Loading...
HomeMy WebLinkAboutContract 48783-FP1 NN coded 01.12.22 PO# FW060-4386 Line 2 - Sewer- $13,922.13 FORTWORTH CSC No.48783-FP1 PO# FW060-11727 Line 2 - Sewer- $9,229.69 � - Retainage - $202,350.60 56011-2060000-CO2304-CRETAN WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION 59601-0O2304 CS 48783 Regarding contract 48783 for Northside II Forty-Eight Inch Water Main Phase II , Part I as required by the Water Department as approved by City Council on 2/7/17 through M&C C-28106 the Director of the Water Department, upon the recommendation of the Sr. Capital Projects Officer, Capital Projects Delivery,Water Department,has accepted the project as complete. Original Contract Prices: $9,882,130.00 Amount of Approved Change Orders: $462,369.52 Ns 4 Revised Contract Amount: $10,344,499.52 Total Cost Work Completed: $10,149,528.08 Less Deductions: Liquidated Damages: 0 Days @$630.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $10,149,528.08 Less Previous Payments: $9,924,025.66 Final Payment Due $225,502.42 _ O S Recommended for Acceptance Date Assistant Director, Water Department CGlv/I�gGl� fifVY&y Christopher H rder(Jan 13,2022 08:08 CST) Accepted Date Director, Water Department bang,8ffi'4�L Dana Burghdoff(Arn 13,20 23:02 CST) City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Project Name: Northside II Forty-Eight Inch Water Main Phase II,Part I DOE. Ns: Comments: City Project Numbers C-02304 DOE Number 7344 Contract Name Nortbside II Forty-Eight Inch Water Main Pttnse 11,Part I Estimate Number 66 Contract Limits from Heritage Trace Parkway/Hamion Road Intersection to Wrigley Robertso Payment Number 66 Project Type Sewer For Period Ending 1 0/1 5120 2 1 Project Funding Project Manager Sauceda City Secretary Contract Number 49783 Inspectors Johnson / Brice Contract Date 2/7/2017 Contractor S.J.LOUTS CONSTRU9I'10N OFTEXAS,LTD Contract Time 1692 CD P.O.BOX 834 Days Charged to Date 1�}84 CD 1vIANSFIELD, TX 76063-0834 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 $10,149,528.08 Less 0 %Retained $0.00 Net Earned $10,149,528.08 Earned This Period $225,501.38 Retainage This Period $0.00 Less Liquidated Damages 0 Days cr $0.00 /Day $0.00 LessPaventent Deficiency $0,00 Less Penalty $0.00 Less Previous Payment $9,924,026.70 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $225,501.38 Thursday,November 04,2021 Pnge 9 of 9 FORT WkTH CITY OF FORT WORTH FINAL,PAYMENT REQUEST i Contract Nan Northsjdc 11 Cony-Eiglil Inxh Wale r.Maia Phase 11,Part I Contract Limits from licritage trace Parkway/Hamton Road Intersection to Wagiey Robertson R Project Tyne Wnter City Project Numbers C-02304 DOE Number 7344 Estimate Number GG Payment Number GG For Period Ending 10/15/2021 CD City Secretary Contract Nur .tier. 48783 Contract Time Met Contract Date 2/7/2017 Days Charged to Date 1484 Project rylanager Sauccda Contract is 98.000 Complete Contractor S.J.LOUIS CONSTRUCTION OFTEXAS,LTD P.O.BOX S34 MANSFIELD, TX 76063-0334 Inspectors Johnson/ Brice i i j Thursday,November04,2021 Page I or9 City Project Numbers C-02304 DOE Number 7344 Contract Name Northside If Forty-Eight Inch Water Main Phase 11,Part 1 Estimate Number 66 Contract Limits from Heritage Trace Parkway/Harmon Road Intersection to Waglcy Robertso Payment Number 66 Project Type Water For Period Ending 10/15/2021 Project Funding Unit I-NS 1I 48"Water Main Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 13 3305.1105 30"Casing By Other Than 30 LF $776.00 $23,280.00 30 $23,280.00 14 3312.1004 4"Combination Air Valve 8 EA $15,200.00 $121,600.00 8 $121,600.00 15 3312.6003 8"Blow Off Valve&Vault 7 EA $16,400.00 $114,800.00 7 $114,800.00 16 3312.5002 48"AWWA Butterfly Valve, 5 EA $83,000.00 S415,000.00 5 $415,000,00 17 3312S002 16"x 12"Tapping Sleeve I EA $4,300.00 $4,300.00 I $4,300.00 18 3312.5002 16"AWWA Gale Valve w/Va 2 EA $13,700.00 $27,400.00 2 �27,400.00 19 3312.5002 8"AWWA Gale Valve 3 EA $900.00 $2,700.00 2 $1,800.00 20 3312,0112 Connection to Existing 48 2 EA $12,000.00 $24,000,00 2 $24,000.00 21 3312.0112 Connection to Existing 4" 1 EA $500.00 $500.00 1 $500.00 22 3339.1101 Access Manhole for Water M 5 EA $8,300.00 T41,500.00 5 341,500.00 23 3305,0112 Concrete Collar for Water 26 EA $500.00 $13,000.00 26 $13,000.00 24 3305.0112 Concrete Collar for Water 9 EA S 100.00 $900.00 9 $900.00 25 3305.0103 Exploratory Excavation of 38 EA $1.00 $38.00 38 $38.00 26 3331.4115 8"PVC Sewer Line 40 LF $50.00 $2,000.00 40 $2,000.00 27 3341.0201 2V RCP,Class III(CO/,1) 36 LF $87.00 $3,132.00 36 $3,132.00 28 334L020524"RCP,Class III(COft1) 12 LF $96.00 $1,152.00 12 $1,152.00 29 3341.0208 27"RCP,Class III(COB 1) 0 LF $104.00 $0.00 0 $0.00 30 3341.0302 30"RCP,Class III(COP,I) 0 LF $110.00 $0.00 0 $0.00 31 3341.0312 39"RCP,Class III(CON I) 0 LF $160.00 $0.00 0 $0.00 32 3341.0409 48"RCP,Class III(CO41) 0 LF $210,00 $0.00 0 $0.00 33 3201.0616 Concrete Paving Repair,A(CO//1) 1125 SY $89.00 $100,125.00 1225.11 $109,034.79 34 3211,0315 12"Flexible Base Type D(COf(1) 205 SY $10.00 $2,050.00 238.3 $2,383.00 35 3305.0109 Trench Safety 14900 LF $0.20 $2,980.00 14892 $2,978.40 36 3305,0110 Utility Ivlarkers I LS $5,000.00 $5,000.00 1 $5,000.00 37 3301,0002 Post CCTV Inspection for 16660 LF $1.00 $16,660.00 16328 $16,328.00 38 3292,0400 Seeding,I•Iydromulch 178520 SY $0.40 $71,408.00 178520 $71,408.00 39 9999.0100 Articulated Concrete Cabl 690 SY $135,00 $93,150,00 690 $93,150.00 40 3125.0101 SWPPP>I Acrc for Entire P I LS $31,000.00 $3%000.00 1 $31,000.00 41 3305.0202 Imported Backfill,CSS 50 CY $80.00 $4,000.00 42 3305.0203 Imported Back-fill,CLSM( 100 CY $95.00 $9,500.00 43 3305.0204 Imported Embednient/BnekG 100 CY $25.00 $2,500.00 Thursday,November 04,2021 Page 2 of • I City Project Numbers C-02304 DOE;Number 7344 i Contract Name Northside Il Forty-Eight Inxh Water Main Phase 11,Part I Estimnte Number 66 Contract Limits from Heritage Trace Parkway/Harmon Road Intersection to Wadley Robertso Payment Number 66 Project Type Water For Period Ending 1011512021 Project Funding i 44 3305.0206 Imported Embedment/Backfi 100 CY $15.00 $1,500.00 45 3305.0207 Imported Embedment/Backe f00 CY $12.00 $1,200.00 140 $1,680.00 1 46 3441.3502 Relocate Street Light Pol 4 EA $4,000.00 $16,000.00 4 $16,000.00 j 47 3231.0211 Barbed WireFenee,Metal 430 LF $5.00 $2,150.00 430 $2,150.00 48 3231.0114 Temporary6'Chain Link, 16470 LF $2.50 $41,175.00 12564 $31,410.00 49 3231.0306 16'Gate,Steel 14 EA $3,000.00 $42,000.00 14 $42,000.00 .50 3,171.0001 Traffic Control 1 LS S7,000.00 $7,000.00 1 $7,000.00 51 9999.0200 Construction Staking I LS $20,000.00 $20,000.00 1 $20,000.00 52 9999.0201 Construction Survey 1 LS $5,000.00 $5,000.00 1 $5,000.00 53 9999.0300 Construction Contingency(CO/1 1) 0.58112 LS S300,000.00 $174,336.00 0.1333334 $40,000.02 In 3311.1074 48"Bar Wrapped Concrete 13940 LF $284.00 1,958,960.00 13925 3,934,700.00 2a 3311.1077 48"Bar Wrapped Concrete 570 LF $580.00 $330,600.00 569 $330,020.00 3a 331 I.I077 48"Bar Wrapped Concrete 90 LF $548.00 $49,320.00 90 $49,320.00 4a 3305.2011 48"Bar Wrapped Concrete 1730 LF $261.00 $451,530.00 1734 $452,574.00 Sa 3311.0021 Bar Wrapped Concrete Cyli 1 LS $1.00 $1.00 1 $1.00 6a 3304.0002 Cathodic Protection Syste t LS $40,000.00 $40,000.00 1 $40,000.00 7 33.11,0541 16"Ductile iron Water Pi 160 LF $274.0.0 S43,840.00 160 $43,840.00 8 3311.0547 16"Ductile Iron Water Pi 20 LF $406.00 $8,120.00 20 $8,120.00 9 3305.2005 16"Ductile Iron Water Ca 30 LF $281.00 $8,430.00 30 $8,430.00 10 3311.0241 8"DR-14 C900 PVC Water P 140 LF $82.00 $11,480.00 140 $11,480.00 11 3311.0003 8"-16"Ductile Iron Water l TO $1.00 $1.00 1 $1.00 12 3305.1207 72"CasingiTunnel Liner P 1730 LF $1,416.00 !,449,680.00 1734.5 •2,456,052.00 54 Additional Traffic Control for Star Rock Dr.(COI/l) 1 LS $700.00 $700.00 1 $700.00 55 Re-Mob.Pipe Crew to finish<ntissingeasem>(CONI) 1 LS $25,000.00 $25,000.00 1 $25,000.00 56 Additional Labor,Equip,for install water in I LS $15,208.34 $15,208.34 1 $15,208.34 landscape(CM) 57 Sundance Re-Mob/De-Mob cost for missing E LS $15,000.00 $15,000.00 1 $15,000.00 ease(CONI) 58 Concrete Thrust Blocking on48"B303pipe(CONI) 1 LS $28,094.74 $28,094.74 1 $28,094.74 59 Removal of Rock fill above proposed Water(CON 1) 1 LS $46,000.00 $46,000.00 1 $46,000.00 60 Additional Landscape for Liberty Crossing(CON2) I LS $57,710.50 $57,710.50 1 $57,710.50 61 Height adjustment for Valve,and Air releaser Valets I LS $19,736.09 $19,736.09 1 $19,736.09 (Co//2) 62 Additional crew cost forStar Rock Dr.(COI/2) I LS $9,670.00 $9,670.00 1 $9,670.00 63 Water bill nllowande for reimbursnients ror Liberty 1 LS $3,000.00 $3,000.00 1 $3,000.00 Crossing HOA(CO12) Thursday,November 04,2021 Page 3 or9 City Project Numbers C-02304 DOE Number 7344 Contract Name Northside lI Pony-Eight la%J,Water Main Phase 11,Part 1 Estimate Number 66 Contract Limits from Heritage Trace Parkway/I-lnnnon Road Intersection to Wagley Robertso Payment Number 66 ProjeetType Water For Period Ending 1 0/1 512 0 2 1 Project Funding 64 Mowing as directed by City of Fort Worth for l EA $650.00 $650.00 6 $3,900.00 Heritage Trace Median(CO112 65 Repair of Existing Irrigation valves at Liberty 1 LS $3,864.00 $3,864.00 1 $3,864.00 Crossing(CO#2) 66 4/14/20 Email-HOA Irrigation Repairs C0113 I LS $4,000.00 S,1,000.00 1 $4,000.00 67 5/8/20 Email-HOA Extra Tree w/irrigation CO93 1 LS $900.00 $900.00 1 $900.00 68-Last Min.HOA Extra Yucca&Lpropetalunr C093 - -- 1 LS - $350.00 - $350.00 --- - 1 - S350.00 Sub-Total of Previous Unit: $9,025,881.67 $8,878,595.88 Unit II- 36"Water Item Description of items Estimated Estimated Completed Completed. P Unit Unit Cost leted P P ._No Quanity Total Qunnity Total #113 3311.0874 3 6"Concrete AWWA C303 Wa 733 LF $417.00 $305,661.00 733 $305,661.00 2 3311.0141 6"Water Pipe 10 LF $75.00 $750.00 10 $750.00 3 3311.0021 C303 Fittings 1 LS $1.00 $1.00 1 $1.00 4 3312.0001 Fire Hydrant 1 EA $4,600.00 $4,600.00 1 $4,600.00 5 3312.0109 Connection to Existing 30 1 EA $9,000.00 $9,000.00 1 $9,000.00 6 3312.0I 10 Connection to Existing 36 1 EA $9,000.00 $9,000.00 1 $9,000.00 7 3312.1004 4"Combination Air Valve I EA $15,000.00 $15,000.00 1 $15,000.00 8 3312.3002 6"Gatc Valve I EA $600.00 $600.00 1 $600.00 9 0241.0900 Remove Misc Cone Structur 1 LS $1,000.00 $1,000.00 1 $1,000.00 10 0241.1210 30"Water Abandonment Piu 2 EA $700.00 $1,.100.00 2 $1,400.00 11 0241.1302 Remove 6"Water Valve I EA $400.00 $400.00 1 $400.00 12 0241.1510 Salvage Fire Hydrant I EA $400.00 $400.00 1 $400.00 13 0241.2013 Remove 8"Sewer Line 45 LF $20.00 $900.00 45 $900.00 14 0241.2103 8"Sewer Abandonment Plug I EA S100.00 $100.00 1 $100.00 15 0241.2201 Remove4`Sewer Manhole 2 EA $900.00 $1,800.00 I $900.00 16 3201.0400 Temporary Asphalt Paying(COW 1) 285 LF $41,00 $11,685.00 256.4 $10,512.40 17 3304.0001 Joint Bonding&Electrica 1 LS $1,000.00 $1,000.00 1 $1,000.00 18 3305.0109 Trench Safety 743 LF $1.00 $743.00 743 $743.00 19 3305.0110 Utility Markers 1 LS $300.00 $300.00 20 3305.0115 Vacuum Excavation 2 EA $1.00 $2.00 2 $2.00 21 34171.0001 Traffic Control 2 MO $1.00 $2.00 2 $2.00 22 3,171.0002 Portable lvlessageSign 8 WK $1.00 $8.00 8 $8.00 23 9999.0200 Construction Staking I LS $3,000.00 $3,000.00 1 $3,000.00 Thursday,November 04,2021 Page<i of 9 City Project Numbers C-62304 DOE Number 7344 Contract Name Northside 11 Forty-Eighl Inxir Water Main Phase 11,Part I Estimate Number 66 Contract Limits from Heritage Trace Parkway/Hammon Road Intersection to Wagley Robertso Payment Number 66 Project'Type Water For Period Ending 1 011 5/2 02 1 Project Funding 24 9999.0201 Construction Survey I LS $2,000.00 $2,000.00 1 $2,000.00 25 9999.0300 Construction Contingency 1 LS $50,000.00 $50,000.00 0.224 $11,200.00 26 36"Water line Elevation Cliange(CON 1) 1 LS $8,000.00 $8,000.00 1 58,000.00 27 Darnell St.stripine(COG) I LS $2,875.00 $2,875,00 1 $2,875.00 Sub-Total of Previous Unit $430,227.00 $399,054.40 UnitIlT-8"Sewer i Item Description ofIterns Estimated Unit Unit Cost Estimatcd Completed Completed N0• Quanity To(al Quanity Total 1 3331.4115 8"Sewer Pipe 860 LF $109.00 $93,740.00 1385 $150,965.00 2 3331.4116 8"Server Pipe,CSS Backfr 890 LF $193.00 $171,770,00 530 $102,290.00 3 3339.1001 4'Manhole 4 EA $4,100.00 $16,400.00 5 $20,500.00 4 3339.1002 4'Drop Manhole l EA $6,400.00 $6,400.00 1 $6,400.00 S 3339.1003 4'Extra Depth Manhole 33 VF $107.00 $3,531.00 38.3 $4,098.10 6 0241.1506 2"Surface Milling 2200 SY $4.90 $10,780.00 2200 $10,780.00 7 0241 A401 Remove Headwall/SET C0113 0 CY $200.00 $0.00 8 0241.3011 Rcnmove 15"Storm Line CONS 0 LF $3.00 $0.00 9 3125.0101 SWPPP>I Acre l LS $4,000.00 $4,000.00 1 $4,000.00 10 9999.0000 8"Sanitary Server Asphalt 1160 SY $40.00 $46,400.00 1166 $46,640.00 11 3201.0113 6'Wide Asphalt Pvmt Repa C0113 84 LF $35.00 $2,940.00 24 $940.00 12 3201.0150 Asphalt Pvmt Repair,Sewe 70 LF $30.00 $2,I00.00 70 $2,100.00 13 3201.0201 Asphalt Pvmt Repair Beyon 60 SY $50.00 $3,000.00 21 $1,050.00 14 3212.0302 2"Asphalt Pvmt Type D 2200 SY $12,00 $26,400.00 2200 $26,400.00 i 15 3211.0112 6"Flex Base,Type A,GR- 70 SY $9.00 $630.00 194.33 $1,748.97 i 16 3217.0001 4"SLD Pvmt Marking HAS(C0113 2195 LF $1.00 $2,195.00 2195 $2,195.00 I7 3217.0002 4"SLD Pvmt Marking HAS( 2200 LF $1.00 $2,200.00 2150 $2,I50.00 � i 18 3291.0100 Topsoil 190 CY $18.00 $3,420.00 135 $2,430.00 19 3292.0100 Block Sod Placement 1090 SY $3.00 $3,270.00 1800 $5,400.00 j 20 3301.0002 Post-CCTV Inspection 1870 LF 51.00 $1,870.00 2772.3 $2,772.30 21 3301.0101 Manhole Vacuum Testing 5 EA $100.00 $500.00 7 $700.00 22 3305.0109 Trench Safety 1870 LF $0.50 $935.00 1915 $957.50 23 3305.0112 Concrete Collar 5 EA $500.00 $2,500.00 7 $3,500.00 24 3331.3101 4"Se%ycrService(CO/12) 2 EA $2,000.00 $4,000.00 5 $10,000.00 25 3331.3103 4"Bored Server Service C0113 0 EA $3,000.00 50.00 Thursday,November 04,2021 Page 5 of 9 City Project Numbers C-02304 DOE Number 7344 Contract Name Northside 11 rorty-Eight Inxii Water Main Phase 11,Part I Estimate Number 66 Contract Limits from HcritageTrace Parkway/1-lamron Road Intersection to Wagley Robertso Payment Number 66 Project Type Sewer For Period Ending 1 011 5/202 1 Project Funding i 26 3331.3201 6"Sewer Service I EA $2,500.00 $2,500.00 27 9999.0000 15"RCP,Class III COO 0 LF $75.00 $0.00 28 3349.1000 Headwall,Box Culvert C0113 0 CY $750.00 $0.00 29 3471.0001 TrafGcControl I MO $1.00 $1.00 2 $2.00 30 9999.0200 Construction Staking I LS $3,000.00 $3,000.00 1 $3,000.00 31 9999.0201 Construction Survey 1 LS $1,000.00 $1,000.00 I $1,000.00 32 9999.0300 Construction Contingency CONS 0 LS $50,000.00 $0.00 33 Restake Sewer&Additional Traffic Control 2 EA $5,000.00 $10,000.00 2 $10,000.00 cost(C0111,3) 34 4 8"Liner Plate Tunnel with 8"sewer from St 0+00 to 1 LS $49,716.92 $49,716.92 1 $49,716.92 0+3 I(CO112) 35 Added Drop and Stub out MH a Sta.0+31(C0112) 1 EA $29,496.79 $29,496.79 1 $29,496.79 36 Warren Lining of Ivl1-I@ Sta.0+3 I(CO112) 20 VF $316.25 $6,325.00 20 $6,325.00 37 4"Sewer Service w\CLSlvlbacklill(CO112) 4 EA 34,500.00 $18,000.00 4 $18,000.00 38 Mobilization of2nd crew due to time constraints o I LS $20,000.00 $20,000.00 1 $20,000.00 Keller Hicks(COH2) 39 8"Sewer Service 3019 Keller Hicks C0113 I LS $7,950.00 $7,950.00 1 $7,950.00 40 4'MH/Hydraluic slide Sta.14.47 C093 I EA $9,000.00 $9,000.00 1 $9,000.00 41 Core Exst.IvlH @ Sta.9+85&connect to east.CONS I EA $10,000.00 $10,000.00 1 $10,000.00 42 Clearing&Haul-off CON3 I LS $47,242.50 $47,242.50 1 $47,242.50 43 Remove&Repl Street Sign&guyNvire Misty Rum 1 LS $3,500.00 $3,500.00 1 $3,500.00 CON3 44 Remove&return Sign to Property Owners CO#3 1 LS $2,200.00 $2,200.00 1 $2,200.00 45 Remove&Repl Six Mail boxes one Masonry CONS I LS $6,000.00 $6,000.00 1 $6,000.00 46 Remove&Repl Pipe Rail rence CONS I LS $9,400.00 $8,400.00 1 $8,400.00 47 Temp Fence Sta.10+00-14+00 w/privacy fabric 400 LF $12.50 $5,000.00 400 $5,000.00 CON3 48 Temp Fence3019 Keller Hicks C)N3 Soo LF $10,50 $5,250.00 500 $5,250.00 49 Longer Sewer Service bores or BOC C0113 6 EA $12,000.00 $72,000.00 6 $72,000.00 50 Concrete Landscaping border Sta.13+00 C0113 30 LF $65.00 $1,950.00 30 $1,950.00 51 Additonal SWPPP Winter2020 Work C0113 1 LS $10,000.00 $10,000.00 1 $10,000.00 52 Tree Protection-Winter2020 Work C0113 1 LS $15,000.00 $15,o00,00 1 $15,000.00 53 Remove&Repl 8"tall Wood rence Gates C043 1 LS $29,200.00 $29,200.00 I $29,200.00 54 Remove&Rep18"Tall Special Deco Wood Pence 361 LF S57,50 $20,757.50 361 $20,757.50 CON3 55 Mobilization back to Keller Hicks 1 LS $60,000.00 $60,000,00 1 $60,000.00 56 Installation of 8-hich SS Service tit IVII-I Sla.14+40 1 LS $22,970.22 $22,970.22 t $22,970.22 Thursday,November04,2021 Page 6 of9 ti i i I City Project Numbers C-02304 DOE Number 7344 Contract Nnme Northside 11 Forty-Eight Inxlt Water Main Phase II,Part I Estimate Number GG Contract Limits from Heritage Trace Parkway/Harmon Road Intersection to Wadley Robertso Payment Number GG Project Type Sewer For Period Ending 10/15/2021 Project Funding Sub-Total of Previous Unit $885,440.93 $881,877.80 i Thursday,November 04,2021 Page 7 of 9 City Project Numbers C-02304 DOG Number 7344 Contract Name Northside 11 Forty-Eight Inxh Watcr Main Please 11,Part 1 Estimate Number 66 Contract Limits from Heritage Trace Parkway/Hammon Road Intersection to Wagiey Robertso Payment Number 66 Project Type Sewer Far Period Ending 10/IS/2021 Project Funding I Contract Information Summary Original Contract Aniaunt $9,832,130.0.0 Change Ordets Change Order Number 1 $5,778.08 Change Order Number 1 ($10,778.00) Change Order Number 1 $5,000.00 Change Order Number 2 $94,630.59 Change Order Number 2 $2,875.00 Chnnge Order Number 2 $115,538.71 Change Order Number 3 $5,250.00 Change Order Number 3 $244,265.00 Change Order Number 4 ($189,78) Total Conti-act Price $10,341,549.60 Date �� L� Total Cost of Work Completed $I O,I49,528.08 Caur etor '1 Less 0 %Retained $0.00 Date <<�7'�� Net Earned $10,149,528.08 Inspection Supervisor Earned This Period $225,501.38 Retainage This Period $0.00 F,Wjcct Manager Less Liquidated Damages ^' Days a /Day $0.00 Date LessPaveiuentDefrcieney $0.00 Asst.Directbr/TPW Less Penalty $0.00 Christopher H rder(lan13 202208:08CST) Date Less Previous Payment $9,924,026.70 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $225,501.38 Thursday,November04,2021 Page 8 0179 FORD T WO R T H rev 03/05/07 WATER ENGINEERING&FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:66 NAME OF PROJECT: Northsi&II Forty-Eight Inch Water Main Phase 11,Part I PROJECT NO.: C-02304 CONTRACTOR: S.J.Louis Construction of Te: CITY PROJECT C-02304 PERIOD FROM:05/01/17 TO: 10/15/21 FINAL INSPECTION DATE: 10/15/2021 WORK ORDER EFFECTIVE:5/1/2017 CONTRACT TIME: 1692 Q wo®Co DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON F CHARGED CHARGED OR DAYS MONTH DURING CREDITED MONTH CREDITED DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23 9. 24. 10. 25 11. 26. 12. 27. 13. 28. 14. 29 i 15. 30. i 31. SAT,SUIv, RAIN,TOO WE, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS" CHARGED DAYS THIS PERIOD 0 0 PREVIOUS PERIOD 1484 1484 TOTALS TO DATE 1484 1484 *REMARKS: AL:7 CONTRACTOR DMAE� INSPECTOR DATE Capitat Projects Delivery,�Y�ater Department The City of Fort Worth•1000 Tliroclunorton Street•Fort Worth,T176012-6311 (817)392-4477•Fax:(817)392-8460 FORTWORTHI REv:02/22/07 Capital Projects Delivety,Water Department CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 4-Nov-21 mame,of cLintractoi: Project rYai e S.J.Louis Construction of Texas,LTD Northside Il Forty-Eight Inch Water Main Phase II Part I II afer Cngineering Inspector Project 11alrnger RayMond E Trice John ICasavich DOE"Mfi)iber Project D cullj' Type of Contract 7344 Q Stmpte Q Routine ®Complex Q Water [21 Waste Water ❑Storm Drainage ❑Pavement Giltial contractitiriorriif frinal Cottt�acfdsioun! $9,882,130.00 $I0,34 I,549.60 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excelignt ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&.SPECIFICATIONS I Availability of Inspector• I Accuracy of Plans to Existing"Conditions 2- 2 Knowledge of Inspector 2 Clarity&Suff cienc of Details 3 Accuracy.oftMeasured Quantities 3 Applicability ofSpecifications 3 4 Display Of Professionalism 4 Accuracy. of Plan Quantities Z.. 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting tip Valve Crews,Labs I Knowledge And/Or Problem Resolution Z ADMINISTRATION 2 Availability of Project Manager Z 1 Change Order Processing Time 1 7 13 Communication Z 2 Tirnliness of Contractor Payments 1 7. 14 -Resolution of Utility Conflicts Z 3 Bid Opening to Pre-Con Meeting Timefratne III)COMMENTS&SIGNATURES COIYIIYIENTS Signature Contractor Signature Inspector '44fe 2 Signature Inspector's Supervisor INSPECTOR'S COMMENTS i Capital Projects Delivery,Water Department The City of Fort Wordi•1000 Tluockmorton Street-Fort Worth,TX 76012-6311 (817)392-4477•Fax:(817)392-8460 FORT WORT RCV:02/20/07 Capital Projects Delivery,Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Ndiiie ofCowractar Project Narne S.J.Louis Construction of Texas,LTD Northside II Forty-Eight Inch Water Main Phase II,Part I 11'aler Enngfneer$tg Afspector DOE Nnfnnber Raymond Brice 7344 Water Engineering Inspector Project 1fagager Water Waste Water ❑Storm Drainage ❑Pavement John ICasavich Initial Cant act.-Luorau Project Difficalty $9,882,130.00 Q Simple Q Routine QQ Complex Final Contract.,Itnoitnt Date $10,341,549.60 11/4/202 t II)PERFORMANCE EVALUATION 0-Inadc.quate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 y 4 8 8 2 Public Notifications 5 Y 3 20 15 3-Plans on Site 5 y 4 20 20 4 Field Supervision 15 y 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 y 3 60 45 8 Traffic Control Maintenance 15 y 3 60 45 9 Daily Clean Up 5 y 3 20 15 10 Citizen's Com lainl Resolution 5 y 4 20 20 H Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 373 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 373 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/NISI* 100%) 373 / 448 = 83% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=LYcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS A\VARDED) i tt I Signature Inspector Adti AAYPV vl) Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Piojects Delive>y,�\/ater Department The City of Fort\Worth•1000 Throckmorton Street•Fort k ordi,'IZ 76012-6311 (817)392-4477•Fax:(817)392-8460 FORTWORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Northside II Forty-Eight Inch Water Main Phase H,Part I PROJECT NUMBER: 2304 DOE NUMBER: 7344 WATER PIPE LAID SIZE TYPE OF PIPE LF WATER 48 Inch Bar Wrapped 16318 WATER 36 Inch Bar Wrapped 733 WATER 16 Inch Ductile Iron 210 WATER 8 Inch PVC 140 WATER 6 Inch PVC 10 FIRE HYDRANTS: 1 VALVES(16" OR LARGER) 7 PIPE ABANDONED SIZE TYPE OF PIPE LF Water 30 Inch Cast Iron 733 Water 6 Inch Cast Iron 140 DENSITIES: 78 NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8 Inch PVC 1955 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: 7 NEW SERVICES: 4 Inch X I-) PVC i 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 REV: 02/01/05 CISCO LOCATION I.D. SANITARY SEWER SERVICE REPORT DATE: 8/19/2021 ADDITION: DOE NUMBER: 7344 PROJECT NAME: Northside II 48"Water Transmission WORK ORDER#: PROJECT#: 2304 ZIP CODE: 76244 CONTRACTOR: SJ Louis Contruction of Texas,LTD. MAPSCO: 20X,20Y,20Z INSPECTOR: David Johnson TAD MAP: INSPECTOR TELEPHONE: 817-223-2279 STREET: Keller Hicks Road Fort Worth,TX 76244 ATJDDSS LDTBLU DE[ HOCAX 4ON SIDEz 3230 Keller Hick Rd. 4" 10'-0" 11'West of EPL on the NPL 3200 Keller I-Iicks Rd. 4" 10'-0" 16'East of EPL on the NPL 3170 Keller I-licks Rd. 4" 10'-0" 20'East of EPL on the NPL 3100 Keller Hicks Rd. (Tract II) 4" 10'-0" 17.5'West of EPL on the NPL 11400 Mistys Run 10 2 4" 6'-0" 189'East of WPL on the SPL 3100 Keller Hicks Rd. (Tract I) 4" 4'-0" 14'East of WPL on the NPL 3090 Keller Hicks Rd. 4" 4'-0" 14'East of WPL on the NPL 11401 Mistys Run 15 1 4" 4'-0" 85'Eest of WPL on the SPL 3060 Keller Hicks Rd 4" 4'-0" 110'West of EPL on NPL 3019 Keller Hicks Rd 16 1 8" T-0" Stubbed out 5'on NS of Manhole 3010 Keller Iicks Rd. 4" 5'-0" 12'East of WPL on NPL 3000 Keller Hicks Rd. 4" 5'-0" 29'East of WPL on NPL 2990 Keller Hicks Rd. 4" 6'-0" 5'East of WPL on NPL FORT WORTH CONSENT OF SURETY COMPANY City of Fort Worth,TX TO FINAL PAYMENT Bond No.190034876 PROJECT: NORTHSIDE II 48-INCH WATER TRASMISSION MAIN, PROJECT NUMBER: PHASE 2-PART 1 OWNER: Citv of Fort Worth Texas 002304 CONTRACTOR: S.J.Louls Construction of Texas Ltd. 21702 ENGINEER: Freese and Nichols 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 Contractorshaii not relieve the Surety Company of any of its obligations to the Owner under the terms of the I Contract and as set forth in said Surety Company's bond. In witness whereof,the Surety Company has hereunto set Its hand this 9th day of November 20 21 . Liberty Mutual Insurance Company Surety Company B Authorized Represer►tative Title Heather R.Goedtel,Attomey-in-Fact Address: Libedy Mutual Insurance Company 175 Berkeley Street Boston,MA 02116 Attach Power of Attorney i I This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company mutual. The Ohio Casualty Insurance Company Certificate No: 8205962-190003 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casually Insurance Company is a corporation duty organized under the laws of the State of New Hampshire,that Liberty Mutual insurance Company Is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companlesl,pursuant to and by authority herein set forth,does hereby name,constitute and appoint,1316ke S. Bohlig;Brian D.Carpenter;Craig Olmstead;Heather Jt.Goedtel•Jessica HoM Kelly Nicole Enghauser•Michelle Halter•Nicole Langer,•Laurie Pflug i ail of the city of Bloomineton state of MN each individually ii there be more than one named,its true and lawful attorney-In•factto make, execute,sea], owe can'ledge and deliver,forand on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,In pursuance of these presents and shall be as binding upon the Companies as N they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed theretothls ISth dayof_ July 2021 . tNSU D NSU Liberty Mutual Insurance Company JP opvc Rqy J�vi o 1NSURA The Ohio Casualty Insurance Company v Company �oRp�R�r 1' West American Insurance Com L �"m` r�J1912 a° i 1919 o Q 1991 a) N� O�HynuM�a� vs��%rnu*�ya� By. v * ar w t David M.Car Assistant Secrets rT t° `m State ofPENNSYLVANIA �' Secretary c m County OfMONTGOMERY E 0 LOn this 15th day of. July 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 ar > Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes G therein contained by signing on behalf of the corporations byhimself as a duly authorized officer. a to yIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q O°�' 9P Pl,gr Q0 *. �<•� ,�� Ccrtvnonnea4AMPervuylvenirt•NourySeni �•'._ 60 �o �..F TereasPaetdla,Notary Mic 0„0,.; tlF ManxyonwryCamry C E Myc«nmtssbnaxPig Marfi 29,202E By: � O y ' , �, Commissbn numberi1290(4 E �� ityr �i�`c' N ttemte.Pemsyv+natiscaAtmnefNn�rMs eresaPaslella,NolaryPubfc 4p co Iv O N C°? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual '°Q 0 insurance Company,and West American Insurance Company which resolutions are now In full force and effect reading as follows: a cv ARTICLE IV—OFFICERS:Section 12.Power of Attomey. p coo ° Any officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President,and subject to such limitation as the Chairman or the a co mPresident may prescribe,shall appoint such allomeys-in-fact,as may be necessary to actin behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m any and all undertakings,bonds,recognizances and other surety obligations,Such attomeys-tn-fact,subject to the Imitations set forth in their respective powers of attorney,shall r� o= have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o m Z Instruments shall be as binding as H signed by the President and attested to by the Secretary.Any power or authority granted to any representative or adomeydn-fact under the M provisions of this article may be revoked at any time by the Board,the Chairman,the President orby the officer oroffoers granting such poweror authority. o T ARTICLE X111—Execution of Contracts:Section 5.Surety Bonds and Undertakings. m. 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, shalt appoint such attorneys-In-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such a@omeysdn-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shalt 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 atlomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surely any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that faeslmlle ormechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney Issued by the Company In connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify,that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9tb day of November , 2021 iNst/ i t IN3V tNst1R \1912 o s 1919 n 1991 o d Y; tx"t o s By Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co 02121 FORT' RTH CONTRACTORS AFFIDAVIT OF RELEASE OF LIENS The City of Fort Worth PROJECT: NORTHSIDE II 48-INCH WATER TRASMISSION MAIN, PROJECT NUMBER: PHASE 2-PART 1 OWNER: City of Fort Worth,Texas 002104 CONTRACTOR: S.J.Louis Construction of Texas, Ltd. j 21702 , ENGINEER: JFreese and Nichols The Contractor,in accordance with the Contract Documents,and in consideration for the full and final payment to the Contractor for all services in connection with the project, does hereby waive and release any and all liens,or any and all claims to liens which the Contractormay 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 warrants that all subcontractors of labor and/or materials for the Project, except as listed below,have been paid In full for all labor and/or materials supplied to,for, through or at the direct or indirect request of the Contractor prior to, through and Including the date of this affidavit. EXCEPTIONS: (If none,write"NONE". The Contractor shall furnish a bond, acceptable to the Owner,for each exception,) i None i I i CONTRACTOR S.J. Louis Construction of Texas Ltd. By Adam Lunsford Title Vice President Subscribed and sworn to before me this 9th day of November 12021 Notary Public: My Commission Expires:_0 q MAR1A LAURA PAREDES x° Notary ID#130612880 IN f My Commission Expires i FORT WORTH CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS City of Fort Worth,TX I PROJECT: NORTHSIDE If 48-INCH WATER TRASMISSION MAIN, PROJECT NUMBER: PHASE 2-PART 1 OWNER: City of Fort Worth,Texas 002304 CONTRACTOR: S.J. Louis Construction of Texas Ltd. 21702 ENGINEER: Freese and Nichols 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 mannerin 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: (If none,write"NONE". The Contractor shall furnish a bond,acceptable to the Owner, for each exception.) None I i CONTRACTOR S.J. Louis Construction of Texas Ltd. BY Adam Lunsford TITLE Vice President Subscribed and sworn to before me this 9th day of November ,20 21 Notary Public:_ My Commission Expires: 0 MARIA LAURA PQExpires r° n Notary ID#130 H My Commission FORT WORTH 10 November 08,2021 S.J.Louis Construction of Texas,LTD P. O.Box 834 Mansfield,TX 76063-0834 Re:Acceptance Letter Project Name: Northside H Forty-Eight Inch Water Main Phase II,Part I Project Type: Water Project K2: C-02304 D.O.E. Ns: 7344 Contract Ns: 48783 Dated: 2/7/2017 Gentleman: On October 15,2021 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 October 15,2021,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 Yours Truly, 1 ?n Ton lholola,P.E.,Assistant Director Water Department Y P MP / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Strains,Fire Department Cesar Zavala,Field Operations Superintendent,Water Department Luke Coffman,Field Operations Superintendent,Waste Water Department John Kasavich,P.E>,Project Manager,Water Department Capital Delivery Olivia Kerss,P.E. Freese and Nichols Inc., Consultant S.J.Louis Construction of Texas,LTD, Contractor David Johnson,Inspection Supervisor,Water Department Capital Delivery Raymond Brice,Inspector,Water Department Capital Delivery File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THRocKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAx 817-392-8195 Cs Printed on recycled paper