Loading...
HomeMy WebLinkAboutContract 46559-FP9 Depr Const.Services DOESvt4Date Project Manager � o'?v Risk Managemenic:aZU- RT WORTH® cO�ITRAcr,o. - D.O.E. Brotherton CFA Westerman/Scanned The fteeedlag people have been Contacted concerning the request ATION AND PUBLIC WORKS for final payment&have released this project for such payment. F PROJECT COMPLETION Clearance Conducted By Etta Bacy C D.O.E.Ns: 7245` Regarding contract 117245 for BERKELEY PHASE II STORM DRAIN as required by the C ��j TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A 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: $96,527.00 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $96,527.00 Total Cost Work Completed: $96,527.00 Less Deductions: Liquidated Damages: Days Q$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $96,527.00 Less Previous Payments: Final Payment Due $96,527.00 �e�"e� /Z220=/.'C Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction 47)4 - GJ .�/ � , Accepted Date M Direct 4? TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 111,1111-'r Asst. City Manager Date otnnments: FUND ACCT-.C205-209760,295 OFFICIAL RECORD ZMAZZ,Z" CITY SECRETARY NOV 2 0 2015 . NORTH, TX IWW4 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BERKELEY PHASE 11 Contract Iimits Project Type STORM DRAIN City Project Numbers 02295 DOE Number 7245 Estimate Number 1 Payment Number 1 For Period Ending 8/31!2015 CD City Secretary Contract Number 117245 Contract Time 12CD Contract Date Days Charged to Date 420 Project Manager Long Contract is 100.00 Complete Contractor BANDERA UTILITY CONTRACTORS,INC 416 INTERCHANGE Sr. MCKINNEY, TX 75071 Inspectors LAYER / NIE[O i Wednesday,September 09,2015 Page 1 or4 City Project Numbers 02295 DOE Number 7245 Contract Name BERKELEY PHASE,11 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 8/31/2015 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 24"STORM LINE 213 LF $17.50 $3,727.50 213 $3,727.50 2 REMOVE 36"STORM LINE 345 LF $17.50 $6,037.50 345 $6,037.50 3 REMOVE 15'CURB INLET I EA $1,350.00 $1,350.00 1 $1,350.00 4 REMOVE 6'DROP INLET I EA $1,150.00 $1,150.00 1 $1,150.00 5 27"RCP 125 LF $58.00 $7,250.00 125 $7,250.00 6 30"RCP 188 LF $65.50 $12,314.00 188 $12,314.00 7 36"RCP 454 LF $87.00 $39,498.00 454 $39,498.00 8 4'STORM JUNCTION BOX 3 EA $4,375.00 $13,125.00 3 $13,125.00 9 5'STORM JUNCTION BOX 1 EA $6,500.00 $6,500.00 1 $6,500.00 10 15'CURB INLET l EA $3,350.70 $3,350.70 1 $3,350.70 11 TRENCH SAFETY 767 LF $2.90 $2,224.30 767 $2,224.30 Sub-Total of Previous Unit $96,527.00 $96,527.00 Wednesday,Scptember 09,2015 Page 2 of 4 City Project Numbers 02295 DOE Number 7245 Contract Name BERKELEY PHASE R Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 8/31)2015 Project Funding Contract Information Summary Original Contract Amount $96,527.00 Chanee Orders Total Contract Price $96,527.00 t" Date 3 Total Cost of Work Completed $96,527.00 Coni Less %Retained $0.00 /S Net Earned $96,527.00 Date 0 Earned This Period $96,527.00 Inspection S r Retainage This Period $0.00 Date Ll) Less Liquidated Damages Project Manager Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Assi�' ctodl PW-Infrastnicture Design and Construction Less Penalty $0.00 J_ Date ////-3 IIX Less Previous Payment $0.00 Director ontracting Departure Plus Material on Hand Less 15% $0.00 e© Balance Due This Payment $96,527.00 Wednesday,September 09,2015 Page 3 of 4 City Project Numbers 02295 DOE Number 7245 Contract Name BERKELEY PHASE 11 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 8/31/2015 Project Funding Project Manager Long City Secretary Contract Number 117245 Inspectors LAYER / N1ETO Contract Date Contractor BANDERA UTILITY CONTRACTORS,INC Contract Time 120 CD 416 INTERCHANGE ST. Days Charged to Date 420 CD MCKINNEY, TX 75071 Contract is 000000 Complete i i CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $96,527.00 Less %Retained $0.00 Net Earned $96,527.00 Earned This Period $96,527.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $96,527.00 Wednesday,September 09,2015 Page 4 of 4 I Tot 416 Interchange St. I Mckinney,TX 1 75071-1829 (972) 548-8466 AFFIDAVIT STATE OF TEXAS COUNTY OF COLLIN Before me,the undersigned authority,a notary public in the state and county aforesaid,on this day personally appeared M Jeffrey Hicks, President of Bandera Utility Contractors,Inc.,known to me to be a credible 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 I full; That there are no claims pending for personal injury and/or property damages; On Contract Described as; Underground Utilities-Water,Sanitary Sewer,&Storm Sewer By _gl JJ1I,,17 M1e r yFd6s, President Subscribed and sworn before me and this date 51h of October,2015. 9 o. , Jason W Lewis Notary Public 3+ :• W C E,ip,es 08/09V2018 Collin County,Texas CONSENT OF OWNER SURETY COMPANY ARCHITECT CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 4395120 PROJECT; 13erkdeYn se 11 Apartments-Water Sanitary Sewer 6 Storm Drainage Improvements-GC:LPC Contractors of Texas Inc. (name, address)OwnerY Phase II LLC-Fort North Protect#02295 2571 Frazier Avenue Fort Worth TX 76110 TO (Owner) F --j ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorton Street Berkeley Phase II Apartments-Water,Sanitary Sewer d Storm Drainage Improsvem�ennts-GC:LPC Contractors of Texas Inc.Owner: Worth Tx 76102 J 85SM 1116ATE:4i9 O14 s 02265 CONTRACTOR:BANDERA UTILITY CONTRACTORS,INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the there Insert name and address of Surety Comparry) SURETEC INSURANCE COMPANY 1330 Post Oak Blvd. Houston TX 77056 , SURETY COMPANY On bond Of (hare Insert name and address of Contractor) BANDERA UTILITY CONTRACTORS,INC. 416 Interchange Street McKinney TX 75071 , 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 (hare Insert name and address of Owner) CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 2nd day of October,2015 SURETEC INSURANCE COMPANY Sure Company Attest:Robb!Morales l� (Sew):--1Signa re of Authorized Representative ief-lk; Sonhlnie Hunt}( Attolneyin-Fad Title NOTE: TNs form Is to be used on a oompardon document to ARA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLANS, Glnurt EAIlNt ONE PAGE P"M 4221097 SureTec Insurance Company U MITF,D POWER OF ATTORNEY Know All Men by TJiese Preaortic, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office In Houston,Harris County,Tena,does by these presents make,constitute and appoint Lia M.Bonnot,Don E.Cornell,Ricardo J.Reyna,V.Del-ene Marshall,Sophinle Hunter,Robb!Morales,Kelly A.Westbrook its true and lawful Attorney-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: Five Million and 00/100 Dollars(55,000,000.00) 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 eonlirming all that the said Attorney-in-Fact may do In the premises. Said appointment shall continue in force until t=trzota and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be It Raofv A that the President,any dice-President,any Assistant Vice-Prssideat,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 Attorney(*ln-Fact to represent and ad for and on behalf of the Company subject to the fdlowing provisions: Adorney4n-Fad 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 Attorney-in-Fad shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be tt ReuoW that the signature of any authorized officer and seal of the Company heretofore or hereafter affixW to any poumr of attmaey or any certificate relating thereto by facsimile,and any power of atiomey or certificate bearing facsimile signature or lhcsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which h is attached (Adopted at a waft held on Zoe of dp A 1999.) In Witness Wbereoj,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal in be hereto affixed this em day of March ,A.D. sou SURANp SURETEC INSURANCE COMPANYob { \0 By: W W 4 ) John ox Jr: resident State of Tera, ss: �� 1 fi,,r County of Harris ...� On this 9th day of Mph,A.D. sots before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston,Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which execdted the above instrument;that he knows the seal of said Company;that the seal affixed to said hnstrument 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. uv JACQUELYN MALDONADO Not oy Pablo SMS of Trus a + MyO m.Exp.6116017 JacqYielyn Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COWANY,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 an in full fora and effect. 11 _ Given under my(rand and the seal of said Company at Houston,Texas this �X I,d day of G be r �U 16 A.D. .Bre t Beaty,Assistant Secretary 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 infonnation 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#: 512-490-1007 Web: tittp://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM 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. ------------------------------------------------------------------------------------------------------------------------------ Texas Rider 06042014 i LiNcow PROPERTY COMPANY Jeff Courtwright U/ncoln Property Company 2000 McKinney Ave.,Suite 1000 Dallas,TX 75201 Office:214-740-3300 Email:jeffc@IpW.com VIA EMAIL AND USPS October 23, 2015 Emanuel Nieto Senior Construction Inspector—Transportation and Public Works 8851 Camp Bowie West. Fort Worth, TX 76116 Re: The Berkeley Phase ll, DOE# 7245 Dear Mr. Nieto: Please accept this letter as record that LPC Southwest Acquisition, Inc. as developer for the The Berkeley Phase 11 / DOE# 7245, will not charge any contractor liquidated damages for any delays in the project. If you should have any further questions, please don't hesitate to contact me at the number above. Regards,,,-J , 114 �a-url 4i4f viGG 1Pe-- 5o✓4-(4wC-5` Ar1.0c 4. 11 DA Q 1 FORTWORTHREV:02120/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Bandera Utility Contractors,Inc. Berkeley Phase H DOE Inspector DOE Number Emanuel Nieto 7245 DOE Inspector Project Manager ❑ Water❑ Waste Water❑Q Storm Drainage❑ Pavement Aaron Lon Initial Contract Amount Project Difficulty $96,527.00 Q Simple QQ Routine O Complex FinaI Contract Amount Date $96,527.00 9/21/2015 In 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 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 1 60 60 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 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 Il Propcny Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 401 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(I'S) Nl Ili)CONTRACTOR'S RATING Maximum Score(MS)—448 21 sum of applicable element score maximums which= 448 Rating(ITS J MSS• 100%) 401 t 443 — 40% Performance Category Emcellcat <20%—Inadequate 20%to<40%—Deficient 40%to<60%—Standard 60%to<80%—Good >_80%—Excellent lospector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor _ _4 Signature DOE Inspector's Superviso CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Thmckmotton Stmt-Fort Worth,TX 76012-6311 (a (817)392-7941 -Far.(817)392-7845 FORTWORTH REV:02122107 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION _ _ _ _ _ Date: 9!21!2015 _ Nowe of Contractor Project Name Bandem Utility Contractors Inc. Berkeley Phase lI DOE Impector Project Manager Emanuel Nieto Aaron Lon DOE Nmnber Prn ect Dewulty _ Type Of Contract 7245 10 Simile Routine Q Complex ❑ water❑ wastewater Storm Drainage Pavement Initial Contract Amami i Final Contract Amount $96,527.00 $96,527.00 I1)PERFORMANCE EVALUATION 0-Ina uate 1-Deficient 2-Standard 3-Good _4-Excellent ELEMENT RATING ELEMENT RATING (0-4) _ _ (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of ori_ I Accuracy of Plans to Existing Conditions 2 Know! e of or 4 2 Clarity&Sufficiency of Details +� 3 Accuracy of Measured Quantities It 3 Applicability of SpLmifications 4 Display Of Professionalism _ 4 Accuracy of Plan Quantities _ 5 Citizen Complaint Resolution _ PROJECT MANAGER EVALUATION 6 Performance-§Sft up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution _ ADMINISTRATION 2 Availability of Project Manager W 1 Change Order Process' Time _ 3 Communication 2 Tm liness of Contractor Payments Ak 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe -A III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor �, — tNSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fam(817)392-7845 I FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: The Berkeley Phase If PROJECT NO.: 02295 CONTRACTOR: Bandera Utility Contractors,I DOE NO.: 7245 PERIOD FROM:07/02/14 TO: 0825/15 FINAL INSPECTION DATE: 10-Sep-15 WORK ORDER EFFECTIVE:722014 CONTRACT TIME: 120 O Wt• 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. S. 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 PERIOD 420 420 PREVIOUS PERIOD TOTALS TO DATE i i420 i420 *REMARKS: C21T COR DATE I SP T DATE ENGINEERING DEPARTMENT . ;' The City of Fort Worth•1000 T hrockmorton Soret•Fort Worth,TX 76012-6311 (817)392-7941 •Fu:(817)392-7845