HomeMy WebLinkAboutContract 48783-FP1 NN coded 01.12.22
PO# FW060-4386
Line 2 - Sewer- $13,922.13 FORTWORTH
CSC No.48783-FP1
PO# FW060-11727
Line 2 - Sewer- $9,229.69 � -
Retainage - $202,350.60
56011-2060000-CO2304-CRETAN WATER DEPARTMENT
ENGINEERING AND FISCAL SERVICES
NOTICE OF PROJECT COMPLETION
59601-0O2304
CS 48783
Regarding contract 48783 for Northside II Forty-Eight Inch Water Main Phase II , Part I as required by the Water
Department as approved by City Council on 2/7/17 through M&C C-28106 the Director of the Water Department,
upon the recommendation of the Sr. Capital Projects Officer, Capital Projects Delivery,Water Department,has accepted
the project as complete.
Original Contract Prices: $9,882,130.00
Amount of Approved Change Orders: $462,369.52 Ns 4
Revised Contract Amount: $10,344,499.52
Total Cost Work Completed: $10,149,528.08
Less Deductions:
Liquidated Damages: 0 Days @$630.00/Day
Other Deductions(see comments):
Total Deduction Amount: $0.00
Total Cost Work Completed: $10,149,528.08
Less Previous Payments: $9,924,025.66
Final Payment Due $225,502.42
_ O S
Recommended for Acceptance Date
Assistant Director, Water Department
CGlv/I�gGl� fifVY&y
Christopher H rder(Jan 13,2022 08:08 CST)
Accepted Date
Director, Water Department
bang,8ffi'4�L
Dana Burghdoff(Arn 13,20 23:02 CST)
City Manager Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Project Name: Northside II Forty-Eight Inch Water Main Phase II,Part I DOE. Ns:
Comments:
City Project Numbers C-02304 DOE Number 7344
Contract Name Nortbside II Forty-Eight Inch Water Main Pttnse 11,Part I Estimate Number 66
Contract Limits from Heritage Trace Parkway/Hamion Road Intersection to Wrigley Robertso Payment Number 66
Project Type Sewer For Period Ending 1 0/1 5120 2 1
Project Funding
Project Manager Sauceda City Secretary Contract Number 49783
Inspectors Johnson / Brice Contract Date 2/7/2017
Contractor S.J.LOUTS CONSTRU9I'10N OFTEXAS,LTD Contract Time 1692 CD
P.O.BOX 834 Days Charged to Date 1�}84 CD
1vIANSFIELD, TX 76063-0834 Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $10,149,528.08
Less 0 %Retained $0.00
Net Earned $10,149,528.08
Earned This Period $225,501.38
Retainage This Period $0.00
Less Liquidated Damages
0 Days cr $0.00 /Day $0.00
LessPaventent Deficiency $0,00
Less Penalty $0.00
Less Previous Payment $9,924,026.70
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $225,501.38
Thursday,November 04,2021 Pnge 9 of 9
FORT WkTH
CITY OF FORT WORTH
FINAL,PAYMENT REQUEST
i
Contract Nan Northsjdc 11 Cony-Eiglil Inxh Wale r.Maia Phase 11,Part I
Contract Limits from licritage trace Parkway/Hamton Road Intersection to Wagiey Robertson R
Project Tyne Wnter
City Project Numbers C-02304
DOE Number 7344
Estimate Number GG Payment Number GG For Period Ending 10/15/2021
CD
City Secretary Contract Nur .tier. 48783 Contract Time Met
Contract Date 2/7/2017 Days Charged to Date 1484
Project rylanager Sauccda Contract is 98.000 Complete
Contractor S.J.LOUIS CONSTRUCTION OFTEXAS,LTD
P.O.BOX S34
MANSFIELD, TX 76063-0334
Inspectors Johnson/ Brice
i
i
j
Thursday,November04,2021 Page I or9
City Project Numbers C-02304 DOE Number 7344
Contract Name Northside If Forty-Eight Inch Water Main Phase 11,Part 1 Estimate Number 66
Contract Limits from Heritage Trace Parkway/Harmon Road Intersection to Waglcy Robertso Payment Number 66
Project Type Water For Period Ending 10/15/2021
Project Funding
Unit I-NS 1I 48"Water Main
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
13 3305.1105 30"Casing By Other Than 30 LF $776.00 $23,280.00 30 $23,280.00
14 3312.1004 4"Combination Air Valve 8 EA $15,200.00 $121,600.00 8 $121,600.00
15 3312.6003 8"Blow Off Valve&Vault 7 EA $16,400.00 $114,800.00 7 $114,800.00
16 3312.5002 48"AWWA Butterfly Valve, 5 EA $83,000.00 S415,000.00 5 $415,000,00
17 3312S002 16"x 12"Tapping Sleeve I EA $4,300.00 $4,300.00 I $4,300.00
18 3312.5002 16"AWWA Gale Valve w/Va 2 EA $13,700.00 $27,400.00 2 �27,400.00
19 3312.5002 8"AWWA Gale Valve 3 EA $900.00 $2,700.00 2 $1,800.00
20 3312,0112 Connection to Existing 48 2 EA $12,000.00 $24,000,00 2 $24,000.00
21 3312.0112 Connection to Existing 4" 1 EA $500.00 $500.00 1 $500.00
22 3339.1101 Access Manhole for Water M 5 EA $8,300.00 T41,500.00 5 341,500.00
23 3305,0112 Concrete Collar for Water 26 EA $500.00 $13,000.00 26 $13,000.00
24 3305.0112 Concrete Collar for Water 9 EA S 100.00 $900.00 9 $900.00
25 3305.0103 Exploratory Excavation of 38 EA $1.00 $38.00 38 $38.00
26 3331.4115 8"PVC Sewer Line 40 LF $50.00 $2,000.00 40 $2,000.00
27 3341.0201 2V RCP,Class III(CO/,1) 36 LF $87.00 $3,132.00 36 $3,132.00
28 334L020524"RCP,Class III(COft1) 12 LF $96.00 $1,152.00 12 $1,152.00
29 3341.0208 27"RCP,Class III(COB 1) 0 LF $104.00 $0.00 0 $0.00
30 3341.0302 30"RCP,Class III(COP,I) 0 LF $110.00 $0.00 0 $0.00
31 3341.0312 39"RCP,Class III(CON I) 0 LF $160.00 $0.00 0 $0.00
32 3341.0409 48"RCP,Class III(CO41) 0 LF $210,00 $0.00 0 $0.00
33 3201.0616 Concrete Paving Repair,A(CO//1) 1125 SY $89.00 $100,125.00 1225.11 $109,034.79
34 3211,0315 12"Flexible Base Type D(COf(1) 205 SY $10.00 $2,050.00 238.3 $2,383.00
35 3305.0109 Trench Safety 14900 LF $0.20 $2,980.00 14892 $2,978.40
36 3305,0110 Utility Ivlarkers I LS $5,000.00 $5,000.00 1 $5,000.00
37 3301,0002 Post CCTV Inspection for 16660 LF $1.00 $16,660.00 16328 $16,328.00
38 3292,0400 Seeding,I•Iydromulch 178520 SY $0.40 $71,408.00 178520 $71,408.00
39 9999.0100 Articulated Concrete Cabl 690 SY $135,00 $93,150,00 690 $93,150.00
40 3125.0101 SWPPP>I Acrc for Entire P I LS $31,000.00 $3%000.00 1 $31,000.00
41 3305.0202 Imported Backfill,CSS 50 CY $80.00 $4,000.00
42 3305.0203 Imported Back-fill,CLSM( 100 CY $95.00 $9,500.00
43 3305.0204 Imported Embednient/BnekG 100 CY $25.00 $2,500.00
Thursday,November 04,2021 Page 2 of
• I
City Project Numbers C-02304 DOE;Number 7344
i
Contract Name Northside Il Forty-Eight Inxh Water Main Phase 11,Part I Estimnte Number 66
Contract Limits from Heritage Trace Parkway/Harmon Road Intersection to Wadley Robertso Payment Number 66
Project Type Water For Period Ending 1011512021
Project Funding
i
44 3305.0206 Imported Embedment/Backfi 100 CY $15.00 $1,500.00
45 3305.0207 Imported Embedment/Backe f00 CY $12.00 $1,200.00 140 $1,680.00 1
46 3441.3502 Relocate Street Light Pol 4 EA $4,000.00 $16,000.00 4 $16,000.00 j
47 3231.0211 Barbed WireFenee,Metal 430 LF $5.00 $2,150.00 430 $2,150.00
48 3231.0114 Temporary6'Chain Link, 16470 LF $2.50 $41,175.00 12564 $31,410.00
49 3231.0306 16'Gate,Steel 14 EA $3,000.00 $42,000.00 14 $42,000.00
.50 3,171.0001 Traffic Control 1 LS S7,000.00 $7,000.00 1 $7,000.00
51 9999.0200 Construction Staking I LS $20,000.00 $20,000.00 1 $20,000.00
52 9999.0201 Construction Survey 1 LS $5,000.00 $5,000.00 1 $5,000.00
53 9999.0300 Construction Contingency(CO/1 1) 0.58112 LS S300,000.00 $174,336.00 0.1333334 $40,000.02
In 3311.1074 48"Bar Wrapped Concrete 13940 LF $284.00 1,958,960.00 13925 3,934,700.00
2a 3311.1077 48"Bar Wrapped Concrete 570 LF $580.00 $330,600.00 569 $330,020.00
3a 331 I.I077 48"Bar Wrapped Concrete 90 LF $548.00 $49,320.00 90 $49,320.00
4a 3305.2011 48"Bar Wrapped Concrete 1730 LF $261.00 $451,530.00 1734 $452,574.00
Sa 3311.0021 Bar Wrapped Concrete Cyli 1 LS $1.00 $1.00 1 $1.00
6a 3304.0002 Cathodic Protection Syste t LS $40,000.00 $40,000.00 1 $40,000.00
7 33.11,0541 16"Ductile iron Water Pi 160 LF $274.0.0 S43,840.00 160 $43,840.00
8 3311.0547 16"Ductile Iron Water Pi 20 LF $406.00 $8,120.00 20 $8,120.00
9 3305.2005 16"Ductile Iron Water Ca 30 LF $281.00 $8,430.00 30 $8,430.00
10 3311.0241 8"DR-14 C900 PVC Water P 140 LF $82.00 $11,480.00 140 $11,480.00
11 3311.0003 8"-16"Ductile Iron Water l TO $1.00 $1.00 1 $1.00
12 3305.1207 72"CasingiTunnel Liner P 1730 LF $1,416.00 !,449,680.00 1734.5 •2,456,052.00
54 Additional Traffic Control for Star Rock Dr.(COI/l) 1 LS $700.00 $700.00 1 $700.00
55 Re-Mob.Pipe Crew to finish<ntissingeasem>(CONI) 1 LS $25,000.00 $25,000.00 1 $25,000.00
56 Additional Labor,Equip,for install water in I LS $15,208.34 $15,208.34 1 $15,208.34
landscape(CM)
57 Sundance Re-Mob/De-Mob cost for missing E LS $15,000.00 $15,000.00 1 $15,000.00
ease(CONI)
58 Concrete Thrust Blocking on48"B303pipe(CONI) 1 LS $28,094.74 $28,094.74 1 $28,094.74
59 Removal of Rock fill above proposed Water(CON 1) 1 LS $46,000.00 $46,000.00 1 $46,000.00
60 Additional Landscape for Liberty Crossing(CON2) I LS $57,710.50 $57,710.50 1 $57,710.50
61 Height adjustment for Valve,and Air releaser Valets I LS $19,736.09 $19,736.09 1 $19,736.09
(Co//2)
62 Additional crew cost forStar Rock Dr.(COI/2) I LS $9,670.00 $9,670.00 1 $9,670.00
63 Water bill nllowande for reimbursnients ror Liberty 1 LS $3,000.00 $3,000.00 1 $3,000.00
Crossing HOA(CO12)
Thursday,November 04,2021 Page 3 or9
City Project Numbers C-02304
DOE Number 7344
Contract Name Northside lI Pony-Eight la%J,Water Main Phase 11,Part 1 Estimate Number 66
Contract Limits from Heritage Trace Parkway/I-lnnnon Road Intersection to Wagley Robertso Payment Number 66
ProjeetType Water For Period Ending 1 0/1 512 0 2 1
Project Funding
64 Mowing as directed by City of Fort Worth for l EA $650.00 $650.00 6 $3,900.00
Heritage Trace Median(CO112
65 Repair of Existing Irrigation valves at Liberty 1 LS $3,864.00 $3,864.00 1 $3,864.00
Crossing(CO#2)
66 4/14/20 Email-HOA Irrigation Repairs C0113 I LS $4,000.00 S,1,000.00 1 $4,000.00
67 5/8/20 Email-HOA Extra Tree w/irrigation CO93 1 LS $900.00 $900.00 1 $900.00
68-Last Min.HOA Extra Yucca&Lpropetalunr C093 - -- 1 LS - $350.00 - $350.00 --- - 1 - S350.00
Sub-Total of Previous Unit: $9,025,881.67 $8,878,595.88
Unit II- 36"Water
Item Description of items Estimated Estimated Completed Completed. P Unit Unit Cost leted
P P
._No Quanity Total Qunnity Total
#113 3311.0874 3 6"Concrete AWWA C303 Wa 733 LF $417.00 $305,661.00 733 $305,661.00
2 3311.0141 6"Water Pipe 10 LF $75.00 $750.00 10 $750.00
3 3311.0021 C303 Fittings 1 LS $1.00 $1.00 1 $1.00
4 3312.0001 Fire Hydrant 1 EA $4,600.00 $4,600.00 1 $4,600.00
5 3312.0109 Connection to Existing 30 1 EA $9,000.00 $9,000.00 1 $9,000.00
6 3312.0I 10 Connection to Existing 36 1 EA $9,000.00 $9,000.00 1 $9,000.00
7 3312.1004 4"Combination Air Valve I EA $15,000.00 $15,000.00 1 $15,000.00
8 3312.3002 6"Gatc Valve I EA $600.00 $600.00 1 $600.00
9 0241.0900 Remove Misc Cone Structur 1 LS $1,000.00 $1,000.00 1 $1,000.00
10 0241.1210 30"Water Abandonment Piu 2 EA $700.00 $1,.100.00 2 $1,400.00
11 0241.1302 Remove 6"Water Valve I EA $400.00 $400.00 1 $400.00
12 0241.1510 Salvage Fire Hydrant I EA $400.00 $400.00 1 $400.00
13 0241.2013 Remove 8"Sewer Line 45 LF $20.00 $900.00 45 $900.00
14 0241.2103 8"Sewer Abandonment Plug I EA S100.00 $100.00 1 $100.00
15 0241.2201 Remove4`Sewer Manhole 2 EA $900.00 $1,800.00 I $900.00
16 3201.0400 Temporary Asphalt Paying(COW 1) 285 LF $41,00 $11,685.00 256.4 $10,512.40
17 3304.0001 Joint Bonding&Electrica 1 LS $1,000.00 $1,000.00 1 $1,000.00
18 3305.0109 Trench Safety 743 LF $1.00 $743.00 743 $743.00
19 3305.0110 Utility Markers 1 LS $300.00 $300.00
20 3305.0115 Vacuum Excavation 2 EA $1.00 $2.00 2 $2.00
21 34171.0001 Traffic Control 2 MO $1.00 $2.00 2 $2.00
22 3,171.0002 Portable lvlessageSign 8 WK $1.00 $8.00 8 $8.00
23 9999.0200 Construction Staking I LS $3,000.00 $3,000.00 1 $3,000.00
Thursday,November 04,2021 Page<i of 9
City Project Numbers C-62304 DOE Number 7344
Contract Name Northside 11 Forty-Eighl Inxir Water Main Phase 11,Part I Estimate Number 66
Contract Limits from Heritage Trace Parkway/Hammon Road Intersection to Wagley Robertso Payment Number 66
Project'Type Water For Period Ending 1 011 5/2 02 1
Project Funding
24 9999.0201 Construction Survey I LS $2,000.00 $2,000.00 1 $2,000.00
25 9999.0300 Construction Contingency 1 LS $50,000.00 $50,000.00 0.224 $11,200.00
26 36"Water line Elevation Cliange(CON 1) 1 LS $8,000.00 $8,000.00 1 58,000.00
27 Darnell St.stripine(COG) I LS $2,875.00 $2,875,00 1 $2,875.00
Sub-Total of Previous Unit $430,227.00 $399,054.40
UnitIlT-8"Sewer
i
Item Description ofIterns Estimated Unit Unit Cost Estimatcd Completed Completed
N0• Quanity To(al Quanity Total
1 3331.4115 8"Sewer Pipe 860 LF $109.00 $93,740.00 1385 $150,965.00
2 3331.4116 8"Server Pipe,CSS Backfr 890 LF $193.00 $171,770,00 530 $102,290.00
3 3339.1001 4'Manhole 4 EA $4,100.00 $16,400.00 5 $20,500.00
4 3339.1002 4'Drop Manhole l EA $6,400.00 $6,400.00 1 $6,400.00
S 3339.1003 4'Extra Depth Manhole 33 VF $107.00 $3,531.00 38.3 $4,098.10
6 0241.1506 2"Surface Milling 2200 SY $4.90 $10,780.00 2200 $10,780.00
7 0241 A401 Remove Headwall/SET C0113 0 CY $200.00 $0.00
8 0241.3011 Rcnmove 15"Storm Line CONS 0 LF $3.00 $0.00
9 3125.0101 SWPPP>I Acre l LS $4,000.00 $4,000.00 1 $4,000.00
10 9999.0000 8"Sanitary Server Asphalt 1160 SY $40.00 $46,400.00 1166 $46,640.00
11 3201.0113 6'Wide Asphalt Pvmt Repa C0113 84 LF $35.00 $2,940.00 24 $940.00
12 3201.0150 Asphalt Pvmt Repair,Sewe 70 LF $30.00 $2,I00.00 70 $2,100.00
13 3201.0201 Asphalt Pvmt Repair Beyon 60 SY $50.00 $3,000.00 21 $1,050.00
14 3212.0302 2"Asphalt Pvmt Type D 2200 SY $12,00 $26,400.00 2200 $26,400.00
i
15 3211.0112 6"Flex Base,Type A,GR- 70 SY $9.00 $630.00 194.33 $1,748.97
i
16 3217.0001 4"SLD Pvmt Marking HAS(C0113 2195 LF $1.00 $2,195.00 2195 $2,195.00
I7 3217.0002 4"SLD Pvmt Marking HAS( 2200 LF $1.00 $2,200.00 2150 $2,I50.00 �
i
18 3291.0100 Topsoil 190 CY $18.00 $3,420.00 135 $2,430.00
19 3292.0100 Block Sod Placement 1090 SY $3.00 $3,270.00 1800 $5,400.00 j
20 3301.0002 Post-CCTV Inspection 1870 LF 51.00 $1,870.00 2772.3 $2,772.30
21 3301.0101 Manhole Vacuum Testing 5 EA $100.00 $500.00 7 $700.00
22 3305.0109 Trench Safety 1870 LF $0.50 $935.00 1915 $957.50
23 3305.0112 Concrete Collar 5 EA $500.00 $2,500.00 7 $3,500.00
24 3331.3101 4"Se%ycrService(CO/12) 2 EA $2,000.00 $4,000.00 5 $10,000.00
25 3331.3103 4"Bored Server Service C0113 0 EA $3,000.00 50.00
Thursday,November 04,2021 Page 5 of 9
City Project Numbers C-02304
DOE Number 7344
Contract Name Northside 11 rorty-Eight Inxii Water Main Phase 11,Part I Estimate Number 66
Contract Limits from HcritageTrace Parkway/1-lamron Road Intersection to Wagley Robertso Payment Number 66
Project Type Sewer For Period Ending 1 011 5/202 1
Project Funding
i
26 3331.3201 6"Sewer Service I EA $2,500.00 $2,500.00
27 9999.0000 15"RCP,Class III COO 0 LF $75.00 $0.00
28 3349.1000 Headwall,Box Culvert C0113 0 CY $750.00 $0.00
29 3471.0001 TrafGcControl I MO $1.00 $1.00 2 $2.00
30 9999.0200 Construction Staking I LS $3,000.00 $3,000.00 1 $3,000.00
31 9999.0201 Construction Survey 1 LS $1,000.00 $1,000.00 I $1,000.00
32 9999.0300 Construction Contingency CONS 0 LS $50,000.00 $0.00
33 Restake Sewer&Additional Traffic Control 2 EA $5,000.00 $10,000.00 2 $10,000.00
cost(C0111,3)
34 4 8"Liner Plate Tunnel with 8"sewer from St 0+00 to 1 LS $49,716.92 $49,716.92 1 $49,716.92
0+3 I(CO112)
35 Added Drop and Stub out MH a Sta.0+31(C0112) 1 EA $29,496.79 $29,496.79 1 $29,496.79
36 Warren Lining of Ivl1-I@ Sta.0+3 I(CO112) 20 VF $316.25 $6,325.00 20 $6,325.00
37 4"Sewer Service w\CLSlvlbacklill(CO112) 4 EA 34,500.00 $18,000.00 4 $18,000.00
38 Mobilization of2nd crew due to time constraints o I LS $20,000.00 $20,000.00 1 $20,000.00
Keller Hicks(COH2)
39 8"Sewer Service 3019 Keller Hicks C0113 I LS $7,950.00 $7,950.00 1 $7,950.00
40 4'MH/Hydraluic slide Sta.14.47 C093 I EA $9,000.00 $9,000.00 1 $9,000.00
41 Core Exst.IvlH @ Sta.9+85&connect to east.CONS I EA $10,000.00 $10,000.00 1 $10,000.00
42 Clearing&Haul-off CON3 I LS $47,242.50 $47,242.50 1 $47,242.50
43 Remove&Repl Street Sign&guyNvire Misty Rum 1 LS $3,500.00 $3,500.00 1 $3,500.00
CON3
44 Remove&return Sign to Property Owners CO#3 1 LS $2,200.00 $2,200.00 1 $2,200.00
45 Remove&Repl Six Mail boxes one Masonry CONS I LS $6,000.00 $6,000.00 1 $6,000.00
46 Remove&Repl Pipe Rail rence CONS I LS $9,400.00 $8,400.00 1 $8,400.00
47 Temp Fence Sta.10+00-14+00 w/privacy fabric 400 LF $12.50 $5,000.00 400 $5,000.00
CON3
48 Temp Fence3019 Keller Hicks C)N3 Soo LF $10,50 $5,250.00 500 $5,250.00
49 Longer Sewer Service bores or BOC C0113 6 EA $12,000.00 $72,000.00 6 $72,000.00
50 Concrete Landscaping border Sta.13+00 C0113 30 LF $65.00 $1,950.00 30 $1,950.00
51 Additonal SWPPP Winter2020 Work C0113 1 LS $10,000.00 $10,000.00 1 $10,000.00
52 Tree Protection-Winter2020 Work C0113 1 LS $15,000.00 $15,o00,00 1 $15,000.00
53 Remove&Repl 8"tall Wood rence Gates C043 1 LS $29,200.00 $29,200.00 I $29,200.00
54 Remove&Rep18"Tall Special Deco Wood Pence 361 LF S57,50 $20,757.50 361 $20,757.50
CON3
55 Mobilization back to Keller Hicks 1 LS $60,000.00 $60,000,00 1 $60,000.00
56 Installation of 8-hich SS Service tit IVII-I Sla.14+40 1 LS $22,970.22 $22,970.22 t $22,970.22
Thursday,November04,2021 Page 6 of9
ti
i
i
I
City Project Numbers C-02304 DOE Number 7344
Contract Nnme Northside 11 Forty-Eight Inxlt Water Main Phase II,Part I Estimate Number GG
Contract Limits from Heritage Trace Parkway/Harmon Road Intersection to Wadley Robertso Payment Number GG
Project Type Sewer For Period Ending 10/15/2021
Project Funding
Sub-Total of Previous Unit $885,440.93 $881,877.80
i
Thursday,November 04,2021 Page 7 of 9
City Project Numbers C-02304 DOG Number 7344
Contract Name Northside 11 Forty-Eight Inxh Watcr Main Please 11,Part 1 Estimate Number 66
Contract Limits from Heritage Trace Parkway/Hammon Road Intersection to Wagiey Robertso Payment Number 66
Project Type Sewer Far Period Ending 10/IS/2021
Project Funding
I
Contract Information Summary
Original Contract Aniaunt $9,832,130.0.0
Change Ordets
Change Order Number 1 $5,778.08
Change Order Number 1 ($10,778.00)
Change Order Number 1 $5,000.00
Change Order Number 2 $94,630.59
Change Order Number 2 $2,875.00
Chnnge Order Number 2 $115,538.71
Change Order Number 3 $5,250.00
Change Order Number 3 $244,265.00
Change Order Number 4 ($189,78)
Total Conti-act Price $10,341,549.60
Date �� L� Total Cost of Work Completed $I O,I49,528.08
Caur etor '1 Less 0 %Retained $0.00
Date <<�7'�� Net Earned $10,149,528.08
Inspection Supervisor Earned This Period $225,501.38
Retainage This Period $0.00
F,Wjcct Manager Less Liquidated Damages
^' Days a /Day $0.00
Date LessPaveiuentDefrcieney $0.00
Asst.Directbr/TPW Less Penalty $0.00
Christopher H rder(lan13 202208:08CST) Date Less Previous Payment $9,924,026.70
Director/Contracting Department Plus Material on Hand Less 15% $0.00
Balance Due This Payment $225,501.38
Thursday,November04,2021 Page 8 0179
FORD T WO R T H rev 03/05/07
WATER ENGINEERING&FISCAL SERVICES
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:66
NAME OF PROJECT: Northsi&II Forty-Eight Inch Water Main Phase 11,Part I
PROJECT NO.: C-02304 CONTRACTOR: S.J.Louis Construction of Te:
CITY PROJECT C-02304
PERIOD FROM:05/01/17 TO: 10/15/21 FINAL INSPECTION DATE: 10/15/2021
WORK ORDER EFFECTIVE:5/1/2017 CONTRACT TIME: 1692 Q wo®Co
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON F CHARGED CHARGED OR DAYS
MONTH DURING CREDITED MONTH CREDITED
DURING
1. 16.
2. 17.
3. 18.
4. 19.
5. 20.
6. 21.
7. 22.
8. 23
9. 24.
10. 25
11. 26.
12. 27.
13. 28.
14. 29
i
15. 30.
i
31.
SAT,SUIv, RAIN,TOO WE, UTILITIES DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS OTHERS" CHARGED DAYS
THIS
PERIOD 0 0
PREVIOUS
PERIOD 1484 1484
TOTALS
TO DATE 1484 1484
*REMARKS:
AL:7
CONTRACTOR DMAE� INSPECTOR DATE
Capitat Projects Delivery,�Y�ater Department
The City of Fort Worth•1000 Tliroclunorton Street•Fort Worth,T176012-6311
(817)392-4477•Fax:(817)392-8460
FORTWORTHI REv:02/22/07
Capital Projects Delivety,Water Department
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 4-Nov-21
mame,of cLintractoi: Project rYai e
S.J.Louis Construction of Texas,LTD Northside Il Forty-Eight Inch Water Main Phase II Part I
II afer Cngineering Inspector Project 11alrnger
RayMond E Trice John ICasavich
DOE"Mfi)iber Project D cullj' Type of Contract
7344 Q Stmpte Q Routine ®Complex Q Water [21 Waste Water ❑Storm Drainage ❑Pavement
Giltial contractitiriorriif frinal Cottt�acfdsioun!
$9,882,130.00 $I0,34 I,549.60
II)PERFORMANCE EVALUATION
0-Inadequate I -Deficient 2-Standard 3-Good 4-Excelignt
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION PLANS&.SPECIFICATIONS
I Availability of Inspector• I Accuracy of Plans to Existing"Conditions 2-
2 Knowledge of Inspector 2 Clarity&Suff cienc of Details
3 Accuracy.oftMeasured Quantities 3 Applicability ofSpecifications 3
4 Display Of Professionalism 4 Accuracy. of Plan Quantities Z..
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance-Setting tip Valve Crews,Labs I Knowledge And/Or Problem Resolution Z
ADMINISTRATION 2 Availability of Project Manager Z
1 Change Order Processing Time 1 7 13 Communication Z
2 Tirnliness of Contractor Payments 1 7. 14 -Resolution of Utility Conflicts Z
3 Bid Opening to Pre-Con Meeting Timefratne
III)COMMENTS&SIGNATURES
COIYIIYIENTS
Signature Contractor
Signature Inspector '44fe 2
Signature Inspector's Supervisor
INSPECTOR'S COMMENTS
i
Capital Projects Delivery,Water Department
The City of Fort Wordi•1000 Tluockmorton Street-Fort Worth,TX 76012-6311
(817)392-4477•Fax:(817)392-8460
FORT WORT
RCV:02/20/07
Capital Projects Delivery,Water Department
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Ndiiie ofCowractar Project Narne
S.J.Louis Construction of Texas,LTD Northside II Forty-Eight Inch Water Main Phase II,Part I
11'aler Enngfneer$tg Afspector DOE Nnfnnber
Raymond Brice 7344
Water Engineering Inspector Project 1fagager
Water Waste Water ❑Storm Drainage ❑Pavement John ICasavich
Initial Cant act.-Luorau Project Difficalty
$9,882,130.00 Q Simple Q Routine QQ Complex
Final Contract.,Itnoitnt Date
$10,341,549.60 11/4/202 t
II)PERFORMANCE EVALUATION
0-Inadc.quate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
I Submission of Documents 2 y 4 8 8
2 Public Notifications 5 Y 3 20 15
3-Plans on Site 5 y 4 20 20
4 Field Supervision 15 y 3 60 45
5 Work Performed 15 Y 4 60 60
6 Finished Product 15 Y 3 60 45
7 Job Site Safety 15 y 3 60 45
8 Traffic Control Maintenance 15 y 3 60 45
9 Daily Clean Up 5 y 3 20 15
10 Citizen's Com lainl Resolution 5 y 4 20 20
H Property Restoration 5 Y 3 20 15
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 373
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 373
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(ITS/NISI* 100%) 373 / 448 = 83%
Performance Category Excellent
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=LYcellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS A\VARDED)
i
tt I
Signature Inspector Adti AAYPV vl) Signature Contractor
Signature Inspector's Supervisor
CONTRACTOR'S COMMENTS
Capital Piojects Delive>y,�\/ater Department
The City of Fort\Worth•1000 Throckmorton Street•Fort k ordi,'IZ 76012-6311
(817)392-4477•Fax:(817)392-8460
FORTWORTH
WATER ENGINEERING & FISCAL SERVICES
PIPE REPORT FOR:
PROJECT NAME: Northside II Forty-Eight Inch Water Main Phase H,Part I
PROJECT NUMBER: 2304
DOE NUMBER: 7344
WATER
PIPE LAID SIZE TYPE OF PIPE LF
WATER 48 Inch Bar Wrapped 16318
WATER 36 Inch Bar Wrapped 733
WATER 16 Inch Ductile Iron 210
WATER 8 Inch PVC 140
WATER 6 Inch PVC 10
FIRE HYDRANTS: 1 VALVES(16" OR LARGER) 7
PIPE ABANDONED SIZE TYPE OF PIPE LF
Water 30 Inch Cast Iron 733
Water 6 Inch Cast Iron 140
DENSITIES: 78
NEW SERVICES:
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
Sewer 8 Inch PVC 1955
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: 7
NEW SERVICES: 4 Inch X I-) PVC i s
WATER ENGINEERING&FISCAL SERVICES
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-4477•Fax: (817)392-8460
REV: 02/01/05 CISCO LOCATION I.D.
SANITARY SEWER SERVICE REPORT
DATE: 8/19/2021 ADDITION:
DOE NUMBER: 7344 PROJECT NAME: Northside II 48"Water Transmission
WORK ORDER#: PROJECT#: 2304
ZIP CODE: 76244 CONTRACTOR: SJ Louis Contruction of Texas,LTD.
MAPSCO: 20X,20Y,20Z INSPECTOR: David Johnson
TAD MAP: INSPECTOR TELEPHONE: 817-223-2279
STREET: Keller Hicks Road
Fort Worth,TX 76244
ATJDDSS LDTBLU DE[ HOCAX 4ON
SIDEz
3230 Keller Hick Rd. 4" 10'-0" 11'West of EPL on the NPL
3200 Keller I-Iicks Rd. 4" 10'-0" 16'East of EPL on the NPL
3170 Keller I-licks Rd. 4" 10'-0" 20'East of EPL on the NPL
3100 Keller Hicks Rd. (Tract II) 4" 10'-0" 17.5'West of EPL on the NPL
11400 Mistys Run 10 2 4" 6'-0" 189'East of WPL on the SPL
3100 Keller Hicks Rd. (Tract I) 4" 4'-0" 14'East of WPL on the NPL
3090 Keller Hicks Rd. 4" 4'-0" 14'East of WPL on the NPL
11401 Mistys Run 15 1 4" 4'-0" 85'Eest of WPL on the SPL
3060 Keller Hicks Rd 4" 4'-0" 110'West of EPL on NPL
3019 Keller Hicks Rd 16 1 8" T-0" Stubbed out 5'on NS of Manhole
3010 Keller Iicks Rd. 4" 5'-0" 12'East of WPL on NPL
3000 Keller Hicks Rd. 4" 5'-0" 29'East of WPL on NPL
2990 Keller Hicks Rd. 4" 6'-0" 5'East of WPL on NPL
FORT WORTH
CONSENT OF SURETY COMPANY
City of Fort Worth,TX TO FINAL PAYMENT
Bond No.190034876
PROJECT: NORTHSIDE II 48-INCH WATER TRASMISSION MAIN, PROJECT NUMBER:
PHASE 2-PART 1
OWNER: Citv of Fort Worth Texas 002304
CONTRACTOR: S.J.Louls Construction of Texas Ltd. 21702
ENGINEER: Freese and Nichols
The Surety Company,on bond of the Contractor listed above for the referenced project,in accordance with the
Contract Documents,hereby approves final payment to the Contractor,and agrees that final payment to the
Contractorshaii not relieve the Surety Company of any of its obligations to the Owner under the terms of the I
Contract and as set forth in said Surety Company's bond.
In witness whereof,the Surety Company has hereunto set Its hand this 9th day of November 20 21 .
Liberty Mutual Insurance Company
Surety Company
B
Authorized Represer►tative
Title Heather R.Goedtel,Attomey-in-Fact
Address:
Libedy Mutual Insurance Company
175 Berkeley Street
Boston,MA 02116
Attach Power of Attorney
i
I
This Power of Attorney limits the acts of those named herein,and they have no authority to
bind the Company except In the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
mutual. The Ohio Casualty Insurance Company Certificate No: 8205962-190003
SURETY West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casually Insurance Company is a corporation duty organized under the laws of the State of New Hampshire,that
Liberty Mutual insurance Company Is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companlesl,pursuant to and by authority herein set forth,does hereby name,constitute and appoint,1316ke S.
Bohlig;Brian D.Carpenter;Craig Olmstead;Heather Jt.Goedtel•Jessica HoM Kelly Nicole Enghauser•Michelle Halter•Nicole Langer,•Laurie Pflug
i
ail of the city of Bloomineton state of MN each individually ii there be more than one named,its true and lawful attorney-In•factto make,
execute,sea], owe can'ledge and deliver,forand on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,In pursuance
of these presents and shall be as binding upon the Companies as N they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons,
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
theretothls ISth dayof_ July 2021 .
tNSU
D NSU Liberty Mutual Insurance Company
JP opvc Rqy J�vi o 1NSURA The Ohio Casualty Insurance Company
v Company
�oRp�R�r 1' West American Insurance Com
L �"m` r�J1912 a° i 1919 o Q 1991
a) N�
O�HynuM�a� vs��%rnu*�ya� By. v
* ar w t
David M.Car Assistant Secrets rT t°
`m State ofPENNSYLVANIA �' Secretary c
m County OfMONTGOMERY E
0
LOn this 15th day of. July 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 ar
> Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes G
therein contained by signing on behalf of the corporations byhimself as a duly authorized officer. a
to
yIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q
O°�' 9P Pl,gr Q0
*. �<•� ,�� Ccrtvnonnea4AMPervuylvenirt•NourySeni �•'._
60 �o �..F TereasPaetdla,Notary Mic
0„0,.; tlF ManxyonwryCamry
C E Myc«nmtssbnaxPig Marfi 29,202E By: � O y
' , �, Commissbn numberi1290(4 E
�� ityr �i�`c' N ttemte.Pemsyv+natiscaAtmnefNn�rMs eresaPaslella,NolaryPubfc 4p
co Iv
O N
C°? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual '°Q
0 insurance Company,and West American Insurance Company which resolutions are now In full force and effect reading as follows: a cv
ARTICLE IV—OFFICERS:Section 12.Power of Attomey. p coo
° Any officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President,and subject to such limitation as the Chairman or the a co
mPresident may prescribe,shall appoint such allomeys-in-fact,as may be necessary to actin behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety
m any and all undertakings,bonds,recognizances and other surety obligations,Such attomeys-tn-fact,subject to the Imitations set forth in their respective powers of attorney,shall r�
o= have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o m
Z Instruments shall be as binding as H signed by the President and attested to by the Secretary.Any power or authority granted to any representative or adomeydn-fact under the M
provisions of this article may be revoked at any time by the Board,the Chairman,the President orby the officer oroffoers granting such poweror authority. o T
ARTICLE X111—Execution of Contracts:Section 5.Surety Bonds and Undertakings.
m.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shalt appoint such attorneys-In-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such a@omeysdn-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shalt be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such atlomeys-in-
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surely any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that faeslmlle ormechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney Issued by the Company In connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify,that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9tb day of November , 2021
iNst/ i t IN3V tNst1R
\1912 o s 1919 n 1991 o
d
Y; tx"t o s By
Renee C.Llewellyn,Assistant Secretary
LMS-12873 LMIC OCIC WAIL Multi Co 02121
FORT' RTH
CONTRACTORS AFFIDAVIT
OF RELEASE OF LIENS
The City of Fort Worth
PROJECT: NORTHSIDE II 48-INCH WATER TRASMISSION MAIN, PROJECT NUMBER:
PHASE 2-PART 1
OWNER: City of Fort Worth,Texas 002104
CONTRACTOR: S.J.Louis Construction of Texas, Ltd. j
21702 ,
ENGINEER: JFreese and Nichols
The Contractor,in accordance with the Contract Documents,and in consideration for the full and final payment to
the Contractor for all services in connection with the project, does hereby waive and release any and all liens,or
any and all claims to liens which the Contractormay have on or affecting the project as a result of its contract(s)
for the Project or for performing labor and/or furnishing materials in any way connected with the construction of
any aspect of the project. The Contractor further certifies and warrants that all subcontractors of labor and/or
materials for the Project, except as listed below,have been paid In full for all labor and/or materials supplied to,for,
through or at the direct or indirect request of the Contractor prior to, through and Including the date of this affidavit.
EXCEPTIONS: (If none,write"NONE". The Contractor shall furnish a bond, acceptable to the Owner,for
each exception,)
i
None
i
I
i
CONTRACTOR S.J. Louis Construction of Texas Ltd.
By Adam Lunsford
Title Vice President
Subscribed and sworn to before me this 9th day of November 12021
Notary Public:
My Commission Expires:_0 q MAR1A LAURA PAREDES
x° Notary ID#130612880
IN f My Commission Expires
i
FORT WORTH CONTRACTOR'S AFFIDAVIT OF
PAYMENT OF DEBTS AND CLAIMS
City of Fort Worth,TX
I
PROJECT: NORTHSIDE If 48-INCH WATER TRASMISSION MAIN, PROJECT NUMBER:
PHASE 2-PART 1
OWNER: City of Fort Worth,Texas 002304
CONTRACTOR: S.J. Louis Construction of Texas Ltd. 21702
ENGINEER: Freese and Nichols
The Contractor,In accordance with the Contract Documents,hereby certifies that, except as listed below,all
obligations for all materials and equipment furnished,for all work labor, and services performed, and for all known
indebtedness and claims against the Contractor for damages arising in any mannerin connection with the
performance of the Contract referenced above for which the Owner or his property might in any way be held
responsible have been paid in full or have otherwise been satisfied in full.
EXCEPTIONS: (If none,write"NONE". The Contractor shall furnish a bond,acceptable to the Owner,
for each exception.)
None
I
i
CONTRACTOR S.J. Louis Construction of Texas Ltd.
BY Adam Lunsford
TITLE Vice President
Subscribed and sworn to before me this 9th day of November ,20 21
Notary Public:_
My Commission Expires: 0 MARIA LAURA PQExpires
r° n Notary ID#130
H My Commission
FORT WORTH
10
November 08,2021
S.J.Louis Construction of Texas,LTD
P. O.Box 834
Mansfield,TX 76063-0834
Re:Acceptance Letter
Project Name: Northside H Forty-Eight Inch Water Main Phase II,Part I
Project Type: Water
Project K2: C-02304
D.O.E. Ns: 7344
Contract Ns: 48783 Dated: 2/7/2017
Gentleman:
On October 15,2021 a final inspection was made on the subject project. There were no punch list items
identified at the time. The final inspection indicates that the work meets the City of Fort Worth specifications and
is therefore accepted by the City. The warranty period will start on October 15,2021,which is the date of final
inspection and will extend for(2)years in accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance,please feel free to contact me at(817) 392-6054
Yours Truly,
1 ?n
Ton lholola,P.E.,Assistant Director Water Department
Y P
MP /
cc: Chris Harder,P.E.,Director,Water Department
Laura Wilson,P.E.,Deputy Director,Water Department
Captain Michael Strains,Fire Department
Cesar Zavala,Field Operations Superintendent,Water Department
Luke Coffman,Field Operations Superintendent,Waste Water Department
John Kasavich,P.E>,Project Manager,Water Department Capital Delivery
Olivia Kerss,P.E. Freese and Nichols Inc., Consultant
S.J.Louis Construction of Texas,LTD, Contractor
David Johnson,Inspection Supervisor,Water Department Capital Delivery
Raymond Brice,Inspector,Water Department Capital Delivery
File
WATER DEPARTMENT
ENGINEERING AND FISCAL SERVICES
THE CITY OF FORT WORTH * 1000 THRocKMORTON STREET * FORT WORTH, TEXAS 76102
817-392-8240 * FAx 817-392-8195
Cs Printed on recycled paper