Loading...
HomeMy WebLinkAboutContract 46046-R2FP1 FORT WORTH. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Secretary No: 46046_R2FP1 Date Received: Jun 17,2022 City Project Ns: 2298 Regarding contract 46046 for SANITARY SEWER CIP CONTRACT 2014 2ND RENEWAL as required by the WATER DEPARTMENT as approved by City Council on 09/09/2014 through M&C 26968 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation &Public Works Department has accepted the project as complete. Original Contract Prices: $ 800,000.00 Amount of Approved Change Orders: $ Ne 1 Revised Contract Amount: $1,474,707.50 Total Cost Work Completed: $ 258,051.00 Less Deductions: Liquidated Damages: 0 Days Q$420.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $ 258,051.00 Less Previous Payments: $ 245,148.45 Final Payment Due $ 12,902.55 bEff-AVLewis Lewis Gregory-26,202209:04 CDT) May 26,2022 Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery christopher Nc��der Jun 17 2022 Christopher Harder(Jun 17,2022 10:35 CDT) Accepted Date Director, WATER DEPARTMENT Client Department Dana Burghdoff(Jun 17,20 11:30 CDT Jun 17 2022 Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY FT.WORTH, TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT RE-QUEST Contract Name SANITARY SEWER CIP CONTRACT 201A Contract Limits 2ND RENEWAL Project'I'ypc SEWER City Project Numbers 02298 DOE Number 2298 Estimate Number 5 Payment Number 5 For Period Ending 5/2/2022 CD City Secretary Contract Number 46046-112 Contract Time 366:D Contract Date Days Charged to Date 196 Project Manager NA Contract is 17.000 Complete Contractor INSITUPORM TECHNOLOGIES,LLC 3001 ROY ORR BLVD. GRAND PRAIRIE, TX 75050 Inspectors DICKINSON / WATSON Tuesday,May 17,2022 Page[U5 City Project Numbers 02298 DOE Number 2298 Contract Name SANITARY SEWER CIP CONTRACT 2014 Estimate Number 5 Contract Limits 21,11)RENEWAL Payment Number 5 Project Type SEWER For Period Ending 5/2/2022 Project Funding SANITARY SEWER CIP CONTRACT 2014 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No, Qnnnity Total Quanity 'Total 1 6 inch X 4.5 min CIPP 500 LF $50.00 $25,000.00 145 $7,250.00 2 8 inch x 6.0 non CIPP 6000 LF $45.00 $270,000.00 948 $42,660.00 3 10 inch x 6.0 non CIPP 1000 LF $50.00 $50,000.00 4 12 inch x 6.0 nun CIPP 500 LF $65.00 $32,500.00 5 15 inch x 7.5 nmm CIPP 500 LF $80.00 $40,000.00 6 18 inch x 9.0 nun CIPP 300 LF $93.00 $27,900.00 7 21 inch x 9.0 ram CIPP 300 LF $125.00 $37,500.00 8 24 inch x 10.5 nnn CIPP 300 LF $175.00 $52,500.00 9 27 inch x 10.5 nun CIPP 300 LF $175.00 $52,500.00 10 30 inch x 12.00 non CIPP 300 LF $180.00 $54,000.00 11 6&8 inch CIPP Additional 1.5 non lh 200 LF $0.01 $2.00 12 10&12 inch CIPP Additional 1.5 nun 200 LF $5.00 $1,000.00 13 15&18 inch CIPP Additional 1.5 min !00 LF $8.00 $800.00 14 21&24 inch CIPP Additional 1.5 nun 100 LF $13.00 $1,300.00 15 27 inch CIPP Additional 1.5 nun thick 100 LF $14.00 $1,400.00 16 30 inch CIPP Additional 1.5 nun thick 100 LF $15.00 $1,500.00 17 6 to 8 inch Clean and TV Sanitary S 6500 LF $7.00 $45,500.00 3427 $23,989.00 18 10 to 12 inch Clean and TV Sanitary 1500 LF $7.00 $10,500.00 1930 $13,510.00 19 15 to 18 inch Clean and TV Sanitary 800 LF $8.00 $6,400.00 20 21 to 24 inch Clean and'rV Sanitary 600 LF $12.00 $7,200.00 1888 $22,656.00 21 27 inch Clean and TV Sanitary Sewer 300 LF $12.00 $3,600.00 1140 $13,680.00 22 30 inch Clean and TV Sanitary Sewcr 300 LF $12.00 $3,600.00 533 $6,396.00 23 Root Removal 3000 LF $1.15 $3,450.00 24 Other remote obtruction removal 10 DY $750.00 $7,500.00 17 $12,750.00 25 Operate 4 inch Bypass Pumping System 90 DY $250.00 $22,500.00 2 $500.00 26 Operate 6 inch Bypass Pumping Syste 90 DY $350.00 $31,500.00 27 Operate 8 inch Bypass Pumping Syste 5 DY $2,000.00 $10,000.00 28 Operate 12 inch Bypass Pumping Sys( 5 LS $3,000.00 $15,000.00 29 Traffic Control-Design and Install 15 EA $7,500.00 $112,500.00 11 $82,500.00 30 4 foot Manhole 10 EA $4,500.00 $45,000.00 1 $4,500.00 31 5 foot Manhole 5 EA $5,000.00 $25,000.00 Tuesday,May 17,2022 Page 2 of 5 City Project Numbers 02298 DOE Number 2298 Contract Name SANITARY SEWER CIP CONTRACT 2014 Estimate Number 5 Contract Limits 2ND RENEWAL Payment Number 5 Project Type SEWER For Period Ending 5/2/2022 Project Funding 32 4 foot Fiberglass Manhole 5 EA $4,500.00 $22,500.00 33 5 fool Fiberglass Manhole 5 EA $5,000.00 $25,000.00 34 Wastewater Access Chamber(WAC) 10 EA $2,500.00 $25,000.00 35 4 fool Manhole Rehabilitation 20 VF $350.00 $7,000.00 36 5 foot Manhole Rehabilitation 20 VF $425.00 $8,500.00 37 Epoxy Manhole Liner 50 VF $180.00 $9,000.00 38 Permanent Asphalt Paving Repair 800 LF $40.00 $32,000.00 39 Temporary Asphalt Paving Repair 1000 LF $20.00 $20,000.00 40 6 inch Concrete Payment Repair 500 SY $50.00 $25,000.00 41 Manhole Adjustment,Minor 10 EA $1,100.00 $11,000.00 42 Manhole Adjustment,Major w/Cover 10 EA $2,600.00 $26,000.00 43 Concrete Collar 50 EA $600.00 $30,000.00 44 4 inch Service Reconnection,CIPP 2000 EA $0.01 $20.00 45 6 inch Service Reconnection,CIPP 200 EA $0.01 $2.00 46 Street Use Permit 50 EA $350.00 $17,500.00 8 $2,800.00 47 Post CCTV Inspection 50 LF $10.00 $500.00 1093 $10,930.00 48 Pre CCTV Inspection 50 EA $10.00 $500.00 1093 $10,930.00 49 Manhole Vacuum Testing 50 LF $225.00 $11,250.00 50 6-12 inch Sewer Pipe,Point Repair too LF $300.00 $30,000.00 10 $3,000.00 51 18-24 inch Sewer Pipe,Point Repair 100 LF $350.00 $35,000.00 52 24-30 inch Sewer Pipe,Point Repair 100 LF $450.00 $45,000.00 53 4 foot Extra Deep Manhole 10 VF $425.00 $4,250.00 54 5 foot Extra Deep Manhole 5 VF $625.00 $3,125.00 55 4 foot Extra Deep Fiberglass Manhole 5 VF $625.00 $3,125.00 56 5 foot Extra Deep Fiberglass Manhole 5 VF $825.00 $4,125.00 57 Mobilization/Demobilization Cost for 48'Cleaning 1 LF $9,650.00 $9,650.00 58 Clean and TV 48" 1230 LF $58.95 $72,508.50 Sub-Total of Previous Unit $1,474,707.50 $258,051.00 ----- --------------------------------- Tuesday,May 17,2022 Page ors City Project Numbers 02298 DOE Number 2298 Contract Name SANITARY SEWER CIP CONTRACT 2014 Estimate Number 5 Contract Limits 2ND RENEWAL Payment Number 5 Project Type SEWER For Period Ending 5/2/2022 Project Funding Couh'act Information Summary Original Contract Amount $800,000.00 Chnn2e Orders Total Contract Price $1,474,707.50 Ben Hawkins Ben Hawkins(May 23,202213a2 CDT) Date May 23,2022 Total Cost of Work Completed $258,051.00 Contractor Less %Retained $0.00 May 23,2022 Net Earned $258,051.00 Randy oaon(May23,202213:20CDT) Date Y Earned This Period $12,902,52 Inspection Supervisor IWZK R May 25,2022 Retaivage This Period $0.00 John R.Kasavich(May 25,202215:27 CDT) Date Less Liquidated Damages Project Manager Days Q /Day $0.00 Christopher Na�de� Jun 17 2022 Christopher Harder(Jun 17,2022 10:35 CDT) Date LessPavemeutDeficiency $0.00 Director/Contracting Department Less Penalty $0,00 Less Previous Payment $245,1.48.45 Plus 14Iaterial on Hand Less 15% $0.00 Balance Due This Payment $12,902.55 Tuesday,May 17,2022 Page 4 of 5 City Project Numbers 02298 DOG Number 2298 Contract Name SANI'I'ARY SEWER CIP CON'I'RACf 2014 Estimate Number 5 Contract Limits 2ND RENEWAL Payment Number 5 Project Type SEWER For Period Ending 5/2/2022 Project Funding Project IVlanager NA City Secretary Contract Number 46046-112 Inspectors DICKINSON / WAI'SON Contract Date Contractor 1NSI'I'UPORM'1'ECHNOLOGIES,LLC Contract Time 365 CD 3001 ROY ORR BLVD. Days Charged to Date 196 CD GRAND PRAIRIE, '1'X 75050 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fetid Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $258,051.00 Less %Retained $0.00 Net Earned $258,051.00 Earned This Period $12,902.52 Retaivage This Period $0.00 Less Liquidated Damages 0 Days a $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $245,148.45 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $12 902.55 'I'uesday,May 17,2022 P.ige 5 of 5 FIORT VN\' 0R'1'H00 TRANSPORTATION AND PUBLIC WORKS May 6,2022 Insituform Technologies,LLC 5033 Mosson Rd Fort Worth,TX 76119 RE: Acceptance Letter Project Name: Sanitary Sewer CIP Contract 2014 2"d Renewal Project Type: Sewer Rehab City Project No.: 2289 To Whom It May Concern: On May 6, 2022 a final inspection was made on the subject project. There were no punch list items identified at that 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 May 6,2022, which is the date of the final inspection and will extend of two(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- 392-8480. Sincerely, lw-t v k. <A"U" John R.Kasavich(May 25,2022 15:27 CDT) John I(asavich, Project Manager Cc: Donald Watson, Inspector Mike Glover, Inspection Supervisor Randy Horton,Senior Inspector John Kasavich, Program Manager NA,Consultant Insitufoem Technologies,LLC,Contractor NA, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov I Rev.O8/20/19 I Fo RT WO RT�� rev 03/05/07 •i:Y TRANSPORTATION&PUBLIC'WORDS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.;S NAME OF PROJECT: Santary Sewer CIl'Conlettcl2014 2nd Renewtll PROJECT NO.: 2298 CONTRACTOR: Insiluform Technologies,LLC DOE NO.: 2298 PERIOD FROM:08/24/20 TO: 05/02/22 FINAL INSPECTION DATE; 2-May WORK ORDER EFFECTIVE:2/1/2018 CONTRACT TIME; 365 O WD @ CD DAYS DAYS REASONFOR DAYS DAY OF REASON FOR DAYS DAY OF' CHARGED CHARGED MONTH DURING CREDITED MONTH DURING CREDITED 1. 16, 91. 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. 15. 30, 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 0 612 0 612 PERIOD PREVIOUS 0 0 0 798 196 994 PERIOD TOTALS 0 0 0 1,410 196 1,606 TO DATE ,'REMARKS; Ben Hawkns May 23,2022 Donald Watson 5/2/22 r<n Nn.lint IJJJY JJ.Jon l I'.IJ coil CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPART\'IENT � �' The City of Fort Worth-1000 Throckniotton Street•Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 CONSENT OF SURETY OWNER _ TO rINAL PAYMENT ARCHITECT _ AIA DOCUMENT G707 CONTRACTOR _ SURETY _ (Instructions on reverse sldo) OTHER Bond No. 106155701 TO (OWNER) (Name and address) ARCHITECT'S PROJECT NO: City of Fort Worth, TX 1000 Throckmorton Street Fort Worth, TX 76102 Contract For: PROJECT: Contract Date: June 7,2017 (Name and address) Sanitary Sewer Cured-in-Place Pipe, Contract 2014, City Project No. 2298 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety) Travelers Casualty And Surety Company Of America One Tower Square Hartford, CT 061 a3 SURETY, on bond of (here insert name and address of Contractor) Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 ,CONTRACTOR, hereby approves of the 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 (here Insert name and address of Owner) City of Fort Worth, TX 1000 Throckmorton Street Fort Worth, TX 76102 OWNER, as set forth in the said Surely Company's bond. IN WITNESS WHEREOF,the Surety Company has hereunto set Its hand this 12th day of MaV,2022. (Insert In writ/ng the month following by the numeric date and year) Travelers Casualty And Surety CompanV Of America Surety Company By: I Rao, O- Q 11_----- (Seal) Christina A.Culotta,Witness Andrew P.Thome,Attorney-In-Fact AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT 1994 EDITION AIA@) Ono Page ©THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE„NW State of Missouri County of St.Louis On 05/12/2022, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn,personally appeared Andrew P.`I honxe lmown to me to be Attorney-in-Fact of TRAVELERS CASUALTY AND SURE'T Y (COMPANY OF AmERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above, U� am'sq Christina A. Culotta,Notary Public CHRISTINA A.CULOTTA NOTARY PUBLIC-NOTARY SEAL STATE COMMISSIONED O FOR SSIT.LOU SI COUNTY My.-COMMISSION EXPIRES AUG.o5,?023, ID#19313442 My Conunission Expires: Travelers Casually and Surety Company of America °� Travelers Casualty and Surety Company TRAVELE O St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:Thal Travelers Casually and Surely Company of America,Travelers Casually and Surely Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of Ilse Slate of Connecticut (herein collecllvely called the"Companies"),and(lint the Companies do hereby make,constitute and appoint ANDREW P THOME of CHESTERFIELD , Missouri their true and lawful Atlorney(s)-In-Fact to sign, execute, seal and acknowledgo any and all bonds, rocognizancos, conditional undertakings and other writings obligatory In Ilia nature thereof on behalf of rho Companies In (heir business of guaranteeing (he fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed bylaw, IN WITNESS WHEREOF,the Companies have caused tills Instrument to be signed,and their corporate seals to be hereto affixed,[his 21st day of April, 2021. ,fir/�III,y ,`iwl�yitlYt �tY A Stale of Connecticut 7 By: City of Hartford ss, Robert L.Rane , enlor Vice President On this (he 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be (lie Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I herounlo set my hand and official seal. 'I1N'i P-"b'rJF'"ti /L �G� My Commission expires the 30th day of Juno,2026 j1°,iimr A ��� \\ I us11e Anna P.Nowlk,Notary Public '�`ti„nvlvn This Power of Attorney Is granted under and by Ilia authority of file following resolutions adopted by the Boards of Directors of each of Ilia Companies,which resolutions are now In furl force and effect,reading as follows: RESOLVED, that the Chairman, (lie President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-In-Fact and Agents to act for and on behalf of ttie Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of Indemnity, and other writings obligatory In the Nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke(fie power given him or tier;and it Is FURTHER RESOLVED, that the Chairman, [lie President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that.each such delegation Is in writing and a copy thereof Is filed In(tie office of the Secretary;and It Is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, Orly Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, Ilse Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, If required) by one or more Attomays-Ili-Fact and Agents pursuant to the power prescribed Ili Iris or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and It Is FURTHER RESOLVED, that (fie signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and(he seal of tiie Company may he affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-In- Fact for purposes only of executing and attesting hands and undertakings and oilier writings obligatory In the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimlle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which It Is attached. I, Kovin E. Hughes, (lie undersigned, Assistant Secretary of each of Ifie Companies, do hereby certify that the above and foregoing Is a true and correct copy of tiie Power of Attorney executed by said Companies,which remains In full force and effect. Dated this 12th day of May 2022 , Iv�w4p, a�.�rax° ,L�OrN�rti r a r IN9�F0�� � IUf11f0110, : p�YhY,ar M C IIb Q � C01111."""° I(evin E.Hughes,Ass lanl Secretary To verUy the authenticity of this Po war ofAttornoy,please call rrs at 1-000-421-3000. Please refer to(lie above-named Attorney(s)-fit-!'act and the detalls of the hand to which this Power ofAttorney is attached. AFFIDAVIT OF BILLS PAID THE STATE OF TEXAS COUNTY OF TARRANT Ben Hawkins Being first duly sworn, state that he is Project Manager of Insituform Technologies LLC of Tarrant County of Texas, hereinafter called "Company", and The said Company has performed work and/or furnished City of Foil Worth , hereinafter called "Owner" pursuant to a contract, dated with Owner(hereinafter called"Contract")for the construction of: PROJECT: Sanitary Sewer Cured-in-Place Pipe PROJECT NO: Contract 2014,City Project 2298 (Insituform Job# 181428) That all just and lawful invoices against the Company for Labor, materials and expendable equipment employed in the performance of the Contract and have been paid in full (with the exception of the attached invoice)prior to acceptance of payments from the Owner, and That the Company agrees to indemnify and hold the Owner and Engineers harmless from all liability arising from claims by subcontractors,materialmen and suppliers under Contract, and That no claims have been made or filed upon the payment bond, That the Company has not received any claims or notice of claims fi•om the subcontractor, mate>ialmen and suppliers. INSITUFORM TECHNOLOGIES, L.L.C. By: Ben Hawkins Project Manager Title THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME,The undersigned authority,on this day personally appeared Ben Hawkins of Insituform Technologies LLC , a Delaware Corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that the executed the same as the act and deed of such corporation, for the purpose of consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE ON THIS THE 16"' day of Mav 2022. MY COMMISSION EXPIRES:_10/02/2022 f/ NOTE Y PUBLIC IN AAD FOR THE STATE OF TEXAS JULIE A. HATFIELD ZP...lie'i �sNotary Public,State of Texas q +4c Comm.Expires 10-02.2022 461 I%%\'� Notary ID 12997983-4 r-