Loading...
HomeMy WebLinkAboutContract 46349-FP1 (2)Departme t of� �W Const. 5ervices DOE# ' Date Project a ager • '� Risk Management J. Paqe - D.O.E. Brotherton '` CFA WestermanlScanne The Proceeding people have been Coi ct c ncemmg payment 8 have released this project for such payment Clearance Conducted By Shameka Kennedy -"• - -- . _�. _ =-...4 $1,577,906.40 D.O.E. Ns: 6630 Regarding contract 46349 for WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2010 STM-B as required by the WATER DEPARTMENT as approved by City Council on 12/9/2014 through M&C G27113 the director of the WATER DEPARTMENT u�pon the recommendation of the Assistant Director of the Transportation & Public Works Department has acce t� p,�oj�$ �sj�.�i� �`�`� (r_ �����{ Originat Contract Prices: � � � j � $1,462,803.40 �, NOV 2 3 2015 �� ��� Amount of Approved Change Orde : �` � $115,103.00 Ns 1& 2 Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Defciencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due � Recommended for Acceptance Asst. Director, TPW - Infrastructure Design and Construction �/ V , Accepted —�� Asst. Director, WATER DEPARTMENT �[�1.� � �/��/ � ..�� �, Asst. City Manager $1,520,684.20 $1,444,649.99 �76,034.21 _�� �!/ '�,S Date /i z3 i� Dat � !/ - � � � �s Comments: P253-541200-603170149583, P258-541200-703170149583 ��.� �.�i�,� N�V 3 �2Q15 �t�s y _ `� �, `"��'_ , Cti'Y �EC�i�' ��t�'����"I'��- T V�ORTH� �"°���� `�� - � 5'�9�01— C c�1� 4S TION AND PUBLIC WORKS G S�-: �0 3�i � PROJECT COMPLETION $1,520,684.20 Days @ $210.00/ Day � SCANNED Date ���w���� ������ �I�� ���:�i���R�� �'�'ti '�III�i�'�'�, °�'�{ t�a s3- G}�qs FORTWORTH CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name WATER AND SANITARY SEWER REPLACEMENT Contract Limits CONTRAC'I' 2010 STM-B Project Type WATER & SEWER City Project Numbers 01495 DOE Number 6630 Estimate Number 11 Payment Number 11 For Period Ending City Secretary Contract Number 46349 Contract Date 12/9/2014 Project Manager Wong Contractor WOODY CONTRACT02S, INC. 650 TOWER DRIVE KENr1EDALE , TX 76060 Inspectors DICKINSON / CAZORLA Tuesday, October 20, 2015 10/20/20t5 CD Contract Time 26�D Days Charged to Date t90 Contract is 96.000 Complete Page 1 of 6 City Project Numbers 01495 Contract Name WATER AND SANITARY SEWER REPLACEMF:[V'I' Contract Limits CON'1'RACT 2010 STM-B Project Type WATER & SEWER Project I+unding Unit 1 - Water Line DOE Number 6630 Estimate Namber 11 Payment N�mber 11 For Period �nding 10/20l2015 Item llescription of [tems �stlmated Unit Unit Cost �sHmated Cowpleted Completed No. Quanity Total Quanity Total 1 3311.026i 8" PVC WaterPipe CO#1 5742 LF $48.00 5275,616.00 5828 $279,7�k4.00 2 3311.0251 8" DIP Water 10 LF $58.00 $580.00 20 $1,160.00 3 3311.0461 12" PVC WaterPipe 200 LF $60.00 $12,000.00 185 $I I,100.00 4 3311.0161 b" PVC Water Pipa CO#1 210 LF $39.00 $8,190.00 152 $5,928.00 5 33123005 12" Gate Valve 5 EA $2,500.00 $12,500.00 5 $12,500.00 6 3312.3003 8" GaYe Valve CO#I 28 EA $1,300.00 $36,400.00 30 $39,000.00 7 33123002 6" Gate Valve CO#1 9 EA $550.00 $7,650.00 14 $11,900.00 8 3312.3103 8" Cut-in Gate VaLve 2 EA $3,500.00 $7,000.00 9 3312.4004 8" x 6" Tapping Sleeve & V 1 EA $4,600.00 $4,600.00 1 $4,600.00 10 3312.4106 12" x 6" Tapping Sleeve & 3 EA $4,900.00 $14,700.00 11 3312.2001 I" Water Service, Meter R CO#1 140 EA $275.00 $38,500.00 131 $36,025.00 l2 3312.2003 1"WaterServiceCOitl 140 EA $1,100.00 $154,000.00 131 $144,100.00 13 3312.0105 Connection to Existing 12 10 EA $1,800.00 $18,000.00 9$16,200.00 14 3312.0103 Connection to Existing 8" 4 EA $1,800.00 $7,200.00 7$12,600.00 15 3312.0102 Commection to E�cisting 6° 6 EA $1,800.00 $10,800.00 5 $9,000.00 16 3312.0001 Fire Hydrant 13 EA $3,700.00 $48,100.00 14 $51,800.00 17 3311.0001 Ductile Iron Water Fittin CO# 1 3.75 TO $7,000.00 $26,250.00 3.72 $26,040.00 18 3304.0101 Temporary Water Services COi{ 1 1.2 LS $50,000.00 $60,000.00 1.2 $60,000.00 19 3201.0400 TemporaryAsphaltPaving CO#1 8817 LF $10.00 $88,170.00 8433 $84,330.00 20 3201.0123 6' Wide Asphalt Pvmt Repar 299 LF $97.00 $29,003.00 238 $23,086.00 21 3213.o301 4" Conc Sidewalk 50 SF $15.00 $750.00 34 $510.00 22 3213.0401 6"ConcreteDriveway 50 SF $16.00 $800.00 7L0.6 $11,369.60 23 3216.0101 6" Conc Curb and Gutter 575 LF $34.00 $19,550.00 253.5 $8,619.00 24 3216.0301 6" Cone Valley Gutter 16 SY $140.00 $2,240.00 24.64 $3,449.60 25 02411302 Remove 6" Water Valve C011l 11 EA $100.00 $1,100.00 11 $1,100.00 26 0241.1303 Remove 8" Water Valve 5 EA $100.00 $500.00 5 $500.00 27 02411305 Remove 12" Water Vaive 1 EA $100.00 $100.00 1 $100.00 28 02411510 Salvage Fire HycirantCOHI 7 EA $300.00 $2,100.00 6 $1,800.00 29 0241.1511 Salvage3/4"WaterMetcr COftl 138 EA $100.00 $13,800.00 131 $13,100.00 30 0241.1512 Salvage 1" Water Meter I EA $100.00 $100.00 31 3292.0100 Biock Sod Placement CO#1 374 SY $8.00 $2,992.00 465 $3,720.00 Tuesday, October 20, 2015 Page 2 of 6 City Project Numbers 0I495 Contract Namc WA'I'ER AND Sr1NI'I'ARY SEWER REPLACEMENT Contraci Limits CONTRACT 2010 S"I`M-B Project Type WATER & SEWER Project Funding DOE Number 6630 Estimate Number 1 I Payment Number 11 For Period �nding 10/20/2015 32 3305.0103 Exploratory Excavation of CO#2 8 EA $750.00 $6,000.00 8 $6,000.00 33 3471.0001 T'raffic Condol CO#1 5 MO $2,000.00 $10,000.00 4.67 $9,340.00 34 3125.0101 SWPPP > 1 acre 1 LS $1,400.00 $1,400.00 1 $1,400.00 35 11" CONC PAVEMENT ARTERIAL CQN2 100 SY $180.00 $18,000.00 109.6 $19,728.00 36 1 1/2" WATER SERVICE CO#2 2 EA $2,000.00 $4,000.00 2 $4,000.00 37 1 1!2" WA"1'ER SERVICE RECONNECTION CO#2 2 EA $500.00 $1,000.00 2 $I,000.00 38 PRNATE WATER SERVICF. COli2 100 LF $14.00 $1,400.00 305 $4,270.00 39 ACCEPTABLE BACKFILL CO#2 200 CY $17.00 $3,400.00 140 $2,380.00 40 WATER LINE LOWERING CO#2 1 EA $5,300.00 $5,300.00 1 $5,300.00 Sub-Total of Previous Unit $953,791.00 $926,799.20 Uuit 2 - Sewer Line Item Description of Items Esrimated Unit Unit Cust Estimated Completed Completed No. Quanity Total Quanity Total I 3331.4115 8" Sewer Pipe � 3541 LF $65.00 $230,165.00 3647 $237,055.00 2 3331.4116 8" Sewer Pipe, CSS Backfi 729 LF $79.00 $57,591.OD 714 $56,406.00 3 3331.3101 4"SewerService 93 EA $1,000.00 $93,000.00 93 $93,000.00 4 3339.1001 4' Manhole C0#2 18 EA $3,300.00 $59,400.00 19 $62,700.00 6 3339.1003 4' Extra Deplh Manhote 32.82 VF $150.00 $4,923.00 28 $4,200.00 7 3339.0003 Wastewater Access Chambcr 1 F�1 $2,800.00 $2,800.00 8 3216.0101 G° Conc Curb and Gutter 470 LF $34.00 $15,980.00 342 $1 ],628.00 9 3213.0401 6" Conerete Driveway 128 SF $16.00 $2,048.00 39.1 $625.60 10 3216.0301 6" Cone Valley Gutter 3.11 SY $140.00 $435.40 15.11 $2,115.40 11 3213.0301 4" Conc Sidewalk 50 SF $15.00 $750.00 12 0241.2201 Remove 4' Sewer Manhole 14 EA $400.00 $5,600.00 12 $4,800.00 13 3201.0400 'I'emporary Asphalt Paving 7150 LF $10.00 $71,500.00 5839 $58,390.00 14 3201.0123 6' Wide Asphait Pvmt Repar 66 LF $97.00 $6,a02.00 I S 3292.0100 Block Sod Placement 350 SY $8.00 $2,A00.00 4?5 $3,800.00 16 3301.0002 Post-CCTV Tnspection 4303 LF $2.00 $8,606.00 4352 $8,704.00 17 3301.0101 Manhole Vacuum Testing 23 EA $150.00 $3,450.00 19 $2,850.00 18 3305.0103 Exploratory Excavation of 3 EA $750.00 $2,250.00 3 $2,250.00 19 3305.0109 Trench Safery 4315 LF $1.00 $4,315.00 4361 $4,361.00 20 3305.0112 Conc�ete Collar 23 EA $100.00 $2;300.00 21 3339.0001 Epoxy Manhole Liner 121 VF $200.00 $24,200.00 120 $24,000.00 Tuesday, October 20, 2015 Page 3 of 6 City Project Numbers 01495 Conh•act Name WATER AND SANITARX SEWER REPLACEMENT Contract Limits CONTRACT 2010 STM-B Project Type WA1'ER & SEWER Project Funding DOE Number 6630 Estimate Number 1 I Payment Number 11 For Period Ending 10/20/2015 22 3471.0001 Traffic Control 4 MO $2,000.00 $8,000.00 l.5 $3,000.00 23 3125.0101 SWPPP > 1 acre 1 LS $1,400.00 $1,400.00 1 $1,400.00 24 EX'I'ERlOR llROP ONLY CO#2 1 EA $3,000.00 $3,000.00 1 $3,000.00 25 CONN TO MANHOLE CO#2 11 EA $1,200.00 $13,200.00 8 $9,600.00 Sub-Total of Previous Unit $624,115.40 $593,885.00 Tuesday, October 20, 2015 Page 4 of 6 CiTy Project Numbers 01495 Contract Name WATER AND SADIITARY SEWER REPLACEMEN'I' ContraCt Limits CONI'RACT 2010 STM-B Project Type WATER & SEWER Project Funding Contract Information Summary Originxl ContractAmount Change Orders Change Order Number 1 Change Order Number 2 DOE Number 6630 Estimate Number 11 Payment Number 11 For Pe►•iod �nding 10/20/2015 $1,462,803.40 $82,303.00 $32,800.00 Total Contract Price $1,577,906.40 / � � � 7 Asst Director('I'PW - Infrastructure Design a�d Construction Date Direcfor / Contracting Departrnent Total Cost of Work Completed Less % Reiained Net Earned �arned This Period $76,034.21 Retainage This Period $0.00 Less Liquidated Damages Days @ I Day LessPavement Deficiency Less Penalty Less Previoas Payment Plus Material on Hand Less 15% Balance Due This Payment $1,520,G84.20 $0.00 $1,520,684.20 $0.00 $0.00 $0.00 $1,444,649.99 $0.00 $76,034.21 Tuesday, October 20, 2015 Page 5 of 6 Q�C�,��`�Mi�� � � � NOV 2 3 2015 City Project Numbers 01495 B}(,_,.�„_,,,.,_._,.__ Contract Name WATER AND SANITARY SEWER REPLACEMENT Contract Limits CONTRACT 2010 STM-B Project Type WATER & SEWER Project Funding Project Manager Wong Inspectors DICKINSON / CAZORLA Contractor WOODY CON'IRACTORS, INC. 650 TOWER DRIVE KENNEDALE , TX 76060 �--q (�01- C G KI Q� L S �ll03�� DOE Number 6630 Estimate Number ll Payment Number 11 For Period Ending 10/20/2015 City Secretary Contract Nurober 46349 Contract Date 12/9/2014 Contract Time 260 CD Days Charged to Date 190 CD Contract is 000000 Complete CITY OF FORT WORTH �C� ���� �� SUMMAIZY OF CHARGE�NVC�I�� � �C(3 !�q- I _I_ � _.__. _ . Line Fund Account Center Aroount Gross Retainage Net Funded �5q1�01-C�I�qS 8'3538"g�� .DI --�3� 3qq� ��� 1-� �°I� 2 s -e- -�; G��s' 21 1 � Totxl Cost of Work Completed Less °/a Retained Net Earned WATER DEPARTMi?NT EERING AND FISCAL SERVIC rson - Berdena Digg,s,- Ext. 8429 DEPARTMENT CHECK Tuesday, October 2Q 2015 Earned This Period $76,034.21 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day Y� � LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,520,684.20 $0.00 $1,520,684.20 $0.00 $0.00 $0.00 $1,444,649.99 $0.00 $76,034.21 Page 6 of 6 �J �S 3- G1�4 5 FO RT �VU RT H TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME rev 03/OS/07 FINAL STATEMENT NO.:11 NAME OF PROJECT: Water and Santary Sewer Replacement Contract 2010 STM-B PROJECT NO.: 1495 CONTRACTOR: Woody Contractor DOE NO.; 6630 PERIOD FROM; TO: FINAL INSPECTION DATE: 14-Oct-15 WORK ORDER EFFECTIVE:4/8/2015 CONTRACT TIME: 260 Q� W[� Co DAY OF DAYS ��0�1 FOR DAYS DAY OF DAYS �ASON FOR DAYS MONTH CHARG�D CREDITED MONTH CI�ARGED CREDITED DURING 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. 15. 30. 31. SAT, SUN, I2AIN, TOO WET, UTII,ITIES DAYS TOTAL & HOLIDAYS & TOO COLD RELOCATIONS OTHERS * CI3ARGED DAYS THIS PERIOD 0 0 PREVIOUS PERIOD 190 190 TOTALS TO DATE 190 190 �i:��►�►_�.�:��I (�� '�" � —Z ' �� l� ONTRACTOR DATE SPECTO ENGINEERiNG DEPt1RT2r�NT ���' The City of Fort Worth • 1000 Thcockmorton Street • Fort �Iorth, TX 76012-6311 (81'� 392 - 7941 • F�: (817) 392 - 7845 lO-Zv-�S DATE �� , ;������� .n y �' ��ECRETAitV ��i'. YV�RTH, TX t��=—r � A���D�viT STATE QF TEXAS { COUI�iTY O�' TARRANT { B�FOI2E Iv�, 'I�E iINDE12STGNTD AIJTHORIIY, A N(�TARY P(P,3LIC IN 1T-IE STAT� AND COIJNi'Y r1F0I2�,SAIl�, (?N `F�IIS DAY PERS�JN�I,LY APPI:ARED TRUY WQODY PR��II�F;N`I UF (NAM}�) (TITT_I;) � WOC)DY (:ONTR�C"I'ORS, INC , , KNC?WN TO ML'I'O BE A G�DII3T,E ' (GOTrIPANY NAME) PERS(�N, W�IC� BEING BY ME Dt7I,Y SWURN, UYON i-�tS OATT-I DEPQS.}3D � SAlI�; T�IA"1' AT�I.< PtiRSONS, FIRMS, ASSOCIr�TIONS, COItl'ORATIONS OR OTHER URGr1NIZA.T70NS FIIiZNISI-�INCJ L�1BOR ANI�/UR M�TEI2It1LS HA VE BEEN PAID IN F C7I.L; THAT THE ESTABLISI7:l:D WEICiE SCAL� HA� B�EN PAID; �11VD THAT THERE ARE ND CLAIMS PENDINU F'UI2 :PERSC)Nt'1L, INJtIRY ANDIOR PROPERIX DAMAGES; ON CON"iRACT DE�CRIBEi� � S; Wate�- e� SS Reglacen��nt Contract 2610 STM-B, Project # 01495 �Y F���,-�-m-.�.—��_ f SUI3SCRIBED l�ND SWORN BE��'OIZE ME ON' S�Df1Y 0:�� ��O�hJ , 2015 SHAHON RIbDIE Notery Pubi1 STATE OFTEXr�OTA tY P LIC. 1N T. My GommiasiAn �xpiras 0212612019� � ,/ ,i �� COLTNTY, TE�t�S' �t�I�i�EI�`I' C?�' owrr�-x �1 ��T��'�' �4�IIYY���,1�� corcrTl�cTOR 0 TC9 �+'II�IA.I, I'A.��I�TT sv��r�r ❑ OTHER {SIMILAR TO ATA DO�LTMENT G707} Bond No. �2� g-20--?0 �'����T: tiVater and Sanitary Se���er Re��laceiize��t Conhact 2Q 10 ��TIvl-B City I'roject N�. O1495 (name, address) DOE 6b30, Fot't ��4'ortli Texas TO (Olvner) � � �OI�IT�2A� i tiR: City of Fort ���orth 1000 Tliroclu��rton Street Fort ��forth, TeYas 76102 �4'�T�u�y �ontz'ai;tors, Inc, ARCHITECT'S PROJEGT N�: � CONTRACT FOR: Above Pioject � CONTRACT DATE: Decern�er 9, ?Q 14 In accordance �'vith the provisions of the Coutract beh*reen the Orirner and the Contractor as indicated above, the (here insert name and addressofSuretyCompany) jJ1�I�2Jl��TISL1CaIlC@C01111�d11� ?Odl Bryan Street, Stiite 3:400 Dallas, Texas 75�?O1 , SURETY COMPANY, on bOnd of (faere insert name and address of Contraceor) Wood}•' Confraetors; ii�c. 650 To�ver I:?1-ive Ken�iedale, Te��s '76(}CO 9th day o£ October hereby approves of ttie final payment to the Contractor; and agrees that the fu�a1 payment fo the Contractor shall not reiieve khe SuTety COmpatty Of an}� O�itS Obliga#ions to (here insert name and addrtss o£O�vner) e�ty ot Fa��t wa�cll 1Q�O Tl�zockinorton St�eet , oWNER, Fort tiVoi•tli, Texas 76102 as se1 forth in the said Surety Company's bond. IN WITNESS WHEREOF, The 5urery Company Has hereunto set its hand this Attest: (Seal): , Co1�iTRACTOR, , 2:015 VIGIL�N'T INSURANCE C.ONIPANY Sucety Com �' � — �y ��' � � ,�, �, ;%;�r � ''� � ,;: � Sigr�� . �z`of�Autho 'zed Represent� ive � I�.yle W. S�veenev Attorney—i:n--Fact Tide Note: This fonn is intended to be used as a companiod documenY to fhe Contracto�'s Affidayit af Paymenf of Debts and Claims, Cune�it_Edition Gh�bb ����R Federal Insurance Company A�tn: Surety Department aF VigilanC Insurance Company 16 Mountain �iew Road �Ut'efijl ATTORN�Y paci�c Xnd�mnity Gompany Warren, NJ 07059 ���� • Know Ali by These Presents, That FEDERAL INSUFtA�tC� COiV1PANY, an Indiana carporafian, VIGILf�,#i 4NSURAI3CE COMPANY, a New York corporation, and PAGIFiC tNDE1NNITY COMPANY, a Wisconsin corpofation, do each fie�eby constitute ar�d appoint Etiza6eth Gray, Charies D. SwQene.y, Kyfe W, Sweeney and Miahaef A. Sweeney of Fort Worth, Texas -------�--- each as (heir We and lawful Attamey- In- Faet to execote under such designatlon in ihefr names and to atfix thelr carporate seafs to and dellver for and on ihelrbehAttas suEety Ihereon or olherwise, bonds and undertakings and other writings o6ligatory (n lhe nature (hereoE (oiher than bail bonds} given or executad in the course oi business, and eny insUuments amending or altertng lhe same, and consents ta Ihe moditcaffqn or aiteratian o( anyinstrumanE referred fo in said bonds or obligatians. In NAtness WhereoE, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC WQEMNI'tY COMPANY have each executed and atlested thesa ptesents and affaed their corporateseals on fhis 261h day of ApriE, 20'1 �y., � � � i�_"—"'----- enneth C_ I, A Ss�isfant Secretary Oa . Nortis,. Jr;, Vice President STATE qF NEW JERSEY ss. CoUflty Of 50(i12(SGi On this 26th day ot Apri1,,20'I 1 befiore me, a Notary Pubficof New Jersey, personaily came Kenneth C. We�del, to me knovm to he Assistant Secretary oF F�QERAI Ih15URANCE COMPANY, VIGiLANT WSUEiANCE GOMPANY, and {'ACfFIC IN€7EMNIlI' COMPAM( the companies which euecuted the foregoing Power oF At}arney, and ihe said Kennelh C. Wendel, 6einy 6y me dWy svlom, did depose and say that he is Assist2nl Secretary ot FEOERAI. WSURANCE CpMPANY, VIGILANT INSURANGE COMPANY, and PACiFIC lNDEMN17Y COMPANY and knows the corporate seais ihereof, that the seals affixed to the (oregoing Power of Attomey are such mrporate seais and were thereto a�xed by aa�horiry ot 1he 8y- I.aws of said Companies; and [hat he signed said Power of Attomey as Ass(stant Secretary of said Companies 6y like auihority; 8nd ihat 6e is acquainied vriih David_ B. Norris, J�., and knows him to be Vce President of sald Companies; and that the signature ot David B. Norris, Jr., subscribed to said Pa.vet of Aitomey is in th� genu(ne handwdtinq oF David B. Norris, Jr., and was therato subscdbed by aolhoriryaf said 8y- Lavrs and in deponenCs presence. Noterial Seal F Kf+THERItV� J. AU�IAAR 1 %IdTARY Pt1B1:1C UF N�`N 1FkSF5 ��,,�J !-� �v'" � kqj�R� �� No, 2316685 �� v����p� Cornmi�i�n 6cpiraluly th, 201� koiary Public ��� . CERTIFICAT1oN EMract Bom ihe ey- Laws of FEDERAL 1NSURANCE COMPANY, VIGlLANT INSURANGE GOMPANY, and PAC�FIC INDEMN(7Y COILfPANY: 'All powers of attomey for and on behali of the Company may and shail be eXecuted in tfie name and on behalFof tfle qompany, eilher by the Cha(r€nan o� Ihe President or a Viee Presldent ot an Assistant Vice President, JoinUy svlfh ths Secratary or an Assistanf Secretary, under ifieir respectEve des(gnalions. The sjgnatura of such officers maytie,.engraved, pdnted ar lilhographed. Tha stgnaiure of eacfi of tfie tollowing officers: Chafrman, Presidenl, any Vice Presidant, any Assisisnt Vice President; any Secielary; any Assisiant Secrebry and the seal of ihe Company may be affixed by Facsimile to any power of ailorney or 10 any , cefiHcate [e�a#!ng thereto appointing Assistant Secretaries o� Attomeys- N- Fact tor purposes onty o( executing and aftesGng bonds and undertakings and other wriUngs ohifgat�ry in ihe nature thereot; and any such potver ofattorriey or certificate bealfng such facsim(le signatu2 or iac5lmite seai sha116e valid and 8inding upoa the Company and any such power so executed and cerfitted 6y such facsimlle signature and iacsimlle. seal shall be vaild and binding upon llte Company witft respect tb any bond or underiaklhg to whicfi ft is at[ached.' I, Kenneth C. Wentlel, Assistant Secretary of FEDERAL INSURANCE GQMPANY, VtGItANTlNSURANGE COMPANY, and PAC1FlC INDEMMTY COMPRNY (ihe "Gompanles') do hereby certiiy lhat �(p Uie faregoing exfract oi the By- Caws of ihe Companies is we aotl eorreci, (ii) the Companies are duiy licensed. and authorized to Uansact surety bus(ness in aIl 50 ot ihe United 5lates of America and the DistdcCof Golumbla and are. autltorized by ihe U.S. Treasury Departmeot; furthar, �ederai end Vigitant aie licensed fi Puerto Rico andlhe U.S.-Virgin istands, ar�d Federat is lieensed in American Samoa; Guam, and each oi the Provinws ot Cartada �cepi Prin� Etlward fsland; and (ii) ihe foregoing Powe� of Attomey is true, correct and im.tull (orce end effecL �Iven under my hand and seais of said Cumpanies at Warren, NJ tfils �CfObB( 9, 2� � 5 �,dtuHG�, �nix�nr.� _yuaax�� � . n� �`�`��+�F� ��k��ox . // � � � � � r � �Na�RNt- � i ii ��NS��'. t � *hEyy:ypF'� �✓J rf-.� -�.ilit:..��/� .. r<e�ineih'"C,'�n e��siantSecretary IN THE EV�NT YOU WiSH TO NS�TIFY US {7F A CLAIM, VERIFY THE AUTNENTiCITY OF 7HIS 80ND OR NOTIFY US OF ANY OTHER MATTER, PLEASE COI�tTAGT U5 AT ADdRESS LfSTED ABOVE, QR SY Teiephona (908) 903- 3493 Fax (908) 903- 3656 Form f 5-10- 02258- U(Ed. 5- 03) C4NSENT FORTWORTH TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR & PROJECT DATA Nante ofConlractor Woody Contractors DOE Inspeclor Adilda Cazorla DOE Lrspeclor ❑� Water 0 Waste Water❑ Storm Drainage�] Pavement Initial ContraclArnount $1,462,803.40 Final Contract Amount $1,545,106.40 II) PERFORMANCE �VALUATION 0- Inadequate 1- Deficient 2- Standard 3- Good ELEMENT WEIG 1 Submission of Documents 2 Public Notifications 3 Plans on Site 4 Field Supervision 5 Work Performed 6 Finished Product 7 Job Site Safe 8 Traffic Control Maintenance 9 Daily Clean Up 10 Citizen's Complaint Resolution 11 Property Restoration 12 After Hours Res onse 13 Prolect Completion III) CONTRACTOR'S RATING 4 - Excellent '(x� 2 5 5 15 15 15 15 15 5 5 5 5 5 Project Na�ne Water & SS Replacer DOE Nunrber 6630 Project # 01495 Projec( Manager Project D�cuJry 0 Simple 10/14/2015 Contract 2010. STM-B REV: �2,2�,0� Q Routine Q Complex ,E (Y / I� RATING (0 - 4) MAX SCORE SCORE Y 4 8 8 Y 4 20 20 Y 4 20 20 Y 4 60 60 Y 4 60 60 Y 4 60 60 Y 4 60 60 Y 4 60 60 Y 3 20 15 Y 4 20 20 Y 4 20 20 Y 4 20 20 Y 4 20 20 TOTAL ELEMENT SCORE (A) 443 BONUS POINTS (25 MaYimum) (B) TOTAL SCORE (TS) 443 Maximum Score (MS) = 448 or sum of applicable element score maximums which = 448 Rating ([TS / MS] * 100%) 443 / 448 = 99% Performance Category Excellent <20% = Inadeq:rate 20% to <40% = Defrcient 40% to <60% = Standard 60% to <80% = Good >80% = Excellent Inspector's Comments (INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector / � Signature Contractc J Signature DOE Inspector's Supervisor / CONTRACTOR'S COMMENTS 'i'IZt1NSPORT�ITTON �ND PUBLIC WORKS The City of Fort Woxth • 1000 Throckmoxton Stxeet • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 PROJECT NAM�: PROJECT NIJIVIBER: DOE NUMBER PIPE LAID FIl2E HYDRANTS: 14 PIPE ABANDONED � � —� : ���� �� '��ZA1�.iSPORTATION AND PU$LIC WORKS P�PE �EPORT FB�.: Water and Sanita Sewer Re lacement Contract 2010 STM-B 1495 6630 WATER SIZE TYPE OF PTPE LF 8" PVC 5828 12" PVC 185 ---- g�� �z� Zo SIZE VALVES (16" OR LARGER) TXP� OF PIl'E LF D�NSITIES: NEW SERVICES: PIPE LAID SIZE g�� SEWER TYPE OF P1PE PVC PIP� ABANDONED DENSITIES: NEW SERVICES: SIZE TYPE OF PIP� TR,�NSPORTATION 11ND PUBLIC �YIORKS �,3�? The City of Fort Worth • 1000 Tluockmorton Street • Fort Worth, 'I"X 76012-6311 (81� 392 - 7941 • Fas: (817) 392 - 7845 I.,F 3647 LF FORTWORTH TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I) PROJECT INFORMATION Date: Nan�e of Conlraclor Woody Contractor DOG Inspecfor Adilda Cazorla DOE Nun�ber Project D�culty 7071 � Simple � Routine Q Complex lnitia! Conlract Amount $1,462,803.40 II) PERFORMANCE EVALUATION 0- Inadequate 1- Deficient 2- Standard REV: 02/22/07 Projecl Nanre Water and Sanitary Sewer Replac. Contract 2010 STM-B Project Manager Soon Wong Type of Co»bact � ❑� Water ❑� Waste WaterO Storm Drainag� Pavement Fina! Contract Amount $1.577.906.40 3 - Good 4 - Excellent RATING ELEMENT rn _ a� INSPECTION EVALUATION I 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 ADMIIVISTRATION 1 Change Order Processing Time 2 Timliness of Contractor Payments 3 Bid Opening to Pre-Con Meeting Timeframe IIn COMMENTS & SIGNATURES COMMENTS Signature Contractor C Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS PLANS & SPECIFICATIONS 1 Accuracy of Plans to Existing Conditions 2 Clarit� & Sufficiency of Details 3 Applicability of Specifications 4 Accuracy of Plan Quantities PROJECT MANAGER EVALUATION 1 Knowledge And/Or Problem Resolution 2 Availability of Project Manager 3 Communication 4 Resolution of Utilitv Conflicts RATING ro_4� ��� 'IR�INSPORT�ITION ?�ND PUBLIC WORKS �s The City of Fort Worth • 1000 Throckmorton Street • Foxt Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (81� 392 - 7845