Loading...
HomeMy WebLinkAboutContract 38708-FP1g~Ts:~~~. V ~JD8-H? I WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION ? .?to5 -C03S~ cs 3f '70f By DOE . .Nt: 5509 Regarding contract 00352 for 36-Inch Water Main Extension Along Trinity Railway Express ROW as required by the Water Department as approved by City Council on 1/13/09 through M&C C-23278 the Assistant Director of the Water Department, upon the recommendation of the Engineering Manager, Water Engineering and Fiscal Services Division, has accepted the project as complete. Original Contract Prices: Amonnt 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 $3,209,344.50 $678,683.14 .Nv 5 $3,888,027.64 $3,887,889.14 $0.00 $3,887,889.14 S3,775,lll.14 $112,778.00 Days @ S2IO.OO/ Day Recommended for Acceptance Date Engineering Manager, Water Engineering and Fiscal Services Division City Manager RECEIVED SEP 3 0 201'.i ~ SCANNED Date £--Jf?-1s Date OFFICIAL RECORD CITY SECRETARY T. WORTH, TX ,.. Project Name: DOE .. M,: 5509 36-Inch Water Main Extension Along Trinity Railway Express ROW Comments: D l~tlsUW~ f\ SEP 1 7 2015 LJ '"P ~115 -oo3s-~ C5 5</10~ City Project Numbers 00352 By DOE Number 5509 Contract Name 36 INCH WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXP Estimate Number 96 Contract Limits ROW FROM TARRANT MAIN ST TO STATE HWY 360ffRINITY BL VD Payment Number 96 Project Type Project Funding Water Improvements Project Manager Chaubey Inspectors D Johnson / T urney Contractor S.J. LOUIS CONSTRUCTION OF TEXAS, LTD P.0.BOX834 MANSFIELD, TX 76063-0834 For Period Ending 8/15/2015 City Secretary Contract Number 38708 Contract Date 1/13/2009 Contract Time I 750 CD Days Charged to Date 1435 CD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Funded Gross Retainage Net _1_ dll3= oo35~ 3,ao9 ,3'-4~?° 35;t33.1s tJ7,o'-43~3 11 'J.;z1z3t,o WATER DEPARTMENT . ENGINEERING AND FISCAL SERVICES YES D Wednesday, August 26, 2015 Total Cost of Work Completed Less O % Retained Earned This Period Retainage This Period Net Earned $112,77736 $0.00 Less Liquidated Damages O Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $3,887,889.14 $0.00 $3,887,888 .50 $0.00 $0.00 $0.00 $3,775,111.14 $0.00 $112,777.36 Page 6 of6 FORT WORTH ~ CITY OF FORT WORTII FINAL PAYMENT REQUEST Contract Name 36 INCH WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXPRE Contract Limits ROW FROM TARRANT MAIN ST TO STATE HWY 360/fRINITY BL VD Project Type Water Improvements City Project Numbers 00352 DOE Number 5509 Estimate Number 96 Payment Number 96 For Period Ending 8/15/2015 CD City Secretary Contract Number 38708 Contract Date Project Manager Chaubey 1/13/2009 Contractor S.J. LOIBS CONSTRUCTION OF TEXAS, LTD P.O. BOX834 MANSFIELD , TX 76063-0834 Inspectors D Johnson / Tumey Wednesday, August 26, 2015 Contract Time I 75(!:D Days Charged to Date 1435 Contract is 100.00 Complete Page 1 of6 City Project Numbers 003 52 DOE Number 55 09 Contract Name 36 INCH WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXP Estimate Number 96 Contract Limits ROW FROM TARRANT MAIN ST TO STATE HWY 36 0/TRINJTY BLVD Payment Number 96 Project Type Water Improvements For Period Ending 8/15/20 15 Project Funding Part 4: Water Improvements Item Description ofltems Estimated Unit Unit Cost Estimated Completed Completed No . Quanity Total Quaoity Total ----------------------------------------- la 36-inch Pre-tensi oned Co ncrete Cylin 6670 LF $220.00 ,46 7,400 .00 6670 1,4 67 ,400 .00 lb 36-lnch D[P (min 200psi working pres 6670 LF $0.00 $0.00 Jc 36-lnch Steel Water Pipe (min 200psi 6670 LF $0.00 $0.00 2a 36-lnch Pre-ten sioned Concrete Cylin 550 LF $1 ,025.00 $563,750 .00 550 $563,750.00 2b 36-lnch DIP (min 200 psi working pres 550 LF $0.00 $0 .00 2c 36-Jnch Steel pipe (min 200psi worki 550 LF $0.00 $0 .00 3a 24-inch Pre-tensioned Concrete Cylin (C0#4)(C0#5) 452 LF $210.00 $94,920 .00 488 $102,480 .00 3b 24-lnch DIP (min 200psi working pres 425 LF $0.00 $0 .00 3c 24-lnch Steel Water Pipe (min 200psi 425 LF $0 .00 $0.00 4a 16-inch Pre-tensioned Concrete Cylin (C0#4) 0 LF $100 .00 $0.00 4b 16-Inch DIP (min 200psi working pre s 25 LF $0.00 $0 .00 4c 16-lnch Steel Water Pipe (min 200psi 25 LF $0.00 $0 .00 5 42-Inch Steel Casing (0.50 " thick) f 12 LF $200 .00 $2,400 .00 12 $2,400.00 6 12-Inch PVC C900 Water Pipe (Includi 20 LF $50.00 $1,000 .00 20 $1 ,000 .00 7 l 0-lnch PVC C900 Water Pipe (Includi 80 LF $40.00 $3 ,2 00.00 50 $2,000.00 8 8-lnch PVC C900 Water Pipe (lncludin (CO #3) llO LF $30.00 $3 ,3 00 .00 110 $3 ,300 .00 9 36-inch Resilient Seat Gate Valve w/ 5 EA $47 ,000 .00 m5,ooo.oo 6 $282 ,000 .00 JO 24-inch Resilient Seat Gate Valve w/(CO #3) 10 EA $22,200 .00 $222,000.00 8 $177 ,600.00 11 Vault for existing 24-lncb Gate Valv EA $6 ,750.00 $6 ,750 .00 $6 ,750.00 12 12-lnch Resilient Seat Gate valve w/ (C0#4) EA $1,800.00 $1,800.00 $1,800.00 13 10-lnch Resilient Seat Gate valve w/(CO #3) 0 EA $1 ,500 .00 $0 .00 14 8-Inch Resilient Seat Gate Valve w/ EA $1,050 .00 $1 ,050 .00 2 $2 ,100.00 15a Furnish & Install Concrete Pressure LS $1.00 $1.00 $1.00 15b Furnish and Install Fittings for Due 35 TN $0.00 $0 .00 15c Furnish and Install Fittings for Ste LS $0 .00 $0.00 16 4-lnch Combinat ion Air & Vacuum Rele 2 EA $20,000.00 $40,000 .00 2 $40,000 .00 17 8-lnch BlowoffValves and 4-foot Dia 2 EA $5,700.00 $11 ,400.00 2 $ll,400.00 18 Remove & Salavge existing 24" Gate Valve (CO #3) 4 EA $3 ,750.00 $15 ,000.00 4 $15,000.00 19 Remove & Salvage existing 10 " Gate Valve 2 EA $750 .00 $1,500.00 2 $1,500 .00 20 Cut & Plug existing IO" Water Line -3 EA $1 ,500.00 $4 ,500 .00 2 $3 ,000 .00 21 Additonal Depth of Water Line -Inst 200 LF $10.00 $2,000.00 200 $2,000 .00 Wednesday, August 26, 2015 Page2 of6 City Project Numbers 00352 DOE Number 5509 Contract Name 36 INCH WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXP Estimate Number 96 Contract Limits ROW FROM TARRANT MAIN ST TO ST ATE HWY 360fTRINITY BL VD Payment Number 96 Project Type Water Imp rovements For Period End ing 8/15/20 15 Project Funding 22 24-Inch Rock Rip Rap (DA-39) -lnsta 580 CY $50 .00 $29 ,000 .0 0 580 $29,000.00 23 Remove & Dispose Existing Concrete B LS $1,500.00 $1,500 .00 $1,500 .00 24 Install and Maintain SWPPP LS $15 ,000 .0 0 $15 ,000 .00 $15 ,00 0.00 25 Pavement -5-Inch Min. Reinforced Co 200 LF $100.00 $20,000.00 190 $19,00 0.00 26 Pavement -2-Inch Min. HMAC on 2/27 20 LF $100.00 $2 ,000 .00 18 $1 ,800 .00 27 Concrete Pavement Repair per TxDO T S 56 SY $75 .00 $4,20 0.00 56 $4,200.00 28 Gravel Drive Repair (6" Flex Base) 80 SY $10.00 $800.00 29 Trench Safety System (CO #3) 7840 LF $0.01 $78.40 7498 $74.98 30 Railroad Flagman (Contractor to cont 20 DY $800 .0 0 $16 ,000 .00 20 $16,000.00 31 Exploratory Excavation (D-Hole) D-51(CO #3) 6 EA $750 .00 $4,500.00 6 $4,500 .0 0 32 Traffic Control -In stall LS $3 ,000.00 $3 ,000.00 $3,000.00 33 Hydromulch Seeding(CO #3) 7440 LF $1.00 $7 ,440.00 7440 $7 ,440.00 34 Cathodic Protection LS $45 ,000.00 $45 ,000.00 $45,000 .00 35 Concrete -Encasement (18" Sewer)-(CO #3) 0 LF $100.00 $0.00 36 Concrete -Type B -Install 20 CY $100.00 $2,000.00 37 Concrete -Type E -Install 20 CY $100.00 $2 ,000 .00 38 Fill Material -Ballast Stone -Inst 100 CY $25 .00 $2 ,500.00 39 Tracking Balls -Install 12 EA $15 .00 $180.00 40 Pipeline Markers -Install 24 EA $35 .0 0 $840.00 24 $840.00 41 Modify existing 2-!nch Air & Vacuum EA $2,000 .0 0 $2 ,000.00 $2 ,000.00 42 Modify exi sting 4-Inch Air & Vacuum 9 EA $2,000.00 $18 ,000.00 9 $18 ,000 .00 43 Demolition of existing Meter Stati on LS $5,000.00 $5,000.00 $5,000.00 44 Meter Station -Site Preparation - G LS $50 ,000 .00 $50 ,000 .00 $50 ,000 .00 45 Meter Station -Vault -Vault Constr(CO #3) 0 LS $65 ,000.00 $0.00 46 Meter Station -Pipe -Yard Piping-(CO #3) 0 LS 6125 ,000.00 $0.00 47 Meter Station -Electrical and Telem (CO #3) 0 LS 6160 ,000.00 $0.00 48 Meter Station -Transfer of Services LS $1.00 $1.00 $1.00 49 Removal of exi sting 30" Storm Drain CO# 1 LS $40,100.50 $40 ,100 .5 0 $40 ,100.50 50 Tracing & deholeing conflicting Sewer Main C0#2 LS $2,000.00 $2,000 .00 $2 ,000 .00 51 Demobilization & Remobilization C0#2 LS $4,000.00 $4,000.00 $4,000 .00 52 lnstal & remove 100' of temp . 42-inch casing botc LS $47,840.00 $47 ,840.00 $47 ,840 .00 C0#2 53 Remove l 00' segment of conflicting Sewer C0#2 LS $52,890.00 $52,890.00 $52,890 .00 45a Meter Station-Revised Const & yard work (CO #3) LS Hl2,000.00 rn2,ooo .oo $112,000 .00 46a Meter Station-Revised yard Piping & vavles (CO #3) LS S305, 100.00 S305 ,100.00 $305,100.00 Wednesday , August 26, 20 15 Page 3 of6 City Project Numbers 00352 DOE Number 5509 Contract Name 3 6 INCH WATER MAIN EXTENSION ALONG TR1NITY RAILWAY E XP Estimate Number 96 Contract Limits RO W FROM TARRANT MAIN ST TO STATE HWY 360/TRINITY BL VD Payment Number 96 Project Type Water Improvements For Period Ending 8/15 /2015 Project F und ing 47a Meter Station-Revised Elect & Telemetry (CO #3) LS f;J68 ,000.00 f; 168 ,000.00 $168,000.00 54 Changes-Crew cost for Elevation, grade, align (CO LS $30,000.00 $30,000.00 $30,000.00 #3) 55 2" Combination ARV (CO #3) EA $16,000.00 $16,000.00 $16,000.00 56 C ut & Plu g Ex isting 24" Water Line (CO #3) 2 EA $2,500 .00 $5,000 .00 2 $5,000.00 57 36" Butterfly Vavle w/vault (CO #3) EA $47,000.00 $47,000.00 $47,000.00 58 Parts fabricated by hanson ship ped to field opps LS $78,446.41 $78,446.41 $78,446.41 (C0#4) 59 T@ 8" Omni Meter (C0#4) EA $7,127.00 $7 ,127.00 $7 ,127.00 60 Remove Damaged & install new meter/ dbl check EA $2 1,568 .77 $21 ,568.77 $21,568.77 (C0#4) 61 New 8' Omni meter in sert (C0#4) EA $7,744.10 $7,744.10 $7,744.10 62 New Double Check Assembly (C0#4) EA $7,360.00 $7,360.00 $7,360.00 63 Revised Connection at Trini ty Blvd (C0#4) EA $19,062.40 $19,062.40 $19,062.40 64 Check to Oncor to In stall Meter Station Elec Serv EA $6,985.00 $6,985 .00 1.005 $7,019.93 (C0#4) 65 Replacem ent of Broken Off-S ite Combo Air EA $1,793.06 $1 ,793.06 $1,793 .06 Rele(C0#4) Sub-Total of Previous Unit $3,888,027 .64 $3 ,887,889.15 Wednesday, August 26, 2015 Page 4 of6 City Project Numbers 00352 DOE Number 5509 Contract Name Contract Limits Project Type Project Funding 36 INCH WATER MAIN EXTENSION ALONG TRINITY RAILWAY EXP Estimate Number ROW FROM TARRANT MAIN ST TO STATE HWY 360/I'RINITY BL VD Payment Number 96 96 Water Improvements For Period Ending 8/15/2015 Contract Information Summary Original Contract Amount Change Orders Change Order Number Change Order Number 2 Change Order Number 3 Change Order Number 4 Change Order Number 5 $3,209,344.50 $40,100.50 $106,730.00 $382,195.90 $129,496.74 $20,160.00 Total Contract Price $3,888,027.64 Date t/ • /7-fl;; Date <j'-.,-J..v-lS Total Cost of Work Completed Less O % Retained Net Earned Earned This Period $112,777.36 Retaioage This Period $0.00 Less Liquidated Damages Days@ /Day LessPavement Deficiency Less Penalty $3 ,887,889.14 $0.00 $3 ,887,888 .50 $0 .00 $0 .00 $0 .00 Date Less Previous Payment $3,775,111.14 Director I Contracting Department Plus Material on Hand Less 15o/o $0.00 Balance Due This Payment $112,777.36 Wednesday, August 26, 2015 Page 5 of 6 FORT WORTH rev 03 /05 /07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:_~__.Cf ..... "----------- NAME OF PROJECT: 36" Water Main Extenson along Trinity Railway Express R..O . W. PROJECT NO.: P265-605140035287 CONTRACTOR: S .J . Louis Construction DOE NO.: 5509 PERIOD FROM:08/10/09 TO: 08/15/15 FINAL INSPECTION DATE: 1/26/2015 -------=---=---WORK ORDER EFFECTIVE: 8/10/2009 CONTRACT TIME: 1750 Q WI@ CD DAYS DAY OF CHARGED REASON FOR DAYS DAYOF DAYS REASONFORDAYS MONTH CHARGED CREDITED MONTH DURING CREDITED DURING ]. X 16. X 2. X 17. X 3. X )8. X 4. X 19. X 5. X 20. X 6. X 21. X 7. X 22. X 8. X 23. X 9. X 24. X 10. X 25. X 11 . X 26. X 12 . X 27. X 13. X 28. X 14. X 29. X 15. X 30. X 31. X RAlN, TOO WET, UTILITIES OTHERS* DAYS &TOO COLD RELOCATIONS CHARGED SAT,SUN, &HOLIDAYS THIS PERIOD 0 PREVIOUS PERIOD 1435 TOTALS TO DATE 1435 *REMARKS: ~,~ CONT T6R DATE INSPECTOR WATER ENGINEERING & FISCAL SERVICES The Ci ty of Fort Worth• 1000 Throckmorton Street• Fort Worth TX 76012-6311 (81 7) 392 -44 77 • Fax: (8 17) 392 -ti°60 I F ICIAL .,ECORD CITY ~ECRETARY TOTAL DAYS 0 1435 1435 DATE PROJECT NAME: PROJECT NUMBER: DOE NUMBER: PIPE LAID Water Water Water Water Water WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: 36-Inch Water Main Extension Along Trinity railway Express ROW P265-605140035287 5509 WATER SIZE TYPEOFPIPE 36" Concrete Steel Cyl (B303) 24" Concrete Steel Cyl (B303) 12" PVC 10" PVC 8" PVC LF 7220 488 20 50 110 FIRE HYDRANTS: 0 -----------VALVES (16" OR LARGER) ------=1..:.5 ___ _ PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: 37 ----------------------------------NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEWSERVIc=E=s=-:------------------------------- WATER ENGINEERING & FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street• Fort Worth, TX 76012-6311 (817) 392 -4477 • Fax: (817) 392 -8460 FORT WORTH ~ City of Fort Worth, TX PROJECT: OWNER: CONTRACTOR: ENGINEER: 36 " Water Main Ext . Along TRE R.O.W . Part 4 Citv of Fort Worth Texas S.J. Lou is Construction of Texas , Ltd . Tran Systems Bond Number : 190018868 CONSENTOFSURETYCOMPANY TO FINAL PAYMENT PROJECT NUMBER: 00352 18033-10 N/A The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the tenns of the Contract and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this 15th day of September 20.1L_. Liberty Mutual Insurance Company Surety Company By~\k JY\l~ Authorized Representative "-- Title V. Delene Marshall, Attorney-In-Fact Address : 175 Berkeley Street, Boston, MA 02116 Attach Power of Attorney C:\Usersle lizabeth i\Desktop\CONSENT OF SURETY COMPANY TO FINAL PAYMENT.DOC en G> .! THIS POWER OF AITORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated Certificate No . 6901341 American Fi re and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That Ame rican Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the Sta te of New Hampshire , that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts , and West American Insurance Company is a corporation du ly organized under the laws of the State of tnd iana (herein colectively called the ·compan ies"), pursuant to and by autho ri ty herein set forth , does hereby name , constitute and appoinL Don E. Cornell; Kelly A. Westbrook; Lisa M. Bonnot ; Ricardo J. Reyna ; Robbi Morales; Sophinie Hunter; V. Delene Marshall ail of the city of Dallas sta te of TX each individually if there be more than one named , its true and lawful attorney-in-fact to make, execute, seat , acknQl',iedge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds , recogn izances and other surety obligations, in pursuance of these presents and shall be as bind ing upon the Compan ies as if they have been duly signed by the president and attested by the secretary of the Canpanies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or officia l of the Companies and the corporate seals of the Companies have been affixed thereto this 10th day of March 2015 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company C STATE OF PENNSYLVANIA t i COUNTY OF MONTGOMERY ss f C) On th is~ day of March ~ before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and CJ G> Cas ualty Company, Liberty Mutual insurance Company, The Ohio Casualty insurance Company, and West American insurance Company, and that he , as such, being authorized so to do, 'o ..:! execute the forego ing instrumen t for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . ._ CV .! _:: IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my nota rial seal at Plymouth Meeting , Pennsylvania, on the day and year first above written. ~ ~ q,'<-~o:::;~ COMMONWe.:~:ri~:::NNSYLVANIA f1:' ' /) -/-I/ ; iii ~ cJ ~), Teresa Pastella , Notary Public By : ~ ~ 0 ! OF Plymouth Twp ., Montgomery County -=-Te-re_s_a_P_a-st_e_lla-. _N..:.ot..:..a_ry_P_u_b-lic-=------- -: ._ My Commission Expires March 28, 2017 G> 0 -G> o_ Member, Pennsylvania Auociation of Notaries c cv Th is Power of Attorney is made and executed pursuant to and by authority of the fol lowing By-laws and Authorizations of American Fire and Casualty Company, The Oh io Casualty Insurance Gi !: Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows : C)CII ~ f ARTICLE IV -OFFICERS -Sectio n 12. Power of Attorney. Any officer or other official of the Corporation authorized for that pu rpose in writing by the Chairman or the Pres ident, and subject t:: ,! to such limitation as the Chai rman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute , sea l, o .5 acknowledge and deliver as surety any and ail undertakings, bonds , recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective E Gi powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so :5 e executed , such instru ments shall be as binding as if signed by the Pres ident and attested to by the Secretary. MY power or authority granted to any representative or attorney-in-fact under :; >, the provisions of this article may be revoked at any time by the Board, the Cha irman , the President or by the officer or officers granting su ch power or autho rity. ~ g ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings . My 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-tac~ as may be necessary to act in behalf of the Company to make, execute, o :::J seal, acknowledge and del ive r as surety any and all undertakings, bonds , recognizance s and other surety obligations . Such attorneys-in-fact subject to the limitations set forth in their Z c.> respective powers of attorney, shall have full power to bind the Company by the ir signature and execu tion of any such Instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and ail undertakings, bonds, recogn izances and other surety obliga tions . Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduoed signature of any ass istant secretary of the Company, wherever appea ring upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be val id and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenpo[L the undersigned , Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Compa ny, Liberty Mutual insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. {V°'\ Q \ _ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed th e seals of said Compan ies this ~ day of ~'\£,)oo,b l h-d , 20_15__. By: -~-~L.;1t.'------'--°'.L,__.._ _____ _ Gregory W. Davenport , Assistant Secretary 488 of 500 LMS_ 12873_ 12201 3 FORT WORTH ~ The City of Fort Worth PROJECT: 36" Water Main Ext . Along TRE R.O.W . Part 4 OWNER: Citv ofFortWorth. Texas CONTRACTOR: S.J. Louis Construction of Texas Ltd . ENGINEER: TranSvstems CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS PROJECT NUMBER: 00352 18033-10 NIA The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to the Contractor for all seNices in connection with the project, does hereby waive and release any and all liens, or any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s) for the Project or for performing labor and/or furnishing materials in any way connected with the construction of any aspect of the project. The Contractor further certifies and wa"ants that all subcontractors of labor and/or materials for the Project, except as listed below, have been paid in full for al/ labor and/or materials supplied to , for, through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit. EXCEPTIONS: NONE (If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception .) CONTRACTOR S.J. Louis Construction of Texas, Ltd. By "4 t/ /Jit,.,,~ Les V. Whitman Title General Manager Subscribed and sworn to before me this 14th day of _S=e..cp..::.t=-e.,_,_m.:...:b:::...;e:cr:...._ ___ , 20 j§_ Notary Public: ~(L,c-:,~~ My Commission Expires: Mav 10 2017 FORT WORTH ~ CONTRACTOR'S AFF/DA VIT OF PAYMENT OF DEBTS AND CLAIMS City of Fort Worth, TX PROJECT: 36" Water Ma i n Ext. Along TRE R.0 .W. Part 4 PROJECT NUMBER: OWNER: :itv of Fort Worth Texas 00352 CONTRACTO 5.J. Louis Construction of Texas Ltd. 18033-10 ENGINEER: lrranSvstems N/A The Contractor, in accordance with the Contract Documents, hereby certifies that, except as listed below, all obligations for all materials and equipment furnished, for all work labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or his property might in any way be held responsible have been paid in full or have otherwise been satisfied in full. EXCEPTIONS: NONE (If none , write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) CONTRACTOR S.J. Louis Construction of Texas, Ltd. BY Cf4 JI 4}/Ji,euv-Les V. Whitman TITLE __ ...;;G;..;;;e""'n=e'""ra"""l """M"""a""'n=a ... ae ...... r _____________ _ Subscribed and sworn to before me this 14th day of -"S=e=p=te=-m.:..;,;be=r ______ , 20 ~. NotaryPublic: ~~~ My Commission Expires:_M_a_y_1_0~,~2~0~1_7 _______ _ WATER ENGINEERING & FISCAL SERVICES PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR & PROJECT DATA Name of Contractor Project Name REV : 02/20/07 S. J. Louis Construction of Texas 36" Water Main Extension Along Trinity Railway Exn ROW Water Engineering Inspector DOE Number William Tumey/ David Johnson 5509 Waler Engineering Inspeclor Project Manager 0 WaterE] Waste WaterO Storm DrainageD Pavement Rakesh Chaubey Initial Contract Amount Project Difficulty $3,209,344.50 0 Simple @ Routine 0 Complex Final Contract Amount Date $3,887,889.14 8/17/2015 II) PERFORMANCE EVALUATION 0 -Inadequate I -Deficient 2 -Standard 3 -Good 4 -Excellent ELEMENT WEIGHT( X) APPLICABLE (Y / N) RA TING (0 -4) MAX SCORE SCORE 1 Submission of Documents 2 y 2 8 4 2 Public Notifications 5 y I 20 5 3 Plans on Site 5 y 2 20 10 4 Field Supervision 15 y 1 60 15 5 Work Performed 15 y 2 60 30 6 Finished Product 15 y 2 60 30 7 Job Site Safety 15 y 2 60 30 8 Traffic Control Maintenance 15 y 2 60 30 9 Daily Clean Up 5 y 1 20 5 IO Citizen's Complaint Resolution 5 y 3 20 15 11 Property Restoration 5 y I 20 5 12 After Hours Response 5 y 2 20 10 13 Project Completion 5 y 20 TOTAL ELEMENT SCORE (A) ___ 18_9 __ BONUS POINTS (25 Maximum) (B) ____ _ TOTAL SCORE (fS) ___ J8_9 __ III) CONTRACTOR'S RA TING Maximum Score (MS)= 448 QI sum of applicable element score maximums which= 448 Rating ([TS/ MSJ * 100%) 189 / 448 = 42% Performance Category _s_tan_dar_d _________ _ <20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good "?.80 % = Excellent Inspector's Comments (INCLUDING EXPLANATION OF BONUS POINTS AW ARD ED) Signature Inspector WAIBR ENGINEERING & FISCAL SERVICES The City of Fort Worth• 10001brockmorton Street• Fort Worth, TX 76012-6311 (817) 392 -4477 • Fax: (817) 392 -8460 WATER ENGINEERING AND FISCAL SERVICES CONTRACTOR'S EVALUATION OF CITY I) PROJECT INFORMATION Date: 117-Sep-15 Name o/Contractor Project Name REV : 02122/07 S. J. Louis Construction of Texas 36" Water Main Extension Along Tminity Railway Exo ROW Water Engineering Inspector Project Manager William Turney/ David Johnson Rakesh Chaubey DOE Number I Project Difficu/Jy Type o/ConJract 5509 0 Simple @ Routine 0 Complex 0 Water0 Waste Water[] Storm DrainagE(] Initial Contract Amount Final Contract Amount $3,209,344.50 $3,887,889.14 II) PERFORMANCE EVALUATION 0 d -Ina equate I Defi . -ctent 2S dd 3Gd 4E 11 -tan ar -00 -xce ent ELEMENT INSPECTION EVALUATION l Availability of Inspector 2 Knowledge of Inspector 3 Accuracy of Measured Quantities 4 Display Of Professionalism 5 Citizen Complaint Resolution 6 Performance -Setting up Valve Crews, Labs ADMINISTRATION l Change Order Processing Time 2 Timliness of Contractor Payments 3 Bid Ooening to Pre-Con Meeting Timeframe III) COMMENTS & SIGNATURES COMMENTS Signature Contractor Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS RATING ELEMENT (0 -4) PLANS & SPECIFICATIONS l Accuracy of Plans to Existing Conditions 2 Clarity & Sufficiency of Details 3 Aoolicability of Specifications 4 Accuracy of Plan Quantities PROJECT MANAGER EVALUATION l Knowledge And/Or Problem Resolution 2 Availability of Project Manager 3 Communication 4 Resolution ofUtility Conflicts Water Engneering and Fiscal Services The City of Fort Worth• 1000 Throckmorton Street• Fort Worth, TX 76012-6311 (817) 392 -4477 • Fax: (817) 392 -8460 Pavement RATING (0-4) ' August 27, 2015 S.J . Louis Construction of Texas, LTD P.O. Box834 Mansfield, TX 76063-0834 Re: Acceptance Letter FORT WORTH Project Name: 36-Inch Water Main Extension Along Trinity Railway Express ROW Project Type: Water Project N!1: P265-605140035287 D.O.E. N2: 5509 Contract N2: 00352 Gentleman: Dated: 1/13/2009 On January 26, 2015 a final inspection was made on the subject project. There were no punch list items identified at the time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on January 26, 2015, which is the date of final inspection and will extend for (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at (817) 392-6054 y~il:Jl Tony Sholola, P.E., Engineering Manager MP/ cc: John Carmen, P.E., Water Department Andy Cronberg, P.E., Assistant Director, Water Department Captain Michael Skains, Fire Department Roger Hauser, Field Operations Superintendent, Water Department Bill Lundvall, Field Operations Superintendent, Waste Water Department Rakesh Chaubey, P.E., Project Manager Joseph Masterson, P.E., TranSystems, Consultant S.J. Louis Construction of Texas, LID, Contractor David R. Johnson, Inspection Supervisor, Water Department William Tumey/ David Johnson, Inspector, Water Department File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICF.S THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 0 Printed on recycled paper