Loading...
HomeMy WebLinkAboutContract 45402-FP1 FORT W0RTHo ,,vsxnn. Aw, CTCTN10. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION ?c D.O.E.Ns: 7175 �j F/.4k.rn Cress jLVa7 Ro....�R�o.. Regarding contract 45402 f r RECONS OF THE INTERSETION OF NORTH RIVERSIDE DRIVE as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 02/18/2014'through M&C C-26678 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $2,9424M.86*" Amount of Approved Change Orders: ($163,205.25) Ne 1,Z gc Revised Contract Amount: $2,779,075.61 ' Total Cast Work Completed: S2,733,097.07� Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: $5,406.94✓ Total Deduction Amount: $5,406.94 Total Cost Work Completed: $2,727,690.13 Less Previous Payments: s2,669,276.OXz �L Final Payment Due $58„414.11 Recommended for Acceptance Date Asst. Dire r, TPW - Infrastructure Design and Construction Accepted Date Director, TRANSPORTATION AND PUBLIC LKS DEPARTMENT City Manager Date Comments: FUND ACCT:C203-541200-204390224183 ;n �-lx OFFICIAL RECORD . MATH,TX RECEIVED SEP 3 01015 100FINAL PAYMENT REPORT Contract: CS45402 PO# PO-15-86937,PO-14 Payment Date: U31R015 To -Fain Group,h= kv# Estimate No. f INAL PAY POBOX 750 CSy5402—F-W4L Fort Wath TX 76101 Type ProjeckManager DOE FOR: Nath Riverside Drive and Northern Cross Blvd Roundabout Co nshuctionSuccts Wilma Smith 7175 Contract Amount: 52,779,075.61 Total to date. 52,733,097.07 $0.00 $2,733.097.07 Penalty: $5.406.94 411- $5.406.94 ACH Previous Estimate: S2,696,738.40 $26,962.38 52,669,276.02 Earned to Date: 531,451.73 (526,96238) $58,414.11 Payments: C203441206404398224183 52.947,280.86 CO#1-(S50,844.ft COO-(5112,360.76) Total to Date: 52,733,097.07 $0.00 $2,733,097.07 Penalty 55,406.94 411- S5,40694 Previous Estimate: 52,696,238.40 526,96238 $2,669,276.02 Earned to Date: 531,451.73 (526,96238) 558,414.11 Transportation&Public Works BUSINESS SUPPORT GROUP Coruna Person-BRANDY CRANE-Ext.2852 Department Approval Signature f . KAREN STRIKER DEPARIM CHECK PIC -UP YES Toesday,Marro 17,2015 par City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-Lane Roundabout Payment Number 21 Project Type PAVING do DRAINAGE For Period Ending 1/31/2015 Project Funding Project Manager SmithW City Secretary Contract Number 45402 Inspectors GREGORY / ROGERS Contract Date 2/18/2014 Contractor THE FAIN GROUP Contract Time 130 CD 1515 N SYLVNIA AVE Days Charged to Date 130 CD FOR WORTH, TX 76111-2735 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cast of Work Completed $2,733,097.07 Department TP C'6.L SiM. Less •/.Retained $0.00 r ' / , Date Net Earned $2,733,097.08 A J Project Manager Al,i/vr fi I Earned This Period a63>-fttl" Risk Management 3oe I o Rel sliva�e This Period $0.00 D.O.E. Brotherton a Less Liquidated Damages CFA WestermanfScanned ii 0 Days @ $0.00 /Day $0.00 The Proceeding people have been Contacted concerning the request L.essPavement Deficiency $5,406.94 far final payment&have released this project for such payment Las Penalty $0.00 Clearance Conducted By Etta Bacy Less Previous Payment $2,669,276.01 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $58,414.13 Page 9 of 9 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Recons of the Intasedion of North Riverside Drive at Contract Limits Northem Cions Blvd as a Multi-Laoe Roundabout Project Type PAVING dt DRAINAGE City Project Numbers 02241 DOE Number 7175 Estimate Number 21 Payment Number 21 For Period Ending 1/312015 CD City Secretary Contract Number 45402 Contract Time 13CCD Contract Date 2/15/2014 Days Charged to Date 130 Project Manager SmithW Contract is 95.000 %Complete Contractor THE FAIN GROUP 1515 N SYLVNIA AVE FOR WORTH, TX 76111-2735 Inspectors GREGORY / ROGERS 1 "11w iday,February 05,2015 Page I of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Crass Blvd as a Multi-Lane Roundabout Payment Number 21 Project Type PAVING&DRAINAGE For Period Ending 1131!2015 Project Funding Unit 1-PavinWDrainage Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Qnarrity Total 1 0241.0100 Remove Sidewalk 7800 SF $0.48 $3,744.00 7800 $3,744.00 2 0241.0300 Remove ADA Ramp 1 E4 5308.52 5308.52 1 5308.52 3 0241.0401 Remove Concrete Drive 8755 SF $0.76 $6,653.80 8755 $6,653.80 4 0241.0500 Remove Fence 100 LF $3.70 5370.00 100 5370.00 5 0241.1000 Remove Cone Pvmt(CO#2) 22404 SY $4.82 ;107,98728 22475 $108,329.50 6 0241.1510 Salvage Fire Hydrant 7 EA $617.03 $4,31921 7 $4,31921 7 0241.4001 Reprove 10'Curb Inlet 3 E4 $431.92 $1,295.76 3 51,295.76 8 0241.4103 Remove 20'Recessed Inlet 8 E4 $555.33 $4,442.64 8 $4,442.64 9 0241.3014 Remove 21"Storm Line 42 LF $10.80 $453.60 212 $2,289.60 10 0241.3015 Remove 24"Storm Line 63 LF 58.94 5563.22 151 51,349.94 11 0241.3016 Remove 27"Storm Line 73 LF $9.23 $673.79 73 $673.79 12 0241.3017 Remove 30"Storm Line 23 LF $9.57 $220.11 14 $133.98 13 0241.3103 21"Storm Abandonment Plu 4 EA 5348.53 $1,394.12 3 $1,045.59 14 0241.3104 24"Storm Abandonment Plu 2 EA $37320 $746.40 3 51,119.60 15 0241.3105 27"Storm Abandonment Plu 5 EA $460.74 $2,303.70 16 0241.3106 30'Storm Abandonment Pin 1 EA $563.41 $563.41 17 3110.0101 Site Clearing 1 LS $1,419.52 $1,419.52 1 $1,419.52 18a 3110.0102 6"-12'Tree Removal 11 EA $138.52 $1,523.72 11 $1,523.72 I8b 3110.0103 12"-18"Tree Removal 51 EA 5255.63 $13,037.13 46 $11,758.98 I8c 3110.0105 24"and Larger Tree Remov 3 EA $567.22 $1,701.66 3 $1,701.66 19 3231.0211 Barbed Wire Fence,Metal 120 LF 57.40 5888.00 120 5888.00 20 3231.0306 16 Gate,Steel 1 EA $925.55 5925.55 0.5 $462.78 21 3123.0101 Unclassified Excavation b 2200 CY $7.25 $15,950.00 2362 517,124.50 22 3124.0101 Embankment by Plan 2200 CY 58.37 $18,414.00 2200 $18,414.00 23 3123.0103 Borrow by Plan 500 CY $24.88 512,440.00 500 $12,440.00 24 3125.0101 SWPPP �1 acre 1 LS $2,986.45 $2,986.45 1 $2,986.45 25 3305.0101 Fire Hydrant Stem Extensi 2 EA $802.15 $1,604.30 4 53,208.60 26 3305.0112 Concrete Collar 6 E4 $617.03 $3,702.18 4 52,468.12 27 3305.0111 Valve Box Adjustment 7 EA $185.11 51,295.77 9 $1,665.99 28 3305.0114 Manhole Adjustment,Major 4 EA $1,172.37 $4,689.48 4 $4,689.48 29 3441.3501 Salvage Street Light Pole 12 EA $308.52 $3,70224 12 53,702.24 Thursday,February 05,2015 Page 2 of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-Lane Roundabout Payment Number 21 Project Type PAVING do DRAINAGE For Period Ending 1/31/2015 Project Funding 30 3471.0001 Traffic Control 1 LS 59,255.51 $9,255.51 1.125 $10,412.45 31 3471.0002 Portable Message Sign(CO 1) 1 EA $8,88529 58,88529 1 $8,885.29 32 9999.0000 Remove Ex Street Sign 12 EA $57.01 $684.12 12 $684.12 33 9999.0000 Remove Ground Box 15 EA $123.41 $1,851.15 15 $1,851.15 7A Remove Street Ligh Foundation(CO 01) 7 EA $417.03 52,91921 7 52,919.21 28A Electrical Line Lowering(CO#1) 1 EA 52,300.00 $2,300.00 1 52,300.00 1213 Remove Curb do Gunter®Ramps(CO#2) 31 LF $15.95 $494.45 31 $494.45 1.28 SDMH Adj®Spfitt r Island(CO#2) 1 EA $750.00 5750.00 1 5750.00 Sub-Total of Previous Unit $247,45929 $248,826.63 Unit 1-Paviag Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity, Total Quanity Total 34a 3211.0113 8-Flexible Base,Type A,(CO#1)(CO 982.5 SY $13.40 $13,165.50 982.5 $13,165.50 #2) 34b 3211.0400 Hydrated Lime 436 TO 5166.60 572,637.60 421 $70,138.60 34c 3211.0502 8-Lune Treatment(48 LBS 18150 SY S2.49 $45,193.50 17524.3 $43,635.51 Sub-Total of Previous Unit $130,9%.60 $126,939.61 Unit 1-Alternates Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 35 3213.0105 11-Conc Pvmt(CO#2) 17369 SY $79.41 379,272.29 17440.8 1,384,973.93 36 3213.0301 4-Cone Sidewalk 15600 SF $3.64 $56,784.00 16411 $59,736.04 37 3213.0403 8"Concrete Driveway 9600 SF $6.58 $63,168.00 9599.04 $63,161.68 38 3213.0503 Barrier Free Ramp,Type M 8 EA $787.06 $6,2%.48 8 S6,2%.48 39 9999.0000 Integral Colored/fex[ured 5575 SF $9.63 $53,68725 5545 $53,398.35 40 9999.0000 integral Colored/Textured 4670 SF $9.65 $45,065.50 4670 $45,065.50 41 9999.0000 Integral Colored/Tortured 510 SY $122.59 $62,520.90 510 $62,520.90 42 9999.0000 Sidewalk Bike Ramp 4 EA $818.12 $3,272.48 5 $4,090.60 43 9999.0000 4-Concrete Sidewalk with 1500 SF 57.34 $11,010.00 1422 $10,437.48 39A Colored/c)d Median Log(CO#1) 960 LF $10.06 59,657.60 960 59,657.60 40A Conc.Ped.Buffer(CO#1) 4670 SF 51.08 $5,043.60 4670 55,043.60 41A 9999.0000 Integral Colored/Textured 11-Concrete 510 SY $9.78 $4,987.80 510 $4,987.80 Truck Apron(CO#1) Thursday,February 05,2015 Page 3 of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-Lane Roundabout Payment Number 21 Project Type PAVING&DRAINAGE For Period Ending 1131/1015 Project Funding 44A 12"x18'Retaining Wall(CO#1) 255 LF $22.48 55,732.40 255 $5,732.40 38A Ramp Flares(CO#2) 10 EA $96.00 5960.00 10 $960.00 40B Seal Stamped Concrete(CO#2) 3320 LF 51.47 $4,880.40 3320 $4,880.40 42A Remobilizat (CO#2) 1 EA $1,500.00 $1,500.00 1 $1,500.00 36A Sidewalk Reconstruction®Leo Foods(CO#2) 1 IS $19,165.06 $19,165.06 1 $19,165.06 44E Rem 6"MNTBLE Curb(CO#2) 26 LF $17.97 $46722 26 $467.22 44D 6'Curb&Gutter(CO#2) 13 LF $24.95 $324.35 13 5324.35 44C last.6"MNTBLE Curb(CO#2) 11 LF $4325 $475.75 11 $475.75 Sub-Total of Previous Unit $1,734,271.08 $1,742,875.14 Unit 1-Drainage Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity, Total Quanity Total 45 3305.0109 Trench Safety 556 LF $1.23 $683.88 582 $715.86 46 3341.0201 21"RCP,Class M 180 LF $45.20 $8,136.00 179 $8,090.80 47 3341.0205 24"RCP,Class ID 360 LF 566.19 $23,828.40 353 $23,365.07 48 3341.0302 30'RCP,Class N 16 LF $92.84 $1,325.44 12 $994.08 49 3341.0208 27'RCP,Class III 70 LF $70.19 $4,913.30 38 $2,667.22 50 3349.6001 10'Recessed Inlet 4 EA 53,208.58 SIZ83432 4 $12,834.32 51 3349.6003 20'Recessed Inlet 7 EA $4,689.46 $32,82622 7 532,82622 52 3349.8003 20'Type 2Inlet 3 EA $5,059.68 $15,179.04 3 $15,179.04 52A V Manhole 2 EA $5,520.00 $11,040.00 2 $11,040.00 Sub-Total of Previous Unit $110,766.60 $107,712.61 Unit 1-Pavement' Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Qnaaity Total 53 3217.0201 8"SLD Pvmt Marking HAS( 982 LF $2.10 $2,06220 1094 $2,297.40 54 3217.0301 12"SLD Pvmt Marking HAE 245 LF 53.15 $771.75 283 5891.45 55 3217.0501 24'SLD Pvmt Marking HAE 560 LF $629 $3,522.40 592 53,723.68 56 3217.1003 Lane Legend DBL Arrow 16 EA $215.96 53,45536 16 53,455.36 57 3217.2001 Raised Marker TY W 443 EA $4.01 $1,776.43 544 52,181.44 58 32172104 REFI.Raised Marker TY I- 130 EA $432 $561.60 139 $600.48 59 9999.0000 lane Legend Yield Text 8 EA $166.60 $1,332.80 8 $1,332.80 Thursday,February 05,2015 Page 4 of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-Lane Roundabout Payment Number 21 Project Type PAVING&DRAINAGE For Period Ending 1/312015 Project Funding 60 9999.0000 Install 18'Yield Triane 44 EA 530.85 $1,357.40 42 $1,295.70 61 3441.1612 Furnish/Install Type 42 S 4 EA 53,949.02 515,7%.08 4 $15,796.08 62 3441.1623 Furnish/Install Mast Arm 4 EA $1,542.59 $6,170.36 4 $6,170.36 63 3441.1703 TY 3 Signal Fwndation 4 EA $2,159.62 $8,638.48 4 $8,638.48 64 3441.4005 Install Alum Sign Mast Ar 4 EA 5277.67 $1,110.68 4 51,110.68 65 3441.4001 Furnish/lnstall Alum Sign 8 EA $431.93 53,455.44 8 53,455.44 66 3441.4003 Furnish/Install Alum Sign 28 EA 169725 $19,523.00 28 519,523.00 67 9999.0000 Fumish/Install Type 18 P 4 EA 51,82025 57,281.00 4 57,281.00 68 9999.0000 Fumish/Install Type 18 P 9 EA $2,178.13 519,603.17 9 $19,603.17 60A 18-BRKN Pvmt Mr1tg HAE(l)(CO/1) % LF $4.45 $42720 % $427.20 Sub-Total of Previous Unit 596,84535 $97,783.72 Unit 1-IIlimination Item Description of Items Estimated Unit Unit Coat Estimated Completed Completed No. Quanity Total Quaeity Total 69 3441.1502 Ground Baan.Small,wt Lid 12 EA $55533 $6,663.96 12 $6,663.% 70 3441.1503 Ground Box,Large,wt Lid 17 EA 5617.03 510,489.51 12 $7,404.36 71 34413102 20OW HPS PC Lighting Fixt 22 EA $493.63 $10,859.86 22 510,859.86 72 3441.3302 Rdwy Ilium Foundation TY 9 EA 51,542.59 513,883.31 9 513,88331 73 3441.3404 2-2-24 Quadplex Alum Etc 2690 LF $2.47 $6,64430 2248 55,552.56 74 9999.0000 Remove and Reinstall Exis 1 EA $3,103.68 53,103.68 1 $3,103.68 75 9999.0000 2'CONDT PVC SCH 80() 1035 LF 59.87 $10,215.45 1035 $10,215.45 76 9999.0000 3-CONDT PVC SCH 80(T) 1515 LF $11.11 $16,831.65 1515 $16,831.65 77 9999.0000 4-CONDT PVC SCH 80(T) 250 LF 512.34 53,085.00 250 53,085.00 78 9999.0000 Temporary Lighting for Con I LS 512,340.68 $12,340.68 1 $12,340.68 Sub-Total of Previous Unit 594,117.40 $89,940.51 Unit 2-Water Item Description of Items Estimated Unit Unit Coat Estimated Completed Completed No. Quaaity Total Quaeity Total 1 3305.0005 12'Waterline Lowering(if nccmwy) 1 EA $4,442.64 $4,442.64 2 0241.0900 Remove Misc Conc Structure(Air 1 EA $1,480.88 $1,480.88 1 $1,480.88 Release MH) 3 0241.1118 4'-12'Pressure Plug 7 EA $925.55 56,478.85 7 56,478.85 4 0241.1218 4'-12'Water Abandonment Plug 6 EA $431.92 $2,591.52 6 $2,591.52 Thursday,February 05,2015 Page 5 of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Room of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-lane Roundabout Payment Number 21 Project Type WATER dt SEWER For Period Ending 1/312015 Project Funding 5 0241.1302 Remove 6"Wates Valve 8 EA $617.04 14,93632 7 $4,319.28 6 3305.0110 Utility Markers 1 LS 1246.82 $246.82 7 3311.0001 Ductile him Water Fittings w/Restraint 1 TN $9,255.52 $9,255.52 0.805 $7,450.69 (CONI) 8 3311.01616`PVC Water Pipe 348 LF 533.11 5l l=28 289 19,568.79 9 3311.0441 12-Water Pipe 6 LF 1117.54 570524 12 11,410.48 10 3312.0001 Fire Hydrant 7 EA 52,930.43 520,513.01 7 520,513.01 11 3312.0117 Connection to Existing 4"-12"Water 2 EA 12,22132 14,442.64 4 18,88528 Main 12 3312.2003 1"Water Service 1 EA $1362.16 11,362.16 1 11,362.16 13 3312.2001 1'Water Setvioe,Meter Reconnection 3 EA 52,514.17 17,542.51 14 3312.22012"Water Service,Meter Reconnection 2 EA 52,782.77 $5,565.54 15 3312.3002 6"Cate Valve 1 EA 51,431.04 11,431.04 2 12,862.08 16 3312.3005 12"Gate Valve I EA 52,77227 12,77227 17 33123105 12"Cut-In Gate Valve Of Necessary) 1 EA $3,697.81 13,697.81 18 3312.410612"x6-Tapping Sleeve do Valve 6 EA 14,627.76 527,766.56 7 532,39432 IA 6"Water line Lowering(CO Nl) 2 EA 14,840.00 19,680.00 2 $9,680.00 8A Trench Safety(CO N 1) 348 LF 56.90 52,40120 348 12,401.20 19 ExpkntoryExcay.(CO NI) 1 EA 11,265.00 $1,265.00 3 13,795.00 Sub-Total of Previous Unit 5130,099.81 $115,193.54 Unit 3-Sanitary Server Item Description of Items Estimated Unit Unit Coat Estimated Completed Completed No. Quanity Total Quanity Total 1 3339.1001 4'Manhole(CO Nl) 2.7 EA $5,413.15 114,615.51 2.7 114,615.51 2 3339.1003 4'Extra Depth Manhole 12 VF 1296.18 $3,554.16 5.5 51,628.99 3 3301.0101 Manhole Vaawm Testing 3 EA $308.52 $925.56 4 3331.4115 8"Sewer Pipe 47 LF $62.61 12,942.67 32 12,003.52 Sub-Total of Previous Unit 522,037.90 518,248.02 Unit 4-Landscape&Irrigation Item Description of Items Esd-ted Unit Unit cost Estimated Completed Completed No. Quanity Total Qaaalty Total l 3291.0100 Topsoil-4- 1525 CY 142.95 165,498.75 900 138,655.00 2 3292.0100 Block Sod Placement 13850 SY 14.01 155,538.50 13850 555,538.50 Thursday,February 05,2015 Page 6 of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-Lanc Roundabout Payment Number 21 Project Type PAVING&DRAINAGE For Period Ending 1/312015 Project Funding 3 3293.0103 Plant 3'Tree(Crape Myrt 8 EA 5355.41 $2,84328 8 (2,843.28 4 9999.00001'Locked Gate Valve for I 1 EA 5271.50 $271.50 1 $271.50 5 9999.0000 Allowance-Irrigation Res Median 1 LS 515,000.00 $15,000.00 0.995964 $14,939.46 6 9999.0000 Allowance-Irrigation Res Pkwy 1 LS $10,000.00 $10,000.00 1 $10,000.00 7 9999.0000 Drip Irrigation System-C(CO 01) 1 LS $6,429.85 $6,429.85 1 $6,429.85 8 9999.0000 Landscape-Central Island 1 LS 544,963.28 544,96328 1 544,96328 9 3293.0103 Plant 3-Tree(Cedar Elm) 6 EA $429.46 52,576.76 6 52,576.76 7A Err.Controller-Leit 1 EA 51,518.23 51,51823 I 51,51823 6A Lr.Restoration(CO#2) 1 LS !7,841.44 57,841.44 1 $7,841.44 Sub-Total of Previous Unit $212,481.59 5185,57730 Thursday,February 05,2015 Page 7 of 9 City Project Numbers 02241 DOE Number 7175 Contract Name Recons of the Intersection of North Riverside Drive at Estimate Number 21 Contract Limits Northern Cross Blvd as a Multi-[ane Roundabout Payment Number 21 Project Type PAVING&DRAINAGE For Period Ending 1/31f2015 Project Funding Contract Information Summary Original Contract Amount 52,942,280.86 ChanEe Orders Change Order Number 1 ($50,844.49) Change Order Number 2 (5112,360.76) Total Contract Price 52,779,075.61 Date Zlq 1 15 Total Cost of Work Completed $2,733,097.07 '�r Less %Retained 50.00 .OL- Date Z'!Z'!,� Net Earned $2,733,097.08 [ u��pe��rvil����sor � Earned This Period 563,821.07 �� �u✓r'vl1" Retainage This Period $0.00 Date 9 1 Lela Liquidated Damages Project Days® /Day $0.00 Date LessPavement Deficiency 55,406.94 Asst orffPW-Infiastrruct/ure Design and Construction Less Penalty $0.00 Less Previous Payment $2,669,276.01 Director/Co ng Department Plus Material on Hand Less 15% 50.00 Balance Due This Payment 558,414.13 Thursday,February 05,2015 Page 8 of 9 BuySpeed Online httpsJ/bso.fortwoctitgov.org/bWdocument/approwYdocApproval-sdo Buy Online Accmrft Payable Basic Purchasing Department Access MG code srow.e I My Account►customer service 1 Currant zC OF FORT WORTH Marek 18,201610:18:26 AN COT f J©0 About Home -Opp NOMIts Brondy crow Invoice#: CS45402-FINAL Vendor#:0000027241 Vendor Group#:01 Status:41R-Ready for Approval 0 General R-rrns Credlb Subcontractors AcMNM RouthV Attachnents Notes Reminder Charge Ord-/ Surnrary Back to PO e Aacourrt code 15-C203-541200.204 0224183 is in the red by$55,485.00. j e Ycu are going to fsraf pay the tokwig;pally pad pc :ill. Header Info on Invoice Number. CS45402-MMAL Invoice Status: 4IA- eReady for Invoice Type: �ng Invoice Description: CS45402-RNAL North Riverside Drive® Invoice Daus: 01/31/2015 Effect Date: 03118/2015 Northern Croaa Blvd Roundabout Payment Amount: $58,414.11 Handling Code: ADEPOSIT)CT Payment Data: 02/25/2015 Payment Terms: Payment Term 0 Payment 0.0% Day: Discount Pald-Bank/Check: Alternate Id: Entered By: Brandy Crane Entered Date: 03/19/2015 Credit Amount: $0.00 Updated By: Brandy Crane Updated Date: 03/18/2015 Received Date: 09/04/201410:15:00 AM Purchase Order Information Purchase order PO-15.00089937 PO Description CS45402 Number. PO Amount $82.837.21 Remaining To $5138649 Buyer. Brandy Invoice: Gums PoVendor Information Vendor: 0000027241-FAIN GROUP INC Address Grp: 01 Vendor Remit-to Utrry Frazier Address: P O BOX 750 ACH ONLY FORT WORTH,TX 79101 us Fed ID: """8443 Remit Text Emal:MraaerafaNp-can Phone:(817)927.4388 Id:44405 Misc&Freight Invoice Account Event Type Fixal Year Account Cafe Transection Amotsit Mix 15 C203- 4100 $29,982.38 Total: $29,99238 Item Information Invoke Item#IPO Item# 1 Nath Riverside Drive Q Northam Cron Blvd Roundabout CPNO2241 C203-541200-204390224183 CS45402 M&C: 029678 Date:021914 Odgirwl PO-14-=W 1 oft 3/182015 10:18 AM BuySpeed Online h4sJ/bso.fortworthgov.oWaso/document/approvaUdocApproval.sdo PO Permit Involve Discount% Original Final Rom Status 7b Pay Amount Par Amount Pay 3PPR-Partial Receipt $0.00 $31,451.73 0.0% $0.00 Yes MAKE: ASSET__MODEL ASSET MANUF: ASSET—SERIAL ASSET VIN: ASSET TAG: Evert Type Fiscal Yew Account Code Transaction Amount Exp. 15 C203-541200-204390224183 $31,451.73 Enc. 15 C203-541200-204390224183 431,451.73 Approval Path: Delete Approver Order Approval Level Approver Data Deb ApprovedlDMapproved Comment Sequence Path Type Requested ApprovedlOWpproved Keeled View ID Canceled by Add Primary New AdWDOISW Approver Print Copyright O 2015 Periscope Holdups,Inc.-Al Rights Reserved.default 2 of 2 3/18/2015 10:18 AM Page: 1 Document Name: untitled BC AVAILABLE FUNDS INQUIRY 162 NEXT FUNCTION: ACTION: COMP / ACCT / CNTR ALTERNATE COMP / ACCT / CNTR C203 205000 000000224100 ACCT DESC: RETAINAGE PAYABLE ORIG APPROPRIATION: 0.00 CNTR DESC: Roundabout at N. Riverside and LAST ACTIVITY: 03/16/2015 0.00 NA 0.00 0.00 NA - 0. 00 - 0.00 NA - 0. 00 - 26, 962.38- (LIABILITY ) - 0.00 --------------------- --------------------- 26, 962.38 (AVAIL BAL) = 0. 00 (AVAIL BAL) L OVEREXPEND A E C G V TOLERANCE BDG YTD P EST N L R ACTIVE INACTIVE L POST AMT PCT GRP LTD P REV EXP C COMM S P STAT DATE DATE 1 Y 9999 999 L N N Y N N 2 9 0 Date: 03-17-2015 Time: 13:17:59.04 AFFIDAVIT OF BILLS PAID AND RELEASE OF LIENS BY CONTRACTOR The undersigned The Fain Group (name of contractor)having furnished materials and/or performed labor in connection with the construction of certain improvements for and in consideration of the payment to the Contractor of the sum hereinafter specified does hereby acknowledge and release as follows: Upon the receipt of Final Payment for The Riverside Roundabout Project for materials and/or labor performed by the Contractor for the project (the "Work"); Contractor will waive and release any and all liens, rights and interests (whether choate or inchoate, and including, without limitation, all mechanic's and materials men's liens under the Constitution and the statutes of the "Property" state) which are or may be owed, claimed or held by Contractor in and to the Property and the improvements constructed thereon by reason of the Work or otherwise, and Contractor will thereby RELEASE AND FOREVER DISCHARGE any and all claims, debts, demands or causes of action the Contractor has or may have as a result of the same including, without limitation, any liens of Contract for the Work now or hereafter filed for record in said County. Contractor represents, warrants, and certifies that all bills owed by the Contractor for materials furnished and labor performed in connection with the Work has been or will be fully paid and satisfied. If for any reason a lien or liens are filed for materials or labor against the Property by virtue of the Contractor's participation in the Project by any person claiming by, through, or under the Contractor,then Contractor will immediately obtain a settlement of such lien or liens and obtain and furnish to the owners of the Property a release thereof. Contractor shall indemnify such owners and their respective heirs, successors and assigns from any such bill or liens and from all costs and expenses, including attorney's fees, incurred in discharging any such bills or removing such liens. Executed 12-11-14 ,2014 . Contractor Name: The Fain Grou By: Chris Youn Title: Prr ject Mana,ee Witness Witness , i scribed and sworn to before me under my official seal of office this _ t day of Notary Signature DONNA CHAPPELL Notary Public State of Texas o My Comm.Exp.07-12-2018 CONSENT OF OWNER X SURETY COMPANY ARCHITECT a TO FINAL PAYMENT CONTRACTOR ❑ AIA DOCUMENT G707 SURETY ❑ OTHER ❑ Bond#0921005 PROTECT: Riverside Dr.&Northern Cross Blvd.Roundabouts, (name,address) TO(Owner)City of Fort Worth ARCHITECT'S PROJECT NO: 1000 Throckmorton CONTRACT FOR:construction FT.Worth,TX CONTRACT DATE:2/24/2014 76102 CONTRACTOR:The Fain Group,Inc. 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 Company) Westfield Insurance Company P O Box 5001 Westfield Center,OH 44251-5001 ,SURETY COMPANY, on bond of (here insert name and address of Contractor) The Fain Group,Inc. P O Box 750 Fort Worth,TX 76101 ,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 1000 Throckmorton FT.Worth,TX 76102 ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 12th day of January, 2015. Westfield Ins a Company Surety pan Signa a of Authorized epresentative Attest (seal): Jolinny Moss, Altotney-in-Fact title NOTE:This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT AND CLAIMS, Current Edition AIA DOCUMENT G707"CONSENT OF SURETY COMPANY TO FINAL PAYMENT*APRIL 1970 ED1T1ON'ALA 1970 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.NW WASHINGTON,D.C.2006 WARNING: Unlicensed photocopying violates U.S.copyright laws and is subject to legal pmeecubon. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 03/27/14,FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 01 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers insurance Co. Westfield Center, Ohio Know AN Alen by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individual) as a "Com any. and collectively as 'Companies," duly organized and existing under the laws=State State of Ohio,and having its principal office in Westf eId Center, Medina County,Ohio,do by these presents make,constitute and appoint TONY FIERRO,JOHNNY MOSS,JAY JORDAN,MISTIE BECK,JEREMY BARNETT,JADE PORTER,ROBERT G.KANUTH, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its we and lawful Attomey(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver arty and all bonds, recognizances, undertakings, or other instniments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - . - - - • - - - - -- - - - - - - - - - - - - - - - - • - - - • - -- - - - -- LIMITATION: ,LIMITTA ION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUAMWEE OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal''orrf the applicable Company and dupointment is ty attested by itss Secretatryy,hereby ratifyinof the gg and confirming all that the said Attorneys)-in-Fact may do In theWESTF ELD INSURANSaid CES COMPANY,WESTFIELD NATunder and IONAL INSURANCE COMPANY and OHIO FAolution RMEed R NSURANCEthe Board fCO Directors of each of the 'Be/t Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements of 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 Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. 'Be t Further Resolved,that the signature of any such designated person and the 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 bbearing facsimile signatures or facsimile seal shall be vafld and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Natidnai Surety Leader and Senior Executive and their corporate seals to be hereto affixed this27th day of MAY A.D.,2014. " Wel."AWESTFIELD INSURANCE COMPANY Corporate SyRtq"'^, •"StQNAt j'''•, ��41SU1q�'v seals e¢,' `t'i •°"'"•tis`'s. � WESTFIELD NATIONAL INSURANCE COMPANY Am"`'d °r "" \Q OHI�yf �Tf'"��. OHI FARMERS INSURANCE COMPANY IX a : SEAL State of Ohio `""" "••�k••" Dennis P.Baus,National Surety Leader and County of Medina ss.: Senior Executive On this 27th day of MAY A.D.,2014,before me personally came Dennis P.Bags to me known,who,being by me duly sworn,did depose and say, that he resides in Wooster, Ohio;that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and which executed the above instrument:that he knows the seals of said Companies;that the seals affixed to said Instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial d N••l•N,I.,Y,y,14' Seal A L Axed ......... xed ........ S David A.Kotnik,Attorney at Law, Notary Public State of Ohio N o My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: A, y TE OFA I,Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which Is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Atto;.L' are in full force and effect In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this I] of � ,jna} 'w• ��= .�-�C�1lUtTFgE�i3c3 /J� t s � #y N SEAL.. ;m; o_: . •Sscrut-, -i;•. .1.0 ? :184e.+ Frank A.Qarrino,Secretary BPOAC2(combined)(06-02) i = = = 00000 - It e999 � 000gov CD k �SEGKkkk&k / o § gE «9c It Cl) K. L 2a � 00000000 Gp7 \ 0G § gm Cl) k « oo0001-- 00E _____ � 2 \ $ &2a * § 4.). CL 0 W 00 \ � a6 � $$$$\ 0 ® %kk C) koo000000 � @ � � 0000R � ƒ £ odddddao k � e \ � � RG % 8888 � � $ ddoadddd � « e - � - o $ E P k 7 t / g 23R § \ SSSSS 2 + 2 ® ® ® 666 « d ƒ \ f - - - § / k co / § kk \ k \ § k QCNcooaaaf A & $ ) g % SQ00000 kco § § $ 11 11 11 / \00000 \ 000 �� o� 2n114: 4i � � 2 �f � � E000 a � . mgg00000 �22Z hic k r.LL 0 Jk � J � j aC14 Cl) Ic 66o u IF C-4Cl) # tocr- = ; 0 0 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Northam Cross and N.Riverside Roundabout PROJECT NUMBER: CPN 02241 DOE NUMBER: 7175 WATER PIPE LAID SIZE TYPE OF PIPE LF WATER 12" PVC 6 WATER 6" PVC 348 FIRE HYDRANTS: 7 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: PASSED NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SANITARY SEWER 8" PVC 47 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: PASSED NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS la The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 2/3/2015 I Name of Contractor Project Name The Fain Group,Inc. Northern Cross and N.Riverside Roundabout DOE Inspector Project Manager Joe Rogers Wilma Smith,P.E. I DOE Number Project Dl,8t VI(v Tvpe of Contract ;7175 0 Simple 0 Routine Q Complex Q Water Waste Watee Storm DrainagCl Pavement !Initial Contract Amount Final Contract Amount $2,942,280.86 1$2,727,690.14 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent [ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions y 2 Knowled a of Inspector 2 Clarity&Sufficiency of Details 3 -2- Accuracy of Measured Quantities q 3 Applicability of Specifications ;4 Display Of Professionalism 4 Accuracy of Plan Quantities 15 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution Z ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time I T 13 Communication ,2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts '3 Bid Opening to Pre-Con Meeting Timeframe 111)COMMENTS&SIGNATURES CO MENTS ✓ lq e /if elf r v „gym iR Dr I Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor l ,. INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth•1000 Thmckraorton Street•Fort Worth,TX 76012-6311 (817)392-7941•Far(817)392-7845 FORTWORTH REV:00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name The Fain Group,Inc. Northern Cross and N.Riverside Dr.Roundabout DOE Inspector DOE Number Joe Rogers 7175 DOE Inspector Project Manager ❑� water 21 Waste water0 Storm Drainage Pavement Wilma Smith Initial Contract Amount Project Difficulty $2,942,280.86 0 Simple 0 Routine 0Q Complex Final Contract Amount Date $2,727,690.14 2/3/2015 11)PERFORMANCE EVALUATION 0-Inadequate 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 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 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 363 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 363 111)CONTRACTOR'S RATING Maximum Score(MS)=448 2r sum of applicable element score maximums which= 448 Rating(ITS/MSI• 100•/.) la / 448 - 81% Performance Category Excellent <200A0=Inadequate 20%t <40%= tcient 40%to<60%=Standard 60%to<8090-Good ?_800/0=F-xcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's SuperviS CONTRACTOR'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 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:21(FINAL) NAME OF PROJECT: Northam Cross and N.Riverside Roundabout PROJECT NO.: CPN 02241 CONTRACTOR: The Faire Group,hac. DOE NO.: 7175 PERIOD FROM:01/16/15 TO: 01/31/15 FINAL INSPECTION DATE: 4ft44 WORK ORDER EFFECTIVE: CONTRACT TIME: 130 0 i�* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED 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, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS PERIOD 130 130 TOTALS TO DATE 130 I I 130 *REMARKS: Final Estimate includes C04 and Concrete Deficiency Deductions. CO CTOR NATt INSPECT -DA'FE--- ENGINEERING DEPART: 0 The City of Fort Worth D •1000 Throckmorton Street•Fort Wo ', 760 (817)392-7941 •Fra:(817)392-7845 CITY-SECRE rARY T WORTH,TX