Loading...
HomeMy WebLinkAboutContract 40717�. • w � , - 1 , � � This Completion Agreement (tl day of �f' , COMPANY (t "Surety") and THE "Obligee"). e "Agreement") is made and entered into this �� 2010 by and between CONTINENTAL CASUALTY CITY OF FORT WORTH, TEXAS (the "Owner" or RECITALS WHEREAS, TEXAS UNITED EXCAVATORS, L.L.C. ("Former Contractor") and the Owner entered into contracts to furnish all labor and materials and perform all work for the project known as Street Reconstruction, Water and Sanitary Sewer Improvements, 2004 CIP Contract #53, DOE No. 5411 further identified as City Secretary Contract No. 38211 (the "Original Contract") in accordance with the terms and provisions of the Original Contract, including all contract documents forming a part of the Original Contract; WHEREAS, as required by law and under the terms of the Original Contract, the Former Contractor as principal and the Surety made, executed and delivered to the Owner / Obligee Performance Bond No. 929448633 (the "Bond"); WHEREAS, by letter dated April 26, 2010, Obligee formally declared Principal in default of the Original Contract and the Obligee has called upon the Surety to fulfill its obligations as Surety under the terms of the Performance Bond; and WHEREAS, the Former Contractor disputes the propriety of the termination, and the Surety reserves its rights to assert the Former Contractor's claims, to the extent permitted by law, and to dispute the propriety of the termination and/or the performance bond demand, and the Obligee reserves its rights and defenses with respects to the Surety's claims, the propriety of the termination, and/or the propriety of the bond demand; and WHEREAS, Surety agrees, subject to the penal sum of the Bond, to make financial arrangements for the completion of the Original Contract in accordance with its original terms and conditions and Surety has arranged for the completion of the Original Contract in accordance with those conditions and requirements set forth herein and agreed upon by the parties hereto; NOW, THEREFORE, in consideration of the agreements and undertakings hereinafter set forth, and for other good and valuable consideration, the receipt and adequacy therefore being hereby acknowledged, the Owner and the Surety agree as follows: AGREEMENT 1. Performance of the Work and Close-out. The Surety hereby undertakes to make financial arrangements for the performance of the work as set forth in Exhibit "A", attached hereto and incorporated herein, that has been prepared by the Surety and agreed to by the Owner pursuant to the Original Contract and Takeover Agreement Principal: TL1E Page 1 of 8 ®FFICIA� REC®R� 0�- 'I � -1 0 P� 1 0: C I �� SECRET'AR� 2. 3. all associated change orders, if any, and in so doing agrees to be bound by the Original Contract, The Owner acknowledges that the Surety, by its execution of this Agreement, is acting in its capacity as the surety for the Former Contractor in making arrangements for the performance and completion of the Original Contract, and not as a completing contractor, and that the Surety is not assuming any obligations or liabilities beyond those set forth in the Bonds. As to the performance and completion of the Original Contract, except as otherwise provided in this Agreement, the Surety is entitled to all of the rights, obligations, title and interest of the Former Contractor in and to the Original Contract in all respects as if the Surety were the original party to the Original Contract. Completion Contractor. The Obligee acknowledges that the Surety will enter into a Completion Contract with a Completion Contractor for the performance of the work under the Original Contract. Obligee agrees that it will work directly with Completion Contractor as if Completion Contractor was the original contractor. Surety shall include within its contract with Completion Contractor provisions in the agreement requiring complete and faithful performance and completion of the above referenced Project, a provision obligating Completion Contractor to hold harmless and indemnify Obligee, which shall substantially and materially conform to the obligations of Original Contractor pursuant to the Contract Specifications, and shall provide performance and payment bonds for the benefit of the Obligee and Surety as joint obligees which guaranty Completion Contractor's payment and performance obligations undertaken in its Completion Construction Contract, and in addition shall cause Obligee to be named as an additional insured on all public liability insurance policies presently in force or subsequently obtained covering personal injuries and/or property damages arising out of the performance and completion of the work on the above referenced Project, and shall furnish Obligee with evidence thereof. Contract Balances. The Obligee and the Surety agree that as of the date of this Agreement: (a) The authorized amount of the Original Contract, including all approved change orders, is the sum of $2,234,465.25; (b) The Principal and/or the Surety have been paid the sum of $1,476,766.45; (c) The Obligee is holding the sum of $77,724.54 as retainage pursuant to the terms of the Original Contract; (d) The Obligee was required to pay for traffic control barricades for May 2010 through August 2010 for an estimated amount of $23,729.60 and sprinkler system repairs in the amount of $985.14 while the this Agreement and selection of the Completion Contractor was finalized. Takeover Agreement Principal: TUE Page 2 of 8 f, (e) The "Contract Balance" shall be hereinafter defined as the sum of $732,984.06. The Contract Balance shall be increased or decreased, as appropriate, as a result of invoicing for traffic control barricades and water supply service repairs through August 2010 as well as certain pending change orders to the Original Contracts submitted by the Principal and/or the Obligee, and as a result of any change orders for extra work (work that is different from, in excess of, or beyond the scope of the work required by the Original Contract) requested or required by the Obligee after the date of the execution of this Agreement. The Obligee agrees that adequate funding will be available for the Contract Price plus the negotiated amount of any pending and any future modifications; and (f) As of the date of the execution of this Agreement, the Obligee represents and warrants that, according to the records available to it, the Contract Balance as defined herein is accurate. The Surety reserves the right to verify the accuracy of the Contract Balance. The Surety's sole remedy against the Obligee for breach of this representation and warranty is reformation of the Contract Balance to the proper amount. The Owner acknowledges that the Contract Balance is available to complete the Project and is not subject to back charges, set -offs, liquidated damages or other withholdings as of the date of this Agreement. The Owner agrees that the Contract Balance is dedicated to and will be applied to the completion of the Original Contract. The Owner shall pay to the Surety the Contract Balance, plus or minus any additional amounts of money on account of any Change Orders requested and authorized by the Owner, as the work progresses. The payment of the Contract Balance, and approved Change Orders, shall be made to the Surety in accordance with the terms of the Original Contract, The Surety agrees to spend its own funds as may be necessary from time to time to pay for the performance of the work contemplated by this agreement in the event that the Contract Balance is insufficient, with any such payments being credited against the penal sum of the Performance Bond. In no event shall the Owner withhold any of the Contract Balance from the Surety by asserting a future offset or setoff or because of or on account of any claims, liens, suits or demands by any persons or entities furnishing or alleging to have furnished labor and/or materials to the project Owner will not offset against or otherwise withhold payment of any amount of the Contract Balance as a result of, or charge to Surety, any alleged liquidated and/or actual delay damages caused by any action or inaction of the Former Contractor, completion contractor or Surety prior to the Completion Deadline set forth below. Owner further agrees that, except as provided by order of a court of competent jurisdiction or to the extent otherwise provided by law, it will not acknowledge or honor any claim or charges against the Contract Balances by any alleged assignee, successor, creditor, trustee, receiver, or transferee of Contractor or by any other party or governmental entity making claim to the Contract Balance or any portion thereof without the written consent of Surety. Takeover Agreement Principal: TUE Page 3 of 8 OFFICIAL RECORD CITY SECRETARIY F. WORTHS TX r Payments from the Owner shall be made payable to Continental Casualty Company and transmitted to the Surety at the following address, unless and until the Surety notifies the Owner in writing of a change of address: 333 S. Wabash Avenue 4I" Floor Chicago, IL 60604 Attn: J. Trey Felty 4. Insurance. The Surety may satisfy the required insurance obligations under the Original Contract by providing evidence of the required insurance coverage carried by the Completion Contractor, with the Owner and the Surety being named as insureds under the policy or policies. 9. The Surety's Bonds Liability. The Bonds shall remain in full force and effect in accordance with their terms and provisions. Nothing in this agreement shall be deemed to enlarge or reduce the Surety's obligation under the Bonds or the Statutes under which they are written. The total liability of the Surety under this Agreement and Bonds for the performance of the work, after the expenditure of the Contract Balance, is limited to and shall not exceed the penal sum of the Bonds. Surety agrees that it will be responsible for the payment of any perfected, legitimate payment bond claims made by persons and or entities that provide labor and or materials under the Original Contract, for improvement of the real property upon which the project is located, provided that its liability for such payment will extend only to the penal sum of the payment bond. Any and all payments made by the Surety for performance and/or payment shall be credited dollar for dollar against the penal sum of the respective bond. Nothing in this Agreement constitutes a waiver of such penal sum or an increase in the liability of the Surety under the bonds. In the event Surety should expend funds equal to the Penal Sum in discharge of its performance bond obligation, Owner agrees that Surety shall have no further liability or obligation, if any, under the Performance Bonds, this Agreement, the Original Contract or otherwise to complete the work, if any. Nothing contained herein shall limit Surety's obligations under the Maintenance Bonds for the project. 10. Reservation of Surety's Rights. Surety expressly reserves all prior rights, equitable liens and rights to subrogation that would be the laborers', materialmen's, or the Former Contractor's under the Original Contract (except as specifically modified by this Agreement) as well as its own rights Takeover Agreement Principal: TUE Page 4 of 8 dating back to the execution of the Bonds, including but not -limited to those rights and remedies that may accrue during the completion of the Original Contract. No waiver of such rights is agreed to or intended regardless of any provisions of this Agreement. 1 1. Time for Completion, Cooperation and Best Efforts. Owner and Surety agree that the Completion Deadline and the time to complete the work for each Project will be 40 working days from a written notice to proceed to be issued by Owner to the completion contractor. Any request for extension of time will be governed by the terms of the Original Contract. The Owner and the Surety agree to use their best efforts to cooperate under the terms of this Agreement for the prompt completion of the performance of the work. Owner further agrees that, in the event it believes that an event of default has occurred under the terms of the Original Contract as a result of completion contractor's actions or inactions on the Project, Owner will provide written notice of such suspected default to Surety five (5) days in advance of issuing any cure or default notice accordance with the terms of the Original Contract so that Surety can investigate. Owner will also furnish a copy of said written notice to the project manager and to completion contractor. 12. No Third Party Rights. This Agreement is solely for the benefit of the Owner and the Surety. The Owner and the Surety do not intend by any provision of this Agreement to create any third -party beneficiaries of this Agreement, nor to confer any benefit upon or enforceable rights under this Agreement or otherwise upon anyone other than the Owner and the Surety. Specifically, the Owner and the Surety acknowledge that nothing in this Agreement shall extend or increase the rights of any third -party claimants or the liabilities or obligations of the Surety under the Bonds. 13. Whole Agreement. This Agreement, along with the Bonds, Original Contract and any duly authorized change orders, constitute the whole of the understanding, discussions, and agreements by and between the Owner and the Surety. The terms and provisions of this Agreement are contractual and not mere recitals. The Owner and the Surety acknowledge that there have been no oral, written or other agreements of any kind as a condition precedent to or to induce the execution and delivery of this Agreement. Any written or oral discussions conducted prior to the effective date of this Agreement shall not in any way vary or alter the terms of this Agreement. 14. Changes, This Agreement shall not be changed, amended or altered in any way except in writing and executed by both the Owner and the Surety. Takeover Agreement Principal: TUE Page 5 of 8 f�lClAlREC4�R® G;ITY SECRETARY FT. WORTH, TX 15. Execution. 16 17. This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original but all of which together shall constitute one and the same instrument. Facsimile copies will have the same force and effect as originals. Recitals. The Recitals contained in this Agreement are incorporated herein by reference and made a part hereof. Governing Law and Jurisdiction. This Agreement shall be governed by and controlled by the laws of the State of Texas and the parties to this Agreement, in the event of any dispute involving this Agreement, agree that venue shall lie exclusively in Tarrant County, Texas. Notices. Any notices, which are required to be given by the terms of this Agreement or the Bonds, shall be made as follows: As to the Owner: Department of Transportation &Public Worlcs Attn: William A. Verkest, P.E., Director 1000 Throckmorton Street Fort Worth, Texas 76102 As to the Surety Effective Date. City Attorneys Office Attn: Amy J. Ramsey, Assistant City Attorney 1000 Throckmorton Street Fort Worth, Texas 76102 J. Trey Felty Continental Casualty Company 333 S. Wabash Avenue Chicago, IL 60604 This Agreement is effective as of the date first written above. Successors and Assigns. This Agreement shall be binding upon the parties and assigns. Takeover Agreement Principal: TUE Page 6 of 8 T, WORTH, TX f and 21. Invalidity, Illegality or Unenforceability. In the event that one or more provisions of this Agreement shall be declared to be invalid, illegal or unenforceable in any respect, unless such invalidity, illegality or unenforceability shall be tantamount to a failure of consideration, the validity, legality and enforceability of the remaining provisions contained in this Agreement shall not in any way be affected or impaired thereby. 22. Construction of Agreement. The Parties agree that each Party and each Party's counsel have reviewed and approved this Agreement, and that each Party has fully understood and voluntarily accepted each and every provision contained in this Agreement. As such, it is understood and agreed by the Owner and the Surety that this Agreement shall be construed without regard to any presumption or other rule requiring construction against the party causing this Agreement to be drafted. (Remainder of Page Intentionally Left Blank) Takeover Agreement Principal: TUE Page 7 of 8 IN WITNESS WHEREOF, the parties have executed this Agreement on the date indicated above, and each of the undersigned personally represent and warrant that they have the full right, power and authority to execute this Agreement on behalf of the respective parties. CITY OF FORT WORTH Fernando Costa Assistant City Manager Recommended: CONTINENTAL CASUALTY COMPANY 111'� illiam A. Verkest, P.E., Director Transportation & Public Works Department Approved as to Form and Legality: Amy J. Ramsey Assistant City Attorney ATTEST: Marty HeAdri: City Secretary \\ Date: 0. a120t D No M&C Required — Authorized by contract executed per M&C Takeover Agreement Principal: TUE Page 8 of 8 1 t� rm"T 2004 CIP CONTRACT 53 - STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON COLLEGE AVENUE, ORANGE STREET, LIPSCOMB STREET AND WAYSIDE AVENUE (PROJECT NO. 00455) Fort Worth, Texas June 15, 2010 (REVISED) CONTINENTAL CASUALTY COMPANY c/o Mr. G. Keith Roberts Roberts, Taylor & Sensabaugh, Inc. 4001 Gateway Drive, Suite Igo ColleyviIle, Texas 76034 Gentlemen: owing proposal is being made on behalf of for the completion of the scope of work defined in the CONTRACT between the City of Fort Worth, Texas and Texas United Excavators, LLC for the project known as 2004 CIP Contract 53 - Street Reconstruction, Water And Sanitary Sewer Replacement On College Avenue, Orange Street, Lipscomb Street And Wayside Avenue (Project No. 00455). The Contract Documents are composed of the following: The "CONTRACT" between the City of Fart Worth, Texas and Texas United Excavators, R. made and entered into on or about January 13, 2009. The Specif cations identif ed as 2004 CIP Contract 53 -Street Reconstruction, Water And Sanitary Sewer Replacement On College Avenzre, Orange Street, Lipscomb Street And Wayside Avenue (Project No. 00455) prepared by Dunaway, 1501 Merrimac Circle, Suite 100, Fort Worth, Texas 76107. The Contract Drawings, prepared by Dunaway, 1501 Merrimac Circle, Sztite 100, Fort Worth, Texas 76107. INVITATION &INSTRUCTIONS TO BIDDERS prepared by Roberts, Taylor, and Sensabaugh, Inc., dated June 10, 2010. BID PROPOSAL FORM prepared by Roberts, 2010 (Revised). CITY SECRETARY FTWO TX EXHIBIT "A" BID PROPOSAL June 15, 2010 {Revised). Page 2 of 13 The undersigned certifies that (he, she) is authorized to act on behalf of the (Partnership, Proprietorship, Corporation) to execute and submit this Bid Proposal. The undersigned further certifies that this proposal is made without collusion on the part of any person, firm or corporation. We certify that we have carefully examined the INVITATION &INSTRUCTIONS TO BIDDERS prepared by Roberts, Taylor & Sensabaugh, Inc., including all Schedules and Exhibits, the drawings, specifications, and the CONTRACT complete as identified above. We further certify we have carefully examined the in -place work, the site conditions and local conditions affecting the work of the Contract Documents. On the basis of our examination of the project site and all the Contract Documents cited above, we propose to furnish all work necessary including, but not limited to, supervision, labor, materials, tools, equipment, fees, permits, assessments, applicable taxes, insurance, overhead, profit, bonds, warranties, as -built drawings and incidentals necessary to complete the work in strict accordance with the plans and specifications for the lump sum price shown below. BASE BID: The undersigned bidder having thoroughly examined the contract documents, including plans, specifications, the site of the project and understanding the amount of work to be done and the prevailing conditions, hereby proposes to do all the work, furnish all Iabor, equipment, and material, except as specified to be furnished by the City, which is necessary to fully complete all of the work as provided in the plans and contract documents and subject to the inspection and approval of the City offort Worth, Texas, and binds himself upon acceptance of this Proposal to execute a contract and Runish an approved Performance Bond, Payment Bond and such other bonds, if any, as may be required by the contract documents for the performing and completing of said work. Contractor proposes to do the work within the time stated and for the following sums: I'i'EM NO. QUANTITY AND UNIT DESCRIPTION & PRICE IN WORDS PRICE FIGURES UNIT/TOTAL 1. I L.S: Storm Water Pollution Prevention Plan > l A In�ll 1, i I J i l) lip_ Dollars S��GU $ba (� Cents per lump sum. 2. 1 EA Inlet --Remove r l �-� g�;%�-1 Lt Pad roz�l, Dollars Ts 60 - O Q Cents each. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXffiBIT ►rArr BID PROPOSAL June 15, 2010 (Revised}. Page 3 of 13 3. I EA Inlet-Inline-10 Ft •-- Install �w�n��t'�P_i-�LDl�1d1L1� Dollars $ •�$ � �� 1JD Cents each. 4. 1 � Ind-Inline-20 Ft � In tall !-D 1'i-- � Ili LPJ�C�%'s�J- Dollars $ � OD � D b � I�l C7 r Cents each. S. 8904 S.Y. Grass -Sod � Install Dollars DELETED Cents per square yard. b. 1 b5 C.Y. To soil � Install _ �) X � E' `e 7� Dollars . $I b.00 $2,b40.00 N � Cents per cubic yard. 7. 2 ] 5 L.F. Conduit -Schedule 40, PVC �b r -�.�I �I� 1! � 3 Inch Bore � install Dollars $ � D� $ G� ��50D �� Cents per linear foot. 8. 2 EA Electrical Pulll'Box � InstaIl �`1 i� e t-fU >J� 1�� Dollars $ �,b0 $ (QQ� DD N"� Cents each. 9• 6000 S.F. Driveway � Remove `�'} Y' � e Dollars $ 0� $ j � (�p.00 j� � Cents per square foot. ] 0. 18490.8 S.F. Driveway-6 Inch -- Install (Concrete) ,�,�' Dollars $ , � $ � �� F� -� � J Cents per linear oot. 11. 23 L.F. Guardrail -�-Install �i � �• � Dollars $ �0� $ �-p D ►\I � Cents per linear foot. 12. 23 L.F. Guardrail � Remove f�l1iP _ Dollars $ 5.n b $ {) �, 0 a J� � Cents per linear foot. 13. I C.Y. Retaining all w/Sidewalk � � Install �• Dollars ,`�^ ,� `%i ��� �� N'C> �—Cents per cubic yard. ] 4. 1 L.S. Utility Adjustmenrt -- Repair �e e�!')h( �_Y�, (� per lump sum. Dollars Cents �-- '' �� � , ,� �. CITY SECRETARY �T. W®RTH, TX EXHIBIT "A" BID PROPOSAL June 15, 2010 (Revised). Page 4 of 13 15. 1698 L.F. Cub & Gutter � Remove SN+ i Dollars D Cents on per linear foot. $ b� $ 16. 1074 L.F. Pavement 1V1a1ki1g-12 Inch -Crosswalk Line - White Instal Goo Dollars �POJ Cents per linear foot. 17. 288 L.F. Pavement Marking -Stop Bar -White 18 Inch 70uv� � Install Dollars $ 4#06 $ 1 D D [N( D Cents per linear foot. 18. 3432.22 S.Y. Pavement-7.5 Inch � Install (concrete) ►11 r +'X1 S i X Dollars $ 3Lv ob $ 9d Net) Cents per square yard. 19. 228 L.F. Pavement -Header Install 1--1' F+ce J Dollars $ PO $ D.06 N20 Cents per linear foot. 20. 12600 S.F. Pavement -Paver On Concrete Base Remove n \P - Dollars $ bD $ U 1( m l) D Cents per square foot. 21. 10387 L.F. -P-aveement-Silicone Joint Sealant � Install r 1 3 r) Dollars $ a D b 7 OD N D Cents per linear foot. 22. 33 TN Pavement -Transition -Min 6 Inch HMAC _ inle��,l F)'V� Install Dollars $ 500 $ 3Gt� Cents per cubic yard. 23. 136 S.Y. P mentA2 Inch HMAC Install Dollars (� Cents per square yard. 24. 322.8 C.Y. Pavement -Unclassified Street Excavation � .S4 %e phf ,J� Q Remove Dollars Cents J $ 7� f/ �7a�� per cubic yard. 25. 138 S.Y. Pavement -Valley Gutter Remove '�"P Pi Dollars 1 J D Cents per square yard. 26. I EA Speed Hump R move 7Tbr{e e _ I uA rL Dollars _ r :{ , Z; c )\� Centsseek each. EXIMICT "A" BID PROPOSAL June 1511 2010 (Revised). Page 5 of 13 27. 3 EA S eed Hump-EMAC Std. Speed Hump �Install Dollars $ Cents each. 28. 3 EA Speed I] p-Striping On Speed Cushion 7TW C) (J 7q KQ::4 � Install Dollars ,L1 C) Cents each. 29. 7184.67 S.Y. Subgrade-6 Inch -Lime for Stabilization � Install Dollars $ rjD $ b35 ' Cents per square ard. 30. 107.98 TN Subgrade" line for Stabilisation � Install d Alin 1 d 1�QC� ,_ 1 X4 4 Dollars $ 190$ f�arj� SD Cents per ton. 31. 1 L.S. Traffic Control PIan � Install `1 ree jryj!�,la,g a. Dollars _ n $ OG v$ D� }`} D Cents per lump sum. 32. 8 EA Sigq-Project Desi ation � Install c.�P IaAdre;: Dollars $ .b O �() Cents each. 33. I EA Sign -Street D ad End Barricade Install t _L/.4�i d Dollars $ flD$ d d (� Cents each. 34. 6690 S.F. Walk Remove nDollars Iwo O $ 00 Cents per square foot. 35. 16526.9 S.F. W Ik4 Ft - Install (sidewalk) e �. Dollars $ .� b0 $ 7b 0 Cents per square foot. 36. 3813.1 S.F. Wal c-4 Ft- Install (leadwalk) Y e1 Dollars $ 50 $ 3ff85 Cents per square fo t. 37. 41715 S.F. Walk-5 Ft � Install (sidewalk) Dollars $ dd $ Jr (? Cents per square foot. 38. 1750 S.F. Walls ADA Wheelchair Ramp _ Install Dollars — —_ d Cents per square foot. CITY SECRETARY FT. WORTH, TX EXHIBIT "A" BID PROPOSAL June 15, 2010 (Revised). Page 6 of 13 39. OFFICIAL 205 S.F. Walk-ADA Wheelcbair Ramp Remove ! h rePi Dollars $ c $ tN () Cents per square foot. 40. 1 S.F. Walk -Steps � Install rl� s Dollars � v OD $ $ � Kin Cents per square foot. 41, 1 S.F. Walk -Steps � Rein ove Dollars $ f f} $ l I, j� 0 Cents per square foot. 42. 196 C.Y. Fill Material -Borrow {select fill) Install 9 Dollars Q $ 1�p0 $ I+ tg0 (� Cents per cubic yard. 43. 2972.2 L.F. Curb-7 Inch � Install aD Dollars vim() Cents per linear foot. 44. 30 EA Valve Box -Adjustment Services i Dollars f F ty n Cents each.$1j�OC7 45. 158 EA eter B Adjustment Services �, t►l1 rec Dollars Cents each. 46_ 1 L.S Flagman -Railroad Right of Way Services Dollars DELETED Cents per lump sum. 47. 2 EA Pavement Marking -RR Xing Legend Complete P-P Tape - Install [g =A lay cam. r lc: Dollars $ acotoo $ 6ACXI D Cents each. 48. 24 L.F. Pavement Marking-Stopbar 24 Inch-R 1"A Thermoplastic � Install Dollars $ a D D $ C19D•1 1(� C7 Cents per linear foot. 49. l EA Cone Flume w/Steel Plate Top „Du Sa Dollars $ U�$ 6CO-0 Cents each. RECORD CITY SECRETARY AFT. WORTH, TX EXJI IT "A" BID PROPOSAL June 15, 2010 (Revised). Page 7 of 13 50, 67 S.F. Open Concrete Flume L1 a re mil Dollars $ as $ � NE) Cents per square foot. 51. I L.S. Insurances as regmm'red by Railroad Dollars DELETED Cents per hump sum. 52. 1 L.F. Pipe-21 Inch-CL 111 � Install t ; x F.__J Dollars S 60-00 S (Z•0 b & I D Cents per linear foot. 53. 1 L.F. Pi e-241nch-CL III Install 'X�4 y 17P U e _ Dollars /Vy Cents per linear foot. 54. 1 EA Manhole -Adjustment - Services F �1'0e� aU, (I tlpd Dollars $ 50D0$ D•°D MC) Cents each. 55. 1 L.S. Associated Costs for Construction within Railroad/Agency Right -of -Way per SP-93 I :jIOl1 Q2a c Dollars sj 0 D D $ bs) Cents per lump sum. 56. 1 EA INSTALL 4 X4' POUR IN PLACE SD JUNCTIONBOX (CO#I) tA) P o 4 J F i LJ-Q jj(1.� Dollars S lei O f f r . Cents EACH. 57. 1 S.F. DRIVEWAY 61NCH INSTALL EXPOSED (CO#I) AGG Dollars S QD bD $ aD Dd 0 Cents per square foot. 5& 1 S.F. LEAD WALK INSTALL EXPOSED AGG (CO#1) T7 e Dollars S n $ 15 ,Q n1 0 Cents per square foot. PAVING SUBTOTAL AMOUNT BID S $ 53 q Water Improvement ITEM NO. V QUANTITY AND UNIT DESCRIPTION & PRICE IN WORDS PRICE FIGURES UNIT/TOTAL 1- 8995 L.F. Trench Safety System ars s -5Foot OFFICIAL ept m stal-- RECORD CITY SECRETA9 per linear foot. %jai 1. rrerr��iy In DO MIT "A" BID PROPOSAL June 15, 2010 (Revised). Page 8 of 13 2. 6768.1 L.F. Pavement-2 Inch HMAC on 61nch flex Base - Temporary - InstaIl cS i X Dollars S ND Cents per linear foot. 3. 435 L.F. Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1A) � Install F fDollars $ OQ $ OD Nip Cents Per linear foot. 4. 40 L.F. Pavement -Concrete on 2/27 Concrete Base (2000-2) - Install I0�-� 1 �JP� Dollars Np Cents per linear foot. 5. 1 EA Fire Hydrant � Install 11A Pn�J 11%L uj% SJd 1'�a4 Dollars lS c goo* OD jg � !ODDD D 61 r) Cents each. 6. 1 EA Fire Hydrant emove U/M �4hi Dollars $� $6� 1\) p Cents each. 7. 24 EA Meter Boxy- Relocate nD D �H taA ylocJ •� Dollars ob bj cp Cents each. 8. 81 EA Meter Box -Class A Install () )L la nod �Q�Qh }� i �Q� Dollars $ 'jt Db s)4,) o D Cents each. 9. 2 EA Meter Box-CIass C Install ( U t Dollars 46b s p a A1n Cents each. 10. 1.73 TN Fitting-< Than 16 Inch DI Pipe Install aE✓ Q no Dollars pc D # C) S) 0 Cents per ton. IL 1 L.F. Pipe-Casing-24 Inch -Casing -Other Than 11 1 1au Y' LtAd &Qci. i -Y i 1 Open Cut Dollars $ 450.Ob $ `I Cents perIinearfoot. 12, 1 L.F. Pi e-Pressure 121nch Install Si X Dollars 0 �s �b$ (Do & -Cents per linear foot. ., h.r1r?resew.....ea CITY SECRETARY Tau wCR'H, TX EXMIT "Ail BID PROPOSAL Tune 15, 2010 (Revised). Page 9 of 13 SECRETARY 13. 1 L.F. Pipe Pressure-61nch -%-Install rjT Dollars S 0 00 S 00 _%b ND Cents per linear foot. 19. I L.F. Pipe-Pressure-8Inch Install Fb Dollars $ c 2 S �1� Cents per linearfoot. 15. I EA V lve42 Inch-Ga1to Valve w/Box Install �i/,N% P(pt, d reA Dollars $ �U $ LOD.OD Cents each. 16. 1 EA V(lve-6lnd -Gate Valve wlBox Install �1 j�e=�11t�1C� Y(1C� Dollars $ �(�n� $ qQ�U D Cents per linear foot. 17. 1 EA r8 Inch -Gate wlBox �Install M:Ibou,ana Dollars $ UD$ U X n Cents each. 18. 1 EA Valve -Gate � Remove �to �e i tJ Np c Dollars $� Sw=bp 00 f Cents each. 19. 1 L.F. W,gt,er Service-1 Inch <-Install Ln IC2L%-f Dollars 1t� $ #DPO$ TU D (� Cents per linearfoot. 20. 1 EA Water Seru ce-1 Inch -Single Service Install �F Q uzJm 6 Dollars $jai D ps y C Nn Cents each. 21. 1 EA Water Service-1 Inch -Multi le Bran h � Install j - �� 1�� �0 Yj7(Tri )tQ. Dollars S COS 0 Nj 0 Cents each. 22. 1 EA at�t r Service I Inch -Tap t Main � Install rWaou 1'' all fl )\Jd f Dollars 00 S TLAJ $ p Cents ON} each. 23. 1 L.S Water Service-fnch-Temporary Install �tOQ (� Dollars 0 $ �a S Coco' Cents per lump sum. 24. 593 L.P. 0000 Water Service-3/4 Inch _.. install (within public ROW) `7W0n4�! %EJ VDollars p0 A'.CITY bD wN n _ _...Cents per per linear foot. i ,_ _ _ EXMIT "A" BID PROPOSAL June 15, 2010 (Revised). Page 10 of 13 25. 75 L.F. Water Servicc-3/4 Inch � Install (on private b censed plumber) E'd4 4 property Dollars $ pob $ cX7 f j o Cents per linear foot. 26. 1 L.S. Associated Costs for Construction within Railroad/A ency Right-oMay per D-64 �Foz jyj,co r)cL Dollars yJ Cents per lump sum. 27, 1 EA 1122 WA TER SERVICE INSTALL (CO#I) 1 ►) re P. 414 L )d &OcL Dollars $ •60 $ )(7 Cents each. 28.. I EA Z " SHORT WTR SERVICE INSTALL(CO#1) -lPP1�j_Lju/JCi (q�l Dollars A$504,10S Cents each. 29. 1 EA INSTALL WTR DEPT SUP 6" GATE VALVE (CO91) )xe )i4 � Dollars $ 4 �$ r CD KID Cents each. WATERIMPROVEMENT SUBTOTAL AMOUNT BID $ $ J I S DS Sewer Improvement ITEM NO. QUANTITY AND UNIT DESCRII'TION & PRICE IN WORDS PRICE FIGURES UNTT/TOTAL 1. I EA Collar-Mlalnhole M Install E1 0Q- U j4d lj c Dollars $ OLT $ 0 Cents ,N) each. 2. I L.F. Inspection -Post Construction Cleaning & TV, Study Dollars $ 110 $ %� *CID Cents per linear foot. 3, 1 EA Ma whole Remy 9ve r'B e� 4 Uw Y'ej. Dollars $ OO 400 N () cents each. 4. I EA M hole -Sid 41 Lpiam-(to P we 4-i V Q., Ft Depth) Install 1Jd. rc Dollars $ T $ M w 0 Cents each. S. 1 EA an le- Va lunn Test � Services 1 LOD �-/(,l A d IV6 Dollars $ �Lp •gyp $ o Ua~7 ---—��-�—�--tens each. CITY SECRETARY ,: IF1: V11®RTH, TX L' XIE[rB 1 "A" BID PROPOSAL June 15, 2010 (Revised). Page 11 of 13 6. 2 EA Manhole -Watertight Insert � Install Ave u ,,d ur Dollars Cents l�lZ_ each. 7. 1 L.F. Pi e-Sewer-8Inch SDR35 (All Depths) Install Dollars $ �� cGV•co Cents per linear foot. 8. 1 L.F. Sewer Service-4 Inch Install Mi � i 4 Dollars LT Da $ $ Cents per linear foot. 9. 1 EA Sewer Se 1rv1rirce4 Inch Service Tap � Install Pi up_ 11Ut�:1d A0�4 Dollars S S�� Cents _ each. 10. 1 EA Sewer Service-4 Inch-2 Way Clean Out � Install rP e V &,Ll crgc Dollars S c �S �U Cents ach. I1. 1 L.F. Trench Safety System 5 Foot Depth Install 142 Dollars $ /D D()S J D D I\YG) Cents per linear foot. 12. 25 L.F. Pavement-2 Inch HMAC on 5 Inch Flex Base- Temporary � Install �1 ; N p� Dollars $ $ jy Cents WA per linear feet. SEWER E"ROVEMENT SUBTOTAL AMOUNT BID !t q d $ 6 Additional I#ems 1. UT jig 1 L.S. Perrmits 11 �� �— t VC� i-f U�Ci 1� Dollars $ PC) $ � 6 a Cents per lump sum. 2. 1 L.S. Cle Rubble Fro Private Property Dollars $ N ( Cents per lump sum. 3. 50 L.F. Correct Cracked Curb "T11 Y-F+ Dollars $ OD $ 1, 50oCO W o Cents per linear foot. 4. 1 L.S. Move Mailboxes{ - f`2 � V Q CC.{ ►�1 _Dollars BUD 3, 0 c7 $Mill 0 3 (Cents per lump sum. :� I EXM IT "A" BID PROPOSAL June 15, 2010 (Revised). Page 12 of 13 r Dollars Cents per Jump sum. tMS ADDMONA1 It SUBTOTAL AMOUNT BI[D TOTALS jr PAVING SUBTOTAL AMOUNT BID PN WATER IMPROVEMENT SUBTOTAL AMOUNT BID SEWER RAPROVEMENT SUBTOTAL AMOUNT BIDVU $ $ g ba ADDITIONAL ITEMS SUBTOTAL AMOUNT BID S S TOTAL AMOUNT BID S S We acknowledge receipt of and have added to and made a part of the proposal and Contract Documents the following addendum (addenda): Addendum No. 1 Dated: 0 Q I 01 U Addendum No. Dated: Addendum No. Dated: We propose to execute a contract with Co�7tinental Casualty Company or the City of Fort bYorth, Texas, at Continental Casualty Company's option, upon award, and to camplete the work of the Contract within working days. We have included a Bid Bond in the amount of 20A of the amount of our bid underwritten by 1 We propose to furnish a performance bond and payment bond acceptable to Continental Casualty Company for 100% of the total documentso as may be required by fihe contract EX1MIT "A" BID PROPOSAL June 15, 2010 (Revised). Page 13 of 13 In submitting this bid, it is understood Continental Casualty Company reserves the right to acceptor reject any and all bids, to waive any informalities and to open the bids privately. In addition, it is understood and agreed this bid proposal shall remain open to acceptance for a period of 60 calendar days from the date thereof. The undersigned certifies that the bid prices contained in This proposal have been carefully checked, and are submitted as correct and final. , Date: UCo ja 5 J aLjIf u Signed: Nf C ame oompany: By: Title: (Seal if Corporation) etorship or Corporation) ����' �ECIRETARI( T. WORTHs TX Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA. 19462-1644 Ph.(610)832-8240 Bond Number: Bid Bond KNOW ALL MEN BY THESE PRESENTS, that Conatser Construction TX, LP P. O. Box 15448, Fort Worth, TX 76119 and LIBERTY MUTUAL INSURANCE COMPANY, a Massachusetts stock "Surety"), are held and firmly bound unto Continental Casualty Company as obligee (the "Obligee"), in the penal sum of Two Percent of the Total Bid Amount Dollars ($ 2% of Total Bid } for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. as principal (the "Principal"), insurance company, as surety (the WHEREAS, the Principal has submitted a bid for: 2004 CIP Contract 53 - College Ave, Orange St., Lipscomb St,. Wayside me, Bid No, 00455 Street Reconstruction, Water & Sanitary Sewer Replacement, City of Fort Worth, TX NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein, or, if no period be specified, within sixty (60) days after opening, and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents, or in the event of the failure of the Principal to enter into such contract and give such bond or bands, if the Principal shall pay to the Obligee the difference in money not to exceed the penal sum hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void; otherwise to remain in full force and effect. In no event shall the liability hereunder exceed the penal sum thereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any claim by Obligee under this bond must be submitted in writing by registered mail, to the attention of the Surety Law Department at the address above, within 120 days of the date of this bond. Any suit under this bond must be instituted before the expiration of one (1) year from the date of this bond. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall apply. DATEQ as of this 25th WITNESS/ATTEST LMIC-5000 day of June 2{) 10 Conatser Construction TX, LP By: Jerry R. Conatser, Pres. Conatser Management Group, Inc„ GP LIBERTY MUTUAL INSURANCE C¢(IIIPANY S. Davis (Seal) (Seal) ,�=ta�Gw�. RECOR® NQCRETARY ��: WORTH, TX IV :.: 0 .: 2590051. :THIS POWER OF ATTORNEY-iS NOT.VALID UNLESS IT IS'PRINTED ON -RED BACKGROUND. - -This Power of Attorney limits the acts of those, named.heretn, and they have no authority to bind the Company except in the.mW.anner and to: .. . . :'the extent herein stated:. :::: :.:.. _ - 'LIBERTY .... .. .. ... . . . ... ....:. � .. BEFtTY MUTUAL INSURANCE COMPANY .:06. :.. :.' ON, MASSACHUSETTS ' :: :. .. ...:.. - ST :: :.: ... POWER OF ATTORNEY •.:- .:WW KNOW ALL.'pERSONS BY -THESE PRESENTS: :That Liberty Mutual Insurance Company (the "Company"), a" Massachusetts, -stock Insurance ;company, pursuant to and by authorityof the ByIaW.and Authorization herelnafter.set forth, does hereby name, constitute and appoint : GREG A.-WILKERSON,;GLENNA S• DAVIS, CATHYMINS0N, CAROLYN MAPLES;-JOHN.R._WILSON, ALL OF THE CITY OF FORT WORTH; STAiE:.OF TEXAS-*,:: - .... •. • . ••••••-•• RAN* memo Pat OR amazes amoeba each individually If, there be.miire�illari.one riameii; its.true a rid. lawful. attorney'.In-fact to.make; execute, seal; acknowledge and deliver, for and on its behalf as surety and as its act and: deed, anyand :all undertakings, bonds, recogriizances'and other surety obit ations: Iri_ the penal sum not exceeding• TWENTY. FIVE. -MILLION AND 00/100** - '" *******''*** -DOLLARS {g 25.000;000.08*"***: )each, and the execution of such undertakings, hogds; .recognizances: and::gther surety obligations, in pursuance :of .these preserits;;:shall be as binding upon. the. Company as if they had been duly sigh6d by. the presidentand:WI attested by the: secretary 6f.t a Comgany In their own:proher persons. _ Mn A. That this. power Is made and executed -pursuant to and 6y authbrity:of-the: following By-law and Authorization'.: ........... ARTICLE Xill --Execution of Contracts: Section 5: Surety Bonds and Undertakings, = - :. 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, shall appoint such attorneys -in -fact, as may be. necessary to act in behalf of the Company to make, rp ::execute, seal,, acknowledge "and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such Add PON attomeys-fn-fact,: subject to the limitations set forth in their respective powers of attorney, shall have full power.to bind the Company by their y :-signature and execution of any such instruments and to attach thereto the seal of-ihe.Company. When so executed such instruments shall be ::_ C as binding as if signed by the president and attested by the secretary. .. POOR By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-ln fact: :a Add p C :.Pursuant to Article.Xlll, Section 5 of 4 e.By-Laws, Garnet W: Elliott, Assistant Secretary of Liberty Mutual. InsuranceMAN Company, is hereby :� AddR SEAauthorized to appoint such attorneys-ln-fact as may be necessary'to actin behalf of the Company to make, execute, seal, -acknowledge and .� 0 deliver:as surety any and all. undertakings, :bonds, recognizances and other surety obligations. we m That the. By-law and the Authorization set forth above are true copies thereof and are now in full force and.effect.. - aCn Debbie ti > IN WITNESS WHEREOF, "this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of O O 1 -- Liberty Mutual Insurance Company has been affixed thereto In Plymouth Meeting, Pennsylvania this 12th day of •June o v 2009 • : ::' :. :' :. a M VON memo o� duID_ _' _ :: :...LIBERTY MUTUAL INSURANCE COMPANY : :ANN Ims.. •OWN _ '' r 3 By (g -x+ -- r,�- Jib% r� Garnet W. Elliott, Assistant Secretary IV. � a y",,...COMMONWEALTH OF PENNSYLVANIA: •ss :' . ro COUNTY OF MONTGOMERY .: , _ L - .. OIV C VAR Immc - On this 12t day of June 2009 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged a) o •- that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above E a; Power of Attorney and affixed the corporate seal of.Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation, . y o IN TESTIMONY WHS P� 'a a unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year v 0 first above writteNed n. W trt' q�e�� � :::COMMONWEALTH&orPFNt4Sii.V "I aElea tV :.y : Nc annl s C L - - - - Te,nfa Paslcllri, NcYury Publ;c _•.•` •. ... -.: aJ O .� i�.. PI}mwNTi�,«lionh}onMlyCaupry: ::.:.By 00 - - '•• f+�y Carjunisslrol Ex wm klarth 28, 2013 - - .':.: Ter sa Pastella, Notary Public .o ,- �%� ri ���'" h7cmtrsr, Pema,fwnfo Rat�3auan dNnUdes .: ... ..- .. .. .. ' . .. ..0. JCERTIFICATET 1, the undersigned, Asststan - ecretary.0 Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing Is a full, true and correct copy, is in full force and effect on the, date of this certificate; and.l: do further certify •that tits ofitcer or official who executed the ::said power of attorney Is an Assistani Secretary specially authorized•liy.thb�chafrman of - the:president=to appolnt:-afibmn ys-in-fact as provided in Article IV -XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company.' This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board.of directors of Llberty,Mutual Insurance Company at a meeting duly called and held on the 12th day of March,1980. . VOTED .that- the.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. : IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 25t:h da of Jug 2010 ::.. OW! ON )tiri�L REC®RDByrLDa4MCarqy,*fitcre ....GRETAR ry : T WORTH, TX R�BERTS, TAYL�R & SENSABAUGH a Corporation PROFESSIONAL CONSULTANTS June 15, 2010 TO ALL PROSPECTIVE BIDDERS Re: Principal: Obligee: Project: Surety: Sond No.: RT&S File: Gentlemen: Texas United Excavators, LLC DALLAS/ FT. WORTH OFFICE: 4001 Gateway Drive Suite 100 ColleyviUe Texas 76034 (81� 28Z-'1597 Fax (81'n 282-7598 '�i - � � ,� •. • . � � � . � �... I . • ! ��' REPLY T0: Dallas/Ft. Worth City of Fort Worth 2004 CIP Contract 53 -Street Reconstruction, Water and Sanitary Sewer Replacement on College Avenue, Orange Street, Lipscomb Street ans Wayside Avenue (Project No. 00455) Continental Casualty Company 929448633 10-31167 {33) ADDENDUM NO. 1 Please note the following change to the Invitation &Instructions To Bidders dated June 10, 2010. 1. Delivery of Bids. Bids wild be received in the offices of Roberts, Taylor & Sensabaugh, Inc., 4001 Gateway Drive, Suite 100, Colleyville (DFW), TX 76034 by Mr. Keith Roberts, Consultant to Western Sccrety Compa�zy , until S P.M., Friday, June 2St'', 2010. Proposals maybe sent by facsimile to the offices of Roberts, Taylor & Sensabaugh, Inc. provided such proposals are followed by one day overnight delivery offully executed originals. The phone number for facsimile transmissions is (817) 282-7598. Each Bidderis instructed to complete the Bid Proposal Form, attached and identified as "Exhibit A", in submitting a bid for this completion work. 2. Exhibit "A" -June 15, 2010 (Revised} attached herewith. 3. Last Approved Pay Estimate No. 30, dated 5/31/10. If you have any questions or comments regarding this Addendum or the Invitation & Instruction To Bidders matter, please contact me at 817-282-7597. �i -- . Keith Roberts ���r�UvYl� I�C��(h.t���� L� GKRlcom �I� ��C������ PARTIAL PAYMENT REQUEST Contract Name 2004 Capi[nl Improvennents Pn�}t�.ls Contract Limits College Ave?Ona aSLLipswmbSLWayside Awl Project Type PAVING City Project Numbers DOE Number 5411 Estimaic Number 30 Project Funding Payment Number 3D City Secretary Contract Number 3%2I I Contract Date 1/13/2009 Project Manager •`�g�m'�Z Contracto TENAS UNITED IDCAVATORS PO BON 11520 CARROLLTON 7l' Inspectors ORL•' ORY / MYERS 6loncL�y, ]unc 07, 2010 For Period Ending 5:31/2010 W Contract Time 246 IVD Days Charged to Date 233 Contract is .695354 Complete 75i)1 1 Page 1 af5 FFICIAL REGU6���,) ; CITY SECRETARI . fie WORTH, TX � City Project Numbets Contract Name 2004 Capital ]mprovermrnts Projects Contract Limits College Ave, (har,ge St, Lipscomb 5L \Vayside .4ve. Project Type PAVING Project Fending UNIT F: STItETsT RECUNSTI2UCT1QIV c2DD I]dE Number 5411 Estimate Number 3U ]?8yment Number 3U Far Period Ending 5/31/ZDID Item bescription of Iterrrs Tstsmated Unit Unit Cos[ Estitnnted Completed Completed No. Quanity Totnl Quanity Total 1 Storm \Valrr Pollution Prevention Pla } LS SS,WO.00 $S,000,00 1 SS.DOU.00 2 Inlet •- Rztnuve 7 EA $440.00 $3,O80.Up 7 $3.080.00 3 Inlet-Inline-10 Ft--1ns1a11 7 Ep, $3,21 U.00 522,470.00 G $19.260.OU 4 Inlet-Inlin��-20 Ft -Install 2 Eq $5;390.OD S]0,780.00 2 $]U,7R0.00 5 Grass -Sod •- Install 8904 5Y SO.OD 50.00 6 'Fopsuil - Install ]65 CY S16.OU 52,640.DD 30D 3:4,80D.D0 7 Conduit schedule 40, PVC 3-Inch Bore 215 LF $21.7D $4,G65.50 8 Eiectrical Pull T3oa- tnctnil 2 EA $545.00 $1,090.00 9 Drivr�rny-Remove 2790D SF $1.OD $27,900.OU 219D0 52T,9UO.U0 id Driveavay-bTnth•--Imt;t11(cuna-ete) 4IG19 SF $S,UU 5208,095.00 23128.2 5115,E-01.00 1 ] Guardrail-lrtsiall 23 LF $1D0.00 52,300.OD 12 Guardrail •••Remove 23 LF $27.00 5G21.UU 13 ReutiningWaNw/Sidztvalk-Install 21 CY $235.OU �1,935_DO 2338 SS.494.30 14 L�tilify AdjuslrrtenL-- Repair 1 LS $1 D,000.00 S10,0(10.00 l5 Curb & Guttzr - Removes I2173 LF $2.00 $24,346-DO 10�t75 $2U,95D.00 I6 Ynvemrnt 14arl;ing-I 2 Tech-Cross��vlk L ] D74 LF 33.25 53,99U_SD l7 Pavement Narking -Stop I3ur-Whit�18 f 288 LF 53.R0 51,094.40 18A Pavement-7.5 Inch -• lnstnll (conrret 2183I SY $.94.00 5742,254.QU 18398.78 $625.558.52 19 Pnvemrnt-Haader-- Install � 22R LF $10.D0 $2,28D.00 20 Pavement-Yavcr Un Concrete Bnsc, Ra IZGOD SF $1A0 $12,G0U.0U 2l Pavement -Silicone JointScalant--In ]4512 LF S1.00 $14,572.UU g125 54,12S.OU 22 Pnvcmen[-Trattaition-Min G Inch II�1AC 41 TN S1SO.U0 56,150.OD 8 $1,200.00 23 Pav�tinanFl2 Inch Iii4AC -• lrutal) i 36 SY 5160.OU $21,76U.00 ?4 Yav�nent-UnclassilledStreetEswvat 397G CY 514.00 $55,664.00 3b53.2 551,144.80 23 t'avzinent-Valley Gutter- Rzmos•e 138 SY $b.45 $89U.IU 26 Speed Hump-R�r,ovc 3 EA 5100.D0 5300.00 3 $300.UU 27 5p�:d Hump-HMAC Stcl Spxd 1�lump -� In 3 EA i1,UD0.0U S3.DOU.UU 28 SpzedlIump•StripingOnSpzedCushion 3 FA SIIU.DD $_33Q00 29 Subgrud�fi Inch-I..itnz Stabilized-301 233Rb SY $2.35 $54,957.IU 1620T.33 $38.U73.13 30 Suhgrade-L,imefor5tabilizatinn�ht 3ST TN $142,00 $49,842.OD 243.U2 53=I,50$,8a 31 "frafiic Control Plan 1 LS S23,DOUAO $23,OOD.UO D.9520,700,OU �dondny, June 07.201U Pnge2 oft � � � •` .1, J City Project Numbers Contract Name 2004 Capital Improverments Projects Contract Limits College Ave, Orange St, Lipscomb St, Wayside Ave. Araject Type PAVING Project Funding 3Z Sign-ProjactL}esignation--lastnll 33 Sign -Street Dead End Barricade -Ins 34 Walk- Remove 35 Wall:-4 Ft -- Install (sidewalk) 36 Walk4 Ft -Install (leadwalk) 37 Walk-5 Ft - Install 38 Walk rAIDA Wheelchair Ramp � Install 39 WalkmADA Wheelchair (tamp � Remove 40 Walk -Steps •- Install 41 Walk -Steps - Remove; 42 Fill Mnteriul-Borrow (select Fill) - 43 Curb-7 Inch -- Install 44 Valve Box -Adjustment - Services 45 Meter Box -Adjustment � Services 46 Flagman -Railroad Right of Way �' Sary 47 Pavement Marking-R R X4ng Legend Com 4R Pavement Slanting-Stopbar 24 Inch- P- 49 Cant: Flume w/steel plate top 50 Open concrete flume 51 Insurance as required by Railroad 52 Pipe-21 Inch-CL li - Install 53 Pipe-24 Inr h-CL 11 - Install 54 Manhole Adjustment- Services 55 Associated Costs for Construction vi 56 INSTALL 4t.xW MUM IN PLACE SD Ji TICTIO BOX(COP I ) 57 DRIVEWAY 6 ItiC1I INSTALL EXTOSED AGO (CO;= ) 58 LtiAD WALL: INS94ALLEIUOSED AGO (COO1) ldonday, June07, 2010 8 EA 1 EA 31856 SF 29967 SF 6530 SF 4715 SF ] 847 SF 705 SF 80 SF 80 SF 196 GY 12163 LF 30 EA 158 EA I LS 2 EA 24 LF I EA 67 SF 1 LS S l LF 107 LF 2 EA I LS I EA 350 SF SU SF Sub -Total of Previous Cjnit DOE Number 5411 Estimate Number 30 Payment Number 30 For Period Ending 5/31/2010 $3DOA0 S2,4UQ.00 $545,00 $545.00 51.00 5311856A0 $3.90 51167871.30 53.90 $251467.00 $4.20 519,803.00 54.50 $8,3I L50 $1.00 5705.00 $15.00 S1r200.00 SIM $80M $10.00 517960M 52.00 524326.00 5200.00 $6_000.00 $35.00 $5,530.OD $0.00 SQ.00 MGM 5760A0 S 10.00 5240.00 52,175.D0 52,775.00 510.00 $670M 50.00 $0.00 576.00 $37876.00 MAO 58,2.39.00 $540,00 $17080400 $20,000,00 S20.M0.00 53,750.00 $31750.00 $;12.50 $4X5.00 $9.75 $487.50 51,61U,753.90 R S2.4U0.00 25 i 66 525,166.00 1344U.1 552AM39 2716.9 510.595.91 1U97 54,93G.50 500 5500.00 117.6 51,764,0U tut 5101.00 9190.8 578381.6U 52 $3,876.U0 ] 07 58.239.00 l 5540.00 1 S`3,750.00 $4,375.OU 350 50 $487.50 $I,IZD,Qa4.49 1TY .SEMETARY City Project Numbers Contract Name 2004 Capital ImprovermentsProjects Contract Limits College Ave, Orange St lrpscomb St, Wayside Ave. Project Type PAVING Project Funding Con#ract Information Summary Origiiml C'ontrnct Amnunt Cttan�e Orders Date 'inspu lion Supervisor Date Project Manager Dirzctor.' Coutmcting Deparunent \9ondav, June 07, 2010 t:terngeOrderNtunher 1 C7rauge Order Number Total Contract Price DOE Number 5411 Estimate Number 30 Pavment Number 30 Fur Period Ending 513U2010 $1,6D2, I41.40 SS,G12.50 $1,610,753.9D Total Cost of Work Completed $1: t2U,044.49 Less 5 % Retained $56.002.22 Net Earned S1Xk04127 Earned This Period $0.01 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiencv Less Penalty Less Preydous Payment Plus Material on Hand Less 15% Balance Due This Pavment 50.00 $D,oD $I,OG4,D42.26 S0.00 $0.01 City Project Numbers Contract Name 20D4 Capital ]mproverntents Projects Contract Limits Co11.�e Avr, Utaage St, Lipuom6 Si_ Vlaysidt: Ave. Project Type PAVING Project Funding Project Manager Argomaniz Fnspectors tiREGORl" � b1YERS Contracto T1;X.45 l,'NTTED EXCAVATORS PO BOX 11520 CARRULLTON � TX 75011 DOE Number 541 I Estimate Number 3U Puvment Number 30 For Period Ending 5/31/2010 City Secretary Contract Number 3$Zl l Contract Date lr13�3009 Contract Time 246 11' Days Charged io Date 233 tk' Contract is •G95354 Complete CrTY OF FORT WORTH SUMMARY OF CHARGES Line ?'and Account Center Amount Gross Retuinage Ner funded �latda}•. Iunr D7, 2010 Total Cost of Work Completed $l � �p 044 49 Less 5 %Retained $56,002.22 Net Earned $ l ,OC�4,042.27 Earned This Period $0.01 Retoinnge This Period SU.UD Less Liquidated Damages 0 Dnys <ti! �SU.OD / Dav LessPuvement De[iciencv Less Penalty Less Previous Payment Plus iVlatet�fal on Hnnd Liss l5% Balance Due This Payment $U.00 $0.00 $0.00 $0.00 $0.�)�•. U- PaSe S Uf 5 _,_......_.�.,_,,..�-g_�. �.___......n.. jy��.�.A �����0�� �p��ip��i:7 60 �`1tF.l�ti'�IrJe- C C'�--� rcv 03/05/07 TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT NO.: 30 NA1V]E OF PROJECT: 2004 CIP Improvements Projects PROJECT NO.: C200 5412002094000455 CONTRACTOR: Texas United Excavation DOE NO.; 5411 PERIOD FROM;05/16/10 TO: 05/31/10 WORK ORDER EFFECTIVE*3/9/2009 CONTRACT TIME: 246 WD 0 co DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 2. 3. Time stopped on 5/3/10 4. TUE has been terminated s. 6. 7, 8. 9. 10. 11, 12. 13. 14. 15. -- -- 16. S 17. M I 8. T ]9. W 20. T 2]. F 2z. s 23. S 24, M 25. T 26. W 27. T 2$. F 29. S 30. S 31. M SAT, SUN, RAIN, TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS 3c TOO COLD RELOCATIONS OTHERS �` CHARGED DAYS THIS PERIOD 16 16 PREVIOUS PERIOD 118 69 1 233 421 TOTALS TO DATE 118 69 17 233 437 *REMARKS: The contractor has been terminated TRANSPORTrl'1ION ;-1ND I'UBL1C �IORI�S '1"he Cinof Port Worth • 1000 Throckmorton Street •Fort ��/ortJ3, T�% 7601 (817) 392 - 7941 •Fax: (817) 392 - 7845 � bFFICIAL RECORD CITI' SECRETARY FT WORTH, TX PARTIAL PAYMENT REQUEST Contract Namc 2004 Capitol [mprovermznts prajn-Is Contract Limits College Ave, Orange St. Lipscomb St, Wayside Ave. Project 'Type WATER & SEWER Cit}° Project Numbers DOE Number 5411 Estimate Number 30 Project Funding Paymen# Number 30 City Secretary Contract Number 3821 l Contract Date VIN2009 Project Manager •°.rgamaniz Contracto TLW UNITED EXCAVATORS PO BOX 11520 � CCARROLLTONT\ Inspectors CiRECiORY / >t4YERS lvlonday, June 07, ZO10 I'or Period Ending S/31i2010 W Contract Time 246 NVD Days Charged to Date 233 Contract is *907005 Complete 75012 Pngz ] of5 City Project Numbers DOE Number 54i 1 Contract Name 2004 Capitnl Impmvtxments Projects Estimate Number 30 Contract Limits Cal lcgeAve, Orange St, Lipscomb St. Wayside Ave. Payment Number 30 Project Typts WATER & SEWER For Period Ending 5/3112010 Project Funding UNIT II: SEC A WATER IMPROV P253 ]tem Drscttiption ofltems EsUmatcd Unit Unit Cost Cstimated Completed Completed No. Quanity Total Quawty Total 13 Pipe-Prcssure-6 Inch - Install 140 LF $30.65 $4,291.00 140 54,29I.00 14 Pipc-Pressurtt4Inch -Install 5221 LF $34.85 5181195L85 5221 $181195I.85 15 Vnlve-12 lnch-Galt Valve w/I3ox -• Ins 3 E4 31,740.00 S5r220tOO 4 56,960.00 16 Valvo•6lnch-Gate Valvew/Box-•Inst 10 EA SSOCU0 58.000.00 10 $S.oQ0.0o 17 Valve-8 Inch -Late Valve w/Box_ Inst 17 EA 517000.00 517,000.00 17 S 17,000.00 l8 Valve -Crate- Remove 6 EA 595.00 $57Q.00 12 SLIOM 19 WalerServicc�l Inch- Install 2433 LF $18.85 5451862.05 2433 $45,862.05 20 Water Service-] Inch -Single Service- 117 EA $115.00 $13.455.00 117 5131455.00 21 Water Service-1 Inch-:vlultiple Branch 15 EA $370.00 55.550.00 16 $51920.00 22 Water Serv4x-1 lnch-Tap Lo Main - 1 132 EA 5232.QQ 5301624vOO 133 $304856.00 23 Water Service-2 Inch- Temporary , 1n I LS $107000.00 $10,000.00 I S 10,000.00 24 Water Service-314 Inch - Install (tv 693 LF $17.50 5121127.SO 100 $I.750.00 25 Water Service -3?4Inch - Install( 75 LF $24_00 $17800.00 26 Associated Costs for Cormtruction wi I LS $20,000000 $20,000,00 1 Trench Safety System 5 Fool Rapt -1 9055 LF $0.25 52.263.75 60 $15.00 2 Pavcmienl-2 htch II14AC an 6 Inch Rex 9620 LF $9.00 577,580.00 1851.9 S 16.667.10 3 Pavcrnent-2 Inch Min I XIAC on 2'27 Con 435 LF S14.00 56,090.00 4 Pavement-Conerate on 7127 Concrete B 40 LF $32.00 SL280.00 5 Fin: Flydrant-Install 9 EA 52,050.00 �518,450.00 9 518,450.00 6 Fire Hydrant - Remove 6 EA $270.00 SI r620.00 6 51.620.00 7 MewrBox•�Relocata 26 EA 575.00 514950.00 2 $150*00 8 Meter Rux-Class A - Install 117 EA 5125.00 5147625.00 36 $42500.00 9 Meter Box -Class C - Install 15 EA $220,00 53,300.00 13 54860.00 10 Pipe Fittings- <Than 16 Inch DI Pip 5 TN 54,035.00 $201175.00 3.27 513.194.45 ] I Pipc-Casing-24 Inch-Casing-0therIlia 195 LF 5365.00 571,175.t10 195 S71,I75.00 12 Pipe -Pressure 12 Inch - Install 568 LF S50AO $28r40O.00 568 5287400.00 27 1/2 WATER SERVICE INSTAI.L(COrgl) 1 EA 51,800.00 $11800.00 1 $1,8OO.o0 28 2" SHORT WTR SERVICE-INS'I'A1.L(Cot) 1) 1 EA $1,900,00 $10900.00 1 $1,9m.00 29 INSTAI.L WTR DEPT Sl:P 6' GATE VALVE 1 EA 5250.00 5250.00 1 $250,00 (Coto) Sub -Total of Previous Unit S6077310615 $488 IOA5 Monday; June 07. 2010 ®FFICIA9.. REC�iR�-k CITE° SECRIeTARY FT. woRTHr, T)� City Project Numbers Contract Name 2004 Capital lmproverm nts Projects Contract Limits College Ave, Orange St, Lipscomb St, Wayside Ave. Project Type WATER & SEWER Project Funding U\iI' IIe SEC t3_ SA^i SE�vrR L•tiiPROV' llta<>F:I DOE Number 5411 Estimate Number 30 Puvment Number 30 For Period Ending 5/3112010 Itrm Description of Items P'�°tn4'd lJnit iJnit Cosl T�'mntcd Comp{eted Completed No. Quanity Total Quantity Tofu) 1 Collar-Manolc- Imtnll 2 EA $500,00 $1,000,00 2 51.000.00 2 Inspcction-Post Construction Cleanin 113 LF 51.90 $214.70 113 5214.70 3 Manhole Removc 1 EA $485,00 W5000 1 5485.00 4 Manhole -Sid 4 Ft Diam{to 6 Ft Depth 2 EA $2.590.00 $511 moo 2 SS.180.00 5 Manhole-VacuumeTest- Srrvic es 2 EA 5150.0o 5300.00 2 5300.00 6 Manhole -Watertight Insert -•Install 2 EA $J 15.00 5230.00 7 Pipe-Sewer-8 Inch SDR35 (All Depths) 113 LF S44_00 $4,97200 113 S1,972.00 8 Sewer Servicc-llneh-&Install 20 LF $56.00 516120.00 20 $Itl20.00 9 Sewer Service-4Inch Service Tap - 1 2 EA $425.00 MOM 2 S850000 ]0 Sewer Service-4lnch-2 Way Clmn Out 2 EA $440.00 5880.00 2 $880.00 11 Trench Safety System 5 Foot Depth- 113 LF $1950 $169450 113 S169.50 12 Pavement-2 inch HMAC on 6 Inch Flex 25 LF $40.0U 51,000.00 Monday, Junc Q7. 2U l0 Sub -Total of Previous Unit $1614o1.20 $15.17t.2o �I°FICIAL REC®R® CITY SECRETARY FT. WORTH, T1 City Project Numbers Contract Name 2004 Capital tniproverntents Nojects Cuntract Limits College Ave, Change St, Lipscomb St, Wayside Ave. Project Type WATER & SEWER Project Funding Contract Information Summary Or[girr�[ contract Amount Cflan�e Qrders C7wnge Urder Number 1 Total Contract Price `c Date Cv '%�i r"frupection Superviso/. p Date Project Manager Date t?irzctor: Contracting Department \londay.June 07,ZOIU 170E Number 5411 Estimate Number 30 Payment Number 30 For Period Ending 5/3I/2010 $619,761.35 53;95U.UU SCi23,711.35 Total Cost of Work Completed 5SD3.338.65 Less 5 % Retained S25,) 66.93 Net Earned S478.171 w72 Earned This Period SO.00 Retainage This Period SO.OU Less Liquidated Damages Days (i / Day S0.00 LessPavement Deficiency $0.00 Less Penaltv $0.00 Less Prevdous Payment S478t17132 Plus Materiul on Hnnd Less 15% $0.00 Balance Due This Payment $0,00 City Project Numbers Contract Name 2004 Capital Improvermenis ProjecLs Contract Limits College Ave Orange 51lapscumh St, Wayside Ave. Project Type WATER & SEWER Project Funding Project Manager Argomaniz Inspectors GREGORY / \•IYERS Contracto I E, AS UNITED EXCAVATORS PO BOX 11520 CARROLLTON TX 75011 DOE Number 41, Estimate Number 30 Payment Number 30 For Period Ending 5/31/2010 City Secretary Contract Number 38211 Contract Date 1/13/2009 Contract Time 246 W Days Charged to Date 233 W Contract is .807005 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded VVIIIIVII Adonday. !une 07, 2010 Total Cost of Work Completed Less 5 %Retained Net Earned Earned This Period 50.00 Retainuge This Period $0.00 Less Liquidated Damages 0 Days 50.00 1 Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Nand Less 15% Balance Due This Payment $503,338.6� $25,166.93 $4781171.72 $0.00 $0.00 30.00 $4781171,72 MOO 1-: o, OFFICIAL REC4RC CITE' SECRETARY 4 FT. WORTHS TX. TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT NO.: 30 NAME OF PROJECT: 2004 CIP Improvements Projects PROJECT NO.: P253 541200 6091700455 CONTRACTOR: Texas United Excavation P258 541200 7091700455 DOE NO.: 5411 PERIOD FROM:05/16/10 TO: 05/31/10 WORK ORDER EFFECTIVE:3/9/2009 DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED DURING 1. 2. 3. Time stopped on 5/3/10 4. TUE has been terminated 5. 6. 7. 8. 9. l 0. 11. 12. l 3. 14. 15. CONTRACT TIME: 246 O WD O CD DAY OF MONTH DAYS CHARGED DURING REASON FOR DAYS CREDITED 16. S 17. M 18. T 19. W 20. T 21. F zz. S z3. S za. M 25. T z6. W 27. T 28. F 29. S , 30. S 31. M UTILITIES OTHERS* DAYS TOTAL SAT, SUN, RAIN, TOO WET, & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 16 16 PERIOD PREVIOUS 118 69 1 233 421 PERIOD TOTALS 118 69 17 233 437 TO DATE *REMARICS: Contractor has been terminated and all meters have been installed by CFW water dept. INSPECTOR TRANSPORTATION AND PUBLIC WORKS The Cit}' of Fort Wort[i • 1000 Tliracfunoxton Street • Fort Worth, TX 7G01 (617) 392 - 7941 • F:tx: (817) 392 - 7645 'DATE 3> � N SECREiAK7 �T• WORTH,; T