth,TX CONTRACT FOR: General Construction SURETY: ❑ TO OWNER: (Name and address) CONTRACT DATED: October 08,2015 OTHER: ❑ Roanoke 35/114 Partners,L.P. 201 Main Street, Suite 3100 Fort Worth,TX 76102 STATE OF: Texas COUNTY OF: Tarrant The undersigned hereby certifies that,except as listed below,payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished,for all work,labor,and services performed,and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: Draw 16,dated 12/29/2017,in the amount of$277,033.86. SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR: (Name and address) 1. Consent of Surety to Final Payment. Whenever Scott Dennett Construction,L.C. Surety is involved,Consent of Surety is 2313 Cullen Street required. AIA Document G707,Consent of Fort Worth,TX 761 Surety,may be used for this purpose Indicate Attachment ® Yes ❑ No BY: The following supporting documents should be attached (Si nat orized representative) hereto if required by the Owner: Scott Dennett, President 1. Contractor's Release or Waiver of Liens, (Printed name and title) conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subscribed and sworn to before me on this date: ( J I z o` Subcontractors and material and equipment 1 suppliers,to the extent required by the Owner, accompanied by a list thereof. Notary Public: Jan elle Me e 3. Contractor's Affidavit of Release of Liens(AIA My Commission Expires:August 21,2018 Document G706A). JANELLE NICELYE �= Notary Public.S10118 of Texas �-':�tk�. - My Commission Expiresv� '�°,.•� August 21, 2018 AIA Document G7061m—1994.Copyright©1970 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIA1 Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA11 Document,or any portion of it, may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 17:39:50 on 01/30/2018 under Order No.6759246117 which expires on 07/31/2018,and is not for resale. User Notes: (3139ADA42) E' E—T 2313 Cullen Street (817)882-9420 Office Fort Worth,TX 76107 (817)882-9424 Fax CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project:Bucees Pilgrim Outlet Owner: Roanoke 35/114 Partners, LP Job No.: 15185 Contract For: Scott Dennett Construction, LC 1. On receipt by the signer of this document of a check from Roanoke 35/114 Partners, LP (maker of check) in the sum of$277,033.86 payable to Scott Dennett Construction LC (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of Roanoke 35/114 Partners, LP (owner) located at 201 Main St. Suite 3100, Ft Worth, TX 76102 (location) to the following extent: (job description). 2. This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to Scott Dennett Construction, LC (person with whom signer contracted). 3. Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. 4. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, material men, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date: 2-01-2018 Scott Dennett Construction, LC (Compafty,Name) " i4' By: _ A P"- Printed Name: Geri Little Title: Accountant STATE OF TEXAS § COUNTY OF Tarrant § This instrument was acknowledged before me on this 01 day of February 20 18 by Shawn D Massey (name) Sr. Accountant {job title) of Scott Dennett Construction„ LC (company name). � , SHAWN MASSEY :{t y.P,� �Gy3va3Luxy Public.StstO J}T®X9S irp9 07-17-2021 =+�•.7�.'4� o;rm_E9P Notat u �c, ate of Tex '�• `:� tv city in 12627901.g ��rllllt�� FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Scott Dennet Construction LC Champions Circle Bucees Blvd,Pilgrim Drive&Outlet Blvd. Inspector City Project Number Habte Taezaz 2589 Construction Components Project Manager ❑Water ❑ waste Water ❑� Storm Drainage Pavement Ehia,Fred Initial Contract Amount Project Difficulty $4,423,957.06 Q Simple Routine O Complex Final Contract Amount Date $4,539,851.87 19/04/2018 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 4 60 60 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 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 438 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 438 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 438 / 448 = 98% 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) Inspector Signature Co actor Signature / � Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116•(817)392-8306 t FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 19/ 44/2018 Name of Contractor Project Name Scott Dennett Construction,LC Champions Circle Bucees Blvd.,Pilgrim Drive&Outlet Blvd. DOE Inspector Project Manager Habte Taezaz DOE Number Project Dculty Type of Contract 2589 Simple QQ Routine Q Complex ❑ Water ❑Waste Water ❑� Storm Drainage Pavement Initial Contract Amount Final Contract Amount $4,423,957.60 $4,539,851.87 Il)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS& SPECIFICATIONS 7 Availability of Inspector q1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 47 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Com laint Resolution PROJECT MANAGER EVALUATION 6 Performance-Settin up Valve Crews,Labs q1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time q 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector A Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS �' >` The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORT WORTH V, TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1 CPN 2589 NAME OF PROJECT: Champions Cicle Bucees Blvd,Pilgrim Drive and Outlet Blvd. Contractor I Scott Dennett LC YEAR:j 2018 PROJECT NO.: FINAL INSPECTION DATE 1 3115118 2589 WD CD CONTRACT TIME 305 1 X PERIOD FROM: 4116118 TO: 4130/18 MID - Month DEVELOPME (Y/N)I Y WORK ORDER EFFECTIVE: 03/01/2016 BEG !n MID /n Y 244.3% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Thu 16 Fri 0 OTH 2 Fri 17 Sat 0 OTH 3 Sat 18 Sun 0 OTH 4 Sun 19 Mon 0 OTH 5 Mon 20 Tue 0 OTH 6 Tue 21 Wed 0 OTH 7 Wed 22 Thu 0 OTH 8 Thu 23 Fri 0 OTH 9 Fri 24 Sat 0 OTH 10 Sat 25 Sun 0 OTH 11 Sun 26 Mon 0 OTH 12 Mon 27 Tue 0 OTH 13 Tue 28 Wed 0 OTH 14 Wed 29 Thu 0 OTH 15 Thu 30 Fri 0 OTH 31 Sat 0 OTH NA Wkn 8:Hol Wee ut1 Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 PREVIOUS PERIOD 0 745 745 TOTAL TO DATE 0 0 0 0 745 745 REMARKS: Signature: Signature: " i (Print Na r Habte Taezaz CONTRACTOR DATE INSPECTOR DATE 4/76/18