Loading...
HomeMy WebLinkAboutContract 47982-FP1 � -FP1 Cj& CSC No. 47982 AY o 4 IM FORTWORTH BY WATER DEPARTMENT RECEIVED ENGINEERING AND FISCAL SERVICES MAY -5 2020 NOTICE OF PROJECT COMPLETION t3-(D OO-1 -<(j 30q CV oefff rogr 10 C S -q-7 4 O DOE.Ns: 7345 Regarding contract 47982 for Northside II 48-Inch Water Main Phase II Part II as required by the Water Department as approved by City Council on 6/28/16 through M&C C-27822 the Director of the Water Department, upon the recommendation of the Sr.Capital Projects Officer,Capital Projects Delivery,Water Department,has accepted the project as complete. Original Contract Prices: $14,220,423.00 Amount of Approved Change Orders: ($0.96) NO 2 Revised Contract Amount: $14,220,422.04 Total Cost Work Completed: $13,801,786.11 Less Deductions: Liquidated Damages: Days @$650.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $13,801,786.11 Less Previous Payments: $13,260,990.60 Final Payment Due $540,79551 Recommended for Acceptance Date SR. Capital Projects Officer Capital Projects Delivery C�Lkxht40&e hakdejV May 5, 2020 Christopher Kfirder(May 4,2020) Accepted Date Director, Water Department May 5, 2020 Dana urghdoff(Df y4,20 City Manager Date OFFICIAL RECORD CITY SECRETARY Fr WORTH,TX Project Name:Northside H 48-Inch Water Main Phase II Part II DOE.Ns:7345 Comments: M AL RECORDECRETARYWORTH.-TX IvDD FEB 2 0 2020 6—i�Oa-I -Ca 0 Oq City Project Numbers 02304 DOE Number 7345 G Se-1 Contract Name Northside 1I 48-Inch Water Main Phase 11,Part 2, Estimate Number 50 Contract Limits from Wagley Robertson Road to Park-view Hills Lane Payment Number 50 Project Type Paving&Drainage For Period Ending 10/25/2019 Project Funding 0 �Zy Project Manager Sauceda City Secretary Contract Number 47982 Inspectors JOHNSON / BRICE Contract Date 6/28/2016 Contractor S.J.LOUIS CONSTRUCTION OF TEXAS,LTD Contract Time 7-W CD I f P.O.BOX 834 Days Charged to Date 7VAW CD MANSFIELD, TX 76063-0834 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded - --- -- --- ------------------------------ �u,2_GZ3.na_ZZG� /G3,ay' �1 27l> 32�1l0- g-W5� Total Cost of Work Completed $13,801,786.11 Less 0 %Retained $0.00 Net Earned $13,801,786.11 Earned This Period $540,795.51 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 $13,260,990.60 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $540,795.51 Wednesday,February 19,2020 Page 7 of 7 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Northside II 48-Inch Water Main Phase II,Part 2, Contract Limits from Wagley Robertson Road to Park--view Hills Lane Project Type Water City Project Numbers 02304 DOE Number 7345 Estimate Number 50 Payment Number 50 For Period Ending 10/25/2019 CD City Secretary Contract Number 47982 Contract Time 74CD Contract Date 6/28/2016 Days Charged to Date 747 Project Manager Sauceda Contract is 97.000 Complete Contractor S.J.LOUIS CONSTRUCTION OF TEXAS,LTD P.O.BOX 834 MANSFIELD, TX 76063-0834 Inspectors JOHNSON / BRICE Wednesday,February 19,2020 Page 1 of 7 City Project Numbers 02304 DOE Number 7345 Contract Name Northside II 48-Inch Water Main Phase II,Part 2, Estimate Number 50 Contract Limits from Wagley Robertson Road to Park-view Hills Lane Payment Number 50 Project Type Water For Period Ending 10/25/2019 Project Funding Section A:Water Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total la 3311.1074 48"Bar Wrapped Concrete 18700 LF $275.00 ;,142,500.00 18692 5,140,300.00 2a 3311.1077 48"Bar Wrapped Concrete 230 LF $577.00 $132,710.00 237 $136,749.00 3a 3305.2011 48"Bar Wrapped Concrete 260 LF $355.00 $92,300.00 253 $89,815.00 4a 3305.2011 48"Bar Wrapped Concrete 2480 LF $286.00 $709,280.00 2486 $710,996.00 5a 3311.0021 Bar Wrapped Concrete Cyli 1 LF $1.00 $1.00 1 $1.00 6a 3304.0002 Cathodic Protection Syste 1 LS $40,000.00 $40,000.00 0.6 $24,000.00 7 3305.1207 72"Casing/Tunnel Liner P 2280 LF $1,415.00 5,226,200.00 2286 3,234,690.00 8 3312.1004 4"Combination Air Valve 11 EA $16,800.00 $184,800.00 11 $184,800.00 9 3312.6003 8"Blow Off Valve&Vault 10 EA $15,000.00 $150,000.00 10 $150,000.00 10 3312.5002 48"AWWA Butterfly Valve, 8 EA $83,000.00 $664,000.00 8 $664,000.00 11 3312.0112 Connection to Existing 48 3 EA $11,000.00 $33,000.00 3 $33,000.00 12 3339.1101 Access Manhole for Water M 5 EA $7,300.00 $36,500.00 5 $36,500.00 13 3305.0112 Concrete Collar for Water 22 EA $500.00 $11,000.00 22 511,000.00 14 3305.0112 Concrete Collar for Water 5 EA $200.00 $1,000.00 5 $1,000.00 15a 3305.0103 Exploratory Excavation of 35 EA $1.00 $35.00 35 $35.00 16 0241.2102 6-Inch Sewer Abandonment 2 EA $100.00 $200.00 2 $200.00 17 0241.2001 Sanitary Line Grouting 1 CY $300.00 $300.00 1 $300.00 18 3341.0103 18"RCP,Class 1II 20 LF $81.00 $1,620.00 12 $972.00 19 3341.0201 2 1"RCP,Class III 40 LF $87.00 $3,480.00 36 $3,132.00 20 3341.0205 24"RCP,Class III 100 LF $96.00 $9,600.00 84 $8,064.00 21 3341.0302 30"RCP,Class 111 50 LF $110.00 $5,500.00 48 $5,280.00 22 3201.0400 Temporary Asphalt Paving 1500 LF $43.00 $64,500.00 23 3201.0127 10'Wide Asphalt Paving R(CO#1) 20.4 LF $90.00 $1,836.00 1100 $99,000.00 24 3201.0202 Asphalt Paving Repair Bey 100 SY $81.00 $8,100.00 25 3201.0616 Concrete Paving Repair,A 550 SY $89.00 $48,950.00 501.66 $44,647.74 26 3211.0315 12"Flexible Base,Type D 500 SY $10.00 $5,000.00 3037 $30,370.00 27 3305.0109 Trench Safety 20580 LF $0.20 $4,116.00 19215 $3,843.00 28 3305.0110 Utility Markers I LS $5,000.00 $5,000.00 1 $5,000.00 29 3301.0002 Post CCTV Inspection for 21660 LF $1.00 $21,660.00 21636.72 $21,636.72 30 3292.0400 Seeding,Hydromulch 96250 SY $0.50 $48,125.00 92735 $46,367.50 31 9999.0100 Articulated Concrete Cabl 100 SY $192.00 $19,200.00 100 $19,200.00 Wednesday,February 19,2020 Page 2 of 7 City Project Numbers 02304 DOE Number 7345 Contract Name Northside II 48-Inch Water Main Phase II,Part 2, Estimate Number 50 Contract Limits from Wagley Robertson Road to Park-view Hills Lane Payment Number 50 Project Type Water For Period Ending 10/25/2019 Project Funding 32 3125.0101 SWPPP>1 Acre for Entire P 1 LS $50,000.00 $50,000.00 1 $50,000.00 33 3305.0202 Imported Back-fill,CSS 100 CY $80.00 $8,000.00 34 3305.0203 Imported Backfill,CLSM( 100 CY $90.00 $9,000.00 37 $3,330.00 35 3305.0204 Imported Embedment/Backfi 60 CY $30.00 $1,800.00 36 3305.0206 Imported EmbedmentBackfi 60 CY $15.00 $900.00 37 3305.0207 Imported Embedment/Backfi 60 CY $12.00 $720.00 38 3441.3502 Relocate Street Light Pol 1 EA $7,000.00 $7,000.00 1 $7,000.00 39 3231.0211 Barbed Wire Fence,Metal 150 LF $5.00 $750.00 150 $750.00 40 3231.0114 Temporary 6'Chain Link, 9000 LF $2.50 $22,500.00 3183 $7,957.50 41 3231.0306 16'Gate,Steel 3 EA $3,000.00 $9,000.00 3 $9,000.00 42 9999.0200 Construction Staking 1 LS $22,000.00 $22,000.00 1 $22,000.00 43 9999.0201 Construction Survey 1 LS $3,000.00 $3,000.00 1 $3,000.00 44 9999.0300 Construction Contingency 1 LS $300,000.00 $300,000.00 0.30823 $92,469.00 45A Release from Property owner for tree I LS $3,710.00 $3,710.00 1 $3,710.00 46A Compensate for Sunday Work at City's request 1 EA $7,904.00 $7,904.00 1 $7,904.00 47A Asphalt Paving Prep. I EA $243,000.00 $243,000.00 1 $243,000.00 48A Sundance Re-Mob for tunnel under BNSF 1 EA $15,000.00 $15,000.00 1 $15,000.00 49A New APOC ARV with Buy American Forms I EA $1,850.00 $1,850.00 1 $1,850.00 50A Live Oak Tree Replacement for Saginaw 6 EA $978.34 $5,870.04 6 $5,870.04 51A Irrigation Inst.From Silverbrook Dr.to Bridle Tr. 1 LS $4,689.00 $4,689.00 1 $4,689.00 52A Pedestrian Crossing Light SE corner of Old Decatur I LS $4,140.00 $4,140.00 1 $4,140.00 and Park Center -------------------------------- ------ Sub-Total of Previous Unit $11,391,346.04 $11,186,568.50 SectionB:Paving&Drainage Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -- -------------- -- - 1 3341.0103 18"RCP,Class 1II 660 LF $81.00 $53,460.00 660 $53,460.00 2 3349.0001 4'Storm Junction Box 2 EA $3,300.00 $6,600.00 2 $6,600.00 3 3349.6001 10'Recessed Inlet 2 EA $3,600.00 $7,200.00 2 $7,200.00 4 3349.6002 15'Recessed Inlet 3 EA $4,700.00 $14,100.00 3 $14,100.00 5 3349.6003 20'Recessed Inlet I EA $6,000.00 $6,000.00 1 $6,000.00 6 3349.5002 15'Curb Inlet I EA $4,600.00 $4,600.00 1 $4,600.00 7 0241.1506 2"Surface Milling 1530 SY $4.50 $6,885.00 8 0241.4001 Remove 10'Curb Inlet 1 EA $300.00 $300.00 1 $300.00 Wednesday,February 19,2020 Page 3 of 7 City Project Numbers 02304 DOE Number 7345 Contract Name Northside II 48-Inch Water Main Phase II,Part 2, Estimate Number 50 Contract Limits from Wagley Robertson Road to Park-view Hills Lane Payment Number 50 Project Type Paving&Drainage For Period Ending 10/25/2019 Project Funding 9 3305.0005 12"Waterline Lowering 5 EA $7,000.00 $35,000.00 6 $42,000.00 10 0241.0100 Remove Sidewalk 30 SF $1.00 $30.00 1216 $1,216.00 11 0241.0300 Remove ADA Ramp 5 EA $300.00 $1,500.00 5 $1,500.00 12 0241.0401 Remove Concrete Drive 550 SF $1.00 $550.00 584 $584.00 13 241.1000 Remove Conc Pvmt 0 32930 SY $8.00 $263,440.00 32930 $263,440.00 14 3123.0101 Unclassified Excavation b 3430 CY $10.00 $34,300.00 3430 $34,300.00 15 3211.0400 Hydrated Lime 765 TN $200.00 $153,000.00 886.63 $177,326.00 16 3211.0502 8"Lime Treatment 31800 SY $4.45 $141,510.00 32821.3 $146,054.79 17 3212.0203 4"Asphalt Pvmt Type C 600 SY $28.00 $16,800.00 18 3212.0302 2"Asphalt Pvmt Type D 1530 SY $15.70 $24,021.00 19 3213.0105 10"Cone Pvmt 27600 SY $51.75 428,300.00 29488.84 1,526,047.47 20 3213.0205 10"Cone Pvmt HES 3200 SY $110.00 $352,000.00 1507.55 $165,830.50 21 3214.0100 Brick Pvmt 500 SY $78.00 $39,000.00 595 $46,410.00 22 3213.0301 4"Cone Sidewalk 30 SF $7.00 $210.00 1216 $8,512.00 23 3213.0402 7"Concrete Driveway 550 SF $10.00 $5,500.00 583.77 $5,837.70 24 3213.0506 Barrier Free Ramp,Type P 1 EA $2,500.00 $2,500.00 1 $2,500.00 25 3213.0501 Barrier Free Ramp,Type R 4 EA $3,000.00 $12,000.00 4 $12,000.00 26 3217.0001 4"SLD Pvmt Marking HAS( 15640 LF $0.70 $10,948.00 9085 $6,359.50 27 3217.0002 4"SLD Pvmt Marking HAS( 2710 LF $0.70 $1,897.00 1515 $1,060.50 28 3217.0003 4"BRK Pvmt Marking HAS( 3870 LF $0.70 $2,709.00 2519 $1,763.30 29 3217.0004 4"BRK Pvmt Marking HAS( 1260 LF $0.70 $882.00 437 $305.90 30 3217.0005 4"DOT Pvmt Marking HAS( 110 LF $0.70 $77.00 278 $194.60 31 3217.0007 4"SLD Pvmt Marking Tape 1560 LF $3.00 $4,680.00 32 3217.0008 4"SLD Pvmt Marking Tape 3880 LF $3.00 $11,640.00 33 3217.0201 8"SLD Pvmt Marking HAS( 5600 LF $1.50 $8,400.00 4486 $6,729.00 34 3217.0301 12"SLD Pvmt Marking HAE 1350 LF $3.80 $5,130.00 539.5 $2,050.10 35 3217.0501 24"SLD Pvmt Marking HAE 350 LF $7.50 $2,625.00 171.5 $1,286.25 36 3217.1002 Lane Legend Arrow 58 EA $175.00 $10,150.00 45 $7,875.00 37 3217.1004 Lane Legend Only 22 EA $185.00 $4,070.00 12 $2,220.00 38 3217.1006 Lane Legend Bike 51 EA $510.00 $26,010.00 30 $15,300.00 39 3217.2102 REFL Raised Marker TY I-C 180 EA $4.00 $720.00 61 $244.00 40 3217.4301 Remove 4"Pvmt Marking 1190 LF $1.00 $1,190.00 1190 $1,190.00 41 3217.4303 Remove 8"Pvmt Marking 220 LF $1.00 $220.00 220 $220.00 42 3291.0100 Topsoil for Median Restor 410 CY $16.00 $6,560.00 530 $8,480.00 Wednesday,February 19,2020 Page 4 of 7 City Project Numbers 02304 DOE Number 7345 Contract Name Northside II 48-Inch Water Main Phase II,Part 2, Estimate Number 50 Contract Limits from Walley Robertson Road to Parkview Hills Lane Payment Number 50 Project Type Paving&Drainage For Period Ending 10/25/2019 Project Funding 43 3292.0100 Block Sod Placement 2450 SY $3.00 $7,350.00 3450 $10,350.00 44 3471.0001 Traffic Control 12 MO $1.00 $12.00 21 $21.00 45 3471.0002 Portable Message Sign 32 WK $250.00 $8,000.00 67 $16,750.00 46 9999.0200 Construction Staking 1 LS $6,000.00 $6,000.00 1 $6,000.00 47 9999.0201 Construction Survey 1 LS $1,000.00 $1,000.00 1 $1,000.00 48 9999.0301 Construction Contingency 1 LS $100,000.00 $100,000.00 Sub-Total of Previous Unit $2,829,076.00 $2,615,217.61 Wednesday,February 19,2020 Page 5 of 7 City Project Numbers 02304 DOE Number 7345 Contract Name Northside H 48-Inch Water Main Phase 11,Part 2, Estimate Number 50 Contract Limits from Wagley Robertson Road to Park-view Hills Lane Payment Number 50 Project Type Paving&Drainage For Period Ending 10/25/2019 Project Funding Contract Information Summary Original Contract Amount $14,220,423.00 Change Orders Change Order Number 1 ($0.96) Change Order Number 2 $0.00 Total Contract Price $14,220,422.04 Date Zo Total Cost of Work Completed $13,801,786.11 Con ract r V �r Less 0 %Retained $0.00 Date �`�'�"w Net Earned $13,801,786.11 Inspection Supervisor Earned This Period $540,795.51 9 Retainage This Period $0.00 "ate 2 /9-2-0 Less Liquidated Damages Manager Days @ /Day $0.00 k1 a Date LessPavement Deficiency $0.00 Asst.Director/TPW Less Penalty $0.00 Cl v/46?AL hakde` Chrlst pherX rder(May4,2020) Date Less Previous Payment $13,260,990.60 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $540,795.51 Wednesday,February 19,2020 Page 6 of 7 ® � ® T rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL. STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: e-® NAME OF PROJECT: &611 49' rP-AA1SA4 I S St as,J .,^J PHA S E PAP-7- 2. PROJECT NO.: CPA[ 2304. CONTRACTOR: DOE NO.; PERIOD FROM. TO: FINAL INSPECTION DATE: `I-/S-`9 WORK ORDER EFFECTIVE: e29 e ®6 - fl CONTRACT TIME: S 7c, ® WD O CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CLING CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. S. 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 PREVIOUS PERIOD 747 TOTALS TO DATE 747 74-71 *REMARKS: 7j, 11 Zo �m CONTRACTOR DATf 1 INSPECT R DATE WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth e 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: NS H 48"Transmission Main Phase 2,Part 2 PROJECT NUMBER: CPN#02304 DOE NUMBER: 7345 WATER PIPE LAID SIZE TYPE OF PIPE LF Concrete Cylinder 48" bar wrapped concrete cylinder 21,668 FIRE HYDRANTS: 0 VALVES(16"OR LARGER) 8 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Every 250 LF 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 FT RTC:02,20,07 WATER ENGINEERING & FISCAL SERVICES PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name SJ Louis Construction of Texas Northside II 48"Transmission Main Phase 2,Part 2 Water Engineering Inspector DOE Number Raymond Brice CPN#02304 Water Engineering Inspector Project Manager 0 Water ❑waste Water [21 Storm Drainage 0 Pavement John Kasovich Initial Contract Amount Project Difficulty $14,220,423.00 0 Simple 0 Routine OQ Complex Final Contract Amount Date 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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 2 60 30 5 Work Performed 15 Y 2 60 30 6 Finished Product 15 Y 2 60 30 7 Job Site Safety 15 Y 1 60 15 8 Traffic Control Maintenance 15 Y 2 60 30 9 Daily Clean Up 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 Y 1 20 5 11 Property Restoration 5 Y 2 20 10 12 After Hours Response 5 Y 2 20 10 13 Project Completion 5 Y 1 20 5 TOTAL ELEMENT SCORE(A) 211 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 211 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating((TS/MS] x 100%) 211 / 448 = 47% Performance Category Standard <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 Signature Contractor W4 Allpe 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 FORTWORTHREV:02/22/07 WATER ENGINEERING AND FISCAL SERVICES CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: Name of Contractor Project Name SJ Louis of Texas Northside II 48"Transmission Main Phase 2,Part 2 Water Engineering Inspector Project Manager Raymond Brice John Kasovich DOE Number Project Difficulty Type of Contract CPN#02304 0 Simple 0 Routine 0 Complex 0 water ❑waste water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $14,220,423.00 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions z 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 7- 3 Accuracy of Measured Quantities Z 3 Applicability of Specifications 7- 4 Display Of Professionalism 3y 4 Accuracy of Plan Quantities 2- 5 Citizen Complaint Resolution L PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Z 1 Knowledge And/Or Problem Resolution 2— ADMINISTRATION 2 Availability of Project Manager Z 1 Change Order Processing Time ► 3 Communication Z 2 Timliness of Contractor Payments 1 4 Resolution of Utility Conflicts Z 3 Bid Opening to Pre-Con Meeting Timeframe Z. III)COMMENTS&SIGNATURES COMMENTS Signature Contractor A Signature Inspector , Signature Inspector's Supervisor INSPECTOR'S COMMENTS Water Engneei ing and Fiscal Services The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477•Fax: (817) 392-8460 FORT WORTH CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS The City of Fort Worth PROJECT: Northside II 48-Inch Water Transmission Main, PROJECT NUMBER: Phase 2—Part 2 OWNER: City of Fort Worth,Texas 002304 CONTRACTOR: S.J. Louis Construction of Texas, Ltd. 21611 ENGINEER: Freese and Nichols. The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to the Contractor for all services in connection with the project, does hereby waive and release any and all liens, or any and all claims to liens which the Contractor may,have on or affecting the project as a result of its contract(s) for the Project or for performing labor and/or fdrnishing materials in any way connected with the construction of any aspect of the project. The Contractor further certifies and,warrants that all subcontractors of labor and/or materials for the Project, except as listed below, have been paid in full for all labor and/or materials supplied to, for, through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit. EXCEPTIONS: (If none, write"NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) None CODY LEWIS SEARS n=Notary Public, State of Texas Comm. Expires 08-01-2020 CONTRACTOR S.J. Louis Construction of Texas. Ltd. ,,,,,.$' Notary ID 130760871 By Adam H. Lunsford Title Vice President Subscribed and sworn to before me•this 29th day of March 12019 Notary Public: � --- My Commission Expires: 08/01/2020 FORT WORTH Bond #190034858 CONSENT OF SURETY COMPANY City of Fort Worth,TX TO FINAL PAYMENT PROJECT: Northside II 48-Inch Water Transmission Main, Phase 2—Pt. 2 PROJECT NUMBER: OWNER: —City of Fort Worth Texas 02304 CONTRACTOR: S.J. Louis Construction of Texas, Ltd. 21611 ENGINEER: Freese and Nichols, Inc. I FTW14497 The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves 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 the Owner under the terms of the Contract and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this 29th day of March 2019 Liberty Mutual Insurance Company Surety Company By Authorized RepresentaNve Title Sophinie Hunter, Attorney-In-Fact Address: 2200 Renaisssance Blvd. #400 King of Prussia, PA 19406 Attach Power of Attorney This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty, Liberty Mutual Insurance Company pc The Ohio Casualty Insurance Company Certificate No: 8200274 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized underthe laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Robbi Morales,Don E.Cornell,Sophinie Hunter,Tina McEwan,Ricardo J.Reyna,Joshua Saunders,Kelly A.Westbrook all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1 lth day of January 2019 Liberty Mutual Insurance Company P�INSU/�9 POSY INSLp tNSU y The Ohio Casualty Insurance Company �'� o°�O�> yo hJ o°�0�4>q2 SUP p°RPORgT ti� West American Insurance Company > Fo a 3 Fo 3 Fo c� ce 1912 0 1919 V 1991 0 /J Yd�9SSACHU a3 SO NAMP`��,aD� Y, �NDIAtk .da3 C N 8/� * ht� By. Cr c David M.Carey,Assistant Secretary State of PENNSYLVANIA =5 County of MONTGOMERY ss c Cc +) 0 o On this l lth day of January 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes= a`) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. v W IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. n PAST O *p�°�WF ¢`� COMMONWEALTH OF PENNSYLVANIA LO ate, o� ��R{.y, Nota OF Teresa Pas rial Seal C) tella,Notary Public /,,�G L 02 Upper MerionTwp.,Montgomery County By: a)C 9 1p "OF �°' My Commission Expires March 28,202 E of wr,{wa� Teresa Pastella,Notary Public O m N Member,Pennsylvania Association of Notaries O C) y 0 m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual:rn o.E Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o m a- ARTICLE IV-OFFICERS:Section 12.Power of Attorney. �2 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 2 a) o >, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o many and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such "- °O Z :3 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the w c�i provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o- Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, H shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 29th day of March 2019 INS �JQ G R 0Ry�y0 yJPG°RPORq�Pq� \VP oR o a�'-P R' ? Fo C� 2 `c0 +AIJ� LU 1912 0 0 1919 0 1991 C.) l y o Q o 9ss 'Cy 3 y may �a- ya 3 By: e ACHU`� .aa 0 NAMPS� a � �NDIANP a ex� * d Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 Liberty u SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una quej a: You may call toll-free for information or to Usted puede lla.mar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(111-1 A) de Texas Consumer Protection(111-1 A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX 4 (512) 490-1007 Web: http://www.tdi.texas. ov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection cgtdi.texas.gov E-mail: ConsumerProtection&tdi.texas. ov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 FO RT WO RT H City of Fort Worth ;:7 SE r C.R PAR1�' Change Order Request j'J RA('TN0. 4?a9oa-CW- Project Name:I Northside II 48-Inch Water Main Phase II,Part II City Sec No.: 47982 Project No.(s): 56005-0600430-CO2304 DOE No. N\A City Proj.No.: CO2304 Project Description: 48-Inch Water Maininstallation from Wagley Robertson Rd.to Parkview Lane R� CCx� *,o ��.Contractor:1 S.J.Louis Construction of Texas, Ltd. Change Order# Date: 1/14/2020 <90�ity Project Mgr.1 John Kasavich City Inspector: I Raymond Brice ",Phone Number: 817-392-8480 Phone Number: 817-392-8452 Dept. Water Paving and Totals Contract Time Drainage (Calender days) Original Contract Amount $11,391,347.00 $2,829,076.00 $14,220,423.00 540 Extras to Date 039 Credits to Date $0.96 $0.96 Pending Change Orders(in M&C Process) Contract Cost to Date $11,391,346.04 $2,829,076.00 $14,220,422.04 579 $0.00 $0.00 $0.00 $0.00 168 Revised Contract Amount $11,391,346.04 $2,829,076.00 $14,220,422.04 747 Original Funds Available for Change Orders $429,700.00 $429,700.00 Remaining Funds Available for this CO $429,700.96 $429,700.96 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 0.00% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $17,775,528.75 JUSTIFICATION(REASONS)FOR CHANGE ORDER Change order No. 2 will provide for an additional 168 days time on the project for the time it took to acquire easements and railroad permits that had not been acquired at the time the project was advertised for bid.The contractor was not able to work in the applicable areas until the easements and permits were acquired. � .A. f,... t-ti�, Attested by: .Alison Tidwell,Assistant to the City Secretary It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contractor's Company Name Contractor Name ConLraggr Signature Pat@ S.J..Lpuis Construction of Texas,Ltd. Adam Lunsford In Date Project Manager Date Assistant Director(Water Dept) Date Construction Supervisor(Water Dept) Date Assi to Cit orney Da Apsi ant City Mana-ger Date Z za u 2-7 ;7 L� Council Action(If Required) M&C Number N/A M&C Date Approved NA Fc,n-r WO P,'I'm City of Fort Worth Change Order Additions Project Name Northside II 48-Inch Water Main Phase Il,Part II City Sec No.: 47982 Project No.(s): 56005-0600430-CO2304 DOE No. N\A City Proj.No.: CO2304 Project 48-Inch Water Maininstallation from Wagley Robertson Rd.to Parkview Lane Description Contractor S.J.Louis Construction of Texas,Ltd. Change Order: Date: 1/14/2020 City Project Mgr. John Kasavich City Inspector Raymond Brice ADDITIONS DEPT Qty Unit Unit Cost Total Water Paving and Drainage Page 2 of 4 Additions Sub Total �-g VVb P,-rm City of Fort Worth Change Order Deletions Project Name Northside II 48-Inch Water Main Phase II,Part II City Sec No.: 1 47982 Project No.(s): 56005-0600430-CO2304 DOE No. N\A City Proj.No.: CO2304 Project Description 48-Inch Water Maininstallation from Wagley Robertson Rd.to Parkview Lane Contractor S.J.Louis Construction of Texas,Ltd. Change Order: F2—] Date 1/14/2020 City Project Mgr. John Kasavich City Inspector: Raymond Brice DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total Water Paving and Drainage Page 3 of 4 IDeletions Sub Total MMBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT Total $0.00 Page 4 of 4 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Signature Name of Employee Title FORTWORTH February 19,2020 S.J.Louis Construction of Texas,LTD P.O.Box 834 Mansfield,TX 76063-0834 Re:Acceptance Letter Project Name: Northside II 48-Inch Water Main Phase II Part II Project Type: Water,Paving Project N2: 02304 DOE. N2: 7345 Contract Ns: 47982 Dated: 6/28/2016 Gentleman: On November 15,2019 a final inspection was made on the subject project. There were punch list items identified at the.time. The punch list items were completed on November 15,2019. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 15,2019,which is the date of punch list completion 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, TO n Tony Sholola,P.E.,SR. Capital Projects Officer, Capital Projects Delivery TS / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Strains,Fire Department Bill Lundval, Sanitary Sewer Systems Superintendent,Water Department Roger Hauser, Water Systems Superintendent,Water Department John Kasavich,P.E.,Project Manager David R Johnson,Supervisor, Capital Projects Delivery,Water Department Raymond Brice,Inspector, Capital Projects Delivery,Water Department Olivia Kerss,P. E.,Freese and Nichols, Consultant S.J.Louis Construction of TX,LTD, Contractor File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROcKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * Fax 817-392-8195 (j Printed on recycled paper RECE[VED CSC No.47982-0O3 APR -'o 2020 Fn -r lon-r m City of Fort Worth -- CR1(OFFORTWOh'TH Change Order Request my SECRETARY Projed Name: Nodhsade B 49-Inch Water Maki Phase If Part II City sec No. 47982 Ptmjed 140.(s); 5w�c�T.3C4 DOE No. CITY Prof.ltb-'' C132304 Prnjed vesaipcnn 48-1mh Watar r,'la:TjnstalaIfon firom Wesley Robertson Rd.to Parkvimv Lane Contractor S.J.t o&Construction of Texas,Lld. Change Order# Date. 3/28/2020 City Project Mgr.I John Kasavkh —� City Inspector. I Raymond Brice Phorre Ni nfb2r; 817-M4480 Phone Rumbar 817-392-v452 Dept dater Paving and Totals Contract Time Drainage (Calender days) Original Ccntracl Amount $11,391,347.00 1 $2,829,076.00 $14,220,423.00 540 Extras to Bale 0207 Credits to Date $0.96 $0.96 Pending Change Orders("m I•A&C Process) Contract Cost to Date $il,391,346.04 $2,829,076.00 1 $14,220,422.04 747 $0.00 1 $0.00 $0.00 418 Revised Contract Amount $il,391,346.04 $2,829,076.00 $14,220,422.04 1165 Original Funds Available for Change Orders $429,700.00 $429,700,00 Remaining Funds Avallable for this CO $429,700.95 $429,700.96 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 0.0(m 1,14XALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $17,775,528.75 JUSTIFICATION(REASONS)FOR CHANGE ORDER The change order will provide additional time of the project for the time It took to procure all necessary permits and easements that were acquired subsequent to receipt of bids on the project. i f I f i I� 1 It Is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs wising out of,or Incidental to,the above Change Order. Contractors Company Name Contractor Name A Spniractor stature Date S.Jkouls Construction of—texas,Ltd. Adam Lunsford r Date Pro ect Manager Date Director(W ter apt) Date on uclion Supervisor(Water Depl) Date T.S. Apr2,2020 Assistant City Attorney Date Assistant City Manager Dale A r 3 2020 Apr 3,2020 Councll AdIon(If Required) M&C Number N/A M&C Date Approved NIA FORT WORTH City of Fort Worth Change Order Additions Project Name Northside II 48-Inch Water Main Phase 9 Part II City Sec No.: 47982 Project No.(s): 56005-0600430-CO2304 DOE No. N\A City Proj.No.: CO2304 Project 48-Inch Water Maininstallation from Wagley Robertson Rd.to Parkview Lane Description Contractor S.J.Louis Construction of Texas,Ltd. Change Order:= Date: 3l26l2020 City project Mgr. John Kasavich City lnspector Raymond Brice ADDITIONS OEP _, : UmE UniE;CosE ToEai r. Q ':,. I I i i Water Paving and Drainage Page 2 of 4 Additions Sub Total FOP,—r WOR.TH City of Fort Worth Change Order Deletions Project Name Northside ft 48-Inch Water Main Phase 11 Part II City Sec No.: 47982 Project No.(s): 56005-0600430-0O2304 DOE No. EKI City Proj.No.: CO2304 Project Description 48-Inch Water Maininstallation from Wagley Robertson Rd.to Parkview Lane Contractor S.J.Louis Construction of Texas,Ltd. Change Order: ® Date 3/2612020 City Project Mgr. John Kasavich City Inspector: Raymond Brice DELETIONS ITEM pESCRIPT(ON; _ . .. DEPT ,_ fY Unif, UnitµCosf i ntal a: I i l f l i r Water Paving and Drainage Page 3 of 4 Deletions Sub Total MMSE Breakdown for this Change Order MWBE 0.180...vice Amourtf for.fhIs CO Total $0 00 Previous Change Orders co# DATE MO -AU,'l�T Total ®QD i Page 4 of 4 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Signature Name of Employee Title . - 4fj' ;t ATTEST: i'YC� au Apr 3,2020 Mary I Kayser t City Secretary t i 4 ff eB pFutlhh 9 a a Northside II 48-Inch Water Main Phase 11 Part II Reason for delays • The delays on this project were due to the lack of property Easements and No Rail Road Permit.