Loading...
HomeMy WebLinkAboutContract 46916-FP1FORT�ORTH WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION $4,248,197.00 Regarding contract 01961 for Village Creek Parallel Interceptor, M-503/M-244 Part I as required by the ��Uater Department as approved by City Council on 6/9/15 through M&C G27329 the Director of the Water Department, upon the recommendarion of the Sr. Capital Projects Officer, Capital Projects Delivery, Water Department, has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Other Deductions(see comments): Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due ��; �'�, � S 1�:. � $404,007.00 Ne 5 $4,652,204.00 $4,273,885.38 $0.00 $4,273,885.38 $4,231,146.53 $42,739.85 CSC No. 46916-FP1 ,�9�0 I - Co� Q� ) C�S ��al�O �� � ��'�� DOE. Ns: N/A Days @ $630.00/ Day � z� �I Date Recommended for Acceptance Assistant Director, Water Department ( �/L2Gd .�di.G�i�Q�L �G%2�iz� ChnstopherHard (Apr3Q202115:53CDT) Accepted Director, Water Department �Gi�IGi �GL�GI�G�D� Dana Burghdoff (Apr3Q 202ll��.55 CDT) City Manager Apr 30, 2021 Date Apr 30, 2021 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX �aS3- b(Q(� ] Project Name: Village Creek Parallel Interceptor, M-503/M-244 Part I DOE. Ns: N/A Comments: Non-po Voucher Retainge Only �6007--2060000-001961-CRETAN-- City Project Numbers 01961 Contraet Name Villa�e Creel: Parallel In[erceptor. M-�03lM-244 Part I& Contract Limits Handley Drive Water Improvements Project Type Se�ver Project Funding � ��bl- ��� R� � C�-� � � Q � � DOE Number 7��7 Estimate Number ?� Payment Number ?� ForPeriod Ending �3/21/�021 Project Manager Sauceda City Secretary Contract Number 41i�� I G Inspectors Johnson / Die Contract Date 6!9/2015 Contractor NOR1'l l"['LXAS CONTRACTING. [NG Contract Time 2040 CD P.O. BOX 463 Days Charged to Date 1962 CD KELLER, TX 76244 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed Less � % Retained Net Earned Earned This Period $42,739.35 Retainage This Period $0.00 Less Liq�idated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $4,273,885.38 $0.00 $4,273,88538 $0.00 $0.00 $0.00 $4,231,146.53 $0.00 $42,739.8� Friday, April 23, 2021 Pa�e 3 of 8 FaRT �+�RTH CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name Villa�e Creek Parallel Interceptor, M-503/M-244 Part I& Contract Limits Handley Drive Water Improvements Project Type Water City Project Numbers 01961 DOE Number 7047 Estimate Number 20 Payment Number 20 For Period Ending 4/21/2021 CD City Secretary Contract Number 46916 Contract Date 6/9/2015 Project Manager Sauceda Contractor NORTH TEXAS CONTRACTING, INC. P.O. BOX 463 Inspectors kELLER, TX 76244 Johnson / Die Contract Time 204�D Days Charged to Date 1962 Contract is 85.000 Complete Friday, Apri123, 2021 Pa�e 1 of 8 City Project Numbers 01961 Contract Name Villa�e Creek Parallel Interceptor, M-503/M-244 Part I& Contract Limits Handley Drive Water Improvements Project Type Water Project Funding Section A: Water 12-Inch Handley Drive Waterline Item Description of Items No. 1 12" PVC Water Pipe, CSLM Backfill 2 12" DI Water Pipe, Installed & Grout 3 24" Casing By Other Than Open Cut, 1 4 24" Casin; By Other Than Open Cut, 1 � 24" Casin� By Other Than Open Cut, 1 6 12" DI Water Pipe, CSLM Backfill 7 6" PVC Water Pipe, CLSM Backfill 8 8" PVC Water Pipe, CLSM Backfill 9 8" PVC Water Pipe By Short Tunnel 10 8" Gate Valve ll 12" Gate Valve 12 Ductile Iron Fittings w/ Restraint 13 6" Gate Valve 14 Connection to Existin� Water Mains ( 15 Concrete Encasement for Utility Pipe 16 Trench Safety 17 Fire Hydrant 1 S Water Samplin� Station 19 6" Water Meter and Vault (with Bypas 20 1-1/2" Water Service, 21 1-1/2" Water Service, Meter Reconnec 22 1" Water Service, 23 1" Water Service, Meter Reconnection 24 Temporary Water Services 2� 4" Water (Fire Line) Service, Recon 26 I" Combination Air Valve Assembly fo 27 Salvase Fire Hydrant 28 Remove existin� 6-inch gate valve 29 Remove existin� 3-inch ;ate valve 30 Salva�e existin� Water Samplin� Stat 31 6" - 12" Pressure Plug DOE Number 7047 Estimate Number ?� Payment Number ?� For Period Ending 4/21/2021 Estimated Unit Unit Cost Estimated Quanity Total 2335 LF $139.00 $331,515.00 545 LF $9�.00 $�1,77�.00 120 LF $305.00 $36,600.00 130 LF $30�.00 $39,650.00 29� LF $30�.00 $89,97�.00 63� LF $135.00 $117,475.00 I55 LF $50.00 $7,750.00 270 LF $60.00 $16,200.00 30 LF $140.00 $4,200.00 2 EA $1,500.00 $3,000.00 14 EA $2,500.00 $35,000.00 6 TO $2,000.00 $12,000.00 8 EA $1,200.00 $9,600.00 8 EA $1,800.00 $14,400.00 5 CY $13�.00 $67�.00 3433 LF $1.00 $3,438.00 4 EA $2,500.00 $10,000.00 1 EA $3,000.00 $3,000.00 1 EA $13,500.00 $13,500.00 2 EA $1,500.00 $3,000.00 2 EA $400.00 $800.00 42 EA $1,7�0.00 $73,500.00 42 EA $400.00 $16,300.00 1 LS $10,000.00 $10,000.00 1 EA $1,�00.00 $1,�00.00 1 EA $3,500.00 $3,500.00 3 EA $300.00 $900.00 6 EA $300.00 $1,500.00 1 EA $300.00 $300.00 1 EA $800.00 $800.00 7 EA $350.00 $2,450.00 Completed Completed Quanity Total 2335 $331,515.00 >72.06 $54,345.70 120 $36,600.00 13215 $40,30�.7� 347 $105,835.00 630.7 $116,679.50 1�5 $7,7�0.00 270 $16,200.00 30 $4,200.00 2 $3,000.00 14 $35,000.00 �.99 $11,980.00 8 $9,600.00 9 $16,200.00 � $67�.00 3409 $3,409.00 4 $10,000.00 1 $3,000.00 1 $18.500.00 2 $3,000.00 z �soo.00 42 $73,�00.00 42 $16,800.00 1 $10,000.00 1 $1,�00.00 1 $3,500.00 3 $900.00 2 $600.00 i �soo.00 1 $350.00 Friday, April 23, 2021 Page 2 of 8 City Project Numbers 01961 Contract Name Village Creek Parallel Interceptor, M-503/M-244 Part 1& Contract Limits Handley Drive Water Improvements Project Type Water Project Funding DOE Number 7047 Estimate Number 20 Payment Number 20 For Period Ending 4/21/2021 32 Water Line Groutin� 25 CY $120.00 $3,000.00 15 $1,800.00 33 Block Sod Replacement (CO#3) 1300 SY $4.00 $5,200.00 1300 $>,200.00 34 Hydromulch Seedin�, Soil Retention B 270 SY $4.00 $1,OS0.00 35 SWPPP > 1 acre 1 LS $2�,000.00 $25,000.00 I $25,000.00 36 TrafficControl 3 MO $5,000.00 $15,000.00 3 $1�.000.00 37 Existing Conc Pvmt and Driveway Remo 6S0 SY $15.00 $10,200.00 606 $9,090.00 38 6" Conc Pvmt 240 SY $60.00 $14,400.00 263 $15,730.00 39 6" Conc Curb and Gutter 225 LF $30.00 $6,7>0.00 S9 $2,670.00 40 4" Conc Sidewalk, per square foot 200 SF $5.00 $1,000.00 32 $160.00 41 6" Concrete Driveway, per square fo(CO#3) 3467 SF $5.00 $17,335.00 3467 $17,335.00 42 Asphalt Pvmt Repair Beyond Defined W(CO#4) 25.3� SY $60.00 $1,5� 1.00 43 5' Wide Asphalt Pvmt Repair, Arteria 1720 LF $55.00 $94,600.00 1700 $93,500.00 44 Gravel Pavement Repair 20 CY $60.00 $1,200.00 20 $1,200.00 45 SalvaQe 6" water meter 1 EA $1,�00.00 $1,500.00 1 $1,500.00 46 Railroad Fla�gin� NTC PCO #9 (CO#4) 1 LS $23,ll4.00 $23,114.00 0.59985 $13,864.93 Sub-Total of Previous Unit $1,141,033.00 $1,138,644.38 Sec B: SS Village Crk Pazallel Int Ceptr Loc 2 Item Description of Items Estimated Linit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 42" Casing By Other Than Open Cut(CO # 1) 10 LF $1,000.00 $10,000.00 10 $10,000.00 2 60" Casing By Other Than Open Cut (CO #1) 0 LF $1,1�0.00 $0.00 3 66" Tunnel Liner Plate By Other Than 636 LF $8�0.00 $533,100.00 635 $�82,250.00 4 �4" Fiberslass Sewer Pipe, Select Ba (CO #1) 15 LF $350.00 $�,2�0.00 � 43" Fiberglass Sewer Pipe, Select Ba (CO #1) 0 LF $32�.00 $0.00 6 30° Fiberglass Sewer Pipe, CLSM Back (CO #1) 11 LF $250.00 $2,750.00 7 48" Sewer Carrier Pipe (CO #1) 0 LF $300.00 $0.00 8 30" Sewer Carrier Pipe(CO #1) 0 LF $200.00 $0.00 9 Non-Standard Item: 30" CIPP, Struct(CO#2) 7S� LF $165.00 $129,�25.00 10 Non-Standard Item: 8' Dia. Manhole @(CO #1) 0 EA $30,000.00 $0.00 11 Non-Standard Item: 8' Dia. Manhole @(CO #1) 0 EA $30,000.00 $0.00 12 Non-Standard Item: 8' Dia. Laz�e Bas(CO # 1)(CO#2) 1 EA $2�,000.00 $2�,000.00 1 $2�,000.00 13 6-Ft Dia. Std. Manhole, (to 6-ft dep(CO #1) 0 EA $8,000.00 $0.00 14 6-ft Extra Depth Manhole(CO #1) 0 VF $700.00 $0.00 Friday, April 23, 2021 Page 3 of S City Project Numbers 01961 Contract Name Villa�e Creek Parallel Interceptor, M-503/M-244 Part I& Contract Limits Handley Drive Water Improvements Project Type Sewer Project Funding 15 16 17 is 19 20 21 22 23 24 2� 26 27 28 29 30 31 32 33 34 3� 36 37 33 39 40 41 42 43 44 45 46 47 2000 $30,000.00 1 $150,000.00 10 $1,500.00 l $1,000.00 2 $1,000.00 2460 $2,460.00 807 $807.00 0.68498 $34,249.00 21470 $10,73�.00 1 $2�,000.00 1 $5,000.00 20 $36,500.00 20 $9,700.00 631 $389,425.00 13 $4,355.00 42.5 $17,212.50 1 $13,800.00 1�7 $69,080.00 630 $406,350.00 Friday, Apri123, 2021 Page 4 of 8 Non-Standard Sanitary Sewer Structur Non-Standazd Item: 8' Dia. Lar�e Bas(CO #1) Non-Standard Item: 7' Dia. Special D Non-Standard Item: 12' Dia. EYtra De Non-Standard ltem: 5' Dia. Extra Dep Non-Standard Item: 5' Dia. Extra Dep Non-Standazd Item: 6' Dia. Extra Dep Manhole Vacuum Testin� Non Standard Item: Variable width C 30" Sewer Abandonment Plu� �4" Pressure Plug for 54-inch Stub-o Sanitary Line Grouting (CO#4) Pre-CCTV Inspection Post-CCTV Inspection Trench Safety Bypass Pumping Bud�et (Anything abo(CO#4) Block Sod Replacement Hydromulch Seeding (CO#4) SWPPP > 1 acre Traffic Control 6" Conc Curb and Gutter Existin� Conc Pvmt and Driveway Remo 6" Conc Pvmt 6" Concrete Driveway, per squaze foo 84-inch Steel Casin� by Open Cut (CO # 1) 30-Inch PVC Sewer Pipe, select backfill (CO # 1) 66-Inch Fiberglass Sewer Carrier Pipe(CO # 1) � 1-Inch Fiber�lass Sewer Carrier Pipe(CO # 1) 30-inch Fiberglass Sewer Carrier Pipe, select fill(CO #1) 48-Inch Fiber�lass Sewer Carrier Pipe, select(CO # 1) �1-Inch x 54-Inch Fiber�]ass reducer(CO #1) 54-Inch Fiberglass Sewer Pipe select fill(CO #1) 66-Inch Fiberglass Sewer Pipe, select fill(CO # 1) 2000 SF 0 EA 1 EA 1 EA 1 EA 1 EA 1 EA 10 EA 6 EA 6 EA 1 EA 0 CY 1960 LF 2460 LF 9�7 LF 0.59 FS 30 SY 23�80 SY 1 LS 1 LS 50 LF 70 SY 70 SY 200 SF 20 LF 13 LF 20 LF 681 LF 41 LF 33 LF 1 EA 157 LF 630 LF DOE Number 7047 Estimate Number 20 Payment Number 20 For Period Ending 4/21/2021 $15.00 $30,000.00 $100,000.00 $0.00 $150,000.00 $150,000.00 $200,000.00 $200,000.00 $45,000.00 $45,000.00 $40,000.00 $40,000.00 $50,000.00 $50,000.00 $1�0.00 $1,500.00 $1,000.00 $6,000.00 $500.00 $3,000.00 $1,500.00 $1,500.00 $100.00 $0.00 $1.00 $1,960.00 $1.00 $2,460.00 $1.00 $957.00 $50,000.00 $29,�00.00 $5.00 $150.00 $0.�0 $11,790.00 $2�,000.00 $25,000.00 $5,000.00 $5,000.00 $30.00 $1,500.00 $15.00 $1,050.00 $60.00 $4,200.00 $5.00 $1,000.00 $1,82�.00 $36,500.00 $300.00 $3,900.00 $435.00 $9,700.00 $425.00 $289,42�.00 $335.00 $13,73�.00 $405.00 $13,365.00 $13,300.00 $13,800.00 $440.00 $69,080.00 $645.00 $406,3�0.00 City Project Numbers 01961 Contract Name Village Creek Parallel Interceptor, M-503/M-244 Part I& Contract Limits Handley Drive Water Improvements Project Type Sewer Project Funding DOE Number 7047 Estimate Number 20 Payment Number 20 For Period Ending 4/21/2021 43 Connect 66-Inch Fiberglass pipe to Ex. Junction 1 EA $36,855.00 $36,855.00 ] $36,855.00 Box(CO #1) 49 8-foot Dia. T-Base MH 17 foot depth(CO #1)(CO#2) 0 EA $86,�45.00 $0.00 50 3-foot Dia T-Base MH 11 foot depth(CO #1) 1 EA $56,000.00 $56,000.00 1 $56,000.00 �1 5-foot Dia MH w/Spectrashield 14 foot depth(CO #1) 1 EA $12,000.00 $12,000.00 1 $12,000.00 52 12-foot Dia Polymer MH(CO #1) 1 EA $200,000.00 $200,000.00 1$20Q000.00 53 Fill etiisting 42-lnch casin� with flowfill(CO #1) 1 LS $8,632.00 $8,632.00 1 $8,632.00 54 Demobilization and Remobilization(CO #1) 1 LS $52,8�0.00 $52,850.00 1 $52,8�0.00 55 Sacrificial MH for Bypass Pumping for tie ins(CO #1) 1 LS $56,000.00 $56,000.00 1 $�6,000.00 56 AbandonetistinaMH(CO#I) 1 EA $1,865.00 $1,365.00 1 $1,865.00 �7 Rehab Existin� MH(CO #1)(CO#2) 0 EA $4,800.00 $0.00 1 $4,300.00 53 5-foot Dia MH w/spectrasheild (14ft depth) (CO#1) 1 EA $12,000.00 $12,000.00 59 12-foot Dia Polymer MH (CO# 1) 1 EA $200,000.00 $200,000.00 60 Fill existing 42-inch casin� with flowfill (CO#1) 1 LS $8,632.00 $8,632.00 1 $8,632.00 61 Demob and Remob (CO# 1) 1 LS $>2,8�0.00 $52,850.00 1 $52,3�0.00 62 Sacrificial MH for bypass pumping (CO# 1) 1 LS $�6,000.00 $56,000.00 63 Abandon Existin� MH (CO#1) 1 EA $1,365.00 $1,865.00 64 Rehab existin� MH (CO# 1) 1 EA $4,300.00 $4,800.00 6� Remov & Replace 18" RCP SD(CO#Z) 40 LF $110.00 $4,400.00 40 $4,400.00 66 Headwall for 18" RCP SD(CO#2) 1 EA $2,500.00 $2,500.00 1 $2,500.00 67 Fumis Stop Logs 2 for 30" Pipe andl for 43"(CO#2) 0 EA $3,925.00 $0.00 68 Heavy Solids Removal From M-244B (CO#2) 1 LS $31,000.00 $31,000.00 1 $31,000.00 69 Provide do�house MH w/ CLSM backfill (CO#2) 4 EA $12,000.00 $48,000.00 4 $43,000.00 70 Flowable Fill Backfill Around 48" Drop Structure 1 LS $34,255.00 $34,2��.00 l $34.2�5.00 (CO#4) � 71 �4x43�4-inch FRP Wye (CO#4) 1 EA $7�,000.00 $7�,000.00 1 $7�.000.00 Sub-Total of Previous Unit $3,178,551.00 $2,411,062.50 Sec B: SS Village Crk Pazallel Int Ceptr Loc 3 Item Description of Items Estimated Unit Linit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 42° Fiberglass Sewer Pipe 115 LF $2�0.00 $28,7�0.00 115 $28,7�0.00 2 S" Sewer Pipe, CLSM Backfill 5 LF $125.00 $62�.00 � $625.00 3 Non-Standazd Item: 39" CIPP 2476 LF $230.00 $569,430.00 2476 $569,480.00 4 Non Standardfltem: ModifyExistin� 1 LS $15,000.00 $15,000.00 1 $15,000.00 Friday, April 23, 2021 PaQe � of 8 � City Project Numbers 01961 Contract Name Villa�e Creek Parallel Interceptor, M-503/M-244 Part I& Contract Limits Handley Drive Water Improvements Project Type Sewer Project Funding DOE Number 7047 Estimate Number 20 Payment Number 20 For Period Ending 4/21/2021 5 StruchireEpoxyLiner 760 SF $1�.00 $11,400.00 760 $11,400.00 6 Manhole Epoxy Liner 11 VF $135.00 $2,035.00 1 I $2,035.00 7 6' Dia. Manhole 4 EA $7,000.00 $28,000.00 4 $28,000.00 8 6' Dia. Extra Depth Manhole 39 VF $650.00 $25,350.00 39 $25,3�0.00 10 5' Dia. Extra Depth Manhole 29 EA $0.00 $0.00 11 6' Dia. Drop Manhole 1 EA $5,500.00 $3,�00.00 1 $8,500.00 12 6' Dia. Extra Depth Drop Manl�ole 4.5 EA $700.00 $3,150.00 1 $700.00 13 Demolish and Remove E�isting Junctio 1 EA $2,500.00 $2,500.00 1 $2,500.00 14 8" PVC Pipe Ri�id Connection 1 EA $1,000.00 $1,000.00 1 $1,000.00 1� Manhole Vacuum Testin� 5 EA $1�0.00 $750.00 5 $7�0.00 16 Concrete Collar 5 EA $3�0.00 $4,250.00 I $5�0.00 17 Pre-CCTV Inspection 2476 LF $1.00 $2,476.00 2476 $2,476.00 1S Post-CCTV Inspection 2591 LF $1.00 $2,�91.00 2591 $2,591.00 19 Trench Safety 175 LF $1.00 $17�.00 151 $1 � 1.00 20 Bypass Pumping - 8-inch sewer in Eli 1 LS $2,�00.00 $2,500.00 ] $2,500.00 21 SWPPP 5 1 acre 1 LS $10,000.00 $10,000.00 I $10,000.00 22 Traffic Control 1 LS $3,500.00 $3,500.00 I $3,�00.00 23 Remove and replace Existina Guardrai 20 LF $135.00 $3,700.00 10 $1,8�0.00 23 Hydromulch Seedin� 850 SY $1.00 $850.00 S�0 $350.00 24 2" Asphalt Pavement Type D, per squ 130 SY $30.00 $3,900.00 76 $2,230.00 25 6-inch Gravel Drive Repair 1�0 SY $40.00 $6,000.00 76 $3,040.00 Sub-Total of Previous Unit $736,482.00 $724,173.00 Friday, April 23, 2021 Pa�z 6 of 8 City Project Numbers 01961 Contract Name Village Creek Pazallel Interceptor, M-503/M-244 Pari I& Contract Limits Handley Drive Water Improvements Project Type Se�+�er Project Funding Contraci Information Summa�ti• Original ContrxctAmount $4,248,19?.00 Chan�e Orders Change Order 1�`amber 1 ChAnge Order Number 2 C6ange Order iVurnber 3 C6ange Order Number 4 _�� // DAte /��,/rr Con ac�or Dnte � �-3-a-f lnspection Supervisor ✓-h,.- � '�-�G��ate _ � .` �.. � P�ojec� a N 1 � Date As t. Director/I'PW �����. ���. ChristophcrHard Iqpr30,20211�'�3CDT) ate Director! Contracting Department $370,027.00 ($20.00) $20,135.00 $13,865.00 Total Contract Price 55,056,066,00 Total Cost of Work Completed g4,273,885.38 Less a % Retained $0.00 Net Earned $4,273,885.38 Earned This Period 542,739.85 Retainage This Period 50.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment DOE Number 7047 Estimate Number 20 Payment Number 20 For Period Ending d/2ll2021 $0.00 a0.00 $0.00 $4,131,146.53 $0.00 $42,739.85 Friday, April 23, 2021 Page 7 of 8 . . ����y ,'����� ,- �� :�+,,, . �Il�'I`Ett ElVGIN1E£�.dN� �c �ISCAI. 5]ERVIC�S �'INA�.. S`7['ATEIIVIEI�T'I' �F CON'I'�tACT'�'IIVgE �� osros�o� F�IAL STA'�'�11BEN'Y' 1V0.:20 1�IA14'�� OI+ PRQ)3�C'Y': Viliage Creek Parallel Interceptor, M-503/M-244 Part I �7[tOJECT NO.: 1961 CON�'�8A8AC�OR: North Texas Con#racting, Inc. CYTY P120.YE�� 1961 �]EfltIOID FYtOIIVp:12l07/15 B'O: 04/21/21 FI1VA� �iS�'ECTION D.Qi'g'�: 3/14/2020 i�VOIlB]K OI2D�Il2lE�FEC'3'IV�: ]2!7/2015 COI�I�'&tACT'�'II1VIlE: 2040 Q W� f CD IDA�' O�' IDA�'S P�ASOl�i �'Ofl8 DA�'S IIDA�' ��' ���'� IIi�.°eSOtY FOR DA7lS ]@�dON�'H yD�2YI�� ��IDg'B'�� IVdON'I"�II ygiT&ZYN� CatEDITEd) Il. fl6. 2. �7. 3. 1 �. `�. fl 9. 5. B0. 6. 2ff. 7. 22. 8. 23. 9. 24. fl0. 11. fl2. Y3. fl4. b5. THIS PR� VIOiJS 25. 26. 27. 28. 29. 3�. 31. SA,�T, S�JN, atAIN, �'�O E7VE�', �JTILI'I'd�3 '.DAY� "D'O'd'AL & HOLIDAYS & TOO COLD RELOCATIONS OTHER� � ICHARGED DAYS TOTALS � I � f 962 1962 TO DATE �REMARKS: 1 r'+�- 1 c�n /J �az CO TRACTOR DATE NSPECTOR DATE Capital Pxojects Deliver��, Water Department The CitS* of Fort l.`Uorth • 1000 Throckmorton Street • Fort �orth, TX 76012-G311 (817) 392 - 4477 • F:u: (817} 392 - 8�60 �`ORT ��RTI� Capital Projects Delive4y, Water Department CQNT�tACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: Nmne ofCaatraclor 'North Texas Contracting, Inc. Jd'ater Engineerfi�g hupec�vr Judy Die DOENlmrber P��ojecl D�cnlh� N/A Q Simple QQ Routine li�iiial Coulracl Anrolrnl $4,248,197.U0 In PERFORMANCE EVALUATiON 0- Inadequate 1- Deficient 2- Standard INSPECTION EVAI.BJATION ? Availabi3itv of Ins�ector 2 Knowledge of Ins ector 3 Accuracy of Measured Quantities 4 Display Of Professionalism 5 Citizen Compiaint Resolution 6 Performance - Setting up Valve CYews, Labs ADl�INISTbZATIOIet I Change Order Processing Time 2 Timliness of Contractor Payments 3 Bid Opening to Pre-Con Meeting Timeframe III) C011'IMENTS & SIGNATURES COMMEIVTS Signature Contractor Signature Ivspector Signature Inspector's Supervisor INSPECTOR'S CO3l�IMENTS PLANS & SPECIFICATIONS 1 Accuracy of Plans to Existin� Conditions 2 Clariri & Sufficiency of Details .: At�plicabili�vofSpecifications 4 Accuracy of Plan Quantities PI�OJEC'I' Mr�TAG�R EVALUA'Y'ION ] Knowledge AndlOr Problem Resolution 2 Availability of Project Maaasd 3 Communication 4 Resolurion of Utiliri� Conflicts . � �� �� y� Q �dV d'uq7 /�/jZ r � Complex 1 REV; U2/22/07 Projecl Nar�ee Village Creek Parallel Interceptor, M-503/M-244 Part I Project Mnnager Robert Sauceda Tjpe ofContrnc! � Water � Waste Water ❑ Storm Qrainage � Pavement Final Conh-ncl.4matm7 $4,652,204.00 3 - Good 4 - Excellent RATiNG ELEMENT rn _ Qi RAT[NC, �Q - 4) Capital Projects Deli�ren�, Watex De�artment The City of Fort \�Vorth • 1000 Throckmorton Stieet • Fort Wortii, TX 76012-G311 (81'� 392 - 4477 • Fax: (817) 392 - 84G0 �o�T��� �� Capital Projects Delivery, �X/ater Department PERFORMA.NCE EVALiiIATION OF CONTR.ACTOR I) CONTRACTOR & PROJECT DATA Nar�re of Cor�h•aclor North Texas Contracting, Inc. (f'aler Engineerir�g Inspecloe� Judy Die FYa1er Engineerii�g Lvspeclor � Water ❑�+ Waste Water ❑ 5tarrn Drainage ❑ Pavement intlfal Cavb•acl Ar3�ounl $4,248,497.00 �'inal Cantracl Anrorr�rt $4,b52,204.00 Projeci Narne Villa�e Creek Parallei Interceptc DOE Ntmtber N/A Projecl �Ylarrager Robert Sauceda Project D�culry Q Simple C RouSne Da7e 4/2l3/21 In PERFORMANCE EVALUATION 0- Inadequate ]- Deficient 2- Standard 3- Gaod 4- Exceilent ELEMENT wF1c;N'r r x� a a� u A 0 0 0 0 0 � � � m m � Submission ofDocuments Public �otifica¢ions Plans on Site Pield Supervision Work Performed Finished Product Traffic Control Maintenance Dailv CIean Up Citizen's Complaint Resolution Property Restoration After Hours Resaonse 2 5 5 IS 15 15 15 15 5 5 5 5 5 Y Y Y Y Y Y Y Y Y Y Y Y Y m� cor�cTo�z�s x�Tuvc Maa:imum Score (MS) = 448 or sum of applicable element score maximums which = RSlting ([TS / M5] * 100%) 412 / 448 = 92% P�er9'oe-�u�c��e CaetesoYy Exc�[!Pn! � 0 r�v: oznoro� M-503/M-244 Part I Q Complex RAT[NG (0 - 4) MAX SCORE 4 g 4 20 3 20 3 60 4 60 4 6� 4 60 3 60 3 2a 4 20 4 20 � 20 4 20 TOTAL ELEMENT SCOf2E (A) BONUS POINTS (25 Ma�timam} (B) TOTAL SCORE (T5) d48 �20/0 = Inadeqleale 20% �o <q0% = Defrcier�t 40% ro <b0% = S�n,adm d 60% to <80% = Gaod >_80°/n = Ea•cellerrt Ins�ector's Comments (TNCLUDING E.1'PLANATION OF BONUS POINTS A�i�ARDED) 8 20 15 45 60 60 60 45 15 20 20 20 20 408 4 diz I ��-, / !� Si�ature Inspector �� �= TwA /�, �; Signature Contractor v ✓ � � ��/ry� Signature Inspector's Supervisor _ CONfRACTOR'S COMMENTS Capital Pxojects Delivery, �Vater Department The Cit�= of Fort ��orth • Z000 Throckmorton Street • Foxt Wortli, T1Y 76012-6311 (817) 392 - 4477 • Fat: (817) 392 - 8460 PROJECT NAME: PROJECT NUMSER: DOE NUMBER: PIPE LAID WATER WATER WATER WATER FIRE HYDRA.NTS: 4 PIPE ABANDONED WATER WATER DENSITIES: NEW SERVICES: PIPE LAID SE WER SEWER SEWER SEWER SEWER SEWER SEWER PIPE ABANDONED DENSITIES: NEW SERVICES: FORTWORTH , , WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: Village Creek Parallel Interceptor M-50�/M-244 Part I 1961 N/A SIZE 12" 12" 8�� 6" WATER TYPE OF PIPE PVC DIP PVC PVC LF 2385 1180 300 155 VALVES (16" OR LARGER) SIZE TYPE OF PIPE 10" Cast Iron CIP 6" Cast Iron CIP 20 SIZE 66" 54" 51" 48" 30" 39" 8�� SIZE SEWER TYPE OF PIPE FRP FRP FRP FRP FRP CIPP PVC TYPE OF PIPE LF LF 3565 455 765 172 681 33 52 2476 5 26 LF WATER ENGINEERING �F FISCt1L SERVICES The City of Fort Worth • 1000 Throcl�morton Street • Fort Worth, 'T�i 76012-6311 (S17) 392 - 4477 • Faa: (817) 392 - 8460 CSC No. 46916-005 :�"�.��� �.'�ti::,-�Ti`��-u City ofi For� �Ii/oefiF� Change Orcler Reques� Project Name: Village Creek Parallel Interceptor Improvements, Part I City Sec No,; 46916 PfOjeCt No.(S): 56005156D07-0600430IO10U430 DOE No, 7047 City Proj. No,: 01969 Project Desaiption:l 66-Inch Sewer line on Dan Diapert and Quail Road and Water line along Handley Drive Contractor: North Texas Confracting, Inc, Change Orcler# U Date: 3/8I2021 City Project Mgr. John ICasavich City Inspector: David Johnson Phone Number: 817-392-8480 Phone Number: 817-392-8455 Depf. Water Original Contract Amount $1,107,03; Extras to Date $34,000! Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $1.141.Q33 Sewer � Sewer fiec B � Tofals � Confract Time 120 Original Funds Avai(able for Change Orders $34,000.00 $95,000.00 $129,000.00 Remafning Funds Available for this CO Additional Funding ('rf necessary) - CHANGE ORDERS fo DATE (lNCLUDING THIS ONEJ AS % OF ORI6lNAL CONTRACi g��% MAXkLLOWABLE C�NTRACTAMOUNT(ORIGINAL CONTR.4CTCOSTf 25°/u} �5,310,246.25 Change Order No. 5 provides for additional time due to the following delays on the project: � Securing a permit from. Union Pacific Railroad to construct a project sewer main. ° Protracted easement negotiations with adjacent property owners for a project sewer main. ^ Emergency repair of a segment of a 30-inch project sewer main by the City's emergency sewer contractor. • Redesign of a segment of a project sewer main crossing Highway 303 due to conflict with a previously unknown gas main. ^ Lack of gas company on-site representation to proceed with construction of a project sewer main. __.._. . _- -- --_ . _. _ It is understood and agYeed that the acceptance of this Change Order by the contractor constitutes an accord and safisfaction and represents payment in full (boih time and money) for all costs arising out of, or incidental to, the above Change Order. Contractor s Compan Name Contractor Name Contractor Signature Date Norfh Texas Contracfing, Inc. Zach Fusilier ,__ ___� • 3/ 9/2 i �_ � � ?° ;�,J� �a�� Ci�y o� Forg Worfih �=� � Change OPder Additions Project Name Village Creek Parallel Interceptor Improvemenfs, Part I Cily Sec No.: 46916 Project No,(s): 56005I56007-060043010700430 DOE No. 7047 City Proj. No.: 01961 Praject Descripfion 66-Inch Sewer line on Dan Diapert and Quail Road and Water line along Handley Drive Confractor Notth Texas Contracting, Inc. Change Order:� Dafe: 3/8l2021 City Project Mgr. John Kasavich City Inspector David Johnson ADDITIONS ■l�`I� _ ' - � . � ��''� tL�t'��i� � ����� � ����� � ����� � �����. � ����� � ����� � ���s� � ���� � � �� �� � � �� ��� � ����� � ���� � � ����� � � �� � � � � ���� � �� �� � ■ i� � �� �� � ������ � ������� � ���� � � �����i� � ���� � � _- _ ���� � __ � � : � :- • �„ . , .. �� Page � of 1 Previous Chan�e Orders i°�"c,��.�' ��,�� �'I�'� Gif�r of Fo� lilforfh Change Order Delefior�s Project Name Village Creek Parallel Interceptor Improvements, Part I Project No.(s); 560D5/56007-0600430/0700430 DOE No. 7047 Project Description I 66-Inch Sewer line on Dan Diapert and Quail Roatl and Water line along Handley Drive City Sec No.: 46916 City Proj. No.: 01961 Contractor North Texas Contracting, lnc. Change Order: �5 Dafe 318/2021 City Projeci Mgr. John Kasavich City Inspector: I David Johnson DELETIO�IS Confirac� Gompliance Mana�er By signing I acIcaow�edge thatI am the person responsible for the monitoring and administration of this coniraci, incIuding ensuring aII performazzce and repoxtiug requirements, ��%�-� �-� Signature J�� f� - ����� �� Name of EmpIoyee ��ii+.��':rui /''" `�i� �� Tifle ATTEST: `��U �� 0 Mary.f. Kayser Ciiy Secretary CO�SENT OF SURETY CON[PANY TO FiNAL PAYMENT Conforms with the American Institute of Architects, AIA Document Gi07 OWNER ❑ ARCHITECT ❑ CONi'RACTOFi ❑ SURETY ❑ orwER Bond No StJ1133137 PROJEC7: jil�me, addfe5s)Village Creek Parallel Interceptor Fart Worih, TX TO iOwnera � CETY OF FORT WORTH 1000 Throckmorton 5treet Fort Worih � ARCHtTECT'S PROJECT N0: CityProjectNo.019b1 CONTRA�T FOR: Village Creek.Paralle! Interceptor, M-503/M=244 Improvements Part i & Handley Dnve Water Improvements rx �sioz � �ONTRACT DATE: 6/9/2015 CONTFtACT�R: NORTH TEXAS CONTRACTING, INC. In accordance wit� t�ae provisions of the Contract between the Owner and the Contractor as inc€icated above, the (here insart name end eddrass of Surety Company} ARCH 1NSURANCE COMPANY 300 Plaza Three Jersey City NJ 07331-1107 , SpJD��'�� GO�i�I���! on bond of Ihere insert name and address of Contractvr) NORTH TEXAS CONTRACTING, INC. 4999 Ke(fer Haslet Rd. Keller TX 76248 e 4�1Y 1 tl/-'►�s 1 O[9y hereby apgroves of the fina! payinent to the Contractor, and agrees that f nal payment to the Contractor shall nmt relieve the Surety Company of any of its obligations to (hare insert name and address of Ownary C1TY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 as set forth in the said Surety Company's bond. IN VJ�'INES S, wI�REOF, the Surety Company has hereunto set iis hand this Attest: � - (Seai): s��--��''�,_���, .-�---- . �9����, 26th day of qpri�, 2029 ARCH INSU�ANCE COMPANY Surety Company � --i �� -� ,. � � i/� �--�.., � � Signature of Authorized Representatave Robbi Morales Attornev-in-Fact Title NOTE: This form +s to be used as a companion documeni to AIA DOCUMENT G7o6, CONTRACiOR'S AF�IDAVIT OF PAYMENT OF DEBTS AND CLAlMS, Currem Edition ONE PAGE AIC 0000329345 � Tlsis Power ofAttorney lilnits tice acLs of tltose named herein, and t/eey have no autleority to bi�¢d the Cotnpany except in the manner av:d to tJte extent Berein stated Not valid for Note, Loan, Letter of Credit, Currency Rate, Inrerest Rate or Residential Value Guarantees. POWER OF ATTORNEY Iinow All Persons By T6ese Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative o�ce in Iersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Don E. Cornell, Joshua Saunders, Kelly A. Westbrook, Ricardo J. Reyna, Robbi Morales, Sophinie fiunter, Tina McEwan and Tonie Peh-anek of Dallas, T� (EACI� its true and lawful Attomey{s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and a]] bonds, undertakings, recognizances and other sure4y obligations, in the penal sum not exceeding I�'inet_Million Dollars � 90 000 D00.00 This authority does not permit Ehe same obligation to be split into two or more bonds In order to bring each such bond within the do]lar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surery obligations in pursuance of these prese�ts shall be as binding upon the said Company as fully and amply to a]I intents and purposes, as if the same had been duty execvted and acknow]edged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attomey is executed by authority of resolufions adopYed by unanimous consent of the Board of Directors of the Company on December ll, 2020, True and accurate copies of which are hereinafter set forth and are hereby cerified to by the undersigs,ed Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or aay Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the po�ver and authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attomey, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and oYher surety oblioations obIigatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attomey is signed, sealed and certified 6y facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on December 11, 2020: VOTED, That the signature of the Chairman of the Boazd, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Comgany, and certifications by the Secretary, may be a�xed by facsimile on any power of attorney or bond executed pursu2nt to the resolution adopted by the Board of Directors on December 11, 2020, and a��y such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In Testimony Whereof, fl�e Company has caused this instrument to be signed and its corporate sea] to be affixed by their authorized officers, this 6th da�. of Januarv, 2021 Attested and Certified � � ��V ' ���-.. Regan A. Shulman, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHTA SS ,g' �o WIUS7KA7E SEhL 1471 \ ��3i4�f� / Arch Insurance Co�,spany �� �� !', - ,�, - _ Stephen C. Ruschak, F�cecutive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. 5huhnan and Stephen C. Ruschak personalty known to me to be the same persons whose names are respectively as 5ecretary and Executive V ice President of the Arch Insurance Company, a Corporation or�anized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowiedged that they being thereunto duly autho� ized signed, sealed with the corporate seal and delivered the said instrument as the free and voluniary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. � _�� �uni as �rtaFnriwwu► G �c�e �. NQ�ary Pi�tr. Cuy a vtuaa�spht,. Pn�a. c�r wy Can�don E�Sres Ju►Y 3S. 202t CERTIFICATION i, � � � //J�� � - ` i: LL'Lf�p �+G.0 �; Lt-,i` � � Michele Tripodi, Notary Public My commission expires 07/31/2021 I, Regan A. Shulman , Secretary of the Arch Insurance Comp�ny, do hereby certify that the attached Power of Attorney dated Janua n 6. 2021 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in fuII force and effect since the date thereof and is in ful] force and effect on the date of this certificate; and I do fiirther certify that the said Stephen C. Ruschak, who executed the Power of Attomey as Executive Vice President, was on the date of exeeution of the attached Power of Attomey the duly elected Executive V ice President of the Arch Insurance Company. IN TESTIMONY WI3EREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this28thday of_Apri1 20 2'� . ��, � � C1 � �/ _ , _____� Regan A. Shulman, Secretary This Power of Attomey limits the acts of those named therein to the bonds and undertakines specificaEfy named therein and they� have no authority to bind the Company except in the manner and to the extent herein stated. / �� � PLEASE SEND ALL CLAIM INQUIItIES 12ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: '�� �p Arch Insurance — Surety Division , ' 3 Parkway, Suite 1500 �/ tulcrtM,�7E Philadelphia, PA 19IO2 � � S� � t �Qn � \ \ � �iS��ll� / To verify the authenticity af this Power of Attorney, pleose contact Arch lnsurance Company at com Please refer to the a6ove named Attorney-in-Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A. BILLS PAID AFFIDAVIT FOR CONTR.ACTOR State of Texas County of Tarrant BEFORE ME, the undersigned authority, on this day personally appeared Zach Fusilier. known to me to be a credible person and officer of North Texas Contractin<T. Inc. and who, beina duly sworn, upon his oath declares and acknowledges as follows: I am a duly authorized agent of North Texas Contractin�. Inc., which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to City of Fort Worth Project No. 01961 and DOE Project No. 7047 between Ci of Ft. Worth and North Texas Contractin" Inc. for Villane Creek Parralel Intercentor / M-503 & M- 244 Part I& II, North Texas Contractine. Inc. has supplied rnaterials and performed labor in connection with the construction of improvements on real property owned by the City of Fort Worth ("the improvements"). 3. North Texas Contractin�_. Inc. has acival knowfedge that all bills owed by Cit� of Ft. Worth to North Texas Contractinn_ Inc. for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. North Texas Contractinr_, Inc. has actual knowledge that all bills owed by North Texas Contractin,. Inc. to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. North Texas Contractin<_. Inc. has actual knowledge that there are no claims or liens for maierials supplied or labor performed in connection with the City of Fort Worth Contract. North Texas Con#ractin�,. Inc. further warrants that should any claim or lien be iiled for material supplied or labor performed in connection with the City of Fort Worth Contract, North Texas Contractin��. Inc_ will immediately furnish a bond pursuant to Texas Properly Code Sections 53.236 through 53.23 8 for release of each the claim or lien, obtain settlement of any claim or liem, and furnish Mercantile Partners written full release. North Texas Contractin�j, Inc. agrees to fully indemnify and hold harmless Mercantile Partners from any and all costs that may occur by reason of such claims or liens. EXECJTED Yhis 27�ii day of April, 2021. North Texas Contractin�. Inc. By � -�� — -- �-- NAME: Zach Fusilier TITLE: Vice President STATE OF TEXAS COUNTY OF TARR.ANT This instrument was acknowledged before me on Anril 27th, 2021 by 0'l����g��fk�ff'E Zach �'usilier, Vice President of 1�Torth Texas Contractin�. Inc. a Texas corporation, c�°� �a�q'�>� corporation. � � '' �`��� o,��,� �ue�:�.:�0 � , � ,� �', .� � �' � =-�: � � :�e �%✓ ;'� � �.� ��: , � � • , N _ IvOTr�i'EtY PUBLIC ' � ;?r�i`. �-�-e�•' o � O �9 E OF � 6�' � � 'j� C•.;9y�p �260a \�����o i ..a• ` r ,s��o so � i i � �e�o ���. FORTWORTH Apri126, 2021 North Tezas Contracting, Inc. P.O. BO�i 46S Keller, �' 76244 Re: Acceptance Letter Project Name: Village Creek Parallel Interceptor, M-503/M-255 Part I Project Type: Water, Sewer Project N�: 01961 D.O.E. N�: N/A Contract Ns: 46916 Dated: 6/9/2015 Gentleman: On March 14, 2020 a final inspection was made on the subject project. There �vere no punch list items identiFied at dze time. The final inspection indicates that the work meets the City of Fort `�orth specifications and is therefore accepted by the City. The warranty period will start on March 14, 2020 , which is the date of final inspection and will estend for (2) years in accordance with the Contract Documents. If you have any questions concernin� this letter of acceptance, please feel free to contact me at (817) 392-6054 Yours Truly, _' ✓ `� � 9 � ���_�, ; �, � - �; , Tony Sholola, P.E., Assistant Director Water Department MP / cc: Chris Harder, P.E., Director, Water Department Laura Wilson, P.E., Deputy Director, Water Department Captain Michael Skains, Fire Department Cesar Zavala, Field Operations Superintendent, Water Department Bill Lundvall, Field Operations Superintendent, Waste `�later Department John I�asavich, P.E., Project Manager Chris Brook, P.E., RJN, Consultant North Texas Contracting, Inc. , Contractor David Johnson, Inspection Supervisor, Water En�ineering and Fiscal Seivices ]udy Die, Inspector, Water En`ineering and Fiscal Ser�rices File VVATER DEPARTMENT ENGINEERING AND FISCAL SERVICES �'HE CITY OF FORT WORTH * IOOO THROCKMORTON STREET * FORT WORTH, TEXAS %6102 817-392-8240 * F.vc 817-392-8195 �� Printed on recycled paper