Loading...
HomeMy WebLinkAboutContract 45039-FP1 SEC wm LJ Y63 q -FF 1 EDRF WORTH. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION D.O.E. Ns: 6973 Regarding contract 45039 for SANITARY SEWER REHAB CONTRACT 75 PART 2 as required by the WATER DEPARTMENT as approved by City Council on 09/24/2013 through M&C C-26475 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: j�1 - r=� $722,683.50 Amount of Approved Change Orders: __ $162,455.90 Ns 1 Revised Contract Amount: $885,139.40 Total Cost Work Completed: $871,800.45 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $871,800.45 Less Previous Payments: $793,526.26 Final Payment Due ��� $78,274.19 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Director, WATER DEPARTMENT City Manager Date Comments: FUND ACCT:P253-609170148083&P258-709170148083 " \ _ L iij FEB 2 5 201 City Project Numbers 1480 _ , DOE Number 6973 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART 2 Estimate Number 23 Contract Limits Payment Number 23 Project Type WATER&SEWER For Period Ending 1/312015 Project Funding Project Manager Sauceda City Secretary Contract Number 45039 Inspectors RODGERS / CROWLEY Contract Date 9/24/2013 Contractor TE7AS COMMERCIAL CONSTRUCTION Contract Time 345 CD 1613 LAURA ROAD Days Charged to Date 334 CD RIVER OAKS, TX 76114 Contract is .000000 Complete CITY OF FORT WORTH .�j 1 SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $871,800.45 Less %Retained $0.00 Net Earned $871,800.45 ,VAT=n Earned This Period $78,274.19 EitiGl?4EEn.1NiG ,``D FISCAL SERVICES Retainage This Period $0.00 Conti crso QA--44;a H r ItcnEi i.8429 G anme.',4,A r ri'ai"'Pin-urc o.-: j Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LDEPARTli ?:TCFiECKFIC;yt�° , (c5 (� LessPavement Deficiency $0.00 Less Penalty $0-00 Less Previous Payment $793,526.26 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $78,274.19 Monday,February 09,2015 Page 6 of 6 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANITARY SEWER REHAB CONTRACT 75,PART 2 Contract Limits Project Type WATER&SEWER City Project Numbers 1480 DOE Number 6973 Estimate Number 23 Payment Number 23 For Period Ending 1/312015 CD City Secretary Contract Number 45039 Contract Time 34ED Contract Date 9242013 Days Charged to Date 334 Project Manager Sauceda Contract is 98.000 %Complete Contractor TT-JAS COMMERCIAL CONSTRUCTION 1613 LAURA ROAD RIVER OAKS, TX 76114 Inspectors RODGERS / CROWLEY Monday,February 09,2015 Page 1 of 6 I City Project Numbers 1480 DOE Number 6973 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART 2 Estimate Number 23 Contract Limits Payment Number 23 Project Type WATER&SEWER For Period Ending 1/31/2015 Project Funding UNIT 1-WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"WATER PIPE(CO#3) 2660 LF $32.00 $85,120.00 2826 $90,432.00 2 6"WATER PIPE(CO#3) 20 LF $30.00 $600.00 24 $720.00 3 4'WIDE ASPHALT PVMT REPAIR RESIDENT 110 LF $39.00 $4,290.00 131 $5,109.00 4 6'WIDE ASPHALT PVMT REPAIR RES[DENT 900 LF $48.00 $43,200.00 82 $3,936.00 (CO#6) 5 TEMPORARY ASPHALT PAVING REPAIR(CO 2700 LF $8.00 $21,600.00 8002 $64,016.00 #3) 6 Y CONCRETE DRIVEWAY(CO#3) 345 SF $5.00 $1,725.00 7 8"PRESSURE PLUG l EA $250.00 $250.00 l $250.00 8 6"CONC CURB AND GUTTER(CO#3) 120 LF $30.00 $3,600.00 28 $840.00 9 SALVAGE FIRE HYDRANT(CO#3) 2 EA $250.00 $500.00 3 $750.00 10 FIRE HYDRANT(CO#4) 3 EA $3,000.00 $9,000.00 3 $9,000.00 11 I"WATER SERVICE(CO#3)(CO#5) 58 EA $900.00 $52,200.00 58 $52,200.00 12 l"WATER SERVICE METER RELOCATION(CO 58 EA $250.00 $14,500.00 58 $14,500.00 #3)(CO#5) 13 8"GATE VALVE(CO#3) 4 EA $1,200.00 $4,800.00 2 $2,400.00 14 BLOCK SOD PLACEMENT(CO#3) 70 SY $8.00 $560.00 298 $2,384.00 15 TEMPORARY WATER SERVICES(CO#3) 2 LS $12,000.00 $24,000.00 2 $24,000.00 16 TRENCH SAFETY(CO#3) 2657 LF $0.50 $1,328.50 737 $368.50 17 DUCTILE IRON WATER FITTINGS(CO#3) 2 TN $4,500.00 $9,000.00 1.95 $8,775.00 18 CONNECTION TO EXISTING 8"WATER MAIN 3 EA $900.00 $2,700.00 3 $2,700.00 19 DEMOBILIZATION AND REMOBILIZATION(CO 9 EA $900.00 $8,100.00 17.75 $15,975.00 #I)(CO2) I 20 1 1/2 WATER SERVICE(CO#1)(CO#2) 15 EA $800.00 $12,000.00 5 $4,000.00 21 1 1/2 WATER SERVICE METER RELOCTAION 15 EA $25629 $3,844.35 5 $1,281.45 (CO#1)(CO#2) 22 METER BOX(CO#t)(CO#2) 15 EA $250.00 $3,750.00 5 $1,250.00 23 TRAFFIC CONTROL(CO#I)(CO 92) 4 LS $1,700.00 $6,800.00 5.56 $9,452.00 24 STREET CUT PERMIT(CO#1)(CO#2) 13 EA $75.00 $975.00 22 $1,650.00 25 ASPHALT PAVEMENT REPAIR,RESIDENTIAL 261.33 LF $45.00 $11,759.85 411 $18,495.00 FOR TAPS(CO#1)(CO#2) 26 CONCRETE DITCH REPAIR(CO#1) 48 LF $60.00 $2,880.00 96 $5,760.00 27 ADDITIONAL EXCAVATION(CO#4) 1 LS $4,800.00 $4,800.00 1 $4,800.00 Monday,February 09,2015 Page 2 of 6 f I City Project Numbers 1480 DOE Number 6973 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART 2 Estimate Number 23 Contract Limits Payment Number 23 Project Type WATER&SEWER For Period Ending 1/31/2015 Project Funding 28 6 INCH GATE VALVE WBDX(CO#4) 3 EA $1,000.00 $3,000.00 3 $3.000.00 29 FLOWABLE FILL(CO#5) 30 CY $110.00 $3,300-00 30 $3,300.00 30 CUT&PLUG(CO#5) 28 EA $800.00 $22,400.00 25 $20,000.00 31 1"WATER SERVICE REROUTE(CO#5) 196 LF $25.00 $4,900.00 196 $4,900.00 32 HIGH EARLY CONCRETE(CO#5) 15 CY $120.00 $1,800.00 15 $1,800.00 33 P'TAPS(CO#5) 14 EA $600.00 $8,400.00 14 $8,400.00 34 1"COPPER SERVICE(CO#5) 398 LF $22.00 $8,756.00 398 $8,756.00 35 CLASS A METER BOXES(CO 45) 14 EA $200.00 $2,800.00 14 $2,800.00 36 1.5"COPPER(CO#5) 173 LF $26.00 $4,498.00 173 $4,498.00 Sub-Total of Previous Unit $393,736.70 $402,497.95 UNIT it-SANITARY SEWER EMPROVEMENCS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----- -- -- ----------------- -------------- 1 8"SEWER PIPE 1580 LF $54.00 $85,320.00 1599 $86,346.00 2 12"SEWER PIPE 1035 LF $58.00 $60,030.00 1033 $59,914.00 3 PRE-CCTV INSPECTION(CO#4) 1810 LF $3.00 $5,430.00 2859 $8,577.00 4 POST-CCTV INSPECTION 2615 LF $2-00 $5,230-00 2612 $5,224-00 5 SWPP>1 ACRE 1 EA $6,500.00 $6,500.00 1 $6,500.00 6 REMOVE.4'SEWER MANHOLE(CO#4) 6 EA $700.00 $4,200.00 5 $3,500.00 8 EXPLAORATORY EXCAVATION OF EXISTING 2 FA $800.00 $1,600.00 24 $19,200.00 UTILITIES 9 4'MANHOLE(CO#4) 16 EA $3,000.00 $48,000.00 17 $51,000.00 10 4'DROP MANHOLE 1 EA $3,500.00 $3,500-00 1 $3,500.00 11 4'EXTRA DEPTH MANHOLE 54 VF $165.00 $8,910.00 74 $12,210.00 I2 CONCRETE COLLAR 16 EA $350.00 $5,600.00 6 $2,100.00 13 4"SEWER SERVICE(CO#4)(CO#5) 57 EA $850.00 $48,450.00 51 $43,350.00 14 4"SEWER SERVICE 2-WAY CLEANOUT(CO#4) 106 EA $125.00 $13,250.00 65 $8,125.00 15 4"BORED SEWER SERVICE I EA $1,600.00 $1,600-00 1 $1,600.00 16 4"SEWER SERVICE PRIVATE RELOCATION 3178.34 LF 530.00 $95,350-20 2571 $77,130.00 (CO#4) 17 SANITARY LINE GROUTING 45 CY $140.00 $6,300.00 18 $2,520.00 18 18"RCP CLASS 1E 40 LF $70.00 $2,800.00 22 $1,540.00 19 6"CONC CURB AND GUTTER 80 LF $30.00 $2,400.00 20 5"CONCRETE DRIVEWAY 1775 SF $5.00 $8,875.00 85 $425.00 Monday,February 09,2015 Page 3 of 6 City Project Numbers 1480 DOENumber 6973 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART 2 Estimate Number 23 Contract Limits Payment Number 23 Project Type WATER&SEWER For Period Ending 1/31/201.5 Project Fundiog 21 TEMPORARY ASPHALT PAVING REPAIR 1650 LF $8.00 $13,200.00 1098 $8,784.00 22 4'WIDE ASPHALT PVMT REPAIR RESIDENTIAL 135 LF $39.00 $5,265.00 24 8"CONCETE PAVEMENT REPAIR 165 SY $85.00 $14,025.00 103 $8,755.00 25 BLOCK SOD PLACEMENT 1000 SY $5.00 $5,000.00 907 $4,535.00 26 6'FENCE WOOD 110 LF $30.00 $3,300.00 138 $4,140.00 27 4'CHAIN LINK STEEL 110 LF $30.00 $3,300.00 36 $1,080.00 28 IMPORTED EMBEDMENT/BACKFILL 5 CY $20.00 $100.00 730 $14,600.00 CRUSHED ROD 29 MEDIUM STONE RIP RAP,DRY 20 SY $155.00 $3,100.00 30 TRENCH SAFETY 5415 LF $1.00 $5,415.00 5045 $5,045.00 31 TRAFFIC CONTROL 6 MO $1,500.00 $9,000.00 11 $16,500.00 32 MANHOLE ADJUSTMENT MAJOR(CO#4) 2 EA $2,700.00 $5,400.00 1 $2,700.00 33 REWORK MANHOLE INVERT(CO#4) 2 EA $400.00 $800.00 I $400.00 34 MANHOLE VACUUM TEST(CO#4) 20 EA $150.00 $3,000.00 19 $2,850.00 35 REMOVE&REPLACE BRICK PATIO(CO 44) 1 LS $450.00 $450.00 1 $450.00 36 SEWER SERVICES JUNIUS(CO#5) 1 LS $6,702.50 $6,702.50 1 $6,702.50 Sub-Total of Previous Unit $491,402.70 $469,302.50 Monday,February 09,2015 Page 4 of 6 City Project Numbers 1480 DOE Number 6973 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART 2 Estimate Number 23 Contract Limits Payment Number 23 Project Type WATER&SEWER For Period Ending 1/31/2015 Project Funding Contract Information Summary Original Contract Amount $722,683.50 Change Orders Change Order Number 1 $19,274.03 Change Order Number 3 $83,035.00 Change Order Number 2 $30,835.17 Change Order Number 4 $20,275.20 Change Order Number 5 $9,036.50 Change Order Number 6 $0.00 Total Contract Price $885,139.40 6W/ Date z IJ— Total Cost of Work Completed $871,800.45 In tract Less %Retained $0.00 Dat Net Earned $871,800.45 Inspecti ry Earned This Period $78,274.19 Zr/ Retainage This Period $0.00 Date 1 Less Liquidated Damages a Days @ /Day $0.00 t' //,/ ,,,5-- LessPavement Deficiency $0.00 Asst.D' true sign and Co tru 'on Less Penalty $0.00 ate �� Less Previous Payment $793,52626 trector/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $78,274.19 Monday,February 09,2015 Page 5 of 6 FORT WORTH, TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIlNE STATEMENT# FINAL STATEMEti T# 23 DOE 6973 NAME OF PROJECT: Sanitary Sewer Rehab Contract 75-Part 2 Contractor Tejas YEAR;-1 PROJECT NO.: FINAL INSPECTION DATE 12M52014 1460 WD CD CONTRACT TIME 390 1 X PERIOD FROM: 1 1/162015 TO: I 1!31/2016 I MID Month IDEVELOPSONJN WORK ORDER EFFECTIVE: 1M32014 BEG n MID /n' DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Fn NA 2 17 Sat NA 3 18 Sun NA 4 19 Mon NA 5 20 Tue NA 6 21 Wed NA 7 22 Thu NA 8 23 Fri NA 9 24 Sat NA 10 25 Sun NA 11 26 "Aon NA 12 27 Tue NA 13 0 NA 28 .'Jed NA 14 0 NA 29 Thu NA 15 0 NA 30 Fri NA 31 Sat NA Not Applicable SAT.SLTN,and WEATHER uiun IE5 I OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 334 334 TOTAL TO DATE 0 0 0 0 334 334 REMARh;S: SubstanWal completion was achieved and project time was stopped on December 12,2014... Final inspection was made on 12M52014 IX KTRACTOR l 2 rrQ9PLCiOR DAT[ I 11302015 FORT WORTH City of Fort Worth CITY SECRETARY Change Order Request CogTRACT NO. ,g — ProjectName:1 Sanitary Sewer Rehabilitation Contract 75,Part 2 City Sec No.: 1 45039 Project No.(s):1 P253-M170148083 a P258.709170148083 DOE No. 6973 CityProl.No.:1 01480 Pf D The replacement of water and sanitary sewer mains on Medford Road from Chelsea Road to Stratford Park Drive Description Contractor:I Tejas Commercial Construction,LLC, Change Order# 0 Date: 10f29C2014 City Project Mgr. Roberto C.5auceda City Inspector. I John Crowley Phone Number: 81792-2387 Phone Number: 81794.0975 Dept. Water Sewer Totals Contract Time Calender days) Original Contract Amount $199,48&60 $52�195.00 22,683.50 180 Extras to Date $143,944.20 $9,475.20 $153,419.40 0165 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date 43 432,70 $532,670.20 $876,102.90 345 LAmIDUnt Of PfOMedlan • r er1 .00 1"7170 70 067.50 045 Revised Contract mount 462,t02.75 W,M.40390 Original Funds Available for Change Orders 10,000.50 $25,000.00 $35,000.50 Remaining Funds Available for this CO $15,524.80 $15,524.80 Additional Funding(If necessary) $79,104.00 $79,104,00 CHANGE ORDERS to DATE(INCLUDING THIS ONEI AS%OF ORIGINAL CON7RACT 22.48% N4XALLOWABLECONTRACTAMOUNT(ORIGINALCONWCTC0ST+25%) W03,354.38 JUSTIFICATION(REASONS)FOR CHANGE ORDER The change order will provide increased and additional pay item quantities that were necessary on the project. • Additional water services to install and rerouting private waterline. Staff concurs with the contractor's request for 45 additional calendar days be provided on the project. A / $ OFFICIAL RECORD CITY SECRETARY m I k er City Se �, �°�°� '�„: I,T WORTH, Tx � m Y '�1AS rn It is understood and agreed that the acceptance of this Change Ordeiby the oontractor oonstltutee an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or Incidental to,the above Change Order. Contractors Company Name Contractor Nmwmm4o, Contractor Sl tura Date.- I T as Commercial Construction,LLC. Charles Allen J- I'nmwtw Date Is 'A"t PAMy2tet) Cate ` - —Date'1111111111 Assistant QtvAttomey to Assistant City Mane tl Date. RAMA( Council Action Of R 1 CHECKED JAN 072015 City of Fort Worth Change Order Additions Project Name I Sanitary Sewer Rehabilitation Contract T5,Part 2 City Sec No.: Project No,(s); 1 P253-M170148083&P2%709170148083 DOE No. 6973 City Proj.No.: Project Desorption The replacement of water and sanitary sewer mains on Medford Road from Chelsea Road to Stratford Park Drive Contractor T 'as Commercial Construction LLC. Change Order.= Date: 1 14 Clty Project Mgr. Roberto C.Sauceda City Inspector FJohn Crowle ADDITIONS Ilem M4(;KIPIIQN DEPT 9v Unit n Water 20. 0 1$2iZ�4006.00 1 A R RELOCATION Water 17,00 FA $250.00 w wable fill Water 30.00 CY $110.00 w Cul&Plug Water 28.00 FA $800.00 31-nevr 1'Water service,Private Reroute Water 196.00 LF $25.00 $4,900.00 32-new High Early oncrete Water 15.00 CY $120.00 $1,800.00 33�w 1'Taps Water 14.00 FA $600.00 $8,400.00 34-new V Copper Service Water 396A0 LF $22.00 $8,756.00 35-new Class A Meter Boxes Water 14.00 FA $200.00 $2,800.00 lq7ww-L Copper Water 173.00 LF $26.00 $4,498.00 13 4 inch Sewer Service Sewer 21.00 EA $850.00 $17,850.00 36-New Additional for sewer services on Junuis Street Sewer 1.00 LS $6,702.50 $6,702.50 I ' I Water 79,104.00 Sewer $24,552.50 Page 1 of 2 FO R r WO R T H City of Fort Worth Change Order Request M&C Number MA M&C Date Approved NA I I 1' Additions Sub Total 1$103,656.50 i i a Page 2 of 2 FOP R`[' WOoRT H City of Fort Worth Change Order Deletions Project Name Sanitary Sewer Rehabilitation Contract 75,Part 2 City Sec No.: 45039 Project Na(s): P253-MI70148M&P258-709170148089 DOE No. 6973 qty N.No.: 01480 Project The replacement of water and sanitary sewer mains on Medford Road from Chelsea Road to Stratford Park Description Drive Contractor Toes Commercial Constnrction,LLC. Change Corder: 0 Date 10/29/2014 City Project Mgr. Roberto C.Sauoeda City Inspector. FJohn Crowley DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cwt Total 7 Epoxy ShOure Liner Sewer 1845.00 LF $12.00 $22,140.00 23 6 Foot Wide AsphaR Pvmnt Repair Sewer 1510.00 LF $48.00 $72,480.00 V i i 1 I I li �I i Water Sewer 1$94,620.00 Page 1 of 2 I Deletions Sub Total 1$94,620.CO E Page 2 of 2 f t MIWBE Breakdown for this Change Order MWBE"Sub Type of Fic Amauntfor-this T Total Previous ChangeOrders r �.n u I Total 0 9 w I Page 1 of 1 I SURETEC INSURANCE COMPANY OWNER ❑ ARCHITECT ❑ CONSENT OF SURETY CONTRACTOR ❑ TO FINAL PAYMENT SURETY OTHER ❑ BOND NO.: 5166221 TO OBLIGEE: (Name and Address) CONTRACT FOR: City of Fort Worth CFW Project#1480,Sewer Project#P258-709170148087 1000 Throckmorton Fort Worth,TX 76102 Water Project#P253-609170148087 PROJECT: CONTRACT DATED: (Name and Address) September 24,2013 Sanitary Sewer Rehab,Contract 75,Part 2 PRINCIPAL:Tejas Commercial Construction,LLC P.O.Box 10395 River Oaks,TX 76114 At the request of the Obligee and the Principal indicated above,(Insert name and address of Surety) SureTec Insurance Company 5741 legacy Drive,Suite 210 Plano,TX 75024 ,SURETY, on bond of (Insert name and address of Contractor) Tejas Commercial Construction,LLC P.O.Box 10395 River Oaks,TX 76114 ,CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final payment under the Contract have been satisfied by Principal as of the date of final payment,and that no claims by Obligee or any third party are known or believed by Obligee or its representatives to exist as of the date of final payment, representations as to the truth and accuracy of the foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent of Surety, hereby approves of the final payment to the Principal,and agrees that final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to (Insert name and address of Obligee) City of Fort Worth 1000 Throckmorton Fort Worth,TX 76102 OBLIGEE, as set forth in said Surety's bond. rN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: January 29,2015 (Insert in writing the month followed by the numeric date and year) SureTec Insurance Company (Surety) f � , ( ignature rue representative) Attest: Kimberly Morrissette, Attorney-in-Fact (Seal): SURETEC CONSENT TO FNAL PAYMENT REV. 1.1.2004 POA n: 5166221 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing tinder the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Kimberly Morrissette its true and lawful Attomey-in-fact, with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Principal: Tejas Commercial Construction, LLC Obligee: City of Fort Worth Amount: $ 871,800.45 and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President, any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved;that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on Z()'''of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21 st day of March,A.D.2013. 00 SURETEC OMPANY c�UF�!�CF c) X c'0 q 3= By: W w n John ox resident State of Texas ss: 7``•, `'/ County of Harris On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly swom,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. pare JACQUELYN MALDONADO Notary Public State of Texas My comm.Exp.5118/2017 y acquelyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 29th day of Jan ary 2015 A.D. Brent Beaty,Assistant S cretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-475-1771 Web:hup://www.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PRE ffUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. -------------------------------------------------------------------------------------------------------------------------- Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for,and the surety shall not be liable for, losses caused by acts of terrorism,riot, civil insurrection, or acts of war. ---------------------------------------------------------------------------------------------------------- Exclusion of Liability for Mold, Mycotoxins, Fungi& Environmental Hazards The Bond to which this Rider is attached does not provide coverage for,and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria,allergens, histamines, spores, hyphae,or mycotoxins,or their related products or parts,nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills,contamination, or cleanup,nor the remediation thereof, nor the consequences to persons,property,or the performance of the bonded obligations, of the occurrence,existence, or appearance thereof. Texas Rider 06042014 1 A F F I D A V I T S']'A•TT OF =AS 00U-NM' OF T,VU1LNr1- Before m-, the undersigned authority, a Not;iry Public in the state and count- aforesaid, on this dad- personally appeared (Natr�e) (Title) jeU._� Cc�u.,�.er�:.�i Co.,�struc� o►J; L.t, t,. known to me to be a credible (Company- Name) person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That- the wage scale_established by the City Council in the City of Fort Worth has been paid; and That there are no claims pending for personal injury and/or property damages; On Contract described as; CO fl��-r'c�C� � :�a r+ , Subscribed and sworn before me on this-2�1� day of 2c) S r ARLINE DENISE LANGE * * Notary Public, State of Texas My Commission Expires or MAY 03,2018 Notary Public in Tarrant County, Texas City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 1480 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART DOE Number 6973 Contract Limits Estimate Number 23 Project Type WATER&SEWER Payment Number l 23 Control Number 697301 For Period Ending Contract: 45039 Contract Date: 9/24/2013 Contract Tim ,345 CD Inspectors RODGERS / CROWLEY Days Charged to Date CD / O Date Prepared by Inspector � /�i/ / A� Contract is %Complete –————————————————------——————————————— Construction ID: 9536 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity ------------------------------------ -- UNIT 1 -WATER IMPROVEMENTS i 1 8"WATER PIPE(CO#3) 2660 LF $32.00 2826 1!�)— -a y am. 2 6"WATER PIPE(CO#3) 20 LF $30.00 24 7-2,7, v 7 3 4'WIDE ASPHALT PVMT 110 LF $39.00 131 rt. REPAIR RESIDENT / S/O 9 4 6'WIDE ASPHALT PVMT 1500 LF $48.00 82 'k REPAIR RESIDENT $ $ ? 5 TEMPORARY ASPHALT PAVING 2700 LF $8.00 2501 K REPAIR(CO#3) S�D/ BOOZ (9 v 6 53C ONCRETE DRIVEWAY(CO 345 SF $5.00 # 7 8"PRESSURE PLUG 1 EA $250.00 1 � 8 6"GONG CURB AND GUTTER 120 LF $30.00 28 k (CO#3) 9 SALVAGE FIRE HYDRANT(CO 2 EA $250.00 3 t #3) 10 FIRE HYDRANT(CO#4) 3 EA $3,000.00 3 3 11 1"WATER SERVICE(CO#3) -38 EA $900.00 58 se 12 1"WATER SERVICE METER A4. EA $250.00 58 k. RELOCATION(CO#3) S8' S�o 13 8"GATE VALVE(CO#3) 4 EA $1,200.00 2 r 14 BLOCK SOD PLACEMENT(CO 70 SY $8.00 298 # 15 TEMPORARY WATER 2 LS $12,000.00 2 SERVICES(CO#3) 4y of Wednesday,January 14,2015 Page 1 RECEIVED FFO - 3-1015 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 1480 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART DOE Number 6973 Contract Limits Estimate Number 23 Project Type WATER&SEWER Payment Number 23 _ 0� 16 TRENCH SAFETY(CO#3) 2657 LF $0.50 737 Z9'- 7 Z 7 6 t`�•�� 17 DUCTILE IRON WATER 2 TN $4,500.00 1.95 FITTINGS(CO#3) 1, 9.s g,77 s 18 CONNECTION TO EXIS'rl NG 8" 3 EA $900.00 3 WATER MAIN 7`� 19 DEMOBILIZATION AND 9 EA $900.00 26.45 -70t REMOBILIZATION(CO#1)(CO2) /7.>� 1,-5- 20 1 1/2 WATER SERVICE(CO 15 EA $800.00 42 #1)(CO#2) -37 ,s y L9 a- f 21 1 1/2 WATER SERVICE METER 15 EA $256.29 21 K RELOCTAION(CO#1)(CO#2) /a 8/•',' 22 METER BOX(CO#1)(CO#2) 15 EA $250.00 17 — / /j SO 23 TRAFFIC CONTROL(CO#1)(CO 4 LS $1,700.00 4.9024 4' #2) 24 STREET CUT PERMIT(CO 13 EA $75.00 22 #1)(CO#2) 2 2 16,5 - 25 ASPHALT PAVEMENT REPAIR, 261.33 LF $45.00 283 RESIDENTIAL FOR TAPS(CO #1)(CO#2) 18 hl/{ f ,, , 26 CONCRETE DITCH REPAIR(CO 48 LF $60.00 124 C(_ #1) 27 ADDITIONAL EXCAVATION(CO 1 LS $4,800.00 1 I P� $DO 28 6INCH GATE VALVE W/BOX 3 EA $1,000.00 3 K t� y' (CO#4) 3jy o J 9. ———————————————---- --— - -- ---J -- J --1= 'stimated Total This Unit $343,432.70 Completed Total This Unit $343,368.67 ------------------------------------ -- Construction ID: 9537 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity ------------------------------------ -- UNIT --------------- ---- — UNIT 11 -SANITARY SEWER IMPROVEMEN t 1 8"SEWER PIPE 1580 LF $54.00 1599 �— / - 3 Wednesday,January 14,2015 Q Page 2 -- 3 �0 t-/,9r1� {ao.�o o roc IL 0 39e1 �2. v J )1 �Jr Qc /hdT6r /d �y�AJv.vJ J 1 -z �'[�7 wAnr 36. 1. J C,2^r J73//= /7,? City of Fort Worth ktl,+7f- To 74 �y0�, L�`/7 /� COMP/:71 Inspector's Estimate Worksheet City Project Numbers 1480 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART DOE Number 6973 Contract Limits Estimate Number 23 Project Type WATER&SEWER Payment Number 23 2 12"SEWER PIPE 1035 LF $58.00 1033 $ /09: S ! 9/L/,1 O 3 PRE-CCTV INSPECTION(CO#4) 1810 LF $3.00 2859 --2 7 7 4 POST-CCTV INSPECTION 2615 LF $2.00 2612 -2 5 SWPP>1 ACRE 1 EA $6,500.00 1 6 REMOVE 4'SEWER MANHOLE 6 EA $700.00 5 C (CO#4) ---1�7 EPDXY STRUCTURE LINER 1845 SF $12.00- 8 EXPLAORATORY EXCAVATION 2 EA $800.00 24 OF EXISTING UTILITIES - ty ., 9 4'MANHOLE(CO#4) 16 EA $3,000.00 17 10 4'DROP MANHOLE 1 EA $3,500.00 1 16- 11 —11 4'EXTRA DEPTH MANHOLE 54 VF $165.00 74 _ 7�e y _ 12 CONCRETE COLLAR 16 EA $350.00 6 X13 4"SEWER SERVICE(CO#4) 366'EA $850.00 51 J/ LJ� �•J 14 4"SEWER SERVICE 2-WAY 106 EA $125.00 65 CLEANOUT(CO#4) 15 4"BORED SEWER SERVICE 1 EA $1,600.00 1 16 4"SEWER SERVICE PRIVATE 3178.34 LF $30.00 2571 'C RELOCATION(CO#4) T fl 17 SANITARY LINE GROUTING 45 CY $140.00 18 18 18"RCP CLASS III 40 LF $70.00 22 19 6"CONC CURB AND GUTTER 80 LF $30.00 20 5"CONCRETE DRIVEWAY 1775 SF $5.00 85 8S GJ;2,3'- 21 2p21 TEMPORARY ASPHALT PAVING 1650 LF $8.00 1567 REPAIR g�7 8 Y 22 4'WIDE ASPHALT PVMT 135 LF $39.00 REPAIR RESIDENTIAL 23 6'-WIDE ASPHALT PVMT 910 LF $48.00 REPAIR RESIDENTIAL(CO#4) 24 8"CONCETE PAVEMENT 165 SY $85.00 103 REPAIR Wednesday,January 14,2015 Page 3 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 1480 Contract Name SANITARY SEWER REHAB CONTRACT 75,PART DOE Number 6973 i Contract Limits Estimate Number 23 Project Type WATER&SEWER Payment Number 23 25 BLOCK SOD PLACEMENT 1000 SY $5.00 907 26 6'FENCE WOOD . 110 LF $30.00 138 3 1-/ /Al 6:2 27 4'CHAIN LINK STEEL 110 LF $30.00 36 28 IMPORTED 5 CY $20.00 730 EMBEDMENT/BACKFILL K CRUSHED ROD 7-�;10 29 MEDIUM STONE RIP RAP,DRY 20 SY $155.00 ��--- ------- a _ 30 TRENCH SAFETY 5415 LF $1.00 5045 Oy x ' 31 TRAFFIC CONTROL 6 M $1,500.00 11 32 MANHOLE ADJUSTMENT 2 EA $2,700.00 1 cil MAJOR(CO#4) {y / 7 70 33 REWORK MANHOLE INVERT 2 EA $400.00 1 k -- (CO#4) ;-/0 O,v 34 MANHOLE NHOLE VACUUM TEST(CO 20 EA $150.00 19 I c� 35 REMOVE&REPLACE BRICK 1 LS $450.00 1 t _ L� v PATIO(GO#4) S --- -- ----- � --- --- ----------- -- :stimated Total This Unit $532,670.20 Completed Total This Unit a--i4*� --y(,9� 3o�.sJ Total Itemized Amount(Including Change Order $876,102.90 DATE ��,�`��13 Total Cost of Work Completed �� Inspector Less '6- %Retained Net Earned g oJ.uJ Previous Payment $793,526.26 Material on Hand 15% a Balance Due This Payment 7 67,z z 7C�•/ Wednesday,January 14,2015 Page 4 N w O O O O Cl O O O O O O O O O Cl O O O Cl O �n ^ o O O O O O O O O O O O O O r O O O O V N N OO+ %D �O O O O O O O O V O 00 vi O vl O -- N [-� m N O m In V' � O O O O oo O �D I� O t- O W fM1. d' t- -� O. O N oo f� O N V M O m M1 n cl O N E O vi m ffl O: N C' N' N' -o �9 00 N <71 69 69 \O 69 - 69 69 N Gq 69 69 69 y,y 69 69 69 69 Ep 69 m Cl M Irl h V1 N o0 Cl N v+ N O� r � O a ea oa U o 0 o O O o o b o 0 0 o O o 0o O o o O a. O O O O O O O O O Cl O O O O O O vi O O o O N V N O O, 00 w h O O O O O O O o0 o O O O O O O r.+ M M m IT 69 69 — m - O O — O 69 O 69 O O O O h 69 GH 69 69 6969 f9 N69 O 669 � N O v'f 6&9 6� oo 6 9 6q 69 N 69 69 � 69 w w w w w w Q w Q Q Q Q Q y v w Q Q Q Q a w m m w w W v w w w M h ol y � c;rO OO v r CC lD N O M N N N N Wa a O U O U ^ A � v at -- O a F F ° O U z t_ A A F. a a • U o w tay 'r U u cW 6 O U � W a 3 o� 24k O O U O U co O4t c4 0. M m F 3 C7 z a O w z G ❑ w w v (1] R v at 0 > > w A O w w O w w u F cv U U u F - R A = v U U �? Q 3 O a w c °� P' ✓' W0. W W > n' o a 0, vai U w a x > O E a F Ct ¢ ¢ q o a0 zp o > ¢ ¢ ¢ v ° z F� w o 3 3 3 3 w U a U 3 3 v o w 0.w Q w �� N Q oo lD a; Vl i--i b N O WN M v oo (71 -r _ N N V./ r. vi .. T �D f� 00 O. O N m C 'V t� a0 Q` O O w N t N N N N N N m m m m m M M M m m a R V w a OD oo .n m oo w m w oo oo m v� vi vi vi o0 OO oo o ^ o0 00 0o co ao 00 00 00 00 00 00 00 0o co 00 00 00 00 0 0 0 2 Fye oo 0o 0o co 00 00 00 00 00 00 00 00 0o 0o 00 oO oo - — a N W O O O O O O O O O O O O O O O O O u-� O h N O O o o O o 0 o O O O o O O o O` M 1-C O 10 O o N O - O O O O Cl O o o 10 O o0 1� 10 O 'C O1 \D O O o O O O O O ON ON O C\ 6A O\00 O 0. N V �D V r oo O M O Qn 00 7 h o0 7 V vi O� O� O d 6A 9�9 69 EA 619 6M9 669 N 6W9 E9 669 69 6�9 o m 1 6A 69 'd' M 69 69 M r y FA 69 v �n 10N _ '1D .-. M o 10 w 7 M O1 6l � Vl R M � y U E c a, m E C, 0 0 0 0 0 0 0 0 o O o 0 o O T C o O o 0 0 0 Cl 0 0 Cl 0 0 0 0 0 0 0 m V U O O Nl O O O O O -i O O N O D = vl O h 7 \D O C> O N N O N O N O NfA 1- 69 69 69 C�_ W CA 10 CA C4 GI) CA fq 69 69 U V 6A 69 6A •; a a s U w wa v W a w a E A Q EC4 � r m y � N W d y t F F- LY O aw f-' z w N � N N 7 at O U r-. v 0 ; x o7` OF m N U u Q o o �7 W z U p O a w w U >C ¢ a O > O > as O U F a > W r .a U & U v a w U C a W F O Q � w w w 14 O O U F z Q W1 a a O C4 RW CL m U F, O 0 a7 a F �Q pQ a. v F U v 3 °� Q s o cn ° `a3 W 1<0O p a 3 U U a N �1 F Q U 0 E � a> ro N M R Vl 10 h 00 O` O N ['1 V V1 10 v N N N N N N N N M M M M M M M w 'Q T M 7 V1 'IDtr N M V O)Vl CD CD 00 O .O 7 'ITw r m O O O O O O 00 00 W W DO I, h h h h h r h 00 O O O O Cl h ['� O, O1 O+ a Cl Ol T O, �+ Ol 21 U T O` T N 4- CP O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Q O 6 ,1. n 'r O O O O O O O O vl O O O O N V {-+ n N Cl o O o O M N N oo a M D\ h N ul h N O h N •-•• M ^.• �D •-. h V1 7 n 10 O. 00 vi 10 m D+ --� M N N M oo 1 (N 00 0l 00 N 69 69 (19 69 vi W 6A 7 69 69 n EH 69 69 „y 69 6n 69 69 F19 69 69 M OWN-. �• V'f V n.. •-• 7 �D --� v) a0 N00 V't D\ M �n N cc Ol N N N O d l7 � a w o0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 O o Cl 0 0 Cl 0 0 0 0 0 0 0 0 0 Cl 0 0 0 0 0 0 v oo C4 o 0 0 6 o vi o o v o 0 Cl 0 o vi 00 Ol J.+ h vt 69 H9 O O O O O �D h '/1 N O M R n Cl) 69V9 M 69 1A vi n o0 tl M a0 ID ioq -- 69 69 iA •� 69 to �.,� �.,� 69 69 69 69 ,.., 69 69 ifl 69 69 A n M 0000 i+m o v+ `D v 10 n `D .-. ao v-. o o n v� 00 N G '3 w 9 a F- C) o o z F 4tW p UQU p� v O o p qk L4 0 O a U O p a o Lij �--i < 0 > F •�I o P X Q N w n. o W Q > U_ U y U_ C7 n F F••�� W oW to 3 or, o > O > W > W ti CO p Q V) v, V) ++ n w > E Q W o [ C4 a p W > U U w Q vwi w a a x z W w o w oUG O O p p 7�� _ U U o 00 ao4 a vii v v v pv v v a v v� = o v, [w- .� o tyi O N M v �n �O n a0 O" Ccq> = N M 7 v"+ �O a0 O� -� .--� r. --. -^ -. .-� .-+ �-- .--� N N N m W N w M � �/'f �O n O� O N M V U O '7 7 V d' d' Ct V1 Vl Vt Vl Vl V1 V1 V1 Vl Vl �O �D �D �D � 00 00 0000 00 00 W W DD W W am a0 00 DO 00 00 e0 00 00 W oo ! 00 � w oo 22 ?2 1! ! !to � m oo ! �2x o0 5_ N w I O a O O O O O O O O O O O O O 10 T O O O O O O O O O O O V1 vt O. — O O O W) h O O O vn Cl O O O o N N v t` o n o RP �r h r1 00 O V' O O O v1 N O O N r 69 r C q r vl •-- O %0 O vt r O N N ut N V9 N 69 \D Ql r NN O T 69 49 69 fA Y4 fN �o " _ H 6�9 b�9 ;; � c•1 r m �D O Yl •-• •� O� •-• .-• o Ol r h 7 O O o 0 0 0 0 0 0 0 0 0 0 q 10 U ut vi O O O o C C O woo s9 s`'a Gq � v 6s 0 0 0 c o F u7 q +• o Cj fA fA fA gyp" G N O L 69 b9 Eq W 4) o a a ad � � d R0 0 o h oN .d. 'D N Wa s F A O A w x a o V O U U o a --m Q 0.F U � O F V � F- w U Ew W O w O ] ¢ v7 z w F Q qq d a 5 w O W O Z 4 w p 3 A VO w a a u O v z E raze ' x O O w 'dnj U O 4 A o0 q �D 7 E- F 0 I � � r 00 T O -+ N -If ca[ _O. O ••-� N N V vl •� .D .D �D 'V 10 r r r N N N N N N 00 00 v 00 00 00 0 00 00 W OD 00 00 00 00 O O O O O Q� 00 eD 00 00 W 00 00 20- O. FORTWORTHREV:02n0107 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Teas Construction Sanitary Sewer Rehab Contract 75 Part 2 DOEInspector DOENumber John Crowley 6973 EInspector Project,)fanager ®water O Waste water E Storm Drainage ❑pavement Robert Sauceda Initial Contract Amount ProjectDiff-Ity $722,683.50 0 Simple ©Routine 0 Complex Final ContractAmount Date $871 800.45 2/5/2015 M PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 1 4 1 20 1 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 368 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 368 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS f MS]" 100%) 368 ! 448 = 82% Performance Category Emeflent . <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to <80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTORS COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throc);morton Street•Fort Worth,TX 76012-6311 0 (817)392-7941 • Fax:(817)392-7845 FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION _ Date: 2/6/2015 Name of Contractor Project Name Teas Construction _Sanitary Sewer Rehab Contract 75 Part 2 DOEInspector ProjectManager John Crowley Robert Sauceda DOENumber Project Difficulty Type of Contract 6973 O Simple @)Routine O Complex 2 Water 2 Waste Water Storm Drainage ❑Pavement Initial Contract Amount :Final Contract Amount 1$722,683.50 _ IS871,800.45 I1()PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent RATINGELEMENT RATING ELEMENT — - — — (0-4) 0-4) – (0-4) INSPECTION EVALUATION_ _ _ PLANS&SPECIFICATIONS 1 Availability of Inspector �} 1 Accuracy of Plans to EAsting Conditions 2 Knowledge of Inspector 2 Clan &Sufficiepq of Details _ 3 Accuracy of Measured Quantities 13 livability of Specifications y. 4 DiEplay Of Professionalism _ - 14 Accurag of Plan Quantities _ 5 Citizen Complaint Resolution I PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews Labs1 Knowled a And/Or Problem Resolution ADMINLSTRATION2 Availability of Project Manager _ 1 Chan Order ProcessingTime 3 f 3 Communication 2 Timliness of Contractor Payments Y 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe L} Mo COMMENTS&SIGNATURES 7 COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth- 1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax.(817)392-7845 i FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer Rehab Contract 75 Part 2 PROJECT NUMBER: 1480 DOE NUMBER: 6973 WATER PIPE LAID SIZE TYPE OF PIPE LF C-900 8" PVC 2826 C-900 6" PVC 24 FIRE HYDRANTS: 3 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 0 DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-35 12" PVC 1033 SDR-35 8" PVC 1599 PIPE ABANDONED SIZE TYPE OF PIPE LF concrete 12" concrete 236 DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS cq)/ The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 February 06,2015 Tejas Commercial Construction, LLC P. O. Box 10395 River Oaks, Texas 76114 Re:Acceptance Letter Project Name: Sanitary Sewer Rehab Contract 75 Part 2 Project Type: 01,02,03 Project Ne: 1480 D.O.E. Ns: 6973 Contract Ns: 45039 Dated: N/A To:Whom It May Concern: On December 15,2014 a final inspection was made on the subject project.There were punch list items identified at that time.The punch list items were completed on December 18,2014.The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City.The warranty period will start on December 18,2014,which is the date of the punch list completion 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 817-392-2387. Yours Truly, Robert Sauceda 'Project Manager cc: Douglas W.Wiersig,P.E.,Director,T/PW George Behmanesh,P.E.,T/PW Gordon Alderman,P.E.,Traffic Engineer Stan Phillips,Superintendent,T/PW Frank Crumb,P.E.,Water Department John Pickwoad,PACS Tony Sholola,Program Manager Lockwood,Andrews&Newnam,Inc.,Consultant Tejas Commercial Construction,Contractor ,Developer Dennis Rodgers,Supervisor,T/PW John Crowley,Inspector,T/PW FILE